Loading...
HomeMy WebLinkAboutPACKET MAY 05 2009 RICH WITH OPPORTUNITY BEA,UMON* T • E • % • A • S REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS MAY 5, 2009 1:30 P.M. CONSENT AGENDA * Approval of minutes * Confirmation of committee appointments A) Authorize the City Attorney to file suit against Entergy Texas, Inc., to recover overcharges resulting from street lighting billing errors B) Authorize an application for, and acceptance of, funding from the Texas Comptroller's office for Tobacco Compliance C) Approve Change Order No. 1 for additional work at the North End Community Center D) Approve Change Order Numbers 1 and 2 for extra work on the City Hall First Floor Renovations project A RICH WITH OPPORTUNITY 111'CIA. ( T • E • X • A • s City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: May 5, 2009 REQUESTED ACTION: Consider a resolution authorizing the City Attorney to file suit against Entergy Texas, Inc., to recover overcharges resulting from street lighting billing errors. RECOMMENDATION Administration recommends approval of a resolution authorizing the City Attorney to file suit against Entergy Texas, Inc., to recover overcharges resulting from street lighting billing errors. BACKGROUND The City of Beaumont commissioned an audit of the accounts billed to it by Entergy for street lighting within the city. The City is billed for approximately 11,875 street lights at an annual cost of approximately $1,223,123. The audit revealed that there are substantial errors in the bills resulting in significant overcharges to the City of Beaumont as an Entergy customer. The audit identifies issues as to the accuracy of inventory, lack of maintenance and discrepancies in billing rates. In order for the bill to be accurate, accurate inventory and maintenance records must be accumulated and maintained for each and every light included in the bill. The City has been in discussion with local representatives of Entergy in an effort to reconcile the errors in billing in an attempt to resolve the over-billing dispute. In February, staff requested certain information and various records from the Company and have asked questions regarding documents in our possession, again trying to gain insight as to the billing errors. Entergy has not provided the requested information and has not been very cooperative in this effort. It is staff's belief that it is necessary to file suit in order to properly address the overcharges in billing the City has experienced in the past and would ostensibly incur in the future. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Attorney or his designee is hereby authorized to file and prosecute a lawsuit against Entergy Texas, Inc., to recover overcharges resulting from street lighting billing errors. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - B RICH WITH OPPORTUNITY 111C'A,[11�1U111T T • E • X • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager/ PREPARED BY: Frank C. Coffin, Jr. / MEETING DATE: May 5, 2009 REQUESTED ACTION: Council consider authorizing an application for, and acceptance of, funding from the Texas Comptroller's office for Tobacco Compliance. RECOMMENDATION Administration recommends approval. BACKGROUND The Beaumont Police Department has participated in the enforcement of Texas Tobacco laws for over 5 years through various grant programs. These programs target establishments that sell tobacco to minors through inspections and controlled buys. These efforts have resulted in increased compliance with tobacco laws and a reduction in the use of tobacco by minors in the area and statewide. These programs are required for the State of Texas to continue receiving certain types of federal funding which is based upon statewide tobacco law compliance. The Texas Comptroller's Office FY 2009 award was $7,000.00. Funding is used to cover overtime cost to implement the program. BUDGETARY IMPACT There are no matching funds required. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to apply for and accept funding from the Texas Comptroller's Office to be used to cover overtime costs required for the enforcement of Texas tobacco laws. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - C RICH WITH OPPORTUNITY BEA,UMON* T • E • X • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Director of Public Works MEETING DATE: May 5, 2009 REQUESTED ACTION: Council consider Change Order No. 1 for additional work at the North End Community Center. RECOMMENDATION Administration recommends the approval of Change Order No. 1 for additional work at the North End Community Center in the amount of$30,900. BACKGROUND A contract was awarded on March 10, 2009 to Bruce's General Construction for the construction of a community center on E. Lucas. The site borders the Elmo Willard Library and the future location of Fire Station No. 2. The original contract specified the clearing of underbrush and trees only for the community center. This change order provides for clearing of an additional two acres for future expansion. Removal of underbrush and small trees will also provide a safer environment for library and community center patrons. Since the contractor has the equipment on site at this time, clearing the additional property can be accomplished at a much lower cost. The total cost of the project is $1,190,000. Change Order No. 1 in the amount of$30,900, represents a 2.5% increase. Copies of the change order are attached. BUDGETARY IMPACT Funds for this project are available in the Capital Reserve Fund. OWNER'S COPY .uAIA Document G701' - 2001 Change Order PROJECT(Name and address): CHANGE ORDER NUMBER:001 OWNER: NORTH END COMMUNITY CENTER DATE:April 20,2009 ARCHITECT: 3580 E.LUCAS BEAUMONT,TX 77706 CONTRACTOR: TO CONTRACTOR(Name and address): ARCHITECT'S PROJECT NUMBER:0859 FIELD:❑ BRUCE'S GENERAL CONTRACT DATE: March 16,2009 CONSTRUCTION,INC. CONTRACT FOR:General Construction OTHER:❑ 1 175 REYNOLDS ROAD BEAUMONT,TX 77707 THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable,any undisputed amount attributable to previously executed Construction Change Directives) Scope of work: Clear and grub area as described as future fire station including removal of all trees and stumps. Clear all]underbrush and small trees on remainder of property Total area approximately two(2)acres. Total Amount(excluding sales tax) $30,900.00 The original Contract Sum was $ 1,190,000.00 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 1,190,000.00 The Contract Sum will be increased by this Change Order in the amount of $ 30,900.00 The new Contract Sum including this Change Order will be $ 1,220,900.00 The Contract Time will be increased by Zero(0)days. The date of Substantial Completion as of the date of this Change Order therefore is NOTE:This Change Order does not include changes in the Contract Sum,Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT,CONTRACTOR AND OWNER. Architectural Alliance Inc. Bruce's General Construction City of Beaumont ARCHITECT(Firm name) CONTRACTOR(Firm name) OWNER(Firm name) 6654 Phelan Blvd. 1 175 Reynolds Road P.O.Box 3827 Beaumont,TX 77706 Beaumont,TX 77707 Beaumont,TX 77704 A ADDRE ADDRESS BY gnature) BY(Signature) J.Rob Clark,AIA Sean R.Tilley Ilteoltobxodbe Kyle Haves (Typed,name) (Typed name) (Typed name) 4-- 2o — og DATE DATE DATE AIA Document G701 TM—2001.Copyright©1979,1987,2000 and 2001 by The American Institute of Architects.All rights reserved.WARNING:This AIA® Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 15:41:12 on 04/20/2009 under Order No.1000369257_1 which expires on 9/5/2009,and is not for resale. User Notes: (3212137773) Bruce -Is 1175 Reynolds •Beaumont, 77707 (S) ��� Office:409-888-82-62 45 •Fax:409-8888 8-8245 G E!V E FkAkL Construction, Inc. www.brucesconstruction.cam April 16, 2009 City of Beaumont Brenda Beadle 801 Main St. Beaumont, TX 77704 Project: North End Community Center Dear Brenda, We are pleased to submit to you our pricing to furnish supervision, labor, material, and equipment to perform the following scope of work. This price will be available for thirty days. All work is figured at regular time with no weekends. All the work performed will meet or exceed the State of Texas and City of Beaumont building codes and regulations. All changes or modifications will be bid separately and submitted on a written "Change Order"which must be approved by Owner prior to starting the work. The scope of work shall include the following: SCOPE OF WORK: • Clear and grub area as described as future fire station including removal of all trees and stumps. • Clear all underbrush and small trees on remainder of property • Total area approx. 