Loading...
HomeMy WebLinkAboutPACKET NOV 21 2017BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS NOVEMBER 21, 2017 1:30 P.M. CONSENT AGENDA * Approval of minutes — November 7, 2017 Confirmation of board and commission member appointments A. Approve a resolution rejecting all bids received for the Chlorination Contact Chamber Rehabilitation Project B. Approve the purchase of firefighter protective clothing for use in the Fire Department C. Approve a six month contract for the purchase of liquid chlorine from Brenntag Southwest, Inc. of Longview, Texas, for use by the Water Utilities Department D. Approve an annual contract for the purchase of aqua ammonia from Southern Ionics, Inc. of West Point, MS for use by the Water Utilities Department E. Approve an annual contract for Machine Shop and Repair Services with Pemsco Pumps of Rose City, Texas for use by the Water Utilities Department F. Approve a payment of dues to the South East Texas Regional Planning Commission G. Authorize the City Manager to apply for and receive funding through the Texas State Library and Archives Commission H. Authorize the City Manager to enter into a Memorandum of Agreement with the Texas Forest Service I. Approve a resolution casting the City's four hundred and eighty votes for Lauren Mason to the Board of Directors of the Jefferson Central Appraisal District BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution rejecting all bids received for the Chlorination Contact Chamber Rehabilitation Project. BACKGROUND The Chlorination Contact Chamber is located at the Waste Water Treatment Plant at 4900 Lafm Drive. The Chlorination Chamber primarily receives treated waste water and chlorinates the water for secondary treatment. The concrete chamber walls have various damages which require rehabilitation. On November 9, 2017, two (2) bids were solicited for furnishing all labor, materials, equipment, and supplies for the project. The two (2) bids are indicated in the table below: Contractor Contractor Total Base Bid Alternate Item Alternate Additive Total Award Total Award Location A Bid Item B Bid Bid Item Amount A Amount B Allco, LLC. Beaumont, $390,424.95 $626,819.40 $53,987.40 No Bid $1,017,244.25 $444,412.25 TX Proshot Florence, AL $1,093,540.00 $1,105,540.00 No Bid No Bid $1,755,340.00 No Bid Concrete, Inc. Engineer's $151,252.00 $83,520.00 $64,368.00 $20,000 $234,772.00 $215,620.00 Estimate 1 Based on a review of the bids received, Chica & Associates Inc. and the City Utilities Engineer are in agreement to reject all bids due to excessively high cost compared to the Engineer's estimate. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. C City of Beaumont Phi Nguyen Water Utilities Engineer 1350 Langham Road Beaumont, TX 77707. Mr. Nguyen, November 13, 2017 Chica & Associates, Inc. Consulting ]Engineers Re: Chlorination Chamber Contract Rehabilitation Recommendation (WU 1018-03) Today we received the bid packages for the Chlorine Chamber Rehabilitation project. There were only two bidders: Allco, LLC. Proshot ConcretJnc. The Engineers Base Bid Total'Estimate!,was $151,252.00. ,It was based upon TxDOT's "Average Low Bid Prices" with an average of 0.30 or 30.0% markup of the%espective items where applicable. The Base Bid Totals for Allco and Proshot were $390,424.85 and $1,093.540.00 respectfully. These two estimates relate to approximately 2.6 and 7.2 times the Engineers base estimate. The higher estimates received, based on Ti DOT's bidprices;.relate to an:approximate average of 7.6 times (or 760%) mark-up by Allco and 1$ 5 times or 1,85,0% markup respect iva,bid items. The bid estimates received are much higher than the Engineers estimate due to two, reasons:, One, there were only two bidders present at the Mandatory Pre -Bid Conference and only attendees could submit bids: Thus, competition to win the contract was low. Secondly, the estimates were high due to the extensive mark-up above TxDOT's average bid tabulations. Allco's bid for Mobilization was 10.57%,or $20,000.00 over the 5.0% maximum of the construction items listed on page (3) of the plans under Mobilization. Due to the high unit bid prices received by both bidders, we recommend hot awarding the project. Our recommendation is to re -let the project in the near future. Ultimately, itis the City's decision on'whether to award the contract per bids received. Thank you, Robert Balfour, Chica and Associates, Inc. 505 Orleans Street, Suite 106 Beaumont, Texas, 77701 105 Orleans, Suite 106 Beaumont, Texas 77701 Ph: 409-833-4343 • Fax: 409-833-8326 0 www.chicaandassocidtes.com CHLORINATION CONTACT CHAMBER REHABILITATION (4900 LAFIN BRIM BEAUMONT TEXAS 77705) Estimated Eu$ioeds Lrn6anrrr's ALLCO ALLCO PROSHOT PROSHOT d ALLCO UNIT A PROSHOT Item No. Spot ReF DeScriptlrn Unit FAtim.Ie Taml Unit Prim _TOTAL Unit Price oMl UNIT I DR" AND CLEAN CHAMBER 2 SIDES S 30,000,% S 60,000.00 S 44,585.10 S 89,770.20 S 80.000,00 S 160.00020 ($14,885.10) ($50,000.00) 2 492 4" RIP RAP REPLACEMENT 324 Sy . $ 63,00 S 21.060.00 S 290.35 S 94.073.40 S 985.00 $ 319.140,00 ($22S35) (S920.00) 3 733 CLEAN AND SEAL30FNTS AND CRACKS(TYPE Il 5,000 LF E 1,75 $ 8,750,00 $ 11.84 $ 59,200.00 S 60.00 $ 300.000.00 ($10.09) ($58.25) CURB 113 600 IF $ 10.00 s 6,000.00 S 22,86 S 13,716,00 5 90.00 S 54,000.00 532.86) ($80.001 4 529 420 STRUCTURAL CONC, 10 CY S 250.00 S 2,500.00 S 757.43 S 7,574.30 5 1,800.00 S 18,000.00 (S507A3) (S1,550.00) 5 6 BLAST CLEANING(CONC.) 28.080 SF i S 0,40 s 11232.00 S 0.98 1 S 27.51&40 S 5.00 S 140,400.00 ($0.58) ($4.90) 7 400 CEMENT STABFIIZED BASE 38 CY I E 45.00 S 1,71000 S 649,85 S 24,694,30 S 500,00 S 19,000,00 $604,85) ($455.00) 8 420 CONCRETE MASONRY I)NFI'RFpABt 25 SY S 100.00 E 2500,00 S 262.25 .$ 6.556,25 S 600.00 S 15.000.00 13162.25) SSO0.00) 9 500 MOBILIZATION l IS 5 7,500,00 S 7,50800 S 37,322.00 "S 37.322,00 S 50.000.00 $ 50.000.00 (529.82200) 042.500.00) 10 ALLOW UNFORESEENWORKASDIRECTEDBYOWNER 1 I8 S 30,000,00 $ 30,000.00 S 30.000.00 S 30,000400 S 30.000,00 S 30.000,00 50.00 $0.00 BASEBIDTOTAL . S I51252m S 390x12 AS I s 1.165340.00 $ (239.172,85) $ 0542M.Wi ' - ALTERNATIVE BID (CHGOSE ONLY A OR 13)x Item No. Spec Ref D—rlpl" Eetimmed Uolt UaitPrkc Tow to 431 GUHITEPLASTER AND LATHING 2&080 SF $ 275 S 77,220-00 E 22.09 E 67218720 S 22.50 S 631,800.00 ($19.84) (519.75) ZA 713 CLEAN AND SEAL JOINTS(TYPE 2YMOKOLI 180 LF S 35.20 $ 6,300.00 S 3629 $ 6,532.20 S 100.00 $ 18.000.00 {$1.29j ($65.00) ALTERNATIVE TOTAL (A) S 83520.00 E 626,819A0 s 649.80620 S (S43,299A0)S 66,280.00 OR IB 9999 WATFRPROORMBOND COAT (BASF•CRETEOP. EOUIVALENT) 28280 SF S 110 S 58,968.00 I S 1.60 $ 47,45520 $ SOAS 2B 713 CLEAN AND SEAL JOINTS (TYPE 2)BASECRE7 E) 180 LF $ 3800 1 S 5.400-001 S 36291 S 6.532.20 is ($629) ALTERNATIVE TOTAL( Bl S 6436&00 S. S3597A0 S - S 30 80.60 Forms Included with Bid Allco Proshot Bid X X Bid Schedule X X Bid Summary X X Corporate Resolution X X Bid Bond X X Information Required of Bidder X X Conflict of Interest Questionnaire - X X Statement of City Charter Provision on Conflict of Interest X X Insurance Requirement Affidavit X X , MBE Schedule C X X Acknowledge Reciept of Addendum 1 X X RESOLUTION NO. WHEREAS, on November 9, 2017, two (2) bids were received for furnishing all labor, materials, equipment, and supplies for the Chlorination Contact Chamber Rehabilitation Project; and, WHEREAS, the City Water Utilities Engineer and Chica & Associates, Inc. evaluated the two (2) bids received and found them to be excessively high in cost compared to the Engineer's estimate for the project; and, WHEREAS, it is the recommendation of City of Beaumont Water Utilities Engineering Division and Chica & Association, Inc. to reject the bids and that the project be rebid at a later date; and, WHEREAS, the City Council finds it is not in the best interest of the citizens of Beaumont to accept the bids for the Chlorination Contact Chamber Rehabilitation Project and that each should be rejected; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council does hereby reject the bids for the Chlorination Contact Chamber Rehabilitation Project. 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 21st day of November, 2017. - Mayor Becky Ames - BEAUMONT TEXAS TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: BACKGROUND City Council Kyle Hayes, City Manager Todd Simoneaux, Chief Financial Officer November 21, 2017 Council consider a resolution approving the purchase of firefighter protective clothing for use in the Fire Department. The Fire Department has tested fire protective clothing over the past several years and has determined that the line from Globe Manufacturing meets all safety standards and offers the best value to the City. The clothing is made of fire retardant materials to provide protection from burns and exposure to hazardous chemicals during firefighting operations and protection from blood-borne pathogens. The estimated cost for forty-nine (49) sets of bunker gear is $118,825.00. The purchase of the protective clothing will be from Casco Industries, Inc., who is the exclusive and sole source vendor for Globe Manufacturing. FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Casco Industries, Inc., of Houston, Texas, the sole source for Globe Manufacturing Co. equipment, for the purchase of an estimated quantity of forty-nine (49) sets of fire protective clothing for firefighters at $2,425.00 per set for an estimated total cost of $118,825.00; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Casco Industries, Inc., of Houston, Texas, for the purposes described herein. 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 21st day of November, 2017. - Mayor Becky Ames - C BEAUMONT TEXAS— TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution approving a six (6) month contract for the purchase of liquid chlorine from Brenntag Southwest, Inc. of Longview, TX, for use by the Water Utilities Department. BACKGROUND Liquid Chlorine is used to purify the City's water supply and to treat sewage discharge. The Water Utilities Department expects to purchase approximately one hundred fifty (150) tons of this material during the term of this contract. Bids were requested from six (6) vendors; three (3) responded. Brenntag Southwest, Inc. responded with a bid of $717.00 per ton and a total estimated amount of $107,550. This represents a $82/ton or approximately (13%) increase in the price of this material over last contract. Specifications allow for a six (6) month contract with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract. Brenntag Southwest, Inc., has the current contract. There -are no local vendors of this commodity. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. City of Beaumont Texas BEAUM©NT Purchasing Division Bid Tabulation Texas Bid Name: Six (6) Month Contract for Liquid Chlorine Bid Number: TF1018-07 Bid Opening: Thursday, November 02, 2017 Contact Person: Terry Welch, Senior Buyer terry.welch cDbeaumonttexas.gov Phone 409-880-3107 Qualified low bidder is Brenntag Southwest, Inc, as Hi Lighted in Bold. r Brenntag Southwest, Inc. DXI Industries Univar USA, Inc Vendor City / State Longview, Tx Houston, Tx Kent, WA Phone or Fax No. 713-450-4699 281-457-4807 253-872-5041 ITEM DESC (TONS) Unit Price Extended Price Extended_-]UTY Unit Price Price Unit Pric Extended Price 1 Liquid Chlorine 150 $717.00 $107,550.00 $800.00 $120,000.00 TOTAL BID $107,550.00 $120,000.00 NO BID Qualified low bidder is Brenntag Southwest, Inc, as Hi Lighted in Bold. r RESOLUTION NO. WHEREAS, bids were solicited for a six (6) month contract, with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract, for the purchase of Liquid Chlorine for use by the Water Utilities Department; and, WHEREAS, Brenntag Southwest, Inc., of Houston, Texas, submitted a bid in the unit amount shown below: VENDOR TONS PRICE / TON TOTAL Brenntag Southwest, Inc. Houston, TX 150 $717.00 $107,550.00 ; and, WHEREAS, City Council is of the opinion that the bid submitted by Brenntag Southwest, Inc., of Houston, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by Brenntag Southwest, Inc., of Houston, Texas, for a six (6) month contract, with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract, for the purchase of Liquid Chlorine in the unit price shown above for an estimated total expenditure of $1"07,550.00 be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Brenntag Southwest, Inc. for the purposes described herein. 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 21st day of November, 2017. - Mayor Becky Ames - BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution approving an annual contract for the purchase of aqua ammonia from Southern Ionics, Inc. of West Point, MS for use by the Water Utilities Department. BACKGROUND Aqua Ammonia is used to purify the City's water supply. The Water Utilities Department expects to purchase approximately sixty (60) dry tons of this material during the term of this contract. Formal bids were requested from six (6) vendors; three (3) responded. Southern Ionics, Inc. responded with a bid of $897.75 per ton and a total estimated amount of $53,865. This represents a $150.86/ton or approximately (14.5%) decrease in the price of this material over last contract. Specifications allow for an annual contract with the option of two (2) renewals of one (1) year terms at the same pricing as the awarded contract. Southern Ionics, Inc., has the current contract. There are no local vendors of this commodity. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. City of Beaumont Texas BEAUM©NT Purchasing Division Bid Tabulation TEXAS Bid Name: Annual contract for Aqua Ammonia Bid Number: TF1018-04 Bid Opening: Thursday, November 09, 2017 Contact Person: Terry Welch, Senior Buyer tegy.welch beaumonttexas.00v Phone 409-880-3107 Qualified low bidder is Southern Ionics, Inc, as Hi Lighted in Bold. Southern Ionics, Inc GC3 Specialty Chemicals, Univar USA, Inc Inc Vendor City / State West Point, MS Houston, Tx Kent, WA Phone or Fax No. 662-495-2590 713-869-0680 253-872-5041 ITEM DESC QTYExtended (TONS) Unit Price Extended Price Unit Price Price Unit Price Extended Price 1 Aqua Ammonia 60 $897.75 $53,865.00 $945.001 $56,700.00 $53,865.00 $56,700.00 NO BID TOTAL BID 1 Qualified low bidder is Southern Ionics, Inc, as Hi Lighted in Bold. RESOLUTION NO. WHEREAS, bids were solicited for an annual contract, with the option of two (2) renewals of one (1) year terms at the same pricing as the awarded contract, for the purchase of Aqua Ammonia for use by the Water Utilities Department; and, WHEREAS, Southern Ionics, Inc., of West Point, Mississippi, submitted a bid in the unit amount shown below: VENDOR TONS PRICE / TON TOTAL Southern Ionics, Inc. West Point, MS 60 $897.75 $53,865.00 ; and, WHEREAS, City Council is of the opinion that the bid submitted by Southern Ionics, Inc., of West Point, Mississippi, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by Southern Ionics, Inc., of West Point, Mississippi, for an annual contract, with the option of two (2) renewals of one (1) year terms at the same pricing as the awarded contract, for the purchase of Aqua Ammonia in the unit price shown above for an estimated total expenditure of $53,865.22 be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Southern Ionics, Inc., for the purposes described herein. 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 21st day of November, 2017. - Mayor Becky Ames - E BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution approving an annual contract for Machine Shop and Repair Services with Pemsco Pumps of Rose City for use by the Water Utilities Department. BACKGROUND The Water Utilities Department utilizes contractors to perform machine and repair work to pumps and motors within the City's water and sewer system. Formal bids were requested from five (5) vendors; two (2) responded. Pemsco Pumps responded with a total estimated annual bid of $50,780. This represents an $11,310 or a twenty-nine (29%) increase over the last contract. Specifications allow for an annual contract with the option of two (2) renewals of one (1) year terms at the same pricing as the awarded contract. Pemsco Pumps has the current contract. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. Rrcu VIVR OPPORTUNTTY CITY OF BEAUMONT — PURCHASING DIVISION BEAUMON* Terry Welch - Senior Buyer T _ , x -A , S 409-880-3107 terry welch .beaumonttexas.aov BID TABULATION: ANNUAL CONTRACT FOR MACHINE SHOP & REPAIR SERVICES BID No. TF1018-02 OPENING DATE: Thursday, November 09, 2017 Vendor ST;RAIGHT'TIME IRATES EST HRS PEMSCO PUMPS HR RATE TOTAL *SALADIN PUMP & EQUIPMENT Co. HR RATE TOTAL FIELD MECH W/TRUCK 100 $ 57.50 $ 5,750.00 NO BID NO BID FIELD HELPER 100 $ 46.00 $ 4,600.00 NO BID NO BID SHOP MECHANIC 200 $ 57.50 $ 11,500.00 $ 115.00 $ 23,000.00 SHOP HELPER 200 $ 46.00 $ 9,200.00 $ 75.00 $ 15,000.00 SKILLED MACHINIST 100 $ 57.50 $ 5,750.00 $ 125.00 $ 12,500.00 SHOP WELDER 50 $ 57.50 $ 2,875.00 $ 125.00 $ 6,250.00 TOTAL $ 39,675.00 $ 56,750.00 OVERTIME TIME.RATES__. FIELD MECH W/TRUCK 50 $ 71.50 $ 3,575.00 NO BID NO BID FIELD HELPER 50 $ 57.50 $ 2,875.00 NO BID NO BID SHOP MECHANIC 25 $ 71.50 $ 1,787.50 $ 172.50 $ 4,312.50 SHOP HELPER 25 $ 57.50 $ 1,437.50 $ 112.50 $ 2,812.50 SKILLED MACHINIST 10 $ 71.50 $ 715.00 $ 187.50 $ 1,875.00 SHOP WELDER 10 $ 71.50 $ 715.00 $ 187.50 $ 1,875.00 TOTAL $ 11,105.00 $ 10,875.00 ANNUAL TOTAL $ 50,780.00 $ 67,625.00 Welder with truck & equipment for field work (per /hr.) 57.50/Hr NO BID Percentage Increase on Parts & Material 15% 20% * Denotes bidder as non responsive. Did not complete all sections. As hi lighted low low qualified bidder is Pemsco Pumps RESOLUTION NO. WHEREAS, bids were solicited for an annual contract, with the option of two (2) renewals of one (1) year terms at the same pricing as the awarded contract, for machine shop and repair services for use by the Water Utilities Department; and, WHEREAS, Pemsco Pumps, of Rose City, Texas, submitted a bid in the estimated amount $50,780.00; and, WHEREAS, City Council. is of the opinion that the bid submitted by Pemsco Pumps, of Rose City, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by Pemsco Pumps, of Rose City, Texas, for an annual contract, with the option of two (2) renewals of one (1) year terms at the same pricing as the awarded contract, for machine shop and repair services for an estimated total expenditure of $50,780.00 be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with- Pemsco Pumps for the purposes described herein. 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 21st day of November, 2017. - Mayor Becky Ames - IF BEAUMONT TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: City Council Kyle Hayes, City Manager Todd Simoneaux, Chief Financial Officer November 21, 2017 Council consider a resolution approving a payment of dues to the South East Texas Regional Planning Commission (SETRPC). The SETRPC was established in June of 1970 under enabling legislation as a voluntary association of local governments. Its purpose is to encourage and permit local governments to join and cooperate with one another to improve the health and safety of their citizens; to plan for future development and transportation efforts; and to recognize the needs of agriculture, business, industry and other things. Dues for the Fiscal Year 2018 are $43,233.92, which is the same as paid in Fiscal Year 2017. Dues help fund programs such as the Area Agency on Aging (AAA) Program, the Homeless Coalition, the Foster Grandparents Program (FGP), and the Retired Senior Volunteer Program (RSVP). FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. South East Texas Regional Planning Commission 2210 Eastex Freeway Beaumont, Texas 77703-4929 T FY: (409) 899-8444 October 17, 2017 INVOICE SETRPC Dues $14,195.52 Criminal Justice Programs $ 1,874.34 AAA Program $10,903.02 Homeless Coalition $ 9,298.56 FGP Program $ 2,661.28 RSVP Program $ 4,301.20 Total Invoice SA12L3,92 THANK YOU PLEASE RETURN YELLOW COPY WITH PAYMENT RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the payment of fiscal year 2018 dues to the South East Texas Regional Planning Commission (SETRPC) in the amount of $43,233.92. 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 21st day of November, 2017. - Mayor Becky Ames - G BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Chief Technology Officer MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to apply for and receive funding through the Texas State Library and Archives Commission. BACKGROUND The Texas State Library and Archives Commission has awarded a $5,000 no match grant to the Beaumont Public Library System for collection and program development. Funding will be used to update preexisting materials on rebuilding homes, construction codes, electrical wiring, and other subjects that will be in demand by Beaumont residents. Also included will be funds to present programming related to the recovery efforts such as fixit workshops, mental health workshops, and more. The mission of the Texas State Library and Archives Commission is to provide Texans access to information needed to be informed, productive citizens by preserving the archival record of Texas; enhancing the service capacity of public, academic, and school libraries; assisting public agencies in the maintenance of their records; and meeting the reading.needs of Texans with disabilities. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the 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 apply for and receive funding for the City of Beaumont through the Texas State Library and Archives Commission for the Rebuilding Texas Libraries Grant in an amount not to exceed $5,000.00 to update preexisting materials on rebuilding homes, construction codes, electrical wiring, and other subjects that will be in demand by Beaumont residents and to present programming related to the recovery efforts such as fixit workshops, mental health workshops, and more. 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 21st day of November, 2017. - Mayor Becky Ames - BEAUMONTI EXAS H TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: - James P. Singletary, Chief of Police MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider authorizing the City Manager to enter into a Memorandum of Agreement with the Texas Forest Service. BACKGROUND In 2007, the State of Texas designated the Texas Forest,Service, under the A&M University System, as the lead agency to establish regional incident management teams within the State. These teams are designed to provide expertise to manage and plan for emergencies, events and disasters at the local level. Emergency management has greatly benefitted from the free training and support from the program. Approval of the Agreement will ensure Beaumont's Emergency Management personnel can continue to participate in the state program and maintain a core of volunteers within our city who can disseminate that expertise to the larger City staff. FUNDING SOURCE None. RECOMMENDATION Approval of the 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 enter into a Memorandum of Agreement with the Texas Forest Service for participation in the Regional Incident Management Team (RIMT) Program. The agreement is substantially in the form 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 21st day of November, 2017. - Mayor Becky Ames - Memorandum of Agreement Between The Texas A&M Forest Service And Regional Incident Management Team Member And The Participating Employer This Memorandum of Agreement (MOA) is entered Into this 20th day of October, 2017 by and between the Texas A&M Forest Service (TFS), a member of The Texas A&M University System and an agency of the State of Texas and Regional Incident Management Team (RIMT) Member Timothy Wayne Ocnaschek (Member) and the Participating Employer City of Beaumont — Emergen.ey Management (Employer). I. PURPOSE To delineate responsibilities and procedures for RIMT activities under the authority of the State of Texas Emergency Management PIan. H. SCOPE The provisions of this MOA apply to RIMT activities performed at the request of the State of Texas, The scope of this MOA also includes training activities mandated by the State of Texas and TFS to maintain RIMT operational readiness. III, PERIOD OF PERIr'ORMANCE This MOA shall commence on the date of the last signature and shall continue for a period of five years, unless terminated earlier in accordance with section IX B. A. Activation: The process of mobilizing Members to deploy to a designated incident or event site. Upon acceptance of a mobilization request, the Member is required to arrive with all equipment and personal gear to the designated Point of Assembly (POA) within two hours of activation notice. The time at which the Member receives a request for activation and verbally accepts the mission will be considered the time at which personnel costs to be charged to RIMT activities shall begin. B. Alert: The process of informing Members that an event has occurred and that a Member may be activated at some point within the next 24-4$ hours. C. De -Activation: The process of demobilizing Members upon notification from the State to stand down. D. Director: The Director of TFS. EXHIBIT "A" Memorandum of Agreement Between The Texas A&M Forest Service And Regional Incident Management Team Member And The Participating Employer This Memorandum of Agreement (MOA) is entered into this 20th day of October, 2017 by and between the Texas A&M Forest Service (TFS), a member of The Texas A&M University System and an agency of the State of Texas and Regional Incident Management Team (RIMT) Member Timothy Wayne Ocnaschek (Member) and the Participating Employer City of Beaumont — Emergency Management (Employer). L PURPOSE To delineate responsibilities and procedures for RIMT activities under the authority of the State of Texas Emergency Management Plan. H. SCOPE The provisions of this MOA apply to RIMT activities performed at the request of the State of Texas. The scope of this MOA also includes training activities mandated by the State of Texas and TFS to maintain RIMT operational readiness. III. PERIOD OF PERFORMANCE This MOA shall commence on the date of the last signature and shall continue for a period of five years, unless terminated earlier in accordance with section IX.B. IV. DEFINITIONS A. Activation: The process of mobilizing Members to deploy to a designated incident or event site. Upon acceptance of a mobilization request, the Member is required to arrive with all equipment and personal gear to the designated Point of Assembly (POA) within two hours of activation notice. The time at which the Member receives a request for activation and verbally accepts the mission will be considered the time at which personnel costs to be charged to RIMT activities shall begin. B. Alert: The process of informing Members that an event has occurred and that a Member may be activated at some point within the next 24-48 hours. C. De -Activation: The process of demobilizing Members upon notification from the . State to stand down. D. Director: The Director of TFS. E. ember: An individual who has been formally accepted as an RIMT Member, meeting all requirements for skills and knowledge, and is in good standing with regard to compliance with necessary training and fitness. F. Single Resource: An individual who has been formally accepted as an RIMT Member, meeting all requirements for skills and knowledge, in good standing with regard to compliance with necessary training and fitness who is not sponsored by an employer and enters into an MOA with TFS. G. Participating Employer: The Member's employer who, by execution of this MOA, has provided official support of the Member's involvement in the RIMT Program. H. State: For the purpose of this MOA, the State of Texas through the Texas Division of Emergency Management (TT)EM), I. RIMT: An integrated collection of personnel and equipment meeting standardized capability criteria for addressing incident management needs during disasters. I TFS/State Sponsored RIMT Training and Exercises: Training and/or exercises performed at the direction, control and funding of TFS and/or the State. K. Local RIMT Sponsored Training and Exercises: Training and/or exercises performed at the direction, control and funding of a Participating Employer or Member in order to develop and maintain the incident management capabilities of the Member and/or the RIMT. V. RESPONSIBILITIES A. TFS shall: 1. Recruit and organize Members according to guidelines prescribed by TFS. 2. Provide administrative, financial and ' personnel management related to the RIMT Program and this MOA. 3. Provide training to Members. Training shall be consistent with the objectives of developing, upgrading and maintaining individual skills, as identified in the position description requirements, necessary to maintain operational readiness. 4. Provide coordination between the State, other relevant governmental and private entities, Participating Employer and Member. S. Maintain a primary contact list for all Members. 6. Maintain personnel files on all Members for the purpose of documenting training records, emergency notification and other documentation as required by the State. B. The Participating Employer shall: 1. Maintain a roster of all its personnel participating in the RIMT Program. 2. Provide a primary point of contact to TFS for the purpose of notification of RIMT activities. 3. Provide administrative support to its personnel participating in the RIMT Program, i.e. "time off" when fiscally reasonable to do so for RIMT activities such as training, meetings and actual deployments. 4. Submit reimbursement claims within thirty (30) days of official deactivation or completion of TFS/State sponsored RIMT training of the Member. Salaries cannot be reimbursed for training. C. Member shall: 1. Be physically capable of performing assigned duties required in the position description requirements for the assigned position. 2. Maintain knowledge, skills and abilities necessary to operate safely and effectively in the assigned position. 3. If the Member is a Single Resource, the Member must submit to background checks consistent with Texas A&M System regulations. Individuals who refuse to submit to backgrounds check will be denied participation in the RIMT program. A Single Resource Member must reportto TFS, within twenty-four (24) hours or at the earliest possible opportunity thereafter, any criminal arrests, criminal charges or criminal convictions, excluding misdemeanor traffic offenses punishable only by fine. 4. Maintain support of Participating Employer for participation in RIMT activities. 5. Keep Participating Employer advised of RIMT activities that may require time off from work. 6. Advise TFS RIMT point of contact of any change in notification process, i.e. address or phone number changes. 7. Respond immediately to a mobilization request with acceptance or refusal of current mission request and arrive within 2 hours from time of acceptance of mobilization request to the designated POA. 8. Be prepared to operate in the disaster environment. 9. Follow the RIMT Code of Conduct in Attachment A. 3 VI. PROCEDURES A. Activation 1. Upon request from the State for disaster assistance, and/or determination that pre -positioning on RIMT is prudent, TFS shall request the activation of an RIMT to respond to a designated POA. 2. TFS shall communicate an Alert and/or Activation notice to Members according to the current approved mobilization plan. B. Mobilization, Deployment and Re -deployment 1. TFS will notify Members of activation of an REVIT. 