Loading...
HomeMy WebLinkAbout06/02/2020 PACKETREAUM.ONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, JUNE 2, 2020 1:30 PM CONSENT AGENDA * Approval of minutes — May 26, 2020 * Confirmation of board and commission member appointments A) Approve a resolution to repeal Resolution No 20-097 and adopting a new resolution specific to the requirements of the U.S. Department of Justice authorizing the City Manager to receive funds from the Coronavirus Emergency Supplemental Funding Program through the Department of Justice B) Authorize the City Manager to execute Change Order No. 1 to the contract with.Allco, LLC for the Wastewater Treatment Plant Trickling Filters Rehabilitation Project C) Authorize the City Manager to execute Change Order No. 10 to the contract with Allco, LLC for the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street) D) Approve a resolution accepting maintenance of the Muela Creek Drive cul-de-sac in Old Dowlen-Business Park Section 2, Subdivision BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: June 2, 2020 REQUESTED ACTION: Council consider a resolution to repeal Resolution No 20-097 and adopting a new resolution specific to the requirements of the U.S. Department of Justice authorizing the City Manager to receive up to $57,130 in Coronavirus Emergency Supplemental Funding Program through the Department of Justice. BACKGROUND The U. S. Department of Justice, Bureau of Justice Assistance Coronavirus Supplemental Funding (CESF) Program provided an allocation to the State of Texas and the South East Texas Regional Planning Commission which will be divided between the eligible agencies in this region. The amount of the allocation is not yet determined. $53,630 would be used for three (3) Lucas Chest Compressions Systems to outfit EMS response units. These are piston driven chest compression devices which will increase the likelihood of survivability of cardiac arrest. With manpower, constraints, they reduce the number of medical personnel. needing to provide life- saving treatment. They also decrease the prolonged exposure from sick patients for the medics providing chest compressions and reduce injury to rescuers while performing patient care. Additionally, $3,500 would enable the purchase of seven ultraviolet light decontamination kits for sanitizing the interior of Ambulances of germs, bacteria and virus. The State requests that specific language be included in a resolution. Resolution 20-097 needs to be amended so that the specific language is included. FUNDING SOURCE No matching funds are required. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, on May 12, 2020 the City Council of the City of Beaumont, Texas adopted Resolution No. 20-097 authorizing the City Manager to apply for and accept funding in the amount up to $57,130 through the United States Department of Justice Coronavirus Emergency Supplemental Funding (CESF) Program for the purchase of three (3) Lucas Chest Compression Systems for use in EMS response units and seven (7) ultraviolet light decontamination kits for sanitizing the interior of ambulances from germs and bacteria in preventing, preparing for, and responding to COVID-19; and, WHEREAS, the Office of the Governor, Criminal Justice Division requires grant applications be submitted with a resolution that must be specific to provide that the City will provide applicable matching funds, funds shall be returned in the event of loss or misuse and designate the Authorized Official; and, WHEREAS, Resolution No. 20-097 was not specific to their requirements and should be repealed; and, WHEREAS, a new resolution is necessary to include specific language as required by the Office of the Governor, Criminal Justice Division; 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 Resolution No. 20-097 be and it is hereby repealed. 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 2nd day of June, 2020. - Mayor Becky Ames - RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the CITY COUNCIL finds it in the best interest of the citizens of Beaumont, that the Coronavirus Emergency Supplemental Funding Program be operated for fiscal year 2020; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to apply for and receive funding in an amount up to $57,130 from the Office of the Governor, Criminal Justice Division for fiscal year 2020; and, BE IT ALSO RESOLVED THAT the City of Beaumont agrees to provide applicable matching funds for the said project as required by the Criminal Justice Division; and, BE IT ALSO RESOLVED THAT in the event of loss or misuse of the Coronavirus Emergency Supplemental funds, the City of Beaumont assures that funds will be returned in full to the Criminal Justice Division (CJD); and, BE IT ALSO RESOLVED THAT the City Manager be and he is hereby designated as the authorized official. The authorized official is given the power to apply for, accept, reject, alter or terminate the grant on behalf of the applicant agency from the Bureau of Justice through the Office of the Governor, in the amount up to $57,130 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 2nd day of June, 2020. - Mayor Becky Ames - BE . AUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: June 2, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City.Manager to execute Change Order No. 1 to the contract with Allco, LLC for the Wastewater Treatment Plant Trickling Filters Rehabilitation Project. BACKGROUND On February 25, 2020, by Resolution No. 20-041, City Council awarded 'a contract to Allco, LLC, of Beaumont, in the amount of $1,975,777.68 for the Wastewater Treatment Plant Trickling Filters Rehabilitation Project. Proposed Change Order No. 1, in the amount of ($47,843.32), is necessary for revising the scope due to a change in field conditions that the center columns require additional rehabilitation. The new secondary trickling filter arms will be hot -dip galvanized in lieu of stainless steel. If approved, the new contract amount would be $1,927,934.36. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 20-041 WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials and equipment for the Wastewater Treatment Plant Trickling Fitters Rehabilitation Project; and, WHEREAS, Allco, LLC, of Beaumont, Texas, submitted a complete bid meeting specifications in the amount of $1,975,777.68; and, WHEREAS, the City Council is of the opinion that the bid submitted by Allco, LLC, of Beaumont, Texas, is the lowest responsible bidder providing the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to Allco, LLC, of Beaumont, Texas, in the amount of $1,975,777.68, for the Wastewater Treatment Plant Trickling Filters Rehabilitation Project; and, BE 1T FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Allco, LLC, of Beaumont, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 25th day of February, 2020. APPROVAL OF CONTRACT CHANGE CHANGE ORDER No. One 1 DATE: May 15, 2020 PROJECT: City of Beaumont, Texas Wastewater Treatment Plant Trickling Filters Rehabilitation - WU0819-21 OWNER: City of Beaumont, Texas 801 Main Street Beaumont, Texas 77704 CONTRACTOR: Allco, LLC PO Box 3684 Beaumont, Texas 77707 TO THE OWNER: Approval of the following contract change is requested. Reason for Change: Delete the rehabilitation of the existing distribution tubes and truss arms on the Primary Trickling Filters; delete the rehabilitation the existing truss arms on the Secondary Trickling Filters; Provide new hot -dip galvanized steel distribution tubes on the Secondary Trickling Fitlers in lieu of new stainless steel tubes; and rehabilitate the interior and exterior surfaces of the center columns on each of the Primary Trickling Filters and each of the Secondary Trickling Filters. ORIGINAL CONTRACT AMOUNT: $ 1,975,777.68 THIS CHANGE ORDER Item Description 2 PRIMARY TRICKLING FILTERS - Mechnically clean and cold re -galvanize outside surface of center columns, $ (107,546.96) inside surface of center columns, all truss arms, distribution tubes, hardware, and handrails; DELETE 2 @ $53,773.48 each New Item SECONDARY TRICKLING FILTERS -Dismantle and remove all filter mechanisms, bridge, weirs, and electrical $ (1,604,372.36) equipment connected to secondary trickling filter distribution tubes. Remove all the existing connections, gaskets, hardware, and all the trickling filter distribution tubes in the secondary trickling filters. Remove all guy cables prior to trickling filter distribution tube removal, mechanically clean and cold re -galvanize outside surface of all truss arms. Furnish and install new 304 stainless steel distribution tubes, connections, plates, nipples, cables, handrails, and other hardware. Furnish and install new gaskets. (flange connection on distribution tubes); DELETE 2 @ $802,186.18 each SECONDARY TRICKLING FILTERS -Dismantle and remove truss arms & distribution tubes; furnish new hot- $ 1,335,443.22 dip galvanized (ASTM A123/A123m) steel distribution tubes, including connection plates; install new distribution tubes and re -assemble truss arms, including new gaskets and galvanized hardware, and re- install cables; and re -install existing stainless steel spreader assemblies, including new gaskets and stainless steel hardware; replace the 12" wide non -slip tape thefull length of each distributor arm; replace handrails with new stainless steel handrails; ADD 2 @ $667,721.61 each 10 PRIMARY TRICKLING FILTER CENTER COLUMNS - Prepare the outside surface of the center columns by $ 142,386.00 solvent and hand tool cleaning (SP -1 AND SP -2) followed by commercial blast cleaning (SP -6), and then apply a zinc/epoxy/urethane paint system (1st Coat: Inorganic Zinc Primer 3.0-5.0 mils DFT, 2nd Coat: Epoxy Primer 4.0-6.0 mils DFT, 3rd Coat: Polyurethane 3.0-6.0 mils DFT); and prepare the inside surfaces of the center columns (support column and interior surface of rotating center column) by near -white blast cleaning (SP -10), and then apply a coal tar epoxy paint system (1st Coat: Coal Tar Epoxy 8.0-16.0 mils DFT, 2nd Coat: Coal Tar Epoxy 8.0-16.0 mils DFT); ADD 2 @ 71,193.00 each 11 SECONDARY TRICKLING FILTER CENTER COLUMNS- Prepare the outside surface of the center columns by $ 76,928.78 solvent and hand tool cleaning (SP -1 AND SP -2) followed by commercial blast cleaning (SP -6), and then apply a zinc/epoxy/urethane paint system (1st Coat: Inorganic Zinc Primer 3.0-5.0 mils DFT, 2nd Coat: Epoxy Primer 4.0-6.0 mils DFT, 3rd Coat: Polyurethane 3.0-6.0 mils DFT); and prepare the inside surfaces of the center columns (support column and interior surface of rotating center column) by near -white blast cleaning (SP -10), and then apply a coal tar epoxy paint system (1st Coat: Coal Tar Epoxy 8.0-16.0 mils DFT, 2nd Coat: Coal Tar Epoxy 8.0-16.0 mils DFT); ADD 2 @ 38,464.39 each Page 1 of 2 APPROVAL OF CONTRACT CHANGE CHANGE ORDER. No. One Ill DATE: May 15, 2020. 