Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 20478: CHANGE ORDER 1, ALLCO, LLC FOR PHASE II SURFACE WATER TREATMENT PLANT IMPROVEMENTS
City of `. '4 1►A nrt ,_,,, ,,r Texas INTEROFFICE MEMORANDUM -WATER UTILITIES DEPARTMENT-ADMINISTRATION- Date: October 16, 2018 To: Harvey Robinson, Acting City Manager From: Dr. Hani Tohme, P.E., Director of Water Utilities RE: Proposed Resolution Nos. 20478 and 20479: Execute Change Order 1 and Final Payment (including retainage) to Contract between City of Port Arthur and ALLCO, LLC for Phase II Surface Water Treatment Plant Improvements Introduction: Resolution 15-321 Phase II Surface Water Treatment Plant authorized a contract between the City of Port Arthur and ALLCO, LLC of Beaumont, Texas for Phase II Surface Water Treatment Plant Improvements in the amount of$23,747,949.00, which included a contingency amount of$900,000. ALLCO, LLC has completed the project and has submitted Change Order I and Final, which deducts $766,868.17 from the original contract amount, bringing the new total to $22,981,080.83, and pays the Invoice No. 32 and Final (including retainage), in the amount of $574,527.02. The final contract cost included a total of $381,506.93 out of the $900,000 contingency that was spent using PCRs (refer to attachment). Background: These upgrades were the last phase of the Water Plant expansion, increasing the City's water treatment capacity by 20 MGD. This expansion included raw water and transfer pumps, a rapid mix basin, two clarifiers, chlorine dioxide contact basins, five filters, and relocation of a master meter. Budget Impact: This project was funded by Cheniere and charged to a City Account No. 429-1258-532.59-00, and Project No. WSI009. Recommendation: I recommend City Council approve Proposed Resolution No. 20478 to pay Final Invoice 32 and retainage payment of$574,527.02 to ALLCO LLC. This payment is charged to retainage Account No. 429-0000-205-00-00, and Project No. WSI009. P. R. No. 20478 10-26-18 gt Page 1 of 4 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 1 AND FINAL TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND ALLCO, LLC, OF BEAUMONT, TEXAS, FOR THE PHASE II SURFACE WATER TREATMENT PLANT IMPROVEMENTS PROJECT, DECREASING THE CONTRACT AMOUNT BY $766,868.17, TO A NEW CONTRACT TOTAL OF $22,981,080.83, AND INCREASING THE CONTRACT TIME BY 491 CALENDAR DAYS 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 II Surface Water Treatment Plant Improvements; and, WHEREAS, this was the second of two projects that expanded the size of the Water Treatment Plant capacity from a 20 MGD facility to a 40 MGD facility; and, WHEREAS, pursuant to Resolution 15-321, the City Council approved Phase II Surface Water Treatment Plant Improvements, and Council awarded the project to ALLCO, LLC of Beaumont, Texas for the amount of $23,747,949.00, which included a contingency of $900,000.00; and, WHEREAS, staff is requesting that Change Order No. 1 and Final for a negative amount of$766,868.17, due to deletion of certain bid items and is the final change order for this project, attached hereto as Exhibit"A"be ratified by the City Council; and, WHEREAS, Arceneaux Wilson & Cole LLC, Project Engineers, authorized expenditures totaling $381,506.93 out of the $900,000 contingency for the following items through a process which they utilized called Proposed Change Requests (PCRs), as delineated in Exhibit"A"; and, P. R. No. 20478 10-26-18 gt Page 2 of 4 WHEREAS, the contractor was paid for these items outlined in Exhibit "A" out of the contingency funds that were specified in the contract; and, WHEREAS, due to the savings, approval of Change Order No. 1 and Final will decrease the contract amount of$766,868.17, to a new contract amount of$22,981,080.83; and, WHEREAS, the Engineer is presenting Change Order No. 1 to the City Council to ratify its decision to make changes outline and the payment of the contingency funds of$381,506.93; and, WHEREAS, Arceneaux Wilson & Cole LLC, Project Engineers, has submitted Change Order No. 1 and Final (attached hereto as Exhibit "A") to the Phase II Surface Water Treatment Plant Improvements, to include extending the completion date by 491 days and decreasing the contract amount by$766,868.17. 