Loading...
HomeMy WebLinkAbout11/02/2021 PACKET BEAUMONT TEXAS MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY,NOVEMBER 2, 2021 1:30 PM AGENDA CALL TO ORDER * Invocation Pledge Roll Call Proclamations, Presentations and Recognitions-Receive an update from the Public Health Director related to COVID-19 * Public Comment: Persons may speak on the Consent Agenda and Items 1-3 * Consent Agenda CONSENT AGENDA (Items placed on the Consent Agenda are considered routine in nature and are considered non-controversial. The Consent Agenda can be acted upon in one motion. A consensus of the Council is required to remove any item for discussion and separate action.) A. Approval of the October 26, 2021 City Council Meeting Minutes B. Confirmation of board and commission member appointments The following citizens would be appointed to the Animal Care Advisory Committee. The terms would commence November 2, 2021 and expire September 30, 2023. (Mayor Robin Mouton) Citizen Danny Hurych—City Veterinarian Matthew Fortenberry-Animal Control Manager Maryjane Benning-Humane Society Representative Ann Reynolds-Resident at Large Jim Clay-Beaumont Police Department Representative Debbie Rogers-Resident at Large Sam Parigi-Resident at Large The following citizens would be appointed to the Convention and Tourism Advisory Board. The terms would commence November 2, 2021 and expire September 30, 2023. Citizen Appointed By Nakisha Burns-Chamber of Commerce Mayor Robin Mouton Charlie Gibbs-Travel Mayor Robin Mouton Ava Graves Mayor Robin Mouton Cheryl Guillory Mayor Robin Mouton Robert Calvert Councilmember Albert"A.J."Turner Brooklyn Williams-Lamar University Councilmember Albert"A.J." Turner Jake Tortorice-Restaurant Councilmember Randy Feldschau Dayna Simmons Councilmember Randy Feldschau Marc McDonald Councilmember Taylor Neild Roy West-Media Councilmember Taylor Neild Stephen"Doc" Watson Councilmember Mike Getz Ryan Smith-Museum Councilmember Mike Getz Sondra Nelson Councilmember Audwin Samuel Bill Bianchi-Hotel/motel Councilmember Audwin Samuel Glenda Segura Councilmember Chris Durio LaDonna Sherwood-Advertising Councilmember Chris Durio The following citizens would be appointed to the Historic Landmark Commission. The terms would commence November 2, 2021 and.expire September 30, 2023. Citizen Appointed By Christina Crawford—Heritage Society Representative Mayor Robin Mouton Dohn LaBiche—Architect Mayor Robin Mouton Theresa Goodness—County Historian Mayor Robin Mouton Jeff McManus Councilmember Chris Durio Remove Walt Wendler and appoint Tania Castelan to the Community Development Advisory Committee. The term would commence November 2, 2021 and expire September 30, 2023. (Councilmember Randy Feldschau) C. Approve the purchase of firefighter protective bunker gear D. Approve the renewal of an annual hardware maintenance and software agreement with WatchGuard Video of Dallas E. Approve the purchase of two defibrillators, with accessories, for use in the Fire Department F. Approve a proposal submitted by Associated Mechanical Services, Inc. to replace air handler No. 4 at the Tyrrell Historical Library located at 695 Pearl Street G. Approve a payment to Jefferson County for expenses related to the South East Texas Regional Radio System H. Approve a payment of dues to the South East Texas Regional Planning Commission for Fiscal Year 2022 I. Authorize the City Manager to execute a contract with King Solution Services, LLC for the Florida Avenue Sewer Line Emergency Repair J. Authorize the City Manager to execute Change Order No. 5, accept maintenance, and authorize final payment to SETEX Construction Corp. for the Pine Street Storm Sewer Drainage Repair Project K. Authorize the settlement of the claim of Brenda Antoine REGULAR AGENDA 1. Consider approving the purchase of 20 vehicles for use in various City departments 2. Consider approving the purchase of a fire truck 3. Consider authorizing the City Manager to execute a contract with King Solution Services, LLC for the Amelia Cutoff Sewer Line Emergency Repair COMMENTS * Public Comment(Persons are limited to 3 minutes) Councilmembers/City Manager/City Attorney comment on various matters EXECUTIVE SESSION Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Claim of Jayla Sutton To discuss matters relating to the Texas Opioid MDL, In Re: Texas Opioid Litigation, MDL No. 2018-63587, in the 152d District Court of Harris County, Texas Jefferson County, Texas v. City of Beaumont, Texas; Cause No. B-198,481 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. A BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tina Broussard, TRMC, City Clerk MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider approval of the October 26, 2021 City Council Meeting Minutes. BEAUMONT T E X A S MINUTES OF THE CITY OF BEAUMONT COUNCIL MEETING Albert"A.J."Turner Jr.,At-Large ROBIN MOUTON, MAYOR Randy Feldschau,At-Large Taylor Neild,Ward I CITY COUNCIL MEETING Michael Getz,Ward 11 Audwin Samuel, Mayor Pro Tern OCTOBER 26, 2021 Chris Durio,Ward IV Tyrone Cooper, City Attorney Kyle Hayes, City Manager Tina Broussard, City Clerk The City Council of the City of Beaumont, Texas, met in a regular session in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551 on October 26, 2021, at the City Hall Council Chambers, 801 Main Street, Beaumont, Texas, at 1:30 p.m. to consider the following: OPENING * Invocation Pledge of Allegiance Roll Call * Proclamations, Presentation and Recognition—Receive an update from Kenneth Coleman, Public Health Director related to COVID-19 Public Comment: Persons may speak on the Consent Agenda Mayor Mouton called the council meeting to order at 1:30 p.m. Pastor Christopher Neal with Douglas Memorial Christian Methodist Episcopal Church (CME)gave the invocation. Mayor Mouton led the Pledge of Allegiance. Roll call was made by Tina Broussard, City Clerk. Present at the meeting were Mayor Mouton, Mayor Pro Tern Samuel, Councilmembers Durio, Getz, Turner, Feldschau and Neild. Also, present were Kyle Hayes, City Manager; Tyrone Cooper, City Attorney; Tina Broussard, City Clerk. Mayor Mouton read the announcement regarding Executive Session being held at the conclusion of Public and Councilmember Comments. Proclamations, Presentation, Recognitions Presentation: Received an update from Kenneth Coleman, Public Health Director related to COVID-19 Public Comment: Persons may speak on the Consent Agenda Jeffery Nesom 214 Bayou Dr. Beaumont TX Spoke to Council regarding Item C on the Consent Agenda; authorize the City Manager to sign an agreement with American Medical Response Inc. (AMR) to operate as an Independent Contractor and provide emergency medical services under the direction of Beaumont Fire/EMS, stated that the contract may be in conflict with Chapter 143 of the Minutes—October 26,2021 Texas Local Government Code, requested the item be tabled until there could be further discussion with the city administration CONSENT AGENDA (Items placed on the Consent Agenda are considered routine in nature and are considered non-controversial. The Consent Agenda can be acted upon in one motion. A consensus of the Council is required to remove any item for discussion and separate action.) A. Approval of the October 19, 2021, City Council Meeting Minutes B. Confirmation of board and commission member appointments - Resolution 21- 274 The following citizens would be appointed to the Community Development Advisory Committee. The terms would commence October 26, 2021 and expire September 30, 2023. Citizen Appointed By Mary Garcia Mayor Robin Mouton Tania Castelan Councilmember Randy Feldschau Pat Anderson Councilmember Taylor Neild Erick Gauthia Councilmember Chris Durio The following citizen would be appointed to the Parks and Recreation Advisory Committee. The terms would commence October 26, 2021 and expire September 30, 2023. Citizen Appointed By Cynthia Ligon Mayor Robin Mouton C. Authorize the City Manager to sign an agreement with American Medical Response Inc. (AMR) to operate as an Independent Contractor and provide emergency medical services under the direction of Beaumont Fire/EMS — (This item was tabled) D. Authorize the City Manager to sign an agreement with American Medical Response Inc. (AMR) to participate in the City of Beaumont Ambulance Rollover Agreement- Resolution 21-275 E. Authorize the City Manager to sign a Rollover Rotation agreement with Allegiance Mobile Health - Resolution 21-276 F. Approve the purchase of eDraulic Tools (Jaws of Life) for use in the Fire Department - Resolution 21-277 G. Approve a proposal submitted by Automated Logic to replace the HVAC control system at the Jefferson Theatre - Resolution 21-278 H. Authorize the City Manager to execute Change Order No. 1, to the contract with BDS Constructors, LLC d/b/a MK Constructors for the Primer Street Lift Station Repairs Contract Project - Resolution 21-279 I. Approve revising Resolution 21-258 to award the bid to John Deere Company for the purchase of mowers to be used at the Henry Homberg Golf Course - Resolution 21-258-A Minutes—October 26,2021 J. Approve a resolution rejecting all bids received for the Sewer Evaluation Work Order Contract-Phase IV- Resolution 21-280 K. Authorize the acceptance of a ten foot wide Exclusive Water Line Easement for a water line for new apartments located at 8550 Phelan Boulevard - Resolution 21-281 Councilmember Neild moved to approve the Consent Agenda with Item C being tabled. Councilmember Feldschau seconded the motion. AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ, TURNER, FELDSCHAU AND NEILD NAYS: NONE MOTION PASSED GENERAL BUSINESS 1. Consider a request to rezone a property from NC (Neighborhood Commercial to RS q p p Y ( 9 ) (Residential-Single-Family Dwelling) located at 4475 Raven Street. Kellie Hard would like to rezone the property at 4475 Raven Street. The property is located Y p p Y p p Y just north of the convenience store located at 4490 Bob Street. Previously these lots and the convenience store were all part of the same property. The property owner would like to rezone the lot to RS (Residential Single-Family Dwelling) to build a new house. All of the surrounding property, except for the convenience store, is residential. At a Joint Public Hearing held on October 18,2021,the Planning Commission recommended 5:0 to approve the request to rezone a property from NC (Neighborhood Commercial)to RS (Residential — Single-Family Dwelling). Not applicable. Approval of the ordinance. Mayor Pro Tern Samuel moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE AMENDING CHAPTER 28 OF THE CODE OF ORDINANCES OF BEAUMONT, TEXAS, AND IN PARTICULAR THE BOUNDARIES OF THE ZONING DISTRICTS,AS INDICATED UPON THE ZONING MAP OF BEAUMONT,TEXAS, BY CHANGING THE ZONING OF PROPERTY PRESENTLY ZONED NC (NEIGHBORHOOD COMMERCIAL) DISTRICT TO RS(RESIDENTIAL SINGLE FAMILY DWELLING)DISTRICT FOR PROPERTY LOCATED AT 4475 RAVEN STREET,BEAUMONT,JEFFERSON COUNTY TEXAS;PROVIDING FOR SEVERABILITY; PROVIDING FOR REPEAL AND PROVIDING A PENALTY. Councilmember Feldschau seconded the motion. AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ, TURNER, FELDSCHAU AND NEILD NAYS: NONE MOTION PASSED Minutes—October 26,2021 Ordinance 21-071 2. Consider a request for a Rezone for a portion of the property from RS (Residential-Single- Family Dwelling) to GC-MD-2 (General Commercial-Multiple-Family Dwelling-2), with a Specific Use Permit to allow a convenience store and gas station located at 4050 Magnolia. George Chariton is requesting a rezoning and Specific Use Permit to allow a convenience store and gas station at 4050 Magnolia Avenue. The proposed building would be approximately 6,000 square feet. Half would be occupied by a convenience store with deli and would be open from 7:00 a.m. to 11:00 p.m. Sunday through Thursday and 7:00 a.m. to midnight Friday and Saturday. The other half would potentially be occupied by a restaurant. Once the property is rezoned to (General Commercial-Multiple-Family Dwelling-2), a revised Specific Use Permit would be required for other uses. No landscaping is shown on the submitted site plan. An eight(8)foot wood or privacy fence and ten (10) foot wide landscaped buffer would be required along the east and south property lines. Along the Magnolia Avenue frontage and along the portion of La Salle next to the parking and fuel pumps, a six (6) foot wide landscaped buffer will be required. All landscaping will be required to meet City Ordinances including irrigation. A sanitary sewer easement crosses the property and will need to be maintained. At a Joint Public Hearing held on October 18, 2021,the Planning Commission recommended 5:0 to approve the request for a Rezone for a portion of the property from RS (Residential- Single-Family Dwelling)to GC-MD-2 (General Commercial-Multiple-Family Dwelling-2),with a Specific Use Permit to allow a convenience store and gas station with the following conditions: 1. Landscaping required to meet City Ordinance requirements. 