HomeMy WebLinkAboutJAN 21 2025 - PACKETREGULAR MEETING OF THE CITY COUNCIL
COUNCIL CHAMBERS CITY HALL 801 MAIN STREET
TUESDAY, JANUARY 21, 2025 1:30 PM
AGENDA
CALL TO ORDER
INVOCATION
PLEDGE OF ALLEGIANCE
ROLL CALL
PROCLAMATIONS
PRESENTATIONS
Communication Update
TxDOT Status Update of Construction Projects within the City of Beaumont
RECOGNITIONS
PUBLIC COMMENT ON AGENDA/CONSENT
Citizens may speak on the Consent Agenda/Regular Agenda Items 1-5 (or any other
topic).
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. Council to consider approving the minutes of the January 7, 2025, City Council
meeting minutes.
B. Council consider a Resolution approving amendments to the Transit Purchasing and
Procurement Policy for the Transit Management of Beaumont, also known as BMT
Zip.
C. Council consider a Resolution authorizing the Transit Management of Beaumont to
award a Tire Lease Contract to Bridgestone Americas Tire Operations, LLC for the
BMT Zip transit -revenue fleet.
D. Council consider a resolution approving award of a contract for the masonry
repointing and repair of the Jefferson Theatre West wall.
E. Council consider a resolution approving a five-year lease purchase agreement with
KS State Bank located in Manhattan, Kansas related to the purchase of a fire truck.
F. Council consider a resolution providing for the reimbursement of a capital expenditure
incurred prior to the closing of financing.
REGULAR AGENDA
Council consider a resolution allowing the City Manager to enter an agreement with
GAP Strategies for Bond Facilitation Services.
2. Council consider a resolution authorizing the City Manager to execute Change Order
No. 10, accept maintenance, and authorize final payment to King Solution Services,
LLC, of Houston, Texas for the City Wide Pipe Bursting Contract — Phase I.
3. Council consider a resolution authorizing the City Manager to award a contract to
SETEX Construction Corp., of Beaumont, for the Fannett Road Sidewalk
Improvements.
4. Council consider a resolution authorizing the City Manager to award a contract to
Brystar Contracting, Inc., of Beaumont, for the Cattail Marsh Levee Emergency Repair
Project.
5. Council to consider approving an ordinance calling the General Election for May 3,
2025, to elect a Mayor, two (2) Councilmembers-At-Large, and four (4) Ward
Councilmembers (one for each Wards I, II, III and IV); and approving a runoff election
if necessary on June 7, 2025.
WORK SESSION
Council to review and discuss the Beaumont Police Department's Response to Calls
Report.
COUNCIL COMMENTS
EXECUTIVE SESSION
Consider matters related to contemplated or pending litigation in accordance with
Section 551.071 of the Government Code:
• Exxon Mobil Coraoration v. Robert Andres Bonta a.k.a. Rob Bonta. in his
individual capacity; Sierra Club, Inc.; Surfrider Foundation, Inc.; Heal The
Bay, Inc.; Baykeeper, Inc.; and Intergenerational Environment Justice
Fund Ltd; Case No. 1:25-ev-00014
• The Estate of Shirley Harrison v. Jefferson County, Texas; Cause No.
24DCCV2213
• Caleb Fenter and Beaumont Professional Firefighters Local #399
(Intervenors) v. City of Beaumont, Christopher S. Boone, Kenneth
Williams, Roy West, Earl White, Taylor Neild, Mike Getz, Audwin Samuel,
Charles Durio, Albert Turner, and Randy Feldschau; Cause No. B-
210244
ADJOURNMENT
Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services
are requested to contact Kaltrina Minick at (409) 880-3777.
I_1
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Tina Broussard, City Clerk
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council to consider approving the minutes of the January 7, 2025,
City Council meeting minutes.
BACKGROUND
None
FUNDING SOURCE
None
RECOMMENDATION
Approval of the minutes
ATTACHMENTS
Minutes - January 7, 2025
MINUTES OF THE CITY OF BEAUMONT
COUNCIL MEETING
Albert "A.J." Turner, At -Large ROY WEST, MAYOR Randy Feldschau, At -Large
Taylor Neild, Mayor Pro Tern CITY COUNCIL MEETING Michael Getz, Ward II
Audwin Samuel, Ward III JANUARY 7, 2025 Chris Durio, Ward IV
Tina Broussard, City Clerk Kenneth R. Williams, 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 January 7,
2025, 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 - Mural Fest
* Public Comment: Persons may speak on the Consent Agenda/Regular Agenda items 1-5,
9 & 10. (or any other topic). Items 6-8 have already been heard in a Public Hearing
therefore, citizens can't speak on those items.
Mayor West called the council meeting to order at 1:30 p.m.
Sharlene Rhone of the Greater Macedonia Missionary Baptist Church gave the invocation.
Mayor West led the Pledge of Allegiance. Roll call was made by Tina Broussard, City Clerk.
Present at the meeting were Mayor West, Mayor Pro Tern Neild, Councilmembers Durio, Getz,
Turner, Feldschau and Samuel. Also, present were Kenneth R, Williams, City Manager; Sharae
Reed, City Attorney; Tina Broussard, City Clerk.
Proclamations, Presentation and Recognition
None
Public Comment: Persons may speak on the Consent Agenda/Regular Agenda Items 1-5 9 &
10. (or any other topic). Items 6-8 have already been heard in a Public Hearing therefore,
citizens can't speak on those items. (Public comments can be heard or seen at the City of
Beaumont website at beau monttexas. gov)
Kate Hambright
Margaret Jackson
Landry Roundtree
7 Cheska Hollow
5650 Jackie Ln.
1565 S. Major Dr.
Beaumont TX
Beaumont TX
Beaumont TX
Jennifer Trenbeath 999 Calder Beaumont TX
Minutes — January 7, 2025
Daniel Campise 2095 Dowlen Beaumont TX
Dylan Richardson
Mike Williams
555 Neild Dr.
7725 Devonshire
Beaumont TX
Beaumont TX
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. Council to consider approving the December 17, 2024, City Council meeting minutes.
B. Council to consider a Resolution authorizing the City Manager to execute a Grant
Agreement with Legacy CDC for the non -congregate shelter units project outlined in our
HOME -ARP plan - Resolution 25-001
C. Council to consider a resolution approving the renewal of an annual maintenance
agreement from Azteca Systems LLC of Sandy, UT for use by several city departments -
Resolution 25-002
D. Council to consider a resolution by changing authorized signatories for any institution the
City Council has already designated or may designate as a depository for the City of
Beaumont for Banking - Resolution 25-003
E. Council to consider a resolution requesting a change in investment authority for the City
of Beaumont — Resolution 25-004
F. Council to consider approving a resolution for a five-year lease purchase agreement with
KS State Bank located in Manhattan, Kansas related to the purchase of a fire truck —
Tabled
Councilmember Feldschau moved to approve the Consent Agenda. Councilmember
Samuel seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
REGULAR AGENDA
1. Council to consider a resolution supporting the relocation of two (2) State Historical
Markers.
The Jefferson County Historical Commission is seeking approval for the relocation of two
State Historical Markers from the Texas Historical Commission onto City of Beaumont
property. The Nancy Tevis Historical Marker (Marker number 10573, posted in 1976) and
the Beaumont Lumber Mill City of the Nineteenth Century Historical Marker (Marker
Minutes — January 7, 2025
Number 10496, posted in 1977) were washed away from Riverfront Park because of
Hurricane Harvey in 2017. Post Hurricane Harvey, the Jefferson County Historical
Commission had the markers recast, and they are currently held in storage. The markers
were originally intended to be replaced at Riverfront Park once the restoration was
complete, however there is concern about the possibility of another storm event washing
away the replaced markers.
With consideration of the details for both markers and their locations, the Jefferson
County Historical Commission has requested to relocate the Historical Markers to the
Event Centre located at 700 Crockett Street. This will allow the markers to still be within
an appropriate location regarding their context and will likely gather a larger audience due
to the continued repairs at Riverfront Park limiting access to the public.
The Historic Landmark Commission voted 8:0:1 on November 18, 2024, to approve this
request.
Approval of the resolution.
Mayor Pro Tem Nelld moved to APPROVE A RESOLUTION THAT THE CITY MANAGER BE AND HE
IS HEREBY AUTHORIZED TO SUPPORT THE RELOCATION OF TWO (2) STATE HISTORICAL MARKERS,
THE NANCY TEVIS HISTORICAL MARKER (MARKER NUMBER 10573, POSTED IN 1976) AND THE
BEAUMONT LUMBER MILL CITY OF THE NINETEENTH CENTURY HISTORICAL MARKER (MARKER
NUMBER 10496, POSTED IN 1977), TO THE EVENT CENTRE LOCATED AT 700 CROCKETT STREET.
Councilmember Durio seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
RESOLUTION 25-005
2. Council to consider a resolution authorizing the City Manager to execute Change Order
No. 6 to the contract with Callan Marine, Ltd., for the Riverfront Park Restoration Project.
On January 24, 2023, by Resolution No. 23-030, the City Council awarded a contract to
Callan Marine, of Galveston, in the amount of $16,879,376.00, for the Riverfront Park
Restoration Project.
There were previous Change Order Nos. 1-5, in the amount of $159,745.46.
Proposed Change Order No. 6, in the amount of $100,352.84, is necessary to install the
required permanent erosion control at the project site and for minor cutting of precast
panels for the dock to ensure proper installation. A total of twelve (12) calendar days will
be added to the contract for the additional work.
The contract includes a contingency allowance amount of $1,000,000.00. If approved,
Change Order No. 6 will be deducted from the contingency allowance resulting in no
change to the current contract amount of $17,039,121.46.
Minutes — January 7, 2025
Funds will come from the Certificates of Obligation in the amount of $581,729.86, Texas
Division of Emergency Management (TDEM) in the amount of $1,265,953.20, and
Federal Emergency Management Agency (FEMA) in the amount of $15,191,438.40.
Approval of the resolution.
Councilmember Getz moved to APPROVE A RESOLUTION THAT THE CITY MANAGER BE AND HE
IS HEREBY AUTHORIZED TO ACCEPT CHANGE ORDER NO. 6, IN THE AMOUNT OF $100,352.84, TO
BE PAID FROM THE CONTINGENCY ALLOWANCE, RESULTING IN NO CHANGE TO THE CURRENT
CONTRACT AMOUNT OF $17,039,121.46, FOR THE RIVERFRONT PARK RESTORATION PROJECT;
AND THAT TWELVE (12) ADDITIONAL DAYS ARE ADDED TO THE CONTRACT. Councilmember
Durio seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
RESOLUTION 25-006
3. Council to consider a resolution authorizing the City Manager to award a contract to
Brystar Contracting, Inc., of Beaumont, for the Fannin Street and 11th Street Storm
Sewer Point Repair and Cavity Repair Emergency Project.
The City of Beaumont Public Works Engineering was notified by the Streets and Drainage
department about a cavity in City right of way at the intersection of Fannin Street and 11th
Street on December 18, 2024.
During an on -site investigation and inspection of utilities in the area, a failure in the storm
sewer along 11th Street was discovered near its connection to the box culvert trunk line
running along Fannin Street. This failure has caused a large cavity to form at the surface,
exposing several other utilities, including an AT&T fiber optic duct bank, a sanitary sewer
line, a gas line, multiple utility poles, and an AT&T electrical box that has been
undermined to the point it is falling into the cavity.
Given the size of the cavity, the exposure and undermining of nearby infrastructure, and
the preliminary findings from the survey and inspection indicating defects in the storm
sewer line, Public Works/Engineering has determined that stabilization of the site and
repairs to the storm sewer must be performed on an emergency basis.
On December 19, 2024, the City obtained a time and materials proposal not to exceed
the amount of $112,334.00 from Brystar Contracting, Inc., to stabilize the cavity by
backfilling and making the necessary storm sewer repairs.
Funds will come from Certificates of Obligation.
Approval of the resolution.
Councilmember Durio moved to APPROVE A RESOLUTION THAT THE CITY MANAGER BE AND HE
IS HEREBY AUTHORIZED TO AWARD A CONTRACT TO BRYSTAR CONTRACTING INC., OF BEAUMONT,
Minutes — January 7, 2025
TEXAS, FOR THE FANNIN STREET AND 11T" STREET STORM SEWER POINT REPAIR AND CAVITY
REPAIR EMERGENCY PROJECT, IN AN AMOUNT NOT TO EXCEED $112,334.00. Councilmember
Samuel seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
RESOLUTION 25-007
4. Council to consider a Resolution authorizing the City Manager to use transit -revenue
vehicle services for emergency evacuations during natural or man-made disasters,
following an imminent threat or an emergency declared by the President, Governor, or the
Mayor of the City of Beaumont, or in emergency situations requiring immediate action.
The City of Beaumont Transit system, also known as the BMT Zip, provides public
transportation services under the guidelines and provisions of the Federal Transit
Administration. Due to the geographical location of the City of Beaumont, severe weather
events can occur, man-made disasters, and emergencies can be declared, residents may
require emergency transportation services. Under those circumstances as described, and
in full compliance with the CFR-2010- 49 — PART 604 CHARTER SERVICE, the City
Manager or approved designee will approve the use of transit revenue vehicles (i.e., Buses
or Paratransit Vans), to transport or otherwise to evacuate residents to and from a safe
location.
Funds will come from the Transit Fund.
Approval of the resolution.
Councilmember Feldschau moved to APPROVE A RESOLUTION THAT THE CITY MANAGER BE
AND HE IS HEREBY AUTHORIZED TO PERMIT THE USE OF TRANSIT -REVENUE VEHICLES FOR
EMERGENCY EVACUATIONS DURING NATURAL OR MAN-MADE DISASTERS, FOLLOWING AN
IMMINENT THREAT OR AN EMERGENCY DECLARED BY THE PRESIDENT, GOVERNOR, OR THE MAYOR
OF THE CITY OF BEAUMONT, OR IN EMERGENCY SITUATIONS REQUIRING IMMEDIATE ACTION.
Councilmember Durio seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
RESOLUTION 25-008
5. Council to consider an ordinance authorizing participation in regulatory proceedings of
Entergy Texas, Inc. in 2025.
Minutes — January 7, 2025
In 2024, the city participated in several proceedings that resulted in cost savings to our
citizens and local businesses. Continued participation will allow the city to participate and
reap the benefits of negotiated settlements for cases Entergy Texas, Inc. files with the
Public Utility Commission.
Approval of ordinance.
Councilmember Getz moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE AUTHORIZING
PARTICIPATION WITH OTHER ENTERGY SERVICE AREA CITIES IN MATTERS CONCERNING ENTERGY
SERVICE AREA CITIES IN MATTERS CONCERNING ENTERGY TEXAS, INC., AT THE PUBLIC UTILITY
COMMISSION OF TEXAS IN 2025; AUTHORIZING THE HIRING OF LAWYERS AND RATE EXPERTS;
AUTHORIZING THE CITY'S PARTICIPATION TO THE FULL EXTENT PERMITTED BY LAW AT THE PUBLIC
UTILITY COMMISSION OF TEXAS; FINDING THAT THE MEETING COMPLIES WITH THE OPEN MEETINGS
ACT; AND DECLARING AN EFFECTIVE DATE. Councilmember Durio seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
ORDINANCE 25-001
6. Council to consider a request for a Specific Use Permit to allow a drinking place in a GC-
MD-2 (General Commercial -Multiple Family Dwelling-2) District for property located at
3100 N. Major Drive, Building C, Suite 5.
Dion Lowe and Alicia Ramsey are requesting approval of a Specific Use Permit to allow a
drinking establishment to be located at 3100 N Major Drive, Building C, Suite 5.
The proposed operations will run from 12:00 PM to 2:00 AM. The business plans to offer
specialty drinks and finger foods. The applicant intends to cater to after work needs for
professionals, with a dress code and age limit for patrons.
At a Joint Public Hearing held on December 16, 2024, the Planning Commission
recommended 5:0 to deny the request for a Specific Use Permit to allow a drinking place
in a GC-MD-2 (General Commercial Multiple Family Dwelling-2) District for property
located at 3100 N. Major Drive, Building C, Suite 5.
Denial of the ordinance.
Councilmember Getz moved to DENY AN ORDINANCE ENTITLED AN ORDINANCE GRANTING A
SPECIFIC USE PERMIT TO ALLOW A DEINKING PLACE IN AN GC-MD-2 GENERAL COMMERCIAL -
MULTIPLE FAMILY DWELLING-2) DISTRICT FOR PROPERTY LOCATED AT 3100 N. MAJOR DRIVE,
BUILDING C, SUITE 5, IN THE CITY OF BEAUMONT, JEFFERSON COUNTY, TEXAS. Councilmember
Durio seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
Minutes — January 7, 2025
NAYS: NONE
MOTION DENIED
7. Council to consider a request for a Specific Use Permit to allow a vehicle storage facility
in a GC -MD (General Commercial -Multiple Family Dwelling) District for property located
at 5525 Cole Street.
Jennifer and Buddy Dubose of Hooked Recovery are requesting approval of a Specific
Use Permit to operate a vehicle storage facility to be located at 5525 Cole Street. Hooked
Recovery is a repossession collector for delinquent loans of automobiles, boats,
watercrafts, ATV's, recreational vehicles, lawnmowers, farm equipment, utility trailers and
more in collaboration with banks through the national repossession database.
Notification of repossession is sent by the bank, and then accepted by Hooked Recovery
where they then locate the requested repossession; once located they notify the bank,
and local police department then relocate the repossessed item to the storage location at
5525 Cole Street. The item will be held on the lot for a period of 1-60 days based on the
lienholders processes.
City of Beaumont Police Department requires all towing services to be registered with the
city, in addition to bearing proof of being licensed and permitted as a tow truck pursuant
to State statues.
At a Joint Public Hearing held on December 16, 2024, the Planning Commission
recommended 5:0 to approve the request for a Specific Use Permit to allow a vehicle
storage facility in a GCCMD (General Commercial Multiple Family Dwelling) District for
property located at 5525 Cole Street, with the following conditions:
1. The applicant shall be in compliance with Articles 12.06 and 6.08 of the
City's Code of Ordinances.
2. The applicant shall obtain a Certificate of Occupancy from Building Codes.
3. All repossessed items must be located within the enclosed area and shall
not be stored on any right-of-way.
4. Any future construction plans must meet all requirements by Water utilities
for water and sanitary sewer services, including any requirements of the
City's backflow, pre-treatment and/or FOG program.
Protest against this request was received by more than 20% of the land immediately
adjoining the subject property. Therefore, a vote of three -fourths (3/4) of the City Council
shall be required to approve the requested Specific Use Permit, per Section 28.02.008(d)
of the City's Code of Ordinances.
Approval of the ordinance, with the following conditions:
1. The applicant shall be in compliance with Articles 12.06 and 6.08 of the
City's Code of Ordinances.
Minutes — January 7, 2025
2. The applicant shall obtain a Certificate of Occupancy from Building Codes.
3. All repossessed items must be located within the enclosed area and shall
not be stored on any right-of-way.
4. Any future construction plans must meet all requirements by Water utilities
for water and sanitary sewer services, including any requirements of the
City's backflow, pre-treatment and/or FOG program.
Councilmember Feldschau moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE
GRANTING A SPECIFIC USE PERMIT TO ALLOW A VEHICLE STORAGE FACILITY IN AN GC -MD
GENERAL COMMERCIAL -MULTIPLE FAMILY DWELLING) DISTRICT FOR PROPERTY LOCATED AT
5525 COLE STREET, WITH THE CONDITIONS, IN THE CITY OF BEAUMONT, JEFFERSON COUNTY,
TEXAS. Councilmember Getz seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
ORDINANCE 25-002
8. Council to consider a request for an Amended Specific Use Permit to allow a retail
shopping center with restaurants, clothing stores, food shops, beauty salons and
professional offices on the GC-MD-2 (General Commercial Multiple Family Dwelling-2)
District portion of the property for property located at 3100 N. Major Drive.
In February of 2017, the City Council approved a Specific Use Permit to allow a 37,750
sq. ft. retail shopping center with 216 parking spaces. The proposed tenants included
retail shopping, offices and restaurants. In April of 2023, the developer received an
Amended Specific Use Permit to accommodate site layout changes from the original
application.
Hani Tohme is requesting approval of an Amended Specific Use Permit to allow the
construction of a third driveway to serve the retail shopping center. This driveway will be
gated and serve as an access point for delivery trucks.
The submitted site plans show a 5' wide sidewalk to be placed within the Texas
Department of Transportation (TXDOT) right-of-way. Planning staff have not received a
copy of a permit issued from TXDOT allowing a sidewalk within their right-of-way.
Therefore, the applicant and their engaged contractor will be held responsible to ensure
development of the facility follows the site plan approved by the Planning Division on
March 14, 2023, which demonstrated all parts of the sidewalk to be installed on private
property.
At a Joint Public Hearing held on December 16, 2024, the Planning Commission
recommended 4:1 to approve the request for an Amended Specific Use Permit to allow a
retail shopping center with restaurants, clothing stores, food shops, beauty salons and
professional offices on the GC-MD-2 (General Commercial Multiple Family Dwelling-2)
Minutes — January 7, 2025
District portion of the property for property located at 3100 N. Major Drive, with the
following conditions:
1. Construction plans shall comply with all applicable Building and Fire Code
and requirements.
2. Construction plans must meet all requirements by Water Utilities for water
and sanitary sewer services, including any requirements of the City's
backflow, pre-treatment and/or FOG program.
3. Directional lighting shall be installed to reflect away from the residences
located off Village Drive, south of the proposed development.
4. The 5' wide sidewalk shall be constructed on private property along the front
property line, unless the applicant submits to the Planning Offices written
permission from the Texas Department of Transportation (TXDOT) allowing
the sidewalk to be placed within their right-of-way.
5. Shall submit an amended plan to the Building Official reflecting the
construction of the third driveway.
Approval of the ordinance, with the following conditions:
1. Construction plans shall comply with all applicable Building and Fire Code
and requirements.
2. Construction plans must meet all requirements by Water Utilities for water
and sanitary sewer services, including any requirements of the City's
backflow, pre-treatment and/or FOG program.
3. Directional lighting shall be installed to reflect away from the residences
located off Village Drive, south of the proposed development.
4. The 5' wide sidewalk shall be constructed on private property along the front
property line, unless the applicant submits to the Planning Offices written
permission from the Texas Department of Transportation (TXDOT) allowing
the sidewalk to be placed within their right-of-way.
5. Shall submit an amended plan to the Building Official reflecting the
construction of the third driveway.
Mayor Pro Tern Neild moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE ISSUING AN
AMENDED SPECIFIC USE PERMIT TO ALLOW RESTAURANTS, CLOTHING STORES, FOOD SHOPS,
BEAUTY SALONS, PROFESSIONAL OFFICES, AND A THIRD DRIVEWAY TO SERVE THE RETAIL
SHOPPING CENTER IN A GC-MD-2 (GENERAL COMMERCIAL -MULTIPLE DWELLING-2) DISTRICT AT
3100 N. MAJOR DRIVE, WITH THE CONDITIONS, IN THE CITY OF BEAUMONT, JEFFERSON COUNTY,
TEXAS. Councilmember Getz seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
Minutes — January 7, 2025
NAYS: NONE
MOTION PASSED
ORDINANCE 25-003
PUBLIC HEARING
Council to conduct a Public Hearing to consider an ordinance to declare 328-338 Bowie and
486-498 Pearl Street, also known as "The Gilbert Building," as imminent Danger and order the
owner to raze the said structure within 5 days. If the property owner fails to comply within 5
days, staff is requesting City Council authorization to demolish said structure without further
notification to the property owner or City Council action.
Public Hearing Open: 2:50 p.m.
Tom Flanagan 595 Orleans Beaumont TX
Public Hearing Close: 3:44 p.m.
REGULAR AGENDA
9. Council to consider an ordinance to declare 328-338 Bowie & 486-498 Pearl Street, also
known as "The Gilbert Building," as Imminent Danger and order the owner to raze the
said structure within 5 days, staff is requesting City Council authorization to demolish said
structure without further notification to the property owner or City Council action.
On June 6, 2024," The Gilbert Building" was engulfed by fire. On August, 20, 2024, the
City Councial approved Ordinance No. 24-043 ordering that the building's roof, walls and
floors be restored by January 10, 2025. As of December 19, 2024, the property owner
has communicated to City staff that the restoration project at 328-338 Bowie & 486-498
Pearl Street, also known as "The Gilbert Building," will not meet the January 10, 2025,
deadline set by Ordinance No. 24-043. Staff have not received an updated project
schedule, nor a decision made by the property owner whether to proceed with the project
as indicated on both project schedules. This decision was to be made in
October/November 2024. While some interior demolition work and additional analysis has
been underway, no permits to repair the building have been applied for.
Please see below for a more detailed timeline of this case for reference and staff
recommendation:
The structure at 328-338 Bowie & 486-498 Pearl Street, also known as "The Gilbert
Building," was "tagged" as imminent danger on June 10, 2024. The structure had been
damaged by fire.
The recommendation issued by Terry Shipman of Fittz & Shipman, Inc., a licensed
engineer in the State of Texas, states, "...the building should be demolished. If the
exterior walls are salvaged, a demolition plan should be prepared by a qualified
professional to ensure the safe removal of the debris. The exterior walls will need to be
shored with the shoring plan designed by a structural engineer registered in the State of
Texas."
Minutes — January 7, 2025
Staff recommended demolition of the structure due to the imminent danger to life and
public safety.
On June 18, 2024, the City Council tabled this item for sixty (60) days with the following
conditions to be completed within five (5) business days:
1. Erect a 6' fence to barricade the perimeter of the building for public health and
safety purposes.
2. The property owner shall submit a work program with the Building Codes
Department.
On August 20, 2024, an extension of time was granted to the property owner by
Ordinance No. 24-043 with the following conditions:
1. The exterior walls, roof and elevated floors shall be restored to their original
structural capacity, as identified by a structural engineer registered in the State of
Texas and completed within one hundred fifty (150) days, no later than January 10,
2025. The property owner shall obtain all applicable permits. Requests for
extensions of time shall be reviewed by the City Council.
2. The property owner shall submit a restoration progress report to the Building
Official every sixty (60) days to ensure substantial progression occurs until the
building complies with all codes and ordinances. The property owner shall appear
before the City Council on the next available agenda subsequent to January 10,
2025, to report any findings or progress during restoration of the Gilbert Building
and disclose intent to make all necessary repairs to comply with the 2021
International Property Maintenance Code.
3. The property owner shall render payment to the City of Beaumont, within ten (10)
days of the date of this order, for reimbursement for the use of thirty-four (34) water
wall barricades for 328 Bowie Street, the Gilbert Building, in the amount of
$12,320.00. The property owner will pay all invoiced amounts for the continued use
of said barricades.
It is important to note, the repairs currently being made to this structure will only bring the
building back to its pre-existing conditions prior to the fire that occurred this summer. The
building still remains tagged as an imminent danger. Staff recommends approval of an
extension to February 10, 2025, to allow the property owner additional time to comply with
the following conditions:
1. The exterior walls, roof and elevated floors shall be restored to their original
structural capacity, as identified by a structural engineer registered in the State of
Texas and completed no later than February 10, 2025. The property owner shall
obtain all applicable permits.
2. The property owner shall appear before the City Council at the February 18, 2025,
meeting, to report on the completion of the project and disclose intent, plans and
timeline to make all necessary repairs to bring the building into full compliance with
the 2021 International Property Maintenance Code.
Minutes — January 7, 2025
Funds will come from the General Fund.
Approve a 30-day extension to allow the property owner additional time to comply with
condition #1 of Ordinance No. 24-043, with the following conditions:
1. The exterior walls, roof and elevated floors shall be restored to their original
structural capacity, as identified by a structural engineer registered in the State of
Texas and completed no later than February 10, 2025. The property owner shall
obtain all applicable permits.
2. The property owner shall appear before the City Council at the February 18, 2025,
meeting to report on the completion of the project and disclose intent, plans and
timeline to make all necessary repairs to bring the building into full compliance with
the 2021 International Property Maintenance Code.
Councilmember Getz moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE THAT THE
CITY COUNCIL HEREBY APPROVES AN EXTENSION UNTIL APRIL 23, 2025, AT WHICH TIME THE
EXTERIOR WALLS, ROOF, AND ELEVATED FLOORS SHALL BE RESTORED TO THE ORIGINAL
STRUCTURAL CAPACITY AS IDENTIFIED BY A STRUCTURAL ENGINEER REGISTERED IN THE STATE
OF TEXAS, THE PROPERTY OWNER SHALL OBTAIN ALL APPLICABLE PERMITS, ADDITIONALLY, THE
CITY COUNCIL WILL APPROVE AN EXTENSION SO THAT THE PROPERTY OWNER SHALL APPEAR
BEFORE THE CITY COUNCIL AT THE MARCH 11, 2025, CITY COUNCIL MEETING TO REPORT ON THE
PROGRESS OF THE PROJECT AND DISCLOSE INTENT, PLANS AND TIME LINE TO MAKE ALL
NECESSARY REPAIRS TO BRING THE BUILDING INTO FULL COMPLIANCE WITH THE 2021
INTERNATIONAL PROPERTY MAINTENANCE CODE. Councilmember Samuel seconded the
motion.
AYES: MAYOR WEST, COUNCILMEMBERS DURIO, GETZ, TURNER, AND SAMUEL
NAYS: MAYOR PRO TEM NEILD AND COUNCILMEMBER FELDSCHAU
MOTION PASSED
ORDINANCE 25-004
PUBLIC HEARING
Council to conduct a public hearing to consider finding and ratifying the determination of the
Public Health Director that a public health nuisance exists on the property located at 5150 Laurel
Avenue with the legal description of MAPLEWOOD-2 L 19 137.
Public Hearing Open: 3:52 p.m.
None
Public Hearing Close: 3:58 p.m.
REGULAR AGENDA
Minutes — January 7, 2025
10. Council to consider finding and ratifying the determination of the Public Health Director
that public health nuisances exist on the property at 5150 Laurel Avenue with the legal
description of MAPLEWOOD-2 L19 B7.
According to Beaumont's Code of Ordinances Chapter 10 Health and Sanitation, Sec
10.01.001 a nuisance is defined as whatever is dangerous to human life or welfare or
whatever renders the ground, the water, the air, or food a hazard or injury to human
health is declared to be a nuisance. The legal description and violations of this property are
MAPLEWOOD-2 L19 B7 Litter Control, Rodent Harboring Conditions, and Mosquito
Breeding Conditions. If the property owner fails to comply within ten (10) days, staff is
requesting the authorization of the City Council to clean the property and or authorize the
City Attorney to seek legal action to have the nuisance abated.
Funds will come from local funding.
Approval of the resolution.
Mayor Pro Tern Neild moved to ADOPT AN ORDINANCE ENTITLED AN ORDINANCE DECLARING
THE STRUCTURE AT 5150 LAUREL AVENUE, WITH THE LEGAL DESCRIPTION OF MAPLEWOOD-2,
L19, B7, BEAUMONT, TEXAS, TO BE A PUBLIC NUISANCE AND ORDERING THAT THE PROPERTY
OWNER(S) HAVE TEN (10) DAYS TO COMPLY. Councilmember Durio seconded the motion.
AYES: MAYOR WEST, MAYOR PRO TEM NEILD, COUNCILMEMBERS DURIO, GETZ,
TURNER, FELDSCHAU AND SAMUEL
NAYS: NONE
MOTION PASSED
ORDINANCE 25-005
WORK SESSION
Council to review and discuss the FY 2025 Budget and Budget Process.
COUNCILMEMBER COMMENTS (Councilmember comments can be heard or seen at the
City of Beaumont website at beaumonttexas.gov)
EXECUTIVE SESSION
With there being no Executive Session, the meeting adjourned at 6:02 p.m.
Roy West, Mayor
Tina Broussard, City Clerk
Minutes — January 7, 2025
lw�
// j
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Demi Engman, Director of Planning and Community Development
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a Resolution approving amendments to the Transit
Purchasing and Procurement Policy for the Transit Management of
Beaumont, also known as BMT Zip.
BACKGROUND
Beaumont's transit system, operated by the private company Transit Management of Beaumont,
also known as "BMT Zip," receives funding and oversight from the Federal Transit
Administration (FTA). As a result, the City must adhere to the regulations and must approve any
updates to the management company's Purchasing and Procurement Policy to ensure compliance
with FTA regulations as we are the subrecipient of grant funds.
The updated policy is attached.
FUNDING SOURCE
Not Applicable.
RECOMMENDATION
Approve the Resolution.
ATTACHMENTS
Transit Purchasing and Procurement Policy Rev. 2025.
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
THAT the City Manager be and he is hereby authorized to approve amendments to the
Transit Purchasing and Procurement Policy for the Transit Management of Beaumont, also known
as BMT Zip. The policy 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.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21 st day of January,
- Mayor Roy West -
T ransit
Purchasing
ProcurementPolicy,
"'mall
TABLE OF CONTENTS
Section l: Policy
1
General
1
2
Payment Of Bills
2
3
Invoicing
2
4
Contract Administration System
3
5
Ensuring Most Efficient & Economic Purchase
3
6
Written Code Of Standards
3
7
Non -Collusive Affidavit
4
8
Contractor Qualifications
4
9
Awards To Responsible Contractors
5
10
Written Record Of Procurement History
5
11
Contract Term Limitation
5
12
Options
6
13
Exercise Of Options
6
14
Written Procurement Selection Procedures
6
15
Geographic Preferences
6
16
Full And Open Competition
6
17
Revenue Contracts
7
18
Written Protest Procedures
7
19
Intergovernmental Procurement Agreements
9
20
Lease Vs Purchase
10
21
E-Commerce
10
22
Use Of Value Engineering In Construction Contracts
10
23
Solicitation Prequalification Criteria
10
24
Prequalification System
10
25
Architectural Engineering (A&E) Services & Other
11
26
Design -Bid Build Project
12
27
Design -Build Project
12
28
Independent Cost Estimates And The Cost And Price Analysis
12
29
Evaluations
14
30
Sound And Complete Agreement
15
31
Contract Provisions
15
32
Prohibited Or Restricted Contract Types
16
33
Cardinal Changes
16
34
Methods of Procurement
16
35
Bonding Requirements
21
36
Payment Provisions In Third Parry Contract
21
37
Liquidated Damages Provisions
21
38
Contract Award Announcement
22
39
Post Delivery Activities
22
Section 2: Appendices
Appendix 1: Contract Language For FTA Funded Contracts
24
Appendix 2: Federal Clause Matrices
25
io l �llelll
Appendix 3: FTA Mandatory Provisions 33
Appendix 4: COB/TMB Procurement Procedure Checklist 49
Appendix 5: Conflict of Interest Questionnaire 50
Section 3: Forms
COB/TMB Form #1: Responsibility Determination Checklist 53
COB/TMB, Form #2: Single Bid Analysis Checklist 54
COB/TMB, Form #3: A&E Professional Services Procurement Checklist 55
COB/TMB Form #4: Micro -Purchase: Fair & Reasonable Price Determination 56
COB/TMB, Form #5: A&E Evaluation/Selection Criteria 57
COB/TMB Form #6: Independent Cost Estimate (ICE) Summary Form 58
"'mall
CITY OF BEAUMONT/ TRANSIT MANAGEMENT OF BEAUMONT
PURCHASING AND PROCUREMENT POLICY
Section I
1. ("Perieural
A. Purpose. This policy provides the policies and procedures related to the procurement of goods and
services with funding from the FTA, other federal appropriations, the State of Texas and/or local sources.
The City of Beaumont (COB) is the direct recipient of Federal Transit Administration (FTA) funds. The
City of Beaumont contracts Transit Management of Beaumont (TMB) to manage and operate its transit
system. The Department of Transportation, Federal Transit Administration, issued Circular 4220.1F which
sets out the requirements that must be adhered to in the solicitations, awards and administration of third -
party contracts under FTA assistance programs. These guidelines ensure that COB/TMB obtains goods
and services in accordance with federal, state and local requirements.
The oversight process described in this document outlines the steps that will be taken to ensure that
COB/TMB meets FTA requirements in four areas: procurement threshold and solicitation processes, the
adherence to and inclusion of FTA clauses as required, and documentation and maintenance of
procurement records. The following documents shall be incorporated into COB/TMB's policies and
procedures manual and used for determining additional regulations and guidelines to be used when
needed:
l) FTA - Master Agreement;
2) FTA - Circular C 4220.1 Third Party Contracting Requirements;
3) FTA - Circular 5010.1 B Grant Management Guidelines;
4) FTA - Best Practices Procurement Manual and FTA Third Party Contracting FAQs;
5) 49 CFR Part 18 - Uniform Administrative Requirements for Grants and Cooperative Agreements to
State and Local Governments.
