Loading...
HomeMy WebLinkAboutPACKET JUN 05 2018BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 5, 2018 1:30 PM CONSENT AGENDA Approval of minutes — May 29, 2018 Confirmation of board and commission member appointments A) Authorize the City Manager to execute Change Order No. 4 for the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street) 0 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: June 5, 2018 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 4 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. Previous Change Order Nos. 1-3 totalled $121,527.55. Proposed Change Order No. 4, in the amount of $16,032.91, is required to adjust pipe quantity and size which was not allotted for in the original design, and the addition of fourteen (14) calendar days. If approved, the new contract amount will be $16,121,958.34. FUNDING SOURCE Beaumont Municipal Airport Oil and Gas Revenue. RECOMMENDATION Approval of the resolution. DATE: May 2S, 5018 PROJECT: WastdWo BW -Phase 11 OWNER CITY OF BEAUMONT CONTRACTOR: ALLCO C IIANGE ORDER NO.: 4 CITY OF BEAUMONT ORIGINAL CONTRACT =4E (DAM- 1086 ADDITIONAL TIME REQUESTED: 14 NEW CONTRACT TIME: If00 y w- �TnMrr�;- atF Adjul dm mtaaolad gmd0 . to:enadit cowl gasaiC exd is the ampktiaa o[the project Item No. Item Cade Dcalpuoa U u Oripacl Qmau4 x— Q®e0ry UoBPrim Total TOTAL PERCENT CHANGE ORDER TO DATE- 0.86% 12- HDPE SDR -17 PIPE BURST SANITARY SEWPBMAIN NEW CONTRACT AMOUNT: S 16,121,95834 (1275` O.D.), COMPLETE IN PLACE, INCLUDING ALL 4020 002 EXCAVATION. BACKFILLBEDDING. COMPACTION, TESIT N(q SURFACE RESTORATION. AND BYPASS IF 4D7 0 S 5333 S (21,701.24) PUMPING ALL IN STRICT ACCORDANCE WITH PLANS AND SPECIFICATIONS. Ir HDPB SDR -17 PIPEBURST SANITARY SEWER MAINS (I ur OD.), oDmn TE IN PLACE, INCLUDING ALL 4020 003 EXCAVATION, BACKFILL BEDDRa COMPACTION. LF 1,163 TESTING. SURFACERESTIORATIOM AND BYPASS 400 S 6632 S (50.60216) PUMPING ALLIN STRICT ACCORDANCE WITH PLANS I O 20" F ESDR-17 NPEBURST SANITARY SEWER MAINS (20.OY OD.), COMPLETE IN PLACC INCLUDING ALL 4020 OD4 MCCAVATION, BACKFILLBEDDING, COMPACTION, TESTING, SURFACE RESTORATION, AND BYPASS LF 406 0 S 7432 S (30.173.92) PUMPING ALL IN SIRICTACCORDANCE WITH PIANS ANDSPECCFICATIONS. U77Ltzm 6-24CH PVC SDR-26(FOR OPEN TRO400 OR 6- 4020 006 INCH SOLID WALLPOLYBTHYLTM PEE(IMPE). PE 3408, LF 450 0 S SSM S (40,833.60) ASTM F714 (FOR PIPE BURSRNGICRUSMr) COMPLETE 8" HDPE SDR -17 PIPE BURST' SANITARY SEWERMADiS COMPLETE IN PLACE, INC UMING ALL EXCAVATION, 4020 007 BACKFILL BEDDING, COMPACTION,TESTINC, LF 0 619 S 4275 S 26,4415 SURFACE RFbTORATION, AND BYPASS PUMPING AIL IN IND 10" RDPE SDR. 17 PIPE BURST SANITARY SEWER MADE COMPLETE IN PLAN, INCLUDING ALL 4020 008 EXCAVATION, BACKFILL. BEDDING COMPACTION, LF 0 1.734 S 5237 S 90,80938 TESTING,SURFACERESTORATION, AND BYPASS PLANS IATA FUNISH RARY SEWER LINES, UTTL=ING 84NC R PVC SDR.26(FOR OPEN TRE NCM OR 4020 009 &INCH SOLID WALL POLYETHYLENE PIPE(HDn% PE LF 0 480 S 87.65 S 42072.00 3408, ASTM F714 (FOR PIPE BURbMOrRMHING) COMPLETE IN PLACE. TOTAL: S IC037_91 Ex �S ,r - ORIGINAL CONTRACT AMOUNT. S 15,984,397.88 NET FROM PREVIOUS CHANGE ORDERS: S 16,105,925A3 TOTAL AMOUNT OF THIS CHANGE ORDER: S 16,032.91 PERCENT OF THIS CHANGE ORDER 0.10% TOTAL PERCENT CHANGE ORDER TO DATE- 0.86% NEW CONTRACT AMOUNT: S 16,121,95834 ACCEPTED P PARE B - ���a AVM ALLCO CONTRACTING, INC.,VID� REPRESENTATIVE ROADWAY DESIGNER -1 DESIGNER -11 APPROVED BY: KYLE HAYES, QTY MANAGER REVIEWED BY: D JOSEPB,MAJDALANI, P.E- UBIdCW6RKS DIRECTOR ATTESTED BY: TINA BROUSSARD, CITY CLERK RESOLUTION NO. 18-032 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 11 (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 11 (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. .