12 COLUMN SEALS'- Probide,all labor, equipment, tools, and other con structlon measures necessary to $ remove, dispose, and replace column seals in the PRIMARY TRICKLING FILTER COLUMNS: ADD 2 @ $31,479.00 each' 13 PRIMARY TRICKLING FILTER HANDRAILS - Replace handrails on Primary Trickling Filters with new stainless $ steel handrails; ADD 8 @ $3,175.00 each 14 Remove and replace the non-skid pads on each first distribution tube on the Primary Trickling Filters, ADD . g @ $595.00 per each tube 15 Mechanically clean and cold re -galvanize rust spots on the trickling filter truss arms; ADD 12 days @ $ $1,350.00 per day 62,958.00 25,400.00 4,760.00 16,200.00 TOTAL AMOUNT OF THIS CHANGE ORDER: $' (47,843.32) TOTALREVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 1,927,934.36 CONTRACTTIME Original Contract Time: 180 calendar days The Contract Time shall restart on the date this Change Order Is approved by the City of Beaumont 0 calendar days . Revised Contract Time per this Change Order .180 calendar days, CONDITION OF CHANGE: 'Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated In this Change Order represents full compensation for all increases and decreases in the cost of, and the time required to perform the entire work under the Contract arising directly or indirectly from this Change Order and all previous Change Orders. Acceptance of this waiver constitutes an. agreement between Owner and Contractor that the Change Order represents an all Inclusive, mutually agreed upon adjustment to the Contract, and that Contractor will waive all rights to file a claim on this ChangeOrder after it is properly executed." mmended by: Approved by: c aum g & P - k_, nc. City of Beaumont gine r Owner Date: 5 2 T - 2.0Z6 Date: Page 2 of 2 Accepted by. ;r Alico, LL .contractor Date: RESOLUTION NO. WHEREAS, on February 25, 2020, the City Council of the City of Beaumont, Texas, passed Resolution No. 20-041 awarding a contract in the amount of $1,975,777.68 to Allco, LLC of Beaumont, Texas, for the Wastewater Treatment Plant Trickling Filters Rehabilitation Project; and, WHEREAS, Change Order No. 1, in the amount of ($47,843.32), is necessary to delete the rehabilitation of the existing distribution tubes and truss arms on the Primary Trickling Filters; delete the rehabilitation of the existing truss arms on the Secondary Trickling Filters; provide new hot -dip galvanized steel distribution tubes on the Secondary Trickling Filters in lieu of new stainless steel tubes; and, rehabilitate the interior and exterior surfaces of the center columns on each of the Primary Trickling Filters and each of the Secondary Trickling Filters, thereby decreasing the contract amount to $1,927,934.36; 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 to address the items described above, thereby decreasing the contract amount by ($47,843.32) for a total contract amount of $1,927,934.36 for the Wastewater Treatment Plant Trickling Filters Rehabilitation Project. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of June, 2020. - Mayor Becky Ames - c BEAUMONT. TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: June 2, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City'Manager to execute Change. Order No. 10 to the contract with Allco, LLC for the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street). BACKGROUND On April 25, 2017, by Resolution No. 17-083, City Council awarded a contract to Allco, LLC, of Beaumont, in the amount of $15,984,397.88 for the Washington Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo Street). Previous Change Order Nos. 1-9, in the amount of $549,541.11, are attached for your review. Proposed Change Order No. 10, in the amount of $37,033.00, is required to account for revisions to the storm sewer system. No calendar days will be added to the contract for the additional work. FUNDING SOURCE Beaumont Municipal Airport Oil and Gas Revenue. RECOMMENDATION Approval of the.resolution. DATE: May 18, 2020 PROJECT: Washington Blvd -Phase 11 OWNER: CITY OF BEAUMONT CONTRACTOR: ALLCO CHANGE ORDER NO.: CITE' OF BIEAUMONT ORIGINAL CONTRACT TIME (DAYS): 1292 ADDITIONAL TIME REQUESTED: 30 10 INEW CONTRACT TIME: 1322 Item No. Item Cod, Description Unit Original Quantity New Quantit3 Unit Price Total 464 003 RCP 24" LF 3,509 3,314 $ 35.00 $ (6,825.00) 464 004 RCP 30" LF 713 538 S 131.00 $ (22,925.00) 464 005 RCP 36" LF 1,753 1,194 $ 140.00 $ (78,260.00) 464 006 RCP 42" LF 1,099 1,671 $ 148.00 $ 84,656.00 465 001 MANHOLES (COMPLETE) (TY A) EA 41 46 $ 7,810.00 $ 39,050.00 465 010 JUNCTION BOX (CONFLICT BOX) (5' WIDE) (8' LONG) (10'6" DEEP) EA 2 3 $ 14,237-00 $ 14,237.00 502 001 BARRICADES, SIGNS, AND TRAFFIC HANDLINGS MO 39 40 $ 7,100.00 $ 7,100.00 TOTAL: S 37,033.00 ORIGINAL CONTRACT AMOUNT: NET FROM PREVIOUS CHANGE ORDERS: TOTAL AMOUNT OF THIS CHANGE ORDER: PERCENT OF THIS CHANGE ORDER: TOTAL PERCENT CHANGE ORDER TO DATE: NEW CONTRACT AMOUNT: S 15,984,397.88 $ 16,533,938.99 $ 37,033.00 0.22% 3.66% $ 16,570,971.99 ACC ' ED BY: PRBY- By' Sit cc-) 47VIDTINGI, � I A? CONTRACTING, INC., DTE DATE - ATEREPRESENTATIVE RE PRE, SE NTATIVE PROJECT AGER REVIEWED BY: �:`��, \ . S RJE4 W D/B/ 1 -acro ZZ AMALIA VILLARREAL, P.E., DATE IVART BARTKOWIAK DATE CITY ENGINEER DIRECTOR OF PUBLIC WORKS AND TECHNOLOGY SERVICES APPROVED BY: ATTESTED BY: KYLE HAYES, CITY MANAGER DATE TINA BROUSSARD, CITY CLERIC DATE RESOLUTION NO. 20-073 WHEREAS, on April 25, 2017, the City Council of the City of Beaumont, Texas, passed Resolution No. 17-083 awarding a contract in the amount.of $15,984,397.88 to. Allco; L.L.C., of Beaumont, Texas, for the Washington Boulevard Pavement .Widening Phase II (Corporate Drive to Amarillo Street) Project; and, WHEREAS, on August 3, 2017, the City Manager executed Change Order No..1, in the amount of $9,920.00, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $15,994,317.88; and, WHEREAS, on February 6, 2018, the City Council of. the City of Beaumont, Texas, passed Resolution No. 18-032 authorizing the City Manager to. execute Change Order No. 2, in the amount of $103,893.00, to accommodate design changes necessary - to address unforeseen conflicts with the underground utilities and additional curb and driveway -improvements required on Executive Boulevard and Corporate Drive, thereby increasing the contract amount to $16,098,210.88; and, WHEREAS, on May 14, 2018, the City Manager executed Change Order- No. 3, in the amount of $7,714.55, to adjust. the estimated quantities to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $16,105;925.43; and, WHEREAS, on June 5, 2018, the City Council of the City of Beaumont, Texas, passed -Resolution No. 18-123 authorizing the City Manager to execute Change Order No. 4, in the amount of $16,032.91, to adjust the pipe quantity and size which was not Allotted for in the original design and the addition of fourteen (14) calendar days, thereby increasing the contract amount to $16,121,958.34; and, WHEREAS, on July 17,-2018 the City Council of the City of Beaumont, Texas, passedResolution No. 18-157 authorizing the City Manager to execute Change Order No. 5, in the amount of $33,303.00, to adjust bid items and quantities, in the contract to accommodate revisions to the storm sewer system; relocate a 16" waterline; and, twenty-two (22) calendar days will be added to the contract for the work; thereby increasing the contract amount to $16,155,261.34; and, WHEREAS, on October 16, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-255 authorizing the City Manager to execute Change - Order' No. 6, in the amount of $215,144.90, to adjust the bid items and quantities in the contract to accommodate for additional sewer work; ground boxes for.fiber optics and. traffic signals; and, sixty (60) calendar days will be added to the contract for the work, thereby.increasing the contract amount to $16,370,406.24; and, WHEREAS, on April 9, 2019 the City Council of the City of Beaumont, Texas, passed .Resolution No. 19-084, in the amount of $128,658.75, to adjust the bid items and quantities in the contract for additional waterline, surface inlets for storm sewer, and foundations for traffic' ground cabinets; traffic signal poles that meet the 'height requirements needed to fit in the field; and, ten (10) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,499,064.99; WHEREAS, on September 3, 2019 the City Manager executed Change Order No. 8, in the amount of $6,400.00, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project relating to .exploratory digging of a 20" water line, thereby increasing the contract amount to $16,505,464.99; and, WHEREAS, Change Order No. 9, in the amount of $28,474.00, is necessary for the addition of a conflict junction box to account for flow line design issues with one sewer, one water and two storm lines; and, ten (10) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,533,938.99; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to.this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 9 for additional work described above, 'thereby increasing the contract amount by $28,474.00 for a total contract amount of $16,533,938.99 for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project., with sixty calendar days added to the contract for the work. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 7th day of April, 2020. F�, 20 � 6, i , v? I I M11 Aay::_ DATE: February 26, 2020 PROJECT: Washington Blvd -Phase H OWPIER: CITY OF BEAUMONT CONTRACTOR: ALLC0 - CHANGE ORDER NO.: 9 CITY OF BEAUMONT ORIGINAL CONTRACT TIME (DAYS): 1192 ADDITIONAL TIME REQUESTED: 10 NER^ CONTRACT TIME: 1202 '-•'TEE'•F0L1;0W&G bHANGES IIP THE PLARS'A-KD/OR SPECIFICATIONS ARE HEREBY MADE -1 ' Adjust the estimated q' aadHes to te0eet the actual quantities rued in the completion of the ptujC A total oftn,o (2) sheets b and sheet 184. ave Gem added to the plan set. They"ate sheet] 83 - . Item Na. Item'Cade Detviption Unit Orlginat Quan 'tl en• Quandq Unit Prim Total. 465 Oto 1JUNCrION BOX (CONFLICTBOX)(5'W1DE)(8' LONq(10'6- DEEP PA 0 2 S 14,237.00 S 28,474.00 TOTAL: S 28,474.00 30•CALENDER DAYS ARE ADDED TO THE CONTRACT TI=HY THIS CHANGE ORDER ORIGINAL CONTRACT AMOUNT: S 15.984,397.88 NET FROM PREVIOUS CHANGE ORDERS: S 16;505,464.99. TOTAL AMOUNT OFTHIS CHANGE ORDER: S I 28,474.00 PERCENT OF THIS CHANGE ORDER: 0.17% TOTAL PERCENT CHANGE ORDER TO DATE: 3.44 NEW CONTRACT AMOUNT. S 16,533,938.99 AC ED B)f PREPARED BY: -23-20 ALLCO COf CTING, INC., DATE DAVID TINGLE DATE REPRESENTATIVE PROJECT MANAGER REVIEWED BY: *TBART1 AMALIAYILT.ARI1FArDATE DATE INTERIM CITY ENGINEER DIRECTOR OF PUBLIC WORKS AND TECHNOLOGY SERVICES APPROVED BY: I l �— A TED BY: /10u�aa� � • g•aa KYLE HAYES, CITY MANAGER DATE A BROUSSARD, CITY CLERK DATE :7/.. '%>:. .ran. w;.:a•,`'�''�;•.