Loading...
HomeMy WebLinkAboutPACKET JUL 23 2019BEAUM.ONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JULY 23, 2019 1:30 PM CONSENT AGENDA Approval of minutes — July 9, 2019 Confirmation of board and commission member appointments A) Approve a resolution rejecting a bid received for the Sewer Manhole Rehabilitation Work Order Contract — Phase III, (Rebid) B) Authorize the City Manager to approve the final payment for the Tyrrell Historical Library Staircase Repairs, Lath Plaster Restoration, and Painting Project C) Authorize the City Manager to execute Change Order No. 1, accept maintenance, and authorize final payment for the Sewer Manhole Rehabilitation Work Order Contract (Rebid) D) Approve a resolution accepting a payment or payments to resolve multiple weed/litter liens and waiving the interest accrued related to property at 1402 Maple E) Authorize the City Manager to sign a Memorandum of Understanding with the Humane Society of Utah F) Authorize the City Manager or his designee to execute a contract with TransUnion Risk and Alternative Data Solutions, Inc. G) Approve a contract with Jack Built Contractors, LLC for the construction of a ramp at the Julie Rogers Theatre H) Authorize the City Manager to submit a Letter of Intent and an Airport Project Participation Application to TxDOT Aviation for improvements at the Beaumont Municipal Airport Fil BEAU'MON-T TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution rejecting a bid received f6r the Sewer Manhole Rehabilitation Work Order Contract.— Phase III, (Rebid). BACKGROUND This project would have been used to rehabilitate existing manholes by coating the inside walls with concrete liner and by adjusting/resetting defective manholes. On July 11, 2019, one (1) bid was received for furnishing all labor, materials, equipment, and supplies for the project. The one (1) bid is indicated in the table below: Based on a review of the one bid submitted, the Water Utilities Administration recommends rejecting the bid. The project will be rebid at a later date. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. Contractor Total Base - Total Award Contract6r Allowance Location Bid Amount T -Gray Utility & Rehab, LLC Houston, TX $779,629.50 $20,0000.00 $799,629.50 Based on a review of the one bid submitted, the Water Utilities Administration recommends rejecting the bid. The project will be rebid at a later date. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, on July 11, 2019, one (1) bid was received for the Sewer Manhole Rehabilitation Work Order Contract — Phase III Project; and, WHEREAS, the Water Utilities Administration evaluated the one (1) bid and found that the bid was over the Engineer's estimate; and, WHEREAS, it is the recommendation of City of Beaumont Water Utilities Administration to reject the bid and to rebid the project at a later date; and, WHEREAS, the City Council finds it is not in the best interest of the citizens of Beaumont to accept the bid for the Sewer Manhole Rehabilitation Work Order Contract — Phase III Project and that said bid should be rejected; NOW, THEREFORE,, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and,, THAT the City Council does hereby reject the bid received for the Sewer Manhole Rehabilitation Work Order Contract — Phase III Project. Q 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 23rd day of July, 2019. - Mayor Becky Ames - BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Keith Folsom, Facilities Maintenance Director MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to approve the final payment for the Tyrrell Historical Library Staircase Repairs, Lath Plaster Restoration, and Painting Project located at 695 Pearl Street. BACKGROUND On January 29, 2019, by Resolution No. 19-026, City Council awarded H. B. Neild & Sons, Inc.,. of Beaumont the contract for Staircase Repairs, Lath Plaster Restoration, and Painting of the Tyrrell Historical Library in the amount of $130,880.25. The project had a total of three (3) change orders. Change Order No. 1 in the amount of $12,164.78 and Change Order No. 2 in the amount of $408.82 were executed by the City, Manager making the final contract price $143,453.85. Change Order No. 3 resulted in the addition of 20 days to the original contract time of 70 days and was executed by the City Manager with no change to the final contract price. The project has been inspected by Facilities Maintenance and found to be complete in accordance with the provisions and terms set forth in the contract. Acceptance of maintenance and final payment in the amount of $19,632.04 is recommended. FUNDING SOURCE Tyrrell Historical Library Trust Fund and Capital Reserve Fund. RECOMMENDATION Approval of the resolution. BEAUMONT Facilities Maintenance CHANGE ORDER Project: City of Beaumont Change Order Number: 1 Staircase Repairs, Lath Plaster Restoration And Painting of the Tyrrell Historical Library Date: April 8, 2019 City Bid No: TF1 119-05 Contractor: H. B. Neild P. O. Box 22555 Beaumont, Texas 77720-2555 The Contract is changed as follows: Remove and replace two existing floor joists on the 2nd floor Work Room 201 that supports the wooden staircase, remove all of the existing wood flooring in Work Room 201 and replace with new stained wood flooring to match existing, .remove and replace wood base boards as needed, remove and replace plaster ceiling as needed to make repairs to the wood joists, remove and replace wood skirt board, and touch-up painting as needed. The damaged wood components scheduled to be replaced resulted from termite damage. TOTAL: The Original Contract Sum was $12,164.78 $130,880.25 The net change by previously authorized Change Orders $0.00 The Contract Sum prior to this Change Order was $130,880.25 The Contract Sum will be increased by this Change Order in the amount of $12,164.78 The new Contract Sum including this Change Order therefore is The Contract Time will be increased by fourteen (14) days. H.B. Neild P. O. Box 22555 Beaumont, Texas 77720-2555 a Z -q - City of Beaumont 1848 Pine St. $143,045.03 Beaumont, Texas 77703 `ice By (Signature) By (Signature) HHBNefld Conlraclolti and Cmislrucdon Manages COMMERCIAL- INSTITUTIONAL- INDUSTRIAL www.hbn.ilds h (`11 ii(!• x.'.:1'7 4/5/2019 To: City of Beaumont C/O: Mr. Thomas Ashworth Re: Tyrell Library— Staircase Renovation — 2nd Floor, Joist Replacement at Staircase E — Change Request (2) Mr. Ashworth, H.B. Neild & Sons is pleased to furnish the labor, equipment, and supervision for the renovations at the Tyrell Library — 695 Pearl St. Beaumont, TX. This change request will be completed for a lump sum of $12,164.78 (Twelve Thousand, One Hundred Sixty Four Dollars and 78/xx). This change request will take 14 days to complete. PROPOSED WORK SCOPE • Remove and replace two existing floor joists on the 2nd floor, tying into staircase E. • Remove all existing flooring in Work Room 201, and replace with new stained flooring to match existing. • Remove and replace floor base as needed. • Remove and replace any plaster needed to remove the existing joists. • Remove and replace sldrtboard. • Touch-up paint as needed. CLARIFICATIONS and EXCLUSIONS 1. This proposal is based on our ability to perform the scope of work uninterrupted. Any delays beyond our control, including unforeseen work stoppages, will result in additional charges. 2. This proposal is based on a working week of 4 ten hour days (Monday — Thursday). 3. No additional overtime beyond a 40 hour work week has been included. 4. All safety and site access requirements have been included. 5. This proposal is good for 30 days from date posted above. 6. Any additional work other than the work listed above will be extra to the above price. 7. Removal, relocation, haul off or disposal of any undisclosed or unforeseen materials uncovered, unearthed, or otherwise discovered during course of construction has been specifically excluded. Any down time associated with undisclosed or unforeseen materials encountered during construction will result in additional charges to the owner. 8. All tax has been included. 9. All dumpsters have been included. 10. This proposal excludes any unforeseen7damaged material behind the listed scope of work. 01 HBNeild 011 HBNeild Contnctom and ConStI CliDn Managers COMMERCIAL- INSI7MIONAL-INDUSTRIAL w -hbnelld.mm 11 U 13UK 1."L55Fi 11('dL1111011t, TX 7/772,10-2555 91'1 4011.812 227 Pax 109 842,0369 As always, thank you for the opportunity. If you have any questions, please feel free to contact me. Sincerely, Thomas B. Neild, Jr. Project Manager H HBNeild RESOLUTION NO. 19-085 WHEREAS, on January 29, 2019, the City Council of the City of Beaumont, Texas passed Resolution No.. 19-026 awarding a contract in the amount of $130,880.25 to H.B. Neild & Sons, Inc., of Beaumont, Texas, for the Tyrrell Historical Library Staircase Repairs, Lath Plaster Restoration, and Painting Project; and, WHEREAS, Change Order No. 1, in the amount of $12,164.78, is required to remove and replace two existing floor joists on the second floor Work Room 201 that supports the wooden staircase; remove all of the existing wood flooring in Work Room 201 and replace with new stained wood flooring to match existing; remove and replace wood base boards as needed; remove and replace plaster ceiling as needed to make repairs to the wood joists; remove and replace wood -skirt board; and, touch-up painting as needed in Work Room 201, thereby increasing the total contract amount to $143,045.03; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 1, in -the amount of $12,164.78, for additional work described above, thereby increasing the total contract amount to $143,045.03 for the Tyrrell Historical Library Staircase Repairs, Lath Plaster Restoration, and Painting 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 16th day of April, 2019.pN,, ��, BEAUMONT Facilities Maintenance CHANGE ORDER Project: City of Beaumont Change Order Number: 2 Staircase Repairs," Lath Plaster Restoration And Painting of the Tyrrell Historical Library Date: May 20, 2019 City Bid No: TF1 119-05 Contractor: H. B. Neild P. O. Box 22555 Beaumont, Texas 77720-2555 The Contract is changed as follows: Remove and repair a section of the existing decorative wood handrail located on the second -floor level. The damaged wood components scheduled to be repaired resulted from termite damage. TOTAL: The Original Contract Sum was The net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order in the amount of The new Contract Sum including this Change Order therefore is $408.82 $130,880.25 $12,164.78 $143,045.03 $408.82 $143,453.85 I The Contract Time will not be changed by this Change Order. H.B. Neild P. O. Box 22555 Beaumont, Texas 77720-2555 City of Beaumont 1848 Pine St. Beaumont, Texas 77703 By (Signature) By (Signature) W HBNeild CnnlracWlsand Cnnsi-CLi011 Managers COMMERCIAL. INSTIN770MA I.- INOUSTRIAI, W—hb—Ild.com I1.0 13o "s`S55 l!eaumou[, 77; 777,20-2)5q-, T01 P<IS 101J.131 :113611 5/15/2019 To: City of Beaumont C/O: Keith Folsom Re: Tyrell library Staircase Renovations - Handrail Caulking and Finishing Keith, H.B. Neild& Sons is pleased to -furnish the labor, equipment, and supervision for the renovations at the Tyrell Library - 695 Pearl St, Beaumont, TX 77701. This project will be completed for a lump sum of $408.82 (Four - Hundred Eight Dollars and 82/xx). PROPOSED WORK SCOPE • Remove and caulk existing handrail. Re -install to match original. C L4 MICATIONS and.EXCLUSIONS 1. This proposal is based on our ability to perform the scope of work uninterrupted. Any delays beyond our control, including unforeseen work stoppages, will result in additional charges. 2. This proposal is based on a working week of 5 eight hour days (Monday — Friday). 3. No additional overtime beyond a 40 hour work week has been included. 4. All safety and site access requirements have been included. 5. This proposal is good for 30 days from date posted above. 6. Any additional work other than the work listed above will be extra to the above price. 7. Removal, relocation, haul off or disposal of any undisclosed or unforeseen materials uncovered, unearthed, or otherwise discovered during course of construction has been specifically excluded. Any down time associated with undisclosed or unforeseen materials encountered during construction will result in additional charges to the owner. S. All tax has been included. 9. All dumpsters have been included. 