Loading...
HomeMy WebLinkAboutPR 19178: AWARDING A CONTRACT TO ALLCO 9111 Sr Citi of co) P.R. No. 19178 � 10/07/15 jt ort rthur Texas INTEROFFICE MEMORANDUM UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION Date: October 07, 2015 To: Brian McDougal, City Manager From: Jimmie Johnson, Ph.D.,Director of Utility Operations RE: Proposed Resolution No. 19178 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. 11 is the final change order that will remove all items not used in the project. It is also to increase bid items number 2, 6, and 10 for additional pipe, tunnel construction and trench safety system for this project. This change order is a deductive change order in the amount of $263,890.00, decreasing the total contract to $3,302,418.89. Staff Analysis, Considerations: Existing staff will monitor the contractor's performance. Recommendation: I recommend that the City Council approve Proposed Resolution No. 19178 authorizing the City Manager to execute Change Order No. 11 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$263,890.00. Budget Considerations: Account No. 429-1258-532.59-00, Project No. WSI002 P.R. No. 19178 10/07/15 jt RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 11 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 $263,890.00 TO A NEW CONTRACT AMOUNT OF $3,302,418.89. 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. 19178 10/07/15 jt 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,per Resolution No. 15-287 Change Order No. 10 authorized to remove items not used in the project, it was 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 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. 11 is the final change order that will remove all items not used in the project, it is also to increase bid item numbers 2, 6, and 10 for additional pipe, tunnel construction and trench safety system for this project. This change order is a deductive change order in the amount of$263,890.00, decreasing the total contract to $3,302,418.89. attached as Exhibit"A" P.R. No. 19178 10/07/15 jt Page 3 of 4 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. 11 (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 $263,890.00 to a new total of$3,302,418.89; and, THAT, Change Order No. 11 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 S TO FORM: Sherri Bellard Valecia TiWno • City Secretary City Attorney P.R. No. 19178 10/07/15 jt Page 4 of 4 APPROVED FOR ADMINISTRATION: 4074./44nt.,' Brian McDougal Clifton Williams, CPPB City Manager Acting Purchasing Manager Jimmie Johnson, Ph.D. Director of Utility Operations APPROVED AS TO AVAILABILITY OF FUNDS: Jerry Dale, PA/CGFO Interim Director of Finance Exhibit "A" (AW&C Change Order No.10) ARCENEAUX WILSON & COLE LLC Arcencau• Wilson 6 Cole---.�.r. AWCEngineering • Surveying • Planning September 1, 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 11 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. 11 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. Change Order No. 11 will be a deductive change order in the amount of $263,890.00 I have attached Change Order No. 11 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 Joeilson, Jr., PE P reid�nt (409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642 Registered Engineering Firm F-16194 Registered Survey Firm 10194049 /!i rc eneaua Wilton ! C41e--- AWCIle. lp!! cm; Gn •ryr•rg 1'Icruet CHANGE ORDER No. 11 DATE: August 20, 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 9000 L.F. Well Point (Bid Item No. 15) $ (270,000.00) b. Increase 78 L.F. 16" C-905 PVC, DR-25 (Bid Item No. 2) $ 4,017.00 c. Increase 10 L.F. Tunnel Construction w/24" Steel Casing (Bid Item No. 6) $ 2,015.00 d. Increase 78 L.F. Trench Safety System (Bid Item No. 10) $ 78.00 SUBTOTAL $ (263,890.00) CHANGE ORDER NO. 11 August 20, 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): $3,566,308.89 The CONTRACT PRICE due to this CHANGE ORDER will be [increased1 [decreased] by: $263,890.00 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $3,302,418.89 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 [C NTRACTOR,OFFICER OR 0 NER] ALLCO ACCEPTED BY: CITY of PORT ARTHUR 2 of 2