�,%" ;czs:. - -a^.�•.�:—•^-r., •._ ..i S>., .�., i. Y.^' y, .f �r�.•"mac:. ... K.;:'�i-- �:. .,•v.. .. .. ...... .. .. o..._ ..�t:�/',i':-. .... ,. :.lrr/...1(:{,::._l.::i'e:N.fit%Cr.i:;>; ::3.V,•v?wr:.>:xr,`.. v.�':,°:: ✓�:�:Ys.y..4.,. ^r-�ca�•::'• •'`:a,a '.;' y::;. CITY OF BEAUMONE' DATE: August30s2019 ORIGINALCONTRACTTIME(DAYS): 1192 PROJECT: Washingtonlllvd-phase 11 _ OWNER: CITY OF BEAUMONT- ADDITIONALTIMEREQUESI'gD; CONTRACTOR: ALLCO - - 90 CHANGEORDERNO.: 8 NEW CONTRpCTTIIYIE: 1282 .':THE FOLLOWING b$ANOES IN TIIE'PL'ANg'ANDJOR 61?ECIBICATIOIQ$'ARE'HEREBY BIAIIE:• Adjust the estimated quantities to 0110d the actual quantities used in the completion oftite pw1cct Item No. Item Code Desaiption Unit Unit Price I _ Total . , .. ... •, • 90 -CALENDER- DAYS EIRE ADDEDgo..THE.CONTRACT.(1'IME.AY;TMBkCD:A1gGE ORDER: ORIGINAL CONTRACT AMOUNT: S 15,984,391.88 NET FROM PREVIOUS CHANGE ORDERS: $ 16,499,064.99 TOTAL AMOUNT OF THIS CHANGE ORDER s 6,400.00 . PERCENT OF THIS CHANGE ORDER: 0.04%. TOTAL PERCENT CHANGE ORDERTO DATE: 326% NEW CONTRACT AMOUNT: s 16,505,464.99 ACC D BY: PRE RED BY:. F REPRO CONT CTING, INC., DATE' AVID TINGLEDATE REPRESENTATIVE PROJECT MANAGER REVI W D B REVIEWED BY: OSG' E. CROCHET ROADWAY DESIGNWI ATE R J9 GPH MA A f, P.E. DAT P IC WORKS DI ' CTOR I. APPROVED BY: Il. A D BY: /1b?aonc✓l ,3q KYLE HAYES, CITY MANAGER DATE TINA BROUSSARD, CITY CLERK DATE DATE: April 2, 2019 PROJECT: Washington Blvd Yhnse II OWNER CITY OF BEAUMONT CONTRACTOR: ALLCO CHANGE ORDERNO.: 7 CITY OF BEAUMONT ORIGINAL CONTRACT TIME (DAYS): 1I82 ADDTTIONALTIMEREQUESTED: 'ID NEW CONTRACT TIME2 1192 Adjwt the esth aW quaatides to reflect the actual qunntitics used in the Item No. Item Code Description Dnit Original Quanti New Quanti 'Unitprice Total 104 001 REMOVING CONCRETE (PAV)(4•-127 Sy 56,084 56,131 5 -1230 .S 58730 360: 002 CONC PAV(10%(CL P) Sy 51,300 51,363 S 64.00- S 4,032.00 465. 007 .SURFACE INLET (COMPL) (GRATE HEAVY DUTY) EA2. 5 S 3,040.00. S 9.120.00 465 _ 009 TUNCTION BOX (COMPL)(5'-0'(lY B) EA 4 5 S ,5,975.00f 5y75A0 686 001 TRAP SIG POLE ASSEM I ARM (STEEL) (289 EA 2 3 S 8,296.75 S 8.296.75 686 002 TRAF SIG POLE ASSEM I ARM (STEEL) (32) EA 2 4 IS 9,628.75 S 19,2.57.50 686 003 TRAF SIG POLE ASSEM I ARM (STEEL) (509 - EA 4 5 1 S 17,000.00 S . -17,000.00 686 004 TRAP SIG POLE ASSEM I ARM (STEEL) (409 - EA I 2 IS 16,000.00 S 16,000.00 686 005 TRAF SIG POLE ASSEM I ARM (STEEL) (445 EA 3 4 IS 15,400.00 S 15,400.00 690 001 INSTALL OF FND FOR GROUND MNT CABINETS-. EA 0 3 I,S 3,048.00 S 9,144.00 801 006 FURNISH & INSTALL 8" MI ADAPTER, COMPLETE IN PLAm EA 8 10 f 225.00 S 450.00 801 012 FURNISH & INSTALL 8" MJ WITH 45 DEGREE BEND, COMPI BA - 40 42 S . 225.00 S 450.00 801 013 FURNISH & INSTALL 8" W WITB22 S DEGREE BEND, COM EA 2 4 S 225.00 S .450.00 810" 004 FURNISH&INSTALL 8"VC CUSS ISD•G900PVC WATERI LF ,8,362 8,562 S 89.83 S. 17,966,00. 2534 -003 REPLACEMENT OF 6" SHORT SIDE SERVICE CONNECTION EA 0 2 f 1,056.00 S 2,112.60 2534 004 REPLACEMENT OF 6" LONG SIDE SERVICE CONNECTION I., EA 0 1' S 2,418.00 S 2,418.00 TOTAL:' $128,658.75 ORIGINAL CONTRACT AMOUNT- S 15,984;397.88 NET FROM PREVIOUS CHANGE ORDERS: S 16,370,40624 TOTAL AMOUNT OF THIS CHANGE ORDER: S 128,658.75 PERCENT OF THIS CHANGE ORDER: 0.79% TOTAL PERCENT CHANGE ORDERTO DATE: 3.22% NEW CONTRACT AMOUNT: $ 16,499,064.99 ACCE BY: PREPARED BY: ALLC CONTRA G, INC., DATE TINGLEt' DATE REPRESENTATIVE FROJECT11fANA REVIEWED W. REVIEWED BY: r/ y-3/ l�ti � vl�y3 HAROLD E. CROCHET DTE JO.L DATE' LIMROADWAY DES -II R APPROVED BY: A5,TED BY: KYLE HAYES, =MANAGER DATE BROUSSARD. s9LFPic nkilp. CITY OF BEAT DATE: Odob=9,1018 PROJECT: Fobington Blvd -Phan D OWN—M CITYOFBEAUMONT CONTRACWTU ALLCO CHANGE ORDER NO- 6 Q:C86NOFS.IIP 7 Adjass 0eeaiva:cdywxuie ro 1ellCot � a®1 gmmi:ky mM W tffi mmplsl®9T0sprojm Itm No. 11—Code D..ipdoa oao' Uolt +1-Q_.+ , -Qna".tit] Unit F:iee Total 340 _ 002 DENSE GRADED HOTMIXASPHALTP664-n(TYPE D)(2') SY" �, 235E 1 0 S 30,00 S (70,740.0D) 400 . 002 .' CEM STABIL DKFL(IS SK)CY SAND) CY" 17,102 1 17,039 5 SERO S (3.654.00) 400 003 TEM STABIL13KFL(2-0 S7:ICY SAND) CY 0 ]1 S 66,00 S 70610 416 ON FOUNDATION FORTRAFFIC SIGNAL(36 MCH DRILLSHAF IF IID 112 S 230.00 S 460A0 464 CO2 RCP I8' LF S27 60S - S 31,00 S 2.415.00 464 003 RW 24' - LF 3549 3509 S 33M S (1,40D.OD) 464, 1 005 .. IRCP3e. LP - 1.531 1,753 ". S 140A0 S ;(10,920.00) 46S 009 JUNCTION 13OX(COWL)(9-0'(TYB) EA 1 3 S 5,975.00 S S,975.00 203 001 BARRICADE& SIGNS, AND TRAFFIC HANDLINGS MO 37 39 5 7JOO.00 S 14100.00 S06 003 TEMP SEDWENTCONTROL FENCE (INSTALL) LF 17,000 - SAM s 250 "s (30,000.00) 543 001 REMOVE STR(METAL BEAM GUARD FENCE) LF 150'- 250 S 7.70 S 511.00 615 001 2'1'VCSCHD 40 CONDUR(FIBER OMM LF 7,973 5.412 S 1400 S 7,024,00 615 003 6 SIEL•L CASING(BORED)(FIBBR OFDCS) LP 135 •158 S 65.00 I S '1,495,00 618 004 4'PROFT140 CONDMT(INCL CEM STAB SAND BKFL) LF 150 0 S 4200 I S (6300.00) 614 1 003 JOROUND BOX (7YMA)(FIBR OPTICS) 3A I is so S 1.050.001 s 36.757M 656 001 FDNS FORTRAFHC SIGNALDEVICfS(24 INCH DRILLS LF 6 18 S 7.050.00 S 12,6a0.00. 697 001 PEDFSTALPOMASSaMLY ''EA 10 S 6.30000 S (6,300.00) 685 001 PFD DE[ECT(PUSH BTN) EA 24 0 S 910.00 S (21J840.00 703 OOI MANHOLES =REMOVE& REPLACE- MGTR40 SANMARYS: EA 31 13 S 2AIoM S 5,220.00 610 002 _ FURIM&INSI'NL2' VCCLASS 150.G900PVCWA IF 20 s00 S, 15M S 11,700.00 4020 OOE 30' HDPC• SDR -17 P)PE BURST SANRARY sENERMATNS C03915T INn.AIS, INCLUDINOAILEXCAVATIDN, LF I IM4 196 S 52.37 S (81.068.76) 4020 010 FURN1SII31N5TALL ID'SANITARY SL•NL•1(LINL•S, UT(MKOI0.MCHPVCSDR-2 ROPEFITRENCHI OR LF 0 S2 S I5274 S 794245 4020 011 " FURNISH &INSTALL I5' SANITARY SMERLDIES, MUWG IS-U=FVC SDIt„76(FOROPENTRENCM OR 15-INCHSOLMWALLPOLYTiT)IlE. MPIPECIMPE).PE 340&AMMF714(FVRPIPEBURSPDICJCRUSMNOj LF 0 1.926 S 15734 S 363,036.84 - 6035 001 LEDUGI EDSTRFETSIGNS EA 1 12 0 S 281000 S (33.720.00) 9999 OD3 INIMI)ECKCOMEMINCLUDDIGEXCAVATIONAROUND EAS 1.000.00 S 3,00000 9999 ] i 004 " JOI171'REPAM (PIPE) 8'-4r RCP . - -". EA 0 12 S 000.00 S .7 100.00 9999 005 PIPEBORE,UM=ES24-BARESTEELCASING,CASDIOS LS 0 1 557140.00. S 57,140.00 9999 006 10X4 AND 10X6 F1717NGS (PON9.006996) LS I 0 1 S 1359.14 S 1.559.14 9999 - 007 LOWERING MAN)IOLERING(41"FIBERG1ASS) IS' I 0 1 5' 2,150.00 S 2,ISO.00 TOTAL: S 215,14490 r .0 z cfi LLL�y?���� -.11111,112M.1.01-0 `•� 0cl:1� L�4yyt��C®Cyyyy yy�/;eys IN y.�j yyC"�aa ORIMIALCONTRACTAMOUNI: S 5,984397.88 NET FROM PREVIOUS CHANGE ORDERS: S - 6,155,261.34 TOTALAMOUNTOF ffiS CHANGE ORDERS 215,344.90 PERCENT OF THIS CHANGE ORDER - TOTAL PERCENT CHANGE ORDER TO DATE: 2,43y, NEW CONTRACT AMOUNT: S 116X0.40624 Q!G ALLCO CONTRA G. INC., DATE GLE REPRESENTATnTV BOADWAYDES REV1E8 PD BY• D BY.. he yr LD CROCRET IDAOM JO HMA ROADWAYDFSIGNER- L O D RECTOR APPROVED BY:" L Y: IME HAYES, CITY MANAGER DATE BROUSSM r CITY -OF BEAUMONT DATE: 41ily s' nisORIGINAL CONTRACT TIME (DAYS): 1100 PROJECT: Washington BI9tt-Phmo U - - OWNER: CITY OF BEAUb70NT ADDITIONAL TIME REQUESTED: . 22 CONTRACTOR .ALLCO . - '- CHANGE ORDER NO.: INEW8NTRACT TID4E: �n p gTHSoaLomnvcsa�res pQ rlsni3s oR;sPEc bxoxs `j G C.(=. t�; !-r' (° � t5' . ( 1' 87sj caiSa ti'� #t8 c 1 hZsmpl�.. � iol= r e'z��.11-Hil�n5 ti� Yl Adjust the estidtatcd quarrtit c to rcocci the actual qumatias used in 6 eompleuon o(tbepiolca _ - Item Na. Item Code DachIkloa Unit Original .Qmatitz Nett Qaantlty UdfPNt:c 'Total 400 - 002 CEM STABIL BKFL(IS SKICY SAND) _ - -CY 16.991 17,1 M__ $ 5&00 S 6,438.00 464 .004 RCP 30°LF 620 713 S 131.00 S. ,(14,017.00) 464 005 RCI'36° LF 1,799 IMI 3 140.00 4 4.480.00 464 '006 -RCP 42 - LF 1,144 1,099 S 148.00 S. (4660.00) .464 .007 RCP 48°{DD6 Stub Out on 6th Sheet) IF 1.540 1,642 . - �S 16200 S .16,524.00 464 ._ 008 " RCP 54" . - - LF - 1,372 ' 1,288 S 190.00 S (15,960.00) '464 009 IRCP 60°(DDG Stab Out an Sth Streit) IF 297 "309 S 210.00 S 2,520.DD •465 001MANHOLE4(COMPLETE)(TYA) .EA 39 41 57,610:00 S 15,620.00 965 003 CURB INI.E1'TYA(COMPL)(S-0l' EA 26 24• 53,975.00 S '(7550.00) 496 001, REMOVE STR(PIE) 8"-08" LF 11,110 '11,025 S 7.00 S (595.00) 496 003 REMOVE_S*.CURB INUM LF- 64 S .360.00 S: (720.00) 502- 001 BARRICADES, SIGNS, AND TRAFFIC HANDLINGS(CYANCIE ORDER N02 MO 36 37 S 7.100.00 S 7,100.00 . 719 001 _ FURNISH AND INSTALL AIR RELASE VALVE AND PIPE CONNECTION TO HXISRMG MAIN d• METER BOX, WITH ALL FIRINGS, VALVE EXCAVATION BACKFRL, TESTING AND STERILIZATION, SURFACE RESTORATION ALL IN STRICTACCORDANCEWRHPLANS AND SPECIFICATIONS COMPLETE IN PLACE EA 0 I S 2,918.00 S .. 2,918,00 9999 002 ' I6".WATERLINERELOCATION LS 0 I 523,605:00 5 23.605.00 TOTAL:. S 33303.00 Gu1tdj�te`y,r ,rs�hRS2444 LN amu2 kill 2; I'll .Y ... lei ORIGINAL CONTRACT AMOUNT: S. 15j84,397.88, NET FROM PREVIOUS CHANGE ORDERS: S 16,121,958.34: TOTAL AMOUNT OF THIS CHANGE ORDER S 33,303:00 PERCENT OF THIS CHANGE.ORDER:. 021% TOTAL PERCENT CHANGE ORDER TO DATE: 1.07% NEW CONTRACT AMOUNT: S 16.15561:34 - ACCEPTED Y.11 PREPARED BY-. ALLCU CONTRACTING,Ilk, DAVID T LE REPRESENTATIVE ROADWAY DESIGNER -I RE B - REVIEWED BY: ) OJG ' n _AIAROLID_ L CROC D JOS H MAJD P E ROADWAY DESI UBL WORKS APPROVED BY: A BY: � � � n � KYLE HAYES, CITY MANAGER T11TA BROUSS , CLE CITY OF BE, AUMONT DATE: May 25, 2018 OlUGI1VAL CONTRACT TLHE (DAYS): 1086 PROTECT: Wa3l;*onBlvd-Phasell _ OWNER: CITYOFBEAUMONT JADDITIONAL TIME REQUESTED: 14 CONTRACTOR: . ALLCO CHANGEORDERNO.: 4 INEWCONTRAaflME: - 1100 q $ f' FOLL7IW'>;H6,CH�1PI F.�i> •[1�J¢I �� s'� /01 r1;PE'�IFTOATIOy g •` EREYB�1•E'[ 1�3 Jim r p ME n ,4q 1*" r �, p . Lei � ti ti� Adjori rhe ememted quaniltlu to t4Mcr the acnul Oman4lia wed IP rhe eomplchan oClhe pryjttl Item No. Item Cale Dmoptlen UNt Or181a21 . ,QaanUty Nrn Quintiy Unit Pile: T061 PERCENT CHANGE ORDER TO DATE: 0.86% W HDPF SDR -17 PlPEBURST SAT7ITARY SEWERMAINS S 16,121,958.34 ACCEPTED B �� p ,PARE B M►Q ALLCO CONTRACTING, UVC.,. AVID TIN (12.75.OD.), COMPLEMINPEACE, IN AIL ROADWAYDESIGNERI - REVIEWED BY- 4020 pp2 ECGVATION,BACKFN.LBEDDINO, COMPACTION,. JOSEP AJDALANI, P.E. TESTING, SURFACE RESTORATION. ANDBYPASS LP 407 '0 S 5732 S [11,70124] KYLE HAYES, CITY MANAGER TINA BROU$SARD, CITT Y CLERK' PUMPING ALL INSTRICT ACCORDANCE WITH PLANS AND SPECIFICATIONS. - 18°FETE SDR- I7 PIPE HORST SANITARY SEWERMAINS (15.00"OM-. COMPLETER4 PLACE, INCLUDING ALL .4620 063 EXCAVATION, BACKFILL BEDDING. COMPACTION. - TFSTINO.SURFACERISTORATION, AND BYPASS ' .LF 1.167. 