Loading...
HomeMy WebLinkAboutPACKET OCT 17 2017BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS OCTOBER 17, 2017 1:30 P.M. CONSENT AGENDA Approval of minutes — October 10, 2017 Confirmation of board and commission member appointments The following citizens would be appointed to the Community Development Advisory Committee. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen Appointed By David Mulcahy Councilmember W.L. Pate, Jr. Pat Anderson Councilmember W.L. Pate, Jr. Tom LeTourneau Councilmember W.L. Pate, Jr. Coquese Williams Councilmember Gethrel Williams -Wright Dora Nisby Councilmember Gethrel Williams -Wright Kevin Roy Councilmember Virginia Jordan Glen Rabalais Councilmember Virginia Jordan Eldon Steward Councilmember Virginia Jordan Marc Blieden Councilmember Mike Getz Jason Mitchell Councilmember Mike Getz Connie Berry Councilmember Mike Getz Charles Taylor Councilmember Audwin Samuel Jessica Prince Councilmember Audwin Samuel Georgine Guillory Councilmember Robin Mouton Dr. Crystal Colbert Councilmember Robin Mouton Lee Smith Councilmember Robin Mouton The following citizens would be appointed to the Convention and Tourism Advisory Board. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen Devang Chande Jake Tortorice Allen Perkins Marc McDonald Ryan Smith Arthur E. Berry George Crawford Brenda Greene-Dalcour Cheryl Guillory Appointed By Mayor Becky Ames Councilmember W.L. Pate, Jr. Councilmember W.L. Pate, Jr. Councilmember Virginia Jordan Councilmember Virginia Jordan Councilmember Mike Getz Councilmember Mike Getz Councilmember Robin Mouton Councilmember Robin Mouton The following citizens would be appointed to the Historic Landmark Commission. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen Appointed By Paula Blazek Councilmember W.L. Pate, Jr. Carol Fernandez Councilmember Gethrel Williams -Wright Gretchen Hargroder Councilmember Virginia Jordan Janelle Templeton Councilmember Mike Getz Thomas Sigee Councilmember Audwin Samuel Marry Craig Councilmember Robin Mouton The following citizens would be appointed to the Library Commission. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen Lauren Williams Mason Mercy Cook Dora Nisby Ben Woodhead Larue Smith Linda Cooper Christina Howard Appointed By Councilmember W.L. Pate, Jr. Councilmember Gethrel Williams -Wright Councilmember Virginia Jordan Councilmember Mike Getz Councilmember Robin Mouton Councilmember Mike Getz Councilmember W.L. Pate, Jr. The following citizens would be appointed to the Parks and Recreation Advisory Committee. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen Steve McGrade Sherrene Cook Gwen Ambres McArthur English Vivian Todd Melinda McWhite Emily Coxe Clarke Baker Virtue Alexander Sharlene Rhone Carl Briggs Joseph Brown Appointed By Councilmember W.L. Pate, Jr. Councilmember W.L. Pate, Jr. Councilmember Gethrel Williams -Wright Councilmember Gethrel Williams -Wright Councilmember Virginia Jordan Councilmember Virginia Jordan Councilmember Mike Getz Councilmember Mike Getz Councilmember Audwin Samuel Councilmember Audwin Samuel Councilmember Robin Mouton Councilmember Robin Mouton The following citizens would be appointed to the Planning and Zoning Commission. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen Roy Steinhagen Lauren Williams Mason Sina Nejad Johnny Beatty Joris P. Colbert Appointed By Councilmember W.L. Pate, Jr. Councilmember Virginia Jordan Councilmember Mike Getz Councilmember Audwin Samuel Councilmember Robin Mouton The following citizens would be appointed to the Police Department Community Advisory Committee. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen Roy Steinhagen Jon Reaud John P. Stafford Alma Hodge Glen Johnson Mark Luke Simon, Jr. Karl Duerr Roy McGrath Reverend Vernon Tubbs M.S. Shawn Javed Appointed By Councilmember W.L. Pate, Jr. Councilmember W.L. Pate, Jr. Councilmember Gethrel Williams -Wright Councilmember Gethrel Williams -Wright Councilmember Virginia Jordan Councilmember Virginia Jordan Councilmember Mike Getz Councilmember Mike Getz Councilmember Robin Mouton Councilmember Robin Mouton The following citizens would be appointed to the Small Business Revolving Loan Fund Board. The terms would commence October 10, 2017 and expire September 30, 2019. Citizen John Johnson Margaret Adams Jane Parker Roy West Charles Taylor Dr. Crystal Colbert Appointed By Councilmember W.L. Pate, Jr. Councilmember Gethrel Williams -Wright Councilmember Virginia Jordan Councilmember Mike Getz Councilmember Audwin Samuel Councilmember Robin Mouton Lee Smith would be appointed to the Board of Adjustment (Zoning). The term would commence October 17, 2017 and expire October 16, 2019. (Mayor Becky Ames) Tom Rowe would be appointed to the Board of Adjustment (Zoning). The term would commence October 17, 2017 and expire October 16, 2019. (Mayor Becky Ames) Dana L. Timaeus would be reappointed to the Board of Adjustment (Zoning). The term would commence October 17, 2017 and expire May 12, 2019. (Mayor Becky Ames) Joey Hilliard would be reappointed to the Board of Adjustment (Zoning). The term would commence October 17, 2017 and expire February 17, 2019. (Mayor Becky Ames) Christy Amuny would be reappointed as an Alternate to the Board of Adjustment (Zoning). The term would commence October 17, 2017 and expire March 23, 2019. (Mayor Becky Ames) Damian. Diaz -Plumbing would be reappointed to the Building Board of Appeals. The term would commence October 17, 2017 and expire September 12, 2019. (Mayor Becky Ames) ® Wayne E. Duerler-Fire Representative would be reappointed to the Building Board of Appeals. The term would commence October 17, 2017 and expire February 7, 2019. (Mayor Becky Ames) A) Authorize the City Manager to execute Change Order No. 1, accept maintenance, and authorize final payment for the Sanitary Sewer Manhole Rehabilitation Project B) Authorize the City Manager to execute Change Order No. 1, accept maintenance, and authorize final payment for the Prison Elevated Storage Tank Rehabilitation Project RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the following appointments be made to the Community Development Advisory Committee. The term would commence October 17, 2017 and expire September 30, 2019. ; and, David Mulcahy Pat Anderson Tom LeTourneau Coquese Williams Dora Nisby Kevin Roy Glen Rabalais Eldon Steward Marc Blieden Jason Mtchell Connie Berry Charles Taylor Jessica Prince Georgine Guillory Dr. Crystal Colbert Lee Smith BE IT FURTHER RESOLVED THAT the following appointments be made to the Convention and Tourism Advisory Board. The term would commence October 17, 2017 and expire September 30, 2019. ; and, Devang Chande Arthur E. Berry Jake Tortorice George Crawford Allen Perkins Brenda Greene-Dalcour Marc McDonald Cheryl Guillory Ryan Smith BE IT ALSO RESOLVED THAT the following appointments be made to the Historic Landmark Commission. The term would commence October 17, 2017 and expire September 30, 2019. Paula Blazek Janelle Templeton Carol Fernandez Thomas Sigee Gretchen Hargroder Marty Craig ; and, BE IT ALSO RESOLVED THAT the following appointments be made to the Library Commission. The term would commence October 17, 2017 and expire September 30, 2019. ; and, Lauren Williams Mason Larue Smith Mercy Cook Linda Cooper Dora Nisby Christina Howard Ben Woodhead BE IT ALSO RESOLVED THAT the following appointments be made to the Parks and Recreation Advisory Committee. The "term would commence October 17, 2017 and expire September 30, 2019. ; and, Steve McGrade Sherrene Cook Gwen Ambres McArthur English Vivian Todd Melinda McWhite Emily Coxe Clarke Baker Virtue Alexander Sharlene Rhone Carl Briggs Joseph Brown BE IT ALSO RESOLVED THAT the following appointments be made to the Planning and Zoning Commission. The term would commence October 17, 2017 and expire September 30, 2019. ;and, Roy Steinhagen Johnny Beatty Lauren Williams Mason Joris P. Colbert Sina Nejad BE IT ALSO RESOLVED THAT the following appointments be made to the Police Department Community Advisory Committee. The term would commence October 17, 2017 and expire September 30, 2019. ; and, Roy Steinhagen Mark Luke Simon, Jr. Jon Reaud Karl Duerr John P. Stafford Roy McGrath Alma Hodge Reverend Vernon Tubbs Glen Johnson M.S. Shawn Javed BE IT ALSO RESOLVED THAT the following appointments be made to the Small Business Revolving Loan Fund Board. The term would commence October 17, 2017 and expire September 30, 2019. ; and, ; and, John Johnson Margaret Adams JaneParker Roy West Charles Taylor Dr. Crystal Colbert BE IT ALSO RESOLVED THAT the following appointments be made: Appointment Commission Lee Smith Board of Adjustment (Zoning) Tom Rowe Board of Adjustment (Zoning) Beginning Expiration of Term of Term 10/17/2017 10/16/2019 10/17/2017 10/16/2019 BE IT ALSO RESOLVED THAT the following reappointments be made: Reappointment Commission Beginning Expiration of Term of Term Dana L. Timaeus Board of Adjustment 10/17/2017 05/12/2019 (Zoning) Joey Hilliard Board of Adjustment 10/17/2017 02/17/2019 (Zoning) Christy Amuny, Alternate Board of Adjustment 10/17/2017 03/23/2019 (Zoning) Damian Diaz Building Board of Appeals 10/17/2017 09/12/2019 Wayne E. Duerler Building Board of Appeals 10/17/2019 02/07/2019 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. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of October, 2017. - Mayor Becky Ames - A BEAUMONT TEXAS TO: City Council FROM: • Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: October 17, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 1, accept maintenance, and authorize final payment for the Sanitary Sewer Manhole Rehabilitation Project. BACKGROUND On January 10, 2017, by Resolution 17-006, City Council awarded a contract to BDS Construction, LLC dba MK Constructors of Vidor, Texas, in the amount of $1,097,857.00. Change Order No. 1, in the amount of ($38,816.00) is required to adjust estimated quantities in the contract to reflect the actual quantities used in the completion of the project. The Contractor also exceeded the contract time by ten (10) days, thereby incurring ($4,500.00) in liquidated damages. These changes decreased the contract by 3.95% making the final contract amount $1,054,541. 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 out in the contract. Acceptance of maintenance and final payment in the amount of $48,452.05 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. RESOLUTION NO. 17-006 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to BDS Construction, LLC d/b/a MK Constructors, of Vidor, Texas, in the amount of $1,097,857.00 for the Sanitary Manhole Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with BDS Construction, LLC d/b/a MK Constructors, of Vidor, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 10th day of January, 2017. I lM,ayor Becky Ames - t _. September 28, 2017 Ms. Amalia Villarreal, P. E. Water Utilities Engineer City of Beaumont 1350 Langham Road Beaumont, Texas 77707 Re: City of Beaumont Sanitary Sewer Manhole Rehabilitation Project WU1017-02 Dear Ms. Villarreal, SGHAUMBURG. S P0U<, i is This letter is intended to serve as our written certification that the above referenced project has been completed, and to the best of our knowledge, the work has been constructed in accordance with the plans, specifications, and approved change orders. If you need any additional information, please call. Sincerely, SCHAUMBURG & POLK, INC. <<z Jeffrey G. Beaver P.E. cc: Mr. Mike Suire, Mk Constructors TCEQ Beaumont, Region 10 F:\BMT\1158- MH Rehab\Construction\Closeout\Villarreal COCA= aiuwiruSP�=E1VG.c�m i APPROVAL OF CONTRACT CHANGE CHANGE ORDER No. One (1) & Final Date: 8/2/2017 PROJECT: City of Beaumont Banitary Sewer Manhole Rehabilitation $ Broject WU1017-02 OWNER, City of Beaumont, Texas (4,441,04) 801 Main Street $ Beaumont, Texas 77704 CONTRACTOR: ODS Constructors, I.I.C. dba MK Constructors 9,750.00 167361H10 $ Vidor, Texas 77662 TOTHEOWNER: Approval ofthe following contract change Is requested. Reason for change: To adjust the contract time to provide for rain out days during construction, and for time required for additionaLwork and adjust existing bid item quantities $ ORIGINAL CONTRACT AMOUNT, $ 1,097,857.00 EXISTING BID ITEMS 3 Add 1 EA Combination manhole rehabilitation @ $6,000.00/FA $ 6;000.00 4 Delete EA Fiberglass manole rehablllitation @ $4,441.00/EA $ (4,441,04) ' 6 Add 3 EA Seal gap around Incoming line in fiberglass manhole @ $225.00/EA $ 675.00 8 Add 3 EA Repair precast concrete manhole wall @ $3,250.00/EA $ 9,750.00 10 Delete 10 LF Remove and replace damaged service line @ $80.00/LF $ (800,00) 15 Delete 1 Allow Miscellaneous Rehabilitation @ $50,000.00/ ALLOW $ (50,000.00) TOTAL AMOUNT OF THIS CHANGE ORDER $ (38,816.00) TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $1,059,041.00 CONTRACTTIME Original ContractTime: 120 Calendar Days This Change Order: Rain Days above contract allowance 9 Days This Change Orders Time required for approval additional work 4 Days This Change Order: Time required to solve issue with MH369 on Folsom Rd 5 Days Revised Contract Time per this Change Order: 138 Calendar Days Calendars Day used 148 Calendar Days (2/13/17 to 7/11/17) Calendar Days Over 10 •Calendar days Liquidated Damages @ $450.00/Calendar days over TOTAL REVISED CONTRALTAMOUNT INCLUDING THIS CHANGE ORDER & LIQUIDATED DAMAGES: $1,054,541.00 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 a» all inclusive, mutually agreed upon adjustment to the Contract, and that Contractor will waive all rights to flle a claim on this Change order after It is properly executed." R a 0. -'Approved by: Accept �(\ SchaumburCity of Beaumont BGS Constructors, LLC. Dba MK Constructors Engineeer/r Owner Contractor —t Date: .1/ / '� l! �/ Date: Date: ��L� 1j- MONTHY ESTIMATE FOR CITY OF BEAUMONT SANITARY SEWER MANHOLE REHABILITATION BID: WU1017-02 DATE::: ..,. :;..,:..