Loading...
HomeMy WebLinkAbout03/09/2021 PACKETBEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, MARCH 9, 2021 1:30 PM CONSENT AGENDA * Approval of minutes = February 23, 2021 * Confirmation of board and commission member appointments A) Authorize the City Manager to execute Change Order No. 2, accept maintenance, and authorize final payment to T Construction, LLC 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 C) Approve a contract for the purchase of liquid chlorine for use in the Water Utilities Department D) Approve a proposal submitted by Associated Mechanical Services, Inc. to replace the air- cooled chiller unit at the Sterling Pruitt Activity Center E) Approve the purchase of two defibrillators with accessories for use in the Fire Department F) Authorize the City Manager to apply for and receive funding through the U. S. Department of Homeland Security, 2021 Emergency Management Performance Grant (EMPG) program G) Approve a primary and secondary contract for the publication of legal notices to be used by various City Departments H) Approve revising Resolution 21-030 to clarify that long-term disability (LTD) coverage is included in the award of the contract I) Authorize the Beaumont Convention and Visitors Bureau to apply for grant funds from the Jefferson County Tourism Commission (JCTC) for the partial payment of four benches to be installed at Cattail Marsh J) Authorize the Beaumont Convention and Visitors Bureau to apply for and accept grant funds from the Jefferson County Tourism Commission (JCTC) for part of a billboard advertising effort K) Authorize the Beaumont Convention and Visitors Bureau to apply for grant funds from the Jefferson County Tourism Commission (JCTC) for part of a cooperative billboard advertising effort to BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 2, accept maintenance, and authorize final payment to T Construction, LLC. BACKGROUND On June 4, 2019, by Resolution 19-112, City Council awarded a contract to T Construction, LLC, of Houston, for the Helbig Road Pipe Bursting Project in the amount of $1,589,808.00. Previous Change Order No. 1, in the amount of $10,730.00, is attached for your review making the new contract amount $1,600,538.00. Proposed Change Order No. 2, in the amount of ($117,541.15), is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. If approved, the final contract amount will be $1,482,996.85. The project has been inspected by Water Utilities and found to be complete in accordance with the provisions and terms set out in the contract. Acceptance of Change Order No. 2, maintenance, and final payment in the amount of $101,397.48 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. RESOLUTION NO.20-180 WHEREAS, on June 4, 2019, the City Council of the City of Beaumont, Texas, passed Resolution No. 19-112 awarding a contract in the amount of $1,589,808.00 to T Construction, LLC, of Houston, Texas, for the Helbig Road Pipe Bursting Contract Project; and, WHEREAS, a contingency allowance in the amount of $100,000.00 was included in the above noted contract; and, WHEREAS, on October 1, 2019, the City Manager executed Work Directive No. 1, in the amount of $68,210.00, to furnish labor and equipment to install approximately 1,660 linear feet of 32" SDR 18.5 high -density polyethylene pipe via horizontal directional drilling, thereby decreasing the contingency allowance to $31,790.00 and having no affect on the total contract amount of $1,589,808.00; and, WHEREAS, on April 20, 2020, the City Manager executed Work Directive'No. 2, in the amount of $2,800.00, to furnish labor, material and equipment to make a connection of a new 12" sanitary sewer force main line into existing manhole 127 and properly sealing the annular space inside and outside of the manhole, thereby decreasing the contingency allowance to $28,990.00 and having no affect on the total contract amount of $1,589,808.00; and, WHEREAS, Change Order No. 1, in the amount of $39,720.00, is required to make changes to the original contract bid items due to site conditions discovered once construction began by increasing the quantity of flexible pavement structure repairs at 2" thickness rather than 4" thickness and to install two (2) additional manholes for better maintenance of the City sewer system, thereby decreasing the contingency allowance of $28,990.00 to $0.00 and increasing the total contract amount by the amount of $10,730.00 for a new total contract amount of $1,600,538.00; 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 hereby authorized to execute Change Order No. 1 for additional work described above, thereby decreasing the contingency allowance of $28,990.00 to $0.00 and increasing the total contract amount by the amount of $10,730.00 for a new total contract amount of $1,600,538.00 for the Helbig Road Pipe Bursting Contract 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. PASSED BY THE CITY COUNCIL .of the City of Beaumont this the 8th day of September, 2020. ffivIlmovileml, CITY OF BEAUMONT Date: December 29, 2020 Project: Helblg Road Pipe Bursting Contract County: Jefferson District: Beaumont Contract Number: BID NO. W1.10319.16 Owner. City of Beaumont Contractor. T Construction, LLC C.O. No.: 2 T EFO OWING CHNGES IN THE PLANS AND/OR SPECiFICAONS ARE HERE13YMADE. Adjustment of esllmeled quantities In the contract to reflect the actual quantities used In the completion of the project. Item No. It.. Code DESCRIPTION Unit Original Ouan I Change In Ouantl UNt Price Total ADD 4 351 FleldblePavement Structure Repair (41) SY 0 634.77 8 36.00 $ 22,851.72 13 4020 Pipe Bursting 8"•8" Sewer to 8.625" OD LF. 2530 141.00 $ 33.00 $ 4,653.00 19 708 Install Shallow Manhole, Leas than 6' Deplh, With All Joints 6 Connections (Fiberglass) EACH 0 1.00 $ 4,150.00 $ 4,150.00 DELETE 2 361 Full Depth Repalr of Side Welk (5") SY 50 -50.0D $ 63.00 $ (3,160.00) 3 361 Full Depth Repalr of Driveway (61) SY 100 -1G0.0D $ 72.00 $ (7,200.00) 7 3301 Remove and Replace or Install New Std. Manhole, Up to V Depth, with All Joints & Connections (Pre -Cast Concrete) 24 2.00 ; 4,800.00 $ (9,600.00 ) e 3301 Extra Depth for New or Replacement Sid. Manhole, Over B' Depth V,F. BD 59.00 $ 246.00 $ (14.514.00) 9 2534 Reconnect Service Connection by Excavation Including Cleanoula to Liner Complete, All Sizes and Depths EACH B5 -00.00 $ 560.00 $ 22, ( 40D•DO) 10 2653 Obstruction Removal by Excavation, All Sizes and Dept EACH 5 -2.00 $ 500.00 $ (1,00.00) 11 2558 Clean e n and Televise SewerAtl Sizes and Depths as Dire ed by Owners LF 1000 960,00 $ 4.76 $ (4,560.OD) 12 2821 Chain and Wooden Fences, and Gales, Par Engineer'sADD LF. 6O 50.00 $ 17.0 9 (850.00) 14 4020 Pipe Bursting 10" Sewer to 10.76' OD LF. 6507 -1327.00 $ 39.00 $ (51.753.00) 15 2550 Slfptine 21" Sewer to 10.75, OD, Including Sealing Annular Space L.F. 1555 .141.OD $ 37.D0 $ (5,217.00) 16 4020 Pipe Bursting 21" Sewer to 24.0^ OD L.F. 5393 .79.00 $ 160A0 $ (1$640.00) 17 351 Flexible Pavement Structure Repair (21) SY BDO -03.39 8 33.00 $ (10,011.87) ALLOWANCE ALLOW 1 -0.08 $ 100,000.00 S (6,300.00) TOTAL AMOUNT OF THIS CHANGE ORDER $ (117,541.15) 0 CALENDAR DAYS WILL BE ADDED TO THIS CHANGE OROER ORIGINAL CONTRACTAMOUNT: NET FROM PREVIOUS CHANGE ORDERS: TOTAL AMOUNT OF THIS CHANGE ORDER: PERCENT OF THIS CHANGE ORDER: TOTAL PERCENT CHANGE ORDER TO DATE: NEW CONTRACT AMOUNT: CONTRACT TIME ORIGINAL CONTRACT TIME: ADDITIONAL TIME REVISED CONTRACT TIME ACCEPTED BY: T NSTRUC , LLC-REP p TE A LIA VILLBY- ­--------- CITY EAL, P.E. GATE ENGINEER APPROVED BY: $ 1,589,808.00 $ 10,730.00 $ (117,541.15) 7.39% -6.72% 5 1,482,996.85 365 calendar days 60 calendar days 425 calendar days DIRECTOR OF PUBLIC WORKS & TECHNOLOGY SERVICES ATTESTED BY: KYLE HAYES DATE TINABROUSSARD DATE CITY MANAGER CITY CLERK PROJECT: Helbig Road Pipe Bursting Contract Bid No.'WU0319-16 AWARDED CONTRACT AMOUNT. $ 11S891808.00 PERCENT OF TIME USED.1 I 100% CONTRACTOR: T Construction, LLC CURRENT CONTRACT AMOUNT: $ 1, 996.85 PERCENT OF WORK COMPLETE 1 100% ESTIMATE ##: 4 CONTRACT DATE (NTP): 51-Aug-19' PERIOD: 01/02/2020 to 10/03/2020 CONTRACT CALENDAR DAYS: 42S CHANGE ORDERS: 2 CALENDAR DAYS USED: 425 REM NO.. DE:SG CODE DESCRIPTION EST. QTY UNIT -MEASURE TOTAL ..CURRENT PREVIOUS ESTIMATE ESTIMATE TOTAL ESTIMATE TO DATE UNIT PRICE {! TOTAL �AMOUNT 1 - Mobilination(Nattoexceed 3%ofTotal Base Unit Prices) 1 LS 1.00 0.00 1.00 $ 15,000.00 $ i 15;000:00 2 361 Full Depth Repair of Side Walk (S") 0 SY 0.00 0.00 0.00 $ 63.00 $` ; - 3. 361 Full Depth Repair of Driveway (6") 0 SY 0.00 0.00 0.00 $ 72-00 $ - 4 351 Flexible Pavement Structure Repair (4") 634.77 SY 0.00 634.77' 634.77' $ 36.00 $ i 22,851.72 5 402- Trench Excavation Protection 1200 LF. 2200.00 0.00' 1200.00 $ L00 S.. i' 1,200.00, 6' 502 Barricades;.Signs and Traffic Handling, Per Engineer's Approval 20 EACH 2O.00' 0.00 20.00 S 600.00 $ j 12,000.00 7 0i Remove and Replace or Install New Std. Manhole, Up to 8' Depth, with All Joints & Connections(Pre-Cast Concrete)' 22 EACH 22.00 0.00 22.00 $ 4,800.00 $ 105,600.00 8 3301 Extra Depth for New or Replacement5td. Manhole, Over 8' Depth 21 V.F. 21.00` 0.00 2L00 $ 246.00 $ 1. 5,166.00 9 2534 Reconnect Service Connection by Excavation Including Cleanouts to Liner, Complete, All Sizes and Depths 4S EACH 42.00 3.00 45.00 $ 560.00 ` $ 25,200.00 10 2553 Obstruction Removal by Excavation, All Sizes and Depths 3 EACH 3.00 0.00 3.00 $' S00.00 1,500.00 11 2558 Clean and Televise Sewer All Sizes and Depths as Directed by the Owners 40 LF. 40.00 0.00 40.00 $ 4.75 $ ( 190.00 12 2821 Chain Link and Wooden Fences; and Gates, Per Engineer's Approval 0 LF. 0.00 0.00 0.00 $ 17.00 $ 13 4020 Pipe Bursting 6"41 Sewer to 8.625" OD 2671 LF. 2671.E 0.00 2671.00 $ 33.00 $ ; 98,143.00 14 4020. Pipe Bursting 10" Sewer to 10.75"- OD 5180 LF. S380.00 0.0D. 5180.00 $ 39.00 $ I 202,020.00 415 2550 Slipline 21°Sewer to 10.75"OD, Including Sealing Annular Space 1414 LF. 1414.00 0:00 1424.00 $ 37.00 $ ( 52,318.00 16 4020 Pipe Bursting 21" Sewer to 24,W' OD 5314 LF. S314.00 0.00 S314.00 $ 160.00 $ f 8S0,240.00 17, 351 Flexible Pavement Structure Repair (2") 496.61 SY 496.61 0.00 496.61 $ 33.00 $ I 16,388.13 1& Excavation anclAdditional Trench Methods to Expose and Protect Existing Utilities in Proximi 16 Sewer Main_ 510 LF. 510.00 0.00. 510.00 $ 32.00 $ 16,320.00 19. 708; Install Shallow Manhole, less than 5'.depth, with all joints &Connections (fiberglass) 1, EACH 0.00 1.00 L0Q $4, 150.00 $ f 4;150.00 ALLOW jUnforseen Work as Directed by Owners 0.65 ALLOW 0.65 0.00 0.65 $ 100A00.00 $ I 64,710.00 PREPARED BY: JOHN IN YOUNG, WATER UTILITIES DESIGNER - II REVIEWED BY. JOHN P PINS 111, WATERUTILITIES101JESIGN MANAGEI APPROVED BY • &t,�L k -_ .AMALIA "MOLLY" VILLARREAL, P.E.,CITY ENGINEER DATE 3/ /z l DATE 1 cer* that all work, including materials, covered by this invoice have been. completed or delivered in accordance with the �C7npac uments. 