HomeMy WebLinkAboutPR 24114: CHANGE ORDER NO. 2, ELITE CONTRACTORS AND EQUIPMENT, LTD, $201,570.00 TO A NEW TOTAL OF $2,743,629.00, ADDITION OF 120 DAYS City Of
1 1
ort rthrt�
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: January 17, 2025
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
From: John Cannatella, PE, City Engineer
RE: PR 24114: Mechanic Street Roadway Reconstruction Project from Dowling Street
(Highway 87) to S. 1St Avenue in Sabine Pass, Texas—Elite Contractors & Equipment,
LTD,of Kirbyville,Texas,submits Change Order No.2 for remobilization of the project,
extra dirt, installation of guard rails, and the addition of one hundred twenty (120)
calendar days for the amount of$201,570.00. Project No. ST1P9O.CON.
Introduction:
The intent of this agenda item is to seek City Council's approval for the City Manager to execute Change
Order No. 2 for remobilization of the project, extra dirt, installation of guard rails, and the addition of
one hundred twenty (120) calendar days for the amount of$201,570.00. Project No. ST1P9O.CON.
Background:
Pursuant to Resolution No. 23-421, Port Arthur City Council approved entering into an agreement with
Elite Contractors & Equipment, LTD, of Kirbyville, Texas, for the Sabine Pass Mechanic Street and
South 1st Ave.Reconstruction Project for the amount of$2,542,059.00. The City of Port Arthur received
an infrastructure grant from Texas Department of Transportation's (TXDOT) Rider 37 Grant Program
from its Maritime Division to improve access and drainage to the Port of Sabine Pass.
Pursuant to Resolution No. 23-515, Port Arthur's City Council approved entering into a construction
management agreement with Fittz & Shipman, Inc., (F&S) of Port Arthur, Texas, to oversee the
Mechanic Street Roadway Reconstruction Project.
Pursuant to Resolution No. 24-243, approved by Port Arthur's City Council, Elite Contractors and
Equipment,LTD,of Kirbyville,Texas,submitted Change Order No. 1 for the removal of seven(7)concrete
driveways and replace them with flex base driveways decreasing the contract by $23,171.00 from the
original contract amount of$2,565,230.00, amending it to the new contract amount of$2,542,059.00.
The Mechanic Street Roadway Reconstruction Project was halted due to the discovery of oil contamination
in a ditch along the street. As a result, a Stop Work Order was issued on June 25, 2024 by TXDOT's
Maritime Division until a plan of action was determined. Under the guidance and direction of the Texas
Commission on Environmental Quality, (TCEQ), the City of Port Arthur remediated the site. TCEQ
"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
C:\Users\htranAppDam\Loca1Mmeosoft OmlookRMO8S1AK Agenda Memo ELITE CO 2 Remobilizationdocx
inspected the site and was satisfied that the City's cleanup efforts had met all the necessary requirements for
remediation. TXDOT was notified of TCEQ's approval with the City requesting that the Stop Work Order
be lifted. TXDOT requested that the City officially remobilize the project so that its Maritime Division can
withdraw the Stop Work Order.
Elite Contractors and Equipment, LTD, of Kirbyville, Texas, is submitting Change Order No. 2 for the
remobilization of the project, extra dirt, and the installation of guard rails for the amount of$201,570.00
increasing the previous contact amount of$2,542,059.00 to the new contact amount of$2,743,629.00.
Additionally, Change Order No. 2 requests that one hundred twenty(120)calendar days be added to extend
the initial project completion date due to the halting and remobilizing of the work crew. The new contract
completion date will be established once the date of remobilization is determined.
Budget Impact:
Funds are available in the Street Capital Fund Account: 307-21-053-8517-00-10-000. Project No.
ST1P9O.CON.
Recommendation:
It is recommended that the City of Port Arthur City Council approve PR No. 24114 authorizing the City
Manager to execute Change Order No. 2 from Elite Contractors &Equipment of Kirbyville, Texas, for
remobilization of the project, extra dirt, installation of guard rails, and the addition of one hundred
twenty(120) calendar days for the amount of$201,570.00. Project No. ST1P9O.CON.