2. - Upon arrival at the POA, the State representative will provide initial briefings, maps, food, housing and any other items essential to the initial set-up and support of the RIMT. 3. When an RIMT is activated, the RIMT, including all necessary equipment, will move to the pre -designated point of departure (POD) for ground or air transportation. 4. The RIMT shall be re -deployed to the original POA upon completion of the RIMT mission. C. Management 1. TFS will have overall management, command and control of all RIMT resources and operations. 2. Tactical deployment of an RIMT will be under the direction ofthe local Incident Commander and the RIMT Incident Commander assigned to the incident in conjunction with a TFS representative. 3. TFS. may remove a Member from the RIMT deployment at any time with or without cause. VII. TRAINING AND EXERCISES A. Local RIMT Sponsored Training and Exercises Periodically Members will be requested or required to attend local RIMT sponsored training or exercises. Local RIMT sponsored training or exercises shall be performed at the direction, control and funding of the local RIMT in order to develop the technical skills of Members. Costs associated with this training or exercises will not be reimbursed by TFS or the State. B. TFS/State Sponsored RIMT Training and Exercises Periodically Members will be required and/or invited to attend TFS/State RIMT training and/or exercises. This training and exercises will be performed at the direction, control and funding of TFS, or the State in order to develop and maintain the incident management capabilities of the Member. Allowable travel costs associated with this training will be reimbursed by TFS. C. Minimum Training Requirements Member will have successfully completed the AHIMT Course 0-305 and be issued a position task book for the R]MT position toward which they are working to complete. VIII. ADMINISTRATIVE, FINANCIAL AND PERSONNEL MANAGEMENT A. Reimbursement to Participating Employer 1. TFS will reimburse Participating Employer for all wages identified and allowed in the RIMT Standard Pay Policy (Section V1I1, Q. TFS will reimburse all amounts necessary to fund allowable payroll associated costs of state and/or federal disaster deployments. 2. TFS will reimburse Participating Employer for the cost of backfilling while a Member is activated. This shall consist of expenses generated by the replacement of a deployed Member on their normally scheduled duty period/day. 3. TFS will reimburse Participating Employer for salaries and backfill expenses of any deployed Member who would be required to return to regularly scheduled duty during the personnel rehabilitation period described in the demobilization order. If the deployed Member's regularly scheduled shift begins or ends within the identified rehabilitation period, Participating Employer may give the deployed Member that time off with pay and backfill his/her position. If Member is not normally scheduled to work during the identified rehabilitation period, then no reimbursement will be made for Member. TFS will determine the personnel rehabilitation period that will apply based on the demobilization order for that deployment. 4. TFS will reimburse Participating Employer for reasonable travel expenses associated with Member's travel for RIMT training or deployment. All travel reimbursements will be in accordance with the State of Texas Travel Allowance Guide, published by the Comptroller of Public Accounts. 5. TFS will reimburse Participating Employer for reasonable (as determined by TFS) personal costs associated with Member's participation in a deployment. 6. Participating Employer shall submit to TFS all reimbursement requests within 30 days of Member de -activation or completion of TFS/State sponsored training event. J B. Reimbursement of Member as an Single Resource 1. TFS will pay a Single Resource Member for all wages specified in the RIMT Standard Pay Policy (Section VIII, Q. 2. TFS will reimburse a Single Resource Member for reasonable (as determined by TFS) travel expenses associated with Member's travel for RIMT training or deployment. All travel reimbursements will be in accordance with the State of Texas Travel Allowance Guide, published by the Comptroller of Public Accounts. 3. TFS will reimburse,a Single Resource Member for reasonable (as determined by TFS) personal costs associated with participation in a deployment. 4. Single Resource Member must submit to TFS all reimbursement requests within 30 days of de -activation or completion of TFS/State sponsored training event. C. Standard Pay Policy: This section delineates the policy for payment and/or reimbursement of payroll expenses to include salaries/wages and associated fringe benefits, incurred during state activations of a Member. 1. Pay Rate A. TFS will reimburse Participating Employer for the participation of each Member who is employed by them at the hourly rate or salary identified on the most current payroll printout provided by the Employer requesting salary reimbursement. TFS may also reimburse Participating Employer for the allocable portion of fringe benefits paid to or on behalf of the Member during the period of activation. The actual benefits paid must also be shown on or attached to the Participating Employer payroll printout submitted to TFS. B. Participating Employer will be reimbursed for hours worked on the deployment by Member, including travel and mobilization time, and will be reimbursed for overtime on the deployment which is calculated per their policies (i.e. either time worked over 8 -hours per day or over 40 -hours per week). Hours spent not working during the deployment will not be reimbursable (i.e. time sleeping). Mandatory days off are defined and reimbursable to the extent allowed by the latest version of the Interagency Incident Business Management Handbook. The handbook can be found at this link: http://www.nwcp,.gov/sites/default/files/products/pms9O2.12df C. As a Single Resource, Members will be paid at a rate identified with his/her RIMT position on the RIMT Pay Schedule by Position (see Attachment B). The Single Resource's 40 -hour workweek will begin upon acceptance of the mission. The individual will be paid for the first 40 hours at the standard base rate of pay, and at one and one-half (I'/2) times for all other hours in that same week. The workweek will consist of seven consecutive workdays to include weekends and holidays. 2. Work Periods: Work periods shall be determined by the incident commander. A. Every day may be considered a workday during the Activation until the Activation is over, and the RIMT returns to its original POA. Therefore, Saturday, Sunday, holidays and other scheduled days off may also be considered workdays during the timeframe of activation, if the Member is assigned a work period by the incident commander. 3. Ordered Standby A. Compensable standby shall be limited to those times when an individual is held, by direction or orders, in a specific location, fully outfitted and ready for assignment. D. Reimbursement Process 1. All requests for reimbursement must be submitted using the most current RIMT Travel and Personnel Reimbursement Form (Attachment Q. 2. TFS will process payment to Participating Employer or Single resource member for all allowable expenses within 30 days of receipt of the properly completed and supported RIMT Travel and Personnel Reimbursement Form. 3. Neither Member nor Participating Employer will be reimbursed for costs incurred by activations that are outside the scope of this MOA. 4. All financial commitments herein are made subject to availability of funds from the State. E. Medical Care for Injury or IIlness 1. If Member incurs an injury or illness during an RIMT training exercise or deployment, TFS will pay for triage medical care to ensure Member is properly treated and medically evaluated. TES will make a determination as to whether the injury or illness was work related and will notify Participating Employer for proper processing of Workers Compensation claim. Participating Employer will be responsible for handling any additional medical care for work related injuries or illnesses under its Worker Compensation insurance. Member will be responsible for handling any additional medical care for non -work related injuries or illnesses under his/her personal health insurance. MA 0 F. Liability 1. It is mutually agreed that TFS, Participating Employer and Member shall each be responsible for their own losses arising out of the performance of this MOA. G. Employment Status 1. The Member shall remain an employee of Participating Employer and not of TFS at all times. Single Resource is an independent contractor, and not an. employee of TFS. 2. TFS has no obligation to make any payments to or on behalf of the Member except as expressly stated in this MOA. Member will not participate in any benefits which TFS offers to its employees. CONDITIONS, AMENDMENTS AND TERMINATION A. This MOA maybe modified or amended only by the written agreement of all parties. B. Any party, upon 30 day written notice, may terminate this MOA. C. This MOA is governed by the laws of the State of Texas. Venue for any suits related to this MOA shall be in Brazos County, Texas. POINTS OF CONTACT TFS Chelsea Brewster AHIMT Business Coordinator, 200 Technology Way, Suite 1162 College Station, TX 77845 Tel#: 979458-7350 Fax#: 979-458-7314 e-mail: cbrewsterAtfs.tamu.edu Member Timothy Wayne Ocnaschek 700 Orleans, 2nd Floor Beaumont, Texas 77701 Tel#: 409-466-5117 rim.OcnashekgBeaumontTexas.gov Participatine Employer City of Beaumont Kyle Hayes, City Manager 801 Main St. Beaumont, Texas 77701 Tel#: 409-880-3716 Fax#:409-880-3112 kyle.ha, es a BeaumontTexas.I:_ov XI. GENERAL PROVISIONS A. This MOA, with the rights and privileges it creates, is assignable only with the written consent of the parties. B. Acceptance of funds under this MOA constitutes acceptance of the authority of TFS, the Texas State Auditor's Office, or any successor agency (collectively, "Auditor'), to conduct an audit or investigation in connection with those funds under Section 51.9335(c), Texas Education Code. Member and Participating Employer shall cooperate with the Auditor in the conduct of the audit or investigation, including without limitation, providing all records requested. , C. Pursuant to Section 2252.903, Texas Government Code, any payments owing to a Single Resource, Member or Participating Employer under this MOA may be applied directly toward certain debts or delinquencies that Member or Participating Employer owes