Loading...
HomeMy WebLinkAbout02/09/2021 PACKETREAU M11ONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CIT HALL 801 MAIN STREET TUESDAY, FEBRUA ' Y 9, 2021: 1:30 PM CONSENT} AGENDA * Approval of minutes — February 2, 2021 Confirmation of board and commission ember appointments A) Approve the purchase of a replacement h adwork pump and motor for the Wastewater Treatment Plant B) Authorize the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) awarded to the Beaumont Public Health Department related to Immunizations C) Authorize the City Manager to apply for d receive funding from the Department of Homeland Security Grant Program (HSGP) D) Authorize the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services awarded to the Beaumont Public Health Department to operate a mass vaccination clinic E) Authorize the, City Manager to award a contract to Texas Drainage, Inc., of Waller, Texas for the Beaumont Municipal Airport Ditch Cleaning and Repair Project F) Authorize the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of S ate Health Services (DSHS) awarded to the Beaumont Public Health Department for Tuberculosis Prevention and Control G) Authorize the City Manager to execute Change Order No. 2 to the' contract with King Solutions Services, LLC for the Pipe Bursting Work Order Contract -Phase III Project H) Authorize the City Manager to execute an agreement with Orleans San Jacinto, LP, related to the use of the parking lot adjacent to the Jefferson Theatre during renovation work at the Theatre I) Authorize the City Manager to execute a� agreement with Orleans San Jacinto, LP, for use of the parking lot located to the east of the Jefferson Theatre J) Approve a resolution terminating a contr et with Cigna for various insurance policies and awarding same contract to the second to the bidder K) Authorize the partial settlement of the claim of Lauren Lewis BEAUMONT TEXAS TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: City Council Kyle Hayes, City Todd Simoneaux, February 9, 2021 Council consider a replacement heady Treatment Plant. BACKGROUND The twenty (20") inch wastewater headwork pu City Wastewater Treatment Plant and handles u day. The current equipment was installed in 21 decreased pumping efficiency and is in need of The purchase will be made from JDC Fluid Eq total amount of $189,736. The awarded City i the equipment. The delivery time of the equil FUNDING SOURCE Water Fund. RECOMMENDATION Approval of the resolution. ul Financial Officer ,'-� elution approving the purchase of a pump and motor for the Wastewater p and motor is the second largest pump at the to fifteen (15) million gallons of wastewater per 2 and has exceeded its life expectancy causing :nt, LLC who is a sole source supplier in the =nce contractor PEMSCO will be installing is twenty four (24) weeks once awarded. RESOLUTION NO. BE IT RESOLVED BYITHE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of a twenty inch (20") replacement wastewater headwork pump and motor for use by the Water Utilities Department for the Wastewater Treatment Plant from JDC Fluids Equipment, LLC, of Houston, Texas, a sole source provider, in the amount of $189,736 The meeting at which this resolution strict compliance with the Texas Open 551. PASSED BY THE CITY COUNCIL February, 2021. approved was in all things conducted in ngs Act, Texas Government Code, Chapter the City of Beaumont this the 9th day of - Mayor Becky Ames - TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Pubis Health Director MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the Chief Financial Officer to execute all documents necessary to accept funding from The Texas Department of State Health Services (DSHS) in the amount of $178,834.00 awarded to the Beaumont Public Health Department. LL"11i11tTl\V Vl\L - The Texas Department of State Health Services has awarded the Beaumont Public Health Department an Immunization/Locals grant inthei amount of $178,834.00. This funding will assist the Beaumont. Public Health Department's Immunization Division with implementing and operating an immunization program for children adolescents and adults. This contract will begin 9/01/2021 and ends on 8/31/2022. 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 the Chief Financii l Officer be and they are hereby authorized to execute all documents necessary to accept funding through the Texas Department of State Health Services (DSHS) for the Immunization/Locals Grant in the amount of $178,834.00, effective September 1, 2021 through August 31, 2022, for the purpose of assisting the Beaumont Public Health Department's Immunization Division with implementing and operating an immun adults. program for children, adolescents, and The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - c BEAUMONT TEXAS TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: BACKGROUND City Council Kyle Hayes, City Todd Simoneaux, February 9, 2021 Financial Officer ._� Council consider a resolution authorizing the City Manager to apply for and receive funding in an amount up to $111,300 through the Department of Homeland Security Grant Program (HSGP). The Homeland Security Grant Program consists the State Homeland Security Program (SHSP). . a SHSP first responder category for which Beau second is dedicated specifically to the Law Enfc (LETPA) Sustaining Special Response Teams P funding will be used to purchase access control Department. SHSP funding will be used to pur fire department, a smartboard and monitor for tl and on -loading of large trucks with palletized er equipment warehouse or staging locations apprc do not have a loading dock available. FUNDING SOURCE No local match is required. RECOMMENDATION Approval of the resolution. a number of grant programs, one of which is s grant incorporates two programs. The first is ►nt could be awarded up to $51,300 and the -ment Terrorist Prevention Activities ect in the amount of $60,000. LETPA :s for vehicle access to the Police a decontamination tent replacement for the EOC and a portable steel ramp to enable off :rgency supplies at the City emergency -fate to the various incidents. Most locations RESOLUTION NO. WHEREAS, the City Council finds it in the best interest of the citizens of Beaumont, that the LETPA (Law Enforcement Terrorist Prevention Activities) Sustaining Special Response Teams Project for the Police Department and the SHSP (State Homeland Security Program) Addressing Emerging Th 2021; and, WHEREAS, the City Council agrees Homeland Security Grant Program funds, Project be operated for the fiscal year in the event of loss or misuse of the 2021 City of Beaumont assures that the funds will be returned to the Office of the Governor] in full; and, WHEREAS, the City Council designates the City Manager as the grantee's authorized official. The authorized official isIgiven the power to apply for, accept, reject, alter or terminate the grant on behalf of the applicant agency from the Department of Homeland Security Grant Program (HSGP) through the Office of the Governor in an amount up to $111,300.00 for the purposes described herein; 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 approves submission of the grant application for the LETPA (Law Enforcement Terrorist Prevention Activities) Sustaining Special Response Teams Project for the Police Department and the ISHSP (State Homeland Security Program) Addressing Emerging Threats Project to thel Office of the Governor. The meeting at which this resolution strict compliance with the Texas Open M 551. PASSED BY THE CITY COUNCIL February, 2021. Grant Numbed: 4226601 and 4254101 approved was in all things conducted gs Act Texas Government Code, Chapter the City of Beaumont this the 9th day of - Mayor Becky Ames - BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Publio Health Director MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider aresolution authorizing the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services in the amount of $68,414.00 awarded to the Beaumont Public Health Department. BACKGROUND The Texas Department of State Health Services has awarded the Beaumont Public Health Department COVID-19 funding in the amount o $68,414.00. This funding will assist the Beaumont Public Health Department with hiring contract staff to operate a mass vaccination clinic. The contract and will end on 6/30/2022. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THEOTY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager or the Chief Financial Officer be and they are hereby authorized to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) in the amount of $68,414.00, effective January 2, 2021 through June 30, 2022, to assist the Beaumont Public Health Department with hiring contract staff to operate a mass COVID-19 vaccination clinic. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meeti gs Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - E BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, D'rector of Public Works & Technology Services MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a ' esolution authorizing the City Manager to award a contract to Texas Drainage, Inc., of Waller, Texas for the Beaumont Municipal Airport Ditch Cleaning and Repair Project. BACKGROUND The Beaumont Municipal Airport Ditch Cleaning and Repair Project consists of removing trees, bushes, sediment. and debris, and the reshaping of drainage ditches, within the Beaumont Municipal Airport. On January 28, 2021, five (5) bids were receive for furnishing all labor, materials, and equipment for the project. The bid totals are 'indicated in the table below: Contractor Location , Base Bid Amount Texas,. Drainage,Inc. Waller, TX $47,688.00 Brystar Contracting, Inc. Beaumont, TX $92,855.00 TW Dirt LLC Gilmer, TX' $100,690.00 ALLCO, LLC Beaumont, TX $115,918.00 Mcinnis Construction, Inc. Silsbee, TX $125,648.50 The Public Works Engineering staff recommen, Texas Drainage, Inc., in the amount of $47,688 completion of the project. FUNDING SOURCE Beaumont Municipal Airport Fund. RECOMMENDATION Approval of the resolution. is this project be awarded to.the lowest bidder, 00. A total of 30 calendar days are allocated for I. RESOLUTION NO. WHEREAS, bids were received for a contract to furnish all labor, materials, and equipment for the Beaumont Municipal Airport Ditch Cleaning and Repair Project; and, WHEREAS, Texas Drainage, Inc., of Waller, Texas, submitted a bid in the amount of $47,688.00, as shown on Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by Texas Drainage, Inc., of Waller, Texas, is the lowest responsible bidder providing the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by Texas Drainage, Inc., of Waller, Texas, to furnish all labor, materials, and equipment for the Beaumont Municipal Airport Ditch Cleaning and Repair Project in the amount of $47,688.00, as shown on 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 T purposes described herein. The meeting at which this resolution Drainage, Inc., of Waller, Texas for the approved was in all things conducted in strict compliance with the Texas Open Meeti ngs Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of February, 2021. the City of Beaumont this the 9th day of - Mayor Becky Ames - BID TABULATION BEAUMONTMUNICEMLAIRPORT DITCH CLEANING AND REPAIR PROJECT BID NUMBER PW1021-02 BID OPENING DATE. THURSDAY, JANUARY 28, 2021 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 OF 7-e%%% -------------- AMALIA VILLARREAL I // -fl : 90340 0 � CD _rs 1`to.l,�ENS�O a��, DA lel \eYONAIE�'� TEXAS DRAINAGE INC. BRYSTAR CONTRACTING INC. TW DIRT, LLC ALLCO, LLC MCINNIS CONSTRUCTION, INC Item Description Estimated Unit IIait Price Total IIniEPriee Total Unit Price Total Un- . ee Total .IIait /.'iitt Total No. Quantity I MOBILIZATION 1 IS S IS00.60 S 1S00.00 S 4,000.00 S 4,000.00 $5,000.00 S 5,000.00 S 5,79257 S 5,79257 S 5,000.00 S 5.000.00 DITCH CLEANING AND RESHAPING (REMOVE TREES, BUSHES. SEDIMENTAND DEBRIS FROM DITCH I,ALL DEPTHS, INCLUDING MAINTAINING SHOWN FLOW 241 LF S 6.00 S 1,446.00 S 13.00 S 3,133.00 $14.00 S 3.374.00 S 1438 S 3,46558 S 16.00 S 3.956.00 2 DIRECTION, SURFACE RESTORATION, SEEDING, AND ALL APPURTENANCES. ALL IN STRICT ACCORDANCE WITH THE DITCH CLEANING AND RESHAPING (REMOVE TREES, BUSHES, SEDIMENT AND DEBRIS FROM DITCH 2,AL.L DE[''IHS, INCLUDING MAINTAINING SHOWN FLOW 1,18fi._ E 7.00 $ 8,302.00 S 13.00 S 15,418.00 $14.00 S 16,604.00 S 1205 $ 14,291.30 S 1750 S 20.75 .00 3- DIRECTION, SURFACE RESTORATION, SEEDING,. AND ALL - _LF - - - APPURTENANCES. ALL IN STRICT ACCORDANCE WITH THE - PLANS AND DITCH CLEANING AND RESHAPING (REMOVE TREES. BUSHES, SEDIMENT AND DEBRIS FROM DITCH 3, ALL DEPTHS, INCLUDING MAINTAINING SHOWN FLOW 880 LF S 7.00 $ 6,160.60 S 13.00 S 11,440.00 $14.00 S 12,320.00 S 19.10 S 16.809.00 S 17.50 $ L5,400.00 4 DIRECTION, SURFACE RESTORATION, SEEDING,AND ALL APPURTENANCES, ALL IN STRICT ACCORDANCE WITH THE AND SPE TFICATI PLANS DITCH CLEANING AND RESHAPING (REMOVETREES, BUSHES, SEDIMENT AND DEBRIS FROM DITCH 4, ALL DEPTHS. INCLUDING MAINTAU41NG SHOWN FLOW 1,563 LF S 7.00 S 10,941.00 $ 13.00 S 20X9.00 $14.00 S 21.882.00 S 15.44 S 24.132.72 S 1S.00 S 28.134.00 5 DIRECTION, SURFACE RESTORATION, SEEDING. AND ALL APPURTENANCES, ALL IN STRICT ACCORDANCE WITH THE ' D1TCN CLEANING AND RESHAPING (REMOVE TREES, BUSHES, SEDIMENT AND DEBRIS FROM DITCH S. ALL 6 DEPTHS, INCLUDING MAINTAINING SHOWN FLOW 1.549 LF S 7.00 S 10.943.00 S 13.00 S 20,137.00 $14.00 S 21,686.00 S 1537 S 23,808.13 S 18.00 S 27.892.00 DIRECTION, SURFACE RESTORATION, SEEDING, AND ALL APPURTENANCES, ALL IN STRICT ACCORDANCE WITH THE 1PECIFICA11ONS PLANS AND DITCH CLEANINGAND RESHAPING (REMOVE TREES, BUSHES SEDIMENT AND DEBRIS FROM DITCH 6. ALL DEPTHS, INCLUDING MAINTAINING SHOWN FLAW 782 LF $ 6.00 $ 4,692.00 S 13.00 S 10,166.00 S14.00 $ 10,948.00 S 20.88 S 16,329.16 S 1750 S I3:685.00 7 DIRECTION, SURFACE RESTORATION, SEEDING. AND ALL APPURTENANCES, ALL IN STRICT ACCORDANCE WITH THE SPECIFICATIONS PLANS AND DITCH CLEANING AND RESHAPING (REMOVE TREES, BUSHES, SEDIMENT AND DEBRIS FROM DITCH 7. ALL DEPTHS, INCLUDING MAINTAINING SHOWN FLOW 634 LF S 6.00 S 3.804.00 S 13.00 S. 9,242.00 $14.00 S 9.976.00 S 17.91 $ 11.29154 S 17.25 S 10.93650 8 DIRECTION, SURFACE RESTORATION, SEEDING, AND ALL APPURTENANCES, ALL IN STRICT ACCORDANCE WITH THE I PLANS AND SPICIMCATIONS BASE BID TOTAL $ 47,688.00 92,855.00 S 100,690.00 S 115,918.00 $ 125,648.5.0 I, i i F- A BE UM©NT TEXAS TO: City Council FROM: - Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the Chief Financial Officer to execute all documents necessary to accept funding from The Texas Department of State Health Services (DSHS) in the amount of $43,699.00 awarded to the Beaumont Public Health Department. BACKGROUND The Texas Department of State Health Services has awarded the Beaumont Public Health Department funding for Tuberculosis Prevention and Control in the amount of $43,699.00. This funding will assist the Beaumont Public Health Department with operating a clinical program to prevent: and control Tuberculosis. This contract will begin 9/01/2021 and end: on 8/31/2022. FUNDING SOURCE There is a.20% match that will be paid for out of. he General Fund — Public Health. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager or the Chief Financia Officer be and they are hereby authorized to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) for the Tuberculosis Prevention and Control -State Grant in the amount of $43,699.00, effective September 1, 2021, through August 31, 2022, to assist the Beaumont Public Health Department with operating a clinical program to prevent and control Tuberculosis. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames — I BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, I ilrector of Public Works & Technology Services MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 2 to the contract with King Solutions Services, LLC for the Pipe Bursting Work Order Contract -Phase III Project. BACKGROUND On June 2, 2020; by Resolution 20-113, City Council awarded a contract to King Solutions Services, LLC, of Houston, in the amount of $1,833,508.00 for the Pipe Bursting Work Order Contract —.Phase III Project. Previous Change Order No. 1, was deducted frorr�� the Contingency Allowance and resulted in no change to the original contract amount. A copy is attached for your. review. Proposed Change Order No.2, in the amount of $40,152.00, is needed to increase quantities to six (6) existing bid items, and also the deletion of two (2) existing bid items. The changes are needed in:order to accommodate unforeseen field,conditions. If approved, the new contract amount will be $1,873,660.00. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. i .RESOLUTION NO.20-113 WHEREAS, the City of Beaumont solicited bids for furnishing all labor; materials, equipment, and supplies for the Pipe Bursting Work Order Contract -Phase III Project; and, WHEREAS,. King Solutions Services, . LLC, of Houston, Texas, submitted. a complete bid meeting specifications in the amount of $1,833,508.00; and, WHEREAS, the. City Council is of the opinion that the bid submitted. by King Solutions Services., LLC, of Houston, Texas, is the lowest responsible bidder providing services at the best value to the City and should be accepted; NOW, THEREFORE, BE ITT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to King ,Solutions Services, LLC, of Houston, Texas, in the amount of $1,833,508.00, for the Pipe Bursting Work Order Contract -Phase III Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with King Solutions Services, of Houston, Texas, for the purposes described herein: The meeting at which this resolution was approved was in all things .conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter -: i 551. PASSED BY THE CITY. COUNCIL of the City. of Beaumont this the 2nd day of June; 2020. �►UPip����f - yor Becky Ames - OF m W. Iof� f j i CITY OF BEAUMONT -- Date:project January1B, 2021 County: County. DIslrict: PIpsiBursgng Work Order Contract Phase Ul Jefferson Contract Number, Beaumont BIOND.W.11120.03 - Owner: City of Beaumont Contractor. - C.O: No,: Hine Solutions Services, LLC 2 011e10 unforeseen field Conditions In mating work orders for Ws contract, the original bid quantities wM thcroaaed to supplement the additional work being Issued to the contractor. 8e'nuseel Ws Change the cdgNalcontrect amount VI be Increased due to this addl0on of quanWkS Item No. Ram Coda - _ DESCRIPTION Unit Odpinal Ch entity Ouanll Quantity Unit Pita Total - AOD .. ... .. Barricades, Signs and Tralfc Herten : EACH 130 20 : S 210.00 3 4200.00. p 708 Remove and Replace or Instal ShellowFlberglass Manhole, Less than V Dep1h, (V11th All Joints a Cenn0011M) EACH Ir. 15 S 3,276.00 S �9,1�0.00 13 2534. Obsthrdlon Removal By Excavation, Al Sizes, All Dapths, With Pro act Mana an AP roves EACH '" 13 37 E 598.00 S 21,758.00 17 4020 Prpo Bunting B'•0.8exetto Q625' OD, M Depths In Areas Orealerlban 5' Froln Edge of Roadway LF. 10,000 2500 3, 3325 S 08,200.00 ig 4020 Pipe Bursting al0' Bawer to 10.75' 00. AV Depths In Areas OrealorThan W From Edge of Roadway LF. _ ..'1.000 1D00; 3 4L00 3 42.000.00 24 1 2555 lAbladon Manhole I EACH 1 13 1 7 1S 1003.00 S 7058.00 8uhlahl S 21211. - DELETE ' 22 ,lpyp ' Npa Bumlinp 12-15, Sewer to 18.0' OD, All Depths In Areas less =From Edpe of Roadway or In Roadway LF. 2,ODD •2000 3 59.60 S, (117,600.00) 23 A020, ,. Pipe Bursting 12'-15' Sewer to 18.0. OD, AD Depths in Areos Graaler'Rren S' From Edge or Roadway . . LF. .'1,000 -10D0' S 51.60 $ (51E.600A0) subtotal TOTAL AMOUNT OF THIS CHANGE OWED 3 172200 S 40.15L00 D WORKWO DAYS WiL BE ADDED TO THIS CHOWOE ORDER- - ORIGINAL CONTRACT AMOUNT: S 1.033S08.00 NET FROM PREVIOUS CHANGE ORDERS: S : i - . ' - TOTAL AMOUNT OF THIS CHANGE ORDER: S 0_15.200 PERCENT OF THIS CHANGE ORDER: 278% TOTAL PERCENT CHANGE OROERTO DATE: 1 2.19% ' ' NEWCONTRACTAMOUNT: S 1.073.660.0D OR NY 1 ORIG,&CONTRACTTIME " 400calendardays - CONDRION OF CHANGE: 'Contractor acknowledges and agrees that the adjustments In contract price and contnid Ems stipulated In this Change Orderraprasenlahrl Cowensa8on la al increases - and decreases In the cost or,, and the times required to perform the entira work underthe contract arising directly or Induacty from this Change Ordered as previous Change Onion. . Acaeplance ofthls waiver Conslitules an agreement between Owner and Contractor that the Change Order represents an al lndmNe, rtaduaty agreed upon adjustment to the Coatreck and that Contractor wll walva all rights to Re s dal m on this Change Order after it is property executed' ACCEPTED BY* PREPARED BY: /C of � �.otl i� � .�• � L I /�l Or000Lur Ne DERV, ES, C -I P - -' - 0 lE ,IONN PDPW! aR, DATE " .. WAiE11 U11�l9 DE NAUUUo[R .. . REN OEY: a131 REVIEWED .. J.. 1 - OATe CITY[NOWEER aART OWIAN DATE DIRECTORCwoRK3 OF FVBLIa TECHNOLOOYOERY10Es APPROVED BY: ATTESTED BY: .. KYLE HAYES DATE TWAaROUaBARD DATE - ciTYMANAOER CRYCLENH . i I CITY OF BEAUIMONT 041at Oalobor20,2020 P11,100h Plpo Buroling Worts Ordsr Canlrool Pheoo III COuntyr doffaroon Biolrlol; Baaumonl Conroe! Numbers 010 NO. WU1120.00 Ovinarl 011y of uonumont 00111roo1ort King Solullono eoruleoc, LLO C.O. Noe 1 1 THE POCCOwINa [HATE P n 8 D n sa Duo to the unknown Hold Condillons pdor to croaling Iho Ilrel spl of work ordem, U1e Ilom tar (urdehln fndudadfn the mi0lnal acapo. The funds for the addlllon of 1199 change order will come from the c1loi amount. MAORI Ina doarlout was nol . . . lored Into the w1rag Item No. haul COdo DESCRIPTION ,Unit Or g nol Ounelli Changan Quantity unit Price Tidal ADD 25 2634 Furdsh and Install End of the We Cloanoul EACH 0 26.00 S 1,060.00 S 26,250.00 DELETE I Allawanco - Unlarscon Work as Diroclod by The Owners ALLOW 1 •0.262500 3 100,000.00 5 (26,260.00) TOTALAMOUNTOFTHISC ANI;IEORDER 6 o DnKwaD L De o eD 1 o n n I ORIGINALCONTRACTAMOUNT: $ 1,033,60D.00 NET FROM PREVIOUS CHANGE ORDERS: TOTAL AMOUNT OF THIS CHANGE ORDER: S PERCENT OF THIS CHANGE ORDER: TOTAL PERCENT CHANGE ORDER TO DATE: 0.005n NEW CONTRACT AMOUNT: 1.033.600.QD CONTRACTTIME ORIGINAL CONTRACT TIME: 400 calendar days ADDITIONAL TIME UNDER CO NO.1 0 calondardays REVISED CONTRACT TIME 400 calandar days ACCEPTED BY: PREPARED SYt' I i II - .n108pq (ON en ICES. LLC-n!P DATE Jal NPIPP BII� QR, IATEn masoealoN6w1ACE11 nEVIEWE Yt IuaALIA ILl'AaneA A ATE CRY ENEINEER APPROVED BYt I K rLE 11A f�efi DATE CITY MANAOEll RESOLUTION NO. WHEREAS, on June 2, 2020, the City Council of the City of Beaumont, Texas passed Resolution No. 20-113 awarding a contract in the amount of $1,833,508.00 to King Solutions Services, LLC, of Houston, Texas, for the Pipe Bursting Work Order Contract — Phase I I I Project; and, j WHEREAS, on December 2, 2020, thelCity Manager executed Change Order No. 1, in the amount of $0.00, for furnishing and installing an end of line cleanout, thereby having no effect on the total contract amount of $1,833,508.11; and, WHEREAS, Change Order No. 2, in ,the amount of $40,152.00, is required to increase quantities to six (6) existing bid items and the deletion of two (2) existing bid items, thereby increasing the total contract amount to $1,873,660.00; 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 hlereby authorized to execute Change Order No. 2, in the amount of $40,152.00 for additional work described above, thereby increasing the total contract amount to $1,873,660.00 for the Pipe Bursting Work Order Contract — Phase III Project; and, The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. i PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - H BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager MEETING DATE;.February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute an agreement with Orleans San Jacinto, LP, related to the use of the parking loot adjacent to the Jefferson Theatre during renovation work at the Theatre. BACKGROUND The attached agreement will allow the City to utilaze the adjacent parking lot, located -to the east of the Theatre, during the renovation project period The City will pay $500.00 per month during the period of construction. FUNDING. SOURCE General Fund. f RECOMMENDATION Approval of the resolution. i I 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 Memorandum of Understanding with Orleans San Jacinto, LP, of Beaumont, Texas, for use of the parking lot adjacent to the Jefferson Theatre during the theatre renovation period. The Memorandum of Understanding is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL If the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - BEAUMONT TEXAS I MEMORANDUM OF UNDERSTANDING This.agreement between the ORLEANS SAN JACINTO, LP, of the County of Jefferson, State of Texas, hereinafter called "Owner", and the City- oil Beaumont, Texas, acting by ,and through its duly authorized Agent, hereinafter called "City", witnesseth: CITY and the OWNER _above recited haves reached an agreement wherein the :OWNER is to . authorize the CITY. to occupy approximately ten. (10) parking spaces adjacent, to the East wall of .the Jefferson Theatre in the parking lot described as follows: East 35.43' of Lot 204, all of Lot 205 -and the North 30' x95.43'. of Lot 207, Block 40, Original Town of Beaumont Addition, in the City of Beaumont, Jefferson County, Texas (600-612' Pearl) The consideration and conditions of agreement are fully listed and stated below: 1. The CITY will occupy the parking spaces on a month to month basis during the renovation project of the Jefferson Theatre. 2. The CITY will keep the parking lot clean. 3. The. CITY will be responsible for any damage to the parking lot caused as a direct result of the construction project. 4. The CITY will pay $500.00 per month during the period of construction estimated. to be four,(4) to five (5) months for the use of the spaces occupied. IT IS FURTHER AGREED THAT ALL -TERMS AND CONDITIONS OF AGREEMENT ARE FULLY STATED HEREIN AND NO VERBAL AGREEMENTS ARE AUTHORIZED. -This agreement is terminable by either parry by giving written. notice :to _ the other specifying the date of termination. Said notice shall be given not less than thirty (30) days prior to the termination date, therein specified. The parties agree that this MOU will expire. upon completion of the Jefferson Theatre renovation project. Owner will be provided notice of the completion as provided herein. This agreement is neither assignable nortransferable except in conjunction with, and as part of, Owner's conveyance of all the abutting property this agreement serves, through probate or warranty deed or lease. In any such event, City shall be notified of such occurrence by being_ delivered a copy of the document or documents conveying or leasing the same. Any notice to City shall be sufficient if it is mailed or hand delivered to the Office of the City Manager, City of Beaumont, P.O. Box 382 I,. Beaumont, Texas 77704. Any notice to Owner. or their successors shall be sufficient if mailed or hand delivered to Orleans San Jacinto, LP, 595 Orleans Street, Suite 1510, Beaumont, Texas 77701. i EXHIBIT "A" {INTENTIONALLY LEFT BLANK} IN WITNESS, WHEREOF, the parties hereto have executed this agreement as of the day of 52021. CITY OF BEAUMONT ORLEANS SAN JACINTO, LP By: By• Kyle Hayes City Manager Printed Name: I((n •;�Q44— Title: i 1 BEAUMONT j TO: City Council FROM: Kyle Hayes, City Manager MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute an agreement with Orleans San Jacinto, LP, for use of the parking lot located to the east of the Jefferson Theatre. BACKGROUND The City does not have any off-street parking available for events held at the Jefferson Theatre. The proposed 10 year agreement will allow for.the use of the parking lot after. working hours and on weekends. _FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BYITHE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a ten (10) year Memorandum of Understanding with use of the parking lot located east of the J San Jacinto, LP, of Beaumont, Texas, for n Theatre after working hours and on weekends. The Memorandum of Understanding is substantially in the form attached hereto as Exhibit "A" and made a part The meeting at -which this resolution strict compliance with the Texas Open M 551. PASSED BY THE CITY COUNCIL February, 2021. for all purposes. approved was in all things conducted in s Act, Texas Government Code, Chapter the City of Beaumont this the 9th day of - Mayor Becky Ames - BEAUMONT TEXAS MEMORANDUM OF This agreement between the ORLEANS S Texas, hereinafter called "Owner", and the City authorized Agent, hereinafter called "City", witne: CITY and the OWNER above recited authorize the CITY to occupy the parking lot de UNDERSTANDING JACINTO, LP, of the County of Jefferson, State of Beaumont, Texas, acting by and through its duly reached an agreement wherein the OWNER is to i as follows: East 35.43' of Lot 204, all of Lot 205 and the North 30' x95.43' of Lot 207, Block 40, Original Town of Beaumont Addition, in the City of Beaumont, Jefferson County, Texas (600-612 Pearl) The consideration and conditions of agreement are fully listed and stated below: 1. The CITY will use the parking lot after working hours and on weekends. 2. The CITY will clean up after each use. 3. The CITY will provide security when occupying parking lot. 4. The CITY will resurface and stripe the parking lot, when the need is determined by the city. 5. The CITY will install and maintain potted plants at the City's discretion. 6. The CITY will pay $300.00 per month during the period this MOU is in effect. This agreement shall be for a term of ten (10) 31, 2031, unless terminated as provided for I IT IS FURTHER AGREED THAT ALL FULLY STATED HEREIN AND NO VERBAL This agreement is terminable by either p the date of termination. Said notice shall be termination date, therein specified. This agreement is neither assignable nc part of, Owner's conveyance of all the abutting warranty deed or lease. In any such event, C: delivered a copy of the document or documents beginning February 1, 2021 and ending January AND CONDITIONS OF AGREEMENT ARE dENTS ARE AUTHORIZED. by giving written notice to the other specifying -n not less than thirty (30) days prior to the transferable except in conjunction with, and as operty this agreement serves, through probate or r shall be notified of such occurrence by being onveying or leasing the same. Any notice to City shall be sufficient if it is mailed or hand delivered to the Office of the City Manager, City of Beaumont, P.O. Box 3827, Beaumont, Texas 77704. Any notice to Owner or their successors shall be sufficient if mailed or hand delivered to Orleans San Jacinto, LP, 595 Orleans Street, Suite 1510, Beaumont, Texas 77701. EXHIBIT "A" i {INTENTIONALL LEFT BLANK} IN WITNESS, WHEREOF, the parties day of 92021. CITY OF BEAUMONT Kyle Hayes City Manager have executed this agreement as of the _ SAN JACINTO, LP Printed Name: iYl �`-'llili2 lire Title: Prey 1 G' a J BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager I PREPARED BY: Todd Simoneaux, (Chief Financial Office I MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution terminating a contract with Cigna for various insurance policies and awarding same contract to the second lowest bidder. I BACKGROUND On June 16, 2020, Council approved resolution 20-123 which awarded Cigna a contract for various insurance policies with an effective date beginning in January of 2021. Cigna was the carrier of this contract prior to 2021 as well. The (City provides basic life and accidental death and dismemberment insurance for approximately 1,249 employees. Employees may elect to purchase Long -Term Disability (LTD), Supplemental Life and Dependent Life at a group rate. Prior to January of 2021, the City performed an audit of insurance coverage for LTD, Supplemental and Dependent Life to ensure that fall participants who elected this coverage were covered by Cigna. The audit discovered that 27 participants who elected LTD coverage, 35 participants who elected Supplemental Life, and 59 participants who elected Dependent Life were not on Cigna's policy. The City asked Cigna to either refund the premiums or keep the premiums paid and grandfather those participants. Cigna denied the request to grandfather coverage for those participants and only offered a partial refund of premiums paid. The City's benefits consultant Holmes Murphy & Associates, recommends that the City cancel the contract with Cigna and award the contract to the next lowest bidder that replied to the original RFP. The next lowest bidder was The Standard Insurance Company and they have agreed to grandfather all participants at the same rates that lCigna was charging. The original RFP specifications allow for the termination of a contract with thirty (30) days written notice. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. I RESOLUTION NO. WHEREAS, on June 16, 2020, City; Council of the City of Beaumont, Texas approved Resolution No. 20-123 authorizing the City Manager to execute a three (3) year i contract with CIGNA in the estimated amount of $82,472.00 for Basic Life and Accidental Death and Dismemberment (AD&D), Supplemental Life and Accidental Death and Dismemberment and Dependent Life Insurance effective January 1, 2021; and, WHEREAS, a City of Beaumont audit of insurance coverage for Long Term Disability, Supplemental and Dependent Life�revealed that twenty-seven (27) participants who elected LTD coverage, thirty-five (35) and fifty-nine (59) participants who elected icipants who elected Supplemental Life, ent Life were not on Cigna's policy; and, WHEREAS, the City requested Cigna to either refund the premiums or keep the premiums paid and grandfather those WHEREAS, Cigna denied the nts; and, uest to grandfather coverage of those participants and offered a partial refund of premiums paid; and, WHEREAS, the City's benefits consultant, Holmes Murphy & Associates, recommends that the City terminate the contact with Cigna and award the contract to the next lowest bidder that replied to the original) Request for Proposal; and, WHEREAS, the next lowest bidder was The Standard Insurance Company which has agreed to grandfather all participants at the same rates that CIGNA was charging; and, WHEREAS, the City Council is of the opinion that terminating the contract with CIGNA and awarding the contract to The Standard Insurance Company for a three (3) year contract with an option for two (2) one (1) year renewals in the estimated amount of $82,472.00 for Basic Life and Accidental Death and Dismemberment (AD&D), Supplemental Life and Accidental Death and Dismemberment and Dependent Life I Insurance is in the best interest of the City of Beaumont and its citizens; 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 terminate the three (3) contract with CIGNA for Basic Life and Accidental Death and Dismemberment (AD&D), Supplemental Life and Accidental Death and Dismemberment and Dependent Life Insurance which was effective January 1, 2021 and award a contract to The Standard Insurance Company for a three (3) year contract with an option for two (2) one (1) year renewals in the estimated amount of $82,472.00 for Basic Life and Accidental Death and Dismemberment (AD&D), Supplemental and Dependent Life Insurance effective J The meeting at which this resolution strict compliance with the Texas Open 551. and Accidental Death and Dismemberment 1, 2021. approved was in all things conducted in ngs Act, Texas Government Code, Chapter PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - K BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, ;City Attorney MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider airesolution authorizing the partial settlement of the claim of Lauren Lewis. BACKGROUND This matter was presented and discussed in Executive Session held on February 2, 2021. The City Attorney is requesting authority to make payment in the amount of $77,165.48 toward the partial settlement of the referenced claim. FUNDING SOURCE General Liability Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. WHEREAS, the claim of Lauren Lewis was discussed in Executive Session properly called and held Tuesday, February 2, 2021; and, WHEREAS, the City Attorney is requesting authority to partially settle this claim; 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 Attorney be, and he is h of Lauren Lewis for the sum of Seve , authorized to partially settle the claim Thousand One Hundred Sixty -Five and 48/100 Dollars ($77,165.48); and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute all documents related to partial settlement of the claim. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - i BEAUMONT TEXAS I i I REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET-. ..j TUESDAY, FEBRUARY 9, 2021 1:30 PM AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognitions * Public Comment: Persons may speak on scheduled agenda items 17-6/Consent Agenda Consent Agenda GENERAL BUSINESS 1 Consider an ordinance providing for certain amendments to the City Charter of the City of Beaumont to be presented to the voters at the May 1, 2021 election 2. Consider a .resolution authorizing the City Manager to award a contract to Gulf Coast a CRH Company, of Beaumont for street rehabilitation work. I 3. Consider a resolution authorizing ithe City Manager to award a contract to Solid Bridge Construction, LLC, of Huntsville for work at the Cattail Marsh constructed wetland 4. Consider a resolution authorizing the City Manager to award a contract to McInnis Construction, Inc., of Silsbee for the Fleet Management Facility Parking Lot Reconstruction Project -Phase I 5. Consider a resolution authorizing) the City Manager to award a contract to Viking Painting, LLC, of Omaha, NE for' the West Elevated Storage Tank Rehabilitation Project 6. Consider a resolution approving the purchase of a fire truck i PUBLIC HEARING Receive comments on the amended Public Services line item of the Consolidated Grant Program's 2019 Action Planito include the Third Round of Community Development Block Grant CARES! Act (CDBG-CV) funds 7. Consider approving a resolution adopting an amended Consolidated Grant Program's 2019 Action Plan PUBLIC HEARING Dangerous Structures i 8. Consider an ordinance to declare 25 structures to be unsafe structures and order the owners to raze the said structures within 10 days. If the property owner fails to comply within 10 days, staff is requesting City Council authorization to demolish these structures .without further notification to the property owner or City Council. action.. Additionally, if the property owner of a structure requests. and is authorized by City Council to enroll in a work program, all delinquent taxes shall be paid in fail .or a payment plan shall be established prior to enrollment in the work program. Enrollment in the work program shall occurwithin ten days after the effective date of this ordinance DISCUSSION ITEMS Review and discuss the Capital Program; Capital Reserve and a.possible dog park at Rogers Park. * Review and discuss video surveillance within the City's Park System and at parking lots for the Hike & Bike Trails COMMENTS Public Comment (Persons are limited to 3 minutes) Councilmembers/City Manager/City Attorney comment on various matters EXECUTIVE SESSION * Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: 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. PUBLIC HEARING: February 9, 2021 Unsafe Substandard Structures Consider approval of an ordinance declaring certain structures to be unsafe substandard structures and ordering their removal within 10 days or authorizing the property owner to enroll the unsafe structure in a work program. 1. 3966 Avenue A 2. 1170 Elgie 3. 975 Euclid 4. 3470 W. Euclid 5. 1200 Evalon 6. 6155 Highway 105 & shed 7. 4101 Inez 8. 1980 Ives & shed 9. 2354 Laurel (2"d house only) 10. 8350 Lawrence 11. 2326 Linson & auxiliary building 12. 2175 E. Lucas 13. 100 Matthews & shed & 2"d house 14. 1395 M L King Jr. 15. 1196 Oregon 16. 2355 Pecos & garage apartment 17. 11225 Pine Cove & shed 18. 11390 Pine Haven & shed 19. 685 E. Pipkin 20. 2105 Pope 21. 2555 Smart (commercial) 22. 3765 St. Helena 23. 550 Sunnyside & shed 24. 355 E. Threadneedle 25. 2039 Tulane 1 February 9, 2021 Consider an ordinance providing for certain amendments to the City Charter of the City of Beaumont to be presented to the voters at the May 1, 2021 election BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney i MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider ail ordinance providing for certain amendments to the City Charter of the City of Beaumont to be presented to the voters at the May 1 1 2021 election. BACKGROUND Council has met in public sessions to discuss Charter changes and amendments for presentation to the voters of the City of Beaumont for their consideration at the May 1, 2021 election. FUNDING SOURCE Not applicable. RECOMMENDATION If passed, the propositions will be submitted to tl �e voters at the May 1, 2021 election ORDINANCE NO. AN ORDINANCE OF THE CITY OF BEAUMONT, TEXAS, PROVIDING FOR CERTAIN PROPOSED AMENDMENTS TO THE EXISTING CHARTER OF THE CITY TO BE SUBMITTED TO THE QUALIFIED VOTERS OF THE CITY AT THE MAY 1, 2021 ELECTION; STATING THE SUBJECT MATTER OF THE PROPOSED AMENDMENTS TO I THE CITY CHARTER TO BE VOTED UPON AT SAID ELECTION. BE IT ORDAINED BY THE CITY OF BEAUMONT: i Section 1. That an election has been previously called and ordered for the 1st day of May, 2021, at which election there shall be submitted to the qualified voters of the City for their action thereon, propositions for certain proposed amendments to the existing Charter of the City of Beaumont. Such proposed amendments are as follows: PROPOSED AMENDMENT NO. 1 I Article 1, Section 3 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: i "ARTICLE I. INCORPORATION; FORM OF GOVERNMENT; TERRITORY Section 3 - BOUNDARIES: The bounds and limits of the City of Beaumont, as may be adjusted from time to time by properly adopted ordinances of the City Council of Beaumont, are hereby established and described as follows:" (metes and bounds description to be inserted) PROPOSED AMENDMENT NO. 2 1 Article I, Section 4 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE I. INCORPORATION, FORM OF GOVERNMENTS; TERRITORY Section 4 - ANNEXATION: The CityjCouncil shall have the power, by ordinance, too fix and change the bounds and limits of the city and to provide for the extension of the said bounds and limits and the annexation of additional territory lying adjacent to the city with or without consent of the territory and the inhabitants thereof annexed; provided, however, that such an ordinance, or any amendment thereto, shall be published one time,, prior to passage, in some daily newspaper i published in the city and such ordinance shall not be passed until at least thirty days have lapsed after publication. The city shall have the power to annex additional territory, lying adjacent to the city, and the inhabitants thereof, as may be authorized by, and in the manner and form prescribed by any general law of Texas." PROPOSED AMENDMENT NO. 3 1 Article III, Section 3 of the Charteri of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE III. THE CITY COUNCIL Section 3 - QUALIFICATIONS: The Mayor and each of the six (6) Councilmembers shall be at least twenty-one (21) years of age, shall be a citizen of the United States, and a qualified voter of the City of Beaumont." i PROPOSED AMENDMENT NO.4 Article III, Section 12 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE III. THE CITY COUNCIL Section 12 - AUDITORS: Prior to the end of each fiscal year, the City Council shall designate one or more qualified; public accountants who shall submit their report to the City Council. Said report shall be posted on the City's website. Special audits shall be made when deemed necessary by the City Council. The original reports of the City auditors shall be kept among the permanent records of the City. No auditor or firm of auditors shall serve as auditor for the City of Beaumont for more than four (4) successive years." PROPOSED AMENDMENT NO. 5 Article IV, Section 2 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE IV. ELECTIONS Section 2 — ELECTION OFFICERS AND CANVASSING RETURNS: The election judges and other necessary election officials for conducting all such elections shall be appointed by the Council, and they shall be qualified voters of the City of Beaumont. The election judges shall certify their count of the ballots, attaching the tally sheet to their certificate and deposit it with the City Clerk in a sealed envelope. After an election, the Council shall meet and canvass the returns and officially declare the results of the election within the time period prescribed by the Election Code of the State of Texas." PROPOSED AMENDMENT NO. 6 Article IV, Section 4 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE IV. ELECTIONS i Section 4 — ELECTION BY MAJORITY, VOTING AT LARGE, RUNOFF ELECTIONS: The candidate for Mayor receiving the majority of the votes cast by the qualified voters of the City for, Mayor shall be declared elected. The two (2) candidates for Councilmember-at-barge receiving the greatest number of votes cast by the qualified voters of the ;City for Councilmember-at-large shall be declared elected; it being the intention of this section that the Councilmembers- at-large shall be elected by a plurality rather than a majority of the votes. Each qualified voter shall be entitled, butt shall not be required, to vote for two (2) candidates for Councilmember-at-large. The candidate for "ward Councilmember" receiving the majority of votes cast by the qualified voters residing in the ward shall be declared elected; it being the intention of this section that each ward as it may hereafter exist shall have egjual representation on the Council, but that the four (4) ward Councilmembers shall be voted upon only by the qualified voters residing in each of the four (4) wards established by the City Council as provided in Article I of this Charter. If no candidate for Mayor or for Ward Councilmember receives a majority of all votes cast in tIhe general election for the position for which he is a candidate, a runoff election for such position shall be called to be held in accordance with the Texas Electiion Code, said runoff election to be held between the two (2) candidates who received the greatest number of votes cast in the general election for such position. In the event of a tie vote between two (2) or more candidates with the second greatest number of votes in the general election, or in the event of a tie vote !between the two (2) candidates in a runoff election, the respective candidates so tied shall cast lots to determine who shall be, in the first instance, the successf l I candidate for the runoff election, or, in the second instance, the duly elected officer. In the event of a tie vote between