Loading...
HomeMy WebLinkAboutPR 18969: CHANGE ORDER NO. 1 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 Enginee5af DATE: April 21, 2015 RE: Proposed Resolution No. 18969 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 18969 that would authorize the City Manager to execute Change Order No. 1 to the contract ALLCO, Inc., of Beaumont, Texas, for construction of Bluebonnet Avenue Improvements, increasing the amount of the contract by $24,843.78. BACKGROUND By Resolution 15-024 dated January 20, 2015, the City Council awarded a contract to ALLCO, Inc. of Beaumont, Texas in the amount of $1,801,610.00 for the reconstruction/resurfacing of Bluebonnet Avenue from Gilham Circle to 19th Street. This change order is for emergency repairs to the roadway subgrade due to a large void discovered underneath Bluebonnet Avenue at the El Paso intersection which was due to a leaking watermain. Change Order No. 1 to the contract is an increase of $24,843.78 resulting in an increased contract amount of $1,826,453.78. BUDGET/FISCAL EFFECT 1115 Funding for this particular project is provided in Project No. I2219, Account No. i44" 1201-532.59-00. There is sufficient funding in the GLO Round 2.2 funding to complete this project. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18969. P.R. No. 18969 4/21/15 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 ALLCO, INC., OF BEAUMONT, TEXAS, AND GLO, FOR THE CONSTRUCTION OF BLUEBONNET AVENUE STREET IMPROVEMENTS, INCREASING THE CONTRACT AMOUNT BY $24,843.78 TO A NEW CONTRACT AMOUNT OF $1,826,453.78. PROJECT NO. I2119, GLO ROUND 2.2 ACCOUNT NO. 145-1201-532.59- 00. WHEREAS, per Resolution No. 15-024, the City Council awarded a contract for the construction of Bluebonnet Avenue Improvements from Gilham Circle to 19th Street to ALLCO, Inc., of Beaumont, Texas in the amount of$1,801,610.00; and, WHEREAS, during construction of the project, emergency repairs to the roadway subgrade were necessary due to a large void under the roadway created by a watermain leak; and WHEREAS, ALLCO, 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 increased amount of$24,843.78, attached as Exhibit "A", to accomplish this work; 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. 1, attached as Exhibit "A", to the contract between the City of Port Arthur and ALLCO, Inc., in the amount of$24.843.78; and, P.R. No. 18969 4/21/15 sjp Page 2 of 3 THAT, Change Order No. 1 increases the contract amount to a new total of $1,826,453.78; and, THAT, Change Order No. 1 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: NOES: Deloris Prince Mayor P.R. No. 18969 4/21/15 sjp Page 3 of 3 ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Tizeno di _ City Secretary City Attorney APPROVED FOR ADMINISTRATION: Brian McDougal Shawna Tubbs, CPPO, CIPS City Manager Purchasing Manager 4PtrE _ Polka, P. . Public Works Director/City Engineer APPROVED AS TO AVAILABILITY OF FUNDS: 44111,01t41 /ACI Deborah Echols, CPA Director of Finance Account No.: 145-1201-532.59-00 Exhibit "A" P.R. 18969 ARCENEAUX WILSON & COLE LLC Arceneaux Wilson C, Cole AWCEngineering • Surveying • Planning April 14, 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. 1 Bluebonnet Ave, Street Improvements from Gilham Circle to 19th Street Job No, CPA-825 Dear Ms. Polka: Attached is Change Order No. 1 for the Bluebonnet Ave. Street Improvements project. This change order is for emergency repairs to the roadway subgrade due to a large void discovered underneath Bluebonnet Ave. at the El Paso intersection. The large void under the roadway was discovered by the contractor and appears to be caused by a leaking waterline that crosses under the roadway. It was important to have these repairs done immediately due to the safety concerns of the void under the roadway. The total cost for this change order will increase the contract amount $24,843.78. 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 (409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642 Registered Engineering Firm F-16194 Registered Survey Firm 10194049 ;,,, t,„ Arceneau: Wilson & Cole-- - _ AWC '''''TPYIRQ Pa nntqg CHANGE ORDER No. 1 DATE: April 14, 2015 JOB NO. CPA-825 AGREEMENT DATE: January 14, 2015 NAME OF PROJECT: Bluebonnet Avenue Street Improvements from Gilham Circle to 19th Street 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. Emergency Repair to Roadway Subgrade due to Large Void Created by an Existing Waterline Leak $ 24,843.78 SUBTOTAL $ 24,843.78 + CHANGE ORDER NO. 1 A` --- April 14, 2015 AWC . .,::., a ""�^°�""X Job No. CPA-825, Contract No. 1 Pianninr; CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $1,801,610.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $1,801,610 00 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $24,843.78 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $ 1,826,453.78 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 270 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 0 Calendar Days CURRENT DATE OF COMPLETION: December 24, 2015 CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days The New DATE OF COMPLETION: December 24, 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: is ARCENEAUX WILSON & COLE LLC [CONTRACTOR,OFFICER OR OWNER] ALLCO ACCEPTED BY: CITY of PORT ARTHUR 2 of 2 s01AL Cq 4.14441frep 4/0 ceTexas General Land Office ` il w It- 0 Disaster Recovery r ST;.,,..ED 1$36 Construction Contract Change Order Request Form Engineer: Owner (Contractor Locality): Contractor: ALLCO Aceneaux Wilson&Cole City of Port Arthur 2901 Turtle Creek Dr., Suite 320 Port Arthur, TX 77642 444 4`h Street Port Arthur,TX 77642 Agreement Date: 1-14-15 Phone No.: 409-724-7888 Phone No.:409-983-8100 Phone No.: 409-860-4459 Date: April 14, 2015 Contract For (Project Description): GLO Contract No.: Project Code No.: P21428 12-403-008-7654 Bluebonnet Ave. Street Improvements Bid Package No.: 4 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 Emergency Repair to Roadway Subgrade due to Large Void Created by an Existing Waterline Leak $ 24,843.78 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: $ 1,801,610.00 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: $ 1,801,610.00 this Change Order: 270 days Net lncrease/Decr a..o of Net Inc e/DeGrease of this Change Order: $ 24,843.78 this Change Order: 0 days Contract Price With all Contract Time With all Approved Change Orders: $ 1,826,453.78 Change Orders: 270 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 1.3% (mm/dd/yy) 12 / 31 /2015 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10 / 27 /2014 (mm/dd/yy) 12 / 24 / 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 D: APPROVED: ACCEP -": By: �s�S.G- By: 04 By: A PP ii ENGINEER OWNER CONTRACTOR Date: ,/G_/� Date: Date: /i / ) S 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: Emergency Repair to Roadway Subgrade due to Large Void Created by an Existing Waterline Leak 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