B. COB/TMB Purchasing Policy.
COB/TMB will utilize the procurement procedure checklist in Appendix 4 where applicable and maintain
documentation in procurement files. The checklist will be signed by the person filling it out, and also
signed by a person reviewing the procurement package. All purchases require an approved purchase order
with the exception of some items which are under lease such as rent and equipment, some petty cash
purchases (under $500.00) and also payments on accounts such as telephone, insurance, payroll taxes,
gasoline, professional services, and subscription or dues renewals. Materials and Supplies Requiring a
Purchase Order are made only based on the following:
1) For parts or shop supplies, the Parts or Supply Request Form is properly completed, signed by the
Maintenance Manager and submitted to the Preventative Maintenance and Inventory Clerk (PMI
Clerk). All other purchase requests are submitted in writing, i.e. via email or a Supply Request Form to
the Buyer and approved by either the General Manager or his or her designee.
2) Unit prices are obtained for items requisitioned on Parts and Supply Requests based on the following
competitive quotations guide:
a) Orders under $1,000.00 - Purchased at the best price based on previous purchases or cooperative
purchasing contracts.
Transit Purchasing and Procurement Policy
"'mall
b) Orders between $1,001.00 - $4,999.99 - Three quotations are obtained and a written record is made
of prices quoted.
c) Orders between $5,000.00 - $49,999.99 - Written quotations must be obtained from at least three
different suppliers. Specifications can be prepared and bids must be received by the Buyer or the
Preventative Maintenance and Inventory Clerk.
d) Orders over $50,000.00 - Formal bid process required; required advertisement and public opening
for competitive sealed bids. Specifications shall be prepared and bids must be advertised in
accordance with State requirements and the Beaumont City Council approves and awards the bid
or bids to the lowest responsive, responsible vendor(s) who provide the best value for COB/TMB
and whose proposed price and other factors have been considered in accordance to the provisions
of Chapters 252 and 271 of the State of Texas - Local Government Code.
3) Materials and supplies may also be secured utilizing an approved cooperative purchasing contract (i.e.
TXMAS, etc.).
4) All purchase orders are approved using the following guidelines:
a) Buyer or PMI Clerk - All purchases to $4,999.99, apart from capital outlay purchases.
b) Director of Finance - All purchases and change orders from $5,000.00 to $49,999.99, apart from
capital outlay purchases.
c) Beaumont City Council/City Manager —All purchases and contracts exceeding $50,000.00.
d) Beaumont City Council/City Manager — All change orders exceeding 10% of the total contract or
any single change in excess of $10,000.00.
2. 1 ,ayrnent of Bills
A. Policy. Invoices will not be approved for payment until all of the proper documentation has been prepared
and received. For all contracted services or repairs, written verification of completion by the Maintenance
Department is required. TMB's Finance Department will be responsible for verifying the accuracy of all
invoices and documentation.
B. Procedure. Upon receipt of any invoices for payment, the Finance Department will compare the invoice
with any documentation in his or her possession, i.e. purchase orders, receiving reports, packing slips, etc.
Once the accuracy of the invoice is determined, the Director of Finance or his or her designee will process
it for payment.
3. 1 invo iic ling
Invoices: Invoices must be submitted to Finance for auditing and payments by vendors to:
Transit Management of Beaumont — Finance
550 Milam St,
Beaumont, Texas 77701
invoices@beaumonttransit.com
When TMB receives an invoice from the vendor, the invoice must be sent directly to Finance for
processing. Invoices received not referencing a valid TMB purchase order number are returned to the
vendors requesting this information before they can be processed. Invoices shall not be held at the
department level for any reason. This will only delay the payment of such an invoice and distort the
true picture of'financial statements.
Transit Purchasing and Procurement Policy 2
Disbursements:
• A disbursement is prepared only after all proper supporting documents have been reviewed and
approved for payment.
• It is the Policy of Finance to not process for payment a purchase order without an invoice.
• Vendors are instructed to indicate a valid COB/TMB purchase order number on the invoice at all times
to avoid delays in the payment process.
Payment Terms:
• COB/TMB's payment terms to all vendors is 30 days of the date of invoice unless specified by contract.
COB/TMB will honor all discount terms to reduce expenditures if previously negotiated.
4. t'.."oi tract. yst ern
COB/TMB administration shall maintain contract administration systems that ensure contractors/firms
perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. The
accepted performance of contractors/firms will be a factor in subsequent contract negotiations and award.
Remedial action by COB/TMB through legal processes shall be considered in instances of identified
significant nonperformance.
. 1IEnsu rife g Most El"i:rcieo nit and Econo�rrdc llll-lurelllliase
COB/TMB requires a review of proposed procurements to avoid purchasing unnecessary or duplicative items.
Consideration should be given to consolidating or breaking out procurements to obtain a more economical
purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives and any other
appropriate analysis to determine the most economical approach.
too. Writlen Code. oi° St auicm«iVaau ds
COB/TMB is required to maintain written standards of conduct governing the performance of their employees
engaged in the award and administration of contracts supported by Federal funds. The standards must:
• Preclude any employee officer, agent, or board member or his or her immediate family member, partner,
or organization that employs or is about to employ any of the foregoing from participating in the election,
award, or previously listed has a financial or other interested in a firm considered for a contract.
• COB/TMB's officers, employees, or agents may neither solicit nor accept gifts, gratuities, favors, or
anything of monetary value from contractors, potential contractors, or parties to sub -agreements.
COB/TMB may set minimum rules when the financial interest is not substantial, or the gift is an
unsolicited item of nominal value.
• Provide for disciplinary action for violation of such standards by COB/TMB's officers, employees, or
agents, or by contractors or subrecipients or their agents to the extent permitted by state or local law or
regulations.
No employee, officer, or agent of COB/TMB shall participate in the selection or in the award or administration
of a contract supported by any federal funds if a conflict of interest, real or apparent, would be involved. Such
a conflict could arise if the employee, officer or agent; any member of his or her immediate family; his or her
partner; an organization which employs or is about to employ any of the above, has a financial or other interest
in the firm selected for award.
Transit Purchasing and Procurement Policy 3
A form disclosing potential conflicts of interest involving counties, cities, and other local government entities
may be required to be filed by vendors or potential vendors to local government entities. These requirements
are set forth in Chapter 176 of the Texas Local Government Code added by H.B. No. 23 of the last Texas
Legislature. Companies and individuals who contract, or seek to contract, with the City of Beaumont/ Transit
Management of Beaumont and its agents will be required to complete a Conflict of Interest Questionnaire that
describes affiliations or business relationships with the COB/TMB officers, or certain family members or
business relationships of the COB/TMB officer, with which such persons do business, or any gifts in an
amount of $250.00 or more to the listed COB/TMB officer(s) or certain family members. These requirements
are in addition to any other disclosures required by law. The Conflict of Interest Questionnaire (Form CIQ)
will be attached to bid packets requiring contracts and can be found in Appendix 5 of this policy.
Vendors doing business with the COB/TMB shall comply with all provisions of the COB/TMB's Code of
Ethics. A person or entity who seeks or applies for a contract with COB/TMB or any other person acting on
behalf of such person or entity, is prohibited from contacting city officials and/or COB/TMB employees
regarding such a contract after a Request for Proposal (RFP), Request for Qualification (RFQ), Invitation for
Bid (IFB) or other solicitation has been released, if such contact could be construed as an attempt to influence
a decision regarding said contract. This no -contact provision shall conclude when the contract is awarded. If
contact is required, such contact will be done in accordance with procedures incorporated into the solicitation
document. Violation of this provision by respondents or their agents may lead to disqualification of their offer
from consideration.
7.
COB/TMB may require that vendors submit a Non -Collusive Affidavit. The vendor will be required to state
that the party submitting a proposal or bid, that such proposal or bid is genuine and not collusive; that said
Bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any Bidder or Person, to
put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by
agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or of
any other Bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other Bidder,
or to secure any advantage against COB/TMB or any person interested in the proposed contract; and that all
statements in said proposal or bid are true.
Any alleged violations of these standards of conduct shall be referred to the appropriate District Attorney and
as appropriate to the Texas Ethics Administration. Where violations appear to have occurred, the offending
employee, officer or agent shall be subject to disciplinary action, including but not limited to dismissal or
transfer; where violations or infractions appear to be substantial in nature, the matter may be referred to the
appropriate officials for criminal investigation and possible prosecution.
5. Coiitrae( Qualifications
The following Federal laws and regulations may affect contractor selection:
1) "Responsibility" Requirements. In addition to the Common Grant Rules that require contract awards be
made only to responsible contractors, Federal transit law at 49 U.S.C. Section 53250) limits third party
contractor awards to those contractors capable of successfully performing under the terms and conditions
of the proposed contract. Before selecting a contractor for award, COB/TMB must consider such matters
as contractor integrity, compliance with public policy, record of past performance, and financial and
technical resources.
2) Debarment and Suspension. Debarment and suspension regulations and guidance include the following:
Transit Purchasing and Procurement Policy 4
a) DOT Debarment and Suspension Regulations. Department of Transportation (DOT) regulations,
"Nonprocurement Suspension and Debarment," 2 CFR Part 1200 apply to each third party contract at
any tier of $25,000.00 or more, to each third party contract at any tier for a federally required audit
(irrespective of the contract amount), and to each third party contract at any tier that must be approved
by an FTA official irrespective of the contract amount. See, 2 CFR Part 1200. Thus, COB/TMB must
apply DOT's debarment and suspension requirements to itself and each third party contractor at every
tier to the extent required by DOT's regulations that incorporate the requirements of Office of
Management and Budget (OMB), "Guidelines to Agencies on Governmentwide Debarment and
Suspension (Nonprocurement)," 2 CFR Part 180.
. Awaaurds t(i 11.espoiiiirs1ble :.,oiiirit>Irar;l,oirs
COB/TMB shall make awards only to responsible contractors possessing the ability to perform successfully
under the terns and conditions of a proposed procurement. Consideration shall be given to such matters as
contractor integrity, compliance with public policy, record of past performance, and financial and technical
resources.
11). Wriften IIIVI rco rd ol* P ro cuir°erinen4 I fistory
In order to maintain records sufficient to detail the significant history of a procurement, COB/TMB will at a
minimum provide the following for each procurement:
• Rationale for the method of procurement (i.e., micro -purchase, request for proposals, invitation for bids,
sole source)
• Sole source justification for any purchase that is not competitive
• Selection of contract type (i.e., fixed price, cost reimbursement)
• Reason for contractor selection or rejection
• Written Compliance Determination for the successful contractor (complete COB/TMB Form #1,
Compliance Determination Checklist and place in procurement file).
Basis for the contract price (i.e., cost/price analysis)
COB/TMB will perform a cost or price analysis in connection with every procurement action over $50,000.00,
including contract modifications. To facilitate this, COB/TMB will develop an independent cost estimate prior
to receipt of bids or proposals. These documents will become part of the procurement file which COB/TMB
will create for procurement actions it undertakes. Procurement records shall be kept for a period of time as
defined in the grant contract and/or state public records laws, whichever is longer.
11. Co ritilract '11"eirnui II ,inarikafioruri�
COB/TMB shall not enter into any contract for rolling stock or replacement parts with a period of performance
exceeding five (5) years inclusive of options. All other types of contracts (supply, service, leases of real
property, revenue and construction, etcetera) should be based on sound business judgment. COB/TMB is
expected to be judicious in establishing and extending contract terms no longer than minimally necessary to
accomplish the purpose of the contract. Additional factors to be considered include competition, pricing,
fairness and public perception. Once a contract has been awarded, an extension of the contract term length
that amounts to an out of scope change will require a sole source justification.
Transit Purchasing and Procurement Policy 5
12. t.1p[rtlllons
COB/TMB's contracts may include options to ensure the future availability of property or services, so long
as COB/TMB is able to justify those options as needed for its public transportation or project purposes. An
option is a unilateral right in a contract by which, for a specified time, COB/TMB may acquire additional
equipment, supplies, or services than originally procured. An option may also extend the term of the contract.
it i. Illl xerc1 srµ of Options
COB/TMB may use contract options held by another recipient with the following limitations:
1) COB/TMB will ensure that the terms and conditions of the option it seeks to exercise are substantially
similar to the terms and conditions of the option as stated in the original contract at the time it was awarded.
2) COB/TMB may not exercise an option unless it has determined that the option price is better than prices
available in the market, or that when it intends to exercise the option, the option is more advantageous.
14. Written Pr ocuureni�c,n�t. Selettion Proredlure%
Each solicitation shall be written and provide a clear and accurate description of the technical requirements
for the material, product, or service to be procured. Such a description shall not, in competitive procurements,
contain features that unduly restrict competition. The description may include a statement of the qualitative
nature of the material, product, or service to be procured and when necessary, shall set forth those minimum
essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed
product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a
clear and accurate description of the technical requirements, a "brand name or approved equal" description
may be used as a means to define the performance or other salient characteristics of a procurement. The
specific features of the named brand which must be met by offerors shall be clearly stated.
Each procurement shall provide all requirements that offerors must fulfill and all other factors to be used in
evaluating bids or proposals.
15. ('1111 erritirmaphrc Puira,l`e° renees
Except where applicable Federal statutes expressly mandate or encourage geographic preference, COB/TMB
shall not impose geographical preferences in the evaluation of bids or proposals. However, geographic
location may be a selection criterion in procurements for architectural and engineering (A&E) services
provided its application leaves an appropriate number of qualified firms, given the nature and size of the
project, to compete for the contract.
16. >Ilp;ull and t.tl�)evn t; oruap e iiiticriun
COB/TMB will conduct procurement transactions in a manner that provides full and open competition.
COB/TMB will refrain from restricting competition by any of the following means:
• unreasonable qualification requirements
• unnecessary experience requirements
• excessive bonding
• noncompetitive pricing practices between firms
Transit Purchasing and Procurement Policy 6
• noncompetitive awards to firms on retainer
• organizational conflicts of interest, "brand name" only specifications
• or by means of any other arbitrary action in the procurement process
17. Reveuinje Contira.ets
Revenue contracts are those in which the City of Beaumont (COB) or Transit Management of Beaumont
(TMB) provides access to public transportation assets for the primary purpose of either producing revenue in
connection with an activity related to public transportation, or creating business opportunities with the use of
FTA assisted property. If there are several potential competitors for a limited opportunity (such as advertising
space on the exterior and interior of buses), then COB/TMB should use a competitive process to permit
interested parties an equal chance to obtain that limited opportunity.
1tt. Wiritten t-iii-otest, 11"iroced uijuvres
COB/TMB policy requires that all prospective contractors be accorded fair and equal consideration in the
solicitation and award of contracts. To that end, any interested party shall have the right to protest alleged
inequities in the procurement process and to have its issues heard, evaluated, and resolved administratively.
"Interested party" is defined as an actual or prospective offeror whose direct economic interest would be
affected by the award of a contract or by failure to award a contract.
Submittal Procedures
An interested party wishing to protest a matter involving a proposed procurement or contract award shall
file a written submission to:
Transit Management of Beaumont, General Manager
550 Milam St.
Beaumont, TX 77701
Protests must be filed by certified mail or other delivery methods by which receipt can be verified.
Electronic submission of protests will not be accepted.
The protest shall include, at a minimum:
o The name and address of the protesting party and its relationship to the procurement sufficient to
establish that the protest is being filed by an interested party
o Identity of the contact person for the protestor, including name, title, address, telephone, fax and email
addresses. If the contact point is a third party representing the protester, the same information must be
provided, plus a statement defining the relationship between the protester and the third party;
o Identification of the procurement;
o A description of the nature of the protest, referencing the portion(s) of the solicitation involved;
o Identification of the provision(s) of any law, regulation, or other governance upon which the protest is
based;
o A complete discussion of the basis for the protest, including all supporting facts, documents or data;
and
o A statement of the specific relief requested.
Transit Purchasing and Procurement Policy 7
• The protestor is solely responsible for the completeness and validity of the information provided. Any
documents relevant to the protest should be attached to the written submission. Documents which are
readily available on the internet may be referenced to an appropriate link.
• Protests shall be submitted in accordance with the requirements of this chapter and any directions
included in the solicitation and shall be addressed to the General Manager. COB/TMB may decide a
protest solely upon the written submission. The protest submission must therefore include all materials
necessary to support the protester's position. Additional or supplemental materials may only be submitted
at the request of, or with the permission of, the General Manager. If the procurement uses federal funds,
an informal notice of receipt of a protest must be given to the appropriate regional office of the Federal
Transit Administration. The form of notice may be specified by the regional office.
Protests of the Solicitation Process
• A protest related to the technical scope or specification, terms, conditions, or form of a solicitation must
be received no later than three (3) working days prior to the due date of proposals; if the protest addresses
an amendment to the solicitation, it must be received no later than three (3) working days prior to the
due date for proposals or three (3) working days after the date of issuance of the amendment, whichever
is later; in no event, however, may a protest of this nature be submitted after bids or proposals are
received. Upon receipt of such a protest, the General Manager shall notify all prospective procurement
offerors and other known interested parties of the receipt and nature of the protest and shall post a notice
of the protest on TMB's web page. Unless the General Manager determines that delay will be prejudicial
to the interest of COB/TMB or that the protest patently lacks substantial merit, the solicitation process
will be extended pending resolution of the protest. The protest will be considered and either denied or
sustained, in part or in whole, by the General Manager in writing. A written decision specifying the
grounds for sustaining, in part or in full, or denying the protest will be transmitted to the protestor prior
to the receipt of bids or proposals in a manner that provides verification of receipt.
• A notice of the decision shall be provided to all parties given notice of the protest and posted to TMB's
web page. Should the protest be upheld in whole or in substantial part, the contracting officer may either
(1) amend the solicitation to correct the document or process accordingly; or (2) cancel the solicitation
in its entirety. If the solicitation is amended, the time for receipt of bids or proposals shall be equitably
extended to permit all participants to revise their bids or proposals to reflect the decision. If the protest
is denied, the solicitation shall proceed as if the protest had not been filed, unless the protester pursues
its protest with the Federal Transit Administration (FTA) as defined below, or otherwise appeals the
decision of the General Manager, as defined below. Protests received by COB/TMB after the time
periods specified above shall be considered untimely and may be denied on that basis unless the General
Manager concludes that the issue(s) raised by the protest involves substantial prejudice to the integrity
of the procurement process.
Evaluation ofProtests
A protest decision should ordinarily be written and published within ten (10) working days of receipt
of the protest. The General Manager may extend the response period if additional time is required to
gather and evaluate information necessary for the decision or for other good cause.
The General Manager may request additional written information from the protestor or other parties,
as necessary to determine the validity of the protest. A formal or informal hearing may be held. If a
formal hearing is held, testimony shall be given under oath and a transcript or electronic recording of
the proceeding shall be made; the transcript or recording shall be provided to the protestor and made
Transit Purchasing and Procurement Policy $
part of the protest record. The General Manager shall redact from any submission under the protest
process information which has been identified as proprietary.
Protests Filed with FTA
• A protestor may file a protest with FTA only after exhausting all administrative remedies provided by
COB/TMB, on the basis described in FTA Circular 4220.1F, Chapter VII, Sec. l.b. FTA's review of
protests will generally be limited to allegations that (1) COB/TMB does not have or fails to follow its
protest procedures; (2) COB/TMB failed to review a complaint or protest; or (3) the issue involves
violations of Federal law or regulation. The FTA is not obligated to review any protest. Protests
addressing COB/TMB's DBE program may be submitted to the U.S. Department of Transportation,
Office of Small and Disadvantaged Business Utilization, in accordance with 49 CFR Part 26 and
guidance issued there under.
1119. P'iuroci° irir !niFicril , gr,e(,,ririiiciii:
1) COB/TMB will use available state and local intergovernmental agreements for procurement or use of
common goods and services when possible. When obtaining goods or services in this manner, grantees
must ensure all federal requirements, required clauses, and certifications (including Buy America) are
properly followed and included, whether in the master intergovernmental contract or in COB/TMB's
purchase document. COB/TMB will use the checklist of required clauses provided annually in the
Workbook for the Triennial Review Program Workshop to properly determine that all applicable clauses
have been included when drafting contracts for procurements. General reference to FTA regulations is not
sufficient to meet this requirement.
2) When evaluating whether a state or local intergovernmental agreement for procurement can be used,
COB/TMB will request all documentation from the original contracting agency to conduct an internal
compliance review. COB/TMB will examine the original procurement documentation to ensure full and
open competition, award to responsible contractor, adequate competition, adequate number of sources
solicited, and responsiveness. Further, COB/TMB will conduct a cost or price analysis prior to utilizing
an intergovernmental agreement for procurement.
3) COB/TMB may jointly procure goods and services with other grantees. When obtaining goods or services
in this manner, COB/TMB will ensure all federal requirements, required clauses, and certifications are
properly followed and included in the resulting joint solicitation and contract documents. COB/TMB will
use the checklist of required clauses provided annually in the Workbook for the Triennial Review Program
Workshop to properly determine that all applicable clauses have been included when drafting contracts
for procurements. General reference to FTA regulations is not sufficient to meet this requirement.
4) COB/TMB may assign contractual rights to purchase goods and services to other federal grantees if the
original contract contains appropriate assignability provisions. Entities who obtain these contractual rights
(commonly known as 'piggybacking') may exercise them after first determining the contract price remains
fair and reasonable.
5) Piggybacking is permissible when the solicitation is with other state entities and the document and
resultant contract contain an assignability clause that provides for the assignment of all or a portion of the
specified deliverables as originally advertised, competed, evaluated, and awarded. If the supplies were
solicited, competed and awarded through the use of an indefinite -delivery -indefinite -quantity (IDIQ)
contract, then both the solicitation and contract award must contain both a minimum and maximum
quantity that represent the reasonably foreseeable needs of the party(s) to the solicitation and contract. If
Transit Purchasing and Procurement Policy 9
two or more parties jointly solicit and award an IDIQ contract, then there must be a total minimum and
maximum.
20. Lease Veirsuis )Ill uirurchauser
To obtain the best value, COB/TMB should review lease versus purchase alternatives for acquiring property
and, if necessary, should obtain an analysis to determine the more economical alternative. COB/TMB may
use FTA capital assistance to finance the costs of leasing eligible property if leasing is more cost effective
than full ownership. Before COB/TMB may lease an asset, FTA regulations, "Capital Leases," 49 CFR Part
639, Subpart C, require COB/TMB to make a written comparison of the cost of leasing the asset compared
with the cost of purchasing or constructing the asset. Costs used in the comparison must be reasonable, based
on realistic current market conditions, and based on the expected useful service life of the asset.
21.
ilE a �riu�i�u iur:u
E-Commerce is an allowable means to conduct procurements. COB/TMB will adhere to FTA Circular 4220.1F
that authorizes grantees to use a well -structured electronic commerce system to conduct third -party
procurements. COB/TMB solicitations via E-Commerce will meet all requirements for full and open
competition must be met in accordance with federal and state laws and regulations.
22. Use c4 Value 1Kn1,liunecuirtau g iin t'..'oi nst.ruurctioiiii t:"oururt;raucas
COB/TMB may use value engineering clauses in contracts for construction projects.
23. Solicitation Pireq uiiallilrca oin f;'iurriteriia
COB/TMB may prequalify people, firms, or products for participation in its procurements provided that:
1) COB/TMB ensures that all its prequalification lists used in acquiring property and services are current.
2) COB/TMB ensures that all its prequalification lists include enough qualified sources to ensure maximum
full and open competition.
3) COB/TMB permits potential bidders or proposers to qualify during the solicitation period from the
issuance of the solicitation to its closing date
24. Mr,equuurailii cation Syslesrn
COB/TMB may use prequalification lists to acquire goods. Prequalification lists are most common in
recurring requirements for goods that take some period of time to evaluate to determine if they satisfy
COB/TMB's standards. In such cases, COB/TMB accepts submissions for evaluation, even during ongoing
procurement actions. When such submissions are received during a particular solicitation, its evaluation does
not have to be accelerated or shortened, and the solicitation does not have to be held open to accommodate a
potential bidder who submits a person, firm, or product for approval before or during that solicitation.
COB/TMB ensures that all lists of prequalified persons, firms, or products that are used in acquiring goods
and services are current and include enough qualified sources to ensure maximum full and open competition.
COB/TMB will not preclude potential bidders from qualifying during the solicitation period, which is from
the issuance of the solicitation to its closing date.
Transit Purchasing and Procurement Policy 10
25. Engi�nieertrip, (A&ll[:) Seirvices aiiid 0�11ll err
FTA's enabling legislation at 49 U.S.C. Section 5325(b)(1) requires the use of the qualifications- based
procurement procedures contained in the "Brooks Act," 40 U.S.C. Sections 1101 through 1104, to acquire
A&E services, but also for program management, construction management, feasibility studies, preliminary
engineering, design, architectural, engineering, surveying, mapping and related services. The nature of the
work to be performed and its relationship to construction, not the nature of the prospective contractor,
determine whether qualifications -based procurement procedures may be used as described below.
1) Qualifications -Based Procurement Procedures Required. COB/TMB will use qualifications- based
procurement procedures not only when contracting for A&E services, but also for other services listed in
49 U.S.C. Section 5325(b)(1) that are directly in support of, directly connected to, directly related to, or
lead to construction, alteration, or repair of real property. For example, a contractor performing program
management, project design, construction management, or engineering services in which that contractor
would select the finished products to be acquired for an FTA assisted construction project must be selected
through qualifications -based procurement procedures.
2) Qualifications -Based Procurement Procedures Prohibited. Unless FTA determines otherwise in writing,
COB/TMB may not use qualifications -based procurement procedures to acquire other types of services if
those services are not directly in support of, directly connected to, directly related to, or do not lead to
construction, alteration, or repair of real property. Even if a contractor has performed services listed herein
in support of a construction, alteration, or repair project involving real property, selection of that contractor
to perform similar services not relating to construction may not be made through the use of qualifications -
based procurement procedures.
A project involving construction does not always require that qualifications -based procurement procedures
be used. Whether or not qualifications -based procurement procedures may be used depends on the actual
services to be performed in connection with the construction project. For example, the design or
fabrication of message signs, signals, movable barriers, and similar property that will become off -the -shelf
items or will be fabricated and delivered as final end products for installation in an FTA assisted
construction project are not services for which qualifications -based procurement procedures may be used.
Nor is actual construction, alteration, or repair to real property the type of services for which
qualifications -based procurement procedures may be used.
3) Qualifications -Based Procurement Procedures. The following procedures apply to qualifications -based
procurements:
a) Qualifications. Unlike other two-step procurement procedures in which price is an evaluation factor,
an offeror's qualifications are evaluated to determine contract award. Qualifications and recent
experience of the firm and key personnel relative to the performance of similar services comparable
to the proposed project with dates of project, and information regarding cost over -runs on previous
projects.
b) Evaluation/Selection Criteria. A weighted method will be used for the selection criteria using
COB/TMB Form #4 A&E Evaluation/Selection Criteria Form.
c) Price. Price is excluded as an evaluation factor.
d) Most Qualified. Negotiations are first conducted with only the most qualified offeror.
e) Next Most Qualified. Only after failing to agree on a fair and reasonable price may negotiations be
conducted with the next most qualified offeror. Then, if necessary, negotiations with successive
offerors in descending order may be conducted until contract award can be made to the offeror whose
price COB/TMB believes is fair and reasonable.
Transit Purchasing and Procurement Policy 11
f) Negotiation Results Documentation. A summary of total cost and fee/profit objectives will be kept in
the procurement file. The summary will consist of the following information:
• Offeror's Proposal Amount.
• COB/TMB's Negotiation Objective.
• COB/TMB's Maximum Position.
• Difference between Offeror's/ COB/TMB's Objective
g) Effect of State Laws. To the extent that a State has, before August 10, 2005, adopted by law, an
equivalent State qualifications -based -procurement requirement for acquiring architectural,
engineering, and design services, State procedures, rather than Federal "Brooks Act" procedures (40
U.S.C. Sections 1101 through 1104), may be used
4) COB/TMB will complete an A&E Professional Services Procurement Checklist (reference to COB/TMB
Form #3) and will be placed in procurement file. This checklist will outline the basic requirements for
this type of procurement.
26. IIesiitn�����4iiid Build Pro et
Design -Bid -Build Project means a construction project under which COB/TMB commissions an architect or
engineer to prepare drawings and specifications under a design services contract, and separately contracts for
construction, by engaging the services of a contractor through sealed bidding or competitive negotiations to
complete delivery of the project.
22. D siiiglln Build Project
Design -Build Project, as defined in 49 U.S.C. Section 5325(d)(1), means (1) a project under which COB/TMB
enters into a contract with a seller, firm, or consortium of firms to design and build a public transportation
system, or an operable segment of such system, that conforms to specific performance criteria; and (2) may
include an option to finance, or operate for a period of time, the system or segment or any combination of
designing, building, operating, or maintaining such system or segment. Apart from the definition at 49 U.S.C.
Section 5325(d)(1), a "design -build project" also means a construction project under which COB/TMB enters
into a contract with a seller, firm, or consortium of firms both to design and construct a public transportation
facility that is the subject of the project.
28. >IlCvir dep��uua�i���nt: Costt� Rst.iui r ut °�� and1llhe t ost° and Price Analysis
FTA Circular 4220.1F, Ch. VI, Para. 6 states Recipients must perform a cost or price analysis in connection
with every procurement action in the excess of the Simplified Acquisition Threshold currently set at
$250,000.00. As a starting point, the recipient must make independent estimates before receiving bids or
proposals.
COB/TMB will develop an independent cost estimate prior to receipt of bids or proposals. COB/TMB will
complete an Independent Cost Estimate (ICE) Summary Form (reference to COB/TMB Form #6). The word
"independent" does not imply that it is performed by someone other than COB/TMB. This could be the case,
however, if COB/TMB does not have the expertise for a large complex procurement. This analysis will be
made part of the procurement file for every procurement action. COB/TMB will develop the independent cost
estimate where required prior to issuing an Invitation for Bid/Request for Proposal. COB/TMB must complete
documentation of the cost or price analysis, methodology, conclusion, and name of the analyst who completed
the analysis and the date the analysis was completed. All documentation is to remain in COB/TMB
procurement files.
Transit Purchasing and Procurement Policy 12
COB/TMB will perform a cost or price analysis in connection with every procurement exceeding the
COB/TMB defined applicable Simplified Acquisition Threshold currently set at $50,000.00, including
contract modifications, after receiving bids, but before awarding a contract. COB/TMB may also request cost
and price analysis documents for any procurements off of the State contract list. COB/TMB will examine the
original procurement documentation to ensure full and open competition, award to a responsible contractor,
adequate competition, adequate number of sources solicited, and responsiveness.
Independent Cost Estimate Guidance:
The extent of the cost estimate will depend on the type of procurement being pursued. Sources of
information for putting together an ICE are:
• Prior bids or contracts for similar scopes of services;
• Published price lists;
• Hourly rates from similar service providers;
• Prior bids or rates received from other agencies;
• and Industry standards such as design as a percentage of construction.
The independent estimates for purchases must be prepared in the same format and level of detail as Bidders
are to use in submitting their pricing schedules and is intended to serve as an effective tool in evaluating
price and cost reasonableness. The estimator should maintain the supporting documentation used in
preparing the estimates for reference as part of the evaluation process. Should a solicitation amendment
materially affect the anticipated price, the estimate should be revised to address the changed
requirement(s). A copy of the independent estimate (and any subsequent revised estimates) will be retained
in the contract file.
Cost and Price Analysis Guidance:
The method and degree of analysis will be dependent on the facts surrounding the particular procurement
situation.
I) A cost analysis must be performed when the offeror is required to submit the elements (i.e., labor
hours, overhead, materials, etc.) of the estimated cost, (e.g., under professional consulting and
architectural and engineering services contracts, etc.). A cost analysis will be necessary when adequate
price competition is lacking and for sole source procurements, including contract modifications or
change orders, unless price reasonableness can be established on the basis of a catalog or market price
of a commercial product sold in substantial quantities to the general public or on the basis of prices
set by law or regulation.
2) A price analysis may be used in all other instances to determine the reasonableness of the proposed
contract price and is done by examining and evaluating a prospective price without evaluation of the
separate cost elements or proposed profit of the prospective supplier. Price analysis may be
accomplished through one or more of the following activities:
a. The comparison of prior quotations and contract prices with current quotations for the same or
similar end items (to provide a suitable basis for comparison appropriate allowances must be
made for differences in such factors as specifications, quantities ordered, time for delivery,
etc.).
b. The use of "yardsticks" (such as dollars per pound, per horsepower, or other units) to point out
apparent gross inconsistencies.
c. The comparison of prices set forth in published price lists issued on a competitive basis,
published market prices of commodities, and similar indicators, to COB/TMB with discount
or rebate arrangements.
d. The comparison of proposed prices with estimates of cost independently developed by
personnel within COB/TMB.
Transit Purchasing and Procurement Policy 13
e. The comparison of prices paid by other users (government or commercial) of the same or
similar items to the proposed prices.
3) COB/TMB will negotiate profit as a separate element of the price for each contract in which there is
no price competition and, in all cases, where cost analysis is performed. To establish a fair and
reasonable profit, consideration will be given to the complexity of the work to be performed, the risk
borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its
record of past performance, and industry profit rates in the surrounding geographical area for similar
work.
4) Costs or prices based on estimated costs for contracts under grants will be allowable only to the extent
that costs incurred, or cost estimates included in negotiated prices are consistent with Federal cost
principles. COB/TMB may reference its own cost principles that comply with applicable Federal cost
principles.
5) The cost plus a percentage of cost and percentage of construction cost methods of contracting shall
not be used.
Post analysis may be accomplished through the following:
a. Verify the Contractor's cost data.
b. Evaluate specific elements of costs and project these elements to determine the effect on prices:
i. The necessity for certain costs;
ii. The reasonableness of amounts estimated for the necessary costs;
iii. Allowances for contingencies; and
iv. The basis used for allocations of particular overhead costs to the proposed contract.
When the necessary data is available, compare the Contractor's estimated cost with:
i. Actual costs previously incurred by the Contractor;
ii. The Contractor's last prior cost estimate for the same or similar estimates;
iii. Current cost estimates from other possible sources; and
iv. Prior estimates or historical costs of other contractors manufacturing the same or similar
items.
d. Forecasting future trends in costs from historical experience:
i. In periods of either rising or declining costs, an adequate cost analysis must include some
evaluation of the trends.
ii. In cases involving recently developed, complex equipment, even in periods of relative
price stability, trend analysis of basic labor and materials costs should be undertaken.
If only one bid is received, the sole bidder must cooperate with COB/TMB as necessary in order for its bid to
be considered for award. A new solicitation of bids may be made if the single bid price appears unreasonable
or if no determination is made as to the reasonableness of the single bid.
29., ]II[I valuifttioii[iuis
A. When evaluating bids or proposals submitted, COB/TMB will consider all evaluation factors specified in
its solicitation documents and evaluate the bids or offers only on the evaluation factors included in those
solicitation documents. COB/TMB may not modify its evaluation factors after bids or proposals have been
submitted without re -opening the solicitation.
B. In awarding the contract that will include options, the following standards apply:
1) COB/TMB will evaluate bids or offers for any option quantities or periods contained in a solicitation
if it intends to exercise those options after the contract is awarded.
2) COB/TMB does not evaluate bids or offers for any option quantities when COB/TMB determines that
evaluation would not be in its best interests. An example of a circumstance that may support
Transit Purchasing and Procurement Policy 14
"'mall
COB/TMB's determination not to evaluate bids or offers for option quantities is when COB/TMB is
reasonably certain that funds will not be available to permit it to exercise the option.
30. So uuurid and Cloiiurriplet,e Agur°evirieiiirt;
A. According to the FTA, the Common Grant Rules require that all third -party contracts include provisions
adequate to form a sound and complete agreement.
B. Third party contracts exceeding $50,000.00 must include administrative, contractual, or legal remedies
for violations or breach of contract by the third -parry contractor.
C. All contracts must include termination for cause and termination for convenience provisions.
iwt. t..:°rrntmiict 11'rovisi ouros,
All contracts will include provisions to define a sound and complete agreement. In addition, contracts and
subcontracts will contain contractual provisions or conditions that allow for:
1) Administrative, contractual, or legal remedies in instances where contractors violate or breach contract
terms, including sanctions and penalties as may be appropriate. (All contracts in excess of the small
purchase threshold).
2) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it
will be effected and the basis for settlement. (All contracts in excess of the small purchase threshold).
3) All applicable FTA clauses will be included in contracts COB/TMB enters into for any procurement
situation, including but not limited to:
• FTA funded procurements exceeding the micro -purchase limit of $5,000.00 and in intergovernmental
agreements and subrecipient agreements as applicable.
• FTA funded small purchases as part of the solicitation, purchase order, or contract.
• FTA funded procurements over $150,000.00 applicable to the particular type of procurement being
undertaken (e.g., professional services, A&E, construction, rolling stock purchase, etc.).
