Loading...
HomeMy WebLinkAboutPR 19361: CHANGE ORDER NO. 3 ALLCO, LLC PROJECT 4, PHASE I SURFACE WATER TREATMENT • DELORIS"BOBBIE"PRINCE,MAYOREnergy BRIAN McDOUGAL KAPRINA FRANK,MAYOR PRO TEM City of city CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. CITY SECRETARY TIFFANY L.HAMILTON ort r t h u r MORRIS ALBRIGHT Texas VAL TIZENO KEITH RICHARD CITY ATTORNEY WILLIE"BAE"LEWIS,JR. OSMAN SWATI CHARLOTTE MOSES INTEROFFICE MEMORANDUM WATER UTILITIES DEPARTMENT-ADMINISTRATION Date: May 10, 2016 To: Brian McDougal, City Manager From: Jimmie Johnson, Ph.D.,Director of Water Utilities RE: Proposed Resolution No. 19361 Nature of the Request: I recommend that the City Council approve Proposed Resolution No. 19361 authorizing the execution of a Change Order No. 3 to the contract with ALLCO, L.L.C., of Beaumont, Texas, for the increase of the contract amount by $221,082.00 to a new contract total of$12,825,269.64, and the contract time by 75 days for additional work to a new date of completion of June 29, 2016. Staff Analysis Considerations: This project is monitored by the existing Utilities Staff but will not cause an increase of workers. Recommendation: I recommend that the City Council approve Proposed Resolution No. 19361 authorizing the execution of a Change Order No. 3 to the contract with ALLCO, L.L.C., of Beaumont, Texas, for the increase of the contract by $221,082.00, and the increase of contract time by 75 days. Budget Considerations: This project will be charged through City Account No. 429-1258-532.59-00, and Project No. WSI008. P.O BOX 1089•PORT ARTHUR,TEXAS 77641-1089 •409/983-8115 •FAX 409/983-8128 • www.portarthur.net P. R. No. 19361 05/10/16 ds Page 1 of 5 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 3 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND ALLCO, LLC OF BEAUMONT, TEXAS, FOR PROJECT 4, PHASE I SURFACE WATER TREATMENT PLANT IMPROVEMENTS, INCREASING THE AMOUNT BY $221,082.00, TO A NEW TOTAL OF $12,825,269.64, AND THE CONTRACT TIME BY 75 DAYS FOR ADDITIONAL WORK, TO A NEW CONTRACT COMPLETION DATE OF JUNE 29, 2016, ACCOUNT NO. 429-1258-532.59-00, PROJECT NO. WSI008. WHEREAS, in order to meet increased demands for the sale of water for industrial purposes, it was necessary for the City of Port Arthur to contract for the Phase 1 Surface Water Treatment Plant Improvements; and, WHEREAS, this is the first of two projects that will expand the size of the Water Plant from a 20 MGD facility to a 40 MGD facility; and, WHEREAS, per Resolution No. 14-564, the City entered into a contract with ALLCO, LLC, of Beaumont, Texas, for the Phase I Surface Water Treatment Plant Improvements in the amount of$12,373,311.00; and, WHEREAS, per Resolution No. 15-095, the City Manager executed Change Order No. 1 for the construction of a temporary access road at the southwest corner of the SWTP property and to install four 4" electrical conduits; and furnish & install aluminum winding transformers, increasing the contract amount by $44,575.00 to a new contract amount of$12,417,866.00 and extending the contract time by ten (10) calendar days for the construction of the alternate access road and six (6) calendar days for weather delays for January, to a new contract time of 416 days; and, P. R. No. 19361 05/10/16 ds Page 2 of 5 WHEREAS, per Resolution No. 16-060, the City Manager executed Change Order No. 2 to (1) Provide additional piping materials required for 18" tie-ins at High Service Pump station for 18" welded boss connection instead of indicated ductile iron MJ tee. — During the work to connect the new high service pumps to the existing piping, the existing piping was found to differ from the record drawings. This change item reflects the additional materials required to make the connection to the actual fittings found. The cost of this change item is $6,160.00; (2) Furnish and install six (6) speed limit signs at various locations on the project for safety. — Due to the high traffic volume around site and congested site conditions prompted the need for speed limit signs to be posted around the site to remind everyone to maintain a safe speed. The cost for this change item is $835.00; (3) Provide high potential testing of all 15-kV electrical cables on the project. — The high potential testing of the 15-kV electrical cables on the project was not included in the specifications. The cost for this change item is $10,017.00. (4) Install H-Frame bracing on new service poles