the State of Texas or any agency of the State of Texas regardless of when they arise, until such debts or delinquencies are paid in full. D. A child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an ownership interest of at least 25% is not eligible to receive payments from state funds under an agreement to provide property, materials, or services until all arrearages have been paid or the obligor is in compliance with a written repayment agreement or court order as to any existing delinquency. The Texas Family Code requires the following statement: "Under Section 231.006, Texas Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate" E. TFS, Member and Member's Participating Employer shall abide by the requirements of 41 CFR §§ 60-1.4(a), 60-300.5(a) and 60-741.5(a). No party may discriminate against any individual under this MOA on the basis of race, color, sex, religion, national origin, age, disability, genetic information, veteran status, sexual orientation or gender identity. In addition, the use of state or federal facilities, services and supplies will be in compliance with regulations prohibiting duplication of benefits and guaranteeing , nondiscrimination. Distribution of supplies, processing of applications, provisions of technical assistance and other relief assistance activities shall be accomplished in an equitable and impartial manner, without discrimination. F. To the extent applicable, Member and Participating Employer shall use the dispute resolution process provided in Chapter 2260, Texas Government Code, and the related rules adopted by the Texas Attorney General to attempt to resolve any claim for breach of contract made by Member or Participating Employer that cannot be resolved in the ordinary, course of business. Member or Participating Employer shall submit written notice of a claim of breach of contract under this Chapter to TFS's designated official, who will examine the claim and any counterclaim and negotiate in an effort to resolve the claim. XII. ENTIRE AGREEMENT This MOA along with the following Attachments reflects the entire agreement between the parties: Attachment A, RIMT Code of Conduct Attachment B, RIMT Pay Schedule by Position Attachment C, RIMT Travel and Personnel Reimbursement Form (most current revision) Participating Employer and Member hereby acknowledge that they have read and understand this entire MOA. All oral or written agreements between the parties hereto relating to the subject matter of this MOA that were made prior to the execution of this MOA have been reduced to writing and are contained herein. Participating Employer and Member agree to abide by all terms and conditions specified herein and certify that the information provided to TFS is true and correct in all respects to the best of their knowledge and belief. This MOA is entered into by and between the following parties: TEXAS A&M FC Signature: Name: Title: Date: PARTICIPATING EMPLOYER Signature: Name: Title: Date: MEMBER: Signature: Name: Date: 10 ATTACHMENT A RIMT Code of Conduct • No transportation/use of illegal drugs/alcohol. • Firearms are authorized to be carried by only current TCOLE certified commissioned officers. • Normal radio protocol used/traffic kept to a minimum. • Know your chain of command/who you report to. • Limit procurement of equipment. • Do not take things without authorization. • Act professionally. • Remain ready even when unassigned. • Recreation limited to unassigned hours. • Maintain/wear safety gear/clothing. • Wear proper uniform. • Remember your actions reflect your organization and the RIMT Program. m ATTACHMENT B RIMT PAY SCHEDULE BY POSITION - _A��•, t r - F ). r ti 1 1 �J� -Yw�} I� /f kt �,`'( Yr R.T' _1'u L �O Y+�^'�} 4i n �.f,ID i.-. , ;i5„�.;a., :? ....�t'.r. a?y �. v:1• ...�� U't+i i,�,_'—...c X1,.4 •, arti � is .x •.�� 5: COMMAND 1CT3 INCIDENT COMMANDER TYPE 3 24 IOF3 INFORMATION OFFICER TYPE 3 24 LOFR3 LIAISON OFFICER TYPE 3 24 PI03 PUBLIC INFORMATION OFFICER 3 24 SOF3 SAFETY OFFICER TYPE 3 24 OPERATIONS DIVS DIVISION/GROUP SUPERVISOR 24 OSC 3 OPERATIONS SECTION CHIEF TYPE 3 24 ST Li) STRIKE TEAM LEADER (CREW, ENGINE, DOZER, MILITARY, or TRACTOR -PLO 21 TFLD TASK FORCE LEADER 21 PLANNING DMOB DEMOBILIZATION UNIT LEADER 24 PSC3 PLANNING SECTION CHIEF TYPE 3 24 RESL RESOURCE UNIT LEADER 24 SITL SITUATION UNIT LEADER 24 LOGISTICS COML COMMUNICATIONS UNIT LEADER 24 FACL FACILITIES UNIT LEADER 24 FDUL FOOD UNIT LEADER 24 GSUL GROUND SUPPORT UNIT LEADER 24 LSC3 LOGISTICS SECTION CHIEF TYPE 3 24 MEDL MEDICAL UNIT LEADER 24 SPUL SUPPLY UNIT LEADER 24 FINANCE COMP COMPENSATION/CLAIMS UNIT LEADER 24 COST COST UNIT LEADER 24 FSC3 FINANCE/ADMINISTRATiON SECTION CHIEF TYPE 3 24 PROC PROCUREMENT UNIT LEADER 24 TIME TIME UNIT LEADER 24 12 ATTACHMENT C MOST CURRENT REVISION OF THE RIMT TRAVEL AND PERSONNEL REIMBURSEMENT FORM 13 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Chris Jarmon, Executive Assistant to the City Manager MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution casting the City's four hundred -and eighty (480) votes for Lauren Mason to the Board of Directors of the Jefferson Central Appraisal District. BACKGROUND Lauren Mason. is a current member of the Board of Directors of the Jefferson Central Appraisal District. The terms of the current Board members expire on December 31, 2017. A letter from Angela Bellard, Chief Appraiser, is attached for your review. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. Jefferson County Appraisal District P. O. Box 21337 4610 S. Fourth St. Beaumont, Texas 77720-1337 Beaumont, Texas 77705 CHIEF APPRAISER Angela Bellard, RPA, RES, AAS November 7, 2017 Mrs. Becky Ames Mayor City of Beaumont P O Box 3827 Beaumont TX 77704 Dear Mayor Ames: (409)840-9944 (409) 727-4611 Fax (409) 727-5621 MEMBERS OF THE BOARD Eugene Landry, Chairperson Charles Lankford, Secretary Allison Nathan Getz Lauren Williams Mason Dr. Louis Reed, Jr. In accordance with Section 6.03(f) of the Property Tax Code, I have enclosed a copy of the ballot of the nominees for the Jefferson Central Appraisal District Board of Directors for the 2018 - 2019 term of office. All five positions. on the Board of Directors are up for re-election. You may cast all of your votes for one nominee or distribute them as you wish among the nominees. Each taxing unit entitled to vote must cast its votes in the form of a resolution adopted by its governing body and submit it to me before December 15, 2017. Please refer to the enclosed voting allocation to determine the number of votes your entity is entitled to in this election. The nominee receiving the majority of the votes of the conservation and reclamation districts will receive all of the votes cast by these districts. pjb Enclosures - 2 CMr. Kyle Hayes, City Manager Sincerely, Angela Bellard, RPA, RES, AAS Chief Appraiser ELECTION BALLOT Jefferson County Appraisal District Board of Directors, 20,18 - 2019 Term of Office The following individuals have been nominated: Allison Nathan Getz Eugene Landry Charles Lankford Lauren Williams Mason Dr. Louis Reed JEFFERSON COUNTY APPRAISAL DISTRICT Voting Allocation for 2018 - 2019 Board of Directors Based on 2016 Tax Levies TOTALS: $517,137,968.27 100.00% 5,000 % of Total 2016 Tax Lev v Tax Lev v # of Votes Drainage District #6 $19,180,195.35 3.71% 185 Drainage District #7 $16,305,002.67 3.15% 158 Navigation and Waterways Dist $19,563,548.49 3.78% 189 Port of Beaumont $6,138,696.45 1.19% 59 Port of Port Arthur $9,3161'521.93 1.80% 90 Port of Sabine Pass $491,497.22 0.10% 5 Trinity Bay Conservation Dist $21,724.92 0.00% 0 WCID #10 $785,498.01 0.15% 8 SUBTOTAL C & RE`D'ISTRICTS: $71,802,685.04 13.88% 694 Jefferson County $87,462,967.02 16.91% 846 Beaumont ISD $129,415,216.89 .25.03% 1,251 Hamshire-Fannett ISD $9,516,982.08 1.84% 92 Hardin Jefferson ISD $5,286,444.43 1.02% 51 Nederland ISD $25,228,925.02 4.88% 244 Port Arthur ISD $60,357,062.86 11.67% 584 Port Neches -Groves ISD $34,831,148.12 6.74% 337 Sabine Pass ISD $7,473,490:72 1.45% 72 City of Beaumont $49,682,190.81 9.61% 480 City of Bevil Oaks $133,337.03 0.03% 1 City of .Groves. $5,132,696.25 0.99% 50 City. of Nederland $6,268,570.86 1.21% 61 City of Port Arthur $18,257,209.21 3.53% . 177 City of Port Neches $6,239,057.35 1.21% '60 City of Taylor Landing $49,984.58 0.01% 0 SUBTOTALS: $445,335,283.23 86.12% 4,306 TOTALS: $517,137,968.27 100.00% 5,000 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby casts all of its votes for Lauren Mason to the Board of Directors of the Jefferson Central Appraisal District. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of November, 2017. - Mayor Becky Ames - BEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS NOVEMBER 21, 2017 1:30 P.M. AGENDA D Y."I 0 W Cox$] I * Invocation Pledge Roll Call * Presentations and Recognition — Presentation from the Greater Beaumont Chamber of Commerce * Public Comment: Persons may speak on scheduled agenda items 1-5/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider a resolution authorizing the lease of thirty-nine vehicles from Enterprise FM Trust for use in various city departments 2. Consider a resolution authorizing the City Manager to award a bid to Allco, LLC, of Beaumont for the Keith Road 16" Water Line (from Phelan Boulevard to Dishman Road) Project 3. Consider a resolution approving a six month contract for the purchase of sodium hydroxide from DXI Industries, Inc. of Houston for use by the Water Utilities Department 4. Consider a resolution authorizing the City Manager to award a contract to Neon Electric Corporation of Houston for the construction of bus shelters at various locations 5. Consider a resolution authorizing the City Manager to award a contract to Racehorse Foundation Co., Inc. of Lumberton for the construction of concrete slabs for the bus shelters at various locations WORK SESSION * Review and discuss outstanding accounts related to the demolition of commercial properties 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: 950 Washington Boulevard (former Public Health Facilities) 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. VI November 21, 2017 Consider a resolution authorizing the lease of thirty-nine vehicles with Enterprise FM Trust for use in various city departments BEAUMONT TEXAS TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: I..X4VC".9111IRVC City Council Kyle Hayes, City Manager Todd Simoneaux, Chief Financial OfficerX/� November 21, 20 t 7 Council consider a resolution authorizing the lease of thirty-nine (39) vehicles with Enterprise FM Trust. In September of 