2. Construction Plans must meet all requirements by Water Utilities forwater and sanitary sewer improvements including, any requirements of the City's backflow, pre-treatment and/or F.O.G. program. 3. No permanent structures allowed to be constructed on top of the sanitary sewer easement. Approval of the ordinance with the following conditions: 1. Landscaping required to meet City Ordinance requirements. 2. Construction Plans must meet all requirements by Water Utilities forwater and sanitary sewer improvements including, any requirements of the City's backflow, pre-treatment and/or F.O.G. program. 3. No permanent structures allowed to be constructed on top of the sanitary sewer easement. Mayor Pro Tern Samuel moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE AMENDING CHAPTER 28 OF THE CODE OF ORDINANCES OF BEAUMONT, TEXAS, AND IN PARTICULAR THE BOUNDARIES OF THE ZONING DISTRICTS,AS INDICATED UPON THE ZONING MAP OF BEAUMONT,TEXAS, BY CHANGING THE ZONING OF PROPERTY PRESENTLY ZONED RS (RESIDENTIAL SINGLE FAMILY DWELLING)DISTRICT TO GC-MD-2(GENERAL COMMERCIAL-MULTIPLE FAMILY DWELLING-2)DISTRICT FOR A PORTION OF THE PROPERTY LOCATED AT 4050 MAGNOLIA AVENUE, BEAUMONT,JEFFERSON COUNTY,TEXAS; PROVIDING FOR SEVERABILITY;PROVIDING FOR REPEALAND PROVIDING A PENALTY. Councilmember Turner seconded the motion. Minutes—October 26,2021 AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ, TURNER, FELDSCHAU AND NEILD NAYS: NONE MOTION PASSED Ordinance 21-072 Mayor Pro Tern Samuel moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE GRANTING A SPECIFIC USE PERMIT TO ALLOW A CONVENIENCE STORE AND GAS STATION IN A GC-MD-2(GENERAL COMMERCIAL-MULTIPLE FAMILY DWELLING-2)DISTRICT FOR PROPERTY LOCATED AT 4050 MAGNOLIA AVENUE, WITH THE CONDITIONS, IN THE CITY OF BEAUMONT, JEFFERSON COUNTY, TEXAS. Councilmember Feldschau seconded the motion. AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ, TURNER, FELDSCHAU AND NEILD NAYS: NONE MOTION PASSED Ordinance 21-073 3. Consider a request for a Specific Use Permit to allow an auto repair shop in an NC (Neighborhood Commercial) District located at 1109 Harriot Street. Guadalupe Bernal would like to operate an auto repair shop at 1109 Harriot Street. An automotive shop is not permitted in NC (Neighborhood Commercial) zoning without a Specific Use Permit. Staff received a complaint that so many vehicles were parked at this location, you could not see around them at the intersection. Upon investigation, it was discovered that the business was operating without a Certificate of Occupancy and had not been used continuously as an auto repair shop, so it was not grandfathered. Parking should be limited, to allow for proper maneuvering of vehicles on the property.As an example, storage of junk motor vehicles, for a wrecker service, is limited to ten (10)vehicles without a Specific Use Permit. In addition, Section 28.04.008(b)(9)(C) of the Ordinance states, ". . , auto repairing, etc., shall be conducted within a building enclosed on at least three (3) sides." At a Joint Public Hearing held on October 18, 2021,the Planning Commission recommended 4:1 to approve the request for a Specific Use Permit to allow an auto repair shop in an NC (Neighborhood Commercial)District with the following conditions: 1. Maximum of twenty (20) vehicles to be on the property at any given time, including customer and employee parking. 2. All auto repairs must be conducted inside the shop. Minutes—October 26,2021 The Zoning Ordinance states, "The City Council shall not amend, supplement, change, modify or repeal any regulation, restriction or boundary or approve a Specific Use Permit where a protest against such change (has been filed), signed by the owners of twenty percent(209,6) or more either of the area of the lots included in such proposed change or of the lots or land immediately adjoining the same and extending two hundred (200) feet therefrom, except by the favorable vote of three-fourths (314) of all the members of the City Council." Protest against this request was received from more than 20% of the land immediately adjoining the subject property. Therefore, a vote of three-fourths (3/4) of the City Council shall be required to approve the requested Specific Use Permit. Approval of the ordinance with the following conditions: 1. Maximum of twenty (20) vehicles to be on the property at any given time, including customer and employee parking. 2. All auto repairs must be conducted inside the shop. COuncilmember Durio moved to AMEND AN ORDINANCE ENTITLED AN ORDINANCE GRANTING A SPECIFIC USE PERMIT TO ALLOW AN AUTO REPAIR SHOP IN AN NC (NEIGHBORHOOD COMMERCIAL) DISTRICT FOR PROPERTY LOCATED AT 1109 HARRIOT STREET, WITH A CONDITION CHANGE OF A MAXIMUM OF ELEVEN (11) VEHICLES TO BE ON THE PROPERTY AT ANY GIVEN TIME, INCLUDING CUSTOMER AND EMPLOYEE PARKING INSTEAD OF TWENTY (20), IN THE CITY OF BEAUMONT, JEFFERSON COUNTY, TEXAS. Councilmember Turner seconded the motion. AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ, TURNER, FELDSCHAU AND NEILD NAYS: NONE MOTION PASSED Ordinance 21-074 4. Consider a request for a Revised Specific Use Permit to allow a new driveway in a GC-MD-2 (General Commercial-Multiple-Family-2) District located at 622 W. Lucas Drive. Brian Dunigan is requesting a Specific Use Permit to allow a new driveway at 622 W. Lucas Drive. Given the multiple iterations of the proposed layout of this site, it is important to provide a chronology of the history to the project. In February of 2011, Darlene Hanna was approved for a revised Specific Use Permit at this location. The approved site plan did not have any driveways accessing the residential cul-de-sac to the east. In 2016, a driveway was poured for Quinchies without approval from planning. In December 2020, plans were submitted for preliminary review for the interior build-out of the cookie shop in question but did not reflect any additional driveways or curb cuts to the street to the east. The plans for the cookie shop were approved but conditioned as"Interior Only-SUP 2011." Minutes—October 26,2021 In February 2021, plans for a new driveway were submitted to Engineering staff for design review. The plans received a favorable review from Engineering but were never reviewed by Planning or Building Codes and no permit was ever issued for its construction. Later in February 2021, the plans for the cookie shop were formally submitted with a permit application for construction, with no indication of a new drive, curb cut or drive-through included in the request. The plans submitted with the permit application were reviewed and approved by all departments, but with the condition that the work would be"interior only"due to the SUP being site-plan specific. This information was also verbally conveyed to the applicant. The "interior-only" permit was issued on March 9, 2021. In July of this year, Mr. Dunigan was completing the buildout of a new cookie company, when he submitted plans for a permit for an additional driveway onto the north cul-de-sac behind the building for a new drive-through window. This permit for the new curb cut was denied as it was not shown on the approved 2011 SUP site plan. The applicant then applied for an amendment to the 2011 SUP to request approval of the new, second driveway way along with the Quinchies driveway. In August, City Council approved the amended SUP with the existing Quinchies driveway to the north but denied the new driveway. Mr. Dunigan is now requesting an amendment to the August 2021 SUP to reconfigure the interior parking and access drives and to build a driveway that will circle around the rear of the existing building, providing access to a new drive-through window on the rear of the building. No new curb cut to the residential street to the east is.proposed but will utilize the existing curb cut. Engineering has reviewed the proposed layout and has no objections, provided the layout is designed to minimize traffic conflicts within the site. At a Joint Public Hearing held on October 18, 2021,the Planning Commission recommended 4:1 to approve the request for a Revised Specific Use Permit to allow a new driveway in a GC-MD-2 (General Commercial-Multiple-Family-2) District with the following conditions: 1. Driveway for drive-through must be one way only and parking lot should be marked with one-way arrows. 2. Pavement at the intersection of the two drives should be marked and signed to discourage the blocking of traffic coming from the new driveway. 3. Driveway shall be a minimum of ten (10) feet in width and that the plan be surveyed by a licensed surveyor. The Zoning Ordinance states, "The City Council shall not amend, supplement, change, modify or repeal any regulation, restriction or boundary or approve a Specific Use Permit where a protest against such change (has been filed), signed by the owners of twenty percent(2091o) or more either of the area of the lots included in such proposed change or of the lots or land immediately adjoining the same and extending two hundred (200) feet therefrom, except by the favorable vote of three-fourths (314) of all the members of the City Council." Protest against this request was received from more than 20% of the land immediately adjoining the subject property. Therefore, a vote of three-fourths (3/4) of the City Council shall be required to approve the requested Revised Specific Use Permit. Approval of the ordinance with the following conditions: 1. Driveway for drive-through must be one way only and parking lot should be marked Minutes—October 26,2021 with one-way arrows. 2. Pavement at the intersection of the two drives should be marked and signed to discourage the blocking of traffic coming from the new driveway. 3. Driveway shall be a minimum often (10) feet in width and that the plan be surveyed by a licensed surveyor. Being Lots 9-13, Tract 1 and Lot 8, Tract 2, Block 1, Calder Highlands Addition, Beaumont, Jefferson County, Texas, containing 1.06 acres, more or less. COuncilmember Neild moved to AMEND AN ORDINANCE ENTITLED AN ORDINANCE ISSUING AN AMENDED SPECIFIC USE PERMIT TO ALLOW ONE(1) DRIVEWAY ACCESSING THE NORTH CUL-DE-SAC OF W.LUCAS IN A GC-MD-2(GENERAL COMMERCIAL-MULTIPLE FAMILY DWELLING-2)DISTRICT AT 622 W. LUCAS DRIVE WITH AN ADDITIONAL CONDITION THAT A SIX(6) FOOT PRIVACY FENCE RUN ALONG THE EAST PROPERTY LINE EXTENDING FROM THE NORTHERN-MOST CURB CUT SOUTH ALONG THE EAST PROPERTY LINE TO THE SOUTHERN-MOST PROPERTY LINE, IN THE CITY OF BEAUMONT, JEFFERSON COUNTY,TEXAS. Councilmember Feldschau seconded the motion. AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ, TURNER, FELDSCHAU AND NEILD NAYS: NONE MOTION PASSED Ordinance 21-075 DISCUSSION ITEM * Review and discuss the possible rebranding of the Beaumont Municipal Transit System Chris Boone, Planning and Community Development reviewed and discussed the possible rebranding of the Beaumont Municipal Transit System. Mr. Boone stated that this item was discussed at an offsite worksession, what's being proposed in conjunction with several improvements with the transit system is a new management company that's operating the system and in the process of adding new amenities like bicycle racks on the fixed route buses, smart phone tracker/scheduler app to track in real time where the buses are and to give the riders a better idea as to when the bus may pick them up and a schedule of which bus will take them where to reach their destination, possible route improvements, there's also 8 new fixed buses which are shorter than the current busses on order along with 8 new STS buses. Mr. Boone also discussed a new branding for the buses, Council was shown several different colors with the logo "ZIP". Council suggested that the logo be "BMT ZIP" with the buses in the colors of the city, which is green, blue and white. COMMENTS * Public Comments (Persons are limited to three minutes) Brian Nepveux 3415 Laurel Beaumont TX Minutes—October 26,2021 Announced the Trunk or Treat and Movie Night in the park October 31, 2021, at Rogers Park starting at 6:00 p.m., they will be playing Hotel Transylvania, all citizens are encouraged to attend Steve Hoffman 7045 Blarney St. Beaumont TX Made comments regarding Oktoberfest and how it came to be an event in the City of Beaumont Becki Stedman 1075 Thomas Rd. Beaumont TX Announced the Ghosts, Goblins and Gardens that will be held at the Beaumont