HomeMy WebLinkAboutPR 19390: HWY 87 WATER SYSTEM IMPROVEMENTS FROM KEITH LAKE TO SABINE PASS STANDPIPE PROJECT e
Energy w
City of coy P.R. No. 19390
Q A 0.5/16/16 updated ds/gt
o r
t r t h rt �T
Texas
INTEROFFICE MEMORANDUM
UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION
Date: May 16, 2016
To: Brian McDougal, City Manager
From: Jimmie Johnson, Ph.D., Director of Utility Operations
RE: Proposed Resolution No. 19390
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, has approved the final pay, Invoice
No. 15, in the amount of$165,120.96.
Staff Analysis, Considerations:
None.
Recommendation:
I recommend that the City Council approve Proposed Resolution No. 19390 authorizing the
City Manager to pay final invoice of $165,120.96 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.
Bucket Considerations:
Account No. 429-1258-532.59-00, Project No. WSI002
P.R. No. 19390
05/16/16 updated ds/gt
RESOLUTION NO.
A RESOLUTION AUTHORIZING ACCEPTANCE OF
THE ENGINEER'S CERTIFICATE OF COMPLETION,
CONTRACTOR'S CERTIFICATE AND RELEASE AND
CONTRACTOR'S CERTIFICATE OF GUARANTEE FOR
THE HIGHWAY 87 WATER SYSTEM IMPROVEMENTS
FROM KEITH LAKE TO SABINE PASS STANDPIPE
PROJECT AND AUTHORIZING THE CITY MANAGER
TO SIGN THE CERTIFICATE OF ACCEPTANCE ON
BEHALF OF THE CITY OF PORT ARTHUR, TEXAS,
AND APPROVAL OF FINAL PAYMENT IN THE
AMOUNT OF $165,120.96, ACCOUNT NO. 429-1258-
532.59-00, PROJECT WSI002.
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. 19390
5/16/16 updated
Page 2 of 4
contract price increase of $79,675.00, increasing the contract amount to $3,597,522.89, 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 to a new total of$3,566,308.89; and,
WHEREAS,the project engineer, Arceneaux Wilson& Cole LLC, recommends
proposed Change Order No. 11 (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"; and,
P.R. No. 19390
5/16/16 updated
Page 3 of 4
WHEREAS, the retainage for this project is five percent (5%) of the work completed
and billed, and the project engineer, Arceneaux Wilson & Cole LLC approves final payment to
Allco, L.L.0 in the amount of$165,120.96 (see attached).
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, the attached Certificate of Acceptance and
authorize final payment of$165,120.96 to ALLCO, L.L.C.; 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 , 2016 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
P.R. No. 19390
5/10/16 ds
Page 4 of 4
ATTEST: APPROVED AS TO FORM:
Sherri Bellard Valecia Ti no
City Secretary City Att• ey
APPROVED FOR ADMINISTRATION:
Brian McDoug. Clifton Williams, CPPB
City • anag- Acting Purchasing Manager
,wI-
Jim ie Johnson, Ph.D.
Assistant City Manager
APPROVED AS TO AVAILABILITY OF FUNDS:
Jerry Dale, GFOA/CPA 0410
Director of Finance
Exhibit "A"
(AW&C Final Payment, Invoice# 15)
AWC EngineeringSurveyng
Arceneaux Wilson & Cole LLC
Planning
Consulting Engineers
2901 Turtle Creek Drive, Suite#320 Port Arthur, TX 77642
Phone: 409-724-7888 Fax: 409-724-1447
www.awceng.com
LETTER OF TRANSMITTAL
DATE: May 16, 2016 PROJECT NO.: CPA-705
TO: City of Port Arthur ATTENTION: Clifton Williams. CPPB
444 4th Street
Port Arthur, TX 77640 RE: SH. 87 Water Improvements from Keith
Lake to Sabine Pass Standpipe
WE ARE SENDING YOU ❑ Attached ❑ Under Separate Cover Via: Hand Delivery The following items:
❑✓ Memo ❑ Monthly Invoice ❑ Plans ❑ Construction Documents
❑ Letter ❑ Change Order No. ❑ Form ❑✓ Other Revised Final Payment
COPIES DATE DESCRIPTION
4 5/16/2016 Revised Contractor's Certificate&Release �
1 5/16/2016 Revised Recommendation for Final Payment&Release of Ratainage (� ic.e,L)
THESE ARE TRANSMITTED as checked below:
❑✓ For approval ❑ Approved as submitted ❑ Resubmit _ copies for approval
❑ For your use ❑ Approved as noted ❑ Submit copies for distribution
❑ As requested ❑ Returned for corrections ❑Submit corrected prints
❑ For review and comment Execute and return original
RECEIVED BY:
COMMENTS:
Melanie Theriot
COPY TO: SIGNED:
__
fc. awn
NMARCENEAUX WILSON&COLE
engineering I surveying I planning
May 16, 2016
Dr. Jimmie Johnson
Director of Water Utilities
CITY OF PORT ARTHUR
444 Fourth Street
Port Arthur, Texas 77641
RE; RECOMMENDATION for FINAL PAYMENT and RELEASE of RETAINAGE
Water System Improvements from Keith Lake to Sabine Pass Standpipe TO SERVE the City
of Port Arthur
Job No. CPA-705
Dear Dr. Johnson
Attached for your records are the project completion documents for the Water System
Improvements Project. These documents include the Engineer's Certificate of
Completion, Contractor's Certificate of Guarantee, and the Contractor's Certificate
of Release.
These documents were executed showing a balance due the Contractor from the City.
This balance is the retainage withheld from the monthly estimates as well as any
payments due from completion of work. As stipulated in the contract documents the
retainage for this project is five percent (5%) of the work completed and billed. It is our
recommendation that the retainage held by the City be released to the Contractor and
final payment made. This will result in a final payment to ALLCO, LTD. from the City of
Port Arthur in the amount of One Hundred Sixty Five Thousand One Hundred
Twenty Dollars and Ninety Six Cents ($165,120.96). Should you have any questions
or require further information please do not hesitate to contact me at 409-724-7888.
Sincerely,
�eestan Cole, P.E.
Vice President
Attachments: Engineer's Certificate of Completion
Contractor's Certificate of Guarantee
Contractor's Certificate and Release
Final Pay Estimate No. 15
409.724.7888
2901 Turtle Creek Dr.,Suite 320
Port Arthur,TX 77642 Engineering Surveying
awceng.com F-16194 10194049
CONTRACT FOR CONSTRUCTION
OF
WATER SYSTEM IMPROVEMENTS FROM KEITH LAKE TO SABINE PASS STANDPIPE
TO SERVE
CPA-705
CONTRACT NO.1
OWNER: City of Port Arthur CONTRACTOR: ALLCO
444 4th Street P.O. Box 3684
Port Arthur,TX 77642 Beaumont,TX 77704
AW&C Job No. CPA-705 Date: May 16,2016
AW&C Construction Phase No. CPA-706 Invoice Period: 11/23/2015 - 11/23/2015
Monthly Invoice No. 15(FINAL) Contract Date: May 29,2014
Contract Amount $3,373,385.00 Notice to Proceed: June 2,2014
Change Orders: $ (70,966.11) Contract Time: 270 Calendar Days
Change Order No. 1 $ 144,462.89
Change Order No. 2 $ -
Change Order No. 3 $ -
Change Order No.4 $ -
Change Order No. 5 $ -
Change Order No. 6 $ 79,675.00
Change Order No. 7 $ -
Change Order No. 8 $ 10,880.00
Change Order No. 9 $ -
Change Order No. 10 $ (42,094.00)
Change Order No. 11 $ (263,890.00)
Total Contract Amount $3,302,418.89 Approved Time Extensions: 89 Days
Amount Placed to Date: $3,302,418.89 Revised Contract Time: 359 Calendar Days
Material on Hand Not Days to Date: 427 Days
in Place: $ -
Subtotal: $3,302,418.89 Original Completion Date: February 26,2015
Less 0%Retainage: $ - Revised Completion Date: May 26, 2015
Balance: $3,302,418.89 Percent Time Used:* 100%
Less Amounts on
Previous Invoices: $3,137,297.93 Percent Complete:* 100%
TOTAL AMOUNT DUE $ 165,120.96
TEXAS REGISTERED ENGINEERING FIRM *Percent Time Used based on Substantial Completion Date
* 16194 * 7.2015_
Recommended for Approval: ' 02E. re'',
psi+*e3 0 •�"y�'
1� q,
KEESTAN X. COLE ;1
tti '114225 o;
r
Keestan Cole, PE [SEAL]
MONTHLY INVOICE NO. 15
WATER SYSTEM IMPROVEMENTS FROM KEITH LAKE TO SABINE PASS STANDPIPE
CITY OF PORT ARTHUR
CPA-705
CONTRACT NO. 1
May 16, 2016
Quantity Total
Item Description of Bid Item Approx. Unit This Quantity To Unit Price Amount This Total Amount To Date
QTY Estimate Date Estimate
Base Bid Items
1. Mobilization 1 L.S. 1 $ 100,000.00 $ - $ 100,000.00
2. 16-Inch PVC,C-905 11 15678 L.S. 15678 $ 51.50 $ - $ 807,417.00
3. 16-Inch Gate Valve&Box 13 L.F. 13 $ 5,980.00 $ - $ 77,740.00
4. 20-Inch, DR-11 HDPE 6.1° 11087 EA. 11087 $ 178.00 $ - $ 1,973,486.00
5. 20-Inch Gate Valve&Box 1 EA. 1 $ 11,650.00 $ - $ 11,650.00
6. Tunnel Contruction with 24-Inch Steel Casi 160 L.F. 160 $ 201.50 $ - $ 32,240.00
7. 3-Inch Air Release Valve with Manhole 12 EA. 12 $ 5,030.00 $ - $ 60,360.00
8. Fire Hydrant Assembly 8 EA. 8 $ 4,430.00 $ - $ 35,440.00
9. Design of Trench Safety System 10 L.S. $ 500.00 $ - $ -
10. Trench Safety System.All Depths 1t 15678 L.F. 15678 $ 1.00 $ - $ 15,678.00
11. Traffic Control 1 L.S. 1 $ 7,800.00 $ - $ 7,800.00
Supplemental Items
12. Extra-Bank Sand 10 C.Y. $ 20.00 $ - $ -
13. Extra Class"A"Concrete 10 C.Y. $ 150.00 $ - $ -
14. Extra-Cement Stabilized Sand 1° C.Y. $ 40.00 $ - $ -
15. Well Point 10 11 L.F. $ 30.00 $ - $ -
16. 16-Inch Gate Valve&Box t0 EA. $ 7,500.00 $ - $ -
17. 16-Inch Ductile IronRestrained Joint Tee 10 EA. $ 1,200.00 $ - $ -
18. Extra 90 Degree, 16-Inch Fittings 10 EA. $ 700.00 $ - $ -
19. Extra 45 Degree, 16-Inch Fittings 10 9 EA. 9 $ 600.00 S - $ 5,400.00
Change Orders
Change Order No. 1
20. Change in Pipe Material Pricing 1 L.S. 1 $ 144,462.89 $ - $ 144,462.89
Change Order No.6
21. Change in 30-Inch, DR-11 Pipe Material Pr 420 L.F. 420 $ 27.00 S - $ 11,340.00
22. Change in Fire Hydrant Assembly Pricing 5 EA. 5 $ (1,285.00) S - $ (6,425.00)
Change Order No.8
Modify Existing Chain Link Fence at the
23_ Standpipe in Sabine Pass 1 L.S. 1 $ 10,880.00 5 - $ 10,880.00
Change Order No. 10
Additional Materials,Work and Labor for
24. the Crossing at Broadway 1 L.S. 1 $ 14,950.00 S - $ 14,950.00
TOTAL $ - $ 3,302,418.89
6 Change Order No.6
10 Change Order No.10
11 Change Order No.11
CONTRACTOR'S CERTIFICATE AND RELEASE
FROM: ALLCO,LLC
(Name of Contractor)
TO: CITY OF PORT ARTHUR
(Owner)
REFERENCE CONTRACT NO. CPA-705,Contract No. 1 ENTERED INTO THE 5TH
DAY OF NOVEMBER,2013 ,BETWEEN THE CITY OF PORT ARTHUR
AND ALLCO,LLC
(Name of Contractor)
OF BEAUMONT lEXAS
(City) (State)
FOR THE STATE HIGHWAY 87 WATER SYSTEM IMPROVEMENTS
(Name of Project)
KNOW ALL MEN BY THESE PRESENTS:
1. The undersigned hereby certifies that there is due from, and payable by, the Owner to the
Contractor under the contract and duly approved Change Orders and modifications the balance of
One Hundred Sixty Five Thousand One Hundred Twenty Dollars and Ninety Six Cents
(165,120.96)
2. The undersigned further certifies that in addition to the amount set forth in Paragraph 1, there are
outstanding and unsettled the following items which he claims are just and due and owing by the
Owner to the Contractor.
(a)
(b)
(c)
(d)
(Itemize claims and amounts due) (If none,so state)
3. The undersigned further certifies that all work required under this contract, including work required
under Change Order(s)numbered 1-11 , has been performed in accordance with the terms
thereof, and that there are no unpaid claims for materials, supplies, or equipment and no claims of
laborers or mechanics for unpaid wages arising out of the performance of this contract, and that the
wage rates paid by the Contractor were in conformity with the contract provisions relating to said
wage rates.
1
4. Except for the amounts stated under Paragraphs 1 and 2 hereof, the undersigned has received from
the Owner all sums of money payable to the undersigned under, or pursuant to, the above
mentioned contract or any modifications or change thereof.
5. That in consideration of the payment of the amount stated in Paragraph 1 hereof, the undersigned
does hereby release the Owner and Operator from any and all claims arising under or by virtue of
this contract, except the amount listed in Paragraph 2 hereof due from the Owner; provided,
however, that if for any reason the Owner does not pay in full the amount stated in Paragraph 1
hereof; said deduction shall not affect the validity of this release,but the amount so deducted shall
be automatically included under Paragraph 2 as an amount which the Contractor has not released
but will release upon payment thereof. The Contractor further certifies that upon the payment of the
amount listed in Paragraph 2 hereof, and of any amount which may be deducted from Paragraph 1
hereof, he will release the Owner and Operator from any and all claims of any nature whatsoever
arising out of said contract or modification thereof, and will execute such further releases or
assurances as the Owner and Operator may request.
IN WITNESS WHEREOF,the undersigned has signed and sealed this instrument this 13TH day
of MAY ,20 16.
` � ALLCO
[sEAL���`�� '�•.0 O••Z•(
,�
E %.:(") (Contractor)
,ABY: ti .l*
S.•. (Signa re and Title of officer) T.W. HARRISON PRESIDENT
•
T.W. HARRISON , being first duly sworn on oath, deposes and says, first, that
(Affiant)
he is the PRESIDENT of ALLCO
(Title) (Name of Company)
second,that he has read the foregoing certificate by him subscribed as PRESIDENT
(Title)
of A'�
(Name of Company)
Affiant further states that the matters and things stated herein are true.
(Affiant)
Subscribed and sworn to before me this 13TH day of MAY
20 16t pPY pG MARY BETH DELORD
Notary Public,State Of Texas/
N9'm. My Commission Expires /
My commission expires FOFw 04-12-2019
`Ma�� 1
(Notary PublicU
2
City of Port Arthur, Texas
Department of Utility Operations
CERTIFICATE OF ACCEPTANCE FOR
HIGHWAY 87 WATER SYSTEM IMPROVEMENTS FORM
KEITH LAKE TO SABINE PASS STANDPIPE PROJECT IN
THE CITY OF PORT ARTHUR
To: ALLCO, L.L.C.
This document is to certify that the City of Port Arthur, Texas accepts the completion of
Highway 87 Water System Improvements from Keith Lake to Sabine Pass Standpipe
Project on the basis of the City of Port Arthur, Texas Utility Operations Department, the
Engineer's Certificate of Completion, the Contractor's Certificate and Release, and
Contractor's Certificate of Guarantee from ALLCO, L.L.C.
Brian McDougal
City Manager
ATTEST:
Sherri Bellard
City Secretary