Loading...
HomeMy WebLinkAbout12/15/2020 PACKETBEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, DECEMBER 15, 2020 1:30 PM CONSENT AGENDA Approval of minutes — December 8, 2020 Confirmation of board and commission member appointments A) Approve a contract for Heating, Ventilation and Air Conditioning (HVAC) services B) Approve the purchase of 34 radios for Beaumont Municipal Transit C) Authorize a one year contract with the Greater Beaumont Chamber of Commerce D) Approve the purchase of splash pad equipment for Rogers Park E) Authorize the City Manager to execute a lease agreement with Chris Meaux for property located at the Beaumont Municipal Airport U, BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution approving a contract for Heating, Ventilation and Air Conditioning (HVAC) services. BACKGROUND Bids were requested for an annual contract to provide HVAC maintenance and repair services from eight vendors; three responded. The contract will provide for the installation, maintenance and repair of air conditioning and heating systems for all City facilities. Bids were evaluated on a total annual cost based on estimated labor hours for each skill category and percentage markup for materials and equipment rental. Associated Mechanical Services Inc. submitted the low qualified bid in the estimated annual amount of $243,000. Specifications allow for a twelve (12) month contract with the option of two renewals of twelve (12) month terms at the same pricing as the awarded contract. Bid tabulation is attached. FUNDING SOURCE In FY 2020, the City spent $103,642. The purchases were paid from the General Fund ($45,338), Water Fund ($1,661), and Capital Reserve Fund ($56,643). RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were solicited for an annual contract, with the option of two (2) renewals of twelve (12) month terms at the same pricing as the awarded contract, for heating, ventilation, and air conditioning (HVAC) installation, maintenance and repair for City -owned HVAC equipment; and, WHEREAS, Associated Mechanical Services, Inc., of Nederland, Texas, submitted a qualified bid for an estimated amount of $243,000.00 in the unit amounts shown in Exhibit 'A" attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by Associated Mechanical Services, Inc., of Nederland, Texas, is the lowest responsible bidder providing services at the best value to the City and should be accepted; and, WHEREAS, City Council is of the opinion that the bid submitted by Associated Mechanical Services, Inc., of Nederland, 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 bid submitted by Associated Mechanical Services, Inc., of Nederland, Texas, for an annual contract, with the option of two (2) renewals of twelve (12) month terms at the same pricing as the awarded contract, for heating, ventilation, and air conditioning (HVAC) equipment installation, maintenance and repair for City -owned HVAC equipment for an estimated annual cost of $243,000.00 in the unit amounts shown in Exhibit 'A," attached hereto, be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Associated Mechanical Services, Inc., of Nederland, 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 15th day of December, 2020. - Mayor Becky Ames - R,Cp ,,,rII u�r RroR,rr CITY OF BEAUMONT - PURCHASING DIVISION REAUM C Terry Welch - Senior Buyer T- E- x- A - S 409-880-3107 tenv.welch(d)beaumonttexas.00v BID TABULATION: Annual Contract for HVAC Repair & Maintenance BID No. TF1121-05 OPENING DATE: Thursday, November 19, 2020 Vendor City / State Associated Mechanical Services, Inc. Nederland Air Comfort, Inc. Beaumont Air Services Unlimited Vidor QTY Item Rate Total Rate Total Rate Total tra (Time-,, 1400 1 Mech/Tech $ 53.00 $ 74 200.00 $ 60.00 $ 84 000.00 $ 65.00 91 000.00 700 Apr/HeI r $ 30.00 15 21,000.00 $ 40.00 $ 28,000.00 $ 35.00 1 $ 24.500.00 300 Mech Tech $ 79.50 $ 23 850.00 $ 85.00 $ 25 500.00 $ 80.00 $ 24 000.00 100 A r/HeI r $ 45.00 1 $ 4,500.00 $ 58.00 $ 5,800.00 $ 55.00 1 $ 5,500.00 Sun a /Ho I a Disaster 100 1 Mech Tec 79.50 $ 7,950.00 $ 85.00 $ 8 500.00 $ 125.00 $ 12 500.00 50 A r/HeI r $ 450001 $ 2,250.00 $ 58.00 $ 2,900.00 $ 90.00 1 $ 4,500.00 Markup.<< Material ($70 000 r) 15% 1 $ 80 500.00 20% 84 000.00 20% $ 84 000.00 Equip Rentals ($25,000/ r) 15% $ 28,750.00 15% $ 28,750.00 10% $ 27,500.00 TOTAL BID $ 243,000.00 $ 267,450.00 $ 273,500.00 Low Qualified Bidder is Associated Mechanical Services Inc. of Nederland. H m X LLI r007 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution approving the purchase of 34 radios for Beaumont Municipal Transit. BACKGROUND The existing radio system at Transit has become obsolete due to the digital upgrade to the regional radio system. The radio system is used daily for communications with bus drivers and the dispatch office. The new equipment will be purchased from Motorola Solutions Inc., of Schaumburg, Illinois, in the amount of $96,693.80. Included in the purchase is a five year Motorola Enhanced Service Warranty Agreement. Pricing was obtained through the Texas DIR purchasing cooperative, which provides cities and political subdivisions with the means to purchase specialized equipment at volume pricing. DIR complies with State of Texas procurement statues. All old equipment will be disposed of in accordance with the City's surplus equipment policy. FUNDING SOURCE 2020 CARES Act Transportation Grant. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of thirty-four (34) radios for use by Beaumont Municipal Transit from Motorola Solutions, Inc., of Schaumburg, Illinois, in the amount of $96,693.80 through the State of Texas Department of Information Resources (DIR) Cooperative Purchasing Program. 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 15th day of December, 2020. - Mayor Becky Ames - C BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing a one year contract with the Greater Beaumont Chamber of Commerce. BACKGROUND The agreement would be effective January 1, 2021 and will provide $85,000 to the Chamber. Funding will be used for marketing Beaumont and business retention/recruitment efforts. Administration is pleased with the relationship between the City and the Chamber. FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be, and he is hereby, authorized to execute a one (1) year contract with the Greater Beaumont Chamber of Commerce in the amount of $85,000.00 for economic development purposes effective January 1, 2021 through December 31, 2021. The contract 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.000NCIL of the City of Beaumont this the 15th day of December, 2020. - Mayor Becky Ames - STATE OF TEXAS § COUNTY OF JEFFERSON § This agreement, executed in duplicate, is made and entered into by and between the City of Beaumont, Texas, a municipal corporation of the State of Texas, hereinafter called "City", acting herein by and through its duly authorized City Manager, and the Greater Beaumont Chamber of Commerce, a non-profit corporation, hereinafter called "Chamber", acting herein by and through its President. WHEREAS, the City believes that economic development is crucial to the continued economic success of City and believes that Chamber should be retained to carry out a program of work on behalf of City for the economic development of City; NOW, THEREFORE, in consideration of the mutual promises made herein, the City and the Chamber agree as follows: 1. City does hereby employ, engage and hire Chamber to engage in a comprehensive range of activities and projects to create jobs in Beaumont directed at economic development. The Chamber does hereby agree to accept such hiring, engagement and employment and to discharge such duties in accordance with the terms and conditions herein set forth. Pi Chamber is hired as an independent contractor and is not an agent of the City. EXHIBIT "A" 3. Chamber agrees to engage in a comprehensive range of activities and projects to create jobs in Beaumont. Chamber's program will be directed toward four separate aspects of job growth: a) retaining existing jobs; b) creating new businesses; c) expanding existing businesses; and, d) attracting new employers. To achieve these goals, the Chamber will maintain a capable paid staff with necessary expertise; recruit and organize volunteer workers from the community; maintain contacts and relationships with primary economic development allies of both public and private offices; gather and publish necessary information and statistics for prospects; maintain and build relationships with management of existing businesses; and promote any other specific activities or projects which will contribute to an environment conducive to job growth. 4. City hereby agrees to pay to Chamber during the term of this agreement Eighty - Five Thousand Dollars ($85,000). Payments of Twenty -One Thousand Two -Hundred Fifty Dollars ($21,250) will be made upon receipt of invoice dated in January of 2021, April 1, 2021, July 1, 2021 and October 1, 2021. Chamber agrees to expend in excess of One- Hundred -Thousand Dollars ($100,000) in other Chamber funds for the purposes outlined in paragraph 3 hereof. 5. In conjunction with its annual audit, Chamber agrees to audit, on a review basis, the functional areas outlined in this agreement. Chamber agrees to provide City a copy of the report done by Chamber's certified public accountants on an annual basis. 2021. a The term of this agreement shall be from January 1, 2021 until December 31, 7. Chamber agrees to indemnify, save harmless, and defend the City of Beaumont from any and all claims, causes of action and damages of every kind arising from the operations of the Chamber, its officers, agents and employees, including the officers, agents and employees involved in economic development and specifically including herein any and all acts of negligence by the City of Beaumont, its agents, officers or employees, carried out under the terms of this agreement. Chamber shall carry, or cause to be carried, general public liability and automobile liability insurance on all operations embraced by this agreement in the amount of Five -Hundred Thousand Dollars ($500,000) for each occurrence and property damage liability insurance in the amount of Twenty -Five Thousand Dollars ($25,000) for each occurrence. Said liability policies shall include contractual liability coverage in the same amounts as stated herein. Said insurance policies shall name the City of Beaumont as an additional insured. Said policies or duplicate originals thereof shall be filed with the City Clerk, or her designated representative, before any operations contemplated by this agreement are begun. EXECUTED in duplicate originals this the day of , 2020. CITY OF BEAUMONT Kyle Hayes City Manager ATTEST: City Clerk GREATER BEAUMONT CHAMBER OF COMMERCE 22 ATTEST: Name: Title: Chairman of the Board F11 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution approving the purchase of splash pad equipment for Rogers Park. BACKGROUND The splash pad play area at Rogers Park has the most activity of any in the City and is in need of an upgrade. At present, this area features only ground -level sprayers. This upgrade will include upright and above -ground features for activities, which will place it on par with the upgrades done at Perlstein, Central, and Charlton -Pollard Parks over the past three years. The purchase will be made from Kraftsman Commercial Playgrounds & Water Parks of Spring, Texas, utilizing the BuyBoard purchasing co-operative contract in the total amount of $79,982.71. FUNDING SOURCE Capital Reserve Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase and installation of new splash pad equipment for use by the Parks and Recreation Department to upgrade existing equipment at Rogers Park from Kraftsman Commercial Playgrounds & Water Parks, of Spring, Texas, in the amount of $79,982.71 through the BuyBoard Cooperative Purchasing Program. 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 15th day of December, 2020. - Mayor Becky Ames - E BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a lease agreement with Chris Meaux for property located at the Beaumont Municipal Airport. BACKGROUND Chris Meaux is an independent contractor that manages the Beaumont Municipal Airport. Mr. Meaux will be allowed to store his airplane in the South Hangar as part of his compensation; however, he will have to provide insurance coverage and enter into a lease agreement with the City. The lease agreement provides for a month -to -month term commencing upon execution. All costs associated with the general maintenance of the hangar is the responsibility of the City as described in Section 4 of the lease; however, Tenant shall be responsible for repairing any damages to the Hangar caused by the Tenant. The lessee is required to provide the City with commercial general liability insurance coverage in the amount of $500,000 for bodily injury and $100,000 for property damage and required to indemnify and hold the City harmless for any cause arising from the use or occupancy of the leased area. Attached, is the proposed lease agreement and information related to the derivation of the proposed lease payment. FUNDING SOURCE Not Applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager, or his designee, be and they are hereby authorized to execute an Aircraft South Hangar Rental Agreement between the City of Beaumont and Chris Meaux for property located at the Beaumont Municipal Airport. The Rental Agreement is substantially in the form attached hereto as Exhibit 1" 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 15th day of December, 2020. - Mayor Becky Ames - AIRCRAFT SOUTH HANGAR LEASE AGREEMENT CITY OF BEAUMONT BEAUMONT MUNICIPAL AIRPORT 455 KEITH ROAD BEAUMONT, TEXAS This HANGAR LEASE AGREEMENT (this "Agreement") entered into as of this day of , 20 by and between the City of Beaumont (the "City") and Chris Meaux (the "Tenant"). In consideration of the mutual covenants contained here, and for other good and valuable consideration, the parties hereby agree as follows: 1. Lease of the Hangar: City hereby leases to Tenant, South Hangar, located at the Beaumont Municipal Airport, 455 Keith Road (the "Airport"), and described as follows: (see Exhibit "A"). The Hangar shall be used and occupied by Tenant for the storage of the following described aircraft: Aircraft Type: Aircraft Type: Aircraft Type: Aircraft Type: Registration No. Registration No. Registration No. Registration No. Owner and Registration Number information will be verified. 