"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
PR No. 24114
1/16/2025 mje
Page 1 of 5
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE CHANGE ORDER NO. 2 TO THE CONTRACT
BETWEEN THE CITY OF PORT ARTHUR AND ELITE
CONTRACTORS AND EQUIPMENT, LTD, OF
KIRBYVILLE, TEXAS, FOR THE SABINE PASS
MECHANIC STREET AND SOUTH 1ST AVENUE
RECONSTRUCTION PROJECT, FOR REMOBILIZATION,
EXTRA DIRT, INSTALLATION OF GUARD RAILS,
THEREBY INCREASING THE CONTRACT AMOUNT BY
$201,570.00 TO THE NEW TOTAL CONTRACT AMOUNT
OF $2,743,629.00 AND THE ADDITION OF ONE
HUNDRED TWENTY (120) CALENDAR DAYS. FUNDING
IS AVAILABLE IN THE CAPITAL IMPROVEMENT STREET
ACCOUNT NO. 307-21-053-8517-00-10-000. PROJECT
NO. ST1P9O.CON.
WHEREAS, pursuant to Resolution No. 23-421, City Council approved entering
into an agreement with Elite Contractor & Equipment, LTD, of Kirbyville, Texas, for the
Sabine Pass Mechanic Street and South 1st Avenue Reconstruction Project for
$2,565,230.00; and,
WHEREAS, the City of Port Arthur received an infrastructure grant from Texas
Department of Transportation's (TXDOT) Rider 37 Grant Program from its Maritime
Division to improve access and drainage to the Port of Sabine Pass; and,
WHEREAS, pursuant to Resolution No. 23-515, Port Arthur's City Council
approved entering into a construction management agreement with Fittz&Shipman, Inc.,
(F&S) of Port Arthur, Texas, to oversee the Mechanic Street Roadway Reconstruction
Project; and,
PR No. 24114
1/16/2025 mje
Page 2 of 5
WHEREAS, pursuant to Resolution No. 24-243, approved by Port Arthur's City
Council, Elite Contractors and Equipment, LTD, of Kirbyville, Texas, submitted Change
Order No. 1 for the removal of seven (7) concrete driveways and replace them with flex
Ibase driveways decreasing the contract by $23,171.00 from the original contract amount
of $2,565,230.00, amending it to the new contract amount of $2,542,059.00; and,
WHEREAS, the Mechanic Street Roadway Reconstruction Project was halted due
to the discovery of oil contamination in a ditch along the street, as a result, a Stop Work
Order was issued on June 25, 2024 by TXDOT's Maritime Division until a plan of action
was determined; and,
WHEREAS, under the guidance and direction of the Texas Commission on
Environmental Quality, (TCEQ), the City of Port Arthur remediated the site with TCEQ
being satisfied with the City's clean-up efforts meeting the necessary requirements for
remediation; and,
WHEREAS, the City notified TXDOT regarding TCEQ's approval of the clean-up
and requested that the Stop Work Order be lifted; and,
WHEREAS, in turn, TXDOT requested that the City remobilize the project so that
its Maritime Division can officially withdraw the Stop Work Order; and,
WHEREAS, Elite Contractors and Equipment, LTD, of Kirbyville, Texas, is
submitting Change Order No. 2 for the remobilization of the project, extra dirt, and the
installation of guard rails for the amount of $201,570.00 increasing the previous contact
amount of $2,542,059.00 to the new contract amount of $2,743,629.00, see Exhibit A;
and,
PR No. 24114
1/16/2025 mje
Page 3 of 5
WHEREAS, Change Order No. 2 additionally requests that one hundred twenty
(120) calendar days be added to the project due to the halting and remobilizing of the
work crew, with a new contract completion date established once the date of
remobilization is determined per the timeline, see Exhibit B; and,
WHEREAS, pursuant to Resolution No. 22-286, the City of Port Arthur entered
into an Advanced Funding Agreement (AFA) with the Texas Department of Transportation
(TxDOT) for a Texas Mobility Grant Fund (TMF) to reconstruct Mechanic Street and