4) COB/TMB will use the checklist of required clauses provided annually in in the Workbook for the
Triennial Review Program Workshop to properly determine that all applicable clauses have been included
when drafting contracts for procurements. (Reference to Exhibit 6.1 A. Required Third Party Contract
Clauses, Exhibit 6.2 B. Required Certifications, Reports, and Forms, Exhibit 6.3 C. Other Required Items).
General reference to FTA regulations is not sufficient to meet this requirement. A complete list of
appropriate FTA clauses is included in this document as Appendix 3: FTA Mandatory Provisions and are
provided as part of the procurement process checklist in Appendix 4: COB/TMB Procurement Procedure
Checklist.
5) COB/TMB will assure that no purchase, subgrant or contract is awarded to any party at any tier that is
debarred or suspended or is otherwise excluded from or ineligible for participation in Federal assistance
programs. COB/TMB will do this by (a) Adding a clause or condition to the contract or subcontract, and
(b) Checking the Excluded Parties List System (EPLS) at sam.gov and documenting the results of that
search.
6) Copies of the solicitation, purchase order, or contract will be included in the procurement file created for
every procurement action undertaken.
COB/TMB will use the contract clauses in Exhibits 6.1A thru 6.3.0 as part of the procurement process to
determine proper clauses for each contract.
Transit Purchasing and Procurement Policy 15
32. Pirohii�lllpr>ifited or- lte: (iiruocled (" oirii4ract. Tmypes
The Common Grant Rule for governmental recipients provides more guidance on contract type than does the
Common Grant Rule for non -governmental recipients, which merely authorizes COB/TMB to select the type
of contract it will use (for example, fixed price, cost reimbursement, purchase order, or incentive contract) if
it is appropriate for the particular procurement and promotes the best interests of the program or project
involved.
The following contract types are restricted or prohibited:
1) Cost Plus a Percentage of Cost —Prohibited. The Common Grant Rules expressly prohibits the use of
the cost plus a percentage of cost method of contracting.
2) Percentage of Construction Cost —Prohibited. The Common Grant Rules expressly prohibits the use
of the percentage of construction cost method of contracting.
3) Time and Materials —Restricted. The Common Grant Rule for governmental recipients permits the
use of time and material contracts only:
a. When to Use. After determining that no other contract type is suitable; and
b. Firm Ceiling Price. If the contract specifies a ceiling price that the contractor may not exceed
except at its own risk.
33. Cardinal Changes
A significant change in contract work (property or services) that causes a major deviation from the original
purpose of the work or the intended method of achievement, or causes a revision of contract work so extensive,
significant, or cumulative that, in effect, the contractor is required to perform very different work from that
described in the original contract, is a cardinal change. Such practices are sometimes informally referred to as
"tag-ons." A change within the scope of the contract (sometimes referred to as an "in -scope" change) is not a
"tag -on" or cardinal change.
34.:_ efli °cods ol° P111rocilililreuni7 tilt
FTA Circular 4220.1F sets forth the regulatory guidance which is to be followed in undertaking procurements
utilizing FTA funds. The procedures used must comply with State and local law as well as with Federal
requirements. Federal restrictions vary with the type of procurement method used. The following guidance is
based on the requirements of the Common Grant Rule for governmental recipients, supplemented by FTA
policies that address the needs of FTA recipients. There are five basic types of procurement techniques that
are permitted under these regulations. They are:
A. Micro -Purchases.
1) Consistent with the Federal Acquisition Regulation, effective June 20, 2018, The National Defense
Authorization Acts (NDAA), memorandum M-18-18 raises the threshold for micro purchases under
federal assistance awards to $10,000.00 and raises the threshold for simplified acquisitions to
$250,000.00.
a) If permitted by State and local law, COB/TMB may acquire property and services valued at
$10,000.00 or less without obtaining competitive quotations. These purchases are exempt from
FTA's Buy America requirements Davis -Bacon prevailing wage requirements, however, will apply
to construction contracts exceeding $2,000.00, even though COB/TMB uses micro -purchase
procurement procedures. FTA does not intend to imply that COB/TMB must treat any purchase of
Transit Purchasing and Procurement Policy 16
$10,000.00 or less as a micro -purchase. COB/TMB may set lower thresholds for micro -purchases
in compliance with State and local law, or otherwise as it considers appropriate.
b) In accordance with local guidelines, a purchase must be less than $5,000.00 to be considered a
micro -purchase.
c) The following procedures apply to micro -purchases:
• COB/TMB will distribute micro -purchases equitably among qualified suppliers.
• COB/TMB will not divide or reduce the size of its procurement merely to come within the
micro -purchase limit.
• FTA's only documentation requirement for micro -purchases is a determination that the price is
fair and reasonable and a description of how COB/TMB made its determination. (Complete
COB/TMB Form #5 Micro -Purchase: Fair and Reasonable Price Determination Form and
place in procurement file). FTA does not require COB/TMB to provide its rationale for the
procurement method used, selection of contract type, or reasons for contractor selection or
rejection.
B. Small Purchases.
1) The Common Grant Rule for governmental recipients authorizes governmental recipients to use
relatively simple and informal small purchase procedures as follows:
a) Small purchase procedures may be used to acquire services, supplies, or other property valued at
more than the micro -purchase threshold (currently, $10,000.00) but less than the Federal simplified
acquisition threshold at 41 U.S.C. Section 403(l1), NDAA FY2018 currently $250,000.00. (FTA
recognizes the shall purchase threshold to be the same as the simplified acquisition threshold.)
These purchases are also exempt from FTA's Buy America requirements. FTA does not intend to
imply that any purchase of $250,000.00 or less must be treated as a small purchase. COB/TMB
may set lower thresholds for small purchases in compliance with State and local law, or otherwise
as it considers appropriate.
b) In accordance with local guidelines, the threshold for small purchase is $5,000.00 - $149,999.99.
c) The following procedures apply to small purchases:
• COB/TMB must obtain price or rate quotations from an adequate number of qualified sources.
• COB/TMB may not divide or reduce the size of its procurement to avoid the additional
procurement requirements applicable to larger acquisitions.
C. Sealed Bids (Formal AdvertisinL-).
COB/TMB acknowledges sealed bidding to be a generally accepted procurement method in which bids
are publicly solicited, and a firm fixed price contract (lump sum or unit price) is awarded to the responsible
bidder whose bid, conforming to all the material terms and conditions of the invitation for bids, is lowest
in price.
1) COB/TMB states a preference for the sealed bids procurement method for acquiring property,
construction, and other services. Sealed bid procurements should be used when the following
circumstances are present:
a) A complete, adequate, precise, and realistic specification or purchase description is available.
b) Two or more responsible bidders are willing and able to compete effectively for the business.
c) The procurement generally lends itself to a firm fixed price contract.
d) The successful bidder can be selected on the basis of price and those price -related factors listed in
the solicitation including, but not limited to, transportation costs, life cycle costs, and discounts
expected to be taken. Apart from certain responsibility determinations, contractor selection may
not be determined on the basis of other factors whose costs cannot be measured at the time of
award.
Transit Purchasing and Procurement Policy 17
"'mall
e) Discussions with one or more bidders after bids have been submitted are expected to be
unnecessary as award of the contract will be made based on price and price- related factors alone.
This contrasts with Competitive Proposal procedures in which discussions with individual offerors
are expected to be necessary and may take place at any time after receipt of proposals. However,
a pre -bid conference with prospective bidders before bids have been received can be useful.
2) The following procedures apply to sealed bid procurements:
a) The invitation for bids is publicly advertised and published on COB/TMB's website.
b) Bids are solicited from an adequate number of known suppliers.
c) The invitation for bids, including any specifications and pertinent attachments, describes the
property or services sought in sufficient detail so that a prospective bidder will be able to submit a
proper bid.
d) Bidders are allowed sufficient time to prepare bids before the date of bid opening.
e) All bids are publicly opened at the time and place prescribed in the invitation for bids.
I) A firm fixed price contract is usually awarded in writing to the lowest responsive and responsible
bidder, but a fixed price incentive contract or inclusion of an economic price adjustment provision
can sometimes be appropriate. When specified in the bidding documents, factors such as
transportation costs and life cycle costs affect the determination of the lowest bid; payment
discounts are used to determine the low bid only when prior experience indicates that such
discounts are typically taken
g) Any or all bids may be rejected if there is a sound, documented business reason.
D. Competitive Proposals Request for Proposals).
COB/TMB acknowledges the use of competitive proposals to be a generally accepted procurement method
when the nature of the procurement does not lend itself to sealed bidding and COB/TMB expects that
more than one source will be willing and able to submit an offer or proposal.
1) Competitive proposals should be used when any of the following circumstances are present:
a) Type of Specifications. The property or services to be acquired are described in a performance or
functional specification; or if described in detailed technical specifications, other circumstances
such as the need for discussions or the importance of basing the contract award on factors other
than price alone are present.
b) Uncertain Number of Sources. Uncertainty about whether more than one bid will be submitted in
response to an invitation for bids and COB/TMB lacks the authority or flexibility under State or
local law to negotiate the contract price if it receives only a single bid.
c) Price Alone Not Determinative. Due to the nature of the procurement, contract award need not be
based exclusively on price or price -related factors. In different types of negotiated acquisitions,
the relative importance of cost or price may vary. When COB/TMB's material requirements are
clearly definable and the risk of unsuccessful contract perfon-nance is minimal, cost or price may
play a dominant role in source selection. The less definitive the requirements, the more
development work required, or the greater the performance risk, the more technical or past
performance considerations may play a dominant role in source selection and supersede low price.
d) Discussions Expected. Separate discussions with individual offeror(s) are expected to be necessary
after they have submitted their proposals. This contrasts with Sealed Bids (Formal Advertising)
procedures in which discussions with individual bidders are not likely to be necessary, as award of
the contract will be made based on price and price -related factors alone.
2) Procurement Procedures. The following procedures apply to procurements by competitive proposals:
a) The request for proposals is publicly advertised.
b) All evaluation factors and their relative importance are specified in the solicitation; but numerical
or percentage ratings or weights need not be disclosed.
Transit Purchasing and Procurement Policy 18
c) Proposals are solicited from an adequate number of qualified sources.
d) A specific method is established and used to conduct technical evaluations of the proposals
received and to determine the most qualified offeror.
e) An award is made to the responsible offeror whose proposal is most advantageous to COB/TMB's
program with price and other factors considered.
f) If permitted under its State or local law, COB/TMB may award the contract to the offeror whose
proposal provides the greatest value to COB/TMB. To do so, COB/TMB's solicitation must inform
potential offerors that the award will be made on a "best value" basis and identify what factors will
form the basis for award. The evaluation factors for a specific procurement should reflect the
subject matter and the elements that are most important to COB/TMB. Those evaluation factors
may include, but need not be limited to, technical design, technical approach, length of delivery
schedules, quality of proposed personnel, past performance, and management plan. COB/TMB
should base its determination of which proposal represents the "best value" on an analysis of the
tradeoff of qualitative technical factors and price or cost factors. Apart from the statutory
requirement that the contract must support COB/TMB's public transportation project consistent
with applicable Federal laws and regulations, FTA does not require any specific factors or analytic
process.
E. Procurement by Non -Competitive Proposals (Sole Source)
Sole Source procurements are accomplished through solicitation of a proposal from only one source, or
after solicitation of a number of sources, competition is determined inadequate. A contract change that is
not within the scope of the original contract is considered a sole source procurement that must comply
with this subparagraph.
1) Procurement by noncompetitive proposals may be used only when the award of a contract is not
feasible under small purchase procedures, sealed bids, or competitive proposals and at least one of
the following circumstances applies:
a) The item is available only from a single source;
b) The public exigency or emergency for the requirement will not permit a delay resulting from
competitive solicitation;
c) After solicitation of a number of sources, competition is determined inadequate after receiving a
single bid; or
d) COB/TMB receives permission from FTA to pursue a noncompetitive proposal for a reason listed
in Circular 4220.1F, Chapter VI, 3.i.(2)(e)
e) A cost analysis, i.e., verifying the proposed cost data, the projections of the data, and the evaluation
of the specific elements of costs and profit, is required.
f) Sole Source: When COB/TMB requires supplies or services available from only one responsible
source, and no other supplies or services will satisfy its requirements, COB/TMB will make a sole
source award. When COB/TMB requires an existing contractor to make a change to its contract
that is beyond the scope of that contract, COB/TMB has made a sole source award that must be
justified.
2) When supplies or services are available from only one responsible source, and no other supplies or
services will satisfy its requirements, COB/TMB understands that it will make a sole source award. In
the event of such a case, COB/TMB will ensure that any sole source, single bid, or brand name or
equal awards procurements are properly documented and the procurement file contains the appropriate
justification and/or documentation. Furthermore, in the event that an existing contractor is required to
make a change to its contract that is beyond the scope of that contract, COB/TMB understands that it
has made a sole source award that must be justified.
Transit Purchasing and Procurement Policy 19
3) The property or services are available from one source if one of the conditions described below is
present:
a) Unique or innovative concept. A new, novel, or changed concept, approach, or method that is the
product of original thinking, the details of which are kept confidential or are patented or
copyrighted and is available to COB/TMB only from one source and has not in the past been
available to COB/TMB from another source.
b) Patent or data rights restrictions preclude competition.
c) In the case of a follow-on contract for the continued development or production of highly
specialized equipment and major components hereof, when it is likely that award to another
contractor would result in substantial duplication of costs that are not expected to be recovered
through competition.
d) In the case of a follow-on contract for the continued development or production of highly
specialized equipment and major components thereof, when it is likely that award to another
contractor would result in unacceptable delays in fulfilling the grantee's need.
4) In the case of a sole -source award, the documentation should be a written sole -source justification,
which includes a cost analysis. In the case of a single -bid, the documentation will include a cost
analysis, as well as an explanation as to why a single bid was obtained. Upon receiving a single bid
or proposal in response to a solicitation, COB/TMB will conduct a Single -Bid Analysis (complete
COB/TMB Form #2, Single Bid Analysis Checklist and place in procurement file) to determine if
competition was adequate. This will include a review of the specifications for undue restrictiveness
and will include a survey of potential sources that chose not to submit a bid or proposal.
5) When it is impractical or uneconomical to provide a clear and accurate description of the technical
requirements of the property to be acquired, a "brand name or approved equal" description may be
used to define the performance or other salient characteristics of a specific type of property.
COB/TMB must identify the salient characteristics of the named brand that offerors must provide.
6) When using a "brand name" specification, COB/TMB does not need to reverse -engineer a
complicated part to identify precise measurements or specifications in order to describe its salient
characteristics.
7) Professional services can be procured on a sole -source basis if justified, in general, a competitive
environment does exist for professional services and COB/TMB will follow the requirements of FTA
C 4220.1F when Federal funds are used to pay for these services.
8) Although COB/TMB is not required to obtain prior FTA approval for a non-competitive award,
COB/TMB's files will contain an appropriate level of justification for such awards.
Two -Step Procurement Procedures.
If permitted by State and local law, COB/TMB may use two-step procurement procedures in both sealed bid
and competitively negotiated procurements, provided the opportunity for full and open competition is
retained.
1) Review of Technical Qualifications and Approach. The first step is a review of the prospective contractors'
technical approach to COB/TMB's request and technical qualifications to carry out that approach.
COB/TMB then may narrow the competitive range to prospective contractors that demonstrate a
technically satisfactory approach and have satisfactory qualifications.
2) Review of Bids and Proposals Submitted by Qualified Prospective Contractors. The second step consists
of soliciting and reviewing complete bids (sometimes referred to as "two-step sealed bidding") or
proposals (as in "competitive negotiations"), including price, submitted by each prospective contractor
determined to be qualified. Absent exceptional circumstances, COB/TMB should attempt to solicit bids
or proposals from at least three qualified prospective contractors. Unlike qualifications -based procurement
procedures required for A&E services, and other contracts covered by 49 U.S.C. Section 5325(b)
Transit Purchasing and Procurement Policy 20
discussed in subsection 3.f of this Chapter, FTA expects COB/TMB to consider all bid or proposal prices
submitted as well as other technical factors, rather than limiting reviews to the most qualified bidder or
offeror.
35. Bondhiig llllt.equuireruiiviiriit:s
For those construction or facility improvement contracts or subcontracts exceeding $100,000.00 amount,
COB/TMB shall require the following minimum bonding amounts.
1) A bid guarantee from each bidder equivalent to five (5) percent of the bid price. The "bid guarantee" shall
consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument
accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual
documents as may be required within the time specified;
2) A performance bond on the part of the contractor for 100 percent of the contract price. A "performance
bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations
under such contract; and
3) A payment bond on the part of the contractor. A payment bond is one executed in connection with a
contract to assure payment, as required by law, of all persons supplying labor and material in the execution
of the work provided for in the contract. Payment amounts determined to adequately protect the federal
interest are as follows:
a. Fifty percent (50%) of the contract price if the contract price is not more than $1 million;
b. Forty percent (40%) of the contract price if the contract price is more than $1 million but not more
than $5 million; or
c. Two and a half million dollars ($2,500,000.00) if the contract price is more than $5 million.
4) Other bonds in an amount designed to comply with the requirements of federal or state funding sources
36. Payrn�ent I'liv viisioiii�s iun C,ouufli"acts
A. Advance Payments Generally, it is not the practice of COB/TMB to provide advance payments prior to
the incurrence of costs by the contractor. However, it is recognized that some purchases such as vehicles
may require an advance payment. In such instances, COB/TMB will confer with the granting agency to
determine the requirements for down payments with local funds for such items. COB/TMB will obtain
prior written concurrence from a granting agency for use of federal or state funds. COB/TMB will not
make advance payments with local funds before a grant has been awarded, or before the issuance of a
letter of no prejudice or other pre -award authority.
B. Progress Payments Grantees may use progress payments provided the following requirements are
followed:
1) Progress payments are only made to the contractor for costs incurred in the performance of the
contract.
2) COB/TMB must obtain adequate security for progress payments. Adequate security may include
taking title, letter of credit or equivalent means to protect the grantee's interest in the progress payment.
37. Luoq>uiiidllated 113auirmruoages 11>uI„ovisuions
COB/TMB may require liquidated damages clauses in contracts if it may reasonably expect to suffer damages
and the extent or amount of such damages would be difficult or impossible to determine. The assessment for
damages shall be at a specific rate per day for each day of overrun in contract time; and the rate must be
specified in the third -party contract. Any liquidated damages recovered shall be credited to the project account
unless otherwise permitted by the granting agency.
Transit Purchasing and Procurement Policy 21
38. f:;"oint.�rmrict. A yard Aiinciou�nce meiiimt;
With regard to any FTA contract, should COB/TMB announce any contract awards with respect to any
procurement for goods and services (including construction services) having an aggregate value of
$500,000.00 or more, COB/TMB will specify the amount of Federal funds that will be used to finance the
acquisition in any announcement of the contract award for such goods or services expressed as a percentage
of the total costs of the planned acquisition.
39. Post htOuiivery Activities
Inspection, Acceptance and Pam — Inspection is the final action taken by COB/TMB to determine if the
product or service delivered meets the specifications or the statement of work. All specifications in the
solicitation package should be met before accepting the product or service. Failure to enforce the terms of the
procurement can result in legal liability and can interfere with COB/TMB `s ability to enforce similar
provisions.
Acceptance refers to the actions of COB/TMB that signify that the product or service is acceptable, and the
supplier has performed the required tasks. Such acceptance may be accomplished through issuance of a written
statement or by use of the product without advance written notification to the vendor of any deficiencies.
At least partial payment must be made to the vendor before any revenue use of the vehicle occurs. Full
payment should not be made until deficiencies are corrected and COB/TMB is satisfied with the
vehicle/purchase. If deficiencies are noted, a portion of the bid price up to 10 percent of the total cost or the
estimated cost of correction whichever is larger, may be withheld. COB/TMB will work with the vendor in
good faith to resolve any delivery defects.
Post Delivery Audit — A transit system purchasing revenue service rolling stock with FTA funds will ensure
that a post -delivery audit is completed The Maintenance Manager certifies that the vehicle meets requirements
and the post -delivery audit is completed by obtaining a Post- Delivery Audit Certification. The certifications
are retained by COB/TMB for three years after the project close out.
The post -delivery audit requires the purchaser to make three certifications similar to the pre- audit
certifications, but now based on the buses that have been delivered:
1) Buy America certification;
2) The purchaser's requirements certification that includes a complete visual inspection and road tests to
demonstrate that the buses meet the contract specifications; and
3) The FMVSS Certification.
Procurement Records — Bid specifications and all related correspondence, including correspondence with
potential bidders, should be kept for a minimum of three years after the joint participation agreement has been
closed.
Transit Purchasing and Procurement Policy 22
"'mall
Transit Purchasing and Procurement Policy 23
Selection of Subcontractors
If it is necessary for a contractor to engage a subcontractor, the contractor shall provide COB/TMB with the scope and
projected cost of same prior to solicitation to ensure that the appropriate solicitation process is implemented. The following
provision is to be included in all FTA funded contracts:
"Contractor agrees to provide COB/TMB a written description of the scope and projected cost of any subcontract it seeks
to enter into prior to solicitation. It is necessary to conduct an analysis as to whether the proposed contract meets the
applicable solicitation processes prior to any subcontract. Only after COB/TMB and the contractor have conducted an
analysis on whether the proper solicitation process wasfollowed will the contractor be authorized to proceed with selection
Of a subcontractor. COB/TMB reserves the right to withhold any payment sought under this contract for failure to adhere
to this provision. "
FTA Clauses in Contracts
Every FTA funded contract must contain the FTA Clauses, including primary contracts and subcontracts. The scope and cost
of each contract and subcontract will be evaluated prior to contract execution to determine if the appropriate FTA clauses
are included. The procurement checklist will be signed by the person filling it out, and also signed by a person reviewing
the procurement package. COB/TMB's contracts with primary contractors will include language requiring that COB/TMB
be provided the actual proposed contract with the subcontractor to determine if the appropriate FTA clauses were included.
The following provision is to be included in all FTA funded contracts:
"It is mandatory that any and all contracts entered into by contractor with subcontractors include the appropriate FTA
clauses, a complete list is attached as Appendix 2 ". Prior to execution of the subcontract, Contractor shall provide
COB/TMB with a copy of the proposed contract with the subcontractor so that COB/TMB can review same for compliance
with this section. "
Non-compliance with FTA Clauses
Every FTA funded contract will include a provision requiring contractors to submit annual certifications Indicating their
compliance with FTA clauses for the term of the contract. These certifications are to be submitted at the end of the calendar
year prior to COB/TMB submitting its annual Certifications and Assurances to FTA. Should COB/TMB find that a
contractor has failed to adhere to any FTA requirements; COB/TMB will seek reimbursement for any fund returned to FTA
due to the contractor's non-compliance. The following provision is to be included in all FTA funded contracts:
"Upon thirty (30) days of written request by COB/TMB, Contractor shall provide a signed certification statement that it
has complied with any and all FTA requirements included but not limited to the FTA Clauses. Should there be any claims
made by FTA jor reimbursement of'funds due to the negligence, whether intentional or not, fault or inaction of Contractor
or its employees, agents, subcontractors or assigns, Contractor shall be liable to COB/TMB for any and all damages it
sustains, including, but, not limited to, the amount of the reimbursement claim, the inability to obtain juture grant junds and
any and all other damages sustained by COB/TMB. "
Transit Purchasing and Procurement Policy 24
Appendix 2: Federal Cllauise Matrices
PROVISIONS, CERTIFICATIONS, REPORTS, FORMS. AND OTHER, -- MATRICES
A. THIRD PARTY CONTRACT PROVISIONS
�excludlng mkro-purchasts, except Davis -Bacon reqUirenients apply to contracts, exceeding $2,000)
MASTER AGREEM ENT
SRO VISIOR'd
COMMEWS
REFERENCE
(lbase.d onFA MA(30) 11- 2-20,2 2)
_-Ul FTA As siste d Tldrd Party Contracts and S66contract-,
No Federal Gm,-emuwzt I:Ibh.f ations
tGTlmd Paliss jUse of Disclamwi)
F-,L,,,e or Fra-Ludule-tit Statemeats or
Ckmns — Civil md C3iimmai, Fraud
4.e
Acces� to Thrd Puty Connact
16.:,
RJECO&
Changes to Fedolzi Kequxemenh,
9, 3j.(I)
Equm2 Enaplo�,mhent,Opportunvry
(except:apecizal DOL com-wwban
11
claine))
Dsadva=aEed B,unaL-,;!: Eosmprn
Contract lwnudedotithe b,aLis of a,
Ile
(D]BEs)
o5ning ti) rtse DBEs-
IncorpcTatim of FTC' Terim
Pea FTA C 1 420. IF.
16.d
N,onlpt payulellt
4:9 CTR 26.29
ProliilmtiGn on C I eft,=
2 CTR 20G, 216
Teleco=uracartam Eqmplllelut
FA34 52 '104- 24
Awards Exceeding S10.00,01
Telulmtlom
1,1 md, § 16.d.(2)
Deb-zzmEnt and SuspeE:,non
AvrardT, encee6mg'125,OM,
4 .It
Notice to FTA and U S. DOT
lnspe�,,tor General o�f waste,. fi-a u &,
A kva I L ex-C ee 6mg,r-1 5, CK) G,
W 3 91(b)
3bme ..
L6bbymg =I
ard-,mceeding $1o,,000
4C: ad 1,6. d(8)
AITIIFda
Emeeedmg the Simplified Arquii,-�,tion Thm—,hold
(51,40,0,00)
Reuolutson of asputes. Breache7, m
Offier LazjLbon
Ai,qroirlds Exceeding Sl:,0,000 by Stq itute
clezn,ar
42 U S. C, 74,01-767 Iq
� 16 d.(7)
Clem Water
33 U,S.C2251-1387
When tangible pa' opett,, uF rownuction
mmll be acquLred. The thnuhoM for
Uy iir,etlra
aPp, -3kht:,,; in no hmgu tsed to the
alWl b
hn
statubmily,fixed m 49 U.S. C.
,T 25,3230)(3 3)
1
Note:The Special EEO. C[ause for Construction is now shown On next page under
"Construction Activities" for all contracts.,
Transit Purchasing and Procurement Policy 25
MEMIMME
PROVISIONS, C ERTIFI (AT IONS, REPORTS, FO,RMS, AND OTHER — MATRKES,
- THIIRDPARTY CO,ITR.ACTPROVISIONS (,Cotit�iinitiied)
(excluding micro -purchases, except Davis -Bacon requirements apply to contracts
exceeding $2,000)
MASTER AGREE MENT
PROVISION
COMMENTS
REFERENCE
(ba-sed on FA MA(3011) 1,11-2-2022)
TTansport of Property or Persons
C OTE PO Preferencis
Whm arq*nng pmpeM, -numbLe foz
.0
Qupzmut by ocumveswl.
Wbenpmperty or pmenmm sip trmmpoved
F1.ya menca
by air b2nwieeja U 5-mid fore�fgn
15-d
destizudcaa, ar betoreem fore;p locatim,,
Construction Activities
C:mD=tion Employee Pmzactioas
Forlicantrans emcfedusf V2,000,
16, d.�4�
- aum-DoKon Ad
C amstm, don Emq�layee Prwectons
For lco=acls emceediw JICG,000
- Cmtm#a Wal Homs &
ONLfB GmCp of Federal Fin=�ial
2%,Lwgt-auam lun moat adopted the FAR
clamase 1191 $150,000, suWh5ed
safer,.'Amduds. Act
acquismu t1mmloldslaackard
Coms=tioa Employee Ptwenoua
- SK, I CopelmdAn-b-
AD contracts
Eirkbacl Act
-U cms= Lou CQ=acts emceedz4g,
I dd,�p4)
$2,000.
-,fw,-c.2C'a*aadAim,-�Kkkb3ck.art
_
,S'pKtid EEO Pm%y lion for Comstniction
U con.-=x c =2m
EamdLrg for Cons.=,aon Acmlties
5,11iibad gmuantee bocci.
Eaneeding $2-0,000
�E OON perz=,e omd pNyme= band.
I d u
Seiumc Safery
Consmumem coutmicts for anew bull, 017
for existing b-Ld-f-s.
Veterm.:. Prefenwe
A.UcuwmLcttun cosawls
16,11
Non -construct ion Activities
Farail ftmikey, roll* swck, and
Oper.712DIKSi COUtTRUS (eXrepl UM—q=21300
Nm:omtruc= Er pboyee
wnlres c outracts aml open niaAer
- C onncl WcA Ham &
rout 3m) exreeding $1 ;
y 24 b
Safey S=loffd. Act'
ONIMOffice of Feder.91 FivaacW,
Mmugement has moradopted le FAR
,linse, 1:01 $1 5GAO snmpkfied
acquisitan thzesh6ld stgodard,
Transit Operations
Trm.ul E,n-jpl owyee PruMLtv e
�24-d
AiniqementE
C harter Bm Opmums.
rI :'S
,r ,aerations
Dnig Use and Teitizag
t3 " s�rasiad. Ve fumtlou
�Ucohol Mhusem, d, Tesdug
Sa&ty, -Ansifam.. ftlacbm,
Ti 35 b
Transit Purchasing and Procurement Policy 26
MEMIMME
"'mall
PROVISIONS, CERTIBCATIEINS, REPORTS, FORMS, ,AND OTHER —MATRICES
A. THIRD PARTY CONTRACT PROVISIONS (Continued)
�exe"iudirffmicro-purchases, except Davis -Bacon requirements apply to contrart,, excei2ding $ 2,000)
MASTER AGREEMENT
PROVISION IOICI
COMMENTS
REFERENCE
based on FA A(30), 11-2-20,2 '
Planning, Research, Development, avid Demonstration nstiration Projects,
RatentRights
F 17
Rights in ISiata and Copyrighu
F 1s
Special Notifiwcatlon Requirements for Stat;es
Special Notificabon Requirement
3T
for States
lisr;ellanelous Special Requirements
Energy Conservation
AH Contracts
f 6
Contracts when pro,curing
Recycled Products
S10,000 or more per Vear & rtenxs
6, lE.d.110'�
designated by EPA.
Pr hflntion on Con, M,
AB Contracts
2 CFR 200 Appendix rli
Te1eccm=ani arkow, Zqmproenf
'2 CFR', 00.216
Conformance with. Nati:onai im 3
Contracts and scOicitatiom for ITS
§ADA
Architecture
1projects„
Access
Contracts foil roking stocE Corr
facilities construct iorw,f ren+ation.
�is,s4ginaiBitrop Ciausse
Procurements through
assignments ("P,uggvb-krnT).
� lE,a, ,wIh4ch in,rorporates fTA. circular 42M1
Transit Purchasing and Procurement Policy 27
"'mall
PROVISIONS, CERTIIFICATEONS, REPORTS, FORMS, AND OTHER —MATRICES
A. THIIRD PARTY CONTRACT p'Ro RSio NS (Continue d
�e du ding kro-purchases, except Davis -Bacon requirements apply too contracts exceeding $2,000)
MASTER AGREEMENT
PROVISION
C'ONI EINT'
REFERENCE
used on Fit II' A : R 1-2-2022 ..,
Planning,,„ Research, Development, and Dernon tration Projects
Patent', Rights
§ 0
Rights in; Data and Copyright&
§ 1
Special Notification Requirements for States
Specia;I NoTifcat o n Requiirerrti ent
T
for States
Miscellaneous Special Requirements
Energy Conservation
AR Contracts
26
rtio ntracts hern Ipirtocuberg
Recycled Rrcducts
$10,000 oT more per year of (terns
designated by ERA.,
probbitioms on Comm
Dili Contracts
? EFR 200 Ap�pen�d x l p
Te1eCa=w.tic�tii3= t6pm'e
2 C;;F'R 200.216
Confonmance %wth, IFlatia nal ITS
Convacrs aind szOicitatioins for ITS
16,.tl
AirchAectuire
pro-jects,.
ADA Access,
Contracts for rolkng storck or
�12,.Ih
facitlides constrcuction/renavation.
�ssigrm:aitlity Cause,�
Rrac�uremands through
16.a, wIhrch uincorporatas FTC. circce,alar 4220J.,1,
as-signments (' ptb&,:1Wtiisrg").
Transit Purchasing and Procurement Policy 28
"'mall
PROVISIO S, CERTIFICATIONS, REPORTS, FOR IS, .AND OTHER—ALATRICE.
B, ;P'PLI ABILITY OF THIRD PARTY E O N "TI -ACT" PR RVItSIO S
('excludli nuem-,purchases, except l nu, -Barn a aegu u-ami ,ts iprply to r o nh-act: exceed2.,MG)
"nT'E ENE FROCITMIENT
PROVISION
Professional
t�wq��r°ationsp
Rolling
Stock
Iolmstr•nctiorn
Itlaier�arulus �'
S"er°aiiaesik&E
A'I,riaraeaa®erat
Purchase
%ppIiMr
No Federal lioceni nident
Obligations to Third Parties
All
All
All
All
All
(by Use of a Disclaimer)
False Statements gar l`lainis Civil
and Criminal Fraud
All
All
H
.All
All
Access to Third P'aM,,, Contract
All
All
All
All
All
Records
Changes to Federal Requirements
All
All
All
All
All
Teransiiiibmi
• 10.000
• 10-001
1&l, lA
° 10.000
: ` 1 0,0liil
Equal Enaplovment Opapaoortmut'yy
All
All
All
All
all
except Special D01- EEO chuLse
for constnaicdon ;ro ft-ts)
Special DOL aO clause for
-,SMOOI l
Cons=doll prolecn
Disadvantaged Business
Al.l
All
alp
All
All
Ente nie (DBE )
Incorporation of FTC, Tenns
All
All
All
All
all
Debarnnent and Suspension
$215, 00
425,000
, '5, 0
:42570,00
$25,0010
)l,.Lu j, Arnerica,
W HOO
: ,'$15 . It
> 15 0,0,00,
Resolution ofDhputes,,Breaches,
250,000
, I5l),0010
5250.000
> Ilft.ilFT
> ;250,t
or Outlier Litigate on.
Lobbying
= 1Ml1fM,OGG
IIKOOO
5,100,000
` lMOW
4100, It
Cle'In Air
4150,000
>$150,000
I10,00
4150,01CF01
a ,Idot;
Clean T" titer
. 1`0,000
, 150,000
,1507000
1150,0100
150,
Caro Preference
Transport br ,
Transport by
Transport by
ocean vessel.
ocean vessel.
ocean vessell..
Fly America.
Foreigm air
Foreipi pair
Foreign air
Foreip, aver
Foreip, i air
tram pa /travel,
transpud.
trannala.
tIMIT.
rsans)p„
itravel,.
"txaa"el.
Aavel..
1"travel...
Notice to FTC, and U.S. DOT
$25000 or
$215,0000,
$.I5. M G or
2;57or
$25.000 mar
Inspector ° General of Informatiorn
More Ptnne
More Prime
More. Pie
More. Phine
Nlore pr e
Related to Fraur Waste, etc.
and Subs
and Subs
and Subs
and Subs
and Subs
P°rcaaapit Parnent
All
All
All
All
All
Transit Purchasing and Procurement Policy 29
"'mall
PRf, VISIQ S, C°E''RTIT'I ;ATIONS, REFORTS,'FORMS„ AND OTIIT—FiLATF.I :E,S
B, tlPPLICAB.E .IT'Y OF THIRD 1s kRTY C I �s'�TR--X:(;`T lPROVI,SI " S (C; onttiemroed)
(exclul a mcra-;plu'Cha e . eycept Davit-Bicmi requirem apply to constructicm routractL exceeding S2,C'd4IC)
TYPE OFPROCUREMENT
Professional,
peraationsl
RoHing
Materials
PROISIivti"i
Serviee-JAckE
Management
Stock.
Conffr•a tion
Supplies
Perm ha,w
basis-llaccam,t
,lNJ(alsscm
ferries).
Teteramms Preference
, 1 m .001
Con, tact Work 3- ours and Safety
4250,000
5250,0 0
-$250,0 11
Stilidards: Act
(tra:nsportatioms
(also ferries).
ser' ces
C,"Opelam 1.And- iclbmk Act
Section 1
All
Section 2
52.001 N (alro
f"emes").
Banding
r. 250,0 11
Seismic Safetv
Aa_'iFE for new
New
buildings &
lamuldirm,gs
aclrlitiDns
additions
Transit Employee Protective
Transit
Haan enments.
operations.
Charter Sen ce -; rmmtions
All.
School. Bi s Operations
All
Drug Use amend 'Testing
Tramm �t
operations.
Alcohol "llisa.ise and Testin'S
Transit
operations
Fa tent Pi ght s
R&D
Rights in I1ata <rmmmf Coi_oits
R ii: D
EneTgy Consenatton
All
All
All
All,
All
Recycled Products
EPA, selected
EPA selected
EPA —selected
itemis S10500
mtemas 10.
items $10X0
or more
or snore
or inure
alnnt"I'Dv.
mrin lly.
annually.
