Loading...
HomeMy WebLinkAboutPACKET JAN 24 2017BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JANUARY 24, 2017 1:30 P.M. CONSENT AGENDA * Approval of minutes — January 10, 2017 * Confirmation of committee appointments A) Authorize the City Manager to execute Change Order No. 3 for the New Fire Station No. 1 Project located at 1675 Caldwell B) Approve a resolution accepting the donation of property to provide additional right-of- way for Cedar Street C) Authorize the City Manager to apply for and receive funding through U.S. Department of Homeland Security, 2017 Emergency Management Performance Grant (EMPG) program D) Authorize the City Manager to execute all documents necessary for an agreement with West Government Services E) Authorize the City Manager to execute a service agreement for potable water with Lucite International, Inc. F) Approve a resolution rejecting all bids for the Loeb Water Well Site — Well No. 3 Rehabilitation Project (Bid No. WU1117-01) s TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Keith Folsom, Facilities Maintenance Superintendent MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 3 for the New Fire Station No. 1 Project located at 1675 Caldwell. BACKGROUND On September 27, 2016, by Resolution No. 16-188, City Council awarded McInnis Construction, Inc. of Silsbee, Texas the contract for the construction of the New Fire Station No. 1 in the amount of $7,409,783.00. A contingency allowance in the amount of $100,000.00 was included in the noted contract amount. On December 22, 2016, the City Manager executed Change Order No. 1 in the amount of $1,800.00, to remove approximately seventeen concrete footings which were encountered in the excavation of the building pad, thereby decreasing the contingency allowance to $98,200.00 and having no effect on the total contract amount of $7,409,783.00 On January 10, 2017, by Resolution No. 17-004, City Council approved Change Order No. 2 in the amount of $33,180.00, to remove approximately 19,626 square feet of unstable subgrade soil located in the building foundation area, thereby decreasing the contingency allowance to $65,020.00 and having no effect on the total contract amount of $7,409,783.00. Change Order No. 3 is required to remove approximately 9,600 square feet of unstable subgrade soil, asphalt roadway (13' x 160'), and debris (consisting of brick, concrete, tires, car parts, bottles, hoses, etc.) located in the west end of the building foundation area. The scope of work consists of the removal of unstable soil to a depth of 24", haul off and disposal of the excavated material and debris, and backfilling the excavated area with compacted select fill material. The cost for the adjustment in the scope of work will be taken from the contingency allowance balance of $65,020.00 and will not result in an increase to the original contract amount of $7,409,783.00. This change will add fourteen (14) days to the original contract time, therefore changing the Substantial Completion date to March 21, 2018 Approval of Change Order No. 3 in the amount of $21.651.00 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. i 1A Change Order Document G701T" - 2001 PROJECT (A'atne and address): CHANGE ORDER NUMBER: 003 OWNER: CITY OF BEAUNIONT FIRE DATE: Janitary 13, 2017 ARCHITECT: STATION !t 1 PO Box 3827 CONTRACTOR: BEAUNIONT, TEXAS 77704 TO CONTRACTOR (A4nne mrd address): ARCHITECT'S PROJECT NUMBER: 1403 FIELD: ❑ NICINNIS CONSTRUCTION, I NC. CONTRACT DATE: October 3,2016 OTHER: ❑ 675 SOUTH FOURTH STREET CONTRACT FOR: General Construction SILSBEE, TEXAS 77656 THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any mcdispaled ancoreu affi1burable fo previonsly evecuyed ConsUvcfion Grange Direclfves) PER SCIENCE ENGINEERING RECONINIENDATION DATED JANUAI1Y 11, 2017. Excavrite 24" of unsuitable subgrade and backfill with compacted select (ill. Excavated Subgrade (1,031 cy x $8.50) S 8,763.50 Select fill installed (1,031 c),x$12.50) S12,887.50 Total Cost (taken from Contingency Fund) $21,651.00 (Reference nuached Architect better dated Jmtuary 13, 2017; Contractor Proposals 3,4,and 5 Science Engireerhig Letter) The original Contract Sum was $ 7,409,783.00 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 7,409,783.00 The Contract Sum will be unchanged by this Change Order in 1he aniount of $ 0.00 The new Contract Sam including this Change Order will be $ 7,409,783.00 The Contract Time will be increased by fourteen (14) days. The date of Substantial Completion as of the date of this Change Order thcretbre is t4larch 21, 3143 ZOl$ NOTE: This Change Orderdoes not include changes in the Contract Stunt, Contract Tinte or Guaranteed ?vIminnun Price N% ch I1ave been authorized by Construction Change Directive until the cost and time have leen agreed upon by both the Owner and Contractor, in w1iich case a Change Order is executed to supersede [lie Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER, Architectural Alliance Inc. imchnlis Construction, Inc. City of Beaumont ARCHITECT (Firm nernu) CONTRACTOR (Firm name) OWNER (Herr name) 35011ine Streel - Suite 720.. 675 South Fourth Street. P.O. Box 3827 Beaumont TX 77701 Silsbce, TX 77656 Beaumont, TX 77704 ADDRESS �' _ DRESS ADDRESS BC/(Signahire) " J B (Signalru BY (Signalur•e) J. Rob Clark Dusty IvIchmis Kyle Haws (Typed r run) (Tr a rrnnre) (Tr ped ncune) %-t,7 'G<��� DATE DATEL DATE AIA Document 67011° — 2001. Copyright O 1979, 1987, 2000 and 2001 by The American Instituto of Architects. All rights reserved. WARNING: This AIA' Document Is protocted by U.S. Copyright Law and Intomatlonal Trealles, Unauthorized reproduction or distribution of this AIA' Document, or any podlon of It, may resull hr sevoto civil and criminal ponallios, and will ho prosecuted to the maximum oxtent possibto under live law. This document eros produced by AIA software at 10:56:22 on 0111712017 under Order No.2304466800_1 which expires on 08/3012017, and is not for resale. User Notes: (876918001) Architectural Alliance,lnc, January 13, 2017 Mr. Keith Folsom, Facility Maintenance Superintendent Mr. Jimmy Bevilacqua, Project Planner City of Beaumont, Texas P.O. Box 3827 Beaumont, TX 77704 Ref: Fire Station No. 1 — Change Order No. 3 Dear Mr. Folsom and Bevilacqua, This letter serves as a support document regarding the attached Fire Station No. 1 Change Order No. 3 covering additional cost due to unearthed bad soils and discovery of existing buried asphalt pavement. The contractor will be required to perform expanded removal of existing fill materials under the building foundation, removal of the asphalt road this area, to add additional select fill material into the site, spread and compact soil materials per the requirements of the soils engineering recommendation report and the project specifications. This additional scope of work has been recommended by the city's soils testing laboratory, Science Engineering as can be seen in their attached letter. The prior approved change order for removal of bad soils and replacement covered the eastern portion of the building pad with an assumption that soils conditions were improving as the contractor moved west on the site. As this first portion of site work was near completion and the contractor moved towards the western portion of the site, an existing buried asphalt paved road was discovered as well as an expanded bad soil layer. This is the portion of work being included under the recommended Change Order No. 3 which cost would be deducted from the contractor's contingency allowance under the Owner -Contractor Agreement. Architectural Alliance recommends the city approve this additional work to permit the contractor to quickly remedy the weak soil conditions and build-up the site to avoid more rain delays in work and to permit the building foundation work to proceed. With kindest regards, ARCHITECTURAL ALLIANCE, INC. J. Rob Clark, AIA 350 Pine Street, Suite 720 409.866.7196 Ronald M. Jones. AIA Beaumont, Texas 77701 www.architectall.com J. Rob Clark, AIA Page 1 of 1 Mdws CbN51<gutlrioN. lNc. 675 SM1141h Skeet - SVSboo, Texas 77559 Ofte: 4091385-5747 Fax k: 403!385.2483 CHANGE ORDER PROPOSAL PR03ECT: Fire Station No. 1 1675 CALDWELL BEAUMONT, TExAs 77703 TO CONTRACTOR: MCINNIS CONSTRUCTION, INC. 675 SOUTH 4TH ST. . SILSBEE, TEXAS 77656 The Contract is changed as follows: CHANGE ORDER NO: 3 -REVISED JOB NO: 1622 INITIATION DATE: JANUARY 4, 2016 CONTRACTFOR: CITY OF BEAUMONT —FIRE STATION No.1 1675 Caldwell Beamnont, Texas 77703 CONTRACT DATE: OCTOBER 3, 2016 PER SCIENCE ENGINEERING RECOMMENDATIONS DATED 1-10-17 Propose to excavate and backfill with compacted select fill approximately 9,600 sf. (60'x 160') x 24" deep of unsuitable subgrade (Aspahit and Debris) in the building pad. Excavated Subgrade (1,031 cy x $8,50) $ 8,763.50 Select fill Installed (1,031 cy x $12.50) $12,887,50 TOTAL DAILY COST $21,651,00 Not valid until signed by the, Construction Manager, Contractor, Regional Director of Construction, & VP if necessary The original (Contract Sum) (Guaranteed Maximum Price) was $ Net change by previously authorized Change Cinders $ The (Contract Sum) (Guaranteed Maximum Price) prior to this Change Order Was $ The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order In the amount of $ The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order will be $ The Contract Time will be ® (increased) ❑ (decreased) ❑ (unchanged ) by ( ) days. The date of Substantial Completion as of the date of this Change Order therefore is: NOTE: This summary does not reflect changes in the Contract Sum, Contract Time or Guaranteed Maximum price which have been authorized by Construction Change Directive. CONTRACTOR BY l L 1 11Y�__DATE I (I I- I I www.katconstruction.net Change Order December 27, 2016 Change Order: #3 RE: Bmt. Fire Station #1 TO: McInnis Construction ATTN: Dusty PO Box 1079 16531 Hwy 105 Sour Lake, Texas 77659 Dispatch: (409) 753-2767 Business Office: (409) 753-1700 We have encountered approximately 9,600 sf. (60'x 160') of unsuitable subgrade in the building Pad. We propose to excavate 24" of unsuitable subgrade and backfill with compacted select fill. $8,763.50 Excavated Subgrade (1,031 cy x $8.50) $12,887.50 Select fill installed (1,031 cy x $12.50) $21,651.00 Total Grand Total Change Order #3 = $21,651.00 ANY ADDITIONS OR DELETIONS TO THIS WILL BE CHARGED ACCORDINGLY. Please feel free to contact me if you have any questions, or if you need any additional information. Respectfully Submitted Danny LeBaron K.A.T. Excavation & Construction Inc. 409-753-1700 office 409-790-6818 cell Company: McInnis Construction Name: Signature: Date: r q __ ` wr ^'� T � Y �u www.katconstruction.net Change Order December 27, 2016 Change Order: #3 RE: Bmt. Fire Station #1 TO: McInnis Construction ATTN: Dusty PO Box 1079 16531 Hwy 105 Sour Lake, Texas 77659 Dispatch: (409) 753-2767 Business Office: (409) 753-1700 We have encountered approximately 9,600 sf. (60'x 160') of unsuitable subgrade in the building Pad. We propose to excavate 24" of unsuitable subgrade and backfill with compacted select fill. $8,763.50 Excavated Subgrade (1,031 cy x $8.50) $12,887.50 Select fill installed (1,031 cy x $12.50) $21,651.00 Total Grand Total Change Order #3 = $21,651.00 ANY ADDITIONS OR DELETIONS TO THIS WILL BE CHARGED ACCORDINGLY. Please feel free to contact me if you have any questions, or if you need any additional information. Respectfully Submitted Danny LeBaron K.A.T. Excavation & Construction Inc. 409-753-1700 office 409-790-6818 cell Company: McInnis Construction Name: Signature: Date: r q __ ` wr ^'� S SCIENCE ENGINEERING, LTD. GEOTECHNICAL, ENVIRONMENTAL, MATERIALS TESTING E "T1, 2017 City of Beaumont Building Services 1848 Pine Street Beaumont, Texas 77703 Attn: Mr. Keith Folsom Re: Construction Materials Testing for Fire Station No. 1 Beaumont, Texas SEL Project No. 16225 Dear Keith: On January 10, 2017, SEL senior technician, Sidney Errington met with Mr. Jimmy Bevilacqua with the City of Beaumont at the above referenced project site. During their meeting, Sidney observed the following: • Asphalt (with a thickness of approximately 1" — 3") on the Roadway (13' x 160') at the West end of the Building Pad. • Debris. consisting of brick, concrete, tires, car parts, bottles, hoses, etc. dumped in the same vicinity on the west end of the Building Pad. Recommendations are as follows: • All asphalt and debris must be removed prior to placement of select fill. Select fill should then be placed, as recommended by the Geotechnical Engineer. We appreciate the opportunity to provide this information to you. If you have any questions, please contact our office. Thank you. Respectfully submitted: Yousef Rahmani, P.E. President Cc: City of Beaumont / attn: Mr. Jimmy Bevilacqua Architectural Alliance / attn: Mr. Rob Clark, A.I.A. Fittz & Shipman, Inc. / attn: Mr. Terry Shipman, P.E. McInnis Construction / attn: Mr. Chip Richardson P.O. Box 2048 / Nederland, Texas 77627 / Tel.: (409) 982-0686 or (409) 727-2218 Fax: (409) 982-0619 / e-mail: vousef an.science-en¢ineer.cnm MCINNIS CONSTRUCTION, INC. www.mcinnisprojects.com 675 South 4th Street • Silsbee, Texas 77656 Office: 409/385-5767 • Fax #: 409/385-2483 RE: City of Beaumont — Fire Station No. 1 Change Order #3 14 Additional days are requested for delay of approval of Change Order #3. Testing lab had sent wrong testing. The process had put job on hold. McInnis Construction, Inc., RESOLUTION NO. WHEREAS, on September 27, 2016, the City Council of the City of Beaumont, Texas, passed Resolution No. 16-188 awarding a contract in the amount of $7,409,783.00 to McInnis Construction, Inc., of Silsbee, Texas, for the new Beaumont Fire Station No. 1 Project; and, WHEREAS, a contingency allowance in the amount of $100,000.00 was included in the above noted contract; and, WHEREAS, on December 22, 2016, the City Manager executed Change Order No. 1, in the amount of $1,800.00, to remove approximately seventeen (17) concrete footings which were encountered in the current area of excavation; and, to haul off and backfill with compacted select fill, thereby decreasing the contingency allowance to $98,200.00 and having no affect on the total contract amount of $7,409,783.00; and, WHEREAS, on January 10, 2017, the City Council of the City of Beaumont, Texas, passed Resolution No. 17-004 approving Change Order No. 2, in the amount of $33,180.00 to remove approximately 19,626 square feet of unstable subgrade soil located in the building foundation area, thereby decreasing the contingency allowance to $65,020.00 and having no affect on the total contract amount of $7,409,783.00; and, WHEREAS, Change Order No. 3, in the amount of $21,651.00, is required to remove approximately 9,600 square feet of unstable subgrade soil, asphalt roadway (13' x 160') and debris, thereby decreasing the contingency allowance to $43,369.00 and having no affect on the total contract amount of $7,409,783.00; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 3 for additional work described above, thereby decreasing the contingency allowance by $21,651.00 for a total contingency allowance of $43,369.00 and having no affect on the total contract amount of $7,409,783.00 for the new Fire Station No. 1 Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - � a A Ww�—X I I i A TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution accepting the donation of property to provide additional right-of-way for Cedar Street. BACKGROUND In 2016, Hillebrandt Development and Tideland Specialty, LTD. purchased an 8.3661 acre tract of land from Union Pacific Railroad. During the preparation of the survey, it was determined that 0.1506 acres out of the 8.3661 acres should have been dedicated as right of way for Cedar Street. The owners of the 8.3661 acre tract desire to correct the problem by conveying the 0.1506 acre tract to the City of Beaumont. The proposed 0.1506 acre tract is to be conveyed by Hillebrandt Development and Tideland Specialty, LTD. to provide right-of-way for Cedar Street at Spur 380. This portion of Cedar Street was constructed across property belonging to Union Pacific Railroad (formerly Texas & New Orleans Railroad Company) without a formal dedication of any right-of-way. The adjoining subdivision is the Van Wormer Addition as recorded in Volume 1, Page 16, Map Record, Jefferson County, Texas. Cedar Street is dedicated as a 60 foot wide street in said subdivision. The North line of the Van Wormer Addition is common to the South line of the Union Pacific Railroad tract. It appears that Cedar Street was extended to the current Spur 380 as if the right-of-way was in place. FUNDING SOURCE None. RECOMMENDATION Approval of resolution. RESOLUTION NO. WHEREAS, Hillebrandt Development and Tideland Specialty, Ltd. has agreed to donate 0.1506 acres of land situated in the Noah Tevis Survey, Abstract No. 52, as described and shown in Exhibit "1," attached hereto, to the City of Beaumont to adjust right-of-way for Cedar Street and, WHEREAS, the City Council has considered the donation of said tract of land and is of the opinion that the delivery and receipt of said tract is necessary and desirable and that same 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 donation of the above described property donated by Hillebrandt Development and Tideland Specialty, Ltd. is hereby in all things accepted; and, BE IT FURTHER RESOLVED THAT the City Manager is hereby authorized to execute all documents necessary to accept said donation. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT THAT TRANSFERS AN INTERST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR DRIVER'S LICENSE NUMBER. THE STATE OF TEXAS X KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON X SPECIAL WARRANTY DEED That, HILLEBRANDT DEVELOPMENT, a Texas joint venture, as to an undivided two -third 2/3 rd) interest and TIDELAND SPECIALTY, LTD, a Texas limited partnership, as to an undeiveded one-third (1/3rd) interest, the County of Jefferson, State of Texas, hereinafter called GRANTORS collectively for and in consideration of the sum of TEN DOLLARS AND NO/ 100 ($10.00) DOLLARS and other good and valuable consideration, to it in hand paid by the CITY OF BEAUMONT, a municipal corporation, domiciled in Jefferson County, Texas, hereinafter called GRANTEE, for the conveyance of the hereinafter described property, the receipt and sufficiency of which is hereby acknowledged and confessed, has GRANTED, SOLD and CONVEYED, subject to the reservations and exceptions hereinafter made, and by these presents does GRANT, SELL and CONVEY unto the said CITY OF BEAUMONT, P. O. Box 3827, Beaumont, Texas 77704, and to its successors and assigns forever the property described in Exhibit "A & B", attached hereto and made a part hereof for all purposes. GRANTOR does hereby except and reserve from this conveyance unto herself, her successors and assigns, forever, all of the oil, gas, and other minerals in and under the land herein conveyed but waives all rights of ingress and egress to the surface thereof for the purpose of exploring, developing, mining or drilling for same. This conveyance is expressly made subject to all zoning laws and to restrictions, covenants, conditions, easements and mineral and/or royalty reservations and conveyances, if EXHIBIT 1" any, effecting the property. TO HAVE AND TO HOLD the above described premises together with all and singular the rights and appurtenances thereto and in any wise belonging, unto the said GRANTEE and GRANTEE'S successors and assigns, forever; and said GRANTOR binds herself and her successors and assigns to warrant and forever defend all and singular the said premises unto the said GRANTEE and GRANTEE'S successors or assigns, against every person lawfully claiming or to claim all or any part of the property, subject to the provisions stated above, when the claim is by, through, or under GRANTOR but not otherwise. EXECUTED this the day of , 2017. HILLEBRANDT DEVELOPMENT, a Texas joint venture BY: Parigi Property Management, Ltd., a Texas limited partnership, joint venture and Managing Agent BY: Parigi Investments, Inc., a Texas corporation, general partner mm Sam C. Parigi, Jr., Its President TIDELAND SPECIALTY, LTD., a Texas limited partnership BY: CG Tideland, L. L. C., a Texas limited liability company, General Partner :_ Charles J. Giglio, President ACKNOWLEDGEMENT STATE OF TEXAS X COUNTY OF JEFFERSON X This instrument was acknowledged before me on this the day of , 2017, by Sam C. Parigi, Jr., President of Parigi Investments, Inc., a Texas corporation, on behalf of said corporation, general partner on behalf of Parigi Property Management, Ltd., a Texas limited partnership, joint venture and Managing Agent on behalf of Hillebrandt Development, a Texas joint venture. Notary Public, State of Texas STATE OF TEXAS X COUNTY OF JEFFERSON X This instrument was acknowledged before me on this the day of , 2017, by Charles J. Giglio, President of CG Tideland, L. L. C., on behalf of said limited liability company, which is the general partner of Tidelands Specialty, Ltd., a Texas limited partnership. Notary Public, State of Texas RETURN TO: City of Beaumont c/o Antoinette Hardy P. O. Box 3827 Beaumont, TX 77704 EXHIBIT "A" Legal Description: 0.1506 Acre Tract or Parcel of Land Noah Tevis Survey, Abstract No. 52 Beaumont, Jefferson County, Texas BEING a 0.1506 acre tract or parcel of land situated in the Noah Tevis Survey, Abstract No. 52, Jefferson County, Texas and being out of and part of that certain called 54.9 acre tract of land as described in a deed from Willie J. Robertson to the Texas & New Orleans Railroad Company (now Union Pacific Railroad Company) as recorded in Volume 28, Page 428, Deed Records, Jefferson County, Texas, and being out of and part of that certain called 8.3661 acre tract of land as described in a "Deed Without Warranty" from Union Pacific Railroad Company to Hillebrandt Development and Tideland Specialty, LTD. as recorded in Clerk's File No. 2016037059, Official Public Records of Real Property, Jefferson County, Texas, said 0.1506 acre tract being more particularly described as follows: NOTE: All bearings are referenced to the West right-of-way line of Spur 380 as SOUTH 44°00'01" EAST as recorded in Film Code No. 104-51-0192, Official Public Records of Real Property, Jefferson County, Texas. All set 5/8" iron rods set with caps stamped "M. W. YYhiteley & Associates ". COYLMENCING at a 5/8" iron rod found for the Northeast corner of the said 8.3661 acre Hillebrandt Development, et al. tract, said corner also being the intersection of the West right-of- way line of Spur 380 (also known as South Martin Luther King Parkway) and the South line of Calder Addition, a subdivision of the City of Beaumont, Jefferson County, Texas, according to the plat thereof recorded in Volume 2, Page 115, Map Records, Jefferson County, Texas, the same being the South right-of-way line of a 30 feet wide dedicated roadway as shown on the above referenced final plat of Calder Addition; THENCE SOUTH 44°00'01" EAST, along and with the West right-of-way line of Spur 380 and the East line of the said 8.3661 acre Hillebrandt Development, et al. tract, for a distance of 630.20 feet to a 5/8" iron rod set for the most Northeasterly corner and the POINT OF BEGINNING of the tract herein described; THENCE SOUTH 44000'01" EAST, continuing along and with the West right-of-way line of Spur 380 and the East line of the said 8.3661 acre tract, for a distance of 97.00 feet to a 5/8" iron rod found for corner, said corner being the intersection of the of the West right-of-way line of Spur 380 and the South line of the said 54.9 acre Union Pacific Railroad Company tract, the same being the North line of the Van Wormer Addition, a subdivision of the City of Beaumont, Jefferson County, Texas, according to the plat thereof recorded in Volume 1, Page 16, Map Records, Jefferson County, Texas and being the Southeast corner of the said 8.3661 acre Hillebrandt Development, et al. tract; THENCE SOUTH 81°42'01" WEST, along and with the boundary between the said 8.3661 acre Hillebrandt Development, et al. tract and the North line of the said Van Wormer Addition, for a distance of 166.54 feet to a 5/8" iron rod set for corner, said corner being the intersection of the North line of the said Van Wormer Addition and the Northwesterly right-of-way line of Cedar Street (based on a width of 60 feet); EXHIBIT "A" Page I of 2 ;DURA II'. JJ HJ l LLC 1 A A.33UL 1A /1-,3, rrNf-. THENCE NORTH 46004'44" EAST, over and across the said 8.3661 acre Hillebrandt Development, et al. tract, for a distance of 135.24 feet to the POINT OF BEGINNING and containing 0.1506 Acres, more or less. Surveyed on December 1, 2016. This legal description is being submitted along with a plat based on this survey (see EXHIBIT "B"). Thomas S. Rowe, RPLS No. 5728 TBPLS Finn No.: 10106700 1F:,2016.16- MS. 16-Ii6imSb.Soc.x EXHIBIT "A" Page 2 of 2 a�.inn I!. rrni1rr.cI u:IJJVIl.l1LJ..,••. NOTE: 1. NOTHING IN THIS SURVEY IS INTENDED TO EXPRESS AN OPINION REGARDING OWNERSHIP OR TITLE. 2. THE WORD CERTIFY IS UNDERSTOOD TO BE AN EXPRESSION OF PROFESSIONAL JUDGMENT BY THE SURVEYOR, WHICH IS BASED ON HIS BEST KNOWLEDGE, INFORMATION AND BELIEF, FORMED IN THE COURSE OF HIS PERFORMING THE SURVEY IN COMPLIANCE WITH THE STANDARDS OF PRACTICE REQUIRED AND PROMULGATED BY THE TEXAS BOARD OF PROFESSIONAL LAND SURVEYORS AND THE TEXAS SOCIETY OF PROFESSIONAL SURVEYORS. AS SUCH, IT CONSTITUTES NEITHER A GUARANTEE NOR A WARRANTY, EXPRESSED OR IMPLIED. 3. ALL SET 5/8" IRON RODS SET WITH CAPS STAMPED "M.W. WHITELEY & ASSOCIATES". CALLED 8.3661 ACRES 4. REFERENCE BEARING PER TxDOT RIGHT-OF-WAY MAP AND FC. N0. HILLEBRANDT DEVELOPMENT AND TIDELANDSPECIALTY, LTD. 104-51-0192, OPRJC. CF. NO. 2016037059 AH jEv, T$4o. 5 . 30' WIDE DRAINAGE EASEMENT OPRJC TRACT NO. 4 NO BSTRAC JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 A VOL. 1581, PG. 115 — — — VOL. 1717, PG. 230 DRJC ---- WIDE ROppWA'� PER PlA POC FND 5/8" I. ROD FND 3/4" I. PIPE 12 BLOCK 34 SET 5/8" 1. ROD FND S81'42'01"W 369.52' SUNLIGHT BAPTIST CHURCH CF NO. 9516393 OPRJC BLOCK 33 / TO THE OWNERS OF THE PREMISES SURVEYED AS OF THE DATE OF THE SURVEY; I, THOMAS S. ROWE DO HEREBY CERTIFY THAT THIS SURVEY WAS THIS DAY MADE ON THE SURFACE OF THE GROUND OF THE PROPER GAL LY DESCRIBED HEREON AND CORRECTLY REPRESENTS THE FACTS FO E OF THE SURVEY. DATE SURVEYED: DECEMBER 1, 2016 i J4-12—� ROWE - REGISTERED THOMAS S. kWE 5728 No. 5728 i �-o A -9 F� Air p�2C' F o° 0 F� tic POB SET 5/8" I. ROD — — — -0.1506 ACRES - S81 °42'01 "W 166.54' VAN WORMER ADDITION 4 VOL. 1, PG. 16 MRJC \ PARIGI INVESTMENTS No.: +MARK WHITELEY ND ASSOCIATES INCORPORATED LTING ENGINEERS, YORS, AND PLANNERS S. FIRM NO. 10106700 P.O. BOX 5492 2250 EASTEX FRWY. BEAUMONT. TEUS 777264492 BEAUMONT. TEXAS 777D3 4064624421 (FAX) 409.862.1246 "ye so to yF��ti G � �y QS7o 00. FO 00. 0 3 BLOCK 42 FND 5/8" �, I. ROD EXHIBIT "B" REFER TO EXHIBIT "A" FOR LEGAL DESCRIPTION BOUNDARY SURVEY OF 0.1506 ACRE TRACT NOAH TEVIS SURVEY ABSTRACT NO. 52 BEAUMONT JEFFERSON COUNTY, TEXAS UAl opmoo MER ,A.K3 0 jc ft 1 /vim 0 ........ .. x ]T.19 / �/ Im. r.vxr •• nw I,I,. xr• z�x. wu mxn� wx .�..ry �.•. M'+r n.w) y'r � UAl opmoo MER ,A.K3 0 jc ft 1 /vim 0 ........ .. ]T.19 / �/ Im. r.vxr •• nw I,I,. xr• z�x. wu mxn� wx .�..ry �.•. M'+r n.w) y'r � UAl opmoo MER ,A.K3 0 jc ft 1 /vim 0 ........ .. c BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer ;/1 MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to apply for and receive funding through U. S. Department of Homeland Security, 2017 Emergency Management Performance Grant (EMPG) program. BACKGROUND The Department of Homeland Security EMPG funding is provided to assist state and local governments in enhancing and sustaining all -hazards emergency management capabilities. It directly supports developing and carrying out emergency management programs. This includes mitigating costs of compliance with National Incident Management System, Incident Command System, planning, and training mandates, as well as reducing the personnel costs to manage the program. The federal funding guidelines are envisioned to cover up to half the anticipated operating expenses which are currently funded through the city's budget. The City was awarded $47,123.45 from this funding source in fiscal year 2016, and we anticipate the City receiving a similar amount in 2017. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of resolution. FISCAL YEAR 2017 APPLICATION FOR FEDERAL ASSISTANCE (Instructions on Reverse) NAME OF PROGRAM/ ASSISTANCE: 1. CFDA NUMBER: 2. APPLICANT EMERGENCY MANAGEMENT STATUS: New Applicant ❑ PERFORMANCE GRANT (EMPG) 97.042 Renewal ❑✓ 3. FEDERAL FISCAL YEAR: 4. START DATE: 5. END DATE: FY 2017 OCTOBER 1, 2016 SEPTEMBER 30, 2017 APPLICANT INFORMATION a. Legal Name of Applicant Organization (as b. Name & Telephone Number(s) of it appears on the EMPG Application Emergency Management Coordinator: (TDEM-17): City of Beaumont Tim Ocnaschek (409)980-7275 G. Mailing Address: d. Physical Address (if different from Mailing P. O. Box 3827 Address): Beaumont, TX 77704 700 Orleans, 2nd floor Beaumont, TX 77701 Employer Identification Number/Tax ID# 74-6000278 EMPG PERSONNEL SUMMARY (include only those staff that will be paid with EMPG funds) e. Number of EMPG Staff & Percentage of Time Worked in Emergency Management Duties # Staff Percent # Staff Percent # Staff Percent 1) Full Time: 3 100 2) Part Time Total Number of EMPG-Funded Personnel: 3 ESTIMATED EXPENSES f. Salary & Benefits from line 18, form TDEM-66 $278,778.92 g. Travel Expenses from line 19 form TDEM-66 $13,000.00 h. Other Expenses from section 11 on reverse $20,100.00 i. Total Expenses F + G + H $ 311,878.92 j. Federal Share I x.50) $155,939.46 Note: If you cannot meet the cash match requirement, check the box below and attach a match proposal as specified in Section 2 of the Local Emergency Management Performance Grant Guide. TDEM must review and approve any exceptions made to the cash match requirement at the time of application. ❑ Cash Match Exception Requested CERTIFICATION: I certify that to the best of my knowledge and belief this application and its attachments are true and correct. k. Typed Name of Authorized Official: Kyle Hayes i. Title of Authorized Official: City Manager m. Original Signature of Authorized Official: n. Date Signed: Rev. 10/16 TDEM-67 INSTRUCTIONS 1. Except as indicated below, entries are self-explanatory. 2 Item A: Enter the legal name of your jurisdiction. Your entry should match the Applicant Name used on the EMPG Program Application (TDEM-17). Item E: Indicate the number of full-time employees who work specific percentages of time in emergency 3, management duties. Example: 1 staff @ 100 percent, 2 staff @ 50 percent. Also indicate the number of part- time employees. Include only staff members whose salary and benefits will be supported by EMPG funding. The data in this section should agree with the information included on the EMPG Staffing Pattern (TDEM-66). Item K, L, & M: This form must be signed by the Authorized Official from TDEM 17B. Authorized Officials are 4. County Judges, Mayors, and many City Managers — not Emergency Management Coordinators. OTHER ALLOWABLE EXPENSES: Describe the other allowable expenses of your emergency management program that you are requesting be supported by EMPG funding and provide an estimate of the amount of those expenses. These costs must comply with 2 CFR, Part 225, Cost Principles for State. Local, and Indian Tribe Governments (OMB Circular A-87). Salaries and expenses for elected officials are not allowed. Continue on a separate sheet if necessary. Transfer the Total calculated below to line 9c on the front of this form. To determine if an expense is allowable under the EMPG program, refer to the Authorized Equipment List (AEL) at httos://www.fema.ciov/authorized-equipment-list# . Please reference the appropriate Authorized Equipment List (AEL) for expenses listed below. AEL Code Specific Description of Expense (Descriptions must be specific — do not use broad or general categories, such as operating or administrative expenses) Estimated Amount 06CC-03-SATP Satellite system, satellite phone, air cards for EM staff $ 6,000.00 21 GN-00-OCEQ Professional association dues (i.e. SNCA, IAEM, EMAT, and certification/recertification fees for EM staff $1,800.00 16AD-08-TRNP EM Training and public awareness registration fees, materials, handouts, etc $ 1,500.00 21GN-00-OCEQ Office Supplies, Postage $ 6,800.00 21 GN -00 -MAIN EM vehicles and Mobile Command Trailer expenses — fuel $ 3,500.00 21GN-00-OCEQ Printing $ 500.00 Total $ 20,100.00 Rev. 10/16 TDEM-67 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 receive funding for the City of Beaumont through the U.S. Department of Homeland Security, 2017 Emergency Management Performance Grant (EMPG) in an amount not to exceed $155,939.46 to assist in developing and carrying out various emergency management programs. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - 1LA TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: James Singletary, Chief of Police MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute all documents necessary for an agreement with West Government Services. BACKGROUND The Police Department contracts with a single public record database service to provide comprehensive information that's useful to investigations. A single database yields broad results including name, address and business associations, in addition to vehicle links, public utilities, credit bureau information and social media. Currently, the Department uses West Government Services (formerly West Publishing Corporation). Under the present agreement, ten users within the Department are allowed unlimited searches. The new agreement would allow up to 275 users at a cost of $1,128.15 a month. These searches are frequently used during criminal as well as internal investigations. FUNDING SOURCE General 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 execute all documents necessary, specifically including an agreement with West Government Services, substantially in the form attached hereto as Exhibit "A," to renew the Police Department's access of the CLEAR database service. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - WEST ORDER FORM - CLEAR SERVICES 610 Opperman Drive, P.O. Box 64833 St. Paul, MN 55164-1803 TcL 651/687-8000 THOMSON REUTERS'" Check West account status below as applicable: Rep Name & Number Karin Vallery & 6039225 New (NACI Form attached) Existing with no changes X Existing with changes (Permanent name change must attach a Customer Name Change Form) Does_ Subscriber have an existing West account? ❑ Yes If yes, please provide West account number ' ® No Acct # 1003938165 Quote # PO # Date A. Bill To Acct Name/Subscriber Beaumont Police Dept # Order Confirmation Contact Name Jim Clay E -Mail jclay@beaumonttexas.gov i C CLEAR Contact Name (for delivery orRegistration Keys. Individual users Jim Clay will also receive their Registration Keys if their e-mail addresses are provided) y E -Mail jclay@beaumonttexas.gov Telephone 409/880-3881 CLEAR Primary Account Contact Name (general business contact) Jim Clay E -Mail jelay@beaumonttexas.gov Telephone 409/880-3881 Federal Government AccountType Non-FEDLINK v FEDLINK GSA MSA Jurisdiction Contract # Option # Permanent Address Change One -Time Ship To Additional Ship To Additional Bill To y= Name _ Attn: Z . Address Suite/Floor _-- tz1 City State County Zip G; Ch1 d.; CLEAR Fixed Rate Monthly Banded/ Per User Total Monthly Full Svc # CLEAR Products Quantity Base Rate Rate Other Charges 41882302 1 CLEAR for LE Plus 275 1128.12 { Fill in the mnvii-nn nomher of t isers_ Alerts_ Seats. Notes: Total Monthly Charges S I I Lia. 10 Monthly Charges begin on the date West Publishing Corporation ("West", "we" or "our") processes your order and continue for a Minimum Term of 12 complete calendar months. Subscriber ("you" or "I") is also responsible for all Excluded Charges. Excluded Charges are charges for accessing CLEAR services data that is not included in your subscription. Excluded Charges may change after at least 30 days written or online notice. If you area corporation accessing CLEAR Services on your own behalf and on behalf of any government agency or entity, you must sign separate agreements for each use case and be credentialed separately for each use case. If you have an existing Per User CLEAR license and are using this Order Form to add additional users, the Minimum Term in your underlying Order Form wil I apply. If the transactional value of your CLEAR fixed rate usage exceeds your then -current Monthly Charges by more than 10 times in any month (or by 20 times in any month for Enterprise t.aw Enforcement subscribers), %ve may limit access to live gateways and request that the parties enter into good faith renegotiation or terminate upon 10 days written notice. Transactional value of your CLEAR usage is calculated based upon our then -current Schedule A rate. Schedule A rates may change upon at least 30 days written or online notice. 611/16 SAMWt 748.do1 If you have a fixed rate batch subscription and the total of your batch inputs exceed your annual fixed rate batch allotment, we may request that the parties enter into good faith negotiations regarding a superseding agreement or terminate your subscription. Initial below far a longer Minimum Term. 24 month Minimum Term. Monthly Charges for the second 12 months will be % over the first 12 months. 36 month Minimum Term. Monthly Charges for the second 12 months will be 5 % over the first 12 months; Monthly Charges for the third 12 months will be 5 % over the second 12 months. Government Subscribers Post -Minimum Term. If you are a government subscriber, your subscription will change to a month-to-month status at the end of the Minimum Term, and your Monthly Charges will be billed at up to our then current rate. 'thereafter, we may modify the Monthly Charges after at least 30 days notice. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel the month-to-month subscription by sending at least 30 days written notice. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. Federal Government Subscribers Optional Minimum Term, Federal government subscribers that chose a 24 or 36 month Minimum Term, those additional months will be implemented at your option pursuant to federal law. Automatic Renewal Term for Non -Government Subscribers Only. If you are a non-governnent subscriber, your subscription will automatically renew at the end of the Minimum Term. Each Automatic Renewal Term will be 12 months in length ("Automatic Renewal Term') and include a 70/a price increase unless we notify you of a different rate at least 60 days before tach Automatic Renewal Tenn begins. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel in writing at least 30 days before an Automatic Renewal Term starts. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. Enterprise Law Enforcement Subscribers You certify that you have up to 275 stiwm officers in your employ at this location. Our pricing for banded products is made in reliance upon your certification. If we learn that the actual number is greater, we reserve the right to increase your charges as applicable. CLEAR Batch Transactional Pull Svc # CLEARBatch Products # of Users Other Access to CLEAR Batch Transactional begins on the date we process your order and continues for 12 complete calendar months. You may select a longer Minimum Term by initialing below. CLEAR Batch Transactional charges are assessed when you access CLEAR Batch. To apply CLEAR Batch charges to a specific month, the batch request must be submitted at least five (5) business days prior to the end of the month. Transactional charges are calculated based upon our then current Schedule A rale. Schedule A rates may change upon at least 30 days written or online notice. Initial below for a longer Minimum Term. 24 Month Minimum Term. 36 month Minimum Term. Government Subscribers Post -Minimum Term. If you are a govenunent subscriber, your subscription will cluange to a month-to-month status at the end of the Minimum Term. Schedule A rates may change after at least 30 days written or online notice. Either of us may cancel the month-to-month subscription by sending at least 30 days written notice. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. Federal Government Subscribers Optional Minimum Term. Federal government subscribers that chose a 24 or 36 month Minimum Term, those additional months will be implemented at your option pursuant to federal law. Automatic Renewal for Non -Government Subscribers Only. If you are a non-government customer, your subscription will automatically renewal the end of its Minimum Term. Schedule A rates may change after at least 30 days written or online notice. Either of us may cancel the renewal in writing at least 30 days before a renewal period starts. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. Office Use Only OF instruct: Enter a discount of 100% - in tate Condition Group 1 field on Additional Data A tab. CLEAR Window Full Svc # CLEAR Window Products # of Users List Other Mouthiv Charges Monthly Window Notes: 6/1116 SAMlner 748.do1 Monthly Charges begin on the date we process your order and continue for a Minimum Term of 12 complete calendar months. Monthly Charges are due regardless of the level of your usage. CLEAR transactional usage charges that exceed the Monthly Charges are waived up to the Monthly Window amount stated above. In addition to the Monthly Charges, you are responsible for CLEAR transactional usage charges in excess of the Monthly Window. Transactional charges are calculated based upon our then current Schedule A rate. You are also responsible for all Excluded Charges. Schedule A rates may change upon at least 30 days written or online notice. If you are a corporation accessing CLEAR Services on your own behalf and on behalrof any government agency or entity, you mast sign separate agreements for each use case and be credentiated separately for each use case. To apply Window charges to a specific month, (lie request must be submitted at least five (5) business days prior to the end of the month. Initial below for a longer Minimum Term. 24 month Minimum Term. Monthly Charges for the second 12 months will be _% over the, first 12 months. 36 month Minimum Term. Monthly Charges for the second 12 months will be % over the first 12 months, Monthly Charges for the third 12 months will be % over the second 12 months. Government Subscribers Post -Minimum Term. If you are a government subscriber, your subscription will change to a month-to-month status at the end of the Minimum Term and your Monthly Charges will be billed at up to our then current rate. Thereafter, we may modify the Monthly Charges after at least 30 days notice. The Monthly Window will remain unchanged. Schedule A rates may change after at least 30 days written or online notice. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel the month-to-month subscription by sending at least 30 days written notice. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. Federal Government Subscribers Optional Minimum Term. Federal government subscribers that chose a 24 or 36 month Minimum "Perm, those additional months will be implemented at your option pursuant to federal law. Automatic Renewal Term for Non -Government Subscribers Only, if you are a non-government subscriber, your subscription will automatically renew at the end of the Minimum Term. Each Automatic Renewal Term will be 12 months in length ("Automatic Renewal Term") and include a 0% price increase unless we notify you of a different rate at least 60 days before each Automatic Renewal Term begins. The Monthly Window will remain unchanged. Schedule A rates may change after at least 30 days written or online notice. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel in writing at least 30 days before an Automatic Renewal Term starts. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. Subscriber Certification Section Re uiretl for all accounts that interact with, mans c or lhouse inmates or detainees. Subscriber Certifications must be completed for every order, including renewals. By initialing below, Subscriber certifies its understanding and acceptance of the security limits of CLEAR and responsibility for controlling product, Internet and network access: Subscriber's Initials. Functionality of CLEAR cannot and does not limit access to non -West Internet sites. It is Subscriber's responsibility to control access to the Internet. Subscriber's Initials. Subscriber will provide its own firewall, proxy servers or other security technologies as well as desktop security to limit access to the CLEAR URL. Subscriber will design, configure and implement its own security configuration. Subscriber's Initials. Subscriber will not use any Data nor distribute any Data to a third party for use, in a manner contrary to or in violation of any applicable federal, state, or local law, rule or regulation or in any manner inconsistent with the General Terms and Conditions. Subscriber's initials. Subscriber will only access CLEAR for administrative or internal business purposes. All use will fully comply with the following restrictions: • in no event shall anyone other than Subscriber's approved employees be provided access to or control of any terminal with access to CLEAR or CLEAR data. • Terminals with CLEAR access, access credentials, and CLEAR data will be in secured locations that do not provide inmate/detainee access. • No access shall be outsourced or otherwise provided to third parties. • Subscriber is solely responsible for ensuring that sensitive information is not made available beyond its stated permissible use. SAMrnet NUN Last Name First Name E-mail Address CLEAR Products IN AD AN SV TC Clay IP Address Section jday@beaumonttexas.gov On!External IP Address es or Rau e s Must Be Provided Valid External IP Addresses or 1P Ranges belonging to your organization and meeting the following requirements must be provided for all CLEAR orders: • IP Addresses assigned to jurisdictions outside the United States or West approved U.S. Territories are prohibited. Custer • IP Addresses will not be accepted from the following ranges which are reserved by the Internet Assigned Numbers mcuster@beaumonttexas.gov Authority for special use or private networks: 10.0.0.0 -10.255.255.255, 127.0.0.0-127.255.255.255, 172.16.0.0 - 172.31.255.255, 192.168.0.0 -192.168.255.255,169.254.0.0 -169.254.255.255. • All IP addresses must be IPv4 addresses. Pernrissible IP Adtlress(es) will be those provided below as well as any prevlously Provided IP Address(es) for this Subscriber Subscriber's Internet Service Provider Name Same as existing Provide 1P Address(es) or IP Address Range(s) below Additional page(s) may be attached if needed Beginning IP Address Ending IT Address q Tf necessary, use additional pages and include full name, email address, and user type. Beginning IP Address Ending IP Address IN = Investigator AD = Administrator AN = Analyst SV = Supervisor TC='fechnical CLEAR Subscribers may receive roaming access to CLEAR by default. Roamurg access permits use outside your designated IP Address/Range, C We may, at our option, block roaming access. Initial here if Lou would like us to block roamin access. If you do not know your company's external IP address(s), try the following: 1. Contact your network administration, firewall or security team 2. Contact your Internet Service Provider, TSP (i.e. Cable, DSL, Satellite, etc.) 3. Go to the following URL in your browser: hq%iftols.whois.net/youri or lt�p://www.wl)atisinyip.com to identify your external IP address NOTE: If you have multiple IT addresses this tool will only detect one IP address Technical Contact for CLEAR Products (if applicable) (Contact for IT Address Issues) Name (please print) Same as existing `i Telephone r ►d E -Mail '0 n CLEAR Users, My Account Administrator and Authorized Quickview+user Last Name First Name E-mail Address CLEAR Products IN AD AN SV TC Clay Jim jday@beaumonttexas.gov CLEAR for LE Plus Custer Mike mcuster@beaumonttexas.gov CLEAR for LE Plus Tf necessary, use additional pages and include full name, email address, and user type. User Type Key IN = Investigator AD = Administrator AN = Analyst SV = Supervisor TC='fechnical My Account is provided as a service to you for user management: Last Name Clay First Name Jim E -Mail jclay@beaumonttexas.gov (Required) QuickView+ is provided as a service to you for estimating your charges. Actual charges billed may vary from Quickview+ due to discounts you receive or other charges, such as taxes. httnsJhvw%v.guickyiew.com Identify which password holder you would like to have Quickvicw+ access. Last Name Clay First Name Jim E -Mail jclay@beaumonttexas.gov (Required) SAW..1 748.dot CLEAR Fixed Rate Renewals Subscriber Certification Section must also be completed for all Subscribers that interact with, manage, on• house inmates or detainees. CLEAR Products Notes • Renewal Term Monthly Charges will be based on the Monthly Charges in effect the month before the Renewal Term starts. This amount may be different from the Current Monthly Charges shown above. Renewal Tenn Monthly Charges begin at the end of your Minimum Term or current Renewal Term. You are also responsible for all Excluded Charges. Excluded Charges are charges for accessing services that are not included in your subscription. Excluded Charges may change after at least 30 days written or online notice, If the transactional value of your CLEAR usage exceeds your then -current Monthly Charges by more than 10 times in any month (or by 20 times in any month for Enterprise Law Enforcement subscribers), we may limit access to live gateways and request that the parties enter into good faith renegotiation or terminate upon 10 days written notice. Transactional value of your CLEAR usage is calculated based upon our then -current Schedule A rate. Schedule A rates may change upon at least 30 days written or online notice. If you have a fixed rate batch subscription and the total of your batch inputs exceed your annual fixed rate batch allotment, we may request that the parties enter into good faith negotiations regarding a superseding agreement or terminate your subscription. Initial below for Renewal Term. 12 month Renewal Tenn. Monthly Charges for the first 12 months will be % over the Monthly Charges in effect at the end orthc current Minimum or Renewal Tenn. 24 month Renewal Term, Monthly Charges for the first 12 months will be m _% over the Monthly Charges in effect at the end of the current Minimuor Renewal Term. Monthly Charges for the second 12 mondns will be -% over the first 12 months. 36 month Renewal Term. Monthly Charges for the first 12 months will be__ over the Monthly Charges in effect at the end of the current Minimum or Renewal Term. Monthly Charges for the second 12 months will be % over the first 12 months; Monthly Charges for the third 12 months will be % over the second 12 months. Government Subscribers Post -Renewal Term. If you are a government subscriber, your subscription will change to a month-to-month status at the end of the Renewal Term, and your Monthly Charges will be billed at up to our then current rate. Thereafter, Ave may modify the Monthly Charges after at least 30 days notice. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel the month-to-month subscription by sending at least 30 days written notice, Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. Federal Government Subscribers Optional Renewal Term. Federal government subscribers that chose a 24 or 36 month Renewal Term, those additional months will be implemented at your option pursuant to federal law. Automatic Renewal Term for Non -Government Subscribers Only. If you are a non-government subscriber, your subscription will automatically renew at the end of the Renewal Tenn. Each Automatic Renewal Tenn will be 12 months in length and include a 7% price increase unless we notify you of a different rate at least 60 days before each Automatic Renewal Tenn begins. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel in writing at least 30 days before an Automatic Renewal Term starts. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. CLEAR Window Renewals Subscriber Certification Section must also he completed for all Subscribers that interact with, manage, or house inmates or detainees. Sub Matl ft CLEAR Products Current Monthly Charges* Notes * Renewal Term Monthly Charges will be based on the Monthly Charges in effect the month before this Renewal Term starts. This amount may be different from the Current Monthly Charges shown above. Renewal Term Monthly Charges are due regardless of the level ofyour usage. The Monthly Window will remain unchanged, CLEAR transactional usage charges that exceed the Monthly Charges are waived up to the Monthly Window. You are responsible for CLEAR transactional usage charges in excess of the Monthly Window. Transactional charges are calculated based upon our then -current Schedule A rate. You are also responsible for all Excluded Charges. Schedule A rates may change upon at least 30 days written or online notice. To apply CLEAR charges to a specific month, the request must be submitted at least five (5) business days prior to the end of the month. 6/1/16 SAMlnet 74&dot Initial below for Renewal Term. 12 month Renewal Terni. Monthly Charges for the first 12 months will be _% over the Monthly Charges in effect at the end of the current Minimum or Renewal Term. 24 month Renewal Term. Monthly Charges for die first 12 months will be _% over the Monthly Charges in effect at the end of the current Minimum or Renewal Tenn. Monthly Charges for the second 12 months will be % over the first 12 months. 36 month Renewal Term. Monthly Charges for the first 12 months will be % over the Monthly Charges in effect at the end of the current Minimum or Renewal Tenn. Monthly Charges for the second 12 months will be % over the first 12 months; Monthly Charges for the third 12 months will be % over the second 12 months. Government Subscribers Post -Minimum Term. If you are a government subscriber, your subscription will change to a month-to-month status at the end of the Minimum Term and your Monthly Charges will be billed at tip to our then current rate. Thereafter, we may modify the Monthly Charges after at least 30 days notice. The Monthly Window will remain unchanged. Schedule A rates may change after at least 30 days written or online notice. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel the month-to-month subscription by sending at least 30 days written notice. Send your notice of cancellation to Customer Service, 610 Oppennan Drive, P.O. Box 64833, Eagan MN 55123-1803. Federal Government Subscribers Optional Renewal Term. Federal government subscribers that chose a 24 or 36 month Renewal Term, those additional months will be implemented at your option pursuant to federal law. Automatic Renewal Term for Non -Government Subscribers Only. if you are a non-government subscriber, your subscription will automatically renew at the end of the Minimum Term. Each Automatic Renewal Tenn will be 12 months in length and include a 00/o price increase unless we notify you of a different rate at least 60 days before each Automatic Renewal Term begins. The Monthly Window will remain unchanged. Schedule A rates may change after at least 30 days written or online notice. You are also responsible for all Excluded Charges. Excluded Charges may change after at least 30 days written or online notice. Either of us may cancel in writing at least 30 days before an Automatic Renewal Term starts. Send your notice of cancellation to Customer Service, 610 Opperman Drive, P.O. Box 64833, Eagan MN 55123-1803. CLEAR Products to be Lapsed Full Svc # CLEAR Products 41859365 CLEAR Government Investigations Advanced 41011157 CLEAR Plus Web Analytics Miscellaneous 1, Charges, Payments & Taxes. You agree to pay all charges in full within 30 days of the date of invoice. You are responsible for any applicable sales, use, value added tax (VAT), etc. unless you are tax exempt. If you are a non-government subscriber and fail to pay your invoiced charges, you are responsible for collection costs including attorneys' fees. 2. Credit Verification. If you are applying for credit as an individual, we may request a consumer credit report to determine your creditworthiness. If we obtain a consumer credit report, you may request the name, address and telephone number of the agency that supplied the credit report. If you are applying for credit on behalf of a business, we may request a current business financial statement from you to consider your request. 3. Excluded Charges and Schedule A rates, If you access CLEAR services that are not included in your subscription you will be charged our then current rate. Excluded Charges will be invoiced and due with your next payment. For your reference, the current Excluded Charges schedules are located at uttp:/!static lopalsoltitions tlioinsonreuters coin/static/agreeine it/schedule-a-clear 0 Excluded Charges may change after at least 30 days written or online notice. Modification of Excluded Charges or Schedule A rates is not a basis for termination under Tenn, Termination ofthe General Terms and Conditions. 4. Auto Charge Credit Cnrd/Electronic Funds Transfer Election Payment Terms. You may authorize us to automatically charge a credit card, debit card or electronic fund transfer to pay charges due. Contact Customer Service at 1-800-328-4880 for authorization procedurm if you are authorizing as part of this order, or have already authorized us to bill a credit card or debit card or make electronic fund transfer for West subscriptions on an ongoing basis, no further action is needed. 5. Returns and Refunds, You may return a print or CD-ROM/DVD product to us within 45 days of the original shipment date if you are not completely satisfied. Assured Print Pricing, Library Savings Plan, West Complete, Library Maintenance Agreements, ePack, WestPack, Westlaw, CLEAR, Monitor Suite, ProV iew eBook, Software, West LegalEdeenter, Practice Solutions, TREWS and Serengeti charges are not refundable. Please see http7//static legalsolutions thomsonreuters com/static/returns-refimds.pdf or contact Customer Service at 1-800-328-4880 for additional details regarding our policies on returns and refunds. 6. Applicable Law. This Order Form will be interpreted under Minnesota state law. Any claim by one of us maybe brought in the state or federal courts in Minnesota. If you are a state or local governmental entity, your state's law will apply and any claim may be brought in the state or federal courts located in your state, if you are a United States Federal Government subscriber, United States federal law will apply and any claim may be brought in any federal court. 7. General Terms and Conditions, apply to all products ordered, except print and is located at http•// t ioodsolutions tiiomsonretders corn/slatic/peneral-terms- conditions.odf "Ilse General Terms and Conditions for Federal Subscribers is located at lam•//static legalsolutionc thomsonreuters can/statie/federal-eeneral-terins- conditiols.udf. In the event of a conflict between the General Terms and Conditions and this Order Form, the terns of this Order Form control. This Order Form is subject to our approval. ACKNOWLEDGMENT I warrant that I am authorized to accept these terms and conditions on behalf of Subscriber Printed Name Title Date Signature R For Credit Card Transactions only; Visa Master Card Am Ex Total Amt. to Charge Card # Expir. Date for this Order Subscription charges for this order will be billed to your West account unless automatic credit card or electronic funds transfers have been separately authorize& 611116 SAbanct 748.dot E TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a service agreement for potable water with Lucite International, Inc. BACKGROUND Lucite International, Inc., (formally DuPont), uses a maximum of 21,000 gallons per hour on a daily average or 504,000 gallons per day. The service agreement will allow the City to provide potable drinking water services, and grants the City the ability to change rates if the demand of Lucite International, Inc., should ever vary. The service agreement will include renewal on an annual basis and label the user, Lucite International, Inc., as a customer of the City of Beaumont. The agreement shall expire on October 1" of every year. FUNDING SOURCE Not Applicable. RECOMMENDATION Approval of the resolution. BEAUM©NT TEXAS City of Beaumont SERVICE AGREEMENT CONTRACT STATE OF TEXAS § COUNTY OF JEFFERSON § CITY OF BEAUMONT § CONTRACT BETWEEN City of Beaumont • Lucite WHEREAS, Lucite (formerly DuPont) doing business in the State of Texas (herein "Customer"), and the City of Beaumont, a municipal corporation of the State of Texas (herein "City") entered into a Contract on Aur,ust 19, 2008, for City to provide potable drinking water services to Lucite; WHEREAS, the City and Customer desire to adopt a Service Agreement for the provision of potable drinking water services to Lucite and agree as follows: WITNESSETH I Customer agrees to maintain, free of charge to the City, the water lines within its property. II The City shall have the right to enter on the property or premises with 24 hour prior notice for any purposes reasonably incidental to or necessitated by the terms and provisions of this Contract. The City will abide by all Customer site safety rules and other site access rules while on Customer property. III Customer agrees to install and maintain a UL approved RPZ (reduced pressure zone) backflow prevention device at the point of service (the meter). The City will give a variance of several feet so that the RPZ can be placed inside the fence for protection. The RPZ must be installed according to the Page 1 of 7 EXHIBIT "A" requirements in City Ordinance 01-032, Section 28-57.12. The assembly must be tested upon installation and semi-annually by a certified tester. IV Customer agrees to install and maintain all appropriate required backflow and backsiphonage prevention assembly devices deemed necessary by the Texas Commission on Environmental Quality regulations to protect the internal customers. The internal protection of the drinking water supplied to Customer's employees and/or customers is the responsibility of Customer. The City will provide guidance on proper cross connection prevention. 1T/ Customer agrees to comply with applicable City Code of Ordinances including the following restrictions and unacceptable practices prohibited by State regulations: 1. No direct connection between the public drinking water supply and a potential source of contamination is permitted. Potential sources of contamination shall be isolated from the public drinking water supply by an air -gap or a reduced pressure -zone backflow prevention device. 2. No cross -connection between the public drinking water supply and a private water system is permitted. These potential threats to the public drinking water supply shall be eliminated at the service connection by the installation of an air -gap or an approved backflow prevention device. 3. No connection which allows water to be returned to the public drinking water supply is permitted. 4. No pipe or pipe fitting which contains more than 0.25% lead may be used for the installation or repair of plumbing at any connection which provides water for human use. 5. No solder or flux which contains more than 0.2% lead shall be used for installation or repair of any water supply which provides water for human use. Page 2 of 7 VI The Water Utilities Department will maintain a copy of this agreement as long as the Customer and/or the premises are connected to the Water Utilities Department. Additional requirements are listed below: I . Customer shall have his property inspected for possible cross -connections and other potential contamination hazards. These inspections shall be conducted by a qualified inspector acceptable to the Water Utilities Department annually, or when there is reason to believe the cross -connection or other potential contamination hazards exist due to changes to the private water distribution facilities. 2. Customer shall notify the Water Utilities Department in writing of any cross -connection or other potential contamination hazard which has been identified during the initial inspection or the annual reinspection. 3. Customer shall immediately remove or adequately isolate any potential cross -connections or other potential contamination hazards on his premises. 4. Customer shall, at their expense, properly install, test annually, and maintain any backflow prevention device required by the Water Utilities Department. Copies of all testing and maintenance records shall be provided to the Water Utilities Department by July 30 of each year or date of annual testing schedule. VII Page 3 of 7 If the Customer is identified as a Public Water Supply System by the State, then all testing and reporting requirements to the State as a Public Water Supply System will be the responsibility of the Customer. In the event of a change in treatment or distribution such as utilizing treated water other than the City supply, Customer agrees to promptly report to the City. This is to include any violations of chlorine and/or coliform monitoring. VIII The Customer is authorized to use a maximum of 21,000 gallons per hour on a daily average or 504,000 gallons per day. The rates applied by the City can be negotiated if the demand of the Customer changes. IX Customer agrees to pay to the City all charges for water service within thirty (30) days from date of the statement from the City. In the event of failure of Customer to so pay said charges, City shall have the right, upon thirty (30) days' written notice to Customer, to refuse to provide potable water service to Customer. G. Customer will pay the same rate for water services as established from time -to -time by the City Council for outside the City of Beaumont. In the event said rates are altered or amended by City Ordinance, Customer agrees to pay said amended rates. Page 4 of 7 1,'I Customer agrees to: 1. Adopt a resolution or take some other official action agreeing to the terms and conditions of this agreement; 2. Adopt a resolution or take some other official action ratifying, affirming and accepting the benefits and agreeing to the terms, conditions and requirements of this agreement; and 3. Enter into such other or additional contracts or agreements as may be reasonably required to carry out the purpose and intent of this agreement. XII This Contract shall expire on October 1 of every year or if either party gives 30 days written notice of intent to terminate this agreement. XIII Customer may, from time to time, convey or assign this Service Agreement with respect to all or any part of the land contained within Customer's boundaries, and the assignee or assignees shall be bound by this agreement. Upon prior approval by the City Council, of the assignee or assignees, and only upon the condition that the assignee or assignees assume the liabilities, responsibilities and obligations under this Service Agreement with respect to the land involved in the assignment or assignments, or as may be otherwise approved by the City Council. Page 5 of 7 In connection with this agreement, official addresses for notification shall be: A. Dr. Joseph Majdalani, Public Works Director City of Beaumont 801 Main St, STE 200 Beaumont, Texas 77701 B. Lucite International, Inc. Ann. Randy Wooline 6350 North Twin City Hwy. Nederland, TX 77627 C. Lucite International, Inc. Procurement 7275 Goodlett Farms Pkwy Cordova, TN 38016 Any changes in said addresses may be made by notifying the other parties by certified mail of the new or changed address. XIV This Service Agreement represents the entire and integrated Contract between the City of Beaumont Water Utilities Department and Lucite and supersedes all prior negotiation, representatives, or agreements, either oral or written. This Contract may be amended only by written instrument signed by both the City of Beaumont's City Manager and Lucite. IN WITNESS WHEREOF, the City of Beaumont Water Utilities Department has lawfully caused these presents to be executed by the hand of the City Manager of said City, and the municipal corporate seal of said City to be hereunto affixed, and the said Customer, acting by hand of the President and/or Manager whereunto Authorized Representative, does now sign, execute and deliver this document. Page 6 of 7 Executed in duplicate originals at Beaumont, Texas, on this Customer day of A.D., 2017. CITY OF BEAUMONT /CITY MANAGER By: Coy- / n/ )(,4VD1 /l$ /" By: (PRINT) Authorized Representative Date Kyle Hayes, City Manager Date By: '/,£3/7 Signature of Authorized Representative Date Attest: (L -1w, `Attest: Date Date Page 7 of 7 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 annual Service Agreement, with the option to renew on October 1St of each year, between the City of Beaumont and Lucite International, Inc., substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes, for potable drinking water services. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - F BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution rejecting all bids for the Loeb Water Well Site — Well No. 3 Rehabilitation Project (Bid No. WU1117- 01). BACKGROUND The City currently owns and operates three (3) groundwater supply wells at the Loeb Water Well Site. These wells and the associated tanks, pumps, and chemical dosing equipment help supply potable water to the City's water transmission and distribution system. The Well No. 3 pump/motor assembly was recently removed and inspected; revealing the need for repairs. The Engineer's estimate for the project is $228,972.00. On January 12, 2017, at 2:00 P.M., in City Council Chambers, three (3) bids were received for the Loeb Water Well Site — Well No. 3 Rehabilitation Project. All bids were evaluated by the City's Water Utilities Engineer and found to be incomplete with missing required documents as per the contract specifications supplied to all interested bidders. It is the recommendation of the Water Utilities Engineering Division to reject all bids and rebid at a later date. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. BID TABULATION Loeb Water Well Site - Well No. 3 Rehabilitation (Bid No. WU1117-01) BID OPENING DATE: Thursday, Jaunuary 12, 2017 The Bid Proposals submitted have been ang to the best of my knowledge this is an accurate tabulation of the bids received. By: Paul Zappi, P tures Engineer Date: 1118!2017 + .4; E Q. TEk�� i S� P' � pt; PAUL A ZAPPI .......97766.......Qi 1 o, 77 LAYNE CHRISTENSEN COMPANY WEISINGER INCORPORATED ALINCORPORATED ITEM NUMBER QUANTITY UNIT DESCRIPTION HOUSTON, TX CONROE, TX HOUSTON, TX RON RAMSEY SCOTT WEISINGER JIM CALDWELL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID ITEMS ITEM NO 1 1 LS Mobilization/Demobilization $ 19,970 00 S 19,970.00 S 7,00000 $ 7,00000 $ 6,50000 $ 6,50000 ITEM NO 2 3 LS Well Video Inspection $ 1,180 00 $ 3,540.00 S 2,00000 $ 6,00000 $ 1.80000 $ 5,40000 ITEM NO 3 27,250 GAL Acid Chemical Mixture $ 223 S 60,767 50 $ 240 $ 55,400.00 $ 200 $ 54,500 00 ITEM NO 4 1 LS Acid Cleaning, Solids Removal, & Slurry Handling $ 12,890 00 $ 12,890 00 $ 12,000 00 $ 12,000 00 $ 33,000 00 S 33,000 00 ITEM NO 5 12,000 GAL Acid Cleaning Slurry Handling - Offsite Disposal $ 030 $ 3,60000 $ 040 $ 4,80000 $ 200 S 24,000 00 ITEM NO 6 1 LS Wire Brush Cleaning, Solids Removal, & Slurry Handling $ 5,190 00 $ 5,190 00 $ 12,000 00 $ 12,000 00 $ 27,000.00 S 27,000 00 ITEM NO 7 39,000 GAL Disinfection Chemical Mixture $ 030 S 11,700 00 $ 035 $ 13,650 00 $ 200 S 78,000 00 ITEM NO 8 2 LS Well Disinfection & Water Handling $ 13000 $ 26000 $ 60000 $ 1,200 00 $ 1,30000 $ 2,60000 ITEM NO 9 2 LS Pump/Column Pipe/Line Shaft/Tubing Assembly Transportation $ 330.00 S 660.00 $ 1,00000 $ 2,00000 $ 1,50000 $ 3.00000 ITEM NO 10 1 LS Pump Motor Transportation and Reconditioning $ 390 00 $ 390.00 S 14,300 00 $ 14,300 00 $ 16,490.00 S 16,490 00 ITEM NO 11 1 EA Bowl Jump Coupling $ 270.00 $ 27000 $ 18000 $ 18000 $ 66500 $ 66500 ITEM NO. 12 1 EA Pump Head Components 3 67000 S 67000 S 1,65000 $ 1,65000 $ 3,300.00 $ 3.30000 ITEM NO 13 1 LS Pump Column Piping $ 2.33000 $ 2,330.00 $ 1,80000 $ 1.80000 $ 3,40000 $ 3,40000 ITEM NO 14 1 LS Pump Tubing & Couplings $ 1,99000 $ 1,99000 $ 9,00000 $ 9,00000 $ 7,200 00 $ 7,200 00 ITEM NO 15 16 EA Pump Tubing Bearings $ 15000 $ 2,40000 $ 48000 $ 7,68000 $ 169.00 $ 2,704.00 ITEM NO 16 1 LS Pump Line Shafts $ 1,66000 S 1,66000 S 1,80000 $ 1,80000 $ 1,59000 $ 1,59000 ITEM NO 17 1 LS Other Pump Components $ 67000 $ 67000 S 1,600.00 $ 1,60000 $ 3,50000 S 3,50000 ITEM NO 16 1 LS Install Pump/Motor/Other Assembly $ 11,790 00 S 11,790 00 $ 15,000.00 $ 15,000 00 $ 33,000 00 $ 33,000 00 ITEM NO 19 1 LS Test Pump/Motor Assembly $ 58000 S 58000 S 19.000 00 $ 19,000 00 $ 1,600.00 $ 1,60000 ITEM NO 20 1 LS Well Step Rate Testing $ 4,15000 $ 4,15000 $ 7,00000 $ 7,00000 $ 22,900 00 S 22,900 00 ITEM NO 21 1 LS Well Constant Rate Testing $ 4,15000 5 4,15000 S 8,00000 $ 8,00000 $ 22,900 00 $ 22,900 00 ITEM NO 22 1 LS Water Level Sensor Tubing $ 56000 S 56000 S 70000 $ 70000 $ 91000 $ 91000 ITEM NO 23 1 ALLOW Miscellaneous Well Rehabilitation $20,00000 S 20,000.00 $ 20,000.00 $ 20,000 00 $ 20,000 00 S 20,000 00 ADDITIVE ALTERNATE BID ITEMS ITEM NO 24 1 LS Sonar Jetting $ 10,01000 $ 10,010 00 $ 6,000.00 $ 6,00000 $ 9,00000 $ 9,00000 ITEM NO 25 1 LS Attemate Well Pump Bowl Assembly $ 24,940 00 $ 24,940 00 $ 21,000 00 $ 21,000 OD $ 26,000 00 $ 26,000 00 BASE BID QUANTITIES TOTAL $ 170,187 50 $ 231,760 00 $ 374,159 00 ADDITIVE ALTERNATE BID QUANTITIES TOTAL $ 34,950.00 $ 27,000 DO $ 35,000 00 TOTAL $205,137.60 f268,760.00 5 .00 Bid (Page 13) No Yes Yes Acknowledged Addendum 1 No Yes Yes Bid Schedule (Page 15a -15f) Yes Yes Yes Moblization/Demobilization Not to Exceed 3% of Total Project Bid No Yes Yes Bid Summary (Page 16) Yes Yes Yes Corporate Resolution (Page 17) Yes Yes Yes Bid Bond (Page 18) Yes Yes Yes Information Required of Bidder (Page 19) Yes Yes Yes Conflict of Interest Questionnaire (Page 22) Yes Yes Yes Statement of City Charter Provision on Conflict of Interest (Page 24) No No Yes Insurance Requirement Affidavit (Page 39) No Yes Yes Certificate of Insurance (Page 40) No No Yes Schedule of MBE Participation (Page 47) No Yes No Certificate of Interested Parties (Pae 50) No Yes Yes RESOLUTION NO. WHEREAS, on January 12, 2017, three (3) bids were received for the Loeb Water Well Site -Well No. 3 Rehabilitation Project; and, WHEREAS, the City Water Utilities Engineer evaluated the three (3) and found the bids received to be incomplete as per the contract documents supplied to all interested bidders; and, WHEREAS, it is the recommendation of City of Beaumont Water Utilities Engineering Division to reject the bids and that the project be rebid at a later date; and, WHEREAS, the City Council finds it is not in the best interest of the citizens of Beaumont to accept the bids for the Loeb Water Well Site -Well No. 3 Rehabilitation Project and that each should be rejected; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council does hereby reject the bids for the Loeb Water Well Site - Well No. 3 Rehabilitation Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JANUARY 24, 2017 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda items 1-8 /Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider approving an ordinance calling the General Election for May 6, 2017, to elect a Mayor, two (2) Councilmembers-At-Large, and four (4) Ward Councilmembers (one each for Ward I, II, III and IV); and approving a Runoff Election if necessary 2. Consider a resolution authorizing the City Manager to award a bid to Maguire Iron, Inc., of Sioux Falls, South Dakota for the Prison Elevated Storage Tank Rehabilitation Project 3. Consider a resolution authorizing the City Manager to execute Change Order No. 2, accept maintenance, and authorize final payment to Brystar Contracting, Inc. for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) 4. Consider an ordinance authorizing the participation by the City of Beaumont with other Entergy Texas service area cities in matters concerning Entergy before the Public Utility Commission of Texas and the Federal Energy Regulatory Commission in the year 2017 5. Consider a resolution acknowledging that Beaumont has more than twice the state average of units per capita supported by Tax Credits or private activity bonds and authorize the Housing Authority of the City of Beaumont to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for the proposed Housing Tax Credit (HTC) project known as St. Helena Square Apartments at 2020 Cottonwood, as well as offering expressed support for the proposed project 6. Consider a resolution acknowledging that Beaumont has more than twice the state average of units per capita supported by Tax Credits or private activity bonds and authorize Herman & Kittle Properties, Inc. to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for the proposed Housing Tax Credit (HTC) project known as Old Dowlen Cottages at 4167 Old Dowlen, as well as offering expressed support for the proposed project 7. Consider a resolution approving an agreement with Richard James, III, and The Sports Society for American Health to hold the 2017 Gusher Marathon on March 4, 2017 8. Consider a resolution authorizing eminent domain proceedings to acquire two properties off of Erie Street for access to city -owned property COMMENTS Councilmembers/City Manager comment on various matters Public Comment (Persons are limited to 3 minutes) EXECUTIVE SESSION Discuss and deliberate economic development negotiations regarding a business entity proposing a Management District development in the City of Beaumont as authorized by Section 551.087 of the Government Code 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. I January 24, 2017 Consider approving an ordinance calling the General Election for May 6, 2017, to elect a Mayor, two (2) Councilmembers-At-Large, and four (4) Ward Councilmembers (one each for Ward I, II, III and IV); and approving a Runoff Election if necessary BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tina Broussard, City Clerk, TRMC MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider approving an ordinance calling the General Election for May 6, 2017, to elect a Mayor, two (2) Councilmembers-At-Large, and four (4) Ward Councilmembers (one each for Ward I, II, III and IV); and approving a Runoff Election if necessary. BACKGROUND The City Charter dictates that all elected officials shall be elected on a regular election day established by the Election Code of the State of Texas. The City of Beaumont is designating the first Saturday of May to conduct this election, and will conduct a joint election with the Beaumont Independent School District and the Port of Beaumont. The City of Beaumont will elect a Mayor, two (2) Councilmembers-At-Large, and four (4) Ward Councilmembers (one each for Ward I, II, III and IV); and approving a Runoff Election if necessary. The Beaumont Independent School District will elect five (5) Single -Member district trustees and two (2) At -Large trustees. The Port of Beaumont will elect one (1) Ward 1V Commissioner and one (1) At -Large Commissioner. FUNDING SOURCE Funds are available in the City Clerk's budget RECOMMENDATION Approval of ordinance. ORDINANCE NO. AN ORDINANCE OF THE CITY OF BEAUMONT, TEXAS, PROVIDING FOR A GENERAL ELECTION TO BE HELD ON THE 6T" OF MAY, 2017 FOR THE PURPOSE OF ELECTING A MAYOR, FOUR (4) WARD COUNCILMEMBERS (WARDS I, II, III AND IV) AND TWO (2) COUNCILMEMBERS-AT-LARGE; AND DESIGNATING POLLING PLACES AND APPOINTING ELECTION OFFICIALS FOR SUCH ELECTION; PROVIDING THE FORM OF THE BALLOT AT SUCH ELECTION; DIRECTING THE GIVING OF NOTICE OF SUCH ELECTION; PROVIDING FOR A JOINT ELECTION WITH THE BEAUMONT INDEPENDENT SCHOOL DISTRICT AND PORT OF BEAUMONT; AND CONTAINING OTHER PROVISIONS RELATING TO THE SUBJECT. BE IT ORDAINED BY THE CITY OF BEAUMONT Section 1. In accordance with the City Charter, the Constitution, and general laws of the State of Texas, a general municipal election is hereby called and ordered for the second Saturday in May, 2017, the same being the 6t" day of said month, at which election all qualified voters residing within the corporate limits of the City of Beaumont may vote for the purpose of electing a Mayor, Councilmembers to Wards I, II, III and IV and two (2) Councilmembers-At-Large for full term. Section 2. No person's name shall be placed upon the official ballot as a candidate for any of the above-mentioned positions unless such person has filed his or her sworn application in writing, as provided by Section 141.031, Section 143.004, and Section 143.007 of the Texas Election Code, and Article IV, Section 5 of the Charter of the City of Beaumont, with the City Clerk, not later than five o'clock (5:00) p.m. on the seventy eighth (78th) day before the date of such election. The City Clerk shall note on the face of each such application the date and time of its filing. A declaration of write-in candidacy must be filed with the City Clerk as provided by Section 146.054 of the Texas Election Code, not later than five o'clock (5:00) p.m. of the seventy-fourth (74th) day before election day. Section 3. Said election shall be held jointly with the Beaumont Independent School District and the Port of Beaumont in accordance with Chapter 271 of the Texas Election Code; and the City Clerk of the City of Beaumont, Texas, agrees to coordinate, supervise, and handle all aspects of administering said joint election in accordance with the provision of the Texas Election Code and as outlined in their terms of agreement contained herein: a) The expenses of the election shall be divided with each governmental entity paying an equitable share of said expenses. b) Single ballot forms shall be used which shall contain the City of Beaumont with a Mayor, four (4) Ward Councilmembers, and two (2) Councilmembers-at-Large, the Port of Beaumont will have two (2) Port Commissioners and the Beaumont Independent School District will have five (5) Single -Member District Trustees and two (2) At -Large Trustees C) The City Clerk's office shall be responsible for the appointment of all election judges which is attached hereto as Exhibit "A" d) Location of polling places is attached hereto as Exhibit "A". e) One set of ballot boxes shall be used and records for all elections shall be combined. f) The City Clerk of the City of Beaumont is designated as the general custodian of all election records for the joint election. g) Early voting shall be held jointly, and the City Clerk shall serve as the joint early voting clerk. The joint early voting shall be conducted between the hours of 8:00 a.m. to 5:00 p.m., including any extended or weekend hours, at the early voting place or places at which the early voting clerk regularly conducts early voting for the City. The early voting clerk shall receive applications for early voting ballots to be voted by mail in accordance with Texas Election Code, Section 81.001, et. Seq. The remaining procedures for conducting early voting by mail shall be completed by the City Clerk of the City of Beaumont. h) Each participating entity will be responsible for all required election orders, resolutions, notices, and any other pertinent documents required by its respective governing body. Preparation of necessary bilingual materials and notices will also be the responsibility of each participating entity. i) The judges and clerks shall be compensated at a rate of $10.00 per hour. No judge or clerk shall be paid for more than one hour of work before the polls open and no period of time subsequent to two hours after voting is concluded by all voters offering themselves for voting during regular voting hours. The election official who delivers the returns of the election supplies shall be paid an additional $25.00 provided he/she also returns unused ballots, elections supplies and ballot boxes when he/she makes delivery of the returns of the election. .,artinn 4 Legally qualified voters residing within the corporate limits of the City of Beaumont shall be entitled to a vote at said election for the respective candidate(s). Section 5. The persons whose names appear in the Exhibit "A" are appointed presiding judges and alternates for the respective election precinct with authority to select and appoint clerks. Pursuant to Sections 32.031 and 32.032 of the Texas Election Code, the presiding judge for each polling location shall appoint a minimum of (4) clerks, and the City Clerk may authorize as many additional clerks as are deemed necessary for the proper conduct of the election. That said election shall be held in the City of Beaumont between the hours of 7:00 a.m. and 7:00 p.m. at the places listed in Exhibit "A" hereto and made a part hereof for all purposes. Section 6. The notice and order of said election shall be given by posting and publishing said notice and order as provided by the Texas Election Code. Section 7. That an electronic voting system, as described by Title 8 of the Texas Election Code, shall be used for said election. c--+;__ Q That the following are hereby appointed officers of said election to serve at the Central Counting Station, which is hereby established at the Mid -County Office Building, 7963 Viterbro Road, Nederland, Texas; Manager of the Central Counting Station Bruce Drury, Tabulation Supervisor Jeff Ross; and Assistant Tabulation Supervisor Paul Helejda. Section 9. The official ballots, ballot cards, and ballot labels, respectively, for the election shall be prepared in accordance with Title 5 of the Texas Election Code. Section 10. That the City Clerk of the City of Beaumont is hereby appointed Clerk for early voting; and pursuant to Sec. 83.034 of the Texas Election Code, the appointment of Stephanie Gandy as Deputy Early Voting Clerk is approved, said appointment being without additional compensation. Early voting by personal appearance shall be conducted at the main early voting location, Beaumont City Hall, 801 Main St., Beaumont, Texas, 77701, with four branch early voting locations at BISD Administration Building, 3395 Harrison, Beaumont, TX 77706, Rogers Park Recreation Center, 6540GIadys, Beaumont, TX 77706, Theodore Johns Library, 4255 Fannett Rd., Beaumont, TX 77701 and John Paul Davis Community Center, 3580 E. Lucas, Beaumont, TX, 77706. Early voting ballot applications and ballots voted by mail shall be sent to the City Clerk's Office, P.O. Box 3827, Beaumont, Texas, 77704-3827. The City Clerk shall keep the said office open for at least eight (8) hours between 8:00 a.m. and 5:00 p.m., on each day for early voting or an official State Holiday beginning on the twelfth (12th) day through the fourth (4th) day preceding the date of such election; provided, however, except as authorized by Sections 85.005 (a) and (d), Texas Election Code, said City Clerk shall not permit anyone to vote early by personal appearance on any day or time not designated herein for early voting and under no circumstances shall she permit anyone to vote early by personal appearance at any time when her office is not open to the public for early voting purposes. Early Voting Dates and Times Monday April 24, 2017 Tuesday April 25, 2017 Wednesday April 26, 2017 Thursday April 27, 2017 Friday April 28, 2017 Saturday April 29, 2017 Sunday April 30, 2017 Monday May 01, 2017 Tuesday May 02, 2017 Section 11. 8:00 a.m. to 5:00 p.m. 8:00 a.m. to 5:00 p.m. 8:00 a.m. to 5:00 p.m. 8:00 a.m. to 5:00 p.m. 8:00 a.m. to 5:00 p.m. 7:00 a.m. to 7:00 p.m. 12:00 p.m. to 5:00 p.m. 7:00 a.m. to 7:00 p.m. 7:00 a.m. to 7:00 p.m. That early votes by personal appearance and by mail shall be counted by an early voting ballot board consisting of a presiding judge and (5) five clerks, the City Clerk may authorize as many additional clerks as are deemed necessary. Early votes shall be canvassed and returned by the Early Voting Ballot Board to the Central Counting Station by 7:00 p.m. on Election day. Section 12. If any person or persons appointed herein do not appear, are unable to perform their duties, or fail to perform their duties, the City Clerk shall have the discretion and authority to appoint any substitute personnel to fill the position(s). Ccrtinn 1 q The order in which the names of the candidates are to be printed on the ballot shall be determined by a drawing by the City Clerk, as provided by Section 52.094 of the Texas Election Code. The City Clerk shall post a notice in the office of the City Clerk, 801 Main St., Suite 125, Beaumont, Texas, 77701 at least seventy-two (72) hours prior to the date on which the drawing is to be held, of the time and place of the drawing, and shall also give personal notice to any candidate who makes written request for such notice and furnishes to the City Clerk a self-addressed, stamped envelope. Each candidate involved in the drawing, or a representative designated by the candidate, shall have a right to be present and observe the drawing. Section 14. That if any section, subsection, sentence, clause, or phrase of this ordinance, or the application of same to a particular set of persons or circumstances, should for any reason be held to be invalid or adjudged unconstitutional by a court of competent jurisdiction, such invalidity shall not affect the remaining portions of this ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable; and the City Council of the City of Beaumont, Texas, declares it would have passed each and every part of the same notwithstanding the omission of any such part thus declared to be invalid or unconstitutional, or whether there be one or more parts. .qartinn 1 r, That all ordinances or parts of ordinances inconsistent or in conflict herewith are, to the extent of such inconsistency or conflict, hereby repealed. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - EXHIBIT "A" — 2017 GENERAL ELECTION ORDINANCE Precincts Polling Location Judge Alternate All Amelia Elementary School Kerry Ehrensberger Jon Tritsch All Beaumont Municipal Airport Denise Turncale Sandra Moore All BISD Administration Bldg. Grace Gearinger Mac English All Calvary Baptist Church William Walton Phyliss Ramirez All Dishman Elementary Alberta Jones Paul Noyola All O.C. Mike Taylor Career Center Paula Moore Nancy Dickey All Rogers Park Recreation Center William Bostic Joan Yates All Roy Guess Elementary Deborah Celestine Donna Gabrysch All Jerry Ware Airport Terminal Mick Wick Carlisle Wick All LaBelle-Fannette VFD Rush Sherman Rose Martin All Alice Keith Park Rec. Center Charlie Mingo Judy Richardson All Dr. Mae Jones -Clark Elem. Jerrie Mathis Dana Andrews School All Hamshire Community Building Elizabeth Craigen Saundra Daniel All Jefferson County Courthouse Janet Sterling Michelle Bush All MLK Middle School Kimberly Lewis Donald Still All John Paul Davis Comm. Center Betty Briggs Deborah Woziniak All Precinct 4 Service Center Wanda Leonard Mike Therrien EXHIBIT "A" Precincts Polling Location All Sterling Pruitt Center All Theodore Johns Library Judge Katherine Campbell Samuel Peterson All Charlton Pollard Elem. School Crystal Hoskins Early Voting Beaumont City Hall Deborah Celestine (Main) 801 Main St. Beaumont, TX 77701 Early Voting Rogers Park William Bostic (Branch) Recreation Center 6540 Gladys Beaumont, TX 77706 Early Voting Theodore Johns Library Samuel Peterson (Branch) 4255Fannett Rd. Beaumont, TX 77701 Early Voting John Paul Davis Mary Doyle (Branch) Community Center 3580 E. Lucas Beaumont, TX 77703 Early Voting BISD Administration Bldg Linda Finley (Branch) 3395 Harrison Beaumont, TX 77706 Alternate Sammy Moffitt Jean Baradar Brenda Greene Shirley LaDay Sylvester Scott Dora Nisby Vernon Tubbs Kerry Ehrensberger 2 January 24, 2017 Consider a resolution authorizing the City Manager to award a bid to Maguire Iron, Inc., of Sioux Falls, South Dakota for the Prison Elevated Storage Tank Rehabilitation Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director_10 MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a bid to Maguire Iron, Inc., of Sioux Falls, South Dakota in the amount of $378,458.00 for the Prison Elevated Storage Tank Rehabilitation Project. BACKGROUND The Prison Elevated Storage Tank is a 300,000 gallon tank that was constructed in 1990. The exterior surface of the tank was over -coated in 2010. Recent inspections on the tank revealed areas of rusting and exposure of bare metal that require immediate attention. On December 22, 2016, bids were solicited for furnishing all labor, materials, equipment, and supplies for the project. Five (5) bids were received as follows. Contractor Location Total Base Bid Additive Item 22 Total Award Amount Maguire Iron, Inc. Sioux Falls, SD $374,958.00 $3,500.00 $378,458.00 Tank Pro, Inc. Northport, AL $401,360.00 $8,500.00 $409,860.00 CFG Industries, LLC Spring, TX $407,300.00 $4,500.00 $411,800.00 Gulf States Protective Coatings La Porte, TX $413,157.00 $7,500.00 $420,657.00 TMI Coatings, Inc. St. Paul, MN $608,500.00 $6,000.00 $614,500.00 On January 5, 2017, the City's engineering consultant, Schaumburg & Polk, Inc., of Beaumont, Texas, provided the City with a letter recommending award to Maguire Iron, Inc. The award is for Base Bid Items No. 1 thru 20 and Additive Bid Item No. 22. Water Utilities is in agreement with the consultant's recommendation. A total of 120 calendar days are allocated for the completion of the project. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. January 5, 2017 Mr. Jason K. Shackelford Assistant Public Works Director City Of Beaumont 1350 Langham Road Beaumont, Texas 77707 Re: City of Beaumont Prison Elevated Storage Tank Rehabilitation Project WU1117-03 Dear Mr. Shackelford, SCHAUMBURG POLK, BEAUMONT HOUSTON TYLER Based on a review of the bids received December 22, 2016, and the qualifications of the low bidder, it is our recommendation that the above referenced project be awarded for Base Bid Item no's 1 thru 20; plus Additive Bid Item 22 to Maguire Iron, Inc. in the amount of $378,458.00. See attached Bid Tabulation. Sincerely, SCHAUMBURG & POLK, INC. .l Jleffr G. e ver, P.E. CC: Dr. Joseph Majdalani, P.E. — City of Beaumont Ms. Amalia Villarreal, P.E. — City of Beaumont City of Beaumont SPI No. — 1150 F %BMT11150 - Prison EST RehabilitationlBidding\ROA WU1117-03.doc 01105/17 8865 College Street Beaumont. Texas 77707 www.spi-eng.com : 409.666.0341 P 1 409.866.0337 F BID TABULATION CITY OF BEAUMONT PRISON ELEVATED STORAGE TANK REHABILITATION WU1117-03 RM -Amir_ ns�r• `rrarmc AV nrrcMacra 11 ]•M ➢M Maid Tabulniisi id Tabulation 1/6,2017 9,43 AM Page 1 of 3 Maguire Iron, lea TsnkPro,lac. CFC Industries, LLC Gulf Stales Protective Coatings, Inc TMI Coafings, Inc. Item Qty Unit Description Unit Price Item Total Unit Price Item Total t'!nit Price Item Total Unit Price Item Total Unit Price Item Total 1. I I.S Mobilization, including payment bond, performance bond, insurance, and moving equipment to project, all in strict conformance with plans and specifications; NOT TO $10,000.00 $10,000.00 $10,000.00 $10,000.00 $20,000.00 $20,000.00 $12,356.00 $12,356.00 $15,000.00 $15,000.00 EXCEED 3% OF TOTAL PROJECT BID for 2. 1 1S Tank Coating. Furnish all labor, materials, and equipment to coat all exterior (Three - Coat Fluropolymer Urethane) and interior (High Build Zinc Epoxy) surfaces including pressure washing, shrouding, surface preparation, removal and disposal of sediment $269,600.00 $269,600.00 $311,928.00 $311,928.00 5290,000.00 $290,000.00 $287.5110.00 $287,500.00 $461,200.00 $461,200.00 from the interior of the tank disinfection, providing and installing 'Confined Space Entry' placards all in strict accordance with the Contract Documents, Technical Specifications and Drawings for 3. 3 FA Soluble Sall Test, Exterior. Furnish all labor, materials, and equipment to conduct soluble salt tests as directed by the Engineer oil in strict accordance with the Contract $1,000.00 $3,000.00 $334.00 $1,002.00 $1,000.00 $3,100.00 $250.00 $250.00 5500.00 $1,500.00 Documents Technical Specifications and Drawings for 4. 1 LS Pressure W asbing and Blasting if Soluble Salt Test is Positive. Wash the tank and reblabi the exterior of the tank as directed by the Engineer all to strict accordance with $7,800.00 $7,80000 $499.00 $498.00 $15,000.00 $15,000.00 $26,500.00 $26,500DO $17,000.00 $17,000.00 the Contract Documents, Technical Specifications and Drawings for 5. 3 EA Soluble Salt Test Interior. Furnish all labor, materials, and equipment to conduct soluble salt tests as directed by the Engineer all in strict accordance with the Contract $1,000.00 $3,000.00 $4,000.00 $12,000.00 $1,000.00 $3,000.00 $250.00 $750.00 $500.00 $1.500.00 Documents, Technical Specifications and Drawings for, 6. 1 IS Pressure Washing and Blasting if Soluble Salt Test is Positive. Wash the tank and reblast the interior of the tank as directed by the Engineer all in strict accordance with $3,000.00 $3,000.00 $13,900.00 $13,900.00 S8,000.00 58,000.00 $13,000.00 $13,000.00 $10,000.00 $10,000.00 the Contract Documents, Technical Specifications and Drawings for 7. 1 LS New 30" Dia. Roof Access Hatch. Furnish all labor, materials, and equipment to remove and replace the existing 30" din access hatch with a new 30" dia. access hatch S4,000.00 54,000.00 52,750.00 $2,750.00 $3,500.00 $3,500.00 $3,850.00 $3,850.00 $3,000.00 $3,000.00 and fiame all in strict accordance with the Cmtract Documents, Technical Specifications and Drawings for 8. 1 1-1 New Roof Vent Furnish all labor, materials, and equipment to remove and replace the existing 14" diameter roof vent and stack with a new 24" vent and stack, all in $4,200.00 54,200.00 $450.00 $450.00 $4,500.00 $4,500.00 $4,250.00 $4,250.(0 $7,000.00 $7,000.00 strict accordance with the Contract Documents, Technical Specifications and Drawings for 9. 1 IS New Access Ladder Landing. Furnish all labor, materials, and equipment to install a new access ladder lending at the balcony opening all in strict accordance with the $5,000.00 $5,000.00 $334.00 $334.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 $6,500.00 $6,500.00 Contract Documents, Technical Specifications and Drawings for 10. I LS New Overflow Pipe. Furnish all labor, materials, and equipment to extend the overflow pipe from the balcony level to ground level, including connection to the $9,800.00 S9,800.00 $498.00 $498.00 $10,00.00 $10,000.00 $24,500.00 $24,500.00 520,000.00 $20,000.00 southeast leg, new flap valve and concrete splash pad, 0 in strict accordance with the Contract Documents, Technical Specifications and Drawings for 11. I IS New Access Ladder. Fumish all labor, materials, and equipment to remove and replace the top 20 feet of the main access ladder, all in strict accordance with the $1,500.00 $1,500.00 S2,200.00 $2,200.00 $4,500.00 $4,500.00 $3,00000 $3,000.00 $3,00000 $3,000.00 Contract Documents, Technical Specifications and Drawings for 12. 1 LS Connection Keeper Furnish all labor, materials, and equipment to replace the connection keeper at the second level wind rods, next to the riser pipe onthe $750.00 $750.00 52,750.(0 $2,750.(0 $4,500.00 54,500.00 $00.10 $500.00 $3,000.00 531000.00 southeast side, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for Maid Tabulniisi id Tabulation 1/6,2017 9,43 AM Page 1 of 3 BID TABULATION CITY OF BEAUMONT PRISON ELEVATED STORAGE TANK REHABILITATION WU1117-03 RHl nPRNmr. DATE: TDIIRSIIAV. nRC.RMRF.R 22.2-06 PM df:l3ld TabulatimElid Tabulation 1/6/2017 9:43 AM Page 2 of 3 Maguire Iron, Inc Tank Pro, Inc. CF'G Industries, LLC Golf States ProtectiveCoatings, TM1 Coatings, Inc Inc Item Qty Unit Description Unit Price Item Total Unit Price item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total 13, 34 FA Connection Keeper Furnish all labor, materials, and equipment to replace the connection keeper at the second level wind rods, next to the riser pipe on the $250.00 $8,500.00 $147.00$4,998A0 $150.00 $5,100.00 $100.00 $100.00 5450.00 $15,300.00 southeast side, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for 14. 160 LF New Knee Rail. Fumish all labor, materials, and equipment to weld a new knee rail t the existing handrail, a0 in strict accordance with the Contract Documents, Technical $22.00 $3,520.(10 SI(1.W $1,600.00 $20. W $3,200.00 525.(10 $4,000.00 $50.00 $8,000.00 Specifications and Drawings for 15. 1 LS New Obstruction Light Fumisb all labor, materials, and equipment to remove and replace the existing obstruction light including all new conduit and conductors and $15,400.00 $15,400.00 $12,502.00 $12502.00 $4,500.00 $4,50.00 $7,850.00 $7,850.00 $7,000.00 $7,000.00 connection to the existing lighting panel, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for 16. 1 I'S Yard Lighting. Furnish all labor, materials, and equipment to repair the existing yard lighting system all in strict accordance with the Contract Documents, Technical S2,4W.00 $2,40.00 $1,500.00 $1,500.00 $1500.00 $1,500.00 $5,000.00 $5,000.(X) $2,000.00 $2,00.00 Specifications and Drawings for 17. 1 IS Above Ground Piping. Furnish a0 labor, materials, and equipment for the surface preparation and painting of the above ground yard piping not mounted on tanks, all in $5,000.00 $5,00000 $7,000.00 $7,000.00 $4,500.00 54,500.00 $7,500.00 $7,$00.00 $7,000.00 $7,000.00 strict accordance with the Contract Documents, Technical Specifications and Drawings for 18. 6 400 SF Surface Restoration. Furnish a0 labor, materials, and equipment to provide surface restoration, including fine grading and sodding with Saint Augustine sod, all in strict $1.17 57,488.00 S(1.75 $4,800.00 51.25 S8,000.00 $1,00 $1.00 $1.25 $8,000.00 accordance with the Contract Documents, Technical Specifications and Drawings for 19. 1 I's Surface Restoration. Furnish all labor, materials, and equipment to provide surface restoration, including fine grading and sodding with Saint Augustine and, all in strict $1,000.00 51,000.00 $650.00 $650.00 $1500.00 $1,500.00 $750.00 $750.00 $2,500.00 $2,500.00 accordance with the Contract Documents, Technical Specifications and Drawings for 20. 1 ALLOW Miscellaneous Tank Repairs. Furnish a0 labor, materials, and equipment to perform a0 miscellaneous repairs to the tank, as directed by the Owner, all in strict accordance 510,000.00 $10,000.00 $10,0()0.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 with the Contract Documents Technical Specifications, and Drawin s for TOTAL BASE RED S374,958.00 5401 60.00 5407 .00 S413,157.00 S608,500.00 DEDUCTIVE ALTERNATE BID ITEMS 21. 1 LS Tank Coating. Furnish all labor, materials, and equipment to wat all exterior (Three Coat Modified Hybrid Urethane) and interior (High Build Zinc Epoxy) surfaces including pressure washing, shrouding, surface preparation, disinfection, providing $10,000.00 $10,000.00 $12,356.00 $12,356.00 $100,000.00 $ I00,000.00 $238,400.00 $238,400.00 $20,000.00 $20,000.00 and installing "Confined Space Entry' placards all in strict accordance with the Contract Documents, Technical Specifications and Drawin s for ADDITIVE BID ITEMS 22. 1 LS Control Room Coating. Furnish all labor materials and equipment to pressure wash and recoat the existing masonry building, including all wood trim and doors, all in $3,500. W $3,500.110 $8,500.00 $8,$00. W $4,50000 $4,500.00 $7,500.00 $7500.00 $6,000.00 $6,000.00 strict accordance with the Contract Documents, technical Specifications and Drawings for df:l3ld TabulatimElid Tabulation 1/6/2017 9:43 AM Page 2 of 3 BID TABULATION CITY OF BEAUMONT PRISON ELEVATED STORAGE TANK REHABILITATION WU1117-03 The Bid Proposals submitted have been reviewed, and to the best of my knowledge this is an accurate tabulation of the Bids Signa e' Date � . . OF TF`1,�1 JEFFREY G. BEAVER i ............... V. 60676 :&. df Bid Tabulati—Bid Ta6dali- 1/6/2017 9:43 AM Page 3 of 3 Maguire from, Inc. Tank Pro, Inc CFG Industries, LLC Gulf States Protective Coatings, Inc. TMI Coatings, Inc. Acknowledging Addendurns YES YES YES YES YES Bid Schedule YES YES YES YES YES Bid Suirmiary YES YES YES YES YES Coprorate Resolution YES YES YES YES YES Bid Bond YES YES YES YES YES Inform Req. of Bidders YES YES YES YES YE Conflict of Interest YES NO YES YES YES Statement of City barter Provision YES NO YES YES YES Insurance Verification Affidavit YES YES YES YES YES Saerdide C YES YES NO YES YES The Bid Proposals submitted have been reviewed, and to the best of my knowledge this is an accurate tabulation of the Bids Signa e' Date � . . OF TF`1,�1 JEFFREY G. BEAVER i ............... V. 60676 :&. df Bid Tabulati—Bid Ta6dali- 1/6/2017 9:43 AM Page 3 of 3 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 Maguire Iron, Inc., Sioux Falls, South Dakota, in the amount of $378,458.00 for the Prison Elevated Storage Tank Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Maguire Iron, Inc., of Sioux Falls, South Dakota, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - 3 January 24, 2017 Consider a resolution authorizing the City Manager to execute Change Order No. 2, accept maintenance, and authorize final payment to Brystar Contracting, Inc. for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) i''il, Kh TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 2, accept maintenance, and authorize final payment to Brystar Contracting, Inc., of Beaumont, Texas for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) in the amount of $121,881.71. BACKGROUND A grant in the amount of $1,423,471.00 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). On August 4, 2015, by Resolution No. 15-160, City Council awarded a contract to Brystar Contracting, Inc., of Beaumont, Texas in the amount of $2,158,069.50. Previous Change Order No. 1, in the amount of $1,714.96, was executed by the City Manager on April 13, 2016, making the new contract price $2,159,784.46. Change Order No. 2, in the amount of $54,029.81, is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. The project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set forth in the contract. Acceptance of maintenance, approval of Change Order No. 2, and final payment in the amount of $121,881.71 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. RESOLUTION NO. 15-160 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. CITY OF BEAUMONT DATE: March 29, 2016 PROJECT: RECONSTRUCTION AND WIDENING OF AVENUE A OWNER: CITY OF BEAUMONT CONTRACTOR: BRYSTAR CONTRACTING, INC. CHANGE ORDER NO.: 01 Add/Delete Construction Items and/or quantities to the Contract: Item No. Item Code Description Unit Original Quantity New Quantity ['nit Price Amount TOTAL PERCENT CHANGE ORDER TO DATE: 0.08% PAVING AND DRAINAGE $2,159,784.46 DELETION 464 2003 RC PIPE CL III IS IN. LF 845.00 580.00 $67,600.00 464 2005 RC PIPE CL III)(24 IN.) LF 338.00 - $125.00 ($42,250.00) 464 2007 RC PIPE (CL III)(30 IN.) LF 895.00 - $140.00 ($125,300.00) 464 2009 RC PIPE (CL III)(36 IN.) LF 29.00 - $240.00 ($6,960.00) 464 2010 RC PIPE (CL IlIX40 IN.) LF 7.00 - $350.00 ($2,450.00) ADDITION 4640 2003 ADS PIPE (CL IIIx18 IN.) LF - 845.00 $72.47 561,237.15 4640 2005 ADS PIPE (CL 111x24 IN.) LF 338.00 $122.40 $41,371.20 4640 2007 ADS PIPE (CL III)(30 IN.) LF 895.00 S132.47 5118,560.65 4640 2009 ADS PIPE (CL 111)(36 IN.) LF 29.00 5220.65 56,398.85 4640 2010 ADS PIPE (CL IIIx40 IN.) LF 7.00 5319.90 $2,239.30 502 2001 BARRICADES, SIGNS AND TRAFFIC HANDLING 8 12.00 52,000.00 58,000.00 WATER UTILITIES 19 2" HYMAX ADAPTER EA 3.00 $733.38 $2,200.14 20 8" X 2" TAP CAP EA 2.00 $1,134.22 $2,268.44 21 8" X 2" BRASS SADDLE EA 2.00 5816.94 $1,633.88 22 2" CORPORATION STOP EA 3.00 5519.85 $1,559.55 23 8" X 90 DEG. ELBOW EA - 2.00 $402.90 $805.80 CHANGE ORDER TOTAL AMOUNT ADDED 51,714.96 ORIGINAL CONTRACT AMOUNT: $2,158,069.50 NET FROM PREVIOUS CHANGE ORDERS: $2,158,06950 TOTAL AMOUNT OF THIS CHANGE ORDER: $1,714.96 PERCENT OF THIS CHANGE ORDER: 0.08% TOTAL PERCENT CHANGE ORDER TO DATE: 0.08% NEW CONTRACT AMOUNT: $2,159,784.46 ACCEPTED BY: PREPARED BY: BRYAN PHELPS, BVSTAR FAEL G. MIRAND CONTRACTING, INC. PROJECT MANAGER APPROVED BY: HENG TAN, P.E. CITY ENGINEER JO PH MAJDALA E. PUBLIC WORKS DI R AMALIA VILLARREAL, P.E. CITY UTILITIES ENGINEER (.,,_ I �, KYLE HAYES, CITY MANAGER ATTESTED BY: B OUSSARD, CITY CLERK CITY OF BEAUMONT DATE: December 6, 2016 PROJECT: RECONSTRUCTION AND WIDENING OF AVENUE A OWNER: CITY OF BEATTMONT CONTRACTOR: BRYSTAR CONTRACTING, INC. CHANGE ORDER NO.: 02 (FINAL) Dt+111�`>t3�.�81i�!1�XQiR�P!�GA',1•X��RDFit Add/Delete Construction Items and/or quantities to the Contract: Item No. Item Code Description Unit Original Quanti Final Quantity tY Unit Price Final Amount 100 2002 PREPARING ROW STA 16.90 16.90 S4,500.00 $76,050.00 104 2001 REMOVING CONC (PAY) SY 6,291.00 6291.00 S9.30 S58,506.30 104 2017 REMOVING CONC (DRIVEWAYS) SY 671.00 671.00 57.20 54,831.20 110 2001 EXCAVATION (ROADWAY) CY 5,395.00 5395.00 $13.50 S72,832.50 132 2004 EMBANKMENT (FINAL)(DENS CONT)(TV B) CY 110.00 110.00 S35.00 53,850.00 162 2002 BLOCK SODDING SV 2,316.00 1550.00 $3.50 55,425.00 161 2009 BROADCAST SEED (TEMP) (WARM) SY 1,158.00 0.00 SU.10 50.00 168 2001 VEGETATIVE WATERING MG 38.00 44.78 555.00 52,462.90 247 2240 FL BS (CMP IN PLACE) (TY A GR 2)(12") SY 7,781,00 7912.90 532.00 $253,212.80 314 2018 EMULS ASPH (PRIhIEXAE-P) GAL 60.00 15.00 $10.50 $157.50 340 2007 D -GR HMA(METH) TY -A PG70-22 TON 196.00 215.38 $165.00 535,537.70 340 2122 D -GR HMA(METH) TY -D PG70-22 TON 48.20 108.99 5275.00 529,972.25 354 •••• PLANE ASPH CONC PAV (+J- 5") SY 6406.00 3750.00 56.50 524,375.00 360 2018 CURE (TYPE 11) LF 3158.00 3169.00 53.50 511,091.50 360 2025 CONC PAV (JOINT REINFXS") SV 7180.(81 7075.50 $50.00 $353,775.00 400 2001 STRUCI' EXCAV CY 2571.00 2942.60 53.00 $8,827.80 400 2005 CEM STABIL BKFL CY 1121.30 1385.60 540.00 $55,424.00 402 2001 TRENCH EXCAVATION PROTECTION LF 1300.00 1533.00 S1.00 $1,533.00 464 2003 RC PIPE (CL IIIXI9 IN) LF 845.00 0.00 5811.00 S0.00 464 2005 RC PIPE. (Cf. 111)(24 IN) IN 338.00 0.00 5125.00 SO.00 464 2007 RC PIPE (CL IlIX30 IN) LF 895.00 0.00 5140.00 SO.00 464 2009 RC. PIPE (CL IlIX36 IN) LF 29.00 0.00 5240.00 50.00 464 2010 RC PIPE (CL IlIX42 IN) LF 7.00 0.00 $350.00 So.00 465 2001 lYLRT(COMPL)(TY C) EA 21.00 22.50 54,500.00 $101,250.00 465 2005 MANH (COMPLXTY M) EA 8.00 8,00 $10,500.00 584,000.00 465 2008 INLET EXT (TV E) EA 4.00 3.00 511500.00 54.500.00 467 Z234 SET (TY II)(181NXRCP)(6:1) (C) EA 1.00 1.00 51,300.00 $1,300.00 496 2007 REMOVE STRUCTURE PIPE 823.00 SKIN) $6,584.00 496 .... RELOCATE STR (BUS CANOPY) 1.00 $4,000.00 $4,000.00 496 ••.. REMOVE SI'RUCI'URE INLETIMANHOLFS 12.00 $600.00 57,200.00 Soo 2001 MOBILZATION HEA12.00 1.00 $185,000.00 5185,000.00 502 2001 BARRICADES SIGNS AND TRAFFIC HANDLING (C.O. 0 1) 13.00 52,000.00 S26,000.00 506 2024 BACKHOE WORK (EROSION & SEDM CONT) 0.00 $70.00 $0.00 530 2010 DRIVEWAYS(CONC)(4") SY 212.00 311.30 549.00 515,253.70 530 2010 DRIVEWAYS (CONC)(6") SY 735.00 647.20 550.00 532,360.00 531 2005 CURB RAMPS (TY 1) EA 7.00 7.00 $1,300.00 59,100.00 531 2006 CURB RAMPS (TY 2) EA 1.00 1.00 $1,500.00 51,500.00 531 2010 CURB RAMPS (TV 7) EA 11.00 11.00 51,300.00 $14.300.00 531 2015 CONC SIDEWALK (4") SY 1186.00 1236.80 536.00 $44,524.80 531 2018 CURB RAMPS (SPECIAL) EA 1.00 1.00 SI,520.00 51,520.00 644 .... REMOVE AND RELOCATE CONCRETE SIGN EA 1.00 0.00 5650.00 50.00 644 2001 INS SM RD SN SUP&AM TY 138WG()) SA(P) EA 9.00 9.00 $800.00 57,200.00 644 2060 REMOVE ASM RD SN SUP & AM EA 9.00 9.00 5200.00 51,800.00 644 "•' REMOVE AND REPLACE SIGN SUP & AM EA 2.00 2.00 $550.00 $1,100.00 666 2024 REFL PAV MRK TY I (W) 6" (SLDX100MIL) LF 270.00 270.00 51.70 5459.00 666 2048 REFI. PAV MRK TV I (W) 24" (SLD)(IOOMIL) LF 76.00 %.00 510.00 $960.00 666 2054 REFL PAV MRK TY I (W)(ARROW)(100MIL) EA 1.00 1.00 $290.00 5280.00 666 2096 REFL PAV MRK TY I (W) (WORDx100MIL) EA 1.00 1.00 $400.00 $400.00 666 21M REFL PAV MRK TV I (Y) 4" (BRKx100MIL) LF 590.00 63&00 51.40 $893.20 666 2111 REFL PAV MRK TV I (Y) 4" (SLDXIOOMIL) LF 3040.00 2803.00 $1.30 $3,643.90 666 2189 PAVEMENT' SEALER 4" LF 3230.00 3441.00 50.40 51,376.40 666 2190 PAVEMENT SEALER 6" LF 7U.00 70.00 50.60 542.00 666 2195 PAVEMENT' SEALER 24" LF 76.00 96.00 $2.20 $211.20 666 2160 REF PAV MRK TY II (W) (ARROW) EA 1.00 L00 $55.00 $55.00 666 j 2173 BRIT PAV MRK TY 11(W) (WORD) EA 1.00 1.00 585.00 585.00 678 1 2021 PAV SURF PREP FOR MRK (BLAST CLN)(4") LF 3230.00 3441.00 $0.35 51,204.35 678 2024 PAY SURF PREP FOR MIRK (BLAST CLN)(24") LF 76.00 70.00 52.00 S140.00 678 2022 PAV SURF PREP FOR MRK (BLAST CLN)(C') LF 70.00 270.00 $0.60 2028 PAV SURF PREP FOR MRK (BLST CLN)(ARRWS) EA 1.00 1.00 SSS.00 EEE�0678 0678 2029 PAY SURF PREP FOR MRK (KIST CLNXWORDS) EA 1.00 1.00 $85.00 00 5049 2001 BIODCRD EROSION CONTROL LOGS (8" DIA) LF 160.00 0.00 $3.00 $0.00 5049 .... BIODGRD EROSION CONTROL LOGS (18" DIA) LF 60.00 0.00 1 57.50 50.00 CITY UTLITIES - SANITARY SEWER 6-Iinth HDPE Solid Wall Pipe DR 17 or SDR-26 PVC Sanitary Sewer 1 Lines LF 151.011 101.00 5280.00 529,280.00 8-inch HDPE Solid Wall Pipe DR 17 or SDR-26 PVC Sanitary Sewer 2 Lines LF 29.00 64.00 $550.00 $35,200.00 12-inch HDPE Solid Wall Pipe DR 17 or SDR-26 PVC Sanitary Sewer 3 Lines LF 37.00 37.00 $610.00 522,570.00 16-inch I1DPE Solid Well Pipe DR 17 or SD14-26 PVC Sanitary Sewer 4 Lines LF 369.00 331.00 $310.00 5102,610.00 Remove and Replace Furnish and Install 4' Diameter Fiberglass 5 Manhole> 12' Depth EA 1.00 1.00 $9,000.00 59,000.00 Remove and Replace Furnish and Install 4' Diameter Fiberglass 6 Manhole < 12' Depth EA 4.00 4.00 $6,800.00 527,200.00 7 Trench Safety Plan LS 1.00 1.00 55,000.00 $5,000.00 8 Trench Safety System LS 1.00 1.00 $5,000.00 $5,000.00 Clean and Televise the 6, 8, 12, and 15 inch Existing Sanitary Sewer 9 Lines LF 819.00 0.00 $11.00 $0,00 Clean and Televise the 6, 8, 12, and 16 inch Newly Bursted Sanitary 10 Sewer Lines LF 819.00 1408.00 SI L00 $15,488.00 CITY UTILITIES- WATERLINES 2-inch HDPE. SDR-9 PE 3408 Water line, Blue, Furnished and I Installed by open tench or directional drill methods LF 4.00 34.00 580.00 S2,720.00 6-inch HDPE Solid Wall Pipe DR 11 or Class 150 C-900 PVC, Furnish 2 and Installed by open cut or directional bore methods LF 5,00 101.00 5100.00 510,100.00 8-inch HDPE Solid Wall Pipe DR Il or Class 150 C-900 PVC, 3 Furnishied and Installed by open trench or directional drill methods LF 1599.00 1tl9tl.00 350.00 594,900.00 4 Furnish & Install Fire Hydrant Assembly EA 2.00 2.00 54,500.00 59,000.00 5 Furnish & Install 8" MJ Tee EA 3.00 3.00 5500.00 s1,500.00 6 Furnish & Install 4" x 2" Tapping Cap EA 1.00 0.00 $200.00 $0.00 7 Furnish & Install 6" z 2" Tapping Cap EA 2.00 0.00 5240.00 50.00 8 Furnish & Install 8" x 4" Reducer EA 1.00 0.00 5280.00 50.00 9 Furnish & Install 8" x 6" Reducer EA 5.00 2.00 5300.00 5600.00 10 Furnish & Install 9" M.1 Cross FA 1.00 1.00 $1,400,00 S1,400A0 11 Furnish & Install 2" MJ Solid Sleeve or Hi-Max Coupling EA 3.00 3.00 $100.00 5300,00 12 Furnish & Install 6" MJ Solid Sleeve EA 1,00 1.00 $300.00 5300.00 13 Furnish & Install 8" MJ Solid EA 4.00 4.00 5350.00 $1,400.00 14 Furnish & Install 8" MJ with 45 degree bend EA 15.00 12.00 5350.00 54,200.00 Replacement of 1" short side service connection up to property lioe, 15 w/l" HDPE 3408 water line tubling, blue, EA 4.00 7.00 5700.00 S4,900.00 Replacement of 1" long side service connection up to property line, 16 w/1" HDPE 3408 water line tubing, blue, EA 2.00 3.011 $1,000.00 53,000.00 17 Furnish & Install 2" Ball Valve or Corporation Stop EA 1.00 0.00 $350.00 50.00 Furnish & Install 8" Resillient Wedge Cate Valve & Valve Box as per 16 Sections 805 and 811 or the specifications EA 12.00 12.00 51,400.00 $I6,A00.00 CHANGE ORDER NO. 01 19 2" IIYMAX ADAPTER FA 3.00 3.00 $733.38 $2,200.14 20 8" X 2" TAP CAP EA 2.00 3.00 $1,134.22 53,402.66 21 8" X 2" BRASS SADDLE EA 2.00 2.00 $816.94 $1,633.88 22 2" CORPORATION STOP EA 3.00 5.00 5519.85 $2,599.2.5 23 8" X M DEC. ELBOW EA 2.00 2.00 $402.90 5905.80 4640 2003 ADS PIPE (CL 111)(18 IN.) LF 845.00 848.00 572.47 561,454,56 4640 2005 ADS PIPE (CL 111)(24 IN.) LF 338.00 411,00 5122.40 $50,306.40 4640 2007 ADS PIPE (CL 111)(30 IN.) LF 895.00 869.00 5132.47 S115,116.43 4640 2009 ADS PIPE (CL 111)(36 IN.) LF 29.00 29.00 5220.65 $6,398.85 