HomeMy WebLinkAboutPR 19195: CHANGE ORDER NO. 5 APAC-TEXAS, INC., 10TH STREET IMPROVEMENTS PROJECT City of ---.. a
ort rthur
Texas
INTEROFFICE MEMORANDUM
PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV.
Date: October 19, 2015
To: Brian McDougal, City Manager
From: Rawetts Baaheth, Sr., Acting Director of Public Works
RE: Proposed Resolution No. 19195
RECOMMENDATION
I recommend that the City Council approve P. R. No. 19195 authorizing the City Manager to execute
Change Order #5 to the contract with APAC, Texas, Inc. for the 10m Street Improvements Project
decreasing the contract amount by$1,910.10 to a new amount$689,097.40.
BACKGROUND
Per Resolution 14-318 a construction contract was awarded to APAC, Texas, Inc. for the 10th Street
Improvements Project. Per Resolution 14-627, the City Council approved Change Order No. 1 increasing
the contract amount by $4,876.00 to a new contract total of$691,007.50 for brick modification of existing
inlets. Per Resolution 15-122, the City approved Change Order No. 2 increasing the contract term by 11
days to a new term of 191 days due to weather delays during the month of February. Per Resolution 15-
155, the City approved Change Order No. 3 increasing the contract term by 11 days to a new term of 202
days due to weather delays during the month of March. Per Resolution 15-174,the City approved Change
Order No. 4 increasing the contract term by 18 days to a new term of 220 days due to weather delays
during the month of April. This change order is the final change order for the 10th Street Improvements
project that will add additional items and remove all items not used in the project and will be a deductive
change order in the amount of$1,910.10.
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. 19195 authorizing the City Manager to execute
Change Order #5 to the contract with APAC, Texas, Inc. for the 10m Street Improvements Project
decreasing the contract amount by $1,910.10 to a new amount$689,097.40.
"Remember we are here to serve the Citizens of Port Arthur"
P.R. 19195
10/19/15 rtb
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE
CHANGE ORDER NO. 05 TO THE CONTRACT BETWEEN THE CITY
OF PORT ARTHUR AND APAC-TEXAS, INC. FOR THE 10TH STREET
IMPROVEMENTS PROJECT DECREASING THE CONTRACT
AMOUNT BY $1,910.00, GLO ROUND 2.1 PROGRAM, PROJECT NO.
I2110T,ACCOUNT# 144-1201-532.59-00.
WHEREAS, on July 22, per Resolution No. 14-318,the City Council awarded a contract
for the 10th Street Improvements from Stadium Drive to Duff Drive to APAC, Texas, Inc. of
Beaumont, Texas, in the amount of$686,131.50 with a contract time of 180 calendar days; and,
WHEREAS, per Resolution 14-627, the City approved Change Order No. 1 for the
modification of the brick existing inlets to retrofit concrete tops and manholes, which increasing
the contract amount by $4,876.00,to a new contract total of$691,007.50; and,
WHEREAS, per Resolution 15-122, the City approved Change Order No. 2 increasing
the contract term by 11 days to a new term of 191 days due to weather delays during the month
of February; and,
WHEREAS, per Resolution 15-155, the City approved Change Order No. 3 increasing
the contract term by 11 days to a new term of 202 days due to weather delays during the month
of March; and,
WHEREAS, per Resolution 15-174, the City approved Change Order No. 4 increasing
the contract term by 18 days to a new term of 220 days due to weather delays during the month
of April; and,
WHEREAS, this change order is the final change order for the 10th Street Improvements
project that will add additional items and remove all items not used in the project and will be a
