Loading...
HomeMy WebLinkAboutPACKET FEB 16 1999 CITY OF BEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS FEBRUARY 16, 1999 1:30 P.M. CONSENT AGENDA * Approval of minutes L * Confirmation of committee appointments Frank Messina - Convention and Tourism Advisory Commission Betty Leaf- Library Commission Naaman Woodland - Library Commission Scott Hale - Small Business Revolving Loan Fund Advisory Commission Gary Celli - Parks and Recreation Advisory Committee a A) Approve a Surface Use Agreement relating to Cattail Marsh B) Approve the granting of a utility easement on the Wiess Bluff Canal property in Jasper County to Jasper-Newton Electric Cooperative, Inc. C) Authorize a pledge and release of collateral by Chase Bank of Texas D) Approve the acquisition of properties for the Concord Road Improvement Project �- E) Approve the purchase of automated storage and retrieval systems for use at the new Municipal Court Facility a F) Authorize an extension of employment and compensation for the City Manager /b Z_ % G) Approve a change order and final payment relating to the 1998 Driveway Rehabilitation Project ct H) Authorize the execution of interlocal agreements with the Southeast Texas Regional Planning Commission >"51) Authorize a proposal to host the 2001 Annual Institute for the Association of Mayors, Councilmembers and Commissioners J) Authorize lawsuits relating to defaulted small business loans 0 / 7 Iq Approve a resolution relating to the new Perlstein Park to be located in the Amelia- Gulf Terrace Addition and the condition of its use s Consent Agenda Summary February 16, 1999 • Approval of minutes • Confirmation of committee appointments Frank Messina would be appointed to the Convention and Tourism Advisory Commission. The term would commence February 16, 1999 and expire February 15, 2001. (Mayor David Moore) Betty Leaf would be appointed to the Library Commission. The term would commence February 16, 1999 and expire February 15, 2001. (Councilman Guy Goodson) Naaman Woodland would be reappointed to the Library Commission. The current term will expire January 20, 2001. (Councilman Guy Goodson) Scott Hale would be appointed to the Small Business Revolving Loan Fund Advisory Commission. The term would commence February 16, 1999 and expire February 15, 2001. (Councilmember Lulu Smith) Gary Celli would be reappointed to the Parks and Recreation Advisory Committee. The current term will expire January 23, 2001. (Councilmember Becky Ames) A) Approve a Surface Use Agreement relating to Cattail Marsh The Surface Use Agreement will allow Esenjay Exploration, Inc. to use and maintain 2,100 feet of an existing road and to construct a 500 foot board road to a 400 foot well site. When the City acquired the land for the Constructed Wetlands Project (Cattail Marsh), the mineral rights were not a part of the sale. The owner of the minerals has entered into a lease agreement with Esenjay Exploration, Inc. to drill a well in search of oil and gas on the property. Esenjay Exploration will pay the City $10,000 for entering into the agreement. Additional information is attached in the staff memorandum. B) Approve the granting of a utility easement on the Wiess Bluff Canal property in Jasper County to Jasper-Newton Electric Cooperative, Inc. The easement is needed to serve the community near the Wiess Bluff Pump Station. Entergy now serves the pump station; however, the City will gain an additional source of power by granting the easement. A plat depicting the proposed easement and a copy of the staff memorandum is attached for your review. • Q Authorize a pledge and release of collateral by Chase Bank of Texas Chase Bank of Texas of Texas, N.A. has pledged a Surety Bond issued by MBIA Insurance Corporation in the amount of$5,000,000, effective February 1, 1999 and has requested the release of this Surety Bond effective February 4, 1999. The additional collateral was only needed for a few dws in order to facilitate the receipt and subsequent investment of property taxes and industrial payments. A copy of the staff memorandum is attached for your review. D) Approve the acquisition of properties for the Concord Road Improvement Project 1)Property located at 2817 Concord Road(0.065 acre) would be acquired from Joseph Turner and the Estate of Eula Mae Turner, Deceased in the amount of$6,150. 2) Property located at 3395 Concord Road (0.048 acre) would be acquired from Norma Patton Werner and Myra Antoinette Patton, Individually and as Trustee of the William Benjamin Patton Trust in the amount of$12,950. - - - — --- The properties were appraised by Bishop Real Estate Appraisers, Inc. A copy of the staff memorandum is attached for your review. E) Approve the purchase of automated storage and retrieval systems for use at the new Municipal Court Facility 1)Two automated storage and retrieval systems would be purchased from NB Business Systems of Houston in the amount of $15,604 each, totaling $31,208. The current filing system is approximately 25 years old and is obsolete. The new system is a motorized file cabinet containing sixteen filing trays for easy retrieval of files using limited wall and floor space. Included in the total cost is a one year full warranty, delivery, installation,balancing, and training as required. Funds are available in the Capital Reserve Fund. 2)A high density mechanical mobile storage system containing eight mobile file cabinets that move along permanent floor tracks would also be purchased from NB Business Systems in the amount of $22,480.38. The system may be expanded by adding on additional mobile cabinets as needed. Municipal Court plans to store their inactive files using this system which is capable of storing more than 200 letter size file boxes. The same warranty and training are provided as stated above. Funds are available in the Capital Reserve Fund. Copies of the staff memorandums are attached for your review. F) Authorize an extension of employment and compensation for the City Manager The Council will extend the employment of the City Manager until May 31, 1999 at the current level of wages and benefits with the addition of 60 hours of personal leave and $5,000 deferred compensation allowance. -- G) Approve a change order and final payment relating to the 1998 Driveway Rehabilitation Project Council approved a contract with Triangle Paving,Inc. on May 12, 1998 in the amount of$268,900 for construction of the 1998 Driveway Rehabilitation Project. In reaching project completion, a change order in the amount of($18.34) is required to reduce the estimated quantities to reflect the quantities actually used for the construction of the project. This project has been inspected by the Engineering Division and found to have been completed in accordance with contract provisions. A final payment in the amount of$18,842.13 would be made to the contractor. A copy of the staff memorandum is attached for your review. H) Authorize the execution of interlocal agreements with the Southeast Texas Regional Planning Commission The interlocal agreements are for maintenance, equipment upgrades, and training for the City's Emergency 9-1-1 system. The City has had a 9-1-1 system since 1991 and is part of a regional plan coordinated by the Southeast Texas Regional Planning Commission. Under the plan, equipment, services, and training are provided to the City as well as to other dispatch centers in our area. Equipment upgrades, enhancements, and maintenance are also part of the services provided. As part of the Planning Commissions strategic plan that has been approved by its oversight body at the State level, it has developed interlocal agreements that formalize the relationships with participating jurisdictions. Additional information is attached for your review. I) Authorize a proposal to host the 2001 Annual Institute for the Association of Mayors, Councilmembers and Commissioners One of the requirements is a resolution indicating the City's willingness to provide both direct and in-kind support. The host city is responsible for a send off reception and welcome reception and is asked to waive the cost of the rental for meeting facilities. The cost of hosting the event is estimated to be between $12,800 and $19,600. Attendance is estimated at 1,000 for the conference utilizing 1,500 room nights. Additional information is attached. J) Authorize lawsuits relating to defaulted small business loans Lawsuits would be filed against the individuals,businesses and/or loan guarantors listed below. This matter was discussed in an Executive Session held on January 26, 1999. Name D2BA Nyron Colbert Nannee's Dolls Joseph Richards JR's Drywall & Painting Lafayette Spivey Michael's Mobile Detailing Lin Marie Garsee L. G. Properties, Inc. Willie Parker III Mr. Parker Handyman Service Brenda Travis Travis Hardware K) Approve a resolution relating to the new Perlstein Park to be located in the Amelia-Gulf - Terrace Addition and the condition of its use On November 3, 1998, Council designated the new neighborhood park to be located in the Amelia- Gulf Terrace Addition as"Perlstein Park." The attached resolution states that the City agrees to the proposal set out in the letter dated August 20, 1998 from John F. Simon which is attached as Exhibit «B „ A UINTER—OFFICE MEMORANDUM Aa P. _111L, City of Beaumont,Texas Engineering Division - -- — -- _ -Date: —February 3,1_99_9 -= To: Ray A. Riley,City Manager From: Tom Warner, Director of Public Works Subject: AGENDA ITINERARY-CITY COUNCIL ACTION REQUESTED_ SURFACE USE AGREEMENT COMMENTS When the City acquired the land for the Constructed Wetlands Project(Cattail Marsh),the mineral rights were not a part of the sale. The owner of the minerals has entered into a lease agreement with a company to drill a well in search of oil and gas on the property. The lessee, Esenjay Exploration, Inc., has approached the City requesting a Surface Use Agreement. The agreement allows the company to use and maintain 2100 foot of an existing road and to construct a 500 foot board road to the 400 foot by 400 foot well site. Esenjay proposes to pay the City $10,000.00. If the well is a producer, the well site will be reduced to 2 1/2 acres. Esenjay will also pay the City $200.00 per rod for a pipeline easement. The easement will be null and void at the end of the well's production. If the well is still producing after eight years, Esenjay will pay an annual rental of$1,000.00 to the City. The agreement protects the City from liability. A plat depicting the site is attached. It is recommended that a resolution be passed authorizing the City Manager to enter into a Surface Use Agreement with Esenjay Exploration, Inc. on property in the Christian Hillebrandt League for$10,000.00. -- Tom Warner TPC TW:JPC:ml Attachment ESENJAY® SUBJECT SURFACE USE AGREEMENT L \ ESENJAY EXPLORATION, INC. CHRISTIAN HILLEBRANDT LEAGUE ABSTRACT 28 1 " 0` D JEFFERSON COUNTY, TEXAS J P CITY BEAUMQNT' 21 .5 ACRE . P OPERT4 LINE 1N. LEGEND L❑CATI❑N MAP N.T.S. SUBJECT PROPERTY J H N _ W H � '� W ao 0 N.T.S. DRILL co SITE s - BARD ' ROAD — 4 ' CATTAI _ MARSH �d W„ 179 INTER-OFFICE MEMORANDUM B i —' •-- ----�` City of Beaumont,Texas Engineering Division lna • February!2,1999 __ _ -_ - To: Ray A.Riley,City Manager From: Tom Warner,Director of Public Works Subject: AGENDA ITINERARY-CITY COUNCIL ACTION REQUESTED EASEMENT TO JASPER-NEWTON ELECTRIC COOPERATIVE,INC. COMMENTS Jasper-Newton Electric Cooperative,Inc. has requested the City grant a utility easement on the Wiess Bluff Canal property in Jasper County. The easement is needed to serve the community near the Wiess Bluff Pump Station. The easement for overhead lines is ten feet in width and 435 in length adjacent to and along the southwest side of the canal. Entergy now serves the pump station, however, by granting the easement, the City will gain an additional source of power. A plat depicting the proposed easement is attached. It is requested that a resolution be passed granting Jasper-Newton Electric Cooperative, Inc. a 10 foot wide utility easement on a tract of land in the S. K. Vanmeter Survey, Abstract No. 53 in Jasper County. Tom Warner -PC TW:JPC:ml Attachment JASPERC UTILITY EASEMENT JASPER—NEWTON ELECTRIC COOPERATIVE, INC. ABSTRACT NO. 63 S.K. VANMETER SURVEY JASPER, COUNTY LEGEND SUBJECT PROPERTY r" FF.Er`s POWER LIINE � 1 � � CORNER, _ OF JERREL !Sr-AEL \ l F°uFL I Z AG�MECL INTER-OFFICE C MEMORANDUM ..r.. Finance City of Beaumont, Texas Date: February 9, 1999 To: Ray Riley, City Manager From: Beverly P. Hodges, Finance Office ,^' - Subject: Pledge and release of Collateral COMMENTS Chase Bank of Texas,N.A. has pledged a Surety Bond issued by MBIA Insurance Corporation in the following amount, effective February 1, 1999 and has requested the release of this Surety Bond effective February 4, 1999: Receipt# Description Current Value Market Value 1189 MBIA Certificate of Insurance (Surety Bond) $5,000,000.00 $5,000,000.00 The face amount of the Surety Bond shall always be the market value. The City of Beaumont maintained uncollected ledger balances at Chase Bank of Texas, N.A. in the amount of $10,510,353.38 on February 1, 1999. The above pledged Surety Bond plus the Surety Bond previously pledged in the amount of $6,340,000 along with FDIC coverage is sufficient to collateralize the principal along with any accrued but unpaid interest as required. On February 4, 1999, uncollected ledger balances were $4,387,505.50. The remaining Surety Bonds totaling $6,340,000 along with FDIC coverage is sufficient to collateralize current - deposits as well as any deposits anticipated in the near future. The additional collateral was only needed for a few days in order to facilitate the receipt and subsequent investment of property taxes and industrial payments. Chase Bank will continue to pledge and release collateral as needed by the City of Beaumont.