Loading...
HomeMy WebLinkAboutPR 18431: EXCAVTORS AND CONSTRUCTORS CONTRACT CHANGE ORDER 2 MEMORANDUM CITY OF PORT ARTHUR PUBLIC WORKS - ENGINEERING DIVISION TO: John A. Comeaux, P.E., Interim City Manager FROM: Leslie E. McMahen, P.E., Interim City Engineer--(StAA DATE: July 15, 2014 RE: Proposed Resolution No. 18431 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 18431 that would authorize the City Manager to execute Change Order No. 2 to the contract with Excavators and Constructors, Ltd., for construction of the 14th Street Paving and Drainage improvements from Woodworth Boulevard to 9th Avenue, said Change Order No. 2 being in the deductive amount of $38,667.40 due to reconciliation of bid quantities versus actual at this time. Change Order No. 2 also adds six (6) calendar days to the contract time due to weather affecting the street work portion of the project. BACKGROUND In December 2013, the City Council awarded a contract to Excavators and Constructors, Ltd., of Port Arthur, Texas, in the amount of$1,701,390.80, for the construction of the 14th Street Paving and Drainage improvements from Woodworth Boulevard to 9th Avenue as part of the General Land Office Round 2.1 Program. The contract time was 270 calendar days. Change Order No 1 to the contract added $131,405.00 for additional surfacing work as well as 30 additional calendars. Change Order No. 2 is for the purpose of an early reconciliation of bid item quantities and the actual amounts used, the addition of other bid items made necessary during construction, and to account for materials not used due to the deletion of some conflict structures. Change Order No. 2 also adds six (6) calendars to the contract time due to weather affecting street base work and curb and gutter replacement. The new contract amount as a result of the deductive amount of $38,667.40 is $1,794,128.40 and the new contract time is 306 calendar days. BUDGET/FISCAL EFFECT The savings of $38,667.40 at this point in the GLO Round 2.1 Program will allow us to apply additional funds to the remaining street projects that will be put out for bids that may come in over our estimates or the GLO budget amount. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18431 that would authorize the City Manager to execute Change Order No. 2 to the construction contract for the 14th Street Paving and Drainage improvements with Excavators and Constructors, Ltd., decreasing the contract amount by $38,667.40 and increasing the contract time by six (6) calendar days. P.R. No. 18431 7/15/141em RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 2 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND EXCAVATORS AND CONSTRUCTORS, LTD, OF PORT ARTHUR, TEXAS, DECREASING THE CONTRACT AMOUNT BY $38,667.40 TO A NEW CONTRACT AMOUNT OF $1,794,128.40, AND INCREASING THE CONTRACT TIME BY SIX (6) CALENDAR DAYS TO A NEW CONTRACT TIME OF 306 CALENDAR DAYS. PROJECT NO. I2114T, ACCOUNT NO. 144-1201-532.59-00. WHEREAS, on December 27, 2013, the City Council awarded a contract for the 14th Street Paving and Drainage Project to Excavators and Constructors, Ltd., of Port Arthur, Texas, in the amount of$1,701,390.80, said project being from Woodworth Boulevard to 9th Avenue; and, WHEREAS, on July 8, 2014, the City Council approved Change Order No. 1 to the contract in the amount of$131,405.00 to allow the re-paving of the entire surface of 14th Street after completion of the storm sewer improvements, for a new contract amount of$1,832,795.80, and an increase in the contract time from 270 calendar days to 300 calendar days; and, WHEREAS, Excavators and Constructors, Ltd, has submitted Change Order No. 2 for the contract which if for the purpose of adjusting the bid quantities to reflect actual amounts used to date, to add items not included in the original bid but which were necessary during construction, and to account for materials not used due to deletion of some conflict structures, and; WHEREAS, the Interim City Engineer and the Project Engineer recommends approval of Change Order No. 2 in the deductive amount of $38,667.40, and the addition of six (6) calendar days to the contract time, attached as Exhibit"A"; NOW THEREFORE, P.R. No. 18431 7/15/14 lem Page 2 of 3 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. 