Loading...
HomeMy WebLinkAboutPACKET MAY 02 2006 _G~ City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS MAY 2, 2006 1:30 P.M. CONSENT AGENDA * Approval of minutes * Confirmation of committee appointments Barbara White would be appointed to the Parks and Recreation Advisory Committee. The term would commence May 2, 2006 and expire May 1, 2008. (Councilmember Bobbie J. Patterson) A) Authorize the City Manager to join with Jefferson County in requesting the Governor of Texas to submit a formal request for Justice Byrne Grant funds from the Department of Defense for the purpose of upgrading the current radio communications system to allow for regional interoperability B) Approve a contract for the purchase of automotive batteries for use in the Fleet Management Division C) Authorize the City Manager to execute an Interlocal Agreement between Jefferson County and the City of Beaumont for the use of County equipment for the Beaumont Independent School District (BISD) Trustee Election A 0 City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Max Duplant, Chief Financial Officer MEETING DATE: May 2, 2006 AGENDA MEMO DATE: April 25, 2006 REQUESTED ACTION: Council consider authorizing the City Manager to join with Jefferson County in requesting the Governor of Texas to submit a formal request for $15,800,000 in Justice Byrne Grants from the Department of Defense for the purpose of upgrading the current radio communications system to allow for regional interoperability. RECOMMENDATION The Administration recommends approval of authorizing the City Manager to join with Jefferson County in requesting the Governor of Texas to submit a formal request for $15,800,000 in Justice Byrne Grants from the Department of Defense. BACKGROUND The local Council of Government (COG), Southeast Texas Regional Planning Commission, has championed a regional communications initiative including representatives from all major Cities and County governments throughout the Hardin, Jefferson and Orange County area. This committee identifies needs and has worked closely both prior to the storms and after the storms to constantly identify areas of concern throughout the region for improved communications. After the storm. the committee collectively agreed that communications is a top priority that needs to be addressed moving forward. The most cost effective and efficient way to achieve this goal is to implement a regional communication system that encompasses the three county area. A regional system will provide connectivity and interoperability for all three counties and their government agencies within each county. Newer resources will be utilized and/or enhanced to integrate with new communications equipment throughout the region and provide this interoperability. Hardin and Orange Counties are in need of total replacement of their systems to allow them to interface with public safety agencies in Jefferson County. Jefferson County and the City of Beaumont currently share a communication system that will be upgraded as well to allow for the tri-county interoperability. As a part of the upgrade, the system will be expanded from the current 10 channels to 20 channels. This expansion will provide the City of Beaumont a much greater capacity than the current 10 channels allow. BUDGETARYIMPACT None. The current understanding is that no matching funds are necessary for this grant. PREVIOUS ACTION None. SUBSEQUENT ACTION Subsequent Council action will be requested to accept the grant if awarded after clear guidelines are provided. RECOMMENDED BY City Manager, Chief Financial Officer, and Chief Technology Officer. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: WHEREAS, the Southeast Texas Regional Planning Commission agrees that in assessing communication effectiveness during Hurricane Rita that improving communication should be a top priority; and, WHEREAS, a need exists to promote connectivity and interoperability of the radio communication system of Jefferson, Hardin and Orange counties, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager is hereby authorized to join with Jefferson County in requesting the Governor of Texas to submit a formal request for$15,800,000 in Justice Byrne Grants from the Department of Defense for the purpose of upgrading the current radio communications system to allow for regional interoperability. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of May, 2006. - Mayor Guy N. Goodson - 0 B City of Beaumont •�• Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Brenda Beadle, Purchasing Manager MEETING DATE: May 2, 2006 AGENDA MEMO DATE: April 26, 2006 REQUESTED ACTION: Council approval of a contract for the purchase of automotive batteries. RECOMMENDATION Administration recommends award of a one (1) year contract for purchasing automotive batteries to Battery Warehouse of Orange at the unit costs stated below with an estimated total annual expenditure of$26,275.50. BACKGROUND Bids were requested for a one (1) year contract for purchasing automotive batteries for use by the Fleet Management Division to maintain city-owned vehicles and equipment. The specifications require fixed pricing for the most commonly used battery types, and a percentage discount off list price for other batteries as needed during the contract period. Ten (10) vendors were notified with two (2) responding with bids as reflected in the attached bid tabulation. The product line quoted by Battery Warehouse has been reviewed by Fleet Management and meets specifications set forth in the bid, and the vendor has previously held the contract satisfactorily. The sales tax impact analysis formula was applied to the local vendor's bid, but did not alter the bid standings. BUDGETARY IMPACT Funds are available for this expenditure in the Fleet Management Division's operating budget. The expenditure for batteries during the prior contract period was $31,362.94. One(1)Year Contract for Automotive Batteries April 26, 2006 Page 2 PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager. ANNUAL CONTRACT FOR AUTOMOTIVE BATTERIES BID OPENING DATE: THURSDAY,APRIL 20,2006 BID NUMBER: RF0306-40 e o en_ or _ Battery are ouse- range — nterstate attenes dress 1111 16th Street 6008 College St. ity/ tate range, Texas Beaumont, Texas ontact Name V;Wt Baker _ Joseph Kingsbury Phone Number_ (800)409-3545 (4)9)8 0-4200 Brand Bid G.E.S. e JCI Interstate Discount Offered Off List Price 25% 40% App- Qty- Battery ype nit Cost Extended Cost Unit Cost Extended Cost 180 78U-7 (34/78) 39.95 7,191.0 40.95 7,371.00 132 31S 42.95 $5,669.40 54.95 7,253.40 80 31 $3,436.00 54.95 $4,396.00 115 65 39.95 --V4,-59-4.-25 $39.95 $4,594.25 18 4D 70.951 1,277.10 $69.95 $1,259.10 12 58 2.95 395.4 34.95 19.40 14 75 32.95 $461.30 33.28 5.92 2 78 5.95 $1,150.40 32.95 5-1,Z5-4-.-4-0 14 8D 84.95 $1,189.3 79.95 1,119.30 16 U1(SP40) $21.95 $33.36 533.76 17 58R -$3-2.951 $560.15 34.95 594.15 �— Total Bid Amount $26 275.50 $29,060.68 RESOLUTION NO. • WHEREAS bids were received for a one (1) year contract for purchasing automotive batteries for use by the Fleet Management Division to maintain city-owned vehicles and equipment; and, WHEREAS, Battery Warehouse, Orange, Texas, submitted a bid in the unit costs shown below for an estimated amount of $26,275.50 App. Qty. Battery T e/BCI # Unit Cost Extended Cost 180 78U-7 34/78 $39.95 $7,191.00 132 31S $42.95 $5,669.40 8031 $42.95 $3,436.00 11565 $39.95 $4,594.25 18 4D $70.95 $1,277.10 12 58 $32.95 $395.40 14 75 $32.95 $461.30 32 78 $35.95 $1,150.40 14 8D $84.95 $1,189.30 16 U1 SP40 $21.95 $351.20 17 58R $32.95 $560.15 Total Bid Amount $26,275.50 and, WHEREAS, City Council is of the opinion that the bid submitted by Battery Warehouse, Orange, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid submitted by Battery Warehouse, Orange, Texas, in the unit costs shown above for an estimated amount of $26,275.50 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of May, 2006. - Mayor Guy N. Goodson - t174if • City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS MAY 2, 2006 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda items 1-2/Consent Agenda * Consent Agenda . GENERAL BUSINESS 1. Consider approving a bid for repairs to the Tyrrell Historical Library 2. Consider approving a bid for the purchase of one(1)pneumatic pipe bursting unit for use in the Water Department WORK SESSION * Discuss the possibility of the City of Beaumont managing and operating the Jefferson Theater COMMENTS * Councilmembers/City Manager comment on various matters * Public Comment(Persons are limited to 3 minutes) Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Lenny Caballero at 880.3716 three days prior to the meeting. c City f Beaumont o Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Rose Ann Jones, City Clerk MEETING DATE: May 2, 2006 AGENDA MEMO DATE: April 28, 2006 REQUESTED ACTION: Council consider authorizing the City Manager to execute an Interlocal Agreement between Jefferson County and the City of Beaumont for the use of County equipment for the Beaumont Independent School District(BISD) Trustee Election. RECOMMENDATION Administration recommends approval of authorization for the City Manager to execute the Interlocal Agreement. BACKGROUND This is the first year that Jefferson County has required a written contract for the use of voting equipment. BISD is responsible for all costs incurred. BUDGETARY IMPACT None- Costs to be covered by BISD. PREVIOUS ACTION None. RECOMMENDED BY - City Manager and City Clerk. INTERLOCAL AGREEMENT BETWEEN JEFFERSON COUNTY AND CITY OF BEAUMONT This agreement, made and entered into, by and between, Jefferson County, hereinafter referred to