Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout02/08/2022 PACKET BEAUMONT
TEXAS
MEETING OF THE CITY COUNCIL
COUNCIL CHAMBERS CITY HALL 801 MAIN STREET
TUESDAY, FEBRUARY 8,2022 1:30 PM
AGENDA
CALL TO ORDER
* Invocation Pledge Roll Call
* Proclamations,Presentations and Recognitions
• Public Comment: Persons may speak on the Consent Agenda and Items 1, 3-4
* 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 February 1, 2022 City Council Meeting Minutes
B. Authorize the City Manager to apply for and receive funding through the
Department of Homeland Security Grant Program specifically for implementing
target hardening
C. Authorize the City Manager to apply for and receive funding through the
Department of Homeland Security Grant Program for projects aimed at
combating domestic violence extremism
D. Authorize the City Manager to apply for and receive funding through the
Department of.Homeland Security Grant Program specifically:to address
emerging threats
E.= Authorize the City Manager to execute Change Order No. 2, accept maintenance,
and authorize final payment to CFG Industries, LLC, for the Loeb Steel &
Concrete GST Repairs (REBID) Project
F. Authorize the City Manager to execute Change Order No. 5, accept maintenance,
and authorize final payment to Solid Bridge Construction, LLC related to the
Cattail Marsh Wetlands Repair Project
REGULAR AGENDA
1. Consider appointing an Interim City Manager effective March 31, 2022
2. Consider a request to abandon a portion of the Sawyer Street right-of-way
3. Consider approving the award of one year contracts with both Core &Main LP
and Coburn's of Beaumont for the purchase of inventory materials to be used in
the Water Utilities Department
4. Consider approving a proposal submitted by Honesty Environmental Services,
Inc. to provide on-site asbestos consulting and air monitoring services at the
property located at 555 Main Street
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:
Beaumont vs.Netflix, Hulu, and Disney+
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: February 8, 2022
REQUESTED ACTION: Council consider approval of the February 1, 2022 City Council
Meeting Minutes.
BEAUMONT
TEXAS
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 II
Audwin Samuel, Mayor Pro Tern FEBRUARY 1, 2022 Chris Durio,Ward IV
Tina Broussard, City Clerk Kyle Hayes, City Manager Sharae Reed, City Attorney
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 February 1, 2022, 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
• Public Comment: Persons may speak on the Consent Agenda and Agenda item No. 7
Mayor Mouton called the council meeting to order at 1:30 p.m.
Pastor Dwight Benoit,with Magnolia Missionary Baptist Church 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. Absent: Kyle Hayes, City Manager. Also, present were Todd
Simoneaux, Chief Financial Officer; Sharae Reed, City Attorney; Tina Broussard, City Clerk.
Proclamations,Presentation, Recognitions
"Campus Crime Stoppers of Southeast Texas"—February 9, 2022—Proclamation read
by Mayor Mouton; accepted by Jeremy Raley, Administrator/Campus Coordinator
Public Comment: Persons may speak on the Consent Agenda and Agenda Item No. 7
None
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 January 25, 2022, City Council Meeting Minutes
B. Approve a contract with DXI Industries, Inc. of Houston for the purchase of
sodium hydroxide for use by the Water Utilities Department - Resolution 22-033
Minutes—February 1,2022
C. Authorize the City Manager to execute Change Order No. 14, accept
maintenance, and authorize final payment to ALLCO, LLC for the Washington
Boulevard Pavement Widening Phase II Project (Corporate Drive to Amarillo
Street) - Resolution 22-034
D. Authorize the City Manager to execute a contract with Structure Guard, LLC, of
Austin, for the Lafin Drive at LNVA Canal Emergency Bridge Repairs Project
Resolution 22-035
E. Authorize the City Manager to execute Change Order No. 3 to the contract with BDS
Constructors, LLC d/b/a MK Constructors for the Primer Street Lift Station
Repairs Project - Resolution 22-036
F. Authorize the City Manager to apply for and accept funding through the Jefferson
County Tourism Committee (JCTC) Grants Program - Resolution 22-037
G. Authorize the City Manager to execute Change Order No. 6, accept maintenance,
and authorize final payment to Allco, LLC for the Wastewater Treatment Plant
Trickling Filters Rehabilitation Project - Resolution 22-038
H. Authorize the limited and temporary use of golf carts on city streets from February 21,
2022, through February. 28, 2022, in conjunction with Mardi Gras Southeast Texas -
Resolution 22-039
I. Authorize the City Attorney to accept the settlement negotiated by the Texas Attorney
General in Opioid litigation against pharmaceutical manufacturer Endo Health
Solutions, Inc., Endo Pharmaceuticals Inc., Endo International plc, Par
Pharmaceutical, Inc., and Par Pharmaceutical Companies, Inc. ("Endo")-Resolution
22-040
Councilmember Neild moved to approve the Consent Agenda. Mayor Pro Tem Samuel
seconded the motion.
AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ,
TURNER, FELDSCHAU AND NEILD
NAYS: NONE
MOTION PASSED
AGENDA
1. Consider a request for a Specific Use Permit to allow a parking lot expansion for a church in
RCR (Residential Conservation Revitalization) and RS (Residential.Single-Family) Districts
located at 2170 Renaud Street.
Mt. Calvary Missionary Baptist Church would like to add a new parking area at 2170 Renaud
Street. This new concrete parking lot will provide an additional forty-four (44) off-street
parking spaces.
Minutes—February 1,2022
Landscaping will be required along Renaud and in required islands, but as the property abuts
commercial lots, a perimeter landscaping and screening buffer is not required.
At a Joint Public Hearing held on January 24, 2022,the Planning Commission recommended
8:0 to approve the request for a Specific Use Permit to allow a parking lot expansion for a
church in RCR (Residential Conservation Revitalization) and RS (Residential Single-Family)
Districts with the following condition:
1. Parking lot shall be landscaped as required by City Ordinance.
Approval of the ordinance with the following conditions:
1. : Parking lot shall be landscaped as required by City Ordinance.
Councilmember Turner moved to ADOPT AN ORDINANCE ENTITLED.AN ORDINANCE GRANTING A
SPECIFIC USE PERMIT TO ALLOW A PARKING LOT EXPANSION FOR A CHURCH IN AN RCR(RESIDENTIAL
CONSERVATION REVITALIZATION) AND RS (RESIDENTIAL SINGLE-FAMILY DWELLING) DISTRICT FOR
PROPERTY LOCATED AT 2170 RENAUD STREET,WITH THE CONDITIONS,IN THE CITY OF BEAUMONT,
JEFFERSON COUNTY, TEXAS. Mayor Pro Tern Samuel seconded the motion.
AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ,
TURNER, FELDSCHAU AND NEILD
NAYS: NONE
MOTION PASSED
Ordinance 21-005
2. Consider.a request for a Specific Use Permit to allow a roll-off container and equipment
storage yard in a GC-MD (General Commercial—Multiple-Family Dwelling) District located at
3494 Fannett Road.
Raymond Richard is requesting a Specific Use Permit to allow a roll -off container and
equipment storage yard at 3494 Fannett Road. Mr. Richard is the owner of.R&R Dozer, a
demolition company. In September of 2021 reports were received that a fence had been
placed around the property and dumpsters were being stored. Mr. Richard was advised that
although a contractor business may be located in GC-MD (General Commercial--Multiple-
Family Dwelling) zoning districts, outside storage is not permitted without approval of a
Specific Use Permit, and a Certificate of Occupancy.
For a commercial business to operate adjacent to residential zoning, the business is required
to maintain a ten (10) foot wide landscaped strip with trees and an eight (8) foot tall wood or
masonry fence along the adjoining property line. As dumpsters may create odor issues, all
cleaning of the dumpsters prior to storage must be completed elsewhere.
In addition, any security lighting on the property shall be shielded to protect adjacent
residential properties.
At.a Joint Public Hearing held on January 24, 2022, the Planning.Commission recommended
Minutes—February 1,2022
8:0 to approve the request for a Specific Use Permit to allow a roll-off container and
equipment storage yard in a GC-MD (General Commercial — Multiple-Family Dwelling)
District with the following conditions:
1. Install landscaping and screening to meet City Ordinance requirements.
2. Clean all dumpsters before storing them at this location.
3. Shield all security lighting from neighboring residential properties.
Approval of the ordinance with the following conditions:
1.. Install landscaping and screening to meet City Ordinance requirements.
2. Clean all dumpsters before storing them at this location.
3. Shield all security lighting from neighboring residential properties.
Councilmember Durio moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE GRANTING A
SPECIFIC USE PERMIT TO ALLOW A ROLL-OFF CONTAINER AND EQUIPMENT STORAGE YARD IN A GC-MD
(GENERAL COMMERCIAL-MULTIPLE FAMILY DWELLING)DISTRICT FOR PROPERTY LOCATED AT 3494
FANNETT ROAD, WITH THE CONDITIONS, 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 22-006
3. Consider a request for a Specific Use Permit to allow a veterinarian boarding/grooming
facility and shelter in a GC-MD (General Commercial — Multiple-Family Dwelling) District
located at 4270 E. Lucas Drive.
Kelley Kays would like to open a veterinarian clinic with grooming and boardingat 4270 E.
Lucas. Drive. The existing veterinarian office will be expanded to include the non-profit
Beaumont Pets Alive shelter. Chain link kennels, a modular building and parking will be
added at the rear of the property.
The parking area will need minor modifications to meet City Engineering requirements. As
the parking is expanding more than twenty-five (25) percent, landscaping of the entire
parking lot will need to be brought into compliance including a.six (6) foot wide landscaped
strip between parking and E. Lucas Drive, two (2) landscaped islands and a ten (10) foot
wide landscaped buffer with trees along the rear property line. Ms. Kays is requesting a
waiver to the eight (8) foot fence screening requirement along the rear property line.
At a Joint Public Hearing held on January 24, 2022,the Planning Commission recommended
8:0 to approve the request for a Specific Use Permit to allow a veterinarian
boarding/grooming facility in a GC-MD (General Commercial — Multiple-Family Dwelling)
District with the following conditions:
1. Parking shall be adjusted to meet City Engineering requirements.
Minutes—February 1,2022
2. Landscaping shall be brought into compliance with City Ordinance
requirements
3. Eight (8) foot wood or masonry fence in the rear_to be completed within one
year from the issuance of the Certificate of Occupancy.
Approval of the ordinance with the following conditions:
1. Parking shall be adjusted to meet City Engineering requirements.
2. Landscaping shall be brought into compliance with City Ordinance
requirements.
3. Eight (8) foot wood or masonry fence in the rear to be completed within one
year from the issuance of the Certificate of Occupancy.
Councilmember Neild moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE GRANTING A
SPECIFIC USE PERMIT TO ALLOW A VETERINARIAN BOARDING/GROOMING FACILITY AND SHELTER IN A
GC-MD(GENERAL COMMERCIAL-MULTIPLE FAMILY DWELLING)DISTRICT FOR PROPERTY LOCATED AT
4270 E. LUCAS DRIVE, WITH THE CONDITIONS, IN THE CITY OF BEAUMONT, JEFFERSON COUNTY,
TEXAS. Mayor Pro Tern Samuel seconded the motion.
AYES: . MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ,
TURNER, FELDSCHAU AND NEILD
NAYS: .. NONE
MOTION PASSED
Ordinance 22-007
4. Consider a request for a Revised Specific Use Permit to allow for additional parking and to
add a commercial.strip center with a tax office and barber shop in an RCR (Residential
Conservation Revitalization) District located at 1325 College Street.
Rosa & Sifuentes Francisco Castillo would like to use the property located at 958 & 978
Orange Avenue and 1350 Gilbert Street as expanded parking for a.proposed restaurant to
be located at .1325 College Street, and for a commercial building to accommodate offices
and a beauty/barber shop.
Adjacent land uses are residential along Gilbert. As such, driveway access should be
located on Orange Street. Landscaping should be used to. mitigate the impact to the
neighboring properties. In addition, sidewalks along the property are in a state of disrepair
and must be repaired/replaced along all streets.
At a Joint Public Hearing held on January 24, 2022,the Planning Commission recommended
8:0 to approve the request for a Revised Specific Use Permit for restaurant parking to add a
commercial strip center with a tax office and .barber shop in an RCR (Residential
Conservation Revitalization) District with the following conditions:
1. Landscaping and screening be installed and maintained as per ordinance
requirements, including provision of island; medians and/or peninsulas and
perimeter buffer.
Minutes—February 1,2022
2. Irrigation system shall be installed and maintained for all required landscaping.
3. Replace/repair sidewalks along all streets.
4. Lighting to be shielded from neighboring residential properties.
5. Parking for the restaurant and commercial building shall be separated so that
the restaurant parking lot can only be accessed from Orange Avenue.
Approval of the ordinance with the following conditions:
1. Landscaping and screening be installed and maintained as per ordinance
requirements, including provision of island, medians and/or peninsulas and
perimeter buffer.
2. Irrigation.system shall be installed and maintained for all required landscaping.
3. Replace/repair sidewalks along all streets.
4. Lighting to be shielded from neighboring residential properties.
5. Parking for the restaurant and commercial building shall be separated so that
the restaurant parking lot can only be accessed from Orange Avenue.
Councilmember Feldschau moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE ISSUING AN
AMENDED SPECIFIC USE PERMIT TO ALLOW INDUSTRIAL PARKING AND TO ADD A COMMERCIAL STRIP
CENTER WITH A TAX OFFICE AND BARBER SHOP IN AN RCR (RESIDENTIAL CONSERVATION
REVITALIZATION)DISTRICT LOCATED AT 1325 COLLEGE STREET,WITH THE CONDITIONS,BEAUMONT,
JEFFERSON COUNTY, TEXAS. Councilmember Durio seconded the motion.
AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ,
TURNER, FELDSCHAU AND NEILD
NAYS: NONE
MOTION PASSED
Ordinance 22-008
5. Consider a request for a Revised Specific Use Permit to allow additional cabins in 'a
recreational vehicle park in an LI (Light Industrial) District located at 6860 S. Major Drive.
In 2006, Thomas Taylor received a Specific Use Permit for a Recreational Vehicle Park at
6800 S. -Major Drive. The 15-acre tract of land includes a 7-acre lake and a LNVA canal
right-of-way leaving approximately 7 acres that are usable for the recreational vehicle:park.
