Loading...
HomeMy WebLinkAboutPR 19719: 18TH STREET IMPROVEMENTS PROJECT- CLOSEOUT Eneno ort rthur www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: June 8, 2017 To: The Honorable Mayor and City Council Through: Brian McDougal, City Manager From: Armando Gutierrez, Jr., P.E., Director of Public Works RE: P.R. 19719 — 18th Street Improvements Project-Closeout Introduction: Completion of the 18th Street Improvements Project from Stilwell Blvd. to Fort Worth Avenue (approximately 5400 linear feet). Background: That McInnis Construction, Inc. has completed the project satisfactorily and has been accepted by the City. History: • Original Contract Amount: $2,781,583.85 • Revised Contract Amount: $3,414,924.59 • Original Contract Start Date: October 1, 2014 • Original Contract Substantial Completion Date: June 27, 2015 • Revised Contract Substantial Completion Date: November 22, 2016 • Actual Substantial Completion Date: December 15, 2016 Budget Impact: Funds are available in the following account: 144-1201-532.59-00, GLO Round 2.1 Program, Project No. I21118T "Remember,we are here to serve the Citizens of Port Arthur" P.O. Box 1089 x Port Arthur,Texas 77641-1089 x 409.983.8101 x FAX 409.982.6743 Recommendation: Approval of P. R. No. 19719 authorizing the acceptance of Change Order No. 6 for - $14,940.58, final invoice of $19,704.89, the retainage of $170,746.23, the Engineer's Certificate of Completion from Keeston Cole, P.E. of Arceneaux, Wilson and Cole, the Contractor's Certificate of Guarantee, the Contractor's Certificate and Release and the Certificate of Construction Completion (Form 6-9) to McInnis Construction for the 18th Street Improvements project in Port Arthur, Texas. "Remember.we are here to serve the Citizens of Port P.O. Box 1089 x Port Arthur.Texas 77641-1089 x 409.983.8101 x FAX 409.982.6743 P.R. 19719 06/06/17 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 6 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND MCINNIS CONSTRUCTION, INC., OF SILSBEE, TEXAS, FOR THE 18TH STREET IMPROVEMENTS PROJECT, DECREASING THE CONTRACT AMOUNT BY $14,940.58, TO A NEW CONTRACT TOTAL OF $3,414,924.59, ACCEPT THE ENGINEER'S CERTIFICATE OF COMPLETION, CONTRACTOR'S CERTIFICATE OF GUARANTEE, CONTRACTOR'S CERTIFICATE AND RELEASE, AND EXECUTE THE CERTIFICATE OF CONSTRUCTION COMPLETION, AND AUTHORIZE PAYMENT OF THE FINAL INVOICE IN THE AMOUNT OF $19,704.89 AND RETAINAGE IN THE AMOUNT OF $170,746.23. FUNDS AVAILABLE IN GLO ROUND 2.2 PROGRAM, PROJECT NO. I2118T, ACCOUNT NO. 144-1201-532.59-00. WHEREAS, per Resolution No. 14-311, the City Council awarded a contract for the 18th Street Improvements project from Fort Worth Avenue to Stilwell Boulevard to McInnis Construction, Inc., of Silsbee, Texas in the amount of $2,781,583.85 and a contract time of 270 calendar days; and, WHEREAS, per Resolution No. 15-042, the City Council approved Change Order No. 1 to the contract increasing the contract term by twenty one (21) days to a new term of 291 days due to close proximity of an existing 24" waterline; and, WHEREAS, per Resolution No. 15-074, the City Council approved Change Order No. 2 increasing the contract amount by $430,466.00 to a new contract amount of $3,212,049.85 for the replacement of approximately 1,200 LF of existing 24" waterline; and, WHEREAS, per Resolution No. 15-249, the City Council approved Change Order No. 3 increasing the contract amount by $120,378.00 to a new contract amount of $3,332,427.85 and increasing the contract term by 147 days to a new term of 438 days P.R. 19719 Page 2 due to