Seat Re t Use
All
All
All
all
All
Distracted ted EYri w imm,,g
All
All
All
All
All
ConfornmaEre with ITS National
ITS projects.
ITS projects.
ITS projects..
ITS projects.
ITS pr-ojects.
Arclutectrmme,
ADA .Ecscess
AU
All
All
All.
All
Notification of Federal
Limited to
Lnrr ited to
Linuted tma
Limited to
Lunited to
F'articm ton for States
Statutes.
States,.
States.
States.
;State,..
Ftohibition on Certain
All,
All
All
All
All
Telecoramn micadons E i;d mmrenm
Transit Purchasing and Procurement Policy 30
"'mall
PROVISIONS, C,ERTIEICATIO S, REPORTS, FORE AM AND OTHER-7,NLATRICTS
C"E TI.FIC" ATIONS„ REPORTS. AND FORMS
CE, R I ° 'n,ON,,'S,, REPCOlt. S,
0 1 1 1T ,
REGULATORY
FORYIS
REFERENCE
41 prncusue t> of newmodel transit
Bu<, Te,ytamg Cemtiidcatic,m,
buses aard v= aind eu:xmg°models e g
49 CFR Paa-t 665
modified mtlr mayor changev,.
TN,,4 Certiiicanomm,
All I-Mlllgg story PffOLine e _
49 CTR Rut
Procu en^men of J'.teel, iran mmufachzed
BUY .Ameervza CeLlifiLawn
Pr Odmct'and rc'm;rtrmmd� con tulte71,L
49 CTR Paat 661
evr,�eede, ' "�1mv�,ftlN1'd.,
P"reaward Rer.-mew,
FTA r nniml Cerntamcahcm for any r;olln9,g'
49 C FK Pail 663
y l- Procurement.
preauumrd BM, America
RLollin, stack Procwenment", emzeechng'
49 C,FKPaat 663
Cet-n5catzon
S150.000.
Freau card Purchaser's R.egpmd'emcent
.-d_ roll<ug stock, Prazirerrmentm..
49 C Fly Paat 66
Post De zvem-v Kevuew
FTA Annual CernEcanon !for any rolling
=lit CTR Paat 663
stool: Pm eurernent.
Foot LDeliv,-er-td Bun, Amenca
R_olHng; stock Pr-oamone ,e excee ng
49 CTR Pm!t 663
Cer tificatuon
S150,000.
oat Deliver: Pcmclmasee' s
All Tolling ato'c16.. PffOC'nrerdme'ML tad tlNeemmteMl
49 CTR Rut 663
Requirement
re+rlurred by Federal I-,ww and regumlat omr,n.,
Rolan;g Stock except fbr Pr,°amrarearreaf Cyr.
-10 or fewrer VeEclez
- M2 or Fewer vehicies -A:3T'"nm;g rumad (cbtlre'r'
tlran urbanize&) area, or nrbaanm"Fed areas a"
On -Site ZUSPec3om"S F.ePOrt",
200 ,&00, people aim` Fewer,-
49 CTFL Part 663
- my Mount Of;Pr'ima7d'+„";mimm77fa;L't`mied,
mtaamdLnd production and U n ochffued & m,
Lai ailea- vi ual rn^Pedmtaon wed road testing,
sit hlhe cammtsact ,Pecmm.afion^a,..
Federal Motor Vehicle Safety,
Stam&ir& - R-emiurd and Post
Motor relmrc le Procures nentm' (49 CTR", 571).
49 CTR"1 Paat 66
Dalrvei7^ Reviews
9 t"TR Part 20
OMB Office of Federal
Firm ra3.1 klamagenre'art' Ray
Lo1aXi;N'H¢mg;
Procmernents exceeding ",1,00700.,
not a&ptecl F-�,R: 2-101,
$150,000 :u Bled
acgmmr i dcmm &.IE'abuld
stamdard.
49 CFFL Part 20
R Office of Fedend
Standard Form LLL and Qaarterly
Procurement exceedir7 51(Y)J,000 where,
Faunarr i;al NIammsageinemmt La:,
Updates ,-kvhen ngln3ldj-
ca nnactcar engage;; in la!dlal "usg, activities
not adapted FAR 2.101
150,r.00 ,implrf"ied
aculrmn~~i'nom du-e;hoM
atmda d.
Transit Purchasing and Procurement Policy 31
"'mall
PROVISIONS, CERTIFICIATIS,RE,PRT,S.FORINIS,,ANDOTHIR NLATRICE
D., OTHERNLALITERS
O= MATIE
o µ
STATUTrORY"OR REGULATORY
F.,E " i , iCJ.: S,
f'onw,ioi Admmistratmcry Sy -, e
2- CFR 5 IOU 18,(V)
RecoardozfPL co. emen4 Es -Y
2 C,FR
Selection Prwedw-em
AwarL,
_ CFR 00.320: c..
No Excessive Boniiing
gl'JBJ.amenIC
2 CFR 2100 aD( Q( ".
FTmo mcwmammy Specfficafton
2 CFR 20& 3 19aW) (1)
No Geograplue PrefoenceS
Except fGr A&E Seff%�ceJ
Transit Purchasing and Procurement Policy 32
Appendix : F,..1'A l l[aumtltti.tory Provisions
Example Third -Party Federal Contract Clauses
Required by Federal Transit Administration (FTA)
Fly America Requirements
The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General
Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of
Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government -financed
international air travel and transportation of their personal effects or property, to the extent such service is
available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The
Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately
explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air
carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The
Contractor agrees to include the requirements of this section in all subcontracts that may involve international air
transportation.
Buy America Requirements
Contractor shall comply with 49 USC 53230) and 49 CFR 661, stating that Federal funds may not be obligated
unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States,
unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed
in 49 CFR 661.7, and include software, microcomputer equipment and small purchases (currently less than
$150,000.00) made with capital, operating, or planning funds. Separate requirements for rolling stock are stated
at 53230)(2)(C) and 49 CFR 661.11. Rolling stock must be manufactured in the US and have a minimum 60%
domestic content for FY2016 and FY2017, a minimum 65% domestic content for FY2018 and FY2019 and a
minimum 70% domestic content for FY2020 and beyond. A bidder or offeror shall submit appropriate Buy
America certification to the recipient with all bids on FTA-funded contracts, except those subject to a general
waiver. Proposals not accompanied by a completed Buy America certification shall be rejected as nonresponsive.
This requirement does not apply to lower tier subcontractors.
Charter Bus Requirements
Contractor shall comply with 49 USC 5323(d) and (g) and 49 CFR 604, which state that recipients and
subrecipients of FTA assistance may provide charter service for transportation projects that uses equipment or
facilities acquired with Federal assistance authorized under the Federal transit laws (except as permitted by 49
CFR 604.2), or under 23 U.S.C. 133 or 142, only in compliance with those laws and FTA regulations, "Charter
Service," 49 CFR part 604, the terms and conditions of which are incorporated herein by reference.
School Bus Requirements
Pursuant to 69 USC 5323(f) or (g) as amended by MAP-21, 23 USC 133, 23 USC 142, and 49 CFR 605, recipients
and subrecipients of FTA assistance shall not engage in school bus operations exclusively for transportation of
students and school personnel in competition with private school bus operators unless qualified under specified
exemptions. When operating exclusive school bus service under an allowable exemption, recipients and
Transit Purchasing and Procurement Policy 33
subrecipients shall not use federally funded equipment, vehicles, or facilities. Violations. If a Recipient or any
Third -Party Participant that has operated school bus service in violation of FTA's School Bus laws and regulations,
FTA may:
1) Require the Recipient or Third -Party Participant to take such remedial measures as FTA considers appropriate,
or
2) Bar the Recipient or Third Party Participant from receiving Federal transit funds.
Cargo Preference Requirements
Contractor shall: a. use privately owned US -Flag commercial vessels to ship at least 50% of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any
equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available
at fair and reasonable rates for US flag commercial vessels; b. furnish within 20 working days following the
loading date of shipments originating within the US or within 30 working days following the loading date of
shipments originating outside the US, a legible copy of a rated, "on -board" commercial bill -of -lading in English
for each shipment of cargo described herein to the Division of National Cargo, Office of Market Development,
Maritime Administration, Washington, DC 20590 and to the recipient (through contractor in the case of a
subcontractor's bill -of -lading.) c. include these requirements in all subcontracts issued pursuant to this contract
when the subcontract involves the transport of equipment, material, or commodities by ocean vessel.
Seismic Safety Requirements
Contractor agrees that any new building or addition to an existing building shall be designed and constructed in
accordance with the standards required in USDOT Seismic Safety Regulations 49 CFR 41 and shall certify
compliance to the extent required by the regulation. Contractor shall also ensure that all work performed under
this contract, including work performed by subcontractors, complies with the standards required by 49 CFR 41
and the certification of compliance issued on the project.
Energy Conservation Requirements
Contractor shall comply with mandatory standards and policies relating to energy efficiency, stated in the state
energy conservation plan issued in compliance with the Energy Policy & Conservation Act
Bus Testing
Rolling Stock/Turnkey Contractor [manufacturer] shall comply with 49 USC A5323(c) and FTA's implementing
regulation 49 CFR 665 and shall perform the following:
1) A manufacturer of a new bus model or a bus produced with a major change in components or configuration
shall provide a copy of the final test report to the recipient prior to the recipient's final acceptance of the first
vehicle.
2) A manufacturer who releases a report under para. 1 above shall provide notice to the operator of the testing
facility that the report is available to the public.
3) If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the
identical configuration and major components as the vehicle in the test report, which must be provided to
the recipient prior to the recipient's final acceptance of the first vehicle. If configuration or components are
not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for
concluding that it is not a major change requiring additional testing.
Transit Purchasing and Procurement Policy 34
4) If the manufacturer represents that the vehicle is "grandfathered" (has been used in mass transit service in
the US before Oct. 1, 1988, and is currently being produced without a major change in configuration or
components), the manufacturer shall provide the name and address of the recipient of such a vehicle and the
details of that vehicle's configuration and major components.
Pre Award and Post Delivery Audit Requirements
Rolling Stock/Turnkey Contractor shall comply with 49 USC 5323(1) and FTA's implementing regulation 49
CFR 663 and submit the following certifications:
1) Buy America Requirements: Contractor shall complete and submit a declaration certifying either
compliance or noncompliance with Buy America. If contractor certifies compliance with Buy America, it
shall submit documentation listing:
a. Component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of
the parts, their country of origin and costs; and
b. The location of the final assembly point for the rolling stock, including a description of the activities that
will take place at the final assembly point and the cost of final assembly.
c. Solicitation Specification Requirements: Contractor shall submit evidence that it will be capable of
meeting the bid specifications.
d. Federal Motor Vehicle Safety Standards (FMVSS): Contractor shall submit
i. manufacturer's FMVSS self -certification sticker information that the vehicle complies with relevant
FMVSS or
ii. manufacturer's certified statement that the buses will not be subject to FMVSS regulations.
Lobbyin,- Restrictions
COB/TMB agrees that neither it nor any Third Party Participant will use federal assistance to influence any officer
or employee of a federal agency, member of Congress or an employee of a member of Congress, or officer or
employee of Congress on matters that involve the Underlying Agreement, including any extension or
modification, according to the following:
1) Laws, Regulations, Requirements, and Guidance. This includes:
a. The Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352, as amended;
b. U.S. DOT regulations, "New Restrictions on Lobbying," 49 CFR Part 20, to the extent consistent with
31 U.S.C. § 1352, as amended; and
c. Other applicable federal laws, regulations, requirements, and guidance prohibiting the use of federal
assistance for any activity concerning legislation or appropriations designed to influence the U.S.
Congress or a state legislature; and
2) Exception. If permitted by applicable federal law, regulations, requirements, or guidance, such lobbying
activities described above may be undertaken through the Recipient's or Subrecipient's proper official
channels.
Access to Records and Renorts
1) Record Retention - The Contractor will retain, and will require its subcontractors of all tiers to retain, complete
and readily accessible records related in whole or in part to the contract, including, but not limited to, data,
documents, reports, statistics, sub- agreements, leases, subcontracts, arrangements, other third -party
agreements of any type, and supporting materials related to those records.
2) Retention Period - The Contractor agrees to comply with the record retention requirements in accordance
with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under
this Contract for a period of at not less than three (3) years after the date of termination or expiration of this
Transit Purchasing and Procurement Policy
9
Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract,
in which case records shall be maintained until the disposition of all such litigation, appeals, claims or
exceptions related thereto.
3) Access to Records — The Contractor agrees to provide sufficient access to FTA and its contractors to inspect
and audit records and information related to performance of this contract as reasonably may be required
4) Access to the Sites of Performance — The Contractor agrees to permit FTA and its Contractors access to the
sites of performance under this contract as reasonably may be required.
Changes to Federal Requirements
1) Contractor shall comply with all applicable FTA regulations, policies, procedures and directives, including
without limitation those listed directly or by reference in the Master Agreement between COB/TMB and FTA,
as they may be amended or promulgated from time to time during the term of the contract. Contractor's failure
to comply shall constitute a material breach of the contract.
2) All rulings and interpretations of the Davis -Bacon and related Acts contained in 29 C.F.R. Parts 1, 3, and 5
are herein incorporated by reference in this Contract.
Bondinz Requirements
Bid Bond Requirements (Construction)
1) Bid Security. A Bid Bond must be issued by a fully qualified surety company acceptable to COB/TMB and
listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as
described thereunder.
2) Rights Reserved. In submitting this Bid, it is understood and agreed by bidder that the right is reserved by
COB/TMB, to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn
for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of COB/TMB.
It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within
[ninety (90)] days after the bid opening without the written consent of COB/TMB, shall refuse or be unable
to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable
Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to
furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of
COB/TMB's damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or
provide adequate security therefor.
It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check,
Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby
which has been retained by COB/TMB as provided in [Item x "Bid Security" of the Instructions to Bidders])
shall prove inadequate to fully recompense COB/TMB for the damages occasioned by default, then the
undersigned bidder agrees to indemnify COB/TMB and pay over to COB/TMB the difference between the
bid security and TMB's total damages, so as to make COB/TMB whole. The undersigned understands that
any material alteration of any of the above or any of the material contained on this form, other than that
requested, will render the bid unresponsive.
Performance and Payment Bonding Requirements (Construction)
The Contractor shall be required to obtain performance and payment bonds as follows:
1) Performance bonds
a. The penal amount of performance bonds shall be 100 percent of the original contract price, unless
COB/TMB determines that a lesser amount would be adequate for the protection of COB/TMB.
b. COB/TMB may require additional performance bond protection when a contract price is increased. The
increase in protection shall generally equal 100 percent of the increase in contract price. COB/TMB may
Transit Purchasing and Procurement Policy 36
"'mall
secure additional protection by directing the Contractor to increase the penal amount of the existing bond
or to obtain an additional bond.
2) Payment bonds
a. The penal amount of the payment bonds shall equal:
i. Fifty percent of the contract price if the contract price is not more than $1 million.
ii. Forty percent of the contract price if the contract price is more than $1 million but not more than $5
million; or
iii. Two and one half million if the contract price is more than $5 million
b. If the original contract price is $5 million or less, COB/TMB may require additional protection as
required by subparagraph a if the contract price is increased.
Performance and Payment Bonding Requirements (Non -Construction)
The Contractor may be required to obtain performance and payment bonds when necessary to protect the
COB/TMB's interest.
1) The following situations may warrant a performance bond:
a. COB/TMB property or funds are to be provided to the contractor for use in performing the contract or as
partial compensation (as in retention of salvaged material).
b. A contractor sells assets to or merges with another concern, and COB/TMB, after recognizing the latter
concern as the successor in interest, desires assurance that it is financially capable.
c. Substantial progress payments are made before delivery of end items starts.
d. Contracts are for dismantling, demolition, or removal of improvements.
2) When it is determined that a performance bond is required, the Contractor shall be required to obtain
performance bonds as follows:
a. The penal amount of performance bonds shall be 100 percent of the original contract price, unless
COB/TMB determines that a lesser amount would be adequate for the protection of COB/TMB.
b. COB/TMB may require additional performance bond protection when a contract price is increased. The
increase in protection shall generally equal 100 percent of the increase in contract price. COB/TMB may
secure additional protection by directing the Contractor to increase the penal amount of the existing
bond or to obtain an additional bond.
3) A payment bond is required only when a performance bond is required, and if the use of payment bond is in
COB/TMB's interest.
4) When it is determined that a payment bond is required, the Contractor shall be required to obtain payment
bonds as follows:
The penal amount of payment bonds shall equal:
i. Fifty percent of the contract price if the contract price is not more than $1 million;
ii. Forty percent of the contract price if the contract price is more than $1 million but not more than $5
million; or
iii. Two and one half million if the contract price is increased.
Advance Payment Bonding Requirements
The Contractor may be required to obtain an advance payment bond if the contract contains an advance
payment provision and a performance bond is not furnished. COB/TMB shall determine the amount of the
advance payment bond necessary to protect COB/TMB.
Patent Infringement Bonding Requirements (Patent Indemniiy)
The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and
the financial responsibility of the Contractor is unknown or doubtful. COB/TMB shall determine the amount of
the patent indemnity to protect COB/TMB.
Transit Purchasing and Procurement Policy 37
Warranty of the Work and Maintenance Bonds
1) The Contractor warrants to COB/TMB, the Architect and/or Engineer that all materials and equipment
furnished under this Contract will be of highest quality and new unless otherwise specified by COB/TMB,
free from faults and defects and in conformance with the Contract Documents. All work not so conforming
to these standards shall be considered defective. If required by the [Project Manager], the Contractor shall
furnish satisfactory evidence as to the kind and quality of materials and equipment.
2) The Work furnished must be of first quality and the workmanship must be the best obtainable in the various
trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby
guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1)
year after Final Payment by COB/TMB and shall replace or repair any defective materials or equipment or
faulty workmanship during the period of the guarantee at no cost to COB/TMB. As additional security for
these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below],
furnish separate Maintenance (or Guarantee) Bonds in form acceptable to COB/TMB written by the same
corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this
Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and
faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an
amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all).
Clean Water
Contractor agrees that any new building or addition to an existing building shall be designed and constructed in
accordance with the standards required in USDOT Seismic Safety Regulations 49 CFR 41 and shall certify
compliance to the extent required by the regulation. Contractor shall also ensure that all work performed under
this contract, including work performed by subcontractors, complies with the standards required by 49 CFR 41
and the certification of compliance issued on the project.
Clean Air
1) Contractor shall comply with all applicable standards, orders or regulations pursuant to the Clean Air Act,
42 USC 7401 et seq. Contractor shall report each violation to the recipient and understands and agrees that
the recipient will, in turn, report each violation as required to FTA and the appropriate EPA Regional Office.
2) Contractor shall include these requirements in each subcontract exceeding $150,000.00 financed in whole or
in part with FTA assistance.
Recycled Products
The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and
Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of
40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in
Subpart B of 40 CFR Part 247.
Davis -Bacon
49 U.S.C. § 5333(a) (Applies to all prime construction, alteration, or repair contracts over $2,000.00)
COB/TMB shall place a copy of the current prevailing wage determination in the solicitation. The decision to
award a contract will be conditioned upon the acceptance of the wage determination. Under 49 U.S.C. §
5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assisted construction,
alteration, or repair projects. The Contractor will comply with the Davis -Bacon Act, 40 U.S.C. §§ 31413144,
and 3146-3148 as supplemented by DOL regulations at 29 C.F.R. part 5, "Labor Standards Provisions
Applicable to Contracts Governing Federally Financed and Assisted Construction." In accordance with the
Transit Purchasing and Procurement Policy 38
"'mall
statute, the Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages
specified in a wage determination made by the Secretary of Labor. In addition, the Contractor agrees to pay
wages not less than once a week. The Contractor is prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the compensation to
which he or she is otherwise entitled.
Copeland Anti -Kickback Acts
Section 1. The Contractor shall induce by force, intimidation, threat of dismissal from employment, or by any
other manner, any person employed in the construction or repair of public buildings or public works that are
financed in whole or in part by the United States, to give up any part of the compensation to which he or she is
otherwise entitled.
Section 2. The Contractor shall submit a weekly statement of compliance to COB/TMB with respect to the
wages paid each employee performing covered work during the preceding week.
Contract Work Hours and Safety Standards Act
1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in
such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-
half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek.
2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set
forth in paragraph 1 of this section, contractor and any subcontractor responsible therefore shall be liable for
the unpaid wages. In addition, such contractor and subcontractor shall be liable for liquidated damages.
Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph l of this section, in the sum
of $10.00 for each calendar day on which such individual was required or permitted to work in excess of the
standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in
paragraph 1 of this section.
3) Withholding for unpaid wages and liquidated damages - the recipient shall upon its own action or upon
written request of USDOL withhold or cause to be withheld, from any moneys payable on account of work
performed by contractor or subcontractor under any such contract or any other Federal contract with the
same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours & Safety
Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary
to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph 2 of this section.
4) Subcontracts - Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this
section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.
Prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with
the clauses set forth in this section.
No Government Obligation to Third Parties
1) COB/TMB and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying Contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be
subject to any obligations or liabilities to COB/TMB, the Contractor, or any other party (whether or not a
party to that contract) pertaining to any matter resulting from the underlying Contract.
Transit Purchasing and Procurement Policy 39
"mall
2) The contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal
assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor who
will be subject to its provisions
False or Fraudulent Statements or Claims
1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.
Part 31, apply to its actions pertaining to this procurement. Upon execution of the underlying contract, the
Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may
make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this
contract work is being performed. In addition to other penalties that may be applicable, the Contractor further
acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement,
submission, or certification, the Federal Government reserves the right to impose the penalties of the Program
Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate.
2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification to the Federal Government under a contract connected with a
project that is financed in whole or in part with Federal assistance originally awarded by FTA under the
authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001
and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.
3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to
identify the Subcontractor who will be subject to the provisions.
1) Termination for Convenience (General Provision) COB/TMB may terminate this contract, in whole or in part,
at any time by written notice to contractor when it is in its best interest. Contractor shall be paid its costs,
including contract close-out costs, and profit on work performed up to the time of termination. Contractor
shall promptly submit its termination claim to the recipient. If contractor is in possession of any of the
recipient's property, contractor shall account for same, and dispose of it as the recipient directs.
2) Termination for Default [Breach or Cause] (General Provision) If contractor does not deliver items in
accordance with the contract delivery schedule, or, if the contract is for services, and contractor fails to
perform in the manner called for in the contract, or if contractor fails to comply with any other provisions of
the contract, COB/TMB may terminate this contract for default. Termination shall be effected by serving a
notice of termination to contractor setting forth the manner in which contractor is in default. Contractor shall
only be paid the contract price for supplies delivered and accepted, or for services performed in accordance
with the manner of performance set forth in the contract.
If it is later determined by COB/TMB that the contractor had an excusable reason for not performing, such as
a strike, fire, or flood, events which are not the fault of or are beyond the control of contractor, COB/TMB,
after setting up a new delivery or performance schedule, may allow contractor to continue work, or treat the
termination as a termination for convenience.
3) Opportunity to Cure (General Provision) COB/TMB in its sole discretion may, in the case of a termination
for breach or default, allow contractor an appropriately short period of time in which to cure the defect. In
such case, the notice of termination shall state the time period in which cure is permitted and other appropriate
conditions.
If contractor fails to remedy to COB/TMB's satisfaction the breach or default or any of the terms, covenants,
or conditions of this Contract within ten (10) days after receipt by contractor or written notice from COB/TMB
setting forth the nature of said breach or default, COB/TMB shall have the right to terminate the Contract
without any further obligation to contractor. Any such termination for default shall not in any way operate to
Transit Purchasing and Procurement Policy 40
"mall
preclude COB/TMB from also pursuing all available remedies against contractor and its sureties for said
breach or default.
4) Waiver of Remedies for any Breach In the event that COB/TMB elects to waive its remedies for any breach
by contractor of any covenant, term or condition of this Contract, such waiver by COB/TMB shall not limit
its remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract.
5) Termination for Convenience (Professional or Transit Service Contracts) COB/TMB, by written notice, may
terminate this contract, in whole or in part, when it is in its interest. If the contract is terminated, the recipient
shall be liable only for payment under the payment provisions of this contract for services rendered before the
effective date of termination.
6) Termination for Default (Supplies and Service) If contractor fails to deliver supplies or to perform the services
within the time specified in this contract or any extension or if the contractor fails to comply with any other
provisions of this contract, COB/TMB may terminate this contract for default. COB/TMB shall terminate by
delivering to contractor a notice of termination specifying the nature of default. Contractor shall only be paid
the contract price for supplies delivered and accepted, or services performed in accordance with the manner
or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is
determined that contractor was not in default, the rights and obligations of the parties shall be the same as if
termination had been issued for COB/TMB's convenience.
7) Termination for Default (Transportation Services) If contractor fails to pick up the commodities or to perform
the services, including delivery services, within the time specified in this contract or any extension or if
contractor fails to comply with any other provisions of this contract, COB/TMB may terminate this contract
for default. COB/TMB shall terminate by delivering to contractor a notice of termination specifying the nature
of default. Contractor shall only be paid the contract price for services performed in accordance with the
manner of performance set forth in this contract. If this contract is terminated while contractor has possession
of the recipient goods, contractor shall, as directed by COB/TMB, protect and preserve the goods until
surrendered to the recipient or its agent. Contractor and COB/TMB shall agree on payment for the preservation
and protection of goods. Failure to agree on an amount shall be resolved under the Dispute clause. If, after
termination for failure to fulfill contract obligations, it is determined that contractor was not in default, the
rights and obligations of the parties shall be the same as if termination had been issued for COB/TMB's
convenience.
8) Termination for Default (Construction) If contractor refuses or fails to prosecute the work or any separable
part, with the diligence that will insure its completion within the time specified, or any extension, or fails to
complete the work within this time, or if contractor fails to comply with any other provisions of this contract,
the recipient may terminate this contract for default. the recipient shall terminate by delivering to contractor
a notice of termination specifying the nature of default. In this event, the recipient may take over the work
and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and
plant on the work site necessary for completing the work. Contractor and its sureties shall be liable for any
damage to the recipient resulting from contractor's refusal or failure to complete the work within specified
time, whether or not contractor's right to proceed with the work is terminated. This liability includes any
increased costs incurred by the recipient in completing the work. Contractor's right to proceed shall not be
terminated nor shall contractor be charged with damages under this clause if:
a. Delay in completing the work arises from unforeseeable causes beyond the control and without the fault
or negligence of contractor. Examples of such causes include: acts of God, acts of the recipient, acts of
another contractor in the performance of a contract with the recipient, epidemics, quarantine restrictions,
strikes, freight embargoes; and
b. Contractor, within 10 days from the beginning of any delay, notifies the recipient in writing of the causes
of delay. If in the recipient's judgment, delay is excusable, the time for completing the work shall be
extended. The recipient's judgment shall be final and conclusive on the parties, but subject to appeal under
the Disputes clauses.
Transit Purchasing and Procurement Policy 41
If, after termination of contractor's right to proceed, it is determined that contractor was not in default, or that
the delay was excusable, the rights and obligations of the parties will be the same as if termination had been
issued for the recipient's convenience.
a. Termination for Convenience or Default (Architect & Engineering) the recipient may terminate this
contract in whole or in part, for the recipient's convenience or because of contractor's failure to fulfill
contract obligations. The recipient shall terminate by delivering to contractor a notice of termination
specifying the nature, extent, and effective date of termination. Upon receipt of the notice, contractor shall:
i. immediately discontinue all services affected (unless the notice directs otherwise), and
ii. deliver to the recipient all data, drawings, specifications, reports, estimates, summaries, and other
information and materials accumulated in performing this contract, whether completed or in process.
If termination is for the recipient's convenience, it shall make an equitable adjustment in the contract
price but shall allow no anticipated profit on unperformed services. If termination is for contractor's
failure to fulfill contract obligations, the recipient may complete the work by contact or otherwise and
contractor shall be liable for any additional cost incurred by the recipient
If, after termination for failure to fulfill contract obligations, it is determined that contractor was not in default,
the rights and obligations of the parties shall be the same as if termination had been issued for the recipient's
convenience.
9) Termination for Convenience or Default (Cost -Type Contracts) the recipient may terminate this contract, or
any portion of it, by serving a notice or termination on contractor. The notice shall state whether termination
is for convenience of the recipient or for default of contractor. If termination is for default, the notice shall
state the manner in which contractor has failed to perform the requirements of the contract. Contractor shall
account for any property in its possession paid for from funds received from the recipient, or property supplied
to contractor by the recipient. If termination is for default, the recipient may fix the fee, if the contract provides
for a fee, to be paid to contractor in proportion to the value, if any, of work performed up to the time of
termination. Contractor shall promptly submit its termination claim to the recipient and the parties shall
negotiate the termination settlement to be paid to contractor. If termination is for the recipient's convenience,
contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in
proportion to the work performed up to the time of termination. If, after serving a notice of termination for
default, the recipient determines that contractor has an excusable reason for not performing, such as strike,
fire, flood, events which are not the fault of and are beyond the control of contractor, the recipient, after setting
up a new work schedule, may allow contractor to continue work, or treat the termination as a termination for
convenience.
Government -Wide Debarment and Suspension
1) This Contract is a covered transaction for purposes of 2 C.F.R. Part 200, 180, and 1200. As such, the
Contractor is required to verify that none of the Contractor, its principals, as defined at 2 C.F.R. Part 180, or
affiliates, as defined at 2 C.F.R. Part 180, are excluded or disqualified as defined at 2 C.F.R. Part 180.
2) The Contractor is required to comply with 2 C.F.R. Part 180, subpart C and must include the requirement to
comply with 2 C.F.R. Part 180, subpart C in any lower tier covered transaction it enters into. By signing and
submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a
material representation of fact relied upon by Transit Management of Beaumont. If it is later determined that
the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to
Transit Management of Beaumont, the Federal Government may pursue available remedies, including but not
limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2
C.F.R. Part 180, subpart C, as supplemented by 2 C.F.R. Part 1200, while this offer is valid and throughout
the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a
provision requiring such compliance in its lower tier covered transactions.
Transit Purchasing and Procurement Policy 42
Civil Rights Reauirements
1) Nondiscrimination — In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §2000d,
Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §6102, Section 202 of the
Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit laws at 49 U.S.C. §5332, the
Contractor agrees that it will not discriminate against any employee or applicant for employment because of
race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with
applicable Federal implementing regulations and other implementing requirements the FTA may issue.
2) Equal Employment Opportunity — The following equal employment opportunity requirements apply to
COB/TMB contracts:
a. Race, Color, Creed, National Origin, Sex — In accordance with Title VII of the Civil Rights Act, as
amended, 42 U.S.C. §2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply
with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL)
regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal
Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order
11246 Relating to Equal Employment Opportunity," 42 U.S.C. §2000e note), and with any applicable
Federal statutes, executive orders, regulations, and Federal policies that may in the future affect
construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated during employment without
regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited
to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising,
layoff or termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements the FTA
may issue.
b. Age — In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended,
29 U.S.C. §623 and Federal transit laws at 49 U.S.C. §5332, the Contractor agrees to refrain from
discrimination against present and prospective employees for reason of age. In addition, the Contractor
agrees to comply with any implementing requirements the FTA may issue.
c. Disabilities — In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42
U. S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment
Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans
with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. The
Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the
Contractor agrees to comply with any implementing requirements the FTA may issue.
3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with
Federal assistance provided by the FTA, modified only if necessary to identify the affected parties.
Disputes. Breaches. Default. and Litigation
1) FTA Interest. FTA has a vested interest in the settlement of any violation of federal law, regulation, or
requirement, or any disagreement involving the Award, the accompanying Underlying Agreement, and any
Amendments thereto including, but not limited to, a default, breach, major dispute, or litigation, and FTA
reserves the right to concur in any settlement or compromise.
2) Notification to FTA; Flow Down Requirement. If a current or prospective legal matter that may affect the
Federal Government emerges, the Recipient must promptly notify the FTA Chief Counsel and FTA Regional
Counsel for the Region in which the Recipient is located. The Recipient must include a similar notification
requirement in its Third -Parry Agreements and must require each Third -Party Participant to include an
equivalent provision in its subagreements at every tier, for any agreement that is a "covered transaction"
according to 2 C.F.R. § § 180.220 and 1200.220.
Transit Purchasing and Procurement Policy 43
"mall
a. The types of legal matters that require notification include, but are not limited to, a major dispute, breach,
default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in
any forum for any reason.
b. Matters that may affect the Federal Government include, but are not limited to, the Federal Government's
interests in the Award, the accompanying Underlying Agreement, and any Amendments thereto, or the
Federal Government's administration or enforcement of federal laws, regulations, and requirements.
c. Additional Notice to U.S. DOT Inspector General. The Recipient must promptly notify the U.S. DOT
Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the
Recipient is located, if the Recipient has knowledge of potential fraud, waste, or abuse occurring on a
Project receiving assistance from FTA. The notification provision applies if a person has or may have
submitted a false claim under the False Claims Act, 31 U.S.C. § 3729, et seq., or has or may have
committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bid
rigging, misappropriation or embezzlement, bribery, gratuity, or similar misconduct involving federal
assistance. This responsibility occurs whether the Project is subject to this Agreement or another
agreement between the Recipient and FTA, or an agreement involving a principal, officer, employee,
agent, or Third -Party Participant of the Recipient. It also applies to subcontractors at any tier. Knowledge,
as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by
a Federal, state, or local law enforcement or other investigative agency, a criminal indictment or civil
complaint, or probable cause that could support a criminal indictment, or any other credible information
in the possession of the Recipient. In this paragraph, "promptly" means to refer information without delay
and without change. This notification provision applies to all divisions of the Recipient, including
divisions tasked with law enforcement or investigatory functions.
3) Federal Interest in Recovery. The Federal Government retains the right to a proportionate share of any
proceeds recovered from any third party, based on the percentage of the federal share for the Underlying
Agreement. Notwithstanding the preceding sentence, the Recipient may return all liquidated damages it
receives to its Award Budget for its Underlying Agreement rather than return the federal share of those
liquidated damages to the Federal Government, provided that the Recipient receives FTA's prior written
concurrence.
4) Enforcement. The Recipient must pursue its legal rights and remedies available under any third -party
agreement or any federal, state, or local law or regulation
Patent and Rivahts in Data
(Applies ONLY to research projects in which FTA finances experimental, developmental, or research work)
1) This Project is funded through a Federal award with FTA for experimental, developmental, or research work
purposes. As such, certain Patent Rights and Data Rights apply to all subject data first produced in the
performance of this Contract. The Contractor shall grant WATA intellectual property access and licenses
deemed necessary for the work performed under this contract and in accordance with the requirements of 37
C.F.R. part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under
Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by
FTA or U.S. DOT. The terms of an intellectual property agreement and software license rights will be finalized
prior to execution of this Agreement and shall, at a minimum, include the following restrictions: Except for
its own internal use, the Contractor may not publish or reproduce subject data in whole or in part, or in any
manner or form, nor may the Contractor authorize others to do so, without the written consent of FTA, until
such time as FTA may have either released or approved the release of such data to the public. This restriction
on publication, however, does not apply to any contract with an academic institution.
2) The Federal Government reserves a royalty -free, non-exclusive and irrevocable license to reproduce, publish,
or otherwise use, and to authorize others to use for "Federal Government Purposes," any subject data or
copyright described below. For "Federal Government Purposes," means use only for the direct purposes of
the Federal Government. Without the copyright owner's consent, the Federal Government may not extend
its Federal license to any other party.
Transit Purchasing and Procurement Policy
"'mall
3) Unless FTA determines otherwise, the Contractor performing experimental, developmental, or research work
required as part of this Contract agrees to permit FTA to make available to the public, either FTA's license in
the copyright to any subject data developed in the course of the Contract, or a copy of the subject data first
produced under the Contract for which a copyright has not been obtained. If the experimental, developmental,
or research work, which is the subject of this Contract, is not completed for any reason whatsoever, all data
developed under the Contract shall become subject data as defined herein and shall be delivered as the Federal
Government may direct.
4) Unless prohibited by state law, upon request by the Federal Government, the Contractor agrees to indemnify,
save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope
of their official duties against any liability, including costs and expenses, resulting from any willful or
intentional violation by the Contractor of proprietary rights, copyrights, or right of privacy, arising out of the
publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract.
The Contractor shall be required to indemnify the Federal Government for any such liability arising out of the
wrongful act of any employee, official, or agents of the Federal Government.
5) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any
patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal
Government under any patent.
