HomeMy WebLinkAboutPR 18351: CHANGE ORDER NO. 4, HWY 87 WATER TRANSMISSION LINE PROJECT (GLO) MEMORANDUM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO: John A. Comeaux P.E., Interim City Manager
FROM: John A. Tomplait, Assistant Director of Utility ii tity Operations
DATE: May 20, 2014
RE: Proposed Resolution No. 18351
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 18351
authorizing the execution of Change Order number Four (4) for the Highway 87 Water
Transmission Line Project with Excavators & Constructors, LTD., of Port Arthur,
Texas, this change order modifies the contract in the total amount of$102,389.63. This
change order is for delivery of materials on hand, change in assembled pipe and fittings
for tie-in to existing line at Keith Lake, Rental and operation of truck mounted safety
attenuator required by the Texas Department of Transportation, final grading, seeding
and removal of one air release valve required after final inspection, and extra 10 LF of
HDPE pipe required to go under existing sheet pile wall on the directional drill under
Keith Lake cut. There should be $222,884.00 in supplemental items change ordered out
at the close out of this project.
BACKGROUND
The change order is for the Highway 87 water line project approved in Resolution No.
13-294. A Hurricane Recovery Grant administered by the Texas General Land Office is
funding this project. At this time the project is substantially complete based on the
contract.
BUDGET/FISCAL EFFECT
This project will be funded through the GLO Project No. I21SPW, Account No. 144-
1201-532.59-00.
SUMMARY
I recommend that the City Council approve Proposed Resolution No.18351.
P.R.No. 18351
05/20/14 JT
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO EXECUTE CHANGE ORDER NO. 4 BETWEEN THE
CITY OF PORT ARTHUR AND EXCAVATORS &
CONSTRUCTORS, LTD. AND CHANGE ORDER NO. 4
WITH THE GENERAL LAND OFFICE (GLO) FOR THE
HIGHWAY 87 WATER TRANSMISSION LINE
PROJECT, INCREASING THE CONTRACT AMOUNT
BY $102,389.63 TO A NEW TOTAL OF $2,509,138.63;
PROJECT NO I21SPW, 144-1201-532.59-00.
WHEREAS, per Resolution No. 13-294, the City entered into a contract for the
installation of a water transmission line along Highway 87 South with Excavators &
Constructors, Ltd. for the contract amount of$2,318,702.50; and,
WHEREAS, per Resolution No. 13-400, the City Council authorized Change Order No.
1 between the City and Excavators & Constructors, Ltd and Change Order No. 1 with the GLO
for the Hwy 87 water transmission line tracer wire system increasing the contract amount by
$64,286.50 to a new total of$2,382,989; and,
WHEREAS, per Resolution No. 14-043, the City Council authorized Change Order No.
2 between the City and Excavators & Constructors, Ltd and Change Order No. 2 with the GLO
that the Texas Department of Transportation has requested six (6) fire hydrants be replaced with
underground blow-off hydrants for the installation of a water transmission line along Highway
87 South increasing the contract amount by $23,760.00 to a new total of $2,406,749.00,
increasing the contract time by twelve(12) days to a total of 282 days; and,
WHEREAS, per Resolution No. 14-153, the City Council authorized Change Order No.
3 between the City and Excavators & Constructors, Ltd and Change Order No. 3 with the GLO
for a seventeen(17)day time extension increasing the term to 299 days; and,
WHEREAS, Arceneaux& Gates Consulting Engineers,has requested Change Order No.
4 in the amount of$102,389.63, for delivery of materials on hand, change in assembled pipe and
fittings for tie-in to existing line at Keith Lake, rental and operation of truck mounted safety
P.R.No. 18351
03/24/14 JT
Page 2 of 3
attenuator required by the Texas Department of Transportation,final grading, seeding and
removal of one air release valve required after final inspection,and extra 10 LF of HDPE pipe
required to go under existing sheet pile wall on the directional drill under Keith Lake cut with
Excavators& Constructors, Ltd and Change Order No. 4 with the GLO,the change order has
been evaluated by Arceneaux& Gates Consulting Engineers,and the Utility Operations
Department(attached hereto as Exhibit"A");
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
execute, on behalf of the City of Port Arthur, Change Order No. 4 between the City of Port
Arthur and Excavators & Constructors, LTD. and Change Order No. 4 with the GLO for the
increased amount of $102,389.63 for a new total of $2,509,138.63 attached hereto as Exhibit
"A"; and
THAT, this project will be funded by the Texas General Land Office, in Project No.
