Loading...
HomeMy WebLinkAboutPACKET MAR 20 2001 2 March 20, 2001 Consider authorizing the award of a contract for construction of the Blossom, Mary and Hollywood Street Pavement Improvement Project City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS MARCH 20, 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 approving a contract for the 2000 Street Rehabilitation Program Project in the amount of$1,933,235.75 2. Consider authorizing the award of a contract for construction of the Blossom, Mary and Hollywood Street Pavement Improvement Project 3. Consider accepting the Folsom Drive Pavement Extension Project, approve Change Order No. 1 and authorize final payment in the amount of$158,745.86 4. Consider approving a tax abatement agreement with WLK Limited Partnership and Baker McMillen Company 5. Consider approving an amendment to Section 2-27 of the Code of Ordinances relating to responsibilities of the Fire Department 6. Consider adoption of an ordinance amending General Election Ordinance No. 01-006 to provide for a ballot proposition authorizing the sale of 4.07 acres of property located at Central Park 7. Consider authorizing the City Manager to execute a Development and Lease Agreement with Jeff Hughes for the Tyrrell Park Horse Stables 8. Consider approving a contract between the City of Beaumont and the Southeast Texas Community Development Corporation 9. Consider approval of the purchase of a Panini S 1 remittance processor from Diversified Financial Systems, Inc. for the Cash Management Division IO.PUBLIC HEARING: Dilapidated Structures Consider an ordinance declaring certain dilapidated structures to be public nuisances and ordering their repair or removal by the owners and authorizing the removal of certain other structures whose owners failed to comply with condemnation orders EXECUTIVE SESSION * Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: City of Beaumont v. Ralph D. Hodges, Jr. Entergy Gulf States, Inc. COMMENTS • Councilmembers comment on various matters • City Manager Report- Stormwater Management Program Presentations; Luke Jackson Announces Retirement Plans; 2000 Consolidated Grant Plan; Commercial Sewer Tap; Convention and Visitors Bureau Board Strategic Planning; Local Control 911; City Seal; Gilbert Cultural Art Center; Downtown/Waterfront Steering Committee Meeting; Municipal Court; 800 MHz Trunked Radio System; Gilbert Park • 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 March 20, 2001 Consider approving a contract for the 2000 Street Rehabilitation Program Project in the amount of$1,933,235.75 V^W City of Beaumont 1W_ Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 13, 2001 REQUESTED ACTION: Council consider a resolution authorizing the award of a contract for the 2000 Street Rehabilitation Program Project in the amount of $1,933,235.75 to LD Construction. RECOMMENDATION Administration recommends approval and execution of a contract with LD Construction in the amount of $ 1,933,235.75 for the 2000 Street Rehabilitation Program Project. The MBE participation will not be required because the general contractor has been certified as a minority business enterprise. Administration recommends authorization to award this contract. BACKGROUND On March 12, 2001 the City of Beaumont received three (3) bids for the 2000 Street Rehabilitation Program Project. The lowest bid was submitted by LD Construction in the amount of$1,933,235.75. The list below identifies the total bid received from each contractor: Contractor Bid L D Construction $ 1,933,235.75 APAC-Texas 2,301,211.30 SCI Constructors, Inc. 2,363,913.81 A bid tabulation sheet is attached for additional information. BUDGETARY IMPACT None. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. RECOMMENDED MOTION Approve/Deny authorizing the award of a contract for the 2000 Street Rehabilitation Program Project in the amount of$1,933,235.75 to LD Construction. 2000rhb/jld CITY OF BEAUMONT BID TAB 2000 STREET REHABILITATION 1 PAGE 1 OF 1 L.D.CONSTRUCTION APAC-TEXAS,INC. SCI CONSTRUCTORS,INC. Item Rem Unit Estimated Unit Total Unit Total I Unit Total No.. I.,Code_I Description l Measure I Quantity I Price I Price Price I 104 001 REMOV OLD CONC(CURB d GUTTER COMBINED) LF 4,03200 $5.00 $20,160.00 $6.00 $32,256.00' $7.75 $31,246.00 104 001 REMOVE OLD CONCRETE(CURB) LF 269.001 S3.001 $807.001 $7.00 $1.883.00 $6.50 $1,748.50 104 002 REMOVE OLD CONCRETE(DRIVEWAY 4') SY 484.001 $6.00 $2,904.00: $26.001 $12,584.00 $5.85 $2.831 40 104 003 REMOVE OLD CONCRETE(DRIVEWAY 6') SY 44.00 $6.00 $264.00, $37,00 $1,628.00 $8.001 $352.00 110 001 (EXCAVATION(ROADWAY) CY 248.00 $6.001 $1,488.00 $30.00, $7,440.001 $73.25' $3.286001 110 002 ;EXCAVATION(CURB 3 GUTTER COMBINED) CY 440.001 $6.00' $2.640.001 $10.00 $4,400.001 $11.25 $4.950.00 132 001 ,EMBANKMENT(BC)(TY B)(ORD.COMP)(CL 3) CY 74.001 $10.00 $740.001 $30.00. $2,220.00 $25.00 $1.850.00 162 001 SODDING(ST,AUGUSTINE) SY 318.001 54.00 51.512.00 52.75• 51,039.50 $7 50 52,835.00 204 001 iSPRINKLING MG 150.00; $1.00 $150.00 $30.00 54.500.00 $35.00 $5.250.00 247 001 1 F BS(TY A GR 1 CL 2,DC)DELIVERED I TNS 14,879.00; $17.00: $252,943.00, $27.00, $401,733.00: 528.17' 5419,141.43 251 I 001 1REWORKING BASE MATERIALS SY 82,170.00' 31.701 $139.689.00, $1.751 $143,797.50; $2.051 $168,448.501 310 001 ASPHALT MATERIAL(AE-P) GAL 16,336.001 $1.25 $20,420.00 $1.75 $28,588.00. $1 75' $28.58800 310 002 ;ASPHALT MATERIAL(AC 10) GAL 15,581.00 $1.25 $19476.25 $1.501 $23,371.50; $1.60 $24,92960, 340 1 001 1 HOT MIX ASPH(TY D)(ROADWAY) TNS 14,892.00 $41 001 $610.572.00; $49.001 $729,708.00 547.10' $701.41320. - 340 1 002 !MOT MIX ASPH(TY D)(RD.TRANSITIONS) 1 TNS 535.00 $55.00, $29,425.00' $70.00• $37,450.00 $64.00 $34,240.00 340 003 SHOT MIX ASPH(TY D)(DRIVEWAYS) TNS 2,006.00 $65.00' $130.390.00 $80.00 $160,480.00 $74.00. $148,444.00 340 004 SHOT MIX ASPH(TY F)(LEVEL UP)(ROADWAY) TNS 29.00 $45.00 $1,305.00 $100.00 $2,900.00. $82.501 $2.392.50, 351 I 001 ;REPAIRING EXIST.FLEX PVMT STRUCT(FLX BS 10-) SY 7,39200 $25.00 $i84,800.DOi $25.00; $184,800.00 $19.20; 5141,926.40 352 001 CLEANINGS SEALING JNTSdCRCKS LRGR THAN 1 112' LF 41,678.00 $1.25 $52,097.50 $1 401 $58,349.20 $1.80 $75.020.40 354 001 iPLANING PAVEMENT(1--4') SY 61,638.001 $2.00; $123,276.00 $1.50, $92,457.00 $2.20 $135,603.60 356 001 FABRIC UNDERSEAL SY 61,649.00' $1.00' $61,849.00' $1.401 $86,588.60 $0.72 $44,53128 360 001 :CONCRETE CURB(6') LF 269.00' $6.00' $1.614.00. $5,380.00 $7.65 $2,057.85 400 001 CEMENT STAB.BACKFILL CY 509.00' 535.00' 517.815.00 565.00 533,085.001 $65.55 533,364.95 420 001 CONCRETE STRUCTURE(SWALE)(6') SY 18.001 $45.001 $810.00 5100.00 $1.800.00: $143.00' 52,574.00 464 001 'REINF.CONCRETE PIPE(15') LF 36.001 $26.00 $936.00' $50.00: $1,800.00, $53.D01 $1,908 00: 464 002 'CORR PLASTIC PIPE(15') LF 12.00 $21.00 $25200 $38.00' $458.00 $112.001 $1,34400 479 001 ADJUST MANHOLE ; EA 132.00 $125.00 $16,500.00 $130.00 $17,160.00; $270.001 $35,640.00: 479 002 ADJUST GATE VALVE BOX EA 45.00 $125.00 $5,625.00 $37.00' $1,665.00 $130.00' $5.85000 500 1 001 MOBILIZATION LS 1.00 $150.000.001 $150,000.00 $134,000.00• $134,000.00, $175,000.001 $175,00000 502 001 1BARRIC.,SIGNS,6 TRAF CNTRL(ALLEN STREET) MO j 2.00 $1,000.00 $2.000.00 $2.100.00' $4,200.001 $3,500.00 $7.000.00 529 001 ,CONCRETE CURB 8 GUTTER COMBINED LF 1 4,032.00 $17.00, 568,544.00 $15.001 $60,480.001 $24.00 $96,768.00' 1 530 001 'CONCRETE DRIVEWAYS(4') SY 484.00' $23.00 $11,132.00 543.00. $20,812.00 $39.30 $19.021.201 530 002 ;CONCRETE DRIVEWAYS(6-) SY 44.00 $25.001 $1,100.00 $50,00, $2,200001 $99.00; 54,356.00 i ;TOTAL COST I SlljW3,233.7l1l 211.70 52,38J,913.01; 2 March 20, 2001 Consider authorizing the award of a contract for construction of the Blossom, Mary and Hollywood Street Pavement Improvement Project V~1175 City of Beaumont 4W_ Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 8, 2001 REQUESTED ACTION: Council consider a resolution authorizing the award of a contract for construction of the BIossom, Mary and Hollywood Street Pavement Improvement Project. RECOMMENDATION Administration recommends approval and execution of a contract with W. B. Construction, LTD in the amount of $462,190.05 for the Blossom, Mary and Hollywood Street Pavement Improvement Project. The MBE participation will not be required because the general contractor has been certified as a minority business enterprise. Administration recommends authorization to award this contract. BACKGROUND On February 26, 2001 the City of Beaumont received five (5) bids for the Blossom, Mary and Hollywood Street Pavement Improvement Project. The lowest bid was submitted by W. B. Construction, LTD. in the amount of$462,190.05. The list below identifies the total bid received from each contractor: Contractor Bid W. B. Construction, LTD $462,190.05 LD Construction 545,288.05 Excavators & Constructors, Inc. 547,124.40 Allco, Inc. 590,408.79 Brystar Contracting, Inc. 639,706.00 A bid tabulation sheet is attached for additional information. BUDGETARY IMPACT The engineer's estimated cost of the project prior to the receipt of the bids was $580,000. Mary Street will be funded by Community Development Block Grant funds through the Charlton Pollard Neighborhood Revitalization Program and Blossom and Hollywood Street will be funded under the Street Maintenance Program. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. RECOMMENDED MOTION Approve/Deny authorizing the award of a contract for construction of the Blossom, Mary and Hollywood Street Pavement Improvement Project. blossom/jid CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT PAGE 1 OF 8 W.B.CONSTRUCTION,LTD. LO CONSTRUCTION EXCAVATORS 6 CONSTRUCTORS,INC. PART A BLOSSOM STREET PAVEMENT IMPROVEMENT PROJECT Rem Hsm Unit Estimated Unit Total Unit Total Unit Total I No._ l Cods Alt Description. Msasurel Quantity. ( __ Price f Price I. I Prlu 104 1 001 REMOVE CONCRETE(ORWY.4 IN.) I SY I 810.001 $5.50 54,455.00 $6.00 54,860.001 S6.50: $5,265.00 104 I 002 REMOVE CONCRETE(SIDEWALK 4FT.) SY 50.001 $5.501 $275.00 $6.00 $300.00 $6.50 5325.00 104 003 REMOVE CONCRETE(PVMT.)(6") SY 3,963.00' $6.001 523,778.00 $8.00 $31,704.00 $6.25, $24.76875. 110 1 001 EXCAVATION(ROADWAY) CY 1,10600 $5.401 $5,972.40 $8.00 $8.848.001 $12.30; $13,603.80 132 001 I EMBANKMENT(TY B)(ORD.COMP)(CL 3)(BC) CY 1 86.001 $6.501 $559.00 $10.001 $860 00, S3040, $2.61440. 162 001 :SODDING(ST.AUGUSTINE GRASS) SY 2,231.00. $3.251 $7.250.751 $3.25 $7,250.75! $5.001 $11,155.00 168 j 001 .VEGETATIVE WATERING MG 66.00' $70.00 $4,620.00 $25.00 51,650.001 51.001 $66.00 247 001 FLEX BASE(TY A)(GR 1)(5")(DC)(CLASS 5) SY 4,250.00: $7.001 $29,750.00 $6.001 $25,500.00' $9.15 $38,887.50, 1 360 001 1 1CONC.PVMT.(JOINT REINF.)(61N.)(CLASS P) SY 3.963.001 $21.501 $05,204.50 $25.00; $99,075.001 $22.90: 360 002 :MONO CURB(TY A)(6 IN.) LF 2.512.00 $2.75' 56,908.00 $2.00. $5,024.00 52.70] $6,782.40 400 1 001 1 ;STRUCTURAL EXCAVATION(TRENCH) CV 76.00, $6.001 $456.00 S6.001 5456.001 $6.35, 5482.60 ! 400 002 :CEM STAB BKFL(1 1/2 SACK CEM/CY SND)(DRY WT) CY 53.00 $26.00 31,378.00 $32.001 $1,696.00 $29.15 $1.544951 1 464 001 IREINF.CONC.PIPE(CL III)18 1N. LF 127.001 516.001 $2,032.00 $35.00: $4,445.00 $33.30' $4,229.10 465 001 1CURB INLET(COMPLETE)TY A EA 4.001 $1,700.001 56,800.001 $1,800.00 $7,200.00 $1,520.00 $6,080.00 479 1 001 ADJUST MANHOLE EA 3.00; $500.00 $1,500.001 5400.00 $7.200.00 $450.001 $1,35000. 479 . 002 !ADJUSTINLET EA 4.00 $550.001 $2.200.00 $550.001 $2,200.001 $66000 $2,640.00. 479 003 MODIFY INLET TO MANHOLE EA 1.001 $600.001 118450,600.001 $650.00 $650.00 $684.001 5684.00 496 001 REMOVE OLD STRUCTURES(PIPES) lF 41.00 $4.50; 3 $70.00 5410.00 $10.10 $414.10 496 ! 002 REMOVE OLD STRUCTURES(SMALL) EA 2.00' $450.00 $90000, $60000 57,200.00 $12200. $24400 500 1 001 MOBILIZATION LS 1.00 $20,500.00 520,500.00; $27,000.001 527,000001 $26,000.00 $26,000.00 502 001 BARR.,SIGNSSTRAF.HNDLNG(INCL.WORK ZONE) MO 400 $2,000 001 $8,000.00' $1,500 DO $6,000 OO $1,208 00 $5,072 00' 530 001 �CONC.DRWY.(CLASS P)(4 IN.) SY 696.00 519.00 $13,224.00 $23.00 516,008.00 $23.401 $16,286.40 530 002 ;CONC.DRWY.(CLASS P)(4 IN.)(WASHED OUT FINISH) SY 117.00 $23.001 $2,691.00 550.00 $5.850.00! $39.70! $4.644.90 531 001 1CONC.SIDEWALK(4 FT.)(CLASS A) I SY I 43.00 $19.001 $817.00 $20.001 $860.001 536.95 $1,588.851 1 531 002 CONC.SIDEWALK.(4 FT.)(CL A)(WASHED OUT FINISH) SY 7.00 $22.00' $154.001 $50.00' $350.00' 549.70' $347.90; 560 I 001 MAIL BOX ASSEMBLY(SINGLE)(BRICK) EA ! 5.00, $400.00 $2,000.001 $250.00 $1,250.001 335.00 $175.00 380 002 I MAIL BOX ASSEMBLY(SINGLE)(STEEL) EA I 11.00 $150.001 $1 650 00 5200.00 $2.2 $35.001 535.001 5385.001 580 003 MAIL BOX ASSEMBLY SINGLE WOOD EA 4.00 5150.00 $600 00 $150.00 __ $600.00 $35.00 $140.00 - __i_.-_ !i-�_ -_____...T TOTAL C09T,.PART A_; : _ I r,,,__5234,l59.18� �._�. _ $281,816.75 I ;268,529.35 CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT PAGE 2 OF 8 W.B.CONSTRUCTION,LTD. LD CONSTRUCTION EXCAVATORS& CONSTRUCTORS,INC. PART B:MARY STREET PAVEMENT IMPROVEMENT PROJECT Item Item Unit E.Urnaled Unit Total Unit Total Unit Total 1 No. Code 1 Description ._. ._ 1Measurs ._.awnlity Price I I Price Price 104 001 REMOVING CON.(SLAB 6-) SY 349.00 $7.001 $2,443.00 $B.00I $2,792.001 $465. 104 002 ,REMOVING CONC.(DRWY) SY 177.00' $5.50' $973.50 $5.001 $885.00 $5.501 $973 .50 104 1 003 REMOVING CONC.(SIDEWALK) SY 29.00' $5.501 $159.50 $5.00 5145.00 $5.501 $159.50 104 1 004 REMOVING CONC.(CURB 6 GUTTER) 1 LF 30.00 $2.00 $6000 $5.00 $150.001 $5.501 $165.00 1 110 1 001 EXCAVATION(ROADWAY) CY 1,140.00 $5.40: $6,156.00 $6.00 $6.840.00 $6301 $7,638.00 132 001 EMBANKMENT(TY 8)(ORD.COMP.)(CL 3) CY 99.00! $7.001 $693.00 $8.00 $792.00 $1.001' $99.00: 162 001 BLOCK SODDING ! SY 1,418.00 $3.301 54,679.40 $3.25 54,608.50 $5.001 $7.09000' 168 001 'VEGETATIVE WATERING(SODDING) MG 1 22.001 570.001 51,540.00 525.00 $550.00! $1.001 $22.001 247 001 FLX BS(COMP-IN-PLACE)(2-)(TY A)(GR i)(CL 5)(DC) SY 1,947.00 $5.00 $9,735.00' $2.60 $5,062.20 54.751 $9,248.251 247 002 FLX BS(COMP-IN-PLACEx8-M AxGR 3xCL 5)(DC) i SY ! 133.00 $10.50 $1,396 50 $10.20 $1,356.601 $14.201 $1,888 60; 310 001 ! ASPHALTIC MATL.(PRIME)AE-P GAL 1 35.00 $2.50 $87.50 $5.001 5175.001 52.501 587.501 340 001 1 :HOT MIX ASPH.TY D(1.51N) TNS 15.001 $50.001 $750.00 $100.00 $1,500 00• $90.00 $1,350.00 360 001 ;CONC PVMT(JOINT REINF)(61N)(CL P) SY i 1,816.00 $21.001 $38,136.00 525.00] $45,400.00 $22.25 $40,406.00 360 002 IMONO CURB(TY 1) LF 1,178.00 51.50 51,767.00 $2.00: $2,356.001 $270 $3,180.60 400 001 STRUCTURAL EXCAVATION(TRENCH) CY 1,156.00 $6.00 $6,936.00 $4.00 54,624.001 $2.55 $2.94780 400 002 CEM STABILIZED BACKFILL I CY 444.00 $26.00 511,544.00 $27.001 $11.988.00, $12,942.60] 464 1 001 I (REINF.CONC.PIPE(CL III)181N. I LF 125.00 $18.00 52,000.00 $45.00' $5,625.001 $33.301 $4,162.50! 