additional work being performed on the replacement of the existing 24" waterline that was not part of the original contract; and, WHEREAS, per Resolution No. 16-088, the City Council approved Change Order No. 4 increasing the contract amount by $95,929.78 to a new contract amount of $3,428,357.63 and increasing the contract term by 256 days to a new term of 694 days due to additional hydro-excavation, materials and traffic control due to additional time; and, WHEREAS, per Resolution No. 16-225, the City Council approved Change Order No. 5 increasing the contract amount by $1,507.54 to a new contract amount of $3,429,865.17 the contract term by 90 days to a new term of 784 days and at no additional cost due to inclement weather; and, WHEREAS, this proposed Change Order No. 6 is for a negative amount of $14,940.58 due to deletion of certain bid items and is the final change order for this project, attached hereto as Exhibit "A"; and, WHEREAS, approval of Change Order No. 06 will decrease the contract amount by $14,940.58 to a new amount of $3,414,924.59; and, WHEREAS, the City of Port Arthur has received for the 18th Street Improvements Project's regular invoice of $19,704.89, attached hereto as Exhibit "B"; and, WHEREAS, the City has received the Engineer's Certificate of Completion from Keeston Cole, P.E. of Arceneaux, Wilson and Cole dated June 5, 2017, attached hereto as Exhibit "C", Contractor's Certificate of Guarantee, Contractor's Certificate and P.R. 19719 Page 4 Release, and the Certificate of Construction Completion (Form 6-9) all dated June 5, 2017 attached hereto as Exhibit "D"; and, WHEREAS, McInnis Construction, Inc. has completed the project satisfactorily and has been accepted by the Public Works Department of the City of Port Arthur, Texas; 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, Change Order No. 06 is herein approved and the City Manager is authorized to execute Change Order No. 06 to the contract between the City of Port Arthur and McInnis Construction, Inc.; and, THAT, Change Order No. 06 decreases the contract amount by $14,940.58 to a new amount of $3,414,924.59; and, THAT, the final regular invoice of $19,704.89 and the 5% retainage of $170,746.23 totaling the final payment of $190,451.12 be made to McInnis Construction, Inc. is approved; 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. 2017 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: P.R. 19719 Page 2 Noes: Derrick Freeman Mayor Attest: Sherri Bellard City Secretary APPROVED 9 TO FORM: APPROVED FOR ADMINISTRATION: \ cifr),_,6`tr' Valecia Tizeno Brian McDougal City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: K \. . cam; PY) j V—e--O CEP Rosie Vela, A, CGFO Interim Director of Finance Armando Gutierrez, Jr., P.E. Director of Public Works Cii on Williams, CPPB Purchasing Manager `. .Amm r ARCENEAUX WILSON&COLE engineering I surveying I planning CHANGE ORDER No. 6 DATE: February 13, 2017 JOB NO. CPA-750 AGREEMENT DATE: July29, 2014 NAME OF PROJECT: 18th Street Improvements from Forth Worth Ave to Stilwell Boulevard OWNER: CITY of PORT ARTHUR CONTRACTOR: McInnis Construction, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Add/Delete to Adjust the following Bid Items to actual quantities used: a. Decrease 656 L.F., Concrete Curb and Gutter (Bid Item No. 15/$7.15/L.F.) $ (4,690.40) b. Decrease 9 EA., Handicap Ramps (Bid Item No. 16/$825.00/EA) $ (7,425.00) c. Decrease 500 LB, Extra Reinforcing Steel (Bid Item No. 30/$1.00/LB) $ (500.00) d. Decrease 20 C.Y., Extra Class "A" Concrete (Bid Item No. 