Loading...
HomeMy WebLinkAboutPR 18916: CHANGE ORDER NO. 3 ALLCO 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: March 25, 2015 RE: Proposed Resolution No. 18916 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 18916 that would authorize the City Manager to execute Change Order No. 3 to the contract with ALLCO, Inc., for construction of street paving improvements along 19th Street between Stillwell Boulevard and Bluebonnet Avenue, increasing the amount of the contract by $23,533.63. BACKGROUND By Resolution 14-334 dated August 5, 2014, the City Council awarded a contract to ALLCO, Inc., of Beaumont, Texas, in the amount of $636,731.00, for the construction of street paving improvements along 19th Street between Stillwell Boulevard and Bluebonnet Avenue. This Change Order request is to purchase the remaining EMC stabilization material that the contractor purchased but did not use on the job. Originally, the contract included the use of EMC Stabilization material for use in stabilizing the subgrade. There was an adverse reaction to the base material, resulting in the need to use cement stabilization instead resulting in Change Order No. 2 reducing the contract amount by $58,517.50. Change Order No. 3 is a request of $23,533.63 for the City to purchase the EMC material that the Contractor ordered for the project. City staff has used this product in the past and will be able to utilize it on future City street projects. The contract amount as a result of the increased amount is of $23,533.63 is $687,046.69. BUDGET/FISCAL EFFECT There is currently funding set up in the GLO Round 2.2 Program Account No. 145-1201- 532.59-00 for the existing contract amount, and sufficient funding within the overall program to fund the $23,533.63 for Change Order No. 3. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18916 that would authorize the City Manager to execute Change Order No. 3 to the construction contract with ALLCO, Inc., increasing the contract amount by $23,533.63. P.R. No. 18916 3/25/15 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 ALLCO INC., OF BEAUMONT, TEXAS, AND GLO, FOR THE 19TH STREET PAVING IMPROVEMENTS, INCREASING THE CONTRACT AMOUNT BY $23,533.63 TO A NEW CONTRACT AMOUNT OF $687,046.69. PROJECT NO. I2119, GLO ROUND 2.2 ACCOUNT NO. 145-1201-532.59-00. WHEREAS, on August 5, 2015, per Resolution No. 14-334, the City Council awarded a contract for the 19th Street Improvements to ALLCO, Inc., of Beaumont, Texas, in the amount of $636,731.00 with a contract time of 270 days, said project being from Stillwell Boulevard to Bluebonnet Avenue; and, WHEREAS, on November 25, 2014, per Resolution No. 14-604, the City Council approved Change Order No. 1 to the contract increasing the amount by $85,299.56 and increasing the contract time by twenty(20) days; and WHEREAS, on January 6, 2015, per Resolution 15-017, the City Council approved Change Order No. 2 to the contract decreasing the amount by $58,517.50 eliminating the use of a portion of EMC Stabilization material due to adverse reaction with the soil; and WHEREAS, the contractor had already purchased the EMC Stabilization material for the project at the time Change Order No. 2 was approved resulting in a cost of$23,533.63 in unused material; and WHEREAS, ALLCO, Inc., has submitted Change Order No. 3 for the purchase of the remaining EMC Stabilization material that the contractor purchased but was not P.R. No. 18916 3/25/15 sjp Page 2 of 3 used on the job, and the Public Works Director/City Engineer and the Project Engineer recommend approval of Change Order No. 3 in the increased amount of $23,533.63, attached as Exhibit"A"; 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 ALLCO, Inc., for the purchase of the remaining EMC Stabilization product that was not used on the job, increasing the total contract amount by $23,533.63; and, THAT, Change Order No. 3 increases the contract amount to a new total of $687M46.69; and, THAT, Change Order No. 3 will be funded by the Project No. I2119, 145-1201- 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: P.R. No. 18916 3/26/15 sjp Page 3 of 3 NOES: Deloris Prince Mayor ATTEST: AP ' " OVED AS TO FORM: Sherri Bellard Valecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: Brian McDougal Shawna Tubbs, CP‘121, CPPB City Manager Purchasing Manager 41 6 U PE Susan Polka, P. . Public Works Director/City Engineer APPROVED AS TO AVAILABILITY OF FUNDS: (Subject to a budget adjustment) 9Stgastut, Deborah Echols Director of Finance Account No. 145-1201-532.59-00 Project No. I2119 EXHIBIT "A" P.R. No. 18916 ARCENEAUX WILSON & COLE LLC Arceneaux Wilson & Cole----.,._ - - AWCEngineering • Surveying • Planning March 17, 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. 