Loading...
HomeMy WebLinkAboutPR 20873: CHANGE ORDER NO 3 FOR WEST REV. DR. RANSOM HOWARD ROADWAY PAVEMENT REHAB PROJECT FROM MLK DRIVE TO ABE LINCOLN AVE • n r-! r Texu www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: May 24, 2019 To: The Honorable Mayor and City Council Through: Rebecca Underhill, Interim City Manager From: Alberto Elefano, PE—Director of Public Works RE: PR 20873 —Change Order No. 3 for West Rev. Dr. Ransom Howard(West 7th Street)Roadway Pavement Rehabilitation Project from MLK Drive to Abe Lincoln Avenue; Project No. I22W7. Introduction: The intent of this Agenda Item is for the acceptance of Change Order No. 3 for the West Rev.Dr.Ransom Howard (West 7th Street)Roadway Pavement Rehabilitation Project from MLK Drive to Abe Lincoln Avenue;Project No.I22W7. Background: Gulf Coast of Beaumont,Texas was awarded the West Rev.Dr.Ransom Howard(West 7th Street)Roadway Pavement Rehabilitation Project from MLK Drive to Abe Lincoln Avenue at the cost of $1,462,606.85. The project being funded jointly between the General Land Office (GLO) in the amount of $730,000.00 and the Capital Improvement Account in the amount of$732,606.85. Change Order No. 1,approved by City Council,decreased the contract amount by$74,731.60 to the new contract amount of$1,387,875.25. Change Order No.2,approved by City Council, increased the contract amount by $55,493.82 to the new contract amount of$1,443,369.07. Change Order No. 3 increases the contract amount by $25,590.03 to a new contract amount of$1,468,959.10. Budget Impact: Funds are available in account 145-1201-532.59-00 GLO Round 2.2 Program and account 307-1601-591.86-00, Capital Improvement Account. Project No. I22W7. Recommendation: It is recommended that the City of Port Arthur City Council approve PR 20873 authorizing the City to execute Change Order No. 3 with Gulf Coast of Beaumont, Texas for the West Rev. Dr. Ransom Howard (West 7th Street) Roadway Pavement Rehabilitation Project. "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 PR No. 20873 05/24/2019 mje Page 1 of 4 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 3 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND GULF COAST OF BEAUMONT, TEXAS FOR THE WEST REV. DR. RANSOM HOWARD (WEST 7TH STREET) ROADWAY PAVEMENT REHABILITATION PROJECT THAT INCREASES THE CONTRACT AMOUNT BY $25,590.03 TO THE NEW CONTRACT AMOUNT OF $1,468,959.10 AND INCREASES THE CONTRACT TERM BY 63 CALENDAR DAYS. FUNDING IS AVAILABLE FROM GLO ROUND 2.2 PROGRAM, PROJECT NO. I22W7, ACCOUNT NO. 145- 1201-532.59-00 AND THE CAPITAL IMPROVEMENTS ACCOUNT NO. 307-1601-591.86-00 WHEREAS, pursuant to Resolution No. 17-205, the City of Port Arthur City Council awarded a contract for the West Rev. Dr. Ransom Howard (West 7th Street) Roadway Pavement Rehabilitation project to Gulf Coast, a CHR Company (formerly Old Castle Materials Texas, Inc.) of Beaumont, Texas, with a projected budgetary impact of $1,462,606.85 and a term of 120 calendar days; and, WHEREAS, pursuant to Resolution 18-049, City Council approved Change Order No. 1 for the West Rev. Dr. Ransom Howard (West 7th Street) Roadway Pavement Rehabilitation Project decreasing the contract amount by $74,731.60 to a new contract amount of $1,387,875.25 for the deletion and addition of bid items and increasing the contract term by 21 days to a new term of 141 calendar days; and, WHEREAS, pursuant to Resolution 18-182, City Council approved Change Order No. 2 for Gulf Coast, of Beaumont, Texas that increased 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 calendar days; and, PR No. 20873 05/24/2019 mje Page 2 of 4 WHEREAS, proposed Change Order No. 3 increases the contract amount by $25,590.03 to the new contract amount of$1,468,959.10 and increases the contract term by 63 calendar days to the new contract term of 240 calendar days for the purposes of excavation and stabilization of subgrade and the adjustment of bid items and bid quantities; attached hereto as Exhibit A; and, WHEREAS, Arceneaux, Wilson & Cole, LLC (AWC) has submitted the Texas General Land Office (GLO) Construction Contract Change Order Request Form as required, See Exhibit B; and, WHEREAS, approval of Change Order No. 3 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. 3 is herein approved and the City Manager is authorized to execute said Change Order No. 3 (attached as Exhibit A) to the contract between the City of Port Arthur and Gulf Coast of Beaumont, Texas; and THAT, Change Order No. 3 will increase the contract amount by $25,590.03 to a new total of $1,468,959.10 and increase the term of the contract by 63 days to a new time of 240 days; and, THAT, a copy of the caption of this Resolution No. be spread upon the Minutes of the City Council. PR No. 20873 05/24/2019 mje Page 3 of 4 READ, ADOPTED AND APPROVED this the day of , A.D. 2019 at a 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 Rebecca Underhill City Attorney Interim City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: -kc S D G Kandy Daniel Director of Finance PR No.20873 05/24/2019 mje Page 4 of 4 Alberto Elefano, P.E. Director of Public Works Clifton Williams, CPPB Purchasing Manager EXHIBIT A ARCENEAUX WILSON&COLE CHANGE ORDER NO. 3 DATE: January 25th. 2019 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. Adjust Quantity in the following Bid Items: i. Bid Item No. 0104-6022 $ 1,773.30 Remove CONC(Curb&Gutter)—Add 257 LF ($6.90/LF) ii. Bid Item No. 0340-6004 $ 2,295.00 Seeding(Perm)(Urban)(Clay)—Add 1.5 AC ($1,530.00/AC) iii. Bid Item No. 0340-0002 $ 9,149.53 D-GR HMA TY-D PG64-22 (2")Surface—Add 1051.67 SY ($8.70/SY) iv. Bid Item No. 0340-6004 $ 6,985.00 Concrete Curb and Gutter—Add 127 LF ($55.00/LF) CHANGE ORDER NO. 3 y April 29, 2019 Job No. CPA-830 ARCENEAUX WILSON&COLE r jr'...:�iny %U7veY ry Abnriny V. Bid Item No. 0351-6015 $ 28,472.00 Flexible Pavement Structure Repair(24")—Add 569.44 SY ($50.00/SY) vi. Bid Item No. 0260-6073 $ 2,754.80 Lime Treatment(Subgrade)(8")—Add 688.7 SY ($4.00/SY) vii. Bid Item No. 110-0001 $ 4,515.53 Excavation(Subgrade)(33"-37")—Add 164.50 CY ($27.45/CY) viii. Bid Item No. 132-0001 $ 2705.08 Embankment(Original)(Dens Cont)(Structure)—Add 41.40 CY ($65.34/CY) b. Delete the following Bid Items: i. Bid Item No. 0164-6008 $ (1,989.00) Deduct for Seeding (Perm)(Urban Clay)—1.3 AC ($1,530.00/AC) ii. Bid Item No. 0164-6008 $ (28,050.00) Add for Block Sodding—1.5 AC ($18,700.00/AC) iii. Bid Item No. 0260-6001 $ (3,021.21) Lime(HYD)(Lime)(Slurry)— 15.01 TONS ($201.28/TON) SUBTOTAL $ 25,590.03 2 of 3 CHANGE ORDER NO. 3 April 29, 2019 �~ Job No. CPA-830 ARCENEAUX WILSON&COLE CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $1,462,606.85 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): 1,443,369.07 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $25,590.03 Dollars The new CONTRACT PRICE, including this CHANGE ORDER,will be $ 1,468,959.10 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 120 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 177 Calendar Days CURRENT DATE OF COMPLETION: May 23,2018 CONTRACT TIME due to this CHANGE ORDER will be increased by 63 Days The New DATE OF COMPLETION: July 24,2018 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 EXHIBIT B �oaAL � " � ° Texas General Land Office t. Disaster Recovery TQe� SNEo g Construction Contract Change Order Request Form Engineer: Owner(Contractor Locality): Contractor: Arceneaux Wilson&Cole City of Port Arthur Oldcastle Materials Texas, 2901 Turtle Creek Dr.,Suite 320 444 4th Street Inc., dba Gulf Coast an Old Port Arthur,TX 77642 Port Arthur,TX 77642 Castle Company Agreement Date: 8-22-17 Phone No.:409-724-7888 Phone No.:409-983-8100 Phone No.:409-860-4459 Date:April 29, 2019 Contract For(Project GLO Contract No.: Description): Project Code No.: P21429-4 12-403-008-7654 West Rev. Dr.Ransom Howard (7th)Street Pavement Bid Package No.:9 Rehabilitation Project(MLK Change Order No.:3 Drive to Abe Lincoln Ave.) 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 Adjust Bid Item No. Bid Item No. 0104-6022 Remove CONC(Curb&Gutter)-Add 257 $ 1,773.30 LF($6.90/LF) Adjust Bid Item No. Bid Item No. 0340-6004 Seeding (Perm)(Urban) (Clay)-Add 1.5 AC $ 2,295.00 ($1,530/AC) Adjust Bid Item No. Bid Item No.0340-0002 $ 9,149.53 D-GR HMA TY-D PG64-22 (2")Surface-Add 1051.67 SY($8.70/SY) Adjust Bid Item No. Bid Item No. 0340-6004 Concrete Curb and Gutter-Add 127 LF $ 6,985.00 ($55.00/LF) Adjust Bid Item No. Bid Item No.0351-6015 Flexible Pavement Structure Repair(24")-Add 569.44 $ 28,472.00 SY ($50.00/SY) Construction Contract Change Order Request Form Page 1 of 4 CDBG Disaster Recovery Program January 2019 Adjust Bid Item No. Bid Item No. 0260-6073 Lime Treatment(Subgrade)(8")-Add 688.7 SY $ 2,754.80 ($4.00/SY) Adjust Bid Item No.110-0001 Excavation(Subgrade) (33"-37")-Add 164.50 CY $ 4,515.53 ($27.45/CY) Adjust Bid Item No.132-0001 $ 2705.08 Embankment (Original) (Dens Cont) (Structure) - Add 41.40 CY ($65.34/CY) Delete Bid Item No.0164-6008 Deduct for Seeding (Perm) (Urban Clay)-1.3 AC ($ 1,989 00) ($1,530.00/AC) Delete Bid Item No.0164-6008 Add for Block Sodding -1.5 AC ($ 28,050.00) ($18,700.00/AC) Delete Bid Item No.0260-6001 ($ 3,021.21) Lime(HYD) (Lime) (Slurry) -15.01 TONS ($201.28/TON) SUBTOAL $25,590.03 Change in Contract Price Change in Contract Time(Calendar Days) Original Contract Price: $1,462,606.85 Original Contract Time: 120 days Previous Change Order(s): Net Change from Previous No. 1 to No. 2 -$ 19,237.78 Change Orders: 57 days Contract Price Prior to Contract Time Prior to this Change Order: $1,443,369.07 this Change Order: 177 days Net Increase/Dccr asc of Net Increase/Dccrclasoof this Change Order: $ 25,590.03 this Change Order: 63 days Contract Price With all Contract Time With all Approved Change Orders: $1,468,959.10 Change Orders: 240 days Cumulative Percent Change in Contract Price Grantee Contract End Date: (+/-): 1.004% (mm/dd/yy) 6 / 30 / 2019 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 11 / 27 / 2017 (mm/dd/yy) 7 / 24 / 2018 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. Construction Contract Change Order Request Form Page 2 of 4 CDBG Disaster Recovery Program January 2019 RECOMMENDED: APPROVED: ACCEPTED By: By: By: E GINEER OWNER CONTRACTOR Date: �/'/ Date: Date: 0(2411 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 0 Decrease 0 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 9.Are other Disaster Recovery contractual special condition clearance still valid? x Yes 0 No 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 4 CDBG Disaster Recovery Program January 2019