• eptember 26,`2017: ESTIMATE NO.: -.:..-' Retainage -.' : ORIGINAL CONTRACT AMOUNT $ 1,097,857.00 CALENDAR DAYS ALLOWED: 138 CONTRACT AMOUNT INCLUDING CHANGE ORDERS $ ': ` •1;054t54i D0 TOTAL AMOUNT OF WORK DONE TO DATE $ 1,054.541.00 CALENDAR DAYS USED: 148 TOTAL MATERIALS ON HAND "' %;•:'r.., CALENDAR DAYS OVER: 10 TOTAL WORK AND MATERIALS $ 1,054,541-00 CONTRACT TIME BEGAN: February 13, 2017 LESS: RETAINAGE 5% Note: PREVIOUS PAYMENTS Contract amount revised per change order No. T TOTAL DEDUCTIONS $ 1,006,088.95 AMOUNT DUE CONTRACTOR $ 48,452.05 CERTIFCATE OF THE CONTRACTOR OR HIS DULY AUTHORIZED REPRESENTATIVE Percent Complete 100.0% To the best of my knowledge and belief, I certify that all items, quantities and prices of work and material shown on the face of this estimate are correct; that all work has been performed and materials supplied in full accordance with the terns and candltions.of the corresponding construction contractual documents between the OWNER AND CQNTRA R, all changes authorized thereto; that the forgoing is a true and correct statement of the contract account up to and including the last day of the period covered by the estimate and that no part of the "AMOUNT DUE CONTRACTOR" has been I further certify that all just and lawful bills against the below named CONTRACTOR for labor, materials, and expendable equipment employed in the performance of said contract have been paid in full accordance with the contract requirements SUBMITTED BY: REVIEWED.BY• APPROVED BY: APPROVED BY: r:A1dE .TITLE 01- BIDS Contractor dba MK Constructors SCHA& POLK,�INC. CITY OF BEAUMONT, TEXAS CITY OF BEAUMONT, TEXAS DATE �^ DATE:7 / / DATE! l� ' �'l ' U f 1 DATE: MONTHLY ESTIMATE FOR CITY OF BEAUMONT SANITARY SEWER MANHOLE REHABILITATION BID NO: W1.11017-02 ESTIMATE NO: Retainage DATE: September 26.2017 BID REM'. - DESCRIPTION CONTRACT QUANTITY THIS QUA UN UNIT ICE ESTIMATE QUANTITY TO ' TOTAL COST TO DA DATE "---LS 'f - 31.000.00 -'S 34.000.00 BRICK A1kiiRE}LA&LITATION; Including =chemical grouting outside "manhole. 'f • 2. eel matlar opera Tlotkyeen rdnterptpc oPO.amr,ppo_of mala trunk Tines, and orrfio maritma wi0r 'Center mwtm,yt h abki ±!coofdori, iiafi ;tlte 7 EA 7.500.00 7 'f 52,500.00 `3 COMBINATION MH-REHASWATION; knaddig chemical am-ut.no oufsido manhole, seal annular space bra vreen carrier pipe and Rear pipe of main trunli Rhes, end Tore the brick or concrete portion of manhole withcemerdrtious moria ; • an irshirt accordaiue xM the plans, owned dorxmers and sperifieadans for 5 EA S 6,000,00 6 , S 3fi,000,00 FIBERGLASS MH � RE)IABILITATTON, inchrdorg seal wane space bebvee 4 ' canter pipe and liner pipe a1 main In" lines„and Fine the maMole, irvat with : e®menb8mortar, rtar, n0 in strict accordance with the pians, contract doannenta 1021 EA S 4,441,00 tat S 448,541.00 PRECAST CONCRETE MH REWIBILRATIDN, jnau aeg-tbemieel grouib - outside manhole, szar amulerspaoe between. carrierpipe and Tiaarpghe of mail - trunk Inth Ines, and Fine e manhole havatw� cementitiaue molar. oro in strict 40 EA S 6,570.110 40 � 'S 262,800.00 i o accordance with the plare, contract dogimerds andspehifico8uhs for SEAC pap`amuid kreomkrg service line a Bbaglas manhole by,injecfitg a chemical gmrd mound the "ce be, as in strict acwrdanca vdtr Bre plans, contract doapnents and spBdIlicationn, for-.-- 40 -EA f. ,•..” 715,00 43 .. f 9,675.00 'i REPAIR Bbergl s mardWe wait; kxWding chemic grwfmg outside manhole, 7 and fire entire manhole wit cemerhtifious modmr all In strict accordance with the 15 EA $ 7,000.00 15 S 105,000.00 REPAIR precast concrete manhole wain ; keriidiig fift enOni'maihafuwi i a cememitious mortar, ag In abbot aceOfdariaotidhpicplurq,..contract documents endspeclBcetices for 10 EA S 3250.00 13 $ 42.250.00 9 RESET manhole dN,ankhstrict accordance with the plans, contract documents arrd specifications tar 5 EA $ 400.00% 5 f 2000,00. REMOVE It REPLACE damaged service fire, including excavating and removing 0 damaged pipe, kasta&ng new PVC, backfi8, surface resaraBon; all in strict accordance v6ID the planoteocoadd and specifications for 30 EA S 80.00 20 f 1,600.00 - REPLACE e4sfmg manhole, Indadmg removing edating manhole• finnish and i>mall 48" fhergtas manhole. a8 depths, complete in place, Including connactions UD_e fines, ring and cover, tabu, associated materials and Aarrgs, excavation, cam.ni tablilzed backfill, bedding, all In strict accordance tym a 2 EA S 24,500.OD 2 S 49,000.00 - RAIN STOPPER, furnish and Instan spkdess steel rain stopper,rmder manhole 12 cover, a0In strict acwrdanca wdh the plans, contract document and f 35 EA S 205.00 35 $ 7,175.00 TRAFFIC CONTROL PLAN, famish a Traffic Control Pian for Me project prepared, signed and sealed by a Regislaed Professional En- actipbh the Sate of Texas Including providing, all in chic[ accordance with do "plate, contract 4 IS S 3,500.00 1 $ 3,500.00 13 docuneras andspecficeBore for -. 14 TRAFFIC CONTROL, Implemenafion of the Traffic Control Plan, a0 in said actor cewith the a d 1 I LS 4 8,000.00 1 S 8,000.00 MISCELLANEOUS REHABILITATION, ilardsh all labor, materials, and epdpmentto,perform all miscellaneous rehabilitation work, as directed by the wn Oer, ell In strict accordance with the plans, contract documents and ALLOWS 50.000.00 0 S 15 s cificaticoa for SUBTOTAL OF WORK PERFORMED TO DATES $ 1,059,041.00 j Note: P. 'r RESOLUTION NO. WHEREAS, on January 10, 2017, the City Council of the City of Beaumont, Texas, adopted Resolution No. 17-006 approving the award of a contract to BDS Construction, LLC d/b/a MK Constructors, of Vidor, Texas, in the amount of $1,097,857.00 for the Sanitary Manhole Rehabilitation Project; and, WHEREAS, Change Order No. 1, in the amount of ($38,816.00), is necessary to adjust estimated quantities in the contract to reflect the actual quantities used in the completion of the project and in the amount of ($4,500.00) in liquidated damages to allow for the ten (10) days in which the Contractor exceed the contract time, thereby decreasing the total contract amount to $1,059,041.00; and, WHEREAS, 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; 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 for additional work described above, thereby decreasing the contract amount by ($38,816.00) to adjust estimated quantities in the contract to reflect the actual quantities used in the completion of the project and ($4,500.00) in liquidated damages to allow for the ten (10) days in which the Contractor exceed the contract time, I for a total contract amount of $1,059,041.00 for the Sanitary Sewer Manhole Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the Sanitary Sewer Manhole Rehabilitation Project be and the same is hereby found to be complete in accordance with the terms of the contract and are accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $48,452.05 to BDS Construction, LLC d/b/a MK Constructors, of Vidor, Texas. 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. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of October, 2017. - Mayor Becky Ames - 51 TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director 7/� MEETING DATE: October 17, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 1, accept maintenance, and authorize final payment for the Prison Elevated Storage Tank Rehabilitation Project. BACKGROUND On January 24, 2017, by Resolution 17-014, City Council awarded a contract to Maguire Iron, Inc., of Sioux Falls, South Dakota, in the amount of $378,458.00. Change Order No. 1, in the amount of ($13,000.00) is required to adjust estimated quantities in the contract to reflect the actual quantities used in the completion of the project. The adjustment in quantities is an overall decrease of 3.43% making the final contract amount $365,458.00. 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 out in the contract. Acceptance of maintenance and final payment in the amount of $18,272.90 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. RESOLUTION NO. 17-014 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Maguire Iron, Inc., Sioux Falls, South Dakota, in the amount of $378,458.00 for the Prison Elevated Storage Tank Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Maguire Iron, Inc., of Sioux Falls, South Dakota, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 24th day of January, 2017. .a4%% Noir�� "'---(tyor Becky Ames - October 3, 2017 Ms. Amalia Villarreal, P. E. Water Utilities Engineer City of Beaumont 1350 Langham Road Beaumont, Texas 77707 Re: City of Beaumont Prison EST Rehabilitation Project WU1117-03 Dear Ms. Villarreal, MNN *7-1\ SCHAUMBURG E POLK, via YT�ti CLUP, _�i; J; � �� 1- This letter is intended to serve as our written certification that the above referenced project has been completed, and to the best of our knowledge, the work has been constructed in accordance with the plans, specifications, and approved change orders. If you need any additional information, please call. Sincerely, SCHAUMBURG & POLK, INC. Jeffrey G. Beaver P.E. cc: Mr. Mike Farnsworth, Maguire Iron, Inc. TCEQ Beaumont, Region 10 F:\BMT\1150- Prison EST Rehabilitation\Construction\Closeout\Villarreal COC pending.doa 1e-5-17 :r 1NVwll:SPI=ENC�;co n . APPROVALOFCONTRACTCHANGE CHANGE ORDER No. One(!) & Final Date: 84/2017 PROJECT: City of Beaumont Prison Elevated StorageTank Project WU117-03 OWNER: City of Beaumont Texas 801 Main Street Beaumont Texas 77704 CONTRACTOR: Maguire Iron, Inc. P.O. Box 1446 Sioux Falls, SD 57101 TOTHEOWNER: Aliprovalofthefollowing contract change isrequested. Reason for Change: To adjust the contract time to provide for rain out days during construction, time required for additional work per work directive 3, revised warranty period per work directive 1 and 2 and adjust existing bid Rem quantities ORIGINAL CONTRACTAMOUNT: $ 378,458.00 EXISTING BID ITEMS 6 Delete 1. IS Pressure Washing -and blasting 11'soluble salt test Is positive. Interior oftank @$3,000.00/1-5 20 Delete 1.Allow Miscellaneous Tank.RepaiPs @ $10,000.00/Allow TOTALAMOUNTOFTHIS CHANGE ORDER TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: CONTRACTTIME Original ContractTrmer This Change Order. Rain Days above contract alloWance This Change Order: Time requiredforapproval additional work This Change Order: Time required due to Tropical Storm Cindy Revised ContractTime per this Change Order: Calendars Day used WORK DIRECTIVE CHANGES Work Directive No. l - - 120 Calendar Days 15 Days 5 Days 8 Days 148 Falendar Days 147 Calendar Days (2/27/17 to 7/24/17) .Contractor/Manufaeturershall warrant and guarantee that the quality of the paint system, Including surface preparation and application, shall be such thatthefollowmg criteria are met: . The tank exterior Surface Preparation shall be: SSPC-5010/ NAGE 2 Near -White Blast Cleaning. An angular profile of 2.5 to 4.5 mils as perA5TM D 4417, Method C or NACE Standard RP6287 is required. Tank Exterior- At the three year inspection (from the date.ofcompletion ofopplication), no rust breakdown, peeling, Raking or poor adhesion of the coating and lining systems total surface -is allowed. Warranty shall include all costs associated with paint material, application, access; scaffolding, and associated labor All repairs will be made per the supplier's recommendations, with approval from Engineer. Wherever the Warranty period is specified in the Contract Documents as' one (1) jew, , said reference is hereby revised to "three (3) years" as it applies to thetank interior coating system. This includes, but isnot limited to, the following: Scope of Work, Item E. (page 12); Attachment B, Section C, Required Provisions, item E (page 37); Section 1100—General Conditions, Article 13.1 (page g9) $ (3.000.00) $ (10,000.00) $ (13,000.00) $365,458.00 Work Directive No.2 Contractor/Manufacturer shall warrant and guarantee that the quality ofthe paint system, including surface preparation and application; shall be such thatthe following criteria are met: The tank interiorSurface Preparation shall be: SSPC-SP10/ NACE 2 Near White Blast Cleaning. An angulae proille"of 25 to 4.5 mils as perA5T D 4417, Method Cor NACEStandard RP0287isrequired. Tank interlor-Atthe three Year inspection (from the date of completion ofapplication), no rustbreakdown, peeling, flaking or poor adhesion of the coating and lining systems total surface is allowed. Warranty shall include all costs associated with paint material, application, access, scaffolding, and associated labor. All repairs will be made perthe supplier's recommendations, with approval from Engineer. Wherever the Warranty period is specified in the Contract Documents as :`one (1) year", said reference is hereby revised to "three (3) years" as it applies to the tank interior coating system. This includes, but is notlimited to, thefollowipg: Scope of Work, Item E. (page 12), Attachment B, Section C., Required Provisions, item f. (page37); Section 1100 -General Conditions, Article 13.1 (page 89) Work Directive No.3 The -work included in the Work Directive Change will consist of replacing the twoJ2) existing rights in lieu ofrepairing Them due the age and deterioration of the existing lights. CONDITION OECHANGE: "Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated in this Change Order represents full compensatioq for all increases and decreases in the cost of, and the time required to perform the entire work underthe 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 thatthe Change Order represents an all inclusive, mutually agreed upon adjustment to the Contratt, and that .Contractor Will waive all rightstofile a claim an thi Change Order after it is properly executed." g o lid Approved by: Accepted by;, Schaumburg $ oik, Inc. City of Beaumont Mag re Iron, Inc Engineer,��%/&jq Owner \ Contractor Date: (//) ` Date: Date: �— a " 201 '7 CITY OF BEAUMONT, TX PRISON ELEVATED STORAGE TANK REHABILITATION BID NO. WU1117-03 PROGRESS PAYMENT No. I RETAINAGE CONTRACT TIME BEGAN: February 27, 2017 CALENDAR DAYS ALLOWED: 148 CALENDAR DAYS USED: 147 CALENDAR DAYS OVER: C:hanna (brier Rummary Approved change Orders The undersigned Contractor certifies that to the best of its knowledge: Number Additions Deductions One (1) & FINAL _ $ 13,000.00 listed in or covered by this Progress Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Progress Payment is in accordance with the Contract Documents and is not defective. Contractor's Signature By: TOTALS $ NET CHANGE BY $ CHANGE ORDERS $ 13.000.00 (13,000.00) Contractor's Certification The undersigned Contractor certifies that to the best of its knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Progress Payments; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Progress Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Progress Payment is in accordance with the Contract Documents and is not defective. Contractor's Signature By: Date: Name: Title: Contractor: MAGUIRE IRON, INC. PROGRESS DATE I September 28, 2017 ORIGINAL CONTRACT AMOUNT $ 378,458.00 CONTRACT AMOUNT INCLUDING CHANGE ORDERS $ 365,458,00 TOTAL AMOUNT OF WORK PERFORMED TO DATE $ 365,458.00 LESS: RETAINAGE 5% PREVIOUS PAYMENTS $ 347,185.10 TOTAL DEDUCTIONS $ 347,185.10 AMOUNT DUE CONTRACTOR $ 18,272.90 Payment of: is recommended by: Payment of: is approved by: Payment of: is approved by: Page 1 of 3 Percent Complete 100.00% $ 18,272.90 (owner) CITY OF BEAUMONT (Date) CITY OF BEAUMONT, TX PRISON ELEVATED STORAGE TANK REHABILITATION BID NO. WU1117-03 PROGRESS PAYMENT N(RETAINAGE PROGRESS DATE �� 8eptember28, 2017 �� Page 2 of 3 CONTRACT QUANTITY THIS QUANTITY TO TOTAL COST TO QUANTITY UNIT UNIT PRICE BID ITEM DESCRIPTION ESTIMATE DATE DATE 1 Mobilization 1 LS $ 10,000.00 1 $ 10,000.00 Tank Coating. Furnish all labor, materials, and equipment to coat all exterior (Three -Coat Fluropolymer Urethane) and interior (High Build 2 Zinc Epoxy) surfaces including pressure washing, shrouding, surface 1 LS $ 269,600.00 1.00 $ 269,600.00 preparation, removal and disposal of sediment from the interior of the tank, disinfection, providing and installing "Confined Space Entry" placards i a. Containment (includes shrouding) 1 LS $ 100,000.00 100.00 b. Exterior Blast and Prime 1 LS $ 66,000.00 100.00 c. Exterior Painting (includes "Confined Space Entry" placards) 1 LS $ 33,600.00 100.00% d. Interior Blast and Prime (includes removal and disposal of sediment) 1 LS $ 40,000.00 100.00% e, Interior Painting (includes disinfection) 1 i LS $ 30,000.00 100.00% 3 Soluble Salt Test, Exterior. Furnish all labor, materials, and equipment 3 i EA $ 1,000.00 3 $ 3,000.00 to conduct soluble salt tests as directed by the Engineer i 4 Pressure Washing and Blasting if Soluble Salt Test is Positive. Wash 1 LS $ 7.800.00 1 $ 7,800.00 the tank and reblast the exterior of the tank as directed by the Engineer 5 Soluble Salt Test, Interior. Fumish all labor, materials, and equipment to 3 i EA $ 1,000.00 3 $ 3,000.00 conduct soluble salt tests as directed by the Engineer 6 Pressure Washing and Blasting if Soluble Salt Test is Positive. Wash 1 LS $ 3,000.00 0 $ - the tank and reblast the interior of the tank as directed by the Engineer New 30" Dia. Roof Access Hatch. Furnish all labor, materials, and 7 equipment to remove and replace the existing 30" dia. access hatch 1 LS $ 4,000.00 1 $ 4,000.00 with a new 30" dia. access hatch and frame New Roof Vent. Furnish all labor, materials, and equipment to remove 8 and replace the existing 14" diameter roof vent and stack with a new 24" 1 LS $ 4,200.00 1 $ 4,200.00 vent and stack 9 New Access Ladder Landing. Furnish all labor, materials, and 1 LS $ 5,000.00 1 $ 5,000.00 equipment to install a new access ladder landing at the balcony opening I New Overlilow Illipe. Furnish all labor, materials, and equlpmen o 10 extend the overflow pipe from the balcony level to ground level, 1 LS $ 9,800.00 1 $ 9,800.00 including connection to the southeast leg, new flap valve and concrete Rad 11 —.9ple5b New Access Ladder, Furnish all labor, materials, and equipment to 1 I LS $ 1,500.00 1 $ 1;500.00 remove and replace the top 20 feet of the main access ladder Connection Keeper. Furnish all labor, materials, and equipment to l 12 replace the connection keeper at the second level wind rods, next to the 1 LS $ 750.00 1 $ 750.00 riser pipe on the southeast side Page 2 of 3 CITY OF BEAUMONT, TX PRISON ELEVATED STORAGE TANK REHABILITATION BID NO. WU1117.03 S PAYMENT N RETAINAGE PROGRESS DATE September 28, 2017 Page 3 of 3 CONTRACT QUANTITY THIS QUANTITY TO TOTAL COST TO QUANTITY UNIT UNIT PRICE BID ITEM DESCRIPTION ESTIMATE DATE DATE Coax Cable Bracket. Furnish all labor, materials and equipment to weld 13 new coax cable brackets on one of the rower legs as directed by the 34 EA $ 250.00 34 $ 8,500.00 Owner 14 New Knee Rail. Furnish all labor, materials, and equipment to weld a 160 LF $ 22.00 160 $ 3,520.00 new knee rail to the existing handral New Obstruction Light. Furnish all labor, materials, and equipment to 15 remove and replace the existing obstruction light including all new 1 LS $ 15,400.00 1 $ 15,400.00 conduit and conductors and connection to the existing lighting panel 16 Yard Lighting. Furnish all labor, materials, and equipment to repair the 1 LS $ 2,400.00 1 $ 2,400.00 existing yard lighting system Above Ground Piping. Furnish all labor, materials, and equipment for 17 the surface preparation and painting of the above ground yard piping not 1 I LS $ 5,000.00 1 $ 5,000.00 mounted on tanks 1I Surface Restoration. Furnish all labor, materials, and equipment to 18 provide surface restoration, including fine grading and sodding with 6400 SF $ 1.17 6400 $ 7,488.00 Saint Augustine sod Sample Tap. Furnish all labor, materials, and equipment to install a new 19 sample tap, including 2" gate valve, reducer, tee, 1" gate valve, 1 LS $ 1,000.00 1 $ 1,000.00 pressure gauge, sample hose bid Miscellaneous Tank Repairs. Furnish all labor, materials, and equipment 20 to perform all miscellaneous repairs to the tank, as directed by the 1 LS $ 10,000.00 0 $ - Owner I Control Room Coating. Furnish all labor, materials, and equipment to ! Additive Item 22 pressure wash and recoat the existing masonry building, including all 1 I LS $ 3,500.00 1 $ 3,500.00 wood trim and doors TOTAL AMOUNT OF WORK PERFORMED TO DATE 1 $ 365,458.00 Page 3 of 3 RESOLUTION NO. WHEREAS, on January 24, 2017, the City Council of the City of Beaumont, Texas, adopted Resolution No. 17-014 approving the award of a contract to Maguire Iron, Inc., of Sioux Fall, South Dakota, in the amount of $378,458.00 for the Prison Elevated Storage Tank Rehabilitation Project; and, i WHEREAS, Change Order No. 1, in the amount of ($13,000.00), is necessary to adjust estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby decreasing the total contract amount to $365,458.00; and, WHEREAS, 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; 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 for additional work described above, thereby decreasing the contract amount by ($13,000.00), for a total contract amount of $365,458.00 for the Prison Elevated Storage Tank Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the Prison Elevated Storage Tank Rehabilitation Project be and the same is hereby found to be complete in accordance with the terms of the contract and are accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $18,272.90 to Maguire Iron, Inc., of Sioux Falls, South Dakota. 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. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of October, 2017. - Mayor Becky Ames - BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS OCTOBER 17, 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, 2 and 4/ Consent Agenda * Consent Agenda GENEAL BUSINESS 1. Consider an ordinance terminating the previously declared state of disaster made necessary by the imminent threat of Hurricane Harvey and consider repealing Ordinance No. 17-065 which suspended the competitive bidding requirements because of the public calamity resulting from Hurricane Harvey 2. Consider an, ordinance accepting the Certified Tax Roll Summary for the tax year 2017 (FY 2018) PUBLIC HEARING Receive comments related to a grant application to the Federal Transit Administration (FTA) to receive Operating Assistance funds for the Beaumont Municipal Transit System 3. Consider a resolution authorizing the City Manager to submit a grant application and execute a contract with the Federal Transit Administration (FTA) to receive Operating Assistance funds for the Beaumont Municipal Transit System WORK SESSION Review and discuss a contract for a city wide assessment of the Sewer Collection System 4. Consider a resolution authorizing the City Manager to execute Phase One of an agreement with Lockwood, Andrews & Newnam, Inc. (LAN) for various work related to the Sewer Collection System COMMENTS Public Comment (Persons are limited to 3 minutes) Councilmembers/City Manager comment on various matters EXECUTIVE SESSION Consider matters related to the deliberation of the purchase, exchange, lease or value of real property in accordance with Section 551.072 of the Government Code, to wit: Specifically 4495 Ironton (former Fire Station No. 2) Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Richard James III and The Sports Society for American Health Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Kaltrina Harbuzi at 880-3777. 1 October 17, 2017 Consider an ordinance terminating the previously declared state of disaster made necessary by the imminent threat of Hurricane Harvey and consider repealing Ordinance No. 17-065 which suspended the competitive bidding requirements because of the public calamity resulting from Hurricane Harvey BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorneol--011 MEETING DATE: October 17, 2017 - REQUESTED ACTION: Council consider an ordinance terminating the previously declared state of disaster made necessary by the imminent threat of Hurricane Harvey. Also to consider repealing Ordinance No. 17- 065 which suspended the competitive bidding requirements because of the public calamity resulting from Hurricane Harvey. BACKGROUND On August 25, 2017, the Mayor issued a proclamation (Ord. No. 17-063) declaring a local state of disaster for the City of Beaumont pursuant to Section 418.108 of the Texas Government Code due to the imminent threat to the residents of the City of Beaumont posed by Hurricane Harvey. This proclamation activated the previously adopted City Emergency Management Plan. The Plan called for prompt and effective response to a natural disaster, such as Hurricane Harvey, and the necessary emergency relief that would follow. The Mayor, as the Emergency Management Director, also adopted emergency power directives calculated to effectively control the situation in order to protect life and property of the Beaumont residents. The Council, on August 31, 2017, in a special emergency meeting, confirmed and ratified the action of the Mayor and continued in effect the previously proclaimed state of disaster. The purpose of this action is to assess the present situation and to determine whether the conditions which made the declaration of disaster necessary have sufficiently subsided to a point that the state of emergency can be terminated. If the Council is satisfied that the conditions necessitating the proclamation of a local state of disaster have ceased to exist or that the disaster has been dealt with to the extent that emergency conditions no longer exist, then the declared state of disaster should be terminated. Council is also to consider repealing Ordinance No. 17-065 which suspended the operation of the competitive bidding requirements for procurements made as part of the recovery efforts resulting from Hurricane Harvey. FUNDING SOURCE Has not been determined at this time. RECOMMENDATION Administration recommends approval of an ordinance terminating the previously declared state of disaster made necessary by the imminent threat of Hurricane Harvey and repealing Ordinance No. 17-065 which suspended the competitive bidding requirements because of the public calamity resulting from Hurricane Harvey. ORDINANCE NO. ENTITLED AN ORDINANCE TERMINATING THE DECLARED STATE OF DISASTER MADE NECESSARY BY THE IMMINENT THREAT OF HURRICANE HARVEY AND REPEALING ORDINANCE NO. 17-065 WHICH SUSPENDED THE COMPETITIVE BIDDING REQUIREMENTS FOR THE RECOVERY EFFORTS RESULTING FROM HURRICANE HARVEY. WHEREAS, on August 25, 2017, the Mayor of the City of Beaumont issued a proclamation (Ordinance No. 17-063) declaring a local state of disaster in anticipation of the imminent threat that Hurricane Harvey posed upon the lives and property of the inhabitants of the City of Beaumont; and, WHEREAS, by Ordinance No. 17-064, the City Council of the City of Beaumont confirmed, ratified and extended all emergency proclamations, orders, and regulations previously issued by the Mayor; and , WHEREAS, the City Council continued in effect the declared state of disaster by the Mayor until such time as the conditions necessitating the proclamation of the local state of disaster ceased to exist; and, WHEREAS, the City Council for the City of Beaumont is of the opinion that the conditions made necessary for the declaration of a local state of disaster no longer exist and the local state of disaster should be terminated; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT, TEXAS: Section 1. THAT the City Council, as the governing body of the City of Beaumont, hereby terminates the proclamation of a local state of disaster described in the preamble above. Carrfinn 7 THAT the previously issued order of emergency powers, including Ordinance No. 17-065, removing the operation of competitive bidding requirements, made necessary because of the public calamity resulting from Hurricane Harvey, be and they are hereby rescinded and repealed. Section 3. THAT a public emergency no longer exists requiring that this ordinance be passed formally on the date of its introduction; therefore, this ordinance shall take effect immediately upon its passage. The meeting at which this ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of October, 2017. - Mayor Becky Ames - 2 October 17, 2017 Consider an ordinance accepting the Certified Tax Roll Summary for the tax year 2017 (FY 2018) i, ii . 