Loading...
HomeMy WebLinkAboutPACKET JUN 13 2006 tI74j,MWj 0* • � t City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 13, 2006 1:30 P.M. CONSENT AGENDA Approval of minutes * Confirmation of committee appointments Kip Lamb would be appointed to the Animal Health Advisory Committee. The term would commence June 13, 2006 and expire June 12, 2008. (Mayor Guy N. Goodson) Kip Lamb would be appointed as Chairman of the Animal Health Advisory Committee. The term would commence June 13, 2006 and expire June 12, 2007. (Mayor Guy N. Goodson) Wayne E. Duerler would be reappointed to the Construction Board of Appeals (Building). The current term would expire February 7, 2011. (Mayor Guy N. Goodson) Carolyn Howard would be reappointed to the Convention and Tourism Advisory Committee. The current term would expire January 7, 2008. (Councilmember Lulu Smith) A) Authorize the acceptance of a ten foot (10')wide water line easement to serve two fire hydrants outside of the Calder Avenue right-of--way • . f Cit y of Beaumont oM ML Council g : . !�• Cil A enda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Public Works Director MEETING DATE: June 13, 2006 AGENDA MEMO DATE: June 1, 2006 REQUESTED ACTION: Council consider a resolution authorizing the acceptance of a ten foot (10') wide water line easement to serve two fire hydrants outside of the Calder Avenue right-of-way. RECOMMENDATION Christus Health Southeast Texas dba Christus Hospital/St. Elizabeth has agreed to convey a ten foot(10')wide water line easement to the City of Beaumont. The Water Line Easement will serve two fire hydrants outside of the Calder Avenue right-of-way. The easement crosses the Christus Health property at 2830 Calder Avenue near 14th Street (out of Noah Tevis Survey, Abstract 52). Administration recommends acceptance of the easement. BACKGROUND The easement is to be used to provide access to the water lines and fire hydrants for the property named above. It would also allow for the construction, alteration, operation and maintenance of the said water lines and appurtenances. BUDGETARYIMPACT None. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Public Works Director. engfire_st-elizabeth-ib.wpd 1 June 2006 RESOLUTION NO. WHEREAS,Christus Health Southeast Texas d.b.a. Christus Hospital/St. Elizabeth has conveyed a ten (10)foot wide water line easement to the City of Beaumont out of their property, being out of the Noah Tevis Survey, Abstract 52, Jefferson County, Texas, as described on Exhibits "A," "B," and "C" attached hereto; and, WHEREAS,the City Council has considered the conveyance of said easement and is of the opinion that the delivery and receipt of said easement of property is necessary and desirable and that same should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the easement to said tract of land tendered by Christus Health Southeast Texas d.b.a. Christus Hospital/St. Elizabeth be and the same is hereby in all things accepted. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 13th day of June, 2006. - Mayor Guy N. Goodson - k EAP NEERING May 16,2006 Surveyor's Field Note Description: Tract I BEING a 0.016 acre tract of land (694.15 sq. ft.) out of and a part of that certain Sisters of Charity of the Incarnate Word tract of land, more fully described and recorded in Volume 1059, Page 160 of the Deed Records of Jefferson County, Texas. Said 0.016 acre tract being situated in the Noah Tevis Survey, Abstract No. 52 and is more particularly described as follows: BEGINNING at a point in the Northerly right-of-way line of Calder Avenue(70 feet wide), same being in the Southerly line of said.Sisters of Charity tract from which a 5/8-inch iron rod set for the Southwesterly corner of said Sisters of Charity tract bears North 90 deg. 00 min. 00 sec. West a distance of 198.75 feet; THENCE North 01 deg. 24 min. 35 sec. East a distance of 69.54 feet to a point for comer; THENCE South 88 deg. 35 min. 25 sec. East'a distance of 10.00 feet to a point for comer; THENCE South 01 deg. 24 min. 35 sec. West a distance of 69.29 feet to a point for corner in the Southerly line of said Sisters of Charity tract, same being the Northerly right-of-way line of said Calder Avenue; THENCE North 90 deg. 00 min. 00 sec. West along and with the Southerly line of said Sisters of Charity tract, same being the Northerly right-of-way line of said Calder Avenue, a distance of 10.00 feet to the PLACE OF BEGINNING, containing 0.016 acre of land,more or less. All bearing shown herein are referenced to the Northerly right-of-way line,of said Calder Avenue being North 90 deg. 00 min. 00 sec. West(Assumed) OF ....:.........................:..... JEREMY D. RUSSELL J em .Russell ""�'A"" ""'"" ..... Registered Professional Land Surveyor No. 5808 s °F o?'�• ��•.,,F s ND S U FtVE� EXHIBIT `A' Page 1 of 1 LEAP Englneering LLC 550 Fannin St,Suite 1130,Beaumont, TX 77701 Tel.