Loading...
HomeMy WebLinkAboutPACKET JAN 23 2001 MAW• A L City o_f Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JANUARY 23, 2001 1:30 P.M. AGENDA OPENING • Invocation Pledge Roll Call • Presentations and Recognition • Public Comment: Persons may speak on scheduled agenda items • Consent Agenda GENERAL BUSINESS 1. Consider an amendment to Section 21-75 of the Code of Ordinances related to authorized positions in the Police Department 2. Consider authorizing the execution of a contract with Southeast Texas Community Development Corporation, Inc. (SETCDC) in the amount of $60,000 using 2000 HOME funds 3. Consider amending the ordinance which authorize the issuance of City of Beaumont, Texas, Waterworks and Sewer System Revenue Bonds, Series 2000 4. Consider a resolution authorizing the City Manager to accept a payment in lieu of taxes from Beaumont Methanol Corporation in the amount of$480,154 by February 1, 2001 and grant an extension of thirty days to present an amended Industrial District Contract for the aforementioned industry which will include a provision for an additional $100,000 payment based on the monthly economic performance of the plant for the remaining of the contract period(December 31, 2001.) COMMENTS • Councilmembers comment on various matters • City Manager Report: • Public Comment(Persons are limited to 3 minutes) Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Kyle Hayes at 880-3716 a day prior to the meeting. 1 January 23,2001 Consider an amendment to Section 21-75 of the Code of Ordinances related to authorized positions in the Police Department City of Beaumont W -®rf . Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED: Tom Scofield, Chief of Police MEETING DATE: January 23,2001 AGENDA MEMO DATE: January 12, 2001 REQUESTED ACTION: Consider an Amendment to Municipal Ordinance 9945, Section 21-75 changing Grade I and Grade II positions. RECOMMENDATION Council consideration of an amendment to Municipal Ordinance 9945, Section 21-75 changing Grade I positions from 185 to 187 and Grade II positions from 61 to 59. BACKGROUND As of December 31, 2000,two Grade II Sergeants retired. In order to maintain the reorganization plan within the Police Department that began with the October 1997 collective bargaining agreement,a reduction of Grade I1 positions are needed and an increase in the Grade I positions. The reduction of these positions and increasing the Grade I position will accurately reflect the current organization of the Police Department as well as allow the utilization of the police specialist positions. BUDGETARY IMPACT The current annual pay for two Grade 1I Sergeants is $100,680. The annual pay for two Grade I Patrolmen is $65,160 which is a positive budget impact of$35,520. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and the Chief of Police. RECOMMENDED MOTION Accept/Deny the Amendment to Municipal Ordinance 9945, Section 21-75 changing Grade I and Grade II positions. Beaumont Police Department Tom Scofield, Chief Office: (409) 880-3801 • Fax: (409) 880-3844 P.O. Box 3827 A Beaumont, Texas 77704-3827 www.ih2000.net/bpd/ January 12, 2001 Mr. Stephen J. Bonczek City Manager P. O. Box 3827 Beaumont, TX 77704 Dear Mr. Bonczek, As of December 31, 2000, two Grade II Sergeants retired. I am therefore requesting that the City Ordinance Section 21-75 be amended reducing the number of positions in the Grade 11 category by two from 61 to 59. 1 then wish to take those positions and increase the Grade I authorized personnel by two positions from 185 to 187. These requests are in keeping with the reorganization within the Police Department that began with the October 1997 collective bargaining agreement and continues with the October 1997 collective bargaining agreement. Furthermore, they will accurately reflect the current organization of the Police Department as well as allow for the utilization of the police specialist positions. Below is a summary of the changes in proposed personnel allotments: Current: Proposed: Grade 1 185 187 Grade II 61 59 Grade III 12 12 Grade IV 4 4 Deputy Chief 2 2 Total 264 264 1 will be glad to provide any additional information necessary. Sincerely, Tom Scofield Chief of Police ORDINANCE NO. ENTITLED AN ORDINANCE AMENDING SECTION 21-75 OF THE CODE OF ORDINANCES TO AMEND THE GRADE I, GRADE 11 AND DEPUTY CHIEF POSITIONS IN THE BEAUMONT POLICE DEPARTMENT; PROVIDING FOR SEVERABILITY AND PROVIDING FOR REPEAL. Section 1. THAT Chapter 21, Section 21-75 of the Code of Ordinances of the City of Beaumont be and the same is hereby amended to read as follows: Section 21-75. Grades and Classifications - Police Department The following grades and classifications are hereby established within the Police Department. BE IT ORDAINED BY THE CITY OF BEAUMONT: Grade Classification Positions I Officers 187 11 Sergeants 59 III Lieutenants 12 IV Captains 4 Deputy Chiefs 2 Total 264 Section 2. That if any section, subsection, sentence, clause or phrase of this ordinance, or the application of same to a particular set of persons or circumstances, should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this 0ACGA0RD*n C%AMEr=1-75.PM ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable. Section 3. All ordinances or parts of ordinances in conflict herewith, including conflicting portions of the City Budget, are repealed to the extent of the conflict only. PASSED BY THE CITY COUNCIL of the City of Beaumont this the day Of , 2000. - Mayor- G.A0G 1-7s.PCX 2 January 23,2001 Consider authorizing the execution of a contract with Southeast Texas Community Development Corporation, Inc. (SETCDC) in the amount of$60,000 using 2000 HOME funds City of Beaumont •Q• g Council Agenda Item M c TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Richard Chappell, Housing Coordinator—rc, MEETING DATE: January 23, 2001 AGENDA MEMO DATE: January 18, 2001 REQUESTED ACTION: Council approval of a contract between the City of Beaumont and the Southeast Texas Community Development Corporation, Inc. in the amount of$60,000. RECOMMENDATION Administration recommends that Council authorize the City Manager to execute a contract with the Southeast Texas Community Development Corporation, Inc. (SETCDC) in the amount of$60,000 using 2000 HOME funds. BACKGROUND The Southeast Texas Community Development Corporation, Inc. (SETCDC) has contracted with the City of Beaumont to provide affordable housing since 1993. The Administration and the SETCDC are prepared to move forward with a contract which will provide home buyers' assistance ($52,000) for two (2) new homes and developer fees ($8,000) for the CHDO. BUDGETARY IMPACT These funds are available from the 2000 HUD Consolidated Grant Program HOME Program. PREVIOUS ACTION Council has previously approved contracts with SETCDC using HOME funds which has resulted