Loading...
HomeMy WebLinkAboutPR 19003: CHANGE ORDER NO. 2 ALLCO, INC Energy. City of Cu), )14 ort rthur 7exus INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. To: Brian McDougal, City Manager From: Sue Polka, P. E., Public Works Director/City Engineer Date: May 19, 2015 RE: P. R. 19003 RECOMMENDATION: It is recommended that the City Council approve Proposed Resolution No. 19003 that would authorize the City Manager to execute Change Order No. 2 to the contract with ALLCO, Inc., of Beaumont, Texas, for the construction of Bluebonnet Avenue Improvements, increasing the amount of the contract by $238,152.00. STAFF ANALYSIS: None. 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. Change Order 1 was approved by Resolution 15-173 dated April 28, 2015, and increased the contract amount to $1,826,453.78. Change Order No. 2 is for additional repairs to the existing concrete base and subgrade. Bluebonnet Avenue had more than 5 inches of asphalt throughout the majority of the project making it very difficult to anticipate the amount of repairs that were needed. Once the contractor removed the asphalt surface, it was determined that the necessary repairs exceeded the quantities that were originally estimated. The total cost of Change Order No. 2 is $238,152.00 which will increase the contract amount to $2,064,605.78. In addition, Change Order No. 2 increases the contract time by 90 days in order to complete the necessary repairs. If approved,the new contract completion date is March 23, 2016. "Remember we are here to serve the Citizens of Port Arthur" BUDGET CONSIDERATIONS: Funding for this project is provided in Project No. I22BB (Bluebonnet), Account No. 145-1201-532.59- 00. There is sufficient funding in the GLO Round 2.2 funding to complete this project. "Remember we are here to serve the Citizens of Port Arthur" P.R. No. 19003 5/19/15 sip RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 2 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 $238,152.00 TO A NEW CONTRACT AMOUNT OF $2,064,605.78, INCREASING THE CONTRACT TIME BY 90 DAYS DUE TO ADDITIONAL REPAIRS, TO A NEW TERM OF 360 DAYS. PROJECT NO. I22BB (Bluebonnet), 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, on April 28, 2015, per Resolution No. 15-173, the City Council approved Change Order No. 1 to the contract in the amount of$24,843.78 for emergency repairs to the roadway subgrade due to a large void under the roadway created by a water main leak; and WHEREAS, during construction of the project, additional repairs to the roadway base and subgrade were determined to be necessary to reconstruct the roadway; and WHEREAS, ALLCO, 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$238,152.00 and an increase in the contract time from 270 calendar days to 360 calendar days attached as Exhibit "A", to accomplish this work; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: P.R. No. 19003 5/19/15 sjp Page 2 of 3 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 ALLCO, Inc., in the amount of $238,152.00; and, THAT, Change Order No. 2 increases the contract amount to a new total of $2,064,605.78 and a new contract time of 360 days for a completion date of March 23, 2016; and, THAT, Change Order No. 2 will be funded by the Project No. I22BB (Bluebonnet), 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. 19003 5/19/15 sjp Page 3 of 3 ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Tizeno G City Secretary City Attorney APPROVED FOR ADMINISTRATION: Brian McDougal S awna Tubbs, CPPO, CPPB City Manager Purchasing Manager � .^ !tea l san Polka, P. . Public Works Director/City Engineer APPROVED AS TO AVAILABILITY OF FUNDS: /01-W4.42,14aCAP401.‘ Deborah Echols, CPA Director of Finance Account No.: 145-1201-532.59-00 Project No. I22BB(B uFbonret) Exhibit "A" P.R. 19003 rr ARCENEAUX WILSON & COLE LLC Arceneaux Wilson & Cole AWCEngineering • Surveying • Planning May 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 Bluebonnet Ave, Street Improvements from Gilham Circle to 19th Street Job No. CPA-825 Dear Ms. Polka: Attached is Change Order No. 2 for the Bluebonnet Ave. Street Improvements project. This change order is for additional repairs to the existing concrete base and subgrade on Bluebonnet Avenue. The amount of repairs needed to the existing base and subgrade is more than originally anticipated. The existing roadway had more than 5 inches of asphalt throughout the majority of the project making it very difficult to anticipate the amount of repairs to be needed for the existing base and subgrade. Once the contractor removed the existing asphalt and the base and subgrade could be properly inspected it was evident that additional repairs would be needed to complete the project. Also, the contractor is requesting an additional 90 days be added to the contract time to complete the additional repairs needed. The total cost for this change order will increase the contract amount $238,152.00. I recommend that the City of Port Arthur authorize this change to the contract. 