Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 23338: SABINE PASS BOAT RAMP, CHANGE ORDER NO. 1
Cin of �� r� 1 r1/l a c. --- www.Port -hurTx.gov INTEROFFICE MEMORANDUM Date: September 27, 2023 To: The Honorable Mayor and City Council Through: Ron Burton, City Manager From: Flozelle C. Roberts, EIT, MEng, MBA, CPM; Director of Public Works RE: PR23338: Sabine Pass Boat Ramp: Change Order No. 1 —monument slab, electrical conduit, and application of coal tar epoxy at mudline for the reconstruction of the Sabine Pass Boat Ramp. Project No. PR0007-CON. Introduction: The intent of this Agenda Item is to authorize the City Manager to approve Change Order No. 1 with Elite Contractors & Equipment, LTD of Kirbyville, Texas for the monument slab, electrical conduit, and the application of coal tar epoxy at mudline for the Sabine Pass Boat Ramp Project for the amount of$74,723.00. Background: Pursuant to Resolution 22-450,the City of Port Arthur entered into an agreement with Elite Contractors & Equipment, LTD,of Kirbyville, Texas, for the construction of the Sabine Pass Boat Ramp and Area Improvements Project for$2,132,929.00. Elite Contractors & Equipment, LTD, of Kirbyville, Texas, has submitted Change Order No. 1 for the installation of a monument slab and electrical conduit for the artificial reef marker at the boat ramp. Additionally, coal tar epoxy tar needs to be installed at the mudline as a protective coating for the submerged portion of the boat ramp. Budget Impact: Funding for this is available in the Capital Improvements Project Account PR0007-CON; 152-60-415- 8525-00-00-000; and, American Rescue Plan Act (ARPA) Account 169-07-015-8525-00-40-000; Project No. ARP013 Recommendation: It is recommended that the City of Port Arthur City Council approve PR23338 that authorizes the City Manager to approve Change Order No. 1 with Elite Contractors & Equipment, LTD, of Kirbyville, Texas, for the monument slab installation and the application of coal tar epoxy at the Sabine Pass Boat Ramp in Sabine Pass, Texas. "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 5:\Engineering\PUBLIC WORKS\PW-ENGINEERING\C.I.P.PROJECTS\Year 2022\Sabine Pass Boat Ramp\Change Orders\Change Order 1\Agenda Memo Sabine Pass CO 1.docx PR 23338 9/14/2023 mje Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 1 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND ELITE CONTRACTORS & EQUIPMENT, LTD, OF KIRBYVILLE, TEXAS, TO INSTALL A MONUMENT SLAB AND APPLICATION OF EPDXY COAL TAR AT MUDLINES AT THE SABINE PASS BOAT RAMP IMPROVEMENT PROJECT IN SABINE PASS, TEXAS FOR THE AMOUNT OF $74,723.00. FUNDING IS AVAILABLE IN CAPITAL IMPROVEMENTS PROJECT ACCOUNT 152-60-415-8525-00-00-000; PROJECT NO PR0007-CON; AND AMERICAN RESCUE PLAN ACT (ARPA) ACCOUNT 169-07-015-8525-00-40-000, PROJECT NO. ARP013. WHEREAS, the Texas Parks & Wildlife Department (TPWD) has dedicated $1,000,000.00 by way of a grant, from the Harvey Fisheries Disaster Relief Grant Program for the reconstruction of the Sabine Pass Boat Ramp; and, WHEREAS, pursuant to Resolution No. 20-425, City Council agreed to participate and accept the grant funding of $1,000,000.00 for the reconstruction of the Sabine Pass Boat Ramp to be deposited into the CIP Account 152-60-415-8525-00-00-000; and, WHEREAS, pursuant to Resolution 22-450, the Port Arthur City Council authorized the City Manager to enter into an agreement with Elite Contractors & Equipment, LTD, of Kirbyville, Texas, for the reconstruction of the Sabine Pass Boat Ramp for the $2,132,929.00, and a time of completion of 270 calendar days; and, WHEREAS, Elite Contractors & Equipment, LTD, of Kirbyville, Texas, has submitted Change Order No. 1 for the installation of a monument slab and electrical conduit for the artificial reef marker at the boat ramp and the application of coal tar epoxy at the mudline as a protective coating for the submerged portion of the boat ramp for the amount to $74,723.00, See Exhibit A; and, PR 23338 9/14/2023 mje Page 2 of 3 WHEREAS, approval of PR23338 is herein deemed an appropriate action; 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. 1 is herein approved and the City Manager is authorized to execute the change in the contract between the City of Port Arthur and Elite Contractors & Equipment, LTD, of Kirbyville, Texas, for the amount of $74,723.00; and, THAT, a copy of the Resolution shall be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D., 2023, at a of the City Council of the City of Port Arthur, Texas, by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman Bill Bartie Mayor ATTEST: Sherri Bellard City Secretary PR 23338 9/14/2023 mje Page 3 of 3 APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION tJdP k_eltAy Val Tizeno, squire Ron Burton City Attorney City Manager APPROVED AS TO AVALIABILITY OF FUNDS: J1. r�f Kandy Daniels Finance Director ozelle Roberts, , Eng, MBA, CPM Direct Public o ks Clifton Williams, CPPB Purchasing Manager EXHIBIT A CITY OF PORT ARTHUR Public Works Engineering DATE: SEPTEMBER 27,2022 PROJECT: SABINE PASS BOAT RAMP OWNER: CITY OF PORT ARTHUR CONTRACTOR: ELITE CONTRACTORS&EQUIPMENT,LTD CHANGE ORDER NO.: 1 THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adjust the Estimated Quantities to reflect the Actual Quantities used in the completion of the project: Item Item Original Na. Code Description Unit Quantity Unit Price Original Amount Total Quantity New Amount 1 *** APPLYING COAL TAR EPDXY TO MUDLINE LS 0 $ 60,012.00 $ - 1 $ 60,012.00 2 *** MONUMENT SLAB AND ELECTRICAL CONDUIT LS 0 $ 14,711.00 $ - 1 $ 14,711.00 TOTAL CHANGE ORDER $ 74,723.00 ORIGINAL CONTRACT AMOUNT $ 2,062,119.00 NEW CONTRACT $ 2,136,842.00 AMOUNT ORIGINAL CONTRACT AMOUNT: $ 2,062,119.00 TOTAL AMOUNT OF CHANGE ORDER NO.1: $ 74,723.00 TOTAL PERCENT OF CHANGE ORDER NO.1: 3.62% NEW CONTRACT AMOUNT: S 2.136.842.00 CONTRACT COMPLETION DATE: December 31,2023 NO CALENDAR DAYS HAVE BEEN ADDED TO CHANGE ORDER NO.1 INSPECTED BY: PREPARED BY: ari‘;07 Martin Flood,Inspector M. fifer Edwa ,MPA;CIP Manager APPROVED BY: APPROVED BY: Breck Sails,President,Elite Contractors&Equipment,LTD John Cannatella,PE,City Engineer APPROVED BY: APPROVED BY: Flozelle C.Roberts,EIT,MEng,MBA,CPM,Director of Public Works Clifton Williams,CPPB,Purchasing Manager APPROVED BY: Ron Burton,City Manager S:\Engineering\PUBLIC WORKS\PW-ENGINEERING\C.I.P.PROJECTS\Year 2022\Sabine Pass Boat Ramp\Change Orders\Change Order 1\SP Boat Ramp CO 1 4 v) = '+ m v .A CA) N - O CO Co �! 0) Cn � W N.) - O CO CO -.I 01 Cn Co N.) Z co O o c --IaoI-, Cr' - * ZD71c� C) 0CDCI. v7) D737JM7) mK a) (D Cuo =".( 2) 00 0 CD o (n 0 0 (D Q - CD .�.. CD (D CD n o ,, 3 = _ o. • O * D = = 3 (D 13 n CS Cr CO 32 s v 0 fD CD o O (D (D (D N 0 D O v Q Q (D O v N v m o v o su iu m c"D '� N) ) O m CD �. 5 Q W N O o -5 o -0 Fp = 0• C) ( ^' J Cl) —I C o- m (o 0 0' c o cnawcoc5 (on cD (C v Q0- 0- cD S o o C' X 20 ' (.0 v 0 00 0_ CD n v c� O N. C Cl) (D 5' o o 3 0. (D n o o cn v CD v 0 . - o v• (D o 0.v v co cD D CDD (0 0 o 20 = cn 0 O x CS m cn (Q Cs 3 . c v v 3 -0 -a m c� cn v —' v v v m _*. CD `: cD 0 0 v vo ca. v ° CO c o_ CD = Q = HD) � cfa) 0 Cu Q. 0 30 - 0 - v = N 3 moo --000 -o o .0 C) u) o• CD v -, CD v = v v 0 -0 -s m . m o- o. o m0 = (noO. CD mQ030 * cD (n = (I rD � 0 5 v * 3 (0 v v ill co 0 D 70 • � � � Qo = -a n�' = QWm- o� ap c) � o co 0 v c = cp = Cr (D 0 v O cn cD -C n Z C v 0 � QoQ- � � � 0) -0 00 m z � 2 ,co -0 cn m0 m O. o -0 o CD 3 -1 DO v c01 - n 3 v a rn v z N Po cD o Q -0 cD 0 -- o c� CC 0 . = cD o_ o m v v cn o - - D po '1'. 0 (D (�D -0 CD v2S Q 0 Q - c� o < 0- o � -n cD =• o va_ 3 v ° DE Q cD m cD E D -4, — o "0 G1 WCD -0 _ Z cC a) < E74 n m "C) C o -0 -0 3 z p LO al a) C m N m n 00 NJ � O m Zr, -IN I rrrrrmrrrrr- w0r- w (I) (I) () mr- r- rr C xg CncncnCncnFo -n „ cn (n ?� kk ?ikkk � kP W CDc•nc•n ? 0 > nm -I m -I O - (n —� � N N . N vi a) ...a _1 01 W G) -a .� O) - 01 co O) , -- 00 U1 . - , -a -a E o � � 0OONCn (.nCroo D = rt -1 Cl a, m c Q on N ffl {AffltA4flfflffl4A -CA fflH -&) - -) Ef) 69 {,9f E takft AkAkA oa m N C W z o N N -• - N -P IV -• 1 N 01 2 m oa = v 01 Cn O CJ1 -4 01 Cn W 01 Cn (I1 O O = 5' = 5' C1I000O01 -co -c O - Cn . 000 -CD -0 -1 00 ^ oa OOOOOOCn -10001C) NOCn0 W Cn000OOO ro s< ro 0000000CnCOOCn (sr OOCnCn00o0000 F > n O r O O O O O O O O O O O O O O O O O O O O O O O O m r- -< o. '< O O O O O O O O O O O O O O O O O O O O O O O O Vf t/, i!* V)- V- i i- VT V, i/1 V, V, i!? i VT V� V1 V} V). V)- tR t/} V1- V1- -UT if) if} VI- I--, I-, y 'CO W in W I.- Ui 1-, O h-, NJ NJ F-, 00 NJ A 1- lD NJ NJ NJ NJ O h-` V NJ U7 0 W NJ �l Ui Ut O In V al I--, U7 U W U.) l W NJ --.17 A Q Ul O Ut In O O O F, LC Ut O O O O In to l0 O O N IIDV O N UI VI OA O O O O O O C l0 CO F-` O O O O O O Ui CT O O Ui Ui Ui O UI V NJ O O O O O O O Z CO W U' O O O O O O O UI O O O O O O O Ut Ui 0 0 0 0 0 0 0 -1 O O O 0 b 0 0 b 0 0 0 b 0 0 b 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O * * * * * * -a v' K C7 7o 7' 7o 7o 7: X 7� C7 x CO r x o O O CD CD CD CD CD CD CD CD CD y �• y C < C < C C < P. h �. A2 0. 0 AO • N `Pd P7 0 0 0 O 0 0 0 ^ a; h cp • dcS CD CD v n rn ti v, n CD ¢ Cn R t� < < S O R. a. '5 n ."')-. Cr n ` u ono ►+1 A) Ell VD a r" o 00 o o h o N c < o N G� in R 0 0" En < O O "0 "� O s w O N CD CD cD C7 lD 3 -0 < r C" .0 P. Cn a •� d ° C� CD f D v' N 73 N 0 0 3 C O .. $: : O CD r° O < a p 1 , g O, 7f C/D 0- A a ,r f�-. n N 'CI CD CD fD �1 C in IDIQ ° I : CD CD Cnoo `'w, < W 0 to V) 9 et O U xj f wi 0C M = IQ „'" C ,,.., 01 IV NJ .... 1"..) 00 •--, D b -1 -. CD �-. N r1 01 0 0 0 0 C> O O o 0 0 0 W �`•) O O O O O O O ft �-+ 0 0 0 0 0 0 - 00 O O O O O O 00 O O O O O O 00 v, O" *1.1 to O O O O O O W O O O O O O W rt 01 O O O O O O 01 0 0 0 0 o 0 cZt a "0 'S O C LA ,__, Cr. 3 O O O O O O 4. 'R7 0 0 0 0 0 0 o © ri o 0 0 „ I 0 0 0 1-d Fry W — ,-. J V1 •-, Q\ N N N W v 1 �. O 0 0 ,--. N - -1 0, o 0 0 0 -, n C O NJ NJ ---.10 0 O O CT O 00 00 00 W W O O 0 0 0 - O O O 0, 0 O O O . O 0 O 0 0 — c O N �.1 00 O 0 0 0 0 0 0 0 00 O O O 0 0 00 p O co 0\ W O O O O O O O O W O O O O O W R 0 - 01 O\ 0 CD 0 0 00 00 01 0 0 0 , 0 0 01