Botanical Gardens on October 30, 2021, from 10:00 a.m. to 4:00 p.m., stated there will be food trucks, painted pumpkins, face paintings, live music, hayrides, storytelling, pony rides and many other fun things for the kids Nicholas Hunter 0155 Mapes St. Beaumont TX Invited everyone to trunk-or-treat at Pearlstein Park at 800 Landis St., stated that it will be a walk-up event and ask that the public not drive onto the park, the event will be on October 31, 2021, from 5:30 p.m. to 7:30 p.m., there will local sponsors that will be a part of the event as well, also commented on the new logo for the buses, thought "BMT ZIP" was a better choice Councilmembers/City Manager/City Attorney comments on various matters COUNCILMEMBER COMMENTS COUNCILMEMBER NEILD- ASKED FOR THE COUNCIL IN THE NEAR FUTURE TO CONSIDER THE POSSIBILITY OF PASSING A RESOLUTION OR ORDINANCE IF NECESSARY TO GIVE COUNCILMEMBERS THE ABILITY TO REMOTE INTO MEETINGS IF THEY ARE UNABLE TO ATTEND IN PERSON, THIS WOULD ALSO COME IN HANDY FOR PLANNING AND ZONING AS THEY OFTEN TIMES HAVE TROUBLE GETTING A QUORUM MAYOR PRO TEM SAMUEL- NONE COUNCILMEMBER FELDSCHAU - NONE COUNCILMEMBER TURNER- STATED THAT THIS WEEKEND WILL BE HALLOWEEN, ASKED THAT EVERYONE WATCH OUT FOR THE KIDS, APPRECIATES EVERYONE STEPPING UP AND DOING SOME OF THE EVENTS THAT ARE BEING DONE TO KEEP THE KIDS SAFE COUNCILMEMBER GETZ- ASKED A QUESTION OF THE CITY MANAGER REGARDING THE COMMENT THAT WAS MADE BY COUNCILMEMBER NEILD,AS TO WHETHER THERE WOULD BE A NEED TO HAVE AN ORDINANCE OR RESOLUTION TO BE ABLE TO HAVE COUNCILMEMBERS Minutes—October 26,2021 REMOTE INTO A COUNCIL MEETING, MADE COMMENTS REGARDING OKTOBERFEST AND ALL THAT WERE INVOLVED, THANKED MR. HOFFMAN FOR HIS COMMENTS COUNCILMEMBER DURIO - ANNOUNCED A TRUNK-OR-TREAT AT HARVEST FOR LOST SOULS ON OCTOBER 30,2021,FROM 4:00 P.M.TO 6:30 P.M., AT 3395 HIGHLAND, ASKED THAT THERE BE NO SCARY COSTUMES, KIDS MAY WEAR THEIR FAVORITE TEAM JERSEY, REGISTRATION CAN BE DONE AT HARVESTFORLOSTSOULS.COM CITY ATTORNEY COOPER- NONE CITY MANAGER HAYES - STATED THAT MAYOR MOUTON ASKED THAT HE GIVE A REPORT TO COUNCIL RELATED TO BATTLESHIP TEXAS, STATED THAT MAKING A DECISION ON WHETHER TO MOVE FORWARD AND TRY TO SECURE THE BATTLESHIP TEXAS IN BEAUMONT IS PURELY A CITY COUNCIL DECISION, STAFF INCLUDING HIMSELF HASN'T GOTTEN INVOLVED AND SHOULD NOT, THEIR JOB IS TO PROVIDE COUNCIL WITH INFORMATION THAT THEY REQUEST, WANTED TO CLARIFY WHERE THE CITY STANDS TODAY, COMMENTED ON THE CONCERNS FROM COUNCIL, ONE CONCERN IS WHAT'S THE POTENTIAL OR POSSIBLE COST TO DOCK THE SHIP ALONGSIDE RIVERFRONT PARK, WHAT IS A PRELIMINARY NUMBER TO DOCK THE BATTLESHIP TEXAS, STATED THAT THERE'S A MINIMUM COST TO DOCK THE SHIP AFTER SPEAKING WITH AN ENGINEERING FIRM, THAT ESTIMATED COST WOULD BE AROUND $5.2 MILLION, IT WAS MADE CLEAR THAT IT COULD BE MORE, AT THIS POINT THEY AREN'T SURE, TO GET A GOOD NUMBER TO BIRTH THE SHIP THE COUNCIL WOULD HAVE TO HIRE AN ENGINEERING FIRM TO ENGINEER THE PROJECT, THAT PROJECTED COST WOULD BE BETWEEN $400,000 TO $800,000, THE BATTLESHIP TEXAS FOUNDATION HAS ALSO STATED THAT THEY WANT A GIFT SHOP,PARKING LOT,MAYBE A MUSEUM(NOT SURE ON THAT ,WHO WILL PAY FOR THAT,WILL IT BE LOCAL TAXPAYERS OR THE FOUNDATION, THERE ARE STILL A LOT OF UNANSWERED QUESTIONS REGARDING THIS PROJECT, THERE WAS ADDITIONAL COMMENTS MADE REGARDING COUNCIL'S CONCERNS MAYOR MOUTON - STATED THAT SHE DID MAKE A REQUEST FOR THE CITY MANAGER TO GET THE INFORMATION OUT REGARDING THE BATTLESHIP TEXAS AND DOESN'T WANT ANYONE TO THINK THAT THE COUNCIL ISN'T INTERESTED,THINKS THAT COUNCIL NEEDS TO BE TRANSPARENT REGARDING ALL INFORMATION ON THE BATTLESHIP, STAFF WILL MAKE SURE THAT ALL INFORMATION IS ON THE CITY WEBSITE AS WELL AS FACEBOOK ETC., SO THAT CITIZENS CAN VIEW IT, COMMENTED ON THE OPPORTUNITY SHE HAD TO DO A DRIVE THRU BIRTHDAY PARTY Minutes—October 26,2021 FOR MS. LELA WHO TURNED 100 YEARS OLD, THERE WAS ABOUT SEVENTY FIVE(75)OR MORE CARS IN THE DRIVE THRU, THANKED STAFF FOR ALL OF THE HARD WORK THEY DO ESPECIALLY THE WORK THEY DID FOR REBRANDING THE NEW BUSES, ASKED THAT ON THIS SUNDAY ALL CITIZENS BE CAREFUL AND WATCH OUT FOR THE KIDS WHO WILL BE OUT FOR HALLOWEEN, ANNOUNCED THE JULIE ROGERS GIFT OF LIFE 5K RUN THIS SATURDAY, OCTOBER 30, 2021, ENCOURAGED ALL CITIZENS TO GET OUT AND PARTICIPATE Open session of meeting recessed at 2:51 p.m. CLOSED SESSION Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Claim of Tamela Jones Claim of Sylvia Perry Claim of Brenda Antoine Jefferson County, Texas v. City of Beaumont, Texas; Cause No. B-198,481 Robin Mouton, Mayor Tina Broussard, City Clerk Minutes—October 26,2021 B Confirmation of board and commission member appointments RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the following appointments be made: Appointment Commission Beginning of Expiration of Term Term Danny Hurych Animal Care 11/02/2021 09/30/2023 Advisory Committee Matthew Animal Care 11/02/2021 09/30/2023 Fortenberry Advisory Committee Maryjane Benning Animal Care 11/02/2021 09/30/2023 Advisory Committee Ann Reynolds Animal Care 11/02/2021 09/30/2023 Advisory Committee Jim Clay Animal Care 11/02/2021 09/30/2023 Advisory Committee Debbie Rogers Animal Care 11/02/2021 09/30/2023 Advisory Committee Sam Parigi Animal Care 11/02/2021 09/30/2023 Advisory Committee Nakisha Burns Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Charlie Gibbs Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Ava Graves Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Cheryl Guillory Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Robert Calvert Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Brooklyn Williams Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Jake Tortorice Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Dayna Simmons Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Marc McDonald Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Roy West Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Stephen "Doc" Convention and 11/02/2021 09/30/2023 Watson Tourism Advisory Board Ryan Smith Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Sondra Nelson Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Bill Bianchi Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Glenda Segura Convention and 11/02/2021 09/30/2023 Tourism Advisory Board LaDonna Sherwood Convention and 11/02/2021 09/30/2023 Tourism Advisory Board Christina Crawford Historic Landmark 11/02/2021 09/30/2023 Commission Dohn LaBiche Historic Landmark 11/02/2021 09/30/2023 Commission Theresa Goodness Historic Landmark 11/02/2021 09/30/2023 Commission Jeff McManus Historic Landmark 11/02/2021 09302023 Commission and, BE IT FURTHER RESOLVED THAT Tania Castelan is appointed to the Community Development Advisory Committee to fill the unexpired term of Wald Wendler. The term will commence November 2, 2021 and expire September 30, 2023. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - C BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution approving the purchase of firefighter protective bunker gear. BACKGROUND As a part of the Fire Department's annual replacement plan, 50 complete sets of fire bunker gear will be replaced. The serviceable life of the bunker gear is four to six years. The Fire Department has tested several brands of fire protective clothing made of fire retardant materials to provide protection from burns and exposure to hazardous chemicals during firefighting operations and protection from blood-borne pathogens. The gear will be purchased from Casco Industries, Inc., of La Porte, Texas in the amount of$152,000.00. Pricing for the fire retardant bunker gear was obtained through the BuyBoard contract. BuyBoard is a cooperative purchasing association that complies with the State of Texas' procurement statutes. Quote is attached. FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. &.Oooad� Industries, Inc. Quotation 705 8TH STREET 281 -443-0999 LA PORTE, TEXAS 77571 To: Beaumont Fire Department Ship to: Same Attn: Deputy Chief John Bourgeois Fax: E-Mail: Date Quoted BY--t Date Expected Ship Via F.O.B. Terms 10/26/21 ROBBIE Best Way Shipping Point NET 30 Days YANCY Qty Description Unit Price Total BOY BOARD #60246 50 GLOBE-11253F, Gemini XT G-Xtreme 3.0 Coat; Per $1,700.00 $85,000.00 Beaumont Specs w/ GLOBE GUARD SYSTEM, CHICAGO CLOSURE, U.S. FLAG & 3 SNAP SYSTEM 50 GLOBE-F1253F, Gemini XT GPS Pants; Per Beaumont $1,340.00 $67,000.00 Specs W/ GLOBE GUARD SYSTEM, TOOL POCKET ON RIGHT POCKET & DRAGONHIDE REINFORCEMENTS ON THE POCKETS ANY GLOBE-3RL, 3" L/Y Lettering N/C N/C GLOBE WILL WARRANTYALL THE STITCHING FOR THE SERV/CABLE LIFE OF THE GEAR (10YRS) &ALL THE VELCRO FOR 5YRS. THE 3LAYER CROSSTECH MOISTURE BARRIER HAS A 7YR WARRANTY. (INCLUDES MATERIAL & LABOR Sub Total $152,006.00 Shipping No Shipping TOTAL $152,000.00 ----------------------------------------- ROBBIE YANCY/ Sales Representative RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of fifty (50) sets of firefighter protective bunker gear for use by the Fire Department from Casco Industries, Inc., of La Porte, Texas, in the amount of $152,000.00 through the BuyBoard Cooperative Purchasing Program. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - D BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works &Technology Services MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution approving the renewal of an annual hardware maintenance and software agreement with WatchGuard Video of Dallas. BACKGROUND Watchguard Video is used by Police for their in-car and body camera video equipment hardware and software. This purchase is exempt from competitive bidding since it is available from only one (1) source having exclusive rights to modify and maintain the proprietary software and hardware. The agreement in the amount of$146,143.00 includes both in-car video hardware and software maintenance for the current fiscal year. FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute the renewal of an annual Maintenance and Software Agreement with WatchGuard Video, of Dallas, Texas, the sole source having exclusive rights to modify and maintain the software, in the amount of $146,143.00, for hardware and software maintenance for use by the Police Department for in-car and body camera video. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - E BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution approving the purchase of two defibrillators,with accessories, for use in the Fire Department. BACKGROUND 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$77,106.98. 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. stryker City of Beaumont FD LP15 10.26.2021 Quote Number: 10447189 Remit to: Stryker Medical P.O. Box 93308 Version: 1 Chicago, IL 60673-3308 Prepared For: CITY OF BEAUMONT FIRE AND RESCUE Rep: Christopher Shannon Attn: Brian Hebert Email: chris.shannon@stryker.com brian.hebert@beaumonttexas.gov Phone Number: (337) 380-4850 (409) 880-3904 Mobile: (337) 380-4850 Quote Date: 10/26/2021 Expiration Date: 12/27/2021 Delivery Address End User-Shipping - Billing Bill To Account Name: CITY OF BEAUMONT FIRE AND Name: CITY OF BEAUMONT FIRE AND Name: CITY OF BEAUMONT FIRE AND RESCUE RESCUE RESCUE _..... __._. -._.._.... —_ ._....._..._._.---- --._ ..._.. -- _._.........._.... - — -..._.._..._.. ._..- --__ .... ...... ............................_—_ Account#: 1459646 Account#: 1459646 Account#: 1459646 Address: 400 WALNUT ST Address: 400 WALNUT ST Address: 400 WALNUT ST BEAUMONT BEAUMONT BEAUMONT --..__._._..._. �._._......__ _. ___........_.................. __..._----._.—._._..............._.. ...—._... Texas 77701-2344 Texas 77701-2344 Texas 77701-2344 Equipment Products: 77�1 �l?roductDescrptoi �. 1.0 99577-001957 LIFEPAK 15 V4 Monitor/Defib - Manual &AED,Trending, 2 $33,222.29 $66,444.58 Noninvasive Pacing, Sp02, SpCO, NIBP, 12-Lead ECG, EtCO2, BT. Inc] at N/C: 2 pr QC Electrodes (11996-000091) &1 Test Load (21330-001365) per device, 1 Svc Manual CD (26500-003612) per order 2.0 41577-000288 Ship Kit-QUIK-COMBO Therapy Cable; 2 rolls100mm 2 $0.00 $0.00 Paper; RC-4, Patient Cable, 4ft.; NIBP Hose, Coiled; NIBP Cuff, Reusable, adult; 12-Lead ECG Cable, 4-Wire Limb Leads, 5ft; 12-Lead ECG Cable, 6-Wire Precordial attachment 3.0 11577-000004 Station Battery Charger- For the LP15 2 $1,666.00 $3,332.00 4.0 21330-001176 LP 15 Lithium-ion Battery 5.7 amp hrs - 4 �$419.90 $1,679.60 5.0 11171-000082 MasimoTM;RC Patient Cable- EMS, 4 FT. _ 2 $212.50 $425.00 6.0 11171-000049 MasimoTmRainbowTm DCI Adult Reusable Sp02, SpCO, 2 _ $544.00 M $1,088.00 SpMet Sensor, 3 FT. For use with RC Patient Cable. 7.0 11171-000050 MasimoTmRainbowTm DCIP Pediatric Reusable SpO2, 2 $599.25 $1,198.50 SpCO, SpMet Sensor, 3 FT. For use with RC Patient Cable. 