HomeMy WebLinkAboutPR 17042: CHANGE ORDER NO. 4 TO CONTRACT WITH T. JOHNSON INDUSTRIES MEMORANDUM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO: John Comeaux, P.E., Acting City Manager
FROM: Kelly Eldridge, Director of Utility Operations /464
DATE: May 4, 2012
SUBJECT: Proposed Resolution No. 17042
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 17042 authorizing the
execution of Change Order No. 4 to the contract between the City and T. Johnson Industries;
Inc., of Lumberton, Texas, increasing the contract amount $1,332.79 and the contract time by 47
calendar days, for the Primary and Secondary Generators for the Main Wastewater Treatment
Plant and Primary Generator for the Main Outfall Lift Station project.
BACKGROUND
This project is for the provision of emergency generators at the above facilities. The TDRA has
provided grant funds for this work. This change order will replace some door hardware with
stainless steel equipment at the Main WWTP, as it is exposed to an extremely harsh
environment. It also provides for additional cost of changes to the Davis Bacon Wage Scale. The
new date of completion will be May 31, 2012.
BUDGET/FISCAL EFFECT
The Change Order increases the contract amount by $1,332.79, Project No. ORPRIM,
ORMSEC, & ORMAIN.
For Finance: $681.40 ORPRIM only.
$651.39 ORPRIM, ORMSEC, ORMAIN split equally.
STAFF/EMPLOYEE EFFECT
None.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 17042.
P.R. No. 17042
05/04/12
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE EXECUTION
OF CHANGE ORDER NO. 4 TO THE CONTRACT
BETWEEN THE CITY OF PORT ARTHUR AND T.
JOHNSON INDUSTRIES, INC. INCREASING THE
CONTRACT AMOUNT BY $1,332.79 AND
INCREASING CONTRACT TIME BY 47 CALENDAR
DAYS FOR THE PRIMARY AND SECONDARY
GENERATORS FOR THE MAIN WASTEWATER
TREATMENT PLANT AND PRIMARY GENERATOR
FOR THE MAIN OUTFALL LIFT STATION PROJECT,
ACCOUNT NO. 141- 1201 - 532.59 -00, PROJECT NO.
ORPRIM, ORMSEC, & ORMAIN.
WHEREAS, the City is currently under an Agreed Order with the TCEQ to rehabilitate
its sanitary sewer system; and,
WHEREAS, the City is in need of upgrading key lift stations and WWTP'S to provide
electrical power during emergency conditions in order to continue to provide service and to meet
TCEQ Design Criteria; and,
WHEREAS, the City applied for, and received, a grant from the Texas Department of
Rural Affairs for such emergency generators; and,
WHEREAS, on June 28, 2011, by Resolution No. 11 -239, the City Council awarded the
Primary and Secondary Generators for the Main Wastewater Treatment Plant and Primary
Generator for the Main Outfall Lift Station project to T. Johnson Industries, Inc. in the amount of
$1,192,605.70; and,
WHEREAS, during the course of the project, the City has requested additional work
items that will facilitate the operation and maintenance of the Main WWTP generator supplied
under this project; and,
WHEREAS, the Davis Bacon Wage Rate for this project has been changed and such
change must be done by contract change order; and,
P.R. No. 17042
05/04/12
Page 2 of 3
WHEREAS, Arceneaux & Gates Consulting Engineers, Inc. recommends Change Order
No. 4 to provide for these changes, increasing the contract amount by $1,332.79 and extending
the contract time 47 calendar days; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the City Council of the City of Port Arthur hereby authorizes the City Manager
to execute Change Order No. 4 (attached as Exhibit "A ") to the contract between the City of Port
Arthur and T. Johnson Industries, Inc. for the Primary and Secondary Generators for the Main
Wastewater Treatment Plant and Primary Generator for the Main Outfall Lift Station project,
which increases the contract amount by $1,332.79 to a new total of ONE MILLION TWO
HUNDRED SIXTY THOUSAND TWO HUNDRED EIGHTY -EIGHT AND 49/100
DOLLARS ($1,260,288.49), and increases the contract time by 47 calendar days, making the
new Completion Date May 31, 2012; and,
THAT, the City Secretary shall provide a certified copy of this Resolution along with
Change Order No. 4 to Arceneaux & Gates Consulting Engineers for forwarding to the TDRA
for processing and approval; and,
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
2012 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the
following vote:
AYES: Mayor
P.R. No. 17042
05/04/12
Page 3 of 3
Councilmembers:
NOES: •
Deloris Prince
Mayor
ATTEST: APPROVED AS TO FORM:
\ I ' dl/__- I
Sherri Bellard Valecia Tizeno ,
City Secretary City Attorney
APPROVED FOR ADMINISTRATION:
John Comeaux, P.E.
Acting City Manager
�.y APPROVED AS TO AVAILABILITY
Ross Blac etter, P.E. OF FUNDS:
Director of Public Works
Kelly dridge v Deborah Echo s
Director of Utility Operations Director of Finance
Account No.: 141- 1201 - 532.59 -00
Project No.: ORPRIM
NNW
EXHIBIT A
(Change Order No. 4)
ARCENEAUX
GATES
CONSULTING
ENGINEERS, INC.
CHANGE ORDER No. 4
DATE: April 23, 2012 JOB NO. CPA -570
AGREEMENT DATE: July 5, 2011
NAME OF PROJECT: PRIMARY & SECONDARY GENERATORS for MAIN WWTP
and PRIMARY GENERATOR for MAIN OUTFAL LIFT STATION
OWNER: CITY of PORT ARTHUR
CONTRACTOR: T. JOHNSON INDUSTRIES, INC.
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Add the following Items to the Contract and Scope of Work:
a. Install Stainless Hinges and
Threshold and Door Sweep
at the Main Outfall Lift Station
[+1 $ 681.40
b. Additional Labor Charge for change in
Davis Bacon Wage Rate.
[ +1 $ 651.39
TOTAL $ 1,332.79
CHANGE ORDER NO. 4
April 23, 2012
ARCENEAUX Job No. CPA -570, Contract No. 1
GATES
CONSULTING
ENGINEERS, INC.
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $1,192,605.70
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $1,258,955.70
The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased]
by: $1,332.79 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER, will be $1,260,288.49
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 150 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 269 Calendar Days
CURRENT DATE OF COMPLETION: April 14, 2012
CONTRACT TIME due to this CHANGE ORDER will be increased by 47 Days
The New DATE OF COMPLETION: May 31, 2012
No other Terms and Conditions of the Contract are changed as a result of this Change Order.
Contractor's acceptance of Change Order relieves OWNER of any liability for additional costs
incurred by Contractor in his performance of the work covered by the Change Order.
RECOMMENDED BY ENGINEER: ACCEPTED BY:
qta
ARC & GATES [CONTRACTOR, OFFICER OR OWNER]
CON - TING ENGINEERS, INC. T. JOHNSON INDRUSTRIES, INC.
ACCEPTED BY:
CITY of PORT ARTHUR
2 of 2
1 1 1
7c 4.. CHAPTER 9
EXAS•~ CONTRACT AMENDMENTS
Form 9 -4 Construction Contract Change Order Approval Request
Owner (Contractor Locality): Contract For (project description): Date: April 23, 2012
City of Port Arthur Primary & Secondary Generators
for Main WWTP and Primary
Generator for Main Outfall Project No. P08002
Lift Station
Phone #: 409 - 983 -8100
Contractor: Engineer: DR Contract No.
T. Johnson Industries, Inc. Arceneaux & Gates Consulting DRS010148
P.O. Box 8009 Engineers, Inc.
Lumberton, TX 77657 3501 Turtle Creek Dr.
Suite 102
Port Arthur, TX 77642
Agreement Date: July 5, 2011 Phone #:409- 724 -7888
Change Order No. 4
Phone #:409- 246 -2440
Engineer's Project No. CPA - 570
You are hereby requested to comply with the following changes from the contract plans and specifications:
Item Description of Changes - Quantities, Units, Unit Prices, Decrease in Increase in
No. Change in Completion Scheduled, Etc. Contract Price Contract Price
Install One set of Stainless Hinges, One Stainless $ 681.40
Threshold and Door Sweep at the Main Outfall L.S.
Davis Bacon Wage Adjustment $ 651.39
Change in Contract Price Change in Contract Time
$ 1,332.79 47 calendar days
I
! , ' "c P CHAPTER 9
\,.
'
EXA CONTRACT AMENDMENTS
Original Contract Price: $ 1,192,605.70 Original Contract Time: 150 days
Previous Change Order(s) Net Change From Previous
1
No.1 to No. 3 $ 66350.00 Change Orders 269 days
Contract Price Prior to Contract Time Prior to
this Change Order $ 1,258,955.70 this Change Order 269 days
Net Increase /Dccroacc of Net Increase /Decrease of
this Change Order $ 1,332.79 this Change Order 47 days
Contract Price With all Contract Time With all
Approved Change Orders $ 1,260,288.49 Approved Change Orders 316 days
Cumulative % Change in Contract Price: 6%
DR Division reimbursement of costs approved by this change order is subject to approval by TDRA.
RECOMMENDED: APPROVED: ACCEPTED:
By: By: By:
ENGIN (Authorized Signature) OWNER (Authorized Signature) CONTRACTOR (Authorized
Signature)
—/ Date:
-23 Z D
Date: � ate
Grantee: Port Arthur
DRS Contract No.: DRS010148
JUSTIFICATION FOR CHANGE Change Order No. 4
1. Will this Change Order increase or decrease
I
the number of beneficiaries? ❑ Increase ❑ Decrease El No Change
Pty CHAPTER 9
o TEt6. CONTRACT AMENDMENTS
If there is a change, how many beneficiaries will be affected? Total L/M
2. Effect of this change on scope of work: ❑ Increase ❑ Decrease El No Change
3. Effect on operation and maintenance costs: ❑ Increase ❑ Decrease El No Change
4. Are all prices in the change order dependent upon unit prices
found in the original bid? El Yes ❑ No
If "No ", explain: One set of Stainless Hinges, one set of Stainless Threshold & Door Sweep was not in
Original Bid.
5. Will this change be completed within the contract period? ❑ Yes 0 No
If "No ", expected completion date: May 31, 2012
(completion date)
6. Has this change created new circumstances or environmental
conditions which may affect the project's impact, such as
concealed or unexpected conditions discovered during actual
construction? ❑ Yes El No
If "Yes ", is an Environmental Re- assessment required? ❑ Yes El No
1
1 '/
CHAPTER 9
CONTRACT AMENDMENTS
7. Is the Texas Commission on Environmental Quality (TCEQ)
clearance still valid? I 1 Yes ❑ No
8. Is the TCEQ permit approval still valid? (sewer projects only) 2 Yes ❑ No
9. Are the handicapped access requirements /approval
still valid (if applicable)? 2 Yes ❑ No
10. Are other Disaster Recovery contractual special condition clearance
still valid? Q Yes ❑ No
(If no, specify):
NOTE:
* Generally, a cumulative change in the contract price in excess of 25% cannot
be approved.
* Generally, items not included or identifying unit costs in the original bid
documents cannot be approved as change order items.