as "County", acting herein by and through its County Judge and County Commissioners Court, and the City of Beaumont hereinafter referred to as"Entity", acting herein by and through its Board. WITNESSETH: WHEREAS, Entity is required to conduct an election on May 13, 2006; and WHEREAS, Section 61.012 of the Texas Election Code requires that at least one accessible voting system be provided in each polling place used in a Texas Election on or after January 1,2006; and WHEREAS, Sections 123.032 and 123.035 of the Texas Election Code authorize the acquisition of voting systems by local political subdivisions and further mandate certain minimum requirements for contracts relating to the acquisition of such voting systems; and WHEREAS, Entity located in Jefferson County,Texas, desires to enter into an Interlocal Agreement for the use of the County's electronic voting equipment,printer packs and PEBs(Personal Electronic Ballots) for the early voting period and for the May 13, 2006,Election Day; AND WHEREAS, the Commissioners Court of Jefferson County, Texas desires to give authorization for said usage. NOW THEREFORE BE IT RESOLVED BY THE COMMISSIONERS COURT OF JEFFERSON COUNTY,TEXAS,THAT: Said Commissioners Court authorizes the usage of said equipment by Entity under the conduct and supervision of Carolyn L. Guidry, County Election Official of Jefferson County,Texas; and BE IT FURTHER RESOLVED, that the Entity will be responsible for election costs incurred in the programming of said equipment for the purpose by the County's vendor, Election Systems and Software, Inc.; and BE IT FURTHER RESOLVED, that each piece of electronic equipment needed shall lease for$50 per unit as set by the County Clerk for this election only; any equipment returned damaged or in a lesser state than received, full value of equipment to be repaired or replaced will be the responsibility of the Entity; and BE IT FURTHER RESOLVED, that the Entity shall be responsible for insurance coverage for all County's electronic voting equipment while in the Entity's possession in a manner in which the Entity would provide coverage if owned by them; and BE IT FURTHER RESOLVED, that the preparation of the equipment, Logic and Accuracy testing, clearing, loading ballot and audit will be performed by the County Clerk's personnel at a flat administration fee of $250; the Entity will be responsible for the verification and accuracy of ballot 40 information and shall solely sign off on any and all proofing of said ballot from vendor; and BE IT FURTHER RESOLVED, that mandatory training by the County Clerk's office of the electronic (DRE) voting system's functions and operation of the equipment will be provided to the Entity as a Train the Trainer session to arm the Entity of the necessary training to teach their designated poll workers; and BE IT FURTHER RESOLVED,that the Entity and County agree that the estimate sheet is a good faith estimate only and that the Entity's obligation is the actual cost even in the event the actual cost exceeds the estimated cost; and BE IT FURTHER RESOLVED,that the Entity shall pay upon receipt of billing the total invoice of cost occurred for the election; and BE IT FURTHER RESOLVED,that the Entity retains ultimate responsibility for the election and all County's electronic voting equipment while in the Entities possession;neither the County nor any personnel of the County will be held responsible for any outcome of the election, any malfunction of the electronic voting equipment for the election or any damage caused by the electronic voting equipment; and BE IT FURTHER RESOLVED,AND AGREED upon this day of ,2006. Carl R. Griffith, County Judge Date ATTEST: Carolyn L. Guidry Jefferson County Clerk Entity Title: Date Page 2 of 2 r 1 May 2, 2006 Consider approving a bid for repairs to the Tyrrell Historical Library City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Brenda Beadle, Purchasing Manager MEETING DATE: May 2, 2006 AGENDA MEMO DATE: April 25, 2006 REQUESTED ACTION: Council approval of the award of a bid for repairs to the Tyrrell Historical Library. RECOMMENDATION Administration recommends the award of a bid for furnishing all labor, equipment, materials and supplies necessary to repair damage sustained at the Tyrrell Historical Library from Hurricane Rita to H. B. Neild& Sons, Inc. in the amount of$351,300. BACKGROUND Repairs include replacement of damaged roof tiles,repair and replacement of copper attic ventilation louvers, replacement of sheetrock and plaster, interior ceiling replacement in various rooms and offices, repainting, light fixture repair and replacement, floor tile replacement and stained glass window repair and replacement. Milton Bell Architects developed the Scope of Work for the restoration repairs. Three bids were received and are as follow: Contractor Base Bid