2 acres. The total amount for this project excluding sales tax is $30,900.00 (Thirty thousand nine hundred dollars and 00/xx) Thank you for the opportunity to bid on the project. If you have any questions or need additional information, please don't hesitate to call. Sincerely, Sean R.Tilley Approved by Date RESOLUTION NO. WHEREAS, on March 10, 2009, the City Council of the City of Beaumont, Texas, passed Resolution No. 09-070 awarding a contract in the amount of$1,190,000 to Bruce's General Construction of Beaumont, Texas, for the furnishing of all materials, equipment, labor and supplies to construct the North End Community Center on E. Lucas Drive; and, WHEREAS, Change Order No. 1 in the amount of $30,900 is required to provide for the clearing of an additional two acres for future expansion, thereby increasing the contract amount to $1,220,900; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute Change Order No. 1 in the amount of $30,900 to provide for the clearing of an additional two acres for future expansion, thereby increasing the contract amount to $1,220,900. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - D RICH WITH OPPORTUNITY 11 11EM A,[I 1�1 U1 11 City Council Agenda Item T - E - X - A - S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Director of Public Works MEETING DATE: May 5, 2009 REQUESTED ACTION: Council consider Change Order Nos. 1 and 2 for extra work on the City Hall First Floor Renovations project. RECOMMENDATION Administration recommends approval of Change Order Nos.l and 2 totaling $22,831.23 to Bruce's General Construction. BACKGROUND On December 9, 2008 Council awarded the construction contract to renovate the first floor of City Hall to Bruce's General Construction, Inc. of Beaumont in the amount of$610,000. Change Order No. 1 provides for the following additional work: • Partial removal and reinstallation of the stage and wall in Council Chambers to allow access for conduit. • Additional coat of bonding primer to doors and frames for better adhesion. • Change specified water coolers to refrigerated units. • Relocate door in HR Training Room hallway. • Removal of existing VCT and installation of new ceramic tile and cove base in HR Training Room. The total of these changes is $17,104.85 and will be deducted from the $20,000 Contingency Allowance in the construction contract. This will leave a Contingency balance of$2,895.15. The cost of Change Order No. 1 does not affect the contract amount of$610,000. Change Order No. 2 includes the cost for converting an existing janitor's closet into a new employee's restroom and a minor addition to the hallway leading to the HR Training Room. The City Hall First Floor Renovation April 17, 2009 Page 2 total cost of Change Order No. 2 is $5,726.38, thus increasing the contract total to $615,726.38. The combination of Change Order Nos. 1 and 2 total $22,831.23 which represents approximately 3.7% of the original contract amount. The date of substantial completion remains unchanged. Copies of both Changes Orders are attached for review. BUDGETARY IMPACT Change Order No. 1 in the amount of$17,104.85 will be deducted from the Contingency Allowance and will not alter the budget for this project. Funds are available in the Capital Program for Change Order No. 2 in the amount of$5,726.38. ® ' ;, = TM Document G 701 - 2001 Change Order PROJECT(Name art(l address): CHANGE ORDER NUMBER:001 OWNER: BEAUMONTCITY HALL FIRST DATE:February 03,2009 ARCHITECT: FLOOR RENOVATION PO Box 3827 CONTRACTOR: Beaumont,TX 77704 TO CONTRACTOR(Name curd address): ARCHITECT'S PROJECT NUMBER:07 I Of FIELD: E] BRUCE'S GENERAL CONTRACT DATE: December 17,2007 OTHER: ❑ CONSTRUCTION CONTRACT FOR:General Construction 1 175 Reynolds Road Beaumont,TX 77707 THE CONTRACT IS CHANGED AS FOLLOWS: (luclude, where applicable,aiq undisputed amount altribinable io previously executed Consu•uaion Change Directives) Deduct from Contingency Allowance(see attached) $17,104.85 The original Contract Sum was $ C,o 00 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 444)0 10,vu>. Di The Contract Sum will be increased by this Change Order in the amount of $ 0.00 The new Contract Sum including this Change Order will be $ --64--P4.88 The Contract Time will be increased by Zero(0)days. The date of Substantial Completion as of the date of this Change Order therefore is NOTE:This Change Order does not include changes in the Contract Sum,Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Architectural Alliance Inc. Bruce's General Construction City of Beaumont ARCHITECT(Firm name) CONTRACTOR(limn name) OWNER(Firrtr name) 6654 Phelan Blvd 1 175 Reynolds Road PO 3827 Beaumont.TX 777 Beaumont,TX 77707 Beaumont, TX 77704 ADDR ADORES BRESS r6 BY 'gnanire) iB naune) BY(Signrnure) .I.Rob Clark Sean Tilley lit-,w K i f�C� Pa ze- (7)%ped nrune) (Typed nante) (7.ype(l name) 2 . Z - c:3 DATE DATE DATE AIA Document G701r'"—2001.Copyright©1979,1967,2000 and 2001 by The American Institute of Architects.All rights reserved.WARNING:This AIA° Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution o1 this AIA°i Document,or any y portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 11:27:04 on 02/03/2009 under Order No.1000369257_1 which expires on 9/512009,and is not for resale. User Notes: (47682089) February 3, 2009 REQUEST FOR CHANGE ORDERS (RFC #1-5) CITY OF BEAUMONT - 1ST FLOOR RENOVATIONS AAI PROJECT#07101 CASH ALLOWANCES: 1. CONTINGENCY ALLOWANCE: $20,000.00 A. Deduct RFC#1 ($3,662.00) ($3,662.00) (Council Chambers Conduit) B. Deduct RFC#2 ($2,000.00) ($2,000.00) (Bunding primer-all doors) C. Deduct RFC#3 ($450.00)1 ($450.00) (Change to Ref. edfs) D. Deduct RFC#4($1,725.00) 1 ($1,725.00) (Relocate door in Room 130) E, Deduct RFC#5 ($9,267.85) ($9,267.85) Subtotal Remaining Contingency Allowance) $2,895.15 2. MISCELLANEOUS DOOR HARDWARE ALLOWANCE: $5,000.00 3. MISCELLANEOUS SIGNAGE ALLOWANCE: $5,000.00 4. MISCELLANEOUS TECHNOLOGY ALLOWANCE: $5,000.00 TOTAL ALLOWANCE BALANCE: 1 $17,895.15 Bruce's General Construction, 1175 Reynolds Rd. 7 i Beaumont, TX 77707 Phone: (409) 866-6245 Fax: (409) 866-8245 71 i► rrr To: CITY OF BEAUMONT P 0 BOX 3827 Beaumont, TX 77704 Project: BMT148 - 1 ST FLOOR RENOVATIONS RFC No: 1 Date: 1/20/2009 Description: Remove partial stage and wall and reinstall to allow access to run described conduits.See attached proposal for description. Contingency will be reduced by<$3,662.00> The above work is subject to the same conditions as specified in the original contract unless otherwise stipulated. Upon approval the sum of$0.00will be added to the contract price. Original Contract $611,000.00 Other Approved Change Orders $0.00 Total Contract to Date $611,000.00 This Request $0.00 Other Pending Requests $0.00 Total Contract plus Pending RFCs $611,000.00 Authorized Signature: Date: �'� e General Construction, Authorized Signature: (leC Date: / 2 g'as C OF BEAUMO 02/02/2009 15: 07 4097854733 PUBLIC_WORKS_NO_2 PAGE 02/05 No, 0874 P. 2 Feb, 2. 