10. This proposal excludes any unforeseen/damaged material behind the listed scope of work. As always, thank you for the opportunity. If you have any questions, please feel free to contact me. Sincerely, Thomas B. Neild, Jr. Project Manager -UHBNeild BEAUMONT Facilities Maintenance CHANGE ORDER Project: City of Beaumont Change Order Number: 3 Staircase Repairs, Lath Plaster Restoration And Painting of the Tyrrell Historical Library Date: June 27, 2019 a City Bid No: TF1 119-05 Contractor: H. B. Neild and Sons, Inc. P. O. Box 22555 Beaumont, Texas 77720-2555 The Contract is changed as follows: The contractor has requested a time extension for the project due to additional findings underneath the staircase and additional scope of work requested. TOTAL: $0:00 The Original Contract Sum was $130,880.25 The net change by previously authorized Change Orders $12,573.60 The Contract Sum prior to this Change Order was $143,453.85 The -Contract Sum will be increased by this Change Order in the amount of $0.00 The new Contract Sum including this Change Order therefore is $143,453.85 The original contract time of seventy (70) days was increased by fourteen (14) days because of Change Order No. 1 and this change order will result in an increase of, twenty (20) days. Because of Change Orders No. 1, 2 & 3, the original completion date of May 7, 2019 will be changed to June 13, 2019. H.B. Neild P. O. Box 22555 Beaumont, Texas 77720-2555 City of.Beaumont 1848 Pine St. Beaumont, Texas 77703 L ll. By (Signature) H. B. Neild & Sons, Inc. P.O. Box 22555 Beaumont, TX 77720-2555 Ph: (409)842-2272 Change Order Project: 2019-783-10 Tyrrell Library Renovations To Contractor: H. B. Neild & Sons, Inc. P.O. Box 22555 Beaumont, TX 77720-2555 The Contract is changed as follows: Twenty (20) Additional Working Days 2 Twenty (20) Additional Working Days Change Order: 3 Date: 6/24/2019 Architect's Project: The original Contract Amount was Net change by previously authorized Change Orders The Contract Amount prior to this Change Order was The Contract will be increased by this Change Order in the amount of The new Contract Amount including this Change Order will be The Contract Time will be increased by 20 Days. The date of Substantial Completion as of the date of this Change Order therefore is NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACT AND OWNER. H. B. Neild & Sons, Inc. ARCHITECT CONTRACTOR P.O. Box 22555 Beaumont, TX 77720-2555 (Signature) (Signature) By OWNER (Signature) Date Date Date $0.00 $130,880.25 $12,573.60 $143,453.85 $0.00 $143,453.85 RESOLUTION NO. WHEREAS, on January 29, 2019, the City Council of the City of Beaumont, Texas passed Resolution No. 19-026 awarding a contract in the amount of $130,880.25 to H.B. Neild & Sons, Inc., of Beaumont, Texas, for the Tyrrell Historical Library Staircase Repairs, Lath Plaster Restoration, and Painting Project; and, WHEREAS, on April 16, 2019, the City Council of the City of Beaumont, Texas passed Resolution No. 19-085 authorizing the City Manager to execute Change Order No. 1, in the amount of $12,164.78, to remove and replace two existing floor joists on the second floor Work Room 201 that supports the wooden staircase; remove all of the existing wood flooring in Work Room 201' and replace with new stained wood flooring to match existing; remove and replace wood base boards as needed; remove and replace plaster ceiling as needed to make repairs to the wood joists; remove and replace wood skirtboard; and, touch-up painting as needed in Work Room 201, thereby increasing the total contract amount to $143,045.03; -and, WHEREAS, on May 20, 2019, the City Manager executed Change Order No. 2, in the amount of $408.82, to remove and; repair a section of the existing decorative wood handrail located on the second -floor level as a result of termite damage, thereby increasing the total contract amount to $143,453.85; and, WHEREAS, on June 27, 2109, the City Manger executed Change Order No. 3 only to allow a time extension of twenty (20) calendar days for the project due to additional findings underneath the staircase, thereby having no affect on the total contract amount of $143,453.85; and, WHEREAS, the project has been inspected by the Facility Maintenance Department and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, `BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the Tyrrell Historical Library Staircase Repairs, Lath Plaster Restoration, and Painting Project be and the same is hereby accepted; and, BE IT FURTHER RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $19,632.04 to H.B. Neild & Sons, Inc., of Beaumont, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 23rd day of July, 2019. - Mayor Becky Ames - M �; J C BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution authorizing the.City Manager to execute Change Order No. 1, accept maintenance, and authorize final payment for the Sewer Manhole Rehabilitation Work Order Contract (Rebid). BACKGROUND On March 6, 2018, by Resolution 18-059, City Council awarded a contract to F & L Coatings and Concrete, LLC, of League City, in the amount of $323,700.00. Change Order No. 1, in the amount of $6,374.70 is required to adjust estimated quantities inthe contract to reflect the actual quantities used in the completion of the project. The project has been inspected by Water Utilities and found to be complete in accordance with the provisions and terms set out in the contract. Approval of Change Order No. 1, acceptance of maintenance, and final payment in the amount of $16,503.74 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. _ RESOLUTION NO. 18-059 WHEREAS, the City of Beaumont solicited bids for the Sanitary Sewer Manhole Rehabilitation Work Order Contract; and; WHEREAS, F & L Coatings and Concrete, LLC, of League City, Texas, submitted a complete bid meeting specifications in the amount of $323,700.00; and, WHEREAS, the City Council is of the opinion that the bid submitted by F & L Coatings and Concrete, LLC, of League City, 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. F & L Coatings and Concrete, LLC, of League City, Texas, in the amount of $323,700.00 to furnish all labor., materials, equipment, and supplies for the Sanitary Sewer Manhole Rehabilitation Work Order Contract; and, BE 1T FURTHER RESOLVED THAT the City Manager be and he is hereby . authorized to execute a Contract with F & L Coatings and Concrete, LLC, of League City, 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 6th day- of March, 2018. CITY OF BEAUMONT DATE: July 2, 2019 PROJECT: Sanitary Sewer Manhole Rehabilitation Work Order Contract (Rebid) OWNER: CITY OFBEAUMONT CONTRACTOR: F & L Coatings and Concrete, LLC CHANGE ORDER: 1 THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adjustment of estimated quantities in the contract to reflect the actual quantities used in the completion of the project. Add/Delete Construction Items and/or Quantities to the Contract: ITEM ITEM CODE DESCRIPTION UNIT BID QUANTITY ACTUAL QUANTITY UNIT PRICE CHANGE ORDER NO. AMOUNT Mobilization, including payment bond, performance bond, insurance, andLS I _ moving a ui mento roject l 0.83 $ 12,000.00 $ (2,000.00) 2 502 Barricades, Signs and Traffic Handling EA 10 0 $ 300.00 $ (3,000.00) Adjust/Reset Manhole with New Frame and Cover Up to One Foot in Paved 3 2555 EA 20 12 $ 900.00 $ (7,200.00) Adjust/Reset Manhole with Existing Frame and Cover Up to One Foot in 4 2555 EA Paved Areas 20 6 $ 720.00 $ (10,080.00) Adjust/Reset Manhole with New Frame and Cover Up to One Foot in 5 2555 EA Un awed Areas 35 91 $ 660.00 $ 36,960.00 6 2555 Adjust/Reset Manhole with Existing Frame and Cover Up to One Foot in EA Unpaved Areas 95 84 $ 480.00 $ (5,280.00) 7 2555 Adjust/Reset Manhole, Excess Over One Foot VF 20 0 S 120.00 $ _ (2,400.00) Rehabilitation of Manhole by I" Thick Concrete Liner Approved Mix Design 8 2555 VF (Including Bench Work) 700 886.665 $ 180.00 $ 33,599.70 9 2555 Manhole Inserts EA 30 87 $ 240.00 $ 13,680.00 10 2555 Frame to Manhole Seal EA 50 4 $ 480.00 $ (22,080.00) 11 2555 Rehabilitation of Manhole Benches and Inverts (only when constructed EA 30 31 without wall linin $ 600.00 $ 600.00 - - Unforseen Work as Directed by the Owners ALLOW 1 0.12 $ 30,000.00 $ (26,425.00) ORIGINAL CONTRACT AMOUNT: NET FROM PREVIOUS CHANGE ORDERS: TOTAL AMOUNT OF THIS CHANGE ORDER: PERCENT OF THIS CHANGE ORDER: TOTAL PERCENT CHANGE ORDERS TO DATE: NEW CONTRACT AMOUNT: CONTRACTTIME Original Contract Time: 365 Change Order No. l: 57 Revised Contract Time: 422 � t ACCEPTED BY F & L TIN A .ONCR LLC RECOMMENDED BY: � JOSEPH M ALANI, P.E., PUBLIC WO RECTOR TOTAL AMOUNT ADDED TO THE CONTRACT is 6,374.701 S 323,700.00 S 6,374.70 1.97 1.97 S 330,074.70 PREPARED BY:0vi AVERT CHAN, WATER UTILITIES DESIGNER III APPROVED BY: ATTESTED BY: KYLE HAYES, CITY MANAGER TINA BROUSSARD. CITY CLERK FINAL PAYMENT, GENERAL RELEASE, & INDEMNITY AGREEMENT STATE OF TEXAS KNOWN ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON § That F & L Coatings and Concrete, LLC, a limited liability company, With an office at 1902. E Independence Ave, League City, Texas 77574, in consideration of the payment of $16,503.34 representing the final payment under the contract dated March 29, 2018 between the undersigned and City of Beaumont covering the Sanitary Sewer Manhole Rehabilitation Work Order Contract Rebid does hereby certify and warrant that it has been fully paid on account of said contract and does further certify and warrant that it has fully paid and satisfied all claims for work, labor, materials, and supplies, equipment and all other items used or furnished by the undersigned or its subcontractor(s) or suppliers in the performance of said contract. The undersigned, in consideration of the final payment being made by City of Beaumont pursuant to such contract, does hereby release and forever discharge F.& L Coatings and Concrete, LLC from any right of lien it may have against the real property known as the Sanitary Sewer Manhole Rehabilitation Work Order Contract (various locations) under said contract and the undersigned hereby agrees to defend, indemnify, and hold harmless City of Beaumont from and against all claims, demands and liabilities arising out of labor performed or material and equipment supplied by the undersigned or by its subcontractors or suppliers in connection with the performance of said contract. IN WITNESS WHEREOF. the undersigned has caused this Release and Indemnity to be executed by its duly authorized officer this h� day of l ( , 20_1 . By: PrP jPh� Title County of: a a I U eF5+O i t , Texas Before me, r- h V i-z4ef (A yi 60 Fel' r i Pi , a Notary Public in and for said county, personally appeared O h I Q U 1P— R' y i e, and acknowledged that he/she did sign and execute the above Release and Indemnity. .�"'rn���•, CHRISTEL UNABIA FERRIE ,.f+S Notary Public, State of Texas MAW Comm. Expires 07-30-2040 Notary 10 129071234 11 F&L Coatings And Concrete, LLC Office: 281-316-2203 Email: Monique@flcoatings.com P.O. Box 1113 Bill To City of Beaumont P.O. Box 3827 Beaumont, TX 77704-3827 Invoice Date Invoice # 6/17/2019 15413 APPROVED FOR PAYM NT SIGNATURE: GRAW pATE:� �o_l R APPROVED FOR P V NT C. SIGNATURE: DATE: P.O. No. Terms Project Net 30 Quantity Description Rate Amount CONTACT: AVERI CHAN (409) 730-4409 PROJECT: SANITARY SEWER REHABILITATION WORK ORDER CONTRACT. BID NO. WU0118-10 (REBID) 1 FINAL RETAINAGE PAYMENT DUE 16;503.74 16,503.74 If you have any questions regarding this invoice please e-mail Christel@flcoatings.com Total $16,503.74 APPROVED FOR PAYM NT SIGNATURE: GRAW pATE:� �o_l R APPROVED FOR P V NT C. SIGNATURE: DATE: RESOLUTION NO. WHEREAS, on March 6, 2019, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-059 awarding a contract in the amount of $323,700.00 to F &' L coatings and Concrete, LLC, of League City, Texas, for the Sewer Manhole Rehabilitation Work Order Contract; and, WHEREAS, Change Order No. 1, in the amount of $6,374.70, is necessary to adjust estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby increasing the total contract amount to $330,074.70; and, WHEREAS, the project has been inspected by the Water Utilities Department and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 1 for additional work described above, thereby increasing the contract amount by $6,374.70 for a total contract amount of $330,074.70 for the Sewer Manhole Rehabilitation Work Order Contract; and, THAT the Sewer Manhole Rehabilitation Work Order Contract be and the same is hereby accepted; and, BE IT FURTHER RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $16,503.74 to F & L Coatings and Concrete, LLC, of League City, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 23rd day of July, 2019. - Mayor Becky Ames - [A BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution accepting a payment or payments to resolve multiple weed/litter liens and waiving the interest accrued. BACKGROUND In the years of 2009 and 2014, two (2) liens were attached to property legally described as McFaddin HTS L21 B24, 1402 Maple. The principal amount due is $4,980.97 and total interest accrued since the filing of said liens is $2,785.90 with lien assessment fees of $100.00, for a total amount of $7,866.87. In addition, weed abatement fees not included in the liens are due in the amount of $3,454.18. A payment would be made in the amount of $5,080.97 (principal amount due plus lien assessment fees) and in the amount of $3,454.18 to provide clear title to the property. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. Our plan is to purchase this property to go along with the property we now own under Witt/Brantley properties. This project would be approx. $800,000 to $1M, for a 20,000 sq. ft. warehouse, which would generate additional tax revenue for the city. Thanks for your help on this and please let me know if you need additional info. Thanks Tom From: Chris Boone [ma iIto: Chris. Boone(cbBea umontTexas.aov] Sent: Wednesday, July 03, 2019 11:18 AM To: Tom Schwaab Subject: Re: 1402 Maple st Tom, Attached is the balance as of today (although the note says that there may be some additional cuts made by the City). If you can provide some details on the proposed project, I would be happy to submit to the Manager for consideration of a reduction in the amount. Thanks, Chris WEED LIEN MALLINEE DIGGS MCFADDIN HTS L21 B24 1402 MAPLE JCAD #143100-000-002200-00000-1 INSTRUMENT NO. 2014033335 Lien Filed 10/16/2014 Interest thru 07/02/2019 # of days 1,696 Per diem 1.104 Lien assessment fee For a Subtotal of LITTER LIEN MALLINEE DIGGS MCFADDIN HTS L21 B24 1402 MAPLE JCAD #143100-000-002200-00000-1 INSTRUMENT NO. 2009047727 9 Assessment Interest Total 4,030.97 1,873.02 $5,903.99 $50.00 $5,953.99 Assessment Interest Total WEED LIEN MALLINEE DIGGS MCFADDIN HTS L21 B24 1402 MAPLE JCAD #143100-000-002200-00000-1 INSTRUMENT NO. 2014033335 Assessment Interest Total Lien Filed 10/16/2014 4,030.97 1,888.48 $ 5,919.45 Interest thru 07/16/2019 # of days 1,710 Per diem 1.104 Lien assessment fee For a Subtotal of LITTER LIEN MALLINEE DIGGS MCFADDIN HTS L21 B24 1402 MAPLE JCAD #143100-000-002200-00000-1 INSTRUMENT NO. 2009047727 $ 50.00 $ 5,969.45 Assessment Interest Total Lien Filed 12/18/2009 950.00 897.42 $ 1,847.42 Interest thru 07/16/2019 # of days 3,448 Per diem 0.26 Lien assessment fee For a Subtotal of THERE ARE ALSO DUE AND OWING ADDITIONAL WEED ABATEMENT FEES NOT INCLUDED IN THE LIENS: (AS OF 07/01/19) *** FEES WILL CONTINUE TO ACCRUE AS LONG AS CITY MAKES ADDITIONAL CUTS. *** FOR A GRAND TOTAL OF $ 50.00 $ 1,897.42 $ 3,454.18 $ 11.321.05 RESOLUTION NO. WHEREAS, two (2) weed/litter liens, dated in the years 2009 and 2014, in the amount of $7,886.87, represented by $4,980.97 in principal, $2,785.90 in,interest and $100.00 in lien assessment fees; and, weed abatement fees in the amount of $3,454.18 exist against property described as 1402 Maple Street, McFaddin HTS L21, B24; and, WHEREAS, Howell Furniture is offering to compromise and settle the amount of the payoff of the liens for the amount of $5,080.97 and weed abatement fees in the amount of $3,454.18, for property described as 1402 Maple, McFaddin HTS L21 B24; and, WHEREAS, the City recommends approving payment in the amount of $5,080.97, being $4,980.97 in principal and $100.00 lien assessment fees, for the payoff of weed/litter liens on property described as 1402 Maple Street, McFaddin HTS L21 B24, waiving interest in the amount of $2,785.90 and approving payment in the amount of $3,454.18 for the payoff of weed abatement fees on property described as 1402 Maple Street, McFaddin HTS L21 B24 is in the best interest of the City of Beaumont; 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 compromise payoff of the weed/litter liens and weed abatement fees for 1402 Maple Street, McFaddin HTS L21 B24 be and they are hereby approved in the settlement amount of $8,535.15, being $4,980.97 in principal, $100 in lien assessment fees, and $3,454.18 in weed abatement fees; and, interest be and it is hereby waived in the amount of $2,785.90; and, BE IT FURTHER RESOLVED THAT the City Manager is hereby authorized to execute all documents necessary to evidence .the release of the weed/litter liens and weed abatement fees in the amount of $11,321.05 for the above described property in return for the payment of $8,535.15 in principal, lien assessment fees and weed abatement fees. 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 23rd day of July, 2019. - Mayor Becky Ames - E BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Chief Technology Officer MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to sign a Memorandum of Understanding with the Humane Society of Utah. BACKGROUND The City of Beaumont's Animal Care facility, continues to take in a substantial number of animals each month, and the facility is normally filled to capacity. To help reduce our population, we routinely work with several rescue organizations that take some of the animals. To fiirther these efforts, we are working with the Humane Society of Utah. They require a Memorandum of Understanding in place prior to a transport of animals. The proposed MOU is attached for your review. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute an Animal Transport Memorandum of Understanding between the City of Beaumont and the Humane Society of Utah for the purpose of transferring animals from the City of Beaumont Animal Care facility to the Humane Society of Utah with the intent of finding permanent placement for the animals. The Animal Transport Memorandum of Understanding is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 23rd day of July, 2019. - Mayor Becky Ames - HUMANE SOCIETY OF UTAH Memorandum of Understanding This Animal Transport Memorandum of Understanding (this "MOU") is entered into as of this day of 2019 (the "Effective Date") and is made by and between _ a organization having an address of (the "Source Agency") and a organization having an address of (the "Destination Agency"). WHEREAS, Source Agency confirms its intent to transfer certain animals to the Destination Agency and confirms it is the rightful owner of any animals that may be transferred and that such animals have surpassed any applicable state or municipality required stray hold period; if a patron is trying to claim an animal from a source agency, the source agency will not forward the patron to the destination agency. The source agency may elect to contact the destination agency and If the animal is still available, the source agency may arrange return transport; and WHEREAS, Destination Agency has the desire, as well as the available space and sufficient resources, to take ownership and possession of the animals with the intent of finding permanent placement for the animals; and WHEREAS, Destination and Source Agencies shall mutually arrange for the safe and humane transport of the animals ("Transport") through its own means or through the assistance of a reputable third party carrier; and WHEREAS, Source Agency shall transfer, and Destination shall accept, all rights, ownership, control and responsibility of the animals in accordance with the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises contained herein and for other good and valuable consideration the receipt of which is acknowledged, the Agencies hereby agree as follows: EXHIBIT "A" AGREEMENT: 1. Confirmation of the Viability of a Transport Program Both Agencies have reviewed and confirmed the following: a. Each Agency's motivation for participating in animal transport b. The impact on and capacity of each Agency to engage in animal transport c.The impact on and capacity of each Agency's community if that Agency participates in animal transport d. A high likelihood of improving the outcome for animals if a transport program is implemented e. A strong commitment to transparent collaboration 2. Key Transport Program Elements The transport program operates within these parameters: a. Public health and safety will be the primary concerns. b. Agencies will be registered 501-C-3 or municipal organizations. c. Agencies and all their representatives will abide by all local, state and federal regulations. d. Humane standards of care will be afforded to every animal being transported. e. Animal Transport Best Practices as outlined by The Association for Animal Welfare Advancement will be utilized to establish and improve the program. 3. Terms This MOU shall be effective as of the Effective Date written above and binding upon the Parties until the notice of termination is provided by either Party of this MOU. A 30 day notice of termination is desired but not required. IN WITNESS WHEREOF, the Parties have, by their authorized agents, signed and delivered this Agreement as of the Effective Date set forth above. SOURCE AGENCY: SIGNATUR PRINT: TITLE: DESTINATION AGENCY: SIGNATURE: PRINT: TITLE: The Association for Animal Welfare Advancement.. BEST PRACTICE COMPANION ANIMAL TRANSPORT PROGRAMS Overview and Introduction The Association for Animal Welfare Advancement (The Association, formerly known as SAWA) considers transport a program integral to serving the needs of companion animals. Animal transport at its most basic level is a supply and demand equation. However, there is much more to consider when establishing a successful transport program that benefits communities, adopters, over -crowded source shelters, destination shelters and most importantly, companion animals. Today's shelter workplace is constantly evolving along with the policies, procedures and laws that guide our work. To better assist The Association members with this challenge, The Association leaders have developed the following Transport Best Practice guidelines, templates and tools along with recommended links to other resources. We remind you, however, that laws vary from state to state and country to country. Sample policies are intended to be guidelines only. Please consult with an attorney or licensing authority before adopting or implementing any policy or practice to avoid conflict with state or federal statutes that may apply to your organization. Potential Barrier to Transport Programs Animal transport is an important component in sheltering and there are several over -arching issues that could significantly impede the abilityto transport animals. Manystate veterinarians have a serious concern about animals being moved across state borders without proper health certificates and the required vaccinations. Local authorities are concerned about unscreened animals that may pose a public health or safety risk entering theirjurisdictions. Several states are proposing licensing programs for all organizations participating in transporting animals as a means of regulating the practice and some jurisdictions have even discussed regulation to stop transport altogether. It is incumbent on all organizations working to alleviate companion animal population imbalance to ensure that all stakeholder concerns are adequately monitored and addressed if transport programs are to be a widely accepted tool in the effort to find homes for all healthy and treatable animals. To this end, The Association encourages collaboration among all stakeholders to provide input for our efforts to promote the best practice which will ensure the safe and effective transport of animals between organizations. Animal transport is an important tool in reducing pet population issues. It is our responsibility to be vigilant, guard against abuses and role model quality transport to ensure continued access to this valuable tool that saves animal lives. The Association I www.sawanetworl<.org I 888.600.3648 The Role of Transport Transport provides a means of addressing population imbalance issues in communities. It supports the movement of animals from shelters overburdened with more animals than they have the capacity to care for and a limited market demand to shelters with fewer animals and higher market demand thus reducing euthanasia and saving animal lives. • Marketdemand—Considerations for the destination organizations should include community demand and community capacity as well as the demand, capacity, and specific mission of the agency. Destination organizations are often in areas where demand exceeds local supply. Transport enables organizations to provide their communities with a wide range of companion animals for adoption. Asa result, organizations can remain a trusted and valued source for pets. Developing an understanding of the potential impacts of not fulfilling that demand are the first steps. • Collective responsibility for animals—Agenciesshould considerthe role and responsibility that they have within their local community, regional community and broader national community. We have a responsibility for the success of our independent agency and a collective responsibility for the success of the industry and our work on behalf of animals. • Driverfor placement of all animals —Transport, when done properly