Loading...
HomeMy WebLinkAboutRES 22-034RESOLUTION NO. 22-034 WHEREAS, on April 25, 2017, the City Council of the City of Beaumont, Texas, passed Resolution No. 17-083 awarding a contract in the amount of $15,984,397.88 to Allco, LLC of Beaumont, Texas, for the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project; and, WHEREAS, on August 3, 2017, the City Manager executed Change Order No. 1, in the amount of $9,920.00, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $15,994,317.88; and, WHEREAS, on February 6, 2018, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-032 authorizing the City Manager to execute Change Order No. 2, in the amount of $103,893.00, to accommodate design changes necessary to address unforeseen conflicts with the underground utilities and additional curb and driveway improvements required on Executive Boulevard and Corporate Drive, thereby increasing the contract amount to $16,098,210.88; and, WHEREAS, on May 14, 2018, the City Manager executed Change Order No. 3, in the amount of $7,714.55, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project, thereby increasing the contract amount to $16,105,925.43; and, WHEREAS, on June 5, 2018, the City Council of the City of Beaumont, Texas, passed Resolution No. 18-123 authorizing the City Manager to execute Change Order No. 4, in the amount of $16,032.91, to adjust the pipe quantity and size which was not allotted for in the original design and the addition of fourteen (14) calendar days, thereby increasing the contract amount to $16,121,958.34; and, WHEREAS, on July 17, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-157 authorizing the City Manager to execute Change Order No. 5, in the amount of $33,303.00, to adjust bid items and quantities in the contract to accommodate revisions to the storm sewer system; relocate a 16" waterline; and, twenty-two (22) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,155,261.34; and, WHEREAS, on October 16, 2018 the City Council of the City of Beaumont, Texas, passed Resolution No. 18-255 authorizing the City Manager to execute Change Order No. 6, in the amount of $215,144.90, to adjust the bid items and quantities in the contract to accommodate for additional sewer work; ground boxes for fiber optics and traffic signals; and, sixty (60) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,370,406.24; and, WHEREAS, on April 9, 2019 the City Council of the City of Beaumont, Texas, passed. Resolution No. 19-084 authorizing the City Manager to execute Changer Order No. 7, in the amount of $128,658.75, to adjust the bid items and quantities in the contract for additional waterline, surface inlets for storm sewer, and foundations for traffic ground cabinets; traffic signal poles that meet the height requirements needed to fit in the field; and, ten (10) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,499,064.99; and, WHEREAS, on September 3, 2019 the City Manager executed Change Order No. 8, in the amount of $6,400.00, to adjust the estimated quantities to reflect the actual quantities used in the completion of the project relating to exploratory