Loading...
HomeMy WebLinkAboutPACKET APR 25 2017BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 25, 2017 1:30 P.M. CONSENT AGENDA * Approval of minutes — April 11, 2017 * Confirmation of committee appointments Brenda Green Dalcore will fill the unexpired term of Connie Patterson on the Convention and Tourism Advisory Board. The term would commence April 25, 2017 and expire September 30, 2017. (Mayor Pro Tem Robin Mouton) A) Approve the purchase of two Ambulance Stretchers and three Power Load Systems for use in the Emergency Medical Services (EMS) Division B) Approve a one year contract with DMJ Landscaping of Port Arthur for the grounds maintenance of Martin Luther King, Jr. Parkway C) Authorize the City Manager to enter into a contract with the Department of Housing and Urban Development for the Continuum of Care (CoC) Grant as well as Triangle Aids Network as a sub -recipient of the grant D) Approve a resolution supporting Entergy Texas Inc.'s application to the Public Utility Commission of Texas to build the Montgomery County Power Station RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT Brenda Green Dalcore is appointed to the Convention and Tourism Advisory Board to fill the unexpired term of Connie Patterson. The term will commence April 25, 2017 and expire September 30, 2017. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - 0 TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution approving the purchase of two (2) Ambulance Stretchers and three (3) Power Load Systems for use in the Emergency Medical Service (EMS) division. BACKGROUND The Ambulance Stretchers and Power Load Systems will be purchased from Stryker EMS Equipment of Portage, Michigan, in the amount of $96,987.78. This equipment will assist EMS personnel in minimizing and/or eliminating their amount of physical strain. Pricing was obtained from Stryker EMS Equipment as a sole source provider. FUNDING SOURCE Capital Reserve Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of two (2) Ambulance stretchers and three (3) Stryker Power -Load systems for use by Beaumont Emergency Medical Services (EMS) from Stryker EMS Equipment, of Portage, Michigan, a sole source provider, in the amount of $96,987.78. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - H541M I TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer I/ MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution approving a one (1) year contract with DMJ Landscaping of Port Arthur for the grounds maintenance of Martin Luther King, Jr. Parkway. BACKGROUND DMJ Landscaping will provide grounds maintenance of approximately 81 acres of right-of-way and medians along Martin Luther King, Jr. Parkway. The maintained area includes both east and west sides of the Parkway for a distance of approximately 4.9 miles beginning north of IH 10 near Plum Street southward to Kingsley Drive and excludes the area between Adams Street and Alabama Avenue which is maintained by Lamar University. Formal bids were requested from fourteen (14) vendors; four (4) responded. DMJ Landscaping responded with a total annual bid of $83,575.80. This represents a $6,627.50 increase in the price of this contract over the last contract. Specifications allow for a one (1) year contract with the option of two (2) renewals of a one (1) year term at the same pricing as the awarded contract. Bid tabulation is attached. FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were solicited for a one (1) year contract with annual renewal options not to exceed two (2) renewals for grounds maintenance of Martin Luther King, Jr. Parkway, and, WHEREAS, DMJ Landscaping, of Port Arthur, Texas, submitted a bid in the amount of $83,575.80 as shown on Exhibit "A" attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by DMJ Landscaping, of Port Arthur, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, That the bid submitted by DMJ Landscaping, of Port Arthur, Texas, for a one (1) year contract with annual renewal options not to exceed two (2) renewals for grounds maintenance of Martin Luther King, Jr. Parkway in the amount of $83,575.80, as shown on Exhibit "A" attached hereto, be accepted by the City of Beaumont. THAT the City Manager be and he is hereby authorized to execute a contract with DMJ Landscaping, of Port Arthur, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - 0 m X 111 ONT BEA,UMON* PURCHASING DIVISION BID^TABULAT ON .......-_-..-...---....... 'Y S X Vendor Bid Name: Grounds Maintenance for the Martin Luther King, Jr. Parkway Bid Number: TF0217-05 Bid Opening: Thursday, April 13, 2017 @ 2:00 P.M. Contact Person: Terry Welch, Senior Buyer Beaumont, Tx twel cha beau monttexas. g ov Preven Jones Phone: 409-880-3107 0 m X 111 DMJ Landscaping Superior Lawn Service, Inc. GARDEN OF GETHSEMANE NURSERY & LANDSCAPE, LLC Beaumont Products & Services Vendor City / State Port Arthur, Tx Beaumont, Tx Beaumont, Tx Beaumont, Tx Preven Jones Dickie Brocato Micheal Alfred Steve Havard Contact Fax: 866-8485 Fax: 813-2553 Fax 832-5033 Work Cycles Price per Extended Price Price per Extended Price Price per Extended Price Price per Extended Price Description per year Work Cycle (per year) Work Cycle (per year) Work Cycle (per year) Work Cycle (per year) Section I. Entire Work Area 22 $1,698.901 $37,375.80 Si'000.00 `022,000-00 51,800.00 $39,600.00 51,800.00 $39,600.00 Section ti. Medians and Triangles 44 $200.00 $8,800.00 $700.00 $30,800.00 $405.00 $17,820.00 $450.00 $19,800.00 All Other Work Area 22 $800.00 $17,600.00 $1,050.00 $23,100.00 $1,179.00 525,938.00 $1,000.00 $22,000.00 Section Ili. Medians and Triangles 44 $150.00 $6,600.00 $420.00 $18,480.00 $405.00 $17,820.00 5450.00 $19,800.00 All Other Work Area 22 $600.00 $13,200.00 $300.00 $6,600.00 $720.00 $15,840.00 $800.00 $17,600.00 $83,575.80 $100,980.00 $117,01800A 7 $118,800.00 TOTAL BID PRICE 0 m X 111 c BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, Ci Manager S PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to enter into a contract with the Department of Housing and Urban Development for the Continuum of Care (CoC) Grant as well as Triangle Aids Network as a sub -recipient of the grant. BACKGROUND The City of Beaumont, as the lead agency, receives a renewal grant allocation of Continuum of Care Grant funds from the U.S. Department of Housing and Urban Development (HUD). Formerly known as the Shelter Plus Care (S+C) Program, the Program has been consolidated with other HUD competitive homelessness assistance grant programs, including the Supportive Housing Program (SHP) and the Section 8 Moderate Rehabilitation/Single Room Occupancy (SRO) Program, to create the new Continuum of Care (CoC) Program. The funds assist homeless individuals with disabilities, as well as their families. These individuals primarily include those with serious mental illness, chronic problems with alcohol and/or drugs, and HIV/AIDS or related diseases. The City of Beaumont, in conjunction with Triangle Aids Network, will provide Tenant -Based Rental Assistance (TRA) to area homeless individuals that have been diagnosed with HN/AIDS. The grant amount for rental and utility assistance is $138,300 and $8,444 for the administrative costs associated with administering the program. The City of Beaumont will monitor the program and reimburse Triangle Aids Network (TAN) for all eligible costs associated with the program. J FUNDING SOURCE 2016 Continuum of Care Grant. RECOMMENDATION Approval of resolution. Page 1 of 2 "' FW: FY 2016 CoC Renewal TX0219L6E071609 Elo, Mary M §t to: 'cboone@Beaumonttexas.gov', 'jpatillo@BeaumontTexas..gov' 04/13/2017 03:16 PM Cc: "crobinson@BeaumontTexas.gov", "Logan, Darrell C", "Reynolds, Debbie" Hide Details From: "Elo, Mary M" <Mary.M.Elo@hud.gov> To: "'cboone@Beaumonttexas.gov"' <cboone@Beaumonttexas.gov>, "'jpatillo@BeaumontTexas.gov"' <jpatillo@BeaumontTexas.gov> Cc: "crobinson@BeaumontTexas.gov" <crobinson@BeaumontTexas.gov>, "Logan, Darrell C" <Darrell.C.Logan@hud.gov>, "Reynolds, Debbie" <Debbie.Reynolds@hud.gov> 1 Attachment City of Beaumont TX0219L6E071609 PY 2016 CoC grant agreement rev.pdf Mr. Christopher S. Boone, AICP Director of Planning & Community Development City of Beaumont SUBJECT: Transmittal of FY 2016 Continuum of Care (CoC) Grant Agreement Program: CoC Program: (CoC: TX -607) - Permanent Housing (PH) Project Number: TX0219L6E071609 Project Name: Shelter Plus Care (S+C) Congratulations on the conditional selection for funding in the amount of $146;744.00 under the Department of Housing and Urban Development's (HUD) Fiscal Year (FY) 2016 CoC Housing Program. Addressing homelessness is one of the Department's top priorities and your project will make a significant contribution toward the continuum of care system in your community. The attached file containing the Continuum of Care Program Grant Agreement and Exhibit 1 Scope of Work for FY2016 Competition permits the processing of the FY 2016 renewal grant. Please print three copies of the Continuum of Care Program Grant Agreement and Scope of Work Exhibit for FY 2016 Competition. Date and sign each copy with an original signature and return to this office within 30 days of receipt of this email. The mailing address is: US Department of Housing and Urban Development Office of Community Planning and Development 1301 Fannin, Suite 2200 Houston, TX 77002 Once the signed agreements are received, the agreement will be signed and dated by a HUD approving official. One fully executed copy will be sent to you for your official records. NOTE: No funds can be disbursed for this project until the fully executed agreement has been received in your office. The obligations for the CoC funds toward this renewal project are: a. Rental Assistance $138,300 file:///C:[Users/j oannp/AppData/Local/Temp/notes5683AF/-web7469.htm 4/13/2017 Page 2 of 2 b. Administration $8,444 Thank you for your commitment to assisting homeless persons. If you have any questions regarding how to proceed with this renewal grant or if additional information is needed, please let me know. Mary Elo file:///C:/Users/joannp/AppData/Local/Temp/notes5683AF/—web7469.htm 4/13/2017 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a contract, substantially in the form attached hereto as Exhibit "1," with the United States Department of Housing and Urban Development (HUD) to receive up to $146,744 for the Continuum of Care (CoC) Grant through the U. S. Department of Housing and Urban Development; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract, substantially in the form attached hereto as Exhibit "2," with Triangle Area Network as sub -recipient of the Continuum of Care (CoC) Grant. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - QV- P do U.S. Department of Housing and Milli Urban Development Office of * * Community Planning and Development a �z 1301 Fannin Street Suite 2200 IIIIIII Houston, TX 77002 �eRIV DEVELde Tax ID No.: 74-6000278 CoC Program Grant Number: TX0219L6E071609 Effective Date: DUNS No.: 073901118 CONTINUUM OF CARE PROGRAM GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and City of Beaumont (the "Recipient"). This Agreement is governed by title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act") and the Continuum of Care Program rule (the "Rule"). The terms "Grant " or "Grant Funds" represents the funds that are provided under this Agreement. The term "Application" means the application submissions on the basis of which the Grant was approved by HUD, including the certifications, assurances, and any information or documentation required to meet any grant award condition. All other terms shall have the meanings given in the Rule. The Application is incorporated herein as part of this Agreement, except that only those project listed, and only in the amount listed on the Scope of Work exhibit, are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Exhibit 1, the FY2016 Scope of Work, is attached hereto and made a part hereof. If in the future appropriations are made available for Continuum of Care grants; if the Recipient applies under a Notice of Funds Availability published by HUD; and, if pursuant to the selection criteria in the Notice of Funds Availability, HUD selects Recipient and one or more projects listed on Exhbit 1 for renewal, then additional Scope of Work exhibits may be attached to this Agreement. Those additional exhibits, when attached, will also become a part hereof. The effective date of the Agreement shall be the date of execution by HUD and it is the date the usage of funds under this Agreement may begin. Each project will have a performance period that will be listed on the Scope of Work exhibit(s) to this Agreement. For renewal projects, the period of performance shall begin at the end of the Recipient's final operating year for the project being renewed and eligible costs incurred for a project between the end of the Recipient's final operating year under the grant being renewed and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. For each new project funded under this Agreement, the Recipient and HUD will set an operating start date in eLOCCS, which will be used to track expenditures, to establish the project performance period and to determine when a project is eligible for renewal. The Recipient hereby authorizes HUD to insert the project performance period for new projects into the exhibit without the Recipient's signature, after the operating start date is established in eLOCCS. This Agreement shall remain in effect until termination either: 1) by agreement of the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the final performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of funds for all projects funded under this Agreement. www1ud.gov esoanol md.aov Page 1 EXHIBIT "V Recipient agrees: 1. To ensure the operation of the project(s) listed on the Scope of Work in accordance with the provisions of the Act and all requirements of the Rule; 2. To monitor and report the progress of the project(s) to the Continuum of Care and HUD; 3. To ensure, to the maximum extent practicable, that individuals and families experiencing homelessness are involved, through employment, provision of volunteer services, or otherwise, in constructing, rehabilitating, maintaining, and operating facilities for the project and in providing supportive services for the project; 4. To require certification from all subrecipients that: a. Subrecipients will maintain the confidentiality of records pertaining to any individual or family that was provided family violence prevention or treatment services through the project; b. The address or location of any family violence project assisted with grant funds will not be made public, except with written authorization of the person responsible for the operation of such project; c. Subrecipients will establish policies and practices that are consistent with, and do not restrict, the exercise of rights provided by subtitle B of title VII of the Act and other laws relating to the provision of educational and related services to individuals and families experiencing homelessness; d. In the case of projects that provide housing or services to families, subrecipients will designate a staff person to be responsible for ensuring that children being served in the program are enrolled in school and connected to appropriate services in the community, including early childhood programs such as Head Start, part C of the Individuals with Disabilities Education Act, and programs authorized under subtitle B of title VII of the Act; e. The subrecipient, its officers, and employees are not debarred or suspended from doing business with the Federal Government; and f. Subrecipients will provide information, such as data and reports, as required by HUD; 5. To establish such fiscal control and accounting procedures as may be necessary to assure the proper disbursal of, and accounting for grant funds in order to ensure that all financial transactions are conducted, and records maintained in accordance with generally accepted accounting principles, if the Recipient is a Unified Funding Agency; 6. To monitor subrecipient match and report on match to HUD; 7. To take the educational needs of children into account when families are placed in housing and will, to the maximum extent practicable, place families with children as close as possible to their school of origin so as not to disrupt such children's education; 8. To monitor subrecipients at least annually; 9. To use the centralized or coordinated assessment system established by the Continuum of Care as required by the Rule. A victim service provider may choose not to use the Continuum of Care's centralized or coordinated assessment system, provided that victim service providers in the area use a centralized or coordinated assessment system that meets HUD's minimum requirements; www1udxov esnanollud.Page 10. To follow the written standards, developed by the Continuum of Care, for providing Continuum of Care assistance, including those required by the Rule; 11. Enter into subrecipient agreements requiring subrecipients to operate the project(s) in accordance with the provisions of this Act and all requirements of the Rule; and 12. To comply with such other terms and conditions as HUD may have established in the applicable Notice of Funds Availability. HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Application, unless HUD is otherwise advised in writing. Recipient notifications to HUD shall be to the HUD Field Office responsible for executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. The Agreement constitutes the entire agreement between the parties hereto, and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.eov espanollud.gov Page 3 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development (Signature) Darrell C. Logan, Program Manager (Typed Name and Title) (Date) RECIPIENT City of Beaumont (Name of Organization) 0 (Signature of Authorized Official) (Typed Name and Title of Authorized Official) Date www.hud.gov esyanol.hud.gov Page 4 Tag ID No.: 74-6000278 CoC Program Grant Number: TX0219L6E071609 Effective Date: DUNS No.: 073901118 EXHIBIT 1 SCOPE OF WORK for FY2016 COMPETITION 1. The projects listed on this Scope of Work are governed by the Continuum of Care Program Interim Rule attached hereto and made a part hereof as Exhibit 1 a. Upon publication for effect of a Final Rule for the Continuum of Care program, the Final Rule will govern this Agreement instead of the Interim Rule. The projects listed on this Exhibit at 4., below, is also subject to the terms of the Notice of Funds Availability for the fiscal year listed above. 2. The Continuum that designated the Recipient to apply for grant funds has not been designated a high performing community by HUD for the applicable fiscal year. 3. The Recipient is not the only Recipient for the Continuum of Care. HUD's total funding obligation for this grant is $_146744_, allocated between budget line items, as indicated in 4., below. In accordance with the Rule, the Recipient is prohibited from moving more than 10% from one budget line item in a project's approved budget to another without a written amendment to this Agreement. 4. Subject to the terms of this Agreement, HUD .agrees to provide the Grant funds, in the amount specified for the project application listed, to be used during the performance period established below. However, no funds for new projects may be drawn down by Recipient until HUD has approved site control pursuant to the Rule and no funds for renewal projects may be drawn down by Recipient before the end date of the project's final operating year under the grant that has been renewed. Project No. Performance Period Total Amount TX02191,6E071609 02-01-2017 - 01-31-2018 $ 146744 Allocated between budget line items as follows: a. Continuum of Care planning activities $ b. UFA costs $ 0 c. Acquisition $ 0 d. Rehabilitation $ 0 e. New construction $ 0 f. Leasing $ 0 g. Rental assistance $ 138300 (of which $ 0 is for short-term and medium-term rental assistance for persons at risk of homlessness) h. Supportive services $ 0 i. Operating costs $ 0 j. Homeless Management Information System $ 0 wivw.hud.eov espanol.hud.gov I'aee 5 k. Administrative costs $ 8444 1. Relocation Costs $ 0 m. Housing relocation and stabilization $ 0 services 5. If grant funds will be used for payment of indirect costs, pursuant to 2 CFR 200, Subpart E - Cost Principles, the Recipient is authorized to insert the Recipient's federally recognized indirect cost rates (including if the de minimis rate is charged per 2 CFR §200.414) on the attached Federally Recognized Indirect Cost Rates Schedule, which Schedule shall be incorporated herein and made a part of the Agreement. No indirect costs may be charged to the grant by the Recipient if their federally recognized cost rate is not listed on the Schedule. Do not include indirect cost rates for Subrecipients; however, Subrecipients may not charge.indirect costs to the grant if they do not also have a federally recognized indirect cost rate. 6. The following project has not been awarded project -based rental assistance for a term of fifteen (15) years. Funding is provided under this Scope of Work for the performance period stated in paragraph 4. Additional funding is subject to the availability of annual appropriations. 7. Program income earned during the grant term shall be retained by the recipient and used for eligible activities. Program income may also be counted as match. www.hud.gov espanol.hud.gov Page 6 Tax ID No.: 74-6000278 CoC Program Grant Number: TX0219L6E071609 Effective Date: DUNS No.: 073901118 FEDERALLY RECOGNIZED INDIRECT COST RATE SCHEDULE Grant No. Recipient Name Indirect cost rate Cost Base www.hud.gov espanollud.eov Page 7 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development (Signature). Darrell C. Logan, Program Manager (Typed Name and Title) (Date) RECIPIENT City of Beaumont (Name of Organization) (Signature of Authorized Official) (Typed Name and Title of Authorized Official) Date v♦Av.hud.gov espanol.hud.Qov Page 8 ;PTCA WIT;, nrro?k Tr N1TT RAMON* T • E • Z • ♦ • $ AGREEMENT BETWEEN THE CITY OF BEAUMONT AND TRIANGLE AREA NETWORK 0 O"OMM" This Agreement is made and entered into between the City of Beaumont, Texas, hereinafter referred to as CITY, and Triangle Area Network, hereinafter referred to as SUBRECIPIENT pursuant to the authority of Resolution 17- , passed by the Beaumont City Council on 2017. This assistance will be funded in whole by the U.S. Department of Housing and Urban Development, Continuum of Care Program. WHEREAS, City has designated the Department of Community Development Block Grants Administration responsible for the administration of this Agreement and all matters pertaining thereto; and; WHEREAS, the Continuum of Care Program (CoQ is authorized by Title IV, subtitle F, of the Stewart B. McKinney Homeless Assistance Act (the McKinney Act) (42 U.S.C. 11403- 11407b). CoC is designed to provide rental assistance, in connection with supportive services for hard -to -serve homeless persons with disabilities (primarily those who are seriously mentally ill; have chronic problems with alcohol, drugs, or both; or have acquired immunodeficiency syndrome (AIDS) and related diseases) and their families; WHEREAS, the U.S. Department of Housing and Urban Development has awarded CITY a grant in the amount of $146,744.00 under the FY2016 Continuum of Care TRA Program, grant #TX0219L6E071609-TRA, to administer and provide tenant -based rental assistance (TRA) of (17) scattered site units for a period of one year, and; WHEREAS, in the FY16 grant CITY has engaged SUBRECIPIENT as the agency that would administer the rental assistance subsidies provided under the program; NOW, THEREFORE, the parties hereto agree, and by the execution hereof are bound to the mutual obligations and the performance and accomplishment of the conditions hereinafter described. 1. TERM Subject to the provisions of this Grant Agreement, the CITY will make funding assistance available to SUBRECIPIENT upon execution of the Grant Agreement by both parties. The grant period will extend from the 1St day of February, 2017 through the 31St day of January, 2018 unless sooner terminated in accordance with Section 25, Termination. EXHIBIT "2" 2. RESPONSIBILITIES SUBRECIPIENT hereby accepts the responsibility for the performance of all services and activities described as set forth in Exhibit A, and incorporated herein by reference, in a satisfactory and efficient manner as determined by CITY, in accordance with the terms herein. CITY will consider SUBRECIPIENT's Executive Officer to be SUBRECIPIENT's representative responsible for the management of all contractual matter pertamimghereto, unless written notification to the contrary is received from SUBRECIPIENT, and approved by CITY. Pursuant to receiving the equivalent amount of fund from the U.S. Department of Housing and Urban Development, The City has allocated the sum of $146,744.00 to be expended under this contract. Unless an amendment to this contract otherwise provides, that amount shall in no event be exceeded and the City shall under no circumstance be required to pay in excess of that amount. The CITY'S CDBG Manager will be CITY'S representative responsible for the administration of this Agreement. 3. CITY'S OBILIGATION A. Limit of Liability. CITY will reimburse SUBRECIPIENT for expenses incurred pursuant and in accordance with the project budget attached hereto as Exhibit C and the Statement of Work herein attached as Exhibit A and incorporated herein by reference. Notwithstanding any other provision of the Agreement, the total of all payments and other obligations made or incurred by CITY hereunder shall not exceed the sum of $146,744.00. B. Measure of Liability. In consideration of full and satisfactory services and activities hereunder by SUBRECIPIENT and receipt of a request for payment with appropriate documentation of expenditures, CITY shall make payments to SUBRECIPIENT based on the Project Budget attached hereto and incorporated herein for all purposes as Exhibit C, subject to the limitations and provisions set forth in this Section and Section 7 of this Agreement. Payments may be contingent upon certification of the SUBRECIPIENT'S financial management system in accordance with the standards specified in OMB Circular A-110, attached hereto as Exhibit D and incorporated herein by reference. 1. The parties expressly understand and agree that the CITY'S obligations under this Section are contingent upon the actual receipt of adequate Shelter Plus Care (S+C) funds to meet CITY'S liabilities under this Agreement. If adequate funds are not available to make payments under this Agreement, CITY shall notify SUBRECIPIENT in writing within a reasonable time after such fact has been determined. CITY may, at its option, either reduce the amount of its liability, as specified in Subsection A of this Section or terminate the Agreement. If S+C funds eligible for use for purposes of this Agreement are reduced, CITY shall not be liable for further payments due to SUBRECIPIENT under this Agreement 2. It is expressly understood that this Agreement in no way obligates the General Fund or any other monies or credits of the City of Beaumont. 3. CITY shall not be liable for any cost or portion thereof which: (a) has been paid, reimbursed or is subject to payment or reimbursement, from any other source; (b) was incurred prior to the beginning date, or, without prior approval from CITY, after the ending date specified in Section 1; (c) is not in strict accordance with the terms of this Agreement, including all exhibits attached hereto; (d) reimbursement from CITY has not been requested within 90 calendar days following billing to SUBRECIPIENT, or termination of the Agreement, whichever date is earlier; or (e) is not an allowable cost as defined by Section 10 of this Agreement or the project budget. 