Loading...
HomeMy WebLinkAboutPR 18385: CHANGE ORDER NO. 5 EXCAVATORS & CONSTRUCTORS, LTD 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 Operations ?' DATE: June 16, 2014 RE: Proposed Resolution No. 18385 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 18385 authorizing the execution of Change Order number Five (5) 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 decreased amount of $222,472.40. This change order is to adjust the final bid item quantities to reflect the actual amount installed during the project and to pay the contractor for materials purchased that were not used and delivered to the City due to the change in the tie-in at Keith Lake. The total cost for this change order will decrease the contract amount by $222,472.40. The funds will be used for the shortfall in other GLO projects. 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.18385. P.R.No. 18385 06/16/14 jt RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 5 BETWEEN THE CITY OF PORT ARTHUR AND EXCAVATORS & CONSTRUCTORS, LTD. AND CHANGE ORDER NO. 5 WITH THE GENERAL LAND OFFICE (GLO) FOR THE HIGHWAY 87 WATER TRANSMISSION LINE PROJECT, DECREASING THE CONTRACT AMOUNT BY $222,472.40 TO A NEW TOTAL OF $2,286,666.23; 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, which the Texas Department of Transportation had 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,per Resolution No. 14-249 the City Council authorized Change Order No. 4 between the City and Excavators& Constructors, Ltd and Change Order No. 4 with the GLO in the amount of$102,389.63,to a new total of$2,509,138.63, for delivery of materials on hand, P.R. No. 18385 06/16/14 jt Page 2 of 4 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,fmal grading, seeding and removal of one air release valve required after fmal Inspection, and extra 10 LF of HDPE pipe required to go under existing sheet pile wall on the directional drill under Keith Lake cut; and WHEREAS,Arceneaux&Gates Consulting Engineers,has requested Change Order No. 5 in the decreased amount of$222,472.40,to adjust the final bid item quantities to reflect the actual amount installed during the project and to pay the contractor for materials purchased that were not used and delivered to the City due to the change in the tie-in at Keith Lake, 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. 5 between the City of Port Arthur and Excavators& Constructors, Ltd. and Change Order No. 5 with the GLO for the decreased amount of $222,472.40 for a new total of$2,286,666.23 attached hereto as Exhibit "A"; and, THAT, this project will be funded by the Texas General Land Office, in Project No. 121 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. P.R.No. 18385 06/16/14 jt Page 3 of 4 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 Councilmembers: NOES: Deloris Prince Mayor ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: John A. Comeaux, P.E. Shawna Tubbs, CPPB Interim City Manager Purchasing Manager P. R.No. 18385 06/16/14 jt Page 4 of 4 ohn . Tomplait As stant Director of Utility Operations APPROVED AS TO AVAILABILITY OF FUNDS: 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. 5 DATE: June 3, 2014 JOB NO. CPA-700 AGREEMENT DATE: JULY 17, 2013 NAME OF PROJECT: HWY 87 WATERLINE OWNER: CITY of PORT ARTHUR CONTRACTOR: EXCAVATORS & CONTRACTORS, LTD. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Delete to Adjust the following Bid Items to actual quantities used: a. Decrease 5 L.F.16-Inch, PVC C-905, (Bid Item No. 3) $ (209.75) b. Decrease 34 L.F. 20-Inch, PVC C-905 (Bid Item No. 5) $ (1,970.30) c. Decrease 1 EA. 20-Inch Gate Valve & Box (Bid Item No. 7) $ (12,915.00) d. Decrease 69 L.F. Trench Safety System, All Depths (Bid Item No. 13) $ (24.15) e. Decrease 3,315 L.F. Silt Control Fence (Bid Item No.14 ) $ (7,458.75) f. Decrease 2 EA. 16-Inch Gate Valve & Box (Bid Item No. 15) $ (15,000.00) g. Decrease 2 EA. 16-Inch Ductile Iron Restrained Joint Tee (Bid Item No. 16) $ (4,264.00) h. Decrease 3 EA. Extra 90 Degree 16-Inch Fitting (Bid Item No. 17) $ (4,671.00) i. Decrease 3 EA. Extra 45 Degree 16-Inch Fitting (Bid Item No. 18) $ (4,197.00) CHANGE ORDER NO. 5 June 3, 2014 ARCENEAUX Job No. CPA-700, Contract No. 1 GATES CONSULTING ENGINEERS,INC. j. Decrease 2 EA. 20-Inch Gate Valve & Box (Bid Item No. 19) $ (26,000.00) k. Decrease 2 EA. 20-Inch Ductile Iron Restrained Joint Tee (Bid Item No. 20) $ (5,174.00) I. Decrease 3 EA. Extra 90 Degree 20-Inch Fittings (Bid Item No. 21) $ (6,198.00) m. Decrease 3 EA. Extra 45 Degree 20-Inch Fittings (Bid Item No. 22) $ (5,220.00) n. Decrease 10 C.Y. Extra Bank Sand (Bid Item