Loading...
HomeMy WebLinkAboutPACKET JUN 12 2012 =Ia■ VITA OTFO TW ITT BEAUNN*" T • 2 * Z * A * S REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 12,2012 1:30 P.M. CONSENT AGENDA * Approval of minutes—June 5, 2012 * Confirmation of committee appointments A) Approve a change order for work performed at the R. C. Miller Library B) Authorize the settlement of the claim of Betty Williams C) Authorize the acceptance of a ten foot wide Exclusive Water Line Easement located at Highway 105 and East Major Drive A RICH WITH OPPORTUNITY BEAUMON* T • E x • A • s City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Patrick Donart, Public Works Director MEETING DATE: June 12, 2012 REQUESTED ACTION: Council consider a resolution approving a change order in the amount of$13,415.13 to the contract with McInnis Construction for work performed at the R. C. Miller Library. BACKGROUND Renovations to the R. C. Miller Library were authorized by City Council on February 7, 2012. The contract was awarded to McInnis Construction in the amount of$588,650. Change Order No. 6 includes various additional items not originally planned. During construction of the driveway,there were two trees obstructing the driveway that had to be removed. The change order also includes additional painting in the community room and the entry foyer as well as painting all of the stem mounted pendants and ceiling canopies. There is no increase in contract time. The balance of the contingency fund has been expended resulting in a net increase to the contract of $2,213.77. FUNDING SOURCE R. C. Miller Community Fund. RECOMMENDATION Approval of resolution. 0- A- -1A Document 701 2001 CIW11 !Or*r M WECT(Name and addrrass): CK4W ORM MX8W.ON OWNER: R.C.MILLER LIBRARY DATE:May 24,21112 ARG4i11 -CT: 1605 DOWLEN ROAD BEAUMONF,TEXAS 77706 CONTRACTOR: TO CONTRACTOR(Name and addrexr): ARCHI WTS PROJECT III R:1084 FIELD:El MCINNiS CONSTRUCTION CONTRACT''DATE:Feb 8,2012 675 SOUTH 4'"i STREET CONTRACT FOR: OTHER:El SILSBEE,TEXAS 77W THE CONTRACT IS CHA!#M AS fOLLOWS: (Include where applicable,anv undisputed amount attributable to previously executed Cemrtruction Change/ rectiws) I.Tree removal $ 2;060:00 2.Paint community room,entry foyer and restrotim vestibule $ 4,900.00 3.Additional replacement sigrrage for entry foyer and restroarns S 494.00 4.Purchase vision panel kit for existingemployee door S 61.00 S.Vision parcel installation S 200.00 6.Purchaselinstalt glass in vision panel $ loo.till 7.Purchase door hardware for new family restroom and janitor closet S 90010 8.Door hardware instailat on S !00.0o 9.Removelrr install three pe:rutant lights and new under-counter lights $1,260.00 10.Paint all stem mounted pendants and ceiling canopies $2,800.013 11.RSC Equipment Rental for hydraulic lift $" 610.13 TOTAL COST FOR ADDrr1ONAL WORK $13,415.13' LESS COMBINED ALLOWANCE BALANCE $1'1,49(1.11 AMOUNT OF COST EXCEEDING COMBINED ALLOWANCE S1,925.02 AMOUNT OVER ALLOWANCE BALANCE S 1;92"5.02 CONTRACTOR'S OfH AND PROFIT(15%) S 288.75 CONTRACT INCREASED THIS CHANGE ORDER NO 6 S 2;213.77 The original Contract Sum was $ SB8,b50;00 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 58$,650 UI! The Contract Sum will be increased by this Change Order in the amount of S 2,213.77 The new Contract Sum including this Change Order will be f 540,563.77 The Contract Time will be increased by Zero(0)days. The date of Substa tiai Completion as of the date of this Change Order therefore is NOTE:This Change Order does tort include changes in the Contract Sum,Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supemde the Construction Change Diroetive. ._... _ AM floet+nlp►M e170f"' 1801, �ct eta t 679,1987,acts@ arut 2gtri by TI a tlrtslfiaa►►t►gtiga$elf tom,Act t1t)Me reeierved. ` A� �IiMt N:�t+tt tii:��#Nt+ tacw aM4,� T+*ett�A�• Mry�'tr �lutattoana rlf�N tYia� ,b`�leiy' 1 "A"00"Voy two Wo;"Wom"�p ps r wt HW f rr.Ttdff doCUn+em waa produced by AIA software at 06:68.56 on ltt►92 under order No.1 t ,t whkfi explre�on tlltt�lfif40tZ and is not tor meate: user Note: (1860K MO)73n) NOT VALID UNTL SK ED BY THE ARCHITECT,CONTRACTOR AND OWNER. Architectural Alliance Incorporated McInnis Construction City of Beaumont ARCHITECT(Firm name) CONTRACTOR(Firm name) OWNER(Firm name) 6654 Phelan Blvd. 675 South 0 Street P.O.Box 3827 Beaumont,TX 77706 Silsbee,TX 77656 Beaumont,TX 77704 ADDRESS , ESS ADDRESS 2I BY(Signal e) BY alure) BY(Signature) I Rob Clark, Dusty McInnis Kyle Hayes (Typed na ) ^ (Typed n e) (Typed name) �j rL 9- 202 DATE DATE MA Document 6701'"-2001.l7opyriplfl O 1979,1987,2000 and 2001 by T American Matitute d Architects.NI rlDhts rsesrved WAttNMIG:TMs AIA° Document is protested by U.S.CopyrIgM Law and International Tnrties.ommorow npratMrsRlon or dletrNmUon of this A10 Document,or any 2 portion of it,may rautt M severe clvN and crbninal psnaltis%and win bap to tM mardmum exMrt pass"under tlw low.This document was produced by AIA software at 18:53:59 on 05242012 under Order No.1154 738_1 winch expires on 08292012,and N not for ressie. User Notes: (1833110578) RESOLUTION NO. WHEREAS, on February 7, 2012, the City Council of the City of Beaumont, Texas, passed Resolution No. 12-027 awarding a contract in the amount of$588,650 to McInnis Construction, Inc., of Silsbee, Texas, for the renovation of the R.C. Miller Library; and, WHEREAS, on March 3, 2012, the City Manager executed Change Order No. 1, in the amount of$5,673.76,which was required for revisions to the plans and specifications, having no affect on the original contract amount of$588,650 as it was deducted from the contract Contingency Allowance Fund; and WHEREAS, on March 27, 2012, the City Council of the City of Beaumont, Texas, passed Resolution No. 12-066, approving Change Order No. 2, in the amount of $29,836.89, for relocation of electrical conduit and modifications to the electrical service, having no affect on the original contract amount of$588,650 as it was deducted from the contract Contingency Allowance Fund; and WHEREAS, Change Order Nos. 3,4, and 5 were executed to add a cumulative total of eleven (11)days to the contract time and had no affect on the original contract amount; and WHEREAS, Change Order No. 6 in the amount of $13,415.13 is required for additional items not originally planned, including removal of trees,additional painting in the community room, signage for existing restrooms and foyer, vision panel installation in existing door, relocation and refurbishing of existing pendant lights, said amount to be deducted from and depleting the Contingency Allowance Fund, resulting in a net increase to the contract amount of$2,213.77 for a total contract amount of$590,863.77; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 6 for additional work described above, thereby depleting the Contingency Allowance Fund and increasing the contract amount by $2,213.77 for a total contract amount of $590,863.77. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - RICH WITH OPPORTUHITT BEAUMON* 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: June 12, 2012 REQUESTED ACTION: Council consider a resolution authorizing the settlement of the claim of Betty Williams BACKGROUND This matter was most recently presented and discussed in Executive Session held on June 5, 2012. The City Attorney is requesting authority to settle this claim in the amount of$8,500. FUNDING SOURCE General Liability Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. WHEREAS, the claim of Betty Williams, has been discussed in an Executive Session properly called and held Tuesday, June 5, 2012; and, WHEREAS, City Council desires to authorize the settlement of the claim; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are herein, in all things, approved and adopted; and THAT the City Attorney be and he is hereby authorized to settle the claim of Betty Williams in the amount of Eight Thousand Five Hundred Dollars ($8,500). PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - c RICH WITH OPPORTUNITY BE ,T • E , g . A S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Patrick Donart, Public Works Director MEETING DATE: June 12, 2012 REQUESTED ACTION: Council consider authorizing the acceptance of a ten foot(10') wide Exclusive Water Line Easement. BACKGROUND On January 10, 2012, City Council approved Resolution No. 12-006 accepting the conveyance of two (2)ten foot(10')wide exclusive water line easements described as being a 404.50 square foot tract out of the W. B. Dyches Survey,Abstract No. 17 and a 378.50 square foot tract out of the W. B. Dyches Survey, Abstract No. 17 for the purpose to facilitate the construction of a church located at Highway 105 and East Major Drive. Due to the cost to install the water line across the Texas Department of Transportation right-of- way,First United Pentecostal Church will abandon the existing 404.50 square foot water line and convey an additional ten foot(10')wide water line easement described as being a 3,358 square foot tract out of the W. B. Dyches Survey, Abstract No. 17 located at Highway 105 and East Major Drive. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, First United Pentecostal Church of Beaumont has agreed to convey a ten (10) foot wide exclusive water line easement, said easement being out of the W.B. Dyches Survey, Abstract No. 17, as described in Exhibit "A" and shown on Exhibit "B" attached hereto, to the City of Beaumont for the purpose of placing, constructing, operating, repairing, rebuilding, relocating and/or removing water lines and appurtenances to facilitate the construction of a church located at Highway 105 and East Major Drive; and, WHEREAS, the City Council has considered the purpose of said conveyance and is of the opinion that the acceptance of said conveyance 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 statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the easement conveyed by First United Pentecostal Church of Beaumont, as described in Exhibit"A"and shown on Exhibit"B,"be and the same is hereby, in all things, accepted. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - FAUST Engineering and Surveying, Inc. Professional Engineers and Professional Surveyors Telephone(409"813-3410 E-MAIL ADDRESS INFO @FAUSTENG.COM Fax(409)813-3484 2525 Calder Street Beaumont,Texas 77702 Surveying Firm No 100024-00 EXHIBIT A PAGE 1 OF 2 FIELD NOTE DESCRIPTION FOR A 10 FOOT WIDE EXCLUSIVE WATERLINE EASEMENT OUT OF THE W.B. DYCHES SURVEY,ABSTRACT NO. 17 BEAUMONT,JEFFERSON COUNTY, TEXAS May 11,2012 That certain 3358 square foot tract being a 10 foot wide exclusive waterline easement out of the W.B. Dyches Survey, Abstract No. 17, Jefferson County, Texas, and being out of a called 3.16 acre tract conveyed to The First United Pentecostal Church of Beaumont, Inc. as described in Volume 1711, Page 24, of the Deed Records of Jefferson County, Texas; said 3358 square foot, 10 foot wide exclusive waterline easement, being more particularly described as follows: BASIS OF BEARINGS is the south line of an unrecorded plat prepared for Mrs. F. Buckner dated May 1946. COMMENCING at a 5/8" rebar found on the south right-of-way line of State Highway 105 being the northeast corner of a tract conveyed to George R. Wilson et ux and having a Jefferson County Appraisal District Account No. 300017-000-021800-00000-9; THENCE South 89 029'57" West (called South 89 029' West as shown on the unrecorded plat) along the south right-of-way line of State Highway 105, a distance of 887.84 feet to a point being the northwest corner of a called 1.00 acre tract conveyed to The First United Pentecostal Church of Beaumont, Inc. as recorded in Clerk's Film No. 101-08-2092 of the Official Public Records of Jefferson County, Texas and northeast corner of the said 3.16 acre tract; 1 of 2 Field Note Description THENCE South 76°45'10" West, a distance of 47.05 feet to the northeast corner of the herein described tract and the POINT OF BEGINNING; THENCE South 00°21'47" East, a distance of 24.91 feet to the southeast corner of the herein described tract; THENCE South 89 038'13" West, a distance of 10.00 feet to an angle point on the south line of the herein described tract; THENCE North 00°12'47" West, a distance of 14.91 feet to an angle point on the south line of the herein described tract; THENCE South 89°38'13" West, a distance of 310.91 feet to a point on the east right-of-way line of East Major Drive, a point on the west line of the said 3.16 acre tract, and being the southwest corner of the herein described tract; THENCE North 00°04'00" West along the east right-of-way line of East Major Drive and the west line of the said 3.16 acre tract, a distance of 10.00 feet to a point on the east right of line of East Major Drive, a point on the west line of the said 3.16 acre tract, and being the northwest corner of the herein described tract; THENCE North 89°38'13" East, a distance of 320.82 feet to the POINT OF BEGINNING and containing 3358 square feet of land, more or less. This description and the accompanying plat were prepared from a Land Title Survey performed under the supervision of Richard F. Faust, P.E., Registered Professional Land Surveyor No. 4782 on May 11, 2012. OF to: ....................C IJ BT.... RICHARD F. FAUST REGISTERED PROFESSIONAL LAND SURVEYOR NO 4782 2 of 2 FOUND 5 R� N 893830" W 1396.39' FOUND R (RE"fWC£BEARING) NOTE.