I21 SPW, Account No. 144-1201-532.59-00; and,
THAT a copy of the caption of this resolution be spread upon the minutes of the City
Council.
READ,ADOPTED AND APPROVED THIS day of , 2014
at a Regular Meeting of the City Council of the City of Port Arthur, Texas,by the following
votes:
AYES: Mayor
P. R. No. 18351
03/24/14 JT
Page 3 of 3
Councilmembers:
NOES:
Deloris Prince
Mayor
ATTEST: APPROVED AS TO FORM:
/ 1�� �i
Sherri Bellard Valecia Tizeno ,
City Secretary City Attorney
APPROVED FOR ADMINISTRATION:
A A.1`-f& rliAZ)
John A. Comeaux,P.E. Shawna Tubbs, CPPB
Interim City Manager Purchasing Manager
APPROVED AS TO AVAILABILITY OF ohn Tomplai
FUNDS: ant Director of Utility Operations
Deborah Echols, CPA
Director of Finance
Account No.: 144-1201-532.59-00
Project No.: I21SPW
Exhibit "A"
(Proposal for Contract Addition)
ARCENEAUX
GATES
CONSULTING
ENGINEERS,INC.
CHANGE ORDER No. 4
DATE: May 19, 2014 JOB NO. CPA-700
AGREEMENT DATE: July 17, 2013
NAME OF PROJECT: HIGHWAY 87 WATER LINE
OWNER: CITY of PORT ARTHUR
CONTRACTOR: EXCAVATORS & CONSTRUCTORS, LTD.
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Add the following Items to the Contract and Scope of Work:
a. Delivery of Materials on Hand to the
City of Port Arthur
($5,184.84/LS.) [+] $ 5,184.84
b. Change in assembled pipe and fittings
for tie-in to existing line at Keith Lake
($20,193.07/LS.) [+] $ 20,193.07
c. Rental and operation of truck mounted
safety attenuator required by the Texas
Department of Transportation
($57,755.25/LS.) [+] $ 57,755.25
d. Final grading, seeding and removal of
one air release valve required after final
inspection
($15,813.47/LS.) [+] $ 15,813.47
e. Extra 10 LF of HDPE pipe required to go under
Existing sheet pile wall on the directional drill
under the Keith Lake cut
($344.30/LF.) [+] $ 3,443.00
TOTAL $ 102,389.63
CHANGE ORDER NO. 4
May 19, 2013
ARCENEAUX Job No. CPA-700, Contract No. 1
GATES
CONSULTING
ENGINEERS,INC.
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $2,318.702.50
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $2,406,749.00
The CONTRACT PRICE due to this CHANGE ORDER will be [increased]
[decreased]
by: $102,389.63 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER, will be $2,509,138.63
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 270 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 299 Calendar Days
CURRENT DATE OF COMPLETION: May 14, 2014
CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days
The New DATE OF COMPLETION:
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 & GATES [CONTR ,OF ICER OR WNER]
CONSULTING ENGINEERS, INC. EXC VATORS & CONSTRUCTORS, LTD.
ACCEPTED BY:
CITY of PORT ARTHUR
2 of 2
taoRAL `iti
0�� X111% . 0
4f' °k Texas General Land Office
cWi Disaster Recovery
v. r�
Y
FS 36
r4BCISHE0‘6
Construction Contract Change Order Request Form
Engineer: Owner (Contractor Locality): Contractor:
Excavators&Constructors, LTD.
Aceneaux&Gates Engineers, Inc., City of Port Arthur
6601 Proctor Ext.
A Burrow Global Company �
2901 Turtle Creek Dr., Suite 320 Port 4 Street Port Arthur,TX 77642
Port Arthur,TX 77642
Port Arthur,TX 77642
Phone No.:409-983-8100 Agreement Date:
Phone No.: 409-724-7888
July 17,2013
Phone No.:409-962-2677
Date: December 30, 2013 Contract For (Project Description): GLO Contract No.:
Project Code No.: P21105 Highway 87 Water Line 12-305-025-6542
Bid Package No.: 4 Change Order No.: 4
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
Delivery of Materials on Hand to the City of Port
Arthur $ 5,184.84
($5,184.84/LS.)
Change in assembled pipe and fittings for tie-in to $20,193.07
existing line at Keith Lake
($20,193.07/LS.)