Alternate Completion Time No. 1 H. B. Neild& Sons, Inc. $339,700 $11,600 90 calendar days Beaumont, TX Daniels Building& Construction, Inc. $399,000 $16,900 120 calendar days_ Beaumont, TX SeTEX Construction Corporation $588,000 $30,000 240 calendar days Beaumont, TX Alternate No. 1 includes the repair and replacement of damaged wood sashes in four stained glass windows that were not damaged by Hurricane Rita. Repairs to Tyrrell Historical Library April 25, 2006 Page 2 Approved subcontractors were identified in the bid specifications for the stained glass window restoration and the artificial slate shingles. H. B. Neild & Sons has agreed to use the approved subcontractors for the specified work. There will be no City certified MBE/DBE participation on this project. Work will be completed within ninety (90) calendar days. BUDGETARY IMPACT This claim has been filed with the property insurance carrier for reimbursement. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Library Services Director. RESOLUTION NO. WHEREAS, bids were received for furnishing all labor, equipment, materials and supplies necessary to repair damage sustained to the Tyrrell Historical Library from Hurricane Rita; and, WHEREAS, H. B. Neild & Sons, Inc., Beaumont, Texas, submitted a bid in the amount of $351,300; and, WHEREAS, City Council is of the opinion that the bid submitted by H. B. Neild & Sons, Inc., Beaumont, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid submitted by H. B. Neild & Sons, Inc., Beaumont, Texas, for furnishing all labor, equipment, materials and supplies necessary to repair damage sustained to the Tyrrell Historical Library from Hurricane Rita in the amount of$351,300 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of May, 2006. - Mayor Guy N. Goodson - 2 May 2, 2006 Consider approving a bid for the purchase of one(l) pneumatic pipe bursting unit for use in the Water Department C1..a..11 City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Brenda Beadle, Purchasing Manager MEETING DATE: May 2, 2006 AGENDA MEMO DATE: April 26, 2006 REQUESTED ACTION: Council approval to award a bid for the purchase of one (1) pneumatic pipe bursting unit. RECOMMENDATION Administration recommends award of a bid for the purchase of one (1) pneumatic pipe bursting unit to T.T. Technologies, Inc. in the amount of$56,197.38. BACKGROUND Bids were requested for one (1) pneumatic pipe bursting unit for use by the Water Utilities Department in the rehabilitation of failing sewer lines. This unit will be used for replacing pipe of up to twelve inches in diameter. The unit will complement two (2) Grundocrack pipe bursting machines currently owned and operated by the City. The traditional repair method of sliplining requires a reduction in pipe diameter for the replacement pipe, thereby reducing flow capacity. The specified bursting unit allows for the insertion of pipe of equal size or larger than that being replaced while simultaneously bursting the failed pipe. The bursting method is significantly faster than sliplining in replacing failed sewer lines, resulting in enhanced productivity and significant labor savings. Three (3) vendors were notified of the bid, with two (2) responding with bids. The bids received were as follow: Vendor Model Bid Delivery Bid Amount Earth Tool Company, L.L.C. Hammerhead Mole 30 days $29,825.79 Oconomowock, Wisonsin Purchase of Pneumatic Pipe Bursting Unit April 26, 2006 Page 2 Vendor Model Bid Delivery Bid Amount T.T.Technologies, Inc. Grundocrack Hercules 5-7 days $56,197.38 Aurora, IL The apparent low bidder, Earth Tool Company, took exception to several technical specification items. The most critical of the exceptions include an undersized hammer head(8"rather than 8.5" specified, thus delivers less bursting force), lack of a rear flair design (vendor quoted front flair design, which increases the risk of the bursting unit disengaging from the pipe during the bursting process), a hammer stroke speed of 223 strokes per minute rather than the 340 strokes per minute specified(reducing bursting unit efficiency). The exceptions call into question the bursting power, durability, speed, and efficiency of the Hammerhead unit. TT Technologies holds an advantage in its mono block design, wherein the barrel of the unit is machined from a solid block of steel for strength and longevity. Conversely, the Hammerhead design utilizes a heavy wall tubing for the barrel, with the nose and rear pieces bolted on to the unit. It is the opinion of Water Utilities personnel that designs of this type do not hold up well over time given the repetitive concussions that the unit will sustain. Additionally, purchase of the unit would allow for common parts usage between existing and new pipe bursting equipment,and familiarity with machine operation by Water personnel. TT