three (3) or more candidates with the greatest number of votes or in the event of a tie vote between two (2) or more of the candidates with the second greatest number of votes in the general election for the position of Councilmember-at-large, the respective candidates so tied shall cast lots to determine who shall be, in the first instance, the duly elected officers or who shall be, in the second instance, the duly elected officer. If a runoff election is required, all officers duly elected therein shall take office in accordance with the time period prescribed by the Election Code of the State of Texas." PROPOSED AMENDMENT NO. 7 Article VI, Section 2 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE VI. THE BUDGET Section 2 — PREPARATION AND SUBMISSION OF BUDGET: The City Manager, at least forty-five (45) days prior to the beginning of each budget year, shall submit to the City Council a proposed budget and an explanatory budget message in the form and with the contents provided by Article VI, Sections 13 and 15. For such purpose, at such date as he shall determine, he, or an officer designated by him, shall obtain from the head of each office, department or agency, estimates of revenue and expenditures of that office, department, or agency detailed by organization units and character and object of expenditure, and such other supporting data as he may request. Total proposed expenditures shall not exceed total anticipated revenues and available reserves in the City Manager's proposed budget. In preparing the budget, the City Manager shall review the estimates, shall hold hearings thereon and may revise the estimates, as he may deem advisable." PROPOSED AMENDMENT NO. 8 i Article VI, Section 6 of the Charter of he City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE VI. THE BUDGET Section 6 — FURTHER CONSIDERATION OF THE BUDGET: After t h e conclusion of such public hearing, the Council may insert new items or may increase or decrease the items of the budget, except items in proposed expenditures fixed bylaw." Article VI, Section 7 of the Charter of the City of Beaumont, Texas, shall be healed. PROPOSED AMENDMENT NO. 10 I Article VI, Section 8 of the Charter ofithe City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE VI. THE BUDGET Section 8 — VOTE REQUIRED FOR ADOPTION: The budget shall be adopted by the favorable votes of the Council as prescribed by the Texas Tax Code." PROPOSED AMENDMENT NO. 11 Article VI, Section 9 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE VI. THE BUDGET Section 9 — DATE OF FINAL ADOPTION; FAILURE TO ADOPT: The budget shall be adopted in accordance with the Texas Local Government Code. Should the Council take no final action in accordance with the Texas Local Government Code, the budget as submitted by thel City Manager shall be deemed to have been finally adopted by the Council." PROPOSED AMENDMENT NO. 12 Article VI, Section 10 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE VI. THE BUDGET Section 10 — EFFECTIVE DATE OF BUDGET; CERTIFICATION; COPIES MADE AVAILABLE: Upon final adoption, the budget shall be in effect for the budget year. A copy of the budget, as finally adopted, shall be filed with the City Clerk and shall be posted on the City's website. The final budget shall be printed, mimeographed or otherwise reproduced and a reasonable number of copies shall be made available for the use of all offices, departments and agencies, and for the use of interested persons and civic organizations." PROPOSED AMENDMENT NO. 13 Article VI, Section 20 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: "ARTICLE VI. THE BUDGET Section 20 — COUNCIL ACTION ON CAPITAL PROGRAM: The Council shall give notice of a public hearing on the proposed Capital Program and shall hold said hearing in the same manner as provided in this Chapter for the annual budget. The hearing for the proposed Capital Program and the notice of same may be in conjunction with the annual budget. The Council shall, by resolution, adopt the Capital Program with or without amendment after the public hearing in accordance with the Texas Local Government Code." i PROPOSED AMENDMENT NO. 14 Article XV, Section 3 of the Charter of the City of Beaumont, Texas, shall hereafter provide as follows: j "ARTICLE XV. FRANCHISES AND PUBLIC UTILITIES Section 3 — ORDINANCE GRANTING FRANCHISES: All ordinances granting, amending, renewing or extending � franchises shall be read at one regular meeting of the City Council and shall take effect 30 days for passage; provided, however, if at any time before any such ordinance shall finally take effect a petition or petitions shall be presented to the City Council signed by not less than five hundred (500) of the bona fide q l alified voters of the City, then the governing body shall submit the question of the granting of said franchise to a vote of the qualified voters of the City of Beaumont at its next succeeding general election to be held in said City, provided that notice thereof shall be published at least twenty (20) days successively in a daily newspaper in the City of Beaumont prior to the holding of the election. In the event the next succeeding general election is not within twelve (12) months from the effective date of the ordinance, then the City Council may submit same at a special election. Ballots shall be used briefly describing the franchise to be voted on and the terms thereof; and shall contain the words "For the granting of a franchise" and "Against the granting of a franchise." The vote shall be canvassed by the City Council and, should it result in a majority of those voting thereon casting their votes in favor of granting a franchise, the City Council shall so declare by, order entered in its minutes and said franchise shall at once take effect in accordance with its terms. In the event the majority of such votes be cast "against granting a franchise" then said City Council shall by order entered in its minutes so declare that such franchise shall not take effect. If, at the expiration of any franchise term, the franchise holder has applied for a new franchise and is refused by the City Council, and a petition complying with the foregoing provisions of this section is presented to the City Council, then the Council shall submit the question of the granting of the franchise to the qualified voters in the same manner as heretofore provided. The failure to pass finally on the application within four (4) months after it is filed shall be construed as a refusal. The City Council, in passing an ordinance granting a franchise, may provide therein that it shall not take effect luntil the same shall have been submitted to and approved by a majority of, the qualified voters voting thereon at a general election. After the passage of a franchise ordinance, the full text of such ordinance shall be published ion the City's website." PROPOSED AMENDMENT NO. 15 Article XV, Section 4 of the Charter of the City of Beaumont, Texas, shall be repealed. DMENT NO. 16 Article XVII, Section 11 of the Charter of the City of Beaumont, Texas, shall be repealed. Section 2. That the ballot of said election shall conform to the requirements of the Texas Election Code, as amended, and ion such ballot shall appear propositions proposing certain charter amendments, with the provision on such ballot permitting voters to vote "Yes" or "No" on each charter proposition. Such propositions shall provide as follows: CHARTER PROPOSITION NO. 1 Shall Article I, Sec. 3 of the Charter of the City of Beaumont be amended to clarify that the metes and bounds description may be adjusted from time to time by properly adopted ordinances of the City Council of Beaumont? CHARTER PROPOSITION NO. 2 Shall Article I, Sec. 4 of the Charter o I the City of Beaumont be amended to amend the caption and repeal Subsections (a) and (b) to remove the methods of annexation by ordinance or petition and defer to the manner and form of annexation as authorized by the general laws of the State of Texas? CHARTER PROPOSITION NO. 3 Shall Article III, Sec. 3 of the Charter of the City of Beaumont be amended to remove the prohibition on a person'sl eligibility to serve the City who is in arrears in the payment of any liability to the City? CHARTER PROPOSITION NO.4 Shall Article III, Sec. 12 of the Charter of the City of Beaumont be amended to remove the reference to a summary auditor's report and providing for the full report to be posted on the City's website rather than in a local newspaper? i CHARTER PROPOSITION NO. 5 Shall Article IV, Sec. 2 of the Charter of the City of Beaumont be amended to remove the qualification that election officials reside in the same election precinct in which they are to serve; and remove the requirement that returns are to be canvassed within five (5) days after the election and provide that returns be canvassed within the time period prescribed by the Texas Election Code? CHARTER PROPOSITION NO. 6 Shall Article IV, Sec. 4 of the Charter of the City of Beaumont be amended to bring the Charter into compliance with the Texas Election Code as it relates to runoff elections and when all officials duly elected shall take office? CHARTER PROPOSITION NO. 7 i Shall Article VI, Sec 2 of the Charter of the City of Beaumont be amended to add language to provide for available reserves to be considered as a component of total proposed expenditures in the budget? CHARTER PROPOSITION NO. 8 Shall Article VI, Sec. 6 of the Charter of the City of Beaumont be amended to allow the Council to insert new items or increase or decrease items in the budget without the requirement of an additional public hearing on the budget? CHARTER PROPOSITION NO. 9 Shall Article VI, Sec. 7 of the Charter of the City of Beaumont be repealed to remove the requirement that an additional public hearing be held for the Council to insert additional items or make increases to amounts in the budget? CHARTER PROPOSITION NO. 10 Shall Article VI, Section 8 of the Charter of the City of Beaumont be amended to bring the Charter into compliance with the Texas Tax Code as it relates to the required vote of the Council setting the tax rate? CHARTER PROPOSITION NO. 11 Shall Article VI, Sec. 9 of the Charter of the City of Beaumont be amended to remove the requirement that the budget be finally adopted not later than the twenty- seventh (27th) day of the last month � of the fiscal year and provide that the final adoption of the budget shall be in accordance with the Texas Local Government Code? CHARTER PROPOSITION NO. 12 Shall Article VI, Sec. 10 of the Charter of the City of Beaumont be amended to remove the requirement that the adopted budget be filed with the County Clerk of Jefferson County, and the State Comptroller of Public Accounts in Austin and provide for the budget to instead be' posted on the City's website? i CHARTER PROPOSITION NO. 13 Shall Article VI, Sec. 20 of the Charter of the City of Beaumont be amended to remove the requirement that the Capital Program be adopted on or before the 27th day of the last month of the current fiscal year and provide that the adoption of the Capital Program shall be in ac ordance with the Texas Local Government Code? CHARTER PROPOSITION NO. 14 Shall Article XV, Sec. 3 of the Charter of the City of Beaumont be amended to remove the requirement that ordinances granting franchises be read at three (3) separate regular meetings of the City Council and publication for four (4) weeks in a newspaper of general circulation, and provide that the franchise shall take effect thirty (30) days after passageby the City Council and publication on the City's website? CHARTER PROPOSITION NO. 15 Shall Article XV, Sec. 4 of the Charter of the City of Beaumont be amended by the repeal of section 4 relating to the effective date and publication exceptions applicable to the granting of side track, spur track or switching privileges granted by franchise? CHARTER PR Shall Article XVII, Sec. 11 of the Charter of the City of Beaumont be repealed to remove the prohibition on a person's qualification to hold municipal office or employment who is in arrears in the payment of taxes or other liabilities due the City? Section 3. That if any section, subsection, sentence, clause, or phrase of this ordinance, or the application of same to a particular set of persons or circumstances, should for any reason be held to be invalid) or adjudged unconstitutional by a court of competent jurisdiction, such invalidity shall not affect the remaining portions of this ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable; and the City Council of the City of Beaumont, Texas, declares it would have passed each and every part of the same notwithstanding the omission of any such part thus declared to be invalid or unconstitutional; or whether there be one or more parts. Section 4. That all ordinances or parts of ordinances inconsistent or in conflict herewith are, to the extent of such inconsistency or conflict, hereby repealed. I PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - ATTEST: Tina Broussard, City Clerk 'R. 2 February 9, 2021 Consider a resolution authorizing the City Manager to award a contract to Gulf Coast a CRH Company, of Beaumont for street rehabilitation work SEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Gulf Coast a CRH Company, of Beaumont for street rehabilitation work. BACKGROUND The Street Rehabilitation City Wide — Phase III Project consists of the rehabilitation of seven (7) roadways. These roadways will receive base repairs or a cement slurry application to achieve base stabilization followed by a hot mix asphaltic concrete pavement. STREET FROM TO BRANDON AVENUE HARRIOT STREET LAVACA STREET BRANDON AVENUE WOODROW AVENUE CAMPUS STREET CARLISLE DRIVE CONCORD ROAD FRENCH ROAD EUCLID STREET WEST END IOLA STREET GLENWOOD AVENUE . 11TH STREET FANNETT ROAD MADDOX STREET E. VIRGINIA STREET FLORIDA AVENUE SUNBURY DRIVE E. CALDWOOD DRIVE 150' WEST OF ROSINE STREET WOODLAWN STREET FRENCH ROAD REDWOOD DRIVE WOODLAWN STREET _ CONCORD ROAD WOODLAWN STREET On January 28, 2021, 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;458,594.47 ALLCO, LLC Beaumont, TX $1,534,277.00 LID Construction Beaumont, TX $1,767,711.75 The Public Works Engineering staff recommends this project be awarded to the lowest bidder, Gulf Coast a CRH Company, in the amount of $1,458,594.47. A total of 180 calendar days are allocated for completion of the project. FUNDING SOURCE Capital Program — Street Rehabilitation Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were received for a contract to furnish all labor, materials, and equipment for the Street Rehabilitation City Wide — Phase III Project; and, WHEREAS, Gulf Coast a CRH Company, of Beaumont, Texas, submitted a bid in the amount of $1,458,594.47, as shown on Exhibit "A," attached hereto; and, WHEREAS, 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 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 Gulf Coast a CRH Company, of Beaumont, of Huntsville, Texas, to furnish all labor, materials, and equipment for the Street Rehabilitation City Wide — Phase III Project in the amount of $1,458,594.47, as shown on 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 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 9th day of February, 2021. - Mayor Becky Ames - BID TABULATION STREET REHABILITATION CITY WIDE - PHASE III PROJECT BID NUMBER PW1221-10 BID OPENING DATE: THURSDAY, JANUARY 28, 2021 The Bid Proposals submitted have been reviewed and to the best of my knowledge this is an accurate tabulation of the bids received. C4 By: AMALTA VMLARREAL, P.E., CITY ENGINEER r•M DATE OF Tgo 0 F�;4s 1.11 � •� �• # IF .:.... AMALIA VILLAR_ REAL .......90340 9 3 190*04/�E14B go N=�. 