The park currently can accommodate 70 RV's. Shortly after acceptance of this RV park, the
City's.RV ordinance was updated to current standards. Those standards are reflected in this.
existing park. Hidden Lake RV Park would now like to add 3 prefab cabins to be leased by
the month or year. Each cabin is approximately 300 square feet and will have a parking
space.
An existing City of Beaumont water line and easement is located on this property. No
structure requiring a permanent foundation may be placed over a city easement. This water
line feeds an adjacent fire apparatus. Access for the fire department to this apparatus must
be maintained.
Minutes—February 1,2022
At a Joint Public Hearing held on January 24, 2022, the Planning Commission recommended
8:0 to approve the request for a Specific Use Permit to allow additional cabins in a
recreational vehicle park in an LI (Light Industrial) District with the following conditions:
1. No permanent structure may be placed within the water utility easement.
2. Access to the adjacent fire apparatus must be maintained.
Approval of the ordinance with the following conditions:
1. No permanent structure may be placed within the water utility easement.
2. Access to the adjacent fire apparatus must be maintained.
Councilmember Getz moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE ISSUING AN
AMENDED SPECIFIC USE PERMIT TO ALLOW ADDITIONAL CABINS IN A RECREATIONAL VEHICLE PARK IN
AN LI (LIGHT INDUSTRIAL) DISTRICT LOCATED AT 6860 S. MAJOR DRIVE, WITH THE CONDITIONS,
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 22-009
6. Consider a request for a Specific Use Permit to allow a bar in a GC-MD (General,
Commercial — Multiple-Family Dwelling) District located at 8180 Eastex Freeway, Unit 2.
Baptiste Brunner is requesting a Specific Use Permit to allow a bar at 8180 Eastex Freeway,
Unit 2.. Mr..Brunner.states that his business will primarily consist of take-out or drive-thru
customers: The existing strip center is currently occupied by a convenience store in Unit 1.
Seating will only consist of four (4) seats at the bar. Existing parking is adequate for these
uses.
At.a Joint Public Hearing held on January 24, 2022, the Planning Commission recommended
8:0.to approve the request for a Specific Use Permit to allow a.bar in a GC-MD (General.
Commercial — Multiple-Family Dwelling) District.
Approval of the ordinance.
Mayor Pro Tern Samuel moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE GRANTING A
SPECIFIC USE PERMIT TO ALLOW A BAR IN A GC-MD (GENERAL COMMERCIAL-MULTIPLE FAMILY
DWELLING) DISTRICT FOR PROPERTY LOCATED AT 8180 EASTEX FREEWAY, UNIT 2 IN THE CITY OF
BEAUMONT,JEFFERSON COUNTY,TEXAS. Councilmember Durio seconded the motion.
AYES: MAYOR MOUTON,MAYOR PRO TEM SAMUEL,COUNCILMEMBERS DURIO,GETZ,
TURNER, FELDSCHAU AND NEILD
Minutes—February 1,2022
NAYS: NONE
MOTION PASSED
Ordinance 22-010
7. Consider approving a contract with PfP Abatement Group, LLC of Houston for the asbestos
abatement of the structure located at 555 Main Street.
The city requested proposals for the asbestos abatement of the structure located at 555
Main Street in preparation for the building's demolition.
Twelve vendors were notified; nine bids were received. PfP Abatement Group, LLC provided
the low qualified bid in the amount of $259,572.80 with 60 calendar days to complete the
work.
Funds will come from the Capital Program.
Approval of the resolution.
Councilmember Neild moved to ADOPT A RESOLUTION THAT THE CITY COUNCIL HEREBY APPROVES
THE AWARD OF A CONTRACT TO PFP ABATEMENT GROUP,LLC,OF HOUSTON,TEXAS,IN THE AMOUNT
OF $259,572.80, FOR THE ASBESTOS ABATEMENT OF THE STRUCTURES LOCATED AT 555 MAIN
STREET;AND THAT THE CITY MANAGER BE AND HE IS HEREBY AUTHORIZED TO EXECUTE A CONTRACT
WITH PFP ABATEMENT GROUP, LLC,OF HOUSTON,TEXAS. Mayor Pro Tem Samuel seconded the
motion.
AYES: MAYOR MOUTON, MAYOR PRO TEM SAMUEL, COUNCILMEMBERS DURIO,
TURNER, FELDSCHAU AND NEILD
NAYS: COUNCILMEMBER GETZ
MOTION PASSED
Resolution 22-041
Mayor Mouton read the announcement regarding Executive Session being held at the
conclusion of Public and Councilmember Comments.
COMMENTS
Public Comments (Persons are limited to three minutes)
Ashley Broertges 7659 Boardwalk Lumberton TX
Stated that the City of Beaumont and the surrounding area needs a place for both children
and adults to relax and to do things together, Tyrrell Park Riding Stables provides that place,
stated that Tyrrell Park Riding Stables used to have a Christmas Parade and everyone would
decorate their horses with Christmas lights, she and her mother both enjoyed seeing the
Minutes—February 1,2022
children and adults riding through the park with their decorated horses, commented on how
well the horses were treated and taken care of by a veterinarian as well as horses being
rescued from being slaughtered, thanked Tyrrell Park Riding Stables for all that they do
* Councilmembers/City Manager/City Attorney comments on various matters
COUNCILMEMBER COMMENTS
COUNCILMEMBER NEILD - NONE
MAYOR PRO TEM SAMUEL- NONE
COUNCILMEMBER FELDSCHAU - NONE
COUNCILMEMBER TURNER- STATED THAT TODAY IS THE FIRST DAY OF BLACK HISTORY
MONTH, URGED EVERYONE TO GET OUT AND CELEBRATE AND
SUPPORT BLACK OWNED BUSINESSES,IT'S VERY HISTORIC FOR
THE COMMUNITY, APPRECIATES ANY SUPPORT THAT THE
COMMUNITY CAN GIVE, THANKED ALL OF THE ICONS AND
LEGENDS THAT PAVED THE WAY FOR WHERE WE ARE TODAY
COUNCILMEMBER GETZ- NONE
COUNCILMEMBER DURIO - STATED THAT HIS MOTHER MARY DURIO IS IN ICU AT BAPTIST
HOSPITAL,ASKED THAT EVERYONE KEEP HIM AND HIS FAMILY
IN PRAYER,THEY WILL HAVE TO MAKE SOME HARD DECISIONS
SOON
CITY ATTORNEY REED - NONE
CITY MANAGER HAYES - NONE
MAYOR MOUTON - STATED THAT TODAY IS THE FIRST DAY.OF BLACK HISTORY
MONTH, AND THAT SHE'S SITTING IN A BLACK HISTORY
MOMENT AS WELL AS THE NEWLY APPOINTED CITY ATTORNEY,
SHARAE REED, ALSO.STATED.THAT THERE ARE A LOT OF
EVENTS THAT WILL BE HAPPENING THROUGHOUT THE MONTH
OF FEBRUARY,EXCITED ABOUT ALL OF THE EVENTS THAT WILL
BE GOING ON
Open session of meeting recessed at 2:01 p.m.
EXECUTIVE SESSION
* Deliberate the appointment, employment and duties of the Interim City Manager
position in accordance with Section 551.074 of the Government Code-Personnel
Matters; Closed Meeting.
The City Council will interview the following individuals for the Interim City Manager
position:
Minutes—February 1,2022
Bart Bartkowiak Chris Catalina
Chris Boone Earl White
Robin Mouton, Mayor
Tina Broussard, City Clerk
Minutes—February 1,2022
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Todd Simoneaux, Chief Financial Officer
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to apply
for and receive funding in an amount up to $83,000 through the
Department of Homeland Security Grant Program.
BACKGROUND
The Grant Program incorporates a first responder category for which Beaumont could be
awarded up to $83,000 dedicated specifically for implementing target hardening. This request is
for a Second Phase or continuation of last year's award which was to put gates on Main Street
and Pearl Street off of College. This additional funding would be used for fencing around the
Police.Department.
FUNDING SOURCE
No local match is required.
RECOMMENDATION
Approval of the resolution.
RESOLUTION NO.
WHEREAS, the City Council finds it in the best interest of the citizens of Beaumont,
that the State Homeland Security Program (SHSP) Phase II -ST/CP Implementing Target
Hardening be operated for the fiscal year 2023; and,
WHEREAS, the City of Beaumont City Council agrees to provide applicable
matching funds for the said project as required by the Department of Homeland Security
Grant Program (HSGP) grant application; and,
WHEREAS, the City Council agrees that in the event of loss or misuse of the 2022
Homeland Security Grant Program funds, the City of Beaumont assures that the funds
will be returned to the Office of the Governor in full; and,
WHEREAS, the City Council designates the City Manager as the grantee's
• authorized official. The authorized official is given the power to apply for, accept, reject,
alter or terminate the grant on behalf of the applicant agency from the Department of
Homeland Security Grant Program (HSGP) through the Office of the Governor in the
amount up to $83,000 for the purposes described herein;
NOW, THEREFORE, BE IT ORDAINED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby,
in all things, approved and adopted; and,
THAT the City Council approves submission of the grant application for the SHSP
(State Homeland Security Program) Phase II — Implementing Target Hardening to the
Office of the Governor.
The meeting at which this resolution was approved was in all things conducted
strict compliance with the Texas Open Meetings Act Texas Government Code, Chapter
551.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 8th day of
February, 2022.
- Mayor Robin Mouton -
Grant Number: _4226602
_______
c.
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Todd Simoneaux, Chief Financial Officer
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to apply
for and receive funding,in an amount up to $70,000 through the
Department of Homeland Security Grant Program.
BACKGROUND
This year, a new SHSP-NPA (State Homeland Security Program-National Priority Area) funding
was announced for projects aimed at Combating Domestic Violence Extremism. This grant
would fund a regional contract to streamline the process of gathering information for and getting
warrants approved. Without this capability it can take over four hours on average to get a warrant
signed plus travel time to and from the station and to the Judge'.s residence or office. This new
electronic:platform provides the ability to shorten the process to as little as 10-15 minutes. By the
regional approach,we can further streamline the process of facilitating warrants across
jurisdictional limits.
FUNDING SOURCE
No local match is required.
RECOMMENDATION
Approval of the resolution.
RESOLUTION NO.
WHEREAS, the City Council finds it in the best interest of the citizens of Beaumont,
that the State Homeland Security Program-National Priority Area Projects (SHSP-NPA)
to combat Domestic Violent Extremism be operated for the fiscal year 2023; and,
WHEREAS, the City of Beaumont City Council agrees to provide applicable
matching funds for the said project as required by the Department of Homeland Security
Grant Program (HSGP) grant application; and,
WHEREAS, the City Council agrees that in the event of loss or misuse of the 2022
Homeland Security Grant Program funds, the City of Beaumont assures that the funds
will be returned to the Office of the Governor in full; and,
WHEREAS, the City Council designates the City Manager as the grantee's
authorized official. The authorized official is given the power to apply for, accept, reject,
alter or terminate the grant on behalf of the applicant agency from the Department of
Homeland Security Grant Program (HSGP) through the Office of the Governor in the
amount up to $70,000 for the purposes described herein;
NOW, THEREFORE, BE IT ORDAINED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby,
in all things, approved and adopted; and,
THAT the City Council approves submission of the grant application for the SHSP-
NPA (State Homeland Security Program-National Priority Area Projects) Combating
Domestic Violent Extremism to the Office of the Governor.
The meeting at which this resolution was approved was in all things conducted
strict compliance with the Texas Open Meetings Act Texas Government Code, Chapter
551.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 8th day of
February, 2022.
- Mayor Robin Mouton -
•
Grant Number: _4490201
. D
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Todd Simoneaux, Chief Financial Officer
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to apply
for and receive funding in an amount up to $45,000 through the
Department of Homeland Security Grant Program.
BACKGROUND
One grant through the Program is the Law Enforcement Terrorism Prevention Activities Program
(LETPA). This grant incorporates a first responder category for which Beaumont could be
awarded up to $45,000 dedicated specifically to Address Emerging Threats. $21,000 would
fund five sets of night vision goggles for SWAT for search and rescue inside buildings or in low
light operations. Another$24,000 would be requested for an electronic message board which
could be used for public information for detours, events, and emergency warnings.
FUNDING SOURCE
No local match is required.
RECOMMENDATION
Approval of the resolution.
RESOLUTION NO.
WHEREAS, the City Council finds it in the best interest of the citizens of Beaumont,
that the LETPA (Law Enforcement Terrorism Prevention Activities) Addressing Emerging
Threats and Information Sharing to be operated for the fiscal year 2023; and,
WHEREAS, the City of Beaumont City Council agrees to provide applicable
matching funds for the said projects as required by the Department of Homeland Security
Grant Program (HSGP) grant application; and,
WHEREAS, the City Council agrees that in the event of loss or misuse of the 2022
Homeland Security Grant Program funds, the City of Beaumont assures that the funds
will be returned to the Office of the Governor in full; and,
WHEREAS, the City Council designates the City Manager as the grantee's
authorized official. The authorized official is given the power to apply for, accept, reject,
alter or terminate the grant on behalf of the applicant agency from the Department of
Homeland Security Grant Program (HSGP) through the Office of the Governor in the
amount up to $45,000 for the purposes described herein;
NOW, THEREFORE, BE IT ORDAINED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby,
in all things, approved and adopted; and,
THAT the City Council approves submission of the grant application for the LETPA
(Law Enforcement Terrorism Prevention Activities) Addressing Emerging Threats and
Information Sharing to the Office of the Governor.
The meeting at which this resolution was approved was in all things conducted
strict compliance with the Texas Open Meetings Act Texas Government Code, Chapter
551.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 8th day of
February, 2022.
- Mayor Robin Mouton -
Grant Number: _4497401, 4503501
E
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Bart Bartkowiak, Director of Public Works &Technology Services
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to
execute Change Order No. 2, accept maintenance, and authorize
final payment to CFG Industries, LLC,for the Loeb Steel &
Concrete GST Repairs (REBID) Project.
BACKGROUND
On May 11,2021, by Resolution No. 21-121, City Council awarded a contract to CFG
Industries, LLC, of Magnolia, in the amount of$3.95,215.00, for the Loeb Steel & Concrete GST
Repairs (REBID)Project.
Previous Change Order No. 1,with no dollar amount, is attached for your review.
