Loading...
HomeMy WebLinkAboutPACKET FEB 06 2018BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS FEBRUARY 6, 2018 1:30 P.M. CONSENT AGENDA Approval of minutes — January 30, 2018 Confirmation of board and commission member appointments Dana L. Timaeus would be appointed as Chairman to the Board of Adjustment (Zoning). The term would commence February 6, 2018 and expire September 30, 2019. (Mayor Becky Ames) Jeff Beaver would be appointed as Vice Chairman to the Board of Adjustment (Zoning). The term would commence February 6, 2018 and expire September 30, 2019. (Mayor Becky Ames) Sina Nejad would be appointed as Chairman to the Building Board of Appeals. The term would commence February 6, 2018 and expire September 30, 2019. (Mayor Becky Ames) Greg Wall would be appointed as Vice Chairman to the Building Board of Appeals. The term would commence February 6, 2018 and expire September 30, 2019. (Mayor Becky Ames) Lee Acevedo -Electrician would be reappointed to the Building Board of Appeals. The current term would expire January 24, 2020. (Mayor Becky Ames) A) Authorize the City Manager to apply for and accept funding from the Texas Department of State Health Services for the Public Health Department B) Authorize the City Manager to execute Change Order No. 2, accept maintenance and authorize a fmal payment for the Loeb Water Well Site -Well No. 3 Rehabilitation Project C) Authorize the acceptance of a ten foot wide Exclusive Water Line Easement located at 2665 11th Street D) Approve the purchase of two controller and programmer boards from EVOQUA Water Technologies LLC of Chalfont, PA, for use by the Water Treatment Plant RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the following appointments be made: Appointment Commission Beginning of Expiration of Term Term Dana L. Timaeus, Board of Adjustment 02/06/2018 09/30/2019 Chairman Jeff Beaver, Vice Board of Adjustment 02/06/2018 09/30/2019 Chairman Sina Nejad, Building Board of 02/06/2018 09/30/2019 Chairman Appeals Greg Wall, Vice Building Board of 02/06/2018 09/30/2019 Chairman Appeals THAT the following reappointment be made: Reappointment Commission Beginning of Expiration of Term Term Lee Acevedo Building Board of 02/06/2018\ 01/24/2020 Appeals 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 6th day of February, 2018. - Mayor Becky Ames - U, BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: February 6, 2018 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to apply for and accept funding from the Texas Department of State Health Services (DSHS) for the Public Health Department. BACKGROUND The Texas Department of State Health Services will award the Beaumont Public Health Department the Immunization/Locals grant in the amount of $178,834.00. This funding will assist the Public Health Department's Immunization Division with implementing and operating an immunization program for children, adolescent, and adults. This contract will begin 09/01/2018 and end on 08/31/2019. FUNDING SOURCE Not Applicable. RECOMMENDATION Approval of the resolution. Department of State Health Services FORM A: FACE PAGE ... _ .. ., RMA. .:..:::...... ONTRACT IN_ 1 1) LEGAL BUSINESS NAME: BEAUMONT PUBLIC HEALTH DEPARTMENT , 2) MAILING Address Information: Include mailing address, street, city, county, state, and zip code): Check if address change ❑ 3040 College St; Beaumont, Jefferson, Texas 77701 3) PAYEE Name and Mailing Address (if different from above: Same Check if address change ❑ 4) DUNS Number (9 digit) required if receiving American Recovery and Reinvestment Act of 2009 (ARRA) funds: 073901118 5) Federal Tax ID no. (9 digit), State of Texas Comptroller Vendor ID No. (14 digit) of Social Security Number (9 digit): 17460002789023 'The confractoredmowledges, understands and agrees that the conbactor's diolce to use a sodel secui ty number as the vendor ldenH kaffon number for the contractmay naso# in the social secunumberb made ublk via state n records 6 TYPE OF ENTITYcheck all that a I : M City ❑ Nonprofit Organization ❑ Faith Based (nonprofit Org) ❑ Hospital ❑ County ❑ For Profit Organization' ❑ Individual ❑ Private ❑ Other Political. Subdivision ❑ HUB Certified ❑ Federally Qualified. Health Centers ❑ Other (saecrfv): ❑ State Agency p Communi"ased Organization ❑ State Controlled Institution of Higher ❑ Indian Tribe ❑ Minority Organization teaming 9f Incorporated, provide 10 -di it charter number assigned !?y Secreta of State: PROPOSED BUDGET PERIOD: Start Date: Se tember 1 2018 End Date: August 31 2019 8) COUNTIES SERVED BY PROJECT: North Jefferson County 9 AMOUNT OF FUNDING REQUESTED: $178,834 11 PROJECT CONTACT PERSON 10)PROJECTED-EXPENDITURES Do contractor's projected federal expenditures exceed $500,000, or its Ulmer, Name Sherry RN Ulmer, projected state expenditures exceed $500,000, for contractor's current phone: 409-654-3603ry fiscal year (excluding amount requested in line 9 above)? *' Fax: 409-832-4270 Email: sherrv.ulmeL@,�2aumonttexas.gov 12) FINANCIAL OFFICER YesX No ❑ "Projected expenditures should include anticipated expenditures under Name: Todd Simoneaux all Phone: 409-785-4782 Federal grants including pass through" federal funds from all state Fax: 409-880-4270 agencies, or aU anticipated expenditures under state grants, as applicable Email: tDdd.slmoneaux@beaumonftexas.gov The facts. affirmed by me in this proposal are truthful and I warrant the contractor is in compliance with assurances and certifications contained in APPENDIX A: DSHS Assurances and Certification. I understand the truthfulness of the facts affirmed herein and the continuing compliance with these requirements are conditions precedent to the award of a contract. This document has been duly authorized by the governing Loq of the contractor and Ithe e2rson signing below am authorized to represent the contractor. 13) AUTHORIZED REPRESENTATIVE Check if change ❑ 14) SIGNATURE OF AUTHORIZED REPRESENTATIVE Name: Sherry Ulmer, RN Title: Health Director AuAll..) Phone: 409-654-3603 15) DATE Fax` 409-832-4270- ` Email: sherry.ulmer@beaumonftexas.gov I �'� t�D FORM A: FACE PAGE INSTRUCTIONS FORM Q CONTACT PERSON INFORMATION Legal Business Name of Contractor: BEAUMONT PUBLIC HEALTH DEPARTMENT This form provides infonnation about the appmpriate contacts in the contractor's organization in addition to those on FORMA: FACE PAGE. If any of the following informallon changes during the term of the contract, please send written notification to the Contract Management Sectlon. Contacts must include, but are not limited to: Executive Director, Financial Contact, Program Contact, and Emergency Contact Information. . - Contact: Todd Simoneaux Mailing Address Title: Chief Financial Officer Street: 801 Main St Phone: 409-880-3789 City: Beaumont Fax: 409-880-3132 County: Jefferson Email: Todd.simoneaux@beaumonttexas.gov State; Zip: Texas 77701 Contact: Sherry Ulmer, RN Street: 3040 College St Title: Health Director City: Beaumont Phone: 409-654-3603 Ext:- County: Jefferson Fax: 409-8324270 State, Zip: Texas 77701 Email: Sherry.ulmer@beaumonttexas.gov Contact: Chance Chapman Street: 801 Main St Title: Grants Accountant City: Beaumont Phone: 409-880-3183 Ext: County: Jefferson Fax: 409-880-3132 State, Zip: Texas.77701 Email: Chance.chapman@beaumonttexas.gov Contact: Melissa Sias Street: 3040 College St Title: Grants Coordinator City: Beaumont Phone: 409-654-3663 Ext County: Jefferson Fax: 409-832-4270 State, Zip Texas 77701 Email: Melissa.sias@beaumonttexas.gov Emergency Contact: Kenneth Coleman Street: 3040 College St Title: Assistant Public Health Director City: Beaumont Phone: 409-550-4422 Ext: County: Jefferson Fax: 409-832-4270 State, Zip Texas 77701 Email: Kenneth.coleman@beaumonttexas.gov FORM 1: BUDGET SUMMARY (REQUIRED) Legal Name of Respondent: IBEAUMONT PUBLIC HEALTH DEPARTMENT 1/5/17 SU Budget Categories Total Budget (1) DSHS Funds Requested (2)' Direct Federal Funds (3) Other State Agency Funds* (4) Local Funding Sources (5) Other Funds (6) A. Personnel $118,548 $92,868 $0 $0 $25,680 $0 B. Fringe Benefits $86,471 $65,937 $0 $0 $20,534 $0 C. Travel $585 $585 $0 $0 $0 $0 D. Equipment $8 796 $8,796 $0 $0 $0 $0 E. Supplies $5,380 $5,380 $0 $0 $0 $0 F. Contractual $0 $0 $0 $0 $0 $0 G. Other $5,268 $5,268 $0 $0 $0 $0 H. Total Direct Costs $225,048 $178,834 $0 $0 $46,214 $0 I. Indirect Costs $0 $0 $0 $0 $0 $0 J. Total Sum of H and I $225,048 $178,834 $0 $0 $46,214 $0 K Program Income- Projected Earnings $17,128 $13,611 $3,517 NOTE: The "Total Budget" amount for each Budget Category will have to be allocated (entered) manually among the funding sources. Enter amounts in whole dollars. After amounts have been entered for each funding source, verify that the "Distribution Total" below equals the res ective amount under the "Total Bud et" from column (1). Budget Catetory Distribution Budget Budget Total Total Category Distribution Budget Total Total Check Totals For: Personnel $118,548 $118,548 Fringe Benefits $86,471 $86,471 Travel $585 $585 Equipment $8,796 $8,796 Supplies $5,380 $5,380 Contractual $0 $0 Other $5,268 $5,268 Indirect Costs $0 $0 TOTAL FOR: Distribution Totals $225,0481 Budget Total $225,048 *Letter(s) of good standing that validate the respondent's programmatic, administrative, and financial capability must be placed after this form if respondent receives any funding from state agencies other than DSHS related to this project. If the respondent is a state agency or institution of higher education, letter(s) of good standing are not required. DO NOT include funding from other state agencies in column 4 or Federal sources in column 3 that is not related to activities being funded by this DSHS project. Revised: April 2011 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 through the Texas Department of State Health Services (DSHS) for the Immunization/Locals Grant in the amount of $178,834.00, effective September 1, 2018 through August 31, 2019, for the purpose of assisting the Beaumont Public Health Department's Immunization Division with implementing and operating an immunization program for children, adolescents, and adults. 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 6th day of February, 2018. - Mayor Becky -Ames - BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: February 6, 2018 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 2, accept maintenance, and authorize a final payment for the Loeb Water Well Site- Well No. 3 Rehabilitation Project. BACKGROUND On March 21, 2017, by Resolution No. 17-053, City Council awarded a contract to Layne Christensen Company, of Houston in the amount of $255,165.00 for the Loeb Water Well Site - Well No. 3 Rehabilitation Project. Previous Change Order No. 1 was approved in the amount of ($1.30) that reduced the contract amount to $255,163.70. Change Order No. 2, in the amount of ($59,200.00), is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. The adjustment in quantities will result in a final contract amount of $195,963.70. The project has been inspected by the Water Utilities Department and found to be complete in accordance with the provisions and terms set forth in the contract. Acceptance of maintenance and final payment in the amount of $9,798.18 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 17-053 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Layne Christensen Company, of Houston, Texas, in the amount of $255,165.00 for the Loeb Water Well Site -Well No. 3 Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Layne Christensen Company, of Houston, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of March, 2017. Aw ,�•668 LU 10. �- APPROVAL OF CONTRACT CHANGE CHANGE ORDER No. One (1) September 25, 2017 Page 1 of 1 PROJECT: City of Beaumont, Texas Loeb Water Well Site Well No. 3 Rehabilitation OWNER: City of Beaumont, Texas 801 Main Street Beaumont, Texas 77704 CONTRACTOR Layne Christensen 5931 Brittmoore Rd. Houston, Texas 77041 TO THE OWNER Approval of the following contract change is requested_ Reason for Change: The Contract language allowed for variation in mixture volumes based on manufacturers recommendation. The estimated volume of water varied, so to clarify, the bid item has been separated into two bid items with the components of the original. Additional Contract time for equipment malfunction, weather delays, and an extensive submittal review that included additional calculations and manufacturer recommendations. ORIGINAL CONTRACT AMOUNT: THIS CHANGE ORDER DesmjOon: ADD Item 27 Acid Enhancer, Layne QC -21 Item 28 Phosphoric Acid, NuWell 120 DELETE Item 3 Acid Chemical Mixture TOTAL AMOUNT OF THIS CHANGE ORDER: $ 255,165.00 Unit Price Quantity Net Change $100.70/ GAL 380.00 $ 38,266.00 $60.01/ GAL 770.00 S 46,207.70 $3.10/ GAL 27,250.00 $ (84,475.00) $ (1.30) TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER $ 255,163.70 CONTRACT TMIE Original Contract Time: 120 Calendar Days Additional Time Requested: 39 Calendar Days Revised Contract Time per this Change Order: 159 Calendar Days CONDITION OF CHANGE: "Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated in this Change Order represents full compensation for all increases and decreases in the cost of and the time required to perform the entire work under the Contract arising directly or indirectly from this Change Order and all previous Change Orders. Acceptance of this waiver constitutes an agreement between Owner and Contractor that the Change Order represents an all inclusive, mutually agreed upon adjustment to the Contract, and that Contractor will waive all rights to file a claim on this Change Order after it is properly executed." Rscommended by: ity of eaumont Public Works Director Date: q L 5— Approved by- (-- City of Beaumont Owner Date: Io - z - r -7 CIlrttn HScdoM�l7wp�aryrmoouFlldirmleac0otlakNG605L1riNWUCn7�06_Q 1 WaW..luc Accep by. e 'tens Contractor Date: `(251 (' ) APPROVAL OF CONTRACT CHANGE CHANGE ORDER No. TWe (2) January 23, 2018 Page 1 of I PROJECT: City of Beaumont, Texas Loeb Water Well Site Well No. 3 Rehabilitation ONM, R: City of Beaumont,'1'exas 801 Main Streot Beaumont, Texas 77704 CONTRACTOR: Layne Christensen 5931 Brittmooro Rd. Houston, Texas 77041 TO THE OWNER: Approval of the following contract change is requested. Reason for Change: The following changes are to reconcile the account before final payment. The Contract included two alternate items that were not used. The Contract also had an allowance that was not used and an additional transportation of the pump assembly that was not used. ORIGINAL CONTRACT AMOUNT: $ 255,165.00 CHANGE ORDER No. I $ (130) THIS CHANGE ORDER Descr' tion: Unit Price Quajltily Net Change DELETE Item PumpfColuumPipe/Line SbaftiTubingAssembly Transport. $1,000.00/tS 1.00 $ (1,000.00) Item 23 Miscellaneous Well Rehabilitation $20,000.00/ALLOW 1.00 $ (20,000.00) Item 24 Sonar Jolting $13,260.00/15 1.00 $ (13,260.00) Item 25 Ahomate Well Pump Bowl Assembly $24,940.00/LS 1.00 $ (24,940.00) TOTAL AMOUNT OF THIS CHANGE ORDER: $ (59,200.00) TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 195,963.70 CONTRACT TII41E Original Contract Time: 120 Calendar Days Previous Change Orders: 39 Additional Time Requested: 0 Calendar Days Revised Contract Time per Change Orders: 159 Calendar Days CONDITION OF CHANGE: "Contractor aelmowledges and agrees that the adjustments in contract price and contract tine stipulated in this Change Order represents full compensation for all increases and decreases in the cost of, and the time required to perform the entire work under the Contract arising directly or indirectly from this Change Order and all previous Change Orders, Acceptance of this waiver constitutes an agreement between Owner and Contractor that the Change Order represents an all inclusive, mutually agreed upon adjustment to the Contract, and that Contractor will waive all rights to file a claim on this Change Ordsr after it is properly executed." Recommended by: Approved by: Accepted by: s -G r v f' tet/ ty of B umont City of Beaumont PuLayn ste n blic orks Director Owner Contractor