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