Loading...
HomeMy WebLinkAboutPR 18867: CHANGE ORDER NO. 2, MCINNIS CONSTRUCTION, INC. MEMORANDUM CITY OF PORT ARTHUR PUBLIC WORKS - ENGINEERING DIVISION TO: Brian McDougal, City Manager FROM: Susan Polka, P.E., Public Works Director/City Engineer DATE: February 11, 2015 RE: Proposed Resolution No. 18867 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 18867 that would authorize the City Manager to execute Change Order No. 2 to the contract with McInnis Construction, Inc., for construction of street paving and drainage improvements along 18th Street between Fort Worth Avenue and Stillwell Boulevard in the amount of $430,466.00 for the replacement of approximately 1,200 linear feet of 24"water main. BACKGROUND By Resolution 14-311 dated July 22, 2014, the City Council awarded a contract to McInnis Construction, Inc., of Silsbee, Texas, in the amount of $2,781,583.85, for the construction of street paving and drainage improvements along 18th Street between Fort Worth Street and Stillwell Boulevard. The City Council approved Change Order No. 1 on February 3, 2015 increasing the contract time by 21 days to 291 calendar days in order to determine the cost and location of the proposed 24"water main replacement. McInnis Construction, Inc. has provided a cost of $430,466.00 to replace the 24" water main that is located in 18th Street. The existing water main was not shown on the plans or included in the original contract. The new contract amount with the inclusion of Change Order No. 2 is $3,212,049.85. No additional time is being requested with this change order. BUDGET/FISCAL EFFECT There is currently funding set up in the GLO Round 2.1 Project No. I2118T, Account No. 144-1201-532.59-00 for the proposed contract amount which will require a budget adjustment within the GLO Round 2.1 project funds. Major funding for the adjustment to the above described project work on 18th Street comes from savings on other GLO Round 2.1 projects, either after bidding or as the result of some projects having to be cut. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18867 that would authorize the City Manager to execute Change Order No. 2 to the construction contract with McInnis Construction, Inc., for an increase in the contract price by $430,466.00 to a new contract amount of $3,212,049.85. P.R. No. 18867 2/11/15 sjp RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 2 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND MCINNIS CONSTRUCTION, INC., OF SILSBEE, TEXAS, AND GLO, FOR THE 18TH STREET IMPROVEMENTS, INCREASING THE CONTRACT AMOUNT BY $430,466.00 TO A NEW CONTRACT AMOUNT OF $3,212,049.85. PROJECT NO. I2118T, GLO ROUND 2.2 ACCOUNT NO. 144-1201-532.59-00. WHEREAS, per Resolution No. 14-311, the City Council awarded a contract for the construction of street paving and drainage improvements to 18th Street from Fort Worth Avenue to Stillwell Boulevard to McInnis Construction, of Silsbee, Texas, in the amount of $2,781,583.85 with a contract time of 270 days, said project being from Stillwell Boulevard to Bluebonnet Avenue; and, WHEREAS, per Resolution No. 15-042, the City Council approved Change Order No. 1 to the contract increasing the contract time by twenty (21) days; and WHEREAS, during construction of the project, it was determined that approximately 1,200 LF of 24" water main was required to be replaced; and WHEREAS, McInnis, Inc., has submitted Change Order No. 2 for the project, and the Public Works Director/City Engineer and the Project Engineer recommend approval of Change Order No. 2 in the increased amount of $430,466.00, attached as Exhibit"A",to accomplish this work; NOW THEREFORE, P.R. No. 18867 2/11/15 sjp 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 (attached as Exhibit "A") to the contract between the City of Port Arthur and McInnis, Inc., for the work described therein, increasing the total contract amount by $430,466.00; and, THAT, Change Order No. 2 increases the contract amount to a new total of $3,212,049.85; and, THAT, Change Order No. 2 will be funded by the Project No. I2118T, 144- 1201-532.59-00; 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 2015 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. 18867 2/11/15 sjp Page 3 of 3 ATTEST: APPROVED AS TO FORM: 4K:el Sherri Bellard Valecia izeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: A_.Lx..X4,9`-�tC, Brian McDougal S awna Tubbs, CPPO, CPPB City Manager Purchasing Manager san Polka, P.E. Public Works Director/City Engineer APPROVED AS TO AVAILABILITY OF FUNDS: (Subject to a budget adjustment) eborah Echols Director of Finance Account No. 144-1201-532.59-00 Project No. I2118T EXHIBIT "A" P.R. No. 18867 ARCENEAUX WILSON & COLE LLC Arceneaux W.Isun & Cole- AWCEngineering • Surveying • Planning February 11, 2015 Ms. Susan J. Polka, P.E. Public Works Director City of Port Arthur 444 Fourth Street Port Arthur, Texas 77640 RE; CHANGE ORDER NO, 2 18th Street Improvements from Fort Worth Ave, to Silwell Blvd, Job No. CPA-750 Dear Ms. Polka: Attached is Change Order No. 2 for the 18th Street Improvements project. This change order is for the replacement of approximately 1,200 I.f. of existing 24" waterline with 24" C-905 pvc waterline. The proximity and condition of the existing 24" waterline to the proposed underground storm sewer system requires this line to be replaced before construction can continue. 