2016, City Council approved an equity lease agreement with Enterprise FM Trust (EFM) through Resolution No. 16-190. The contract was awarded by the City to EFM by utilizing the TIPS USA cooperative contract #2072816. The City of Beaumont's fleet includes over 400 vehicles that are light weight or medium sized vehicles. These vehicles range"in age from new to more than 30 years old with an average age of seven years. During the budget process, all fleet vehicles are looked at for age, mileage, maintenance and repair cost, and priority in providing city services to determine if they need to be replaced. EFM's fleet management program provides a solution to this problem of aging vehicles through equity leases and resale. The equity lease is typically for a term of five years. At the end of the lease term, the City can either purchase the vehicle for the residual value or can have EFM sell the vehicle through auction whereby the City receives the net proceeds. At that time, the City can either keep the proceeds or use them to put another new vehicle under lease. The advantages to this program include the creation of a replacement cycle for city vehicles, reduced maintenance costs, higher resale return through a broad and well established resale network and more properly matched vehicles to the needs of the operation. There are no wear and tear penalties or mileage restrictions built into the lease. Thirty-nine (39) vehicles have been identified to be replaced through an equity lease pursuant to the master agreement approved by Council in September of 2016.. The average age is eleven (11) years with models ranging from 1996-2012. The vehicles were identified based on mileage, age, maintenance costs and availability of parts. The thirty-nine (39) vehicles will be new vehicles ordered by EFM leveraged government discounts with all manufacturers. Enterprise Fleet Management, Inc. November 21, 2017 Page 2 The Texas Local Government Code, Chapter 791, allows a governmental agency to enter into a joint purchasing agreement. The City entered this lease agreement with EFM through Region VIII Education Services Center. I"-ft1_7LNU_ I " • - Capital Reserve Fund - $121,043 estimated annual payments. Water Utilities Fund - $51,200 estimated annual payments. Solid Waste Fund - $31,500 estimated annual payments. All estimated payments were included in the FY 2018 Budget. RECOMMENDATION Approval of the resolution. City of Beaumont Menu Pricing FLEET MANAGEMENT Equity Lease Menu Pricing 'L.aN talo. va OasaO upon today oMar prkN9 arW Mks per yeu Plidnenu w1wme.POfbbw aMmWu prwaa dw, na Imiaa.,m w19k.bb k� •Lease rates are based upon factory order pricing and miles per year "Maintenance Include. one set of brakes and no Ores Pricing does not Include any applicable taxea Pricing does not Include expected return on equity at end of lease °Annual Cost Exctudln Maintenance-=':,:,'. [Zvi One TlmeU front Aftermarket Coat EatfmatedEquityReturn at End of Term ESOmeted E ulry In Dia Deals iop co 2 X W City of Beaumont 2018 1 Vehicle W Needs 1].000 3/59.31 SOAO f6A1244 f 5,612A/ i0A0 i7.624fi0 T -R lW MaOkm Roof E1C-Rua MBllrDga Pw. 61do -T-Cupp Van ]671700 a 2me FOM Cu9gDwr Medium Roof Cm{p Ven o Von 129.91ru W9 IAdslxn acd9n a6e053E ]2 Me If4sen ARbne ]A 9{dr Betlon t0 W 12000 f29r./9 SOAO f3.559A5 f ]s,695A0 fO.W S:rAT93e 1 TOO Puean9v Ven ]5905{9 10 � We Fob Tnru114W Me09rm ROa1 'L W stW.g Pua-9109 Cu90 naw MW km Roar 1 W 12000 $W6 50.00 S7,D2015 f 7,02095 :DAO $7.MM pewrrpe7 Vsn Pa.wr9ar wagon 1R.e I Wn WOStrasw -IMS 2 2010 F -I Eayad111on u1F3{L{dr{Q 1 W 12000 SDST.I. So= S.A04.2 i 4]e512 Snoo Ss,7aeA9 W TOO Pkkp ]591327 1 2118 Fwd FIWCrew CabWlCatl{Q SvperGavr Gb 1 W 12m0 3{7459 WAD Ssa5A0 f 47]400 SeLO Mr"Sim1.9We 6A n boa 10 h Wa WTan Pkimp ]591365 a Mi. FOM FIWCraw Gb W1C3r1.T426upwCraw Cab 7 W 12,000 $51412 SM. $..=-f ..w-$0.0 $101151Ms"W.M. 4S R boa 101n Yta tri Taq pkbrp 3591aW '9 2018 FOM FIWCrma Gb WIFA IQsupwCmw Cab 1 W 12,000 150..1. MID AUDIAS f 40e1AS $9.59 3.]13.0 Sylsilde OA n W. H. bO Wa 1MTo.1kiup 5591{13 17 MI. FOM F1WFaknOgd Gb we x1CatL OQsapuGb 2 W 2590 1 $44.,39 $0.00 K3"f 10,713.25 Som SMAZY.S0 Slylwble sa R box la WB IATon Pldap 3591/23 18 .1. FoM F7Wcrmr C.b wIC-A{QSuper mGb 2 W 1;000 $.-ID $400 0,51I.. $ la,0e450 SO" S16,R- styMaWe 5A iL box 1010. Wa tri Tea Pi -p ]691131 >D mi. Fwd F1WQ-Cab WIC-%L{QsaperCr-Cab D W 12,000 3001,31 Som39,0]9,72 f 30,195..0 So" 3/1.079.00 Sw-Id.5.6IL box 1{51n W9 12 Ton Pkk p 3591106 ZI MID Fo FISO-cab YHEJIL /a{6uperOev Gb 2 W 12ADO $559.71 SDAO Se,e]S.S2 $ 1403A1 WAD SaA79A0 SIyinW 5.e11.1,oa1010.Wa tri Tan Plokup 1Mai 2e 2018 PoM F1WEalwWad Cab x1Eid Q/9uparCvb 1 W 12590 S -M SO.- 0,0]]A. f 6.022.05 $0.00 SW.015Ao SlybsWe SA it boa 115 N. WB MTOn Pkhp 3591W. a me Fwd F1W Reivly Cab F1C. -R-2u Gb 5 W 12.000 100.00 SO_f/A00AD f 25.059.00 5400 f]S.5O21A 9"We 4S m bqi 123 N.1V0 --Pklmp 3591e5/ 35 "is FaM F1W ExlandaO Cab x1c 4%2supe1Gb 1 W 12000 544111 Som 34391.59 S 539{52 SAW Mw- Brylaeide oa nbox 101n Wa 1RTon PkWp ]S9tIW 37 1019 FoM FYW Re9okr Ceb P1C-xL{Q 4aRNRrgWUCob 6 t/11a. WR 1 W 12AW 59410 so" 35,10110 f ;10130 331.00 30,592.00 lndetre SllV 359001 2/ 301. Fwd EFpbsr xla33s.a Mrberon4wbM1 I W 12000 S1S4e2 So .00 15./79.44 3 DRS." Saw S7.o52A0 ]7/Ton Pkkup 3559210 as MID Fwd RWRW9 O F2A-%1"/a3� RapW S 1 00 12.000 $]59.91 SOAO N,97B.D2 S 4,675.92 Who $IOA17A0 ]k Ton Pickup ]86s2N 39 2019 FOM F26UFaamgodcOb WbxL44911 WCab4T6 beat hr Wa 1 00 12000 11W AS So" $40a1A0 3 -1- 59m $2.M 0 'L.aN talo. va OasaO upon today oMar prkN9 arW Mks per yeu Plidnenu w1wme.POfbbw aMmWu prwaa dw, na Imiaa.,m w19k.bb k� •Lease rates are based upon factory order pricing and miles per year "Maintenance Include. one set of brakes and no Ores Pricing does not Include any applicable taxea Pricing does not Include expected return on equity at end of lease °Annual Cost Exctudln Maintenance-=':,:,'. [Zvi One TlmeU front Aftermarket Coat EatfmatedEquityReturn at End of Term ESOmeted E ulry In Dia Deals iop co 2 X W 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 lease thirty-nine (39) vehicles for use by various departments pursuant to the existing Master Equity Lease Agreement as amended between the City of Beaumont and Enterprise FM Trust. The Equity Lease Menu Pricing 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 21st day of November, 2017. - Mayor Becky Ames - 2 November 21, 2017 Consider a resolution authorizing the City Manager to award a bid to Allco, LLC, of Beaumont for the Keith Road 16" Water Line (from Phelan Boulevard to Dishman Road) Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph P. Majdalani, P.E., Public Works Director 1/1' MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a bid to Allco, LLC, of Beaumont for the Keith Road 16" Water Line (from Phelan Boulevard to Dishman Road) Project. BACKGROUND This new section of water line will increase the reliability of the water distribution system by completing the water line from the Dishman Elevated Storage Tank to Highway 90 along Keith Road. On November 9, 2017, Six (6) bids were received for furnishing all labor, materials, equipment for the project. The six (6) bids are indicated in the table below: Contractor Location Base Bid Amount Allco; LLC Beaumont, TX $726,162.75 BDS Constructors, LLC dba MK Constructors Vidor, TX $764,047.00 Placo, Ltd. Lumberton, TX $909,231.34 MMG Contractors, LLC Houston, TX $979,856.51 Brystar Contracting, Inc. Beaumont, TX $1,055,997.00 McInnis Construction, Inc. Silsbee, TX $1,086,539.55 The Engineer's estimate for this project is $1,100,000.00. The Water Utilities staff recommends this project be awarded to Allco, LLC in the amount of $726,162.75. A total of two hundred forty (240) calendar days are allocated for completion of this project. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Allco, LLC, of Beaumont, Texas, in the amount of $726,162.75 to furnish all labor, materials, and equipment for the Keith Road (from Phelan Boulevard to Dishman Road) 16" Water Line Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Allco, LLC, of Beaumont, Texas, for the purposes described herein. 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 21st day of November, 2017. - Mayor Becky Ames - K. November 21, 2017 Consider a resolution approving a six month contract for the purchase of sodium hydroxide from DXI Industries, Inc. of Houston for use by the Water Utilities Department BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer--,// MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution approving a six (6) month contract for the purchase of sodium hydroxide from DXI Industries, Inc. of Houston for use by the Water Utilities Department. BACKGROUND Sodium hydroxide is used to purify the City's water supply. The Water Utilities Department expects to purchase approximately five hundred (500) dry tons of this material during the term of this contract. Formal bids were requested from nine (9) vendors; four (4) responded. DXI Industries, Inc. responded with a bid of $599.49 per ton and a total estimated amount of $299,745. This represents a $149.49/ton or (33%) increase in the price of this material over last contract. Specifications allow for a six (6) month contract with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract. DXI Industries, Inc., has previously held this contract. There are no local vendors of this commodity. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. City of Beaumont Texas BEAUMONT Purchasing Division Bid Tabulation TEXAS Bid Name: Six (6) Month contract for Sodium Hydroxide Bid Number: TF1018-01 Bid Opening: Thursday, November 02, 2017 Contact Person: Terry Welch, Senior Buyer te_rry.welcha-beaumonttexas. Qov Phone 409-880-3107 * Denotes bidder as non responsive - Bidder miscalculated unit cost. Qualified low bidder is DXI Industries, Inc as Hi Lighted in Bold. DXI Industries, Inc Brenntag Southwest, Inc Univar USA, Inc * Spectrum Vendor Biotechnologies, LLC City / State Houston, Tx Houston, Tx Kent, WA Geismar, La Phone or Fax No. 281-457-4807 713-450-4699 253-872-5041 225-647-3566 QTY ITEM DESC (TONS) Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price Extended Unit Price Price 1 Sodium Hydroxide 500 $599.49 $299,745.00 $613.00 $306,500.00 $620.33 $310,165.00 $0.1755 $87.75 TOTAL BID $299,745.00 $306,500.00 $310,165.00 $87.75 * Denotes bidder as non responsive - Bidder miscalculated unit cost. Qualified low bidder is DXI Industries, Inc as Hi Lighted in Bold. RESOLUTION NO. WHEREAS, bids were solicited for a six (6) month contract, with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract, for the purchase of Sodium Hydroxide for use by the Water Utilities Department; and, WHEREAS, DXI, Inc., of Houston, Texas, submitted a bid for an estimated total expenditure of $299,745.00 in the unit amounts shown below: VENDOR UNIT PRICE PER ESTIMATED COST TON 500 TONS DXI, Inc. $599.49 $299,745.00 Houston, TX ; and, WHEREAS, City Council is of the opinion that the bid submitted by DXI, Inc., of Houston, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by DXI, Inc., of Houston, Texas, for a six (6) month contract, with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract, for the purchase of Sodium Hydroxide in the unit prices shown above for an estimated total expenditure of $299,745.00 be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with DXI, Inc. for the purposes described herein. 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 21st day of November, 2017. - Mayor Becky Ames - F1 November 21, 2017 Consider a resolution authorizing the City Manager to award a contract to Neon Electric Corporation of Houston for the construction of bus shelters at various locations BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E. Public Works Director MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Neon Electric Corporation of Houston for the construction of bus shelters at various locations. BACKGROUND The construction of bus shelters is a federal -funded project. The installation of nine (9) 7' x 14' bus shelters has been identified throughout the City of Beaumont. The proposed shelters consist of a metal roof resting on two steel columns. The simple design will provide a comfortable waiting area for bus riders without cluttering the right-of-way. On November 2, 2017, one (1) formal bid was received. The bid total is indicated in the table below: Contractor I Location Bid Neon Electric Corporation I Houston, Texas $102,915.00 The Engineer's estimate for this project is $97,632.00. The Public Works engineering staff recommends the project be awarded to the apparent low bidder, Neon Electric Corporation. Neon Electric Corporation has 30 years of experience in manufacturing and installing similar products. A total of thirty (30) calendar days are allocated for completion of this project. FUNDING SOURCE; TxDOT Funded (100%). RECOMMENDATION Approval of the resolution. 21 i - gnome :. ..;( - m - - �+• --�' � 'rhe•' �::, - . 'Qr.,'�.;, .. f:�?s`� :� '�_ �- 17 AA •"1 7' �rC` f rrr ar!if it ... '�WNW;.. Packdale Mall+ hJ =�S4 C z. CL t Fr�Uc (x v+`lBtiV�sti� �t r :� CL CL 2 4cas ar z tti_a�;Or n1de! Ayr - , � � T'tirldad :�". Beaumont CL S2 rn•iur �_n 900 •S1 4 S7 G7 N � �lb�seSt .D SHELTER LOCATIONS S8 ,j r ,'f SI d�. J Phelan Blvd n1de! Ayr - , � � m �.,inc l Avi, Beaumont CL S2 900 •S1 G7 N � 4J tt 1,•- '-''(9inn fr 1 4� 131wd yioashinrton Blvd SHELTER LOCATIONS S8 ,j r ,'f SI RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Neon Electric Corporation, of Houston, Texas, in the amount of $102,915.00 for the construction of nine (9) 7'x 14' bus shelters at various City locations; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Neon Electric Corporation, of Houston, Texas, for the purposes described herein.. 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 21st day of November, 2017. - Mayor Becky Ames - 5 November 21, 2017 Consider a resolution authorizing the City Manager to award a contract to Racehorse Foundation Co., Inc. of Lumberton for the construction of concrete slabs for the bus shelters at various locations BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, Public Works Director 1W MEETING DATE: November 21, 2017 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Racehorse Foundation Co, Inc. of Lumberton for the construction of concrete slabs for the bus shelters at various locations. BACKGROUND The project consists of constructing nine (9) concrete slabs at various bus stop locations throughout the City of Beaumont. Each constructed slab will provide the required foundation for the proposed 7' x 14' hip -roof bus shelter, which will be installed upon completion of the concrete slabs. On November 2, 2017, two (2) formal bids were received. The bid totals are indicated in the table below: Contractor Location Bid Racehorse Foundation Co., Inc. Lumberton, Texas $71,675.00 DezTex Industrial Port Arthur, Texas $78,880.00 The Engineer's estimate for this project is $82,368.00. Public Works engineering staff recommends the project be awarded to the apparent low bidder, Racehorse Foundation Co., Inc. A total of sixty (60) calendar days are allocated for completion of this project. FUNDING SOURCE TxDOT Funded (100%). RECOMMENDATION Approval of the resolution. z O Q U O J of LU f - _I w 2 Cn a 3" ra !:•ring Ave -co 3l .rte Co si a i UN Cl) �S 4' J y 43 U� Co sn •e rop.`��`�` Ct s� ro �q4� C C S 4ih St ID f;l,wr•13nd St �� 'o m St N 111h St CU S) 1 Th St c ro m L �� Dignan Rd 4 S 23rd Si � 4 ,L'1 Luca,, Or � N .1 •' � es, GhaRiflerl,n [}r- /y Rd E Ca1t11vorad Dt' L+ndkrgh Or tJ � Hivrell S� . � 1}a (JOVAC v® O � ty - = [towleo Rd Ca c akes�s'Yi� Dr Mantrese Ava Gfop Ale Ave .c h lAslor D 14 Major Dr S Major Dr z O Q U O J of LU f - _I w 2 Cn RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Racehorse Foundation Co., Inc. of Lumberton, Texas, in the amount of $71,675.00 for the construction of nine (9) concrete slabs for bus shelters at various City locations; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Racehorse Foundation Co., Inc. of Lumberton, Texas, for the purposes described herein. 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 21st day of November, 2017. - Mayor Becky Ames - WORK SESSION * Review and discuss outstanding accounts related to the demolition of commercial properties PREPARED 11/01/17 PROGRAM MR650L City of Beaumont -Central Collections NAME &Av l - VA zy-eAir t RECEIVABLES AGING REPORT CUSTID TYPE CHARGE DESCRIPTION �►& : �, : �� AGE AMOUNT UNPAID DATE TRANSFERRED TO LIEN - ,. � ORIGINAL BILLING DATE Austin James DBA Jim Aust 155772 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 20,755.00 20,755.00 11/15/2005 9/1/20D4 TOTAL FORAGE CATEGORY 20,771.00 TOTAL FOR CUSTOMER 20,771.00 ALEX, GILBERT 156969 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 17,029.15 17,029.15 8/14/2007 3/22/2007 TOTAL FOR AGE CATEGORY 17,045.15 TOTAL FOR CUSTOMER 17,045.15 BEAUMONT MUNICIPAL EMPLOYEES 157302 ZD DMODI DEMOLITION CHARGES 999 13,405.00 13,405.00 2/20/2009 2/28/2008 Other demo charge $14,399.50 from 11/6/07 paid 12/11/07 TOTAL FOR AGE CATEGORY 13,405.00 TOTAL FOR CUSTOMER 13,405.00 BERNARD VIRA JEAN 136326 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 6,380.00 6,380.00 1/31/2008 9/11/2007 TOTAL FORAGE CATEGORY 6,396.00 TOTAL FOR CUSTOMER 6,396.00 BRUNO, JUSTON JOSEPH & GE 156725 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 Transfer for Lien 999 2,759.00 2,759.00 1/29/2007 8/22/2006 TOTAL FOR AGE CATEGORY 2,775.00 TOTAL FOR CUSTOMER 2,775.00 CASTILLO ANTONIO 155457 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 52,062.50 45,462.50 1/29/2007 8/22/2006 Originally $53,062.50. Customer is making payments. TOTAL FORAGE CATEGORY 45,478.50 TOTAL FOR CUSTOMER 45,478.50 CHURCH OF THE LIVING GOD 137858 ZD DM001 DEMOLITION CHARGES 999 19,831.00 13,356.00 2/20/2009 12/29/2005 Originally $23,531. Customer is making payments. TOTAL FOR AGE CATEGORY 13,356.00 TOTAL FOR CUSTOMER 13,356.00 DOTY WAYNE A 149594 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 2,792.00 2,792.00 12/9/2008 2/2/2005 TOTAL FORAGE CATEGORY 2,808.00 TOTAL FOR CUSTOMER 2,808.00 DOUGLAS JAKE S III 990031717 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 56,683.50 54,958.50 1/29/2007 8/22/2006 Originally $56,733.50. Customer made payments. TOTAL FOR AGE CATEGORY 54,974.50 TOTAL FOR CUSTOMER 54,974.50 DUMAS RAYMOND SR 990027268 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 4,082.00 4,082.00 6/27/2007 1/24/2007 TOTAL FOR AGE CATEGORY 4,098.00 TOTAL FOR CUSTOMER 4,098.00 DURDEN, VERNON G ET UX 155779 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 9,029.00 9,029.00 7/15/2005 5/26/2004 TOTAL FORAGE CATEGORY 9,045.00 TOTAL FOR CUSTOMER 9,045.00 EASTERN PROGRESSIVE 155480 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 10,316.50 10,316.50 6/27/2007 1/24/2007 TOTAL FOR AGE CATEGORY 10,332.50 TOTAL FOR CUSTOMER 10,332.50 EDDIE'S MEMORIAL HOLINESS 155615 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 9,915.00 9,915.00 3/23/2006 2/2/2005 TOTAL FORAGE CATEGORY 9,931.00 TOTAL FOR CUSTOMER 9,931.00 GUIDRY, CHARLES 157070 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 3,221.00 3,221.00 12/27/2007 6/19/2007 TOTAL FOR AGE CATEGORY 3,237.00 TOTAL FOR CUSTOMER 3,237.00 JAMES, ALLEN JR 155780 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 7,846.00 7,846.00 7/15/2005 5/26/2004 TOTAL FOR AGE CATEGORY 7,862.00 TOTAL FOR CUSTOMER 7,862.00 JENKINS, RICHARD E 156116 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 352.00 352.00 9/19/2006 12/29/2005 10,121.50 9,321.50 9/19/2006 2/2/2005 Originally $12,666. Customer made payments. TOTAL FORAGE CATEGORY 9,689.50 TOTAL FOR CUSTOMER 9,689.50 KIRKMON, LESTER 155378 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 XD001 DEMOLITION CHARGES 999 10,731.43 10,731.43 8/13/2007 6/24/2003 Originally $15,915. Signed Term agreement, made some payments. Lien after default. TOTAL FORAGE CATEGORY 10,747.43 TOTAL FOR CUSTOMER 10,747.43 LAING MARBLE & GRANITE 156521 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 34,000.00 34,000.00 4/12/2007 12/29/2005 TOTAL FORAGE CATEGORY 34,016.00 TOTAL FOR CUSTOMER 34,016.00 LESLIE, S G 156951 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 8,787.00 8,787.00 6/27/2007 1/24/2007 TOTAL FOR AGE CATEGORY 8,803.00 TOTAL FOR CUSTOMER 8,803.00 LONDON, OZIE 152678 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 12,657.00 12,657.00 7/15/2005 5/26/2004 TOTAL FOR AGE CATEGORY 12,673.00 TOTAL FOR CUSTOMER 12,673.00 LUSTON HOUSE 155369 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 3,306.00 3,306.00 5/27/2008 12/29/2005 TOTAL FORAGE CATEGORY 3,322.00 TOTAL FOR CUSTOMER 3,322.00 MATAK, RICHARD 157072 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 20,289.20 20,289.20 12/27/2007 6/19/2007 TOTAL FOR AGE CATEGORY 20,305.20 TOTAL FOR CUSTOMER 20,305.20 MCCLAIN, CAROL 157212 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 6,593.50 6,593.50 1/31/2008 9/11/2007 TOTAL FOR AGE CATEGORY 6,609.50 TOTAL FOR CUSTOMER 6,609.50 MOULTRIE MARY 990000009 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 