Loading...
HomeMy WebLinkAboutPACKET APR 09 2019BEAUMONT T E X A S REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 9,2019 1:30 PM CONSENT AGENDA Approval of minutes — April 2, 2019 Confirmation of board and commission member appointments A) Approve a contract with R\/IPKL, INC., DBA The Lube Shop, of Beaumont to provide preventive maintenance for City vehicles B) Approve a contract with All Star Plumbing Inc. of Beaumont for plumbing services for use at various City Facilities C) Authorize the issuance of a letter of approval to allow Protec Ambulance Transport, DBA Crossroads EMS to operate an ambulance service in the city limits of Beaumont D) Authorize the City Manager, or his designee, to execute all documents necessary, for a License Plate Reader Agreement between the Texas Department of Public Safety Crime Records Service and the City of Beaumont Police Department U, BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: April 9, 2019 REQUESTED ACTION: Council consider a resolution approving a contract with JMPKL, INC., DBA The Lube Shop, of Beaumont to provide preventive maintenance for City vehicles. P.T.T4 MKI&I10-Wil Bids were requested for an annual contract to provide preventive maintenance services such as oil changes, tire checks, fluid checks and grease checks. Specifications allow for a one-year contract with the option of two renewals of a one-year term at the same pricing as the awarded contract ' Preventative maintenance services provided in this contract will cover approximately five hundred twenty (520) City vehicles. Bids were requested from seven vendors with two responses. The Lube Shop submitted the lowest qualified bid with an estimated annual cost of $119,882.65. Beaumont Frame & Front End submitted a no bid by not listing any prices for services. Bid tab is attached. FUNDING SOURCE Fleet Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were received for an annual contract, with the option of two (2) renewals of a one (1) year term at the same pricing as the awarded contract, for automotive preventive maintenance for city -owned vehicles; and, WHEREAS, JMPKL, Inc., dba The Lube Shop, of Beaumont, Texas, submitted a bid for an estimated total annual expenditure of $119,882.65 in the unit amounts shown on Exhibit 'A" attached hereto; and, WHEREAS, the City Council is of the opinion that the bid submitted by JMPKL, Inc., d/b/a The Lube Shop, of Beaumont, 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 JMPKL, Inc., d/b/a The Lube Shop, of Beaumont, Texas, for an annual contract, with the option of two (2) renewals of a one (1) year term at the same pricing as the awarded contract, for automotive preventive maintenance for city -owned vehicles for an estimated total annual expenditure of $119,882.65 in the unit amounts shown on Exhibit "A" be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with JMPKL, Inc., d/b/a The Lube Shop, of Beaumont, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of April, 2019. - Mayor Becky Ames - El"EAUMONT CITY OF BEAUMONT, BEAUMONT, TEXAS T E X A S PURCHASING DIVISION BID TABULATION Bid Name: ANNUAL CONTRACT FOR AUTOMOTIVE PREVENTIVE MAINTENANCE Bid Number: MF0319-35 Bid Opening: Thursday, March 28, 2019 @ 2:00 PM Contact Person: Christy Williams christv.vVilliams(cD.beaumonftexas.gov Phone: 409-880-3758 Beaumont Frame and Front End, submitted a no bid by not listing any prices. Pricing was requested from seven' (7) total vendors, no response was received from: P & M Texaco, Pit Stop Lube Shop, Eastex Automotive, & Valvoline Express Care. EXHIBIT "A" Johnson Xpress Lube JMPKL, INC., DBA The Lube Shop - Vendor City I State Beaumont Beaumont Phone No. (409)861-3641 409-842-9585 Section Totals Section Totals Section 1 j $71,830.55 $75,434.6.5 Section 11 $53,658.88 $43,804.'00 Section 111 $455.89 $644.00 71, ....... . . ....... . . Total of all Sections L- S1 25,945.32 I . $119,882.65 I I Beaumont Frame and Front End, submitted a no bid by not listing any prices. Pricing was requested from seven' (7) total vendors, no response was received from: P & M Texaco, Pit Stop Lube Shop, Eastex Automotive, & Valvoline Express Care. EXHIBIT "A" Fowl ALI T E X A S TO: City Council FROM: Kyle Hayes, City Manager 1/0� PREPARED BY: Todd Simoneaux, Chief Financial Officer—, /" MEETING DATE: April 9, 2019 REQUESTED ACTION: Council consider a resolution approving a contract with All Star Plumbing Inc. of Beaumont for plumbing services for use at various City Facilities. BACKGROUND Bids were requested for a one-year contract for plumbing services for use by Facilities Maintenance at various City Facilities. Specifications allow for a one-year contract with the option of two renewals of one-year extensions at the same pricing as the awarded contract. Five vendors were notified, with three bids being submitted. The lowest qualified bid was received from All Star Plumbing with an estimated annual cost of $113,820. The current contract is held by All Star Plumbing. The bid tabulation is attached. FUNDING SOURCE General Fund (93%), Water Utilities Fund (5%), Solid Waste Fund (2%). RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were solicited for a one (1) year contract, with two (2) one (1) year renewal options at the same pricing as the awarded contract, to provide assorted plumbing services at fixed hourly rates and plumbing materials at a fixed percentage --markup to maintain City plumbing systems; and, WHEREAS, All Star Plumbing, Inc., of Beaumont, Texas, submitted a bid in the estimated amount of $113,820.00 per year in the unit amounts shown on Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by All Star Plumbing, Inc., of Beaumont, 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 All Star Plumbing, Inc., of Beaumont, Texas, for a one (1) year contract, with two (2) one (1) year renewal options at the same pricing as the awarded contract, to provide assorted plumbing services at fixed hourly rates and plumbing materials at a fixed percentage markup to maintain City plumbing systems, in the estimated amount of $113,820.00 per year pursuant to the unit amounts shown in Exhibit 'A" attached hereto, be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with All Star Plumbing, Inc., of Beaumont, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of April, 2019. - Mayor Becky Ames - City of Beaumont Texas BEAUMONT Purchasing Division Bid Tabulation TEXAS Bid Name: ANNUAL CONTRACT FOR PLUMBING SERVICES Bid Number: TF0319-18 Bid Opening: Thursday, March 28, 2019 Contact Person: Terry Welch Senior Buyer terry.welch(o)beaumonftexas.gov Phone 409-880-3107 Vendor All Star Plumbing Big Thicket Plumbing, Inc. Mid County Plumbing, LLC City / State Beaumont, Texas Kountz, Texas PortNeches,Texas email or Fax No. 840-4499 clay(d)biathick tplumbina.com 727-8529 ITEM DESC QTY Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 1 Rate Per Hour - Plumber/Journeyman 1,100 $65/hr $71,500.00 $60/hr $66,000.00 $90/hr $99,000.00 2 Rate Per Hour -Plumber Helper 250 $18/hr $4,500 $301hr $7,500.00 $25/hr $6,250.00 3 Overtime Rate Per Hour- Plumber/Journeyman 100 $75/hr $7,500.00 $80/hr $8,000.00 $135/hr $13,500.00 4 Rate Per Hour -Plumber Helper 100 $20/hr $2,000.00 $45/hr $4,500.00 $37.50/hr $3,750.00 5 Emergency/Holiday Rate Per $1 00/hr $80/hr $1 80/hr Hour -Plum ber/Journeyman 6 Emergency/Holiday Rate Per $301hr $45/hr $50/hr Hour -Plumber Helper Estimated Materials Cost ($20,000) 7 Mark -Up Percentage 18/% 20/% 15/% 8 Mark- Up Value $3,600.00 $23,600.00 $4,000.00 $24,000.00 $3,000.00 $23,000.00 Estimated Rental Cost 9 Mark- Up Percentage 18/% 1 20/% 15/% 10 Mark-Up Value $720.00 $4,720.00 $800.00 $4,800.00 $600.00 $4,600.00 Bid Table Continued ON TF0319-18 Annual Contract For Plumbing Services Page 2 BID SUMMERY VENDOR: ALL STAR PLUMBING BIG THICKET PLUMBING, INC MID COUNTY PLUMBING, LLC TOTAL STRAIGHT TIME $76,000.00 $73,500.00 $105,250.00 TOTAL OVERTIME $9,500.00 $12,500.00 $17,250.00 TOTAL MATERIALS VALUE $23,600.00 $24,000.00 $23,000.00 TOTAL EQUIPMENT VALUE- $4,720.00 $4,800.00 $3,750.00 TOTAL BID: $113,820.00 $114,800.00 $149,250.00 All Star Plumbing is the low qualified bidder. NOTE: Awarded vendor is highlighted. BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: April 9, 2019 REQUESTED ACTION: Council consider a resolution authorizing the issuance of a letter of approval to allow Protec Ambulance Transport, DBA Crossroads EMS to operate an ambulance service in the city limits of Beaumont. BACKGROUND Michael and Donna Russell, owners of Protec Ambulance Transport are requesting a letter of approval to operate in the city limits of Beaumont as a transport service only and will not participate in the City of Beaumont's Rollover Agreement to respond to emergency calls. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. INTER -OFFICE MEMORANDUM BEAUMONT Public Health City of Beaumont, Texas To: Kyle Hayes City Manager From: Sherry Ulmerl�li Public Health Director Date: 04/03/19 Subject: Protec Ambulance Transport/DBA Crossroads EMS COMMENTS Michael and Donna Russell, owners of Protec Ambulance Transport, DBA Crossroads EMS are requesting approval from Beaumont's City Council to operate an ambulance transport service in the city limits of Beaumont. According to the Texas Administrative Code 25 Tx ADC See. 157.11 (Y), a governing body of a municipality may issue a letter of approval to an emergency medical services provider applicant who is applying to provide emergency medical services in a municipality only if the governing body determines that: 1) The addition of another licensed emergency medical service provider will not interfere with or adversely affect the provision of emergency medical services by the licensed emergency medical services providers already operating in the municipality; 2) The addition of another licensed emergency medical services provider will remedy an existing provider shortage that cannot be resolved through the use of licensed emergency services providers operating in the municipality; and 3) The addition of another licensed emergency medical services provider will not cause an oversupply of licensed emergency services in the municipality. Protee Ambulance Transport will operate as a transport service only and will not participate in the City of Beaumont's Rollover Agreement to respond to emergency calls. Currently, there are 3 private ambulance companies operating in the City of Beaumont, and 2 of them participate in the city's Rollover Agreement to respond to emergency calls. Atoll RIM 799PIAMOT BrAull *0EAU110N*_` City of Beaumont FOR OFFICE USE ONLY Received a- 8 6 Ct`C2117 e ?