2. Term: The term of this Agreement shall be month -to -month, commencing on the day of , . Tenant does hereby acknowledge and consent to the City's right to terminate this Agreement by giving thirty (30) days written notice if, in the sole judgment of the City, such termination is necessary or desirable for any reason consistent with the Airport Master Plan development and/or operational needs of the Airport. City reserves the right to terminate this agreement for violation of any portion of agreement, including but not limited to unauthorized use of hangar. ERH I BIT-"-1 r' 3. Premises and Services Provided: Tenant agrees to accept all facilities in an "as is" condition and the City is responsible and will pay the expenses of maintaining and repairing the structural components of the Hangar including doors and door mechanisms, and the Tenant shall be responsible for repairing damages to the Hangar caused by the Tenant, other than normal wear and tear. Requests for repairs shall be forwarded to the City's current Facilities Director. Water and electric is provided. No trash service is provided. Internet and electricity are the responsibility of Tenant. 4. Use of Hangar: Hangar shall be used for the storage of Tenant's aircraft for private use. a) Tenant may not store any other items, goods, or equipment on the premises except those that are necessary for and used in the storage or routine pre-flight owner maintenance of aircraft. If Tenant uses the Hangar for "non -aviation" purposes, defined as "not having any airplane or aircraft stored in said Hangar for ten (10) days" and the City Manager or his/her agent ("Agent") reserves the right to terminate the Agreement upon thirty (30) days' notice to Tenant. b) No commercial activity (activity for profit) of any kind shall be conducted by Tenant, in, from or around the Hangar. c) In addition, Tennant agrees to grant The City as deemed necessary, the opportunity to utilize a small area of the hangar in case of emergency as directed by either The City or FAA for use as a maintenance area, If this option has to be used, Chris Meaux will be notified as soon as possible of the need and to arrange use of the space. d) Maintenance or repair of an aircraft in any hangar shall be performed by a licensed mechanic. Such maintenance shall not include any spark producing equipment however, such minor maintenance as would normally be performed by an aircraft owner without the benefit of an aircraft mechanic is permissible. e) Under no circumstances, will spray -painting of aircraft or any other property be allowed in Hangar. 2 f) Tenant assures that he will not store gasoline and other aviation fuels in Hangar, other than that fuel stored in the fuel tanks of any operational aircraft. Tenant shall control the conduct and demeanor of its employees and invitees and those doing business with it, in and around Hangar and shall take all necessary steps to remove persons whom the City, for good and sufficient cause, deem objectionable. g) Tenant shall keep the Hangar clean and free of debris at all times. h) Tenant agrees that it will have installed in T-Hangar and available at all times, during the term of this agreement, as least one fully charged 2A-ABC type fire extinguisher. i) Tenant may not keep an inoperable aircraft on the Leased Premises for more than sixty (60) consecutive days, unless undergoing repair for return to use. j) Tenant may not make alterations to the Leased Premises or place or permit the placement of any signs or similar devices on the Leased Premises. 5. Termination: (a) Either party may terminate this Lease at any time by giving 30 days written notice to the other party, except as otherwise provided for in this lease. Upon termination of this Lease for any reason, the Tenant must immediately remove all personal property from the Leased Premises and must surrender the Leased Premises in substantially the same condition as existed at the beginning of the Lease, normal wear and tear excepted. If Tenant fails to give the thirty (30) days written notice, Tenant will be liable for all rent accrued through the end of the month at which time the City receives notice of agreement termination. (b) Tenant shall comply with all laws, ordinances, and federal regulations and with any direction of any public officer pursuant to law, which shall impose any duty on the Tenant 3 with respect to the aircraft or the occupation of the South Hangar. In addition, Tenant shall comply with all standards and policies of the City relating to the Beaumont Municipal Airport or operations on the airport premises. Tenant and guests must not knowingly allow any other person to use the Leased Premises in violation of any Federal, State, or County law or regulation or City ordinance. Failure to comply with all laws, ordinances, regulations, standards, and policies may result in notice from the City and subsequent termination of the lease. (c) Tenant shall maintain a valid airworthiness certificate on the aircraft stored in the South Hangar in conformity with FAA regulation 91.203. Any Tenant whose annual inspection of said aircraft is three (3) months past due shall be deemed in breach of this rental agreement unless undergoing maintenance for return to use (which must be proven upon request). Upon such occurrence, this agreement shall automatically terminate. Tenant grants the City, or its designee, the authority to enter the South Hangar and remove the aircraft and all property belonging to the Tenant. 6. Sublease/Assignment: Tenant shall not assign this lease nor sublet the Leased Premises. 7. Right of Inspection: Tenant shall permit the City and the City's agents, representative or employees to enter into or on the Leased Premises at all times for the purpose of inspecting the Leased Premises. Tenant will be given forty-eight (48) hours written notice in advance of inspection date. Tenant may be present during inspection. The City reserves the right to enter South Hangar at any reasonable hour to make inspections, replacements, repairs and restorations. If, in the opinion of the City, an emergency exists requiring immediate action, the City may enter the South Hangar to carry out any work or activities in connection with safety, protection or preservation of the South Hangar or aircraft stored within 8. Alterations: Tenant covenants and agrees not to install any fixtures or make any alterations, additions or improvements to the Hangar without the prior written approval of the City and such approval will not be unreasonably withheld. All fixtures installed or additions and improvements made to the Hangar shall upon completion of such additions and improvements, become the City's property 4 and shall remain in the Hangar at the termination of this Agreement, however terminated, without compensation or payment to Tenant. 9. Insurance: Tenant agrees to maintain, at its own expense, for the benefit of itself and the City as an additional insured, liability insurance for property damage or personal injury or death arising as a result of Tenant's occupation of the Leased Premises: Amounts $250,000.00 For each person $500,000.00 For each single occurrence for bodily injury or death $100,000.00 For injury to or destruction of property for each single occurrence within the damage limits of Section 101.023(c) of the Texas Civil Practice and Remedies Code, with one or more insurance companies authorized to transact business in Texas and approved by the City. This insurance shall be "occurrence" based. Prior to the commencement of this Agreement, Tenant shall deliver to the City certificates or binders evidencing the existence of the insurance required herein. Such policy or policies shall name both Tenant and the City as insured. The policy or policies shall provide that any loss or damages to buildings, structures or improvements shall be payable to the City of Beaumont. 10. Casualty: If the Hangar is rendered untenantable and the City elects not to repair the Hangar, this Agreement shall terminate. 11. Indemnity: Tenant agrees to indemnify and hold the City, its officers and employees, harmless from and against any and all claims, demands costs and expenses, including reasonable attorney's fees for the defense of such claims and demands arising from the conduct or management of the Tenant's activities on the Leased Premises or from any act of negligence of Tenant, its agents, contractors, licensees or invitees in or about the Leased Premises, whether such damage or injury arises from the acts of omission of Tenant, its agents, contractors, licensees or invitees solely or in conjunction with any other person, including the City. 12. Force Majeure: The City shall not be liable for its failure to perform this Agreement or any loss, injury, damage or delay of any nature whatsoever resulting therefrom caused by an Act of God, fire, flood, accident, strike, labor dispute, riot, insurrection, war or any other cause beyond the City's control. 13. Governing Law: This Agreement shall be construed in accordance with the laws of the State of Texas. Venue of any disputes shall be in a court of competent jurisdiction in Jefferson County, Texas. 14. Relationship of Parties: The relationship between the City and Tenant shall always and only be that of the City and Tenant. Tenant shall never, at any time during the term of this Agreement, become the agent of the City and the City shall not be responsible for the acts of omission of Tenant, its employees or agents. 15. Remedies Cumulative: The rights and remedies, with respect to any of the terms and conditions of this agreement, shall be cumulative and not exclusive, and shall be in addition to all other rights and remedies available to either party at law or in equity. 16. Notices: Any notice given by one party to the other in connection with this Agreement shall be in writing and shall be sent by certified or registered mail, return receipt requested: a. If to the City, addressed to: Chief Financial Officer Finance Department P.O. Box 3827 Beaumont, TX 77704 6 b. If to Tenant, addressed to: Tenant: Address: City: State: Zip Code: Notices shall be deemed to have been received on the date of receipt, as shown on the return receipt. Each Tenant shall provide the following additional contact information: Home Phone: Work Phone: E-mail address: Billing address, if different from above: Cell Phone: Fax Phone: City: State: ZIP: 17. Integration: This Agreement constitutes the entire Agreement between the parties, as of its effective date, and supersedes all prior independent agreements between the parties related to the leasing of the Hangar. Any change or modification hereof must be in writing, signed by both parties. 18. Waiver: The waiver by either party of any covenant or condition of this Agreement shall not thereafter preclude such party from demanding performance in accordance with the terms hereof. 19. Successors Bound: This Agreement shall be binding on and shall inure to the benefit of 7 heirs, legal representatives, successors and assigns of the parties hereto. 20. Severability: If a provision hereof shall be finally declared void or illegal by any court or administrative agency having jurisdiction over the parties to this Agreement, the entire Agreement shall not be void, but the remaining provisions shall continue in effect as nearly as possible in accordance with the original intent of parties. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year written below. By: Kyle Hayes, City Manager Date: Tenant: Mr. Chris Meaux Printed Name By: Signature Date: s No Text BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, DECEMBER 15, 2020 1:30 PM AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognitions * Public Comment: Persons may speak on scheduled agenda items 1-6, and 8-12/ Consent Agenda Consent Agenda GENERAL BUSINESS 1. Consider an ordinance denying the Entergy Texas, Inc. second application for Distribution Cost Recovery Factor tariff increase on file with the City of Beaumont 2. Consider an ordinance granting a new solid waste franchise agreement with WM-D's Equipment Rentals, LLC 3. Consider a resolution approving contracts for the purchase of inventory materials to be used in the Water Utilities Department 4. Consider a resolution authorizing the City Manager to execute a contract with Gulf Coast a CRH Company, of Beaumont for the Helbig Road Asphalt Resurfacing Project 5. Consider a resolution authorizing the City Manager to execute a contract with Gulf Coast a CRH Company, of Beaumont for street rehabilitation work on Bob Street, Ector Avenue and Goliad Street 6. Consider a resolution authorizing the City Manager to execute a contract with BDS Constructors LLC dba MK Constructors, of Vidor for repairs to the Primer Street Lift Station PUBLIC HEARING * Receive comments regarding the mandatory payment rate related to the Local Provider Participation Fund for FY 2021 7. Consider setting the mandatory payment rate related to the Local Provider Participation Fund for FY 2021 Consider a resolution authorizing the City Manager to enter into a contract with Legacy Community Development Corporation for HOME Investments Partnerships funds from the Department of Housing and Urban Development 9. Consider a resolution approving emergency work that was done to install five control valves at the Water Treatment Plant 10. Consider a resolution authorizing the City Manager to execute Change Order No. 4, accept maintenance, and authorize final payment to ALLCO, LLC for the Street Rehabilitation City Wide -Phase I Project 11. Consider a resolution authorizing the City Manager. to execute Change Order No. 4, accept maintenance, and authorize final payment to King Solution Services, LLC for the Westgate Drive Area Pipe Bursting Contract 12. Consider a resolution endorsing a plan to have a City Council meeting in the evening once a quarter DISCUSSION ITEM Review and discuss a plan to implement a bike share program in the Central Business District COMMENTS Public Comment (Persons are limited to 3 