Date: 3 is Date: Date: V2 3(( cww.yo�rrscwaainFarnonwa_chmsoda}awa CITY OF BEAUMONT, TX LOEB WATER WELL SITE- WELL NO.3 REHABILITATION BID NO. WU0117-06 (Rebid) PROGRESS PAYMENT No. CONTRACT TIME BEGAN: May 2, 2017 (1) all previous progress payments received from Owner on account of Work CALENDAR DAYS ALLOWED: 159 CALENDAR DAYS USED: 266 CALENDAR DAYS OVER: 107 rthanno ("W for Qnmmnm Approved Chan a Orders The undersigned Contractor certifies that to the best of Its knowledge: (1) all previous progress payments received from Owner on account of Work Number Additions Deductions 1 $ 84.473.70 $ 84.475.00 2 $ 59 200.D0 Contract Documents and is not defective_ Contra s re Wy. Date: $ t(a3 1� rry'�ray rr7e� TUI -lie b-tc. Contractor. TOTALS S NET CHANGE BY$ CHANGE ORDERS 84.473.70 $ 143,675.06 (59,201.3D) Contractor's Certification The undersigned Contractor certifies that to the best of Its knowledge: (1) all previous progress payments received from Owner on account of Work done vender the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Progress Payments: (2) Me of all Work, materials and equipment Incorporated in said Work or otherwise listed in or covered by this Progress Payment will pass to Owner at time of paymentfree and clear of all Dens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner fndemnffying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Progress Payment is in accordance with the Contract Documents and is not defective_ Contra s re Wy. Date: $ t(a3 1� rry'�ray rr7e� TUI -lie b-tc. Contractor. LAYNE CHRISTENSEN PROGRESSDATE I January 23 201B ORIGINAL CONTRACT AMOUNT $ 255,165.00 CONTRACT AMOUNT INCLUDING CHANGE ORDERS $ 195.963.70 TOTAL AMOUNT OF WORK PERFORMED TO DATE $ 195,963.70 LESS: RETAINAGE 0% $ PREVIOUS PAYMENTS $ 186,165.52 TOTAL DEDUCTIONS $ 186,165.52 AMOUNT DUE CONTRACTOR $ 9,798.18 Percent Complete 100.00% Payment of: S 9,798.118 is recommended by: • / `L) CITY OF BEAUMONT PLO Payment of. 9,79 is approved by. CITY OF BEAUMONT (Date) Payment of $ 9,798.18 ) v Ois approved by., / » �OF BEAUMONT (DZte) Page 1 of 2 CITY OF BEAUMONT, TX LOEB WATER WELLSITE-WELL NO.3 REHABILITATION BID NO. WU0117-06 (Rebid) PROGRESS PAYMENT No. PROGRESS DATE Jan 23 2018 BID ITEM DESCRIPTION QUANTITY UNIT CONTRACT UNIT PRICE TOTAL PRICE QUANTITYTHIS QUANTITY ESTIMATE TO DATE PERCENT COMPLETE TOTALCOSTTO DATE 1 Mohrlizabon/Damobili2ation 1 LS $ 16,970.00 S 16,970.00 1 1000A S 16,970.00 2 TV Survey 3 LS $ 1,180.00 $ 3,540.00 3 10070 S 3,540.00 3 PsId Sura 23259 Gals S 8.49 $---84 5 W a% 8 4 Acid Cleaning, Solids Removal, and Slurry Handling 1 EA $ 12,890.00 $ 12,890.00 1 100% $ 12,890.00 5 Offsite Disposal 12000 GAL S 0.76 Is 9,000.00 12000 1011% S 9,000.00 6 Wire Brushing 1 LS $ 5,190.00 $ 5,190.00 1 1001/0 S 5,190.00 7 Disinfection Chemical Mixture 39DDO GAL $ 0.20 $ 7,800.00 39000 100% $ 7,800,00 8 Well Disinfection and Water Handling 2 LS $ 130,00 S 250.00 2 100% $ 260.01) 9 Complete Pump Assembly Transportation 1 LS $ 11000.00 $ 1,000.00 1 100% $ 1,000.00 10 Pump/MotorTransportation 1 LS $ 390.00 S 390.00 1 100% $ 390.00 11 Bowl Jump Coupling 1 EA $ 270.00 $ 270.00 1 100% $ 270.00 12 Pump Head Components 1 EA $ 670.00 $ 670.00 1 1D0% $ 670.00 13 Column Pipe 1 LS $ 2,330.00 $ 2,330.00 1 100% $ 2,330.00 14 Tubing and Coupling 1 LS $ 1,990.00 $ 1,990.00 1 100% $ 1,990.00 15 Oil Lube Bearings 16 EA $ 150.00 S 2,400.00 16 10D% $ 2,400.00 16 Urke Shaft 1 LS $ 1,660.00 S 1,660.00 1 1Do% $ 1,660.00 17 Other PumpComponants 1 LS $ 670.001$ 670.00 1 100% $ 670.00 18 lnsmll Pump Bowl Assembly 1 I LS $ 11,790.001 $ 11,790.00 1 1c0% $ 11,790.00 19 Test Pump/NlotorAssembly 1 LS $ 580.00 $ 560.00 1 100% $ 580.00 20 Well Step Rate Testing 1 LS $ 4,150,00 S 4,150.00 1 100% $ 4,150.00 21 Well Constant Rate Testing 1 LS $ 560.00 S 660.00 1 100% $ 560.00 22 Water Level Sensor Tubing 1 LS S 2D,000.00 S 20,000.00 1 100% $ 20,000.00 2a Wseeganew 4 -68 S— 29,9G9.G9 S ,44 BMW cletling 4 tS s 18 ; se 99 5--26aA9 946 4 lis S 24;9•',w9 946 A3 OffioeTra7er 2 MON S' 3,690.00 S 7,380.00 2 100% S 7,360.00 27 Acid Enhancer, Layne QC -21 380 GAL $ 100.70 $ 38,266.00 380 100% IS 38,266.00 28 Phosphoric Acid, NuWd1120 770 GAL S 60.01 $ 46,207.70 770 1 100% $ 46,207,70 TOTAL $ 254,163.70 TOTAL AMOUNT OF WORK PERFORMED TO DATE Is 195.963.70 Page 2 of 2 RESOLUTION NO. WHEREAS, on March 21, 2017, the City Council of the City of Beaumont, Texas, passed Resolution No. 17-053 awarding a contract in the amount of $255,165.00 to Layne Christensen Company, of Houston, Texas, for the Loeb Water Well Site -Well No. 3 Rehabilitation Project; and, WHEREAS, on October 2, 2017, the City Manager executed Change Order No. 1, in the amount of ($1.30), to allow for variation in mixture volumes; additional contract time for equipment malfunction, weather delays; and, additional calculations and manufacturer recommendations, thereby decreasing the contract amount to $255,163.70; and, WHEREAS, Change Order No. 2, in the amount of ($59,200.00), is necessary to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby decreasing the contract amount to $195,963.70; and, WHEREAS, the project has been inspected by the Water Utilities Department and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 2 for additional work described above, thereby decreasing the contract amount by ($59,200.00) for a total contract amount of $195,963.70 for the Loeb Water Well Site -Well No. 3 Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the Loeb Water Well Site -Well No. 3 Rehabilitation Project be and the same is hereby accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $9,798.18 to Layne Christensen Company of Houston, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 6th day of February, 2018. - Mayor Becky Ames - C BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director -P f MEETING DATE: February 6, 2018 REQUESTED ACTION: Council consider a resolution authorizing the acceptance of a ten foot (10') wide Exclusive Water Line Easement. BACKGROUND MS Beaumont, LLC has agreed to convey a ten foot (10') wide exclusive Water Line Easement to the City of Beaumont. The easement is described as being a 0.2703 acre of land out of a called 16.4142 acre tract of land and being all of Lot 1 of the Eastham Subdivision, situated in the A. Williams League, Abstract No. 385, Jefferson County, Texas. The proposed waterline easement is for the short term medical care facility located at 2665 11th Street. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, MS Beaumont, LLC has agreed to convey one (1) ten foot (10') wide exclusive water line easement, said easement being a 0.2703 acre of land out of a called 16.4142 acre of land and being all of Lot 1 of the Eastham Subdivision, situated in the A. Williams League, Abstract No. 385, Beaumont, Jefferson County, Texas as described and shown in Exhibit "1," attached hereto, to the City of Beaumont for the short term medical care facility located at 2665 11th Street; and, WHEREAS, the City Council has considered the purpose of said conveyance and is of the opinion that the acceptance of said conveyance is necessary and desirable and that same should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT one (1) ten foot (10') wide exclusive water line easement conveyed by MS Beaumont, LLC, being a 0.2703 acre of land out of a called 16.4142 acre of land and being all of Lot 1 of the Eastham Subdivision, situated in the A. Williams League, Abstract No. 385, Beaumont, Jefferson County, Texas as described and shown in Exhibit "1," attached hereto, be and the same is hereby, in all things, accepted for the stated 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 6th day of February, 2018. - Mayor Becky Ames - STATE OF TEXAS X COUNTY OF JEFFERSON X KNOW ALL MEN BY THESE PRESENTS: WATER LINE EASEMENT THAT, MS BEAUMONT, LLC an Indiana limited liability company, hereinafter called "GRANTOR", whether one or more, for and in consideration of the sum of ONE AND N0/100 DOLLAR ($1.00), and other good and valuable consideration to us