HomeMy WebLinkAboutPR 24654: STONEGATE DRAINAGE IMPROVEMENT PROJECT, CHANGE ORDER NO. 4 City of
nrt rthur`y_
Texas
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: November 14, 2025
To: The Honorable Mayor and City Council
Through: Ron Burton, CPM, City Manager
From: Suhail Kanwar, P.E., M.S., CFM, ENV SP, Director of Public Services/City Engineer
RE: PR. No. 24654 — Stonegate Drainage Improvement Project. Change Order No. 4 from
Brystar Contracting, Inc. of Beaumont, Texas: Drainage improvements, decreasing the
contract by $412,362.05, to a new contract amount of $17,977,620.15. Project No.
DR1 PO4. Account No. 307-21-055-8515-00-10-000.
Introduction:
The intent of this agenda item is to seek City Council's approval for the City Manager to execute Change
Order No. 4 with Brystar Contracting, Inc., (Brystar) of Beaumont, Texas, for drainage improvements,
decreasing the contract by $412,362.05, to a new contract amount of $17,977,620.15. Project No.
DR1PO4. Account No. 307-21-055-8515-00-10-000.
Background:
Pursuant to Resolution No. 18-231, the City of Port Arthur adopted the 2018 Disaster Recovery and
Resiliency Plan (DRRP) for recovery activities following Hurricane Harvey. The City of Port Arthur,
as part of the DRRP recovery activities, identified flood and drainage problems within the community
of Stonegate. Pursuant to Resolution No. 20-021, Stuart Consulting Group, of Houston, Texas, was
approved to provide design specifications and a final bid package for the Stonegate Drainage
Improvement Project.
Pursuant to Resolution No. 23-561, the City of Port Arthur's City Council approved awarding the
Stonegate Drainage Improvement Project to Brystar for the amount of$18,672,548.00.
"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
Pursuant to Resolution No. 24-060, the City of Port Arthur's City Council gave approval for the City
Manager to enter into a professional engineering services contract for construction management and
value engineering with Chica&Associates, Inc., (Chica)of Beaumont,Texas for the Stonegate Project.
Pursuant to Resolution No. 24-187, approved by Port Arthur City's Council for Change Order No. 1
that addressed City staff, Chica, and Brystar performing value engineering on the project saving a total
amount of$1,638,750.00. An additional amount of$686,859.00 was added to the contract for lowering the
culvert boxes by one foot(1') at the golf course due to pipeline conflicts and also $101,201.10 was added to
the contract for a reinforced concrete liner at the bottom of the ditch due to water table issues. The original
contract amount of$18,672,548.00 was reduced by the net of$850,689.90, to the new contract amount of
$17,821,858.10.
A Field Order was issued for Oakmont Drive to build a conflict box to avoid conflict with Entergy's
underground electrical line. An emergency letter dated November 14, 2024, to the City Manager outlined
the additional scope of work needed. It was approved and signed with the understanding that a resolution
regarding the Field Order would be presented to City Council thereafter.
Pursuant to Resolution No. 24-510, approved by Council, Change Order No. 2 was submitted by Brystar
Contracting, Inc. (Brystar) of Beaumont, Texas, to resolve an electrical conflict on Oakmont Drive, install
an irrigation weir at Pond 3 on the golf course,reroute an existing irrigation line, add HDPE pipe(180 LF),
install valves on existing transit lines, paving median to convert to a turning lane, and added 154 calendar
days to the original contract completion date of December 24, 2025,to the new contract completion date of
May 27, 2026. Also, to include the additional amount of $315,047.10, modifying the existing contract
amount of$17,821,858.10, to the new contract amount of$18,136,905.20.
A Field Order, dated May 9, 2025, approved and signed by the City Manager,was issued for the immediate
installation of two line stops in the existing main feed water line to prevent a major water outage in the
surrounding area for the additional cost of$67,813.00. It was discovered that the selected locations of the
line stops were not part of the looped system, resulting in loss of water for the residents of Green Pointe
Estates. A line stop was removed and a 6"temporary bypass was installed to supply water to the residents.
This resulted in a fourteen day(14) delay and the additional cost of$18,203.00. A change order addressing
this action would be presented to City Council as follow up to the Field Order.
Pursuant to Resolution No. 25-223, Change Order No. 3 was submitted by Brystar for the 9th Avenue
improvements behind the houses of the Greenway Pointe Estates Subdivision that addresses the Field
Order's installation of the two 16"water main line stops. It also defined work that will remove and replace
an existing sidewalk, install a manhole, install an inlet, install piping, modify an existing conflict box, and
install overflow pipes at Ponds#5 and#6.
Change Order No. 3 also increased the contract amount of $18,136,905.20 by $253,077.00 to the new
contract amount of $18,389,982.20; also, the addition of eighty-nine (89) calendar days, changing the
contract completion date of May 27, 2026 to the new date of August 24, 2026.
Change Order No. 4 is being submitted by Brystar Contracting, Inc., of Beaumont, Texas, decreasing
the contract in the amount of$412,362.05. The deductions are related to quantities not utilized, as listed
in the Exhibit A. These additions will provide access roads to the two pump stations that are essential
for operating the retention ponds, repair golf cart paths damaged during construction, replace 130LF
water line to accommodate the installation of boxes on 9th Avenue, and the removal and replacement of
"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
box culverts between the ponds as per the original design. Change Order No. 4 decreases the contract
amount of$18,389,982.20 by$412,362.05, to the new contract amount of$17,977,620.15.
Budget Impact:
Funds are not impacted. Project No. DR1PO4. Account No.: 307-21-055-8515-00-10-000.
Recommendation:
It is recommended that the City of Port Arthur's City Council approve PR No. 24654 authorizing the City
Manager to accept Change Order No.4 from Brystar Contracting Inc.,of Beaumont,Texas.The deductions are
related to quantities not utilized, as listed in the Exhibit A; and the additions will provide access roads
to the two pump stations that are essential for operating the retention ponds, repair golf cart paths
damaged during construction,replace 130LF water line to accommodate the installation of boxes on 9a'
Avenue, and the removal and replacement of box culverts between the ponds as per the original design.
Project No. DR1PO4. Account No. 307-21-055-8515-00-10-000.
"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. 24654
11/14/2025 RLD
Page 1 of 7
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE CHANGE ORDER NO. 4 TO THE CONTRACT
BETWEEN THE CITY OF PORT ARTHUR AND BRYSTAR
CONTRACTING, INC., OF BEAUMONT, TEXAS, FOR
DRAINAGE IMPROVEMENTS DECREASING THE
CONTRACT AMOUNT BY $412,362.05, TO A NEW
CONTRACT AMOUNT OF $17,977,620.15. ACCOUNT
307-21-055-8515-00-10-000. PROJECT NO. DR1PO4.
WHEREAS, pursuant to Resolution No. 18-231, the City of Port Arthur adopted the
2018 Disaster Recovery and Resiliency Plan (DRRP) for recovery activities following
Hurricane Harvey; and,
WHEREAS, the DRRP included mitigation planning and investment in infrastructure
to rebuild/repair streets, utilities, public facilities, water, sewer, and drainage in addition
to identifying areas in the 100-year flood zone frequently flooded during previous storms
or significant rain events; and,
WHEREAS, the community of Stonegate was selected as an area that has
experienced significant flooding due to rain events, flash flooding and drainage related
issues; and,
WHEREAS, pursuant to Resolution No. 20-021, Stuart Consulting Group of
Houston, Texas, was approved to provide design specifications and a final bid package
for the Stonegate area; and,
WHEREAS, the Stonegate Drainage Improvement Project was let for bidding
under Bid Number P23-069 on September 9, 2023 and September 16, 2023, by the
Purchasing Department; and,
PR No. 24654
11/14/2025 RLD
Page 2 of 7
WHEREAS, three (3) bids were received from Allco, LLC, of Beaumont, Texas;
BDS Constructors, LLC, of Vidor, Texas; and Brystar Contracting, Inc., of Beaumont,