in assisting forty-three (43) home buyers in the purchase of new homes constructed in neighborhoods targeted for revitalization. SUBSEQUENT ACTION Following Council approval and execution by the City Manager, the SETCDC and the Housing Staff will work to complete this contract. Council Agenda Item Page 2 January 18, 2001 RECOM ENDED BY City Manager, Executive Assistant to the City Manager/Economic Development Director, Planning Manager, Housing Coordinator and Grants Administrator. RECOWAENDED MOTION Approve/Deny authorization of the City Manager to execute the contract with the Southeast Texas Community Development Corporation, Inc. in the amount of$60,000. CONTRACT THE STATE OF TEXAS § COUNTY OF JEFFERSON § WHEREAS, the City of Beaumont has received a HOME grant from the United States Department of Housing and Urban Development (HOME Program No. M-00-MC-48-0201); WHEREAS,pursuant to the authority of Resolution Number 01 , passed by the Beaumont City Council on January 23, 2001 the Southeast Texas Community Development Corporation, Inc. (SETCDC) will enter into a contract with the City for HOME funds totaling SIXTY THOUSAND AND N01100 DOLLARS ($60,000); WHEREAS, the HOME allocation of SIXTY THOUSAND AND N01100 DOLLARS ($60,000) will be used for the eligible project cost related to the development of up to two (2) new homes in neighborhoods targeted for revitalization. New construction will provide decent, safe and sanitary housing for eligible families. Funds may be used for home buyer's assistance to include mortgage principal buy down, closing costs, pre-paids or reasonable and necessary eligible project costs; WHEREAS, the Southeast Texas Community Development Corporation, Inc. provides various services to eligible families of the City of Beaumont, Jefferson County, Texas that enable such families to obtain a suitable place to reside; WHEREAS, the Southeast Texas Community Development Corporation, Inc. will secure the financial match requirements for the M-00-MC-48-0201 HOME grant. The financial funding match requirement totals Seven thousand Five Hundred Dollars AND no/100 ($7,500); 1 EXHIBIT"A" NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS: That for and in consideration of the mutual covenant, promises, and agreements contained therein, the City of Beaumont, hereinafter referred to as "City", acting by and through Stephen J. Bonczek, its duly authorized City Manager, and the Southeast Texas Community Development Corporation, Inc., hereinafter referred to as "Grantee", acting by and through Albert J. Price, its duly authorized President, do hereby covenant and agree as follows: 1. Grantee, located at 1190 Grand Street, shall use the Federal 2000 HOME grant funds, herein provided, to provide down payment and closing cost assistance to eligible families. Grantee covenants and agrees to expend federal grant funds in accordance with 24 CFR Part 92 (as now in effect and as may be amended from time to time), which is incorporated by reference and constitutes pert of the agreement. It is expressly understood and agreed by Grantee that this contract and the procurement authorized and provided for hereunder have as their purpose or goal to provide decent, safe and sanitary housing units to eligible families. Grantee agrees to do all things necessary under this contract to complete the program set out in "Exhibit A" attached hereto. Grantee will adhere to the Neighborhood New Construction Design Criteria as shown in "Exhibit B" attached hereto. 2. It is understood and agreed that in no event shall the total distribution of federal grant funds made to or in behalf of the Grantee pursuant to this agreement exceed the total sum of SIXTY THOUSAND AND N01100 DOLLARS ($60,000). 3. The City agrees to provide Grantee with SIXTY THOUSAND AND NO/100 DOLLARS ($60,000) of 2000 HOME grant funds to be available through the City's draw process on or after the effective date of this contract. Grantee agrees and understands that this contract shall terminate on August 30, 2001. Payment shall be made by the U.S. Treasury, who will disburse 2000 HOME funds (wire transfer) through Cash Management Information System (CM/I) directly to the City, who will make payments upon receipt of invoices or payment vouchers from Grantee certifying that all requirements have been met. Grantee understands and agrees that project 2 activities (construction) must be committed (an acceptable Project Set-up Report is entered into the CM/I) by July 30, 2001. Failure to comply with the aforementioned commitment may jeopardize funding. The Grantee understands that all grant monies awarded may be terminated for cause or convenience. It is expressly understood and agreed by and between the City and Grantee that any and all program income will be used by Grantee for (a) eligible project cost related to the development and construction of new houses and (b) for home buyer's assistance to include, but not limited to lease-purchase, mortgage principal buy down, closing cost, pre-paids or any other reasonable AND necessary eligible expenses. Grantee further agrees that any grant funds remaining after this agreement expires will revert to the City of Beaumont. 4. If construction cannot be commenced by its start date as set out in "Exhibit A": SETCDC shall notify the City in writing at least 30 days prior to the commencement date of the specific nature of the events that prevent the commencement of construction. The City shall either approve a new commencement date or deny the request for extension. The decision of the City's representative shall be final. If a new start date is not approved funds allocable to the structure will be removed from the contract and SETCDC will be required to deed to the City any real property provided. Homes to be constructed under this contact will meet or exceed the design criteria and specifications as set out in "Exhibit B". Variations from "Exhibit B" should be approved in writing by the City's representative. Quality and affordability shall be the criteria used to determine whether a requested variance will be approved. 5. Grantee understands and agrees that should Grantee become defunct or insolvent, any and all grant funds on hand and any accounts receivable attributable to the use of grant funds shall transfer to the City of Beaumont. 3 Grantee further understands and agrees to and shall transfer to the City of Beaumont any program income, real properties, equipment, supplies and any assets acquired as a result of grant funds if Grantee becomes defunct or insolvent. 6. It is expressly understood and agreed by and between the City and Grantee that this agreement is wholly conditioned upon the actual availability of federal HOME grant funds under the United States Department of Housing and Urban Development (HOME Program No. M-00- MC-48-0201) and that all monies distributed to or in behalf of Grantee hereunder shall be exclusively from federal monies received under said HOME Program, and not from any other monies of the City. 7. Grantee agrees to keep accurate records to document its adherence to applicable federal regulations and all "other federal requirements", along with documentation and records of all expenditures of said HOME Program funds. Grantee further understands and agrees to comply with the applicable requirements and standards of OMB Circular A-110 (Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments), said provisions being incorporated herein by reference. The Grantee also understands and agrees to adhere to the City's procurement process. The City shall reserve the right to investigate, examine and audit, at any time, any and all such records relating to the operations or expenditures of Grantee under this Agreement. The SETCDC will provide an acceptable audit engagement letter for the 2000 audit report to the City of Beaumont by January 31, 2001. The completed 2001 audit report will be provided to the City by May 30, 2001. The audit fee will be paid directly to the auditor from other City funds. Failure to complete the audit report by May 30, 2001 may result in contract termination. 8. Grantee covenants and agrees to fully cooperate with the City in monitoring the effectiveness of the expenditure of grant funds and the City shall have access at all reasonable 4 times to the offices, premises and records of Grantee in regard to the administration of this Contract. 9. Grantee shall operate hereunder as an independent contractor and not as an officer, agent, servant or employee of the City. Grantee shall have exclusive control of the program and all persons involved in same subject only to the terms of this agreement and shall be solely responsible for the acts and omissions of its officers, members, agents, servants, employees, subcontractors, program participants, licensees and invitees. It is expressly understood and agreed that, other than those people who receive wages on a regular basis from Grantor, that no officer, member, agent, servant, employee, subcontractor, licensee, invitee of Grantee nor any program participant hereunder is in the paid service of the City. It is also expressly understood and agreed that Grantor will provide technical assistance to Grantee in the furtherance of its program. 10. Grantee hereby covenants and agrees, in consideration for the funds herein provided to provide decent, safe and sanitary housing to eligible families of the City of Beaumont, Jefferson County, Texas by constructing new homes in neighborhoods targeted for revitalization. Grantee will adhere to the HOME affordability requirements. In order to adhere to HOME Affordability Requirements, Grantee will cause the liens to be released on other HOME funded properties located at 4095 Houston Street, 4030 University Drive and 1285 Bolivar Street on or before July 30, 2001. These properties can only be sold to income eligible families. Grantee understands and agrees that it will not receive developer's fees from this contract prior to the time that the release of liens has been evidenced to the City of Beaumont. Grantee must complete the construction and sale of the two new homes referenced in Exhibit "A" to eligible low income families to receive the developer's fee. 11. No officer, employee or member of Grantee or Grantee's subcontractors shall have a financial interest, direct or indirect, in this contract or the monies transferred hereunder, or be financially interested, directly or indirectly, in any contract relating to the operations conducted by it, nor in any contract for furnishing services or supplies to Grantee. Any willful violation of this paragraph 5 with the knowledge, expressed or implied, of Grantee or its subcontractors, shall render this contract voidable by the City of Beaumont. 12. No grants shall be made by Grantee to its directors or officers, either directly or indirectly, through family members, business partners or employees. Grantee agrees that no HOME funds shall be used, either directly or indirectly, for religious purposes. Any willful violation of this paragraph with the knowledge, expressed or implied, of Grantee shall render this contract voidable by the City of Beaumont. 13. Grantee covenants and agrees that its officers, members, agents, employees, program participants and subcontractors shall abide by and comply with all Federal, State and local laws, including all ordinances, rules and regulations of the City of Beaumont, as amended. Grantee further covenants and agrees that it will fully comply with the terms and conditions of the HOME Program under which these funds are granted. 14. The provisions of this agreement are severable and if for any reason a clause, sentence, paragraph, or other part of this agreement shall be determined to be invalid by a court or federal or state agency, board or commission having jurisdiction over the subject matter thereof, such invalidity shall not affect the other provisions which can be given effect with the invalid provision. 15. The failure of the City to insist upon the performance of any term or provision of this agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of the City's right to assert or rely upon any such term or right on any future occasion. 16. This written instrument and attachments constitute the entire agreement by the parties hereto concerning the matter performed hereunder and any prior or contemporaneous, oral or written agreement which purports to vary from the terms hereof shall be void. 17. 6 Grantee covenants and agrees to hold harmless the City and its officers, agents, servants and employees, from and against any and all claims or suits for property loss or damage and personal injury, including death to any and all persons, or whatever kind of character whether real or asserted, arising out of or in connection with the execution, performance, attempted performance or non-performance of this contract and agreement and the operations, activities and services of the program described herein, whether or not caused, in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, or sub-contractors of the City. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in Beaumont, Jefferson County, Texas, this day of A.D., 2001. THE CITY OF BEAUMONT ATTEST: By: Stephen J. Bonczek Barbara Liming City Manager City Clerk THE SOUTHEAST TEXAS COMMUNITY DEVELOPMENT CORPORATION, INC. ATTEST: By: Albert J. Price President 7 "EXHIBIT A " PROGRAM BUDGET Mortgage principal buy downs, down payments and closing costs and other reasonable and necessary eligible project costs for two (2) families at up to $26,000 per home. $52,000 Developer's Fee two (2) houses Qa $4,000 per house 8000 TOTAL $ 60,000 PROJECT SCHEDULE 1. Construction of two (2) homes will begin on or before April 30, 2001 and be completed by August 30, 2001. EXHIBIT "B" CITY OF BEAUMONT NEW CONSTRUCTION - LOW INCOME NEIGHBORHOODS Design Criteria Floor plans designed for new construction in low income neighborhoods shall comply with a simple design criteria and minimum specifications: • Floor plan width shall range from thirty (30) to forty (40) feet and shall be no more than fifty (50) feet in length. • Floor plan layouts shall range from three (3) bedrooms and two (2) baths with 1100 sq. ft. living area to four (4) bedrooms and two (2) baths with 1400 sq. ft. of living area. • Average length of driveway shall be thirty-five (35) LF in length x ten (10) LF in width. • Walkway length may vary from four (4) feet in width and three and one- half (3-1/2) inches in thickness. Please refer to attachments for other design criteria. If we can be of further assistance, please feel free to contact Paul A. Buxie at 409/880-3763. Specifications Page 1 SECTION 1 - SITE WORK 1. CLEARING: Remove all trees, bushes, and vegetation in the area of construction within 10'-0" outside the building periphery. Remove all roots and debris from this area and fill with select fill material. Remove all grass, paving, etc. 2. EARTHWORK AND FILL: Shape and grade site to provide positive surface drainage from rear property line to front curb. The building area shall be stripped of ALL vegetation, concrete and any underlying poor quality fill. Any roots larger than one-half inch in diameter shall be grubbed, and all soft areas in the subgrade shall be excavated to firm soil. Fill shall be 60/40 clay and sand fill, 6" to 8" and compacted to 95% standard proctor density. Final grade needs to be 6 to 8 inches above the street. 3. TERMITE TREATMENT: Prior to placement of 6 mil polyethylene vapor barrier, soil area under the building shall receive termite treatment by a licensed professional pest control operator using termiticides which bear a federal registration number of the U. S. Environmental Protection Agency. Termiticides used may be Chloroprifos (Dursban TC.) or Permathrin (.Dragnet., Torpedo.) or approved equal. Pest control applicator of the above shall furnish to the owner a Certificate of Warranty for each building, certifying that the applied soil termiticide treatment will prevent infestation of subterranean termites for a period of (5) years, with the option to renew. 4. LANDSCAPING ALLOWANCE: The entire lot shall be sprigged with St. Augustine grass and watered. Landscaping shall also include shrubbery. SECTION 1-A FOUNDATION 1. All concrete shall test 2500 p.s.i. at 28 days. Waterproofing shall be 6 mil. Polyethylene with a minimum 12" lap. Fill shall be a quality grade 60/40 clay sand mix minimum 8" in depth, or as required, and be compacted to a 95% standard proctor density. 2. Minimum re-bar size shall be 5/8", 6 re-bar per exterior beam, 4 - rebar per interior beam. All re-bar must be bent to make corner bends on both exterior and interior beams. No hot bends will be permitted. Grade beam re-bar shall be supported by a minimum 6" X 6", #6 ga. Cut mesh stirrup no less than 36" on center. Minimum beam depth interior and exterior shall be no less than 24" with a minimum of 8": into undisturbed soil. Slab height is to be established as 6" above natural ground level. Beam width shall be 12" at the bottom of the beam sloping to 15" at top. When it is necessary to have deeper or wider grade Specifications Page 2 beams than the minimum, additional reinforcement shall be installed as required. Minimum slab thickness shall be 3-1/2", reinforced with 6 X 6, #6 X #6 welded wire mesh (mats only). Wire mesh must be lifted into middle of slab during pouring. When slab preparation is complete, and inspection must be made, and work approved, by a duly authorized representative of the City of Beaumont, prior to placement of concrete; V X 8" anchor bolts shall be placed along the permiter of the building a maximum of 5" on center. SECTION II MASONRY 1. MASONRY WORK: Exterior face brick shall be selected from range of .King Size. clay fired brick units using an allowance of $308.00/M. Brick shall be installed by experienced tradesmen using Type S mortar. All units shall be set level and plumb with full bed and head joints. Joints shall be tooled concave. Care shall be taken to assure that head joint weeps are placed at maximum 24". Upon completion and curing of brick work, it shall be thoroughly cleaned of dirt and loose mortar using a stiff brush with detergent and water. After brock work has thoroughly dried, it shall be given a coat of PRIM—A-PELL 200 water repellant in accordance with manufacturer's instructions. Care shall be taken to prevent mortar droppings from entering and blocking or bridging the cavity between the back of masonry and sheathing. Continuous plastic flashing (damp course), equal to .Nervestrat HD,. shall be installed at the brick ledge. Extend plastic flashing up behind exterior sheathing a minimum of 5". 2. MASONRY STYLE: Contractor shall provide three separate styles of .King Size. brick along with exterior trim color scheme for each separate style. Styles shall be organized on the building site where no two adjacent residences will have the same style brick or color scheme. Specifications Page 3 SECTION III WOOD FRAMING: 1. MATERIAL GRADES: Minimum grade for exterior wall and partition framing shall be stud grade or better. Size shall be 2" X 4", spacing shall be 16" on center. All toe plates shall be factory pressure treated. 2. CEILING FRAMING: Minimum grade not less than #3, minimum size 2" X 6", maximum spacing shall be 20" on center with 2" X 6" strong backs set at the middle of spans over 12". 3. ROOF FRAMING: Grade not less than #3, minimum size 2" X 6", maximum spacing 20" on center, bracing shall be 2" X 4" - 40" on center, 2" X 4" collar ties and pearling. All ridges and hips ahll be minimum 2" X 8". 4. ROOFS: Decking shall be V X 4' X 8' C.D. plywood with h clips. Roofing shall consist of minimum 215# sQ Class .A., fungus resistant, fiberglass composition shingles with 3 tab shingle seal tabs installed over 30# building felt underlayment. Shingles shall be installed with a maximum 5" exposure and matching hip and ridge units, with a minimum of six (6) fasteners per shingle. Granule color shall be as selected by the owner from the full line available from the manufacturer. Contractor shall provide to the owner the manufacturer's written 20-year warranty. Metal flashing (where required) shall be galvanized steel and where exposed shall be painted to match adjacent surfaces. Edge strip shall be 26 ga. Galvanized. 5. FRAMING ANCHORS: Placement of corner bracing and all framing anchors shall comply with State Board of Insurance windstorm specifications. SECTION IV DRYWALL 1. DRYWALL: Interior finish of 11 exterior walls, and all interior partitions shall be sheathed with %" thick gypsum wall board applied vertically, and with all joints taped and floated smooth. Wall board shall be attached to studs with Specifications Page 4 galvanized 1-3/8" long nails at a maximum spacing of 8" o.c. Ceiling shall be sheathed with V thick gypsum board panels nailed at maximum 7" c.c. Exposed gypsum board corners shall be reinforced with #118 continuous corner bead. All exposed gypsum board will be textured with a medium splatter drag pattern and painted. SECTION V DOORS 1. EXTERIOR DOORS: Exterior doors and garage passage door shall be 1-3/4" insulated metal doors. (See floor plan for size). Wood frames shall have concealed metal reinforcement at latch/lock point. All exterior doors will be provided with a separate dead-bolt lock n� a standard lockset to be keyed alike. Doors must be hung properly so that weather striping seals exterior doors. 2. INTERIOR DOORS: Shall be as scheduled and sized as noted on the floor plan. Each interior door shall be 1-3/8" flush panel hollow core with paint grade mahogany veneer faces. Each door will be hung in a wood frame with wood trim and one pair of butts and latch or lock hardware as scheduled. All wood doors and frames shall be primed and given two coats of enamel. 3. PATIO DOORS: Patio doors shall be 6" double insulated safety glazed glass. 4. GARAGE DOOR: Steel (painted). SECTION VI WINDOWS 1. WINDOWS: All windows shall be insulated, single hung aluminum with positive locking hardware, adjustable balances, protective weatherstripping and positive sealing at meeting rail. Windows shall be equal to ALENCO 380, and shall be supplied with removable insect screens. Windows shall be sized as noted on the elevators. Specifications Page 5 SECTION VII CABINETS 1. CABINETS: Cabinets shall be stained grade birch plywood, kitchen tops shall be plastic laminate, bath tops of a plastic laminate, hardware allowance will be standard. All nail holes and joints in cabinets shall be puttied as to provide smooth exterior finish and stained in medium mahogany finish and sealed. Prefabricated cabinets are not acceptable. Kitchen tops shall be constructed of 3/4" plywood with Formica roll back to upper cabinets. Tops shall cover base unit with a minimum of 3/4 X 1-1/4 overhang. Prefabricated kitchen tops are not acceptable. Install shoe mold upon final installation. Shoe mold should match cabinet finish. SECTION VIII PLUMBING 1. PLUMBING: All plumbing work shall conform, as a minimum, to the City of Beaumont Plumbing Code, and all piping, supply, drainage and venting, shall be sized in accordance with the National Plumbing Code. Preference shall be given to the City of Beaumont Code where different from the National Code. All supply piping shall be seamless copper tubing. Sanitary drains and venting may be schedule 40 PVC as permitted by the Plumbing Code. All supply piping running in exterior walls or attic shall be insulated with formed fiberglass insulation and vapor barrier jacket. Exterior hose bibs shall be freeze-proof. All fixtures and plumbing appliances shall be provided with stops on the supply at each fixture. City water service shall be supplied through a 5/8" meter furnished and installed by the City of Beaumont. Contractor is responsible for extending service from meter to building. 2. FIXTURES: TYPE MANUFACTURER Water closet Gerber 21-202 Fiberglass tub Aqua Glass AG6081-T Lavatory Gerber 12-844 Kitchen sink Kingsford K23322-4 Water Heater (electric) 40 Gal. Rheem Hose Bibb Woodford #25 Clean Out Schier 4" Faucets Delta or equal Specifications Page 6 3. WATER, SEWER TAPS, BUILDING PERMITS: Contractor shall be responsible for obtaining a required permits and inspections. The fee for these permits shall be waived. SECTION IX FLOORING 1. VINYL FLOORING: All flooring, throughout all dwellings, shall be FHA approved vinyl at an allowance cost of $1.22 per sq. Ft. (Installed). Contractor shall provide a minimum of three flooring designs, to be approved by the Owner. 2. CARPET: Wall—to—wall carpet shall be 100% nylon with minimum 2% face weight. Padding to have minimum thickness of one—half inch ('14"). Include metal thresholds wherever carpeting stops. All carpet and pads shall be FHA approved. Contractor shall provide a minimum of three flooring designs to be approved by the Owner. SECTION X ELECTRICAL 1. ELECTRICAL WORK: Electrical work and appliances, fixtures, panels, and devices installed in this work shall be in strict conformance with the National Electrical Code and the Electrical Code for the City of Beaumont All fixtures, devices, panels, and appliances shall bear the Underwriters Label. All conductors shall be copper. The electrical contractor will coordinate and arrange with the Utility Company to provide temporary poles for construction and for the timely hook up of power to the building. All breakers in the electrical panel shall be labeled (typewritten). Electrical service shall consist of a minimum 150 amp single phase 115/230 volts, 3 wire overhead service to a weather head and meter can. Service entry will be connected to a minimum 12 circuit I. phase with 125 amp MLO and 100 amp feed from line. Where service meter is located on outside of structure, breaker panel shall back up to meter on inside of structure. For plans A. & .C., extend main service to breaker panel locate inside garage. 2. LIGHTING/TELEPHONE/CABLE JACKS: A minimum of three telephone outlets per dwelling shall be installed: one in the family room, one in the master bedroom, and one in the kitchen. Two television cable outlets shall be installed.. one in the family room and one in the master bedroom of each dwelling. Specifications Page 7 SECTION XI KITCHEN EQUIPMENT 1. APPLIANCES: Contractor to furnish and install appliances: includes the kitchen range/oven and range hood as noted on the drawings Range/oven shall be floor mounted slide-in electric range/oven combination in standard color as selected. Vent from electric vent hood shall extend through the roof and terminate with a galvanized weather cap. 2. DRYER VENTS: Dryer vents shall be located in proximity of washer and dryer. (See plans). SECTION XII FINISH CARPENTRY 1. MATERIALS: Softwood lumber shall comply with PSI-74 and applicable grading and inspecting agency for species and product indicated. Finger jointed glued up or solid stock may be used at contractor's option. Finish lumber shall be .B. and .Btr., Y.P. or C. grade W.P. with a maximum 12% moisture content. Softwood plywood shall provide APA graded panels and complying with PSl/ANSI A199.1. Exterior plywood shall be exterior grade for all thicknesses. Cedar textured 1-11 plywood shall be a minimum 5/8" thick with