8.0 21300-008159 LIFEPAK 15 NIBP Straight Hose, 6' 2 $62.05 $124.10 9.0 11160-000011 NIBP Cuff-Reusable, Infant 2 $19.55 $39.10 .........._....._._.-....­­. 10.0 11160-000013 NIBP Cuff-Reusable, Child 2 $22.10 $44.20 11.0 11160-000017 NIBP Cuff-Reusable, Large Adult 2 $30.60 $61.20 12.0 11160-000019 NIBP Cuff-Reusable,Adult X Large 2 _ $43.35 $86.70 1 Stryker Medical-Accounts Receivable-accountsreceivableAstrvker.com-PO BOX 93308-Chicago,IL 60673-3308 stryker City of Beaumont FD LP15 10.26.2021 Quote Number: 10447189 Remit to: Stryker Medical P.O.Box 93308, Version: 1 Chicago, IL 60673-3308 Prepared For: CITY OF BEAUMONT FIRE AND RESCUE Rep: Christopher Shannon Attn: Brian Hebert Email: chris.shannon@stryker.com brian.hebert@beaumonttexas.gov Phone Number: (337) 380-4850 (409) 880-3904 Mobile: (337) 380-4850 Quote Date: 10/26/2021 Expiration Date: 12/27/2021 _ Product Y.._ Description' Ina Qty§u�ISeli,Prtce 'PT otal 13.0 11577-000002 LIFEPAK 15 Basic carry case w/right&left pouches; 2 $286.45 $572.90 shoulder strap (11577-000001) included at no additional charge when case ordered with a LIFEPAK 15 device ... 11220-000028 - _.._. __ ._.._......_. ... 14.0 LIFEPAK 15 Carry case top pouch 2 $51.85 $103.70 - _ -_ _...._ .._ -m......,...._.- ___-_._.......... ... _..._ ._....._----_.............._..... -- �__............__.. _...._....... ---- _................ __.._ 15.0 11260-000039 LIFEPAK 15 Carry case back pouch 2 $73.95 $147.90 - _......----_............ ................... _._......... __� ___............._.........- -�.. 16.0 21996-000109 Titan III WiFi Gateway 2 $879.75 $1,759.50 Equipment Total: $77,106.98 Price Totals: Estimated Sales Tax (0.000%): $0.00 _._.......... __ - - ...._...............-.............. .----- Freight/Shipping: $0.00 _...__.....................— ----------___ ..._......._......_... ---- Grand Total: $77,106.98 Prices: In effect for 90 days Terms: Net 30 Days Contact your local Sales Representative for more information about our flexible payment options. 2 Stryker Medical-Accounts Receivable-accountsreceivable(&stryker.com-PO BOX 93308-Chicago,IL 60673-3308 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 with accessories 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 $77,106.98. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - F BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Keith Folsom, Facilities Maintenance Director MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution approving a proposal submitted by Associated Mechanical Services, Inc. to replace air handler No. 4 at the Tyrrell Historical Library located at 695 Pearl Street. BACKGROUND Pricing was obtained from Associated Mechanical Servies Incorporated utilizing the current Maintenance Contract between Associated Mechanical Services and the City of Beaumont. The HVAC Contract allows Associated Mechanical Services, Inc. to perform maintenance,repair, and equipment installation on a time and material basis as set forth in the Maintenance Contract. The Contract was approved by the City Council on December 15, 2020, by Resolution No. 20-271. The cost to replace air handler No. 4, including the proposed scope of work listed on the contractor's proposal, will be a not to exceed amount of$77,000.00. The Tyrrell Historical Library air handler was originally installed in 1990. The air handler is 31 years old and is experiencing metal fatigue, coil degradation, and oxidation issues. Air Handler No.4 is in the attic space of the library;therefore,it will be more labor intensive to get the new unit to its destination. This unit supplies conditioned air to the second floor of the library. FUNDING SOURCE Capital Reserve. RECOMMENDATION Approval of the resolution. SSOC/ATE TACLA022513C MECHANICAL SHRVICESgr INC. RESIDENTIAL • COMMERCIAL • CENTRIFUGAL • REFRIGERATION (BUDGET) October 26, 2021 City of Beaumont 1848 Pine Street Beaumont,Texas 77720 Attn: Keith Folsom Re:Tyrell Library—Budget Pricing Dear Keith, Associated Mechanical Services, Inc. is pleased to quote the following, A. AHU-4-Provide labor and materials to replace (1)AHU $77,000.00 ***AHUs have 8-10 week delivery*** ***AHU's have VFDs on them*** Price excludes: • Electrical Work • Control Work 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 a OFFICE: (409) 721-5050 • FAX: (409) 721-5055 Regulated by the Texas Department of Licensing and Regulation•P.O.Box 12157•Austin,TX 78711•(800)803-9202 i 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 $77,000.00 for the purchase of a replacement air handier unit at the Tyrrell Historical Library located at 695 Pearl 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 $77,000.00 for the purchase of a replacement air handler unit at the Tyrrell Historical Library located at 695 Pearl Street be accepted by the City of Beaumont. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - G BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works and Technology Services MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider approval of a payment to Jefferson County for expenses related to the South East Texas Regional Radio System. BACKGROUND The South East Texas Regional 800 MHz radio system is used by EMS, Fire, Police and numerous other departments throughout the city for daily communications. Costs required to maintain the radio system include Tl circuits,UPS maintenance and servicing generators at each tower site. These expenses are paid by the entity who is responsible for the site. At the end of the billing year the cost is divided equally by the users on the system based on the number of radios each entity has. Jefferson County is responsible for generating the invoice to each entity. The South East Texas Regional 800 MHz radio system is shared with the counties of Jefferson, Hardin and Orange,the cities of Orange, Groves,Nederland, Port Arthur, Port Neches and Vidor, the Port of Beaumont, BISD, Water District No.10, ESD3, ESD4, Acadian and Lamar University's Police Department. The payment covers the period of September 1, 2021,to August 31, 2022. City of Beaumont's portion is $51,762.78. FUNDING SOURCE General Fund, Confiscated Goods, Water, Solid Waste and Fleet Funds. RECOMMENDATION Approval of the resolution. JEFFERSON COUNTY INVOICE 1149 PEARL 7TH FLOOR BEAUMONT,TX 77701 SERVICES PROVIDED FOR: City of Beaumont INVOICE DATEI 9/1/21 Attn: Kenneth Smith INVOICE NUMBER 2102 P O Box 3827 Beaumont,Tx 77704 QUANTITY DESCRIPTION UNIT PRICE AMOUNT 1 800 MHz Radio System Annual Cost-25% Match 0.00 $0.00 9/1/2021 -8/31/2022. 1 Other Costs for Radio System 76,835.66 $76,835.66 1 Credit for costs paid by City (25,072.88) ($25,072.88) 51,762.78 $51,762.78 Questions concerning this invoice? MAKE ALL CHECKS PAYABLE TO: PAY THIS Call: Fran Lee JEFFERSON COUNTY AMOUNT (409)835-8500 1149 PEARL 7TH FLOOR BEAUMONT,TX 77701 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to approve a payment in the amount of$51,762.78 to Jefferson County for the City's portion of an annual maintenance agreement for support of the shared 800 MHz radio system. The maintenance agreement is effective September 1, 2021 and will terminate August 31, 2022. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - BEAUMONT H TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution approving a payment of dues to the South East Texas Regional Planning Commission(SETRPC) in the amount of$43,233.92 for Fiscal Year 2022. BACKGROUND The SETRPC was established in June of 1970 under enabling legislation as a voluntary association of local governments. Its purpose is to encourage and permit local governments to join and cooperate with one another to improve the health and safety of their citizens,to plan for future development and transportation efforts, and to recognize the needs of agriculture, business and industry, among other things. The City of Beaumont supports the SETRPC and the community projects they perform. The dues help fund the Criminal Justice Program; the Area Agency on Aging (AAA) Program;the Homeless Coalition;the Foster Grandparents Program(FGP); and the Retired Senior Volunteer Program(RSVP). FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. South East Texas Regional Planning Commission 221.0 Eastex Freeway Beaumont, Texas 77703-492.9 (409) 899-8444 October 18, 2021 INVOICE City of Beaumont P O Box 3827 .Beaumont, Texas 77704 = FY 2022 SETRPC MEMBERSHIP DUES SETRPC Dues $14,195.52 Criminal Justice Programs $ 1,874.34 AAA Program $10.,903.02 Homeless Coalition $ 9,298.56 FGP Program '$2,661.28 RSVP Program $4,301.20 Total Invoice 43 233.92 THANK YOU PLEASE RETURN COPY WITH PAYMENT RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the payment of fiscal year 2022 dues to the South East Texas Regional Planning Commission (SETRPC) in the amount of$43,233.92. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - I BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works &Technology Services MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a contract with King Solution Services, LLC for the Florida Avenue Sewer Line Emergency Repair BACKGROUND The City identified a cavity forming in Florida Avenue near the intersection with Park Street. The City maintains a 27-inch sewer main that travels along the north side of Florida Avenue. On October 4, 2021, Water Utilities solicited five (5)bids for furnishing all labor,materials, equipment, and supplies to necessary to perform an exploratory excavation to determine the extent of the required repair. Two (2) responses were received. The bid totals are indicated in the table below: Contractor Location Total Award Amount King Solution Services, LLC Houston, TX $9,800.00 Allco, LLC Beaumont, TX $19,810.00 The Water Utilities staff reviewed the two (2) bids and awarded the Contract to King Solution Services, LLC in the amount of$9,800.00. The bids included unit prices for additional efforts if they were required as the excavation proceeded. King Solution Services, LLC,performed an exploratory excavation and discovered a break on the 27-inch sewer line. Due to the proximity of a railroad,the only option to temporarily bypass pump in order to repair the line is to route approximately 2,600 linear feet of piping through a culvert north of the railroad tracks. Additional efforts were required during the excavation, bringing the total cost to $11,750.00. King Solutions was asked to complete the necessary repairs. The contract will be on a time and materials basis, not to exceed$99,000.00. FUNDING SOURCE Water Fund—Contract Services. RECOMMENDATION Approval of the resolution. BID TABULATION Emergency Exploratory Excavation-Florida Avenue Near Park Street ASE OF rffi�\ �yt.,.• AS 11 BID OPENING DATE:October 7,2021 j+ ••• +��I The Bid Proposals sub 'ted have been reviewed and tp the best of my knowledge this is n accurate tabulali n of the bids received. 