(409)813-1862 Fax.-(409)813-1916 E LEAP NG/NEN! May 16,2006 Surveyor's Field Note Description: Tract H BEING a 0.015 acre tract of land (669.94 sq. ft.) out of and a part of that certain Sisters of Charity of the Incarnate Word tract of land,more fully described and recorded in Volume 1059, Page 160 of the Deed Records of Jefferson County, Texas. Said 0.015 acre tract being situated in the Noah Tevis Survey,Abstract No. 52 and is more particularly described as follows: BEGINNING at a point in the Northerly right-of-way line of Calder Avenue(70 feet wide), same being in the Southerly line of said Sisters of Charity tract from which a 5/8-inch iron rod set for the Southwesterly corner of said Sisters of Charity tract bears North 90 deg. 00 min. 00 sec.West a distance of 525.44 feet; THENCE North 00 deg. 12 min. 45 sec.East a distance of 67.01 feet to a point for comer; THENCE South 89 deg. 47 min. 15 sec. East a distance of 10.00 feet to a point for comer; THENCE South 00 deg. 12 min. 45 sec. West a distance of 66.98 feet to a point for corner in the Southerly line of said Sisters of Charity tract, same being the Northerly right-of-way line of said Calder Avenue; THENCE North 90 deg. 00 min. 00 sec. West along and with the Southerly line of said Sisters of Charity tract, same being the Northerly right-of-way line of said Calder Avenue, a distance of 10.00 feet to the PLACE OF BEGINNING, containing 0.015 acre of land,more or less. All bearing shown herein are referenced to the Northerly right-of-way line of said Calder Avenue being North 90 deg. 00 min. 00 sec.West(Assumed) S T 9F'r:9cP ................... ..... JEREMY D. RUSSELL ...4-:0. ......................f... 9JqfmjJD.Russell 58C 8 " t; egistered Professional Land Surveyor No. 5808 ��NO suRVE'�°Q EXHIBIT `B' Page 1 of 1 LEAP Engineering LLC 550 Fannin St,Suite 1130,Beaumont,TX 77701 Tei:(409)813-1862 Fax:(409)813-1916 Sithn of ChadtY or the Inramah Word Volume 1059.Page 180 D.R.J.C. I�f S Naar Pnldrp Lot ID N p U)cc Tract I Tract II La$ r 5"E 694 15 Sq. Ft 669.94 Sq. Ft. S 89° ' 15"E w 10.0 0.016 Acre Tract 0.015 Acre Tract W 10.0 �Y v7 N I N N O r O I o UJ I CO o O °p CI O O Referenda Sprat(AMM d) Z I ° Z N 90.09 00'W 299.89' N 90•W OX W 198.75 t) O9'W!18.89' FaaaO SIB" Set 5w 1 0 00' N 90'00'00'W 825.44' PO B 10 , Iron Rod Iran ROd PO N 90° 01 00"W N 90°OQ'00"W Calder Avenue I (79 Wlde Pub9d fUpM W&Y) I � I LELEAP 550 aawmom Tams? 01 OF rF Bw (4 9J 131W o+ ���' s req`x'� EHG/NEER/NG Far.(409)ats+o+e g•�O .. CLIENT t ..... ...... r+ ChNstus Hospital JERE a�vt... Nc PROJECT LOCATION .•�••..e? Two FYe Watts Eaaarnanla lit f/I CITY COUNTY STATE 1�yf S S�.�.''OQ. d' M SawanorR Jefferson Tam AHD 8UR� (/ r` $ SITED 2630 CaMxAwaa Job Nwnbw I F1.W Soolt Soda OBI+8/2008 0391002 Do9l0+9 feet ©AI rpft= ThN p.t mar 1°Pr° ti wtaoi. dr In evl8ar dormant ear LEAP Err9insafn9 LLC. IT! X ci �� City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 13, 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 1-5/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider authorizing the City Manager to execute an Interlocal Agreement with Drainage District No. 6 (DD#6) for the Hayes Gully Ditch(Ditch 002)Project 2. Consider authorizing the City Manager to execute an Interlocal Agreement with Drainage District No. 6 (DD#6) for the Brakes Bayou Ditch(Ditch 0004)Project 3. Consider approving a resolution authorizing the City Manager to execute a contract for the Water and Sanitary Sewer System Improvements IH-10 Frontage Road East Walden Road to Brooks Road 4. Consider authorizing the City Manager to amend the Lease Agreement for operation of the horse stables at Tyrrell Park 5. Consider authorizing the City Manager to execute a contract for the Proposed Water and Sanitary Sewer System Improvements Dishman Road 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. � 1 June 13, 2006 Consider authorizing the City Manager to execute an Interlocal Agreement with Drainage District No. 6 (DD#6) for the Hayes Gully Ditch(Ditch 002)Project City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Public Works Director MEETING DATE: June 13, 2006 AGENDA MEMO DATE: June 6, 2006 REQUESTED ACTION: Council authorize the City Manager to execute an Interlocal Agreement with Drainage District No. 6(DD#6) for the Hayes Gully Ditch(Ditch 002) Project. RECOMMENDATION Administration recommends Council authorize the City Manager to execute an Interlocal Agreement with Drainage District No. 6 (DD#6) for the Hayes Gully Ditch (Ditch 002) Project. BACKGROUND The City of Beaumont has received a Flood Mitigation Assistance (FMA) Grant, in the amount of $2,089,500, from the Federal Emergency Management Administration for the Hayes Gully Ditch (Ditch 002) Project. The FMA Grant is administered by the Texas Water