Loading...
HomeMy WebLinkAboutPACKET JUL 17 2007 � c City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JULY 17, 2007 1:30 P.M. CONSENT AGENDA * Approval of minutes A) Approve change orders for the Julie Rogers Theatre renovation B) Authorize the granting of a License to Encroach to the Delaware Place Homeowners Association for a masonry monument sign in the median of Tara Street A A.. City Council Agenda Item � c TO: City Council FROM: Kyle Hayes, City Manager -01 oy PREPARED BY: Tom Warner, Director of Public Works MEETING DATE: July 17, 2007 AGENDA MEMO DATE: July 9, 2007 REQUESTED ACTION: Council approval of Change Orders for the Julie Rogers Theatre renovation. RECOMMENDATION Approval of Change Orders for Julie Rogers Theatre in the amount of$24,712.42 to Bruce's General Construction. BACKGROUND As this large renovation project draws to a close, there are various repairs, additions, and supplies required for the final completion. Two Change Orders have been submitted and are listed below: Change Order No. 29 -Provides for miscellaneous lighting required at the stage area,piano room, ticket area, breakroom, and new plugs and switches for candelabras; additional electrical work necessary for the breakroom;various wood trim at the stairs,lobby and doors;painting of additional wood base; and a dumpster fee. The total cost of this Change Order is $9,602.71. Change Order No. 30 - Provides for brick tile floors to be stripped and rewaxed; exchanging of fixtures under the stairs;adding glass panels to the front of the spotlight area;additional frames and letters including painting of the background panels; installation and painting of approximately 500 ft. of chair rail in the corridors; and installation of a brass bar in front of the concession stand. This Change Order also includes a credit of$1,075.00 for specified fixtures under the stairs. The total cost of this Change Order is $15,109.71. The total of both Change Orders is $24,712.42 and increases the original construction contract to $2,297,138.60. JRT/Change Order Nos. 29 and 30 July 9, 2007 Page 2 Total construction cost to date is as follows: Percentage Change Base Bid $1,845,000.00 Change Order No. 1-28 $427,426.18 Change Order No. 29 and 30 $24,712.42 1.3% Total to Date $2,297,138.60 24.5% A copy of Change Order Nos. 29 and 30 are attached for your review. BUDGETARY IMPACT Funds are available in the Capital Program Fund. CHANGE ORDER PROJECT: Improvements to the Julie Roger's CHANGE ORDER NO: 29 Theatre CONTRACTOR: Bruce's General Construction, Inc. DATE: June 26, 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. Relamp stage area. ADD $1,200.00 2. Add three lights to piano room. ADD $566.00 3. Relamp 14 flood lights. ADD $540.00 4. Add light in furr down at ticket area. ADD $363.00 5. Electrical for breakroom. ADD $2,545.40 6. New plugs and switches for candelabras ADD $508.04 7. Changed push plates on RR to 34" ADD $618.00 8. Added trim on stairs to cover concrete ADD $600.00 9. Repair wet sheetrock at south auditorium entrance. ADD $525.00 10. Marble sills at ticket lobby. ADD $225.00 11. Adjusting and trimming of existing doors to make close and operate. ADD $750.00 12. Add wood base at elevator lobby. ADD $130.00 13. Paint additional wood base. ADD $75.00 14. Dumpster charge of owners use to haul off debris. ADD $500.00 15. Contractors Overhead and Profit @ 5%. ADD $457.27 TOTAL ADD $9,602.71 .See attached breakdowns Not valid until signed by the Owner,Architect,and Contractor. Theoriginal Contract Sum was................................................................................................................. $1,845,000.00 Net change by previously authorized Change Orders...................................................................................$427,426.18 The Contract Sum prior to this Change Order was.................................................................................... $2,272,426.18 The Contract sum will be increased by this Change Order in the amount of ...................................................$9,602.71 The new Contract Sum including this Change Order will be.....................................................................$2,282,028.89 The Contract Time will be increased by fifteen (15)days. The date of Substantial Completion as of the date of this Change Order therefore is May 8,2007. 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 Avpnue, Suite 101 175 Reynolds Road P. 0. Box 3827 Beaumont, s 77706 Beaumont Texas 77707 Beaumont,Texas 77704 By: By: -4 •2"7•t77 Date: /— �"V 7 Date: MA 6U hWU p rn aG ^ 0 * 16306 OF CHANGE ORDER PROJECT: Improvements to the Julie Roger's CHANGE ORDER NO: 30 Theatre CONTRACTOR: Bruce's General Construction, Inc. DATE: June 26,2007 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. Strip and re-wax brick tile floors. ADD $1,500.00 2. Price to change to 3656-23 for fixtures under stairs. ADD $1,976.70 3. Credit on specified fixtures under stairs. DEDUCT $(1,075.00) 4. Add glass panels to front of spotlight area. ADD $1,450.00 5. Additional frames and letters required. ADD 6,085.00 6. Background panels painted and labor to install additional letters and frames. ADD $1,425.00 7. Install approx.500'of chair rail in corridors. ADD $489.50 S. Labor to install chair rail. ADD $500.00 9. Paint chair rail. ADD $800.00 10. Brass bar in front of concession stand. ADD $1,114.00 11. Labor to install rail. ADD $125.00 12. Contractors Overhead and Profit @ 5%. ADD $719.51 TOTAL ADD $15,109.71 **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...................................................................................$437,028.89 The Contract Sum prior to this Change Order was....................................................................................$2,282,028.89 The Contract sum will be increased by this Change Order in the amount of .................................................$15,109.71 The new Contract Sum including this Change Order will be.....................................................................$2,297,138.60 The Contract Time will be increased by fifteen(15)days. The date of Substantial Completion as of the date of this Change Order therefore is May 8,2007. 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 7994GIady7s e, Suite 101 175 R eynolds Road P. O. Box 3827 Bea7706 Beaumont,Texas 77707 Beaumont,Texas 77704 By: By: By: Date: *7 Date: �—2—O� Date: OQY Mq9 y LUG Au 1e m CC p ,� 0 * 1 �p�# OF 1tir RESOLUTION NO. 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 for the 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, 2"d floor concession area, and 1 s'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 2nd 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 Y2 to 3 Y2 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 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 drinking 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 2"d 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 was 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; and, WHEREAS, Change Order No. 22, approved by Resolution No. 07-071 on March 20, 2007, was required to refurbish the auditorium floor in the amount of $28,184.89 thereby increasing the contract amount to $2,230,052.60; and, WHEREAS, Change Order No. 23 in the amount of $6,218.52 was executed on March, 22, 2007 increasing the contract to$2,236,271.12 for work necessary in the Green Room Kitchen, including demolition of the current kitchen galley which was not ADA compliant, and installation of a new kitchen counter, sink, and under-cabinet refrigerator; and, WHEREAS, Change Order Nos. 24, 25 and 26 in the total amount of$24,476.96 thereby increasing the contract to $2,260,748.08 approved by Resolution No. 07-121 on May 1, 2007 were required as shown below: Change Order No. 24 in the amount of $4,551.75 thereby increasing the contract to $2,240,822.87 includes: • Miscellaneous window and door glass repair, additional balcony riser and control booth painting, a menu board and painting of new cabinet doors in the 2nd floor concession area, and installation of additional wood base trim in 1st floor lobbies. Change Order No. 25 in the amount of $8,420.21 thereby increasing the contract to $2,249,243.08 includes: • Purchase and installation of additional exit lights required to meet all fire and building codes. Installation of water resistant ceiling tiles and painting ceiling grid in dressing room showers. Change Order No. 26 in the amount of$11,505 thereby increasing the contract to $2,260,748.08 includes: • Offices, a conference room, a large meeting room and an area for food or drink preparation for use by office personnel or conference attendees; and, WHEREAS, Change