and safely, has the potential to save the lives of animals in overcrowded shelters while at the same time freeing up time and resources in those communities to address some of the root causes of the population issues. The end goal being that homeless animals are placed into caring homes, while population issues continue to he addressed where needed. • Local, regional, national transport—Transporting animals has a potential impact on many levels. Shelters should work with and consider each of theirspecific communities to develop a plan that works best for their local community while at the same time connects to the broader community. Consideration should be given first to local transport needs, then regionally and nationally last. • Models —there are different potential models fortransport relationships o Agencyto Agency—One agency develops a relationship with another and works directly to facilitate transport. Transport could be done by eitherthe source or destination agency. o, Shelter Aggregator— Anotherform of agency to agency work. The source agency also has relationships with other local agencies desiring transport and arranges for transport to a central location for inclusion in the transport process. Transport could be done by eitherthe source or destination agency. o Third Party Aggregator— an independent organization specializes in transport and is not a sheltering agency. The aggregatorworks with both the source and the destination agency to facilitate transport and the movement of the animals. o Volunteer Transport—Typically, foster based and volunteer run organizations are facilitating transport by removing animals to foster from a source agency in advance of transport —days to weeks. Transportation is provided through a network on individual drivers. Kgy Considerations — Is Transport Right for Your Agency? The transport of animals from one agency to another has been happening for more than a decade. In that time transport has evolved. Transport impacts individual agencies, whole communities and most importantly individual animal lives. When embarking on transportthere are a number of key considerations that each agency and its' organization leadership must thinkthrough and prepare for when determining whetheryour agency is readyto participate in transport and in what capacity. Any individual or agencythat is participating in thetransport of companion animals, in any capacity, should be in compliance with the Transport Best Practice. Additionally, these key considerations should be addressed and understood. • Youragency'smotivations for transport • Impact on/capacity of your agency • Impact on/capacityofyour community • outcomes for animals • Partnership capacity between source and/or destination agencies The Association I www.sawanetworl<.org 1888.600.3648 Motivations for Transport Why does your agency want to participate in transport? • Do you have a community imbalance with low demand resulting in increased euthanasia? • Do you have a community imbalance with high demand and too few animals? • Does high adoption demand give you capacity to help animals from other agencies or regions? Do you want variety in your adoption center? • Are you reliant on income from adoptable animals? • Are you motivated to be a primary resource for people to•acquire a pet? All ofthese are things that could impact our agencies and influence our decision about transport. in the end the best outcome for an animal is the highest consideration. Impact on Your Agency Transport requires adequate physical infrastructure, staffing and financial resources. The depth and type of resources needed depend on whether you are a source or destination agency. • Do you have the capacity for required medical care to prepare an animal for transport orto care for an animal upon receipt? • Do you have the space to appropriately house animals awaiting transport orthe space to appropriately house a high volume of animals upon receipt of transport? • Do you have staffing capacity to prepare for sending or receiving a varied volume of animals'in addition to the required maintenance of those in your ongoing care? • If you transport animals in does it divert resources away from addressing the needs of more difficult to place animals, limiting or ending their options for placement? • Are there source or destination agencies you can work with in your directcommunity before expanding beyond that reach? • Does your community have the capacity to provide placement forthe animals you transport in? • Are you able to maintain a desirable set of animals for placement in your community if you are transporting out? • If you are a Destination agency are you ready to partner with and supportthe Source agencies beyond taking their dogs or cats? • If you are a Source agency are you ready to pursue changes that address the population imbalances in your community as a long term solution? Impact on Your Community Beyond what your agency is prepared for, how will what you do impact other animal welfare agencies in your community and the welfare overall of animals in the community? • If you transport animals in how does it impact the total volume of animals available in your community? • Are you working collaboratively in your community to best meet the direct needs before transporting from outside? • When using transport as a means of reducing euthanasia are you pursuing other avenues in the community to address this issue? Outcomes for Animals Transport is used as a means of addressing community animal population imbalances. Moving them from an agency or communitywith more animals than demand to one with more demand than animals, This process can support and address a number of needs and issues. Most importantly, it is forthe purpose of providing the best outcomes for animals. It is important to ensure that animals being transported don't die or cause the death of another animal in the community due to resource constraints tied to transport. Partnership Capacity between Source and Destination Agencies Transport is notjust a means of moving animals from one location to another. It is a partnership and collaboration between agencies that provides a short-term solution to a deeper problem. • Are you prepared to invest in your own communityto end the population imbalance long-term? The Association + www.sawanetwork.org 888.600.36.8 Are you prepared to invest in achieving best practice standards for transport for both the Source and Destination agency? Are you prepared to share resources to ensure a balanced and equitable collaboration that saves animal lives? Key Elements The way agencies conduct themselves, regardless of their role, in a transport program will impact credibility and will either undermine or garner trust in the agency's abilityto be an effective transport partner. The Association believes that in all transport programsthere are several key components that must drive all decisions relating to transports. These are: A. Public health and safety must be the primary concern; B. All transport agencies must be registered 5o1 -C-3 agencies or be a municipal agency; C. All participants must be committed to abiding by all local, state and federal regulations; D. Humane standards of care must be afforded to every animal being transported. General Requirements for Source and Destination Organizations 1. Source and Destination organizations should establish a solid working relationship, both for philosophical alignment and ongoing communication, A memorandum of understanding (MOU) is recommended. Exhibit A— Sample MOU a. Source and Destination organizations should establish a clear understanding of each agency's capacityfor medical treatment. b. Consideration of disease concerns specific to local or geographic regions. c. Source and Destination agencies enter into a trusting partnership whereby ultimatelythe Destination is responsible for the outcome of the animals if they are not placeable. Returning pets to the Source agency can create stress forthe animals and is a draw on resources that could be better used to save lives. 1. If two agencies determine that returns will be part of their arrangement, it is recommended that clear guidelines are established from the start of the partnership and are strictly followed. Consideration must be given to minimizing stress of the animals, including an acceptable health or behavior plan forthose animals who are returned. z. Source and Destination organizations must have 501 c (3) or pending status, or be a municipal agency. 3. The relationship between Source and Destination organizations is a collaboration meant to have a positive impact on the communities of both agencies and the animals —short term and long term. Collaboration may be warranted to not onlytransport animals but develop a long-term solution to address the excess of animals in a Source community. 4. The Destination shelter must: a. Have a community demand from adopters for dogs, puppies, cats and/or kittens. b. Not euthanize animals of the species being transported due to a lack of capacity to care forthe animal and provide adequate rehabilitative medical or behavioral services. c, Have a strong infrastructure appropriate to the volume of animals being transported. d. Comply with State Veterinary guidelines. The Association I www.sawanetwork.org 888.600.3648 5. There should be a designated coordinator at both ends of the transport, This is essential. The role of the coordinator is to: a. Organize timing, number, and types of dogs, puppies, cats or kittens. b. Evaluate any health or behavior considerations. c. Maintain good communication between the agencies. 6. Prior to each transport, develop a transport census: a. Source organization should share lists of animals being considered for transport. b. When the final transport list is generated, the description and history of the animals should include; physical description, intake date, reason for surrender, hea Ith and behavior status, and any other available information. Exhibit B —Transport Census Spreadsheet c. Transport coordinators should develop a mutually acceptable protocol and timeframe for approving the animals that will be transported. 7. Destination organizations must be flexible as to the animals they will accept and not expect all puppies or kittens and highly adoptable animals. Source organizations should ensure that the populations of animals they maintain supports a mix of animals adoptable within a relatively short period of time and helps drive traffic to their agencies for placement. 8. All animals scheduled for interstate transport must travel with a valid health certificate or certificate of veterinary inspection (CVI), as required, and be transported in accordance with state and local laws and regulations. g. Each animal should be treated with dignity and respect throughout the process. Land Transport. I. The following Transport Guidelines are recommended for land transport. a. Transport vehicles and equipment must be cleaned and sanitized to industry standards priorto transport, Cleaning and sanitation are of the utmost importance for any group housing situation to ensure the safety and health of the animals. a, Use agency cleaning protocols as a guide to set vehicle transport protocols. Also refer to the Guidelines for Standards of Care in Animal Shelters for additional information. z. Ensure use of materials and processes that are appropriate to vehicle surfaces and materials. b. Properclimate control must be maintained --the vehicle must be able to provide heat and or air conditioning to the animal housing areas and there must be sufficient air ventilation, s. Temperatures should not fall below 6o° F or above 85° F. Thermometer must be placed in an area where kennels are located and be easily visible. c, Appropriate housing must be used for all animals. The Association I www.sawanetwork.org ( 888,600.3648 1. Animals should be transported in separate enclosures (except in the case of litters) with solid, leak -proof bottoms and adequate bedding. Animals must be able to comfortably stand up, lie down and turn around. z. Litters or single juveniles under six months of age should not be mixed. 