TXDOT's Maritime Division has provided a Construction Contract Change Order No. 2 per
requirements outlined by the agreement, see Exhibit C; and,
WHEREAS, it is requested that the Port Arthur City Council authorize the City
Manager to approve Change Order No. 2 for the remobilization of the project, extra dirt,
and the installation of guard rails for the amount of $201,570.00 increasing the previous
contact amount of $2,542,059.00 to the new contact amount of $2,743,629.00 and
adding one hundred twenty (120) additional calendar days to the project due to the
halting and remobilizing of the work crew, with the new completion date to be determined
once a re-start date has been established; and,
WHEREAS, approval of PR No. 24114 for Change Order No. 2, submitted by Elite
Contractor & Equipment, LTD, of Kirbyville, Texas, is herein deemed an appropriate
action.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
I
THAT, the facts and opinions in the preamble are true and correct; and,
PR No. 24114
1/16/2025 mje
Page 4 of 5
THAT, Change Order No. 2 is herein approved, and the City Manager is authorized
to execute Change Order No. 2 to the contract between the City of Port Arthur and Elite
Contractors & Equipment, LTD, of Kirbyville, Texas, for the remobilization of the project,
extra dirt, and the installation of guard rails for the amount of $201,570.00 increasing
the previous contact amount of $2,542,059.00 to the new contact amount of
$2,743,629.00 and adding one hundred twenty (120) additional calendar days for a new
completion date to be determined once a re-start date has been established; 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. 2025
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Thurman Bill Bartle
Mayor
ATTEST:
Sherri Bellard
City Secretary
PR No. 24114
1/16/2025 mje
Page 5 of 5
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
Roxann Pais Cotroneo, Esquire Ron Burton, CPM
City Attorney City Manager
APPROVED AS FOR AVAILABILITY OF
FUNDS:
Veln &t-zd21,1
Lynda "Lyn ' Boswell, MA, ICMA-CM
Director of Finance
010
J C ell
City Engineer
(14 CAA44.4
Clifton Williams, CPPB
Purchasing Manager
EXHIBIT A
,„,,,, , 0,., itw ..
to
....4x,„ _ - ..
! tZeP 9,-
Project: Change Order 2 Mechanic Street 8/14/2024
BID ITEM DESCRIPTION QTY UNIT Unit Price TOTAL BID
1 Mobilization 1 LS $ 150,000.00 $ 150,000
2 Dirt for Mechanic 1,470 CY $ 31.00 $ 45,570
3 Guard Rail 40 LF $ 150.00 $ 6,000
Total Base Bid $ 201,570
Unit Rates
- Remove and Replace Unsuitable Soils $ 90.00 Truck Measure CY
*** Qualifications***
*
*
Cody Ellis
ELITE CONTACTOR&EQUIPMENT
code@elite-equ.com
Cell(409)-594-1525
EXHIBIT B
N N + o m m J a a > W N � a CO C J m CD A W N - O 0 m J O N A W N - 3
L� tlj O n g1 ; 3 N O N W N O N W al n 3 O N d �/1 p n fg 3 3 N co, m K F
v S n I F r i 3. S a 3 l m r i g F. E i ' a ! ! r i g m z
O Z E5 W a q a T Ln W _ 6 N a �i T N i W 3 n N a _
o F 3 n f N R = o m .' W f N N a o m m m d Z N `" n
N• s s 5 - d _ s ,, I' m , › `s t % - (n
co
n o _ a a 3 a bco
mNN N
A CO
a C)
n
Fc O
.. N
A
a
"m $ Fa
i 2 e i s
c
X m
z
S
ti
N
a
Ff
rG
s
F
N P
5 "g
m
F
3
FP
a
F▪g
g N
1 to
S
X
Fk
re
Fn
a n
3 i c
Fkr
1 • -
t: -a
? N
F▪k
t
m H
s
▪ d
Fm m
, � „ � � , �
} \ \ \ \ w ! l2ciip
{ E ; § # _ _
° ( } | 1777 ! 2 % } | E ` ! / | 2 ; } | iii } 7 ) E
! ! � � : ! ! « 7 ,
! I
« 2 #
, O
! ;
. §
j9
> a
\ /
j \
. �
\ /
\ \
\ \
\ /
\ 2
/
\ /
< a
7 ;#
k ;
-- � I \ j \
_ � „ : � � � ■
„ � K : ; ; ; ; k : ; e2 « ; : G ; � ; e � � - q
» / ° " ! $ 7 \ 7r7E7 { CD` ! m / \ F0 00R- y7 \ F $ \
) _ ; ® ; _ _ CD (CD l - l ; e ; ; ° � E
\- � I ;_ [ [ / t & \ ! ) ! 2 « { ! \ ( / \ ! ) E
) ! [ ^ ° \ } � ~ § � � ! : ` ; m
! 7 | 2 ! a ` K
; ! | | !
