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