4640 1 2010 ADS PIPE (CL 111)(40 IN.) LF 7.00 7.00 $319.90 52,239.30 ORIGNAL CONTRACT AMOUNT: CHANGE ORDER NO.02 NET FROM PREVIOUS CHANGE ORDERS: 52,159,784.46 DRIVEWAYS (CONCH4")(SfA.90+10 RT) NOT SHOWN IN LS 0.01 I.00 s,21S.Do $212100 570 2011 DRWGS TOTAL PERCENT CHANGE ORDER TO DATE: 2.58% DRIVEWAYS(CONCH4")(SfA.92+85 LT; NOT SHOWN INLS O.VO 1.00 S7.5SSD0 S7,s55Dll 570 1012 DRWGS TOTAL FINAL AMOUNT 52,213,814.27 PREVIOUS CHANGE ORDERS CONTRACT AMOUNT $'2,159,784.46 CHANGE ORDER TOTAL AMOUNT ADDED 554,029.81 ORIGNAL CONTRACT AMOUNT: 52,158,069.50 NET FROM PREVIOUS CHANGE ORDERS: 52,159,784.46 TOTAL AMOUNT OF THIS CHANGE ORDER: S54,029.81 PERCENT OF THIS CHANGE ORDER: 250% TOTAL PERCENT CHANGE ORDER TO DATE: 2.58% FINAL CONTRACT AMOUNT: 52,213,814.27 i l n it FlA4 E+ h k #� tN ^tH to rR�e r �Y TICS "NA l'. �'t r '.t3RD ACCEPTED BY: BRYAN PHELPS. ORYSTAR CARLOS AVILES CONTRACTING, INC. PROJECT MANAGER APPROVED BY: 7HENG TAN, P.E. CITY ENGINEER DR. dlSEPH .NIAJDALA:. P.E. N I'l:RI.IC WORN -D .I'OR ATTESTED BY: �� AMALIA VILLARREAL, P.E. CITY U77LMES ENGINEER KYLE HAYES. CITY MANAGER TINA BROUSSARD CITY CLERK I X W V_ —,j AL �a I0 M, �98�ISHE� Texas General Land Office Disaster Recovery Construction Contract Change Order Request Form Engineer: Owner (contractor Locality): Contractor: Zheng Tan, P. E. City Engineer Brystar contracting, Inc City Engineer City of Beaumont 8385 Chemical Rd. City of Beaumont PO Box 3827 Beaumont, TX 77705 PO Box 3827 Beaumont, TX 77704 Agreement Date: 8/31/15 Beaumont, TX 77704 Phone No. 409.880.3725 Phone No. 409.880.3725 Phone No.: 409.842.6768 Date: 11/18/2016 Contract For (Project Description): GLO Contract No.: Project Code No.: PW0615-11 Reconstruction & Widening 13-239-000-7429 / of Avenue A (From South of Elgie St. to Washington DRS220012 Blvd.) Change Order No.: 2 (Final) You are hereby requested to comply with the following changes from the contract plans and specifications: Item Description of Changes: Quantities, Units, Unit Prices, Decrease in Increase in No. Change in Completion Scheduled, Etc. Contract Price Contract Price 162. Block Sodding $2,681.00 2002 164. Broadcast Seed (Temp) (Warm) $115.80 2009 168. Vegetative Watering $372.90 2001 247. Flex Base (Cmp in PI)(Ty A, Gr. 2)(12") $4,220.80 2240 314. Emuls Asph (Prime)(AE-P) $472.50 2018 340. D -Gr HMA (Meth) Ty -A PG70-22 $3,197.70 2007 340. D-Gr HMA (Meth) Ty-D PG70-22 $16,717.25 2122 354. Plane Asph Conc Pav (+/- 5 ") $17,264.00 **** 360. Curb (type II) $38.50 2018 360. Conc. Pave (joint Reinf)(8") $5,225.00 2025 400. Struct Excav $1,114.80 2001 400. Cem Stab Bkfl $10,572.00 2005 402. Trench Excavation Protection $233.00 2001 465. Inlet (Compl) (Ty C) $6,750.00 2001 465. Inlet Extn (Ty E) $1,500.00 2008 502. Barricades, Signs and Traffic Handling $2,000.00 2001 506. Backhoe Work (Erosion & Sedm Cntrl) $315.00 2024 530. Driveways (Conc) (4") $4,865.70 2010 530. Driveways (Conc) (6") $4,390.00 2010 531. Conc. Sidewalk (4") $1,828.80 2015 644. Remove and Relocate concrete Sign $650.00 666. Refl Pav Mrk Ty I (W)24" (Sld)(100Mil) $200.00 2048 666. Refl Pav Mrk Ty I (Y) 4" (Brk)(100Mil) $67.20 2105 666. Refl Pav Mrk Ty I (Y) 4" (Sld)(100Mil) $308.10 2111 666. Pavement Sealer 4" $84.40 2189 666. Pavement Sealer 24" $44.00 2195 678. Pav Surf Prep for Mrk (Blast Cln)(4") $73.85 2021 678. Pav Surf Prep for Mrk (Blast Cln)(24") $12.00 2024 678. Pav Surf Prep for Mrk (Blast Cln)(6") $120.00 2022 5049. Biodgrd Erosion Control Logs (8" Dia) $480.00 2001 5049. Biodgrd Erosion Control Logs (18" Dia) $450.00 530. C.O.#2 Driveways (Conc)(4")Sta.90+10 (RT) $2,225.00 2011 (Not Shown in Drwgs) 530. C.O. #2 Driveways (Conc)(4")Sta.92+82 (LT) $7,555.00 2012 (Not Shown in Drwgs) City Utilities - Sanitary Sewer 1 6-Iinch HDPE Solid Wall Pipe DR 17 or SDR- $14,000.00 26 PVC Sanitary Sewer Lines 2 8 -inch HDPE Solid Wall Pipe DR 17 or SDR -26 $19,250.00 PVC Sanitary Sewer Lines 4 16 -inch HDPE Solid Wall Pipe DR 17 or SDR- $11,780.00 26 PVC Sanitary Sewer Lines 9 Clean and Televise the 6, 8, 12, and 15 inch $9,009.00 Existing Sanitary Sewer Lines 10 Clean and Televise the 6, 8, 12, and 16 inch $6,479.00 Newly Burst Sanitary Sewer Lines City Utilities - Waterlines 1 2 -inch HDPE SDR -9 PE 3408 Water Line, $2,400.00 Blue, Furnished and Installed 2 6 -inch HDPE Solid Wall Pipe DR 11 or Class $9,600.00 150 C-900 PVC, Furnish and Installed 3 8 -inch HDPE Solid Wall Pipe DR 11 or Class $14,950.00 150 C-900 PVC, Furnished and Installed 6 Furnish & Install 4" x 2" Tapping Cap $200.00 7 Furnish & Install 6" x 2" Tapping Cap $480.00 8 Furnish & Install 8" x 4" Reducer $280.00 9 Furnish & Install 8" x 6" Reducer $900.00 14 Furnish & Install 8" MJ with 45 degree bend $1,050.00 15 Replacement of 1" short side service connection up to property line, w/1" HDPE 34 $2100.00 16 Replacement of 1" long side service connection up to property line, w/1" HDPE 34 $1000.00 17 Furnish & Install 2" Ball Valve or Corporation Stop $350.00 Change Order No. 1 20 8" X 2" TAP CAP $1,134.22 22 2" CORPORATION STOP $1,039.70 4640. 2003 ADS PIPE (CL III)(18 IN.) $217.41 4640. 2005 ADS PIPE (CL III)(24 IN.) $8,935.20 4640. 2007 ADS PIPE (CL III)(30 IN.) $3,444.22 Reimbursements of costs included in this change order are subject to review by the GLO-DR program. * This document may be executed prior to submission for GLO-DR program review, but all parties involved will be held responsible if the change order or the amendment warranted as a result of this change order is not in compliance with CDBG or HUD requirements. RECOMM DED: B .., - ENGINEER Date: APPROVED: ACCE By: By: OWNER CONTRACTOR Date: Date: /Z -,Z), i� Change in Contract Price Change in Contract Time (Calendar Days) Original Contract Price: $ 2,158,069.50 Original Contract Time: 240 days Previous Change Order(s): Net Change From Previous No. 1 $ 1,714.96 Change Orders: 142 days Contract Price Prior to Contract Time Prior to this Change Order: $ 2,159,784.46 this Change Order: 382 days Net Increase/Decrease of Net Increase/Decrease of this Change Order: $ 54,029.81 this Change Order: 0 days Contract Price With all Contract Time With all Approved Change Orders: $ 2,213,814.27 Change Orders: 382 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 2.58% (mm/dd/yy) 10/29/16 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 09/14/15 (mm/dd/yy) 10/29/16 Reimbursements of costs included in this change order are subject to review by the GLO-DR program. * This document may be executed prior to submission for GLO-DR program review, but all parties involved will be held responsible if the change order or the amendment warranted as a result of this change order is not in compliance with CDBG or HUD requirements. RECOMM DED: B .., - ENGINEER Date: APPROVED: ACCE By: By: OWNER CONTRACTOR Date: Date: /Z -,Z), i� JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? ❑ Increase ❑ Decrease x No Change If there is a change, how many beneficiaries will be affected? Total L/M 2. Effect of this change on scope of work: x Increase ❑ Decrease ❑ No Change 3. Effect on operation and maintenance costs: ❑ Increase ❑ Decrease x No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? ❑ Yes x No If "No", explain: Other prices were based on Change Order No. 01 5. Has this change created new circumstances or environmental conditions which may affect the project's impact, such as concealed or unexpected conditions discovered during actual construction? x Yes ❑ No If "Yes", is an Environmental Re -assessment required? No. 6. Is the Texas Commission on Environmental Quality (TCEQ) clearance still valid? (if applicable) x Yes ❑ No 7. Is the TCEQ permit approval still valid? (sewer projects only) x Yes ❑ No 8. Are the handicapped access requirements/approval still valid? (if applicable) x Yes ❑ No 9. Are other Disaster Recovery contractual special condition clearance still valid? x Yes ❑ No (If no, specify): NOTE: * Generally, a cumulative change in the contract price in excess of 25% cannot be reviewed (18% decrease for counties). CITY OF BEAUMONT PAY ESTIMATE PAGE1OF4 ROlEGi.... .....RECP.MbTRUCiIQNAN"DRMING.OFAOWt A - FINAi:G4Wrwc�r cNipVN'' . ' :.. Si;iii 34.77 . %'.. PEBGiNiGIFTIMRUSkD. 1OR SSX»: « ; ` : ' pESCFtIRTK1R « . >:.. - .. <bAVSYAAGCNYRACtING, INC.. : -- -- - GbNXIFkC....... .....:...:.-..Auqust.$1,:2Q26 . <- pERCENi OF WCIRK ODMPCEiED :3> .: 31K1.O9fC r: 'PFiEVkQWS ATL .::ESTIMATE, .... ` ... NE1lFCONTRACiFALtNDARDAVS <.. .:: dit .,. ;.: ERIQD ENDING:,:.:.>' ........:... NOVEMBER t'!;;!..:...... :.. > .::::. . . . .......... CALENDAR DAYSU$ELl.' < 412... HANGS pRDEBS: :.':.: < NO.M.&Q2IFlDIA4)... ..:. ....... ... -.. �.. ::. .. :.. Nd.:. :% WESG ,.. . :.CCSDE « ; ` : ' pESCFtIRTK1R « . >:.. - .. UNIT; MEASUEtE, ESS . ::::::::P-l9Tl 'PFiEVkQWS ATL .::ESTIMATE, T4 PATE .:: TOTAi :>~971MAT - T�,UIC1ii , ; : ... E!RICI . ::]::AMOUNT -:m::: .......... um) 1 ....... .... 2002 2001 .......... PREPARING ROW REMOVING CONC(PAV) STA Sr 16.90 6,29LDO 1690 6,291.00 0.00 0.00 16.90 6,291.00 $4,500.00 $930 $76,05040 $58,506.30 104 2017 REMOVING CONC(DRNEWAYS) SY 671.00 67L00 0.00 67LOO $7.20 $4,831.20 210 2001 EXCAVATION(ROADWAY) CY 5,395.00 5,39540 0.00 5,395.00$13.50 $72,832.50 132 2004 EMBANKMENT IFINALKDENS CONT)(TY B) CY 110.00 110.00 0.00 110.00 $35.00 $3,850.00 162 2002 BLOCK SODDING SY 2,31600 1.550.00 0.00 1,550.00 $3.50 $5,425.00 164 2009 BROADCAST SEED (TEMP) (WARM) SY 1,158.00 0.00 0.00 0.00 $0.10 $0.00 168 2001 VEGETATIVE WATERING MG 3600 40.78 0.00 "78 $55.00 $2A62-90 247 2240 FL BS ICMP IN PLACE)(TY A GR 21(12') SY 7,761.00 7,912.90 0.00 7912.90 $32.00 $253,212.80 314 2018 EMULS ASPH(PRIMEKAE-P) GAL 60.00 15.00 0.00 1100 $10.50 $157.50 340 2007 0 -GR HMA(METH)TY-A PG7G-22 TON 196.00 215.38 0.00 21538 $165.00 $35,537.70 340 2122 D -GR HMA(METH) TY -D FG70-22 TON 48.20 108.99 O.Oa 109.99 $275.00 $29,972.25 356 ".. PLANE ASPH [DNC PAY I./- S-) SY 6,406.00 3,75040 0.00 3,750.00 $6.50 $24,375.00 360 2018 CURB (TYPE 11) LF 3,158.00 3,1101M 0.00 3,1®.00 $3.50 $11,091.50 350 2025 CONC PAV UDINT REINF)18") SY 7,180.00 7,07550 0.00 7,075.50 $50.00 $353,775.00 400 2DD1 STRUCT EXCAV CY 2,571.00 2942-60 0.00 2942.60 $3.00 $8,827.80 400 2005 CEM STABIL BKFL CY 1,12130 1} 40 0.00 1,385.60 $40.00 $55,424.00 402 2007 TRENCH EXCAVATION PROTECTION LF 1,300.00 1¢340 0.00 1.53340 $1.00 $1,533.00 464 2003 RC PIPE (Cl II1)1131NI LF 845.00 040 0.00 0.00 $80.00 $0.00 464 2005 RC PIPE (Cl III)124 IN) LF 33800 040 0.00 _ 0.00 $125.00 $0.00 464 2007 RC PIPE (C1111)[30 IN) LF 895.00 040 0.00 0.00 $140.00 $0.00 464 2009 RC PIPE (CL 111)[36 IN IF 29.00 040 D.00 0.00 $240.00 $0.00 464 201D RC PIPE (CL 10)142 IN IF 7.00 0.00 0.00=2Z. .00 $0.00 465 2001 INLET ICOMPLKTY C) EA 21.00 22-50 0.00.00$101.2.50.00 465 2005 MANH(COMPLKTYM) EA 800 LOD 0.00.00 $84,000.00 465 2001 INLET DITTY E) EA 4.00 3.00 0.000.D0 $4,500.00 467 2234 SET (TY 111138 INI(RCPKG1) (C I EA LOD LOD 0.000.00$1,30040496 2007 REMOVE STRUCTURE PIPE LF ffi3.00 823.00 0.008.00 $6,584.00 496 IRELOCATE STIR (BUS CANOPY) EA LOO 1.000.00 1.00 $4,00040 $4,000.00 496 .... REMOVE STRUCTURE INLET/MANHOLES EA IL00 12.00 0.00 11.00 $600.00 $7,200.00 CITY OF BEAUMONT PAY ESTIMATE PAGE 20F4 ?6OJBtY..... < 2R6GPNSTR47C?IpM:& NtIPiy1UV6:gFAYbNUEl4 :.. ..? .. FINAC CtiNTRRCi AIkrOUN .$? 211 ¢!4.27: ;: PERCENT OFTIME UsfD SOT;85%:: ' :ONTRIIGIOR:>:' BRYSYAAt. MAthR6,OIf':` - �bNTKACtOkYE Au�l!st.3120}B PERCENi.OEWoRK:tomPCETED:.::: 1OO:O1J7f.?;:` ................... ... ... .. ... - --- HPN1?ILY'FSS1MA18�t:' 5.6 NEVyCQN7RACf.CJ►LENAARqAYS !ER16D.ENDIMCi ....... CALENDAR DAYS .NOVEMBER 3 .:30,,2016.: USED...}:41t?.;.. . .. .... .. .. .... ..... . :HA.NG� gRP.ERS.......... .NP.:Rt .✓>E.QZ (FINab) a7ENC' ' 500 '> DES6 2001 DESCRIPTION MOY62ATION 4JNIT: LS Si 1.00 ; PR 701JS . EMATE:IS .. L00 _` TO DATA.` �MAL: 0.00 TOTA4:EStw 1fl :; .T;D. ... ... 2.00 : iiNlT i : ;.> [+RIEE„ „•AMi3i3NT'>. $165,000.00 $185,000.00 502 2001 BARRICADES, SIGNS AND TRAFFIC HANDLING(C.O. 41) MO 22.00 12.00 LOO 13.00 $2,000.00 $26,000.00 506 2024 BACKHOE WORK (EROSION & SEDM CONT) 181 430 0.00 0.00 0.00 $70.00 $0,00 530 2010 DRIVEWAYS(CONC)(4-) SY 212.00 31L30 GAO 31L30 $49.00 $15,253.70 530 2010 DRIVEWAYS(CONC)(6-) SY 735.00 647.20 0.00 647.20 $50.00 $32,360.00 531 2005 CURB RAMPS (TY 1) EA 7.00 7.00 OLW 7.00 $1,300.00 $9,100.00 531 2006 CURB RAMPS (TY 2) EA L00 L00 0.00 2.00 $11500.00 $1,500.00 531 2010 CURB RAMPS (TY 7) EA 1L00 1L00 0.00 1L00 $1.300.00 $14,300.00 531 ZD15 CONC SIDEWALK (4--) SY 1,166.00 1,i36W 0.00 1,236.00 $36.00 $44.524.80 531 2018 CURB RAMPS (SPECIAL) EA LOD 1.00 OAO L00 $1.520.00 $11520.00 644 "'• REMOVE AND RELOCATE CONCRETE SIGN EA 1A0 0.00 0.00 0.00 $6.50.00 $0.00 644 2001 INS SM RD SN SUP&AM TY 23BWG(1) SA(P) EA 9.00 9.00 0.00 9.00 $600.00 $7.200.00 644 2060 REMOVE ASM RD SN SUP & AM EA 9A0 9.00 OAO 9.00 $200.00 $L800.00 644 666 "•• 2024 REMOVE AND REPLACE SIGN SUP & AM REFI PAY MRK TY I (W) 6- (SLDk100M8) EA LF 200 270.00 210 270.00 0A0 010 2'00 270.00 $''`50.00 SL70 $1,200.00 $459.00 665 2048 REFL PAV MRK TY I (UI) 24' (SLD)(lWMIL) LF 76.00 96.00 0.00 96.00 $10.00 $960.00 666 2054 REFL PAV MRK TY I (W)(ARROW)IIOOMIL) EA 1.00 1A0 OAO LOO $710.00 $280.00 666 2096 REFL PAV MRK TY I (W) (WORD)(100MIL) EA 1.00 1.00 0.00 1.00 $400.00 $400.00 666 2105 RE FL PAV MR( TY I(Y) 4-(BRK)[100MIL) LF 59040 638.00 0.00 630.00 $IAO $893.20 666 2111 REFL PAV MRK TY I IY) 4-(SLO)(I00MIL) LF 3,010,00 2,803.00 0.00 2,803.00 $130 $3,643.90 666 2119 PAVEMENT SEALER 4" LF 3,230.00 3,441.00 0.00 3,441.00 $DAO $1376.40 666 21M PAVEMENT SEALER 6" LF 70-00 70.00 OAO 70.00 $0.60 $42.00 666 2195 IPAVEMENT SELLER 24" LF 76.00 96.00 0.00 96.00 $210 $21L20 666 2160 REFPAV MRKTYII(Wj(ARROWj EA 1.00 Lw 0.00 1.00 $55.0G $55.00 666 2173 REF PAV MRK TY 11(W)(WORD) EA 1.00 LINT 0.00 LOD $85.00 $85.00 678 2D21 PAV SURF PREP FOR MRK IWASF ClNN4') LF 3.230.0 3,441.00 D.00 3,44LDO $035 $1,204.35 678 2024 PAV SURF PREP FOR MRK IRLAW CLN)(24-1 LF 76.00 70.00 0.00 70.00 $200 $140.00 678 2022 PAV SURF PREP FOR MRK (BLAST CLNN6`) lF 70.00 270.00 0.00 270.00 $0.60 $162.00 679 2028 PAV SURF PREP FOR MRK(BLST CLNNARRWS) EA 1.00 1.00 0.00 LOD S55A0 $55.00 67B 2029 PAV SURF PREP FOR MRK (BLST CLNXWORDS) FA 1.00 1.00 1 0.00 LOO 1$85.00 $85.00 CITY OF BEAUMONT PAY ESTIMATE PAGE 3 OF PROJECT ,:< RECONSTRUCTION & WIDENINQQF AYENUEA - FINAL GQN7ftACi AMRHN- ::: 2 211, 14.27 RERCENT:OPTIME:�ISED AQ7�59G ...... --- -. _ - ... .. .. ... .. .::May 17, 2013 P4RGEJyTOF WORKGOMPLETEp:F 6..S9D.D93S> PNTRACTOR :< BRYSTAR CONTRACTING; INC: CONTRACT UATf:::j >. Y MONTHLY ESTIMATE k : > 16 -- -<;. : NEWCONTRAGYCA4ENDAR DAYS -382 - ; RIbD ENDING' ;.. ; :1!IOVEbIBER. 1. 30,.2Q16 CALENDAR DAYS USED 412 fTErVI:::. ......•............ ::::NO.:: .... .:DESG ' "` BODE . ».•:::'::: ':: : ''.'::' `:' 11 `:c'' DESCRIP710N .. `..> ::: :UNIT MEASURE EST .: QTY< PREHLULIS :::::iV fSTiN1ATE. -, DATf' ESTIMATE TOTAL.EA,ITIMATf T4flATE. .. UNfi ARICE::::::' TOTAL: . :AIVIQUIiT 5049 2001 BIODGRD EROSION CONTROL LOGS IS" DIA) LF 160.00 0.00 0.00 0.00 $i0D $0.00 5049 •'s• BIODGRD EROSION CONTROL LOGS (18" DIA) LF 60.00 0.00 0.00 0.00 $7.50 $0.00 CITY LiTLITIES - SANITARY SEWER 0.00 I 6 -cinch HDPE Solid Wall Pipe DR 17 or SDR -26 PVC Sanitary Sewer Lines LF 151.00 101.00 0.00 101.00 $280.00 $28,280.00 2 94-h HDPE Solid Wall Pipe DR 17 or SDR46 PVC Sanitary Sewer Lines LF 29.00 64.00 0.00 64.00 $550.00 $35,200.00 3 12 -Inch HDPE Solid Wall Pipe DR 17 or SDR -26 PVC Sanitary Sewer Lines LF 37.00 37.00 0.00 37.00 $610.00 $22,570.00 4 16 -inch HDPE Solid Wall Pipe DR 17 or SDR -26 PVC Sanitary Sewer Lines LF 369.00 331.00 0.00 331.00 $310.00 $102,610.00 5 Remove and Replace Furnish and Install 4' Diameter Fiberglass Manhole > 12Depth EA 1.00 1.00 0.00 1.00 $9,000.00 $9,000.00 6 Remove and Replace Furnish and Install 4' Diameter Fiberglass Manhole < 12' Depth EA 4.00 4.00 0.00 4.00 $6,600.00 $27,200.00 7 Trench Safety Plan LS 1.011 1.00 0-00 1.00 $5,000.DO $5,000.00 8 Trench Safety System LS 1.00 1.00 0.00 1.00 $5,000.00 $5,000.00 9Clean and Televise the 6, 8, 12, and 15 inch Existing Sanitary Sewer Unes LF 619.00 0.00 0.00 0.00 $11.00 $0.00 10 Clean and Televise the 6, 8, 12, and 16 Inch Newly Bursted SanitarySewer Lines LF 919.00 1,406.00 0.00 1,408.00 $11.00 $15,48&00 CITY LITIDTES- WATERLINES MOO 1 2 -incl HDPE SDR -9 PE 3408 Water Line, Blue, Furnished and Installed by open trench or directional drill methods LF 4.00 34.00 0.00 34.00 $80.00 $7720.00 2 6 -inch HDPE Solid Wall Pipe DR 11 or Class 150 C-900 PVC, Furnish and Installed by open cut or directional bore methods LF 5.00 101.00 O.DO 101.00 $100.00 $10,100.00 3 8 -inch HDPE Solid Wall Pipe DR 11 or Class 150 C-900 PVC, Fumishied and Installed by open trench or directional drill methods LF 1,599.00 11898.00 D.DO 1,898.00 $50.OD $94,900.00 4 Furnish & Install Fire Hydrant Assembly EA Z00 2.00 11.00 2.00 $4,500.00 $9,000.00 5 Furnish & Install 8" MI Tee EA 3.01) 3.00 0.00 3.00 $500.00 $1,500.00 6 Furnish & Install 4" x 2" Tapping Cap EA 1.00 0.00 0.00 0.00 $200.00 $0.00 7 Furnish & Install 6" x 2" Tapping Cap EA 2.00 0.00 0.00 0.00 $240.00 $0.00 b Furnish & Install 8" x 4" Reducer EA 1.00 0.00 0.00 0.00 $280.00 $0.00 9 Furnish & Install 6" x 6" Reducer EA 5.00 2.00 0.00 2.00 $300.00 $600.00 10 Furnish & Install 8" MV Cross EA 1.00 1.00 0.00 1.00 $1,400.00 $1,400.00 11 Furnish & Install 2" MI Solid Sleeve or HI -Max Coupling EA 3.00 3.110 0,00 3.00 $100.00 $300.00 12 Furnish & Install 6" Mi Solid Sleeve EA 1.00 1.00 0,00 1.00 $300.00 $300.00 13 Furnish & Install 8" Mf Solid EA 4.00 4.00 0.00 4.00 $350.00 $1AW.00 14 Furnish & Install 8" MU with 45 degree bend EA 15.00 12.00 0.00 12.00 $350.00 $4,200.00 CITY OF BEAUMONT PAY ESTIMATE PNOkECT RECOII5TIik1CL1CIN&iNIDENHVGUF.AVE1NOEA iINA1CQNTIiACTAINDUN.''2211814,21,.. :PEACENTESF7INIELI$ED:.: Y07B$76 -;;'; CONTRACTOR. ::: BRvi7�kRSQNTRAGTlN6:INF -CONTRACTDATE,:,:::Augt15L 31; �2U35 PERCENT OF WOgI(CO.MIICETFp;:, ':;;; hIgNTH1Y`ESTINIA7EA.' :. :..15r':./a�. .. } - ::. .. .. ... .. NEW.WN1RAC'(CALENDARDAYS 3$2 ....................... . .. PiRIPP.6NCINa;:: :NOVEM@ER1=2Q-Zak$ :< CA1H40Ap:44Y5UBE4: a12 . ;:.:>..:..::•:':' CHANG£ vPDER£w : N4::02,&p2 j1NAtl.........:.,,•::.•.•:. ..................... $700.00 ktkaA :::':W. DESC CODE DESCRIPTION% UNkT :. .: UIQW URE .''tlTY: bvt: PREVIOUS ...ESi1MATE TO RATE .£S7INIATE, :TOTAh TiAt<A7E TODATE :. UNIT .' ':ropI `:. '. TDTAt'_ AfdQIfNT.: 15 fteplN4-.1t of 1" 4h n side .,A. connection up W property 16ne, w/1" HOPE 3408 vaatac Bne tublin& blue, EA 4.00 7.00 0.00 7.00 $700.00 $4,900.00 ]b Replatement of I" long side -ke mnnectivn up to property One, w/1" HOPE 3408 water tine tubing, blue, EA 2.00 3.00 0.00 3AC $1,000.00 $3,000.00 17 Furnish & Install 2" Ball Valve ar Corporation Stop EA 2.00 0.00 0.00 0.00 $350.00 $0.00 >a Furnish & Inetall W Reallllent Wedge Gate Valve & Valve Bae as per Seaions $05 and $11 of the gw1ficadee, EA 12 12.00 0.00 12.00 $1AW.00 $16,900.00 CHANGE ORDER NO. OS 19 2"HYMA9 ADAPTER FA 1 3.00 3100 OAO 3100 $733.38 $2,200.14 20 8" x 2" TAP CAP EA 2.00 3100 0.00 3110 $1.334.22 $3,402.66 21 B"82"BRASS SADDLE EA 2.00 2100 0.00 2100 $816.94 $1,633.88 22 2" CORPORATION STOP EA 3.00 9108 0.00 SAO $519.85 $2,599.25 23 r 7190 DEG. ELBOW EA 2.00 2.00 0.00 2100 $4102.90 $805.90 4640 2003 ADS PIPE (Q 1111118 RLI LF 845.00 84LOO 0.00 9411.00 $72.17 561,454.56 4640 2005 ADS PIPE (CL1111124 IMI LF 338.00 42LOO 0.00 411.00 $122.40 550,306.40 46 40 2007 ADS PIPE (a 1111130 IN.1 LF 895.00 $69.00 0"869.00 $132.47 $115,116.03 4640 2009 ADS PIPE (CL 1111136 IN.1 LF 29.00 29.00 BAD 29.00 $220.65 $6,3911.85 4640 21010 ADS PIPE ICL III)w imi LP 740 7.00 OAO 7.00 $319.90 $2,239.30 CHANGE ORDER NO. 02 530 2031 ORWEWAYS(CONC)14"NSTA. 90+20 RTI NOT SHOWN IN DRWGS LS 1 L40 0.00 1,00 $2.225.40 $2.225.00 530 2012 1 DRIVEWAYS ICDNq(4"R$T& 92+85 LT) NOT SHO" IN DRWCS IS 1 LOO 0.00 SAO $7,555100 57,555.00 PREPARED BY: C- SAVILES, PROTECT MANAGER APPROVED BY:/'� ZHENG TAN, P.E., CITY ENGINEER 41 JDR. IOSEP AIDALANI, P.E., FUBLIC WREU454RECYOR I rerrily that o0 work lncludind materials covered by this Invoice nosh, been completed a. delivered is accordaa¢ MIA Cat -t datum- BRYA PHELPS BRYSTAR CONTRACTING, INC. GRAND TOTAL AMOUNT OF WORK DONE: $2,213,814.27 LESS 5% RETAINAGE: $0.00 SUB TOTAL : $2,213,814]7 LESS PREVIOUS PAY ESTIMATE : $2,091,932.56 AMOUNT DUE THIS ESTIMATE: $121,881.71 RESOLUTION NO. WHEREAS, on August 4, 2015, the City Council of the City of Beaumont, Texas, passed Resolution No. 15-160 awarding a contract in the amount of $2,158,069.50 to Brystar Contracting, Inc., of Beaumont, Texas, for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) Project; and, WHEREAS, on April 13, 2016, the City Manager executed Change Order No. 1, in the amount of $1,714.96, to add/delete construction items and/or quantities to the contract, thereby increasing the contract amount to $2,159,784.46; and, WHEREAS, Change Order No. 2, in the amount of $54,029.81, is necessary to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $2,213,814.27; and, WHEREAS, the project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 2 for additional work described above, thereby increasing the contract amount by $54,029.81 for a total contract amount of $2,213,814.27 for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) Project; and, BE IT FURTHER RESOLVED THAT the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) Project be and the same is hereby accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $121,881.71 to Brystar Contracting, Inc., of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - January 24, 2017 Consider an ordinance authorizing the participation by the City of Beaumont with other Entergy Texas service area cities in matters concerning Entergy before the Public Utility Commission of Texas and the Federal Energy Regulatory Commission in the year 2017 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider an ordinance authorizing the participation by the City of Beaumont with other Entergy Texas service area cities in matters concerning Entergy before the Public Utility Commission of Texas and the Federal Energy Regulatory Commission in the year 2017. BACKGROUND The City of Beaumont is statutorily given the responsibility of exclusive original jurisdiction over the rates, operation and services of Entergy Texas, Inc. (ETI), which provides electric utility services in the City of Beaumont. To ensure that ETI is providing fair, just and reasonable rates and efficient services to the area, the City of Beaumont continually assesses the ongoing efforts of ETI and the services it provides to the citizens of Beaumont. This is accomplished primarily through the combined efforts of the cities in the Entergy service area with similar jurisdictional responsibilities. The proposed ordinance allows the City of Beaumont to continue its participation as a member of the Steering Committee of cities within the ETI service area to monitor the operation and services provided by ETI to the citizens of Beaumont. The ordinance also authorizes the hiring of utility consultants and lawyers through the Steering Committee to facilitate the efforts of the service area cities. FUNDING SOURCE The reasonable expenses associated with rate related matters are reimbursable by the company (ETI) pursuant to the Public Utility Regulatory Act of Texas. RECOMMENDATION Approval of an ordinance authorizing the City of Beaumont's participation with other Entergy Texas service area cities in matters concerning Entergy before the Public Utility Commission of Texas and the Federal Energy Regulatory Commission in the year 2017. ORDINANCE NO. A ORDINANCE OF THE CITY COUNCIL OF BEAUMONT, TEXAS, AUTHORIZING PARTICIPATION WITH OTHER ENTERGY SERVICE AREA CITIES IN MATTERS CONCERNING ENTERGY TEXAS, INC. AT THE PUBLIC UTILITY COMMISSION OF TEXAS AND THE FEDERAL ENERGY REGULATORY COMMISSION IN 2017. WHEREAS, Entergy Texas, Inc.'s ("ETI") implementation of customer choice has ceased due to Tex. S.B. 1492, 81St Leg. (2009) and ETI will continue to be regulated under traditional cost -of -service regulation; and, WHEREAS, changes to the Public Utility Regulatory Act addressing rates and rate proceedings will have a direct impact on ETI and customer bills during 2017 and into the future; and, WHEREAS, ETI is scheduled to litigate requests in various proceedings before the Public Utility Commission of Texas, before municipalities, or before the Federal Energy Regulatory Commission in 2017 related to ETI's continued integration with the Midwest Independent System Operator ("MISO"), ETI's exit from the Entergy System Agreement (effective August 31, 2016), various fuel cost refunds or surcharges and reconciliations, and for any type of base rate proceedings or cost adjustments, such as a new base rate increase request, transmission cost recovery rider, a distribution cost recovery rider, energy efficiency cost recovery factor, or hurricane restoration cost or offset true -ups; and, WHEREAS, ETI is scheduled to file fuel factor proceedings at the Public Utility Commission in February and August 2017, and to file other fuel proceedings to refund or surcharge fuel charges; and, WHEREAS, ETI is scheduled to file a proceeding to recover costs incurred in association with its Energy Efficiency Plan as well as reconcile past costs; and, WHEREAS, Cities have the statutory right to set fair and reasonable rates for both the Company and customers within Cities; and, WHEREAS, Cities have exclusive original jurisdiction over rates, operations, and services of an electric utility in areas in the municipality pursuant to Tex. Util. Code § 33.001; and, WHEREAS, Cities have standing in each case before the Public Utility Commission of Texas that relates to an electric utility providing service in the municipality pursuant to Tex. Util. Code § 33.025, and standing before each Federal Energy Regulatory Commission case in which the City may be affected pursuant to 18 C.F.R. § 385.214; and, WHEREAS, Cities are entitled to reimbursement by the utility of their reasonable rate case expenses to participate in cases that are deemed rate proceedings pursuant to Tex. Util. Code § 33.023. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this ordinance are hereby, in all things, approved and adopted; and, SECTION 1. The City of Beaumont shall participate with other Cities to intervene in ETI's various rate filings related to the various fuel cost surcharges and reconciliations, any interim or incremental surcharge proceedings or surcharge adjustments, and for any base rate adjustment proceedings or cost of service adjustments on file with the Public Utility Commission of Texas or with municipalities in 2017 and seek appropriate regulatory scrutiny in any case on file at the Federal Energy Regulatory Commission affecting the City and its residents. The City of Beaumont shall participate with other Cities to intervene in fuel or fuel related proceedings at the Public Utility Commission and the Federal Energy Regulatory Commission on file in 2017 concerning ETI's rates charged to Texas customers. All such actions shall be taken pursuant to the direction of the Cities' Steering Committee. Cities' Steering Committee shall have authority to retain rate consultants and lawyers. Cities' Steering Committee shall direct the actions of Cities' representatives in the above proceedings. The Steering Committee is directed to obtain reimbursement from ETI of all reasonable expenses associated with participation in said proceedings. SECTION 2. This Ordinance shall be effective from and after the date of its passage. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - ATTEST: City Secretary APPROVED AS TO FORM: 5 January 24, 2017 Consider a resolution acknowledging that Beaumont has more than twice the state average of units per capita supported by Tax Credits or private activity bonds and authorize the Housing Authority of the City of Beaumont to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for the proposed Housing Tax Credit (HTC) project known as St. Helena Square Apartments at 2020 Cottonwood, as well as offering expressed support for the proposed project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager �'fl3 PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution acknowledging that Beaumont has more than twice the state average of units per capita supported by Tax Credits or private activity bonds and authorize the Housing Authority of the City of Beaumont to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for the proposed Housing Tax Credit (HTC) project known as St. Helena Square Apartments at 2020 Cottonwood, as well as offering expressed support for the proposed project. BACKGROUND The Housing Authority of the City of Beaumont is seeking to submit their project, St. Helena Square Apartments at 2020 Cottonwood, to the Texas Department of Housing and Community Affairs (TDHCA) for the use of Housing Tax Credit (HTC) funds for the construction affordable housing. Currently, Beaumont has more than twice the state average of housing units supported by Tax Credits or private activity bonds per capita. As such, additional subsidized units could not be considered for this program by TDHCA unless the city acknowledges that Beaumont has more than twice the state average of subsidized housing units per capita and offers support for the project, as provided for § 11.3(b) of the Qualified Allocation Plan and as required by §2306.6703(A)(4) of the Texas Administrative Code. In addition, projects that receive additional resolutions of "no objection" or "support", as outlined under §2306.6710(b)(1)(b) of the Texas Government Code, can receive up to seventeen (17) points during the evaluation process of their projects by TDHCA. During a recent Work Session on this issue Council Member At -large Pate and Council Member Samuel requested that the St. Helena project be considered for support. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. WHEREAS The Housing Authority of the City of Beaumont. has proposed a development for affordable rental housing at 2020 Cottonwood named St. Helena Square Apartments in the City of Beaumont and WHEREAS The Housing Authority of the City of Beaumont. has communicated that it intends to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for 2017 Housing Tax Credits or Private Activity Bonds for St. Helena Square Apartments. It is hereby RESOLVED, that as provided for in §11.3(b) of the Qualified Allocation Plan, it is expressly acknowledged and confirmed that the City of Beaumont has more than twice the state average of units per capita supported by Housing Tax Credits or Private Activity Bonds, specifically Comptetive 9% Housing Tax Credits for St. Helena Square Apartments and FURTHER RESOLVED, that the City of Beaumont hereby supports the proposed St. Helena Square Apartments, and confirms that its governing body has voted specifically to approve the construction of the Development and to authorize an allocation of Housing Tax Credits for the Development pursuant to Texas Government Code §2306.6703(a)(4), and FURTHER RESOLVED, that as provided for in §11.9(d)(1) of the Qualified Allocation Plan and in accordance with Texas Government Code §2306.6710(b) that the City of Beaumont, acting through its governing body, hereby confirms that it Supports the proposed St. Helena Square Apartments located at 2020 Cottonwood and that this formal action has been taken to put on record the opinion expressed by the City of Beaumont on January 24, 2017, and FURTHER RESOLVED, that the construction of St. Helena Square Apartments will enable the City and the Housing Authority of the City of Beaumont to implement the Concerted Revitalization Plan for the North End that meets the specified objectives of the HOPE VI Revitalization Plan, Texas A&M University Plan, City Consolidated Plan and other applicable adopted City plans. FURTHER RESOLVED that for and on behalf of the Governing Body, The City Manager is hereby authorized, empowered, and directed to certify these resolutions to the Texas Department of Housing and Community Affairs. RESOLUTION NO. WHEREAS, The Housing Authority of the City of Beaumont has proposed a development for affordable rental housing at 2020 Cottonwood named St. Helena Square Apartments in the City of Beaumont; and, WHEREAS, The Housing Authority of the City of Beaumont has communicated that it intends to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for 2017 Housing Tax Credits or Private Activity Bonds for St. Helena Square Apartments; 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 as provided for in §11.3(b) of the Qualified Allocation Plan, it is expressly acknowledged and confirmed that the City of Beaumont has more than twice the state average of units per capita supported by Housing Tax Credits or Private Activity Bonds, specifically Competitive 9% Housing Tax Credits for St. Helena Square Apartments; and, BE IT FURTHER RESOLVED THAT the City of Beaumont hereby supports the proposed St. Helena Square Apartments, and confirms that its governing body has voted specifically to approve the construction of the Development and to authorize an allocation of Housing Tax Credits for the Development pursuant to Texas Government Code §2306.6703(a)(4); and, BE IT ALSO RESOLVED THAT as provided for in §11.9(d)(1) of the Qualified Allocation Plan and in accordance with Texas Government Code §2306.6710(b) that the City of Beaumont, acting through its governing body, hereby confirms that it supports the proposed St. Helena Square Apartments located at 2020 Cottonwood and that this formal action has been taken to put on record the opinion expressed by the City of Beaumont on January 24, 2017; and, BE IT ALSO RESOLVED THAT the construction of St. Helena Square Apartments will enable the City and the Housing Authority of the City of Beaumont to implement the Concerted Revitalization Plan for the North End that meets the specified objectives of the HOPE VI Revitalization Plan, Texas A&M University Plan, City Consolidated Plan and other applicable adopted City plans; and BE IT ALSO RESOLVED THAT the construction of St. Helena Square Apartments will enable the City and the Housing Authority of the City of Beaumont to implement the Concerted Revitalization Plan for the North End that meets the specified objectives of the HOPE VI Revitalization Plan, Texas A&M University Plan, City Consolidated Plan and other applicable adopted City plans; and BE IT ALSO RESOLVED THAT St. Helena Square Apartments contributes more than any other proposed project to the concerted revitalization efforts of the City of Beaumont; and, BE IT ALSO RESOLVED THAT for and on behalf of the governing body, the City Manager is hereby authorized, empowered, and directed to certify these resolutions to the Texas Department of Housing and Community Affairs. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - T" January 24, 2017 Consider a resolution acknowledging that Beaumont has more than twice the state average of units per capita supported by Tax Credits or private activity bonds and authorize Herman & Kittle Properties, Inc. to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for the proposed Housing Tax Credit (HTC) project known as Old Dowlen Cottages at 4167 Old Dowlen, as well as offering expressed support for the proposed project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager C,f4? PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution acknowledging that Beaumont has more than twice the state average of units per capita supported by Tax Credits or private activity bonds and authorize Herman & Kittle Properties, Inc. to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for the proposed Housing Tax Credit (HTC) project known as Old Dowlen Cottages at 4167 Old Dowlen, as well as offering expressed support for the proposed project. BACKGROUND Herman & Kittle Properties, Inc. are seeking to submit their project, Old Dowlen Cottages at 4167 Old Dowlen, to the Texas Department of Housing and Community Affairs (TDHCA) for the use of Housing Tax Credit (HTC) funds for the construction affordable housing. Currently, Beaumont has more than twice the state average of housing units supported by Tax Credits or private activity bonds per capita. As such, additional subsidized units could not be considered for this program by TDHCA unless the city acknowledges that Beaumont has more than twice the state average of subsidized housing units per capita and offers support for the project, as provided for § 11.3(b) of the Qualified Allocation Plan and as required by §2306.6703(A)(4) of the Texas Administrative Code. In addition, projects that receive additional resolutions of "no objection" or "support", as outlined under §2306.6710(b)(1)(b) of the Texas Government Code, can receive up to seventeen (17) points during the evaluation process of their projects by TDHCA. During a recent Work Session on this issue Council Member Guidroz and Council Member Samuel requested that Old Dowlen Cottages be considered for support. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. WHEREAS Herman & Kittle Properties, Inc. has proposed a development for affordable rental housing at 4167 Old Dowlen Road named Old Dowlen Cottages in the City of Beaumont and WHEREAS Herman & Kittle Properties, Inc. has communicated that it intends to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for 2017 Housing Tax Credits or Private Activity Bonds for Old Dowlen Cottages It is hereby RESOLVED, that as provided for in §11.3(b) of the Qualified Allocation Plan, it is expressly acknowledged and confirmed that the City of Beaumont has more .than twice the state average of units per capita supported by Housing Tax Credits or Private Activity Bonds, specifically Comptetive 9% Housing Tax Credits for Old Dowlen Cottages and FURTHER RESOLVED, that the City of Beaumont hereby supports the proposed Old Dowlen Cottages, and confirms that its governing body has voted specifically to approve the construction of the Development and to . authorize an allocation of Housing Tax Credits for the Development pursuant to Texas Government Code §2306.6703(a)(4), and FURTHER RESOLVED, that as provided for in §11.9(d)(1) of the Qualified Allocation Plan and in accordance with Texas Government Code §2306.6710(b) that the City of Beaumont, acting through its governing body, hereby confirms that it Supports the proposed Old Dowlen Cottages located at 4167 Old Dowlen Road and that this formal action has been taken to put on record the opinion expressed by the City of Beaumont on January 24, 2017, and FURTHER RESOLVED that for and on behalf of the Governing Body, The City Manager is hereby authorized, empowered, and directed to certify these resolutions to the Texas Department of Housing and Community Affairs. RESOLUTION NO. WHEREAS, Herman & Kittle Properties, Inc. has proposed a development for affordable rental housing at 4167 Old Dowlen Road named Old Dowlen Cottages in the City of Beaumont; and, WHEREAS, Herman & Kittle Properties, Inc. has communicated that it intends to submit an application to the Texas Department of Housing and Community Affairs (TDHCA) for 2017 Housing Tax Credits or Private Activity Bonds for Old Dowlen Cottages, 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 as provided for in §11.3(b) of the Qualified Allocation Plan, it is expressly acknowledged and confirmed that the City of Beaumont has more than twice the state average of units per capita supported by Housing Tax Credits or Private Activity Bonds, specifically Competitive 9% Housing Tax Credits for Old Dowlen Cottages; and, BE IT FURTHER RESOLVED THAT the City of Beaumont hereby supports the proposed Old Dowlen Cottages, and confirms that its governing body has voted specifically to approve the construction of the Development and to authorize an allocation of Housing Tax Credits for the Development pursuant to Texas Government Code §2306.6703(a)(4); and, BE IT ALSO RESOLVED THAT as provided for in §11.9(d)(1) of the Qualified Allocation Plan and in accordance with Texas Government Code §2306.6710(b) that the City of Beaumont, acting through its governing body, hereby confirms that it Supports the proposed Old Dowlen Cottages located at 4167 Old Dowlen Road and that this formal action has been taken to put on record the opinion expressed by the City of Beaumont on January 24, 2017, and, BE IT ALSO RESOLVED THAT for and on behalf of the governing body, the City Manager is hereby authorized, empowered, and directed to certify these resolutions to the Texas Department of Housing and Community Affairs. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - �l January 24, 2017 Consider a resolution approving an agreement with Richard James, III, and The Sports Society for American Health to hold the 2017 Gusher Marathon on March 4, 2017 TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution approving an agreement with Richard James, III, and The Sports Society for American Health to hold the 2017,Gusher Marathon on March 4, 2017. BACKGROUND In recent years it has become very popular for organizations to hold fun runs, 5K runs, color runs and marathons for fundraisers or to promote health and wellness in the city. The Sports Society for American Health held its first Gusher Marathon in May of 2010 and has held one annually since that time. The marathon, like many others, is not a City -sponsored event and as such any costs incurred for police traffic control, street cleanup, street barricading, etc., performed by employees of the City of Beaumont on overtime are billed to the organization hosting the event. The route for the marathon and the number of participants requires extensive traffic control and has resulted in approximately $42,000 in costs annually. Since the first marathon, payment of this amount has been challenging for The Sports Society for American Health. As a result, the City requires a deposit of 50% of the estimated costs. The attached agreement allows for the balance to be paid in full by April 14, 2017. City Staff has met with Mr. James and in an effort to make the marathon cost effective for him, has determined it is best for the City to set up all of the required barricading and message boards as well as manning the intersections and picking up the barricades. With these additional services provided by the City, the estimate for the 2017 Gusher Marathon is $43,662 with a down payment required of $21,831 on or before February 10, 2017. An agreement is attached for your review. Page 2 Gusher Marathon 2017 January 24, 2017 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 Agreement between the City of Beaumont and Richard James III and The Sports Society for American Health, substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes, to hold the 2017 Gusher Marathon on March 4, 2017. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - RICH WITH OPPORTUNITY [I 17C A i 1111 C1 174( T• E• X• A* S January 24, 2017 Richard James III The Sports Society for American Health P.O. Box 608 Beaumont, TX 77704 Dear Mr. James: This correspondence comes as a proposed letter agreement regarding your Marathon scheduled for March 4, 2017. Your signature at the end of this letter agreeing to terms set forth below and your fulfillment of said terms in accordance with the dates stated will result in the issuance of a permit for the Marathon. Please understand that because the safety of the motoring and pedestrian public is of paramount concern, the City of Beaumont reserves the right to revoke any permit issued up to and including the day of the race and during the race. The estimated amount for this year's marathon is $43,662. You must make payment in the amount of $21,831 on or before Friday Februaa 10 2017 in order for a permit to be issued for the 2017 Gusher Marathon. The point of contact for the Marathon will be Captain Tim Ocnaschek, Emergency Management Coordinator. Please provide the required documents listed below to Capt. Ocnaschek and he will send them to the proper City departments. 1. A traffic control plan prepared by a Professional Engineer to TXDOT and Tim Ocnaschek immediately for their approval. 2. Provide the final approval from TXDOT for closure of the roadways and exits they control. Failure to provide the final approval may impact your ability to hold the event. 3. The City will coordinate barricades and cones with support of Gusher Marathon Event Management. 4. Provide a copy of a contract for emergency medical services. 5. Provide a copy of a contract for portable restrooms. 6. Provide a policy of liability insurance for the event showing the City of Beaumont as an additional insured. The policy should be a special event policy with coverages of $500,000 per occurrence, $1,000,000 in the aggregate. Finance Department • (409) 880-3789 • Fax (409) 880-3132 P.O. Box 3827 • Beaumont, Texas 77704-3827 EXHIBIT "A" 7. Provide either a plan using other resources or a contract to provide adequate transportation to gather participants when the route closes. 8. Present proof that any business owners affected by areas barricaded during the event have been notified and agree to limiting access to their establishment. 9. You are responsible for trash cleanup after the marathon is completed. You will be billed for the use of the City's sweepers if they are required to complete the cleanup. 10. Satisfaction of all other applicable terms and conditions of Article 20.06 of the Code of Ordinances, not specifically listed herein. 11. A reconciliation of all expenses will be completed within ten days after the event for purposes of determining the final balance due. The City would prefer that the balance be paid in full by April 14, 2017. If the balance is not paid in full, the remaining balance must be paid by May 5, 2017. Payments shall be made by cashiers check. 12. YOU AGREE TO INDEMNIFY AND HOLD HARMLESS THE CITY OF BEAUMONT, ITS OFFICIALS, EMPLOYEES AND REPRESENTATIVES AGAINST ANY CLAIMS, LOSSES OR LAWSUITS, IRRESPECTIVE OF FAULT, INCLUDING THE PAYMENT OF ATTORNEYS FEES AND COSTS INCURRED BY THE CITY, ITS OFFICIALS, EMPLOYEES AND REPRESENTATIVES ARISING OUT OF THE EVENT. 13. You understand and agree that the review and approval of any documents, plans or other instruments by any agency, entity, or person over whom the City of Beaumont has no authority or control may impact your ability to hold the event and that, IN SUCH EVENT, THE CITY OF BEAUMONT, ITS OFFICIALS, EMPLOYEES AND REPRESENTATIVES SHALL NOT BE LIABLE FOR ANY COSTS, EXPENSES OR DAMAGES YOU MAY INCUR AS A RESULT THEREOF. 