Technologies, Inc. is recognized as one of the first companies to enter the pneumatic pipe bursting industry, and partnered with British Gas Company in the late 1970s to develop the prototypes for much of the technology used today. Other companies have entered the industry in the time since, with Earth Tool beginning production in 1990. The City has purchased two (2) TT Technologies units previously: a comparable 8.5 inch diameter bursting unit in February, 2000 for $66,394.81 (production efficiencies and market forces have dictated the price reduction, despite significant increases in steel prices); and a 14" inch diameter bursting unit in May, 2001 for $133,354. The units have been utilized for the bursting and replacement of approximately 44,200 feet of pipe since the time of purchase,and have not been out of service for any reason other than routine maintenance by Water Utilities personnel. TT Technologies bid a reversible bursting unit in Lawton,Oklahoma in December,2005 at$29,810. This bid was for a different style unit which requires less steel(a significant cost component in the current market), and less machining than the unit specified for Beaumont. The Beaumont bid of $56,197.38 includes$13,162 in additional requested equipment and accessories not included in the Lawton bid. The base unit in Beaumont costs approximately$14,000 more than that in Lawton,due primarily to the size differential, and the cost to the company of the steel used at the time of the production of the respective units. The unit bid by T.T.Technologies,Inc.has been reviewed by Water Utilities Department personnel, and meets all performance specifications. The unit is warranted against defects in material and workmanship for 90 days or 500 hours of actual use, whichever occurs first. The barrel and Purchase of Pneumatic Pipe Bursting Unit April 26, 2006 Page 3 piston of the unit carry a one (1) year warranty, with a 90 day warranty on all other parts. BUDGETARY IMPACT Funds for this expenditure are budgeted in the Water Utilities Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Water Utilities Director. • RESOLUTION NO. WHEREAS, bids were received for the purchase of one(1) pneumatic pipe bursting unit for use by the Water Utilities Department; and, WHEREAS, T. T. Technologies, Inc.,Aurora, Illinois, submitted a bid in the amount of $56,197.38; and, WHEREAS, City Council is of the opinion that the bid submitted by T. T. Technologies, Inc., Aurora, Illinois, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid submitted by T. T. Technologies, Inc., Aurora, Illinois, in the amount of $56,197.38 for the purchase of one (1) pneumatic pipe bursting unit for use by the Water Utilities Department be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 2nd day of May, 2006. - Mayor Guy N. Goodson - • WORKS SSION Discuss the possibility of • the City of Beaumont managing and operating the Jefferson Theatre • WORK SESSION MEMORANDUM To: Mayor and Councilmembers From: Kyle Hayes, City Manager K Date: April 28, 2006 RE: Jefferson Theatre The Board of Directors for the Jefferson Theatre Preservation Society has requested that the City of Beaumont consider taking over the operation and management duties of the Theatre. As you know, the Theatre which was constructed in 1927 was fully restored nearly three years ago. The cost of the renovation totaled approximately $6 million, $2 million of which came from Section 108 funds which are being repaid by the City of Beaumont over a 20-year period using Community Development Block Grant funds. The City's Convention Facilities Division currently manages the activities of the Civic Center, Julie Rogers Theatre, Harvest Club, Fair Park Coliseum and Riverfront Park. Staff working in the Convention Facilities Division has the necessary technical and management expertise as well as equipment to operate the Jefferson. The budget for the Convention Facilities Division is $860,000 for FY 2006. The net cost for the City to assume operations and maintenance of the Jefferson Theatre is estimated to be an additional $100,000 per year. It should be noted that any emergency maintenance repairs which may occur, and are not budgeted for, will be the responsibility of the City. The City does not anticipate assuming any debt or outstanding bills. The Purchasing Division believes the Theatre can be insured as a part of the City's insurance policy with a minimal cost. ESTIMATED BUDGET FOR JEFFERSON THEATRE Utilities $50,000 Supplies 10,000 Telephone 7,000 Minor Maintenance 13,000 Part-time Wages 30,000 Contingency 25,000 Total Estimated Expenses $135,000 Event Income $ 35,000 Total Estimated Loss $ 100,000 The Jefferson Theatre is owned by a limited partnership which acts as the Landlord for the building. The Preservation Society is the tenant who currently operates the Theatre. Due to tax