0-1/-Li P T CONSTRUCTION, LLC., "CONTRACTOR DATE is I, I; GRAND TOTAL AMOUNT OF WORK DONE $ 1,482,996.85 LESS S% RETAINAGE: $ 'SUBTOTAL:. $ 1,482,996.8S LESS PREVIOUS PAY ESTIMATES- $ 1;381,S9937 AMOUNT DUE THIS PERIOD: t. $'` �R 1p1,397.48 MY of BEAUIVIONT DATEI fioplemLorl,2010 PROJECT I Ikl61g Road Pipe Du,ilkt Commit COUNTY, Jefferson DISTRICTS Drsumsol CONTRALTIM1DERI DID,NOM110319.16 OiYNER1 CTtyofRpumeni COHTRACfORi TCamlrvdleriALC CIIANOEORDER, I 7,TIIEFOLLOWING C OESI TIIEPLANf ANDIOR SPECIFICAT 0 S ARE IIHREIIV MA—DE1 Proposed Change Order No. 1, In Ilia amount orsiO,7J0.00.Is needed to n,nke changes to the original eonfrnct hid Items due to silo conditions discovered once construction began. It Is proposed for a greater quantity of neslhlo pnvemcal slruchire repairs at 1" thickness rnllier Ilinn 4" thickness, and Install two (1) additional manholes for Improved mnlniennnce orthe CRy sewer system.77ie force main relocation will improve services for residents on Deaaell Road, ITEAlNO. CODE ,TE, DESCRIPTION UNIT I DID QUAI- M CIIANOERIQUANTRY UNITPRICE I CIIANOBOROERAb10UN1' ADD _ 7 3301 BtmmandReplRoa1Wh1111eu3ld.AhnAaN.Uplofl'OyhuOAtllfo1nD60sanNdanl(Pra. Cu (n FACII 11 a S 4.1100.00 S O,fA0.aa 17 Sfl FItUlkFneaualSlrverotoRepltr(1•) SY 1) E00 S 31.00 S tgiaoao Is EcuYeOonuidAddnlaal'RmthAtnAad11o8spotould{hotntEdulnUdlilutaPto,tww10 swif Win ' LF 0. SIo S 71.00 S 16,f10.00 - SUBTOTAL S 61.310.90 DELETE 4 3SI Fkt101s PastmtalStm Nia Repstr(41) $Y 7f0 ,J10 f ]Goa f (111100.00) ALLOIYANCII ALLOW I 1 1 -01010 S 100,000.00 f (i19f0.00) SUU OTAL S (41Af0.001 TOTAL AA OUlfrO► IIISCIIANCEORDER S 10.710.00 CONTRAC! TIAIE ORIOINALCONFRACTT15M 76S tsknduds)s ADDITIONALTIAIE 60tau adudns MWSEDCONTRACTTIAIE 4lSealendudgs ORIGINAL CONTRACTAAIOUNn S Ll6AI6f.00 NET FROM PREVIOUS CIIANOHOIIDM S TOTAL AMOUNT OPTI113CHANGE ORDER t S 10,710.00 PERCENT OFTI IIS CHANGE ORDER I PAY, TOTAL PERCENKIIANOE ORDERS TO DATE 1 0.6151, NEIYCONTDACTMIOUNrt S 1400,S1S100 v AMYIOVEDDYi L k DATU l— Z Lo?.e9 �lYJl9fiCRTQRR9OT3RRLATRIIRi mull :WN0n,01D DY• - � v o ti � 111CIMOMYSMIcu!, - ATmsfaon �Gr ✓� �'UL�CJ •Au TfTJS4R8IIlY1Q�l5iPL---'VAIR RESOLUTION NO. WHEREAS, on June 4, 2019, the City Council of the City of Beaumont, Texas passed Resolution No. 19-112 awarding a contract in the amount of $1,589,808.00 to T Construction, LLC, of Houston, Texas, for the Helbig Road Pipe Bursting Contract Project; and, WHEREAS, a contingency allowance in the amount of $100,000.00 was included in the above noted contract: WHEREAS, on October 1, 2019, the City Manager executed Work Directive No. 1, in the amount of $68,210.00, to furnish labor and equipment to install approximately 1,660 linear feet of 32" SDR 18.5 high -density polyethylene pipe via horizontal directional drilling, thereby decreasing the contingency allowance to $31,790.00 and having no effect on the total contract amount of $1,589,808.00; and, WHEREAS, on April 20, 2020, the City Manager executed Work Directive No. 2, in the amount of $2,800.00, to furnish labor, material and equipment to make a connection of a new 12" sanitary sewer force main line into existing manhole 127 and properly sealing the annular space inside and outside of the manhole, thereby decreasing the contingency allowance to $28,990.00 and having no effect on the total contract amount of $1,589,808.00; and, WHEREAS, on September 8, 2020, the City Council of the City of Beaumont, Texas passed Resolution No. 20-180 authorizing the City Manager to execute Change Order No. 1, in the amount of $39,720.00, is required to make changes to the original contract bid items due to site conditions discovered once construction began by increasing the quantity of flexible pavement structure repairs at 2" thickness rather than 4" thickness and to install two (2) additional manholes for better maintenance of the City sewer system, thereby decreasing the contingency allowance of $28,990.00 to $0.00 and increasing the total contract amount by the amount of $10,730.00 for a new total contract amount of $1,600,538.00; WHEREAS, Change Order No. 2, in the amount of ($117,541.15), is required to adjust estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby decreasing the total contract amount to $1,482,996.85; WHEREAS, the project has been inspected by the Water Utilities Division and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 2, in the amount of ($117,541.15) for additional work described above, thereby decreasing the total contract amount to $1,482,996.85 for the Helbig Road Pipe Bursting Contract Project; and, THAT the Helbig Road Pipe Bursting Contract Project be and the same is hereby accepted; and, BE IT FURTHER RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $101,397.48 to T Construction, LLC, of Houston, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of March, 2021. - Mayor Becky Ames - BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: March 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 $174,270.00 awarded to the Beaumont Public Health Department. N:.I7Zl�Z11i1�I� The Texas Department of State Health Services has awarded the Beaumont Public Health Department funding for Regional & Local Services System/Local Public Health Services (RLS S/LPHS) in the amount of $174,270.00 This funding will assist the Beaumont Public Health Department perform activities and services that will improve and strengthen the local public health infrastructure within the State of Texas. This contract will begin 09/01/2021 and end on 08/31/2023. 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 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) for the Regional & Local Services System/Local Public Health Services (RLSS/LPHS) Grant in the amount of $174,270.00, effective September 1, 2021 through August 31, 2023, to assist the Beaumont Public Health Department with planning and performing activities and services that will improve and strengthen the local public health infrastructure within the State of Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of March, 2021. - Mayor Becky Ames - C BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider a resolution approving a contract for the purchase of liquid chlorine for use in the Water Utilities Department. BACKGROUND Liquid Chlorine is used to purify the City's water supply and to treat sewage discharge. The Water Utilities Department expects to purchase approximately one hundred fifty (150) tons of this material during the term of this contract. Bids were requested from six vendors and two responses were received. DXI Industries, Inc. of Houston responded with a bid of $865.00 per ton and a container rental fee of $50 per month per container( 1 ton) for a total estimated amount of $137,250. This represents a 17 % increase in the price of this material over the prior contract. Specifications allow for a six month contract with the option of two renewals of six month terms at the same pricing as the awarded contract. There are no local vendors of this commodity. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were solicited for a six (6) month contract, with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract, for the purchase of Liquid Chlorine for use by the Water Utilities Department; and, WHEREAS, DXI Industries, Inc., of Houston, Texas, submitted a bid for a total estimated amount of $137,250.00 in the unit amounts as shown on Exhibit "A," attached hereto; and, WHEREAS, the City Council is of the opinion that the bid submitted by DXI, Industries, Inc., of Houston, Texas, is the lowest responsible bidder providing the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by DXI Industries, Inc., of Houston, Texas, for a six (6) month contract, with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract, for the purchase of Liquid Chlorine for a total estimated amount of $137,250.00 in the unit amounts 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 DXI Industries, Inc., of Houston, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of March, 2021. - Mayor Becky Ames - City of Beaumont Texas BEAUM©Nt Purchasing Division Bid Tabulation rexns Bid Name: Six (6) Month Contract for Liquid Chlorine Bid Number: TF0221-13 Bid Opening: Thursday, February 25, 2021 Contact Person: Terry Welch, Senior Buyer terrv.welch () bea u monttexas.4ov Phone 409-880-3107 DXI Industries Univar Solutions Inc. Kent, Wa Vendor City / State Houston, Tx Phone or Fax No. 281-457-4807 255-572-5041 ITEM DESC Unit Price Extended Price Unit Price E to Ceed (TONS) 1 Liquid Chlorine 150 $865.00 $129,750.00 no bid no bid 2 Rental/Other 150ea $50.00 $7,500.00 no bid no bid Charges TOTAL BID $137,250.00 NO BID Qualified low bidder is DXI Industries, as Hi Lighted in Bold. co T W J] BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Keith Folsom, Facilities Maintenance Director MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider a resolution approving a proposal submitted by Associated Mechanical Services, Inc. to replace the air-cooled chiller unit at the Sterling Pruitt Activity Center. BACKGROUND Pricing was obtained from Associated Mechanical Services, Inc. utilizing the current Maintenance Contract they have with the City of Beaumont. The HVAC Contract allows Associated Mechanical Services, Inc., at the request of the Facilities Maintenance Department, to perform maintenance, repair, and equipment installation on a time and material basis as set forth in the contract. The contract was approved by the City Council on December 15, 2020 by Resolution No. 20-271. The cost to replace the air-cooled chiller unit, including the proposed scope of work and the five (5) year extended warranty listed on the contractor's proposal, will be a not to exceed amount of $88,075.80. The Sterling Pruitt Activity Center has an air-cooled chiller unit that was originally installed in 2002. The unit is 19 years old and is experiencing condensing coil failure. The unit is the only source that supplies chilled water for the HVAC system and is a very critical component of the air conditioning system. FUNDING SOURCE Capital Reserve Fund. RECOMMENDATION Approval of the resolution. ' S O C,A M]r�EQ TACLA 022513C FANICAL SERVICES, INC. I I.,A- — v'OMMERCIAL • CENTRIFUGAL • REFRIGERATION (BUDGET) January 14, 2021 City of Beaumont 1848 Pine Street Beaumont, Texas 77720 Attn: Keith Folsom Re: Sterling Pruitt Activity Center Dear Keith, Associated Mechanical Services, Inc. is pleased to quote the following, A). Provide labor and materials to replace (1) existing 100-ton Trane chiller with (1) new 100- ton Carrier chiller. $82,335.00 