11\: - ON Gulf Coast a CRH Company ALLCO, LLC. LD Construction Item No. Item Code Description Estimated Ouantity Unit Unibm" Total - Unit -Price Total Unit -.Price Total 100 6001 PREP ROW (NOT TO EXCEED 5300 PER STATION) 162 STA S MOO S 47.304.00 S 265.00 S 42,930.00 S 300.00 S 48,600.00 275 6012 CEMENT TRT (MIX EXISTING MATERIAL) (8" TO 10") 3_667 SY S 10.75 S 351,170.25 $ 11.60 $ 378,93720 S 12.00 S 392,004.00 340 6001 D-GRHMA TY-D PG70-22 (1.51(WEARING SURFACE) 1,597 TON S 98.00 S 156,506.00 $ 96.00 S 153,312.00 S 95.00 S 151.715.00 340 6003 D-GRHMA TY-F PG70-22 (125') (WEARING SURFACE)' 1,509 TON S 103.00 S IS5,427.00 S 94.75 S 142,977.75 S 95.00 S 143,355.00 340 6004 j D-GR.HMA TY-D PG70.212 (1.5') (LEVEL -UP) 3,801 TON S 89.00 $ 338?89.00 $ 96.00 $ 364,896.00 S 95.00 $ 361,095.00 351 6001 REPAIR OF FLEXIBLE PAVEMENT (V ASB) 1,775 SY S 60.00 5 106,500.00 S 6129 S 108.789.75 S 175.00 $ 310,625.00 354 6096 PLANE ASPH CONC PAV (I- TO 3') 8,764 SY S 2.60 $ 22,786.40 $ 5.00 S 43,820.00 S 3.00 S 26,297-00 354 9999 PLANE ACP (I - TO 3") (SKID STEER MOUNTED EQUIPMENT) 4,882 SY S 9.30 S 45,40160 $ 10.50 $ 51,261.00 $ 8.00 $ 39.056.00 500 6001 MOB=ATION (NOT TO EXCEED 5%) 1 LS $ 65,300.00 S 65,300.00 S 63,80OA2 $ 63,800.42 S 75,000.00 S 75,000.00 502 6001 BARRICADES, SIGNS & TRAFFIC HANDLING (NOT TO EXCEED $5,000 PER MONTH) 6 MO S 3,700.00 S 22,200.00 S 1.590.83 $ 9,544.98 S 5,000.00 S 30.000.00 530 6011 INTERSECTIONS, DRIVEWAYS, AND TURNOUTS (ACP) 735 TON S 162.00 S 119,070.00 S 149.00 S 109,515.00 S 225.00 S 165,375.00 713 6005 CLEANING AND SEALING JOINTS AND CRACKS (-CLASS 3) 10,931 LF $ 2,62 $ 28,639.2-1 S 5.90 S 64,492.90 S 2.25 S 24,594.75 BASE BID TOTAL S 1,458,594.47 1 S 1,534,277.00 S 1,767,711.75 2-1 m X L:j February 9, 2021 Consider a resolution authorizing the City Manager to award a contract to Solid Bridge Construction, LLC, of Huntsville for work at the Cattail Marsh constructed wetland BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Solid. Bridge Construction, LLC, of Huntsville for work at the Cattail Marsh constructed wetland. BACKGROUND The Cattail Marsh Wetlands Repair contract will provide for the repair of the exterior and interior slope of the existing levees at locations damaged by the flooding from Tropical Storm Harvey, within the City's Cattail Marsh constructed wetland. This contract shall also provide for repairs to the outfall sampling station and the outfall channel. On January 7, 2021, four (4) bids were received for furnishing all labor, materials, equipment, and supplies for the project. The bid totals are indicated in the table below: Contractor Contractor Location Total Award Amount Solid Bridge Construction LLC Huntsville, TX $953,415.45 McInnis Construction, Inc Silsbee, TX $1,322,691.60 Brystar Contracting, Inc. Beaumont; TX $1,669,340.00 ALLCO Beaumont, TX $1;744,257.21 Based on a review of the bids and required documents received, the Public Works Engineering staff agrees with Schaumburg & Polk, Inc., and recommends awarding the project to the lowest bidder, Solid Bridge .Construction, LLC, in the amount of $953,145.45. A total of 120 calendar days are allocated for the completion of this project. FUNDING SOURCE Harvey Fund in the amount of $95,341.54 and Federal Emergency Management Agency (FEMA) in the amount of $858,073.91. RECOMMENDATION Approval of the resolution. February 3, 2021 Amalia "Molly" Villarreal; P.E. City -of Beaumont City .Engineer 801 Main Street -Beaumont, Texas 77701 Re: City of Beaumont Cattail Marsh Wetlands Repair Bid No. PW1121-06 / FEMA Project No. 13339 & No. 39195 Dear Ms. Villarreal, SCHAUMBURG & POLK, wa Based on a review of the bids received Thursday, January 7, 2021 and the references of the low bidder, it is our recommendation that the above referenced project be awarded to Solid Bridge Construction LLC for Bid Items 1, 23 thru 26, and. 2A thru 22A in the amount of $953,415.45. See attached Bid Tabulation. Sincerely, SCHAUMBURG & POLK, INC. ?effey G. eaver, P.E. RESOLUTION NO. WHEREAS, bids were received for a contract to furnish all labor, materials, equipment, and supplies for the Cattail Marsh Wetlands Repair Project; and, WHEREAS, Solid Bridge Construction, LLC, of Huntsville, Texas, submitted a bid in the amount of $953,415.45, as shown on Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by Solid Bridge Construction, LLC, of Huntsville, Texas, is the lowest responsible bidder providing the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by Solid Bridge Construction, LLC, of Huntsville, Texas, to furnish all labor, materials, equipment, and supplies for the Cattail Marsh Wetlands Repair Project in the amount of $953,415.45, as shown on 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 Solid Bridge Construction, LLC, of Huntsville, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - BID TABULATION CITY OF BEAUMONT, TEXAS CATTAIL MARSH WETLAND REPAIR BID No. PW1121-06/ FEMA PROJECT No. 13339 & No. 39195 Solid Bridge Construction LLC McInnis Construction, Inc. Brystar Contracting, Inc. ALLCO, LLC 1204 Sam Houston Ave, Suite 1 675 S. 4th Street 8385 Chemical Rd. 6720 College Street Item Qty Unit Description Huntsville, TX 77340 Silsbee, TX 77656 Beaumont, TX 77705 Beaumont, Texas T7707 Unit Price I Item Total Unit Price I Item Total Unit Price Item Total Unit Pace Item Total ASE 31D ITE AS 1. 1 LS Mobilization, including payment bond, performance bond, insurance, moving equipment to project, and demobilization, $10,000.00 $20,500.00 $20,500.00 $30,000.00 $30,000.00 $35,000.00 $35,000.00 all in strict conformance with plans ands ecifications• NOT TO EXCEED 3 % OF TOTAL PROJECT BID for,$10,000.00 Exterior Slope Repair 1A - repair the exterior levee slope Including removing vegetation, scarify existing levee slope 3" 2. 1 LS deep, reconstructing the exterior slope In compacted lifts, and hydro -mulch seed the repaired levee slope, all in $4,503.00 $4,503.00 $9,602.50 $9,602.50 $5,000.00 $5,000.00 $16,733.17 $16,733.17 accordance with the plans ands ecifications for Exterior Slope Repair 1 B - repair the exterior levee slope Including removing vegetation, scarify existing levee slope 3" 3. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all In $8,255.00 $8,255.00 $20,462.50 $20,462.50 $12,000.00 $12,000.00 $23,109.39 $23,109.39 accordance with the plans andspecifications for Exterior Slope Repair I - repair the exterior levee slope Including removing vegetation, scarify existing levee slope 3" 4. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $12.587.00 $12.587.00 $34.572.50 $34,572.50 $22,000.00 $22,000.00 $29.443.43 $29,443.43 accordance with the plans andspecifications for Exterior Slope Repair 1 F - repair the exterior levee slope including removing vegetation, scarify existing levee slope 3" 5. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $9,010.00 $9,010.00 $26.275.00 $26,275.00 $14.000.00 $14,000.00 $32,915.70 $32,915.70 accordance with the plans andspecifications for Exterior Slope Repair 2A - repair the exterior levee slope Including removing vegetation, scarify existing levee slope 3" 6. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $1,742.00 $1,742.00 $4,935.00 $4,935.00 $2,500.00 $2,500.00 $17,299.86 $17,299.86 accordance with the plans andspecifications for Exterior Slope Repair 2B - repair the exterior levee slope including removing vegetation, scarify existing levee slope 3" 7. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in • $10,083.00 $10,083.00 $26,002.50 $26,002.50 $13.000.00 $13,000.00 $27,699.97 $27,699.97 accordance with the plans ands ecifications for Exterior Slope Repair 2C - repair the exterior levee slope Including removing vegetation, scarify existing levee slope 3" 8. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all In $3.982.00 $3,982.00 $9,185.00 $9,185.00 $4,500.00 , $4,500.00 $17,861.86 $17,861.86 accordance with the plans andspecifications for Exterior Slope Repair 4A - repair the exterior levee slope Including removing vegetation, scarify existing levee slope 3" 9. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $3,350.00 $3,350.00 $7,625.00 $7,625.00 $4,000.00 $4,000.00 $17,380.30 $17,380.30 accordance with the plans andspecifications for Exterior Slope Repair 4C - repair the exterior levee slope Including removing vegetation, scarify existing levee slope 3" 10. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $24.107.00 $24,107.00 $70,172.50 $70,172.50 $36,000.00 $36,000.00 $47.163.87 $47,163.87 accordance with the plans ands ecifications for Exterior Slope Repair 5A - repair the exterior levee slope including removing vegetation, scarify existing levee slope 3' 11. 1 LS deep, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all In $7,778.00 $7,778.00 $22,115.00 $22,115.00 $12.500.00 $12,500.00 $28,784.88 $28,784.88 accordance with the plans ands ecifications for Interior Slope Repair 3A - repair the interior levee slope Including removing vegetation, scarify existing levee slope 3" 12. 1 LS deep, reconstructing the interior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $6,979.00 $6,979.00 $16,932.50 $16,932.50 $8,000.00 $8,000.00 $26.252.26 $26,252.26 accordance with the plans ands specifications for Interior Slope Repair 3B - repair the interior levee slope Including removing vegetation, scarify existing levee slope 3" 13. 1 LS deep, reconstructing the Interior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all In $9,501.00 $9.501.00 $27,367.50 $27,367.50 $15.000.00 $15,000.00 $33.174.15 $33,174.15 accordance with the plans andspecifications for Interior Slope Repair 3C - repair the interior levee slope including removing vegetation, scarify existing levee slope 3" 14. 1 LS deep, reconstructing the Interior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all In $17,274.00 $17.274.00 $50,295.00 $50,295.00 $27,000.00 $27,000.00 $44.279.50 $44,279.50 accordance with the plans ands specifications for Interior Slope Repair 3D - repair the interior levee slope Including removing vegetation, scarify existing levee slope 3" 15. 1 LS deep, reconstructing the interior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $5,701.00 $5,701.00 $15,167.50 $15,167.50 $7,500.00 $7,500.00 $25,919.01 $25,919.01 accordance with the plans ands ecificalions for dEBid Opening Documents Pre thru AwardBid Tabulation 1/14/2021 4:40 PM Page 1 of 5 A m X W BID TABULATION CITY OF BEAUMONT, TEXAS CATTAIL MARSH WETLAND REPAIR BID No. PW1121-06/ FEMA PROJECT No. 13339 & No. 39195 owvremnUUAIM; Jnursan - Solid Bridge Construction LLC McInnis Construction, Inc. Brystar Contracting, Inc. ALLCO, LLC 1204 Sam Houston Ave, Suite 1 675 S. 4th Street 8385 Chemical Rd. 6720 College Street Item Oty Unit Description P Huntsville, TX 77340 Silsbee, TX 77656 Beaumont, TX 77705 Beaumont, Texas 77707 Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total Interior Slope Repair 3E - repair the Interior levee slope including removing Vegetation, scarify existing levee slope 3" 16. 1 LS deep, reconstructing the interior slope In compacted lifts, and hydro -mulch seed the repaired levee slope, all In $3,677.00 $3.677.00 $8,047.50 $8,047.50 $4,500.00 $4,500.00 $16.624.47 $16,624.47 accordance With the plans and specifications for Interior Slope Repair 3F - repair the Interior levee slope Including removing vegetation, scarify existing levee slope 3" 17. 1 LS deep, reconstructing the Interior slope In compacted lifts, and hydro -mulch seed the repaired levee slope, all In $2,392.00 $2.392.00 $5,960.00 $5,960.00 $3,000.00 $3,000.00 $17.438.36 $17,438.36 accordance With the plans andspecifications for Interior Slope Repair 4B - repair the Interior levee slope including removing vegetation, scarify existing levee slope 3" 18. 1 LS deep, reconstructing the interior slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $3.505.00 $3.505.00 $8,437.50 $8.437.50 $4.000.00 $4,000.00 $16.954.23 $16.954.23 accordance With the plans andspecifications for Interior Slope Repair 4D - repair the interior levee slope Including removing vegetation, scarify existing levee slope 3" 19. 1 LS deep, reconstructing the intedor slope in compacted lifts, and hydro -mulch seed the repaired levee slope, all in $16.949.00 $16,949.00 $49,707.50 $49,707.50 $26,000.00 $26,000.00 $45,417.55 $45,417.55 accordance With the plans ands ecifications for Interior Slope Repair 4E - repair the Interior levee slope including removing vegetation, scadfy existing levee slope 3" 20. 1 LS deep, reconstructing the Interior slope In compacted lifts, and hydro -mulch seed the repaired levee slope, all In $10,977.00 $10.977.00 $32,997.50 $32,997.50 $15,500.00 $15,500.00 $43,794.15 $43,794.15 accordance with the plans andspecifications for Interior Slope Repair 1D - repair the Interior levee slope including steel sheet pile coffer dam, removing vegetation, 21. 1 LS scarify existing levee slope 3" deep, reconstructing the Interior slope in compacted lifts, and hydro -mulch seed the $26,242.00 $26,242.00 $87,135.00 $87,135.00 $420.000.00 $420,000.00 $293,102.26 $293,102.26 repaired levee sloe all in accordance with the plans andspecifications for Interior Slope Repair 1 E - repair the interior levee slope including steel sheet pile coffer dam, removing vegetation, 22. 1 LS scarify existing levee slope 3" deep, reconstructing the Interior slope in compacted lifts, and hydro -mulch seed the $11,167.00 $11,167.00 $35,822.50 $35,822.50 $195,000.00 $195,000.00 $130,402.09 $130,402.09 repaired levee sloe all In accordance with the plans andspecifications for Install geotextile fabric and crushed limestone road material on the top of the finished berm, TEN FOOT (10') wide top of $34.00 $40,460.00 $47.90 $57,001.00 $60.00 $71,400.00 $72.56 $86,346.40 23. 1,190 LF berm all In accordance with the plans andspecifications for Install geotextlle fabric and crushed limestone road material on the top of the finished bens, TWELVE FOOT (12') wide $38.00 $89,452.00 $51.40 $120.995.60 $60.00 $141,240.00 $55.75 $131,235.50 24. 2,354 LF to of berm all In accordance with the plans andspecifications for Sampling Station - construct outfall sampling station Including reinforced concrete pad and fence post, relocate chain 25. 1 LS link fence, gate and cover, relocate sampler and electrical conduit/conductors, abandon existing pad, all in accordance $20,900.00 $20,900.00 $34,940.00 $34,940.00 $18.000.00 $18,000.00 $17,792.24 $17,792.24 with the plans andspecifications for Miscellaneous Improvements-fumish all labor, materials, and equipment to perfarm all miscellaneous Improvements, $100,000.00 $100,000.0 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 26. 1 ALLOW as directed by the Owner. 