* BASIS OF BEARING IS THE SOUTH UNE OF AN~CORDED PLAT PREPARED FOR MRS F. BUCKNER DATED MAY 1946 NOW OR FORMERLY FIRST UNITED PENTECOSTAL CHURCH O°BEALIMONT, INC. CALLED 1.00 ACRES o CLERKS I"CODE Na p� P 101-08-2092 dC.R.P.R. NOW OR FORMERL Y O f1RST UNITED PENTECOSTAL CHURCH OF BEAUMONT, INC. CALLED J.16 ACRES J N7LUME 1711, PACE 24 0 J.C.D.R. a VICINITY MAP ( N.T.S. co J Q m g 3358 S0.FT. Q k ti S B9'��3" W 10' W1D£ EXCLUSIVE . WATERLINE EASEMENT Q S 0071'47"E N 0004 00" W 10.00' J 3 �� N 0071'47" W 14.9f' $guy 24.91' S 89:38'13" W 310.91' C O COMMENCING aR POINT FOUND A. P.0.8. REBAR _ N 89 38'13"E 320.86' I "--S 7645'10' W 47.05' S897957" W 887.84' STATE HIGHWAY 105 (CALLED S 8979•W) (UNRECORDED PLAT) A,P \8TE N R'4 9�.y to EXHIBIT 8 SCALE I"= 30' Q o N ................ PAGE 1 QF 1 F•F TO ACCOMPANY DESCRMT/ON 4M OF Pv A 3358 SQ.FT. '9 \ BEING A 10 FOOT WIDE UA EXCLUSIVE WATERLINE EASEMENT our Or A .116 ACRE TRACT ENGINEERING AND SURVEYING,INC. pSTERED tOfESS/DNAL LAND SURVEYOR N0. 4782 OUT OF THE W.B. DYCHLS SLIR4EY, ABSTRACT 17 2X5 CALDER STREET.. BE RgRT,TEXAS 71102 SURWY REGISTRATION fIRM NO. 100024-00 BEAUMONT, JEFFERSON COUNTY TEXAS U09)013-3110 FAX(4N)813-3484 PROJECT M.0006221 RICE WIT■ OFF9STIFNITT alai BEAUNOK* REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 12,2012 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 a resolution approving the City of Beaumont Investment Policy 2. Consider a resolution approving a contract related to the Sanitary Sewer System Improvements 54-Inch Interceptor Rehabilitation Phase H Project 3. Consider a resolution approving an annual contract for the purchase of Aluminum Sulfate for use in the Water Utilities Department 4. Consider a resolution terminating the current contract for mowing City-owned and abandoned properties and awarding a new contract 5. Consider amending Section 22.05.211(b)of the Code of Ordinances related to garbage and trash rates WORD SESSIONS * Review and discuss a proposed$23 Million Debt Issue(Certificates of Obligation) * Review and discuss financial projections related to the Municipal Transit System COMMENTS * Councilmembers/City Manager comment on various matters * Public Comment(Persons are limited to 3 minutes) Persons with disabilities who plan to attend this eeting and who may need auxiliary aids or services are requested to contact Mitchell Normand at 880-3777 three days prior to the meeting. 1 June 12,2012 Consider a resolution approving the City of Beaumont Investment Policy RICH WITH OPPORTUNITY r T • E • X • A • s City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Laura Clark, Chief Financial Officer MEETING DATE: June 12, 2012 REQUESTED ACTION: Council consider a resolution approving the City of Beaumont Investment Policy. BACKGROUND State law mandates the City Council to review the Investment Policy and approve modifications, if any, on an annual basis. In April 2009 the City entered into a contract with Valley View Consulting, LLC, for investment management services, including oversight of the investment policy. The current Investment Policy was approved on June 14, 2011. The policy is attached for your review with the proposed changes highlighted. The majority of the modifications are routine clean-up, except there were changes made to the Public Funds Investment Act(PFIA)in the last legislative session that adds and deletes language in the policy. First there is an addition under VII, Training,that clarifies that the two year requirement for City's Investment Officers to have PFIA training begins on the first day of the City's fiscal year and consists of two consecutive fiscal years after that. Under IX, Suitable Investments,the Act expanded the City's options relating to certificates of deposits. The proposed language is to reference the Act rather than specifically stating each form of deposit in the policy. In the same section, under Investments not Authorized,new language is proposed because the Act now requires the credit rating for each investment held to be monitored not less than quarterly. Next,there are two deletions under XIII, Diversification. The policy currently requires that no more than 80% of the portfolio be invested in certificates of deposit; however, such investments must be fully collateralized for the City to use them, so there is no risk in having more of the portfolio in certificates of deposits. Also, the current policy requires that not more than 30%of the portfolio be invested with any one institution in certificates of deposits,but once again these monies are fully collateralized by the institution and there is no risk in having a larger concentration with one institution. Finally, the Act deleted the requirement that the quarterly investment reports be prepared in compliance with Generally Accepted Accounting Principles and that the changes in market value be reported,therefore,the City's policy will delete the same under XVII, Reporting. Review and Approval of Investment Policy June 12, 2012 Page 2 FUNDING SOURCE Not Applicable RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City of Beaumont Investment Policy, substantially in the form attached hereto as Exhibit'A," has been reviewed and is hereby in all things adopted. All changes to the policy are reflected therein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - i City of ut al WITS OFFOATUNITT REA,M, * s • a • z • A • 6 Investment Policy Adopted by City Council Jane 1 ,44v 2M Zq._ EXHIBIT "A" City of Beaumont Investment Policy Field code changed Formatted: Highlight I. Introduction...........................................................................................................1 II. Scope......................................................................................................................1 III. Prudence................................................................................................................1 IV. Objectives..............................................................................................................1 A. Safety of Principal......................................................................................2 B. Liquidity.....................................................................................................2 C. Public Trust. .2 F Formatted: List Paragraph, No QPYield...........................................................................................................2 bullets or numbering, Tab stops: Not at -0.75" + -0.5" + 0" + 0.63"++ 111++ 6.3" + V. Delegation of Authority 6.38" + 6.511 + 7" 7.5" + ........................................................................................2 811 + 8.511 + 9" + 9.511 + 1011 VI. Ethics and Conflicts of Interest.............................................................................3 Formatted: Bullets and VII. Training.................................................................................................................3 VIII. Selection of Financial Dealers,Institutions and Investments Pools....................3 A. Broker/Dealers...........................................................................................4 B. Public Depositories....................................................................................4 C. Investment Pools........................................................................................5 IX. Authorized and Suitable Investments...................................................................5 X. Marld"to omuetitive Environment.....................................................7 XI. Collateralization....................................................................................................7 XII. Safekeeping and Custody......................................................................................S XIII. Diversification.......................................................................................................9 1 ' Xrv. Investment Strategies ...........................................................................................9 A. Pooled Fund Groups.................................................................................10 B. Debt Service Funds ...................................................................................11 C. Debt Service Reserve Funds .....................................................................12 XV. Internal Control.................................................................................................12 XVI. Performance Standards ....................................................................................13 XVII. Reporting............................................................................................................13 XVIII. Investment Policy Adoption...............................................................................13 Exhibits Exhibit A-Approved List Broker/Dealers........................................................................15 Exhibit B-Certification By Business Organization .........................................................16 iii Ci of BeZnmont Field Coda Changed Investment Policy �. Introduction Field Code Changed It is the policy of the City of Beaumont to invest public funds in a manner that will ensure that the investments are duly authorized, properly managed, adequately protected and fully collateralized. The City shall seek the optimum investment return with the maximum security while meeting daily cash needs and conforming to the City Charter, the Public Funds Investment Act (Chapter 2256, Government Code as amended) and all other state and local statutes governing the investment of public funds. II. Scope This Investment Policy applies to all financial assets of the City as accounted for in the City's Comprehensive Annual Financial Report. These include General, Special Revenue, Debt Service, Capital Projects, Enterprise, Internal Service, and Permanent Funds. All are pooled for investment purposes except debt service and debt service reserve funds. Interest is allocated monthly to each fund based on its individual cash balance. III. Prudence Investments shall be made with judgment and care,under prevailing circumstances,that a person of prudence,discretion,and intelligence would exercise in the management of the person's own affairs, not for speculation, but for investment, considering the probable safety of capital and the probable income to be derived. The"prudent person" standard shall be applied in the context of managing the total portfolio rather than a single investment providing that the decision was consistent with this Investment Policy. Investment Officers acting in accordance with written procedures and the Investment Policy and exercising due diligence shall be relieved of responsibility for an individual security's credit risk or market price changes provided that deviations from exceptions are reported in a timely fashion and appropriate action is taken to control adverse developments. IV. Objectives The primary objectives, in priority order, of the City's investment activities shall be preservation and safety of principal,liquidity,public trust,and,yield&Rd pxblie trust. t A. Safety of principal The City has as its foremost objective to ensure the safety of principal. Investments of the City shall be undertaken in a manner that seeks to ensure the preservation of principal in the overall portfolio. To attain this objective, diversification is required in order to eliminate an over-concentration of assets in one institution,maturity or type of investment. B. Liquidity The City's investment portfolio will remain sufficiently liquid to enable the City to meet all operating requirements that might be reasonably anticipated. The portfolio shall be constructed so that investment maturities are matched with forecasted cash flow requirements and limited by investments with an active secondary market or convertible to cash with little or no penalty. C. Public Trust Investment Officers shall seek to act responsibly as custodians of the public trust. Investment Officers shall avoid any transaction that might impair public confidence in the City's ability to govern effectively. D. Yield The City's investment portfolio shall be designed with the objective of attaining a rate of return that is consistent with risk limitations and cash flow characteristics of the City's investments. V. DeLmtion of Authority Authority to manage the City's investment program is derived from the City Charter (article VII, section 1-2). The Charter designates the City Manager as Director of Finance who shall have custody of all public funds,investments,bonds and notes of the City and be responsible for their safekeeping. The City Manager shall establish written procedures for the operation of the investment program consistent with this Investment Policy that include explicit delegation of authority to persons responsible for investment transactions. The City Manager shall be responsible for all transactions undertaken and shall establish a system of controls to regulate the activities of subordinate officials. The City Manager, the Chief Financial Officer, and the City Controller are eunwoly approved as Investment Officers of the City. Gity's fimds. Such approval of 2 i specific persons shall remain in effect until rescinded by the City Council or until termination of the person's employment by the City. Investment Officers shall not deposit, withdraw, transfer or manage the funds of the City