HomeMy WebLinkAboutPR 19468: CHANGE ORDER NO. 05 CONTRACT WITH MCINNIS CONSTRUCTION, INC. INCREASING AMOUNT BY $1,507.54 TO A NEW AMOUNT OF $3,429,865.17 City of cin
ort rthur
7, tr �
INTEROFFICE MEMORANDUM
PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV.
Date: August 19,2016
To: Brian McDougal, City Manager
From: Rawetts Baaheth, Sr., Interim Director of Public Works
RE: Proposed Resolution No. 19468
RECOMMENDATION
I recommend that the City Council approve P. R. No. 19468 authorizing the City Manager to execute
Change Order No. 5 to the contract with Monis Construction for the 18th Syeet Improvements Project
increasing the contract amount by $1,507.54 to a new amount $3,429,865.17 and increasing the term by
90 days to a new term of 784 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
term 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. Per Resolution 16-088, the City approved Change Order No. 4 increasing the
contract amount by $95,929.78 to a new contract amount of $3,428,357.63 and increasing the contract
term by 256 days to a new term of 694 days due to additional hydro-excavation, materials and traffic
control due to additional time. This change order is for additional concrete work at the Savannah Avenue
crossing, the lowering of the storm sewer system from Atlanta Avenue to Fort Worth Avenue to avoid a
conflict with the existing 12"waterline located under the roadway.
BUDGET/FISCAL EFFECT
Funds are available in the GLO Rooung 2 Program, Proie� ct NI2118T
o. , Account No. 144-1201-532.59-
00
"Remember we are here to serve the Citizens of Port Arthur"
SUMMARY
I recommend that the City Council approve P. R. No. 19468 authorizing the City Manager to execute
Change Order No. 5 to the contract with McInnis Construction for the 18th Street Improvements Project
increasing the contract amount by $1,507.54 to a new amount $3,429,865.17 and increasing the term by
90 days to a new term of 784 days.
"Remember we are here to serve the Citizens of Port Arthur"
P.R. 19468
08/19/16 rb/gt
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE
CHANGE ORDER NO. 05 TO THE CONTRACT BETWEEN THE CITY
OF PORT ARTHUR AND MCINNIS CONSTRUCTION, INC. FOR THE
18TH STREET IMPROVEMENTS PROJECT INCREASING THE
CONTRACT AMOUNT BY $1,507.54 TO A NEW CONTRACT
AMOUNT OF $3,429,865.17, INCREASING THE CONTRACT TERM
BY 90 DAYS TO A NEW TERM OF 784 DAYS. GLO ROUND 2.2
PROGRAM, PROJECT NO. I22BB, ACCOUNT # 145-1201-532.59-
00.
WHEREAS, per Resolution 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; and,
P.R. 19468
8/19/16 rb/gt
WHEREAS, per Resolution 16-088, the City Council approved Change Order No.
4 increasing the contract amount by $95,929.78 to a new contract amount of
$3,428,357.63 and increasing the contract term by 256 days to a new term of 694 days
due to additional hydro-excavation, materials and traffic control due to additional time;
and,
WHEREAS, proposed Change Order No. 5 is for additional concrete work at the
Savannah Avenue crossing, the lowering of the storm sewer system from Atlanta
Avenue to Fort Worth Avenue to avoid a conflict with an existing 12" waterline located
under the roadway. This change order consists both of removal and increasing bid
items; and,
WHEREAS, approval of Change Order No. 05 will increase the contract amount
by $1,507.54 to a new total of $3,429,865.17 and increasing the contract term by 90
days to a new term of 784 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. 05 is herein approved and the City Manager is
authorized to execute said Change Order No. 05 (attached as Exhibit "A") to the
contract between the City of Port Arthur and McInnis Construction, Inc.; and,
P.R. 19468
08/19/16 rb/gt
THAT, Change Order No. 05 increases the contract time by 90 days to a new
term of 784 days for a completion date of November 22, 2016 and increases the
contract amount by $1,507.54 to new contract amount of $3,429,865.17; 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:
Noes:
Mayor
Derrick Freeman
Attest:
City Secretary
Sherri Bellard
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
( 7
Valecia flo Brian McDougal
City Attorney City Manager
P.R. 19468
Page 4
APPROVED AS FOR AVAILABILITY OF
FUNDS:
/21/1/-611/ /14- 'o'z L69i)-qrn-e/Oie,
Jerry Dale, CPA, GFOA 0 Oily
Director of Finance
/air 4
Rawetts T. Baahe , Sr.