6) Data developed by the Contractor and financed entirely without using Federal assistance provided by the
Federal Government that has been incorporated into work required by the underlying Contract is exempt from
the requirements herein, provided that the Contractor identifies those data in writing at the time of delivery of
the Contract work.
7) The Contractor agrees to include these requirements in each subcontract for experimental, developmental, or
research work financed in whole or in part with Federal assistance.
Public Transit Employee Protective Agreements
(Applies to all contracts for transit operations)
1) The Contractor agrees to comply with the following employee protective arrangements of 49 U.S.C. §
5333(b) ("13(c)"):
a. U.S. DOL Certification. Under this Contract or any Amendments thereto that involve public
transportation operations that are supported with federal assistance, a certification issued by U.S. DOL is
a condition of the Contract.
b. Special Warranty. When the Contract involves public transportation operations and is supported with
federal assistance appropriated or made available for 49 U.S.C. § 5311, U.S. DOL will provide a Special
Warranty for its Award, including its Award of federal assistance under the Tribal Transit Program. The
U.S. DOL Special Warranty is a condition of the Contract.
c. Special Arrangements. The conditions of 49 U.S.C. § 5333(b) do not apply to Contractors providing
public transportation operations pursuant to 49 U.S.C. § 5310. FTA reserves the right to make case -by -
case determinations of the applicability of 49 U.S.C. § 5333(b) for all transfers of funding authorized
under title 23, United States Code (flex funds), and make other exceptions as it deems appropriate, and,
in those instances, any special arrangements required by FTA will be incorporated herein as required.
Disadvantaged Business Enterprises (DBE)
1) Contracts are subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation
by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs
2) The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance
of this Contract. The Contractor shall carry out applicable requirements of 49 C.F.R. Part 26 in the award
and administration of this DOT -assisted Contract. Failure by the Contractor to carry out these requirements
is a material breach of this Contract, which may result in the termination of this Contract or such other
Transit Purchasing and Procurement Policy 45
"mall
remedy as COB/TMB deems appropriate. Each subcontract the Contractor signs with a subcontractor must
include the assurance in this paragraph.
3) Contractors are required to document sufficient DBE participation to meet these goals or, alternatively,
document adequate good faith efforts to do so, as provided for in 49 C.F.R. 26.53. Award of this Contract
is conditioned on submission of the following:
a. The names and addresses of DBE firms that will participate in this Contract;
b. A description of the work each DBE will perform;
c. The dollar amount of the participation of each DBE firm participating;
d. Written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose
participation it submits to meet the contract goal;
e. Written confirmation from the DBE that it is participating in the Contract as provided in the prime
contractor's commitment; and
f. If the contract goal is not met, evidence of good faith efforts to do so.
The successful bidder/offeror will be required to report its DBE participation obtained through race -
neutral means throughout the period of performance.
4) The Contractor is required to pay its subcontractors performing work related to this Contract for
satisfactory performance of that work no later than 30 days after the Contractor's receipt of payment for
that work from COB/TMB. In addition, the Contractor may not hold retainage from its subcontractors.
5) The Contractor must promptly notify COB/TMB whenever a DBE subcontractor performing work related
to this contract is terminated or fails to complete its work and must make good faith efforts to engage
another DBE subcontractor to perform at least the same amount of work. The Contractor may not
terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate
without prior written consent of COB/TMB.
Incorporation of Federal Transit Administration (FTA) Terms
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or
not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set
forth in FTA Circular 4220.IF, to the extent it is consistent with the most recent laws and regulations, are hereby
incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be
deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor
shall not perform any act, fail to perform any act, or refuse to comply with any COB/TMB requests which
would cause COB/TMB to be in violation of the FTA terms and conditions.
Drug & Alcohol Abuse and Testing
The Contractor agrees to comply with the following Federal substance abuse regulations: a. Drug -Free Workplace.
U.S. DOT regulations, "Drug -Free Workplace Requirements (Grants), " 49 C.F.R. Part 32, that implements the
DrugFree Workplace Act of 1988 as amended, 41 U.S.C. §§ 8103 et seq., and 2 CFR part 182, b. Alcohol Misuse
and Prohibited Drug Use. FTA Regulations, "Prevention of Alcohol Misuse and Prohibited Drug Use in Transit
Operations," 49 USC 5331, as amended by Map21, 49 CFR part 40, 49 USC chapter 53, 49 CFR Part 655, to the
extent applicable.
Access Requirements for Persons with Disabilities
1) Contractor shall comply with 49 USC 5301(d), stating Federal policy that the elderly and persons with
disabilities have the salve rights as other persons to use mass transportation services and facilities and that
special efforts shall be made in planning and designing those services and facilities to implement that policy.
2) Contractor shall also comply with all applicable requirements of Sec. 504 of the Rehabilitation Act (1973), as
amended, 29 USC 794, which prohibits discrimination on the basis of handicaps, and the Americans with
Disabilities Act of 1990 (ADA), as amended, 42 USC 12101 et seq., which requires that accessible facilities
and services be made available to persons with disabilities, including any subsequent amendments thereto.
Transit Purchasing and Procurement Policy 46
"mall
Safe Operation of Motor Vehicles
1) Seat Belt Use. The Recipient agrees to implement Executive Order No. 13043, "Increasing Seat Belt Use in
the United States," April 16, 1997, 23 U.S.C. § 402 note, (62 Fed. Reg. 19217), by:
a. Adopting and promoting on-the-job seat belt use policies and programs for its employees and other
personnel that operate company -owned vehicles, company -rented vehicles, or personally operated
vehicles, and
b. Including a "Seat Belt Use" provision in each third -party agreement related to the Award
2) Distracted Driving, Including Text Messaging While Driving. The Recipient agrees to comply with:
a. Executive Order No. 13513, "Federal Leadership on Reducing Text Messaging While Driving," October
1, 2009, 23 U.S.C. § 402 note, (74 Fed. Reg. 51225),
b. U.S. DOT Order 3902.10, "Text Messaging While Driving," December 30, 2009, and
c. The following U.S. DOT Special Provision pertaining to Distracted Driving:
i. Safety. The Recipient agrees to adopt and enforce workplace safety policies to decrease crashes caused
by distracted drivers, including policies to ban text messaging while using an electronic device
supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Recipient owns,
leases, or rents, or a privately owned vehicle when on official business in connection with the Award,
or when performing any work for or on behalf of the Award,
ii. Recipient Size. The Recipient agrees to conduct workplace safety initiatives in a manner commensurate
with its size, such as establishing new rules and programs to prohibit text messaging while driving, re-
evaluating the existing programs to prohibit text messaging while driving, and providing education,
awareness, and other outreach to employees about the safety risks associated with texting while
driving, and
iii. Extension of Provision. The Recipient agrees to include the preceding Special Provision of section
34.b(3)(a) — (b) of this Master Agreement in its third party agreements and encourage its Third Party
Participants to comply with this Special Provision, and include this Special Provision in each third
party sub agreement at each tier supported with federal assistance.
Prohibition on certain telecommunications and video surveillance services or equipment
1) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to:
a. Procure or obtain;
b. Extend or renew a contract to procure or obtain; or
c. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems
that uses covered telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology as part of any system. As described in Public Law 115-232, section
889, covered telecommunications equipment is telecommunications equipment produced by Huawei
Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
i. For the purpose of public safety, security of government facilities, physical security surveillance of
critical infrastructure, and other national security purposes, video surveillance and
telecommunications equipment produced by Hytera Communications Corporation, Hangzhou
Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate
of such entities).
ii. Telecommunications or video surveillance services provided by such entities or using such equipment.
iii. Telecommunications or video surveillance equipment or services produced or provided by an entity
that the Secretary of Defense, in consultation with the Director of the National Intelligence or the
Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled
by, or otherwise connected to, the government of a covered foreign country.
2) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads
of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and
technical support to assist affected businesses, institutions and organizations as is reasonably necessary for
those affected entities to transition from covered communications equipment and services, to procure
Transit Purchasing and Procurement Policy
9
replacement equipment and services, and to ensure that communications service to users and customers is
sustained.
3) See Public Law 115-232, section 889 for additional information.
4) See also § 200.471.
Prompt Payment
The Bidder agrees to pay Subcontractors within ten (10) calendar days of the Bidder's receipt of payment from
COB/TMB for undisputed services provided by the Subcontractor. The Bidder agrees to pay Subcontractors all
undisputed retainage payments within ten (10) calendar days of completion of the work regardless of whether the
Bidder has received any retainage payment from COB/TMB. The Bidder shall not postpone or delay any
undisputed payments owed Subcontractors without good cause and without prior written consent of COB/TMB.
The Bidder shall not, by reason of said payments, be relieved from responsibility for Work done by the
Subcontractor and shall be responsible for the entire Work under this contract until the same is finally accepted
by COB/TMB. The Bidder agrees to include in all subcontracts a provision requiring the use of appropriate
alternative dispute resolution mechanisms to resolve payment disputes. The Bidder will not be reimbursed for
work performed by Subcontractors unless and until the Bidder ensures that Subcontractors are promptly paid for
work they have performed. Failure to comply with the provisions of this section FTA- 14.2 may result in
COB/TMB finding the Bidder in noncompliance with the DBE provisions of this Contract.
Other Environmental Federal Laws
COB/TMB agrees to comply or facilitate compliance, and assures that its Third Party Participants will comply or
facilitate compliance, with all applicable federal laws, regulations, and requirements, and will follow applicable
guidance, including, but not limited to, the Clean Air Act, Clean Water Act, Wild and Scenic Rivers Act of 1968,
Coastal Zone Management Act of 1972, the Endangered Species Act of 1973, Magnuson Stevens Fishery
Conservation and Management Act, Resource Conservation and Recovery Act, Comprehensive Environmental
Response, Compensation, and Liability Act, Executive Order No. 11990 relating to "Protection of Wetlands," and
Executive Order No. 11988, as amended, "Floodplain Management."
Transit Purchasing and Procurement Policy 48
"'mall
To Do Before the Procurement Process:
Review procurement process and policies
Implement procurement process and policies if necessary
Determine scope of procurement
Prepare a written Independent Cost Estimate and place in the procurement file
Identify who needs to be involved
Plan the procurement process
Decide on the method of procurement: RFQ, IFB, or RFP
Procurement Package Preparation
Convene Review Committee Develop draft RFQ, IFB, or RFP
Insert required ETA clauses and certifications into the procurement package (Ref. See2, Appendix 1&2)
Develop evaluation process and criteria for RFQ and RFP procurements
Review protest procedures (these should be a part of the procurement package)
Finalize draft of procurement package (i.e., IFB, RFP, or RFQ)
Finalize RFQ/IFB/RFP Package
Conducting the Procurement
Advertising and Notifying of potential bidders/proposers and place documentation in the procurement file
Conduct pre -bid or pre -proposal conference (optional)
Review Requests for Information /Acceptance of Approved Equals (if applicable)
Pre-bid/pre-proposal approved equals protests review (if applicable)
Bid/proposal deadline and acceptance
Pre -Award Review and Concurrence Process
Conduct bid opening or receive proposals
Conduct responsibility determination (Use COB/TMB Form #1/C.R.D. Checklist and place in the procurement file)
For RFP/RFQs - Reconvene review committee
For RFP/RFQs -Conduct evaluation process (place documentation in the procurement file)
For IFBs - Prepare tabulation of bids (place documentation in the procurement file)
For IFBs - Evaluate bids/proposals for required elements/responsiveness (place documentation in the procurement file)
For A&E Professional Services, Use COB/TMB Form #3/A&E Prof. Svcs. Procurement Checklist and place in
procurement file
Single Bid Analysis (if Applicable, use form COB/TMB Form #2/Single Bid Analysis Checklist)
Conduct cost or price analysis on responsive bids/proposals (place documentation in the procurement file)
Check federal suspended or debarred contractor list (SAM, place documentation in the procurement file)
Review and approval of intent to award
Notify selected and rejected bidders/proposers (where applicable)
Handle intent to award protests
Conduct bid opening or receive proposals
Conduct responsibility determination (Use COB/TMB Form #1/C.R.D. Checklist and place in the procurement file)
For RFP/RFQs - Reconvene review committee
For RFP/RFQs -Conduct evaluation process (place documentation in the procurement file)
Post -Award and Post -Delivery Activities
Issue purchase order or service contract to selected bidder/proposer
Monitor contractor activities (if applicable)
Post -delivery inspection of capital equipment purchases (if applicable)
Complete required post -delivery audit forms (if applicable)
Acceptance, warranty and service arrangements made with contractor (if applicable)
Vehicle Title/Registration — Title must show grantee as lien holder (if applicable)
Contractor submission of required forms and certifications
Obtain verification of acceptance of the goods or services procured
Obtain approval for payment of the contractor invoice
Verify payment to contractor
Notify COB Grant Manager to submit ECHO form for reimbursement of 5339 federal funds
Transit Purchasing and Procurement Policy 49
/� "'mall
]II���'i�tnid i mConflict of l rlite %t Quitstiommilaire
N FL,ICT N+F INTEREST QUESTIONNAIRE FORM CND!
For vandior doing business with helical go"lrernl emal en ilny.
Thiis utimtMmau'wrMuthe f6fiect6 charige's mado lu tlwm I&E, by 11..17 2'3tlolwh iLag , R6 uwlrar SUa6Ihuh. 01TICE SECINL
lhr. u?msmwhiuBra`afitn i� L°md up Lrl �n aaa.r.vv,i mi arc MI°r Chiprllurcr 1'M, LbV l o , ovierhNnuiA a ;uumlmr„ 15y �% W-M "Akff Wilo u DiAW P—q' a rw rip Old
11']S a taururwm:r..z rmrb ltkarmHpi "r� rahMi jy..;a:c�l/m 176 001-I'141� Wumlr U. krumad gM.u'renvialrod'Al Orrrury Wild hPaa
ve mayua ruuwradr rzrwluimrrarrutl.; uiauEuv Sm-urlmmma sd�Ypdr's� ;a.
L: Ilawlhim.riermhr.urnavlesrUMbe, IiILwrr-artyavuumom".mulr; rAll/wmlamualr;mwmmwrurrruhar ualfflyxswatIdI
nhhn rru"u lylo h usm u z tkv i awlhm-rr nl°war tgfle rl"uo�w var u.lui: R/arn. -,rix% uwRrrm. amt hicr! iluau (-e� ictaoou, Ow stArm rwu iu Lea
@1lmw 54nin'Sin inin r7G.r''rl;gsr 1]licde,.
Avlama dur ia nn r9lanw yam dar ^mwrrvmck,wm knuiiwil"gly vii-A.,awa't "a,v,cikva 'lA', ..'1 Il ur:>au Guruaerruaneni non. An
co"hiln;a asmartrar "HS umuw.krmn ru,n mn Walarniii
� . hRar�ae rrl'wweerd�r° tiLwh+a Ikea � baY�ae relaliwan�adhip �� l��al ,�esw,mernrnwlal amh�iill^�.
. Check 16r1a box 1W you are limn aim,pdlate 10 a previously Mad queslionnaire. (The lira o re nixes 1hal yu m rtlr.a ;an o dJz'i1 1
�cwauar amlrrd gU1'?5liDnnarre Mh L appropriate lh mg auffi rely YiaA d&1er Ihan Ilhpe 7Ir bueruronar dxa.r a4ler thp drare ern wini :hi
you tx-Carrie aware1mr, the originally ii queekionnairt wag ex mruac mrw-alry,.or
?, Nameniflucah gewer rmnenl office? about whom line information to bein dheclosed.
Name r# 1 pricer
Aj iDeis rkbe each erarproyrnaenl or ealtrer bLisiness r°e'lrallmanrahita Mini the local gDversirrienitr officer or a lanarly noemetler otthe
officer, as d sicaribed by Sevi Also describe, any famllyraalaticinsh4pwilhtiM&iIrricarl, avern ent officer,
Complete SubpaAand8fo:areachemploymeralof biwiriessrelnallons ipdescrribed, Allach,,ar 9tionatpagee.trl,1 9Form,
CIO as necessasy.
A La, the irxx d geverrime f., offirmor kiw e. Tarrroy member at Uuie clhcer rea-viving or I9kOytm� La,alble inaarrrae_
l'rer l raar7 iri4eisimeril ODY"errhrs94„ ir"cr+7�n &he wuvnx.-Y°x?"
NO
�. lr;Itr� ^rmew7detir�re rmr�e6r�rlir� ��r Il�.ai� t� �eaa��,rsr� Ra-��e.trR�. r��:.urr�;, r�>WB�rr n✓1��� mrr�r��,laeuearrE w�lp�as�wri��, lr�rrr u,w eV tV�ertlu�r��w<ll��rr
tvi Ifie tlacal ?lexwrer nirrrerd raytlrrr""r or a trwr<rllyr r¢armrrrtaer oa 112ife afficer AND tlrre t>rmikmi r„„rlmararrm,,ia ir-. nDi: reQ -A-11 l Ira.-rrar 19ke
irhrr^ai i�m��wriarrwrr��mnooai r�rrrrlrl,y"l
1 1 yea 17 NO
cribe eaeh ernploVniervtorbusineaeivRationship Ifiatthe vendorirwerrnectOn'Sear"rlrr1 mainlakmewrllh,acorporautlerrmraum
o4her business enlity with resiasct to which lire; local governmewnt ai rveas an officer or, direcl,ir, ra�lrhrali:is an
rawrwrraerrshlp inlereat of one percent or more,.
a.
gg
t rFev.,k 1Vuls hom r1 IPe Weirdar has givan the n im er or a t ammrlly rtrernber el 1Fhe wadlir wamire or more grdiq
I as sdesci bed in Sech air l 716.0u', iag'2)e, ), c z.im-m&g Virs er. roeo in Seclien I M"ULN.rl(a l i
ilgyZ'ouVtor¢re r�R >v�aaz+rim o�rarry� hre�mraw^.,.0 �rBYrtlarm rrpismnwarrrorr�� s1�Ganwrrrmhry ?1;r1�a
Farm yurruvu mse: by rimam>; lhk:� NmudW w-Vlrru !...raMrr.-r•x US Rrivrami tl) 021
Transit Purchasing and Procurement Policy 50
CON FLICT OF INTEREST" CIAJESTIONNA1 RE
Fo,r vendordaing business w1th local: governmental entity
A complate copy of,(' hopkor 1713 00, (he Local Govorr-limero 0000 rrr oy be, ik')urldal h11P "fwww SWIUIV8. Usi'
no = it Aq m W. 175. W. F 0100, y referamr, bebw are sorno ol [he sii oiled on 1"hirs'lor'n"i.
LLplighlip qn! c' r 7 6,100141�-a . "BUSYness betwo0wil lwo 01 iraKIM, pii
Mad on amone'l dal a0tivity'al one 01 ItliA parties. The lUinmdoes; i-101 Lixtdi a, crizirlacqion, ba8i on
IN a Vanaaclian that Is, -.tiubjact to raw or lee, tkigulation by a1od8ral,slalo, or local 4owermnemal eritily or art,
apriip�,y of a �,i stale,, or local Wivorrinler'dal 80 Wy:
if 8), a tiansacliarr conOuded at, a Prim aird subjecl to terars availa"tito 10 Itne, public; or
J.'C) a puire"tia'sa, or laaw 01 gioo& cir,,.wwrviow. irwri a person at al is o'riartwrad Ley state or ledoral agency axid
thA is "Su bjw-A 101'Wgular oxiarnirmiian by, and reporling to, lIrat a(puncy.
LogialGovernmmnen C[Ida 1175*03922gA) and UML
�2) Orm vendor:
IN has an iiiii ofliilaroif a
41111111ity rr1ornlbarvl 110 Whicer that tesuMs In tho o1fli or larmly rpornbor rucaMxig taxablo
Moome, aMer Mail iqwasirriant rrirorrie, thal exceads $2,500 duri Hie 12-rnorilh period
p i ing Vie dale lo. that the off ir tworines aware that
J,i) aVoq"ib=[ betweera the kinal ginarnmenial awithy amd vw1AV has been eximutai
or
N Me Wal gbV,8ffl',V,,rr!TR41 OilfilyW =WermIg MoMg ihlb a iiI wArl Me
V01"Idoe',
10) PISS Sri eIn 10 lfiO Ii q0v8Mrrip-' rit dIN4,0fOr a-10,31"lily rnodAYn' bi or rMore gilts
fl"Ual: Plilvc� Ar%aggrii WAIW afil'161,9, tfl4rl $1 N in, Iho 12--i-norillh, porVd Ilprr00ditiq IlAdM,0 1110
I) a contraol: ba'liimigi 010 govorint'riellial aintity arAvWri has bRieft exer uled; of
(0 the total govantInIMN ordilly i8c,04%idii 6,101 ii(Ad A (20illrOCt With the WMAR)r.
Lqal Govemm ot C, do 1 171LOON41 and JwT)
Jai Amemow ShNNAO a, triflip4eft4d cor'i of iftlorost quia8tioriniaAro if 010, w2vultir tiag a 4n0lo�if. rolaliariShip
W4,11 a local arflilyarld,:
(I ) Nis, 3r'w omploym-W or UlAor bassinets r0wafionship Willi A, 10"I (l'nvorfr I'll oil, I officor '01 that 10CM
govanimcmdal amity or a WrWy member al the i doqtribed by Soctii 1, 76.003(a �(2)(A):
0,2) 1%aagivori a, Ii lymommoM WhWr of jl'rrWil llracal Ov#frvrvvitel afility, or, 0, Farrov 1,00111"Ibarol th 0.
Or Me agoi vAua
7G. G,, gil"Ideslo6bad by Sactiorl I G 3,(A- 1); w
(3) ha,.q- a farv�iiPy, rolakions'hipwi a local officar & 0101 lUi qUwat r"irriermal arnfity.
(01: 71're COVIt1:11011100 UN11"fict qd hiMireal quasliannako IrTirusibe, likx,i wilb tfib oppropr)Noto
r1ol hi than 1110to verfflr buWaSs dolvalor tho Ira r W:
0aleft"lal the vei.li
IN Mom di8cuSsiorn., or reqoliatioriai, the r�nwrirflb a, corilract wkh, t1ral l6tijl ovarrlr"Vlanhll
onmy: or
(8) ;LA)niils it) Via loti)l qwgepirni &I'llily axii 4'jpkatk)rti, ro,,pi taa,raqui for PrF'U P002A
or bide, Oorrorpo=ndk,arica, or ariollhor w0i[ing related to 8, pfflorbal WrAract Willi the 1604,
gwo(wrr'nonlal entity; or
(2) Via diale 0% wL*i,,idcq bew',fwws, awaro�.
(A) 01 an or ather, a IW4goverrtri'li btk8r.,01' i%
41111livy rrierriberof Oia, officor, desvibed by S ubsedjurn iii
(S) that Wa worldi Puts qarn One or rriIoro Pills Oanribed by SAW= IQ; or,
(C) 01 a lahlWy vela hurhsha with roual govern imoril 011kor.
Fapno prnwdnd Eq Tawa!w DhL� ; Cuenglinsilbo RrOued tlj,2021
Transit Purchasing and Procurement Policy 51
V Ems i
"'mall
Transit Purchasing and Procurement Policy 52
"'mall
m:" w. BI" ' B F`o uinia 41
Compliance Determination Checklist
IFB/RFP #:
Bidder/Proposer:
Date:
For each of the areas described below, check that the appropriate research has been
accomplished and provide a short description of the research and the results.
Acceptable
Circle One
Comments
1. Appropriate financial,
equipment, facility, and
personnel.
YES
NO
2.Ability to meet the delivery
schedule
YES
NO
3.Satisfactory period of
performance
YES
NO
4.Satisfactory record of integrity,
not on debarred or suspended
listings
YES
NO
5.Receipt of all necessary data
from supplier
YES
NO
COB/TMB Evaluation Committee Member
COB/TMB Evaluation Committee Member
COB/TMB Evaluation Committee Member Date
Transit Purchasing and Procurement Policy 53
Single Bid Analysis Checklist
Sol iei anon Action Ilan
Solicitation:
Number of solicitations requested:
Solicitation #:
Product/Service to be procured:
Number of bids received:
Bid or proposal due date:
Single Bid: After solicitation and only a Single bid is received, the following must be documented, checked,
and attached to that procurement file:
Determination if com etitin was ade gate
❑ Review specifications for undue restrictiveness.
Notes from review of specifications:
❑ Survey potential bidders (reason why they did not submit a bid).
Notes from survey of potential sources that chose not to submit a bid (note who was contacted, and
feedback provided):
Reasons for lack of Competition
❑ Lack competency
❑ Lack available resources
❑ Poor timing
❑ Short response due date
❑ Other
❑ Price Analysis/Cost Analysis.
Describe reasons:
Note: New solicitation of bids must be made is "Single Bid Price" appears unreasonable or if no
determination is made as to the reasonableness of the Single Bid.
Action Plan(provide description of next ste s
❑ Award contract Basis:
❑ Extended Deadline (modify solicitation):
❑ Reprocure:
El New solicitation due to be completed:
Name of Agency Representative Signature Date
Transit Purchasing and Procurement Policy 54
"'mall
A&E Professional Services Procurement Checklist
Solicitation:
Number of Solicitations Requested:
Solicitation No.:
Product/Service to be Procured:
Bid or Proposal Due Date
Number of Bids or Proposals Received:
Project Manager:
Grant No:
A&E Professional Services:
El Independent Cost Estimate (ICE)
❑ RFQ/Scope of Work
❑ Advertisement
❑ Submittals of Qualifications (SOQ)
❑ Evaluation/Selection Form (COB/TMB Form #5)
❑ Cost Analysis
❑ Documentation of Negotiated Profit/Fee
❑ System for Award Management (SAM)
El Responsibility Determination Checklist (COB/TMB Form #1)
❑ City of Beaumont Council Agenda Item Approval
Comments:
Name of Agency Representative Signature Date
Transit Purchasing and Procurement Policy 55
"'mall
A&E Evaluation/Selection Criteria
Solicitation:
Project/Service to be Procured:
1) Capability to 1 10
Solicitation No:
2) Recent experience
14
3) Professional
10
background and
caliber
4) Dollar amount
10
award in past year
5) Ability to meet
9
schedules &
deadlines
6) Without cost
9
escalation and
overruns
7) Quality of projects
15
8) Familiar with
6
geographic location
9) Capability of branch
6
office
10) Consideration
6
factors in
accomplishing
project
11) Affirmative Action
5
Additional Comments:
Name of Agency Representative Signature Date
Transit Purchasing and Procurement Policy 56
"'mall
m:" w. BI"�YMB F`o uinia :4
Micro -Purchase: Fair and Reasonable Price Determination Form
Micro -Purchase
Fair and Reasonable Price Determination
This form is required for any procurement less than $S, 000.00
Vendor:
PO:
Description of Good or Services:
I hereby determine the price to be fair and reasonable based on the following:
(Check all that apply)
El Found reasonable on recent purchase
❑ Obtained from current price list
❑ Obtained from current catalog
El Commercial market sales price from advertisement
❑ Similar in related industry
❑Personal knowledge of time procured
❑ Regulated rate (utility)
❑ Other: (specify)
Attach copy of'purchase order, quotes, catalog page, price list, etc.
Name:
Vendor:
Date:
Transit Purchasing and Procurement Policy 57
COB[YMB F`onna :46
Independent Cost Estimate (ICE) Summary Form
9
ln.d-ependelit Cost Estii,�n.ale For�in
P 1,a*� t Tftk:
. ...........................................................................................................................................................
:Method of.Proctwenjent [Selk-,ct One]:
........................................................................................................................................
iTypeof WoA [Sekct Chile]:
-%,1cf o Pw c h a 5-
E"', Rib I i,-, W? 0,117m,
Elimill Nichase
10,,Givads and Materials
E, Se-ale-d Bid
iD, Rofessional Se.1-vioes
R,eque,,Jfor RDFusal, (R.FF)
:E:,. PachibecturaLEn SLnem,111IS 9, tivices,
D, Request fulflQua, lift c:a tions(RFQ)
N-an-,C = Pe d dve (561 A. Saw c e)
E,, GIAL S�heduled Pichases
............................................................................................................................................................
........................................................................................................................................
..........................................................................................................................................................................................................................................................................................................
Scop e oif Work [Pfev:e P7-ovlde W, JR77*19 bg P?.�fxwq?,d 1:
..........................................................................................................................................................................................................................................................................................................
IN SO I
...........................................................................................................................................................
Me.&Dd Utilized to Cakulatelstimate:
. : ........................................................................................................................................
i :.ire Supp orti�ng Dr u ni el Attac lied?
E:,,E,sd.nuttR! S Ofiva re
?ante:—S upport Documentatian is Required.]
Prices"QuGtes
P Y es
d,Le,tjPt,easP.S, e j .............................................................
p•
.......................................... .. ............................
NO
.......................................................................................................................................
. ...........................................................................................................................................................
ire ,Coqs, with in dw er� hold for procurentent m ethod ?
........................................................................................................................................
:,rare Colsts within, fltreshold!bi, work type?
[7 YeS
D, ye s
...........................................................................................................................................................
.......................................................................................................................................
Total E stinja re,
: mfortua dun is, true to the : best of mylaiowkkIdge.
............................................................................................................................................
,love
Pre pwe �,,s S igm tafe
:Rfifasd 1,iwr,-
............................................................................................................................................................
Transit Purchasing and Procurement Policy 58
MENEM=
C
';
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Demi Engman, Director of Planning and Community Development
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a Resolution authorizing the Transit Management
of Beaumont to award a Tire Lease Contract to Bridgestone
Americas Tire Operations, LLC for the BMT Zip transit -revenue
fleet.
BACKGROUND
Transit Management of Beaumont (TMB) operates the BMT Zip transit system for the City of
Beaumont, managing 10 fixed routes, 7 paratransit routes, and 14 buses during peak times. The
revenue fleet consists of 22 vehicles. TMB is seeking bids from qualified vendors to lease tires
for its fleet under a firm, fixed price for three years in the total amount of $56,491.18. The
contract period will begin February 1, 2025, and terminate January 31, 2028. The procurement
process performed complies with the Federal Transit Administration and procurement
guidelines.
The selected vendor will provide, inspect, maintain, and replace tires for TMB's fleet. All tires
must be of current design, conform to the Tire and Rim Association of America and Federal
Motor Vehicle Safety Standards, and meet the specifications outlined in this contract. Tires must
also be approved by the bus manufacturer for each TMB bus model.
FUNDING SOURCE
The Federal Transit Administration (FTA).
RECOMMENDATION
Approve the Resolution.
ATTACHMENTS
- Bridgestone Contract —Final
- Attachment A
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
THAT the City Manager be and he is hereby authorized to award a tire lease contract
between the Transit Management of Beaumont, and Bridgestone Americas Tire Operations, LLC,
of Nashville, Tennessee for the BMT Zip transit revenue fleet, in the amount of $56,491.18 for
three (3) years with the option to renew two (2) one (1) year extensions. The contract is
substantially in the form attached hereto as Exhibit "A," and made a part hereof for all purposes.
The meeting at which this resolution was approved was in all things conducted in strict
compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21 st day of January,
- Mayor Roy West -
TIRE LEASE AGREEMENT
THIS TIRE LEASE AGREEMENT (this "Agreement") is made as of January 21, 2025, by and
between BRIDGESTONE AMERICAS TIRE OPERATIONS, LLC, a Delaware limited
liability company with its principal offices at 200 4t" Avenue South, Nashville, Tennessee
37201 ("Bridgestone"), and Transit Management of Beaumont, a government entity with its
principal offices at 550 Milam Street Beaumont, TX 77701 ("Operator") and collectively as
the "Parties".
WITNESSETH:
TIRES. Bridgestone agrees to lease to Operator and Operator agrees to lease from
Bridgestone such number of tires as may be sufficient to keep all of Operator's vehicles
fully equipped and to provide an adequate reserve supply; provided, however, that
Operator shall have the right at any time during the term of this Agreement upon thirty
(30) days prior written notice to Bridgestone, to equip up to five percent (5%) of its
vehicle fleet with tires obtained from other suppliers for testing purposes. Bridgestone
shall not be responsible for any manufacturer warranties related to any such tires from
companies other than Bridgestone and its affiliates.
The tires furnished shall be new, original tread radial ply, special transit mileage
tubeless tires designed for urban transit service, currently produced and in use. The
tires shall meet the specifications outlined in IFB 2024-003. All tires furnished must
meet or exceed all Federal, State and local laws, ordinances, and regulations.
Blemished tires will not be accepted by Operator. All furnished tires shall have the
following inherent characteristics:
• Be designed for urban/intercity transit bus applications;
• Be capable of sustaining 55 mph for a one -hour minimum;
• Have tough rubber compounds to resist heavy-duty commercial wear,
chunking, cracking, and chipping;
• Wear resistant tread patterns;
• Extra thick tire sidewalls;
• Have sidewall wear indicators;
• Have reinforced shoulders and steel sidewalls;
• Deep tread pattern to promote long tire life
As used in this Agreement, "tires" shall mean a casing, tube, and flap for a tube type
tire and a casing only for a tubeless tire, and "Operator's vehicles" shall, unless otherwise
indicated, mean all revenue fleet that is owned or operated by Operator, its subsidiaries
and affiliated companies at any time during the Term (as defined in Section 16 below)
hereof.
Tires will be delivered within thirty (30) days of written order. Bridgestone will be
responsible for proper disposal of any tires leased by Operator hereunder.
Notwithstanding anything else herein to the contrary, rims shall be the property of
Operator and extra rims shall be provided by Operator.
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 1
2. RATE. Operator agrees to furnish Bridgestone a report consisting of the following
information by the tenth (loth) day of each month during the Term hereof (the "Mileage
Report"): vehicle number, the beginning and ending Hubodometer/Odometer reading
and total miles operated the preceding month on all vehicles fitted with tires leased
from Bridgestone hereunder. Bridgestone or its agents shall have the right at any
reasonable time during business hours to audit Operator's records for the purpose of
verifying actual vehicle mileage or other information contained in the Mileage Report.
The amount of the regular monthly mileage payment shall be computed by using the
applicable billing rate per tire mile in effect during such preceding month, as set forth
below. All invoices shall be due and payable on the fifteenth (15th) of the following
month; unless disputed. Disputed invoices shall not be deem due until the dispute is
resolved.
Operator agrees that no amounts shall be deducted from or charged back against
payments otherwise due Bridgestone hereunder by virtue of claims of any nature which
Operator may have or allege against Bridgestone. Bridgestone and Operator agree
that any such claims shall be resolved by good faith negotiations between the Parties
wherever possible.
The billing rate per tire mile for other vehicles which may be acquired by the Operator
shall be determined in line with the billing rate then in effect, taking into consideration
the weight of vehicles, carrying capacities, sizes, and types of tires. Any additional
billing rate for tires not included in this Agreement originally shall be added by written
amendment as set forth in Section 17 below.
The billing rate set forth below assumes Bridgestone's ability to procure and use such
materials and manufacturing methods as were procured and used prior to the date of
this Agreement and are based upon proven experience of mileage delivered thereunder.
If laws, changes in vehicles, governmental regulations, or other causes beyond
Bridgestone's reasonable control require any change in such materials, performance or
methods which reduce the mileage available from the tires to be furnished hereunder or
which increase Bridgestone's costs, Operator agrees that the billing rate shall be
adjusted to compensate therefore.
ANNUAL TIRE MILE RATE
TIRE YEAR YEAR YEAR YEAR YEAR
SIZE ONE TWO THREE FOUR FIVE
305/70R22.5
275 70R22.5 See Attachment "A" Bid Form IFB#2024-003
225/75R16
TAXES, CHARGES. Operator agrees to furnish state and federal tax exemption
certificate numbers to Bridgestone for any sales, excise, use, processing, disposal, or
similar tax or fees, including any state imposed new tire fee or tax, imposed upon the
goods sold or services rendered hereunder.
4. SERVICE. Except to the extent specifically set forth in a separate service addendum
attached to this Agreement, if any (a "Service Addendum"), Operator covenants and
agrees to provide all necessary equipment and supplies and to assume complete
responsibility for servicing all tires delivered hereunder, including but not limited to
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 2
driving vehicles to and from tire service location, making all wheel changes, keeping
tires inflated to an air pressure recommended by Bridgestone, having air lines
conveniently placed to properly take care of the airing of tires, keeping wheels in
alignment and brakes properly adjusted, making all repairs on tires which may be
necessary to keep them in proper running condition, mounting and demounting tires
from rims and providing safe and suitable space inside its garage for the secure storage
of tires and wheels, and repair and care of the tires and wheels without charge to
Bridgestone. Operator further agrees to permit any authorized representative of
Bridgestone to make such inspections and to inventory the tires and wheels on vehicles
together with extra tires and wheels furnished Operator as spares as Bridgestone
deems necessary or advisable. Operator shall at all times advise Bridgestone of the
location of vehicles and extra tires and wheels to permit such inspections and
inventories.