4. CITY shall not be liable for any cost or portion thereof which is incurred with respect to any activity of SUBRECIPIENT requiring prior written authorization from CITY, or after CITY has requested that SUBRECIPIENT furnish data concerning such action prior to proceeding further, unless and until CITY advises SUBRECIPIENT to proceed. 5. CITY shall not be obligated or liable under this Agreement to any party other than SUBRECIPIENT for payment of any monies or provision of any goods or services. 4. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS A. SUBRECIPIENT understands that funds provided pursuant to this Agreement are funds which have been made available to CITY by the Federal Government (U.S. Department of Housing and Urban Development) under the Title IV, Subtitle F, of the Stewart B. McKinney Homeless Assistance Act, as amended, in accordance with an approved Grant Application and specific assurances. The foregoing is in no way meant to constitute a complete compilation of all duties imposed upon SUBRECIPIENT by law or administrative ruling, or to narrow the standards which SUBRECIPIENT must follow. SUBRECIPIENT further assures and. certifies that if the regulations and issuances promulgated pursuant to the Act are amended or revised, it shall comply with them, or notify CITY, as provided in Section 23 of this Agreement. SUBRECIPIENT agrees to abide by the conditions of and comply with the requirements of the Office of Management and Budget Circulars Nos. A-110, A-122, A-87 and A-133 as applicable. B. SUBRECIPIENT shall comply with all applicable federal laws, laws of the State of Texas, ordinances of the City of Beaumont and local program requirements. C. SUBRECIPIENT is required to comply with the applicable uniform administrative requirements as described in 24 CFR 582 and 24 CFR 582.400 subpart E Exhibit B, with the exceptions noted below: SUBRECIPIENT does not assume CITY'S environmental responsibilities described at CFR 582.230; and 2. SUBRECIPIENT does not assume the CITY'S responsibility for initiating the review process under the provisions of 24 CFR Part 582. 5. REPRESENTATIONS A. SUBRECIPIENT assures and guarantees that it possesses the legal authority, pursuant to any proper, appropriate and official motion, resolution or action passed or taken, to enter into this Agreement. B. The person or persons signing and executing this Agreement on behalf of SUBRECIPIENT, does hereby warrant and guarantee that he, she, or they have been fully authorized by SUBRECIPIENT to execute this Agreement on behalf of SUBRECIPIENT and to validly and legally bind SUBRECIPIENT to all terms, performances and provisions herein set forth. ;ITY shall have the right, at its option, to either temporarily suspend or permanently -rminate this Agreement if there is a dispute as to the legal authority of either VBRECIPIENT or the person signing the Agreement to enter into this Agreement. ;UBRECIPIENT is liable to CITY for any money it has received from CITY for erformance of the provisions of this agreement if CITY has suspended or terminated this ,greement for the reasons enumerated in this Section. D. SUBRECIPIENT agrees that the funds and resources provided SUBRECIPIENT under the terms of this Agreement will in no way be substituted for funds and resources from other sources, nor in any way serve to reduce the resources, services, or other benefits which would have been available to, or provided through, SUBRECIPIENT had this Agreement not been executed. 6. PERFORMANCE BY SUBRECIPIENT SUBRECIPIENT will provide, oversee, administer, and carry out all of the activities and services set out in the Statement of Work, attached hereto and incorporated herein for all purposes as Exhibit A, utilizing the funds described in the Project Budget, Exhibit C, attached, hereto and incorporated herein for all purposes and deemed by both parties to be necessary and sufficient payment for full and satisfactory performance of the program, as determined solely by CITY and in accordance with all other terms, provisions and requirements of this Agreement. No modifications or alterations may be made in the Statement of Work without the prior written approval of the City's Community Development Grants Administrator. 7. PAYMENTS TO SUBRECIPIENT A. Payments to SUBRECIPIENT. The CITY shall pay to the SUBRECIPIENT a maximum amount of money totaling $146,744.00 for services rendered under this Agreement. CITY will pay these funds on a reimbursement basis to the SUBRECIPIENT within thirty days after CITY has received approved supporting documentation of eligible expenditures. SUBRECIPIENT'S failure to request reimbursement on a timely basis may jeopardize present or future funding. Funds are to be used for the sole purpose of providing services described in the Statement of Work herein attached as Exhibit A and based on the Project Budget herein attached as Exhibit C. B. Excess Payment. SUBRECIPIENT shall refund to CITY within ten working days of CITY'S request, any sum of money which has been paid by CITY and which CITY at any time thereafter determines: 1. has resulted in overpayment to SUBRECIPIENT; or 2. has not been spent strictly in accordance with the terms of this Agreement; or 3. is not supported by adequate documentation to fully justify the expenditure. C. Disallowed Costs: Upon termination of this Agreement, should any expense or change for which payment has been made be subsequently disallowed or disapproved as a result of any auditing or monitoring by CITY, the U. S. Department of Housing and Urban Development, or any other Federal agency, SUBRECIPIENT will refund such amount to CITY within ten working days of a written notice to SUBRECIPIENT, which specifies the amount disallowed. Refunds of disallowed costs may not be made from these or any funds received from or through CITY. D. Reversion of Assets. Upon expiration of this Agreement, SUBRECIPIENT shall transfer to the CITY any CoC/SPC funds on hand at the time of expiration and any accounts receivable attributable to the use of CoC/SPC funds. If CITY finds that SUBRECIPIENT is unwilling and/or unable to comply with any of the terms of this Contract, CITY may require a refund of any and all money expended pursuant to this Contract by SUBRECIPIENT, as well as any remaining unexpended funds which shall be refunded to CITY within ten working days of written notice to SUBRECIPIENT to revert these financial assets. The revision of these financial assets shall be in addition to any other remedy available to CITY either at law or in equity for breach of this Contract. 8. WARRANTIES SUBRECIPIENT represents and warrants that: A. All information, reports and data heretofore or hereafter requested by CITY and furnished to CITY, are complete and accurate as of the date shown on the information, data, or report, and, since that date, have not undergone any significant change without written notice to CITY. B. Any supporting financial statements heretofore requested by CITY and furnished to CITY, are complete, accurate and fairly reflect the financial condition of SUBRECIPIENT on the date shown on said report, and the results of the operation for the period covered by the report, and that since said date, there has been no material change, adverse or otherwise, in the financial condition of SUBRECIPIENT. C. No litigation or legal proceedings are presently pending or threatened against SUBRECIPIENT. D. None of the provisions herein contravene or are in conflict with the authority under which SUBRECIPIENT is doing business or with the provisions of any existing indenture or agreement of SUBRECIPIENT. E. SUBRECIPIENT has the power to enter into this Agreement and accept payments hereunder, and has taken all necessary action to authorize such acceptance under the terms and conditions of this Agreement. F. None of the assets of SUBRECIPIENT are subject to any lien or encumbrance of any character, except for current taxes not delinquent, except as shown in the financial statements furnished by SUBRECIPIENT to CITY. G. Each of these representations and warranties shall be continuing and shall be deemed to have been repeated by the submission of each request for payment. 9. COVENANTS A. During the period of time that payment may be made hereunder and so long as any payments remain unliquidated, SUBRECIPIENT shall not, without the prior written consent of the Community Development Administrator or his authorized representative: 1. Mortgage, pledge, or otherwise encumber or suffer to be encumbered, any of the assets of SUBRECIPIENT now owned or hereafter acquired by it, or permit any pre-existing mortgages, liens, or other encumbrances to remain on, or attached to any assets of SUBRECIPIENT which are allocated to the performance of this Agreement and with respect to which CITY has ownership hereunder. 2. Sell, assign, pledge, transfer or otherwise dispose of accounts receivables, notes or claims for money due or to become due. 3. Sell, convey, or lease all or substantial part of its assets. 4. Make any advance or loan to, or incur any liability for any other firm, person, entity or corporation as guarantor, surety, or accommodation endorser. 5. Sell, donate, loan or transfer any equipment or item of personal property purchased with funds paid to SUBRECIPIENT by CITY, unless CITY authorizes such transfer. B. SUBRECIPIENT agrees, upon written request by CITY, to require its employees to attend training sessions sponsored by the Community Development Division. 10. ALLOWABLE COSTS A. Costs shall be considered allowable only if incurred directly and specifically in the performance of and in compliance with this Agreement and in conformance with the standards and provisions of Exhibits A and C. B. Approval of SUBRECIPIENT'S project budget, Exhibit C, does not constitute prior written approval, even though certain items may appear herein. CITY'S prior written authorization is required in order for the following to be considered allowable costs: 1. CITY shall not be obligated to any third parties, including any subrecipients of SUBRECIPIENT, and CITY funds shall not be used to pay for any contract service extending beyond the expiration of this Agreement. 2. Out of town travel. 3. Any alterations or relocation of the facilities on and in which the activities specified in Exhibit A are conducted. 4. Any alterations, deletions or additions to the Personnel Schedule incorporated in Exhibit C. 5. Costs or fees for temporary employees or services. 6. Any fees or payments for consultant services. 7. Fees for attending out of town meetings, seminars or conferences. Written requests for prior approval are SUBRECIPIENT'S responsibility and shall be made within sufficient time to permit a thorough review by CITY. SUBRECIPIENT must obtain written approval by CITY prior to the commencement of procedures to solicit or purchase services, equipment, or real or personal property. Any procurement or purchase which may be approved under the terms of this Agreement must be conducted in its entirety in accordance with the provisions of this Agreement. C. Equipment purchased by SUBRECIPIENT will be affixed with an asset tag by a Community Development representative and will remain in inventory for a period of five (5) years. During inventory period the equipment, belonging to the Department of Housing and Urban Development is to be used to carry out the proposed activities described in the Statement of Work, Attachment A, and as such may not be sold, donated, or destroyed. After the inventory period, ownership of the equipment will revert to the SUBRECIPIENT with all rights thereof. 11. PROGRAM INCOME A. For purposes of this Agreement, program income means earnings of SUBRECIPIENT realized from activities resulting from this Agreement or from SUBRECIPIENT'S management of funding provided or received hereunder. Such earnings include, but are not limited to, income from interest, usage of rental or lease fees, income produced from contract -supported services of individuals or employees or from the use or sale of equipment or facilities of SUBRECIPIENT provided as a result of this Agreement, and payments from clients or third parties for services rendered by SUBRECIPIENT under this Agreement. B. SUBRECIPIENT shall maintain records of the receipt and disposition of program income in the same manner as required for other contract funds, and reported to CITY in the format prescribed by CITY. CITY and SUBRECIPIENT agree, that any fees collected for services performed by SUBRECIPIENT shall be used for payment of costs associated with service provision. Revenue remaining after payment of all program expenses for service provision shall be considered Program Income and shall be subject to all the requirements of this Agreement and the regulations found at CFR 24, Section 570.504. C. SUBRECIPIENT shall include this Section in its entirety in all of its sub -contracts which involve other income producing services or activities. D. It is SUBRECIPIENT'S responsibility to obtain from CITY a prior determination as to whether or not income arising directly or indirectly from this Agreement, or the performance thereof, constitutes program income. SUBRECIPIENT is responsible to CITY for the repayment of any and all amounts determined by CITY to be program income, unless otherwise approved in writing by CITY. 12. MAINTENANCE OF RECORDS A. SUBRECIPIENT agrees to maintain records that will provide accurate, current, separate, and complete disclosure of the status of funds received under this Agreement, in compliance with the provisions of Exhibit B, attached hereto, and with any other applicable Federal and State regulations establishing standards for financial management including OMB circulars A-87, A-110, A-122 and A-133 as applicable; Title 24 CFR Section 582 as it pertains to costs incurred, audits, program income, administration and other activities and functions. SUBRECIPIENT'S record system shall contain sufficient documentation to provide in detail full support and justification for each expenditure. Nothing in this Section shall be construed to relieve SUBRECIPIENT of fiscal accountability and liability under any other provision of this Agreement or any applicable law. SUBRECIPIENT shall include the substance of this provision in all subcontracts. B. SUBRECIPIENT agrees to retain all books, records, documents, reports and written accounting procedures pertaining to the operation of programs and expenditures of funds under this Agreement for five years after all funds have been expended. C. Nothing in the above subsections shall be construed to relieve SUBRECIPIENT of responsibility for retaining accurate and current records which clearly reflect the level and benefit of services provided under this Agreement. D. At any reasonable time and as often as CITY may deem necessary the SUBRECIPIENT shall make available to CITY, the U. S. Department of Housing and Urban Development, or any of their authorized representatives, all of its records and shall permit CITY, the U. S. Department of Housing and Urban Development, or any of their authorized representatives to audit, examine, make excerpts and copies of such records, and to conduct audits of all contracts, invoices, materials, payrolls, records of personnel, conditions or employment and all other data requested by said representatives. 13. REPORTS AND INFORMATION At such times and in such form as CITY may require SUBRECIPIENT shall furnish such statements, records, data and information as CITY may request and deem pertinent to matters covered by this Agreement. SUBRECIPIENT shall submit beneficiary and financial reports to the CITY, as requested, at least once and not to exceed quarterly during the program year. The beneficiary report shall detail client information, including race, income, female head of household and other statistics required by the CITY. The financial report shall include information and data relative to all programmatic and financial reporting as of the beginning date specified in Section 1 of this Agreement. Beneficiary and financial reports shall be due to CITY within 15 working days after request by CITY. Unless the CITY has granted a written exemption, SUBRECIPIENT shall submit a copy of any audit conducted by independent examiners in accordance with Generally Accepted Accounting Principles. If the SUBRECIPIENT receives more than $750,000 in federal funding, the audit must be conducted in accordance with OMB Circular A-133 as applicable. 14. MONITORING AND EVALUATION A. CITY shall perform on-site monitoring of SUBRECIPIENT'S performance under this Agreement. B. SUBRECIPIENT agrees that the CITY may carry out monitoring and evaluation activities to ensure adherence by SUBRECIPIENT to the Statement of Work attached hereto as Exhibit A, as well as other provisions of this Agreement. C. SUBRECIPIENT agrees to cooperate fully with the CITY in the development, implementation and maintenance of record-keeping systems and to provide data determined by the CITY to be necessary for the CITY to effectively fulfill its monitoring and evaluation responsibilities. D. SUBRECIPIENT agrees to cooperate in such a way so as not to obstruct or delay the CITY in such monitoring and to designate one of its staff to coordinate the monitoring process as requested by CITY staff. E. After each official monitoring visit, the CITY shall provide the SUBRECIPIENT with a written report of monitoring findings documenting findings and concerns that will require a written response to the CITY. An acceptable response must be received by the CITY within sixty (60) days from the SUBRECIPIENT'S receipt of the monitoring report or audit review letter. Future contract payments can be withheld for the SUBRECIPIENT'S failure to submit a response within sixty (60) days. F. The SUBRECIPIENT shall submit copies of any fiscal, management, or audit reports by any of the SUBRECIPIENT'S funding or regulatory bodies to the CITY within five working days of receipt by the SUBRECIPIENT. 15. DIRECTOR'S MEETINGS During the terms of this Agreement, at the request of the CITY, SUBRECIPIENT shall cause to be delivered to the CITY copies of all notices of meetings of its Board of Directors, setting forth the time and place thereof. Such notices, if so requested, shall be delivered to the CITY in a timely manner to give adequate notice, and shall include an agenda and a brief description of the matters to be discussed. SUBRECIPIENT understands and agrees that CITY representatives shall be afforded access to all of the Board of Directors meetings. Minutes of all meetings of the SUBRECIPIENT'S governing body shall be available, and upon request, be provided to the CITY within ten days after Board approval. f U11 6 W1T18)7\►Lei M A. SUBRECIPIENT shall observe sound business practices with respect to providing such bonding and insurance as would provide adequate coverage for services offered under this Agreement. B. The premises on and in which the activities described in Exhibit A are conducted, and the employees conducting these activities, shall be covered by liability insurance, commonly referred to as Owner/Tenant coverage with the CITY named as additional insured. Upon request of the SUBRECIPIENT, the CITY may, at its sole discretion, approve alternate insurance coverage arrangements. C. SUBRECIPIENT will comply with applicable workers compensation statues and will obtain employers liability coverage where available and other appropriate liability coverage for program participants, if applicable. D. SUBRECIPIENT will maintain adequate and continuous liability insurance on all vehicles owned, leased or operated by SUBRECIPIENT. All employees of SUBRECIPIENT who are required to drive a vehicle in the normal scope and course of their employment must possess a valid Texas driver's license and automobile liability insurance. Evidence of the employee's valid Texas driver's license and automobile liability insurance. Evidence of the employee's current possession of a valid license and insurance must be maintained on a current basis in SUBRECIPIENT'S files. E. Actual losses not covered by insurance as required by this Section are not allowable under this Agreement, and remain the sole responsibility of the SUBRECIPIENT. F. The policy or policies of insurance shall contain a clause which requires that the CITY and the SUBRECIPIENT be notified in writing of any cancellation or change in policy at least thirty (30) days prior to such change or cancellation. 17. CIVIL RIGHTS/EQUAL OPPORTUNITY A. SUBRECIPIENT shall comply with all applicable equal opportunity and affirmative action laws or regulations. The SUBRECIPIENT shall not discriminate against any employee or applicant for employment because of race, color, creed, religion, national origin, gender, age or disability. The SUBRECIPIENT will take affirmative action to insure that all employment practices are free from such discrimination. Such employment practices include but are not limited to the following: hiring, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. B. The SUBRECIPIENT agrees to comply with Title VI of the Civil Rights Act of 1964 as amended, Title VIII of the Civil Rights Act of 1968 as amended, Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, the Age Discrimination Act of 1975, Executive Order 11063 and Executive Order 11246 as amended by Executive Orders 11375 and 12086. C. SUBRECIPIENT will furnish all information and reports requested by the CITY, and will permit access to its books, records, and accounts for purposes of investigation to ascertain compliance with local, state and Federal rules and regulations. D. In the event of SUBRECIPIENT'S non-compliance with the non-discrimination requirements, the CITY may cancel or terminate this Agreement in whole or in part, and SUBRECIPIENT may be barred from further contracts with the CITY. 18. PERSONNEL POLICIES Personnel policies shall be established by the SUBRECIPIENT and shall be available for examination. Such personnel policies shall: A. Be in writing and shall be approved by the governing body of the SUBRECIPIENT and the CITY. 19. CONFLICT OF INTEREST A. SUBRECIPIENT covenants that neither it nor any member of its governing body presently has any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Agreement. SUBRECIPIENT further covenants that in the performance of this Agreement, no person having such interest shall be employed or appointed as a member of its governing body. B. SU13RECIPIENT further covenants that no member of its governing body or its staff, sub -recipients or employees shall possess any interest in or use his position for a purpose that is or gives the appearance of being motivated by desire for private gain for himself or others particularly those with which he has family, business, or other ties. C. No officer, member, or employee of the CITY and no member of its governing body who exercises any function or responsibilities in the review or approval of the undertaking or carrying out of this Agreement shall participate in any decision relating to the Agreement which affects his or her personal interest or the interest in any corporations, partnership, or association in which he or she has a direct or indirect interest. 20. NEPOTISM SUBRECIPIENT shall not employ in any paid capacity any person who is a member of the immediate family of any person who is currently employed by SUBRECIPIENT, or is a member of SUBRECIPIENT'S governing board. The term member of immediate family includes wife, husband, son, daughter, mother, father, brother, sister, in-laws, aunt, uncle, nephew, niece, step parent, step -child, half-brother and half-sister. 21. POLITICAL OR SECTARIAN ACTIVITY A. Neither the funds advanced pursuant to this Agreement, nor any personnel which may be employed by the SUBRECIPIENT with funds advanced pursuant to this Agreement shall be in any way or to any extent engaged in any conduct or political activity in contravention of Chapter 15 of Title 5 of the United States Code. B. The SUBRECIPIENT agrees that none of the funds or services provided directly or indirectly under this Agreement shall be used for any partisan political activity or to further the election or defeat of any candidate for public office, or for publicity, lobbying and/or propaganda purposes designed to support or defeat pending legislation. Employees of the SUBRECIPIENT connected with any activity that is funded in whole or in part by funds provided to SUBRECIPIENT under this Agreement may not under the term of this Agreement: 1. Use their official position or influence to affect the outcome of an election or nomination. 2. Solicit contributions for political purposes; or 3. Take an active part in political management or in political campaigns. SUBRECIPIENT hereby agrees to sign a Certification Regarding Lobbying included herein as Exhibit E and if necessary, the Disclosure of Lobbying Activities provided by the CITY. 22. PUBLICITY A. Where such action is appropriate, SUBRECIPIENT shall publicize the activities conducted by SUBRECIPIENT under this Agreement. In any news release, sign, brochure, or other advertising medium, disseminating information prepared or distributed by or for SUBRECIPIENT, the advertising medium shall state that the U. S. Department of Housing and Urban Development's Community Development Block Grant Program funding through the City of Beaumont has made the project possible. B. All published material and written reports submitted under this project must be originally developed material unless otherwise specifically provided in this Agreement. When material not originally developed is included in a report, the report shall identify the source in the body of the report or by footnote. This provision is applicable when the material is in a verbatim or extensive paraphrase format. All published material submitted under this project shall include the following reference on the front cover or title page: This document is prepared in accordance with the City of Beaumont's Community Development Block Grant Program, with funding received from the United States Department of Housing and Urban Development. C. All reports, documents, studies, charts, schedules or other appended documentation to any proposal, content of basic proposal, or contracts and any responses, inquires, correspondence and related material submitted by SUBRECIPIENT. 23. CHANGES AND AMENDMENTS A. Any alterations, additions or deletions to the terms of this Agreement shall be by written amendment executed by both parties, except when the terms of this Agreement expressly provide that another method shall be used. B. SUBRECIPIENT may not make transfers between or among approved line items within project budget categories set forth in Exhibit C without prior written approval of CITY. SUBRECIPIENT shall request, in writing, the budget revision in a form prescribed by CITY, and such request for revision shall not increase the total monetary obligation of CITY under this Agreement. In addition, budget revisions cannot significantly change the nature, intent or scope of the program funded under this Agreement. C. SUBRECIPIENT will submit revised budget and program information, whenever the level of funding for SUBRECIPIENT or the program(s) described herein is altered according to the total levels contained in any portion of Exhibit C. D. It is understood and agreed by the parties hereto that changes in the State, Federal or local laws or regulations pursuant hereto may occur during the term of this Agreement. Any such modifications are to be automatically incorporated into this Agreement without written amendment hereto, and shall become a part of the Agreement on the effective date specified by the law or regulation. E. CITY may, from time to time during the term of the Agreement, request changes in Exhibit A, which may include an increase or decrease in the amount of SUBRECIPIENT'S compensation. Such changes shall be incorporated in a written amendment hereto, as provided in Subsection A of this Section. F. Any alterations, deletion, or additions to the Contact Budget Detail incorporated in Exhibit C shall require the prior written approval of CITY. G. SUBRECIPIENT agrees to notify CITY of any proposed change in physical location for work performed under this Agreement at least thirty (30) calendar days in advance of the change. H. SUBRECIPIENT shall notify CITY of any changes in personnel or governing board composition. 