HomeMy WebLinkAboutResolution - 2015-R0034 - Red River Construction Company - 01/22/2015Resolution No. 2015-R0034
Item No. 5.6
January 22, 2015
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. 11556 by
and between the City of Lubbock and Red River Construction Company, per Bid # 14 -11556 -
MA, for additional construction and installation of quality sewer pipeline, 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 January 22, 2015
, Ay/
GL ERTSON, MAYOR
ATTEST:
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
Y ` ' LL -j I )
R. Keith Smith, P.E., Director of Public Works
APPROVED AS TO FORM:
First Assistant City Attorney
RES. ChgOrd#2Contract- 14 -11556 -MA
sj.12.29.14
City of Lubbock
Purchasing and Contract Management
Change Order
Contract No: 11556 Contractor: Red River Construction Company
Change Order No. 2
BID/RFP No. 14 -11556 -MA
Contract Title:c.merlakaewaurwawaPalauSE "MPWirecawdegradeneawn
Project Number: EPA XP -96629501
1. "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 ofthe thine 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 work of this project includes construction of 700 linear feet of 42 inch gravity sewer pipeline. a cascade aeration facility and a discharge structure. Change
Order 2 covers the cost of extra work with Installationdmatenals and additional time to locate and excavate the area along the pipe route where a small and large
electrical dud bank have been encountered on the perimeter of Ne north hall of Digester 6 that was not located in the plans. The effort Involved in the removal
and replacement of the duct bank ($22,397) and work In dose proximity to the large dud bank ($20,026) for an additional $42,423 with other contract
adjustments to result in a cost decrease of $855 see section 2 page 2, thus resulting in a cost of $41,568 along with 36 (20 days for small duct bank, 10 days for
large duct bank and 6 weather days) days time extension.
2. 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:
$1.254.249
B.
AMOUNT OF THIS CHANGE ORDER: C'ouncd appmot requiredlfover S25,000
$ 41568
COST CENTER: 8524 ACCOUNT: 9242-30000
C.
PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A):
3.3 %
D.
AMOUNT OF PREVIOUS CHANGE ORDERS:
$ 76,177
E.
TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D):
$119.745
F.
PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25% increase
9.5% %
or decrease
G.
NEW CONTRACT AMOUNT (A+E):
$1,373,994
3. 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 followine signatures (please sign in order and return 3 originals with Contract Cover Sheet to
Purchasing and Contract Management Department
(I) CONTRACTOR Date
Approved as to Content:
OWNER'S $L+ SENTATIVE / Dia
IIS If1
(5) CAPITAL PROJECTS MANAGER Date
CITY OF
(2) PROJECT ARCHITECT/ENGINEER Ualr
over $25,000 require a Contr t CoverJ'heet and the follow r si rrtauret:
ST:/) 1122/15;
1122/15 ,(J[-�,GL� 1/22/15
Date (8) SECRETARY Date
r42015 5
DateJanu 2 � Agenda Item h: Resolution 4:70 1 5_R0034
PUR-45 (Rev 122012)
City of Lubbock
Purchasing and Contract Management
Change Order
Contractor is to remove the small duct bank for construction and replace it after the pipe line has been
installed. Temporary power will be temporarily installed. Contractor shall work around the large duct
bank with care to install the pipe without damaging the large duct bank. Pipe will be located under the
large duct bank In places which will require flow -able fill to provide support needed for duct bank. The
associated costs are illustrated in section 1 below for this work.
Additional adjustments to the contract construction are listed in section 2 below which amount to an
increase of $2,145 as noted. To summarize the adjustments: 1) the curb and gutter will not be
replaced north of the sludge pump station, 2) the asphalt will not be replaced north of the sludge pump
station, 3) the sod will not be installed south of the UV building, 4) the seed/plant disturbed area will
not be done, and 5) 82 cy of concrete from the abandoned filter structures were removed instead of
the listed 42 cy. The associated change in cost for these adjustments is an increase of $2,145.