Interim Director of Public Works
Clifton Williams, CPPB
Acting Purchasing Manager
EXHIBIT A
AWS
S
4/0N •
// ARCED JEAUX WILSON&COLE
an�in9ca in9 i>un.=;ing�plonning
PLi3LIC W O <4
' i� city Haat
CHANGE ORDER No. 5
DATE: June 29, 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. Add/Delete to Adjust the following Bid Items to actual quantities used:
a. Decrease 80 L.F., Curb and Gutter
(Bid Item No. 15/$7.15/L.F.) $ (572.00)
b. Decrease 2 EA., Concrete Handicap Ramps
(Bid Item No. 16/$825.00/EA.) $ (1,650.00)
c. Decrease 35 S.Y., 12" Compacted Limestone
Subgrade
(Bid Item No. 19/$26.24/S.Y.) $ (918.40)
d. Decrease 1.59 Ton, Lime for Subgrade Stabilization
(Bid Item No. 20/$233.20/Ton) $ (371.00)
e. Decrease 2 EA., Pre-Cast Type "C" Curb Inlet
(Bid Item No. 49/$4,414.00/EA) $ (8,828.00)
f. Decrease 303 L.F., 24" HDPE
(Bid Item No. 53/$84.46/L.F.) $ (25,591.38)
g. Decrease 984 L.F., 18" HDPE
(Bid Item No. 54/$72.88/L.F.) $ (71,713.92)
h. Price Adjustment from 18" HDPE to 18" RCP 246 LF
($7.42/L.F.) $ 1,825.32
i. Add 3 EA., Pre-Cast Type "C" Storm Manhole
(Bid Item No. 48/$3,893.00/EA) $ 11,679.00
4 PAICHANGE ORDER NO. 5
�. June 29, 2016
N/ ARCENEAUX WILSON ULE Job No. CPA-750, Contract No. 1
engineering(surveying - n:.ing
j. Add 3 EA., Conflict Structure
($5,060.00/EA.) $ 15,180.00
k. Add 4 EA., Adjust Existing Rim
(4,500.00/EA.) $ 18,000.00
I. Add 1 L.S., Work Performed by contractor
For the Crossing at Savannah per TxDOT
($36,197.45/L.S.) $ 36,197.45
2. Additional Items to Adjust for Modifications to Original Drawings followings Bid Items
to actual quantities used:
m. Add 1,312 L.F., Lower Main Truck Line
($13.74/L.F.) $ 18,026.88
n. Add 7 EA., Changes to Type "C" Manhole
($463.37/EA) $ 3,243.59
o. Add 7 EA., Curb Inlet/ Throat Modifications
($1,000.00/EA) $ 7,000.00
p. Extend contract time by 90 days
TOTAL $ 1,507.54
2 of 3
IM CHANGE ORDER NO. 5
A.`
awc
VW, June 29, 2016
MMARCENEAUX WILSON&COLE Job No. CPA-750, Contract No, 1
engineering I surveying I Planning
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $2,781,583.85
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $3,428,357.63
The CONTRACT PRICE due to this CHANGE ORDER will be[increased] [decreased]
by: $ 1,507.54 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER,will be $3,429,865.17
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 270 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDERS (1-4): 694 Calendar Days
CURRENT DATE OF COMPLETION: August 24, 2016
CONTRACT TIME due to this CHANGE ORDER will be increased by 90 Days
CURRENT CONTRACT TIME adjusted by CHANGE ORDERS (1-5): 784 Calendar Days
The New DATE OF COMPLETION: November 22,2016
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:
//d
ARCENEAUX WIL N & COLE LLC [CONTRAC, •,OFFIC OR OWNER]
McInnis Con truction, INC.
