Loading...
HomeMy WebLinkAboutPR 20257: WEST REV. DR. RANSOM HOWARD (7TH) STREET PAVEMENT REHAB PROJECT 01y�11,1i/G/• � 44, City of I.% I� Ort rtlrur Teras www.Po rtArth u rTx.gov INTEROFFICE MEMORANDUM Date: May 2. 2018 To: The Honorable Mayor and City Council Through: Harvey Robinson, Interim City Manager From: Armando Gutierrez, Jr., P.E., Director of Public Works RE: P.R. 20257—West Rev. Dr. Ransom Howard (7th) Street Pavement Rehabilitation Project Introduction: City Council to approve P.R. 20257 authorizing the City Manager to execute Change Order No. 2 to the contract between the City of Port Arthur and Old Castle Materials Gulf Coast for the West Rev. Dr. Ransom Howard(7th) Street Pavement Rehabilitation Project from MLK(SH 82) to Abe Lincoln Avenue. Change Order No. 2 consists of the following changes: 1. Extend Contract time by 36 days 2. Adding bid items (Excavation and Embankment) 3. Deleting bid items (Joint Sealing, Crack Cleaning and Sealing) 4. Adjust bid items quantities (Flexible Pavt, Lime, Concrete Curb and Gutter) The total cost for this change order will increase the contract amount by $55,493.82 to a new contract amount of$1,443,369.07 and increasing the contract term by 36 calendar days to a new contract term of 177 days. Background: On August 15, 2017, City Council approved Resolution No. 17-205 executing a contract with Old Castle Materials—Texas, Inc. for the rehabilitation of West Rev. Dr. Ransom Howard (7th) Street Pavement Rehabilitation Project from MLK Drive(SH 82)to Abe Lincoln Avenue in the amount of$1,462,606.85. "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Per Resolution 18-049, the City Council approved Change Order No. 1 decreasing the contract amount by $74,731.60 to a new contract amount of$1,387,875.25 and increasing the contract term by 21 calendar days to a new contract term of 141 calendar days. Change Order No. 2 includes extending the contract time by 36 calendar days, adding two bid items, removal of four existing bid items and adjusts the quantities of four existing bid items. The Contractor encountered groundwater in the existing subgrade of the north lane of West 7th Street while excavating and mixing the proposed subgrade layer between Welford Avenue & Foley Avenue. After an extensive investigation and a Geotechnical Report,we found an existing trash layer(ranging thickness 18"to 33")between the existing subgrade and the clay soils. The trash layer was collecting and holding the groundwater that was encountered by the Contractor. The accumulation of water probably caused the existing subgrade to become saturated and probably contributed to the poor existing condition of the road. To construct the proposed road that we needed we had to excavate and remove the trash layer and the top four to six inches of the saturated clay below. It was also recommended by Science Engineering (Geotech Report for West 7th street)that we construct the subgrade with structural fill up to the proposed asphalt stabilized base layer. This was the additional work needed to complete the job. It is important to note that the 36 calendar days requested include time lost because of unforeseen groundwater that was encountered outside of the original contract not rain days. The bid items to be removed were intended to be used with supplemental item full depth concrete repair (replaced in Change Order No. 1) and as a result will not be required on this project. The two added bid items will replace the three bid item quantities we show to be adjusted as well as adding quantities to remove and replace some additional curb and gutter on the south lane. The total cost of this change order will increase the contract amount to $55,493.82 and extend the contract time by 36 calendar days. It is an important note that with approval of Change Order No. 1 and Change Order No. 2 the contract does not exceed the original contract amount ($1,462,606.85) awarded in November 2017. This will increase the contract amount by $55,493.82 to a new contract amount of$1,443,369.07 and increasing the contract term by 36 calendar days to a new contract term of 177 days. Budget Impact: Funds are available in the following account: GLO Round 2.2 Program, Project No. I22W7, Account No. 145-1201-532.59-00 ($730,000.00) and Capital Projects Account No. 307-1601- 591.86-00 ($713,369.07). Recommendation: City Council to approve P.R. 20257 authorizing the City Manager to execute Change Order No. 2 for the West Rev. Dr. Ransom Howard(7th) Street Pavement Rehabilitation Project from MLK (SH 82)to Abe Lincoln Avenue. Change Order No. 2 consists of the following changes: 1. Extend Contract time by 36 days 2. Adding bid items (Excavation and Embankment) 3. Deleting bid items (Joint Sealing, Crack Cleaning and Sealing) 4. Adjust bid items quantities (Flexible Pavt, Lime, Concrete Curb and Gutter) The total cost for this change order will increase the contract amount by $55,493.82 to a new contract amount of$1,443,369.07 and increasing the contract term by 36 calendar days to a new contract term of 177 days. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 P.R. 20257 04/17/18 rtb Page 1 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 02 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND OLD CASTLE MATERIALS GULF COAST, INC., OF BEAUMONT, TEXAS FOR THE WEST REV. DR. RANSOM HOWARD (WEST 7TH) STREET PAVEMENT REHABILITATION PROJECT, INCREASING THE CONTRACT AMOUNT BY $55,493.82 TO A NEW TOTAL AMOUNT OF $1,443,369.07 AND INCREASING THE CONTRACT TERM BY 36 CALENDAR DAYS TO A NEW TOTAL OF 177 DAYS. FUNDING AVAILABLE IN GLO ROUND 2.2 PROGRAM, PROJECT NO. I22W7, ACCOUNT NO. 145-1201-532.59-00 ($730,000.00) AND CAPITAL PROJECTS ACCOUNT 307-1601- 591.86.00 ($713,369.07) WHEREAS, per Resolution No. 17-205, the City Council awarded a contract for the West Rev. Dr. Ransom Howard West 7th) Street Pavement Rehabilitation project from Martin Luther King Jr. Drive (SH 82) to Abe Lincoln Avenue to Old Castle Materials Gulf Coast, Inc., of Beaumont, Texas with the projected budgetary impact amount of $1,462,606.85 and a contract term of 120 calendar days from November 27, 2017 to March 27, 2018; and, WHEREAS, per Resolution No. 18-049, the City Council approved Change Order No. 1 for the West Rev. Dr. Ransom Howard (West 7th) Street Pavement Rehabilitation project decreasing the contract amount by $74,731.60 to a new contract amount of $1,387,875.25 and increasing the contract term by 21 days to a new term of 141 days; and, WHEREAS, this Change Order No. 2 consists of extending the contract time by 36 calendar days, adding two bid items, removal of four existing bid items and adjusts the quantities of four existing bid items. The Contractor encountered groundwater in the P.R. 20257 04/17/18 rtb Page 2 existing subgrade of the north lane of West 7th Street while excavating and mixing the proposed subgrade layer between Welford Avenue & Foley Avenue. After an extensive investigation and a Geotechnical Report, it was found that there was an existing trash layer (ranging thickness 18" to 33") between the existing subgrade and the clay soils. The trash layer was collecting and holding the groundwater that was encountered by the Contractor. The accumulation of water probably caused the existing subgrade to become saturated and probably contributed to the poor existing condition of the road. To construct the road to specifications, the Contractor had to excavate and remove the trash layer and the top four to six inches of the saturated clay below. It was also recommended by Science Engineering (Geotech Report for West 7th Street) to construct the subgrade with structural fill up to the proposed asphalt stabilized base layer. This was the additional work needed to complete the job; and WHEREAS, it is important to note that the 36 calendar days requested include time lost because of unforeseen groundwater that was encountered outside of the original contract not rain days; and WHEREAS, the bid items to be removed were intended to be used with supplemental item full depth concrete repair (replaced in Change Order No. 1) and as a result will not be required on this project; and WHEREAS, the two added bid items will replace the three bid item quantities shown to be adjusted as well as adding quantities to remove and replace some additional curb and gutter on the south lane; and P.R. 20257 04/17/18 rtb Page 3 WHEREAS, the proposed Change Order No. 02 will increase the contract price by $55,493.82 to a new contract amount of $1,443,369.07 and increase the contract term by 36 calendar days to a new contract term of 177 calendar days to a new completion date of May 23, 2018, attached hereto as Exhibit"A"; and, WHEREAS, it is important to note that with the approval of Change Order No. 1 and Change Order No. 2 the contract does not exceed the original contract amount of $1,462,606.85 awarded in November 2017; and, WHEREAS, approval of Change Order No. 02 will increase the contract amount by $55,493.82 to a new total of $1,443,369.07 and increasing the contract term by 36 calendar days to a new contract term of 177 calendar days herein deemed an appropriate action; 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. 02 is herein approved and the City Manager is authorized to execute said Change Order No. 02 (attached as Exhibit "A") to the contract between the City of Port Arthur and Old Castle Materials Gulf Coast, Inc., of Beaumont, Texas; and, THAT, Change Order No. 02 increases the contract amount by $55,493.82 to new contract amount of $1,443,369.07 and increases the contract term by 36 days to a new total of 177 days; funding being available in account GLO Round 2.2 Program, Project No. I22W7, Account No. 145-1201-532.59-00, ($730,000.00) and Capital Projects account No. 307-1601-591.86-00 ($713,369.07). P.R. 20257 04/17/18 rtb Page 4 THAT, a copy of the caption of this Resolution No. be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2018 at a regular meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Council members: Noes: Derrick Ford Freeman Mayor Attest: City Secretary Sherri Bellard APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: \ ) Valecia Tizeno / Harvey Robinson City Attorney Interim City Manager P.R. 20257 04/17/18 rtb Page 5 APPROVED AS FOR AVAILABILITY OF Armando Gutierrez, Jr., P.E FUNDS. Director of Public Works 4, Andrew Vasquez, CPA Clifton Williams, CPPB Director of Finance Purchasing Manager P.R. 20257 04/17/18 rtb Page 6 EXHIBIT "A" f' .1A ARCENEAUX WILSON&COLE =nyrneenny w;vey r y f olunnlr+y May 1, 2018 Mr. Armando Gutierrez, PE Director of Public Works City of Port Arthur 444 Fourth Street Port Arthur, Texas 77640 RE: PROPOSAL FOR CHANGE ORDER NO. 2 West Rev Dr, Ransom Howard (7') Street Pavement Rehabilitation Project (MLK Drive to Abe Lincoln Ave) Job No, CPA-826 Dear Mr. Gutierrez: Attached is Change Order No. 2 for West Rev. Dr. Ransom Howard (7th) Street Pavement Rehabilitation Project (MLK Drive to Abe Lincoln Ave). This change order includes adding two bid items, removal of four existing bid items and adjusts the quantities of four existing bid items. The Contractor encountered groundwater in the existing subgrade of the north lane of West 7th Street while excavating and mixing the proposed subgrade layer between Welford Avenue & Foley Avenue. After an investigation by City of Port Arthur Water Utilities, Sanitary Sewer and Drainage Departments we found no source of infiltration or leaks leading to the existing roadway. Further meetings with the City Engineer and City Staff found an existing trash layer (ranging thickness from 18"-33") between the existing subgrade and the clay soils was collecting and holding the groundwater we encountered. The accumulated water caused the existing subgrade to become saturated and our concern of constructing a proposed roadway without addressing this issue would only lead to future subgrade and base failures. After meeting with Science Engineering, who developed the Geotechnical Report for West 7th Street, he recommends we excavate and remove the trash layer and the top four to six inches of the saturated clay below. He recommends constructing the subgrade with structural fill up to the proposed asphalt stabilized base layer. If the clay is still saturated after trash excavation, the Contractor must allow the clay to dry or use a dewatering method to remove the moisture prior to placing structural fill. The bid items to be removed were intended to be used with the supplemental item full depth concrete repair (replaced in Change Order No. 1) and as a result will not be required on this 409.724.7888 2901 Turtle Creek Dr,Suite 320 Port Arthur TX 77642 Engineering Surveying awceng.com F-16194 10194049 *Ix aux v+11. project. The two added bid items will replace the three bid item quantities we show to be adjusted as well as adding quantities to remove and replace some additional curb and gutter on the south lane. The total cost for this change order will increase the contract amount$55,493.82 and extend the contract time by 36 calendar days. It is important to note that with approval of Change Order No. 1 and Change Order No. 2 the contract does not exceed the original contract amount awarded in November 2017. The calendar days requested include time lost because of unforeseen groundwater we encountered outside the original contract scope necessary to install all work done on this change order. We recommend that the City of Port Arthur authorize this change to the contract. I have attached Change Order No. 2 which modifies the contract to reflect this revision for your consideration and action. Should you have any questions or require additional information, please contact our office. Very truly yours, Arceneaux Wilson & Cole LLC TEXAS REGISTERED ENGINEERING FIRM F-16194 Derek Graffagnino Graduate Engineer ANIL •A• V ARCENEAUX WILSON&COLE engineering surveying I planning CHANGE ORDER NO. 2 DATE: April 30. 2018 JOB NO. CPA-830 AGREEMENT DATE: August 22, 2017 NAME OF PROJECT: WEST REV. DR. RANSOM HOWARD (7TH) STREET PAVEMENT REHABILITATION PROJECT(MLK DRIVE TO ABE LINCOLN AVE.) OWNER: CITY of PORT ARTHUR CONTRACTOR: OLD CASTLE MATERIALS TEXAS, INC., DBA GULF COAST AN OLDCASTLE COMPANY The following changes are hereby made to the CONTRACT DOCUMENTS: I. Add the following Items to the Contract and Scope of Work: a.Add the following Time: i. Extend contract time by 36 calendar days b.Add the following Bid Items: i.Bid Item No. 0110-0001 $ 45,292.50 Excavation(Subgrade) (33"-37")—1,650 CY ($27.45/CY) ii. Bid Item No. 0132-0001 $ 116,305.20 Embankment(Original) (Density Control) (Structural Fill) (36"-40")— 1,780 CY ($65.34/CY) c. Delete the following Bid Items: i. Bid Item No. 0713-6001 $ (10,695.00) Joint Sealing and Cleaning (Trans Cntr Jts)—4,650 LF ($2.30/LF) ANLCHANGE ORDER NO. 2 41. cnwApril 30, 2018 Job No. CPA-830 .. ARCENEAUX WILSON&COLE engineering I surveying I Planning ii. Bid Item No. 0713-6002 $ (13,800.00) Joint Sealing and Cleaning (Longt Cntr Jts)—6,000 LF ($2.30/LF) iii. Bid Item No. 0713-6004 $ (6,300.00) Joint Sealing and Cleaning (Expansion Jts)— 1,800 LF ($3.50/LF) iv. Bid Item No. 0713-6005 $ (16,800.00) Crack Cleaning and Sealing (JCP)—6,000 LF ($2.80/LF) d.Adjust Quantity in the following Bid Items: i. Bid Item No. 0351-6015 $ (50,000.00) Flexible Pavement Structure Repair(24")—Subtract 1,000 SY ($50.00/SY) ii. Bid Item No. 0260-6001 $ (9,258.88) Lime (Hydrated Lime) (Slurry)—Subtract 46 TONS ($201.28/TON) iii. Bid Item No. 0260-6073 $ (6,400.00) Lime Treatment(Subgrade) (8")—Subtract 1,600 SY ($4.00/SY) iv. Bid Item No. 0529-0001 $ 7,150.00 Concrete Curb and Gutter—Add 130 LF ($55.00/LF) SUBTOTAL $ 55,493.82 2 of 3 AI ` CHANGE ORDER NO.2 April 30, 2018 Job No. CPA-830 .. ARCENEAUX WILSON&COLE engineering I surveying!Planning CHANGE TO CONTRACT PRICE: ORIGINAL CON TRACT PRICE: $1,462,606.85 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $1,387,875.25 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $55,493.82 Dollars The new CONTRACT PRICE, including this CHANGE ORDER,will be $ 1,443,369.07 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 120 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 141 Calendar Days CURRENT DATE OF COMPLETION: April 17,2018 CONTRACT TIME due to this CHANGE ORDER will be increased by 36 Days The New DATE OF COMPLETION: May 23,2018 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] OLD CASTLE MATERIALS TEXAS, INC., DBA GULF COAST AN OLD CASTLE COMPANY ACCEPTED BY: CITY of PORT ARTHUR 3 of 3 �sRAL q 04' 4ArC.P' 410 ' ,_„„ o Texas General Land Office (n Disaster Recovery . e8r3e �B�SH£D,$ Construction Contract Change Order Request Form Engineer: Owner(Contractor Locality): Contractor: Oldcastle Materials Texas, Inc., Arceneaux Wilson&Cole City of Port Arthur dba Gulf Coast an Old Castle 2901 Turtle Creek Dr., Suite 320 Company Port Arthur,TX 77642 444 4 Street Port Arthur,TX 77642 Agreement Date: 8-22-17 Phone No.: 409-724-7888 Phone No.:409-983-8100 Phone No.: 409-860-4459 Date: April 30, 2018 Contract For(Project Description): GLO Contract No.: Project Code No.: P21429-4 West Rev. Dr. Ransom Howard 12-403-008-7654 (7t') Street Pavement Rehabilitation Project (MLK Bid Package No.: 9 Drive to Abe Lincoln Ave.) Change Order No.: 2 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 Add Bid Item No.0110-0001 Excavation(Subgrade)(33"- $45,292.50 1 a. 37") 1,650 CY($27.45/CY) Add Bid Item No.0132-0001 Embankment(Original) 1b' (Density Control)(Structural Fill)(36"-40") 1,780 CY $ 116,305.20 ($65.34/CY) 2a. Delete Bid Item No. 0713-6001 Joint Sealing and Cleaning $ 10,695.00 (Trans Cntr Jts)4,650 LF($2.30/LF) 2b Delete Bid Item No.0713-6002 Joint Sealing and Cleaning $ 13,800.00 (Longt Cntr Jts)6,000 LF($2.30/LF) 2c Delete Bid Item No. 0713-6004 Joint Sealing and Cleaning $ 6,300.00 (Expansion Jts) 1,800 LF($3.50/LF) 2d Delete Bid Item No.0713-6005 Crack Cleaning and $ 16,800.00 Sealing(JCP) 1,800 LF($2.80/LF) Construction Contract Change Order Request Form Page 1 of 4 CDBG Disaster Recovery Program April 2018 3a. Adjust Bid Item No.0351-6015 Flexible Pavement $ 50,000.00 Structure Repair(24")—Subtract 1,000 SY($50.00/SY) 3b. Adjust Bid Item No. 0260-6001 Lime(Hydrated Lime) $ 9,258.88 (Slurry)-Subtract46 TONS ($201.28/TON) 3c. Adjust Bid Item No.0260-6073 Lime Treatment (Subgrade)(8")—Subtract 1,600 SY($4.00/SY) $ 6,400.00 3d. Adjust Bid Item No.0529-0001 Concrete Curb and Gutter $ 7,150.00 —Add 130 LF($55.00/LF) 4a. Add 36 calendar days to the contract time to complete the additional work SUBTOAL $ 55,493.82 Change in Contract Price Change in Contract Time (Calendar Days) Original Contract Price: $ 1,462,606.85 Original Contract Time: 120 days Previous Change Order(s): Net Change From Previous No. 1 to No. 1 -$ 74,731.60 Change Orders: 21 days Contract Price Prior to Contract Time Prior to this Change Order: $ 1,387,875.25 this Change Order: 141 days Net Increase/Decr ace of Net Increase/Decrease of this Change Order: $ 55,493.82 this Change Order: 36 days Contract Price With all Contract Time With all Approved Change Orders: $ 1,443,369.07 Change Orders: 177 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: -1.3% (mm/dd/yy) 12 / 31 / 2018 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 11 / 27 / 2017 (mm/dd/yy) 5 / 23 / 2018 Reimbursements of costs included in this change order are subject to review by the GLO-DR program. Construction Contract Change Order Request Form Page 2 of 4 CDBG Disaster Recovery Program April 2018 *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. RECOM NDE APPROVED: ACCEPTE ' By: / By: By: A ./ A ENGINEER OWNER CONTRACTOR Date: 5V-78 Date: Date: 44040/6 JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? 0 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: x Increase ❑ Decrease 0 No Change 3. Effect on operation and maintenance costs: 0 Increase ❑ Decrease x No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? ❑ Yes x No If "No", explain: The new bid items replace one of the supplemental items and uses different materials than our original bid. 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 Construction Contract Change Order Request Form Page 3 of 4 CDBG Disaster Recovery Program April 2018 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 4 of 4 CDBG Disaster Recovery Program April 2018 REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: 31 . 20 18 MONTH OF: March ,20 18 CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR. TEXAS 77641-1089 ATTENTION: Public Works Department Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified (list dates actually lost: do not include days not normally worked such as Saturdays, Sundays, or holidays): Dates Lost: March 26, 27, 28, 29 AWC Approval is 6 Calendar Days Days Lost ( 4 )/ 5 x 7+ 6 Calendar Days Requested Reasons for Request: Different site conditions/change in the nature of work due to unforseen ground conditions that caused loss of production and delays to the principal unit of work. Contractor By: Aldo Lopez, Project Manager. Gulf Coast, an Oldcastle Company Approved for extension of calendar days. Disapproved. Date: . 20 CITY OF CITY OF PORT ARTHUR, TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer Contractor CPA Federally Funded REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: 17 . 20 18 MONTH OF: April ,20 18 CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR, TEXAS 77641-1089 ATTENTION: Public Works Department Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified (list dates actually lost: do not include days not normally worked such as Saturdays, Sundays, or holidays): Dates Lost: AWC Approval is 10 April 9,10,11,12,13,16 and 17 Calendar Days Days Lost ( 7 )/ 5 x 7+ 10 Calendar Days Requested Reasons for Request: Different site conditions/change in the nature of work due to unforseen wet and unstable ground conditions that caused loss of production and delays to the principal unit of work. Contractor By: Aldo Lopez, Project Manager. Gulf Coast, an Oldcastle Company Approved for extension of calendar days. Disapproved. Date: . 20 CITY OF CITY OF PORT ARTHUR. TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer Contractor CPA Federally Funded OP.O.Box 20779 Gulf Coast Beaumont,D(77720 an Oldcastlecompany Phone:(409)866-1444 QUOTATION REVISED PROPOSAL Owner City of Port Arthur Date: 4/17/2018 PROJECT 7th Streeet Rehabilitation Project LOCATION 7th Street COUNTY Jefferson Line Item Number Bid Item Description Unit Quantity Bid Price Amount 1 XXXX EXCAVATION(33-37 Inch MAX) CY 1650.00 $ 27.45 $ 45,292.50 2 XXXX STRUCTURAL FILL(36-40 Inch MAX) CY 1780.00 $ 65.34 $ 116,305.20 AWC Approved 14 Calendar Days for This Change Order Revision TOTAL BID $ 161,597.70 Additional amount of time required for this work 14 Days NOTES: This proposal includes all work associated with the items noted above. Additional quantity used shall be paid for per proposed unit price. PREPARED BY Li.., ,,. (-0104:S .'.." Aldo Lopez Project Manager] Gulf Coast P.O.Box 20779 CalGulf Coast Beaumont,D(77720 • an Oldcastllcompany Phone:(409)866-1444 QUOTATION CURB AND GUTTER OVERRUN Owner City of Port Arthur Date: 4/30/2018 PROJECT 7th Streeet Rehabilitation Project LOCATION 7th Street COUNTY Jefferson line Item Number Bid Item Description Unit Quantity Bid Price Amount 1 0529-0001 Concrete Curb and Gutter LF 130.00 $ 55.00 $ 7,150.00 AWC Approved 6 Calendar Days for This Change Order Revision TOTAL BID $ 7,150.00 Additional amount of time required for this work 6 Days PREPARED BY LW Aldo Lopez Project Manager) Gulf Coast