in hand paid by the CITY OF BEAUMONT, a municipal corporation domiciled in Jefferson, County, Texas, hereinafter called "GRANTEE", the receipt and sufficiency of which consideration is hereby acknowledged, has GRANTED, SOLD and CONVEYED, and by these presents does GRANT, SELL and CONVEY unto the CITY OF BEAUMONT, P.O. Box 3827, Beaumont, Texas 77704, Jefferson County, Texas, its successors and assigns, a Water Line Easement and the exclusive right to construct, alter, and maintain said waterlines and appurtenances on the hereinafter described lands which said easement is under, over, in and across those certain tracts or parcels of land owned by GRANTOR situated in the County of Jefferson, State of Texas, and being more particularly described in Exhibits "A & B", attached and made a part hereof for all purposes. The easement herein granted shall be used for the purpose of placing, constructing, operating, repairing, rebuilding, replacing, relocating, and/or removing water lines and appurtenanbes, and the following rights are also hereby conveyed collectively, the "Easement Rights". It is expressly understood and agreed that the City of Beaumont shall have the right of ingress to and egress from the tracts of land hereinbefore described and use of the same for the purposes aforesaid, and giving said City the right and privilege to improve, maintain and operate EXHIBIT 1" the same as permitted by law. GRANTOR agrees not to place any structures or appurtenances within the Easement Property that will interfere with Grantee's ability to exercise the Easement Rights. GRANTEE shall grant utility crossings described in Exhibit "C" attached within the Easement Property; however, the utility crossings must be a minimum two feet below the water lines. Dirt work must be properly backfilled and compacted. GRANTEE shall not be responsible for the repair and replacement of any paving or other structures within the Easement Property. TO HAVE AND TO HOLD the above described easement and right-of-way unto the said CITY OF BEAUMONT, its successors and assigns forever. EXECUTED this day of _ _ 20 GRANTOR: MS BEAUMONT, LLC, an Indiana limited liability company BY: Mainstreet Asset Management, Inc. Its Manager By: Printed Name:��,���ers Title: Yic't �1'tss�eA{� .� Co�sneciior► GRANTEE: CITY OF BEAUMONT By: - Name: Kyle Hayes Title: City Manager ACKNOWLEDGMENTS STATE OF INDIANA COUNTY OF HAMILTON This instrument was acknowledged before me on this the a(o day of --TCcr, L Lc� ry , 201 , by �5 or ,i�d etS, \&,F Mainstreet Asset Management, LLC, the Manager of MS Beaumont, LC known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act of such limited liability company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this c�G day of Sct , 201 adh LEIGH ANN CONAWAY Seal C.n r" Notary Public - State of Indiana Notary P lic, State of Indiana Hamilton County My Commission Expires May 10, 2024 STATE OF TEXAS COUNTY OF JEFFERSON This instrument was acknowledged before me on this day of , 2017, by Kyle a�es, City Manager of the City of Beaumont, a municipal corporation domiciled in Jefferson County, Texas, on behalf of said municipal corporation. Notary Public, State of Texas RETURN TO: City of Beaumont Antoinette Hardy - Engineering P. O. Box 3827 Beaumont, TX 77704 w I N D ROS E LAND SURVEYING I PLATTING Exhibit A DESCRIPTION OF 0.2703 ACRES OR 11,775 SQ. FT. WATER UNE EASEMENT A TRACT OR PARCEL CONTAINING 0.270D ACRES OR 11,775 SQUARE FEET OF LAND BEING OUT OF A CALLED 16.4142 ACRETRACT OF LAND CONVEYED TO ALBERT LYNN EA04AM AND LYLE A. EASTHAM AS RECORDEDUNDERJEFFERSON COUNTY CLERK'S FILE (J.C.C.F.j N0.201701078$, AND BEING ALLOF LOF 1 OFTHE EASTHAMSUBDMSIW AS RECORDED UNDER J.C.C.F. NO. 201603126Z SITUATED IN THE A. WILLIAMS LEAGUE ABSTRACT NO. 385, JEFFERSON COUNM TEXAS. SAID TRACT SSW MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS, WRH ALL BEARINGS BASED ON THE MW STATE PLANE COORDIMTESUIEM, SOUTH CENTRAL ZONE (NAD 83j: COMM=1110 AT A 1 _INCH IRON PIPE FOUND ON THE SOUTHWESTERLY RIGHT-OF-WAY (R.O.W.) LME OF NORTH I I IH SiREEi (12D FEET R.O.W. AS MONUMENTED) MARKING THE SOUTHEASTERLY CORNER OF THE LAKEVIEW TERRACE ADDITION AS RECORDED IN VOLUME 7, PAGE 97, J.C.M.R., THE NORTHEAST CORNER OF SAID LOT 1: VICE, IN A SOUTHEASTERLY DIRECTION, CONTINUING SAID SOUTHWESTERLY R.O.W. Lam. A CURVE TO THE LEFT HAVING A RADIUS OF 3,310.31 FEET, A CENTRAL ANGLE OF 02 DEM 21 MIN. 1 B SEC., AN ARC LENGTH OF 136.06 FEST, AND A CHORD BEARING AND DISTANCE OF SOUTH 32 DEG. 12 MN. 18 SEC. EAST -196.05 FEET TO THE POW OF BEGMUM OF THE HEREIN DESCRIBED TRACT; THENCQ IN A SOUTHEASTERLY DIRECTION. ALONG A CURVE TO THE RIGHT HAVING A RADIUS OF 9.310.31 FEET A CENTRAL ANGLE OF 00 DEG. 10 MN. 26 SEC., AN ARC LENGTH OF 10.05 FEET, AND A CHORD BEARING AND DISTANCE OF SOUTH 30 DEO;. 56 MIN. 26 SEC. EAST -10.08 FEET TO A CORNER OF THE HEREIN DESCRIBEDTRACT.' THENCE. DEPARTING SAID SOUTHEASTERLY R;O.W. LINE, OVER AND ACROSS SAND LOT 1 THEA FOLLOWING TWENTY (D] COURSES AND DISTANCES; SOUTH 64 DEG. 42 MIN. 39 SEC. WEST, DEPARTING SAID SOUTHWESTERLY R.O.W. LINE. A DISTANCE OF 6A7 FEET TO AN ANGLE POINT OF THE HER13N DESCRIBED TRACT, SOUTH 19 DEG. 42 MIN. 39 SEC. WEST. A DISTANCE OF 38.78 FEET TO AN ANGLE POINT OF THE FEIM DESCRIBED TRACT, SOUTH 64 DEG. 42 MIN. 39 SEC. WEST, A DISTANCE OF 30651 FEET TO AN ANGLE POINT OF THE HEM DESCRIBED TRACT; SOUTH 19 DEG, 42 MN.39 SEC. WEST, A DISTANCE OF 46AS FE ETTTO AN ANGLE POINT OFTHE HEREIN DESCRIBED TRACT; SOUTH 25 DEG, 17 MN. 21 SEC. EAST. A DISTANCE OF 221 Al FEET TO A CORNER OF THE 1ER8N DESCRIBED TRACT: NORTH 64 DEG. 42 MIN. 39 SEC. EAST, A DISTANCE OF 35.17 FEET TO A CORNER OF THE HEREIN DESCRIBED TRACT; SOUTH 25 DEG. 17 MIN. 21 SEC. EAST, A DISTANCE OF 10.00 FEET TO A CORNER OF THE HEWN DESCRIBED TRACT: SOUTH 64 DEG. 42 MIN. 3P SEC. WEST, A DISTANCE OF 35.17 FEST TO A CORNER OF THE HEREIN DESCRIBED TRACT; Y.'' mpdAWQ 6UN 111hStVURYtfltWGMV4a1N&MUMb%WA06*11�IAM FCOGIO14 718.458.2281 I 8200 WILCREST, STE 325, HOUSTON, TX 77042 4...ar .i -,7 1._w� .•. W ... Y ..�-c... 1'... � j i..'4 c.�.....-y'i1.�2a�+nd. v.. u�wp.'G�'aa�a.Ga�....�...`.•_Lds�4� SOUTH 25 DEG. I? RAIN. 21 SIKe EAST, A DLSTANCE ®f 51.96 FFEU T® AN ANGLE FOINT OFTHE HE REIN DESCRIBED TRACT; SOUTH 70 DEG. 17 MIN. 21 SEC, EAST, A DISTANCE OF 28.57 FIST TO AN ANG POINT OFTHE R ERMN DESCRIBED TRACT; NORTH 86 DEXA, 48 MIDI. 54 SEC. EAST, A DISTANCE OF 163.42 FEET TO AN ANGLE POW OF THE HEREIN DEXWED TRACi8 NORTH 64 DEG. 42 MIN, 39 SEC, EAST, A DISTANCE OF 34.89 Fri TO A CORNER OF THE HEREIN DESCRIBED TRACT, NORM 28 DEG. 17 MIN. 21 SEC. WEST, A DISTANCE OF 3.18 FEET TO A CORNER OF THE Fi N IDBCRIBED TRACT; NORTH 64 DIG, 42 MIN, 39 SEC, EAST, A DISTANCE OF IOM FEU TO A CORNER OF 19 MOM DESCRIBED TRACT; SOUTH 25 DEG 17 )AN, 21 SEC. EMT, A DISTANCE OF 8,18 FEET TO A CORNER OF THE 1#ERON DESCRM IRACD NORTH 64 DEG. 42 MIN. 39 SEC. EAU, A DANCE OF 15798 FM TO A CORNER OF THE HEREIN IDs"IBED TRACT; I OWN 25 DEG. 17 MIK 21 SEC. WEST, A DISTANCE OF 9A0 FEET TO A CORNER OF THE HEREIN 6MRIBED TRACT; NORTH 64 DIG. 42 MIN. 39 SBC. EAST, A DISTANCE OF 1049 FST TO A CORNER OF THE HEREIN DESCRIBED TRACE'; SOUTH 25 DEG. 17IAN. 21 SEC. EAST, A DISTANCE OF 9.10 IETTO A CORNER OF TM HEREIN DESCK BED TRAC% NORTH 64 DEG. 42 MIN. 39 SEC, EAST, A DISTANCE OF 2.93 FEETTO A CORNER OF THE HEREIN (DESCRIBED TIRAG7 AND THE BEGINNING OF A CIIRYE 10 THE RIOR, IHENCL IN A SOUTHEASTERLY DIRECTION, ALONG SAID SCUMEASTERLY R.O.W. LINE, SAID CURVE70THE RIGHT HAVING A RADIUS OF 3.310.91 FEET, A CENTRAL ANGLE OF 00 OW. 10 MIN. 23 SM, AN ARC LENG114 OF 10AT FIST, AND A CHORD (TEARING AND DISTANCE OF SOUTH 23 Com. 24 NUN, 59 SEC. FAST- 16A1 FEET THINCIL DEPAFMNG SAID SOUTHSeASMLY R.O.W. LIME, OVER AND ACRM SAID LOT 1 THE FOLLOVliHG Swm(16) COURSES AND D5TANCT SOUTH 64 DEG, 42 MIN. 39 STC. WEST; A DISTANCE OF 217,90 FEE TO AN ANGLE POINT OF THE HEREIN DMCRiBEDTRACM SOUTH 86 DEG, 48 MIK 54 SSC, WEST, A DISTANCE OF 167AO FEET TO AN ANGLE POINT OF THE HEREIN DESCRIBED TRACT; NORTH 70 DEG. 17 MIN. 21 SEC. WEST, A DISTANCE .OF 34,74 FEET TO AN ANGLE PCiNT OF THE HEREIN DMCRIREDTRAM NORTH 26 DEG. 17 PAIN. 21 SEC. WEST, A DISTANCE OF 195.86 FEET TO A CORNER Of THE HEREIN DESCRIBED TRACT; SOUTH 64 [TEG. 42 MIN, 39 SEC. WEST, A DISTANCE OF IOM FEET TO A CORNER OF THE HEREIN DESCRIBED TRACT, YAJWW-ls%5260&2W N1IH18ft3Wio lNrvv%Mel"&Pq;s4014 713.458.2281 i 3200 WILCREST, STE 325, HOUSTON, TX 77042 ikzZ NORTH 25 DEG. 17 MIN. 21 SEC. WEST, A DISTANCE OF 10.00 FEET TO A CORNER OF THE HEREIN DESCRIBED TRACT; NORTH 64 DEG. 42 MIN, 39 SEC. EAST, A DISTANCE OF&S0 FEET TO A CORNER OFTHE HEREIN 013CRISED TRACT; NORTH 25 DEG. 17 MIN. 21 SEC. WEST, A DISTANCE OF 114,49 FEET TO AN ANGLE POINT OF THE HEREIN DESCRIBED TRACT: NORTH 19 DEG. 42 MIN, 39 ME. EAST, A DISTANCE OF 54.93 TO AN ANGLE POINT OF THE HERON DESCR1BM TRACT. NORTH 64 DEG. 42 MIN. 39 SEC, EAST, A DISTANCE OF 28BA6 FEET TO A CORNER OF THE HERM DESCRIBED TRACT, NORTH 25 DEG. 16 MIN. 54 SEC. WEST, A DISTANCE OF 12,53 FEET TO A CORNER OF THE HEREIN DESCRIBED TRACT; NORTH 64 DEG. 43 MIN. 06 SEC. EAST. A DISTANCE OF 10.00 FEET TO A CORNER OF THE HEREIN DESCRIBED TRACT; SOUTH 25 DEG. 16 MIN. 54 SEC EAST. A DISTANCE OF 1259 FEET TO A CORNER OF THE HEREIN DESCRIBED TRACT; NORTH 64 DEG. 42 MIN. 39 SEC. EAST, A DISTANCE OF 7.66 FEET TO AN ANGLE POINT OFTHE HEREIN DESCRIBED TRAM NORTH 19 DEG, 42 MRN. S9 SEC. EAST, A DISTANCE OF 3M FEET TO AN ANGLE POINT OFTHE HEWN DMXM ED TRACT; NORTH 64 DEG. 42 MSL 39 SEC. EAST, A DISTANCE OF 9.62 FM TO WE PONT OF BEO NNNG, CONTAINING 0.2703 ACRES, OR 11.775 SQUARE FEET OF LAND AS SHOWN ON JOB NO. 5260&WLE•1, PREPARED BY WINDROSE LAND SERVICES. �XJ2:10 PAULA JURICA, JR. R.PAA NO.'4264 STATE OF TEXAS FIRM REGISTRATION NO.10108B00 Y:IPm*ls\6 896.2£65 N i lih 3t\$UR6I"NG\Melm & Boundi\3UO6 NWLr�.,140= PMe 4 Of A 713.458.2281 1 3200 WILCrREST, STE 325. HOUSTON, TX 77042 ..,-..........,...r_....._,.._...�nw._...:....._..._r:..,y,.,..�H�. e. _......._ . .o.. a.4 d..,r_ s. � �i..c .. .kms ,�.-c..a:� ��.. .,.....__ .. -.:..i:1 �. J ���.\ �� iLI i�j[r'ift.: .�+: �]!.. _5.�'ir�� .�5�.µr f� �} r.•�, i.r .••.i .Li_r� 1.. me? e. 1 MCAM TIMM AMS Vo. ?a m 07e d CCL MF� ax A".m . o (LM v �® FA87SUMMON No. 8olonl2ma J.QMJL NEW Mm ACAF. ma =7mvm Aa W9LLIAMS LZAGU& AsSTIRAC T No. 880 � i9frCROUN c®UNTY's ,� L9- ®� m 9 EMIBrr B 0.2743 AC011,775 SQ. FY. !!NATER LIFE EASEMENT SMTER IN THE A. WHIMS LEAGUE. A -M5 JEFFERSON. TES 13RM bstl! FU RM 13 � D R O S E 1615 RH LMD �l�lll/I@7<ll� I ��Ai1�ll1�� "In 1!>bW r9 Rik B�iB�CRiUiIRll873111091f01b1k710R 17 ! - R9lGIGIpELB®It>SIBB 1 %ml q P� RS1k l: ss sr 9 S 4 V �r�mm+wo��mca,vso� sna►�. uv+vwsao�o.ammarm�7 �. ie�eiem�aaaea.�moctvn.em��. pp i ��gpp091'p�9iABl�p��BiB®aYalie,0 q �1 a� a�®eaaa�a�m�o�r�rasa� �wo�ma.�ram�so�m N -n r-I.W . y a -v UNW Ii -fights Vhering i- ghts Park' BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: February 6, 2018 REQUESTED ACTION: Council consider a resolution approving the purchase of two controller and programmer boards from EVOQUA Water Technologies LLC of Chalfont, PA, for use by the Water Treatment Plant. ::TOXei31100Al The Water Treatment Plant uses Traveling Water Screens as a cost-effective means for fine screening of raw water. They are used in all types of applications where continuous raw water intake screening is required and protection of downstream equipment is critical. Due to unprecedented flooding of the Neches River caused by Hurricane Harvey, the intake facility at the Lawson's Raw Water Pump Station was under water. The control panels and programmers for these screens were destroyed and are in need of replacement. Water personnel are currently going to the location and manually moving the screens as needed with temporary equipment. The control panels allow this process to be automated. These screens are essential to the pretreatment portion of the drinking water. The cost to replace this equipment is $58,600. Pricing was obtained from EVOQUA Water Technologies LLC as a sole source provider. FUNDING SOURCE Water Utilities Fund ($5,860), FEMA Reimbursement ($52,740). RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of two (2) Water Treatment Plant travelling water screen controller and programmer boards for use by the Water Utilities Department from EVOQUA Water Technologies, LLC, of Chalfont, Pennsylvania, a sole source provider, in the amount of $58,600.00. 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 6th day of February, 2018. - Mayor Becky Ames - BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS FEBRUARY 6, 2018 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda items 2 and 3/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider a request for a Specific Use Permit to allow temporary RV parking related to Hurricane Harvey, located at 2350 N. Major Drive in an RM -H (Residential Multiple Family Dwelling- Highest Density) District 2. Consider a resolution authorizing the City Manager to execute Change Order No. 2 for the Washington Boulevard Pavement Widening Phase H Project (Corporate Drive to Amarillo Street) 3. Consider a resolution approving the purchase of one vehicle from Moore Chrysler Dodge Ram and four vehicles from Silsbee Ford for use in various city departments COMMENTS * Public Comment (Persons are limited to 3 minutes) * Councilmembers/City Manager comment on various matters Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Kaltrina Minick at 880-3777. 1 February 6, 2018 Consider a request for a Specific Use Permit to allow temporary RV parking related to Hurricane Harvey, located at 2350 N. Major Drive in an RM -H (Residential Multiple Family Dwelling - Highest Density) District BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, Ci Manager 0 PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: February 6, 2018 REQUESTED ACTION: Consider a request for a Specific Use Permit to allow temporary RV parking related to Hurricane Harvey, located at 2350 N. Major Drive in an RM -H (Residential Multiple Family Dwelling- Highest Density) District. BACKGROUND Ed Brewer, representing the Jehovah's Witness Church, has applied for a Specific Use Permit to allow temporary parking and hookup of recreational vehicles (RV's) in an RM -H (Residential Multiple Family -High Density) District. The property is located at 2350 N. Major Drive. The Jehovah's Witness Disaster Relief is a temporary relief effort working under the direction of the Texas Disaster Relief Committee of Jehovah's Witness. This group has determined that there is an immediate need for assistance for church members in repairing their homes after Hurricane Harvey. The applicant states that the RV's will be used for housing only and will be placed at the center of the property, behind the existing church, on paved property that will not impede vehicular traffic. In addition, the applicant states that only three (3) RV's will be located on the property. The parking of these RV's will be located on the property for eight (8) to ten (10) months. At some point, water, sanitary sewer and electrical lines for the RV's were permanently installed. Staff has informed the church that a specific use permit would be required again if there is ever a need to temporarily park RV's for hurricane repairs. The property is zoned RM -H. Permanent recreational vehicle parks are permitted within an RM -H District with a specific use permit. The temporary parking of RV's will not be detrimental to the surrounding land uses. When the church originally received its specific use permit in July, 1993, it developed the property with 30' wide landscape buffers along the north and south sides of the property. The church requested and received a modification to the landscaping /screening requirements along the east property line because 1.3 acres at the rear of the property were to remain undeveloped. However, now that the church will be using the remainder of the property, the Planning Manager recommends that either a 30' wide landscape buffer or an 8' tall wood screening fence and a 10' wide landscape be installed along the east (rear) property line. At a Joint Public Hearing held on January 22, 2018, the Planning Commission recommended 7:0 to approve a request for a Specific Use Permit to allow temporary RV parking related to Hurricane Harvey, located at 2350 N. Major Drive in an RM -H (Residential Multiple Family Dwelling -Highest Density) District, with the following conditions: 1. No more than three (3) RV's are allowed on the property. 