464 002 'REINF.CONC.PIPE(CL III)24 IN. LF 552.00 $19.00 $10.488.00 $60.00' $33,120.00' S41.80i $23.07160; :I 465 001 CURB INLET(COMPLETE)TY A EA 6.00 $1,700.00 $10,200.00 $1,800.00 $10,800.00 $3,130.00 $18,780.00 i 465 002 CURB INLET EXTN(COMPLETE) EA 3.00 $600.00 $1,800.001 $700.00! $2,100.00' $695.001 $2,085.00• 465 003 (MANHOLE(COMPLETE)TY A EA 3.00 $2,900.00 $8,700.001 $2,000.00 $8,000.00 $6,132.00' $18,396.00 479 001 ;ADJUST MANHOLE I EA 100, $500.001 $1,500.00' $600.00 $1,800.00 $468.001 $1.40400 496 001 REMOVE OLD STRUCTURES(PIPES) LF 535.00 $4.50• $2,407.50' 510.00! $5,350.00 51.00 $535001 496 002 ! REMOVE OLD STRUCTURES(SMALL) EA 4.00 $45000. $1,800.00 $600 00 $2,400.00 $36400 $1.456001 1 500 001 (MOBILIZATION LS 1.00 515,000.001 515,000.00 f/8,000.00 $16,000.00 $10,00000 $10.00000' j 502 001 !BARR..SIGNS,6 TRAFFIC HANDLING MO 3.00 $1,500.00! 14,500.00 $1,000.00 $3,000.00 55W 00 51,500.001 529 001 ;CONC.CURB(6 IN.)(TY A) LF 6.001 $3.50 $21.00 $8.00 $36.00 $2.75; 518.50; 530 I 001 ;CONCRETE DRIVEWAYS(4 IN) SY 171.00 $21.00 $3,591.00 $23.00 $3.933.001 $23.40 51,001.40• 531 001 CONC SIDEWALK/RAMP(4 IN) SY 400 $20.00 $80.00 $30.00; $120.00' $26.60- $106.40 658 001 DELINEATOR&OBJ.MARKER ASSEMBLIES(OM-4P) EA 6.001 $100.00• S600.00j $40.00: $240.001 $130.00; $780 00: 2010 001 TRENCH SAFETY SYSTEM LF 742.00. $1.00' $742.00' $1.001 $742001 $1,224.30 5009 001 ]TEMP.SEDIMENT CONTROL FENCE(INSTALL) LF 1 210.001 $2.00: 5420.00, $3.00 $630.001 $2.55; .224,30 5009 1 002 ]TEMP.SEDIMENT CONTROL FENCE(REMOVE) 1 LF 1 210.00 $1.00: $210.001 $1.00 $210.001 50.45 $94.50 5095 1 001 DUCTILE IRON PIPE(1S' -)EPDXY LIN'D,INCL.ADAPTERS LF 12.00 $125.00' S1,SOO.00 $350 00, 54,200.00' $184.00 $2.208.00' CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT 1 PAGE 3 OF 8 W.B.CONSTRUCTION,LTD. LD CONSTRUCTION EXCAVATORS d CONSTRUCTORS,INC. PART B:MARY STREET PAVEMENT_IMPROVEMENT PROJECT_ _ _ _ _ _ ___ _ _ _ _ �_.Non_. _Coda �... I Unit'-- Estlmalsd I Prke I Total Price Total Price f Total Description- Maaaun t]uantlty 5615 001 8'PVC(C900)CL 15O WTR MAIN(INC.PRS'R TST&DISINF. LF 590.00; $12.00 $7,080.00 $17.50 $10,325.00 $1650 $9.73500 5618 001 1'Serv.Conn(Inc.Sad CImp.Pb tubin0,co(p atop,curb atop) EA 6.00' 1150.00 5900.00 $225.00 $1,350.00 $252 00 $7,512.00 5617 001 8'x 8'x 6'TEE(INCL.THRUST BLOCK) EA 1.00: 1200.00 1200.00 $250.00 $250.001 $254.00 1254.00; 5618 001 8'x 6'REDUCER EA 1.00 $200.00 $200.00 1220.00 $2201X): $6400, $64.00 5618 001 6'x 2'REDUCER EA 1.00 1120.00 $120.00 $210.00 $210 00i S89.00. $89.00 5619 001 6'x 90 DEG.ELBOW(INCL.THRUST BLOCK) EA 1,00 $120.00 $120.00 $200.00 $200.001 $59.00' $59.00. 5620 001 6'GATE VALVE EA 1.00 $500.001 $500.00 $500.00 $500.00; S415.00I $415.00 5621 001 SANITARY SEWER(PVC)(SOR 35)(6') LF 30.00 $10.00 $300.001 $45.00' $1,350.00 $68.501 $2,055.001 1 5622 001 SANITARY SEWER MANHOLE(COMPLETE) EA 1.001 S1,SOO.DOI_ $1,500.001 $1,300.00__ __ 11,300.00 $2,075.00: $2.075.00 TOTAL COST PART B.�_..: _. .... i I I....., 116�,ti7S.90� ;203,238_301 1 1196,437.90' CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT PAGE 4 OF 8 W.B.CONSTRUCTION,LTD. 1 LD CONSTRUCTION EXCAVATORS 6 CONSTRUCTORS,INC. PART C:HOLLYWOOD STREET PAVEMENT IMPROVEMENT PROJECT _ 1 ( ksm Ilsm I f Unk l Estimated Unit Total Unit Total I Unit Total No. I Coda_ I Description . . . Measure Quantity. _ Price Prics _ - I . . .Price 104 1 001 REMOVING CONC.(PVMT)(5.5-j SY 1,362.00 S6.00i $8,172.00. $8.00 $10.896.00 $6.25 $8.512.50 104 i 002 REMOVING CONC.(DRWY)(6')d SIDEWALK SY 112.00 $6.001 $672.00: $5.00! $560.00 $6.25 $700.00 110 001 EXCAVATION(ROADWAY) CY 122.00' $5.50 $671.00: $7.001 $854.00 $15.90 $1,939.80 260 001 LIME TRTMT FOR MATLS USED AS SUBGRADE(8') SY 1,745.00 $3.00 $5,235.00 $3.00 55,235.00' $635 $11,080.75 264 001 (LIME SLURRY(TYPE A) TNS 40.00 $105.00 $4,200.001 $120.00' $4,800.00' $94.75: $3,790.00 360 001 ,CONC PVMT(JOINT REINF)(8 1N)(CL P) SY 1,602.00' $21.50 $34,443.00 $28.00I 544,856.00' $27.90' $44.695.80' 500 001 MOBILIZATION LS 1.00 $6,000 OO $6,000.00 $7,000.001 $7,000.00 $8,400 00 $8x00.00 1 502 001 IBARR.,SIGNS,6 TRAFFIC HANDLING MO 2.00; $1.400.00; $2.800.00 $500.001 $7,000.00: $920.001 $1,840.00' 530 001 CONCRETE DRIVEWAYS(61N) SY 77.00 $22.00' $1,694.00! $25.00 $1.925.00' $2,764.30; 531 001 ICONC SIDEWALK(4 1N) _ SY 14.00 $22.00 _ $308.00- $20.00 _ $280.00 $31.00: $434.00 TOTAL COST-PART C $64195:OOj _ $77 408.00' $84,1 57.15 _ _..—_.._ , t TOTAL BID COST•PART A,B b C,. $482,190.05' [, :645,288,051 . $517,124.40; CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT ' PAGE 5 OF 8 ALLCO,INC. BRYSTAR CONTRACTING,INC. PART A:BLOSSOM STREET PAVEMENT IMPROVEMENT PROJECT I Item Ilsm ! Unit I Estimated Unit Total Unit Total I .No. . I Cold l Alt I Description _ _ Measunl._. Quantity Price I l . . Price 104 001 .REMOVE CONCRETE(ORWY.4 IN.) SY 810.00 $12.00 $9,720.00 $9.00: 57,290.00 104 002 REMOVE CONCRETE(SIDEWALK 4FT.) SY 50 00: $12.00 $600.00 $5.00: $250.00. 104 003 �REMOVE CONCRETE(PVMT.)(6-) SY 3,963 00'. $4.50,1 $17,833.50,1 $9.00 $35,667.001 110 001 EXCAVATION(ROADWAY) CY 1,106.001 $12.501 $13.825.00 $6.00 $6,636.00; 132 1 001 1 EMBANKMENT(TY B)(ORD.COMP)(CL 3)(BC) CY 88.00, $7.00' S602.00 $40.00,1 $3,440.00: 162 001 1 SODDING(ST.AUGUSTINE GRASS) SY 2,231,001 $4.50,1 510.039.50 $3.001 $6,693.001 1 168 001 !VEGETATIVE WATERING MG 66.00' $18.001 $1.188.00 $100.00 56,600.00) 247 I 001 FLEX BASE(TY A)(GR 1)(5')(DC)(CLASS 5) SY 4,250.001 $8.00; $34,W0.00' 57.001 $29.750.001 360 001 :CONC.PVMT.(JOINT REINF.)(6 IN.)(CLASS P) SY I 3,96100' $26.00: $103,038.00 $28.00 $110,964.001 360 002 ! MONO CURB(TY A)(6 IN.) LF 2,512.00, 54.00 $10,048.001 $2.00 $5,024.001 400 1 001 STRUCTURAL EXCAVATION(TRENCH) CY 76.001 $2.00 $152.00 $10.001 $760.00; 400 I 002 :CEM STAB BKFL(1 112 SACK CEM/CY SND)(DRY WT) CY 1 53.00 $30.001 $1,590.00 $30.00' $1.590.00 464 001 REINF.CONC.PIPE(CL III)181N. LF 127.00 $40 00 $5,080.00 $30.001 $3,810.00 465 1 001 CURB INLET(COMPLETE)TY A EA 4.00 $1.700001 56,800 00 $2.000 00: $8.00000 479 001 !ADJUST MANHOLE EA 3.00,1 $1.000.001 53,000.00 51,000.001 $3.000.00 479 002 IADJUSTINLET EA 4.001 $70000 $2,800.00 S1,500.001 $6,000.00. 479 003 ;MODIFY INLET TO MANHOLE EA 1.00m $1,500.00 $1,500.00 1 $2,000.00 $2,000.00 496 001 I (REMOVE OLD STRUCTURES(PIPES) LF 41.001 $8.001 $328.00 $20.00' $820.00! 496 I 002 l 'REMOVE OLD STRUCTURES(SMALL) I EA 2.00• $100.00 $200.00 $250.00' $500.00' 500 001 MOBILIZATION LS 1.00' $26,000.00 $26,000.001 $20,000.00' $20,000.00 502 I 001 BARR.,SIGNSdTRAF.HNDLNG(INCL.WORK ZONE) MO 4.00, $2,500.00 $10.000.001 $1,500.00: $6,000.00' 530 001 �CONC.DRWY.(CLASS P)(4 IN.) SY 696.00; $27.00: 518,792.00; $30.00 $20,880.00; 530 002 CONC.DRWY.(CLASS P)(4 IN.)(WASHED OUT FINISH) SY 117.00 $28.00i $3,276.00. S100.00 $11,700.00' 1 531 001 1 'CONC.SIDEWALK(4 FT.)(CLASS A) SY 4300 $65 00j $2,795.001 $50.00! $2,150.00; 1 531 1 002 'CONC.SIDEWALK.(4 FT.)(CL A)(WASHED OUT FINISH) SY 7.00: 555.00 $385.00 $200.001 $1.400.00' 560 001 I ;MAIL BOX ASSEMBLY(SINGLE)(BRICK) EA 5.00; 5300.00 $1,500.00 $500.00 $2,500.00 560 002 l ;MAIL BOX ASSEMBLY(SINGLE)(STEEL) EA 11.00 $60.00 $660.00 $300.00 $3,300.00 560 1 003 MAIL BOX ASSEMBLY(SINGLE)(WOOD)_ _ EA 4.001 $80.00, $320.00 $400.001 $1,600.001 ITOTALCOST._P A I $2116,072001 $WO,324.001 CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT PAGE 6 OF 8 I ALLCO,INC. BRYSTAR CONTRACTING,INC. - PART B.MARY STREET PAVEMENT IMPROVEMENT PROJECT ham ham I ___ _- ._ _.._. -... Unit. EstlmalW unit i Total Unit I Total No. Code I _ I __ . DeWptlon _ (Musunl Quantity Price I Price j 104 001 ,REMOVING CON.(SLAB6-) SY 34900 $10.00, $3,490.00; $10.00 $3.490.00 104 j 002 !REMOVING CONC.(DRWY) SY 177.00 $13.00 $2.301.001 59.001 $1,591001 104 003 REMOVING CONC.(SIDEWALK) SY 29.00 $11.00 $319.00' $9.00'• $261.001 104 004 !REMOVING CONC.(CURB 6 GUTTER) LF 30.00, $8.00 $24000' $10.001 $300.00' 110 001 EXCAVATION(ROADWAY) CY 1,140.00. $9.00' $10.260.00! $6.00 $6,840.00's 132 001 EMBANKMENT(TY B)(ORD.COMP.)(CL 3) j CY 99.00 $4.00 $396.00 $12.00 $1,188.00: 162 001 BLOCK SODDING 1 SY 1,148.00 $4.50 $6,361.00 53.00, $4,254.00: 168 001 VEGETATIVE WATERING(SODDING) MG i 22.00 $18.00 $396.00, $10.00' $220 00' 247 1 001 FLX BS(COMP-IN-PLACEx2')(TY AxGR 1xCL 5)(DC) I SY 1,947.00 $5.00 59,735.00! 57.00 $13,629.00; 247 002 FLX BS(COMP-IN-PLACEK8-)(TY AxGR 3)(CL 5)(DC) i SY j 133.00 511.00 51,463.00: $20.00 (2,660.00 310 001 I ASPHALTIC MATL.(PRIME)AE-P GAL 35.00 $4.00 5140.00: $10.00 5350.00 340 001 HOT MIX ASPH.TY D(1.5 IN) TNS 15.00 $100.001 $1,500.00 $150.00 $2,250.00 360 001 CONC PVMT(JOINT REINF)(6 IN)(CL P) SY 1,816.00 $26.001 $47,216.001 $30.00 $54,480.00 360 002 !MONO CURB(TY 1) i LF 1,178.00 $4.75 $5,595.501 $3.00 $3,534.00 400 I 001 1 !STRUCTURAL EXCAVATION(TRENCH) i CY 1 1,156.00 $2.00 $2,312.00 $6.00 $6,936.001 400 I 002 10EM STABILIZED BACKFILL I CY 444.00 $30.00 $13,320.D01 $30.001 $13,320.00' 464 001 1 REINF.CONC.PIPE(CL III)18 1N. LF j 125.00 $40.00 $5,000.00 $30.00 $3,750.00 464 I 002 ;REINF.CONIC.PIPE(CL III)24 IN. LF ! 552.00 $42.00 $23,184.00 $30.00 $16,560.00 465 001 ,CURB INLET(COMPLETE)TY A EA 6.00 $1,800.00 $10,800.00 $3,000.001 $18,DDO.00� 465 j 002 CURB INLET EXT-N(COMPLETE) EA 3.00, $50000 $1,50000 5700.00' $2,100.001 465 i 003 MANHOLE(COMPLETE)TY A EA 3.00 $3,400.00 $10,200.00 $2,000.00 $6,000.00 479 001 ADJUST MANHOLE EA 3001 5700.00 $2,100.001 $1.000.00 $3,000.001 496 1 001 REMOVE OLD STRUCTURES(PIPES) LF 53500 $6.001 $3,21000. $10.00 55,350 00 496 002 1REMOVE OLD STRUCTURES(SMALL) EA 4.00' $375.00' $1,500 00! $250 00 51,000.00 500 I 001 !MOBILIZATION LS 1 001 $21,63638 $21,636 381 $20,000.00 $20,000.00 502 001 BARR.,SIGNS,6 TRAFFIC HANDLING MO 3.00 $1,200.00' $3,600.001 51,500.00 $4.50000, 529 001 1 CONC.CURB(61N.)(TY A) LF 6.00 $9.00 $54.D01 $20.001 $120.00 530 001 I CONCRETE DRIVEWAYS(4 IN) 1 SY 171.00 $24.00. $4,104.00 $30.00 $5,130.001 531 I 001 CONC SIDEWALK/RAMP(4 IN) SY 4.00 $52 OOI $208.00 $30.001 $120.001 658 1 001 DELINEATOR 8 OBJ.MARKER ASSEMBLIES(OM-4P) EA 8.00 $125.001 $750.00 $100.001 $600 00 2010 1 001 TRENCH SAFETY SYSTEM LF 742.00 $1.00 $742.00 $20.00 $14,840.001 5009 001 TEMP.SEDIMENT CONTROL FENCE(INSTALL) LF 210.00 $3.50 $735.00 $3.00' $630.00 5009 002 TEMP.SEDIMENT CONTROL FENCE(REMOVE) LF 210.00 $2.00 $420.00 $1.00 $210.00 5095 001 !DUCTILE IRON PIPE(15-)EPDXY LIN'D,INCL.ADAPTERS LF 1200. $400.00 - $4,800.00 $100.001 $1,200.001 CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT PAGE 7 OF 8 ALLCO,INC. BRYSTAR PART B_:MARY STREET PAVEMENT IMPROVEMENT PROJECT CONTRACTING,INC. 1 Item hem j Unit Estimated " I Unit.. Total I Unit - Total No_ Code Wacrlpgort Moasunl.. Quantity. ..L-- Price -_ PRIG _ 5615 001 I8'PVC(C900)CL 150 WTR MAIN(INC.PRS'R TST&DISINF. LF 590.001 521.00 - $12,390.00 - $20,00. $11,t100.001 5616 001 ;1'Serv.Conn(Inc.Sadl CImp,Pb tubing.corp stop,curb stop) EA 6.00 $300.00 $400.00i $2.400.00' 5617 001 ! i8'x 8'x 6'TEE(INCL.THRUST BLOCK) EA I 1.00 $350.001 5$3500.00! $350.00 $350.00 5618 001 18'x 6'REDUCER EA 1.001 $125.00 5125.00! $150.00, $150.001 5618 001 �6'x 2'REDUCER EA 1.00. 3125.00' $125.00 $200.001 $200.00! 5619 001 •6'x 90 DEG.ELBOW(INCL.THRUST BLOCK) EA 1.001 $250.00 $250.00 $200.00 $200,00; 5620 001 i6'GATE VALVE EA 1.001 $575.00 $575.00! $500.00 $500.00 5621 ! 001 ;SANITARY SEWER(PVC)(SDR 35),(6') LF I 30.00 $23.00' $690.00' 530.00! $900.001 5622 001 !SANITARY SEWER MANHOLE(COMPLETE)__ _ EA 1.001 $2,700.001 $2,70O.001 $2,500.00' 52,500.00! TOTAL COST-PART B ! $218.612 88. j 523I,415.001 CITY OF BEAUMONT BID TAB BLOSSOM,MARY AND HOLLYWOOD STREETS PAVEMENT IMPROVEMENT PROJECT PAGE 8 OF 8 ALLCO,INC. BRYSTAR PART C:HOLLYWOOD STREET PAVEMENT IMPROVEMENT PROJECT CONTRACTING,INC. .1 _. item ksm Unit Estlmalsd Unit Total Unit Total I` No. _ Coda _ Description _ Msasunj _ Quantity Prlca 1 Price 104 001 .REMOVING CONC.(PVMT)(5.5-) SY 1,362.00 $8.00 570,898.00 $1000 573.620 DOI 104 002 REMOVING CONC.(DRWY)(6')6 SIDEWALK SY 112.00 $23.00 $2,576.00' $9.00 57.008 00• 110 001 :EXCAVATION(ROADWAY) CY 122.00 $28.00' $3,416.00 510.00; $1,220.00; 260 001 ;LIME TRTMT FOR MATLS USED AS SUBGRADE(8-) SY 1,745.00• $2.60, 54,537.00! $500 $8,725.00i 264 001 LIME SLURRY(TYPE A) TNS 40.00 $100.00! $4,000.00 $110.00 $4,400.00; 360 I 001 CONC PVMT(JOINT REINF)(8 IN)(CL P) SY 1,602.00 $29.00 $46,458.00 $32.00' $51,264.00 500 001 MOBILIZATION LS 1.00 $7,904.91 $7,904.91 58,000.00; $8.000.00 502 001 BARR.,SIGNS,3 TRAFFIC HANDLING MO 2.00 $1,400.001 $2,800.00 $1,500.00 $3,000.00' 530 001 :CONCRETE DRIVEWAYS(61N) SY 77.00; $32.001 52,464.00 $30.00' 52.310.00 531 001 ,CONC SIDEWALK(4 1N) _ SY 14.00 $48.001 $672.00 $30.00' $420.00 TOTAL COST PART C $85 723.91 ;. f93,987.00; TOTAL BID COST-_PART A B b C $590,408.791 $819,706.00; 3 March 20, 2001 Consider accepting the Folsom Drive Pavement Extension Project, approve Change Order No. 1 and authorize final payment in the amount of$158,745.86 It7e.-17i City of Beaumont 1W_ Council Agenda Item A ML TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 14, 2001 REQUESTED ACTION: Council consider a resolution to accept the Folsom Drive Pavement Extension Project, approve Change Order No. 1 and authorize final payment in the amount of$158,745.86. RECOMMENDATION On March 7, 2001 City Council awarded a contract to Brystar Contracting, Inc. for construction of Folsom Drive Pavement Extension from Dowlen Road to Major Drive. Administration recommends approval of Change Order No. 1, final payment to Brystar Contracting, Inc. and acceptance of the project. BACKGROUND Due to an increase in estimated construction quantities, Change Order No. 1 in the amount of $26,637.43 is required to adjust the estimated quantities used during performance of the project, increasing the contract to $2,415,908.33. The MBE participation in the performance ofthe contract totals$217,570.73 representing 9%ofthe final contract amount. A copy of Schedule C identifying the MBE participation is attached. The project has been inspected by the Engineering Division and found to be complete in accordance with the provision and terms set out in the contract. BUDGETARY IMPACT Funds were allocated in the Capital Improvement Program. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director, and City Engineer. RECOMMENDED MOTION Approve/Deny a resolution accepting the Folsom Drive Pavement Extension Project approving Change Order No. 1 and authorizing final payment in the amount of S 158,745.86. folmchg.jld CITY OF BEAUMONT DATE: 03/14/01 PROJECT: Folsom Drive Paveement Extension Project OWNER: City of Beaumont CONTRACTOR: Brystar Contracting,Inc. CHANGE ORDER NO. t THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adjust final quantities to reflect actual quantities used. ORIGINAL CONTRACT AMOUNT: $ 2,389,270.90 NET FROM PREVIOUS CHANGE ORDERS: $ 2,389,270.90 TOTAL AMOUNT OF THIS CHANGE ORDER: $ 26,637.43 PERCENT OF THIS CHANGE ORDER: 1% TOTAL PERCENT CHANGE TO DATE: 1% NEW CONTRACT AMOUNT: $ 2,415,908.33 ACCEPTED BY: - 65N-TRACTOR-APPROVED BY: JORIS P.COLBERT,CITY ENGINEER TOM WARNER,DIRECTOR OF PUBLIC WORKS STEPHEN BONCZEK,CITY MANAGER ATTESTED BY: BARBARA LIMING,CITY CLERK 3 D I m .TTY Or 110,'A 1111,111NT `0 I SUAKI)tILH Ole MUK PAIVIM'IIIA 4*14►11 m (SCIIEDUI.R(:I I1ndfnI Ncrwl March 9 2001 N Delmihnod N 2 15 go$ ,33 Pr1e4A No s`r-i.�i0_� `" Lncelie-n Folsom Drive Brystar Contractlag, Inc. Tadell6-eGo>t Ammml S 3 New 01 Anne cooet�slodlfe"fla __._ td A Y � { 1 N Pati110 Truckio At 5 Boa 932 Hi va Pavement Spec P Son 3TX 77238 v 5& 229.6 z Crabtree Aarrtcadee 0 Boa 20195 D a t 77720 1 I N Z -- n zj m 1 he md"in:el ordl enleriMe a Iiennal npeeenen'wife Milli ennbactxr fi•walk lidcd in the 10w:1 40%t o'liliarwi wp"caec.tbnal n cnNlua wilh Iha(*r,f Aul moot IJ N0W 1 MY h oieen Iwted iJwws owM law Sahehd.A on Ile quit the City. ►' N 2 Sehc�hAt C is In Fo include:l awlh NJ,srni caul�mitkd M tO1A end 101`:nl�mjrrl e�npir(rv� �, U Sillradem Bryaa P6clps President_ a 1 ►R•i Fin 41wd('.(r/�1nw m N 4 March 20, 2001 Consider approving a tax abatement agreement with WLK Limited Partnership and Baker McMillen Company City of Beaumont �10 ° . Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kyle Hayes, Economic Development Director MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 15, 2001 REQUESTED ACTION: Consider approving a tax abatement agreement with WLK Limited Partnership and Baker McMillen Company. RECOMMENDATION Administration recommends approval of a tax abatement agreement with WLK Limited Partnership and Baker McMillen Company. BACKGROUND On December 12, 2000, City Council established a Reinvestment Zone at south Cardinal Drive and 4`h Street to allow local economic incentives (principally tax abatement) in order to promote economic development, provide employment opportunities and encourage new investment. WLK Limited Partnership and Baker McMillen Company are proposing to construct a 50,000 square foot facility on the property with an estimated construction cost of$1,270,000. Phoenix Millwork, currently leasing a 15,000 square foot facility in Beaumont, is a division of Baker McMillen. Phoenix Millwork is a manufacturer of hardwood Victorian trim and other specialty wood products. As part of the tax abatement agreement,WLK Limited Partnership and Baker McMillen Company agree to construct an approximate 50,000 square foot building at south Cardinal Drive and 4`' Street with a total construction cost of not less than$1,200,000. Subject to complete compliance with the terms and conditions of the agreement, all increases in ad valorem real property taxes resulting from the development and improvement of the premises will be abated 30%for a period of five years beginning the year after construction is completed. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Economic Development Director. RECOMMENDED MOTION Approve/Deny a tax abatement agreement with WLK Limited Partnership and Baker McMillen Company. AGREEMENT STATE OF TEXAS § COUNTY OF JEFFERSON § This Agreement is entered into by and between the City of Beaumont, Texas, a home-rule city and municipal corporation of Jefferson County, Texas, acting herein by and through its City Manager, hereinafter referred to as "City," and WLK Limited Partnership and Baker McMillen Company, acting by and through their Presidents, hereinafter referred to as "Owners.' WITNESSETH : On the 12`"day of December, 2000,the City Council passed Resolution No. 00-318 establishing a Reinvestment Zone for commercial industrial tax abatement, hereinafter referred to as "Resolution," as authorized by Vernon's Texas Civil Statutes Tax Code, Section 312.001, et seq, as amended, hereinafter referred to as"Statute." WHEREAS, in order to maintain and/or enhance the commerciaUndustrial economic and employment base of the Beaumont area to the long interest and benefit of the City, in accordance with said Resolution and Statute, the parties hereto do mutually agree as follows: 1. The property to be the subject of this Agreement shall be that property described by metes and bounds and map attached hereto as Exhibit"A"and made a part hereof and shall be hereinafter referred to as 'Premises." 2. The Owner shall immediately commence construction of a certain approximately 50,000 square foot building located on the premises. The total cost of G IRMV1McREEmEMrs\REr4w sf J►GR construction is estimated to be not less than One Million Two Hundred Thousand Dollars ($1,200,000). 3. The Owner agrees and covenants that it will diligently and faithfully, in a good and workmanlike manner, pursue the completion of said improvements of the Premises as a good and valuable consideration of this Agreement. Owner further covenants and agrees that all construction will be in accordance with applicable City codes, ordinances and policies. In further consideration, Owner shall thereafter, during the five (5)year term of this Agreement, use its good faith efforts to continuously operate and maintain the Premises as a manufacturing facility. 4. In the event that(1)the improvements or facility for which an abatement has been granted are not completed at a cost of at least $1,200,000, excluding land costs or (2) Owner allows its ad valorem taxes owed the City to become delinquent and fails to timely and properly follow the legal procedures for protest and/or contest of any such ad valorem taxes or(3) Owner breaches any of the terms and conditions of this Agreement, then this Agreement shall be subject to termination and all delinquent taxes and taxes which otherwise would have been paid to the City without the benefit of abatement will become a debt to the City and shall be due, owing and paid to the City within sixty (60) days of any such event. In the event that the Owner defaults in the terms and conditions of this Agreement, then the City shall give the Owner written notice of such default and if the Owner has not cured such default within thirty (30) days of said written notice, this - 2 - G:V ZWMAGREEmExrsWjNvEsraca Agreement may be terminated by the City. If the default is of such a nature that it cannot reasonably be cured or remedied within a thirty (30) day period and owner fails to use its best efforts to commence to cure the same during the thirty (30) day period, this Agreement may be terminated by the City. Notice shall be in writing and shall be delivered by personal delivery or certified mail addressed as follows: WLK Limited Partnership Baker McMillen Co. 3688 Wyoga Lake Road Stow, OH 44224 Contact: Bill Kimmerle Tony Silvidi 5. The Owner agrees to limit the uses of the premises consistent with the general purpose of encouraging development or redevelopment during the term of this Agreement. 6. Annually on the anniversary date of this Agreement, Owner shall certify in writing to City that Owner is in compliance with all terms of this Agreement. 7. The terms and conditions of this Agreement are binding upon the successors and assigns of all parties hereto. This Agreement cannot be assigned by Owner unless written permission is first granted by the City, which permission shall be in the sole discretion of the City. 8. It is understood and agreed between the parties that the Owner, in performing its obligations hereunder, is acting independently, and the City assumes no - 3 - G:VZMW%AcREEmENTs% sr.AGR responsibilities or liabilities in connection therewith to third parties. The Owner further agrees to indemnify and hold the City, its officers, agents and employees harmless from any and all kinds of claims, losses, damages, injuries, suits or judgments involving the City and relating to such improvements, even should suits allege negligent or intentional acts on the part of City, its officers, agents or employees. 9. The Owner further agrees that the City, their agents and employees, shall have reasonable right of access to the Premises to inspect the improvements in order to insure that the improvements are made according to conditions of this Agreement. After completion of the improvements, the City shall have the continuing right to inspect the Premises to insure that the Premises are thereafter maintained and operated in accordance with this Agreement. City's entries will not unreasonably interrupt any of Owner's business on the premises. Owner will not incur any liability because of City's entry on the premises. 10. Subject to complete compliance with the terms and conditions of this Agreement and subject to the rights of holders of any outstanding bonds of the City, all increases in ad valorem real property taxes resulting from the development and improvement of the Premises,otherwise owed to the City,are hereby abated thirty percent (30%) for a period of five (5) years beginning the year after construction is completed as determined by City. - 4 - G:V*AMAc NTMRaNvEsr.AGR 11. This Agreement was authorized by resolution of the City Council at its council meeting on the day of , 2001, authorizing the City Manager to execute the Agreement on behalf of the City. 12. This Agreement was authorized by Board Minutes of the Board of Directors of Baker McMillen Company on the day of , 13. This shall constitute a valid and binding agreement between the City and Owner when executed on behalf of said parties, for the abatement of City taxes in accordance therewith, regardless of whether any other taxing unit executes this Agreement. The Agreement is performable in Jefferson County, Texas, witness our hands this day of , 2001. CITY OF BEAUMONT By: Stephen J. Bonczek City Manager ATTEST: City Clerk 5 GARLWAGREEMENTMEINVESTJIGR BAKER McMILLEN COMPANY By: President ATTEST: WLK LIMITED PARTNERSHIP By: General Partner ATTEST: -6 - GNUAMAGREEMENWREINVEST.AGR 5 March 20, 2001 Consider approving an amendment to Section 2-27 of the Code of Ordinances relating to responsibilities of the Fire Department City o f Beaumont •� Council Agenda Item M O g TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Michel G. Bertrand, Fire Chief MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 8, 2001 REQUESTED ACTION: Council approval of an amendment to the Code of Ordinances, Chapter 2, Article 2, Section 2-27. Fire department; established; chief, functions, to remove the sentence that reads, "The fire department is also responsible for the civil defense and emergency medical services functions of the city." RECOMMENDATION: Council consideration to amend the Code of Ordinances, Chapter 2, Article 2, Section 2-27. Fire department; established; chief, functions, by removing the sentence that reads, "The fire department is also responsible for the civil defense and emergency medical services functions of the city." BACKGROUND: The Legislature of the State of Texas enacted the Texas Disaster Act of 1975, Chapter 418 et seq. of Texas Government Codes which in part clarified and strengthened the roles of local governments in the prevention o� preparation for, response to, and recovery from disasters. It also provided a comprehensive emergency management system for Texas , thus making the term"Civil Defense" obsolete, being replaced by the overall emergency management system. Additionally,the Mayor,as Director of Emergency Management functions of the City has ultimate responsibility for the Emergency Management Program. In 1996,the Beaumont Emergency Medical Services(GEMS)division was placed under the control of the Public Health Department. BEMS is a "third city service" responsible for providing the Advanced Life Support (ALS) functions of the City. The Fire Department also provides First Responder emergency medical services, primarily Basic Life Support (BLS). These "emergency medical services"are shared responsibilities and do not fall solely under the fire department. BUDGETARY IMPACT: None PREVIOUS ACTION: None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Fire Chief and Public Health Director. RECOMMENDED MOTION: Approve/deny an amendment to the Code of Ordinances, Chapter 2, Article 2, Section 2-27. Fire department; established; chief, functions, to remove the sentence that reads, "The fire department is also responsible for the civil defense and emergency medical services functions of the city." ORDINANCE NO. ENTITLED AN ORDINANCE AMENDING CHAPTER 2, ARTICLE II, SECTION 2-27, OF THE CODE OF ORDINANCES OF THE CITY OF BEAUMONT TO REMOVE THE FIRE DEPARTMENT'S RESPONSIBILITY FOR THE CIVIL DEFENSE AND EMERGENCY MEDICAL SERVICES FUNCTIONS OF THE CITY; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR REPEAL. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. That Chapter 2, Article II, Section 2-27, of the Code of Ordinances of the City of Beaumont to remove the Fire Department's responsibility for the Civil Defense and Emergency Medical Services functions of the City and the same is hereby amended to read as follows: Sec. 2-27. Fire department; established; chief, functions. There is hereby established the fire department, the director of which shall be the fire chief. The fire department shall be responsible for the sole command of fires and all persons within the vicinity of fires; for taking proper measures to extinguish fires; for the protection of property from fires; for the preservation of order and observance of laws, ordinances and regulations relating to fires and the prevention of same; and the inspection of oil and gas installations. The fire department shall perform such other duties and functions as may be delegated to it from time to time by the fire chief or the city manager. Section 2. That if any section, subsection, sentence, clause or phrase of this ordinance, or the application of same to a particular set of persons or circumstances, should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable. Section 3. All ordinances or parts of ordinances in conflict herewith are repealed to the extent of the conflict only. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 20th day of March, 2001. - Mayor - G:%CGNORDWANCVkWND1Chpl 2.Article 1.S 2-27 6 March 20, 2001 Consider adoption of an ordinance amending General Election Ordinance No. 01-006 to provide for a ballot proposition authorizing the sale of 4.07 acres of property located at Central Park City of Beaumont .lf Council Agenda Item A I g TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 1, 2001 REQUESTED ACTION: Council consider adoption of an ordinance amending General Election Ordinance No. 01-006 to provide for a ballot proposition authorizing the sale of 4.07 acres of Central Park property. RECOMMENDATION Administration recommends adoption of an ordinance amending the City's General Election Ordinance to provide for a ballot proposition authorizing the sale of approximately 4.07 acres of property located at Central Park. BACKGROUND The City received written correspondence from representatives of Baptist Hospitals of Southeast Texas (Baptist) expressing interest in the purchase of a portion of Central Park property, located at 640 Fourth Street. The desired portion is a 200-foot wide strip of land bordering the western boundary of the park. It is bordered on the north and south ends by Fannin Street and land occupied by the Texas National Guard,extending approximately 887.03 feet. Total acreage is approximately 4.07. Baptist intends to use the land for a proposed$53M renovation and addition project to the hospital campus located adjacent to the park's western boundary. The property is needed for expansion,to provide a heliport,and additional parking. According to hospital representatives,construction could begin this summer. The park currently consists of 13.90 acres of land. Property for the park was acquired by the City in 1918. Many tenured residents of Beaumont remember with fondness the original 100 plus acre park. Since its acquisition,many parcels have been sold from the original park site or removed for other improvements. During 1972, a 32-acre tract was sold to Medical Center Development, Ltd. Sale of Land - Central Park March 1, 2001 Page 2 for $1,181,393 to construct the Memorial Herman Baptist Hospital campus. State statutes prohibit the sale of park property by a municipality unless the issue of the sale is submitted to the qualified voters at an election and is approved by a majority of the votes received. State statutes also require the property to be conveyed through a competitive bid process. If approval to convey the property is obtained from the voters, competitive bids will be received from the general public and the property sold to the highest successful bidder. Baptist has been informed that the sale is not negotiable, and that a sealed bid process or public auction is required. The sale of the property was considered by the Parks and Recreation Advisory Committee at their February 16,2001 meeting. Committee members present voted four(4)votes for and two(2)votes against recommending that the sale of the park property be placed on the ballot at the next general election. They also voted to recommend the following: 1)that the City accept no less than$600,000 for the 4-acre tract (an appraisal has been received indicated the value to be $3 per square foot or $532,000;2)that all proceeds received from the sale be used for park improvements only;and 3)that a new park is placed within a one mile radius of Central Park,preferably in the area of the Avenues Neighborhood Association. BUDGETARY IMPACT The City received an appraisal of the 4.07 acre tract of park property during the month of February. The property appraised for$3 per square foot for a total value of$532,000. PREVIOUS ACTION None. SUBSEQUENT ACTION If approved by the voters, City Council will be required to approve the sale of the property. RECOMMENDED BY City Manager, Parks and Recreation Advisory Committee and Parks and Recreation Director. RECOMMENDED ACTION Approve/Deny adoption of an ordinance amending General Election Ordinance No. 01-006 to provide for a ballot proposition authorizing the sale of 4.07 acres of Central Park property. SUBJECT 9 CEDAR MP RR OuYW000 CROCKETT E w W. N a PROPOSED SALE FANNIN F OF M .• " LF 9. CAertr;M CENTRAL PARK MEDICAL Park G PROPERTY 17 f u = 9L 9 -r = �D FF yL OY r=- CJ = ' JO CHI tn n BLANCHE E a H Bo U LEGEND s Q ® SUBJECT PROPERTY LOCATION MAP N.TS. FANN/N STREET ".low evzse a zoo. CENTRAL PARR b 4 W h y N.T.S. cc bt /,� aaisv�v srsso�ely'a O F' BEST YEARS CENTER sovaeN s��v's U.S. GOVERAWENr 4 r AArfr 4 N W-W of a •� �. MUS �, NA G� ���. Z t U N IY V1,a N r V1'a COLLEGE STREET 7 March 20, 2001 Consider authorizing the City Manager to execute a Development and Lease Agreement with Jeff Hughes for the Tyrrell Park Horse Stables V~ci ..Ljj1--- City of Beaumont 1W_ Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: March 20, 2001 AGENDA MEMO DATE: February 27, 2001 REQUESTED ACTION: Council consider authorizing the City Manager to execute a Development and Lease Agreement with Jeff Hughes for the Tyrrell Park Horse Stables. RECOWMENDATION Administration recommends authorizing the City Manager to execute an eight(8)year agreement, with an option to renew for an additional five (5) years, with Jeff Hughes for the renovation and lease of property referred to as the Tyrrell Park Horse Stables. BACKGROUND On March 27, 2000, proposals were received for the operation of the riding stables at Tyrrell Park. The riding stables include the horse stables, office area, riding arena, pasture, caretaker's house and riding trails. Seven(7) individuals requested bid packets and three(3)attended the pre- bid conference. One (1) proposal was received from Mr. Jeff Hughes. The proposal allowed the City to negotiate with the successful proponent to reach a satisfactory agreement for the lease of the stables. City staff has been negotiating with Mr. Hughes since the bids were received and have reached an agreement for consideration. At a work session held on February 20,2001,City Council was presented the proposed agreement with Mr. Hughes for equestrian operations at the stables and his commitment to the stables' improvements. The agreement, as presented in its substantial form, provides for the renovation and lease of the stable property for an eight (8) year primary term, with an option to renew for Tyrrell Park Horse Stables March 6, 2001 Page 2 an additional five (5) years. During the primary term, rental fees are waived. In lieu of rental payments, Mr. Hughes agrees to make $72,000 in improvements to the caretaker's house and stable facility. An additional $103,000 is required from the City to complete the renovations. The City will also provide offender crews to assist in the property clean up and demolition of stable doors. According to the agreement, Mr. Hughes will secure quality contractors to complete the agreed upon improvements to the facility. All improvements and construction contracts must be approved by the City prior to commencement, and all contracts must be secured according to City bidding requirements. He is required to pay the first$72,000 of construction costs prior to receiving any City funding. Upon approval of completed work and proof of payment, Mr. Hughes will be reimbursed by the City for contracted improvements not to exceed $103,000. If improvements exceed the City's committed funding, Mr. Hughes and the City will share the additional costs equally. The total estimated cost to renovate the Tyrrell Park facility is $175,000. This includes remodeling of the caretaker's house and horse stable facility. Upon completion, the horse stable facility will provide an office area, living quarters for a resident horseman and ADA accessible public restroom. Mr. Hughes plans to live in the caretaker's house so he can supervise the operations with minimal absenteeism. Mr. Hughes'presence on the grounds at night should assist the City by deterring vandalism and destruction of park property. Mr. Hughes will operate the facility as an equestrian oriented day camp and horse rental operation. The facility has been vacant since May 1999 when the previous contractor defaulted on his agreement with the City. Due to the deteriorated condition of the facility and its intended use, improvements are mandatory prior to allowing public access. By the City partnering with Mr. Hughes, the stable facility may be returned to its original operating condition. It will also provide citizens of this community with equestrian recreational opportunities at the park which have not been available since the 1999 closing. BUDGETARY E%IPACT Mr. Hughes will spend the first $72,000 in construction costs on the project in lieu of rental payments for the primary eight (8) year term. The City is to commit $103,000 toward the completion of the project. Funds for the City's commitment are available in the General Improvements Fund. PREVIOUS ACTION A work session was held on February 20, 2001 to present the proposed plan and agreement with Mr. Hughes. Tyrrell Park Horse Stables March 6, 2001 Page 3 SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Parks and Recreation Director and Central Services Director. RECOMMENDED ACTION Approve/Deny authorizing the City Manager to execute a Development and Lease Agreement with Jeff Hughes for the Tyrrell Park Horse Stables. INTER-OFFICE MEMORANDUM .lam! City of Beaumont,Texas M : OL CenbW smkcs rkpartmnt Date: March 1, 2001 To: Stephen J. Bonczek,City Manager From: Kirby Richard,Central Services Director �D l Subject: Tyrrell Park Horse Stables 11 COMNI ENTS During the February 20, 2001-work session,City Council expressed their concern about the following issues. These issues pertain to the proposed Development and Lease Agreement with Mr. Jeff Hughes for operations at the Tyrrell Park Horse Stables. The issues and staff comments are as follows: • Operating hours for the Horse Stables are not included in the agreement. Specific operating hours are not included in the agreement in order to give the operator some flexibility to provide adequate hours without the burden of unnecessary expenses. However,paragraph 4.6 provides for the City Manager to approve the rules and regulations for horse rental and stable operations,including operating times and fee schedules. • Is there a payment obligation by the Tenant if the contract is terminated? Upon termination by either party,Article 6 provides that all improvements made by Tenant become the property of the City. The first$72,000 of improvements will be paid directly to the contractors by Tenant. Construction contracts for improvements are between the Tenant and the successful contractor. Paragraph 7.3 reiterates that upon termination of the agreement,all improvements become City property. • Proposed allocation of estimated renovation costs. Caretaker's House- $75,000 Horse Stables- $100,000 • What is the funding source if construction costs exceed the$175,000 estimate? Paragraph 7.1.3 provides that should additional monies be required to complete the improvements,after Tenant and City's funds have been expended,future costs will be shared on an equal basis(50%-50%). Also,paragraph 7.1.1 states that Tenant may not enter into a construction agreement without approval of the City Manager. The scope of work must also be approved by the City and in accordance with the work specified in our agreement. Tyrrell Paris Horse Stables March 1, 20,01 Page 2 • Which r=gulatory authority has jurisdiction over horse stable operations? Paragraph 43 requires Tenant to adhere to standards set by the State of Texas, Occupations Code, Chapter 2053 for commercial horse operations. Paragraph 4.4 requires Tenant to obtain and maintain a certifi=e of registration issued by the Texas Department of Health for riding stables. Paragraph 4.12 requires Tenant to obtain and maintain a license issued by the Texas Department of Health,Health and Safety Code,Chapter 141, for the operation of youth camps. Finally,paragraph 4.18 was added to the agreemmt to require Tenant to adhere to North American Horsemen's Association's(NAHA)risk reductim program standards related to horse stables operations and horse related camps. • Upon default or termination of the agreement, must Tenant vacate premises. Paragraph 6.1.2 allows the City the right of reentry and to remove all persons and personal property from the premises and store such property at the expense of the Tenant. All improvements by Tenant become the property of the City. • Are these restrictions to occupancy of the caretaker's house? Paragraph 8.10 was added to the agreement to provide occupancy of the caretaker's house by Tenant only. Only,%ith approval from the City Manager,may occupancy of this facility be assigned to others. Also,the contract may not be assigned nor the corporation sold to another party without the approval of the City Manager. Also, attached it the business plan for equestrian operations at Tyrrell Park from Mr. Hughes, as requested by City Council. If additional infannation is required,please call. 0 Jeff D. Hughes 0 7425 Colonial Drive * Beaumont, Texas 77707 • (409) 840-5450 The City Of Beaumont Jeff D. Hughes 10 Appendix (D) To Bid #KFO 200-04 a Information Requsted By Dr. Lulu Smith, Council Member t Ward 1. l i 1 As requested by council member Dr. Lulu Smith, I out- line my proposal for the operation of The Tyrrell Park Stables. I include for your consideration: (1) A working bud- 1 get, covering the period - May 15, 2001 through August 15, 2002; (2) A description of the day to day operation of the b Stables Facility; (3) An outline of the proposed horse-oriented 1 day camp at the Tyrrell Park Stables. When granted the contract to operate Tyrrell Stables, I guarantee that the citizens of the community will once again have a first class riding facility. The horse-oriented day camp program will give youngsters a camping experience that, in their memories, will last for a lifetime. l 2 0 0 0 I, About The Day -To - Day Operation of The Stables: A. Weather permitting, Tyrrell Stables will be open to the public 12 months a +� year; Five days a week.. Reservations and, or the availability of horses will be required. +� B. A certified Wrangler, employed by me, must accompany all groups on trail rides to ensure the safety of the riders and horses. C. Individual and group riding, lessons will