Texas; and,
WHEREAS, bids were opened, and evaluated by the Purchasing Department, the
Public Works staff, and Stuart Consulting Group, on Wednesday, October 11, 2023, with
Brystar Contracting, Inc., of Beaumont, Texas being the lowest qualified bidder for
$18,672,548.00; and,
WHEREAS, pursuant to Resolution No. 23-561, the Port Arthur City Council
authorized the City Manager to enter into an agreement with Brystar Contracting, Inc.,
(Brystar) of Beaumont, Texas, for $18,672,548.00 for the Stonegate Drainage
Improvement Project; and,
WHEREAS, pursuant to Resolution No. 24-060, the Port Arthur City Council
authorized the City Manager to enter into a professional engineering services contract for
construction management and value engineering with Chica & Associates, Inc., of
Beaumont, Texas for the Stonegate Project; and,
WHEREAS, pursuant to Resolution No. 24-187, City Council approved Change
Order No. 1 where City staff, Chica, and Brystar performed value engineering on the
project, saving a total amount of $1,638,750.00. An additional amount of $686,859.00
was added to the contract for lowering the culvert boxes by one foot (1') at the golf
course due to pipeline conflicts and also $101,201.10 was added for a reinforced concrete
liner at the bottom of the ditch due to water table issues; and,
PR No. 24654
11/14/2025 RLD
Page 3 of 7
WHEREAS, Change Order No. 1 reduced the original contract amount of
$18,672,548.00 by the net of $850,689.90, to the new contract amount of
$17,821,858.10; and,
WHEREAS, a Field Order was issued for Oakmont Drive that built a conflict box
to avoid conflict with Entergy's underground electrical line and an emergency letter dated
November 14, 2024, was sent to the City Manager outlining the additional scope of work
needed; and,
WHEREAS, pursuant to Resolution No. 24-510, approved by Council, Change
Order No. 2 was submitted by Brystar Contracting, Inc. of Beaumont, Texas, to resolve
an electrical conflict on Oakmont Drive, install an irrigation weir at Pond 3 on the golf
course, reroute an existing irrigation line, add HDPE pipe (180 LF), install valves on
existing transit lines, paving median to convert to a turning lane, and added 154 calendar
days to the original contract completion date of December 24, 2025, to the new contract
completion date of May 27, 2026; and,
WHEREAS, Change Order No. 2 also modified the existing contract amount of
$17,821,858.10 by $315,047.10, to the new contract amount of $18,136,905.20; and,
WHEREAS, the emergency letter was approved and signed by the City Manager
with the understanding that a resolution regarding the Field Order would be presented
to City Council thereafter; and,
WHEREAS, a Field Order, dated May 9, 2025, approved and signed by the City
Manager, was issued for the immediate installation of two line stops in the existing main
feed water line to prevent a major water outage in the surrounding area for the additional
PR No. 24654
11/14/2025 RLD
Page 4 of 7
cost of $67,813.00. It was also discovered that the selected locations of the line stops
were not part of the looped system, resulting in the loss of water for the residents of
Green Pointe Estates. A line stop was removed and a 6" temporary bypass was installed
to supply water to the residents, resulting in a fourteen-day (14) delay and the additional
cost of $18,203.00; and,
WHEREAS, pursuant to Resolution No. 25-223 for Change Order No. 3, approved
by the City of Port Arthur's Council, was submitted by Brystar for 9th Avenue improvements
behind the houses of the Greenway Pointe Estates Subdivision that addresses the Field
Order's installation of the two 16" water main line stops and defined work to remove and
replace an existing sidewalk, install a manhole, install an inlet, install piping, modify an
existing conflict box, and install overflow pipes at Ponds #5 and #6; and,
WHEREAS, Change Order No. 3 also increased the contract amount of
$18,136,905.20 by $253,077.00 to the new contract amount of $18,389,982.20 and the
addition of eighty-nine (89) calendar days, changing the contract completion date of May
