HomeMy WebLinkAboutPR 19088: CHANGE ORDER NO. 10, ALLCO, L.L.C. City of _ P.R. No. 19088
�� )41
fes, 7/28/15 jj
ort rthz�
Texas
INTEROFFICE MEMORANDUM
UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION
Date: July 28, 2015
To: Brian McDougal, City Manager
From: Jimmie Johnson, Ph.D., Director of Utility Operations
RE: Proposed Resolution No. 19088
Nature of the Request:
The City Council awarded a contract for the construction of the Highway 87 Water
Transmission Line for Keith Lake to the Sabine Pass Standpipe to ALLCO, L.L.C., in the
amount of$3,373,385.00.
The project engineer, Arceneaux Wilson & Cole LLC, recommends Change Order No. 10 is
the final change order that will remove all items not used in the project. It is also to increase
bid item number 19 for additional fittings used on the project as well as additional labor and
material for the crossing at Broadway Street, to avoid existing pipelines. This change order is
a deductive change order in the amount of $42,094.00, decreasing the total contract to
$3,566,308.89.
StaffAnalysis, Considerations:
Existing staff will monitor the contractor's performance.
Recommendation:
I recommend that the City Council approve Proposed Resolution No. 19088 authorizing the
City Manager to execute Change Order No. 10 to the contract between the City of Port Arthur
and ALLCO, L.L.C. of Beaumont, Texas, for the Highway 87 Water System Improvements
from Keith Lake to Sabine Pass Standpipe. This change order is a deductive change order in
the amount of$42,094.00.
Bucket Considerations:
Account No. 429-1258-532.59-00, Project No. WSI002
P.R. No. 19088
7/28/15 JJ
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO EXECUTE CHANGE ORDER NO. 10 TO THE
CONTRACT BETWEEN THE CITY OF PORT ARTHUR
AND ALLCO,L.L.C., OF BEAUMONT, TEXAS, FOR THE
HIGHWAY 87 WATER SYSTEM IMPROVEMENTS
FROM KEITH LAKE TO SABINE PASS STANDPIPE,
FOR THE REMOVAL OF ITEMS NOT USED
DECREASING THE TOTAL CONTRACT AMOUNT BY
$42,094.00 TO A NEW CONTRACT AMOUNT OF
$3,566,308.89.
WHEREAS, per Resolution No. 13-492 dated October 29, 2013, the City Council
awarded a contract for the construction of the Highway 87 Water Transmission Line for Keith
Lake to the Sabine Pass Standpipe to ALLCO, L.L.C., in the amount of$3,373,385.00; and,
WHEREAS, per Resolution No. 14-224, Change Order No. 1 authorized the increase in
pipe material costs from October 29, 2013, and the increased cost to purchase the pipe material
for the project in the amount of$144,462.89 to a new contract total of$3,517,847.89; and,
WHEREAS,per Resolution No. 14-388, Change Order No. 2 authorized a time extension
of 4 days due to weather delays to a new contract time of 274 days; and,
WHEREAS, per Resolution No. 14-450, Change Order No. 3 authorized a time
extension of six(6)days due to weather delays to a new contract time of 280 days; and
WHEREAS,per Resolution No. 14-555, Change Order No. 4 authorized a time extension
of seven(7)days due to weather delays to a new contract time of 287 days; and,
WHEREAS, per Resolution No. 14-608, Change Order No. 5 authorized a time
extension of seven(7) days due to weather delays to a new contract time of 294 days; and,
WHEREAS, per Resolution No. 14-644, Change Order No. 6 authorized a time
extension of eleven(11) days due to weather delays to a new contract time of and 305 days and a
P.R. No. 19088
7/28/15 jj
Page 2 of 4
contract price increase of$79,675.00 due to the extension of three directional drills due to soil
conditions in the working area; and,
WHEREAS, per Resolution No. 15-086, Change Order No. 7 authorized a time
extension of 24 days, due to weather delays,to a new contract term of 329 days; and,
WHEREAS, per Resolution No. 15-148, Change Order No. 8 authorized an increase in
the contract by $10,880 to modify the existing chain link fence around Sabine Pass Standpipe, to
a new contract amount of$3,608,402.89, and an increase in the total contract time by seventeen
(17) days, due to weather delays,to a new completion date of May 13, 2015; and,
WHEREAS, per Resolution No. 15-189 Change Order No. 9 authorized a time extension
of 13 days, due to weather delays,to a new completion date of May 26, 2015; and,
WHEREAS,the project engineer,Arceneaux Wilson& Cole LLC, recommends
proposed Change Order No. 10 is the final change order that will remove all items not used in
the project, it is also to increase bid item number 19 for additional fittings used on the project
as well as additional labor and material for the crossing at Broadway Street,to avoid existing
pipelines,this change order decreasing the total contract amount by$42,094.00 to a new total
of$3,566,308.89 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. 10 (attached as Exhibit "A") to
the contract between the City of Port Arthur and ALLCO, L.L.C. of Beaumont, Texas,
decreasing the total contract amount by $42,094.00 to a new total of$3,566,308.89; and,
P.R. No. 19088
7/28/15]]
Page 3 of 4
THAT, Change Order No. 10 will require no additional funding; 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
ATTEST: APPROVED AS TO FORM:
.moi titit.401
Sherri Bellard Valecia Tizeno
City Secretary City Attorney
APPROVED FOR ADMINISTRATION:
tudibetaL
Brian McDougal Clifton Williams, CPP B
City Manager Acting Purchasing Manager
Jimmie Johnson, Ph.D.
Director of Utility Operations
P.R. No. 19088
7/28/15 jj
Page 4 of 4
APPROVED AS TO AVAILABILITY OF FUNDS:
NIA— c.o. II A- I)44tr
tb
Jerry : 1, CPA
Interim Director of Finance #. �'
Exhibit "A"
(AW&C Change Order No.10)
AA'VVC
:ux is,„ sCulp" - -...
E^te"`s"g Arceneaux Wilson & Cole LLC
r•kenni�nn�nq
Consulting Engineers
2901 Turtle Creek Drive, Suite#320 Port Arthur,TX 77642
Phone:409-724-7888 Fax:409-724-1447
www.awceng.com
LETTER OF TRANSMITTAL
DATE: July 24,2015 PROJECT NO.: CPA-705
TO: City of Port Arthur ATTENTION: Dr.Jimmie Johnson
444 4th Street
Port Arthur,TX 77640 RE: SH. 87 Water Improvements from Keith
Lake to Sabine Pass Standpipe
WE ARE SENDING YOU ❑ Attached n Under Separate Cover Via: Hand Delivery The following items:
❑ Memo ❑ Monthly Invoice ❑ Plans ❑ Construction Documents
❑ Letter Q Change Order No. 10 0 Form ❑ Other
COPIES DATE DESCRIPTION
4 7/24/15 Change Order No. 10
THESE ARE TRANSMITTED as checked below:
✓❑ For approval n Approved as submitted ❑ Resubmit copies for approval
❑ For your use ❑ Approved as noted 0 Submit copies for distribution
0 As requested ❑ Returned for corrections ❑Submit corrected prints
❑ For review and comment Execute and return original RECEIVED
RECEIVED BY:
JUL 2 4 2015
COMMENTS:
UTILITY OPERATIONS
Aden.-City Hall
COPY TO:
SIGNED: Melanie Theriot
ARCENEAUX WILSON & COLE LLC
Arceneau. Wi,san. l Cale --..
AWCEngineering • Surveying • Planning
July 22, 2015
Dr. Jimmie Johnson
Director of Water Utilities
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
RE: PROPOSAL FOR CHANGE ORDER NO 10
STATE HIGHWAY 87 WATER SYSTEM IMPROVEMENTS FROM KEITH
LAKE TO SABINE PASS STANDPIPE
Job No. CPA-705
Dear Dr. Johnson:
Attached is Change Order No. 10 for the State Highway 87 Water System Improvements from Keith Lake
to Sabine Pass Standpipe. This change order is the final change order for the State Highway 87 Water
System Improvements project that will remove all items not used in the project and to increase bid item
no. 19 for additional fittings used on the project as well as additional labor and material for the crossing at
Broadway Street. The crossing of Broadway Street required additional fittings and labor in order to avoid
three existing pipelines located in the City of Port Arthur ROW that were not marked or located during the
one call process performed at the time of the design work. Change Order No. 10 will be a deductive
change order in the amount of $42,094.00 I have attached Change Order No. 10 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 RECEIVED
TEXAS REGISTERED ENGINEERING FIRM F-16194
,�- Jilt 2 4 Ni5
Keestan Cole, PE (UTILITY OPERATIONS
Vice President Admin.-CiryHau
(409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642
Registered Engineering Firm F-16194 Registered Survey Firm 10194049
A1VTcFngy s',ng
,�n .,ng
Pfarearrr
CHANGE ORDER No. 10
DATE: July 10, 2015 JOB NO. CPA-705
AGREEMENT DATE: November 5, 2013
NAME OF PROJECT: State Highway 87 Water System Improvements
OWNER: CITY of PORT ARTHUR
CONTRACTOR: ALLCO
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Add the following Items to the Contract and Scope of Work:
a. Decrease 48 L.F. 20-Inch, DR-11 HDPE
(Bid Item No. 4) $ (8.544.00)
b. Decrease 1 L.S. Design of Trench Safety System
(Bid Item No. 9) $ (500.00)
c. Decrease 10 C.Y. Extra-Bank Sand
(Bid Item No. 12) $ (200.00)
d. Decrease 10 C.Y. Extra Class "A" Concrete
(Bid Item No. 13) $ (1,500.00)
e. Decrease 10 C.Y. Extra Cement Stabilized Sand
(Bid Item No.14 ) $ (400.00)
f. Decrease 1000 L.F. Well Point
(Bid Item No. 15) $ (30,000.00)
g. Decrease 2 EA. 16-Inch Gate Valve & Box
(Bid Item No.16 ) $ (15,000.00)
h. Decrease 2 EA. 16-Inch Ductile Iron
Restrained Joint Fittings
(Bid Item No.17 ) $ (2,400.00)
CHANGE ORDER NO. 10
July 10, 2015
Job No. GPA-705
•rc en cau: Wilson 8 CoIC----'"`
AWC
i. Decrease 3 EA. Extra 90 Degree, 16-Inch Fittings
(Bid Item No.18 ) $ (2,100.00)
j. Add 6 EA. Extra 45 Degree, 16-Inch Fittings
(Bid Item No.19 ) $ 3,600.00
Ic. Additional Materials, Work and Labor for the Crossing
At Broadway
$ 14,950.00
SUBTOTAL $ (42,094.00)
2 of 3
CHANGE ORDER NO. 10
Y//;: July 10, 2015
Job No. CPA-705
AWC
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $3,373,385.00
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $3,608,402.89
The CONTRACT PRICE due to this CHANGE ORDER will be [increased] [decreased]
by: $42,094.00 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER, will be $3,566,308.89
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 270 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 89 Calendar Days
CURRENT DATE OF COMPLETION: May 26, 2015
CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days
The New DATE OF COMPLETION: May 26, 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 C ER]
ALLCO
ACCEPTED BY:
CITY of PORT ARTHUR
3 of 3