Loading...
HomeMy WebLinkAboutPR 19085: CONTRACT WITH GLO, AND BDS CONSTRUCTORS, LLC DBA MK CONSTURCTORS, STREET PAVING \i `I r Ener City of ----- c' ,W- ,7 ,7/,Ill 1ki. to b! _ c� ort r t h u -��' Tr}xas INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: July 27, 2015 To: Brian McDougal, City Manager From: Rawetts Baaheth, Sr., Acting Director of Public Works RE: Proposed Resolution No. 19085 RECOMMENDATION I recommend that the City Council approve P. R. No. 19085 authorizing the City Manager to execute Change Order #2 to the contract with BDS Constructors, LLC, dba MK Constructors for the construction of roadway rehabilitation and drainage improvements along 9th Street between Williams Avenue and Duff Drive and on Duff Drive south to the 8th Street intersection, increasing the contract amount by $92,133.30 to a new total of$771,678.30 and increasing the contract term by 66 days to a new term of 315 with a new completion date of October 13, 2015. BACKGROUND Per Resolution 14-443 a construction contract was awarded to DBS Constructors, LLC., dba MK Constructors for the 9th Street Paving Improvements Project. Per Resolution 15-208, the City Council approved Change Order No. 1 increasing the contract term by 69 days to a new term of 249 days due to inclement weather. This change order is for additional street repairs on Duff Drive from the intersection of 9th Street to the intersection of 8th Street. The contractor was instructed to stop work due to City forces completing their section of work on Duff Drive before finishing the street to avoid having to reconstruct the road again. BUDGET/FISCAL EFFECT Funds are available in the GLO Round 2.1 Program, Project No. 12110T, Account No. 144-1201-532.59- 00. SUMMARY I recommend that the City Council approve P. R. No. 19085 authorizing the City Manager to execute Change Order #2 to the contract with BDS Constructors, LLC, dba MK Constructors for the construction of roadway rehabilitation and drainage improvements along 9th Street between Williams Avenue and Duff Drive and on Duff Drive south to the 8th Street intersection, increasing the contract amount by $92,133.30 to a new total of$771,678.30 and increasing the contract term by 66 days to a new term of 315 with a new completion date of October 13, 2015. "Remember we are here to serve the Citizens of Port Arthur" P.R. 19085 07/27/15 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 02 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR, GLO, AND BDS CONSTRUCTORS, LLC dba MK CONSTRUCTORS OF VIDOR, TEXAS, FOR THE 9TH STREET PAVING IMPROVEMENTS PROJECT- WILLIAMS AVE TO DUFF DRIVE, AND ON DUFF DRIVE SOUTH OF 9TH STREET, INCREASING THE CONTRACT AMOUNT BY $92,133.30 TO A NEW CONTRACT AMOUNT OF $771,678.30 AND INCREASING THE TERM BY SIXTY SIX (66) DAYS TO A NEW TOTAL OF THREE HUNDRED FIFTEEN (315) DAYS, GLO ROUND 2.1 PROGRAM, PROJECT NO. I2119, ACCOUNT # 144-1201-532.59-00. WHEREAS, per Resolution 14-443, the City entered into a contract with BDS Constructors, LLC dba MK Constructors of Vidor, Texas, for the 9th Street Paving Improvements Project in the amount of$679,545.00 and with a contract term of 180 days, said project limits from Williams Avenue to Duff Drive and Duff Drive south of 9th Street; and, WHEREAS, per Resolution 15-208, the City approved Change Order No. 1 increasing the contract term by 69 days to a new term of 249 days; and, WHEREAS, BDS Constructors, LLC dba MK Constructors has requested a second change order for additional street repairs on Duff Drive from the intersection of 9th Street to the intersection of 8th Street and a time extension of sixty six (66) days increasing the contract term to 315 days and increasing the contract amount by $92,133.30 to a new total of $771,678.30, attached hereto as Exhibit"A", and, WHEREAS, approval of Change Order No. 02 increasing the contract time by sixty six (66) days and the contract amount by $92,133.30 is herein