Order No. 27 was approved by the City Manager on May 3, 2007 in the amount of $5,950.35 thereby increasing the contract to $2,266,698.43; and, WHEREAS, Change Order No. 28 was approved by the City Manager on May 3, 2007 in the amount of$5,727.75 thereby increasing the contract to $2,272,426.18; and, WHEREAS, Change Order Nos. 29 and 30 in the total amount of$24,712.42 thereby increasing the contract to $2,297,138.60 are required as shown below: Change Order No. 29 in the amount of$9,602.71: • Provides for miscellaneous lighting required at the stage area, piano room, ticket area, breakroom, and new plugs and switches for candelabras; additional electrical work necessary for the breakroom; various wood trim at the stairs, lobby and doors; painting of additional wood base; and a dumpster fee. Change Order No. 30 in the amount of$15,109.71: • Provides for brick tile floors to be stripped and rewaxed; exchanging of fixtures under the stairs; adding glass panels to the front of the spotlight area; additional frames and letters including painting of the background panels; installation and painting of approximately 500 ft. of chair rail in the corridors; and installation of a brass bar in front of the concession stand. This Change Order also includes a credit of$1,075.00 for specified fixtures under the stairs. 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 Nos. 29 and 30 in the total amount of $24,712.42 thereby increasing the contract to $2,297,138.60. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of July, 2007. - Mayor Becky Ames - B .l Cit y of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tom Warner, Public Works Director MEETING DATE: July 17, 2007 AGENDA MEMO DATE: July 11, 2007 REQUESTED ACTION: Council consider a resolution authorizing the granting of a License to Encroach to the Delaware Place Homeowners Association for a masonry monument sign in the median of Tara Street. RECOMMENDATION Administration recommends authorization to execute the License to Encroach. BACKGROUND The Delaware Place Homeowners Association, through their president, Marianne Robertson, has submitted an application for a License to Encroach for a masonry monument sign in the median of Tara Street. The encroachment is a six(6)foot high masonry monument sign,twenty-three and one quarter (23.25) feet in length in the median of Tara Street, ten (10) feet north of Delaware Street (4600/4700 Blocks of Delaware). The License to Encroach protects the City from liability and provides a thirty(30)day cancellation clause. BUDGETARYIMPACT There is a one time fee of$500 for the License to Encroach. engmonument-sign-ib.wpd 11 July 2007 RESOLUTION NO. WHEREAS, the Delaware Place Homeowners Association has requested that the City of Beaumont grant a License to Encroach into the median of Tara Street, ten (10)feet north of Delaware Street, 4600/4700 Blocks of Delaware. The encroachment is a six (6) foot high masonry monument sign, twenty-three and one quarter(23.25) feet in length as shown in Exhibits "A" and "B" attached hereto and made a part hereof for all purposes; WHEREAS, City staff has expended considerable time and effort in investigating the effect of such encroachments upon the City and utilities serving the same; and, WHEREAS, it appears that it would be equitable to allow such encroachment at this time; 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 a License to Encroach to the Delaware Place Homeowners Association to encroach into the median of Tara Street, ten (10) feet north of Delaware Street, 4600/4700 Blocks of Delaware as shown in Exhibits"A"and "B"attached hereto and made a part hereof for all purposes for a one-time fee of Five Hundred Dollars ($500.00) for each License to Encroach. PASSED BY THE CITY COUNCI L of the City of Beaumont this the 17th day of July, 2007. - Mayor Becky Ames - O ME NT SIGN . u t;—��1�1S11t cwt 7 e .r l �e `r�.e.�: c3 56 "lmQ �r ig b� a 7+rn�e Y- Y Cain . ..... ..... ,lit ' P L DELAWARE fp-�, r V+ -P� Ot -rte •a •-.��.-x,dr .a• .. ... ... ..x - •• '- � .Yt' —.J LO •--.'F'7f-...^I - _ �y(��.� 1. boar 1181, 1181HX3 r T _131 . 