3. When transporting mixed species consideration should be given to: a. Separate transport of species is preferred. b. Noise level C. Visual barriers between the species d. Ensure access to fresh waterfor every animal at breaks. e. Felines must have access to a litterbox fortransports longerthan two hours in duration. f. Felines should be provided a place to hide within theirtransport kennel or a lightweight enclosure cover that allows sufficient airflow. g. At a minimum, stop every 4-6 hours in a safe area to perform a visual check on the animals and as appropriate to clean transport kennels, and waterthe animals. For puppies and kittens, small amounts of canned food should be provided, otherwise withholding food for adults is appropriate to diminish issues with possible motion sickness provided animals are fed at least once in � 24-hour period. h. Dogs should be walked or exercised on trips that require an overnight stay or when transport requires dogs moving to a new vehicle/crate. Dogs should be walked at a safe and secure sight. This limits stress and ensures safety for the animals. i. Transporting organizations should strive to meet the State and Federal Department of Transportation guidelines to ensure driver safety. https:llwww.fmcsa.dot.govlregulationsititle49/Part/39S. j. All transports should be staffed with sufficient personnel to appropriately handle and care for all animals. Transporting organizations should strive to be in compliance with state and federal department of transportation guidelines. 1. Factors to consider when staffing transports are: • Distance • Numbers of animals being transported • Species being transported (dog, cat or other) • Weather—time of year • Driver training — are drivers volunteers, staff or independent contractors with a CDL? k. Driver and staff safety is of utmost concern. Drivers should travel with cell phones, maps, preferably GPS and emergency equipment. Emergency backup plans should be made, in advance, for all routes used fortransport. I. The organizations should have an agreed upon contingency plan to address weather, mechanical or other unexpected situations that may go awry during the transport. m. There must be appropriate identification on each animal and its carrier during transport. The Association I www.sawanetworl<.org I 888.600.3648 Transport Preparation and Receipt. The Association recognizes the varying level of resources available for shelters and rescue groups across the country and there is a set of standards that must be met in order to responsibly and effectively conduct and/or participate in a transport program. Resources must be available to support the Transport Best Practice standard. An organizations' level of available resources will determine how robust a transport program can be. The critical relationship between the participating agencies combined with theirjoint expectations and theirjoint resource capabilities will ultimately determine the scope and size of the transport partnership. Public health and the health of the animal population at both the Source and Destination agencies are of utmost importance. Consultation with a veterinarian is recommended with implementation of the practices outlined below. The following practices will be in place priorto transport of animals: 1. Transported animals will have received core vaccinations prior to or upon intake atthe source shelter and have been provided with booster vaccinations every 2-3 weeks, as appropriate forthe specific vaccinations and age of the animal, until they are transported. Animals should not be held at source shelters specifically to receive boosters if transport can be completed sooner. Core vaccinations include: • Feline: Rhinotracheitis, Calicivirus, Paneleukopenia • Canine: Distemper, Adenovirus 2 (Hepatitis), Parvo, Parainfluenza and Bordetella • The use of modified live products is strongly recommended • Other core vaccinations may be required depending on specific arrangement between source and destination shelters and based upon risk/exposure in the source area. 2. Transported animals 16 weeks or older (canine and feline) will be administered a Rabies Vaccination by a licensed veterinarian, or in compliance with state standards forthe source and destination shelters, unless contraindicated for health reasons. Rabies Certificate must be signed by a licensed veterinarian and will accompany the animal on transport. 3. Animals transported across state lines will have a Certificate of Veterinary Inspection (CVI) also known as a Health Certificate, signed by a licensed veterinarian. 4. Transported animals will have a physical exam conducted by a trained animal care professional within 24 hours of transportto ensure the animal is healthy. Any abnormalities will be disclosed to the destination shelter prior to transport and, if approved to send, documentation of those abnormalities will be sent with the animal. • Trained animal care professional refers to an individual that is underthe direct or indirect supervision of a licensed veterinarian, or, their level of expertise has been assessed by a licensed veterinarian and deemed qualified to conductthe stated exam and indicated treatment. 5. Generally, animals with contagious or communicable diseases should be deemed ineligible fortransport. However, transfer of animals with a known illness may bejustified if life-saving rescurcesthat are unavailable at the Source can be providedat the Destination. In this instance, the following conditions will also be met: • All precautions will be taken during transport to ensure the comfort, health and safety of the sick animal, as well as the rest of the animals on board. • Transporting the animal will not exacerbate the diagnosed condition or cause additional pain/discomfort to the animal. • The condition of the animal is fully disclosed to the destination shelter prior to transport. • Animals recovering from surgery are allowed at least 48 hours recovery time prior to transport. 6. In general, puppies and kittens should be at least eight weeks old at time of transport unless they are being transported with their mother. However, transfer of orphaned animals under eight weeks old may be justified if resources for proper orphan care are unavailable at the Source and can be provided atthe Destination, such as foster homes for bottle -feeders, etc. In this instance the following conditions will also be met: The Association I www.sawanetwori<.org 1888.600-3648 • All precautions will betaken during transport to ensure the comfort, health and safety of the animals, including close monitoring of temperature and maintaining nutrition and hydration requirements and providing protection from infectious disease exposure. • The age of the animals and their care requirements is fully disclosed to the Destination shelter prior to transport, and arrangements are previously made for appropriate care upon arrival. • State regulations for interstate transport of animals under eight weeks of age will be adhered to. 7. Transported animals will be treated for diagnosed internal and external parasites. • At a minimum, all dogs, cats, puppies and kittens will be dewormed with a product effective against hookworms and roundworms prior to transport. 8. Transported canines will undergo a behavior assessment. The following conditions will be met with regard to behavior assessment: • The Source and Destination organizations should establish a clear understanding of each agency's behavior assessment process. The agencies should mutually agree on the type of assessment that is used, how results are recorded and interpreted, and how assessment information is used to determine adoptability. • Behavior assessment results, of the mutually agreed upon assessment, will be documented and included in the animal specific file. g. All transported animals must be sterilized prior to adoption. Sterilization will be done by the Source or Destination upon mutual agreement based on what makes most sense financially or otherwise. If animals are sterilized at the Source: • Animals may be transported no less than 48 hours after sterilization surgery and only if the animal is free of post-surgical complications. 1o. Transported animals will be accompanied by individual records including a valid health certificate or CVi, Rabies Certificate, vaccine records, shelter health records and behavior assessment results along with any additional, pertinent information on the animal. 11. Transported animals will be identified with a collar and tag, tape collar, or other definitive means of identification that will tie back to the animal's individual records. 12. Any and all Federal and State regulations for animal transport must be adhered to. State regulations may vary. Above and Beyond Best Practice In some instances Source and Destination organizations will have the resources to do more than is required of the Transport Best Practice. In those cases the recommendations below provide guidance to additional services that can benefit the animal but are not required to meet the Transport Best Practice standard. 13. In addition to core vaccinations listed above, the following vaccinations may also be administered to transported animals: • Feline: Feline Leukemia 14. Transported animals are administered preventative flea and tick treatment priorto transport. 15. A parvo virus titertest may be used to assist in health evaluation, 16. Transported animals over six months old will be administered a Heartworm test. The result of the test is fully disclosed to the destination shelter. if Heartworm positive and approved fortransport, the following conditions will also be met: • All precautions will be taken during transport to ensure the comfort, health and safety of the animal, as well as the rest of the animals on board, • Transporting the animal will not exacerbate the diagnosed condition or cause additional pain discomfort to the animal. • Destination agency is required to treat the Heartworm condition. 17. Transported animals will receive a microchip for conclusive identification, registered to Destination agency. The Association I www.sawanetwork.org 888,600.3648 x8. Transported cats will be tested for FeLV and FIV. ag. A photo of the transported animal is included in the paperwork. zo. Individual animal records are emailed digitally to the Destination agency prior to transport. Funding Transport Destination and Source agencies have costs associated with the transport ofanimals— agencies must share the cost. Included in the best practice is a tool to identify and calculate costs associated with transport. Each type of agency has a responsibility to put resources in to the program. Exhibit C — Funding Transport Cost Estimation i. The Destination agency should pay transportation costs, whether transportation is done internally, by the Source or outsourced to a third party. z. The Destination agency should make a financial contribution to the Source agency to support affordable spay/neuter programs for community animals. This can be determined as a fixed dollar amount or percentage of adoption fees from animals transferred, a. The funding support is not for use to sterilize agency animals. 3. The Destination agency should consider additional ways to support Source agency partners. There are a variety of options including but not limited to: a. Employee training b. Scholarships for conference attendance c. Medical supplies and/orequipment d. Resources and/or equipmentto support operations 4. Source agencies are responsible for part or all of the cost of preparing animals fortransport. These include the items detailed in the section titled Transporfation Preparation and Receipt. a. Destination agencies may be able to assist with requirements that pose a burden to the Source agency and should be negotiated in the MOU. Goals and Measurement of the Transport Best Practice. Goals: s. Foster open relationships between Source and Destination agencies to help both improve operations and reduce the need for transport. i. Improve the quality of transfers that occur by minimizing animal stress and disease transmission. 3. Ensure that transport programs are conducted in a manner which fully embraces and meet or exceed all local,, state and federal regulations pertaining to public health and animal safety. 4. Promote transport best practices to achieve the above. 5, Collect data on transports (outcomes, health, behavior, number of animals and number of transports as examples) a. Data collected should be used to guide.decision making and program direction for transport. Measurements: The Association believes it is important to monitor the use of these best practices and we propose to do this through regular member surveys. s.. Do members participate in animal transport? z. If so, are members a Source or Destination agency? 3. Have members heard of or read The Association transport best practice? 4. Did the member organization adopt some or all of this best practice? a., if yes, which practices have been adopted? b. Were there obstacles that prevented the member from fully utilizing'the best practice and if so what are they? 5. The frequency of tra nsports and the number of anima Is tra nsported a nnually. 6. Transport model used—Agency to agency, aggregator? 7. How is transport funded? 