in a manner that is not consistent with the"prudent person"standard as described in section III of this Policy. The City Council maintains the right to hire Investment Advisers to assist City staff in the investment of funds. Investment Advisers shall adhere to the spirit, philosophy and specific terns of this Policy and shall invest within the same objectives. The City Manager shall establish criteria to evaluate Investment Advisers,including: 1. Adherence to the City's policies and strategies; 2. Investment strategy recommendations within accepted risk constraints; 3. Responsiveness to the City's request for services and information; 4. Understanding of the inherent fiduciary responsibility of investing public funds;and 5. Similarity in philosophy and strategy with the City's objectives. Selected Investment Advisers must be registered under the Investment Advisers Act of 1940 or with the State Securities Board. A contract with an Investment Adviser may not be for a term longer than two years and any contract, renewal or extension must be approved by the City Council. VI.. Ethics and Cou#ticts of Interest Investment Officers and employees involved in the investment process shall refrain from personal business activity that could conflict with proper execution of the investment program, or which could impair their ability to make impartial investment decisions. Investment Officers shall disclose any personal business relationships with business organizations approved to conduct investment transactions with the City. They shall also disclose any specific individuals who seek to sell investments to the City and are related to the Investment Officer within the second degree by affinity or consanguinity, as determined under Chapter 573. Disclosure shall be filed with the Texas Ethics Commission and the City Council. VIL Trainin¢ In order to ensure qualified and capable investment management, each Investment Officer shall attend at least ten (10) hours of training relating to investment responsibilities within 12 months after assuming such duties and shall continue to attend an investment training session consisting of at least ten(10)hours of instruction not less than once every two years thereafter. The two-year period shall begin on the 3 first may,+of the City's fiscal year and consist of the two consecutive fiscal years after that date. Training shall be in accordance with the Public Funds Investment Act and include education in investment controls, security risks, strategy risks, market risks, and compliance with State statutes governing the investment of public funds. All training shall be conducted by an independent source that has been approved by City Council. The approved "independent sources" to provide such training are: the Government Treasurers Organization of Texas, the Government Finance Officers Association, the Government Finance Officers Association of Texas, the Texas Municipal League,and the University of North Texas. VIII. Selectbn of Broker/Dealers.Financial Institutions and Investment Pools Authorized investments shall only be purchased from those institutions selected and approved in accordance with this Policy. Any business organization which seeks to execute investment transactions with the City shall provide a written instrument certifying that they have received and thoroughly reviewed the City's Investment Policy and have implemented reasonable procedures and controls in an effort to preclude investment transactions that are not authorized by this Policy. The certification,as shown by example in Exhibit B,must be signed by a qualified representative of the business organization. Investment Officers shall not buy any securities from a firm or make deposits with a fund, pool or financial institution that has not filed this instrument or a similar staterngg that is acceptable to the City. Each d me City Council approves a material revision to the Investment Policy, the cerd)lca[on should be sent to the approved business organizations along with the newly revised InvemWwnt Policy. A. Broker/Dealers The City shall select broker/dealers by their ability to provide effective market access and may include "Primary Government Securities Dealers" or regional dealers that qualify under Securities and Exchange Commission (SEC) Rule 15C3-1 (uniform net capital rule). Broker/dealers selected must be members in good standing of the Financial Industry Regulatory Authority("FINRA"),and be licensed by the State of Texas. Each broker/dealer will be reviewed by Investment Officers and a recommendation made for approval by City Council. An "approved broker/dealer list",as shown in Exhibit A, shall be maintained by the Investment Officers at all times and approve k viewed by the City Council on an annual basis. 4 1 The City shall not enter into transactions with a broker/dealer until official City Council approval. B. Public Denositories/Financial Institutions The City Council shall select a primary depository as required by law. The primary depository as authorized by the City Council shall meet all requirements of the state law concerning depositories for municipal fiords (Chapter 105, Government Code). The primary depository shall be selected through the City's banking services procurement process, including a formal Request for is Qotg4epysW_(RF_)issued-- complian ce:with applicable State law,and 8on..ttoa: Not Highlight offers the most favorable terns and conditions for the handling of City funds. jft.ttd: Not Highlight The City may also establish agreements with other financial institutions under separate contract for additional services that are necessary in the administration, collection, investment, and transfer of municipal funds. Such deposits will only be made after the financial institution has completed and returned the required written instruments and depository pledge agreements. No deposit shall be made except in a qualified public depository as established by State Law. C. Investment Pools Investment Officers may invest funds of the City through an eligible investment pool with specific approval by resolution of City Council and execution of a written agreement. To become eligible, investment pools must first meet all requirements of State Law. They shall provide the City with an offering circular that contains specific and detailed information, investment transaction conflrmadons, and detailed monthly transaction and performance reports. Pools shall have advisory boards composed of qualified members representing participants and non-participants who do not have a business relationship with the pool. Before selection, pools shall be thoroughly reviewed and evaluated by Investment Officers. IX. Authorized and Suitable Investments Authorized investments for municipal governments in the state of Texas are set forth in the Public Funds Investment Act, as amended. Suitable investments for the City are limited to the following: 5 ♦ Direct Obligations of the United States or its agencies and instrumentalities that have a maximum stated maturity date of 5 years or less. ♦ Financial institution deposits placed with approved financial institutionslanks as described above(section VIII-B)which have a maximum stated maturity date of 5 years or less and are insured by the Federal Deposit Insurance Corporation, or their successors; or secured as described in section XI Collateralization. Additionally, the City may execute certificates of deposits and other forms of e sit 2256. 9(b}may manner authorized by the Public Funds Investment Act ♦ Fully collateralized direct repurchase agreements with a defined termination date of 90 days or less which are secured by cosh or obligations of the United States or its agencies and instrumentalities and pledged with a third party other than an agent for the pledgor. Investment Officers may invest in repurchase agreements through an approved primary government securities dealer or an approved depository bank as described above (section VIII-A, B). Each issuer of repurchase agreements shall be required to sign a master repurchase agreement. For flexible repurchase agreements executed with bond proceeds, the defined termination date of 90 days or less may be waived to allow the term of the flexible repurchase agreement to more closely match the expected term of the bond project. ♦ No load money market mutual funds registered with and regulated by the Securities and Exchange Commission whose investment objectives include the maintenance of a stable net asset value of$1 per share. Money market mutual funds must maintain a AAAm, or equivalent rating from at least one nationally recognized rating agency; and provide the City with a prospectus and other information required by the Securities and Exchange Act of 1934 and be specifically approved by City Council or purchased through the City's primary depository as an overnight investment tool. The City may not own more than 1011/6 of the money market mutual,jnnd's total assets. ♦ Approved investment pools as described above (section VIII-C) which are continuously rated no lower than AAA,AAA-m or an equivalent rating by at least one nationally recognized rating agency. 6 IMM&MUS Not Authorized-The following investments are not authorized under this section: a. Obligations whose payment represents the coupon payments on the outstanding principal balance of the underlying mortgage-backed security collateral and pay no principal; b. Obligations whose payment represents the principal stream of cash flow from the underlying mortgage-backed security collateral and beats no interest; c. Collateralized mortgage obligations that have a stated final maturity date of greater than ten years;and d. Collateralized mortgage obligations the interest rate of which is determined by an index that adjusts opposite to the changes in a market index. Not less than gagltglly,the Investment Offims will monitor the credit rating for each held investment that has alic Fund Investment Act Muined minimum rating. Any Authorized Investment that remtit+cs a minimum rating does not qualify during the period the investment does not have the minimum raft Prudent measures will be taken to liquidate an investment that is downgraded to less than the required minimum rating. The City is not required to liquidate investments that were authorized investments at the time of purchase. The purchase of stock is not an authorized investment for municipal governments. However, stock may be accepted as a donation, provided that it is held in accordance with the terms of the donation and sold as soon as it is advantageous to do so. Reinvestment of proceeds must be in accordance with authorized and suitable investments for the City as listed above. X. Marking to MarketC ompetitive Environment It is the policy of the City to provide a competitive environment for all individual security purchases and sales, financial institution deposits. and money market mutual fund and local government investment pool selections. The Investment Officers shall develop and maintain procedures for ensuring cmnpetidon in the investment of the City's funds value Of pfiee for-the inyestmepA. The wmket value shall eanfinue to be monitored at least quarter4y offeugh an line XI. Collateralization 7 Coliateralization will be required on all financial institution deposits-, awlifieekes of depesk-and repurchase agreements. With the exception of deposits secured with irrevocable letters of credit at 1001/o of amount,the collatemlization level shall be equal to at least one hundred two percent(102%)of the aggregate market value of the deposit or investment including accrued interest less an amount insured by the Federal Deposit Insurance Corporation. Evidence of the pledged collateral shall be documented by a hi p", ustodial or a master repurchase agreement with the eligible collateral pledged clearly listed in the agreement. Collateral shall be reviewed monthly to assure that the market value of the securities pledged equals or exceeds the related deposit or investment requirementbalaeee. Collateral requirements shall be in accordance with both the Public Funds Investment Act and the Public Funds Collateral Act. Collateral underlying repurchase agreements is limited to direct obligations of the United States or its agencies and instrumentalities. The City shall accept a surety bond or the following investment securities as collateral on deposits and certificates of deposit: ♦ Direct obligations of the United States or its agencies and instrumentalities. Direct obligations of this state or its agencies and instrumentalities. ♦ Collateralized mortgage obligations directly issued by a federal agency or instrumentality of the United States and excluding those mortgage backed securities considered a high-risk mortgage security as described by Section 2257.0025 of the Government Code ♦ Other obligations that are guaranteed or backed by the full faith and credit of this state or the United States or their respective agencies and instrumentalities. ♦ Obligations of states, agencies, counties, cities and other political subdivisions rated not less than A or its equivalent. ♦ Letters of credit issued by the United States or its agencies and instrumentalities. Financial institutions serving as depositories will be required to sign a depository agreement with the City. The collateralized deposit porti n€elie of the agreement shall define the City's rights to the collateral in case of default, bankruptcy or closing and shall establish a perfected security interest in compliance with Federal and State regulations,including: 1. The agreement must be in writing; 2. The agreement has to be executed by the Depository and the City contemporaneously with the acquisition of the asset: 8 3. The agreement must be approved by the Board of Directors or designated committee of the Depository and a copy of the meeting minutes must be delivered to the City;and 4. The agreement must be part of the Depository's "Official Record" continuously since its execution. 9 MI. Safekeeping and Custody Collateral shall be placed for safekeeping in a custodial account at the Federal Reserve Bank or at an institution not affiliated with a firm pledging collateral acceptable to the City. With the eKeeptiefi ofthe FedeFal ReseFve,aA 11 safekeeping arrangements shall clearly defines the responsibilities of each party and outlines the steps to be taken in order for the City to gain access to the collateral in the event of a"failure". The custodial agreement shall be executed between the City, the firm pledging the collateral and the custodial institution,4L@pplioable. All safekeeping receipts shall be delivered to the City and all collateral(whether a pledge or substitution)shall be formally accepted and released by Investment Officers. All security transactions, including collateral for repurchase agreements, entered into by the City shall be conducted on a delivery-versus-payment (DVP) basis. That is, funds shall not be wired or paid until verification has been made that the correct security was received by the safekeeping institution. Financial institution deposits, pool funds,and mutual funds are excluded from this requirement. The investment shall be held in the name of the City or on behalf of the City. XIII. Diversification The City will diversify its investments to eliminate an over-concentration of assets in any one security type or institution. ♦ Up to ninety percent (90 0/a) par of the portfolio may be invested in direct obligations of the United States(U.S.Treasury Securities). ♦ Up to seventy percent(70%)par of the portfolio may be invested in U.S.Agency or Instrumentalities. ♦ No more than thirty percent(30%)par of the portfolio may be invested with any one U.S.Agency or Instrumentality. NO 9WH Sig* ------ Formattod: Bullets and Afmoial . o Z` ♦ Up to one hundred percent (100%) par of the portfolio may be invested in investment pools for liquidity purposes with no more than eighty percent(80%) par of the portfolio invested in any one pool. ♦ No more than fifty percent(50%)par of the portfolio may be invested in money market mutual funds. 10 • — one . XIV. Investment Strategies The City shall maintain a separate investment strategy for each of the three fund types represented in the portfolio. A. Pooled Fund Groups n b 1 t -Any investment eligible in the Investment Policy is suitable for Pooled Fund Groups. Safety of Prim ioal - All investments shall be of high quality with no perceived default risk. Market price fluctuations will occur. However, managing the weighted average days to maturity of each fund's portfolio to less than 365 days and restricting the maximum allowable maturity to two years using the final stated maturity dates of each investment will minimize the price volatility of the portfolio. Marketabft-Investments with active and efficient secondary markets are necessary in the event of an unanticipated cash flow requirement. Historical market "spreads" between the bid and offer prices of a particular security- type of less than a quarter of a percentage point will define an efficient secondary market. Li –Pooled Fund Groups require the greatest short-term liquidity of any of the fund-types. Short-term financial institution deposits, investment pools and money market mutual funds will provide daily liquidity and may be utilized as a competitive yield alternative to fixed maturity investments. Divendfication - Investment maturities should be staggered throughout the budget cycle to provide cash flow based on the anticipated operating needs of the City. Diversifying the appropriate maturity structure up to the two-year maximum will reduce interest rate risk. Yield - Attaining a competitive market yield for comparable investment- types and portfolio restrictions is the desired objective. The yield of an equally weighted, rolling three-month Treasury Bill portfolio will be the minimum yield objective. B. Debt Service Funds 11 i -Any investment eligible in the Investment Policy is suitable for Debt Service Funds. Safety of Priwival - All investments shall be of high quality with no perceived default risk. Market price fluctuations will occur. However, by managing Debt Service Funds to not exceed the debt service payment schedule the market risk of the overall portfolio will be minimized. The stated final maturity date on investments purchased shall not exceed the debt service payment date unless excess funds are available. In that case, maximum maturities shall not exceed two(2)years from the date of purchase Marketability-Investments with active and efficient secondary markets are not necessary as the event of an unanticipated cash flow requirement is not probable. Li t - Debt Service Funds have predictable payment schedules. Therefore investment maturities should not exceed the anticipated cash flow requirements. Financial institution 4q&jitgjilnvestments pools,and money market mutual funds may provide a competitive yield alternative for short- term fixed maturity investments. A singular repurchase agreement may be utilized if disbursements are allowed in the amount necessary to satisfy any debt service payment.This investment structure is commonly referred to as a flexible repurchase agreement. DiyecallkaWm - Market conditions influence the attractiveness of fully extending maturity to the next "unfunded" payment date. Generally, if investment rates are anticipated to decrease over time,the City is best served by locking in most investments. If the interest rates are potentially rising, then investing in shorter and larger amounts may provide advantage. At no time shall the debt service schedule be exceeded in an attempt to bolster yield. Yield - Attaining a competitive market yield for comparable investment- types and portfolio restrictions is the desired objective. The yield of an equally weighted, rolling three-month Treasury Bill portfolio shall be the minimum yield objective. C. Debt Service Reserve Funds S b litri' -Any investment eligible in the Investment Policy is suitable for Debt Service Reserve Funds. Bond resolution and loan documentation 12 constraints and insurance company restrictions may create specific considerations in addition to the Investment Policy. Safety of Prfecinal - All investments shall be of high quality with no perceived default risk. Market price fluctuations will occur. However, by managing Debt Service Reserve Fund maturities to&enerifly not exceed the call provisions of the borrowing will reduce the investment's market risk if the City's debt is redeemed and the Reserve Fund liquidated. No stated final investment maturity shall exceed the shorter of the final maturity of the borrowing or five years. Annual mark-to-market requirements or specific maturity and average life limitations within the borrowing's documentation will influence the attractiveness of market risk and influence maturity extension. Marketability-Investments with less active and efficient secondary markets are acceptable for Debt Service Reserve Funds. Liquidity—Debt Service Reserve Funds have no anticipated expenditures. The Funds are deposited to provide annual debt service payment protection to the City's debt holders. The funds are"returned"to the City at the final debt service payment. Market conditions and arbitrage regulation compliance determine the advantage of investment diversification and liquidity. Generally, if investment rates exceed the cost of borrowing, the City is best served by locking in investment maturities and reducing liquidity. If the borrowing cost cannot be exceeded,then concurrent market conditions will determine the attractiveness of locking in maturities or investing shorter and anticipating future increased yields. Diversification - Market conditions and the arbitrage regulations influence the attractiveness of staggering the maturity of fixed rate investments for Debt Service Reserve Funds. At no time shall the final debt service payment date of the bond issue be exceeded in an attempt to bolster yield. Yield - Achieving a positive spread to the applicable borrowing cost is the desired objective. Debt Service Reserve Fund portfolio management shall operate within the limits of the Investment Policy's risk constraints. XV. Internal Control The City, in conjunction with its annual financial audit, shall perform a compliance audit of management controls on investments and adherence to the City's Investment Policy. 13 T XVI. Performance Standards The City intends to pursue an active versus a passive portfolio management philosophy. That is, investments may be sold before they mature if market conditions present an opportunity for the City to benefit from the trade. The investment portfolio shall be designed with the objective of obtaining a rate of return throughout budgetary and economic cycles that is consistent with risk limitations and cash flow needs of the City. ,"basis used by be the average mtwn on 90 day U.S.Tfeasuff Bills. "Weighted average yield to maturity"shall be the portfolio performance measurement standard. XVII. Reporting Investment Officers shall submit a monthly report to City Council summarizing the results of the City's investment activity. This report shall include the status of the current portfolio position,performance,trading activity, interest earnings,and collateral. t - - Formatted: Justified A quarterly report shall be submitted to the City Manager, as Chief Executive Officer, and the City Council detailing investment transactions and performance for the reporting period in accordance with State law. The report shall be jointly prepared and signed by all Investment Officers. It shall include a summary statement prepared in eamplianes with genwelly a--,' for each fund type and a detailed listing that states the beginning market value, ahmps to the wA"value;ending market value and fully accrued interest for the period. In addition,Investment Officers shall report on adherence to the City's investment strategies as expressed in this Policy. In conjunction with the annual audit, the quarterly reports shall be formally reviewed by the City's independent auditor on an annual basis and the results of the review shall be reported to City Council. - Formatted: Justified XVIII. Investment Policy Adoption The City's Investment Policy is hereby adopted by resolution of the City Council. The City Council shall review and approve the Policy on an annual basis. This Policy serves to satisfy the statutory requirement to define and adopt a formal investment policy. 14 EXHIBITS Exhibit A CITY OF BEAUMONT Approved List Broker/Dealers Business/Omalzation Broker/Dealers: JP Morgan Chase Securities Coastal Securities Duncan-Williams,Inc. Wells Fargo Brokerage Services,LLC Rice Financial Products Company Morgan Keegan&Company,Inc. Mutual Securities,Inc. Capital One Financial Corporation 16 Exhibit B City of Beaumont,Texas Certification By Business Organization This certification is executed on behalf of the City of Beaumont(the Investor)and (the Business Organization)pursuant to the Public Funds Investment Act,Chapter 2256,Texas Government Code(the Act)in connection with investment transactions conducted between the Investor and the Business Organization. The undersigned Qualified Representative of the Business Organization hereby certifies on behalf of the Business Organization that: 1. The undersigned is a Qualified Representative of the Business Organization offering to enter an investment transaction with the Investor as such terms are used in the Public Funds Investment Act,Chapter 2256,Texas Government Code and 2. The Qualified Representative of the Business Organization has received and reviewed the Investment Policy furnished by the Investor and 3. The Qualified Representative of the Business Organization has implemented reasonable procedures and controls in an effort to preclude investment transactions conducted between the Business Organization and the Investor that are not authorized by the Investor's Investment Policy,except to the extent that this authorization is dependent on an analysis of the makeup of the Investor's entire portfolio or requires and interpretation of subjective investment standards. (Firm) Qualified Representative of the Business Organization (Signature) (Name) (Title) (Date) 17 I 2 June 12,2012 Consider a resolution approving a contract related to the Sanitary Sewer System Improvements 54-Inch Interceptor Rehabilitation Phase II Project RICH WITH OPPORTUNITY BEAIIMO-fl* T • E • X - A * s City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Hani J. Tohme, P.E., Water Utilities Director MEETING DATE: June 12, 2012 REQUESTED ACTION: Council approval of a resolution approving a contract with Allco, Ltd., related to the Sanitary Sewer System Improvements 54-Inch Interceptor Rehabilitation Phase II Project. BACKGROUND The Administration recommends approval of a contract with Allco, Ltd., in the amount of $3,491,570.60. The Project will install approximately 10,410 linear feet of 48-inch fiberglass pipe, 250 linear feet of 42-inch fiberglass pipe, 30 linear feet of 28-inch HDPE pipe, 100 linear feet of 24-inch HDPE pipe, 600 linear feet of 12-inch HDPE pipe, 1,700 linear feet of 10-inch HDPE pipe, 1,000 linear feet of 8-inch diameter HDPE pipe, 1,000 linear feet of 6-inch HDPE pipe,remove and replace thirty(30)manholes, furnish and install nine(9)manholes,tie to three (3)existing manholes, and clean and televise all existing reinforced concrete pipe before construction and televising the new pipe after installation. The existing sanitary sewer line on Blanchette Street was installed in 1954. The existing line has deteriorated and requires major rehabilitation. The primary goals of the project are to restore the integrity of the sanitary sewer line, restore the carrying capacity,provide customers with uninterrupted and adequate service and meet the requirements of the State. The MBE participation will be with All American Construction Supply, Inc. of Beaumont, Texas, for$1,051,410.00, which represents 30.11 percent of the total bid. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. ENVIRONMENTAL ENGINEERS AND SCIENTISTS ROBERT F.ADAMS,DE,PE 0606-006-06 JAMES L.ALTSTAETTER,PE STEPHEN J.COONAN,PE June 5, 2012 JOHN M.D'ANTONi,DE,PE PEGGY W.GLASS,PhD DAM D A.G LI DA I.P E Dr. Hani J. Tohme, P.E. REX H.HUNT,PE Director of Utilities BETTY L.JORDAN,PE City of Beaumont ELLEN T.M[DONALD.PhD,PE P.O, Box 3827 JOHN R.MINAHAN.PE Beaumont, Texas 77704-3827 TIMOTHY J.NOACK.PE ALAN H.PLUMMER,JR.,PE,SCEE Re: City.of Beaumont 54-inch Interceptor Rehabilitation—Phase II wnU1AMC.RACKLEXPE Recommendation of Award ALAN R.TUCKER,PE Dear Mr.Tohme: On Thursday, May 31, 2012, four bids from general contractors were received, opened, and publicly read at City Hall,801 Main,Beaumont,Texas,for the above-referenced project The bids were as follows: Contractor Total Baas Bid 1 ALLCO, LLC $3,491,570.60 2 BRH—Garver Construction $4,805.400.00 3 Lewis Contractors, Inc. $6,585,540.00 4 Brystar Contracting, Inc. $5,386,650,00 Enclosed is the bid tabulation for each bid submitted as well as a copy of Allco, LLC,schedule of MBE participation form. ALLCO. LLC has been the construction contractor on several Alan Plummer Associates, Inc. (APAI)projects in the last six years. ALLCO, LLC,completed each project to the satisfaction of the Owner and Engineer. APAI has reviewed the bids submitted and recommends the contract be awarded to ALLCO, LCC., in the amount of$3,491.570.60. Please call us if you have any questions. We look forward to working with you during construction of this project. Sincerely yours, ALAN UMMER ASSO IATES, INC. Alan R. Tucker, P.E, TX No.79101 1330 SOUTH UNIVERSITY DRIVE ART/al SUITE 300 PORTWORTH,TEXAS76107 cc: Mr. John D'Antoni, Alan Plummer Associates, Inc., Houston, Texas PHONE 817.806.1700 FAX 817170.2536 www.apaienvwm TBPE A—No.13 Alan WIY.at OPPOA'ruwITY CITY OFBEALRAONT 5V INTERCEPTOR REHABILITATION-PHASE 11 BEAUMONW DaterTmne for Accepting Bits: � e+uaAaaa�se�arararc 2-00pm-Thursday,May 31,2012 Texas Scant of Pmkssiw al Engineers Firm No.F-13 T Y precmaW and reviewed w Jason Traftt Mr.LEER AP fem Urti that Cost Unit Cost cost tkii—Cost ExMrMed Coat For providing the pre ocrtstrtictim cleaning and pr notion 6 1 television inspection of the Sit-inch concrete sanitary sewer 10410 LF $25.00 $260,250.00 $26.00 8260,250.00 530.00 $312,300.00 $65.00 $676,650.00 interceptor line and sedkneM disposal per corkmat documents eh For lurrniafiirtg end installing FRP slP finer to rmhabtitmie the 54 inch diameter interceptor vmkxWg all Whips and corvredion s at ail depths iriClUft during end Vubift insertion or access 2 pits,by pass pumping,(armAM stabilized ser4-rb— 11)410 LF $227.07 $2,363,798.70 $282.00 $2,727,420.00 5300.00 $3,123,000.00 $382.00 $3.976,620.00 restoration,testing and all necessary appurtanancss and ftrge, all in strid m- di hoe with plans,specifications.contract ldocumerft and s recornmendations At Station 35+15 connect the slhpaher pipe to be amsting Phase I W04ker pipe,complete in place.inchAM aooas pits,grout, 3 steN ized sand,auface restoration,testing and all roons ry 1 LS $14,810.00 $14,810.00 $22,000.00 $22,000.00 $20,000.00 $20,000.00 $10,000.00 $10,000.00 appwtwwx*s,all in strict accordance with Mars,specifications, contract doaanants.exWeM details and meradadnren's raearrnhandations At Station 35+31*remove and repfece mahhds using Harmon Pipe rrerhwle per standard deteYs,at ail depths.celniplete in place,with cast iron mantok rkg and cover,and stainless steel 4 rah stopper(manhole khsmts)In cWng bypass ixsnpinp, 1 LS $12,110.00 $12.110.00 $17,000.00 $17,000.00 $20,000.00 $20,000.00 $21,000.00 $21,000.00 disposal of wiling martow,cornecdam(s)to to manhole, gra'A stabilized wW,surface restoration,in"and all rmosee ey appurtenances, all in strid accordance with plans At Staten 40#.We rw ave and replace mwtKm Uski g Ramon Pipe manhole per,-, 1-d details,stag depOw.complete In place,with cal iron manhole rag and cover,and Aminisse steal 5 rah stopper(mwftft heads),i ncluft bypass f 1 LS $8,865.00 $8.965.00 $17,000.00 $17,000.00 521,000.00 $21.000.00 $21,000.00 $21,000.00 dtsp=W of$)dating nerhele,conradion(s)to the manhole, grand,ddxlb*d sand.surace restoration,testihg and all naoasary appurlenanaes, all in strict accordance with plans At rnarhoole 525 rerrnova and replace maMcte using trbesglesa mwtx*par standard details,at all deft compkta in place, with eat kon muhole rig and cover,and stainless steal rah 6 stopper(manhlok inserts).no ling bypass punpahg,disposal of 1 LS $3.605.00 $3.805.00 $6,000.00 $6,000.00 514,000.00 $14,000.00 512,000.00 $12,000.00 WdNkg manhole.cmvm on(4)to its aerhnWe,WMA steb6¢ed sand,surface restoration.Msav and an necessary appurtenances, an in strict accordance wRn plans and mosclikations At Station 46+871 install slip liner thrmgh the manhole per stsnderd d"K at all deptie,cornplets,in pImW wRo ate(iron manhole ring and cover,and stainless steel ream stopper 7 (msnhok inserts),kWuckV bypass pumping,disposal of any 1 LS 0850.00 $850.00 $4.000.00 $4,000.00 $20,000.00 $20,000.00 $7,000.00 $7,000.00 material,connection(s)to the manhole,W04 stdx7aed sand, surface resbraVan,testing and all necessary appuriana ces, all with ailing wA mosolfted" At Station 53+301 ranave m W replace marhfota using Hanson Pips manhole per standard ds4fls,stall depths,cbnrpkle in plow,with eat km menhde rig and cover,and stainless a" 8 rah stopper(manhole inserts),including bypass pumping, 1 LS $8,966.00 $8,965.00 $17,000.00 $17.000.00 $20,000.00 $20,000.00 $21,000.00 $21,000.00 diposel of existing manhole,comucticn(s)to the rlealrole, grout,stabiNzed sarnl,xOace redualim,testing and all necessary appur/aences,at all depehs,all In strict accordance 0th Mans aW specillcations RICH srx^rs Orr 0ltTUXI 'T. CITY OFBEAUMONT W INTERCEPTOR REHABILITATION-PHASE u EAUMON* Det�me fbrAOcepling Bids: L AIND, Firm R S 2:00pm Thursday,May 31,2012 Pr' TO)end ralbrh ism LEER o. -13 At Station 57+86*install alip linsr through We manhole per ,-I -",d dalats,at ah deptie;oanpbta kn place,wh h cast kon mtsnfnde"and c war,and staff tTars stets rain stopper 10 (mantak kereta),stck*V bypass punpirg,dial of any 1 Ls SMOD sew.00 $4.000.00 $4,000.00 $21;000.00 $21,000.00 $7,000.00 $7,000.00 natarials,connection(s)to the manttda grout,stabilized send, surace saturation,tasting and all nocamsery app sten ences,all in strict' At Station 88+73*mna"and splsbs nettwb using Hanson Pala manhoe Par standard details,at all dapfhs,convieta in place,with cast Iron mentwb ring and covet and slainkss steel 11 wren91wPer Onanhole inserts),Including trrPaaspumping. 1 LS $12,110.00 $12,110.00 $17,000.00 $17,000.00 $20,000.00 $20,000.00 $21,000.00 $21,000.00 disposal of existing mrthde,connecdkrr(s)to the msnlrole, grout stabf ed arA surface matostion,feeling and all necessary swurtenences,all in shill accoMrnoe w1h plan and At meattola 522 mmovs and replace mertrole using ftetylass mw tole per standard details,at oil depals,em"pitita in place, wdh past iron mrthob ring and cover,and stakdsss anal rain 12 spPr( Mo s nsert), WD PAMft disposal of existing mw*We,connection(s)to tie mantilla;grout,stabilized 1 LS $3,805.00 $3,805. $7,000.00 $7,000.00 $14.000.00 $14,000.00 $9,000.00 $9.000.00 sartd,surface restoration,testing and all necessary appurirnrlces,all in*let ecaodrnce with plans and At Station 70+90*remove and replace mardtole usm Harem Plea matrhcln Pre standard details,at all doptle,cmpbb in PMroa,wyhcast iron mar I dig and cove,and stehtNss stoat rain stopper(menthols inserts),khdudng bypass Ptnping, 13 daposai of misting ffWft a,oorredon(s)to the manhole, 1 LS $8,965.00 s8,g65.00 $17,000.00 $17,000.0 $20,000.00 $20,000.00 $21,000.00 $21.000.00 gra&VmbOntsand. co ,tag and all _ necessary including abandoning 458t LF of tine sanitary mwr tine that con each to to nartlole,depths,all in At Station 73+37*ranion and replace menliole using Hanson Plpe martnole per strhdard details,at all daF10ns cmwkte in place,with oast Man nw*K to ring and crier,and slairgess steel rain stopper(manhole inserts),knchatkg bypass pumpiru 14 disposal of existing mwtwb,cmmtion(s)to ft mrAft, 1 LS s12,110.00 $12,110.00 $17,000.00 $17,000.00 $20,000.00 $20,000.00 $21,000.00 $21,tm0.00 grad,stabilized sand,surface mOwdmw%taatkg and s0 necessary appur rAnces,including aft xkN kg257*LF of the srttary sewn tins tie*mwwft to the manhole,all in strict At Station 78+0911 rarrtom and replace marmds using Hanson Pipensntwle per standard defeilss,at all depf,complete In Place,with cast iron merttole ring and cover,and stainless steel 15 rain sloppim(inimil insaft), bypass punq*vg, 1 LS $8,965.00 $8,965.00 $17,000.00 $17,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 disposal at existing manhole.connection(s)to the maMtola, graft alatbptzad same,surface mstorrawm mmov and all necessary Wwternnces,all In strict soomdanar with plans and specifications At mottle 1156 rmnove and replace martwh using fibreglass nnattole per dwvdrd details,at all depths,oor pla(a in place, with cast Man rnartwb fing and cover,and stsktaas steel rain 18 dWr(rttttrttole k— ),inckd g bypass pumping,deposal of atdating trtarttale oomectian(sJ b the ntartwle,grout,atabillzed 1 LS $4,155.00 $4,155.00 $7,000.00 $7,000.00 $15,000.00 $15,000.00 $12,000.00 $12,000.00 sand,surface resfaralion,testing and all necessary apptxtervinces,.inckidng Warndartrtg 21*LF of ft sanitary sewer line 81st connects to the ma tole, all In strict---- axe with plans and specificaiians SICK wxra orresatTVWXT r CITY OFBEAUMONT BEAUNDN"'w" 54"INTERCEPTOR REHABIUTATION-PHASE II 'r _ $ 2:00prn-Thursday,May 31,2012 TOM Bard d Pr A -on'Fnpinaers Firm No.F-13 Prmepared and mvierwed i"asonTruaftboam EIT LEED AP At Station 81+64*remove and replace mentole uang Hanson Pipe madmde per dwdwd deHiis,at on depths,complete In piece,with cat kon marnwie nkg and cares.and"woess steel 17 ran stepper(manhole inserts),ft r ng bypass punpng, 1 LS $12,110:00 $12,110.00 $22,000.00 $22,000.00 $21,000.00 $21.000.00 $21.000.00 $21,000.00 disposal of*AS"manhole,Conn ec"s)to the maNhde, gra+L staff lend,aw%w restoration, and an necessary appurtenances,all in stria accordance With plans and Three proposed maNaMS at Avemre'M,remove old replace menhde Lump fiberglass mamlales per doanrtsrd d 11Sib,at all ..FR, oomplele n pMCe wM cat kon marnnde rbV and cover, 18 ad staniess seal rain stopper(manhole inserts),nckrdag byPess Pumping disposal of etsfng manhole aesudien(s)to 3 EA $3.990.00 $11,970.00 $7,000.00 $21,OOO.O0 $14,000.00 $42,000.00 $12,000.00 $36,000.00 , . the manhole,gout,a olfted sen4 exfaw restoration,tes&V and all rosy eppulenmwes.at In Wild accordance with plane and At StWo t 83+70*remove and replece marnob uskg Hanson P06,109 per standard dstsNS,at all dep8a,ocmpiete in place,wNh oad loan merende ring and cover,and stainless steel 1s fain stopper(manhole'"serts).irid1deig bypess psnpi`g. 1 LS $6,965.00 $6,965.00 $17,000.00 $17,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 disposal of a deft manhole,connection(s)to the manhole, grout,s dM-d sand,surface resin don,testing ad all necessary app ,all n*xA aaofftm with plans and IsDecificotions At Stefan 84+60*remove and replace maMwb uft Hereon Ptpe manhole per standard depts,at all depf ownplete in place,with cmd ken manhole ring and cover,and stakftes ateat 20 rain stopper(manmde k-ft).irnchrdnp bypass pumPrg. 1 LS $12,110.00 $12,110.00 W.000.00 $22,000.00 $22,000.00 $22,000.00 $21,000.00 $21,000.00 of wdsft manhole,connection(s)to to mw$Mole, gout,W"med sad,sutace restoration,testing and all rteoe,eay appurtenances,all In strict socordenoe wish plans and Al sougHlogfigns mesnole 1177 remove and npecemanhole wing fiberglass meffhole per standad debits,at aN depBLS oanplete n pleats. with cat km nwtwb ring and cover,acl etprmMss Meal rain 21 sl*W(M-MW inserts),khdudag bypasspughkg,doposm of 1 LS $4,155.00 $4,155.00 $7,000.00 $7,000.00 $14,000.00 $14,000.00 $12,000.00 $12,000.00 existing manhole.connection(s)to the manats,gad,staNtzed send,Aaface restoration,tealing and all necessary appulanences,all in*lot ac owft ce with plans and At Station 89+653 remove acl reptsoe manlde Laing Hanson Pipe maNhde per atarhdem d dataila,at aN deptinR compete in place,wkh cad iron$remind,rng and cover,and stair ilm steel 22 rafrns(cpper(menh'oleir— )'lncWagbypss 1 LS $10,110.00 $10,110.00 $17,000.00 $17,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 deposal of exis"manhole,connection(s)to the mallola, grout,sfathNtaed sand.aaface restoration,tsedrg and all necessary appurtenances,all in Old ax, with plan ad At manhole 1179 remove ad replace manhole wkg fibwgkm manob per stwdwd detaile,at am depths,compels in Place, With ceol Won rarnxee relit ad cover,and stemless steal ran 23 stopper("mss inserts), g bypaea PurrOv,deposal of 1 LS $3,955.00 $3,955.00 $7,000.00 $7,000.00 $14,000.00 $14,000.00 $12,000.00 $12,000.00 existing manhole,connedtags)to the manhole,gcuL stabiltzad sand,ehafece restoration.Mating and all necessary appurtenances,all n slot scowde ce wish plans ad nags ,tyre erranTCaatTT CITY OF BEAUMONT 'LEA��� !� 54"INTERCEPTOR REHABILITATION-PHASE 11 Daterrme for Axeptelg Bids: essa+<as"nscneu+ rer - A 2:00prn-Thursday,May 31,2012 Taxes Bond or Pr0k$*onW Engineers Firm so.F-13 and reviewed Jason TrMalton.Elf LEER AP At Station 89+88$remove and replace rnanhols using Hanson Pipe manhole per sfrdwd details.at all dept$,complete in plecs,with cast Mon manhole ring and tower,aM stainless steel 24 ran stopper(manhole inserts)'W"xiing bypass purpMg. 1 LS $10,110.00 $10,110.00 $17,000.00 $17,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 deposd of wdsft manhole,carnsctMxgs)to the manhole, grout,stabilized send,surface redwation,testing and all necessary appurtenances,all in strict accordance with Ply and At Station 90+45*hosted new manhole using Hanson Pipe manhole per standard details,at all depds,complete In place, with cast Mon manhole ft ad Dover,wo staMdess steel rain 25 stopper(manhole inserts),inckx"bypass p-p%disposal of 1 LS $8.965.00 $111955.00 $19,000.00 $19,000.00 $21,000.00 $21,000.00 $21,000.00 $21.000.00 any material,connection(s)to the manhole,grout,stabilized sand,Surface restoration,testing and an necessary appurtenances,an in ark*acoorderce with plans and At Station 92+15*install new manhole using Hanson Pipe nunthole per slydam details,at aN depths,aw0ete in place, with cost iron manhole ring and cover,and stainless steel rain 26 steer(manhole Mhasrts)includng bypass Pte,disposal of 1 LS $12,110.00 $12,110.00 $19.000.00 $19,000.00 $21.000.00 $21,000.00 $21,000.00 $11,000.00 any materials,oonadbn(s)to the manhole,grout stabilized asst surlece rastaatian,testing and all n eowsary apphxtenances,119 in Wict accordance with pars and At Station 94+25*remove and replace manhole using Hanson Pipe manhole per staudsd details,et alldepMn,conpkte in plebe,with cast Iron manhole ring and carer,and stainless stow 27 ran sapper(manhole inserts),i du& bYPess pumping, 1 LS $8.965.00 $8,96 00. 5.00 $19.000.00 $19.000.00 $20,000.00 $20,000.00 $21,000.00 $21.000 dis�OSd ouF ezietiii0 mennole ccnnedlon(s)o to manhole, _ grout,stabilized sand,surface restoration,testing and all necessary appurtenances,an in strict accordance with Plans and At Station 96+85*remove rid replace manhole using Hanson Poe rtbMhole per stuxNrd dsfsds,at all depths,emplace in Place.with test Mon msrtole rbV and cover aid slaNYess steel 28 rain soppa(mole Vie)'rcluhg bypass Wig' 1 LS $8,965.00 $8.965.00 $17,000.00 $17.000.00 $20,000.00 $20,000.00 $21,000.00 $21,000.00 disposal of eAstng mwtwle,connection(s)to the manhole, grout stabitized send,eutace restoration,INS and all neassry appstenauas all in shit acohxdrxxs vah plans and At manhole arljecrh to Station%+85*remove and replace manhole using fiberglass manhole pr"xWd details,mall tkptlha,complete in place,with fast M+on morihole rug aW cover, stud stainless steel rein stopper(mrhwte Inserts).indui ft 29 bypass ptsnping,disposal of exiatnp manhole,conedion(s)to 1 LS $4.368.00 $4,368.00 $7,000.00 $7,000.00 $14,000.00 $14,000.00 $12.000.00 $12,000.00 the manhole,grout,stabdaed sand,surface restoration,testing and as teasspy,ppmana,ces.ncMsting abandonMg 430*LF of the sarhittay sewer line that connects to the manhole,all in strict accordance with plans and specifications At Station 97+370 remove and replace manhole using Hanson Pipe madwis per standard detdN,at all dspCe,complete In plena,with cast iron manhole rig silt COW,rd Stainless steel 30 rem stopper(martwole inserts),Inclucling bypess purnping. 1 LS $12,110.00 $12,110.00 $17,000.00 $17,000.00 $20,000.00 s2Q000.00 $21,000.00 $21,000.00 disposal of existing manhole,connection(s)to the manhole, grant,sWAIzed sand,surface restoration,Weft and all necessary appurtahantas.all In strict acordance with pans and specificatkNu RICO WIVIt orrt",atrtsxt>ea CITY OFBEAUMONT 54"INTERCEPTOR REHABILITATION-PHASE II iex BEAUMQNW Daterrime for Aaoeptmg Bids: � ME W""" 2:00pm-Thursday,May 31,2012 Texas Bawd of PrdessiorW F Firm No.F-13 T ' • s Prepared erd reviewed Jason Trardn ER LEED AP At Staten 97+881 rerrave and repine nnarltoM timing Hannon Pipe marble per dw 1- detalls,at dl depths,ounpiaw in place,with cest iron nlarhnote rhp and covet mtd ddNSes stoat rain stopper(Manhole kw&,U), bypass p 9. 31 disposal of existir g manhole,eonnwfion(s)to the manhole, 1 LS $6965.00 $8,965.00 $17,000.00 E17,000.00 620,000.00 $30,000.00 $21.000.00 $21,000.00 grout,slatilived ewd,arfam restoration,testing an all necessary appurtenances;all in sbictsoco farmwM plans and Now manhole 1239 Inatell new manhole usko fiberglass manhole per sterWarcl details,at ON depths,Complete in puce, with oast ko n manhole ring and cow.and stainless led rain 32 sb00er(manhole ),N *dal bypaae pL*TpnD,disposal of 1 LS $4,656.00 $4,655.00 $7,000.00 $7,000.00 $14,000.00 $14,000.00 $12.000.00 $12.000.00 any material,carhrecdon(s)to the manhole,grout elsbilized sand,surface restoration,testing wd all necessary spin twarxxs,all In strict accatlance wth plans wid At SWw 104+47*remove and replace mwfiole uskg Hanson Pipe manhole per dwdwd details,at all daPdm complete In place,with cast iron manhole rng and ewer,and stainless steel 33 rain stopper(manhole inserts),nchafmp bypass pumpkg' 1 LS $12,110.00 $12,110.00 $17,000.00 $17,000.00 $21,000.00 $21.000.00 $21,000.00 $21,000.00 disposal of axistng manhole,aornedlon(s)to the manhole, grout,stabilized sod.surtaee reetoradon,teeing and all nw:eraary appurtenances,at in strict accordance wttl plane and IsDecificsfions At Station 108+33*rowNs and replaosmantole uskg Hanson Pipe rrmnlote per darhdud dents.ai at delete,aomplsRS In pisoe,with nab kon nev i rkg and cover,end stoklerx shah 34 rain stopper(manhole insert),irtck,rptg bypass ptat7t t 1 LS $6,955.00 $6.965.00 $17,000.00 317,000.00 920,000.00 320,000.00 621,000.00 $21,000.00 disposal of v**W manhole.connadlorgs)to ors manhole. grout,stsWmbd santl,surface won,t mft and all nsoaseary appnxtena oss,all in strict a0cordance with Plans and aDowkstions At mwtwle 20 feet right of Station 108+50*loll nowmanhde Lang fiberglass manhole per sterdad details at at depths. wnpiste in Place,with cog hen manhole ring and cover,and s�iess steal ran stopper(manhole inserts),wx*xW g bypass 35 gyp%deposal of existing manhole,--diorh(s>to tr 1 LS 54,365.00 $4,365.00 $7,000.00 $7.000.00 614,000.00 a1a,�o.00 $12,000.00 $1z.t00.00 manhole;grout.dWxlzW sod,urface restoration teatkg and at necessary appurtenances,all In drill scowde os with plans At Station 1 t5+42t remove and r nos manhole using Hermon Pipe menhols Per standard detats,st at deptm,complain in pace,with ad kon marble ring and covet and stainless steel 36 ran stopper(manhole marts).ndn+dn9 bypass lam, 1 LS $12,110.00 $12,110.00 $17,000.00 $17,000.00 $21,000.00 $21.000.00 $21,000.00 $21,000.00 dispwal of ardNirq marlwk,rxnsnsdiaKs)to Me marlols, ghoul,su bit cad send,surface restoration.%W*and all neoestwy splwnenanow all In striotacowdwm with phns ad At Station 120+80*nstail new manhole using Harmon Pipe mwtx is per stn%WM details,at all deptm,complete in pace, with coat kon manhole ring and cover,and staktess steal ran 37 Moppet(Manhole ines"e),wckxlnp bypass punpng,disposel of 1 IS $8,965.00 $8,965.00 517,000.00 $17,000.00 $21.000.00 $21.000.00 $21.000.00 $21.000.00 any material,connedion(s)to the manhole,grout,stabilized sand,surface restoration,testing and at necessary appwtorwinces,all In staid swordance%ft pans and Isaccificetions RICK WITU OPPORTUNITT CITY OFBEAUMONT 54"INTERCEPTOR REHABILITATION-PHASE II BEAUMON'W' DateRme for Acoepting Bids: MONNIIII, aahwrssr no smemm 2:00phn-Thursday,May 31,2012 Texas Board of PrafassiaW Engknsers Firm Wo.F-13 T Z * = r A * 0 Prepared and reviewed Jason Tr~Err.LEED AP At Staliah 126+64*remove and replace manhole uwq Manson Pipe mrttide per s1 4 I dstalls at dd g if complete in place,with cast ion manhole Hap anted hove,and efakhkss atoel ram dapper(MW*Xft Inserts),ex*Uft bypaes pumping, disposal of existing manhole,owwootion(e)to themsnholo, 1 LS $8,965.00 $8.986.00 $17.000.00 $17;000.00 $20.000.00 $20,000.00 $21,000.00 $21.100.00 grout,WWlized sand,surface restoration,testing and all rneonsry appurtenances.all in stria accordance*M plans and I specifications At Station 128+373 remove and replace manhole La ft Hanson Pipe manhole per standard details,at an depths,onmplalo in plow,with ca won nwnnale rkhg and cower.and stainless;steel 39 rain stoWer(thanhole Inserts),hdudkV bypass iasn*v, 1 LS $12,110.00 $12,110.00 $17,000.00 $17,000.00 $24,000,00 $24,000.00 $21,000.00 $21,000.00 disposal of wdsft rrhrdolo.connec6er(s)to file mrt4oie, grout.stabilized sand,surface restoration,tostInp and at necessary apptsterarhees,all in strict swordarice with plans and Ispectlications At Station 131+563 remove end replace manhole using Hehm Pips mrrtwle per standard dales,at all depta,camplew in place,with cast iron manhole ring and corer,arid sfaintaas steal 40 rain stopper(mangle insists),in0j*V bypaa ptm,4*g, 1 LF $8.965.00 $8.965.00 $17,000.00 $17.000.00 $21.000,00 $21.000.00 $21,000.00 $21,000.00 disposal of existing manhole,connecdon(s)to the manhole, grout,stabilized,sand,surface restoration,testing and all n�sae'y appwte wxms,all in strid accordance with plans and ions At Station 134+50*remove and replace mneMmle uskg Hanson Pipe manhole per standard details,at all-depths,complete in place,with tact kon manhole rkhg and cove;and sfalness steal 41 rain stopper(manhole hearts),including bypass ptanpm 1 LS $12,110.00 $12,110.00 517,000.00 $17,000.00 $20,000.00 $20,000.00 $21,000.00 $21,000.00 deposal of existing rtw*x te,connediorgs)to the manacle, gniuti�zad sander resbrakah,tetWV and all newssry apputenarnces,all in strict accordehee wnh plans arid upeciflowlions At Station 137+173 insta8 row manhole usktg Hanson Pipe module per standard details,at all depths,complete of place, with cast hash manhole rig and Cover,and staleness Gloat rain 42 stogy(muftle low)'bdud rp byp— 'disposal of 1 LS $10,110.00 $10,110.00 $17,000.00 $17,000.00 $25,000.00 $25.000.00 $21.000.00 $21,000.00 any material,ownecdon(s)to the manhole,Woui,stsbiltned sand,sutace restoration,testing and ati necessary- apprtenanrces,all in strict accordance with plans and At Station 139+31*butall slip Ilene tisough the manhole per per 43 1 LS $1.8550 $1,855. 0 $4,00000 $4,000.00 $3000.0 53,000.00 $7,000.00 $7.00.00 stadad details abandon manhole in At Station*139+163 remove and ropleoe merchob uskhg Hanson Pipe nw*xft per stw Kim detail st all depth.czmpiste l n place,with cast iron manhole rky and cover,and stainless steel 44 rail s topper(manhole inserts),Including bypass pumping, 1 LS $8,965.00 $8,965.00 $17,000.00 $17,000.00 $20,000.00 $20.000.00 $21,000.00 $21,000.00 disposal of wdsft manhole,connection(s)to the manhole, grout,stabilized sand;auface restoration,testing and all necessary apputenaoes,all In strict accorderhw wilh plans and Afiatxton wasting manolea(s)in piece,at all depth,remove 45 axlo)alp coal kale marnhcle ring and cover,remove top of 8 EA $1,100.00 $8,800.00 $3,000.00 $24,000.00 $2,000.00 $16,000.00 $3,000.00 $24,000.00 manhole section and fill mertnda with st"zad send,restore the surfed$in shod accarhisrtce with plaris and specilicallom For providing Trench Satsty Plan in accordance with the 46 >peciliostiora as prepared and sealed by a Texas Registered 1 LS $500.00 $500.00 550,000.00 $50,000.00 $1,000.00 $1.000.00 $1,500.00 51,500.00 Enalnew RICH WITH OPPORTUNITY CITY OFBEAUMONT Se INTERCEPTOR REHABILITATION-PHASE 11 BEADMORTFk Dataf ime for Aaapting Bids: T E A - 2.00pm-Thursday.May 31,2012 Prepared -13 reviewed Jam Trgrjon. rr.L EER AP For providhg irendn story syslam,trench solely protection for at excavations over 646A fn depth,Nmish Arid install,complete 47 in place incluft shorinti trench boxes,antler other approved 1 LS $1.00 $1.00 $2,000,00 $2,000.00 $17,000.00 $17,000.00 $10,000.00 $10,000.00 means and ways in accordance with the Contractor's Trench Safety Plan 48 For providing the post construction televises r spactwn of the 10410 LF $5.00 $52;050.00 $18.00 $187,380.00 $5.00 $52.050.00 $2.00 $2,820.00 Interceptor Per contract dgeg",complete in For providing the prscorstrtrctimc television inspection of the 49 sanitary sever lines 4 inch derneter Cough 12-inch meter as 4005 LF $5.00 $20,000.00 $4.00 $16,000.00 $4.00 $16,000.00 $2.00 $8,000.00 shown in bold on the plans.to be replaced per contract doamroMS a in place. For providing poet cwwkucb n television irspection of 8-wic h 50 dianater througl 12-4roch diameter HDPE pipe installed, 4000 LF $2.00 $8,000.00 $4.00 $16,000.00 $4.00 $16,000.00 $200 $8,000.00 complete in For fianWff g wW instating additional asphalt pavement 51 went not shown an the plans or as called for in the 100 SY $30.00 $3,000.00 $55.00 $5,500.00 $67.00 $6,700.00 $100.00 $10,000.00 specifications txr as directed by the OWNER complete in place, For furnishing and installing additional concrete pavement 52 replacement not shown on the plane or as called for in the 100 SY $90.00 $9,000.00 $95.00 $9.500.00 $105.05 $10,500.00 $80.00 $8,000.00 specitaalions ter as directed by tw OWNER,complete in place For providing a point repair on the 544nch diameter interceptor, as shown an it*pWs at scions:36+22,36+67,45+46,50+74, 63+35,68+25,68+4$72+58.89+96,and 90+48,or as directed 53 by the OWNER at all depths,induft bypass pimping, 10 EA $19,012.00 $19,120.00 $15,000.00 $150,000.00 $19,000.