Development Board. The scope of work for the project includes the construction of a new outfall and various road crossing improvements. Also included in the project, is the acquisition of 11 parcels. The City will be responsible for the engineering, design, coordination, construction and construction management. Additionally, the City will be responsible for the relocation of City owned facilities and structures, if any. The DD#6 will be responsible for obtaining an approved Environmental Assessment and acquisition of the 11 parcels. The City will reimburse the DD#6, from the FMA Grant, for their costs. BUDGETARY IMPACT The City's participation in this $2,786,000 project is 25 percent or $696,500. PREVIOUS ACTION The City executed the agreement with the Texas Water Development Board in January 2006. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. HayesGullyInterlocalAgreementDD6.wpd June 6,2006 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager is hereby authorized to execute an Interlocal Agreement with Jefferson County Drainage District No. 6 (DD#6) for the Hayes Gully Ditch (Ditch 002) Project substantially in the form attached hereto as Exhibit "A." PASSED BY THE CITY COUNCIL of the City of Beaumont this the 13th day of June, 2006. - Mayor Guy N. Goodson - INTERLOCAL AGREEMENT THE STATE OF TEXAS COUNTY OF JEFFERSON This Interlocal Agreement ("the agreement") is entered into between the City of Beaumont, a municipal corporation of Jefferson County, Texas and State of Texas (hereinafter called "City"), and Jefferson County Drainage District No. 6, a special district of the State of Texas (hereinafter called "District"). Both entities are authorized to enter into interlocal agreements in accordance with Title 7 of the Government Code of the State of Texas (Vernon 1996) Section 791.001 et Seq. The City and the District agree as follows: WITNESSETH The City and the District have agreed to construct road crossing improvements in the location of Hayes Gully Ditch(Ditch 002)and have further agreed to share the cost of this project on the following basis: 1. City will be responsible for engineering, design, coordination, construction and managing the construction for this project. 2. The District will be responsible for coordination and successfully achieving an Environmental Assessment approved by FEMA Region VI and the City agrees to fully reimburse the District for such expenses. 3. The District will contract with Jeff Ward and Associates, Inc. to complete the required acquisition of 11 parcels. Seven (7) parcels are whole takings and four(4) are easements or partial takings. The District will bill the City for full reimbursement of all charges associated with the right-of-way acquisitions. 4. The cost of relocation of City owned utility lines and structures, if any, will be borne by the City. EXHIBIT 'A' Page-2- Interlocal Agreement Hayes Gully Ditch(Ditch 0002) Executed this day of , 2006. ATTEST: THE CITY OF BEAUMONT By: By: City Clerk City Manager ATTEST: By: By: Vice-President/Secretary President i • 2 June 13, 2006 Consider authorizing the City Manager to execute an Interlocal Agreement with Drainage District No. 6 (DD#6) for the Brakes Bayou Ditch (Ditch 0004)Project :1~1 1175 City of Beaumont qw_ Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Public Works Director MEETING DATE: June 13, 2006 AGENDA MEMO DATE: June 6, 2006 REQUESTED ACTION: Council authorize the City Manager to execute an Interlocal Agreement with Drainage District No. 6 (DD#6) for the Brakes Bayou Ditch (Ditch 0004) Project. RECOMMENDATION Administration recommends Council authorize the City Manager to execute an Interlocal Agreement with Drainage District No. 6 (DD#6) for the Brakes Bayou Ditch (Ditch 0004) Project. BACKGROUND The City of Beaumont has received a Flood Mitigation Assistance (FMA) Grant, in the amount of $862,500, from the Federal Emergency Management Administration for the Brakes Bayou Ditch (Ditch 0004) Project. The FMA Grant is administered by the Texas Water Development Board. The scope of work for the project includes the enlargement of the underground drainage system and various road crossing improvements. The DD#6 will be responsible for the engineering,design,coordination, construction and construction management. Additionally, the District will be responsible for the acquisition of the necessary right-of-way. The City will be responsible for the relocation of City owned facilities and structures, if any, and the resurfacing of the street at the road crossings. The. DD#6 will be reimbursed by the City up to 75 percent of the total $1,150,000 project costs. The remaining 25 percent cost of the project will be the responsibility of DD#6. - BUDGETARYIMPACT The City's cost participation in the project is estimated at $30,000. PREVIOUS ACTION The City executed the agreement with the Texas Water Development Board in January 2006. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. BrakesBayouInterlocalAgreementDD6.wpd June 6,2006 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager is hereby authorized to execute an Interlocal Agreement with Jefferson County Drainage District No. 6 (DD#6) for the Brakes Bayou Ditch (Ditch 0004) Project substantially in the form attached hereto as Exhibit "A." PASSED BY THE CITY COUNCIL of the City of Beaumont this the 13th day of June, 2006. - Mayor Guy N. Goodson - INTERLOCAL AGREEMENT THE STATE OF TEXAS COUNTY OF JEFFERSON This Interlocal Agreement ("the agreement") is entered into between the City of Beaumont, a municipal corporation of Jefferson County, Texas and State of Texas (hereinafter called"City"), and Jefferson Coun ty Drainage District No. 6, a special district of the State of Texas (hereinafter called "District"). Both entities are authorized to enter into interlocal agreements in accordance with Title 7 of the Government Code of the State of Texas (Vernon 1996) Section 791.001 et Seq. The City and the District agree as follows: WITNESSETH The City and the District have agreed to construct road crossing improvements in the location of Brakes Bayou Ditch (Ditch 0004) and have further agreed to share the cost of this project on the following basis: 1. District will be responsible for engineering, design, coordination, construction and managing the construction for this project. 2. The cost of relocation of City owned utility lines and structures, if any, will be borne by the City. 3. The City will be responsible for resurfacing each street crossing after the construction of the crossings are finished. 4. The District will be reimbursed the 25 percent up-front money funded by the Texas Water Development Board and the District will be responsible for billing the City of Beaumont cost associated with the project and receiving reimbursement for the cost up to 75 percent of the project total ofi$1,148,000. 5. The District will be responsible for all right-of-way acquisition necessary for the project. The City will participate with any right-of-way already owned by the City. EXHIBIT 'A' Page-2- Interlocal Agreement Brakes Bayou Ditch(Ditch 0004) Executed this day of , 2006. ATTEST: THE CITY OF BEAUMONT By: By: City Clerk City Manager ATTEST: By: By: Vice-President/Secretary President !� 3 June 13, 2006 Consider approving a resolution authorizing the City Manager to execute a contract for the Water and Sanitary Sewer System Improvements IH-10 Frontage Road East Walden Road to Brooks Road City of Beaumont : . Council Agenda Item � c TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Hani J. Tohme,Water Utilities Director MEETING DATE: June 13, 2006 AGENDA MEMO DATE: June 7,2006 REQUESTED ACTION: Council approval of a resolution authorizing the City Manager to execute a contract for the Water and Sanitary Sewer System Improvements IH-10 Frontage Road East Walden Road to Brooks Road. RECOMMENDATION Administration recommends approval of a contract with Brystar Contracting Inc.,Beaumont,Texas,in the amount of$1,287,628.00 for the Water and Sanitary Sewer System Improvements 1H-10 Frontage Road East Walden Road to Brooks Road Project. The project will install approximately 9,243 linear feet of water and 7,600 linear feet of sanitary sewer lines,5 air release valves, 19 fire hydrant assemblies, 16 manholes and 2 service lines. The MBE goal will be met through a subcontract with the certified MBE firm of Texas Mechanical for a total amount of$130,000.00. This amount represents 10.09 percent of the total bid. BACKGROUND The proposed improvements will loop the water system serving Ford Park and properties on Major Drive, and provide water and sanitary sewer services to planned developments in the area. BUDGETARY IMPACT Funds for the project are available in the Capital Program. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Water Utilities Director. BID TABULATION WATER AND SANITARY SEWER IMPROVEMENTS I14•10 FRONTAGE ROAD EAST WALDEN ROAD TO BROOKS ROAD BID OPENING DATE:THURSDAY,May 25,2006 A 2:00 p.m. The Bid Proposals submitted have been reviewed,and to the best of my knowledge this Is an accurate tabulation of the bids received BY Patrick Donart,EIT,Water Utilities Engineer Date:06/5/06 BRYSTAR ALLCO,LTD, SIMCO ENTERPRISES,LTD. ITEM QUANTITY DESCRIPTION CONTRACTING INC. BEAUMONT,TX GROVES,TX NUMBER BEAUMONT,TX T.W.HARRISON NORRIS SIMON,JR. BRYAN PHELPS UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL ITEM NO.1 1 MOBILIZATION. $33,000.00 $33,000.00 $34,000.00 $34'000'00 $38'000'00 $38'000'00 ITEM NO.2 1 Station 0+00 20"water Ilse tie-in to the wristing waterline. $2,100.00 $2,100.00 S3,400.00 $3,400.00 $6,500.00 $6,500.00 REM NO.3 9,093 Fumish and Instal 20"Class 150,PVC water line. $56.00 $509,208.00 $57.00 $518,301.00 $81.30 $557,400.90 ITEM NO.4 150 Station 12+25 to Station 13+75 bore with 24"DIP,HDPE SDR 11. $325.00 $48,750.00 $569.00 $85,350.00 $285.00 $42,750.00 ITEM NO.5 2 Furnish and Install transition coupling for 20"PVC to 24"HDPE. $4,000.00 $8,000.00 $2,000.00 $4,000.00 $2,200.00 $4,400.00 REM NO.6 1 Fumah and Instal 1"HDPE SDRR 9 short aide service connection. $380.00 $380.00 $500.00 $500.00 $1,000.00 $1,000.00 ITEM NO.7 1 Furnish and Install 1"HDPE SDR 9 log aide service connection. $800.00 5800.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 ITEM NO.8 19 Furnish and Install Fire Hydrant Assembly. $4,200.00 $79,800.00 $3,900.00 $74,100.00 $4,000.00 $76,000.00 REM NO.9 3 Fumah and Instal 20"resilient wedge gate valve and tax. $9,950.00 $29,850.00 $8,250.00 $24,750.00 $10,000.00 $30,000.00 ITEM NO.10 2 Furnish and Instal 111/4 degree bend. $2,150.00 $4,300.00 $1,150.00 $2,300.00 $1,750.00 $3,500.00 ITEM NO.11 3 Fumah and Instal 22'%degree bend. $2,200.00 $6,600.00 $1,200.00 $3,600.00 $1,750.00 $5,250.00 ITEM NO.12 22 Fumah and Instal 45 degree bend. $2,250.00 $49,500.00 $1,200.00 526,400.00 $1,650.00 $38,300.00 ITEM NO.13 1 Fumah and Instal 90 degree bend. $2,300.00 $2,300.00 $1,300.00 $1,300.00 $1,650.00 5100.00 REM NO.14 1 Station 92+43 fumah and install 20"x12"reducer to tie 20"water lkro with wdsting 12"water line. $4,200.00 $4,200.00 $3,650.00 $3,650.00 $5,400.00 $5,400.00 ITEM NO.15 5 Fumah and Install Air Release valve on 20"Class 150 PVC pipe. $2,900.00 $14,500.00 $2,250.00 $11,250.00 $3,650.00 $18,250.00 ITEM NO.16 2 Plug erdsting water lines for abandonment with W caps. $800.00 $1,600.00 $1,00.00 $2,000.00 $500.00 $1,000.00 ITEM NO.17 2,300 Fumah and Instal 15"PVC SDR 35 by open cut and/or directional drilling. $35.00 $80.500.00 $42.50 $97,750.00 $45.25 $104,075.00 ITEM NO.18 2,200 Fumah and Install 18"PVC SDR 35 by open cut and/or directional drilling. $44.00 $98,800.00 $51.75 $113,850.00 $54.50 $119,900.00 ITEM NO.19 2,796 Furnish and Instal 24"PVC SDR 35 by open cut and/or directional drilling. $55.00 $181,740.00 $67.25 $188,031.00 $66.50 $185,934.00 BID TABULATION WATER AND SANITARY SEWER IMPROVEMENTS IH-10 FRONTAGE ROAD EAST WALDEN ROAD TO BROOKS ROAD BID OPENING DATE:THURSDAY,May 25,2006 Q 2:00 p.m. The Bid Proposals submitted have been reviewed,and to the best of my knowledge this is an accurate tabulation of the bids received BRYSTAR ALLCO,LTD, SIMCO ENTERPRISES,LTD. ITEM QUANTITY DESCRIPTION CONTRACTING INC. BEAUMONT,TX GROVES,TX NUMBER BEAUMONT,TX T.W.HARRISON NORRIS SIMON,JR. BRYAN PHELPS UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL ITEM NO.20 104 Furnish and Install 24"HDPE SDR 11 bore. $300.00 $31,200.00 $535.00 $55,640.00 $165.00 $17,180.00 ITEM NO.21 200 Station 36+50 to 38+50 furnish and install 18"HOPE SDR 11 bore. $210.00 $42,000.00 $257.07 $51,414.00 $125.00 $25,000.00 ITEM NO.22 1 Remove and Replace sanitary sewer manhole at Station 0+00. $5,000.00 $5,000.00 $12,900.00 $12,900.00 $49,000.00 $49,000.00 ITEM NO.23 4 Furnish and Install fiberglass sanitary sewer manhole ranging In depth from 4 to 8 feet. $2,300.00 $9,200.00 $1,950.00 $7,800.00 $2,800.00 $10,400.00 ITEM NO.24 11 Furnish and Install fiberglass sanitary sewer manhole ranging in depth from 8.1 to 13 feet. $3,000.00 $33,000.00 $2,300.00 $25,300.00 $2,800.00 $30,800.00 ITEM NO.25 1 Remove and Relocate andlor Replace ebdsting barb wire fence to the east edge of the easement. $8,500.00 $8,500.00 $6,500.00 $8,500.00 $15,000.00 $15,000.00 ITEM NO.26 1 Trench Safety Plan. $800.00 $600.00 $1,000.00 $1,000.00 $4,000.00 $4,000.00 ITEM NO.27 1 Trench Safety System. $4,200.00 $4,200.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 TOTAL $1,287,628.00 $1,361,086.00 $1,394,669.90 METHOD T.T.TECHNOLOGY MAGNETIC GUIDANCE CONVENTIONAL METHOD SYSTEM CITY OF BEAUMONT SCHEDULE OF MBE PARTICIPATION (SCHEDULE C) Date of Report Department Project No. ` � o` Location �Y y$4ay �yrti ng �-vtc - Total Contract Amount $ ! $ 6 Zg Name of Prime Contractor/Proposer "PRO ED . .` ;'. -. �,-:�.t, ,�,�i... µ, t? a„3'�E..'�,i 3,,s,_e�lwM NAME O MINORITY 4, yy�x, t Yk i. ,n a ��.