grooves at 4" c.c. 2. INSTALLATION: Install finish carpentry work plumb, level, true and straight, with no distortions. Shim as required using concealed shims. Scribe and cut finish carpentry items to fit adjoining work. Anchor finish carpentry work securely to supports using concealed fasteners and blind nailing where possible. Install with minimum number of joints possible, using full length pieces from maximum length lumber available. Cope at returns, miter at corners to produce tight fitting joints. Use scarf joints for end-to-end joints. Base trim shall be 3" paint grade with 1/4" round sole. SECTION XIII HVAC WORK 1. HVAC SYSTEM: The system shall consist of a minimum 2 ton electric powered cooling unit with a minimum 40,000 BTU gas heating system. The system shall be designed to provide, as a minimum, 75 degree F cooling at 95 degree F ambient outside temperate, and 70-degree F heating at 15 degree F Specifications Page 8 ambient outside temperature. Controls shall be by electronic thermostat located where noted on the drawings. Install trunk line, it shall be constructed of rigid fiberglass with aluminum vapor barrier, joints will be stapled and taped with aluminum foil tape manufactured for this purpose. The 'Flex—duct' will not exceed $LE from trunk line to box. Ducts will be provided with dampers, turning vanes, and extractors as recommended by ASHRAE. Air handlers shall be installed with condensate which shall drain into the domestic waste system. All air handlers shall be closet models unless otherwise noted. All return air shall be through filtered grill with replacement type filters. Outside section of cooling unit shall be placed on Juki concrete slab with refrigerant lines placed so as to be protected from damage by mowing of lawn. Cooling unit shall have a minimum SEER of 10 Units, both heating and cooling, shall be manufactured by TRANE, ARCO, AIR, RUUD CARRIER, or LENNOX. HVAC subcontractor shall be licensed, or franchised by the manufacturers of the units, and shall install it in accordance with the manufacturer's instructions. Manufacturer's warranty shall be a minimum of five years on the compressor, and one year on all other parts of the system. Any bath not placed on an outside wall, with no window ventilation, must have an exhaust fan, ducted through the roof. SECTION XIV DRIVEWAYS AND WALKS 1. CONCRETE: All sidewalks shall be 4" thick, 36" wide concrete reinforced with #10 WWM. All driveways shall be 4" thick concrete reinforced with #10 WWM with redwood expansion joint at property line. Provide #6 WWM reinforced from property line to street tie—in. Drive to be 10" wide. All drives shall be extended 35" to the edge of street pavement. SECTION XV INSULATION 1. ATTIC INSULATION: Furnish and install over entire attic area above conditioned space fiberglass or mineral wool insulation to provide a temperature resistance Specifications Page 9 value of R-30 (total). Install continuous ridge vent 2' shorter than ridge length. Also install continuous soffit vent on rear, left and right elevations. If house does not have enough ridge, to allow adequate ventilation turbine or turbine's will be installed. 2. WALL INSULATION: Furnish and install in all exterior walls a minimum 3/4" thick polyisocyanurate insulating sheathing with aluminum foil facer on each face. Seal any penetrations or holes. Where (OSB) sheathing is used on exterior, house wrap will be installed on entire exterior or 30lbs felt behind sheathing. Furnish and install a minimum 3-1/2" thick fiberglass or mineral wool batt insulation (R-11) with paper backing in all exterior wall stud space. 3. POLYSEAL: Polyseal all bottom plates, exterior corners and tees, windows, exterior doors and holes in top oblates which penetrate through to attic. SECTION XVI PAINTING 1. PAINTING: It is the intent that all exposed wood, metal (except aluminum, stainless steel and factory coated panels) and gypsum board shall be protected with a paint or stain finish unless otherwise noted. Finishes shall be minimum of 2 coats over primer of GLIDDENS, OLYMPIC, PPG, MARTIN SENOUR, KUHNS, SHERMAN-WILLIAMS, or BENJAMIN MOOR, paints or stains, appropriate for the surface and in color selected by the owner. Deliver paint materials in sealed original labeled containers, bearing manufacturer's name, type of paint, brand name, color designations and instructions for mixing and/or reducing. Painting may n.Q1 be accomplished unless moisture content of surface is 12% or less and air temperature is 40 degrees F or above. 1. PAINT SCHEME: New interior plywood, wood doors, door trim, moldings, wood window frames, etc. shall be properly sanded, primed, lightly sanded and given two (2) coats of semi-gloss enamel with a light sanding between coats. Paint to be off-white in color. Gypsum board shall be textured with medium splatter drag and painted with two (2) coats or latex wall paint color off-white. Specifications Page 10 Metal surfaces to be painted shall -be prepared in accordance with the paint manufacturer's recommendations, primed and given a minimum of two (2) coats of exterior enamel. Exterior wood siding shall be primed and given two (2) coats exterior latex house paint (low luster). Contractor shall present three (3) color schemes. SECTION XVII TOILET & BATH ACCESSORIES 1. INSTALLATION: Install in most convenient location in each bath chrome plated towel bars, paper holders, hooks, etc. Plate glass mirrors, full length of bath vanities shall be installed in all baths. SECTION XVIII WARRANTIES AND GUARANTEES 1. GENERAL: Each item of material and equipment shall equal or exceed that described or indicated. All work shall be performed in a workmanlike manner, and in accordance with the best building standards. Contractor is hold directly responsible for all work done by subcontractor. 2. MISCELLANEOUS: All items not covered under notice to bidders or dwelling specifications but noted on plans shall be required. All construction should conform to accepted building practices for the area. Variance from the specifications, must be approved through the Housing Services Department. 