Add for Carrier 5 Year Parts and Labor Warranty $5,740.80 Price includes haul off old chiller, crane for setting new chiller, new piping, connections, new insulation on new piping, un-hook and re -hookup of controls, start up, 1 year warranty. Price excludes electrical work (by city). Thanks for the opportunity to work with you on this project. If.you should have any questions please feel free to contact me at any time. Sincerely, John P. Weber President Operations Manager Houston • Austin + Nederland P.O. Box 1818 • NEDERLAND, TEXAS 77627-1818 • OFFICE: (409) 721-5050 0 FAX: (409) 721-5055 Regulated by the Texas Department of Licensing and Regulation 0 P.O. Box 12157 6 Austin, TX 78711 • (800) 803-9202 RESOLUTION NO. WHEREAS, on December 15, 2020, the City Council of the City of Beaumont, Texas passed Resolution No. 20-271 for an annual contract, with the option of two (2) renewals of twelve (12) month terms at the same pricing as the awarded contract with Associated Mechanical Services, Inc., of Nederland, Texas, in an estimated amount of $243,000.00 for heating, ventilation, and air conditioning (HVAC) installation, maintenance and repair for City -owned HVAC equipment; and, WHEREAS, the contract allows Associated Mechanical Services, Inc., of Nederland, Texas, at the request of the Facilities Maintenance Department, to perform maintenance, repair, and equipment installation on a time and material basis as set forth in the contract; and, WHEREAS, Associated Mechanical Services, Inc., of Nederland, Texas, submitted a proposal in an amount up to $88,075.80 for the purchase of a replacement air-cooled chiller unit at the Sterling Pruitt Activity Center located at 2930 Gulf Street; and, WHEREAS, City Council is of the opinion that the proposal submitted by Associated Mechanical Services, Inc., of Nederland, Texas 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 proposal submitted by Associated Mechanical Services, Inc., of Nederland, Texas, in an amount up to $88,075.80 for the purchase of a replacement air- cooled chiller unit at the Sterling Pruitt Activity Center located at 2930 Gulf Street be accepted by the City of Beaumont; 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 March, 2021. - Mayor Becky Ames - BEAUMONT TEXAS TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: BACKGROUND City Council Kyle Hayes, City Manager Todd Simoneaux, Chief Financial Officer March 9, 2021 Council consider a resolution approving the purchase of two defibrillators with accessories for use in the Fire Department. E The defibrillators are used by the Fire Department as a complete acute cardiac care response system designed for basic and advanced life support. Pricing was obtained from Stryker, of Chicago, Illinois in the amount of $77,269.46. Stryker is a sole source provider that manufactures services and provides the warranty on all defibrillators within the City. FUNDING SOURCE Capital Reserve Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of two (2) LP15V4 Defibrillators for use by the Fire Department in its acute cardiac care responsive system from Stryker, of Chicago, Illinois, a sole source provider, in the amount of $77,269.46. 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 March, 2021. - Mayor Becky Ames - F BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to apply for and receive funding through the U. S. Department of Homeland Security, 2021 Emergency Management Performance Grant (EMPG) program. BACKGROUND The Department of Homeland Security EMPG funding is provided to assist state and local governments in enhancing and sustaining all -hazards emergency management capabilities. It directly supports developing and carrying out emergency management programs. This includes mitigating costs of compliance with the National Incident Management System, Incident Command System, planning, and training mandates, as well as reducing the personnel costs to manage the program. The federal funding guidelines are envisioned to cover up to half the anticipated operating expenses which are currently funded through the city's budget. The City was awarded $37,161.75 from this funding source in fiscal year 2020, and we anticipate the City receiving a similar amount in 2021. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to apply for and receive funding for the City of Beaumont through the U.S. Department of Homeland Security, 2021 Emergency Management Performance Grant (EMPG) in an amount not to exceed $135,404.02 to assist in developing and carrying out various emergency management programs. 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 March, 2021. - Mayor Becky Ames - G BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider a resolution approving a primary and secondary contract for the publication of legal notices to be used by various City Departments. The publication of legal notices is utilized by various City departments and divisions, such as the City Clerk, Convention and Visitors Bureau, Finance, Engineering, Water Utilities and Planning and Zoning to meet various notification requirements as dictated by law. The primary contract would be to The Examiner. City legal notices are currently posted on Thursdays with The Examiner and the current price is one dollar and twenty-five cents ($1.25) per column line. The previous cost per column line was one dollar ($1). The secondary contract would be to the Beaumont Enterprise. Cost is $2.63 per column line on Monday through Saturday. Sunday the cost is $3.16 per column line. Bid tab is attached. FUNDING SOURCE General Fund, Water and Sewer Fund, and the Hotel Tax Fund RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, bids were received for a one (1) year contract with the option of two (2) one (1) year renewals for publication of legal notices by various City departments; and, WHEREAS, The Examiner submitted a bid in the weekly amount of $1.25 per column line as described in Exhibit 'A" attached hereto; and, WHEREAS, Beaumont Enterprise submitted a bid in the amount of $2.63 per column line on Monday thru Saturday and the amount of $3.16 per column line on Sunday as described in Exhibit 'A" attached hereto; and, WHEREAS, City Council is of the opinion that the bids submitted by The Examiner and Beaumont Enterprise for a one (1) year contract with the option of two (2) one (1) year renewals are the lowest responsible bidders providing the best value to the City and should be accepted as primary and secondary contracts, respectively; 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 The Examiner for a one (1) year contract with the option of two (2) one (1) year renewals for the publication of legal notices for use by various City departments in the weekly amount of $1.25 per column line as described in Exhibit "A," attached hereto and the bid submitted by Beaumont Enterprise for a one (1) year contract for the publication of legal notices for use by various City departments in'the amount of $$2.63 per column line on Monday thru Saturday and the amount of $3.16 per column per column line on Sunday be accepted by the City of Beaumont as primary and secondary contracts, respectively; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with The Examiner and Beaumont Enterprise 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 March, 2021. - Mayor Becky Ames - City of Beaumont, Texas Bid Name: Annual Contract for Publication of Legal Notices Bid Number: PF0121-13 Bid Opening: February 11, 2021 Contact Person: Patrick Bardwell patrick.bardwell@beaumonttexas.gov 409-880-3175 Description The Examiner Beaumont, Tx Beaumont Enterprise Beaumont, Tx News a er with circulation under 50,000 Per column line Per column line Daily Rate $1.25 $2.63 Sunday Rate NA $3.16 Weekly $1.25 NA Description Answer Current Circulation Total 39,999 or less 39,999 or less Classified Advertisement day(s) of publication Thursday'Monday thru Sunda Primary The Examiner Secondary Beaumont Enterprise EXHIBIT "A" H BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider revising Resolution 21-030 to clarify that long-term disability (LTD) coverage is included in the award of the contract. BACKGROUND On February 9, 2021, Council approved Resolution 21-030 which awarded The Standard Insurance Company a contract for various insurance policies with an effective date beginning on March 1, 2021. The city provides basic life and accidental death and dismemberment insurance. Employees may elect to purchase supplemental life, dependent life, and voluntary long-term disability (LTD) at a group rate. While Resolution 21-030 did not specify LTD coverage, it was a component of the original bid and the award of bid does include that coverage. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, on February 9, 2021, the City Council of the City of Beaumont, Texas, approved Resolution No. 21-030 authorizing the termination of 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 Insurance effective January 1, 2021; and, WHEREAS, it is necessary to amend Resolution No. 21-030 to include Long Term Disability (LTD) coverage; and, WHEREAS, it is also necessary to amend Resolution No. 21-030 to reflect an effective date of March 1, 2021 for Basic Life and Accidental Death and Dismemberment (AD&D), Supplemental Life and Accidental Death and Dismemberment, Dependent Life Insurance, and Long Term Disability coverage; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT Resolution No. 21-030 is hereby amended to include Long Term Disability (LTD) coverage and an effective date of March 1, 2021 for Basic Life and Accidental Death and Dismemberment (AD&D), Supplemental Life and Accidental Death and Dismemberment, Dependent Life Insurance, and Long Term Disability coverage. 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 March, 2021. - Mayor Becky Ames - BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dean Conwell, Executive Director of the CVB MEETING DATE: March 9, 2021 REQUESTED ACTION: Consider authorizing the Beaumont Convention and Visitors Bureau to apply for grant funds from the Jefferson County Tourism Commission (JCTC), for $9,000 for the partial payment of four benches to be installed at Cattail Marsh. BACKGROUND The Beaumont Convention and Visitors Bureau would like to apply for grant funds from the Jefferson County Tourism Commission for half the cost of four packaged benches with canopies to install at Cattail Marsh for seating. Over 12 miles of trails surround the Cattail Marsh Wetlands, without places to sit at this time. The Beaumont Convention and Visitors Bureau would like to enhance the visitor experience at Cattail Marsh through the offering of shaded seating. FUNDING SOURCE None. RECOMMENDATION Approval of the resolution. Revised 7-27-2020 APPLICATION FOR USE OF JEFFERSON COUNTY HOTEL OCCUPANCY TAX FUNDS FOR BEACH/PARK ON WATERWAY FUNDING Thank you for your interest in promoting tourism and the hotel industry in Jefferson County through the utilization of county Hotel Occupancy Tax (HOT) funds. The use of HOT funds is regulated by law (Tax Code 352.1033), which limits the use of those funds for the direct enhancement and promotion of tourism AND the convention and hotel industry. In addition, the project must fit into one of the categories listed under section I, subsection B. The following information will be used to determine eligibility I. CRITERIA A. General Information 1. Name of Organization Beaumont Convention and Visitors Bureau 2. Total Amount of Funds Requested by this Grant $9,000 3. Year and months in which funds will be used: June 2021 4. Completion date of project July 1, 2021 B. Categories: (Choose one that best describes project) 1. Clean public beaches X 2. Acquire, furnish or maintain facilities, including parks, which enhance public access to beaches. 3. Provide and maintain public restrooms on or adjacent to beach and beach access facilities. 4. Create, renovate, promote, and maintain parks adjacent to bays, rivers, and other navigable waterways if the county does not operate a public beach on the Gulf of Mexico Revised 7-27-2020 1 Revised 7-27-2020 1. Total current operating budget for beach/park on a waterway meeting the above criteria: $46,000 2. Other sources being -applied to for funding this beach/park on a water- way including amounts: Convention and Visitors Bureau will pay for additional costs from purchase and installation that is estimated to be over $10,000. 3. Provide a specific line item description and amount of exact use of funds being requested. Total should match amount being requested. Back up documentation such as bids must be attached. (If more space is needed, please use attachments.) Amount Line Item $9,000 (4) Bench and canopy to ParkCatalog $9,000 TOTAL (Must match amount requested on front page) Revised 7-27-2020 2 Revised 7-27-2020 III. MARKF,TING PLANS A. What type of events/activities is held at the beach/park on a waterway in question which attracts visitors from outside 75 miles of Jefferson County? Cattail Marsh Wetlands open 6 days for visitors and hosts weekly: Tuesday's - Coffee at Cattail (8 am) Thursday's - Nature Screenings (4 pm) Saturday - Cattail Explorer's Kid's Programming (11-2 pm) Saturday - Morning Yoga (9:30 am) B. Are there current or planned marketing efforts in place to promote the beach/park on the waterway in question to visitors from outside 75 miles of Jefferson County? Please explain in detail. Open. every Saturday with one Super Saturday a month where marketing dollars are spent for 120 Mile radius the weeks leading up to the event. As a birding destination it draws in birders and photographers from all across the United States. We would like to focus on the more leisure travelers and families who would need a resting area or place to sit during the 8 mile walk. By signing this application, I, individually and on behalf of my organization, represent and agree that: 1. I.have full authority to execute this application on behalf of myself, group, and organization; 2. Any funds allocated out of Hotel Occupancy Tax monies will be used solely in the manner set forth in the award letter; 3. I as a representative and my organization will, within 60 days following the date of my/our project/event, provide a complete and detailed accounting to the Jefferson County Tourism Commission, c/o Kathi Hughes, in such form as may be provided/requested; 4. Failure to provide the report within 60 days and/or to use the allocated monies solely for the purposes for which such funds were awarded shall render me and my group/organization liable for reimbursement to Jefferson County of all such funds, plus reasonable court costs and attorney fees. i. Please submit a W-9 form with application. Revised 7-27-2020 i 3 Revised 7-27-2020 Date 2/25/21 Name of Organization Representative Completing Form Dean Conwell Signature Title Executive Director Phone Number 409-880-3749 Federal Tax ID 74-6000278 Address City of Beaumont Convention & Visitors Bureau 505 Willow St Beaumont, TX 77701 E-mail Dean.ConwelI@beaumonttexas.gov W-9 Attached Return Form to: Ben J. Rogers Regional Visitors Center Attn: Kathi Weathington Hughes 5055 IH-10 South Beaumont, Texas 77705 Should you have any application questions or problems with the online forms, please contact Kathi Hughes for assistance at 409-842-0500 or 1-866-432-8951. SPECIAL NOTE: Grants of hotel occupancy tax revenues may statutorily be used only for the promotion of tourism. Expenditure of funds for unauthorized purposes may result in recapture and/or enter into funding decisions in future funding cycles. Revised 7-27-2020 4 Revised 7-27-2020 APPLICATION FOR USE OF JEFFERSON COUNTY HOTEL OCCUPANCY TAX FUNDS FOR BEACH/PARK ON WATERWAY FUNDING Thank you for your interest in promoting tourism and the.hotel industry in Jefferson County through the utilization of county Hotel Occupancy Tax (HOT) funds. The use of HOT funds is regulated by law (Tax Code 352.1033), which limits the use of those funds for the direct enhancement and promotion of tourism AND the convention and hotel industry. In addition, the project must fit into one of the categories listed under section 1, subsection B. The following information will be used to determine eligibility I.- CRITERIA A. General Information 1. Name of Organization Beaumont Convention and Visitors Bureau 2. Total Amount of Funds Requested by this Grant $9,000 3. Year and months in which funds will be used: ►3i June 2021 Completion date of project July 1, 2021 B. Categories: (Choose one that best describes project) 1. Clean public beaches X 2. Acquire, furnish or maintain facilities, including parks, which enhance public access to beaches. 3. Provide and maintain public restrooms on or adjacent to beach and beach access facilities. 4. Create, renovate, promote, and maintain parks adjacent to bays, rivers, and other navigable waterways if the county does not operate a public beach on the Gulf of Mexico Revised 7-27-2020 Revised 7-27-2020 1 If j\l 1 -112-C XMI- 1. Total current operating budget for beach/park on a waterway meeting the above criteria: $46,000 2. Other sources being applied to for funding this beach/park on a water- way including amounts: Convention and Visitors Bureau will pay for additional costs from purchase and installation that is estimated to be over $10,000. 3. Provide a specific line item description and amount of exact use of funds being requested. Total should match amount being requested. Back up documentation such as bids must be attached. (If more space is needed, please use attachments.) Amount Line Item $9,000 (4) Bench and canopy to ParkCatalog $9,000 TOTAL (Must match amount requested on front page) Revised 7-27-2020 2 Revised 7-27-2020 III. MARKETING PLANS A. What type of events/activities is held at the beach/park on a waterway in question which attracts visitors from outside 75 miles of Jefferson County? Cattail Marsh Wetlands open 6 days for visitors and hosts weekly: Tuesday's - Coffee at Cattail (8 am) Thursday's - Nature Screenings (4 pm) Saturday - Cattail Explorer's Kid's Programming (11-2 pm) Saturday.- Morning Yoga (9:30 am) B. Are there current or planned marketing efforts in place to promote the beach/park on the waterway in question to visitors from outside 75 miles of Jefferson County? Please explain in detail. Open every Saturday with one Super Saturday a month where marketing dollars are spent for 120 Mile radius the weeks leading up to the event. As a birding destination it draws in birders and photographers from all across the United States. We would like to focus on the more leisure travelers and families who would need a resting area or place to sit during the 8 mile walk. By signing this application, I, individually and on behalf of my organization, represent and agree that: 1. I have full authority to execute this application on behalf of myself, group, and organization; 2. Any funds allocated out of Hotel Occupancy Tax monies will be used solely in the manner set forth in the award letter; 3. I as a representative and my organization will, within 60 .days following the date of my/our project/event, provide a complete and detailed accounting to the Jefferson County Tourism Commission, c/o Kathi Hughes, in such form as may be pr6vided/requested; 4. Failure to provide the report within 60 days and/or to use the allocated monies solely for the purposes for which such funds were awarded shall render me, and my group/organization liable for reimbursement to Jefferson County of all such funds, plus reasonable court costs and attorney fees. i. Please submit a W-9 form with application. Revised 7-27-2020 Revised 7-27-2020 Date 2/25/21 Name of Organization Representative Completing Form Dean Conwell Signature Title Phone Number Federal Tax ID Executive Director 409-880-3749 74-6000278 Address City of Beaumont Convention & Visitors Bureau 505 Willow St Beaumont, TX 77701 E-mail W-9 Attached Return Form to: Dean.ConwelI@beaumonfexas.gov Ben J. Rogers Regional Visitors Center Attn: Kathi Weathington Hughes 5055 IH-10 South Beaumont, Texas 77705 Should you have any application questions or problems with the online forms, please contact Kathi Hughes for assistance at 409-842-0500 or 1-866-432-8951. SPECIAL NOTE: Grants of hotel occupancy tax revenues may statutorily be used only for the promotion of tourism. Expenditure of funds for unauthorized purposes may result in recapture and/or enter into funding decisions in future funding cycles. Revised 7-27-2020 4 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 apply for grant funds from the Jefferson County Tourism Commission (JCTC) in the amount of $9,000.00 as part of a Cattail Marsh Wetlands canopy bench installation effort for the benefit of the Beaumont Convention and Visitors Bureau. 