�I..r Becky - CITY OF FEAUMONT DATE: Mny 14, 2018 PROJECT: Wasbington Blvd-Phwe H OWNER: CITX OF BEAUMONT CONTRACTOR ALLCO CHANGE ORDERNO-- 3 q—iK. to ORIGRAL CONTRACT• TTME (DAYS): 1083 ADDITIONAL TIME REQUESTED: a NEW CONTRACT mmF- 1086 item Nd item Code Daeriptlon / unit orww Q—ft New Unit Prke Qmafity Total 9999 DDI Traffic Control (See Ctah Tnx Qaote) LS 0 1 3 7,248.00 S 7,248.00 ' 666 D19 R&FLPAVMRKTYI(W)8"(SLD)(lW M) LF 0 217 S ISS S 401 A5 678 DDS PAV SURF PREP FOR MRK - LF 0 217 S 030, S 6&10 TOTAL: S 7,71455 :' a {sill3ae�_wi: a tllmmTIfM .,. ,y. �, � Ji'ffyF�fr•v�,Jj?{�fi ! x �y i�`... N.�GS'.dYJ�TF,JJJJJ.:K'.. HY+:I..t�.j� V r/�,,•�yfr,F.n,r .f�JL.:IId?.✓.�'.:lJJ'L•L•Jl::I!•:�:JLNLLTA • �/), r 'l��Sv .''. -n��Va��{,.J,;N i7Y.� i�',.'�a�-. A`5.'y1Sh.ASAhE'G ORIGMSTAL CONTRACTAMOVNT; NET I U PREVIOUS CHANGE ORDERS: 1.1•: 1. TOTAL1 1 OF THIS/ 1 :X' PERCENT OF THIS CHANGE ORDER: 0.05% TOTAL PERCENT CHANGE ORDER TO DATF. 0.76% NEWCONTRACrANOUNT:I L A PREP ALLCO CONTRACTINGy INC, 111AROLD E. CR REPRESENTATIVE ROADWAY DESI -H REVIEW WEEED%BY: REVIEWED BY: / .A., /-it"l , DAVID TINGLE �UBIJOWORESDIRECTOBf MAJDALANI, P4 ROADWAY DESIGNER I CITY OF BEAUMONT . DATE: PebruM 6, 2018 ORIGINAL CONTRACT TIME (DAYS): 1009 Adjust tho estimated gwnftw to raged the actual glm bties used In the rnmpk6w ofthe project Item No. Item Code Description Unit Q � Q �1 New 'Unit Price Tonal :104 DD2 OVING CONCREM (DRWY) (4" - 6% SY 4,096 4,729 . S 1640 S 10,126.00 -132 001 EMBANX ENT (TY B) (FINAL) (ORD. COMP) CY 2,549 2,579 S 31.00 S 930.00 247 DM F-EXBASE(TYN(OR2(12')PQ(COMP.INPLkM BASE COURS SY 68,428 68,393 S 25.00 S (875:00) 360 001 lCONCFAVQn (CLP) SY 11,90 11,914 S 63M S (5.20540) 465 0D3 I CURB ZM-TVA COWL)(S-0") EA 24 26 S 3,97540 5 7,950.00 467 63gg JsET (TY (18 D4) (RCP) (3: 1) (PRECAST) (San lac -to) SY 0 4 S 2,000.00 S 8,000.0D 4% 003 JMRfOV STR (CURB DUET) EA 6z 64 S 30.00 S 720.00 496 004 REMOV OAR) (1B00n EA 14 IS S 720.00 S 720.00 496 005- REMOV STR (CURB & GUTTER COMBINED) LF 1,380 1,600 S 8.00 S 1,70.00 502 001 BARRICADES, SIGNS. AND TRAFFIC HANDLINGS MO 33 36 S 7,100.00 S 21,300.00 '529 001 CONCCURB (TYII) (MONO)(CL A) P) IF 1 23,231 23,451 S 430 S 946.00 530 002 DRIVEWAYS (CONC) (6') SY 4,075 4,708 S 68.00 S 43,044.00 801 DDS pimmm &D•TSI'ALL 9- WfMAXADAPTER, COMPIBm E PLACE INCLUDING LABOR, ASSOCIATED MATOUAT C AND FfITINGS, ICERGALUG RESTRAINING FLANGES, EXCAVATION, BAC CFM I, TBSTING, AND THRUST' BLOCKING, ALL IN STRICT ACCORDAHM WITH PLANS AM SP CIFI TIONS. 'EA 3 12 S 1,27540 S 11,475.00 TOTAL: S 103,893.00 nr� N•':.,3, .r•-'r.�...crv:!�P y-�.�-�.`.=' r��i.l�f�nj ri' 'Y: its• �{.Y'.;•j',y f.•ri1'{•'.� 7N .t,'•.=S:u:1 bb`rj.':: 1t/ �3p.. - .i !"e Y'l��!.m <;� :Y�: .)tV`1.:f:•Y h.'s... F`.Y ti 0 i1•�(�� -� � Y .t�.i« ry, =,.1` wljk`:Y:'n; Y'!I",SvT`'+/rfx,; •V .,t'R:'... L'.jt�.t�,..t�.�^.t:,:5?ii:.,�'1�4:?!:iY.:3� �?.';.�i ::t :•.