Loading...
HomeMy WebLinkAboutPR 23707: CHANGE ORDER NO. 1 TO CONTRACT WITH FLORIDA FLOATS DECREASING CONTRACT AMOUNT 0 www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: March 28, 2024 To: The Honorable Mayor and City Council Through: Ron Burton, City Manager From: George Davis, Director of Pleasure Island RE: P.R. 23707—Executing change order No. 1 to the contract between the City of Port Arthur and Florida Floats, Inc. DBA Bellingham Marine, decreasing the contract amount by$185,450.00 to a new contract total of$1,197,450.00 for the rehabilitation of the Pleasure Island Marina Introduction: The intent of this Agenda Item is to request the City Council's approval of P. R. No. 23707 authorizing the City Manager to execute change order No. 1 to the contract between the City of Port Arthur and Florida Floats, Inc. DBA Bellingham Marine of Jacksonville, Florida, decreasing the contract amount by$185,450.00 to a new contract total of$1,197,450.00 for the rehabilitation of the Pleasure Island Marina. Background: On June 15, 2022, Arceneaux, Wilson& Cole provided the Pleasure Island Department with a Preliminary Engineering Report which included an Opinion of Probable Costs for the marina rehabilitation for $1,164,500.00. Pursuant to Resolution No. 24-061,the City of Port Arthur awarded a contract to Florida Floats, Inc. DBA Bellingham Marine to rehabilitate the Pleasure Island Marina. The contractor has since value-engineered the project and decreased the scope of work so that the project could be near the initial amount budgeted. Budget Impact: None Recommendation: It is recommended that the City Council approve P.R.No.23707 authorizing the City Manager to execute change order No. 1 to the contract between the City of Port Arthur and Florida Floats, Inc. DBA Bellingham Marine of Jacksonville, Florida, decreasing the contract amount by $185,450.00 to a new contract total of$1,197,450.00 for the rehabilitation of the Pleasure Island Marina. "Remember,we are here to serve the.Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 P. R. #23707 3/28/2024 gd RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 1 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND FLORIDA FLOATS, INC. DBA BELLINGHAM MARINE OF JACKSONVILLE, FLORIDA, DECREASING THE CONTRACT AMOUNT BY $185,450.00 TO A NEW CONTRACT TOTAL OF $1,197,450.00 FOR THE REHABILITATION OF THE PLEASURE ISLAND MARINA; FUNDING ACCOUNT NO. 307-60-000-8525-00-10-000, PROJECT NO. PI0001 WHEREAS, per Resolution No. 24-061, the City Council awarded a contract to Florida Floats, Inc. DBA Bellingham Marine for the rehabilitation of the Pleasure Island Marina; and, WHEREAS, Florida Floats, Inc. DBA Bellingham Marine value-engineered the project and decreased the scope of work so that the project could be near the initial amount budgeted for the decreased amount of$185,450.00 (attached hereto as Exhibit"A") for a new contract amount of$1,197,450.00; and, WHEREAS, the new scope of work has been approved by Arceneaux, Wilson & Cole, LLC,the construction managers of this project(attached hereto as Exhibit"B"); now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: Section 1. That the facts and opinions in the preamble are true and correct. Section 2. 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, Change Order No. 1, to accept the new scope of work provided by Florida Floats, Inc. DBA Bellingham Marine, decreasing the contract amount by $185,450.00 attached hereto as Exhibit "A" for a new contract amount of $1,197,450.00 and to accept the new scope of work, in substantially the same form as attached hereto as Exhibit `'B". P. R. #23707 3/28/2023 gd Section 3. 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 , A.D., 2024, at a Regular Meeting of the City Council of the City of Port Arthur, by the following vote: AYES:(Mayor) Councilmembers: NOES: Thurman Bill Bartie Mayor ATTEST: Sherri Bellard City Secretary P. R. #23707 3/28/2023 gd APPROVED AS TO FORM:. )/k— 10.1---* J. - . Black I , i City Attorney APPROVED AS TO ADMINISTRATION: Ronald Burton, CPM City Manager Geor Da s Director of Pleasure Island APPROVED AS TO AVAILABILITY OF FUNDS: d'..JeceaSj Lyn f :oswell Director of Finance alio:, Clifton Williams, CPPB Purchasing Manager P. R. #23707 3/28/2023 gd EXHIBIT "A" X — ARCENEAUX WILSON&COLE engineering I surveying I planning CHANGE ORDER NO. 1 DATE: MARCH 27, 2024 JOB NO. PIC-481 AGREEMENT DATE: MARCH 5, 2024 NAME OF PROJECT: PLEASURE ISLAND MARINA REPAIRS OWNER: CITY of PORT ARTHUR CONTRACTOR: FLORIDA FLOATS, INC dba BELLINGHAM MARINE The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Adjust Quantity in the following Bid Items: a. Decrease project scope in accordance with attached proposal. SUBTOTAL -$185,450.00 CHANGE ORDER NO. 1 March 27, 2024 y/ Job No. PIC-481 ARCENEAUX WILSON&COLE engineering I surveying I planning CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $1,382,900.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $1,382,900.00 The CONTRACT PRICE due to this CHANGE ORDER will be decreased by: $185,450.00 Dollars The new CONTRACT PRICE, including this CHANGE ORDER, will be $1,197,450.00 Dollars CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 365 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 365 Calendar Days CURRENT DATE OF COMPLETION: March 31, 2025 CONTRACT TIME due to this CHANGE ORDER will be increased by 0 Days The New DATE OF COMPLETION: March 31, 2025 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 FLORIDA FLOATS DBA BELLINGHAM MARINE ACCEPTED BY: CITY of PORT ARTHUR 2 of 2 P. R. #23707 3/28/2023 gd EXHIBIT "B" Bellingham Florida Floats, Inc. 2014 Dennis Street (904) 358-3362 MAR I N E dba Bellingham Marine Jacksonville, FL 32204 FAX (904) 354-4818 The World's Most Comprehensive www.bellingham-marine.com Marina Builder [January 3, 2024] PLEASURE ISLAND MARINA REPAIRS am , , ' 7. , .. ' . i s. i-� '� _�1(� � a �r � V . 441101* .. Bellingham PROJECT NAME: Pleasure Island Marina Repairs MARINE BMI CONTACT: Matthew Anderson THE WORLD'S 2014 Dennis Street, Jacksonville, FL 32204 MOST COMPREHENSIVE Ph: 850-459-4240 MARINA BUILDER manderson@bellingham-marine.com www.bellingham-marine.com Initials / 1 Buyer BMI 190426 Pleasure Island Marina Repairs January 3, 2024 Bellingham Marine Scope of Work January 3, 2024 Mr. Clifton Williams City of Port Arthur, TX Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Re: Pleasure Island Marina Repairs Dear Clifton, Thank you for the opportunity to present our quotation for the Pleasure Island Marina Repair Project in Port Arthur, Texas. The purpose of this written scope of work is to present our offer to perform the work identified in this scope of work. Our quoted price is: One Million, One Hundred Ninety-Seven Thousand, Four Hundred Fifty Dollars ($1,197,450.00) Prices quoted herein are contingent upon BMI's receipt and review of all published plans, specifications, addenda, and/or other reports issued in reference to the project. F.O.B.: 520 Pleasure Pier Blvd., Port Arthur, Texas. SECTION 1. The following items in this Sections 1 and 2 are included in our scope of work: 1.1. SHOP DRAWINGS. 1.2. CONCRETE UNIFLOATS° - which, when assembled in the water will make up the following: !- Dock H — One (1) each 7' x 12' Module and One (1) each 4' x 40' Single Piece Finger Pier. 1.3. SLIP-RESISTANT POLYMER FILLER SLABS - including triangle and other members necessary to provide a continuous deck surface. 1.4. FABRICATED, TREATED (CCA) WOOD WALER SYSTEM - all walers to be Southern Yellow Pine, No. 1. Including a single 4" x 12" waler on Docks E-H T- Heads. The Breakwater Single Piece Finger Piers will use a single 4" x 8" waler. The Breakwater dock will have a single 4" x 8" waler with a 2" x 8" coverboard. Shear Plates and Split Rings will be used in designated locations for added reinforcement. Initials / 2 Buyer BM 190426 Pleasure Island Marina Repairs January 3, 2024 1.5. GALVANIZED STEEL WELDMENTS - including 16" Pile Guides and 4' x 6' Triangle Frames. 1-- Dock E — Two (2) each 4' x 6' Boxed Triangle Frames and Two (2) each 16" Side Pile Guides -4- Dock F — Two (2) each 4' x 6' Boxed Triangle Frames and Two (2) each 16" Side Pile Guides I-- Dock G —Two (2) each 4' x 6' Boxed Triangle Frames and Two (2) each 16" Side Pile Guides Dock H —Two (2) each 4' x 6' Boxed Triangle Frames and Two (2) each 16" Side Pile Guides -1- Dock I — Fifteen (15) each Finger End Pile Guides Additional 8 each 16" Side Pile Guides 1.6. STAINLESS STEEL WELDMENTS — including Fifteen (15) each 16" Custom Side Pile Guides for the breakwater dock, fabricated out of grade 304 stainless steel. 1.7. GALVANIZED STEEL (HDG) THRU-RODS — includes HDG thru-rods with 5/8" and 1" diameter rolled threads and hardware as needed. 1.8. CLEATS — includes 15" ALMAG Cleats with attachment hardware where the waler boards are being replaced. 1.9. VINYL FENDERING & CORNER BUMPERS — includes vinyl fendering and corner bumpers, dark gray in color. Continuous/patterned at all berthing areas where repairs are being made or new docks are being installed. 1.10. SUPPLEMENTAL FLOTATION — Fifteen (15) each Air Bladders have been included for the breakwater listing issues. A bladder will be placed at each finger pier connection to the main walkway to assist in leveling the dock. 1.11. BREAKWATER GANGWAY LANDING — includes new 5/4" WearDeck synthetic deck boards for the aluminum gangway landing dock. 1.12. PILE CAPS — includes new 12" and 16" pile caps with attachment hardware. 1.13. LOADING AND SECURING ON OUR TRUCKS WITH FREIGHT PREPAID TO PORT ARTHUR, TEXAS. 1.14. PRESSURE WASHING AND CLEANING OF THE DOCKS. 1.15. LEVELING AND TIGHTENING — crews will identify problem areas and address accordingly. 1.16. TIDE TAMERS —includes 30 new tide tamers to be mounted on the timber mooring pile. SECTION 2. Marina Utility Systems — Potable Water, Fire, and Sewer Initials / 3 Buyer BM/ 190426 Pleasure Island Marina Repairs January 3, 2024 2.1. DOCKS E-I FIRE SUPRESSION SYSTEM — includes new stainless-steel straps, Aluminum Fire Standpipes, and connections to 11 each Fire Standpipes. All connections will be made to existing HDPE piping. All water meters, backflow preventers, trenching, shoreside service lines or taps will be by others. 2.2. POWER PEDESTAL WATER SERVICE — includes 30 each new 3/4" water spickets and backflow preventors for existing power pedestals. SECTION 3. All items and quantities not specifically included in Section 1 above are specifically excluded from this scope of work. Excluded items include, but are not limited to, the following: 3.1. SIGNED AND SEALED SHOP DRAWINGS. 3.2. NEW BREAKWATER CABLES OR RETENSIONING OF EXISTING CABLES — No historical data is available on the construction of the existing breakwater. 3.3. MARINA ELECTRICAL EQUIPMENT OR INSTALLATION. 3.4. MARINA FUEL SYSTEM. 3.5. MARINA SEWER PUMP-OUT SYSTEM. 3.6. MARINA FIRE STANDPIPE SYSTEM PIPING — BMI has not included new HDPE Piping for the existing fire suppression system. Fire standpipes to tie into existing HDPE Piping. 3.7. SEAWALL REPAIRS — BMI has not included any new sheet pile, Deadman anchors, or tiebacks for the seawall repairs. 3.8. MARINA DREDGING. 3.9. PILE OR PILE DRIVING. 3.10. PERMITS AND LICENSES — owner to acquire all necessary permits and licenses. 3.11. TURBIDITY MONITORING. 3.12. OTHER PROJECT ENGINEERING. SECTION 4. Other provisions: 4.1. FREEBOARD: The Dock H concrete Unifloats® included in this scope of work are calculated to maintain a freeboard of 18", plus or minus 1". 4.2. DESIGN CRITERIA: N/A, in-kind repair material. 4.3. CONCEALED OR UNKNOWN CONDITIONS: In preparing this scope of work, BMI has assumed there are no concealed conditions (subsurface or otherwise) or unknown physica► conditions which will adversely impact BMI's performance of the work. If such conditions are encountered, BMI will be entitled to an adjustment in the contract amount, time for completion, or both. Initials / 4 Buyer BMI 190426 Pleasure Island Marina Repairs January 3, 2024 4.4. WARRANTY: BMI warrants that the individual concrete Unifloat® modules will be free of defects in materials and workmanship for a period of five (5) years from date of shipment, and that all other dock components (including, but not limited to, walers, weldments, filler slabs, hardware, and fiberglass components) will be free of defects in materials and workmanship for a period of one (1) year from the date of shipment. If within the warranty period the materials are found to be defective, the Buyer must provide written notice of such defects within ten (10) days from the date the defects are discovered. Buyer's sole and exclusive remedy for defective materials and workmanship is limited to the repair or replacement of the defective item by BMI. BMI is not liable for consequential or incidental damages resulting from such defects. BMI HEREBY DISCLAIMS ANY AND ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. The Unifloat® system is intended to be free-floating and located in protected installations such as those that exist behind a permanent fixed breakwater or floating concrete wave attenuator furnished by BMI. Specifically excluded from this warranty is disrepair, loss, liability, deterioration, or other damage to the Unifloat® system or its component parts and equipment as a result of any of the following: (i) conditions exceeding the Design Criteria; (ii) an anchoring system which fails to meet the minimum design working load capacity requirements identified in BMI's shop drawings; (iii) piles that are out of plumb; (iv) abuse, misuse, accident, neglect, grounding, or improper or insufficient maintenance (including keeping pile free of ice); (v) damage to the Unifloat® system or its component parts during installation when not installed by BMI; or (vi) repair or alteration by any person not authorized by BMI. In the event any bonds are provided for this project, the bonded duration of this warranty shall be one (1) year. We hope this scope of work contains sufficient detail to permit your fullest evaluation. Please feel free to contact us at any time for further information. Sincerely, Manager of Project Development Florida Floats, Inc. dba Bellingham Marine ("BMI") Initials / 5 Buyer BMI 190426