In the event Bridgestone shall agree to perform services for Operator through
execution of a Service Addendum, the nature, location, extent and charge for such
services shall be as set forth in the Service Addendum.
5. LEASED VEHICLES. Operator represents and warrants that it outright owns all vehicles
referenced in Section 1 hereof. If, during the Term hereof, Operator acquires the right
to operate any vehicles not owned by it by entering into a rental or other form of
agreement with the owner of such vehicles ("Leased Vehicles"), Operator agrees to the
following:
a) Notify Bridgestone of such an agreement;
b) All Leased Vehicles will be furnished to Operator less tires so that such Leased
Vehicles may be equipped with Bridgestone tires except to the extent that such
Leased Vehicles are included under the five percent (5%) testing exclusion set
forth in Section 1 hereof; and
c) Obtain an acknowledgment of Bridgestone's ownership and right to possession
of all tires supplied under this Agreement and a waiver of any and all rights to
said tires from the owner(s) of the Leased Vehicles.
Should Operator terminate the underlying agreement for or otherwise lose possession
of any of the Leased Vehicles equipped with Bridgestone tires, Operator shall pay for
each tire (including spares) as set forth in Section 10 below.
6. SALE OR DISPOSITION OF VEHICLE. Operator shall notify Bridgestone prior to any sale
or disposition of any of Operator's vehicles equipped with Bridgestone's tires and, unless
Bridgestone requests otherwise, Operator shall purchase the unused mileage in each
tire and for any tires and extra tubes which remain in stock after such vehicles have
been sold or disposed of which cannot be used on other vehicles in Operator's fleet.
Bridgestone shall have the right to request the removal of all serviceable Bridgestone
tires on parked or inactive vehicles if they remain parked or inactive for more than ninety
(90) days and return such tires to Operator's reserve supply. Said tires shall then be
replaced with No Value/Scrap Tires (as defined below) whose use shall be subject to the
terms of this Section 6. Payment for the unused mileage and tubes acquired by Operator
under this Section 6 shall be on the basis and within the time set forth in Section 10
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 3
hereof.
For purposes of this Agreement, a "Scrap Tire" means any non-retreadable tire furnished
under this Agreement which has been determined by Bridgestone and agreed to by
Operator's maintenance foreman to be permanently unfit for further service under this
Agreement. Any No Value/Scrap Tire provided by Bridgestone hereunder will be for the
exclusive purpose of transporting Obsolete vehicles or storing Operator's vehicles from
garages to a storage facility. In consideration of Bridgestone's agreement to provide
Scrap Tires hereunder, the Operator shall (i) use the Scrap Tires for the exclusive
purpose of transporting and storing vehicles or moving obsolete vehicles from garages
to a storage facility, (ii) acquire each Scrap Tire AS IS with no warranties from
Bridgestone as to the condition or fitness of such Scrap Tire for continued use, (iii)
assume all liability for use and possession of Scrap Tires, (iv) not file or assert against
Bridgestone any claim, action, or cause of action for loss, liability, or damage arising out
of the use of or possession of Scrap Tires and (v) indemnify and hold Bridgestone
harmless against all claims of any Party for loss, liability, or damage resulting from
Bridgestone furnishing Scrap Tires. Scrap Tires provided for storage purposes will be
provided by Bridgestone at no cost. Tires to be scrapped are subject to inspection and
approval by a Maintenance Foreman before disposition.
7. LOSS OF TIRES. Cost for "NORMAL DAMAGED" TIRES SHALL BE INCLUDED IN THE
RATE per tire mile. "Normal damage" to a tire means for abuse by partial or total
destruction of a tire by means other than normal wear (cuts and bruises), including but
not limited to irregular wear, damage for brake heat, curbing, road hazards, and
misalignment. The Operator agrees to maintain suspension and steering on Operator's
vehicles in accordance with bus manufacturers' alignment specifications and to keep
each vehicle's brakes properly adjusted. Tires which have been damaged beyond repair
by an accident, malicious abuse, or fire, or which have been lost or stolen, shall be paid
for by Operator as of the date of accident, loss, or theft on the basis, and within the
time, set forth in Section 11 hereof.
8. CONTINGENCIES. In the event of fire, strikes, accidents, consequences of foreign or
domestic wars, terrorism, or any cause beyond either Party's reasonable control which
will delay or interfere with its performance of its obligations hereunder, such
performance may, at the option of either Party, be suspended during the period required
to remove such cause. In the event Bridgestone discontinues the manufacture and
marketing of any size or type tire supplied pursuant to this Agreement, Bridgestone shall
so notify Operator and, upon written notice by either Party to the other, this Agreement
and all related agreements between the Parties shall be deemed terminated upon the
same terms and conditions set forth in Section 10 below, effective ninety (90) days from
receipt of such written notice. This Agreement is subject to all present or future
governmental regulations affecting production, delivery, sale, use or possession of the
products leased hereunder. Operator shall promptly notify Bridgestone of any accident
or claims resulting from an alleged tire failure. Operator agrees to defend, save, and
hold Bridgestone harmless from all claims or actions for damages to property or injury
to persons, including death, arising out of the use or possession of tires or other products
furnished hereunder or the performance of any service related thereto, except for claims
or actions that result from defects in material or workmanship of any tire manufactured
and furnished by Bridgestone under this Agreement and/or the negligent acts or
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 4
omissions of Bridgestone, its agents or employees.
9. DEFAULT. In the event Operator should fail to make any payment required hereunder
when due, fail to use or service tires furnished hereunder in accordance with
Bridgestone's recommendations, fail to provide a Mileage Report as required in Section
2 hereof, or otherwise fail to comply with any of the terms and conditions of this
Agreement, or in the event any voluntary or involuntary proceedings shall be filed
against or by Operator under any bankruptcy law or other law for the relief of debtors,
or Operator's credit shall in any manner become impaired, Bridgestone shall have the
right, at its option, without prejudice to any other rights and remedies, to stop shipping
tires and to declare a default by Operator hereunder. Upon the occurrence of any such
default, Bridgestone shall terminate this Agreement upon thirty (30) days' prior written
notice to Operator and, upon any exercise of such right to terminate, Operator shall at
the sole election of Bridgestone return Bridgestone's property furnished hereunder, or
make payment therefore as of the date of termination on the basis and within the time
set forth in Section 10 hereof. Upon the failure or refusal of the Operator to return said
property, Bridgestone may enter upon the premises of Operator and repossess said
property with or without process of law. Termination of this Agreement shall not relieve
Operator from its obligations to make all payments required hereunder or from liability
for damages for breach of this Agreement in accordance with the terms thereof. Without
limiting any other provision hereof, Operator specifically agrees that it shall be
responsible for and pay any and all attorney fees, court costs, and other expenses
incurred by Bridgestone in collecting amounts owed by Operator hereunder or enforcing
any other right under this Agreement. Failure of Bridgestone to terminate this
Agreement as herein provided on any breach by Operator shall not operate as a waiver
by Bridgestone of its right to terminate this Agreement as herein provided upon any
subsequent breach by Operator.
10. TERMINATION; PAYMENT. Upon the termination or expiration of this Agreement, unless
the Parties enter into a new tire lease agreement to become effective immediately,
Operator will, within thirty (30) days after termination or expiration, pay for the unused
mileage in each remaining tire on Operator's vehicles, in Operator's garage, in process
of repair or retreading, in transit or in stock that have been assigned by Bridgestone to
Operator's fleet in accordance with the provisions hereof.
The remaining mileage for original tires shall be determined by multiplying the 32nds
of tread rubber remaining on the tire by the cost per 32nd billing rate per tire as shown
in the chart below.
CONTRACT FIXED COST PER 32ND ($) - ORIGINAI
TIRE
SIZE
YEAR
ONE
YEAR
TWO
YEAR
THREE
YEAR
FOUR
YEAR
FIVE
305/70R22.5
$25.74
$26.53
$27.36
$28.18
$29.03
275/70R22.5
$22.29
$22.99
$23.70
$24.41
$25.14
225/75R16
1 1
$13.40
1 $13.81
1 $14.24
1 $14.67
1 $15.11
When a tire is not available for inspection to apply the above calculation(s) whether lost,
stolen, or otherwise missing destroyed by fire, or involved in an accident,
reimbursement shall not be in excess of fifty percent (50%) of the current value of a
similar tire, unless Bridgestone can provide an auditable accounting of the tire's accurate
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 5
mileage just prior to the loss.
Notwithstanding the foregoing, No later than thirty (30) calendar days prior to the end
of the initial three-year Agreement or either option year, Operator will notify the
Bridgestone of its intent to either exercise the option, to extend this Agreement, or to
terminate the Agreement. At the Agreement expiration (either upon Operator's
notification to the Bridgestone of its intent to terminate the Agreement at the end of
either the third or fourth year, or at the end of the fifth and final option year), Operator
shall be permitted to continue leasing the Bridgestone's tires for a period of thirty-six
(36) calendar months following the end of the Agreement under a "Run -Out Clause,"
as specified below, or may, at its sole and exclusive option and in lieu of using the
"Run -out Clause," purchase any mileage remaining at the expiration date of the
Agreement in accordance with the "Determination of Remaining Tire Value" provisions
above. The "Run -Out Clause" shall automatically be activated upon Agreement
termination/expiration unless Operator notifies the Bridgestone in writing, via
CERTIFIED MAIL at least thirty (30) calendar days prior to the termination/expiration
date of the Agreement, of its intent to exercise its option to purchase remaining
mileage rather than use the "Run -out Clause."
11. RUN -OUT CLAUSE The rental rates during the thirty-six (36) month period shall be
the rates in effect during the twelve (12) calendar month period immediately preceding
the expiration date of the Agreement. Operator shall continually use such tires, insofar
as practicable, on its highest mileage runs until they are rendered permanently unfit
for service. No additional tires, service, equipment, or supplies are to be furnished by
the Bridgestone during such extension unless agreed to in writing by both Parties.
Upon expiration of the thirty-six (36) month period of the "Run -out Clause," Operator
shall pay for any mileage remaining thereon at the rental rates in effect immediately
preceding the expiration date. The remaining mileage shall be prorated by determining
the percentage of tread rubber remaining multiplied by the base mileage average
times the applicable current billing rate per tire mile. Any payment for tires and tubes
required to be purchased by Operator under this paragraph shall be made in
accordance with the billing and payment provisions of this IFB and the resulting
Agreement. Any tires so purchased by Operator will be acquired "as is" and the
Bridgestone makes no warranties as to the condition or fitness for continued use of
such tires
12. TITLE. The title to, and ownership of, all tires, and equipment, if any, furnished under
this Agreement shall remain with Bridgestone until Operator, if required to do so
hereunder, has made complete payment therefore. Operator agrees to assume the
responsibility for the safekeeping of all such tires and any equipment and to reimburse
Bridgestone for any loss resulting from Operator's failure to safely keep such tires and
any equipment.
13. SECURITY INTEREST. For the purpose of securing payment of all sums that maybe owed
by Operator to Bridgestone, including, but not limited to, payment for mileage run and
for any tires required to be purchased by Operator hereunder, Operator hereby grants
to Bridgestone a security interest in and to any tires or equipment furnished by
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 6
Bridgestone in which Operator, by virtue of present or future laws or the operation of
this Agreement, has or is deemed to have an interest, wherever the same may be, and
in any proceeds from the sale or other disposition of said tires or equipment. Operator
further agrees to join in the execution, execute, or cause to be executed at any time
such financing statements, continuation statements, and other documents as
Bridgestone shall deem necessary or advisable to protect its rights in and to any goods
leased hereunder and/or perfect or continue perfected the security interest given in this
Agreement.
14. ASSIGNMENT. Neither Party shall sell, transfer, sublease, or assign any of its rights or
interest under this Agreement, in whole or in part, to any other person, corporation,
partnership, or authority, without the prior written consent of the other Party, which
consent shall not be unreasonably withheld. In the event of any such sale, transfer,
sublease, or assignment with Bridgestone's consent, Operator shall remain fully bound
by the terms hereof, including but not limited to the prompt payment for all mileages
run, unless and until Operator is relieved of such obligations in writing by Bridgestone.
15. LIABILITY LIMITATION. In no event shall Operator be entitled to recover from
Bridgestone any indirect, speculative, or incidental damages arising hereunder, except
that nothing herein shall limit or otherwise restrict the right of Operator to seek recovery
(a) either directly or by way of contribution or indemnity, for damages actually or
allegedly sustained by third parties which arise, or are claimed to arise, from the
negligence, willful acts and/or strict liability of Bridgestone or (b) for direct damage to
Operator's property.
16. TERM OF AGREEMENT. The term of this Agreement shall be from January 21, 2025,
through January 31, 2028, with (two) one-year optional renewal terms to be exercised
no less than sixty (60) days prior to the expiration date (collectively, the "Term"). Upon
expiration of this Agreement, unless the Parties enter into a new mileage agreement to
become immediately effective, the rights and obligations of the Parties hereto shall be
set forth in Section 10.
17. ENTIRE AGREEMENT; AMENDMENT; GOVERNING LAW; COUNTERPARTS. This
Agreement, together with any Service Addendum (if applicable) and any amendments
hereto, contains the entire understanding of the Parties hereto with respect to the
subject matter hereof and there are no other agreements, understandings,
representations, or warranties, whether express, implied, statutory or otherwise, other
than as set forth herein. This Agreement cannot be amended except in writing signed
by officers of both Parties. This Agreement shall be governed, construed, and
interpreted in all respects in accordance with the laws of the State of Texas. Venue for
disputes arising from this Agreement shall be deem proper in a court of competent
jurisdiction in Beaumont, Jefferson County, Texas. This Agreement may be executed in
multiple counterparts, each of which shall be deemed a duplicate original. Any conflicts
in language between this contract and IFB 2024-003, The IFB 2024-003 language holds
precedence.
[Signatures appear on following page.]
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 7
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 8
IN WITNESS WHEREOF, the said Parties, by the hand of their respective officers authorized to
do so, have signed this Agreement in duplicate the day and year first above written.
Bridgestone Americas
Tire Operations, LLC
Name: CJ Messmer
Title: Director — Customer Operations &
Aftersales Care
WITNESS:
DATE:
Operator -Transit Management of Beaumont
Name: Claudia San Miguel
Title: General Manager of TMB
WITNESS:
DATE:
Bridgestone Tire Lease Agreement IFB# 2024-003 Page 9
/v' „ /
/%21 /iii,Gv W ,,
ATTACHMENT A - Bid Form
This form must be returned with your response.
The undersigned hereby agrees to furnish the services / parts as listed below in accordance with the specifications on file with the Transit Management of
Beaumont, 550 Milam Street, Beaumont, TX, 77701, which have been carefully examined and attached hereto. All charges must be included on the Price Bid
Form and must include all associated costs for the services.
PRICE BID FORM (YEAR 1 to YEAR 3) - FIXED PRICE PER MILE
YEAR
MAKE
NUMBER
OF BUSES
TIRE SIZE
LOAD
RANGE
PLY
RATING
TIRES
PER
VEHICLE
AVG
ANNUAL
MILEAGE
PER YEAR
FIXED PRICE
PER MILE
ESTIMATED
FIXED ANNUAL
LEASE COST
2022
GILLIG
8
275/70R22.5
J
18
6
58,000
0.01 1085
$0.0000$30 860.64
2016
ENC
3
305/70R22 5
L
20
6
47,000
0.009059
$0.0000 $7,663.91
2008
NABI
3
305/701122.5
L
20
6
30,000
0.009059
$0.0000 $4 891.86
2022
STARCRAFT
8
225/75/1116
E
10
6
25,000
0.009042
$0.0000$10 850.40
2019
FORD
2
225/75/1116
E
10
6
4,000
0.009042
$0.0000 $434.02
2024
GLAVAL***
1
225/75/1116
E
10
6
33,000
0.009042
$0.0000 $1,790.35
TOTAL PRICE PER YEAR FOR YEAR 1 to YEAR 3:
$56,491.18 $0.0000
PRICE BID FORM - 12 MONTH OPTION 1- YEAR 4 - FIXED PRICE PER MILE
YEAR
MAKE
NUMBER
OF BUSES
TIRE SIZE
LOAD
RANGE
PLY
RATING
TIRES
PER
VEHICLE
AVG
ANNUAL
MILEAGE
PER YEAR
FIXED PRICE
PER MILE
ESTIMATED
FIXED ANNUAL
LEASE COST
2022
GILLIG
8
275/7011225
3
18
6
58,000
0.011529
$0.0000 32 096.74
2016
ENC
3
305/701122.5
L
20
6
47,000
0.009798
$0.0000 $8,289.11
2008
NABI
3
305/7011225
L
20
6
30,000
0.009798
$0.0000 $5,290.92
2022
STARCRAFT
8
225/75/1116
E
10
6
25,000
0.009780
$0.0000$11,736.00
2019
FORD
2
225/75/1116
E
10
6
4,000
0.009780
$0.0000 $469.44
2024
GLAVAL***
1
225/75/1116
E
10
6
33,000
0.009780
$0.0000 $1,936.44
TOTAL PRICE FOR YEAR 4:
$559818.65 SO.0000
PRICE BID FORM - 12 MONTH OPTION 2 - YEAR 5 - FIXED PRICE PER MILE
YEAR
MAKE
NUMBER
OF BUSES
TIRE SIZE
LOAD
RANGE
PLY
RATING
TIRES
PER
VEHICLE
AVG
ANNUAL
MILEAGE
PER YEAR
FIXED PRICE
PER MILE
ESTIMATED
FIXED ANNUAL
LEASE COST
2022
GILLIG
8
275/70R22.5
J
18
6
58,000
0.011990
$0.0000$33,380.16
2016
ENC
3
305/70R22.5
L
20
6
47,000
0.010190
$0.0000 $8,620.74
2008
NABI
3
305/70R22.5
L
1 20
1 6
1 30,000
0.010190
$0.0000 $5,502.69
2022
STARCRAFT
8
225/75/1116
E
10
6
25,000
0.010171
$0.0000$12 205.20
2019
FORD
2
225/75/1116
E
10
6
4,000
0.010171
$0.0000 $488.21
2024
GLAVAL***
1
225/75/1116
E
10
6
33,000
0.010171
$0.0000 $2 013.86
TOTAL PRICE FOR YEAR 5:
$62,210.86 SO.0000
***Glaval unit has not been placed on the street, mileage is estimated at the high end for the purposes of this bid.
TOTAL PRICE FOR YEAR 1 to YEAR 3:
$56 491 .18
$0.0000
TOTAL PRICE FOR YEAR 4:
$59,818.65
$0.0000
TOTAL PRICE FOR YEAR 5:
$62,210.86
$0.0000
TOTAL PRICE ALL FIVE (1 - 5) YEARS:
$178,520.69
$0.0000
Authorized Signatory
IWl` ��~°, CJ Messmer Director
f Signature, Printed Name
Customer Operations and Aftersales Care 12/5/24
Title Date
IFB 2024-003Tire Lease 17
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Kenny Smith, Director of Facilities Maintenance
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a resolution approving award of a contract for the
masonry repointing and repair of the Jefferson Theatre West wall.
BACKGROUND
The Jefferson Theatre facility has experienced multiple leaks during heavy rain and storm events.
The City completed the tuckpointing on the Jefferson theatre south wall in 2020, east wall in
2021, and the north wall in 2022. The Jefferson Theatre is featured on the National Register of
Historic Places and recognized as a Recorded Texas Historic Landmark. Typical buildings built
during this time lack air gaps, weeps and vents which are common practices today. Without these
features, moisture can continue to migrate through the masonry all the way to interior finishes.
Masonry tuckpointing is done to repair and replace deteriorated mortar joints between bricks,
essentially restoring the structural integrity of a brick wall by preventing water damage and
maintaining the overall strength of the masonry by addressing cracked or missing mortar, which
can lead to further structural issues if left unattended; it's considered a vital maintenance. There
has been water penetration on each of the walls in the past, including the west wall. Tuck
pointing the west wall will be the final wall and this facility will be complete.
Formal bids were requested from twenty-two (22) vendors to perform the work, and four
responses were received. Innate Services, LLC of Hockley, Tx., responded with a low qualified
bid of $138,500 and ninety (90) calendar days to complete the work. Staff recommends award of
the contract. Bid tabulation is attached.
FUNDING SOURCE
Capital Reserve Fund.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
No Text
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
WHEREAS, the City solicited bids for the masonry repointing and repair of the Jefferson
Theatre west wall; and,
WHEREAS, four (4) bids were received for furnishing all labor, materials, and equipment
for the project; and,
WHEREAS, Innate Services, LLC, of Hockley, Texas, submitted a bid for an amount of
$138,500.00, as shown in Exhibit "A," attached hereto; and,
WHEREAS, ninety (90) calendar days are needed to complete the work; and,
WHEREAS, City Council is of the opinion that the bid submitted by Innate Services, LLC,
of Hockley, Texas is the lowest bidder providing the best value to the City and should be accepted;
NOW, THEREFORE, BE IT RESOLVED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby, in
all things, approved and adopted; and,
THAT the bid submitted by Innate Services, LLC, of Hockley, Texas in the amount of
$138,500.00, 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 Innate Services, LLC, of Hockley, 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.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of January,
- Mayor Roy West -
-1
\
)
{
§
ƒ
%
ƒ
2
a
4-
0
y
/
}
o
»
q
o
»
E
/
/
/
m
' o
\
\
2 £
s
=
00
u
\
\
/
/
f
/
a_
a/
} -0
/to
\
\
\
/
^
m
/
>
\
\
-0)
o
\
e
f
2 24-1
6
\
0
-
q
2 0
\
\
G
t
r-4
o
C14
0
2rj
0
\
\ /
0
%
3
/
e
k
_
$
�
�
e :e
x }x
h
E
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Duncan Brown, Assistant Chief Financial Officer
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a resolution approving a five-year lease purchase
agreement with KS State Bank located in Manhattan, Kansas related
to the purchase of a fire truck.
BACKGROUND
On October 18, 2022, Council approved the purchase of a Pierce Enforcer Fire Pumper Truck in
the amount of $808,958.00. Bids were requested for a fixed interest rate finance agreement to
reimburse the City for the purchase of the truck with the first payment in arrears following the
date of purchase of the truck, which was on September 16, 2024.
Bids were solicited for a fixed interest rate lease purchase finance agreement from 142 vendors,
and two responses were received. The Bid Tabulation is attached. The Administration is
recommending an agreement with KS State Bank as Best Value for the City, with an interest rate
of 5.710%. The total lease purchase cost, including interest of $143,697.60, is $952,655.60.
While Bank Funding, LLC had the lower rate of 4.51%, they would not hold that rate past
December 27, 2024. Also, they did not demonstrate sufficient company information regarding
their ability to loan the amount requested. Therefore, the staff is recommending KS State Bank
be awarded the lease purchase agreement.
FUNDING SOURCE
Capital Reserve Fund — Funds will be budgeted in FY 2026 - FY 2030
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
LeasePurchaseAgreement2025
No Text
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
WHEREAS, on November 2, 2021, by Resolution 21-293, City Council approved the
purchase of one (1) Pierce Enforcer Fire Pumper Truck in the amount of $808,958.00; and,
WHEREAS, bids were requested for a fixed interest rate finance agreement to reimburse
the City for the purchase of the truck, which was paid on October 3, 2024; and,
WHEREAS, KS State Bank, of Manhattan, Kansas, submitted a bid at a fixed interest rate
of 5.710%; and,
WHEREAS, the total lease purchase cost including interest is $952,655.60; and,
WHEREAS, the City Council is of the opinion that the bid submitted by KS State Bank,
of Manhattan, Kansas, is in the best interest of the City of Beaumont and should be accepted;
NOW, THEREFORE, BE IT RESOLVED BY THE
CITY CIOUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby, in
all things, approved and adopted; and,
THAT the bid submitted by KS State Bank, of Manhattan, Kansas, for a five (5) year lease
purchase agreement at a fixed rate of 5.710% and a total lease purchase cost of $952,655.60, as
shown on Exhibit "A," attached hereto, for the fixed rate lease purchase agreement, be accepted
by the City of Beaumont; and,
THAT the City Manager be and he is hereby authorized to execute a five (5) year lease
agreement with KS State Bank, of Manhattan, Kansas, sustainably on the form attached hereto as
Exhibit "B," 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.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of January,
- Mayor Roy West -
City of Beaumont
Bid Tab
Bid Number: TF1125-01
Bid Name: Fixed Interest Rate Lease Purchase Financing Agreement - Pierce Enforcer Pumper
Bid Open Date: December 19, 2024
KS State bank
Manhattan, KS.
* Bank Funding, LLC
Boyds, MD
Fixed Interest Rate Term
Four(4)Year
5.71%
4.51%
Five (5) Year
5.71%
4.51%
* Vendor did not demonstrate sufficient company information.
F
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Duncan Brown, Assistant Chief Financial Officer
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a resolution providing for the reimbursement of a
capital expenditure incurred prior to the closing of financing.
BACKGROUND
The FY 2023 budget included the order of a new fire truck and was approved by Council on
October 18, 2022, in the amount of $808,958.00. Due to the long lead time of fire trucks, the
financing was included in the FY 2024 budget. The truck has been received and put in service.
The truck is now being financed over a period not to exceed 5 years.
A reimbursement resolution is warranted in order to allow the City to reimburse itself out of the
proceeds of the financing for the truck since payment was required prior to the lease purchase
being secured.
FUNDING SOURCE
The debt proceeds related to this financing will be budgeted in the Capital Reserve Fund in the FY
2026-2030 budgets.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
WHEREAS, the FY 2023 Budget included the order of a new fire truck; and,
WHEREAS, Resolution 21-293 was approved by City Council on October 18, 2022, in the
amount of $808,958.00 allowed for the purchase of a new fire truck; and,
WHEREAS, due to the long lead time of fire trucks, the financing was included in the FY
2024 Budget; and,
WHREAS, the truck has been received and put into service; and,
WHEREAS, the truck is now being financed over a period not to exceed five (5) years;
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 allow the City to reimburse
itself out of the proceeds of the financing for the fire truck, since payment was required prior to
the lease purchase being secured.
The meeting at which this ordinance was approved was in all things conducted in strict
compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of January,
- Mayor Roy West -
1
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: June Ellis, Assistant City Manager, Operations
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a resolution allowing the City Manager to enter an
agreement with GAP Strategies for Bond Facilitation Services.
BACKGROUND
The City of Beaumont requested proposals from qualified finns to provide pre -bond facilitation
and processing services for a possible Municipal General Obligation Bond Election slated for
November 4, 2025. Two hundred thirty-four (234) invitations were sent via email as well as
advertising on the City web page and in the local newspaper. One (1) proposal was submitted. A
committee of three (3) reviewed the submission.
Staff recommends entering an agreement with GAP Strategies in the amount of $152,977.00 to
analyze potential projects for a future bond election as identified by the City Council and a
Citizen Bond Advisory Committee, as well as provide additional services such as assist with
project cost estimation, development of timelines and phasing for project construction,
development of meeting schedules, format, and content for efficient facilitation of the Bond
Advisory Committee, provide guidance for public input and engagement for project
stakeholders, assist the Bond Advisory Committee in ranking and prioritizing projects for
recommendation to City Council, work with the City's Financial Advisor and Bond Counsel to
analyze the potential tax rate impacts of a bond election, advise the City on marketing duties and
strategies, assist City staff with ways to keep citizens updated and engaged on the bond election
and progress of the Bond Advisory Committee, work with the City's Bond Counsel on drafting
the proposition ballot language, and provide other services related to the bond election. A budget
amendment request will be submitted for the February 4th Council meeting to budget for the cost
of these services. These are allowable costs to be reimbursed to the City from the bond proceeds.
FUNDING SOURCE
General Fund
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Scoring Detail - Bond Services
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
THAT the City Manager be and he is hereby authorized to enter into an agreement between
GAP Strategies of Buda, Texas and the City of Beaumont in the amount of $152,977.00 for Bond
Facilitation Services.
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.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21 st day of January,
- Mayor Roy West -
IN
IN
III
2
1, Zo, 1
%
i r
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Amalia Villarreal, P.E., CFM, Interim Director of Public Works
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to
execute Change Order No. 10, accept maintenance, and authorize
final payment to King Solution Services, LLC, of Houston, Texas
for the City Wide Pipe Bursting Contract — Phase I.
BACKGROUND
On June 14, 2022, by Resolution No. 22-153, City Council awarded a contract to King Solution
Services, Inc., of Houston, in the amount of $3,670,700.00, for the City Wide Pipe Bursting
Contract— Phase I Project.
Previous Change Order Nos. 1-9 in the amount of $600,575.00 are attached for your review.
Proposed Change Order No. 10, in the amount of ($573,233.80), is required to adjust the
estimated quantities in the contract to reflect the actual quantities used in the completion of the
project and to add an additional two (2) calendar days to reflect the actual time used in the
completion of the project. If approved, the final contract amount will be $3,698,041.20.
The project has been inspected by Water Utilities Staff and found to be complete in accordance
with the provisions and terms set out in the contract. Acceptance of Change Order No. 10,
maintenance, and final payment in the amount of $400,567.45 is recommended.
FUNDING SOURCE
American Rescue Fund
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Agenda Attachment - City Wide Pipe Bursting Phase I - CO 10 Acceptance
No Text
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
WHEREAS, on June 14, 2022, by Resolution 22-153, City Council awarded a contract to
King Solution Services, LLC, of Houston, Texas, in the amount of $3,670,700.00, for the City -
Wide Pipe Bursting Contract- Phase I, and,
WHEREAS, previous Change Order Nos. 1-9, in the amount of $600,575.00, increased the
contract amount to $4,271,275.00; and,
WHEREAS, proposed Change Order No. 10, in the amount of ($573,233.80) is required
to adjust the estimated quantities in the contract to reflect the actual quantities used in the
completion of the project, and to add an additional two (2) calendar days to reflect actual time used
in the completion of the project. If approved, Change Order No. 10, will result in a final contract
amount of $3,698,041.20; and,
WHEREAS, the project has been inspected by the Water Utilities Staff and found to be
complete in accordance with the provisions and terms set out 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. 10
in the amount of ($573,233.80), accept maintenance, and make final payment to King Solution
Services, LLC, of Houston, Texas, in the amount of $400,567.45 for the City -Wide Pipe Bursting
Contract- Phase I; and,
THAT two (2) additional calendar days are added to the contract.
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.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of January,
- Mayor Roy West -
Proje'ctmates
0II YOFBEALPMCM r,RROSEC rMAPE&COM
Change Order #001.010
WU 1022--02 C'01II"YIII I)I:.:E IIF'IIF'I:.:E i1:3uiRs rilug G COIN IIFIRAC; r F11 I SIII;;;; IIII, 1350 aingliaimi IIIIM,
1:13emlli Texas "7"77'0"7'1.Jiii,iiil'ted States
Friday, Jain 03, 2025
Change Order Details Grand Total:
($573,233.80)
[Desciription C0#00 1 OM: Final CO
Divisbin 33 .. LAIlifles
Scope of Work Pipposed Chainge Order INo 10 is required to adjust fli esbirnated
quaintifies llin the cor-Airact to reflect the actu16i quaintifies used llin tho
coil'Tqi of tli pirojectiand to add an ad6fioin6i 2 c61eindair days to
naflect the, aichjal flime used ilin t1he coirriqi of the projecil
Awairded to Allain INegirete (Kiing Solution 113eirvices L.I.-C), 27738
Cireated IBy Ii Young (City of IBeaUlIT101nit)
Create �Date Dec 17, 2024 10: 09 AMI C"'."' )'IF
lReascYn Code OUlaintity AcIjustiment
Days Chainged 2
I.Jine IIiteim 11"pe Unit Ipirlkx.,r
Giii 4.0 IEqL�lll[iryieic)t/C�loa.neOLt
I
Capital IPlainining
Capital IPiroject IFiscal
Ye a ir
MEM=0
Dec 17, 2024
Coii ustirucfioin .. (.,IFIFY VVHD11 : IRHPE.': E. LYRS'lPHNG .. IRl MSE.,. III
202,1'.5
leim Iliad 646
1:10 Numbeir 451214
OM=
(Driginal (".ointiract. Sk.,um 670,700 00
�Net Cosit Iby IPireviouuus AIIppiroved �: Ihainge Order 600,575 00
Contract Suirri IBefoire IlIts C�Ihainge Order 4,271,271-3 00
Coin braact Su irii Chainged IBy 11"his C[iainge Order -.573,233 f.- 1, 0
New Cointiract, StAim 3,698,041 20
Sit,,flbstainfial Completion E)ate N/A
�Net 1"ime Chainge E3y IPireVIOLIS Ghaunt. e Order 207 day(s)
Substantial Coirriplefloin Befoire ll"Nis Chainge, N/A
Order
I lime Chainged �By I his CIIhainge Oirdeir 2 d a y (,c.;)
�New SUbstaintial Coirripleflon IDate
All Ctiange Orders of the Original Contract.
�N/A
0.7448497561772958836189282'700%
Item
Account
WBS/
Description
Quantity
UOM
Unit
Total
#
Code
Section
Price
Amount
3 0 Coins'h
uadoin
002
(3c
361
Fulk II..Depth IRepaniilr of
-10MO
SY
4500
4,500M
Contract
Sde Walk (511)
003
(3 C
361
1::ulk IDopth IRepaanuu of
-250M
SY
4500
-11,250M
Contract
Diiiveway (6")
004
GC
361
1::ulk Depth IRepaulilrof
13728
SY
125DO
17,160DO
Contract
Concirete IPaveirneint
005
GC
351
Contract
006
G(.' ,
402
Contract
007
GC
502
Cointiract
008
(3C
2821
Contract
Plexible 1:1aveirneint
-458.88
SY
60 00
-27,532.80
Structure IRepan it (4")
17rc,,inc,1h Excavation
-228.00
L. IF
1 00
-228.00
I 11,C) te, C t1i 0 In
Bairidicades, Sgins,
.,6,00
EACI
200DO
-1,200DO
aInds rnafcc, II tainddhing
Chap in Ilink and
-2,030DO
LF
200
-4,060DO
Wooden Feinces, and
Gates, Wth If1lyoject
Mainagers Appiroval
'If'otal -.573,233 80
Item Account WBS/
# Code Section
009 GC 2558
Contract
010 flag
Contract
Oil GC
Contract
012 GC
Cointirwt
013 GC.,
Contract
014 GC
Contract
am
RM
708
I=
Description Quantity UOM Unit Total
Price Amount
(11E,an and redeAse -4,06600 LF 500 -20,33(WO
Seweii hl Sizes and
Depths, As Directed
�by the Owneirs
Obstruction IRa iinovaI 29M EACt: l II 250M -7,250M
�by Excavation, A11
Szes, Nk Dcs,pflhs,
Nth Fliroject
Maim.-igeii's Appirovdi
Reconnect SeirVice -221 00 EAU I 650M 143,650M
Connedon by
Excavatbn Ilirna.Ilu. ding
Oeanouts to I.Jineir,
CoimpIete, A(1 Szes
and ,
Fuirinlish and Ilinuptaallll 6.00 E::AC11 II 1,050.00 -6,300.00
E::ind-of-1L1hne Gleanout
lby E::xcavation
Rnairnove and IRejpllaace ZOO EA IL II 5,0001M 10,C)MOO
c-)ir hnstall Ihtew Std,
Fbeirghss Il aanlhnapllaa,
es s than 5'Delpith
(Wth AUJdints &,,,
Reirnove, aind RqpIace 3ZOO E.:ACI 5,600M -1 79,200M
oir Ilinstaallll INew Std,
F:fiber gIass IMaannhdle,
Fto 8'Depth (Wth
AHJdints & C oin...
-Ibta 1 -.573,233 80
Item Account WBS/ Description Quantity UOM Unit Total
# Code Section Price Amount
015 GC 3,301 IReIYrnaava,, and IRualplace 9A3tt EAU I 7,000M 63,000M
Contract or Illrnstall Ike w Std,
Pre -Cast Concrete
016 GC
Cointira(;t
017 (.,1 C
Contract
018 GC
Cointir&A
019 G C
("3ointiract
020 (3C
Contract
021 GC
Contract
Maintmle, Less than 5'
Depth, (With All ...
