Loading...
HomeMy WebLinkAboutPR 19262: CHANGE ORDER NO. 04, MCINNIS CONSTRUCTION, INC. City of — �+ )11►1 ort rthur Texas INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: February 26, 2016 To: Brian McDougal, City Manager From: Rawetts Baaheth, Sr., Interim Director of Public Works. RE: Proposed Resolution No. 19262 RECOMMENDATION I recommend that the City Council approve P. R. No. 19262 authorizing the City Manager to execute Change Order #4 to the contract with McGinnis Construction for the 18th Street Improvements Project increasing the contract amount by $95,929.78 to a new amount $3,428,357.63 and increasing the term by 256 days to a new term of 694 days. BACKGROUND Per Resolution 14-311 a construction contract was awarded to McInnis Construction, Inc. for the 18th Street Improvements Project for $2,781,583.85 and a contract term of 270 days. Per Resolution 15-042, the City Council approved Change Order No. 1 increasing the contract term by 21 days to a new contract terrm of 291 days due to close proximity of an existing 24" waterline. Per Resolution 15-074, the City approved Change Order No. 2 increasing the contract amount by$430,466.00 to a new contract amount of $3,212,049.85 for the replacement of approximately 1,200 LF of existing 24" waterline. Per Resolution 15-249, the City approved Change Order No. 3 increasing the contract amount by $120,378.00 to a new contract amount of$3,332,427.85 and increasing the contract term by 147 days to a new term of 438 days due to additional work being performed on the replacement of the existing 24" waterline that was not part of the original contract. This change order is for additional work on the existing 24" waterline running along 19th Street in order to install the 24" Inserta Valves on the line. This change order includes work consisting of additional hydro-excavation, materials and traffic control due to additional time. BUDGET/FISCAL EFFECT Funds are available in the GLO Round 2.2 Program, Project No.p118T, Account No. 144-1201-532.59- 00 SUMMARY I recommend that the City Council approve P. R. No. 19262 authorizing the City Manager to execute Change Order #4 to the contract with McGinnis Construction for the 18th Street Improvements Project increasing the contract amount by $95,929.78 to a new amount $3,428,357.63 and increasing the term by 256 days to a new term of 694 days. "Remember we are here to serve the Citizens of Port Arthur" P.R. 19262 02/11/16 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 04 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND MCINNIS CONSTRUCTION, INC. FOR THE 18TH STREET IMPROVEMENTS PROJECT INCREASING THE CONTRACT AMOUNT BY $95,929.78 TO A NEW CONTRACT AMOUNT OF $3,428,357.63, INCREASING THE CONTRACT TERM BY 256 DAYS TO A NEW TERM OF 694 DAYS. GLO ROUND 2.2 PROGRAM,PROJECT NO. I22BB,ACCOUNT# 145-1201-532.59-00. WHEREAS,per Resolution No. 14-311,the City Council awarded a contract for the 18th Street Improvements project from Fort Worth Avenue to Stilwell Boulevard to McInnis Construction, Inc., of Silsbee, Texas in the amount of$2,781,583.85 and a contract time of 270 calendar days; and, WHEREAS, per Resolution 15-042, the City Council approved Change Order No. 1 to the contract increasing the contract term by twenty one (21) days to a new term of 291 days due to close proximity of an existing 24"waterline; and, WHEREAS, per Resolution 15-074, the City Council approved Change Order No. 2 • increasing the contract amount by $430,466.00 to a new contract amount of$3,212,049.85 for the replacement of approximately 1,200 LF of existing 24"waterline; and, WHEREAS, per Resolution 15-249, the City Council approved Change Order No. 3 increasing the contract amount by $120,378.00 to a new contract amount of$3,332,427.85 and increasing the contract term by 147 days to a new term of 438 days due to additional work being performed on the replacement of the existing 24" waterline that was not part of the original contract extending the completion date to December 12, 2015; and, WHEREAS, proposed