Loading...
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