- - - i iDq INTER-OFFICE MEMORANDUM City of Beaumont,Texas Engineering Division - Date: February 8, 1999 To: Ray A. Riley,City Manager From: Tom Warner,Director of Public Works Subject: AGENDA ITINERARY-CITY COUNCIL ACTION REQUESTED CONCORD ROAD RIGHT-OF-WAY ACQUISITION COMMENTS The City of Beaumont is planning improvements to Concord Road from Interstate 10 to East Lucas. Phase I of the project is from Interstate 10 to St. Helena Street. There are eighteen parcels in this section. Twelve parcels have been acquired and the owners of two parcels have accepted the City's offer for the appraised value. Three of the parcels are owned by the City of Beaumont. Authorization for eminent domain has been approved for one parcel. Phase II of the project is from St. Helena Street to the railroad tracks. There are fifty-six parcels in this section. The City owns five of these parcels. Nineteen parcels have been acquired and five parcel owners have accepted the appraised value. Authorization for eminent domain has been approved for one parcel. Phase III of the project consists of thirty parcels and is from the railroad tracks to East Lucas Drive. Two parcels have been acquired. The owners of two parcels in Phase 11 listed below have agreed to accept the appraised values for their property: Parcel No. 26: 0.065 acre out of the F. Thomas Lot of Block 1 of the Bullock Addition 2817 Concord Road Appraised Value: $ 6,150.00 Less Improvements Retained: 0.00 Total Compensation: $ 6,150.00 (Partial Taking) Appraisers: Bishop Real Estate Appraisers,Inc. Owner: Joseph Turner and the Estate of Eula Mae Turner, Deceased Interoffice Memo to:Ray Riley,City Manager Subject:Concord Road Right-of-Way Acquisition February 8, 1999 Page Two Parcel 57: 0.048 acre out of Lot 3 of the Comstock Addition 3395 Concord Road Appraised Value: $ 12,950.00 Less Improvements Retained: 0.00 Total Compensation: $ 12,950.00 (Partial Taking) ---- -- -- _ _ Appraisers: Bishop Real Estate Appraisers,-Inc - Owner: Norma Patton Werner and Myra Antoinette Patton, Individually and as Trustee of the William Benjamin Patton Trust Plats depicting the parcels are attached. It is requested that a resolution be passed authorizing the acquisition of Parcel 26 from Joseph Turner and the Estate of Eula Mae Turner,Deceased,for the appraised value of$6,150.00 and Parcel 57 from Norma Patton Werner and Myra Antoinette Patton,Individually and as Trustee of the William Benjamin Patton Trust for the appraised value of$12,950.00 for the Concord Road Improvement Project. I C-y-, Tom Warner 'J PG TW:JPC:ml Attachments TURNER • • • • • • ��,la •- �11•lst:ai�i•7� wow, REG th Texas State • . . % • ,. irground I li _ Fair -. CALDWELL 0 Babe... . . Park CIO �\\\ • \a\\\\\�\1�~\\\\,\C1\Nam \\\ •, ABMDONED CONCRETE FOVNDATION \\a • \\\aai��a\,a\\\tea\\\\a\\�=a\ \aa\ w . . ! • , ROAD SUBJECT CONCORD ROAD IMPROVEMENTS PROJECT X02 � P ° z HY OO ',L TICA O v A o ~i vE ❑ K TOL d PROPOSED "F 9tid 9� A HuR LEI w o � RIGHT-OF-WAY OAK IVE ACQUISITION OD p 9 TA T PARCEL NO. 67 MAPLE ❑OD W z EAR c^ OSEd- N.. w w D 44 ❑usrf PRI a. 0.048 ACRE ImBEF WOOD a DR > POP OUT OF DOG OD 3 OOD 'P J TULA LOT S OF THE BLAC ON ,�. � 9��TU N TULA E COMSTOCK ADDITION Cor1b st Dt 1:j (PARTIAL TAKING) PnrS. wlLLawo❑D ROLINE DELAWARE OWNER: \NBEA RICPNORMA PATTON WERNER •t al 9,F ROBIN HOOD LEGEND LOCATION MAP N.T.S, SUBJECT PROPERTY �O GNO. 3/4' IRON PI\—', 41 ' O O o , Q O N.T.S. e• iND. ,- PIPE LISTING Ci O B9 / . CP TREES LOCATED IN PROPOSED R.O.W. / 1-24' PINE TREE 2-30' PINE TREES E1 o INTER-OFFICE MEMORANDUM City of Beaumont,Texas Central Services Department Date: February 9, 1999 To: Ray A. Riley,City Manager - From: Kirby Richard,Central Services Director Subject: Purchase of Automated Storage and Retrieval Systems COMMENTS On Monday, February 1, 1999,sealed bids were received for the purchase of two(2)automated storage and retrieval systems for the new Municipal Court facility at 720 Orleans. An electronic filing system is a motorized file cabinet approximately 60-1/4"D x 105"W x 104-1/4"H, containing sixteen(16)filing trays for easy retrieval of files using limited wall and floor space. Each tray is 89-1/4 linear filing inches. The current system in use is approximately twenty-five (25) years old and obsolete. The filing system also has outgrown the manufacturer's recommended storage capacity resulting in breakdowns from the additional weight placed on the motor. Building Services has maintained the old system for three(3)years since parts and service from the manufacturer are no longer available. Files used daily, such as warrants,defensive driving files, set cases,and last year's files will be stored in the system. The electronic filing system will enable clerks to quickly store and retrieve files. Invitations to bid were sent to fifteen(15)vendors with the following two(2)responding: NB Business Systems I.S.C.Labels & Equip. Quantity Description Houston,Texas Fort Worth,Texas Unit Total Unit T Total Automated Storage &Retrieval 2 System $ 15,604 $ 31,208 $ 16,500 $ 33.000 Manufacturer& Model Bid White PF2000, Model 72160H White PF2000,Model 72160H It is recommended that the purchase of two{2)automated storage and retrieval systems be awarded to NB Business Systems for$15,604 each,totaling$31,208. Included in the total cost of$31,208 is one year full warranty, delivery, installation, balancing, and training as required. Installation is scheduled to be completed prior the opening of Municipal Court in April 1999. Finance concurs that funds are available in Capital Reserve Fund. INTER-OFFICE MEMORANDUM E2 City of Beaumont,Texas .QJ. . Central Services Department _ _ Date: February 10, 1999 To: Ray A. Riley,City Manager - - From: Kirby Richard,Central Services Director - Subject: Purchase of Mechanical Mobile Storage System COMMENTS On Monday, February 1, 1999,sealed bids were received for the purchase of one(1)high density mechanical mobile storage system for the new Municipal Court facility at 720 Orleans. The high density mechanical mobile storage system is approximately 16' 10"D x 14'5"W x 82"H and contains eight (8)mobile file cabinets that move along permanent floor tracks. The system maybe expanded by adding on additional mobile cabinets as needed. The mechanical assisted system reduces filing space by eliminating all but the aisle in use. A handle located on the end of each cabinet allows the user to move cabinets to open an aisle for easy retrieval of files. Municipal Court plans to store their inactive files using this system which is capable of storing more than 200 letter size file boxes. In addition,there will be another 4,480 linear filing inches available. Invitations to bid were sent to sixteen(16)vendors with the following three (3)responding: NB Business I.S.C. Labels & Quantity Description Corporate Express Systems Equip. Beaumont,Texas Houston,Texas Fort Worth,Texas Total Total Total High Density Mechanical 1 Mobile Storage System $ 16,118.00 $ 22,480.38 $ 23,800.27 Acme Design Manufacturer& Model Bid Technology Tennsco/White Tennsco;White Meets Specifications No Yes Yes Building Services in conjunction with Municipal Court personnel researched shelving systems for strength and durability. The White Mechanical Mobile Storage System was selected based on structural soundness and low maintenance requirements. Corporate Express submitted a bid for Acme Design Technology storage and retrieval system. The Acme system Purchase of Mechanical Mobile Storage System February 10, 1999 Page 2 does not meet minimum specification in the following areas: Specification: White Acme Tensile Strength 103,000 PSI 6000 PSI Yield Strength 89,000 PSI 30,000 PSI Steel base, 8 gauge steel 8 gauge 11 gauge Vertical internal superstructure, 16 gauge steel 16 gauge 18 gauge Crossmember, superstructure, 18 gauge steel 18 gauge 20 gauge Steel base 6" wide 4-3/4" wide Wheel Assembly Inverted U Channel C Channel Wheel Bearings/sealed, life time lubricated sealed loaded spring Steel drive shaft 1" 3/4" It is recommended that the purchase of one (1) high density mechanical mobile storage system be awarded to NB Business Systems for$22,480.38. The White system meets the requirements stated in the Americans With Disabilities Act(ADA). Included in the total cost of$22,480.38 is one year full warranty,delivery, installation of floor tracks, balancing, and training as required. Installation is scheduled to be completed prior the opening of Municipal Court in April 1999. Finance concurs that funds are available in Capital Reserve Fund. F INTER-OFFICE MEMORANDUM tj City of Beaumont,Texas City Manager's Office Date: February 10, 1999 To: Mayor David W. Moore From: Ray A. Riley, City Manager Subject: Extension of Employment COMMENTS This to confirm our recent discussion in which you requested me to extend my planned retirement beyond March 31, 1999 because of the time required to recruit and select another City Manager. I would be willing to extend my employment until May 31, 1999 at my present level of compensation and benefits, provided the Council will authorize an additional 60 hours of personal leave and a payment of$5,000 to the RC deferred compensation fund on my behalf. I will be pleased to discuss this matter with the Council at their convenience to provide as orderly a transition as possible to a new administration. a rat, Ray Riley G CITY OF BEAUMONT is a•a•• PUBLIC WORKS ' = INTEROFFICE MEMORANDUM February 10, 1999 TO: Ray A. Riley, City Manager FROM: Tom Warner, Director of Public Works SUBJECT: AGENDA ITINERARY -- CITY COUNCIL ACTION REQUESTED 1998 DRIVEWAY REHABILITATION PROJECT COMMENTS During its meeting held May 12, 1998, City Council authorized the City Manager to enter into a contract with Triangle Paving, Inc., of Beaumont, in the amount of $268,900.00 for construction of the 1998 Driveway Rehabilitation Project. In reaching project completion, a change order in the amount of ($18.34) is required to reduce the estimated quantities to reflect the quantities actually used for the construction of this project. This change order decreases the contract amount to $268,881.66. Three hundred sixty-five (365)days were allowed for completion of the project. Two hundred forty-one (241)days were used. Triangle Paving, Inc. Is a certified MBE. This project has been inspected by the Engineering Division and found to have been completed in accordance with contract provisions, approved plans and technical specifications. It is recommended that a resolution be passed authorizing the City Manager to execute Change Order No. 1 in the amount of($18.34) and to make final payment in the amount of$18,842.13 to Triangle Paving, Inc. Tom Warner TW:JPCak Attachments CITY OF BEAUMONT CHANGE ORDER NO. 1 DATE: February 9, 1999 PROJECT: 1998 DRIVEWAY REHABILITATION PROJECT OWNER: CITY OF BEAUMONT CONTRACTOR: TRIANGLE PAVING, INC. THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adjust estimated quantities to reflect quantities actually used during completion of the project. ORIGINAL CONTRACT AMOUNT: 3 268,900.00 NET FROM PREVIOUS CHANCE ORDERS: S 0.00 TOTAL AMOUNT OF THIS CHANGE ORDER: $ <18.34> PERCENT CHANGE OF THIS CHANGE ORDER: <0.007°,,> TOTAL PERCENT CHANGE TO DATE: <0.0074':> NEW CONTRACT AMOUNT: S 268.891.66 CONTRACT T170E IS NOT AFFECTED BY THIS CHANGE ORDER. ACCEPTS 3Y*.i I CONTRACTOR t/ APPROVED BY: JORIS P. COLBERT, CITY ENGINEER - TOM WARNER, DIRECTOR OF FUELIC WORKS RAY RILEY, CITY MANAGER ATTESTED BY: BARBARA LIMING, CITY CLERK H INTER-OFFICE MEMORANDUM _ City of Beaumont,Texas Central Services Department Date: February 9, 1999 To: Ray A. Riley, City Manager From: Kirby Richard, Central Services Director Subject: Emergency 9-1-1 System Interlocal Contract for PSAP Maintenance,Equipment Upgrade, and Training COMMENTS City Council consideration is requested to authorize execution of interlocal agreements with the South East Texas Regional Planning Commission The City has had a 9-1-1 system since 1991. Whenever a citizen dials 9-1-1, this system provides our dispatchers with the name, address, and phone number of the party calling for emergency assistance. Our personnel use this information to expedite the dispatch of emergency services to the scene. Our system is part of a regional plan coordinated by the South East Texas Regional Planning Commission. Under this plan, equipment, services, and training are provided to us, as well as the other dispatch centers in our area. Equipment upgrades, enhancements, and maintenance are also part of the services provided to us. As part of its Strategic Plan that has been approved by its oversight body at the State level, the Planning Commission has developed an interlocal agreement that formalizes the relationships that it has had with its participating jurisdictions. This contract provides for our continued working relationship with regard to maintenance, equipment