3 January 23,2001 Consider amending the ordinance which authorize the issuances of City of Beaumont, Texas, Waterworks and Sewer System Revenue Bonds, Series 2000 Cit y of Beaumont LIM . • Council A enda Item A 0 g TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Lane Nichols, City Attorney MEETING DATE: January 23, 2001 AGENDA MEMO DATE: January 16, 2001 REQUESTED ACTION: Council consider an ordinance amending the ordinance which authorized the issuance of City of Beaumont, Texas, Waterworks and Sewer System Revenue Bonds, Series 2000. RECOMINJENDATION The administration recommends approval of the ordinance amending the ordinance authorizing the issuance of Waterworks and Sewer System Revenue Bonds, Series 2000, to correct a discrepancy between the bond ordinance and the Official Statement regarding the first interest payment date. BACKGROUND This ordinance change is recommended by Orgain, Bell and Tucker, our bond counsel, to correct the discrepancy between the bond ordinance and the Official Statement. Specifically, the bond ordinance stated that interest was to accrue from the date of delivery of the bonds which was the closing date, whereas the Official Statement states that interest will accrue from the date the bonds were dated, which is August 1, 2000. It is essential that the official statement be accurate. Therefore, it is necessary to amend the bond ordinance to comply with the language in the official statement. BUDGETARYIMPACT None. PREVIOUS ACTION On August 10, 2000, the City of Beaumont passed the ordinance at issue which authorized the issuance of Waterworks and Sewer System Revenue Bonds, Series 2000. SUBSEQUENT ACTION No subsequent action is necessary. RECOMMENDED BY City Attorney, City Manager, and Finance Officer. RECOMMENDED MOTION Approve/Deny an ordinance amending the ordinance which authorized the issuance of the City of Beaumont, Texas, Waterworks and Sewer System Revenue Bonds, Series 2000. ORGAIN, BELL & TUCKER, L.L.P. ATTORNEYS AT LAW 470 ORLEANS STREET OTHER OFFICES LANCE FOX P. O. Box 1 751 PARTNER HOUSTON EXTENSION 1376 BEAUMONT,TEXAS 77704 -1 751 AUSTIN EMAIL LCF90BT.COM TELEPHONE(409) 838-6412 SILSBEE FAX (409) 838-6959 WWW.OBT.COM VIA HAND DELIVERY January 11,2001 Lane Nichols City Attorney City of Beaumont 801 Main Street Beaumont, Texas 77701 Beverly Hodges Finance Officer City of Beaumont 801 Main Street Beaumont,Texas 77701 Kandy Daniel City Treasurer City of Beaumont 801 Main Street Beaumont,Texas 77701 Re: $25,000,000 City of Beaumont,Texas,Waterworks and Sewer System Revenue Bonds, Series 2000 Dear Lane, Beverly and Kandy: As you will recall, last year the City issued the above referenced Bonds. The first interest payment on these Bonds will be due on March 1, 2001. Deri Ward of Wells Fargo discovered that there was a discrepancy in the Bond Ordinance and the Official Statement regarding the first interest payment. Specifically, the Bond Ordinance states that interest on the Bonds will accrue from the date of delivery, which is the closing date, whereas the Official Statement states that interest will accrue from the dated date of the Bonds, which is August 1, 2000. For purposes of closing, the Purchaser paid the City the accrued interest on the Bonds from August 1,2000 to the date of closing. Thus, to correct this discrepancy, we need to have the City amend the Bond Ordinance to provide that interest will accrue on the Bonds from the dated date of August 1, 2000. Enclosed is an Amendment to the Bond Ordinance that I have prepared for this purpose. F:\FOX DOCUMENTS\BOND\BEAUMONT W&S BONDS,SERIES 2000\AMENDMENT TO BOND ORDINANCE\LETTER TO CITY I-1l-0LDOC I have already spoken to Frank Ildebrando about this and he agrees that it is appropriate for the City to amend the Bond Ordinance. I still need to discuss and resolve with Frank who should receive notice of the amendment once it has been approved by the City and it is likely that we will send copies of the amendment to the Depository Trust Company and the bond insurer. This amendment only affects the first interest payment that is due on March 1, 2001. Thereafter, for all future interest payments, interest accrues from the date of the last interest payment. I believe that this change to the Bond Ordinance is relatively minor and needs to be made simply to correct the discrepancy in the Bond Order so that the Paying Agent will be authorized to pay to the Bond holders the amount of interest that should be paid to them on March 1, 2001, based on the fact that the City received the accrued interest at closing using the August 1,2000 date. There will be no legal fees or expenses charged to the City for approving and passing the enclosed Amendment. Accordingly, once you have had an opportunity to review this matter, please call me to discuss any questions you have and to discuss making arrangements to place this matter on the City Council's agenda for approval. I very much appreciate your help and assistance. Yours truly, Orgain Bell&Tucker, L.L.P. ance Fox cc: Frank Ildebrando Dain Rauscher Investment Services First City Tower, Suite 400 1001 Fannin Houston, Texas 77002 Deri Ward Wells Fargo Bank Texas,N.A. 1000 Louisiana Street, 6t'Floor Houston,Texas 77002 2 ORDINANCE NO. AMENDMENT NO. 1 TO ORDINANCE AUTHORIZING THE ISSUANCE OF THE CITY OF BEAUMONT, TEXAS, WATERWORKS AND SEWER SYSTEM REVENUE BONDS, SERIES 2000; AND CONTAINING OTHER MATTERS RELATED THERETO THE STATE OF TEXAS § COUNTY OF JEFFERSON § THE CITY OF BEAUMONT § WHEREAS, on August 10, 2000, The City of Beaumont, Texas (the "City") approved and passed an Ordinance titled ORDINANCE AUTHORIZING THE ISSUANCE OF THE CITY OF BEAUMONT, TEXAS, WATERWORKS AND SEWER SYSTEM REVENUE BONDS, SERIES 2000; AND CONTAINING OTHER MATTERS RELATED THERETO (the "Bond Ordinance") pursuant to which the City authorized the issuance of its Waterworks and Sewer System Revenue Bonds, Series 2000, dated August 1, 2000, in the aggregate principal amount of $ 25,000,000 (the"Bonds"); and WHEREAS, the City now desires amend the Ordinance for the purposes set forth herein; Now, Therefore BE IT ORDAINED BY THE CITY OF BEAUMONT, TEXAS: 1. It is hereby found and determined that the matters and facts contained in the preamble to this Ordinance are hereby found to be true and correct. 2. The second sentence of Section 4 of the Bond Ordinance is amended and restated to read as follows: "The Bonds shall bear interest at the rates set forth in Section S below from the later of August 1, 2000, or the most recent Interest Payment Date to which such interest has been paid or duly provided for, calculated on the basis of a 360 day year of twelve 30 day months, payable on March 1, 2001, and semiannually thereafter on September I and March I of each year until maturity or prior redemption." 3. Section 18 of the Bond Ordinance, setting for the form of the Bond, is amended by amending and restating the first sentence of the first full paragraph of the 1 form of the Bond to read as follows: "The City of Beaumont, Texas (the "City')promises to pay, but solely from certain Net Revenues as hereinafter provided, to the Registered Owner identified above, or registered assigns, on the maturity date specified above, upon presentation and surrender of this bond at the principal corporate trust office of Wells Fargo Bank Texas, N.A., Houston, Texas (the "Registrar'), the principal amount identified above, payable in any coin or currency of the United States of America which on the date of payment of such principal is legal tender for the payment of debts due the United States of America, and to pay, solely from such Net Revenues, interest thereon at the rate shown above, calculated on the basis of a 360 day year of twelve 30 day months,from the later of August 1, 2000, or the most recent interest payment date to which interest has been paid or duly provided for." 4. Except as amended herein, all other terms and provisions of the Bond Ordinance shall remain in full force and effect. 