400 S 6632 S (50.602.16) PUMPING ALLINSTRICT ACCORDANCE WITH PLANS ANDSPEcT T10NS. - 20" HDPE SDR -17 PIPE BURSTSANITARy SRV[R MAINS - (20.00.O.D.); COMPLETE IN PLACE, INCLUDING ALL 004 OCCAVATION;BACKFILLHBbbIMG,COMPACTION, .4020 TESTING, SURFACE RESTORATION, AND BYPASS. LF 406 0 S 7432 S (30,17390) PUMPING ALLIN STRICTACCORDANCE WITH PLANS AND SPIECD7UTI S. . UTUAZNC] 6 -INCH PVC SDR-26(FOR OPENTRENC3I OR6• 4020 006. INCH SOLID WALLPOLYMEYLENE PIPE(HDPB), PE34D8, LF 450 0 S 85.07 S (40,513.60) ASTM F714 (FOR PIPSBURS77NG/CRUSRNq) COMPLMM 8" }IDPESDR-17 PIPE BURST SANITARY SEIVERMAINS COMPLETE IN PLACE, INCLUDING ALL EXCAVATION, - 4020 007 BACKPILLBIDDING, COMPACT10N�7ES17N O, LF 0 619 E 62.75 S 26,462.25 SURFACE RLSI'OliAT10N, AND BYPASS PUMPING AL_L IN STRIPE AC ADANCR Wf7FI PLANS AND ' 10"EDPESDR-37 PIPE BURST SANRARY SEWER - - MAINS COMPLETE IN PLACE, INCLUDING ALL 4020 008 MCCAVATION, BACKFILL BEDDING, COMPACTION,, LF' 0 1.734 S 5237 S 90.80958 TESTING, SURFACE RESTORATION, AND BYPASS P NG ALL IN STRICT' ACCORDANCE WITH PLANS PUNISH& INSTALL 8" SANITARY SEWER LINES, UTILIZING B -INCH PVC SDR-26(FOR OPEN TRENCH) OR 4020 OD9 8 -INCH SOLID WALL: POLYL'THYLENE PIPE(NDPL), PE IF 0 480 S 87.65 S 42D72J1p 3408. ASTM 1714 (FOR PIPE ilURSIINGtCRUSHING) . COMPLL7EINPLACE . .. TOTAL: S 16,03291 71�0 ENb�1E•FWDA,Y-'�AR�F.4pDEri 0-Tift COEFI1'L�P ORIGINAL CONT4ACI'AMOUNT: S 15,984,397.86 NET,FROM PREVIOUS CHANGE ORDERS: $ 16,105,05.43 TOTAL AMOUNT OF THIS CHANGE ORDER: S 16,032.91 PERCENT OF THIS CHANGE ORDER 0.10%TOTAL PERCENT CHANGE ORDER TO DATE: 0.86% NEW CONTRACT AMOUNT; S 16,121,958.34 ACCEPTED B �� p ,PARE B M►Q ALLCO CONTRACTING, UVC.,. AVID TIN REPRESENTATIVE ROADWAYDESIGNERI - REVIEWED BY- JOSEP AJDALANI, P.E. �. OADWAYDESIGNER-H, UBLIC. RKSDIRECPOR ,APPROVED BY: JED& KYLE HAYES, CITY MANAGER TINA BROU$SARD, CITT Y CLERK' CrrY OF BEAiJMONT DATE: May 14, 2018 ORIGINAL CONTRACT TIME (DAYS): 1 1083 PROJECT: _ Wuhma on Blvd -Phase H OWNER:* CITYOFBEAUMONT ADDITTONALTDNEREQUES•CED: 3 CONTRACTOR: ALLCO CHANGE ORDERNO.: 3 . NEW CONTRACT' TIME: 1086 Adjw!he adntated quantities to reged the acwl.q=ddm used in the c=pietion of the pmjeet Item No. Item Cade Description Veit _ origina1 Quantity New UaitPrfce ..Q=gty . Total 9999 001 haffic Control (See Ctah Ttee Quote)_ - LS 0- 1 S 7,248.00 S 7,248.00 ' 666 019 MLPAVMRKTYI(W)8°(SLD)(IOOMIL) LF 0 217 S ISS S . 401.45 678 006 PAV SURF PREP FORMRK (S7 LF 0 217 S 030 S 65.10 TOTAL: S 7714.55 JS' r 01"'.. ON mi ORIGINAL CONTRACT AMOUNT: S 15,984397.8$ NET FROM PREVIOUS CHANGE ORDERS: S 16,098210.88 TOTAL AMOUNT OF THUS CHANGE ORDER: $ 7,714.55 PERCENT OF THIS CHANGE ORDER: 0.05% TOTAL PERCENT CHANGE ORDER TO DATE: 0.76% NEW CONTRACT AMOUNT: S 16,105$75.43 ACCEPTED PREP ALLCO ItONTRACMG, INC., HWOLD E. CROCHEW'. REPRESENTATIVE ROADWAYDESIG II CITY OF BEAIUMONT . REQUESTED:DATE: Februnry6,2018 ORIGINAL CONTRACT TWE (DAYS): 009 PROJECT: Wasbington 3Wd-Phase II mm- 1083 �17}'t�tr� ztm1 o,{s, Y3:im2yusx" . S.s s, „t. .t2- 's. -G- t fr.,+�PJ ' � ,�..r +b, "•'.s .v • .,�L, f `2+ r �, 'Item No: Item Code Description Unit Q � Quantity Unit Price Total .101 002 REMOVING CONCRETE (DP Y)(4"-6') SY 4,096 4,729 $ 16.00 S 10,128.00 132 001 EMBANKMENT (1YB) (FATAL) (ORD. COMP) .. CY 2,549 2,579 - S 31.00 S. 930.00 247 003 FLEXBASE (TY A) (GR 2 (12'0 (DC) (COMP.IN PLACB) BASE COURSE SY . 68,428 .68,393 S 25.00 S .(875;00) 360 001 _ CONCPAV(8'),(CLP) - - SY 11,949 11,914 S 63.00 S (2,205.00) 465 003 CURB INLET TYA(COWL)(51-0'0 EA 24 26 S 3,975.00 S 7,950.00 467 6388 SET Cry 11) (18 IN) (RCP) (3: 1) (San latinto) SY 0 4 S 2,000.00 S 8,000.00 496 003 REMOV STR(CURB INLET) EA 62 64 S 360.00 S 720.00 496 004 REMOV (MFA (]BOX) EA 14 15 S 720.OD S 720.00 496 OOS- REMOV STR(CURB & GUTTER COMBINED) LF 1,380 '1,600 S 8.00 S 1,760.00 502 001 BARRICADES, SIGNS, AND TRAFFIC HANDLINGS MO 33 36 S 7,100.0D S 21,300.00 529 001 CONC CURB (TY II) (MONO) (CL A) (6n LF23,231: 23,451. .S 430 S 946.00 •.530 002 DRIVEWAYS (CONC) (6) SY 4,075 4,708 S •68.00 S 43,044.00 801 008 .. FURNISH & INSTALL S" HYMAXADAPTER, COMPLETE Il: PLACE INCLUDING LABOR, ASSOCIATED MATERIALS AND FITTINGS, MERGALUG RESTRAINING FLANGES, EXCAVATION, BACKFILL, TESTING, AND THRUST BLOCKING, ALL INSTRICTACCORDANCE IVII'HPLANS AND SPECIFICATIONS.:. EA - .. . 3 12 S 1,275.00 S . 11,475.00 TOTAL: S 103,893.00 AC BY: PREP BYJ I ALLCO CONTRACTING, INC., -CROCHET./'� REPRESENTATIVE ROADWAYDESIGDiER� REVIEWED BY: REVIEWED BY: OSS A'l. /vtn ZBENG TAN, P.E. ,. \XOSE DALANI, CTTYENGINEER LIC -0 MAJDIRECTO ' APPROVED BY: � ) KYLE HAYES, CTTY)VIANAGER ZA BY: � '�lV�� TINA BROUSSARD, CITY CLERK yr ORIGINAL CONTRACT AMOUNT: S 15,984,397.88 NET FROM PREVIOUS CHANGE ORDERS: S 15,994,317.88 TOTAL AMOUNT OF THIS CHANGE ORDER: S : 103,893.00 PERCENT OF THIS CHANGE ORDER: 0.65% TOTAL PERCENT CHANGE ORDER TO DATE: 0.71%' NEWCONTRACTAMOUNT: S 16,098,210.88 AC BY: PREP BYJ I ALLCO CONTRACTING, INC., -CROCHET./'� REPRESENTATIVE ROADWAYDESIGDiER� REVIEWED BY: REVIEWED BY: OSS A'l. /vtn ZBENG TAN, P.E. ,. \XOSE DALANI, CTTYENGINEER LIC -0 MAJDIRECTO ' APPROVED BY: � ) KYLE HAYES, CTTY)VIANAGER ZA BY: � '�lV�� TINA BROUSSARD, CITY CLERK DATE: August3,2017 PROJECT: Washington Blvd -Phase 11 .OWNER 'CITYOFBEAUMONT CONTRACTOR: ALLCO CHANGE ORDER NO.:1 OD3 CITY OF BEAUMONT. ORIGINAL CONTRACT TIME (DAYS): 1005 ADDITIONAL TIME REQUESTED: 4 NEW CONTRACTTIME: 1009 Adjust the estimated quantities to reflect the actual quantities used in the completion of the *geet Item No. Item Code Description Unit Q � NewQnantity MUM" Total 465. OD3 CURB DRJUTY A (COWL) (S-0' - EA 17 24- 1 3,975.OD S '27,875.00 465 008 1NLST (COMP],) (IOP) - BA y 0 $ x,095.00 S (14.665.00) 496 002 - IREMOV.STR(CURB INLE[) . EA 55 62 S -- 360.00 S 2,520.00 506 OO9 T'BivIP SIDIMENT' CONTROL FENCE (AISTALL) BA 18920 17000 S 2.50 $ 4,800.00) 506 004 ITEW SEDM ENT CONTROL FENCE (REMOVE) EA 18920" 17000 S.. OSO TOTAL: s 9,910.00 ORIGINAL CONTRACT AMOUNT: NET FROM PREVIOUS CHANGE ORDERS: TOTAL AMOUNT OF THIS CHANGE ORDER PERCENT OF THIS CHANGE ORDER TOTAL PERCENT CHANGE ORDERTO DATE: NEW CONTRACT AMOUNT. ACCp6D BY: ALLCOLCONTRACTI G, INC., REPRESENTATIVE S 15,984,397.88 S 9,920.00 0.06% 0.06% S 15,994,317.88 REVD WE Y: REVIEWED BY: ZHEN TAN, P.. ITY ENGINEER D OSEP JDALANI, P APPROVED BY: A TED BY: ICYLE HAYES, CITY MANAGER TINA BROU S RD, CITY CLERK RESOLUTION NO. WHEREAS, on April 25, 2017, the City Council of the City of Beaumont, Texas, passed Resolution No. 17-083 awarding a contract in the amount of $15,984,397.88 to Allco, LLC of Beaumont, Texas, for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project; and, WHEREAS, on August 3, 2017, the City Manager executed Change Order No. 1, in the amount of $9,920.00, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $15,994,317.88; and, WHEREAS, on February 6, 2018, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-032 authorizing the City Manager to execute Change Order No. 2, in the amount of $103,893.00, to accommodate design changes necessary to address unforeseen conflicts with the underground utilities and additional curb and driveway improvements required on Executive Boulevard and Corporate Drive, thereby increasing the contract amount to $16,098,210.88; and, WHEREAS, on May 14, 2018, the City Manager executed Change Order No. 3, in the amount of $7,714.55, to adjust the estimated quantities to reflect the actual quantities used in the completion of the aproject, thereby increasing the contract amount to $16,105,925.43; and, WHEREAS, on June 5, 2018, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-123 authorizing the City Manager to execute Change Order No. 4, in the amount of $16,032.91, to adjust the pipe quantity and size which was not allotted for in the original design and the addition of fourteen (14) calendar days, thereby increasing the contract amount to $16,121,958.34; and, WHEREAS, on July 17, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-157 authorizing the City Manager to execute Change Order No. 5, in the amount of $33,303.00, to adjust bid items and quantities in the contract to accommodate revisions to the storm sewer system; relocate a 16" waterline; and, twenty- two (22) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,155,261.34; and, WHEREAS, on October 16, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-255 authorizing the City Manager to execute Change Order No. 6, in the amount of $215,144.90, to adjust the bid items -and quantities in the contract to accommodate for additional sewer work; ground boxes for fiber optics and traffic signals; and, sixty (60) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,370,406.24; and, WHEREAS, on April 9, 2019 the City Council of the City of Beaumont, Texas, passed Resolution No. 19-084, in the amount of $128,658.75, to adjust the bid items and quantities in the contract for additional waterline, surface inlets for storm sewer, and foundations for traffic ground cabinets; traffic signal poles . that meet the height requirements needed to fit in the field; and, ten (10) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,499,064.99; WHEREAS, on September 3, 2019 the City Manager executed Change Order No. 8, in the amount of $6,400.00, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project relating to exploratory digging of a 20" water line, thereby increasing the contract amount to $16,505,464.99; and, WHEREAS, on April 7, 2020, the City Council of the City of Beaumont, Texas, passed Resolution No. 20-073 authorizing the City Manager to execute Change Order No. 9, in the amount of $28, 474.00, for the addition of a conflict junction box to account for flow line design issues with one sewer, one water and two storm lines; and, ten (10) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,533,938.99; and, WHEREAS, Change Order No. 10, in the amount of $37,033.00, is necessary to account for revisions to the storm sewer system, thereby increasing the contract amount to $16,570,971.99; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 10 for additional work described above, thereby increasing the contract amount by $37,033.00 for a total contract amount of $16,570,971.99 for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of June, 2020. - Mayor Becky Ames - BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: June 2, 2020 REQUESTED ACTION: Council consider a resolution accepting maintenance of the Muela. Creek Drive cul-de-sac in Old Dowlen Business Park Section 2, Subdivision. . BACKGROUND Meula Creek Drive was constructed as part of the Old Dowlen Business .Park Subdivision Section 2. All improvements within the platted right of way only were accepted by Council Resolution 18-233, dated September 25, 2018. - This acceptance included a temporary cul-de-sac easement in anticipation of the future extension of Meula Creek Drive. The developer of said improvements has filed a preliminary plat of Lot 13A and 14A, to revise the property lines of Lots 13 and 14 to provide for a permanent cul-de-sac to meet the City of Beaumont subdivision ordinances. On April 14, 2020, a final inspection from Engineering was completed and administration recommends approval of the following: • Muela Creek Drive cul-de-sac, containing approximately 2,190 square feet of pavement. Recommended for approval is the street improvement within the Old Dowlen Business Park Section 2, Subdivision right of way only. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. VICINITY MAP ADDITIONAL PAVING FOR MUELA CREEK DRIVE C5ENGINEERING AND SURVEYING, INC. PROFESSIONAL ENGINEERS AND PROFESSIONAL SURVEYORS 5550 EASTEX FWY. STE O . BEAUMONT, TEXAS 77708 . (409)813.3410 ENGINEERING FIRM NO.4800 SURVEYING FIRM NO.100024-00 EXHIBIT LEGEND 0 CONCRETE PAVING ® CONCRETE PAVING TO BE ACCEPTED BY THE CITY OF BEAUMONT stff tf ra TwO.IE U1 TABLE Winn 6 ASxFRsax un BEANWc 015TANCE CN1ID BEAR. CALLID DIST. 01L UUFA 61HE Tact ff Ux0 50®N9ED BY MO O[fWtD aN Ms x.P V M PPNuxANY x 9nnx• . Jm zax'ir . - LD.lA m DDnrx Wsx® P.n s¢n9x T.v. D9a xmmr u.Jr . siWxwol v sAD vROPERtt .ccmT I ro Txr WTx srTeeDl u+Ec sran. AND GSVDIR sxD.x a raJ Y.P. or ous a.m seumsw vrmar • Sem' N axw1Y . - M 0.v WYtd BUSU655 PNU SCIIU! l.L 1195 Y.V O SEN®T .vW im HM I.LL YI¢Itt asw•w• r Jm s 9xsxTr r _ a �.wamaT marsa_..r sxD.x xm°w+ DDxo D°martD ro ra weuc roxLvm .x9 me e.sc s cw+RnDrs. Ww+dn, .xD wianma srDNN xoEax .aE wxmr uwDsrn Dx suD woaWvoa mmw r 9srlr r PREW9LtRY p1LY NOT i'OR RECDRDINO P11RPD56 a�.s TABLE .YYrs c wPPml. mw.rolD x.x.mi rc wPPrw mmmrio, Lm uNE AwS rA .xmY vo rAvxO _,v eam am':J• n.m T s.vv px.xnr r xavD lvrzrY• ncuJi'ctt ovr''T'.Ei�msvl �Pn am¢*wamn ut V, wvoR u[ I° u. sous O v, —1PmCST. �a !C .r� vuK .mimv OvsIDC s.WD s.IDi— __ — ED ®� I Dm9c.Am uK CD 9ni�rAa1° sv�.i .mA W'�0 PID.L.B ONLY NOT POR RECOVDwO PURPOSES TUFYN v.4 vE+d NPRs: . ra•.g,.Na GvrcD sAYsr Laersa Broin DIIaRese �Y. W rWE LS ¢RialAID /AU/DE /Les PWm sNSE.u'¢LR �BY�St� AAD iIUJ dMFMNC� .wnvllAL ftLm N51/aAALE AFAFA4 9AIElelr fva P'ES ADr L9INIr NOt �_ A .9G1 I�iN WZNF INf NIGIt t0 I YdULFS �t101 Oi M�iAJNL' � Gam! J pNO rGRs v nE AYcvrarrw 6 nE mar. nAr, rnE rxixr LIE 9EY IM6 AAO Slaves LmAm WfNd vE GSO&T'r 9NIW �� ler RplPL.Y�l,ID Trtv wE RLS CWNUYrt MRY is rPJ; SVM rd UAL M'E 6rvADR:JA910AW ARr LVD�vSe CAN 61aJ; AausIYFNr AIr. vvegNv STeADr UMs AM GSEYdIJ ASWIe+ALLY Mrim ALPro nE GSr U.E 61OI IJ xILL � AxP LDr IL smYaax nAn ra ewmlc sraior rna.xi'LLw um w°rs is a�rmuur nArlm uwc DE �r uE cs LDr N w. ff 02.20.20 fa: �"tp+lr WQIARB F. FAUST .............56169.._.... roll .('DENS �• THE SEAL APPFARINO ON 11iA DOC WAS AN U0AP.E W69. NRY fRLI51MTI0N N0. F-1800 PRELIMINARY PLAT OF LOT 13AAND LOT 14A, OLD DOWLEN BUSINESS PARK SECTION TWO THE PURPOSE OF THIS PLAT IS TO REVISE THE EAST PROPERTY LINE OF LOT 13 AND THE WEST PROPERTY LINE OF LOT 14 TO PROVIDE FOR ACUL-DESAC TO MEET THE CITY OF BEAUMONT ORDINANCE. THE ORIGINAL PLAT IDENTIFIED THIS AS A TEMPORARY CUL-DE-SAC EASEMENT. THE SUBDIVISION WILL NOT BE EXTENDED. PREPARED BY: V ENGINEERING AND SURVEYING INC. PRDJF99toN SEN— m MPa9a10y. 9URVEY069 RESOLUTION NO. WHEREAS, on September 25, 2018, the City Council of the City of Beaumont, Texas adopted Resolution No. 18-233 accepting construction of the street, storm sewer, water and sanitary sewer improvements of the Muela Creek Drive temporary cul-de-sac constructed in Old Dowlen Park Section 2 Subdivision; and, WHEREAS, Resolution No. 18-233 also included acceptance of street maintenance, storm sewer, water and sanitary sewer improvement of Old Dowlen Business Park Section 2 Subdivision right-of-way only; and, WHEREAS, construction of the permanent cul-de-sac improvements for the expansion of Muela Creek Drive located in the Old Dowlen Business Park Section 2 Subdivision have been completed as follows: ; and, Street Improvements • Muela Creek Drive cul-de-sac, containing approximately 2,190 square feet of pavement, right-of-way only WHEREAS, the developers of said improvements desire to have these permanent improvements accepted and maintained by the City; and, WHEREAS, the Engineering Division has determined that said improvements meet city standards and qualify for acceptance for permanent maintenance, and the City Council is of the opinion that said improvements should be accepted and maintained by 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 above -referenced street improvements of the permanent cul-de-sac improvements for the expansion of Muela Creek Drive located in the Old Dowlen Business Park Section 2 Subdivision right-of-way only, with the exception of streetlights, are hereby accepted by the City of Beaumont and shall be continuously maintained by the City contingent upon filing of the final plat, complete with filings hof dedication of all rights-of-way and easements required on the preliminary and final plats and installation of the streetlights. 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 2nd day of June, 2020. - Mayor Becky Ames - BEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, JUNE 2, 2020 1:30 PM AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognitions Public Comment: Persons may speak on scheduled agenda items 1-3/Consent Agenda Consent Agenda GENERAL BUSINESS 1. Consider a resolution authorizing the City Manager to award a contract to King Solutions, Inc., of Houston, to rehabilitate sewer lines and replace manholes 2. Consider a resolution authorizing the City Manager to award a contract to Brystar Contracting, Inc., for the Cartwright Avenue & Goliad Street Storm Sewer Drainage Repair Project 3. Consider amending Section 18.01.003 of the Code of Ordinances related to Bingo taxes PUBLIC HEARING * Receive comments on the Public Services and Public Facilities and Improvements line items of the Consolidated Grant Program's 2020 Annual Action Plan 4. Consider approving a resolution adopting the 2020 Annual Action Plan COMMENTS Public Comment (Persons are limited to 3 minutes) Councilmembers/City Manager/City Attorney comment on various matters Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Kaltrina Minick at 880-3777. 1 June 2, 2020 Consider a resolution authorizing the City Manager to award a contract to King Solutions, Inc., of Houston, to rehabilitate sewer lines and replace manholes BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: June 2, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract.to King Solutions, Inc., of Houston, to rehabilitate sewer lines and replace manholes. BACKGROUND The Pipe Bursting Work Order Contract — Phase III will be used to rehabilitate -sewer lines by the pipe bursting method and to replace defective manholes. On February 20, 2020, eight (8) bids were received for furnishing all labor, materials, equipment, and supplies for the project. The bid totals are indicated in the table below: Contractor Location Base Bid Amount Allowance Total Award Amount Barclays Premier Utility Services, LLC Houston, TX $1,630,116.63 $100,000.00 $1,730,116.63 King Solutions Services, LLC Houston, TX $1,733,508.00 $100,000.00 $1,833,508.00 To -Mex Construction, LLC Houston, TX $1,754,145.00 $100,000.00 $1,854,145.00 T -Construction, LLC Houston, TX $1,813,992.30 $100,000.00 $1,913,992.30 Texas Pride Utilities, LLC Houston, TX $1,893,444.75 $100,000.00 $1,993,444.75 PM Construction & Rehab, LLC dba IPR South Central Pasadena, TX $2,063,700.00 $100,000.00 $2,163,700.00 Lopez Utilities Contractor, LLC Houston, TX $2,166,885.00 $100,000.00 $2,266,885.00 Horseshoe Construction, Inc. La Porte, TX $2,682,810.00 $100,000.00 $2,782,810.00 Engineer's Estimate $100,000.00 $2,163,700.00 . Based on a review of the eight (8) bids submitted, four (4) bids .were incomplete as per page 13 of the advertised contract documents, including the apparent low bidder, Barclays Premier Utility Service,.LLC. The reasons for the bid rejections are outlined on page 2 of the attached bid tabulation. The Water Utilities Engineer recommends awarding the project to King Solutions Services, LLC, the second low bidder, in the amount of $1,833,508.00. A total of 400 calendar days are allocated for the completion of the project. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. BiD TA6ULATION Pipe Bursting Work Order Contract -Phase III Bid No. WU112MS BID OPENING DATE: February 20, 2020 The Bid Proposals su ed have been i vieyied and to be o y knowledge this is an accurst bulation of the bids received. y _ } _ By. Amelia Villarreal, P.E., City Engineer Date:5/2112020 � 1 �\� ALLOWANCE - ITEM NO. QUANTITY King Solutions Services, LLC T -Construction, LLC Lopez Utilities Contractor, LLC Horseshoe Construction, Inc ITEM QUANTITY UNI DESCRIPTION Bid Schedule Estimate) 100,000.00 $ 100,000.00 $ 100,000.00 $ 100 000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 ALLOWANCE TOTAL NO. .. TOTAL BASE ITEMS +ALLOWANCE 1 $ 2,163,700.00 1 $ (Englneers Mario Jeimos Juan Ramon Terms Richardo M. Lopez James R. Holl .. Houston, TX 77039 Houston, TX 77015 Houston, TX 77587 La Porte, TX 77571 Bid Factor: 0.8400 Bid Factor: 0.879D Bid Factor: 1.0500 Bid Factor: 1.3000 BASE BID ITEMS UNI PRICE TOTAL UNI PRICE TOTAL UNI PRICE TOTAL UNI PRICE TOTAL UNI PRICE TOTAL 1 1 LS I Mobilization $5D,000.00 $ . 50,000.00 $ 42,000.00 $ 42,000.00 $ 43,950.00 $ 43,950.00 $ 52,500.00 $ 52,500.00 $ 65,000.00 $ 65,000.00 2 100 BY, FUI Depth Repair of Side Walk (5') $62.00 $ 6,200.00 $ 52.08 $ 5,208.00 $ 54.50 $ 5,449.80 $ 65.10 $ 6,510.00 $ 80.60 $ 8,060.00 3 100 BY Full Depth Repair of Driveway (6") $78.00 $ 7,800.00 $ 65.52 $ 6,552.00 $ 68.56 .