1��( I Kh i TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer :.� MEETING DATE: October 17, 2017 REQUESTED ACTION: Council consider an ordinance accepting the Certified Tax Roll Summary for the tax year 2017 (FY 2018). BACKGROUND On September 26, 2017, Council approved the tax roll as certified by the Jefferson Central Appraisal District (JCAD) with a taxable value of $7,426,450,851. As required by Section 26.09 of the Tax Code, the Certified Tax Roll Summary must be approved by the City Council. The taxable value as certified by the Tax Assessor -Collector is $7,422,698,026 which is $3,752,825 less than that certified by JCAD due to adjustments in market values and various exemptions. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of ordinance. ORDINANCE N.O. ENTITLED AN ORDINANCE ACCEPTING THE CERTIFIED TAX ROLL SUMMARY FOR THE TAX YEAR 2017 (FISCAL YEAR 2018); PROVIDING FOR SEVERABILITY AND PROVIDING FOR REPEAL WHEREAS, the Jefferson County Tax Assessor -Collector has furnished to the City of Beaumont the certified tax roll summary for the City of Beaumont to be $7,422,698,026; and, WHEREAS, the City Council finds that the tax roll submitted by the Jefferson County Tax Assessor -Collector should be accepted for the tax year 2017 (FY 2018); NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: Section 1. THAT the statements and findings set out in the preamble to this ordinance are hereby, in all things, approved and adopted. Section 2. That the tax roll submitted to the City Council by the Jefferson County Tax Assessor -Collector, attached as Exhibit "A", and showing the total net taxable assessed value of all property within the City to be $7,422,698,026 is hereby approved and accepted by the City of Beaumont. 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 all ordinances or parts of ordinances in conflict herewith are repealed to the extent of the conflict only. The meeting at which this ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of October, 2017. - Mayor Becky Ames - 10/0912o.T7 02 1.9 pm, Tax Collection System' -.JEFFERSON COUNTY t802juris suui..ary:rep0.12' Certified.Roll.JurisdictionSummary .Request Seq.: 2836422 Processing For Tax Year: .2017 County Code: ALL Tax Unit: ALL Jurisdiction:, 21 CITY Of-BEAOMONT Total Parcels: 65,251 'Pax Rate: 0.71,00000 Market Value: 8,910,368,1 u2 State Hom: 0 Opt Ham. State 065:, 0 Opt 0.65: Disabled: 17,500 Opt Disabled:. AG Exclusion Count: 158 AG Exclusion Amt: 45,425,814 Timber Exclusion Count: 72 'Timber Exclusion Amt: 3,890,574 HS Capped Count: 712 HS Capped Amt: 4;660,515 Assessed Value: 8,857,391,259. Prorated-Exxv.:Count/Amti 3,632 1,184;663.,473 Pollution .Cdni olCount/Amt: 3 6951770 100% Exempt Vet Count/Amt:: 253 30,302,448 Pro Charitable Functions tount/Amt-. 6 1,219,270' Chdo.CountI.Ami: 37. 2,491,827 Low Income Housing'Count/Amt: 1 3,280,075. Pro Youth Associations Count/Amt: 14 6.1608,600 Abatement Count/Amt: 1 1,469:060 Prorated-Exx1 Count/Amt: 3 2,059,440 Hb366:Count/Amt: 56 14,780 Pro MiscExempts.Caont/Amt: 99 3,210,880 GoodslnTransit 'Count/Atnt: 1 •8;811,830 Pro Schools Count/Aint: 44 18,378;1.00 State Homestead Count: 21,875 State Homestead Amt: 0 Local Homestead Count: 0 Local' Homestead Amt:. 0 State Over 65 Count. 0 State Over'65' Amt: 0 Local Over 65 Count: 8,702 Local Over 65 Amt:. 148;940 282 Surviving Spouse Count. 51 Surviving Spouse Amt: 857,500 State Disabled Count: 0 State Disabled Amt: 0 Local Disabled Count-. 838 Local. Disabled`Amt: 14;321,036 Total. VET Count: 635 Total VET Amt. 6,428;862 *VET Surviving Spouse Cmmt: 16 *VET Surviving. Spouse Amt: 1'52,500 *included in the Total: VET Count/Amt Partial Exempt Values: 170547,680. Taxable Value:: 7,422,699,026 Total Levy Amt: 52;754,800.27 Late AG Penalty Count: I Late AG Penalty Amt: 32.88 Late Rendition Pemity Count: 1,410. LdteRendition Penalty Amt: 53,578.93 Frozen Account Count: 0 Frozen Homesite.Value. 0 Frozen Taxable Value:: 0 Unfrozen Levy :Amt:. 0.00 Frozen Levy Amt: 0.00 Frozen Levy Loss Amt: .0.0.0 Total Non -Exempt Parcel Count: 65,751 0:0000000 17;500 0 Page 13 of 33 A. F-' m X W PUBLIC HEARING * Receive comment application to the Administration (I s related to a grant Federal Transit { TA) to receive Oberatin4 Assistance funds for the Beaumont Municipal Transit System x 3 October 17, 2017 Consider a resolution authorizing the City Manager to submit a grant application and execute a contract with the Federal Transit Administration (FTA) to receive Operating Assistance funds for the Beaumont Municipal Transit System BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: October 17, 2017 REQUESTED ACTION: Council conduct a public hearing and consider a resolution authorizing the City Manager to submit a grant application and execute a contract with the Federal Transit Administration (FTA) to receive Operating Assistance funds for the Beaumont Municipal Transit System. The grant will help pay for the labor, fringe benefits, parts and supplies, and other miscellaneous expenses for the operation and maintenance of the Beaumont Municipal Transit (BMT) System in FY 2017, the period from October 1, 2016 through September 30, 2017. FUNDING SOURCE The City expects to receive $2,096,752 from the FTA. RECOMMENDATION Approval of the resolution. E -u- ton �Unicipol Transit. System DATE: October S, 2017 SUBJECT: FTA Grant for FY2017 TO: Chris Boone, Community Development Director FROM: William J. Munson, Beaumont Transit Chris: - Please. place the attached public hearing on the City Council Agenda for Tuesday, October 17, 2017. Thanks, FN , 9 PUBLIC NOTICE The City of Beaumont/Beaumont Municipal Transit CBMT) is considering applying for a grant from the Federal Transit Administration (FTA) for expenses incurred in FY2017. The grant will be for operating assistance (5307 funding) for the Beaumont Municipal Transit System for up to one-half of the net operating deficit for FY 2017, the period between October 1, 2016 through September 30, 2017. Operating assistance will cover all expenses related to the operation and maintenance of the transit system to include labor, fringe benefits, fuel, tires, bus parts, lubricants, other materials and supplies, insurance, utilities, purchased services, taxes and licenses, and any other miscellaneous expenses. A breakdown of the operating assistance project follows: Line Item . Federal State Local Total Operating $2,096,752 $361,084 ' $1,735,668 $4,193,504 Assistance A Public Hearing will be held on October 17, 2017 at 1:30 pm at the City Council Chambers at City Hall, 801 Main Street, Beaumont, Texas, 77704. The Public Hearing will offer an opportunity for interested persons, agencies, and private transportation providers to comment on the proposal. The hearing will also afford the opportunity for interested persons to be heard on the social, economic, and environmental aspects of the proposal. Prior to the hearing, additional information may be requested and/or written comments may be submitted to: William J. Munson General Manager Beaumont Municipal Transit 550 Milam Street Beaumont, Texas 77701 (409)835-7895 In addition, the proposed grant application data may be viewed prior to the Public Hearing by the public at the Beaumont Municipal Transit Office at 550 Milam Street, Beaumont, Texas, 77701, during normal business hours of 8:00 am until 4:30 pm on weekdays. The above proposed Program of Projects will become final unless amended by the City Council. The final approved grant application data for this grant will be available for public review at the Beaumont Municipal Transit Office at 550 Milam Street, Beaumont, Texas, 77701, or a copy can be requested by calling'(409)835- 7895. 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 submit a grant application and execute a contract with the Federal Transit Administration (FTA) to receive an Operating Assistance Grant in the amount of $2,096,752 for the Beaumont Municipal Transit System. 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. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of October, 2017. - Mayor Becky Ames - WORK SESSION Review and discuss a contract for a city wide assessment of the Sewer Collection System 11 October 17, 2017 Consider a resolution authorizing the City Manager to execute Phase One of an agreement with Lockwood, Andrews & Newnam, Inc. (LAN) for various work related to the Sewer Collection System BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: October 17, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Phase One of an agreement with Lockwood, Andrews & Newnam, Inc. (LAN) for the Assessment of the City Sewer Collection System. BACKGROUND The purpose of this agreement is to develop and implement a multiyear program for achieving and sustaining compliance with the Texas Commission on Environmental Quality (TCEQ) and U.S. EPA requirements for control of sewer overflows from the collection system. FUNDING SOURCE The total cost of the agreement is $1,950,000 which will be broken down into three (3) phases with Phase One not to exceed $650,000 and will be funded from the Capital Program. RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute an Engineering Services Agreement between the City of Beaumont and Lockwood, Andrews & Newnam, Inc., (LAN), in an amount not to exceed $650,000.00, for Phase One (1) of Three (3) of the Assessment of the City Sewer Collection System to develop and implement a multiyear program for achieving and sustaining compliance with the Texas Commission on Environmental Quality (TCEQ) and U.S. EPA requirements for control of sewer overflows from the collection system. The Agreement is attached hereto as Exhibit "A" and made a part hereof for all purposes. 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. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of October, 2017. - Mayor Becky Ames - ENGINEERING SERVICES AGREEMENT STATE OF TEXAS COUNTY OF JEFFERSON § CITY OF BEAUMONT § AGREEMENT FOR CITY OF BEAUMONT Sanitary Sewer Overflow Initiative Program Management SECTION 1 This Agreement made and entered into in Beaumont, Jefferson County, Texas between the City of Beaumont, a Municipal Corporation in the State of Texas, hereinafter termed "City" and Lockwood, Andrews & Newnan, Inc. (LAN), duly licensed, and practicing under the laws of the State of Texas, hereinafter termed "Engineer", said Agreement being executed by the City pursuant to the City Charter and Ordinances and Resolutions of the City Council, and by said Engineer for the Engineering Services hereinafter set forth in connection with the above designated Project for the City of Beaumont. I. General A. Detailed Project Description The Engineer will perform Program Management services for the City of Beaumont generally described as providing Program Management required for the City of Beaumont Sanitary Sewer Overflow Initiative (SSOI) as described in Attachments "A", `B", "C" and "D", and made part of this contract. All services provided by the Engineer will conform to standard engineering practices utilized by other members of the profession practicing under similar circumstances at the same time and in a similar locality as well as applicable rules and regulations of the Texas Engineering Practices Act and the riles of the Texas Board of Professional Engineers. B. The Engineer shall not commence work on this proposed Project until he has been notified in writing to proceed. The Engineer, in consideration for the compensation herein provided, shall render all professional services, including any associated subconsultants, necessary for the development of the Project to completion, as provided in this Agreement. City of Beaumont SSOI Program Management -LAN EXHIBIT "A" II. Basic Services a. Meet with the City to determine detailed scope and schedule for each of the three (3) Phases of the project. b. Perform the services described in Attachment A — Services To Be Provided By LAN, Inc. and as implemented in