2 to the contract between the City of Port Arthur and Excavators and Constructors, Ltd., decreasing the total contract amount by $38,667.40 to a new contract amount of $1,794,128.40; and, THAT, the contract time is extended by six (6) calendar days to a new contract time of 306 calendar days; 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 vote: AYES: Mayor ; Councilmembers: NOES: Deloris Prince Mayor P.R. No. 18431 7/15/14 tern Page 3 of 3 ATTEST: APPROVED AS TO FORM: 2% _ o - Sherri Bellard Valecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: 7 11,_ C_ ( ,, John A. Comeaux, P.E. awna Tubbs, CPPO, CPPB Interim City Manager Purchasing Manager'—e-S,;.- Z- .\1\kci r.E. sue /04' Alr .e..),..v.v.-.0 Ii_ cDermo . . Leslie E. McMahen, P.E. Director of Public Works Interim City Engineer APPROVED AS TO AVAILABILITY OF FUNDS: -, /l i ' , /< i eborah Echols Director of Finance Account No. 144-1201-532.59-00 Project No. I2114T EXHIBIT "A" P.R. No. 18431 July 15, 2014 ARCENEAUX & GATES ARCENEAUX & Consulting Engineers, Inc. GATES A Burrow Global Company Engineers • Surveyors • Planners July 15, 2014 Mr. Leslie McMahen, PE Interim City Engineer City of Port Arthur 444 Fourth Street Port Arthur, Texas 77640 RE: CHANGE ORDER NO. 2 14t'' Street Paving and Drainage Job No, CPA-720 Dear Mr. McMahen: Attached is Change Order No. 2 for the 14th Street Paving and Drainage project. This change order adjusts the bid item quantities to reflect the actual amount installed during the project and adds items not included in the original bid. In addition, it will also pay the contractor for materials purchased that were not used and delivered to the City of Port Arthur due to adjustments in conflict structures. This change order will reduce the total contract value by -$38,667.40 and extend the contract time by an additional six days. I recommend that the City of Port Arthur authorize this change to the contract. I have attached Change Order No. 2 which modifies the contract to reflect this change for your consideration and action. Should you have any questions or require additional information, please contact our office. Very truly yours, ARCENEAUX& GATES CONSULTING ENGINEERS, INC., A Burrow Global Company TEXAS REGISTERED ENGINEERING FIRM F-30 Joe M ilson, P.E. Vice esident 2901 Turtle Creek Dr., Suite 320 Port Arthur,TX 77642 Phone: 409/724-7888 Fax: 409/724-1447 ARCENEAUX GATES CONSULTING ENGINEERS,INC. CHANGE ORDER No. 2 DATE: July 15, 2014 JOB NO. CPA-720 AGREEMENT DATE: December 27, 2013 NAME OF PROJECT: 14th STREET PAVING AND DRAINAGE OWNER: CITY of PORT ARTHUR CONTRACTOR: EXCAVATORS & CONTRACTORS, LTD. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Add/Delete to Adjust the following Bid Items to actual quantities used: a. Bid Item No. 2 Add 10 L.F.15-Inch, RCP C-76 $ 604.00 b. Bid Item No. 3 Delete 10 L.F. 18-Inch, RCP C-76 $ (616.50) c. Bid Item No. 4 Delete 436 L.F. 24-Inch, RCP C-76 $ (30,977.80) d. Bid Item No. 5 Delete 475 L.F. 36-Inch, RCP C-76 $ (70,133.75) e. Bid Item No. 6 Delete 47 L.F. 42-Inch, RCP C-76 $ (8,316.65) f. Bid Item No. 7 Delete 55 L.F. 48-Inch, RCP C-76 $ (10,450.00) g. Bid Item No. 8 Delete 68 L.F. 54-Inch, RCP C-76 $ (15,657.00) h. Bid Item No. 10 Delete 644 L.F. Trench Safety System $ (869.40) i. Bid Item No. 11 Add 1 EA. Type "C" Manhole $ 3,190.00 CHANGE ORDER NO. 2 July 15, 2014 ARCENEAUX Job No. CPA-720, Contract No. 1 GATES CONSULTING ENGINEERS,INC. j. Bid Item No. 12 Add 1 EA. Type "C" Curb Inlet $ 1,913.00 k. Bid Item No. 15 Add 2 EA. Inlet Protection —Sock $ 140.20 I. Bid Item No. 19 Delete 2 EA. Conflict Structure $ (27,020.00) m. Bid Item No. 20 Delete 2 EA. Waterline Adjustments $ (3,854.00) 2. Add the following Items to the Contract and Scope of Work: a. 447 L.F. 24-Inch, RCP C-76, Greater than 8' Deep. $ 65,999.55 b. 4 EA. Type "C" Manholes Greater than 8' Deep. $ 17,600.00 c. 35 L.F. 36-Inch, RCP C-76 to serve Edison Square $ 5,167.75 d. 35 L.F. Trench Safety System to serve Edison Square $ 47.25 e. 1 EA Conflict Structure to serve Edison Square $ 13,510.00 f. 1 L.S. Pipe Removal to serve Edison Square $ 6,075.00 g. 1 L.S. Tree Removal, 14th Avenue at 6th Street $ 3,000.00 h. 16.7 C.Y. Cement Stabilized Sand for Sanitary Manhole Fill $ 768.10 i. 1 L.S. Remove Existing Storm Sewer and Backfill $ 7,724.10 2 of 4 CHANGE ORDER NO. 2 July 15, 2014 ARCENEAUX Job No. CPA-720, Contract No. 1 GATES CONSULTING ENGINEERS,INC. 3. 