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