minutes) Councilmembers/City Manager/City Attorney comment on various matters EXECUTIVE SESSION To discuss and/or deliberate economic development negotiations in accordance with Section 551.087 of the Government Code to wit; specifically: Provident Realty Advisors seeking incentives for a new development at 285 Liberty Avenue and 341 Pearl Street * Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: City of Beaumont v. Miriam Lynn Morgan Susan K. Toney vs. The City of Beaumont; Cause No. A-204,644 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. VI December 15, 2020 Consider an ordinance denying the Entergy Texas, Inc. second application for Distribution Cost Recovery Factor tariff increase on file with the City of Beaumont BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider an ordinance denying the Entergy Texas, Inc. second application for Distribution Cost Recovery Factor tariff increase on file with the City of Beaumont. BACKGROUND On October 22, 2020 Entergy Texas, Inc. (Entergy) filed its second application in 2020 to amend its Distribution Cost Recovery Factor (DCRF) with the cities in its service area and simultaneously with the Public Utilities Commission of Texas (DUCT). The first application filed in March was approved on October 16, 2020. That application approved a $19.5 million increase in annual revenue. This recent request is to collect an additional $6.8 million in annual revenue for a total of $26.3 million annually. The residential customer portion of the request would be $16.2 million or 62% which translates into approximately $2.57 per month for an average residential customer using 1000 kWh per month. The DCRF process allows the company to make adjustments to an existing non -fuel rate based upon changes in its distribution related investment capital. The review of the application is limited to a determination as to whether the requested investment complies with the Public Utility Regulatory Act (PURA), is prudent, reasonable or necessary. Cities have sixty (60) days to accept, modify or reject the DCRF application. This sixty (60) days is necessary to allow for a proper review of the application. The recommendation is to deny the request. A denial will allow the application to proceed before the PUCT for a full review. FUNDING SOURCE The reasonable expenses associated with rate cases are reimbursable by the company as provided for in the Public Utility Regulatory Act. RECOMMENDATION Approval of ordinance. ORDINANCE NO. AN ORDINANCE BY THE CITY OF BEAUMONT, TEXAS ("CITY") DENYING THE DISTRIBUTION COST RECOVERY FACTOR RATE INCREASE REQUEST OF ENTERGY TEXAS, INC. FILED ON OCTOBER 22, 2020; SETTING JUST AND REASONABLE RATES FOR ENTERGY TEXAS, INC. FOR SERVICE WITHIN THE MUNICIPAL LIMITS; FINDING THAT THE MEETING COMPLIES WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS. WHEREAS, on or about October 22, 2020, Entergy Texas, Inc. ("Entergy") filed an Application to Amend its Distribution Cost Recovery Factor ("DCRF") with the City to increase electric rates by amending its DCRF rider pursuant to Public Utility Regulatory Act ("PURA") Section 36.210; and, WHEREAS, City has exclusive original jurisdiction over the rates, operations and services of an electric utility within its municipal limits pursuant to PURA Section 33.001(a); and, WHEREAS, the jurisdictional deadline for the City to act in this rate matter is December 21, 2020; and, WHEREAS, Entergy's existing DCRF rider is set to collect approximately $19.5 million per year; and, WHEREAS, Entergy's proposed amended Distribution Cost Recovery Factor rider would increase customer rates in the Entergy Service Area by approximately $6.8 million per year, for a total of $26.3 million per year; and, WHEREAS, the City retained the Lawton Law Firm, P.C. to review the Company's rate request and make necessary rate recommendations to the City; and, WHEREAS, the Lawton Law Firm has recommended that the City deny the Company's request to amend its Distribution Cost Recovery Factor; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: Section 1. That the statement and findings set out in the preamble to this ordinance are hereby in all things approved and adopted. Section 2. The City of Beaumont hereby denies Entergy's request to amend its Distribution Cost Recovery Factor in total. Section 3. 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. Section 4. This ordinance shall become effective from and after its passage. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 15th day of December, 2020. - Mayor Becky Ames - ATTEST: City Clerk 2 December 15, 2020 Consider an ordinance granting a new solid waste franchise agreement with WM-D's Equipment Rentals, LLC BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider an ordinance granting a new solid waste franchise agreement with WM-D's Equipment Rentals, LLC. BACKGROUND According to City Ordinance 22.05.101, no person shall engage in the business of collecting, hauling or transporting, in the city, any garbage, waste or refuse, without first having obtained a franchise from the City. Ten entities currently have nonexclusive franchise agreements with the City. WM-D's Equipment Rentals, LLC has requested that the City Council grant the company such franchise agreement. WM-D's Equipment Rentals is a small locally owned business renting roll off boxes with its Beaumont office located at 8605 Broussard Road. The franchise agreement would provide for a term of one year from its effective date and a franchise fee of seven percent (7%) of gross revenues received for service. It also requires the entity to indemnify the City of Beaumont and provide insurance which names the City of Beaumont as a named insured. According to the City Charter, franchise ordinances require readings at three separate Council meetings, with the third not less than thirty (30) days from the first reading. The ordinance does not take effect until sixty (60) days after its adoption on the third and final reading. After passage, the ordinance must be published for four consecutive weeks in a newspaper of general circulation in the City. All publication costs are paid by the applicant. Attached is a copy of the proposed agreement. This is the first reading. FUNDING SOURCE A franchise fee of seven percent (7%) of gross receipts will be paid to the City. RECOMMENDATION Approval of the ordinance. ORDINANCE NO. ENTITLED AN ORDINANCE GRANTING A FRANCHISE FOR SOLID WASTE COLLECTION AND TRANSPORTATION SERVICES TO WM-D's EQUIPMENT RENTALS, LLC. WHEREAS, WM-D's Equipment Rentals, LLC (the "Company") has requested a franchise to operate a solid waste collection and transportation service within the City of Beaumont, Texas (the "City"); and, WHEREAS, the City desires to grant such franchise; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: Section 1. Grant of Authority There is hereby granted by the City to WM-D's Equipment Rentals, LLC the right and privilege to operate and maintain within the City a solid waste collection and transportation service (the "service"). For purposes of this franchise, the term "solid waste collection and transportation service" shall mean the business of collection, hauling or transporting any garbage, rubbish, waste or refuse from locations in the City, and the disposal of such material in accordance with law. The franchise granted herein is nonexclusive, and franchises may be granted to other persons for service. co. -+inn Term of Franchise The franchise herein granted shall take effect and be in force sixty (60) days after the final passage hereof as required by law and upon the filing by the Company of an acceptance with the City Clerk, and shall continue in force and effect until one (1) year thereafter. The acceptance required hereunder must be in writing and filed with the City Clerk within thirty (30) days after final passage hereof. Upon the expiration of the term hereof, this franchise shall continue on a month -to -month basis until terminated by either party or extended or replaced. Section 3. Rates The Company shall establish rates for service which are uniform as to customer class based upon such criteria as type of waste, container size, frequency of collection, and distance of travel. The Company shall file its initial rates for service with its acceptance as required herein. Such rates shall, unless modified by the City, be effective with the effective date of this franchise. Any modifications in rates by the Company shall first be filed with the City Clerk and City Attorney and shall be effective thirty (30) days after such filing unless modified by City as provided herein. Nothing herein shall prevent the Company from charging uniform rates which are less than the rates filed with the City. The City shall have the right to establish rates charged by Company for services performed hereunder, after notice and hearing. Rates established by the City shall be sufficient to allow the Company an opportunity to earn a reasonable return on its invested capital used in providing such services. Section 4. Franchise Fee The Company shall pay to the City, on or before the fifteenth (15th) day of each month, a sum equal to SEVEN PERCENT (7%) of the gross revenues received for service in the previous month as payment for the use of the City's streets, alleys and rights -of -way. The payments herein provided do not relieve Company from the payment of ad valorem taxes, special assessments, charges, or other fees applicable to the public generally. City shall have the right, at any reasonable time, to audit the books and records of the Company and the Company is hereby required to make such books and records available at the request of City. Upon written acceptance, the Company shall furnish to the City a listing of customers served, including customer name, address, frequency of pick-up, size of container or type of service and charge for same. The following reports shall be filed monthly with the City Manager or his designee along with the street rental payment required herein: 1. Upon written request and within thirty (30) days of receipt, the Company shall furnish to the City adequate reconciliation of reported revenues which would include: a listing of names and addresses of all customers served, frequency of pick-up, size of container or type of service and charge for same, and date service was initiated and discontinued. Section 5. Indemnity, Insurance and Bond The Company shall -at all times during the effective period of this franchise, carry liability insurance as provided herein. The Company covenants and agrees at all times to indemnify and save harmless the City, its officers, agents, employees, and any member of the public against any and all injuries, damages, claims, causes of action or loss of compensation arising or resulting from Company's operations under this franchise, whether or not such loss was caused by the negligence of the City, its agents, servants or employees. Upon notice given Company by City, Company must defend at its own expense, any action or suit brought against the City because of any work or other acts done by the Company under the terms of this franchise. Counsel chosen by Company to defend City must be satisfactory to City. Company will pay any final judgment which might be obtained against City by reason of any work or acts done hereunder by Company, its agents, servants or employees, and Company will pay all damages occurring to any person or property, public or private, resulting from any fault or neglect on its part or on the part of its agents or employees. The Company agrees to carry insurance as follows: 1) Workers' Compensation The Company shall furnish the City Clerk a certificate of insurance indicating workers' compensation coverage as required by the State of Texas. 2) Automobile Liability Insurance The Company shall carry, in its own name, a policy in comprehensive form to insure the automobile liability of its operation with limits of not less than Five Hundred Thousand Dollars ($500,000.00) per occurrence for bodily injury and, in addition, not less than One Hundred Thousand Dollars ($100,000.00) property damage. This policy shall name City as an additional insured and provide for thirty (30) days notice to City prior to cancellation. A certificate of insurance certifying such coverage shall be filed with the City Clerk before the effective date of this franchise, and it shall be maintained in force during the term of the franchise. 3) General Liability The Company shall carry, in its own name, a comprehensive liability insurance policy including contractual coverage for operations other than automobile with limits of not less than Five Hundred Thousand Dollars ($500,000.00) per occurrence for bodily injury, and One Hundred Thousand Dollars ($100,00.00) per occurrence for property damage. The policy shall name the City as named insured and provide for thirty (30) days notice to City prior to cancellation. A certificate of insurance certifying such coverage shall be filed with the City Clerk before the effective date of this franchise and maintained in force during the term of the franchise. Section 6. Compliance with Laws and Ordinances The Company shall, at all times during the term of this franchise, be subject to all lawful exercise of police power by the City and to such reasonable regulations as the City shall hereafter by ordinance provide. In addition, the Company will observe all city, county, state, and federal laws regulating the collection and disposal of solid waste. Section 7. Service Standard and Equipment The Company shall maintain and operate its collection system and equipment in good order to render efficient service subject to the terms of this franchise. All vehicles, containers, and equipment used for the collection and transportation of solid waste shall be constructed, operated and maintained to prevent loss of liquid or solid waste material and to minimize health and safety hazards to solid waste management personnel and the public. Such vehicles, containers, and equipment used shall be maintained in a clean, sanitary condition and free from odors at all times. All vehicles and equipment shall comply with federal, state, and local regulations. Collection vehicles and all bulk, commercial, and roll -off type containers shall be painted and numbered and shall have the Company's name and telephone number painted in letters of a contrasting color. Such containers may not be placed on any street or right-of-way within the City. All collections shall be made directly from the premises of the customer and any emptied containers returned directly to such premises. Section 8. Providina Services The Company shall provide service to any person, firm, corporation, association or entity inside the City of Beaumont who requests such service and is not delinquent in the payment of collection charges due the Company. Section 9. Office The Company shall establish and maintain an office with telephone service and shall keep said office open for business from 9:00 A.M. to 5:00 P.M. each and every day except Saturday, Sunday and holidays. Section 10. Interruption of Service In the event that service shall be interrupted for any reason for more than forty-eight (48) hours, the City shall have the right to make temporary independent arrangements for the purposes of continuing this necessary service to its residents in order to provide or protect the public health and safety. If the interruption in service mentioned herein continues for a period of seventy-two (72) hours, then the City shall have the right to terminate the rights and privileges granted in this franchise. Termination In the event that any provision of this franchise is violated by the Company, the City may serve written notice upon the Company of its intention to terminate this franchise. The notice shall contain the reasons for such intention to terminate the franchise. Unless within ten (10) days after mailing such notice by City to the Company, such violation shall cease, or satisfactorily arrangements for correction be made by Company, the City Council may, after a public hearing in which Company is provided an opportunity to present evidence concerning such violation, declare the franchise terminated and serve written notice upon the Company of the termination and the termination of the franchise shall be effective upon the mailing of such notice. Section 12. Transfer of Franchise Rights Franchise rights granted hereunder shall not be transferred to another without the approval of City. A single transfer or a series of transfers of Company's stock which constitute a transfer of a majority interest in Company is subject to the prior approval of City. Section 13. Notices Where written notices are provided for in this ordinance, same shall be sufficient to notify Company when provided by certified mail to: WM-D's Equipment Rentals, LLC 8605 Broussard Road Beaumont, TX 77713 Notice to City is sufficient if mailed by certified mail to: City Manager City of Beaumont P.O. Box 3827 Beaumont, TX 77704 Section 14. If any section, sentence, clause, paragraph or phrase of this ordinance, other than Section 4, is for any reason held to be invalid or illegal, such invalidity shall not effect the remaining portions of this ordinance. If Section 4 hereof is held to be invalid for any reason, the ordinance shall be immediately invalid. Section 15. It is agreed by City and Company that venue of any legal proceedings under this franchise agreement shall be in Jefferson County, Texas. Section 16. Vehicle Permits Twenty (20) days prior to the effective date of this franchise, the Company shall furnish to the City a list of all vehicles to be providing solid waste collection and disposal service under this franchise. Such list shall include state license number, year, make, model and manufacturer's rated capacity for each vehicle. Vehicles not having a valid City of Beaumont landfill permit will not be allowed to operate under this agreement nor utilize the City refuse disposal facility. If at any time a vehicle or equipment is found to be in noncompliance with Section 7 of this franchise, the Company will be notified of its violation and said equipment or vehicle shall be removed from service upon receipt of written notification. Failure to comply with this provision or to falsify the information concerning the location of the service of the vehicle shall be a material breach of this franchise. Should City decide not to terminate this franchise because of any violation of this Section, Company's disposal fee at City's landfill shall be doubled for all of Company's vehicles for a period of sixty (60) days. PASSED BY THE CITY COUNCIL of the City of Beaumont on first reading this the 8th day of December, 2020. PASSED BY THE CITY COUNCIL of the City of Beaumont on second reading this the 15th day of December, 2020. PASSED BY THE CITY COUNCIL of the City of Beaumont on final reading this the day of , 2021. ACCEPTANCE: WM-D's Equipment Rentals, LLC as (Company Owner/Representative) - Mayor Becky Ames - 3 December 15, 2020 Consider a resolution approving contracts for the purchase of inventory materials to be used in the Water Utilities Department BEAUMONT TEXAS TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: I: � _� 1�3�1i1►11. City Council Kyle Hayes, City Manager Todd Simoneaux, Chief Financial Officer December 15, 2020 Council consider a resolution approving contracts for the purchase of inventory materials to be used in the Water Utilities Department. The City maintains an annual contract for couplings, pipe fittings, valves, fire hydrants and other related materials for use by the Water Utilities Department. The materials are used in the repair and maintenance of existing water and sewer lines and installation of new service lines. Specifications required bidders to submit pricing for 175 line items, separated into 15 specific sections. Bids were evaluated upon the lowest total price per section on an all or none basis and which provides the best value to the City. Only bidders providing pricing for every item within each section were considered and only items that met specifications and requirements were awarded. Pricing is to remain firm for the term of the contract. Specifications also required all bids involving brass materials to be quoted with items that are certified NSF6 lead-free compliant and are of domestic (USA) manufacture. Bids were requested from nine vendors and three responses were received. The Administration recommends the award of one year contracts with Core & Main of Beaumont and Coburn's of Beaumont. The bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were solicited for an annual contract for the purchase of couplings, pipe fittings, valves, fire hydrants and other related material for use by the Water Department; and, WHEREAS, Core & Main, of Beaumont, Texas, submitted a bid for an estimated amount of $1,121,004.10 for Sections 1, 2, 3, 4, 5, 6, 7, 10, 12, and 13 as shown in Exhibit 'A" attached hereto; and, WHEREAS, Coburn's, of Beaumont, Texas, submitted a bid for an estimated amount of $361,685.50 for Sections 8, 9, 11, 14, and 15 as shown in Exhibit 'A" attached hereto; and, WHEREAS, City Council is of the opinion that the bids submitted by Core & Main, of Beaumont, Texas, for Sections 1, 2, 3, 4, 5, 6, 7, 10, 12, and 13 and Coburn's, of Beaumont, Texas, for Sections 8, 9, 11, 14, and 15 as shown in Exhibit 'A" attached hereto, are the lowest responsible bidders 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 bids submitted by Core & Main, of Beaumont, Texas, for an estimated amount of $1,121,004.10 for Sections 1, 2, 3, 4, 5, 6, 7, 10, 12, and 13 and Coburn's, of Beaumont, Texas, for an estimated amount of $361,685.50 for Sections 8, 9, 11, 14, and 15 as shown in Exhibit "A" be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Core & Main, of Beaumont, Texas, and Coburn's, 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 15th day of December, 2020. - Mayor Becky Ames - CITY OF BEAUMONT, BEAUMONT, TEXAS PURCHASING DIVISION BID TABULATION BEAUMONT TEXAS Bid Name: ANNUAL CONTRACT FOR WATER DEPT. INVENTORY MATERIALS Bid Number: TF0820-40 Contact Person: TERRY WELCH, SENIOR BUYER Terry.welch@beaumonttexas.gov Phone: 409-880-3107 SECTION/DESRIPTION Core & Main Beaumont, Tx Coburn's Beaumont, Tx Rural Pipe & Supply Jasper,Tx SECTION -1 VALVE & METER BOXES $251,059.00 $258,115.00 $257,516.00 SECTION-2 FIRE HYDRANTS & COMPONENTS $323,722.45 NO BID NO BID SECTION-3 MECHANICAL JOINT RESTRAINER $46,409.00 # $37,350.00 # $43,099.50 SECTION-4 MANHOLES & COMPONENTS $49,797.70 $52,370.00 NON RESPONSIVE SECTION-5 BRONZE SERVICE SADDLES $22,494.15 $23,016.00 # $21,861.15 SECTION-6 COUPLINGS $53,723.20 $55,166.50 $55,473.50 SECTION-7 CLAMPS $116,151.90 # $95,611.50 $126,891.10 SECTION-8 MJ FITTINGS $23,569.30 $22,126.75 $22,341.15 SECTION-9 TAPPING SLEEVES $10,753.40 $10,350.00 $14,000.00 SECTION-10 BRASS PIPE FITTINGS $52,430.40 $52,885.00 NO BID SECTION-11 BRASS VALVES (FULL PORT) $298,796.00 $292,855.00 NON RESPONSIVE SECTION-12 VALVES (DUCTILE IRON) $126,958.70 NO BID $136,110.70 SECTION-13 WATER METERS & COMPONENTS $78,257.60 NO BID NON RESPONSIVE SECTION-14 POLY TUBING $1,645.00 $1,610.00 $1,735.50 SECTION-15 POLY PIPE MATERIALS NO/BID $34,743.75 NON RESPONSIVE TOTAL AWARD: $1,121,004.10 $361,685.50 $0 TOTAL BID: $1,455,767.80 $936,199.50 $679,028.60 NON RESPONSIVE -Bidder did not bid entire section as required. # Bid not awarded due to brand bid not acceptable because of fitment issues and leakage. Bidder Sections in BOLD and Hi lite denote Awarded Section. 0 0 December 15, 2020 Consider a resolution authorizing the City Manager to execute a contract with Gulf Coast a CRH Company, of Beaumont for the Helbig Road Asphalt Resurfacing Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a contract with Gulf Coast a CRH Company, of Beaumont for the Helbig Road Asphalt Resurfacing Project. BACKGROUND The Helbig Road Asphalt Resurfacing Project consists of the rehabilitation of the road by milling the existing asphalt pavement, full depth repair of the existing road base, and resurfacing the pavement with hot mix asphaltic concrete. On December 3, 2020, three (3) 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 Gulf Coast a CRH Company Beaumont, TX $1,250,757.33 LD Construction Beaumont, TX $1,268,908.98 ALLCO, LLC Beaumont, TX $1,490,561.00 Public Works Engineering staff recommends this project be awarded to the lowest bidder, Gulf Coast a CRH Company, in the amount of $1,250,757.33. A total of 120 calendar days are allocated for completion of the project. FUNDING SOURCE Capital Program — Street Rehabilitation Program. RECOMMENDATION Approval of the resolution. BID TABULATION HELBIG ROAD ASPHALT RESURFACING PROJECT BID NUMBER: PW1021-01 BID OPENING DATE: THURSDAY, DECEMBER 3, 2020 The Bid Proposals submitted have been reviewed and to the best of my knowledge this is an accurate tabulation of the bids received. By: AMALIA VILLARREAL, P.E., CITY ENGINEER DATE - GULF COAST LD CONSTRUCTION ALLCO, LLC Item No. Item Code Description Estimated Quantity Unit "- Unit Price Total Unit Price Total - Unit Price Total 100 6001 PREP ROW (NOT TO EXCEED S300 PER STATION) 151 STA S 278.00 S 41,978.00 $ 300.00 S 45,300.00 $300.00 S 45.3D0.00 341 6001 D-GR HMA TY-C PG70-22 (2.0-) (LEVEL UP) 4,251 TON S 77.50 S 329,452.50 $ 90.00 S 392,590.00 $96.00 $ 408,096.00 341 6003 D-GR HMA TY-D PG70-22 (1.5') (WEARING SURFACE) 2,773 TON $ 81.95 S 227,247.35 $ 90.00 S 249,570.00 $96.00 S 266,208.00 351 6001 REPAIR OF FLEXIBLE PAVEMENT (8" ASB) 8,400 SY S 45.65 S 383,460.00 S 45.00 S 378,000.00 S46.00 S 386,400.00 354 6096 PLANE ASPH CONC PAV (3" TO 5n 32,342 SY $ 3.30 S 106,728.60 $ 3.25 $ 105,111.50 $6.50 S 210,223.00 354 9999 PLANE ACP (3' TO 4') (SKID STEER MOUNTED EQUIPMENT) 3,118 SY $ 4.05 S 12,627.90 $ 4.00 S 12,472.00 $8.00 S 24,944.00 500 6001 MOBILIZATION (NOT TO EXCEED 5%) 1 LS $ 53,670.00 S 53.670.00 $ 40,000.00 S 40,D00.00 $68,000.00 S 68,000.00 502 6001 BARRICADES, SIGNS & TRAFFIC HANDLING 4 MO S 2,700.00 S 10,800.00 S 2,453.00 S 9,812.00 $5,000.00 S 20,000.00 530 6011 INTERSECTIONS, DRIVEWAYS, AND TURNOUTS (ACP) 204 TON S 340.00 S 69,360.00 S 200.00 S 40,800.00 $208.00 S 42,432.00 666 6048 REFL PAV MRKTY-1 (W) (24') (SLD) (100ME.) 40 LF $ 25.10 S 1,004.00 S 7.70 S 308.00 $33.00 S 1.320.00 666 6120 REFL PAV MRKTY-1 (Y) (4') (BRK) (100ME.) 3,180 LF $ 1.41 S 4,483.80 S 0.66 S 2,098.80 $1.90 S 6,042.00 666 6126 REFL PAV MRKTY-I (Y) (4-) (SLD) (100MIL) 2,798 LF $ 1.41 S 3,945.18 $ 0.66 S 1.946.68 S2.00 S 5.596.00 999 6D02 A) BNSF (GARNER ROAD) (NOT TO EXCEED S1500 PER 2 DAY S 1,500.00 $ 3,000.00 $ 250.00 S 500.00 $1,500.00 S 3,000.00 999 6003 FLAGA GER BNSF(COMSTOCK ROAD) TO EXCEED$1500 PER D 2 DAY $ 1,500.00 $ 3,000.00 $ 250.00 S 500.00 $1,500.00 $ 3,00.00 BASE BID TOTAL $ 1,250,757.33 $ 1,268,908.98 $ 1,490,561.00 Required Forms Checklist Yes Yes Yes Bid Yes Yes Yes Bid Schedule Yes Yes Yes Bid Summary Yes Yes Yes Corporate Resolution Yes Yes Yes Bid Bond Yes Yes Yes Information Required ofBidder Yes Yes Yes Conflictoflnterest Questionnaire Yes Yes Yes Statement ofCity Charter Provision on Conflict of Interest Yes Yes Yes Insurance Verification Affidavit Yes Yes Yes Minority Business Utilization Commitment Yes Yes Yes MBE Schedule C Yes Yes Yes Form 1295 Certificate of Interested Parties A.L.D. A.L.D. A.L.D. RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, and equipment for the Helbig Road Asphalt Resurfacing Project; and, WHEREAS, Gulf Coast, a CRH Company, of Beaumont, Texas, submitted a complete bid meeting specifications in the amount of $1,250,757.33; and, WHEREAS, the City Council is of the opinion that the bid submitted by Gulf Coast, a CRH Company, of Beaumont, 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 Gulf Coast, a CRH Company, of Beaumont, Texas, in the amount of $1,250,757.33, for the Helbig Road Asphalt Resurfacing Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Gulf Coast, a CRH Company, 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 15th day of December, 2020. - Mayor Becky Ames - 5 December 15, 2020 Consider a resolution authorizing the City Manager to execute a contract with Gulf Coast a CRH Company, of Beaumont for street rehabilitation work on Bob Street, Ector Avenue and Goliad Street BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a contract with Gulf Coast a CRH Company, of Beaumont for street rehabilitation work on Bob Street, Ector Avenue and Goliad Street. BACKGROUND The CDBG — Street Rehabilitation Project consists of the rehabilitation of three (3) sections of residential roadways by mixing to achieve base stabilization and resurfacing the pavement with hot mix asphaltic concrete. The roadways and limits are Bob Street from Sarah Street to Virginia Street, Ector Avenue from Harriot Street to the South End of Campus Street, and Goliad Street from College Street to Washington Boulevard. On December 3, 2020, two (2) 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 Gulf Coast a CRH Company Beaumont, TX $931,571.50 ALLCO, LLC Beaumont, TX $939,465.00 Public Works Engineering staff recommends this project be awarded to the lowest bidder, Gulf Coast a CRH Company, in the amount of $931,571.50. A total of 60 calendar days are allocated for completion of the project. 