No. 23) $ (200.00) o. Decrease 10 C.Y. Extra Class "A" Concrete (Bid Item No. 24) $ (1,500.00) p. Decrease 10 C.Y. Extra Cement Stabilized Sand (Bid Item No. 25) $ (460.00) q. Decrease Well Point (Bid Item No. 26) $ (150,000.00) r. Decrease Tracer Wire System (Bid Item No. 27) $ (197.65) 2. Additional Items purchased by the contractor not used during construction and delivered to the City of Port Arthur a. Materials purchased by the Contractor for the tie-in $ 23,187.20 at Keith Lake SUBTOTAL $ (222,472.40) 2 of 3 CHANGE ORDER NO. 5 June 3, 2014 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): $2,509,138.63 The CONTRACT PRICE due to this CHANGE ORDER will be [increased} [decreased] by: $222,472.40 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $2,286,666.23 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: June 13, 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 [CONT-,.R, FICER 0 OWNER] CONSULTING ENGINEERS, INC. EXCAVATORS & CONTRACTORS, LTD. ACCEPTED BY: CITY of PORT ARTHUR 3 of 3 m4/N4 `9ti �w q1�11I%o Q ° Texas General Land Office E - 1 Disaster Recovery cite 36 T.ie,ISED 0Y 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 4th 2901 Turtle Creek Dr., Suite 320 444 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: June 3, 2014 Contract For (Project Description): GLO Contract No.: Project Code No.: P21105 Highway 87 Water Line 12-305-025-6542 Bid Package No.: 5 Change Order No.: 5 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 Decrease 5 L.F. 16-Inch, PVC C-905, $209.75 (Bid Item No. 3) Decrease 34 L.F. 20-Inch, PVC C-905 $1,970.30 (Bid Item No. 5) Decrease 1 EA. 20-Ince Gate Valve & Box $12,915.00 (Bid Item No. 7) Decrease 69 L.F. Trench Safety System, All Depths $24.15 (Bid Item No. 13) Construction Contract Change Order Request Form Page 1 of 3 CDBG Disaster Recovery Program May 2012 Decrease 3,315 L.F. Silt Control Fence $7,458.75 (Bid Item No. 14) Decrease 2 EA. 16-Inch Gate Valve & Box $15,000.00 (Bid Item No. 15) Decrease 2 EA. 16-Inch Ductile Iron Restrained Joint $4,264.00 Tee (Bid Item No. 16) Decrease 3 EA. Extra 90 Degree 16-Inch Fitting $4,671.00 (Bid Item No. 17) Decrease 3 EA. Extra 45 Degree 16-Inch Fitting $4,197.00 (Bid Item No. 18) Decrease 2 EA 20-Inch Gate Valve & Box $26,000.00 (Bid Item No. 19) Decrease 2 EA. 20-Inch Ductile Iron Restrained Joint $5,174.00 Tee (Bid Item No. 20) Decrease 3 EA. Extra 90 Degree 20-Inch Fittings $6,198.00 (Bid Item No. 21) Decrease 3 EA. Extra 45 Degree 20-Inch Fittings $5,220.00 (Bid Item No. 22) Decrease 10 C.Y. Extra Bank Sand $200.00 (Bid Item No. 23) Decrease 10 C.Y. Extra Class "A" Concrete $1,500.00 (Bid Item No. 24) Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program May 2012 Decrease 10 C.Y. Extra Cement Stabilized Sand $460.00 (Bid Item No. 25) Decrease Well Point $150,000.00 (Bid Item No. 26) Decrease Tracer Wire System $197.65 (Bid Item No. 27) Materials purchased by the Contractor for the tie-in at $23,187.20 Keith Lake 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. 4 $ 190,436.13 Change Orders: 29 days Contract Price Prior to Contract Time Prior to this Change Order: $2,509,138.63 this Change Order: 299 days Net I. a/Decrease of Net Increase/^,tee of this Change Order: $222,472.40 this Change Order: 0 days Contract Price With all Contract Time With all Approved Change Orders: $2,286,666.23 Change Orders: 299 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: - 1.3 % (mm/dd/yy) 12 /31 /2015 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 8 /19 /2013 (mm/dd/yy) 6 /14/2014 Reimbursements of costs included in this change order are subject to review by the GLO-DR program. Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program May 2012 * 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. RECOMMENDED: APPROVED: ACCEPT -� By: / 't By: By: ... ENGINEER OWNER CONT' CT•R Date: U !01/17 Date: Date: ^ 12-) JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? ❑ Increase 0 Decrease 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 ❑ Decrease El No Change 3. Effect on operation and maintenance costs: ❑ Increase ❑ Decrease EZl No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? ❑ Yes Il 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) El Yes ❑ No Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program May 2012 7. Is the TCEQ permit approval still valid? (sewer projects only) ❑ Yes ❑ No 8. Are the handicapped access requirements/approval still valid? (if applicable) ❑ Yes ❑ No 9. Are other Disaster Recovery contractual special condition clearance still valid? 0 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