three phases as described in Attachment B — Services To Be Provided Phases I, II, & III. III. Special Services N/A IV. Additional Services All work that will be performed by the Engineer at the request of the City that is described in this paragraph and not included in the paragraphs above, shall constitute Additional Services. Additional Services shall include, but are not limited to the following: A. Services required by the City in any litigation or other controversy as an expert witness, including actual testimony time, stand-by waiting time, preparation of engineering data and reports or depositions and consulting with the City or its attorney. B. Preparation of any special reports, applications for permits or grants, and appearances before any regulatory agencies or public hearings not included in Attachments "A", `B". "C" and "D". C. Any revisions of previously approved work.. D. Any travel and subsistence to points other than Engineer's or City's Offices and Project sites. E. Additional services due to significant changes in scope of Project including but not limited to changes in size, complexity, or character of services as agreed to by both parties. F. Providing services after issuance of Letter of Acceptance from the City. V. Coordination A. The Engineer shall hold monthly conferences with the Public Works Director, hereinafter termed "Director", or his representatives to the end that the Project as developed shall have the full benefit of the City's experience and knowledge of existing needs and facilities, and be consistent with its current policies and standards. To assist the Engineer in this coordination, the City shall make available for the Engineer's use in planning and City of Beaumont SS01 Program Management- LAN designing the project all existing plans, maps, field notes, statistics, computations, and other data in its possession relative to existing facilities and to this particular Project, at no cost to the Engineer. However, any and all such information shall remain the property of the City and shall be returned if instructed to do so by the Director. To the extent the Engineer utilizes any such information to meet its standard of care the Engineer shall be entitled to keep one such copy for its business record. B. The Director will act on behalf of the City with respect to the work to be performed under this Agreement. He shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions with respect to materials, equipment, elements and systems pertinent to Engineer's services. C. The City will give prompt written notice to the Engineer whenever the City observes or otherwise becomes aware of any defect (error or omission) in the Engineer's services or any development that affects the scope or timing of Engineer's services. D. The City shall furnish approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be determined to be necessary by the City for the completion of the Project. The Engineer will provide the City reasonable assistance in connection with such approvals and permits such as furnishing of data compiled by the Engineer pursuant to other provisions of the contract, but shall not be obligated to develop additional data, prepare extensive reports or appear at hearings or the like unless compensated therefore under other provisions on this contract. E. The Engineer shall promptly report, in writing, to the City of any development that would affect the scope or timing of the Project. VI. Fee Schedule A. General For and in consideration of the services to be rendered by the Engineer in this Agreement, the City shall pay and the Engineer shall receive the compensation hereinafter set forth for the Engineer's services described in Sections II, IIl, and IV. B. Basic and Special Services The basis of compensation for Basic and Special Services shall be at the standard hourly rates and expenses as provided in the Schedule of Hourly Rates and Expenses shown on Attachment "D". The Engineer agrees that the total services and expenses for all three phases shall not exceed $1,950,000.00. This agreement shall cover Phase I only and not to exceed $650,000.00 (Attachment `B"). Other phases will be addressed as funds become available. City or Beaumont SS01 Program Management -LAN VII. City Payments A. Payments shall be made to the Engineer based on the several phases as described above and in accordance with the following: One -hundred percent (100%) of the amount due the Engineer for work performed in each phase shall be payable on a monthly basis. B. Payment shall be made within thirty (30) days after submittal of the request for payment for work performed. C. The City reserves the right to make an audit of time based and reimbursable expense charges claimed for this contract for services. VIII. Revisions to Drawings and Specifications The Engineer shall make, without additional expense to the City over and above the basic fee, such revisions to the Design Phase as may be required to meet the needs of the City. After approval of the Design Phase by the City, any revisions, additions, or other modifications made at the City's request that involves extra services and expenses to the Engineer shall be subject to additional compensation to the Engineer for such extra services and expenses. IX. Ownership of Documents All documents including the original drawings, estimates, specifications, field notes and data, will remain the property of the Engineer as instruments of service. However, it is to be understood that the City shall have free access to all such information with the right to make and retain copies of drawings and all other documents including field notes and data. Any re- use without specific written verification or adaptation by Engineer will be at City's sole risk and without liability or legal exposure to Engineer. X. Termination Either party to this Agreement may terminate the Agreement by giving the other thirty (30) days notice in writing and in accordance with the following procedure: A. Upon delivery of such notice by either party to the party, and upon expiration of the thirty day period, the Engineer shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this Agreement. As soon as practicable after receipt of notice of termination, the Engineer shall submit a statement, showing in detail the services performed under this Agreement to the date of termination. The Owner shall then pay the Engineer promptly that proportion of the prescribed charge to which the service actually performed under this Agreement is City of Beaumont SSOI Program Management - LAN applicable and useable to this Project, less such payments on account of the charges as have been previously made. Copies of specifications prepared under this Agreement shall be delivered to the City when and if this Agreement is terminated, but subject to the restrictions, as to their use, as set forth in Section VIII. B. Failure by the Engineer to comply with the submittal of the statement, and documents as required above shall constitute a waiver by the Engineer of any and all rights or claims to collect any monies that the Engineer may rightfally be entitled to for services performed under this Agreement. XI. Engineer's Warranty 44 yed-or-re"'ne-1 any e0fl] a bona fide employee working solely for the Engineer to solicit or secure this Contract, and that he has not for the purpose of soliciting or securing this Contract paid or agreed to pay any company or person, other than a bona fide employee working solely for the Engineer, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. XII. Equal Employment Opportunity The Engineer agrees to follow the Minority Business Enterprise requirements and/or develop an Affirmative Action Plan as set forth by the City. XIII. Assignment or Transfer of Interest The Engineer shall not assign or transfer its interest in the Contract without the written consent of the City. XIV. Indemnification/Liability The Engineer shall save and hold harmless the City from all claims and liability due to activities of himself, his agents, or employees, performed under this Contract and which result from a negligent act, error or omission of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expenses, including attorney fees which might be incurred by the City in litigation or otherwise resisting said claim or liabilities which might be imposed on the City as result of such activities by the Engineer, his agents, or employees and for which the Engineer is found to be legally, liable. The Engineer shall, within one week after signing the contract and before any work shall start, furnish the City with certificates of insurance naming the City as additional insured on the General Liability and Automobile policies satisfactory to the City and indicating the existence of Statutory Workmen's Compensation Insurance. Such insurance shall be at the Engineer's expense. The limits shall be as follows: City of Beaumont SSOI Program Management - LAN Commercial General Liability and Auto Liability Insurance shall not be less than $1,000,000.00 per incident / $1,000,000.00 per occurrence. These certificates shall contain a provision that the City shall be notified thirty (30) days before cancellation of the insurance. The Engineer shall maintain such insurance in force during the life of the contract and no modification or change of insurance carriage and provision shall be made without thirty (30) days written advance notice to the City. XV. Estimates of Cost Since the Engineer has no control over the cost of labor, materials, or equipment or over the contractor's methods of determining prices, or over competitive bidding or market conditions, his opinions of probable Project Cost or Construction Cost provided for herein are to be made on the basis of his experience and qualifications and represent his best judgment as a design professional familiar with the construction industry but the Engineer cannot and does not guarantee that proposals, bids or the construction cost will not vary from opinions of probable cost prepared by Engineer. XVI. Force Majeure The City agrees that the Engineer is not responsible for damages arising from any circumstances beyond the Engineer's reasonable control. For purposes of this Agreement, such causes include, but are not limited to, strikes or other labor disputes; severe weather disruptions, natural disasters, fire or other acts of God; riots, war or other emergencies; failure of any governmental agency to act in timely manner; failure of performance by the City or the City's other Engineers, it's Contractor or any of their subcontractors; or discovery of any hazardous substances or differing and unforeseeable site conditions. XVII. Interest in City Contracts Prohibited No officer or employee of the City shall have a financial interest, direct or indirect, in any Contract with the City, or shall be financially interested, directly or indirectly, in the sale to the City of any land, materials, supplies or service, except on behalf of the City as an officer or employee. XVIII. Entire Agreement This Agreement, including the attachments, represents the entire and integrated Agreement between the City and Engineer and supersedes all prior negotiation, representations, or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Engineer. City of Beaumont SSOI Program Management - LAN SECTION 2 IN WITNESS WHEREOF, the City of Beaumont has lawfully caused these presents to be executed by the hand of the City Manager of said City, and the corporate seal of said City to be hereunto affixed and this instrument to be attested by the City Clerk, and the said Engineer, acting by the hand of Derek St. John, PE, CFM thereunto authorized signee title, does now sign, execute and deliver this document. Done at Beaumont, Texas, on this Lockwood, Andrews & Newnam, Inc. Business Group Director Attest: City of Beaumont SSOI Program Management - LAN day of , A.D. 2017. CITY OF BEAUMONT By: City Manager Attest: ATTACHMENT A SERVICES TO BE PROVIDED BY LAN, INC. City of Beaumont SSOI Program Management -LAN City of Beaumont — SS01 Program Management Scope of Worl< October 5, 2017 Attachment A — Scope of Services City of Beaumont SSOI Program Management Introduction The purpose of this Program Management services contract is to provide management and technical leadership for specific areas of the City of Beaumont's (City) delivery of its commitment under the Sanitary Sewer Overflow Initiative (SSOI) with the Texas Commission on Environmental Quality (TCEQ). The purpose of the City's SSOI is to improve the performance of its existing collection system assets (e.g. laterals, sewers, manholes, trunk sewers, lift stations, force mains, siphons, and the WWTP) for conveying dry and wet weather flows. This improvement would first focus on operations and maintenance activities and could extend to renewing the infrastructure or recommending larger infrastructure if needed. Performance improvement is measured by the number of sanitary sewer overflows (SSOs) and customer service problems that occur. These problems result from the inability of the current assets to properly convey flows, excessive flows entering the system or a need for additional system capacity. This scope of work focuses on identifying the need for resources to address Operations and Maintenance (O&M) responses, renewal of assets where needed or providing recommendations for new or expanded capacity to correct performance problems. The approach to this work will be action oriented by taking