2009 12: 17PM Bruce's General Construction, 1175 Reynolds Rd. Beaumont,TX 77707 phone; (409) 866-6245 Fax: (409) 866-8245 To: CITY O.F BEAUMONT p 0 BOX 3827 Beaumont, TX 77704 project: BMT148- 1 ST FLOOR RENOVATIONS RFC No: 2 Date: 1(2012009 Date: tion: A.d.d one coat of bonding primer to all doors and frames to allow for better adhesion. Contingency will be reduced by<$2,000.00> Tho above work is subject to the same conditions as specified in the original contract unless otherMsc stipulated. Upon approval the sum of$0-00W1 be added to the contract price. Original Contract $610,000.00 Other Approved Change Orders $0.00 Total Contract to Date $610,000,00 This Request $0.00 Other Pending Requests $11,442.85 Total Contract plus Pending RFCs $621,442.85 Authorized Signature; Date: Bruce's General Construction, Authorized Signature: i�J�..1µQ.�.✓ Dater � OF BpA�I'MONT i 02/02/2009 15: 07 4097854733 PUBLIC_WORKS_NO_2 PAGE 03/05 — No. 0874 N. 3 Feb. 2. 2009 12: 17PM Bruce's General Construe ion, 1175.Reynolds Rd. Beaumont, TX 77707 Phone; (409) 866-62,45 Fax: (409) 866-8245 we. To: CITY OF BEAUMONT P 0 BOX 3827 Beaumont, TX 77704 p c,jeet: BMT148 - 1ST FLOOR RENOVATIONS , RFC No: 3 Date: 1/29/2009 Description: Change specified water coolers to refrigerated in lieu of what is specified The above work:is subject to the same conditions as spccified in the original contract unless otherwise stipulated, Y7pon approval the sum.of$450.00will be added to the contact price, Original Contract $610000.00 Other Approved Change Orders $0.00 Total Contract to Date $610,000.00 This Request $450,00 Other Pending Requests $10,992.85 Total Contract plus Pending RFCs $621,442,85 Authorized Signature: Date: Bruce's Genera,l Construction, Date: Authorized Sigaame: Aj�- 4L&IO CZlX OF BFAUNIONT PUBLIC_WORKS_NO_2 PAGE 04/05 02/02/2009 15:07 4097854733 No. 0874 P. 4 Feb, 2, 2009 12: 17PM Bruce's General Construction, 1175 pzynolds Rd. 13caumant TX 77707 Phonc: (409) 866-6245 Fax: (409) 8668245 To; CITY OF BE.4UMONT P 0 BOX 3827 Beaumont,TX 77704 Project; 13MT14R - 1 ST FLObl2 ENO V�TrON S RFC No: 4 Date; 1/29/2009 Description; Relocate door in hall 130 to ey�gn hallway tto new location, 6. Also install additional well paper to go do The above work is subject to the same Conditions as specified in the original contract unless otherwise stipulated. Upon approval the sum of$1,725,00will be added to the contract price, Original Contract $610,000.00 Other Approved Change Orders $0.00 Total Contract to]late $610,000.00 This Request $1,725.00 Other Pending Regaests $9,717.85 Total Contract plus Pending RFCs $621,442.85 Authorized Signature: Date: Bruce's General Construction, Autbor9zed Signature: 1-y IJ& Dam:LIZ-10-14 —1±) C77 OF BEA.UMONT o PUBLIC_WORKS_NO_2 PAGE 05/05 02/.02/2009 73 1.5:.07 4097854 N0. 0874 F, Feb, 2. 2009 12: 17PM Bruce's General Construction, 1175 Reynolda Rd. Beaumont,TX 77707 Pho.ac: (409) 866-6245 Fax: (409) 866-9245 {e To: CITY OF BEAUMONT p 0 BOX 3827 Beaumont,TX 77704 project: BMT148 - 1ST FLOOR RENOVATIONS RFC No: 5 Date: 1/29/2009 Descripon Remove cxisting'VCT and uista�linst llation f VCT n rooms 127 and to tile and nabber cove match riew the on job,pelete th 129,bate will still be replace in room 129. The above work is subjeot to the same conditions as specified in the original contract unless otherwise stipulated. Upon approval the sum of$9,267-85will bo added to the contract price. Original Contract $610,000,00 Other Approved Chang e Orders $0.00$610,000.00 Total Contract to Date $97267.85 This Request X2175.00 Other Fending Requests $621,442,85 Total Contract plus Fending RFCs Date: Authorized Signature: Bruce's General Construction, Deter Authorized Signature: CITY/b.F BFAUMONT t� INER'SCOPY -� Document t G 701 rM — 2001 _ Change Order PROJECT(Name and address): CHANGE ORDER NUMBER: 002 OWNER: BEAUMONT CITI' HALL FIRST DATE:April 6,2009 ARCHITECT: FLOOR RENOVATION PO Box 3827 CONTRACTOR: BEAUMONT,TEXAS 77704 TO CONTRACTOR(Name and address): ARCHITECT'S PROJECT NUMBER:07101 FIELD: ❑ BRUCE'S GENERAL CONTRACT DATE: December 17,2007 OTHER: ❑ CONSTRUCTION CONTRACT FOR:General Construction 1 175 REYNOLDS ROAD BEAUMONT,TEXAS 77707 THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable,any undisputed also nr am•ibuuuble to previously executed Construction Change Direcrive.s•) RFC#6-Convert existing jamlors closet to new restroom as per drawings prepared by Rob Clark.Fixtures to be donated by Bruce's General Construction,Inc. $5,034.38 RFC#7-Install new cased opening at beginning of hallway. install three(3)new outside corners,one(1) end cap and paint to match. Change ceiling tile to revealed edge to match existing in hallway. Delete sixteen(16)yards of wallpaper,prep and paint hallway. $ 692.00 Total Change Order Amount $5,726.38 The original Contract Sum was $ 610,000.00 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 610,000.00 The Contract Sum will be increased by this Change Order in the amount of $ 5726.38 The new Contract Sum including this Change Order will be $ 615,726.38 The Contract Time will be increased by Zero(0)days. The date of Substantial Completion as of the date of this Change Order therefore is NOTE:This Change Order does not include changes in the Contract Sum,Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT,CONTRACTOR AND OWNER. Architectural Alliance Inc. Bruce's General Construction, Inc. City of Beaumont ARCHITECT(firm name) CONTRACTOR(firm name) OWNER(firm name) 6654 Phelan Blvd. 1 175 Beynolds Road PO Box 3527 Beaumont,Tx.77706 Beaumont,TX 77707 Beaumont,Tx 77704 ADDR ADDRESS" ADDRESS It BY rgnatt•e) rg/ratrre) BY(Signatfre) .I. Rob Clark,AIA Scan Tilley Brenda Beadle. Capital Prgjecl.e Manager (7j/rerl m (Typed nallie) (Typed ncune) m�e g DATE DATE A DATE AIA Document G701 7m—2001.Copyright @ 1979,1987,2000 and 2001 by The American Institute of Architects.All rights reserved.WARNING:This AIA"' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAO'Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 16:03:05 on 04/06/2009 under Order No.1000369257_1 which expires on 9/5/2009,and is not for resale. User Notes: (51989663) Bruce's General Construction, 1175 Reynolds Rd. Beaumont, TX 77707 Phone: (409) 866-6245 Fax: (409) 866-8245 JI _ / 1 To: CITY OF BEAUMONT P 0 BOX 3827 Beaumont, TX 77704 Project: BMT148 - I ST FLOOR RENOVATIONS RFC No: 6 Date: 2/12/2009 Description: Convert existing janitors closet to new restroom as per drawings prepared by Rob Clark. Fixtures to be donated by Bruce's General Costruction, Inc. The above work is subject to the same conditions as specified in the original contract unless otherwise stipulated. Upon approval the sum of$5,034.38will be added to the contract price. Original Contract $610,000.00 Other Approved Change Orders $11,442.85 Total Contract to Date $621,442.85 This Request $5,034.38 Other Pending Requests $692.00 Total Contract plus Pending RFCs $627,169.23 Authorized Signature: Date: Bruce's General Construction, Authorized Signature: Date: CITY OF BEAUMONT Bruce's General Construction, 1175 Reynolds Rd. Beaumont, TX 77707 Phone: (409) 866-6245 Fax: (409) 866-8245 � '• b .► 47 4 r '�� N JeI w• �4 :1 rH Lin To: CITY OF BEAUMONT P O BOX 3827 Beaumont,TX 77704 Project: BMT148 - 1 ST FLOOR RENOVATIONS RFC No: 7 Date: 2/12/2009 Description: Install new cased opening at begining of hallway. Install 3 new outside corners, 1 end cap and paint to match. Change ceiling tile to revealed edge to match existing in hallway. Delete 16 yards of wallpaper, prep and paint hallway. The above work is subject to the same conditions as specified in the original contract unless otherwise stipulated. Upon approval the sum of$692.00will be added to the contract price. Original Contract $610,000.00 Other Approved Change Orders $11,442.85 Total Contract to Date $621,442.85 This Request $692.00 Other Pending Requests $5,034.38 Total Contract plus Pending RFCs $627,169.23 Authorized Signature: Date: Bruce's General Construction, Authorized Signature: Date: CITY OF BEAUMONT RESOLUTION NO. WHEREAS, on December 9,2008,the City Council of the City of Beaumont,Texas, passed Resolution No. 08-333 awarding a contract in the amount of$610,000 to Bruce's General Construction of Beaumont, Texas, for furnishing all labor, materials, supplies and equipment to renovate the first floor of City Hall; and, WHEREAS, Change Order No. 1 in the amount of$17,104.85 is required for extra work described as partial removal and reinstallation of the stage and wall in Council Chambers to allow access for conduit; additional coat of bonding primer to doors and frames for better adhesion; change specified water coolers to refrigerated units; relocate door in Human Resources Training Room hallway; and removal of existing VCT and installation of new ceramic tile and cove base in Human Resources Training Room, said amount to be deducted from the $20,000 contingency allowance, thereby decreasing the contingency balance to $2,895.15 with the contract amount remaining at $610,000; and WHEREAS, Change Order No. 2 in the amount of$5,726.38 is required to convert an existing janitor's closet into an employees' restroom and a minor addition to the hallway leading to the Human Resources Training Room, thereby increasing the contract amount to $615,726.38; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager is hereby authorized to execute Change Orders No. 1 and 2, thereby decreasing the contingency allowance to $2,895.15 and increasing the contract amount to $615,726.38. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - RICH WITH OPPORTUNITY 1 T • E - X • A • S REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS MAY 5, 2009 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 approving a contract for the purchase of asphaltic concrete for use by the Streets and Drainage Division 2. Consider approving a change order and authorizing final payment for the Main Street Project 3. Consider approving Change Order No. 1 for the Downtown Brick Pavers Project related to installing additional storm sewer pipe on Wall and Forsythe streets and the reconstruction of the Municipal Court parking area 4. Consider authorizing the City Manager to submit an application for, and accept if awarded, a Transit Stimulus Grant WORKSESSION * Review and discuss the 2009 HUD Consolidated Grant Program 5. Consider approving a resolution adopting the Consolidated Grant Program's 2009 Annual Action Plan COMMENTS * Councilmembers/City Manager 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: Claim of Harold Butler Claim of Tiffany Butler In re: Lyondell Chemical Company, et al, Chapter 11 Case No. 09-10023 * 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 Magistrate Craig Lively 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 May 5, 2009 Consider approving a contract for the purchase of asphaltic concrete for use by the Streets and Drainage Division RICH WITH OPPORTUNITY BEA,UMON* T • Z • X • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager t� PREPARED BY: Laura Clark, Chief Financial Officer(N MEETING DATE: May 5, 2009 REQUESTED ACTION: Council consider authorizing the award of a contract for asphaltic concrete. RECOMMENDATION The administration recommends the award of a six(6)month contract to APAC-Texas, Inc., of Beaumont, Texas with an estimated total expenditure of$664,465. BACKGROUND Bids were requested for a six(6)month contract for asphaltic concrete to be used by the Public Works Department, Streets and Drainage Division. Cold laid asphaltic concrete is used for repairing potholes and small sections of street, while hot laid asphaltic concrete is used for repairs to larger street sections. It is estimated that approximately 9,600 tons of hot laid asphaltic concrete and 700 tons of cold laid asphaltic concrete will be used during the term of the contract. Three(3)vendors were notified with only APAC-Texas responding with a bid as reflected below. Specifications requested pricing for both plant pickup by City personnel and job site delivery by the vendor. The bidder met all product requirements specified and has previously held the contract satisfactorily. The contract provides for the vendor to furnish asphaltic concrete at the following fixed unit prices: Description Plant Pickup Job Site Delivery Hot Laid Concrete $63.75/ton $71.85/ton Cold Laid Concrete 74.95/ton 81.70/ton Six Month Contract for Asphaltic Concrete May 5, 2008 Page 2 The prior contract period prices were as follows: Description Plant Pickup Job Site Delivery Hot Laid Concrete $68.50/ton $76.60/ton Cold Laid Concrete $78.50/ton $85.25hon BUDGETARY IMPACT Funds for the cold laid concrete in the amount of$52,465 are available in the Public Works operating budget. Funds in the amount of$612,000 are available in the Capital Program for the hot laid concrete which is used for street rehabilitation. RESOLUTION NO. WHEREAS, bids were solicited for a six (6) month contract for the purchase of asphaltic concrete for the Public Works Department, Streets and Drainage Division; and, WHEREAS, APAC-Texas, Inc., submitted a bid in the estimated amount of $664,465 in the unit amounts shown below: Description Plant Pickup Job Site Delivery Hot Laid Concrete $63.75/ton $71.85/ton Cold Laid Concrete $74.95/ton $81.70/ton and, WHEREAS, City Council is of the opinion that the bid submitted by APAC-Texas, Inc., should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid submitted by APAC-Texas, Inc., for the purchase of asphaltic concrete for the Public Works Department, Streets and Drainage Division, in the estimated amount of $664,465 in the unit amounts shown above be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - 2 May 5,2009 Consider approving a change order and authorizing final payment for the Main Street Project RICH WITH OPPORTUNITY ic� ►11 1�1 0 111 T • E • X • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Director of Public Works MEETING DATE: May 5, 2009 REQUESTED ACTION: Council consider a resolution authorizing approval of Change Order No. 3 in the amount of($413,332.65) and final payment in the amount of$456,101.90 for the Main Street Project. RECOMMENDATION The Administration recommends approval of Change Order No. 3 in the amount of($413,332.65) for adjusting estimated construction quantities to match quantities actually used during the performance of the project and authorizing final payment in the amount of$456,101.90. BACKGROUND On December 5, 2006, City Council awarded Brystar Contracting the contract for the Main Street (Calder to Blanchette) Brick Paved Sidewalk and Roadway Construction project in the amount of $6,377,885.59. During performance of the project Change Orders No. 1 and 2 were issued for installation of fiber optic loop for transferring data to all City owned buildings and two 6" conduit for Entergy for transferring power to Calder Street, increasing the contract to $6,635,370.59. Change Order No. 3 is necessary to adjust the estimated contract quantities and decreases the contract amount to $6,222,037.94. A copy of the change order is attached. The total MBE participation for this contract totaled $721,232.23, representing 12% of the contract amount. The Engineering Division has inspected the project and found that it meets the requirements set in the plans and contract documents. BUDGETARY IMPACT The total cost of the project is $6,222,037.94. Funds are available in the Capital Program for the final payment. CITY OF BEAUMONT DATE: April 29,2009 PROJECT: Main Street(Calder to Blanchette)Brick Paved Project OWNER: City of Beaumont CONTRACTOR: Brystar Contracting CHANGE ORDER NO. 3 and Final Payment THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adjusting the estimated quantities to match final quantities actually used during construction. CONTRACT TIME NOT EFFECTED BY THIS CHANGE ORDER: OGINAL CONTRACT AMOUNT: $6.377,885.59 NET FROM CHANGE ORDER NO.1,2 $6,635,370.59 TOTAL AMOUNT OF THIS CHANGE ORDER: $ (413.332.65) PERCENT OF THIS CHANGE ORDER: $ (6.48%) TOTAL PERCENT CHANGE TO DATE: $ (2.44%) NEW CONTRACT AMOUNT: $6.222.037.94 ACCEPTED BY: CONTRACTOR APPROVED BY: JORIS P.COLBERT,CITY ENGINEER TOM WARNER,DIRECTOR OF PUBLIC WORKS KYLE HAYES,CITY MANAGER WSTEDBY: TINA BROUSSARD,CITY CLERK MainFinal-cg 04/29/2009 ESTIMATE PROJECT: main Street(Calder to Blanchette)Brick Pavers ANEW CONTRACT AMOUNT 92,690 59 PERCENT OF TIME USED: 100% CONTRACTOR: Brystar Contracting (CONTRACT DATE: 1 2007 PERCENT