digging of a 20" water line, thereby increasing the contract amount to $16,505,464.99; and, WHEREAS, on April 7, 2020, the City Council of the City of Beaumont, Texas, passed Resolution No. 20-073 authorizing the City Manager to execute Change Order No. 9, in the amount of $28,474.00, for the addition of a conflict junction box to account for flow line design issues with one sewer, one water and two storm lines; and, ten (10) calendar days will be added to the contract for the work, thereby increasing the contract amount to $16,533,938.99; and, WHEREAS, on June 2, 2020, the City Council of the City of Beaumont, Texas, passed Resolution No. 20-111 authorizing the City Manager to execute Change Order No. 10, in the amount of $37,033.00, to account for revisions to the storm sewer system, thereby increasing the contract amount to $16,570,971.99; and, WHEREAS, on March 23, 2021, the City Council of Beaumont, Texas, passed Resolution No. 21-073 authorizing the City Manager to execute Change Order No. 11, in the amount of ($39,863.07), to adjust actual quantities used during the course of construction and additional water line work being paid for by Jefferson County Drainage District No. 6, thereby decreasing the contract amount to $16,531,108.92; and, WHEREAS, on April 21, 2021, the City Manager executed Change Order No. 12, in the amount of $0.00, to allow for additional time for the completion of the project due to the actual number of inclement weather days exceeding the days set out in the contract, thereby having no effect in the total contract amount of $16,531,108.92; and, WHEREAS, on October 4, 2021, the City Manager executed Change Order No. 13, in the amount of $0.00, to allow for additional time for the completion of the project due to the actual number of inclement weather days exceeding the days set out in the contract, thereby having no effect in the total contract amount of $16,531,108.92; and, WHEREAS, Change Order No. 14, in the amount of ($81,440.27), is necessary to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby decreasing the contract amount to $16,449,668.65; and, WHEREAS, the project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 14, in the amount of $(81,440.27), to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby decreasing the total contract to $16,449,668.65; and, BE IT FURTHER RESOLVED THAT the Washington Boulevard Pavement Widening Phase II (Corporate Drive to Amarillo Street) Project be and the same is hereby accepted; and, BE IT ALSO RESOLVED THAT the City Manager is authorized to make final payment in the amount of $765,977.01 to Allco, LLC, of Beaumont, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 1st day of February, 2022. = 90V. �y r $ ,,it, U �► - Mayor Robin Mouton - CITY OF BEAUMONT Date: January 5, 2022 Project_ Washinton Blvd -Phase 1I Owner: City of Beaumont Contractor: ALLCO, LLC Change Orden- No.: 14 - Final ......:... cHE:FO LLOW�rl� cr�avc�s rlv`r pz�N ............ �.:-.:- .:•.���..... .. ...... Aria ...........:• .... ......:::: .....;...:;;.... A Try=HEI:tE Y�MA,DE��..:..����'....... .. ... All quantities adjusted to reflect final field measurements, Change Order Item No. Item Code Description Unit Original Quttntit� I�revY Ra�ltitY Unit price Amount ADD 104 002 REMOVING CONCRETE (DRWY) (4" - 611) SY 4.729.00 7,029.67 $16.00 S36,810,72 104 003 REMOVING CONCRETE (SWLK) (4" - 6") SY 300,00 435.56 $30.13 $4,084,42 152 001 SODDING FOR. EROSION CONTROL SY 1 1.336,00 13,680.00 $7.50 $17,550.00 423 001 RETAINING WALLS (6" X 211 - 2411) { CL A) LF 206.00 2,792.00 S44.00 $113,344.00 464 001 RCP 15" LF 96.00 992.00 S'28,00 S25,038.00 464 002 RCP 18" LF 884.00 908.00 S31.00 $744.00 464 007 RCP48" LF 1,642.00 1,681.00 $162.00 S6,31S,00 465 004 CURB INLET EXTENSION TY F. (COMPL) (5'.0") EA 43.00 46.00 $1.410.00 $4,230,00 465 009 JUNCTION BOX (COMPL) (YT(TY B) EA 4.00 5.00 $5,975,00 $5,975,00 496 001 REMOV STR (PIPE) 8" -48" RCP LF 11,025.00 11,666.00 $7,00 S4,487.00 496 004 REMOV (MH) (JBOX) EA 18.00 19,00 $720,00 $720.00 506 003 TEMP SEDIMENT CONTROL FENCE (INSTALL) LF 4,500.00 4.620,00 $2.50 5300.00 506 004 TEMP SEDIMENT CONTROL FENCE (REMOVE) LF 4,500.00 4.620,00 $0,50 $60.00 530 001 DRIVEWAYS (CONC) (4") SY 782.00 991.98 $60,00 S12,598.80 530 002 DRIVEWAYS (CONC) (6") SY 4,70S.00 5.939.52 $68.00 S83,743,36 531 004 CONC WHEELCHAIR RAMPS (411) TYPE 9 EA 2.00 4.00 $2,503.50 $5,007,00 618 003 3" PVC SCHD 40 CONDUIT (TRAFFIC SIGNAL) LF 1.170,00 1.197.00 $19.00 $513,00 636 001 ALUMINUM SIGNS (TYPE A) SF 62.00 82.24 $33.00 $667.92 662 003 24" (W) (SLID) REMOVABLE) LF 357,00 397.00 $3.45 $138,00 662 004 4" (Y) (SLD) (REMOVABLE) LF 39,268,00 40,389.00 $0.53 $593,60 666 001 REEL PAV MRK TY I (Y) 4" (SLD)(1001VM) LF 18,511.00 20,523.00 $0.52 $1,046.24 666 002 REFL PAV MRK TY 14" (BKR)(100MLL) LF 205.00 615.00 S0.70 $287.00 666 003 REFL PAV MILK TY I (W) 4" BRK)(I00MIL) LF 4,095.00 4.880.00 S0,63 $494,55 666 004 REFL PAV MRKTY I (W) 6"(SLD)(I00MIL) LF 1,029.00 1,095.00 $0,80 $52,80 666 007 REFL PAV MRK TY I (W) (WORD) LF 100 14.00 $120.00 $1,440,00 666 009 REFL PAV MRK TY I (W)(ARROW)(I OOMIL) EA 18.00 20,00 $115,00 V.a0.00 666 010 REFL PAV MRK TY It (Y) 4" (SLID) LF 19,511.00 20,523.00 $0.37 a J44.44 666 011 REFL PAV MRK TY 11 (Y) 4" (BRK) LF 205.00 615,00 $0,42 $172.20 666 012 REFL PAV MRK TY 11 (W) 4" (.BRK) LF 4,095.00 4.980.00 $0.42 S329.70 666 013 REFL PAV MRK TY 11 (W) 61- (SLD) LF 1,029,00 1,095,00 $0.77 $50,82 666 015 REFL PAV MRK TY H (W) (24") (SLD) LF 45.00 531,00 $2.60 $1,263,60 666 016 REFL PAV MRK TY 11(WORD) EA 2.00 14.00 $220.00 S2,640.00 666 017 REFL PAV MRK TY 11 (W) (ARROW) EA 18.00 20.00 $36.50 $73.00 678 002 PAV SURF PREP FOR MRK (4") LF 22.811,00 26.223.00 $0,12 $409.44 678 002 PAV SURF PREP FOR MRK (6") LF 1.029.00 1.095.00 $0.27 $17.S2 678 004 PAV SURF' PREP FOR MRK (24") LF 45,00 531.00 $3,02 $1,467.72 679 005 PAV SURF PER.P FOR, MRK (WORD) EA 2.00 14.00 $47.00 $564.00 678 006 PAV SURF PREP FOR MRK (ARROW) EA 19.00 20,00 $31,50 $63.00 801 001 FCTRNiSH & INSTALL 6"X6" MJ TEE, COMPLETE IN PLACE, TNCLUDTNG LABOR A S .1 TE MATERIALS E'4 2.00 5.00 S250.00 $750,00 801 002 FURNISH & rNSTALL 8°X8" MJ TEE COMPLETE IN PLACE TN L DTN LAB R I M A EA 6.00 10.00 $335.00 $L340.00 801 006 (CHANGE ORDER NO.07) FURNISH 8-- INSTALL 8" M] EA ADDAPTER COMPLETE TN PLACE INCLUDING LABOR 10.00 11.00 $215.00 S225.00 801 009 FURNISH & INSTALL 8" HYMAX ADAPTER, COMPLETE IN PLACE INCLUDING LASO ASSOCIATED MATERIALS 12.00 14,00 SI,275,0D S2,550,00 801 009 FURNISH & INSTALL 811X6" MJ REDUCER, COMPLETE IN PLACE, TNCLUDTNG LAB R ASEQQATED MATERYALS EA 2,00 3.00 $175,00 S175.00 901 015 FURNISH &INSTALL 6" MJ WITH 45 DEGREE BEND CQMPLETF- IN PLAT 1NCL. ING LABOR ASSOCIATED EA 12.00 22.00 $165.00 $1,650.00 908 001 FURNISH & INSTALL FIRE HYDRANT ASSEMBLY, EA COMPLETE IN PLACE~ OF THE AMERI AN DARLING B- 11.00 14,00 S3,545.00 $10,635.00 808 002 REMOVE &SALVAGE EXITING FIRE HYDRANT ASS BLY MP T IN P WIT S EA' 5.00 10.00 $500.00 $2.500.00 810 OQ3 7TN FURNISH & INSTALL 6" VC CLASS 150-C-900 PVC WATERLINE COMPLETE IN PLA E .LURING ALL LF 1,357.00 i's13,00 $87.63 $13,670.28 fl10 004 (CHANGE ORDER NO.07) FURNISH & INSTALL S" VC CLASS ISO-C-900 PVC WATERLINE COMPLETE IN PLACE LF 8.562,00 9.111,00 S89.83 $49.316.67 811 001 FURNISH INSTALL 6" RESILENT WEDGE GATE VALVE & VALVE BOX AS PE SE .T1Q 805 A 811 EA 9.00 19.00 S935.00 $9,350,00 811 002 FURNISH & INSTALL 8" RESILIENT WEDGE GATE VALVE &VALVE ROX . AS PER FCTTONS 805 AND 811 OF TBE EA 35.00_1 39,00 $1,260.00 $5,040,00 SUBTOTAL $431,551.10 DELETE 168 001 VEGETATIVE WATERING Mir 649.00 371.00 $42A0 411,676,00 247 00.1 FLEX BASE (TY A) (GR 2) (8")(DC) ASPHALT TRANSITIONS SY 1,389.00 1.141.40 $23.00 -$6,932.80 340 001 ° -" TONS 595.00 214,03 $125.00 -$47,621.25 360 001 CONC PAV (8") (CL P) SY 11.914.00 11.669.30 S63.00 415,479.10 360 002 CONC PAV (10") (CL P) SY 51.363.00 48.323.36 $64.00 -$194,536.96 360 003 CONC PAV (10") (HES} SY 2,900.00 2,743,52 $76.00 -$11,842,48 464 003 RCP 24u LF 3.314.00 3229,00 $35,00 -$2,975.00 465 001 MANHOLES (COMPLETE) ( TY A) EA 46,00 45.00 $7,810.00 47.810.00 529 001 CONC CURB (TY 11) (MONO) (CL A) (6") LF 25.451,00 22.686.00 $4.30 -$3,28950 531 001 CONC SIDEWALKS (411) SY 7,454,00 7,372.94 $35.40 -S2,869.52 531 003 CONC WHEELCHAIR RAMPS (41') TYPE 7 EA 34.00 32,00 $1,482.94 -S2,965,88 531 005 CONC WHEELCHAIR RAMPS (4") TYPE 10 EA 22,00 21.00 $1,996.54 41,996,54 644 001 RELOCATE SM RD SN SUP & AM EA 55.00 19.00 S250.00 -S9,000,00 662 001 4" (W) (SLD) REMOVABLE LF 27,61100 23.955.00 $0.54 -SI,974,78 662 002 8" (W) (SLD) REMOVABLE) LF 1,077,00 326.00 $1,10 -$826.10 662 005 ARROW (W) REMOVABLE EA 10,00 2.00 $69,00 -$552.00 662 006 WORD (W) REMOVABLE BA 10.00 zoo $69,00 -$552,00 666 005 REFL PAV MRK TY 7 (W) 12" (S LD)(I OOMIL) LF 4.532.00 3.790.00 $2.30 -$1,706,60 666 006 REFL PAV MRK TY I (W) 24" (SLD)(I OOMIL) LF 45.00 531,00 $6.35 $3,086, 10 666 014 REFL PAY MRK TY H (W) 12` (SLD) LF 4,532.00 4,264,00 $1.35 4361.90 677 001 REMOVE PAVEMENT MARKINGS LF 30,000.00 10,847.00 $0,44 48,427.32 678 003 PAV SURF PUP FOR MRK 0 2") LF 4.532.00 4.264.00 S038 -$101 . 84 4640 1 1 5" CPP AASHTO M33 0 (DUAL GASKET) LF 8.00 0,00 $150.00 41,200.00 9999 004 JOINT REPAIR (PIPE) 8" - 43" RC? EA 12.00 3,00 $500,001 -$5,400.00 801 003 FURNISH &INSTALL 8`X6` MI TEE COMPLETEIN PLACE, INCLUDING LABOR ASSOCTATED MATERIALS AND EA 10,00 9.00 S310.00 -$620.00 801 004 FURNISH k, INSTALL VX8" MJ CROSS, COMPLETE IN PLACEWC3, T)TN('tLAB!2E.ASS OCTATFDMATERTAI,S ,U EA 5.00 2.00 S400.00 -$1,200.00 801 007 FURNISH &I INSTALL 6" MJ ADAPTER, COMPLETE IN PLACE. INCLUDtN-Q 1,88012, ASSOCIATED MATERIALS EA 6,00 4.00 $165.00 -$330.00 801 010 FURNISH &I INSTALL SOXT' MJ TAP, COMPLETE IN PLACE, INCLUDIN Or LABOR ASSOCIATE) MATERIALS EA 2,00. 0.00 $150.00 -$300.00 801 012 (CHANGE ORDER NO.07) FURNISH & INSTALL 8" MJ WITH 45 DF(-yRFE BEND- MPFTTN PT ACF EA 42.00 32.00 5225.00 -$2,250.00 801 013 (CHANGE ORDER NO.07) FURNISH & INSTALL S` MJ WITH 22,5 DEGREE BENID, CO�RLET-E IN PLACE, EA 4.00. 2,00 S225.00 -$450,00 $01 014 FURNISH & INSTALL 8` MJ WITH 11.25 DEGREE BEND COMPLETE IN PLACE. TNCLUDM LABQR. A.S90CIATED EA 2.00 0,00 $210.00 -$420.00 BIG 002 (CHANCE ORDER NO,6) FURNISH & INSTALL 2"" vc ,I A. 50-C-900 PVC W6TFa1,TNF E , -COMPT, -TE TN PLACE, LF 800.00 651.0 0: S15= -$2,235.00 BIG 006 FURNISH AND INSTALL TEMPORARY FIRE PROTECTION, COMPLETE IN PLACE, TNCLUDINGALL SIZE(SI LF 500.00 0,00 $25.50 -$12,750,00 2505 002 FURNISH & INSTALL 2" H DPE PE3409 SDR-9, 200 PST LONG jrDF. SERVICE, CONNECTIONS. TNCLUDINa EA 14.00 6,00 49,600.00 2505 003 FURNISH & INSTALL I" HDPS PE3403 SDR-9,200 PSI SRORT SIDE SERVIE, QQNNE f.TJQN-,;. TN` .Q.LUI)NG EA 279.00 46.00 .$1,200.00 $475,00 4110,675,00 2505 004 FURNISH & INSTALL V HDPE PE3409 SDR-9,200 PSI LONQ ONNE LU- ING ,- - - STDE SE9VICE C , CTIONS INC D EA 91.00 41,00 $580.00 -$29,000.00 2505 005 REMOVE & REPLACE EXISTING AIR RELASE VALVA 16ED PIPE, CMECTION TQ EXTqTINC, MAIN A MET R EA 4.00 0.00 $1,525,00 -S6,100.00 SUBTOTAL -$512,991. 7 TOTAL AMOUNT OF THIS CHANGE ORDER: -$81,440.27 ORDE DED*T THE ONTRACT.TIMEBYTWS-CAANGE DA ORIGINAL CONTRACT AMOUNT- $ 15,984,397.88_ NET FROM PREVIOUS CHANGE ORDERS: $ 546,711.04 TOTAL AMOUNT OF THIS CHANGE ORDER: (91,440,27) PERCENT OF THIS CHANGE ORDER: -0.51% TOTAL PERCENT CHANGE ORDER TO DATE: 2,91% NEW CONTRACT AMOUNT: $ 16,449,6%65 ORIGINAL CONTRACT TIME: 1005 Calendar Days ADDITIONAL CONTRACT TIME PER PREVIOUS CHANGE ORDERS*. 587 Calendar Days ADDITIONAL CONTRACT TIME PER THIS CHANGE ORDER- 0 Calendar Days REVISED CONTRACT TIME: 1592 Calendar Days CONDITION OF CHANGE: . "Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated in this Changt. Order represents full compensation for all increases and decreases in the cost of, and the time required to perform the entire work under the contract arising directly or indirectly from this Change Order and all previous Change Orders, Acceptance of this waiver constitutes an agreement between Owner and Contractor that the Change, Order represents an all inclusive, mutually agreed upon adjustment to the Contract, and that Contractor will waive all rights to file a claim on this Change Order after it is properly executed," ACCEPTED BY: ALLCO CONTRACTING, INC. DATE CONTRACTOR iRE-VIE ED 0 BY. AMALIA VILLARREAL, P.E., CFM DATE CITY ENGINEER APPROVED BY: KYLE HAYES DATE CITY MANAGER P WP A RIE BY: DIRECTOR OF PUBLIC WORKS AND TECHNOLOGY SERVICES AAT E- D B Y.- �.ajp" -iINA BROUSSARD DATE CITY CLERK