Rental and operation of truck mounted safety
attenuator required by the Texas Department of $57,755.25
Transportation
($57,755.25/LS.)
Construction Contract Change Order Request Form Page 1 of 3
CDBG Disaster Recovery Program May 2012
Final grading, seeding and removal of one air release $15,813.47
valve required after final inspection
($15,813.47/LS.)
Extra 10 LF of HDPE pipe required to go under $3,443.00
Existing sheet pile wall on the directional drill under
the Keith Lake cut
($344.30/LF.)
Change in Contract Price Change in Contract Time (Calendar Days)
Original Contract Price: $2,318,702.50 Original Contract Time: 270 days
Previous Change Order(s): Net Change From Previous
No. 1 to No. 3 $ 88,046.50 Change Orders: 29 days
Contract Price Prior to Contract Time Prior to
this Change Order: $2,406,749.00 this Change Order: 299 days
Net Increase/Decreocc of Net Increase/Decrease of
this Change Order: $ 102,389.63 this Change Order: 0 days
Contract Price With all Contract Time With all
Approved Change Orders: $2,509,138.63 Change Orders: 299 days
Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date:
8.2 % (mm/dd/yy) 12 /31 /2015
Construction Contract Start Date: Construction Contract End Date:
(mm/dd/yy) 8 /19/2013 (mm/dd/yy) 4 /14/2014
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 3
CDBG Disaster Recovery Program May 2012
RECOMMEN ED: APPROVED:/.0/�/- By: By ACCEPT
By: /..rr
ENGINEER OWNER CONTR;�' OR
Date: 9/7"/V/V Date: Date: s�9"may
JUSTIFICATION FOR CHANGE
1. Will this Change Order increase or decrease
the number of beneficiaries? ❑ Increase ❑ Decrease El 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: 121 Increase ❑ Decrease ❑ No Change
3. Effect on operation and maintenance costs: ❑ Increase ❑ Decrease El No Change
4. Are all prices in the change order dependent upon unit prices
found in the original bid? ❑ Yes El No
If "No", explain: Texas Department of Transportation is required a truck mounted safety attenuator
that was not in the original design or bid. The changes to the tie-in to the existing system required some
fitting and material that were not in the original bid.
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 El No
If"Yes", is an Environmental Re-assessment required?
6. Is the Texas Commission on Environmental Quality(TCEQ)
clearance still valid? (if applicable) El Yes ❑ No
7. Is the TCEQ permit approval still valid? (sewer projects only) ❑ Yes ❑ No
Construction Contract Change Order Request Form Page 2 of 3
CDBG Disaster Recovery Program May 2012
8. Are the handicapped access requirements/approval
still valid? (if applicable) ❑ Yes ❑ No
9. Are other Disaster Recovery contractual special condition clearance
still valid? I1 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).
Construction Contract Change Order Request Form Page 2 of 3
CDBG Disaster Recovery Program May 2012
ARCENEAUX
GATES
CONSULTING
ENGINEERS,INC.
CHANGE ORDER No. 4
DATE: May 19, 2014 JOB NO. CPA-700
AGREEMENT DATE: July 17, 2013
NAME OF PROJECT: HIGHWAY 87 WATER LINE
OWNER: CITY of PORT ARTHUR
CONTRACTOR: EXCAVATORS & CONSTRUCTORS, LTD.
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Add the following Items to the Contract and Scope of Work:
a. Delivery of Materials on Hand to the
City of Port Arthur
($5,184.84/LS.) [+] $ 5,184.84
b. Change in assembled pipe and fittings
for tie-in to existing line at Keith Lake
($20,193.07/LS.) [+] $ 20,193.07
c. Rental and operation of truck mounted
safety attenuator required by the Texas
Department of Transportation
($57,755.25/LS.) [+] $ 57,755.25
d. Final grading, seeding and removal of
one air release valve required after final
inspection
($15,813.47/LS.) [+] $ 15,813.47
e. Extra 10 LF of HDPE pipe required to go under
Existing sheet pile wall on the directional drill
under the Keith Lake cut
($344.30/LF.) [+] $ 3,443.00
TOTAL $ 102,389.63
CHANGE ORDER NO. 4
May 19, 2013
ARCENEAUX Job No. CPA-700, Contract No. 1
GATES
CONSULTING
ENGINEERS,INC.
