HomeMy WebLinkAboutResolution - 2011-R0047 - Change Order To Contract - Duininck Inc.- Phase II Taxiway Improvements Project - 01/27/2011Resolution No. 2011-R0047
January 27, 2011
Item No. 5.22
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. 1 to that certain
Contract No. 9593 by and between the City of Lubbock and Duininck, Inc.. for
construction services for Phase II Runway 8126 Taxiway Improvements Project, and
related documents. Said Change Order No. 1 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 January 27, 2011
TOM MARTIN, MAYOR
ATTEST:
Rebec a Garza, City Secretary
Director of A,
—J
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Chg0rd#1-Duininck, Inc.
January 12, 2011
Resolution No. 2011—R0047
CITY OF LUBBOCK
CHANGE ORDER
Change Order #: 1 Contractor: Duininck, Inc.
Date: 1/5/11 BID/ITB/RFP #: ITB # 10 -099 -DD
Contract #: 9593 Project Name: Lubbock Preston Smith International Airport
Runway 08/26 Taxiway Improvements — Phase II
"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 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 (attach additional pages if necessary):
Change Order #1
Refer to drawings attached for supplemental information.
1. The FAA will not be supplying new in -pavement fixtures as originally planned. The existing eighteen
PAR -56 fixtures at station 00+10 and the existing five PAR -38 fixtures at station 2+00 will be reused.
(Included in $60,112.31)
2. 150 watt lamps are now being supplied by the FAA Depot as opposed the 120 watt for the PAR -38
steady burn stations. (Included in $60,112.3 1)
3. Items I and 2 will increase the overall power requirements by 3510 watts. This requires an increase in
both the cable sizes and quantity. (Included in $60,112.31)
4. Extension of LPL overhead electric to MALSR service point. (Included in $15,385.00)
5. MALSR lights adjusted from 0 degrees on the horizontal plane to negative 1.5 degrees to reduce pole
heights. This item requested by FAA RE. (Included in $60,112.31)
6. Miscellaneous modifications to MALSR shelter as requested by the FAA RE. Including rotating
shelter to face south, addition of 6 ft sidewalk along south and west side of structure and other
miscellaneous electrical modifications as detailed on the revised drawings. (Included in $60,112.31)
7. Add one additional 2" conduit (to make total of 3) from shelter to sta 10+00 and from sta 10+00 to sta
14+00 as requested by FAA RE. (Included in $60,112.3 1)
8. This change order confirms that grounding rods shall be installed at 90 -ft for the guard wire between
MALSR shelter and station 10+00, as well as between each light station. (Included in $60,112.3 1)
9. Depth of burial of underground electric primary changed to 60 inches as requested by Lubbock Power
and Light. (Included in $60,112.31)
10. New racks to be installed in all hand holes as indicated by new FAA standards. Detail shall be
submitted by contractor to engineer for approval. (Included in $60,112.31)
11. Buried cable markers shall be installed at changes in direction or at other key locations necessary to
identify cable route. (Included in $60,112.31)
X:\2010\2709.10\Construction Phase\Change Orders\Change Order 1\LIA-CO #l.doc PWC -045 (Rev
01/08)
12. Install recycled asphalt/base material and 1-1/2" P-401 asphalt surface course for MALSR road,
approximately 3,200 sy. Refer to detail A5/CO#1 for pavement section, detail A2/C-502 no longer
applies. Drawing CO#I attached also specifies revised grading of the MALSR road and adjacent
drainage area. (This change in pavement section is "no cost" and was suggested by the Contractor as a
value engineering proposal.)
13. Demolition of existing irrigation line. ($5,054.25)
14. Construction of a concrete plug across end of abandoned 72 -inch CRMWA line ($4,027.30)
Phase IA's completion time has been increased from 48 to 55 days. Please See Attachment for itemization of
cost. It shall be noted that certain bid items will under run as a result of some of these changes. Items included
in this change order are "new" and not covered by an existing bid item. All quantity under runs of existing bid
items will be addressed according to contract requirements for a unit price bid. Approximate anticipated
savings from quantity under run is $45,454.50.