14. You understand and agree that THIS IS THE COMPLETE AGREEMENT OF THE PARTIES. No other agreement, understanding, alteration, variation or other oral or written expression or representation, whether made before or after the marathon, shall be binding on the parties hereto unless and until such matter is reduced to writing and executed by the parties hereto. Additionally, you understand and agree that the failure of the City of Beaumont to insist upon the performance of any one or more of the terms or conditions of this letter agreement shall not be considered a waiver or relinquishment of the right of the City of Beaumont to insist on the future performance of said term or condition and that your obligation of future performance shall continue in full force and effect. Due to the nearness in time of the event, TIME IS OF THE ESSENCE and all required documents should be submitted no later than February 13, 2017. Thank you for your prompt attention to this matter. Please sign in the designated space below and return a signed original to the address below or you may return it electronically to tocnaschekgbeaumonttexas.pov on or before February 06, 2017. Finance Department • (409) 880-3789 • Fax (409) 880-3132 P.O. Box 3827 • Beaumont, Texas 77704-3827 Sincerely, Kyle Hayes City Manager I have read the foregoing letter agreement and do hereby affix my signature to this document agreeing to the terms and conditions set forth above herein. Richard James III The Sports Society for American Health Finance Department • (409) 880-3789 • Fax (409) 880-3132 P.O. Box 3827 • Beaumont, Texas 77704-3827 January 24, 2017 Consider a resolution authorizing eminent domain proceedings to acquire two properties off of Erie Street for access to city -owned property TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: January 24, 2017 REQUESTED ACTION: Council consider a resolution authorizing eminent domain proceedings to acquire two properties off of Erie Street for access to city -owned property. BACKGROUND The City of Beaumont is in the process of gaining access to city -owned property off of Erie Street. The City owns a 600 acre tract of land situated in the Christian Hillebrandt Survey, Abstract No. 28. Four parcels of land are needed for the purpose of transforming an existing private roadway to become a public street. The owners of two (2) properties have refused the offer to sell their property to the City for the appraised market value. The subject property was appraised by Bishop Real Estate Appraisers as described: Exhibit A 30 foot (0.337 acre) wide strip of land out of and a part of that certain Frank J. Morrell 47 acre tract, situated in the James Row Survey, Abstract No. 45 Exhibit C 30 foot (0.318 acre) wide strip of land out of and part of that certain Frank J. Morrell 22.6 acre tract, situated in the James Row Survey, Abstract No. 45 Owner(s): Paul Victor Morrell; Roy John Morrell, II; and Roy John Morrell, D.C., as Independent Executor of the Estate of Clint William Morrell, Deceased and as Trustee of the Clint William Morrell Testamentary Trust; and Lois Elaine Morrell, as to a life estate Appraised Value: $36,300.00 for both parcels Staff has made several contacts with the owners in an attempt to negotiate the acquisition of the property. The owners of the property have refused to accept the appraised value for their property. Since the owners have refused to sell the property to the City for the appraised market value, it is necessary to initiate proceedings in eminent domain to acquire the property. In order to authorize the exercise of eminent domain to acquire property, a specific motion and record vote is necessary authorizing eminent domain proceedings to acquire the properties identified as Exhibits A and C owned by Paul Victor Morrell; Roy John Morrell, II; and Roy John Morrell, D.C., as Independent Executor of the Estate of Clint William Morrell, Deceased and as Trustee of the Clint William Morrell Testamentary Trust; and Lois Elaine Morrell, as to a life estate. FUNDING SOURCE Capital Reserve. RECOMMENDATION Approval of resolution. RESOLUTION NO. WHEREAS, the City Council of the City of Beaumont deems it necessary that the properties described below be acquired for the purpose of providing, locating, opening, constructing a public street or roadway; and, WHEREAS, the City Council has found that a public necessity exists requiring the hereinafter described properties: and, 30 foot (0.337 acre) wide strip of land out of and part of that certain Frank J. Morell 47 acre tract, situated in the James Row Survey, Abstract No. 45 30 foot (0.318 acre) wide strip of land out of and part of that certain Frank J. Morell 22.6 acre tract, situated in the James Row Survey, Abstract No. 45 Appraised Value: $36,300.00 for both properties Owners: Paul Victor Morrell; Roy John Morrell, II; and Roy John Morrell D.C., as Independent Executor of the Estate of Clint William Morrell, Deceased and as Trustee of the Clint William Morrell Testamentary Trust; and Lois Elaine Morrell, as to a life estate WHEREAS, the City Council deems it necessary to acquire the hereinafter described interests in and to the above described properties for the purpose of providing, locating, opening, constructing a public street or roadway and has found and determined that said interests in and to the above described land is suited for such uses and that it is necessary to acquire same for said uses by the use of the power of Eminent Domain; and, WHEREAS, the City of Beaumont, through its duly authorized representatives, has negotiated in good faith with the owners of the hereinafter above described land and has been unable to agree with the owners of such properties as to the fair market value thereof and damages, if any, and further negotiations for settlement have become futile and impossible; 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 and directed to file or cause to be filed against the owners of the above described parcels of land, and all claimants of any interest therein, proceedings in Eminent Domain to acquire fee simple title in and to the said parcels of land described in Exhibits "1" and "3" and shown on Exhibits "2° and "4," attached hereto and made a part hereof, the parcels of land being situated in Jefferson County, Texas for the public use of street or roadway in Jefferson County, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. - Mayor Becky Ames - W�PjRTECH'Rccogdzing the landmarks of the past.. setting our foresight towards the future with Advanced Geospatial Technology' LAND SURVEYORS, INC. Page 1 of 2 February 27, 2014 Surveyor's Field Note Description: 30 foot wide Right -of -Way (0.337 Acre) Texas Board of Professional Land Surveying Firm Registration No. 10105600 BEING a 30 foot wide strip of land out of and a part of that certain Frank J. Morrell called 47 acre tract, more fully described as Tract 1 recorded in Volume 1655, Page 47 of the Deed Records of Jefferson County, Texas. Said 30 foot wide strip of land being situated in the James Rowe Survey, Abstract No. 45, Jefferson County, Texas; COMAUNCING at a 1/2 inch iron pipe found at the Northeast comer of said Tract 1, same being the Easternmost Southeast comer of that certain Golden Triangle Gun Club, Inc. called 53.454 acre tract, more fully described and recorded in Clerk's File No. 9810725 of the Official Public Records of Jefferson County, Texas and being in the East line of said Rowe Survey, same being the West line of the J. A. Veatch Survey, Abstract No. 55; Thence South 02 deg. 03 min. 30 sec. East, a distance of 2257.36 feet to the POINT OF BEGINNING in the centerline of the herein described 30 foot wide Right-of-way and being in the West line of Erie Street (60 foot wide right-of-way); THENCE in a Southwesterly direction along and with the centerline of said 30 foot wide Right-of-way, being 15 feet on both sides, the following courses and distances: South 25 deg. 46 min. 54 sec. West, a distance of 7.65 feet to an angle point, South 12 deg. 01 min. 01 sec. West, a distance of 69.59 feet to an angle point; South 17 deg. 23 min. 35 sec. West, a distance of 31.87 feet to a point for corner at the beginning of a curve to the right; Southwesterly along and with said curve to the right, having a delta angle of 41 deg. 28 min. 34 sec., a radius distance of 150.00 feet, a chord bearing of South 38 deg. 07 min.. 52 sec. West, a chord distance of 106.23 feet and an arc distance of 108.58 feet to a point for corner; South 58 deg. 52 min. 09 sec. West, a distance of 274.73 feet to the POINT OF TERMINATION in the South line of said 47 acre tract, same being the North line of that certain Centana Intrastate Pipeline Company called 15.0018 acre tract of land, more fully described and recorded in Clerk's File No. 9740740 of said Official Public Records, from which a 5/8 inch iron rod found for the Southwest comer of said 47 acre tract, bears South 86 deg. 25 min. 40 sec. West, a distance of 529.47 feet. The herein described 30 foot wide Right -of -Way contains 0.337 acre (14673.1 square feet) of land, more or less and has a total length of 492.42 feet. ('This description is based upon a survey made on the ground under my direct supervision on February 12, 2014 and is being submitted along with a survey plat showing the property and facts found as described herein. AZI bearings are based upon the Texas Coordinate System of 1983 (CORS), South Central Zone 4204' (US Survey foot). All distances and acreages are surface with a combined adjustment factor of 1.00007 appliedy 0 s: gistered Professional Land gun0yor At � 4599 9id.�s;�gra�� SVoN EXHIBIT "'I" Corporate Office: 1480 Cornerstone Court Beaumont, Texas 77706 Tel: 409.866.9769 Fax: 409.866.7075 www.wortecii.com Vicinity Map Not to Scale Notes: All bearings are based upon the Texas Coordinate System of 1983 (CORS), South Central Zone '420,V (US Survey Foot). All distances and acreages are surface with a combined adjustment factor of 1.00007 applied. Submitting Information: City of Beaumont Beaumont, Texas 7T704 Attn: Antoinette Hardy EXHIBIT "A" Page 2 of 2 0.337 Acre 30' Right -of -Way 41 4 0' 50' 100' 200' Scale: 1"=100' Golden Triangle Gun Club, Inc. POC Called 53.454 Acres Fnd 1/2" Clerks File No. 9810725 I Pipe O.P.R.J.C. Site Address: co 8030 Erie St. Beaumont, Texas 77705 Curve Table Curve Radius Arc L th Chord Length Chord Bearirlg DeltaAnqle K I C1 150.00' 108.58' 106.23' S38-OT52-W 41"28'34° Line Table POB o Line Bearing I Distance 0 L1 S25'46'54"W 1 7.65' L2 S12'01'01"W 69.59'v Frank J. Morrell :. L3 S17"2335"W 31.87' Tract 1 L4 S58'S709°W 274.73' Called 47 Acras ty� I Total Distance 383.84' Vol. 1655, Pg. 47 / Abbreviations D.R.J.C. / / I. Iron Exhibit "A" l No. Number 0337Acre / 146731 Sq. Feet POC Point of Commencement POB Point of Beginning POT Point of Termination a �O. Vol. Volume Pg. Page / O.P.R.J.0 Official Public Records of / / N Called O.TT66 Acre Tract Jefferson County / / Duke Energy Field Services, Ina and D.RJ.C. Deed Records of Jefferson / / / / / Centana Intrastate Pipeline Company / File No. 9602340 Coup / / �o Clerk's O.P.R.J.C. Fnd 5/8""� / / 1. Rod I / r Com any /S86"Zb-4u-vv Fnd 172' Centan Called 1tate 8 Acres peline p i. Rod Clerks File No. 9740740 O.P.R.J.C. e� 5J� 5 Jeati� tea. a� J•P n5�� P Gladys City OIL Gas & Manufacturing Subdivision (Unrecorded) k E:dings and opinions of WORTECH Land surveyors, Inc reflected herein are privileged, confidential and Intended only for the use of the Individual or entity for whom this work was ed.Itisunderstood that the use of, reliance on, or reproduction of same, in whole or In part, by others without the express written Consent of WORTECH Land Surveyors, Inc is ted and without warranty, express or Implied. WORTECH Land Surveyors, Inc shall be held harmless against any damages or expenses resulting from such unauthorized use, or reproduction. Copyright 2014. All rights reserved.: 2014-001 Surveyors Certifica0on ook: ■ Date: 1 02/i a/14 WTYRTECH LAND SURVEYORS, INC. Texas Firm Registration No, 10105600 1480 Cornerstone Court Beaumont, Texas 77706 Tel: 409.866.9769 Fax: 409.866.7075 WWW. WOrtech.COm This doormen) not vagtl hmtoriginal seal and signatura V person .'Iyylrg EXHIBIT "2" The undersigned does hereby certify that this survey plat accurately represents an on the ground survey made under my direct supervision on February 12, 2014 and is being submitted along with the surveyor's field note description of the property shown hereon, which Ces In Jefferson County, Texas. W�PjRTECH "RecognVLing the landmarks of the past... setting our foresight towards the future wib Advanced Geospatial Technology' LAND SURVEYORS, INC. EXHBIT "C" (Part 1 of 2) Page 1 of 3 February 27, 2014 Revised September 28, 2016 Texas Board of Professional Land Surveying Firm Registration No. 10105600 Surveyor's Field Note Description: 30 foot wide Right -of -Way (0.318 Acre) BEING a 30 foot wide strip of land out of and a part of that certain Frank J. Morrell called 22.6 acre tract, more fully described and recorded in Volume 1706, Page 264 of the Deed Records of Jefferson County, Texas. Said 30 foot wide strip of land being situated in the C. Hillebrant Survey, Abstract No. 28, Jefferson County, Texas; COMllIENCING at a 5/8 inch iron rod with cap stamped "Leap" found at the Easternmost Southeast corner of said 22.6 acre tract, same being the Northeast comer of that certain Douglas McCraw called one acre tract of land more fully described and recorded in Clerk's File No. 2000044464 of the Official Public Records of Jefferson County, Texas and being in the West line of the Centana Intrastate Pipeline Company called 15.0018 acre tract, more fully described and recorded in Clerk's File No. 9740740 of said Official Public Records and the James Rowe Survey, Abstract No. 45, same being the East line of said C. Hillebrant Survey; Thence North 03 deg. 19 min. 47 sec. West along and with the East line of said 22.6 acre tract and Hillebrant Survey, same being the West line of said 15.0018 acre tract and James Rowe Survey, a distance of 215.01 feet to the POINT OF BEGINNING in the centerline of the herein described 30 foot wide Right-of-way; THENCE South 58 deg. 52 min. 09 sec. West along and with the centerline of said 30 foot wide Right- of-way, being 15 feet on both sides, a distance of , 461.42 feet to the POINT OF TERIVIINATION in the South line of said 22.6 acre tract, same being the North line of that certain Ronald L. Johnson, Michael L. Johnson and Dennis F. Johnson called 2.6 acres, more fully described and recorded in Film Code No. 105-14-1462 of said Official Public Records, from which said 5/8 inch iron rod with cap stamped "Leap", bears North 86 deg. 38 min. 33 sec. East, a distance of 408.16 feet. The herein described 30 foot wide Right -of -Way contains 0.318 acre (13843.0 square feet) of land, more or less and has a total length of 461.42 feet. ('Phis description is based upon a survey made on the ground under my direct supervision on February 12, 2014 and is being submitted along with a survey plat showing the property and facts found as described herein. All bearings are based upon the Texas Coordinate System of 1983 (CORS), South Central Zone `4204' (0S Survey foot). All distances and acreages are surface with -a combined adjustment factor of 1.00007 applied.) egistered Profe scion Land Surveyor ; s''•►,i- ,l. L SIMS, !R. S tf its � EXHIBIT "Y Corporate Office: 1480 Cornerstone Court Beaumont, Texas 77706 409.866.9769 Fax: 409.866.7075 www.wortecli.com WOO-Lj3a:POM'MMM S/0/1998'60t, :XPA 69/6'998'606 " 90/// sexal '4uowneag a.Jnoo 9uO4sjawO:) o9t T :aoy10 a4ejodJoO zo,fanznS pus'j uoissadozd pazalsrfa 671 (paBlddn L0000'Ifo aojoz�(ivaugnn pn pauzqucoo n q;16t aonfins arzn sa2naton pun saoungszp 1117 •(;ooh' da&tng Syj) poe,�,, auoz Zn4uaD r1jn09 `(SY03) £86I P uza;sdg aInugp r00D snxal atp uodn pasnq a [n s2uz tnaq IIV •uia zazl pagz,rosap sn punof sjonj pun dpadbad aq; 2WeKogs jnld dan zns n q;!&t ffuo1n pappcgns ffutaq sz pun #TOZ `ZI dfannzgay uo uotszduadns joagp dia iapun punoj2 azy uo apnuc dCaAans n uodn pasnq sz uoydizaagap sir1,) •Iaad S6 E8 d° TOaaI Iel°l e seq pue ssal zo azora `pull do (Iaad azenbs 9-8 15Z) azoe 8S0'0 sureluoo Af A-jo-Ig2r apyA Iood pE paquosap utazaq oU •laad 6Z'6tL-T° oouelsrp e `IsaiW •oas 61 •una 6E '20P 98 glnoS szeaq `loezl azoe 9•ZZ plesdo zauzoo isomWos agI zod punod odrd uoxr gout Z/I-I E q°Iq& a1o4 `I°E.4 azoe 05'E8IZ Presdo aur[ WoN oqI �uraq aures `loe.4 azoe 9'ZZ plusdo outl glnos OT M 1\IOILVISIIAI2IaL 90 .LNUOd agl oI 'Iaad S6'E8 do aouelsrp e `sapls gloq uo load S1 2uloq `X -em jo -1'Vr2l aPl� I°Od 08 Pres do auTlzaluao agl glrnl pue �uole Isar oas 60 urea ZS '�aP 8S nOS �aNaff L `,ie�n o-Ig�rg apron Iood pE paquosap u onq ogldo ourizaluoo oql Lq O� Ogg AO ZAIIOd agl of Iaad VI.6E d° aauelsrp e `Iou4 azoe 9'ZZ Pres do 0ml Iseg lsouruzaglnOS oql 2uraq aures `Ioezl azoe 97 PIPSJO auq Iso jW agl glrM pue 2uole Isar 'oas 85'uTm OZ •tap Co LpoN oouagL `spz000,j ollgnd Ierogp ppsdo 8SZ0-£0-EOI -ON opoD mFj le papzooaz pue. paquosap ,�Ilrg azour `sazoe OS' £8I Z Palls° luoumeog do ,flro uplzao legl do aur[ WON agI ur 5ulaq pue `sexas, `,Llunoo uoszaddal do sp000d oggnd Ierogp oql do Z9bI-t l-S0I 'ON apOD arll3 ui papzooaz pue paquosap Xllnd azour sazou 9'Z polleo uosugor '3 smuaQ pus uosugor 'Z loegorW `uosugor •Z pleuoZj urelzao legldo zauzoo lsamgltnoS agI 2uloq aures `loezl woe 9 -ZZ plesdo zauzoo lseaglnoS IsouruzaglnoS oql le punod «dVgti, padurels deo gllnn poz uozr gout 8/S e le JI�II�I�T�iiUiIOD `sexad, `,,clunoa uoszaddar `8Z 'ON loezlsgV `fanznS Iuezg011rg 'D agl ur palenlrs 2uroq puel do dizls eprnn ;O0j OE Pres 'sexaZ `,�4unoD uoszaddardo spzooa-g paaQ agldo V9Z 02ud `90LI aumloA ur papzooaz pue pagrzosop �ljng azour `pezl azoe 9 -ZZ Pane° llauoW •r 3luezd uielzao Iegldo lzed e puedo Ino pueldo dols oprn� food OE e f)Mag (azoy 850'0) xet`d °-1 r2I aprnl food OE41D anrsnloxg :uorlduosaQ aloin PIarA s,zoXanms Edo Za2ed (z J0 Z4jud) «D» LIM-4xa 009SOTOT 'ON u014eJ4si6ad LWU 6ujAamnS pue-I leuoissadO_id dO PJe09 sexaL t,IOZ `8 XInf PaslnaZl t,IOZ `LZ Xmn.zga3 'DNI `S2i0,kR -d IS (INV -1 .ino1ouyoel Jegedsoae paauenpN ynae aJnjry ayl soJemq jydiswoy Jno Bu-Tas ""sed ey}lo sVeurpuej ayl bumuboaaau JLlf4'- �-g Subject Tracts � Vicinity Map Not to Scale 9 Fnd 5 Rzh,Ht "Cn I. Rod Part 2 0.058 Acre P01 2518.6 Sq. Feet S58°52'09"W 8395' y S86'3519"W 749 29' Fnd 1-1/2' / I. Pipe nnm Notes: All bearings are based upon the Texas Coordinate System of 1983 (CORS), South Central Zone '4204' (US Survey Foot). All distances and acreages are surface with a combined adjustment factor of 1.00007 applied. Submitting Information: City of Beaumont Beaumont, Texas 77704 Attn: Antoinette Hardy Site Address: 8030 Erie St Beaumont, Texas 77705 EXHIBIT 'ICtt Page 3 of 3 (Part 1) 0.318 Acre 30' Right of -Way (Part 2) 0.058 Acre 30' Right -of -Way 0' 100' 200'. 400' Scale: 1=200' Frank J. Morrell I Tract 1 Frank J. Morrell _rim Called 47 Acres "o��act�o Frank J. Morrell G Pp9 Called 22.6 Acres I D.R.J.C. Vol. 1706, Pg. 264 �bit"Cr D.R.J.C. Fnd 5 Rzh,Ht "Cn I. Rod Part 2 0.058 Acre P01 2518.6 Sq. Feet S58°52'09"W 8395' y S86'3519"W 749 29' Fnd 1-1/2' / I. Pipe nnm Notes: All bearings are based upon the Texas Coordinate System of 1983 (CORS), South Central Zone '4204' (US Survey Foot). All distances and acreages are surface with a combined adjustment factor of 1.00007 applied. Submitting Information: City of Beaumont Beaumont, Texas 77704 Attn: Antoinette Hardy Site Address: 8030 Erie St Beaumont, Texas 77705 EXHIBIT 'ICtt Page 3 of 3 (Part 1) 0.318 Acre 30' Right of -Way (Part 2) 0.058 Acre 30' Right -of -Way 0' 100' 200'. 400' Scale: 1=200' Frank J. Morrell Vol. 1655, Pg. 47 D.R.J.C. I Tract 1 Frank J. Morrell _rim Called 47 Acres Tract 2 mFF��� Vol. 1655, Pg. 47 North 1/2 of POC I D.R.J.C. Called 452 Acres �bit"Cr POT Vol. 1655, Pg. 47 D.R.J.C. w/cap stamped "Leap" I. Iron No. Ja�P�pyti� POC POB 1 �bit"Cr POT Point of Termination Part 1 0.318 Aae Volume 13843.0 Sq. Feet Page O.P.R.J.0 Centana Intrastate ice/ 9 Pipeline Company Called 15.0018 Acres C.F..0 —ii (I O.P.R.J.C. 321.39 y� vow Ronald L Johnson, Michael L Johnson / and Dennis F. Johnson Called 2.6 Acres ' F.C. No. 105-14-1462 03"20'58'W O.P.R.J.C. 39.14' — City of Beaumont Caped 2183.50 A— Film Code No. 103-03-0258 O.P.R.J.C. E 408.16' -✓ j Douglas McCraw I POC Called 1.000 Acre Fnd 5/8" I. Rod C.F. No. 20000444641 w/cap stamped "Leap" O.P.RJ.C. I Fnd 5/8' I. Rod Abbreviations w/cap stamped "Leap" I. Iron No. Number POC Point of Commencement POB Point of Beginning POT Point of Termination Vol. Volume Pg. Page O.P.R.J.0 Official Public Records of Jefferson County — D.R.J.C. Deed Records of Jefferson County F.C. Film Code NOTICE: The findings and opinions of WORTECH Land surveyors, Inc reflected herein are privileged, confidential and Intended only for the use of the Individual or entity for whom this work was prepared. R is understood that the use of, reliance on, or reproduction of same, in whole or in part, by others without the express written consent of WORTECH Land surveyors, Inc is prohibited and without warranty, express or Implied. WORTECH Land Surveyors, Inc shall be held harmless against any damages or expenses resultlng ham such unauthorlmd use, reliance or reproduction. Copyright 2014. All rights reserved. Job No: 2014-001 Field Book �Date�02118/144 Final Issue WPRTECH LAND SURVEYORS, INC. Texas Firm Registration No, 10105600 1480 Cornerstone Court Beaumont, Texas 77706 Tel: 409.866.9769 Fax: 409.866,7075 Wv.'W. Wortech.Com Revised July 8,2014 ' Surveyor's Certification This dommentnotval dwAhoulodginal sml and aynahua ofpcam oarrdying The undersigned does hereby certify that this survey plat accurately represents an on the ground survey made under my direct supervision on February 12, 2014 and is being submitted along with the surveyor's field note description of the property shown hereon, which lies In Jefferson County, Texas. EXHIBIT 'A" Legend By Property Owner Uaesown BENNETT D L BENSON ARTHUR BERNARD JR CENTANA NTRASTATE PL LLC CRY Of BEAUMONT COX JERRY W DCP MIDSTREAM LLC DCP MIDSTREAM LP GLADYS CITY COMPANY AGENTS GOLDEN TRIANGLE GUN CLUB INC: HIJILLEBRANDIT MAGDALENE JEFFERSON COUNTY D D S JOHNSON RONALD L A MICHAEL : '• L"XNBERG CORA MRS MARSHALL W 5 MCCRAW DOUGLAS MERENO!"o MORRIS MOORE ROGER G MORRELL FRANK J QUINN 8 E ET AL REDMAN FRANK EST FRITTER JAMES P RITTER JAMES P JR RITTER RANCH L L C SHAW WANDA VAYE UNDERHA_1 ROYAL 8 YWLKER ROBERT ELBERT SR EST . :T{ WEST RODNEY VNICENT SR ift♦ M GEO JR S SOL wHrrE WHITE OEO W JRA SOL WMTE 'A - IN 0 no 600 IAA 1,500 Fe« DISCLAIMER: This product is a graphic reprossinlsUOn c( Bre Me shorn heron It does not reprssant an v►the-ground survey, is not a Survey Product and only represents the approximate location of property boundaries and/ot natural rnd man-made Matures. This product does not oordorm to a Class A. GtSILIS Survey Product as deaned In Category 1D of the TSPS Manual of Pf*CWA and Wit not be relied upon for uses w'upl could affect the heaalth. safety and weffue of the penem� public Parcel Data Source Jefferson County Appraisal District 2013 PARCEL OWNERSHIP MAP WART E C H esumc`M Texas 7770 I Besvrrl0r>L. Texas ]77063t3a6 LAND SURVEYORS, INC. TeLa09BW9769 Fxr409.a6A.7075 www.wonechXom Drawn By RLW Date: 08/1512013 Rev 0