Loading...
HomeMy WebLinkAboutPR 18671: EXCAVATORS AND CONSTRUCTORS CHANGE ORDER NO. 3 11 ! MEMORANDUM CITY OF PORT ARTHUR PUBLIC WORKS - ENGINEERING DIVISION TO: John A. Comeaux, P.E., Interim City Manager �p FROM: Susan Polka, P.E., Public Works Director/City Engineer if DATE: October 22, 2014 RE: Proposed Resolution No. 18671 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 18671 that would authorize the City Manager to execute Change Order No. 3 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. 3 being the increased amount of $59,654.90 due to additional quantities required for curb and gutter and driveway removal and replacement. 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 calendar days. Change Order No. 2 deducted $38,667.40 for reconciliation of bid item quantities and added 6 additional calendar days. Change Order No. 3 is for the purpose of increases in quantities for curb and gutter and driveway removal and replacement necessary during the construction of the project. The new contract amount as a result of the increased amount of$59,654.90 is $1,853,783.30. BUDGET/FISCAL EFFECT There is currently funding set up in the GLO Round 2.1 Program Account No. 144-1201-532.59- 00 for the existing contract amount, and sufficient funding within the overall Program to fund the $59,654.90 for Change Order No. 3. A budget adjustment will be necessary to establish Account No. 144-1201-532.59-00 at $1,853,783.30. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18671 that would authorize the City Manager to execute Change Order No. 3 to the construction contract for the 14th Street Paving and Drainage improvements with Excavators and Constructors, Ltd., increasing the contract amount by $59,654.90. P.R. No. 18671 10/22/14 sjp RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 3 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND EXCAVATORS AND CONSTRUCTORS, LTD, OF PORT ARTHUR, TEXAS, INCREASING THE CONTRACT AMOUNT FOR THE 14TH STREET PAVING AND DRAINAGE IMPROVEMENTS BY $59,654.90 TO A NEW CONTRACT AMOUNT OF $1,853,783.30, PROJECT NO. I2114T,ACCOUNT NO. 144-1201-532.59-00. WHEREAS, on December 10, 2013, per Resolution No. 13-600, 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, per Resolution No. 14-293, 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, on July 22, 2014, per Resolution No. 14-319, the City Council approved Change Order No. 2 decreasing the contract amount by $38,667.40 to the contract 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, for a new contract total of$1,794,128.40, and an increase in the contract time from 300 calendar days to 306 calendar days; and WHEREAS, during construction of the project, it was determined that additional curb and gutter was needed in addition to driveway removal and replacement; and, WHEREAS, Excavators and Constructors, Ltd, has submitted Change Order No. 3 for the project, and the Public Works Director/City Engineer and the Project Engineer recommend P.R. No. 18671 10/22/14 sjp Page 2 of 3 approval of Change Order No. 3 in the amount of $59,654.90, attached as Exhibit "A", to accomplish this additional work; 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. 3 (attached as Exhibit "A") to the contract between the City of Port Arthur and Excavators and Constructors, Ltd., for the work described therein, increasing the total contract amount by $59,654.90; and, THAT, Change Order No. 3 increases the contract amount to a new total of $1,853,783.30; and, THAT, Change Order No. 3 will be funded by the Project No. I2114T, 144-1201-532.59- 00, subject to a budget adjustment; 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. 18671 10/22/14 sjp Page 3 of 3 ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: / I �I L John A. Comeaux, P.E. Shawna Tubbs, CP'0, CPPB Interim City Manager Purchasing Manager tL6- ,1( S Polka, P.E. o Tomplai Interim City Engineer ting Asst. Director of Utilities APPROVED AS TO AVAILABILITY OF FUNDS: (Subject to a budget adjustment) / 1L./..SL. , i1 Deborah Echols Director of Finance Account No. 144-1201-532.59-00 Project No. I2114T EXHIBIT "A" P.R. No. 18671 EXHIBIT "A" P.R. No. 18671 ARCENEAUX WILSON & COLE LLC Arceneaux Wilson & Cole-'-I-I- AWCEngineering • Surveying • Planning October 21, 2014 Ms. Susan J. Polka, P.E. Public Works Director City of Port Arthur 444 Fourth Street Port Arthur, Texas 77640 RE: CHANGE ORDER NO. 3 faith Street Paving and Drainage Job No. CPA-720 Dear Ms. Polka: Attached is Change Order No. 3 for the 14th Street Paving and Drainage project. This change order increases the linear feet of curb and gutter for the project and adds driveway removal and replacement, which is not included in the original bid. This change order will increase the total contract value by $59,654.90. I recommend that the City of Port Arthur authorize this change to the contract. I have attached Change Order No. 3 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 Wilson & Cole LLC TEXAS REGISTERED ENGINEERING FIRM F-16194 Keestan Cole, PE Vice-President (409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642 www.awceng.com Q,Cenca UY WIISO�ole4-iT- A W C Pan ni g7Tit! .l'L7'C`P17Ri P!cT77fixs CHANGE ORDER No. 3 DATE: October 21, 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. 18 ADD 1,050 L.F. Curb & Gutter $ 47,722.50 2. Add the following Items to the Contract and Scope of Work: a. ADD Driveway Removal and Replacement $ 11,932.40 SUBTOTAL $ 59,654.90 CHANGE ORDER NO. 3 nrceneaux Wilsen a Cole - October 21 2014 j \A,T C �Ltucrrix,� su�:�-,�7�Ir Job No. CPA-720, Contract No. 1 Plannielg CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $1,701,390.80 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $1,794,128.40 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $59,654.90 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $1,853,783.30 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 270 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 306 Calendar Days CURRENT DATE OF COMPLETION: December 27, 2014 CONTRACT TIME due to this CHANGE ORDER will be increased by 0 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: 14.� ARCENEAUX WILSON & COLE LLC [CONTRa• •R,OF ICER SR OWNER] EXCAVATORS & CONTRACTORS, LTD. ACCEPTED BY: CITY of PORT ARTHUR 2 of 2 L � q (<4.AL 43,„„ ,,, Texas General Land Office x lYry il w tt 4o- Disaster Recovery � Y.:.c eST48lISHED 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 4th Street 2901 Turtle Creek Dr., Suite 320 Port Arthur,TX 77642 Port Arthur,TX 77642 Port Arthur, TX 77642 Phone No.:409-983-8100 Phone No.: 409-724-7888 Agreement Date: 12-27-13 Phone No.: 409-962-2677 Date: October 21, 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.: 3 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 18 ADD 1,050 L.F. Curb & Gutter $47,722.50 ADD Driveway Removal and Replacement $11,932.40 Construction Contract Change Order Request Form Page 1 of 3 CDBG Disaster Recovery Program July 2014 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. 2 $ 92,737.60 Change Orders: 36 days Contract Price Prior to Contract Time Prior to this Change Order: $ 1,794,128.40 this Change Order: 306 days Net Increase/Decreacc of Net'^Grease/Decree of this Change Order: $ 59,654.90 this Change Order: 0 days Contract Price With all Contract Time With all Approved Change Orders: $ 1,853,783.30 Change Orders: 306 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 8.95 % (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. RECOMMENDED: APPROVED: ACCEP • By: _t.,. - By: By: ENGINEER OWNER CO ACTO- Date: / --.09/—/y. Date: Date: 2//7 Construction Contract Change Order Request Form Page 2 of 3 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 3 of 3 CDBG Disaster Recovery Program April 2014