advantage of existing City reports and data, and focusing on field inspection of assets to identify problems. The findings from this research and field work will be reviewed with City staff to reach an agreed approach. This ongoing process of investigation, review and action is critical to maintaining progress on goals and resolving problems. This keeps work consistently flowing to City resources and it's outside work -order contractors. Because the exact nature and extent of problems within the City's collection system are not fully known the scope is not fully defined at this time. As the scope and extent of problems are identified the future focus, staffing level and support from LAN's internal and external resources will be adjusted. Similarly, this will affect how and where the City elects to spend its O&M and capital funding over time. These changes in scope of this assignment will be reviewed by the Program Manager (PgM) each month with the Director of Public Works (Director). This will include continuing, expanding or contracting ongoing efforts and adding new efforts to meets the needs of the City as determined from the results of prior work by LAN and results from the City's own implementation of SSOI actions. Page 1 of 13 City of Beaumont — SSOI Program Management Scope of Work October 5 2017 One key objective is to investigate and recommend actions needed to reduce peak rainfall induced inflows to the collection system. This will include physical inspection of trunk sewers, major lift stations/force mains and treatment plant operations. The goal is to provide a combination of actions that will allow these assets to each operate better and be coordinated collectively to provide better performance. Task 1 - Program Management Program planning and reporting will be coordinated directly with the Director. The intent is to collaboratively plan the specific scopes of work for Tasks 2 through 5 sufficiently to allow an estimated level of effort and schedule to be prepared. Some scopes of work by the investigative nature of the assignment will be difficult to predict the level of effort or outcome. Because of these types of assignments the PgM will provide biweekly reports to allow for additional adjustments to the work between the monthly meetings. The goal is to provide visibility so that the City and LAN are in agreement about the proposed level of expenditures, schedules and results. The work by subconsultants or subcontractors will be presented as written- proposals for consideration by the Director. These will be either lump sum or time and materials contracting as best suits the service and situation. The Director and PgM will manage the overall schedule and costs for services under this program of work. This will include providing a monthly summary of its activities and results. In addition,.LAN will accumulate and produce a draft version of the SSOI Annual Progress Report on a quarterly basis. This will serve as a check point for progress towards SSOI goals, facilitate discussion on adjustments to Program approaches and secures the data so that the SSOI Annual Progress Report is thorough, accurate and timely. The PgM will also prepare internal reporting that can be used by City staff to support discussions with City Management, Council or the general public. LAN will support City staff with meetings with any or all of these stakeholders as requested. Task 2 - Performance Improvement The purpose of this task is to perform research and field work to quantify performance problems and rapidly produce recommended approaches to correct them. The assets and scale of investigations will be recommended by LAN to Beaumont and negotiated prior to starting any work. The scope of this service includes all collection system assets (e.g. laterals, sewers, manholes,.trunk sewers, lift stations, force mains, siphons, and the WWTP). The scale of investigations will vary from very large (e.g. major trunk sewers or lift stations) to very small (e.g. an individual siphon). The initial action taken under this task will be to collect, review and summarize key points from the City's existing reports or other data sets. This information would be used by LAN to prepare its Draft Action Plan. The purpose of the Draft Action Plan is to identify in detail how each activity will support the City's implementation of collection system Capacity, Management, Operations and Maintenance (CMOM) as it delivers on its SSOI commitments. Page 2 of 13 City of Beaumont - SS01 Program Management Scope of Wort: October S, 2017 Upon approval and sequencing of the goals in the Approved Action Plan (the Plan) LAN will prepare a Master Program Schedule (Schedule) to sequence the work required under the Plan. Both the Plan and Schedule will be reviewed regularly in an effort to better focus LAN and the City's resources. LAN will review the Schedule with the City and, where needed, coordinate with subcontractors or subconsultants to confirm scheduling, pricing and coordination with City operations staff. Upon approval by the City LAN would implement the Plan and report on this Schedule. The collection system assets will be evaluated in the following categories: Gravity Sewers Larger than II -inches The goals are to make good use of existing City data, efficiently deploy resources to the field and convert those findings into actionable recommendations. These investigations will follow this basic template, unless agreed otherwise in specific circumstances, for all work: 1. Order of Work —Based on the initial discussion about how rapidly significant flows arrive at the WWTP in response to rainfall it was decided to perform field work in the following order: a. The first 6,000 feet of each trunk sewer entering the WWTP, b. The remainder of the 72 -inch trunk sewer entering the WWTP from the west side of the City, and its upstream reaches of all diameters until it terminates, c. The first 6,000 feet of each trunk sewer entering lift stations discharging directly to the WWTP, and d. Provide the City with a recommendation on the order, extent and methods of inspection of the remaining trunk sewers upon completing the work above. 2. Background i2esearch — In coordination with City staff, LAN will review available reports, models, mapping/work order data, or other information to summarize what is known about the specific assets of interest. The goal is to avoid spending money on field time that simply reproduces existing data or gather new data from which no action would be taken. As part of this work LAN will try to confirm whether previously recommended corrective actions have been implemented. 3. Field Investigation — LAN will coordinate with City staff as it performs the following field investigations: a. Physical Inspection Approach — Manholes i. The City of Beaumont will survey the location and elevation of each manhole in the segments to be inspected. This data will be provided to LAN and identified according to the City's manhole numbering system ii. LAN will open and assess each manhole in the segments to be inspected. These inspection results will be coded using a mutually agreed system of defect identification. Page 3 of 13 City of Beaumont — SSOI Program Management Scope of Worl< October 5, 2017 iii. Tier 1 Inspection - the focus of these investigations is to identify where large sources of inflow could enter the trunk sewers. Where the manhole frame, cover, or structure show obvious defects that would allow surface water to flow into the trunk sewer the inspection process will record all agreed information for the manhole inspection. iv. Tier 2 Inspection - where there are no visually apparent defects that would allow surface water to flow into the sewer, and no other defects that would warrant immediate action by the City, the inspection process will include documentary photographs and a limited set of defect coding and data gathering. The purpose of this approach is to move quickly through the system to spend time with clearly defective assets by limiting time with those that are not. b. Physical Inspection Approach — Trunk Sewer Alignments i. Background research on sewer alignments will focus on crossings by all storm water channels or pipes and by all private utilities where those are known. This will be used during field work to focus observation of surface conditions on those locations where known crossings are present. Crossings with storm water channels or pipes are potential sources of inflow. Crossings with private utilities are potential causes of subsidence or, where improperly installed, borings through the trunk sewer itself. ii. Each location where there is evidence of surface disturbance above the approximated location of the trunk sewer will be photographed, a summary of observations entered along with an approximate location (swing ties to available permanent features) and the location will be marked with paint to allow follow up survey by the City. iii. For each potential defect location identified LAN will provide the City with a recommended next step. This will range from further testing or internal inspection of the sewer, exploratory excavation to confirm the presence or absence of an actionable defect or the need for immediate repair. c. Immediate Action Items — LAN will notify designated City staff whenever it observes conditions that warrant immediate further review by the City to determine if corrective action(s) need to be taken before the bi-weekly summary report is delivered. d. Supporting Observations — Record observations about whether the system being observed is performing correctly or is currently in need of operations or maintenance attention. (E.g. when looking at gravity sewers it will be noted whether the sewer is down and flowing, surcharged and needs flushing, shows signs of infiltration, shows signs of previous surcharge, presence of sinkholes, unusual vegetation, and debris along alignments). These observations, and others, will support decision making for immediate maintenance or factor into renewal needs. Page 4 of 13 City of Beaumont — SS01 Program Management Scope of Work October 5, 2017 4. Field Investigation Documentation — LAN will coordinate with the City's GIS department to deliver digital copies of data that are coded to allow that data to be associated with the specific asset. This data will include photographs and field inspection reports. This data will be delivered every two weeks throughout the 60 -day field inspection period. 5. City Briefing — The goal will be to brief the City on findings and recommendations at the end of the initial 60 -day field investigation period. Because the condition of the trunk sewers and access limitations along the alignment are not fully known it not possible to forecast production rates or dates of completion of the work areas listed in 1, above. LAN will provide the City with bi-weekly summaries of production, estimates of level of effort to complete remaining inspections and summarizing any immediate action items identified. The goal is to promote regular interaction so that City input or directions for adjusting objectives can be implemented in a timely manner. 6. Follow Up — Should additional field work be recommended, LAN would again brief the City on findings to develop an agreed approach. 7. Documentation — At the conclusion of the first 60 -days of field work, and thereafter by mutual agreement with the City,'LAN will prepare a technical memorandum describing findings and recommendations. A recommended approach for the next 60 -day investigation cycle will be provide for review and approval by the City. Gravity Sewers — 12 -inches and smaller 1. Order of Work — The order of work will be developed by LAN based on background research and will be adjusted through discussion with the City prior to initiating field investigations. 2. Ra:ckground _Research — The goal for gravity sewers 12 -inches and smaller is the same as for the larger pipes; efficient inspection focused on reducing inflow to the collection system. Background research will be prepared to highlight the location and causes of SSOs, sanitary sewers that are located under open channels, cross storm sewers, are crossed by private utilities, locations where defects were identified in prior studies, or have manholes that are subject to inundation in response to rainfall. This research will be conducted by LAN to develop a proposed approach to its field investigations and will be reviewed and adjusted based on conversations with the City. 3. Field Investigation — The field inspection of manholes and sewer alignments will be the same as for trunk sewers. LAN does not expect to open and inspect every manhole or walk the full length of every sewer within any given meter basin. 4. Field Inycst4 ation Documentation— LAN will utilize the same tools and methods for documenting field observations as is proposed for trunk sewers. Page 5 of 13 City of Beaumont — SSOI Program Management Scope of Work October 5, 2017 5. - City Briefing — LAN will include a summary of these field investigations in the bi- weekly summary discussed previously. 6. Follow Up — Prior to initiating more detailed location of defects through smoke testing, dye testing or CCTV inspection LAN will provide a written recommendation to the City. The objective would be to accumulate a sufficient volume of such work to make mobilizing those resources more effective. 