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $2.318,702.50
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $2,406,749.00
The CONTRACT PRICE due to this CHANGE ORDER will be [increased]
{deereased}
by: $102,389.63 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER, will be $2,509,138.63
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 270 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 299 Calendar Days
CURRENT DATE OF COMPLETION: May 14. 2014
CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days
The New DATE OF COMPLETION:
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:
41,
ARCENEAUX & GATES PONT-�yj�r",OFF CER OR WNER]
CONSULTING ENGINEERS, INC. EXCAVATORS & CONSTRUCTORS, LTD.
ACCEPTED BY:
CITY of PORT ARTHUR
2 of 2
t,e A!_ 4
t 9
y 0 _ ° Texas General Land Office
Q
cum
Disaster Recovery
1- . If' n,rx
n
FSTgBC,..s.`o
Construction Contract Change Order Request Form
Engineer: Owner(Contractor Locality): Contractor:
Excavators&Constructors, LTD.
Aceneaux&Gates Engineers, Inc., City of Port Arthur
6601 Proctor Ext.
A Burrow Global Company 444 4t'Street
2901 Turtle Creek Dr., Suite 320 Port Arthur,TX 77642
Port Port Arthur,TX 77642
ort Arthur,TX 77642
Phone No.:409-983-8100 Agreement Date:
Phone No.: 409-724-7888
July 17,2013
Phone No.:409-962-2677
Date: December 30, 2013 Contract For(Project Description): GLO Contract No.:
Project Code No.: P21105 Highway 87 Water Line 12-305-025-6542
Bid Package No.: 4 Change Order No.: 4
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
Delivery of Materials on Hand to the City of Port
Arthur $ 5,184.84
($5,184.84/LS.)
Change in assembled pipe and fittings for tie-in to $20,193.07
existing line at Keith Lake
($20,193.07/LS.)
Rental and operation of truck mounted safety
attenuator required by the Texas Department of $57,755.25
Transportation
($57,755.25/LS.)
Construction Contract Change Order Request Form Page 1 of 3
CDBG Disaster Recovery Program May 2012
Final grading, seeding and removal of one air release $15,813.47
valve required after final inspection
($15,813.47/LS.)
Extra 10 LF of HDPE pipe required to go under $3,443.00
Existing sheet pile wall on the directional drill under
the Keith Lake cut
($344.30/LF.)
Change in Contract Price Change in Contract Time (Calendar Days)
Original Contract Price: $2,318,702.50 Original Contract Time: 270 days
Previous Change Order(s): Net Change From Previous
No. 1 to No. 3 $88,046.50 Change Orders: 29 days
Contract Price Prior to Contract Time Prior to
this Change Order: $2,406,749.00 this Change Order: 299 days
Net Increase/Deese of Net Increase/Decrca& of
this Change Order: $ 102,389.63 this Change Order: 0 days
Contract Price With all Contract Time With all
Approved Change Orders: $2,509,138.63 Change Orders: 299 days
Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date:
8.2 % (mm/dd/yy) 12 /31 /2015
Construction Contract Start Date: Construction Contract End Date:
(mm/dd/yy) 8 /19/2013 (mm/dd/yy) 4 /14/2014
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 3
CDBG Disaster Recovery Program May 2012
RECOMMEN ED: APPROVED: ACCEPTE''
By: �%� G%�` By: By: MEd& ��.
ENGINEER OWNER CONT:0°CTOR
Date: 5/7 'Y Date: Date: SW-/r
JUSTIFICATION FOR CHANGE
1. Will this Change Order increase or decrease
the number of beneficiaries? ❑ Increase ❑ Decrease Q 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: a Increase ❑ Decrease ❑ No Change
3. Effect on operation and maintenance costs: ❑ Increase ❑ Decrease l No Change
4. Are all prices in the change order dependent upon unit prices
found in the original bid? ❑ Yes l No
If "No", explain: Texas Department of Transportation is required a truck mounted safety attenuator
that was not in the original design or bid. The changes to the tie-in to the existing system required some
fitting and material that were not in the original bid.
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) 0 Yes ❑ No
7. Is the TCEQ permit approval still valid? (sewer projects only) ❑ Yes ❑ No
Construction Contract Change Order Request Form Page 2 of 3
CDBG Disaster Recovery Program May 2012
8. Are the handicapped access requirements/approval
still valid? (if applicable) ❑ Yes ❑ No
9. Are other Disaster Recovery contractual special condition clearance
still valid? l 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).
Construction Contract Change Order Request Form Page 2 of 3
CDBG Disaster Recovery Program May 2012