OF WORK COMPLETED: 99% j [MONTHLY ESTAT#NO2-4-&Flnal CONTRACT CALENDAR DAYS: 481 IPERIOD ENDING April 30,09 - CALENDAR DAYS USED:- 573 CHANGE ORDERS ITEM DESC--F ALT I DESCRIPTION UNIT EST. PREVIOUS TO DATE TOTAL ESTIMATE UNIT - TOTAL NO. CODE _ _ __ _ _ MEASURE QTY. ESTIMATE ESTIMATE TO DATE_ PRICE AMOUNT 104 001 REMOVING CONCRETE(CURB d GUTTER COMBINED) LF 9.625.00 2,817.00 6,808.00 9,625.00 $7.50 $72,187.50 104 002 REMOVING CONCRETE(DRIVEWAYS)(6-) SY 1,693.75 1,727.43 0.00 1,727.43 $700 $12092.01 r 003 REMOVING CONCRETE(SIDEWALK 8 W.C.RAMPS)(4') SV 6,826.11 6,717.30 108.81 6,826.11 $8.00 _ 554,608.88 104 004 SAW CUT AT BUILDING FULL DEPTH LF 10,774.00 470.00 10,304.00 10,77400 $1.25 $13,487.50 104 005 REMOVE CONCRETE ROADWAY(6--10-) SY 28,710.00 31,000.44 0.00 31,000.44 $7.00 $217,003.08 110 007 EXCAVATION(CURB 8 GUTTER COMBINED((12") CV 215.22 110.56 104.66 215.22 $15.00 $3,228.30 110 002 EXCAVATION DRIVEWAYS(10') CV 470.49 1,160.04 0.00 1,160.04 $15.00 $17,400.60 110 003 EXCAVATION SIDEWALK 8 WHEEL CHAIR RAMPS(W) CY 1,518.14 1,128.25 387.89 1,516.74 $15.00 $22.742.10 110 004 -- EXCAVATION ROADWAYS _--_- --- CY 3,500.00 10,598.33 0.00 10,598.33 $12.00 $127,179.96 247 001 FLEX BASE(TY A)(GR.1)(8")(CL 5)(DC)(DEL)SIDEWALK 8 W.C.RAMPS SY 6,826.11 7,297.12 0.00 7,297.12 $20.00 $145,942.40 247 002 - FLEX BASE(TV A)(GR.1)(12')(CL 5)(DC)(DEL)CURB 8 GUTTER COMBINED [ SY 645.67 119.22 0.00 119.22 $30.00 $3,576.60 260 001 LIME TREATED SUBGRADE 6"DS 7% SY 28,526.67 20,929.05 0.00 20,929.05 $3.95 $82,669.75 264 001 LIME TY.C SLURRY TON 524.86 336.06 0.00 336.06 $130.00 $43,687.80 276 001 CEM TRT BASE(STG.L)(TV A)(CL 5)(GR.3)(10')DRIVEWAYS SY 1,693.75 1,51093 0.00 1,510.93 $30.00 $45,327.90 276 002 CEM TRT BASE(STG.L)(TY A)(CL 5)(GR.3)(6")ROADWAY SV 27,429.67 23,222.74 0.00 23,222.74 $14.00 $325,118.36 300 001 ASPHALTIC MATERIAL(CRS2) GAL 1,223.00 970.00 0.00 970.001 $3.00 $2,910.00 340 001 HOT MIX ASPHALT CONCRETE TYPE D(1112') TON 292.00 563.75 0.00 58375 $125.00 $70,468.75 34345 001 ASB GR.7(6') TON 166.00 28.22 0.00 28.22 $140.00 $3,950.80 5 002 ASB GR.1 PIPE(6') _ - TON i_ 442.00 357.85 0.00 357.85 $140.00 $50,099.00 354 001 PLANING PAVEMENT(11/2") ---- - SY- _ - 3,494.00 4,12567 0.00 -4.725671 $1.00 $4,125.67 356 001 FABRIC UNDERSEAL Sy 5,42547 992.22 000 99222, $2.00 $1,984.44 380 001 CONCRETE PAVEMENT(t0')CLP Sy 26,899671 26,087.39 0.00 26,08739' $47.00 $1,226,107.33 400 001 [STRUCTURAL EXCAVATION PROP.PIPES(STORM SEW.) CY 3,61000 3,492.01 117.99 3,610.00 $9.00 $32,49000 400 002 (STRUCTURAL EXCACATION PROP.INLETS 8 MH(STM SEW.) CV %0,001 407331 92.67 50000 $10.00 $5,000.00 - - 400 003 (CEM STAB SAND BKFL(2 SACK)PROP.PIPES(STM SW R) CY 2,936.001 1068.28 1,867.72 2,936.001 $42.00 5723,312.00 _ 400 004 CEM STAB SAND BKFL(2 SACK)PROP.INLETS&MH(STM SW R) CV 256.001 285.341 0.00 285.341 $42.00 $11,984.28 464 - 001 .RCP 12"(STORM SEW.) ! LF 78M­ 0.00 -1400T $O.DO - --$0.00 _ 2000, -. 484 _ ____ 000' 000� 0 00 $000 $0.00 I 464 I 003 - _ 0 00 20.001 __-. $0 00 $0.00 I RCP N'I510RM SEW 464A 001 i LF 7800, 1 5900'1 000 59.001 $3500y- $2,065.00 -- _ 1 Lf _ 12600 _-_ �.___ _._ _-r- __• --- -^ 002 L - 1 �_`� _' ^:F l' c LF 1 900 00 1,730.00, 00001 1,730.001 $4700`1 $91.31000' page 1 of 6 -- - -- - - -- - - E - -- -- -- - 1 ITEM J DES I DESCRIPTION UNIT EST. OUS TO DATE TOTAL ESTIMATE UNIT TOTAL - n CAD 7 24'HDPE STM SW R TY S MEASURE 0TY.128 0o A 52.001 ESTIMATED TO DATE 52 _ PRICE AMOUNT $3,016.00 465 001 CURB INLETS(TYPE C) EA 22.00 20.25 0.00 20.25 $3,05000 $61,762.50 465 002 CURB INLETS(TYPE C)WITH EXTENSIONS EA 10.00 9.00 0.00 9.00 $3,500.00 $31,500.00 465 003 MANHOLE TYPE M(STORM SEW) EA 7.00 8.00 0.00 8.00 $5,000.00 540,000.00 465 004 MANHOLE TYPE M WITH PIPE SADDLE(STORM SEW) EA 2.00 0.00 0.00 0.00 $8,500.00 $0.00 465 005 GRATE INLET(TY H) EA 1.00 100 000 1.00 $8,000.00 $8,000.00 479 001 AOJUSTMANHOLE EA 2000. 3.00 0.00 3.00 5500.00 $1,500.00 479 002 ADJUST STEEL PLATE COVER EA 7.00 1.00 0.00 1.00 $500.00 $500.00 479 003 ADJUST METAL GRATE COVER EA 2.00 0.00 0.00 0.00 $1,250.00 $0.00 479 004 ADJUST CONCRETE PANEL BOX EA 3.00 2.00 Goo 2.00 $550.00 $1,100.00 479 005 ADJUST MANHOLE(STORM SEW) EA 3.00 6.00 0.00 6.00 $500.00 $3,000.00 496 004 REMOVE WATER VALVE EA 51.00 14.00 0.00 14.00 $100.00 $1,400.00 498 005 REMOVE TELEPHONE BOOTH EA 1.00 0.00 0.00 000 $100.00 50.00 496 008 REMOVE PARKING METER i EA 6.00 6.00 0.00 6.00 $90.00 $540.00 498 007 REMOVE FIRE HYDRANT EA 10.00 8.00 0.00 800 $250.00 $2,000.00 496 008 REMOVE OLD STRUCTURES(MH)(SAN.SEW.) EA 21.00 12.00 0.00 12.00 $700.00 $8,400.00 496 009 REMOVE OLD PIPES(STORM SEW) LF 1,618.00 811.00 0.00 811.00 $8.00 56,48800 496 010 REMOVE OLD STRUCTURES(INLETS) EA 30.00 29.00 0.00 29.00 $700.00 $20,300.00 496 011 REMOVE OLD STRUCTURES(MH)(STORM SEW) EA 9.00 18.00 0.00 18.00 $700.00 $12,600.00 498 012 REMOVE RED SIG FOUNDATION EA 5.00 400 000 400 $500.00 $2,000.00 496 013 REMOVE TRAFFIC SIGNAL FOUNDATION EA 2200. 12.00 0.00 12.00 $850.00 $10,200.00 496 014 REMOVE JUNCTION BOX EA 16.00 21.00 0.00 21.00 $650.00 $13,650.00 500 001 MOBILIZATION LS 1.00 1.00 0.00 1.00 $350,000.00 $350.000.00 502 001 .BARRICADES.SIGNS AND TRAFFIC HANDLING MO 15.00 20.001 0.00 20.00 $2,2(X).00 $44,000.00 529 001 CONCRETE CURB 8 GUTTER COMBINED(CL A) LF 1,025.00 1,286.00 0.00 - _ - 1,286_00 $24.00 $30,864.00 E 529 002 REINF.CONC.RESTRAINING BLOCK(6'X 9')(CL A)(SIDEWALK) LF 9,348.00 7.33100 0.00 7,331.00 $10.00 $73,310.00 529 003 _ REINF.CONC.RESTRAINING BLOCK(6'X 17)(CL A)(DRIVEWAYS) LF _! 1,457 00 2,401.50 0.00 2,401.50 $14.00 $33,621.00 529 004 CONCRETE CURB(TY II)MONO LF 10,091.00 9,221.00 0.00 9,221.00 $3.50 532,273.50 531 001 SIDEWALKS 4' )( ) -_- _ SF -._1 35000 -�- - 530 001 DRIVEWAYS 10'(CL A) SV 208001 347.49 0.00 347.49 $65.00 $22.586.85 ( ) 1839.00 0.00 1839.00 54.00 $7,358.00 540 001 !METAL BEAM GURD FENCE LF 120.00 122-00 0.00 122�10 542.00 $5,124.00 �.-_ - _.2010 00 1 TRENCH SAFETY SYSTEM LF a76000 1,207.00 0.00 1207 $1.00 $1,20700 __ -- - _. __ ___._..-- 5009 � 001 1 !TEMP SEDIMENT CONTROL FENCE(INSTALL) ) LF 1,520.00 76000 0.00 760 $2.25 51,710.00 5009 002 j .TEMP SEDIMENT CONTROL FENCE(REMOVE&REPLACE) LF 152000 140.00 0.00 140 $2.75 $385.00 --"-_- _ ( ERS _'. 61437_00_ 61712.06 _ 0001 _-_61.712.061 -_ 5009 _ 003 BRICK SEDIMENT INCOLNTROD FILLERS FENCE (REMOVE)BEDDING) SF 152000 600001 000 6000050.50 $300.00 9000 T 001 - _ _-_ _- -_ _ $3.00 $185,136.18 page 2 of 6 - -- --- -- ITEM { DES -- DESCRIPTION - - _ UNIT EST. OUS TO DATE TOTAL ESTIMATE ! UNIT TOTAL 9NOOW CWD -- BRICK PAVERS(INCL SAND FILLERS d BEDDING)(W.C.RAMPS) ME SSURE OTY,�9 MATE ESTIMATE ESTIMATE TO DATE PRICE AMOUNT 000 1,394.14 $7.00 $9,758.98 9000 003 BRICK PAVERS(INCL SAND FILLERS 8 BEDDING)(DRIVEWAYS) SF 15,243.75 13,789.75 0.00; 13,789.75 $4.00 $55,159.00 9000 004 BRICK PAVERS(INCL SAND FILLERS 8 BEDDING)(MEDIANS) SF 7,040.00 3,689.00 0.00 3,689.00 $4.50 $16,800.50 9005 001 BUILDING WATER PROOFING LF 1,562.00 0.00 0.00 0.00 $1.00 $0.00 9010 001 BOX DRAINS EA 25.00 20.00 0.00 ---20.00 $1,250.00 $25.00000 9030 001 RAILROAD FLAGGING DAY 1000 0.00 000 0.00 $500.00 $0.00 610 001 12"FIBERGLASS LAMP POLE COMPLETE(INC.ELEC.WIRINGS)(SINGLE FIX) EA 9200 91.00 0.00 91.00 $3,500.00 $318,500.00 811 001 REMOVE RDWY ILLUMINATION ASSEMBLIES EA ~ 17.00 14.00 000 14.00 $625.00 $8,750.00 818 001 2-PVC SCHED 40 CONDUIT(INCL.CEM.STAB SAND BKFL) -� LF 7,365.00 7,062.50 0.00 7,062.50 $7.50 $52,988.75 824 001 JUNCTION BOXES EA 47.00 42.00 0.00 4200 $750.00 $31,500.00 629 001 REMOVE SERVICE POLE EA 2.00 2.00 0.00 2.00 $250.00 $500.00 844 001 SMALL ROADWAY SIGN SSEMBLIES EA 31.00 20.00 0.00 20.00 $600.00 $72,000.00 849 001 REMOVE ROADSIDE SIGN ASSEMBLIES. _ EA 37.00 25.00 0.00 25.00 $50.00 $1,250.00 656 001 TRAFFIC SIGNAL FOUNDATION -1 EA 19.00 15.00 0.00 15.00 $750.00 $11,250.00 856 002 iT FIBERGLASS LAMP POLE FOUNDATION(COMPLETE) EA 92.00 91.00 0.00 91.00 $300.00 $27,300.00 858 003 PEDESTRIAN SIGNAL FOUNDATION EA 7.00 4.00 000 4.DO $380.00 $1,440.00 658 004 TRAFFIC SIGNAL CONTROLLER FOUNDATION EA 5.00 4.00 0.00 4.00 $1,300.00 $5,200.00 REFL PAV MRK TY 11(Y)(4")(SLD) LF 5,862.00 7,549.00 - -_ 0.00 7,549.00 $1.50 $11,323.50 882 002 REFL PAV MRK TY 11(Y)(4")(SLD)NONREMOVABLE LF 5,910.00 788.00 O.DO 786.00 $0.95 $748.70 666 DOI REFL PAV MRK TY If(Y)(4")(SLD) LF 5,350.00 1,311.00 0.00 1,31100 $0.95 $1,245.45 666 002 REEL PAV MRK TY 11(1)(4:)(BRK) LF 308.00 230.00 0.00 230.00 $100 $230.00 686 003 REFL PAV MRK TY 11(W)(4") LF 295.00 420.00 0.00 420.00 $1.00 5420.00 666 004 REEL PAV MRK TY II(W)(4")(BRK) LF 1493.00 0.00 0.00 0.00 $1.00 $0.00 888 005 REEL PAV MRK N It(W)(8')(SLD) LF 591.00 32500 0.001 325.00 $1.25 $406.25 666 006 (REFL PAV MRK TY II(W)(17)(SLD) LF 2,704.00 577.00 000 5T7.00 $1.95 $1,125.15 888 007 "REFL PAV MRKG TY II(Y)(17)(SLD) LF 20.00 0.00 0.00 0.00 $1.95 $0.00 666 008 iREFL PAV MRKG TY It(W)(24")(SLD) ! LF 567.00 44.00 0.00 44.00 $3.00 $132.00 688 009 REFL PAV MRKG TV II(W)(WORD) EA 800 4.00 0.00 4.00 $150.00 $800.00 686 010 REFL PAV MRKG TY II(W)(ARROW) EA 8.00 0.00 0.00 _ 0.00 _ $75.00 $0.00 666 011 (REFL PAV MRKG TY 11(R)(SLD)(CURB) LF 576.00 0.00 000 0.00 $0.95 $0.00 666 012 REFL PAV MRKG TY II(Y)(SLD)(CURB) LF ! 