8. What does the Destl nation medically and/or behaviorally require prior to accepting transport? The Association I www.sawanetwork.org 1888.600.3648 Do members return animals to the Source agency if they will be euthanized? Review: The Companion Animal Transport Program Best Practice will be reviewed bi-annually. Glossary i. Adoptable—Animals meeting the criteria identified and set forth by an individual group as being a safe, healthy, and responsible candidate to be rehomed in their community through their adoption program. For purposes relating to transport, adoptable is defined by the Destination agency. z, Aggregator— Unaffiliated third party providing the service of transportation between Source and Destination agencies. Provides care and complies with the best practices for animals during transport; does not provide services for transport candidates priorto transport or after arrival atthe Destination agency. 3, Behavior Assessment—A method of information gathering regarding an animal's behaviorthat can be utilized as part of the decision making process to determine adoption candidacy. A variety of formal assessments are available to be utilized. 4. Destination Agency—Agency that receives animals transported from a Source agency. Transferred animals supplement adoption program population and do not infringe upon the resources and placement opportunities available to local community of animals. 5. Memorandum of Understanding (MOU) —A written agreement between two agencies to establish and define expectations as said agencies embark on a partnership. MOU'S are established out of mutual respectto help groups adhere to their commitments to one another throughout their professional relationship. 6, Population Imbalance (also referred to as: community imbalance) —There is a greater number of animals surrendered to a local shelter(s) than there are individuals adopting animals in a community. Or, there are a greater number of individuals wanting to adopt than there are animals available for placement through the shelter(s) in a community. 7. Resources— Availability and access to a pool of services and assets that contribute to the network that provides care to the animals in an agency's charge, including but not limited to financial support, staff availability, volunteer programs, veterinary services, behavioral expertise, and housing accommodations. 8. Source Agency —Agencyform which transport animals originate. A Source agency is In need of transport opportunities for animals to provide immediate relief due to population imbalance and/or inadequate resources to address the medical or behavioral conditions oftransportcandidates. g. Transport—The physical act of relocating animals from a Source agency to a Destination agency, 10 The Association I www.sawanetworl<.org 1888.600-3648 I Y14IRIT A The Association Companion Animal Transport Best Practice Animal Transport Memorandum of Understanding This Animal Transport Memorandum of Understanding (this "MOU") is entered into as of this day of , 2oi6 (the "Effective Date") and is made by and between a organization having an address of (the "Source Agency") and , a organization having an address of (the "Destination Agency"). WHEREAS, Source Agency confirms its intent to transfer certain animals to the Destination Agency and confirms it is the rightful owner of any animals that may be transferred and that such animals have surpassed any applicable state or municipality required stray hold period; and WHEREAS, Destination Agency has the desire, as well as the available space and sufficient resources, to take ownership and possession of the animals with the intent of finding permanent placement for the animals; and WHEREAS, Destination and Source Agencies shall mutually arrange for the safe and humane transport of the animals ("Transport") through its own means or through the assistance of a reputable third party carrier; and WHEREAS, Source Agency shall transfer, and Destination shall accept, all rights, ownership, control and responslbility of the animals in accordance with the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises contained herein and for other good and valuable consideration the receipt of which is acknowledged, the Agencies hereby agree as follows: A9PPPMPKIT a. Confirmation of the Viability of a Transport Program Both Agencies have reviewed and confirmed the following: a. Each Agency's motivation for participating in animal transport b. The impact on and capacity of each Agency to engage in animal transport �s The Association ! www.sawanetwork.org 1 888.600.3648 C. The impact on and capacity of each Agency's community if that Agency participates in animal transport d. A high likelihood of improving the outcome for animals if a transport program is implemented e. A strong commitment to transparent collaboration z. Key Transport Program Elements The transport program operates within these parameters: a. Public health and safety will be the primary concerns. b. Agencies will be registered 502-C-3 or municipal organizations. C. Agencies and all their representatives will abide by all local, state and federal regulations. d. Humane standards of care will be afforded to every animal being transported. e. Animal Transport Best Practices (Exhibit A) as outlined by the The Association for Animal Welfare Advancement (The Association) will be utilized to establish and improve the program. 3. Term This MOU shall be effective as of the Effective Date written above and binding upon the Parties until the notice of termination is provided by either Party of this MOU. A 3o -day notice of termination is desired but not required. IN WITNESS WHEREOF, the Parties have, by their authorized agents, signed and delivered this Agreement as of the Effective Date set forth above. SOURCE AGENCY ' Signature: Print Name: Title: DESTINATION AGENCY Signature: Print Name: Title: The Association I www.sawanetwork.org I 888.600.3648 12 1.0 HUMANE SOCIETY °FUTAH Transfer Vaccination & Eligibility Agreement Vaccination Protocol The Vaccine Protocol is based on AAHA for canines and AAFP for felines. HSU requires requires administration of at least a single dose of DA2PP (canine) or FVRCP (feline) modified live virus vaccine at least 5 days prior to transport. Shelter partners are advised to vaccinate all animals on intake at their facility and to provide this 5 -day increment between vaccinating and transferring. Vaccinating just prior to transfer out must only be done as a last resort and puts the potentially exposed animal at risk as well as the population to which the animal(s) are transferring. This protocol is in place to protect the health of both shelter populations and community populations. If your agency is unable to comply with these guidelines or has questions regarding the vaccination of its shelter population, please contact our transfer coordinator. Vaccine Storage and Administration Proper vaccine storage, handling and administration are vital to its ability to protect an animal from infectious disease. All vaccines must be kept refrigerated until use and should be reconstituted within 15 minutes of administration. FVRCP and DA2PP vaccine are administered subcutaneously, and Bordetella vaccine is administered intranasally. Any vaccine not used within 15 minutes of mixing must be disposed of. .0HUMANE SOCIETY 2' -UTAH Vaccine Requirements Dogs and Puppies (4 weeks and older) o DA2PP vaccine or DA2PLP (modified live) - Administer on intake at shelter of origin, at least 5 days prior to transfer. Puppies should receive a booster vaccine every 21 days until 20 weeks of age. o Bordetella vaccine - Recommended on intake at shelter of origin for dogs and puppies over 4 weeks. o Heartworm tests - Any dog over 6 months of age originating from a heartworm endemic state (denoted in red, maroon, and black, see Addendum 1) must be heartworm tested negative, using an ELISA SNAP test, prior to transport. This test must be documented in the pet's records. Questions regarding a transferring shelter's regional risk may be sent to our transfer coordinator. o Dogs that are injured, ill, or nursing must be vaccinated. Although they may not mount an optimal response, the risk of exposure to pathogens in the shelter is too great to warrant delaying vaccination and the vaccine will generally offer some measure of protection. Cats and Kittens (4 weeks and older) e FVRCP vaccine (modified live) - Administer on intake at shelter of origin, at least 5 days l prior to transfer. Kittens should receive a booster vaccine every 21 days until 20 weeks of age. o Cats that are injured, ill, or nursing must be vaccinated. Although they may not mount an optimal response, the risk of exposure to pathogens in the shelter is too great to warrant delaying vaccination and the vaccine will generally offer some measure of protection. HUMANE SOCIETY °F UTAH Reporting Infectious Disease Our transfer partners are required to immediately report any cases of panleukopenia, parvovirus or canine distemper in their shelter population that are diagnosed within 2 weeks before or after transferring animals to the Humane Society of Utah. Reports must be made by phone or email to our transfer coordinator. HSU veterinarians are available for consult regarding infectious disease outbreaks in your shelter and can help with recommendations for diagnostic testing, treatment, isolation and quarantine, and disinfection. Vaccine Requirements Medical Records A complete and accurate vaccination history and copies of any other medical or behavioral records that are available mustaccompany each animal transported to HSU. Digital records can be substituted for paper hard copies but must be sent to our transfer coordinator 48 hours prior to the arrival of animals. o Health Certificates will be required for crossing state lines. o Rabies Vaccine Certificates, while not required, are extremely helpful. See addendum 2 for the elements that must be included for a rabies certificate to be considered valid in Utah. o Failure to provide a valid Rabies certificate triggers revaccination for the animal upon intake at HSU. 0 HUMANE SOC O ETY °FUTAH Behavior Records A dog or cat with a known history in the form of a previous owner questionnaire, behavior assessment from another shelter, or a brief profile from your volunteers or staff will be adopted more quickly than those with an unknown past. Send all documentation of the animal's behavior and history as this will assist us in finding the most appropriate placement (see addendum 3 for an acceptable Humane Society of Utah Animal Profile). In some situations, a current behavioral assessment and history may be a requirement prior to approval for transport. See candidate eligibility guidelines below. Candidate Eligibility Guidelines Requirements for all animals: o Adherence to Humane Society of Utah (Destination Agency) vaccination requirements o Current vaccine records and medical and behavioral history records o Rightful & legal ownership of the animal by the source agency must be recorded for all animals being transferred. Animals thus must have served the source agency's state or municipalities' required stray hold, or been surrendered to the partner agency by the previous owner in accordance with local, county and state regulations Animals not eligible for our Transfer Program: o Any animal with a bite history towards humans o Dogs who have caused injury to another animal o Cats who are unable to be handled and pose a bite risk o Reptiles 0 HUMANE SOCIETY °F UTAH Puppies (5 months and under): o HSU will consider any breed puppy for transfer o All puppies must tolerate an exam and assessment o Must not attempt to bite the handler o Must not display fearfulness so severe that the animal cannot perform normal daily functions Adult Dogs (6 months and up) Behavioral & Breed Considerations: o All dogs must tolerate safe handling for an exam and assessment. o Must not attempt to bite the handler o Must not display fearfulness so severe that the animal cannot perform normal daily functions o Animals that are sensitive to loud noises or fast movements may not be successful in a busy shelter such as the Humane Society of Utah. (Dogs should be comfortable living in an urban or suburban setting.) o All dogs should be able to walk past another dog while on a leash. Those dogs who lunge with intent to bite, towards the other dog or handler, are not candidates for transfer. o HSU encourages that partner shelters perform basic behavior evaluations on all dogs, including a dog to dog assessment. o All adult bully breeds will need pre -approval from our transfer coordinator. o If you have any questions about an animal's suitability for HSU, please contact our transfer coordinator for pre -approval. 