��) rsa_ -Sq00 Paid &46 -I>e 7_761)'r T - 9, -.X. i A .:s Department of Public Health Approved 'P. 0. 'IS CP.>e 1 -7 en, Emergency Medical Services 13 New 0 Renewal Ambulance Service Permit Application To the Department of Public Health of the City of Beaumont, Texas: In conformity with the City Ordinance, application for an Ambulance Service Permit is hereby submitted on behalf of the EMS Provider whose information is provided below: Ambulance Service Full Name vSA� ome'Adc ress�- TX-DSHS Provider License Av'%-R0L4­jL0_ 8 6 Ct`C2117 e ?��) rsa_ -Sq00 Mailing Address &46 -I>e 7_761)'r City State Zip Code 'P. 0. 'IS CP.>e 1 -7 en, �_( v -- 9C L 6_ -C >( -7-13 Physical Address Fax # city State Zip Code 2;&" Z -1!C A %.— _?_)91 I I L' -'is am Telephone # Fax # E-mail Address I q,0,0% -SS5 co I I ?_6 k fiA'r-V S.S E7L t- LN C -%?-o 3-5 _JP_0 Wb S 6V,, cl� Owned by the following person(s): .-Jast e:,:-,: L ome'Adc ress�- cen q nver,Li '' se#, 4a­wq;'� e- 1-0- 7>e ?��) rsa_ -Sq00 Minimum Amount Per Accident &46 -I>e 7_761)'r Policy Number $ 1'06io' 0'ez) � $ a I A-?o%oo �-7 Vehicle Liability Insurance Provider. Insurance Agent' s Name Telephone # 4a­wq;'� IL,61� )NSLj(2AweE A46WO ?��) rsa_ -Sq00 Minimum Amount Per Accident Per Person Injured Policy Number $ 1'06io' 0'ez) � $ a I A-?o%oo �-7 Medical Director Driver License # Medical License# j e-tS 6 J_ L. 67<S 1�re % 9 C1 '9 Business Address AIX05S City State Zip Code 72-o 7754 -v1_5 5 -,r- Z, /,,- , r- — I f,_W 7 / _?e Telephone # Fax # E-mail Address S9 s ---) -7 --) I I _?_)91 _15% L L iE' TEMS 9- s> Z I xD - diq'D Director of Operations or Agent responsible for the local operation of the Ambulance Services described above: Last and First Name Driver License # Telephone # E-mail Address I )(S q 61� 7z q �3 1 3,3c) 07� AIX05S State of Texas County of Jefferson 0 S(gnature of Claimant Before me, a notary public, on this day personally appeared _4_4�ssc;_k known to me to be the person whose name is subscribed to the forgoing application and, being by me first duly sworn, declared that the statement therein contained are true and correct. Given under my hand and seal of office this CHEF IYL ALUMBAUO N MY COMSSIL)N MRE'S 3- 1 day of 20 Notary loblic Signature 7/14-mtn PROTEC'A-01 RRIYI PIP .6 EkTIFICATE OF LIABILITY INSU -ANCE R DAIE '(MiUDON" 1 '1011112018 I..'' � _.- ­ .. - ANOCONDITIONS� OF SUCH POLIbl'ffS: LIMITS SH0'W__ N_ MAY' HAVE BE , EN REDUCE . D BY PAID CLAIMS. THIS CERTIAcAtE IS _jssutp AS'A MATTER OF u4?bmviATiOh 6kLY AND 60NOEkS NO RIGMTS UPON THg HOLDER. qERTIF!PATE THIS ExmNb bkALy4F TOE.CbVERAGE AFFORDED BYTHEPOLICIES 6ELOVF,' THIS'10r:RT1jFI,qATE �PF ihbUhANdE DOE . - ­. . ­ t - _ISS'UING qPN.gTIT,UT A CONTRACT'BETWEEN THE .5�.NPT INSURER(S), AUTHORI,2Eb REPRESENTATI'Vt R'PRODUCE_,A DT N,,. HE,CERTIFICATEHOLDEFL �W06ktAwt. , If ­ ihe , cerdflpW holder IS 2n ADDITIONAL INSURED, the pdlicy(id.b)'must'have ADDITIONAL WSUREbpro�lii'pnis or be-endor zed If' SUBROGATION IS WAIVED, subject, to the tenmis and ciindificirls bf ih- A statement on e policy, de'rta qu re an endorsement �Ati- this cer&kateidiIesnoicor6r . . 'Bite-h6ld4 I- of 0 en n,9 tolhedertific nlleu' iuchend'-ii�Brn­_t(s)._ FRORUCER. T T Lee Insurance ency 8727'FPA 19130 &E PHONE FAX jExt)-(281) 812-8400 —IAtC—,- _28`1 12-8300 Hiimble, TX T7346 r MAIL .......... ------- IOSURERfSjj,�FF AGE 0612512 18 0 05126=19 �0,00 I1RSUfiE6 R 5: pth ay Homestate PrOpc AmbuIaqqA-Transpq,4 Corp j vvsuREft c: Teka�; Mutual 22945 K 77338 t&Sj �RER 5 11000,000 INSUREkE: INSURER):.- C;L1V1[_-KAt�iFm . f_r_QTIvIr-AI= MI i"Emo. ik6ii� TO CERTIFY,- THAT THE rbLiblgs 6ViNS`U­R-'A-NCE Ll S�TE`b IELOV'V HAVE BEEN,IPSQEP . T IN96REUhA�tb T"i ABOVE FOR THE POLICY PERIOD .0 , WbICAtED.* NOTORTHSTANDING ANY REQUIREMENT; TERM OR c6l4bITION OF ANY CONTRACT OR'6T;HER bObU'mE'NT VATH RUP Q -WHICH THIS ECT TO �EkTIFICATE MAY BE ISSUED OR M,�Y PERTAIN. THE INSURANCE AFFORDED.. By THE POLICIES DESCRIBED HEREIN IS'SUffJ'EbT TO ALL THE TERMS; 'EXCCUSIONS ANOCONDITIONS� OF SUCH POLIbl'ffS: LIMITS SH0'W__ N_ MAY' HAVE BE , EN REDUCE . D BY PAID CLAIMS. INSR !;POUCYFFF fFoucy-EXP LTR F , TYPIi &'INSURANCE POLICYNUMBER MMMUNYVYi MMIDI)ffinffi, LIMITS A X I COMNIERCIALGENMULILLIABIL11Y LN -Im' c his-, OCCU - "x R JG929157 -111100 00 0 0 - 0612512 18 0 05126=19 �0,00 1EDEXPQj,�o.Sp-_- 5 11000,000 EERSP!�&& ADV INJURY GENI AGGREGAtE 0.4T APPLIES PFR: Pm.,6y Loc ENERAL-AGGR=GATE P . R I ODU I CTS - C(A4P - 1OP AGG 3,000,000 S 3,000,Q00 OTHER' B COMBINED SINGLE LIMIT AUTOMOBILELIA, * SJLFTY 1990,00.0 ANY APTQ OWNED* SCHEbULED IAPM017150-01 0512512019 1 BODILY INJURY AUTOSONLY ePTOS X x i.N 17)( 8661 IWLIRiiPeraqtidin'j ONLY ARC9TNTY E r,&QPERWA,2VAA2G 5 s I UMBRELLA LIAB J EiCE�S LlAil C-LACIRA.El EAbI4&=jRRENCE AGGREGATE_-- 3 I)FD RE`rEfMONS WORKERS cbmPommu' AND EMPLOYERT LIABILIly PER 1 1 OTH. L LER_ ANY PROPRIETORiPARTMEPJE)L-ZCLFTItIE r---1 g�qwoqw I NIA 00�624'6k lolbinom 1010112019 1 I 1,0130�066 d ,gas. esmbe under SCRIPTION OROPERATIONS ow 1 E.L. blSi�ASE -'POLICY LIMIT -S 1 qp0jo0o bEc�CRIPTioNoF:cPERAmoNsiLocA,nc)NslvFHIcLEs (ACORDiOl Additional Reiiiarks Schedule, May he'attachod If MOM space Is mquined) Thisz cenfficatd'su ercedes�.arfyfall previously Issued ceANIcates.' T -0'I�0Ti0iraTF.I4rft nFR r AKir'l:l I AnnPJ ACID 25-(-2016103) 9 1993-2015 AGORE) CORPORATIO . All -ghth itserv6d. 17ieAdOADnameand1f gqpF 0 e iagi§t6r6d-marks-6f ACORD SHOUI-DANY0 TH ABOWE &6bRJb1iDP­bLJdjkibE CAA61ELLIED�k!#ORE THE EXPIRATION. DATE THEREOF, NOTICE VVILL BE DELIVERED IN ACCORDANCE VWTH -I HE POUCY PROVISIONS.'' AUTHO . RIZED REPRESEN�A*VE ACID 25-(-2016103) 9 1993-2015 AGORE) CORPORATIO . All -ghth itserv6d. 17ieAdOADnameand1f gqpF 0 e iagi§t6r6d-marks-6f ACORD RESOLUTION NO. WHEREAS, Michael and Donna Russell, owners of Protec Ambulance Transport, d/b/a Crossroads EMS, is requesting approval to operate an ambulance transport service in the city limits of Beaumont; and, WHEREAS, Crossroads EMS will operate as a transport service only and will not participate in the City of Beaumont's Rollover Agreement to respond to emergency calls; and, WHEREAS, the addition of another licensed emergency medical services provider will not interfere with or adversely affect the provision of emergency medical services by the licensed emergency medical services providers already operating in the City; and, WHEREAS, the addition of another licensed emergency medical service provider will remedy an existing provider shortage that cannot be resolved through the use of licensed emergency services providers operating in the City; and, WHEREAS, the addition of another licensed emergency medical services provider will not cause an oversupply of licensed emergency services in the City; and, WHEREAS, the City Council is of the opinion that the request of Michael and Donna Russell, owners of Protec Ambulance Transport, d/b/a. Crossroads EMS, to operate an ambulance transport service in the city limits of -Beaumont should be approved; 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 ail things, approved and adopted; and, THAT the request of Michael and Donna Russell, owners of Protec Ambulance Transport, d/b/a Crossroads EMS, to operate an ambulance transport service in the city limits of Beaumont is hereby approved. 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 9th day of April, 2019. - Mayor Becky Ames - BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: James P. Singletary, Chief of Police MEETING DATE: April 9, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager, or his designee, to execute all documents necessary, for a License Plate Reader Agreement between the Texas Department of Public Safety Crime Records Service and the City of Beaumont Police Department. BACKGROUND In furtherance of its use of License Plate Readers (LPRs), the Beaumont Police Department already shares collected data with other law enforcement agencies. This agreement sets forth the duties and responsibilities to gain access to the Texas Automated License Plated Reader Database administered by the Texas Department of Public Safety. Participation in this data sharing program is a requirement by the Texas Department of Transportation for using fixed position LPRs on Texas highways. This resolution reflects a change to the agreement approved by City Council on March 26, 2019 pertaining to venue on Resolution # 19-074. Specifically, the sentence stating that "Jurisdiction and venue under'this agreement will lie in Jefferson County, Texas" has been deleted. FUNDING SOURCE Not Applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, on March 26, 2019 the City Council of the City of Beaumont, Texas passed Resolution No. 19-074 authorizing the City Manager, or -his designee, to execute a Multiple Use Agreement between the City of Beaumont Police Department and the Texas Department of Transportation (TxDOT) for the use of state highway right- of-way to allow the construction, maintenance and operation of a public trailer mounted license plate reader to be located at IH -1 0, at US 69 Interchange and 1 1th Street Exit westbound and eastbound; and, WHEREAS, TxDOT wishes to amend the agreement by deleting the sentence in Section 12. Indemnification which states that jurisdiction and venue under the agreement will lie in Jefferson County, Texas; and, WHEREAS, an amendment to the Multi Use Agreement between the City of Beaumont Police Department and the Texas Department of Transportation (TxDOT) is necessary to reflect the sentence deletion in Section 12. Indemnification which states that jurisdiction and venue under the agreement will lie in Jefferson County, Texas; 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 Multi Use Agreement between the City of Beaumont Police Department and the Texas Department of Transportation (TxDOT) is hereby amended to reflect the sentence deletion in Section 12. Indemnification which states that jurisdiction and venue under the agreement will lie in Jefferson County, Texas. The i Agreement is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes; and, BE IT FURTHER RESOLVED THAT the City Manager, or his designee, be and they are hereby authorized to execute an amended Multiple Use Agreement between the City of Beaumont Police Department and the Texas Department of Tr ansportation (TxDOT) for the use of state highway right-of-way to allow the construction, maintenance and operation of a public trailer mounted license plate reader to be located at IH -10 at US 69 Interchange and 11 th Street Exit westbound and'eastbound. 