1 58400 0.00 000 0.00 $0.90 EO 00 666 013 RAILROAD CROSSING EA 4.00 0.00 0.001 000 $200.00 $0.00 !, 672 �001 i IRAIS PV MRKR CL 8(REFL)TY 1-C EA 144.001 48101 000 487.001 $5.00 $2,435.00 672 002 PAIS PV MRKR CL B(REFL)TY I` 680 _ ! 001 _ RRAFOFCSGNAL CONTROLLER51(STRIPING) --LF '9500 -6000. 0 00 0,001...�__ 00 F -_-..E8S0� pad 0l6 18 8 s 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8, 8 8 8. 8 8 8 8 8 8 8I8 8 8 8 81 --'18, 88. 88888 88888888888888888888888181888', «1» W 8 8 8 8 8 8 8, 8 8 8, 8 8 8 8 8 8 818 8. 8 8 8 8, 818 8 8,8 8 8 8 8,8j8 S LU w of I I Il I I I I I 888188888s8888818888888888S8S8S888 8 8!81 F ° oic c a o a ° _I'°�o ° ~ W I ! I o a 8 8. 8 8 8 5 8 8 88 8 8 8 8 8 8 8 8 8 8. 8 8 8 8 8 8 8 8 8,8 8 S S 8 518 �Im fl 888,'8888, 8. 888888888888888888818,18 IW MI i I W W W J a a a ' W Q Q Q Q Q Q Q QQ QQ QQ i 7 a W W W W W W W W W W a W W W Q a W W W it W t LL I z l II II I i o i I i U) yyy m 5 lw I x 2 a Q U Z C W W V W p Z Z w w m ''4 P a w ° g o ti W wlw w tz_J g o u °-� w n w w w w 4a Ci w �`- � I I t- �u F >W W J w x x � m N �m � o�a lo� 0 oo t. m : � miw" W w x x x x x a ' a�a I � I' n I I ILLI I I � G 1 W O o I o bls o ° 8f81g81� 141 _ 8 m 0°1 ° mWzi� m A i_ m 1 NO _ COD _____ __ ___._ _ ---_ _ MEASURE QTY. MATE ESTIMATE _ TO DATE PRICE TOTAL - ITEM {I DES DESCRIPTION UNIT EST. OUS TO DATE TOTAL ESTIMATE E UNIT AMOUNT 810 1 008 4'PVC SHORT SIDE SERVICE CONNECTION LF 70.00 40.00 000 40 00 $2,000.00 810 007 C PVC LONG SIDE SERVICE CONNECTION LF 52.00 50.00 0.00 50.00 $85.00 $4,250.00 810 008 Y HDPE SHORT SIDE SERVICE CONNECTION LF 19500 70.00 0.00 70.00 340.00 $2,800.00 810 009 Y HDPE LONG SIDE SERVICE CONNECTION LF 10500 121.001 0.00 121.00 $70.00 $8,470.00 810 010 I"HOPE LONG SIDE SERVICE CONNECTION LF 65.00 44.00 0.00 44 00 f60.00 52.640.00 811 007 4'WATER VALVE EA 4.00 4.00 0.00 4.00 $500.00 $2,000.00 811 002 6'WATER VALVE EA 17.00 15.00 0.00 15.00 $650.00 $9,750.00 811 003 8'WATER VALVE EA 15.00 14.00 0.00 14.00 $1,000.00 $14,000.00 811 004 IT WATER VALVE EA 17.00 15.00 0.00 15.00 $1,800.00 $27.000.00 811 005 16'WATER VALVE - EA 1,6 17.00 1100 0.00 11.00 $5,500.00 $60,500.00 813 001 IT PVC WATER(BORE) LF 2,774.00 82 1,6 .00 0.00 8200 $100.00 $168,200.00 2534 001 SAN SEW SERVICE STUB OR RECONNECT EA too 10.00 0.00 10.00 $2,40000 $24,000.00 3301 001 MANHOLE(PRECAST) EA 12.00 0.00 0.00 0.00 $3.100.00 $0.00 4020 001 6"HDPE PIPE BURST(SAN SEW) LF 808.00 0.00 0.00 0,00 $45.00 $0.00 4020 002 8 HDPE PIPE BURST(SAN SEW) LF 451.00 309.00 0.00 30900 $70.00 $21,630.00 4020 003 1Y HDPE PIPE BURST(SAN SEW) LF 860.00 0.00 0.00 0.00 $115.00 $0.00 4020 004 16'HDPE PIPE BURST(SAN SEW) LF 58.00 0.00 0.00 0.00 $225.00 30.00 COa1 INSTALL 3'CONDUIT AND FIBER OPTIC LS 1.00 1.00 0.00 1.00 $214,805.00 $214,805.00 C.O. Remove end Replace exis.fxr mein Ls 1.00 1.00 0.00 1.00 $5,618.11 35,618.71 C.O. 1745 d MJ X MJ fd8ng Ea 100 4.00 0.00 4.00 $885.00 $3,540.00 C.O. 1722.5 d MJ X MJ filling --- Ea 1.00 200 0.00 2.00 $785.00 $1,570.00 C.O. 8'MJ 45d bend - Ea --_ 2.00 2.00 0.00 _._.� 2.00 $800.00 51,200.00 C.O. 1 Y x B'MJ reducer Ea 1 1.00 1.00 0.001 100 $800.00 $800.00 C.O. 3'HDPE"side se-e connection LF 20.00 20.00 0.00 20.00 $45.00 $900.00 C.O. RETAINING WALL LF 556.00 556.00 0.00 558.00 $48.58 $26,999.36 C.O. REPAIR EXIST.CURB LS 1.00 1.00 0.00 1.00 $1,300.00 $1,300.00 C.O. CONC VALLEY GUTTER LS 1.00 1.00 0.00 100 37,700.00 $1,700.00 C O _ 3'PVC CONDUIT LF 4,200.00 5,647.00 0.00 5,64700 $10_00 $58,470.00 680 002 (TRAFFIC CONTROLLER LF -{_ __ 5.00 0.00 0.00 _ _ 0.001 $19,575.00 50.00 50ml I. _ (Y)(4)(SLID) --_j LF -5 350 00 1 3,441.00.000 ____3441.00 _ $1_65 �� 666 002 REFL PAV IMRK TVI(V)(d:)(BRK) LOLFO 308.000 300.00 0,00 300.00 $iSt.�� $1,000.00 CO. STORM SEWER LID EA 4300 0.001 0.00 000 $41.30 fi66 001 REFL PAV MRK TYI 41 35,677.65 ( )( )( ) - _ $510.00 666 1 004 REFL PAV MIRK TYI W 4' BRK. LF_ �- _ 169300 1090.00 O.00i 1090001 _1.7 - 66fi� 003 _` i 2369 00� 0.00� 2.369.00 1 $1.70 $Q 027.30 (W)(6)(SLD _ _ _ LF_ .. 591.00 0001 1 $1-70 $1 853.00 4 LF 29500 J 005 __-- REFL PAV MRK TYI _)_ SO.00 � -_ 500011 �agz 5 of 6 ITEM DE - ___ (w)(1r)(SLID) -_ -- - --1_-UNIT - EST.z,7oa.w OB.00T TO DATE 0_0o TOTAL ESTIMATE UNIT$a.7s� TOTAL T - NO COD _ MEASURE OTY. _MATE ESTIMATE TO DATE j PRICE_ _ AMOUNT 688 - 006 REEL PAV MRK TYI - - $3,307.50 866 007 REFL PAV MRKG TYI(Y)(12-)(SLD) LF 20.00 617.001 0.00 617.00 $3.75 $2.313.75 888 008 REFL PAV MRKG NI(W)(24-)(SLID) LF 567.00 396.00 0.00 398.00 $5.50 $2,178.00 668 009 REFL PAV MRKG TYI(W)(WORD) EA 8.00 0.00 0.00 0.00 $275.00 $0.00 666 010 REFL PAV MRKG TYI(W)(ARROW) EA ()0 6.00 0.00 600 $150.00 $900.00 CO Additional work adjusting jufion box on co. LS 100 1.00 0.00 1.00 $1,102.00 $1,102.00 CO _. New STORM SEWER LID _ EA J� 45.00 20.00 0.00 20.00 $41.30 $826.00 CO TREE Wells EA 4.00 4.00 0.00 4.00 $5,000.00 520,000.00 CO Te I,Crossing LS -� --_� 1.00 1.00 0.00 1.00 $2,626.21 $2,626.21 CO IT SANITARY SEWER(OPEN CUT) LF 290.00 52500 0.00 525.00 $155.00 $81,375.00 CO 8-SANITARY SEWER(OPEN CUT) LF 354.00 190.00 0.00 190.001 $145.00 $27,55.00 CO WATER LINE TIE-INS @ MAIN AND CALDER LS 1.00 1.00 0.00 1.00 $6,343.35 $6,343.35 CO#2 - LS +_ 1.00 -- 1.00 0.00 1.00 $42,65.00 $42,680.00 001 TRAFFIC SIGNAL CONTROLLER(REVISED) EA 5.00 5.00 cool 5.00 $19,575.00 $97,875.00 CO j Misc.-t.work lefts,dated 10131/08 EA 1.00 1.00 0.00 1.00 $22,573.39 $22,573.39 REMOVE AND REPLACE BALLARD LS 1.00 _ 1.00 0.001 1.00 $500,001 $500,00 GRAND TOTAL AMOUNT OF WORK DONE: $6,222,037.94 PREPARED BY: / MATERIAL ON HAND $0.00 TOTAL WORK B MATERIAL ON HAND $0.00 HASSAN SHOMALZADEH,PE LESS 5%RETAINAGE: $0.00 APPROVED BY: Sub-Total $6,222,037.94 JORIS P.COLBERT,P.E. CITY ENGINEER LESS PREVIOUS PAY ESTIMATE: $5,765,936.04 THOMAS A. WARNER,P.E. DIRECTOR OF PUBLIC WORKS AMOUNT DUE THIS ESTIMATE: $456,101.90 RESOLUTION NO. WHEREAS, on December 5, 2006,the City Council of the City of Beaumont,Texas, passed Resolution No. 06-365 awarding a contract in the amount of $6,377,885.59 to Brystar Contracting for the Main Street Project; and, WHEREAS, Change Order No. 1 in the amount of$214,805, passed by Resolution No. 07-253 on August 28, 2007, was required to install a three (3) inch conduit and fiber optic cable on Main, Forsythe, Park and College Streets to serve the Julie Rogers Theater, the Historical Library, Municipal Court, the new Police Property Building, the Downtown Public Library, the Police Station and City Hall, thereby increasing the contract amount to $6,592,690.59; WHEREAS, Change Order No. 2 in the amount of $42,680.00, passed by Resolution No. 08-250 on September, 30, 2008,was required for the installation of 479 LF of 6" conduit (double run) within Broadway Street and Main Street to allow Entergy to convert to underground service,thereby increasing the contract amount to$6,635,370.59; and WHEREAS, Change Order No. 3 in the amount of ($413,332.65) is required to adjust the estimated contract quantities to match quantities actually used during the performance of the project,thereby decreasing the contract amount to$6,222,037.94; and WHEREAS, the Project has been inspected and completed in accordance with the terms and conditions of the contract and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager is hereby authorized to execute Change Order No. 3 in the amount of ($413,332.65), thereby decreasing the contract amount to $6,222,037.94. BE IT FURTHER RESOLVED THAT the Main Street Project be and the same is hereby accepted. BE IT ALSO RESOLVED that the City Manager is hereby authorized to make final payment in the amount of$456,101.90 to Brystar Contracting. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - - II 3 May 5,2009 Consider approving Change Order No. 1 for the Downtown Brick Pavers Project related to installing additional storm sewer pipe on Wall and Forsythe streets and the reconstruction of the Municipal Court parking area RICH WITH OPPORTUNITY BEA,UMON* T • E • x • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Director of Public Works MEETING DATE: May 5, 2009 REQUESTED ACTION: Council consider a resolution authorizing approval of Change Order No. 1 for the Downtown Brick Pavers Project. RECOMMENDATION The Administration recommends approval of Change Order No. 1 in the amount of$337,559 for installing additional storm sewer pipe on Wall Street and Forsythe Street to capture roof drainage from the Goodwill and Municipal Court buildings. The change order is also for the reconstruction of the Municipal Court parking area. BACKGROUND On November 4, 2008, City Council awarded Brystar Constructing the contract for the Downtown Improvement Brick Paved Sidewalks and Drainage Improvements Project in the amount of$8,595,437.50. Change Order No. 1 is required to install storm sewer pipe capturing all roof drainage from the Wall Street side of the Goodwill Building and Forstyhe Street side of the Municipal Court building. Also included in this Change Order is the lowering and the reconstruction of the Municipal Court parking lot. The current roof drains on the Goodwill Building are at a lower elevation than the street gutter line on Wall Street. The installation of storm sewer pipe will eliminate this issue and allow for the proper drainage from the roof drains. On the Municipal Court building the roof drains empty into wet wells where the water stands until it evaporates. The installation of storm sewer pipe will tie these wells into the storm sewer system to be installed on Forsythe Street. The elevation of the parking lot is approximately one to one and one-half feet above the floor elevation of each building. Additionally, due to the higher elevation of the parking lot, the weep nowmonco-e$ 04/29/2009 holes on the south brick wall of the Municipal Court Building are blocked by the asphalt on the parking lot. This has resulted in water intrusion in the building during heavy rainfalls. The lower elevation of the parking lot will eliminate water entering the building from blocked weep holes. The change order in the amount of$337,559 will increase the contract amount to $8,932,996.50. A copy of the change order is attached. BUDGETARY IMPACT Funds are available in the Capital Program. DowmownCO-cg 04/29/2009 CITY OF BEAUMONT DATE: April 29,2009 PROJECT: Downtown Improvement Brick Paved Sidewalks and Drainage Improvements OWNER: City of Beaumont CONTRACTOR: Brystar Contracting CHANGE ORDER NO. 1 THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Installing additional storm sewer pipe on Forsythe and Wall Streets and the reconstruction of the Municipal Court Parking Area. CONTRACT TIME NOT EFFECTED BY THIS CHANGE ORDER: WINAL CONTRACT AMOUNT: $8.595,437.50 NET FROM CHANGE ORDER NO.1,2 $8,595,437.50 TOTAL AMOUNT OF THIS CHANGE ORDER: $ 337.559.00 PERCENT OF THIS CHANGE ORDER: $ 3.92% TOTAL PERCENT CHANGE TO DATE: $ 3.92% NEW CONTRACT AMOUNT: $8,932,996.50 ACCEPTED BY: CONTRACTOR APPROVED BY: JORIS P.COLBERT,CITY ENGINEER TOM WARNER,DIRECTOR OF PUBLIC WORKS KYLE HAYES,CITY MANAGER OESTED BY: TINA BROUSSARD,CITY CLERK D—wn CO-g 04/29/2009 Forsythe,Wall Street and Municipal Building Parking Area Reconstruction 1. Remove Asphalt 130/cy x $19 = $ 24,719 2. 4" Class P Conc. 2710/sy x $42 = $113,820 3. ADA Ramp 1 ea x $2,000 = $ 2,000 4. Remove Roof Drain 4 ea x $ 800 = $ 3,200 5. Remove& Replace Roof Drain 160 SF x $10 = $ 1,600 6. Furnish& Install 45 Degree Bend 1 ea x $950 = $ 950 7. Connect Roof Drain to Prop. Storm Sewer 10 ea x $1,500 = $ 15,000 8. Remove Conc. Curb (104-001) 20 LF = $ 240 9. ABS 6" Pipe(292-002) 20 TN x $160 = $ 3,200 10. ABS (Goodwill Parking) (292-002) _ $ 4,800 11. SWR Excay. Pipe (400-001) 550 cy X $20 = $ 11,000 12. CSC (400-002) 410 cy x $43 = $ 17,630 13. Trench Exca. Prot. (402-001) 100 LF x $2 = $ 200 14. 18" HDP Pipe (464-002) 850 x 100 = $ 85,000 15. Inlet ty C (465-002) 6 ea x $3,100 = $ 18,000 16. MH ty M (465-003) 1 ea x $6,200 = $ 6,200 17. Remov. Exst. Inlet 3 ea x $800 = $ 2,400 18. Excav (110) 1500 x $18 = $ 27,000 Total Estimated Cost $337,559 RESOLUTION NO. WHEREAS, on November 4, 2008,the City Council of the City of Beaumont,Texas, passed Resolution No. 08-297 awarding a contract in the amount of $8,595,437.53 to Brystar Contracting of Beaumont, Texas, for contract for the Downtown Brick Paved Sidewalks and Drainage Improvements (Park from Crockett to College, Neches from Liberty to College, North Pearl from Calder to North Street, College from Neches to Pearl, Wall from Neches to Orleans, Forsythe from Neches to Pearl, Fannin from Neches to Orleans, Bowie from Neches to Pearl, Liberty from Magnolia to Pearl, and Broadway from Magnolia to Pearl); and, WHEREAS, Change Order No. 1 in the amount of $337,559 is required to install storm sewer pipe capturing all roof drainage from the Goodwill and Municipal Court buildings and the reconstruction of the Municipal Court parking area to eliminate water entering the building through weep holes, thereby increasing the contract amount to $8,932,996.50; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager is hereby authorized to execute Change Order No. 1 in the amount of$337,559, thereby increasing the contract amount to $8,932,996.50. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - 4 May 5, 2009 Consider authorizing the City Manager to submit an application for, and accept if awarded, a Transit Stimulus Grant RICH WITH OPPORTUNITY 11cm ► � T • E • X • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Director of Public Works MEETING DATE: May 5, 2009 REQUESTED ACTION: City Council authorize the City Manager to submit an application and accept a Transit Stimulus Grant. RECOMMENDATION Administration recommends City Council authorize the City Manager to submit an application and accept a Transit Stimulus Grant in the amount of$2,362,469. BACKGROUND The City of Beaumont has been notified that Beaumont Municipal Transit is eligible to receive a stimulus grant for the purpose of purchasing capital equipment. The following items are recommended for purchase under the grant. Replace bus washer and seal/paint building $ 250,000 Replace eight Paratransit vans 840,000 Bus shelters 300,000 Purchase three new fare boxes for three older buses 48,000 Replace pick-up 30,000 Replace service truck 60,000 Purchase mobile lift station 30,000 Stock parts for new buses 50,000 Office renovations (carpet, furniture, paint, etc.) 50,000 Hookup fuel generator to building 120,000 Shop modifications 584,469 Total $ 2,362,469 The shop modifications include the replacement of the existing open flame heaters, light fixtures and switches, and the installation of gas detectors. These modifications are required in order to work on the new CNG buses within the transit facility. BUDGETARY IMPACT None. The grant does not require a local match. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to apply for and accept a Transit Stimulus Grant in the amount of $2,362,469 to be used for the purpose of purchasing capital equipment for Beaumont Municipal Transit. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - WORKSESSION * Review and discuss the 2009 HUD Consolidated Grant Program 5 May 5, 2009 Consider approving a resolution adopting the Consolidated Grant Program's 2009 Annual Action Plan RICH WITH OPPORTUNITY BEA,UMON* City Council Agenda Item T • E • % • A • S TO: City Council FROM: Kyle Hayes, City Manager G5� PREPARED BY: Chris Boone, Community Development Director MEETING DATE: May 5, 2009 REQUESTED ACTION: Council conduct a Workshop to discuss the 2009 HUD Consolidated Grant Program and consider approving a resolution adopting the Consolidated Grant Program's 2009 Annual Action Plan. RECOMMENDATION Administration recommends approval of a resolution adopting the Consolidated Grant Program's 2009 Annual Action Plan. BACKGROUND As mandated by the U. S. Department of Housing and Urban Development(HUD), City Council has conducted public hearings and work sessions in previous years, prior to adopting the City's Annual Action Plan. The Action Plan must be approved and sent to HUD forty-five (45) days prior to the start of the grant year on July 1, 2009. To date, Community Development Department staff and the Community Development Advisory Committee(CDAC)has held three (3) public hearings in order to discuss the budget process of the Consolidated Grant Program. Also, a Public Hearing/Work Session was held by the City Council on March 24, 2009, allowing for public comment and adopting the Consolidated Grant Program's Preliminary Annual Action Plan. In accordance with the Citizen Participation Plan, a thirty(30)day comment period, which allowed citizens a reasonable time to submit written comments, followed the adoption of the Preliminary Action Plan. Also, a Public Hearing was held during the City Council meeting on April 21, 2009, allowing nonprofit agencies to present their funding requests to City Council. The Administration concurs with the CDAC's recommendations which are attached for your review. BUDGETARY IMPACT The preliminary 2009 budget, comprised of federal allocations of$1,784,969 in Community Development Block Grant funds, $732,967 in HOME funds and $100,000 in estimated program income was adopted March 24, 2009. The Public Service, Public Facilities and Improvements line item is comprised of$125,000. 2009 CONSOLIDATED BLOCK GRANT PROGRAM APPLICATIONS Public SeMoes/Public Facilities&Improvements/Emergency Shelter Set-Aside AMOUNT CDAC ADMINISTRATION CITY COUNCIL ORGANIZATION REQUESTED RECOMMENDATIONS RECOMMENDATIONS RECOMMENDATIONS PUBLIC SERVICES 1. Annointed Praise $110,000.00 $0.00 $0.00 2. Beaumont Community Housing Development Organization $20,000.00 $0.00 $0.00 3. Child Abuse 6 Forensic Services $20,000.00 $181000.00 $18,000.00 4. Christian Women's Job Corps-Golden Triangle $25,000.00 $18,000.00 $18,000.00 5. Common Ground Performing Arts Studio $10,000.00 $10,000.00 $10,000.00 6. Experience Corps of Southeast Texas $40,300.00 $0.00 $0.00 7. Harvest for Lost Souls(Adopt a Block Program $551559.00 $0.00 $0.00 8. Harvest for Last Souls(Blessing Bag Ministry) $42,000.00 $0.00 $0.00 9. IEA-Inspire,Encourage,Achieve $7,500.00 $715W.OD $7,500.00 10_ Julie Roger's"Gin of Life'Program $5,500.00 $8,500.00 581500.00 11. One Church One Child of Southeast Texas,Inc. $42,200.00 $8,541.00 $8,541.00 12. Rape and Suicide Crisis $5,000.00 $5,000.00 $5,000.00 13. Sabine Oaks Home $5,250.00 $0.00 $0.00 14. Southeast Texas Family Resource Center $15,000.00 $15,000.00 $15.000.00 15. Stable Spirits $46,300.00 $8,541.00 $8,541.00 16. Triangle AIDS Network $20,000.00 $8,541.00 $8,541.00 17. Sunlight Missionary Baptist Church $20,000.00 $0.00 $0.00 Total Public Services $482,808.00 $108,623.00 $108,628.00 $0.00 PUBLIC FACILITIES AND IMPROVEMENTS 18. Habitat for Humanity $19,750.00 $0.00 $0.00 19. Satiation Army Boys and Girls Club $15,375.00 $15,375.00 $15,375.00 20. Tyrrell Park Neighborhood Association $20,000.00 $0.00 $0.00 Total Public Facilities and Improvements $55,125.00 $15,975.00 $15,375.00 $0.00 TOTAL PUBLIC SERVICEWPUSLIC FACILITIES 3 IMPROVEMENTS $547,734.00 $124,988.00 $124,888.00 $0.00 PUBLIC SERVICES(EMERGENCY SHELTER SET-ASIDE) 21. Family Services of Southeast Texas $25,000.00 $0.00 $0.00 22. H.O.W.Center $9,750.00 $0.00 $0.00 23. Satiation Amyx Social Services $25,000.00 $0.00 $0.00 24. Henrys Pleoe/Some Other Place $32,030.00 $0.00 $0.00 25. Watt's Home Inc.(Public Fac.d Imp.) $19,952.00 $0.00 $0.00 TOTAL EMERGENCY SHELTER SET-ASIDE $111,732.00 $0.00 $0.00 $0.00 OTAL AMOUNT REQUESTED FOR ALL FUNDING Sygm.00 $124,888.00 $124,896.00 $0.00 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby adopts the Consolidated Grant Program's 2009 Annual Action Plan in the amount of $2,617,936, substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of May, 2009. - Mayor Becky Ames - 2009 HUD CONSOLIDATED GRANT PROGRAM BUDGET COMMUNITY DEVELOPMENT BLOCK GRANT(CDBG) 2009 Budget HOUSING Housing Rehasbilitation $ 200,000 Funds will be used to repair seven to eight homes,primarily for low to moderate income senior,citizens with a disability. Housing Rehabilitation Administration 112,000 Funds will be used for personnel and operating expenses necessary for compliance with the Housing Rehabilitation activity. INTERIM ASSISTANCE Elderly/Disabled Cade Assistance 30,000 Funds will be used to assist in minor sewer repairs,tree and shrub removal and other activities associated with code enforcement for homes owned by primarily low/moderate income elderly/disabled citizens. CLEARANCE AND DEMOLITION Clearance and Demolition 177,969 Funds will be used to demolish approx 59 unsafe,unsanitary and uninhabitable residential structures in low to moderate income areas at a cost of approximately $3,000 each_ PUBLIC FACHX]rY AND IMPROVEMENTS Section 108 Debt Service 830,000 PUBLIC.SERVICE Non Profit Agencies 100,000 Funds will be used for construction,renovation and other needs of various nonprofit organizations. Homeless Set-a-Side 85,000 Funds will be used to provide services for homeless individuals by local non profit agencies.. PLANNING AND ADMINISTRATION(13 0%) 250,000 Funds will be used for personnel and operating expenses necessary for compliance with the planning,execution,and regulatory requirements of the HUD Consolidated Grant Program TOTAL CDBG 1,784,969 ESTIMATED PROGRAM INCOME: Small Business Revolving Loan Fund 60,00, Historic Loan Preservation Fund 25,000 Clearance and Demolition 15,000 TOTAL ESTIMATED PROGRAM INCOME 100,000 EXHIBIT "A" TOTAL CDBG AND PROGRAM INCOME $ ljm.%9 HOME INVESTMENT PARTNERSHIP GRANT (HOME) HOME ADMINISTRATION(10%) $ 73,296 Funds will be used for personnel and operating expenses necessary for compliance with the planning,execution,and regulatory requirements of the HUD HOME Program CHDO RESERVE (15%) 109,945 Funds will be set aside for Community Housing Development Organizations to develop affordable housing. Funds will also be used for acquisition/ rehabilitation of affordable housing that will be lease-purchased to eligible families. DOWN PAYMENT ASSISTANCE PROGRAM 200,000 Funds will be used to assist low to moderate income families who are first time home buyers with down payment assistance,closing costs,and principal mortgage buy downs. AFFORDABLE HOUSING PROGRAM 349,726 Funds will be used to assist nonprofit and/or for profit developers with the development,acquisition and/or rehabilitation of affordable housing that will be sold or leased to low to moderate income families. Funds will also be used for project delivery costs such as down payment assistance,closing costs, principal mortgage buy downs,site preparation,infrastructure and other eligible costs.Additionally,funds will be used to assist developers with eligible project costs associated with the development and/or rehabilitation of multi family housing units. Funds will also be used for owner occupied rehabilitation to assist homeowners with repairs to their principal residence. TOTAL HOME $732,967 TOTAL 2009 PROPOSED BUDGET $ 2,617,936