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 DESCRH'TION AMOUNT
A. ORIGINAL CONTRACT VALUE: $ 13,292,395.29
B. AMOUNT OF THIS CHANGE ORDER: Council approval required if over $25,uuu $ 84,578.86
C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 0.64 %
D. AMOUNT OF PREVIOUS CHANGE ORDERS: $ 0.00
E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $ 84,578.86
F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 2511 Alasivuou 0.64 %
G. NEW CONTRACT AMOUNT (A+E): $ 13,376,974.15
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 Contract Cover Sheet to Purchasing and Contract Management Department):
(1) NTRAC Date (� RP OJECT ARCHITECT/ENGINEER Date
Appr3ved as to Conte C
Je�
(3) WNER'S R RESENTATIVE Date
&AJC FI;A� - - th-uj
(5) CAPITAL PROJECTS MANAGER Date
Approved as
(4) CITY ATTORN e
t _ l� vil
(6) ikfR HASI CONT CT MANAGER bate
Change Orders over $25,000 require a Contract Cover Sheet and the following signatures:
CITY OF LUBBOCK ATTEST:
1/27/11 1/27/11 41�
(7 1AYOR Date (8) CITY .CRETARY Date
Council Date: January 27, 2011 Agenda Item #: 5.22 Resolution #: 2011—ROO47
X:\201012709.10\Construction Phase\Change Orders\Change Order I\L IA -CO #l.doc PWC -U45 (Rev
01/08)
�j DumiNCK
TE"
December 16, 2010
Mark D. Haberer, P.E.
Parkhill, Smith and Cooper
4222 85`° Street
Lubbock, TX 79423
Re: ITB NO. 10 -099 -DD R/W 08/26 and Taxiway Improvements
Change Order I
Dear Mr. Haberer,
DTX—W2
Duininck Texas is issuing this letter in regards to Change Order 1. We are requesting an additional seven
days added to the contract for the work required in addition to compensation. We are submitting the
following pricing:
Additional electrical work due to changes from the FAA and other requirements = $60,112.31
There is an attached breakdown of estimated overrun and under run of existing bid items.
Electrical Service from LP&L = $15,385.00
Irrigation Line Demo $14.65 LF, 345LF Removed = $5,054.25
72" CRWA Line Plug = 64,$2,9- 4 q, O 2 i. 3 o
Total chane order ricin is laced at
g pricing p ee� � B�, 57 8.86
In addition we are requesting to place recycled asphalt/base material and 1 %" P-401 asphalt surface
course for the MALSR road, approximately 3,200 SYDS. This is based on RFI #3 and the response
provided by PSC. This is at no cost to the owner.
The cost breakdown of each item is attached.
If there are any questions or concerns please do not hesitate to ask. I can be reached at 817-564-3135 or
email at ieshelburne@duininck.com.
E. Shelburne
Manager
4701 North Highway 377
Roanoke, TX 76262
(817)491-0946
A DIVISION OF DUININCK INCORPORAT
V10ft
DumiNCK
TEXAS
Cc: File
Ron Alford
Attachments
4701 North Highway 377
Roanoke, TX 76262
(817) 491-0946
A DIVISION OF DUININCK INCORPORATH
Nage 1 of i
1 1 Item. Description of materials required, work to be done, special equipment needed, etc. Breakdown should be in sufficient detail to
mit itemizing of all direct costs.
12 Unit of Measure. Description of the unit in which each item is to be estimated (examples - square yards — SY, cubic yards -CY, square
t -SF, linear feet -LF, board feet -BF, each -EA, pound -LB).
13 Quantity. Contractor's estimate of quantity required in terms of unit of measure (column 2). Items and units of measure will be fur-
hed by the Government, Quantity estimates will be furnished by the Government only when it is anticipated that a unit price contract will
issued. Otherwise, the contractor is responsible for determining quantity estimates.
14 and 5 Material Costs. Enter unit material cost (Col 4) to be supplied. The total cost (col 5) is automatically calculated (Col 3 * Col 4).
16, 7 and 8 Labor Costs. In Col 6 edit the existing equation by entering manhours per unit * Col 2. In Col 7, enter the average wage rate
the discipline involved. Col 8 is automatically calculated (Col 6 * Col 7).
19 Other Direct Costs. Enter estimated costs of special equipment and other items (listed in column 1) which are special to the contract
I of significant dollar value.
110 Line Total. Col 10 is automatically calculated.
ITE: In addition to other totals entered on various pages, the grand total of column 10, plus OH & P will be shown on the last page as follows.
TOTAL MATERIAL COSTS $ 27.151.43
TOTAL LABOR COSTS $ 10.867.50
TOTAL OTHER DIRECT COSTS $ 3.780.00
TOTAL DIRECT COSTS $ 41.798.93
LABOR BURDEN 35% $ 3.803.63
OVERHEAD 10% $ 4.179.89
PROFIT 5% $ 2.489.12
Bond $
TOTAL PRICE $ 52.271.57
DATE 11 -Dec -10 FIRM NAME Rural Electric Inc.