�TIiEREb1� CONIIvIEI IG�E1VIlVT& AGREED CONTRACTOR �, y ; S � S�z f� Y ' �' R�O'(y��O COMP ETIC)N.DATE PRIC1r ,.,�" T . t�• I �� 'Z5�3 I 0 r tf� CaC70 The undersigned will enter into a formal agreement with MBE Contractors for work listed in this schedule conditioned upon execution of a contract with the City of Beaumont. NOTE: 1. Any business listed above must have Schedule A on file with the City. 2. Schedule C is to be included with bid,and resubmitted at 50%and 100%of project completion. &ik' Signature A4-yC411 PJ 1ps �r P S►U e Title 36 RESOLUTION NO. WHEREAS, bids were received for a contract for the Water and Sanitary Sewer System Improvements IH-10 Frontage Road East Walden Road to Brooks Road; and, WHEREAS, Brystar Contracting Inc., Beaumont, Texas, submitted a bid in the mount of 1 287 628.00• an a $ d, WHEREAS, City Council is of the opinion that the bid submitted by Brystar Contracting 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 Brystar Contracting Inc., Beaumont, Texas, for a contract for the Water and Sanitary Sewer System Improvements IH-10 Frontage Road East Walden Road to Brooks Road in the amount of $1,287,628.00 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 13th day of June, 2006. - Mayor Guy N. Goodson - M • 4 June 13, 2006 Consider authorizing the City Manager to amend the Lease Agreement for operation of the horse stables at Tyrrell Park 4D City of Beaumont "*" Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Jim Thompson, Special Projects Manager MEETING DATE: June 13, 2006 AGENDA MEMO DATE: June 7, 2006 REQUESTED ACTION: Council authorize the City Manager to amend the Lease Agreement for operation of the horse stables at Tyrrell Park. RECOMMENDATION Administration recommends amending the 2003 Lease Agreement with Bryan and Bridget Markland to address the losses caused by Hurricane Rita. BACKGROUND Bryan and Bridget Markland currently operate the horse stables at Tyrrell Park under a five-year Lease Agreement, approved by City Council, that began on October 1, 2003. On September 24, 2005, Hurricane Rita swept through Beaumont causing damage to the stable's trails, barn roof and arena lights. Mr. Markland promptly notified the City of the damage. The damage affected the business operations, resulting in lost operating revenues to the Marklands. Under the existing Lease, if the property is damaged to the extend that business operations are affected, the Lease may be terminated or alternatively extended, if the City agrees to restore the damaged facilities. Further, the Lease Agreement provides that the term be extended and that no rent payments shall be required during that down period. In accordance with the Lease Agreement, City staff met with Mr. Markland and agreed on an approach that will allow the business to proceed. Beginning July 1, 2006, the current rental payment of$500 per month will be reduced to $375 per month, until such time as the barn roof is repaired. When the barn roof repairs are complete the rent will resume at $500 per month. The arena lights will be scheduled for repair within a reasonable time period after the Agreement Addendum to Lease Agreement/Tyrrell Park Riding Stables June 7, 2006 Page 2 is signed. During the process of meeting with Mr. Markland, the trails were finally cleared. BUDGETARY IMPACT There is some budgetary impact; however, it is minimal. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager. C:�W Snwi.lMa Wy Dmw %W PDOCSUa Wyrt l M RNYS S %Tyr. Ise-A00ev0us s L. Apse 2O Tyr K RWi%Sable-H�rt m R .VN RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager is hereby authorized to amend the 2003 lease agreement with Bryan and Bridget Markland for operation of the horse stables at Tyrrell Park. The addendum to the lease agreement is substantially in the form attached hereto as Exhibit 61A." PASSED BY THE CITY COUNCIL of the City of Beaumont this the 13th day of June, 2006. - Mayor Guy N. Goodson - STATE OF TEXAS § COUNTY OF JEFFERSON § ADDENDUM TO LEASE AGREEMENT WHEREAS,on September 30,2003,a Lease Agreement was entered into between the City of Beaumont (hereinafter "City") and Bryan and Bridget Markland (hereinafter "Tenant")for the lease of the property within Tyrrell Park in Beaumont, Jefferson County, Texas (hereinafter the "Subject Property"); and, WHEREAS, on September 24, 2005, hurricane Rita swept through Beaumont, Texas, causing damage to the Subject Property and the buildings and trails thereon; and, WHEREAS, the damage caused by Hurricane Rita affected Tenant's ability to do business at Tyrrell Park; and, WHEREAS, the parties have met pursuant to Paragraph 5.2.5 of the Lease Agreement, and the City has decided to rebuild and clear the Subject Property and continue the Lease Agreement with Tenant; NOW, THEREFORE, the City lets and demises to Tenant, and Tenant takes from the City, the Subject Property and all rights incident thereto, subject to the September 30, 2003, Lease Agreement, and the following addendums to such Agreement: ARTICLE 1 TERM OF AGREEMENT 1.1.1 The primary term of this Agreement shall terminate on May 31, 2009, if not sooner as provided in the Lease Agreement. ARTICLE 2 RENTAL, FEES, AND PAYMENT 2.2.1 Beginning on July 1, 2006,Tenant shall make reduced rental payments of$375.00 per month, in addition to the monthly rental fee of five percent (5%) of its gross receipts collected during the previous month, until such time as the barn roof repairs are completed. On the first day of the month immediately subsequent to the date