3301 Rernow,, and Replace 13 00
oir hnr�tall INew Std,
F"ir( Cast Coinc.x(.,te
Mainhole, Fto 8'
Depth (Wth Al Jdints
708, 3301 Extra Il epth for Ike w 2MOO
oir Replacement Std,
Mainhole, Over 8'
Depth (IFlire.-Cast
Concrete oir
Fbeirglass)
2,555 Abandon Mainhole 4.00
EAC�hlI 7,200M 93,600M
VF 10MO -20,00MO
E::AC11 1 1,500.00 -6,000.00
4020 F�ljpe IF3u.arantlirntt 6"-81' -7,569M LF
Seweir to 8,625" OD,
All II Delpths
4020 BuillsHing 10" 254 0 LF
Seweii to 1 O75" OD,
Alk Depths
4020 Rpe IBuirsding 12" -54M LF
Sewer to 1Z 75" OE),
Alk Depths
3500
-264,915M
4500
11,430M
4000
-2,180M
otM
.573,233 80
Item
Account
WBS/
Description
Quantity
UOM
Unit
Total
#
Code
Section
Price
Amount
022
GC
4020
Rpe Buirsding 1,15"
.,69,00
LF
67 00
-4,62100
Contract
Seweii to 16,0" OD,
Al II Depths
023
GC
600
Rernove aind replace
.1,94 7M
LF
1500
-29,20MO
Contract
exlstiing Sainlry
Seweii vb (.)pein�taiiCut,
Additional to 1::Ipe
Buirsfing Cost, 5'to
024
(3c
(500
Reirnove and rqpAace
2,00M0
LF
1800
-36,00MO
Contract
ekSHIFng Sainitairy
Seweir vb Open Cut,
Additbinal to F�lpe
Buirsting Cost, 10' t
-Ibtal -.573,233 80
User I Role Status Comments
Allain lNegirete (I xi: Approved
�"sec, 23, 202412:03 1:11M
Kevn Yokxrng (Project IManageir) Approved
E)ec 24, 2024, 09�:05 AM CSIF
Aii'nalha "Molly" Villarreal Approved
Jan 03, 2025 11 :22 AM CS'll"
User I Role Status Comments
�Daira VV(,)(,)dll Uff (Adim�in) Approved
Jaii,i 03, 2025 11 �:40 ANA (-',S F
. ... ... . . .... . ... ... ... .. . .. ... ... .
214 217 4100
jeCtIlTiat.es coing . .....................................................
2025 Pirojechnates / Systeimiates, linc,
2435 IN Central E:Xlpy
Richardson, � X 75080
Contract - 001.009
08-Mar-2024 04:05 PM CST
001.009: CO#001.009: CO #9
CITY WIDE PIPE BURSTING CONTRACT - PHASE 1
1350 Langham Rd Beaumont, Texas 77707
Project Number: WU1022-02
Grand Total: $9,300.00
For 001 WU1022-02 City Wide Pipe Bursting Contract- Phase I
Division 33
Line Item Unit price
Type
Group 3.0 Construction
Scope of Change Order No. 9 is requested to add two (2) additional bid items to the contract. Item #26 is requested for the rehabilitation of 2
Work existing manholes that are too close to utility poles to safely remove and replace. Item #27 is requested for additional backfill of an
underground cavity found underneath a carport at Longfellow Apartments caused by a deteriorated sanitary sewer line.
Notes
Awarded To King Solution Services LLC
Allan Negrete
27738
Reason Owner Requested
Code
Days 10
Changed
Attachments
Manhole Rehab Proposal.pdf
SewperCoat Submittal Package 1-23.pdf
430-431 Proposal.pdf
Change Order Summary
Original Contract Sum
Net Cost by Previous Approved COs
Contract Sum Before This CO
Contract Sum Changed By This CO
New Contract Sum
All Change Orders make up 16.36% of the Original Contract
3,670,700.00 Substantial Completion Date
591,275.00 Net Time Change By Previous COs
4,261,975.00 Substantial Completion before This CO
9,300.00 Time Changed By This CO
4,271,275.00 New Substantial Completion Date
197 days
10 days
Accounting and Status
Accounting Status
Item Id
PO Number
Accounting Project Code
Custom Accounting Field 05
Custom Accounting Field 07
Line Items
Item Account WBS/
# Code Section Description
3.0 Construction
518
441214
FEMA Number
Custom Accounting Field 04
Custom Accounting Field 06
Custom Accounting Field 08
Unit Total
Quantity UoM Price Amount
026 GC Contract 00000 Manhole wall liner, 1-inch corrosion resistant wall liner, complete in 20.00 VF 325.00 6,500.00
place
027 GC Contract 00000 Install extra cement stabilized sand backfill and fence removal, 1.00 LS 2,800.00 2,800.00
complete in place
Total
Approval Approved
Name or Role
Status
1 External -GC
Approved
Allan Negrete
06-Mar-2024 08:58 AM CST
2 Project Manager
Approved
Kevin Young
06-Mar-2024 09:02 AM CST
3 City Engineer
Approved
Amalia "Molly" Villarreal
08-Mar-2024 08:46 AM CST
4 Director
Approved
Bart Bartkowiak
08-Mar-2024 08:50 AM CST
5 Admin
Approved
Dara Woodruff
08-Mar-2024 09:25 AM CST
6 Assistant City Manager
Approved
June Ellis
08-Mar-2024 03:30 PM CST
7 City Clerk
Approved
Tina Broussard
08-Mar-2024 04:04 PM CST
9,300.00
Grand Total: 9,300.00
Due: 15-Mar-2024
Actions
Created by: Kevin Young on 06-Mar-2024 Last Modified by: Tina Broussard on 08-Mar-2024
Contract # 001.008
05-Mar-2024 06:56 AM CST
001.008: CO # 8: Map 15 Addition
CITY WIDE PIPE BURSTING CONTRACT - PHASE 1
1350 Langham Rd Beaumont, Texas 77707
Project Number: WU1022-02
Grand Total: $8,525.00
For 001 WU1022-02 City Wide Pipe Bursting Contract- Phase I
Division 33
Line Item Unit price
Type
Group 3.0 Construction
Scope of Change Order No. 8 is requested to add Map 15 to the plan set. Map 15 adds an additional 65 LF of pipe bursting to replace a collapsed
Work sanitary sewer line and replace a manhole on Longfellow Dr. An additional 7 days are requested to complete the work.
Notes
Awarded To King Solution Services LLC
Allan Negrete
27738
Reason Owner Requested
Code
Days 7
Changed
Attachments
CO 8 Plan Sheet (Executed).pdf
Change Order Summary
Original Contract Sum
Net Cost by Previous Approved COs
Contract Sum Before This CO
Contract Sum Changed By This CO
New Contract Sum
All Change Orders make up 16.11% of the Original Contract
Accounting and Status
Accounting Status
3,670,700.00 Substantial Completion Date
582,750.00 Net Time Change By Previous Cos 190 days
4,253,450.00 Substantial Completion before This CO
8,525.00 Time Changed By This CO 7 days
4,261,975.00 New Substantial Completion Date
Item Id 517
PO Number 441214
Accounting Project Code
Custom Accounting Field 05
Custom Accounting Field 07
Line Items
Item Account WBS/
# Code Section Description
3.0 Construction
FEMA Number
Custom Accounting Field 04
Custom Accounting Field 06
Custom Accounting Field 08
014 GC Contract 708 Remove and Replace or Install New Std. Fiberglass Manhole, 5' to 8'
Depth (With All Joints & Connect
020 GC Contract 4020 Pipe Bursting 10" Sewer to 10.75" OD, All Depths
Total
Approval Approved
Name or Role
Status
1 External -GC
Approved
Allan Negrete
29-Feb-2024 11:24 AM CST
2 Project Manager
Approved
Kevin Young
29-Feb-2024 11:34 AM CST
3 City Engineer
Approved
Amalia "Molly" Villarreal
29-Feb-2024 10:17 PM CST
4 Director
Approved
Bart Bartkowiak
04-Mar-2024 02:36 PM CST
5 Admin
Approved
Dara Woodruff
04-Mar-2024 02:43 PM CST
6 Assistant City Manager
Approved
June Ellis
04-Mar-2024 03:26 PM CST
7 City Clerk
Approved
Tina Broussard
04-Mar-2024 03:27 PM CST
Unit Total
Quantity UoM Price Amount
1.00 EACH 5,600.00 5,600.00
65.00 LF 45.00 2,925.00
8,525.00
Grand Total: 8,525.00
Due: 11-Mar-2024
Actions
Created by: Kevin Young on 28-Feb-2024 Last Modified by: Tina Broussard on 04-Mar-2024
Contract - 001.007
19-Dec-2023 08:05 AM CST
001.007: CO # 7: Contract Time Extension
CITY WIDE PIPE BURSTING CONTRACT - PHASE 1
1350 Langham Rd Beaumont, Texas 77707
Project Number: WU1022-02
Grand Total: $0.00
For 001 WU1022-02 City Wide Pipe Bursting Contract- Phase I
Division 33
Line Item Unit price
Type
Group 3.0 Construction
Scope of Change Order No. 7 is requested to add an additional 90 calendar days to the contract time. The additional days requested are due to
Work supply chain disruptions in fiberglass manholes and the additions of 4th St. and 21 st St. which were not part of the original scope of work
and affected the original work schedule received from the Contractor.
Notes
Awarded To King Solution Services LLC
Allan Negrete
27738
Reason Time Extension
Code
Days 90
Changed
Attachments
Request for Time Extension.pdf
Change Order Summary
Original Contract Sum
Net Cost by Previous Approved COs
Contract Sum Before This CO
Contract Sum Changed By This CO
New Contract Sum
All Change Orders make up 15.88% of the Original Contract
Accounting and Status
3,670,700.00 Substantial Completion Date
582,750.00 Net Time Change By Previous Cos
4,253,450.00 Substantial Completion before This CO
0.00 Time Changed By This CO
4,253,450.00 New Substantial Completion Date
100 days
90 days
Accounting Status
Item Id 491
PO Number 441214 FEMA Number
Accounting Project Code Custom Accounting Field 04
Custom Accounting Field 05 Custom Accounting Field 06
Custom Accounting Field 07 Custom Accounting Field 08
Line Items
Item # Account Code WBSI Section Description Quantity UoM
Approval Approved
Name or Role
Status
1 External -GC
Approved
Allan Negrete
14-Dec-2023 12:19 PM CST
2 Project Manager
Approved
Kevin Young
14-Dec-2023 01:19 PM CST
3 City Engineer
Approved
Amalia "Molly" Villarreal
14-Dec-2023 01:53 PM CST
4 Director
Approved
Bart Bartkowiak
14-Dec-2023 02:56 PM CST
5 Admin
Approved
Dara Woodruff
14-Dec-2023 02:58 PM CST
6 Assistant City Manager
Approved
June Ellis
15-Dec-2023 10:33 AM CST
7 City Clerk
Approved
Tina Broussard
15-Dec-2023 10:34 AM CST
Created by: Kevin Young on 13-Dec-2023 Last Modified by: Tina Broussard on 15-Dec-2023
Unit Price Total Amount
Due: 22-Dec-2023
Actions
Contract # 001.006
17-Aug-2023 09:04 AM CST
CITY WIDE PIPE BURSTING CONTRACT - PHASE 1
1350 Langham Rd Beaumont, Texas 77707
Project Number: WU1022-02
001.006: CO#001.006: CO # 6: Pipe Bursting Map 14 Addition - 21 st Street
Grand Total: $76,425.00
For 001 WU1022-02 City Wide Pipe Bursting Contract- Phase I
Division 33
Line Item Unit price
Type
Group 3.0 Construction
Scope of Change Order No. 6 will add Map 14, 21st Street, to the pipe bursting plan sheets. The Change Order will add 1,275 LF of pipe bursting
Work and replace 6 manholes.
Notes It was discovered recently that the pipes crown has completely disintegrated and is progressing towards complete failure of the line.
Awarded To King Solution Services LLC
Allan Negrete
27738
Reason Owner Requested
Code
Days 35
Changed
Attachments
CO 6—City Wide Pipe Bursting (Executed).pdf
RES 23-221 City Wide PB Phase I C_06.pdf
Change Order Summary
Original Contract Sum 3,670,700.00 Substantial Completion Date
Net Cost by Previous Approved Cos 506,325.00 Net Time Change By Previous Cos 65 days
Contract Sum Before This CO 4,177,025.00 Substantial Completion before This CO
Contract Sum Changed By This CO 76,425.00 Time Changed By This CO 35 days
New Contract Sum 4,253,450.00 New Substantial Completion Date
All Change Orders make up 15.88% of the Original Contract
Accounting and Status
Accounting Status
Item Id 437
PO Number 430946
Accounting Project Code
Custom Accounting Field 05
Custom Accounting Field 07
Line Items
Item Account WBS/
# Code Section Description
3.0 Construction
FEMA Number
Custom Accounting Field 04
Custom Accounting Field 06
Custom Accounting Field 08
013 GC Contract 708 Remove and Replace or Install New Std. Fiberglass Manhole, Less
than 5' Depth (With All Joints & Con
014 GC Contract 708 Remove and Replace or Install New Std. Fiberglass Manhole, 5' to 8'
Depth (With All Joints & Connect
019 GC Contract 4020 Pipe Bursting 6"-8" Sewer to 8.625" OD, All Depths
Total
Approval Approved
Name or Role
Status
1 External -GC
Approved
Allan Negrete
07-Aug-2023 11:00 AM CST
2 Project Manager
Approved
John Pippins
07-Aug-2023 11:03 AM CST
3 City Engineer
Approved
Amalia "Molly" Villarreal
07-Aug-2023 06:30 PM CST
4 Director
Approved
Bart Bartkowiak
07-Aug-2023 06:32 PM CST
5 Admin
Approved
Dara Woodruff
16-Aug-2023 09:28 AM CST
6 Assistant City Manager
Approved
June Ellis
16-Aug-2023 01:22 PM CST
7 City Clerk
Approved
Tina Broussard
16-Aug-2023 02:45 PM CST
Unit Total
Quantity UoM Price Amount
3.00 EACH 5,000.00 15,000.00
3.00 EACH 5,600.00 16,800.00
1,275.00 LF 35.00 44,625.00
76,425.00
Grand Total: 76,425.00
Due: 23-Aug-2023
Actions
Created by: Kevin Young on 04-Aug-2023 Last Modified by: Tina Broussard on 16-Aug-2023
Contract - 001.005
27-Jul-2023 02:35 PM CST
001.005: CO # 5: Manhole Top/Encasement Addition
CITY WIDE PIPE BURSTING CONTRACT - PHASE 1
1350 Langham Rd Beaumont, Texas 77707
Project Number: WU1022-02
Grand Total: $17,500.00
For 001 WU1022-02 City Wide Pipe Bursting Contract- Phase I
Division 33
Line Item Unit price
Type
Group 3.0 Construction
Scope of Change Order No. 5 will add one (1) additional bid item to install 56" x 56" square concrete tops at a minimum of 6" higher than the right -
Work of -way elevation and concrete encasement for five (5) manholes along the DD6 ditch bank in the Piney Point area, Map 1 of the plan set.
Notes
Awarded To King Solution Services LLC
Allan Negrete
27738
Reason Owner Requested
Code
Days 5
Changed
Attachments
Quote - Concrete encasement and square tops for new manholes.pdf
RES 23-195 City Wide PB Phase I C_05.pdf
Change Order Summary
Original Contract Sum
Net Cost by Previous Approved Cos
Contract Sum Before This CO
Contract Sum Changed By This CO
New Contract Sum
All Change Orders make up 13.79% of the Original Contract
Accounting and Status
3,670,700.00 Substantial Completion Date
488,825.00 Net Time Change By Previous Cos 60 days
4,159,525.00 Substantial Completion before This CO
17,500.00 Time Changed By This CO 5 days
4,177,025.00 New Substantial Completion Date
Accounting Status
Item Id 423
PO Number 430946
Accounting Project Code
Custom Accounting Field 05
Custom Accounting Field 07
Line Items
FEMA Number
Custom Accounting Field 04
Custom Accounting Field 06
Custom Accounting Field 08
Item Account WBS/
# Code Section Description
3.0 Construction
025 GC Contract 00000 Concrete Encasement & Square Concrete Tops for 5 Manholes along
DD6 Ditch Bank on Map 1
Total
Approval Approved
Name or Role
1 External -GC
2 Project Manager
3 City Engineer
4 Director
5 Admin
6 Assistant City Manager
7 City Clerk
Status
Approved
Allan Negrete
14-Jul-2023 05:26 PM CST
Approved
John Pippins
17-Jul-2023 01:19 PM CST
Approved
Amalia "Molly" Villarreal
17-Jul-2023 01:40 PM CST
Approved
Bart Bartkowiak
17-Jul-2023 06:00 PM CST
Approved
Dara Woodruff
26-Jul-2023 09:32 AM CST
Approved
June Ellis
27-Jul-2023 02:15 PM CST
Approved
Tina Broussard
27-Jul-2023 02:33 PM CST
Created by: Kevin Young on 14-Jul-2023 Last Modified by: Tina Broussard on 27-Jul-2023
Unit Total
Quantity UoM Price Amount
1.00 LS 17,500.00 17,500.00
17,500.00
Grand Total: 17,500.00
Due: 3-Aug-2023
Actions
Contract ff0O1.0O4
1e*|ay-2o2oo1:22pmCST
001.004: CO # 4: Manhole Quantity Adjustment
CITY WIDE PIPE BURSTING CONTRACT ' PHASE |
1350 LonghpmndBeaumont, Texaa77r07
Project Number: VYU1O22-02
Grand Total: $50.000.00
For OO1VVU1022-02City WidoPipeBursUnUCnntrom-Ph*oo|
Division 33
Line Item Unit price
Type
Group 3.0Cvnatmmivn
Scope of The change order is required to substitute the pre -cast manholes for the fiberglass manholes because of a supply chain shortage in
Work fiberglass manholes.
Notes
Awarded To King Solution Services LLC
N|unwegm/e
27738
Reason Quantity Adjustment
Code
Days o
Changed
Attachments
Change Order Summary
Original Contract Sum
Net Cost uyPrevious Approved Cos
Contract Sum Before This CO
Contract Sum Changed BvThis Co
New Contract Sum
All Change Orders make up1no2%ofthe Original Contract
Accounting and StQ[US
Accounting Status
Item Id
3'870./00.00 Substantial Completion Date
438.e25.00 Net Time Change oyPrevious Cos 00day
4.109.525.00 Substantial Completion before This Co
50.000.00 Time Changed oyThis CO odoye
4.159.525.00 New Substantial Completion Date
393
PO Number
430946 FEMxNvmuo
Accounting Project Code
Custom Accounting Field 04
Custom Accounting Field us
Custom Accounting Field oo
Custom Accounting Field V7
Custom Accounting Field VV
Line Items
|»am Aoopum xvBoV
Unit
Tum|
# Code Section
Description Quantity UvM
Price
Amount
u.000nstrumivn
013 mCContract 7oe
Remove and Replace u,Install New Std. Fiberglass Manhole, Less '25o0sAon
5.000.00
-125.000.00
than 5'Depth (With All Joints &Con
015 GC Contract 3301
Remove and Replace vrInstall New Std. Pre -Cast Concrete Manhn\o, 25.00 EACH
7.000u0
175.008.00
Less than o'Depth, (With All Join
Total
50,000.00
Approval Pending
Name or Role
I External -GC
2 Project Manager
3 City Engineer
4 Director
5 Admin
s Assistant City Manager
r City Clerk
Approved
AllanNogrete
19-May-2023 07:45AM CST
Approved
Kevin Young
19-May-2023 11:08 AM CST
Approved
Amu|ia^Molly"Villarreal
19-May-2023 11:22 AM CST
Approved
aauaurtxowiex
19-May-202312:27PM CST
Created by: Kevin Young om1nxxmy-20xo Last Modified by: Bart amuxnwpmmn19*|ny-2oxo
Grand Total: so.non.oU
Waiting for previous approvals.
Waiting for previous approvals.
Due: 26-May-2023
Contract # 001.003
02-May-2023 09:06 AM CST
001.003: CO # 3: Map 13 Revisions - 4th Street
CITY WIDE PIPE BURSTING CONTRACT - PHASE 1
1350 Langham Rd Beaumont, Texas 77707
Project Number: WU1022-02
Grand Total: $0.00
For 001 WU 1022-02 City Wide Pipe Bursting Contract - Phase I
Division 33
Line Item Unit price
Type
Group 3.0 Construction
Scope of Proposed Change Order No. 3 will add revised plan sheets for previous Change Order No. 2. The revisions are for Map 13, on the 4th
Work Street addition, which updates four (4) sections planned for open cut to be changed to pipe bursting with 16" HDPE. No additional
quantities are needed for this change order.
Notes
Awarded To King Solution Services LLC
Allan Negrete
27738
Reason Owner Requested
Code
Days 0
Changed
Attachments CO 3 Plans—Executed.pdf
Change Order Summary
Original Contract Sum
Net Cost by Previous Approved Cos
Contract Sum Before This CO
Contract Sum Changed By This CO
New Contract Sum
All Change Orders make up 11.95% of the Original Contract
Accounting and Status
Accounting Status
3,670,700.00 Substantial Completion Date
438,825.00 Net Time Change By Previous Cos
4,109,525.00 Substantial Completion before This CO
0.00 Time Changed By This CO
4,109,525.00 New Substantial Completion Date
60 days
0 days
Item Id
388
PO Number
430946 FEMANumber
Accounting Project Code
Custom Accounting Field 04
Custom Accounting Field 05
Custom Accounting Field 06
Custom Accounting Field 07
Custom Accounting Field 08
Line Items
Item # Account Code WBS/ Section Description Quantity UoM
Approval Approved
Name or Role
Status
1 External -GC
Approved
Allan Negrete
01-May-2023 10:31 AM CST
2 Project Manager
Approved
Kevin Young
01-May-2023 10:41 AM CST
3 City Engineer
Approved
Amalia "Molly" Villarreal
0 1 -May-2023 10:43 AM CST
4 Director
Approved
Bart Bartkowiak
01-May-2023 12:43 PM CST
5 Admin
Approved
Dara Woodruff
01-May-2023 01:39 PM CST
6 Assistant City Manager
Approved
June Ellis
01-May-2023 04:31 PM CST
7 City Clerk
Approved
Tina Broussard
01-May-2023 04:42 PM CST
Created by: Kevin Young on 20-Apr-2023 Last Modified by: Tina Broussard on 01-May-2023
Unit Price Total Amount
Due: 8-May-2023
Actions
1118123.3:41 PM
Contract # 001.002
18-Jan-2023 03;40-PM —CST
Projectmates Contract
I-, * - - * -, --,- - -", ' ' " * * ---------------- * ........ * -" "' ", ....... ' *""' ' ' ' ' ' " * . ..... . ... .
001.002: CO # 2: Map 13 Addition - 4th Street
.. . .. ... ... .... .. .. ....
For 001 WU1022.02 City Wide Pipe Bursting Contract - Phase I
Division 33
CITY WIDE PIPE BURSTING CONTRACT - PHASE 1
1360 Langham Rd Beaumont, Texas 77707
Project Number: WU 1022-02
Grand Total: $438,825.00
.... . ... ... .. . ....... .
Line Item Unit price
Type
Group 3,0 Construction
Scope of Addition of Map 13 on S. 4th Street to the plan set. Map 13 adds approximately 4100 LF of pipe bursting of 15" to 16" OD HDPE pipe.
Work approximatbly 175 LF of pipe bursting 6" to 8.625" OD HDPE pipe, approximately 1100 LF of open cut, and 17 manholes to S. 4th Street.
Notes Map 13 on S. 4th Street Is being added to replace the sewer lines and manholes before the street can be rehabilitated . The sewer lines
and manholes are In need of repair and are recommended for replacement.
Awarded To King Solution Services LLC
Marto Jalmes
27738
Reason Owner Requested
Code
Days 60
Changed
I........ .. ... ..... .....
Attachments
CO 2 Plan Set4thSt. Addition (Executed).pdf
............. .. ..... ...... ............ ........
Change Order Summary
.... .... .. - ----- - ** - - ------ * .......... ......
............
... ............
Original Contract Sum
3,670,700.00
Substantial Completion Date
Not Cost by Previous Approved Cos
0.00
Net Time Change By Previous Cos 0 days
...... ....................
---- --------- --- . .....
Contract Sum Before This CO
3,670,700.00
....... ... I-- - ---------
Substantial Completion before This CO
Contract Sum Changed By This CO
438,825.00
Time Changed By This CO 60 days
. .. .. ......
New Contract Sum
4,109, 525.0 0.1
Now Substantial Completion Do to
All Change Orders make up 11.95% of the Original Contract
. .. ... ... . ...
Accounting and Status
Accounting Status
https://cityofbeaumont.projectmates.corniPmjectmates/C Exhibit "N' aspx?enctm28878001099DB758OF6iC4C8707E682578... 1/3
ill8/23, 3:41 PM Projectmates Contract
:._..__..___..___......_.,....._.._...._.._._.__.._...._...... ....... _____...._......-.----._..____..__..._...___.........................._...._.._ ._._...._,_._.....
item id 340
PO Number 430946 FEMA Number
Accounting Project Code Custom Accounting Field 04
i Custom Accounting Field 05 Custom Accounting Field 06
f..._....._...._._..._......__...__..............................................
.....
.....
._......
.......
.....
......
...
........
..........,......
Custom Accounting Field 07 Custom Accounting Field 08
:
Line Items
....
..................
. ..............
....... .
Item
Account WBSI
Unit
Total
#
Code Section
Description
Quantity UoM
Price
Amount
3.0 Construction
I 005
GC Contract 351
Flexible Pavement Structure Repair (4")
600.00 SY
60.00
36,000.00
i 015
GC Contract 3301
Remove and Replace or Install New Sid. Pre -Cast Concrete Manhole,
2,00 EACH
7,000.00
14,000.00
i
Less than 5' Depth, (With All Join
_._.__.
.....................
I 016
_.__.._....,._..,,....._.......
GC Contract 3301
_......,_.._......__.__..._......_...._._,_....,......._._.,_...._........_.--.-._...._.._.__,_-......,........__.._._....._....._.__.._.._.....__...._
Remove and Replace or Install New Sid, Pre -Cast Concrete Manhole,
15.00 EACH
7,200.00
108,000.00
5' to 8' Depth (With All Joints &
019
GO Contract 4020
Pipe Bursting 6"-8" Sewer to 8.625" OD, All Depths
175,00 LF
35.00
6,125.00
l 022
GC Contract 4020
Pipe Bursting 15" Sewer to 16,0" OD, All Depths
4,100.00 LF
67.00
274,700.00
Total
438,825.00
Grand Total: 438,825.00
Approval Approved
Due: 25Jan-2023
Name or Role
Status Actions
._.__..._ ._....._._,_.._. ._...,.
.9-._
External-GC
Approved
Allan Negrele
18-Jan-20 23 02:26 PM CST
2
Project Manager
., .
Approved
John Pippins
18Jan-2023 02:49 PM CST
_..
3
.-----._,._..._. l'
City Engineer
Approved
Amalta "Molly" Villarreal
18-Jan-2023 03:03 PM CST
4
Director
Approved
Bart Bartkowiak
18-Jan-2023 03:35 PM CST
5
Admin
_
Approved
i
Dara Woodruff
18-Jan-2023 03:41 PM CST
https:llcltyotbeaumont.projectmates,comlProjectmates/ContractMgmUContractPrinterFdendly.aspx7enc=28678D01099DB7580F61C4C8707E682678.., 2/3
1/18/23, 3:41 PM Projectmates Contract
Created by: I(evin Young on 22-Dec-2022 Lost Modifled by: Dara Woodruff on 18-Jan-2023
APPROVED BY:
Kenneth R. Williams Date
City Manager
4z
ATTESTED BY:
Tina Broussard Date
City Clerk
https:licltyofbeaumont.projectmates.com/Projectmates/ContractMgmtlContraotPrinterFriendly.aspx?enc=28878DO1099DB758OF6lC4CB707E682578... 3/3
CITY OF BEAUMONT
Dele:
July 20, 2022
Project
City Wida Pipe Bunting Conract • Phase 1
County:
Jefferson
District:
Beaumont
Contract Number:
BID NO. WU1022.02
Owners
City of Beaumont
Contractor.
King Solution Services, LLC
C.O. No,:
1
Reasonfor Change- To add additional plan shestsfor the TralficControl Plan
QWONKINdDX*(AwLLO1Op CTO 1 C o
ORIGINAL CONTRACT AMOUNT:
$ 3070700.00
NET FROM PREVIOUS CHANGE ORDERS
S
TOTAL AMOUNT OF THIS CHANGE ORDER:
$
PERCENT OF THIS CHANGE ORDER.
0.00Yi
TOTAL PERCENT CHANGE ORDER TO DATE
000%
NEW CONTRACT AMOUNT:
3,670,700 00
CONTRACT TIME
ORIGINAL CONTRACT TIME: 305calendar days
ADDITIONAL CONTRACT TIME PER PREVIOUS CHANGE ORDERS; 0 calendar days
ADDITIONAL CONTRACT TIME PER THIS CHANGE ORDER: 0 ulsndard�s s
REVISED CONTRACT TIME: - 65 calendar days
CONDITION OF CHANGE:
'Conrador adutowiedges and sg lees that tho adjustments In contract pdca and conbacl Oma etlpulatot In Ihks Change Order loplasenb full compensation Ior all Incteases
end dots sses In the cost ol, and the Onte fsqured to perform Ou antra work under the contract arhrng rhrecity or Ind'uaclly from M Change Order and all pravious Change Orden.
Acceptance of thb waiver cantotOtee on ograsmant boween Orant end Contractor thol Due Change Order lepresanb an sll IndusNa, mutualy ognad upon adjustment to the Conrad
end that Conrodor vAI valve oil rights to 016 a claim an Ws ChMOe Order after kit propady asacutad.'
ACCEPTED BY:
PREPARED BY:
'1 2a 2a22
IUNOBo 1104 RVICES,LLO-REP D ! JONN IPPNS I, BAT!
WATERununESTIONAIANACIER
REVIEWED BY:
CITY ZNOINIER
APPROVED BY:
INTBRIM CITY MANAGER
QI
REVIEWE Y
,2��
DA i 4WIA DATE
DIREOTOR OF PUBLIC WORKS A TECHNOLOGY
SERVICES
ATTESTED BY:
I,i 171
Prajectmates
lrmva7l ullvCalvr.l=mzcr uu:€:.morn a l cN.C,OM
Invoice #001.009-FINAL for Invoices/Pay Apps
WLJ1022�.02 CITY WIDE I I W„UllRi'lI IIIV° G COINTIRACIFIPIHIIASIE IIL, 1350 IlLaiiI IRd, Beaumont, "'n"exas "77707 Unlii�ted States
Wednesday, Jan 08, 202:
Invoice Details
D';onfirma&
C' ci,Rir-ac. . 001 Wl)1022-02 C,lily'Wiide2 I I!;.lmars'Cling Coirmlm' ct -. 111
Invoice N
00'1,009-II II I+lA II...
E)escIrIlpflCmn
King Sollu lean» 7r emrllc.e.., IL ILC "a" LJ17D2202 City Wide III IISRr.ur(,.411ng C of nraO lalhu aanea II
I Invoice I
Jan 08, 2025
"say IIPerlod
lnl<:u 02, 2024 (aa Jain 08, 2025
(.3ruUamneD
$227,01620
1'e
f1111sr Iqaauala27738 (King scuuon meIr'aie....I1-0)
'L„✓,eak'I:ed 1::3y
Kc; V"I mll ` OUIrng (Curly of BeaUaimo n'1;)
C i,(,@n e IIDMe:,
Jan 7118, 202;5 10::26 AIM CS
I invoice IIIC7
1383
Retainage
I Slealre d 1% (DX)
Line Items
Item Account WBS/ Description Contract Previous Quantity UoM Unit
# Code Section Total Payments Price
3.0 D onsfiruic'8:lion
001 GG 00000 rnralhrtlllllaalkw 1.41mD @ 175,C9Q70 00 coo L.S 175,C)C)Q'l.OD
Cr01111-„act 17(s,C C)gb C)O
V5,000 00
Amount Due: 400,567.45
Work Materials Total
Completed Stored Amount
(WC) (MS)
Item
Account
WBS/
Description
Contract
Previous
Quantity
UOM
Unit
Work
Materials
Total
#
Code
Section
Total
Payments
Price
Completed
Stored
Amount
(WC)
(MS)
002
CK"
3161
1 L1111 Del[)(111
10u,1w
0 00
coo
45 00
4,500.00
000
4,50000
con[lact
Repair al,Side
43.00 ::
walk (T
4,500 DO
003
GC
361
Full Dep(I'll
25c ou @
000
coo
SY
45 00
1 £,250.00
000
11,250 00
con[ract
Rej,Ialii of
45.00 ::
Driveway (6"1
11,25000
004
GC
361
Full Dep(h
550 co (t3
64,035 00
000
SY
125 00
4j15.00
000
68,75000
Canbract
Re1,,1a1ii &
125.00 ::
Cuivi ete
68,75000
Flaveifnen,
(DO')
Dos
r"C'
351
Flexible
J.nfl cq
54)000 00
0 00
Sy
60 00
0.00
(M)
54)000 00
C0111'ad
laveifil➢a`IqC
60.CK)
Strur"lure,
54,000 00
IRe 'mill (4")
006
GC
402
1 'C"I'lich
4,000 00
3, Z 72 00
0 00
1 1::
1 On
228.00
0 00
4,00000
Canhact
...xcav&Alairi
1.0a
Fliro[echoin
4,00000
ON
("11C
502
Barricade.%
C5c co @
28,800 00
000
FACI 1
200 00
C,200.00
0 00
30,00000
Dxr[I@Gt
Signs, and
2MOD ::
I ';a c
30,0CM DO
11 aidling
HS
GC
2821
Chain IlLinik and
2,400 W ((P
74000
000
1 1::
2.00
4,060.00
000
4)80000
Conli'acl
Wooden
2,00 ::
Fences, stud
4,800 00
Gate,,,,, Wf lh
Rroecl
Manageirs
Aplairovall
009
GG
2558
Clean and
5'000 00
4,67000
000
1 1:::
5 00
20,330.00
000
25,00000
Conr iact
10119050 S0VVE',1'
5.00
All Sizes arid
25,000 DO
Dej,)(Ihs, As
Dlrcx�(ed lay dhin
Owinors,
0 10
GC
2553
Obshruckyl
30,250 00
000
EACI 1
250 00
7,250.00
000
37,50000
C01,111'ad
Rci'riovall
25D.DD ::
Excavahari, All
7'5(CD x)
Sizes, All
Dej',Ahs) VVI(h
Fliro[ec�
'Aanageir's
Alp,wovall
Grand Totall 3,698,041 20
Item
Account
WBS/
Description
Contract
Previous
Quantity
UoM
Unit
Work
Materials
Total
#
Code
Section
Total
Payments
Price
Completed
Stored
Amount
(WC)
(MS)
011
GCI
2534
Recorinect
744.00 C
339,9,X) 00
000
FAC 1
650 00
143,650.00
000
483,600 00
con[lact
13 e, i, v i c; e
6150.00 ::
Colligedlon
483,600 DO
E.xcavadoiii
Including
cleal,louls to
Liner'
Coalplete, All
Sizes and Delta
012
GC
2534
Fui,inish aiid
21 W Cq,
15,75000
0.00
1. ACI 1
1,05 000
6,300.00
000
22,050 00
Corlli,act
Ihn,,Aall lE.nlrbof
1,D50,00 ::
Lli ip GlealmAA
22,05000
by 11...xczYvabon
D 131
G G'
708
Reirloveand
34 00 Car
55,000 00
0 00
FACI 1
5,000 00
115,000.00
0 00
170,000 00
Gcwt,act
Rej,,Y1ac,,,, or
5,000M ::
Install I
I jr0,00Q CNO
Std. F,ibei,qlass
Manhole, Less
H-11an 5, 1 (I'll
(WIth A111 Jaln[�'a
& con
014
C11G,
708
Reirmove, and
34 00 (Cg
28,00000
000
1. ACI 1
5,600 00
162,400.00
000
1001,400.00
G0191lact
Rej,,jlace or
5,6DO.00 ::
Install 1
190,400 DO
std Fiberglass
Vainhalle, Sto
8'1DejfIh (\A/ldh
All Joinls &
Collinect
015
GIC
3301
Rcirnow,, and
2 3 0 0
161)00000
0.00
1. ACI 1
7,000 00
Mo
000
161)000 00
Conlrad
IRejplacrs aar
7j)[10.00
in,,Aall I
161,000DO
Std Pir,-., Cas't
collarete
Manhole, Less�
'than 5' A11,
(With A111 John
016
GC
3301
RGITIOVO'and
69 co
4 96, BOO 00
0 00
LAC 11
7,200 0(0
0.00
0 00
496,800 00
conliact
Reg,Ilbce or
Zr 200.00
Install 1
496,800 DO
Std F11-0 Cast
C,cl lurete
I Sto
8'1-)ej[Ah OA/ldh
All Joints &
017
GC
708,3301
ElxCra Dejpdh for
2.50 00
00
000
VIF
100 00
20,000,00
0 00
25,000 00
Corlbract
New or
100,00
Grand irotaii 3,698,041 20
Item
Account
WBS/
Description
Contract
Previous
Quantity UoM
Unit
Work
Materials
Total
#
Code
Section
Total
Payments
Price
Completed
Stored
Amount
(WC)
(MS)
R,e ,jIlaceirrieii
25,0D0 00
Std IManhole,
Over 6' 1
(1pire Cast
Cali 01-
Fiberglass)
018
GG
2555
Abandoi,i
1000
9,00000
coo FACI 1
1,50000
(1,000.00
000
15,0000o
C"01111-act
Vainhaller
�,500.00
15,000.00
019
GC
402CI
i Bursting
32,000 00 (cg
869,40000
0 00 1 1::
35 00
250,6GO,00
0 CIO
1,120,00000
(.,'01�11-act
6".8" Sewer to
3500
8 C , 325" 01l All
120,000 00
Del'yUhs
020
cx
4020
F111-w, Builstillig
750 00 Cr,)N
33,75000
000 1 1::
4500
Mo
000
33,750 00
col -Thad
10" Sewer lo
45.00 ::
t 0 7 5" 011.), All
13, T50 00
I.X" l
021
GIG
4020
Flipe, BUI(sting
„t,CDc co (cp
141,82000
0 00 1 1::
40 00
2,1180.00
000
'144)000 00
Gaillact
12" Sewer [o
40.00 ::
12 75" 01.-), All
144,000 DO
De,J;Ahs
022
GIC
4020
Mlle 1.3urst11ng
4,900 00
323,677 00
000
V 00
4,623.00
000
328,30(D00
C01,111-act
15"Elewer Lo
67,00 ::
t6 0" 011l All
328,M) 00
Dej:rUhs
023
GIC
600
IRe inove and
2,000 W (q),
795 00
0(n 1 1::
15 00
29,2MOG
000
30,000 00
Conliaict
replace
15,00 ::
eAsiling
25o,C10o oc
Sal fl(ary
&w-"r Vila
(.)1lga1-11 Cut,
AddRibiriall to
Buirsting
CoSL, 5' to 10"
024
GIC
600
Re'rilove, and
2,C4CP0 00 (g)
000
000 1 1::
1800
36,000.00
000
36)00000
('01111ad
i
18.0D ::
exis(lirig
36,000 00
sainilary
Sewer Via
01"H"I'll C.