upgrade, and training. This formalization basically documents the program and is reasonable and prudent, given the ongoing nature of our relationship. It is recommended that the City Manager be authorized to execute interlocal agreements with the South East Texas Regional Planning Commission for maintenance,equipment upgrade, and training for the City's Emergency 9-1-1 system. The proposed agreements, consistent with the substantial form of the attached draft, would serve both of our communications centers. • If you require any additional information,please call. 4 IA Oro""M NL ::i Emergency Network South East Texas Regional Planning Commission December 15, 1998 Mr. Kirby Richard -- Director, Central Services P.O. Box 3827 Beaumont, Texas 77704 Dear Mr. Richard: The South East Texas Regional Planning Commission 9-1-1 Emergency Network, in cooperation with Legal Counsel and the Advisory Commission on State Emergency Communications, has successfully developed an "Interlocal Agreement for Operation of a Regional 9-1-1 System" that meets the State of Texas requirements of program and system accountability regarding maintenance, equipment upgrade, and training associated with the 9-1-1 program. Execution of this contract is needed as a part of our regional effort to enhance 9-1-1 telecommunications at each of the twelve (12) PSAP locations throughout Hardin, Jefferson and Orange counties. Two originals of this agreement are enclosed for your review and approval by the City Council. Please return the signed agreements to my office. Should you have any questions arise, feel free to contact me at (409) 724-1911. Sincerely, Bob Dickinson, Director 9-1-1, Air Quality and Transportation Programs BD/gl Enclosure 3501 Turtle Creek Drive, Suite 103, Port Arthur, Texas 77642•P.O. Drawer 1387, Nederland,Texas 77627•(409) 724-191 1 •FAX(409( 724-6295 DRAFT SOUTH EAST TEXAS REGIONAL PLANNING COMMISSION 9-1-1 EMERGENCY NETWORK INTERLOCAL CONTRACT FOR PUBLIC SAFETY ANSWERING POINT MAINTENANCE, EQUIPMENT UPGRADE, AND TRAINING This agreement is entered into between the South East Texas Regional Planning Commission and the City of Beaumont , Texas South East Texas Regional Planning Commission INTERLOCAL CONTRACT FOR PSAP MAINTENANCE, EQUIPMENT UPGRADE AND TRAINING Parties and Purpose 1.1 The South East Texas Regional Planning Commission(SETRPC) is a - -- regional planning commission and political subdivision of the State of Texas organized and operating under the Texas Regional Planning Act of 1965, as amended, chapter 391 of the Local Government Code. SETPRC has developed a Strategic Plan to establish and maintain 9-1-1 emergency telephone service and the Texas Advisory Commission on State Emergency Communications (ACSEC) has approved its Plan. - - ------ — - - -- --- 1.2 The City of Beaumont (Public Agency) is a Texas municipality that operates one or more Public Safety Answering Points (PSAPs) that assist in implementing the Strate ig c Plan as authorized by Chapter 771 of the Health and Safety Code. 1.3 This contract is entered into between SETRPC and Public Agency under Chapter 791 of the Government Code so that Public Agency can maintain its PSAP(s), upgrade its equipment, and train its personnel to participate in the enhanced 9-1-1 emergency telephone system in the Region. Goods and Services 2.1 Public Agency agrees to: (1) cooperate with SETRPC in acquiring and installing necessary equipment for the 9-1-1 system; (2) abide by all rules, regulations, performance training standards, etc. adopted by the ACSEC or its successor agency; (3) purchase supplies such as printer paper, printer ribbons, cleaning materials, etc. necessary for the continuous operation of its PSAP(s),- (4) protect the 9-1-1 equipment and secure the premises of its PSAP(s) against unauthorized entrance or use; (5) practice preventive maintenance for the 9-1-1 equipment, including at a minimum, testing emergency power generators periodically, and ensuring that printers are working properly; (6) participate in emergency communications trainin g for call- takers/dispatchers as scheduled and provided by SETRPC; 2 (7) complete such reports and other documentation as may be reasonably required by ACSEC, the PSAPs, SETRPC, or the service provider. E 9-1-1 Equipment Purchasing and Leasing 3.1 (a) SETRPC hereby agrees to provide services and equipment, whether purchased or leased, for Public Agency including all non-recurring and monthly recurring charges for equipment and network charges as approved by the ACSEC. - - -- SETRPC also agrees to provide for repairs-updates and replacement of equipment as necessary and as approved by the ACSEC. (b) All leased equipment remains the sole property of the lessor.- 3.2 Except as noted in paragraph 3.5, SETRPC owns all 9-1-1 equipment purchased on behalf of Public Agency with emergency service fees paid to SETRPC by the exchange carriers. Public Agency is licensed to use the 9-1-1 equipment in providing enhanced 9-1-1 emergency telephone services. 3.3 Public Agency agrees not to encumber, transfer, or otherwise dispose of the 9-1-1 equipment without SETRPC's written consent. Further, upon the installation of any additional equipment or software by SETRPC, Public Agency agrees to comply with the provisions of Exhibit "A" attached hereto and incorporated herein as referenced. 3.4 Paragraphs 3.1, 3.2 and 3.3 survive the expiration or early termination of this contract and continue in effect so long as Public Agency uses the 9-1-1 equipment. 3.5 When 9-1-1 equipment is purchased with a combination of monies from Public Agency and emergency service fees paid to SETRPC by the exchange carriers, Public Agency shall own said equipment. Effective Date and Term of Contract 4.1 The term of this contract shall be one (1) year, effective on ' and shall continue from year to year thereafter unless any party involved gives sixty(60) days written notice to the other. Independent Contractor 5.1 Public Agency is not an-employee or agent of SETRPC, but furnishes services under this contract solely as an independent contractor. Assignment and Subcontracting 6.1 Public Agency may not assign its rights or subcontract its duties under this contract without the prior written consent of SETRPC. An attempted assignment or subcontract in violation of this paragraph is void. 3 I 6.2 If SETRPC consents to subcontracting, each subcontract is subject to all of the terms and conditions of this contract, and Public Agency agrees to furnish a copy of this contract to each of its subcontractors. Records 7.1 Public Agency agrees to maintain records adequate to document its call volume and ANI/ALI problems. _ 7.2 Subject to the additional requirement of paragraph 7.3, Public Agency agrees to preserve records, at a minimum, for three years. 7.3 If an audit of or information in the records is disputed or the subject of litigation, Public Agency agrees to preserve the records-until the dispute or litigation is- finally concluded, regardless of the expiration or early termination of this contract. 7.4 SETRPC is entitled to inspect and copy, during normal business hours at Public Agency's offices where they are maintained, the records maintained under this contract for as long as they are preserved. 7.5 SETRPC is also entitled to visit Public Agency's offices, talk to its personnel, and audit its records, all during normal business hours, to assist in evaluating its performance under this contract. 7.6 A EC and the Texas CS e as State Auditor have the same inspection, copying, and visitation rights as SETRPC. Nondiscrimination and Equal Opportunity 8.1 Public Agency shall not exclude anyone from participating under this contract, deny anyone benefits under this contract, or otherwise unlawfully discriminate against anyone in carrying out this contract because of race, color, religion, sex, age, disability, handicap, or national origin. Dispute Resolution - 9.1 The parties desire to resolve disputes arising under this contract without litigation. Accordingly, if a dispute arises, the parties agree to attempt in good faith to resolve the dispute between themselves. To this end, the parties agree notto sue one _- another, except to enforce compliance with paragraphs 9.1-9.2, until they have exhausted the procedures set out in these paragraphs. 9.2 At the written request of either party, each party shall appoint one nonlawyer representative to negotiate informally and in good faith to resolve any dispute arising under this contract. The representatives appointed shall determine the location, format, frequency, and duration of the negotiations. 4 9.3 If the representatives cannot resolve the dispute within 30 calendar days after the first negotiation meeting, the parties agree to refer the dispute to the Dispute Resolution Center of Jefferson County for mediation in accordance with the Center's mediation procedures by a single mediator assigned by the Center. Each party shall pay half the cost of the Center's mediation services. 9.4 The parties agree to continue performing their duties under this contract, which are unaffected by the dispute, during the negotiation and mediation process. Suspension for Unavailability of Funds 10.1 Public Agency acknowledges that SETRPC's sole source of funding for this contract are the emergency service fees collected by the telephone companies and remitted to SETRPC and pooled funds awarded to SETRPC. If fees sufficient to administer the program are not received by SETRPC, SETRPC may suspend administration of the program and training responsibilities under this contract by giving Public Agency notice thereof. Termination for Convenience 11.1 Either party may terminate this contract in its entirety for convenience by giving the other notice of intent to terminate. After the notice is received, the parties shall negotiate in good faith the terms and effective date of the termination. In any event, however, this contract terminates 60 calendar days after a party receives the notice of termination. Notice to Parties 12.1 Notice to be effective under this contract must be in writing and received by the party against whom it is to operate. Notice is received by a party; (1) when it is delivered to the party personally; (2) when a party receives a facsimile of the notice, as confirmed by the sender's facsimile machine; (3) on the date shown on the return receipt if mailed by registered or certified mail, return receipt requested, to the party's address specified in paragraph 12.2 and signed on behalf of the party; or(4)three business days after its deposit in the United States mail, with first-class postage affixed, addressed to the party's address specified in paragraph 12.2. 12.2 SETPRC's address is 3501 Turtle Creek Drive, Port Arthur, Texas 77642, Attention: 9-1-1 Director. SETRPC's telephone number is (409) 724-1911, and its facsimile number is(409) 724-6295. Public Agency's address is P. 0. Box 3827 Beaumont, TX 77704 Attention: District Chief Jerry Lyons Public Agency's telephone number is 409 880 3901 , and its facsimile number is 409 880 5166 5 12.3 A party may change its address by providing notice of the change in accordance with paragraph 12.1. Miscellaneous 13.1 Each individual signing this contract on behalf of a party warrants that he or she is legally authorized to do so and that such party is legally authorized to perform the obligations undertaken. 13.2 This contract states the entire agreement of the parties, and an amendment to this contract is not effective unless in writing and signed by all parties. 13.3 The following Attachments are part of this contract: Attachment 1 Call Volume Report Attachment 2 ANI/ALI Problem Report 13.4 This contract is binding on and inures to the benefit of the parties' successors in interest. 13.5 This contract is executed in duplicate originals. CITY OF Beaumont SOUTH EAST TEXAS REGIONAL PLANNING COMMISSION By By Don Kelly Name: Executive Director Title: Date: Attest: [Assistant] City Clerk 6 EXHIBIT A PSAP RULES REGARDING NEW EQUIPMENT 1. Only the designated Dispatch Supervisor or other designated supervisor is to have the security codes and keys to the locks for the computer drives. 2. No unauthorized software is to be loaded onto the 9-1-1 system. 3. No unauthorized personnel are to service or repair the 9-1-1 system components. 4. No unauthorized personnel are to use the 9-1-1 system. -- 5. PSAP personnel are responsible for reporting any hardware or software problems within a reasonable period from the time the problem is first detected. 6. The PSAP agency will only be liable for any expenses incurred by the SETRPC in repairing or replacing any software or hardware that must be replaced due to abuse or negligence or as a direct result of any violation of the rules stated herein. 7. Failure to abide by these rules may result in the SETRPC terminating this agreement and not placing a PSAP at that location. 8. The PSAP agency will not be held monetarily liable for any costs incurred for items that are covered by warranty, or if they are the result of an incident over which they have no control (i.e. lightning, water as a result of flooding, power failure, etc.) 9. The PSAP agency will operate a 24-hour dispatch service at the PSAP site in order to assure quality and to continue to operate as a PSAP. 7 CALL • ATTACHMENT 1 EMERGENCY ° CALL VOLUME REPORT South East Texas Regional Planning Commission REPORTING AGENCY _ CONTACT PERSON REPORTING PERIOD TO 9-1-1 Day of the Week Non-Emergency 9-1-1 Total Calls Emergency Calls 9-1-1 Calls A B A+B =C MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY TOTALS 9-1-1 CALL VOLUME REPORT SOUTH EAST TEXAS REGIONAL PLANNING COMMISSION 9-1-1 EMERGENCY NETWORK INSTRUCTIONS: Please date and complete this call volume report. Reports should be submitted at the end of each reporting week. To file your report, please fax it to Pete De La Cruz, Data Base Manager, at(409) 724-6295. If you have any questions about this form, please contact me at (409) 724- . 1911. 8 ATTACIIM ENT 2 9-1 -1 B c�u ANI/ALI Problem Report '. South East Texas _ 91 ErneNetwerk PSAP CALL-TAKER ID Date ANI ( ) - ESN TIME ANI FLASHING ANI STEADY DISPLAYED ADDRESS DISPLAYED COMMUNITY PHONE TYPE (CIRCLE ONE) BUSN RESD COIN CELL CTX PBX OTHER PROBLEM RECORD NOT FOUND FOR AU DISPLAY REPORT 0 FOREIGN EXCHANGE (FX) INFORMATION ERROR ANI INCORRECT- CHANGE TO: MISROUTED TO THIS PSAP -SEND TO: AU ADDRESS INCORRECT-CHANGE TO ADDRESS BELOW: ESN ASSIGNMENT INCORRECT-CHANGE TO: POUCE FIRE EMS REMARKS SETRPC 9-1-1 USE TELEPHONE COMPANY USE REC'D • RECD' CORRECTION MADE INITIALS FWD: REMARKS: CONFIRMED 9 To: Ray Riley From: Jef Russell MEMORANDUM Subject: AMCC Conference Date: February 3, 1999 We are responding to a request from the Texas Municipal League for proposals to host the 2001 Annual Institute for the Association of Mayors, Councilmembers and Commissioners. One of the requirements is a resolution indicating the City's willingness to provide both direct and in-kind support(see criteria below for details). In addition, an oral presentation will be made to the site selection committee during this year's Institute in Lubbock,July 16-18, 1999. Because 2001 will be such an historic year for Beaumont, we want to demonstrate a strong contingency of support. Any councilmembers wishing to participate in the oral presentation in Lubbock can contact Debbie Borel for details on time and place once they are determined. Written proposals are due in the TML office by April 23, 1999. The Texas Municipal League allows the host city to determine the cost and logscs-of hosting the send-off reception and welcome reception. Lubbock, the '99 host city, budgeted $5,000 for the send-off event in College Station last year and $5,000 for the welcome reception this year. College Station, host city for '98 spent$9,000 on the send-off event in '97 and $7,800 on their welcome reception. Typically, these events take place at the host hotel. However, College Station held their welcome reception at the George Bush Library. In addition to these expenditures, the host city is asked to waive the cost of the rental of the meeting facility on Thursday-Sunday. The current conference rate for the Beaumont Civic Center is $500/day and $200/day for the Julie Rogers Theater. Both facilities would most likely be j utilized should Beaumont receive the bid. Total budget allocation to host this event: $12,800- $19,600. This figure may be offset by securing sponsors. Attendance is estimated at 1,000 for conference utilizing 1,500 room nights. Thank you for your consideration. i ■ INTER-OFFICE MEMORANDUM J City of Beaumont, Texas City Attorney's Office Date: February 10, 1999 To: Kyle Hayes From: Joe Sanders, Senior City Attorney Subject: Defaulted Small Business Revolving Loans COMMENTS The following defaulted business loans were discussed in an executive session January 26, 1999-. Name DBA Nyron Colbert Nannee's Dolls Joseph Richards JR's Drywall & Painting Lafayette Spivey Michael's Mobile Detailing Lin Marie Garsee L. G. Properties, Inc. Willie Parker III Mr. Parker Handyman Service Brenda Travis Travis Hardware During the session, Council was apprised of the status of the above loans. Permission is hereby sought to prosecute lawsuits against the above-referenced individuals, businesses and/or loan guarantors. "J-4 1-1 Joe Sanders, Senior City Attorney sC9 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Attorney is hereby authorized to file and prosecute lawsuits against the following persons and/or entities to collect on delinquent Small Business Revolving Loans: Name DBA Nyron Colbert Nannee's Dolts - Joseph Richards JR's Drywall & Painting Lafayette Spivey Michael's Mobile Detailing Lin Marie Garsee L. G. Properties, Inc. Willie Parker III Mr. Parker Handyman Service Brenda Travis Travis Hardware PASSED BY THE CITY COUNCIL of the City of Beaumont this the day of 1999. - Mayor - K RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: WHEREAS, the heirs of H. A. Perlstein have agreed to donate Thirty-Thousand ($30,000.00) Dollars to the City of Beaumont for the new neighborhood park to be located in the Amelia-Gulf Terrace Addition as shown on Exhibit "A" to be named Perlstein Park; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City hereby accepts the sum of Thirty-Thousand ($30,000.00) Dollars from the heirs of H. A. Perlstein and hereby names the new neighborhood park to be located in the Amelia-Gulf Terrace Addition as shown on Exhibit "A" "Perlstein Park". The City hereby agrees to the proposal set out in the letter dated August 20, 1998 from John F. Simon and attached hereto as Exhibit "B". PASSED BY THE CITY COUNCIL of the City of Beaumont this the of 11999. -Mayor- Su? PROPOSED CAN PARK SITE S a ACQUISITION GULF BUILOING scc AND LOAN c� P Z r � AMELIA m GULF TERRACE SUBDIVISION — C . n LAYNE „ua - o _ - z LCCATIGN MAP N. T. S. Chevron Pipeline Company Gulf Building and Loan STEDMAN + a - a •P - ' ,o N. T. S. Z , • _ 0 w• fr 12 , >• W W w 2 W . . J . . • N U , ^' a .3 �� .. - • .. . .......... I 1 • I • .f , I, , •t���s � �.�t s � r` t EXHIBIT "A" 4803 Wellington Blvd. Alexandria, LA 71303 August 20, 1998 Mr. Ray A. Riley, City Manager City Of Beaumont 801 Main St., Suite 300 Beaumont, Texas Re: Proposed new Perlstein Park Dear Mr. Riley: In accordance with the suggestion you made at our meeting in Beaumont on August 6; I am submitting herewith a proposal on behalf of my cousins Charles H. Weinbaum, _ Jr. and Muriel Selber Phillips, my sister, Betty Simon Goldstein and-her four-children,- and myself and my three children, all of whom were recipients or beneficiaries of the proceeds that resulted from the recent settlement of the fitigation concerning the City's using a part of Perlstein Park for a street. As Charlie and I stated at our meeting, the above mentioned descendants of H.A. Perlstein would like to have another Perlstein Park in Beaumont and to be assured that there would always be a Perlstein Park there, and that it would serve as a fitting memorial to him. We had put together a total of $30,000.00 out of the proceeds realized from the litigation with the idea of buying a tract of land in a residential neighborhood for that amount and dedicating that tract as a park if the City would accept such a dedication, name the park Perlstein Park and agree to equip and maintain the property as a park. When we presented that idea to you, asking if you knew of any property that might be suitable for such a park and available for sale, you stated that the City would not want to accept the dedication of another park because of the possibility of future litigation over reversion if the the park property was used for another purpose. However, you advised that the City had recently paid $30,900.00 for property in the Ameila-Guff Terrace subdivision of Beaumont that is to be used for a park, and is acquiring a bit more land to square up the park, and that you believed that the City Council would vote to name that park Perlstein Park in consideration of our donating our $30,000.00 to Beaumont Park funds, and would also agree that if the City ever used the property for a purpose other than a park, that it would establish another comparable park named Perlstein Park. _ I have now been able to poll all of the above mentioned family members, and they have agreed that I may submit the following proposal to the City of Beaumont: In consideration of the City of Beaumont completing the establishment and construction of a park in the Amelia-Gulf Terrace Subdivision, as shown on the attached plat, to include the planting of trees and equipping the park with playground equipment, basketball goals, picnic tables, a pavillion and other items generally r i1 AUG CITY 0f G�"1;�:�''- EXHIBIT "B" rywri.T „C placed in Beaumont parks, and the naming of such park Perlstein Park, Charles H. Weinbaum, Jr., Muriel S. Phillips, Betty S, Goldstein and her four children and John F. Simon and his three children, upon completion of so naming and equipping of such park, will donate to the Beaumont Department of Parks and Recreation the sum of $30,000.00 in cash, conditioned upon the agreement of the City of Beaumont that this park (or any replacement park) and its equipment shall always be adequately maintained, and that if 1/4 or more of this park, or any park that replaces this park, is ever used for any purpose other than for park and playground purposes, or this park or any replacment park ever ceases to be named Perlstein Park, the City will-establish another park named Perlstein Park that is comparable in size and facilities elsewhere in the City where a park is needed, and if such comparable park is not completed within a year after the use of the prior park for other than park and playground purposes has begun, or within a year after such name change, or I any such park and its equipment is not adequately maintained, then any descendant or descendants of H.A. Perlstein may file a lawsuit against the City of Beaumont, Texas, for specific performance of any condition of this agreement that has not been complied with, in any court of proper jurisdiction and venue. I would appreciate it if you would present the foregoing prosposal to the City Council for it's consideration and let me know d it is accepted. If you believe that any part of the proposal might not be acceptable to the council as written, please give me a call at (318) 442-0075 to discuss your concerns. I will be away from Alexandria from August 27 to September 22, 1998, so if I do not hear from you before August 27, 1 will get back in touch with you right after I return. 1 enjoyed my meeting with you, and I appreciate your courtesy and your kind assistance to Charlie and me in proposing ways for us to implement our wishes for having a Perlstein Park in the City of Beaumont in perpetuity. Our grandfather devoted a great part of his life to the development and welfare of the City, and we hope that the City Council agrees with you that always having a park named for him in the city is a meritorious idea. Sincerely, r cc: Charles H. Weinbaum, Jr. n F. Simon Muriel S. Phillips Betty S. Goldstein Helen Goldstein Jennifer G. Flanagan Amy G. Stusek Eric Goldstein -- Julie D. Simon John F. Simon, Jr. Richard L. Simon CITY OF BEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS FEBRUARY 16, 1999 1:30 P.M. AGENDA OPENING • Invocation Pledge Roll Call • Presentations and Recognition • Public Comment: Persons may speak on scheduled agenda items • Consent agenda GEN IERAL BI:SLXIESS 1. Adopt an ordinance calling the General Municipal Election to be held May 1, 1999, for the purpose of electing councilmembers to Wards I, II, III, and N 3 2. Consider approving a contract for the construction of improvements to the Beaumont Fire Training Center 3. Consider approving the purchase of vehicles through the State of Texas Cooperative Purchasing Program 4. Consider approving the purchase of four trucks through the Houston-Galveston Area Council (H-GAC) Purchasing Program for use in the Water Distribution Division Water Utilities F A tifi / 5. Consider approving a financing agreement for the purchase of two ambulances and one bulldozer 0 6. Consider approving a financing agreement for the purchase of an upgrade to the v City*s mainframe computer l S c 7. Consider authorizing negotiations to acquire property in the vicinity of Fannett and Sarah foc the location of a branch library 8. Consider approving a Management Agreement with the Beaumont Council of Garden Clubs for maintaining and managing the Garden Center and Warren Loose Conservatory at Tyrrell Park 9. Consider approving the purchase of two rubber track excavators for use in the Sewer Maintenance Division/Water Utilities COMMENTS s Councilmembers comment on various matters * Public Comment (Persons are limited to 3 minutes) EXECUTIVE SESSION * Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Heath Vaughn v. City of Beaumont Golden Triangle Paper Stock Co., Inc. DBA Gulf Coast Recycling Co. v. City of Beaumont Mike Allen v. City of Beaumont * Consider matters related to employment, evaluation and duties of a public officer or employee in accordance with Section 551.074 of the Government Code: City Manager 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 February 16, 1999 Adopt an ordinance calling the General Municipal Election to be held May 1, 1999, for the purpose of electing councilmembers to Wards I, II, III, and IV A memorandum from the City Clerk and a copy of the ordinance are attached for your review. • INTER-OFFICE MEMORANDUM City of Beaumont, Texas � � L City Clerk Date: February 11, 1999 To: Ray A. Riley, City Manager - - From: Barbara Liming, City Clerk Subject: 1999 General Election In accordance with the City Charter and the laws of the state of Texas, Council shall order an election for the first Saturday in May, that date being May 1, 1999, for the purpose of electing councilmembers to Wards I, II, III, and IV for full terms. Passage of this ordinance accomplishes this requirement, orders a runoff election, if necessary, to be held on the 15th of May, 1999, provides for a joint election with the Beaumont Independent School District and the Port of Beaumont Navigation District, and provides other matters regarding the election. 