24. SUSPENSION OF FUNDING Upon determination by CITY of SUBRECIPIENT'S failure to timely and properly perform each of the requirements, time conditions and duties provided herein, the CITY, without limiting any rights it may otherwise have, may, at its discretion, and upon ten working days written notice to SUBRECIPIENT, withhold further payments to SUBRECIPIENT. Such notice may be given by mail to the Executive Officer and the Board of Directors of SUBRECIPIENT. The notice shall set forth the default or failure alleged, and the action required for cure. The period of such suspension shall be of such duration as is appropriate to accomplish corrective action, but in no event shall it exceed thirty (30) calendar days. At the end of the suspension period, if CITY determines the default or deficiency has been satisfied, SUBRECIPIENT may be restored to full compliance status and paid all eligible funds withheld or impounded during the suspension period. If however, CITY determines that SUBRECIPIENT has not come into compliance, the provisions of Section 25 may be effectuated. 25. TERMINATION A. CITY may terminate this Agreement for cause under any of the following reasons or for other reasons not specifically enumerated in this paragraph. 1. SUBRECIPIENT'S failure to attain compliance during any prescribed period of suspension as provided in Section 24. 2. SUBRECIPIENT'S failure to materially comply with any of the terms of this Agreement. 3. SUBRECIPIENT'S violation of covenants, agreements or guarantees of this Agreement. 4. Termination or reduction of funding by the United States Department of Housing and Urban Development. 5. Finding by the CITY that SUBRECIPIENT a. Is in such unsatisfactory financial condition as to endanger performance under this Agreement. b. has allocated inventory to this Agreement substantially exceeding reasonable requirements; C. is delinquent in payment of taxes, or of costs of performance of this Agreement in the ordinary course of business. 6. Appointment of a trustee, receiver or liquidator for all or substantial part of SUBRECIPIENT'S property, or institution of bankruptcy, reorganization, rearrangement of or liquidation proceedings by or against SUBRECIPIENT. 7. SUBRECIPIENT'S inability to conform to changes required by Federal, State and local laws or regulations as provided in Section 4, and Section 23 (D), of this Agreement. 8. The commission of an act of bankruptcy. 9. SUBRECIPIENT'S violation of any law or regulation to which SUBRECIPIENT is bound or shall be bound under the terms of the Agreement. A. CITY shall promptly notify SUBRECIPIENT in writing of the decision to terminate and the effective date of termination. Simultaneous notice of pending termination may be made to other funding sources specified in Exhibit C. B. CITY may terminate this Agreement for convenience at any time. If CITY terminates the Agreement for convenience, SUBRECIPIENT will be paid an amount not to exceed the total of accrued expenditures as of the effective date of termination. In no event will this compensation exceed an amount which bears the same ratio to the total compensation as the services actually performed bears to the total services of SUBRECIPEINT covered by the Agreement, less payments previously made. C. SUBRECIPIENT may terminate this Agreement in whole or in part by written notice to CITY, if a termination of outside funding occurs upon which SUBRECIPIENT depends for performance hereunder. SUBRECIPIENT may opt, within the limitations of this Agreement, to seek an alternative funding source, with the approval of CITY, provided the termination by the outside funding source was not occasioned by a breach of contract as defined herein or as defined in a contract between SUBRECIPIENT and the funding source in question. SUBRECIPIENT may terminate this Agreement upon the dissolution of SUBRECIPIENT'S organization not occasioned by a breach of this Agreement. D. Upon receipt of notice to terminate, SUBRECIPIENT shall cancel, withdraw or otherwise terminate any outstanding orders or subcontracts, which relate to the performance of this Agreement. CITY shall not be liable to SUBRECIPIENT or SUBRECIPIENT'S creditors for any expenses, encumbrances or obligations whatsoever incurred after the termination date listed on the notice to terminate referred to in this paragraph. E. Notwithstanding any exercise by CITY of its right of suspension or termination, SUBRECIPIENT shall not be relieved of liability to CITY for damages sustained by CITY by virtue of any breach of the Agreement by SUBRECIPIENT, and CITY may withhold any reimbursement to SUBRECIPIENT until such time as the exact amount of damages due to CITY from SUBRECIPIENT is agreed upon or otherwise determined. ��CIY1�=�1=C�IsY1�C1]�[11�II Y 1130 jW1111LOV, 111 In the event that any claim, demand, suit or other action is made or brought by any person(s), firm, corporation or other entity against SUBRECIPIENT, SUBRECIPIENT shall give written notice thereof to CITY within two working days after being notified of such claim, demand, suit or other action. Such notice shall state the date and hour of notification of any such claim, demand, suit or other action, the names and addresses of the person(s), firm, corporation or other entity making such claim, or that instituted or threatened to institute any type of action or proceeding, the basis of such claim, action or proceeding, and the name of any person(s) against whom such claim is being made or threatened. Such written notice shall be delivered either personally or by mail. 27. INDEMNIFICATION A. It is expressly understood and agreed by both parties hereto that the CITY is contracting with the SUBRECIPIENT as an independent SUBRECIPIENT and that as such, SUBRECIPIENT shall save and hold CITY, its officers, agents and employees harmless from all liability of any nature or kind, including costs and expenses for, or on account of, any claims, audit exceptions, demands, suits or damages of any character whatsoever resulting in whole or in part from the performance or omission of any employee, agent or representative of SUBRECIPIENT. B. SUBRECIPIENT agrees to provide the defense for, and to indemnify and hold harmless CITY, its agents, employees, or SUBRECIPIENTs from any and all claims, suits, causes of action, demands, damages, losses, attorney fees, expenses, and liability arising out of the use of these contracted funds and program administration and implementation except to the extent caused by the willful act or omission of CITY, its agents, employees, or SUBRECIPIENTS. 28. NON -RELIGIOUS ACTIVITIES The SUBRECIPIENT will provide all services under this Agreement in a manner that is exclusively non -religious in nature and scope. There shall be no religious services, proselytizing, instruction or any other religious preference, influence or discrimination in connection with providing the services hereunder. 29. MISCELLANEOUS A. SUBRECIPIENT shall not transfer, pledge or otherwise assign this Agreement or any interest therein, or any claim arising thereunder, to any party or parties, bank, trust company or other financial institution without the prior written approval of CITY. B. If any provision of this Agreement is held to be invalid, illegal, or unenforceable, the remaining provisions shall remain in full force and effect and continue to conform to the original intent of both parties hereto. C. In no event shall any payment to SUBRECIPIENT hereunder, or any other act or failure of CITY to insist in any one or more instances upon the terms and conditions of this Agreement constitute or be construed in any way to be a waiver by CITY of any breach of covenant or default which may then or subsequently be committed by SUBRECIPIENT. Neither shall such payment, act, or omission in any manner impair or prejudice any right, power, privilege, or remedy available to CITY to enforce its rights hereunder, which rights, powers, privileges, or remedies are always specifically preserved. No representative or agent of CITY may waive the effect of this provision. D. This Agreement, together with referenced exhibits and attachments, constitutes the entire agreement between the parties hereto, and any prior agreement, assertion, statement, understanding or other commitment antecedent to this Agreement, whether written or oral, shall have no force or effect whatsoever; nor shall an agreement, assertion, statement, understanding, or other commitment occurring during the term of this Agreement, or subsequent thereto, have any legal force or effect whatsoever, unless properly executed in writing, and if appropriate, recorded as an amendment of this Agreement. E. In the event any disagreement or dispute should arise between the parties hereto pertaining to the interpretation or meaning of any part of this Agreement or its governing rules, codes, laws, ordinances or regulations, CITY as the party ultimately responsible to the U. S. Department of Housing and Urban Development for matters of compliance, will have the final authority to render or to secure an interpretation. F. For the purpose of this Agreement, all official communications and notices among the parties shall be deemed made if sent postage paid to the parties and addresses set forth below: TO CITY: TO SUBRECIPIENT: Mr. Kyle Hayes Ms. Dena Gray Hughes City Manager Executive Director City of Beaumont Triangle Area Network P. O. Box 3827 1495 N. 7t' Street Beaumont, TX 77704 Beaumont, TX 77702 G. This Agreement shall be interpreted in accordance with the laws of the State of Texas and venue of any litigation concerning this Agreement shall be in a court competent jurisdiction sitting in Jefferson County Texas. IN WITNESS OF WHICH this Agreement has been executed on this the of 12017. CITY OF BEAUMONT: BY: Kyle Hayes, City Manager Triangle Area Network (TAN): BY: Date ATTEST: BY: Tina Broussard, City Clerk ATTEST: BY: day L�] BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Chris Jarmon, Executive Assistant to the City Manager MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution supporting Entergy Texas Inc.'s application to the Public Utility Commission of Texas to build the Montgomery County Power Station. BACKGROUND Entergy Texas, Inc. has filed an application with the Public Utility Commission of Texas to construct a 993 megawatt gas-fired power plant known as the Montgomery County Power Station. The power plant, which is needed to meet future customer capacity requirements, has an estimated construction cost of $1 billion, will provide 750 onsite construction jobs, 25 permanent jobs, and will provide an estimated $1.7 billion in savings to Entergy customers over a 30 year period. Entergy is requesting a resolution from the City of Beaumont in support of this project. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of resolution. RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF BEAUMONT, TEXAS, IN SUPPORT OF A PROPOSAL BY ENTERGY TEXAS, INC. REGARDING THE APPLICATION OF ENTERGY TEXAS INC. TO AMEND ITS CERTIFICATE OF CONVENIENCE AND NECESSITY TO CONSTRUCT MONTGOMERY COUNTY POWER STATION IN MONTGOMERY COUNTY IN PUBLIC UTILITY COMMISSION OF TEXAS DOCKET NO. 46416. WHEREAS, on October 7, 2016, Entergy Texas, Inc. ("Entergy") filed an Application to Amend its Certificate of Convenience and Necessity to Construct Montgomery County Power Station, a new gas-fired generation facility to be located near Willis, Texas with the Public Utility Commission of Texas ("Commission"); and, WHEREAS, Entergy's economic analyses estimate that the Montgomery County Power Station will provide a $1.7 billion net benefit to customers over 30 years; and, WHEREAS, additional analyses indicate that the construction of the Montgomery County Power Station will provide significant economic impact to the State of Texas through the creation of new jobs and $1 billion in economic activity across the state; and, WHEREAS, City intervened at the Commission as part of the Entergy Service Area Cities' Steering Committee in Docket No. 46416 to review ETI's proposal; and, WHEREAS, the City of Beaumont, Texas is supportive of Entergy's application and finds that the construction of the Montgomery County Power Station is in the public interest; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: Section 1. That the statement and findings set out in the preamble to this resolution are hereby in all things approved and adopted. Section 2. The City of Beaumont, Texas hereby reaffirms its support for the construction of the Montgomery County Power Station. Section 3. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. Section 4. This resolution shall become effective from and after its passage. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 25, 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 1-6/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider a resolution authorizing the City Manager to execute Change Order No. 1 for the New Tennis Center Open and Covered Courts Project located at 6475 College Street 2. Consider a resolution authorizing the City Manager to execute Change Order No. 6, accept maintenance and authorize a final payment to Allco, LLC, for the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project 3. Consider a resolution authorizing the City Manager to execute Change Order No. 10, accept maintenance, and authorize a final payment to Allco, LLC, for the South Park Drainage Improvement Project 4. Consider a resolution authorizing the City Manager to execute Change Order No. 3, and accept maintenance for the South Park Area Water and Sanitary Sewer Improvement Project 5. Consider a resolution authorizing the City Manager to award a bid to Allco, LLC, for the Washington Boulevard Pavement Widening Project Phase II (Corporate Drive to Amarillo Street) 6. Consider a resolution authorizing a contract for property insurance coverage for various city owned buildings and assets. PUBLIC HEARING Dangerous Structures 7. Consider an ordinance declaring certain structures to be dangerous structures and ordering their removal within 10 days or authorizing the property owner to enroll the dangerous structure in a work program COMMENTS * Councilmembers/City Manager comment on various matters * Public Comment (Persons are limited to 3 minutes) Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Mitchell Normand at 880-3777. PUBLIC HEARING: April 25, 2017 Unsafe Substandard Structures Consider approval of an ordinance declaring certain structures to be unsafe substandard structures and ordering their removal within 10 days or authorizing the property owner to enroll the unsafe structure in a work program. 1. 1096 Alabama (steel structure) 2. 3590 Avenue B & shed 3. 555 Avenue C & shed 4. 2540 Blanchette 5. 850 Boyd & shed 6. 3040 Case 7. 975 Catalpa 8. 252 E Chapin 9. 2430 Clearview 10. 2510 College (commercial) 11. 3245 Corley 12. 5440 Dewberry 13. 1310 Doucette (auxiliary building only) 14. 1765 Earl 15. 3684 Edmonds 16. 1346 Euclid 17. 2275 Evalon (garage apartment) 18. 1240 Ewing 19. 2290 Fillmore (commercial) 20. 725 Fulton 21. 2150 Forrest 22. 2195 Franklin & garage 23. 1975 Glasshouse & garage 24. 1685 Goldsborough & aux bldgs 25. 2875 Goliad & shed 26. 4185 Grandberry (garage) 27. 2909 Gulf (commercial) 28. Address has been removed 29. 4215 Hester & auxiliary buildings 30. 1993 Ives (garage apartment) 31. 835 Jefferson (commercial) 32. 232 E Lavaca & shed 33. 2265 Leight 34. 2360 Liberty & garage 35. 3650 Lorilee 36. 2275 E Lucas & garage 37. 4660 Maddox 38. 1395 Magnolia 39. 3469 Magnolia 40. 3963 Magnolia (commercial) 41. 14 Mariposa 42. 4970 Metz & auxiliary buildings 43. 295 Myrna Loy & shed 44. Address has been removed 45. 4260 Park 46. 4495 Park & shed 47. 2720 Pennsylvania 48. 265 E Pipkin 49. 2450 Ranier & shed 50. 1440 Roberts & shed 51. 925 Royal & shed 52. 2795 San Jacinto 53. 3954 St Helena 54. 3990 St Helena 55. 3250 Shannon 56. 3430 Taliaferro & auxiliary building 57. 1308 Victoria & garage 58. 1550 Wall 59. 3435 Waverly 60. 660 Woodrow 1 April 25, 2017 Consider a resolution authorizing the City Manager to execute Change Order No. 1 for the New Tennis Center Open and Covered Courts Project located at 6475 College Street BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Keith Folsom, Facilities Maintenance Superintendent MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 1 for the New Tennis Center Open and Covered Courts located at 6475 College Street. BACKGROUND On March 4, 2014, by Resolution No. 14-059, the City Council awarded a design build contract to Allco Construction, of Beaumont, Texas, in the amount of $2,200,000 for the construction of four (4) open air tennis courts, and four (4) covered tennis courts and a viewing loggia at the Athletic Tennis Complex located on College Street. Change Order No. 1 consists of extending existing concrete sidewalks at two locations, adding two 15" HDPE drain lines between the open and covered courts, deleting and/or changing the scope of work on six items of work, and assessing liquidated damages for the number calendar days past the original contract approved completion date. The change order would represent a decrease of 4.91 % to the original contract amount. The new contract amount upon approval of Change Order No. 1 would be $2,091,939. Approval of Change Order No. 1 crediting the original contract amount by $108,061 is recommended. BUDGETARYIMPACT N/A. RECOMMENDATION Approval of resolution. RICH WITH OPPORTUNITY 111CIA11111(l T•E,X.A•S CHANGE ORDER PROJECT: City of Beaumont New Tennis Center Open Courts and Covered Courts Project CONTRACTOR: Allco, LLC P. O. Box 3684 Beaumont, Texas 77704 The Contract is changed as follows: CHANGE ORDER NUMBER: 1 DATE: April 19, 2017 CITY BID NO.: BMTPWCP0055 Change Proposal #5: Extend the existing concrete sidewalks at two locations as requested by the Owner. $3,332.00 Change Proposal #9: Add two 15" HDPE drain lines between the open and covered courts $26,332.00 Items Deleted From The Original Scope of Work: Stone seats <$9,000.00> North side stone column wraps <$10,500.00> Stone bases at arbor <$4,500.00> West side full height stone walls <$13,000.00> Omit translucent roof panels <$3,000.00> Credit for wood arbor versus galvanized arbor <$34,475.00> Liquidated damage for calendar days past contract completion date: Notice to Proceed issued on April 3, 2014 Calendar days noted in the Contract by Allco — 210 calendar days Project completion date as noted in the Notice to Proceed — October, 30 2014 Substantial Completion Cert. issued on September 10, 2015 Weather related days as documented by City Staff — 62 days Total number of days past scheduled completion date, less weather related days, is 253 cal. Days Liquidated damage per calendar day, as stated in the Contract, is $250.00 Total days past completion 253 x $250.00 per cal. day - TOTAL DEDUCT FOR CHANGE ITEMS ABOVE: The Original Contract Sum was The net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be decreased by this Change Order in the amount of The new Contract Sum including this Change Order will be The Contract Time will be increased by zero (0) days. Allco, LLC P.O. Box 3684 Beau mont,/fTexas 77704 By (Signature) T. W. Harrison 4j I -q DAT <$63,250.00> <$108,061.00> $2,200,000.00 $0.00 $2,200,000.00 <$108,061.00> $2,091,939.00 City of Beaumont 801 Main Street Beaumont, Texas 77701 By (Signature) Kyle Hayes, City Manager DATE MMP Contractor's ChangepPro osal Project: Tennis Courts Proposal Number: 5 Architect: Proposal Date: September 3, 2014 Owner: City of Beaumont Contract Date: December 18, 2013 The following is a detailed cost breakdown, including both materials and labor, for all additions to and / or deductions from the contract sum and contract time if the change described below is acceptable. INCLUDES WORK DEFINED AS: Extend the sidewalk at two locations. TOTAL ADDITION TO THE CONTRACT IF ACCEPTED: ADD $3,332 $3,332 Request is made for an additional 0 calendar days to be added to the contract period as a result of this change. Acceptance must be made in writing within 10 days or this time extension will need to be reviewed for accuracy. The above proposal is submitted for your consideration. The undersigned contractor and the owner agrees and understands that the proposal is binding when accepted and it will be incorporated into a future Change Order or AEA. Submitted By: Accepted By: cc: Allco File Joe L. Pina Allco Name of Contracting Firm Date ALLCO CONTRACTORS CHANGE PROPOSAL Project : Tennis Courts Contractor Change Proposal: 5 Architect: Allco Job Number: Tx 750 Owner: City of Beaumont Description of Work: Extend the sidewalk at two locations. Date: September 3, 2014 DESCRIPTION QUANTITY UNIT LABOR MATERIAL EQUIPMENT SUBCONTRACT Rate Total Unit Total Rate Total Total Sidewalk Concrete @ $5.12/SF 589 SF $3,015.68 Item Totals $3,015.68 CCP Subtotal $3,015.68 Sales Tax NONE Overhead $15.08 Fee $301.57 Bond NONE CCP TOTAL $3,332 W lohmm S OD Project: Tennis Courts Architect: Owner: Citv of Beaumont Contractor's Change Proposal Proposal Number: Proposal Date: 9 October 21. 2015 Contract Date: December 18, 2013 The following is a detailed cost breakdown, including both materials and labor, for all additions to and / or deductions from the contract sum and contract time if the change described below is acceptable. INCLUDES WORK DEFINED AS: Add 2 15" HDPE drainage between courts ADD 332 TOTAL ADDITION TO THE CONTRACT IF ACCEPTED: $26,332 Request is made for an additional 0 calendar days to be added to the contract period as a result of this change. Acceptance must be made in writing within 10 days or this time extension will need to be reviewed for accuracy. The above proposal is submitted for your consideration. The undersigned contractor and the owner agrees and understands that the proposal is binding when accepted and it will be incorporated into a future Change Order or AEA. Submitted By: Joe L. Ping Allco Name of Contracting Firm Accepted By: Qc: Allco File Date .t ALLCO CONTRACTORS CHANGE PROPOSAL Project : Tennis Courts Contractor Change Proposal: Architect: Owner: City of Beaumont Description of Work: Add 2 15" HDPE drainage between courts Allco Job Number: Tx 750 Date: October 21, 2015 DESCRIPTION QUANTITY UNIT LABOR MATERIAL EQUIPMENT SUBCONTRACT Rate Total Unit Total Rate I Total Total $26,332 HDPE Pipe and fittings $8,144.04 Stabilized Sand 78 TONS 29.25 $2,281.50 Labor 7 DAYS 1742 $12,194.00 Equipment $1,210.00 Item Totals $12,194.00 $10,425.54 $1,210.00 CCP Subtotal 1 $23,829.54 Sales Tax NONE Overhead $119.15 Fee $2,382.95 Bond NONE CCP TOTAL $26,332 RESOLUTION NO. WHEREAS, on March 4, 2014, the City Council of the City of Beaumont, Texas passed Resolution No.14-059 awarding a contract in the amount of $2,200,000.00 to Allco, Construction, of Beaumont, Texas, for the construction of four (4) open air tennis courts, four (4) covered tennis courts and a viewing loggia at the Athletic Tennis Complex located on College Street; and, WHEREAS, Change Order No. 1, in the amount of ($108,061.00), is required to extend existing concrete sidewalks at two locations; add two 15" HDPE drain lines between the open and covered courts; delete and/or change the scope of work on six items of work; and, assess liquidated damages for the number calendar days past the original contract approved completion date, thereby decreasing the contract amount to $2,091,939.00; 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. 1, in the amount of ($108,061.00), for additional work described above, thereby decreasing the contract amount to $2,091,939.00 for the New Tennis Center Open and Covered Courts Project; PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - 2 April 25, 2017 Consider a resolution authorizing the City Manager to execute Change Order No. 6, accept maintenance and authorize a final payment to Allco, LLC, for the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 6, accept maintenance and authorize a final payment to Allco, LLC, for the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project. BACKGROUND On August 9, 2011, by Resolution No. 11-217, City Council awarded Allco, LLC, of Beaumont, Texas the contract for the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project in the amount of $2,920,815. The project furnished all labor, materials, and equipment to remove and replace the existing bar screen mechanisms and rehabilitate the existing digester aeration system at the Wastewater Treatment Plant on Lafin Road. Previous Change Order Nos. 1-5 were approved, in the amount of $292,513.29, which increased the contract amount to $3,213,328.29. Change Order No. 6, in the amount of $142,200, is required to adjust the amount of Bid Item No. 6, Bypass Pumping, from three (3) months to five (5) months. The additional two (2) months were required when the existing Bar Screen Mechanism failed prior to the Contractor's scheduled mobilization date. If Change Order No. 6 is approved, the final contract amount will be $3,355,528.29. The project has been inspected by Schaumburg & Polk, Inc., and Water Utilities and found to be complete in accordance with the provisions and terms set forth in the contract. A final payment in the amount of $160,260.16 will be paid to the contractor. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 13-137 WHEREAS, on August 9, 2011, the City Council of the City of Beaumont, Texas, passed Resolution No. 11-217 awarding a contract in the amount of $2,920,815.00 with Allco, LLC, Beaumont, Texas, for the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project; and, WHEREAS, on July 17, 2012, the City Council of the City of Beaumont, Texas, passed Resolution No. 12-152 authorizing Change Order No. 1, in the amount of $78,646.66, to furnish all necessary labor, materials, and equipment to remove and replace existing sluice gate brackets at influent channels; remove and replace the existing light fixtures in the bar screen and influent pump area, modify digester baffles at telescopic valves, extend the 12" blowoff on blower header piping at the digesters; pipeburst the existing 10" concrete drain line into the influent building; furnish and install a new high flow bar screen in lieu of rehabilitation of the existing bar screen; and furnish and install a new 30" diameter sanitary sewer force main to the wastewater treatment plant influent box including pipe and fittings, a new manhole, concrete repair, and a temporary entrance to the Wastewater Treatment Plant; thereby increasing the contract amount to $2,999,461.66; and, WHEREAS, on February 11, 2013, the City Manager executed Change Order No. 2 in the amount of $9,921.00 to furnish all necessary labor, equipment, and materials to prepare and paint the existing walls, ceiling, and floor of the influent pump room, thereby increasing the contract amount to $3,009,382.66; and, WHEREAS, on April 24, 2013, the City Manager executed Change Order No. 3 in the amount of $8,662.00 to furnish all necessary labor, equipment, and materials to prepare and paint the existing spiral stairway to the influent pump room and the four existing influent pumps and piping; and, to reduce the costs for foam control and screening removal, thereby increasing the contract amount to $3,018,044.66; and, WHEREAS, Change Order No. 4, in the amount of $196,722, is required to furnish all necessary engineering design, labor, materials, and equipment to replace the existing walls and roofs and to rehabilitate, seal and connect the bases of the existing sewer junction boxes at the main entrance and northeast comer of the Wastewater Treatment Plant; and, to delete Additive Bid Item 6 for the proposed 42 -inch bypass line, thereby increasing the contract amount to $3,214,766.66; 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. 