HomeMy WebLinkAboutPR 20331: REPLACEMENT OF WATER TREATMEANT PLANT ROOF 4 !!
or/ rthu
Te.rus
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: July 9, 2018
To: The Honorable Mayor and City Council
Through: Harvey Robinson, Interim City Manager
From: Dr. Hani Tohme, P.E., Director of Utilities
RE: P.R. 20331 —Replacement of Water Treatment Plant Roof
Introduction:
Staff is requesting City Council approve P.R. No. 20331, authorizing the replacement of the
roof at the Water Treatment Plant by LMC Corporation through a Buyboard Cooperative
Contract in the amount of $69,208.61 from Account No. 410-1252-532.94-00, Building
Improvement. The roof at the Water Treatment Plant was repaired in 2006. In 2016, the roof
required replacement due to the use of substandard materials in the 2006 repair. A warranty
claim was made and a check in the in the amount of$91,500.00 was issued on December 28,
2016. Said funds were deposited into the Water and Sewer Building Maintenance account.
The Water Department is requesting that the roof be replaced due to constant leaking. Because
the warranty funds were not used to replace the roof, the Water Utility Department is seeking
permission to transfer funds from Professional Services to the Building Improvement account
to pay for the replacement.
Background:
The roof at the Water Treatment Plant is in need of replacement, due to the defective roof
cover that was previously used. A Buyboard Cooperative contract in the amount of
$69,208.61 is being recommended with LMC Corporation, which is the Gordian Group
contractor.
Budget Impact:
The projected cost for the replacement is $69,208.61. Funding is available in 410-1252-
532.94-00, Building Improvement. The Utilities Department is seeking permission to transfer
funds from Professional Services to the Building Improvement account.
Recommendation:
Staff is requesting City Council approve P.R. No. 20331, authorizing the replacement of the
roof at the Water Treatment Plant by LMC Corporation in the amount of$69,208.61.
"Remember,%re arc here to serve the Citizens of Port Arthur"
P.O. Box 1089 x Port Arthur,Texas 77641-1089 * 409.983.8182 x FAX 409.983.8294
P.R. No. 20331
07/17/2018 DS
Page 1 of 2
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO EXECUTE A CONTRACT FOR THE REPLACEMENT
OF THE ROOF AT THE WATER TREATMENT PLANT
WITH LMC CORPORATION THROUGH BUYBOARD
COOPERATIVE PURCHASING IN THE AMOUNT OF
$69,208.61, ACCOUNT NO. 410-1252-532.94-00, BUILDING
IMPROVEMENT.
WHEREAS, the roof at the Water Treatment Plant failed as a result of defective
materials installed. Therefore, in 2016, funding was received from the manufacturer due to
defective materials; and,
WHEREAS, nevertheless, the roof has not been repaired and it is immediately necessary
to replace the damaged roof; and
WHEREAS, the National Purchasing Cooperative has awarded LMC Corp. a
cooperative contract with Buyboard authorizing services such as roof repair/replacement. A copy
of the price proposal authorized by Buyboard for the replacement of the roof at Water Treatment
Plant is attached hereto as Exhibit"A" in the amount of$69,208.61.
WHEREAS, Chapter 271 of the Local Government Code allows a city, by resolution of
its governing body, to participate in cooperative purchasing programs, such as Buyboard, a
purchasing cooperative, as an alternative to a formal bid process; and,
WHEREAS, per Resolution No. 02-341, the City of Port Arthur entered into an
interlocal agreement with the Buyboard Cooperative Purchasing Program for participation in the
Interlocal Purchasing System (Buyboard); and,
WHEREAS, the Water Utility Department is recommending that funds be transferred
from Professional Services to the Building Improvement account to pay for the roof replacement;
and,
P.R. No. 20331
07/17/2018 DS
Page 2 of 2
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
Section 1. That,the facts and opinions in the preamble are true and correct.
Section 2. That, the City Manager is hereby authorized to execute a contract for the
replacement of the roof at the Water Treatment Plant with LMC Corporation through Buyboard
Cooperative Purchasing in the amount of $69,208.61 payable from Account No. 410-1252-
532.94-00 (Building Improvement).
Section 3. That, a copy of this caption be spread upon the Minutes of the City
Council.
READ,ADOPTED,AND APPROVED on this day of July, A.D., 2018, at a
Regular Meeting of the City Council of the City of Port Arthur. Texas, by the following vote:
AYES: Mayor:
Councilmembers:
•
NOES:
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVE AS TO FORM:
Ta
Val Tizeno
City Attorney
APPROVED FOR ADMINISTRATION:
Harvey Robinson Dr. Hani Tohme, P.E.
Interi City Manager Director of Utilities
iv.L 'IV,
Andrew Vasquez Cli on Williams, CPPB
Director of Finance Purchasing Manager
410-1252-532.94-00
EXHIBIT "A"
Contractor Price Proposal Details - CSI
Date: 6/18/2018
Work Order#: 18-LMC-City of Port Arthur Water Treatment Roof
Title: City of Port Arthur Water Treatment Roof
Contractor: EZIQC Buyboard-LMC Corp
Job Order Value: $69,208.61
Proposal Name: City of Port Arthur Water Treatment Roof
Proposal Value: $69.208.61
CSI Number Mod UOM Description LineTotal
01 -General Requirements
1 01 22 23 00-0029 WK 60'Engine Powered,Articulating(Up/Over)Boom Manlift $1,337.83
Qty Unit Price Factor Total
Installation 1 X S1,118.31 X 1.1963 $1,337.83
2 01 66 19 00-0002 CY Moving Material Via Stairs,Per CY Of Material Per FloorQuantity $316.78
equals material volume times number of floors traveled.
Qty Unit Price Factor Total
Installation 80 X $3.31 X 1.1963 $316.78
3 01 71 13 00-0002 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using $358.89
A Rollback Flatbed Trucklncludes delivery of equipment,off loading
on site,rigging,dismantling,loading and transporting away. For
equipment such as trenchers,skid-steer loaders(bobcats),
industrial warehouse forklifts,sweepers,scissor platform lifts,
telescoping and articulating boom manlifts with up to 40'boom
lengths,etc.
Qty Unit Price Factor Total
Installation 2 X $150.00 X 1.1963 $358.89
4 01 71 13 00-0003 EA Equipment Delivery,Pickup,Mobilization And Demobilization Using $358.89
A Tractor Trailer With Up To 53'Bedlncludes delivery of equipment,
off loading on site,rigging,dismantling,loading and transporting
away. For equipment such as bulldozers,motor scrapers,hydraulic
excavators,gradalls,road graders,loader-backhoes,heavy duty
construction loaders,tractors,pavers,rollers,bridge finishers,
straight mast construction forklifts,telescoping boom rough terrain
construction forklifts,telescoping and articulating boom manlifts
with>40'boom lengths,etc.
Qty Unit Price Factor Total
Installation 1 X $300.00 X 1.1963 $358.89
5 01 74 13 00-0003 CY Collect Existing Debris And Load Into Truck Or DumpsterPer CY of S848.89
debris removed.
Qty Unit Price Factor Total
Installation 80 X $8.87 X 1.1963 $848.89
6 01 74 19 00-0017 EA 40 CY Dumpster(5 Ton)"Construction Debris"Includes delivery of $1,313.49
dumpster,rental cost,pick-up cost,hauling,and disposal fee. Non-
hazardous material.
Qty Unit Price Factor Total
Installation 2 X $548.98 X 1.1963 $1,313.49
Subtotal for 01 -General Requirements: $4,534.77
Contractor Price Proprosal Details-CSI 1 of 3
This report was not generated or reviewed by your Account Manager of The Gordian Group
cLO Mod FIl1OM Description � 'K '.: LineTotal
07-Thermal And Moisture Protection
7 07 31 13 00-0008 SQ 265 LB/SQ,5"Exposure,Two Layer Laminated Fiberglass $39,354.80
Reinforced,Asphalt Composition Shingle(CertainTeed Landmark
Plus)
Qty Unit Price Factor Total
Installation 106 X $209.61 X 1.1963 $26,580.18
Demolition 106 X 100.74 X 1.1963 $12,774.62
Contractor Notes: main roofing shingles
8 07 31 13 00-0021 LF Three Tab Hip And Ridge Shingles $1,333.92
Qty Unit Price Factor Total
Installation 368 X S1.91 X 1.1963 $840.86
Demolition 368 X 1.12 X 1.1963 $493.07
Contractor Notes: starter rows
9 07 31 13 00-0022 LF Architectural Hip And Ridge Shingles S623.61
Qty Unit Price Factor Total
Installation 144 X $2.38 X 1.1963 $410.00
Demolition 144 X 1.24 X 1.1963 $213.61
Contractor Notes: ridge caps
10 07 34 00 00-0004 SQ 30 LB,Asphalt Saturated Organic Felt Shake Underlayment, $3,915.82
Mechanically Fastened
Qty Unit Price Factor Total
Installation 106 X $26.50 X 1.1963 $3,360.41
Demolition 106 X 4.38 X 1.1963 $555.42
Contractor Notes: 30Ib felt
11 07 62 00 00-0014 SF 26 Gauge,0.018"Thick,Stainless Steel Flashing And Trim $10,581.68
Qty Unit Price Factor Total
Installation 943 X $7.79 X 1.1963 $8,787.98
Demolition 943 X 1.59 X 1.1963 $1,793.70
Contractor Notes: head of wall and step flashing
12 07 62 00 00-0018 LF Up To 5"Girth,26 Gauge,Stainless Steel Drip Edge S1,525.28
Qty Unit Price Factor Total
Installation 300 X $3.81 X 1.1963 $1,367.37
Demolition 300 X 0.44 X 1.1963 $157.91
Contractor Notes: stainless drip edge
13 07 63 00 00-0005 EA 3-3/4"ID x 12"Riser Pipe,4 LB Lead Pipe Flashing For Roofs,Fits $1,504.66
3"Pipe
Qty Unit Price Factor Total
Installation 14 X $76.01 X 1.1963 $1,273.03
Demolition 14 X 13.83 X 1.1963 $231.63
Contractor Notes: pipe jacks
Contractor Price Proprosal Details-CSI 2 of 3
This report was not generated or reviewed by your Account Manager of The Gordian Group
CSI Number Mod UOM Description LineTotal
07-Thermal And Moisture Protection
14 07 72 23 00-0051 EA 12"x 12",26 Gauge,Galvanized Steel,Stationary Gooseneck $5,834.07
Ventilator
Qty Unit Price Factor Total
Installation 14 X $316.58 X 1.1963 $5,302.15
Demolition 14 X 31.76 X 1.1963 $531.92
Contractor Notes: roof vents
Subtotal for 07-Thermal And Moisture Protection: $64,673.84
Grand Total: $69,208.61
This work order proposal total represents the correct total for the proposal.Any discrepancy between line totals,sub-totals and the proposal
total is due to rounding of the line totals and sub-totals.
The Percent of NPP on this Proposal: 0.00
Contractor Price Proprosal Details-CSI 3 of 3
This report was not generated or reviewed by your Account Manager of The Gordian Group