° em0 03
u
) /
.
! I
� =
( .\
• |
3
s
O a0 Go V ONi tNn A u N -+ O 0 W V Of N A w N - O w m V O+ [n A W N C
y 0 y m ; ; y 0 Gf m F 0 () o m n E y O yss l o 0 2 o Fe 3 y O y m ; F
- m C n x 3 0 .0 S 'a n o 3 2 '3 o , 1 5 'n . n _ 3 0 , m 2 C)
m c v a m m c y 7
n - f H y iD f « H a e g f .. H C)
et cn
t0 m 1
CD
M
co
0
a C!
*If
F-S
FO▪P
re
FQ
*▪g
F$
Fq
F▪8
F4
w N o m m -i m m a w r.> o m m -4 m o mm m m
N O n o F 3 ! O m N O o m A n E N O N i' N O W ; ; N O N m 6 N .
Y_ m �' �, n 3 0 3. F. 5 3 3 0 m 5 m 4 n n 3 a v m Z 3
n y Sri T N N m a n N T N m m n N .
o m m m F m o 10 m F. f H .�� e $ g m f N H A
w V!
cp
m
y �
• v
cp
� N
A
Fm
y$
ru
£3
F▪m
' £m
f u
£y
� rN
r▪g
£S
s
£U m
wr -
, : ® , e ,• / \ } } § \ 2 \ \ \ 2 }
\ f7 \ k0 ( § ! 7 & § | | z ( ■ ! | ¥ ) [ 67Q ' ° . - . ) § � �
a _ 7 \ 2
\ 7 \ ! l771a } cg / lm , � { » \
} , | , m
1— | \
± \ $ .
_ ! !
{ J O
%• 21
0
- » j
) 41.
g
LE
} {
} •!
s
: \
".
!
\ \
\ e.
{ jf
� (
}
\ -|
\;
)� 2
MATCH LINE STA. 12+00
I " ,? II 1 `I I 'E '
I I
i
_ . 1 ppyy 1 � 1 sae
snug $.II 1pm - / —II
1 jI� I se
es
-- -7 F._ P 1 1 I''I�; ' "--
1 • i ' I I iiit.
- -.i i
1 Rr� 4 / I RSN '-1' _ 1
i ♦ 1
IIIi1 j
`I
I--
� €i 1 1 1i.c=10 _I it T♦
-t
i I = ' ' zl' ;
1
Ii' I err ! _ 1
--+---- IIII - I 1_ ll -7 —
I �111 11 r �,� ,,, t 1
I
1jl11 li 1 t il I t U 1.1I`I liil 11 !I!i N.
1 s• tI ;
;� yR. ,i II•
I 1 it 3
i i q F •
• Ir
r• I
jI[ ��',,a_ , 1 II i
1 ,
1 IIIli�l, Y _ I
l i R„' 1
I� 1 1
I!�1 I. I x rl: -
!Ii Liti. 1 Is x !IN s 1
1 11111 ill' I i ",1; 1
1 1�1' I 1 !
