Loading...
HomeMy WebLinkAboutRES 990824-QRESOLUTION NO. WHEREAS, the City of Georgetown sponsored a Texas Capital Fund application for the benefit of Don Hewlett Chevrolet - Oldsmobile- Buick, Inc.; and WHEREAS, changes to the infrastructure were made after the project was approved by TDED and then surveyed by a registered engineer; and WHEREAS, the inclusion of a road to be constructed using TCF funds with financial participation by Don Hewlett Chevrolet - Oldsmobile- Buick, Inc.; and WHEREAS, the Georgetown City Council has reviewed and approves the change in the contract for Don Hewlett Chevrolet - Oldsmobile- Buick, Inc. as stated above. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS, THAT: SECTION 1. The facts and recitations contained in the preamble of this resolution are hereby found and declared to be true and correct, and are incorporated by reference herein and expressly made a part hereof, as if copied verbatim. SECTION 2. The City Council hereby finds that this resolution implements the following policy or policies of the Century Plan - Policy Plan Element: 1. Economic Development Policy End 1.0, which states: "Georgetown's economy is self - sustaining through diversified growth, a broad tax base with minimal impact from economic fluctuation, enhanced business opporhuiity and job creation. "; and SECTION 3. The City Council of the City of Georgetown hereby approves the change in the contract for Don Hewlett Chevrolet - Oldsmobile - Buick, Inc. SECTION 4. That the Mayor is authorized to execute the amendment and otherwise act on the city's behalf in all matters pertaining to the submission of this amendment. SECTION 5. That this Resolution shall be in full force and effect immediately from and after its passage. Resolution No. ? 0 ,-2 Don Hewlett Chevrolet - Oldsmobile - Buick, Inc. Page 1 of 2 Pages ADOPTED on this ,;��/ th day of August, 1999 by the following vote. AYES: 17 NAYES: ABSENT: MAkYELLENKERSCH Mayor Attest: Approved as to Form: '- Z-14 SANDRA D. LEE City Secretary MARIANNE BANKS City Attorney \Xgtown_l\data\division\ms\cityjec\backup\document\resolve\hewlett resolution 8-24-99.doe 8/19/99 8:57 AM sjr Resolution No. q Don Hewlett Chevrolet-Oldsmobile-Auick, Inc. Page 2 of 2 Pages EXHIBIT A PERFORMANCE STATEMENT City of Georgetown Contractor shall carry out the following activities in the target area(s) identified on the map in its 1996 Economic Development application: Project Description The purpose of this Economic Development project is to provide infrastructure improvements in the form of water, sewer, drainage and a road in support of Don Hewlett Chevrolet, Inc. (hereinafter referred to as the Company). This is a two phase project, and includes the relocation of the Company, but within the applicant s jurisdiction. Phase I, the purchase of forty -four (44) acres of land, with twelve (12) acres being used as the site, construction of approximately sixty thousand square feet (60,000 sq. ft.) building space and site improvements are not part of this project. Phase II consists of the infrastructure improvements, and will allow the Company to expand and grow its operations in the City of Georgetown. The Company is a retailer of Chevrolet, Oldsmobile, Buick and Geo automobiles, and also operates a used car department, body shop, parts department and service and repair department as components of the company. Financial Information Contractor shall expend a total of Four Hundred Ninety -one Thousand Two Hundred and No /100 Dollars ($491,200.00), of contract funds, for the following infrastructure activities: Contractor shall expend One Hundred Thirty -one Thousand Twenty -five and No /100 Dollars ($131,025.00) of contract funds for water improvements. Contractor shall install approximately two thousand nine hundred twenty -five linear feet (2,925 l.f.) of twelve -inch (12 ") water line, four (4) gate valves, bore encasement, five (5) fire hydrants with valves, environmental activities and controls and other related appurtenances. The twelve -inch (12 ") water line shall extend from the northwest corner of the project through a bore under Westinghouse Road and proceed in a northerly direction up through a PUE bordering the I -35 east frontage road to an existing 12 -inch (12 ") water line belonging to the City of Georgetown. Contractor shall expend Fifty -three Thousand Four Hundred Eight -four and No /100 Dollars ($53,484.00) of contract funds for sewer improvements. The contractor shall install approximately six hundred eighty -four linear feet (684 l.f) of eight -inch (8 ") gravity wastewater line, encasement, and eleven (11) manholes. The proposed wastewater line shall extend from the northwest corner of the project approximately six hundred eighty -four linear feet (6841.f) in a northerly direction under Westinghouse Road and up through a PUE paralleling the I -3 5 east frontage road to an existing lift station belonging to the City of Georgetown. Contractor shall expend Two Hundred Fifty -nine Thousand Seven Hundred Thirty -nine and No /100 Dollars ($259,739.00) of contract funds for construction of drainage improvements consisting of : Excavation and embankment, one hundred sixty -five square yards (165 sq. yds.) Of rock rip rap, two diversion structures, six thousand eight hundred sixty square feet (6,860 sq. ft.) of sand filter, two hundred twenty -six linear feet (2261.f) of 6" discharge, one hundred ten linear feet (1101.f.) of twenty -seven inch (27 ") RCP, two thousand seven hundred square feet (2,700 sq. ft.) of six inch (6 ") concrete Rip Rap, a 8' x 3' box culvert, a one thousand one hundred sixty -six linear foot (1,166 l.f.) 10'x 17' flat bottom channel, clearing, gabion, and revegetation. The water quality /detention pond will be located in the southwest corner of the project site. The property on which the drainage improvements are to be placed will be deeded to the City prior to the release of construction funds for drainage improvements. Contractor shall expend Forty -six Thousand Nine Hundred Fifty -two and No /100 Dollars ($46,952.00) of contract funds for construction of road improvements consisting of traffic control, demolition, excavation of embankment, one thousand nine hundred fifty -six square yards (1,956 sq. yds.) of subgrade and 15" base, one thousand twenty -five linear feet (1,025 U..) of curb and gutter, one thousand six hundred twenty -three square yards (1,623 sq. yds.) of three inch (3 ") HMAC, one hundred seventy -seven square yards (177 sq. yds.) of pavement section, one curb inlet, sixteen linear feet (161.f.) of CHIP, sixty linear feet (601.f.) of 30 inch (30 ") RCP, demolition of existing headwall and rip rap, double thirty inch (30 ") safety end treatment with safety bars, and revegetation. Contractor shall ensure that the Company expends Twenty -seven Thousand Seven Hundred Sixty -eight and No /100 Dollars ($27,768.00) of Company funds for drainage improvements and Forty -one Thousand Fifty -seven and No/ 100 Dollars ($41,057.00) of Company funds for road improvements. Company funds will be used to reimburse the City of Georgetown for any construction contractor pay requests paid by the City prior to being reimbursed by the Texas Department of Economic Development. Contractor shall ensure that the Company injects Eight Hundred Seventy -one Thousand Seven Hundred Thirty -nine and No /100 Dollars ($871,739.00) in cash for payroll. Contractor shall provide to Texas Department of Economic Development, upon request, evidence that project funds, both private and contract, were expended as specified in this EXHIBIT A and in EXHIBIT B of this contract. Engineering Contractor shall ensure that the Company expends One Hundred Thousand Four Hundred Ninety -three and No /100 Dollars ($100,493.00) for project- related engineering services. Administration Contractor shall expend Thirty -five Thousand and No/ 100 Dollars ($35,000.00) of contract funds to carry out project Administration activities, including the cost associated with the required program fiscal and compliance audit. Project Outcomes As a result of this project, Contractor shall ensure that the Company creates Twenty -two (22) jobs of which fifty -one percent (51 %), or twelve (12), shall be held by low and moderate income persons prior to the expiration date of this contract. In the event more than twenty -two (22) permanent jobs are created, Contractor shall ensure that at least fifty -one percent (51 %) of all jobs created, during the contract period, are held by low and moderate income persons. Contractor shall also ensure that the Company pays a minimum of twelve (12) of the permanent positions create a minimum weekly wage of Three Hundred Two and 941100 Dollars ($302.94), which is 120% of the County Average Salary.