HomeMy WebLinkAboutPR 20912: CHANGE ORDER 1 FOR LAKESHORE DRIVE PAVEMENT REPLACEMENT vlir1[ _
l rt{2
T
e
ra
s
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: August 22, 2019
To: The Honorable Mayor and City Council
Through: Ron Burton, Interim City Manager
From: Alberto Elefano, P.E., Public Works Director
RE: P.R. 20912—Change Order No. 1 for Lakeshore Drive Pavement Replacement
Project Phase I from 4186 Lakeshore Drive to 4300 Lakeshore Drive; Project
No. EDC002
Introduction:
The intent of this Agenda Item is for the acceptance of change Order No. 1 for the Lakeshore
Drive Pavement Replacement Project Phase I from 4186 Lakeshore Drive to 4300 Lakeshore
Drive; Project No. EDC002.
Background:
Excavation & Construction, LLC or Port Arthur, Texas was awarded the Lakeshore Drive
Roadway Pavement Replacement Project Phase I at the cost of$560,000. The project being
funded through the Port Arthur Economic Development Corporation (EDC) Street
Maintenance and Repair Account. Change Order No. 1 consists of correcting a calculation
error and adjusting bid items decreasing the contract amount by $31,804.34 to the new contract
amount of$528,195.66.
Budget Impact:
This Change Order impacts funds in the Capital Improvement Account for the Street
Maintenance and Repair, Account No. 307-1601-591.86-01. Project No. EDC002.
"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
Recommendation:
It is recommended that the City of Port Arthur City Council approve PR 20912 authorizing the
City Manager to execute Change Order No. 1 with Excavation & Construction, LLC of Port
Arthur, Texas decreasing the contract amount by $31,804.34 to the new contract amount of
$528,195.66.
"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. 20912
08/20/2019 mje
Page 2 of 3
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, Change Order No. 1 is herein approved and the City Manager is authorized
to execute said Change Order No. 1 (attached as Exhibit A) to the contract between the
City of Port Arthur and Excavation & Construction of Port Arthur, Texas; and
THAT, Change Order No. 1 will decrease the contract amount by $31,804.34 to a
new contract amount of $528,195.66 and,
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. 2019
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Council members:
Noes:
Thurman "Bill" Bartie
Mayor
Attest:
Sherri Bellard
City Secretary
PR No. 20912
08/20/2019 mje
Page 3 of 3
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
OW (094/f af
Va ecia en Ron Burton
City Attorney Interim City Manager
APPROVED AS FOR AVAILABILITY OF
FUNDS:
4644-elk .
Kandy Daniel
Interim Director of Finance
Alberto Elefano, P.E.
Director of Public Works
NA0( ,
Clifton Williams, CPPB
Purchasing Manager
EXHIBIT A
11./
1',
\\ City Of Port Arthur
%, A} Public Works Engineering
ort rtJtu� th
444 4 Street, 3rdFloor City Hall
Construction Contract Change Order Request Form
Engineer: Owner: Contractor:
Alberto C. Elefano City of Port Arthur Excavation and
Construction
Agreement Date:
Phone No.: 409-983-8189 Phone No.: 409-983-8182
June 21, 2019
Phone No.: 409-289-1053
Date: Contract For: Contract No.:
Project Code No.: Lakeshore Drive Pavement
Replacement Project
Phase I
Bid Package No.: Change Order No.: 01
You are hereby requested to comply with the following changes from the contract plans and specifications:
Item No. Description of Changes: Quantities, Units, Unit Decrease in Increase in
Prices, Change in Completion Scheduled, Etc. Contract Price Contract Price
Error in bid amount (Removal of Concrete).
104.003 Quantity X Price = 87.84 not 4245.60 ($4,157.76)
See attached changes in bid items
($27,646.58)
Change in Contract Price Change in Contract Time (Calendar Days)
$31,804.34 (decrease)
Original Contract Price: $ 560,000.00 Original Contract Time: 74 Calendar Days
Previous Change Order(s):NA Net Change From Previous Change Orders: -
No. to No. $ - NA
Contract Price Prior to this Change Order: Contract Time Prior to this Change Order:
$ 560,000.00 74 Calendar Days
Net Increase/Decrease of this Change Order: Net Increase Change Order:
$ 31,804.34
Contract Price With all Approved Change Orders: Contract Time With all Change Orders
$ 528,195.66 74 Calendar Days:
Cumulative Percent Change in Contract Price (-): Grantee Contract End Date:
5.68 % (mm/dd/yy)
Construction Contract Start Date: Construction Contract End Date:
(mm/dd/yy) (mm/dd/yy)
Reimbursements of costs included in this change order are subject to review by the City Council.
* Any work performed prior to approval by the City Council of the City is at Risk.
RECOMMENDED: APPROVED: ACCEPTED:
By: By: By:
ENGINEER OWNER CONTRACTOR
Date: Date: Date:
JUSTIFICATION FOR CHANGE
1. Will this Change Order increase or decrease
the number of beneficiaries? 0 Increase ❑ Decrease 0 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: ❑ Increase 0 Decrease 0 No Change
3. Effect on operation and maintenance costs: ❑ Increase 0 Decrease 0 No Change
4. Are all prices in the change order dependent upon unit prices
found in the original bid? 0 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? ❑ Yes 0 No
If"Yes", is an Environmental Re-assessment required?
6. Is the Texas Commission on Environmental Quality (TCEQ)
clearance still valid? (if applicable) N/A 0 Yes ❑ No
7. Is the TCEQ permit approval still valid? (sewer projects only) N/A 0 Yes ❑ No
8. Are the handicapped access requirements/approval
still valid? (if applicable) N/A 0 Yes ❑ No
9. Are other Disaster Recovery contractual special condition clearance
still valid? N/A ❑ 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).
CITY OF PORT ARTHUR
Public!Yorks Engineering
DATE: JANE:21,2049
PROJECT: LAKESHORE DR.PAVEMENT REPLACEMENT PROJECT PLL 1
OWNER: CITY OF PORT ARTHUR
CONTRACTOR: EXCAVATION&CONSTRII('TION
CHANGE,ORDER NO.:01(FINAL.)
TUE FOLLOWING CHANGES IN THE PLANS AND/OR SPECI11C4TIONS ARE trEiaaY WADE:
.adjn,t the F HMI atcd Q.antitle.to reflect the Actual qua atitlr4 wed is the coe.plctiar of the project:
Item Item OriBinel Oneind ' final
on Coil (Mit Price Float Quaalily Ilea Price
No. 1••d• grandly Aammo ssAft.rnl
104 001 Removing Coot cote;Pan)(8"•10") SY 3247 S 741 S 24,06027 2987.44 S 741 S 22,136.93 •
104 002 Ilsmovunt Concrete(Dewy)Fr-6") SY 236 S 1223 $ 2.88/r28 251.36 S 1223 S 3,074.13 <
104 003 Removing.Gvtc,cte ISid(wa(k)(4'-61 SY 9 1 976 S 87 84 43.44 0 9.76 $ 423.31 .
110 001E.Emmetumlkoa.lwey) CY 1876 S 2099 339.37724 1871.00 0 2099 S 39577.24
132 001 Entha.rkmem(Tv Dl(Fina114Ord Comp)(Comp In PIl CY 137 S 20 86 1 1837 82 137.00 S 2016 S 2.8.47.12
162 001 Snddinr,fur Eroaon Control(St.Auecine)(damp In PI) SY 1847 0 440 S 1,10920 1143.00 S 4 40 S 1,14930
168 001 V.-eotanvo Wurnn, MG 10 S 3190 S 31900 0.00 S 31 90 5
260 001 Lrent T eelment(Sem)(6`e) TN _ 53 $ 251 13 5 13.30919 52.70 S 251 13•5 13.2.34.56 •
260 002 Lrmo TrtWn,nt(Rad Mia)(6") SY 3489 S 5 14 S 17.933 46 3442.05 S 5 14 3 17,692.4
276 001 Cement 1 realmmt(PIaM Mix)(CL M)m'0)(GR 1601 lie Yoh)ICompl In PI) SY 3489 S 1139 S 64.162 71 3442.05 S 18 39 S 63,29950 •
14477-'01 Dmu Coodcd Hot Mee Asphalt(PG70-221(Tz DI(21(Comp to PI) SY 3439 S 14 52 5 30460 28 5441.18 1 14 12 3 49,97118 •
354 001 Plarrin8 and Taxman;Pwanenl I I"-0") SY 1247 S 5 78 0 18,76766 21980.22 S 5 71 5 16,934.47
360 001 Concrete Pavement(Cl P)(8'14 Com,In P11 SY 3247 S 55 48 31811,14)56 2357.1* S 5548 6 164.064.35
X465 001 .Manholes(1.6',.W6'118')(Ty M)(Cl A)(Comp In 91)1 Ind'french Prolecoon) BA 1 3 10.670 5) S 10.679 53 1.00 S 10,679,53 $ 111479.0
479 001 Ad,uwne Manholes and Inlets(Comp In PI) CA 5 S 1200 00 S 11,000 00 5,00 S 2.20000 3 11,113.00_
494 00) Removine EA I 3 49700 S 49500 1.00 5 49500 3 493.00
500 001 Motethtsmon IS I 1 41,426 15 S 41.426 15 1.00 1 48.426 15 S 40.426.15
stir 004 Bamcad,t,Sums.and Tragic Hmdhne: MO 2 5 S 1.24100 $ 3,107 50 2.50 S 1S43 00 S 3.10750
506 001 Cnnawctim rare OawWMTv i) 5V 156 3 324S S 1,062 20 0.00 5 32 43 5 •
5% 002 Can tructwn Cots!Remove) SY 156 S 810 S 1,372 80 0.00 S 880 S -
506 003 Temporary St:del a Control Pence f Insu111 LF 2184 0 3 14 S 6,457 76 1137.00'S 3 14 S 3,727.16
506 4814 Temlrotary Sodrntent Control Fence(Remowl SI 2134 S 1 10 S 2,402 40 1167.00 S 1 10 3 1505.70
306 003 Erosion colon(Loy! , EA 4 5 165 00 S 660 00 4.00 S 163 00 S 660.00
329 001 Cenerete Curb IT,0h/Moral f6")ICL A) LF 2184 S 397 3 407048 1908.00 S 3 97 S 7,36180
570 001'Iea.omctons.IMwwa9,and Turnouts(Dnveways)(Cone NP)(CL A)!Comp In PR SY 261 1 53 90 $14.445 20 305.3 S S3 90 S 16,191,75
530 002 buwrxlion•Nyman and Turnouts(Drw.ways)(Cone)16")(CL A)(Came In Pt) SY 45 S 5610 S 2.69210 70.52 S 5610 5 3)7011
531 001 Intetcect:mu,DnvnwM tool I9moun(Sidewalk)(Cone)(CL A)(Corp In IT SY 9 S 35.20 S 31610 68.24 S 3520 S 2.102,16
Mankotty-'Immo K Replace Eau!San Sewer Snuthum w/Fiberglass Menhale(lad
708 1 Trmrh Prorr�mm frm gosh Sand t)Ln)(Comp In Po) EA 1 S 16,97141 S 16,978 41 1.00 S 16,978 41 S 16,670,41
ORI(.INAL CONTRA' AMDIm6t_5555.14224 ANAL Cr AMOUNT s 528.196j6*
AMOUNT OP CHANGE ORDLR DEDUCSID3 S (27,644.8*)
ORIGINAL CONTRACT AMOUNT: S 335142.24
NET PROM PREVIOUS CHANGE ORDERS: S 550,1142.24
TOTA I.AMOUNT OP THIS CHANGE ORDER: .S 427,646.[8)
PERCENT OF THIS CHANGE ORDER: -4971.
TOTAL.PERCENT CHANCE ORDER TO DATE: A.9711.
FINAL CONTRACT AMOUNT: S 328,195.46
NO CALENDAR DAYS RAVE DEEN ADDED IN THE CONTRACT BY THIS F NAL CHANGE ORDER
•
ACCE1TVD' PREPARED RV:
Richardrot aollf
•
� tl 144,Eacaretien&Construction Retail Mined.,reelect Mauer
APPRO%'E.D DY: ,J(��/J 1 APPROVED BY: `
, e, L' A 4:---
D•Weym•D P.E..Asst.lily F'n8in.ar 0(11...Williams,('PPIl,Parsha.lne Mana1.T
Alberto Nier*oo.,P.E.,Public Work Director
APPROVED BY:
Ron Burton,Interim City Manager