2. The temporary parking and hookup of recreational vehicles shall not extend beyond August 31, 2018. 3. No storage of building materials. 4.. All food trailers and storage subject to approval of the Health Department. 5. All fuel tanks subject to approval of Fire Marshal. FUNDING SOURCE Not applicable. RECOMMENDATIONS Approval of the ordinance with the following conditions: 1. No more than three (3) RV's are allowed on the property. 2. The temporary parking and hookup of recreational vehicles shall not extend beyond August 31, 2018. 3. No storage of building materials. 4. All food trailers and storage subject to approval of the Health Department. 5. All fuel tanks subject to approval of Fire Marshal. SPECMC USE PERAUT APPLICATION BEAUMONT,TEXAS (Chapter 28, City Codes) TO: THE PLANNING COMMISSION AND CITY COUNCIL, CITY OF BEAUMONT, TEXAS APPLICANTS NAME: _=J- `� O V* h `s b t-� 4- 4 r C 11 eP 9 1 gP t 0,P— APPLICANTS ADDRESS: 2 2 I ®� Z�- , ���E 50 12 Co - Z 3 APPLICANT'S PHONE #: 07 d -715 - 2-3 FAX # NAME OF PROPERTY OWNER C e^ -� ra, uo A7j,_Q a ADDRESS OF PROPERTY OWNER: "')-3-60 Q• a , OV- dr'i LOCATION OF PROPERTY: X5 0 � - �Aa3 a a, 0 r -nuc, LEGAL DESCREMON OF PROPERTY: LOT NO. OR TRACT Q ` [ BLOCK NO. PLAT ADDITION SURVEY �B Fi 0,4 s L earm NUMBER OF ACRES NUMBER OF ACRES o For properties not in a recorded subdivision, submit a copy of a current survey or plat showing the properties proposed for a specific use permit, and a complete legal field note description. n 'l PROPOSED USE:9 _ � �-j�y_�, `r A -I[ IC,1 I] 6 ZONEL- ATTACH A LETTER describing all processes and activities involved with the proposed uses. ATTACH A SITE PLAN draxvn to scale with the information listed on the top back side of this sheet. ATTACH A REDUCED 8 %" X 11" PHOTOCOPY OF THE SITE PLAN. THE 1EIGITA' CONDITIONS listed on the back side of this sheet must be met before City Council can grant a specific use permit. PLEASE ADDRESS EACH CONDITION IN IDETAII.. ATTACH THE APPROPRIATE APPLICATION FLEE: LESS THAN %Z ACRE.................................................................$250.00 '/x ACRE OR MORE AND LESS THAN 5 ACRES...................$450.00 5 ACRES OR MORE....................................................................$650.00 I, being the undersigned applicant, understand that all site plan shall be adhered to as amended vee SIGNATURE OF APPLICANT: SIGNATURE OF PROPERTY OWNER: PLEASE TYPE OR PRINT AND SUBMIT TO: FILE NUMBER: dimensions, building sizes, landscaping and parking areas depicted on the T ri ea, -'p- e - CITY OF BEAUMONT PLANNING DIVISION 801 MAIN STREET, ROOM 201 BEAUMONT, TX 77701 Phone - (409) 880-3764 Fax - (409) 880-3110 1 2,- / Is /-,o PLEASE ivIAKE NOTE ON REVERSE SIDE OF CONDITIONS TO BE 114ET REGARDING THE SITE PLAN AND LEITER OF PROPOSED USES AND ACTIVI=S. Edward Brewer EBrewer@jw.org 870-715-2357 Jehovah's Witnesses Disaster Relief 2821 Route 22 Patterson, NY 12563-2337 City of Beaumont, TX Planning Division 801 Main St. Room 201 Beaumont, TX 77701 12/14/17 Dear City of Beaumont planning division Please allow me to introduce our organization for disaster relief: Jehovah's Witnesses Disaster Relief is a nonprofit organization. We are currently heavily involved in Hurricane Harvey relief throughout the disaster area work assisting families to get back into their homes. We are requesting your permission to allow us to set up three recreation vehicles at 2350 Major Drive Beaumont, TX. These will be used as housing by skilled volunteers who will be repairing homes in the Beaumont area damaged by Hurricane Harvey. We are expecting this to take eight to ten months at which time the existing property will be placed back to the original condition. Included is the Specific use permit, plans of the existing property and proposed layout of three RV's, a copy of a letter from Governor Abbott addressed to Emergency management director, and brochure on Jehovah's Witnesses and Disaster Relief for your review. Here are the responses for the eight conditions for zoning ordinance. Section 28.04.001. The plans confirm these responses. 1. RVs will be placed near the center of the three acres site not affecting surrounding area. All surrounding areas are undeveloped. 2. This is a temporary set up on existing asphalt. No impediment to surrounding areas. 3. Water and sewer connections are on the property and installed. No further work is needed for connections. 4. The RVs are in the back of the existing building. They are not in vehicular or pedestrian traffic areas. 5. No equipment is to be used. No generators will be used. RVs are for housing only. 6. No lighting will be added. 7. Property has fencing along residential areas. 8. Yes, it complies for temporary use and will be put back to original state in ten to eight months. Thank you for your time and consideration. We are looking forward to continue in our efforts to help families get back into their homes and their regular routine of life. Sincerely, Edward Brewer EBrewer@jw.org 870-715-2357 P. BWEBONNET DRIVE �. =MAW a � mqn not ram 71 CT) i Genie u NOTES.- r- r ''i i.w �Y~�P�.tlMlh ung. (K y A4-]�.NW�+�r�y �l Mrn�O ` • ' �' � ..� cmovo OF �O Mweu p •Y Y t l p:0 �. =MAW a � mqn not ram 71 GOVERNOR GREG ABBOTT November 14, 2017 Dear Emergency Management Director: As you are well aware, Hurricane Harvey was the worst natural disaster ever to impact the state of Texas. I write first to thank and congratulate you for your tireless and successful efforts in preparing for and responding to this disaster. All Texans should be proud of the way that you, our local governmental officials, worked together with local, state and federal officials to protect lives and provide relief resources to affected citizens. Your collective response has been praised at every level, including by the people of Texas whom we all have the privilege and duty to serve in public office. I trust that through your efforts, we will continue to work together to rebuild our communities. As part of the state disaster response, my office issued and renewed an official disaster declaration for 60 counties. Under that declaration, I authorized the use of all available resources of state government and of political subdivisions that are reasonably necessary to help respond in the aftermath of Harvey. I also took action to approve the suspension of regulatory statutes and orders and rules of state agencies that would in any way prevent, hinder or delay necessary action in coping with this disaster. To date, my office has suspended at least 247 statutes, orders and rules to help speed up disaster response efforts. I write now to recommend that you use the authority granted to you, the emergency management director, by Section 418.1015 of the Texas Government Code, to suspend codes and rules on a local scale as appropriate and necessary to hasten recovery efforts. While regulations for many state -licensed trades have already been streamlined statewide, there are many trades and practices that are regulated only at the local level. As your communities continue the rebuilding process with the help of workers from across Texas and neighboring states, I recommend you explore the extent to which regulations that are unnecessary to protect public safety could be suspended, and other ways in which administrative burdens on recovery workers could be eased. Many of your jurisdictions have already taken such actions. Humble, Victoria, Galveston, Pearland and Harris County, among others, have waived permitting fees for repairs related to Hurricane Harvey. In Houston, business hours