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 March, 2021. - Mayor Becky Ames - J BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dean Conwell, Executive Director of the CVB MEETING DATE: March 9, 2021 REQUESTED ACTION: Consider authorizing the Beaumont Convention and Visitors Bureau to apply for and accept grant funds from the Jefferson County Tourism Commission (JCTC), for $9,600 as part of a billboard advertising effort. BACKGROUND The Beaumont Convention and Visitors Bureau would like to apply for grant funds from the Jefferson County Tourism Commission for half the cost of an annual billboard advertisement. The billboard is located on I-2 between McAllen and Weslaco, Texas to promote Beaumont as a premier birding destination. The billboard is centrally located among several birding hotspots in the Rio Grande Valley. The Beaumont Convention and Visitors Bureau contracts with Lamar Billboard Company, and the grant monies received would go towards approximately half the cost of the billboard. FUNDING SOURCE None. RECOMMENDATION Approval of the resolution. Revised 7-27-2020 APPLICATION FOR USE OF JEFFERSON COUNTY HOTEL OCCUPANCY TAX FUNDS (FOR ADVERTISING AND PROMOTION FUNDING) Thank you for your interest in promoting tourism and the hotel industry in Jefferson County through the utilization of.county Hotel Occupancy Tax (HOT) funds. The use is HOT funds is regulated by law (Tax code 352-1033), which limits the use of those funds for the direct enhancement and promotion of tourism AND the convention and hotel industry. To determine eligibility, the following section of this tax code which pertains to advertising/promotion must apply to your application. "Advertise and conduct solicitations and promotional programs to attract tourists and conventions delegates or registrants to the county or its vicinity, any of which may be conducted by the county or through contracts with persons or organizations selected by the county. In addition, a county that borders the Gulf of Mexico and that is authorized to impose the tax by Section 352.002(a)(6) may use 50% or less of the revenue from the tax for the promotion of tourism.. I. CRITERIA A. General Information 1. Name of Organization Beaumont Convention & Visitors Bureau 2. What specifically is being marketed or promoted? I.e. facility, event, etc. The Beaumont CVB is requesting funds to further the region as a birding destination. More specifically, Beaumont Birding Hotel Package: One night hotel stay with Beaumont birding gift bag received at check in. 3. Total Amount of Funds Requested by this Grant? $9,600 4. What is the organization's financial contribution for this project/event? Revised 7-27-2020 Revised 7-27-2020 5. What other funding sources are being pursued or sought? The Beaumont Convention & Visitors Bureau pays $12,558 for over half the cost of the billboard contract. 6. Date of Event if applicable. Please ensure that you are requesting funds far enough in advance to be able to accomplish the goals for which you are requesting funds. Cnntr;;rt from 4/1/21- 4/1/22, during sTg migration and leaning into summer months where visitation increases. Billboard located off Interstate 2 between major birding hot spots such as Estero Llano Grande State Park World Birding Center, Santa Ana NWR, and in route from McAllen to Harliaen. Texas the host site for Rio Grande Vallev ng 7. Which hoteUs have you negotiated a special rate if this funding request is being used for an event? Please list hoteUs (do not list rates). Hampton Inn Holiday Inn & Suites Beaumont Plaza MCM Elegante 8. Completion date of project May 1, 2022 H. VISITOR IMPACT A. Provide numbers for the following: 1. Total visitors/participants: previous year Peak migration 3-5K per day expected this year 6-10% increase 2. Visitors/participants who indicated they stayed or will stay in a Jefferson County hotel: previous year No data expected this year No data Revised 7-27-2020 2 Revised 7-27-2020 M. FUNDING RECAP 1. Provide a specific line item description and amount of exact use of funds being requested. Total should match amount being requested. (If more space is needed, please use attachments.) Amount Line Item $9,600 Contribution toward Lamar Ad Contract $9,600 TOTAL (Should match request on front page) IV. MARKETING PLANS A. How will your organization enhance the promotion of tourism AND the convention /hotel industry in Jefferson County? The billboard will not only introduce Beaumont, TX as a birding destination, but it will also'direct visitor traffic to go to URL for Birding Hotel Package and more information on Beaumont Birding. The Billboard will also show the location of Beaumont in a Texas silhouette for visual reference. Revised 7-27-2020 Revised 7-27-2020 B. What media will be used in your advertising and promotion? Please provide a detailed list of the media to be used, i.e. Houston Chronicle, KHOU, Southern Living, etc. (Must be outside 75-mile radius of Jefferson County) I amar Advertising, 2001 Industrial Way San Benito, TX 78586 By signing this application, I, individually and on behalf of my organization, represent and agree that: 1. I have full authority to execute this application on behalf of myself, group, and organization; 2. Any funds allocated out of Hotel Occupancy Tax monies will be used solely in the manner set forth in the award letter; 3. I as a representative and my organization will, within 60 days following the date of my/our project/event, provide a complete and detailed accounting to the Jefferson County Tourism Commission, c/o Kathi Hughes, in such form as may be provided/requested; 4. Failure to provide the report within 60 days and/or to use the allocated monies solely for the purposes for which such funds were awarded shall render me and my group/organization liable for reimbursement to Jefferson County of all such funds, plus reasonable court costs and attorney fees. 5. Please submit a W-9 Form with application. Date 2/25/21 Name of Organization Representative Completing Form Dean Conwell Signature Title Executive Director Phone Number 409-880-3749 Federal Tax ID 74-6000278 Address City of Beaumont Convention & Visitors Bureau 505 Willow St Beaumont, TX 77701 E-mail Dean.ConwelI@beaumonttexas.gov W-9 Attached Revised 7-27-2020 4 Revised 7-27-2020 Return Form to: Ben J. Rogers Regional Visitors Center Attn: Kathi Weathington Hughes 5055 IH-10 South Beaumont, Texas 77705 Questions in regard to the application should be forwarded to Mrs. Kathi Hughes at 409- 842-0500 or 866-432-8951. SPECIAL NOTE: Grants of hotel occupancy tax revenues may statutorily be used only for the promotion of tourism. Expenditure of funds for unauthorized purposes may result in recapture and/or enter into funding decisions in future funding cycles. Revised 7-27-2020 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 apply for and receive grant funds from the Jefferson County Tourism Commission (JCTC) in the amount of $9,600.00 as part of a cooperative billboard advertising effort, located on 1-2 between McAllen and Weslaco, Texas, for the benefit of the Beaumont Convention and Visitors Bureau. 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 March, 2021. - Mayor Becky Ames - K BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dean Conwell, Executive Director of the CVB MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider authorizing the Beaumont Convention and Visitors Bureau to apply for grant funds from the Jefferson County Tourism Commission (JCTC), for $9,600 as part of a cooperative billboard advertising effort. BACKGROUND The Beaumont Convention and Visitors Bureau would like to apply for grant funds from the Jefferson County Tourism Commission for half the cost of an annual cooperative billboard advertisement. The billboard is located on I-10 and encourages visitors to stop at the Ben J. Rogers Regional Visitors Center. The Beaumont Convention and Visitors Bureau contracts with the billboard company for the 12-month contract and the grant funds received would go towards approximately half the cost of the billboard. FUNDING SOURCE None. RECOMMENDATION Approval of the resolution. Revised 7-27-2020 APPLICATION FOR USE OF JEFFERSON COUNTY HOTEL OCCUPANCY TAX FUNDS (FOR ADVERTISING AND PROMOTION FUNDING) Thank you for your interest in promoting tourism and the hotel industry in Jefferson . County through the utilization of county Hotel Occupancy Tax (HOT) funds. The use is HOT funds is regulated by law (Tax code 352-1033), which limits the use of those funds for the direct enhancement and promotion of tourism AND the convention and hotel industry- To determine eligibility, the following section of this tax code which pertains to advertising/promotion must apply to your application. "Advertise and conduct solicitations and promotional programs to attract tourists and conventions delegates or registrants to the county or its vicinity, any of which may be conducted by the county or through contracts with persons or organizations selected by the county. In addition, a county that borders the Gulf of Mexico and that is authorized to impose the tax by Section 352.002(a)(6) may use 50% or less of the revenue from the tax for the promotion of tourism. I. CRITERIA A. General Information 1. Name of Organization City of Beaumont CVB 2. What specifically is being marketed or promoted? I.e. facility, event, etc. Ben J. Rogers Regional Visitor Center 3. Total Amount of Funds Requested by this Grant? $9,600 4. What is the organization's financial contribution for this project/event? $10-500 Revised 7-27-2020 Revised 7-27-2020 5. What other funding sources are being pursued or sought? The Beaumont Convention & Visitors Bureau pays $10}500 for over half the cost of the billboard contract. 6. Date of Event if applicable. Please ensure that you are requesting funds far enough in advance to be able to accomplish the goals for which you are requesting funds. The grant would continue the anrnial 1 year contract_ 7. Which hoteUs have you negotiated a special rate if this funding request is being used for an event? Please list hoteUs (do not list rates). n/a 8. Completion date of project This is an ongoing advertising program. f H. VISITOR IMPACT A. Provide numbers for the following: 1. Total visitors/participants: previous year 38,873 expected this year 39,000 2. Visitors/participants who indicated they stayed or will stay in a Jefferson County hotel: previous year 720 expected this year 1000 Revised 7-27-2020 Revised 7-27-2020 M. FUNDING RECAP 1. Provide a specific line item description and amount of exact use of funds being requested. Total should match amount being requested. (If more space is needed, please use attachments.) Amount Line Item $9,600 Contribution toward annual SignAd contract $9,600 TOTAL (Should match request on front page) IV. MARIKETING PLANS A. How will your organization enhance the promotion of tourism AND the convention /hotel industry in Jefferson County? The billboard encourages visitors to stop at the Ben J Rogers Regional Visitor Center. Additional visitor traffic that stops and becomes more aware of the many things to see and do in the area contributes to an increase in visitation for attractions, hotels and restaurants in Jefferson County. Revised 7-27-2020 Revised 7-27-2020 B. What media will be used in your advertising and promotion? Please provide a detailed list of the media to be used, i.e. Houston Chronicle, KHOU, Southern