Change Order No. 4 is for additional work on the existing 24" waterline running along 19th Street in order to install the 24" Inserta Valves on the line. This P.R. 19262 Page 2 rtb change order includes work consisting of additional hydro-excavation, materials and traffic control due to additional time; and, WHEREAS, approval of Change Order No. 04 will increase the contract amount by $95,929.78 to a new total of $3,428,357.63 and increasing the contract term by 256 days to a new term of 694 days herein deemed an appropriate action, attached hereto as Exhibit "A"; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, Change Order No. 04 is herein approved and the City Manager is authorized to execute said Change Order No. 04 (attached as Exhibit "A") to the contract between the City of Port Arthur and McInnis Construction, Inc.; and, THAT, Change Order No. 04 increases the contract time by 256 days to a new term of 694 days for a completion date of August 24, 2016 and also increases the contract amount by $95,929.78 to new contract amount of$3,428,357.63; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2016 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: P.R. 19262 Page 3 Noes: Mayor Debris "Bobbie" Prince Attest: City Secretary Sherri Bellard APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Valecia Ti 11-641--D Brian McDougal City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: L litul //4 Ih 4 1 cG wires/ /P, , Jerry Dale, CPA, GFOA 3117 Vg Interim Director of Finance a / ice Rawetts T. Baahe , Sr. Interim Director of Public Works Clifton Williams, CPPB Acting Purchasing Director EXHIBIT A AstmL • 47141 CI= MAI ARCENEAUX WILSON &COLE engineering I surveying l planning February 2, 2016 Mr. Rawetts Baaheth City of Port Arthur 444 Fourth Street Port Arthur, Texas 77640 RE; CHANGE ORDER NO, 4 18' Street Improvements from Fort Worth Ave, to Stilwell Blvd, Job No. CPA-750 Dear Mr. Baaheth: Attached is Change Order No. 4 for the 18th Street Improvements project. This change order is for additional work on the existing 24" waterline running along 19th Street in order to install the 24" Inserta valves on the line. The installation of the valves required addition hydro excavation because the pipe condition at the initial locations was inadequate. Also, there is additional cost in materials and traffic control as the contract has been extended past the original completion date. The contractor had been working on the additional waterline relocations that were not a part of the original contract for an extended period of time longer than the original contract. Therefore, the contractor is requesting a change order for the change in material pricing. As well as additional costs for down time when the contractor had equipment and employees on site but could not work due to the valves on the existing water system not being located and non- operational. Additionally, there is a deductive amount for the change in storm sewer piping material from reinforced concrete pipe to a high density polyethylene pipe material. The change in piping material will be a deductive change order but will provide an equivalent option for the storm sewer piping. Next there is a deductive amount for the change in the storm sewer manholes and inlets from a cast in place product to a pre-cast product. The contractor had a cast in place product in the original bid but will be able to save labor and time by switching to a pre-cast product. The change order results in an additional amount of $95,929.78 and time extension of 256 days for the 409.724.7888 2901 Turtle Creek Dr,Suite 320 Port Arthur,TX 77642 Engineering Surveying awceng.com F-16194 10194049 A.ArAllik Cni `. months of June, July, August, September, October and November due to the additional work being performed on the replacement of the existing 24" waterline that was not part of the original contract. I have attached Change Order No. 4 which modifies the contract to reflect this change for your consideration and action. Should you have any questions or require additional information, please contact our office. Very truly yours, Arceneaux Wi/son & Cole LLC TEXAS REGISTERED ENGINEERING FIRM F-16194 Keestan Cole, PE Vice-President „AL Cq v_ 0Texas General Land Office Disaster Recovery FST • �6 1eLISHEO a , Construction Contract Change Order Request Form Engineer: Owner (Contractor Locality): Contractor: McIAceneaux Wilson&Cole LLC City of Port Arthur 675 Souths Construction,Street tINC. 675 4th Street 2901 Turtle Creek Dr., Suite 320 Silsbee,TX 77656 Port Arthur, TX 77642 444 4'h Street Port Arthur, TX 77642 Agreement Date: 7-29-14 Phone No.: 409-724-7888 Phone No.:409-983-8100 Phone No.: 409-860-4459 Date: November 5, 2015 Contract For (Project Description): GLO Contract No.: Project Code No.: P21113 12-305-025-6542 18th Street Improvements from Bid Package No.: 1 Fort Worth Ave. to Stilwell Blvd. Change Order No.: 4 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 Decrease 17 EA., Type "C” Strom Manhole 4 (Bid Item No. 4/$5,060.00) $ 86,020.00 Add 17 EA., Pre-Cast Type "C" Strom Manhole ($3,893.00/EA.) $ 66,181.00 Decrease 36 EA., Type "C" Curb Inlet 5 (Bid Item No. 5/$5,280.00) $ 190,080.00 Add 36 EA., Pre-Cast Type "C" Curb Inlet ($4,414.00/EA.) $ 158,904.00 Decrease 1500 L.F., 42" RCP $ 239,250.00 9 (Bid Item No. 9/$159.50) Add 1500 L.F., 42" HDPE (136.51/L.F.) $ 204,765.00 Construction Contract Change Order Request Form Page 1 of 3 CDBG Disaster Recovery Program July 2014 10 Decrease 390 L.F., 36" RCP $ 53,625.00 (Bid Item No. 10/$137.50) Add 390 L.F., 36" HDPE $ 45,594.90 ($116.91/L.F.) 11 Decrease 390 L.F., 30" RCP $ 42,900.00 (Bid Item No. 11/$110.00) Add 390 L.F., 30" HDPE $ 39,425.10 (101.09/L.F.) 12 Decrease 740 L.F., 24" RCP $ 64,120.00 (Bid Item No. 12/$88.00) Add 740 L.F., 24" HDPE $ 62,500.40 ($84.46/L.F.) 13 Decrease 1850 L.F., 18" RCP $ 145,664.20 (Bid Item No. 13/$80.30) Add 1850 L.F., 18" HDPE $ 134,828.00 ($72.88/L.F.) 19 Change in Limestone Subgrade $ 26,410.25 (Bid Item No. 19/$1.49/S.Y.) Change in Subgrade Stabilization $ 8,157.60 (Bid Item No. 20/$13.20/Ton) _ 21 Change in Manipulation of Lime $ 4,963.00 (Bid Item No. 21 /$0.28/S.Y.) 22 Change in 1.5" HMAC $ 3,019.50 (Bid Item No. 22/$0.22/S.Y.) Line Location by Hydrovac and Excavation $ 5,720.00 ($5,720.00/L.S.) Removal of 24-inch Gifford Hill Pipe $ 480.00 ($24.00/L.F.) Traffic Control Plan for Water Line Relocate $ 91,575.00 ($91,575.00/L.S.) Down Time ($731.07/Day) $ 65,065.23 Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program July 2014 Change in Contract Price Change in Contract Time (Calendar Days) Original Contract Price: $2,781,583.85 Original Contract Time: 270 days Previous Change Order(s): Net Change From Previous No. 1 to No. 3 $ 550,844.00 Change Orders: 168 days. Contract Price Prior to Contract Time Prior to this Change Order: $ 3,332,427.85 this Change Order: 438 days Net Increase/Decroxc of Net Increase/Decrease of this Change Order: $ 95,929.78 this Change Order: 256 days Contract Price With all Contract Time With all Approved Change Orders: $ 3,428,357.63 Change Orders: 694 days Cumulative Percent Change in Contract Price (+1-): Grantee Contract End Date: 23.25% (mm/dd/yy) 08 / 24/2016 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10 / 1 /2014 (mm/dd/yy) 12 / 12 / 2015 Reimbursements of costs included in this change order are subject to review by the GLO-DR program. * This document may be executed prior to submission for GLO-DR program review, but all parties involved will be held responsible if the change order or the amendment warranted as a result of this change order is not in compliance with CDBG or HUD requirements. RECOMMEND -/ APPROVED: AC i *T r 111I B : �r�i s By: By: ,1 .. /�_...4 4, ENGINEER OWNER CONTRA OR Date: -4,1'14 Date: Date: oV- 2`/G Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program July 2014 JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? ❑ Increase 0 Decrease x No Change If there is a change, how many beneficiaries will be affected? Total L/M 2. Effect of this change on scope of work: 0 Increase 0 Decrease x No Change 3. Effect on operation and maintenance costs: 0 Increase 0 Decrease x No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? x Yes 0 No If"No", explain: . 5. 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? 0 Yes x No If"Yes", is an Environmental Re-assessment required? 6. Is the Texas Commission on Environmental Quality (TCEQ) clearance still valid? (if applicable) x Yes ❑ No 7. Is the TCEQ permit approval still valid? (sewer projects only) 0 Yes ❑ No 8. Are the handicapped access requirements/approval still valid?(if applicable) x Yes 0 No 9.Are other Disaster Recovery contractual special condition clearance still valid? x Yes 0 No (If no, specify): NOTE: * Generally, a cumulative change in the contract price in excess of 25% cannot be reviewed (18% decrease for counties). Construction Contract Change Order Request Form Page 3 of 3 CDBG Disaster Recovery Program April 2014 .441 +N ARCENEAUX WILSON&COLE CHANGE ORDER No. 4 DATE: January 26, 2016 JOB NO. CPA-750 AGREEMENT DATE: July 29, 2014 NAME OF PROJECT: 18th Street Improvements from Forth Worth Ave to Stilwell Boulevard OWNER: CITY of PORT ARTHUR CONTRACTOR: McInnis Construction, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Delete to Adjust the following Bid Items to actual quantities used: a. Decrease 17 EA., Type "C" Strom Manhole (Bid Item No. 4/$5,060.00) [-] $ 86,020.00 b. Add 17 EA., Pre-Cast Type "C" Strom Manhole ($3,893.00/EA.) [+] $ 66,181.00 c. Decrease 36 EA., Type "C" Curb Inlet (Bid Item No. 5/$5,280.00) [-] $ 190,080.00 d. Add 36 EA., Pre-Cast Type "C" Curb Inlet ($4,414.00/EA.) [+] $ 158,904.00 e. Decrease 1500 L.F., 42" RCP (Bid Item No. 9/$159.50) [-] $ 239,250.00 f. Add 1500 L.F., 42" HDPE (136.51/L.F.) [+] $ 204,765.00 g. Decrease 390 L.F., 36" RCP (Bid Item No. 10/$137.50) [-] $ 53,625.00 h. Add 390 L.F., 36" HDPE ($116.91/L.F.) [+] $ 45,594.90 i. Decrease 390 L.F., 30" RCP (Bid Item No. 11/$110.00) [-] $ 42,900.00 AWL CHANGE ORDER NO. 4 fill. CIVIC January 26, 2016 MMARCENEAUX WILSON&COLE Job No. CPA-780, Contract No. 1 j. Add 390 L.F., 30" HDPE (101.09/L.F.) [+] $ 39,425.10 k. Decrease 740 L.F., 24" RCP (Bid Item No. 12/$88.00) [-] $ 64,120.00 I. Add 740 L.F., 24" HDPE ($84.46/L.F.) [+] $ 62,500.40 m. Decrease 1814 L.F., 18" RCP (Bid Item No. 13/$80.30) [-] $ 145,664.20 n. Add 1850 L.F., 18" HDPE ($72.88/L.F.) [+] $ 134,828.00 o. Change in Limestone Subgrade (Bid Item No. 19 /$1.49/S.Y.) [+] $ 26,410.25 p. Change in Subgrade Stabilization (Bid Item No. 20 /$13.20/Ton) [+] $ 8,157.60 q. Change in Manipulation of Lime (Bid Item No. 21 /$0.28/S.Y.) [+] $ 4,963.00 r. Change in 1.5" HMAC (Bid Item No. 22 /$0.22/S.Y.) [+] $ 3,019.50 s. Line Location by Hydrovac and Excavation ($5,720.00/L.S.) [+] $ 5,720.00 t. Removal of 24-inch Gifford Hill Pipe ($24.00/L.F.) [+] $ 480.00 u. Traffic Control Plan for Water Line Relocate ($91,575.00/L.S.) [+] $ 91,575.00 v. Down Time Delays by City Personnel ($731.07/Day) [+] $ 65,065.23 w. Extend contract time by 256 days SUBTOTAL $ 95,929.78 2 of 3 *Milk civic CHANGE ORDER NO. 4 '`'. January 26, 2016 '� ARCENEAUX WILSON&COLE Job No. CPA-780, Contract No. 1 e^3^eenns..".eying I O Q^^9 CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $2,781,583.85 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $3,332,427.85 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] Weer-eased} by: $95,929.78 Dollars The new CONTRACT PRICE, including this CI IANGE ORDER, will be $ 3,428.357.63 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 270 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDERS (1-3): 168 Calendar Days CURRENT DATE OF COMPLETION: December 12. 2015 CONTRACT TIME due to this CHANGE ORDER will be increased by 256 Days CURRENT CONTRACT TIME adjusted by CHANGE ORDERS (1-4): 424 Calendar Days The New DATE OF COMPLETION: August 24, 2016 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: A ! ARCENEAUX WILSON & COLE LLC [CONTRA. OR,OFFICER 0' OWNER] McInnis Construction, INC. ACCEPTED BY: CITY of PORT ARTHUR 3 o 1 3