have been extended for its permitting center. These are good steps, and I commend these communities and others that have taken similar actions. But there is more that can be done. pOSa OFFICE BOX 12429 AuSM, TMs 787U R2-463-ZO (VOICE) DIAL 7-1-5 FOR RELAY SERVICES Emergency Management Director November 14, 2017 Page 2 For example, some jurisdictions require contractors to have a local phone number and physical office in order to do business in that area. Such an outdated requirement only serves to exacerbate the existing labor shortage by preventing legitimate workers from other areas of the state from contributing to the recovery workforce in that jurisdiction, while providing no public safety benefit. These shortages delay the recovery and increase its costs. Many local insurance and/or bonding requirements are duplicative and require separate filings in each jurisdiction. In some cases, localities impose insurance requirements beyond those adopted by the state for the same trade. These requirements prevent qualified workers who comply with state regulations from working in your communities. As an emergency management director, you have been vested with the authority to suspend regulations like these that will impede recovery efforts during the period of this disaster. I encourage you to begin your inquiry to determine whether any local provisions may conflict with Section 418.171 of the Government Code, which provides that "A person who holds a license, certificate, or other permit issued by a state or political subdivision of any state evidencing the meeting of qualifications for professional, mechanical, or other skills may render aid involving the skill in this state to meet an emergency or disaster." However, I also recommend that you take action to identify additional local rules and regulations that could be suspended to help our citizens recover more quickly from this disaster. My office and the Governor's Commission to Rebuild Texas stand ready to help you in this endeavor and will be happy to review any requests to suspend additional state laws or rules that impede your local recovery efforts. Please do not hesitate to contact my office if we can be of any assistance. Thank you for your continued dedication and commitment to rebuilding your communities. Together we will build a better Texas for future generations. Sincerely, 16�11W Greg A ott Governor GA: jhk ORDINANCE NO. ENTITLED AN ORDINANCE GRANTING A SPECIFIC USE PERMIT TO ALLOW TEMPORARY RECREATIONAL VEHICLE PARKING RELATED TO HURRICANE HARVEY IN AN RM -H (RESIDENTIAL MULTIPLE FAMILY DWELLING -HIGHEST DENSITY) DISTRICT AT 2350 N. MAJOR DRIVE IN THE CITY OF BEAUMONT, JEFFERSON COUNTY, TEXAS. WHEREAS, Ed Brewer, on behalf of the Central Beaumont Congregation of Jehovah's Witnesses, has applied for a specific use permit to allow temporary recreational vehicle parking related to Hurricane Harvey in an RM -H (Residential Multiple Family Dwelling -Highest Density) District at 2350 N. Major Drive, being Plat SP- 1, Tract 82-D, H. Williams Survey, Abstract 56, Beaumont, Jefferson County, Texas, containing 2.643 acres, more or less, as shown on Exhibit "A," attached hereto; and, WHEREAS, the Planning and Zoning Commission of the City of Beaumont considered the request and is recommending approval of a specific use permit to allow temporary recreational vehicle parking related to Hurricane Harvey in an RM -H (Residential Multiple Family Dwelling -Highest Density) District at 2350 N. Major Drive, subject to the following conditions: • No more than three (3) RV's are allowed on the property. • The temporary parking and hookup of recreational vehicles shall not extend beyond August 31, 2018. • No storage of building materials. • All food trailers and storage subject to approval of the Health Department. • All fuel tanks subject to approval of Fire Marshal. and, WHEREAS, the City Council is of the opinion that the issuance of such specific use permit to allow temporary recreational vehicle parking related to Hurricane Harvey is in the best interest of the City of Beaumont and its citizens; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this ordinance are hereby, in all things, approved and adopted; and, Section 1. That a specific use permit to allow temporary recreational vehicle parking related to Hurricane Harvey in an RM -H (Residential Multiple Family Dwelling -Highest Density) District at 2350 N. Major Drive, being Plat SP -1, Tract 82-D, H. Williams Survey, Beaumont, Jefferson County, Texas, containing 2.643 acres, more or less, as shown on Exhibit 'A," is hereby granted to the Central Beaumont Congregation of Jehovah's Witnesses, its legal representatives, successors and assigns, as shown on Exhibit "B," attached hereto and made a part hereof for all purposes, subject to the following conditions: • No more than three (3) RV's are allowed on the property. • The temporary parking and hookup of recreational vehicles shall not extend beyond August 31, 2018. • No storage of building materials. • All food trailers and storage subject to approval of the Health Department. 0 All fuel tanks subject to approval of Fire Marshal. Section 2 That the specific use permit herein granted is expressly issued for and in accordance with each particular and detail of the site plan attached hereto as Exhibit "B" and made a part hereof for all purposes. Section 3. Notwithstanding the site plan attached hereto, the use of the property herein above described shall be in all other respects subject to all of the applicable regulations contained in Chapter 28 of the Code of Ordinances of Beaumont, Texas, as amended, as well as comply with any and all federal, state and local statutes, regulations or ordinances which may apply. The meeting at which this ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 6th day of February, 2018. - Mayor Becky Ames - 7, 1A Z UNDEVELOPED ACREAGE PARKING UNDEVELOPED ACREAGE PARKING PARKING PARKING PARKING UNDEVELOPED ACREAGE UNDEVELOPED ACREAGE 2350 N. MAJOR DR. \I SCALE: 128"=1'0" r. m_ X w 2 February 6, 2018 Consider a resolution authorizing the City Manager to execute Change Order No. 2 for the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street) BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: February 6, 2018 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 2 for the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street). BACKGROUND On April 25, 2017, by Resolution No. 17-083, City Council awarded a contract to ALLCO, LLC, in the amount of $15,984,397.88 for the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street). Previous Change Order No. 1, in the amount of $9,920.00 resulted in an increase to the original contract amount making the new contract amount $15,994,317.88. Proposed Change Order No. 2, in the amount of $103,893.00, is required to accommodate design changes necessary to address unforeseen conflicts with underground utilities and additional curb and driveway improvements required on Executive Boulevard and Corporate Drive. If approved, the new contract amount would be increased to $16,098,210.88. Also proposed are seventy-four (74) calendar days to be added to the contract for the additional work resulting in a new substantial completion date of June 19, 2020. FUNDING SOURCE Beaumont Municipal Airport Oil and Gas Revenue. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 17-083 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Allco, L.L.C., of Beaumont, Texas, in the amount of $15,984,397.88 for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Allco, L.L.C., of Beaumont, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of April, 2017. i ' J �Payor Becky Ames - DAT& August 3, 2017 PROJECT: w2sbiugton Bw&?hase A OWNER: CITY OF BEAUMONT CONTRACTOR: ALLCO CHANGE ORDER NO.:1 DO CITY OF BEAUMONT ORIGINAL CONTRACT TIME (DAYS): 1005 ADDTIIONAL TI1KE REQUESTED: 4 NEW CONTRACT TIME: 1009 A va die estimated quantities to reflect mewl WreiR as uvea in dw mmplefion of dwy,of ed Item No. Item Code DescdptM Unit Qrb' New Quanrtq Uuit Prig TOW 465 DO CURB Dd,EiTYA(C0heL)(S-n EA 17 24` S 3,975.00 S 27X5. 