be offered - reservations will be required. D. Rental Groups will be Welcomed - reservations required. Must be accompanied by a stable wrangler. E. Quality livestock will be stabled at Tyrrell Park year- Round: 16 - 18 L Horses during the summer and Holiday periods. Horses will always be available with advanced reservations. IL Is F. The Stable will adhere to the Operations Code - Chapter 2 of 3; as outlined It by the Texas Board of Health concerning "an establishment open to the public that maintain, require animals available for hire for recreational riding...." G. And the stable will adhere to the Health & Safety Code - Chapter 141. "The Texas Youth Camp and Safety And Health Act." H. The International Group Representing The North American Horseman Association (NAHA) have agreed to provide their ark liability insurance. II. About The Day Camp Program at Tyrrell Park: A. The Camp staff will be carefully selected based on their skills, maturity, love and devotion to children and Christian character. Staff to camper ratio will meet the American Camping Association Standard of one to eight campers. B. The day camp will have a horse - oriented theme yet a wide range of activities will be offered: Camp Cratt-Archery -Handicrafts-Team Sports -JFF (Just For Fun) - Scavenger Hunts- Cook-Outs - Fishing - Singing Camp Songs - and much more!!! C. A Typical Camp Day 9:00 All Campers at the stables- flag raising ceremony 9:15 - 10:15 151 activity period 10:15 - 11:15 2°d activity period 11:15 - 12:15 3rd activity period 12:30- 1;30 Lunchlrest period -Camp Songs Etc. 1:30-2:30 4th activity period 2:30- 3:30 5th activity period 3:30-4:00 Snack 4:00 End of Camp Day * Note: Friday will be a Special Day -Parents are invited to join their campers for a cook- out and enjoy the award ceremony. III. About The Proposed Operating Budget I enclose for your review a working budget for the period covering May 15, 2001 -August 15,2002. (Please Note: the cost of the insurance coverage, as required by the city is not yet available; thus not included in the proposed budget) Tyrrell Park Horse Stables Proposed Budget May 1, 2001 - August 31, 2002 INCOME 1. WRANGLER SUPERVISED TRAIL RIDES: 1500 RIDERS @ $20.00 $30,000.00 2. RIDING LESSONS: 100 @ $125.00 $12,500.00 3. RENTAL GROUPS: 20@ $500.00 $10,000.00 4. TYRRELL STABLE SUMMER DAY CAMP - 2001 - 2002 (22 WEEKS) 72 CAMPERS PER SESSION = 1584 CAMPERS @ $95.00 $150,400.00 5. SPECIAL DAY CAMP SESSIONS - SPRING BREAK AND CHRISTMAS 100 CAMPERS @$95.00 � $9,500.00 6. ANNUAL HORSE SHOWS $2,500.00 7. TYRELL STABLE STORE - TEE SHIRTS - HATS - SOFT DRINKS ETC. $7,500.00 Z TOTAL $222,400.00 1 1 EXPENSES 1. PAYMENT TO THE CITY OF BEAUMONT, FOR IMPROVEMENTS TO THE STABLE FACILITY, IN LIEU OF RENTAL PAYMENTS FOR a TERM OF THE LEASE. $72,000.00 2. STABLING AND CARE OF HORSES - FEED, VET, ETC. a $28,800.00 3. PURCHASE OR LEASE OF SIX ADDITIONAL HORSES AND TACK 1 @$1,200.00. $7,200.00 4. $1,000,000 GENERAL LIABILITY INSURANCE (NORTH AMERICAN HORSEMAN ASSOCIATION) 1 1 5. ADDITIONAL FIRE AND EXTENDED COVERAGE INSURANCE ON BUILDINGS 6. UTILITIES @$600.00 PER MONTH $9,600.00 7. DAY CAMP STAFF $35,200.00 8. HEAD WRANGLER $18,000.00 9. ASSISTANT WRANGLER $9,600.00 s 10. SOCIAL SECURITY ETC. $3,000.00 11. DAY CAMP ACTIVITY SUPPLIES: ARCHERY TEAM SPORTS - SOCCER - SOFTBALL-VOLLEYBALL- ETC. CAMP CRAFT HANDICRAFTS JFF(JUST FOR FUN) GOLF $10,000.00 S TOTAL $221,400.00 LEASE AGREEMENT CITY OF BEAUMONT $72,000.00 TOTAL $193,400.00 1 8 March 20, 2001 Consider approving a contract between the City of Beaumont and the Southeast Texas Community Development Corporation Cit y of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Richard Chappell, Housing Coordinator MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 7, 2001 REQUESTED ACTION: Council approval of the contract between the City of Beaumont and the Southeast Texas Community Development Corporation. RECO.N04ENDATION Administration recommends that Council authorize the City Manager to execute the contract in the amount of$18,877. BACKGROUND The City of Beaumont has a contractual relationship with the Southeast Texas Community Development Corporation, Inc. (SETCDC) to provide home buyers' assistance for newly constructed homes in targeted neighborhoods. The SETCDC is requesting a $18,877 contract which will provide home buyers' counseling to eligible families who purchase new and existing homes. ($5,082). The SETCDC is also requesting assistance to pay for its 2000 audit fees ($13,795). The City of Port Arthur will contribute$11,000 to the audit fees which total $24,795. BUDGETARY IMPACT These funds were previously budgeted from the 1998 CDBG Program. There is no additional budgetary impact. PREVIOUS ACTION The City has had contracts for home buyers' assistance in previous years. The SETCDC has assisted first time home buyers with the purchase of forty-three (43) newly constructed homes in neighborhoods targeted for revitalization. The SETCDC is presently under contract to construct up to two (2) homes. Council Agenda Item Page 2 March 7, 2001 SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Executive Assistant to the City Manager/Economic Development Director, Planning Manager, Housing Coordinator and Grants Administrator. RECOMIM[ENDED MOTION Approve/Deny the contract with Southeast Texas Community Development Corporation, Inc in the amount of$18,877 to provide home buyers' counseling and to pay audit fees for the 2000 audit. CONTRACT THE STATE OF TEXAS § COUNTY OF JEFFERSON § WHEREAS, the City of Beaumont has received a Community Development Block Grant (CDBG) from the United States Department of Housing and Urban Development ( CDBG No. B-98- MC-48-0003); WHEREAS,pursuant to the authority of Resolution No. , passed by the Beaumont City Council on , the Southeast Texas Community Development Corporation, Inc. (SETCDC), an authorized Community Housing Development Organization (CHDO), will enter into a contract with the City for CDBG funds totaling EIGHTEEN THOUSAND EIGHT HUNDRED AND SEVENTY-SEVEN DOLLARS AND ISO/100 ($18,877.00); WHEREAS, the SETCDC provides various services to low-income and moderate-income families of the City of Beaumont, Jefferson County, Texas that enable such families to obtain a suitable place to reside; WHEREAS, the City of Beaumont and the SETCDC desire to enter into a contract and agreement whereby the City of Beaumont will furnish said federal CDBG grant funds to the SETCDC for the purpose of providing home buyers' counseling to eligible families who will purchase new and existing homes in neighborhoods targeted for revitalization. Funds are also provided to pay the audit fee for the 2000 audit. 1 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 Price, its duly authorized President, do hereby covenant and agree as follows: 1. Grantee, located at 1190 Grand Street, shall use the Federal 1998 CDBG grant funds, herein provided, to provide home buyers' counseling to eligible families who will purchase new and existing homes in neighborhoods targeted for revitalization ($5,082). Funds will also be used to pay the audit fee for the 2000 audit ($13,795). 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 part 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 low income persons. Grantee agrees to do all things necessary under this contract to complete the program set out in "Exhibit A" attached hereto. 2 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 EIGHTEEN THOUSAND EIGHT HUNDRED SEVENTY-SEVEN AND N01100 DOLLARS ($18,877); 3. 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 July 31, 2001. Payment shall be made by the U. S. Treasury, who will disburse 1998 CDBG funds (wire transfer) through Cash Management Information System(CM/I) directly to the City, who will make payments upon receipt of invoices from Grantee certifying that all requirements have been met. The Grantee understands that all grant monies awarded may be terminated for cause or convenience. Grantee further agrees that any grant funds remaining after this agreement expires will revert to the City of Beaumont. 4. 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. Grantee understands and agrees that should Grantee become defunct or insolvent any program income, real properties, equipment, supplies and any assets acquired as a result of grant funds shall transfer to the City of Beaumont. 3 5. It is expressly understocd and agreed by and between the City and Grantee that this agreement is wholly conditioned i:-jon the actual availability of federal grant funds under the United States Department of Housing and Urban Development (CDBG Program No. B-98-NIC-48-0003) and that all monies distributed to cr in behalf of Grantee hereunder shall be exclusively from federal monies received under said CDBG Program, and not from any other monies of the City. 6. 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 CDBG Progrin funds. Grantee further understands and agrees to comply with the applicable requirements an-4 standards of OMB Circular A-110 (Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments), said provisions being incorporated lxrein 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 sz:ch records relating to the operations or expenditures of Grantee under this agreement. 7. Grantee covenants and agrees to fully cooperate with the City in monitoring the effectiveness of the expenditure of grant funds wd the City shall have access at all reasonable times to the offices, premises and records of Grantee in regard to the administration of this contract. 4 8. 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. 9. Grantee hereby covenants and agrees, in consideration for the funds herein to provide home buyers' counseling to eligible families who will purchase new and existing homes in neighborhoods targeted for revitalization in the City of Beaumont, Jefferson County, Texas. 10. 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 with the knowledge, expressed or implied, of Grantee or its subcontractors, shall render this contract voidable by the City of Beaumont. 5 11. 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 CDBG funds shall be used, either directly or indirectly, for religious purposes. Any willful or«olation of this paragraph with the knowledge, expressed or implied, of Grantee shall render this contract voidable by the City of Beaumont. 12. 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 CDBG Program under which these funds are granted. 13. 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. 14. 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. 6 15. 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. 16. 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/or 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/or 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 BEAL`MONT ATTEST: By: Stephen J. Bonczek Barbara Liming City Manager City Clerk THE SOUTHEAST TEXAS COMMUNITY DEVELOPMENT CORPORATION, INC. ATTEST: By: Albert Price Matthew Hopkins President Director of Housing 7 "EXHIBIT A" PROGRAM BUDGET Homebuyers' counseling to eligible families who will purchase new and existing homes in neighborhoods targeted for revitalization. $ 5,082 Audit fees 13,795 TOTAL PROGRAM BUDGET $ 18,877 PROJECT SCHEDULE 1. Home buyer Counseling completed by July 31, 2001. 2. 1999 Audit completed by May 31, 2001. 8 SOUTHEAST TEXAS COMMUNITY DEVELOPMENT CORPORATION, INC. Enhancing the Community through People,Health,Education,Economic Development,Housing,Safe Environment,Criminal Justice./obs and Employment P.O. Box 1789 Beaumont,Texas 77704 (409)835-7527 February 23,2001 � 6l Mr. Stephen Bonczek ?/ City of Beaumont P.O. Box 3827 Beaumont,Texas 77704 Dear Mr. Bonczek: This letter is in reference to Resolution No.00-59, in the amount of$50,000.00,dated March 7,2000, between the City of Beaumont and the Southeast Texas Community Development Corporation, Inc. Our records show a balance of$18,877.88 and that all funds have not been expended Because of this, the Southeast Texas Community Development Corporation, Inc.would like to request an extension to commit all funds by July 30,2001. Attached is a revised budget. We respectfully request your approval. Sincerely, 6 Albert J.Price,Sr. President Attachment cc: Richard Chappell Agreed and Accepted: Stephen J.Bonczek Date City Manager SOUTHEAST TEXAS COM AuNr Y DEVELOPMEW CORPORATION,INC.is an independent,nonpartisan,tax-exempt,non-profit corporation. BEAUMONT PORT ARTHUR ORANGE OTHER SOUTHEAST TEXAS COMMUNME5 REVISED:2123101 SOUTHEAST TEXAS CDC, INC. Resolution #: 00-59 Home Buyer Education Program Revised Budget Employ Full-time Counselor $4075.40 a. Salary 1500.00 b. FICA 137.70 C. Mod 300.00 2037.70/mo Home Buyer Education,Consumer Education,and 1007.48 Post Purchase Counseling Seminars a. Offices Supplies-credit reports, materials,equipment,coping service,etc. Audit Fee 13.795.00 Total $18,877.88 r gayfe `vV. Botfey & Associates Certified Pu6fic Accountants 11(ember of AIC A `Sur Tor-g Your Jinanciaf Growth° February 20, 2001 To the Board of Directors Southeast Texas Community Development Corporation, Inc. We are pleased to confirm our understanding of the services we are to provide for Southeast Texas Community Development Corporation, Inc. (SETCDC) for the year ended December 31, 2000. We will audit the statement of financial position of SETCDC as of December -1, '000 and the related statements of activities and cash flows for the year ended December 31, 2007. Our audit will be a single audit conducted in accordance with generally accented auditing standards; the standards for financial audits contained in Government Auditing St--ndards, issued by the Comptroller General of the United States; the Single Audit Act Amendments of 1996; and the provisions of OMB Circular A-133, Audits of States, Local Governmen_.s, and Non-Profit Organizations, and will include tests of the accounting records of SETCDC and other procedures we consider necessary to enable us to express an unqualified opinion that he financial statements are fairly presented, in all material respects, in conformity with generally accepted accounting principles and to report on the Schedule of Expenditures of Federal Awuds and on SETCDC's compliance with laws and regulations and its internal controls as required for a single audit. If our opinion is other than unqualified, we will fully discuss the reasons with you in advance. If, for any reason, we are unable