8. Documentation — At the conclusion of the first 60 -days of field work, and thereafter by mutual agreement with the City, LAN will prepare a technical memorandum describing findings and recommendations. A recommended approach for the next 60 -day investigation cycle will be provide for review and approval by the City. Gravity `Sewers — Siphons all sizes. The City has committed to cleaning all siphons every two years. Additional information on the performance of cleaned and uncleaned siphons would be useful in documenting whether the cleaning is beneficial and provide a basis for making adjustments to the frequency of cleaning. LAN will develop a method for City crews to record observations about the performance of the siphon before and after cleaning. This will help in documenting the performance improvement and set a baseline for subsequent monitoring. This will also include a procedure for testing the water -tightness of the siphon by temporarily stopping flow and pumping the water out of the siphon into the downstream sewer. LAN will review the results of this information from the City and summarize those results in a technical memorandum to the City. 2. Where LAN is performing inspections on gravity sewers and a siphon is within the study area it will open the siphon access manholes and gather data on those manholes. It will also note the flowlines across the siphon as measured from the rim elevations surveyed by the City. These measurements will benchmark changes in performance that can be noted in subsequent inspections. These inspections will be reported at the same time and in the same way as the remainder of the manholes and sewers being inspected. Wet Weather Field Investigtions — Sewers, Lift Stations or NVWTP 1.. Order of Work — The order of work will be developed by LAN based on background research and will be adjusted through discussion with the City prior to initiating field investigations. The objective of this activity is to have a list of known wet weather performance problems for which advance research can be performed by LAN. When LAN is mobilized for other work and it is interrupted by.rainfall, or when rainfall in another part of Beaumont triggers a performance problem, our resources can stop the work in progress to investigate the issue as it occurs. This takes advantage of conditions to investigate problems in progress and provides valuable alternative work assignments for the field team to shift to when "rained out" of planned work activities. Page 6 of 13 City of Beaumont— SSOI Program Management Scope of Worl< October 5, 2017 2. Background Research — Developing background research will start with Beaumont staff identifying known problem locations or conditions. These will be prioritized and background information reviewed so that the field team is able to shift to investigating a problem in progress with a plan for where to go, what to observe or measure and how to document the situation. This background research will require review of City records to understand the sewer system, its prior modifications, details of its performance history, maintenance history and status of recommendations from prior studies, modeling or smoke testing. 3. Field Investigation — The field investigation will be defined on a case by case basis for the prioritized known problem locations. These locations will be visited in dry weather when the field team is in the area or has time available to include this work in the course of scheduled work. When rainfall is observed or the City notifies LAN's field team leader that the problem is in progress, the team will stop current work and move to the reported location to investigate. 4. Field Investigation Documentation — LAN will utilize the same tools and methods for documenting field observations as is proposed for trunk sewers. 5. Ci , Briefing — LAN will include a summary of these field investigations in the bi- weekly summary discussed previously. 6. Follow Un — In addition to all of the other methods of evaluating the condition of the system LAN will provide recommendations that could include: a. installation by City of remote sensing devices to provide automated notice of deteriorating performance (e.g. SmartCover monitoring systems, or similar), b. flow monitoring and development of localized collection system models to evaluate performance, c. enhanced cleaning frequency, or d. develop a Capital Project Description to define the scope of a capital project that would address the problem. The Capital Project Description would be used by the City to select a design engineer to implement the recommended project. 9. Documentation.— At the conclusion of the first 60 -days of field work, and thereafter by mutual agreement with the City, LAN will prepare a technical memorandum describing findings and recommendations. A recommended approach for the next 60 -day investigation cycle will be provide for review and approval by the City. Task 3 - O&M LAN will support the City's O&M commitments under the SSOI by consolidating existing and future system performance data into a format that supports analysis, decision making and reporting. This data will include, but is not limited to, reported SSOs, customer service requests, work orders, grease trap ordinance compliance, grease route field crew observations, and LAN's own field observations. LAN and the City would evaluate this data to identify and rank Page 7 of 13 City of Beaumont — SSOI Program Management Scope of Worl< October 5, 2017 performance by meter basin throughout the City. By continually updating these rankings it will be possible to: • make management decisions on where and when to apply more or less resources, • better understand the types of resources that are producing results most cost effectively so that this information can be leveraged to other areas, and • support timely reporting to City stakeholders and annually to TCEQ. By undertaking this activity early in the Program it will help to focus the locations and purposes of field investigations to be performed by LAN. Key activities that LAN can undertake would include, but are not limited to: • Review and analysis of prior and ongoing SSOI to assess effectiveness of current approaches for increasing performance. This would lead to recommended future use of new methods or changes in existing methods. • Monitoring siphon cleaning frequency versus collection system areas served to determine benefits and optimize cleaning frequency. • Review LS operation data for action triggers based on wet and dry weather performance in the collection system areas served. • Review stoppage/blockage data for action triggers. Task 4 - Renewal Program LAN will support the City's renewal commitments under the SSOI by assessing the improvement in performance where renewal work is performed. To support this at the outset LAN would correlate the performance data produced in Task 3 with the City's current records of collection system renewal. This will provide a means of assessing how effective prior renewal investments have been at changing collection system performance. This historical information in combination with ongoing review of performance after renewal is implemented will help to direct the course of future renewal methods, extent and locations. As with the O&M data analysis this will help to identify and rank meter basins City wide for evaluation. LAN will prepare Capital Project Descriptions where data driven or field based research identify a need to implement a capital project that is not suited for City resources or work order contractors to perform. These would only be prepared with the prior approval of the City and would contain enough information for the City to have selected the option it wants implemented and to provide enough definition of the required project for the engineer selected by the City to develop its scope of work and fee. The following types of evaluations may identify the need for capital projects: • Detailed capacity testing and lift station condition assessments, Page 8 of 13 City of Beaumont — SSOI Program Management Scope of Worl< October 5, 2017 • WWTP and major lift station operations optimization to increase total flow processed by maximizing use of system and offline storage, • Identifying drivers of underachieving performance (e.g. construction quality methodologies) and strategy (i.e. technique and extent) + Lift station pump strategy for optimization, i.e. optimizing collection system storage during wet weather without creating sanitary sewer overflows (SSOs). Task 5 - Support Services LAN Provided Support Services — Detailed Scopes of Work will be developed for Supporting Services that the City directs LAN to implement. Buried.Asset Management (BAM) — The scope of LAN's work on the SSOI will by its nature provide numerous opportunities to validate the location, elevation, condition and size of collection system assets. This scope of work can be coordinated with the City's other efforts to implement a BAM or to update data within any of its existing systems. This will principally involve coordination meetings to confirm the format (e.g. Cityworks) and platform (e.g. iPad, Surface or other portable devices) for field data record keeping. These meetings would happen before initiating field investigations so that data can be efficiently captured and conveyed to the City throughout the duration of this work. WWTP Capacity or Process Oritimization — This scope of work could become necessary to supplement setting a City wide strategy for managing peak wet weather flows. The collection system investigation and renewal component under Task 2 — Performanee Improvement may require an enhanced understanding of the operational strategies and capabilities in place for managing peak flows through the City's major lift stations and WWTP. Due to the wide range of evaluation options LAN would perform a cursory review of the WWTP to develop a specific scope and fee for review with the City. �. Collection Swstem Mod "Jin This scope of work will become necessary to supplement setting a City wide strategy for managing peak wet weather flows throughout the collection system and WWTP, for studying current or future conditions in sub -areas of the collection system, for collaborating with the City on enhancements to its current or prospective SCADA system capabilities, or for supporting more detailed development of Capital Project Descriptions for use by the City in defining renewal projects. Litt Station and Force,Maiii Inspections and Testing - This scope of work could become necessary to supplement setting a City wide strategy for managing peak wet weather flows, for studying current or future conditions in sub -areas of the collection system, for collaborating with the City on enhancements to its current or prospective SCADA system capabilities, for developing enhanced maintenance or monitoring protocols, or for supporting more detailed development of Capital Project Descriptions for use by the City in defining renewal projects. Due to the wide range of conditions and testing options Page 9 of 13 City of Beaumont — SSOI Program Management Scope of Work October S, 2017 LAN would perform a cursory inspection of each asset to develop a site specific testing plan and fee for review with the City. SupetvisoRy Control and Data Acquisition (SCADA) Support —This scope of work could become necessary to assist the City in developing broader coverage and functionality for its existing SCADA system. This would likely focus on the coordination of collection system data (if any permanent metering devices are installed), large or major lift stations and the WWTP. Grant. Applications — This scope of work could become attractive as a means of addressing specific situations found through these field investigations. Examples include, but are not limited to, preparing CDBG applications for qualifying areas so that private portions of sanitary sewer laterals can be replaced at no cost to the property owners or preparing hazard mitigation grants to relevant agencies to improve the ability of collection system assets to perform properly in response to flooding or other natural disasters. • Other Services as may be mutually agreed to in writing between the City and LAN that serve the goal of efficiently improving performance of the collection system. LAN Sub -Contracted Services and Staffing Based on the scope of work as it is known at this time LAN has, or is prepared to, arrange for subcontracted services to support its work for the City. LAN is committed to meeting its goal for MBE contracting across the entirety of this contract. These subcontracted services include, but are not limited to, the following: Chief-Environinental Services: Inc. -(Chief) — Chief is a leading contractor in Southeast Texas in providing comprehensive support for collection system performance investigations. LAN would, at the point where the scope and duration of initial assignments are defined, work with Chief to get them under contract. At that point LAN will work with the City to define work packages that allow for efficiency in production, negotiate those with Chief and reach agreement with the City for providing those services. Some of the services which Chief may provide include: o Sanitary Sewer Evaluation Survey (SSES) o Smoke Testing o Dye Testing o CCTV with supporting cleaning, of pipes o Other Services as may be agreed to in writing o Flow and Rainfall Monitoring.