HomeMy WebLinkAboutPR 18756: CHANGE ORDER NO. 1, STREET PAVING IMPROVEMENTS. MEMORANDUM
CITY OF PORT ARTHUR
PUBLIC WORKS - ENGINEERING DIVISION
TO: John A. Comeaux, P.E., Interim City Manager
FROM: Susan Polka, P.E., Public Works Director/City Engineer
DATE: November 25, 2014
RE: Proposed Resolution No. 18756
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 18756 that would
authorize the Interim City Manager to execute Change Order No. 1 to the contract with
APAC-TEXAS, Inc., for construction of street paving improvements along 10th Street
between Stadium Road and Duff Drive, increasing the amount of the contract by
$4,876.00.
BACKGROUND
By Resolution 14-318 dated July 22, 2014, the City Council awarded a contract to APAC-
TEXAS, Inc., of Beaumont, Texas, in the amount of $686,131.50, for the construction of
street paving improvements along 10th Street between Stadium Road and Duff Drive.
Change Order No. 1 to the contract is an increase of $4876.00 for additional areas of
modification to the existing brick inlets in order to retrofit the concrete tops and
manholes. The new contract amount as a result of the increased amount of $4,876.00
is $691,007.50.
BUDGET/FISCAL EFFECT
There is currently funding set up in the GLO Round 2.1 Program Account No. 145-1201-
532.59-00 for the existing contract amount, and sufficient funding within the overall
program to fund the $4,876.00 for Change Order No. 1. A budget amendment will be
necessary to establish Account No.144-1201-532.59-00 at $691,007.50.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 18756 that would
authorize the City Manager to execute Change Order No. 1 to the construction contract
with APAC-TEXAS, Inc., increasing the contract amount by $4,876.00.
P.R. No. 18756
11/25/14 sjp
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE CHANGE ORDER NO. 1 TO THE CONTRACT
BETWEEN THE CITY OF PORT ARTHUR AND APAC-TEXAS,
INC., OF BEAUMONT, TEXAS, AND GLO, FOR THE 10TH
STREET PAVING IMPROVEMENTS, INCREASING THE
CONTRACT AMOUNT BY $4,876.00 TO A NEW CONTRACT
AMOUNT OF $691,007.50. PROJECT NO. I2110T, GLO ROUND
2.1 ACCOUNT NO. 144-1201-532.59-00.
WHEREAS, on July 22, 2014, per Resolution No. 14-318, the City Council
awarded a contract for the 10th Street Improvements to APAC-TEXAS, Inc., of
Beaumont, Texas, in the amount of$686,131.50 with a contract time of 180 days, said
project being from Stadium Road to Duff Drive; and,
WHEREAS, during construction of the project, it was determined that
modification to existing brick inlets was needed to retrofit concrete tops and manholes;
and,
WHEREAS, APAC-TEXAS, Inc., has submitted Change Order No. 1 for the
project, and the Public Works Director/City Engineer and the Project Engineer
recommend approval of Change Order No. 1 in the amount of $4,876.00, attached as
Exhibit"A", to accomplish this additional work; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
P.R. No. 18756
11/25/14 sjp
Page 2 of 3
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. 1 (attached
as Exhibit "A") to the contract between the City of Port Arthur and APAC-TEXAS,
Inc., for the work described therein, increasing the total contract amount by $4,876.00;
and,
THAT, Change Order No. 1 increases the contract amount to a new total of
$691,007.50; and,
THAT, Change Order No. 1 will be funded by the Project No. I2110T, Account
No. 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. 18756
11/25/14 sjp
Page 3 of 3
ATTEST: APPROVED AS TO FORM:
Sherri Bellard alecia Tizeno
City Secretary City Attorney
APPROVED FOR ADMINISTRATION:
/ / /
John A. Comeaux, P.E. Shawna Tubbs, CP-PO /PPB
Interim City Manager Purchasing Manager
Susan Polka, P.E.
Public Works Director/City Engineer
APPROVED AS TO AVAILABILITY OF FUNDS:
(Subject to a budget adjustment)
���. ..�.�!//.Aro._
De.orah Echols
Director of Finance
Account No. 144-1201-532.59-00
Project No. I2110T
EXHIBIT "A"
P.R. No. 18756
ARCENEAUX WILSON & COLE LLC
AWCEngineering • Surveying • Planning
November 18, 2014
Ms. Sue Polka
Director of Public Works/City Engineer
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
RE: PROPOSAL FOR CHANGE ORDER NO 1
10"' STREET IMPROVEMENTS
Job No. CPA-790
Dear Ms. Polka:
Attached is Change Order No. 1 for the 10th Street Improvements. This change order is to
modify the existing brick inlets to retrofit the concrete tops and manholes. I recommend that the
City of Port Arthur authorize this change to the contract. I have attached Change Order No. 1
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
2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Phone: 409/724-7888 Fax: 409/724-1447
i
Arcenesux Wilson & Cole
AWC Frnr�rin S=
Planning
CHANGE ORDER No. 1
DATE: November 18, 2014 JOB NO. CPA-790
AGREEMENT DATE: July 23, 2014
NAME OF PROJECT: 10th Street Improvements
OWNER: CITY of PORT ARTHUR
CONTRACTOR: APAC —TEXAS, INC.
