No preview available
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!