Loading...
HomeMy WebLinkAboutResolution - 2018-R0437 - S.J. Louis Construction. - 12/17/2018Resolution No. 2018-RO437 Item No. 6.6 December 17, 2018 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. 2 to that certain Contract No. 13124 by and between the City of Lubbock and S. J. Louis Construction of Texas, Inc., for Northwest Lubbock Drainage Improvements Project, Phase 2 per Bid # 17-13124-MA, and related documents. Said Change Order No. 2 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 December 17, 2018 L-f�-V� - DANIEL M. POPE, MAYOR ATTEST: Re -be t Garza, City Secretary APPROVED AS TO Assistant City Manager APPROVED AS TO FORM: -Ili Leisure, Assistant City Attorney ccdocs/RES.ChgOrd#2SJLouisN WDrainagePt2 11.19.18 Office of Purchasing and Contract Management Change Order Contract No: 17-13124-MA Contractor: S. J. Louis Construction of Texas, Inc. Change Order No: 2 Contract Title: Northwest Lubbock Drainage Improvements Project Phase 2 Bid/RFP No: 17-13124-MA Project No: 92174.9243.30000 "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 the 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 project and is an integral part of the project objective. Adjustments to "Estimated Quantities" to a line time in a Unit Price Contract do not require a Change Order. All work that alters the nature of the construction or that is not an integral part of the project objective must be let out for public bid. Description of Change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the specifications and drawings of the project attached additional pages is necessary: Adjustments to reconcile project quantities, for closing out the project. See attached breakdown. 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: $25,071,515.13 B. AMOUNT OF THIS CHANGE ORDER: Note: Council approval required if (+/-) $25,000 (533,373.20) COST CENTER: 4545 1 ACCOUNT: 92174.9243.30000 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A) -2.1% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $ 67,073.00 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D) $(466,300.20) F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): (25%maximum) G. NEW CONTRACT AMOUNT (A+E): $24,605,214.93 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. This Change Order is not valid without the following signatures (please sign in order and return 3 originals with the Contract Cover Sheet to Purchasing and Contract Management department): r a 11 12�t Contractor Date Owner's Represe ive (5) Capital Project Manager (7) Mayor Council Date: December 17, 2018 9/25/ 18 hl v to Date 12/ 17/2018 Date Agenda Item #: (2) Project Architect/Engineer/ Date onstruction Manager (4) Di of Purchasing & Contract Date waoo�", la 1q-I� City Attorney Date (8) City tcretary 6.6 12/17/2018 Date 2018-RO437 PUR-45 (Rev 9/13/2017) WFREESEE IMAMICHOLS CHANGE ORDER (4.43) PROJECT: Northwest LubbockDrainage Improvements Project Phase 2 OWNER: City of Lubbock OWNER PROJ # 92174.9243.30000 CONTRACTOR: S. J, Louis Construction of Texas, Inc CONTRACTOR # ENGINEER: Parkhill, Smith and Cooper ENG. PROJ. # 01.2671.16 CHANGE ORDER NO. 2 CHANGE ORDER DATE: 9/13/2019 The compensation agreed to upon in this change order is full, complete and final payment for all costs the Controctor may incur as a result of or related to this change whether said costs are known, unknown, foreseen or unforeseen at this time, including without limitation, any cost for delay, extended overhead, ripple or impact cost, or any other affect on changed or unchanged work as a result of this change Order. Contract Cost and/or Time Impacts: Original Contract Amount $ 25,071,515.13 Previously Approved Change Order Amount $ 67,073.00 Adjusted Contract Amount $ 25,138,588.13 Proposed Change Order Amount (this change order) $ (533,373.20) Revised Contract Amount $ 24,605,214.93 Previous Contract Time 688 Previous Substantial Completion Date 04/03/19 Previous Final Completion Date 05/03/19 Net Change in Contract Time $ 14.00 Revised Contract Time 465 Revised Substantial Completion Date 7/27/18 Revised Final Completion Date 8/23/18 Recommended by: FREESE AND NICHOLS, INC. By 9/25/2018 Date Approved by: (Contractor) By ae Approve by: (Owner) By Date CHANGE ORDER (4.43) PROJECT: Northwest LubbockDrainage Improvements Project Phase 2 OWNER: City of Lubbock OWNER PROJ # 92174.9243.30000 CONTRACTOR: S. J. Louis Construction of Texas, Inc CONTRACTOR # ENGINEER: Parkhill, Smith and Cooper ENG. PROJ. # 01.1671.16 CHANGE ORDER NO. 2 CHANGE ORDER DATE: 9/13/2018 Make following additions/deletions or modifications to work described in the Contract Documents: Description of Change qty Unit Unit Cost ICost 1 Item 3 - Traffic Control - Change from -8 MO $ 1,000.00 $ (8,000.00) 24MOto16MO 2 Item 4 - Trench Shoring and Safety -27 LF $ 0.01 $ (0.27) Change from 7,824 to 7,797 Item 5b - 96 - inch Fiiberglass 3 Reinforced Pipe Change from 2,659 to 1 LF $ 1,165.00 $ 1,165.00 2,660 4 Item 7b - 90-inch Fiberglass Reinforced -28 LF $ 1,105.00 $ (30,940.00) Pipe - Change from 5,165 LF to 5,137 5 Item 8b - 90 inch Fiberglass Reinforced -2 LF $ 3,528.00 $ (7,056.00) Pipe chnge from 2,635 to 2,633 6 Item 9 - 24-inch 24-inch diameter RCP, -6 LF $ 823.00 $ (4,938.00) Open Cut Method Change from 106 LF Item 13 - Trench and Tunnel 7 Groundwater Dewatering (linear -35 LF $ 0.01 $ (0.35) moving) change from 10,819 to 10,784 Item 15- Soil Vapor Extraction Wells, g Install and Remove, including -1 EA $ 15,800.00 $ (15,800.00) temporary surface seal sheeting Item 16 - Soil Vapor Vacuum Blower, $ 35,000.00 9 Install and Remove -2 EA $ (70,000.00) 10 Item 17a-installation of Soil Extraction -1 EA $ 16,000.00 $ (16,000.00) Piping and Exhaust Stack Item 17b - Removal of Soil Extraction 11 Piping and Exhaust Stack -1 EA $ 2,000.00 $ (2,000.00) Item 18 -Soil Vapor Extraction 12 Continuous Operation and Effective -130 DAYS $ 375.00 $ (48,750.00) Vapor Control 13 Item 19a- Installation of Surface piping -1 EA $ 18,000.00 $ (18,000.00) well(s) to treatment units 14 Item 19b - Removal of Surface piping -1 EA $ 2,000.00 $ (2,000.00) well(s) to treatment units 15 Item 20 - Petroleum -water separator, -1 EA $ 45,000.00 $ (45,000,00) Install & Remove 16 Item 21 - Air Stripper Treatment, 1 EA $ 38,000.00 $ (38,000.00) Blower Inclusive, Install & Remove 17 Item 22 - Carbon Treatment, Install & 1 EA $ 29,625.00 $ (29,625.00} Remove Item 23 - Petroleum Contaminated GW 18 treatment, Continuous & Effective -130 DAYS $ 450.00 $ (58,500,00) Control Item 24 - Petroleum Contaminated GW treatment, Influent & Effluent Sampling 19 & Testing (BTEX, TPH, Lead) -100 EA $ 425.00 $ (42,500.00) CHANGE ORDER (4.43) PROJECT: Northwest LubbockDrainage Improvements Project Phase 2 OWNER: City of Lubbock OWNER PROJ # 92174.9243,30000 CONTRACTOR: .5. J. Louis Construction of Texas, Inc CONTRACTOR # ENGINEER: Parkhill, Smith and Cooper ENG. PROD. # 01,2671.16 CHANGE ORDER NO. 2 CHANGE ORDER DATE: 9/13/2018 Item 25 - Petroleum Hydrocarbon- 20 Contaminated Geologic Material -300 CY $ 72.00 $ (21,600,00) (excavating and disposing) Item 29 - Subgrade Preperation 21 Change the quantity from 12,514, to 27 SY $ 5.00 $ 135.00 12,41 22 Item 30 - add 1,409.18 Sy of Flex Base 1,409.18 SY $ 88.00 $ 124,007.84 (9" Asphalt Stabilized Base) 23 Item 31 -Add 1,327.18 SY Flex Base 1,327.18 SY $ 10.00 $ 13,271.80 (6" Caliche) 24 Item 33 -Add 4,680.18 SY of 2" Type C 4,680.18 SY $ 21.00 $ 98,283.78 HMAC Item 48 - 10" Sanitary Sewer Line, -40 LF $ 440.00 $ (17,600.00) 25 Replace over Tunneled Trench Item 55 - Install Concrete Flatwork 8 SY $ 73,00 $ 584.00 26 change from 4,152 to 4,160 Item 56 - Add 406 Lf of Remove Curb 406 LF $ 8.00 $ 3,248,00 27 and Gutter Item 57 - Add 406 LF of Replace Curb 406 LF $ 20.00 $ 8,120.00 28 and Gutter 29 Item 59 - Site Security Change from 30 -18.5 MO $ 3,600.00 $ (66,600.00) months to 11.5 Months 30 Item 60 - Site Office and Utilities -14 MO $ 1,000.00 $ (14,000.00) Change from 30 MO to 15 MO Item Al-1 -Two Pass Tunneling 31 Addition To Be Applied Only To Base -500 LF $ 1.00 $ (500.00) Bid Item Number 7 Item A2-1 24" Storm Sewer, RCP or specified fiberglass pipe, installed in 8'- 32 10' deep trench located in residential LF $ 244.00 street, including all labor, materials, -383.5 $ (93,574.00) excavation, backfill and incidentals. Change from 500 LF to 116.5 LF Item A2-3 - 5-foot Storm Sewer Inlets with two extensions per TxDOT standard detail PCO, located on 33 residential street including all labor, '5 EA $ 11,000.00 $ (55,000.00) materials, excavation, backfill and incidentals. Item A2-4 - Storm Sewer Manholes with rings and covers, 8'-10' deep in 34 residential street including all labor, -6 EA $ 12,700.00 $ (76,200.00) materials, excavation, backfill and incidentals. 35 Item A2-5 Trench Shoring / trench -500 LF $ 0.01 $ (5.00) Safetychange from 970 LF to 470 LF TOTAL COST OF THIS CHANGE ORDER: $ (533,373.20) CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-426183 S.J. Louis Construction of Texas Ltd. Conroe, TX United States Date Filed: 11/15/2018 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 11/16/2018 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13124 Northwest Lubbock Drainage Improvements Project Phase 2 - Reconciliation Change Order 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Menebroker, Lucas Conroe, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Dedaranl) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-426183 S.J. Louis Construction of Texas Ltd. Conroe, TX United States Date Filed: 11/15/2018 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13124 Northwest Lubbock Drainage Improvements Project Phase 2 - Reconciliation Change Order 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling intermediary Menebroker, Lucas Conroe, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is LueAS C.y1E -ESt c*P- and my date of birth is My address is .29/2 A'. 04kri srr, .r+Frc 9/0 Cw°'Fcf 7k Vogl USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of 'l�jcAi on the lS day of /-0b,04 A- , 20 (month) (year) 1gnature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711