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