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, the City Manager of the City of Port Arthur is hereby authorized and directed to ratify Change Order No. 1 that was previously acted upon by the Engineer with ALLCO, LLC. THAT, the City Council also ratifies their decision to increase the duration of the project with a time extension of 491 calendar days for weather and other delays, changing the end of construction to July 14, 2018, and decreasing the contract by $766,868.17, to a new contract total of$22,981,080.83. THAT,a copy of the caption of this Resolution be spread upon the minutes of the City Council. P. R. No. 20478 10-26-18 gt Page 3 of 4 READ, ADOPTED AND APPROVED THIS day of , 2018 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers: NOES: Derrick Freeman Mayor ATTEST: APPROVED AS TO FORM: iV Sherri Bellard Valecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: d ItiC�.f.�ll .�, Harvey Robinson Clifton/// illiams, CPPB City Manager Purchasing Manager Dr. Hani Tohme, P.E. Director of Water Utilities P. R. No. 20478 10-26-18 gt Page 4 of 4 APPROVED FOR FUNDING: Andrew Vasquez, CPA Director of Finance Account No.: 429-1258-532.59-00 Project No.: WSI009 ATTACHMENT A (Change Order No. 1 and Final) At I OrAl 11WAI =Alit ♦" ARCENEAUX WILSON tL COLE CHANGE ORDER NO. 1 & Final DATE: September 14, 2018 JOB NO.: CPA-681 AGREEMENT DATE: September 8, 2015 NAME OF PROJECT: Phase II Surface Water Treatment Plant Improvements OWNER: CITY of PORT ARTHUR CONTRACTOR: ALLCO LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. PCR-1, Relocation of electrical ductbank not indicated on original record drawings found in conflict with proposed 54" line between new treatment trains. Relocate Ductbank 1 LS $4,400.00 [+] $4,400.00 2. PCR-2, Electrical modification to provide washwater pump station feeder from the new electrical building. Alt. Washwater Feeder 1 LS $17,676.00 [+] $17,676.00 3. PCR-3, Construct three (3) reinforced concrete stormwater boxes to address conflict between new raw water lines and existing stormwater drainage piping. Stormwater Boxes 1 LS $53,972.00 [+] $53,972.00 4. PCR-4, Replace existing HVAC units in existing pump electrical building that is not adequately meeting the cooling requirements for the new electrical equipment heat loads of the building. HVAC Replacement 1 LS $22,746.00 [+] $22,746.00 5. PCR-6, (a) Provide circuits for new chlorine dioxide generators not provided in original design in existing chemical building. (b)Add three (3) butterfly valves to the proposed Raw Water Pump piping to keep the station/plant from having to be shut down for existing pumps to be tied in. (c)Add clear block sealer to new electrical building. a. New CIO2 Circuits 1 LS $700.00 [+] $700.00 b. Raw Water BVs 1 LS $10,925.00 [+] $10,925.00 c. Block Sealer @ Elect. Bldg. 1 LS $2,300.00 [+] $2,300.00 6. PCR-7, (a) Modify proposed 8" paving at centrifuge building for bette access for City dump truck traffic. (b) Provide electrical service to Filter Control Box. © Furnish and install drain piping for sample pumps, additional chemical feed piping, and three (3) sample pumps at clarifiers. a. 8" Paving modifications 1 LS $21,900.00 [+] $21,900.00 b. Elect. Service to FCB 1 LS $13,665.00 [+] $13,665.00 c. Misc. Sample @ Clarifiers 1 LS $46,200.00 [+1 $46,200.00 1 of 3 •:. CHANGE ORDER NO. 1 & F" September 14, 2018 ARCENEAVX WILSON&COLE Job No. CPA-681 7. PCR-9, (a) Recoat existing exterior above ground piping at Raw Water Pump Station, High Service Pump Station, Rapid Mix Basin, Clarifier, and other areas not included in project. (b) Close masonry opening in Filter Control Room. (c) Furnish stainless steel tubing for system controls and sampling in Filter Gallery. (d) Provide sump pump system in Filter Gallery. (e) Deduct for not removing crushed rock from laydown area. (f) Replacment of Rexa control panels; Auma Actuators; &turbidity meter in Filter Gallery. (g) Furnish and install six (6) stainless steel sample sinks aluminum plate covers, and associated piping as requested by City. (h) Relocate approx. 650-LF fencing at laydown yard per request of LNVA. (i) Provide and install motor operated gate to City's specification with controller, etc. at west entrance. a. Add'I Pipe Painting 1 LS $17,183.00 [+] $17,183.00 b. Close CMU Opng. @ Filter 1 LS $4,370.00 [+] $4,370.00 c. SS Tubing in Filter Gallery 1 LS $30,150.00 [+] $30,150.00 d. Sump Pump Filter Gallery 1 LS $5,105.00 [+] $5,105.00 e. Deduct for Crushed Rock 1 LS -$27,892.00 [-] -$27,892.00 f. Rexa; Auma; Turbity Meters 1 LS $99,716.93 [+] $99,716.93 g. Six SS Sinks, etc. 1 LS $7,656.00 [+] $7,656.00 h. Relocate Fencing 1 LS $9,180.00 [+] $9,180.00 i. Motorized Gate 1 LS $13,662.00 [+] $13,662.00 The following provide for the reconcilliation of the unused bid items: 8. Delete Bid Item 9, Furnish/Install HMAC Driveway Deduct HMAC Driveway -1 LS $53,141.00 [-] -$53,141.00 9. Deduct the remaining unused Allowance-Testing, Bid Item 10. Deduct Allowance Testing -0.8059 LS $200,000.00 [-] -$161,186.10 10. Deduct the remaining unused Allowance - Entergy Pole Relocate, Bid Item 13. Deduct Allow. - Entergy -0.6156 LS $10,000.00 [-] -$6,156.00 11. Deduct the remaining unused Contingency Allowance, Bid Item 14. Deduct Allow. - Contingency -1 LS $900,000.00 [-] -$900,000.00 12. Extend Contract Time for Weather and Other as Described Weather Days 160 Calendar Days TCEQ/Other Delays 250 Calendar Days PCR-1 10 Calendar Days PCR-2 10 Calendar Days PCR-3 15 Calendar Days PCR-4 0 Calendar Days PCR-6 0 Calendar Days PCR-7 19 Calendar Days PCR-9 27 Calendar Days Total Time Extensions 491 Calendar Days TOTAL -$766,868.17 2 of 3 '" avicCHANGE ORDER NO. 1 & Final September 14, 2018 ARCENEAUX WILSON&COLE Job No. CPA-681 CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $23,747,949.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $23,747,949.00 The CONTRACT PRICE due to this CHANGE ORDER will be [decreased] by: $766,868.17 The new CONTRACT PRICE, including this CHANGE ORDER, will be $22,981,080.83 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 500 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 0 Calendar Days CURRENT DATE OF COMPLETION: March 10, 2017 CONTRACT TIME due to this CHANGE ORDER will be increased by 491 Calendar Days The New DATE OF COMPLETION: July 14, 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: 6414-4 - ARCENEAUX WILSON & COLE LLC (CONTRACTOR,OFFICER OR OWNER) ALLCO LLC ACCEPTED BY: CITY of PORT ARTHUR 3 of 3 k'r ARCENEAUX WILSON& • CHANGE ORDER NO. 7 & Final DATE: September 14, 2018 JOB NO.: CPA-681 AGREEMENT DATE: September 8, 2015 NAME OF PROJECT: Phase II Surface Water Treatment Plant Improvements OWNER: CITY of PORT ARTHUR CONTRACTOR: ALLCO LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. PCR-1, Relocation of electrical ductbank not indicated on original record drawings found in conflict with proposed 54" line between new treatment trains. Relocate Ductbank 1 LS $4,400.00 [+] $4,400.00 2. PCR-2, Electrical modification to provide washwater pump station feeder from the new electrical building. Alt. Washwater Feeder 1 LS $17,676.00 [+] $17,676.00 3. PCR-3, Construct three(3) reinforced concrete stormwater boxes to address conflict between new raw water lines and existing stormwater drainage piping. Stormwater Boxes 1 LS $53,972.00- [+] $53,972.00 4. PCR-4, Replace existing HVAC units in existing pump electrical building that is not adequately meeting the cooling requirements for the new electrical equipment heat loads of the building. HVAC Replacement 1 LS $22,746.00 [+] $22,746.00 5. PCR-6, (a) Provide circuits for new chlorine dioxide generators not provided in original design in existing chemical building. (b)Add three(3) butterfly valves to the proposed Raw Water Pump piping to keep the station/plant from having to be shut down for existing pumps to be tied in. (c)Add clear block sealer to new electrical building. a. New CIO2 Circuits 1 LS $700.00 [+] $700.00 b. Raw Water BVs 1 LS $10,925.00 [+] $10,925.00 c. Block Sealer @ Elect. Bldg. 1 LS $2,300.00 [+] $2,300.00 6. PCR-7, (a) Modify proposed 8"paving at centrifuge building for bette access for City dump truck traffic. (b) Provide electrical service to Filter Control Box. ©Furnish and install drain piping for sample pumps, additional chemical feed piping, and three(3) sample pumps at clarifiers. a. 8" Paving modifications 1 LS $21,900.00 [+] $21,900.00 b. Elect. Service to FCB 1 LS $13,665.00 [+] $13,665.00 c. Misc. Sample @ Clarifiers 1 LS $46,200.00 [+] $46,200.00 1 of 3 engucCHANGE ORDER NO. 1 & Final Mir ARCENEAUX WILSON c.COLESeptember 14, 2018 „ . Job O. 7. PCR-9, (a) Recoat existing exterior above ground piping at Raw Water Pump Station, High Service Pump Station, Rapid Mix Basin, Clarifier, and other areas not included in project. (b) Close masonry opening in Filter Control Room. (c) Furnish stainless steel tubing for system controls and sampling in Filter Gallery. (d) Provide sump pump system in Filter Gallery. (e) Deduct for not removing crushed rock from laydown area. (f) Replacment of Rexa control panels; Auma Actuators; &turbidity meter in Filter Gallery. (g) Furnish and install six(6) stainless steel sample sinks aluminum plate covers, and associated piping as requested by City. (h) Relocate approx. 650-LF fencing at laydown yard per request of LNVA. (i) Provide and install motor operated gate to City's specification with controller, etc. at west entrance. a. Add'I Pipe Painting 1 LS $17,183.00 [+] $17,183.00 b. Close CMU Opng. @ Filter 1 LS $4,370.00 [+] $4,370.00 c. SS Tubing in Filter Gallery 1 LS $30,150.00 [+] $30,150.00 d. Sump Pump Filter Gallery 1 LS $5,105.00 [+] $5,105.00 e. Deduct for Crushed Rock 1 LS -$27,892.00 [-] -$27,892.00 f. Rexa; Auma; Turbity Meters 1 LS $99,716.93 [+] $99,716.93 g. Six SS Sinks, etc. 1 LS $7,656.00 [+] $7,656.00 h. Relocate Fencing 1 LS $9,180.00 [+] $9,180.00 i. Motorized Gate 1 LS $13,662.00 [+] $13,662.00 The following provide for the reconcilliation of the unused bid items: 8. Delete Bid Item 9, Furnish/Install HMAC Driveway Deduct HMAC Driveway -1 LS $53,141.00 [-] -$53,141.00 9. Deduct the remaining unused Allowance-Testing, Bid Item 10. Deduct Allowance Testing -0.8059 LS $200,000.00 [-] -$161,186.10 10. Deduct the remaining unused Allowance- Entergy Pole Relocate, Bid Item 13. Deduct Allow. - Entergy -0.6156 LS $10,000.00 [-] -$6,156.00 11. Deduct the remaining unused Contingency Allowance, Bid Item 14. Deduct Allow. -Contingency -1 LS $900,000.00 [-] -$900,000.00 12. Extend Contract Time for Weather and Other as Described Weather Days 160 Calendar Days TCEQ /Other Delays 250 Calendar Days PCR-1 10 Calendar Days PCR-2 10 Calendar Days PCR-3 15 Calendar Days PCR-4 0 Calendar Days PCR-6 0 Calendar Days PCR-7 19 Calendar Days PCR-9 27 Calendar Days Total Time Extensions 491 Calendar Days TOTAL -$766,868.17 2 of 3 l CIVIC CHANGE ORDER NO. 1 & Final Ar September 14,2018 ARCENEAUX WILSON R COLE Job No. CPA-681 CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $23,747,949.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $23,747,949.00 The CONTRACT PRICE due to this CHANGE ORDER will be [decreased] by: $766,868.17 The new CONTRACT PRICE, including this CHANGE ORDER, will be $22,981,080.83 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 500 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 0 Calendar Days CURRENT DATE OF COMPLETION: March 10, 2017 CONTRACT TIME due to this CHANGE ORDER will be increased by 491 Calendar Days The New DATE OF COMPLETION: July 14, 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,0 ER OR OWNER) ALLCO LLC ACCEPTED BY: CITY of PORT ARTHUR 3 of 3