Loading...
HomeMy WebLinkAboutRES 07-070 RESOLUTION NO. 07-070 WHEREAS, on August 15, 2006, the City Council of the City of Beaumont, Texas, passed Resolution No. 06-229 awarding a contract in the amount of$1,845,000 to Bruce's General Construction, Inc., Beaumont, Texas, to furnish all labor, materials, supplies and equipment to renovate the interior of the Julie Rogers Theatre; and, WHEREAS, Change Order No. 1 was executed on November 2,2006 for plumbing repairs in the amount of$5,331.75 thereby increasing the contract to $1,850,331.75; and, WHEREAS,the City Council of the City of Beaumont,Texas, passed Resolution No. 06-366 on December 5, 2006 approving Change Order No.2 in the amount of$65,380.01 increasing the contract amount to$1,915,711.76 forthe installation of a concrete ramp and handrails in auditorium entrances, additional plaster repair in the auditorium ceiling and installation of rubber flooring in concession areas and elevator; and, WHEREAS, Change Order No. 3 in the amount of $9,979.20 executed on December 12, 2006 for additional paint prep work on auditorium ceiling beams due to water damage; and, WHEREAS, Change orders Nos. 4, 5 and 6 were required as shown below: Change Order No.4 submitted December 12,2006 in an amount of$17,139.07 includes: 1) Installation of new ceiling grids and ceiling tiles in foyers and stairways, control room, 2nd floor concession area, and 1st floor meeting room. These areas were omitted in the original plans and specifications. After construction began and these areas were opened, damaged ceiling tiles and rusted grids were discovered. 2) Installation of drywall in restrooms to accommodate raised floor. Drywall had to be raised to accommodate raised floor in restrooms. 3) Add an overlay of sheetrock to paneled rooms previously scheduled for repainting in the 2"d floor offices. The existing paneled walls were scheduled to be painted but upon closer inspection, damage to the 30 year old paneling was noted, thus the decision was made to overlay the paneling with sheetrock. 4) Furnish and install acoustical ceilings in 2"d floor north and south corridors. The original plans called for recessed lighting with plaster ceilings. Since these are office and dressing room corridors that will not be open to the public, it was decided to lower the ceiling and install acoustical tiles. 5) Replacement of rusted metal studs found in restroom walls,janitor closets and other interior room walls. The studs were rusted from water leaks not known until existing walls were removed. Change Order No.5 submitted December 13,2006 in an amount of$38,396.45 includes: 1) Leveling of restroom floors. After demolition of existing restrooms, it was discovered that the floors were not level due to the settling of the foundation on the north and south sides of the building. The floors need to be raised 2 %2 to 3 %2 inches to accommodate the installation of new restroom facilities and flooring. After consulting with a structural engineer, it was determined that the floors could be leveled by using concrete and a leveling compound. In addition, all plumbing stub outs and drains must be raised to accommodate the new floor. 2) Additional stencil work by Conrad Schmitt in the west auditorium entrances. Conrad Schmitt's original bid included lobby and hallway stencils. It was decided to continue the same pattern in auditorium vestibules. The cost for this additional artistic stenciling is $2,278.50. 3) Plumbing repairs. These include replacing air conditioning drains, storm drains and miscellaneous plumbing repairs. Change Order No. 6 submitted December 21,2006 in an amount of$71,896.82 includes: • New and revised lighting. The original specifications for lighting were based on a decorating scheme designed by LaBiche Architectural Group. The award of the construction bid included an alternate bid item using the artistic design work by Conrad Schmitt Studios for painting the lobby walls,auditorium and corridors. The design scheme includes beautiful floral patterns in soft pastels, stenciled and hand painted on wall panels and hand-painted ceiling murals. The lighting fixtures originally specified are not appropriate for the new design concept. Included in this change order are new chandeliers for the north and south lobbies. The contractor allowed$10,715 in his bid for cleaning and repairing the existing chandeliers. New chandeliers were selected after it was discovered that 'I the existing chandeliers had damage beyond repair. The price for the four chandeliers including four mechanical lowering devices, new wiring and wall controls,and installation is$55,060. In addition, new chandeliers not scheduled for replacement in the original bid were selected for the Green Room,the Ticket Lobby and corridors. Most of the cost was offset by the deletion of numerous fixtures originally specified that did not compliment the architectural integrity of the building. Change Order Nos. 4, 5 and 6 in the total amount of$127,432.29 increased the contract amount to $2,053,123.25; and, WHEREAS, Change Order Nos. 7, 8 and 9 were required as shown below: New Contract Executed Reason Amount Amount No. 7 1/18/07 Cabling installation $5,363.35 $1,986,589.78 No. 8 1/23/07 Drywall, insulation, cleanup and debris removal, misc. a/c changes $6,444,82 $2,064,931.42 No. 9 1/23/07 Sheetrock for 14 doorways, tape, float and paint, new base trim $3,606.75 $2,068,538.17 and, WHEREAS, Change Order Nos. 10 through 15 were required as shown below: Change Order No. 10 in an amount of$24,733.91 includes: • Material and labor to modify auditorium floor to accommodate new seating layout. Electrical and communication lines to be relocated in this area. Paint both the auditorium and balcony concrete floors. Change Order No. 11 in an amount of$5,092.50 includes: • New laminate countertops and new cabinet doors in second floor concession area. Change Order No. 12 in amount of$9,284.10 includes: • Miscellaneous repairs in various rooms and corridors. Change Order No. 13 in an amount of$11,369.17 includes: 1) New carpet to be installed in the performer's dressing rooms,which includes one on the 1st level and three on the 2nd level; 2) A brick paved floor similar to the southeast entrance lobby floor; 3) Installation of an automatic door, new glass and glazing of the sidelites and transom and electrical connections. Change Order Nos. 14 and 15 in an amount of$6,273.75 include: • Remodel the wall inset to mount ADA rinki d ng fountains and additional painting. Paint the Rose Room and Chorus Dressing Rooms; and, WHEREAS, Change Order Nos. 16 through 18 were required as shown below: Change Order No. 16 in an amount of($16,366.65) includes: 1) Renovations to the Southeast entrance including new aluminum ceiling grid and tiles, painting of exterior porch soffits, walls and doors and new light fixtures. 2) Construction of an enclosed glass cabinet to conceal the counter in Room 116 and miscellaneous electrical changes for security system and light fixtures. 3) Construction of a closet to conceal the main terminal switch for phone and computers in 2nd floor offices. 4) Furnish and install new paper towel dispensers in restrooms. 5) 2nd Floor concession area will be equipped with one beverage dispenser. This requires the installation of an ice bin and modification to the sink and countertop. 6) Ticket Office - The original counter in the Ticket office was scheduled to remain as it was constructed in 1982. It was not ADA compliant nor is it a convenient and efficient workspace for staff. New cabinets will be designed to accommodate computerized ticket processing equipment and additional staff during crowded sales events. 7) Restroom Partitions- In the original design, the restroom partitions were to be constructed of "Silestone", a natural quartz product. This material, usually used for countertops, is heavy and not practical for restroom partition walls and doors. This material was deleted and substituted with a lighter weight laminate product resulting in a substantial credit of$42,352.00 to the cost of the project. Change Order No. 17 in an amount of$15,064.00 includes: 1) Addition of two new circuits in the north and south corridors for lighting. Two fixtures will be on separate circuits so as to not overload the main generator backup circuit used in case of an emergency. This change was made at the recommendation of the electrical engineer for this project. 2) Auditorium return air system was installed incorrectly during the 1982 renovation. Part of the system was not connected to the air conditioning unit and electrical conduit was installed incorrectly. According to our Building Services Manager, there had been unresolved problems with the air conditioning unit but until the ceiling was opened during the remediation, the cause of the problem was not known. This cost includes building a new 20 ft. extension and removing existing grid and plaster. 