()0 $190,000.00 $20.000.00 sm,00o.00 wm vati©n,ripe repair,becidli ft and compeolion,fillips, adaptors,gout stabilized sand arxt surface restoraton, For ftmisl ft ash inalef8ng 6-inch di mvW HDPE pipe for the replacement of existing saaitery sewer Jim as shown on the plans,andlor as directed by to OWNER,complete in place, 54 kdudhng bypass pumping,owewdhom to odsft pipes,gnxr, 1000 LF $21.55 $21,550.00 $120.00 $120,000.00 $150.00 $150,000.00 $170.00 $170,000.00 staEtamd sand,surface restoration,teslirs oil necessary eppulervoata,at sit depts,at in drill anmrasce with plow and specifications For by ishirg aid installing;Broth diarroter HDPE pipe for the replacement of axis" sanitary sews lines as show,on the plans,andtor as directed by the OWNER complete In place, 55 mild ft bypass puns ft connections to a SOV pipes.gnat. 1000 LF $25.89 $25,890.00 $130.00 $130,000DO $155.00 $155.000.00 $175.00 $175,000.00 sWind sand,safe=restoration,tesft all necessary appurtawces,at at depilm at in strict accordance with plans and specifications For AxnW mg and insWing 104ndi diameter HOPE pipe for the replacement of exisft sanitary sewer lines as shown on tw plans,andfor as directed by the OWNER,complete in pace, 56 i ardirp bypass pumping,connections to wdeting pees,gout, 1700 LF $32.48 $5.5,216.00 $140.00 $238,000.00 5160.00 $272,000.00 $180.00 $306.000.00 stabiized sand,surface restcxaiian,testing,all necessary appurtenances,at at depths,sit in sbid accordance with plans and For fiwW g and Ystailing 12-inch diarnaterr HOPE pipe for the replacement of eW3*v sanitary sewer lines as show,on the plane,andW as directed byte OWNER aompMes in place, 57 including byp»pumping,connections to a pipes,gout, 600 LF $98.10 $58,060.00 MOM $86,000.00 $170.00 $102,000.00 $180.00 $1084000.00 staMbod sand,surface a:taation,tasting,all rwcessary q*uftnerms,at all depths,all in strict accordance with plena old lion taaaa wxrat aasrosrtraattTv CITY OFBEAUM NT BEAUMQNW54"INTE DD*WTlme for Ameptingg Bids:-PHASE n snsx+seusara srxlrtats 2:00pm-Thursday,May 31,2012 Texas Bond of Profen)"ErOMM F rM No.F-13 T ' 19 r. t Prepared and reviewed Jason TnMbn Err.LEER AP For nxnish"and instetiig 244nm dfennetiw HDPE p"for the replacement of exu tig sanitary sewer km as shown an the 58 plans,m%Vorae drected by the OWNEK complete in piaos, 100 LF $199.86 $19,9813.00 $230.00 $23,000.00 $320.00 $32,000.00 $300.00 $30,000.00 irOudin9 bypass ptrrnpmg,connections to existing pipes,grout. stabiNzzod sand,surface restoration,testing,all necessary For f rnishaug and mstakV M4ich dhmeter HDPE pipe for the replant of existing sanitary sewer Bnes as shown on One 59 Pte,wWw as dreaed by one OWNER,complete in place, $14036 $a,211.a4 a6o4.00 a16,o4ao4 $424.04 a12,soo.00 $315.04 s9,a54.o4 rtduaii9 bypass pumping,com-ions to existing R4—,9Taat. stabilized s and,surface restoration,tasting,all necessary A station 115+42,reroute existing 12 indn diams7w$turn sewer below new manhole as Wwwn on Nte plans,completa in place. so 1 Ls $4,540.00 s4,540.00 544,040.00 544,000.04 S17,040.00 $17,000.04 $6,0g4.00 S8,00D.00 indudirg storm sewer pipe:caimerxlons,grout,stabliized sand, For furnishing and Installing a ciesn as on at ensslirg sanitary sewer service connection per the Glys smutary sewerstarnd" detalls.at all dWft complete in place,with meter box kV 61 pprps.straps,connectors.stabilized sold,surfaca restoration, 10 EA $330.00 $3.300.00 $385.00 $3,850.00 $850.00 $8,500.00 $1.500.00 $15.000.00 and all necessary appurtenances,all in strid accordance with plans and specifications for the earn of For tirnishirrg WW Inslall ft FRP slip liner to rehabilitale the 46- hich dbmeW irntercaplar rxiudrg aN fWAn p arnd eorrnec w at all depths including clearing and Wubbig,insertion or mom 62 ^by pass pnrnp%grouting,stabilized sand,surface 250 LF $119.55 $29.887.50 $330.00 $82;500.00 $340.00 $75,000.00 $330.00 $82,500.00 restoration,testing and all necessary sppurternsrneas and fillings, eN in strict ac wdence with plans,spadRcatiorm contrail douxrnrMS and moxdactura's Project Total Marto 1.62) $3,491,570.60 #4,6081100.00 $5,366,650.00 16,595,540.00 Notes: CTT'Y OF DE.& MONT SCHEUTU OF MR,PARTTCTP.A.TION NAME ALLtJO 'C'ON7'.-4-TOR. ALL AMERICAN WNSTRUCrIDN 7750 RIVER IiD SUPPLY INC' BEAUMOW TX 77713 MATERIAL $1,051,410.00 The undersigned will enter into a formal agreement with MBE Co;*ntors for work listed in this sr-hedule conditioned upon execution ofa contract with the City of Deaucnont MOTE: 1. This sohedult should be submitted with your�bid. '" A, SIGNATURE T.W. HARRISON PRESIDENT TITLE. ATTACHMENTI-AD 1 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Allco, Ltd., of Beaumont, Texas, in the amount of $3,491,570.60 for the Sanitary Sewer System Improvements 54-Inch Interceptor Rehabilitation Phase II Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - 3 June 12,2012 Consider a resolution approving an annual contract for the purchase of Aluminum Sulfate for use in the Water Utilities Department RICH WITH OPPORTUNITY B N, ,EAUNo * T • E • g • A • s City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Laura Clark, Chief Financial Officer MEETING DATE: June 12, 2012 REQUESTED ACTION: Council consider a resolution approving an annual contract for the purchase of Aluminum Sulfate from GEO Specialty Chemicals, Inc. of Little Rock, Arkansas, in the estimated amount of$453,286.67 for use by the Water Utilities Department. BACKGROUND Bids were requested for an annual contract to provide Aluminum Sulfate, which is used to clarify and purify the City's water supply. Due to changing water conditions the Water Utilities Department requested pricing for aluminum sulfate modified with the addition of copper sulfate at both one percent(1%)and two percent (2%)concentrations. The addition of copper sulfate reduces the build up of algae within the plant clarifiers and improves the general taste of the water. The three way structure of the bid allows the water plant to order the specific concentration of materials as needed. Five(5)vendors were solicited and three (3)responded. GEO Specialty Chemicals,Inc., of Little Rock, Arkansas submitted the low bid. They are the current provider of this material and have satisfactorily serviced this contract in prior years. There are no local vendors providing this material. The estimated total price above represents the anticipated requirement for 2,000 dry tons of material at the average price of the three concentration levels of copper sulfate. The bid price of$202.89 per ton for straight aluminum sulfate represents no increase of the current contract price. FUNDING SOURCE Water Utilities Fund RECOMMENDATION Approval of resolution. smua U—p os Amadom am la mo"Z Pi1WdMtIRAURL ,es ow d uopm + a �aw�ao► �d ■Ago"imm wqo swqm mom+oa""Woo style'KIm/1.Ampowma Om A-Cr =+mow P!i almim mmm*MW-pmqNnf43#•WWWi jawn ift iow4uR7 PNNM1f =4= N PM svmm'xnamnvml��.w Am RESOLUTION NO. WHEREAS,bids were solicited for an annual contract for the purchase of Aluminum Sulfate for use by the Water Utilities Department; and, WHEREAS, GEO Specialty Chemicals, Inc., of Little Rack, Arkansas, submitted a bid for an estimated amount of$453,286.67 as shown below: Item Description Price/Ton 1 Aluminum Sulfate $ 202.89 2 Aluminum Sulfate-1%CUSO4 $ 233.52 3 Aluminum Sulfate-2%CUS04 $ 243.52 Average Price Per Ton $ 226.64 Estimated Annual cost: 2,000xAvg Price per DT $ 453,286.67 and WHEREAS, City Council is of the opinion that the bid submitted by GEO Specialty Chemicals, Inc., of Little Rock, Arkansas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by GEO Specialty Chemicals, Inc.,of Little Rock,Arkansas, for an annual contract for the purchase of Aluminum Sulfate for use by the Water Utilities Department in the unit amounts as shown above for an estimated amount of$453,286.67 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - i 4 June 12,2012 Consider a resolution terminating the current contract for mowing City-owned and abandoned properties and awarding a new contract RICH WITH OPPORTUNITY BEAUMDI* T • E • X • A • a City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Laura Clark, Chief Financial Officer MEETING DATE: June 12, 2012 REQUESTED ACTION: Council consider a resolution terminating the current contract for mowing City-owned and abandoned property with Perfect Cut Lawn Care and awarding a new contract to BIO Landscape and Maintenance (BIO) of Beaumont. BACKGROUND City-owned properties, for the purpose of this contract, are mostly unimproved street right-of- ways or properties in the name of Jefferson County. Abandoned property is defined as property that has no mailing address and/or no name listed on the tax roll. The contract for mowing City-owned and abandoned property was originally awarded by Council on August 16, 2011 with Resolution number 11-226 to Lene' Nursery of Beaumont. This contractor has provided excellent service for the City. All work meets specifications. On April 11, 2012,the City received a thirty(30)day notice of termination of contract from Lene' Nursery. The reason the contractor provided for termination was the company was in the process of financial restructuring and could not continue to provide services with the City. On April 24, 2012, with Resolution number 12-090, Council awarded a contract to Perfect Cut Lawn Care which was the next lowest, responsible bidder. Perfect Cut Lawn Care is not meeting the specifications of the contract and is approximately three (3)weeks behind schedule. Therefore,the City owned properties are not being maintained at acceptable standards. It is in the City's best interest to cancel this contract and award to the next lowest,responsible bidder. June 12, 2012 Page 2 Mowing City-owned and Abandoned Properties BIO is the next lowest, responsible bidder from the original bid. They are willing to contract with the City under the current specifications and.pricing until these services can be re-bid. BIO will provide the mowing services with pricing as follows: Vendor BIO Landscape and Maintenance Begimont,TX. Description Unit Price Property less than 6,500 sq$ $24.$0/per cut Pro >6,500 sq. ft. <one acre $.0035/sq ft Property one acre and more $79.00/acre The original bid tabulation is attached. The estimated cost of the remaining contract is$23,163. FUNDING SOURCE General Fund. RECOMMENDATION Approval of resolution. B..-—.°" CITY OF BEAUMONT,BEAUMONT,TEXAS f AUND * PURCHASING DIVISION BID TABULATION i-R -Z - • Bid Name: Annual Contract For Mowing Developed and Vacant City-Owned and Abandoned Property(Re-BM) Bid Number: TF0711-17 Bid Opening: Thursday,July 20,2011 at 2:00P.M. Contact Person: Terry Welch Buyer II twelchAd.beaumord.tcus Phone:409-880-3107 1/atrdor Lene'Nursery South East Texas Lawn&Maint,LLC Perfect Cut Lawn Care BIO Landscape&Maint. City/State: Beaumont,Tx Beaumont,Tx Beaumont,Tx Beaumont,Tx Contact: Lance Lane Anthony Young Byron Jacquette Natalie Vandyken Fax: 409406-2597 409-813-2962 409-347-8156 409-842-1335 Est.Annual Desription . Unit Price Ext.Price Unit Price Ext. Price Unit Price Ext. Price Unit Price Ext.Price Price for property-less than 612 cuttings $20 per $12,240.00 $12.00 $7,344.00 $13.00/ $7,956.00 $24.80 $15,177.60 6,500 ft. Minimum bid Pe r year /cuttin g cutting cutting cuttin g Price for property-6,500 sq. 22,000,000 $0.00138 $30,360.00 5.0017 $37,400.00 $.0019 $41,800.00 5.0035 $77,000.00 ft.or greater up to one acre. /sq.ft. /sq.ft. /sq.ft. /sq.ft. /sq.ft. Price for property-one(1) 6 parcels> 1 $40/acre $240.00 $60 $360.00 $60 /acre S360.00 $79.00 $474.00 acre or greater acre i acre /acre Total Bid. 542,840. S45,104.0 $50,116.00 $92,651.6 Bid Number. TF0711-17 Page 2 Vendor Affordable Land Services,LLC Torres Laren Service Lightfoot Enterprises,Inc. Champion Bushhogging City/State: Liberty Tx Beaumont,Tx Vidor,Tx Beaumont,Tx Jake Permington Gustavo Torres Les Lightfoot Robert L.Kaufman Fax: 936-298-2097 409-838-0911 Elf.Annual tM Desription * Unit Price Ext.Price Unit Price Ext.Price Unit Price Ext. Price Unit Price Ext.Price Price for property-less than 612 cuttings $26 $1591200 41836000$30.00 $44 $35.75 6,500 sq.ft.Minimum bid per year /cutting , . /cutting , . /cutting 526,928.00 /cutting $21,879.00 Price for property-6,500 sq. 22,000,000 sq. 5.0036 5.0046 5.0044 5.0055 ft.or greater up to one acre. ft. /sq.ft. $79,200.00 /sq ft 4101,200.00 496,800.00 $121,000.00 /sq.ft. /sq.ft. Price for property-one(1) 6 parcels> 1 $195 $125 $125 $240.00 re or greater acre /acre $1,170.00 /acre $750.00 /acre $750.00 /acre $1,440.00 Total Bid' $96,282.00 $120,310.00 $124,478.0 $144,319.0 Vendor. Yang L.awncare NorthStar Farm&Ranch Wingate Environmental,LL City/State: Beaumont,Tx Beaumont,Tx Beaumont,Tx COntilift Timothy Gregory Iketha Saunders Tory Wingate Fax: 409-833-7980 409460-5274 409-833-6348 Desription * Unit Price Ext. Price Unit Price Ext. Price Unit Price Ext. Price Price for property-less than 612 cuttings $41 $25 6,500 sq.ft.Minimum bid per year /cutting $25,092.00 /cuff ng 547,124.00 /cutting $15,300.00 Price for property-6,500 sq. 22,000,000 sq. 5.0065 $143,000.00 5.0077 $169,400.00 5.06 51,320,000.00 ft.or greater up to one acre. ft. /sq.ft. /sq.ft. /sq.ft. Price for property-one(1) 6 parcels> 1 $90 r r r $540.00 477 $462.00 445 $270.00 acre Total Bid: $168,632.0 $216,986. 