Loading...
HomeMy WebLinkAboutPR 24774: APPROVE CHANGE ORDER NO. 9 OF MAIN WWTP IMPROVEMENT PROJECT cu% of url rtlrr[r 4 www.PortArthurTx.gov INTEROFFICE MEMORANDUM I Date: February 3, 2026 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: PR 24774—Approve Change Order No. 9 of Main Wastewater Treatment Plant (WWTP) Improvement Project Introduction: This agenda item is seeking the Council's approval to execute Change Order No. 9 with ALLCO, LLC for the Main Wastewater Treatment Plant (WWTP) Improvement Project for an increased cost of$286,459.25 to the new updated contract amount of$70,866,440.84. Background: Resolution No. 22-147 awarded the Main Wastewater Treatment Plant (WWTP) Improvement Project to ALLCO, LLC of Beaumont, Texas for the total amount of $73,643,227.00. The construction phase is managed by Freese &Nichols, Inc. On August 2, 2022, Resolution No. 22-329, approved Change Order No. 1 for value engineering performed by Freese &Nichols, Inc., ALLCO, LLC, Golden Triangle Consulting Engineers, and the City of Port Arthur staff in the deduction amount of$6,234,049.00 for a new contract amount of$67,409,178.00. On December 20, 2022, Resolution No. 22-586, approved Change Order No. 2 including, Primary Clarifiers subgrade stabilization, Drying Beds demo, Demo and Remove CSS, Helical Piles, and Brentwood PVC TF Media price increase and reduction for the removal of VE Lighting Package, use of bank sand for pipe bedding, and remove Admin Building improvements in the deduction amount of $73,564.57 and 75-day time extension for a new contract amount of$67,335,613.43. On December 19, 2023, Resolution No. 23-556, approved Change Order No. 3 for an increased amount of$114,851.00 to replace 4 Trickling Filter Effluent Butterfly Valves with Slide Gates and add an expansion joint to Aeration Basin Buttress Wall for a new contract amount of$67,450,464.43. On June 4, 2024, Resolution No. 24-246, approved Change Order No. 4 for an emergency repair to prevent the complete failure of the 30"force main from the lift station for an increased contract amount of$389,801.00 for additional piping to reach the existing 30" force main and to reroute the discharge piping of the existing 10" pump at the Main Outfall Lift Station to the existing 36" force main. In addition, to install a line stop at the 36" DI influent pipe to reroute the flow through 440 LF of 24" HDPE for a new contract amount of$67,840,265.43. On June 18,2024, Resolution No. 24-268, Change Order No. 5 was approved to provide and install Envirodyne Grit Removal Equipment which was a budgeted item in the Capital Budget and suggested as a cost-savings alternate manufacturer for $889,500.00. It also included $215,896.00 for replacing the 30" pipe connection at the new Headworks Facility with a 42" pipe for connection for the new 42" sewer force main being installed under a separate contract and a proposal to install VFD's to add variable speed control to the existing overhead crane at the Main Outfall Lift Station and crane certification which will be done by Crane Tech,Inc.with support by Allco for $13,195.00. The total cost of this change order resulted in an increase of $1,118,591.00,to a new total contract amount of$68,958,856.43. On April 8, 2025, Resolution No. 25-140, Change Order No. 6 was approved for the cost associated with bypass pumping at the Main Outfall Lift Station (MOLS). The original plans called for the current pumps at the MOLS to be operational to transition new pump installation. However, the current pumps have not been functional and thus required reconfigured bypass pumping. Furthermore, during construction, additional bypass measures were required at the Wet Well of the MOLS due to the existing gates not being functional to transition the installation of the new gates and knife gate valves. The cost associated with the reconfigured bypass pumping is for$805,251.12,bringing the total contract amount to$69,764,107.55.Change Order No. 6 also extended the contract time by 180 days. On August 12, 2025, Resolution No. 25-355 approved Change Order No. 7 for the chemical building door and wall rehabilitation, crane repairs, 8-inch water line and valve, crane hoist, Entergy pull box, debris removal at wet well, installing CSS at Main Outfall Lift Station, and includes deductions for