3) Lamps in the auditorium ceiling are difficult to change because of limited access. All light bulbs were replaced while scaffolding was in place. Change Order No. 18 in the amount of$1,487.06 includes: • Electrical upgrades to allow for control of the 2nd floor corridor lighting from the control room. Allows staff to remotely flash lights to signify end of intermission; and, WHEREAS, Change Order No. 19 in the amount of $7,688.10 was executed on February 21, 2007 for thirteen (13) new slab doors & four (4) new double units including jambs, & installation of new doors and frames; and, WHEREAS, Change Order No. 20 was required to install new front entry doors in the amount of$29,925 thereby increasing the contract to $2,163,089.11; and, WHEREAS, Change Order No. 21 is required to furnish and install new hardware on secondary front entry doors and auditorium entrance doors on the first and second floors in the amount of$38,778.60 thereby increasing the contract to $2,201,867.71; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: That the City Manager be and he is hereby authorized to execute Change Order No.21 in the amount of$38,778.60 thereby increasing the contract to $2,201,867.71. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 20th day of March, 2007. 11 111 - Mayor Guy N. Goodson - VO%W INTER-OFFICE MEMORANDUM City of Beaumont,Texas Capital Projects Division Public works Dept. Date: March 20, 2007 To: Kyle Hayes, City Manager From: Brenda Beadle, Capital Projects Manager Subject: Julie Rogers Theatre Renovations/Change Order No. 21 & 22 COMMENTS On August 15,2006 by Resolution No.06-229 City Council awarded the construction contract for the Julie Rogers Theatre Renovations to Bruce's General Construction in the amount of$1,845,000. Change Order Nos. 1-20 have subsequently been executed for a total of$318,089.11, increasing the contract total to $2,163,089.11. On March 20, 2007,by Resolution No. 07-070, City Council approved the execution of Change Order No. 21 in the amount of$38,778.60 and by Resolution No. 07-071 Change Order 22 in the amount of$28,184.89. The new contract total will now be $2,230,052.60. No additional days have been requested to extend the contract time; therefore the date of Substantial Completion remains April 23, 2007. Attached for your signature are three(3)copies of Change Order No. 21 and 22. If you have any questions,please call. BB:bd Attachments CAD.c. MS iapWx \yD�\WPDOCSICppuvct.PmjauVuli.P.{e Wic Cu Inuriar Drip WVMemo-F1MW C0N21&n-1RT rtmv m..wPC CHANGE ORDER PROJECT: Improvements to the Julie Roger's CHANGE ORDER NO: 21 Theatre CONTRACTOR: Bruce's General Construction, Inc. DATE: March 7, 2007 175 Reynolds Road ARCHITECT'S PROJECT NO.: 05004 Beaumont, TX 77707 CONTRACT DATE: August 9, 2006 CONTRACT FOR: Improvements The Contract is changed as follows: 1. New hardware on all doors as per drawing by Greg Wall. ADD $28,507.00 2. Labor to install new hardware. ADD $7,950.00 3. (6) New Stainless corner guards on elevator openings. ADD $300.00 4. Labor to install new corner guards ADD $175.00 S. Contractors Overhead and Profit @ 5% ADD $1,846.60 TOTAL $38,778.60 **See attached breakdowns Not valid until signed by the Owner,Architect,and Contractor. The original Contract Sum was................................................................................................................. $1,845,000.00 Net change by previously authorized Change Orders..................................................................................$318,089.11 The Contract Sum prior to this Change Order was....................................................................................$2,163,089.11 The Contract sum will be increased by this Change Order in the amount of ................................................$38,778.60 The new Contract Sum including this Change Order will be .....................................................................$2,201,867.71 The Contract Time will be increased by zero(00) days. The date of Substantial Completion as of the date of this Change Order therefore is April 23, 2007. NOTE: The summary does not reflect changes in the Contract Sum or Contract Time, which have been authorized by Construction Change Directive. The LaBiche Architectural Group Bruce's General Construction, Inc. City of Beaumont 7999 Gladys a ue, Suite 101 175 Reynolds Road P. O. Box 3827 Beaumont, T a 77706 Beaumont, Texas 77707 Beaumont, Texas 77704 : — L Date: _ 3'8.07 Date:- —$—C� Date: Z 1-0 7 tiW 0 P4 MAR,f. ter► Co g m * 16306 OF 03/09/2007 01:27 409-8668245 BRUCES GEN CONSTRUCT PAGE 02 Request for Change To The Contract Agreement with Bruce's General Construction, Inc. Data: 03107/01 Job No.:080 RFC No.:37� Mork all In WI=& corre9pandence wllh above Numbers Job: Beaumont Julb Roper Theater Pearl St Description of Request habyyore on 0 d0or8 Re rAlf no bv Gm Wall 28 507.00 r to into now habware 7950.00 ffl_now sloinles w 300.00 Labori0 install new oORNW surds $ 175.00 g2lmlopm Oveyhsed and Profit 5% 1816.60 Amount of this reaunt: (edd) . S _ 38,778.60_ All teams and Conditions of the Original Contract remsin unchenasd except as hereby modified. BRUCE'S GENERAL CONSTRUCTION.INC. BY: Please Indicate your acceptance by slanina and ratumlng immediately. Accepted: Yes [ No DATE: BY: 03/07/2007 10:28 4098322445 BEAUMONT ARCHITECTUR PAGE 02/03 pROPOS,AL Beaumont Arrkitectura!Sales QZ Sc*"P Inc. 3599 marpar,Care&arow spry.,Su*A S wumon4 Te*,777705 Wh~409.833.0011 f'aZ409.832-2445 xeW 9W&w iry ounrad 0wisess VIN*1760570570000 PROJECT:JULIE ROGERS THEATER ADDED HARDWARE DATE: 0228/07 Quote by:STEVEN FOSTER Quanta Dascrlpti2n unit Price Total 200 EA, BB 1279 4.5"X 4,5" 606 HINGES 900.00 7 EA, 93K7D-150S3-606 BEST STOREROOM LOCKS 2,751.00 15 EA, 93K7AB-15D-S3-606 BEST ENTRY LOCKS 5,895.00 4 EA, 83T7K-STK-a06 BEST DEADBOLTS 668.00 6 EA. 8103-8 606 IVES PULLS 96.00 16 EA. IVES 8013-2 US4 PULLS 768.00 53 EA. 8501 BF SPRAYED GOLD CLOSERS 9,01D.00 42 EA. 6"X 34" 606 KICK PLATES 117600 4 EA, V'X 28" 606 KICK PLATES 104.00 2 PR. 8"SLIDEBOLTS 606 SURFACE MOUNTED 60.00 40 EA. 270C S2 HAGER KICK-DOWN STOPS SPRAYED BRASS 360.00 21 EA. 243F 606 FLOOR STOPS 126.00 32 EA. 236W 606 WALL STOPS 160.00 46 EA. HAGER A50T 4 X 16 US4 SATIN BRASS 1 196.00 24 EA. ELMES T924-16-001 US4 SATIN BRASS 4 WEEK LEAD TIME 4,824.00 1 PR, 282-12" 606 FLUSHBOLTS 25.00 6 EA. IVES 8103-2-EZ-1OB PULLS 270.00 REMOVE SPREADER 13ARS BEFORE INSTALLING WELDED FRAMES SPREADER BARS ON WELDED FRAMES ARE FOR SHIPPING ONLY Note: Proposal is Firm for Thirty(30)days only. Sub-Total 28,389.00 City nor State Tax are included in this proposal,unless otherwise stated. Sales Tax All lead times are based on Factory lead times at the ttms of bid. Delivery All wood doors are to be prepared by palnter. All faces,edges, TOTAL 28,389.00 All faces,edges,tops and bottoms are to be sealed to meet warranty for One(1)year or lifetime. installation of quoted material is not Included.,unless otnerwise stated. NO GLASS OR GLAZING INCLUDED FOR SIDELITES OR LITE KITS TERMS ARE THIRTY(30)DAYS AFTER INVOICE DATE. 03/07/2007 10:28 4098322445 BEAUMONT ARCHITECTUR PAGE 03/03 PROPOSAL Beaumont ,�Fttectura!Safes QZ SeM*M, .Inc. 3599 wA"inLatkrll*OfAy.,SrdaA Bemnaont,Turps 77705 done 409-933AVII ¢px409.932.2445 >(TeXas 9K1110nty ftwd(bm a ,pyX#1760S70S70W0 ppTg; 02/28/07 PROJECT: JULIE ROGERS KICK PLATE ADD Quote by:STEVEN FOSTER Quarto Description Unit Price Total 2 10 X34"606 KICK PLATES 33.00 66.00 11 26..00 52.00 2 6"X34"606 KICK PLATES REMOVE SPREADER BARS BEFORE INSTALLING WELDED FRAMES SPREADER BARS ON WELDED FRAMES ARE FOR SHIPPING ONLY Note: Proposal is Firm for Thirty(30)days only. Sub Total 118.00 City nor State Tax are included in this proposal,unless otherwise stated. Saes Talc 9.74 All lead times are based on Factory lead times at the time of bid. Delivery All wood doors are to be prepared by painter. All faces,edges, TOTAL 127.74 All faces,edges,tops and bottoms are to be sealed to meet warranty for One(1)year or lifetime. installellon of quoted material Is not Included,unless otherwise stated- NO GLASS OR GLAZING INCLUDED FOR SIDELITES OR LITE KITS TERMS ARE THIRTY(30)DAYS AFTER INVOICE DATE. 02/20/'2007 15:29 4096322445 BEAUMONT ARCHITECTUR PAGE 02/02 PROPOSAL (Beaumont -Ar &tedund Saes 4.Serraices, Ina 3599 Warta Z-aw X.V 06vy,,S=te x TCM 7'1705 ftOW409.V3,0011 FOC4Q9.MIX45 7I TkW Niswt*y Ownsdoudrass NIX#,f 760570370000 PRO.I>~cr:JULIE ROGERS THEATER/CORNER GUARDS DATE: 02120107 Quote by:STEVEN FOSTER Quanft Description Urtlt Price Tama! 6 EA. 7X 7X 52" STAINLESS STEEL.CORNER GUARDS FOR ELEVATORS 300,00 'HAGER"9850 52"—S-7 WEEK LEAD TIME REMOVE SPREADER BARS F REO INSTALLING WELDED FRAMES SPREADER BARS ON WELDED FRAMES ARE FOR SHIPPING ONLY Note: Proposal Is Firm for Thirty(30)days qtly. Sub-Total 304.00 City nor State Tax are included In this proposal,uniese afherwise stood. $aN!g Tax 24.75 All lead times Mrs paged On Factory lead times at the time of bid. All wood doors are to be prepared by painter. All faces,edges, TOTAL 324.75 All faces,edges,tops and WOMB am to be sealed to meat warranty for One(1)year or Ilfedme. Instatiation of Quoted matwW Is not Included,unless otherwise stated. NO GLASS OR GLAZING INCLUDED FOR SIDEUTES OR LITE KrTS TERMS ARE THIRTY(30)DAYS AFTER INVOICE DATE.