Construction Cost Adjustments
1. Installation Costs related to Small and Large Duct Banks - Additional
Remove and replace Small Duct Bank $22,397.00
Install Temporary power $2,800.00
Delete Item 10 - Demo Concrete footer -$2,800.00
Work around Large Duct Bank and use Flow -able fill as needed $20,026.00
Total Pipe install with Large and Small duct banks $42,423.00
2. Other Construction Cost Adjustments
Delete part of Item 18 Curb and Gutter 28 If @ $30/If -$840.00
Delete part of item 17 Asphalt 30 sy @ $66/sy -$1,980.00
Delete item 26 Sod 205 sy @ $7.00/sy -$1,435.00
Delete item B2 Seed/plant 1500 sy @ $2.00/sy -$3,000.00
Add item 12 Demo Aband Filters (42 cy to 82 cy) 40 cy @ $160 $6,400.00
Sub total -$855.00
Total Change Order
Change Order #2 results in a cost increase of $41,568.
Page 2
$41,568.00
DESCRIPTION OF CONTRACTOR'S MODIFICATION REQUEST
C 6k yl. A
PROJECT: c.mo.. rake Rome Pro7eer ® se were, R.cr.mal.. Plane
OWNER: CNyolluback.rx
CONTRACTOR: R® RIVER CONSTRUCTION COMPANY, INC. _
ENGINEER: Enprotec/Nlbb.&rmd
REFERENCE: R.nwvo& Replace Sm.il Duaank 0 No. a DIp..ter
ATTACHMENT "A"
PROJECT NUMBER
291
467&
Date: Nov. &, U19
The Contractor proposes to make the following additions, modifications, or deletions to
the Work described in the Contract Documents:
Remove & Replace the small ductbank not shown on the plans near the No. 6 digester.
This price does not include temporary power.
Please advise as soon as possible.
By:
Prepared by Red River Construction Company, Inc.
Manager
Ductbank Demo & Removal
1 It
Excavator
$1,028.50
1 lot
Fuel Oil & Maintenance
$1.368.70
1 lot
Tools @ Miscellaneous
$215.60
30 hrs
Labor
17.00
$510.OD
15 hrs
Foremen/Operator
26.50
$397.50
10 his
Supervison
37.50
$375.00
45%
Labor Burden
$577.13
Ductbank Installation
1 lot
Materials
$1,674.40
1 lot
Trench & Backfill
$3,450.00
15 cy
Concrete
115.00
$1,725.00
114 his
Labor
47.59
$5,424.92
45%
Labor Burden
$2,441.21
SUBTOTAL:
$19,187.96
15%
Contractor's Fee
$2,878.19
Bond
$330.99
TOTAL:
$22,397.14
Please advise as soon as possible.
By:
Prepared by Red River Construction Company, Inc.
Manager
Cingt*3
DESCRIPTION OF CONTRACTOR'S PRICE FOR PROPOSED MODIFICATION
PROJECT: Canyon Lake Rause Protect @SE Water Reclamation Plant
OWNER: city of Lubbock, Tx
CONTRACTOR: RED RIVER CONSTRUCTION COMPANY, INC.
ENGINEER: Enproac I HIM* a Todd
REFERENCE: 42" Line ®Ductbank and Digester
The Contractor proposes to make the following additions, modifications, or deletions to
the Work described in the Contract Documents:
PROJECT NUMBER
291
4878
Date: Sep. 29. 2014
As per our conversations on the 42" pipeline and the two existing ductbanks, we have been delayed with the
installation due to the footing that is actually a ductbank and an existing large ductbank that was not Shown on the
drawings. The decision to remove the smaller ductbank has given us a fight layout that has required us to go with
ftowable fill and addltional exploration costs. This also has caused a two week delay and pushed us into a rainy
stretch which has caused an additional 4 day delay in the project. Therefore, we request a 16 day time extension
and additional costs as follows
50 cy Flowable Fill
$4,625.00
1 lot Excavator
$1,875.00
1 lot Loader
$1,250.00
t lot Fuel, Oil, & Maintenance
$4,580.00
1 lot Tools & Miscellaneous
$311.40
98 hrs Labor
17.00
$1,666.00
32 hrs Foreman/Operator
26.50
$648.00
16 hrs Supervision
37.50
$600.00
45% Labor Burden
$1,401.30
SUBTOTAL:
$17,166.70
15% Contractor's Fee
$2,573.51
Bond
$295.95
TOTAL: $20,026.16
Prepared by: Red River Constructlon Co.
By: