Loading...
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