1 MATEBID ITEMS Exterior Slope Mitigation 1A - reconstruct the exterior levee slope including removing existing crushed limestone and stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $11,346.15 $11,346.15 $18,047.00 $18,047.00 $14,500.00 $14,500.00 $41,060.36 $41,060.36 2A 1 LS construct 3' deep clay key, reconstructing the exterior slope In compacted lifts, and hydro -mulch seed the reconstructed levee sloe all In accordance with the plans andspecifications for Exterior Slope Mitigation 1 B - reconstruct the exterior levee slope including removing existing crushed limestone and stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $17,067.75 $17,057.75 $31,662.50 $31,662.50 $23,000.00 $23,000.00 $44,072.30 $44,072.30 3A 1 LS construct T deep clay key, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the reconstructed levee sloe all In accordance With the plans andspecifications for Exterior Slope Mitigation 1C - reconstruct the exterior levee slope including removing existing crushed limestone and stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $23,194.35 $23.194.35 $43,002.50 $43,002.50 $31,oao.0o $31,000.00 $45,721.32 $45,721.32 4A 1 LS construct 3' deep clay key, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the reconstructed levee sloe all In accordance with the plans andspecifications for dEBid Opening Documents Pre thru AwardBld Tabulation 1/14/2021 4:40 PM Page 2 of 5 BID TABULATION CITY OF BEAUMONT, TEXAS CATTAIL MARSH WETLAND REPAIR BID No. PW1121-061 FEMA PROJECT No. 13339 & No. 39195 Solid Bridge Construction LLC McInnis Construction, Inc. Brystar Contracting, Inc. ALLCO, LLC 1204 Sam Houston Ave, Suite 1 675 S. 4th Street 8335 Chemical Rd. 6720 College Street Item City Q Unit Description Huntsville, TX 77340 Silsbee, TX 77656 Beaumont, TX 77705 Beaumont, Texas 77707 Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total Exterior Slope Mitigation IF - reconstruct the exterior levee slope including removing existing crushed limestone and SA 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $27,412.50 $27,412.50 $50,750.00 $50,750.00 $37,000.00 $37,000.00 $47,989.78 $47,989.78 construct 3' deep clay key, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the reconstructed levee sloe all in accordance vdth the plans andspecifications for Exterior Slope Mitigation 2A - reconstruct the exterior levee slope including removing existing crushed limestone and 6A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $8,428.10 $8,428.10 $15,500.00 $15,500.00 $11,500.00 $11,500.00 $38,837.78 $36,837.78 construct 3' deep clay key, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the reconstructed levee sloe all in accordance with the plans andspecifications for Exterior Slope Mitigation 2B - reconstruct the exterior levee slope including removing existing crushed limestone and 7A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $31,112.15 $31,112.15 $62,547.60 $62,547.50 $46,000.00 $46.000.00 $67,333.88 $67,333.88 construct 3' deep clay key, reconstructing the exterior slope In compacted lifts, and hydro -mulch seed the reconstructed levee sloe all In accordance with the plans ands ecifications for Exterior Slope Mitigation 2C - reconstruct the exterior levee slope Including removing existing crushed limestone and BA 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $11,661.10 $11.661.10 $22,865.00 $22,865.00 $16,600.00 $16,600.00 $37,929.77 $37,929.77 construct 3' deep clay key, reconstructing the exterior slope In compacted lifts, and hydro -mulch seed the reconstructed levee sloe all in accordance with the plans and specifications for Exterior Slope Mitigation 4A - reconstruct the exterior levee slope Including removing existing crushed limestone and 9A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $10,431.50 $10,431.50 $17,690.00 $17,690.00 $12,600.00 $12,600.00 $36,550.25 $35.550.25 construct 3' deep clay key, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the reconstructed levee sloe all in accordance with the plans ands ecifications for Exterior Slope Mitigation 4C - reconstruct the exterior levee slope Including removing existing crushed limestone and 10A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $56,692.00 $56,692.00 $133,617.50 $133,617.50 $98,000.00 $98,000.00 $74,704.86 $74,704.86 construct 3' deep clay key, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the reconstructed levee sloDe. all In accordance with the plans and specifications for Exterior Slope Mitigation 5A - reconstruct the exterior levee slope including removing existing crushed limestone and 11A 1 LS stockpile on4te, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $19,584.90 $19,584.90 $36,785.00 $36,785.00 $26,500.00 $26,500.00 $45,704.00 $45,704.00 construct 3' deep clay key, reconstructing the exterior slope in compacted lifts, and hydro -mulch seed the reconstructed levee sloe all In accordance with the plans andspecifications for Interior Slope Mitigation 3A - reconstruct the interior levee slope Including removing existing crushed limestone and 12A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $19,241.95 $19.241.95 $31,752.50 $31,752.50 $23,200.00 $23,200.00 $42,646.09 $42,646.09 reconstructing the Interior slope in compacted lifts, and hydro -mulch seed the reconstructed levee slope, all In accordance with the laps andspecifications for Interior Slope Mitigation 3B - reconstruct the Interior levee slope Including removing existing crushed limestone and 13A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $23,184.05 $23,184.05 $38,475.50 $38,475.50 $28,100.00 $28,100.00 $43,699.00 $43,699.00 reconstructing the interior slope in compacted lifts, and hydro -mulch seed the reconstructed levee slope, all in accordance with the plans ands eciflcatlons for Interior Slope Mitigation 3C - reconstruct the interior levee slope Including removing existing crushed limestone and 14A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $39,394.00 $39.394.00 $75,155.00 $75,155.00 $55,200.00 $55,200.00 $56,507.06 $50.507.06 reconstructing the Interior slope in compacted lifts, and hydro -mulch seed the reconstructed levee slope, all In accordance with the plans andspecifications for Interior Slope Mitigation 3D - reconstruct the Interior levee slope including removing existing crushed limestone and 15A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $17,758.05 $17,758.05 $27,972.50 $27,972.50 $20,500.00 $20,500.00 $42,250.69 $42.250.69 reconstructing the interior slope in compacted lifts, and hydro -mulch seed the reconstructed levee slope, all In accordance with the plans ands ecifications for dEBld Opening Documents Pre thru AwardBid Tabulation 1/14/2021 4:40 PM Page 3 of 5 BID TABULATION CITY OF BEAUMONT, TEXAS CATTAIL MARSH WETLAND REPAIR BID No. PW1121-06/ FEMA PROJECT No. 13339 & No. 39195 Solid Bridge Construction LLC McInnis Construction, Inc. BrystarContracting, Inc. ALLCO, LLC 1204 Sam Houston Ave, Suite 1 675 S. 4th Street 8385 Chemical Rd. 6720 College Street Item Oty Unit Description Huntsville, TX 77340 Silsbee, TX 77656 Beaumont, TX 77705 Beaumont, Texas 77707 Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total Interior Slope Mitigation 3E - reconstruct the Interior levee slope including removing existing crushed limestone and 16A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $9,356.85 $9,356.85 $13,662.50 $13,662.50 $10,000.00 $10,000.00 $36,529.57 $36,529.57 reconstructing the Interior slope in compacted lifts, and hydro -mulch seed the reconstructed levee slope, all In acwrdance with the tans andspecifications for Interior Slope Mitigation 3F - reconstruct the interior levee slope Including removing existing crushed limestone and 17A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $8,203.60 $8,203.60 $11,840.00 $11.840.00 $8,500.00 $8.500.00 $36,807.39 $36,807.39 reconstructing the Interior slope In compacted lifts, and hydro -mulch seed the reconstructed levee slope, all In accordance with the plans andspecifications for Interior Slope Mitigation 4B - reconstruct the Interior levee slope Including removing existing crushed limestone and 18A 1 LS stockpile Dn-site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $10,852.25 $10,852.25 $16,002.50 $16,002.50 $11,500.00 $11,500.00 $37,434.50 $37,434.50 reconstructing the Interior slope In compacted lifts, and hydro -mulch seed the reconstructed levee slope, all in accordance with the plans andspecifications for Interior Slope Mitigation 4D - reconstruct the interior levee slope including removing existing crushed limestone and 19A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a 2' layer of clay fill, $43,076.00 $43,076.00 $77,517.50 $77,517.50 $57,000.00 $57,000.00 $57,216.79 $57,216.79 reconstructing the Interior slope In compacted lifts, and hydro -mulch seed the reconstructed levee slope, all In accordance with the plans ands ecifications for Interior Slope Mitigation 4E - reconstruct the Interior levee slope Including removing existing crushed limestone and 20A 1 LS stockpile on -site, remove and dispose existing geotextile fabric, stripping the vegetation, removing a T layer of clay fill, $33,619.85 $33,619.85 $58,842.50 $58,842.50 $43,000.00 $43.000.00 $55,206.20 $55,206.20 reconstructing the interior slope In compacted lifts, and hydro -mulch seed the reconstructed levee slope, all In accordance with the plans andspecifications for Interior Slope Mitigation I - reconstruct the interior levee slope Including including steel sheet pile coffer dam, 21A 1 LS removing existing crushed limestone and stockpile on -site, remove and dispose existing geotextile fabric, stripping the $203,967.00 $203,967.00 $155,330.00 $155,330.00 $510,000.00 $510,000.00 $293,819.83 $293,819.83 vegetation, removing a 2' layer of clay fill, reconstructing the Interior slope in compacted lifts, and hydromulch seed the reconstructed levee sloe all In accordance with the plans andspecifications for Interior Slope Mitigation 1E - reconstruct the Interior levee slope including including steel sheet pile coffer dam, 22A 1 LS removing existing crushed limestone and stockpile on -site, remove and dispose existing geotextile fabric, stripping the $67,019.35 $67,019.35 $50,237.50 $50,237.50 $225,000.00 $225,000.00 $193,861.65 $193,861.65 vegetation, removing a 2' layer of clay fill, reconstructing the interior slope in compacted lifts, and hydromulch seed the reconstructed levee sloe all in accordance with the plans ands ecifications for IVE BIDITE 27. 7,725 TON Interior Slope Protection - furnish and Install ROCK RIP -RAP, Including filter fabric, in accordance with the plans and $116.00 $896,100.00 $51.88 $400,773.00 $103.00 $795,675.00 $96.41 $744,767.25 specifications for 28. 900 TON Outfall Channel Protection -furnish and install ROCK RIP -RAP, without filter fabric, In accordance with the plans and $116.00 $104,400.00 $131.63 $118,467.00 $118.00 $106,200.00 $122.12 $109,908.00 s ecfficatfo s o BASE BID TOTAL (ITEMS 1-26) $460,573.00 $902,254.10 $1,211,640.00 $1.322,124.60 ALTERNATE BID TOTAL (ITEMS 1 + 23-26 + 2A-22A) $953.415.45 $1.322.691.60 $1,669,340.00 $1,744,257.21 ADDITIVE BID ITEM TOTAL (ITEMS 27-28) $1,000,500.00 $519,240.00 $901,875.00 $854,675.25 dEBid Opening Documents Pre thru AwardBld Tabulation 1/14J2021 4:40 PM Page 4 of 5 BID TABULATION CITY OF BEAUMONT, TEXAS CATTAIL MARSH WETLAND REPAIR BID No. PW1121-06/ FEMA PROJECT No. 13339 & No. 39196 Item Qty Unit Description Solid Bridge Construction LLC 1204 Sam Houston Ave, Suite 1 Huntsville, TX T7340 McInnis Construction, Inc. 675 S.4th Street Silsbee, TX T7656 Brystar Contracting, Inc. 8385 Chemical Rd. Beaumont, TX 77705. ALLCO, LLC 6720 College Street Beaumont, Texas 77707 Unit Price I Item Total Unit Price Item Total Unit Pd. I Item Total Unit Price Item Total Aknowled a Addendum No,1 Y Y Y Y Aknowled e.Addendum No. 2 Y Y Y Y Aknowted eAddendum No. 3 Y Y Y Y Required Forms 'Cheicklist Y Y Y Y Bid Y Y Y Y Bid Schedule Y Y Y Y Bid Summary Y Y Y Y Corporate Resolution Y Y Y Y Bid Bond Y Y Y Y Information Required of Bidder Y Y Y Y Conflict of Interest Questionnaire Y Y Y Y Statement of City Charter Provision of Conflict of Interest Y Y Y Y Insurance Requirement Affidavit Y Y Y Y MBE Schedule C Y Y Y Y House Bill 89 Y Y Y Y Non -Collusion Form I Y Y Y I Y The Bid Proposals submitted have been reviewed, and to the best of my knowledge this is an accurate tabulation of the Bids received. Revised 1114121 to correct the ADDITIVE BID ITEM TOTAL (ITEMS 27-28) ,: :;vim: rY � JEF�REY C. BEAVER r d 60676 ! hats ea' 4'.0..... df:Bld Opening Documents Pre lhru AwardBid Tabulation 1/142021 4:40 PM Page 5 of•5 February 9, 2021 Consider a resolution authorizing the City Manager to award a contract to McInnis Construction, Inc., of Silsbee for the Fleet Management Facility Parking Lot Reconstruction Project -Phase I BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to McInnis Construction, Inc., of Silsbee for the Fleet Management Facility Parking Lot Reconstruction Project - Phase I. BACKGROUND The Fleet Management Facility Parking Lot Reconstruction Project — Phase I consists. of reconstructing the front portion of the facility's parking lot. Additional improvements include replacing the underground fuel storage tank with a new aboveground tank and regrading/ditch modifications to improve the overall drainage. On January.28, 2021, seven (7) 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 McInnis Construction, Inc. Silsbee, TX $888,820.27 N&T Construction Beaumont, TX $975,371.72 Brystar Contracting, Inc. Beaumont, TX $1;053,357.00 MK Constructors Vidor, TX $1,098,317.00 SETEX Construction Corp. Beaumont, TX $1,104,306.56 RAMTEX Port Arthur, TX $ 1 ,134,937.31 ALLCO, LLC Beaumont, TX $1,215,897.00 The Public Works Engineering staff recommends this project be awarded to the lowesf bidder, McInnis Construction, Inc., in the amount of $888,820.27. A total of 180 calendar days are allocated for completion of the project. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were received for a contract to furnish all labor, materials, and equipment for the Fleet Management Facility Parking Lot Reconstruction — Phase Project; and, WHEREAS, McInnis Construction, Inc., of Silsbee, Texas, submitted a bid in the amount of $888,820.27, as shown on Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by McInnis Construction, Inc., of Silsbee, Texas, is the lowest responsible bidder providing the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by McInnis Construction, Inc., of Silsbee, Texas, to furnish all labor, materials, and equipment for the Fleet Management Facility Parking Lot Reconstruction — Phase I Project in the amount of $888,820.27, as shown on 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 McInnis Construction, Inc., of Silsbee, Texas for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - BID TABULATION Fleet Management Facility Parking Lot Reconstruction Project- Phase I Bid Number. PWI121-08 Bid Opening Date: Thursday, January 28, 2021 The Bid Proposals submitted have been reviewed an t e best of my knowledge this Is an accurate tabulation of the bids received. By: Brandon Belaire, P.E., Roadway Engineer Date McInnis Construction, Inc. N&T Construction Brystar Contracting, Inc. MK Constructors SETEX Construction Coip. RAMTEX ALLCO Item No- Code Description FEs Urn.ted Quantity Unit Unit Pave Total Unit Price Total Unit Pries Total Unit Pace Total Unit Price Total Unit Prim Total Unit Price Total 100 6001 PREPARING ROW 1 AC $ 8,51200 $ 8,512.00 $ 4,320.00 $ 4,320.00 $ 15,000.00 $ 16.000.00 $ 2,750.00 S 2,750.00 $ 2,273.87 $ 2,273.87 $ - $ $ 6.000.00 S 61000.00 104 6001 REMOVING CONC PAV 5462 SY $ 8.31 $ 45.389.22 $ 4.86 $ 26,545.32 $ 8.00 $ 43,696.00 $ 5.00 $ 27,310.00 $ 5.12 $ 27,985.44 $ 11,57 $ 63.210.58 $ 14.00 $ 76,468.00 105 6000 REMOVING STAB BASE AND ASPHALT PAV 1832 SY- $ 4.02 $ 7,364.64 $ 4.32 $ 7,914.24 $ 6.50 $ 11,908.00 $ 5.00 S 9,16D.00 $ 4.55 $ 8,335.60 $ 4.63 $ 8.474.94 S 9.00 $ 16.488.00 Ila 60D3 EXCAVATION (SPECIAL) 661 CY $ 21.46 $ 14,185.06 $ 9.72 $ 6,424.92 $ 16.0D $ 10,576.00, $ 11.OD $ 7.271.00 $ 10.23 $ 6.762.03 $ 25.72 $ 17.001.43 S 30.00 $ 19,830.00 162 6OD2 GRADING AND BLOCK SOD DING 4835 SY is 3.28 $ 15,858.80 $ 4.86 $ 23,497.52 $ 7.00 $ 33,845.00 $ 5.00 $ 24,175.00 $ 4.55 $ 21.999.25 S 3.74 $ 18,085.92 $ 6.00 $ 29.010.00 260 16002 LIME TREAT (HYDRATED LIME (SLURRY)) 155 TONS $ 439.25 $ 58.083,75 S 395.28 $ 61.268.40 $ 440.001 $ 68,200.01) $ 42D.OD $ 65,100.00 $ 418.12 $ 64.490.60 S 491.34 S 76.15&36 $ 510.00 $ 79.050.00 360 16000 