deemed an appropriate action; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT, Change Order No. 02 is herein approved and the City Manager is authorized to execute said Change Order No. 02 (attached as Exhibit "A") to the contract between the City of Port Arthur and BDS Constructors, LLC, dba MK Constructors; and, THAT, Change Order No.02 increases the contract time to a new total of 315 days for a completion date of October 13, 2015; and, THAT, Change Order No.02 increases the contract amount by $92,133.30 to a new total of$771,678.30; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2015 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Deloris "Bobbie" Prince P.R. 19085 Page 3 Attest: City Secretary Sherri Bellard APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Valecia Tizeno Brian McDougal City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: Jerry Dale, CPA Clifton Williams, CPPB Interim Director of Finance Acting Purchasing Director Rawetts T. Baaheth, Sr. Acting Director of Public Works EXHIBIT A i'1 ARCENEAUX WILSON & COLE LLC A rceneaux Wilson & Cole. 4' 1r, AWCEngineering • Surveying • Planning July 22, 2015 Mr. Rawetts Baaheth Director of Public Works City of Port Arthur 444 Fourth Street Port Arthur, Texas 77640 RE: PROPOSAL FOR CHANGE ORDER NO 2 Roadway Rehabilitation & Drainage Improvements along 9th Street Job No, CPA-780 Dear Mr. Baaheth: Attached is Change Order No. 2 for the Roadway Rehabilitation & Drainage Improvements along 9th Street. This change order is for additional street repairs on Duff Street from the intersection of 9th Street to the intersection of 8th Street and a time extension of 66 days to allow for the city employees to complete their work on Duff Avenue. The contractor was instructed to stop work to allow the City of Port Arthur employees to complete their construction work on Duff Avenue before finishing the street to avoid having to reconstruct that section of roadway again. Change Order No. 2 will increase the contract amount by $92,133.30 as well as increase the contract time by 66 days. 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 _ �L 'eestan 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 MA . . Arcene aux Wilson & Colt� Fngine•<*ring ASC Sur.,�irrg Plunnirr{ CHANGE ORDER No. 2 DATE: July 20, 2015 JOB NO. CPA-780 AGREEMENT DATE: October 9, 2014 NAME OF PROJECT: Roadway Rehabilitation & Drainage Improvements Along 9th Street From Williams Avenue to Duff Drive and On Duff Drive South of 9th Street OWNER: CITY of PORT ARTHUR CONTRACTOR: BDS Constructors LLC dba MK Constructors The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Add the following Items to the Contract and Scope of Work: a. Change in 8" Limestone, HMAC, and Mobilization Pricing ($43,417.30/L.S.) [+] $ 43,417.30 b. 8" Crushed Limestone Subgrade (Bid Item No.16 ) [+1 $ 28,204.00 c. 1 '/2 - Inch HMAC (Bid Item No.17 ) [+] $ 20,512.00 d. Extend contract time by 66 days TOTAL $ 92,133.30 CHANGE ORDER NO. 2 July 20, 2015 Job No. CPA-780, Contract No. 1 .... ............ AWc ESurvngenting ryin1 Planning CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $679,545.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $679,545.00 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased] by: $92,133.30 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $771,678.30 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 180 Calendar Days CURRENT CONTRACT TIME adjusted by previous CI IANGE ORDER: 69 Calendars Days CURRENT DATE OF COMPLETION: August 08, 2015 CONTRACT TIME due to this CHANGE ORDER will be increased by 66 Days The New DATE OF COMPLETION: October 13, 2015 No other Terms and Conditions of the Contract are changed as a result of this Change Order. Contractor's acceptance of Change Order relieves OWNER of any liability for additional costs incurred by Contractor in his performance of the work covered by the Change Order. RECOMMENDED