Addihoinall to
Pipe BU-stling
cuss'(;., 10, k, 115
lbitall
829,491.00
2,8411,209M
829,491 00
U0
3,670,700A0
Grand Totall
3,698,041 20
Item
Account
WBS/
Description
Contract
Previous
Quantity
UoM
Unit
Work
Materials
Total
#
Code
Section
Total
Payments
Price
Completed
Stored
Amount
(WC)
(MS)
CO # ': 1113 11,3 Addition 41n
Street "0 Colnstirua
D05
GIC
51
1l.ale;xilalllee
(r(➢ .w
4,58100
6l.00
ISY
60.no
31,419.00
i7.00
36)(1i7G (xi
Caslh-act
F'aaveelnnle,11
60.00'::
Stru(A urc;
36,000.00
Re,paiilr (4" (
015
GC
3301
Rearnl.uvea and
2 DD
0.00
0.00
AC I l
7,000.00
14,CDOO.00
000
14,000.00
C, orl rac,p
III t,ir
J',0C)( Q(( _
IIIm,-AallIIUea,vv
'14,000.00
catc1Palre,.C:a s[
Concrete
Manhole, L..e sF,
Ulan :Y .Dc"7(ll,
oin
(With AllJoin
016
GC
3301
Rerrwvc, and
15 00 car
108,000 00
0 00
11
7,200.00
0.00
0.00
108,000 00
C,onllia",.D
IRel;tll<arnn eur
'7,200M _::
IwAaIIlNc±k
108,000.DO
std ITPIre CDae '9t
Concrete
Maxnlnclle, U to
a" u:DcalC (l (VV!r11n
019
GC;
4020
111 E!i urt';V'ung
11 m 00 (,>
2,345 00
0L00
L..II:
PI5 00
3,JrH3) C (o
0.00
b)'12kb.00
8 62€6" C:SII:D" All
6,125.00
I
022
GG
4020
1 R)a istllr g
4,10000 (3r)
274,70000
0.00
L..II:
67 00
0.00
0.00
274, 700.00
C;ealn(ra€.t
15",13,evvtizr to
67,00 ":
'M 0'" 631D, All
2?r4,'700.00
DellUls
'lildiall
49,111De 00
9ai9:,626,00
49,199 00
0.00
438,82, ,00
CO 4Mainlholle Quantity Adjjushneint �3 0Corlis3lruc
013
GC
700
tc,l'nlcavet ;Inr1
25 00 C4D
CI 00
0.00
I AC 11
5,000 DO
112 k,000.00
().00
125,000 OCI
('01,11lac;D
IReplace, or
5,000 GO ':::
1rll,=analllrileery
125,000.Y)
13W 11;Pc Irglas£a
41allhole, L. esY
'Ulan 5, L.bel"I'(I'll
(VVYitlh FJIII Jlbll'o'(s
& ";.on
015
GC
3301
Rearnl.uvea and
25.0 D
168,000.00
000
AC I 1
7,000.00
7,000.00
0.00
175,000.00
(.; alrl rac,1
11101,
J',)C)C, Q(} _:
Ilnl,vflall I
1J'Fa„CC(d)00
catc1Probe,.C:a s[
Concrete
Grand irotaDIII 3,698,041 20
Item Account WBS/ Description Contract Previous Quantity UOM Unit Work Materials Total
# Code Section Total Payments Price Completed Stored Amount
(WC) (MS)
MaNhole, Les=�
than 5' Dejo Uh,
(VVith A111 Joini
RAW
1118,00000
168,000M
118,000 00
(LOO
5(D,mwoa
C 0 # 5': I Tolp/lEincasernent Addiltillon 3
0 C 0 1 Is
025 GIC 00000 Concrete
I co (q)
1750000
000
LS
7,50(b00
0.00
000
17),500 00
Conli-ad Eiricaseiggent &
I Z 500.00 ::
sqLial''
17,500 DO
Concrete 1ojl6s
ra, 5 Mal d ioles
allong DID6
I Bankon
Malp I
Toltall
DAW
1 7,50moo
0 00
UO
17,500m
CO B: 1115 Addition 3 0 Coirl.sh l
014 CK, 708 Reinove, and
1 co
0 00
0 00
1. A(3 11
5,600 00
5,600.00
0 00
5,60000
conli act Replace or
5,600 OD
Install I
5,ax) �)c
13td Fllxi'gl@ss
Madhole, 5' to
8' IlDeell(h (VW dh
All Joh-lbs &
Corlined
02.0 GG 4020 1`11pe, lilt ilstling
(r5 co
(100
000
1 1::
45 00
2,925,00
000
2,925 00
Conbract 10" Sevver lo
45.00
W 75" 011D, All
2,92500
Dpj;%hs
IdIall
8,525,00
DAW
8,525 00
Obo
8,525,00
(�',0#00 1 006: CO # 6:: 1 Buirstfing IAla 1p 14 Addition
013 GC 708 Remove, and
;: co �k(
1tD,o00DO
(1.t10
1. ACI 1
5,000 DO
0.00
f).00
15,000 00
("'01,11lact IRepllace or
5, 0 0 G G 0 ::
in':ttall I
15,000 Do
Std FlIbei,glass
Mait1hole, Les=�
dhan '13, Del"111,11
(VVIt1h A111 Jaln(s
& ("all
014 GC 708 1 and
3 0 D ng
5,60000
000
EACI 1
5,600 00
11,200.00
000
16,800 00
conbract Rlej'Jace (li,
5,600.00 ::
Install 1
00
Std Flloei,glass
Vain hole, 5' to
8' 1 (WI11h
Grand irotaii 3,698,041 20
Item Account WBS/ Description Contract Previous Quantity UOM Unit Work Materials Total
# Code Section Total Payments Price Completed Stored Amount
(WC) (MS)
All,koin[s &
Coni-I&A,
D 19 GG, 4020 i I.Wirsting 11,275 DO (k) 1,4)090 00 000 1 1::
conk'act 6" 8" Some( to 35.00
8 625" 01D, All 44,625 DO
Dej,,Ahs
Toilall 211,)"35AW 54,691N OO
CO#001 009�: CO #9 3 0 Cormitiruction
026
GIG
00000
Man1hole wall
20 00 (q)
C01,111act
iner, I 1
325.00 ::
carrosiorl
6,500 DO
resistanI waIII
CC,jqjj,)jU(f.,,
liri
027
GC
00000
ru,'tall exbra
1.00 6,g
conlia(l
ceirinent
2,800.00 ::
s(abill7nd sond
2,8@0 00
backhIll and
rence raiii-iovall,
coirriplete lin
"Aace
roilall
9, 001 00
CO#001
010!: IfrIi1nall CO 3
0 Coin str"c rion
002
GIG
361
Dell:Ah
100 OD A
Rvp@1i[ ai'Side
45.00 ::
Wall, (5")
4,500 00
003
GG
361
1:R.1111 Delp1h
250 00 A)
conlract
RejpAlir of
45.00 ::
Drim,may (6")
11 1,250 00
004
GC
361
1 )ejp1hi
11,37 28 @
Coniia(A
Roj,�alir of
125.00 ::
17,16000
N5
C"G,
351
1:: Ilexi ble
458 88 (cg
G01111act
Ipavenacent
60.00 ::
'Stiniciure
27,53280
Foq,7;oii (4")
006
GC
402
1 renc.h
228 00 (k)
(."onlract
E.xcavadoifl
1.00
Fli-Oledion
22t1.00
35 DO 10,5300 000 44,625 00
21,73500 OM 76,425AG
000 000 VIF 32500 6,50M0 000 6,500 00
000 coo 1-113 2,800 00 2,800.00 000 2,800 00
0.00 9,300 00 0.00 9,300.00
000 coo SY 45 00 4,500,00 000 4,1500 00
000 000 Sy 415 00 . 11,250.00 000 11,25000
0 00 000 SY 125 00 17,1160.00 000 17,160 00
000 000 SY 60 00 .27,53230 000 .2 7, 1532 80
000 coo I 1::1 00 228.00 000 226 00
Grand Totall 3,698,041 20
Item
Account
WBS/
Description
Contract
Previous
Quantity
UOM
Unit
Work
Materials
Total
#
Code
Section
Total
Payments
Price
Completed
Stored
Amount
(WC)
(MS)
NIT
CK"
502
Barricades,
6 00 C
0 00
coo
FACI 1
200 00
1,200.00
(➢00
1,20000
con[lact
"Signs, airld
20CMX) ::
I I'arric
1,200 DO
11 aridling
HS
GC;
2821
Chain Llink aind
2,030 W (g)
000
000
1 1::
2 00
4,060.00
000
4)06000
conhlact
Wooden
2.00 ::
Fences, and
4,060 00
Gates, VV11111
l
Vaii@gcirs
4" ll1r,wowil
009
C.11C.,
21558
Clean and
4,066 00 @
000
t1.00
1
S 00
20,330.00
ODO
20,330 00
cunlrssct
I C"If"Visc, s(niver
5.00 ::
All Sizes and
20,330 00
Dej,'yUh°', A,,',
DirecLed bydhe
Owners
010
C
25153
01"cslnlcllon
29 DO
0.00
000
EACI 1
250 00
7,250.00
000
7,250 00
cort"old
Re'iliovdll Ljy
250.0
Excavalinin, All
7,250 00
Sizes, All
Dej�,fflhs) Wilhi
I'volecl
Vainagar's
Appiroval
011
GC
2534
Reconnect
221 co (k)
000
coo
Ei?cl 1
650 00
143,650.00
000
143,650 00
(."oll(ract
("",
650.00 ::
Coil nedion
143,650 00
E=,.wadon
Including
Cleanrn.][G to
Liner'
Cariliplete, All
Szes and
012
GC
2534
Fui,i,ilshi and
6 00 (4(
000
coo
1::,A(,'l 1
1,050 DO
6,300.00
0 00
6,300 On
coilliact
Install 11-ind al'
11,050.00
1-11ge Cle"InCAJ(
6,10000
11...xwavaUori
013
CC
708
Reirriove, and
2 00 (q(
000
000
1. AC I 1
5,000 00
10,N0.00
000
1 (1) NO 00
coilth'act
Rej:)Iace or
5,000.00 ::
in;ltall New
10, 000 DO
std Fllx"Irgl@,'ss
Manhole' Less
dhan 5'1.-)ej:Wh
(With A111 Join[s
Grand Totall 3,698,04 1 20
Item
Account
WBS/
Description
Contract
Previous
Quantity
UOM
Unit
Work
Materials
Total
#
Code
Section
Total
Payments
Price
Completed
Stored
Amount
(WC)
(MS)
014
GCI
708
Remove and
32 00
0 00
coo
FACI 1
5,600 00
179,200.00
000
.179,20000
con[lolct
Replace, or
5,6NLOO ::
Install IINe.w
I F9,200 DO
Std Flnci,glass
wanhole" 5' to
8'Delp(h (Ndh
All Jolinbs &
("On
015
GG
3301
Rei nove, and
9.co (g)
000
Q1.00
EACI I
7,O0G➢DO
6�,,,000.00
0 30
63,noo oo
C"011bract
Rcj,511a3cu 01'
7,000.00 ::
in,,Aall INew
63,()DI1Ou
Eod Fliie.Cas�
colicirrste,
Manhole, Less
ffian 5'IlDej-Ylh,
(Vold [ A111
016
C, 11 C
3301
Rernove, and
13.00 @
0 00
000
EACI I
7,2N 00
93,600.00
000
93,600 00
Conliac,t
RejNa(xol,
7,200.00 ::
ri�,Aall lNem
93,6DO 00
Std Flire Ca,,A
corlamte
V,nin1hole, 5'to
8' IIDe 1p1h (Wilth
All Joh-lbs
017
t4
708) 9301
...Ah'a Delpilli ror
200 00
0 00
coo
VIF
1(70 00
20,000.00
C1,00
20)000 00
C"On I nact
Now or
100,00
Rej,JaceirrienL
20,000 00
,Std Manhole,
OVol' 8' Delath
(II' ire Cast
Colicl ete or
F bcirglabs)
015
GG
2555
Abandon
4 00 C(J)
0 00
000
1. ACI I
1,"100 00
6,000.00
000
6,000 00
Conharl
Manhole
1,500.00 ::
6,000 00
019
C11C
4020
11-1111,je Bu(stling
7,569 00 (g)
000
000
1 1::
3500
264,9115.00
(D00
264)915 00
Conliact
6" 3" Sewcmto
35.00 ::
8 625" OIL), All
.264,915 DO
Dej:,711-1,,�
020
GIC
4020
Flijpv 1:3urstling
254 00
000
Y1.00
1 1::
45 00
11,430.00
Ct,00
11,43000
C01,111-act
10" "lewer (o
45.00
t 0 75" 011D, All
11,430 00
Del")[11S
021
GIC
4020
F111pe, Bursting
54 50
0 00
000
1 1::
4000
2,180.00
000
2,1SOOO
Con(ract
Q",E,evver lo
40,00
2 18000
Grand irotaii 3,698,041 20
Item
Account
Will
Description
Contract
Previous
Quantity UoM
Unit Work
Materials
Total
#
Code
Section
Total
Payments
Price Completed
Stored
Amount
(WC)
(MS)
112. 75" 01 D, All
a;xt'ha7
022
C340
402 0
i 1 bustling
.CiCD.Do (c„s}
0.00
coo 1 1::
(YF.(DO 4,62100
000
4 623.00
conframct
115"Sewer [o
67.00::.:
116.0" 0I1 D, All
4,623.DO
II:D€j,,Ahs
G23
GC.;
600
Ildei nave a: nd
1,241.470 (i:1
000
coo 1 1:'.:
15 01) irh 20l-s. O
37.00
2%205.00
C"01,111°a c't
replace
154 00 ::
exiisilln¢D
-29,205.00
6caniikary
n4:'wel" Via
C:Dhsw rn curt,
D`ddiiillolnalll to
IPlilrnc, Nl3u irstllnal
COS[, 5' C:CN...
024
GC;
r
"et'I"YliC4VG! rcNrY
". ,�PCY0.C.0.CC7� (e
CI�.00
C±.00 L..I°1
18 DO �36,r 00.00
f;.00
��36,CS(l0 00
C;onliacp
'ejplaco
1FD DO
exiislilncy
(DQi,C➢f;G.:)o
."3a niilarY
Sewer Vli'a
open Cut,
Addli[liolnall per
Flipe 3uirodling
Cos[, '10, i...
.573,23330 6Dko
Summary
573,233.80 CD. 0 573,23180
Grand Tataalll 3,6 98,CU41 20
I, Conbiad Surn '- Ai,neindiineiMs
?. New Chaiiage 1,,,)y CIiaalrng II equest
3, Coi3Oiad Sun ]b IIDaale (11L.Ine 1 « Il...ilne 2)
4, Ileafa ll Coiinjr.flleted & 13fored Ilo Da�e
5, Ref:@Iinage,
5a, 0,00% of Coi,npIetNJ Work (Colurnin 11 oin (,oinflirivaflon Slhee)
511b1u.lu0% of Sbred 1Materiall (Coluiiyun,J on Coinfinwafion SlheO)
foc all Frehlnage, (5a 1- 51b)
6, Tobll Eanned IlLe ss Tofall IRe falinage,
7, L.ess lirevlwjs CeirfificaPes for PayimeirA
8, Cunrei,JAirnowink IDuea
9, 1:3011ance ¢o IFinish, Ilne ludling Relfalinage, (ILIne 3 Ileus s IlL.Inea 6)
FIN R IT 9=1 - I M n.
Jine, 1111em Ilype UnIf joirlcea
Grouj�.) H Coil sirwclfoin
Accounting and Status
0,00
MO
Cajpbll Fundling Source coiWiruUluin - CIIII YWIIIIDIR. IF:11111PI-7 113U11F3S1 IIING - IIPIII MI. 11
Cajplf:all Pirojed IIFiscaall Year 2025
F10 Nuniber 4512114
Approval (Approved)
User I Role Status
B11111 IKealr p (Insjf)ecbii) A11,aprov0d
Jan 08, 2025 1224 PIM CSII
Kevilin Young (Project Mareger) Approved
Jain 08, 2025 0 1 07 II IM CS 11
knall !a "Molly" V11111arreall Approved
Jain 08, 2025 0 1 14 IPIM CSII
Dara Woodirurf (Adi,nln) Approved
,hain 08, 2025 01 53 IPIM CSI
3,670,70M0
21,341.20
3,698,041.20
3,698,041.20
(100
3,698,041,20
3,297,473,75
400,567 45
M10
Comments
214 217A100
coinn
..................
K) 2025 Illirojeclirnales / Sys[eirnatos, Ilinc
2435 Iq Centirall Expy
Richardson, � X 75080
3
%
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Amalia Villarreal, P.E., CFM, Director of Public Works, Interim
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award
a contract to SETEX Construction Corp., of Beaumont, for the
Fannett Road Sidewalk Improvements.
BACKGROUND
The Fannett Road Sidewalk Improvements Project consists of placing new sidewalks and ADA
compliant curb ramps along the south side of Fannett Road as well as updating parts of the
sidewalk on the north side of Fannett Road and bringing the existing curb ramps up to ADA
compliance.
On January 2, 2025, five (5) bids were received for furnishing all labor, materials, and equipment
for the project. The Engineer's Estimate is $940,000.00. The bid totals are indicated in the table
below:
Contractor
Location
Base Bid Amount
SETEX Construction Corp.
Beaumont, TX
$783,958.00
Elite Contractors
Kirbyville, TX
$808,915.00
Eastex Utility Construction
Beaumont, TX
$824,605.00
Norman Highway Constructors, Inc.
Orange, TX
$940,294.00
MK Constructors (BDS Constructors LLC
dba MK Constructors
Vidor, TX
$1,174,900.00
The Public Works Engineering staff recommends this project be awarded to the lowest bidder,
SETEX Construction Corp., in the amount of $783,958.00. A total of 150 calendar days are
allocated for completion of the project.
FUNDING SOURCE
Certificates of Obligation.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Fannett Road Sidewalk Improvements Bid Tab
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
WHEREAS, on January 2, 2025, the City solicited bids for the Fannett Road Sidewalk
Improvements Project; and,
WHEREAS, five (5) bids were received for furnishing all labor, materials, and equipment
for the project; and,
WHEREAS, SETEX Construction Corp., of Beaumont, Texas, submitted a bid for an
amount of $783,958.00, as shown in Exhibit "A," attached hereto; and,
WHEREAS, City Council is of the opinion that the bid submitted by SETEX Construction
Corp., of Beaumont, Texas is the lowest bidder providing the best value to the City and should be
accepted;
NOW, THEREFORE, BE IT RESOLVED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby, in
all things, approved and adopted; and,
THAT the bid submitted by SETEX Construction Corp., of Beaumont, Texas in the amount
of $783,958.00, 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 SETEX Construction Corp., of Beaumont, Texas, for the purposes
described herein.
The meeting at which this resolution was approved was in all things conducted in strict
compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of January,
- Mayor Roy West -
o
ul
it
0
c C: C 0 w 0 >
0 �' ��z :�! Z �' 5->
M022>Opo"
o
o�
P'—P—x 0 5 0
m ;
> > > n
0 n z
0 o n
Z
ZM
z 0 GI >
z c z -0,
o - 6
Z,— n I > 9 , K m�yy n,
M
73 'm M) 0 1, M.
0 Z > w
m Q ::s Zo
Im,
N. > n yr
z
0 0
E7 C: C:
X
0 3: 0 4� 0
z
0 m w
0 m
<T�,rn>MTM
> > >
o o w
IDp
10)
0 �O p p 0p �o p P P
0� o b o lo b o b,o b a o
��o o
z
Oro �b
0 0 0�0 0 0 0 0 0 0 0,0
m
'0
J
o w
z
0,0 M,
6
o 0 0 VV" 0 0, -1�, W �w 0 0: 0:0 0,
p p P P,P� P) P;�,,PPP=p P., p
0 0 0 b,o O�O� 0 0 b, 0 0 0 10 0 b'o 0
v
0 0 '0� . 0 0 0 0 0 �O �b
"o "0
(4, w w =—,g 0,2 � w ��j
W'. .,o po, w 0
-0
pp,�
`o 0 0 0 p , 0 0,0,. 0 0
0 b;6 &b b 00
00,0 ao
0 0 0'-o O,O�Q,o olo,a ao 0 0, 0 0, 0
1:, T
0
�;W- 0�wd 0 O-wl 1.".
.1
.!O��f 0,0 0 0, M�. 0
p wp 'P op �� P P P 5 &
jp) O�p P,P 0 P P:P,b, p
0•, 0�01010:0�08
io�b�o 8,08 ��o
0 0 0: �b� 0 0
'Q,
0 0�0 "O� P,0
w oio�w 0,0 0,OZ- W,w Po
. (A 0 t�,'o CS 8 0`-�j P:O�p �O�p 0,!Q W V w 0
bb.b'b�b b'bjb,b•o
0f0 0�0j0000�0'OO 0 0 0 Po 0 0 0 0
r)
0
0,0 .:m 0 w to et. -W
0 0 0�0 . . . 0 0 0 0 a 0', o
p p p p p p p p P,P P,P;p p p p p
0
0 0 0 000 0�0 0 0 0:0 0 0 0;0 . .1.
O 0 OO,0 0,0 0 0 0 0 0 0 0 0 0 0 0
Z. ZI,
0 OO O;W
C:
Z
0
0 N w 0 0 0 Ow w —0 0 0
p O,W 0 0 0 0 pp p P,p p p p p p p
0
o bbb b:b!b b o,o o 0,0 a o b o o o o
Q 0 0
0 0 0 0 0 0,010 0 0 0 0 0 OP;o ;o
g
P,
VI
v e p p p p V In p p Zp
w 0 w . 0 00'w
EF
, , - 0 0 . W0,0�0 0 0 w I
p 0 P, p p 0.0 0 0 p p p p p p
.0_0 .0 .0 .0
0 0�0 0 0,0'0 0 0 0 0;0 b'b b o o o o a 00
0 0 0 0,0 0 010,0O a
- - w
cg
xnO
,
�10 wl.
0 0 0 w w 0 0 1 w 0
p 0
0 p p P: p p 0 0 0 0 0 m W,
n I
0 o o o o o o o bbb b;b b b,b b b b b
0 i. 0 0,0. 0 0 a; 0 a 0 a 0 0 0
Q
r)
-i
r)
0
c 0
w 0 w 0 0 0 0 Wo w 0�0
p p p p p P,P P) p p p P, p p O-A Nf00,0
0
0 00:0 0 00,0 0 0 0 0 0 0 a0 0 Oc
0 0'0 00 0 0 0 0 0 0 a 0, 0 . O, 0 '
0 0 0.
0
-n
0
n
a
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Amalia Villarreal, P.E., CFM, Director of Public Works, Interim
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council consider a resolution authorizing the City Manager to award
a contract to Brystar Contracting, Inc., of Beaumont, for the Cattail
Marsh Levee Emergency Repair Project.
BACKGROUND
On December 17, 2024, by Resolution No. 24-334, City Council awarded a contract to Brystar
Contracting, Inc., of Beaumont, in the amount of $128,771.00 for the Cattail Marsh Levee
Emergency Repair Project. The authorized work consisted of repairs to the failed section of the
levee and exterior side slope between Cell 1 and Hillebrandt Bayou.
On January 9, 2025, Brystar submitted an updated time and materials proposal estimated at
$25,000.00 to install and compact limestone base at various locations where haul trucks have
damaged the existing levee road during construction. Although the original not to exceed
estimate accounted for restoring sections of the levee road along the haul route, the damage
exceeded what was estimated before the project began due to unknowns about the stability of the
existing levee road.
If approved, the new contract amount would be $153,771.00.
FUNDING SOURCE
Water Utilities General Fund.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Cattail Marsh Levee Emergency Repair COI
RESOLUTION NO.
BE IT RESOLVED BY THE CITY COUNCIL
OF THE CITY OF BEAUMONT:
WHEREAS, on December 17, 2024, by Resolution 24-334, City Council awarded a
contract to Brystar Contracting, Inc., of Beaumont, Texas, in the amount of $128,771.00 for the
Cattail Marsh Levee Emergency Repair Project; and,
WHEREAS, on January 9, 2025, Brystar Contracting, Inc., submitted an updated time and
materials proposal estimated in the amount of $25,000.00, to install and compact limestone base
at various locations where haul trucks have damaged the existing levee road during construction;
and,
WHEREAS, although the original not to exceed estimate accounted for restoring sections
of the levee road along the haul route, the damage exceeded what was estimated before the project
began due to unknowns about the stability of the existing levee road. If approved, the new contract
amount would be $153,771.00;
NOW, THEREFORE, BE IT RESOLVED BY THE
CITY COUNCIL OF THE CITY OF BEAUMONT:
THAT the statements and findings set out in the preamble to this resolution are hereby, in
all things, approved and adopted; and,
THAT the submitted updated proposal by Brystar Contracting, Inc., of Beaumont, Texas
in the amount of $25,000.00, as shown in Exhibit "A," be accepted by the City of Beaumont.
The meeting at which this resolution was approved was in all things conducted in strict
compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of January,
- Mayor Roy West -
ORYSrA,0
r
CONTRACTING,
,. F, ;�i C, l; INC.
8385 Ctiem:icaal Roid Beaumont, Y"eaas 77 015 -(09)842-6768
January 9, 2025
Molly Villarreal, P.E. - City Engineer
David Tingle, E.I.T. — Public Works Design Manager
City Hall, 801 Main Street
Beaumont, Texas 77701
Re: Cattail Marsh Wetlands Repair — Haul Route Road
Not To Exceed Budget $25,000.00
Working Days: 2 Working Days
Scope of Work:
- Install and compact limestone base at various locations where haul trucks have
caused damage to the existing levee road.
Notes:
This work is only for disturbed areas caused by haul trucks in the haul route
during the construction of the Cattail Marsh Wetlands Repair project,
PO number 451851.
Brystar Contracting appreciates the opportunity to submit this proposal. Should you have
any questions or concerns, please do not hesitate to call.
Sincerely,
Trevor Holmes
Project Manager
ht. ygr(y isu�starocom
409-659-7334
5
%
TO: City Council
FROM: Kenneth R. Williams, City Manager
PREPARED BY: Tina Broussard, City Clerk
MEETING DATE: January 21, 2025
REQUESTED ACTION: Council to consider approving an ordinance calling the General
Election for May 3, 2025, to elect a Mayor, two (2)
Councilmembers-At-Large, and four (4) Ward Councilmembers
(one for each Wards I, 11, 111 and IV); and approving a runoff
election if necessary on June 7, 2025.
BACKGROUND
The City Charter dictates that all elected officials shall be elected on a regular election day
established by the Election Code of the State of Texas. The City of Beaumont is designating the
first Saturday of May to conduct this election and will conduct a joint election with the
Beaumont Independent School District and the Port of Beaumont. The City of Beaumont will
elect a Mayor, two (2) Councilmembers-At-Large, and four (4) Ward Councilmembers (one each
for Wards 1, 11, III and IV). The Beaumont Independent School District will elect Trustees for
Single -Member Districts 1, 2, 3 and 5 seats. The Port of Beaumont will elect one (1) Ward 2 seat
and one (1) At -Large seat; and approving a runoff election, if necessary, on June 7, 2025.
FUNDING SOURCE
Funds are available in the City Clerk's budget.
RECOMMENDATION
Approval of ordinance.
ATTACHMENTS
None
ORDINANCE NO. 25-
AN ORDINANCE OF THE CITY OF BEAUMONT, TEXAS,
PROVIDING FOR A GENERAL ELECTION TO BE HELD
ON THE 3RD OF MAY, 2025 FOR THE PURPOSE OF
ELECTING A MAYOR, TWO (2) COUNCILMEMBERS-AT-
LARGE AND FOUR (4) WARD COUNCILMEMBERS
(WARDS I, II, III, AND IV) AND; PROVIDING THE FORM
OF THE BALLOT AT SUCH ELECTION; DIRECTING THE
GIVING OF NOTICE OF SUCH ELECTION; PROVIDING
FOR A JOINT ELECTION WITH THE BEUAMONT
INDEPENDENT SCHOOL DISTRICT AND PORT OF
BEAUMONT; AND CONTAINING OTHER PROVISIONS
RELATING TO THE SUBJECT AND APPROVING A
RUNOFF ELECTION IF NECESSARY ON THE 7TH DAY
OF JUNE, 2025.
BE IT ORDAINED BY THE CITY OF BEAUMONT:
Section 1.
In accordance with the City Charter, the Constitution, and general laws of the State of
Texas, a general municipal election is hereby called and ordered for the first Saturday in May,
2025, the same being the 3rd day of said month. At said election all qualified voters residing within
the corporate limits of the City of Beaumont may vote for the purpose of electing a Mayor, two
(2) Councilmembers-At-Large, and Councilmembers to Wards I, II, III, and IV for full terms.
Section 2.
No person's name shall be placed upon the official ballot as a candidate for any of the
above -mentioned positions unless such person has filed his or her sworn application, as provided
by Section 141.031, Section 143.004, and Section 143.007 of the Texas Election Code, with the
City Clerk, not later than five o'clock (5:00) p.m. on the seventy-eighth (78th) day before the date
of such election. The City Clerk shall note on the face of each such application the date and time
of its filing. A declaration of write-in candidacy must be filed with the City Clerk as provided by
Section 146.054 of the Texas Election Code, not later than five o'clock (5:00) p.m. of the seventy-
fourth (74th) day before Election Day.
Section 3.
Said election shall be held jointly with the Beaumont Independent School District and the
Port of Beaumont in accordance with Chapter 271 of the Texas Election Code. The Jefferson
County Clerk will coordinate, supervise, and handle all aspects of administering said joint election
in accordance with the provisions of the Texas Election Code.
Section 4.
Legally qualified voters residing within the corporate limits of the City of Beaumont shall
be entitled to a vote at said election for the respective candidate(s) and other matters that may
appear on the ballot.
Section 5.
The notice and order of said election shall be given by posting and publishing said notice
and order as provided by the Texas Election Code.
Cectinn 1i
An electronic voting system, as described by Title 8 of the Texas Election Code, shall be
used for said election.
Section 7.
The following are appointed officers of said election to serve at the Central Counting
Station, which is hereby established at the Central Counting Station, 7963 Viterbro Road,
Nederland, Texas; Central Counting Station Manager, Wayne Ozio, Tabulation Supervisor, Jeff
Ross, and Assistant Tabulation Supervisor, Scott LeBlanc.
Cectinn R
Procuring, allocating, and distributing election supplies shall be prepared in accordance
with Title 5 of the Texas Election Code.
Section 9.
Roxanne Hellberg, County Clerk of Jefferson County is hereby appointed Clerk for early
voting pursuant to Chapter 83 Subchapter B of the Texas Election Code, and if approved, said
appointment being without additional compensation.
Early voting by personal appearance shall be conducted at the main early voting location:
Jefferson County Courthouse 1085 Pearl St., Beaumont, Texas, 77701
Three early voting locations:
Rogers Park Recreation Center, 6540 Gladys, Beaumont, TX 77706
Theodore Johns Library (Mtg. Room), 4255 Fannett Rd., Beaumont, TX 77705
John Paul Davis Community Center, 3580 E. Lucas, Beaumont, TX, 77703
Early voting ballot applications and ballots voted by mail shall be sent to the Jefferson
County Clerk's Office, P.O. Box 1151, Beaumont, Texas, 77704-1151. The County Clerk shall
keep said office open for at least eight (8) hours between 8:00 a.m. and 5:00 p.m., on each day for
early voting or an official State Holiday beginning on the twelfth (12th) day through the fourth
(4th) day preceding the date of such election; provided, however, except as authorized by Sections
85.005 (a) and (d), Texas Election Code, said County Clerk shall not permit anyone to vote early
by personal appearance on any day or time not designated herein for early voting and under no
circumstances shall she permit anyone to vote early by personal appearance at any time when her
office is not open to the public for early voting purposes.
Early Voting Dates and Times
Tuesday, April 22, 2025 (8:00 a.m. to 5:00 p.m.)
Wednesday, April 23, 2025 (8:00 a.m. to 5:00 p.m.)
Thursday, April 24, 2025 (8:00 a.m. to 5:00 p.m.)
Friday, April 25, 2025 (8:00 a.m. to 5:00 p.m.)
Saturday, April 26, 2025 (8:00 a.m. to 5:00 p.m.)
Sunday, April 27, 2025 (12:00 p.m. to 5:00 p.m.)
Monday, April 28, 2025 (7:00 a.m. to 7:00 p.m.)
Tuesday, April 29, 2025 (7:00 a.m. to 7:00 p.m.)
Section 10.
Early votes by personal appearance and by mail shall be counted by an Early Voting Ballot
Board consisting of a presiding judge and (5) five clerks, the County Clerk may authorize as many
additional clerks as are deemed necessary. Early votes shall be canvassed and returned by the
Early Voting Ballot Board to the Central Counting Station by 7:00 p.m. on Election Day.
Section 11.
If any person or persons appointed herein do not appear, are unable to perform their duties,
or fail to perform their duties, the County Clerk shall have the discretion and authority to appoint
any substitute personnel to fill the position(s).
Section 12.
The order in which the names of the candidates are to be printed on the ballot shall be determined
by a drawing by the City Clerk, as provided by Section 52.094 of the Texas Election Code. The
City Clerk shall post a notice in the office of the City Clerk, 801 Main St., Suite 125, Beaumont,
Texas, 77701 at least seventy-two (72) hours prior to the date on which the drawing is to be held,
of the date, hour and place of the drawing, and shall also give personal notice to each candidate
by: written notice, mailed to the address stated on the candidates application for a place on the
ballot, not later than the fourth day before the date of the drawing, or by telephone, or email address
if provided on the candidates application for a place on the ballot. Each candidate affected by the
drawing is entitled to be present or have a representative present at the drawing and shall have a
right to observe the drawing.
Section 13.
If any section, subsection, sentence, clause, or phrase of this ordinance, or the application
of same to a particular set of persons or circumstances, should for any reason be held to be
invalid or adjudged unconstitutional by a court of competent jurisdiction, such invalidity shall
not affect the remaining portions of this ordinance, and to such end the various portions and
provisions of this ordinance are declared to be severable; and the City Council of the City of
Beaumont, Texas, declares it would have passed each and every part of the same
notwithstanding the omission of any such part thus declared to be invalid or unconstitutional,
or whether there be one or more parts.
Section 14.
That all ordinances or parts of ordinances inconsistent or in conflict herewith are, to
the extent of such inconsistency or conflict, hereby repealed.
The meeting at which this ordinance was approved was in all things conducted in strict
compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551.
2025.
PASSED BY THE CITY COUNCIL of the City of Beaumont this the 21st day of January,
- Mayor Roy West -
No Text