4 in the amount of $196,722.00, thereby increasing the contract amount to $3,214,766.66, forthe Wastewater Treatment Plant BarScreen Replacementand Digester Rehabilitation Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of June, 2013. L�too'1 � I �� IRw YNO, / ! - APPROVAL OF CONTRACT CHANGE CHANGE ORDER No. Six (6) Date: Rev. 317/17 PROJECT: City of Beaumont, Texas Wastewater Treatment Plant Improvements - Bar Screen and Digester Rehabilitation OWNER: City of Beaumont, Texas 801 Main Street Beaumont, Texas 77704 CONTRACTOR: Alleo PO Box 3684 Beaumont, Texas 77704 TO THE OWNER: Approval of the following contract change is requested. Reason for Change: Furnish fuel and equipment to provide additional bypass pumping of flows required to perform rehabilitation of existing influent bar screen channels and wet well. ORIGINAL CONTRACT AMOUNT: CHANGE ORDER No, I CHANGE ORDER No. 2 CHANGE ORDER No. 3 CHANGE ORDER No. 4 CHANGE ORDER No. 5 THIS CHANGE ORDER Description: Furnish fuel and equipment to provide 2 additional months of bypass pumping of flows required to perfomr rehabilitation of existing influent bar screen channels and wet well. (Bid Item 6) TOTAL AMOUNT OF THIS CHANGE ORDER TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: CONTRACT TIME Approved by: Accepte by: Original Contract Time: 270 Calendar Days Previous Change Orders 249 Calendar Days Additional Time Requested for Proposed Work 0 Calendar Days Revised Contract Timeper this Change Order. 519 Calendar Days $ 2,920,815.00 $ 78,646.66 S 9,921.00 $ 8,662.00 $ 196,72200 S (1,438.37) Net Change $ 142,200.00 S 142100.00 S 3,355,52819 CONDITION OF CHANGE: "Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated in this Change Order represents full compensation for all increases and decreases in the cost of, and the time required to perform the entire work under the Contract arising directly or indirectly from this Change Order and all previous Change Orders. Acceptance of this waiver constitutes an agreement between Owner and Contractor that the Change Order represents an all inclusive, mutually agreed upon adjustment to the Contract, and that Contractor will waive all rights to file a claim on this Change Order after it is properly executed." Recommend Approved by: Accepte by: r� Schaumburg & Polk, Inc, City of Beaumont Allco, Ltd. Engineer Owner Contractor Date•.d�(r// Date: Date r oI i PROJECT: Wastewater Treatment Plant Improvements -Bar Screen Invoice #: 7173 OWNER City of Beaumont CONTRACTOR Allco TX -680 ENGINEER Schaumburg & Polk Contract: PERIOD END: March 31, 2014 ESTIMATE NO.: Twenty -Four (24) SUMMARY OF PAYMENT VALUES FROM ATTACHED SCHEDULES Original Contract Amount 2,920,815.00 Approved Change Orders 294,133.29 Current Contract Amount 3,214,948.29 Total Value of Contract Performed 3,134,115.00 Extra Work on Approved Change Orders 151,89829 Material on Hand Total Value of Work to Date 3,286,013.29 Less Amount Retained at 1 % 32,860.13 Net Amount Earned on Contract 3,253,153.16 Less Amount of Previous Invoices 3,195,267.35 BALANCE DUE THIS INVOICE 57,885.81 Percentage of Contract Invoiced to Date 102% The undersigned contractor certifies that all work, including materials on hand, covered by this Periodic Payment have been completcd of delivered in accordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous Periodic Payments were issued and received from the Owner, and that the current payment shown herein is now due. CONTRACTOR Allco BY: DATE: T. . Harrison, President Subscribed and sworn to before me this 31 st day of March 2014 Notary Public: My Commission expires: April 12, 2015 Recommended for Payment by: 31 -Mar -14 ----------------- NVARY EETH DELORD t t z :.13voia, Y Pjiblic State Of Texas? Gwmission Expires t N- '2-2015 1 Approved for Payment by ,24 aie Schaumburg & Polk Inc. Date Approved for Payment by: Approved for Payment by. Date Date PROJECT: Wastewater Treatment Plant Improvements -Bar Screen Invoice #: 7203 OWNER. City of Beaumont CONTRACTOR All co TX -680 ENGINEER Schaumburg & Polk _ Contract: PERIOD END: April 30, 2014 ESTIMATE NO.: Twenty -Five (25) SUMMARY OF PAYMENT VALUES FROM ATTACHED SCHEDULES Original Contract Amount Approved Change Orders Current Contract Amount Total Value of Contract Performed Extra Work on Approved Change Orders Material on Hand Total Value of Work to Date Less Amount Retained 'at I% Net Amount Earned on Contract Less Amount of Previous Invoices BALANCE DUE THIS INVOICE Percentage of Contract Invoiced to Date 2,920,$15.00 294,133.29 3,214,948.29 3,134,115.00 294-11543--29 _.428 248.29 =.p 14 cca -14;282.48 -3;393,965_-8i 3,253,153.16 44"11,65 107% The undersigned contractor certifies that all work, including materials on hand, covered by this Periodic Payment have been e. ompleted of delivered in accordance with the Contract Documents, that all amounts have beef paid by - him for work, materials, and equipment for which previous Periodic Payments were issued and received from the Owner, and that the current payment shown herein is now due. CONTRACTOR: Allco =BY: DATE: 30 -Apr -14 W Harrison, President Subscribed and sworn to before me this 30th day of April 2014 _ MARY BETH c;E1 RD I Notary Public:�l t f�, Notary Public Stag Texas My Commission Exp#e& l Ftzi 04-2-215 t My Commission expires: Aril 12, 2015 - Recommended for Payment by: Approved for Payment by: Schaumburg & Polk Imc Date D to Approved for Payment by. Approved for Payment by: Date Date CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB 70RIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLCO 1PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE No.: 26 -- Proposed by City Staff CONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4,2D14 ICONTRACT CALENDAR DAYS: 270 TOTAL RAIN DAYS: Item No. Description Unit Measure Qty. Unit Price Total Estimated Qty Previous To Date Estimate Estimate Total Estimate Current To Date Amount Total Amount 1 Mobilization, NTE 3% L.S. 1 $ 5,000.00 $ 5,000.00 1.00 1.00 $ $ 5,000.00 2 RemoveMechanical Bar Screens EA. 2 $ 13,250.50 $ 26,501.00 2.00 2.00 $ - $ 26,501.00 3 Main Influent Station Roof Coating Roof Surface Preparation L.S. 1 $ 130,000.00 $ 130,000.00 1.00 1.00 $ - $ 130,000.00 Roof Coating System S. F. 2,750 $ 25.00 $ 68,750.00 2750.00 2750.00 $ $ 68,750.00 Adjust. Of Electrical Conduits for R.C. L.S. 1 $ 4,660.00 $ 4,660.00 1.00 1.00 $ $ 4,660.00 Prep & Painting Pump Crane L.S. 1 $ 10,682.00 $ 10,682.00 1.00 1.00 $ $ 10,682.00 Prov. Protective Cover for Equipment L.S. 1 $ 28,229.00 $ 28,229.00 1.00 1.00 $ $ 28,229.00 Subtotal Item 3 $ 242,321.00 4 Main Influent Channel/Wet Well Plug Flows & Dr. Channels & W.W. L.S. 1 $ 16,559.00 $ 16,559.00 1.00 1.00 $ $ 16,559.00 Rmv/Dispose of Ex. Chan. In W.W. L.S. 1 $ 6,195.00 $ 6,195.00 1.00 1.00 $ $ 6,195.00 Repair Cracks in Struct. Walls & Slabs per Manuf. Rec, L. F. 750 $ 50.00 $ 37,500.00 750.00 750.00 $ $ 37,500.00 Restore Conc. Surface to Orig. Thickness Per Man. Rec. S. F. 4,300 $ 35.00 $ 150,500.00 4300.00 4300.00 $ $ 150,500.00 Furnish/Install Final Coating System per Mani. Rec. S. F. 4,300 $ 45.00 $ 193,500.00 4300.00 4300.00 $ $ 193,500.00 Provide Humidity Control L.S. 1 $ 7,932.00 $ 7,932.00 1.00 1.00 $ $ 7,932.00 Subtotal Item 3 $ 412,186.00 5 New Ornamental Railing System Remove Exist. Ornamental Fence L.S. 1 $ 1,684.00 $ 1,684.DO 1.00 1.00 $ - $ 1,684.00 Install New Ornamental Fence L.S. 1 $ 23,057.00 $ 23,057.00 1.00 1.00 $ - $ 23,057.00 6 Bypass Pumping Install Bypass Pumping L.S. 1 $ 7,517.00 $ 7,517.00 1 1.00 1.00 $ - $ 7,517.00 Equipment & Fuel MOS 3 $ 71,100.00 $ 213,300.00 3.00 3.00 $ - $ 213,300.00 7 Temporary Influent Bypass Lines Install Bypass Lines L.S. 1 $ 15,321.00 $ 15,321.00 1.00 1.00 $ $ 15,321.00 8 Effluent Flow Meter Bonds L.S. 1 $ 25,000.00 $ 25,000.00 1.00 1.00 $ $ 25,000.00 Insurance L.S. 1 $ 10,000.00 $ 10,DOO.00 1.00 1.00 $ $ 10,000.00 Office Trailer & Supplies L.S. 1 $ - $ - 1.00 1.00 $ $ - Remove Existing Meter L.S. 1 $ 9,369.00 $ 9,369.00 1.00 1.00 $ $ 9,369.00 Excavation L.S. 1 $ 13,784.00 $ 13,784.00 1.00 1.00 $ $ 13,784.00 Forms L.S. 1 $ 23,156.00 $ 23,156.00 1.00 1.00 $ $ 23,156.00 CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB JORIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLCO PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE No.: 26 -- Proposed by City Staff ICONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4, 2014 ICONTRACT CALENDAR DAYS: 270 TOTAL RAIN DAYS: Item No. Description Unit Measure Qty. Unit Price Total Estimated Qty Previous To Date Estimate Estimate Total Estimate Current To Date Amount Total Amount Concrete L.S. 1 $ 16,381.00 $ 16,381.00 1.00 1.00 $ $ 16,381.00 Rebar L.S. 1 $ 7,099.00 $ 7,099.00 1.00 1.00 $ $ 7,099.00 Backfill L.S. 1 $ 7,511.00 $ 7,511.00 1.00 1.00 $ $ 7,511.00 Access Hatch L.S. 1 $ 5,507.00 $ 5,507.00 1.00 1.00 $ $ 5,507.00 Spool Pipe & Fittings L.S. 1 $ 65,972.00 $ 65,972.00 1.00 1.00 $ $ 65,972.00 Sump Pump L.S. 1 $ 1,543.00 $ 1,543.00 1.00 1.00 $ $ 1,543.00 Bollards L.S. 1 $ 766.00 $ 766.00 1.00 1.00 $ $ 766.00 Painting L.S. 1 $ 2,194.00 $ 2,194.00 1.00 1.00 $ $ 2,194.00 Misc Metals L.S. 1 $ 1,161.00 $ 1,161.00 1.00 1.00 $ $ 1,161.00 Bypass Pumping L.S. 1 $ 76,586.00 $ 76,586.00 1.00 1.00 $ $ 76,586.00 54" Mag Meter L.S. 1 $ - $ - 1.00 1.00 $ - $ - Electrical & Controls L.S. 1 $ 29,503.00 $ 29,503.00 1.00 1.00 $ - $ 29,503.00 Subtotal Item 8 $ 295,532.00 9 Proposed Junction Box Remove Existing Manhole L.S. 1 $ 7,380.00 $ 7,380.00 1.00 - 1.00 $ $ 7,380.00 Excavation L.S. 1 $ 4,117.00 $ 4,117.00 1.00 1.00 $ - $ 4,117.00 Forms L.S. 1 $ 3,100.00 $ 3,100.00 1.00 1.00 $ $ 3,100.00 Concrete L.S. 1 $ 5,274.00 $ 5,274.00 1.00 1.00 $ $ 5,274.00 Rebar L.S. 1 $ 1,217.00 $ 1,217.00 1.00 1.00 $ $ 1,217.00 Backfill L.S. 1 $ 4,499.00 $ 4,499.00 1.00 1.00 $ $ 4,499.00 4 x 4 Concrete Box L.S. 1 $ 6,596.00 $ 6,596.00 1.00 1.00 $ $ 6,596.00 Misc. Metals L.S. 1 $ 3,425.00 $ 3,425.00 1.00 1.00 $ $ 3,425.00 Slide Gates L.S. 1 $ 14,134.00 $ 14,134.00 1.00 1.00 $ $ 14,134.00 Reinstall Drain Lines L.S. 1 $ 8,258.00 $ 8,258.00 1.00 1.00 $ $ 8,258.00 Subtotal Item 9 $ 58,000.00 10 Removal & Disposal of Grit & Solids L.S. 1 $ 143,639.00 $ 143,639.00 1.00 1.00 $ $ 143,639.00 11 Removal of Aeration Equipment L.S. 1 $ 14,124.00 $ 14,124.00 1.00 1.00 $ - $ 14,124.00 12 Proposed Concrete Flooring S.Y. 1,120 $ 104.45 $ 116,984.00 1120.00 1120.00 $ $ 116,984.00 13 Reinstall Existing Air Piping L.S. 1 $ 12,924.00 $ 12,924.00 1.00 1.00 $ $ 12,924.00 14 Replace 4" Headers Air Distribution L. F. 300 $ 85.20 $ 25,560.00 300.00 300.00 $ $ 25,560.00 15 Install Dual Head SS Fine Bubble Diffusers EA. 530 $ 308.50 $ 163,505.00 530.00 530.00 $ $ 163,505.00 16 Modify 8" Withdrawal Lines L.S. 1 $ 4,415.00 $ 4,415.00 1.00 1.00 $ $ 4,415.00 17 Install 8" Supernatant Decant Lines L.S. 1 $ 17,963.00 $ 17,963.00 1.00 1.00 $ $ 17,963.00 18 Furnish/Install Misc Metals Both Units L.S. 1 $ 14,439.00 $ 14,439.00 1.00 1.00 $ - $ 14,439.00 19 Furnish/Install Ventilation Fans at Blower Building EA. 4 $ 2,869.25 $ 11,477.00 4.00 4.00 $ - $ 11,477.00 20 Furnish/Install 8" Telescopic valves EA. 2 $ 7,910.50 $ 15,821.00 2.00 2.00 $ - $ 15,821.00 21 Furnish/Install 12" D.I. Drain Lines Both Units EA. 2 $ 9,835.00 $ 19,670.00 2.00 2.00 $ - $ 19,670.00 22 Pressure Relief Valv/12" Bypass to Existing Air Header L.S. 1 $ 11,425.00 $ 11,425.00 1.00 1.00 $ $ 11,425.00 23 Allowance L.S. 1 $ 10,000.00 $ 10,000.00 1.00 1.00 $ $ 10,000.00 Alt 3 Remove/Install New Bar Mechanical Screen Add Alt 1 Replace Exist. Screw Conveyor System EA. L.S. 2 1 $ 12,500.00 $ 142,000.00 $ 25,000.00 $ 142,000.00 2.00 1.00 2.00 $ 1.00 $ $ $ 25,000.00 142,000.00 Add Alt 2 Rehab Ex. Bar Screen/H.F. Pump Station Remove &Replace Grating L.S.1 $ 6,987.00 $ 6,987.00 1.001 1.00 $ $ 6,987.00 Remove Ex. Bar Screen & Haul to Shop L.S. 1 $ 7,669.00 $ 7,669.00 1.001 1.00 $ $ 7,669.00 CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB ORIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLCO PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE No.: 26 -- Proposed by Clty Staff ICONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4, 2014 ICONTRACT CALENDAR DAYS: 270 TOTAL RAIN DAYS: Item No. Description Unit Measure Qty. Unit Price Total Estimated Qty Previous Estimate To Date Estimate Total Estimate To Date Current Amount Total Amount Rehab Ex. Bar Screen/H.F. Pump Station L.S. 1 $ 272,000.00 $ 272,000.00 1.00 1.00 $ - $ 272,000.00 Reinstall Rehab Bar Screen L.S. 1 $ 7,053.00 $ 7,053.00 1.00 1.00 $ $ 7,053.00 Remove & Replace Fence L.S. 1 $ 12,500.00 $ 12,500.00 1.00 1.00 $ - $ 12,500.00 Electrical L.S. 1 $ 12,266.00 $ 12,266.00 1.00 1.00 $ $ 12,266.00 Painting L.S. 1 $ 1,525.00 $ 1,525.00 1.00 1.00 $ $ 1,525.00 Subtotal Add Alt 2 $ 320,000.00 Add Alt 4 Removal & Disposal of Grit & Solids C.Y. 1,000 $ 27.25 $ 27,250.00 1000.00 1000.00 $ $ 27,250.00 Add Alt 5 Furnish/Install New S.S. Air Piping EA. 2 $ 82,100.00 $ 164,200.00 2.00 2.00 $ - $ 164,200.00 Add Alt 6 Install 42'x12" Header Piping L.S. 1 $ 35,000.00 $ 35,000.00 1.00 1.00 $ $ 35,000.00 Install 42" Line from Header to J.B. L.S. 1 $ 250,000.00 $ 250,000.00 1.00 1.00 $ $ 250,000.00 Install 72" RCP Junction Box L.S. 1 $ 17,000.00 $ 17,000.00 1.00 1.00 $ $ 17,000.00 Install 42" Discharge Assembly L.S. 1 $ 35,000.00 $ 35,000.00 1.00 1.00 $ $ 35,000.00 Install Screens in Rock Box L.S. 1 $ 15,000.00 $ 15,000.00 1.00 1.00 $ $ 15,000.00 Install Discharge Piping L.S. 1 $ 5,500.00 $ 5,500.00 1.00 1.00 $ $ 5,500.00 Dressup Area of Pipe Installation L.S. 1 $ 2,500.00 $ 2,500.00 1.00 1.00 $ $ 2,500.00 Subtotal Add Alt 6 $ 360,000.00 C01 Change Order No. 1 R&R Sludge Gate Guide Bracket - Influent Channel L.S. 1 $ 5,022.00 $ 5,022.00 1.00 1.00 $ - $ 5,022.00 R&R Light Fixture - Bar Screen/Influent Pumps L.S. 1 $ 18,288.54 $ 18,288.54 1.00 1.00 $ - $ 18,288.54 Modify Digester Baffles -Telescopic Valves L.S. 1 $ 992.00 $ 992.00 1.00 1.00 $ $ 992.00 Extend 12" blowoff on blower air head piping L.S. 1 $ 5,044.00 $ 5,044.00 1.00 1.00 $ - $ 5,044.00 Pipebursting 10" drain line - influent buildinf L.S. 1 $ 26,163.12 $ 26,163.12 1.00 1.00 $ $ 26,163.12 F&I New High Flow Bar Screen In Lieu of Rehab Exist L.S. 1 $ (24,340.00) $ (24,340.00) 1.00 1.00 $ $ (24,340.00) F&I New 30" Sewer Force Main - Influent Box L.S. 1 $ 47,477.00 $ 47,477.00 1.00 1.00 $ $ 47,477.00 Subtotal Change Order 1 $ 78,646.66 CO2 Change Order No. 2 Painting Influent Area L.S. 1 $ 9,921.00 $ 9,921.00 1.00 1.00 $ $ 9,921.00 Subtotal Change Order 2 $ 9,921.00 CO3 Change Order No. 3 Paint Spiral Stairway L.S. 1 $ 1,620.00 $ 1,620.00 1.00 1.00 $ $ 1,620.00 Paint 4 Influent Pumps L.S. 1 $ 8,662.00 $ 8,662.00 1.00 1.00 $ - $ 8,662.00 Reduce Bid Item 23 Foam Control/Influent L.S. 1 $ (1,620.00) $ (1,620.00) 1.00 1.00 $ (1,620.00) $ (1,620.00) Subtotal Change Order 3 $ 8,662.00 C04 Change Order No. 4 Replace Walls/Roof Junction Box (Main Ent) Replace Walls/Roof Junction Box (NE Corner) L.S. L.S. 1 1 $ 272,252.00 $ $ 284,470.00 $ 272,252.00 284,470.00 1.00 0.95 0.05 1.00 $ 1.00 $ - $ 14,223.50 $ 272,252.00 284,470.00 Delete Additive Alternate Bid Item N6 L.S. 1 $ (360,000.00) $ (360,000.00) 1.00 1.00 $ - $ (360,000.00) Subtotal Change Order 4 $ 196,722.00 CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB 70RIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLCO PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE No.: 26 -- Proposed by City Staff CONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4, 2014 ICONTRACT CALENDAR DAYS: 270 TOTAL RAIN DAYS: Item No. Description Unit Measure Qty. Unit Price Total Estimated Qty Previous To Date Estimate Estimate Total Estimate To Date Current Amount Total Amount CO5 Change Order No. 5 Replace Existing Roof Drain L.S. 1 $ 1,075.00 $ 1,075.00 1.00 1.00 $ $ 1,075.00 Repair Floor & Wet Well Top L.S. 1 $ 1,371.00 $ 1,371.00 1.00 1.00 $ - $ 1,371.00 Remove Grit Digester Unit L.S. 1 $ (3,381.18) $ (3,381.18) 1.001.00 $ $ (3,381.18) Replace Screenings Conveyor Belt/Clean L.S. 1 $ 7,876.81 $ 7,876.81 1.00 1.00 $ $ 7,876.81 Reduce Bid Item 23 Foam Control/Influent L.S. 1 $ (8,380.00) $ (8,380.00) 1.00 1.00 $ $ (8,380.00) Subtotal Change Order 5 $ (1,438.37) CO6 Change Order No. 6 Bypass Pumping Equipment & Fuel MOS 2 $ 71,100.00 $ 142,200.00 2.00 2.00 $ 142,200.00 $ 142,200.00 Subtotal Change Order 6 $ 142,200.00 3,355,528.29 $ 154,803.50 $ 3,355,528.29 CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB ORIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLCO PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE No.: 26 —Proposed by City Staff CONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4, 2014 CONTRACT CALENDAR DAYS: 270 TOTAL RAIN DAYS: Total Value of Contract Performed $ 2,920,815.00 Item $ 78,646.66 Unit $ Unit TotalPrevious $ To Date Total Estimate Current Total No. Description (1,438.37) Measure Qty. Price Estimated Qty Estimate Estimate To Date Amount Amount Less Amount Retained at 1% $ 33,555.28 Net Amount Earned on Contract $ 3,321,973.01 Less Amount of Previous Invoices $ 3,379,884.54 Balance Due This Estimate $ (57,911.54) Original Contract Amount $ 2,920,815.00 Change Order #1 $ 78,646.66 Change Order #2 $ 9,921.00 Change Order #3 $ 8,662.00 Change Order #4 $ 196,722.00 Change Order #5 $ (1,438.37) Change Order #6 $ 142,200.00 Total Approved Change Orders $ 434,713.29 Current Contract Amount $ 3,355,528.29 Total Value of Contract Performed $ 2,920,815.00 Total Work Performed on Change Order #1 $ 78,646.66 Total Work Performed on Change Order #2 $ 9,921.00 Total Work Performed on Change Order #3 $ 8,662.00 Total Work Performed on Change Order #4 $ 196,722.00 Total Work Performed on Change Order #5 $ (1,438.37) Total Work Performed on Change Order #6 $ 142,200.00 Extra Work on Approved Change Orders $ 434,713.29 Total Value of Work to Date $ 3,355,528.29 Less Amount Retained at 1% $ 33,555.28 Net Amount Earned on Contract $ 3,321,973.01 Less Amount of Previous Invoices $ 3,379,884.54 Balance Due This Estimate $ (57,911.54) Percentage of Contract Invoiced to Date 100.00% Percentage of Contract Remaining 0% APPROVAL: Contractor:(,(��� Date: Allc , Ltd. Owner. City of Beaumont Date: Owner: /lG�-I'^,,.,f Date• y of Bea ont ��— CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB ORIGINAL CONTRACT AMOUNT: $3,920,815.00 PER CENTOF TIME USED; CONTRACTOR: ALLCO PROP, REVISED CONTRACT AMOUNT: $3,355 528.29 PERCENT OF WORK COMPLETED: MONTHLY ESTIMATENo.:27--A$Proposed h City CONTRACT DATE:OCTOBER24,2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4, 2017 CONTRACT CALENDAR DAYS: 270 TOTAL RAIN DAYS: Item No. Description Unit Measure City. Unit Price Total Estimated City Previous Estimate To Date Total Estimate Current Estimate To Date Amount Total Amount 1 Mobilization NTE 3% L.S. 1 $ 5.000.00 $ 5,000.00 1,.00 1.00 $ $ 5,000.00 2 Remove Mechanical Bar Screens EA. 2 $ 13,250.50 $ 26,501.00 2.00 2.00 $ 26,501.00 3 Main Influent Station Roof Coating Roof Surface Preparation L.S, 1 $ 130,000.00 $ 130,000.00 1.00 1.00 $ $ 130,000.00 Roof Coating Svstem S.F. 2,750 $ 25.00 $ 6$750.00 2750.00 '-' 2750.00 $...... 6$,750,00. Adjust Of Electrical Conduits for R.C. LS. 1 $ 4,660.00 S 4,660.00 1.00 1.00 $ $ 4,660.00 Prep & Painting Pump Crane LS, 1 $ 10,682,00 $ 10,682,00 1.00 1.00 $ $ 30,682.00 Prov. Protective Cover for Equipment LS, 1 $ 28,229.00 $ 28 229,00 1.00 1.00 $ $ 28,229.00 Subtotal Item 3 $ 242,321.00 4 Main Influent Channel/Wet Well Plug. Flows & Dr. Channels & W.W. L.S. 1 $ 16,559.00 $ 16,559,00 1.00 1..00 $ $ 16,559.00 Rrnv/Dispose of Ex. Chan, In W,W, LS. 1 $ 61,195,00 $ 6,195.00 100: 1.00 $ $ 6,195.00 Repair Cracks in Struct. Walls & Slabs per Manuf. Ret. L F. 750 $ SOHO $ 37.500.00 750,00 750.00 $ $ 37,500,00 Restore Conc. Surface to Orig. Thickness Per Man, Rec. S. F, 4.300 $ 35.00 $ 150,500.00 4300,00 4300,00 $ $ 150,500.00 Furnish/Install Final Coating System per Manf. Rec. S.F. 4.300 $ 45.00 $ 193,500.00 4300.00 4300.00 $ 193,500.00 Provide Humidity Control L.S. 1 $ 7,932.00 $ 7,932.00 1.00 1.00. $ $ 7,93200 Subtotal Item 3 $ 412,186.00 5 New Ornamental Railing System Remove Exist. Ornamental Fence L.S. 1 $ 1,684.00 S 1,684,00 1.00 1.00 $ $ 1,684.00 Install New Ornamental Fence L.S. 1 $ 23.057.00 $ 23,057.00 1.00 1.00 $ $ 23,057,00 6 Bypass Pumping Install Bypass Pumping LS. 1 $ 7,517.00 $ 7,517.00 1.00 1.00. $ $ 7,517.00 Equipment & Fuel MOS 3 $ 71,100.00 $ 213,300,00 3,00 3.00 $ $ 213,300.00 7 Temporary Influent Bypass Lines Install Bypass Lines L.S. 1 $ 15,321.00. $ 1.5,321.00 100 1900 $ $ 15,321.00 8 Effluent Flow Meter Bonds L.S. 1 $ 25,000.00 S 25,000.00 1.00 1.00 $ $ 25,000.00 Insurance LS. 1 $ 10,000.00 $ 10,000.00 L.00 1.00 $ $ 10,000.00 Office Trailer &Supplies L.S, 1 $ $ 1.00 100 $ $ Remove ExistingMeter L.S. 1 00 $�)o $ 9,369.00 1,00 Excavation L.S. 1 $. $ 13,784.00 1.00: 1.00 $ $ 13,784,00 Forms L.S. 1 $0 $ CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB ORIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLCO PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: MONTHLY ESTIMATE No.: 27 --As Proposed by CI CONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4, 2017 CONTRACT CALENDAR DAYS: 270 TOTAL RAIN DAYS: Item No. Description Unit Measure City. Unit Price Total Estimated Q Previous To Date Estimate Estimate Total Estimate Current To Date Amount Total Amount Concrete L.S, 1 $ 16,381.00 $ 16,381.00 1.00 1..00 $ S 16,381.00 Rebar L.S, 1 S 7,099.00 $ 7,099.00 1.00 1.00 $ $ 7,099.00 Backfill L.S. 1 $ 7,511.00 $ 7,511.00 1.00 1.00 S $ 7,511.,00 Access Hatch L.S, 1 $ 5,507.W $ 5,507.00 1.00 1.00 5 $ 5,507.00 Spool Pipe & Fittings L.S. 1 $. 65,972.00 $ 65,972.00 Loa 1..00 $ $ 65,972.00 Sump Pump L.S. 1 $ 1,543.00. $ 1,543.00 1.00.- 1.00 $ S 1,543.00 Bollards L.S, 1 $ 766.00 $ 766.00 1.00 LOU $ $ 766:00 Painting L.S, 1 $ 219400 $ 194,00 1.00 1.00 $ $ 2194.00 Misc Metals L.S, 1 S L16L00 $ 1,161.00 1.00 1.00 S $ 1,161A0 Bypass Pumping LS, 1 $ 76,586.00 $ 76,586.00 1.00 1.00 $ $ 76,586.00 54" Mag Meter L,5. 1 $ $ 1.00 .Loo 5 $ Electrical & Controls LS, 1 5 29,503.00 $ 29,503.00 1.00 �: -;.. 1.00 $ 5..........29,503.00 Subtotal Item 8 $ 295,532.00 9 Proposed Junction Box Remove Existing Manhole LS. 1 $ 7,380.00 $ 7,380.00 1.00 1.00 $ $ 7,380.00 Excavation LS. 1 $ 4,117.00 $ 4,117.00 1.00 1.00 $ $ 4,111.00 Forms L.: S, 1 $ 3.100.00 $ 3,100.00 1.00 1.00 $ $ 3,100.00 Concrete L.5, 1 $ 5,274,00 $ 5,274,00 1.00 1.00 S S 5,274.00 Rebar LS. 1 $ 1,217.00 $ 1,217.00 1.00 1.00 $___1,217,00 Backfill L& 1 $ 4,499.00 $ 4,499.00 1.00 .5 1.00 $ S 4,499.00 4 x 4 Concrete Box L.S. 1 $ 6,596,00 $ 6,596.00 1.00 1.00 $ $ 6,596.00 Misc. Metals L.S. 1 $ 3,425,00 $ 3,425.00 1.00 1.00 $ $ 3,425.00 Slide Gates L.S. 1 $ 14,134.00 5 14,134.00 1.00 1.00 $ $ 14,134.00 Reinstall Drain Lines L.S. 1 S 8,258.00 $ 8,258.00 1.00 1.00 $ $ 8,259.00 Subtotal Item 9 $ 58,000.00 10 Removal & Disposal of Grit & Solids L.S. 1 $ 143,639.00 $ 143,639.00 1.100 1.00 $ $ 143.639.00 11 Removal of Aeration Equipment L.S. 1 $ 14,124.00 $ 14,124.00 1.00 1.00 $ $ 14,124,00 12 Proposed Concrete Flooring S.Y. 1,120 $ 104.45 1.1.6,984.00 1120.00 1120..00 $ $ 116,984.00 13 Reinstall Existing Air Piping LS. 1 $ 12,924.00 5 12,924.00 1,00 L00 S $ 12,924,00 14 Replace 4" Headers Air Distribution L.R 300 $ 85.20 $ 25,560.00 300,00 300.00 $ $ 25,56000 15 Install Dual Head SS Fine Bubble Diffusers EA. S30 5 308.50 $ 163,505.00 530,00 530,.00 $ $ 163 505,00 16 Modify8" Withdrawal Lines L5. 1 $ 4,415.00 $ 4,415.00 1.00 1.00 S $ 4,415.00 17 Install 8" Supernatant Decant Lines LS. 1 $ 17,963.00 $ 17,963.00 1.00 Loa $ $ 17,96300 18 Furnish/Install Misc Metals Both Units L.S. 1 S 14,439.00 $ 14.439.00 1.00 100 $ 5 14,439,.00 19 Furnish/Install Ventilation Fans at Blower BuildingEA, 4 S 2,869,25 $ 11,477,00 4.00 4.00 $ $ 11,477.00 20 Furnish/Install 8" Telescopic valves EA, 2 S 7,910.50 $ 15,821,00 2.00 2.00 $ $ 15,821.00 21 Furnish/Install 12" D.I. Diain Lines Both Units EA. 2 $ 9.835.00 $ 19,670,00 zoo 2.00 $ $ 19,670.00 22 Pressure Relief ValvJ12" Bypass to Existing Air Header L5. 1 _$ 11,425,00 $ 11,425,00 1.00 1,00 $ $ 11,425.00 23 Allowance L.S. 1 $ 10,000.00 Ts 10,000.00 1.00 Loa $ $ 10,000.00 Alt 3 Remove/Install New Bar Mechanical Screen EA. 2 $ 12,500.00 $ 25,000.00 2.00. 2.00 $ $ 25,000.00 Add Alt 1 Replace Exist. Screw Conveyor System I.S. 1 $ 142,000.00 $ 142.000,00 1.00 1.00 $ $ 142,000.00 Add Alt 2 Rehab Ex. Bar Screen/H.F. Pump Station Remove &Replace Grating L.S. 1 $ 6,987,00 $ 6,987.00 1.00 1100 $ S 6,987.00 Remove Ex. Bar Screen & Haul to Shop L'S. I $ 7,669.00 $ 7,669.00 1.00 1.00 $ $ 7,669.00 CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB ORIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLCO PROP. REVISED CONTRACT AMOUNT:$3,355,528.29 PERCENT OF WORK COMPLETED: MONTHLY ESTIMATE No.: 27 --As Proposed by City CONTRACT DATE: OCTOBER 24, 2011 IRAJN DAYS REQUESTED: PERIOD ENDING: April 4, 2017 CONTRACT CALENDAR DAYS: 2701 TOTAL RAIN DAYS: Item No. Description Unit Measure Qty- Unit Price Total Estimated City Previous To Date Estimate Estimate Total Estimate Current To Date Amount Total Amount Rehab Ex. Bar Screen/H,F. Pump Station LS. 1 $ 272,000.00 $ 272,000.00 1.00 1.00 $ $ 272,000.00 Reinstall Rehab Bar Screen L.S. 1 $ 7,053.00 $ 7,053.00 1.00 1.00 $ $ 7,053.00 Remove & Replace Fence LS. 1 $ 12,500,00 $ 12,500.00 1.00 1.00 $ $ 12,500.00 Electrical L.S. 1 $ 12,266,00 5 12,266,.00 1.00 1.00 $ $ 12,266.00 Painting LS. 1 $ 1,525,00 $ 1,525.00 1.00 1.00 $ $ 1,525.00 Subtotal Add Alt 2 $ 320,000.00 Add Alt 4 Removal & Disposal of Grit & Solids C.Y. L000 $ 27.25 $ 27,250.00 1000.00 1000,.00 $ 27,250.00 Add Alt 5 Furnish/Install New S.S. Air Piping EA. 2. $ 82,100,00 $ 164,200.00 2.00 2.00 $ $ 164,200.00 Add Alt 6 Install 42"x12' Header Pipin LS. 1 $ 35,000.00 S 35,000..00. 1..00 1.00 $ $ 35,000.00 Install 42" Line from Header to 1..B. LS. 1 $ 250,000.00 $ 250,000.00 1.00 1.00 $. $ 250,000.00 Install 72" RCP Junction. Box L.S. .1 $ 17,000.00 $ 17,000.00 1.00 1,00 $ - $ 17,000.00 Install 42" Discharge Assembly L.S. 1 $ 35,000.00 $ 35,000.00 1,00 1.00 S $ 35,000.00 Install Screens in Rock Box LS. 1 $ 15,000.00 S 15,000.00 1.00 1.00 $ 5 15,000.00 Install Discharge Pipirg L. S. 1 $ 5.500.00 $ 5,500.00 .1.00 1..00 $ S 5,500.00 Dressup Area of Pipe Installation LS- 1 $ 2,500.00 $ 2,500.UO 1.00 1.00 $ $ 2,500.00 Subtotal Add Alt 6 $ 36D,000.00 C01 Change Order No. 1 R&R Sludge Gate Guide Bracket - Influent Channel L.S. 1 $ 5,022.00 S 5,022.00 1.00' 1,.00 $ $ 5,022.00 R&R Light Fixture - Bar Screen/Influent Pumps LS. 1 $ 18,288.54 $ 18,288.54 1.00 1.00 $ $ 18,288.54 Modify Digester Baffles -Telescopic Valves L.S. 1 $ 992.:00 5 992.00 1.00 1.00 $ $ 992.00 Extend 12" blowoff on blower air head piping LS. 1 $ 5,044..00 $ 5,044.00 1.00 1,00 $ $ 5,044.00 Pipeburstin 10" drain line- influent building LS. 1 $ 26,163..12 $ 26,1.63,12 1.00 LA0 $ $ 26,163.12 F&I New High Flow Bar Screen In Lieu of Rehab Exist LS. 1 $ (24,340,00) $ (24,340.00)1.00 1.00 $ 5 (24,340,00 F&1 New 30" Sewer Force Main - Influent Box L.S. 1 $ 47,477,00 $ 47,477.00 1.00 1.00 $ $ 47,477.,00 Subtotal Change Order 1 $ 78,646.66 CO2 Change Order No. 2 - Paintin.InfluentArea LS. 1 $ 9,921.00 $ 9,921.:00 1.00 1.00 $ $ 9,921,00 Subtotal Change Order 2 $ 9,921.00 CO3 Change Order No. 3 Paint ,Soiral Stair-wav LS 1 $ 1,620.00 $ 1,620.00 1.00 1.00 $ $ 1,620,00 Paint4InfluentPumps LS. 1 $ 8,662,00 $ 8,662.00 1.D0 1.00 5 $ 8,662,00 Reduce Bid Item 23 Foam Control/influent L.S. 1 $ (1,620.00) $ (1,620.00) 1.00_ r: 1.00 $ - $ (1,620.00 Subtotal Change Order 3 $ 8,662,00 C04 Change Order No. 4 Replace Walls/Roof Junction Box (Main Ent) L.S. 1 $ 272,252.00 $ 272,252.00 1.00 1.00 $ $ 272,252.00 Replace Walis/RoofJunction Box NE Corner) LS. 1 $ 284,470.00 $ 284,470.00 1.00 1.00 $ $ 284,470,00 Delete Additive Alternate Bid Item N6 4S.. 1 $ 360,000,00 $ (360,000.00) 1.00 1.00 $ (360,000,00) Subtotal Chan a Order 4 $ 196.722,00 COS Change Order No. 5 CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB ORIGINAL CONTRACT AMOUNT: $2,920,815.00 PERCENT OF TIME USED: CONTRACTOR: ALLC_O PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: MONTHLY ESTIMATE No.: 27 — As Proposed by Ci CONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: Apr'! 4, 2017 )CONTRACT CALENDAR DAYS: 270 ITOTAL RAIN DAYS: Item I No. Description Unit Measure Qty- Unit Price Total Estimated Qty Previous To Date Estimate Estimate Total Fstimate Current To Date Amount Total Amount Replace Existing Root Drain L.S. 1 $ 1 07S.Do S 1,075.00 1.00 1.00 $ $ 1,075.00 Repair Floor &Wet Well Top L.S. 1 $ 1,371.00 $ 1,371.00 1.00 1.00 $ $ 1,371.00 Remove Grit Digester Unit L5. 1 $ (3,381,18) $ (3,381.18) 1.00 1.00 $ $ 3,381,18 Replace Screenings Conveyor Belt/Clean LS. 1 $ 7,876.81 $ 7,876,81 1.00 1.00 $ $ 7,876.81 Reduce Bid Item 23 Foam ContruVinfluent L.S. 1 $ 8,380.001 $ 18,380.00) 1.00 1.00 $ $ (.8,380.00 Subtotal Change Order 5 A $ (1,438.37 C06 Change Order No. 6 _ Svpess Pumping Equipment & Fuel MOS 2 $ 73,100,00 $ 142,200.00 2,00 2.00 $ - $ 142,200.00 Subtotal Change Order 6 �$ 342,200.00 I 3,355,523.23 $ - $ 3,355,528.29 CITY OF BEAUMONT PROJECT: BAR SCREEN & DIGESTER REHAB ORIGINALCONTRACT AMOUNT: $2,920,815.00 PERCENTOFTIME USED: CONTRACTOR: ALLCO PROP. REVISED CONTRACT AMOUNT: $3,355,528.29 PERCENT OF WORK COMPLETED: MONTHLY ESTIMATE No.: 27 --As Proposed by CI CONTRACT DATE: OCTOBER 24, 2011 RAIN DAYS REQUESTED: PERIOD ENDING: April 4, 2017 1 CONTRACT CALENDAR DAYS: 210 TOTAL RAIN DAYS: Percentage of Contract Invoiced to Date 100.00% Percentage of Contract Remaining 0% item APPROVAL: Contractor: Date: q Unit �— Unit Date: TotalPrevious To Date Total Estimate Current Total No. Description Measure Q . Price Estimated Q Estimate Estimate To Date Amount Amount Original Contract Amount $ 2,920,815.00 Change Order #1 $ 78,646.66 Change Order #2 $ 9,921.00 Change Order#3 $ 8,662.00 Change Order #4 $ 196,722.00 Change Order NS S (1,438.37) Change Order#6 $ 142,200.00 Total Approved Change Orders $ 434,713.29 Current Contract Amount $ 3,355,528.29 Total Value of Contract Performed $ 2,920,815.00 Total Work Performed on Change Order #1 $ 78,646.66 Total Work Performed on Change Order #2 $ 9,921.00 Total Work Performed on Change Order #3 $ 8,662.00 Total Work Performed on Change Order #4 $ 196,722.00 Total Work Performed on Change Order #5 $ (1,438.37) Total Work Performed on Change Order #6 $ 142,200.00 Extra Work on Approved Change Orders $ 434,713.29 Total Value of Work to Date $ 3,355,528.29 Less Amount Retained at 1% $ Net Amount Earned on Contract $ 3,355,528.29 Less Amount of Previous Invoices $ 3,321,973.01 Correction for Pay Estimate #15 $ (0.78) Balance Due This Estimate $ 33,554.50 Percentage of Contract Invoiced to Date 100.00% Percentage of Contract Remaining 0% APPROVAL: Contractor: Date: q ABco, Ltd.' �— LOwner: Aw�,XA Date: City of Beaumont -s1 RESOLUTION NO WHEREAS, on August 9, 2011, the City Council of the City of Beaumont, Texas, passed Resolution No. 11-217 awarding a contract in the amount of $2,920,815.00 to Allco, LLC, Beaumont, Texas, for the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project; and, WHEREAS, on July 17, 2012, the City Council of the City of Beaumont, Texas, passed Resolution No. 12-152 authorizing Change Order No. 1, in the amount of $78,646.66, to furnish all necessary labor, materials, and equipment to remove and replace existing sluice gate brackets at influent channels; remove and replace the existing light fixtures in the bar screen and influent pump area, modify digester baffles at telescopic valves, extend the 12" blowoff on blower header piping at the digesters; pipeburst the existing 10" concrete drain line into the influent building; furnish and install a new high flow bar screen in lieu of rehabilitation of the existing bar screen; and furnish and install a new 30" diameter sanitary sewer force main to the wastewater treatment plant influent box including pipe and fittings, a new manhole, concrete repair, and a temporary entrance to the Wastewater Treatment Plant; thereby increasing the contract amount to $2,999,461.66; and, WHEREAS, on February 11, 2013, the City Manager executed Change Order No. 2, in the amount of $9,921.00, to furnish all necessary labor, equipment, and materials to prepare and paint the existing walls, ceiling, and floor of the influent pump room, thereby increasing the contract amount to $3,009,382.66; and, WHEREAS, on April 24, 2013, the City Manager executed Change Order No. 3, in the amount of $8,662.00, to furnish all necessary labor, equipment, and materials to prepare and paint the existing spiral stairway to the influent pump room and the four existing influent pumps and piping; and, to reduce the costs for foam control and screening removal, thereby increasing the contract amount to $3,018,044.66; and, WHERAS, on June 25, 2013, the City Council of the City of Beaumont, Texas, passed Resolution No. 13-137 authorizing Change Order No. 4, in the amount of $196,722, to furnish all necessary engineering design, labor, materials, and equipment to replace the existing walls and roofs and to rehabilitate, seal and connect the bases of the existing sewer junction boxes at the main entrance and northeast corner of the Wastewater Treatment Plant; and, to delete Additive Bid Item 6 for the proposed 42 - inch bypass line, thereby increasing the contract amount to $3,214,766.66; and, WHEREAS, on April 28, 2014, the City Manager executed Change Order No. 5, in the amount of ($1,438.37) to furnish labor and materials to replace the existing roof drain at the Influent Building; furnish labor and materials to repair the floor and wet well top in the Influent Building; reduce Additive Bid Item 4, remove grit from Digester Units; furnish labor and materials to replace screenings conveyor belt furnished by manufacturer and clean screenings debris from conveyor during delivery period; and, reduce Bid Item 23 for foam control and influent screenings removal/disposal, thereby decreasing the contract amount to $3,213,328.29, and, WHEREAS, Change Order No. 6, in the amount of $142,200.00, is required to adjust the amount of Bid Item No. 6, Bypass Pumping, from three (3) months to five (5) months, thereby increasing the contract amount to $3,355,528.29; and, WHEREAS, the project has been inspected by the Schaumburg & Polk, Inc. and the Water Utilities Department 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. 6 in the amount of $142,200.00, for the additional work described above, thereby increasing the contract amount to $3,355,528.29, for the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the Wastewater Treatment Plant Bar Screen Replacement and Digester Rehabilitation Project be and the same is hereby found to be complete in accordance with the terms of the contract and is accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $160,260.16 to Allco, LLC, of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - cm April 25, 2017 Consider a resolution authorizing the City Manager to execute Change Order No. 10, accept maintenance, and authorize a final payment to Allco, LLC, for the South Park Drainage Improvement Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 10, accept maintenance, and authorize a final payment to Allco, LLC, of Beaumont, Texas for the South Park Drainage Improvement Project. On April 9, 2013, by Resolution No. 13-082, City Council awarded a contract to Allco, LLC, of Beaumont, Texas in the amount of $12,330,865 for the South Park Drainage Improvement Project. A grant in the amount of $11,339,401, (which included engineering and project management fees) was received from the Texas Community Development Block Grant (CDBG) Disaster Recovery Program Round 2. 1, administered by The General Land Office (GLO), for this project. On March 25, 2015, Amendment No. 2 was executed reallocating $2,376,853 from the Round 2.2 grant to the Round 2.1 grant to compensate for increased changes to the project associated with unforeseen project alterations. Previous Change Order Nos. 1-9 were approved in the amount of $526,884.28 that increased the contract amount to $12,857,749.28. Change Order No. 10, in the amount of $108,649.28, is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. The adjustment in quantities will result in a final contract amount $12,966,398.56. 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. A final payment in the amount of $751,628.25 will be paid to the contractor. South Park Change Order No. 10 and Final Payment April 25, 2017 Page 2 FUNDING SOURCE Disaster Grant funds and the Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO.14-225 WHEREAS, on April 9, 2013, the City Council of the City of Beaumont, Texas passed Resolution No. 13-082 awarding a contract in the amount of $12,330,865 to Allco, LLC, of Beaumont, Texas, for the South Park Drainage Improvement Project; and, WHEREAS, on August 12, 2013, the City Manager executed Change Order No. 1, in the amount of $7,705 to furnish a temporary fence within the Chemtrade Chemical Plant, thereby increasing the contract amount to $12,338,570; and, WHEREAS, on October 21, 2013, the City Manager executed Change Order No. 2, in the amount of $9,863.99 for the construction of a concrete wingwall at the outfall inside the Chemtrade Chemical Plant, thereby increasing the contract amount to $12,348,433.99; and, WHEREAS, on November 25, 2013, the City Managerexecuted Change Order No. 3, in the amount of $3,173.81 for the removal of a raised median for driveway access to LIT and SETX Food Bank, thereby increasing the contract amount to $12,351,607.80; and, WHEREAS, on February 20, 2014, the City Manager executed Change Order No. 4, in the amount of $5,665.38 for the addition of reinforcing steel in the concrete roadway, thereby increasing the contract amount to $12,357,273.18; and, WHEREAS, on March 4, 2014, the City Council of the City of Beaumont, Texas passed Resolution No. 14-057 authorizing the City Manager to execute Change Order No. 5, in the amount of $23,059.13, to include costs associated with realignment of the storm sewerwithin the KCS railroad crossing easement and a deduction for eliminating the prime coat and embankment material, thereby increasing the contract amount to $12,380,332.31; and, WHEREAS, on March 28, 2014, the City Manager executed Change Order No. 6, in the amount of $6,294.22, for all costs associated with the installation of cement stabilized backfill at the junction box on MILK feeder road, removal and installation of pipe and inlets on East Lavaca, the removal and shoring costs and installation of field modifications for a by-pass pumping access point, thereby increasing the contract amount to $12,386,626.53; and, WHEREAS, on May 27, 2014, the City Council of the City of Beaumont, Texas passed Resolution No. 14-119 authorizing the City Manager to execute Change Order No. 7, in the amount of $143,400, to include costs associated with bypass pumping of the storm water within the construction area to the existing storm sewer system, thereby increasing the contract amount to $12,530,026.53; and, WHEREAS, Change Order No. 8, in the amount of $327,722.75, is required to utilize the Hybrid Bore Process to install two new water lines under the railroad tracks and special shoring due to the depth of the bore, thereby increasing the contract amount to $12,857,749.28; 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. 8 for additional work described above, thereby increasing the contract amount by $327,722.75 for a total contract amount of $12,857,749.28 for the South Park Drainage Improvement Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 7th day of October, 2014.„n`U✓���F+ / Ma 1 Beck Ames all GLO CONTRACT No. 12-214-000-5514 COMMUNITY DEVELOPMENT BLOCK GRANT- ROUND 2.1 FUNDING DISASTER RECOVERY PROGRAM AMENDMENT No. 2 STATE OF TEXAS COUNTY OF TRAVIS The GENERAL LAND OFFICE (the "GLO"), a Texas state agency, and the CITY OF BEAUMONT ("Grantee"), each a "Party" and collectively "the Parties," Parties to that certain grant agreement effective December 4, 2011, and denominated GLO Contract No. 12-214-000-5514 (the "Contract"), as amended, now desire to further amend the Contract. WHEREAS, the parties desire to revise the Performance Statement; and WHEREAS, the parties desire to revise the Budget to increase the overall funding of the Contract; and Now, THEREFORE, the Parties hereby agree to amend and modify the Contract as follows: 1. SECTION 1.01 (b) of the Contract, GRANT AWARD, is hereby amended and modified by adding funding in the amount of TWO MILLION THREE HUNDRED SEVENTY-SIX THOUSAND EIGHT HUNDRED FIFTY-THREE DOLLARS ($2,376,853.00) for a total amount not to exceed THIRTEEN MILLION SEVEN HUNDRED SIXTEEN THOUSAND TWO HUNDRED FIFTY-FOUR DOLLARS ($13,716,254.00) for the duration of this Contract. 2. ATTACHMENT A of the Contract, Performance Statement and Implementation Schedule, is hereby deleted in its entirety and replaced with the Revised Performance Statement and Implementation Schedule, attached hereto and incorporated herein for al l purposes in its entirety as ATTACHMENT A-1. 3. ATTACHMENT B of the Contract, Project Budget, is hereby deleted in its entirety and replaced with the Revised Project Budget, attached hereto and incorporated herein for all purposes in its entirety as ATTACHMENT B-1. 4. This Amendment No. 2 shall be effective as of the date executed by the last Party. 5. Except as amended and modified by this Amendment No. 2, all terms and conditions of the Contract, as amended, shall remain in full force and effect. 6. Further material revisions to the Contract shall be by written agreement of the parties. SIGNATURE PAGE FOLLOWS GLO Contract No. 12-214-000-5514 Amendment No. 2 Page I of 1 DocuSipn Envelope ID: BDFC5809-DCE9-4405-AD79-4B84EA04A331 SIGNATURE PAGE FOR AMENDMENT No. 2 TO GLO CONTRACT No. 12-214-000-5514 ROUND 2.1 FUNDING OFFICE Larry L. Laine, Chief Clerk/ Deputy Land Com, •ssion z / Date of execution! CRs W ,.� PM Deputy_ s AGC GQ� CITY OF BEAUMONT By: L L Name: Title: Date of execution: ATTACHED TO THIS AMENDMENT: ATTACHMENTr A-1: Revised Performance Statement and Implementation Schedule ATTACHMENT B-1: Revised Project Budget ATTACHMENTS FOLLOW DocuSign Envelope ID: BDFC58B9-DCE9A405-AD79-4684EA04A331 Attachment A-1 Amendment No. 2 GLO Contract No. 12-214.004.5514 Page 1 of 3 Revised Performance Statement and Implementation Schedule City of Beaumont Grantee shall carry out the following activities in the target area identified in its 2008 Texas CDBG Disaster Recovery Supplemental Grant application to aid areas most impacted and distressed by Hurricanes Ike or Dolly. The persons to benefit from the activities described in this Performance Statement must be receiving service or a benefit from the use of the new or improved facilities and activities for the contract obligations to be fulfilled, Grantee shall ensure that the amount of funds expended for each activity described does not exceed the amount specified for such activity in Attachment B, Budget. As a result of Hurricane Ike on September 13, 2008, the city sustained flooding that resulted in drainage infrastructure failure. The existing drainage system and roadway infrastructure failed to function because the current drainage system was unable to convey the volume of water generated during Hurricane Ike. The failure of the drainage system to function threatened the public health, safety, and welfare of all served by this facility due to flooding, including roads and homes. The city is in need of adequately -sized drainage infrastructure to reduce flooding. Flood and Drainage Facilities -5 South Park Drainage Improvements The South Park drainage area is located in the Southeast portion of the City of Beaumont and is composed of three major sub areas: Moore Street, South Park, and Threadneedle watersheds. The project will install additional storm sewer boxes and pipes and connect them to the existing system. These interconnects will allow for the re -direction of flow to the Neches River and relieve the current outfall, and allow for the interconnect of the three main sub areas. The existing asphalt roads and ditches will be reconstructed to a concrete road with curb and gutter, including a new storm sewer system. The existing roadway, approximately twenty feet (20 ft.) wide and will be widened to approximately twenty-seven feet (27 ft.). Grantee shall install new a storm sewer system, including concrete box culverts at major road crossings, headwalls, storm sewer pipe, manholes, inlets, adjust manholes and inlets, cement stabilized backfill, and perform excavation. Roadway items include dense graded hot mix asphalt for roadway transitions, concrete paving six inches in depth with curb and gutter, cement stabilized backfill, driveways (repair), sidewalks, removing stabilized base and asphalt, signing, and pavement markings. Other miscellaneous items include preparing right of way, removing concrete and concrete structures, sodding for erosion control, excavation for structures, railroad crossing repair, utility repair, upgrade and relocation, and performing site work associated with construction. Construction shall take place in southeast Beaumont (South Park Drainage Area), including the following roadway corridors: ROAD: FROM: TO: DocuSign Envelope ID; BDFC58B9.DCE9-4405-AD79.4B84EA04A331 Attachment A-1 Amendment No. 2 GLO Contract No. 12-214-000,5514 Page 2 of 3 Reed Street E. Threadneedle Street E. Lavaca Street Grandbe Street E. Lavaca Street E. Woodrow Street Adams Street Reed Street MLK Parkway MLK Parkway Adams Street E. Lavaca Street E. Lavaca Street MLK Parkway Existing Ditch at Olin Road E. Woodrow Street Grandberry Street Maddox Street Maddox Street E. Woodrow Street E. Virginia Street E. Lavaca Street Grandberry Street Reed Street Construction of the culvert crossing will take place at Spur 380 (MLK Parkway) north of Lavaca Street, and at the railroad crossing. Proposed improvements will significantly increase the capacity of the drainage system and reduce flooding. These activities shall benefit five thousand six hundred sixty (5,660) persons, of which three thousand six hundred sixty-seven (3,667), or sixty-four percent (64%), are of low to moderate income. Engineering -30 Grantee shall ensure the amount of the funds expended for all eligible project -related engineering services, including preliminary and final design plans and specifications, all interim and final inspections, and all special services, does not exceed the amount specified for engineering in Attachment B, Budget. Planning / Project Delivery -33 Grantee shall ensure the amount of the funds expended for all eligible project -related "planning / project delivery" administration activities, including the required annual program compliance and fiscal audit, does not exceed the amount specified for Planning / Project Delivery in Attachment B, Budget. Project Implementation Schedule Grantee: Beaumont Description pays 1 2 3 4 5 6 7 8 9 io 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 2E 27 28 29 30 31 32 a3 34 35 3E 37 38 39 40 Activity: 5 Project: South Park Drainage Improvements The proposed w6rk includes storm sewer installation. Engineering Procurement/Contracting 75 I 1 1 I I j j j l lj 77 3C% Design & Submittal 90 I j Environmental Procurement/Contracting' 30 I Environmental ERR Preparation & Submittal 60 I Environmental ERR Certification 60 i Acquisitionz j ! 60% Design & Submittal3 90 ' ! I 100% Design & Submittal (Plans/Sp@cs/Permits)` g 60 t I Design Acceptance 14 I � 1 Advertise 30 I I 1 I Bid Openirig 30 l Award 30 I Constructions 720 Closeout Completion 20 Envirorun(antal procurement/contracting is assumed to start the day following the 30% design submittal. Acquisition is assumed to start the day following the 30% design submittal. 60% design is assumed to start two (2) weeks after the 300A design submittal for review. ` 100% design is assumed to start two (2) weeks after the 60% design submittal for review. s Construction is assumed to start four (4) weeks after construction award or four (4) weeks after design completion if biddin<1/award is not applicable. e Closeout Completion is assumed to occur 30 calendar days atter closeout documents are submitted for review/approval- 0 0 n c m J N 0 v M m 0 n 0 U W 00 cD 0 m m b A 0 D A M OU A m D m C) D 2 O m w 0 CIL 3 o C w"a T m z o D 9 N DocuSign Envelope ID: BDFC58B9-DCE9.4405-AD79-4BB4EA04A331 Attachment B-1 Amendment No. 2 GLO Contract No.12-214-000-5514 Page 1 of 1 REVISED PROJECT BUDGET LINE CATEGORIES 5. Flood and Drainage Facilities 30. Engineering/Architectural Serv. (Total for all construction accounts) 33. Planning / Project Delivery TOTALS CITY OF BEAUMONT CONTRACT OTHER FUNDS FUNDS TOTAL $ $ '364,062 $ 12,493,687 12,857,749 $ 807,029$ $ 807,029 $ 415,538 $ $ 415,538 $ 13,716,254 $ '364,062 $ 14,080,316 of Beaumont Capital Improvements Program - $364,062 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Certificate of Completion Envelope Number: BDFC58B9DCE94405AD794B84EA04A331 Subject: Over 1 Million: 12-214-000-5514 City of Beaumont A-2 Source Envelope: Document Pages: 10 Signatures: 0 Certificate Pages: 3 Initials: 6 AutoNav: Enabled Envelopeld Stamping: Enabled Record Tracking Status: Original 2/13/2015 CT Signer Events Arjun Atholi arjun.atholi@glo.texas.gov Texas General Land Office Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered ID: Ashley Healy ashley.healy@glo.texas.gov General Land Office Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered ID: Judith Beers contractsteam@glo.texas.gov Texas General Land Office Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered ID: Jorge Ramirez jorge.ramirez@glo.texas.gov Texas General Land Office Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered 1D: Holder: Arjun Atholi arjun.atholi@glo.texas.gov Signature as Using IP Address: 204.65.210.86 Using IP Address: 204.65.210.67 F ogs �J Using IP Address: 67.79.6.50 Using I P Address: 204.65.210.190 Status: Completed Envelope Originator: Adun Atholi 1700 N Congress Ave Ste 935 Austin, TX 78701-1495 arjun.atholi@glo.texas.gov IP Address: 204.65.210.86 Location: DocuSign Timestamp Sent: 2/13/2015 CT Viewed: 2/13/2015 CT Signed: 2113/2015 CT Sent: 2/13/2015 CT Viewed: 2119/2015 CT Signed: 2/19/2015 CT Sent: 2/19/2015 CT Viewed: 2/19/2015 CT Signed: 2/19/2015 CT Sent: 2/19/2015 CT Viewed: 2/19/2015 CT Signed: 2/19/2015 CT pocu. ii 51C VK d0 Signer Events Signature Timestamp Christopher BurnettSent: Status 2/19/2015 CT Christopher.burnett@glo.texas.gov AL" Viewed: 2/1912015 CT Texas General Land Office Signed: 2/19/2015 CT Security Level: Email, Account Authentication Using IP Address: 204.65.210.129 dennis.ku@glo.texas.gov (None) ED Electronic Record and Signature Disclosure: Texas General Land Office Not Offered Security Level: Email, Account Authentication ID: (None) Anne Idsal Ds Sent: 2/19/2015 CT anne.idsal@glo.texas.gov Not Offered f�+�—,� Viewed: 2/19/2015 CT Texas General Land Office Signed: 2/19/2015 CT Security Level: Email, Account Authentication Using IP Address: 204.65.210.236 --co-PIED o PT D (None) Sent: 2/19/2015 CT matthew.anderson@glo.texas.gov Electronic Record and Signature Disclosure: L L� E Not Offered Texas General Land Office ID: Security Level: Email, Account Authentication In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Tlmestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Dennis Ku�� Sent: 2/19/2015 CT dennis.ku@glo.texas.gov ED Texas General Land Office Security Level: Email, Account Authentication (None) Electronic Record and Signature disclosure: Not Offered ID: Matthew Andreson --co-PIED o PT D Sent: 2/19/2015 CT matthew.anderson@glo.texas.gov L L� E Texas General Land Office Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered ID: Katy Sellers Sent: 2/1912015 CT katy. sel Iers@g Io. texa s. gov COPIED Texas General Land Office Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered ID: Notary Events Timestamp Envelope Summary Events Status Timestamps Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 2/19/2015 CT Certified Delivered Security Checked 2/19/2015 CT Signing Complete Security Checked 2/19/2015 CT Completed Security Checked 2119/2015 CT PURCHASE REQUISITION REQUISITION 305- 12-0833 Texas General Land Office NUMBER _ Do Rot place an Order. The Purchasing Department MUST SEND TO LEGAL SERVICES? ❑YES El NO EXISTING CONTRACT DRS210012 �•'a,' 1$`Y� place this order in compliance with State Laws and Regulations NUMBER GLO# 12-214-000-5514 Program/Division Contact for further Information Phone Number Date Prepared Disaster Recove Ilene Arguello 512-475-5073 December 22, 2014 Project Title or Purpose for this Requisition The City of Beaumont (Grantee) requires an Amendment (Amendment No. 2) to revise Attachment A (Performance Statement and Implementation Schedule), and Attachment B (Budget). Total grant funds: $13,716,254.00 (Non -housing). El Request a NEW CONTRACT LJ Deadline - DATE: for Contract or Amendment, if an(Must include Deputy Memo _711equest an AMENDMENT to an existing contract due to: FUNDINGS URCES tate or Federal / types- NOAA / MI%IS, etc.: HUD Vendor I.D. 74-6000278 (Legal Approv,20Date: - - / Vendor City of Beaumont Project Manager/Phone #: Su cried Vendor: Name Address City of Beaumont Vendor Contact Person: Becky Ames Phone & Fax Numbers: 409-880-3708 Cit /State Beaumont, TX '/_i 77704 E-mail address: kha e5 ei.beaLIMont.tx.us DT/PCC Fund Com t. Ob'. GLO Code PCA Amount Budge m,,, Ry; Entry pact: _Amp. __ _ _ 13 1 'i 11 13046 1111001) 42111 � 21638 - Notes/Comments: ITEM CLASS - ITEM/ DESCRIPTION OF PRODUCT/SERVICE QUANTITY UOM UNIT EXTENDED COMMODITY CODE PRICE PRICE CDBG Disaster Recovcr Grant Program lir::lntPfi IAIP Contract No 1202140(00 Grant No 4.15012 O No 5514 ADDITIONAL PAGE TOTAL: CONTRACT DATES: FROM: 10/4/2011 12/31/21 GRAND TOTAL: $0.00 DIRECTOR DArP I$•TlrCNNOLOGf%COMPUTB@ RIUMD LtAIT - Jorge Ramirezi=_ „ DEP 7Y DATE P10 - PUBLICATI N ELA TED DA TB �A D�I�T-IU��� & F K-$5,000 D R DATE _5 HUB VENDOR: RECYCLED PRODUCT POSTED ON ESBD ❑Yes ❑ No VCID LJ IDAT8T0 REFERS LEGAL Purch. Type: Processed B es No E-1 Recycled content T ack Woman AsianOrder/Bc ❑ E-2 Remanufacturedispanic in Date: Date: ❑ E-4 Env. Sensitive ative American Duc/End Date: MIP Entry: EXEMPTION sTATuTE/pEsrRipTru BOND FUND (use of funds to pay expenses related to the Land) -TX. Nal. LEGAL TEXT ❑ PERMANENT SCHOOL FUND INVESTMENTS -TX. Nat. Res. Code 51.402 Res. Code, Title 7, Chapter 161, Subchapter A, Section 161.175 ❑ POSTAGE -General Appropriations Act. 74th Leg, Session, Sec. 9, BOND FUND (use of funds to pay bond expenses) -TX. Nat. Res. Code, HB 1, Sec. 33 (Purchase of Postage) Title 7, Chapter 161, Subchapter A, Section 161,176 ❑ PROFESSIONAL SERVICES -TX. Gov. Code, Title 10, Subtitle F, Sec. BOND FUND (for printing) -TX. Not. Res. Code, Chapter 161, Ref. 2155.001, Chapter 2254, Subchapter A, Sec. 2254.001 Subchapter A, Section 161.176(3) ❑ PURCHASE OF LAND -TX. Nat. Res. Code, Section 51.402 ❑ CEPRA-TX. Natural Resource Code, Chapter 33, Subchapter H ❑ REAL ESTATE TRANSACTION -TX. Nat. Resource Code, Ann 31.158(d) ❑CEPRA-TX. Natural Resource Code, Chapter 33, Subchapter H/TX. Gov. TELEPHONE/UTILITIES-TX. Gov. Code, Chapter 2155, Ref. 2155.01(d) Code, Title 10, Chapter 2155, Subchapter 2155.147 TRAINING -TX. Gov. Code, Title 6, Subtitle B, Section 656.044 ❑CONSULTING SERVICES -TX. Gov. Code, Title 10, Subtitle F, Sec. Ret. VET HOMES -TX. Nat. Res. Code, Chapter 164 (Senate Bill) 2155.001, Chapter 2254, Subchapter B, Sec. 2254.021 ❑GRANTS -TX. Gov. Code, Title 10, Subtitle D, Section 2155.140 TERAGENCY CONTRACT -TX. Gov. Code, Title 7, Chapter 771 INTERLOCAL CONTRACT -TX, Gov. Code, Title 7, Chapter 791 Z❑ MAIL SERVICES - TX. Gov. Code, Title 10, Subtitle D, Chapter 2162.105 ❑OSPRA-TX. Nat. Res. Code, Chapter 40 ❑OUTSIDE COUNSEL -TX. Gov. Code 2254.024 []OTHER - ALL OBLIGATIONS GREATER THAN $25,000 MUST BE ADVERTISED ON THE ELECTRONIC STATE BUSINESS DAILY Susan Morgan MEMORANDUM Texas General Land Office Jerry Patterson Commissioner Dennis 'EV L5°M'2'.'. 11. DATE: December 22, 2014 KU WW :2011.1,1116 01M%A Oti.0p TO: Dennis Ku, Infstr. Program Manager: Disaster Recovery Program FROM: Maureen Mahoney(512) 475-5044, Disaster Recovery Program DR CONTRACT GLO CONTRACT: DRS210012 12-214-000-5514 COMMUNITY NAME: City of Beaumont PURPOSE: Round 2.1 Amendment No. 2 Executive Summary This amendment is in conjunction with a contract amendment for in which funds are being reallocated from the Round 2.2 grant in the amount of $2,376,853.00 to Round 2.1 Contract # 12- 214-000-5514 for South Park Drainage Improvement project. This amendment reduces the scope of the project to over cost associated to the project. The issues that have contributed to these changes are due to rising cost of construction and increased changes to the project associated to unforeseen project alterations. There are no changes to the environmenal review and the beneficiaries remain the same. Description / Justification This Amendment requires the following: Performance Statement: Changes made to performance statement • Implementation Schedule: No change. • Contract Term Dates: No change. Budget Activity Table la - Contract Funds Added/(Decreased) Prior Budget I n..A--+ Current Budget 5 - Flood and Drainage Facilities (South Parkl $10,116,834.00 I $2,376,853.00 �12,493,687.00 Drainave) I TOTAL FUNDS 1 $11,339,401.00 1 $2,376,853.00 1 $13,716,254.00 1.A\ MEMORANDUM Texas General Land Office • Jerry Patterson Commissioner Beneficiaries: No Change. CITY OF BEAUMONT Pg. I oft DATE: August 2, 2016 PROJECT: South Park Drainage Improvement Project OWNER CITY OF BEAUMONT CONTRACTOR: ALLCO CHANGE ORDER NO.: 10 THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adjust the estimated quantities to reflect the actual quantities used in the completion of the project From East Lavaca Street To East Virginia Street Item Nn. Item Code Deuription Unit Original Original Final Quantity Ugh Price Total 104 REMOV CONIC SIDEWALKS LF 3,937.00 3,626.00 S 2.83 $ (880.13) 104 REMOVCONCPAVINO SY 10,936.00 9,011.26 S 7.00 S (13,473.18) 104 REMOV CONIC DRIVEWAYS SY 1,237.00 883.78 $ 9.82 $ (3,468.62) 105 2011 REMOV STAB BASE AND ASPHALT (2'-6") SY 14,719.00 17,712.OD S 4.76 S 14,246.68 110 2001 EXCAVATION CY 7,250.00 6,876.00 S 11.28 $ (4,218.72) 164 2008 SEEDING FOR EROSION CONTROL (PERMXURBANXCLAY) AC 5.05 2.051 S 850.00 $ (2,550.00) 166 2002 FERTILIZER (16-8-8 OR 16-20-0) TONS 1.01 0.41 S 1,200.00 S (720.00) 276 2205a 6' CEM TRT (PLNI MXXCL N)(TY E)(GR 4) SY 26,918.40 28,730.72 S 18.84 S 34,144.11 292 2007 6- ASPH BASE (OR 4XPO 64) TONS 1,693.00 1,611.14 $ 83.22 S (6,812.39) 310 2001 PRIME (MC -30 OR AE -P) GALS 1,422.00 0.00 S 5.16 S (7,337.52) 340 2001 HO'i"MIX ASPHT TY'D' P064.22 TONS 373.00 843.05 S 166.66 S 78,338.53 360 2023a CONC PVMT(JOINTED-CPCD)6^(CLASS P) SY 21,507.10 21,896.06 S 43.45 S 16,900.31 0 9000 CONC PVMT (JOINTED -CPLD) 9" (CLASS P)(o4 REBAR)(C04) SY 3,791.00 4,004.90 S 50.46 S 10,793.39 0 9100 CONC PVMT(JOINTED-CPLD) IV(CLASS PX04 RF-BARXCO4) SY 1,067.00 1,248.88 S 77.75 S 14,141.17 0 2001 SEWFR EXCAVATION CY 46950.00 55178.75 S 0.10 $ 822.88 0 r 2003 EMBANKMENT TYP"B"(FINAL)(ORD COMP) CY 14881.00 20632.55 $ 0.10 S 575.16 0 2005 CEMENT STABILIZED BACKFILL CY 12092.00 12533.00 $ 41.44 S 18,275.04 2 2001 TRENCH PROTECTION (PIPE) LF l1175.00 10474.00 $ 0,10 $ (70.10) 3 2001 TRENCH PROTECTION (STRUCTURESXSPL) SF 22810.00 22327.00 S 0.10 $ (48.30) 432 2002 RIPRAP (CONCRETE 5") CY 120.00 12.28 $ 197.01 S (21,221.92) 432 2005 RIPRAP(STONE COMMON)(DRY 6') CY 221.77 265.07 S 150.00 S 6,495.00 462 2005a 4'X 4'BOX SEWER LF 2042.00 1936.OD S 304.95 $ (32,325.10) 462 2009a 5'X 5' BOX SEWER LF 1058.00 1117.00 S 353.46 S 20,854.29 462 20122 6'X 5' BOX SEWER LF 986.00 994.00 S 389.83 $ 3,118.63 462 2030 10' X G BOX SEWER LF 4700.00 4709.00 S 563.81 $ 5,074.29 462 72" DIA. (IM) STEEL PIPE (COLD TAR EPDXY COATED) LF 428.00 430.00 S 600.00 $ 1,200.00 461 CURB INLETS (TY -B')(COMPL) EA 35.00 30.50 S 3,100.00 S (13,950.00) 465 20D7 CURB INLET EXTENSIONS EA 11.00 13.00 $ 1,400.00 $ 2,800.00 465 GRATE INLETS(DROPXCOMPL) EA 1.00 0.00 $ 1,600.00 $ (1,600.00) 465 6X5 Blackout (CINDER BLOCKSXCOR) EA 1.00 0.00 $ 600.00 S (600.00) 467 4:1 SAFETY END TREATMENT (COWL) EA 31.00 29.00 $ 375.OD S (750.00) 471 2003 FRAMES, ORATES, RINGS AND COVERS EA 99.00 92.00 $ 250.00 S (1,750.00) 472 2001 REMOVE AND RELAY 12" CONC STORM SEWER LF 9.00 0.00 S 25.18 $ (226.62) 472 2002 REMOVE AND RELAY 15" CONC STORM SEWER LF 20.00 0.00 S 27.18 $ (543.60) 472 2003 REMOVE AND RELAY 18" CONC STORM SEWER LF 68.DO 88.00 S 30.18 S 603.60 472 2011 REMOVE AND RELAY 48" CONC STORM SEWER LF 20.00 40.00 S 121.18 S 2,423.60 479 2007 AD1 MANHOLES - EA 24.00 11.00 S 250.00 $ (3,250.00) 496 2004 REMOV STR (SMALL) EA 87.00 60.001 S 335.00 $ (9,045.00) 4% 2007 REMOV STR (PIPE) LF 9160.00 7382.00 S 5.59 S (9,939.02) 502 2001 BARRICADES, SIGNS AND TRAFFIC HANDLING MO 24.00 28.00 S 2,335.25 S 9,341.00 506 TEMPORARY EROSION AND SEDIMENT CONTROL MO 24.00 29.00 S 250.00 $ %M.00 512 1POKFABLE TRAFFIC BARRIER (FURNIST4 AND INSTALL) LF 200.00 480.00$ 47.01 $ 13,162.80 511 PORTABLE TRAFFIC BARRIER (MOVE) LF 600.00 750.00 $ 40.00 S 6,000.00 512 PORTABLE TRAFFIC BARRIER (REMOVE) LF 200.00 450.00 $ 47.01 S 11,752.50 529 2006 MONO CURB LF 15188.00 15699.00 $ 3.14 S 1,604.54 530 2110 5" CO' DRIVEWAYS SY 2925.00 3008.96 $ 52.69 $ 4,423.85 831 S' SIDWALKS (4" THICK) INCLUDES WHEELCHAIR RAMPS) SY 5005.00 6114.79 $ 48.25 S 53,547.37 540 2031 MTL BM FN (DOUBLE SIDEDXREMOVE R RESET) LF 40.00 50.00 $ 34.70 S 347.00 636 2001 ALUMINUM SIGNS (TY A) EA 48.00 31.00 S 205.00 S (3,485.00) 0 RFMOVSMRDSN EA 48.00 31.00 S 60.59 S (1,030.03) 1 WK ZN PAV MRK NON-REMOV(4'XWXBRK) LF 240.00 0.00 $ 1.90 S (456.00) WK ZN PAV MRK NON-REMOV (8"XWXSLD) LF 1235.00 0.00 S 3.80 S (4,693.00) 4 WK ZN PAV MRK NON-REMOV (4"XYXSLD) LF 160.00 0.00 S 1.90 $ (304.00) 3 U620 REFLECT PAV MARKING TY -1 (4" XWXBRKXI00 MIL) LF 400.00 290.00 S 1.00 $ (110.OD) 1 REFLECT PAV MARKING TY-1(4"XYXSLDXIOO MIL) LF 700.00 268.00 $ 1.00 $ (432.00) 6 REFLECT PAV MARKOJO TY-I(8"XWXSLDXiDOMIL) LF 1235.00 303.00 S 1.50 $ (1,398.DO) 2 REFLECT PAV MARKING TY-I(12'XWXSLD)(100 MIL) LF 730.00 447.00 S 3.00 $ (849.00) 9 PAVEMENT SEALER (4-) LF 1100.00 558.00 $ 0.25 $ (135.50) 666 1 2191 PAVEMENTSF.ALER(87 LF 1235.00 303.00 $ 0.50 $ (466.00) 666 1 1PAVEMENTSEALER(12') LF 730.001 447.DOI S 1.50 1 $ (424.50) Item No. Item Cods lkaerilMlon Unit Quantity Quantity Unit Price Total 666 2219 PAVEMENT SEALER (ARROW) EA 2.D0 0.00 Y 50.00 S (100.00) 676 2001 PAV SURF PREP FOR MRK W) LF 700.00 558.00 S 0.40 S (56.80) 678 2002 PAV SURF PREP FOR MRK (8•) LF 1235.00 303.00 S 1.00 S (932.00) 678 2003 PAV SURF PREP FOR MAK(12-)LF 730.D0 447.00 S 1.50 $ (424.50) 678 2008 NAV SURF PREP FOR MRK (ARROW) EA 2.00 0.00 S 100.00 $ (200.00) 464 2003 HDP N-12 PIPE (18') LF 2947.00 2879.00 S 18.64 S (1,267.52) 464 2005 14DP N-1 2 PIPE (24") LF 165.00 90.00 S 25.39 $ (1,904.25) 464 2007 HDP N-12 PIPE (30") LF 10.00 52.00 S 45.39 $ 1,906.38 466 001 CONCRETE WINGWALL(PWXCOMPLETEXCO2)VOID IS 0.00 -1.00 S 9,863.99 $ (9,863.99) 9003 001 REMOVE TEMPORARY DRIVEWAY(CO3) EA 1.00 0.00 S 508.01 $ (508.01) 400 5000 CEMENT STABILIZED BACKFILL (2SKXCO6) CY 500.00 593.29 S 48.75 S 4,547.89 7000 002 DIESEL FUEL (BYPASS PUMPINGXCOMP1BTExCO7) GAL 600.00 544.90 S 4.00 S (220.40) 8300 002 Rescue Safety Tam(COS) DAY 74.00 60.00 S 1,500.00 S (21,000.00) 8300 1 003 Railroad Flogger & Observer (Hybrid Bore end hmMion Bm XC.O8) I DAY 1 143.00 125.00 S 2,500.00 S (45,000.00) CHANGE ORDER TOTAL AMOUNT ADDED: I 108,649.28 CONTRACT TIME OF ONE MONTH IS ADDED BY THIS CHANGE ORDER ORIGINAL CONTRACT AMOUNT: 412,330,865.00 NET FROM PREVIOUS CHANGE ORDERS: 412,657,749.28 TOTAL AMOUNT OF THIS CHANGE ORDER: 5108,649.28 PERCENT OF THIS CHANGE ORDER: 0.88% TOTAL PERCENT CHANGE ORDER TO DATE: 5.15% NEW CONTRACT AMOUNT: 412,966,39856 J ACCEPTED BY: y PREPARED BY: ALLCO, LLC. CARLOSAVILES, ROADWAY DESIGNER APPROVED BY: ZHENG TAN, P.E. CITY ENGINEER DR. J PH MAJDA L P ATTESTED BY: TINA BROUSSARD. CITY CLERK AMAZIA VILLARREAL, P -E - CITY UTILITIES ENGINEER KYLE HAYES, CITY MANAGER CITY OF BEAUMONT PAY ESTIMATE RDn _ J9 PROJECT NAME: SOUTHPARK DRAINAGE PROJECT PROJECT NUMBER: ST 2800 t of 5 CONTRACTOR: ALLCO, LLC CONTRACT DATE : May 6, 2013 PAY ESTIMATE#: 31- Final Pay Estimate lCONTRACT CALENDAR DAYS: 1044 CONTRACT AMOUNT : $12,966,398.56 PAY PERIOD: February 1-19, 2016 PERCENT OF TIME USED: 98% CALENDAR DAYS USED: 1021 PERCENT OF WORK COMPLETED : 100.00% CHANGE ORDERS : No.1, No.Z No.3, No-kNo.5,No.6,No.7,No.6 No.9,No.10 ITEM REM DESC. BID Unit PREVIOUS CURRENT TOTAL UNIT PRICE TOTAL NO. CODE CODE DESCRIPTION QUANTITY ESTIMATE ESTIMATE ESTIMATE TO AMOUNT 1 100 2001 PREPARING RIGHT OF WAY 158.00 STA 158.00 0.D0 158.00 $ 473.24 $ 74,771.92 2 104 REMOV CONC SIDEWALKS COS 3,937.00 LF 3626.00 0.00 3626.00 $ 2.83 $ 10,261.58 3 104 REMOV CONIC PAVING COB 10,936.00 SY 9011.26 0.00 9011.26 $ 7.D0 $ 63,078.82 4 104 REMOV CONC DRIVEWAYS COB 1,237.D0 SY 883.78 0.00 883.78 $ 9.82 $ 8,678.72 5 105 2011 REMOV STAB BASE AND ASPHALT 2'$' C08 14,719.00 SY 17712.00 0.00 17712.00 $ 4.76 $ 84,309.12 6 110 2001 EXCAVATION COB 7,750.00 CY 6876.00 0.D0 6876.00 3 11.28 1 $ 77,561.28 7 132 EMBANKMENT BANK RESTORATION 20 TYP'B' FINAL ORD COMP 700.00 LF 575.00 125.00 700.00 $ 27.34 $ 19,138.00 8 132 2002 EMBANKMENT TYP -A' FINAL ORD COMP C05 0.00 CY 0.00 0.00 0.00 $ 19.89 $ - 9 164 2008 SEEDING FOR EROSION CONTROL PERM URBAN CLAY 5.05 AC 0.00 2.05 2.05 $ 850.00 $ 1,742.50 10 166 2002 FERTILIZER 16-8.8 OR 16-20-0 1.01 TONS 0.00 0.41 0.41 $ 1,200.00 $ 492.00 11 276 2205 6' CEM TRT PLNT MX CL N TY E GR 4 re C.O. # B 1,601.60 SY 1601.60 0.00 1601.60 $ 18.00 $ 28,828.80 12 276 2205a V CEM TRT (Pl-NT MX CL N TY E GR 4 wl C.O. # 8 pdco 26,918.40 SY 26782.52 1948.20 28730.72 $ 18.84 $ 541,286.76 13 292 2007 6' ASPH BASE GR 4 PG 64 1,693.00 TONS 1611.14 0.00 1611.14 $ 83.22 $ 134,079.07 14 310 2001 PRIME MC -30 OR AE -P C05 1,422.00 GALS 0.00 0.00 0.00 $ 5.16 $ - 15 340 2001 HOT MIX ASPHT TY -D' PG64-22 (CO8) 373.00 TONS 668.05 175.00 843.05 $ 166.661 $ 140,502.71 16 342 2006 PFC ASPHALT PG 76-22 SAC-A(CO3)0.00 TONS 0.00 0.00 0.00 $ 198.63 1 $ - 17 360 2023 CONC PVMT JOINTED-CPCD 6' CLASS P re C.O. # 8 1,494.90 SY 1494.90 0.00 1494.90 $ 41.00 $ 61,290.90 18 360 2023a CONC PVMT JOINTED-CPCO 6' CLASS P wlC.O. # B price 21,507.10 SY 21896.06 0.00 21896.06 $ 43.45 $ 951,383.81 19 360 2002 CONC PVMT JOINTED-CPCD 9' CLASS P C04 0.00 SY 0.00 0.00 0.00 $ 46.00 $ 20 1 360 9000 CONC PVMT JOINTED -CPLD 9' CLASS P#4 REBAR C04 3,791.00 SY 4004.90 0.00 4004.90 $ 50.46 $ 2D2,087.25 21 360 2011 CONIC PVMT JOINTED-CPCD 10' CLASS P 0.00 SY 0.00 0.00 0.00 $ 73.07 $ - 22 360 9100 CONIC PVMT JOINTED -CPLD 10' CLASS P#4 REBAR C04 1,067.00 SY 1248.88 0.00 1248.88 $ 77.75 $ 97,100.42 23 400 2001 SEWER EXCAVATION C08 46,950.00 CY 55178.75 0.00 55178.75 $ 0.10 $ 5,517.88 24 400 2003 EMBANKMENT TYP'B' FINAL ORD COMP COS 14,881.00 CY 20632.55 0.00 20632.55 $ 0.10 $ 2,063.26 25 400 2005 CEMENT STABILIZED BACKFILL COB 12,092.00 CY 12533.00 0.00 12533.00 $ 41.44 $ 519,367.52 26 402 2001 TRENCH PROTECTION PIPE COB 11,175.00 LF 10474.00 0.00 10474.00 $ 0.10 $ 1,047.40 27 403 2001 TRENCH PROTECTION STRUCTURES SPL 22,810.00 SF 22327.00 0.00 22327.00 $ 0.10 $ 2,232.70 28 432 2002 RIPRAP CONCRETE 5')(C04) 120.00 CY 12.28 0.00 12.28 $ 197.01 $ 2,419.28 29432 2005 RIPRAP STONE COMMON DRY 6° C04 221.77 CY 265.07 0.00 265.07 $ 160.00 $ 39,760.50 30 432 2033 IRIPRAP STONE COMON DRY 12')(CO2) 0.002 Y 0.00 150.00 $ 31 462 2005 14'X 4' BOX SEWER re C.018 0.00 LF 0.00 0.00 0.00 $ 291.32 $ PROJECT NAME: SOUTHPARK DRAINAGE PROJECT PROJECT NUMBER : ST 2800 2 of 5 CONTRACTOR: ALLCO, LLC - - CONTRACT DATE : May 6, 2013 PAY ESTIMATE # : 31- Final Pay Estimate lCONTRACT CALENDAR DAYS: 1044 CONTRACT AMOUNT : $12,966,398.56 IPERCENT OF TIME USED: 99% IPERCENT OF WORK COMPLETED: 100.00% PAY PERIOD: February 1-19, 2016 ICALENDAR DAYS USED: 1021 CHANGE ORDERS: No.l, No.2, No.3, NoA,No.5,No.6,N0.7,No9,No.9,No.10 ITEM NO. 32 ITEM CODE 462 DESC. CODE 2005a DESCRIPTION 4' X 4' BOX SEWER wl C.OA 8 rice BID QUANTITY 2 042.00 Unit LF PREVIOUS ESTIMATE 1936.00 CURRENT ESTIMATE 0.DO TOTAL ESTIMATE TO 1936.00 UNIT PRICE $ 304.95 $ TOTAL AMOUNT 590,390.51 33 462 2008 5' X 4' BOX SEWER a C.O.# 8 0.00 LF 0.DO 0.D0 0.DO $ 324.75 $ - 34 462 2008a 5' X 4' BOX SEWER w! C.O. # 8 rice 653.00 LF 653.00 0.D0 653.00 $ 339.95 S 221,986.24 35 462 2009 5'X 5 BOX SEWER re C.O. # 8 0.00 LF 0.00 0.00 0.00 $ 337.66 $ - 36 462 2009a 5' X S BOX SEWER w! C.O. # 8 rice 1,058.00 LF 1117.00 0.00 1117.00 $ 353.46 $ 394,817.60 37 462 2012 5'X 5 BOX SEWER re C.O. # 8 0.00 LF 0.00 0.00 0.00 $ 372.40 $ - 38 462 2012a 6'X S BOX SEWER wl C.O. # 8 986.00 LF 994.00 0.00 994.00 $ 389.83 $ 387,489.35 39 462 2030 10'X6' BOX SEWER 4,700.00 LF 4709.00 0.00 4709.00 $ 563.81 $ 2,654,981.29 40 462 72' DIA. (I. D) STEEL PIPE COLD TAR EPDXY COATED 428.00 LF 430.00 0.00 430.00 $ 600.00 $ 258,000.00 41 465 CURB INLETS 'A' COMPL C08 44.00 EA 44.00 0.00 44.00 $ 3,000.00 $ 132,000.00 42 465 CURB INLETS 'B' COMPL COS 35.00 EA 30.50 0.00 30.50 $ 3,100.00 $ 94,550.00 43 465 2007 CURB INLET EXTENSIONS 11.00 EA 13.00 0.00 13.00 $ 1,400.00 $ 18 200.00 44 465 GRATE INLETS DROP COMPL C08 1.00 EA 0.00 0.00 0.00 $ 1,600.00 $ - 45 465 JUNCTION BOX 'A' COMPL C08 15.00 EA 15.00 0.00 15.00 $ 21,000.00 $ 315 000.00 46 465 JUNCTION BOX 'A-1' COMPL C08 0.00 EA 0.00 0.00 0.00 $ 35,000.00 $ - 47 465 JUNCTION BOX(TY 'B" COMPL COB 1.00 EA 1.00 0.DO 1.00 $ 19,000.00 $ 19,000.00 48 465 6X5 Blockout CINDER BLOCKS C08 1.00 EA 0.00 0.00 0.00 $ $ 600.00 375.00 $ $ - 10,875.00 49 467 4:1 SAFETY END TREATMENT COMPL COB 31.00 EA 29.00 0.00 29.00 $ 250.00 $ 23,000.00 50 471 2003 FRAMES, GRATES, RINGS AND COVERS COB 99.00 EA 92.00 0.00 92.00 51 472 2001 REMOVE AND RELAY 12' CONC STORM SEWER 9.D0 LF 0.00 0.00 0.00 $ 25.18 $ 52 472 2002 REMOVE AND RELAY 15' CONC STORM SEWER 20.00 LF 0.00 0.00 0.00 $ 27.18 $ - 53 472 2003 REMOVE AND RELAY IT CONC STORM SEWER 68.00 LF 88.00 0.00 88.00 $ 30.18 $ 2,655.84 54 472 2011 REMOVE AND RELAY 48' CONC STORM SEWER 20.00 LF 40.00 0.00 40.00 $ 121.18 $ 4,847.20 55 476 JACKING 72' DIA STEEL PIPE C05 COS 0.00 LF 0.00 0.00 0.00 $ 1,500.71 $ $ - 2,750.00 56 479 2007 ADJ MANHOLES 24.00 EA 11.00 0.00 11.00 $ 250.00 57 496 2004 REMOVSTR SMALL 87.00 EA 60.00 0.00 60.00 $ 335.00 $ 20,100.00 58 496 2007 REMOVSTR PIPE 9,160.00 LF 7382.00 0.00 7382.00 $ 5.59 $ 41,265.38 59 500 MOBILIZATION 1.00 LS 0.90 0.10 1.00 $ 200,000.00 $ 200,000.00 60 502 2001 BARRICADES, SIGNS AND TRAFFIC HANDLING 24.00 MO 24.00 4.00 26.00 $ 2,335.25 $ 65,387.00 61 506 TEMPORARY EROSION AND SEDIMENT CONTROL 24.00 MO 1 24.00 5.00 29.00 1 $ 250.00 $ 7,250.00 62 512 PORTABLE TRAFFIC BARRIER FURNISH AND INSTALL 200.00 LF 480.00 0.00 480.00 $ 47.01 $ 22 564.80 63 512 PORTABLE TRAFFIC BARRIER MOVE 600.00 LF 750.00 0.00 750.00 $ 40.00 $ 30 000.00 64 512 PORTABLE TRAFFIC BARRIER REMOVE 200.00 LF 450.00 0.00 450.00 $ 47.01 $ 21,154.50 65 529 2006 MONO CURB COB 15,188.00 LF 15699.00 0.00 15699.00 $ 3.14 $ 49,294.86 PROJECT NAME: SOUTHPARK DRAINAGE PROJECT PROJECT NUMBER: ST 2800 aas CONTRACTOR: ALLCO, LLC CONTRACT DATE: May 6, 2013 PAY ESTIMATE #; 31- Final Pay Estimate CONTRACT CALENDAR DAYS: 1044 CONTRACTAMOUNT : $12,966,398.56 PERCENT OF TIME USED: 9894 PERCENT OF WORK COMPLETED: 100.0094 PAY PERIOD: February 1-19, 2016 CALENDAR DAYS USED : 1021 CHANGE ORDERS: No.3, No.2 No -3, No.4,No.5,No.6,No.7,No.B No.9,No.10 ITEM ITEM DESC. DESCRIPTION BID Unit PREVIOUS ESTIMATE CURRENT ESTIMATE TOTAL ESTIMATE TO UNIT PRICE TOTAL AMOUNT NO. 66 CODE 530 CODE 2110 5' CONCRETE DRIVEWAYS C08 QUANTITY 2,925.00 SY 3008.96 0.00 3008.96 $ 52.69 $ 158,542.10 67 531 6 SIDWALKS 4" THICK) INCLUDES WHEELCHAIR RAMPS C08 5,005.00 SY 6114.79 0.00 6114.79 $ 48.25 $ 295,038.62 68 540 2031 MTL BM FN DOUBLE SIDED REMOVE & RESET 40.00 LF 50.00 0.00 50.00 $ 34.70 $ 1,735.00 69 536 2001 ALUMINUM SIGNS TY A 48.00 EA 6.00 25.00 31.00 $ 205.00 $ 6,355.00 70 644 2060 REMOV SM RD SN 48.00 EA 31.00 0.D0 31.00 $ 60.59 $ 1,878.29 71 1 662 1 2001 WK ZN PAV MRK NON-REMOV 4' BRK 240.00 LF 0.00 0.00 0.00 $ 1.90 $ $ - 72 662 2012 WK ZN PAV MRK NON-REMOV 8' SLD 1,235.00 LF 0.00 O.DO 0.00 $ 3.80 $ - - 73 662 2014 WK ZN PAV MRK NON-REMOV 4' SLD 160.00 LF 0.00 0.00 0.00 $ $ 1.90 1.00 $ 280.00 74 666 2003 REFLECT PAV MARKING TY -1 4' BRK 100 MIL 400.00 LF 170.00 120.00 290.00 $ 1.00 $ 268.00 75 666 2011 REFLECT PAV MARKING TY -I 4' Y SLD 100 MIL 700.00 LF 0.00 268.00 268.00 1.50 $ 454.50 76 666 2036 REFLECT PAV MARKING TY -1 8' SLD 100 MIL 1,235.00 LF 303.00 0.00 303.00 $ $ 3.00 $ 1,341.00 77 666 2042 REFLECT PAV MARKING TY -1 17 SLD 100 MIL 730.00 LF 447.00 0.00 447.00 $ 0.25 $ 139.50 78 666 2189 PAVEMENT SEALER 4' 1,100.00 LF 170.00 386.00 558.00 0.50 $ 151.50 79 666 2191 PAVEMENT SEALER 8' 1,235.D0 LF 303.00 0.00 303.00 $ 1.50 $ 670.50 80 886 PAVEMENT SEALER 17 730.00 LF 447.00 0.00 447.00 $ 81 666 2219 PAVEMENT SEALER (ARROM 2.00 EA 0.00 0.00 0.00 $ 50.00 0.40 $ $ - 223.20 82 678 2001 PAV SURF PREP FOR MRK 4' 700.00 LF 170.00 388.00 558.00 1 $ 1.00 $ 303.00 83 678 2002 JPAVSURF PREP FOR MRK I 1,235.00 LF 303.00 0.00 303.00 $ 1.50 $ 670.50 84 678 2003 PAY SURF PREP FOR MRK 12" 730.00 LF 447.00 0.00 447.00 $ 85 678 2008 PAV SURF PREP FOR MRK (ARROW)2.00 EA 0.00 0.00 0.00 $ 100.00 $ - ALTERNATES B6 464 2003 HDP N-12 PIPE 18' COB 2,947.00 LF 2879.00 0.00 2879.00 $ 18.64 $ 53,664.56 87 1 464 1 2005 JHDP N-12 PIPE 24' COB 165.00 LF 90.00 1 0.00 1 90.00 $ 25-391 $ 2,285.10 88 1 464 1 2007 jHDP N-12 PIPE 30' C08 10.00 LF 52.00 0.00 52.00 $ 45.391 $ 2,350.28 CHANGE ORDERS 89 9000 001 EXISTING FENCE MODIFICATION C01 1.00 LS 1.00 0.00 1.00 $ 7 705.00 $ 7,705.00 90 466 001 CONCRETE WINGWALL COMPLETE CO2 VOID 0.00 LS -1.00 0.00 -1.00 $ $ 9,863.99 15,113.991 1 $ $ (9,863.99) 15,113.99 91 466 001 CONCRETE WINGWALL COMPLETE CO2 1.00 LS 1.00 0.00 0.00 1.00 1.00 $ 16,466.38 $ 16,466.38 92 9001 001 REMOVE GORE/INSTALL 17 ASPHALT BASE CO3 1.00 EA 1.00 1.00 $ 2,292.53 $ 2,292.53 93 9002 001 INSTALL TEMPORARY DRIVEWAY CO3 C04 1.00 EA 1.00 0.00 - 94 9003 001 REMOVE TEMPORARY DRIVEWAY CO3 C04 1.D0 EA 0.D0 0.00 0.00 $ $ 508.01 1,292.03 t$l 292.03 95 9004 001 PLACE EMBANKMENTISOD GORE CO3 1.00 EA 1.00 0.00 1.00 1.00 $ 19,629.12 9,629.12 96 9005 001 PLACE CONCRETE GOREICU CO3 1.00 EA 1.00 0.00 5.00 $ 172.50 $ 862.50 97 9006 001 SMALL TEMPORARY ROAD SIGN CO3 5.00 EA 5.00 0.00 PROJECT NAME: SOUTHPARK DRAINAGE PROJECT PROJECT NUMBER: ST 2800 4015 CONTRACTOR: ALLCO, LLC PAY ESTIMATE 1/: 31- Final Pay Estimate CONTRACT DATE: lCONTRACT CALENDAR DAYS: May 6, 2013 1044 CONTRACT AMOUNT : $12,966,398.S6 PERCENT OF TIME USED - 98% IPERCENT OF WORK COMPLETED: 100.00% PAY PERIOD: February 1-19, 2016 ICALENDAR DAYS USED: 1021 CHANGE ORDERS : No.L No.;, No -3, No.4,No.5,No.6,No.7,No.6,No.9,No.10 ITEM NO. ITEM CODE DESC. CODE DESCRIPTION BID Unft PREVIOUS CURRENT TOTAL UNIT PRICE TOTAL 98 9007 001 LARGE TEMPORARY ROAD SIGN CO3 QUANTITY ESTIMATE ESTIMATE ESTIMATE TO AMOUNT 99 476 1 5000 JACKING 72' DIA STEEL PIPE C05 CO6 4.00 0.00 EA LF 4.00 0.00 0.00 4.00 $ 258.75 $ 1,035.00 10D 5000 001 E80 SHORING 810'X6' BOX C05 CO6 0.00 LF 0.00 0.00 0.00 0.00 0.00 $ 1,675.71 $ 2,431.24 $ - $ - 101 400 5000 CEMENT STABILIZED BACKFILL 2SK CO6 500.00 CY 593.29 0.00 593.29 $ 48.75 $ 28,922.89 102 464 WW REMOVE EXISTING PIPE AND INSTALL 15' RCP W/LIMESTONE 8 CS C06 353.00 LF 1 353.00 0.00 353.00 $ 52.78 $ 18 631.34 103 465 5000 REMOVE EXISTING INLET AND INSTALL GRADE INLET CO6 4.00 EA 4.00 0.00 4.00 $ 1,935.41 $ 7,741.64 104 465 5001 JUNCTION BOX SMALL W/O RING AND COVER C06 1.00 EA 1.00 0.D0 1.00 $ 13,844.00 $ 13,844.00 105 465 5002 JUNCTION BOX FITTING ON 10'X6' BOX 48' RCP CO6 1.00 EA 1.00 0.00 1.00 $ 32,692.00 $ 32,692.00 106 465 5003 JUNCTION BOX 10'X6' CONNECTION C06 1.00 EA 1.00 0.00 1.00 $ 19,558.00 $ 19,558.00 107 5000 002 FIELD MODIFICATION FOR BY-PASS PUMPING ACCESS POINT CO6 1.00 LS 1.00 0.D0 1.00 $ 22 702.00 $ 22,702.00 108 7000 001a BYPASS PUMPING 121N AND 61N DIESEL PUMPS COMPLETE CO C08 8.00 MO 8.00 0.D0 8.00 $ 22,800.00 $ 180 800.00 109 7000 002 DIESEL FUEL BYPASS PUMPING COMPLETE CO 600.00 GAL 544.90 0.00 544.90 $ 4.00 $ 2,179.60 110 7001 001 SECURITY GUARD CHEMTRADE 9COMPLETE CO 4.00 MO 4.00 0.00 4.00 $ 1,350.00 $ 5,400.00 111 8000 001 ABANDON JACKING 30'X77 DIA STEEL PIPE TERMINATION OF W COB 1.00 LS 1.00 0.00 1.00 $ 124,396.13 $ 124,396.13 112 8000 002 IRAILROAD FLAGGER ABANDONING PI C08 25.00 DAY 25.00 0.00 25.00 $ 2,838.00 $ 70,950.00 113 8000 003 6-80 RAILROAD SHORING COMPLETE COB 1.00 LS 1.00 0.00 1.00 $ 72,934.18 $ 72,934.18 114 1 8000 004 IBACKFILL ABANDONDED BORING PIT COMPLETE COB 1.00 LS 1.00 0.00 1.00 $ 74,066.50 $ 74,066.50 115 8000 005 PLUG ABANDONDED 77 STEEL PIPE 30 FEE COMPLETE COB 1.00 LS 1.00 0.00 1.00 $ 6,868.00 $ 6,666.00 PROJECT NAME: SOUTHPARK DRAINAGE PROJECT PROJECT NUMBER: ST 2800 s as CONTRACTOR: ALLCO, LLC CONTRACT DATE : May 6, 2013 PAY ESTIMATE # : 31- Final Pay Estimate IcoNTRAcr CALENDAR DAYS: 1044 CONTRACT AMOUNT : $12,966,398.56 PERCENT OF TIME USED: 98% PERCENT OF WORK COMPLETED: 100.00% PAY PERIOD: February 1-19,2016 CALENDAR DAYS USED: 1021 CHANGE ORDERS: N0.1, No.2, No3, No.4,No.5,No.6,No.7,No.8,No.9,No.10 ITEM ITEM DESC. BID Unit PREVIOUS CURRENT TOTAL UNIT PRICE TOTAL NO. CODE DESCRIPTION CODE QUANTITY ESTIMATE ESTIMATE ESTIMATE TO AMOUNT 116 6210 001 Shoring Installation and Backfill 48" Hybrid Bore Pits C08 1.00 LS 1.00 0.00 1.00 $ 360,340.00 $ 360,340.00 117 8210 002 Sharing Installation Backfill E80 Junction Box Pits CO8 1.00 LS 1.00 0.00 1.00 $ 64,145.00 $ 64,145.00 118 8220 001 Dewater Bore Pit C08 1.00 LS 1.00 0.00 1.00 $ 124,791.00 $ 124,791.00 119 8200 001 Cooper E-80 Shoring(C08) 6.00 MO 6.00 0.00 6.00 $ 122,193.00 $ 733,158.00 120 8300 001 Gate Guard(C06) 14.00 WK 14.00 0.00 14.00 $ 1,100.00 $ 15,400.00 121 8300 002 Rescue Safety Team C08 74.00 DAY 60.00 0.00 60.00 $ 1,500.00 $ 90,000.00 122 8300 003 Railroad Flagger R Observer (Hybrid Bore and Junction Box COB 143.00 DAY 125.00 0.00 125.00 $ 2,500.00 $ 312,500.00 123 8400 001 E80 Junction Box C08 2.00 EA 2.00 0.00 2.00 $ 215,025.00 $ 430,050.00 124 8500 001 Hybrid Bore 48' Steel Pi C08 430.00 LF 430.00 1 0.00 430.00 $ 2,132.71 $ 917,065.30 PREPARED BY: (j%��!^ GRAND TOTAL AMOUNT OF WORK DONE: $ 12,966,398.S6 Carlos Aviles- Roadway Designer LESS S% RETAINAGE $ - MATERIAL ON HAND: $ - RECOMMENDED BY: 2 HNG TAN, P.E. - CITY ENGINEER SUB TOTAL: $ 12,966,398.56 APPROVED BY: D.J �' " LESS PREVIOUS PAY ESTIMATE : $12,214,770.31 \ DR. JO PH MAJDALANI =PU LIC WORKS DIRECTOR AMOUNT DUE THIS ESTIMATE: $ 751,628.25 I certify that all work and materials covered by this invoice have been completed and/or delivered in accordance with the Contract Documents. ALLCO, LLC, RESOLUTION NO. WHEREAS, on April 9, 2013, the City Council of the City of Beaumont, Texas passed Resolution No. 13-082 awarding a contract in the amount of $12,330,865 to Allco, LLC, of Beaumont, Texas, for the South Park Drainage Improvement Project; and, WHEREAS, on August 12, 2013, the City Manager executed Change Order No. 1, in the amount of $7,705 to furnish a temporary fence within the Chemtrade Chemical Plant, thereby increasing the contract amount to $12,338,570; and, WHEREAS, on October 21, 2013, the City Manager executed Change Order No. 2, in the amount of $9,863.99 for the construction of a concrete wingwall at the outfall inside the Chemtrade Chemical Plant, thereby increasing the contract amount to $12,348,433.99; and, WHEREAS, on November 25, 2013, the City Manager executed Change Order No. 3, in the amount of $3,173.81 for the removal of a raised median for driveway access to LIT and SETX Food Bank, thereby increasing the contract amount to $12,351,607.80; and, WHEREAS, on February 20, 2014, the City Manager executed Change Order No. 4, in the amount of $5,665.38 for the addition of reinforcing steel in the concrete roadway, thereby increasing the contract amount to $12,357,273.18; and, WHEREAS, on March 4, 2014, the City Council of the City of Beaumont, Texas passed Resolution No. 14-057 authorizing the City Manager to execute Change Order No. 5, in the amount of $23,059.13, to include costs associated with realignment of the storm sewer within the KCS railroad crossing easement and a deduction for eliminating the prime coat and embankment material, thereby increasing the contract amount to $12,380,332.31; and, WHEREAS, on March 28, 2014, the City Manager executed Change Order No. 6, in the amount of $6,294.22, for all costs associated with the installation of cement stabilized backfill at the junction box on MLK feeder road, removal and installation of pipe and inlets on East Lavaca, the removal and shoring costs and installation of field modifications for a by-pass pumping access point, thereby increasing the contract amount to $12,386,626.53; and, WHEREAS, on May 27, 2014, the City Council of the City of Beaumont, Texas passed Resolution No. 14-119 authorizing the City Manager to execute Change Order No. 7, in the amount of $143,400, to include costs associated with bypass pumping of the storm water within the construction area to the existing storm sewer system, thereby increasing the contract amount to $12,530,026.53; and, WHEREAS, on October 7, 2014, the City Council of the City of Beaumont, Texas passed Resolution No. 14-225 authorizing the City Manager to execute Change Order No. 8, in the amount of $327,722.75, to utilize the Hybrid Bore Process to install two new water lines under the railroad tracks and special shoring due to the depth of the bore, thereby increasing the contract amount to $12,857,749.28; and, WHEREAS, on September 4, 2015, the City Manager executed Changer Order No. 9, in the amount of $0.00, to add time associated with crossing the KCS Railroad and changes to the boring pits on East Lavaca due to conflict with existing underground waterlines, thereby having no change in the total contract amount of $12,857,749.28; and, WHEREAS, Change Order No. 10, in the amount of $108,649.28, is required 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 $12,966,398.56; 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. 10 to adjust quantities as described above, thereby increasing the contract amount by $108,649.28 for a total contract amount of $12,966,398.56 for the South Park Drainage Improvement Project; and, BE IT FURTHER RESOLVED THAT the South Park Drainage Improvement Project be and the same is hereby found to be complete in accordance with the terms of the contract and is accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $751,628.25 to Allco, LLC, of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - E! April 25, 2017 Consider a resolution authorizing the City Manager to execute Change Order No. 3, and accept maintenance for the South Park Area Water and Sanitary Sewer Improvement Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 3, and accept maintenance for the South Park Area Water and Sanitary Sewer Improvement Project. BACKGROUND On June 4, 2013, by Resolution No. 13-122, City Council awarded Allco, Ltd., of Beaumont, Texas the contract for the South Park Area Water and Sanitary Sewer Improvement Project in the amount of $1,407,669.35. The project furnished all labor, materials, and equipment to rehabilitate the water and sanitary sewer lines along the project limits of the South Park Drainage Improvement Project. Previous Change Order Nos. 1-2, in the amount of $29,930, increased the original contract amount by 2.12% making the new contract amount $1,437,599.35. Proposed Change Order No. 3, is a reduction in the amount of ($683,480.35), and is required to adjust quantities in the contract to reflect the actual quantities used in the completion of the project. During the course of construction, the City modified the overall scope of the South Park Drainage Improvement Project which also reduced the overall scope for the Water and Sanitary Sewer Improvement Project. If Change Order No. 3 is approved, the final contract amount would be $754,119. Throughout the construction process, Allco Ltd., was paid for materials on hand which were not used. The City and Allco Ltd., have met regarding this matter, and Allco Ltd., has returned all materials on hand to its vendors resulting in an overall credit of ($138,460.33) to Allco Ltd. Allco Ltd., has agreed to pay the City $138,460.33 for the materials on hand previously paid to them, therefore resulting in no final payment amount due to Allco, Ltd., for the completion of the project. South Park Area Water and Sanitary Sewer Improvement Project — Change Order No. 3 & Acceptance April 25, 2017 Page 2 The project has been inspected by the Water Utilities Engineers and found to be complete in accordance with the provisions and terms set out in the contract. Approval of Change Order No. 3, and acceptance of maintenance is recommended. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 15-054 WHEREAS, on June 4, 2013, the City Council of the City of Beaumont, Texas passed Resolution No. 13-122 awarding a contract in the amount of $1,407,669.35 to Allco, Ltd., of Beaumont, Texas, forthe South Park Area Water and Sanitary Sewer Improvement Project; and, WHEREAS, on April 15, 2014, the City Council of the City of Beaumont, Texas passed Resolution No. 14-077 authorizing the City Manager to execute Change Order No. 1, in the amount of $12,226, to replace approximately 541 linear feet of existing 6" diameter concrete sanitary sewer line by direct bury method rather than pipebursting the line in place, thereby increasing the contract amount to $1,419,895.35; and, WHEREAS, Change Order No. 2, in the amount of $17,704, is required to replace approximately 300 linear feet of 6" water line and related appurtenances on Woodrow Street from Grandberry Avenue to Sullivan Street, thereby increasing the contract amount to $1,437,599.35; 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, in the amount of $17,704, for additional work described above, thereby increasing the contract amount to $1,437,599.35 for the South Park Area Water and Sanitary Sewer Improvement Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of March, 2015. - ayo Bec Ames - (00'000'R) (00'0118'01 f (240,015'5) (RI'ZZL`Z41) (0£'EW 19) (85'forZ91) ln0'o00' 1) (00'-6('6) (00'9SVT I) (00'004-) (00'056) (00'008`Z) (0(1'005) (00'00I'L£) (00'0051 (00'080'0 0 (Onvo,Z) (00'048'6) (84'ZS6'10 (00'008'EZ) (8Z'411S'9) (£5'994'1 Z) S 100'00 S (00'45) S (00'80 S l00'SiL'Z) S (00'SRE`I) S (00'[06'El S 100'4) S (On'90'E) S (00'8) S (00'I) S (WS) S (00,1) S (00"011 S (00'11)) S (00'00 S (00'01) S (00'09) S (00'4110() S (00'000 S (00'811) S (00'110 V3 / 00'0045 'Vel! 00'003 'V9 / UU' 541 S I;'M 'd'l ! 85'1145 'XI ! 8S' 145 'S-1 / 00'000' 1 S '11 00,CS 'V3 / 00'00ES 'V31 00'056S 'V3 / 00'0955 'VI 100'005S 'V3100*01L'fS d'A / 00'05S ":I'" I / 0075zf 'A'71 / 00'LOZS :-l/00'491S ':1" l / z6'89S ':I'l / 09'65S 'Al 194'S5S 'd`I / EVESS 00'5LL'Z S 00'E 'V3/00';Z6S 00'OSZ`II 8 00'81 'V3/00`5z9.S 00'011; 4 00'E 'Ve1100'081S OWOOVI S 001, 'V3/00'00ES 00'tlS9 S on z v'l 00,MS stma j, ,woutnuaH.lo gu;) S 00'F 'V'l/00'0555 00'0010`4 Y 00'8 'V3/OO'OSSS 00'OE5`UI S 00'E 'Vi/(N'OIS'ES X't?wPn .,t,1 � a 118431aµ noweL I 5 00'9ZZ'Zl S 5E'699'L011'I S SAWS"•qFy`•IN1�M.o••ay.sr+•.u••e}ww<we9 ptay .0 f yf .Z I tl9lsul $ 4s!wnd 5Z way PaH GS4 1161.11 11911111V Intend 4z wall PaH .S4 FA .91191Su1 V 4s!umd a —11 au!•IJDUlA%006•:.ZI1191Su1Iptls!wn{ ZZWal ( aur(.o11%006-3.8]PUrul7y+4s!wnd IZaall curl Ja4aM 006-3.,9 11912411 V ys!umd OZ wall 1191,[.11aJ9S4aUwJ. 81 Ulf[ hurl AM23 kWl!usS WnEl ,(WN..ZI .9 AIV 11931.) 41 wal[ vurl 49995 .CntyuuS 811}41!x11 „ZI-..9 AJ. S' tnnlJ 91 wall 1x4 ! x!A4as MOS.Iet!u1S VUI1S!x3 as!Aala.l. SI wall .n!uoq la%a8911!118utr1 „p a3l4d2ll 111 utall aa! Atas aAtaS 911!5 ung; „p aaUldax E t way lnuttuaIjou!lJopar 1t91914194s!wn.q Z[ waft II W la1AaS /mnl9s 8u!IS!x;l aauldolf 7j? *Auto)] I I wall "ptlua)y 8tnts!x3311 u011*n4!4815 6 wall 111100) laa1S .411 x ..OZ 1191511171145iwn:l 8 wall 4UISnD Iaals .411 x .91 Itslsul; 4s!wn:l L wall 8u!". 3 lams ..4/I x ,zi 1191Sul W 41!tunq 9 atoll 8u!tun4ad!d dq 3dQH.ZI 1111Su1 V Titun;l S atoll bli—afod!d Aci 3,[(]11.1)1 1114514 W t49!wnd 0 utay eUnu raptli,j fol ],[1717.8 II915UI V 4S!U.11;l f way 9uns.myad!d Xq e1dCiH .9 Il9lsnl V 4s!lltn.4 z tuall 7 13-1 x08 V aA41A *190 „ 91111SUI V 4S!wnd Z5 way aa!:uaS aalBM ap!g Yutrl , I :m9ldall 64 wall jainPall IW .9 x R 11alsul V tls!wnd 8E wall ESN .,9 x .8 Ila424y 4A tl1!wn;1 LE wall -^.L f K .R 11919111 V 49!wn{ 5E wall aAaals PHOS IW A lielsul 7114slwnd 6Z tall .1"als PROS fW ,Z Ilalsul W tlslwn;1 LZ tuall fill Ja4tas .EtemalS M*N flnlSUI 111 WMA Of way 030210 3IN VHJ SIH.6 Z ON 2130110 3 JN V H0 I 'UN 2130)IO 39NVH7 :.LNfiOW V ,I.av"IN00'i VNI ORI O z)o I a8ad LIOZ'ZI l!jdV (E) aa14,1.'0N 21c1(nl0 dONVI"IJ eI!)NVI IJ.1.,W)IINOJ d0'1VAOl1ddV 'ltU!latul9uua lnnlaa Pull Sa8UM PINI 1)'MMddV. wn.p IU111ASOA Sa!t!lunnb a0) Isn" 01 JOIMO 18118431101I811!DUO= IOu!d :9211010 WJ uuslall •pa11an0w s! a8UU43 PAU1109 8u!Mul I4) 3111)0 l8Aoldd V ;H3NMO 3 H L 01 LOLLL Sexa,ClUOwn8aH 1aa.tts a11a1101 OZL9 'Prl'OaIIV :HOIj"INOJ 4ULLL slsxa,l, `wnwnBaH laaJIS Ulux. Jog SBxa,!,'luownllaEl.ln Al!.) �113NMO SlUatuaAOxlwl AaAwy x48gtms PIM .4at8A% VMV I -Old 41U0S stma j, ,woutnuaH.lo gu;) : LJ'R COIL d z)o I a8ad LIOZ'ZI l!jdV (E) aa14,1.'0N 21c1(nl0 dONVI"IJ eI!)NVI IJ.1.,W)IINOJ d0'1VAOl1ddV Item 26 Famish & Install 8" MJ 901 Bend $230.00 / KA. 11.00) S (230.00) Item 29 Famish & Install 2-1/4" MJ Solid Siccvc S530.00I I:A. (3.00) S (1,650.00) Item 30 Famish & Install 6" M) Solid Sleeve $1,375.00/ EA. (2.00) S (2,750.00) tuxrt 31 Famish & Install 11" MJ Solid S(eeve $1.450.001 EA. (1.00) S (1,450.00) Iteu 32 Furnish & Install 12" M) Solid Sleeve $2,800.00 / I -A. (2.00) S 15,(,00,00) Item 36 Furnish & Install 12" x 1/4" Stwl C'using" MJ ree- S52S.00 / CA. (1.00) S (525.00) Item 39 Furnish & Install 9'x 4" MJ Reducer S 160.00 / LA. (21)0) S (320.00) Item 40 Furnish & Install 6"x 3" MJ Reducer S 125.00 / CA. (2.00) 5 (250.0(1) Item 41 Furnish & Instal( 6"x 4" MJ Reducer $135.00/EA. (6.00) S (810.00) Item 42 Famish & Instal( 4" x 2-1p" MJ Reducer $145.00 / EA. (2.00) S (290.00) Item 43 Furnish & Install 4" x 2" SU Reducer $125.00 / CA. (6.00) S (750.00) Item 44 Famish & Install 3" x 2.114" MJ Reducer $195.W / LA. (1.00) S (195.00) limn 45 Famish & Install 9" MJ Cross $400.00 / CA. (1.00) $ (400.00) Item 46 Famish & Install 6" MJ Cass $500.00 / CA. (1.1111) $ (500W) Item 47 Furnish & Install 8" x 6" MJ Cross S400.00/EA. (3.00) S (1.200.00) Item 49 Replace I" Short Side Water Service 5475.00 / EA. (8.00) S i1k)(1 91) Item 30 Replace 2" Short Side Water Service S775.W / CA. (17.00) S (13.175.00) Item 51 Replace 2" tong Side Water Service S92S.W / LA. (30.00) S (27.750.110) Item 53 Furnish & Install 8" Gate Vale & Box $1,200.00 / LA. (9.00) $ (9.600.00) Item 54 Famish & Install 12" Gate Valve & Box $2,123.00 / EA. (6.00) S (12,750.00) Item 55 Furnish & Install mire Hydrant Assembly S3,700.W / LA. (9.00) S 129,600.00) TOTAL AMOUNT OF THIS CHANGEORDFR: S (683.480.3.5) TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: S 754,119.00 CONDITION OF CHANGE: "Contractor acknuwleigcs unit agrees that the adjustments in contract price and contact time stipulated in this Change Order represents ]'oil compensation for all increases and decreases in the cost of, and the time required to perform the entire wait under the Contract wising directly or indirectly litan this Change Order and all previous Chauge Orders. Acceptance of this waiver constitutes an aVmment between Owner and Contractor that the Change Older represents an all inclusive, mutually agreed upon adjustment to the Contact, arai that Contractor will waive all rights to file a claim on this Change Order slier it is properly executed." Recommended by: City or Beaumont Waterl)lilities Cnginoer Aatc: Approved by: City of Beaumont Owner Date: Accepted by. Allco, I.dd. Contracur CITY OF BEAUMONT PROJECT: SOUTH PARK WATER/SAN SEWER REHAB NEW CONTRACTAMOUNT: $754,119.00 PERCENT OF TIME USED: 215% CONTRACTOR: ALLCO 1CONTRACT DATE: February 1, 2014 PERCENT OF WORK COMPLETED: 100% MONTHLY ESTIMATE No.: 18 - Retairna e & MOH JCONTRAcr CALENDAR DAYS: 270 RAIN DAYS REQUESTED: PERIOD ENDING: April 3, 2017 ICALENDAR DAYS USED: S80 TOTAL RAIN DAYS: Item No. Description Unit Measure Qty. Unit Price Total Estimated Qty Previous To Date Estimate Estimate Total Estimate Current To Date Amount Total Amount 1 Mobilization, NTE 3% L.S. 1 $ 40,000.00 5 40,000.00 1.00 IAO $ - $ 40,000.00 2 6" San Swr Pipebursting L.F- 746 5 52.23 $ 38,963.58 335.00 335.00 $ $ 17,497.05 3 8" San Swr Pipebursting L.F. 118 $ 55.46 $ 6,544.28 $ $ - 4 10" San Swr Pipebursting L.F. 1,697 $ 59.SO $ 100,971.50 1297.00 1297.00 5 S 77,171.50 5 12" San Swr Pipebursting L.F. 1,044 1 $ 68.92 $ 71,952.48 $ $ 6 12" x 1/4" Steel Casing L.F. 70 $ 164.00 $ 11,480.00 10.00 10.00 $ $ 1,640.00 7 16" x 1/4" Steel Casing L.F. 10 $ 207.00 $ 2,070.00 $ $ 8 20" x 1/4" Steel Casing L.F. 60 $ 252.00 $ 15,120.DO 20.00 20.00 $ $ 5,040.00 9 Stab of existing 5SMH V.F. 10 $ 50.00 $ 500.00 $ - $ - 10 Install 5SMH EA. 1 S 3,510.00 $ 3,510.00 4.00 4.00 $ $ 14,040.00 11 Remove & Replace SSMH EA. 16 $ 3,710.00 $ 59,360.00 6.00 6.00 $ - $ 22,260.00 12 Furnish & install End of Line Cleanout EA. 1 $ 500.00 $ S00.00 $ S 13 Replace 4" Short Side San to Property Line EA. 5 $ 560.00 $ 2,800.00 $ $ 14 Replace 4" Long Side San to Property Line EA. 3 $ 950.00 $ 2,850.00 2.00 2.00 S $ 1,900.00 15 TV Existing San Swr Line EA. 8 $ 300.00 S 2,400.00 16 Clean & TV 6", 8", 10", and 12" lines L.F. 3,605 $ 4.00 $ 14,420.00 541.00 541.00 $ - $ 2,164.00 17 Clean & TV newly bursted line L.F. 3,605 $ 3.00 S 10,815.00 541.00 541.00 $ $ 1,623.D0 18 Trench Safety Plan L.S. 1 $ 1,000.00 $ 1,000.00 $ $ 19 Trench Safety System L.S. 1 $ 500.00 $ 500.00 1.00 1.00 $ S 500.00 20 Furnish & Install 6" water line L.F. 7,672 S 41.58 $ 319,001.76 3771.00 3771.00 S S 156,798.18 21 Furnish & Install 8" water line L.F. 5,069 $ 44.58 $ 225,976.02 3684.00 3684.OD $ S 164,232.72 22 Furnish & Install 12" water line L.F. 2,723 $ 52.51 $ 142,984.73 5.00 5.00 $ $ 262.55 23 6" MJ 45 EA. 60 $ 145.00 $ 8,700.00 22.00 22.00 $ $ 3,190.00 24 8" MJ 45 EA. 67 $ 200.00 $ 13,400.00 13.00 13.00 S $ 2,600.00 25 12" MJ 4S EA. 20 $ 400.00 S 8,000.00 $ $ 26 8" MJ 90 EA. 2 $ 230.00 5 460.00 1.00 1.00 $ S 230.00 27 2" MJ Solid Sleeve EA. 4 $ 550.00 $ 2,200.00 12.00 12.00 $ S 6,600.00 28 2-1/4" MJ Solid Sleeve EA- 3 $ 550.00 $ 11650.00 $ $ 29 3" MJ Solid Sleeve EA. 1 $ 550.00 $ SSO.00 5.001 15.00 $ - $ 2,750.00 30 6" MJ Solid Sleeve EA. 19 $ 1,375.00 $ 26,125.00 17.001 1 17.00 S $ 23,375.00 CITY OF BEAUMONT PROJECT: SOUTH PARK WATER/SAN SEWER REHAB NEW CONTRACT AMOUNT: $754,119.00 IPERCENT OF TIME USED: 21s% CONTRACTOR: ALLCO CONTRACT DATE: February 1, 2014PERCENT OF WORK COMPLETED: 100% MONTHLY ESTIMATE No.: 18 - Retainage & MOH CONTRACT CALENDAR DAYS: 270 RAIN DAYS REQUESTED: PERIOD ENDING: April 3, 2017 CALENDAR DAYS USED: 580 ITOTAL RAIN DAYS: Item No. Description Unit Measure Qty. Unit Price Total Qty Previous To Date Estimate Estimate Total Estimate Current To Date Amount Total Amount 31 8" MJ Solid Sleeve EA. 15 $ 1,450.00 21,750.00 14.00 14.00 $ $ 20,300.00 32 12" MJ Solid Sleeve EA. 4 $ 2,800.00 jE511mated 11,200.00 2.00 2.00 $ $ 5,600.00 33 6"x2" Tapping Saddle EA. 2 $ 625.00 1,250.00 2.00 2.00 $ $ 1,250.00 34 6" Ml Tee EA. 9 $ 230.00 2,070.00 9.00 9.00 $ S 2,070.00 35 8" MJ Tee EA. 3 5 325.00 $ 975.00 5.00 5.00 $ $ 1,625.00 36 12" x 6" MJ Tee EA. 1 $ 525.00 $ 525.00 $ $ - 37 8" x 6" MJ Tee EA. 1 $ 300.00 $ 300.00 5.00 5.00 S $ 1,500.00 38 8" x 6" M1 Reducer EA. 1 $ 180.00 $ 180.00 4.00 4.00 $ - $ 720.00 39 8" x 4" MI Reducer EA. 2 $ 160.00 $ 320.00 40 6" x 3" MJ Reducer EA. 2 $ 125.00 $ 250.00 41 6" x 4" M1 Reducer EA. 6 $ 135.00 $ 810.00 $ $ 42 4" x 2-1/4" MJ Reducer EA. 2 $ 145.00 $ 290.00 $ - $ - 43 4" x 2" M1 Reducer EA. 6 $ 125.00 $ 750.00 S $ 44 3" x 2-1/4" Ml Reducer EA. 1 5 195.00 $ 195.00 $ - $ 4S 8" Ml Cross EA. 1 $ 400.00 $ 400.00 S 5 46 6" MJ Cross EA. 2 $ 500.00 $ 1,000.00 1.00 1.00 $ - $ 500.00 47 8" x 6" MJ Cross EA. 5 $ 400.00 $ 2,000.00 2.00 2.00 S $ 800.00 48 Replace 1" Short Side Water to Property Line EA. 30 5 475.00 $ 14,250.00 22.001 22.00 $ $ 10,450.00 49 Replace T' Long Side Water to Property Line EA- 40 5 625.00 $ 25,000.00 58.00 58.00 $ - $ 36,250.00 50 Replace 2" Short Side Water to Property Line EA. 21 $ 775.00 $ 16,275.00 4.00 4.00 $ $ 3,100.00 51 Replace 2" Long Side Water to Property Line EA. 32 $ 925.00 $ 29,600.00 2.00 2.00 $ $ 1,850.D0 52 6" GV w/ Box EA. 32 $ 925.00 $ 29,600.00 35.00 35.00 S $ 32,375.00 53 B" GV w/ Box EA. 27 $ 1,200.00 $ 32,400.00 19.00 19.00 $ $ 22,800.00 54 12" GV w/ Box EA. 7 $ 2,125.00 S 14,875.00 1.00 1.00 $ 5 2,125.00 55 Fire Hydrant Assembly EA. 18 $ 3,700.00 $ 66,600.00 10.00 10.00 $ $ 37,000.00 Change Order#1 1 Demo & Replace Storm Drain Inlet L.S. 1 S 1,600.00 $ 1,600.00 1.00 1.00 $ $ 1,600.00 2 Remove & Replace Concrete Pavement L.S. 1 $ 3,850.00 $ 3,850.00 1.00 1.00 $ $ 3,850.00 3 Relocate & Reinstall Site Fencing L.S. 1 $ 6,400.00 5 6,400.00 1.00 1.00 $ $ 6,400.00 4 Install 10" PVC Sanitary Sewer Line L.S. 1 $ 43,772.50 $ 43,772.50 1.00 1.OD $ $ 43,772.50 5 Deduct Item 4 - 10" San Sewer Pipebursting L.F. 541 $ (59.50) $ (32,189.50) 541.00 541.00 $ - 5 (32,189.50( 6 Deduct item 11 - Remove & Replace MH EA. 2 $ (3,710.00) $ (7,420.00) 2.00 2.00 $ $ (7,420.00( 7 IDeduct item 16 - Clean & TV Exist San Swr Line L.S. 1 S (2,164.00) $ (2,164.00) 1.00 1.00 $ $ (2,164.00) 8 Deduct Item 17 - Clean & TV Newly Burst Line L.S. 1 $ (1,623.00) $ (1,623.00) 1.00 1.00 $ $ (1,623.00) $ 12,226.00 $ 12,226.00 Change Order k2 1 Add Item 20. 6" PUC C-900 Water Line L.F. 300 $ 41.58 $ 12,474.00 300.00 300.00 $ $ 12,474.00 2 Add Item 23 - 6" 4S -deg bends EA. 4 $ 145.00 $ 580.00 4.00 4.00 $ $ 580.00 3 Add item 48 - 1" Short Side Water services EA. 2 S 475.00 S 950.00 2.001 2.00 $ S 950.00 4 Add Item 55 - Fire Hydrant Assembly EA. 1 $ 3,700.00 $ 3,700.00 1.001 1.00 $3,700.00 $ 17,704.00 $ 17,704.00 1,407,669.3S $ $ 724,189.00 CITY OF BEAUMONT PROJECT: SOUTH PARK WATER/SAN SEWER REHAB INEwcoNTRAcr AMOUNT: $754,119.00 IPERCENT OF TIME USED: 215% CONTRACTOR: ALLCO 1CONTRACT DATE: February 1, 2014 PERCENT OF WORK COMPLETED: 100% MONTHLY ESTIMATE No.: 18 • Retainage & MOH I CONTRACT CALENDAR DAYS: 270 RAIN DAYS REQUESTED: PERIOD ENDING: April 3, 2017 ICALENDAR DAYS USED: 580 TOTAL RAIN DAYS: Item Unit UnEt Total Previous To Date Total Estimate Current Total No. Description Measure Qty- Price Estimated Qty Estimate Estimate To Date Amount Amount Original Contract Amount $ 1,407,669.35 Change Order #1 Amount $ 12,226.00 Change Order #2 Amount $ 17,704.00 Change Order #3 Amount $ (683,480.35) Total Approved Change Orders 5 (653,SS0.3S) Current Contract Amount $ 754,119.00 Total Value of Contract Performed $ 724,189.00 Extra Work on Approved Change Orders S 29,930.00 Total Material On Hand 5 - Total Value of Work to Date $ 754,119.00 Less Amount Retained at 5% $ Net Amount Earned on Contract $ 754,119.D0 Less Amount of Previous Invoices 5 892,579.33 Balance Due This Estimate $ (138,460.33) Percentage of Contract Invoiced to Date 100.00% Percentage of Contract Remaining 0% APPROVAL: Contractor: --rA.IJ t(/� Date: Alico, Ltd. l Owner. ' V Date: LJ City of Bea ont Owner: ✓,J�P-4 A � � Z �'� t Date: / itv of Beaurg6nt RESOLUTION NO. WHEREAS, on June 4, 2013, the City Council of the City of Beaumont, Texas passed Resolution No.13-122 awarding a contract in the amount of $1,407,669.35 to Allco, Ltd., of Beaumont, Texas, for the South Park Area Water and Sanitary Sewer Improvement Project; and, WHEREAS, on April 15, 2014, the City Council of the City of Beaumont, Texas passed Resolution No. 14-077 authorizing the City Manager to execute Change Order No. 1, in the amount of $12,226, to replace approximately 541 linear feet of existing 6" diameter concrete sanitary sewer line by direct bury method rather than pipebursting the line in place, thereby increasing the contract amount to $1,419,895.35; and, WHEREAS, on March 24, 2015, the City Council of the City of Beaumont, Texas passed Resolution No. 15-054 authorizing the City Manager to execute Change Order No. 2, in the amount of $17,704, to replace approximately 300 linear feet of 6" water line and related appurtenances on Woodrow Street from Grandberry Avenue to Sullivan Street, thereby increasing the contract amount to $1,437,599.35; and, WHEREAS, Change Order No. 3, in the amount of ($683,480.35), is required to adjust quantities in the contract to reflect the actual quantities used in the completion of the project, thereby decreasing the contract amount to $754,119.00; and, WHEREAS, the project has been inspected by the Water Utilities Department and found to be complete in accordance with the provisions and terms set forth in the contract; and, WHEREAS, Allco, Ltd, has returned all material on hand to its vendors and has agreed to pay the City for the materials on hand previously paid to them, therefore resulting in no final payment amount due to Allco, Ltd. for the completion of the project; 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, in the amount of ($683,480.35), to adjust quantities as described above, thereby decreasing the total contract amount to $754,119.00 for the South Park Area Water and Sanitary Sewer Improvement Project; and, BE IT FURTHER RESOLVED THAT the South Park Area Water and Sanitary Sewer Improvement Project be and the same is hereby found to be complete in accordance with the terms of the contract and is accepted. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - April 25, 2017 Consider a resolution authorizing the City Manager to award a bid to Allco, LLC, for the Washington Boulevard Pavement Widening Project Phase II (Corporate Drive to Amarillo Street) BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, Public Works Director MEETING DATE: April 25, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a bid to ALLCO, LLC, of Beaumont, Texas in the amount of $15,984,397.88 for the Washington Boulevard Pavement Widening Project Phase II (Corporate Drive to Amarillo Street). BACKGROUND The Washington Boulevard Pavement Widening Project Phase II from (Corporate Drive to Amarillo Street) will provide for new storm sewer, water, sewer, sidewalks, driveways, traffic signals, and concrete pavement improvements. On March 30, 2017, four (4) formal bids were received. The bid totals are shown in the table below with the unit cost tabulation attached. Contractor Location Bid ALLCO, LLC Beaumont, TX $15,984,397.88 Brystar Contracting, Inc. Beaumont, TX $16,309,334.85 Triple B Services, L.L.P. Huffinan, TX $16,390,520.77 Old Castle Materials Texas Inc. Beaumont, TX $16,589,715.81 The Public Works Department has reviewed the unit cost tabulations and recommends that ALLCO, LLC, be awarded the contract in the amount of $15,984,397.88. A total of 1005 days is allocated for the completion of the project. FUNDING SOURCE Beaumont Municipal Airport Oil and Gas Revenue and Capital Program (water and sewer expenses). RECOMMENDATION Approval of resolution. CITY OF BEAUMONT BID TABULATION WASHINGTON BOULEVARD PAVEMENT WIDENING PROJECT PHASE 11 (CORPORATE DRIVE to AMARILLO STREET) REBID PROJECT NUMBER: PW0217.04 BIDS RECEIVED: MARCH 3%2a17 ALLCO, LLC TRIPLE B SERVICES. L.L.P. BRYSTAR CONTRACTING, INC. OLD CASTLE MATERIALS TEXAS INC. iter No. item Cade Alit Description Estimated Quantity Unit Meaure Unit Price Total Unit Pri- Total Unit Prke Total Unit Price Total 100 001 PREPARING RIGHT -OF -WAV 111 STA $2,040.00 $226,440.00 $3,800.00 $421,800.00 $3,800.00 $421,800.00 $2,000.00 $222,000.00 104 001 REMOVING CONCRETE PAV) (4"-17') 56,084 SY $12.50 $701,050.00 $8.00 $448,672.00 $4.00 $224,336.00 $(.50 $364,546.00 104 002 REMOVING CONCRETE(DRWY) IN' -6") 4,096 SY $18.00 $65,536.00 $7.00 $28,672.00 $800 $32,768.00 $8.50 $34,816.00 104 003 REMOVING CONCRETE (SWLK)(4"-6') 300 BY $30.13 $9,039.00 $7.00 $2,100.00 $800 $2,400.00 $9.75 $2,925.00 110 001 EXCAVATION (ROADWAY) 25,348 CY $2058 $521,620.68 1 $1400 $354,844.00 $16.00 $405.536.00 $14.00 $354,844.00 132 001 EMBANKMENT (TY B) (FINAL) (ORD. COMP) 2,549 CY $31.00 $79,019.00 $20.00 $50,980.00 $8.50 $21,666.50 $25.00 $63,725.00 162 001 SODDING FOR EROSION CONTROL 11,336 BY $7.50 $85,020.00 $370 $411943.20 $4.50 $51,012.00 $5.00 $56,680.00 168 001 VEGETATIVE WATERING 649 MG $42.00 $27,258.00 $50.00 $32,450.00 $25.00 $16,225.00 $21.25 $13,791.5 247 001 FLEX BASE (TY A) (GR 2) (B'X DC) (COMP. IN PLACE) ASPHALT TRANSITIONS 1,389 SY $28.00 $38,892.00 $25.00 $34,75.00 $23.00 $31,947.00 $24.00 $33,336.00 247 002 FLEX BASE (TY A) (GR 2) (B'XDC) (COMP. IN PLACE) BASE COURSE 2,803 BY $20.00 $52,060.00 $23.00 559,869.00 $17.00 $44,251.00 $17.00 $44,251.00 247 003 FLEX BASE (TVA) (GR 2) (17'XDC) (COMP. IN PLACE) BASE COURSE 68,428 BY $25.00 $1,710,700.00 $25.00 $1.71 Ot7OO 00 $27.50 $1,881,770.00 $23.00 $1,573,844.00 247 004 FLEX BASE (TY A) (GR 2) (4"xDC) (COMP. IN PLACE) BASE COURSE 1,700 BY $24.00 $40,800.00 $16.00 $27,200.00 $28.00 $47,600.00 $13.00 $22,100.00 300 001 ASPHALT, OILS, AND EMULSIONS PRIME (AE -P) 800 GAL $12.00 $9,800.00 $7.50 $6,000.00 $0.50 $400.00 $6.00 $4,800.00 340 1 001 1 IDENSE GRADED HOT MIX ASPHALT P6 64-22 (TYPED) IT) 595 TONS $125.00 $74,375.00 $210.00 $124,950.00 $30.00 $17,850.00 $134.00 $79,730.00 340 002 DENSEGIZADED HOT MIX ASPHALT P6 84-22 (TYPED) (2-XTEMPMCITY UTILITIES TRENCH 2,358 BY $30.00 $70,740.00 $26.00 $61,308.00 $25.00 $58,950.00 $22.00 $51,876.00 354 001 PLAN$ TEXT ASPH CONC PAV IT -4') 45,495 BY $6.40 $291,18800 $3.80 $172.881.00 $4.50 $204,727.50 $4.00 $181,980.00 360 001 CONC PAV (S") (CL P) 11,949 SY $63.00 $752,787.00 $50.00 $597,45000 $6200 $740,838.00 $56.00 $689,144.00 360 002 CONIC PAV (10") (CL P) 51,300 SY $64.00 $3,283,200.00 $62.00 $3,1801600.00 $67.00 $3,437,100.00 $63.00 $3,231,900.00 360 003 CONIC PAV (10) (HES) 2,900 BY $78.00 $220,400.00 $95.00 $275,500.00 $97.50 $282,750.00 $73.00 $211,700.00 400 001 JEXCAVATION(PIPES)(STORM) 20,549 CY $0.01 $205,49 $15.00 $308,235.00 $8.00 $184,941.00 $17.00 $349,333.00 400 002 CEM STABIL BKFL (1.5 SK/CY SAND) 16,991 CY $58.00 $985,478.00 $41.00 $698,631.00 $49.00 $832,559.00 $50.00 $849,550.00 402 001 TRENCH EXCAVATION PROTECTION 11,000 LF $0.25 $2,750.00 $1.00 $11,000.00 $0.50 $5,500.00 $1.00 $11,000.00 416 001 FOUNDATION FOR TRAFFIC SIGNAL (36 INCH DRILL SHAFT) 110 LF $230.00 $5,300.00 $300.00 $33,000.00 $500.00 $55,000.00 $433.00 $47,630.00 416 002 FOUNDATION FOR TRAFFIC SIGNAL (48 INCH DRILL SHAFT) 88 LF $280.00 $24,640.00 $310.00 $27,280.00 $650.00 $57,200.00 $545.00 547,960.00 423 001 RETAINING WALLS (6'X 7'-24")(CL A) 206 LF $44.00 $9,064.00 $37.00 $7,822.00 $49.00 $10,094.00 $51.00 $10,508.00 450 001 RAIL (TY)(PR1) 180 LF $136.00 $24,480.00 $120.00 $21,600.00 $145.00 $26,100.OD $200.00 $38,000.00 464 001 RCP 15' 96 LF $28.00 $2,688.00 $80.00 $7,880.00 $100.00 $9,600.00 $89.00 $8,544.00 464 002 RCP 18" 527 LF $31.00 $16,337.00 $100.00 $52,700.00 $80.00 $31,620.00 $95.00 $50,065.00 464 003 RCP 24" 3,549 LF $35.00 $124,215.00 $110.00 $390.390.00 $80.00 $283,920.00 $101.00 $358,449.00 464 004 RCP 30" 820 LF $131.00 $107,420.00 $112.00 $91,840.00 $84.00 $68,880.00 $112.00 $91,840.00 464 005 RCP 36" 1,799 LF $140.00 $251,860.00 $115.00 $206,885.00 $100.00 $179,900.00 $120.00 $215,880.00 464 DDB RCP47' 1,144 LF $148.00 $169,312.00 $135.00 $154,440.00 $121.00 $138,424.00 $145.00 $165,880.00 464 007 RCP 48" 1,540 LF $162.00 $249,480.00 $145.00 $223,300.00 5144.00 $221,760.00 $160.00 $246,400.00 464 008 RCP 54" 1,372 LF $190.00 $260,680.00 $245.00 $336,140.00 $186.00 $255,192.00 $175.00 $240,100.00 464 OD9 RCP W' 297 LF $210.00 $62,370.00 150.00$77,220.00 $208.00 $61,776.00 $200.00 $59,400.00 465 001 IMANHOLES(COMPLETE)(TY A) 39 EA $7,810.00 $304,58000 $9,300.00 $362,700.0055,100.0 0 $ 198,900.00 $7,50000 $292,500.00 485 002 MANHOLES (COMPLETE) (S -W) (TY B) 1 EA $9,500.00 $9,500.00 $6,600.00 $6,600.00 15,800.00 $5,900.00 1 $8,200.00 !8,200.00 CITY OF BEAUMONT BID TABULATION WASHINGTON BOULEVARD PAVEMENT WIDENING PROJECT PHASE If (CORPORATE DRIVE to AMARILLO STREET) REBID PROJECT NUMBER: PW0217-04 BIDS RECEIVED: MARCH 30, 2017 ALLCO, LLC TRIPLE B SERVICES. L.L.P. BRYSTAR CONTRACTING, INC. OLD CASTLE MATERIALS TEXAS INC. Item No. Item Code Ak Description Estimated Quantity Unit Meaure Unit Price TotJOD Unit Pries Total Unit Price Total Unit Price Total 485 003 CURBINLET TY A(COMPL)(5'-0") 17 EA $3,975.00 $0 $4,300.00 573.10000 83,250.00 $55,250.00 $4,400.00 $74,800.00 465 004 CURB INLET EXTENSION TY E(COMPL)(5'-T) 51 EA $1,410.00 $0 $1,200.00 $61,20000 $700.00 $35,700.00 $1,200.00 $61,200.00 465 005 CURB INLET TY R (COMPL) (6-a') 53 EA $5,030.00 $20 $4,750.00 $251,750.00 $3,750.00 $198,750.00 $3,250.00 $172,250.00 465 008 GRATE INLET TY I (COMPL) (GRATE HEAVY DUTY) 13 EA $3,100.00 $0 $3,100.00 $40,300.00 $3,200.00 $41,600.00 $3,500.00 $45,500.00 485 007 SURFACE INLET(COMPLXV-O'XTY B) 2 EA $3,040.00 0 $4.00000 $8000.00 $320000 $6,40000 $3,250.00 $6,50000 465 008 INLET(COMPL)(TOP) 7 EA $2,095.00 $00 $180000 $12600.00 $85000 $5,950.00 $3,400.00 $23,800.00 465 009 JUNCTION BOX(COMPL)(5'-F)TYB 1 EA $5,975.00 00 $7,00000 $7000.00 $5,000.00 $5,000.00 $4,750.00 $4,750.00 496 001 REMOV STR(PIPE) 8"-48"RCP 11,110 LF $7.00 $00 $12.00 $133,320.00 $15.00 $1666650.00 $9.00 $99,980.00 496 002 REMOV STR (GRATE INLET) 3 EA $305.00 $915.00 $500.00 $1,500.00 $500.00 $1,500.00 $245.00 $735.00 496 003 REMOV STR (CURB INLET) 55 EA $360.00 $19,800.00 $500,00 $27,500.00 $500.00 $27,500.00 $295.00 $16,225.00 496 004 REMOV STR (MH) (JBOX) 14 EA $720.00 $10,080.00 $700.00 $9,800.00 $500.00 $7,000.00 $490.00 $6,860.00 498 005 REMOV STR (CURB 8 GUTTER COMBINED) 1,380 LF $8.00 $11,040.00 $6.00 $8,280.00 $5.00 $6,900.00 $8.00 $11,040.00 496 007 REMOV STR (TRAFFIC SIGNAL POLE FOUNDATION)(COMPL) 4 EA $1,327.00 $5,308.00 $1,000.00 $4,000.00 $1,000.00 $4,000.00 $28,000.00 $112,000.00 496 008 REMOV STR (TRAFFIC SIGNAL POLE FOUNDATION)(2' BELOWXGL) 9 EA $1,326.00 $10,608.00 $500.00 $4,000.00 $1,000.00 $8,000.00 $5,000.00 $40,000.00 500 001 MOBILIZATION 1 LS $932,000.00 $932,000.00 $1,200,000.00 $1,200,000.00 $750,000.00 $750,000.00 $1,574,300.00 $1,574,300.00 502 001 BARRICADES, SIGNS, AND TRAFFIC HANDLINGS 33 MO $ 71100.00 $234,300.00 53,000.00 $99,000.00 $9,000.00 $297,000.00 $3,500.00 $115,500.00 506 001 CONSTRUCTION EXITS (INSTALL) (TY 1) 1,033 BY $ 28.54 $29,481.62 $10.00 $10,330.00 $25.00 $25,825.00 $20.00 $20,680.00 506 002 CONSTRUCTION EXITS (REMOVE) 1,033 BY $ 9.60 $8,883.80 $5.00 $5,165.00 $7.15 $7,385.95 $6.00 $6,198.00 506 003 TEMP SEDIMENT CONTROL FENCE(INSTALL) 18,902 LF $ 2.50 $47,255.00 $1.00 $18,902.00 $1.50 $28,353.00 $2.80 $52,92560 506 004 TEMP SEDIMENT CONTROL FENCE(REMOVE) 18,902 LF $ 0.50 $9,451.00 $0.50 $9,451.00 $0.85 $12,286.30 $0.76 $14,365.52 506 005 EROSION CONTROL LOGS 4 EA $ 315.00 $1,260.00 $60.00 $240.00 $40.00 $160.00 $152.00 $608.00 506 006 EROSION CONTROL LOGS (INSTL) (e") 70 EA $ 142.00 $9,940.00 $60.00 $4,200.00 $40.00 $2,800.00 $152.00 $10,640.00 506 007 EROSION CONTROL LOGS (REMOVE) 70 EA $ 11.70 $819.00 $20.00 $1,400.00 $900 $630.00 $53.00 $3,710.00 508 008 CONSTRUCTING DETOURS' 1,134 BY $120.00 $1360027.20 $110.00 $124,740.00 $46.00 $52,164.00 $54.00 $61,238.00 529 001 CONIC CURB (TY 11)(MONO)(CL A) IS') 23,231 LF $4.30 $99,893.30 $3.50 $81,308.50 $3.75 $87,118.25 $5.75 $133,578.25 530 001 DRIVEWAYS (CONC) (4-) 782 BY $60.00 $46,920.00 $6600 $51,612.00 $77900 $8,214.00 $52.00 $40,664.00 530 002 DRIVEWAYS (CONIC)(6') 4,075 SY $68.00 $277,100.00 $67.00 $273,025.00 $78.00 $317,850.00 $58.00 $236,350.00 531 001 CONC SIDEWALKS (4") 7,454 BY $35.40 5263,871.60 $36.00 $268,344.00 $57.00 $424,878.00 $37.00 $275,798.00 531 1 002 1 CONC WHEELCHAIR RAMPS (4') TYPE 2 12 EA $1,506.50 $18,078.00 $1,700.00 $20,400.00 $1,950.00 523,400.00 $1,500.00 $18,000.00 531 003 CONC WHEELCHAIR RAMPS 14'7 TYPE 7 34 EA $1,482.94 $50,419.96 $1,400.00 $47,600.00 $1,550.00 $52,700.00 $1,300.00 $44,200.00 531 004 CONIC WHEELCHAIR RAMPS (4") TYPE 9 2 EA $2,503.50 $5,007.00 $1,350.00 $2,700.00 $1,550.00 $3,100.00 $1,400.00 $2,800.00 531 005 CONIC WHEELCHAIR RAMPS (4') TYPE 10 22 EA $1,996.54 $43,923.88 $16350.00 $29,700.00 $1,550.00 $34,100.00 $1,300.00 $28,600.00 532 006 CURB RAMP (SPECIAL) 2 EA $2,797.50 $5,595.00 $1,800.00 $3,600.00 $2,200.00 $4,400.00 $1,590.00 $3,180.00 536 001 CONC MEDIANS B DIRECTIONAL ISLANDS(6-)(CLA) 150 BY $100.00 $15,000.00 $80.00 $12.000.00 $96.00 $14,400.00 $88.00 $13,200.00 542 001 REMOVE STIR (METAL BEAM GUARD FENCE) 180 LF $7.30 $1,314.00 $13.50 $2.43000 $8.00 $1,440.00 $3.00 $540.00 618001 T PVC SCHD 40 CONDUIT (Fiber Optics) 7,973 LF $16.00 $127,588.00 $8.00 $63,784.00 $12.00 $95,676.00 $20.25 $161,453.25 818 002 6' STEEL CASING (Barad) (Fiber Optics) 135 LF 565.00 58,775.00 $300.00 $40,500.00 $70.00 $9,450.00 $350.00 $47,250.00 818 003 1 13- PVC SCHD 40 CONDUIT (INCL CEM STAB SAND BKFL)(Traffic Signal) 1,170 LF $19.00 $22,230.00 $16.001 $18,720.00 $18.00 $21,060.00 $24.15 $28,255.50 zm CITY OF BEAUMONT BID TABULATION WASHINGTON BOULEVARD PAVEMENT WIDENING PROJECT PHASE If (CORPORATE DRIVE to AMARILLO STREET) REBID PROJECT NUMBER: PW0217-04 BIDS RECEIVED: MARCH 30, 2017 ALLCO, LLC TRIPLE B SERVICES. L.L.P. BRYSTAR CONTRACTING, INC. OLD CASTLE MATERIALS TEXAS INC. Item No, Item Code Alt Description Est7meted Quantity Unit Masora Unit Price Total Unit Price Total Unit Price Total Unit Price Total 618 004 4" PVC SCHO 40 CONDUIT (INCL CEM STAB SAND BKFL) (Fiber Optics) 150 LF $42.00 $6,300.00 $17.00 $2,550.00 $2800 $4,200.00 $29.25 $4,387.50 618 005 4" PVC SCHO 40 CONDUIT (INCL CEM STAB SAND BKFL) (Traffic Signal) 60 LF $70.00 $4,200.00 $18.00 $1,080.00 $28.00 $1,680.00 $32.25 $1,935.00 624 002 GROUND BOX (TY A) (Fiber Opfica) 15 EA $1,050.00 $15,750.00 $750.00 $11,250.00 $2,400.00 $36,000.00 $1,205.00 $18,975.00 624 003 GROUND BOX (TY A) (Traffic Signal) 18 EA $850.00 $15,300.00 $800.00 $14,400.00 $1,575.00 $28,350.00 $1,265.00 $22,770.00 624 1 004 GROUND BOX (TY C) (Fiber Optica) 6 EA $1,150.00 $6,900.00 $900.00 $5,400.00 $2,800.00 $16,800.00 $1,665.00 $9,990.00 636 001 ALUMINUM SIGNS (TYPE A) 82 SF $33.00 $2,046.00 $28.00 $1,736.00 $50.00 $3,100.00 $37.00 $2,294.00 644 001 RELOCATE SM RD SN SUP 8 AM 55 EA $250.00 $13,750.00 $440.00 $24,200.00 $450.00 $24,750.00 $415.00 $22,825.00 656 001 FDNS FOR TRAFFIC SIGNAL DEVICES (24 INCH DRILL SHAFT) 6 LF $1,050.00 $6,300.00 $150.00 $960.00 $425.00 $2,550.00 $505.00 $3,030.00 882 001 4" (W) (SLD) REMOVABLE 27.612 LF $0.54 $14,910.48 $0.70 $19,328.40 $0.75 $20,709.00 $0,69 $19,052.28 882 002 B"(W)(SLD) REMOVABLE 1,077 LF $1.10 $1,184.70 $1.50 $1,615.50 $1.55 $109.35 $1.48 $1,593.98 662 003 24"(W)(SLD) REMOVABLE 340 LF $3.45 $1,173.00 $7.00 $2,380.00 $7.25 $2,485.00 $6.60 $2,244.00 562 004 4"(Y)(SLD) REMOVABLE 22,121 LF $0.53 $11,724.13 $0.70 $15,484.70 $0.75 $16,590.75 $0.69 $15,263.49 662 005 ARROW(W) REMOVABLE 10 EA $69.00 $890.00 $155.00 $1,550.00 5155.00 $1,550.00 $142.00 $1,420.00 662 006 WORD(W) REMOVABLE 10 EA $69.00 $690.00 $280.00 $2,800.00 $275.00 $2,750.00 $265.00 $2,650.00 666 007 REFL PAV MRK TY I (Y) 4- (SLD)(100MIL) 18,511 LF $0.52 $9,625.72 $0.70 $12,957.70 $0.70 $12,957.70 $0.69 $12,772.59 888 002 REFL PAV MRK TY I(Y) 4- (BRK)(1 00MIL) 205 LF $0.70 $143.50 $1.10 $225.50 $1.05 $21525 $1.06 $217.30 606 003 REFL PAV MRK TY I(W) 4-(BRK)(100MIL) 4,095 LF $0.63 $2,579.85 $0.75 $3,071.25 $0.75 $3,071.25 $0.74 $3,030.30 866 004 REFL PAV MRK TV I(W) T(SLD)(100MIL) 1,029 LF $0.80 $823.20 $0.80 $823.20 $0.80 $823.20 $0.80 $823.20 688 005 REFLPAVMRKTYI(W) 17(SLDX100MIL) 4,532 LF $2.30 $10,423.60 $2.40 $70,876.80 $2.50 $11,330.00 $2.26 $10,242.32 866 006 REFL PAV MRK TY I (W) 24" (SLDK100MIQ 45 LF $6.35 $285.75 $7.00 $315.00 $7.00 $315.00 $6.55 $294.75 886 007 REFL PAV MRK TY I(W)(WORD) 2 EA $120.00 $240.00 $330.00 $660.00 $325.00 $650.00 $303.00 5606.00 686 008 REFL PAV MRK TY I(W)(ARROW)(100ML) 18 EA $115.00 $2,070.00 $115.00 $2,070.00 $110.00 $1,980.00 $106. DO $1,908.00 666 009 REFL PAV MRK TY I (W) (RAILROAD) (100MIL) 4 EA $225.00 $900.00 $440.00 $1,760.00 $425.00 $1,700.00 $403.00 $1,612.00 666 010 REFL PAV MRK T' II (Y) 4- (SLD) 18,511 LF $0.37 $6,849.07 $0.40 $7,404.40 $0.40 $7,404.40 $0.37 $6,849.07 886 011 REFL PAV MRK TY II (Y) 4' (BRK) 205 LF $0.42 $86.10 WAS $92.25 $0.45 $92.25 $0.42 $86.10 886 012 REFL PAV MRK TY II (W) 4" (BRK) 4,095 LF $0.42 $1,719.90 $0.40 $1,638.00 $0.40 $1,638.00 $0.37 $1,515.15 666 013 REFL PAV MRK TV II (W) 6" (SLD) 1,029 LF $0.77 $792.33 $0.50 $514.50 $0.50 $514.50 $0.48 $493.92 666 014 REFL PAV MRK TY II (W) 12' (SLD) 4,532 LF $1.35 $6,118.20 $1.35 $6,118.20 $1.40 $6,344.80 $1.30 $5,891.60 666 015 REFL PAV MRK TY II (W) (24") (SLD) 45 LF $2.60 $117.00 $3.30 $148.50 $3.15 $141.75 $3.05 $137.25 666 016 REFL PAV MRK TV II (WORD) 2 EA $220.00 $440.00 $80.00 $100.00 $85.00 $170.00 $75.50 $151.00 686 017 REFL PAV MRK TY 11(W)(ARROW) 18 EA $36.50 $657.00 $38.00 $884.00 $40.00 $720.00 $35.25 $634.50 886 018 REFL PAV MIRK TY 11 (W) (RAILROAD) 4 EA $420.00 $1,7180.00 $110.00 $440.00 $110.00 $440.00 $101.00 $404.00 677 001 REMOVE PAVEMENT MARKINGS 30,000 LF $0.44 $13,200.00 $0.44 $13,200.00 $0.45 $13,500.00 $0.42 $12,600.00 678 001 PAV SURF PREP FOR MRK (4'y 22,811 LF $0.12 52,737.32 $0,101 $2,281.10 $0.12 $2,737.32 $0.11 $2,509.21 678 002 PAV SURF PREP FOR MRK (6) 1,029 LF $0.27 $277.83 $0.15 $154.35 $0.20 $205.80 WAS $164.64 678 003 PAV SURF PREP FOR MRK (12) 4,532 LF $0.38 $1,722.16 SO.401 $1,812.80 $0.30 $1,359.6050.27 $1,223.64 878 004 PAV SURF PREP FOR MRK (24") 45 LF $3.02 $135.90 $0.40 $18.00 $0.50 $22.50 $0.37 $7885 878 005 PAV SURF PREP FOR MRK (WORD) 2 EA $47.00 $94.00 $11.00 $22.00 511.00 $22.00 1 $10.10 $20.20 CITY OF BEAUMONT BID TABULATION WASHINGTON BOULEVARD PAVEMENT WIDENING PROJECT PHASE 11 (CORPORATE DRIVE to AMARILLO STREET) REBID PROJECT NUMBER: PW0217-04 BIDS RECEIVED: MARCH 30, 2017 001 ITench Safety System, compete in pace. ALLCO, LLC TRIPLE B SERVICES. L.L.P. BRYSTAR CONTRACTING, INC. OLD CASTLE MATERIALS TEXAS INC. Item No. Item Code Alt Description Estimated Quantity Unit Meaure Unit Price Total Unit Price Total Unit Price Taal Unit Price Total 678 006 PAV SURF PREP FOR MIRK (ARROW) 18 EA $31.50 $567.00 $11.00 $198.00 $11.00 $198.00 $10.10 $18180 678 007 JPAV SURF PREP FOR MRK (RAILROAD) 4 EA $110.00 $440.00 $28.00 $112.001 $30.00 $120.00 $26.50 $10600 $40000 001 TRAF SIG POLE ASSEM 1 ARM (STEEL) (28') 2 EA $8,296.75 $16,593.50 $3,200.00 $6,400.00 $13,000.00 $26,000.00 $12,400.00 $24,800.00 $1,00000 002 TRAF SIG POLE ASSEM 1 ARM (STEEL) (32') 2 EA $9,628.75 $19,257.50 $6,30000 $12,600.00 $14,01KIDO $28,000.00 $12,900.00 $25,800.00 5900.00 003 TRAF SIG POLE ASSEM 1 ARM (STEEL) (50') 4 EA $17,000.00 $68,000.00 $1840000 $73,600.00 $22,000.00 $88,000.00 $20,300.00 $81,200.00 r616 004 TRAF SIG POLE ASSEM 1 ARM (STEEL) (40) 1 EA $18,000.00 $16,000.00 $18,000.00 $18,000.00 $16,500.00 $16,500.00 $18,300.00 $18,30000 $300.00 005 TRAF SIG POLE ASSEM 1 ARM (STEEL) (44') 3 EA $15,400.00 $46,200.00 $18,200.00 $54,600.00 $17,500.00 $52,500.00 $19,800.00 $56,80000 $450.00 001 PEDESTAL POLE ASSEMBLY 1 EA $6,300.00 $6,300.00 $2,00000 $2,000.00 $2,400.00 $2,400.00 $2,385.00 $2,385.00 $280.00 001 PED DETECT (PUSH BTN) 24 EA $910.00 $21,840.00 $35000 $8,400.00 $1,800.00 $43,200.00 $1,155.00 $44,520.00 4640 1 15- CPP AASHTO M330 (DUAL GASKET) 8 LF $150.00 $1,200.00 $115.00 $920.00 $80.00 $640.00 $212.00 $1,696.00 5000 001 RAILROAD FLAGMAN 1 LS $39,800.00 $39,600.00 $25,000.00 $25,000.00 $17,000.00 $17,000.00 $50,500.00 $50,500.00 5000 002 UTILITY COORDINATION 1 LS $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 6035 001 LED LIGHTED STREET SIGNS 12 EA $2,610.00 $33,720.00 $3,000.00 $36,000.00 $6,200.00 $74,400.00 $5,800.00 $69,600.00 9002 001 TUBE FILTER 140 EA $182.00 $25,480.00 $62.00 $8,680.00 $100.00 $14,000.00 $28.50 $3,710.00 9003 001 REMOVE TUBE FILTER 140 EA $32.00 $4.480.00 $20.00 $2,800.00 $5.00 $700.00 $10.15 $1,421.00 $3,900.00 $42,900.00 SUBTOTAL - ROADWAY AND DRAINAGE $47,850.00 $3,755.00 $41,305.00 $14,378,118,67 002 $14,120,900.86 5 $14,062,868.92 $500.00 $14,470,640.78 WATER AND SANITARY SEWER UTILITIES 712 001 ITench Safety System, compete in pace. LF $1.00 $9,719.00 $1.00 $9,719.00 $0.15 $1,457.85 $0.58 $5,637.02 801 001 Furnish & Install 6"x6'MJ Tee, complete in place, EA $250.00 $500.00 $350.00 $700.00 $345.00 $690.00 $299.00 $598.00 801 002 Fumish & Install 8'x8" MJ Tee, complete in place. EA $335.00 $2,010.00 $430.00 $258000 $435.00 $2,610.00 $424.00 $2,544.00 801 003 Fumish & Install 8'x6"MJ Tee, cornplete in place. R9,719 EA $310.00 $3,100.00 $40000 $4,000.00 $400.00 $4,000.00 $371.00 $3,71000 801 004 Furnish & Install 8"XS" MJ Cross, complete in place. EA $400.00 $2,000.00 $1,00000 $5,000.00 $525.00 $2,625.00 $512.00 $2,560.00801 005 4 u-sh & Install 8'X6" MJ Cross, complete in place. EA $375.00 $750.00 5900.00 $1,800.00 $485.00 $97000 $461.00 $922.00 801 006 Fumish & IrMall 8" MJ Adapter, compete in pace,. EA $225.00 $1,800.00 $400.00 $3,200.00 1$315.00 $2.520.00 $285.00 1 $2,280.00 801 007 Furnish & Install 6" MJ Adapter, compete in pace. 6 EA $165.00 $990.00 $300.00 $1,800.00 $245.00 $1470.00 $194.00 $1,164.00 001 1 008 Furnish & Install 8' Hymsx Adapter, compete in pace. 3 EA $1,275.00 $3,825.00 $450.00 $1,350.00 $435.00 $1,305.00 $429.00 $1,287.00 801 009 Furnish & Install TW'* MJ Reducer, compete in dace. 2 EA $175.00 $350. DO $280.00 $560.00 $260.00 $520.00 $208.00 $416.00 001 010 Furnish & Install 8'X2" MJ Tap Cap, compete in dace. 2 EA $150.00 $300.00 $240.00 $480.00 $135.00 $270.00 $157.00 $314.00 801 011 Furnish & Install 6X2" MJ Tap Cap, canplete in pace. 3 EA $115.00 $345.00 $180.00 $540.00 $100.00 $300.00 $114.00 $342.00 801 012 Furnish It Install 8" MJ with 45 degree bend, complete in pace. 40 EA $225.00 $9,000.00 $350.00 $14,000.00 $290.00 $11,60000 $257.00 $10,280.00 801 013 Fumish & Install 8" MJ with 22.5 degree bend, complete in place,. 2 EA $225.00 $450.00 $340.00 $680.00 $300.00 $600.00 $257.00 $514.00 S01 014 Fumish & Install 8' MJ with 11.25 degree bend, complete in place. 2 EA $210.00 $420.00 $280.00 $560.00 $285.00 $570.00 $247.00 $494.00 Sol 015 Fumish & Install 6" MJ with 45 degree bendcomplete in pace. 12 EA $165.00 $1,980.00 $250.00 $3,000.00 $240.00 $2,880.00 $186.00 $2,232.00 808 001 Furnish & Install Fire Hydrant Assembly, compete in pace,. 11 EA $3,545.00 $38.995.00 $3,900.00 $42,900.00 $4,350.00 $47,850.00 $3,755.00 $41,305.00 808 002 Remove & Salvage Ejcisbng Fire Hydrant Aseemby, compete in pace.. 5 EA $500.00 $2.500.00 $350.00 $1,750.00 $750.00 $3,750.00 $1,025.00 $5,125.00 810 002 Fumish & Install 2" HOPE SDR -9 PE 3408 Blue waterline, complete in place. 20 LF $15.00 r $300.00 $18.00 $360.00 $38.00 $76000 $22.50 $450.00 Page 4 CITY OF BEAUMONT BID TABULATION WASHINGTON BOULEVARD PAVEMENT WIDENING PROJECT PHASE II (CORPORATE DRIVE to AMARILLO STREET) REBID PROJECT NUMBER: PW0217-04 BRYSTAR OLD CASTLE MATERIALS TEXAS INC. BIDS RECEIVED: MARCH 30, 2017 ALLCO, LLC TRIPLE B SERVICES. L.L.P. CONTRACTING, INC. kern Item Estlntatad Unit Unit Total Unit Total Unit Total Unit Total No. Code Aft Description Quantity Mesure Price Price Price Price 810 003 Fumish & Install 6'vc clans 150-C-900 PVC mainline, complete in place. 1,357 LF $87.63 $118,913.91 $65.00 $88,205.00 $8300 $112,631.00 $80.00 $108,560.00 810 004 Fumish & Install 8" vc clans 150-C-900 PVC watedine, complete in place,. 8,362 LF $89.83 $751,158.46 $80.00 $M,960.00 $84 00 $702,408.00 $82.00 $685,684.00 810 005 Furnish & Install Temporary Water Service Connections, complete in place. 1 LS $8,000.00 $8,000.00 $5,600.00 $5,600.00 $2000000 $20,000.00 $4,300.00 $4,300.00 810 006 iFurnish and Install Temporary Fire Protection, complete in place. 500 LF $25.50 $12,750.00 $35.00 $17,500,01) $40.00 $20,0W00 $37.00 $18,500.00 811 001 Fumish & Install 6' Resilient Wedge Gate Valve & Valve Box as per Sections 805 and 811 of the specifications, compete in dace. 9 EA $935.00 $8,415.00 $900.00 $8,100.00 $1,000.00 $9,000.00 $1,022.00 $9,19800 811 002 Fumish & Install 8' Resilient Wedge Gate Valve & Valve Box as per Sedans 805 and 811 of the specifications, complete in place. 35 EA $1,260.00 544,100.00 $1,300.00 $45,500.00 $1,400.00 $49,000.00 $1,580.00 $54,600.00 2505 001 FF ish & Install 2' HDPE PE3408 SDR -9, 200 psi short side service 11 EA $1,085.00 $11,935.00 $1,500.00 $16,500.00 $1,900.00 $20,900.00 $1,095.00 $12,045.00 actions, all in strict accordance with planar and specifications. 2505 002 Furnish & Install 2' HDPE PE3408 SDR -9. 200 psi long side service connections. all in strict accordance with plans and specifications. 14 EA $1,200.00 $76,800.00 $1,500.00 $21,000.00 $2 400 00 $33,600.00 $1,270.00 $17,780.00 2505 003 Furnish & Install 1- HDPE PE3408 SDR -9, 200 psl short side service connections, all in strict accordance with plane and sp-ficatons. 279 EA $475.00 $132,525.00 $800.00 $223,200.00 $1,000.00 $279,000.00 $728.00 $202,554.00 2505 004 Furnish & Install l' HDPE PE3408 SDR -9, 200 psi long side service connections. 91 EA $580.00 $52,780.00 $800.00 $72,800.00 $1,800.00 $163,800.00 $750.00 $68,250.00 a1I in strict accordance wet plans and specifications. Remove & Replace existing Air Relase Valve and pipe connection to existing 2505 005 main & meter box, all in strict accordance with plans and specifications "Water 4 EA $1,525.00 $8,100.00 $4,600.00 $18,400.00 $1,750.00 $7,000.00 $1,508.00 $6,032.00 Utilities Specification hem 719 Air Release Valves". MANHOLES - REMOVE&REPLACE EXISTING SANITARY SEWER 708 001 STRUCTURES WiFIBERGLASS MANHOLES(<12 FT.), complete in place, all in 11 EA $2,610.00 $28,710.00 $6,800.00 $74,800.00 $5,050.00 $55,550.00 $5,880.00 $64,680.00 strict accordance with pians and specifications. MANHOLES - REMOVE & REPLACE EXISTING SANITARY SEWER 708 002 STRUCTURES W/FIBERGLASS MANHOLES (>12 FT,), complete in dace, all in 3 EA $4,325.00 $12,975.00 $7,000.00 $21,000.00 $6,800.00 $20,400.00 $6,917.00 $20,751.00 strict accordance with plans and specifications. MANHOLES - FURNISH B INSTALL FIBERGLASS SANITARY SEWER 708 003 STRUCTURES (<12 FT.), complete in dace, all in strict accordance cans plana 4 EA $2,450.00 $9,800.00 $5,200.00 $20,800.00 $4,450.00 $17,800.00 $5,400.00 $21,600.00 and specifications. MANHOLES - FURNISH & INSTALL FIBERGLASS SANITARY SEWER 708 004 STRUCTURES (>12 FT.), complete in place, all in strict accordance With pians 2 EA $3,870.00 $7,740.00 $5.200.00 $10,400.00 $6,450.00 $12,900.00 $6,225.00 $12,450.00 and specifications. Replacement of 4" short side service connection up to property line, w4" PVC 2534 001 Schedule 40 pipe, complete in place, all in strict accordance wth pians and 24 EA $485.00 $11,660.00 $1,300.00 $31,200.00 $600.00 $14,400.00 $530.00 $12,720.00 specifications Repiacemem of 4" long side service connection up to property line, w4" PVC 2534 002 Schedule 40 pipe, complete in place, all in strict accordance with plane and 28 EA $600.00 $16,800.00 $2,000.00 $56,000.00 $1,300,00 $36,400.00 $1,384.00 $38,752.00 specifications. 4020 001 6' HDPE SDR -17 Poe Burst Sanitary Sewer Mains (6.63" O.D.), complete in 24 LF $39.25 $942.00 $500.00 $12,000.00 $100.00 $2.400.00 $175.00 54,200.00 place, all in strict accordance cath pians and specifications. 4020 002 ' HDPE SDR -17 Pipe Burst Sanitary Sewer Mains (10.75"53D.), complete in P407 LF $53.32 $21,701.24 $120.00 $48,840.00 $132.00 $53,724.00 $88.00 $35,818.00 place, all in strict accordance with pians and specifications 4020 003 18' HDPE SDR -17 Pipe Burst Sanitary Sewer Mains (18.00" O.D.), complete in 1,163 LF $88.32 $77,130.18 $290.00 $337,270.00 $233.00 $270,979.00 $272.00 5318,338.00 pace, all in strict accordance with plans and specifications 4020 004 pe''HHOPE SDR -17 Rpe Buret Sanitary Sewer Mains (18.00" O.D.), complete in 406 LF $74.32 $30,173.92 $305.00 $123,830.00 $265.00 $107,590.00 $283.00 $114,898.00 Furnish & Install 15" Sanitary Sewer Lines, Utilizing 154m h PVC SDR-26(for 4020 005 open trench) or I1 -h solid well polyethylene pipe (HDPE), PE 3408, ASTM 1,039 LF $101.08 $105,022.12 $130.00 $135,070.00 $188.00 $195,332.00 $145.00 $150,655.00 F714 SDR 1J for buistin crushin cons ate in ce furnish & Install 6' Sanitary Sewer Unes, Utilizing 64nch PVC SDR-26(for open 4020 006 trench) or &rich solid wall polyethylene pipe (HDPE), PE 3408, ASTM F714, 480 LF 585.07 $40,833.60 $76.00 $36.480.00 $75.00 $36,000.00 $118.00 $56,640.00 SDR 17 (for pipe budding/crushing) complete in pace, SUBTOTAL -WATER AND SANITARY SEWER $1,608,279.41 $2,188,434.00 $2,327,561.85 $2,119,176.02 TOTAL CONSTRUCTION COST $15,984,367.88 $16,309,334.85 $16,390,520.77 $18,689,716.81 RM CITY OF BEAUMONT BID TABULATION WASHINGTON BOULEVARD PAVEMENT WIDENING PROJECT PHASE II (CORPORATE DRIVE to AMARILLO STREET) REBID PROJECT NUMBER: PW0217-04 BRYSTAR OLD CASTLE MATERIALS TEXAS INC. BIDS RECEIVED: MARCH 30, 2017 ALLCO, LLC TRIPLE B SERVICES. L.L.P. CONTRACTING, INC. Item Item Estimated Unit Unit Total Unit Total Unit Tofal Ur" Total No. Code Alt Description Quantity Meaure Price Price Price Price 01 TF RN4 TF a 4640 001 A HDPE 15' 96 LF 524.90 52,390.40 577.00 57,392.00 564.00E$4'.4 084.00 581 CO 57,776.00 4640 002 A HDPE 18' 527 LF $30.35 $15,994.45 $100.00 552,700.00 585.00795.00 $85.00 544,795.00 4640 003 A HOPE 24' 3,549 LF $37.08 5131,832.41 $115.00 5408,135.00 $104.00 $098.00 $93.00 $330,057.00 4640 004 A HDPE 3D" 820 LF $136.60 $112,012.00 $118.00 $96,760.00 $144D0080.00 $97.00 $79,540.00 4540 005 A HDPE 36" 1799 LF $142.45 $256,267.55 $120.00 $215,880.00 $168.D0232.00 $108.00 $194,292.00 4640 006 A HDPE 42" 1,144 LF $156.85 $179,436.40 $145.00 $165,880.00 $203.00232.00 $128.00 $146,432.00 4640 007 A HDPE48" 1,540 LF $170.15 5262,031.00 E155.00 $238,700.00 $235.00,900.00 5140.00 5215,800.00 4640 DOB A HDPE 54" 1,372 LF $226.25 $310,415.00 $285.00 $391,020.00 $321.00 5440,412.00 $219.00 $3D0,468.00 4640 I 008 I A JHDPEW 297 LF 5231.30 $68,696.10 $285.00 584,645.00 $330.00 $98,010.00 $213.00 $83,281.00 TOTAL ALTERNATE A $1,338,878.31 $1,661,112.00 $1,874,821.00 $1,362,221.00 Page 6 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 Allco, L.L.C., of Beaumont, Texas, in the amount of $15,984,397.88 for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Allco, L.L.C., of Beaumont, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - 01 April 25, 2017 Consider a resolution authorizing a contract for property insurance coverage for various city owned buildings and assets. BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: April 25, 2017 REQUESTED ACTION: Consider a resolution authorizing a contract for property insurance coverage for various city owned buildings and assets. Higginbotham, of Port Arthur, Texas is the City's broker of record for securing the City's property insurance. The proposed annual premium is based on a total building value of $240,326,185. The cost of the policy for the year is $962,552.55, a 4.35% decrease from last year's premium of $1,002,131. The net rate per $100 valuation, based on the insured value decreased from $0.4015 to $0.3841 from last year. The policy renewal will be in effect from May 1, 2017 to May 1, 2018. Companies providing insurance are layered with exposure limited to the amount of damage incurred. All risk coverage, including Flood and Earth Movement, is provided by AmRisc, LP, AXIS, Lloyds, First Specialty Insurance, Westchester, RSUI Indemnity, QBE Specialty, Evanston, and Liberty Surplus. Boiler and machinery coverage is provided by Liberty Mutual Fire Insurance Company. Terrorism coverage is provided by Lloyd's of London. The deductibles per occurrence for the new policy are as follow: DEDUCTIBLES Fire and All Other Perils excluding wind $50,000 Flood except Flood Zone A and Shaded X $100,000 Flood - Zone A and Shaded X $500,000 Windstorm (Named Storms) 2% of Scheduled Value All other Wind/Hail/Earthquake $50,000 Boiler and Machinery $25,000 All insurance companies providing coverage in the new policy are A.M. Best rated at A and A+15. A binder to the policy will be issued May 1 for primary coverage. FUNDING SOURCE General Fund - Public Works Department. RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a contract for fire, extended coverage, flood and quake property insurance in the amount of $962,552.55 through Higginbotham, of Port Arthur, Texas, as broker, for all risk coverage, including Flood and Earth Movement provided by AmRisc, LP, AXIS, Lloyds, First Specialty Insurance, Westchester, RSUI Indemnity, QBE Specialty, Evanston, and Liberty Surplus effective May 1, 2017; boiler and machinery coverage provided by Liberty Mutual Fire Insurance Company effective May 1, 2017; and, terrorism coverage provided by Lloyd's of London effective May 1, 2017. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames - PUBLIC HEARING Dangerous Structures April 25, 2017 Consider an ordinance declaring certain structures to be dangerous structures and ordering their removal within 10 days or authorizing the property owner to enroll the dangerous structure in a work program BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager J>3 PREPARED BY: Chris Boone, Planning and Community Development Director MEETING DATE: April 25, 2017 REQUESTED ACTION: City Council, after conducting a public hearing, consider an ordinance to declare the following sixty (60) structures to be unsafe structures and order the owners to raze the said structures within ten (10) days. If the property owner fails to comply within ten (10) days, staff is requesting City Council authorization to demolish these structures without further notification to the property owner or City Council action. Additionally, if the property owner of a structure requests and is authorized by City Council to enroll in a work program, all delinquent taxes shall be paid in full or a payment plan shall be established prior to enrollment in the work program. Enrollment in the work program shall occur within ten days after the effective date of this ordinance. 1. 1096 Alabama (steel structure) 2. 3590 Avenue B & shed 3. 555 Avenue C & shed 4. 2540 Blanchette 5. 850 Boyd & shed 6. 3040 Case 7. 975 Catalpa 8. 252 E Chapin 9. 2430 Clearview 10. 2510 College (commercial) 11. 3245 Corley 12. 5440 Dewberry 13. 1310 Doucette (auxiliary building only) 14. 1765 Earl 15. 3684 Edmonds 16. 1346 Euclid 17. 2275 Evalon (garage apartment) 18. 1240 Ewing 19. 2290 Fillmore (commercial) 20. 725 Fulton 21. 2150 Forrest 22. 2195 Franklin & garage 23. 1975 Glasshouse & garage 24. 1685 Goldsborough & auxiliary buildings 25. 2875 Goliad & shed 26. 4185 Grandberry (garage) 27. 2909 Gulf (commercial) 28. Address has been removed 29. 4215 Hester & auxiliary buildings 30. 1993 Ives (garage apartment) 31. 835 Jefferson (commercial) 32. 232 E Lavaca & shed 33. 2265 Leight 34. 2360 Liberty & garage 35. 3650 Lorilee 36. 2275 E Lucas & garage 37. 4660 Maddox 38. 1395 Magnolia 39. 3469 Magnolia 40. 3963 Magnolia (commercial) 41. 14 Mariposa 42. 4970 Metz & auxiliary buildings 43. 295 Myrna Loy & shed 44. Address has been removed 45. 4260 Park 46. 4495 Park & shed 47. 2720 Pennsylvania 48. 265 E Pipkin 49. 2450 Ranier & shed 50. 1440 Roberts & shed 51. 925 Royal & shed 52. 2795 San Jacinto 53. 3954 St Helena 54. 3990 St Helena 55. 3250 Shannon 56. 3430 Taliaferro & auxiliary building 57. 1308 Victoria & garage 58. 1550 Wall 59. 3435 Waverly 60. 660 Woodrow BACKGROUND These structures have been inspected by the Building Codes Division and found to be unsafe structures as defined by the City of Beaumont's Code of Ordinances, Chapter 24, Article 24.04 Unsafe Substandard Structures, Division 1, Sec. 14.04.001 of the 2015 International Property Maintenance Code. Additionally, these structures have deteriorated to a condition that they are no longer considered suitable for repair. FUNDING SOURCE City may incur the cost of demolition. Sources may include the General Fund and Community Development Block Grant (CDBG) funding. RECOMMENDATION Approval of the ordinance. PUBLIC HEARING: April 25, 2017 Unsafe Substandard Structures Consider approval of an ordinance declaring certain structures to be unsafe substandard structures and ordering their removal within 10 days or authorizing the property owner to enroll the unsafe structure in a work program. 1. 1096 Alabama (steel structure) 2. 3590 Avenue B & shed 3. 555 Avenue C & shed 4. 2540 Blanchette 5. 850 Boyd & shed 6. 3040 Case 7. 975 Catalpa 8. 252 E Chapin 9. 2430 Clearview 10. 2510 College (commercial) 11. 3245 Corley 12. 5440 Dewberry 13. 1310 Doucette (auxiliary building only) 14. 1765 Earl 15. 3684 Edmonds 16. 1346 Euclid 17. 2275 Evalon (garage apartment) 18. 1240 Ewing 19. 2290 Fillmore (commercial) 20. 725 Fulton 21. 2150 Forrest 22. 2195 Franklin & garage 23. 1975 Glasshouse & garage 24. 1685 Goldsborough & aux bldgs 25. 2875 Goliad & shed 26. 4185 Grandberry (garage) 27. 2909 Gulf (commercial) 28. Address has been removed 29. 4215 Hester & auxiliary buildings 30. 1993 Ives (garage apartment) 31. 835 Jefferson (commercial) 32. 232 E Lavaca & shed 33. 2265 Leight 34. 2360 Liberty & garage 35. 3650 Lorilee 36. 2275 E Lucas & garage 37. 4660 Maddox 38. 1395 Magnolia 39. 3469 Magnolia 40. 3963 Magnolia (commercial) 41. 14 Mariposa 42. 4970 Metz & auxiliary buildings 43. 295 Myrna Loy & shed 44. Address has been removed 45. 4260 Park 46. 4495 Park & shed 47. 2720 Pennsylvania 48. 265 E Pipkin 49. 2450 Ranier & shed 50. 1440 Roberts & shed 51. 925 Royal & shed 52. 2795 San Jacinto 53. 3954 St Helena 54. 3990 St Helena 55. 3250 Shannon 56. 3430 Taliaferro & auxiliary building 57. 1308 Victoria & garage 58. 1550 Wall 59. 3435 Waverly 60. 660 Woodrow ORDINANCE NO. ENTITLED AN ORDINANCE FINDING CERTAIN STRUCTURES TO BE PUBLIC NUISANCES AND ORDERING THEIR DEMOLITION AND REMOVAL OR REPAIR; PROVIDING FOR SEVERABILITY AND PROVIDING FOR A PENALTY. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. That the City Council of the City of Beaumont hereby finds and declares the buildings located at: 1. 1096 Alabama (steel structure) 2. 3590 Avenue B & shed 3. 555 Avenue C & shed 4. 2540 Blanchette 5. 850 Boyd & shed 6. 3040 Case 7. 975 Catalpa 8. 252 E Chapin 9. 2430 Clearview 10. 2510 College (commercial) 11. 3245 Corley 12. 5440 Dewberry 13. 1310 Doucette (auxiliary building only) 14. 1765 Earl 15. 3684 Edmonds 16. 1346 Euclid 17. 2275 Evalon (garage apartment) 18. 1240 Ewing 19. 2290 Fillmore (commercial) 20. 725 Fulton 21. 2150 Forrest 22. 2195 Franklin & garage 23. 1975 Glasshouse & garage 24. 1685 Goldsborough & auxiliary buildings 25. 2875 Goliad & shed 26. 4185 Grandberry (garage) 27. 2909 Gulf (commercial) 28. Address has been removed 29. 4215 Hester & auxiliary buildings 30. 1993 Ives (garage apartment) 31. 835 Jefferson (commercial) 32. 232 E Lavaca & shed 33. 2265 Leight 34. 2360 Liberty & garage 35. 3650 Lorilee 36. 2275 E Lucas & garage 37. 4660 Maddox 38. 1395 Magnolia 39. 3469 Magnolia 40. 3963 Magnolia (commercial) 41. 14 Mariposa 42. 4970 Metz & auxiliary buildings 43. 295 Myrna Loy & shed 44. Address has been removed 45. 4260 Park 46. 4495 Park & shed 47. 2720 Pennsylvania 48. 265 E Pipkin 49. 2450 Ranier & shed 50. 1440 Roberts & shed 51. 925 Royal & shed 52. 2795 San Jacinto 53. 3954 St Helena 54. 3990 St Helena 55. 3250 Shannon 56. 3430 Taliaferro & auxiliary building 57. 1308 Victoria & garage 58. 1550 Wall 59. 3435 Waverly 60. 660 Woodrow to be public nuisances in that said buildings violate Chapter 24, Article 24.04, Section 24.04.001 of the Code of Ordinances of the City of Beaumont and are for want of repairs, or by reason of age or dilapidated, decayed, unsafe or unsanitary condition, or otherwise unfit for human habitation, or otherwise likely to endanger the health, safety or general welfare of the citizens of the City. Section 2. In accordance with Article XVII, Section 2, of the Charter of the City of Beaumont, Chapter 24, Article 24.04 of the Code of Ordinances of Beaumont, Texas, it is hereby ordered that the owner or owners of the above described buildings demolish and remove said structures within ten (10) days of the effective date of this ordinance. If the property owner(s) fail(s) to comply within ten (10) days, Council orders that the property be demolished without further notification to the property owners or City Council action. Section 3. That if any section, subsection, sentence, clause or phrase of this ordinance, or the application of same to a particular set of persons or circumstances should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable. Section 4. That any person who violates any provision of this ordinance shall, upon conviction, be punished as provided in Section 1.01.009 of the Code of Ordinances of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. - Mayor Becky Ames