2 February 16, 1999 Consider approving a contract for the construction of improvements to the Beaumont Fire Training Center The contract would be with Bo-Mac Contractors, Inc. of Beaumont in the amount of $1,046,504.63. An engineering estimate of$1,163,625 was developed for the project. Funds for the project are available through the Capital Improvement Program. The MBE requirement will be met through subcontracts with the certified MBE firm of R.A.M.C.O. Trucking for a total amount of$98,155 or 9.4% of the total bid. A copy of the staff memorandum is attached for your review. • INTER-OFFICE MEMORANDUM EL s ..N. City of Beaumont, Texas Engineering Division Date: February 9, 1999 To: Ray A. Riley, City Manager From: Tom Warner, Director of Public Works Subject: AGENDA ITINERARY - CITY COUNCIL ACTION REQUESTED IMPROVEMENTS TO THE BEAUMONT FIRE TRAINING CENTER PROJECT COMMENTS Bids were received February 8, 1999 for the Improvements to the'Beaumont Fire Training Center project. A total of four (4) bids were received which ranged from the lowest bid of $1,046,504.63, submitted by Bo-Mac Contractors, Inc., to the highest bid of $2,329,899.00. The list below identifies the total bids from each contractor. Bid tabulation sheets are attached to provide additional information. CONTRACTOR AMOUNT OF BID Bo-Mac Contractors, Inc., Beaumont $1,046,504.63 Allco Inc., Beaumont $1,173,639.27 W.B. Construction, Inc., Beaumont $1,364,123.51 C.C. Carlton Construction, Houston $2,329,899.00 An Engineering estimate of $1,163,625.00 was developed for this project. Funds for this project are available through the Capital Improvement Program. The MBE requirement will be met through subcontracts with the certified MBE firm of R.A.M.CO. Trucking for a total amount of $98,155.00. This amount represents 9.4% of the total bid. It is recommended that a resolution be passed authorizing the City Manager to execute a contract with Bo-Mac Contractors, Inc for the construction of Improvements to the Beaumont Fire Training Center project. Tom Warner TW:JPC:jm Attachments BID TABULATION -- IMPROVEMENTS TO THE BEAUMONT FIRE TRAINING CENTER Page 1 of 3 Item Est. Amount of Bid No. Item Description Qty. Unit BOMAC ALLCO WB C.C. CARLTON M 1 Clearing,Grubbing and Shaping,Complete 1.5 Acre $9,354.00 $14,031.00 $10,57100 $15,859.50 $2,417.16 $3,625.74 $1150,000-00 i $225,000.00 2 Select Fill(Includes liner base,levees and spoil 4,800 Cubic $14.50 $69,600.00 $14.06 $67,488.00 $11.67 $56,016.00 $30.00 $144,000.00 cover),Complete in place Yard 3 jPiping-10"diameter,SDR 17-HDPE 3408, 100 Linear $52.00 $5,200.00 $38.62 $3,862.00 $105.36 $10,536.00 $60.00 $6,000.00 Complete in place Feet 4 1 Piping-18"diameter,SDR 17-HDPE 3408, 210 Linear $56.00 $11,760.00 $52.94 $11,117.40 $77.63 $16,302.30 $48.00 $10,080.00 Complete in place Feet 5 Piping-24"diameter,SDR 17- HDPE 3408, 56 Linear $193.00 $10,808.00 $73.07 $4,091.92 $247.65 $13,868.40 $85.00 $4,760.00 Complete in place Feet 6 Piping-36"diameter,SDR 17-HDPE 3408, 100 Linear $164.00 $16,400.00 $94.96 $9,496.00 $145.05 $14,505.00 $130.00 $13,000.00 Complete in place Feet 7 Piping-12"diameter,Schedule 40,Carbon Steel, 150 Linear $125.00 $18,750.00 $85.27 $12,790.50 $113.86 $17,079.00 $65.00 $9,750.00 Complete in place Feet 8 Piping-14"diameter,Schedule 40,Carbon Steel, 50 Linear $180.00 $9,000.00 $97.86 $4,893.00 $200.24 $10,012.00 $87.00 $4,350.00 Complete In place Feet 9 Miscellaneous Pipe Fittings,Complete in place 1 Lump $0.00 $0.00 $29,951.34 $29,951.34 $2,319.73 $2,319.73 $100,000.00 $100,000.00 Sum 10 Valve-10"Butterfly,Complete in place 4 Each $840.00 $3,360.00 $797.25 $3,189.00 $976.33 $3,905.32 $600.00 $2,400.00 11 Valve-10"Gate and Box,Complete in place 2 Each $1,950.00 $3,900.00 $965.65 $1,931.30 $1,722.94 $3,445.88 $3,400.00 $6,800.00 12 Valve-12"Gate OS&Y,Complete in place 4 Each $2,814.00 $11,256,00 $289.77 $1,159.08 $2,143.33 $8,573.32 $3,000.00 $12,000.00 13 Valve-12"Check,Complete in place 1 Each $3,977.00 $3,977.00 $1,101.22 $1,101.22 $1,880.30 $1,880.30 $4,000.00 $4,000.00� 14 Suction Screen Assembly.Complete in place 1 Each $2,596.00 $2,596.00 $4,653.00 $4,653.00 $9,827.60 $9,827.60 $14,000.00 $14,000.00 15 80 mil HDPE Liner,Complete in place 75,400 Square $0.87 $65,598.00 $0.82 $61,828.00 $0.96 $72,384.00 $1.00 $75,400.00 Feet I 16 Piling-HP12X72,Complete in place 400 Linear $34.00 $13,600.00 $35.32 $14,128.00 $60.39 $24,156.00 $170.00 $68,000.00 Feet 17 Pump Pit-Structural Steel,Concrete,Ladder, I Each $48,364.00 $48,364.00 $16,466.00 $16,466.00 $24,648.32 $24,648.32 $8,000.00 $8,000.00 Handrail,Etc.,Complete in place 18 This Item Deleted by Addendum no.4 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 19 6"Limestone Road on Top of Levee, 240 Ton $27.00 $6,480.00 $19.20 $4,608.00 $42.91 $10,298.40 $36.00 $8,640.00 I Complete In place 0 Pa 2 Of 3 Item Est. Amount of Bid No. Item Descri 2 tion Qty. Unit BOMAC ALLCO WB C.C. CARLTON T 20 Drainage Culvert,18"diameter RCP, 64 Linear $33.00 $2,112.00 $17.44 $1,116.16 $44.89 $2,872.96 $60.00 $3,840.00 Complete in place Feet 21 Installation of Fire Water Pump and Diesel Driver, 1 Each $818.00 $818.00 $862.00 $862.00 $1,554.29 $1,554.29 $2,400.00 $2,400.00 (4000 gpm @ 150 psi),Complete in place 21a 10"Schedule 20,Carbon Steel Pipe,Complete 60 Linear $244.00 $14,640.00 $93.33 $5,599.80 $63.00 $3,780.00 $90.00 $5,400.00 in place Feet _ 21b 1"Schedule 40,Carbon Steel Pipe,Complete in 95 Linear $33.00 $3,135.00 $5.45 $517.75 $4.26 $404.70 $50.00 $4,750.00 place Feet 22 Cement Stabilized Sand to Build Up Levees, 1,180 Cubic $58.00 $68,440.00 $43.66 $51,518.80 $59.42 $70,115.60 $50.00 $59,000.00 Complete in place Yard 23 3"Concrete Cover on Berms,Complete in place 5,400 Square $15.00 $81,000.00 $18.21 $98,334.00 $22.61 $122,094.00 $35.00 $189,000.00 Yard 24 3"Concrete Cover on Floors,Complete in place 5,800 Square $12.00 $69,600.00 $21.14 $122,612.00 $20.66 $119,828.00 $34.00 $197,200.00 Yard 25 ModiliicationstoJunctionBox-South Drainage 4 Each $1,377.00 $5,508.00 $1,027.50 $4,110.00 $1,012.49 $4,049.96 $1,200.00 $4,800.00 System.Complete in place 26 Modifications to Sump-South Drainage System, 1 Each $1,574.00 $1,574.00 $1,500.00 $1,500.00 $1,286.00 $1,286.00 $700.00 $700.00 Complete in place 27 Clearing,Grubbing and Shaping,Complete in place 0.6 Acre $4,312.00 $2,587.20 $10,573.00 $6,343.80 $2,262.70 $1,357.62 $150,000.00 $90,000.00 28 Chemical Unit Foundation,Complete in place 1 Each $45,000.00 $45,000.00 $68,368.00 $68,368.00 $71,249.69 $71,249.69 $58,000.00 $58,000.00 29 Loading Terminal Foundation,Complete in place 1 Each $45,000.00 $45,000.00 $67,228.00 $67,228.00 $67,555.01 $67,555.01 $67,000.00 $67,000.00 30 Select Fill(Includes Liner Base,Levees and Spoil 900 Cubic $14.40 $12,960.00 $11.40 $10,260.00 $15.57 $14,013.00 $30.00 $27,000.00 Cover,Complete in place Yard 31 80 mil HDPE Liner,Complete in place 24,125 Square $0.87 $20,988.75 $0.99 $23,883.75 $0.92 $22,195.00 $1.00 $24,125.00 Feet 32 HDPE Cast-in-place Liner Well Anchor, 280 Linear $7.00 $1,960.00 $6.79 $1,901.20 $6.50 $1,820.00 $32.00 $8,960.00 Complete in place Feet 33 4"Concrete Cover(Floor and Berms),Complete 2,680 Square $14.40 $38,592.00 $23.50 $62,980.00 $24.55 $65,794.00 $35.00 $93,800.00 in place Yard 34 Drain Piping- 18"diameter,SDR 17 HDPE 3408, 180 Linear $56.00 $10,080.00 $38.54 $6,937.20 $46.05 $8,289.00 $55.00 $9,900.00 Complete in place Feet 35 Drain Inlet,Complete in place 1 Each $1,975.00 $1,975.00 $1,454.00 $1,454.00 $2,053.32 $2,053.32 $2,900.00 $2,900.00 Page 3 of 3 Item Est. Amount of Bid No. Item Description Qty- Unit BOMAC ALLCO WB C.C. CARLTON '8V`s'TE �CH` TQTA� >4 A6 36 Drain Piping-36"diameter,SDR 17-HDPE 3408, 960 Linear $88.00 $84,480.00 $99.92 $95,923.20 $79.79 976,598.40 $80.00 $76,800.00 Complete in place Feet 37 Junction Box with Stub-outs-54"diameter HDPE, 6 Each $13,096.00 $78,576.00 $9,028.66 $54,171.96 $8,924.16 $53,544.96 $6,500.00 $39,000.00 Complete in place 38 Tie in to Existing Concrete Junction Box,Complete 3 Each $1,075.00 $3,225.00 $1,056.33 $3,168.99 $1,828.64 $5,485.92 $3,000.00 $9,000.00 in place 39 Tie in to Existing Steel Sump,Complete in place 1 Each $3,696.00 $3,696.00 $4,442.00 $4,442.00 $2,721.17 $2,721.17 $8,000.00 $8,000.00 40 Clearing,Grubbing and Shaping,Complete 0.86 Acre $2,588.00 $2,225.68 $10,573.00 $9,092.78 $1,397.91 $1,202.20 $150,000.00 $129,000.00 41 Select Fill(Includes Liner Base,Berms and Spoil 2,100 Cubic $14.50 $30,450.00 $11.40 $23,940.00 $15.96 $33,516.00 $30.00 $63,000.00 Cover),Complete in place Yard 42 80 mil HDPE Liner,Complete in place 37,400 Square $0.87 $32,538.00 $0.90 $33,660.00 $1.13 $42,262.00 $1.00 $37,400.00 Feet 43 4"Concrete Cover(Floor and Berms), Complete 4,156 Square $14.00 $58,184.00 $21.52 $89,437.12 $30.13 $125,220.28 $34.00 $141,304.00 in place Yard 44 Drain Piping- 18"diameter, SDR 17-HDPE 3408, 130 Linear $56.00 $7,280.00 $55.55 $7,221.50 $37.84 $4,919.20 $540.00 $70,200.00 Complete in place Feet 45 Drain Inlet,Complete in place 2 Each $1,914.00 $3,828.00 $1,454.00 $2,908.00 $2,229.07 $4,458.14 $2,300.00 $4,600.00 46 Relocate Fuel Tank,Complete 1 Each $372.00 $372.00 $784.00 $784.00 $393.78 $393.78 $640.00 $640.00 47 Mobilization,Complete 1 Lump $1,000.00 $1,000.00 $44,750.00 944,750.00 $130,106.00 $130,106.00 9186,000.00 $186,000.00 Sum TOTAL $1,046,504.63, $1,173,639.27, $1,364,123.51. $2,329,899.00, • indicates corrected amount 3 February 16, 1999 Consider approving the purchase of vehicles through the State of Texas Cooperative Purchasing Program The City would purchase 30 vehicles through the State of Texas Cooperative Purchasing Program in the amount of$568,576. The City's requested order includes ten intermediate sedans, one passenger van, three utility vehicles, seven '/z ton extended pickup trucks, one compact extended cab pickup truck, four 3/4 ton chassis and one crew cab truck. Also, three medium duty cab and chassis would be purchased to be equipped with various bodies. All but one of the vehicles recommended for purchase are replacement vehicles. Warranties of 36,000 miles or three years are provided for each new vehicle. The warranty service will be provided by local authorized dealerships. A copy of the staff memorandum is attached for your review. INTER-OFFICE MEMORANDUM EL City of Beaumont,Texas Central Services Department Date: February 10, 1999 To: Ray A. Riley,City Manager From: Kirby Richard,Central Services Director Subject: State Cooperative Purchasing Program-Fleet Purchase COMMENTS Authorization is requested to purchase thirty(30)vehicles through the State of Texas Cooperative Purchasing Program. The cooperative purchasing program provides contracted prices on various types of vehicles to all state, counties, school districts and municipal agencies within Texas. There is no charge or fee accessed to any of the entities to participate in the purchasing program. Currently,there are 1,200 governmental entities participating in the State's cooperative purchasing program. The cooperative purchasing program is coordinated by the General Services Commission(GSC)in accordance with state bidding statutes. Representatives from the GSC meet with major vehicle manufacturers each year to discuss the model changes and features offered to major fleet consumers for the upcoming year vehicle models. Specifications are developed and published in August for distribution to governmental consumers and statewide vendors. The GSC solicits bids from vendors throughout the state to furnish pricing on various types of vehicles. These vehicles include compact size cars,intermediate size sedans,utility vehicles,police pursuit vehicles, '/2 ton,'/,ton and 1 ton light and heavy duty pickup trucks, vans (cargo and passenger) and medium duty cab and chassis. Specifications include features such as 4,6 and 8 cylinder engines,2 and 4 wheel drive,automatic and manual transmissions, air conditioning, ABS brake systems and AM/FM radios. Standard features previously mentioned are included in the base price of the vehicle. Optional features such as tilt steering,cruise control,spotlights,headache racks,tool boxes,grille guards and heavy duty bumpers are bid and offered for an additional cost. Bids are open to any vehicle dealer on the State of Texas Bid List. Due to the volume of vehicles requested by the State, generous concessions are offered to the dealer from the manufacturers. According to a major manufacturer's regional representative, concessions are offered to any vendor when bidding to a governmental entity but the amount varies due to the number of vehicles to be purchased. Bids are received and evaluated by the GSC. After bids are evaluated,a contracted price list is published indicating the successful vendor for each type of vehicle and the prices of specific optional features. Vehicles are