$ 6,856.20 $ 81.90 $ 8,190.00 $ 101.40 $ 10,140.00 4 500 BY Flexible Pavement Structure Repair (4") $58.00, $ 29,000.00 $ 48.72 $ 24,360.00 $ 50.98 $ .25,491,00 $ -.60.90 S 30,450.00 $ 75.40 $ 37,700.00 5 1,000 LF Trench Excavation Protection $4.00 $ 4,000.00 $ 3.36 $ 3,360.00 $ 3.52 $ 3,516.00 $ 4.20 $ 4,200.00 $ 520 $ 5,200.00 6 30 EACH Barricades, Signs and Traffic Handling $250.00 $ 7,500.00 $ 210.00 $ 6,300.00 $ 219.75 $ 6,592.50 $ 262.50 $ 7,875.00 $ 325.00 $ 9;750.00 7 20 EACH Remove and Replace or Install New Std. Fiberglass Manhole, V to V Depth ith a0 JoinLs and Connections $4200.00 $ 84,000.00 $ 3,528.00 $ 70,560.00 $ 3,691.80 $ 73,836.00 $ 4,410.00 $ 88,200.00 S 5,460.00 $ 109,200.00 B 15 EACH Remove and Replace or InstaO Shallow Fiberglass Manhole, Less than 5' De th, Ith All Joints 8 Connections $3,900.00 $ '58,500.00 $ 3,276.00 $ 49,140.00 $ 3,428.10 $ 51,421.50 $ 4,095.00 $ 61,425.00 S 5,070.00 $ 76,050.00 9 5 EACH Remove and Replace or Install New Sltl. PraC at Concrete Manhole, 5' to 8' Deptiih All Joints 8 Connections $5,000.00 $ 25,000.00 $ 4,200.00 $ 21,000.00 $ 4,395.00 $ 21,975.00 $ 5,250.00 $ 26,250.00 S 6,500.00 $ 32,500.00 10 50 VF Extra Depth for New or Replacement Sid. Manhole, Over 8' Depth (Pre -Cast $250.00 $ 12,500.00 $ 210.00 $ 10,500.00 $ 219.75 $ 10,987.50 262.50 Concrete or F@e lass $ $ 13,125.00 $ 325.00 $ 16,250.00 11 70 EACH Reconnect Long Side Service Connection, Including Cleanout to Sewer Main, Complete, All Sizes Ali Depths $700.00 $ 49,000.00 $ 588.00 $ 41,160.00 $ 615.30 $ 43,071.00 $ 735.00 $ 51,450.00 $ 910.00 $ 63,700.00 12 370 EACH Reconnect Short Side Service Connection Including Cleanout to Sewer Mein, Complete. All Sizes, All Depths $600.00 $ 222,000.00 $ 504.00 $ 186,480.00 $ 527.40 $ 195,138.00 $ 630.00 $ 233,100.00 $ 780.00 $ 288,600.00 13 13 EACH Obstruction Removal by Excava8on, All Sizes, AD Depths, With Project S700.00 $ 9,100.00 $ 588.00 $ 7,644.00 $ 615.30 $ 7,998.90 $ 735.00 9,555.00 Mona ersA roust $ $ 910.00 $ 11,830.00 14 1,000 LF Clean and Televise Sewer All Sizes and Depths, As Directed by the Owners $3.50 $ 3,500.00 $ 2.94 $ 2,940.00 $ 3.08 $ 3,076.50 $ 3.68 $ 3,675.00 $ 4.55 $ 4,550.00 15 200 LF Chain Link and Wooden Fences, and Gates, With Project Managers Approval $25.00 $ 5,000.00 $ 21.00 $ 4,200.00 $ 21.98 $ 4,395.00 $ 26.25 $ 5,250.00 $ 32.50 $ 6,500.00 16 3,000 . LF Pipe Bursting 6'-8' Sewer to 8,625' OD, All Depths In Areas Less Than 5' $44.00 $ 132,000.00 $ 36.96 $ 110,880.00 $ 38.68 $ 116,028.00 $ 46.20 138,600.00 From Ed a of Roadwa $ $ 57.20 $ 171,600.00 17 10,000 LF Pipe Bursting 6'-8' Sewer=OD 8.625' OD, AO Depths in Areas Greater Than 5' $02.00 $ 420,000.00 $ 35.28. $ 352,800.00 S 36.92 $ 369,180.00 $ 44.10 $ 441,ODO.00 S 54.60 From Ed a of Roadwa $ 546,000.00 18 4,000 LF Pipe Bursting 8'-10- Sewer OD, All Depths w Areas Less Than 5' $53.00 $ 212,000.00 $ 44.52 $ 178,080.00 $ 46.59 186,348.00 a10.75" Roadway From Ed a of Roadwa or In Roadway $ $ 55.65 $ 222,600.00 S 68.90 $ 275,600.00 19 1,000 LF Pipe Bursting W-10' Sewer to 10,75' OD, A0 Depths In Areas Greater Than 5' $50.00 $ 50,000.00 $ 42.00 $ 42,000.00 $ 43.95 $ 43,950.00 From Ed a of Roadwa $ 52.50 $ 52,500.00 $ 65.00 $ 65,000.00 20 7,000 LF Pipe Bursting 104.124 Sewerto 12.75 OD, All Depths In Areas Less Than 5' From The Ed a of Roadwa or In Roadwa $59.00 $ 413,000.00 $ 49.56 $ 346,920.00 $ 51.86 $ 363,027.00 $ 61.95 $ 433,650.00 $ 76.70 $ 535,900.00 21 1,000 LF Pipe Bursting 10'-124 Sewerto 12.75' OD, AO Depths In Areas Greater Than 5' $55.00 $ 55,000.00 $ 46.20 $ 46,200.00 $ 48.35 $ 48,345.00 $ 57.75 $ 67,750.00 71.50 From Edge of Roadwa - S $ 71,500.00 22 2.000 LF Pipe Bursting 12'-15' Sewerto 16.0' OD, All Depths Areas Less Than 5' $70.00 $ 140,000.00 $ 58.80 $ 117,600.00 $ 61.53 $ 123,060.00 73.50 From Ed a of Roadway or In Roadway $ $ 147,000.00 S 91.00 $ 182,000.00 23 1,000 LF 16. 0' Depths In Areas Greater Than 5' ODof, Pipe Bursting 12--15' Sewerrom $65.00 $ 65,000.00 $ 54.60 $ 54,600.00 $ 57.14 $ 57,135.00 66.25 Eto F d a RoadwaAll $ $ 68,250.00 $ 84.50 $ 84,500.00 24 3 EACH Abandon Manhole $1,200.00 $ 3,600.00 $ 1,008.00 $ 3,024.00 $ 1,054.80 $ 3,164.40 $ 1,260.00 $ 3,780:00 $ 1,560.00 $ 4,680.00 BASE BID QUANTITIES TOTAL $ 2063,700.00 S 1733508.00 $ 1813,992.30 S 2166,885.00 S 2,682810.00 ALLOWANCE - ITEM NO. QUANTITY I UNI DESCRIPTION UNI PRICE TOTAL UNI PRICE I TOTAL UNI PRICE TOTAL UNI PRICE TOTAL UNI PRICE I TOTAL 1 1 1 ALLOW Unforceen Work as Directed by the Omer $ 100,000.00 $ 100,000.00 $. 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100 000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 ALLOWANCE TOTAL .. TOTAL BASE ITEMS +ALLOWANCE 1 $ 2,163,700.00 1 $ 1,833,608.00 $ 1,913,992.30 $ 2,266,885.00 $ 2,782,810.00 Page 1 d2 =TABULATION .. Pipe Bursting Work Order Contract -Phase III Bid No. WU1120.05 BID OPENING DATE: February,20, 2020 The Bid Proposals s m have b* ea\ 'ewe .drard to th besI knowledge this is an bula0on of the bids received. . a By. Amalla \lea Villarreal, PP.E.•, City Engineer Date:5/211202D „(Q` ALLOWANCE REM QUANTITY UNIT DESCRIPTION UNITPRICE TOTAL NO. UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 1 1 ALLOW IUnforseen Work as Directed by the Owner 1 $ 100,000.00 1 $ 100,000.00 ALLOWANCE TOTAL - - - - - - TOTAL BASE ITEMS ♦ ALLOWANCE I $ 2,163,700.00 Papa 2 or 2 To -Mex Construction, LLC Texas Pride Utilities, LLC PM Construction 8 Rehab, LLC Barclays Promior Utility Services, dba IPR South Central LLC REM Bid Schedule NO. QUANTITY UNIT DESCRIPTION (Engineer's Estimate) Maribel M. Torres Luis Guerra Jamee Betltng8eld Victor Bocanegre Houston, TX 77085 Houston, TX 77037 .Pasedona, TX 77506 Houston, TX 77039 BASE BID ITEMS UNIT PRICE TOTAL 1 1 LS Mobilization $50,0D0.00 $ 50,000.00 2 100 SY Full Depth Repair of Side Walk (5') $62.00 $ 6,200.00 3 100 SY Full Depth Repair of Driveway (6') $78.00 $ 7,800.00 4 500 SY Flexible Pavement Structure Repair (4') $58.00 $ 29,00b.00 5 1,000 LF Trench Excavation Protection $4.00 $ 4,000.00 6 30 EACH Barricades, Signs and Traffic Handling $250.00 $ 7,500.00 7 20 EACH Remove and Replace or Install New Std. Fiberglass Manhole, V to 8' Depth $4,200.00 $ 84,000.00 ith all Joints and Connections _ e 15 EACH Remove and Replace or Install Shalbw Fiberglass Manhole, Less than 5' 03,900.00 $ 58,500.00 De th ith All Jolnls 8 Connections 9 5 EACH Remove and Replace or Install New Std. Pre -Cast Concrete Manhole, 5' to 8' $5,000.00 $ 25,000.00 e th ith AB Joints 8 Connectiore Dept 10 50 VF Extra Depth for New or Replacement Std. Manhole, Over B' Depth (Precast 0250.00 $ 12,500.00 Concrete or Flbe lass 11 70 EACH Reconnect Long Side SeMce Connection, Includi g Cfeanout to Sewer Main, $700.00 $ 49,000.00 Com tete, AO Sizes All De ths 12 370 EACH Reconnect Short Side Service Connection Inclutling Cleanout to Sewer Main, $600.00 $ 222,000.00 Com tete, AO Sizes, All De the To -Mex Construction, LLC did not Texas Pride Utilities, LLC did PM Construction 8 Rehab, LLC Barclays Promler Utility Sorvlcos, Obstruction Removal by ExcavaDon, All Sizes, All Depths, With PmJect 13 13 EACH Mana ars Approval $700.00 $ 9,100.00 submit a Insurance Roquirement Affidavit. not submit a Bid Bond. ribs IPR South Central did not acknowledge Addendum 1. LLC did not acknowledge Addendum 1. 14 1,000 LF Clean and Televlw Sewer Ali Sizes and Depths, As Directed by the Owners $3.50 $ 3,500.00 15 200 LF Chain Link and Wooden Fences, and Gates, With Project Managers Approval $25.00 $ . 5,000.00 16 3,000 LF Pipe Bursting 6"-8' Sewer to 8.625' OD, All Depths In Areas Less Than 5' $44,00 $ 132,000.00 of Roadwa Me. 17 10,000 LF Pipe Bursting 6'-8' Sewer D, All Depths in Areas Greater Than 5' $42.01)$ 420,000.00 From Ede of Roadway 0R75*, 18 4,000 LF Pipe Bursting 8'-10' Sewer l0 10.75' OD, All Depths in Areas Less Than S $53.00 $ 212,000.00 From Ed a of w.or In Roadway 19 1,000 LF Pipe Bursting 8'-10' Sewer to 10.75' OD, All Depths in Areas Greater Than 5' $50.00 $ 50,000.00 From Ede of Roadwa -12' 20 7,000 LF Pipe Bursting 10 Sewer to 1. ll Dpths In Areas Less Than 5' $59.00 $ 413,000.00 Fro m Tha Ed a o2f R75oadwDD,aAor Ien Roadwa 21 1,000 LF Pipe Bursting 10'-12' Sewer to 12.75' OD, All Depths in Area. Greater Than 5' $55.00 $ 55,000.00 From Ed a of Roadwa 22 2,000 LF PIP. Bursting 12'-15' Sewer to 16.0' OD, All Depths in Areas Less Than 5' $70.00 $ 140,000.00 From Ed a of Roadwa or In Roadwa 23 1,000 LF Pipe Bursting 12%15' Sewer to 16.0' OD, Ali Depths in Areas Greater Than 5' $65.00 $ 65,000.00 From Edge of Roadway 24 3 EACH Abandon Manhole $1,200.00 1 $ 3,600.00 BASE BID QUANTITIES TOTAL IS 2,063,700.00 ALLOWANCE REM QUANTITY UNIT DESCRIPTION UNITPRICE TOTAL NO. UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 1 1 ALLOW IUnforseen Work as Directed by the Owner 1 $ 100,000.00 1 $ 100,000.00 ALLOWANCE TOTAL - - - - - - TOTAL BASE ITEMS ♦ ALLOWANCE I $ 2,163,700.00 Papa 2 or 2 RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Pipe Bursting Work Order Contract -Phase III Project; and, WHEREAS, King Solutions Services, LLC, of Houston, Texas, submitted a complete bid meeting specifications in the amount of $1,833,508.00; and, WHEREAS, the City Council is of the opinion that the bid submitted by King Solutions Services, LLC, of Houston, Texas, is the lowest responsible bidder providing services at 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 King Solutions Services, LLC, of Houston, Texas, in the amount of $1,833,508.00, for the Pipe Bursting Work Order Contract -Phase III Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with King Solutions Services, 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 2nd day of June, 2020. - Mayor Becky Ames - 2 June 2, 2020 Consider a resolution authorizing the City Manager to award a contract to Brystar Contracting, Inc., for the Cartwright Avenue & Goliad Street Storm Sewer Drainage Repair Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: June 2, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Brystar Contracting, Inc., of Beaumont for the Cartwright Avenue & Goliad Street Storm Sewer Drainage Repair Project. BACKGROUND The Cartwright Avenue & Goliad Street Storm Sewer Drainage Repair Project consists of the repair of drainage structures including concrete box culverts, junction boxes, surface inlets and all excavation and backfill as required. On May 14, 2020, six (6) bids were received for furnishing all labor, materials, and equipment for the project. The bid totals are indicated in the table below: Contractor Location Base Bid Amount Brystar Contracting, Inc. Beaumont, TX $93,450.00 Aranda Industries Houston, TX $94,645.00 MK Contractors Vidor, TX $95,675.00 Norman Highway Constructors Orange, TX $122,680.00 T -Construction Houston, TX $141,450.00 ALLCO, LLC Beaumont, TX $143,365.00 Engineers Estimate $123,625.00 The Public Works Engineering staff recommends this project be awarded to the lowest bidder, Brystar Contracting, Inc., in the amount of $93,450.00. A total of 60 Calendar days are allocated for completion of the project. FUNDING SOURCE General Fund -Streets & Drainage RECOMMENDATION Approval of the resolution. BID TAB PW0420-03 Far. Cartwrielit Ave and Goliad SL Storm Scimr Drainaee Renair Proiect Limits: N/A Taml Unit Price Tota( Unit Price BRYSTAR Tam- Unit F.I. ARANDA INDUSTRIES MICCONTRACTORS NORMAN T -CONSTRUCTION ALLCO Imm K. Imm Code Description E.t(m.lea Qu.nt-ty Unit Unit Prim Total Unit Price 70tH Unit Price Total Unit Prim Total UNI Prim Toml Unit Price Total IN 6001 PREP ROW 1 STA S 3,OOD.00 S 3,000.00 S 7,500.00 S 7,500.00 S 3,500.00 S 3,500.00 S 10,000.00 S 10,000.00 S 3,500.00 S 3,500.00 S 1,400.00 S 1,400.00 400 6005 CEMENT STABIL BKEL(2. SKICY SAND) 125 CY S 70.00 S 8,750.00 S 65.00 S 8.125.00 $ 85.00 S 10,625.00 S 100.00 S 12,500.00 S 42.00 S 5,250.00 S 75.00 S 9,375.00 462 6016 PRECAST BOX CULVERT(5FT X TIT) 60 LF 3 1,100.00 S 66,000.00 3 762.00 S 45,720.00 S 945.00 S 56,700.00 S 1,200.00 S 72,000.00 S 1,000.00 S 60,000.00 S 1,179.00 S 70,740.0 465 6001 SURFACE INLET (CAST R4 PLACE) (COMPL) (5FT X 4FT ELI I EA S 5,000.00 S 5,000.00 $ 7,800.00 S 7,800.00 $ 8,650.00 S 8,650.00 S 9,000.00 S 9,000.00 S 18,500.00 S 18,500.00 S 10,900.00 S 10,900.00 496 6023 REMOVE STR(MJCTION BOX AND INLET) 1 EA $ 500.00 S 500.00 s 2,70D.001 S 2,700.00 $ 1,000.00 S 1,000.00 $ 1,180.00 S 1,180.00 S 1,200.00 S 1,200.00 $ 700.00 S 700.00 496 6001 REMOVE STR(BOX CULVERT)(TY-D EMBANKMENT) 60 LF S 70.00 S 4,200.00 S 130.00 S 7,800.00 $ 100.00 S 6,OOa.00 S 150.00 S 9,000.00 $ 50.00 S 3,000.00 $ 657.50 S 39,450.00 500 6001 MOBILIZATION I LE s 5,000.00 S 5,000.00 S 12,500.00 S 12.500.00 S 5,400.00 S 5,400.00 S 4,000.00 S 4,000.00 3 35,000.00 S 35,000.00 3 5,000.00 S 5,000.00 502 6001 BARRICADES, SIGNS, AND TRAFFlC HAND. 2 MON S 500.00 S 1,000.00 S 1,250.01) 5 2.500.00 s 1,900.00 S 3,800.00 S 2,500.00 5 5,000.00 S 7,500.00 S 15,000.00 3 2,900.00 S 5,800.00 BASE BID TOTAL s 93,450.00 s 94,645.00 s 95,675.00 S 122,680.00 s 141,450.00 S 143,365.00 ALTERNATIVE BID Q� miry Unit Unit Price Taml Unit Price Tota( Unit Price 7oml Unit Prim Tam- Unit F.I. Tal.