CONC PAV (JRCP) (HES) (8•) T092 SY $ 57.61 S408,570.12 $ 63.18 $ 448,07256 $ 67.00 $ 475.164.00 $ 72.25 $ 512,397.00 $ 63.95 $ 453,533.40 $ 76.38 $ 541,701.53 $ 63.00 $ 446,796.00 427 1 6OD4 SILICONE RESIN PAINT FINISH 600 SF $ 4,54 $ 2,724.00 $ 6.30 $ 3.780.00 $ 6.00 $ 3,600,00 $ 9.00 $ 5.400.00 $ 2.84 $ 1,704.00 $ 4.01 $ 2,406A7 $ 10.50 $ 6.300,00 464 6003 RC PIPE (CL 111)(18•) 80 LF $ 68.10 $ 5,448.00 $ 86.40 $ 6,912.00 $ 80.00 $ 6.400.00 $ 100.00 $ 8,000.00 $ 90.95 $ 7,Z76.00 S 76.96 S 6,156A6 S 131.0D $ 10,480.DO 467 6363 SET (TY II) (111•) (RCP) (6:1) (P) 2 EA $ 1,021.50 $ 2,043.00 $ 810.00 $ 1,620.OD S 800.00 $ 1.600.00 $ 1,100.00 $ Z200.00 $ 852.70 $ 1.705.40 $ 788.01 S 1.576.02 $ 1,200.00 $ 2,400.00 479 6000 ADJUST INLET 1 EA $ 340.50 S 340.50 $ 540.00 $ 540.00 $ 1.000.00 $ 1,000.00 $ 825.00 $ 825.00 $ 568.47 $ 568.47 $ 307.24 $ 307.24 $ 1,020.00 S 1,020.00 495 6007 REMOVE STRUCTURE (PIPE) 245 LF $ II&SO $ 3,405.50 $ 5.40 $ 1,323.OD $ 12.00 S 2,94D.00 $ 7.00 $ 11715.00 $ 5.68 $ 1,391.60 $ 17.44 $ 4,273.08 $ 37.00 $ 9,065.00 495 6023 REMOVE STRUCTURE (JUNCTION BOX) 2 EA $ 397.25 $ 794.50 $ 189.00 $ 378.00 $ 60D.00 $ 1.200.00 $ 375.01) $ 750.00 $ 198.95 $ 397.92 S 534.14 $ 1,06827 $ 2,230.00 S 4,460.00 496 6030 REMOVE STRUCTURE(BOLLARD) 27 EA $ 1D5.10 S 2.837.70 $ 54.00 $ 1.458.00 $ 100.00 $ 2,700.00 $ 55.00 $ 1.485.00 $ 56.85 $ 1,534.95 $ 4291 $ 1,158.66 $ 94.00 $ 2,538.00 500 6001 MOBILIZATION 1 LS S 2.270.00 $ 2.270.00 $ 66,303.64 $ 56,303.64 $ 30,000.00, $ 30.000.00 $100,000.00 $ 100,000.00 $ 2,273.87 $ 2,273.87 $ 8.479.741 $ 8,479.74 $1D4,000.00 $ 104,000.00 502 J6001 BARRICADES, SIGNS, AND TRAFFIC HANDLING 5 MO $ 1,70250 $ 8,512.50 $ S40.00 $ 2,700.00 $ 450.00 $ 2.250.00 $ 770.00 $ 3,85D.00 $ 568.47 $ 2842-35 $ 1.801.04 S 9.005.18 $ 600.00 $ 3,000.00 506 16020 CONSTRUCTION EXIT (INSTALL) 7213 SY $ 18.91 $ 13,615.20 $ 48.6D $ 34,99200 $ 35.00 $ 26.200.00 $ 55.00 $ 39,600.00 $ 47.75 $ 34,380.00 $ 20.03 S 14,419.36 S 21.00 S 15,120A0 506 16020 JCONSTRUmION EXIT (REMOVE) 720 SY $ 9.45 $ 6,904.00 $ 10.80 $ 7.776.00 $ 7.00 S 5.040.DO $ IT.DO $ 12,240.00 $ 11.37 $ 8,186AO $ 5.59 $ 4.027.79 $ 1.90 $ 1,368.00 529 6002 CONC CURB (TY II) 648 LF $ 5.11 S 3,31128 $ 5AO $ 3.49920 $ 6.00 $ 3,888.00 S 7.00 $ 4.538.00 $ 5.68 $ 3.680.64 $ 3&77 $ 22.528.B8 S 8.00 $ 5,184.00 530 600E TURNOUTS (ACP) (TY-D) (PG64-22) 676 SY $ 20.17 $ 13,614.75 $ 27.00 $ 18,225.00 $ 3200 $ 21.600.00 $ 33.00 $ 22,275.00 $ 28A2 $ 19.183.50 $ 5&46 $ 38,111.99 $ 40.00 S 27,000.00 550 16003 ICHAIN LINK FENCE (REMOVE) 50 LF $ 22.70 S 1.135.00 $ 19.44 $ 972.00 5 6.00 $ 300.00 $ 44.00 $ 2,200.00 $ 1.421.17 S 71.058.50 $ 44.52 $ 2.225.93 $ 27.OD $ 1,350.00 550 16009 ICHAIN LINK FENCE (INSTALL) (BARB TOP) 50 LF $ 68.10 $ 3,405.00 $ 41.D4 $ 2.052.00 $ 25.00 $ 1,250.00 S 44.00 $ 2,2D0.00 1 $ 2,160.18 $ 108.009.00 $ 29.29 $ 1,464A3 $ 41.00 $ 2,&50.00 552 16009 GATE (SPECIAL) (INSTALL AND REMOVE) (6' x 121(OSL INCL) 2 EA $ 567.50 $ 1.135.00 $ 918.00 $ 1,836.00 $ 2300.00 $ 4.600.00 $ 550.00 S 1.100.001 S 1.932.79 $ 3,86558 $ 99S.81 $ 1,991.621 S 925.00 $ 1.850.00 760 6001 DITCH CLEANING AND RESHAPING 495 LF $ 624 $ 3,088.80 $ 8.64 $ 4.276.80 $ 14.00 $ 6,930.00 S 11.00 $ 6.445.00 $ 7.96 $ 3,94D.20 $ 10.65 $ 5,270.30 $ 14.DO $ 6,930.00 5084 60D1 FIXED BOLLARD 35 EA $ 255.38 $ 8.938.30 $ 243.00 $ 8.505.00 $ 600.00 $ 21,000.00 $ 250.00 S 8,750.00 $ 244.44 $ 8,555.40 5 397.97 $ 13,928.97 3 340.00 $ 11,900.00 7165 6000 INSTALL GAS LINE (1') 185 LF $ 21.67 $ 3,99OA5 $ 12.95 $ 2,397.6D $ 23.OD S 4255.DO $ 21.DO S 3,885.00 $ 13.64 $ 2523.40 $ 59.98 $ 11.096.85 $ 34.DO $ 6,29D.00 7165 6D08 REMOVE EXISTING GAS PIPE AND VALVES 185 LF $ 10.90 $ 2.016.50 $ 324 $ 599AO $ 5.00 $ 925.00 S 9,00 $ 1,665.00 $ 3.41 $ 630.85 $ 17.57 $ 3,251.03 $ 20.00 $ 3,700.00 7171 6025 EXISTING WATER LINE (REMOVE) 483 LF $ 13.82 $ 6.57&46 $ 7.38 $ 3,562.92 $ 6.OD $ 2.415.00 $ 7.00 $ 3.381.00 $ 7.77 $ 3.752.91 $ 7.03 $ 3,395.13 $ 36.00 $ 17.388.00 7172 6024 REMOVE EXISTING SAN SEWER PIPE 245 LF $ 13.62 $ 3,336.9D $ 1323 $ 3.241.08 $ 6.00 $ 1.470.00 $ 7.00 $ 1,715.00 $ 13.93 $ 3.41285 $ 21.09 $ 5.166.60 $ 4000 $ 9.800.00 BODO 1000 REMOVE AND REPLACE FUEL TANK 1 EA SiBB,054.53 $188,054.53 $201278.52 1 $ 201,278.52 $220.000.00 1 $ 220.000.00 $184,000.00 $ la4,000.00 $197.428.43 $ 197,428.43 $200.322.08 $ 200.322.08 $209.000.0 $ 209,000.OD 801V 100 1FURNISH & INSTALL 4"x2"TAP CAP 1 EA S 163.44 $ 163.44 5 15120 $ 161.20 $ 200.00 $ 200.00 $ 160.00 $ 160.00 $ 159.17 $ 159.17 $ 326.86 $ 326.86 $ 186.OD $ 186.00 801 101 FURNISH&INSTALL 4"x4"MJ TEE 1 EA $ 624.37 $ 524.37 $ 311.04 $ 311.04 $ 300.00 $ 300.00 $ 500.00 $ 500.00 $ 327A4 $ 327.44 $ 449.87 $ 449.87 $ 964.00 $ 964.OD 801 102 FURNISH & INSTALL 4' 45•DEGREE BEND 7 EA $ 368,88 $ 2.582.16 $ 216.00 $ 1.512.00 $ 220.00 S 1.540.00 $ 358.00 S 2,505.00 S 227.39 S 1,591.73 $ 373.72 $ 2,616.05 $ 650.00 $ 4,550.DO 805 100 CLEANOUT & VALVES 3 EA $ 48238 $ 1,447.14 $ 864.0D $ 2.59200 $ 150.00 $ 450.00 $ 468.00 $ 1.404.00 S 909.55 $ 2,728.65 $ 267.11 $ 801.34 $ 1.470.00 $ 4AlO.DO BID 100 PVC PRESSURE WATER PIPE (4') (C900) 478 LF $ 34,79 $ 16,629.62 $ 25.92 S 12,389.76 $ 30.00 $ 14,340.00 $ 34.00 S 16.25200 $ 27.29 S 13.044.62 $ 50.38 $ 24,079.89 $ 59.00 $ 28,20200 811 100 FURNISH & INSTALL 4"GATE VALVE 1 EA $ 1,004.48 $ 1,004A8 $ 761AO $ 761.40 $ 800.00 $ 800.00 $ 976.00 $ 976.00 $ 801.64 $ 801.64 $ 1,015.73 S 1,015.73 $ 1,400.00 $ 1,400.00 813 100 HOPE DRII (4') (SAN SEWER) 245 LF $ 32.01 $ 7.842.45 $ 45.36 $ 11.113.20 $ 25.00 $ 6,125.00 S 32DO $ 7,840.00 $ 47.75 S 11.696.75 $ 71A6 $ 17,508.71 $ 100.00 $ 24,500.00 1000 100 CONNECT PROPOSED TO EXISTING 1 5 1 EA $ 652.631 $ 3,263.15 $ 54.00 $ 270.00 $ 130.00 $ 650.00 $ 660.00 $ 3,3DO.00 $ 56.65 $ 284.25 $ 374.89 $ 1.874A7 $ 3,170.00 $ 15,850,00 Bid Total $B$B,B20.27 $ 975,371.72 $1,053,357.00 $1,098.317.00 $1,104,306.56 $1,134,937.31 $1,215.897.00 0. C� BRANDON G. BELAIRE .-?,: 138396 tvitzi BEAUMONT Public Works Page 1 of 1 op F- LU 2 X W 5 February 9, 2021 Consider a resolution authorizing the City Manager to award a contract to Viking Painting, LLC, of Omaha, NE for the West Elevated Storage Tank Rehabilitation Project BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager . PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services . MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award_a contract to Viking Painting, LLC, of Omaha, NE for the West Elevated Storage Tank Rehabilitation Project. BACKGROUND The West Elevated Storage Tank Rehabilitation Project will provide for the rehabilitation of the one million gallon elevated water storage tank. On January 28, 2021, six (6) 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 Viking Painting, LLC Omaha, NE $849,900.00 A&M Construction & Utilities Rowlett, TX $1,013,000.00 CFG Industries, LLC Magnolia, TX $1,041,500.00 Cherokee Painting and Sand Blasting, Inc. Jacksonville, TX $1,135,750.00 Nova Painting, LLC Humble, TX $1,235,000.00 MK Painting, Inc. Wyandotte, MI $0.00 Based on a review of the bids and required documents received, the Public Works Engineering staff agrees with Schaumburg & Polk, Inc., and recommends awarding the project to the lowest bidder, Viking Painting, LLC, in the amount of $849,900.00. A total of 150 working days are allocated for the completion of this project. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. February 2, 2021 . seHALtMBURG & PQLK, INC. Amalia."Molly" Villarreal; P.E. City of Beaumont City Engineer 801 Main Street Beaumont, Texas.77701 Re: City of Beaumont West Elevated Storage Tank Rehabilitation Recommendation of Award Dear Ms. Villarreal, Based on a review of the bids received Thursday, January 28, 2021, and verification of the references, it is our recommendation that the above referenced, project be awarded to Viking .Painting,.,LLC. for the Base Bid Items 1 thru 13.plus the Additive Bid Item 14 in the amount of $849,900.00. See attached Bid Tabulation. Sincerely, SCHAUMBURG & POLK, INC. Nestor Ba oeta Project Manager RESOLUTION NO. WHEREAS, bids were received for a contract to furnish all labor, materials, equipment, and supplies for the West Elevated Storage Tank Rehabilitation Project; and, WHEREAS, Viking Painting, LLC, of Omaha, Nebraska, submitted a bid in the amount of $849,900.00, as shown on Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by Viking Painting, LLC, of Omaha, Nebraska, is the lowest responsible bidder providing the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by Viking Painting, LLC, of Omaha, Nebraska, to furnish all labor, materials, equipment, and supplies for the West Elevated Storage Tank Rehabilitation Project in the amount of $849,900.00, as shown on 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 Viking Painting, LLC, of Omaha, Nebraska for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - BID TABULATION CITY OF BEAUMONT, TEXAS WEST ELEVATED STORAGE TANK REHABILITATION BID No. WU0121-07 oiv vro.nvv vn,�. ,Y. Viking Painting LLC A & M Construction & Utilities CFO Industries, LLC Cherokee Painting and Sand Blasting Inc. Nova Painting, LLC M.K. Painting, Inc. 305 N 93rd Street Inc. 4960 Grisham Dr. 22535 Magnolia Hills Dr. PO Box 1348 4830 Wilson Rd. Ste 300 4157 7th St Item Qty Unit Description Omaha, NE 68114 Rowlett, TX 75088 Magnolia, TX 77354 Jacksonville, TX 75768 Humble, TX 77396 Wyandotte, MI 48192 Unit Price I Item Total Unit Price I Item Total Unit Price I Item Total I Unit Price t Item Total I Unit Price I Item Total Unit Price Item Total BASE BID ITEMS Mobilization cost, including payment bond, performance band, insurance and 1 LS moving equipment to project, all in strict accordance with plans and specifications; $15,000.00 $16.000.00 $28,000.00 $28,000.00 $30,000.00 $30,000.00 $26,000.00 $26,000.00 $30,000.00 $30.000.00NOT TO EXCEED 3% OF TOTAL PROJECT BID forauk F2. Coating, Furnish all labo, materials, and equipment to blast and recoat all exterior (Three Coat Fluoropolymer Urethane) and interior (High Build Zinc 1 LS Epoxy) surfaces including pressure washing, shrouding, surface preparation, $696,100.00 $696,100.00 $774,000.00 $774.000.00 $900,000.00 $900,000.00 $973,156.00 $973,150.00 $1.030,000.00 $1,030,000.Co o ' disinfection, providing and installing "Confined Space Entry" placards all in strict accordance with the Contract Documents, Technical Specifications, and Drawings for Soluble Salt Test, Exterior.Fumish all labor, materials, and equipment to conduct 3. 3 EA soluble salt tests as directed by the Engineer all in strict accordance with the $600.00 $1,800.00 $500.00 $1.500.00 $500.00 $1,500.00 $100.00 $300.00 $2,500.00 $7.500.00 ' Contract Documents Technical Specifications, and Drawings for Pressure Washing and Blasting If Soluble Test is Positive. Wash the tank and 4. 1 LS reblast the exterior of the tank as directed by the Engineer all in strict accordance $2,500.00 $2,500.00 $5,000.00 $5,000.00 $3,500.00 $3,500.00 $1.000.00 $1.000.00 $10,000.00 $10,000.00 ' with the Contract Documents, Technical Specifications, and Drawings for Soluble Salt Test, InterionFumish all labor, materials; and equipment to conduct 5. 3 EA soluble salt tests as directed by the Engineer all in strict accordance with the $600.00 $1,800.00 $500.00 $1,500.00 $500.00 $1,500.d0 $100.00 $300.00 $2,500.00 $7,500.00 Contract Documents Technical Specifications, and Drawings for Pressure Washing and Blasting If Soluble Test 6 Positive. Wash the tank and 6. 1 LS reblast the interior of the tank as directed by the Engineer all in strict accordance $2,500.00 $2,500.00 $5.000.00 $5,000.00 $3.500.00 $3,500.00 $1.000.00 $1,000.00 $10,000.00 $10,000.00 ' with the Contract Documents, Technical Specifications, and Drawings for Yard Pipe Coating. Famish all labor, materials and equipment to coat all exposed 7. 1 LS yard piping, valves, and appurtenances including pressure washing, surface $3 500.00 $3,500.00 $10.000.00 $10,000.00 $4,000.00 $4,000.00 $1,600.00 $1,500.00 $2.000.00 $2,000.00 ' preparation per Item 600 all in strict accordance with the Contract Documents, Technical Specifications, and Drawings for Remove and Replace Existing Ladder. Famish all labor, materials and equipment 8. 1 LS to remove the existing ladder from ground level to balcony including removing and $26,300.00 $26,300.00 $25,000.00 $25,000.00 $20,000.00 $20,000.00 $32,000.00 $32,000.00 $20,000.00 $20,000.00 reinstalling all existing safety climb devices and ladder gate all in strict accordance with the Contract Documents, Technical Specifications, and Drawings for Remove and Replace Roof Truss Rods. Famish all labor, materials, and 9. 16 EA equipment to remove and replace existing roof truss rods all in strict accordance with $3,000.00 $48.000.00 $5,000.00 $80,000.00 $1,000.00 $16,000.00 $2,500.00 $40.000.00 $2.500.00 $40,000.00 the plans ands specifications for Remove and Replace Keeper Bolt. Famish all labor, materials, and equipment to 10. 1 EA remove and replace existing cross brace keeper bolt all in strict accordance with $2.500.00 $2,500.00 $2,000.00 $2,000.00 $1.500.00 $1.500.00 $2,500.00 $2,500.00 $3,000.00 $3,000.00 fans andspecifications for &..Bid Opening Documents Pre thin Award 1176BId Tabulation 212=1 11 :29AM Page 1 of 2 2-1 m X LU BID TABULATION CITY OF BEAUMONT, TEXAS WEST ELEVATED STORAGE TANK REHABILITATION BID No. WU0121-07 BID OPENING DATE: Thursday, January 28, 2021 L 2:00 rm Viking Painting LLCCherokee A & M Construction 8 Utilities CFG Industries, LLC Painting and Sand Blasting Inc. Nova Painting, LLC M.K. Painting, Inc. 305 N 93rd Street Inc. 4960 Grisham Dr. 22535 Magnolia Hills Dr. PO Box 1348 4830 Wilson Rd. Ste 300 4157 7th St.Item City Unit Description Omaha, NE fi8114 Rowlett, TX 75088 Magnolia, TX 77354 Jacksonville, TX 76766 Humble, TX 77396 Wyandotte, Mi 48192 Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total Remove and Replace Existing Roof Ladder. Finnish all labor, materials and 11. 1 LS equipment to remove the existing 14" wide access ladder and install a new 16" wide access ladder including removing and reinstalling all existing safety climb devices all $13,600.00 $13,600.00 $15,000.00 $15,000.00 $10,000.00 $10,000.00 $15,000.00 $15,000.00 $151000.00 $15,000.00 , in strict accordance with the Contract Documents, Technical Specifications, and Drawings for 12. 2 EA Logos. Fumish all labor, materials and equipment to paint logos on the elevated tank all in strict accordance with the Contract Documents, Technical Specifications, $4,250.00 $8,500.00 $8,000.00 $16,000.00 $7,500.00 $16,000.00 $6,500.00 $13.000.00 $15.000.00 $30,(Y00.00 , and Drawings for Tank Repairs. Finnish all labor, materials and equipment to perform 1 AL LOWDrawingsfor ar,celaneous ll miscellaneous repairs to the tank, as approved by the Engineer and Owner all in $20,000.00 $20.000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 ' is. strict accordance with the Contract Documents, Technical Specifications, and ADDITIVE ITEMS New Halcoay Laading. Furnish all labor, materials, and equipment to install a new $7,800.00 $7,800.00 $30.000.00 $30.000.00 $15,000.00 $15,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 ' 14. 