ACCEPTED BY:
CITY of PORT ARTHUR
3 of 3
-...<-1 ._.fit .�. 4
AnT -,-4.--- ---. a Texas General Land Office
cr
L ,� Disaster Recovery
,- \ PUBLIC WORKS
i.
Admin. .city Hall
"`° Construction Contract Change Order Request Form
Engineer: Owner(Contractor Locality): Contractor:
McInnis Construction,INC.
Aceneaux Wilson&Cole LLC City of Port Arthur 675 South 4th Street
2901 Turtle Creek Dr., Suite 320 Silsbee, TX 77656
Port Arthur,TX 77642 444 4th 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: June 29, 2016 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.: 5
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 80 L.F., Curb and Gutter $ (572.00)
(Bid Item No. 15/$7.15/L.F.)
Decrease 2 EA., Concrete Handicap Ramps $ (1,650.00)
(Bid Item No. 16/$825.00/EA.)
Decrease 35 S.Y., 12" Compacted Limestone $ (918.40)
Subgrade
(Bid Item No. 19/$26.24/S.Y.)
Decrease 1.59 Ton, Lime for Subgrade Stabilization $ (371.00)
(Bid Item No. 20/$233.20/Ton)
Decrease 2 EA., Pre-Cast Type "C" Curb Inlet $ (8,828.00)
(Bid Item No. 49/$4,414.00/EA)
Decrease 303 L.F., 24" HDPE $ (25.591.38)
(Bid Item No. 53/$84.46/L.F.)
Decrease 1,230 L.F., 18" HDPE $ (71,713.92)
(Bid Item No. 541$72.88/L.F.)
Construction Contract Change Order Request Form Page 1 of 3
CDBG Disaster Recovery Program July 2014
Price Adjustment from 18" HDPE to 18" RCP
($7.42/L.F.) $ 1,825.32
Add 3 EA., Pre-Cast Type"C" Storm Manhole $ 11,679.00
(Bid Item No. 48/$3,893.00/EA)
Add 3 EA., Conflict Structure
($5,060.00/EA.) $ 15,180.00
Add 4 EA., Adjust Existing Rim
(4,500.00/EA.) $ 18,000.00
Add 1 L.S., Work Performed by contractor For the
Crossing at Savannah per TxDOT $ 36,197.45
($36,197.45/L.S.)
Add 1,312 L.F., Lower Main Truck Line
($13.74/L.F.) $ 18,026.88
Add 7 EA., Changes to Type "C" Manhole
($463.37/EA) $ 3,243.59
Add 7 EA., Curb Inlet/Throat Modifications
($1,000.00/EA) $ 7,000.00
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. 4 $ 646,773.78 Change Orders: 424 days
Contract Price Prior to Contract Time Prior to
this Change Order: $ 3,428,357.63 this Change Order: 694 days
Net Increase/Deer aso of Net Increase/Deer aso of
this Change Order: $ 1,507.54 this Change Order: 90 days
Contract Price With all Contract Time With all
Approved Change Orders: $3,429,865.17 Change Orders: 784 days
Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date:
23.30% (mm/dd/yy) 11 / 22/2016
Construction Contract Start Date: Construction Contract End Date:
(mm/dd/yy) 10 / 1 /2014 (mm/dd/yy) 12/ 12 / 2015
Construction Contract Change Order Request Form Page 2 of 3
CDBG Disaster Recovery Program July 2014
•
Reimbursements of costs included in this change order are subject to review by the GLO-DR program.
*This document may 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.
RECOMMENDED: APPROVED: ACCEPTED-
By:
CCEPTED-By: By: i_
ENGINEER OWNER CONTR' ' OR
Date: g' �6 Date: Date: e "1g-76
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 0 No
7. Is the TCEQ permit approval still valid? (sewer projects only) 0 Yes 0 No
8. Are the handicapped access requirements/approval
still valid? (if applicable) x Yes 0 No
Construction Contract Change Order Request Form Page 1 of 3
CDBG Disaster Recovery Program July 2014
9.Are other Disaster Recovery contractual special condition clearance
still valid? x Yes ❑ 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 5 of 5
CDBG Disaster Recovery Program July 2014