instead of specified single pole service poles to provide more stable, more storm-resistant structure. — The standard service pole was modified with the more stable, more storm resistant H-Frame style per Entergy request. The cost for this change item is $8,125.00; (5) Provide one (1) fixture type 'B' at the sampling pump. — This change item is to provide a light fixture inadvertently left off of the plans. The cost of this change item is $2,884.00; (6) Install a temporary plug in the 42" effluent line from the existing clearwell to perform the tie-in to the 42" line. The plug will eliminate the need to use the existing 42" butterfly valve with uncertain operation after approx. 20-years of no use or exercise. The plug installation will be installed using a dive team during low flow hours as required by the City. — This change item is added to the project in the event the existing 42" butterfly valve is not operable for isolation when needed for connecting the new clearwell to the existing piping. The P. R. No. 19361 05/10/16 ds Page 3 of 5 cost of this change item is $6,380.00; (7) Furnish one (1) Evoqua Water Champ 10FX Chemical Induction Unit spare — This change item is to provide a spare chemical induction unit per the City's request. The cost of this change item is $20,930.00; (8) Furnish & install pre-lubrication system for the HSPs including all associated piping, valves, controls, electrical, heat tracing, and insulation as directed by the engineer. — This change item is to provide a pre-lubrication system for the high service pumps to lubricate the pumps prior to startup. The system will include piping, controls, programming, electrical, insulation, installation, and testing. The cost of this change item is $130,970.00; and (9) Weather days for January (6 days), February (6 days), March(13 days), April (14 days), and May (17 days) for a total of 56 calendar days; and, WHEREAS, Change Order No. 2 increased the contract in the amount of$186,301.64, to a new total of $12,604,187.64, and the contract time by 56 days for weather delays and to provide additional materials and install additional equipment, to a new contract completion date of April 15, 2017. WHEREAS, the project engineer, Arceneaux Wilson & Cole LLC recommends Change Order No. 3, which includes (1) work associated with the tie-ins for the new clearwell; (2) the addition of a safety walkway for the new clearwell; and, (3) time extension for the above work, increasing the contract amount by $221,082.00, to a new total of$12,825,269.64, and extending the contract time by 75 days for additional work (as detailed in Exhibit A). NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: P. R. No. 19361 05/10/16 ds Page 4 of 5 THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute the attached Change Order No. 3 (Exhibit"A")to the contract between the City of Port Arthur and ALLCO, LLC, of Beaumont, Texas, for the work described therein, increasing the total contract amount by $221,082.00, to a new total $12,825,269.64; and, THAT, Change Order No. 3 increases the contract time by seventy-five (75) calendar days for additional work, to a new contract completion date of June 29, 2016; and, THAT, said funding for this contract is being provided to the City pursuant to the terms of Resolution No. 12-287; and, THAT, a copy of the caption of this resolution be spread upon the minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , 2016 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers: NOES: Deloris Prince Mayor P. R. No. 19361 05/10/16 Page 5 of 5 ATTEST: APPROVED AS TO FORM: A Sherri Bellard Valecia Tizen,W dip City Secretary City Attorney APPROVED FOR ADMINISTRATION: //I k4 Brian ougal Clifton Williams City an.,_er Acting Purchasing Manager immie ohnson, 'h.D. Assistant City Manager APPROVED AS TO AVAILABILITY OF FUNDS: ?el 4,4„,, sEs--- Jerry Dale, CPA, GFOA 51131$ Director of Finance Account No.: 429-1258-532.59-00 Project No.: WSI008 Exhibit "A" (A&G Recommendation& Change Order No.3) .v. v/47..