L-- ill ' 1 1 - 1111
I T :7_e
oI1II1 1i l 1 ue ,� ! _L
III II Rio I 1 I .4! „,'
1 I a
1 I I �' r' t.I9 ' N.
I t I 'Ili 1 1 �> --
I I { i 1 .�..
1 I I 11 �f 1 '1 14.
I
1 ;' IN —
I 'it; i1 1 .- - - li rrr1rrrrrrr1r
Or
1 ' I r�r��r�,,,... ,
III ..�..1 1
101 '
l e I I 1 i 1r i
i e' 1 Rx� ' 1 .x l ——[sI
___
I ,. , it Rco 1 p` ' r l rr —
II
1Ii
it 1 I I 1
m
m 6 Ills A"a i 1I
1 -- - �f' V 'S 1 `C RMS t——
o ; ' � I IIi1 iI
1
;,' —I—
s + per 1 ,_#v '1 ———
MATCH LINE STA. 12+00
NO
T A ,. i F r• Roadway Reconstruction Fittz?Shipman
z0•m,m B" cm,ot , For .- «m�n- mz
:0 � _ INC.
i.m 1! South 1st.Avenue +r or Mend D 5$`�rtapprth��u��=
€ Z o_s SABINE PASS
�
m
F Oj L L
7
m zIDIZ D Z0 ZZ
3 K03 coivIW
D'ry.1 Gry DoD
1 3 AI it 0
.
Ni '�
O
Db P.N
bob ° �I1 iv
AAWW = zZ 8�13
•Om =
Ic
1
O c
W A A A O n D y $5
0-1v rai
0)CD O)N I— A.m..
0—
1
00000 ()O W
CV v V v is) D D
waWogrm r
r
?G)
Z
0 CO 0�f011 v I
k
p p CO
.0O in O y
+ + +.+ g
W W o o N M �
O O oM A O Q A
H
7. O
o n O
A A 0'O : m
O 00 ib 0
O
1
o o 0 0
O O O O
T.II II if
T
3
g ;;;p o II alQ II
a
Ni is)IV O'.N
a
OW -1 7I O W'p (n
00000
N O oO o O
vc
H m
co N_N_N O
A O > 5.
iv iv 0 in O
.o(n CTo-4 — i}
iv iv N-+O v n
O O Ni W N
W A-+ v w O T
A W
N
0 T 8 w 8 II
W 9,
N
A A A O 0 0 p
9
O O O N
pN pN pN
vn
m
N O N p Oppp H v v
A CO A',A IVm � J 1.
O m
Cn In m
00 9 0o —co o0 0
0
S *, moo 0
00 8 00 m Z 0w Ni
mA =
N WNA+ Oy � SQ
NpW A N m 743 'D
4
A
COO W O - 0-
3)
m
woa000 + 3D
N O Cn'!.00 ` M
O. O J O X
a N'O Ca Co
0
N▪ d A I
D N N i N
i
.\'`..........-0.......•Ir...,,,.........................r,”....• a MVO ft...
1 I I I I
0 Co a a 14 0 r. A 0 CO
. ; I
. MATCH LINE STA.5+00
I . ,
_
1 "1'141'5.767 '': 1 .f.:
I ii 1 f i -43-,--,- Ei• ..1':----.;
,.,
V' —I'I' — C 1111111•
i I; s -I Ai
1 i 1 4 1
• 1 , I 4
.....,,,,.., i
i i• IA 1,-, ,. 4 4 4 .*---* -- ,--"ti
---,, , ---,„ --t- ,
I
1 I 1 1 1, / 1 i ,g X ;
I 1 , R. i i j - 1 I ...
i I
--1 li.- I g •--E.--'
- -.-., .- . II tIlitM1
II A
a , 1 PI
1 14,.l
I B 1 1
r11 1
I p.,..cis, ..,
,,ra. e • ..,,,L
,,.r.;
II
gil I li . m * st,t
fr;;H. an.d. 41\ g*:-- 1 ‘ :IN •-' ,1 ' ..,-
1
I i \
1 i k
• . i
P
i 1 \ 1 .
lig. 1 t.,4/ II 7
t7.
lif i r• I-:
<, . ,i!-.•
•
g . I--
1 F 1
tt
. I
a:
0
Eau ..........u,
7-'1 ! '-x• = gilIt ' .!'1 - Ai
....• _A I L ii ".....4 i.