deductive change order in the amount of$1,910.10, attached hereto as Exhibit"A", and,
WHEREAS, approval of Change Order No. 05 decreasing the contract amount by one
thousand nine hundred ten dollars and ten cents, $1,910.10 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, 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. 5 to the contract between the
City of Port Arthur and APAC-Texas, Inc., attached hereto as Exhibit "A", decreasing the total
contract amount by $1,910.10 to a new contract amount of$689,097.40; 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:
P.R. 19195
Page 3
Deloris "Bobbie" Prince
Mayor
Attest:
Sherri Bellard
City Secretary
APPROVE AS TO FORM: APPROVED FOR ADMINISTRATION:
0 ,
.4„.2752.4,,,,L,O
Valecia Tizeno Brian McDougal
City Attorney City Manager
APPROVED AS FOR AVAILABILITY OF
FUNDS:
Jerry Dale, CPA, GFOA Clifton Williams, CPPB
Interim Director of Finance Acting Purchasing Director
G��:e��Ci7`T�
Rawe T. Baaheth, Sr.(
Acting Director of Public Works
EXHIBIT A
ARCENEAUX WILSON & COLE LLC
Arceneaux Wilson & Cole—- _
AWCEngineering • Surveying • Planning
September 28, 2015
Mr. Hassin Shomalzadeh, PE
Director of Public Works/City Engineer
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
RE; PROPOSAL FOR CHANGE ORDER NO 5
10m STREET IMPROVEMENTS
Job No, CPA-790
Dear Mr. Shomalzadeh:
Attached is Change Order No. 5 for the 10th Street Improvements. This change order is the
final change order for the 10th Street Improvements that will add additional items and
remove all items not used in the project. Change Order No. 5 will be a deductive
change order in the amount of $1,910.10. I have attached Change Order No. 5 which
modifies the contract to reflect this change for your consideration and action. Should
you have any questions or require additional information, please contact our office.
Very truly yours,
ARCENEAUX WILSON& COLE LLC
TEXAS REGISTERED ENGINEERING FIRM F-16194
Keestan Cole, PE
Vice President
2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Phone: 409/724-7888 Fax: 409/724-1447
C‘t.FtAL L
icii.*:, ,1, ,, Texas General Land Office
Disaster Recovery
f
eSrt7. Pi
9eLI5HEo \a 36
Construction Contract Change Order Request Form
Engineer: Owner (Contractor Locality): Contractor:
APAC-TEXAS, INC. CITY OF PORT ARTHUR ARCENEAUX
12907 US HWY 90 444 4T" STREET WILSON & COLE LLC
BEAUMONT, TX 77713 PORT ARTHUR, TX 77642 2901 TURTLE CREEEK DR.
Phone No.: 409-866-1444 SUITE 320
PORT ARTHUR, TX 77642
Phone No.: 409-983-8296
Agreement Date:
July 23, 2014
Phone No.: 409-724-7888
Date: June 10, 2015 Contract For (Project Description): GLO Contract No.:
Project Code No.: P2107 12-305-025-6542
10th Street Improvements
Bid Package No.: 9 Change Order No.: 5
You are hereby requested to comply with the following changes from the contract plans and specifications:
Item Description of Changes: Quantities, Units, Unit Prices, Decrease in Increase in
No. Change in Completion Scheduled, Etc. Contract Price Contract Price
Remove 38 S.Y. Bid Item No. 11, Concrete ($ 2,660.00)
11 Driveways ($70.00/SY)
19 Remove Bid Item No. 19, Extra Reinforcing Steel ($ $75.00)
($1.75/LB)
20 Remove Bid Item No. 20, Extra Class "A" Concrete
($ 18,500.00)
($925.00/CY)
Construction Contract Change Order Request Form Page 1 of 4
CDBG Disaster Recovery Program May 2012
21 I Remove Bid Item No. 21, Extra Cement Stabilized ($ 1,400.00)
Sand
($70.00/CY)
23 Remove 6 S.Y. Bid Item No. 23, Extra 8" Compacted
Limestone Subgrade ($ 360.00)
($60.00/CY)
3 Add 1.38 Sta. Bid Item No. 3, Roadway Excavation $ 4,800.00
and/or Embankment (60 Foot)
($3,475.00/STA)
9 Add 389.86 L.F. Bid Item No. 9, Concrete Curb and $ 7,212.50
Gutter
($18.50/LF)
12 Add 475 S.Y. Bid Item No. 12, 8" Compacted
Limestone Subgrade $ 9,500.00
($20.00/SY)
15 Add 3.80 S.Y. Bid Item No. 15, Remove and
Replace Existing Sidewalk $ 372.40
($98.00/S Y)
Construction Contract Change Order Request Form Page 2 of 4
CDBG Disaster Recovery Program May 2012
Change in Contract Price Change in Contract Time (Calendar Days)
Original Contract Price: $686, 131.50 Original Contract Time: 180 days
Previous Change Order(s): Net Change From Previous
No. 1 to No. 4 $ 4,876.00 Change Orders: 36 days
Contract Price Prior to Contract Time Prior to
this Change Order: $ 691,007.50 this Change Order: 220 days
Net Increase/Decrease of Net lncrease/Decrease of
this Change Order: $ 1,910.10 this Change Order: 0 days
Contract Price With all Contract Time With all
Approved Change Orders: $ 689,097.40 Change Orders: 220 days
Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date:
0.4 % (mm/dd/yy) 12 / 31 /2015
Construction Contract Start Date: Construction Contract End Date:
(mm/dd/yy) 10/6/2014 (mm/dd/yy) 5 / 14 / 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:
ENGINEER OWNER CONTRACTOR
Date: 7-cJ6.‘/sS---- Date: Date: S=am/S
Construction Contract Change Order Request Form Page 1 of 4
CDBG Disaster Recovery Program May 2012
JUSTIFICATION FOR CHANGE
1. Will this Change Order increase or decrease
the number of beneficiaries? 0 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) j✓ 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 4 of 4
CDBG Disaster Recovery Program May 2012
i•i
/ r
Arceneaux Wilson & Colt---
ALl'VC
rsc)<d•<n'r
g
arinIng
CHANGE ORDER No. 5
DATE: June 9, 2015 JOB NO. CPA-790
AGREEMENT DATE: July 23, 2014
NAME OF PROJECT: 10th Street Improvements
OWNER: CITY of PORT ARTHUR
CONTRACTOR: APAC — TEXAS, INC.
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Add the following Items to the Contract and Scope of Work:
a. Remove 38 S.Y. Bid Item No. 11, Concrete Driveways
($70.00/SY) ($ 2,660.00)
b. Remove Bid Item No. 19, Extra Reinforcing Steel
($1.75/LB) ($ 875.00)
c. Remove Bid Item No. 20, Extra Class "A" Concrete
($925.00/CY) ($ 18,500.00)
d. Remove Bid Item No. 21, Extra Cement Stabilized Sand
($70.00/CY) ($ 1,400.00)
e. Remove 6 S.Y. Bid Item No. 23, Extra 8" Compacted
Limestone Subgrade
($60.00/CY) ($ 360.00)
f. Add 1.38 Sta. Bid Item No. 3, Roadway Excavation and/or
Embankment (60 Foot)
($3,475.00/STA) $ 4,800.00
g. Add 389.86 L.F. Bid Item No. 9, Concrete Curb and Gutter
($18.50/LF) $ 7,212.50
CHANGE ORDER NO. 5
June 9, 2015
Arcenceu■ Wilson ..... :`;__; Job No. CPA-790 Contract No. 1
6
Cine—-
Aw 7trginea,7nz ,
Surreytng
IA Riling
h. Add 475 S.Y. Bid Item No. 12, 8" Compacted Limestone
Subgrade
($20.00/SY) $ 9,500.00
i. Add 3.80 S.Y. Bid Item No. 15, Remove and Replace
Existing Sidewalk
($98.00/SY) $ 372.40
SUBTOTAL ($ 1 ,910.10)
2 of 3
CHANGE ORDER NO. 5
June 9, 2015
Arcencauz Wlison a �o �--- ;:- Job No. CPA-790, Contract No. 1
AWC „tinning
�'urvryin1
nnnir+X
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $686,131.50
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $691,007.50
The CONTRACT PRICE due to this CHANGE ORDER will be {increased] [decreased]
by: $1,910.10 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER, will be $689,097.40
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 180 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 36 Calendar Days
CURRENT DATE OF COMPLETION: April 26, 2015
CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days
The New DATE OF COMPLETION: May 14 , 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:
l‘f
ARCENEAUX WILSON & COLE LLC [CONTRACTOR,OFFICER OR OWNER]
APAC-TEXAS, INC.
ACCEPTED BY:
CITY of POR RTHUR
3 of 3