Loading...
HomeMy WebLinkAboutRES 22-109RESOLUTION NO. 22-109 WHEREAS, on February 9, 2021, the City Council of the City of Beaumont, Texas, passed Resolution No. 21-034 awarding a contract in the amount of $888,820.27 to McInnis Construction, Inc., of Silsbee, Texas, for the Fleet Management Facility Parking Lot Reconstruction — Phase I Project; and, WHEREAS, on March 31, 2021, the City Manager executed Change Order No. 1, in the amount of $5,105.40, to allow for the proposed concrete to be changed from High Early Strength to Class P; initial rounding error to be corrected to match the callouts on the revised plants; and, the proposed curb to be changed to a monolithic construction method along with deleting a section of the curb, thereby increasing the total contract amount to $893,925.67; and, WHEREAS, on April 27, 2021, the City Manager executed Change Order No. 2, in the amount of $0.00, to make changes to the original contract bid items due to the conditions discovered once construction began and to change the sanitary sewer line from HDPE DR11 to Schedule 40 PVC, thereby having no effect in the total contract amount of $893,925.67; and, WHEREAS, on May 17, 2021, the City Council of the City of Beaumont, Texas, passed Resolution No. 21-125 authorizing the City Manager to execute Change Order No. 3, in the amount of $13,982.40, to make changes to the original contract bid items due to site conditions discovered once construction began, thereby increasing the total contract amount to $907,908.07; and, WHEREAS, on October 11, 2021 the City Manager executed Change Order No. 4, in the amount of $0.00, granting 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 $907,908.07; and, WHEREAS, on November 2, 2021, the City Manager executed Change Order No. 5, in the amount of $$9,634.43, to adjust the estimated quantities to reflect the actual quantity of fixed bollards installed and increase the quantity for the asphalt transition that was needed due to site conditions discovered once construction began, thereby increasing the total contact amount to $917,542.50; and, WHEREAS, Change Order No. 6, in the amount of ($8,494.02), is required 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 amount to $909,048.48; 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. 6, in the amount of ($8,494.02), 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 amount to $909,048.48; and, BE IT FURTHER RESOLVED THAT the Fleet Management Facility Parking Lot Reconstruction — Phase I 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 $85,968.69 to McInnis Construction, Inc., of Silsbee, 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 12th day of April, 2022. G64'd J J""O't- '/ - - Mayor Robin Mouton - Date: April 5, 2022 Project: PW1121-08 Fleet Management Parking Lot Reconstruction Project - Phase I Owner: City of Beaumont Contractor: McInnis Construction, Inc. Change Order No.: 6 FINAL THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adjust the estimated quantifies to reflect the actual quantities. Item No. Item Code Description Unit Original Quantil� New Quantity Change Order Unit Price f", Amount 260 6002 LIME TREAT (HYDRATED LIME (SLURRY)) TONS 157 158.98 439.25 $869.71 330 1 6008 ITURNOUTS (ACP) (TV-D) (64-22) SY 1137 1076 $20.17 41,230,37 9000 1000 Ji REMOVE AND REPLACE FUEL TANK EA 1 0.94454 $188,054.51 410,429.50 810, 100 [PVC PRESSURE WATER PIPE (4-) (C900) LF 478 544 $34.79 $2,296.14 TOTAL AMOUNT OF THIS CHANGE ORDER: -$8,49- 012 NO CALENDAR DAYS WILL BE ADDED TO THE CONTRACT TIME BY THIS CHANGE ORDER ORIGINAL CONTRACT AMOUNT: 888,820.27 NET FROM PREVIOUS CHANGE ORDERS: 28,722.23 TOTAL AMOUNT OF THIS CHANGE ORDER: $ 8,494-02 I PERCENT OF THIS CHANGE ORDER: -0.96% TOTAL PERCENT CHANGE ORDER TO DATE: 2.28% NEW CONTRACT AMOUNT: $ 909,048.48 ORIGINAL CONTRACT TIME: 180 Calendar Days ADDITIONAL CONTRACT TIME PER PREVIOUS CHANGE ORDERS.-- 50 Calendar Days ADDITIONAL CONTRACT TIME PER THIS CHANGE ORDER: 0 Calendar Days REVISED CONTRACT TIME: 230 Calendar Days CONDITION OF CHANgE- "Contractor acknowledges and agrees that the adJ ustments in contract price and contract time stipulated in this Change 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 fights to file a claim on this Change Order after it is properly executed." REVI WED BY-.4s"k, ANALIA VILLARREAL, P.E. DATE CITY ENGINEER APPROVED BY: I A 1 0 CHIZIS BOONE, AICP DATE, INTERIM CITY MANAGER RIC, w) EWE DY: E- trA TINGLE, EIT. DATE PUBLIC WORKS DESIGN MANAGER REVI E BY zz BXR4frBARTkOWIAK V D X' f —E DIRECTOR OF PUBLIC WORKS AND TECHNOLOGY SERVICES ATT S ED BY: It h arvm TINA 13ROTJSSXRD DATE CITY CLERK