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 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 Arceneaua Wllson & Cole--�1 KC** _;,. AWCalcrur i•7F CHANGE ORDER No. 2 DATE: February 11, 2015 JOB NO. CPA-750 AGREEMENT DATE: July 29, 2014 NAME OF PROJECT: 18th Street Improvements from Forth Worth Ave to Stilwell Boulevard OWNER: CITY of PORT ARTHUR CONTRACTOR: McInnis Construction, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Delete to Adjust the following Bid Items to actual quantities used: a. Installation of new 24" C-905 Waterline (1180 L.F. @ $ 250 L.F.) $ 295,000.00 b. Water Tie-In on 18th Street @ Stilwell Blvd. (1 L.S. @ $81,500) $ 81,500.00 c. Water Tie-In on 18th Street @ Charleston (1 L.S. @ $22,550) $ 22,550.00 d. Water Tie-In on 18th Street @ Nashville (1 L.S. @ $24,200) $ 24,200.00 e. Fire Hydrant (1 EA. @ $7,216) $ 7,216.00 SUBTOTAL $ 430,466.00 ji /4,1/ CHANGE ORDER NO. 2 ArceneauY W„sen a �- -- :.� ;_____. February 11, 2015 AWC :,,..,::.r�,r� s,�rz�,:�,,,.� Job No. CPA-750, Contract No. 1 CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $2,781,583.85 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $2,781,583.85 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $430,466.00 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $ 3,212,049.85 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 270 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 21 Calendar Days CURRENT DATE OF COMPLETION: July 18, 2015 CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days The New DATE OF COMPLETION: July 18, 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: ))1(C6) ARCENEAUX WILSON & COLE LLC [CONTRACTOR,OFFICER OR OWNER] McInnis Construction, INC. ACCEPTED BY: CITY of PORT ARTHUR 2 of 2 `1s1:3.A1.. t.-9 ��- -1 ° Texas General Land Office il W it- 0- Disaster Recovery t !cub S �6 98lISHEt3,$ Construction Contract Change Order Request Form Engineer: Owner (Contractor Locality): Contractor: McInnis Construction, INC. Aceneaux Wilson&Cole LLC City of Port Arthur 675 South 4th Street 2901 Turtle Creek Dr., Suite 320 Silsbee,TX 77656 Port Arthur,TX 77642 444 4th Street Port Arthur, TX 77642 Agreement Date: 7-29-14 Phone No.: 409-724-7888 Phone No.:409-983-8100 Phone No.: 409-860-4459 Date: February 11, 2015 Contract For (Project Description): GLO Contract No.: Project Code No.: P21113 12-305-025-6542 18th Street Improvements from Bid Package No.: 1 Fort Worth Ave. to Stilwell Blvd. 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 Installation of new 24" C-905 Waterline (1180 L.F. @ $ 250 L.F.) $ 295,000.00 Water Tie-In on 18th Street @ Stilwell Blvd (1 L.S. @ $81,500) $ 81,500.00 Water Tie-In on 18th Street @ Charleston (1 L.S. @ $22,550) $ 22,550.00 Water Tie-In on 18th Street @ Nashville (1 L.S. @ $24,200) $ 24,200.00 Fire Hydrant (1 EA. @ $7,216) $ 7,216.00 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: $2,781,583.85 Original Contract Time: 270 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: $ 2,781,583.85 this Change Order: 291 days Net Increase/Dewe of Net Increase/Derr a.c of this Change Order: $ 430,466.00 this Change Order: 0 days Contract Price With all Contract Time With all Approved Change Orders: $ 3,212,049.85 Change Orders: 291 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 15.47% (mm/dd/yy) 12 / 31 /2015 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10 / 1 /2014 (mm/dd/yy) 7/ 18 / 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. RECOMMEN D: APPROVED: AC -TE BY �� By: By: _..0&__ lAl ' ENGINEER OWNER CONTRACTOR Date: s7/X/5-- Date: Date: 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? 0 Increase 0 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: 0 Increase 0 Decrease x No Change 3. Effect on operation and maintenance costs: 0 Increase 0 Decrease x No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? 0 Yes x No If"No", explain: The replacement of approximately 1,200 I.f. of existing 24" waterline with 24" C-905 pvc waterline. The proximity and condition of the existing 24" waterline to the proposed underground storm sewer system requires this line to be replaced before construction can continue. 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? 0 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 0 No 7. Is the TCEQ permit approval still valid? (sewer projects only) 0 Yes 0 No 8. Are the handicapped access requirements/approval still valid? (if applicable) x Yes 0 No 9. Are other Disaster Recovery contractual special condition clearance still valid? x Yes 0 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