Living, etc. (Must be outside 75-mile radius of Jefferson County) Outrinor Advertising, SignAri Rillhnard Cn By signing this application, I, individually and on behalf of my organization, represent and agree that: 1. I have full authority to execute this application on behalf of myself, group, and organization; 2. Any funds allocated out of Hotel Occupancy Tax monies will be used solely in the manner set forth in the award letter; 3. I as a representative and my organization will, within 60 days following the date of my/our project/event, provide a complete and detailed accounting to the Jefferson County Tourism Commission, c/o Kathi Hughes, in such form as may be provided/requested; 4. Failure to provide the report within 60 days and/or to use the allocated monies solely for the purposes for which such funds were awarded shall render me and my group/organization liable for reimbursement to Jefferson County of all such funds, plus reasonable court costs and attorney fees. 5. Please submit a W-9 Form with application. Date 2/23/21 Name of Organization Representative Completing Form City of Beaumont Convention & Visitors Bureau Signature Z"'Q.a-01 (�yrrr1� Title Executive Director Phone Number Federal Tax ID Address 409-880-3749 74-6000278 505 Willow St Beaumont TX 77701 E-mail dean.conwell@beaumonttexas.gov W-9 Attached yes Revised 7-27-2020 4 Revised 7-27-2020 Return Form to: Ben J. Rogers Regional Visitors Center Attn: Kathi Weathington Hughes 5055 IH-10 South Beaumont, Texas 77705 Questions in regard to the application should be forwarded to Mrs. Kathi Hughes at 409- 842-0500 or 866-432-8951. SPECIAL NOTE: Grants of hotel occupancy tax revenues may statutorily be used only for the promotion of tourism. Expenditure of funds for unauthorized purposes may result in recapture and/or enter into funding decisions in future funding cycles. Revised 7-27-2020 SIGN P.O. Box 8626 Houston, TX 77249 713-861-6013 Customer #: Agency Name: Client Name: Address: City, State, Zip AD OUTD001 Contract # 038257 R Date: 10/12/2020 Outdoor Advertising Contract CITY OF BEAUMONT [ACCOUNTS PAYABLE, 505 WILLOW ST IMONT, TX 77701-0000 Board Location Size Start Date / 4-Week 4-Week Contract End Date Perlod(s)* Net Rate Total 30880.1 RHIEB 12/27/2020 / 112481-10 E/O SH 1461 Mt. Belvieu-RHIEB 14 x 48 12I25/2021 13.00 $1,800.00 $23,400.00 # of Vinyls Included: 1 4-Week Net Total $1,800.00 • 4-Week Period(s) [son approArnotion THIS CONTRACT IS NOT SUBJECT To CANCELLATION UNLESS SO STATED HEREIN. Total Contract Amountl $23,400.00 The undersigned hereby authorizes SIGNAD, LTD. to print and execute from designs mutually agreed upon, on bulletin described above, (which Is now and shall remain under SIGNAD, LTD. ownership and/or control) and upon conditions stated above. Client hereby promises to pay to the order of SIGNAD, LTD. in Houston, Harris County, Texas, their successors, or assigns, the Total Contract Amount in periodic four (4) week Installments, In the amount shown In the Period Rate column or as otherwise stated above, beginning on the Start Date. We further agree to pay for any displays not printed by reason of failure on our part to furnish or approve copy within fifteen (15) days after the SIGNAD, LTD signature date of this contract. Required upfront deposit will be applied towards the total contract sum. Slgner(s) accept full financial responsibility. Any advertising agency that executes this outdoor advertising contract understands and agrees that they are a principal to the Contract and responsible for any and all payments. Guarantor personally guarantees payment of all sums due to SIGNAD, LTD under this outdoor advertising contract Payment terms are NET 10. I Cr N A ru"' OUTDOOR Account Executive: Amy Brown SlgnAd Approval: Title: Date: NOT VALID UNTIL APPROVED BY AN OFFICER OF SIGNAD Client: CITY OF BEAUMONT Printed Name: Signature: Title: Date: The signature above confirms that I have read and understood the attached terms and conditions of this contract. CORPORATION: PARTNERSHIP: INDIVIDUAL: [] SIGNAD Contract no.: 038257 OUTDOOR CONTRACT TERMS & CONDITIONS FOR OUTDOOR ADVERTISING 1. Provided the payments agreed upon are not delinquent, agreed upon re -vinyls are to be given at approximately regular Intervals in new copy submitted or approved by advertiser, or existing copy may be re-vinyled, if needed, if new copy has not been submitted or approved by SIGNAD, LTD. All re -vinyls furnished by SlgnAd must be used prior to the last 60 days of the end date of this contract. Forfeited re -vinyls will not carry over to a new contract and have no value. 2. Illuminated spaces are to be lighted from sunset to midnight unless otherwise stated herein. Where agreed Illumination service for any reason Is not furnished, a pro rata credit of not more than 10% of the applicable period rate for bulletin will be rendered by SIGNAD, LTD, beginning the day SIGNAD, LTD became aware of outage. 3. If use of contracted location becomes impractical through loss of lease, obstruction of view, or for any other cause, or service on same by materially interrupted, such event shall not breach or terminate this contract, but such lost location may be replaced by another mutually agreed upon location of equal value and any service lost shall be made without added charge by pro rata extension of expiration and/or cancellation date of said contract. 4. It is expressly agreed that SIGNAD, LTD. shall not be held liable for loss or damage on account of delays due to strikes, fires, governmental or municipal laws, rules or regulation or acts of Providence, or war, nor for liability to secure specific material, or to maintain said display or any part thereof by reason of any legislation heretofore or hereafter enacted by the Federal Government, or any State or Municipal Government, or any rules or regulation made by any departments of the Federal, State or Municipal Government, or for other causes. SIGNAD, LTD reserves the right to cancel this contract if an opportunity to upgrade location stated herein arises. 5. It is expressly agreed that SIGNAD, LTD, shall not be bound by any stipulations, representations or agreements not embodied in the contract. 6. It is hereby agreed that upon advertiser's failure, neglect or delay to pay herein specified, SIGNAD, LTD. may at its option declare the full consideration hereof due and payable and add reasonable attorney fees which advertiser agrees to pay. Notice, protest and demand on default are waived. Should such default remain uncured for a period of thirty (30) days, SIGNAD, LTD. shall have the right to block out such display in an attempt to resell to a paying customer, In which case the undersigned shall still be liable for the period of time remaining under this contract wherein such display remains unsold plus any additional costs associated with such resell. Such cost can include, but is not limited to, vinyl cost, vinyl removal fee, and/or resell fee. Deposits will be forfeited if this contract goes into an uncured default. It is agreed that venue is proper Harris County, Texas. 7. Payments hereunder past due over sixty (60) days from the date of billing shall bear Interest at one and one-half (1 112%) percent of computed periodically on the 11th day of each billing period. The ANNUAL PERCENTAGE RATE is nineteen and a half (19.5%) percent per annum. Payments received shall be first applied to any such Interest and then to the oldest invoices outstanding. 8. For the purposes of this contract, NOTICE DATE is thirty (30) days prior to the original expiration date as stated hereunder. SIGNAD, LTD. will guarantee advertiser first right of refusal on renewal should such renewal be agreed upon prior to Notice Date. After Notice Date, no guarantee is expressed or implied as to Advertiser's right to renew, In the event written notice of cancellation is not received from Advertiser prior to Notice Date, SIGNAD, LTD. may, at its sole option, extend this contract, subject to any applicable rate increases, after expiration and continue advertising until thirty (30) days after receipt of notice. SlgnAd has the option to cancel extended contract with zero (0) days notice. Initial: 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 apply for and receive grant funds from the Jefferson County Tourism Commission (JCTC) in the amount of $9,600.00 as part of a cooperative billboard advertising effort, located on 1-10, for the benefit of the Beaumont Convention and Visitors Bureau. 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 March, 2021. - Mayor Becky Ames - BEAUMONT TEXAS REGULAR MEETING. OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, MARCH 9, 2021 1:30 PM CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognitions * Public Comment: Persons may speak on scheduled agenda items 1-4/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider amending Section 2.03.074 of the Code of Ordinances to add nine Grade I Firefighter positions 2. Consider a resolution authorizing the City Manager to award a contract to Brystar Contracting, Inc. for rehabilitation work on 16 lift stations 3. Consider a resolution authorizing the City Manager to award a contract to Placo, Ltd. of Lumberton for rehabilitation work on three lift stations 4. Consider a resolution requiring that face coverings be worn by the public in all City -owned facilities operated by the City DISCUSSION ITEMS * Review and discuss the seating at the Civic Center * Review and discuss the lighting at Complex 4 at the Athletic Complex 1 COMMENTS * Public Comment (Persons are limited to 3 minutes) * Councilmembers/City Manager/City Attorney comment on various matters EXECUTIVE SESSION * A closed session or public hearing for the purpose: to hear a complaint or charge against an officer or employee in accordance with Section 551.074 of the Government Code to wit; specifically: Council -member Michael D. Getz Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Claim of Joseph Jackson, Toyesha Livings and Ashley Phillips Michael D. Getz vs. The City of Beaumont 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. 