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 9th day of April, 2019. - Mayor Becky Ames - r . ...... . ........ . A Form2044 (Rov.10118) Paga I of 10 MULTIPLE USE AGREEMENT STATE OF TEXAS § COUNTY OF TRAVIS THIS AGREEMENT made by the State of Texas by and between the Texas Department of Transportation, hereinafter. referred to as "State", party of the first part, and City of Beaumont Police Department , hereinafter called City party of the second part, Is to become effective when fully executed by both parties. WHEREAS, on the day day of month of the year .2019 , the governing body for the city , entered into Resolution/Ordinance No. Ordinance hereinafter identified by reference, authorizing the agreement with the State; and WHEREAS, the city city is participation in this has requested the State to permit the construction, maintenance and operation of a public Trailer Mounted License Plate Reader on the highway right of way, (ROADWAY [H-10 WB and EB CONTROL SECTION NO. 0028-13 (General description of area Including either the control number or GPS coordinates.) @US 69 Interchange and @1 1th St. Exit with GPS 30*5'45,00"N; 9407'60.00"W and 3005'43,00"N; 94* 810.0y,W shown graphically by the preliminary conceptual site plan In Exhibit "A' and being more specifically described by metes and bounds of Exhibit 'B", which are attached and made a part hereof; and WHEREAS, the State has indicated its willingness to approve the establishment of such facilities and other uses conditioned that the city will enter Into agreements with the State for the purpose of determining the respective responsibilities of the city and the State with reference thereto, and conditioned that such uses are In the public interest and will not damage the highway facilities, impair safety, Impede maintenance or In any way restrict the operation of the highway facility, all as determined from engineering and traffic Investigations conducted by the State. EXHIBIT "A" Form 2044 (Rev. I Gila) Page 2 of 10 AGREEMENT I NOW, THEREFORE, In consideration of the premises and of the mutual covenants and agreements of the parties hereto to be by them respectively kept and performed as hereinafter set forth, it Is agreed as follows: 1. DESIGN AND CONSTRUCTION city Will prepare or provide for the construction plans for the facility, and will provide for the construction work as required by said plans at no cost to the State. Said plans shall include the design of the access control, necessary horizontal and vertical clearances for highway structures, adequate landscape treatment, adequate detail to ensure compliance with applicable structural design standards, sufficient traffic control provisions, and general layout. They shall also delineate and define the construction responsibilities of both parties hereto, Completed plans will be submitted to State for review and approval and when approved shall be attached to the agreement and made a part thereof in all respects. Construction shall not commence until plans have been approved by the State. Any future revisions or additions shall be made after prior written approval of the State. Any sidewalks, curb ramps and other pedestrian elements to be constructed, either on site or off site, by the city shall be in accordance with the requirements of Title 11 of the Americans With Disabilities Act (ADA) and with the Texas Accessibility Standards (TAS). Elements consitucted by the city and found not to comply with ADA or TAS shall be corrected at the entire expense of the City 2. INSPECTION k Ingress and egress shall be allowed at all times to such facility for Federal Highway Administration personnel and State Forces and equipment when highway maintenance operations -are necessary, and for Inspection pUrPDSOS: and upon request, all parking or other activities for periods required for such operations will be prohibited. 3. PARKING REGULATIONS Parking regulations shall be established limiting parking to single unit motor vehicles of size and capacity no greater than prescribed for 11/2 ton trucks, such vehicles to conform in size and use to governing laws. Parking shall be permitted only in marked spaces, Parking shall be prohibited when a security threat, as determined by TxD0T, exists, Form 2044 (Rev, 10118) Page 3 of 10 4. PROHIBITION/SIGNS Regulations shall be established prohibiting the parking of vehicles transporting flammable or explosive loads and prohibiting use of the area in any manner for peddling, advertising or other I purposes not In keeping with the objective of a public facility. The erection of signs other than those required for proper use of the area will be prohibited. All signs shall be approved by the State prior to the actual erection. S. RESPONSIBILITIES Timely maintenance, repair and operation of the facility shall be entirely the responsibility of the ,city Such responsibility shall not be transferred, assigned or conveyed to a third party without the advanced Written approval of the State, These responsibilities expressly Include the timely maintenance and repair of any portion of the facility necessary to comply with the Americans With Disabilities AcL Further, such responsibility shall include picking up trash, mowing and otherwise keeping the facility In a clean and sanitary condition, and surveillance by police patrol to eliminate the possible creation of a nuisance or hazard to the public, Hazardous or unreasonably objectionable smoke, fumes, vapor or odors shall not be permitted to rise above the grade line of the highway, nor shall the facility su6ject the highway to hazardous or unreasonably objectionable dripping, droppings or discharge of any kind, Including rain or snow. If the State determlines that city it will perform the necessary work and charge 6. FEES has failed to comply with these responsibilities, city the actual cost of the work. Any fees levied for use of the facilities in the area shall be nominal and no more than are sufficient to defray the cost of construction, maintenance and operations thereof, and shall be subject to State approval, A. Retention Period. The city shall maintain all books, documents, papers, accounting records and other evidence pertaining to fees collected and costs (hereinafter called the Records), The city shall make the records available during the term of the Agreement and for four years from the date the Agreement is tenninated, until completion of all audits, or until pending litigation has been completely and fully resolved, whichever occurs last B. Audit Report, If fees are collected by the City for the use of the facility under this agreement, the city will provide the State an annual audit report detailing the fees collected for the use of the facility and the costs associated with constructing, maintaining, and operating the facility within the same period, If the report shows more fees collected than expenses for the construction, operation. or maintenance of the facility the City must provide a multiple year plan detailing how the additional revenue will be used for construction, operation, or maintenance of the facility. ForM 2044 (Rev. 10/18) Page 4 of 10 C. Aypilability. The State or any of its duly authorized representatives, the Federal Highway Administration, the United States Department of Transportation, Office of Inspector General, and the Comptroller General shall have access to the city 'i records that are directly pertinent to this Agreement for the purpose of making audits and examinations. 7. TERMINATION UPON NOTICE This provision is expressly made subject to the rights herein granted to both parties to terminate this agreement upon notice, and upon the exercise of any such right by either party, all obligations herein to make improvements to said facility shall Immediately cease and terminate and city shall be responsible for the facility's timely removal at no cost to the State. If the State determines that city has failed to timely remove the facility, it will peribrm the necessary work and charge city the actual cost of the work. 8. MODIFICATIONITERMINATION OF AGREEMENT If in the sole judgment of the State It Is found at any future time that traffic conditions have so chan�ed that the existence or use of the facility Is Impeding maintenance, damaging the highway facility, impairing safety or that the facility Is not being properly operated, that it constitutes a nuisance, is abandoned, or if for any other reason it is the State's judgment that such facility Is not in the public interest, this agreement under which the facility was constructed may be: (1) modified if corrective measures acceptable to both parties can be applied to eliminate the objectionable features of the facility; or (2) terminated and the use of the area as proposed herein discontinued. 9. PROHIBITION OF STORAGE OF FLAMMABLE MATERIALS All structure s located or constructed within the area co vered by the agreement shall be fire resistant. The storage of flammable, explosive or hazardous materials is prohibited. Operations deemed to be a potential Kra hazard shall be subject to regulation by the State. 10. RESTORATION OF AREA The — city shall provide written notification to the State that such facility Will be discontinued for the purpose defined herein. The — City shall, within thirty (30) days from the date of said notification, clear the area of all facilities that were its construction responsibility under this agreement and restore the area to a condition satisfactory to the State. 