31/$160.00/C.Y.) $ (3,200.00) e. Decrease 20 C.Y., Extra Cement Stabilized Sand (Bid Item No.32/$42.00/C.Y.) $ (840.00) f. Decrease 50 S.Y., Extra 1.5" H MAC (Bid Item No. 33/$35.00/S.Y.) $ (1,750.00) g. Decrease 30 S.Y., Extra 12" Compacted Limestone Subgrade (Bid Item No. 34/$60.00/S.Y.) $ (1,800.00) 409.724.7888 2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Engineering Surveying awceng.com F-16194 10194049 EXHIBIT A Air% aux 'far h. Decrease 2 Ton, Extra Lime for Subgrade Stabilization (Bid Item No. 35/$220.00/Ton) $ (440.00) i. Decrease 60 S.Y., Extra Manipulation of Lime (Bid Item No.36/$30.00/S.Y.) $ (1,800.00) j. Decrease 75 L.F., Extra Concrete Curb and Gutter (Bid Item No. 37/$6.50/L.F.) $ (487.50) k. Decrease 7 L.F.,30" HDPE (Bid Item No. 52/$101.09/L.F.) $ (707.63) I. Decrease 53 L.F.,24" HDPE (Bid Item No. 53/$84.46/L.F.) $ (4,476.38) m. Decrease 52 L.F.,18" HDPE (Bid Item No. 54/$72.88/L.F.) $ (3,789.76) n. Decrease 229 L.F., Lower Main Truck Line (Bid Item No. 63/$13.74/L.F.) $ (3,146.46) o. Mathematical Error on Change Order No.4 for line item k for Bid Item No.12 $ (1,000.00) p. Mathematical Error on Change Order No. 5 for line item d for Bid Item No. 20 $ (0.23) q. Increase 80 L.F.,42" RCP (Bid Item No. 9/$159.50/L.F.) $ 12,760.00 r. Increase 14 L.F., 24" RCP (Bid Item No. 12/$88.00/L.F.) $ 1232.00 s. Increase 1.59 Ton, Lime Subgrade (Bid Item No. 20/$233.20/Ton) $ 370.78 t. Increase 17 L.F., Installation of new 24" C-905 Waterline (Bid Item No. 38/$250.00/L.F.) $ 4,250.00 u. Regrading of Ditch @ 18th Street & Ft.Worth ($2,500.00/L.S.) $ 2,500.00 TOTAL $ (14,940.58) Art imoic Toy CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $2,781,583.85 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $3,429,865.17 The CONTRACT PRICE due to this CHANGE ORDER will be [incrcascd] [decreased] by: $14,940.58 Dollars The new CONTRACT PRICE, including this CHANGE ORDER,will be $ 3,414,924.59 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 270 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDERS (1-5): 784 Calendar Days CURRENT DATE OF COMPLETION: November 22,2016 CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days CURRENT CONTRACT TIME adjusted by CHANGE ORDERS (1-6): 784 Calendar Days The New DATE OF COMPLETION: November 22,2016 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: ARCENEAUX WILSON & COLE LLC [CONTRA OR,OFF ER OR OWNER] McInnis Const uction, INC. ACCEPTED BY. CITY of PORT ARTHUR 1FtAL ,. `7 - °, Texas General Land Office ul 0- Disaster Recovery , ,a ) r. A 4, 7 .f\ .1'A 4:5,,. 30 e \\\....... ' 4aLlsHED tis Construction Contract Change Order Request Form Engineer: Owner(contractor Locality): Contractor: McInnis Construction,INC. Aceneaux Wilson&Cole LLC City of Port Arthur 675 South 4th Street 2901 Turtle Creek Dr.,Suite 320 Silsbee,TX 77656 Port Arthur,TX 77642 444 4th Street Port Arthur,TX 77642 Agreement Date: 7-29-14 Phone No.: 409-724-7888 Phone No.:409-983-8100 Phone No.: 409-860-4459 Date: June 1, 2017 Contract For(Project description): GLO Contract No.: Project Code No.: P21113 12-305-025-6542 18th Street Improvements from Bid Package No.: 1 Fort Worth Ave. to Stilwell Blvd. Change Order No.: 6 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 Decrease 656 L.F., Concrete Curb &Gutter $ (4,690.40) (Bid Item No. 16/$825.00/EA) Decrease 9 EA., Handicap Ramps $ (7,425.00) (Bid Item No. 16/$825.00/EA) Decrease 500 LB, Extra Reinforcing Steel $ (500.00) (Bid Item No. 30/$1.00/LB) Decrease 20 C.Y., Extra Class "A" Concrete $ (3,200.00) (Bid Item No. 