1ki 1 4 @_� Community Development Block Grant (CDBG) in the amount of $852,143.35 and Capital Program — Street Rehabilitation Program in the amount of $79,428.15. RECOMMENDATION Approval of the resolution. s BID TABULATION CDBG - STREET REHABILITATION PROJECT BID NUMBER: PWI021-04 BID OPENING DATE: THURSDAY, DECEMBER 3, 2020 The Bid Proposals submitted have been reviewed and to the best of my knowledge this is an accurate tabulation of the bids received. By: AMALIA VILLARREAL, P.E., CITY ENGINEER DATE i 40�P�E OF TF f1111 .* ! *. ......................... ... AMALIA VILLARREAL -o ..............: 90340. • 11� NALE�� GULF COAST ALLCO, LLC Item No. Item Code Description Quantity Unit Unif Ptice _ Total Unit Price- '; Total 100 6001 PREP ROW (NOT TO EXCEED $300 PER STATION) ill STA $ 298.00 $ 33,078.00 $ 300.00 $ 33,300.00 275 6012 CEMENT TRT (MIX EXISTING MATERIAL)(8" TO 10") 24,890 SY $ 11.25 $ 280,012.50 $ 13.50 $ 336,015.00 340 6001 D-GR HMA TY-D PG70-22 (1.5") (WEARING SURFACE) 252 TON $ 120.00 $ 30,240.00 $ 107.00 $ 26,964.00 340 6003 D-GR HMA TY-F PG70-22 (1.25") (WEARING SURFACE) 1,494 TON $ 92.00 $ 137,448.00 $ 95.00 $ 141,930.00 340 6004 D-GR HMA TY-D PG70-22 (1.5") (LEVEL UP) 2,231 TON $ 95.00 $ 211,945.00 $ 99.00 $ 220,869.00 351 6001 REPAIR OF FLEXIBLE PAVEMENT (8" ASB) 325 SY $ 160.00 $ 52,000.00 $ 83.00 $ 26,975.00 354 9999 PLANE ACP (Y TO 4") (SKID STEER MOUNTED EQUIPMENT) 3,291 SY $ 16.00 $ 52,656.00 $ 12.00 $ 39,492.00 500 6001 MOBILIZATION (NOT TO EXCEED 5%) 1 LS $ 46,000.00 $ 46,000.00 $ 46 000.00 $ 46,000.00 502 6001 BARRICADES, SIGNS & TRAFFIC HANDLING (NOT TO EXCEED $5,000 PER MONT 2 MO $ 5,000.00 $ 10,000.00 $ 5,000.00 $ 10,000.00 530 6011 INTERSECTIONS, DRIVEWAYS, AND TURNOUTS (ACP) 362 TON $ 216.00 $ 78,192.00 $ 160.00 $ 57,920.00 BASE BID TOTAL $ 931,571.50 $ 939,465.00 Required Forms Checklist Yes Yes Bid Yes Yes Bid Schedule Yes Yes Bid Summary Yes Yes Corporate Resolution Yes Yes Bid Bond Yes Yes Information Required of Bidder Yes Yes Conflict of Interest Questionnaire Yes Yes Statement ofCity Charter Provision on Conflict of Interest Yes Yes Insurance Verification Affidavit Yes Yes Minority Business Utilization Commitment Yes Yes MBE Schedule C Yes Yes Form 1295 Certificate of Interested Parties A.L.D. A.L.D. RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, and equipment for the CDBG — Street Rehabilitation Project; and, WHEREAS, Gulf Coast, a CRH Company, of Beaumont, Texas, submitted a complete bid meeting specifications in the amount of $931,571.50; and, WHEREAS, the City Council is of the opinion that the bid submitted by Gulf Coast, a CRH Company, of Beaumont, 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 Gulf Coast, a CRH Company, of Beaumont, Texas, in the amount of $931,571.50, for the CDBG — Street Rehabilitation Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Gulf Coast, a CRH Company, 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 15th day of December, 2020. - Mayor Becky Ames - December 15, 2020 Consider a resolution authorizing the City Manager to execute a contract with BDS Constructors LLC dba MK Constructors, of Vidor for repairs to the Primer Street Lift Station BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a contract with BDS Constructors LLC dba MK Constructors, of Vidor for repairs to the Primer Street Lift Station. BACKGROUND The Primer Street Lift Station Repairs contract shall provide for the replacement and relocation of the existing electrical equipment into a new control building and the replacement of all pumps, piping, and valves of the Primer Street Lift Station due to damages from Tropical Storm Harvey. On December 3, 2020, five (5) bids were received for furnishing all labor, materials, equipment, and supplies for the project. The bid totals are indicated in the table below: Contractor Contractor Location Total Award Amount BDS Constructors LLC dba MK Constructors Vidor, TX $721,615.00 Placo, Ltd. Lumberton, TX $736,082.47 Brystar Contracting, Inc. Beaumont, TX $781,500.00 ALLCO Beaumont, TX $787,789.26 Elite Contractors & Equipment Kirbyville, TX $1,063,320.00 Engineer's Estimate $697,100.00 Based on a review of the bids and required documents received, the Water Utilities Department agrees with Schaumburg & Polk, Inc., and recommends awarding the project to the lowest bidder, BDS Constructors LLC dba MK Constructors, in the amount of $721,615.00. A total of 180 calendar days are allocated for the completion of this project. FUNDING SOURCE Harvey Fund in the amount of $649,453.50 and Federal Emergency Management Agency (FEMA) in the amount of $72,161.50. RECOMMENDATION Approval of the resolution. December 7, 2020 Amalia "Molly" Villarreal, P.E. City of Beaumont City Engineer 801 Main Street Beaumont, Texas 77701 Re: City of Beaumont. Lift Station & WVVTP Repairs Tropical Storm Harvey Primer Street Lift Station Bid No.. WU1021-01 /FEMA Project No. 48352 Dear Ms. Villarreal, S:P 1ASS Mal 'FN�I.��E�i�_NG�11�S��#T�F�F'3U71113.�-I Based on a review of the bids received Thursday, December 3, 2020 and, the qualifications of the low bidder, it is our recommendation that the above referenced project be awarded to BIDS Constructors LLC dba MK.Constructors for Base Bid Items 1thru 9 in the amount of $721,615.00. See attached Bid Tabulation. Sincerely, SCHAUMBURG & POLK, INC. r Jeffrey G. Beaver, P.E. Chief Operating Officer BID TABULATION CITY OF BEAUMONT, TEXAS LIFT STATION & WWTP REPAIRS TROPICAL STORM HARVEY PRIMER STREET LIFT STATION BID No. WU1D21.01 1 FEMA PROJECT No. 48362 BID OPENING DATE: T uraday. December 3. 2020 (at 2:n0 PM BDS Constructors LLS Place, Ltd Bryeter Contracting, Inc.ALLCO F311e Contractors & dbe MK Conox structors oils 11939 Letherxrood Or. 8388 Chemical Road 8720 Co nega St Equipment Hem Oty Unit Descripllon B'rX776 Lumberton, TX 77667 Beaumont, TX 77705 Beaumont TX 77707 Box so vicar, TX Hess ld wrtryvma, TX 7se59 yv 7 Undt Price Item TO Unit Prim I Rem Total Unk Rice I ItemTotal Unit Price Item Total Unit Pr)ca Item Total BASE BID ITEMS Mobilization, Including payment fond, performance bond, insurance, 'moving equipment to. t. 1 LS project, and demobl0zakon, all In Wet conformance w8h plans and specifications; NOT TO $21,350.00 S21,350.00 MG82.47 =09747 $20,000.00 320,DOD.DD S23,0N.00 S23,000.00 S30,510.00 S30,510.00 EXCEED 3% OF TOTAL PROJECT BID for Furnish an labor, equipment and materiel to remove and dispose of or salvage for the Owner, an existing Pumps, piping, valves, compressors. blower and electrical equipment 31D0,000.00 2. 1 LS contained In the dry pit, IncWbg coordinating with Entergy to disable power at the site, all $22,297M $22,n7.00 S80,ODD.DD $80,000.00 $100,D00.00 S28,416.64 $28,416.64 S139,789.00 $139,789.00 In strict accordance with Ore plans and speci0callons for, Fumish and Well three (3) new vertical close coupled pumps and all appurtenances, 3. t LS including new suction and discharge piping, valves, and fangs. and reconstruct the. $211,914.00 t211,8%00 M.000.00 $M.000.00 52011,00p,00. 5200,0040D S209,344.04 $209,344.04 S247,636.00 S247,636.00 e4811M pump foundations as required, all In strict accordance with,plansand spWillcatlons Furtush and Install one (1) new submersible sump pump in the existing dry pit sump, 4. 1 FA Inchdisg new dlsdrage piping, valves, and fkUngs, all In strict accordance with plans and S3,700.00 $3,700.00 SS.M.60 S5,000.00 f4,00D.00 34,0D0.00 S5,457.97 $5,457.97 S62,436.00 S62,436.00 speelfica ons for, Furnish and Insist one (1) new Forward Curved Died Newer, Including now wc1lon side 5 1 LS end discharge aide duds, an strict accordance with plans and sped0callm for. S13,115.00 $13,115.00 $3,000.00 $8,D00.OD 57,500.00 $7;500.00 $9,409.62 S9,408.62 $13,305.00 $13,305.00 Fumish all labor, equipment and material to remove and selvage for the Owner the existing S. 1 LS submamble pump from the secondary wet well, all In strict accordance with the plans and $7,4mo0 M,420.00 S2,000:00 52,000.00 S8,1)ODAO S8,00.00 $4,996.42 S4,986.42 S39,939.00 S39939.00 specifications for, 7. 1 LS ne Fumisth and Install am(1) new non -clog submersible me.Amh„ pump In the secondary wet "I all In S4I,963.OD s41,eee.00 T35,000.00 535,Ou0.OD S34,000.00 634,000:00 562,760.23 562,760.23 f47;188.00 547,188.00 9ldd BfCewith plans and specifications for Famish and Install a pre -fabricated concrete central building, Including exravetbn and a. 1 LS backOC, foundation, Rghtin , air,, door, entrance platform and stairs, painting, a $132,236.D0 $132,23&00 S99,000.0D 599,D00.00 $13D,000.00 $130,OD0.00 S171,85934 $171,85934 S158,947.00 $158.947.00 In shicl accordance with ens end rcetlons for Fumish all labor, equipment and materials to Install all new electrical equipment In the new 8. t LS control building, Including electrical service, controls and Imtrumentetlon, electrical cmdut, $272,925.00 S27 M.00 $285,000.00 '$285,000.00 S280.000.00 $280,000.00 5272,556.00 S272,556.00 5323,570.00 $323,570.00 conductors, and level controls, grounding, and start-up, at In strict accordance with plans and spedfications for, BASE BID TOTAL (ITEMS 1-9) 5721,815.00 $736,082.47 57811500J10 $787,78926 $1,063.320.00 Required Forms Cheddist Y Y Y Y y Bid (a&jFowfsdged Addendum No. 1, No. 2, and No. 3) Y Y Y Y y Bic Schedule Y Y Y Y y Bid Summary y - Y Y Y Y Corporate Resolution Y Y Y Y Y Bid Bond Y Y y Y y Information Required of Bidder Y Y Y Y Y Conflict of Interest Ouestiennaire Y y - y Y Y' Statement of City Charter Provisions on Conflict of Interest Y y T y y Insurance Requirement Affidsvit Y - Y Y Y " Y MBE Schedule C Y Y Y '- - Y - - Y House Bill 89 (HB89) verification Y Y - Y Y y Non-Colluslan Form I he Bid Proposals submitted have been reviewed, and to the best of my knowledge this Is an accurate tabulation of the Bids received. °g 60676 i s 2 7 020 ttri` �Fpm as•........: �"a Signature I Data ve��A� 'a' ,` RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Primer Street Lift Station Repairs Contract Project; and, WHEREAS, BDS Constructors, LLC d/b/a MK Constructors, of Vidor, Texas, submitted a complete bid meeting specifications in the amount of $721,615.00; and, WHEREAS, the City Council is of the opinion that the bid submitted by BDS Constructors, LLC d/b/a MK Constructors, of Vidor, 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 BDS Constructors, LLC d/b/a MK Constructors, of Vidor, Texas, in the amount of $721,615.00 for the Primer Street Lift Station Repairs Contract Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with DBS Constructors, LLC d/b/a MK Constructors, of Vidor, 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 15th day of December, 2020. - Mayor Becky Ames - PUBLIC HEARING * Receive comments regarding the mandatory payment rate related to the Local Provider Participation Fund for FY 2021 7 December 15, 2020 Consider setting the mandatory payment rate related to the Local Provider Participation Fund for FY 2021 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer __P MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider setting the mandatory payment rate related to the Local Provider Participation Fund for FY 2021 and holding a public hearing. BACKGROUND On June 9, 2015, the City Council authorized the City's participation in a municipal health care provider participation program to support the payment of Medicaid supplemental hospital payments to Safety -Net Hospitals in the City. At the same time, the City Council authorized the execution of indigent care affiliation agreements with Baptist Hospitals of Southeast Texas and Christus Hospital. In addition, on July 28, 2015, the City Council approved model rules and procedures related to the City of Beaumont's facilitation of the program. The City of Beaumont is required to set the amount of the mandatory payments required to be paid by the hospitals. The mandatory payment must be uniformly proportionate with the amount of net patient revenue generated by each paying hospital in the municipality. The mandatory rate for the fiscal year ending 2021 will be 4.91 %. FUNDING SOURCE Local Safety -Net Hospitals will make mandatory payments into the Beaumont Municipal Health Care Provider Participation Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. RESOLUTION SETTING THE MANDATORY PAYMENT RATE FOR THE FISCAL YEAR 2021 FOR THE LOCAL PROVIDER PARTICIPATION FUND IN THE MUNICIPAL HEALTH CARE PROVIDER PARTICIPATION PROGRAM. WHEREAS, The Texas Legislature enacted S.B. 1387, which added Section 295 to the Health and Safety Code and which went into effect immediately upon being signed by the Governor; and, WHEREAS, pursuant to Section 295 of the Health and Safety Code, the City Council has authorized the City of Beaumont to participate in a municipal health care provider participation program and establish a Local Provider Participation Fund; and, WHEREAS, the purpose of participation in a municipal health care provider participation program is to generate revenue from a mandatory payment that may be required by the City from each institutional health care provider located in the City of Beaumont; and, WHEREAS, revenue generated from mandatory payments may be used to fund certain intergovernmental transfers; and, WHEREAS, pursuant to 295.101 of the Health and Safety Code, a city that collects a mandatory payment must set the amount of the mandatory payment; 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 Beaumont City Council sets the amount of the mandatory payment for the fiscal year ending 2021 as 4.91 % of the net patient revenue of an institutional health care provider located in the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Council of the City of Beaumont is authorized to take all other actions necessary to meet the requirements of Chapter 295. 