3 19th Street Improvements from Stilwell Blvd. to Bluebonnet Ave. Job No. CPA-835 Dear Ms. Polka: Attached is Change Order No. 3 for the 19th Street Improvements project. This change order is to purchase the remaining EMC stabilization product that the contractor purchased but was not used on the job. Change Order No. 2 removed the bid items for the use of the EMC stabilization product due to adverse reactions with the soil, but the contractor had already purchased all of the product to be used on the project. This change order will allow the City of Port Arthur to purchase the remaining product from the contractor for use on future street projects within the city. The City of Port Arthur personnel has used this product in the past and will be able to use them on roadway repair projects. Also, this change order is to remove the remaining items in the contract that were not used on the project including bid item no 11, 15, 18, 19 and 20. Change Order No. 3 will increase the contract amount by $23,533.63. 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 Arceneaux Wilson & Cole .`!"r:;"?,-; AWC r;rRr:r�e;irrg i u rnying P(cmring CHANGE ORDER No. 3 DATE: March 17, 2015 JOB NO. CPA-835 AGREEMENT DATE: October 8, 2014 NAME OF PROJECT: 19th Street Improvements from Stilwell Boulevard to Bluebonnet Avenue OWNER: CITY of PORT ARTHUR CONTRACTOR: ALLCO The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Delete to Adjust the following Bid Items to actual quantities used: a. Purchase of remaining EMC Stabilization product not used by the contractor for future use by city personnel ($20,850.67/LS) $ 20,850.67 b. 156 SY Additional base failure areas repair areas to insure proper base stabilization under the asphalt pavement ($60.66/SY) $ $9,462.96 c. Remove 60 L.F. Bid Item No. 11 24" Curb and Gutter ($30.50/LF) ($ 1,830.00) d. Remove 32 L.F. Bid Item No. 15 Sewer Trench Repair ($30.50/LF) ($ 1,760.00) e. Delete Item No. 18 Extra Reinforcing Steel ($1.00/LB) ($ 250.00) f. Remove 7.80 CY Item No. 19 Extra Class "A" Concrete ($300/CY) ($ 2,340.00) g. Delete Item No. 20 Extra Cement Stabilized Sand ($60/CY) ($ 600.00) SUBTOTAL $ 23,533.63 CHANGE ORDER NO. 3 Arceneaua Wilson a Cole x : .; March 17, 2015 Awc 4.rtsr< n.rrr7�t,r 7, Job No. CPA-835, Contract No. 1 Planning- CHANGE lanningCHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $636,731.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $663,513.06 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $23,533.63 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $ 687,046.69 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 270 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 20 Calendar Days CURRENT DATE OF COMPLETION: August 12, 2015 CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days The New DATE OF COMPLETION: August 12, 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: RCENEAUX WILSON & COLE LLC [CONT R,OFFICER OR OWNER] ALLCO ACCEPTED BY: CITY of PORT ARTHUR 2 of 2 AL Lq 440 _41- ° Texas General Land Office tt. F) Disaster Recovery Y 11' l7r FST9 gLISH EO \ 36 Construction Contract Change Order Request Form Engineer: Owner (Contractor Locality): Contractor: ALLCO Aceneaux Wilson& Cole LLC City of Port Arthur 2901 Turtle Creek Dr., Suite 320 Port Arthur, TX 77642 444 4th Street Port Arthur, TX 77642 Agreement Date: 10-8-14 Phone No.: 409-724-7888 Phone No.:409-983-8100 Phone No.: 409-860-4459 Date: March 17, 2015 Contract For (Project Description): GLO Contract No.: Project Code No.: P21430 12-403-008-7654 19th Street Improvements from Bid Package No.: 2 Stilwell Blvd. to Bluebonnet Ave. 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 Purchase of remaining EMC Stabilization product $20,850.67 not used by the contractor for future use by city personnel 156 SY Additional base failure areas repair areas to $ 9,462.96 insure proper base stabilization under the asphalt pavement 11 Remove 60 L.F. Bid Item No. 11 24" Curb and Gutter $ 1,830.00 ($30.50/LF) 15 Remove 32 L.F. Bid Item No. 15 Sewer Trench Repair $ 1,760.00 ($30.50/LF) 18 Delete Item No. 18 Extra Reinforcing Steel $ 250.00 ($1.00/LB) 19 Remove 7.80 CY Item No. 19 Extra Class "A" Concrete ($300/CY) $ 2,340.00 Construction Contract Change Order Request Form Page 1 of 3 CDBG Disaster Recovery Program July 2014 20 Delete Item No. 20 Extra Cement Stabilized Sand $ 600.00 ($60/CY) Change in Contract Price Change in Contract Time (Calendar Days) Original Contract Price: $ 636,731.00 Original Contract Time: 270 days Previous Change Order(s): Net Change From Previous No. 1 to No. 2 $ 26,782.06 Change Orders: 20 days Contract Price Prior to Contract Time Prior to this Change Order: $ 663,513.06 this Change Order: 290 days Net lncrease/Decr ase of Net Increase/Deer a..c of this Change Order: $ 23,533.63 this Change Order: 0 days Contract Price With all Contract Time With all Approved Change Orders: $ 687,046.69 Change Orders: 290 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 3.5% (mm/dd/yy) 12 / 31 /2015 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10 / 27 /2014 (mm/dd/yy) 8/ 12 / 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. RECOMMENDE II• APPROVED: ACCE'J • 9 By: r� _ By: By: ��••V V ENGINEER OWNER CONTRACTOR Date: 3"/57--/S— Date: Date: j/i e 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? x Yes 0 No If"No", explain: 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 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 ❑ 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