01 gMgLlp VILLARREAL,P.E. 90340 By.Amalia Villarreal,P.E.,City Engineer Dale:10/2712021 King Solutions AIIco ITEM DESCRIPTION NO. QUANTITY UNIT Mario Jalmes Keith Burrell Houston,TX 77039 Beaumont,TX 77707 BASE BID ITEMS UNIT PRICE TOTAL UNIT PRICE TOTAL 1 1 LS Mobilization and Exploratory Excavation,Including Labor,Equipment,Services,Matedals,Supplies,and Trench Safety $ 9,800.00 $ 9.800.00 $ 10.8101.00 $ 19,810.00 2 0 LF Addidonal Length of Excavation,outside of 10 linear feel,if necessary $ 325.00 $ - $ 825.00 $ - BASE BID QUANTITIES TOTAL $ 9,800.00 $ 19,81o.00 i i Page 1 of 1 RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Florida Avenue Sewer Line Emergency Repair Project; and, WHEREAS King Solution Servic es, LLC, of Houston, Texas, submitted a bid in the amount of$9,800.00; and, WHEREAS, the City Council is of the opinion that the bid submitted by King Solution Services, LLC, of Houston, Texas, is the lowest responsible bidder providing services at the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to King Solution Services, LLC, of Houston, Texas, in the amount of $9,800.00, for the Florida Avenue Sewer Line Emergency Repair Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with King Solution Services, LLC, of Houston, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. I PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - BEAUMONT J TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works &Technology Services MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 5, accept maintenance, and authorize final payment to SETEX Construction Corp. for the Pine Street Storm Sewer Drainage Repair Project. BACKGROUND On January 19, 2021, by Resolution No. 21-008, City Council awarded a contract to SETEX Construction Corp, of Beaumont, in the amount of$346,743.56, for the Pine Street Storm Sewer Drainage Repair Project. Previous Change Order Nos. 1-4, in the amount of$20,686.21, are attached for your review. Proposed Change Order No. 5, in the amount of$292.28, is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. If approved,the adjustment in quantities would result in a final contract amount of$367,722.05. The project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set forth in the contract. Acceptance of Change Order No. 5, maintenance, and final payment in the amount of$19,037.11 is recommended. FUNDING SOURCE Capital Program—Streets &Drainage. RECOMMENDATION Approval of the resolution. i RESOLUTION NO. 21-008 WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, and equipment for the Pine Street Storm Sewer Drainage Repair Project; and, WHEREAS, SETEX Construction Corp., of Beaumont, Texas, submitted a complete bid meeting specifications in the amount of$346,743.56; and, WHEREAS, the City Council is of the opinion that the bid submitted by SETEX Construction Corp., 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 SETEX Construction Corp., of Beaumont, Texas, in the amount of $346,743.56, for the Pine Street Storm Sewer Drainage Repair Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with SETEX Construction Corp., 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 19th day of January, 2021. - Mayor Becky Ames - 44,E Oro o � o s crry OF BEAUMONT ime. October6j= Prqeit. M021-03 Pine Street Storm SwerDrduge RepairProject Owner. City ofwaft&ont, Contractor: SE=Construction Corp. Chang Order lqo- 5-mu.01 All q=titics 4ustedto-reflect fima field chucrorAer, 340 tn IM MM M M ADMI W7rAI[X&%%"TW-D PG 76, TOM 7M TOTAL. T=Iff-SIB 01MIGEOMM' ORIGINAL CONTRACT AMOUNT: S 346.743.56 NET FROM PREVIOUS CHANGE ORDERS: s 367,420.77 TOTAL AMOUNT OF THIS CHANGE ORDER:-. S 29=9. PERCENT OF THIS CHANGE ORDER V"A TOTAL PERCENT CHANGE ORDER TO DATE 6.05% NEWCONTRACTAKOUNT.- s 367.722.05 oRiGDiALcoNTRAcrTnm- ;90 Caleadmr Days t ADDITIONAL CONTRACT A IME PER PREVIOUS CHANGE ORDERS: SOCalend:rDwA ADDMOXAL CONTRACT TOM PER THIS CHANGE ORDER:- .0 Ctileadac DM 140 Colend=D3ys, Contrictoracknowicipsand ogets didt dic adjustments in contract price end contract time stipulated in this C6oV OrdarepcesentiFURCOMPenWItiallibrall loorc=and decreaswin the costo and the time required to perform the entire work underiho contruct arising directly orindireedy,fromthis Change Order and all prevIonsChanpOrde-A-cp—of"waiver cosdWcsndagc==tbchv=Oiuncr�d Cootrnctor ehrt the Clump bracr-rcptsca,ts an-all iaclu*m, m=auyvg=ciuponadjwn=totbaCcn=c4mdtw Contractorwill waive allfishmtDflicachim Order executed. lim IOIZ61ZO SE=P11RUCTIONREPRESENTA1TVE DATE- DAVM TINGIN,E.LT./ DATE PUBLIC WORKS DESIGN MANAGER BW j3A=K*vh= DATE CITY Bum DIRECTOR O PUBLIC WORKS AND TECHNOIA)CYSMVICES APPROVED BY: ATTESTED BY- KYLE HAYES,CITYMANAGER DATE TIKA BROUSSARD,CITY CLEM DATE' e CITY OF BEAUMONT DATE: Juce11,2021 JORIGUULCONERACrME(DAYS): 125 PROJECT•, PINESTREETSTORIIISEWERDRAINAGEREPAIR O\VNIt1is CIIYOFBEAUMONr ADDITIONALTLIIEREQUEMD: IS CONTRACTOR: SI MCOYSTRUCTIOYCORP. MANGEORDERNO..4 INEwconmcrizim 140 TIM FOLLOWING CHANGES IR TINE HAM AND/OR BPECIF[CATIOZIS ARE HEREBY EIADE: 7hir C3rnse lhdait nndodmotdcrto rmaoth out the dwpoffGomt'ine Start to the s[egootia Cemctpyl>ri�rv»y.ThL Ctuose4kdair a1w ottdoa w edd mt.+dd;ttoorl_RiprtpfarootL]f pdoctim,donr F2mStr&t_Plaseta auulicd IiDTdand RbT6 to goalona srith Ihir CSztge:Ontu lttofta Itaucoar udt orrltsilQeae44 'xenQ-tit untlhier Totel :04 mot mmovimco C(CURB&t urrER) IF 120A0 162M. S73S9 51,4148E '10S 4001 Rh1VTKrBASEAN0ASPIIPVMhT(0"-12') SY -430A0 450A0 S7.64 .$15710 400 6001 cwEhTSTABILBKPL0ASWCYBAND) SY 104940 JAIW S5334. =41754M 432 6001 RIPRAP(STOTZPROTE 0N)(12 IN) CY .41A0 91Aa $14034 S7,QILW 529 MI CONCCORBAGUrmR LP 120M '1620 .SS0.S3 SX12 4122 1 6010:. tlPSTOlUfFNEU11 LF 11f2A0 11VA0 S74.67 41n 6011 JUPSWILIUVE3V I LF 1 45ml &Uml S132M 4SIM00 j TOTAL: S9,924.74 IB,CALBINDER DAYS ARE ADDED TO TEIE COI mcr TDm BYTm CHAROE.ORDSR I OREGINALCONTRACrAhtOUNT: S 346.743:56 NET FRONI PREVIOUS CHANGE ORDERS: S -357.505.03 TOTALAMOUNTOF11MCIFANGEORDEM S 9.924.74 PERCENT OFTMS CRANGE ORDER, 2.86% TOTAL PERCENT CHAD(GE ORDERTO DATE: 597% NEWCONIRACTAMOUNr: S 367,429.77- Coft"doraclmowtedga and egmts that ft 4ustmebts in contract price and contreU timestipuWed In this Chmp Otderlepresetus full compeosa@aa for cu inacascssM dweases in thecost of,and thetimeregdir6d toperformthe endroarorkundertheeoninxt adstngditcetlyor tnd'km*from this Change Oidtrand allpieWousChutgeOrdca.AeeepuaoeofthisaatvercomtitutesanaveemeutbetaeenOwaeraedCoutnxtor that theCLWOrdernpmedtsan all iuehisnro, mahmHyagteed upon adjustment(oft Contt d,tied[hat Contmetorwilt wai%v all rights to file a elaim.on this Chmge Orderatter it is properly execute& ACCEPTED BY: ' { t ! PREP awt 8 z r SETEKCO. OMNEPRFSENTATIVE D ._ATE D GL%EX DATE UDLIC WORKS DESIGN MANAGER REVIEWED BY; AMALTAYILLARREAT P.E, D B HARTKO DATE CUTENGI I(M DUMCIOROFPUBLIC WORKS AND TECEBNOLOGY SERVICES APPROVED BY: A F.D BY' —7 M. KYLE HAYES,CITY BIANAGER DATE TIM BR6USSARD,CrrY CLERK DATE' 1q- Z ,l �ao® � UJ c Air CITY OF BIEAUMONT DATE- 11fay20,2021 ORIGIMALCONTRACTTMIE(DAYS): 205 PROJECT: PINBSn tEETSTORM SEWER DRAINAGE REPAIR - - OWNER: CTIYOFBEAUMONT- ADDTIIONALT181EREQMMM: 28 CONTRACTOR: SEIEXC0NS=UCrI0N CORP. CHANGEORDERNO.:3 NE EUNTRAC('IIME: I79 T83D!'bLLo'i9IfdGCHA91O:iS DI71'8L Pi!dlti3 AtdDJOR&�C1piCAilONB ADB 1�88YffiBDE: . ThirCOanee Otdcrir rre�da°e waarman£xid murnw end o(Ie dLzaxaiagm.ad;Goaileslaitltxona snwpiPe d�M mast6ronPti 1ne cemdey.iLaeca�aoai 8�eicn-alea tc plat Baliacm the no fled hen Priruc ramw in theCdnerp.20a1mderJrys drawiixlaisrswetlKraroalmtxioapanal, bmN*.` II°m(:ode Ucr OrW=lQrardty NgwQ=cdty ur7l Prfee Toys 104 6001 Rtmov G CONGYCURD@.GUTI'ER) I.F. 60A0 ..@R00 S33M S7011.N 104 6011 RENOVING CONC(S1DEWAIX% `SY 2220 -41LOO SSA7 S347M 104 017 REMOVWGCONCOIUMVAY► SY - - 22DO .. 7110 S16E( PMVSASEfIYA)(GR2)(6")(M(C0-.-P1ACQ) 2A7 6073 ADWAY.BASECO SY 430.e0 2CAA0 -S15.72 $.i sa DEt1SEGRADED MTb=A5lNALT(SQ)TY-D!G?6_t2 - - .340 '61.'ri ft.Tw TOX 401D 750 1 S1331 CURB VA=EDIN90N(COMPL)(CAST IN PLtCE).(5t - 465 6tD1 07. om 4.00 SISSM SISO 496" JO 23 REMOVESIR CORBANDGl2ATE EA�! CONC CURD&GUT= LF W.80 12MM S5053 SlMIM 330 I7 ORIVV.WAY6(6'CO1VL)(IIES) SV 22.00 M.10 2121M SS.331 ta1 CM.CSMEWAIM(4n `SY 2220.. 4LW W737 ...41.771i1 TOTAL: K47OS4 20 CA!ER DA78AM AD=10 Tl3E'COHISOCI`R'>1SfB BTTM CB'A=OADP.R ORIGINALCONTRACPAMORNT: S 346;74356 NET FROM PREVIOUS CHANGE ORDERS: S 353.034.19 ToTALAmouNrOFTNISCHANGE08DEA: S 4.470.94 PERCENT"omm CHANGE ORDER:' 12-VI. TOTAL PERCENT CHANGE ORDER70 DATE: 3.100/6 NEW CONTRACTAMOUNT: S 357S05.03 C*m:=ttaNmowledges and agoes dut tlq ej ut mmt9 in eontr=priccaud contract time supublcd in dfa:Chaage OrdcrreMsents full mmpeaS21ioo forall increases and dc==In Me cost or,and the timc=xited to pctfandtha emus worLuWcrthc cwL--ct ailing dlreedy or iaditectly Gram this Change OrderwA allprevious Chmp Orders.Aeapt=ceofdirsvmivcc=dtmesatogtesmcotbeWeenOwneraWConuact rth iffie(3ertgeOrderrcpnsectsonnuiDciusivq mtdually agreed upon edjustment to lho Ctmltac4'and That CcntiaclorwilIvrainall rights to We a claim on"' ngc.0nleo9erit is properly c%cce ACCEPTERS PREP BY: SZ/ Z/ SETMCONSTfOJf�}ION,REPRESENTATIVE DAT._E A GL4F-LT.., DATE (/// PUBLICWORKSDES NDIANAGER BY: AMALIA VR 1 ealtFAr;P,$ DA BARTKOWIAK DATE' CITY ENGINEER DIRECTOR OF PUBLIC WORISS AND TECB'NOLOGY SERVICES APPROVEDBY: A SY ,moo 5al�a( KYLE RAYFS,CITY MANAGER DATE - T.INA BRODSSARD,CITYCLERK - DATE vp0�ems Ac� ��ap v o 0 CM OF BEAUMONT DATE: April&2021 JORIGMAL CONTRACT.T61Us(DAYS)- 95 PROJECT: PINE STREET STOMM SEWER DRAINAGE REPAIR, - OWN—M CITY OF.BFAUMOAT JADDITIONAMMIEREQUESTED. IB CONTRACTOR: SEiE%CONSTRUCTION CORP. CHANGE ORDERNUa 2- IOW CONTRACITIME Jos THE FOLLOW00 CUMGES IN THE ELMO AND/OR S1-ECV=&TF08S A.RtE'BFRMY MADE: DD:to INCOf60lYf,dd cimnm- -aod location Df3vY4fOGfnnaiD$dDem Pine Svr4adddiwid lIGa1�WbeLdd3T t0<...y......'M�E3CDDIY3SCCb000tdY{P.IQGDC ID ISJ1E0 s3frm scnapip� . locanw. ItzaCede Daalptiee ueit OrishelQ—tiq' NMQvaiq' UDt4Pkc Taal 104 6015 REMOVING CONC(SIDEWAlvP -Sy 144M n20 Su.X -9.66a $31 6"l C0NCSMEWALK.S(4' SY -144AD 2220 S67.37 .532 ECCAVA7EE\POSE AND REHOVEAPPRO'MIATELY SO FTOF t2•WATER UNF-RE340VE LIFE LN ONE PIECEANDHEEP LNTACr.AFIIIi CONMMONOF OTM3t WORK.RbECCAVA4EAND RED=ALLtP. WATERTXMWrrHALLBAO,V-7 W GINCIMEI DISCONNECT(NCA,C'D RECON71'El-'tUCC OFTBE WATER 4020 60M UNE WILL BEDONEBY CITY FORCES7711S ITEM LS am 1.60 5113SAS SIL453AS INCLUDESALL LABORbtATERLLLS.EXAVATtOM Ab'D SLWACE RES7ORATTON.TIDSrrMI EVCADES ALLCONM01.41317GROUM WATER A4TISURFACE WATERAS PREVIOUSLY REQDSRED FOR VARIOLS BM ITE MSA.N'DAS WII.LBE REQTIIREDDURLCGRLMOVAL AIM REPI.ACOITM OF IV WATER LINE TOTAL: SIA12.14 20�CALERDER DAYSARE ADDED TOTEM CO=RACT TDW BYT8111 CSAIIGE OIOI7Z2 ORIGINAL CONTRACT AITIOUNIT: S 346.743.56 NET FROM PREVIOUS CHANGEORDERS: S 351.422.05 TOTAL AMOUNT OF YIDS CHANGE ORDEIL- S 1.612.14 PERCENT OFTHLS CHANGE ORDER QA6°A TOTAL PERCENT CHANGE ORDER TO DATE: I s]% NEWCONTRACIAMOUNTt S 353.0341.19 Contmetw2eknowledg s mid ag=that the ad=mcnts in conft=price and contract time v ipukdod in this Change Orderfcpn==IuU mmpa=ion for all te iaeases and dccrc=n is the cost of wad the time=quittd to perform the enure work uadathe con=tt wising d4-Jy or indueetiy from this Charge Order and all pmvions Ch=p Order-Accq=cc ofthis v aiva tom6tuta an agecu mt bettcecn.Owacr=d Contractor tlrat the Ch:mSe Order represents ar aB inchuim muittally ageed upon cdjm=mt to the Contract and that Contractor vnU waive all.righm to file a claim on ibis Change Order eltcr it is properly A / PREP BY: — - A [A g24a.1 a oNsn UCTION,REPRESENTATIVE DATE AVID CLE,ELT. DXTE C WORKS D Q(MANAGER C/ z AMALIAVILLARREAI.,P— DATE BARTBARTKOWIAK DATE 'CITY ENGINEER DB2ECPOR OF PUBLIC WORKS . AND TECHNOLOGY SERVICES APPROVED BY: �A ta U'l Olio cart d KYLE HAYES,CRY MANAGER DATE TINA BROUSSARD,CITY CLERK DATE �a0lep o � v, a 0 CITY OF BEAUMONT DATE A4-tsh,i6y2021 ORIGDIALCOhMUCrTME(DAYS): . PROJECT: PINEffrREETSTORAlSEWERDRAiNAGEREPAIR _ OW.HER: CTTYOFBEAUMONT JAMITIONAL:TIME REQUESTED: 5 CONTRACTOR: SETEX CONSTIiUCT[UN CORP. - CHANCE ORDFRNOc i INEW CONTRACT TIME- ,95 THE FOLLO=G CHARGER IN THE FLANS AMIOR MTCIFICAITODS AIM BERE'BI MAD)+ Dae,pmJaesrn 6dd with a vmimyse�sx Iiaean 17mStrzs4addiuoni!ito�need m lzeddal to t6ema�a fanhe eddrdmr2lwvrkanecEay. 1temlVu It®Cade Dmalptioo Vdt Orw-Q.-* NnrO--,d1c7 Ucitp&k Tatar {� 6wl CE"ENTSIABILDKF7:(7-OSVLCYSAN0) 1140AD 1.0191)0. -SSf31 .SMD6 456. 6a25 RLMOVES R(JUNCTION Box WITH MAMHOLF EA - A RAO 2.4a 559a.2II -SE�8.2E FURNL9HAND D6FALL6-SANTTARYSEWERLUW. - r rI IZING6DR45l0PENTRFNMCGMPLLrEIN 4po 6aal PL ICE IMCWDINGALLLABOR.:NATEiTa MF— !:F OAO itiS.W SllAi A... GS CONNSCIIONTOmALm LmLCON!�EmoN TOS73tVIC O.FAROUTBOKE7 CAVATIO ,SURFACE TOTAL: 50.678.44 &CAIMMER.DAYS AVZ ADDED TO THE CaRTRACT TM BY THIS CHAMM ORDER ORIGINALCONTRACf`AMOUNT: S .346:74356 NET FROM PREVIOUS CHANGE ORDERS: S TOTAL AMOUNT OF THIS CHANGE ORDER: S .4.678.49 PERCENT OF THIS CHANGE ORDER: 135% TOTAL PERCENT CHANGE ORDERTO DATE: 135:. NEWCONTRACTAMOUNT: S 351A=05 Caatraetorslmmvledgm=dagim that the adlu=crminamtma price=d=Wmdd=AptrL-tedi.th's i bm=ses and deatnes b the c wf,and th6.e t �°�Order+dP��ts full mmyeaation.foiall aquaed to perfnsm tlseeathe wncicnadc the arsine diratly of iadiratty framdtLs Chaage Order and anPm+Ms Orders.•Acceptanceofth(s=vew=wutesanagr==nlhelw—OwaeraadContractor that the Chmtge Order repiesems=all hieldsNe, mUtMdlyagrsd upon asrjnva attotheCant,=LandUmtCan6aaerwrillwaiveallrightstofile2CLEMonthisCkmgcOrderafteritispmperly==me& ACED Y: P AREDB ) 3123 f zI S EX CONSTRUCTION,REPRESENTATIVE DATE DAMM'TINGLE,EXTt DATE PUBLIC WORKS DESIGN 51ANAGER PEV � —1� BY• AMALIAVII.IARRE.4�PM VARTBARTKOWtAx DATE. CITY ENGINEER DIRECTOR OF PUBLIC WORKS I r AND TECHNOLOGY SERVICES APPROVED BY: 1 1 A:t BY: Gi17 3'C ��o� KYLE HAVES,CTTYXIMAGFR DATE TWA BR USSARD,CITYCLERK DATE 3- Z q_z 0W X �q�m� CITY OF BEAUMONT ESTIMATE PROJECT: PINE STREET STORM SEWER DRAINAGE REPAIR AWARDED CONTRACT AMOUNT: $346,743.56 PERCENT OF TIME USED: 100.00% CONTRACTOR: SETE(CONSTRUCTION CORP. CONTRACT DATE: February 22,2021 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATE#: CS-Final CURRENT CONTRACT AMOUNT: $367,722,05 PERIOD ENDING: June 11-August 27 2021 CONTRACT CALENDAR DAYS: 140 CHANGE ORDERS: No.5 CALENDAR DAYS USED: 240 ,. :. ;c !' ir,!s.':=;. :;:.;.I :=°PREVI US! 'TO DATE": TOTAL>ESTIMATE: . I .ITEM: •:DESC. ..:.•...::::-:• :.,::......:-„..,r.:.• .:.._r.•.I�::.DESCRIPTtON:: .,UNIT.., a.;..EST:� O:.:... -::yr. 