to complete the single audit engagement, we will not issue a report as a result of this engagement. The management of SETCDC is responsible for establishing and maintain�ng internal control. In fulfilling this responsibility, estimates and judgments by management are required to assess the expected benefits and related costs of the controls. The objectives of internal control are to provide management with reasonable, but not absolute, assurance that assets are safeguarded against loss from unauthorized use or disposition, that transactions are executed in accordance with management's authorizations and recorded properly to permit the preparation of financial statements in accordance with generally accepted accounting principles, and that federal awards programs are managed in compliance with applicable law and regulations and provisions of contracts and grant agreements. In planning and performing our audit for the year ended December 31, 2000, K-e will consider the internal control in order to determine our auditing procedures for the purpose of expressing our opinions on SETCDC's financial statements and on its compliance with requirements applicable to major programs and to report on the internal control in accordance with OMB Circular A-133, and not to provide assurance on the internal control. Mcne Tower (409)962-1040 4749 Twin City Hwy,Suite 280 fax(409)962-0668 Port Arthur,Tr 77642 (800)416-8757 aEot!ev'�`i r�zrica.rct Engagement Letter Southeast Texas Comruni:y Development Corporation, Inc. Page 2 We will obtain an and:rst -:ding of the design of the relevant contro' and whether they have been placed in operation, and wz� will assess control risk. Tests of control= may be performed to test the effectiveness of certai- controls that we consider relevant to preve-ing and detecting errors and fraud that are materia.' to -he financial statements and to preventinc and detecting misstatements resulting from illegal arts and other noncompliance matters that have : direct and material effect on the financial statemen�. Our tests, if performed, will be less in scope than would be necessary to render an opinion on t}e in:ernal control and, accordingly, no opinion will be expressed. We will perform tests cf controls, as required by OMB Circular A-13-. to evaluate the effectiveness of the design and oper�iior, of controls that we consider relevant to preventing or detecting material noncompliance with compliance requirements applicable to each of SETCDC's major federal awards programs. Our tests will be less in scope than would be nece:sarv_ to render an opinion on these controls and, acccrdirgly, no opinion will be expressed. We will inform you of any matters involving internal control and its .3peration that we consider to be reportable conditions under standards established by the America= Institute of Certified Public Accountants. ReportatIe conditions involve matters coming to our a-ention relating to significant deficiencies in the desizr or operation of the internal control that, in cur judgment, could adversely affect the entity's abilir to record, process, summarize, and report finmcial data consistent with the assertions of management in the financial statements. We will also inform you of any nonreportable conditions or other ma-zrs involving internal control, if any, as requirei by OMB Circular A-133. Compliance with laws, regulations, contracts, and grant agreements mplicable to SETCDC is the responsibility of SETCDC's management. As part of obtaining reasonable assurance about whether the financial statemenI3 ar—, free of material misstatement, we will perform tests of SETCDC's compliance with certan provisions of laws, regulations, contracts, and grants. However, the objective of our audit will not be to provide an opinion on overall corn_fiance with such provisions, and we will not express such an opinion. Our audit will be conducted in accordance with the standards referrer: to in the second paragraph. OMB Circular A-133 Pqures that we plan and perform the audit to obtain reasonable assurance about whether the audi-�e has complied with certain provisions of lays, regulations, contracts, and grants. Our procedures will consist of the applicable procedures described in the OMB's compliance supplement. The purpose of our audit will be to express an opinion on SETCDC's compliance with requirements applicable to major programs. Our procedures will include tests of documentary evidence supporting the transactions recorded in the accounts, and may i;iclude tests of the physical existence of inventories, and direct confirmation of receivables and cerain other assets and liabilities by correspondence with selected individuals, creditors, and financial institutions. We will request written representttions from your attorneys as part of the engagement and they may bill you for responding to this Equity. At the conclusion of our audit, we will also request certain written representations frcm you about the financial statements and related matters. An audit includes exartning, on a test basis, evidence supporting the amounts and disclosures in the financial statements; therefore, our audit will involve judgment about the number of transactions to Engagement Letter Southeast Texas Cc:nmunity Development Corporation, Inc. Page 3 be examined and -ie areas to be tested. Also, we will plan and perform the audit to obtain reasonable assuranc-- about whether the financial statements are free of material misstatements. As required by the Sir Ile audit Act Amendments of 1996, our audit will include tests of transactions related to federal a•;.ards programs for compliance with applicable laws and regulations. Because of the concept of reasonable assurance and because we will not perform a detailed examination of all transactions, there :s a risk that material errors, fraud, or other illegal acts may exist and not be detected by us. Ho-•-,-ever, we will inform you of any material errors and any fraud that come to our attention. We will also inform you of any other illegal acts that come to our attention, unless clearly inconsequential. 1-.'e %vill include such matters in the reports required for a single audit. Our responsibility as auditors is limited to the period covered by our audit and does not extend to matters that might z-ise during any later periods for which we are not engaged as auditors. We understand thw you will provide us with the basic information required for our audit and that you are responsible for the accuracy and completeness of that information. We will advise you about appropriate accounting principles and their application and will assist in the preparation of your financial statements, but the responsibility for the financial statements remains with you. This responsibility incluces the establishment and maintenance of adequate records and related controls, the selection and anplication of accounting principles, and the safeguarding of assets. You are responsible for adusting the financial statements to correct material misstatements and for confirming to us in the management representation letter that the effects of any uncorrected misstatements aggr°gated by us during the current engagement and pertaining to the latest period presented are imma__nal, both individually and in the aggregate, to the financial statements taken as a whole. Management is also responsible for identifying and ensuring that the entity complies with applicable laws and regulations. We understand tha: your employees will type all confirmations we request and will locate any invoices or support documentation selected by us for testing. The workpapers for this engagement are the property of Gayle W. Botley & Associates and constitute confidential information. However, we may be requested to make certain workpapers available to various funding agencies providing grants or contracts pursuant to authority given to it by law or regulation. If requested, access to such workpapers will be provided under the supervision of Gayle W. Botley & Associates' personnel. Furthermore, upon request, we may provide photocopies of selected workpapers to various funding agencies providing grants or contracts. These various funding agencies may intend, or decide to distribute the photocopies or information contained therein to others, including other governmental agencies. As part of our engagement, we will also prepare your information tax return (Form 990) for the year ended December 31, 2000. We expect to begin our audit as soon as practical upon the signing of this engagement and to issue our reports prior to May 31, 2001. Due to this engagement taking place during our peak tax season, we reserve the right to extend the time of this contract if needed. We will notify you not later than May 1, 2001 if we need to extend this contract. Engagement Letter Southeast Texas Community Development Corporation, Inc. Page 4 Our fee for these services is estimated to be $24,795. Payable in accordance with the following schedule: Due Date Amount Signing of Engagement Letter $ 8,265.00 30 days from date of Engagement of Letter 8,265.00 Prior to deliver of Final Reports 8,265.00 $ 24,795.00 Our standard hourly rates vary according to the degree of responsibility involved and the experience level of the personnel assigned to your audit. In accordance with our firm policies, work may be suspended if your account becomes 30 days or more overdue and may not be resumed until your account is paid in full. If we elect to terminate our services for nonpayment, you will be obligated to compensate us for all time expended and to reimburse us for all out-of-pocket expenditures through the date of termination. The above fee is based on anticipated cooperation from your personnel and the assumption that unexpected circumstances or significant changes in the complexity of your financials will not be encountered during the audit. If significant additional time is necessary we will discuss it with you and arrive at a new fee estimate before we incur the additional costs. Government Auditing Standards - 1994 Revision requires that we provide you with a copy of our most recent quality control review report. Our 1998 peer review report was submitted to you previously. We appreciate the opportunity to be of service to SETCDC and believe this letter accurately summarizes the significant terms of our engagement. If you have any questions, please let us know. If you agree with the terms of our engagement as described in this letter, please sign both enclosed originals and return one to us. Very truly yours, 1 C Gdyle W. Botley&-As ociates RESPONSE: This letter correctly sets forth the understanding of Southeast Texas Community Development Corporation, Inc. By: Title: Date: 9 March 20, 2001 Consider approval of the purchase of a Panini S 1 remittance processor from Diversified Financial Systems, Inc. for the Cash Management Division Ing C1 of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 14, 2001 REQUESTED ACTION: Council approval of the purchase of Panini S 1 remittance processor. RECOMMENDATION Administration recommends the purchase of a Panini S1 remittance processor from Diversified Financial Systems, Inc. of Peroria, Arizona. BACKGROUND One bid was received on Monday, February 19, 2001 for furnishing a remittance processor for the Cash Management Division. Approximately 1,250 to 2,300 receipts are processed on a daily basis. Payments are received daily for water services, EMS and Landfill services and miscellaneous receivables. A remittance processor is capable of reading bank routing and customer account numbers, encoding and endorsing checks and balancing daily transactions. Currently, processing payments entails sorting checks and payment stubs, running tapes totaling check amounts and payment stub amounts and manually entering data to update receivable accounts. Checks are encoded and balanced to transaction amounts totaled by the encoder to amounts manually totaled. The Panini S1 model is capable ofprocessing 200 documents per minute,capturing images of checks and payment stubs, balancing transactions, providing tape register totals and when interfaced with the City's HTE financial software, updating the transactions to the accounts receivable system. The Panini S 1 system includes all hardware and software and imaging equipment to process the payments received by the Cash Management Division. Included in the price of$121,854.25 is training, fifteen(15) months of software support and maintenance, hardware, software, and travel Purchase of the Remittance Processor March 14, 2001 Page 2 expenses. This price does not include the cost of writing an interface to the HTE financial software which is $6,400. The system should benefit the City's collection efforts by enhancing productivity while allowing for a reduction in staffing services. Current temporary employees and overtime could be eliminated with the purchase of this equipment. In addition, one cashier's position may be eliminated due to the reduction of manual data entry. An encoder, which has been in use for the past ten (10) years, is scheduled for replacement within one to two years. This cost of approximately $10,700 could be avoided with the purchase of this equipment. The annual net savings including the cost of annual maintenance contracts is approximately$26,569. BUDGETARY IMPACT Funds to purchase the new equipment and software are not allocated in the FY2001 budget but funds are available in the Capital Reserve Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director and Finance Director. RECOMMENDED ACTION Approve/Deny the award of a bid to purchase one Panini S 1 remittance processor from Diversified Financial Systems in the amount of$121,854.25. 10 March 20, 2001 PUBLIC HEARING: Dilapidated Structures Consider an ordinance declaring certain dilapidated structures to be public nuisances and ordering their repair or removal by the owners and authorizing the removal of certain other structures whose owners failed to comply with condemnation orders ORDINANCE NO. ENTITLED AN ORDINANCE FINDING CERTAIN STRUCTURES TO BE PUBLIC NUISANCES AND ORDERING THEIR DEMOLITION, RENOVATION AND REMOVAL; PROVIDING FOR SEVERABILITY AND PROVIDING FOR A PENALTY. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. That the City Council of the City of Beaumont hereby finds and declares the buildings located at: 1. 2985 Amarillo 17. 2380 Pecan (Rear Structure) 2. 