Proposed Change Order No. 2, in the amount of($24,000.00), 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$371,215.00.
The project has been inspected by the Water Utilities Engineering Division and found to be
complete in accordance with the provisions and terms set forth in the contract. Acceptance of
Change Order No. 2,maintenance, and final payment in the amount.of$18,560.75 is
recommended.
FUNDING SOURCE
Capital Program.
RECOMMENDATION
Approval of the resolution.
RESOLUTION NO. 21-121
WHEREAS, the City of Beaumont solicited bids for furnishing all labor,materials,
equipment, and supplies for the Loeb Steel & Concrete GST Repairs (REBID) Project;,
and,
WHEREAS, CFG Industries, LLC, Magnolia, Texas, submitted a bid in the
amount of$395,215.00; and,
WHEREAS, the City Council is of the opinion that the bid.submitted by. CFO
Industries, LLC, Magnolia, 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 CFG
Industries, LLC, Magnolia, Texas, in the amount of $395,215.00, for the Loeb Steel &
Concrete GST Repairs (REBID) Project; and,
BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby
authorized to execute a contract with CFG Industries, LLC, Magnolia, 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 11th day of
•
May; 2021. •
- - Mayor Becky Ames -
i"bp 1
•
• I!xA:,•
.•
I .
APPROVAL OF CONTRACT CHANGE
CHANGE ORDER No.Two(2)&Final
DATE: January 17,2022
•
PROJECT: • City of Beaumont,Texas
Loeb Steel&Concrete
GST Repairs-Rebid
Bid No.WU0321-16
OWNER: - City ofBeaumont,Texas
801 Main Street
Beaumont,Texas 77704 •
CONTRACTOR: CFG Industries,LLC
22535 Magnolia Hills Dr.
Magnolia,TX 77354
•
TO THE OWNER: Approval of the following contract change is requested.
Reason for Change:To adjust final bid item quantities and contract time
ORIGINAL CONTRACT AMOUNT: $ 395,215.00 •
REVISED CONTRACT AMOUNT PER CHANGE ORDER No.1 $ 395.215.00 •
THIS CHANGE ORDER
Item Description
8 Seal Cracks In Concrete Foundation-DELETE$8,500.00/LUMP SUM $ (8,500.00)
14 Steel GST Supply Fan Allowance for new 2Hp supply fan and motor.DELETE$5,000.00/ALLOW $ (5,000.00)
23 Concrete GST Supply Fan Allowance for new 2Hp supply fan and motor.DELETE$5,000.00/ALLOW $ (5,000.00)
27 Miscellaneous Tank Repairs Allowance-DELETE REMAINING$5,500.00/ALLOW $ (5,500.00)
TOTALAMOUNT OF THIS CHANGE ORDER: $ (24,000.00)
TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 371,215.00
PERCENT OF THIS CHANGE ORDER -6.07%
TOTAL PERCENT CHANGE ORDER TO DATE -6.07%
CONTRACT TIME
Original ContractTime: 90 calendar days
Additional Contract Time per Previous Change Orders: 5 calendar days
Additional Contract Time per this Change Orders:
Delay for valve leaking into dry sand In Steel GST 10
Delay for City switching from Steel GST to Concrete GST 7
Delay for City releasing water into the overflow trough 2
Delay In painting header piping due to adverse coating condition(heavy condensation) 30
Delay due to City placing steel tank back in service 7
Delay due to City coordinating work on concurrent projects at the Loeb site 8
Time extension due to weather delays 6
Revised Contract Time per this Change Order 165 calendar days
CONDITION OF CHANGE:
"Contractor acknowledges and agrees that the adjustments In contract price and contract time stipulated In this Change Order represents full
compensation for all Increases and decreases in the cost of,and the time required to perform the entire work under the Contract arising directly or
indirectly from.this Change Order and all previous Change Orders. Acceptance of this waiver constitutes an agreement between Owner and
Contractor that the Change Order represents an all Inclusive,mutually agreed upon adjustment to the Contract,and that Contractor will waive all
rights to file a claim on this'Change Order after It Is properly executed." .
Acc pt• y: Revlewe b • Reviewed by: Rev b
41114
CFG Industries,LLC. Brent Schmitt,P.E. Amalla Villareal,P.E. Bart Bartkowiak
Contractor Water Utilities Engineer City Engineer Director of Public Works
and Technology Services
Date: I/26/22 Date: //Z.6/z2-- Date:11 V5I 1 as Date: Z-1 ZZ.
Page 1 of 2
APPROVAL OF CONTRACT CHANGE
CHANGE ORDER No.Two(2)&Final
DATE January 17,2022
Reco en a y: Approved by: Attested by:
Schaumburg& oik,Inc. Kyle Hayes Tina Broussard
Engineer City Manager City Clerk
Date: Date: Date:
•
Page2of2
•
II
APPROVAL OF CONTRACT CHANGE
CHANGE ORDER No,One f1�
DATE:' August 25,2021
PROJECT: City of Beaumont,Texas
Loeb Steel&Concrete
GST Repairs-Rebid
Bid No.WU0321-16
OWNER: City of Beaumont,Texas
801 Main Street
Beaumont,Texas 77704
CONTRACTOR: CFG industries,Lit
22535 Magnolia Hills Dr.
Magnolia,TX 77354
TO THE OWNER: Approval of the following contract change Is requested.
Reason for Change: To repair 45 rusted areas with exposed steel on the top side of the steel tank roof,Including surface prepaatton by power tool
cleaning and coating per Item 601 of the specifications,
ORIGINAL CONTRACT AMOUNT: $ 395,215,00
THIS CHANGE ORDER
to Description
27 Miscellaneous Tank Repairs Allowance-Reduce the Miscellaneous Tank Repairs Allowance by$4,500.00 $ (4,500,00)
to repair 45 areas with exposed steel on the.top side of the steel tank roof.Remaining Contingency
Allowance 0$10,00100-$4,501100=$5,500.00
e e
28 Repair 45 areas with exposed steel on the top side of the steal tank roof,Including surface preparation by $ 4,500.00
power tool cleaning and coating per Item 601 of the specifications.ADD$4,500.00/Lump Sum
TOTAL AMOUNT OF THIS CHANGE ORDER: $ 0,00
TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ . S95,215.00
CONTRACT TIME
Original Contract Time: 90 calendar days
Time requested to repair rusted areas on the top side of the steel tank roof 5 calendar days
Revised Contract Time per this Change Order '95 calendar days
CONDITION OF CHANGE:
"Contractor acknowledges and agrees that the adjustments In contract price and,contract time stipulated in this Change Order represents full
compensation for all Increases and decreases In the cost of,and the time required to perform the entire work under the Contract arising directly or
Indirectly from this Change Order and all previous Change Orders, Acceptance of this waiver constitutes an agreement between Owner and
contractor that the Change Order represents an all Inclusive,mutually agreed upon adjustment to the Contract,and that Contractor will waive all
rights to file a claim on this Change Order after it Is properly executed."
jPLe . . Reviewed by: R ew y:
Vo.t.ws1\6,z11.1.‘I \Nk
G Industries,LLC. Amapa Villareal,P.E. art Bartkowl
Contractor City Engineer Director of Public Works
0, � �q%2� and Tec log ervlces ; M 9�1Date: 8/30/21 Date:�I450 PIDT.Q J Date: a •
f '�� . 0
Recom And :::r:::b
L t stad by: • •
olk,Inc, s na Broussard 1,1h ,ir;:il�nti `
• Engineer City Manager City� Cier 0.4 •i ,(.
Date: J `7 2/ Date: '" 3 d Z I Date: 0 .36. w ' (3',�
Page lofl •"v*'nTM""•
l,.
CITY OF BEAUMONT
LOEB S i ttL&CONCRETE GST REPAIRS-REBID
BID No.WU0321-16 •
PROGRESS PAYMENT No. 3 Retainage PROGRESS DATE December 10.2021
• CONTRACT TIME BEGAN: June 28.2021 •
ORIGINAL CONTRACT AMOUNT $ 395215.00
CALENDAR DAYS ALLOWED: 165 CONTRACT AMOUNT INCLUDING.CHANGE ORDERS $ '371215.00
CALENDAR.DAYS USED: 165 TOTAL AMOUNT OF WORK PERFORMED TO DATE $ 371.215.00
CALENDAR DAYS OVER: . 0 LESS:jRETAINAGES°Jo:''`.2.,,;•::-.-=5!),,:;!„,,=„::,,,,.
PREVIOUS PAYMENTS $ 352.65425
Change Order Summary
Approved Change Orders _ TOTAL DEDUCTIONS $ 352.654.25
Number Additions Deductions
1 S 4,500.00 $ . 4,500.00 AMOUNT DUE CONTRACTOR $ 18,560.75
2 $ 24.000.00
Percent Complete 100.00%
TOTALS S • 4.500.00 'S 28.500.00
NET CHANGE BY . (24,000.00)
CHANGE ORDERS
Contractor's Certification r4
The undersigned Contractor certifies that to the best of its knowledge: Payment of: S/ 18FSep.75 -41/
(1)all previous progress payments received from Owner on account of Work done underthe ,®� � i
' Contract have been applied on account to discharge Contractor's legitimate obligations incurred in - is recommended by: L ��- v�
connection with Work covered by prior Progress Payments, r •weer) SC :"BURG&PO INC. '-e)
(2)title of all Work,materials and equipment incorporated in said Work or otherwise fisted in or
covered by this Progress Payment will pass to Owner at time of payment free and clear of all Liens,
security interests and encumbrances(except such as are covered by,a Bond acceptable to Owner
indemnifying'Owner against any such Liens,security interest or encumbrances);and
(3)all Work covered bythis Progress Payment is in accordance with the Contract Documents and is Payment of: $ - .560.75
not defective.
is approved by. . I/2'6 /Z2 --
(Owner) OF BEAUMONT CID )
Contractor's Signa
By. Date:
. 1/26/22 Payment of: $ 18.560.75
Name T
Joshua Howen, CFO is approved by ;. l �zaliz
Contractor (Owner) (Date)
CFG Industries.LLC
- Payment of: $ - 18.560.75 __�;
is approved by: �'V� . 1.--)1 GY D C9 CSC
(Owner). .. (Date) ,
• Page 1 of 4
CITY OF BEAUMONT
LOEB STEEL&CONCRETE GST REPAIRS-REBID •
•
BID No.WU0321-16
•
PROGRESS PAYMENT No. I 3 I PROGRESS:DATE ( December 10.2021
BID CONTRACT. QUANTITY THIS QUANTITY TO
DESCRIPTION
ITEM , QUANTITY. UNIT •UNIT PRICE : ESTIMATE DATE TOTAL COST TO DATE
_Base Bid. •
Mobilization cost,including payment bond,performance bond,insurance and moving equipment to
1 project,all in strict accordance with plans and specifications NOT TO EXCEED 3%OF TOTAL 1 LS $11,000.00 1 $ 11,000.00
PROJECT BID for,
Steel GST
Roof Vent Bolts.Furnish all labor,material,and equipment to remove and replace roof vent bolts,
2 complete in place including sanding and applying polyamide epoxy to bolt hole surfaces all in strict 1 •LS $1,500.00 1 •S 1,500.00
accordance with the plans and specifications for
Vent Screens.Furnish all labor,material,and equipment to remove and replace vent screens with •
3 new 16 mesh stainless steel vent screens including stainless-steel bands,all in strict accordance 5 • EA $250.00 5 S 1,2_50.00
with the plans and specifications for
30"x 30"Roof Access Hatch.Furnish all labor,material,and equipment to remove and replace
4 30"x 30"roof access hatch including surface preparation and coating all in strict accordance with 1 LS $6,500:00 1 $ 6,500.00
plans and specifications for ,
Wall Rafter Brackets.Furnish all labor material,and equipment to remove and replace wall rafter
5 . brackets to include steel repair of attachment points,surface preparation and coating of interior 157' EA $550.00 157 $ 86,350.00.
and exterior surfaces all in strict accordance with plans and specifications for
Sand Accumulation in Tank.Furnish all labor,material,and equipment to remove and dispose of
• 6 sand accumulation in interior surface including pressure washing all in strict accordance with plans 164 CY $50.00 164 $ 8.200.00
and specifications for ---
Wall Base Caulking.Furnish all labor,material,and equipment to remove existing caulking,clean .
7 gap,and install new caulking between the tank steel base and the foundation all in strict 471 LF $15.00 - .471 $ 7,065.00
accordance with plans and specifications for
Seal Cracks in Concrete Foundation.Furnish all labor,material,and equipment to clean and seal
cracks in concrete foundation with epoxy sealant including excavation,backfill,and compaction as
8 necessary to complete repairs all in strict accordance with plans and specifications for 1 LS $8,500.00 5 -
Tank Disinfection. Furnish all labor,material,and equipment to disinfect all interior surfaces all in
9 strict accordance with Item 460,plans and specifications'for 1 LS $4,500.00 1 S 4,500.00
"Confined Space Entry"Placards.Furnish all labor,material,and equipment to install"Confined .
10 Space Entry'placards all in strict accordance with plans and specifications for 3 EA $250.00 3 $ 750.00
Rain Gutter.Furnish all tabor,material,and equipment to reattach gutter spout and seal gutter
11 around roof,all in strict accordance with plans and specifications for 1 LS 512,000.00 1 S 12,000.00
Clean Steel Tank Exterior.Furnish all labor,material,and equipment to pressure wash steel tank
12 exterior all in accordance with plans and specifications for 1 LS $40,000.00 1 $ 40,000.00
•
Supply Fan.Furnish all labor,material,and equipment to remove the existing center vent supply
13 fan and install a new supply fan and motor including electrical'reconnection,and testing,all in 1 LS $7,500.00 1 $ 7,500.00
strict accordance with plans and specifications for
Supply Fan.Furnish one(1)new 2Hp supply fan and motor as approved by the Owner
14 1 ALLOW $5,000.00 S -
•
Page2of4 .
CITY OF BEAUMONT
LOEB STEEL&CONCRETE GST REPAIRS-REBID
BID No.WU0321-16 .
PROGRESS PAYMENT No. I 3 I PROGRESS.DATE I December 10.2021
BID DESCRIPTION CONTRACT QUANTITY THIS QUANTITY TO .
ITEM QUANTITY I- UNIT•:I UNIT PRICE ESTIMATE -DATE TOTAL COST TO DATE [.
Paint Yard Piping.Furnish all labor,material,and equipment to provide surface preparation and
15 coating of all yard piping,including all piping entering and exiting"the tank,all in strict accordance 1 LS S24,000.00 1 S 24,000.00
with plans and specifications for
Concrete GST s -
Locate Leaks.Furnish all labor,material,and equipment to locate leaks around tank perimeter
16 including excavation, backfill,and compaction all in accordance with plans and specifications for 476 LF $30:00 475 S 14,250.00
Leak Repair.Furnish all labor,material,and equipment to repair leaks around tank perimeter by
17 chemical grout injection all in strict accordance with plans and specifications for 100 LF S50.00 100 S 5,000.00
Sand Accumulation in Tank Furnish all labor,material,and equipment to remove and dispose of
18 sand accumulation in interior surface including pressure washing all in strict accordance with plans 1310. CY $60.00 1,310 S 78,600.00
and specifications for
Interior Access Ladder.Furnish and install all labor,material and equipment to install new 16"
19 stainless steel ladder from tank roof hatch to bottom of tank including cable safety system all in 40 LF $250.00 40 S 10,000.00
strict accordance with plans and specifications for
Disinfect Tank Interior.Furnish all labor,material,and equipment to disinfect tank interior including
20 all surfaces all in strict accordance with Item 460,plans and specifications for 1 LS $2,500.00 1 S 2,500.00
"Confined Space-Entry"Placards.Furnish all labor,-material,and equipment to install"Confined •
21 Space Entry"placards all in strict accordance with plans and specifications for 3 EA $250.00 3 S 750.00
Supply Fan.Furnish all labor,material,and equipment to remove the existing center vent supply
22 fan and install a new supply fan and motor,including electrical reconnection,and testing,all in 1 LS S10,000.00 1 S 10,000.00
strict accordance with plans and specifications for
Supply Fan.Furnish one(1)new3Hp supply fan and motor as approved by the Owner
23 1 ALLOW $5,000.00. $ -
Paint Yard Piping.Furnish all labor,material,and equipment to provide surface preparation and
24 coating of all piping entering and exiting the tank,all in strict accordance with plans and 1 LS $25,000.00 1 S 25,000.00
specifications for ,
Erosion Repair.Furnish all labor,material,and equipment to repair erosion at the discharge point
25 .of the overflow pipe and under the adjacent fence,all in strict accordance with plans and 1 LS $3,500.00 1 $ 3,500.00
speeificationsfor -
Sidewalk Reconstruction.Furnish all labor,material,and equipment to replace/reconstructthe
26 sidewalk on the west end of the'Chlorine Building,repairing the sidewalk on the south side of the 1 LS $6,500.00 1 $ 6,500.00
building including excavation,backfill,and surface restoration,all in strict accordance with plans
and specifications for
Page 3 of4
•
•
•
•
CITY OF BEAUMONT
LOEB STEEL&CONCRETE GST REPAIRS-REBID••
BID'No.WU0321-16
PROGRESS PAYMENT No. 3 PROGRESS DATE December 10.2021
BID •
DESCRIPTION CONTRACT • • QUANTITY THIS QUANTITYTO
•ITEM • . • QUANTITY I UNIT I UNIT PRICE •ESTIMATE . DATE TOTAL COST TO DATE
MISCELLANEOUS . •
Miiscellaneous'Tank Repairs..Furnish all labor,materials and equipment to perform all -
27 miscellaneous repairs to the tank,as directed by the Owner -- 1 ALLOW . .$10,000.00 --
• S 366.715.00
CHANGE ORDER No. 1 DESCRIPTION EXECUTED DATE . 08/30/21
• 27 • Miscellaneous tank repairs-Steel tank roof-repairs ' '1 . ALLOW $ • 4;500:00 1 $ 4;500.00 •
•
27 . Amount moved from tank repair allowance 1 ALLOW $ (4,500.00) 1
CHANGE ORDER SUBTOTAL S 4,500.00
•
CHANGE ORDER No. 2 DESCRIPTION' EXECUTED DATE
8 Seal Cracks on Concrete•Foundation- DELETE 1 LS S (8,500.00) '
14 Supply Fan.Fumish one(1)new 2Hp supply fan and motor as
approved by the Owner-DELETE 1 ALLOW S (5;000.00)
Supply Fan.Furnish one(1)new 3Hp supply fan and motor as
approved'by the Owner-DELETE 1 ALLOW $ (5;000:00)
• Miscellaneous Tank Repairs. Furnish all:labor,materials and •
• 27 equipment to perform all miscellaneous repairs to the tank,as directed 1 ALLOW. $ (5,500.00) •
•by the Owner-DELETE REMAINING ALLOWANCE
•
• CHANGE ORDER SUBTOTAL
TOTAL AMOUNT OF WORK PERFORMED TO DATE $ 371,215.00-
•
•
•
•
•
•
Page 4 of4
RESOLUTION NO.
WHEREAS, on May 11, 2021, the City Council of the City of Beaumont, Texas
passed Resolution No. 21-121 awarding a contract in the amount of$395,215.00 to CFG
Industries, LLC, of Magnolia, Texas, for the Loeb Steel & Concrete GST Repairs (REBID)
Project; and,
WHEREAS, on August 30, 2021, the City Manager executed Change Order No. 1,
in the amount of$0.00, to repair forty-five (45) rusted areas with exposed steel on the top
side of the steel tank roof, including surface preparation by power tool cleaning and
coating per item 601 of the specifications, thereby having no effect in the total contract
amount of$395,215.00; and,
WHEREAS, Change Order No. 2, in the amount of ($24,000.00), is required to
adjust the estimated quantities in the contract to reflect the actual quantities used in the
completion of the project, thereby decreasing the total contact amount to $371,215.00;
and,
WHEREAS, the project has been inspected by the Water Utilities 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. 2, in the amount of ($24,000.00), to adjust the estimated quantities in the contract to
reflect the actual quantities used in the completion of the project, thereby decreasing the
total contact amount to $371,215.00; and,
BE IT FURTHER RESOLVED THAT the Loeb Steel & Concrete GST Repairs
(REBID) Project be and the same is hereby accepted; and;
BE IT ALSO RESOLVED THAT the City Manager is authorized to make final
payment in the amount of$18,560.75 to CFG Industries, LLC, of Magnolia, 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 8th day of
February, 2022. _
- Mayor Robin Mouton -
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to
execute Change Order No. 5, accept maintenance, and authorize
final payment to Solid Bridge Construction, LLC related to the
Cattail Marsh Wetlands Repair Project.
BACKGROUND
On February 9, 2021, by Resolution No. 21-033, City Council awarded a contract to Solid
Bridge Construction, LLC, of Huntsville, Texas, in the amount of$953,415.45, for the
Cattail Marsh Wetlands Repair Project.
Previous Change Order Nos. 1-4, in the amount of($57,438.43), are attached for your review.
Proposed Change Order No. 5, in the amount of($14,105.00), 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$881,872.02.
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$44,093.60 is recommended.
FUNDING SOURCE
Harvey Fund, Federal Emergency Management Agency Fund, and Water Utilities Fund.
RECOMMENDATION
Approval of the resolution.
RESOLUTION NO. 21-319
WHEREAS; on February 9, 2021, the City Council of the City of Beaumont,
Texas passed Resolution No.21-033 awarding a contract in the amount of$953,415.45
to Solid Bridge Construction, LLC, of Huntsville, Texas, for the Cattail Marsh Wetlands
Repair Project; and,
WHEREAS, on July 13, 2021, the City Council of the City of Beaumont, Texas
passed Resolution No. 21-158 authorizing the City Manager to execute.Change Order
No. 1, in the amount of ($79,338.36), to account for two (2) additional damaged.
locations; and,to allow for an alternate repair to two (2) areas where the interior slop of
the levee is still intact and the repairs will not be as extensive, thereby decreasing the
total contract amount to$874,077.09;and,
WHEREAS, on August 24, 2021,the City Council of the City of Beaumont,Texas
passed Resolution No. 21-200 authorizing the City Manager to execute Change Order
No. 2, in the amount of$21,899.93, to provide an alternate repair for three (3) locations .
where the existing levee road is in good condition, thereby increasing the total contract
amount to$895,977.02; and,
WHEREAS, a Miscellaneous Improvements allowance, in the amount of
$100,000.00,was included in the above noted contract;and,
WHEREAS, on October 12, 2021, the City Council of the City of Beaumont,
Texas passed Resolution No. 21-248 authorizing the City Manager to execute Change
Order No. 3, in the amount of $36,000.00, to provide for additional limestone base.
material to be placed on the existing levee roads within Cattail Marsh, thereby
decreasing the total Miscellaneous Improvements allowance to $64,000.00 and having
no effect on the total contract amount of$895,977.02;
WHEREAS, Change Order No. 4, in the amount of$49,895.00, is necessary for...
additional repairs of a damaged location on the interior side slope of the Cell 3 north
levee, thereby decreasing the total Miscellaneous Improvements allowance to
$14,105.00 and having no effect on the total contract amount of$895,977.02;
NOW,THEREFORE, BE IT RESOLVED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby,
in all things, approved and adopted;and,
THAT the City Manager be and he is hereby authorized to execute Change
Order No. 4, in the amount of $48,895.00 for the additional work described above,
thereby decreasing the total Miscellaneous Improvement allowance to $14,105.00 and
having no effect on the total contract amount of $895,977.02.for the Cattail Marsh
Wetlands Repair Project.
The meeting at which this resolution was approved was in all things conducted in
strict compliance with the Texas Open Meetings Act,Texas Government Code, Chapter
551.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 7th day of
December,2021.
4r 0 ht04Nl -Mayor Robin Mouton-
tzyr
i
•
i.
APPROVAL OF CONTRACT CHANGE
•
CHANGE ORDER No.Five(5)&FINAL
DATE: Janua ry 11,2022
PROJECT: City of Beaumont,Texas
•
Cattail Marsh Wetlands Repair
Bid No.PW1021-06/FEMA Project II13339&1139195
•
OWNER: City of Beaumont,Texas
801 Main Street
Beaumont,Texas 77704 •
CONTRACTOR: Solid Bridge Construction,LLC
1204 Sam Houston Avenue,Suite 1 •
Huntsville,TX 77340 •
TO THE OWNER: Approval of the following contract change is requested.
Reason for Change: To adjust flnal,quantity/amount for Did Item No.26.
•
ORIGINAL CONTRACT AMOUNT: $ 953.415.45
REVISED CONTRACT AMOUNT PER CHANGE ORDER No,1,No.2,No.3&No.4: $ 895,977.02
THIS CHANGE ORDER •
Item Description
26 Miscellaneous Improvements-Reduce the allowance by$14,105.00 to close-out contract. Remaining $ (14,105.00)
allowance=$14,105.00-$14,105.00=$0.00
TOTAL AMOUNT OF THIS CHANGE ORDER: $ (14,105.00)
TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 881,872.02
•
CONTRACT TIME
Original Contract Time: 120 working days
•
Revised Contract Time per Change Order No.1,No.2,No.3 and No.4 231 working days
•
Additional Contract Time for change order 0 working days.:
Revised Contract Time per this Change Order 231 working days
CONDITION OF CHANGE:
"Contractor acknowledges and agrees that the adjustments In contract price and'contract time stipulated In this Change Order represents full
compensation for all increases and decreases in the cost of,and the time required to perform the entire work under the Contract arising directly
or indirectly from this Change Order and all previous Change Orders. Acceptance of this waiver constitutes an agreement between Owner and
Contractor that the Change Order represents an all inclusive,mutually agreed upon.adjustment to the Contract,and that Contractor will waive all
rights to file a claim on this Change Order after it is properly executed."
• Accept by:. . Reviewed by: Rev w y:
UL,1,
arl
'oli Brid truction,LLC Amalla Villareal,P.E. art Dartko ak
Contractor City Engineer Director of Public Works
/ 'fi ka=)(7Q and Technology services
Date: ////O`n�� ... Datc:C� Date: Z�. .. Z
•
Re o mended by: Approved by: Attested by:
S p mb g Poi ,In . Kyle Hayes Tina Broussard
• E >ineer. City Manager City Clerk
Date: /",25:'2 Date: Date:
Page 1 of 1 • I
•
APPROVAL OF CONTRACTCHANGE
CHANGE ORDER No.Four(4)
DATE: October'27,2021
PROJECT: City of Beaumont,Texas
Cattail Marsh Wetlands Repair .
Bid No.PW1021-06/FEMA Project 013339餛
OWNER: City of Beaumont,Texas
•
801 Main Street - -- -
Beaumont,Texas 77704
CONTRACTOR: Solid Bridge Construction,LLC
1204 Sam Houston Avenue,Suite l .
Huntsville, .
TO THE OWNER Approval of the following contract changers requested.
Reason for Change:To provide for the repair of 1 additional damage location,3G,on the Interior side slope of the Cell 3 north levee.
•
ORIGINAL CONTRACT AMOUNT: S_953.41545
REVISED CONTRACT AMOUNT PER CHANGE ORDER No.1,No.2&No.3: S 895.977.02
THLS CHANGE ORDER ... •
.
to Descrlotion
26 Miscellaneous Improvements-Reduce the allowance by$49,895.00 to provide Interior Slope Repair 3G. $ (49,895.00)
Remaining allowance=$64,000.00-$43,895.00=$14,105.00
33 Interior Slope Repair 3G-reconstruct the interior levee slope including removing:misting crushed ' $ 49,895.00
limestone and stockpile on-site,remove and dispose existing geotextlle fabric,stripping the vegetation,
• removing a 2'Iayer of clay fill,reconstructing the interior slope to compacted lifts,and hydro-muldh seed •
the reconstructed levee slope;ADD 1 @$49,895.00/lump sum
TOTAL AMOUNT OP THIS CHANGE ORDER: '$
TOTAL REVISED CONTRACTAMOUNiINaUDING THIS CHANGEORDER: $895.977.02
CONTRACTTIME ..
Original CantractTime: 120 working days
RevisedeontractTime per Change Order No.1,No.2and No.3 206 working days
Additional ContreetTime for change order and levee repair 25 working days
Revised Contract Time per this Change Order 231 working days
CONDITION OF CHANGE .
°Contractor edmowledges and agrees that the adjustments In contract price and contract time stipulated In this Change Order represents full
. compensation for all increases and decreases in the cost of,andtheVinerequiredtoperformtheentireworkundertheCorntractarisingdirectly
or Indirectly from this Change Order and all previous Change Orders.Acceptance of this waiver constitutes an agreement between Owner and
Contractor that the Change Order represents an all Inclusive,mutually agreed upon adjustment to the Contract,and that Contractorwill waive all
• rights to file a claim on this Change Order after It is properly executed.'. .
Accepted by: Reviewed by: ii ,
.
Solid Bridge Construction,LLC Amelia Villareal,P.E. :art: rtkowiak
Contractor City Engine r Director of Public Works
J/ chfnaJlogyServices
Date: / J 7 i Date: I. Did Cd-x 1 andTe Date: /!-'/�'Z/r ..
„Recommended by Approved by. A ed h� /► .w-��
cI b P ,Inc. Kyle Hayes Tina Broussard Ia/f(JI nY,'1 ULti)U
ngineer ''//,, ; City Manager 1�_��Z+ DCity CI�� �,at Date: / -?'•'� Date ( .. .
• Page 1 of 1
F{e z
d
•
XL' .
<L_vrS4:---
•
•
•
APPROVAL OP CONTRACT CHANGE - I . •
-
CHANGE ORDER No.Three(3)
DATE: September 22,2021
PROJECT: City of Beaumont,Texas
Cattail Marsh Wetlands Repair
• Bid No.PW1021-06/FEMA Project 813339&039195
OWNER: city of Beaumont,Texas
801 Main Street
Beaumont,Texas 77704
CONTRACTOR: Solid Bridge Construction,LLC
12045am Houston Avenue,Suite 1 •
Huntsville,TX 77340
TO THE OWNER: Approval of the following contract change is requested.
Reason for Change:To provide for additional limestone base material on the existing levee roads at location designated by the City.
ORIGINAL CONTRACT AMOUNT: $ 953,415.45
REVISED CONTRACT AMOUNT PER CHANGE ORDER No.18:No.2: S B93,977.02
THIS CHANGE ORDER
Item Description
26 Miscellaneous Improvements-Reduce the allowance by$36,000.00 to provide limestone base material $ (36,000.00)
on the existing levee roads at locations designated by the City.Remaining allowance=$100,000.00-
$36,000.00=$64,000.00
32 Limestone Base-fumish,place and compact additional crushed limestone on top of the existing levees at $ 36,000.00
locations designated by the City;ADD 500 tons at$72.00/ton •
TOTAL AMOUNTOF THIS CHANGE ORDER: •
$ _
TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $1395,977.02
CONTRACTTIME
Original Contract Time: • 120 working days
Revised Contract Time per Change Order No.1 and No.2 140 working days.
Additional Contract Time for Limestone Base • 20 working days
Inclement Weather(April-2 days,May-11 days,June-7 days,July-11 days,August-8 days,September-7 days) 46 working days
Revised Contract Time per this Change Order 206 working days
CONDITION OF CHANGE:
°Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated In this Change Order represents full
compensation for all Increases and decreases In the cost of,and the time required to perform the entire work under the Contract arising directly .
or indirectly from this Change Order and all previous Change Orders.Acceptance of this waiver constitutes an agreement between Owner and
Contractor that the Change Order represents an all Inclusive,mutually agreed upon adjustment to the Contract,and that Contractor will waive all
rights to file a claim on this Change Order after It is properly executed."
Accepted Reviewed by: Revi, /
C�J�TaoL ' /i
Solid Bridg st ction,LLC Amelia Villareal,P.E. ••,Bartkowiak •
• Contractor City Engineer Director of Public Works•
��fJ I� •��� ^ and Techno cagy Services DatC. //�aa`, Date:��a •. 1 Date:— ('�Z/
Recommended by: Approved by: L ted by: I n
Gil bua044.
bum u &P Ik 1 c. Kyle Hayes na roussard
pine r r City Manager Ootr ieric D°!� .r�7 Date: � / Date:
•
•
Page 1 of 1
fa.;
•
• c"�a 9
as@@ sD,: _rco4.7
APPROVAL OF CONTRACT CHANGE
CHANGE ORDER No.Two(2)
DATE: August 16,2021
PROJECT: City of Beaumont,Texas
Cattail Marsh Wetlands Repair
Bid No.PW1021-06/FEMA Project 1113339&1139195
OWNER: City of Beaumont,Texas
801 Main Street
Beaumont,Texas 77704
CONTRACTOR: Solid Bridge Construction,LLC
1204 Sam Houston Avenue,Suite 1
Huntsville,TX 77340
TO THE OWNER: Approval of the following contract change is requested.
Reason for Change: To provide for an alternate repair section for Area 2A,28 and 2C,to include leaving the existing crushed limestone and
geotextile fabric on top of the levee,limit the excavation of the 2'layer off the exterior slope to only the side slope,and install additional crushed
limestone on top of the existing limestone.
Also,to delete the geotextile fabric called for in bid Items 23 and 24,and replace it with geogrid,Tensar7X160 triaxial geogrid or approved equal.
ORIGINAL CONTRACT AMOUNT: $ 953,415.45
REVISED CONTRACT AMOUNT PER CHANGE ORDER No.1: $ 874,077.09
THIS CHANGE ORDER
Item Description
6A Exterior Slope Mitigation 2A-DELETE removing existing crushed limestone and existing geotextile fabric, $ (1,769.90)
and ADD install 6"of compacted crushed limestone on top of the existing limestone;DELETE
$1,769.90/lump sum
7A Exterior Slope Mitigation 2B-DELETE removing existing crushed limestone and existing geotextile fabric, $ (6,543.70)
and ADD install 6"of compacted crushed limestone on top of the existing limestone;DELETE
$6,543.70/lump sum
8A Exterior Slope Mitigation 2C-DELETE removing existing crushed limestone and existing geotextile fabric, $ (1,150.87)
and ADD install 6"of compacted crushed limestone on top of the existing limestone;DELETE
$1,150.87/lump sum
23 Delete geotextile fabric and ADD install geogrid,Tenser TX160 triaxial geogrid or approved equal,and $ 10,531.50
crushed limestone road material on the top of the finished berm,TEN FOOT(10')wide top of berm;
DELETE @ 1,190 LF @$34.00/LF and ADD 1,190 LF @$42.85/LF
24 Delete geotextile fabric and ADD install geogrid,Tenser TX160 triaxial geogrid or approved equal,and $ 20,832.90
crushed limestone road material on the top of the finished berm,TWELVE FOOT(12')wide top of berm;
DELETE @ 2,354 LF @$38.00/LF and ADD 2,354 LF @$46.85/LF
TOTAL AMOUNT OF THIS CHANGE ORDER: •$ 21,899.93
TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 895,977.02
CONTRACT TIME
Original Contract Time: 120 working days
Revised Contract Time per Change Order No.1 135 working days
Additional Contract Time for this Change Order 5 working days
Revised Contract Time per this Change Order 140 working days
Page 1 of 2
APPROVAL OF CONTRACT CHANGE
CHANGE ORDER No.Two(21
DATE: August 16,2021
CONDITION OF CHANGE:
"Contractor acknowledges and agrees that the adjustments to contract price and contract time stipulated in this Change Order represents full
compensation for all increases and decreases in the cost of,and the time required to perform the entire work under the Contract arising directly
or Indirectly from this Change Order and all previous Change Orders. Acceptance of this waiver constitutes an agreement between Owner and
Contractor that t the Change Order represents an all inclusive,mutually agreed upon adjustment to the Contract,and that Contractor will waive all
rights to file a claim on this Change Order after It is properly executed."
Accepted by; Reviewed by: R= • by:
v\, kx101.1k //
S Id Bridge n ruction,LLC Amalie Villareal,P.E. :art Bartkowlak
Contractor City Engineer Director of Public Works
f 7 �t , c'�'^n/ 1 and Technology Services
Date: / �t'�r�1 Date: O J \% �v`'� I Date: ?o )Plc _
Recommended by: Approved by: L ested by:
•
CVS
aum r Po t In Kyle Hayes na roussard
6nee City Manager City Cier
Date:: 5-/ -2 f Date: g' 2 '2.1 Date: '01.5
Atto
afeerkumalrt
I
sa�n c°
',®oar®eta®
Page 2 of 2
•
APPROVAL OF CONTRACT CHANGE
CHANGE ORDER No.One 11)
DATE: June 4,2021
PROJECT: City of Beaumont,Texas.
Cattail Marsh Wetlands Repair
Bid No.P W1021-06/FEMA Project#13339餛
OWNER: City of Beaumont,Texas
801 Main Street
Beaumont,Texas 77704
CONTRACTOR: Solid Bridge Construction,LLC
1204 Sam Houston Avenue,Suite 1
Huntsville,TX 77340
TO THE OWNER: Approval of the following contract change is requested.
Reason for Change:To provide for the repair of 2 additional damage locations,1G and 1H,on the exterior side slope of the Cell 1 east levee
damaged by the flooding from Hurricane Imelda;to repair the Beverly rutted top of the levee to the east and to the west of Repair Area 1E, •
including installing a geogrid and 10"of compacted crushed limestone.
Also,to provide for an alternate repair for Area 1D and 1E due to the original(circa 1993)geotextile fabric and limestone road material left in
place and the 2007 fill placed on top,and due to the interior slope of the original levee below the old road bed being still Intact.
ORIGINAL CONTRACT AMOUNT: - $ 953,415.45
THIS CHANGE ORDER
Item Description - -
2A Exterior Slope Mitigation 1A-ADD removing the old limestone road bed and approximately 10"of clay at $ 2,856.00
the top of the levee,and install and compact clay fill to rebuild top of levee;ADD$2,856.00 to increase
Unit Price to$14,202.15/lump sum
SA Exterior Slope Mitigation 1F-ADD.removing the old limestone road bed and approximately 10"of clay at $ 7,424.00
the top of the levee,and install and compact clay fill to rebuild top of levee;ADD$7,424.00 to increase
Unit Price to$34,836.50/Iump sum
21A Interior Slope Mitigation 1D-reconstruct the interior levee slope Including including steel sheet pile $(203,967.00)
coffer dam,removing existing crushed limestone and stockpile on-site,remove and dispose existing
geotextile fabric,stripping the vegetation,removing a 2'layer of clay fill,reconstructing the interior slope
In compacted lifts,and hydro-mulch seed the reconstructed levee slope;DELETE 1 @$203,967.00/lump
sum
22A Interior Slope Mitigation 1E-reconstruct the Interior levee slope including Including steel sheet pile $ (67,019.35)
coffer dam,removing existing crushed limestone and stockpile on-site,remove and dispose existing •
geotextile fabric,stripping the vegetation,removing a 2'layer of clay fill,reconstructing the interior slope
In compacted lifts,and hydro-mulch seed the reconstructed levee slope;DELETE 1 @$67,019.35/lump
sum
New Item
21A ALTERNATE Interior Slope Mitigation 1D-reconstruct the interior levee slope including coffer dam $ 75,879.75
return/restocking charge,removing existing crushed limestone and stockpile on-site,remove and dispose
existing geotextile fabric,stripping the vegetation,remove upper 2'layer of levee and stockpile,including
old limestone road bed and geotextile fabric,install and compact clay fill,hydro-mulch seed the
completed levee slope,and dispose of waste material on-site;ADD 1 @$75,879.75/lump sum
22A ALTERNATE Interior Slope Mitigation 1E-reconstruct the interior levee slope including coffer dam $ 38,831.51
return/restocking charge,removing existing crushed limestone and stockpile on-site,remove and dispose
existing geotextile fabric,stripping the vegetation,remove upper 2'layer of levee and stockpile,including
old limestone road bed and geotextile fabric,install and compact clay fill,hydro-mulch seed the
completed levee slope,and dispose of waste material on-site;ADD 1 @$38,831.51/lump sum
Page 1 of 2
APPROVAL OF CONTRACT CHANGE
CHANGE ORDER No.One(1)
DATE: June 4,2021 •
29 Exterior Slope Repair 1G-reconstruct the exterior levee slope including removing existing crushed $ 12,366.50
limestone and stockpile on-site;remove and dispose existing geotextllefabric,stripping the vegetation,
removing a 2'layer of clay fill on the exterior,construct 3'deep clay key,reconstructing the exterior slope
in compacted lifts,remove upper LS'-2'layer of levee and stockpile,including old limestone road bed
and geotextile fabric,install and compact clay fill to rebuild top oflevve,and hydro-mulch seed the
reconstructed levee slope;ADD 1 @$12,366.50/lump sum
30 Exterior Slope Repair 1H-reconstruct the exterior levee slope including removing existing crushed $ 17,504.23
limestone and stockpile on-site,remove and dispose existing geotextile fabric,stripping the vegetation,
removing a 2'layer of clay fill,construct 3'deep-clay key,reconstructing the exterior slope in compacted
• lifts,remove upper L5.-2'layer of levee and stockpile,including old limestone road bed and geotextile •
fabric,install and compact clay fill to rebuild top of levee,anti hydro-mulch seed the reconstructed levee
• slope;ADD 1 @$17,504.23/lump sum
31 Top of Levee-Level out the rutted area adjacent to repair Area 1E,install a 800 LF of TenserTX160. $ 35,786.00
triaxial geogrid or approved equal,and 10"of compacted crushed limestone meetingthe requirements of
TxDOT 2014 Standard Specifications Item 247,Type A,Grade 1-2,moisture-conditioned to± of
optimum moisture content and compacted in maximum 6-in loose liftsto a minimum of 95%of the
maximum density as determined byASTMD1557;ADD 1 @$36,786.00/lump sum
TOTAL AMOUNT OF THIS CHANGE ORDER: $ (79,33836)
TOTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 874,077.09
CONTRACTT1ME
Original Contract Time: 120 working days
Additional Contract Time for Repair 1G and Repair 1H 15 working days
Revised Contract Time per this Change Order 135 working days
CONDITION OF CHANGE:
"Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated in this Change Order repremnts full
compensation for all increases and decreases in the cost of,and the time required to perform the entire work underthe Contract arising directly
or indirectly from this Change Order and all previous Change Orders.Acceptance of this constitutes an agreement behveen Owner and
Contractor that the Change Order represents an all inclusive,mutually agreed upon adjustment tothe Contract and that Contractor will waive all
rights to file a claim on this Change Order after it is properly executed."