0 March 9, 2021 Consider amending Section 2.03.074 of the Code of Ordinances to add nine Grade I Firefighter positions BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider amending Section 2.03.074 of the Code of Ordinances to add nine Grade I Firefighter positions. I i :_ ,_ ` I �► 1 The EMS Division, formerly a part of the Public Health Department, was moved into the Fire Department in early January of this year. The Administration is proposing to staff one ambulance, at this time, with firefighters, which will require hiring nine additional employees. The Code of Ordinances would be amended to increase the number of Grade I Firefighter positions from 100-109. The Administration plans to staff City ambulances over time with firefighters who are also Paramedics; EMT -Intermediates or EMT -Basics. As firefighters are hired and the City can staff the desired number of ambulances each day, vacant civilian EMS positions will be eliminated. If the staffing of one ambulance with firefighters is successful and additional firefighter positions are added by the City Council in the future, the transition will likely take many years. The purpose of this plan is to have a more secure staffing plan due to the high turnover of civilian employees in the EMS Division. A firefighter assigned to an ambulance will eventually be able to bid out into another Fire Department function such as Suppression, Logistics or the Fire Marshal's Office if he/she desires to. Second, this transition plan is already proving to be beneficial as a result of having a streamlined chain of command under the Fire Chief. Fire trucks are often the first responders to a medical call since there are 12 fire stations. I_ V) LNI-11 Wyeff_ I 1_` The estimated cost to hire nine additional firefighters for the first year is approximately $750,000 for base wages and benefits. It takes nine firefighters to staff an ambulance 24/7, while it takes seven civilians. The difference is because firefighters work a different schedule per their labor agreement. The net cost to the City of hiring nine new firefighters, versus seven civilian EMT -Intermediates, for the first five years, is an estimated 1,340,000 for base wages and benefits. RECOMMENDATION Approval of this item. ORDINANCE NO. ENTITLED AN ORDINANCE AMENDING SECTION 2.03.074 OF THE CODE OF ORDINANCES BY INCREASING THE NUMBER OF GRADE I FIREFIGHTER POSITIONS IN THE BEAUMONT FIRE DEPARTMENT FROM ONE HUNDRED (100) TO ONE HUNDRED NINE (109); PROVIDING FOR SEVERABILITY AND PROVIDING FOR REPEAL. Section 1. That Chapter 21, Section 2.03.074, of the Code of Ordinances of the City of Beaumont be and the same is hereby amended to increase the number of Grade I Firefighter positions in the Beaumont Fire Department from One Hundred (100) to One Hundred Nine (109). Section 2. 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 3. All ordinance or parts of ordinances in conflict herewith, including conflicting portions of the City Budget, are repealed to the extent of the conflict only. 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 March, 2021. - Mayor Becky Ames - 2 March 9, 2021 Consider a resolution authorizing the City Manager to award a contract to Brystar Contracting, Inc. for rehabilitation work on 16 lift stations BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Brystar Contracting, Inc., of Beaumont. BACKGROUND The City of Beaumont currently operates and maintains 76 waste water lift stations throughout the city. The Lift Station & WWTP Repairs Tropical Storm Harvey Group 4 Lift Stations Project will provide for the unique rehabilitation and improvements of 16 minor lift stations following damages sustained during Tropical Storm Harvey. The project includes installing elevated platforms and replacing electrical controls and equipment. On February 25, 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 Brystar Contracting, Inc. Beaumont, TX $1,320,000.00 BDS Constructors LLS dba MK Constructors Vidor, TX $1,458,758.00 Placo, Ltd. Lumberton, TX $1,503,406.15 McDonalds Municipal and Industrial Houston, TX $1,558,469.00 Based on a review of the bids and required documents received, the Water Utilities Department agrees with Schaumburg & Polk, Inc., and recommends awarding the project to the lowest bidder, Brystar Contracting, Inc., in the amount of $1,320,000.00. A total of 180 calendar days are allocated for the completion of this project. 1_ 01211 I� _ 1 1_- Harvey Fund in the amount of $1,188,000.00 and Federal Emergency Management Agency (FEMA) in the amount of $132,000.00. RECOMMENDATION Approval of the resolution. March 2, 2021 Ms. Amelia Villarreal, P.E. City. Engineer City of Beaumont 801 Main Street Beaumont, Texas 77701 Re: City of Beaumont Lift Station & WWTP Repairs Tropical Storm Harvey Group 4 Lift Stations Bid No. WU0121-10 Dear Ms. Villarreal, S"PI i�!�CC����`� _E17jT�p�F�LIt7�LIFlE] Based on a review of the bids received on February 25, 2021, and qualifications of the low bidder, it is our recommendation that the above referenced project be awarded for Base Bid Items 1 thru 18 to Brystar. Contracting, Inc. in the. amount of $1,320,000.00. See attached Bid Tabulation. Sincerely, SCHAUMBURG & POLK, INC. Nestor Barr a Project Manager BID TABULATION CITY OF BEAUMONT, TEXAS LIFT STATION & WWTP REPAIR TROPICAL STORM HARVEY GROUP 4 LIFT STATION BID No. WU0121-10 BID OPENING DATE: Thursday. February 25. 2021 Cat 2:00 PM Brystar Contracting, Inc. BDS Constructors LLS Placo, Ltd. McDonalds Municipal Item Qty, Unit Description 8385 Chemical Rd. dba MK Constructors PO Box 1208 11939 Latherwood Dr. . and Industrial 5044 Timber Creek Beaumont, TX 77705 Vidor, TX 77662 Lumberton, TX 776Dr Houston, TX 77017 Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total BASE BID ITEMS Mobilization, including payment bond, performance bond, insurance, moving equipment to 1. 1 LS project, and demobilization, all in strict conformance with plans and specifications; NOT TO $38,000.00 $38,000.00 $40,306.00 $40.306.00 $34,o0O.00 $34,000.00 $46,008.OD $46,008.00 EXCEED 3% OF TOTAL PROJECT BID for, Carpenter Road Lift Station. Fumish all labor, equipment and materials to remove and replace 2. 1 LS existing electrical equipment; including constructing a new elevated galvanized steel platform and $100,000.00 $100,000.00 $117,828.00 $117,828.00 $101,300.03 $101,300.03 $99,812.00 $99,812.00 electrical rack, remove and replace pump motor no. 2, bypass pumping, miscellaneous site Improvements and surface restoration all in accordance with the plans andspecifications for Charles Street Lift Station. Fumish all labor, equipment and materials to remove and replace 3. 1 LS existing electrical equipment including constructing a new elevated galvanized steel platform and $80,000.00 $80,000.00 $90,528.00 $90,526.00 $93,668.93 $93,668.43 $99,131.00 $99,131.00 electrical rack, bypass pumping, miscellaneous site improvements and surface restoration, all in strict accordance with plans ands ecifications for, 4. 1 LS Collier Park Lift Station. Fumish all labor, equipment and materials to remove and replace $47,000.00 $47,000.00 $64,766.00 $64,766.00 $68,793.74 $68,793.74 $41,312.00 $41,312.00 existing electrical equipment, all In strict accordance with plans ands ecifications for Country Club Lift Station. Fumish all labor, equipment and materials to remove and replace 5. 1 LS existing electrical equipment; Including constructing a new elevated galvanized steel platform and $87 000.00 $87,000.00 $96,660.00 $96.660.00 $102,412.56 $102.412.56 $96,812.00 $96,812.00. electrical rack, bypass pumping, miscellaneous site Improvements, and surface restoration, all in strict accordance with plans and specifications for, Fire Training Grounds Lift Station. Fumish all labor, equipment and materials to remove and 6. 1 LS replace existing electrical equipment; including constructing a new elevated galvanized steel platform and electrical rack, bypass pumping, miscellaneous site improvements, and surface $74,000.00 $74,000.00 $85,455.00 $85.455.00 $83.092.80 $83,092.80 $94.812.00 $94,812.00 restoration, all in strict accordance with plans andspecifications for, Forest Glen Lift Station. Fumish all labor, equipment and materials to remove and replace 7. 1 LS existing electrical equipment; including constructing a new elevated galvanized steel platform and $80,000.00 $80.000.00 $63.372.00 '$83,372.00 $a5,242.27 $85,242.27 $105,312.D0 $105,312.00 electrical rack, replace wet well, bypass pumping, miscellaneous site Improvements and surface restoration all in strict accordance with plans andspecifications for Hllicrest Drive Lift Station, Fumish all labor, equipment and materials to remove and replace 8 1 LS existing electrical equipment; Including constructing a new elevated galvanized steel platform and electrical rack, bypass pumping, miscellaneous site improvements, and surface restoration all in $70,000.00 $70,000.00 $75,453.00 $75.453.00 $77,875.02 $77,875.02 $93,812.00 $93.812.00 strict accordance with plans ands ecifications for, Holiday Lift Station. Fumish all labor, equipment and materials to remove and replace existing 9. 1 LS electrical equipment; including constructing a new elevated galvanized steel platform and electrical rack, bypass pumping, miscellaneous site improvements and surface restoration, all in strict $63,000.00 $83,000.00 $83;711.00 $83,711.00 $88,008.85 $88.008.85 $101,562.00 $101,562.00 accordance withplans ands ecifications for, Page 1 of 3 BID TABULATION CITY OF BEAUMONT, TEXAS LIFT STATION & WWTP REPAIR TROPICAL STORM HARVEY GROUP 4 LIFT STATION BiD No. WU0121-10 BID OPENING RATE Thursdav- Fehruary 25- 20210 2:00 PM f3rys Contracting, BDS Constructors LLS Piath Ltd. McDonalds Municipal 8386 Chemical 8 dba MK Constructors and Industrial Item Qty Unit Description ' 70 Beaumont, TX 77706 PO Box 1208 Lumberton, TX 77657 rton, TX 77 67 Lumberton, 5044 Timber Creek Vldor, TX 77662 Houston, TX 77017 Unit Price Rem Total Unit Price Item Total Unit Price Kern Total Unit Price Item Total Major Drive LiftStation. Furnish all labor, equipment and materials to remove and replace 10. 1 LS existing electrical equipment including constructing a new elevated galvanized steel platform and $75,000-00 $75,000.00 $87,210.00 $87,210.00 $89.239.21 $89,23921 $95,812.00 $95,812.00 electrical rack, bypass pumping, miscellaneous site Improvements and surface restoration, all in strict accordance with plans ands ecifications for, Martin Lift Station. Furnish all labor, equipment and materials to remove and replace existing electrical equipment; including constructing a new elevated galvanized steel platform and electrical 11. 1 LS rack, remove and replace the two 7.5 Hp Hydromatic submersible pumps, bypass pumping, $89,000.00 $89,000.00 $96,322.00 $96,322.00 $105,922.33 $105,922.33 $95,812.00 $95,812.00 miscellaneous site improvements and surface restoration, all in strict accordance with plans and ecifications for, Oak Ridge Lift Station. Fumish all labor, equipment and materials to remove and replace existing 12. 1 LS electrical equipment; Including constructing a new elevated galvanized steel platform and electrical $77.000.00 $77,000.00 $88 558.00 $88,858 00 $85,766.79 $85,765.79 $97,812.00 $97,8i2.00 rack. bypass pumping, miscellaneous site Improvements and surface restoration, all in strict accordance with plans and specifications for, Pine Haven Lift Station. Fumish all labor, equipment and materials to remove and replace 13. 