'sir• :it,: :•,.. :r: OLJN rr. .E.. �`'TO'DATE�:�'�i�:�, :P.R10E:::�:,^� :NO.• :CODE .:1,. .a:. ..:;:::. :.r:: I�AEASURE` I:QTYs: %ESTIMATE;., 'ESTIIWAT 100 6001 PREP ROW : STA 17.00 17.00 0.00 17.00 $ 112.28 S 3408.76 104 6001 *(Change Order No.3&No.4)REMOVING CONC(CURB&GUTTER) LF 16LOO 16LOO 0.00 162.00 $ 33.69 $ SAS7.78 104 6015 -(Change Order No.2&No.3)REMOVING CONC(SIDEWALXS) SY 48M 4&00 0.00 48.00 $ 13A7 $ 646.S6 104 6017 •(Change Order No.3)REMOVING CONC(DRIVEWAY) SY 73.10 7L10 0.00 71.10 $ 16.84 S 1,19732 203 GOBS -(Change Order No.4)RMVIRT BASE AND ASPHPVMNT(0"-121) SY 45000 4SO.00 0.00 450.00 $ 7.86 $ 3537.00 162 6002 BLOCKSODDING SY 72LOO 72L00 0.D0 72LDO $ 10.11 $ 7,799A2 164 6001 SEEDING SY 667.00 667.00 0.00 667.00 $ 4.49 $ 2,994.83 247 sm 0(ch nge Order No.3)FLEX BASE(TYA)(GR 2)(6")(DC)(COMP.IN PLACE)(ROADWAY BASE SY 200,00 200.00 0.00 =.D0 $ 15.72 $ 31144,00 COUZ 340 6138 '(Change Order No.3&Ne.5)DENSE GRADED HOT MIX ASPHALT(SLZ)TY-O PG 70.22(S'THICK) TON RM 7SO 137 8.87 $ 21334 $ 1,89L33 400 6001 '(Change Order No.1&No.4)CEMENT STABILBKFL(2.OSK/CYSAND) CY 1049.64 1IM64 0.00 1,00.64 $ 5334 $ S5,774A4 Ch a Order CY BLOB 9L00 0.00 91.00 $ 14036 $ 12,77L76 432 6001 • nge O d r No 4)RIPRAP STONE PROTECTION){321N) 465 6001 CURB INLET(COMPL)(POO OR PCU)W-W) EA 4.00 4.00 0.00 4.00 S 6,175r6S $ 24,702.60 46S 6002 MANHOLE(COMPL)(7r DIA) EA L00 I= 0.00 LBO $. 9A24.89 $ 9,824.89 46S 6003 JUNCTION BOX(COMPL)(SIM-)WITHOUT MH ACCESS EA LBO L00 0.00 im 5 6,17S.65 $ 6,175.65 469 6004 *(Change Order No.3)CURB INLET EXTENSION(COMPL)(CAST IN PLACE)(5'-0") EA Lao 1.00 0.00 LOD S 1,908.36 $ 1,908.36 496 6023 '(Change Order No.3)REMOVE SIR(CURB AND GRATE INLET) EA 4.00 4.00 0.00 4.00 $ 398.28 $ 3,593.12 496 6007 RENOVESTR(PIPE)(ALLSMES)(ALLMATERIAL) LF 79.00 79.00 0.00 79.00 $ 28.117 $ 2,T17S3 496 6W8 REMOVE SIR(BOX CULVERT) LF 395.00 395.00 0.00 395.00 $ 22.46 $ 8,87L70 496 6023 '(Change Order No.1)REMOVESTR(JUNCTION BOX WITH MANHOLE ACCESS) EA 2.00 2.00 0.00 2.00,$ 698.28 $ L79656 SOO 6001 MOBILIZATION LS LOD 0.90 0.10 1.00 I$ 3,929.96 $ 3,929.96 SM 6001 BAIMCADES,SIGNS,AND TRAMC HANDLING MON 3.00 3.00 0.00 3r00 S 7,29BA9 $ 2L89S.47 529 6001 '(Change Order No.3&No.4)CONC CURB&GUTTER LF 162.00 IGLOO 0.00 162.00 $ 5053 $ 8,185.86 4 of 2 CITY OF BEAUMONT ESTIMATE PROJECT: PINE STREETSTORM SEWER DRAINAGEREPAIR AWARDED CONTRACT AMOUNT: $346,743.56 PERCENT.OF TIME USED: 100.00% CONTRACTOR.: SETEXCONSTRUCTION CORP. CONTRACT DATE: February 22,2021 PERCENT OF WORK COMPLETED: 100.00% MONTHLY ESTIMATEM 06-Final CURRENT CONTRACT AMOUNT: $367,722.05 PERIOD ENDING: June 11-August 27,2021---.— —CONTRACT_CALENDAR DAYS.;_- 140 CHANGE ORDERS: No 5 CALENDAR DAYS USED: 140 :;!' ,;: 6 j T. , PREVIOUS' TO''DATE' iTOTAL'!ESTIMATE ;. '' UNfT TOTAL: DESCRIPTION, 1: UNITp, ES ;!: f IT DESC.• ::. I 1 NO.'� �!CODE��� �.�,V. . „J i .;;.. �a,�,��':,•:u,: .,.";�, �.I,.�: MEASURE �!�'..u�,I`�,�161TY. �I : r- .cESTIMATEd;.; •ESTIMATE: .AMOUNT' . 530 6017 '(Change Order No.3)DRIVEWAYS(6'CONC)INES) SY 7L10 7L30 0.00 71.10 $ 121.27 $ 8,622.30 531 6001 *(Change Order No.2&No.3)CONCSIDEWAU(S(4°) SY 48.00 48.00 0.00 48.00 S 6737 $ 3,233.76 752 WIS CLEARING AND GRUBOINGMEE AND BRUSH REMOVAL) AC 0.20 0.20 0.00 0.20 $ 13.474.14 $ 2,694:83 •(Change Order No.11FURNISH AND INSTALL W SANITARY SEWER LINE,UnLQING SDR-35(OPEN 4020 G001 TRENCH),COMPLETE IN PLACE,INCLUDING ALL LABOR,MATERIALS,PIPE.FITTINGS,CONNECTION TO LF 10S.00 105.00 0.00 305.00 $ 3143 $ 3,WO.ls MAIN UNE,CONNECITON TOSERVICE,CLEANOUT BOX,EXCAVATION,SURFACE RESTORATION INCLUDED. ------ ,(Change Order No.2)EXCAVATE,EXPOSE AND REMOVE APPROXIMATELY SOS FT OF W WATER UNE.REMOVE LINE IN ONE PIECE AND KEEP IMACr.AFTER COMPLETION OF OTHER WORK,RE EXCAVATE AND REINSTALL W WATER LINE WITH ALL BACKFIWNG INCLUDED.DISCONNECITNG AND 4020 6002 RECONNECnNGOF THE WATER LINE WIL.BE DONE BY CITY FORCES.THIS ITEM INCLUDES ALL LS Lao Lao 0.00 1.00 S 111358.45 $ 11,458AS LABOR,MATERIALS,EXCAVATION,AND SURFACE RESTORATION.THIS ITEM INCLUDES ALL CONTROL OF GROUNDWATER AND SURFACE WATER AS PREVIOUSLY REQUIRED FOR VARIOUS BID ITEMS AND AS WILL BE REQUIRED DURING REMOVALAND REPLACEMENT OF W WATER LINE. 4= 6010 *(Change Order Nm 4)HP STORM PIPE 2e LF 1187AO 1,297.40 0.001 1,187AO $ 74.67 $ 88,66316 4122 6011 lChange0r o-4 PSTORMPIPEW LF 453.00 453.00 0.00 40M $, 13250 $ 6D,022S0 - GRAND TOTAL AMOUNT OF WORK DONE: $ 367,722.05 PREPARED BY: _,-DAVrOTINGLE,E.I.T.,P BXWORKYDESIGN MANAGER Datb LESS 5%RETAINAGE: t8A SUBTOTAL• $ 367,722.05 REVIEWED BY: L,P.E., NGINEER; Date LESS PREVIOUS PAY ESTIMATE: $ 348,684.93 Z�pFINAL PAYMENT WITH RETAINAGE $ 19,037.12 APPROVED BY: , Date DIRECTOR OF PUBU9 W RKS AND NOLOGY SERVICES �Q^2. NSTRUCTION,REPRESENTATIVE Date I cerWy Neat all wm@lndodtnpmoterfals covered by ft-I rvolce have been mmpkUdordelivered la accordance with Conffact doeamenI% 2of2 RESOLUTION NO. WHEREAS, on January 19, 2021, the City Council of the City of Beaumont, Texas passed Resolution No. 21-008 awarding a contract in the amount of $346,743.56 to SETEX Construction Corp., of Beaumont, Texas, for the Pine Street Storm Sewer Drainage Repair Project; and, WHEREAS, on March 24, 2021, the City Manager executed Change Order No. 1, in the amount of $4,678.49, necessary for additional work required due to unforeseen field conditions with a sanitary sewer line on Elm Street, thereby increasing the total contract amount to $351,422.05; and, WHEREAS, on April 9, 2021, the City Manager executed Change Order No. 2, in the amount of$1,612.14, necessary for additional work required due to unforeseen field conditions with a water line on Pine Street, thereby increasing the total contract amount to $353,034.19; and, WHEREAS, on May 21, 2021, the City Manager executed Change Order No. 3, in the amount of $4,470.84, necessary for additional work required due to unforeseen field conditions with a storm sewer pipe at the Magnolia Cemetery, thereby increasing the total contract amount to $357,505.03; and, WHEREAS, on July 14, 2021, the City Manager executed Change Order No. 4, in the amount of $9,924.74, necessary for additional work required to smooth out the drop off from Pine Street to the Magnolia Cemetery driveway, thereby increasing the total contract amount to $367,429.77; and, WHEREAS, Change Order No. 5, in the amount of $292.28, is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby increasing the total contract amount to $367,722.05; and, WHEREAS, the project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 5, in the amount of$292.28, to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby increasing the total contract amount to $367,722.05; and, BE IT FURTHER RESOLVED THAT the Pine Street Storm Sewer Drainage Repair Project be and the same is hereby accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of$19,037.11 to SETEX Construction, Corp., of Beaumont, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - K BEAUMONT T EXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution authorizing the settlement of the claim of Brenda Antoine. BACKGROUND This matter was presented and discussed in Executive Session held on October 26, 2021. The City Attorney is requesting authority to settle this claim in the amount of$18,600.00. FUNDING SOURCE General Liability Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. WHEREAS, the claim of Brenda Antoine was discussed in Executive Session properly called and held on Tuesday, October 26, 2021; and, WHEREAS, the City Attorney is requesting authority to settle this claim; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Attorney be, and is hereby, authorized to settle the claim of Brenda Antoine for the sum of Eighteen Thousand Six Hundred and XX/100 Dollars ($18,600.00); and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute all documents related to settlement of the claim. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - 1 November 2,2021 Consider approving the purchase of 20 vehicles for use in various City departments BEAIUMIONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution approving the purchase of 20 vehicles for use in various City departments. BACKGROUND Replacement vehicles are requested through the City's budget process. The Fleet Manager reviews the requests and evaluates the vehicles to be replaced. Based on this evaluation a recommendation is made to replace worn and obsolete vehicles that are no longer cost effective to operate. The vehicles to be purchased are replacing models ranging from 2007 to 2017, except one Ford F-250 that will be an addition to the City's Water Production fleet. The vehicles being replaced will be disposed of in accordance with the City's surplus equipment policy. The vehicles will be purchased from Silsbee Ford in the amount of$1,133,767.45. Pricing was obtained through the GoodBuy purchasing cooperative, which provides cities and political subdivisions the means to purchase specialized equipment at volume pricing. GoodBuy complies with State of Texas' procurement statutes. Warranties of 36,000 miles or three years are provided for each new vehicle. Warranty service is provided by local authorized dealerships. Quote is attached. FUNDING SOURCE Capital Reserve Fund($805,251.79). Water Utilities Fund($328,515.66). RECOMMENDATION Approval of the resolution. Purchase of Fleet Vehicles MF1022-14 November 2,2021 Page 1 ITEM DEPT.OR DIVISION DESCRIPTION QTY. TOTAL PRICE Account# 1 FIRE/EMS FORD F450(GOES W/AMBULANCE BOXES) 2 $80,534.70 617-6545-504-6215 2 FIRE/EMS FORD TRANSI CARGO VAN 1 $39,213.00 617-6545-504-6215 3 SEWER MAINTENANCE FORD F550 REG.CAB 2 $246,741.91 510-8060-801-6215 4 FACILITIES MAINTENANCE FORD F250 TRUCK 2 $80,468.30 617-2441-504-6215 5 WATER PRODUCTION FORD F250 TRUCK 1 $40,234.15 510-8060-801-6215 6 WATER RECLAMATION FORD F250 TRUCK 1 $40,234.15 510-8060-801-6215 7 PD/AUTO THEFT TASK FORCE FORD F250 CREW CAB 1 $39,085.20 617-3525-504-6215 8 PD/ADMINISTRATION FORD F150 CREW CAB 1 $34,160.50 617-3518-504-6215 9 PD/PATROL FORD INTERCEPTOR 4 $151,218.40 617-3519-504-6215 10 STREETS&DRAINAGE FORD F450 CREW MODEL 1 $60,426.43 617-7080-504-6215 11 WATER DISTRIBUTION FORD F350 CREW CAB 1 $42,816.10 510-8060-801-6215 12 SEWER MAINTENANCE FORD F250 CREW CAB 1 $38,957.65 510-8060-801-6215 13 TRAFFIC MANAGEMENT FORD F550 BUCKET TRUCK(1 PERSON) 1 $106,050.98 617-7090-504-6215 14 TRAFFIC MANAGEMENT FORD F55 BUCKET TRUCK(2 PEOPLE) 1 $133,625.98 617-7090-504-6215 TOTAL $1,133,767.45 _ �E]ii[(EtEll�!EIEE�liE PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE O 842-5885 Phone: MO#409-2844009 Email: JHARVILLE@CI.BEAUMONT.TX.US Email: KDURBIN.COWBOYFLEE!@ MA Product Description 2021 FORD F-SERIES Date: October 12,2021 A. Bid Item: 5 A.Base Price: $ 21,962.00 B. Factory Options Code Options Bid Price Code Options Bid Price F4G FORD F-450 R/C $ 9,645.00 RED EXT/GRAY INT 99N 7.31,GAS ENGINE $ 2,045.00 UNIT#SFF-1-2 F4G EMS 1 X-TRA KEY $ 225.00 X4N 14.10 LTD SLIP AXLE $ 388.00 ATTN:WIDE AXLE A MUST XLT XLT UPGRADE PKG. $ 3,845.00 1 RUBBER FLOORING $ - 108 CA" 47A AMBULANCE PREP PKG $ 1,205.00 512 SPARE TIRE&WHEEL $ 1 REAR SLIDING GLASS ADDED $ 845.00 Total of B.Published Options: $ 18 1198.00 Published Option Discount(5%) $ (427.65) C. Additional Options[not to exceed 25%] $= 1.3 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 $ - TINT WINDOWS OYNX $ 185.00 1 X-TRA KEY W-FOBS $ 225.00 Total of C.Unpublished Options: $ 535.00 . D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ - E. Lot Insurance(for in-stock and/or equipped vehicles): $ - F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 40,267.35 1. Quantity Ordered 2 x K= $ 80,534.70 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ - L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE Is 80,534.70 _ bu1 , -- .��illl Hp Ifl 1i11{li y, PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE& Email: KDURBIN.COWBOYFLEETaGMA Product Description 2021 FORD TRANSIT CARGO Date: October 12,2021 A. Bid Item: 8 A.Base Price: $ 25,138.00 B. Factory Options Code Options Bid Price Code Options Bid Price R3X TRANSIT CARGO XL HIGH ROOF $ 8,845.00 RED EXT/GRAY INT 99M 3.7L V-65 GAS $ - 62C REAR AIR&HEAT $ 1,185.00 UNIT#3 TRANSIT CARGO EMS POWER EQUIPMENT GROUP $ - VK VINYL SEATING $ - BACK UP CAMERA $ - 43B BACK UP ALARM $ 145.00 1 WEATHER GUARD SHELVING $ 3,445.00 INCLUDES BULKHEAD 1 BACK UP ALARM $ 125.00 Total of B.Published Options: $ 13,745.00 Published Option Discount(5%) $ (245.00) C. Additional Options[not to exceed 25%] $= 1.5 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG $ 125.00 $ - TINT WINDOWS OYNX $ 225.00 2-XTRA KEYS $ 225.00 Total of C.Unpublished Options: $ 575.