HomeMy WebLinkAboutResolution - 2011-R0293 - Change Order To Contract - North Texas Contracting Inc. - 07_14_2011 (2)Resolution No. 2011-RO293
July 14, 2011
Item No. 5.34
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Change Order No. 3 to that certain
Contract No. 9063 for Phase I Runway 8/26 Taxiway Improvements by and between the
City of Lubbock and North Texas Contracting, Inc., and related documents. Said Change
Order No. 3 is attached hereto and incorporated in this resolution as if fully set forth
herein and shall be included in the minutes of the City Council.
Passed by the City Council on July 14, 2011
TOM MARTIN, MAYOR
ATTEST:
Garza, City S
APPROVED AS TO CONTENT:
Loomis, Director of Aviation
APPROVED AS TO FORM:
I 7
�w
Chad Weaver, ,VAssistant City Attorney
vw:ccdocs/RES.ChgOrd#3Contract-North Texas Contracting, Inc.
June 23, 2011
Resolution No. 2011-RO293
CITY OF LUBBOCK
CHANGE ORDER
Change Order #: 3
Contractor:
North Texas Contracting, Inc.
Date:
June 21, 2011
BID/ITB/RFP #:
09-728-DD
Contract #:
9063
Project Name:
Runway 08/26 Improvements — Phase I, Utility
Relocation and Perimeter Road
"Change Order" means a written order to a Contractor executed by the Owner in accordance with the contract authorizing an
addition to, deletion from, or adjustment or revision of the requirements of the contract documents, or an adjustment to the
compensation payable to Contractor, or to the time for performance of the contract and completion of the Project, or a
combination thereof, which does not alter the nature of the thing to be constructed and is an integral part of the project objective.
Adjustments to "Estimated Quantities" to a line item in a Unit Price contract do not require a Change Order. All work that alters
the nature of the thing to be constructed or that is not an integral Dart of the Diet objective must ba-let out for Dubli bi ,
Description of change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction
not covered by the specifications and drawings of the project (attach additional pages if necessary):
Final adjustment to Base Bid and Change Order No. 2 Items. Also includes:
1) Cost for removal and replacement of fence post. Owner initiated change in alignment to
accommodate landowner to the South.
2) Cost associated with additional pipe dewatering resulting from City not completely isolating pipe.
3) Cost associated with transitioning from steel cylinder concrete pipe to ductile iron pipe. Information
provided for design indicated that the pipe was ductile iron. During construction it was discovered
that the pipe was steel cylinder concrete pipe.
4) Cost associated with using alternative nrthods of marking removal in order to maintain schedule.
Extreme temperatures limited effeciveness of water blasting.
5) Cost associated with providing and installing "no trespassing" signs.
Total Change Order No. 3
($115,920.70)
(Refer to Attachment A)
Where the Change Order is negotiated, the Change Order must be fully documented and itemized as to costs,
including material quantities, material costs, taxes, insurance, employee benefits, other related costs, profit and
overhead. Where certain unit prices are contained in the initial contract, no deviations are allowed in computing
negotiated change order costs.
ITEMIZED COSTS MUST BE FULLY DOCUMENTED AND ATTACHED TO THIS FORM.
ITEM DESCRIPTION AMOUNT
A. ORIGINAL CONTRACT VALUE: $4,372,254,00
B. AMOUNT OF THIS CHANGE ORDER: Council approvai required �f over $25,000 ($115, ?0.70)
C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): -2.65%
D. AMOUNT OF PREVIOUS CHANGE ORDERS: $4,013.48
E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): 0$1 1 1,907.22)
F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (FJA):15%Marrmum-2.156%
G. NEW CONTRACT AMOUNT (A+E); $4,260,346.78
It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change
Order constitutes full compensation to the Contractor for all costs, expenses and damages to the Contractor, whether
direct, consequential or otherwise; in anyway incident to, or arising out of or resulting directly or indirectly; from the
work performed or modified by the Contractor under this Change Order.
\d"t projacmIDD8\2706,08\CIVIL`M-CONSTRUCTIONPHASETACKAGEICHANGE ORD=CO-3FITMI\ChangeOrder3.d.c
PWC-045 (Rev 01/08)
r _ 7 i1 % �—
_ ate {2) PROJ ARCHITE GINFER Date
�yto t
� � Aporaved'as orm:
V_ 7
(3) OWNER'S REPRESENTATIVE Dat (4) cur#A R Date
11 47//V&�
(5) CAPITAL PROJECTS MANAGER Date {t5) PU HASIN AND CONT CT MANAGER Date
Change Orders over 525,000 require a Contract Cover Sheet and the following signatures:
CITY OF LUBB- A T:
t! / e,,- 7 14 11 7/14/11
(7) MAYOR Date (S) CITYXSECRETARY Date
Council Date: July 14, 2011 Agenda ltem #: 5 • 34 Resolution #: 2011-RO293
Vdatahp jectsi^_005\'_706.OS'CIV11.`AS-CONSTRUCTION PHASEPACKAGE 1'CHANGE OPDL-RS+.CO.3 Final`Change Order ldac
PWC-045 (Rev 0110)
ATTACHMENT A
Lubbock Preston Smith International Airport
Runway 08126 Improvements- Phase 1
Utility Relocation & Perimeter Road
SUMMARY OF CHANGE ORDER NO. 3
Item
No.
Description of Item
Ori final Quantit
Final Quanfi=uantRy Ad ustment Unit
I Price
Total Adjustment Amount
ASE Ul
3
Item T-901, Soil Preparation, Seeding and Fertilizing
7
9.50
2.50
AC
$2,000,00
$5,000.00
4'
Item MC, 72-Inch E301 Concrete Pie
1,400
1370.36
-29.64
LF
$820,00
($24,304 80
12
Item MC, Cutting and Removal of Pipe Sections For
Tie -Ins
2
5.50
3.50
EA
$3,500,00
$12,260.00
15
Item MC, Pavement Repair
135
1 143.70
8.70
SY
$120-00
1 $1,o44.00
19
Item MC, 164nch Ductile Iron Waste Line
2.010
2222.00
212.00
LF
$80.00
$K960.00
20
Item MC, 6-Inch Sch. 80 Chlorine Line
2.010
2222.00
212.00
LF
$22.00
$4,664.00
21
Item MC. 3-Inch Sch. 80 Raw Water and Potassium
Permanganate Lines
4.020
4444.00
424.00
LF
$17.00
$7,208.00
22
Item MC, 20-Inch Steel Casing
50
40.00
-10.00
LF
$130.00
g 1,300.00
23
Item MC, 12-Inch SDR 26 PVC Casing
50
40.00
-10.00
LF
$14.00
$140 00
24
Item MC, 8-Inch SDR 26 PVC Casing
100
80.00
-20.00
LF
$7.00
($140 00
A1-4
Item MC, Pavement Repair
100
120.50
20.50
SY
$110.00
$2,255.00
A3-2
Item MC, Relocate Oneok Gas Pipeline
1
0.83
-0.17
LS
$1,180,300.00
($205.283 44
A5-2
Item F-162, Demolition of Chain -Link Fence
2,266
2195.00
-71,00
LF
$1.00
1 $71 00
A5-3
Item F-162, Provide and Install Chain -Link Fence
5,923
5739.00
-184.00
LF
$14.00
r5..57C.00
A5-6
Item D-754, Concrete Rip Re (4')
116
128.00
12.00
SY
$50.00
$600.00
A6-10
TxDOT item 341 Ty C
2.081
2184-00
103.00
TON
$109.00
$11,227.00
A&13
Item EB 44B, Refined Coal Tar Emulsion without
Additives Slurry Seal Surface Treatment
18,872
17778.00
•1094.00
SY
$2.00
rS2 18o ("0
A&14
Item T-901, Sod Preparation, Seeding and Fertilizing
11
30.72
19.72
AC
$1,800.00
$36,496.00
A&17
Item MC, Rock Rip -Rap (including filter fabric
234
174.00
-60,00
CY
$100.00
($6.000 00
CO,2
Credit for switching from EB 44B to GSB-88
18872
17778
-1094.00
SY
-$0.41
$448.54
CO-3.1
Removal and replacement of fence posts to
accommodate neighboring landowner
0
1,00
1.00
LS
$6.555.00
$6,555.00
CO-3.2
Additional cost associated with pipe dewatering due to
city not fully closing valve
0
i.00
1.00
LS
$4,000.00
$4,000.00
CO-3.3
Material modification for 16" chemical line. Found pipe
to be steel Eylinder instead of ductile.
0
1.00
1,00
LS
$5,000.00
$5,000.00
CO-3.4
Alternative method of marking removal to maintain
schedule
0
1.00
1.00
LS
$11.816.00
$11,816.00
CO-3.5
Addition of "no trespassing" signs
0
1.00
1.00
LS
$1,559,00
$1,559.00
OTALADJUSTME14T I1b.D'^.i 70
' Final quantity Includes Installed footage plus additional 84 feet of material only (backup joints) at price per foot of $29511-F. Also includes $750 trucking costs.