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