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 15th day of December, 2020. - Mayor Becky Ames - 0 December 15, 2020 Consider a resolution authorizing the City Manager to enter into a contract with Legacy Community Development Corporation for HOME Investments Partnerships funds from the Department of Housing and Urban Development BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager )13 PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to enter into a contract with Legacy Community Development Corporation for HOME Investments Partnerships funds from the Department of Housing and Urban Development. BACKGROUND The City of Beaumont receives an annual allocation of HOME Investments Partnerships funds from the U.S. Department of Housing and Urban Development (HUD). Federal regulations require that a minimum of fifteen percent (15%) of the City's total HOME fund allocation be contracted to Community Housing Development Organizations (CHDO's) for eligible CHDO activities. Legacy Community Development Corporation (Legacy CDC), a certified CHDO, is seeking to stabilize neighborhoods by providing homeownership opportunities for low to moderate income families. Legacy proposes to utilize $133,819 of HOME Entitlement funds and $71,553 of CHDO Reserve funds for the acquisition, construction, rehabilitation and resale of two (2) homes to be sold to an eligible low to moderate income family. In addition, Legacy is requesting $23,846 for operating funds. The funds will be used to cover the salaries for administrative staff. Any and all income received by Legacy for any properties must be used toward furthering the organization's affordable housing activities. Housing Division staff will be responsible for monitoring Legacy for HOME Program compliance. FUNDING SOURCE 2020 HOME Program. RECOMMENDATION Approval of the resolution. LEGACY IL COMMUNITY DEVELOPMENT CORP 11 /19/2020 City of Beaumont Ms. J. Patillo 801 Main Street Beaumont, Texas 77701 Dear Ms. Patillo: - Legacy CDC would like to request approval to award a portion of the 2020 HOME funds as follows: CHDO Operating funds in the amount of $$23,846.00. This funding will assist with the administration of the program. CDHO Reserve funds in the amount of $71,553.30 as allowed by HUD regulations, plus an additional of amount of $133,818.50 from the Entitlement portion of the grant. This total amount of $205,371.80 would allow us to purchase and rehab at least two (2) homes for the low to moderate income citizens of Beaumont to purchase. As always, our agency's goal is to provide the citizens of Beaumont with the assistance they need to purchase the homes of their dreams. Sincerely, �1,4 44��- Vivian Ballou Executive Director RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a contract with Legacy Community Development Corporation (Legacy CDC) in the amounts of $133,819.00 (Entitlement funds) and $71,553.00 (CHDO Reserve funds) for the acquisition, construction, rehabilitation and resale of two (2) homes to be sold to eligible low -to -moderate income families; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Legacy CDC in the amount of $23,846.00 for related operating expenses, said contracts to be funded from the 2020 HOME Program. 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 15th day of December, 2020. - Mayor Becky Ames - VrL December 15, 2020 Consider a resolution approving emergency work that was done to install five control valves at the Water Treatment Plant BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution approving emergency work that was done to install five control valves at the Water Treatment Plant. BACKGROUND There are five control valves on the discharge of the high service pumps located at the Water Plant on Pine Street. There was a failure of one of these valves and the other four valves were at the end of their useful life. It was determined that if another valve failed the City would be without water, thus an emergency contract to install five valves with our existing inventory was executed. Three contractors were solicited by the City Staff to replace all five valves, pipe supports, and other supporting equipment under an emergency basis. MK Constructors was chosen to be the best available contractor for the replacements. The installation was finished on October 16, 2020. The total cost of the work was $143,924.53. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. B E A %J M %0 N T BLANKET ORDER CITY OF BEAUMONT PURCHASING DIVISION P.O. BOX 3827 BEAUMONT, TX 77704-3827 PH. (409) 880-3720 Fax (409) 880-3747 TEXAS VENDOR PHONE: (409)769-0089 VENDOR FAX: (409)769-1288 VENDOR #: 25815 VENDOR ADDRESS: MK CONSTRUCTORS 16736 IH 10 VIDOR, TX 77662 PURCHASE ORDER NO. 404171 DATE: 06/08/2020 SHIP TO: PUBLIC WORKS/ADM PUBLIC WORKS/ADM 801 MAIN SUITE 210 BEAUMONT, TX 77701 Purchase Order number and complete "ship to" address must appear on invoices and all shipping labels. DELIVER°'BY = ' BUYER'S NAME = R` "VENDOR CONTACT F=` 10/10/2020 TERRY WELCH CARRIE VINCENT ITEM QUANTITY/ `. DESCRIPTION_ UNIT`,,„ .. EXTENDED # ; UNIT; = ARTICLE OR;SERVICE 'COSTv _ COST 9999 EMERGENCY HIGH SERVICE CONTROL VALVE REPLACEMENT Effective date: 06/05/2020 Expiration date: 10/10/2020 Not to exceed: 101,400.00 (BPO) PINE ST WWTP HIGH SERVICE CONTROL VALVE EMERGENCY REPLACEMENT NO ORIGINAL PURCHASE ORDER NEEDED TOTAL PURCHASE AMOUNT Mail Original Invoice to: CITY OF BEAUMONT ACCOUNTING DIVISION P.O. BOX 3827 BEAUMONT, TX 77704 Or Email to: invoices@beaumonttexas.gov Tax Exemat Federal Tax No. 74-6000278 $0.00 AUTHORIZED SIGNATURE 70444 PaaP. 1 of 7 6/5/2020 The City of Beaumont is requesting bids for a qualified contractor to perform an emergency control valve replacement located at 1550 Pine St., Beaumont, Texas 77703. Time is of the essence. The City reserves the right to waive bid informalities, to reject any or all bids, and to award to the most responsible bidder making the most satisfying offer to the City. SCOPE OF WORK 1. Remove and dispose the five (5) existing butterfly valves. a. Contractor is responsible for the proper disposal of existing butterfly valves. The contractor is responsible for properly disconnecting and reconnecting the electronics, flow controls and pressure gauges to each new control valve as needed. 2. Relocate the twenty (20) existing adjustable pipe supports as per drawings. a. The pipe supports shall be anchor bolted to the existing slab and grouted as necessary. b. The contractor is responsible for proper storage or disposal of any excess piping that is removed. The contractor is responsible for the proper reinstallation of existing adjustable pipe supports. 3. Remove existing dresser coupling with thrust harness. Furnish and install new dresser coupling and new thrust harness for proper connection. Dresser Coupling and thrust harness should be of same or higher quality material than the existing. 4. Install each of five (5) new control valves in each of the designated locations. a. Five (5) 24" Bermad Pump Control Valves, Model Number WW-24" M5-740- 25-03-Y-C-A3-EB-5AC-NN-NS are located on -site at the Pine St. Water Treatment Plant approximately 650 feet from the high service station. b. The contractor is responsible for all measurements and dimensions when retracting or extending existing pipe upstream of the new control valve. The contractor is responsible for communicating with the plant superintendent regarding the procedure for isolating and shutting down each high service pump in order to proceed with the installation of each new control valve. Each control valve shall be installed and working properly before shutting down the next high service pump. jartkowiak .om: John Pippins Sent: Thursday, December 10, 2020 11:11 AM To: Molly Villarreal; Bart Bartkowiak Cc: Blake Fredieu Subject: RE: "EXTERNAL" RE: Water Plant Control Valve Replacement Scope Attachments: RE: "EXTERNAL" Standby rates; Control Valve Demob_Remob Executed.pdfi EXTERNAL Re Control Valve - Increase in Electrical.msg The material cost was less than expected, so original cost would have been $98,873.30 Downtime discussed in attached email. +$32,024.00 Demob Remob agreement attached. +$9,800.00 More electrical than expected, allowed in attached email (until Barry returned) +$3,227.23 = $143,924.53 John Pippins III, EIT Water Utilities Design Manager City of Beaumont 409-785-4702 From: John Pippins Sent: Thursday, December 10, 2020 11:06 AM To: Molly Villarreal <Molly.Villarreal@Bea umontTexas.gov>; Bart Bartkowiak<Bart. Bartkowiak@ beaumonttexas.gov> Cc: Blake Fredieu <Blake.Fredieu@beaumonttexas.gov> Subject: FW: "EXTERNAL" RE: Water Plant Control Valve Replacement Scope Molly, The emails below constituted the bid and the scope attached. I'm sending a list of changes in the next email. John Pippins III, EIT Water Utilities Design Manager City of Beaumont 409-785-4702 From: John Pippins Sent: Friday, June 5, 2020 4:48 PM To: Shontele Gallien <Shontele.Gallien@BeaumontTexas.gov>; Nathan Beechey <Nathan.Beechey@beaumonttexas.gov> Cc: Molly Villarreal <Molly.Villarreal@ BeaumontTexas.gov>; Bart Bartkowiak <Bart. Bartkowiak@beaumonttexas.eov> Subject: RE: "EXTERNAL" RE: Water Plant Control Valve Replacement Scope Thank you Shontele! John Pippins III, EIT Water Utilities Design Manager City of Beaumont (409) 785-4702 1 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to approve emergency work that was done by MK Constructors, of Vidor, Texas, in the amount of $143,924.53 for installation of five (5) control valves at the Water Treatment Plant. 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 15th day of December, 2020. - Mayor Becky Ames - 10 December 15, 2020 Consider a resolution authorizing the City Manager to execute Change Order No. 4, accept maintenance, and authorize final payment to ALLCO, LLC for the Street Rehabilitation City Wide -Phase I Project BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 4, accept maintenance, and authorize final payment to ALLCO, LLC. BACKGROUND On January 8, 2019, by Resolution No. 19-005, City Council awarded a contract to ALLCO, LLC., of Beaumont, in the amount of $5,184,482.20, for the Street Rehabilitation City Wide — Phase I Project. Previous Change Order Nos.1-3, in the amount of $9,213.30 are attached for your review. Proposed Change Order No. 4, in the amount of ($197,233.96) is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. If approved, the adjustment in quantities would result in a final contract amount of $4,996,461.54. The project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set forth in the contract. Acceptance of Change Order No. 4, maintenance, and final payment in the amount of $249,823.08 is recommended. FUNDING SOURCE Capital Program — Street Rehabilitation Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 19-005 WHEREAS, the City of Beaumont solicited bids for the Street Rehabilitation City Wide -Phase I Project; and, WHEREAS, ALLCO, LLC, of Beaumont, Texas, submitted a complete bid meeting specifications in the amount of $5,184,482.20; 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 $5,184,482.20, for the Street Rehabilitation City wide -Phase I Project; and, BE IT 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 8th day of January, 2019. ML. QTY OF BEAUMONT DATE: Nuvember24,2020 PROJECT: STREET REHABILITATION CITY WIDE - PHASE .I PROJECT OWNER. CITY OF BEAUMONT CONTRACIUR: ALLCO, LLC CHANGE ORDER NO.4 FINAL FOF.LOWIHO C13A1PGE8 IN --8 AHD/OH.:SPSCII•iCATI.ONS ARE ]3EREHY ]1IAD� All quantltia adjusted to reflect final fidd gists. . Item N. "6 Description Unit O�al Quantity Nm Qtuatip• Unit Price Total 100 6D01 PREP ROW STA 706 67330 S 308.00 S 0 071.60 251 6001 SPRFAb MATERIAL AND REWORK BASE COURSE SY 23DO 172290 S 3.00 S 835.50 275 6012 CEbffiTr TRT M(ITINGMATMUAL 8'TO 10 SY 164,002 133454.41 S 8.00 S (244390.72 341 6001 D-GR HMATY-D PG76-22 IS SURFACE) LAN SY 59.349 67794.22 S M00 S .94,45220 341 6002 D-GR HMA TY-F P076-22 1 a5l MEARINGSURFA LAN QM SY 91076 70839.77 S 8.00 S 1,88%84 341 6003 D-GR HMATY-D PG7622 UP I. TON 11.664 12852i2 S K00 S-111,702.09 344 6001 1 SUPERPAVE 76-22 - TON 1 2946 2124A9 J.S 96.00 S (78864.96) 351 - 6001. REPAIR OF FfMMnE PAVEM¢ T 8'ASB SY 2371 2896.81 S -60M S 31,548.60 354 6035 PLANE CONCPAV 0'TO I- TAPER) SY 5058' 4892.78. S 20,00 S O4AO 354 6096 KANEASPH CONC PAY "TO - SY .IZ615 15242.43 S 7.00 S 18392.01 354 9999 PLANE ACP °TO4 KID STEM MOUNTED SY 4742 137727 S 11.00 S 012.03 530 6011 INTERSECTIONS DRIWWAYS, AND TURNOUTS ACP TON 739, 994.48 S 22000 S 56,425.60 666 6001 REFL PAV MRK TYI 4•(SEX)) (I DO MIL LF 10716 10864.00 S 0.80 S 11&40 666 6901 4'TY-II SEALER LF 10,716 0.00 S 0.48 S 5,143.68) 666 6002 REFL PAV MRKTYI 4" RK (IGO MIL - LF 630 400.00 S - 1.95 S 44850 666 6902 4'TY-11 SEALER IF 1 630 0.00 S 1.45 S 1330 666 6003 REEL PAV MRK TYI OYMM 4' SID' 100 MIL . IF 10405 9205.00 S 0.90 $ (1980.00 666 6903 41TY-D SEALER LF 1 405 0.00 S (:60 S 6,243,00 666 6ON REFLPAV MRK TYI 4' RK TOO MIL LF 524 276.00 S 195 S 483.60 666 6904 4'-TY-11 SEALER - LF 524 0.00 S lA5 S 59.80 666 6DO5 REEL PAVMRK TYI 8• (SLD) (TOO MB, LF 105 120.00 S 5.00 S 75.00 666 6905 8'TY-B SEALER - LF 105 0.00 S 2.75 S .7 666 6DO6 REFL PAV MRK TY] MMM 12' SLD (I OD MIL LF 601 296.00 S 6.00 S IMO.00 665 6906 12'TY-BSEAIFR LF 601 254.00 S 3M S 1127.75 666 . 6DD7 IREFL PAV MRK TYI 24° SID 100 MIL LF 1 198 101.00 1 S 1200. S 1,164.00) 666 -6907 24-TYIi SEALER IF 198 35.00 13 6.00 S 978.00 668 6089 IPREFABPAVMRKTYC XINO FA 7 6.00 S 1200.00 S - 1,200.00) .678 6DO1' IPAV SURF PREP FOR MRK 4 LF 19.151 2360.00 S '.0.47 S (7,891.77) 678 6003 JPAV SURF PREP FOR MRK IF I05. 0.00 S 195 T Q04.7 678 6004 PAV. SURF PREP FORNIIiK (12n IF 601 134.00 S -2.80 S 1 07.60 678 005. PAV SURF PREP FOR MRK 4 IF 198 81.00 S 330 S 86.10 678 6201 PAV SURF PREP FOR MRK(ARROW) FA 2 0.00 S .110.00 $ 0.00 678.. 