pressure testing at the dewatering building, as well as, deduction for the use of stabilized sand at FRP joints instead of concrete. The cost associated with Change Order No. 7 was $357,699.02, bringing the total contract amount to $70,121,806.57. It also extended the contract time by 45 days. On December 16th, 2025, Resolution No. 25-548 approved Change Order No. 8 for Main Outfall Lift Station (MOLS) construction changes to meet new Entergy requirements, six (6) months of bypass pumping due to delays for such changes,and extension of the Chlorine Contact Basin weir height. The total cost associated with Change Order No. 8 was$458,175.02 bringing the total contract amount to $70,579,981.59 and extending the contract time by 90 days. 7.11.1Pr 'MEW Freese and Nichols is proposing Change Order No. 9 for the purchase of 2000amp Standalone Disconnects required at the Main Outfall Lift Station and the Wastewater Treatment Plant as per Entergy requirements. The total cost associated with Change Order No. 9 is $286,459.25, bringing the total contract amount to $70.866.440.84. The Change Order will not extend the contract time Budget Impact: The original contract price is $73,643,227.00 Change Order No. 1 decreased the contract amount by $6,234,049.00, decreasing the change order percentage allowed by-8.5%. Change Order No. 2 decreased the contract amount by $73,564.57, decreasing the change order percentage allowed by -0.1%. Change Order No. 3 increased the contract amount by$114,851.00, increasing the change order percentage allowed by 0.2%. Change Order No. 4 increased the contract amount by $389,801.00, increasing the change order percentage allowed by 1.5%. Change Order No. 5 increased the contract amount by $1,118,591.00, increasing the change order percentage allowed by 1.5%. Change Order No. 6 increased the contract amount by$805,251.12, increasing the change order percentage allowed by 1.1%. Change Order No. 7 increased the contract amount by $357,699.02, increasing the change order percentage allowed by 0.5%. Change Order No. 8 increased the contract amount by $458,175.02, increasing the change order percentage allowed by 0.62%. Proposed Change Order No. 9 will increase the contract amount by $286,459.25, increasing the new total contract amount to $70,866,440.84 and increasing the change order percentage allowed by 0.39%to a total -3.77% from the original contract price. The funding is available in Capital Improvement Projects(CIP)Account No. 405-40-000- 8516-00-00-000, Project No. WS0023. Recommendation: Recommend City Council approve PR No. 24774 to authorize the City Manager to approve Change Order No. 9 as described/outlined above. PR No.24774 2/3/26 cm Page 1 of 5 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 9 FOR THE MAIN WASTEWATER TREATMENT PLANT (WWTP) IMPROVEMENT PROJECT WITH ALLCO, LLC OF BEAUMONT, TEXAS, FOR AN INCREASED COST OF $286,459.25 FOR THE PURCHASE OF THREE (3) 2000AMP STANDALONE DISCONNECTS, RESULTING IN A NEW TOTAL CONTRACT AMOUNT OF $70,866,440.84, AND NO EXTENSION OF THE CONTRACT TIME; FUNDING FROM CIP ACCOUNT NO. 405-40-000-8516-00-00-000, PROJECT NO. WS0023. WHEREAS, the City Council approved Resolution No. 22-147, awarding the Main Wastewater Treatment Plant Rehabilitation project to ALLCO, LLC of Beaumont, Texas for the total amount of$73,643,227.00; and, WHEREAS,on August 2, 2022, Resolution No. 22-329, approved Change Order No. 1 to reduce the contract amount by $6,234,049.00 for Value Engineering performed by Freese & Nichols, Inc., ALLCO, LLC, Golden Triangle Consulting Engineers and the City of Port Arthur staff for a new contract amount of$67,409,178.00; and, WHEREAS,on December 20,2022, Resolution No. 22-586, approved Change Order No. 2 for a decreased amount of $73,564.57 including, Primary Clarifiers subgrade stabilization, Drying Beds demo, Demo and Remove CSS, Helical Piles, and Brentwood PVC TF Media price increase and reduction for the removal of VE Lighting Package,use of bank sand for pipe bedding, and remove Admin Building improvements to a new contract amount of$67,335,613.43 and add 75-day time extension with a final project end date of December 17, 2026; and, WHEREAS,on December 19, 2023, Resolution No. 23-556, approved Change Order No. 3 for an increased amount of$114,851.00 to replace 4 Trickling Filter Effluent Butterfly Valves with Slide Gates and add an expansion joint to Aeration Basin Buttress Wall, to a new contract amount of$67,450,464.43; and, PR No. 24774 2/3/26 cm Page 2 of 5 WHEREAS, on June 4, 2024, Resolution No. 24-246, approved change Order No. 4 ratifying the emergency repair on the 30" force main for an increased amount of$389,801.00 by installing additional piping with a 10" pump to reroute the force main, 36" Line Stop, and HDPE Bypass piping, to a new contract amount of$67,840,265.43; and, WHEREAS,on June 18,2024,Resolution No.24-268,Change Order No. 5 was approved for providing and installing Envirodyne Grit Removal Equipment, replacing the 30" pipe at the Headworks Facility with a 42"pipe for connection to the new 42"sewer force main from the Main Outfall Lift Station (MOLS)which is being installed under a separate contract, and proposal to install VFD's to add variable speed control to the existing MOLS overhead crane and get crane certified for an increase of$1,118,591.00,to a new total contract amount of$68,958,856.43; and, WHEREAS, on April 8, 2025, Resolution No. 25-140, approved Change Order No. 6 for an as-needed basis with a not to exceed increase amount of$805,251.12 for the costs associated with the reconfigured bypass pumping required for the installation of the new pumps, gates, and knife gate valves at the Main Outfall Lift Station since the existing equipment was not operational as proposed in the original plans, bringing the new total contract amount to $69,764,107.55 and extend the contract time by 180 days due to the reconfigured bypass pumping; and, WHEREAS, on August 12, 2025, Resolution No. 25-355 approved Change Order No. 7 for an increase amount of$357,699.02 for the chemical building door and wall rehabilitation,crane repairs, 8-inch water line and valve, crane hoist, Entergy pull box, debris removal at wet well, installing CSS at Main Outfall Lift Station, and includes deductions for pressure testing at the dewatering building and deduction for the use of stabilized sand at FRP joints instead of concrete, bringing the new total contract amount to$70,121,806.57 and extend the contract time by 45 days; and, PR No. 24774 2/3/26 cm Page 3 of 5 WHEREAS, on December 16, 2025, Resolution No. 25-548 approved Change Order No. 8 for an increase amount of$458,175.02 for Main Outfall Lift Station construction changes needed to meet new Entergy requirements, six (6) months of bypass pumping due to delays for such changes, and extension of the Chlorine Contact Basin weir height, bringing the new total contract amount to $70,579,981.59 and extending the contract time by 90 days; and, WHEREAS, Freese and Nichols, Inc. is proposing Change Order No. 9 for an increase amount of$286,459.25 for the purchase of three(3)2000amp Standalone Disconnects required at the Main Outfall Lift Station and the Wastewater Treatment Plant as per Entergy requirements, bringing the new total contract amount to $70,866,440.84 with no extension of the contract time; and, WHEREAS,the total amount in the Change Orders,including the proposed Change Order No. 9, are within the allowed 25% of the original contract amount(Exhibit"B"), as per the Texas Local Government Code Section 252.048(d). NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: THAT,the facts and recitals in the preamble are true and correct; and, THAT,the City Council hereby approves the City Manager's decision to execute Change Order No. 9 (Attachment "A") for an increase cost of $286,459.25 with ALLCO, LLC of Beaumont, Texas for the Main WWTP Improvements project, to a new contract amount of $70,866,440.84 and no extension to the contract time; and, THAT,funding is available in CIP Account No. 405-40-000-8516-00-00-000,Project No. WS0023, PR No. 24774 2/3/26 cm Page 4 of 5 THAT, a copy of the caption of this Resolution shall be spread upon the Minutes of the Meeting of the City Council. READ, ADOPTED, AND APPROVED this day of , 2026 at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: Mayor • Councilmembers: NOES: • CITY OF PORT ARTHUR,TEXAS: Charlotte M.Moses Mayor ATTEST: Sherri Bellard City Secretary PR No. 24774 2/3/26 cm Page 5 of 5 APPROVED AS TO FORM: Roxann Pais Cotroneo City Attorney APPROVED FOR ADMINISTRATION: ak Ronald Burton, r ' City Manage, ‘W404.4:‘ Ka*t4.,J4- Suhail Kanwar, P.E. Director of Public Service Calvin atthews, P.E. Water Utilities Director APPROVED AS TO THE AVAILABILITY OF FUNDS: y (Lyn) Boswell, MA ICMA-CM" Finance Director IO . ,A.. Clifton ' . Williams Jr., CPPB Purchasing Manager Exhibit "A" (Change Order No. 9) f.FREESE Innovative approaches aR'&V0�s Practical results Outstanding service 10497 Town and Country Way,Suite 500 + Houston,Texas 77024 + 713-600-6800 + FAX 817-735-7491 www.freese.com January 19,2026 Calvin Matthews, PE Director of Water Utilities City of Port Arthur Texas 444 4`h Street Port Arthur,TX 77640 Re:Project No. R15056 Port Arthur Main WWTP Improvements:Change Order No.009 Dear Mr. Matthews: Included with this letter is Change Order No. 009 for the above-referenced project. This letter is to serve as a narrative along with the supporting documentation attached. All the items included in this change order will be funded by the City of Port Arthur's CIP Account No.405-40-000-8516-00-00-000, No.WS0023. Item No.1:CP-23R1—2000amp Standalone Disconnect at Main Outfall Lift Station This change proposal is for a 2000amp disconnect that Entergy required to provide service at the Main Outfall Lift Station. Cost:$110,647.25 Additional Days:0 Calendar Days Item No.2:CP-29:Two(2)2000amp Standalone Disconnects at the Wastewater Treatment Plant This change proposal is for two(2)2000amp disconnects that Entergy required to provide service at the Wastewater Treatment Plant. Cost:$175,812.00 Additional Days:0 Calendar Days To summarize,this Change Order has an overall cost increase of$286,459.25 and 0 additional calendar days to the contract time. I hope the above narrative, along with the supporting documentation included, provides adequate information to be able to process this Change Order in a timely manner. Please don't hesitate to reach out to me if you need any further explanation or backup documentation. Sincerely, Kyle Jones, PE, DBIA,CCM Construction Manager CC: Jess Liao Hani Tohme Christian Martinez Murali Erat Matt Cartwright PTR22379 T:\4.0 CONSTRUCTION\4.40 Contract Mod\4.43 Chg Orders\Change Order No.9 Project Port Arthur Main WWTP Improvements Project Number Owner City of Port Arthur PR22416 Contractor Ailco,LLC TX 870 Construction Manager Kyle Jones,PE,DBIA,CCM PTR22379 Design Professional Murali Erat,P.E. PTR22379 CoPA Account No. 405-40-000-8516-00-00-000 CoPA Project No. WS0023 Change Order No. 009 Date 1/16/2026 Item Description Additional Days Change Amount 1 Change Proposal 23R1-2000 amp Standalone Disconnect at MOLS 0 $ 110,647.25 2 Change Proposal#29-2000 amp Standalone Disconnects at WWTP 0 $ 175,812.00 Net Change in Contract Price this Change Order 4 Net Change in Contract Time this Change Order $ 286,459.250Days The compensation in this Change Order is the full,complete, and final compensation for all costs Contractor may incur because of or relating to this change whether said costs are known, unknown,foreseen, or unforeseen at this time, including without limitation, any cost for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged Work because of this Change Order. The changes in Contract Times are the complete and final adjustments for impacts to the ability of Contractor to complete the Work within the Contract Times and are the only adjustments to which Contractor is entitled. All terms and provisions of the Contract Documents remain in effect except as specifically modified by this Change Order. Original Contract Amount: $ 73,643,227.00 Net from Previous Change Orders: $ (3,063,245.41) Total Amount of This Change Order: $ 286,459.25 Percent Change in Contract Amount of this Change Order: 0.39% Total Percent Change in Contract Amount to Date: -3.77% New Contract Amount: $ 70,866,440.84 Original Contract Duration: 1,580 Calendar Days Additional Contract Days per Previous Change Orders: 390 Calendar Days Additional Contract per This Change Order: 0 Calendar Days Revised Contract Time: 1,970 Calendar Days Original Previous Revised Substantial Completion Date 7/5/2026 7/30/2027 7/30/2027 Final Completion Date 10/3/2026 10/28/2027 10/28/2027 Change Order No.9 Recommended by Design Professional: Recommended by Construction Manager: 1/21/26 :c; Murali Erat,PE Date Date (Freese and Nichols, Inc.) (Freese and Nichols, Inc.) Approved by Contractor: Approved by Owner: b ,. ,.„�..�. )a9 Iz 2 J�,� _Z tom; Prnnd<jn Harrison Date e4rrr. rt.4'rri i gate Vice-President Director of Water Utilities Aka, LLC City of Port Arthur Approved by City Manager: Ronald Burton, CPM Date City Manager City of Port Arthur Change Order No.9 zz�7 I—F{/\/ _ ° -. }}}a }\}}\i} (0 \CD z - ` }}( o ` I! | � ; !$ }! E 7 in < _ i (\( § T i § r }! \ { \ { \ ; \ / \ 0 O. \/ 9 } \ - r= l � � z i �} & e , 7 ; 7 . co < k -, «; iri l � 2 , 3 /� it k \\ J . _00 � 00C _ inin_ fk4 !Op n; ;! \ ƒ > R � /(! - & RI§ 0 , o . , . . . o . . H : ` q 0 \ . {\ � - 2 0 () cn4 / ( \} 0 \ l; f , 7L _ - _ _ .{2 » }§% - - ° 9 go 3 E ° \ °°°/ \ \ / }\ \ ¥ £ , __ _�_� ��7, at of ° \ g . . . . . . . . � } I n } \ ,® > 2- ®v n R 222 . 10 9, / 3 \ \ 9 {\ } § \ , j j / ° 9 D c i -u o an an IA 00�(A 0, � 'V o . 0 ® CC CO in / . . . 8 8 m IFFREESE Shop Drawing I ?NICHOLS Project Main WWTP Improvements Project Number Owner City of Port Arthur PTR22379 Builder Allco, LLC TX 875 Designer Freese and Nichols, Inc. PTR22379 CM Richard Provolt SD No. SD-259 Builder Submittal No. SD Description 2000A Standalone Disconnect(ESI) Specification N/A Drawing/Detail Builder Comments Attachment SD-259-2000A Standalone Disconnect (ESI)-Brittany Stutes-Pending.pdf Builder's Certification:1 hearby certify that this Shop Drawing has been reviewed by the Builder and is in strict conformance with the Contract Documents as modified by Addenda, Change Orders and/or Field Orders. Submitted By Brittany Stutes Date 12/02/2025 Status Approved as Noted Action Final Distribution Comments 1. Approved as noted. 2. Provide lug connections for 6 - #3/0 ground conductors. 3. External door must be capable of being padlocked by the utility. Provide provisions for padlocking of the enclosure door. 4. Disconnect must be UL508A labeled. 5. Disconnect must include ground fault protection per 215.10. Provide zero sequence CT internal or external to the circuit breaker for ground fault protection. Attachments SD-259-2000A Standalone Disconnect (ESI)-Brittany Stutes-Pending.pdf Returned By Kyle Jones Date 12/09/2025 PROPOSAL/CONTRACT Date: 12/2/25 Project# PAWTP Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS Invoices are subject to a finance charge of 1.5%per month,annual rate of 18% 1550 Langham Rd on all balances over 30 days. Beaumont,Texas 77707 Any and all retainage will be paid within 30 days from the completion of electrical work. Phone(409)860-5211 Fax(409)860-5851 TDLR#17109 ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. The undersigned purchaser hereby agrees to pay attorney's fees incurred by ESI to collect unpaid balances. Regulated by the Texas DLR P.O. Box 12157 Austin,Texas 78711 (800)803-9202 /(512)463-6599 www.license.state.tx.us/comp taints Work performed for: Allco - City of Port Arthur. WWTP Main Breaker Priced below is the 2000 Amp main breaker and enclosure as specified by Freese and Nichols for the Port Arthur Waste Water Treatment Plant.The price excludes installation and is for delivery to either Allco or to site only.All lifting by others.Terminations by others. Base Bid:$92,715.00(Includes Testing at Manufacturer Facility) Start-up: $3,500.00(2 men for 1 day on site) Total: $96,215.00 Note 1: There may be an escalation charge from date of bid to date of release of order. Note 2: This Proposal does not include any attic stock,extra materials,or spare parts,etc... Note 3: Exclude all saw cutting and patching of concrete and/or asphalt. PRICE SUBJECT TO REVIEW AFTER 30 DAYS Sales Tax Included ❑ No Sales Tax Q ACCEPTANCE OF BID I have the authority to order the above work and do so order as outlined above.The above specifications, terms and contract are satisfactory, and (I)I(we)hereby authorize the performance of this work. ..-__. ....... CUSTOMER SIGNATURE TITLE Date gie___----- _ 12/1/2025 Justin Burns Vice President -Electrical Specialties, Inc. Date AUL ° Submittal Transmittal Sheet To: Freese& Nichols From: Allco LLC 10497 Town&Country Way,Suite 500 P.O. Box 3684 Houston,TX 77024 Beaumont,Texas 77704 Attn: Kyle Jones Phone: 409-860-4459 Project Title: Main WWTP Improvements Owner:City of Port Arthur Allco Project No: TX 875 Date: 12/2/2025 Submittal: 2000A Standalone Disconnect(ESI) Specification: Submittal No: 259 Revision No: 0 No. of Copies: 1 x For Approval For your use As Requested For review and comment Comments: Please review the attached submittal and respond with your approval and/or comments. Submitted By: Brittany Stutes n lj C• 0 3 CD ITT CD • • Z (I) o m rin no m � n .gyp, OO cl cn m Z 1 -0 C.C1 oH Z �+ 0 r .77.(�T� ` I — I = o I m I m I o I o I co D yu z N N O Z N C O N c m N N 2 3 m . o [90.000 nr 2286.00___ co g O Cio m ,- Ir- 8 m' < ��o m r c1 t Z w q X O b � � C V A A U o A U �" 36000 IV 914.40 _ r m . , ._ . . . _ (...1 1 E n __________A 11..' i I o� Z A -I f'! 0 r 0 1. MillN` + o El 0 C U1 O) K z EC ar2M o 3 W o Ai O m A ° t, -0 IU( IJ_t xi 0 D _ N m o_ co m n n 73 N w: } ai co a Ft z 1 r. O co !? R m O �� I _`0. L1 �g pp co [Ia nO u I o O ti N N t0 CO N NI P. �. N 0 (D (11 N R. 2 cn m -i< N - - il _ 0 m m - 0 0 m D y D. z VI 3 - m cr m 3 d m , p -I r z N N CZ r CO CO * X X O N n °v n > > Z m x * `L Z CS- w � a a) POO rn //"� 03 om • w w N W ' O 8l J O a 0 O al O p O T z(n � 007000 S o a c CD Dr- r mpv CFF Inc„.. cc r- DOOR D N C () umuie C C 1 —, I t2 l3 El V toau sr� Z w N r ##� T i f Si •� •� 1 4r A x • J LT, r N s w l.�i —•' cn • 0 15OVA[PT 3SAW FUSE rn -i n 75AlIP FUSE 111 Kz I I n 3 Co — 1 _ f Z ;.' x a o 0 W m 0 0.) • rill Nn W ,Tiy m (O D co D m co 0 0 N N CO t0 N N N N (0 N lr XI co --I N C `m. A 8 O A D _-- _ -__ 2 • m • s o • C m •• Iid O • �— ,.--vim. . J.,�?• ., .. ti oo 6 J q 1 Q) f`0 t A i T 2 $ g f {�`(�� T--- _----- _ J O i.4. L ... I. w re- _ _r -- - D Y I A 7�' • Zg m Yiy ` °m mN D < A • rnn O coZ o -I rn C_ X `ram c� O o-) r a 0 g cnm cn Z T ii O cnz , m u ci k-o; I ;°— I- 0 __-I m Z n • Life Is On Schneider CI-Electric Seq# Qty Product Description 1 1 Designation: Product Details: 1 -EBGKGADADNNNNNNNNNNNNNNNNNNNENNNN+-Square D Masterpact MTZ Unit Mount Circuit Breaker EBGKGADADNNNNNNNNNNNNNNNNNNNENNNNCNNNNNN Model No.MTZ2-20N 3-Pole UL489/CSA C22.2 No.5 Rated Rated 2000 Amps, 100%Rated AIR-65kA/65kA/50kA @ 240/480/600 Vac Top Termination 4 Hole RCTV Bottom Termination 4 Hole RCTV 2000 Amp Sensor Trip Unit Micrologic 6.0 X(LSIG)Trip Unit Energy Reduction Maintenance Settings Digital Module Installed Energy Reduction Maintenance Setting selected ULP Port 4 OF Contacts(standard) Overcurrent Trip(SDE)contact standard No Locking Provision Provided No Padlock attachment included Door Escutcheon included as Standard Revision-6/27/2025-(S20250623/S20250623) 6/27/2025 4:08:11 PM Source-Selector Source-35-40 o �)2(!(/(\¥ / _ E ( 2/ i ! $g!f§ \!}! ig _ - I !}(falz &; ! `gn 0.. g \ ƒ! {k . 0 }{)§ } j( { . «_ _ f [i[ zga / } P %\ ® 7 ° ^! ; ( AP \ -\ C } k a, ( ®z ; z °c . } = etm »! 3 < (\ — } } I ƒ/, Ilili \ A } | 1111 3 U � ,� 4^� � __ / ! f2 n ` > ET gETg \ \\\ § p -. i u / q , , - !� 73 11111111 $/ § g, -o H , * q "f \{ )§ f f 2E / \{ } /i H H _ U ImQ / 13 — IlIF __ / ® f ° 7 k - {)\ �7,\ \° ° °°V III Ill! IIIF; .. iiii . : ƒ } } % k / } } Xi 11111 1 }}\ Al -. © . - - liii § z \ " SD \ \ — — \ cD - — ® (A4A4A _ i73 - I § [ 2 . . § , l 1 'rF W-I DIJSiTRIES December 9, 2025 Subject: 084 - PORT ARTHUR WWTP IMPROVEMENTS - Standalone Disconnect CHANGE ORDER Thank you for the opportunity to offer our proposal for the subject project. Our pricing encompasses the following_ 2 -2000A Standalone Disconnect $167,440.00 TOTAL: $167,440.00 The work shall include the following: MATERIAL ONLY O 2000AMP ENCLOSED BREAKER to be used as disconnect: o 600V breaker installed in a NEMA 4XSS enclosure, with the following general specs: o Service Entrance Rated o 100%480V 2000AT ABB Breaker with a Digitrip LSI unit with maintenance ARM mode feature, 120 VAC controls, housed and mounted in a NEMA 4X, 316SS enclosure o Line Side Powered CPT sized for controls and space heat o Surge Protective Device (SPD) connected to line side terminals terminal housed in enclosure as well, vendor to size and recommend SPD options o NEMA 4X,316SS Enclosure shall have a Three Point Latch with security lock for front access, lifting handles to rear panel for rear access. O Copper Tin Plated Bus Bar for Line/Load/GND Connections o Insulation Barrier to prevent access in the front and rear to energized equipment, yet allow adequate access to breaker control terminals and draw out capabilities o Barrier to separate SPD and controls from breaker compartment o Conduit Entrance to be bottom fed, gasketed with removable plate. O 240V, 500 W Thermostat control space heater o C/B Open/Close Pushbuttons mounted on exterior of enclosure (Closed- Red, Open-Green) o C/B Open/Closed/Tripped/ARM Status/Trip Pilot LED lights (Closed-Red, Open - Green, Tripped-Amber, ARM - Blue, Trip Power- White) o The following I/O should be included and wired out to an accessible terminal block located away, or insulated by barrier from any line/load connections : o Trip Power Status o Remote Open Command o Remote Close Command O C/B Open Status C/B Closed Status o C/B Tripped Status o ARM Mode Status o ARM Command o Surge Suppressor Status o 115 VAC input for space heater O 120 VAC Control Voltage O 24VDC interposing relays for remote open/close input, interposing relays contacts should handle switching 120 VAC. o All control wiring shall be TYPE SIS, 41 STRD WBD WIRE. Clarifications: 1. All hardware shall be 316 Stainless Steel. 2. W-Industries will be present for start-up assistance. W-Industries will not perform start up. 3. Equipment has a 5-week lead time. W-Industries will have a schedule impact of an additional 8 weeks to complete the task once change order has been signed and approved. II ,UU C it�u lam.E��r,l�i iltiu:,�,?�i i;./iO I • i w-industries.com W-IiDIJ yIES Pricing is subject to change based on changes to scope of work, changes in job conditions, required site training classes, other delays beyond the control of W-Industries, including but not limited to stand by time, time clearing debris or building materials from work area, conflicting schedules with other trades, delays caused by unsafe work conditions, added mobilizations or phases beyond original agreement. Sincerely, W-Industries - I&E Industrial & Commercial Construction, Inc. Brian Lingua Project Manager Regulated by the Texas Department of Licensing ft Regulations-P.O. Box 12157 Austin,TX 78711 - 1-800-803-9202, 512-463-6599 www.tdlr.texas.gov- License d30301 II5U0( I iiL :Rudd,hiuus(.0n, l.`<!/0,11 . i£)6.9463 f- / 1466.R;. w-industries.com r�FREESE NICHOLS Shop Drawing Project Main WWTP Improvements Project Number Owner City of Port Arthur PTR22379 Builder Allco, LLC TX 875 Designer Freese and Nichols, Inc. PTR22379 CM Richard Provolt SD No. SD-260 Builder Submittal No. SD Description Main Plant 2000A Standalone Disconnects Specification N/A Drawing I Detail Builder Comments Attachment SD-260-Main Plant 2000A Standalone Disconnects-Brittany Stutes-Pending.pdf Builder's Certification:I hearby certify that this Shop Drawing has been reviewed by the Builder and is in strict conformance with the Contract Documents as modified by Addenda, Change Orders and/or Field Orders. Submitted By Brittany Stutes Date 12/15/2025 Status Approved as Noted Action Final Distribution Comments 1.Approved as noted. 2. Provide lug connections for 6 -#3/0 ground conductors. 3. External door must be capable of being padlocked by the utility. Provide provisions for padlocking of the enclosure door. 4. Disconnect must be UL508A labeled. 5. Disconnect must include ground fault protection per 215.10. Provide zero sequence CT internal or external to the circuit breaker for ground fault protection. 6.Assembly must be labeled as a Service Disconnecting Means. Attachments SD-260-Main Plant 2000A Standalone Disconnects-Brittany Stutes-Pending.pdf Returned By Kyle Jones Date 01/14/2026 ALICO Submittal Transmittal Sheet To: Freese& Nichols From: Allco LLC 10497 Town&Country Way,Suite 500 P.O. Box 3684 Houston,TX 77024 Beaumont,Texas 77704 Attn: Kyle Jones Phone: 409-86 Y 409-860-4459 Project Title:Main WWTP Improvements Owner:City of Port Arthur Allco Project No: TX 875 Date: 12/15/2025 Submittal: 2000A Standalone Disconnect Specification: Submittal No: 260 Revision No: 0 No.of Copies: 1 x For Approval For your use As Requested For review and comment Comments: Please review the attached submittal and respond with your approval and/or comments. Submitted By: Brittany Stutes December 9, 2025 Materials Submittal 2000A Standalone Disconnect [26 28 16] PORT ARTHUR WWTP IMPROVEMENTS JOB NO: TX-875 Port Arthur WWTP IMPROVEMENTS LOCATION: P.O. Box 1089, Port Arthur, Texas, 77641 '\ (' t. I _._.- I m _. / � N N N J N f p l l NN O l0 CO J 0) U. . N O b m - OOi VOi A a ai O O Z� C m Pls- ,1 HI 1Z- 9 r 0 I 0 NClnm rA . ,_,y_ r D yy gg $ o ✓ '�'1 C > F'n Pzg x 9 r r r V 0 n Z U N . n .2 0. pg m Pe o w rM y a Ai rPs Kg: 'S A n T T T 1 �r2 y§ any 01 v "jG 333 l'" -rel.; P. m Ph I I 1 ._ V 5/20ghg m z= 0 0 0 0 _ Nhb>Q2 921454 P D I oNs ' AA D ° 0° A0 �00 F �� ,4 '—p$> Z g 4 Iliiii .. ro o S g > i-0•_ znz. i e A m m — Sr � `N _6 0= >= je rO 0 — m chi a 1 .�...."ti.`�, a ryry.o >F„ >„ >L >' >r )O� GlO it iN iN 0IV 1.EP b < Qn g 2 0 1 T. 1v1 2 N CO a s © E 7, CI� O © © 0 0 0 b 0 is is is ` © © � 2n A" c'" Pv RC: )- o) oy • U d 0 0 Z G G nil. .m in ,L1r Jr 00 An �/ �' b rP IT, o= — h CP C N n if ® © �J0, 0 0 0 0 I I I I I z 0 jm f I I O W N u Z 0 Cf 0 2 -. 0 m „ O 21+y N_DUl� > m c D n 00.., „ =O�g 2; F 0 I 2 5 Y _V w f +� f n 1 m 1 - e • N N N N N N N N N N N N N N N N D N N. N iONp p] J pf U• A t � O b 8 � bi � �I N � 8 IV • ♦ U v • A • • • ElD c O' Ab^ C OA - ey Z m m 4 • W r,n n 0e V y A _ O A O OL n igilq OI xm oI '4 OI lo oo�' � ono�'^� v tao �N a 6 i "A -0- -Q-x u u 9 u y u 0 �0 p Aa< 4 0t1, �n n4pA A A N 'p r n _ - - nD An ZpZm f N N• g6 px � o ._O. -0-' N n go go i0 n An2b,,, N. m ooQ .. yi�Y vA. 4 23 o �,� a-.. RED \ S(((C111 n n 0 bag • Q eb A/ A/ NeA CJ S N tiN y y2 iN Z o v 2 in Zr'' N _ • EEI< N O u 1{1�S O ++ n O K U P U N O J Oi N (.+A N b m J pui U A ',,, N 4 O Y c. } CI< �4N.j v Z �V ; t F e 0 p o m 0ry = n g D �. • N O_ N 0 v 0 0 u u A x 4 n x Z Z p u w + �� N 1.1 € — X „ 1 z fl s 0 0 0 :0 N0 .J0 TO 20 No • b ®'I' OP ®yy N ♦ u :is:m u, c \�/i • - G mS i El 0, / A b °W T CUI I: aW !ti e W O S cr.mt° L L. a 0 Tao Q © oY w -; I I I == o8 ! 1 I 1 IAA' ^Ont. > H • II II II II I I IM — 8 ZZ 9 9 ri — O U. z M Z at2 o vi y. s i o i~ Ca Dr'm DOaf'• �r g H, o e R rT,( XA i a rg w m �� N ? 7k 1' 6 p D - t 8 gi \ — _____1_ L . ' / U U , 1 IV -11 t. a a m II 11 II o n <. II II II �n m II II II W £ II II II II II c�0 II II II �n II 11 II a II II --, o Q• v N aN p>x r- - °4Rgg Ye ggx .42 p o �p� � 1 r:1 pht0 NC x x� d 11a i — s8.1 ""L'1 R.. F=s_1 rT 1 p 1 / 1 \ nSa 1 L•6_v J _ __J .Q m 1 > `M b . n m Z vi T ? ! ! x 3 C O 'I' O O® j q . A < z ® n , n rt m m ea i © ® r e e e c i to WM O D O U �0Z Faldr8Mg w Z.r.< C A h 0 62 �2 Z c 0 Olg N C1 AOR H 410 ,1ip, i 521 n 41004 f� e a e ; ` PiX m Qq ' u m N m r<< A PnD N ~ i 2N m E e m",,, pp ofl. Z vp< I z ' Jd r t9N 6 i O 8 © I f 6: 6 I _a I o _ o J 3 t / - _ — 1— I . S iD it' W CO J rn CO A W N • O 10 CO J CD U W N O V m H H m cn xaN D N m N f N N is, N N NN- N 7N� j1m W y• yNn OL4 ON m O o N ONN O ON O ONON0UN mNNN ZA A 1. O _it" m p O� o z SO M 01 1 I O U -i UI Ca m r M 0 O 0 y 0 O m m N m x J1 N XONp▪0 AC W W N N d> W1 1 1 I 5,1 >N iV.C47m m O m5JVa is r W O UN Zit + CAI • -0 -0 W W o ,,Wm_ m ON � N a.Vj z -0 ' O 2 m N NA -. oL"W vo — x pNi„'^,no N m W o W o v n 3 y > z S°'Fad c t ; o $ c a r�+ 3 m s A N r o ZOnM N O A 0 ; ; O O x/ ] C m m I 0 m OO�b00 m +I O Qm'O =O O C ; C O F px0 V n g O P m r > '- C T % n ] ;C rrrmrp♦V ] V C O C 0] Z� ] O Z D m 9 O O%O GiMO F N O O"yD&3 o O 0 r 0 =E ro o O;M d <Jr A O pnzf�l -. oiiifiCR a m ^ 3�{<On;p» o`nr-1r-4,r.-1a m3� »oociv n < oy?.-~mmT. co 191W < v •z 3-o-u , m z ^, a nvz c23ocia3- Doo v A N a p O 8' -▪ ' O S N d W O D-1y oO r n •Ono �0\O y c D 0 IN m0 S n-X0 F b o m m Sy-1 n N E,`“1 D m y E m fairy m D a G 6 {ri O n '�' m m O ai a a O 0 o 0 'b y Z n x1 2 D < y� 11 O O >> m nZ 1 y y (") n n n 11 -, -,y y nn33 3 A A n m 0't7 n - 4 '� 0 m z z 0 0 r m 0 0 O W W W W O O 0 0 0 O d d O 0 O N y A m maim ai m iPz z z z z z z z z z z 0 0 Z Z Z mag m pp $ i K S O y N Z 2 1 4. N S o 4 b b m O N K N O > _.. b M I nn I 0 v mgm D mj ai=• mZ = �O O ♦p J a y o $ 1 N O 4 / I I r I ♦ - N. Exhibit "B" (Contract Status) Contract Status Contract Name: Main WWTP Improvement Contractor: ALLCO Contract#: 24-021 Original Contract Amount: $ 73,643,227.00 Statutory Range: $ 18,410,806.75 Pursuant to 252.048(d)(+/-) Percentage of Percentage Amount Original Contract to Date Original Contract $ 73,643,227.00 Change Order 1 $ (6,234,049.00) -8.5% -8.5% Change Order 2 $ (73,564.57) -0.1% -8.6% Change Order 3 $ 114,851.00 0.2% -8.4% Change Order 4 $ 389,801.00 0.5% -7.9% Change Order 5 $ 1,118,591.00 1.5% -6.4% Change Order 6 $ 805,251.12 1.1% -5.3% Change Order 7 $ 357,699.02 0.5% -4.8% Change Order 8 $ 458,175.02 0.6% -4.2% Change Order 9(proposed) $ 286,459.25 0.4% -3.8% Total Change Orders to Date $ (2,776,786.16) -3.77% New Total Contract Amount $ 70,866,440.84 1