31/$160.00/C.Y.) Decrease 20 C.Y., Extra Cement Stabilized Sand $ (840.00) (Bid Item No. 32/$42.00/C.Y.) Decrease 50 S.Y., Extra 1.5" HMAC $ (1,750.00) (Bid Item No. 33/$160.00/S.Y.) Decrease 30 S.Y., Extra 12" Compacted Limestone $ (1,800.00) Subgrade (Bid Item No. 34/$60.00/S.Y.) Construction Contract Change Order Request Form Page 1 of 3 CDBG Disaster Recovery Program July 2014 Decrease 2 Ton, Extra Lime for Subgrade $ (440.00) Stabilization (Bid Item No. 35/$220.00/Ton) Decrease 60 S.Y., Extra Manipulation of Lime $ (1,800.00) (Bid Item No. 36/$30.00/S.Y.) Decrease 75 L.F., Extra Concrete Curb and Gutter $ (487.50) (Bid Item No. 37/$6.50/L.F.) Decrease 7 L.F., 30" HDPE $ (707.63) (Bid Item No. 52/$101.09/L.F.) Decrease 53 L.F., 24" HDPE $ (4,476.38) (Bid Item No. 53/$84.46/L.F.) Decrease 52 L.F., 18" HDPE $ (3,789.76) (Bid Item No. 54/$72.88/L.F.) Decrease 229 L.F., Lower Main Truck Line $ (3,146.46) (Bid Item No. 63/$13.74/L.F.) Mathematical Error on Change Order No. 4 for line $ (1,000.00) item k for Bid Item No. 12 Mathematical Error on Change Order No. 5 for line $ (0.23) item d for Bid Item No. 20 Increase 80 L.F., 42" RCP $ (12,760.00) (Bid Item No. 9/$159.50/L.F.) Increase 14 L.F., 24" RCP $ (1,232.00) (Bid Item No. 12/$88.00/L.F.) Increase 1.59 Ton, Lime Subgrade $ (370.78) (Bid Item No. 20/$233.20/Ton) Increase 17 L.F., Installation of new 24" C-905 $ (4,250.00) Waterline (Bid Item No. 38/$250.00/L.F.) Regrading of Ditch @ 18th Street & Ft. Worth ($2,500.00/L.S.) $ (2,500.00) Increase 80 L.F., 42" RCP (Bid Item No. 9/$159.50/L.F.) $ (12,760.00) Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program July 2014 Change in Contract Price Change in Contract Time (Calendar Days) Original Contract Price: $2,781,583.85 Original Contract Time; 270 days Previous Change Order(s): Net Change From Previous No. 1 to No. 5 $ 648,281.32 Change Orders: 424 days Contract Price Prior to Contract Time Prior to this Change Order: $3,429,865.17 this Change Order: 784 days Net Increase/Decrease of Net Increase/Deer aco of this Change Order: $ 14,940.58 this Change Order: 0 days Contract Price With all Contract Time With all Approved Change Orders: $ 3,414,924.59 Change Orders: 784 days Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date: 22.7% (mm/dd/yy) 11 122/ 2016 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10 / 1 /2014 (mm/dd/yy) 12/ 12 / 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. RECOMMENDE : APPROVED: ACCEPTED* By: By: By: ENGINEER OWNER CONTRACTOR Date: fettf C V /7 Date: Date: g -1-17 Construction Contract Change Order Request Form Page 2 of 3 CDBG Disaster Recovery Program July 2014 JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? 0 Increase 0 Decrease x 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 x No Change 3. Effect on operation and maintenance costs: 0 Increase 0 Decrease x No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? x 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 x No If"Yes", is an Environmental Re-assessment required? 6. Is the Texas Commission on Environmental Quality (TCEQ) clearance still valid?(if applicable) x Yes 0 No 7. Is the TCEQ permit approval still valid? (sewer projects only) 0 Yes ❑ No 8. Are the handicapped access requirements/approval still valid?(if applicable) x Yes 0 No 9. Are other Disaster Recovery contractual special condition clearance still valid? x Yes ❑ 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 2 of 3 CDBG Disaster Recovery Program July 2014 EXHIBIT B RECEIVED CONTRACT FOR CONSTRUCTION JUN 5 2017 OF STORM SEWER SYSTEM IMPROVEMENTS ALONG 18TH STREET TO SERVE Public Works CPA-750 Engineering-City Hall CONTRACT NO.1 OWNER: City of Port Arthur CONTRACTOR: MCINNIS Construction,Inc. 444 4th Street 675 South 4th Street Port Arthur,Texas 77641 Silsbee,TX 77656 AW&C Job No. CPA-750 Date: June 1,2017 AW&C Construction Phase No. CPA-750 Invoice Period: 1/6/2017 - 5/31/2017 Monthly Invoice No. 19 Contract Date: September 4,2014 Contract Amount $2,781,583.85 Notice to Proceed: October 1,2014 Change Orders: $ 633,340.74 Contract Time: 270 Calendar Days Change Order No. 1 $ - Change Order No.2 $ 430,466.00 Change Order No.3 $ 120,378.00 Change Order No.4 $ 95,929.78 Change Order No.5 $ 1,507.54 Change Order No.6 $ (14,940.58) Total Contract Amount $3,414,924.59 Approved Time Extensions: 514 Days Amount Placed to Date: $3,414,924.59 Revised Contract Time: 784 Calendar Days Material on Hand Not $ - Days to Date: 973 Days Subtotal: $3,414,924.59 Original Completion Date: June 27,2015 Less 5%Retainage: $ 170,746.23 Revised Completion Date: November 22,2016 Balance: $3,244,178.36 Percent Time Used: 124% Less Amounts on $3,224,473.46 Percent Complete: 100% TOTAL AMOUNT DUE $ 19,704.89 TEXAS REGISTERED ENGINEERING FIRM * 16194 * ,r•,?'�' 4F re11 ' Recommended for Approval: *��P••'' ••••:;r-q/ *jt� rt,•� /\ % •KEESTAN X. COLE 0 .O, 114225 41 11 o,P ti ciceNsiar.4`• Ott riazt ,o,:. / /Kee an Cole, PE [SEAL] Fi •ontractor MONTHLY INVOICE NO. 19 STORM SEWER SYSTEM IMPROVEMENTS ALONG 18TH STREET CITY OF PORT ARTHUR CPA-750 CONTRACT NO. 1 June 1,2017 Quantity Total Item Description of Bid item App x. Unit This Quantity To Unit Price Amount This Estimate Total Amount To Date Invoice Date Base Bid Items 1. Mobilization 1 LS 1 $ 66,000.00 $ - $ 66,000.00 Roadway Excavation and/or Embankment(60 2. Foot) 42 STA. 42 $ 8,800.00 $ - $ 369,600.00 3. Traffic Control Plan 1 LS _ 1 $ 82,500.00 $ - $ 82,500.00 4. Type"C"Storrs Manhole' EA $ 5,060.00 $ - $ - 5. Type"C"Curb Inlet' EA $ 5,280.00 $ - $ - 6. Modify Existing Inlets to Type"C"Inlet B EA 8 $ 3,300.00 $ - $ 26,400.00 7. Drop Inlets 9 EA 9 $ 3,135.00 $ - $ 28,215.00 8. 48'RCP 1100 LF 1100 $ 176.00 $ - $ 193,600.00 g_ 42"RCP'•6 80 LF 80 80 $ 159.50 $ 12,760.00 $ 12,760.00 10. 36"RCP' LF $ 137.50 $ - $ - 11. 30"RCP' LF $ 110.00 5 - $ - 12. 24"RCP 4 6 14 LF 14 14 $ 88.00 $ 1,232.00 $ 1,232.00 13. 18"RCP' 36 LF _ 36 $ 80.30 $ - $ 2,890.80 14. Seeding 3.5 AC 3.5 $ 1,650.00 $ - $ 5,775.00 15. Concrete Curb and Gutter" 7994 LF 7994 S 7.15 $ - $ 57,157.10 16. Concrete Handicap Ramps 6b 35 EA 35 $ 825.00 $ - $ 28,875.00 17. Concrete Driveways 2005 SY 2005 $ 52.80 $ - $ 105,864.00 _ 18. 4'Wide Sidewalks 1090 LF 1090 $ 26.40 $ - $ 28,776.00 19. 12"Compacted Limestone Subgrade q6 17690 SY 17690 $ 26.24 $ - $ 464,185.60 _ 20. Lime for Subgrade Stabilization 4,6 618 TON 618 $ 233.20 $ - $ 144,117.60 21. Manipulation of Lime' 17725 _ SY 17725 $ 4.24 $ - $ 75,154.00 22. 1.5"HMAC 4 13725 SY 13725 $ 11.00 $ - $ 150,975.00 23. Demolish and Remove Existing Asphalt 13120 SY 13120 $ 6.33 $ - $ 83,049.60 Demolish/Remove Existing Driveways and 24. Sidewalks 42 STA. 42 $ 1,100.00 $ - $ 46,200.00 25. Design of Trench Safety System 1 LS 1 $ 1,650.00 $ - $ 1,650.00 26. Trench Safety System 5970 LF 5970 $ 1.10 $ - $ 6,567.00 27. Inlet Protection 1 LS 1 $ 2,750.00 $ - $ 2,750.00 28. Remove Inlet Protection 1 LS 1 $ 2,200.00 $ - $ 2,200.00 29. Restore Existing Signage 1 LS 1 $ 1,100.00 $ - $ 1,100.00 Supplemental Items 30. Extra Reinforcing Steel 6 LB 5 1.00 $ - $ - 31. Extra Class"A"Concrete 6 CY $ 160.00 $ - $ - 32. Extra Cement Stabilized Sand 6 CY $ 42.00 $ - $ - 33. Extra 1.5"/MAC° SY $ 35.00 $ - $ - 34. 6Extra 12"Compacted Limestone Subgrade 6 30 SY 30 $ 60.00 $ - $ 1,800.00 35. Extra Lime for Subgrade Stabilization 6 TON5 220.00 $ - $ - _ 36. Extra Manipulation of Lime° SY $ 30.00 $ - $ - 37. Extra Concrete Curb and Gutter 6 LF $ 6.50 $ - $ - Change Orders Change Order No.2 • 38. Installation of new 24"C-905 Waterline 6 1197 LF 17 1197 $ 250.00 $ 4,250.00 $ 299,250.00 Water Tie-in on 18th Street @ Stillwell Blvd. 39. 1 LS 1 $ 81,500.00 $ - $ 81,500.00 Water Tie-in on 18th Street @ Charleston 40. 1 LS 1 $ 22,550.00 $ - $ 22,550.00 41. Water Tie-In on 18th Street @Nashville 1 LS 1 $ 24,200.00 $ - $ 24,200 00 42. Fire Hydrant 1 EA 1 5 7,216.00 $ - $ 7,216.00 Change Order No.3 Labor 8 Equipment to Install Temporary 43. Orange Fence 1 L.S. 1 $ 3,200.00 $ - $ 3,200.00 Water Truck and Personnel to Water Road Per 44. Month 6 EA. 6 $ 2,875.00 $ - $ 17,250.00 Dig Up Water Line at 18th Street and Nashville 45. 16 Hrs. 16 $ 299.00 $ - $ 4,78400 Labor,Equipment,and Material to Cut and Cap 46. Two Exsiling 24-Inch Water Lines 1 L.S. 1 $ 6944.00 $ - $ 6,944.00 Labor&Equipment for support work for 47_ McCain Water Works 1 L.S. 1 $ 86200.00 $ - $ 88,200.00 Change Order No.4 . 48 Pre-Cast Type"C"Storm Manholes 20 EA. 20 $ 6893.00 $ - $ 77,860.00 49 Pre-Cast Type"C"Curb Inlet° 34 EA 34 $ 4,414.00 $ - $ 150,076.00 50 42"HOPE° 1500 L.F. 1500 $ 136.51 $ - $ 204,765.00 51. 36"HDPE e 390 L.F. 390 $ 116.91 $ - $ 45,594.90 52. 30"HDPE a 383 L.F. 383 $ 101.09 $ - $ 38,717.47 53. 24"HDPE e'e 384 L.F. 384 $ 84.46 $ - $ 32,432.64 54. 18"HOPE 54 814 L.F. 814 $ 72.88 $ - $ 59,324.32 55. Line Location by Hydrovac and Excavation 1 L.S. 1 $ 5,720.00 $ - $ 5,720.00 56. Removal of 24-Inch Gifford Hill Pipe 20 L.F. 20 $ 24.00 $ - $ 480.00 57. Traffic Control Plan for Water Relocate 1 L.S. 1 $ 91,575.00 $ - $ 91,575.00 - _ 58. Down Time Delays by City Personnel 89 Days 89 $ 731.07 $ - $ 65,065.23 Change Order No.5 59. Price Adjustment from 18"HDPE to 18"RCP 246 L.F. 246 $ 7.42 $ - $ 1,825.32 60. Conflict Structure 3 EA. 3 $ 5,060 00 $ - S 15,180.00 61. Adjust Exisitng Rim 4 EA. 4 $ 4,500.00 $ - S 18,000.00 Work Preformed by contractor for the crossing 82 at Savannah per TXDOT 1 LS. 1 $ 36,197.00 $ - $ 36,197.00 63. Lower Main Truck Line° 1083 L.F. 1083 $ 13.74 $ - $ 14,880.42 64. Changes to Type"C'Manhole 7 EA. 7 $ 463.37 $ - $ 3,243.59 65 Curb InletiThroat Modifications 7 EA, 7 $ 1,000.00 $ - $ 7,000.00 Change Order No.6 66. Regrading of Ditch @ 18th Street&Fl.Worth 1 EA 1 1 $ 2,500.00 $ 2,500.00 $ 2,500.00 TOTAL $ 20,742.00 $ 3,414,924.59 4 Change Order No.4 5 Change Order No.5 6 Change Order No.8 EXHIBIT C 'MAC 44stik)• '. RECEIVED ARCENEAUX WILSON&COLE JUN 5 2017 engineering I surveying I planning Public Works Engineering-City Hall June 1, 2017 Rawetts Baaheth City of Port Arthur 444 4th Street Port Arthur, Texas 77642 RE: RECOMMENDATION for FINAL PAYMENT and RELEASE of RETAINAGE Storm Sewer Improvements along 18th Street AWC NO. CPA-855 Dear Mr. Baaheth: Attached for your records are the project completion documents for the Bluebonnet Improvements Project. These documents include the Engineer's Certificate of Completion, Contractor's Certificate of Guarantee, Contractor's Certificate of Release the Certificate of Construction Completion (Form 6-9)and Invoices No. 19 and No.20. These documents were executed showing a balance due the Contractor from the City. This balance is the amount due for Invoice No. 19 and the retainage withheld from the monthly estimates. 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 McInnis Construction from the City of Port Arthur in the amount of One Hundred Ninety Thousand Four Hundred Fifty-One Dollars and Twelve Cents ($190,451.12). Should you have any questions or require further information please do not hesitate to contact me at 409- 724-7888. Very truly yours, ARCENEAUX WILSON & COLE LLC • �eestan Cole, PE Vice-President Attachments: Engineer's Certificate of Completion Contractor's Certificate of Guarantee Contractor's Certificate and Release Pay Invoice No.19 Pay Invoice No.20 409.724.7888 2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Engineering Surveying awceng.com 10194049 10194049 ENGINEER'S CERTIFICATE OF COMPLETION Project: STORM SEWER SYSTEM IMPROVEMENTS ALONG 18TH STREET Date Of Issuance: Owner(s): CITY OF PORT ARTHUR Owner's Project No.: CPA-750 Contract No. 1 Engineer: ARCENEAUX WILSON & COLE LLC Contractor: MCINNIS CONSTRUCTION This Engineer's Certificate of Completion applies to all Work under the Contract Documents or to the following specified parts thereof: TO CITY OF PORT ARTHUR [OWNER] AND TO MCINNIS CONSTRUCTION [CONTRACTOR] The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor and Engineer, and that Work is hereby declared to be complete in accordance with the Contract Documents on February 7, 2017 DATE OF COMPLETION Executed by Engineer on ,j---ane ,s 2017 M 7i,AOF7 f / ‘ ; t r 0, KEESTAN X. COLE Oe ', 114225 7 BY: 011 - - , .�" --(-- CENEAUX WILSON & COLE LLC 7. -- [SEAL] 1/l EXHIBIT D CONTRACTOR'S CERTIFICATE OF GUARANTEE FROM: MCINNIS CONSTRUCTION TO: CITY OF PORT ARTHUR FOR:STORM SEWER SYSTEM IMPROVEMENTS ALONG 18TH STREET REFERENCE CONTRACT NO.CPA-750 , Contract No.1 ENTERED INTO THE 4TH DAY OF SEPTEMEBER 2014 BETWEEN THE CITY OF PORT ARTHUR AND MCINNIS CONSTRUCTION OF SILSBEE,TEXAS FOR: STORM SEWER SYSTEM IMPROVEMENTS ALONG 18TH STREET KNOW ALL MEN BY THESE PRESENTS: 1. MCINNIS CONSTRUCTION does hereby guarantee all of the work done under the above referenced contract to be free from faulty materials in every particular, and free from improper workmanship, and against injury from proper and usual wear; and agrees to replace or re-execute without cost to the Owner and Operator such work as may be found to be improper or imperfect, and to make good all damage caused to other work or materials,due to such required replacement or re-execution. 2. This guarantee shall cover a period of one (1) year from the date of acceptance of all work under this Contract,as evidenced by the Engineer's Certificate of Completion. 3. This Certificate is given in connection of the final payment under the contract between the Owner and MCINNIS CONSTRUCTION and with the knowledge that it will be relied upon in making such payment and that such payment would not be made except upon the truth of the matter contained in this affidavit. IN WITNESS 'fWHEREOF, the undersigned has signed and sealed this instrument this day of 1�J1M-- .20 i 1 1/2 [CORPORATE SEAL] MCINNIS CONSTRUCTION (Contractor) BY: 4 m\t1 , being first duly sworn on oath, deposes and says, first that he is the ` O to- Y ` -t1 second,that he has read the foregoing certificate by him subscribed as NY.,L " 'lU l Y of MCINNIS CONSTRUCTION Affiant further states that the matters and things stated herein are true. (Affiant) Subscribed and sworn to before me this 1 day of -3tA ,20 . My commission expires 418I \ g (Date) v.';, MEGAN CAMILLE HOYT \VI9A1/4A0. `��4Ptl:.P�a., / ;n Notary Public,State of Texas `t My Commission Expires (Notary Public) "„��o���;,r� April 08, 2018 2/2 CONTRACTOR'S CERTIFICATE AND RELEASE FROM: MCINNIS CONSTRUCTION (Name of Contractor) TO: CITY OF PORT ARTHUR (Owner) REFERENCE CONTRACT NO. CPA-750, Contract No.1 ENTERED INTO THE 4th DAY OF SEPTEMBER 2014 , BETWEEN THE CITY OF PORT ARTHUR AND MCINNIS CONSTRUCTION (Name of Contractor) OF SILSBEE TEXAS (City) (State) FOR THE STORM SEWER SYSTEM IMPROVEMENTS ALONG 18TH STREET (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 Ninety Thousand Four Hundred Fifty-One Dollars and Twelve Cents (190,451.12) 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 1-6 , 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. 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. 1 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 WITNE_S,S WHEREOF,the undersigned has signed and sealed this instrument this day of .JUY\Q, ,20 11-• [SEAL] MCINNIS CONSTRUCTION (Contractor BY: (, &o.S T "/hiAG09 (Si ature a,d Title of Officer) VAV\L-CA\ , being first duly sworn on oath, deposes and says, first, that (Affi nt) he is the C'(Q y L"c 'N\ay ( of MCINNIS CONSTRUCTION (title) (Name of Company) second,that he has read the foregoing certificate by him subscribed as ? O\CO-Ck\OS t( (Title) v of MCINNIS CONSTRUCTION (Name of Company) Affiant further states that the matters and things stated her in ar rue. (Affiant) Subscribed-- ` and sworn to before me this 1 day of �1V1 ,20q . My commission expires _ 1 I v I I B • (Date) `$.st*PG;.,,, MEGAN CAMILLE HOYT \i\ \ACAA...\— s.;:.. 1 Notary Public,State of Texas ,: 4 My Commission Expires (Nota UbIIC) ';;o<i,:, AprIl 08, 2018 2 `�0`� DAVIS-BACON ACT/LABOR STANDARDS Certificate of Construction Completion (Form 6-9) (Revised: 6/5/12) (SUBMIT ONE FOR EACH PRIME CONSTRUCTION CONTRACT) Grantee: MCINNIS CONSTRUCTION Land Office-DR Contract No: DRS225054 This is to certify that a final inspection of the project described below was conducted on the "" day of_ February 2017 , Contract was entered into on the 4thday ofseptember.2014�etween the city/county of Port Arthur/ Jefferson County and MCINNIS CONSTRUCTION for the construction of STORM SEWER SYSTEM IMPROVEMENTS ALONG 18TH STREET This is to further certify that: 1. The work has been completed in accordance with the plans and specifications and all addenda, change orders and supplemental agreements thereto, with the following exceptions: 2. The sum of$ 0.00 , deducted from the final payment to the Contractor is a fair and equitable settlement for the foregoing excepted work. 3. The Contractor has presented on behalf of itself and its sureties, satisfactory evidence that he or she will repair, replace and make good any faulty workmanship and/or materials discovered in the work within a period of 12 months from this date, as provided in the Contract. 4. Amount of Original Contract $ 2,781,583.85 Cumulative Change Orders $ 633,340.74 Final Amount of Contract $ 3,414,924.59 Less Previous Payments $ 3,224,473.46 Less Deductions (from #2 above) $ FINAL PAYMENT (Balance) $ 190,451.12 5. The Final Payment in the amount above is now due and payable. 6. Final Quantities: Activity Code Category Project Name Description Metric(Qty) P-21428-4 Streets STORM SEWER SYSTEM IMPROVEMENTS Install new storm sewer system 5,440 Linear Feet ALONG 18TH STREET and Roadway See Attachment 1 for assistance with completing the above table. Celii��re., Engineer Co actor Chief Executive Officer Vice-President FROG mAINACC . Title Title Title Arceneaux Wilson&Cole McInnis consm,oton Firm Firm City/County of GLO—Disaster Recovery Program Forms Page 1 of 1