A
Pi ' i 1 •I'--• - ,
' ,:i ..
11. - , m i i ,:,,,, ...4 —111111---- .........,/.
. , .
ih I
• I ; r.. t f
E 1 : • g LI,al ,
_40riamen ,'_4 X1 GRANGER STRE '1. I I'
.
r.
----T- ._.,41.V '—.— A i ii ......4. 7
•i ' i ..i r ,
.
rz MOP '418 Z/A.
I+00X-7,5 —_,...__I
-----
I
IiiiIIN ' .- .3-T- ;.• -'ili- 1 -!--=.1.
..-----------
ggx C.., i .;:;: ' •ii 1 '2' .,....." I
KA...rag.
1 • ' '. ;, - 'I -
4,.. !
• , IZMIR 'C 1 4 ! i. . 1, il 1 11 1 1 it
1 t ' i \ • ' ,T, • — i, i 1.--. I ' -
1 ir0 I 1 ;
I I
Art . ii END PROJECT STA.9+75
It 1 ' i
t. I I I I Li j i
l'.
1.3 i!..i 1 i:Hi I I, I!q ; I ilrirlitt1111:11
illh' Fi ' ZI1H; "1' lillikIll
1 Co Ol A tj 0
N
. "
i 0 I,'S13,•''8'i-.',gIll iI ,, Roadway Reconstruction
FittzEr-&Fr.im..gg.S,1„6,„r0.:1h..1.1.Si.Rpm.m:M4U,an
k b " A South 1st.AvenueP Ii*: .
.. Ag, AndMechanicSt. ; " — 70
I- —
-
DISCLAIMER.
DATE. O O TOES OS ROAORN SV NR D Y CN VRSSOSNOF NGNCE RTNO DAR OO TOR'F ORNO RAROT ON EEO EUWO WTOO5 FROS UAR NP UROE R AUSOEVR.
FILER
a .4 -= �I
L____RRRRM= 7
08 111
-"
fi�
"�—
?) §,...L -_-_-_ , , - „, m..' 1
mo ii 1: :-.,7 ' "
8r. Ag A � �_ � " AEG e
a€ :€ I " g a- _ _, 5
e ' It
" iii " $
O :fig m' " e
N III�� i
A a-
f $ i6 � III" F
II * 9, � mr9(Ilk) III
14
al I
° II,
f-.-, 1-..- 17 F • aka
fE 82 y 2E
8 O
i jak T. 1: _gi .!
Pg o 3;0o m on m
--a,11--- @ ® i .I s g
�. .
**m 8 r z_il� 6E.
'2*;2-i ; -C D/[4. 2. -61 li II SP .1 /11
7,EN 1 tit.1_ E Ea qa
P�; .R oe8 r" iFw '..1. Ew ERA Pa n$ 086 $ �`$
Ali$ ;R I 8< GN Jog ' :- -c3 ;t . = -i sn
fo * €: AH : - -- $F 5 Ems e : -
a m as _
1 ;- x2 0 6 A : IR R� ! �E og E. 2A E
-1co00a-. .o.N n0o0 000",a 'OOT0TOnm. Q 2.� , . o - mg -gm - 2 . ._ :Y
® _1-111Nr,--4"vUv.H -11-a,1 t2 _ m'E . ' X '"_ m Pi 9<
o
ss sxc-. ---g • msmm4 -, c B � " " :4 8., • A € v"- " : - v g mI_ Ag AA
� i 3i 00015" EE go a o € eA -CIm o ";; PP ". 11S ' m8 -'- o -. n =AAP g
' rn . F •E" ST ' „ z Yo ' gSR '. .. Y 'A' -ya, .. isA: .m.o :� g-.. ANA . 9 A4'S N $ syPNF €„ e v�g mm = � ,$ii r o8 , R _ i _ ,E , A.