840 Devilleneuve 18. 4430 Pershing 3. 3545 Marie 19. 1990 Prairie 4. 1161 Park (Commercial) 20. 2370 Rockwell S. 110 Adams 21. 3036 Rockwell 6. 2725 Cable (Garage Apartment) 22. 1385 Royal (Garage Apartment) 7. 3095 11th Street (Commercial) 23. 775 Sherman 8. 986 Euclid (Garage Apartment) 24. 728 Stanton 9. 2810 Harriot 25. 2183-85 Tyler (Duplex) 10. 2812 Harriot 26. 2195 Tyler 11. 3805-09 Highland (Commercial) 27. 2380 Wilson 12. 1800-08 Irving (Commercial) 28. 4665 Bessemer 13. 3350 Lampassas 29. 439 Crockett (Commercial) 14. 1852 Lela 30. 3240 Lampassas 15. 1255 Maple 31. 1247 Long 16. 2480 Monroe (Shed) 32. 1260 Orange to be public nuisances in that said buildings violate Chapter 14, Section 14-50 of the Code of Ordinances of the City of Beaumont and are for want of repairs, or by reason of age or CiAMORDWANCULAPSTR 1~ City of Beaumont qw_ Council Agenda Item � c TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: John Labrie, Clean Community Department Director MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 13, 2001 REQUESTED ACTION: Council consider after public hearing the authorization to allow the City to demolish the following four (4) structures immediately without further notification to the owners. 1. 2985 Amarillo 3. 3545 Marie 2. 840 Devilleneuve 4. 1161 Park (Commercial) (*) Indicates number of times structure has been enrolled in work program. RECONEIENDATION Administration recommends a raze order because owners failed to comply with previous orders to correct code violations or demolish the structure. BACKGROUND Each of these structures have appeared before City Council in the past and a raze or repair order was issued. The owners failed to comply with correcting code violations or demolishing the structures. BUDGETARY IMPACT City may incur the cost of demolition. PREVIOUS ACTION Previous orders by City Council to raze or repair were not complied with. SUBSEQUENT ACTION Clean Community Department will demolish or cause to be demolished, said structures. RECOMMENDED BY City Manager and Clean Community Department Director. RECOMMENDED MOTION Approve/Deny the authorization to demolish the above listed structures in non-compliance with City codes. REQUESTED ACTION: Council consider after public hearing to declare the following twenty-three (23) structures to be dangerous structures and order the owners to raze said structures within ten (10) days. If the property owner fails to comply within ten (10) days, staff is requesting City Council authorization to demolish these structures without further notification to the property owner or City Council action. 5. 110 Adams (3) 17. 2380 Pecan (Rear Structure) 6. 2725 Cable (Garage Apartment) 18. 4430 Pershing 7. 3095 11th Street (Commercial) 19. 1990 Prairie 8. 986 Euclid (Garage Apartment) 20. 2370 Rockwell 9. 2810 Harriot 21. 3036 Rockwell 10. 2812 Harriot 22. 1385 Royal (Garage Apartment) 11. 3805-09 Highland (Commercial) (3) 23. 775 Sherman 12. 1800-08 Irving (Commercial) 24. 728 Stanton 13. 3350 Lampassas (2) 25. 2183-85 Tyler (Duplex) 14. 1852 Lela 26. 2195 Tyler 15. 1255 Maple 27. 2380 Wilson 16. 2480 Monroe (Shed) (*) Indicates number of times structure has been enrolled in work program. RECOMMENDATION That City Council condemn these twenty-three (23) structures and order owner to raze within ten (10) days. BACKGROUND It has been determined that these structures meet the definition of a dangerous structure because they have deteriorated such that they are no longer considered suitable for repair. BUDGETARY IMPACT City may incur the cost of demolition. PREVIOUS ACTION These structures have been inspected by the Clean Community Department and found to be dangerous structures as defined by the City of Beaumont's Code of Ordinances, Article II1, Dangerous Structures, Section 14-50. SUBSEQUENT ACTION Clean Community Department will demolish or cause to be demolished said structures. RECOMMENDED BY City Manager and Clean Community Department Director. RECOMMENDED MOTION Approve/Deny the authorization to condemn and raze the above listed dangerous structures. REQUESTED ACTION: Council consider after public hearing a raze or repair order on the following five (5) structures. 28. 4665 Bessemer 31. 1247 Long 29. 439 Crockett (Commercial) 32. 1260 Orange 30. 3240 Lampassas (*) Indicates number of times structure has been enrolled in work program. RECOMMENDATION Owner to be issued an order to raze or repair structure within a specified time. Owner must immediately enroll in a work program following Council's specified order of time for compliance. BACKGROUND These structures were inspected and found to be substandard and not meeting City code requirements, but could be rehabilitated. BUDGETARY IMPACT None at this time. PREVIOUS ACTION The above structures were issued notification of being substandard as defined by the City of Beaumont's Code of Ordinances, Article III, Dangerous Structures, Section 14-50. SUBSEQUENT ACTION Staff will enroll owner in a work program and monitor work for allotted time granted by Council. RECOMMENDED BY City Manager and Clean Community Department Director. RECOMMENDED MOTION Approve/Deny the authorization to enroll in a work program and make repairs to structure within time period allotted by Council. dilapidated condition, likely to cause or promote fires that would endanger persons or property. Section 2. In accordance with Article XVII, Section 2, of the Charter of the City of Beaumont, Section 10-2 and 14-52 of the Code of Ordinances of Beaumont,Texas, and Section 103.4 of the Standard Building Code, it is hereby ordered that the owner or owners of the following described buildings demolish and remove said structures within ten (10) days of the effective date of this ordinance: 5. 110 Adams 17. 2380 Pecan (Rear Structure) 6. 2725 Cable (Garage Apartment) 18. 4430 Pershing 7. 3095 11th Street (Commercial) 19. 1990 Prairie 8. 986 Euclid (Garage Apartment) 20. 2370 Rockwell 9. 2810 Harriot 21. 3036 Rockwell 10. 2812 Harriot 22. 1385 Royal (Garage Apartment) 11. 3805-09 Highland (Commercial) 23. 775 Sherman 12. 1800-08 Irving (Commercial) 24. 728 Stanton 13. 3350 Lampassas 25. 2183-85 Tyler (Duplex) 14. 1852 Lela 26. 2195 Tyler 15. 1255 Maple 27. 2380 Wilson r16. 2480 Monroe (Shed) If the property owner(s) fails to comply within ten (10) days, Council orders that the property be demolished without further notification to the property owner(s)or City Council action. GAMORDWANCOLAPSTR Section 3. In accordance with Article XVII, Section 2, of the Charter of the City of Beaumont, Section 10-2 and 14-52 of the Code of Ordinances of Beaumont,Texas, and Section 103.4 of the Standard Building Code, it is hereby ordered that the owner or owners of the following described buildings either demolish or repair said structures within �) days of the effective date of this ordinance: 28. 4665 Bessemer 31. 1247 Long 29. 439 Crockett (Commercial) 32. 1260 Orange 30. 3240 Lampassas The owner is ordered to enter into a work program concerning the structures immediately. If the owners fail or refuse to enter into a work program or repair or demolish the structure within the time limit set herein, the City is authorized to demolish the structure without further Council action. Section 4. The following structures were previously declared to be dangerous by the City Council and are hereby ordered to be demolished without further notice to the owners: 1. 2985 Amarillo 3. 3545 Marie 2. 840 Devilleneuve 4. 1161 Park (Commercial) Section 5. 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 GAMORDINANOOLAPSTR ordinance and, to such end, the various portions and provisions of this ordinance are declared to be severable. Section 6. That any person who violated any provision of this ordinance shall, upon conviction, be punished as provided in Section 1-8 of the Code of Ordinances of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 20th day of March, 2001. - Mayor - G:CMORDKANQDR."s,R M7N~ t ow a 10 City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS MARCH 20, 2001 1:30 P.M. CONSENT AGENDA * Approval of minutes * Confirmation of committee appointments A) Approve a six-month contract for the purchase of sodium hydroxide for use by the Water Utilities Division B) Approve the purchase of one Kronos time clock system which will interface with the HTE financial software currently used for payroll processing C) Approve a bid for a 460-foot long, 24-inch diameter horizontal directional bore for the subsequent installation of a 20-inch water main D) Authorize the acquisition of property in the Glenwood Addition for the Neighborhood Revitalization Project E) Authorize eminent domain proceedings to acquire the interest of one of the owners and the acquisition of the remaining interest in Parcel 60 of the Concord Road Project F) Authorize the execution of a deed conveying lots to the Beaumont Community Housing Development Organization, Inc. for the construction of homes for the Neighborhood Revitalization Project G) Approve a resolution opposing those portions of S132 and HB3290 which would eliminate "Junior Water Rights" from the Texas Water Code CONSENT AGENDA MARCH 20, 2001 * Committee Appointments Greg Thompson would be reappointed to the Civil Service Commission. The term would end January 31, 2003. (Stephen J. Bonczek) Mary Jowers would be reappointed to the Civil Service Commission. The term would end January 31, 2004. (Stephen J. Bonczek) Marilyn Hebert would be reappointed to the Drug Free Beaumont Commission. The term would end January 5, 2003. (Councilmember Lulu Smith) A) Approve a six-month contract for the purchase of sodium hydroxide for use by the Water Utilities Division Administration recommends approval of a six-month contract with Altivia of Houston with an estimated total expenditure of$109,074. Sodium hydroxide is used by the Water Utilities Division in the water production process. Funds are available for this expenditure in the Water Utilities Division's operating budget. A copy of the staff memorandum is attached for your review. B) Approve the purchase of one Kronos time clock system which will interface with the HTE financial software currently used for payroll processing Administration recommends the purchase of a Kronos time clock system. The total cost of the Kronos time clock system is $65,103.67 which includes hardware, software, and training for two employees. The hardware and software are warranted for a period of 90 days from the date of installation and acceptance. Funds for the purchase of the time clock system are available in the Capital Reserve Fund and the Water Fund. A copy of the staff memorandum is attached for your review. C) Approve a bid for a 460-foot long, 24-inch diameter horizontal directional bore for the subsequent installation of a 20-inch water main Administration recommends award of a bid for a 460-foot horizontal directional bore in the amount of$32,200 to J&D Construction of Bronson, Texas. The boring project will facilitate the installation of a 20-inch water main for service to the Southeast Texas Entertainment Complex. Funds are available for this expenditure in the Water Utilities Fund. A copy of the staff memorandum is attached for your review. D) Authorize the acquisition of property in the Glenwood Addition for the Neighborhood Revitalization Project Administration recommends authorization to acquire two lots located at 3890 Detroit Avenue in the amount of$5,000. As part of the Neighborhood Revitalization Project, lots are being acquired in various locations throughout the city to provide decent, safe and sanitary housing for low and moderate income families. A copy of the staff memorandum is attached for your review. E) Authorize eminent domain proceedings to acquire the interest of one of the owners and the acquisition of the remaining interest in Parcel 60 of the Concord Road Project Parcel 60 (0.002 acre out of and a part of Lot 1 of the Bodin Subdivision in the Williams Survey, Abstract 385) is located at 3435 Concord Road. The appraised value of the property is $400. Administration recommends authorization to acquire 50% interest in this property and authority for eminent domain proceedings to acquire the remaining 50% interest. A copy of the staff memorandum is attached for your review. IF) Authorize the execution of a deed conveying lots to the Beaumont Community Housing Development Organization, Inc. for the construction of homes for the Neighborhood Revitalization Project Lots 2, 3, 4, 5 and 6, Block 17 of the Jirou Addition (Ashley and Forrest Streets) and Lots 1, 2, 3, 4 and 5, Block 1 of the South Park 4"Addition (Florida and Kenneth) would be conveyed to the Beaumont Community Housing Development Organization, Inc. for the construction of homes. Administration recommends the execution of deeds conveying the above properties. A copy of the staff memorandum is attached for your review. G) Approve a resolution opposing those portions of SB2 and HB3290 which would eliminate "Junior Water Rights" from the Texas Water Code Administration recommends approval of a resolution opposing those portions of S132 and HB3290 which eliminate"Junior Water Rights" from the Texas Water Code. The Junior Water Rights provision of the Texas Water Code represent a rational approach to water management in the state and prohibits one area of the state from doing harm to another's natural resources. The water planning districts have studied their needs for the next 50 years as required in state water law passed in the 1999 Texas Legislature and found no areas of the state that cannot meet their water needs in that time frame with the Junior Water Rights provisions in place. 