Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPR 21546: CHANGE ORDER NO'S 1, 2 AND 3-CONTRACT WITH JACK BUILT CONTRACTOR, LLC FOR INTERIOR REPAIRS AT THE RECREATION CENTER r�r rrhrr�i'��
r.a
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: September 7, 2020
To: The Honorable Mayor and City Council
Through: Ron Burton, City Manager
From: Chandra Alpough, Director of Parks and Recreation
RE: P.R. 21546—Change Order No's 1, 2 and 3-Contract with Jack Built
Contractor, LLC for Interior Repairs at the Recreation Center
Introduction:
The intent of this Agenda Item is to request the City Council's approval of P.R. No. 21546
authorizing Change Order No. 1 to replace ceiling tiles in two closets ($213.46),Change Order
No. 2 to replace some of the 4" cove base to 5" cove base cove ($400.00) and Change Order
No. 3 to plaster the walls in the foyer and director's office ($994.72) to the contract between
the City of Port Arthur and JackBuilt Contractors, LLC of Orange,Texas for interior repairs at
the Recreation Center increasing the contract amount by $1,608.18 for a new contract amount
of$63,962.89.
Background:
On July 7, 2020, pursuant to Resolution No. 20-223, the City Council awarded a contract to
JackBuilt Contractors, LLC of Orange,Texas for interior repairs at the Recreation Center. After
reviewing the scope of work, it was noticed that replacing the ceiling tiles in two closets were
not included in the original scope. Also, some parts of the building require a 5" cove base and
not the 4" cove base that was originally quoted. The walls in the foyer and the director's office
need to be repaired using plaster and not sheetrock in order to be consistent with what is currently
in place. JackBuilt Contractors, LLC submitted Change Order No. 1 to replace the ceiling tiles
in the two closets, Change Order No. 2 to replace some of the 4" cove base to 5" cove base and
Change Order No. 3 to plaster the walls in the foyer and the director's office.
Budget Impact:
Funding in the amount of $63,962.89 is available for this purpose. ($31,816.54 in the
Hurricane Harvey Fund Account Number 147-2300-901.95-00 Project Number PR-001 and
$32,146.35 in the Capital Improvement Project Account Number 307-1601-591.95-00 Project
Number PR-001).
"Remember,we are 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
Recommendation:
It is recommended that the City Council approve P.R. No. 21546 authorizing Change Order
No. 1 to replace ceiling tiles in two closets ($213.46), Change Order No. 2 to replace some of
the 4" cove base to 5" cove base cove ($400.00) and Change Order No. 3 to plaster the walls
in the foyer and director's office ($994.72) to the contract between the City of Port Arthur and
JackBuilt Contractors, LLC of Orange, Texas for interior repairs at the Recreation Center
increasing the contract amount by$1,608.18 for a new contract amount of$63,962.89.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294
P.R.#21546
09/07/2020 ca
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE
CHANGE ORDER NO. 1 TO REPLACE CEILING TILES IN TWO OF THE
CLOSETS ($213.46), CHANGE ORDER NO. 2 TO REPLACE SOME OF THE
4" COVE BASE TO 5" COVE BASE ($400.00) AND CHANGE ORDER NO. 3
TO PLASTER THE WALLS IN THE FOYER AND THE DIRECTOR'S
OFFICE ($994.72) TO THE CONTRACT BETWEEN THE CITY OF PORT
ARTHUR AND JACKBUILT CONTRACTORS, LLC OF ORANGE, TEXAS
FOR INTERIOR REPAIRS AT THE RECREATION CENTER INCREASING
THE CONTRACT AMOUNT BY $1,608.18 FOR A NEW CONTRACT
AMOUNT OF $63,962.89; ($31,816.54 AVAILABLE IN ACCOUNT NUMBER
147-2300-901.95-00 PROJECT NUMBER PR-001 AND $32,146.35
AVAILABLE IN ACCOUNT NUMBER 307-1601-591.95-00 PROJECT
NUMBER PR-001)
WHEREAS, on July 7, 2020, pursuant to Resolution No. 20-223, the City Council
awarded a contract for interior repairs at the Recreation Center to JackBuilt Contractors, LLC of
Orange, Texas in the amount of$62,355.11; and,
WHEREAS, replacing the ceiling tiles in two of the closets were omitted off of the scope
of work; and,
WHEREAS, some areas of the building required a 5" cove base instead of a 4" cove
base: and,
WHEREAS, the repairs to the foyer and the director's office need to be repaired using
plaster instead of sheetrock; and,
WHEREAS, JackBuilt Contractors, LLC has submitted Change Order No. 1 to replace
the ceiling tiles in two closets at the Recreation Center in the amount of$213.06 (attached hereto
as Exhibit "A"), Change Order No. 2 to replace some of the 4" cove base to 5" cove base in the
amount of$400.00 (attached hereto as Exhibit "B") and Change Order No. 3 for plaster repairs
to the walls in the foyer and director's office in the amount of $994.72 (attached hereto as
Exhibit"C") for a new contract amount of$63,962.89; now therefore,
P.R.#21546
09/07/2020 ca
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR
TEXAS:
Section 1. THAT the facts and opinions in the preamble are true and correct.