` .' Description of Change Order No. 3 Change Order No. 3 for CPA-681, Phase I Surface Water Treatment Plant Improvements includes (1) work associated with the tie-ins for the new clearwell; (2) the addition of a safety walkway for the new clearwell; and, (3) time extension for the above work. The work is described in more detail as follows: New Clearwell Tie-in Work Items (See Proposed Change Request No. 1, PCR-1) Item 1 — Electrical Relocation at High Service Tie-in. The existing electrical duct bank located adjacent to the tie-in near the high service pump suction piping was installed almost on top of the tie-in point. The tie-in point is approximately 20-feet below ground level so the electrical duct bank has to be relocated to allow the excavation for the tie-in. The relocation of the electrical at this location is a lump sum cost of $65,863.00. Item 2 — Tie-in Modifications at High Service Tie-in. The existing piping as indicated on the "record drawings" differs from the piping actually installed in the ground. Additionally, the existing 42" butterfly valve that has been buried for almost 20 years is not expected to be operable. This change provides for the modifications required for the difference in the piping from the record drawings and to replace the existing 42" butterfly valve with a new valve. The cost of this change item is a lump sum cost of $58,927.00. Item 3 — Clearwell Tie-in Modifications. The existing 36" butterfly valve that has been buried for almost 20 years is not expected to be operable. This change provides to replace the existing 36" butterfly valve with a new valve. The cost of this change item is a lump sum cost of $40,954.00. New Clearwell Safety Walkway (PCR-2) Item 4 — New Clearwell Safety Walkway. Upon completion of the dome roof on the new clearwell, the City of Port Arthur's staff brought up access for the annual inspections to the vent screens on the domes. In order to access the vents, an access system meeting OSHA requirements must be provided on the dome due to the steep slope required for the dome design. This change provides a nominal 25 linear feet of grated step walkway w/ double handrails; nominal 85 linear feet of non-skid tap walkway with single handrail; and one Ai& zt. ~ • vASTAI vffff nominal 110 linear foot SST cable from apex of dome to perimeter. The cost of this change item is a lump sum cost of $55,338.00. Time Extension Item 5 — Time Extension. The time extension for the above work is a total of 75 calendar days. The total cost of Change Order No. 3 is $221,082.00. • ..(4), enlic MAI ARCENEAUX WILSON &COLE engineering I surveying I planning CHANGE ORDER NO. 3 DATE: April 4, 2016 JOB NO.: CPA-681 AGREEMENT DATE: November 18, 2014 NAME OF PROJECT: Project 4, Phase I Surface Water Treatment Plant Improvements OWNER: CITY of PORT ARTHUR CONTRACTOR: ALLCO LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Provide labor, equipment, materials, etc. to remove/relocted electrical in conflict w/42" HSP Tie- in. Elect. Reloc. @ HSP Tie-In 1 LS $65,863.00 [+] $65,863.00 2. Furnish and install additional piping as required to prerform the tie-in at the HSPs due to changed conditions. Including additional labor and materials for the replacing of existing 42" valve with valve from original scope and extending approximately 40-feet to actual location. Tie-in Modifications @ HSP 1 LS $58,927.00 [+] $58,927.00 3. Furnish labor, piping, equipment, etc. for replacing 36" valve at the clearwell tie-in including modifications to piping for changed conditions. Clearwell Tie-in Modifications 1 LS $40,954.00 [+] $40,954.00 4. Furnish labor, materials, equipment, etc. for installing approx. 25 linear feet of grated step walkway w/double handrails; nominal 85 linear feet of non-skid tap walkway w/single handrail; and one nominal 110 linear foot SST safety cable from apex of come to perimeter. Clearwell Safety Walkway 1 LS $55,338.00 [+] $55,338.00 5. Time extension for the above work for a total of 75 calendar days. TOTAL $221,082.00 CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $12,373,311.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $12,604,187.64 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] by: $221,082.00 The new CONTRACT PRICE, including this CHANGE ORDER, will be $12,825,269.64 1 of 2 Am 'lupe oz. CHANGE ORDER NO. 3 April 4, 2016 Job No. CPA-681 MM ARCENEAUX WILSON &COLE engineering i surveying planning CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 400 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 72 Calendar Days CURRENT DATE OF COMPLETION: April 15, 2016 CONTRACT TIME due to this CHANGE ORDER will be increased by 75 Calendar Days The New DATE OF COMPLETION: June 29, 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: ARCENEAUX WILSON & COLE LLC (CONTRACTOR, OFFICER OR OWNER) ALLCO LLC ACCEPTED BY: CITY of PORT ARTHUR 2 of 2