credits used as a part of the renovation effort, the ownership of the Theatre cannot change for a period of 66 months commencing from the time the renovation was complete in November of 2003. Therefore,the ownership of the Theatre would remain as is until June 2009. If there is a consensus to move forward, an operations and management agreement would be provided for your consideration and approval at the next scheduled Council meeting. The agreement would be for a one-year period with an option to renew and would commence immediately if approved by the Council. Once the tax credit period has expired, it would be the Administration's desire to work with the Limited Partnership relating to the Theatre and Theatre equipment becoming City-owned property without additional costs to the City. The Administration believes an operations and management agreement with the Jefferson Theatre Limited Partnership is in the City's best interest. The City has box office,technical and maintenance staff on the payroll as well as equipment used to stage a production. The City would also help preserve the historic Theatre while ensuring that the $2 Million City investment is carried out as intended. ��ersen (�iectre � P.O. Box 1229, Beaumont,Texas 77704-1229 • 345 Fannin, Beaumont,Texas 77701 409.835.LIVE (5483) • 409.835.1248 Fax • www.jeffersontheatre.org Carolyn Johnson, Theatre Manager 10yo,. � �4 0 April 20, 2006 �01 C O Mayor Guy Goodson ���� Beaumont City Council City Manager Kyle Hayes Dear City Leaders, Eight years ago the Jefferson Theatre Preservation Society undertook the mammoth task of restoring this wonderful 1927 jewel of a performance venue. We raised $6 million dollars, two million of which came from �. federal dollars provided by the City of Beaumont, and almost three years ago the fully restored theatre was reopened for public enjoyment. The Jefferson Theatre has provided great entertainment and a community venue for public rental that has added greatly to this city's quality of life. �efferson Theatre The theatre has been managed since its opening by a California company reservation Society under the supervision of the Preservation Society Board. The Society has Board of Directors sponsored three seasons of performances, attempting to build a season Roy Stein Presidenthagen ticket support base of 500 ticket holders. Last year's season ticket sales and Nancy Beaulieu the major fund raiser for the theatre season were interrupted and/or Vice President cancelled by Hurricane Rita, and we have been unsuccessful in maintaining Ann Creswell our momentum at a level that will support another season of performances, Past President pp p Richard Funchess or even basic theatre operation. Treasurer Linda Pate At this point in time, the hurricane damage sustained by the Jefferson Secretary Joan Hataway Theatre either has been repaired or, in the case of the Robert Morgan Volunteers Wonder Organ, is under repair. Insurance money is available to take care of Janie Hill these expenses. We have completed the season we undertook for 2005- Programming/Ticket Sales Barbara Knight 2006, but now find ourselves without the financial ability to underwrite Grants another season nor, in fact, to continue to fund the utility and staff expenses Eric Meadows associated with the Jefferson Theatre in its current configuration much Film Gwen Mercer beyond the end of this month. Cultural Growth Nell McCallum Morris It is our urgent request that the City of Beaumont consider at its earliest Fundraising Dan Parker convenience taking over operation of the Jefferson Theatre. The city Theatre Operations already has the necessary technical and management staff, the equipment Torchy Salter and the expertise to operate a theatre, and there would be an economy of Sponsorship med Simon scale in combining the operation of the Julie Rogers and the Jefferson. City embership management would also protect the $2 million dollar investment the city Lulu Smith has already made in the future of the Jefferson Theatre. Building Preservation Floyd Broussard,ex-officio Charles Ege,ex-officio Mildred Hall,ex-officio Mayor Evelyn Lord,ex-officio The Preservation Society is still firmly committed to its original mission: Preserving the Jefferson Theatre in its restored condition and providing quality entertainment for the citizens of Beaumont. We have learned, however, that theatre operation is not what we do best. Our hope is to be able to serve the city in an advisory capacity as the Jefferson Theatre continues to remain open and available to the people of Southeast Texas. We will make ourselves available, and look forward to answering any questions you might have concerning this request, and we thank you in advance for your consideration of this important proposal. Sincerely, Janie Hill, President Roy Steinhagen, Past President