2 9 Wuj 'ST.LT.ESMTy -� Y CI O v. N G 131.17 J_ 03 2 0 O >� 0' I B (r � 131.04 0 1SO .04 4u 4 'r ' ui W V� IC.: bz.71 V I Te Len. a"3S ` 9 ; f 0' IZS.iI G TS to ,O p c:12670 Q U X15 BLILOdG 00 a: r 14 44 0 I 0 a: 60.00 ju%LOjuaT L —e cS-.E9 7°T44p1'ee�G�? �K \1+ 128.14 40.01 128.23 L 74 0 —0 L: 595.90 Sb.9 L:8012 n. 113o4 _ �� T:2op:o' TA 0°4l W -4 - 1.9�' K _ GH gb -- L: 126.22-7--r- Ii L: —7� 0 �` ' Ct 0.E L-' FW '1'•✓L 0 C. 64 TO G4 E �5o.E4 60.0:7 S �I ' n+iS� gETD N 440'40" sETp�G �I _��a•sf•� i � e•a•42'a�„ 'J O v `�O T `�� b` I N r 12 Q IC,64 491 z X0.78 L.: Solo �.+ e:o'42'24' _ �: 12877 .0 — 0 �j J c 16.57' - tt - IS 0.S.b.L.'„ r� 0 �p �Z N _ L '03 p: •se'lo - I JI .>} 1. 126 128 Lo ad �! . p e�o d� W W 3 0.(.Or= V tai Q F- I I I 1_IAJ ip 4 2 Z N J i I 2 I o0 I 1Q� Ot1A1N�GE EPSEMENZ _ Cr .} d to dl ',n ;40 OftLO ISG6l IrI.SEME►rT •Ftu LIQ �1 0 10 �'4,JJ o to %D Q — I 3 r _ ♦Q S T L T f I IA, 10.41 O -0 9 N Q r4i I. o I Q Ln 'r d ° I I t VIP fa. �' IZa' 12a ST LT r d' �} , I 1 00 w 130.29 so 128 +-' so 7 91 d a6'22'3i• 7.56-' "7.SE a 8G'49'' 0 8G'd•� a '8b°43' I I s 84°43 n . p I C:41.00 N ao C. 61 79' I rj v J1 �7 L J y 9 -,^ C r.: 79 j C:61 7' f� ( C:V1.7`� cn 1q r 46%Q ,, S ?9• t A 6���� ?)• �iLo , '� 1ra,4yo3 L y~ / 40" " I I o \�'y l\ �6 1G C �' / 4� i c; \ o? . / 32.S S� 59'52'04 p:S9'2'04' &;S9'9,2'04" \ p 59 92 O 4:'59'52 51" D I G 44.65' G: 44.92' G• 44.x6' I ` C . 44.&b O OVEf1 �+' t-�AIJG ES MT ,^I I — - d' I ovuLw •1. r r r . I LIG U-TI L. MA.SSME►J7l—�,�e • � �____ I55 153 153 153 153 N 0• 7' W 928' Ski City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JULY 17, 2007 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda item No. 1/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider approval of a contract for the purchase of asphaltic concrete for use in the Public Works Department COMMENTS * Councilmembers/City Manager comment on various matters * Public Comment (Persons are limited to 3 minutes) EXECUTIVE SESSION * Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Glenn McNeel v. The City of Beaumont Claim of Megan Lewis The City of Beaumont v. International Association of Firefighters, Local Union No. 399 Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Lenny Caballero at 880-3716 three days prior to the meeting. July 17, 2007 Consider a contract for the purchase of asphaltic concrete :m� City Council Agenda Item A EL TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Max S. Duplant, Chief Financial Officer 6L MEETING DATE: July 17, 2007 AGENDA MEMO DATE: July 9, 2007 REQUESTED ACTION: Council consider a contract for the purchase of asphaltic concrete. RECOMMENDATION Administration recommends the award of a six (6) month contract to APAC-Texas, Inc. of Beaumont for purchasing asphaltic concrete at the unit costs stated below with an estimated total contract expenditure of$669,000. BACKGROUND Bids were solicited for a six (6)month contract to supply asphaltic concrete for use by the Public Works Department,Streets and Drainage Division.Cold laid asphaltic concrete is used for repairing potholes and small sections of street, while hot laid asphaltic concrete is used for repairs to larger street sections.It is estimated that approximately 9,000 tons of hot laid asphaltic concrete and 2,000 tons of cold laid asphaltic concrete will be used during the term of the contract. Five(5)vendors were notified with only APAC-Texas,Inc.responding with a bid as reflected below. Specifications requested pricing for both plant pickup by City personnel and job site delivery by the vendor. The bidder met all product requirements specified, and has previously held the contract satisfactorily. The contract provides for the vendor to furnish asphaltic concrete at the following fixed unit prices: Description Plant Pickup Job Site Delivery Hot Laid Concrete $58.50/ton $64.15 /ton Cold Laid Concrete $71.25 /ton $75.50/ton Six(6)Month Contract for Asphaltic Concrete July 9,2007 Page 2 The prior contract period prices were as follow: Description Plant Pickup Job Site Delivery Hot Laid Concrete $54.50/ton $60.15 /ton Cold Laid Concrete $68.75 /ton $73.00/ton BUDGETARYIMPACT Funds for the cold laid concrete in the amount of $142,500 are available in the Public Works operating budget. Funds in the amount of$526,500 are available in the Capital Program for the hot laid concrete which is used for street rehabilitation. The total estimated six-month contract expenditure is approximately $669,000. Qty Description Plant Pickup Total 9,000 tons Hot Laid Concrete $58.50/ton $526,500 2,000 tons Cold Laid Concrete $71.25 /ton $142,500 TOTAL: $669,000