Aaepte Reviewed by: R i f b
z•
'Solid Brit' ction,LLC Amelia Villareal,P.E Bart Bartko ak
Contractor •- city Engineer Director of Public Works
[ and Technol�ogySenfices
Date � Date:1 Ul-a�O—a C Date: e-1 T-Z1
Recommended by: Approved by: L ' L "tasted 0)/�D1
4,40j._.
� vScha urgAi k,1nc Kyle Hayes Tina Broussard
Engineer City Manager City Clerk.
Date: 6-/7-2/ . ... Date: 7—Yet—2 Date: �'j .c114
Page 2of2 SkSPLIM°49.141illk
1413
11.1
pU:
te4 ` ..;
•
•
•
1
•
• CITY OF BEAUMONT;TX
CATTAIL MARSH WETLANDS REPAIR •
BID NO.PW1121-06/FEMA PROJECT No.13339&No.39195 •
•
'PROGRESS PAYMENT No. 5&Final PROGRESS DATE January 11.2021,
CONTRACT TIME BEGAN: March 24,2021 ORIGINAL CONTRACT AMOUNT $ 953,415.45
WORKING DAYS ALLOWED: 231 CONTRACT AMOUNT INCLUDING CHANGE ORDERS $ 881,872.02
WORKING DAYS USED: 190 TOTAL AMOUNT OF WORK PERFORMED TO DATE $ 881,872.02
WORKING DAYS OVER: LESS:RETAINAGE 5%
PREVIOUS PAYMENTS $ 837,778.42 •
• ..Change Order Summary
Approved Change Orders TOTAL DEDUCTIONS
$ 837,778:42.
' Number. Additions . Deductions
_____ 1 $ _79_338.36 AMOUNT DUE CONTRACTOR $ 44,093.60
2 $ •21,899.93
3
4.. .. Percent Complete 100.00% •
5 — $ 14.105.00 "—
TOTALS $ 21,899.93 $ 93,443.36
•
NET CHANGE BY •- $
.+(1 ANGE ORDERS. (71,543.43)
•
Contractor's Certification
The undersigned Contractor certifieathat to the best of its knowledge: Payment of: $ .44,093.60
(1)ail previous progress payments received from Owner on account of Work_ •
done under the Contract have been applied on account to discharge is recommended by. • ) L .� ,�li S'22
• Contractors legitimate obligations incurred In connection with Work covered by • lEngeeer) S UM 8 POLK,INC. (Date)'
prior Progress Payments; • I
(2)title of all Work,materials and equipment incorporated In said Work or
.otherwise listed in or covered by this Progress Payment will pass to Owner at •
time or payment free and dear of all Liens,security interests and encumbrances
(except such as are covered by a Bond acceptable to Owner indemnifying Payment of: 44,09
Owner against any such Liens,security interest or encumbrances);and
(3)all Work covered by this Progress Payment is in accordance with the ,
Contract Documents and is not defective. is approved by: Z -2- Z
�p ( et) CI F EAUMONT (Date)
•
Contract 's S• ' nature
By:Co (/�/_f }Dale:
" /f a01.� Payment of: $ 44 093:60 •
6llef...
/ �" d ,�^ a 414 Z_<sl u t4l�n(! . !. asp �' ri► is approved by,•
Contractor. (Owner) ' CITY OF BEAUMONT .• (Dale.).'
SOLID BRIDGE CONSTRUCTION:LLC
Page 1 of 1
•. r
1 .
CITY OF BEAUMONT,TX
CATTAIL MARSH WETLANDS REPAIR
BID NO.PW1121-06/FEMA PROJECT No.13339&No.39195
PROGRESS PAYMENT No. 5&FINAL PROGRESS DATE January 11,2022
CONTRACT QUANTITY THIS QUANTITY TO TOTAL COST TO
BID ITEM DESCRIPTION QUANTITY UNIT I UNIT PRICE ESTIMATE DATE DATE
1 Mobilization costs,including payment bond,performance bond,insurance, 1 LS $10,000.00 0.00 1.00 $ 10,000.00
moving equipment to project,and demobilization
23 Install geotextile fabric and crushed limestone road material on the top of 1190 LF $34.00 0 1190 $ 40,460.00
the finished berm,TEN FOOT(10')wide top of berm
24 Install geotextile fabric and crushed limestone road material on the top of 2,354 LF $38.00 0 2354 $ 89,452.00
the finished berm,TWELVE FOOT(12')wide top of berm
25 Sampling Station-construct outfall sampling station 1 LS $20,900.00 0.00 1.00 $ 20,900.00
26 Miscellaneous Improvements-furnish all labor,materials,and equipment 1 ALLOW $100,000.00 0.14 1.00 $ 100,000.00
to perform all miscellaneous improvements,as directed by the Owner
2A Exterior Slope Mitigation 1A-reconstruct the exterior levee slope 1 LS $11,346.15 0.00 1.00 $ 11,346.15
3A Exterior Slope Mitigation 1 B-reconstruct the exterior levee slope 1 LS $17,067.75 0.00 1.00 $ 17,067.75
4A Exterior Slope Mitigation 1 C-reconstruct the exterior levee slope 1 LS $23,194.35 0.00 1.00 $ 23,194.35
5A Exterior Slope Mitigation 1 F-reconstruct the exterior levee slope 1 LS $27,412.50 0.00 1.00 $ 27,412.50
6A Exterior Slope Mitigation 2A-reconstruct the exterior levee slope 1 LS $8,428.10 0.00 1.00 $ 8,428.10
7A Exterior Slope Mitigation 2B-reconstruct the exterior levee slope 1 LS $31,112.15 0.00 1.00 $ 31,112.15
8A Exterior Slope Mitigation 2C-reconstruct the exterior levee slope 1 LS $11,661.10 0.00 1.00 $ 11,661.10
9A Exterior Slope Mitigation 4A-reconstruct the exterior levee slope 1 LS $10,431.50 0.00 1.00 $ 10,431.50
10A Exterior Slope Mitigation 4C-reconstruct the exterior levee slope 1 LS $56,692.00 0.00 1.00 $ 56,692.00
11A Exterior Slope Mitigation 5A-reconstruct the exterior levee slope 1 LS $19,584.90 0.00 1.00 $ 19,584.90
12A Exterior Slope Mitigation 3A-reconstruct the exterior levee slope 1 LS $19,241.95 0.00 1.00 $ 19,241.95
Page 2 of 5
CITY OF BEAUMONT,TX
CATTAIL MARSH WETLANDS REPAIR
BID NO.PW1121-06/FEMA PROJECT No.13339&No.39195
PROGRESS PAYMENT No. 5&FINAL PROGRESS DATE January 11,2022
CONTRACT QUANTITY THIS QUANTITY TO TOTAL COST TO
BID ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE ESTIMATE DATE DATE
13A Interior Slope Mitigation 3B-reconstruct the interior levee slope 1 LS $23,184.05 0.00 1.00 $ 23,184.05
14A Interior Slope Mitigation 3C-reconstruct the interior levee slope 1 LS $39,394.00 0.00 1.00 $ 39,394.00
15A Interior Slope Mitigation 3D-reconstruct the interior levee slope 1 LS $17,758.05 0.00 1.00 $ 17,758.05
16A Interior Slope Mitigation 3E-reconstruct the interior levee slope 1 LS $9,356.85 0.00 1.00 $ 9,356.85
17A Interior Slope Mitigation 3F-reconstruct the interior levee slope 1 LS $8,203.60 0.00 1.00 $ 8,203.60
18A Interior Slope Mitigation 4B-reconstruct the interior levee slope 1 LS $10,852.25 0.00 1.00 $ 10,852.25
19A Interior Slope Mitigation 4D-reconstruct the interior levee slope 1 LS $43,076.00 0.00 1.00 $ 43,076.00
20A Interior Slope Mitigation 4E-reconstruct the interior levee slope 1 LS $33,619.85 0.00 1.00 $ 33,619.85
21A Interior Slope Mitigation 1 D-reconstruct the interior levee slope 1 LS $203,967.00 0.00 1.00 $ 203,967.00
22A Interior Slope Mitigation 1 E-reconstruct the interior levee slope 1 LS $67,019.35 0.00 1.00 $ 67,019.35
SUBTOTAL $ 953,415.45
CHANGE ORDER No. 1 EXECUTED DATE July 19,2021
2A EXTERIOR SLOPE MITIGATION 1A 1 LS $ 2,856.00 0 1 $ 2,856.00
5A EXTERIOR SLOPE MITIGATION 1 F 1 LS $ 7,424.00 0 1 $ 7,424.00
21A INTERIOR SLOPE MITIGATION 1D 1 LS $ (203,967.00) 0 1 $ (203,967.00)
22A INTERIOR SLOPE MITIGATION 1E 1 LS $ (67,019.35) 0 1 $ (67,019.35)
Page 3 of 5
CITY OF BEAUMONT,TX
CATTAIL MARSH WETLANDS REPAIR
BID NO.PW1121-06/FEMA PROJECT No.13339&No.39195
PROGRESS PAYMENT No. 5&FINAL PROGRESS DATE January 11,2022
CONTRACT QUANTITY THIS QUANTITY TO TOTAL COST TO
BID ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE ESTIMATE DATE DATE
New 21A ALTERNATE INTERIOR SLOPE MITIGATION 1 D 1 LS $ 75,879.75 0 1 $ 75,879.75
New 22A ALTERNATE INTERIOR SLOPE MITIGATION 1 E 1 LS $ 38,831.51 0 1 $ 38,831.51
29 EXTERIOR SLOPE REPAIR 1G 1 LS $ 12,366.50 0 1 $ 12,366.50
30 EXTERIOR SLOPE REPAIR 1 H 1 LS $ 17,504.23 0 1 $ 17,504.23
31 TOP OF LEVEE REPAIR AROUND 1E 1 LS $ 36,786.00 0 1 $ 36,786.00
CHANGE ORDER SUBTOTAL $ (79,338.36)
CHANGE ORDER No. 2 EXECUTED DATE August 25,2021
6A Exterior Slope Mitigation 2A 1 LS $ (1,769.90) 0.00 1 $ (1,769.90)
7A Exterior Slope Mittigation 2B 1 LS $ (6,543.70) 0.00 1 $ (6,543.70)
8A Exterior Slope Mittigation 2C 1 LS $ (1,150.87) 0.00 1 $ (1,150.87)
23 Delete geofabric and add install of Tensar TX160. 1190 LF $ 8.85 0 1190 $ 10,531.50
24 Delete geofabric and add install of Tensar TX160. 2354 LF $ 8.85 0 2354 $ 20,832.90
CHANGE ORDER SUBTOTAL $ 21,899.93
CHANGE ORDER No. 3 EXECUTED DATE September 22,2021
26 Miscellaneous Improvements-furnish all labor,materials,and equipment 1 ALLOW $ (36,000.00
to perform all miscellaneous improvements,as directed by the Owner ) 0 1 $ (36,000.00)
32 Limestone Base-furnish,plance and compact additional crushed 500 TON $ 72.00 0 500 $ 36,000.00
limestone on tope of the existing levees
CHANGE ORDER SUBTOTAL $ -
Page 4 of 5
CITY OF BEAUMONT,TX
CATTAIL MARSH WETLANDS REPAIR
BID NO.PW1121-06/FEMA PROJECT No.13339&No.39195
PROGRESS PAYMENT No. 5&FINAL PROGRESS DATE January 11,2022
CONTRACT QUANTITY THIS QUANTITY TO TOTAL COST TO
BID ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE ESTIMATE DATE DATE
CHANGE ORDER No. 4 EXECUTED DATE October 27,2021
26 Miscellaneous Improvements-furnish all labor,materials,and equipment 1 ALLOW $ 895.00 49,
to perform all miscellaneous improvements,as directed by the Owner ( ) 0 1 $ (49,895.00)
33 Interior Slope Mitigation 3G-reconstruct the interior levee slope 1 LS $ 49,895.00 0 1 $ 49,895.00
CHANGE ORDER SUBTOTAL $ -
CHANGE ORDER No. 5 EXECUTED DATE January 11,2022
26 Miscellaneous Improvements-furnish all labor,materials,and equipment 1 ALLOW $ 105.00 14,
to perform all miscellaneous improvements,as directed by the Owner ( ) 1 1 $ (14,105.00)
CHANGE ORDER SUBTOTAL $ (14,105.00)
TOTAL AMOUNT OF WORK PERFORMED TO DATE $ 881,872.02
Page 5 of 5
RESOLUTION NO.
WHEREAS, on February 9, 2021, the City Council of the City of Beaumont, Texas
passed Resolution No. 21-033 awarding a contract in the amount of$953,415.45 to Solid
Bridge Construction, LLC, of Huntsville, Texas, for the Cattail Marsh Wetlands Repair
Project; and,
WHEREAS, on July 13, 2021, the City Council of the City of Beaumont, Texas
passed Resolution No. 21-158 authorizing the City Manager to execute Change Order
No. 1, in the amount of($79,338.36), to account for two (2) additional damaged locations;
and, to allow for an alternate repair to two (2) areas where the interior slop of the levee is
still intact and the repairs will not be as extensive, thereby decreasing the total contract
amount to $874,077.09; and,
WHEREAS, on August 24, 2021, the City Council of the City of Beaumont, Texas
passed Resolution No. 21-200 authorizing the City Manager to execute Change Order
No. 2, in the amount of $21,899.93, to provide an alternate repair for three (3) locations
where the existing levee road is in good condition, thereby increasing the total contract
amount to $895,977.02; and,
WHEREAS, a Miscellaneous Improvements allowance, in the amount of
$100,000.00, was included in the above noted contract; and,
WHEREAS, on October 12, 2021, the City Council of the City of Beaumont, Texas
passed Resolution No. 21-248 authorizing the City Manager to execute Change Order
No. 3, in the amount of $36,000.00, to provide for additional limestone base material to
be placed on the existing levee roads within Cattail Marsh, thereby decreasing the total
Miscellaneous Improvements allowance to $64,000.00 and having no effect on the total
contract amount of$895,977.02;
WHEREAS, on December 7, 2021, the City Council of the City of Beaumont, Texas
passed Resolution No. 21-319 authorizing the City Manager to execute Change Order
No. 4, in the amount of $49,895.00, for additional repairs of a damaged location on the
interior side slope of the Cell 3 north levee, thereby decreasing the total Miscellaneous
Improvements allowance to $14,105.00 and having no effect on the total contract amount
of$895,977.02; and,
WHEREAS, Change Order No. 5, in the amount of ($14,105.00) is required to
adjust the estimated quantities in the contract to reflect the actual quantities used in the
completion of the project, thereby decreasing the total contract amount to $881,872.02;
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 ($14,105.00), to adjust the estimated quantities in the contract to
reflect the actual quantities used in the completion of the project, thereby decreasing the
total contract amount to $881,872.02; and,
BE IT FURTHER RESOLVED THAT the Cattail Marsh Wetlands Repair Project be
and the same is hereby accepted; and,
BE IT ALSO RESOLVED THAT the City Manager is authorized to make final
payment in the amount of $44,093.60 to Solid Bridge Construction, LLC, of Huntsville,
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 8th day of
February, 2022.