that repairs to the roof of the barn on the Subject Property are completed, Tenant shall resume making monthly rental payments of$500.00 per month, in addition to the monthly rental fee of five percent (5%) of its gross receipts collected during the previous month. The City will provide written notification to Tenant once the repairs are complete. EXHIBIT 'A' ARTICLE 7 IMPROVEMENTS TO PROPERTY 7.2.2 The City agrees to repair, at its own cost and expense, damage caused to the lights on the Subject Property, by Hurricane Rita. The City will make such repairs within a reasonable time, after June 1, 2006. ARTICLE 8 GENERAL PROVISIONS 8.14 This Addendum hereby supercedes any provisions contained within the September 30, 2003, Lease Agreement that are in conflict with this Addendum. Any and all other provisions of the Lease Agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of , 2006, at Beaumont, Texas. CITY OF BEAUMONT: TENANT: By: Kyle Hayes, City Manager Bryan Markland, Owner Bridget Markland, Owner 5 June 13, 2006 Consider authorizing the City Manager to execute a contract for the Proposed Water and Sanitary Sewer System Improvements Dishman Road f City o Beaumont M c Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Hani J. Tohme, Water Utilities Director MEETING DATE: June 13, 2006 AGENDA MEMO DATE: June 8,2006 REQUESTED ACTION: Council approval of a resolution authorizing the City Manager to execute a contract for the Proposed Water and Sanitary Sewer System Improvements Dishman Road. RECOMMENDATION Administration recommends approval of a contract with Allco,LTD.,Beaumont,Texas,in the amount of $649,714.25 for the Proposed Water and Sanitary Sewer System Improvements Dishman Road Project. The project will install approximately 4,184 linear feet of water and 4,307 linear feet of sanitary sewer lines, 5 air release valves, 1 fire hydrant assembly,I manhole and a sanitary sewer lift station. The MBE goal will be met through a subcontract with the certified MBE firm of Texas Mechanical for a total amount of$81,200.00. This amount represents 12.50 percent of the total bid. BACKGROUND The proposed improvements will provide water and sanitary sewer services to planned developments in the area. BUDGETARYIMPACT Funds for the project are available in the Water Utilities Non-Operating Budget. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Water Utilities Director. BID TABULATION PROPOSED WATER AND SANITARY SEWER IMPROVEMENTS DISHMAN ROAD BID OPENING DATE:THURSDAY,June 8,2006 @ 2:00 p.m. The Bid Proposals submitted have been reviewed,and to the beat of my knowledge this Is an accurate tabulation of the bids received Patrick Donart,EIT,Water Utilities Engineer Date:06/8106 ALLCO,LTD, SIMCO ENTERPRISES,LTD. BRYSTAR PLACO,LTD, APECK CONSTRUCTION, ITEM QUANTITY DESCRIPTION BEAUMONT,TX. GROVES,TX. CONTRACTING INC. LUMBERTON,TX. INC. NUMBER T.W.HARRISON NORRIS SIMON,JR. BEAUMONT,TX. JOHN PLAKE,III ANACOCO,LA. BRYAN PHELPS JOSEPH E.WILLIAMS UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL ITEM NO.1 1 MOBILIZATION. $18,000.00 $18,000.00 $14,000.00 $14,000.00 $20,000.00 $20,000.00 $22,094.00 $22,094.00 $68,000.00 $38,000.00 ITEM NO.2 1,004 Fumish and Install 20"water line. $75.25 $75,551.00 $93.00 $93,372.00 $130.00 $130,520.00 $82.02 $82,348.08 $94.00 $94,376.00 ITEM NO.3 4 Fumish and Install 2(r 45 degree bend. $1,600.00 $6,400.00 $12,625.00 $50,500.00 $3,000.00 $12,000.00 $1,994.59 $7,978.36 $2,400.00 $9,600.00 ITEM NO.4 1 Furnish and Install 20"x 30"reducer. $3,000.00 $3,000.00 $4,600.00 $4,600.00 $2,500.00 $2,500.00 $5,210.57 $5,210.57 $8,200.00 $8,200.00 ITEM NO.5 1 Fumish and Install 30"tee. $8,900.00 $8,900.00 $9,362.00 $9,362.00 $6,000.00 $6,000.00 $7,171.54 $7,171.54 $8,200.00 $8,200.00 ITEM NO.6 1 Fumish and Install 20"resilient wedge gate valve. $8,250.00 $8,250.00 $8,481.00 $8,481.00 $10,000.00 $10,000.00 $10,084.98 $10,084.98 $9,150.00 $9,150.00 ITEM NO.7 1 Station 41+86.20 fumish and install 20"water line into $1,950.00 $1,950.00 $9,000.00 $9,000.00 $1,300.00 $1,300.00 $3,753.86 $3,753.86 $5,350.00 $5,530.00 e)ds8ng 20"water line. ITEM NO.8 3,180 Fumish and Install 16"water line. $53.50 $170,130.00 $55.00 $174,900.00 $52.00 $165,360.00 $62.19 $197,764.20 $60.00 $190,800.00 ITEM NO.9 1 Furnish and Install 16"resilient wedge gate valve. $4,750.00 $4,750.00 $5,183.00 $5,183.00 $5,300.00 $5,300.00 $5,490.70 $5,490.70 $4,900.00 $4,900.00 ITEM NO.10 1 Fumish and Install 16'X30"reducer. $2,650.00 $2,650.00 $3,349.00 $3,349.00 $2,200.00 $2,200.00 $4,706.32 $4,706.32 $5,000.00 $5,000.00 ITEM NO.11 1 Fumish and Install 3"Air Release valve on 20"water line. $5,000.00 $5,000.00 $5,111.00 $5,111.00 $5,000.00 $5,000.00 $4,818.37 $4,818.37 $4,350.00 $4,350.00 ITEM NO.12 2 Furnish and Install 3"Air Release valve on 16"water line. $4,200.00 $8,400.00 $4,838.00 $9,676.00 $5,000.00 $10,000.00 $4,818.32 $9,636.76 $4,250.00 $8,500.00 ITEM NO.13 1 Furnish and Install Fire Hydrant Assembly. $4,100.00 $4,100.00 $5,512.00 $5,512.00 $2,950.00 $2,950.00 $5,042.48 $5,042.48 $3,900.00 $3,900.00 ITEM NO.14 4,119 Furnish and Install 10"farce main. $34.75 $143,135.25 $24.00 $98,856.00 $26.00 $107,094.00 $34.74 $143,094.06 $29.00 $119,451.00 ITEM NO.15 18 Fumish and Install 10"DI force main. $38.50 $693.00 $80.00 $1,440.00 $44.00 $792.00 $41.46 $746.28 $73.50 $1,323.00 ITEM NO.16 1 Station 42+82.15 conned 10"force main to existing $1,350.00 $1,350.00 $9,000.00 $9,000.00 $1,000.00 $1,000.00 $2,017.00 $2,017.00 $7,900.00 $7,900.00 manhole. ITEM NO.17 2 Fumish and Install 2"Air Release valve on 10"force $4,400.00 $8,800.00 $5,654.00 $11,308.00 $5,000.00 $10,000.00 $6,050.99 $12,101.98 $4,400.00 $8,800.00 main. t,. BID TABULATION PROPOSED WATER AND SANITARY SEWER IMPROVEMENTS DISHMAN ROAD BID OPENING DATE:THURSDAY,June 8,2006 Q 2:00 p.m. The Bid Proposals submitted have been reviewed,and to the best of my knowledge this is an accurate tabulation of the bids received ALLCO,LTD, SIMCO ENTERPRISES,LTD. BRYSTAR PLACO,LTD, APECK CONSTRUCTION, ITEM QUANTITY DESCRIPTION BEAUMONT,TX. GROVES,TX. CONTRACTING INC. LUMBERTON,TX. INC. NUMBER T.W.HARRISON NORRIS SIMON,JR. BEAUMONT,TX. JOHN PLAKE,III ANACOCO,LA. BRYAN PHELPS JOSEPH E.WILLIAMS UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL ITEM NO.18 1 Furnish and Install sanitary sewer lift station. $122,196.00 $122,196.00 $132,000.00 $132,000.00 $175,000.00 $175,000.00 $147,084.51 $147,084.51 $125,000.00 $125,000.00 ITEM NO.19 1 Furnish and Install electrical. $5,870.00 $5,870.00 $13,000.00 $13,000.00 $6,000.00 $6,000.00 $15,124.10 $15,124.10 $8,000.00 $8,000.00 REM NO.20 170 Furnish and Install 12"SDR-35 PVC gravity sewer line. $35.50 $6,035.00 $44.00 $7,480.00 $65.00 $11,050.00 $59.39 $10,096.30 $68.50 $11,645.00 ITEM NO.21 1 Furnish and Install fiberglass sanitary sewer manhole. $2,250.00 $2,250.00 $4,000.00 $4,000.00 $3,800.00 $3,800.00 $4,370.15 $4,370.15 $7,200.00 $7,200.00 ITEM NO.22 1 Allawance for electrical service installation charges by $30,000.00 $30,000.00 $30.000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30.000.00 $30,000.00 Entergy. ITEM NO.23 840 Special shoring for trench safety. $0.10 $84.00 $1.00 $840.00 $1.00 $840.00 $1.12 $940.80 $5.00 $4,200.00 ITEM NO.24 1,920 Trench Safety System. $1.00 $1,920.00 $7.80 $14,978.00 $2.00 $3,840.00 $1.12 $2,150.40 $1.00 $1,920.00 ITEM NO.25 100 Class 1 embedment,as required by Engineer. $66.00 $6,600.00 $27.00 $2,700.00 $50.00 $5,000.00 $11.21 $1,121.00 $43.00 $4,300.00 ITEM NO.26 100 Cement stabilized sand,1%sk per cubic yard,as $37.00 $3,700.00 $23.00 $2,300.00 $28.50 $2,850.00 $39.22 $3,922.00 $45.00 $4,500.00 required by Engineer. TOTAL $649,714.25 $720,946.00 $730,396.00 $738,868.80 $754,556.00 MY OF ACONT SCHEDME OF MBE PARTTCIPATION (SCHEDULE C) Date of Report 6-8-06 Department Water & Sanitary Sewer Project No. Improvements — Dishman', Allco Ltd. 649,714.25 Location Road Total Contract Amount $ Name of Prime Contractor/Proposer x•' �, a �.� �a.F rm i-;,'�d,+�"'rc`*hncwn+ "Y..�1 f^.'..ra 'S3�s' xs't'„y?:..' �•:�:*-gam f.:�,,,. a pr-;i�"t.�'a � :.i: ��....+.,. _ r ,�.PRO'7ECTED .�'_ r,,�,�vJtly.�tTTI' ., ,�;� ,.. : � :� �, � ,,T< ; ;'._ ANI�'CytjRA >: M�`b �1'Alt,'I`S:T�R>✓(71; u* CO r&�. ,� ,��,: , •, y ,:1,� , ,.rte t�_ .� � 5 �, ri MMEI�IC>MENT � AGREED _�. ; ...:: . ,. ....-• •. ::,.>,�, �`,� �.., F.,, P T ��� �- CdMPI, TIQI`1 PRICE .b DA'V'E Texas Mechanical P.O. Box 7 Pi in Material Jul 2006-Jan 2007' $81,20.0..:00 Beaumont T T X X 77706 p g The undersigned will enter into a formal agreement with MBE Contractors for work listed in this schedule conditioned upon execution of a contract with the City of Beaumont. NOTE: 1. Any badness listed above must have Schedule A on file with the City. 2. Schedule Cis to be included with bid,and resubmitted at 50%and 100%of project completion. T.W. H son Partner Title 36 o b RESOLUTION NO. WHEREAS, bids were received for a contract for the Water and Sanitary Sewer System Improvements Dishman Road Project; and, WHEREAS, Allco, LTD., Beaumont, Texas, submitted a bid in the amount of $649,714.25; and, WHEREAS, City Council is of the opinion that the bid submitted by Allco, LTD., Beaumont, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid submitted by Allco, LTD., Beaumont, Texas, for the contract for the Water and Sanitary Sewer System Improvements Dishman Road Project in the amount of $649,714.25 be accepted by the City of Beaumont. BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute the contract with Allco, LTD., Beaumont, Texas, for the Water and Sanitary System Improvements Dishman Road Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 13th day of June, 2006. - Mayor Guy N. Goodson -