51,335,570. *QTV°S ARE FOR BID PURPOSES ONLY As shown highlited above,Lene'Nursery is the lowest qualified Bidder RESOLUTION NO. 12-090 WHEREAS, on April 24, 2012, the City Council of the City of Beaumont, Texas, passed Resolution No. 12-090 awarding a one (1) year contract, with annual renewal options not to exceed two (2) renewals that do not have cost increases, for mowing developed vacant city-owned and abandoned properties to Perfect Cut Lawn Care, of Beaumont, Texas, in an estimated amount of$50,116 ; and, WHEREAS, Perfect Cut Lawn Care has not met contract specifications and is behind schedule; and, WHEREAS, City Council is of the opinion that it is in the best interest of the City to terminate the contract with Perfect Cut Lawn Care; and WHEREAS, BIO Landscape and Maintenance,of Beaumont,Texas,the next lowest and responsible bidder,submitted a qualified bid in the estimated amount of$92,651 in the unit amounts shown below and is willing to honor its bid and contract at that price: Description Unit Price Property less than 6,500 sq ft $24.80/per cut Property >6,500 s . ft. <one acre 10035) ft Property one acre and more $79.00/acre and, WHEREAS, City Council is of the opinion that the bid submitted by BIO Landscape and Maintenance, of Beaumont, Texas, in the estimated amount of $92,651 should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the contract with Perfect Cut Lawn Care be and it is hereby terminated; and, BE IT FURTHER RESOLVED THAT the bid submitted by BIO Landscape and Maintenance, of Beaumont, Texas, in the estimated amount of$92,651 for a one (1)year contract, with annual renewal options not to exceed two(2) renewals that do not have cost increases, for mowing developed vacant city-owned and abandoned properties be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with BIO Landscape and Maintenance, of Beaumont, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - 5 June 12,2012 Consider amending Section 22.05.211(b)of the Code of Ordinances related to garbage and trash rates RICH WITH OPPORTUNITY REAUMON* T • E • X • A • B City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Laura Clark,Chief Financial Officer MEETING DATE: June 12, 2012 REQUESTED ACTION: Council consider amending Section 22.05.211(b) of the Code of Ordinances related to garbage and trash rates. BACKGROUND The current monthly rate is $14.00 for standard collection services per household unit with an additional $2.50 for each additional container. The new rates effective July 1, 2012 will be $15.00 for garbage and trash collection and$3.50 for each additional container. Seniors will continue to receive a 10% discount on the base garbage fee. The projected revenue increase on an annual basis to the Solid Waste Fund is estimated at$600,000. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of ordinance. Sec. 22.05.211 Residential service (a) The solid waste division shall systematically collect and remove garbage,trash and yard waste from premises used for residential purposes. All residences in the city are subject to, and the owners or occupants are required to pay, a collection services fee except: (1) Residences from which the owners or occupants are serviced by a private collector as defined in this article. (2) Residences on which the owners or occupants use an on-property disposal method that is approved by the city,county,and state. (3) Residences that are vacant and water service for which is discontinued. (4) Owners of vacant residences who do not require waxer service will not be required to pay a garbage and trash collection fee. (b) Garbage and trash rates. No rate adjustment will be made for temporary non-use of service. Nonpayment of the collection services fee shall be sufficient grounds for discontinuance of city water service. The rate for collection outside the city limits shall be one hundred fifty(150) percent of the rate established for service inside the city limits.No type of service will be offered residences exempted under section 22.05.007(c)or for vacant lots except as provided in section 22.05.062. If a business is located in a part of a residence, a collection services fee shall be charged for each connection to the city's water system. The following monthly rates apply for collection services: (1) The monthly rates for standard collection services shall consist of the following elements: (A) Garbage and trash collection: $13.50115.00. A 10%discount to the garbage and trash collection fee shall apply to customers residing in single-family residences who are sixty-five(65)years of age or older. To obtain the senior citim garbage and trash collection rate eligible persons trust file a swam application on a form urovided therefor with the central collections division The rate shall remain in effect so long as the customer residing in the single-family residence is sixty-five(65)years of age or older. (B) Additional containers• . The monthly fee for eachan additional container is Nw delkws and fifty eents($2.50 _ three dollars and fifty cents($3.50)per month. Q Litter removal: Single-family and owner-occupied residential units will be charged a litter removal fee at a rate of fifty cents($0.50)per unit per month. Multifamily dwellings and/or rented properties of two(2)or more units will be charged a litter removal fee at a rate of twenty-five cents($0.25)per unit ver month. 22)(3) A reconnect container fee will be assessed for those households whose garbage container(s)have been collected by the city due to the removal of a water meter as a result of nonpayment of city water and/or garbage services,and then subsequently reissued upon payment and reinstallation of the meter. (A) Reconnect container fee: $20.00 per container. (Ordinance 92-7, sec. 1, adopted 1/28/92; Ordinance 93-5, sec. 1,adopted 2/2/93; Ordinance 94-61, sec. 1, adopted 12/13/94; Ordinance 00-63, sec. 4,adopted 8/15/00; Ordinance 02-092, secs. 1-3, adopted 11/5/02; Ordinance 05-087, secs. 1,2, 10/18/05; 1978 Code, sec. 28-24.1; Ordinance 07-094, sec. 1, adopted 9/25/07; Ordinance 08-040, sec. 16, adopted 5/13/08; Ordinance 11-084, sec. 1, adopted 10/25/11) T- ORDINANCE NO. ENTITLED AN ORDINANCE AMENDING CHAPTER 22, SECTION 22.05.211(b), OF THE CODE OF ORDINANCES OF BEAUMONT, TEXAS, TO INCREASE GARBAGE AND TRASH RATES; PROVIDING FOR SEVERABILITY; PROVIDING FOR REPEAL; AND PROVIDING A PENALTY. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. THAT Chapter 22, Section 22.05.211(b), of the Code of Ordinances of the City of Beaumont, be and the same is hereby amended to read as follows: Sec. 22.05.211 Residential service (b) Garbage and trash rates. No rate adjustment will be made for temporary non-use of service. Nonpayment of the collection services fee shall be sufficient grounds for discontinuance of city water service. The rate for collection outside the city limits shall be one hundred fifty (150) percent of the rate established for service inside the city limits. No type of service will be offered residences exempted under section 22.05.007(c) or for vacant lots except as provided in section 22.05.062. If a business is located in a part of a residence,a collection services fee shall be charged for each connection to the city's water system. The following monthly rates apply for collection services: (1) The monthly rates for standard collection services shall consist of the following elements: (A) Garbage and trash collection: $15.00. A 10% discount to the garbage and trash collection fee shall apply to customers residing in single-family residences who are sixty-five (65) years of age or older. To obtain the senior citizen garbage and trash collection rate, eligible persons must file a sworn application on a form provided therefor with the central collections division. The rate shall remain in effect so long as the customer residing in the single-family residence is sixty-five (65) years of age or older. (B) Additional containers: The monthly fee for each additional container is three dollars and fifty cents ($3.50) per month. (C) Litter removal: Single-family and owner-occupied residential units will be charged a litter removal fee at a rate of fifty cents ($0.50) per unit per month. Multifamily dwellings and/or rented properties of two (2) or more units will be charged a litter removal fee at a rate of twenty-five cents ($0.25) per unit per month. (2) A reconnect container fee will be assessed for those households whose garbage container(s) have been collected by the city due to the removal of a water meter as a result of nonpayment of city water and/or garbage services, and then subsequently reissued upon payment and reinstallation of the meter. (A) Reconnect container fee: $20.00 per container. Section 2. That if any section, subsection, sentence, clause or phrase of this ordinance, or the application of same to a particular set of persons or circumstances, should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this ordinance, and to such end, the various portions and provisions of this ordinance are declared to be severable. Section 3. That all ordinances or parts of ordinances in conflict herewith are repealed to the extent of the conflict only. Section 4. That any person who violates any provision of this ordinance shall, upon conviction, be punished as provided in Section 1.01.009 of the Code of Ordinances of the City of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 12th day of June, 2012. - Mayor Becky Ames - WORK SESSION # 1 Review and discuss a proposed $23 Million Debt Issue (Certificates of Obligation) RICH W=TE OPPORTUNITY INTER-OFFICE MEMORANDUM B E A N'* City of Beaumont, Texas T ' R ` X ' A ' S Finance Department Date: June 6 , 2012 To: Kyle Hayes, City Manager r0)) a From: Laura Clark, Chief Financial Officer/ 00, Subject: Proposed $23 Million Debt Issue (Certificates of Obligation) COMMENTS While preparing the Capital Program that was submitted to Council on May 11,2012,we analyzed each project and the related funding sources. Projects outlined in the Capital Program are categorized in one of three phases: construction, design, or projects for consideration. In the construction phase, a project is either currently under construction or projected to commence construction by the end of the recommended time frame. Projects in the design phase are fully designed without funding for construction at this time, commencing or completing design in the recommended time frame, or in the process of acquiring rights-of-way or real property. The recommended time frame for the projects in these two phases is two fiscal years or by the end of Fiscal Year 2014. The projects in the attached schedule will be in one of these two phases during Fiscal Years 2013 and 2014. During the preparation of the Capital Program, all funding sources were analyzed and the estimated amount of funding required in the next two years was determined. Although at this time the gas royalties are still restricted,it has been estimated that approximately$6 Million would be set aside for the airport and the remainder used for street improvements. PROPOSED $23 NIILLION DEBT ISSUE CERTIFICATES OF OBLIGATION PROJECT ESTIMATED ESTIMATED PURPOSE TOTAL COST AMOUNT NEEDED Concord Road-E.Lucas to 105 $21,000,000(1) $10,700,000 Construction Dowlen-US 69 to Delaware $17,520,000 $91,000 Complete Design Fannett Road-Ethel to 11th $880,000 $880,000 Construction Madison-Irving to Grove $2,900,000 $1,734,000 Complete Constr. Old Dowlen-Dowlen to 105 $11,550,000(2) $41,000 Complete Design Seventh Street-IH-10 to Laurel $7,000,000 $24,000 Complete Design South Park Relief $11,703,400(3) $364,000 Construction Street Rehabilitation $5,000,000 $5,000,000 Ongoing Program Washington-IH-10 to ML King $27,500,000 Oil and Gas Athletic Complex Tennis Center $3,000,000 $3,000,000 Design and Construction Civic Center Improvements $500,000 $500,000 Construction Communications Building $2,400,000(4) $600,000 Construction Fire Station No. 1 Relocation $6,500,000 $6,500,000 Construction Hike and Bike Trail Phase I1 $826,400(5) $165,000 Construction Fire Station No. 1 Phase II $4,500,000 $300,000 Design Fire Station No. 11 Relocation $2,500,000 $250,000 Design TOTAL $30,149,000 Less$8,145,000 cash from 2011 Issue $22,004,000 The proposed$23,000,000 would cover all issuance costs and related fees as well as provide for contingencies. (1)Federal Highway Administration funding up to$7,375,000 (2)TxDOT funding up to$4,000,000 (3)2009 Disaster Recovery Funds-Hurricane Ike funding of$11,339,400 (4)Department of Homeland Security funds in the amount of$1,800,000 (5)Federal Transportation Enhancement Program funds in thei amount of$661,120