Loading...
HomeMy WebLinkAboutPR 20806: PLEASURE ISLAND BULKHEAD REPLACEMENT PROJECT CLOSEOUT City of Trip —7 is ort rthu www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: May 2, 2019 To: The Honorable Mayor and City Council Through: Rebecca Underhill, Interim City Manager From: Alberto Elefano, P.E.—Interim Director of Public Works RE: PR 20806—Pleasure Island Bulkhead Replacement Project Closeout, Completion and Acceptance. Introduction: The intent of this Agenda Item is for City Council to authorize the City Manager to approve Change Order No. 3 and accept the Engineer's Certificate of Completion, the Contractor's Affidavit of Payment of Debts and Claims, Contractor's Certificate and Release, the Contractor's Certificate of Guarantee for the Pleasure Island Bulkhead Replacement Project and approve the release of retainage of$19,053.12. Background: Crawley's Shoreline Construction of Baytown, Texas was awarded the Pleasure Island Bulkhead Replacement Project$344,755.00. Change Order No. 1, approved by City Council, added two additional days and increased the contract amount by$8,500.00,making the new contract amount$353,255.00. Change Order No. 2, approved by Council, increased the project scope, added twenty-eight additional days and increased the contract by$52,100.00 to the new contract amount of$405,355.00. Change Order No. 3 is a change order to correct the quantities awarded in the original contract, reducing the contract by $24,292.60. The final contract amount in $381,062.40. Budget Impact: Funds are available in account 450-1293-549.89-00 and 450-0000.205.00-00 (retainage): $19,052.12. Recommendation: It is recommended that the City of Port Arthur City Council authorizes approval of P.R. 20806. Attached are the Contractor's Affidavit of Payment of Debts and Claims,Contractor's Certificate of Release,Contractor's Certificate of Guarantee executed by Crawley's Shoreline Construction of Baytown, Texas and the City of Port Arthur's Certificate of Acceptance. "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 P.R. 20806 4/15/2019 mje Page 1 of 4 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO APPROVE CHANGE ORDER NO. 3 TO CORRECT THE QUANTITIES AWARDED IN THE ORIGINAL CONTRACT REDUCING THE CONTRACT AMOUNT BY $24,292.60; AND ACCEPTING THE ENGINEER'S CERTIFICATE OF COMPLETION, CONTRACTOR'S AFFIDAVIT OF PAYMENTS OF DEBTS AND CLAIMS, CONTRACTOR'S CERTIFICATE AND RELEASE, CONTRACTOR'S CERTIFICATE OF GUARANTEE FOR THE PLEASURE ISLAND BULKHEAD REPLACEMENT PROJECT; AND APPROVE THE RELEASE OF RETAINAGE TO CRAWLEY'S SHORELINE CONSTRUCTION OF BAYTOWN, TEXAS IN THE AMOUNT OF $19,053.12 WITH FUNDING AVAILABLE FROM ACCOUNT NO. 450-000-205.00-00. WHEREAS, pursuant to Resolution No. 18-308, City Council awarded a contract for the Pleasure Island Bulkhead Replacement Project to Crawley's Shoreline Construction of Baytown, Texas with the projected budgetary impact of $344,755.00 and a term of 90 calendar days; and, WHEREAS, pursuant to Resolution 18-474, Change Order No. 1 increased the contract price and calendar days by $8,500.00 and two calendar days respectively to a new contract price of $353,255.00 and 92 calendar days; and WHEREAS, pursuant to Resolution 19-045, Change Order No. 2 increased the scope of the project, thereby increasing the contract price and calendar days by $52,100.00 and 28 calendar days, respectively, to a new contract price of $405,355.00 and 120 calendar days; and WHEREAS, the proposed Change Order No. 3 (Exhibit A — Bid Item included) consists of decreasing the contract by $24,292.60 to the correct contract quantities awarded in the original contract to a new contract total of $381,062.40. P.R. 20806 4/15/2019 mje Page 2 of 4 WHEREAS, Crawley's Shoreline Construction Baytown, Texas has completed the contracted project to the satisfaction of the project engineer and the City staff; and, WHEREAS, the City has received the following contract documents and made a part hereof the Contractor's Affidavit of Payment of Debts and Claims (Exhibit B), Contractor's Certificate and Release (Exhibit C), Engineer's Certificate of Completion (Exhibit D), and the Contractor's Certificate of Guarantee (Exhibit E) executed by Crawley's Shoreline Construction of Baytown, Texas; and, WHEREAS, the release of retainage for the project is 5% of the work completed and billed in the amount of $19,053.12 for Crawley's Shoreline Construction of Baytown, 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, the City Manager of the City of Port Arthur is hereby authorized to execute on behalf of the City of Port Arthur Change Order No. 3 (Exhibit A) and the Certificate of Acceptance (Exhibit F) for the completion of the Pleasure Island Bulkhead Replacement Project; and, THAT, the City Manager of the City of Port Arthur is hereby authorize to release the retainage in the amount of $19,053; and, THAT, a copy of the caption of this Resolution No. be spread upon the Minutes of the City Council. P.R. 20806 4/15/2019 mje Page 3 of 4 READ, ADOPTED AND APPROVED this the _ day of , A.D. 2019 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Derrick Ford Freeman Mayor Attest: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: .4 A Co't VTi o Rebecca Underhill Ci 1Attor : Interim City Manager P.R.20806 4/15/2019 mje Page 4 of 4 APPROVED AS FOR AVAILABILITY OF FUNDS: eC,��;L U Kandy D4niel Interim Director of Finance Alberto Elefano, P.E. Interim Director of Public Works LfiA Cli on Williams, CPPB Purchasing Manager EXHIBIT A City Of Port Arthur CirvofPublic Works Engineering ,,,,,,!,\\,,,,i ' 444 4th Street, 3`d Floor City Hall wiliort rthu - T`'`"` Construction Contract Change Order Request Form Owner: Contractor: Engineer: City of Port Arthur Crawley's Shoreline Alberto C. Elefano Construction Phone No.: 409-983-8182 Agreement Date: Phone No.: 409-983-8189 9-04-2018 Phone No.: 281-383-3665 Date:4-16-2019 Contract For: Contract No.: Project Code No.: Pleasure Island Bulkhead PI2018-01 Replacement Bid Package No.: Change Order No.: 03 You are hereby requested to comply with the following changes from the contract plans and specifications: Item No. Description of Changes: Quantities, Units, Unit Decrease in Increase in Prices, Change in Completion Scheduled, Etc. Contract Price Contract Price 4 Pultruded Composite Sheet Pile (25' long) $32,011.40 6 Embankment (Select Fill) (Backfill Cavity $31,000 $31,000 and behind Bulkhead Capping) 5 Reinforced Concrete (Class S) (6") $56,304 5A Reinforced Concrete (Class S) (8") $66,096 5A Reinforced Concrete (Class S) (8") $66,096 Change in Original Contract Price Change in Contract Time (Calendar $24,292.60 (decrease) Days) 28 Days Original Contract Price: $ 344,755.00 Original Contract Time: 90 Calendar Days Previous Change Order(s): Net Change From Previous Change Orders: - No. 01 and 02 $60,600.00 $60,600.00 Contract Price Prior to this Change Order: Contract Time Prior to this Change Order: $405,355.00 92 Calendar Days Net Increase/Decrease of this Change Order: Net Increase Change Order: $24,292.60 28 Days Contract Price with all Approved Change Orders: Contract Time With all Change Orders $ 381,062.40 120 Calendar Days: Cumulative Percent Change in Contract Price (+): Grantee Contract End Date: 18.9 % (mm/dd/yy) 2/02/19 Construction Contract Start Date: Construction Contract End Date: (mm/dd/yy) 10/12/18 (mm/dd/yy) 2/07/19 Reimbursements of costs included in this change order are subject to review by the City Council. * Any work performed prior to approval by the City Council of the City is at Risk. RECOMMENDED: APPROVED: ACCEPTED: By: By: By: ENGINEER OWNER CONTRACTOR Date: Date: Date: JUSTIFICATION FOR CHANGE 1. Will this Change Order increase or decrease the number of beneficiaries? 0 Increase 0 Decrease ✓ 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 ✓ No Change 3. Effect on operation and maintenance costs: 0 Increase 0 Decrease ✓ No Change 4. Are all prices in the change order dependent upon unit prices found in the original bid? ✓ 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 El No If"Yes", is an Environmental Re-assessment required? 6. Is the Texas Commission on Environmental Quality (TCEQ) clearance still valid? (if applicable) N/A 0 Yes 0 No 7. Is the TCEQ permit approval still valid? (sewer projects only) N/A 0 Yes 0 No 8. Are the handicapped access requirements/approval still valid? (if applicable) N/A 0 Yes 0 No 9. Are other Disaster Recovery contractual special condition clearance still valid? N/A 0 Yes 0 No (If no, specify): NOTE: * Generally, a cumulative change in the contract price in excess of 25% cannot be reviewed (18% decrease for counties). • Embankment(Select fill —_ — j behind Bulkhead Ca in em 113 nand 6 62 PP 8) I (Density Controlled) (Complete in Place) IFor_____ 00 I zg _y 56 ae Dollars Cents 3 1,600.1 Tightening of Bots at Floating Docks(E to I) ! '� Anchors at Gangway. (4 to 16 Nuts at 140 Locations)(Tighten 60 foot pounds of 7 1 per Nut) Torque j I For'YwznL. Awa kl+ovia+,1 ie,o /LS /22.1co °� la.) cmj00 ___--- 1 Dollars Cents I 1 TOTAL BASE BID AMOUNT: 2 7g. 475'1 • °° — SG, 304 .____---- d ,35.- ALTERNATE A - Reinforced Concrete(Class S)(8")Parking Lot, t Including Sawing, Sealing, Item 360 TxDot. I 5A 544 1 j j 1 For os< Fwmpt6D'rurnt1 •0nc • ;. fSY 'a 1 . S1 .O 00 !—_J— I Dollars � (oho, OQ6 --- Cents i ?1•05) v.u-M -F. 3 o it .‘-t P,1d, TOTAL ALTERNATE A BID AMOUNT: (Q(o, Oq 00 ADDENDUM NO. 5 D3 BID SCHEDULE NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. ITEMIZED BID ITEMS ADDENDUM NO. 5 Unit Bid Price i Extended i Item Estimate Description of Item Amount Bid ! -- _ _--I No. Quantity (Fill in Unit Price written in words) Dollars Cents Dollars ( Cents Mobilization,Item 500 TxDot I. 1 I For Tuwslvi Tttwua b o ( `• /LS I � ; o oeDollars Cents l �000 . t2►��. (— _ Demolition&Removal of Concrete Pavement, Wooden Bulkhead, Deadman& Wooden 2. I 1 Decking, Item 104&as shown on the plans 60 For Feu¢ % -WADSs+in i tarp /LS 11'41 000 . t t{, DO 00 Dollars Cents Excavation for Extending Trolly Rail to Island, r Item 110 TxDot& as shown on the plans. w 3. 124 For `TvteM.s co /CY 0 ' Dollars s Cents O ' + � yg� o 0 Pultruded Composite Sheet Pile(25' long) } including Concrete Cap,Bulkhead,Concrete ti p • Deadman Anchor& Tie Rods as Shown in 112 g� N 4. 162 Drawings and Manufacture Specifications. • Complete in Place �` o to(0–f. 20 / 140,313 - 1 For 0046 `rro4s'No3,441_se..,TW TLF Dollars ! - - — - Cents j Reinforced Concrete(Class S)(6") Parking Lot, i Including Sawing, Sealing, Item 360 TxDot. ! sq 5. 544 44 For Ori N' uO-Ntei °. cty /SY , 3 . �Jto,3041 a o Dollars Cents 1 D2 EXHIBIT B 225 Jordan Road Phone: 281-383-3665 Baytown,TX 77523 Fax: 281-573-4018 ( eA CONDO.(TIO (\C, Contractor's Affidavit of Payment of Debts and Claims Project:Pleasure Island Bulkhead Replacement Location:520 Pleasure Pier Blvd. Owner: City of Port Arthur,Texas State of Texas, County of Jefferson The undersigned hereby certifies that except as listed below,payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment furnished,for all work, labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or Owner's property might in any way be held responsible or encumbered. Exceptions: Invoice Number:CityPA_INV_05 Signature Printed Name . •01,ctt c Cre,wir.j bate - ��o t c Sworn to and subscribed before me, a Notary Public ThisC21day of i,f4 _ G1� � j Ale / I Notary irk / My commission expires:/11. / MY COMMON EXPIRES 225 Jordan Road Phone:281-383-3665 Beach City,TX 77523 Fax: 281-573-4018 !d s1!0 RELINE LO\:S[Rtt EON I\( Y-383-36 Dy Final Payment Affidavit PROJECT:Pleasure Island Bulkhead Replacement LOCATION:520 Pleasure Pier Blvd OWNER:The City of Port Arthur I CERTIFY:That the work under the above named contract, including all amendments thereto,have been satisfactorily completed;that all the charges or bills for labor or services performed or materials furnished, and other charges against the project, including those by subcontractors, have been paid in full and in accordance with the terms of the contract, that no liens have attached against the property and improvements of Owner by any of the aforementioned on the account of Crawley's Shoreline Construction, Inc.;that no suits are pending by reason of work on the project under the contract;that all Workmen's Compensation claims have been settled and that no public liability claims are pending. Affidavit is made for the purpose of obtaining Final Payment on said contract. Signature Print t3t'rrt ,moi• Title 7trs k Date 1*/241 Sworn to and subscribed before me, a Notary public,this-"'day of , _ Notary Pu My commission expires:/ a'1.4.ro-,r° CAROLYNCRULTY • " MY OOMMISSION EXPIRES :,, ar Nowebor9,2019 EXHIBIT C CONTRACTOR'S CERTIFICATE AND RELEASE FROM: CRAWLEY'S SHORELINE CONSTRUCTION, INC. (Name of Contractor) TO: CITY OF PORT ARTHUR L(Owner) FOR THE CONTRACT ENTERED INTO THE (c DAY OF just-a 30)1 BETWEEN THE CITY OF PORT ARTHUR,TEXAS (Owner) AND CRAWLEY'S SHORELINE CONSTRUCTION, INC. (Name of Contractor) OF 225 JORDAN ROAD, BEACH CITY,TX 77523 (City and State) FOR THE: PLEASURE ISLAND BULKHEAD REPLACEMENT 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: Ninety Thousand Nine Hundred Sixty-Four Dollars and Thirty Two Cents($90.964.321 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 Invoice 5(CityPA_INV_05)=$71,911.20 invoice 6(CityPA_INV_06)=$19,053.12 3. The undersigned further certifies that all work required under this contract including all Change Orders, 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 contact provisions relating to said wage rates. 4. Except for the amount 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 modification or change thereof. 5, That in consideration of the payment of the amount stated in Paragraph 1 here of, 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 he reof..d,uefrocta.t, e..Owne,r:provided,however, that if for any reason, the Owner does not pay in fulltthe a`mouiit`ttateld'in Paragraph 1 hereof, said deduction shall not affect the validity of this rebase, t ►i ,i ;-4rpount s©r:de'dticted shall be 1of2 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 2 h A day of A?v+\ ,20 1e . CRAWLEY'S SHORELINE CONSTRUCTION, INC. (Contractor) BY: (Robert Crawley) ,being first duly sworn on oath,deposes and says,first,that he is the President of Crawley's Shoreline Construction, Inc. (Title) (Name of Contractor) Second,that he has read the foregoing certificate by him subscribed as President (Title) of Crawley's Shoreline Construction, Inc. . (Name of Contractor) Affiant further states that the matters and things stated herein are true. (Robert Crawley) Subscribed and sworn to before me this c2,121 day ofa�` . , / /. l20 � My commission expires UU U•� YI �. o f (Date) ( 7eA (Notary Public) 1 Seal: 1. �ts�r CAROI.YNMCNULTY r ' ' MY COMMISSION EXPIRES t» Nowenim 9,2019 --' 2 of 2 EXHIBIT D V' / City of ` 141 ) �}ri rthaa��� www.PortArthurTx.gov CERTIFICATE OF COMPLETION Date: April 15, 2019 Project: Pleasure Island Bulkhead Replacement Project Closeout, Completion and Acceptance. To: All Concerned Gentlemen: I HEREBY CERTIFY THAT this project was completed on April 2, 2019 and that the work was under periodic inspection during construction. That to the best of my knowledge, the project was constructed substantially in accordance with the plans and specifications, and that record documents were received and are on file in Public Works Engineering. Submitted by: Alberto Elefano, P.E. City Engineer "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 EXHIBIT E 225 Jordan Road Phone: 281-383-3665 Baytown,TX 77523 Fax: 281-573-4018 SHORELINE CONSTRICTION INC. ?e./.3 3665 Contractor's Certificate of Warranty Project:Pleasure Island Bulkhead Replacement Location:520 Pleasure Pier Blvd. Owner:City of Port Arthur,Texas State of Texas,County of Jefferson Crawley's Shoreline Construction, Inc.does hereby warrant that all labor and materials furnished and work performed are in accordance with the documents and authorized modifications thereto and will be free from defects due to defective materials and workmanship for a period of one year from Date of Completion. / This Warranty on tt/isi,c expires on `l112! o a o Should any defect develop during the warranty period due to improper materials or workmanship,the defect(s)shall be corrected at no expense to The Owner. If,for any reason,Crawley's Shoreline Construction, Inc.fail to repair any defect(s),The Owner, at his option,correct defects and charge Crawley's Shoreline Construction, Inc.for such correction. Nothing in the above shall be deemed to apply to work which has been abused or neglected. Signature Printed Name o$ECT Crawk Date 'Os/vet Exhibit F CITY OF PORT ARTHUR, TEXAS DEPARTMENT OF PUBLIC WORKS CERTIFICATE OF ACCEPTANCE FOR... PLEASURE ISLAND BULKHEAD REPLACEMENT PROJECT To: Crawley's Shoreline Construction of Baytown, Texas This document is to certify that the City of Port Arthur, Texas accepts the completion of the Pleasure Island Bulkhead Replacement Project along with the recommendation of the City of Port Arthur's Public Works' Engineering Department and receipt of the Engineer's Certificate of Completion, Contractor's Affidavit of Payment of Debts and Claims, Contractor's Certificate of Release, Contractor's Certificate of Guarantee executed by Crawley's Shoreline Construction of Baytown, Texas. Rebecca Underhill Interim City Manager Sherri Bellard • . City Secretary