I . 5g55 g N li ' m i . : I p =' ,: "a $ i a": 2 si ,I ! "I! m k 8 ''-'1 5-.E. of
w X
r r _ `- _ P„ 1 " €; g e e F.
s, a E€
it moo CFAIglEAAAAmv€A1 __.,91� «,<'5 c1 : $ § 2R it =T. ' T . <�
E air �'88:.:889."gam ° S liF2'" " :bH V. i : . E" R " i ."
s ate "
EXHIBIT C
-TM
MARITIME DIVISION CONSTRUCTION
Texas
oDeansport trorr CONTRACT CHANGE ORDER NUMBER: 02
1.CONTRACTOR: Elite Contractors and Equipment, LTD
Program: Rider37
2.Change Order Work Limits:Sta. to Sta.
Major CsJ: 0920-38-289
3.Type of Change: (Major/Minor)
Port/LG: Port Arthur
4.Describe the change and the reason for the change order.
When necessary,include exceptions to this agreement. Project: Mechanic & S. 1st
Oil was discovered in the project. Necessitating the need County: Jefferson
to shallow up grade ditches on the ship channel side. This
created the need for dirt to be purchased because the District: BMT
excavated dirt from S. 1st Street is to be used at Mechanic
St. ditches. Moreover, because time was needed to
remove the contamination this project was stopped and
will be charged for remobilization.
5.New or revised plan sheet(s) are attached and numbered: See Exhibit B
6. Contract time will be modified by: .Adding _(Adding/Subtracting) 120 days
7. Contract amount will be modified by: Adding (Adding/Subtracting) $201,570.00
a. Current Contract Amount:$2,542,059.00 Proposed Contract Amount: $2,7 4 3,6 2 9.0 0
b. Is governing board approval required? Yes - If yes, date of approval: 01/28/2025
Each signatory hereby warrants that each has the authority to execute this Change Order.
By signing this change order, the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;
additional changes for time,overhead and profit;or loss of compensation as a result of this change.Further,the contractor agrees that this agreement
is made in accordance with Item 4 and the Contract.Exceptions should be noted in the response for#5 above.
RECOMMENDED FOR EXECUTION:
Cody Ellis / Project Manager
Contractor Name/Title Signature Date
Ron Burton / City Manager
Local Government/Port Name/Title Signature Date
Daniel Dotson / President
Engineer of Record Name/Title Signature Date
TxDOT Maritime Name/Title Signature Date
MRD Change Order Form (Rev. 09/24) Clear Form
1
70
o 0 n n -' D
r1 0 0 0 D co
N.) N.) 3 W r
SW= W N m m
)JQ 7 7 W
0 _0 N
0 0
0 a) (I) 0 A
3 0 CD
Q- O
0 G D
Q A
-II = s. N• - A
O 3 m0
C
3 3 a 7.
70 y
(D O 0 0 ?,
< 70 5.,
>
O 0 xi
.moo z a 4
NJ
0 FT
FT
T. v
..-IO <
. , . . . 0 H N
D. TI -< Cn •e O
y Z A Z
-� 0. 0
5. O
1EA -EA - O ConGA
- Co —. C 6 xi
U1 —, U7 C 7o A C
O O O -74 Z A -4
O om O
O 0 m Z
O m O
0
N Z
xi
O 0
D 73 -I
Z a n
Z =
XI D
m Z
. . + 0
Vl
m 70 rn
_ v m
'' < 0
3 0 r^ 73
A 0
o 7( c
Vl
- Z
Z C
•A - — cc,rn
o 0 70
C
D O
Z N
H
Z
m
cn vi m
O O O f
O O O C) ,
O 0
O II
O
o 0) m O
vi 00 C31 O C
o
CI
70
o cp CD O p0C 70m
O 0Z
v
m
XI
C
Z r