11. PREVIOUS AGREEMENTS It is understood that this agreement in no way modifies or supersedes the terms and provisions of any existing agreements between the parties hereto. Fam2044 (Rev, 10118) Pace 5 ur 10 12. INDEMNIFICATION city AGREES TO HOLD AND SAVE THE STATE OF TEXAS FREE FROM DAMAGES THAT MAY RESULT FROM CONSTRUCTION OF THE PROJECT - DESCRIBED HEREIN. THE INDEMNIFICATION OF THE STATE SHALL EXTEND FOR A PERIOD OF TWO (2) YEARS BEYOND THE DATE OF TERMINATION OF THIS AGREEMENT. �-rAAJ 1 0 /u, I -t fo 4�: DURING EACH YEAR WHILE THERE IS ANY LIABILITY BY REASON OF THE AGREEMENT CONTAINED IN THIS SUBSECTION OF THIS RESOLUTION, INCLUDING THE CALENDAR YEAR 2019 , THE City of Beaumont (CITY) SHALL COMPUTE AND ASCERTAIN THE RATE AND AMOUNT OF AD VALOREM TAX, BASED ON THE LATEST APPROVED TAX ROLLS OF SAID ENTITY, WITH FULL ALLOWANCES BEING MADE FOR TAX DELINQUENCIES AND COSTS OF TAX COLLECTION, WHICH WILL BE SUFFICIENT TO RAISE AND PRODUCE THE MONEY REQUIRED TO PAY ANY SUMS WHICH MAY BE OR BECOME DUE DURING ANY SUCH YEAR, IN NO INSTANCE TO BE LESS THAN TWO (29%) PER CENT OF SUCH OBLIGATION, TOGETHER WITH INTEREST THEREON, BECAUSE OF THE OBLIGATION HEREIN ASSUMED. SAID RATE AND AMOUNT OF AD VALOREM TAX IS HEREBY ORDERED TO BE LEVIED AND IS HEREBY LEVIED AGAINST ALL TAXABLE PROPERTY IN SAID ENTITY FOR EACH YEAR WHILE ANY LIABILITY EXISTS BY REASON OF THE OBLIGATION UNDERTAKEN BY THIS SUBSECTION OF THIS RESOLUTION, AND SAID AD VALOREM TAX SHALL BE ASSESSED AND COLLECTED EACH SUCH YEAR UNTIL ALL OF THE OBLIGATIONS HEREIN INCURRED SHALL HAVE BEEN DISCHARGED AND ALL LIABILITY HEREUNDER DISCHARGED. No party to this agreement Intends to waive, relinquish, limit or condition its general governmental In any way. immunity from liability Each party agrees and acknowledges that it Is not an agent, servant, or employee of the other party and that under this provision each party Is responsible only for its own acts and for those of its agents, servants, Independent contractors or employees. Such responsibility includes,,but Is not limited to any claims or amounts arising or recovered under the "Workers Compensation Law,' the Texas Tort Claims Act, Chapter 101, Texas Civil Practice and Remedies Code; or any other applipable laws or regulations, all as time to time may be amended. Foan 2044 (Rev. 10115) Pogo 6 of io Nothing in th! I s agreement shall Oe construed as creating any liability in favor of any third p�rty against.the State and the city Additionally, this agreement shall not ever be construed as relieving any third party from any liability against the State, Furthermore, the city shall become fully subrogated to the State's rights of recovery and shall be entitled to maintain any action over and against any third party who may be liable for damages. The State agrees to execute and deliver instruments and papers and to otherwise do that which is necessary to secure such rights. 13. INSURANCE The — city , shall �rovide necessary safeguards to protect the public on State maintained highways including adequate insurance for payment of any damages which might result during the construction, maintenance, repair and operationof the facility city shall include TxD0T as an additional, insured by endorsement in city Is commercial general liability Insurance policy. Prior to beginning work an the State's right of way, the city 'a construction contractor shall submit to the State a completed insurance form (TxDOT Form No. 1660) or appropriate certificate of self-insurance and shall maintain the required coverage during the construction of the facility, o �- Bea-tkvtz u+- I- -:; gi f- &n,( M 0 14. USE OF RIGHT OF WAY i � " to -1 1 'u-1 e e– It Is understood that the State by execution of this agreement does not impair or relinquish the State's right to use such land for highway purposes when it is required for the construction or re -construction of the traffic facility for which it was acquired, nor shall use of the land under such agreement ever be construed as abandonment by the State of such land acquired for highway purposes, and the State does not purport to grant any interest in the land described herein but merely consents to such use to the extent Its authority and title permits, 15. ADDITIONAL CONSENT REQUIRED The State asserts only that it has sufficlent title for highway purposes, The city shall be responsible for obtaining such additional consent, permits or agreement as may be necessary due to this agreement, This Includes, but is not limited to, appropriate permits and clearances for environmental, ADA and public utilities. 16. FHWA ADDITIONAL REQUIREMENTS If the Facility is located an the Federal-Ald Highway System, "ATTACHMENT A", which states additional requirements as set forth in the Federal Highway Administration's Title 23, Code of Federal Regulations, § 710, shall be attached to and become a part of this agreement, 17. CIVIL RIGHTS ASSURANCES The city , for Itself, Its personal representatives, successors and interests and ForM2044 (RoV.10118) Page 7 of 10 assigns, as part of the consi,deration hereof, does hereby covenant and agree as a covenapt running with the land that: (1) no persons, on the grounds of race, color, sex, age, national origin, religion or disabling condition, shall be excluded from participation In, be denied the benefits of, or be otherwise subjected to discrImInation In the use of said facility; (2) that In the construction of any improvements on, over or u�der such land and the furnishing of services thereon, no person on the ground of race, color, sex, age, national origin, religion or disabling condition, shall he excluded from participation in, denied the benefits of, or otherwise be subjected.to discrimination; (3) that the city shall use the promises In compliance with all other requirements Imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A. Office of the Secretary, Part 21, Non-discrimination In Federally -Assisted programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended. That if in the event of any breach of the above non-discrimination covenants, the State shall have the right to terminate the agreement and reenter and repossess said land and the facilities thereon, and hold the same as if said agreement had never been made or issued, 18. AMENDMENTS Any changes in the time frame, character or responsibilities of the parties hereto shall be enacted by a written amendment executed by both parties hereto. 19. LEGAL CONSTRUCTION In case one or more of the provisions contained In this agreement shall for any reason be held invalid, illegal or unenforceable in any respect, such invalidity, Illegality or unenforceability shall not affect any provision hereof and this agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained In this agreement, 20. AUDIT The State may conduct an audit or investigation of any aspect of this agreement. The city must provide the State with access to any information the State considers relevant to the investigation or audit, The audit can Include, but Is not limited to, any contract for construction or maintenance of any facility or structure authorized by this agreement or any contract to provide a service to the city If that service Is authorized by this agreement, Form 2044 (Rev 10116) P1300 a of 10 .; 21. AUTHORITY OF STATE AUDITOR The state auditor may conduct an audit or Investigation of any entity receiving funds from the state directly under the contract or Indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or Investigation in connection with those funds. An entity that is the subject of an audit or Investigation, must provide the state auditor with access to any information the state auditor considers relevant to the Investigation or audit. 22. NOTICES All notices required under this agreement shall be mailed or hand delivered to the following respective addresses: STATE (Mailing Address) Texas Department of Transportation Maintenance Division 125 East I Ith Street Austin, Texas 78701-2483 23. TIMELY PAYMENT (Name of other party) (Mailing Address) Address Name Ad,dress Name Address Road/Street/Hwy Address City/State/Zip When required by any provision of this agreement requires a payment to be made to the State, the other party hereto shall within thirty (30) days from receipt of the State's written notificalion pay the State for the full cost of repairing any damages to the highway facility which may result from the other party's construction, maintenance, repair or operation of the facility. 24. WARRANTS The signatories to this agreement warrant that each has the authority to enter into this agreement an behalf of the party represented. List of Attached Exhibits: Exhibit A - General Layout Exhibit B - Metes and Bounds Description Exhitall C - Approved Construction Plans Exhibit D - Certificate of Insurance (TxDOT Form 1560) Exhibit E - Attachment A (FHWA Additional Requirements) Forfn2044 (RavAD/ig) pegasaflo IN WITNESS WHEREOF, the parties have hereunto aTxed their signature, the on the day of - 1 20 and the State on the day of '20 STATE OF TEXAS Executed and approved for the Texas (Name of other party) Transportation Commission for the purpose and effect of activating and/or carrying out the orders, and established policies or work programs By: Signature heretofore approved and authorized by the Texas Transportation Commission, By: ­ br Printed Name Director, Maintenance vrs6'' Title Printed Name Agency Date Contact Office and Telephone No, APPROVAL RECOMMENDED: District Engineer Printed Name Date Form 2044 (Rev. IQ118) Page 10 of 10 ATTACHMENT A Inasmuch as this project Is on the Federal -Aid highway system, the following additional requirements as applicable with the Federal Highway Administration's Title 23, Code of Federal Regulations, § 710.105. 