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 Registered Engineering Firm F-16194 Registered Survey Firm 10194049 Arceneaus Wilson & Cole �. Eng errng A1\Tc Sarre ar eeng Planning CHANGE ORDER No. 2 DATE: May 11, 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. Delete Supplemental Item No. 30 Extra Reinforcing Steel $ (500.00) b. Delete Supplemental Item No. 31 Extra Class "A" Concrete $ (5,000.00) c. Delete Supplemental Item No. 32 Extra-Cement Stabilized Sand $ (2,400.00) d. Delete Supplemental Item No. 33 2-Inch Type"D" Asphalt $ (1,750.00) e. Delete Supplemental Item No. 34 Extra Concrete Curb and Gutter $ (3,000.00) f. Delete Supplemental Item No. 35 Extra 12-Inch Reinforced Concrete Pipe $ (800.00) g. Delete Supplemental Item No. 35 Extra 15-Inch Reinforced Concrete Pipe $ (30,780.00) h. Delete Supplemental Item No. 35 Extra 18-Inch Reinforced Concrete Pipe $ (9,350.00) i. Delete Supplemental Item No. 35 Extra 24-Inch Reinforced Concrete Pipe $ (9,000.00) 2. Add to the following Bid Items to actual quantities used: a. Add 1,369 SY to Bid Item No. 9 Demolish and Remove Concrete Paving $ 20,535.00 b. Add 1,369 SY to Bid Item No. 10 Demolish and $ 19,166.00 Remove 8-Inch Existing Base c. Add 810 L.F. to Bid Item No. 11 Demolish and Remove Concrete $ 6,075.00 Curb and Gutter d. Add 1,256 SY to Bid Item No. 20 Replace Pavement for Base Failures $ 110,842.00 e. Add 810 L.F. to Bid Item No 19 Concrete Curb and Gutter $ 15,390.00 3. Add the following Bid Items: a. Bid Item No. 39 Asphalt Level Up Course 1,200 TONS $ 128,724.00 ($107.27/TON) 4. Add the following Time: b. Additional 90 days to the contract time to complete the additional work SUBTOTAL $ 238,152.00 ., CHANGE ORDER NO. 2 Arceneaux wlison & Cole '--> Engineering May 11, 2015 AWCsv.�wing Job No. CPA-825, Contract No. 1 Planning CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $1,801,610.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $1,826,453.78 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $238,152.00 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $ 2,064,605.78 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 90 Days The New DATE OF COMPLETION: March 23, 2016 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: 44-' ARCENEAUX WILSON & COLE LLC [CONTRACTOR,OFFICER OR OWNER] ALLCO ACCEPTED BY: CITY of PORT ARTHUR 2of2 (‹RAL Lq X04 v °o Texas General Land Office W i- Disaster Recovery � r es 36 :1eLISHeo 1a 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 4th 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: May 12, 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.: 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 Delete Supplemental Item No. 30. Extra Reinforcing $500.00 1 a. Steel 1 b. Delete Supplemental Item No. 31 Extra Class "A" $5,000.00 Schedule 1 c. Delete Supplemental Item No. 32 Extra-Cement $2,400.00 Stablized Sand 1 d. Delete Supplemental Item No. 33 2-Inch Type "D" $1,750.00 Asphalt le. Delete Supplemental Item No. 34 Extra Concrete $3,000.00 Curb and Gutter 1f. Delete Supplemental Item No.35 Extra 12-Inch $800.00 Reinforced Concrete Pipe Construction Contract Change Order Request Form Page 1 of 3 CDBG Disaster Recovery Program July 2014 1g Delete Supplemental Item No.35 Extra 15-Inch $30,780.00 Reinforced Concrete Pipe 1h. Delete Supplemental Item No.35 Extra 18-Inch $9,350.00 Reinforced Concrete Pipe 1i Delete Supplemental Item No.35 Extra 24-Inch $900.00 Reinforced Concrete Pipe Add 1,369 SY to Bid Item No. 9 Demolish and Remove 2a. Concrete Paving $20,535.00 2b. Add 1,369 SY to Bid Item No. 10 Demolish and Remove 8 $19,166.00 Inch Existing Base Add 810 L.F. to Bid Item No. 11 Demolish and Remove 2c. Concrete Curb and Gutter $6,075.00 2d. Add 1,256 SY to Bid Item No. 20 Replace Pavement for $110,842.00 Base Failures Add 810 L.F. to Bid Item No 19 Concrete Curb and Gutter 2e. $15,390.00 3a. Bid Item No. 39 Asphalt Level Up Course 1,200 TONS $128,724.00 ($107.27/TON) 4b. Additional 90 days to the contract time to complete the additional work SUBTOAL $238,152.00 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 $ 24,843.78 Change Orders: 0 days Contract Price Prior to Contract Time Prior to this Change Order: $ 1,826,453.78 this Change Order: 270 days Net Increase/^crease of Net Increase/Decrease of this Change Order: $ 238,152.00 this Change Order: 90 days Contract Price With all Contract Time With all Approved Change Orders: $2,064,605.78 Change Orders: 360 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 14.4% Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program July 2014 (mm/dd/yy) 12 / 31 /2015 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10 / 27 /2014 (mm/dd/yy) 3 / 23 / 2016 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: ACCEPTS : By: By: By: ENGINEER OWNER CONTRACTOR Date: S��/,S— Date: Date: 57/2)//S-- JUSTIFICATION l/2)//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 Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program July 2014 If"Yes", is an Environmental Re-assessment required? 6. Is the Texas Commission on Environmental Quality (TCEQ) clearance still valid? (if applicable) x Yes ❑ 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 5 of 5 CDBG Disaster Recovery Program July 2014