5. The amendments to the Bond Ordinance made herein shall be effective as of August 10, 2000, which is the date of the passage and adoption of the Bond Ordinance. [The remainder of this page has intentionally been left blank.] 2 2001. PASSED AND APPROVED this day of ' Mayor The City of Beaumont ATTEST: City Clerk The City of Beaumont (SEAL) 3 4 January 23,2001 Consider a resolution authorizing the City Manager to accept a payment in lieu of taxes from Beaumont Methanol Corporation in the amount of$480,154 by February 1, 2001 and grant an extension of thirty days to present an amended Industrial District Contract for the aforementioned industry which will include a provision for an additional$100,000 payment based on the monthly economic performance of the plant for the remaining of the contract period (December 31, 2001.) Cit y of Beaumont �• Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Beverly Hodges, Finance Officer MEETING DATE: January 23, 2001 AGENDA MEMO DATE: January 18, 2001 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to accept a payment in lieu of taxes from Beaumont Methanol Corporation in the amount of$480,154 by February 1, 2001 and grant an extension of thirty days to present an amended Industrial District Contract for the aforementioned industry which will include a provision for an additional$100,000 payment based on the monthly economic performance of the plant for the remaining of the contract period (December 31, 2001.) RECOMMENDATION The administration requests approval of the extension and good faith initial payment of$480,154 by February 1, 2001 from Beaumont Methanol Corporation for the fiscal year 2001 Industrial District Payment. BACKGROUND Prior to 1995 Beaumont Methanol Corporation operated as a DuPont facility. In 1995 a separate Industrial District Contract was negotiated and agreed to by the City and Beaumont Methanol Corporation. At that time the assessed valuation of the facility was in litigation at the county and the City assumed an assessed value of $80M for Industrial District Payment purposes. This assessment was subject to plant additions each year and was equivalent to$88M for FY2000. The current year assessment includes the addition of Beaumont Ammonia, Inc., valued at $61M, bringing the total company value to $149M. In contrast the value assessed by the county is equal to $126M for this fiscal year. BUDGETARY IMPACT The FY2001 budget for Industrial District Payments is $11,246,000. The budgeted amount for Beaumont Methanol Corporation is $450,000. The proposed payment structure could produce a positive budget impact of$130,000. PREVIOUS ACTION None. SUBSEQUENT ACTION Approval of amended Industrial District Contract with Beaumont Methanol Corporation. RECOMMENDED BY City Manager and Finance Officer. RECOMMENDED MOTION Approve/Deny a resolution authorizing the City Manager to accept a payment in lieu of taxes from Beaumont Methanol Corporation in the amount of $480,154 payable by February 1, 2001 and grant a grace period of thirty days to present an amended Industrial District Contract for the aforementioned industry which will include a provision for an additional$100,000 payment based on the monthly economic performance of the plant for the remaining of the contract period (December 31, 2001.) W aw A C City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JANUARY 23, 2001 1:30 P.M. CONSENT AGENDA * Approval of minutes * Confirmation of committee appointments A) Approve a contract for the purchase of automotive batteries CONSENT AGENDA JANUARY 23, 2001 * Committee Appointments A) Approve a contract for the purchase of automotive batteries Administration recommends approval of a one-year contract with Interstate Batteries of Beaumont for the purchase of automotive batteries. The estimated annual expenditure is $25,144.27. The automotive batteries are used by the Fleet Management Division to maintain city-owned vehicles and equipment. A copy of the staff memorandum is attached for your review. A City of Beaumont • Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: January 23, 2001 AGENDA MEMO DATE: January 16, 2001 REQUESTED ACTION: Council approval of a one (1) year contract for the purchase of automotive batteries. RECOMMENDATION Administration recommends award of a one(1)year contract to Interstate Batteries for purchasing automotive batteries at the unit costs stated below with an estimated total annual expenditure of $25,144.27. BACKGROUND Bids were requested for an annual contract for automotive batteries for use by the Fleet Management Division to maintain city-owned vehicles and equipment. Eight (8) vendors were notified with two (2) responding with bids as reflected in the attached bid tabulation. Each bidder met all product requirements specified. BUDGETARYIMPACT The contract provides for the vendor to furnish approximately 625 automotive batteries at the following fixed unit prices: "` �attexy Typ (BCI Est. AnnuI USae% Unut Price _E�iteadetl Prue`.k,. 78U (34/78) 178 $41.27 $7,346.06 31S 159 $38.47 $6,116.73 65 187 $38.95 $7,283.65 Contract for Purchase of Automotive Batteries January 16, 2001 Page 2 Battery (BI ) Est.:?,Annual JsageUn Prue iEcteridedPrc �,. T 4D 8 $69.95 $559.60 58 30 $30.95 $928.50 75 24 $30.07 $721.68 8D 15 $81.95 $1,229.25 V 1 L-6 16 $18.95 $303.20 6TL 8 $81.95 $655.60 The total estimated expenditure is $25,144.27 for the one (1) year contract period. Funds are available for this expenditure in the Fleet Management Division's operating budget. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Central Services Director. RECOMMENDED MOTION Approve/Deny award of a one (1) year contract for purchasing automotive batteries to Interstate Batteries at the unit prices stated above. Contract for Purchase of Automotive Batteries January 16, 2001 Page 3 Vendor, interstate Batteries NAPA Auto Parts r B TX Beaumont, _ . Battery Est. Unit Price Extended Price Unit Price Extended Price Type Usage 78U 178 $41.27 $7,346.06 $54.39 $9,681.42 (34/78) 31S 159 $38.47 $6,116.73 $58.61 $9,318.99 65 187 $38.95 $7,283.65 $57.76 $10,801.12 4D 8 $69.95 $559.60 $96.86 $774.88 58 30 $30.95 $928.50 $43.31 $1,299.30 75 24 $30.07 $721.68 $43.31 $1,039.44 8D 15 $81.95 $1,229.25 $106.21 $1,593.15 V1L-6 16 $18.95 $303.20 $19.99 $319.84 6TL 8 $81.95 $655.60 $129.99 $1,039.92 Total Bid $25,144.27 $35,868.06