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ - E. Lot Insurance(for in-stock and/or equipped vehicles): $ - F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 39,213.00 I. Quantity Ordered 1 x K= $ 39,213.00 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ - L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 39,213.00 uy PRODUCT PRICING SUMMARY GOODBUY 17-17 817000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE(@BEAUMONTTEXAS.GOV Email: KDURBIN.COWBOYFLEET(a_GMA Product Description 2022 FORD F-SERIES Date: October 12,2021 A. Bid Item: 5 A.Base Price: $ - 32,260.00 B. Factory Options Code Options Bid Price Code Options Bid Price F5G FORD F-550 REG CAB $ 4,845.00 WHITE EXT/GRAY INT 99N 7.3L GAS ENGINE $ 2,085.00 CUSTOMER PICK UP 52B TRAILER BRAKE CONTROLLER $ 270.00 UNIT#SFF-6-2 F5G PIPEHUNTER X3E 14.10 LIMITED SLIP AXLE $ 366.00 TBK XTR ALL TERRION TIRES $ 199.00 1 PIPEHUNTER SEWER CLEANER BODY $ 84,065.50 18B FACTORY RUNNING BOARDS $ 399.00 MODEL#7724 PER QUOTE FROM 68M 19,500#GVRW $ 1,445.00 CUSTOMER.{SUBLET} I LEFT SPOTLIGHT $ 385.00 1 X-TRA KEY $ 125.00 It09"CAB PER DAVID MILLS 1 BACK UP ALARM $ 85.001 88S JUPFITTER SWITHES $ 125.00 Total of B.Published Options: $ 94,394.50 Published Option Discount(5%) $ (4,477.48) C. Additional Options[not to exceed 25%] $= 0.2 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 $ - TINT WINDOWS OYNX $ 185.00 HOUR METER $ - Total of C.Unpublished Options: $ 310.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 550.45 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 183.48 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 123,220.96 I. Quantity Ordered 2 x K= $ 246,441.91 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ 300.00 L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 246,741.91 U °j; 'e.. 'lltl itI11I1 lflNlf PRODUCT PRICING SUMMARY GOODBUY 17-17 817000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE O 842-5885 Phone: MO#409-284-1009 Email: JHARVILLE(a BEAUMONT.TX.US Email: KDURBIN.COWBOYFLEET00GMA Product Description 2021 FORD F-SERIES Date: October 12,2021 A. Bid Item: 5 A.Base Price: $ 21,962.00 B. Factory Options Code Options Bid Price Code Options Bid Price 172A F-250 R/C $ - WHITE EXT/GRAY INT 996 6.21,V-8 GAS $ - 52B TRAILER BRAKE CONTROLLER $ 270.00 UNIT#SFF-5 4 172A SERVICE BODYS X3E LIMITED SLIP AXLE $ 366.00 1 READING SERVICE BODY $ 10,445.00 1 SPRAY-IN-BED LINER $ 645.00 1 AC/DC INVERTER $ 385.00 1 X-TRA KEY W-FOBS $ 225.00 1 BACK UP ALARM $ 125.00 1 LADDER RACK $ 2,145.00 1 LIFT GATE 1,000 LB $ 3,245.00 1 IFACTORY RUNNING BOARDS $ 345.00 88S UPFITTER SWITCHES $ 125.00 Total of B.Published Options: $ 18,321.00 Published Option Discount(5%) $ (916.05) C. Additional Options[not to exceed 25%] $= 0.8 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 $ - TINT WINDOWS $ 185.00 Total of C.Unpublished Options: $ 310.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 445.75 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 111.45 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 40,234.15 I. Quantity Ordered 4 x K= $ 160,936.60 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ - L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE Is 160,936.60 bu PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE@CITYOFBEAUMONT.TX.US Email: KDURBIN.COWBOYFLEE!@ MA Product Description 2022 FORD F-SERIES Date: October 12,2021 A. Bid Item: 5 A.Base Price: $ 21,962.00 B. Factory Options Code Options Bid Price Code Options Bid Price W2A F250 CREW CAB 4X2 8"BED $ 6,795.00 BLUE EXT/GRAY INT 996 6.21,V-8 GAS $ - CUSTOMER PICK UP 52B TRAILER BRAKE CONTROLLER $ 270.00 UNIT#SFF-7 W2B/ATTF W2B 14X4 UPGRADE PKG $ 2,885.00 X3E LIMITED SLIP AXLE $ 366.00 90L POWER GROUP/WINDOWS&LOCKS $ 1,145.00 525 ' CRUISE CONTROL $ 216.00 213 SHIFT ON FLY $ 185.00 18B FACTORY RUNNING BOARDS $ 499.00 535 H.D.TRAIL MAX PKG. $ 585.00 TDR 1ALL TERRAIN TIRES $ 399.00 41P I SKID PLATE PKG $ 185.00 1 66S JUPFITTER SWITCHES $ 125.00 Total of B.Published Options: $ 13,655.00 Published Option Discount(5%) $ (343.00) C. Additional Options[not to exceed 25%] $= 9.1 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 ROLLEN LOCK TRI FOLD BED COVER $ 1,445.00 TINT WINDOWS $ 199.00 DECKED STRAGE SYSTEM $ 1,485.00 Total of C.Unpublished Options: $ 3,254.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 445.75 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 111.45 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 39,085.20 1. Quantity Ordered 1 x K= $ 39,085.20 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ - L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 39,085.20 �RINI��i��[ PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE(a)-BEAU MONTTEXAS.GOV Email: KDURBIN.COWBOYFLEET(c_GMA Product Description 2022 FORD-SERIES Date: A. Bid Item: 6 A.Base Price: $ 19,322.00 B. Factory Options Code Options Bid Price Code Options Bid Price WIC F-150 CREW CAB 4X2 5.5 BED $ 4,345.00 CARBONIZED GRAY EXT/GRAY INT 85A POWER GROUP/WINDOWS&LOCKS STD 99F S.OL V-8 GAS ENGINE $ 1,995.00 UNIT#8A WIC GRAY 50S ICRUISE CONTROL STD 535 TRAILER HITCH $ 585.00 CUSTOMER PICK UP XL3 TRACTION LOCK AXLE $ 420.00 18B FACTORY RUNNING BOARDS BLACK $ 399.00 U BUCKET SEATS W-CONSOLE $ 425.00 XLT XLT UPGRADE PKG $ 2,885.00 655 136 GALLON FUEL TANK $ 445.00 Total of B.Published Options: $ 11,499.00 Published Option Discount(5%) $ (357.70) C. Additional,Options[not to exceed 25%] $= 10.2 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 ROLLEN LOCK TRI FOLD BED COVER $ 1,445.00 TINT WINDOWS $ 85.00 DECKED STORAGE SYSTEM $ 1,485.00 Total of C.Unpublished Options: $73,�14000 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 445.75 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 111.45 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 34,160.50 I. Quantity Ordered I x K= $ 34,160.50 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ - L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE Is 34,160.50 PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO 679-1214 Phone: MO#409-284-1009 Email: JHARVILLE@CI.BEAUMONT.TX.US Email: KDURBIN.SILSBEEFLEET(d.GMAII Product Description FORD INTERCEPTOR SUV Date: October 12,2021 A. Bid Item: 8 A.Base Price: $ 34,964.00 B. Factory Options Code Options Bid Price Code Options Bid Price K8A 2022 INTERCEPTOR $ BLACK EXT/GRAY INT 99B 3.3L V-6 ENGINE GAS $ (4,212.00) UNIT#SFF-2 4 K8A POLICE 51R LEFT SPOTLIGHT $ 395.00 66C REAR LIGHTING PKG $ 455.00 POWER EQUIPMENT GROUP $ - 66A FRONT HEADLAMP PREP PKG" $ 850.00 86T POLICE TAIL LAMPS HOUSING $ 60.00 4 FRONT&REAR MUD FLAPS $ 125.00 17A REAR AIR CONDITIONING $ 610.00 1 SETINA PUSH BUMPER $ 399.00 55F REMOTE KEYLESS ENTRY FOBS $ 340.00 59B KEY A-LIKE 1559X $ 125.00 1 FRONT AND REAR AIR CONDITIONING $ - 1 X-TRA KEY $ 45.00 WIRELESS PHONE CONNECTIVITY $ - 60A GRILL SIREN WIRING $ 80.00 86P IPOLICE HEADLAMP HOUSING STD 86T IREAR TAILIGHT HOUSING $ - Total of B.Published Options: $ (728.00) Published Option Discount(5%) $ 36.40 C. Additional Options[not to exceed 25%] $= 8.7 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG $ 125.00 52H REAR DOORS&WINDOWS INOP $ 140.00 ONYX TINT ALL WINDOWS $ 225.00 CODE 3-21 TR LIGHBAR PKG $ 2,485.00 CODE 3 MASTERCOM SIRESIREN W-6 SWITCHES Total of C.Unpublished Options: $ 2,975.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 445.75 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 111.45 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 37,804.60 1. Quantity Ordered 4 x K= $ 151,218.40 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 151,218.40 PRODUCT PRICING SUMMARY GOODBUY 17-17 817000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE O 842-5885 Phone: MO#409-284-1009 Email: JHARVILLE(a7CI.BEAUM0NT.TX.US Email: KDURBIN.COWBOYFLEET(cbGMA Product Description 2022 FORD F-SERIES Date: October 15,2021 A. Bid Item: 5 A.Base Price: $ 21,962.00 B. Factory Options Code Options Bid Price Code Options Bid Price W4G FORD 450 CREW MODEL $ 13,290.00 WHITE EXT/GRAY INT 99N 7.3L GAS ENGINE $ 2,045.00 UNIT#SFF-10 3 W4G STREETS 52B TRAILER BRAKE CONTROLLER $ 270.00 X3E ILIMITED SLIP AXLE $ 366.00 CUSTOMER PICK UP 1 2/3 YARD DUMP/SPACE PACK/INCL $ 20,945.00 DES TOWING PKG/7 PIN CORRETER ATTN:60"CA INCLUDES ROLL COVER 1 X-TRA KEY W-FOBS $ 225.00 1 LEFT SPOTLIGHT $ 385.00 1 HOUR METER $ - I TINT WINDOW ONYX $ 225.06 66S IUPFITTER SWITCHES $ 125.00 1 FACTORY RUNNING BOARDS 1 $ 399.00 1 IBACK UP ALARM $ 85.00 Total of B.Published Options: $ 38,360.00 Published Option Discount(5%) $ (1,253.50) C. Additional Options[not to exceed 25%] $= 1.0 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 DC/AC INVERTER $ 499.00 Total of C.Unpublished Options: $ 624.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 550.45 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 183.48 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 60,426.43 I. Quantity Ordered 1 x K= $ 60,426.43 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ - L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 60,426.43 U� le d- buy ('.z.SirtY}ic<�A=5.::!'.r•(�.Y.:i-.�'.a:..r f`e�hy is:�•�:.;Z PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR—Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE(c17BEAUMONTTEXAS.GOV Email: KDURBIN.COWBOYFLEET(&GMA Product Description 2021 FORD F-SERIES Date: October 15,2021 A. Bid Item: 5 A.Base Price: $ 21,962.00 B. Factory Options Code Options Bid Price Code Options Bid Price W3A F-350 CREW CAB W-DRW $ 8,845.00 WHITE EXT/GRAY INT 99N 7.31,GAS ENGINE $ 2,045.00 52B TRAILER BRAKE CONTROLLER $ 270.00 UNIT#SF-1 I WATER DIST ME LIMITED SLIP AXLE $ 399.00 DRW DUAL REAR WHEELS $ 1,445.00 84"CA 1 12FT FLAT BED W-BULK HEAD& $ 5,970.00 H.D REAR BUMPER CLASS#5 HITCH 1 X-TRA KEY $ 125.00 18S FACTORY RUNNINHG BOARDS $ 399.00 88S JUPFITTER SWITCHES $ 125.00 1 BACK UP ALARM 1 $ 125.00 1 1 DC/AC INVERTER $ 399.00 Total of B.Published Options: $ 20,147.00 Published Option Discount(5%) $ (565.10) C. Additional Options[not to exceed 25%] $= 1.7 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 $ - TUINT WINDOWS ONYX $ 225.00 LEFT SPOTLIGHT LED $ 365.00 Total of C.Unpublished Options: $ 715.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 445.75 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 111.45 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 42,816.10 1. Quantity Ordered 1 x K= $ 42,816.10 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) $ - L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 42,816.10 {.exi'rvaxt9 gxsx5 r�*f.ttki;'.,®s}{rrox`+rL rL. t��+>a:. 01Y PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE@BEAUMONTTEXAS.GOV Email: KDURBIN.COWBOYFLEE!@GMA Product Description 2022 FORD F-SERIES Date: October 11,2021 A. Bid Item: 5 A.Base Price: $ 21,962.00 B. Factory Options Code Options Bid Price Code Options Bid Price W2A F250 CREW CAB 4X2 8"BED SRW $ 8,845.00 WHITE EXT/GRAY INT 996 6.2L V-8 GAS $ - 52B TRAILER BRAKE CONTROLLER $ 270.00 SF-12 SEWER DEPT X3E ILIMITED SLIP AXLE $ 399.00 1 12FT FLATBED W-BULK HEAD& $ 5,885.00 H.D.REAR BUMPER&CLASS#5 HITCH 1 X-TRA KEY $ 125.00 18B FACTORY RUNNING BOARDS $ 499.00 1 IBACK UP ALARM $ 125.00 88S UPFITTER SWITCHES $ 125.00 1 1 AC/DC INVERTER $ 399.00 Total of B.Published Options: $ 16,672.00 Published Option Discount(5%) $ (391.35) C. Additional Options[not to exceed 25%] $= 1.9 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 $ - TINT WINDOWS ONYX $ 225.00 LEFT SPOTLIGHT $ 365.00 Total of C.Unpublished Options: $ 715.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ - E. Lot Insurance(for in-stock and/or equipped vehicles): $ - F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 0 miles $ - H. Subtotal: $ 38,957.65 I. Quantity Ordered 1 x K= $ 38,957.65 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 38,957.65 U _ `ii Itllll<I lA i I'.II:S,#xsx s ]a,=.ra r3, t'li}rip ray 4 7fat PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE01BEAU MONTTEXAS.GOV Email: KDURBIN.COWBOYFLEET(abGMA Product Description 2022 FORD F-SERIES Date: October 21,2021 A. Bid Item: 5 A.Base Price:1 $ 32,260.00 B. Factory Options Code Options Bid Price Code Options Bid Price F5G FORD F-550 REG CAB $ 2,885.00 WHITE EXT/GRAY INT 99T 6.71,V8 DIESEL ENGINE $ 9,945.00 52B TRAILER BRAKE CONTROLLER $ 270.00 169"WB/84"CA X8L 14.88 LIMITED SLIP AXLE $ 366.00 66S JUPFITTER SWITCHES $ 125.00 TBK XTR ALL TERRION TIRES $ 199.00 18B FACTORY RUNNIG BOARDS $ 399.00 1 19,5001,13 GVRW $ - 63C AFT-AXLE FRAME EXTENSION $ 115.00 1 225/70-R19.5G BSW A/P TIRES 62R PTO PROVISION $ - 68M PAYLOAD PLUS UPGRADE $ 1,155.00 67A 332 AMP ALTERNATOR $ - 1 AM/FM MP3 PLAYER $ 872 IRFAR VIEW CAMERA $ 415.00 1 I SYNC SYSTEM $ 476 1 SNOW PLOW PREP PKG $ 250.00 Total of B.Published Options: $ 16,124.00 Published Option Discount(5%) $ (661.95) C. Additional Options[not to exceed 25%] $= 118.0 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.00 VERSALIFT QUOTE#TELr29-EIH/I PERSON $ 56,470.00 TINT WINDOWS OYNX $ 225.00 AS PER CUSTOMERS SPEC"S. BACK UP ALARM $ 125.00 INCLUDES SPRAY-IN-BED LINER&TOPS 1 X-TRA KEY $ 125.00 Total of C.Unpublished Options: $ 57,070.