�:; ORIGDIAL CONTRA.CTAMOUNT: NET FROM PP -MOUS. CHANGE ORDERS: $ 15,994,317.88 TOTALAMOUNTOF THIS CHANGE / ' 1103,893.00 OF TMS CHANGE ORDM 0.'65% TOTALPJZRCFNT nl'N:' CHANGE • Tal• TO t t NEW CONTRACT AMOUNT: S 16,098,210:88 ACCEPTED BY: PREP Y-7�4 /c� AT LCO CONTRACTING, IPVC , OCHE' , REPRESENTATIVE R ADWAYDESI REVIEVfY&D BY: REVMIvm BY: t--`/ ZHENGTAN,P.E., D O MAJDALANI, CITY ENG MR. LIC ORKS DIRECTO APPROVED BY: L, 1 L— KYLE HAYES, CITYMANAGER A ESTER BY- ''^^ u� A BROUSSARD, CITY CLERK CITY OF BEAUMONT DATE: August 3, 2017 JORIGINAL CONTRACT TIME (DAYS): 1005 PROJECT: Washington Blvd -Phase JI OWNER: CTTYOFBEAUMONT ADDTTIONALTLYIEREQUESTJs6t 4 CONTRACTOR ALLCO CHANGE ORDER NO.:I INEW CONTRACTTM% 1 1009 A&jw the estimated qum!ddes to reed the actual gmddes used in the campledon of the pmjea Item No, Item Code Description Unit m Qubty Nen Quantity Unit Price Total 465 003 CURB MM TYA(CDWL) 5--0") EA 17 24• S 3975.00 S 2_7 V5. 465 D08 DuM(CDMPL)CMP) EA 7 0 $ 2,095.00 $ 4,665 496 002 REMOVSTR(CURBINLET) EA 5S 62 $ 36D.00 S 2,520.00 5D6 0D3 Tma SEDmm4r OONTROL FENCE (INSTALL) EA 18920 17000 S 230 S (4,80100 506 004 SEDA9MCONTROQ,FENCE(REMOVE) gq 18920 17000 $ OSD S (960.00 TOTAL: S 9,920:00 • { rr � rl>it a r�� :ia � :e> e• ! ui„r..ry.. �es a{? c : • e •ar .. D� �.1a^�.! .. ORIGINAL CONTRACT AMOUNT:, S 15,984,397.88 NET FROM PREVIOUS CHANGE ORDERS: s TOTAL AMOUNT OF THIS CHANGE ORDER: S 9,920.00 PERCENT OF THIS CHANGE ORDER: 0.06% TOTAL PERCENT CHANGE ORDER TO DATE: 0.06% NEW CONTRACT AMOUNT: S 15,994317.88 ACC ALLCO ONTRA ,INC,REPRESENTATIVE REVIE Y: REVIEWED BY- ZHENd TAN,P ENGINEER D OSEP 3DALANI,P APPROVED BY: � 1 � All ESTED BY: KYLE HAYES, CITY MANAGER ` A 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, on February 6, 2018, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-032 authorizing the City Manager to -execute Change Order No. 2, in the amount of $103,893.00, 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; and, WHEREAS, on May 14, 2018, the City Manager executed Change Order No. 3, in the amount of $7,714.55, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $16,105,925.43; and, WHEREAS, Change Order No. 4, in the amount of $16,032.91, is necessary to adjust the pipe quantity and size which was not allotted for in the original design and the addition of fourteen (14) calendar days, thereby increasing the contract amount to $16,121,958.34; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 4 for additional work described above, thereby increasing the contract amount by $19,032.91 for a total contract amount of $16,121,958.34 for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) 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 5th day of June, 2018. - Mayor Becky Ames - BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 5, 2018 1:30 PM AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda items 1-2/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider a resolution authorizing the publication of a notice of intention to issue Certificates of Obligation in an amount not to exceed $10 Million for Street Rehabilitation 2. Consider a resolution approving the purchase of two Paratransit buses for use in the Beaumont Municipal Transit System 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 June 5, 2018 Consider a resolution authorizing the publication of a notice of intention to issue Certificates of Obligation in an amount not to exceed $10 Million for Street Rehabilitation BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer 41 MEETING DATE: June 5, 2018 REQUESTED ACTION: Council consider a resolution authorizing publication of a notice of intention to issue Certificates of