465 008 RWT (C"L) (TOP) EA 7 0 S 249SX0 S 14.665.00 4% Gm REmaysTR(amn4m) EA 55 62 S 360.00 S 2,520.0( 506 003 MV SEDII, W CONTROL FMCS (DWALL) EA 18920 17000 S 2.50 S 4,800,010 S06 004 Inm SmnaNI' CONTROL FENCE (REMOVE) EA 18920 17000 S 0.50 S .0 TOTAL: S 9,920.00 ✓ � . •F',i' �'• f� iFt'% �L' , � IG i3 1r • 9 , nr f?�'tiOiF O . iI-110 ORIGINAL CONTRACT AMOUNT: S 15,984,397.88 NET FROM PREVIOUS CHANGE ORDERS: a TOTAL AMOUNT OF THIS CHANGE ORDER: S 9,920.00 PERCENT OF THIS CHANGE ORDER: 0.060A TOTAL PERCENT CHANGE ORDER TO DATE: 0.06% NEW CONTRACT AMOUNT: S 15,994,317.88 ACC BY: ALLCOtCONTRAcriM, INC., REPRESENTATIVE RE Y: ZHEN TAN, P Y ENGINEER REVIEWED BY: D OSEP ALANI, P. APPROVED BY: � � ( A TED BY: KYLE HAYES, CITY MANAGER TINA BROUSS ,CITY CLERK CITY OF BEAUMONT . DATE: February 6, 2018 JORIGINAL CONTRACT TIME (DAYS): 1009 PROJECT: Wasbingtori RM-Pbate 11 New Quantity OWNER: CITY OF BEAUMONT JADDITIONAL TIME REQUESTED: 74 CONTRACTOR ALLCO SY CHANGE ORDER NO.: 2 INEw CONTRACT TIME: 1083 :oi`gc,`:'�h e:✓,.'+�t:f�n t�(e'ly( r:l:'✓�") py-R:?: " o G' r ftwrF?�l:rf. %.',h.Y.u•<.tt{ ; (� .y..'xL� 'J` ;T:�":f.G77r'Sri%'•S't?j'�,•.A7 1JL ,,,,�� ,, .^... 71. cL:l7"1P•:i7?h r7�C '.Y' )'. 'lt ?�;..- . , h ,�� n L'f�. r;�=2.. •t> ,.., v i t f f ,6 {+'r' t rf' ;`.', i t •� .�M1vl�, �r. j y; *S t f• �•' f ^,r ':. � 'Y il•.., r,:aT:%Qa:a7�..��:h, W�hni.r. ii�'fw r'�l'.,+,f �;�'f.? fir' �.rtit� �f'` � ' !�' y,.x.: u� � /'� � 1•�:r� �"�T. .,-:xr> �' M� 4��r? � .u�" �Yu,a.. X�r�,•1r.•�Sz7f' ..�.rf;ri�rN�%.,�� a.�fl,�,•.. �S Item No. Item Code Description Unit oriS1°al Qaantlty New Quantity Unit Price Total 104 002 RM40VING CONCRETE (DRWY)(4"-F) SY 4,096 4,729 S 16.00 S 10,128.00 I32 001 EMBAM04WT (7Y B) (FINAL) (ORD. COMP) Cy 2,549 M79 S 31.00 S 930.00 247 003 FLEXBASE (TY A) (GR 2 (12n (DL) (COMP. IN PLACE) BASE COURSE SY 68,428 68,393 S 25.00 S (875.00) 360 001 CONCPAV(8') (CLP) SY 11,949 11,914 S 63.00 S (2.205.00) 465 003 CURB INLET TYA(COWL)(S-OQ EA 24 26 S 3,975.00 S 7,950.00 467 6388 SET(TY II) (18 JN) (RCP) (3: 1) (PRECAST) (San Jacinto) SY 0 4 S 2,000.00 S 8,000.00 496 003 REMOV SM (CURB INLET) EA 62 64 S 360.00 S 720.00 496 004 REMOV NH) (JBOX) EA 14 15 S 720.00 S 720.00 496 005 REMOV STR(CURB & GUTTER COMBINED) LF 1,38D 1,600 S 9.00 S 1,760.00 502 001 BARRICADES, SIGNS, AND TRAFFIC HANDLINGS MO 33 36 S 7,100.00 S 21,300.00 529 001 CO' CURB (TY 11) (MONO) (Cr -.k) (6') LF 23,231 23,451 S 4.30 S 946.00 530 OD2 DRIVEWAYS (CONC) (61) SY 4,075 4,708 S 68.00 S 43,044.00 801 OD8 FURNISH & DWALL 8" HYMAX ADAPTER, COMPLETE It; PLACE INCLUDING LABOR, ASSOCIATED MATERIALS ASID FITTINGS, MERGALUG RESTRAINING FLANGES, EXCAVATION, BACKFILL, TESTING, AND THRUST BLOCKING, ALL IN STRICT ACCORDANCE WITH PLANS AND SPECIFICATIONS. EA 3 12 S 1,275.00 S 11,475.00 TOTAL: $ 103,993.00 ORIGINAL CONTRACT AMOUNT: $ 15,984,397.88 NET FROM PREVIOUS CHANGE ORDERS: $ 15,994,317.88 TOTAL AMOUNT OF THIS CHANGE ORDER $ . 103,893.00 PERCENT OF THIS CHANGE ORDER: 0.65% TOTAL PERCENT CHANGE ORDER TO DATE: 0.71% NEW CONTRACT AMOUNT: $ 16,098,210.88 AC BY: PREP Y• ALLCO CONTRACTING, TNG ,OCHE , REPRESENTATIVE R ADWAYDESIG REVIEWED BY: REVIEWED BY: ZHENG TAN, P.E. , eDT0S"EtX MAJDALANI, VCCITY ENGINEER ORKS DIRECTO APPROVED BY: ATTESTED BY: KYLE HAYES, CITY MANAGER TINA BROUSSARD, CITY CLERK RESOLUTION NO. WHEREAS, on April 25, 2017, the City Council of the City of Beaumont, Texas, passed Resolution No. 17-083 awarding a contract in the amount of $15,984,397.88 to Allco, L.L.C., of Beaumont, Texas, for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project; and, WHEREAS, on August 3, 2017, the City Manager executed Change Order No. 1, in the amount of $9,920.00, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $15,994,317.88; and, WHEREAS, Change Order No. 2, in the amount of $103,893.00, is necessary to accommodate design changes necessary to address unforeseen conflicts with the underground utilities and additional curb and driveway improvements required on Executive Boulevard and Corporate Drive, thereby increasing the contract amount to $16,098,210.88; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 2 for additional work described above, thereby increasing the contract amount by $103,893.00 for a total contract amount of $16,098,210.88 for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project; and, 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 6th day of February, 2018. - Mayor Becky Ames - tj February 6, 2018 Consider a resolution approving the purchase of one vehicle from Moore Chrysler Dodge Ram and four vehicles from Silsbee Ford for use in various city departments BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer"4 MEETING DATE: February 6, 2018 REQUESTED ACTION: Council consider a resolution approving the purchase of one vehicle from Moore Chrysler Dodge Ram and four vehicles from Silsbee Ford. BACKGROUND During Hurricane Harvey, five vehicles from various departments were damaged due to flooding. Three of those vehicles were assigned to the Police Department, one was assigned to Public Health and one was assigned to the Streets and Drainage Division. The affected vehicles will be disposed of in accordance with City policy. One vehicle will be purchased from Moore Chrysler in the amount of $28,813.00 and the other four vehicles will be purchased from Silsbee Ford in the total amount of $138,424.00. Pricing was obtained through a published formal bid and was solicited from twelve (12) local vendors as well. Warranties of 36,000 miles or three (3) years are provided for each new vehicle. Warranty service is provided by local authorized dealerships. FUNDING SOURCE Capital Reserve Fund ($16,724), FEMA reimbursement ($150,513). RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were received for the purchase of five (5) replacement vehicles for use by the various City departments; and, WHEREAS, Moore Chrysler, of Silsbee, Texas, submitted a bid for the purchase of one (1) vehicle in the amount of $28,813.00 as described in Exhibit "A," attached hereto; and, WHEREAS, Silsbee Ford, of Silsbee, Texas, submitted a bid for the purchase of four (4) vehicles in the amount of $138,424.00 as described in Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bids submitted by Moore Chrysler, of Silsbee, Texas and Silsbee Ford, of Silsbee, Texas, are the lowest responsible bids and 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 Moore Chrysler, of Silsbee, Texas, for the purchase of one (1) vehicle in the amount of $28,813.00 and the bid submitted by Silsbee Ford, of Silsbee, Texas, for the purchase of four (4) vehicles in the amount of $138,424.00 as described in Exhibit "A," attached hereto, be accepted by the City of Beaumont. 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 6th day of February, 2018. - Mayor Becky Ames - BEAUMONT TEXAS Bid Name: Bid Number: Bid Opening: City of Beaumont Purchasing Division Bid Tabulation Purchase of Five (5) Replacement Vehicles for Fleet M F1118-13 Thursday, January 25, 2018 @ 2:00 p.m. Contact Person Christy Williams, Buyer II christy.williams@beaumonttexas.gov Phone: 409-880-3758 Vendor Moore Chrysler Dodge Ram Silsbee Ford City, State Silsbee, Texas Silsbee, Texas Fax Number 409-895-3858 409-895-3800 Contact Jarrod Runnels Robert Swan Dodge Charger R/T or equal $28,813.00 No Bid Ford Explorer Base model or equal No Bid $29,357.00 Ford F-150 Crew Cab or equal No Bid $30,221.00 Ford F-450 Crew Model or equal No Bid $61,433.00 Ford Fusion S or Equal No Bid $17,413.00 Bids were solicited from twelve (12) vendors. No Response was received from Kinsel Ford, Texas Ford, Caldwell Country Chevrolet, Classic Chevrolet, Granger Chevrolet, Sour Lake Ford, Energy Country Ford, Sabine River Ford, Philpott motors, Twin City Motors, & JK Chevrolet. Low Bidder for the Dodge Charger is Moore Chrysler Dodge Ram Low Bidder for the Explorer, F-150, F-450 & Fusion is Silsbee Ford EXHIBIT "A"