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 550.45 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 183.48 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 300 miles $ 525.00 H. Subtotal: $ 106,050.98 I. Quantity Ordered I x K= $ 106,050.98 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 106,050.98 f lb S'.tt•is+ar��*s:xrr#.we-Lc�,+:a+.v;trvti{'1tz€t�,�;Kr+ PRODUCT PRICING SUMMARY GOODBUY 17-17 8F000 VEHICLES VENDOR--Silsbee Ford,1211 Hwy 96 N.,Silsbee TX 77656 End User: CITY OF BEAUMONT Prepared by: KEN DURBIN Contact: JEFF HARVILLE MO#679-1214 Phone: MO#409-284-1009 Email: JEFF.HARVILLE(cDBEAUMONTTEXAS.GOV Email: KDURBIN.00WB0YFLEE1@GMA Product Description 2022 FORD F-SERIES Date: October 21,2021 A. Bid Item: 5 A.Base Price: $ 32,260.00 B. Factory Options Code Options Bid Price Code Options Bid Price F5G FORD F-550 REG CAB $ 2,885.00 WHITE EXT/GRAY INT 99T 6.71,V8 DIESEL ENGINE $ 9,945.00 52B TRAILER BRAKE CONTROLLER $ 270.00 169"WB/84"CA X8L 14.88 LIMITED SLIP AXLE $ 366.00 66S UPFITTER SWITCHES $ 125.00 TBK XTR ALL TERRION TIRES $ 199.00 18B FACTORY RUNNING BOARDS. $ 399.00 1 19,500LB GVRW $ - 63C AFT-AXLE FRAME EXTENSION $ 115.00 1 225/70-RI9.5G BSW A/P TIRES 62R PTO PROVISION $ - 68M PAYLOAD PKG. $ 1,155.00 67A 332 AMP ALTERNATOR $ - 1 AM/FM MP3 PLAYER $ - 872 REAR VIEW CAMERA $ 415.00 1 SYNC SYSTEM $ - 479 SNOW PLOW PREP PKG $ 250.00 Total of B.Published Options: $ 16,124.00 Published Option Discount(5%) $ (661.95) C. Additional Options[not to exceed 25%] $= 174.9 % Options Bid Price Options Bid Price RADIO SUPPRESSION PKG. $ 125.60 VERSALIFT QUOTE#VST-36-MHI/2 PERSON $ 84,045.00 TINT WINDOWS OYNX $ 225.00 AS PER CUSTOMERS SPEC"S. BACK UP ALARM $ 125.00 INCLUDES SPRAY-IN-BED LINER&TOPS 1 X-OTRA KEY $ 125.00 Total of C.Unpublished Options: $ 84,645.00 D. Floor Plan Interest(for in-stock and/or equipped vehicles): $ 550.45 E. Lot Insurance(for in-stock and/or equipped vehicles): $ 183.48 F. Contract Price Adjustment: $ - G. Additional Delivery Charge: 300 miles $ 525.00 H. Subtotal: $ 133,625.98 1. Quantity Ordered 1 x K= $ 133,625.98 J. Trade in: $ - K. GOODBUY Administrative Fee($300 per purchase order) L. TOTAL PURCHASE PRICE INCLUDING GOODBUY FEE $ 133,625.98 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of twenty (20) vehicles for use by various City departments from Silsbee Ford, of Silsbee, Texas, in the amount of $1,133,767.45 through the GoodBuy Cooperative Purchasing Program. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - 2 November 2,2021 Consider approving the purchase of a fire truck BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution approving the purchase of a fire truck. BACKGROUND A 2022 Pierce pumper truck will be purchased from Siddons-Martin Emergency Group, of Denton, Texas, in the amount of$713,315. The new truck will replace unit No. 7094, a 2003 pumper truck with 71,359 miles. The new pumper truck will be designated as Engine No. 7 and will be housed at Station 7 located at 1710 McFaddin Ave. The existing unit has exceeded its expected service life and will be disposed of according to the City surplus property policy. Pricing was obtained through Houston-Galveston Area Council (H-GAC), a cooperative purchasing association providing cities and political subdivisions with the means to purchase specialized equipment at volume pricing. H-GAC complies with State of Texas' procurement statutes. Manufacturer's warranty is twelve (12) months. Delivery is expected within sixteen months. Quote is attached. FUNDING SOURCE Capital Reserve Fund—Funds will need to be budgeted in FY2023. RECOMMENDATION Approval of the resolution. Siddons Martin Emergency Group, LLC 3500 Shelby Lane Denton,TX 76207 GDN P115891 TXDOT MVD No.A115890 October 26, 2021 BEAUMONT FIRE/RESCUE 400 WALNUT ST BEAUMONT,TX 77701 Proposal For:2022 Beaumont Enforcer Pumper Siddons-Martin Emergency Group, LLC is pleased to provide the following proposal to BEAUMONT FIRE/RESCUE. Unit will comply with all specifications attached and made a part of this proposal.Total price includes delivery FOB BEAUMONT FIRE/RESCUE and training on operation and use of the apparatus. Description Amount Qty. 1 -1021 -Pierce-Custom Enforcer Pumper, 2nd Gen (Unit Price - $711,315.00) Delivery within 15-16 months of order date QUOTE#- SMEG-0001906-1 Vehicle Price $711,315.00 1021 -UNIT TOTAL $711,315.00 SUB TOTAL $711,315.00 HGAC FS12-19 (FIRE) $2,000.00 TOTAL $713,315.00 Price guaranteed for 60 days. Additional:Additional.Vehicle cost includes installation of deck gun stow switch, and TFT piston intake valves. Taxes:Tax is not included in this proposal. In the event that the purchasing organization is not exempt from sales tax or any other applicable taxes and/or the proposed apparatus does not qualify for exempt status, it is the duty of the purchasing organization to pay any and all taxes due. Balance of sale price is due upon acceptance of the apparatus at the factory. Late Fee:A late fee of.0330/a of the sale price will be charged per day for overdue payments beginning ten (10) days after the payment is due for the first 30 days.The late fee increases to .044% per day until the payment is received. In the event a prepayment is received after the due date,the discount will be reduced by the same percentages above increasing the cost of the apparatus. Proposal 2022 Beaumont Enforcer Page 1 of 2 October 26, 2021 Cancellation: In the event this proposal is accepted and a purchase order is issued then cancelled or terminated by Customer before completion, Siddons-Martin Emergency Group may charge a cancellation fee.The following charge schedule based on costs incurred may be applied: (A) 10%of the Purchase Price after order is accepted and entered by Manufacturer; (B) 20%of the Purchase Price after completion of the approval drawings; (C) 30%-of the Purchase Price upon any material requisition. The cancellation fee will increase accordingly as costs are incurred as the order progresses through engineering and into manufacturing.Siddons-Martin Emergency Group endeavors to mitigate any such costs through the sale of such product to another purchaser; however,the customer shall remain liable for the difference between the purchase price and, if applicable,the sale price obtained by Siddons-Martin Emergency Group upon sale of the product to another purchaser, plus any costs incurred by Siddons-Martin to conduct such sale. Acceptance: In an effort to ensure the above stated terms and conditions are understood and adhered to, Siddons-Martin Emergency Group, LLC requires an authorized individual from the purchasing organization sign and date this proposal and include it with any purchase order. Upon signing of this proposal,the terms and conditions stated herein will be considered binding and accepted by the Customer.The terms and acceptance of this proposal will be governed by the laws of the state of Texas. No additional terms or conditions will be binding upon Siddons-Martin Emergency Group, LLC unless agreed to in writing and signed by a duly authorized officer of Siddons-Martin Emergency Group, LLC. Sincerely, Cory Frankum I, the authorized representative of BEAUMONT FIRE/RESCUE, agree to purchase the proposed and agree to the terms of this proposal and the specifications attached hereto. Signature & Date Proposal 2022 Beaumont Enforcer Page 2 of 2 October 26, 2021 FY22 Fleet Purchase Jeff Harville <Jeff.HarviIle@ Beau montTexas.gov> Tue 10/26/2021 1:21 PM To: Christy Williams <Christy.Williams@ BeaumontTexas.gov> B 1 attachments(533 KB) Quote#5-Update-Pumper, Fire,Siddons Martin.pdf; Christy, Line 103 Replacing Unit 7094 71,359 Miles 2003 KME Renegade Pumper Will be sold at auction Fire-617-4030-504-6215 Thanks! Jeff Harville, Fleet Manager City of Beaumont 4955 Lafin Dr. Beaumont,Texas 77705 Tel. (409) 842-5885 Fax(409) 842-0851 Cell (409) 679-1214 *** Excuses are tools used by the incompetent to build monuments of absolutely nothing. *** RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of one (1) 2022 Pierce pumper fire truck for use by the Fire Department from Siddons-Martin Emergency Group, of Denton, Texas, in the amount of $713,315.00 through the Houston-Galveston Area Council (H- GAC) Cooperative Purchasing Program. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton - 3 November 2,2021 Consider authorizing the City Manager to execute a contract with King Solution Services,LLC for the Amelia Cutoff Sewer Line Emergency Repair BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works &Technology Services MEETING DATE: November 2, 2021 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute a contract with King Solution Services,LLC for the Amelia Cutoff Sewer Line Emergency Repair. BACKGROUND Jefferson County Drainage District No. 6 (DD6) owns and maintains Ditch 202,also known as the Amelia Cutoff. This ditch crosses College Street just east of Montrose Avenue in the vicinity of several pipelines. Water Utilities staff identified a cavity in Ditch 202 on October 15, 2021. This cavity appears to be caused by a failure in the sewer line that crosses the ditch near Brighton Street. The sewer line is 18 inches in diameter and approximately 17 feet deep. The failure in the sewer main allows a large volume of rainwater to enter the sewer system during rain events causing the system to surcharge. The City's maintenance agreement with DD6 allows the City to make necessary emergency repairs. On October 19, 2021, Water Utilities staff solicited six (6)bids for furnishing all labor, materials, equipment,and supplies necessary to perform an exploratory excavation to determine the extent of the required repair. Two (2)responses were received. The bid totals are indicated in the table below: Contractor Location Total Award Amount King Solution Services, LLC Houston, TX $125,000.00 Brystar Contracting, LLC Beaumont, TX $328,000.00 The Water Utilities staff has reviewed the two (2) bids and recommends awarding the contract to King Solution Services, LLC, in the amount of$125,000.00. The bids included unit prices for additional efforts that may be required as the excavation proceeds. Once the leak is located and repair options assessed, staff will request the Contractor,if available,to complete the necessary repairs. Pricing will be on a"not to exceed"time and materials basis. FUNDING SOURCE Capital Program—Sewer Main Rehabilitation. RECOMMENDATION Approval of the resolution. BID TABULATION ZE OF Emergency Exploratory Excavation-DD6 near Brighton and Montrose i:t7+j..........E.Y,gs�, BID OPENING DATE:October 21,2021 j*r'•• *�1 The Bid Proposals sub have been reviewed an`to the esi of my knowledge this is en accur to tabulation off the bids received. �AMALIA VILLARREAL..P.E. j V 90340 ' By:Amalie Villarreal,P.E.,City Engineer Date:1 0/2 712 0 21 o``/0NAIL G� King Solutions Brystar ITEM DESCRIPTION NO. QUANTITY UNIT Mario Jaimes Bryan Phelps Houston,TX 77039 Beaumont,TX 77705 BASE BID ITEMS UNIT PRICE TOTAL UNIT PRICE TOTAL 1 1 LS Mobilization,including payment bond,performance bond,insurance,and moving equipment to project $ 125,000.00 $ 125,000.00 $ 328,000.00 $ 328,000.00 2 0 LF Additional Length of Excavation,outside of 30 linear feet,if necessary $ 750.00 $ - $ 8,000.00 $ - 3 0 SF Additional concrete removal and disposal,outside of 200 square feel,if necessary $ 68.20 $ - $ 150.00 $ - 4 0 Day Bypass pumping if necessary $ 3.520.00 $ - $ 10,000.00 $ - BASE BID QUANTITIES TOTAL $ 125,000.00 $ 328,000.00 Page 1 at 1 RESOLUTION NO. WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Amelia Cutoff Sewer Line Emergency Repair Project; and, WHEREAS, King Solution Services, LLC, of Houston, Texas, submitted a bid in the amount of$125,000.00; and, WHEREAS, the City Council is of the opinion that the bid submitted by King Solution Services, LLC, of Houston, Texas, is the lowest responsible bidder providing services at the best value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to King Solution Services, LLC, of Houston, Texas, in the amount of $125,000.00, for the Amelia Cutoff Sewer Line Emergency Repair Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with King Solution Services, LLC, of Houston, Texas, for the purposes described herein. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of November, 2021. - Mayor Robin Mouton -