27, 2026 to the new date of August 24, 2026; and,
WHEREAS, approval of PR No. 24654 authorizing the City Manager to execute
Change Order No. 4 with Brystar Contracting, Inc. of Beaumont, Texas, decreasing the
contract in the amount of $412,362.05. The deductions are related to quantities not
utilized, as listed in the Exhibit A; and the additions will provide access roads to the two
pump stations that are essential for operating the retention ponds, repair golf cart paths
damaged during construction, replace 130LF water line to accommodate the installation
of boxes on 9th Avenue, and the removal and replacement of box culverts between the
PR No.24654
11/14/2025 RLD
Page 5 of 7
ponds as per the original design is herein deemed an appropriate action, see Exhibit A;
now, therefore;
WHEREAS, Change Order No. 4 decreases the contract amount of
$18,389,982.20 by $412,362.05, to the new contract amount of $17,977,620.15; and,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,
TEXAS:
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 to execute
Change Order No. 4 with Brystar Contracting, Inc. of Beaumont, Texas, decreasing the
contract amount by $412,362.05. The deductions are related to quantities not utilized, as
listed in the Exhibit A; and the additions will provide access roads to the two pump
stations that are essential for operating the retention ponds, repair golf cart paths
damaged during construction, replace 130LF water line to accommodate the installation
of boxes on 9th Avenue, and the removal and replacement of box culverts between the
ponds as per the original design; 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 of the City Council of the City of Port Arthur, Texas,
by the following vote: Ayes: Mayor:
Councilmembers:
PR No. 24654
11/14/2025 RLD
Page 6 of 7
Noes:
PR No. 24654
11/14/2025 RLD
Page 7 of 7
Charlotte M. Moses
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
r
—0
44/
Roxann Pais Cotroneo, Esquire Ron Burton, CPM (q�� behalf. o P)
City Attorney City Manager
APPROVED AS TO AVALIABILITY OF FUNDS:
l� 1 Cy (_.
y'-
Lynda "Lyn" Boswell, M.A., ICMA-CM
Director of Finance
\//1. -01,4 /141i1V V'
Suhail Kanwar, PE
Director of Public Services/City Engineer
kkPCliftonilliams, CPPB
Purchasing Manager
EXHIBIT A
CITY OF PORN.111SR
Nor m
murOp
.B.101.1
PV61I1527I.AroN2114 CI DA
IIt oPnMt.sNTNUN
CONTRACTOR -I RMVSTAR CONTRACNCA INC.
TN.0011 61.41015 CHANGES IN...,P.A.ANINOR SPNCIFICATIONS AR.11ERNNI NI NON,NANG.0.1.12 NO,4
ANN..C01.04 QRAv15NA to reflect r61.iarml5uo03144 used lo roe eem.em0 e0190 project:
Nmn No Wean.MN.,per Nem0elmpmn Unh ONtlnelOuemM USOPM. 0Nn6.1400um New Wan. New680005 $1Srwp1
OR 104..115.1116101414.441.403 $014M004
+0 564003:ON(POn0s1 Cr 00.000 525.00 61260.000.00 l?tle 51.115m.00 (5160u6.00i
60 REMOVE CON,IPA0I Sr 1710D 51200 5205,200.00 15.726 S160711.00 1$16,e55.001
ID 6EM060c0NCI5,505w641 5. 1,oEo 530.00 331000.00 890.16 $26,Rem If6ss6ml
9D REMOVE 6R0014C1 CON0(0004455000 0A1071 13 300 53000 69,010.00 166 06.980.00 156.400001
130 REMONC SilialPCI if 0,000 51000 $u,000.00 4c61 565,39620 51,290.00
1E0 CONC PIANO10'1 5v s,GDD 397.00 SH3,1W.00 3104 SOS9579m ($165,611001
170 CONC CURO(11 II) 1F 9,000 510.00 590..DO 5,19e. 551,10m 1535mam1
160 00101.20 Sv 950 $106.00 611I.60000 3t1 $116,61.00 30.0001
REx0ASE1NEw e.R51116•) ST 1000 53000 SGm.lp0.00 19,510.03 $5.,3561 IS17,605.101
200 OANIN.0RA1z0 LIME(1Cu01411 rah 325 5380.30 555,500.00 INS1 $63/Mm 1$11622001
110 UME TRTISUBGRADEI(6'1 w 13000 5600 $19a00 CO 11553 565,31500 IS?60i0O
0 RC Par 0601 t1
MO 5000.00 5156,..00 634 5117,60000 35,600.001
030 6155E140161 11 e00 561000 5105,0030.00 341 5311,070.00 1531330m1
500 SANITARY PIPE(PVC1101.1 (I 120 5630.00 651,000.00 60 425110040 320800.00
SOS 0071001144E NPE 1,0(4101 LI 65 567000 54355000 50 533400.00 1610050.001
520 METAL V GUARD FENCE 11 EAM 100 511000 S IL.00 0 Sem (511,0mm1
560 .000O5053EE5 PLAPw11(ae•1 0R 1 525m0.00 325,00.00 0 Sam 1515,000m1
975 1TN POINTING 10 10,000 63e00 $380.000,00 0 $0.m IS 31,000.0)
5l a01(m WATER MITER BOX CA 13 5650.a0 613050.00 0 $0.00 (SBA50m)