TITLE Estimator BY Roger Bieberdorf
(Signature)
INSTRUCTIONS TO OFFERORS
4R
(00 )111,31
L The purpose of this form is to provide a standard format by which the offeror submits to the Government a summary of incurred and
.stimated costs (and attached supporting information) suitable for detailed review and analysis. Before award of a contract resulting from
Ns proposal the offeror shall, under the conditions stated in ASPR 3-807.3, be required to submit a certificate of current cost or pricing data
;see ASPR 3-807.3 (e) and 3-807.4).
In addition to the specific information required by this form, the offeror is expected, in good faith, to incorporate in and submit with this
-in any additional data, supporting schedules, or substantioation which are reasonably required for the conduct of an appropriate review
clysis in the light of the specific facts of this procurement. For effective negotiations, it is essential that there be a clear understanding of
a. The existing, verifiable data
b. The judgmental factors applied in projecting from known data to the estimate, and
c. The contingencies used by the offeror in his proposed price.
short, th offerors estimating process itself needs to be disclosed.
When attachment of supporting cost or pricing data to this form is impracticable, the data will be described (with schedules as appropriate),
d made available to the contracting officer or his authorized representative upon request.
O
O
S
O
O
O
O
M
O
O
O
O
O
O
LO
1-
O
O
M
N
r
ui
LO
N
01
N
O
m
U)
G
O
a
It
LO
1-
co
O
U)
1-
O
O
J
c
M
V
(0
N
N
N
co
N
M
O
O
z C)
cV
N
N
N
:30
61)
va
69-:�
u-:�
64
69D.
u-:�
u3,
61#
61)
69-:�
u-:�
61#
WUH
U)
(D
M
cc
P95orn
000
N
o
a
E
GRI
U)
5
CD
N
E
J
OCM
Go
c
c
a
CM
o
CM
f+
N
z co
—
O
r
Qy
61.4.6%
fi?
6%
fii
Ef?
FA
6%
6%
Mf
61%
Ef?
6%
6%
6%
6%
Oa`O
cc
V
S
M
S
M
�Q
O
qH
;LC
R0
N
m
co
Q
O
a
C',
S
o
O
0
= O
z z
O
r
N
CD
a
S S
SV
N
V
J
N
LO
S
(V
M
t0
L6
N
(6
LO
N
r
O
N
'O�
O
GGo
Cl)CO
Cl)
0
v
N
N
r
W
�
U
~
zQ
Q
61#6%
6%
VD.
6%
o
S
O
O
S
fl -
`CD
1s
LOQ
Z
S
O
�
riCD2
a
N'
W
m
m
LU
?
va
ts�
6%
643,
6%
�!
Qz
O
O
O
cor
O
O
O
M
O
tM
O
CM
O
M
O
mM
O
Wv
M
C%j
M
CO)
O
Q
N
a
LL
? O N
=
4)
N
a
m
N
'gyp
W
O
N
—
fA
J
0
V
z
O
'gyp
M
°'
N
E
a
co
c
4,
a
tom+
x
_
c
co
:2
m
V
z
—
0.9
� *
L.U.
CD
�
C0
J
cc
OW
CL
t
(a
Z
H
L
`N
:�
O
LU
Wi
V
2
N
ccC
caa
Ocm
—
M
a'
p c¢
�-
z
m
,Q
,�
0°
0
1-
m
_
`'
m
a
rn
W
O
�f-
R
ia'
��
'
S
coco
C
y
C
N
`1
W
V
m 0
&
U`
f
S
U
a
a
U°
3
a
`$�
CO
LLIr
N
O
Cl)
a
V
S
l0
S
O
h
SO
OD
O
O
e-
N
M
V
LO
j
ID
O
Q
J z
O
O
O
O
O
O
U 10
10
t00
0
0CM
�O
O
q
C9
O
N
0
O
�D
'
r
1,-
N
Cl
r
r
O
1�
O
O
OD
M
tC
F�
In
O
P.
r
W
N
O
O
O
J
W Q
h
co
N
IV
M
r
ch
ch
r
M
N
T
v
V
JOo
H
tf3
fA
FA
�i
to
fR
Va
EA
to
EA
EA
EH
ffi
to
ER
ER
O
O
O
O
O
O
O
a'f'fA
O
O
N
O
N
O
O
Opt'
N
�
mU
WCp
N
O
ODOU
N
M
0
va
to
GF.
6%
6%
a
o
m
Cl
0
0
0
0
0
0
Cl
N
C
N
G
T
'
C
Go
ui
r-
'
G
T
C
T
'
C
T
I-
00
'
'
'
N
O
m
Q
H O
V
N
N
T
N
N
N
Go
cm
�
Z (n
O
T
LD
r
O c
p O
va
va
6%
va
Gra
6%
ea
bra
Gra
va
va
va
va
en,
Wa
•w
Q N
p
F -
Cl
a
p
o
0
0
0
0
0
0
W
Y
U
F
M
M
M
M
M
M
M
M
H
0 mg
Q
�o
N
Cl) co
61#
O
0
O
0
619-
O
0
GF.
O
0
69,
O
0
6%
O
0
O
O
Cl
C
=
N
co
co
LA
t0
co
co
N
.A
0)
Z Z
T
O
fD
O
OO
N
O
q'
d
(O
O
Go
O
N
O
O
J
'
r
r-
'
T
r
N
'
OD
fC
'
1-
C
W
Cl)
H O
ch
v
N
r
co
T
Z
Q
0
U
O
OQ
Q
�a
61#
gra
60-cFa
Gra
61a
Gra
Gra
61#
GF.
Gra
va
Gra
G
rn
w
ago,
w
4
opo,
co
LO
O%
g
Z
N
N
N
N
N
N
N
N
W
W
m
m
W
j to
40)
0%
619,
GF.
613,
6%
(a
QZ
�
O
o
o
O
O
cn
O
o
O
O
o
g
T
T
C
C
C
w
CIO
W
O
tr
CO)
n.
H L
N
ca
m
co
cc
cc
m
'0
co
co
m
m
m
co
'C
to
O
0
j O�
O
N
V
O
N
N
N
13
N
N
J
Z
O
"p
ci
�
O
F
m
��
O
�
�
W T
�
c
J
C
V
L
U
r
U
N
V
r
U
O
s
Y
U
Q
H
v
o�
C
~
Q
O
W
�O
W V
g
co
v
N
a
a-
v
N
H
�_
H
co
V)
N
O �0
eCOZ.__
C
O
w
N
3
N
n
Q
a
01
y
$
a'
a
N
3t
N
a
Cl)
N
N
a
W
W
i— �I-t�7
V
J
N
J
Q
2
a
2
U
U
U
lL
U
U
:i
Ci
fq
Z O
SC
r
1�
T
CO
r
O
r
O
N
r
N
N
M
N
N
O
N
�C
N
1.-
N
CO
N
O
N
O
C7
Z
d
Z
O
V0
U
J Z
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
U
N
O
S
GOD
O
N
co
CM
O
�M
I-
1
,
'
1
rlz
vi
O
I
O
N
O
N
O
M
N
W Q
r
r
r
CV
f.
Z
�Or
Vk
V).
VJ-
VJ.
Va
VJ.
Va
Va
64
Va
Va
V}
V)
Va
Va
�VCo
0
0
EL
v
= wU)irn
Nr
C
io
OAU
N
4
a
E
m
O
O
O
O
O
O
O
o
O
0
O
0
O
0
o
0
yN
Q
ccoo
W
Go
coccoo
I
ccoo
v
'ci
Go
d
a0
N
LO
r
Ln
r
O
+.
CM
r
E
Z CO
0—C
F—
!"
Q N
V!
V}
Vi
V)
Vi
V)
63
V!
6%
V!
V!
V!
V!
V!
V3
V)
N
0 a
j
0
0
0
0
0
0
0
0
C
Y
y U
ix
C!)
9 Fq-
M
M
M
M
M
M
U')
c�
m
C
Q
O
m
;
O
O
CD
V-
O
CO
aU
O
O
O
R
O
O
O
O
O
O
O
CO
N
I�
CI
Lf)
M
M
v
co
co
CO
Lf)
O
LO
N
N
O
O
LO
0
LO
f-
O)
to
r
J
v
N
N
N
st
v
CO
P1
ZH
-jO
to
64
to
61).
64
to
69)
to
64
61�
64
to
643�
GF)
64
to
C!
0
0
t:
o
o.
LO
M
o
LO
=W�o
OU
p
m
Op
N
0
a69
6469
C
L
0
0
0
0
0
0
0
0
H
QCT
=
J
Q
M
i
M
N
v
i
M
I
O
(p
c
0 O
C'7
r
O C
F
,O
EA
l!3
fi3
FH
Efl
EF?
Efl
Efl
EA
ER
FA
Efl
EA
EA
Ei?
Efl
N
�_
U`
0
cow
0
0
o
0
0
0
0
0
0
•Ri
Y U
U
uiM
�~
c)
M
(�
(�
M
CO
O
vog
Ca
W
Q�
co cn
>-
it1:
03�
O
o
(A
O
0
0
64
O
0
69#
O
6%
O
0
03�
O
64
O
0
N
0
CI
.--
0
CO
''
'i
O
CV
Z Z
22
Q)
0i
O
v
M
�
O
to
O
O
a00
r-
Q7
J
i
G
0)
co
C
s
Go
C4
coN
0
N
CD
tQ
Hco
0
d'
r
w
co
0
F-
0
a
oof
Q
69),
GF.
611,
6%
61).64
6%6%
�
�
eo
eo
6%64
�
.11
w
O
N
N
N
O
as
O
O
co
Y
La
~
v
CF)
v
co
co
CV)
O
N
w
m
m
LU
2
(a
G9
64
69
64
tFT
VA
tH
tR
H
D
o
O
0
0
0
N
o
O
N
o
O
0
O
0
0
a
Z
U
r
CV
v
r
�-
N
r
O
r
W
M
0w,
F-
a
Z LL W N
N
N
m
N
N
N=
N
ca
N
co
V
Z
O
a
m
c
M
o
tm
C
-8
to
CLn
L
r
LL
V
n
c
n
a
o
CL
CO
Z
CO
w
i
N
O
V
Vo
Y C
g
W
H
L
U
s
N
C
=
0
2
co
w
M
O
O
QJ
H
:i
O LcQ
Q
i
0
Vr
(D
N
0
O
L
:;
y
W
T
C
N
�►
2
a -
C
N
0
d
W
d
Y
w v
V
d
•-
co
m
..
U
d
t
co
m
ami
-
U
�,
0)
a�
2
d
o
w
C
U
I-
f -
w
g
Q
N
C
O
a
Q
0
Q
�
m
a
N
.
m
M
�,
v
C
w
LL CcF—
Ix1.
CO
co
co
Q
rD
co
°'
a
to
<
m
W
F—co
Q
QLLI
m
a
to
<
z
ii
v
a
ci
m
2
cn
w
Z O
t0
et
I�
O
O
O
LO
to
N
to
M
to
to
1n
tO
t0
I�
t0
O
to
O
U)
O
(OO
Z0
to
O
0
J Z
O
O
O
O
O
O
O
O
O
O
O
O
O
O
U
U
U
It
m
O
ti
Co
c
co
�
ri
cti
J
LU
�
v
N
m
tq
Z H '-
N
Zi O
to
fA
EA
ER
di
O
O
O
O
O
Ni
C
C
G
= W fA O)
N
0)
V
ti
ti
�
C6
C
OpU
N
61)
tj
is
J
N
O
Go
ao
coO
(�D
O Co
tG
a0
O
M
ao
C
6
M
O
♦..
d
Z
O
H
CO)
U
W
_
.cc
OJ
U
OW
�F
o
cc
m
g
a�
W
� }
N
m
O
Z Z
CD
CD
v
N
CO
J
C
d
O
�
t0
co
r
LU
COLU
~
a0
of
m
'd
It
r
�
O
U
~
N
Z
3
a
a
6%
6
LU
Q
g
zd
LU
Ix
O
00
m
W
2
D
H
Q
Z
ul
W
O
�
a
J
J
J
J
CO
V
ZO�N
J
Z
O
V
H
Z
2
J
0
o
U
W r
O
_N
N
H
H
O
d'
12
�
O
N
ch
et
W
0
Z
�..
,.
..
�
U
U
LU
N
u
z
z
2
tL
co
co
ZO
0
0
U
JZ
INVOICE
B
LPM Contact Damian Panboya
1301 Broadway Phone: (806) 775-2527
Lubbock, Texas 79401 fax: (806) 775-3009
E-mail: u9
Please Indude Invoke Number with Remptsnce
Invoice M TSJES1124 Bill To: Jason Shelburne
Date: November 24, 2010 Duininck
POM P.O. Box 735
Roanoke, TX 76262
Description Of Work: 817-491-0946
Overhead and Underground Fads for MALM
>OB ran InYvloa DaacJipKpn Qty I COWPF/Hr Bdanoa
LPLLM1117 OH—UG Ustall I ME51124 Fadlkies 1.00 1 U,37&261 13,378.26
Please tear at the perforation and Include with payment
Invoice Date: November 24, 2010
Terms: Balance due: December 10, 2010
Total I # 13,378.26
M)( 157- - 2rDOG .14
1' 16- W' -Dv
wlarirwna;e,
Remit to
Customer Name:
Jason Shelburne
Lubbock Power 8< Light J3
Job Number:
LPLLM1117
C/O Dana Box LWOMAK
Invoice Number:
TSIES1124
P.O. Box 10541
Due Date:
December 10, 2010
Lubbock, TX 79408-3541
Amount Due:
613,378.26
Amount Enclosed:
to +faR rMMM nesse Nary uarman raMOYa at Mb-M-LU7 MR you
Reminder: Please include the invoice number on your check
Account: 211.7517
making a vire transfer,
DuiNiFICK
XAS
4.701 Nafh MEgFwMay 377, IRoRngks, TX 7¢262
PFI; 817,491.046 FAX: 417,491.0428
Cost Detail With Pricing
Project dame: Lubbock 08/26 Taxiway Improvements Phase II Customer. Gty Of Lubbock
Sob Number. Billing Address: Lubbock, TX
Bid As:
Estimator. Phone:
Project Address: Contact:
Completion Date:
Unit Total Markup
Oesniptlon Quart" um Dhect Cost Mod Cost unit Plica Total Price Percent
Q 1120 - MC - Demo Existing Inigation Une
345.00 LP
$133200
;4,595.40 $14.65 $5,054.25 9.98%
J*
Pipe Demo Crew (36.67 LF/PH, 0.94 DY)
345.00 LF
$11.1461
$3,845.40
SIdUM Opwator [2]
9.41 HR
;38.8252
$730.62
0
Common Laborer i3)
9.41 HR
;28.2965
;798.73
qJ
085 6M LB HOE
9.41 HR
$91.5200
$861.12
074 SINGLE HEAVY PADFOOT
9.41 HR
$50.2900
$473.18
Sem!-SkIIW OperatDr
9.41 HR
$34.0799
$320.66
036 4 YD LOADER
9.41 HR
$70.2600
$661.08
Truddng (1.00 DY, 1.00 Truda, 34.50
345.00 LF
$2.1739
$750.00
LF/HR)
12/20/2010 8:45:48 AM Page 1 of 2
Total Bid Price: $13,297,449.54
12/20/2010 8:45:48 AM Lubbock 08/26 Twdway Improvements Phase 11 Page 2 Of 2
Percent of
Amount
Direct Cost
Labor.
$1,850.01
40.26%
Equipment Owned:
$1,99539
43.42%
Equipment Ranted:
$0.00
0.00%
Materials Owned:
$0.00
0.00%
Materials Purchased:
$0.00
0.00%
Subcontracted:
$0.00
0.00%
Trucldng Owned:
$0.00
0.00%
Trucking Hired:
$750.00
16.32%
Miscellaneous:
$0.00
0.00%
Plug:
$0.00
0.00%
Direct Cost:
$4,595.40
Total Bid Price: $13,297,449.54
12/20/2010 8:45:48 AM Lubbock 08/26 Twdway Improvements Phase 11 Page 2 Of 2
Percent of
Amount
Bid Price
Total Direct Cost:
$11,654,998.06
87.65%
Total DC Adds/Cuts:
$0.00
0.00%
Total Indirect Cost:
$0.00
0.00%
Total Bond:
$90,727.67
0.68%
Total Overall Cost:
$11,745,725.72
88.33%
Total Overhead:
$0.00
0.00%
Total Profit:
$1,551,723.82
11.67%
Total Margin:
$1,551,723.82
11.67%
Total Bid Price: $13,297,449.54
12/20/2010 8:45:48 AM Lubbock 08/26 Twdway Improvements Phase 11 Page 2 Of 2
UTILITY CONTRACTORS OF AMERICA, Ltd.
927 Highway 62 - Wolfforth, Texas 79382-9778
December 16, 2010
Runway 8-26 Phase 2
Invoice
Plug of Existing Pipe
Materials
Labor & Equipment
Profit & Overhead
OZL- /a
Chris Balios V1.
�-
(806) 866.9380, Fax # (806) 866-9530
$928.00
$2224.00
$350.00
$3502.00]
UfX 150x• — 525.3 J