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