Obligation in an amount not to exceed $10 Million. BACKGROUND On May 15, 2018, Council received the 2019-2023 Capital Program. The Capital Program included $10 Million for the Street Rehabilitation Program for fiscal years 2019 and 2020. The proposed issue in an amount not to exceed $10 Million would be used to fund the Street Rehabilitation Program for those years. Council's approval of the sale of the Certificates is tentatively scheduled for July 17, 2018. FUNDING SOURCE All debt and other expenses related to the Certificates of Obligation shall be incurred by the Debt Service Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BEAUMONT, TEXAS, AUTHORIZING THE PUBLICATION OF THE NOTICE OF INTENTION TO ISSUE BEAUMONT, TEXAS CERTIFICATES OF OBLIGATION IN A PRINCIPAL AMOUNT NOT TO EXCEED $10,000,000 FOR THE CONSTRUCTION OF PUBLIC WORKS AND ANY ITEMS RELATED THERETO AND FOR THE PAYMENT OF CONTRACTUAL OBLIGATIONS FOR PROFESSIONAL SERVICES; AUTHORIZING THE DISTRIBUTION OF A PRELIMINARY OFFICIAL STATEMENT RELATING TO SUCH CERTIFICATES; AND CONTAINING OTHER PROVISIONS RELATING THERETO. WHEREAS, the City Council (the "City Council") of the City of Beaumont, Texas (the "City"), is authorized to issue certificates of obligation to pay contractual obligations to be incurred for the construction of public works, any items related thereto, and for the payment of contractual obligations for professional services pursuant to Subchapter C of Chapter 271, Texas Local Government Code, as amended; and, WHEREAS, the City Council has determined that it is in the best interest of the City and otherwise desirable to issue certificates of obligation in a principal amount not to exceed $10,000,000 (the "Certificates of Obligation") for the construction of public works, more specifically, the construction of roads within the City, and any items related thereto, and for the payment of contractual obligations for professional services incurred in connection with the construction of such public works; and, WHEREAS, prior to the issuance of the Certificates of Obligation,, the City is required to publish notice of its intention to issue the Certificates of Obligation (the "Notice") in a newspaper of general circulation in the City stating (i) the time and place the City Council tentatively proposes to pass the ordinance authorizing the issuance of the Certificates of Obligation, (ii) the maximum amount of Certificates of Obligation proposed to be issued, (iii) the purpose for which the Certificates of Obligation are to be issued, and (iv) the manner in which the Council proposes to pay for the Certificates of Obligation; and, WHEREAS, for purposes of providing for the sale of the Certificates of Obligation, the City Council intends to authorize the preparation of a Preliminary Official Statement (the "Preliminary Official Statement") to be used in the public offering of the Certificates of Obligation; and, WHEREAS, the City Council has been presented with and has examined the proposed form of the Notice and finds that the form and substance thereof are satisfactory, and that the recitals and findings contained therein are true, correct and complete; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: Section 1. The facts and recitations contained in the preamble of this Resolution are hereby found and declared to be true and correct. Section 2. Attached hereto and marked "Exhibit A" is a copy of the Notice, the