- Unit Price Total 247 6073 FLE)(BASE (TY A)(OR 2)(E)(DC)(COMP.WPLACE) 70 SY $ 30.00 S ROADWAY BABE COURSE 2,100.00 S 50.00 S 3,500.00 S 54.00 S 3,780.0 S 75.00 S 5,250.00 $ 50.00 S 3,500.00 S 75.00 S 5,250.00 340 6138 DENSE GRADED NOTMIXASPIIALT(SQ)TY-D PG 7632 10 TON S 825.00 S 2.5' THICK 8,250.00 S 225.00 S 2.250.00 S 850.00 5 8,500.00 S 560.00 S 5,600.0 3 500.00 S 5,000.00 S 800.00 S 8,000.00 ALTERNATIVE BID TOTAL s loXo.o0 S 5,750.00 s 12,280.00 s 10,850.00 s 8,500.00 s 13,250.00 5-aI-CQ oac) RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, and equipment for the Cartwright Avenue & Goliad Street Storm Drainage Repair Project; and, WHEREAS, Brystar Contracting, Inc., of Beaumont, Texas, submitted a complete bid meeting specifications in the amount of $93,450.00; and, WHEREAS, the City Council is of the opinion that the bid submitted by Brystar Contracting, Inc., of Beaumont, Texas, is the lowest responsible bidder providing the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to Brystar Contracting, Inc., of Beaumont, Texas, in the amount of $93,450.00, for the Cartwright Avenue & Goliad Street Storm Drainage Repair Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Brystar Contracting, Inc., of Beaumont, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act; Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of June, 2020. - Mayor Becky Ames - 3 June 2, 2020 Consider amending Section 18.01.003 of the Code of Ordinances related to Bingo taxes BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING -DATE: June 2, 2020 REQUESTED ACTION: Council consider. amending Section 18.01.003 of the Code of Ordinances related to Bingo taxes. BACKGROUND In 2019, the Texas 86th Legislature enacted House Bill 914 affecting the collection of Bingo prize fees by.local jurisdictions. On September 10, 2019, City Council passed Resolution 19- 195 affirming its intent to continue to. receive. a share of Bingo prize fees collected by non-profit organizations conducting Bingo activities within the City limits. House Bill 914 allows a licensed authorized organization to collect from a person who wins a cash bingo prize of more than $5.00 a fee in the amount of 5%. The bingo conductor shall remit 50% (or 2.5%) of the amount collected to the State Lottery Commission. The remaining 50% (or 2:5%) shall be remitted to local governing bodies that voted to impose the prize fee. The two local governing bodies are the City of Beaumont and Jefferson County. The City of Beaumont opted to impose the prize fee via Resolution 19-195. As per the State Lottery Commission, Jefferson County did not vote to impose collection of bingo prize fees. Therefore, Section 18.01.003 of the Code of Ordinances adopted in 2007 is no longer in compliance with statutory regulation. The current ordinance levied a 2% tax on the gross receipts of -bingo games conducted within the city. The ordinance should be, amended. to reflect the current law imposed by House Bill 914 and in accordance the City of Beaumont shall impose a fee of 2.5% of a cash bingo prize of more than $5.00, and said fee is due and payable by the license holder/bingo conductor, quarterly on or before the 25th day of the month succeeding each calendar quarter. FUNDING SOURCE Not Applicable. RECOMMENDATION Approval of the ordinance. Sec. 18.01.003 Bingo tax levied There is hereby levied a two and a half (2.5) twe-(2) percent tax on cash bingo prize winnings of more than $5 the gross receipts 4-0inge games eendtieted within the city. The tax is levied in accordance with House Bill 914 meter 2001 v T.! n n,.,.,,p.,,-io Code. (Ordinance 83-152, sec. 1, adopted 11/22/83; 1978 Code, sec. 25-66; Ordinance 07-061, sec. 10, adopted 6/5/07) _ State law reference—Bingo Enabling Act, V.T.C.A., Occupations Code, ch. 2001. ORDINANCE NO. ENTITLED AN ORDINANCE AMENDING CHAPTER 18, ARTICLE 18.01, SECTION 18.01.003 OF THE CODE OF ORDINANCES OF BEAUMONT, TEXAS TO MAKE CHANGES RELATING TO BINGO FEES; PROVIDING FOR SEVERABILITY; PROVIDING FOR REPEAL; AND PROVIDING A PENALTY. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. That Chapter 18, Article 18.01, Section 18.01.003 of the Code of Ordinances of the City of Beaumont, be and the same is hereby amended to read as follows: Sec. 18.01.003 Bingo prize fee imposed There is hereby imposed and a licensed authorized organization or unit as defined by V.T.C.A. Occupation Code, Section 2001.431, shall remit to the city as a fee, two and one-half percent (2.5%) of all cash bingo prize winnings of more than $5 collected within the city. Section 2. That if any section, subsection, sentence, clause of phrase of this ordinance, or the application of same to a particular set of persons or circumstances, should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this ordinance, and to such end, the various portions and provisions of this ordinance are declared to be severable. Section 3. That all ordinances or parts of ordinances in conflict herewith are repealed to the extent of the conflict only. Section 4. That any person who violates any provision of this ordinance shall, upon conviction, be punished, as provided in Section 1.01.009 of the Code or Ordinance of Beaumont, Texas. The meeting at which this ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of June, 2020. - Mayor Becky Ames - PUBLIC HEARING * Receive comments on the Public Services and Public Facilities and Improvements line items of the Consolidated Grant Program's 2020 Annual Action Plan F1 June 2, 2020 Consider approving a resolution adopting the 2020 Annual Action Plan BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: June 2, 2020 REQUESTED ACTION: Council conduct a Public Hearing to receive comments on the Public Services and Public Facilities and Improvements line items. of the Consolidated Grant Program's 2020 Annual Action Plan and consider approving a resolution: adopting the 2020 Annual Action Plan. BACKGROUND The attached 2020 Annual Action Plan was adopted by City Council on April 28, 2020. However,.HUD is requesting that Council re -adopt the 2020 Action Plan in order to allow additional time for public comment during the disruptions caused by the COVID-19 pandemic. There are no changes to the 2020 Action Plan. As mandated by the U. S. Department of Housing and Urban Development (HUD), City Council. has conducted public hearings and work sessions in previous years prior to adopting the City's Annual Action Plan. Planning & Community Development staff, along with the Community Development Advisory Committee (CDAC), has hosted, Public Hearings in order to receive public comments on the process and activities related to the 2020 Annual Action Plan. Attached is the proposed Budget for the 2020 Program Year. The proposed budget reflects estimated allocations of $1,361,649 in Community Development Block Grant (CDBG) funding, an estimated $100,000 in Program Income and $477,022 in HOME funding. FUNDING SOURCE . U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant and HOME Investment Partnership Grant funds. . RECOMMENDATION Conduct the Public Hearing and approve the Resolution. CDBG 2020 Applicants.for Public Services/Public` adlities Certification of compliance with National Objectives in accordance with subpart C of CFR part 570 projected use of funds meet one National Objective: 1) benefits low and moderate income families, 2) aids in prevention or elimination of slums or blighted conditions, and 3) meet other community development needs having a particular urgency. Community Public Services/Housing/Educational REM 1. CASA OF SETX $20,000 Funding will be used reimburse mileage costs of volunteers and advocates; costs of training and training materials; the costs associated with the printing of literature and materials for the agency that serves as Court Appointed Special Advocates for all abused and neglected children of Jefferson County. 2. CATHOLIC CHARITIES OF SOUTHEAST TEXAS $20,000 Funding will be used to pay salary and expenses of employees of the Market to Hope community grocery store. This grocery store that will provide food for individuals and families located in a low/moderate income area. 3. CHILD ABUSE & FORENSICS $20,000 Funding will be used to reimburse a portion of salary costs associated with the on call services ($2.75/hr) and examinations ($300.00 per exam) provided to low/moderate- income victims of sexual assault that occur after hours and weekends. Purchase of a security and monitoring system for the office. 4. FAMILY SERVICES OF SOUTHEAST TEXAS $20,000 Funding will be used to pay for for. flood drainage improvements and renovation costs at the shelter that houses women who are victims of domestic abuse and their children. 5. GIRL'S HAVEN $2,075 Funding will be used to purchase (25) twenty-five Amazon fire tablets with the cases for residents of a residential facility that provides housing and other services to girls who cannot live at home and are under the care of Child Protective Services. 6. HABITAT FOR HUMANITY $20,000 Funding combined with additional funding sources will be used to pay for site preparation costs in the construction of two (2) homes to be built at 2890 Fillmore and 3030 Fillmore. Upon completion of construction these homes will be sold to eligible low/moderate income families. 7. HENRY'S PLACE/SOME OTHER PLACE $20,000 Funding will be used to pay for for operational costs at a facility that serves homeless, mentally . disabled persons. Costs to include: assistance with utility bills, repair/maintenance of the building and equipment, and office/custodial supplies. 