— The City has experience over the past twenty years with two of the major service providers of flow and rainfall monitoring. Should these services become needed for investigative support of collection system performance, documentation of performance in response to collection system renewal or in support of Page 10 of 13 City of Beaumont — SSOI Program IVlanage men t Scope of Worl< October 5, 2017 hydraulic modeling of the collection system LAN would, in coordination with the City, work with either of those service providers. Additional Field .Staff— LAN and the City may both benefit from having access to additional field staff for supporting collection system investigations. LAN may, with the concurrence of the City, wish to periodically utilize experienced collection system engineers for investigations that require additional staff. In addition, field work requires supporting labor to support the work of LAN's staff. This includes labor to open and close manholes, limited clearing around manholes in easements, coordinating for safe traffic control when stopped in neighborhoods and other situations where it is important to allow LAN's technical staff to stay focused on the work at hand. These types of additional field staff will be coordinated in advance with the City as each package of work is being developed. • Other Services as may be mutually agreed to in writing between the City and LAN that serve the goal of efficiently improving performance of the collection system. City of Beaumont Provide Surveying Services and Field Investigation Staffing Surveying — Surveying will be required in support of field work throughout this SSOI. LAN will work with City staff to identify the locations where survey work is needed in support of this scope of work. The City has agreed to provide survey support to work by LAN. The extent of survey support will depend in large part on the LAN's and the City's need for data accuracy in each situation and the ability of City field devices to provide x, y, z information. +� Field Investigation Staff n — The City has offered to provide members of its staff to work with LAN in conducting field investigations. This will be reviewed and agreed to on a case by case basis. Where City provided staffing become unavailable, or the task requires more staffing than is available from the City, LAN will provide staff from other LAN employees or its subconsultants or subcontractors. LAN's ASSUMPTIONS LAN and its various service providers want to work with the City and its staff to conduct our business safely and efficiently. In doing so there are underlying assumptions by LAN about activities it should and should not be undertaking or conditions that are to be anticipated in work of this type. Those that are known at this time are summarized here and may be modified by LAN or the City by mutual consent throughout the term of this Contract. 1. Confined Space Entry (CSE) — LAN staff are not trained and will not perform CSE. LAN's staff will be advised in writing so that there is no misunderstanding about this prohibition and consequences for failure to comply. Non -LAN service providers may be allowed to perform CSE in support of LAN assignments. LAN reserves the right to unilaterally refuse such work where it believes the work cannot be safely performed. Page 11 of 13 City of Beaumont — SSOI Program Management Scope of Worl< October 5, 2017 LAN and its service providers will work to find alternative methods for gathering data to avoid the cost and risks of conducting CSE. 2. LAN Sub -Contracted Services and Staffing are being provided exclusively to facilitate and support the field investigations associated with its own work assignments. 3. Traffic control will not be provided. LAN will open manholes on residential streets where the safety of its staff and of the traveling public can be managed. LAN will coordinate with the City for it to provide traffic control in all other areas. LAN will not enter onto private or commercial property without coordinating such activities through the City. 4. The City will operate or deactivate its assets in association with any LAN performed inspections or testing. This includes, but is not limited to, operating lift stations to draw down the wet well, emptying the wet well, and turning off pumps to surcharge the wet well or other operating scenarios. 5. LAN will not operate drones in the performance of this work. Should an opportunity arise where such technology may be an advantage to the City in undertaking this work LAN would review this position on a case-by-case basis. 6. LAN will not clear rights of way or easements for access to collection system assets. LAN will coordinate with the City in advance of all field investigations to confirm that safe access is available or to schedule the field investigation after the City has an opportunity to provide that access. 7. LAN intends to work in the best interest of the City and needs to have continuous access to both project and operations staff while it is working in the field. 'To facilitate this LAN will provide the City with its 24/7 contact information and the City will provide the same. LAN, for expediency in time sensitive situations, be willing to sign out a City radio in order to be able to provide prompt reporting of time sensitive information. 8. The City will provide LAN's staff and its subcontracted service providers with a standard form of identification and fact sheet that can be used in situations where the public, City staff, fire department or law enforcement inquire about activities. LAN will submit for the City's review and approval a proposed `Contractor ID' and fact sheet for this program. Security clearance and badges for access to City facilities and buildings would be helpful but are not required. 9. LAN and the City will coordinate on all activities that will impact the public; including how they will be informed of the upcoming activity. 10. LAN will not operate off-road vehicles, construction equipment, boats or other power equipment beyond those items customarily employed in the services listed in this Scope of Work. Page 12 of 13 City of Beaumont — SS01 Program Management Scope of Work October 5, 2017 11. LAN will always provide written notice and a call to our City assigned Point of Contact (POC) 48 -hours in advance of any proposed field work by its forces or its subcontractors. This is to avoid inefficiencies in performing the work or lost time in arriving for work that cannot be efficiently performed. The City's POC will contact LAN's POC at least 12 -hours before the planned start of work where weather, access to the site(s), other work by the City or the City's inability to support this work would prevent LAN from being able to work. Where LAN, or its subconsultants, are in transit to perform planned work or has arrived and is stopped from working it will be paid for its time and materials to stop and reschedule the work. LAN is very conscientious about delivering cost-effective services and wants to cooperate closely to avoid lost or down-time costs for the City. End of Scope of Work Page 13 of 13 ATTACHMENT B SERVICES TO BE PROVIDED PHASE I, II, & III BY LAN, INC. City of Beaumont SSOI Program Management -LAN Attachment B Lockwood, Andrews & Newnam, Inc. A Lr:O A DALY COMPANY October 5, 2017 Joseph Majdalani, PE, PhD, CFM Public Works Director City of Beaumont 801 Main Street, Suite 200 Beaumont, Texas 77704 Attention: Joseph Majdalani, PE, PhD, CFM Reference: City of Beaumont SSOI Program Management Attachment B Dear Dr. Majdalani: Per your request, Lockwood, Andrews & Newnam, Inc. (LAN) has prepared this Attachment B to describe the general scope and fee schedule for the above referenced project. The effort described in Attachment A is the proposed scope of services to support the City's implementation of its Sanitary Sewer Overflow Initiative Program. In general, the tasks include program management, performing research and field investigations to develop recommendations for O&M, asset renewal and capital projects needed to comply with the City's SSOI agreement with TCEQ. The purpose of these Program Management services is to support the City's goal of improving the performance of its collection system assets in order meet the SSOI goal of protecting human health and the environment. This project is expected to cost $1,950,000 and is proposed to be divided into three (3) project phases, as briefly described below, with Phase One funded at $650,000. 1. In Phase One LAN will review existing data and reports, coordinate those findings with SSOI commitments, develop a field investigation methodology and select components of the collection system to investigate, produce recommendations in conjunction with City staff and prepare a record copy of this work. These recommendations will cover modified O&M or asset renewal and can include preparing Capital Project Descriptions for work requiring design services. 2. In Phase Two LAN will continue performing field investigation work and preparing recommendations and will provide recommendations for optimizing the overall mix of O&M and renewal based on results of Phase One findings. 3. In Phase Three LAN will continue with the field investigation and optimization services and will, if hydraulic capacity of the collection system appears to be causing poor performance, recommend and implement a program of field data collection, hydraulic modeling for all, or parts, of the collection system to evaluate capital projects needed to improve performance. LAN may, at the discretion of the Director, be directed to perform field data collection and hydraulic modeling in Phase Two. 2925 Briarpark Drive, Suite 400 • Houston, Texas 77042-3720 • 713,265,6900 • Fax: 713,266,2089 • www.lan-inc,com Joseph Majdalani, PE, PhD, CFM City of Beaumont October 5, 2017 Page 2 Attachment B We are prepared to begin Phase One immediately and look forward to supporting Beaumont on this important project. Please feel free to contact me at 713-266-6900 or by email at dstjohn@lan- inc.com or LAN's Program Manager, Brian Broussard, at_713-853-6211 or by email at bdbroussard@Ian-inc.com . Sincerely, Derek St. John, PE, CFM Business Group Director, Vice President Cc: Brian Broussard, PE ATTACHMENT C Initial Organizational Chart City of Beaumont 5501 Program Management— IAN Firm Legend Lockwood, Andrews & Newnam, Inc. (LAN) Chief Solutions, Inc. (CSI) Note: Other firms or individual resources may be added as required for agreed Scopes of work. QC Manager Kelly Shipley, PE, PACP Task 1 Program Management Program Planning Brian Broussard, PE Russ Ford Program Schedule and Deliverable Controls Kristin O'Neill, PE Administrative Assistant Jodie Chevez Task 2 Performance Analysis Field Team Leaders Kristin O'Neill Jourdan Johnson Jordon Thomas -Harris Field Support by Subconsultants Based on Availability GIS, Mapping and Data Management Alex Govea Max Viera Attachment C -SSOI Program Team Organization Chart Dr. Joseph Majdalani, PE Brian Broussard, PE, PMP n -Charge Derek St. John, PE, CFM Deputy Program Manager Kristin O'Neill, PE Task 3 Operations & Management Task 4 Renewal Program Task 5 i Program Support Services 0&M Team Leader Capital Project Support Chief Solutions, Inc. Kristin O'Neill, PE Paul Wood Jourdan Johnson Flow Monitoring CMOM Support Jordon Thomas -Harris (if required) Grace Sober, PE Meredith McCall, PE Trunk Sewer Structural Performance Data (if required) Grant Applications Analysis and Reporting Bob Card, PE (if required) Alex Govea Justin Reeves, PE Laura Casset, PE, CFM, CPESC Jordon Thomas -Harris Hydraulic Modeling WWTP Wet Weather Meredith McCall, PE Operations Paul Wood, PE Buried Asset Management Bob Henry ATTACHMENT D BILLING CLASSIFICATION RATE TABLE City of Beaumont SSOI Program Management- LAN Attachment D City of Beaumont SSOI Program Management Phase One Services Billing Classification Rate Table 5 -October -2017 Position Hourly Rates Principal........................................ ... • ... ......... ..... • .. •• . ..-$260 Team Leader/Program Manager .........................................................................$250 SeniorEngineer..............................:.....................................................................$205 ProjectEngineer..................................................................................................$185 EngineerIII................................................................................................:...:.......$165 EngineerII................................................................ ...... ...$150 Engineer...............................................................................................................$140 GIS/ Data Manager................................................................................... ..$130 Technical/ Designer.............................................................................................$105 Administrative Support.....................................................................................$80 Engineering Intern .............................. . • .. .. •• .. .. ......... ..$55 Rates subject to a maximum 5% increase in March of each year of the Contract beyond Year 1. Page 1 of 2 Attachment D City of Beaumont SSOI Program Management Phase One Services Reimbursable Expenses Rate Table 5 -October -2017 Expense Category Unit Fixed Costs Maximum Costs Subconsultant/Subcontractor Invoices Invoice 1.05 times Invoice Not Applicable Equipment and Supplies Receipt 1.05 times Receipt Not Applicable Instruments, meters, gauges, data recording devices of all types Receipt 1.05 times Receipt Not Applicable Page 2 of 2