1. Any significant revision in the design or construction of the facility shall receive prior approval by the Texas Department of Transportation subject to concurrency by the FHWA. 2. Any change In the authorized use of real property interest shall receive prior approval by the Texas Department of Transportation subject to concurrence by the FHWA, 3. Real property interest shall not be transferred, assigned or conveyed to another party without prior Texas Department of Transportation approval subject to concurrence by the FHWA. 4. This agreement will be revocable In the event that the real property interest facility ceases to be used orisabandoned, EXHIBIT E BEAUMONT T E X A S REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 9,2019 1:30 PM AGENDA CALL TO ORDER Invocation Pledge Roll Call Presentations and Recognitions Public Comment: Persons may speak on scheduled agenda items 1-3/Consent Agenda Consent Agenda GENERAL BUSINESS 1. Consider a resolution authorizing the City Manager to award a contract to Chief Solutions, Inc., of Houston for the Sewer Evaluation Work Order Contract — Phase III Project -2. Consider a resolution authorizing the City Manager to execute Change Order No. 7 to the contract with Allco related to the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street) 3. Consider an ordinance authorizing the suspension of the effective date of CenterPoint Energy's proposed rate increase until July 10, 2019 PUBLIC HEARING Receive comments to hear applicant requests for funding from the 2019 Community Development Block Grant Program as well as input from the public COMMENTS Public Comment (Persons are limited to 3 minutes) Councilmembers/City Manager comment on various matters EXECUTIVE SESSIONS Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: James Mathews vs. City of Beaumont, Texas; Cause No. A- 192,887 Consider matters related to the deliberation of the purchase, exchange, lease or value of real property in accordance with Section 551.072 of the Government Code, to wit: Specifically city -owned property at 3455 Sarah Street 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. I April 9, 2019 Consider a resolution authorizing the City Manager to award a contract to Chief Solutions, Inc., of Houston for the Sewer Evaluation Work Order Contract — Phase III Project BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: April 9, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Chief Solutions, Inc... of Houston for the Sewer Evaluation Work Order Contract — Phase III Project. - The Sewer Evaluation Work Order Contract — Phase III will be used to clean, televise, and evaluate the City's sewer collection system to identify cost effective methods to rehabilitate defective manholes and mainlines. On March 21, 2019, four (4) bids were received for furnishing all labor, materials, equipment, and supplies for the project. The bid totals are indicated in the table below: Contractor Contractor Location Total Bid Amount Chief Solutions, Inc. Houston, TX $528,367.02 Specialized Maintenance Services, Inc. Pasadena, TX $552�607.10 Hoffinan Southwest Corp., dba Professional Pipe Services Mission Viejo, CA k $569,286.05 CSI Consolidated LLC DBA Aims Companies Pearland, TX $630,442.20 Engineer's Estimate $585,965.00 Based on a review of the bids and required documents received, the Water Utilities Department recommends awarding the project to Chief Solutions, Inc., the low bidder, in the amount of $528,367.02. Chief Solutions, Inc., is a certified MBE with the City of Beaumont. A total of 365 calendar'days are allocated for completion of the project. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. BID TABULATION Sewer Evaluation Work Order Contract - Phase III Bid No. WU021944 . BID OPENING DATE: March 21, 2019 The Bid Proposals submitted have been reviewed and to the best of my knowledge this Is an accurate tabulation of the bids received. (A A&Vi C. 03/2-7/11 By: Aved Chan, Err. Water Utilities Designer III Date: ;3/27/2019 rrEIVI NO. QUANTITY UNIT DESCRIPTION Bid Schedule (Engineer's Estimate) ChlefSolutions, Inc. Chief R. Davis Houston, TX 77088 Bid Factor 0.8964 Specialized Maintenance Services, Inc. Darrell Martin Pasadena, TX 77503 Bid Factor 0.94 Hoffman southwest Corp., dba Professional Pipe Sewices Mark Buret Mission Viejo, CA 92691 Bid Factor, 0.97 CSI Consolidated LLC DBA Aims Companies Kent Ford . Pearland, TX 77581 Bid Facton 1.08 BASE BID ITEMS UNITPRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 1 LS Mobilization, Including payment bond, performance bond, Insurance. and moving equipment to orciect $18,000.00 -T li:000.00 $ 16.135M S 16,13520 S 16,920.00 S 16.920.00 $ 17A60.00 S 17.460.00 S 19.44C).00 S 19,440.00 2 200.000 LF Smoke Testing Sewer, All Sizes and Depths SO.50 S 100,000.00 S 0.46 S 89.640.00 S .0.47 S 94.000.00 S 0.49 S 97.000.00 S 0.54 S 108.000.00 3 40,000 LF Cleaninn 6�110' Sewer. All Depths $1.89 S 75,600.00 S 1.69 It 67,767.84 $ 1.78 S 71,064.00 S 1.83 S 73,332.00 S 2.04 S 81,648.00 4 20,000 LF Cleaninn 124-15"Sewer, All Depths S2.17 S 43,400.00 $ 1.96 S 38,903.76 S 2.04 S 40,796.00 S 2.10 S 42.098.00 S 2.34 S 46,872.00 S 15,000 LF Cleaning 16�24!'Sewer, All Depths $2.90 S 43.500.00 $ 2.60 S 38,993AO S 2.73 $ 40,890.00 S 2.81 S 42,19S.00 $ 3.13 S 46,980.00 6 5,000 LF Cleaning 26'.30"smer, All Depths $5.79 $ 28,950.00 $ 5.19 S 25,950.78 S 5.44 S 27,213.00 S 5.62 S 28.0111.51) S 6.25 S 31,266.00 7 2,000 LF Cleaning 32".36" Sewer, All Depths $11.58 $ 23,160.00 S 10.38 3 20,760.62 $ 10.89 S 21,770.40 S 11�23 S 22.45520 S 12.51 S 25,012.80 8 2,000 LF Cleaning 42*481 Sewer, All Depths $17.37 $ 34.740.00 S 15.57 S 31,140.94 S 16.33 S 32,655.60 S 16.85 S 33,697.80 S 18.76 S 37,519.20 9 1,000 LF Cleaning 54-72Sewer, All Depths $19.85 $ 19,850.00 S 17.79 S 17.793.64 $ 18.68 $ 18,659.00 S 1925 S 19�254.50 S 21.44 S 21,430.00 10 40,000 LF TV Inspection V-10"Sewer, All Depths $1." S 57,600.00 S 1.29 S S1,632.64 S 1.35 $ 54,144.00 S 1,10 S SS,872.00 S 1.56 S 62.208.00 11 20,000 LF TV Inspection 12�1 5' Semr, All Depths S1.44 5 28.80100 S 1.29 $ 25.816.32 S 1.35 S 27.072.00 S 1.40 S 27.936.00 S 1.56 S 31.104.00 12 15,01)(3 LF TV Inspection 1 V-24' Se�er, All Depths S2w17 S 32.550.00 $ 1.95 S 29.1T7.82 S 2.04 S 30,597.00 S 210 5 31,573.50 S 2.34 $ 35,154.00 13 5,000 UP TV Inspection 26* -30' Sewer, All Damns 52.90 S 14,500.00 S 2.60 S 12,997.80 S 2.73 S 13.630.00 S 2.81 S 14,065.00 S 3.13 S 15.1360.00 14 2,000 LF TV Inspection 321-361 Sewer, All Depths $5.06 $ 10.120.00 It 4.64 3 9.071.57 S 4*76 $ 9,512.80 S 4.91 S 9,81GA0 S SAG S 10,929.80 Is 2,000 LF TV Inspection 42-48'Sawer, All Depths $519 $ 11,580.00 $ 5.19 $ 10,380.31 S S.". S 10,885-20 $ 5.62 S 11,23260 $ 6.2S $ 12.508.40 16 1,000 LF TV Inspection W-72'Sewer, All Depths $7.23 S 7.230.00 S 6.48 S 6,480.97 $ 8.80 $ 6.796.20 S 7.01 $ 7,013.10 S 7.81 $ 7,808.40 17 20 EACH Barricades, Signs and Traffic Handling 11119E.-OD'O 197.21 $ 3,944.16 S 208.80. S 4,136.00 $ 213.40 S 4,268.00 $ 237.60 S 4,752.00 18 1 LS Obstruction Removal by Excavation. All Sizes, All Depths I 1,434.24 S 1.434.24 S 1,504.00 $ 1.504.00 S 1,552.00 S 1.552.00 3 1,728.00 $ 1.728.00 19 1 LS Obstruction Remov I by Remote Method (Set-up for each Manhole Section, All Sizes, All Depths) S385.00 I S 385.00 1 S 345.11 S 345mil S 361.90 $ 361v90 S 373.45 S 373.45 S 415.80 S 415.80 BASE BID QUANTITIES TOTAL, Soo 1 3 498,367.02 $ 52Z607.1 0 S 539.286.05 $ 600."2.20 ALLOWANCE ITEMNO.1 QUANTITY I UNIT DESCRIPTION I UNIT PRICE I TOTAL 1 UNIT PRICE 1 TOTAL -URIT PRICE I TOTAL UNIT PRICE I TOT�AL UNIT PRICE I TOTAL 1 ...... ALLOW! Unforseen Work as directed by the Owner I I S 30,000.00 1 S 30,000.00 1 S 30,000.00 1 S 30,000 1 S 30,000.00 1 S 30'00D.OoMg��30�... 00 $ 30.000.00 1 S 30,000.00 ALLOWANCETOTALI TOTAL BASE ITEMS + ALLOWANCE 1 $ 585,955.00 528,367.02 1 $ -n-n c ... -10.44220 Page 1 of I iFv Finance City of Beaumont, Texas Certifies th at CHIEF SOLUTIONS, INC Meets all the criteria established by the City of Beaumont, And thereby is duly registered as a Minority Business Enterprise, To do business with the City -of'Beaumont and its agents as such. This certification is valid until April 13, 2019 ToddA. Simoneaux, CPA, Chief Financial Officer April 13, 2017 Certification Date RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, , equipment, and supplies for the Sewer Evaluation Work Order Contract -Phase III Project; and, WHEREAS, Chief Solutions, Inc., of Houston, Texas, submitted a complete bid meeting specifications in the amount of $528,367.02; and, WHEREAS, the City Council is of the opinion that the bid submitted by Chief Solutions, Inc., 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 City Council hereby approves.the award of a contract to Chief Solutions, Inc., of Houston, Texas, in the amount of $528,367.02, for the Sewer Evaluation Work Order Contract -Phase I I I Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a Contract with Chief Solutions, Inc., of Houston, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. .PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of April, 2019. - Mayor Becky Ames - N April 9, 2019 C, Consider a resolution authorizing the City Manager to execute Change Order No. 7 to the contract with Allco related to the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amariilo Street) BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: April 9, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 7 to the contract with Allco related to the Washington Boulevard Pavement Widening Phase Il 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 11 Project (Corporate Drive to Amarillo Street). Previous Change Order Nos. 1-6, in the amount'of $3 86,008.3 6, resulted in an increase to the original contract amount making the new contract amount $16,370,406.24. Proposed Change Order No. 7, in the amount of $128,658.75, is required to adjust bid items and quantities in the contract for additional waterline, surface inlets for the storm sewer, and foundations for traffic ground cabinets. It is also required to account for traffic signal poles that meet the height requirements needed to fit in the field. A total often (10) calendar days will be added to the contract for the additional work. FUNDING SOURCE Beaumont Municipal Airport Oil and Gas Revenue. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 18-255 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, 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 I - driveway improvements required on Executive Boulevard and Corporate Drive, thereby increasing the contractamount 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 esti Miated 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, on June 5, 2018, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-123 authorizing the City Manager to execute Change Order No. 4, in the amount of $16,032.91 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; and, WHEREAS, on July 17, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-157 authorizing the City Manager to execute Change Order No. .5, -in the amount of $33,303.00, to adjust bid items and quantities in the contract to accommodate revisions to the storm sewer system; relocate a 16" waterline; and, twenty-two (22) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,155,261.34; and, WHEREAS, Change Order No. 6, in the amount of $215,144.90, is necessary to adjust the bid items and quantities in the contract to accommodate for additional sewer work; ground boxes for fiber optics and traffic signals; and, sixty (60) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,370,406.24; NOW, THEREFORE, BE IT, RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and,he is hereby authorized to execute Change Order No. 6 for additional work described above, thereby increasing the contract amount by $215,144.90 for a total contract amount of $16,370,406.24 for the Washington Boulevard Pavement Widening Phase 11 (Corporate Drive to Amarillo Street) Project., with sixty calendar days added to the contract for the work. 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 16th day of October, 2018. 1W.-yor Becky Ames - CITY OF BEAUMONT DATE: Aptil 2,2019 ORIGINAL CONTRACT TIME (DAYS); 1182 PROJECT: Washington Blvd -Phase Ir OWNER: CITY OF BEAUMONT ADDITIONAL TIME REQUESTED: to CONTRACTOR. ALLCO CHANGE ORDER NO.: 7 INEW CONTRACT TWE� T.- s-, % pig, r g., ;kq V.�tj, -jTh Adjwt the .0 .. (.d quantities 1. reflect the actual ciachtitim used in the compladan orthe. pwjcct Item No. Item Code Description Unit Original Quantity New Quand Unit Price Total 104 001 REMOVINGOONCREM (FAV)(4'.12-) SY 56,084 56,131. S 12.SO S 587.50 360 002 CONCPAV(101)(CLP) Sy S1,300 51,363 $ 64.00 S 4,032.00 465 007 SURFACE INLET (CONIPL) (GRATE HEAVY DUTY) EA 2 5 S �3 , D4Q.00 S :9,120.09 — 46S 009 JUNCrION BOX (COMPL) (5--0-(TY B) EA 4 S S .5,975.00 S 5,975.00 696 001 ITRAF SIC POLE ASSBM I ARM:(STEEL) (281 FA 2 3 S .8,296.75 S U96.75 — 686 002 ITRAP SIG POLE ASSEM I AP M (STEEL) (321 BA 2 K4 S 9,628.75 S 19,257.50 6M 003 ITRAF SIG POLB ASSEM I ARM (STEEL) (500 EA 4 5 5 S 17,000.06 S 17,000.00 686 064 TRAP Sir, POLE ASSEM I ARM (STEEL) (Qj EA 1 2 $ 16.000.00 S 16,WO.00 686 005 TRAP SIC; POLE ASSEM I ARM (S=) (44) EA 3 4 S 15,400.00 S 15,400.00 690 001 rNsTALL OF FND FOR GROUND mNT CABINETS FA 0 S 3,G48.00 S 9,144.00 Sol 006 FURNISH & INSTALL r mi ADAPTER, comPLETE IN PLACI EA a -3 I D S 225.00 S 450.00 801 012 FURNISH & INSTALL 8"MI WITH 45 DEGM BEND, COMPI EA 40, 42 $ 225.00 S 450.00 801 013 FURNISH & INSTALL 8" MI WITH 22.5 DEOM BEND. CONC EA 2 4 S, 225.00 S 450.00 810 ON FURNISH&MSTALL 8-VCCLASSI5D-C-900PVCWATE?J LF 9.362 8,562 S 89.83 S 17,966.00 M4 n03 IMLACEMENT OF 61 SHORT SIDE SERVICE CONNECTION EA 0 1 ' "l 2 S 2.112.00 2534 004 IREPLACEMENT OF 6" LONG SIDIS SERVICE dONNECTION I. EA 0 1 �,M8�11! S 2,418.00 - - I TOTAL: S 128,658.75 4— kkj5T7 r 171 J;jp , jg� AA tq z 0! �R , U51 i "RIM 2. 6 ORIGINAL CONTRACT AMOUNT: $ 15,984,397.88 NET FROM PREVIOUS CHANGE ORDERS: S 16,370,406.24 TOTAL AN10UNT OF THIS CHANGE ORDER: S, 128,658.75 PERCENT OF THIS CHANGE ORDER: 0.79% TOTAL PERCENT CHANGE ORDER TO DATE: 3.22% NEW CONTRACT AMOUNT: S 16,499,0609 A PREPARED BY' "y cc DATE DA'VMTINGLFt �-DATE M REPRESENTATIVE PROJECr MANAG REVr YWW REVIEWED BY: —7 A HAROLD L CROCHET DATE PK JOSWH MAJDA�,ANI,'P.E. D E ROADWAY DESIG en-l�� '\/PUBLIO'WORKS DIRk0P6R APPROVED BY: ATTESTED BY: KYLE HAYES, CrrY MANAGER DATE TINA BROUSSARD, CITY CLERIC DATE I cyry OF DATE-- Octabor 9,2018 PROncr, W.M.--t- Bwd-ph.. 11 OWNER. CITY OF BEAUMONT CONTRACTOR. ALLCO CHANGE ORDER NO- 6 M= dc wkad q=a�= t. mika th. =d q=ah!= =d W th. cmppjdi.� �fd. F.J.. un fi-N. If -cod. D..ipfl.. urdt 0 Watrfl= TDt2l 34D 002 DENSE GRADED HOT MDC ASPHALT P6 64-22 (ME D) (2') SY 2.3SS 0 S 3114D S CM.740.OD) 400 DM CEm STABIL BKrL (I.S SrJCY SAND) CY 17.IQ2 17.039 S 5840 S (3.jS-4 'oo) 00 D03 CEMSTABILDKFL(LOSKfCY D) 7062B 416 oci FOUNDATION FOR TRAFFIC SIGNAL (36 INCH DRILLSHAF LF IID 112 S 230.DD S 46G.00 464 om kc? Is- LF 537 6DS S 31.0 S 2, moo 464 OQ3 RCP 24" 7FF-- I 3M9 3.5ag s 35.oD s (I.QD.00) 464 1 DOS IRCP30 LF 1.931 1.753 S 140.0 S (10,91o.M 465 Qo9 JUNCTION BOX (COWL) (5'-V(rY B) EA 1 2 S S,97S.01) S S.975.00 5(12 Dot RARRICADES. SlaNS, AND TRAFFIC HANDLn4GS _M0 37 3T__ 7-7—.10000 S 14_,Wm 5D6 oG3 TEMP SEDIMENTCONTRDLFENCr(DiSTALLI LF 17MO FJ;Ri— s 2.SO S go.000.00) 542 Doi REmovrsTm(mrTALEnAmGuARDFExcEi Lr I no 25i'— -i-7.20 7 511AD SIB Doi r PVC SMID 41) CDllDUlT (FIBER OPTICS) LF 73n &412 S Ifiol) S 7,a244D SIR 002 6- STEEL CASING (BORED) (FIBElt OPTICS) LF, us Iss s fis.00 s 1.4 61a oo4 4"PVC SCHD 40 CONDUIT (INCL CEM STAB SAXD BM) (Room DPTrCS) LF ISo a S 1a0D 'i (6.300.M 624 1 002 IGROUND BOX (TYPE A3 (FMER OPTICS) IIA I is I so S 1=00 S 36.75UY 656 Doi PUNS FOR TRAFFIC SIGNAL DEVICES C24 INCH DRILL S ix 1 6 1 is S, Losoco s 12160000 07 Doi PEDESTALPOLIZASSEISLY 'EA 1, 1 s 63omon s (01111.00) 688 Dot PEDDmrzr(pusHmm EA 24 i 9110D 3 C21.3411.00) 702 Doi MANHOLES - REMOVE & REPLACE MaTING SAWMARY SE EA I 11 13 S 2.610.00 S 5,2211.00 slo 0021 FURNIM & INSTALL 2'VC CLASS 15D-C-9DO PVCWATERU LF 2a floo s 15.Do S 11,70040 4020 ocs Hr HOPE SDR- 17 PIPE BURST SANITAILY SEWER MAINS COMPLETE IN PLACE. 3N=TNQ ALL D(CAVATIDA LF lim las S =7 5 (91.069.76) 020 olo I FURNISH s, INSTALL so. SAN T - iTrrm=m I o-D;cH Pvc sDit!2=R== oft 52 S ISL74 s 7.942.49 401D all FURNISH &INSTALLIS'SANITARYSEWERLDIES UZILIZING 15Z4CHPVCS=-26(FOROPJ!XTRrNCH) OIL 15-INCKSOLIDWALLPOLYMHYLL-EPVE(EDPE).PE 340&ASIM��4%RPIPEBUPM]NaICPMIUNG) o IS26 S IS734 S 3M.D36.E4 6035 Doi LEDLIGHTEDSTREETSIONS FA 12 UIROD S (33.7211.0Q) 9999 om D=DECKCOVERS.INCUMINGE)GCAVAMONARoUND EA o 3 s I.Doo.co s 3.000.0t) 9"9 004 TOI—NTREPAUL (PIPE) 9'-4rpxp - EA 12 s 6000D s 7.20oco s999 ow PIPEBORE INCLUDES 24"BARESTEFLCAMNG. CASn4G S LF_ .2 57.14100 o999 Dos IoX4 AND MX6FrrrlNcS (PONo. DDMS) Ls o VINOMN 1 1.55934 Ls o S 2.15D.00 S 2.15o.00 1 TOTAL: S 215,144.90 C ffR_ T NO I ORIGINAL CONTRACT AMOUNT- 71-S! 94.3 9 7. 8 9 NET FROM PREVIOUS CHANGE ORDERS - TOTAL AMOUNT OF THIS CHANGE ORDEIL- S 215,144.90 PERCENT OF THIS CHANGE ORDER: TOTAL PERCENT CHANCE ORDERTO DATE. 1,41 V. NEW CONTRACT AMOUNT: S 6.370,406.24 ALLCO CONTRACII S�O� Trj�VG, INC., DATE 0-LYWTINGLE DATE REPRE OADWAYD REVIEVVZD BY; IVIEWED I the jc,1q1fe M"LDW-CROCHET /DA&E LJOSAHMAt�!JPJE �DATE ROADWAY DESIGNER -V JE V OIRK v 1) [RECTOR APPROVED BY-. KYLE. HAW-% CITY MANA_ 6, Na 0 6,1 7t (9 DATE TINA BROUSS I CMOFBEAUMONT DATE: JulyS,2018 RACTnME (DAYS):, PROJECT- Washing -t.. OWNER. CITY OF BEAUMONT 1ADDITIONAL TIME REQUEMD: 22 CONTRACrOlb ALLCO CHANGE ORDEP NO.: 5 jNrW tmmucr 1122 dmowmr. UNT, 01 Gul� MIR -c—', Qs! N RaW f2i 2a � - t�.fl .' ; - " " j..a � , , 0 Bi- -9 V11, 1B ILlf �'*�"' iff �1'1 *fl 8T Adj'mt the cSthrottet! q-3pfidos to mflal the actual q=ntides wed in the-eDwIction oftk prplect ;t— NoL Item Code Descilption Unit Oripng Q—tI!y Non, Q-0ty UnItPrlm Tail -400 002 cEm sTABIL BKFL (I.S SFJCY, SAM) PERCENT OFTMS CHANGE ORDER. 16,991 17,IV- S 59.00 S 6.438.00 — 464 .004 RCP 30" LF 920 713 S 131.00 S (14,017.00) — -A64: 005 RCP 36" LF 1.799 1,831 ES 14ROO S 4,48 - 0.00 464 006 RCP 42-1 LF 1.144 1,099 s 149.00' S (C660.00)1 — 464 007 RCP 48".(DD6 Stab Out an Sth Srreiet) LF I�SQ 1�642 S 10-00 s 16M4.00 — 464 008 RCP S4" LF 1,372 Ixg S 190.00 s (I SJW-00) — 464 009 1 RCP 6V (DD6 Stab Out on Sth Street) LF: 297 309 S 210.00 S =0.00 — 465 001 1 -NHOLES (COMPLETE) ( TV A) Fk 39 41 3 7,810.00 s Is'n-0.00 — 465 OD3 ICURB INLETTY A (COWL) (5 . FA 26 24 S 3,975.00 S (7,9SO.00) 496. 001 IREMOVESTR(PIPE) v4s" LF 11,110 s 7,00 S (595m), 496 — 603 IREMOVE STP (CURB DUAM LF 64 S 360.00 S* (720.00) — 901 1 BARRICADES, SIGNS, AND TRAFFIC HANDLINGS (CHANGE ORDER WO.Mi mo 36 37 S 7.700.00 S 7,100.00 719 601 FURNISH AND fl-ZSTALL AM RELASE VALVE AND PIPE CONNEL'TION TO EXISTING MAIN Ai MEM BOX, WITH ALL FITTINGS, VALVE EXCAVATION BACKFHJ- TESTING AND STSRILIZATTON, SURrACE RESMPA110MALLIN STRICT ACCORDANCE WITH PLANS AND SPECIFICATIONS COMPLETE IN PUCP- EA 0 1 S Z9,113.00 S Z918.00 9999 002 16- WATERMM RELO CATION S23,605.00 S 23.605.001 LI . TOTAL-. s ;g -K�J-'�Walltc F Q �"T' V1 -,74' ""1" TNA gz� mal tmf: "N o' ORIGE-TAL CONTRACT AMOUNT: 15,984.397.88 NET FROM PREVIOUS CHANGE ORDERS: S 16,121�958.'34 TOTAL AMOUNT OF TIRS, CELANGE ORDER. S 33,303.00 PERCENT OFTMS CHANGE ORDER. 021% TOTAL PERCENT CHANGEORDER TO DATEi 1.07% NEW CONTRACT AMOUNT- s 16,IS5,261.34 ACCM,:"j� PREPARED BY: ALLCO CONTRACTMING, C-, !)AVID TD(OLE REPRESENTATIVE ROADWAY DESIGNFR-1 RWEVDCB REVIEWED BY: ALAROLID E. CROCHE DgJOS . H"��'Vpm ROADWAY 15ESIGM&-lf URL7w'0RKSDlReeTdR APPROVED BY- At BY: _ji� KYLE HAYES, CITY MANAGER - BROUS CLCRK CITY OF BEAUMONT DATE: May 25,2018 PROJECT. washintoriBlvd-phosen: JULUUMAL CONTRACT 71ME (DAYS): 1 1086 OWb m'' CITYOFB UMONT JADDITIONAL TIM CONTRACTOR: � � _EA ALLCO CHANGEORDERNO.: 4 INEW CONTRACT TIME- 1109- 2_2 4y Adj.st �h. atinw,dqn1jtj. t6.nc.rth, =u.1 q..jjqcl.,.d j. the.=p1cUo.ord. Pjed ItemNe. Itain Code D—riptIli. Deft OrIOL61 Q.0tity N_ Q."tity Uldt M. Tow - ----,iri,�Bu"TsANITARySEWERWINS7 (12.751 OJ).). COMPLEM IN PLACE. INCLUDING ALL 40�D 6, EXCANATION, BACKFILLB.EDDING. COMPACTION, TESTING, SURFACE RESTORATION, AND BYPASS LF 407 0 S 53.32 S (21jol.24) PUMPING ALL IN STIUCT ACCORDANCE WITH PLANS ANDS CIFICAMONS, I., —P...A. 17 PIPE BURSTDDEXEY —SEWEILMAINS (13 00'0 D.