0 HUMANE SOCIETY °FUTAH Kittens (5 months and under): o HSU will consider kittens 2 lbs and over, which is typically about 8 weeks old. o If you would like to send kittens younger than 8 weeks, have a nursing mother with kittens, or a pregnant cat please contact HSU for pre -approval. All kittens must tolerate handling during the exam and assessment. o In good health at the time of transfer. Cats (6 months and up): o HSU will consider cats less than 5 years. o HSU may consider cats that are FIV positive, but transfer must be pre -approved o All cats should be able to be safely handled during the exam and assessment o Must not attempt to bite the handler o Must not display fearfulness so severe that the animal cannot perform normal daily functions Small Animals: o HSU will consider rabbits, guinea pigs, chinchillas, and rats from transfer partners when space allows o They must tolerate handling and must not try to bite the handler o Please contact our transfer coordinator to discuss a possible transfer 0 HUMANE SOCIETY °FUTAH Animals with Medical Conditions: Please contact our transfer coordinator to begin the approval process as soon as possible. Approval can take 48 hours. Priority is given to Utah partner agencies. Certain medical/surgical cases may be considered depending on severity and resources available. These types of cases must first be pre -approved by our transfer coordinator before transfer and include: o Post Ringworm (must have 1 negative culture before transfer being considered clear) o Severe Demodex or Sarcoptic mange o Orthopedic injuries including fractures & amputations o Eye conditions such as entropion, ectropion, cherry eye repair, and enucleation o Dentistry 0 HUMANE SOCIETY °F UTAH Partner Requirements Partners are required to be a registered 501(c)3, veterinary hospital or municipal organization. Humane standards of care must be provided to every animal being transported. (Reference addendum 5). Partners must submit a signed copy of the Humane Society of Utah Transfer Vaccination and Eligibility Guidelines Agreement prior to the first transport. HSU will not accept any transfer without an approved manifest 48 hours prior to scheduled transport. If you have any questions or concerns about your organization's ability to adhere to these guidelines, please contact our transfer coordinator. Acknowledgement This agreement is made by and between:1 [printed organization name of Source Shelter], a 501(c)(3) nonprofit or municipal organization, incorporated in the State of [state of incorporation] ("the Source Agency") with the following address: [printed address, city, state, and zip code of organization] And; 2. Humane Society of Utah, a 501(c)(3) nonprofit organization,incorporated in the State of Utah ("the Destination Agency") with the following address: 4242 South 300 West, Murray, UT 84107. IN WITNESS WHEREOF, the parties have, by their authorized agents, signed and delivered this Agreement as of the date of the last signature below: SOURCE Agency: TAX ID#: Authorized Signer: Print Name: Title: Dated: SOURCE Agency: TAX ID#: Authorized Signer: Print Name: Dated: 0 HUMANE 3®C8ETY °FUTAH By signing this you are agreeing to the conditions within this document. Non -adherence to these terms may result in the inability to maintain transport partnerships. Addendums Addendum 1: Heartworm endemic"states (denoted in red, maroon, and black) https://www.heartwormsociet}Lrg/Det-owner-resources/incidence-maps Addendum 2: Rabies Certificate Requirements Must include the following: • Clinic Name • Patient Details (species, age, breed) o Date Given • Date Due e Lot/Serial # Manufacturer • Vet Signature o Printed Vet Name e Vet License # Addendum 3: Humane Society of Utah Incoming Dog Behavior Profile Addendum 4: Ownership of Animals For the purpose of transferring ownership, control, and responsibility of the said animals which have surpassed the Source Agency's State required stray hold time and are now available for adoption or transfer. At the time of transport, the Source Agency attests that the said animals are considered healthy (not demonstrating any signs of illness) and of sound temperament, in accordance with the guidelines set out by the Destination Agency, making them good candidates for typical adoption programs, unless prior approval has been given by the Destination Agency. The Source Agency desires transfer of ownership, care, and custody of said animals to the Destination Agency subject to the terms of this agreement. Destination Agency shall take ownership, care, and custody of those Transferred Animals on the manifest at the time the Destination Agency representative signs for or accepts said animals. Any transported animal shall not be euthanized for reason of lack of space and any decision for euthanasia shall be for illness or behaviors that are severe and/or unable to be rehabilitated. Furthermore, the Destination agency agrees that no animal in their shelter will be euthanized to make space for any transported animals. Note: Animals will not be returned to the Source Agency if they are deemed no longer adoptable unless prior arrangements are made between the above parties; any returns would be at the expense of the Source Agency. Addendum 5: SAWA Best Practice Animal Transport Programs www.sawanetwork.org/page/bestpractice F BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: James P. Singletary, Chief of Police MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager or his designee to execute a contract with TransUnion Risk and Alternative Data Solutions, Inc. BACKGROUND TransUnion Risk and Alternative Data Solutions, Inc. provides comprehensive information (addresses; vehicle registrations) that is essential for investigations. The agreement is for a term of one year at a rate of $175 a month. FUNDING SOURCE General Fund — Police Department. RECOMMENDATION Approval of the resolution. u r nsUnio , PRICING SHEET to Pricing Supplement "Agency": Beaumont Police Department Monthly Fee: $ 175.00 Agency ID: 46501 Number of Transactions Per Year,: 6, 000 The Monthly Fee includes the Number of Transactions Per Year. TRADS Services: TLOxpO Online - Non -Batch LE Flat Rate - Annual. Should Subscriber not submit the Number of Transactions Per Year Effective Date: 08/01/2019 within the applicable 12 -month period, Subscriber shall not receive a refund of the Monthly Fee(s) paid. Unused Transactions shall not 1 rollover into a subsequent year within the Supplement Term. Supplement Term: year(s) with auto -renewal. 'As determined on a rolling 12 -month basis. EXCLUDED SEARCHES/REPORTS: The Monthly Fee includes all searches and reports currently offered through the TRADS Services as of the Effective Date, except as follows. Any of the following searches and reports, if checked below, are excluded. Q Social Media Comprehensive Report rl Comprehensive Report — Person QX Social Media Basic Search []Comprehensive Report— Business Q Super Reverse Phone Lookup [] Locate/Asset Report Relationship Report [] Address Report Q Driving Violations Global Watch List Search QX Real -Time Phone Carrier Search ❑ Phone Report QX CARFAX® Vehicle History Report The excluded searches and reports, as checked, are subject to TRADS' then -current fees and charges (unless a price is specified above) on a per Transaction basis, subject to Agency's data access rights. The fees and charges for Excluded Searches/Reports shall be in addition to the Monthly Fee. TRADS reserves the right to exclude future released searches and/or reports from the Monthly Fee. TRANSACTIONAL OVERAGE PRICING: Transactions exceeding the Number of Transactions Per Year will be subject to TRADS's then -current fees and charges on a per Transaction basis, except as specified otherwise below and as subject to Subscriber's data access rights. Transactional Overage Pricing shall be in addition to the Monthly Fee. "Transactions" means any information returned by TRADS in response to a search query (whether in the form of search results or a report). Agency acknowledges and agrees that Agency's signature on this page constitutes agreement to and acceptance of this Supplement in its entirety. Acknowledged and agreed to by: Beaumont Police Department Agency Name ("Agency") Authorized Signature . Signature Date Type or Print Name of Authorized Signer ACCT# 46501 SS Rep: MT/AR Autorenew Non Batch LE Flat Rate Annual Version:05.01.2019 CONFIDENTIAL Page 2 of 2 Ti`ansUnion, PRICING SUPPLEMENT This Pricing Supplement and attached Pricing Sheet (collectively, the "Supplement") is incorporated into and supplements the then -current Law Enforcement Agency Subscriber Agreement ("Agreement") between TransUnion Risk and Alternative Data Solutions, Inc. ("TRADS") and the Agency. The Agency agrees as follows: Effective Date; Term. The Effective Date of this Supplement is specified in the Pricing Sheet. This Supplement shall commence upon the Effective Date and continue for the period specified in the Pricing Sheet ("Supplement Term"). Thereafter, this Supplement shall automatically renew for successive periods equal to the Supplement Term, unless either party provides the other party with written notice of termination at least sixty (60) days prior to the expiration of the then - current Supplement Term. Upon termination of this Supplement, the Agreement will continue in effect in accordance with the terms therein, absent this Supplement, subject to TRADS's then -current fees and charges for the TRADS Services accessed thereafter. TRADS reserves the right to terminate this Supplement for convenience at any time.. 2. Fees and Charges. Agency agrees to be bound by this Supplement and agrees to pay all fees and charges set forth in the Pricing Sheet during the Supplement Term. Miscellaneous. In the event of a conflict between the terms of this Pricing Supplement and any prior.pricing supplement, agreement or understanding with respect the TRADS Services identified herein, the terms of this Pricing Supplement shall supersede, control and otherwise replace. In the event any one or more provisions of this Supplement, or the Pricing Sheet, is held to be invalid or unenforceable, the enforceability of any remaining provision(s) shall be unimpaired. All capitalized terms used but not defined in this Supplement will have the same meanings as defined in the Agreement. Except as provided in this Supplement, all other terms the Agreement shall: remain in full force and effect in accordance with its terms. In the event of a conflict between the terms of the Agreement and this Supplement, the terms of this Supplement will apply. [Remainder of page intentionally left blank. Signature page follows on the attached Pricing Sheet.] ACCT# 46501 SS Rep: MT/AR Autorenew_Non Batch LE Flat Rate—Annual Version: 05.01.2019 CONFIDENTIAL Page 1 of 2 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager or his designee be and they are hereby authorized to execute a Pricing Supplement for a monthly subscriber fee of $175.00 per month with TransUnion Risk and Alternative Data Solutions, Inc. (TRADS), of Boca Raton, Florida, for access to a public record database to provide comprehensive information that is essential for Beaumont Police Department investigations. 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 23rd day of July, 2019. - Mayor Becky Ames - G TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer -_e MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution approving a contract with Jack Built Contractors, LLC for the construction of a ramp at -the Julie Rogers Theatre. BACKGROUND A secondary entrance/exit is needed for the Julie Rogers Theatre in case the elevator is not working. It was determined that a concrete ramp that meets the Americans with Disabilities Act (ADA) guidelines should be constructed. Bids were requested from six vendors and one response was received. The bid allowed for a base bid and one alternate bid. City staff recommends the award of both projects. The low qualified bid to complete both projects is $66,700 and was received from Jack Built Contractors, LLC. The vendor will complete both projects in fifty-five (55) calendar days. Bid tabulation is attached.' FUNDING SOURCE Capital Reserve Fund. RECOMMENDATION Approval of the resolution. CITY OF BEAUMONT — PURCHASING DIVISION B EAU M4 NT 409Y 880-3107enior Buyer T E X A S terrv.welchlaDbeaumonttexas BID TABULATION: Contract for the Construction of an ADA Accessible Ramp for the Julie Rogers Theatre, Beaumont, Tx BID No. TF0619-41 OPENING DATE: Thursday, July 11, 2019 Vendor Jack Built Contractors, LLC City / State Orange, Tx Description Total Bid Price Base Bid for Scope of Work as Specified $47,500.00 Alternate Bid #1: Remove section of existing paving and replace with new 5" $19,200.00 thick concrete paving as specified on the Civil and Architectural Drawings. Completion Time -Base Bid 45 Calendar Days Completion Time -Alternate Bid #1 10 Calendar Days Jack Built submitted the sole bid. It is qualified. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Jackbuilt Contractors, of Orange, Texas, in the amount of $66,700.00 for the Julie Rogers Theatre ADA Accessible Ramp Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and �he is hereby authorized to execute a Contract with Jackbuilt, of Orange, 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 23rd day of July, 2019. - Mayor Becky Ames - H BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to submit a Letter of Intent and an Airport Project Participation Application to TxDOT Aviation for improvements at the Beaumont Municipal Airport. BACKGROUND The City of Beaumont was contacted by TxDOT Aviation in regards to using accrued Non -Primary Entitlement (NPE) funds in the amount of $600,000 for Capital Improvements at the Airport. On June 4, 2019, by Resolution No. 19-110, City Council accepted the final report of the Beaumont Municipal Airport Development Plan. The City Engineering Division would like to propose the following improvements as indicated on Table 5C: Intermediate and Long -Term Capital Improvement Plan Summary: • 3B Rehabilitate Runway & Connecting Taxiway (Asphalt) $370,000 (Estimated) • 4B Rehabilitate North Apron & Taxiway (Asphalt) $234,000 (Estimated) FUNDING SOURCE TxDOT Non -Primary Entitlement (NPE) funding of 90% not to exceed $600,000, with the remaining 10% match from the Municipal Airport Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 19-110 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT:. THAT the City Council hereby accepts the final report of the Beaumont Municipal Airport Development Plan Update. The Plan is substantially in the form attached hereto as Exhibit "A" and made 'a part hereof for all purposes. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of June, 2019. I or &Old, � o - ayo Becky Ames - al,0�a RESOLUTION NO. WHEREAS, on June 4, 2019, the City Council of the City of Beaumont, Texas passed Resolution No. 19-110 accepting the final report of the Beaumont Municipal Airport Development Plan; and, WHEREAS, THE Texas Department of Transportation (TxDOT) Aviation Division wishes to use accrued Non -Primary Entitlement (NPE) funds in the amount of $600,000.00 for Capital Improvements at the Beaumont Municipal Airport; and,, WHEREAS, City Council is of the opinion that it is in the best interest of the citizens of the City of Beaumont for the City to enter into a Letter of Intent and an Airport Project Participation Application with the Texas Department of Transportation (TxDOT) Aviation Division for improvements at the Beaumont Municipal Airport; 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 a Letter of Intent and an Airport Project Participation Application between the City of Beaumont and the Texas Department of Transportation (TxDOT) Aviation Division for improvements at the Beaumont Municipal Airport. The Letter of Intent is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 23rd day of July, 2019. - Mayor Becky Ames - July 23, 2019 Mr. Greg Miller, Director of Planning and Programming Aviation Division Texas Department of Transportation 125 E. 11th Street Austin, TX 78701-2483 Dear Mr. Miller: The City of Beaumont, by this letter indicates its intent to Department of Transportation for the following improvers outlined in the attached Table SC Intermediate and Lori=` 3B Rehabilitate Runway & Con 4B Rehabilitate North Apron & The cost of these improvements is presently understands that financial assistance mayrbe share of eligible costs and any ineligible co City of Beaumont further understands that 11 Transportation written requestor within 30 Participation Agreement....,,,'," For your review, see attoched Engin project which was preparedby H.W .,W Development Plan which cari';„be,prg Please feeLfree"fo contCtDr. J Sincerely, Kyle Hayes City Manager ie financial assistance from the Texas .o the Beaumont Municipal Airport as Capital Iinproyement Plan Summary: (Asphalt) estimated to (i`e`36z0;4'000.00. The City of'Beaumont available for 90 percent of the eligible costs. The remaining is shallbe the responsibility of the City of Beaumont. The s full share shall be du'e rih upon Texas Department of £cas days of chi iplete„executton of the Airport Project Opinion gf'P`r,.'.61i'Ale Cori ion Cost for each proposed finer, Inc., `end also prepared the City of Beaumont's Airport behalf at 409-880-3725 or by email at Cc: Dr. Joe Majdalani, P.E., Public Works Director Todd Simoneaux, Chief Financial Officer Dara Woodruff, Capital Projects Administrator Kaity Cromwell, TxDOT Aviation Division Attachments: Table 5C: Intermediate and Long -Term Capital Improvement Plan Summary Engineer's Opinion of Probable Construction Cost Site Drawing Map EXHIBIT "A" to total approximately $2.1 million. The federal and/or state share of capital improvements costs total nearly $1.7 million; although the maximum available AIP entitlement funds during the period is expected to be $600,000 to $750,000. The city's share of capital improvements during the same period totals almost $440,000. Recommended capital improvements for the long-range planning period are expected to include runway reconstruction; apron and taxiway pavement rehabilitation; lighting system upgrades; and significant hangar development totaling approximately $10.9 million. The federal share of capital improvements costs total nearly $7.4 million; although the maximum available AIP entitlement funds during the period, is expected to be $600,000 to $750,000. The city's share of capital improvements during the same period totals nearly $3.5 million. Similar to the 6-10 year planning period, local share of improvement costs are increased due to clear span and FBO hangar construction. The city, tenant, and/or third -party investors will fund 100 percent of this development. Table SC: Intermediate and Term Capital Improvement Plan Summary 1 B Acquire Land (7 acres) - Runway 13 RPZ Costs are Not Available for Land Acquisition 2B Acquire. Land (10 acres) - Runway 31 RPZ Absent an Appraised, Value 5B Upgrade AWOS-IIIP/T $203,000 $22,000 $225,000 6B Construct 6 -Unit T -Hangar and Taxilanes $540,000 $60,000 $600,000 7B Construct Clear Span Hangar (1) (5,000 sq. ft./hangar) $0.00 $250,000 $250,000 8B Install REILs - Runway 31 $23,000 $2,000 $25,000 9B Construct Self -Serve AVGAS and Jet A Fuel Dispenser $379,000 $42,000 $421,000 at West Side of Terminal Parking Apron Total Phase 11 Project Costs '(Phase $1,689,000 $436,000 $2,125,000 Lon 9 -Term 1C 111) CIP Reconstruct Runway 13-31 (4,000'x 75') $4,050,000 $450,000 $4,500,000 2C Rehabilitate/Reconstruct South Apron (PCC) $675,000 $75,000 $750,000 3C Rehabilitate Taxiway System $450,000 $50,000 $500,000 4C Upgrade Runway Lighting (MIRL) $675,000 $75,000 $750,000 5C Upgrade Taxiway Lighting (MITL) $450,000 $50,000 $500,000 6C Construct 12 -Unit T -Hangar and Taxilanes $1,080,000 $120,000 $1,200,000 7C Construct Clear Span Hangar (3) (5,000 sq. ft./hangar) $0.00 $1,500,000 ` $1,500,000 8C Construct FBO Hangar (12,000 sq. ft.) $0.00 $1,200,000 $1,200,000 9C Expand Auto Parking Area (1,200 sq. ft.) $23,000 $2,000 $25,000 Total Phase III Project Costs $7,403,000 $3,522,000 $10,925,000 Note: All costs are rounded to the nearest thousand for planning purposes and are based on current dollar value: Source: Lochner. �._ _... Development Plan Update Final. Report Page 5.5 BEAUMONT MUNICIPAL AIRPORT CITY OF BEAUMONT TxDOT CSJ NO. BASE BID (2etiabtl to."'�a d MarkRunwayti13-31r,+rConnecting4 a'T xlway's,wTiaxlwa , ri�Ap ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST May 13, 2019 DEDUCTIVE ALTERNATE 1 Rehabilitate and Mark Taxiway, and Apron ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST May 13, 2019 Bid Schedule: D1 ITEM Bid Schedule: l UNIT ITEM SPEC. NO. ITEM DESCRIPTION QUANTITY UNIT NO. NO. ITEM DESCRIPTION QUANTITY UNIT COST TOTAL 1 C-105-1 Mobilization 1 L.S. $ 45,000.00 $ 45,000.00 2 SS -02-1 Barricades 1 L.S. $ 10,000.00 $ 10,000.00 3 P-101-5.1 Full Depth Pavement Repair 1,000 S.Y. $ 90.00 $ 90,000.00 4 P-605-5.1 Clean and Seal Joints and Cracks < 1" 36,000 L.F. $ 1.75 $ 63,000.00 5 P-605-5.2 Clean and Seal Joints and Cracks > 1" 3,000 L.F. $ 8.00 $ 24,000.00 6 P -620-5.1a Surface Preparation 1 L.S. $ 40,400.00 $ 40,400.00 7 P -620-5.2b Reflectorized Pavement Marking 34,700 S.F. $ 1.50 $ 52,050.00 8 P -620-5.2c Non-Reflectorized Pavement Marking 900 S.F. $ 1.40 $ 1,260.00 9 P -620-5.3c Taxiway Centerline Green Reflective Marker 100 E.A. $ 15.00 $ 1,500.00 10 P -629-8.1a Thermoplastic Coal Tar Emulsion Sand Slurry Seal 65,900 S.Y. $ 3.00 $ 197,700.00 (24,300) S.Y. $ 3.00 $ (72.900.00 Base Bid - Subtotal $ 524,910.00 Estimated Contingency (15%) $ 78,736.50 Base Bid w/ Contingencies $o-10-6,5.0 DEDUCTIVE ALTERNATE 1 Rehabilitate and Mark Taxiway, and Apron ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST May 13, 2019 Bid Schedule: D1 ITEM SPEC. UNIT NO. NO. ITEM DESCRIPTION QUANTITY UNIT COST TOTAL DA -1 C-105-1 Mobilization 0 L.S. $ 45,000.00 $ - DA -21 SS -02-1 Barricades 0 L.S. $ 10,000.00 $ - DA -3 P-101-5.1 Full Depth Pavement Repair (1,000) S.Y. $ 90.00 $ (90,000.00 DA -4 P-605-5.1 Clean and Seal Joints and Cracks < 1" (13,300) L.F. $ 1.75 $ (23,275.00 DA -5 P-605-5.2 Clean and Seal Joints and Cracks > 1" (1,200) L.F. $ 8.00 $ (9,600.00 DA -6 P -620-5.1a Surface Preparation (1) L.S. $ 4,000.00 $ (4,000.00 DA -7 P -620-5.2b Reflectorized Pavement Marking (1,900) S.F. $ 1.50 $ (2,850.00 DA -8 P -620-5.2c Non-Reflectorized Pavement Marking (500) S.F. $ 1.40 $ (700.00 DA -9 P -620-5.3c Taxiway Centerline Green Reflective Marker (30) E.A. $ 15.00 $ (450.00 DA -10 P-629-8.1 a Thermoplastic Coal Tar Emulsion Sand Slurry Seal (24,300) S.Y. $ 3.00 $ (72.900.00 Alternate - Subtotal $ (203,775.00 Estimated Contingency (15%) $ (30,566.25 Deductive Alternate 1 w/ Contingencies $ (234,341.25 Total Base Bid: Rehabilitate and Mark Runway 13.31, Connecting Taxiways, Taxiway, and Apron w/ Contingencies $ 603,646.50 Total Base Bid: Rehabilitate & Mark Runway and Connecting Taxiways w/ Contingencies $ 369,305.25 SHEET L O C H N E R 1 DESIONEDBY DRAWING NAME PROJECTNO. 12001 North Central Expressway Suite 1050 1 Dallas. Texas 78243 P 214.373.7873 wvnxhvAochner.com CHECKED BY SCALE REVISION DATE ISSUE DATE 1" = 500' 05/13/2019 BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JULY 23, 2019 . 1:30 PM AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognitions Public Comment: Persons may speak on scheduled agenda item No. 1/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider a resolution authorizing the City Manager to execute a contract with T Construction, LLC, of Houston for the Blossom Drive Area Pipe Bursting Contract 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. it July 23, 2019 Consider a resolution authorizing the City Manager to execute a contract with T Construction, LLC, of Houston for the Blossom Drive Area Pipe Bursting Contract BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: July 23, 2019 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a contract with T Construction, LLC, of Houston for the Blossom Drive Area Pipe Bursting Contract. BACKGROUND This project consists of the replacement of designated pipe segments by means of pipe bursting, as well as replacing manholes in the Blossom Drive area, South of Washington Boulevard. On July 11, 2019, three (3) bids were received for furnishing all labor, materials, equipment, and supplies for the project. The three (3) bids are indicated in the table below: Contractor Contractor Total Base Allowance Total Award Location Bid Amount T Construction, LLC Houston $430,986.00 $50,0000.00 $480,986.00 PM Construction & Rehab, LLC Pasadena $473,248.00 $50,000.00 $523,248.00 dba IPR South Central Horseshoe Construction, Inc. La Porte $574,350.00 $50,000.00 $624,350.00 Engineer's Estimate $525,000.00 $50,000.00 $575,000.00 Water Utilities Administration recommends awarding the project to the lowest bidder, T Construction, LLC, in the amount of $480,986.00. A total of 275 calendar days are allocated for the completion of this project. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Blossom Drive Area Pipe Bursting Contract Project; and, WHEREAS, T Construction, LLC, of Houston, Texas, submitted a complete bid meeting specifications in the amount of $480,986.00; and, WHEREAS, the City Council is ; of the opinion that the bid submitted by T Construction, LLC, 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 T Construction, LLC, of Houston, Texas, in the amount of $480,986.00, for the Blossom Drive Area Pipe Bursting Contract Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with T Construction, LLC, 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 23rd day of July, 2019. - Mayor Becky Ames -