Section 2. THAT the City Manager of the City of Port Arthur is hereby authorized
and directed to execute, on behalf of the City of Port Arthur, Change Order No. 1 to replace the
ceiling tiles in two closets at the Recreation Center in the amount of$213.06 (attached hereto as
Exhibit "A"), Change Order No. 2 to replace some of the 4" cove base to 5" cove base in the
amount of$400.00 (attached hereto as Exhibit "B") and Change Order No. 3 for plaster repairs
to the walls in the foyer and director's office in the amount of $994.72 (attached hereto as
Exhibit"C") for a new contract amount of$63,962.89.
Section 3. THAT a copy of the caption of this resolution be spread upon the minutes
of the City Council.
READ, ADOPTED AND APPROVED THIS day of , A.D., 2020, at a
Regular Meeting of the City Council of the City of Port Arthur, by the following vote:
AYES:(Mayor)
Councilmembers:
NOES:
Thurman "Bill" Bartie
Mayor
P.R.#21546
09/07/2020 ca
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM:
•
• hth. .?8
Val Tizen•E sq. v
City Attorney
APPROVED FOR ADMINISTRATION:
Ron Burton
City Manager
at-aA614-0L
Chandra Alpough
Director of Parks and Recreation
APPROVED AS TO AVAILABILITY OF FUNDS:
Com` \ Cit , 7 )
Kandy Daniel k
Interim Direct° of Finance
Ir ,
'411—
Clifton Wi iams, CPPB
Purchasing Manager
EXHIBIT "A"
CHANGE ORDER NO. 1
ORIGINAL AGREEMENT DATE: July 7, 2020
PROJECT DESCRIPTION: Interior Repairs at the Recreation Center
CHANGE IN SCOPE: Replacing Ceiling Tiles in Two Closets
CHANGE TO CONTRACT AMOUNT:
ORIGINAL CONTRACT PRICE: $62,355.11
CURRENT CONTRACT PRICE (adjusted by previous CHANGE ORDER):$62,355.11
The Contract Amount due to this CHANGE ORDER will increase by: $213.06
The new CONTRACT AMOUNT including the CHANGE ORDER will be: $62,568.17
ORIGINAL CONTRACT DAYS: 30
NEW CONTRACT DAYS: 30
SIGNED AND AGREED TO on the_day of , 2020.
JACKBUILT CONTRACTORS, LLC
Print Name:
Title:
SIGNED AND AGREED TO on the_day of , 2020.
CITY OF PORT ARTHUR
BY:
RON BURTON
CITY MANAGER
•, JACKBUILT 5317 Old Hwy 90
RES:DENTLAL AND Orange, TX 77630
Alko-\447.11=0117.„
""�
„ u COMMERCIAL Phone: (409)877-1630
July 24, 2020
City of Port Arthur
Interior Repairs at Recreation Center
1308 9th Ave
Port Arthur, TX
Change Order
Closet # 2:
1. Provide labor and material to replace six 2' x 4' ceiling tile. (Match existing as
close as possible.)
Material $ 52.38 Labor $54.15
Closet # 4:
1. Provide labor and material to replace six 2' x 4' ceiling tile. (Match existing as
close as possible.)
Material $ 52.38 Labor $54.15
Materials $104.76
Labor $108.30
Total $213.06
Sincerely,
Jarrod Anderson
JackBuilt Contractors LLC
Lead Estimator/Project Manager
Thank you so much for the opportunity to bid this portion of your project. If you have any question, please call
the office at 409-877-1630 or your estimator.
Thank you for your business!
EXHIBIT "B"
CHANGE ORDER NO. 2
ORIGINAL AGREEMENT DATE: July 7, 2020
PROJECT DESCRIPTION: Interior Repairs at the Recreation Center
CHANGE IN SCOPE: 4"Cove Base to 5" Cove Base
CHANGE TO CONTRACT AMOUNT:
ORIGINAL CONTRACT PRICE: $62,355.11
CURRENT CONTRACT PRICE (adjusted by previous CHANGE ORDER):$62,568.17
The Contract Amount due to this CHANGE ORDER will increase by: $400.00
The new CONTRACT AMOUNT including the CHANGE ORDER will be: $62,968.17
ORIGINAL CONTRACT DAYS: 30
NEW CONTRACT DAYS: 30
SIGNED AND AGREED TO on the_day of , 2020.
JACKBUILT CONTRACTORS, LLC
Print Name:
Title:
SIGNED AND AGREED TO on the day of , 2020.
CITY OF PORT ARTHUR
BY:
RON BURTON
CITY MANAGER
ii- jAcKBui L 5317 01d Hwy 90
ANO Orange,TX 77630
%„
.. r CIAL Phone: (409)877-1630
Date 8-05-2020
Name City of Port Arthur Tx
V46'
Address—444 S 4"' Street '
City — Port Arthur Tx
- � p.r aid. _ ^�,T t Q.;a 7 t
Labor $1,318.98 Materials $1,808.72 4" Cove Base
Labor $1,418.98 Materials $2,108.72 5" Cove Base
Total Difference $400.00
TERMS AND CONDITIONS
1. Acceptance: The following terms and conditions shall control the terms of any contracts relating to the sales of goods
and services (the "Goods") Jackbuilt ("Seller"), and shall supersede and replace any preprinted terms and conditions
on a purchaser's purchase order or other documents, oral or written communications, course of dealings or usages of
trade.
2. Price: All prices and amounts are express net of any sales, use, excise or other tax.
3. Payment:All payments shall be in U.S. Dollars,freight collect without offset. Invoices will be presented as per payment
schedule or to the discretion of JB INDUSTRIES with payment due 30 days from issue of invoice, unless specific
payment terms and/or schedule exist. Payment of all invoices will be in US dollars, and are due within 30 days of receipt
of invoice. Late payment will attract an interest invoice in the amount of 1.5% per month for invoices not paid within
terms.
4. Any additional personnel or equipment, not quoted herein, will be invoiced in accordance with Seller's current rate
schedule.
5. Force Majeure: Jackbuilt cannot accept any liability for default or delay in the completion of the work when caused by
strike, riot,war, or Act of God or other similar circumstances beyond JB INDUSTRIES control.
6. Liability: No liability can be accepted by Jackbuilt, nor shall Jackbuilt accept as in any way responsibility for defects of
any kind whatsoever arising from a cause which is outside JB INDUSTRIES' immediate control or knowledge, or for
any fault in the junction between Jackbuilt'work and subsequent work carried out by others.
7. Indemnity: Subject to the terms of the Liability Clause above, Jackbuilt shall insure, indemnify and hold harmless the
Owner and their employees from and against all claims, damages, and losses, but only to the extent of the negligence
of JB INDUSTRIES, its subcontractors or anyone directly or indirectly employed by them or anyone for whose acts they
may be liable, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death, or to the injury to or destruction of tangible property (other than the work itself) including the loss of
use resulting there from, and only to the extent such claim is covered under the General Liability Policy of Jackbuilt.
8. Warranty:A one-year workmanship warranty is provided for the painting scope performed in the proposal.
9. Governing Law and Dispute Resolution: The contract shall be governed by and construed in accordance with the
Laws of the state of Texas, United States of America. All claims, disputes or controversies arising out of, in connection
with or in relation to this Agreement or the provision of any Goods or services hereunder and regardless of whether any
such claim, dispute or controversy is based or claimed to be based in whole or in part on a claim by either party of
breach of this Agreement by the other party must be brought, maintained and resolved in the appropriate court of
jurisdiction in the State of Texas.
10. Environmental Conditions: Any debris at the site is represented to Contractor to be non-hazardous requiring no
manifesting or special permitting. The Customer will be responsible for any additional costs or claims associated with
the treatment, storage, disposal of removed debris, or breach of the above representation, at any time during or after
the completion of the project.
Sincerely,
Ethan Anderson
Jackbuilt Contractors
Estimator/Project Manager
This is an estimate for the above listed work. Please review the bid carefully and be sure it includes everything
necessary as sometimes items can be missed or may not include something that you want or asked for.
Thank you so much for the opportunity to bid this portion of your project. If you have any question, please call
the office at 409-877-1630 or your estimator.
Thank you for your business!
EXHIBIT "C"
CHANGE ORDER NO. 3
ORIGINAL AGREEMENT DATE: July 7, 2020
PROJECT DESCRIPTION: Interior Repairs at the Recreation Center
CHANGE IN SCOPE: Replace Plaster in Foyer and Director's Office
CHANGE TO CONTRACT AMOUNT:
ORIGINAL CONTRACT PRICE: $62,355.11
CURRENT CONTRACT PRICE(adjusted by previous CHANGE ORDER):$62,968.17
The Contract Amount due to this CHANGE ORDER will increase by: $994.72
The new CONTRACT AMOUNT including the CHANGE ORDER will be: $63,962.89
ORIGINAL CONTRACT DAYS: 30
NEW CONTRACT DAYS: 30
SIGNED AND AGREED TO on the day of , 2020.
JACKBUILT CONTRACTORS,LLC
Print Name:
Title:
SIGNED AND AGREED TO on the _ day of , 2020.
CITY OF PORT ARTHUR
BY:
RON BURTON
CITY MANAGER
" , „ LT 5317 Old Hwy 90
Y
am. AND Orange,TX 77630
q-COMMERCIAL Phone: (409)877-1630
Date 8-05-2020 ‘1111* /V
Name City of Port Arthur Tx 4 '
Address-444 S 4"' Street
City-Port Arthur Tx \ d
Est ir ate
Labor$247.68 Materials $115.20 Sheetrock in Foyer/Hallway
Labor$829.00 Materials $528.60 CMU Plaster in Foyer/Hallway& Director's Office
Total Difference $994.72
TERMS AND CONDITIONS
1. Acceptance: The following terms and conditions shall control the terms of any contracts relating to the sales of goods
and services (the "Goods) Jackbuilt ("Seller"), and shall supersede and replace any preprinted terms and conditions
on a purchaser's purchase order or other documents, oral or written communications, course of dealings or usages of
trade.
2. Price: All prices and amounts are express net of any sales, use, excise or other tax.
3. Payment:All payments shall be in U.S. Dollars,freight collect without offset. Invoices will be presented as per payment
schedule or to the discretion of JB INDUSTRIES with payment due 30 days from issue of invoice, unless specific
payment terms and/or schedule exist. Payment of all invoices will be in US dollars, and are due within 30 days of receipt
of invoice. Late payment will attract an interest invoice in the amount of 1.5% per month for invoices not paid within
terms.
4. Any additional personnel or equipment, not quoted herein, will be invoiced in accordance with Seller's current rate
schedule.
5. Force Majeure: Jackbuilt cannot accept any liability for default or delay in the completion of the work when caused by
strike, riot,war, or Act of God or other similar circumstances beyond JB INDUSTRIES control.
6. Liability: No liability can be accepted by Jackbuilt, nor shall Jackbuilt accept as in any way responsibility for defects of
any kind whatsoever arising from a cause which is outside JB INDUSTRIES' immediate control or knowledge, or for
any fault in the junction between Jackbuilt'work and subsequent work carried out by others.
7. Indemnity: Subject to the terms of the Liability Clause above, Jackbuilt shall insure, indemnify and hold harmless the
Owner and their employees from and against all claims, damages, and losses, but only to the extent of the negligence
of JB INDUSTRIES, its subcontractors or anyone directly or indirectly employed by them or anyone for whose acts they
may be liable, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death, or to the injury to or destruction of tangible property (other than the work itself) including the loss of
use resulting there from, and only to the extent such claim is covered under the General Liability Policy of Jackbuilt.
8. Warranty: A one-year workmanship warranty is provided for the painting scope performed in the proposal.
9. Governing Law and Dispute Resolution: The contract shall be governed by and construed in accordance with the
Laws of the state of Texas, United States of America. All claims, disputes or controversies arising out of. in connection
with or in relation to this Agreement or the provision of any Goods or services hereunder and regardless of whether any
such claim, dispute or controversy is based or claimed to be based in whole or in part on a claim by either party of
breach of this Agreement by the other party must be brought, maintained and resolved in the appropriate court of
jurisdiction in the State of Texas.
10. Environmental Conditions: Any debris at the site is represented to Contractor to be non-hazardous requiring no
manifesting or special permitting. The Customer will be responsible for any additional costs or claims associated with
the treatment, storage, disposal of removed debris, or breach of the above representation, at any time during or after
the completion of the project.
Sincerely,
Ethan Anderson
Jackbuiit Contractors
Estimator/Project Manager
This is an estimate for the above listed work. Please review the bid carefully and be sure it includes everything
necessary as sometimes items can be missed or may not include something that you want or asked for.
Thank you so much for the opportunity to bid this portion of your project. If you have any question, please call
the office at 409-877-1630 or your estimator.
Thank you for your business!