8,263.25 8,263.25 12/27/2007 6/19/2007 TOTAL FORAGE CATEGORY 8,279.25 TOTAL FOR CUSTOMER 8,279.25 NEWSOME RUBY ESTATE 156523 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 17,924.00 9,713.00 1/29/2007 8/22/2006 Council approved adjustment, Res. 13-175, 8/20/13 after $10,000 payment. Problem with system and adjustment, reported to IS. Unresolved, TOTAL FOR AGE CATEGORY 9,729.00 TOTAL FOR CUSTOMER 9,729.00 RANDLE, GEORGE EDDIE JR 156522 ZD DM001 DEMOLITION CHARGES 999 7,647.00 5,597.00 2/20/2009 12/29/2005 Originally $12,347. Customer made payments. TOTAL FOR AGE CATEGORY 5,597.00 TOTAL FOR CUSTOMER 5,597.00 RICHARD, CHARLES K 154586 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 114,819.75 114,639.75 .8/17/2007 2/18/2003 TOTAL FOR AGE CATEGORY 114,655.75 TOTAL FOR CUSTOMER 114,655.75 SAVOY JR, RICHARD 155781 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 7,247.00 7,247.00 8/30/2007 5/26/2004 TOTAL FORAGE CATEGORY 7,263.00 TOTAL FOR CUSTOMER 7,263.00 SCOTT WILLIE C 990016579 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 9,209.40 8,984.00 1/31/2008 9/11/2007 TOTAL FOR AGE CATEGORY 9,000.00 TOTAL FOR CUSTOMER 9,000.00 THE HOUSE OF GOD CHURCH I 990027274 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 17,386.50 3,386.50 5/27/2008 12/31/1998 Originally $19680. Customer made payments. TOTAL FOR AGE CATEGORY 3,402.50 TOTAL FOR CUSTOMER 3,402.50 VILLALOBOS, TOMAS (DECEAS 990025694 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 333.75 333.75 6/27/2007 1/24/2007 TOTAL FOR AGE CATEGORY 349.75 TOTAL FOR CUSTOMER 349.75 WALKERJANIS 155514 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 6,614.00 6,614.00 1/29/2007 8/22/2006 TOTAL FORAGE CATEGORY 6,630.00 TOTAL FOR CUSTOMER 6,630.00 WALLACE, BENARD/SH I RLEY(LI 155778 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 30,689.00 30,689.00 8/30/2007 5/26/2004 TOTAL FOR AGE CATEGORY 30,705.00 TOTAL FOR CUSTOMER 30,705.00 WERNER EVELYN HILDA BERGE 143177 ZD DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 8,380.25 8,380.25 3/23/2006 2/2/2005 TOTAL FOR AGE CATEGORY 8,396.25 TOTAL FOR CUSTOMER 8,396.25 WESTWOOD BAPTIST CHURCH 155942 ZD DMLN2. DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 10,386.50 10,261.50 8/30/2007 9/1/2004 TOTAL FOR AGE CATEGORY 10,277.50 TOTAL FOR CUSTOMER 10,277.50 G RAND TOTAL 541,965.28 PREPARED 11/01/17 PROGRAM MR650L City of Beaumont-Central NAME Collections CUSTID TYPE CHARGE RECEIVABLES AGING REPORT ! A, DESCRIPTION AGE AMOUNT UNPAID DATETRANSFERRED TO LIEN 6emr. ORIGINAL BILLING DATE ANDERSON, EASTER 159803 Z1 DMLNI DEMOLITION LIEN FEE 515 16.00 16.00 DM001 DEMOLITION CHARGES 515 8,837.00 8,837.00 11/27/2013 1/9/2013 TOTAL FOR AGE CATEGORY 8,853.00 TOTAL FOR CUSTOMER 8,853.00 ATTRA, JOHN JASON ESTATE 158148 Zl DM001 DEMOLITION CHARGES 999 3,193.80 3,193.80 9/30/2009 4/6/2009 TOTAL FOR AGE CATEGORY 3,193.80 TOTAL FOR CUSTOMER 3,193.80 AUTRYEDDY J 990013006 Z1 DMWl ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 1,279.75 1,279.75 11/26/2008 7/11/2008 TOTAL FOR AGE CATEGORY 1,295.75 TOTAL FOR CUSTOMER 1,295.75 BARES, JOHN B 157737 Zl DM001 DEMOLITION CHARGES 999 12,131.20 12,131.20 4/7/2009 10/8/2008 TOTAL FOR AGE CATEGORY 12,131.20 TOTAL FOR CUSTOMER 12,131.20 BARRANCO ESTATE, SAM S 158819 Z1 DMLN1 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 13,061.00 13,061.00 4/13/2011 10/13/2010 TOTAL FOR AGE CATEGORY 13,077.00 TOTAL FOR CUSTOMER 13,077.00 BARRY, MONTY ETAL 157092 Z1 DMLN1 ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 6,302.00 6,302.00 3/3/2009 7/11/2008 11,833.90 11,833.90 2/20/2009 1/21/2009 TOTAL FOR AGE CATEGORY 18,151.90 TOTAL FOR CUSTOMER 18,151.90 BERNARD, JERRY 158634 Zl DM001 DEMOLITION CHARGES 999 11,433.40 11,433.40 10/29/2010 7/28/2010 TOTAL FOR AGE CATEGORY 11,433.40 TOTAL FOR CUSTOMER 11,433.40 BOOKER SR, TROY LEE 158818 Zl DMLNI DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 6,857.00 6,857.00 4/13/2011 10/7/2010 TOTAL FOR AGE CATEGORY 6,873.00 TOTAL FOR CUSTOMER 6,873.00 BOOKER, M J 157177 Z1 DMLN1 ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 5,749.70 5,749.70 5/28/2008 2/28/2008 TOTAL FOR AGE CATEGORY 5,765.70 TOTAL FOR CUSTOMER 5,765.70 BROWN,JAMES 158467 Z1 DM001 DEMOLITION CHARGES 999 6,170.80 6,170.80 6/30/2010 3/8/2010 TOTAL FOR AGE CATEGORY 6,170.80 TOTAL FOR CUSTOMER 6,170.80 BROWN, L R 158469 Z1 DM001 DEMOLITION CHARGES 999 6,086.10 6,086.10 6/30/2010 3/8/2010 TOTAL FOR AGE CATEGORY 6,086.10 TOTAL FOR CUSTOMER 6,086.10 BROWN, NORMA F 158820 Z1 DMLN1 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 2,161.00 1,961.00 4/1/2011 10/4/2010 TOTAL FOR AGE CATEGORY 1,977.00 DMLNI DEMOLITION LIEN FEE 515 26.00 26.00 DM001 DEMOLITION CHARGES 515 9,915.00 9,915.00 2/28/2014 10/7/2013 TOTAL FOR AGE CATEGORY 9,941.00 TOTAL FOR CUSTOMER 11,918.00 CASTLE MOTEL INC 160312 Z1 DMLN1 DEMOLITION LIEN FEE 515 26.00 26.00 DM001 DEMOLITION CHARGES 515 211,611.00 211,611.00 11/24/2014 10/3/2014 TOTAL FOR AGE CATEGORY 211,637.00 TOTAL FOR CUSTOMER 211,637.00 COLE MILTON 990014221 Zl DM001 DEMOLITION CHARGES 999 8,215.00 8,215.00 2/20/2009 1/21/2009 TOTAL FOR AGE CATEGORY 8,215.00 TOTAL FOR CUSTOMER 8,215.00 COMO, YVONNE F 156644 Z1 DMLNI ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 52,997.00 52,997.00 5/28/2008 2/28/2008 TOTAL FOR AGE CATEGORY 53,013.00 TOTAL FOR CUSTOMER 53,013.00 DANIELS ETAL, GEORGE W 990031600 Z1 DM001 DEMOLITION CHARGES 999 4,789.50 4,039.50 2/20/2009 1/21/2009 TOTAL FOR AGE CATEGORY 4,039.50 TOTAL FOR CUSTOMER 4,039.50 DAVILA, ARMANDO CAMARGO 158817 Zl DMLN1 DEMOLITION LIEN FEE 515 26.00 26.00 DM001 DEMOLITION CHARGES 515 5,997.40 5,497.40 9/4/2014 11/29/2010 Originally $9,797.40. Customer signed Term agreement and made some payments. TOTAL FOR AGE CATEGORY 5,523.40 TOTAL FOR CUSTOMER 5,523.40 GILES, DANNY 156665 Z1 DMLN1 ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 8,225.10 8,225.10 11/26/2008 7/11/2008 TOTAL FOR AGE CATEGORY 8,241.10 TOTAL FOR CUSTOMER 8,24110 GOODMAN, MONROE 157714 Z1 DMLNI DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 9,355.70 9,355.70 4/13/2011 10/7/2010 TOTAL FORAGE CATEGORY 9,371.70 TOTAL FOR CUSTOMER 9,371.70 HAMM, HOYT E 159122 Zl DMLN1 DEMOLITION LIEN FEE 515 26.00 26.00 DM001 DEMOLITION CHARGES 515 6,790.00 6,790.00 2/28/2014 10/7/2013 TOTAL FOR AGE CATEGORY 6,816.00 TOTAL FOR CUSTOMER 6,816.00 HORDE MORRIS QSR 159744 Zl DMLNl DEMOLITION LIEN FEE 515 16.00 16.00 DM001 DEMOLITION CHARGES 515 4,727.00 4,727.00 11/27/2013 12/6/2012 TOTAL FOR AGE CATEGORY 4,743.00 TOTAL FOR CUSTOMER 4,743.00 HORNSBY, CHARLTON P PC 157736 Zl DM001 DEMOLITION CHARGES 999 19,729.60 19,729.60 4/7/2009 10/8/2008 TOTAL FOR AGE CATEGORY 19,729.60 TOTAL FOR CUSTOMER 19,729.60 J N G INC 145538 Zl DM001 DEMOLITION CHARGES 999 6,430.20 6,430.20 6/30/2010 3/8/2010 TOTAL FORAGE CATEGORY 6,430.20 TOTAL FOR CUSTOMER 6,430.20 JACKSON JR (DECEASED), EL 159136 Zl DMLN1 DEMOLITION LIEN FEE 515 26.00 _26.00 DM001 DEMOLITION CHARGES 515 6,780.00 6,780.00 2/28/2014 10/7/2013 TOTAL FOR AGE CATEGORY 6,806.00 TOTAL FOR CUSTOMER 6,806.00 JERUSALEM MISSIONARY 158734 Zl DMLN1 DEMOLITION LIEN FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 5,332.90 5,332.90 4/13/2011 10/6/2010 TOTAL FOR AGE CATEGORY 5,348.90 TOTAL FOR CUSTOMER 5,348.90 JOHNS, THEODORE SSR 157600 Zl DMLN1 ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 158,057.00 158,057.00 11/26/2008 7/11/2008 TOTAL FOR AGE CATEGORY 158,073.00 TOTAL FOR CUSTOMER 158,073.00 JONES ESTATE, GEORGE 157918 Zl DM001 DEMOLITION CHARGES 999 4,088.30 4,088.30 2/20/2009 1/21/2009 TOTAL FOR AGE CATEGORY 4,088.30 TOTAL FOR CUSTOMER 4,088.30 JONES, BARBAR T 157924 Zl DM001 DEMOLITION CHARGES 999 5,262.50 5,262.50 6/30/2010 3/8/2010 6,561.40 6,561.40 6/30/2010 3/8/2010 TOTAL FORAGE CATEGORY 11,823.90 TOTAL FOR CUSTOMER 11,823.90 KOCH FLOWER SHOP INC 157601 Zl DMLN1 ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 12,851.70 12,851.70 11/26/2008 7/11/2008 TOTAL FOR AGE CATEGORY 12,867.70 TOTAL FOR CUSTOMER 12,867.70 KYLES JR, WALTER 152679 Zl DMD01 DEMOLITION CHARGES 999 16,413.00 16,413.00 3/26/2009 10/8/2008 TOTAL FOR AGE CATEGORY 16,413.00 TOTAL FOR CUSTOMER 16,413.00 LAVERGNE, THERESA 161167 Zl DMLNl DEMOLITION LIEN FEE 515 26.00 26.00 DM001 DEMOLITION CHARGES 515 32,605.00 32,605.00 6/29/2016 12/18/2015 TOTAL FOR AGE CATEGORY 32,631.00 TOTAL FOR CUSTOMER 32,631.00 LEBLANC, TORY 158152 Zl DMO01 DEMOLITION CHARGES 999 6,907.00 6,907.00 9/30/2009 6/10/2009 57.00 57.00 10/26/2010 7/28/2010 TOTAL FOR AGE CATEGORY 6,964.00 TOTAL FOR CUSTOMER 6,964.00 LEVIAS, CURTIS M 158468 Zl DM001 DEMOLITION CHARGES 999 7,404.60 7,404.60 6/30/2010 3/8/2010 TOTAL FOR AGE CATEGORY 7,404.60 TOTAL FOR CUSTOMER 7,404.60 MINISTRIES OF MIRACLES IN 156826 Zl DMLN2 DEMOLITION LIEN FEE 999 16.00 16.00 DMO01 DEMOLITION CHARGES 999 13,289.00 13,289.00 2/3/2009 9/11/2007 Customer signed Term agreement and made a few payments. TOTAL FOR AGE CATEGORY 13,305.00 TOTAL FOR CUSTOMER 13,305.00 MULDROW, BRIAN 158326 Zl DM001 DEMOLITION CHARGES 999 1,445.20 1,445.20 11/10/2009 6/22/2009 TOTAL FOR AGE CATEGORY 1,445.20 TOTAL FOR CUSTOMER 1,445.20 NECHES LODGE NO 593 BPOE 155717 Z1 DMLNl ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 10,961.50 10,961.50 6/27/2007 1/24/2007 114.00 114.00 4/23/2008 11/6/2007 TOTAL FOR AGE CATEGORY 11,091.50 TOTAL FOR CUSTOMER 11,091.50 RICHARD, EDMUND 158151 Zl DM001 DEMOLITION CHARGES 999 10,537.00 10,437.00 9/30/2009 6/10/2009 57.00 57.00 10/26/2010 7/28/2010 TOTAL FOR AGE CATEGORY 10,494.00 TOTAL FOR CUSTOMER 10,494.00 ROGERS, LIGE G 157919 Zl DM001 DEMOLITION CHARGES 999 30,422.00 30,422.00 2/20/2009 1/21/2009 TOTAL FOR AGE CATEGORY 30,422.00 TOTAL FOR CUSTOMER 30,422.00 SANDERS H H & SONS INC 740881600 Zl DM001 DEMOLITION CHARGES 999 35,837.00 35,837.00 2/20/2009 1/21/2009 TOTAL FOR AGE CATEGORY 35,837.00 TOTAL FOR CUSTOMER 35,837.00 SESSIONS, JOBY D 160190 Zl DMLNl DEMOLITION LIEN FEE 515 26.00 26.00 DM001 DEMOLITION CHARGES 515 16,660.00 15,935.00 2/28/2014 10/7/2013 TOTAL FOR AGE CATEGORY 15,961.00 TOTAL FOR CUSTOMER 15,961.00 SOUTH EAST TEXAS MINI -MKT 990005461 Zl DM001 DEMOLITION CHARGES 999 4,219.30 4,219.30 6/30/2010 3/8/2010 SYLVESTER (DECEASED), FLO WILLIS, MAE 990006423 Z1 158153 Z1 TOTAL FOR AGE CATEGORY 4,219.30 TOTAL FOR CUSTOMER 4,219.30 DMLNl ADMINISTRATIVE FEE 999 16.00 16.00 DM001 DEMOLITION CHARGES 999 10,994.00 10,994.00 TOTAL FOR AGE CATEGORY 11,010.00 TOTAL FOR CUSTOMER 11,010.00 DMDO1 DEMOLITION CHARGES 999 6,281.40 5,881.40 TOTAL FOR AGE CATEGORY 5,881.40 TOTAL FOR CUSTOMER 5,881.40 GRAND TOTAL 844,795.95 5/28/2008 2/28/2008 10/5/2009 3/9/2009