1 EA balcon landin all in strict accordance with lens ands specifications for BASE BID TOTAL (ITEMS 1.13) $842,100.00 $983.000.00 $1,026,500.00 $1,125,750.00 $1,225,000.00 ADDITIVE ITEMS TOTAL (ITEM 14) $7,800.00 $30,000.00 $15.000.00 $10.000.00 $10,000.00 ' Aknowfed a Addendum No.1 ✓ ✓ ✓ ✓ Required Forms Checklist ✓ ✓ ✓ ✓ ✓ Bid ✓ ✓ ✓ ✓ ✓ Bid Schedule ✓ ✓ ✓ ✓ Bid Summary ✓ ✓ ✓ ✓ ✓ Corporate Resolution ✓ X ✓ ✓ ✓ Bid Bond ✓ ✓ ✓ ✓ ✓ Information Required of Bidder ✓ ✓ ✓ ✓ ✓ Conflict of Interest Questionnaire ✓ ✓ '� ✓ Statement of City Charter Provision.ol Conflict of Interest ✓ x ✓ ✓ ✓ Insurance Re uirement Affidavft ✓ ✓ ✓ ✓ ✓ MBE Schedule C ✓ ✓ ✓ ✓ ✓ House Bill89 HB 89 Verification 1 ✓ ✓ ✓ ✓ ✓ ✓ RACE Inspector Information Form I x ✓ The aid Proposals submitted have been reviewed, and to me best ormy Knowireage mrs is an accurate taourauon or urn a— • Bidder submitted a non -responsive and non -responsible bid "P-2.2/ Signature dl.Bld Opening Docu a is Pre Nrrr Award 1 18BId Tabulatlon 202021 11:29 AM Page 2 of 2 T February 9, 2021 Consider a resolution approving the purchase of a fire truck BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager �-�PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: February 9, 2021 REQUESTED ACTION: Council consider a resolution approving the purchase of a fire truck. BACKGROUND A 2021 Pierce pumper truck will be purchased from Siddons-Martin Emergency Group, of Denton, Texas, in the amount of $675,919. The new truck will replace unit #7069, a 1993 pumper truck with 81,155 miles. It has exceeded its expected service life. The new pumper truck will be designated as Engine #4 and will be housed at Station 4 located at 1301 W. Lucas Dr. The existing unit will be disposed of according to the City surplus property policy. Pricing was obtained through the Houston -Galveston Area Council (H-GAC), a cooperative purchasing association providing cities and political subdivisions with the means to purchase specialized equipment at volume pricing. H-GAC complies with State of Texas procurement statutes. Manufacturer's warranty for the truck is twelve months. Delivery is expected within twelve to thirteen months. FUNDING SOURCE Capital Reserve Fund — Funds will need to be budgeted in FY 2022. 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 one (1) 2021 Pierce pumper fire truck for use by the Fire Department from Siddons-Martin Emergency Group, of Denton, Texas, in the amount of $675,919.00 through the Houston -Galveston Area Council (H- GAC) 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 9th day of February, 2021. - Mayor Becky Ames - PUBLIC HEARING Receive comments on the amended Public Services line item of the Consolidated Grant Program's 2019 Action Plan to include the Third Round of Community Development Block Grant CARES Act (CDBG-CV) funds February 9, 2021 Consider approving a resolution adopting an amended Consolidated Grant Program's 2019 Action Plan BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: February 9, 2021 REQUESTED ACTION: Council conduct a Public Hearing to receive comments on the amended Public Services line item of the Consolidated Grant Program's 2019 Action Plan to include the Third Round of Community Development Block Grant CARES Act (CDBG-CV) funds and consider approving a resolution adopting an amended Consolidated Grant Program's 2019 Action Plan. BACKGROUND Previously City Council approved an amendment to the 2019 Annual Action Plan to include $801,000 in CDBG-CV CARES Act funding. More recently, HUD has allocated an additional $689,340 in supplemental CDBG-CV CARES Act funding to the City of Beaumont. In order to utilize these funds, the Administration is proposing to again amend the 2019 Annual Action Plan to incorporate this funding. The funds would be added to the existing Rental Assistance Program that was established with the first round of funding. The Rental Assistance Program provides up to three (3) months of rent and utility assistance for low -to moderate income families at risk of becoming homeless. The program is administered through local non-profit partners, Henry's Place/Some Other Place and Habitat for Humanity. The administrative costs allowed to manage the program are 10% of the total grant for an amount of $68,934. As mandated'by the U.S. Department of Housing and Urban Development (HUD), City Council has conducted public hearings and work sessions in previous years prior to adopting the City's Annual Action Plan. Planning & Community Development staff, along with the Community Development Advisory Committee (CDAC), has hosted Public Hearings in order to receive public comments on the process and activities related to the 2019 Annual Action Plan. Attached is the proposed Amended Budget for the 2019 Program Year. The proposed budget reflects actual allocations of $1,337,723 in Community. Development Block Grant (CDBG) funding, an estimated $100,000 in Program Income, $457,530 in HOME funding, $801,000 in Round One CDBG-CV CARES Act funding, and the additional amount of $689,340 in Round Three CDBG-CV CARES Act funding. FUNDING SOURCE Funding is available from Community Development Block Grant-CDBG-CV Funds received through the CARES -Act of 2020. RECOMMENDATION Conduct the Public Hearing and approve the resolution. Facilities are wheel chair accessible and accessible parking spaces are available. Requests for accommodations or interpretive services must be made 48 hours prior to this meeting. Please contact (409) 785-4793 for further information. Esta instalacions ADA son accesible con estacionamineto para personas discapacitadas. En caso de ser necesarios los servicios interpretativos, por favor, pongase en contacto 48 houas antes de la reunion y se les proporcionara el servicio necesario. Telefono: (409) 785-4793 NOTICE CONSOLIDATED GRANT PROGRAM .2M AMENDMENT TO THE ORIGINAL BUDGET TO: All interested agencies, groups or persons Please be informed that on February 9, 2021, the Beaumont City Council will adopt the 2"d Amendment to the 2019 One Year Action Plan, which is part of the 2019 HUD Consolidated Grant Program. Copies of the Action Plan will be available for inspection at Beaumont City Hall, 801 Main Street, 2°d Floor Community Development Department. Days and times of availability are: Monday - Friday, 8:00 a.m. - 5:00 p.m. Citizens will have 12 days from the date of this publication to review and comment on the plan from January 25, 2021 to February 28, 2021. On February 8, 2021, the 2°d Amendment to the Action Plan will be forwarded to HUDfor approval. 2019 2"d Amended Budget for One Year Action Plan Public Services $689,340 Community Development Block Grant Administration $68,934 This amendment to the 2014-2019 Community Development Consolidated Plan for the City of Beaumont is to enable the City to receive and administer $689,340.00 in Community Development Block Grant= CV (CDBG-CV) funding from the U. S. Department of Housing and Urban Development (HUD) made available through the Coronavirus Aid, Relief and Economic Security Act (CARES Act) Round 3. Funding will be used to provide (3) three month rental and utility assistance to eligible citizens that were economically impacted by COVID-19. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby adopts a second amended HUD Consolidated Grant Program's 2019 Annual Action Plan, to amend the budget of the 2019 Action Plan to include an additional $689,340 in CDBG-CV-CARES Act Funding, thereby resulting in a amended 2019 Action Plan in the amount of $1,337,723 in Community Development Block Grant (CDBG) funding, an estimated $100,000 in Program Income, $457,530 in HOME funding, $801,000 in Round One CDBG-CV-CARES Act funding and $689,340 in Round Three CDBG-CV CARES Act funding. The amended Plan is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - 2019 HUD CONSOLIDATED GRANT PROGRAM Final COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CLEARANCE AND DEMOLITION Funds will be used to demolish unsafe, unsanitary and uninhabitable residential structures located in low to moderate income areas. PUBLIC FACILITY & IMPROVEMENT Special Projects ($400,000 shelter repairs; $100,000 Sewer Line Repair Program) HOUSING Minor Rehabilitation Program (Habitat for Humanity) PUBLIC SERVICES Public Service Organizations Funds will be used for administrative and operating costs for various public service organizations that provide services to low/moderate income citizens. ADMINISTRATION Funds will be used for personnel and operating expenses necessary for compliance with the planning, execution, and regulatory requirements associated with the implementation of the HUD Consolidated Grant Program. TOTAL ENTITLEMENT Program Income Small Business Loan Historic Preservation Loan Fund Clearance and Demolition *Program Income is Estimated TOTALCDBG HOME AFFORDABLE HOUSING PROGRAM Funds will be awarded to a non-profit housing development organization that will assist low/moderate income families'in the process of acquiring a home (down payments assistance/closing costs, and mortgage buy downs). HOME ADMINISTRATION CHDO OPERATING (5%) (Community Housing Development Organization Operating) CHDO RESERVE (15%) (Community Housing Development Organization Reserve) ENTITLEMENT (70%) TOTAL HOME 2019 Budget 175,000 500,000 209,453 200,000 253,270 1,337,723 100,000 1,437,723 Budget 45,754 22,876 68,629 320,271 457,530 Amended as of 6/2/20 EXHIBIT "A" 1st AMENDMENT TO THE 2019 HUD CONSOLIDATED GRANT PROGRAM Final COMMUNITY DEVELOPMENT BLOCK GRANT-CV(CARES ACT) 2020 Budget PUBLIC SERVICES 600,000 Public Service Organizations Utility & Rental Assistance Program: Funds will be used to reimburse costs for rent and utility payments of low -to- moderate income residents that were affected by the pandemic. Food Bank: Funds would be used to partner with the Southeast Texas Food 1401000 Bank to acquire and distribute food to citizens affected by the pandemic. ADMINISTRATION () 61,000 Funds will be used for administrative expenses necessary for compliance with the planning, execution, and regulatory requirements associated with the implementation of the HUD Consolidated Grant Program. TOTAL CDBG-CV 801,000 2„ d AMENDMENT TO THE 2019 HUD CONSOLIDATED GRANT PROGRAM Final COMMUNITY DEVELOPMENT BLOCK GRANT-CV(CARES ACT) 2020 Budget PUBLIC SERVICES 6201406 Public Service Organizations Funds will be used to reimburse costs for rent and utility payments, the purchase of food to be distributed to the citizens that were affected by the Coronavirus. ADMINISTRATION () 68,934 Funds will be used for administrative expenses necessary for compliance with the planning, execution, and regulatory requirements associated with the implementation of the HUD Consolidated Grant Program. TOTAL CDBG-CV 689,340 2019 Preliminary 2nd DRAFT cdbg_COVIDI9 budget.docx PUBLIC HEARING Dangerous Structures February 9, 2021 Consider an ordinance to declare 25 structures to be unsafe structures and order the owners to raze the said structures within 10 days. If the property owner fails to comply within 10 days, staff is requesting City Council authorization to demolish these structures without further notification to the property owner or City Council action. Additionally, if the property owner of a structure requests and is authorized by City Council to enroll in a work program, all delinquent taxes shall be paid in full or a payment plan shall be established prior to enrollment in the work program. Enrollment in the work program shall occur within ten days after the effective date of this ordinance BEAUMONT TEXAS Mel City Council FROM: Kyle Hayes, City Manager CS� PREPARED BY: Chris Boone, Planning & Community Development Director MEETING DATE: February 9, 2021 REQUESTED ACTION: City Council, after conducting a public hearing, consider an ordinance to declare the following twenty-five (25) structures to be unsafe structures and order the owners to raze the said structures within ten (10) days. If the property owner fails to comply within ten (10) days, staff is requesting City Council authorization to demolish these structures without further notification to the property. owner or City Council action. Additionally, if the property owner of a structure requests and is authorized by City Council to . enroll in a work program, all delinquent taxes shall be paid in full or a payment plan shall be established prior to enrollment in the work program. Enrollment in the work program shall occur within ten days after the effective date of this ordinance. 1. 3966 Avenue A 2. 1170 Elgie 3. 975 Euclid 4. 3470 W. Euclid 5. 1200 Evalon 6. 6155 Highway 105 & shed 7. 4101 Inez 8. 1980 Ives & shed 9. 2354 Laurel (2'0 house only) 10. 8350 Lawrence 11.2326 Linson & includes auxiliary building 12. 2175 E. Lucas 13. 100 Matthews & shed & 2°d house 14. 1395 M L King Jr. 15. 1196 Oregon 16. 2355 Pecos & garage apartment 17. 11225 Pine Cove & shed 18. 11390 Pine Haven & shed 19. 685 E. Pipkin 20.2105 Pope 21.2555 Smart (commercial) 22. 3765 St. Helena 23. 550 Sunnyside & shed 24. 355 E. Threadneedle 25.2039 Tulane BACKGROUND These structures have been inspected by the Building Codes Division and found to be unsafe structures as defined by the City of Beaumont's Code of Ordinances, Chapter 24, Article 24.04 Unsafe Substandard Structures, Division 1, Sec. 14.04.001 of the 2015 International Property Maintenance Code. Additionally, these structures have deteriorated to a condition that they are no longer considered suitable for repair. FUNDING SOURCE Sources may include General funds and Community Development Block Grant (CDBG) funding. RECOMMENDATION Approval of the ordinance. ORDINANCE NO. ENTITLED AN ORDINANCE FINDING CERTAIN STRUCTURES TO BE PUBLIC NUISANCES AND ORDERING THEIR DEMOLITION AND REMOVAL OR REPAIR; PROVIDING FOR SEVERABILITY AND PROVIDING FOR A PENALTY. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. That the City Council of the City of Beaumont hereby finds and declares the buildings located at: 1. 3966 Avenue A 2. 1170 Elgie 3. 975 Euclid 4. 3470 W. Euclid 5. 1200 Evalon 6. 6155 Highway 105 & shed 7. 4101 Inez 8. 1980 Ives & shed 9. 2354 Laurel (2"d house only) 10. 8350 Lawrence 11. 2326 Linson & includes auxiliary building 12. 2175 E. Lucas 13. 100 Matthews & shed & 2"d house 14. 1395 M L King Jr. 15. 1196 Oregon 16. 2355 Pecos & garage apartment 17. 11225 Pine Cove & shed 18. 11390 Pine Haven & shed 19. 685 E. Pipkin 20. 2105 Pope 21. 2555 Smart (commercial) 22. 3765 St. Helena 23. 550 Sunnyside & shed 1 24. 355 E. Threadneedle 25. 2039 Tulane to be public nuisances in that said buildings violate Chapter 24, Article 24.04, Section 24.04.001 of the Code of Ordinances of the City of Beaumont and are for want of repairs, or by reason of age or dilapidated, decayed, unsafe or unsanitary condition, or otherwise unfit for human habitation, or otherwise likely to endanger the health, safety or general welfare of the citizens of the City. Section 2. In accordance with Article XVII, Section 2, of the Charter of the City of Beaumont, Chapter 24, Article 24.04 of the Code of Ordinances of Beaumont, Texas, it is hereby ordered that the owner or owners of the above described buildings demolish and remove said structures within ten (10) days of the effective date of this ordinance. If the property owner(s) fail(s) to comply within ten (10) days, Council orders that the property be demolished without further notification to the property owners or City Council action. RPrtinn That if any section, subsection, sentence, clause or phrase of this ordinance, or the application of same to a particular set of persons or circumstances should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable. Section 4. That any person who violates any provision of this ordinance shall, upon conviction, be punished as provided in Section 1.01.009 of the Code of Ordinances of Beaumont, Texas. The meeting at which this ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of February, 2021. - Mayor Becky Ames - DISCUSSION ITEM Review and discuss the Capital Program; Capital Reserve and a possible dog park at Rogers Park DISCUSSION ITEM * Review and discuss video. surveillance within the City's Park System and at parking lots for the Hike & Bike Trails