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Add the following Items to the Contract and Scope of Work:
a. 2 E.A., Modification to existing inlets to retrofit
Concrete tops and manhole lids.
($2,438.00/EA) [+] $ 4,876.00
TOTAL $ 4,876.00
CHANGE ORDER NO. 1
November 18, 2014
Arceneau: Wilson a Cole ° :�- -. Job No. CPA-790, Contract No. 1
Awc Fnginen ng
�urs,�ynq
Planning
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $686,131.50
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $686,131.50
The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased]
by: $4,876.00 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER, will be $691,007.50
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 180 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 0 Calendar Days
CURRENT DATE OF COMPLETION: April 4, 2015
CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days
The New DATE OF COMPLETION: April 4, 2015
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:
dif ///Z--1/4
ARCENEAUX WILSON & COLE LLC [CON/ ACTOR,OFFICER OR OWNER]
AP C-TEXAS, INC.
ACCEPTED BY:
CITY of PORT ARTHUR
2 of 2
��gAL Lq
- - Texas General Land Office
W i1. 0 Disaster Recovery
1- yt:- fi ES N i,,,s MED 05
Construction Contract Change Order Request Form
Engineer: Owner (Contractor Locality): Contractor:
APAC-TEXAS, INC. CITY OF PORT ARTHUR ARCENEAUX
12907 US HWY 90 444 4TH STREET WILSON & COLE LLC
BEAUMONT, TX 77713 PORT ARTHUR, TX 77642 2901 TURTLE CREEEK DR.
Phone No.: 409-866-1444 SUITE 320
PORT ARTHUR, TX 77642
Phone No.: 409-983-8296
Agreement Date:
July 23, 2014
Phone No.: 409-724-7888
Date: November 18, 2014 Contract For (Project Description): GLO Contract No.:
Project Code No.: P2107 12-305-025-6542
10th Street Improvements
Bid Package No.: 9 Change Order No.: 1
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 E.A., Modification to existing inlets to retrofit $ 4,876.00
Concrete tops and manhole lids.
($2,438.00/EA)
Construction Contract Change Order Request Form Page 1 of 3
CDBG Disaster Recovery Program May 2012
Change in Contract Price Change in Contract Time (Calendar Days)
Original Contract Price: $ 686, 131.50 Original Contract Time: 180 days
Previous Change Order(s): Net Change From Previous
No. 1 to No. 1 $ 0.00 Change Orders: 0 days
Contract Price Prior to Contract Time Prior to
this Change Order: $686, 131.50 this Change Order: 0 days
Net Increase/Deer-ease of Net Increase/Decr acc of
this Change Order: $ 4,876.00 this Change Order: 0 days
Contract Price With all Contract Time With all
Approved Change Orders: $ 691,007.50 Change Orders: 180 days
Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date:
0.7 % (mm/dd/yy) 12 / 31 /2015
Construction Contract Start Date: Construction Contract End Date:
(mm/dd/yy) 10 /6/2014 (mm/dd/yy) 4 / 3 / 2015
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 ED: APPROVED: ACCEPTS�:i
By. ._ �� By: By: AP Ad . .
ENGINEER OWNER CONTR`CTOR ,
Date: /��//�/ Date: Date: 1 l
Construction Contract Change Order Request Form Page 2 of 3
CDBG Disaster Recovery Program May 2012
JUSTIFICATION FOR CHANGE
1. Will this Change Order increase or decrease
the number of beneficiaries? ❑ Increase ❑ Decrease ✓ No Change
If there is a change, how many beneficiaries will be affected? Total UM
2. Effect of this change on scope of work: ❑ Increase ❑ Decrease Q No Change
3. Effect on operation and maintenance costs: ❑ Increase ❑ Decrease ✓ No Change
4. Are all prices in the change order dependent upon unit prices
found in the original bid? ❑ Yes ✓ No
If"No", explain: Two of the pre-existing inlets on this project were built utilizing brick sidewalls which
were attached to the curb and gutter to form the throat. We were unaware of the way these inlets were
built.
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 ✓ No
If"Yes", is an Environmental Re-assessment required?
6. Is the Texas Commission on Environmental Quality (TCEQ)
clearance still valid? (if applicable) ✓ 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) ✓ Yes ❑ No
9. Are other Disaster Recovery contractual special condition clearance
still valid? ✓ 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 May 2012