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 conflict $ 3,488.40 structures SUBTOTAL $ (38,667.40) 3 of 4 CHANGE ORDER NO. 2 July 15, 2014 ARCENEAUX Job No. CPA-720, Contract No. 1 GATES CONSULTING ENGINEERS,INC. CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $1,701,390.80 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $1,832,795.80 The CONTRACT PRICE due to this CHANGE ORDER will be{}eased} [decreased] by: $38,667.40 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $1,794,128.40 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 270 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 300 Calendar Days CURRENT DATE OF COMPLETION: December 21, 2014 CONTRACT TIME due to this CHANGE ORDER will be increased by 6 Days The New DATE OF COMPLETION: December 27, 2014 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: ARCE /AUX & GATES [CONTT�, TO ,OFFICER R OWNER] CON LTING ENGINEERS, INC. EXCAVATORS & CONTRACTORS, LTD. ACCEPTED BY: CITY of PORT ARTHUR 4 of 4 otAL LA 111.,..._ 0 oc:/4: ° Texas General Land Office W i (7, Disaster Recovery r! cub, 36 .. Tq LI5HE0,a 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 Port 4 Street Port Arthur,TX 77642 P Arthur,TX 77642 Port Arthur, TX 77642 Phone No.:409-983-8100 Agreement Date: 12-27-13 A Phone No.: 409-724-7888 9 Phone No.: 409-962-2677 Date: July 15, 2014 Contract For(Project Description): GLO Contract No.: Project Code No.: P21110 12-305-025-6542 14th Street Paving & Drainage Bid Package No.: 5 Change Order No.: 2 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 2 Add 10 L.F.15-Inch, RCP C-76, $604.00 3 Delete 10 L.F. 18-Inch, RCP C-76 $616.50 4 Delete 436 L.F. 24-Inch, RCP C-76 $30,977.80 5 Delete 475 L.F. 36-Inch, RCP C-76 $70,133.75 Construction Contract Change Order Request Form Page 1 of 5 CDBG Disaster Recovery Program July 2014 6 Delete 47 L.F. 42-Inch, RCP C-76 $8,316.65 7 Delete 55 L.F. 48-Inch, RCP C-76 $10,450.00 8 Delete 68 L.F. 54-Inch, RCP C-76 $15,657.00 10 Delete 644 L.F. Trench Safety System $869.40 11 Add 1 EA. Type "C" Manhole $3,190.00 12 Add 1 EA. Type "C" Curb Inlet $1,913.00 15 Add 2 EA. Inlet Protection —Sock $140.20 19 Delete 2 EA. Conflict Structure $27,020.00 20 Delete 2 EA. Waterline Adjustments $3,854.00 Add 447 L.F. 24-Inch, RCP C-76, Greater than 8' Deep $65,999.55 Add 4 EA. Type "C" Manholes, Greater than 8' Deep $17,600.00 Construction Contract Change Order Request Form Page 2 of 5 CDBG Disaster Recovery Program July 2014 Add 35 L.F. 36-Inch, RCP C-76 to serve Edison $5,167.75 Square Add 35 L.F. Trench Safety System to serve Edison $47.25 Square Add 1 EA Conflict Structure to serve Edison Square $13,510.00 Add 1 L.S. Pipe Removal to serve Edison Square $6,075.00 Add 1 L.S. Tree Removal, 14th Avenue at 6th Street $3,000.00 Add 16.7 C.Y. Cement Stabilized Sand for Sanitary Manhole Fill $768.10 Add 1 L.S. Remove Existing Storm Sewer and Backfill $7,724.10 Materials purchased by the Contractor for conflict Structure $3,488.40 Change in Contract Price Change in Contract Time (Calendar Days) Original Contract Price: $ 1,701,390.80 Original Contract Time: 270 days Previous Change Order(s): Net Change From Previous No. 1 to No. 1 $ 131,405.00 Change Orders: 30 days Contract Price Prior to Contract Time Prior to this Change Order: $ 1,832,795.80 this Change Order: 300 days Construction Contract Change Order Request Form Page 2 of 5 CDBG Disaster Recovery Program July 2014 Net Increaso/Decrease of Net Increase/Decrease of this Change Order: $ 38,667.40 this Change Order: 6 days Contract Price With all Contract Time With all Approved Change Orders: $ 1,794,128.40 Change Orders: 306 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 2.16 % (mm/dd/yy) 12 / 31 /2015 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 2 / 25 /2014 (mm/dd/yy) 12 / 27 / 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. RECOMMEND ansi APPROVED: ACCEPT • /J By: By: By: ENGINEER / OWNER /" CTOR Date: 1-16-i y Date: Date: 77./..5/71 Construction Contract Change Order Request Form Page 2 of 5 CDBG Disaster Recovery Program July 2014 JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? ❑ Increase ❑ Decrease x 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 x No Change 3. Effect on operation and maintenance costs: ❑ Increase ❑ Decrease x No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? ❑ Yes x No If "No", explain: The third item on the change order was not included in the original bid so that specific item has a new unit price. 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 x No If"Yes", is an Environmental Re-assessment required? 6. Is the Texas Commission on Environmental Quality (TCEQ) clearance still valid? (if applicable) x Yes ❑ No 7. Is the TCEQ permit approval still valid? (sewer projects only) ❑ Yes ❑ No 8. Are the handicapped access requirements/approval still valid? (if applicable) x Yes ❑ No 9. Are other Disaster Recovery contractual special condition clearance still valid? x 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 5 of 5 CDBG Disaster Recovery Program July 2014