6202 PAV SURF PREP FOR MRK(WORD) EA 2 0.00 S, _ 110.00 S O.OD 678 6205 PAV SURF PREP FOR MRK CROSSING 13A 7 6.00 'S 380.00 S 80.00 713 6005 CLEANING AND SEALING MINIS AND CRACKS CLASS 8 LF 19,472 1 2MI-00 $ -4.00 S 12,932.00 999 1001 HAULTRUCK LOAD EA 30 2900 S-150.00 S 00.00 9999 6M] RAIIROADFLAGGER DAY 4 1 0.00 1 S 5.000.00 S 0,000.00 1P0 CONTRACT TIME WILL BE ADDED,TO THIS CHANGE ORDEF ORIGINALCONTRACTAMOUNII S 5.194,482.20 NET FROM PREVIOUS CHANGE ORDERS: S 9,21330 TOTAL AMOUNT OF THIS CHANGE ORDER: S (197,23396) PERCENT OF THIS CHANGE ORDEIL• -9.80% TOTAL PERCENT CHANGE ORDER TO DATE: -3.63% NEW CONTRACT AMOUNT: t S 4996,461.54 AC f c BRAND -ON HARRISON, LLC �REVM D BY: MOLLY VILLARREAL, P.E., CITY ENGINEER c APPROVED BY: TECHNOLOGYSERVICES. AT7EMD BY: TOTAL: S (197,733.96) KYLE KAYE.% CITYMANAGER TINA BROUSSARD, CITY CLERK _t;: � �'Y. .i,�i?!` ��'fiJ'i r.. r.•.tiir�!, 'rYt.:::' ,?'?; . ,l �-• • •,k z"...� .. . >:.;: .,,^.s,_•',;:.�-..f, i:�1/...,;..!.;<r%i:::: .: :%r'.!!<:r:: �'' ./._%:v......i "1�.....5r.'e<ar..�.:;�x�-.r:.....$.L^:-.v=!.ni�:7 �.4.�':5:,'�tt... flhi: xb-r. _�r.�''K-:f'T.xn',.2Y'<�G2' , CITY OF BEAUMONT .DATrI Mag142020 PROJECh "Er CTIY WIDE-PnASE I PROJECT OWNER: CTTYOFBEAUMONT CONTRACTOR-ALLCO. LLQ .CHANGE ORDER NO.3 0mw sbwt� and Item Ita - -Code CO ➢agiPNon. IIcit_. .Qri8Sa11 Nm I00 .� 6001 ' ,ROW � - Q=0'. Q�q, UnilP� 'Tow 275 601,r CEI:gtPITRfMXXE051ING MATI.3tIA1 1 BORHMATY-DPG76-22" SURFA STA. SY 719 - '1 606' '38595 706 .160.002 �E .. 308.00 S �B.00 S 4.004, S"` 432.DD) '341 6001 `�D-'' DGRRMATY-FPG7b221 OSURFACE) W7 SY 59.a49 S - S207390.00 341-' ,6003 D•GRiiMATY-D P076-M'� - SY 105,405. S081.076 .81.076 Y i8.00 S 94.63E , 351 -6001 AIR OF FLM(aMEPAVEMENT(8• - - - TON 'SY' 11.04 ''-3u S 9400 5 jwm 334 _.6011 PIANEACP •T04 (SKID S'TEERMOUN7FD 2.M .S- :60.00 S _ 3.600.00 530 '6013 ' 1MIERSECIIONS,DRIVEWAYS, TURNOUTS A TON ON 3516 4,742' .S 9L00. S 13.486.00 .. 666 •6001 RIFE PAV MRICIY I 4• ) 100 M1L '9I362 738 S 220.00 '5.--2]32 .0D M6 -6901 `F7=II SFI,LER: -- .IF 10.716' S - 0.80 S' .8D) 666 60� RFFLPAV MRKTYi 4• ASFi)- DD IiIII, LF � ,11,162 - 1D 716 '630 S " -0.48 "'�195 S '(214.08) �6 6902 •TY-IISEALER - '9� S S 624.00) 6M . 6007 - RFFLPAVMRATYI yp IDOBtII, •TY-II SEALER - - LF `-950. :208' - 630 198 S .1AS S 12.00 S' 4"00 S 120A '666 6901 678 6001 PAV SURFPREP 717RAOiK 4 PAVSURFPRIF.FORM K - :IF .LF LF •208 19917 2D8 :198 19 0 193 S -6.00 :S 0.47 S 60A0) S 60.0 '678 6005 TOTAi r S .03390) q; -p •.6.a:C31:'JF,43tA'I�.�Ri�7)PPIOH�7A'W�R���ST - ... - - ORIGINAL CONTRACTAMOLNT. S 'S.184,48'•r0. ITT FR_OMPREWOUS:CHANGE.OBDERS. S D,947.20' TOTALAMOUNTOFTJMCBANGEORDER•- S p33y0) PERCENT oFTHM CHANGE ORDER. TOTALPERCFNT,CUMGE.ORDFRi'ODATE: -0.01 NEW CONJRACTAMOUNT1 S S.I93,69530 ACCEPTED Bk. BRADID0NHAM,0 4. ,LLC. -'MOLLY VH.LARREA4 PY— CITY ENGDMM APPROVED. BY: L 1 'SYLEHAYES• CQY.MAYAGER PREPARED BY• nn<< OmmN WAYD GNffit 51&/zv OWLLIC,D R. UBLICWORYCa& TECHNOLOGY SERVICES - TM W B&OUWAFA CITY CL= i i ra CITY OF BEAUMONT DATE: December 13, 2019 PROJECT: STREET REHABILITATION CITY WIDE - PHASE 1 PROJECT OWNER CITY OF BEAUMONT CONTRACTOR ALLCO,LLC. CHANGE ORDER NO.2 ADDITIONAL CALIIMAR DAYS FOR INCLEMENT WEATHER AND DELAYS Item No. Code Description Unit Ong[na1 Q—tity New Qoanttty Unit Price Toml 0 1 o 1 s a TOTAL: a ORIGINAL CONTRACT AMOUNT% S 5.194,487 20 NET FROM PREVIOUS CHANGE ORDERS: S 9,947.20 TOTAL AMOUNT OF THIS CHANGE ORDER a - PERCENT OF THIS CHANGE ORDER 0.00% TOTAL PERCENT CHANGE ORDER TO. DATE: 0.19% NEW CONTRACT AMOUNT: S 5,194,429.40 ACCEP P ARED BY: 12/13/11 BRANDON , ALLCO, LLC HAII 10ND, ROADWAY DESIGNER II ; 0 �, � e- �, / �! = 4 YL HAROLD E. CROCHET,.R _ ESIGNER III — APPROVED BY: L_ KYLE HAYES, CITY MANAGER Il lZ-1?-rj REVIEWED BY: DR SEP P LIC W RKS DII2ECIYIR A ESTED BY: TINA RO ,CITY CLERK CITY OF BEAUMONT 'DATE: June28,2019 PROJECT: STREET REHABILITATION CITY WIDE -PHASE 1 PROJECT OWNER! CITY OF BEAUMONT CONTRACTOR ALLCO, LLC. CHANGE ORDER NO. I --•.i�-es•�•F:..•ar_-��.yr�.T�,���WINa.CH'AhTG86,IiP THE PLAR3 AHD/OR SP&CIFICATIOSS ARE�REBY}SfADE:n,-�:,..,�� Modi6cafioas to Waco Strcet, Cbamberlin Drive, and Broadway StraL Addition ofEdson Drive and hew for haul teveks end to spmadhwm& base materiaL Item No. CItemode I Der4rlptloo Unit Origlml -Quantity Nen Qmmtuy Unit Prig Total 344 6001 ISUPERFAVE 7&=TON 3,393 • S 96.0D S 4 11 351 W0I REPAIR OF FLEXIBLE PAVEMENT -ASB SY 3700 11 $ 60.00 S 83 0.00 354 6035 IPLANE CONC PAV 0- TO 1' TAPER SY 6,860 5,058 S 20.00 S O40.00 354 6096 IFLANE ASPH CONC PAV Q- TO 51 SY 18,320 12,615 S 7.00 S - 9935.00 354 9999 PLANE ACP • TO SKID STEER MOUNTED EQUIPMUM Sr 3,768 3,516 S 11.00 5 772,00 666 6007 1 REFL PAV MRK TY I 24' 100 MIL IF 244 208 S 12.00 S 432 00 666 6907 24' TY-IISEALER LF 1 244 208 S - 6.00 S 16.00 668 6089 _ IPREFAB PAV MRK TY C - XIN EA 8 7 S1.200.00 3 (1,200.00) 678 6005 PAV SURF PREP FORMRK 4 LF -244 208 S 330 $ 118.80 678 6205 PAV SURF PREP FORMRK CROSSING) FA 8 7 S 390.00 f 90.00 713 WDS CLEANING AND SEALINOJOINTSAND CRACKS CLASS LF 23346 19.472 S 4.00 S 154%.00 9999 6001 IFAILROADFIAGGM DAY 5 -4 S 5.000.00 S 5000.00 Wo 6001 IPREP ROW' - STA 700 719 S -303.00 S 5 83100 251 6001 SPREAD MATERIAL AND REWORK BASE COURSE SY 0 2500 _ S 5.00 S 1 00.00 275 6012 CEMSNTTR7 EIGSIINOMATERIAL 8'TO 10 SY 160,271 166,W6 I S 8.00 E 52.290.00 341 6001 D-GRHMA TY-D P076-22 I (WEARING SURFACE) LAN SY 35,377 38,595 S. 10.00 f 32,180.00 341 6002 DQR HMA TY-F PG76-22 I 0 SURFACE) LAN SY 1 704 105,405 S 8.00 S 21 608.00 341 6003 D-GRHMA TY-I) P076-22 LS TON 11445 ILL S 94.00 S 45 .00 502 6001 BARRICADES SIGNS, AND TRAFFIC HANDLING MO 6 8 S laM.00 S 3700D.00 530 6011 RPIERSECIIONS DRIVEWAYS AND TURNOUTS ACP TON 541 632 S 220.00 S 20 020.00 666 6002 REFL PAV MRK TY I O 4' A 100 MIL LF 320 950 S 195 S 1.228.50 666 1 6902 4'.TY-II SEALER- LF 320 950 S 1.45 S 91150 666 6003 REFLPAV MRK 7Y1 4• SLD 100MIL IF 7,911 10.405 S 090 S 44.60 666 6903 4' 7Y-IISEALER IF - 7 11 I0,405 S 0.61 S 14111,41 999 1001 IHAUL TRUCK LOAD FA1 0 1 30 S I50.00 S TOTAL.• S 9,947.20 •' --�..: ... 60 DAYS TII)>yF1D�FOR ADD27.'fOI4l�L WORE`.�TO'TI#IS'CSAAft(i£`OIt15F1R"....��.. .. •. ,•;.••.`..'".. .. ORIGINAL CONTRACT AMOUNT: NET FROM PREVIOUS CHANGE ORDERS: TOTAL AMOUNT OF THIS CHANGE ORDER PERCENT OF THIS CHANCE ORDER TOTAL PERCENT CHANGE ORDER TO DATE: NEW CONTRACT AMOUNT: R j �AWAY DESIGNER III APPROVED BY: 1 KYLE HAYES, CITY MANAGER S 5,184,48120 S S 9,947.20 0.19% 0.19% S 5,194,429.40 PREPARED BY: �;�:Q�e- HAMMOND, ROADWAY DESIGNER d V:I.S:i .. r �:+ frig..• .._.... '7e*lTv'ar39kumijN'r "`-..----- PROJECT ISTREET REHABILITATION CITY WIDE - PHASE 1 AWARDED CONTRACT AMOUNT: ,184,487.20 PERCENT OFTIME USED: 100.0m CONTRACTOR: ALLCO CONTRACTING, INC. CONTRACTDATE: March 12019 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE0: 21FINAL CURRENT CONTRACT AMOUNT: $4,996,45154 PERIOD ENDING: I CONTRACT WORKING DAYS: 255 CHANGE ORDERS: 04 FINAL WORKING DAYS USED: 265 .ITEM'= DESC :DESCRIPTION - UNIT EST':• PREVIOUS TO DATE, TOTAL ESTIMATE .� UNIT ": TOTAL NO. CODEr " "' ': =' - :< MEASURE '" QTY. :". ESTIMATE" ESTIMATE 7 TO'DAT,E 'PRICE -AMOUNT 100 6001 PREP ROW (C.O.#4) STA 673.30 673.30 ' O.DO 673.30 $ 308.00 $ 207.376.40 600 SPREAD MATERIAL AND REWORK BASE COURSE C.004) SY 1,722.90 1,722-90 O.DO 1,722.90 f 5.00 $ 8,614.60 275 6012 CEMENT TRT (MIX EXISTING MATERIAL)(8' TO 10-) (C.O.#4) SY 133,454.41. 133.454.41 0.00 133,454.41 $ 8.00 $ 1,067,635.28 341 6001 D-GR HMA TY-D PG76-22 (1.5') (WEARING SURFACE) (PLAN QTY) (C.O.#4) SY 87,794.22 67,794.22 0.00 67,794.22 $ 10.00 $ 677,942.20 341 6002 D-GR HMA TY-F PG76-22 1.2 (WEARING SURFACE) (PLAN QTY) C.O #4 SY 70,839.77 70,839.77 0.00 70,839.77 $ 8.00 $ 566,718.16 341 6003 D-GR HMA TY-D PG76-22 (LEVEL -UP) (1.5' (C.O.#4) TON 12,852.32 12,652.32 0.00 12.852.32 $ 94.00 $ 1,208,118.08 344 6001 SUPERPAVE M MA) (PG 76-22) (C.O.#4) TON 2.124.49 2.124.49 O.DO 2,124.49 $ 98.00 $ 203,951.04 351 6001 REPAIR OF FLEXIBLE PAVEMENT (8' ASB) (C.O.#4) SY 2,896.81 2.898.81 0.00 2,896.81 $ 60.00 $ 173,808.60 354 8036 PLANE CONC PAV (0- TO 1" TAPER) (C,O.#4) SY 4,892.78 4.892.78 0.00 4.892.78 $ 20.00 $ 97,855.60 354 6096 PLANE ASPH CONC PAV (3' TO 5") (C.O.#4) SY 15,242.43 15.242.43 0.00 15,242.43 $ 7.00 $ 108,697.01 354 9999 PLANE ACP (3° TO 4y (SKID STEER MOUNTED EQUIPMENT) (C.044) SY 1,377.27 1,377.27 0.00 1,377.27 $ 11.00 $ 15,149.97 500 6001 MOBILIZATION (NOT TO EXCEED 10%) LS 1.00 1.00 0.00 1.00 $ 150,000.00 $ 150,000.00 602 6001 BARRICADES, SIGNS, AND TRAFFIC HANDLING MO 8.00 8.00 0.00 8.00 $ 18,500.00 $ 148,000.00 530 6011 INTERSECTIONS, DRIVEWAYS, AND TURNOUTS (ACP) (C.004) TON 994.48 994.48 0.00 994.48 $ 220.00 $ 218,785.60 666 8001 REFL PAV MRK TY I (YELLOW)4- (SLD) (100 MIL) (C.O.94) LF 10,864.00 10,884.00 0.00 10,864.00 $ 0.60 $ 8,69120 666 6901 4" TY-II SEALER (C.O.#4) LF 0.00 0.00 0.00 0.00 $ DAB $ - 668 6002 REFL PAV MRK TY I (YELLOW) 4" (BRK) (100 MIL) (C.O.94) LF 400.00 400.00 0.00 400.00 $ 1.95 $ 780.00 666 6902 4' TY-I1 SEALER (C.O.#4) LF 0.00 0.00 0.00 0.00 $ 1.45 $ 666 1 6003 REFL PAV MRK TY I (WHITE) 4' (SLD) (10D MIL) (C.004) LF 8,205.00 8.205.00 0.00 1 B,205.DO $ 0.90 $ 7,384.50 666 6903 4" TY41 SEALER (C.O.#4) LF 0.00 0.00 0.00 0.00 $ 0.60 $ - 666. 6004 REEL PAV MRK TY 1 HITE) 4- (BRK) (100 MIL) (C.014) LF 276.DO 276.00 0.00 276.00 $ 1.95 $ 538.20 686 6904 4' TY41 SEALER (C.044) LF 0.00 6.00 0.00 0.00 $ 1.45 $ - 666 6005 REFL PAV MRK TY I (WHITE) 8- (SLD) (100 MIL) (C.004) LF 120.DO 120.00 0.00 120.00 $ 5.00 $ 600.00 666 69D5 8' TY41 SEALER (C.044) LF 0.00 0.00 0.00 0.00 $ 2.75 $ - 666 6D06 REFL PAV MRK TY I (WHrM)12° (SLD) (100 MIL) (C.O.#4) LF 290.00 296.00 0.00 296.00 $ 6.00 $ 1,775.00 666 1 6008 12" TY-11 SEALER (C.O.#4) LF 254.00 254.00 0.00 254.00 $ 325 $ 825.50 666 6007 REFL PAV MRK TY I (WHITE) 24' (SLD) (100 MIL)(C.O.#4) LF 101.00 101.00 0.00 101.00 $ 12.00 $ 1,212.00 666 6907 24" TY-11 SEALER (C.O.#4) LF 36.00 35.00 0.D0 35.00 $ 6.00 $ 210.00 668 6077 PREFAB PAV MRK TY C (W) (ARROW) EA 2.00 2.00 0.00 2.00 $ 425.00 $ 850.00 668 6085 JPREFAB PAV MRK TY C ORD) EA 2.00 2.00 0.00 2.00 $ 425.00 $ 860.00 1 of 2 i �EfTY nF, RFAl11NONT.... .. ..... ... . . ... . ... .. _ .........,..... i ESTIMATE ,. ...... ...._I ..... .L .. ..... __... .... _ ....... 'r PROJECT: ISTREET REHABILITATION CITY WIDE -PHASE I AWARDED CONTRACfAMOUNT: $5,184,48L20, PERCENT OF TIME USED: 100.00% CONTRACTOR: ALLCO CONTRACTING, INC: CONTRACT DATE: March 1, 2019 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE Il 21 FINAL - CURRENT CONTRACT AMOUNT: $4,996,46154 PERIOD ENDING: I CONTRACT WORKING DAYS: 265 CHANGEORDERS: 04 FINAL WORKING DAYS USED: 265 ITEM DESC DESCRIPTION UNIT EST. PREVIOUS TO DATE TOTAL ESTIMATE UNIT 'TOTAL NO. CODE MEASURE CITY. ESTIMATE , ESTIMATE TO DATE PRICE AMOUNT 668 6089 PREFAB PAV MRK TY:C (W)(RR XING) (C.O,#4)' EA 6.00 6.00 0.00 6.00 $ 1,200.00, $ 7,200.00 66B 6094 PREFAB PAV MRK TY C (W)(BIKE.ARROW) EA %G0 16.00 0.00 16.00 $ 330.00 $ 6,2BO.DO 668 6096: PREFAB PAV MRKTY C (VW)(BIKESYMBOL) EA: 16.00 16.00 0.00 16.00 $, 440.00' $ 7,040.00 678 6001 PAV SURF PREP FOR MRK (4') (C.O.#4) LF 2,360.00 2,360.00 0.00 2,360.00 $ 0.47 $ 1,109.20 67B 6003 PAV SURF PREP FOR MRK (B') (C.044) LF 0.00 0.00 0.00 0.00, $ 1.95 $ 678 60D4 PAV SURF PREP FOR MRK (12-) (C.O.#4) LF 134.00 134.00 0.00 134.00 $ 2.80 $ 375.20 678 6005 PAV SURF PREP FOR MRK (24") (C.O.#4) LF 81.00 81.00 0.00 81.00 $ 3.30 $ 267.30 678 6201 PAV SURF PREP FOR MRK (ARROW) (C.004) EA 0.D0 0.00 0.00 0.00 $ 110.00 $ - 678 6202'. PAV SURF PREP FOR MRK (WORD) (C.O.#4) EA 0.D0 0.00 0.00 0.00 $ 110.00 $ - 678 6203 PAV SURF PREP FOR MRK (BIKE ARROW) EA 16.00 16.00 0.00 16.00 $ 110.00 $ 1,760.00 678 6204 PAV SURF PREP.FOR MRK (BIKE SYMBOL) , EA 16.00 18.00 0.00 16.00 $ 110.00 $ 1,760.00 678 6205 PAV SURF PREP FOR MRK (RR CROSSING) (C.O.#4) EA 6.00 6.D0 0.00 6.00 $ 380.06 $ 2,280.00 713 6005 CLEANING AND SEALING JOINTS AND CRACKS (CLASS 8) (C.O.#4) LF 22,705.00 22.705.00 0.00 1 22.705.00 $ 4.00-1 $ 90,820.00 999 1001 HAUL TRUCK (LEVEL LOAD) (C.O.#4) EA 28.00 28.00 0.00 28.00 $ 150.00 $ 4,200.OD 9999 1 6D01 RAILROAD FLAGGER (C.O.#4) DAY 0.00 0.00_ 0.00 0.00 1 $ 6.000.00 $ - PREPARED BY: APPROVED BY: APPROVED BY: I cably that o0 wmkladudlog matedab covered by ddr kwake have been mmpleted ar degvered In -danm wRh Contract daannentr: GRAND TOTAL AMOUNT OF WORK. DONE: $ 4,996,461.54 LESS 5% RETAINAGE: $ SU B TOTAL: $. 4,996,461S4 LESS PREVIOUS PAY ESTIMATE: $ 4,746,638.46 AMOUNT DUE THIS:ESTIMATE : $ 249,823.08 2of2 RESOLUTION NO. WHEREAS, on January 8, 2019, the City Council of the City of Beaumont, Texas passed Resolution No. 19-005 awarding a contract in the amount of $5,184,482.20 to ALLCO, LLC, of Beaumont, Texas, for the Street Rehabilitation City Wide -Phase I Project; and, WHEREAS, on July 15, 2019, the City Manager executed Change Order No. 1, in the amount of $9,947.20, for modifications to Waco Street, Chamberlin Drive, and Broadway Street; the addition of Edson Drive; items for haul trucks; and, to spread/rework base material, thereby increasing the total contract amount to $5,194,429.40; and, WHEREAS, on December 13, 2019, the City Manager executed Change Order No. 2, in the amount of $0.00, for additional calendar days for inclement weather and delays, thereby having to effect on the total contract amount of $5,194,429.40; and, WHEREAS, on May 22, 2020, the City Manager executed Changed Order No. 3, in the amount of ($733.90), for modifications to Chamberlin Drive; the addition of Wescalder Road, Parry Street and Berkley Avenue; and, the deletion of Landis Drive, Broun Street, Shepherd Drive, Calhoun Avenue, Craig Street, Gray Street and Irma Street, thereby decreasing the total contract amount to $5,193,695.50; and, WHEREAS, Change Order No. 4, in the amount of ($197,233.96), is required to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby decreasing the total contract amount to $4,996,461.54; and, WHEREAS, the project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 4, in the amount of ($197,233.96) for additional work described above, thereby decreasing the total contract amount to $4,996,461.54 for the Street Rehabilitation City Wide -Phase I Project; and, BE IT FURTHER RESOLVED THAT the Street Rehabilitation City Wide - Phase I Project be and the same is hereby accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $249,823.08 to ALLCO, LLC, of Beaumont, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 15th day of December, 2020. - Mayor Becky Ames - 11 December 15, 2020 Consider a resolution authorizing the City