1 LS existing electrical equipment including constructing a new elevated galvanized steel platform and $74,000.00 $74,0D0.00 $82,316.00 $82,316.00 $83,246.68 $83,2R6.68 $99.712.00 $99,712.00 electrical rack, bypass pumping, miscellaneous site improvements and surface restoration, all in strict accordance with plans andspecifications for San Anselmo Lift Station. Furnish all labor, equipment and materials to remove and replace 14. 1 LS existing electrical equipment including modifying existing electrical rack, remove and replace the $70,000.00 $70,000.00 $69,030.D0 $69,030.00 $104,78026 $104,780.26 $53,312.00 $53,312.00 two 2 Hp Hydromatic submersible grinder pumps, bypass pumping, miscellaneous site im rovements and surface restoration all in strict accordance with plans ands ecifications for Tram Road Lift Station. Furnish all labor, equipment and materials to remove and replace 15 1 LS existing electrical equipment Including constructing a new elevated galvanized steel platform and $76.000.00 $75,00D.00 $81.050.00 $81,050.00 $82,775.03 $82,775.03 $95.812.00 $95.812.00 electrical rack, bypass pumping, miscellaneous site improvements and surface restoration, all in strict accordance with plans and specifications for oth Road Lift Station. Furnish an labor, equipment and materials to remove and replace existing 16. 1 LS electrical equipment including constructing a new elevated galvanized steel platform and electrical $74,000.00 $74,000.00 $81,292.00 $81 292.00 $82,308.65 $62,306.85 $95,812.00 $95,812.00 rack, bypass pumping, miscellaneous site improvements and surface restoration, all In strict accordance with plans and specifications for, Walker Road Lift Station. Fumish all labor, equipment and materials to remove and replace 17. 1 LS existing electrical equipment Including constructing a new elevated galvanized steel platform and $77 000 DD $77 000.06 $84,903.00 $84,903.00 $84,976.30 $84,976.30 $95,812.0D $95,812.00 electrical rack, bypass pumping, miscellaneous site improvements and surface restoration, all in strict accordance with tans andspecifications for 18. 1 ALLOW Conlin en - Unforseen work as directed b the Owner not to exceed $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,00f1.00 $50,000.00 $50,000.00 $50,000.00 BASE BID TOTAL (ITFMS 1-18) $1,320,000.00 $1,468,750.00 $1,503,406.15 $1,558,469.00 Page 2 of 3 BID TABULATION CITY OF BEAUMONT, TEXAS LIFT STATION 8L WWTP REPAIR TROPICAL STORM HARVEY GROUP 4 LIFT STATION BID No. WU0121-10 BID OPENING DATE: Thursday, February 25. 2021 0 2:00 PM Item Qty Unit Description Brystar Contracting, Inc. 8385 Chemical Rd. Beaumont, TX 77705 BDS Constructors LLS dba MK Constructore PO Box 1208 Vidor, TX 77662 Placo, Ltd. Lumberton, Lumberton, TX 77657 rton, X 77 57 McDonalds Municipal and Industrial 6044 Timber Creek Houston, TX 77017' Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price I Item Total Acknowledged Addendum No's. 1-4 Y Y Y Y Required Forms Checklist 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 Provisions on Conilct of Interst Y Y Y Y Insurance Verifcation Affidavit Y Y Y Y MBE Schedule C Y Y Y Y House Bill 69 (HB 89) Ventica on Y Y Y Y Non -Collusion Affidavit Y Y Y Y 18 u,u FIUp­aUUi uRLnu i WVU Unel1 IUVIUMIL], anu LU ule, UeSI OF Illy KIIUMedge Ally is an accurate iaDu Lion Or ine Estas received. JEFFREY:G: BEAUfiR V. 60676 Page 3 of 3 RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Lift Station & WWTP Repairs Tropical storm Harvey Group 4 Lift Stations Project; and, WHEREAS, Brystar Contracting, Inc., of Beaumont, Texas, submitted a bid in the amount of $1,320,000.00; and, WHEREAS, the City Council is of the opinion that the bid submitted by Brystar Contracting, Inc., of Beaumont, Texas, is the lowest responsible bidder providing services at the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to Brystar Contracting, Inc., of Beaumont, Texas, in the amount of $1,320,000.00, for the Lift Station & WWTP Repairs Tropical storm Harvey Group 4 Lift Stations Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Brystar Contracting, Inc., of Beaumont, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of March, 2021. - Mayor Becky Ames - 3 March 9, 2021 Consider a resolution authorizing the City Manager to award a contract to Placo, Ltd. of Lumberton for rehabilitation work on three lift stations BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: March 9, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award a contract to Placo, Ltd., of Lumberton. BACKGROUND The City of Beaumont currently operates and maintains 76 waste water lift stations throughout the city. The Lift Station & WWTP Repairs Tropical Storm Harvey Group 2 Lift Stations Project will provide for the unique rehabilitation and improvements of three major lift stations following damages sustained during Tropical Storm Harvey. The project includes installing elevated platforms and replacing electrical controls and equipment. On February 25, 2021, two (2) 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 Placo, Ltd. Lumberton, TX $671,493.01 BDS Constructors LLS dba MK Constructors Vidor, TX $768,127.00 Based on a review of the bids and required documents received, the Water Utilities Department agrees with Schaumburg & Polk, Inc., and recommends awarding the project to the lowest bidder, Placo, Ltd., in the amount of $671,493.01. A total of 150 calendar days are allocated for the completion of this project. FUNDING SOURCE Harvey Fund in the amount of $604,343.71 and Federal Emergency Management Agency (FEMA) in the amount of $67,149.3 0. RECOMMENDATION Approval of the resolution. March 2, 2021 Ms. Amelia Villarreal, P.E. City Engineer City of Beaumont 801 Main Street Beaumont, Texas 77701 Re: City of Beaumont Lift Station & WWTP Repairs Tropical Storm .Harvey Group 2 Lift Stations Bid No. WU0121-11/FEMA Project #s 13512, 13477, 13510 Dear Ms. Villarreal, P1 iW+X7TkERi1 Based on a review of the bids received on February 25, 2021, and qualifications of the low bidder, it is our recommendation that the above referenced project be awarded for Base Bid Items 1 thru 5 to Placo, Ltd. in the amount of $671,493,01. See attached Bid Tabulation. Sincerely, SCHAUMBURG & POLK, INC. Nestor Barr;cger a Project Ma BID TABULATION CITY OF BEAUMONT, TEXAS LIFT STATION & WWTP REPAIR TROPICAL STORM HARVEY GROUP 2 LIFT STATIONS BID No. WU0121-11 BID OPENING DATE: Thursday, February 25, 2021 Q 2:00 PM Piaco, Ltd. BDS Constructors LLS 11939 Latherwood Dr. dba MK Constructors Item Qty Unit Description Lumberton, TX 77657 PO Box 1208 Vidor, TX 77662 Unit Price Item Total Unit Price I Item Total BASE BID ITEMS Mobilization, including payment bond, performance bond, insurance, moving equipment to project, and demobilization, all in strict conformance 1. 1 LS with plans and specifications; NOT TO EXCEED 3% OF TOTAL PROJECT $15,000.00 $15,000.00 $22,443.00 $22,443.00 BID for, Tyler Street Lift Station (FEMA Project No.13512). Furnish all labor, equipment and materials to remove and replace existing electrical 2. 1 LS equipment, remove and replace pump no. 1 & no. 2 and power leads, $166,817.28 $166,817.28 $207,270.00 $207,270.00 Install flood barrier system, bypass pumping and startup, all in accordance With the plans and specifications for, Bennett Road Lift Station (FEMA Project No. 13477). Furnish all labor, equipment and materials to remove and replace existing electrical equipment including constructing a new elevated galvanized steel platform 3. 1 LS and electrical rack, remove and replace the -two 5Hp submersible pumps $233,563.22 $233,563.22 $258,738.00 $258,738.00 and power leads and the two 20Hp submersible pumps and power leads, bypass pumping and startup, all in strict accordance with plans and ific do s for, Stonetown Lift Station (FEMA Project No. 13510). Fumish all labor,. equipment and materials to remove and replace existing electrical equipment including constructing a new elevated galvanized steel platform 4. 1 LS and electrical rack, remove and replace the two 15Hp submersible pumps $206,112.51 $206,112.51 $229,676.00 $229,676.00 and power leads, bypass pumping and startup, all in strict accordance with plans and specifications for, 5. 1 ALLOW Contingency - Unforseen work as directed by the Owner not to exceed $50,000.00 $56,000.00 $50,000.00 $50,000.00 BASE BID TOTAL (ITEMS 1-5) $671,493.01 $768,127.00 Acknowledge Addendum No.1 Y Y Acknowledge Addendum_No.2 Y Y Required Forms Checklist Y Y Bid Y Y Bid Schedule Y Y Bid Summary Y Y Corporate Resolution Y Y Bid Bond Y Y Information Required of Bidder Y Y Conflict of Interest Questionnaire Y Y Statement of City Charter Provisions on Conlict of Interst Y Y Insurance RegirementAffidavit Y Y MBE Schedule C Y _ Y House Bill 89 ( B89) Verification Y Y Non -Collusion Forml Y Y The Bid Proposals submitted have been reviewed, and to the best of my knowledge this is an accurate tabulation of the Bids received. ................... J�FFREY .6EAVER ................ ;. 60676 RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Lift Station & WWTP Repairs Tropical storm Harvey Group 2 Lift Stations Project; and, WHEREAS, Placo, Ltd., of Lumberton, Texas, submitted a bid in the amount of $671,493.01; and, WHEREAS, the City Council is of the opinion that the bid submitted by Placo, Ltd., of Lumberton, Texas, is the lowest responsible bidder providing services at the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT- THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to Placo, Ltd., of Lumberton, Texas, in the amount of $671,493.01, for the Lift Station & WWTP Repairs Tropical storm Harvey Group 2 Lift Stations Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Placo, Ltd., of Lumberton, 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 March, 2021. - Mayor Becky Ames - 0 March 9, 2021 Consider a resolution requiring that face coverings be worn by the public in all City -owned facilities operated by the City BEAUMONT TEXAS TO: REQUESTED ACTION: Iff.XGX"_1=11-1 i] City Council Kyle Hayes, City Manager March 9, 2021 Council consider a resolution requiring that face coverings be worn by the public in all City -owned facilities operated by the City. Governor Abbott's new order will lift the mask mandate effective Wednesday, March 10, 2021. Mayor Ames has placed this item on the Council agenda for the Council's consideration. The resolution would require the wearing of masks or other face coverings in all City -owned facilities operated by the City until rescinded. DISCUSSION ITEM Review and discuss the seating at the Civic Center DISCUSSION ITEM Review and discuss the lighting at Complex 4 at the Athletic Complex