8. HOPE WOMEN'S RESOURCE CLINIC $10,000 Funding will be used to purchase furniture for (8) eight bedrooms. Furniture to include: beds/mattresses and cribs for eligible clients and their children that are seeking temporary shelter until they can transition to permanent housing. 9. I.E.A. (INSPIRE, ENCOURAGE, ACHIEVE) $20,000 Funding for the implementation of Trust -Based Relational Intervention Program (TBRI). Funds will be used to purchase supplies and materials, provide professional staff development and coaching, support staff in implementing individual and group TBRI sessions that promote positive youth development for those that are housed at the juvenile justice center. These youth are under the supervision of the Jefferson County Juvenile Probation Department and are at -risk of delinquency. 10. JONATHON WILLIAMS CENTER FOR THE PERFORMING ARTS $9,623 Funding will be used to purchase wireless audio headsets to be used for the prod4ction of stage productions and performances by this center for the arts. 11. JULIE ROGER'S GIFT OF LIFE PROGRAM $20,000 Funding will be used to pay for the rental of a facility used for the health fairs/events, vital lab reports for screenings and testing for prostate cancer, cholesterol and primary care tests for low to moderate income individuals; printing and costs associated with the educational outreach literature. 12. LAMAR RESEARCH FOUNDATION $20,000 Funding will be used to reimburse faculty salary costs associated with the implementation of a new six - level literacy program focusing on second language learners and at - risk student populations, targeted training to develop reading, writing, and speaking skills to ensure learner's workforce and college readiness. Public Facilities . ar ' �, �i�tJ'C1�• 13. NUTRITION & SERVICES FOR SENIORS $3,226.11 Funding will be used to purchase one (1) food processor; to be used for the Meals on Wheels Program which provides a hot meal for homebound senior citizens that are participants in our "Meals On Wheels Program". 14. SALVATION ARMY $20,000 Funding will be used to replace the roof for the shelter, a facility that offers food and shelter for the homeless citizens. 15. SALVATION ARMY -BOYS & GIRLS CLUB $20,000 Funding will be used to replace the roof for the Boys and Girls Club of Beaumont, at a facility that offers after school and recreational programs for youth. 16. SHORKEY CENTER $20,000 Funding will be used to pay utility costs for the center that provides rehabilitation and education for physical, occupational and speech problems in children. CDBG 2020 Applicants for Public Services/Public Facilities Certification of compliance with National Objectives in accordance with subpart C of CFR part 570 projected use of funds meet one National Objective: 1) benefits low and moderate income families, 2) aids in prevention or elimination of slums or blighted conditions, and 3) meet other community development needs having a particular urgency. Community Public Services/Housing/Educational 17. SE TX FAMILY RESOURCE CENTER -#1 $20,000 Funding will be used to facilitate an after-school and summer enrichmentprogram, building and vehicle maintenance costs and repairs, supplies for the Jazzy Seniors Program, costs to include health screenings, family activity nights, food distribution, and resource referrals, kitchen supplies, and paper/plastic goods. Also to enhance educational programs, computer literacy, office supplies, books, music and equipment for low to moderate income children. 18. SETX FAMILY RESOURCE CENTER -#2 $20,000 Funding will be used to reimburse utility costs, van and building insurance costs for the facility that provides services (after-school and summer enrichment programs) to children and families that are low to moderate income 19. SOUTHEAST TEXAS FOOD BANK $20,000 Funding will be used to pay a portion of the costs to replace the roof on a warehouse that will be used to preserve and store food gommodities, school supplies, and disaster service items needed for i the distribution to area low to moderate income families of our community. 20. Tender Loving Care/Legacy CDC $20,000 Funding will be used to cover the costs of the Home Buyers Education Certification and Credit Counseling courses which are needed for clients to participate in the I' Time Homebuyers Program, for the City of Beaumont. The financial and credit counseling is provided to low income families and residents of Beaumont that desire to purchase a home. Funding will also be used for the cost of marketing the program, printing and advertising costs, and insurance costs of the agency. 21. THE ART STUDIO $7,814 Funding will be used to reimburse for costs for electrical work, a gas service line installation and testing, meter installation, purchase of a gas shop heater and thermostat and a wall mount fan for the art studio. 22.. The H.O. W. Center $20,000 Funding will be used to reimburse the costs of labor and materials to purchase and install a Generac 36 KW generator with a 200 amp automatic transfer switch, a 4 inch concrete pad for the generator to sit on and the installation of a natural gas line connecting to the generator from the point of service on the property. This facility houses and provides educational opportunities, job training and other services for low to moderate income men who are recovering from substance and/or alcohol addiction. � h Public Facilities Facilities are wheel chair accessible and accessible parking spaces are available. Requests for accommodations or interpretive services must be made 48 hours prior to this meeting. Please contact (409) 785-4793 for fiuther information. Esta-instalacions.ADA son accesible con estacionamineto para personas discapacitadas. En caso de ser neces.arios los servicios interpretativos, por favor, pongase. en contacto 48 horas antes de la reunion y se les proporcionara el servicio necesario. Telefono: (409) 785-4793 RESOLUTION NO. WHEREAS, on April 28, 2020, the City Council of the City of Beaumont, Texas adopted Resolution No. 20-094 adopting the HUD Consolidated Grant Program's 2020 Annual Action Plan, as well as the budget of the 2020 Action Plan in the amount of $1,361,649 in Community Development Block Grant (CDBG) funding, an estimated $100,000 in Program Income and $477,022 in HOME funding; and, WHEREAS, HUD is requesting that the City re -adopt the 2020 Action Plan, as well as the budget of the 2020 Action Plan, in order to allow additional time for public comment during the disruptions caused by the COVID-19 pandemic; and, WHEREAS, there are no changes to the 2020 Action Plan or the budget of the 2020 Action Plan; 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 re -adopts the HUD Consolidated Grant Program's 2020 Annual Action Plan, as well as the budget of the 2020 Action Plan in the amount of $1,361,649 in Community Development Block Grant (CDBG) funding, an estimated $100,000 in Program Income and $477,022 in HOME funding. 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 2nd day of June, 2020. - Mayor Becky Ames - 2020 HUD CONSOLIDATED GRANT PROGRAM Final Budget COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) Budget - CLEARANCE AND DEMOLITION 202,935 Funds will be used to demolish unsafe, unsanitary and uninhabitable residential structures located in low to moderate income areas. PUBLIC FACILITY & IMPROVEMENT (Special Projects to be determined) 200,000 HOUSING MINOR REPAIR— (Habitat for Humanity) 300,000 Funds will be used to repair.approximately 45 -60 homes at $5,000 each, for the elderly and disabled. Project Delivery Costs — HABITAT FOR HUMANITY 100,000 Rehabilitation Administration (City Project Delivery Costs) Funds will be used for personnel and operating expenses necessary for compliance with the planning, execution, 100,000 and regulatory requirements associated with the implementation of the housing Repair Program. PUBLIC SERVICES (15%) 200,000 Public Service Organizations Funds will be used for administrative and operating costs for various public service organizations that provide services to low/moderate income citizens. ADMINISTRATION (19%) 258,714 Funds will be used for personnel and operating expenses necessary for compliance with the planning, execution, and regulatory requirements associated with the implementation of the HUD Consolidated Grant Program. TOTAL ENTITLEMENT 1,361,649 Program Income 100,000 Small Business Loan, Historic Preservation Loan Fund, Clearance and Demolition *Program Income is Estimated TOTAL CDBG 1,461,649 HOME Budget AFFORDABLE HOUSING PROGRAM Funds will be awarded to a non-profit housing development organization that will assist low/moderate income families in the process of acquiring a home (down payments assistance/closing costs, and mortgage buy downs). HOME ADMINISTRATION 47,702 CHDO OPERATING (5%) 23,851 (Community Housing Development Organization Operating) CHDO RESERVE (15%) 71,553 (Community Housing Development Organization Reserve) ENTITLEMENT (70%) 333,916 TOTAL HOME „ 477,022 EXHIBIT A ORGANIZATION PUBLIC SERVICES CASA �L''tt �exay. Child Abuse and Forensics Girl's Haven Hope Women's Resource Clinic IEA - Inspire, Encourage, Achieve Jonathon Williams Ctr for Performing Arts Julie Roger's "Giftfor Life" %La Research Foundat -14 orkey Genter Nutri ion a d erv.For Seniors Southeast Texas Family Resource Center #1 Texas rt Southeast Texas Food Bank end,-V–S ,a a> gacy Total Public Services PUBLIC FACILITIES AND IMPROVEMENTS The rt5tud10 a i t Fo - man The H.O.W. Center Total Public Facilities and Improvements HOMELESS PROVIDERS amity Services of Southeasti7exxs Henry's Place Some Other Place Salvation Army Salvation Army Boys and Girls Club Total Homeless Providers 2020 CONSOLIDATED BLOCK GRANT PROGRAM APPLICATIONS Public Services/Public Facilities & Improvements/Homeless Providers AMOUNT CDAC ADMINISTRATION CITY COUNCIL REQUESTED RECOMMENDATIONS RECOMMENDATIONS RECOMMENDATIONS $20,000.00 $17,507.60 $17,507.60 $20,000.00 $20,000.00 $17,507.60 $17,507.60 $2,075.00 $2,075.00 $2,075:00 $10,000.00 $10,000.00 $10,000.00 $20,000.00 $17,507.60 $17,507.60 $9,623.00 $9,623.00 $9,623.00 •$20,000.00 $17,507.60 $17,507.60 $20,000.00 $20,000.00 $3,226.00 $3,226.00 $3,226.00 $20,000.00 $17,507.60 $17,507.60 $20,000.00 $15,000.00 $17,507.60 $17,507.60 $20,000.00 $239,924.00 $129,969.60 $129,969.60 $0.00 $7,814.00 $20,000.00 �'�$17,SOT.60' $17,507.60 $20,000.00 $17,507.60 $17,507.60 $47,814.00 $35,015.20 $35,015.20 $0.00 $20,000.00 $20,000.00 $17,507.60 $17,507.60 $20,000.00 $17,507.60 $17,507.60 $20,000.00 TOTAL AMOUNT REQUESTED FOR ALL FUNDING $80,000.00 $35,015.20 $35,015.20 367.738.00 $200,000.00 $200,000.00 $0.00 $0.00