. - Mayor Robin Mouton -
1
February 8,2022
Consider appointing an Interim City Manager effective March 31, 2022
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider appointing an Interim City Manager effective
March 31, 2022.
BACKGROUND
The current City Manager is retiring effective March 31, 2022. An Interim City Manager will be
appointed by the City Council and serve in that capacity until a permanent selection is made. The
duties of the City Manager are outlined in the City Charter.
This item was placed on the agenda by Mayor Robin Mouton.
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF BEAUMONT:
THAT is appointed Interim City Manager effective
March 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 8th day of
February, 2022.
- Mayor Robin Mouton -
2
February 8,2022
Consider a request to abandon a portion of the Sawyer Street right-of-way
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Chris Boone, Planning & Community Development Director
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a request to abandon a portion of the Sawyer
Street right-of-way.
BACKGROUND
Mark Fertitta,manager of SET Asset Properties, LLC (owner of 195 N. 1 lth Street), is requesting
an abandonment of this portion of Sawyer Street. In 2017, an almost 5' section of the street was
abandoned. The request was made to satisfy requirements of a potential lessor. Previously,the
property had operated under a license to encroach, but this arrangement was problematic, given
that the tenant was performing extensive upgrades to the property. In 2021, a survey of the
property revealed that the requested abandonment was not large enough, and the building was still
encroaching in the right-of-way. This abandonment would correct the issue of the encroachment.
At a Joint Public Hearing held on January 24,2022,the Planning Commission recommended 7:0:1
to approve the request to abandon a portion of the Sawyer Street right-of-way.
All of the required items for the abandonment have been submitted.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
Approval of the ordinance.
PROPERTY TAX ANALYSIS 30
PROPERTY TAX ANALYSIS
PROPERTY ASSESSMENT AND TAX DATA
The subject is located within the taxing jurisdiction of Jefferson County. Per the Jefferson County Property
Appraiser's Office,the subject is assessed under account number 121847&121848,which are assessed at 100.00%
of the market value,as estimated by the County Assessor.
The following tables summarizes the subject's real property taxation and our projection of real property taxes based
on the current assessed value and the subject's pro-rata share of taxes,as supported by comparables:
REAL ESTATE ASSESSMENT AND TAXES
Tax ID No. i 2021 + Pro Forma
121847&121848 Land NOW
Improvements ,;,; 92
Tax Value Subtotal $3,761,349 $3,761,349
Assessed Value @ 100% $3,761,349 $3,761,349
General Tax Rate per$100 2.714982 2.714982
Property Taxes Subjects Portion $102,120 $102,120
Total Taxes $102,120 $102,120
Total Taxes PSF $9.14 $9.14
DELINQUENCY
There are no delinquent real property taxes.
�7
CONCLUSION • `� 2 J J $
The subject has a tax burden of$102,120,or$9.14 per square foot. r 3gr r?6 8
412 , qt
$qo
I
UTMB HEALTH APPRAISAL BBG
BEAUMONT
Planning & Community Development
Case Type:Planning and Zoning Case Status: REVIEW
Case Sub Type:Abandonment Tag Name: Correction of the approved previous
Case#:PZ2021-443 abandonment
Location: 195 N 11TH ST, BEAUMONT,TX Initiated On: 12/20/2021 10:58:10AM
individuals listed on the record:
Agent
Mark A Fertitta Home Phone: 409-839-4428
PO Box 12400 Work Phone:
Beaumont,TX 77726-2400 Cell Phone: 409-893-5941
E-Mail: m1958mark@aol.com
Applicant
Mark A Fertitta Home Phone: 409-839-4428
PO Box 12400 Work Phone:
Beaumont,TX 77726-2400 Cell Phone: 409-893-5941
E-Mail: m1958mark@aol.com
Property Owner
Mark A Fertitta Home Phone: 409-839-4428
PO Box 12400 Work Phone:
Beaumont,TX 77726-2400 Cell Phone: 409-893-5941
E-Mail: m1958mark@aol.com
Flood Zones
Construction Type
Occupancy Type
Fire District
Notes:
Case Type:Planning and Zoning Page 1 of 1
Case#:PZ2021-443 Printed On: 12/29/2021
APPLICATION FOR PUBLIC RIGHT-OF-WAY,ALLEY OR UTILITY EASEMENT ABANDONMENT
Application Ownership List
. Date: bEe IS,202.1
We,the undersigned,being the sole q erS of all the property abutting the proposed abandonment
of l qti.. .. /iTN s r'eg. Wil moor T/'� 1
.hereby respectfully petition
that the right-of-way,alley,or utility easement be closed and abandoned.
OWNER and ADDRESS idtt Block Addition
(tract) (tax plat) (survey)
A 1)31*CfLoT Pao 4 YY
g3 WI*al.1tou3E Ll.C. 2115. LAW...+I-,oiy 77702.
Cogigngsa) 3-40 L. enfil,.. ,\ - ....--
\sii-3
43 Jitili, P pel6f r
gesioffreR57. .
T yd sic. oaT OF deseM1 TEVi 5 041g6rEI°, A es7 '
NOTE:Please print or type your name and then use signature. Separate sheets may be used.
APPLICATION FOR PUBLIC RIGHT-OF-WAY,ALLEY OR UTILITY EASEMENT ABANDONMENT
Application Ownership List
Date: ,Otte l.S, Z Z I We,the undersigned,being the sole owners of all the property abutting the proposed abandonment
of � ' — /75 44 herw r ykgemfot divirt_r4-ff,A5__..
hereby respectfully petition
that the right-of-way,alley,or utility easement be closed and abandoned.
OWNER and AID !""SS Lot ]Block Addition
(tract) (tax per) (survey)
/55 /1/711 C 6 TR 39 oar oFTR310r vL
NOTE:Please print or type your name and then use signature. Separate sheets may be used.
Fertitta Realty, Inc.
P.O. Box 12400
Beaumont, Texas 77726
(409) 839-4428
December 16,2021
Chris Boone, Director,Director
City of Beaumont
Planning and Zoning Community Development
801 Main Street Suite 201
Beaumont, Texas 77701
Dear Planning& Zoning:
On May 23,2017 the City Council of Beaumont Texas along with the Planning
and Zoning Department approved an partial abandonment of a right of way on Sawyer St.
in Beaumont,Texas in favor of my company,SET Asset Properties L.L.C.
This was approved as the Conn appliance store that was originally built on this
property in 1966 was prior to the expansion of Laurel Avenue and Sawyer Street,its..
connecting street. The rear of this building located at 195 N. 11th Street now encroached
into the right of way but was not discovered till 2017.In 1966 the building was a Conn
Appliance Store owned by C.W. Conn Jr.and Jerry Conn. The building was re tenanted
with Texas Home Health in 1999 and later sold to Hershel Hobson who then sold the
building to the Levine Family Trust.My company SET Asset Properties,L.L.C.
Purchased the empty building from the Levine Family Trust in 2017 and with extensive
remodeling we acquired UTMB OBGYN Clinic into the building.
Prior to SET buying the property we discovered that the building now encroached
into the Sawyer Street Right of way which prompted the first partial abandonment.After
receiving the abandonment no additional survey was performed till 2021.In this survey
the previous abandonment description did not accurately address the area of abandonment
needed so the building would not be encroaching into the remaining right or way.
I am coming to you now with the surveyor's correct description of the abandonment and
ask that the city again approve the amended abandonment description. I truly appreciate
your consideration of this matter.
Sincerely
Yours:
a.44.4,66x,
Mark A.Fertitta
POC I LAUREL AVENUE
(ROW VARIES)
FND S88'43'35'W 522.26' L
FND. KOHLER
'Vr r a
CONC. IKON. « '! --•FIND S03'24'44I o' RAMP
FND N86.3518E ;; 12.63 •�'
10.00' „ ; � I r
1 ,--
..
r-
`.'....4s©g' '� '5,92 ZC
-
GIIAHDRMV
=t-- 10.00'
� *p6 I .
S 'L' I
�01f' f'•' c '' g GRID 05989 ACRE
£S�, ' : 'LL ap THEFALI I TRUST NE
! in CF NO. 20080033992
d
€ C OPRJC
'; N
• r go COMMERCIAL
a I 'op a BUILDING
i
CM* ull:.f5.92
.r 10.00'
I
r
t � 4
FND S86°35'16°` V 1.6
10.00' CIF...,.
r E
® 0' 10' 20' 40'
LEGEND L sole: -20'
0 POWER POLE
EXHIBIT OF
�' SIGN 890.00 SQ.FT.
—CtF—CHAIN LINK FENCE NOAH TEVIS SURVEY
--•—•— GUARDRAIL ABSTRACT NO.52
—ONE— OVERHEAD ELECTRIC BEAUMONT
Mein CONCRETE JEFFERSON COUNTY,TEXAS
® ASPHALT ro e'llda er rim r rrni
%vie ma ion NCNB Er Nu
WU Nat mt Xel 1'1•20' 1 OF 1
1/W! 202'I 27—2035 Fil411LOMT.i
ORDINANCE NO.
ENTITLED AN ORDINANCE VACATING AND
ABANDONING A PORTION OF THE SAWYER STREET
RIGHT-OF-WAY LOCATED AT THE REAR OF 195 N.
11TH STREET, CITY OF BEAUMONT, JEFFERSON
COUNTY, TEXAS; AND RETAINING A GENERAL
UTILITY EASEMENT.
WHEREAS, Mark Fertitta, owner of SET Asset Properties, LLC has requested the
abandonment of a portion of the Sawyer Street right-of-way located at the rear of 195 N.
11th Street, City of Beaumont, Jefferson County, Texas, as described in Exhibit "A" and
shown on Exhibit "B," attached hereto; and,
WHEREAS, the City Council has considered the purpose of said abandonment
and is of the opinion that the right-of-way is no longer necessary for municipal street
purposes and the abandonment of said right-of-way is in the best interest of the City and
should be granted;
NOW, THEREFORE, BE IT ORDAINED 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 a portion of the Sawyer Street right-of-way located at the rear of 195 N. 11th
Street, City of Beaumont, Jefferson County, Texas, as described in Exhibit"A" and shown
on Exhibit "B," attached hereto, be and the same is hereby vacated and abandoned and
that title to such property shall revert to and become the property of the persons entitled
thereto, as provided by law.
The meeting at which this resolution was approved was in all things conducted in
strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter
551.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 8th day of
February, 2022.
- Mayor Robin Mouton -
LEGAL DESCRIPTION FOR ORDINANCE PURPOSES
BEING an 890.00 square feet tract or parcel of land situated in the Noah Tevis Survey,Abstract
No. 52, Jefferson County, Texas and being a portion of Sawyer Street right-of-way just South of
Laurel Avenue, said 890.00 square feet tract being more particularly described as follows:
NOTE:All bearings are referenced to the Texas State Plane Coordinate System South Central
Zone NAD83 (2011). All acreages and distances are surface.
COMMENCING at the intersection of the South right-of-way line of Laurel Avenue and the
East right-of-way line of Sawyer Street,the same being the Northwest corner of that certain
called 0.5989 acre tract of land as described in a "Quitclaim Deed" from Allan L. Levine to Allan
L. Levine, Trustee of The Allan L. Levine Family Trust as recorded in Clerk's File No.
20080033692, Official Public Records of Real Property, Jefferson County, Texas and from said
corner a Kohler concrete monument found for the intersection of the South right-of-way line of
Laurel Avenue and the East right-of-way line of 13th Street bears SOUTH 86°43'35" WEST a
distance of 622.26 feet;
THENCE SOUTH 03°24'44" EAST, along and with the East right-of-way line of Sawyer
Street and the West line of the said 0.5989 acre The Allan L. Levine Family Trust tract, for a
distance of 12.63 feet to the Northeast corner and the POINT OF BEGINNING of the tract
herein described;
THENCE SOUTH 03°24'44" EAST, continuing along and with the East right-of-way line of
Sawyer Street and the West line of the said 0.5989 acre The Allan L. Levine Family Trust tract,
for a distance of 89.00 feet to a point for corner;
THENCE SOUTH 86°35'16" WEST, over and across the right-of-way of Sawyer Street and
perpendicular to the East right-of-way line of Sawyer Street, for a distance of 10.00 feet to a
point for corner;
THENCE NORTII 03°24'44" WEST, continuing over and across the right-of-way of Sawyer
Street and 10 feet parallel to the East right-of-way line of Sawyer Street, for a distance of 89.00
feet to a point for corner;
THENCE NORTII 86°35'16" EAST, over and across the right-of-way of Sawyer Street and
perpendicular to the East right-of-way line of Sawyer Street, for a distance of 10.00 feet to the
POINT OF BEGINNING and containing 890.00 Square Feet, more or less.
EXHIBIT "A"
PZ2021-443: Request to abandon a portion of the Sawyer Street right-of-way. N
Applicant: Mark A. Fertitta
Location: Rear of 1951v. 11th Street
0 50 100 150
I I I I I Feet
I i �t ate' p,;l k I. %..LegendIt
fe di:.
�t b7v �4 I'K+ �£
f ♦ _.���� �t '9 �Y 17 �I �I1 � I �/ y-- dl ' I I t _.., _ _ R"1, sd .-
` `TJ..t ,� 1 S 1+ C} y �- %yJI + •II 11,..