form and substance of which are hereby adopted and approved. Section 3. The Mayor or the City Clerk shall cause the Notice to be published, in substantially the form attached hereto, in a newspaper, as described in Section 2051.044, Texas Government Code, of general circulation in the City for two consecutive weeks with the date of first publication to be before the 30th day before the date tentatively set for the passage of the ordinance authorizing the issuance of the Certificates of Obligation. Section 4. The City Council hereby approves the preparation and distribution by the City's financial advisor to prospective purchasers of the Certificates of the Preliminary Official Statement, as the same may be completed, modified, or supplemented with the approval of the Mayor, City Manager, or other authorized officers and agents of the City. Section 5. The Mayor, City Manager, City Clerk and other officers and agents of the City are hereby authorized and directed to do any and all things necessary or desirable to carry out the provisions of this Resolution. 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 5th day of June, 2018. - Mayor Becky Ames - ATTEST: APPROVED AS TO FORM: Tina Broussard Tyrone Cooper City Clerk City Attorney EXHIBIT A NOTICE OF INTENTION TO ISSUE CERTIFICATES OF OBLIGATION NOTICE IS HEREBY GIVEN that the City Council of the Beaumont, Texas (the "City") will meet at its regular meeting place in the City Council Chamber at City Hall, 801 Main St., Beaumont, Texas 77701 at 1:30 p.m. on the 17th day of July, 2018, which is the time and place tentatively set for the passage of an ordinance and such other action as may be deemed necessary to authorize the issuance of the City's certificates of obligation, payable from ad valorem taxation and a limited (in an amount not to exceed $10,000) subordinate pledge of certain revenues of the waterworks and sewer system of the City, in the maximum aggregate principal amount of $10,000,000, bearing interest at any rate or rates, not to exceed the maximum interest rate now or hereafter authorized by law, as, shall be determined within the discretion of the City Council at the time of issuance and maturing over a period of years not to exceed forty (40) years from the date thereof, for the purpose of evidencing the indebtedness of the City to pay all or any part of the contractual obligations to be incurred for the purpose of (1) the construction of public works, more specifically, the construction of roads within the City, and any items related .thereto, and (2) professional services incurred in connection with item (1). WITNESS MY HAND AND THE OFFICIAL SEAL OF THE CITY, this 5th day of June, 2018. Tina Broussard, City Secretary Beaumont, Texas EXHIBIT "A" 0 2 June 5, 2018 Consider a resolution approving the purchase of two Paratransit buses for use in the Beaumont Municipal Transit System BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: June 5, 2018 REQUESTED ACTION: Council consider a resolution approving the purchase of two Paratransit buses for use in the Beaumont Municipal Transit System. BACKGROUND Beaumont Municipal Transit currently operates eight Paratransit buses. The Federal Transportation Administration (FTA) requires that these buses to be operated until they reach 150,000 miles or five years of age. The City is replacing two buses that were acquired in 2010. Unit 1030 has 199,518 miles and Unit 1032 has 203,777 miles. All buses that are removed from service will be sold at auction or disposed of according to grant guidelines. The Paratransit buses will be purchased from Master's Transportation in the amount of $111,722 per unit, or a total of $223,444. A formal bid was solicited from four bus manufacturing companies and three responses were received. The bid tab is attached for your review. FUNDING SOURCE A Federal Transportation Administration Grant with no matching funds required. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were received for the purchase of two (2) paratransit buses for use by the Transit Department; and, WHEREAS, Master's Transportation, of Houston, Texas, submitted a bid in the amount of $111,722.00 per unit, or a total of $223,444.00, as described in Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by Master's Transportation, of Houston, Texas, is the lowest responsible bidder providing the best value to the City 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 Master's Transportation, of Houston, Texas, for the purchase of two (2) paratransit buses for use by the Transit Department in the amount of $111,722.00 per unit, or a total of $223,444.00, 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 5th day of June, 2018. - Mayor Becky Ames - BEAUMONT TEXAS CITY OF BEAUMONT, BEAUMONT, TEXAS PURCHASING DIVISION BID TABULATION Bid Name: PURCHASE OF TWO (2) PARATRANSIT BUSES Bid Number: MF0318-27 Bid Opening: Thursday, April 12, 2018 Contact Person: Christy Williams, Buyer II christv.williams olDbeaumonttexas.gov Phone: 409-880-3758 Vendor• City / State, Phone No. ' Contact . .: . _ ..�� _ .._. �::. • .. �'-., _ Creative But SIales, 'Wing, Texas 469-333-8909 _ _. ; Jason Roy ' Texas Bus Sales 'Houston; Texas. 713-681-3600 r Daryl Rickaway ''Mastees Transportation _. Houston; Texas - 800-7833613` Jeff:Madura Quantity DESCRIPTION Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 2 Type III PARATRANSIT VEHICLE MEETING THE ATTACHED SPECIFICATIONS. $77,837.00 $155,674.00 $ 65,950.00 $131,900.00 $ 61,292.00 $122,584.00 Delivery Per Bus : $435.00 $0.00 $1,459.00 Total for both buses including delivery: $156,544.00 $131,900.00 $125,502.00 Bid No. MF63'18-27 Options Option 1: Compressed Natural Gas (CNG) Conversion: $28,500.00 $37,320.00 $34,885.00 Option 3: Electronic Destination Signs: $5,600.00 Hanover $4,902.00 $2,100.00 Option 8: Interlock Monitor. Included $770.00 $189.00 Option 9: Flat Floor. $1,850.00 $685.00 $2,050.00 Option 10: USSC Driver Seat: $1,340.00 $1,836.00 $1,326.00 Option 11: Freedman Highback Passenger Seats: $725.00 $944.00 Option 14: Special Painting: $7,000.00 Single Color $1,385.00 $1,748.00 Option 15: Electric Mirrors: $725.00 $758.00 $548.00 Option 18: Rear "Help" Bumper: $930.00 $875.00 $695.00 Option 19: Back Up Alarm: $655.00 $656.00 $491.00 Option 20: Public Information System: $350.00 $269.00 $195.00 Option 21: Stop Request System: $650.00 $681.00 $653.00 Option 24: Wheel Inserts: $325.00 $275.00 $241.00 Option 29* Sure -Lac Restraints: $575.00 Per Set $405.00 Included Option 30* Motorola Two -Way Radio: $950.00 $4,693.00 $1,527.00 Option 31: Diamond Fare Box: $2,420.00 $1,910.00 $1,379.00 Total Price of Selected Options $103,867.00 $57,420.00 $48,971.00 Total price per bus with options: $111,722.00 Total price for both buses: $223,444.00 *Both items were addressed in addendum 1, and acknowledged by all vendors. Page 1 of 1 EXHIBIT "A"