� ��LLN P LAM TNCLUD ING �LL 4029 003 EXCAV�'I*IOZEMAPC B EDDING. COMPACnON. TESTING. SURFACE RESTORATION, AND BYPASS LF 1.163 400 3 66.32 S (5D.6 - OZ16) PUMPING ALL IN STRICr ACCORDANCE �� PLANS AND SPEMCMICATI S. 17 PIPE BURSTSANrrARy suWcR —mAiNs (20.00"O.D.), COMPLETE IN PLACE INCLUDING ALL 4020 004 EXCAVATION, BACKFILL BEDDING, COMPACTION , TESTING, SURFACE RESTORATION. AND BYPASS LF 406 0 S 74.32 S (30,173.92) PUMPING ALL IN STRICT ACCORDANCE WITH PLANS UTILIZING 6 -INCH PVC SDR-26(FOR OPEN TRENCH) OR 45� 4020 006 INCH SOLID WALLPOLYEMYLENE PIPE (HOPE), PE 340% LF 480 0 S 85.07 S (40,833.60) ASTM F714 (FOR PIPE BUR ISTINGMUSHINq COMPLM INPIA - 8- PESDR-17PIPEB MFS �S-IT-Y S�WERMMNS� COWL M -E IN PLACE, INCLUDING ALL EXCAVATION, �020 007 B PILLBEDDING 0 =ACEREST LF 0 619' S 42.75 26,46= �TING� OR ",WE "" AI�C.0.".=n. G ALL IN STRIQr Arrn—A— — ill — — I u" "Ib bWJC- 17 PIPE I�URST SANITARYSEWER - MAINS COMPLETE IN PLACA INCLUDING ALL 4030 009 EXCAVATION, BACKFILL BEDDING, COMPACTION, TESTING, SURFACE RESTORATIONAND BYPASS LF 0 1,734 $ S237 S �0'swm — —PUMPING ALL IN STRICT ACCORDANCE WITH PLANS FUNISH & INSTALLS' SANITARY SEWER LINES, UMIZING 8 -INCH PVC SDR-26TOR OPEN TRENCH) OR . 4020 009 S -INCH SOLID WALL POLYETHYLENE PIPE (HDpE), pE Lp 0 480 S 97.65 S 42.072.W 3409, ASTM F714 (FOR Pn% BURSTINGfCRUSHING) COMPLETE IN PLACE. TOTAL: 'S 46,032�91 Ul- ORIGINAL CONTRACT AMOUNT: 5 15.984,397A NET FROM PRrVIOUS CHANGE; OADERS� 5 16,105,925.'43 TOTAL AM OUNT OF THIS CHANGE ORDER- 16,032.91 MCENT OF THIS CHANGE OADEIL- 0.10% TOTAL FERCENt CHANGE ORDER TO DATr: 0.86% NEW CONTRACr AMOUNT: s 16,121,958.34 ACCEPTEU��, ALLCO-CONTRACTING, INC, RErRESENTATIVE P�� TPA�E Bp DAVID TINGrXe- ROADWAY DrSIGNER-I PX- VIEWED BY - ';0p, ',/PUBLI C MMs D=CTOR V APPROVED BY. L A TED BY - KYLE HAYES, CTrY MANAGER TINA BROUSSARD, CITY CLERK crry oF BFAumoNT DATE; May 14,2018 1 ORIGINAL CONTRACT TDVIE (I)AYS): 1083 FROJECr: Wasbin.-ton'Blvd-Pbase H OWNER:- CrrYOT?BFAUMONT FAiiD—MONALMMREQUESTM: CONTRACTOR. ALLCO CHANGEORDERNO.: 3 INEW CONTR&Cr TWE: 1086 G - Adjust Pm esti=ted quantities to reGect the actuA quantities used in the completion ofthe project M.N.. It—cda Descrit,6.. U.it Chi&nl Quantity Nw U.'aprice Qmtity T.W 9999 001 Tmffic Control (Sec Cmb Tree Quote) is 0 1 S 7".00 S 7,248.DO 666 019 REFLPAVMMTYIMS'(SE3))(l00MlL) LF 0 217 S US S 401.45 678 DOS PAV SURF PPLU FORN= (S') LF G 217 S 030 $ 65.10 ROADWAYDESIGNAk-11 REVIEWED BY: REVIEWED BY- , 7�alz—)' ;?29-mvA - A"/, i'J DAVID TINGLE - - "'\AJLI=oa= M,)=Vl ROADWAY DESIGNER -I TOTAL: I S J,714M - - - -- -.0 ORIGENZAL CONTRACT AMOUNT: S 15,984,397.89 NET FROMPREVIOUS CHANGE ORDERS: S 16,098,210.88 TOTAL AMOUNT OF THIS CHANGE ORDER: S 7,714.55 PERCENT OF THIS CHANGE ORDEIL- 0.05% TOTAL PERCENT CHANCE ORDER TO DATE: 0.76% NEW CONTRACT AMOUNT. -S 16,105.925.43 ACCEPTED IW- PRE/ A ALLCO (tONTRACTING, INC., HWOIX�Em CROCHEY" REPRESENTATIVE ROADWAYDESIGNAk-11 REVIEWED BY: REVIEWED BY- , 7�alz—)' ;?29-mvA - A"/, i'J DAVID TINGLE - - "'\AJLI=oa= M,)=Vl ROADWAY DESIGNER -I 0 MY OF 13EAUMONT . DATE: February 6,2018 JORIGINAL CONTRACT TIME (DAYS): PROJECT: Washington Blvd -Phase 11 OVMR. CITY OF BEAUMONT JADDIT10NALTEVIEREQUESTED: CONTRACTOR. ALLCO CHANGtORDERNO.: 2 INEW CONTRACT TMM- 1083 Adjusttl..l.ffl.lM6.,��1-11=:q ItemtNo. TtemCode 15.984,397.88 unit I Ori&d Quantity New Quantity UnitPrIce I Total 104 D02 REMOVING CONCRETE (DRWY) (4- - 6-) Sy 4,096 4,729 S 16.00 S 10,128.00 — 132 001 EMBANKMENT (TYB) (FINAL) (ORD. COMP) CY 2,549 .2,579 S 31.00 S 930.00 247 003 FLEX BASE (TY A) (OR 2 (W) (DC) (COMI?. IN PLACE) BASE COURSE SY 68,428 68,393 S 25.00 S (875.00) 360 001 CONCPAV(81) (CLP) Sy 11,949 11,914 S '63.00 S (2,20S.00) 465 003 CURB 314LET TY A (COMPL) (V-01 EA 24 26 S 3,97S.00 S 7,95D.00 467 6388 SET CrY 11) (18 DO (RCP) (3: 1) (PRECAST) (San Jacinto) SY 0 4 S 2,000.00 S 8,000.00 — 496 003 REMOV m (CURB nzzr) FA 62 64 S 360.00 720.00 496 004 REMOVfMM(JEOX) EA 14 is S 720.00 S -- 720.00 496 005' REMOV STR (CURB & GUTTER ComIIINED) LF 1,380 1.600 S 8.00 S 1,760.00 502 001 BARRICADES, SIGNS, AND TRAFFIC HANDLINGS MO 33 36 S 7,100.00 S 21,300.00 m 001 CONC CURB (TY 11) (MONO) (CL A) (6') LF 23,231 23,451 S 4.30 S 94'6.00 -530 002 DRIVEWAYS (CONC) (6'D BY 4,075 4,709 S 68.00 S 43,044.00 801 008 FURNISH & INSTALL 8"HYMAX ADAPTER, coggL—EMIN PLACE INCLUDING LAB Olt, ASSOCIATED MATERIALS AND F=Gs, mmcKLuo RESTRAINING FLANGES, EXCAVATION. BACKFILT, TESTING, AND THRUST BLOCKING, ALL IN STRICT ACCORDANCE WITH PLANS AM SPECITTCATIONS. EA 3 12 S 1,275.00 S 11,475.00 TOTAL: S 103,893.00 OPIGDL41 CONTRACT AMOUNT: $ 15.984,397.88 NET FROM PREVIOUS CRANGE ORDERS-. $ 15,994,317.88 TOTAL AMOUNT OF THIS CHANGE ORDEP- $ � 103,893.00 PERCENT OF THIS CHANGE ORDER; 0.65% TOTAL rERCENT CHANGE ORDER TO DATE: 0.71% NEW CONTRACT AMOUNT: S 16,098,210.88 ACCEP BY. Al -1 MCOCONTRACTING, INC., REPRESENTATIVE ROADWAY DESIGNPIV-11 REVIEWED BY.- REVIEWED BY: k '/ , x ZHENG TAN, P.E. z z a-, ��-7 CrTY ENGINEER OMO D=11- \,XLIC *0='D APPROVED BY- A STED BY: XYLEnAYES'ERYMANAGER TINA BROUSSARD, C1TY CLERK DATE: August 3,2017 PROJECT: Washington Blvd -Phase H OWNER- CITY OF BEAUMONT CONTRACTOR. ALLCO CHANGE ORDER NO.: I Adjust the estimated quantities to reflect the actual CITY OF BEAUMONT ORIGINAL CONTRACT TIME (DAYs): -100s JADDITIONALTIMEREQUEsTED: 4 INEW C : used in the combletion cifthipr9jeet Item No. Item Code Description Unit I Oli Quantity Nem, Quantity UnitPrice Total 465 OD3 CURB INLErTY A (COIRL) (51-0") EA 17 24 S 3,975.00 S 27,W.00 465 008 MET (coMpp (Top) EA 7 0 - S 2,095.00 S (14.665.0 496 002 REMOV SM (CURB DUXT) EA 5S 62 S 360.00 S 2,520.00 506 003 7Ma SEDIMM4T CONTROL FENCE (INSTALL) EA 18920 17000 IS 250 S (4.800.00) 506 004 ITEW SEDWM CON7ROL RNCE OZEMOVE) FA 18920 --F 17000 $ 0.50 TOTAL: ORIGINAL CONTRACT AMOUNT:. NET FROM PREVIOUS CHANGE ORDERS: TOTAL AMOUNT OF THIS CHANGE ORDER.. PERCENT OF THIS CHANGE ORDFIb TOTAL PERCENT CHANGE ORDER TO DATE: NEW CONTRACT AMOUNT: ACCKfiD BY: )dICOLCONTRACTIN-G, INC, REPRESENTATIVE S 15.984,397.88 S 9,920.00 0.06016 0.06% S 15,994,317.88 REVIEW REVIEWED BY: ZHENdTAN,P-QCITYENGINEER _7SEP,R41AJDALANI, P,,t APPROVED BY: A -STED�Y- Af aj, TINA BROUSSARD, CITY CLERK KYLE HAYES, cTrY MANAGER 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 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, on February P, 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, on June 5, 2018, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-123 authorizing the City Manager to execute Change Order No. 4, in the amount of $16,032.91 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; and, WHEREAS, on July 17, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-157 authorizing the City Manager to execute Change Order No. 5, in the amount of $33,303.00, to adjust bid items and quantities in the contract to accommodate revisions to the storm sewer system; relocate a 16" waterline; and, twenty-two (22) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,155,261.34; and, WHEREAS, on October 16, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-255 authorizing the City Manager to execute Change Order No. 6, in the amount of $215,144.90, to adjust the bid items and quantities in the contract to accommodate for additional sewer work; ground boxes for fiber optics and traffic signals; and, sixty (60) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,370,406.24; and, WHEREAS, Change Order No. 7, in the amount of $128,658.75, is necessary to adjust the bid items and quantities in the contract for additional waterline, surface inlets for storm sewer, and foundations for traffic ground cabinets; traffic signal poles that meet the height requirements needed to fit in the field; and, ten (10) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,499,064.99; 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. 7 for additional work described above, thereby increasing the contract amount by $128,658.75 for a total contract amount of $16,499,064.99 for the Washington Boulevard Pavement Widening Phase 11 (Corporate Drive to Amarillo Street) Project., with sixty calendar days added to the contract for the work. 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 9th day of April, 2019. - Mayor Becky Ames - April 9, 2019 Consider an ordinance authorizing the suspension of the effective date of CenterPoint Energy's proposed rate increase until July 10, 2019 BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: April 9, 2019 REQUESTED ACTION: Council consider an ordinance authorizing the suspension of the effectiv6 date of CenterPoint Energy's proposed rate increase until July 10, 2019. BACKGROUND On March 28, 2019, CenterPoint Energy ("CenterPoint") filed with the City of Beaumont an annual Gas Reliability Infrastructure Program (GRIP) interim rate adjustment notice to increase gas rates in the Beaumont/East Texas Division Service Area. The City of Beaumont maintains exclusive original jurisdiction over the rates, operations and services of CenterPoint as a gas utility operating in the City of Beaumont. The requested increase would ordinarily go into effect sixty (60) days after giving notice of the intent to increase rates. This ordinance is a request to suspend the effective date of CenterPoint's proposed rate increase for a period of forty-five (45) days until July 10, 2019, in order to review the company's filings for compliance with the Gas Utility Regulatory Act and the company's last base rate case. The review of the company's GRIP filing is limited to a ministerial review of the filings for compliance with the Act. FUNDING SOURCE All reasonable expenses associated with rate cases are reimbursable by the company. RECOMMENDATION Approval of resolution. ORDINANCE NO. ORDINANCE OF THE CITY OF BEAUMONT, TEXAS SUSPENDING THE RATES PROPOSED BY CENTERPOINT ENERGY RESOURCES CORP., d/b/a CENTERPOINT ENERGY ENTEX AND CENTERPOINT ENERGY TEXAS GAS ("CENTERPOINT" OR "COMPANY") COMPANY'S GAS RELIABILITY INFRASTRUCTURE PROGRAM ("GRIP") FILING MADE WITH THE CITY ON MARCH 28, 2019; FINDING THAT THE MEETING COMPLIES WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS AND PROVISIONS RELATED TO THE SUBjECT, AND DECLARING AN EFFECTIVE DATE. WHEREAS, on or about March 28, 2019, CenterPoint Energy Resources Corp., d/b/a CenterPoint Energy Entex and CenterPoint Energy Texas Gas ("CenterPoint" or "Company") filed an Annual GRIP adjustment for the Beaumont/East Texas Division with the City of Beaumont ("City") to increase gas rates in the Beaumont/East Texas Division Service Area pursuant to Gas Utility Regulatory Act, TEX. UTIL. CODE ("Gas Utility Regulatory Act") § 104.301; and, WHEREAS, the Company proposed an effective date for the proposed increase of May 27, 2019, unless the City suspends the date for a period no longer than forty-five (45) days; and, WHEREAS, City has exclusive original jurisdiction over the rates, operations and services of a gas utility in areas in the municipality pursuant to Gas Utility Regulatory Act § 103.001; and, WHEREAS, Gas Utility Regulatory Act § 104.301 requires a streamlined process for the recovery of the costs of incremental investment by a gas utility; and, WHEREAS, the City's review of CenterPoint's GRIP filing is limited to a ministerial review of the filing for compliance with the statute; and, WHEREAS, the City finds the need to suspend the effective date of CenterPoint's proposed rate increase for 45 days beyond the Company's proposed effective date until July 10, 2019 in order to review the Company's filing for compliance with Gas Utility Regulatory Act § 104.301; and, WHEREAS, the reasonableness of the Company's investment will be reviewed in CenterPoint's future base rate case where all costs included in CenterPoint's GRIP filing will be subject to refund; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: Section 1. That the statement and findings set out in the preamble to this ordinance are hereby in all things approved and adopted. Section 2. The effective date of the Company's proposed GRIP rate increase, and the proposed tariffs related thereto, is hereby suspended until July 10, 2019. Section 3. To the extent the City finds that the rates proposed by CenterPoint's filing comply with Gas Utility Regulatory Act § 104.301, then the rates will become effective by operation of law on July 10, 2019. Section 4. The meeting at which the ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. Section 5. This Ordinance shall become effective from and after its passage. r PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of April, 2019. - Mayor Becky Ames - ATTEST: PUBLIC EARING Receive comments to hear applicant requests for funding from the 2019 Community Development Block Grant Program as well as input from the public BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager 4��:) t PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: April 9, 2019 REQUESTED ACTION: Council conduct a Public Hearing to hear applicant requests for funding from the 2019 Community Development Block Grant Program as well as input from the public. BACKGROUND Applicants for Public Services and Public Facilities and Improvements funding from the 2019, Community Development Block Grant Program will have the opportunity at this Public Hearing to present details of their applications and answer questions from the City Council. In addition, the public will have the opportunity to comment on the proposed 2019 Community Development Block Grant Program. FUNDING SOURCE U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant funds. RECOMMENDATION Conduct the Public Hearing. CDBG 2019 Applicants for Public Services/Public Facilities Certification of compliance with National Objectives in accordance with subpart C of CFR part 570 projected use of funds meet one National Objective: 1) benefits low and moderate income families, 2) aids in prevention or elimination of slums or blighted conditions, and 3) meet other community development needs having a particular urgency. Community Public Services/Ho usi ng/Ed u cation a I 1. CATHOLIC CHARITIES OF SOUTHEASTTEXAS $21,655 Funding will be used to reimburse a percentage of the salary for the (ABC) Program Director for the Asset Building Case Management Program. These expenses include but are not limited to personnel costs, allocated management and general expenses, printing, materials, supplies and volunteer training. 2. FAMILY SERVICES OF SOUTHEASTTEXAS $10,000 Funding will be used to pay for cost of utilities at the shelter that houses women who are victims of domestic abuse and their children. 3. GIRL'S HAVEN $10,000 Funding will be used to purchase the Kaleida Care data system, an online care management and reporting software solution. The data system will allow documentation and reporting of client information in a more confidential and efficient manner. Services provided include: staff training, psychiatric treatment, individual and group therapy for residents of a residential facility that provides housing and other services to girls who cannot live at home or, are under the care of Child Protective Services. 4. HABITAT FOR HUMANITY $20,000 Funding combined with additional funding sources will be used to construct a single family home at 3 0 10 Filmore Street for a low to moderate income family. 5. HENRY'S PLACE/SOME OTHERPLACE $20,000 Funding will be used to pay for operational costs at a facility that serves homeless, mentally disabled persons. Costs to include: assistance with utility bills, repair/maintenance of equipment, offi ce/custo dial supplies, salaries and professional fees. 6. HOPE WOMEN'S RESOURCE CLINIC $10,000 Funding will be used to pay for the cost of equipment and testing for Sexually Transmitted Infections (STI). These tests are provided for our low to moderate income clients that are provided confidential counseling, pregnancy testing, educational classes and community referrals. 7. I.E.A. (INSPIRE, ENCOURAGE, ACHIEVE) $20,000 Funding for the purchase of a van or mini bus to transport youth to activities associated with counseling, mentoring, tutoring and other pro -social experiences that promote positive youth development for those that are housed at the juvenile justice center. 8. JANAYAH'S LOVE SICKLE CELL FOUNDATION $10,000 Funding will be used to pay for educational materials, lease space fee, phone/internet charges, marketing outreach services, office supplies and healthy snacks. Our mission is to bring awareness to Sickle Cell Disease. Awareness and Outreach is offered to citizens of Beaumont through a collaboration with BISD, monthly support meetings and one on one counseling sessions. 9. JONATHON WILLIAMS CENTER FOR THE PERFORMING ARTS $3,843 Funding will be used to purchase (7) wireless audio headsets to be used for the production of the - � Scrooge and all other productions by this center for the arts. 10. JULIE ROGER'S GIFT OF LIFE PROGRAM $35,731 Funding will be used to pay for the rental'of a facility used for the health fairs/events, vital lab reports for screenings and testing for prostate cancer, cholesterol and primary care tests for more than 300 low to moderate income individuals; printing and the purchase of educational outreach literature, and the purchase a 2018 Ford Van, used to transport clients to -and from screenings and medical appointments. 11. Shorkey Center $6,000 Funding will be used to purchase a set of 18 gauge galvanized metal doors and their installation after the removal of the old existing doors to the pool area. The pool is used for aquatic therapy to help restore strength and movement to the clients that participate in the Adapted Aquatic Therapy Program. 12. SETX FAMILY RESOURCE CENTER $10,000 Funding will be used to facilitate an after-school and summer enrichment program, building and vehicle maintenance costs and repairs, supplies for the Jazzy Public Facilities f 411A-19�1 Seniors Program, costs to include (health screenings, family activity nights, food distribution, and resource referrals, kitchen supplies, and paper/plastic goods). Funding will also enhance educational programs, computer literacy (ink/paper, educational & learning software and copier machine toner), GED library (books, books on tape, music and equipment). All services provided to benefit the low to moderate income areas of Beaurnont, 13. SOUTHEAST TEXAS FOODBANK $15.000 Funding will be used to purchase food that will be distributed to low to moderate income families and children that are enrolled in the Backpack Program that provide food for the weekends. 14. Tender Loving Care/Legacy CDC $20,000 Funding will be used to cover the costs of the Home Buyers Education Certification and Credit Counseling courses which are needed for clients to participate in the I' Time Homebuyers Program, for the City of Beaumont. The financial and credit counseling is provided to low income families and residents of Beaumont that 2019 HUD CONSOLIDATED GRANT PROGRAM Preliminary COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) 2019 Budget CLEARANCE AND DEMOLITION 175,000 Funds will be used to demolish unsafe, unsanitary and uninhabitable residential structures located in low to moderate income areas. PUBLIC FACILITY & IMPROVEMENT 500,000 Special Projects to include development of infill housing, water & sewer line repairs and infrastructure. HOUSING Minor Rehabilitation Program (Habitat for Humanity) 223,505 PUBLIC SERVICES/PUBLIC FACILITIES 200,000 Public Service Organizations Funds will be used for administrative and operating costs for various public service organizations that provide services to low/moderate income citizens. I ADMINISTRATION 253,270 Funds will be used for personnel and operating expenses necessary for compliance with the planning, execution, and regulatory requirements associated with the implementation of the HUD Consolidated Grant Program. TOTAL ENTITLEMENT 1,351,775 Program Income 100,000 Small Business Loan Historic Preservation Loan Fund Clearance and Demolition *Program Income is Estimated TOTALCDBG 1,451,775 HOME Budge AFFORDABLE HOUSING PROGRAM Funds will be awarded to a non-profit housing development organization that will assist low/moderate income families in the process of acquiring a home (down payments assistance/closing costs, and mortgage buy downs). HOME ADMINISTRATION 50,570 CHDO OPERATING (5%) 25,285 (Community Housing Development Organization Operating) CHDO RESERVE (15%) 75,856 (Community Housing Development Organization Reserve) ENTITLEMENT (70%) 353,993 TOTAL HOME 505,704 As of 3/28/19