BY ENGINEER: ACCEPTED BY: ARCENEAUX WILSON & COLE LLC [CONTRACTOR,OFFICER OR OWNER] BDS CONSTRUCTORS LLC DBA MK CONSTRUCTORS ACCEPTED BY: CITY of PORT ARTHUR 2 of 2 �,ft A L Lq 0 ,11> 0 4P ° Texas General Land Office it- Disaster Recovery _ PS 36 TAQLISHED`$ Construction Contract Change Order Request Form Engineer: Owner (Contractor Locality): Contractor: BDS Constructors LLC CITY OF PORT ARTHUR ARCENEAUX dba MK Constructors 444 4TH STREET WILSON & COLE LLC 2485 North Street PORT ARTHUR, TX 77642 2901 TURTLE CREEEK DR. Vidor, TX 77662 SUITE 320 Phone No.: 409-769-0089 PORT ARTHUR, TX 77642 Phone No.: 409-983-8296 Agreement Date: September 3, 2014 Phone No.: 409-724-7888 Date: July 20, 2015 Contract For (Project Description): GLO Contract No.: Project Code No.: P21111 12-305-025-6542 Roadway Rehabilitation & Drainage Improvements along Bid Package No.: 8 9th Street 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 16 811 Crushed Limestone Subgrade $28,204.00 (1282 S.Y./$22.00) 17 1.5" HMAC $20,512.00 (1282 S.Y./$16.00) Change in 8" Limestone, HMAC, and Mobilization $43,417.30 Pricing Construction Contract Change Order Request Form Page 1 of 3 CDBG Disaster Recovery Program May 2012 Change in Contract Price Change in Contract Time (Calendar Days) Original Contract Price: $ 679,545.00 Original Contract Time: 180 days Previous Change Order(s): Net Change From Previous No. 1 to No. 1 $ 0.00 Change Orders: 69 days Contract Price Prior to Contract Time Prior to this Change Order: $679,545.00 this Change Order: 315 days Net Increase/De��e of Net Increase/De,�e of this Change Order: $ 92,133.30 this Change Order: 66 days Contract Price With all Contract Time With all Approved Change Orders: $ 771,678.30 Change Orders: 135 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 13.00 % (mm/dd/yy) 12 / 31 /2015 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10/6/2014 (mm/dd/yy) 10 / 13 / 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 APPROVED: ACCEPTED: By: By: By: 7 ENGINEER OWNER CONTRACTOR Date: „;.2.3-/1- Date: Date: Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program May 2012 JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? ❑ Increase 0 Decrease ✓ 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 ✓ No Change 3. Effect on operation and maintenance costs: 0 Increase 0 Decrease ✓ No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? ✓ 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? 0 Yes ✓ No If"Yes", is an Environmental Re-assessment required? 6. Is the Texas Commission on Environmental Quality (TCEQ) clearance still valid? (if applicable) ✓ Yes 0 No 7. Is the TCEQ permit approval still valid? (sewer projects only) ✓ Yes 0 No 8. Are the handicapped access requirements/approval still valid? (if applicable) ✓ Yes 0 No 9. Are other Disaster Recovery contractual special condition clearance still valid? ✓ 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 May 2012 REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE:July 23rd, 2015 Month OF: June and July 2015 CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR,TEXAS 77641-1089 ATTENTION: Public Works Department Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified(list dates actually lost: do not include days not normally worked such as Saturdays, Sundays, or holidays): Dates Lost: 6-1, 6-2, 6-3,6-4, 6-5,6-6,6-7, 6-8, 6-9, 6-10, 6-11, 6-12, 643., 6-14, 6-15, 6-16,6-17, 6-18, 6-19, 6-20, 6-21, 6-22, 6-23, 6-24, 6-25, 6-26, 6-27,6-28, 6-29, 6-30, 7-1,7-2,7-3, 7-4,7-5,7-6, 7-7,7-8,7-9, 7-10,7- 11,7-12,7-13,7-14,7-15, 7-16,7-17. Days Lost( 47 )/ 5 x 7+ 66 Calendar Days Requested Reasons for Request: waiting for approval of change order for the repairs on Duff Street. Contractor By: NA /I, (Mike Kelley, PM) Approved for extension of calendar days. Disapproved. Date: , 20 CITY OF CITY OF PORT ARTHUR, TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer Contractor • CPA Feder$lly Funded