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: March 20, 2001 AGENDA MEMO DATE: March 13, 2001 REQUESTED ACTION: Council approval of a six (6) month contract for the purchase of sodium hydroxide. RECOMMENDATION Administration recommends award of a six (6) month contract to Altivia of Houston, Texas, for purchasing sodium hydroxide at the unit cost of $363.58 per dry ton with an estimated total contract expenditure of$109,074. BACKGROUND Bids were requested for a six (6) month contract for sodium hydroxide for use by the Public Works Department, Water Utilities Division in the water production process. Six (6) months is the longest period for which vendors will provide firm pricing due to the historical price volatility of sodium hydroxide. Sodium hydroxide is a by-product of the production of chlorine, with market prices dictated by chlorine manufacturers based on the prevailing cost of production. Bid notices were provided to 38 vendors with four (4) responding with bids as reflected below. All bidders met required product certifications. COMPANY PRICE PER DRY TON TOTAL ESTIMATED COST Altivia $363.58 $109,074 Houston, Texas DX Distributors, Inc. $373.26 $111,978 Houston, Texas Six(6) Month Contract for Sodium Hydroxide March 13, 2001 Page 2 COMPANY PRICE PER DRY TON TOTAL ESTIl L&TED COST Bates Chemical, Inc. $385.00 $115500 Crosby, Texas Skyhawk Chemicals, Inc. $388.50 $116550 Houston, Texas The contract provides for the vendor to furnish approximately 300 dry tons of sodium hydroxide at a fixed unit price of$363.58 per dry ton, with a total estimated expenditure of$109,074 for the contract period. The prior contract period cost for sodium hydroxide was S237 per ton. BUDGETARYIMPACT Funds are available for this expenditure in the Water Utilities Division's operating budget. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director, and Public Works Director. RECOMMENDED MOTION Approve/Deny award of a six (6) month contract for purchasing sodium hydroxide to Altivia at the unit cost of$363.58 per dry ton. B City of Beaumont Council Agenda Item -- U-P-kK g TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 13, 2001 REQUESTED ACTION: Council approval of the purchase of one (1) Kronos time clock system. RECOMMENDATION Administration recommends the award of a bid to Kronos, Inc. for the purchase of a Kronos me clock system which will interface with the HTE financial software currently used for pa�mnll processing. BACKGROUND Information Services has requested the implementation of a new time and attendance software and hardware package to replace the City's existing DOS based, time clock system. The requesed time clock system will include the purchase of ten (10) badge readers. One badge reader wil':)e located at each of the following locations: Streets and Drainage, Parks and Recreation, Cric Center, Fleet Management, Clean Community, Transportation, Water Reclamation, Waer Production, Water Customer Service and Water Utilities Administration. In addition, the Krows time and attendance system provides for the recording of employee's work hours via a ?C terminal. All hours recorded from both the badge reader or the PC will automatically transnit data to the HTE payroll system. This immediate recording of hours worked will eliminate die lengthy process of separate data entry of payroll hours, which currently averages between theme to twelve hours each pay period. Bid notices were sent to three (3) vendors with only one vendor responding with a hd. Information Services has reviewed the Kronos bid and has found it to be a favorable respome. The total cost of the Kronos time clock system is$65,103.67 which includes hardware, softwae. and training for two (2) employees. The hardware and software are warranted for a perioc of ninety (90) days from the date of installation and acceptance. Purchase of Kronos Time Clock System March 12, 2001 Page 2 BUDGETARY IMPACT Funds for the purchase of this time clock system are available in the Capital Reserve Fund and the Water Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Central Services Director RECOMMENDED ACTION Approve/Deny accepting a bid from Kronos, Inc. to purchase one Kronos Time Clock System in the amount of 565,103.67. c Cit y of Beaumont ~ Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 12, 2001 REQUESTED ACTION: Council approval to award a bid for a 460-foot long, 24-inch diameter horizontal directional bore for the subsequent installation of a 20-inch water main. RECOMMENDATION Administration recommends award of a bid for a 460-foot horizontal directional bore in the amount of$32,200 to J & D Construction of Bronson, Texas. BACKGROUND The boring project will facilitate the installation of a 20-inch water main for service to the Southeast Texas Entertainment Complex. Installation of the water main will be performed by Water Utilities personnel upon completion of the directional bore. The diameter of the bore exceeds the capacity of the City's directional boring equipment. Bid notices were provided to 15 vendors, with five (5) responding with bids. The bids received were as follow: Vendor Completion Time Total Bid Amount J & D Construction 30 calendar days $32,200 Bronson, Texas Janco Construction Co., Inc. 30 calendar days $34,500 Iowa, Louisiana 460 Foot Directional Bore March 12, 2001 Page 2 Vendor Completion Tune Total Bid Amomt Brystar Contracting 60 calendar days $43,700 Beaumont, Texas Hoot Johnson Construction, Inc. 10 calendar days $117,300 Hillsboro, Texas STTI Construction, Inc. 37 calendar days $188,518.3? Converse, Texas Local sales tax impact analysis was applied to the local vendor's bid. but failed to alter he bid standings. BUDGETARY IMPACT Funds are available for this expenditure in the Water Utilities Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director and Public Works Director. RECOMMENDED MOTION Approve/Deny accepting a bid from J & D Construction in the amount of$32,200 for a 4),O-foot directional bore. D City o" f Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 7, 2001 REQUESTED ACTION: Council approval of a resolution authorizing the acquisition of property in the Glenwood Addition for the Neighborhood Revitalization Project. RECONBiENDATION The property owners listed below have agreed to convey their property to the City for the Neighborhood Revitalization Project. Lots 7 & 8, Block 205, Glenwood Addition ( 3890 Detroit Avenue) Appraised Value: $5,000.00 Appraiser: James A. Albaugh Owners: H.L. Cessac, Hamilton L. Cessac, Jr.,Janis C. Surage, Mary Phyllis Pope, and Teresa K. Calahan Administration recommends authorization to acquire this property. BACKGROUND As part of the Neighborhood Revitalization Project, lots are being acquired in various locations throughout the city to provide decent, safe and sanitary housing for low and moderate income families. BUDGETARY IMPACT None. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. RECOMMENDED MOTION Approve/Deny authorizing the acquisition of property in the Glenwood Addition for the Neighborhood Revitalization Project. cessac.jld SUBJECT E. L P 2 MCI E = v 4 TY ER cl y cc NEIGHBORHOOD REVITALIZATION J < a TA 'LO ILL PROJECT ti vI S C 9�LFILL 10 RIE ° m N ti9�o 9 �9 W - . IE J LOT 7 Ic S. BLOCK 205, > ;yc�° J H GLENWOOD ADDITION �o �`�F�9 a N LYNNV�o N (3880 DETROIT AVENUE) m HAYES s HYBR J TI W d OWNER: THU �vE R c TOLE _ H.L. E33AC, 0#XV= 9 9�o LEIGH H HAMILTON L. CE33AC JR. 'SNvWD TAFT Z ]VES w JANIS C. SURAGE, E ` , PRIM R EARL_ MARY PHYLLI3 POPE, K VILL PRIMRI ISE _ TERESA K. CALAHAN c LEGEND LOCATION MAP N.T.S. SUBJECT PROPERTY � 124 n ' 4 O • t 14°s • • < ' 7 2 to 7 •• • 1• • • a /30 JONN�1 ' to • '• • N.T.S. L• 10 O 10 O 's • ,. H M 13S F t • a yo ! of te a C • s 14 Nd two v y i MAYE 5 • . ' • /so • 4 e4 • 4 n 146 L2 n 7 t • b •;:7se w S• •frl7-Ot•S E woftr City o f Beaumont •�• Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 7, 2001 REQUESTED ACTION: Council consider a resolution authorizing eminent domain proceedings to acquire the interest of one of the owners and the acquisition of the remaining interest in Parcel 60 of the Concord Road Project. RECOMMENDATION The owners of the interest in the property listed below have agreed to convey their property for the right of way of the Concord Road Improvement Project. However one of the owners holding 509c' interest refuses to execute the necessary documents for closing, it will be necessary to acquire that portion through the process of eminent domain. Parcel 60 0.002 acre out of and a part of Lot 1 of the Bodin Subdivision in the A. Williams Survey, Abstract 385 (3435 Concord Road) Appraiser: Bishop Real Estate Appraisers, Inc. Total Appraised Value: $400.00 50% Undivided Interest: $200.00 (Partial Taking) Owner: Gerald A. Upshaw, Jr. Eminent Domain Proceedings against one owner 50% Undivided Interest: $200.00 (Partial Taking) Owner: David R. Upshaw Administration recommends authorization to acquire 50% interest in this property and authority for eminent domain proceedings to acquire the remaining 50% interest. BACKGROUND The property is in Phase II of the Concord Road Project. BUDGETARY IMPACT None. PREVIOUS ACTION Of the fifty-three (53) parcels, forty-seven (47) have been acquired, five (5) are already owned by the city. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. RECOMMENDED MOTION Approve/Deny resolution authorizing the authority to file eminent domain proceedings to acquire the interest of one owner and the acquisition of the remaining interest in Parcel 60 of the Concord Road Improvement Project. par60 J Id CONCORD ROAD SUBJECT IMPROVEMENTS PROJECT `"N�`�� PROPOSED RIGHT-OF-WAY 0' ACOU131TION AND EMINENT DOMAIN �� 9 °"" `" s` A 9 , PARCEL NO. 60 N w = 0.002 ACRE OUT OF AND A G� Nor o e -F��T PART OF LOT 1, OF THE BODIN r ,5r»�o `"`° . SUBDIVISION IN THE A. m _ `"` WILLIAMS SURVEY, o ru ` , PRiMR _ � v ABSTRACT 866 Z - NM (9456 CONCORD RD) ELAV� (PARTIAL TAKING) o DELAWARE DL NE �z ` Z 60% OWNER: GERALD A. `4+� R ""°°° UPSHAW, JR. (ACQUISITION) LEEPY p x a5 C 60% OWNER: DAVID R. UPSHAW Z CA (EMINENT DOMAIN) LEGEND LOCATION MAP N.T.5. SUBJECT PROPERTY ` N 1 57"29,c co D�Rd C' Fro 112•vw¢f O 1 • ,P SE[DETIUI fi � ..` i� � 4 • 5 ir4r21•• c.T`a 2• I 23.16' \ IN. \� SINGLE STORY � BRICK N s01e131e36 BUILDING b / PROPOSED R.O.W. � N.T.S. O �A �2•t � O !o\�r l h I NOTE: BUILDING CORNER !S C: Zf 2 c 330 / OUTSIDE PROPOSED R_'N- co - 23.16' / DETAIL ry/ LOT 1 Y_ETAL 9 g„1LDING /h Q Ii Q / b I I � 'Y A' of S ` COMS ADDITION V.4.4 P g.70 0I J.C.M.R. a s` Gw n.fL v. 573 F9. 2+9 .J.CA.0. L STAQ L7pdwg City of Beaumont �• Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 7, 2001 REQUESTED ACTION: Council approval of a resolution authorizing the City Manaae::o execute a deed conveying five (5) lots in the Jirou Addition and fi,e (5) lots in the South Park 4th Addition (formerly Iowa Colony).-o the Beaumont Community Housing Development Organization. hZ. for the construction of homes for the Neighborhood Revitalizamn Project. RECOMMENDATION The properties listed below need to be conveyed to the Beaumont Community Housng Development Organization, Inc. (BCHDO) for the construction of homes: Lots 2, 3, 4, 5 and 6, Block 17 of the Jirou Addition (Ashley and Forrest Streets) Lots 1, 2, 3, 4 and 5, Block 1 of the South Park 4th Addition [replat of part of Tract 2, Block 25 of the Iowa Colony Addition] (Florida and Kenneth) :administration recommends the execution of deeds conveying above properties to Beaumont Community Housing Development Organization, Inc. BACKGROUND As part of the Neighborhood Revitalization Project, lots are being acquired in various locations throughout the city to provide decent, safe and sanitary housing for low and moderate intone families. BUDGETARY IMPACT None. PREVIOUS ACTION The City acquired the properties in the Jirou Addition from Lemual Dean Duncan and the properties in the South Park 4th Addition from Cardinal Apartments, Inc. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. RECOMMENDED MOTION Approve/Deny authorizing the City Manager to execute a deed conveying five (5) lots in the Jirou Addition and five (5) lots in the South Park 4th Addition (formerly Iowa Colony), to the Beaumont Community Housing Development Organization, Inc. for the construction of homes for the Neighborhood Revitalization Project. bchdo.j1d SUBJECT L eter Q > JS ° PROPOSED CONVEYANCE TIME Y o P MA A TO BEAUMONT COMMUNITY HOUSING = ° ' T ES A DEVELOPMENT ORGANIZATION, INC. L IM W A L S1 LOTS 2.3,4,6,k6 BLOCK 17 GLAD JIROU ADDITION ELL o z J E Ml L EV L E ASHLEY & FORREST UNd .. H RR S > Ho zc( j x N TH ? OWNER= o Y z `A IIW z 90 z A T CITY OF BEAUMONT 2 "1 411 il 'j t. f LEGEND LOCATION MAP N.T.S. SUBJECT PROPERTY io so O 'w O • dr A ! b • 1ev I I p M O M Q U JO - so m do d/ J6 .;tt a i7 j X d-O 3 es rlrrxz� n r D w a s N.T.S. I! I /l N d K • d erd dG ny LO � s • • a s a= I 6 v o A" ASfQE7', r AWE ,y.� s $ d s s ' Ml JO 1O - AP t ' AO x rc.* - ! - So - Ar,�z-ssn SUBJECT OD O `DE E PAL = } PROPOSED CONVEYANCE ,r CAMPl1s a o E vI MAC W TO BEAUMONT COMMUNITY HOU3� ,, Y ZAVALLA a CL a Z Z SHELL z ALA S DEVELOPMENT ORGANIZATION, BBC. a SAXE W AARL y GUN E a D1A LOTS 1.2,3,446 BLOCK 1 SOUTH PARK 4TH ADDITION[ ��^ m T" -'asp Q FLORIDA 9 Y W E _ v PAiayA• y FLORIDA & KENNETH �sG � `� co�� 9cy�� � .• �� �o�t� OWNER: '� z CITY OF BEAUMONT 9 LEGEND LOCATION MAP N.T.S. SUBJECT PROPERTY .. 49 M x 1~.• .0 rs W • , � x . � AN >f ss Z .n �, ss Art,Af AT/iJ 'r 1t0 /LO Q Qii s ri r 3 p o g r sr Ar r a Av it • � • N.T.S. : 1 S 2 X • Z o A VL W _ t !• Y x SL • W 3 6 / iss se N. z • 5 4 g 2 _ �_ r • i $ s $ X. ?O 1 M SO FLORIDA AVE tl7eJ--j City of Beaumont In rMAMWAM c Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Stephen J. Bonczek, City Manager MEETING DATE: March 20, 2001 AGENDA MEMO DATE: March 16, 2001 REQUESTED ACTION: Council consider a resolution opposing those portions of S132 and HB3290 which would eliminate"Junior Water Rights"from the Texas Water Code. RECOMMENDATION Administration recommends that Council approve a resolution opposing those portions of SB2 and HB3290 which would eliminate"Junior Water Rights" BACKGROUND Partnership of Southeast Texas has requested that City Council approve a resolution opposing those portions of S132 and HB3290 which could eliminate"Junior Water Rights" from the Texas Water Code. The Junior Water Rights provision of the Texas Water Code represent a rational approach to water management in the state and prohibits one area of the state from doing harm to another's natural resources. The water planning districts have studied their needs for the next 50 years,as required in state water law passed during the 1999 Texas Legislature, and found no areas ofthe state that cannot meet their water needs in that time frame with the Junior Water Rights provisions in place. All regions of the state should plan for droughts and build ample facilities. Water should be first available to users in the basin of origin. The state's study of water needs by region has shown no valid water planning reason for removing Junior Water Rights from state law. Removing Junior Water Rights will allow some areas of the state to avoid the investment necessary to protect their water supply.