I I, 14 !'. ,,i t ,..V_V_VS, gg''�� f •.
y ��. ,�.:a ',-. p /� i7 r f. r � , 1" ,V t �' ' .- _ } ;
t .- .�,. ', 4. 1, L ,.1� .. 1 i k I'.,`
""1 °''�h Asti' _ r. ...y.rr .f A _-s ,�„�L ,-
�} � i fag ���� x �� #` s �� t I :! ' 3
c i5
�� ft , ' LgUREL ST F 4�:.
.-' s s d w j --- ».
may. �* _ 'rf��1�� +'.ri 2Yk r k t , ;
it N
_ v11 � p'J +y ��y/ � �tp
r �•# ' �C? 1 .r _ { _ . 1 ;�jr
�' 7 V f `I 1 I) } h •
��
•
jrS JjC' dry}�4I{ r7'; • { 4f :
y ... ...J 5e - rlff '�`' Il Ia+ f
'..
Y,tjij
�. f
,, ,-,Y -':-,.--)",:lti ,--',1:.
G • < /la 1 1 xi )ti4 :
•L >arxa � ` t J� ;,} --� it .�.1 t � 3
"'}`�" 'd.f. ..; t 1,+ +tis ,f d 1(nl,,, YY I
( I; -+ r t �
. a c }! r 3 D I r ki
.I 6 IS i5 + � +
i'1 f • t 11 �, I I+ .. <141,w, a :.,
7
do g ]'-'
4 r4 r I� rt—. — — I, s { r
F ,.* �1, o _ "" I �t
q�
it q , �I j�� � a ��
{
4
II
EXHIBIT "B" V
POC I LAUREL AVENUE
(ROW VARIES)
r R FND S86'43'3"W 522.26' T'
FND. KOHLLR
CONC. MON. ,. --I ND SO3'24'441% f \.RAMP
Li FND N88°35'1 "E ;' . - . 4°
1000' _.,Y' . Id
•.'
v.
: c4ji%� o GuARDRNL:� e 104°
93-.-:*
.40r—,,i-- S .Q t 4 CALLED 0.5989 ACRE
THE AWltr L LEVINE
r YW. ea FAMILY TRUST
°� W CF NO. 20080033592
o coOPRJC
PO x
l :. 0 , i, 'i c COMMERCIAL
• BUILDING
,; I,. AZ Z
1: r
4.:0$' '{, :5.92.
10.00'
3 In
S88'35''IB°`SIN 0
1000`; , I
• f
'-'
I # ,
® 0' 1 0' 20' 4o'
LI
® ,LEGENDCI.F_,, � Scale: 1'-x0'
S POWER POLE
fir' SIGN EXHIBIT OF
..-. _.. ..
890.00 S.Q.FT.
—ctc—CHAIN LINK FENCE NOAH TEVIS SURVEY
----•—•—GUARDRAIL ABSTRACT NO.52
—fHE—OVERHEAD ELECTRIC BEAUMONT
e CONCRETE JEFFERSON COUNTY,TEXAS
SIMI ASPHALT nit r ak' "ixs' R....
ism en�e
Wigion ma 'erg
nim ian xi.fetr 1%20'
—caw' •
3
February 8,2022
Consider approving the award of one year contracts with both Core & Main LP and Coburn's of
Beaumont for the purchase of inventory materials to be used in the Water Utilities Department
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Todd Simoneaux, Chief Financial Officer
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a resolution approving the award of one year
contracts with both Core&Main LP and Coburn's of Beaumont for
the purchase of inventory materials to be used in the Water Utilities
Department.
BACKGROUND
The City maintains an annual contract for couplings,pipe fittings, valves, fire hydrants and other
related materials for use by the Water Utilities Department. The materials are used in the repair
and maintenance of existing water and sewer lines and installation of new service lines.
Specifications required bidders to submit pricing for 178 line items, separated into 15 specific.
sections. Bids were evaluated upon the lowest total price per section on an all or none basis and
which provides the best value to the City. Only bidders providing pricing for every item within
each section were considered and only items that met specifications and requirements were
awarded. Pricing is to remain firm for the term of the one year contract. Specifications also
required all bids involving brass materials to be quoted with items that are certified NSF6 lead-free
compliant and are of domestic (USA)manufacture.
Bids were requested from nine vendors and three responses were received. The Administration
recommends award of sections 1,2,3,4,5,6,7,8,9,10,11,12,13, and 15 to Core&Main of Beaumont
at a cost of$1,929,467.93 and section 14 to Coburn's of Beaumont at a cost of$2,385. Total
estimated contract value of$1,931,852.93 represents a 30.3%increase from current contract. Bid
tabulation is attached.
FUNDING SOURCE
Water Utilities Fund.
RECOMMENDATION
Approval of the resolution.
RESOLUTION NO.
WHEREAS, bids were solicited for an annual contract for the purchase of
couplings, pipe fittings, valves, fire hydrants and other related material for use by the
Water Department; and,
WHEREAS, Core & Main, of Beaumont, Texas, submitted a bid for an estimated
amount of $1,929,467.93 for Sections 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, and 15 as
shown in Exhibit "A," attached hereto; and,
WHEREAS, Coburn's, of Beaumont, Texas, submitted a bid for an estimated
amount of$2,385.00 for Section 14 as shown in Exhibit "A," attached hereto; and,
WHEREAS, City Council is of the opinion that the bids submitted by Core & Main,
of Beaumont, Texas, for Sections 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, and 15 and
Coburn's, of Beaumont, Texas, for Section 14 as shown in Exhibit "A," attached hereto,
are the lowest responsible bidders providing the best value to the City and should be
accepted;
NOW, THEREFORE, BE IT RESOLVED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby,
in all things, approved and adopted; and,
THAT the bids submitted by Core & Main, of Beaumont, Texas, for an estimated
amount of $1,929,467.93 for Sections 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13 and 15 and
Coburn's, of Beaumont, Texas, for an estimated amount of $2,385.00 for Section 14 as
shown in Exhibit "A" be accepted by the City of Beaumont; and,
BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby
authorized to execute a contract with Core & Main, of Beaumont, Texas, and Coburn's,
of Beaumont, Texas, for the purposes described herein.
The meeting at which this resolution was approved was in all things conducted in
strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter
551.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 8th day of
February, 2022.
- Mayor Robin Mouton -
CITY OF BEAUMONT, BEAUMONT,TEXAS
PURCHASING DIVISION BID TABULATION
BEAUMONT
TEXAS
Bid Name: ANNUAL CONTRACT FOR WATER DEPT. INVENTORY MATERIALS
Bid Number: TF1222-10
Contact Person: TERRY WELCH, PURCHASING MANAGER
Te rrv.welch@ beaumonttexas.eov
Phone: 409-880-3107
SECTION/DESRIPTION Core&Main Coburn's Rural Pipe&Supply
Beaumont,Tx Beaumont,Tx Jasper,Tx
SECTION -1 VALVE&METER BOXES $326 8884TQ8 NON RESPOSIVE NON RESPONSIVE
SECTION-2 FIRE HYDRANTS&COMPONENTS $�411�' 7i 8 NO BID NO BID
SECTION-3 MECHANICAL JOINT RESTRAINER $5.7,99.3 5Q $58,198.50 $77,001.00
SECTION-4 MANHOLES&COMPONENTS $22f1rO9120 $91,074.70 NO BID
SECTION-5 SERVICE SADDLES $29z3'_4,7!35 NO BID NON RESPONSIVE
SECTION-6 COUPLINGS $29L267r_40 $79,677.70 NO BID Q
SECTION-7 CLAMPS '$ ,5' 51r10 $162,923.90 NO BID I--
SECTION-8 MECHANICAL JOINT FITTINGS $30155.6&9d $31,204.15 NO BID o0
SECTION-9 TAPPING SLEEVES $15�'�T56 0 $19,884.10 NO BID =
SECTION-10 BRASS PIPE FITTINGS $61,944.00 $75,935.00 NO BID W
SECTION-11 BRASS VALVES $383~"'T2 8 0 NO BID NON RESPONSIVE
SECTION-12 VALVES(DUCTILE IRON) $1�6335717 00 NO BID NO BID
SECTION-13 WATER METERS&COMPONENTS $94,2.6.8 NO BID NON RESPONSIVE
SECTION-14 POLYETHYLENE TUBING $2,660.00 2,385.001 $ NO BID
SECTION-15 POLY PIPE MATERIALS 41R9O280 NO BID NO BID
TOTAL AWARD: $1,929,467.93 $ 2,385.00 $0
NON RESPONSIVE-Bidder did not bid entire section as required to be awarded.
Bidder Sections in BOLD and Hi lite denote Awarded Section.
4
•
February 8,2022
Consider approving a proposal submitted by Honesty Environmental Services, Inc. to provide
on-site asbestos consulting and air monitoring services at the property located at 555 Main Street
BEAUMONT
TEXAS
TO: City Council
FROM: Kyle Hayes, City Manager
PREPARED BY: Keith Folsom, Facilities Maintenance Director
MEETING DATE: February 8, 2022
REQUESTED ACTION: Council consider a resolution approving a proposal submitted by
Honesty Environmental Services, Inc. to provide on-site asbestos
consulting and air monitoring services at the property located at 555
Main Street.
BACKGROUND
Pricing was obtained from Honesty Environmental Services, Inc. to provide on-site project
management,preparation of project documentation,and air monitoring/analytical services for the
abatement project located at 555 Main Street. The asbestos consulting and air monitoring
services is necessary to ensure that the project will be in compliance with the Texas Department of
State Health Services (TDSHS). The cost to provide the consulting and air monitoring services
will be $47,935.00. The total cost is based on the abatement contractor's estimate of 45 working
days. In the event the abatement contractor works more or less than the 45 working days, this
contract amount would be increased or reduced by $1,143.00 per working day.
Honesty Environmental Services performed the asbestos survey and provided the technical
specifications for the project and are being awarded this contract as a Best Value vendor as having
the most knowledge and familiarity of the structure and the asbestos containing materials.
FUNDING SOURCE
Capital Program.
RECOMMENDATION
Approval of the resolution.
RESOLUTION NO.
THAT the City Manager be and he is hereby authorized to execute a proposal with
Honesty Environmental Services, Inc. for the purpose of providing on-site asbestos
consulting and air monitoring services for property located at 555 Main Street. The
proposal is substantially in the form attached hereto as Exhibit"A" and made a part hereof
for all purposes.
The meeting at which this resolution was approved was in all things conducted in
strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter
551.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 8th day of
February, 2022.
- Mayor Robin Mouton -
fiE) Honesty Environmental Services, Inc.
www.honestvenvironmental.com
January 26, 2022
City of Beaumont
801 Main Street
Beaumont, Texas 77701
Email: Keith.folsomc beaumonttexas.gov
Tel: 409-659-7288
Attn: Mr. Keith Folsom
RE: Proposal for Asbestos Consulting &Air Monitoring Services
Former AT&T Building
555 Main Street
Beaumont, Texas 77701
HES Proposal No. 22-046-702
Honesty Environmental Services, Inc. (HES) is pleased to submit the following proposal
for the Asbestos Consulting Services to include the on-site project management,
preparation of project documentation, and air-monitoring/analytical services at the
above-referenced site. This project will be in compliance with the Texas Department of
State Health Services (TDSHS) regulations for Renovation/Demolition in public buildings.
The Asbestos Consulting Services include:
• Providing state-licensed air monitoring technician to conduct air-monitoring
services during the asbestos abatement process
• Providing BDXII low volume pumps, Bios Defender Calibrator, air sampling
cassettes
• Providing Olympus CX22 Microscope with slides, coverslips, etc.
• Providing state-licensed laboratory analysis with NIOSH 582
• Providing state-licensed project manager to observe and record the abatement
contractor's work procedures and progress on a daily basis
• Conducting visual inspections and clearance sampling by Phase Contrast
Microscopy (PCM)
• Preparing a final report that will be the owner's permanent record of the
abatement project. The final report will include daily field reports, ambient air
sample results, documentation of usual and unusual events that occur during the
abatement, and all pertinent submittals
14420 West Sylvanfield Drive, Suite 200 2300 Highway 365, Suite 450
Houston, Texas 770144E0 Nederland, Texas 77627
Phone: (713) 856-5354 Phone: (409) 632-2601
www.honestyenvironmental.com
EXHIBIT "A"
Asbestos Consulting &Air Monitoring Services
Former AT&T Building
555 Main Street, Beaumont, TX 77701
HES Proposal No. 22-046-702
Page 2 of 3
HES proposes to provide Asbestos Consulting Services as outlined above for a lump
sum amount of$47,935.00.
This amount includes two TDSHS-Licensed Project Monitors/Air Monitoring Technicians
working forty-five days, 5 days a week, 10 hours a day along with daily air sampling and
laboratory analysis.
Add/Deduct Cost
In the event the number of days worked exceeds the 45 days proposed, a charge of
$1,143.00 per additional work day will be applied to the above amount to cover the cost
of TDSHS-Licensed Project Monitors/Air Monitoring Technicians working forty-five days,
5 days a week, 10 hours a day (includes overtime rate) along with daily air sampling and
laboratory analysis.
In the event the number of days worked are less than the 45 days proposed, a credit of
$1,143.00 will be applied to the above amount for each work day less than the 45 days
proposed.
HES appreciates this opportunity to provide our Asbestos Consulting Services to the City
of Beaumont. Immediate attention will be given to this project upon receipt of this signed
Client Engagement Letter by email at sara(&honestvenvironmental.com. Should you
have any questions, please contact me at (409) 632-2601..Thank you for the opportunity
to be of service to you on this project.
Sincerely,
Honesty Environmental Services, Inc.
Daniel R. Ward
Vice President
Asbestos Consultant License No. 10-5479
Asbestos Consulting &Air Monitoring Services
Former AT&T Building
555 Main Street, Beaumont, TX 77701
HES Proposal No. 22-046-702
Page 3 of 3
Your signature below hereby authorizes Honesty Environmental Services, Inc. (HES), to
perform the environmental services detailed above. You further agree that the total cost
of this project will be invoiced following the delivery of our completed results; and
payment is due within thirty days. The payment of HES's invoice for performance of the
above services is not subject to any contingency (e.g., sale, loan approval, transaction
closure, or your payment from client) related to the site being investigated.
AGREED TO AND ACCEPTED THIS DAY OF , 2022 by:
Name:
Signature:
Title:
Company: