Loading...
HomeMy WebLinkAboutResolution - 2009-R0197 - Change Order To Contract - Utility Contractors Of America LTD- Upsize Water Line - 05/14/2009Resolution No. 2009-RO197 May 14, 2009 Item No. 5.23 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and 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. 8517 by and between the City of Lubbock and Utility Contractors of America, Ltd., for upsizing 460 feet of 6 inch water line ahead of pavement on University Avenue from 33 d to 34`x' Street per ITB # 08 -725 -DD, 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 this 14th ATTEST: Garza, City Secretary APPROVED AS -1-0 CONTENT: day of May , 2009. d,� TOM MARTIN, MAYOR L. Adams, ' City Manager/Director of Water Utilities APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw/Chad/Resolutions/RES.ChgOrd#l-Utility Contractors of America, Ltd April 30, 2009 CITY OF LUBBOCK CHANGE ORDER Change Order #: I I Contractor: Utility Contractors of America, Ltd. $4,977,034 Date: 4/14/09 BID/ITB/RFP #: 08 -725 -DD D. AMOUNT OF PREVIOUS CHANGE ORDERS: Contract #: 8517 Project Name: 34`b Street Major Water Line Replacement $109,020 "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): The COL water department is requesting replacement of approximately 450 ft deteriorated 6 inch water line to 12 inch in University Avenue from 33`a to 34th Street The additional work is necessitated by the upcoming pavement contract administered by the City Engineer that involves concrete paving of the intersection of 3401 Street and University Ave. 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: $4,977,034 B. AMOUNT OF THIS CHANGE ORDER: Counetl approval required if over 315,000 $109,020 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 2.19% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $0 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $109,020 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (EIA): 25%Maximum 2,19% G. NEW CONTRACT AMOUNT (A+E): $5,086,054 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, Change Orders over $25,000 require a Contract Cover Sheet and the following signatures: CITY 01 OCKy �//� 5/14/09 5/14/09 (7) M}CYOR Date (8) C1T 3SECRETARY Date Council Date: May 14, 2009 Agenda item #: 5.23 Resolution #: 2 9—R0197 PWC -045 (Rev 01108) Change Proposal Request No. 1 (Not a Change Order) Project Name: 341h Street Waterline Replacement Owner's Project No. (if applicable): ITBff 08 -725 -DD Contract #8517 Prefect Owner: City of Lubbock Regulatory Agency Project No. (If applicable): HDR Project No. 84911 Initiated by: ® Engineer ❑ Corimctor Contractor. Utility Contractors of America, Ltd. Date: March 11, 2009 927 Highway.62 Wolfforth, TX 79382 Attention: The following change In the contract on this project is proposed. Please provide your proposed price for the cost of this change. • A breakdown of cost SHALL be provided upon request by the Owner or Engineer. • Work shall not commence until authorized by the Owner. Descrintlon of the Proposed Chance: The City of Lubbock Is adding proposed Line "Z" to connect existing waterlines in University Ave. to the contract as shown on the attached drawings 2C-12 and 2C -25a. The following 'bid Items are proposed to be increased by approximately the quantities listed below. Bid item 7: B -Inch Watedine —100 LF additional Bid Item 10: 12 -inch Waterline — 460 LF additional Bid Item 19: 8 -inch Gate Valve --1 EA additional Bid item 26: Upsize ExistingDistribution istribution Laterals Less than 6 -inch — 2 EA additional Bid Item 34.24x12 -inch Tee Lateral Reconnection —1 EA additional Old Item 54: Asphalt Pavement Trench Repair — 560 LF additional Include all labor, materials and Incidentals required for a complete Installation. Include unit prices, resulting total cost based on quantities listed above and proposed changes to contract period in proposal. Payment will be made for actual quantities installed. By J. Marler All work shall be In accordance wflh the terms, stipulations, and condlilons of the original Contract Documents. II the work herein provided lar is Approved by Changs Order, the lima of completion will be: Z Increased ❑ Decreased ❑ Unchanged by 55 calendar days. This change WK: IXI Add ❑ Deduct ❑ No Change 1 D20.OD G e Ira r Dat �hy /0 -f HDR Recornmendallon: Ix Recommend Acceptance ❑ Do Not zr eplance By: HDR Fog! N g, Inc. /// �[ // Date 4/ ' `T J �i Owner's Action: ❑ Accepted By: Owner Date ❑ Not Accepted {Jun 1999; Aovlzmd Ocl 20011 Farm Golo•02 Copyright 1991 HDREnglneering, Inc, IC A\ Utility Contractors of America, Ltd. 927 Hwy. 62 Wolfforth, Texas 79382 (806) 866-9380 (806) 866-9530 fax 34th St. Major Waterline Replacement - Line Z Change Proposal No. lb Item No. Description Qty. Unit Bid Price Bid Amount 7 6" Waterline (open cut) 20 LF $30.00 $600.00 6" Waterline (bore w/ certalok & grout) 80 LF $85.00 $6,800.00 10 12" Waterline (open cut) 100 LF $67.00 $6,700.00 12" Waterline (bore w/ certalok & grout) 360 LF $182.00 $65,520.00 19 B" Gate Valve 1 EA $1,280.00 $1,280.00 26 Up -Size Existing Lateral 2 EA $3,400.00 $6,800.00 34 24"x12" Tee 1 EA $12,000.00 $12,000.00 54 Asphalt Pavement Trench Repair 120 LF $36.00 $4,320.00 5 Traffic Control 1 LS $5,000.00 $5,000.00 $109,020.00 Total Bid Pro osai: $109,020.00 � }J1 Ty Lane, GM An additional 45 working days to be added to the Contract Time Payment Based on Actual Units Installed Re -Striping is NOT included Quantities are Approximate