S. REM AREL MAILBOX Ea 0 51500.10 51000000 0 $s,000A0 IS,...)
600 ADAww951T1'PE 51 EA 5 50,mD.00 $15,0..00 u 51160010 (530D0.001
610 Ts.NCR SA,En 595TEM5 O 01. 51m $1631.00 7,69 $1551m IS830001
610 BARRICADES.510N5.AND TRAFFIC CONTROL MO 16 51,e00.00 640500 co SO $56m000 511200400
690 O0N500e0 7617 000 0 24,000 53.00 511,000.00 2334 51,00320 I0609911601
700 RIP RAPISTONE COMMONI(0600(10WI TON 695 $12500 596,8)20D 35377 $483211i 114,6.53.901
COI 10.960A PDX CULSSRTS LS 1 591A1.00 59,145.06 0 $Om (291e.01
CO2/n1m ls0 CONE 0111ANE1110'1 Sv 1,5. $100 CO 5160,..00 761 $176,100m 51010,0
CO2/item190 R.0AS5111 w 0045116.1 Se Sao 530.00 S 11,I100.00 D 50m 151e600.e01
CO2/neml 3 e0850090250(60 X 0r0 a 120 $1100.00 15020D0.00 l $101,100.00 32.00.
CO3/Item11 10 RB0SE INF.ea55116.1 56 530.00 $10000 6 0 $am IS sl
CO3/nem060 RC PEI36m1 LI 1. 5.0.00 535,eoo.00 0 Sum 152.00.
CO6 POND 0502ER1LOw(6DON00EW FLAP 03351 I0 1 510031 OD 52O5100 0 50.00 1520351101
CO3 POND R60NE5FCOW(1R0 LP 50PC VPRPSGATEI 15 1 $36,031.00 536,031.00 0 Sum 153611.051
NEN CART/ORMI PAIN 10 PUMP 5TA1I0N 112'04050'MNNRI L5 5441.100.00 $00n 1 $4A1,100.00 ' $41,20O00
Ntx ROCK ROAD TO PUMP STATION Ls 5103,0i3.00 50.00 i 5103,e23.00 51.023.00
sr. AVE TOPU4PSTATw11ul0LrcE/uus6
W7 01 5'wTLICBRII9 1NL., 5320.060.00 $O.DO 5129060m $1n.1.00
316. NNE 10 5146.100.00 5000 1 3166,1m00 $1u,600.00
REvanlRl a.D.mNnRCCr.EA Nu0w41s
Rni RE6IAc0 5000.54 LINE CROSSING 9rN Avr is 536.195.00 $O.W 1 $34nsm f36.zf5m
50310r45 65,776,134600 55,361A53.95 5412061.05
UPON.CONTRACT CO..i .1-3
lz.zu ouxrDEDUCTml 1
1 i001..509.15
()RIG.At.CONTRACT AMOUNT,.S NCT um.11m
10 ...NI Or TINS ClIANOR O F..NOa 5 1411062..
r1RCENTOr TM1SCMkNCr.OROCR NO.0
1,57150.PN 0.10.6
FINAL CO...CT A610501':5 14.677611.15