Manager to execute Change Order No. 4, accept maintenance, and authorize final payment to King Solution Services, LLC for the Westgate Drive Area Pipe Bursting Contract BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 4, accept maintenance, and authorize final payment to King Solution Services, LLC. I:���1'l 1 1I-ice On June 18, 2019, by Resolution 19-120, City Council awarded a contract to King Solution Services, LLC, from Houston, in the amount of $1,592,994.00 for the Westgate Drive Area Pipe Bursting Contract. Previous Change Order Nos. 1 - 3, in the amount of ($230.00), are attached for your review. Proposed Change Order No. 4, in the amount of ($320,373.25) is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. If approved, the adjustment in quantities would result in a final contract amount of $1,272,390.75. The project has been inspected by Water Utilities and found to be complete in accordance with the provisions and terms set out in the contract. Acceptance of Change Order No. 4, maintenance, and final payment in the amount of $67,419.54 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 19-120 WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Westgate Drive Area Pipe Bursting Contract Project; and, WHEREAS, King Solution Services, LLC, of Houston, Texas, submitted a complete bid meeting specifications in the amount of $1,592,994.00; 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 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 Solution Services, LLC, of Houston, Texas, in the amount of $1,592,994.00, for the Westgate Drive Area'Pipe Bursting Contract Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with King Solution Sevices, LLC, of Houston, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 18th day of June, 2019. OAP P r �M-'. CITY OF OEAUMONT Data: rimmWr 19,3030 Project milgate Drin P1Pe Bunting Contact County: JvO/non Dhblet: Daaumonl Contact Number. OID NO.WUOI 19.12 Owner. city of Daaumanl Centaclor King Solutions Sonless, LLC C.O. NoJ 4 (flnal Change Ordar) THEFOLLOYANOCHANOEH IN PLANS ANDKHRSPECIFICATIONS AREHEREBY MA : Adltntrrerdaleal'le" goanitws nthe mnaecl to relied the gmbtes used Otmphl-Sul Ore project. Item No, hem Cade OESCNPf10N UnK Oda"" Chanolin Unll Pike Total Quantity Own ADD F--,7 70a. 3301 Imtall Shabw Manb*. Leaf than Y Depth, VWh Al Jdnd A CaMecibna (Pa -Cart C-cole of Fbmahm) �� D 5 S 3.50000 S 17.500.00 4020 Pipallw%bMO*-ID•Serterlot0.75.00 LF aSS 28 S 45.00 S 1260.00 DELETE 3 351 Full Depth Repair@(Skis Walr(51 6Y 200 (107.03) S 35.00 f (3.748.05) 4 381 Ful Depth Repair of D Nr"y (a7 SY 20D (920) S 35.00 S (322A0) 5 35t Flea WPorement Sbuctuna Repall(47 BY 20D (MOD) f 83.00 f (13.110000) a 3301 Ramove and Replam or ImLT New Md. Manhole. Up to IT Depth, with All Jdnh S Ceme&km (Pi"ni Connote) Each 14 (14 00) f 4,5000 f (83,000 DO) D 708 Romwe and Replam in lnhl New SW. FbtnpWt Manhob. Up to Or Do^ with IU Jdnb 8 ConnecUm EACH 64 120.00) $ 3.700.00 i (107.300D0) 11 700, 3301 EAm Depth lot New m Replaamont SUL Maidmlo. Over a' Depth (PleLal Conan@ a HberyWa V. F a9 Iced) S f8000 f (t1.Si000J 12 253; Reconnect 6eMca Connemci by Escavaton lndaMV Claw& la Unu, C@npkt@, AN SUas and Depths;EACH OW(24 00) f S50 00 S (13= 00) 13 2553 OWbuclon Rerrwal by E■maBon,Al Shoo and D/ptM EACH 15 (1400) f 500.00 S (11=00) 14 2598 Clean and Ttkvba Sewer All Sim end DepUrt as Directed by the Owners LF. 2000 (17e8.70) f ] DO $ (5.360.I0) to 4020 Pepe ern"8'-a, Sawa, in, a a2s, OD LF. 25.S84 (D99.10) f 31.00 S (70.870.10) to 2534 Fattish and lmtal End-0f4Jna CS@anoul by E-maton Each 13 (2-00) f 1.050J10 f (2.IDODO) Allowance - Unkcnnn Wak as Directed by Ur@ Owners Allow 1 (1.00) f 70.900.00 3 (78.00000) TOTAL AMOUNT OF TM CHANGE ORDER f 320.373 a CALENDAR DAYS WALL BE ADDED TO THIS CHANGE ORDER ORIGINILCONIRACTAMOUNT: $ ISD2.a/4.00 NET FROM PREVIOUS CIARGE ORDERS f TOTAL AMOUNT OF THIS CHANGE ORDER S DIEM 25) PERCEtfrOF INS CHANGE ORDEk -Mill% TOTAL PERCENT CHANGE ORDER TO DATE:-20.126% NEWCONTRACT AMOUNT:f 127Z39075 CONTRACT TIME ORIGNAL CONTRACT TIME: 385 ealendu days ADDITIONAL TIME UNDER CO NO.2 14 calendar days AD MoNAL TIME UNDFRI CO NO.3 fH=Under drys REVISED CONTRACTTIME 443 Wondudays ACCEPTED BY: PREPARED BY: L-Lbg Imp 4, , % /' /�a f ZIP4ZO KINGSOL ONS ES,LLC•RE DATE JORNPIPP SID,FJTr DATE WATER rES DESIGN MANAGER REVI BY: REVIEWE Y GPE DAZE f3Afl TKOYAAK PATE CITYENOINEER qRE ROFPUDLICWoRKSAND TECHNOLOGY SERVICES APPROVED BY; ATTESTED BY,. KY 6AT� TINS BROU33ARD DATE CITY MANAGER CITY CLERK CITY OF 136AUMONT Dalai October 14, 2020 Projecl; Westgate Drive Pipe punting Contract County: Jellergon Dlsldol: posumonl Contract #lumber, DI0 NO. WU0110.12 Owner. city of Dcaumonl Contractor. 111no Solullons Services, LLC C.Q. 110.1 3 Adrvfungnt o osGmmgd quanhgof cand lear tlaye In the oonuad to roOaG the quantitlgs proposed for the oomplobon 1 proJaU, duo to uNorose°n delays w101 Entergy, ENergy was asked to same A Prover polo widen doso prosimily to. manhdo noodmg renewal, bud did not moko an attempt to socuro 11 until W412020. UnIng will be performed rather loan roplacemsnl duo to prodmNy to power polo. Item No. Ilem Coda DESCRIPTION Unll C 0 na Unit Prloo Tolel ADD 10 250 aNldabon of Monhdo by 1' 7101; Concralo Unar MEgch ved Mir best W Int Bench 1Alydt D 1 3 4,000.00 S A,000.00 OELWFE D You fiemavoMOReMecoarinsldlNmvStd,Flbcrgtafs Manholo, U to B p OI.wNh NI Jolnp d Cormoons EPA II.oOJ 3 9,70000 3 J700. l . Ooi 11 700.331 Extra popI4for NoworRo arAmenlSid,Mormle,Over9 0o In 12"oslConcrete orFiberglassManbolof V.F. 70 1,00 ( I 3 100.00 5 It00.D0) TOT,41.AMOUNTOF THIS CIIA OE 0 0ER 3 120.00 D 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: CONTRAG E OR GI AL CONTRACT TIME: ADDITIONAL TIME UNDER CO NO, 2 ADDITIONAL TIME UNDER CO NO.3 REVISED CONTRACT TIME AL�C171TIh ,P.. ... DA1d V GTYEIIOIIIEEn APPROVED BY; Eil Ai0 CITY HARAOEn /o— 2 3- Lo S 1 802 OD4A0 f950,001 S 20.00 0.000 -0.0 4 $ 9. 365 calendar days 14 calendar days fYl ealondardo a 3 ce Dgdor dDys PREPARED DYI REVIEWED aFJ icon ZO /G—Z3— � ATTE D DY, M N110Ao OAR. - DATA CITYCLE011 CITY OF DRAMs tONT DATEr Twtdy,Siumim PROIECr I .Wooflolr Ddu AtetPgtDenllnE Orn6u1 01YIILItI crrYOPDEAWIONr CONIRIICEOR 1 I00 j S\IuNN StMre y LLC CILINDE ORDER i - 3 THE FOLLOWING CDANCIS INTHEPL AHSANDIORSPECIPICATIONS ARE II[O lDy""'I 4beCiybttAmen lo'addrnosWoWfirstOWnlhWcjlzoloatelobopipebm/led.YhIt line netUlnludend romdlobe tonetdofre litemtnlTheaddidoaalDeountllJnlhelmmtdloleutaofldo 1Yttlaele Dd\ro luea PIPoDua ft Conlratl u0.1 COU Dffi"wiON 11ttlr DNQIIANI[EY ` CIU 0E 11NIEPNC6 CItANOLORDERMIbUN[ ADD 1E EI)/ stakotiRmmfimIs psCkuurDNLDst.C*Wdi6ARS6etllPte 6ACII ma.. GOu !` ..sfa0o S ' mooco) IYamorlStolnC 11 40U 4mw /taOD 1 WO 7 19,[00.00 " i SUBTOT L = 47,100M nLuu Aam1 ormaslYalc.,W dob,kPOm., AWn 1.00 1 faIq s twomm S tt1,l ISUArgm S (1l.104 TO AL UItPO ITNI9Cmazes DER S NIYODHi(ODAYSWMLDEADDEDTOTIILCgYIRACf%VMtT)IIECIIANOE ORDER ONORiALCONERACPAAIOQNrr a 101APM urryRom PREVIOUSCiwwx DONE s Woo ` T07ALAblotRaopntIS aLINOE ORDLRt S PERCrNE0PT USOL&NOL011DERt "sit a TOTALPERCrNECItAHOE ORDERSTO DATE I oAMA HEwcorrrntcrAbroutmr s Iauua,00 ACCrI w .tile I11 A aEC01LOIvwayr, • '•+' fism" i 1 e NIRON[ODYL %- 3 - Z to /?il" �5�a� CITY OF BEAUMONT DATE: Dctcmber17,7019 PROJECT:\YolsuleDr1et-ArenflpeDurtlingConINc1 OWNER: CITYO►DEAUAIONr CONTRACTOR: MESolallenStnicu,LLC CUMGEORDERt 1 TIIE FOLLOWING CHANGES IN THE PLANS ANDJORS►ECIFICATIONS ARE HEIIEBY AfADEt Dec toIbeaohm ofaltoM-Allon;CrA GDaedeamoambbowetInplusofabdlotrObuElmnofokaIn:onebcatlelu.ApayItemunowmgvk dforlbotumumonofIboend-0Cfumdmnoull. AAWMde t....e..,l:...1—.,.Aln. n...�ne.... ,6.. t•~,.:... 1TEAl NO. Trxbl CODE DESCRIPTION UNIT DIDQUANTTIY ACTUALQUANi17Y UNITtRICE CHANGEORDIRAAf0UN1' 1! 2111 PA 0.00 13.00 S 1,010.00 s 13,610.00 10 7U.3301 IuldlShOlmaMrdwlglenUunS'Dep1141Vihllll]einudtoannec6ofu(PreCul RA 13,00 900 s 3,S00,00 s (14.000.00) ConerdoorMi u1 TOTAL AAlOUmmmucPEDFRObITHE comithCT S (JSOAO) NO \VORKIYG DAYS IIAVR DERN AMID TOTAECONTRACfBYTHIS CHANGE ORDER ORIGINAL COYTRACiAD10UhT: NhTFROM PREVIOUS C8'ANOE ORDERS: ' TOTALAAIOUNr OFTHIS CHANGE ORDER i PERCENTOFTHIS CHANGEORDERI TOTALPERCFNTCHANGEORDERSTO DA7$: NEIVCONTRACTAAIOUNl': A 7 v FURRH,DMS� DATE APPRWID DY: _ � KYWHAYEAWYMANACER DATE S 1.597,994A0 S S (310.00) -0A3% 4AIIA 1AW.61J.00 aS / TAETAREDDY:" 1kmyARx)astowm%YATbatMIUTTESDE$[G?4FAU VAIN- AT(ESIHDD "V / a: a eI (z- Zo-[.5 PROIECT.l WestpleDrive Area Pipe BurstinSContract Bid No. WU0129.12 AWARDED CONTRACTAMOUNT: 534594994A0 PERCENT OF TIME USED: 9L20% NTRACTDR: WAVSolution Serv&es, ULC CONTRACT DATEINTP): August34,2019 PERCENTOF WORK COMPLETED: _ 100AM Mowmty eMMA'Its: Final CURRENT CONTRACT AMOUNT: $1= 390.7S PEAIODENOM: October27.2020 CONTRACT CALENDAR DAYS 443 CMANGE ORDDSS: 4 CALENDAR DAYS USED: 404 ' ITEM NO. DESC CODE OESCRIPTLON UNIT MEASURE EST. QTY. PREVIOUS EST. TO DATE EST.' TOTAL OTY TO DATE UNIT PRICE TOTAL AMOUNT 1 - MobNradon (Not to exceed 3%of Total Base Unit Prices) tS 1 Loa 0.00 Loa S 4SA00AD S 45,000.00 2 B' Point Repair, UP to Ur Depth EACH i Lao MOD 1.00 S 2,000A0 S Z 000A0 3 - 361 FuWOcpthRepairofSide Walk(5') SY 2D0. SIL91 0.00 9297 S 3S.00 S 3,2S39S 4 361 Full Depth Repair of Driveway (6').. SY 200 1904D - . MOD "MAD $ 35.00 S 61678A0 5 351 Flexible Pavement Structure Repair (0) SY 200 0A0 0.00 am $ 68.00 S - 6 402 Trench Excmtlon Protection LF. , L500 1400.00 CLOD 1.500A0 S LOD S 1.50020 7 SDI Barrlades,Slznsand Traf(icHandling EACH 20 20M 0.00 I0.00 S 650A0 $ 13mD.DD B 330L Remove and Replace or Install New Std. Manhole, Up to B' Depth, with All Joints & Connections (Pre-CaLt Concre4 .EACH 14 OAO am (Loa S 4,SOO.DD $ 9 "a Renwve and Replace or Install New Std. Fiberglass Manhok. Up to B' Depth, with A11 Joints & Ccnnectb EACH 64 35.90 MOD 3SA0 $ 3 700.00 S 12.9.SOOA0 30 703, 3301 Install! meow Manhole, Less than T Dep ftWI hAll Joints & Coronations (Pre Cast Concrete or Fiberglassl EACH 9 24.00 CLOG 14.00 S 3,S00.00 S 49,000.00 11 708, 3301 Extra Depth for New or Replacement Std. Manhole, Over B' Oepth (PraCast Concrete or Fiberglass Y.F. 69 SAO am 5.00 S ISMOD S 9DDAo 12 2534 Reconnect Service Connection by Excavation Includint Cleanouts to Unep Complete, Ali Slses and Depths EACH 386 36LN DAO 36= S S511.00 9 199,100A0 13 2553 Obstruction Removal by Excavation, All Sim and Depths EACH 15 LOD OAO Lao S Boom S BaM00 14 2$58 dean and Televise Sewer All sires and Depths as Directed by the Owners L.F. 2000 21L30 am 21190 S 3A0 S 633.90 1.5 2821 Chaim Link and Wooden Fences, and Gates LF. so 500.00 CLOD S00.0D S BAD S 4.0DO.00 16 40M Pipe Burstln 6'-W Sewer to 8,625' OD L.F. I 2S564 24,S67.90 am 24.567.99 S 31A0 S 761.604.90 17 41120 Pine Burst8'-10'Sewer to10.7S'OD L.F. DSB 886A0 0.00 886.00 S 4SA0 $ 39,370.00 18 2S34 Furnish and lnstaOEnd-of•UneCleanoutb Excavatior EACH 13 11A0 a.00 11m S Lasam S 11.5SM00 19 2SSS Rehabilitation of Martlole by 1' Thick Concrete Liner Ap roved Mix Design (including Bench Work EACH 1 1 0.001 LDO 1A0 S 4,ODDAO S 4.0W.00 Unforeseen Work as Directed the Owners ALLOW 1 O.OtiD O.ti00 O.ODO 5 76,90t1AD S PREPARED ELY. REVIEWED BY: ti �L/p/ZO i0 NPIPPINS 114WATER UTIUTINERIII DATE • APPROVED BY: . AMAUA VILLARREAL P.E., CITY ENq R DATE Jnrtlh tdnaa „vi iKLdY,a naarrM1howmO br IAt. indrxhart lrm mxakreOarJ`hmd►,x®ntwua xmh ronaoctdawr,rn . 2 ?A KI G SOl N5, CONTRACTOR DIXTE GRAND TOTAL AMOUNT OFWORK DONE: S 1.27ZAWJS LESS 5%RETAINAGE: $ - SUBTOTAL' S 1.272,390.75 LESS PREVIOUS PAY ESTIMATE: S 1,204,97LI3 AMOUNT DUE THIS ESTIMATE: S 67,419.54 10.11 RESOLUTION NO. WHEREAS, on June 18, 2019, the City Council of the City of Beaumont, Texas passed Resolution No. 10-120 awarding a contract in the amount of $1,592,994.00 to King Solution Services, LLC, of Houston, Texas, for the Westgate Drive Area Pipe Bursting Contract Project; and, WHEREAS, on December 20, 2019, the City Manager executed Change Order No. 1, in the amount of ($350.00), for the installation of end -of -line cleanouts, thereby decreasing the total contract amount to $1,592,644.00; and, WHEREAS, on August 3, 2019, the City Manager executed Change Order No. 2, in the amount of $0.00, for the addition of line within the Westgate area to be pipe burst which was found to be in need of replacement, thereby having to effect on the total contract amount of $1,592,644.00; and, WHEREAS, on October 23, 2020, the City Manager executed Changed Order No. 3, in the amount of $120.00, for the adjustment of estimated quantities and calendar days in the contract to reflect the quantities proposed for the completion of the project due to unforeseen delays with Entergy, thereby increasing the total contract amount to $1,592,764.00; and, WHEREAS, Change Order No. 4, in the amount of ($320,373.25), is required to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby decreasing the total contract amount to $1,272,390.75; and, WHEREAS, the project has been inspected by the Water Utilities Division and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 4, in the amount of ($320,373.25) for additional work described above, thereby decreasing the total contract amount to $1,272,390.75 for the Westgate Drive Area Pipe Bursting Contract Project; and, BE IT FURTHER RESOLVED THAT the Westgate Drive Area Pipe Bursting Contract Project be and the same is hereby accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $67,419.54 to King Solution Services, LLC, of Houston, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 15th day of December, 2020. - Mayor Becky Ames - 12 December 15, 2020 Consider a resolution endorsing a plan to have a City Council meeting in the evening once a quarter BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager MEETING DATE: December 15, 2020 REQUESTED ACTION: Council consider a resolution endorsing a plan to have a City Council meeting in the evening once a quarter. BACKGROUND This item was requested to be placed on the agenda by Councilmembers Neild and Getz. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby endorses a plan to have a City Council meeting in the evening once a quarter. 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 15th day of December, 2020. - Mayor Becky Ames - DISCUSSION ITEM Review and discuss a plan to implement a bike share program in the Central Business District