selected from the published list and orders are submitted to GSC. Vendors generally deliver the vehicles within 90 to 120 days. The City's requested order includes ten(10) intermediate sedans, one (1)passenger van,three (3)utility vehicles, seven(7) '/2 ton extended cab pickup trucks,one(1)compact extended cab pickup truck,four(4) 4 ton chassis and one(1)crew cab truck. Also,included are three(3)medium duty cab and chassis to be equipped with various bodies. State Cooperative Purchasing Program-Fleet Purchase February 10, 1999 Page 2 The following list of vehicles represents the type and price of each vehicle to be ordered through the State: Standard optional equipment available for four(4)door sedans includes air conditioning,power steering,power door locks and AM/FM radio. AUTOMOBILES-4 DOOR SEDANS Vehicle Description Qty.. Price Ford Taurus 10 $145,890 Total 10 $145,890 Standard optional equipment available for vans and utility vehicles include air conditioning,AM/FM radio, automatic transmission,power steering and power door locks. CARGO VANS AND UTILITY VEHICLES Vehicle Description Qty. Price Chevrolet Tahoe 3 $79,527 0 Dodge Ram 15 Passenger Van 1 $20,226 Total 4 $99,753 Standard optional equipment available for'/z ton extended cab compact and full size pickup trucks and 3/4 ton chassis include air conditioning, heavy duty rear bumper, AM/FM radio, power steering, heavy duty shock absorbers, automatic transmission, spotlight,headache rack,grille guard and spare wheel and tire. I/.TON EXTENDED CAB AND COMPACT PICKUP TRUCKS w/GASOLINE ENGINE Vehicle Description Qty- Price Chevrolet 5-10 Extended Cab Pickup Truck 1 $ 14,815 Ford F150 '/Z ton Extended Cab Short Bed Pickup Truck 7 $117,654 Total 8 $132,469 3/4 TON CHASSIS W/DIESEL ENGINE.: - Vehicle Description Qty- Price Chevrolet'/4 ton Chassis 1 $19,295 Chevrolet 1/4 ton Chassis with Utility Body 3 $64,497 Total 4 $83,792 State Cooperative Purchasing Program-Fleet Purchase February 10, 1999 Page 3 Standard optional equipment available for the 10,000, 15,000 and 27,100 Gross Vehicle Weight Requirement(GVWR) Cab and Chassis include air conditioning,grille guard,AM/FM radio,heavy duty shock absorbers,spare wheel and tire,automatic transmission and various utility bodies. 1 TON CREW CAB W/DIESEL ENGINE Chevrolet One (1)ton Crew Cab Pickup Truck 1 $23,185 Total 1 $23,185 CAB AND CHASSIS-15,000 GVWR Vehicle Description Oty. Price Chevrolet Cab& Chassis 1 $23,071 Chevrolet Cab& Chassis with 3 cubic yard dump body 1 $27,331 Total 2 $50,402 CAB AND CHASSIS-27,100 GVWR Vehicle Description Oty. Price Chevrolet Cab& Chassis 1 $33,085 Total 1 $33,085 It is recommended that authorization be granted to purchase the above stated vehicles through the State of Texas General Services Commission Cooperative Purchasing Program in the amount of$568,576. Replacement vehicles and additions to the fleet are requested through the City's budget process. The Central Services Department reviews the requests and evaluates the equipment to be replaced. Based on this evaluation, a recommendation is made to replace wom and obsolete vehicles that are no longer cost effective to operate. All but one of the vehicles recommended for purchase are replacement vehicles. The fifteen(15)passenger van is an addition to the fleet. It is being purchased for the Police Department through the Safe Neighborhood Grant with the Beaumont Housing Authority. The vehicles will replace year models ranging from 1978 to 1993. The units to be replaced consist of one(1) 1978,one (1) 1983, one (1) 1984,two (2) 1988, seven(7) 1989,five(5) 1990, three (3) 1991, five (5) 1992 and four(4) 1993 year models. The newer year models will be relocated to other divisions. The remaining replacement vehicles will be disposed of according to the City's surplus property disposal policies. Warranties of 36,000 miles or three(3)years are provided for each new vehicle. The warranty service will be provided by local authorized dealerships. Funds for the vehicles are budgeted in the Capital Reserve Fund, Police Department's Safe Neighborhood Grant (Beaumont Housing Authority),Water Fund and Solid Waste Fund. • 4 February 16, 1999 Consider approving the purchase of four trucks through the Houston-Galveston Area Council (H-GAC) Purchasing Program for use in the Water Distribution Division/Water Utilities Four 1999 Ford Super Duty F450 trucks would be purchased in the total amount of$134,383.70. The price includes an administration fee of$2,043.70. This vehicle with requested equipment was not available through the State of Texas Cooperative Purchasing Program. The trucks will be used in the Water Distribution Division for transporting equipment and tools to work sites. Funds for the purchase of these trucks are available in the Water Utilities Fund. The new trucks will replace 1993 model trucks which will be disposed of according to the City's disposal policies for surplus goods. A copy of the staff memorandum is attached for your review. INTER-OFFICE MEMORANDUM City of Beaumont,Texas Central Services Department Date: February 9, 1999 To: Ray A. Riley, City Manager From: Kirby Richard, Central Services Director Subject: Purchase of Service Trucks COMMENTS Authorization is requested for the purchase of four(4) 1999 Ford Super Duty F450 trucks equipped with Rawson- Koenig service bodies through the Houston-Galveston Area Council (H-GAC) for the Water Utilities, Water Distribution Division. H-GAC provides government entities with contracts for the purchase of equipment and vehicles that have been competitively bid meeting all state bidding statues. The H-GAC contracted vendor for the Ford trucks is Philpott Ford of Pt. Neches. The chassis requested is a 15,000 lb. Gross Vehicle Weight Requirement(GVWR),diesel powered,dual rear wheeled, truck equipped with a power take off(PTO) direct drive pump. The PTO will provide power for the operation of hydraulic jack hammers. A PTO with a direct drive pump is only available on trucks of this size manufactured by Ford. Chevrolet trucks with a 15,000 lb. GVWR are offered through the State of Texas Cooperative Purchasing Program but a factory installed PTO is not available on Chevrolet trucks. Optional equipment included in the price of the truck includes automatic transmission, PTO,trailer towing package, grille guard, spotlight and strobe lights. The total cost including the H-GAC administration fee of$2,043.70 is $134,383.70. It is recommended that the purchase of four(4) 1999 Ford F450 chassis each equipped with a Rawson-Koenig service body be authorized through the Houston-Galveston Area Council in the amount of$134,383.70. Funds for the purchase of these trucks are available in the Water Utilities Fund. Service trucks are used by the Water Distribution Division for transporting equipment and tools to worksites. The new trucks will replace Units 2285, 2286,2287 and 2288, 1993 GMC model trucks,which will be disposed of according to the City's disposal policies for surplus goods. • 5 February 16, 1999 Consider approving a financing agreement for the purchase of two ambulances and one bulldozer The purchase of the ambulances and the bulldozer was authorized by Council on November 3, 1998 and on December 8, 1998, respectively. One ambulance and the dozer were delivered during the first week of February. The remaining ambulance should be delivered in March. Bids were requested for a fixed interest rate to finance the total cost of all three pieces of equipment for five years with the first payment in arrears. It is recommended that a financing agreement be approved with Koch Financial Corporation at a rate of 4.59% for five years with the first annual payment in arrears. The City's Finance Officer compared the cost of financing the equipment purchased to the cost of paying for the equipment in full. The result of this analysis, using the interest rate bid, indicates that a net gain of$9,651 would be realized from the investment of current funds and a financing agreement. A copy of the staff memorandum is attached for your review. • `�" INTER-OFFICE MEMORANDUM City of Beaumont,Texas Central Services Department Date: February 10, 1999 To: Ray A. Riley,City Manager From: Kirby Richard, Central Services Director fill"' Subject: Financing Agreement COMMENTS Three(3)bids were received on Monday,February 8, 1999 for a financing agreement for the purchase of two (2) 1999 Frazer ambulances and one (1) Caterpillar D7 dozer. The purchase of the ambulances and the excavator were authorized by Cite Council on Nov. 3, 1998 and Dec. 8, 1998,respectively. One (1) ambulance and the excavator was delivered during the first week of February. The remaining ambulance should be delivered in March. The total cost of all equipment is$425,916. Bids were requested for a fixed interest rate to finance the total cost of all three (3)pieces of equipment for five(5)years with the first payment in arrears. The following bids were received: Financial Institution Location Interest Rate Koch Financial Corporation Wichita,KS 4.59% First Bank& Trust Beaumont,TX 7.50% One other bid was received from Banc One Leasing Corporation but was not considered because they failed to provide the required bid deposit with their bid. It is recommended that the City Manager be authorized to execute a financing agreement with Koch Financial Corporation for financing two(2) 1999 Frazer ambulances and one(1)Caterpillar D7 dozer at a rate of 4.59%for five (5)years with the first annual payment in arrears. Financing Agreement February 10, 1999 Page 2 An amortization schedule is shown below: Payment No. Payment Amount Interest Principal Purchase Option 1 $97,263.56 $19,549.54 $77,714.01 $355,266.03 2 $97,263.56 $15,982.47 $81,281.09 $272,259.32 3 $97,263.56 $12,251.67 $85,011.89 $185,547.20 4 $97,263.56 $ 8,349.62 $88,913.93 $ 94,854.98 5 $97,263.56 $ 4,268.47 $92,995.08 $0.00 Total $486,317.78 $60,401.78 $425,916.00 The City's Finance Officer compared the cost of financing the equipment purchased to the cost of paying for the equipment in full. The result of this analysis,using the interest rate bid,indicates that a net gain of$9,651 would be realized from the investment of current funds and a financing agreement. The first annual payment will be due in one year after execution of the agreement. M E M '01'' To: Ray A. Riley, City Manager �� ti From: Beverly P. Hodges, Finance Officer 1 Date: Wednesday, February 10, 1999 Subject: Lease Purchase Financing Recently the Council approved the purchase of two Frazer ambulances and a Caterpillar D7 dozer. The total cost of the equipment that is eligible for lease purchase financing is $425,916. Koch Financial Corporation quoted a fixed interest rate of 4.59% to finance (Municipal Lease Purchase) the purchase of the equipment. If the City invested the purchase price of the equipment at our current yield we would earn $109,767. The cost of interest to finance the purchase of the equipment is projected at $60,401. Since we will be making annual payments on the lease purchase, we must factor in the annual payment as a reduction in the cash available for investment. As a result we would earn $70,052 over the term of the lease purchase which is a net gain of $9,651 and would retain the use of our money for the length of the financing. Purchase out of current Net gain from investment funds (loss of the use of of current funds and Lease funds) Purchase financing ($109,767) $9,651 It is my recommendation that we use the Municipal Lease Purchase, which would allow us the flexibility of keeping an adequate fund balance and realize the benefit of a net gain of $9,651 on the investment of our fund balance relative to the payment schedule of the financing. 6 February 16, 1999 Consider approving a financing agreement for the purchase of an upgrade to the City's mainframe computer The purchase of the IBM Model 620/2180 Reduced Instruction Set Computer upgrade was authorized by Council on December 8, 1998. Installation of the upgrade has been completed at a total cost of$180,046. Bids were requested for a fixed interest rate to finance the total cost for three years with the first annual payment in advance. It is recommended that a financing agreement be approved with Koch Financial Corporation at a rate of 4.63% for three years with the first annual payment in advance. The City's Finance Officer compared the cost of financing the equipment purchased to the cost of paying for the equipment in full. The result of this analysis, using the interest rate bid, indicates that a net gain of$1,354 would be realized from the investment of current funds and a financing agreement. A copy of the staff memorandum is attached for your review. INTER-OFFICE MEMORANDUM EL City of Beaumont,Texas Central Services Department Date: January 29, 1999 To: Ray A. Riley,City Manager From: Kirby Richard,Central Services Director VV Subject: Financing Agreement COMMENTS Sealed bids were received on Monday,January 25, 1999 for a financing agreement for the purchase of an upgrade to the City's mainframe computer. The purchase of the IBM Model 620/2180 Reduced Instruction Set Computer upgrade was authorized by City Council on December 8, 1998. Installation of the upgrade has been completed at a total cost of$180,046. Bids were requested for a fixed interest rate to finance the total cost for three (3)years with the first annual payment in advance. The following two (2)bids were received: Financial Institution Location Interest Rate Koch Financial Corporation Wichita,KS 4.63% Banc One Leasing Corporation Corsicana,TX 5.12% It is recommended that the City Manager be authorized to execute the financing agreement with Koch Financial Corporation for financing an upgrade to the City's IBM mainframe computer at a rate of 4.63%for three(3)years with the first annual payment in advance. An amoritization schedule is shown below: Payment No. Payment Amount Interest Principal Purchase Option 1 $62,751.19 $0.00 $62,751.19 $117,294.81 2 $62,751.19 $5,430.75 $57,320.44 $61,173.86 3 $62,751.19 $2,776.82 $59,974.37 $0.00 Total $188,253.57 $8,207.57 $180,046.00 Financing Agreement January-29, 1999 Page 2 The City's Finance Officer compared the cost of financing the equipment purchased to the cost of paying for the equipment in full. The result of this analysis,using the interest rate bid,indicates that a net gain of$1,354 would be realized from the investment of current funds and a financing agreement. The upgrade has been received and installed. Funding for the first annual payment, due upon execution of the agreement,is available in the Capital Reserve Fund. M - EM0 To.- Ray A. Riley, City Manager OWN From: Beverly P. Hodges, Finance Office Date: Friday, January 29,1999 Subject- Lease Purchase Financing Recently the Council approved an upgrade to the AS400 located at city hall. The cost of the upgrade that is eligible for lease purchase financing is $180,046. Koch Financial Corporation quoted a fixed interest rate of 4.63% to finance (Municipal Lease Purchase) the purchase of the upgrade. If the City invested the purchase price of the equipment (less the first payment which is made at closing) at our current yield we would earn $12,930. The cost of interest to finance the purchase of the equipment is projected at $8,207. Since we will be making annual payments on the lease purchase, we must factor in the annual payment as a reduction in the cash available for investment. As a result we would earn $9,562 over the term of the lease purchase which is a net gain of $1 ,354 and would retain the use of our money for the length of the financing. Purchase out of current Net gain from investment funds (loss of the use of of current funds and Lease 'i funds) Purchase financing ($12,930) $1,354 It is my recommendation that we use the Municipal Lease Purchase, which would allow us the flexibility of keeping an adequate fund balance and realize the benefit of a net gain of $1,354 on the investment of our fund balance relative to the payment schedule of the financing. 7 February 16, 1999 Consider authorizing negotiations to acquire property in the vicinity of Fannett and Sarah for the location of a branch library A copy of the staff memorandum is attached for your review. INTER-OFFICE MEMORANDUM EL City of Beaumont,Texas Beaumont Public Library Date: February 10, 1999 To: Ray A. Riley,City Manager From: Maurine Gray-Director of Community Services Subject: New Library for the Southern Portion of our City COMMENTS The Capital Program for the City of Beaumont this year contains funds for the planning phase for construction of a new Spindletop Branch Library. These funds would cover the cost of land acquisition and plan development. After study and review of the area,the general vicinity of Fannett, Sarah,and 11th Streets seems to be the very best location for such a facility. This area was discussed by the Beaumont Library Commission at its January 28, 1999 meeting and unanimously and enthusiastically supported for the new facility. This area will easily serve all locations in the southern portion of our city. There is transit service to that area as well as excellent streets to facilitate ease of access. Please request authorization from the City Council for negotiations to commence to acquire property in the vicinity,of Sarah,Fannett, and 1 lth Streets for the location of a new branch library. • 8 February 16, 1999 Consider approving a Management Agreement with the Beaumont Council of Garden Clubs for maintaining and managing the Garden Center and Warren Loose Conservatory at Tyrrell Park The Beaumont Council of Garden Clubs has occupied the Garden Center at Tyrrell Park since 1971. Since that time, there has not been a formal agreement with the City relating to operating the facilities. To define the obligations and responsibilities for the operation, maintenance and upkeep of the facilities, the attached Management Agreement is proposed. The City will continue to provide the same basic services as it has in the past. The only addition is that the City will pay the Garden Council the sum of$1,000 per month during the five-year lease for maintaining and managing the premises as a botanical garden, garden council building and conservatory open to the public for the education and promotion of horticultural activities. Additional information is attached. • • C� INTER-OFFICE MEMORANDUM City of Beaumont,Texas � L Central Services Department Date: February 9, 1999 To: Ray A. Riley,City Manager From: Kirby Richard,Central Services Director Subject: MANAGEMENT AGREEMENT BEAUMONT COUNCIL OF GARDEN CLUBS COMMENTS The Beaumont Council of Garden Clubs has occupied the Garden Center at Tyrrell Park since 1971. Since that time, there has been no formal agreement between the two parties for operating the facilities. To define the obligations and responsibilities for the operations, maintenance and upkeep of the facilities, the attached Management Agreement is proposed. As stated in the agreement,the City will continue to provide the same basic services as it has in the past. The only addition is that the City will pay the Garden Council the sum of$1,000 per month during the five-year lease for maintaining and managing the premises as a botanical garden,garden council building and conservatory open to the public for the education and promotion of horticultural activities. Specific areas of responsibility for the City include maintaining the structural elements, air conditioning, plumbing and electrical systems of the garden council building, structural systems of the Warren Loose Conservatory, the parking areas,lawn and turf areas, and electrical, gas,water utilities and telephone services for the premises. The Garden Council will be responsible for maintaining all planting beds and garden areas, irrigation systems, long distance telephone service charges,and all other obligations not specifically allocated to the City by the Agreement. The Council will also provide general liability insurance in the amount of $1,000,000 naming the City as an additional insured. Mr. and Mrs.Jack Binks have recently donated$105,000 to the Beaumont Council of Garden Clubs to finance the construction of a visitor and educational center for the Warren Loose Conservatory at the Tyrrell Park Garden Center. The City's monthly payment to the Garden Council is intended to help defray their expenses for staff at the new center, in addition to other operating expenses. It is recommended that the City Council authorize the City Manager to execute the Management Agreement, as provided in substantial form,with the Beaumont Council of Garden Clubs for a period of five years for maintaining and managing the Garden Center and Warren Loose Conservatory at Tyrrell Park. 0 MANAGEMENT AGREEMENT THE STATE OF TEXAS § COUNTY OF JEFFERSON § WHEREAS, the City of Beaumont, a municipal corporation domiciled in Jefferson County, Texas, hereinafter called "City," and the Beaumont Council of Garden Clubs, a Texas non-profit corporation domiciled in Jefferson County, Texas, hereinafter called "Garden Council," and WHEREAS, the parties recognize the mutual benefit to Garden Council and City derived from the existence of the Beaumont Botanical Gardens and the Warren Loose Conservatory on the grounds of Tyrrell Park, and WHEREAS, to that end, City and Garden Council agree as follows: WITNESSETH : Article 1. Description of Lease Premises For and in consideration of payment by City of the management fee hereinafter reserved to Garden Council and the performance by Garden Council of the covenants and agreements hereinafter contained to be performed by Garden Council, and in accordance with all of the provisions hereinafter set forth, City does hereby lease and let unto Garden Council, and Garden Council does hereby take and lease from City, the following described real property and premises (the "Leased Premises"): 1 That certain land more fully described in Exhibit "A" attached hereto and made a part hereof by this reference, hereinafter called the "Land," and the garden council building, Warren Loose Conservatory and parking facilities, hereinafter called the "Building." Garden Council is also given the non-exclusive right during the term of this agreement to utilize the property described in Exhibit "B° for any purpose that has been approved in writing in advance by the City Manager of the City. Article 2. Term of Agreement The term of this agreement shall be for five (5) years commencing on the first day of February, 1999 and terminating at 11:59 p.m. on the thirty-first day of January, 2004, if not sooner terminated as hereinafter provided. Article 3. Management Fee In consideration for Garden Council maintaining and managing the Leased Premises herein described, City shall pay to Garden Council the sum of One Thousand Dollars ($1,000.00) per month, payable on the first day of each month during the term of this agreement, commencing on the first day of March, 1999. Article 4. Use and Occupancy Garden Council shall use and occupy the Leased Premises as a botanical garden, garden council building and conservatory for the education and promotion of horticultural activities and related purposes during the full term of this Agreement. The grounds of the botanical gardens and conservatory shall be open to the public 2 during normal hours of operations as shall be agreed to between the parties. Garden Council will comply with any and all laws, ordinances, rules, orders and regulations of any governmental authority which are applicable to Garden Council's operations in and on the Leased Premises. Garden Council further agrees that no part of said facility will be used for any unlawful purpose. Any use of the Leased Premises or property described in Exhibit "B" by Garden Council shall be in accordance with the - Americans with Disabilities Act and any revision thereof. City covenants that if, and so long as, Garden Council performs the covenants hereof, Garden Council shall peaceably and quietly have, hold and enjoy the Leased Premises for the term of this Agreement, subject to each and all of the covenants and provisions contained herein. Article 5. Alterations, Additions or Improvements Garden Council shall not, without first obtaining the written consent of the City Manager, make any alterations, additions or improvements to the Building or the Land; provided, however, that such consent shall not be unreasonably withheld. Any work done by Garden Council to the Leased Premises or property described in Exhibit "B" shall be done in a good and workmanlike manner and without impairing the structural integrity of the Land or Building. Any alterations-additions or improvements made by-Garden - - - Council shall become the property of City at the termination of this Agreement. In the event improvements are contemplated or made to the property or grounds, the City may, at its sole discretion, assist the Garden Council by providing employees, equipment and/or materials as may be available at the time. All improvements shall be 3 made in accordance with Garden Council's master plan. Article 6. Obligations of City and Garden Council Garden Council shall use the funds provided in Article 3 above to provide and maintain a clean and pleasant environment, free of any hazards, at all times. Garden Council shall pay all personal property taxes, if any, imposed on the equipment, inventory, fixtures and other personal property located on the Leased Premises. Garden Council should maintain such insurance as it deems appropriate to protect its personal property on the Leased Premises. Garden Council shall, at its own expense, provide such competent help and personnel as it shall deem necessary for the safe operations and management of the facility: Any employee of the Garden Council shall be solely an employee of the Garden Council and shall not be considered an employee of City for any purpose. City shall be obligated and responsible for the following: a. Maintenance and repair of the interior and exterior walls, roof, foundation, doors and sidewalks of the garden council building; and b. Maintenance and repair of parking areas; and C. Maintenance and repair of electrical systems; and d. Maintenance and repair of air conditionirKjsystems_an_the_garden council building; and e. Maintenance services for lawn and turf areas described in Exhibit "A". Planting beds and garden areas shall be the responsibility of Garden Council; and 4 f. Payment of electrical, gas, water utilities and telephone services, excluding Ion distance telephone service charges; and 9 P 9 , g. Maintenance and repair of the Warren Loose Conservatory's structural systems, including the replacement of windows; and h. Repair of Building's plumbing system, excluding services required to remove obstructions from sewer lines. All irrigation systems are the responsibility of Garden Council. All obligations which are not listed above shall be the responsibility of Garden Council. City shall, at its expense, maintain such casualty insurance covering the Leased Premises as it deems appropriate to cover its interest thereon. Garden Council shall have no authority to incur any obligation on behalf of the City nor does City have any authority to incur any obligation on behalf of the Garden Council concerning he facility. This Management Agreement shall not be assignable in whole or 9 Y 9 9 9 in part by Garden Council or City without the written consent of the other party. Garden Council shall, at all times, keep the property of City free and clear of all liens, attachments, encumbrances or claims arising out of Garden Council's operations. - -- Article 7. General Liability Insurance Garden Council shall provide general liability insurance in the minimum aggregate amount of One Million Dollars ($1,000,000), such insurance naming City as an additional named insured, and provide City with a certificate of insurance evidencing such coverage. The insurance must additionally insure the indemnity required by this Agreement. 5 Article 8. Damage to Leased Premises In the event the Leased Premises are partially damaged or destroyed or rendered partially unfit for occupancy by fire or other casualty, Garden Council shall give immediate notice to City. City may repair the damage and restore the Leased Premises to substantially the same condition as immediately prior to the occurrence of the casualty. Garden Council shall allow City a fair reduction of the management fee during the time the Leased Premises are partially unfit for occupancy. If the Leased Premises are totally destroyed or deemed by the City to be rendered unfit for occupancy by fire or other casualty, or if City shall decide not to repair or rebuild, this management agreement shall terminate and the management fee shall be paid to the time of such casualty. Article 9. Default In the event either party defaults in the performance of any of its obligations under this Agreement, and such default continues uncorrected for thirty (30) days after written notice from the other party of the particular default, said notice being given by certified mail, return receipt requested, addressed to the defaulting party at its address as hereinafter set forth, thereupon, at the sole election of the non-defaulting party, this agreement may be terminated. City shall have a right of re-entry and operation of the facility upon any termination. 6 Article 10. Indemnification Garden Council shall indemnify and hold City harmless from any and all liabilities, claims, damages, judgments, injuries, costs, and expenses, including reasonable attorney's fees for the defense thereof, arising from the conduct or management of Garden Council's business or its use of the Leased Premises. Article 11. Non-Appropriation of Funds Notwithstanding anything contained in this Agreement to the contrary, in the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable by any means whatsoever in any fiscal period for management payments due under this Agreement, City will immediately notify Garden Council in writing of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations have been received or made without penalty or expense to City. Article 12. Miscellaneous Provisions All notices required to be given hereunder by City to Garden Council shall be in writing and delivered by certified mail, return receipt requested, and addressed to Garden Council as follows: Beaumont Council of Garden Clubs P. O. Box 7962 Beaumont, Texas 77726-7962 All notices required to be given by Garden Council to City shall be similarly given, addressed to City as follows: 7 City Manager City of Beaumont P. O. Box 3827 Beaumont, TX 77704 provided that either party may, by notice in writing to the other, designate any additional or alternative address to which such notices shall be given. If any portion of this Agreement shall be held to be invalid or unenforceable for any reason, the remaining provisions shall continue to be valid and enforceable. If a court finds that any provision of this Agreement is invalid or unenforceable, but that by limiting such provision it would become valid and enforceable, then such provision shall be deemed to be written, construed and enforced as so limited. This document contains the entire agreement of the parties and there are no other promises or conditions in any other agreement, whether oral or written. This Agreement may be modified or amended in writing, if the writing is signed by the party obligated under the amendment. This Agreement shall be deemed to be made and shall be performable in Jefferson County, Texas and shall be construed in accordance with the laws of the State of Texas. 8 IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day of , 1999. BEAUMONT COUNCIL OF GARDEN CLUBS CITY OF BEAUMONT By: BY: Marie Broussard, President Ray A. Riley, City Manager ATTEST: ATTEST: 9 9 February 16, 1999 Consider approving the purchase of two rubber track excavators for use in the Sewer Maintenance Division/Water Utilities The two excavators would be purchased from CLM Equipment of Nederland in the total amount of$91,000. The excavators will be used in the repair and maintenance of sewer lines. The small excavators are narrow in design for use in limited space conditions, such as alleys in residential areas. The units are warranted for 12 months and service work will be provided by CLM Equipment. The two replacement units will be disposed of according to the City's surplus property disposal policies. Funds for this expenditure are available in the Water Fund. . "�~' INTER-OFFICE MEMORANDUM City of Beaumont,Texas Central Services Department Date: February 10, 1999 To: Ray A. Riley, City Manager From: Kirby Richard, Central Services Director Subject: Purchase of Two Small Excavators COMMENTS Five (5) bids were received for the purchase of two (2) rubber track excavators for the Water Utilities, Sewer Maintenance Division,to be used in the repair and maintenance of sewer lines. The small excavators are narrow in design for use in limited space conditions, such as alleys in residential areas. The following bids were received: Company 7,000 lb. Class 10,000 lb. Class Total United Rentals, Inc. $33,993.05 $48,841.28 $82,834.33 Beaumont, TX CLM Equipment $39,400.00 $51,600.00 $91,000.00 Nederland, TX Carruth-Doggett Industries $39,500.00 $51,750.00 $91,250.00 Houston,TX United Rentals $40,250.70 $52,705.04 $92,955.74 Beaumont, TX Waukesha-Pearce Industries $44,069.00 $51,753.00 $95,822.00 Pt. Arthur, TX The apparent low bid submitted by United Rentals does not meet specifications. Areas failing to meet specifications include digging depth and radius,bucket reach and extended digging depth. All other bidder's units met the minimum specifications. Purchase of Two Small Excavators February 10, 1999 Page 2 It is recommended that this bid be awarded to CLM Equipment in the amount of$91,000 for one (1)Takeuchi Model TB035 and one(1)Takeuchi Model TB045 rubber track excavators. Delivery of the units will be within thirty (30)days after receipt of order. The units are warranted for twelve (12) months and service work will be provided at CLM in Nederland. The excavators will replace units 5101 and 5113, a 1990 Kubota and a 1993 Takeuchi excavator. The replacement units will be disposed of according the City's surplus property disposal policies. Funds for this expenditure are available in the Water Fund. 0,I kDIT(W (409) 838-'808 a ---- - -- OUT "'w "rEAST WEDNESDAY FEBRUARY 17, 1999 Speeders ush Thomas Road toward street closure group By CHRISCIA JACKSON P!"QpOd � Shopping Center at the corner THE ENTERPRISE of Thomas Road and Calder ReAd 81 1 ':k Avenue. BEAUMONT — The blue "I agree that something and yellow sign reading "Slow De wate'Ave' 1 Road Block needs to be done about the Up So Our Kids Can Grow Up" forcing intersection because it's dan- is first thing motorists see when traffic gerous, but you can't just de turning left onto Thomas Road to turn onto annex part of a busy city. It's G[ from Gladys Avenue. a save. Regina like they want to secede from This sign may not mean Road Block rather the Union or something. If they much to those who do not live preventing continuing don't want traffic, then they in the neighborhood. but for traffic from straight on should move to a house on a members of the Thomas Road turning onto e� ',Thomas cul-de-sac." Association, preserving the I Thomas Rd. Despite the objections, the community is worth petitioning Pablo Gomez/The Enterprise Thomas Road Association will the city to privatize the road. "This is just a temporary push its cause. "Closing Thomas Road is not survey, said Tom Warner, "The road has only been intended to inconvenience our director of Public Works for closed for one day and already neighbors," said Margret Beaumont. "We just want to see we have seen the effects," Golias, president of the neigh- the effects closing the road has Golias said. "The schools were borhood association. "This is on businesses and traffic. closed yesterday and there were just a preventive measure to "It will be over on Friday 40 to 50 kids outside riding avoid a tragedy. and then it will take another their bikes, rollerblading, "The speed limit is 30 mph, two weeks before the survey walking their dogs and skate- but people drive down here at results are computed. Nothing boarding. 40, 50 and 70 mph. Sometimes has been decided ,yet." "That hasn't happened it's like the Indy 500 out there. Although many people agree around here in a long time I'm no different from any other that the reason behind closing because there have been cars mother and it would be a shame the road is valid, they differ on speeding down the street." to wait until a child is killed by the effectiveness of this solu- Once the trial closure ends, a car before we do anything." tion. Some wonder why speed 100 percent of neighborhood According to Golias at least bumps were not considered as residents must agree to contin- 1,400 cars drive down Thomas an option before closing the ue before they can move to the Road every day. Alarmed by the road. "I sympathize with the next phase. The association is speed of traffic, residents unit- people who live on Thomas only on step two of the many ed to try to solve the problem. Road, but I don't believe that steps it must take to perma- One of the many suggested one group of people should nently close the road. If accom- solutions is the city's latest have the power to close off a plished, the city will relinquish attempt to curb the flow of traf- road because they don't want the responsibility for maintain- fic — barricade the road. For this anyone driving on it," said ing the road and the homeown- week Thomas Road will be Suzanne Shaver, owner of The ers will have to assume the blocked off at Calder and Regina. Paper Clip in the Westbrook monetary cost. IN THE City makes Kiley Beaumont, Orange extension official ballots draw names BEAUMONT — The Cite Even before the Beaumont Council Tuesday extended Ray Riley's term as city man- City Council approved an ager while recruitment of his ordinance calling for the gen- successor continues. eral municipal election Tues- day, four people filed to be on Riley will,serve until May the ballot. ;1 Georgine Guillory and The city hired the Old'ani Alice Felix Ramsey filed Group, a recruiting firm based applications to challenge in Bellevue, Wash., to find a incumbent Councilwoman replacement for Riley. The Bobbie Patterson of Ward IV. deadline for applications is Patterson and Ward 2 Coun- March 3, and the firm is cilman Guy Goodson also expected to present a list of filed for re-election. candidates to the council on The council approved the March 16. The council is ordinance Tuesday in its regu- scheduled to begin interview- lar meeting, setting May 1 as ing for the post on May 3. the election date. Filing The council maintained opened Monday and will close Riley's current salary and ben- at 5 p.m. March 17. efits, adding 60 hours of per- All four wards in the city sonal leave and $5,000 of are included in the election. deferred compensation The Ward I position is occu- allowance. Riley's salary is pied by Lulu Smith and the • $122,000 a year. Ward III seat is held by John Riley, 61, announced his Davis. Runoff election, if nec- retirement in December after essary, would be held on May 15 years as Beaumont's chief 15. administrator. He said he does The first day to apply a for not plan to leave the city ballot by mail is March 2, and where he has lived for the past the last day is April 23. The 20 years. first day of early voting is Riley said he is glad to stay April 14, and the last day is until the end of May, but he April 27. won't stay an extra day In the Beaumont Indepen- because of his plans to travel. dent School District election, districts 6 and 7 will be con- The Enterprise tested. Martha Hicks, the Dis- trict 6 incumbent, and Chris- tine Gabrelos, a challenger in District 7, have already filed to run. District 7 is held by John Williams In Orange, Charlie Brown filed for a place on the ballot Monday. Brown is the City Council Place 2 incumbent. •