Loading...
HomeMy WebLinkAboutResolution - 2007-R0226 - Change Order To Contract - West Texas Paving - 05_24_2007Resolution No. 2007—RO226 May 24, 2007 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. 3 for West Texas Paving Contract #6667 and associated documents. Said Change Order is attached hereto and incorporated in this Resolution as if fully set forth herein and shall be included in the minutes of the Council. Passed by the City Council this 24th day of may 72007. oe DAVID A. MILLER, MAYOR ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: 1 J 1 Rob All sis ' y Manager Development Services APPROVED AS TO FORM: Linda L. Charnales, Senior Attorney Office Practice ml/Linda/Resolutioiis/ChOrderNo3-WestTXPaving-6667 May 3, 2007 CITY OF LUBBOCK CHANGE ORDER Change Order #: 3 Contractor: West Texas Paving Date: 04/27/07 BID/ITB #. 06-003-BM Contract #: 6667 Project Name: Overton Park Tracts 14-17 Change Order within the scope of the contract means a Change Order that DOES NOT ALTER THE NATURE OF THE THING TO BE CONSTRUCTED AND THAT IS AN INTEGRAL. PART OF THE PROJECT OBJECTIVE. After performance of a construction contract begins, Change Orders may be approved if necessary to 1) make changes in plans or specifications; or 2) decrease or increase the quantity of work to be performed or materials, equipment, or supplies to be famished, This DOES NOT mean that a department can redefine the project. All work that alters the nattim of the thingkg be constructed or that is not an inteal part of the project objective must be let out for public bid by the Purchasing Department, 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): Quantity overruns and adjustments due to elements encountered in the field requiring additional concrete items, laying of hot mix, and demolition of concrete slabs. Change Orders must either be negotiated in the best interest of the City of Lubbock or put out for public bid by the Purchasing Department. 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: $1,497,892 B. AMOUNT OF THIS CHANGE ORDER: Council approval required (aver $25,000 $69,607.10 C. PERCEN'r OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 4.5 % D. AMOUNT OF PREVIOUS CHANGE ORDERS: $5-24} E s, '� .2 �,s o'-y, E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $134,331.61 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25%>v =imam 8.9 % G. NEW CONTRACT AMOUNT (A+E): $1,632,223.61 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 S25,U00require a Contract Cover Sheet and the following signatures: �n ' -- 5%24/07 ATT 5/24/07 (1) MAYOR Date (8) CITY s tETARY Date Council Date:_&Y 24, 2007 Agenda item #: 5.23 Resolution #: 2007—RO226 PUR-045 (Rev 02108) Estimate comparison Quantity overruns not covered In change order Item Quantity (roger) Quantity(actual) cost/unit total cost (Roger) total cost (actual) difference #2 Type C paving 8" black base 8824 9767.21 34 300016 332085,14 32069.14 #3 6" Concrete Class C used in filets 527 685.04 70 36690 47952.8 11062.8 #4 6" Concrete Gass B used In alley returns 111 145.23 70 7770 10166.1 2396.1 47 Standard 24" curb and gutter We 6898.75 14 86632 96582.5 9950.6 #19 4 way 4" duct bank 715 723.8 100 71500 72360 880 #22 Remove and dispose of curb and gutter 7144 7469.9 10 71440 74699 3259 #23 Remove and legalry dispose of concrete s 600 1621.46 30 24000 48644.4 24644.4 84261.94 Quantity underuns from original estimate Item Quantity (roger) Quantity(aclual) cost/unit total cost (Roger) total cost (actual) difference 41 Type 0 paving 2955 2874.69 14 41370 40245.66 •1124.34 #5 6" concrete lass A used in driveways 505 467 70 35350 32690 -2660 #6 6" concrete Class C used in concrete inter 1410 1397,95 74 104340 103448.3 .891.7 #8 9' wide crosswalk 494 265.1 120 69290 34212 -25068 -29744-04 54517.9 Piping costs for the project Item Quantity (roger) Quantity(aotual) cosUunit total cost (Roger) total cost (actual) difference #9 24" reinforced concrete pipe 57 79.3 100 5700 7376.4 1676.4 410 36' Reinforced Concrete Pipe 36 30 150 5700 1980 -3720 #11 48" Re[nforced Concrete Pipe 1056 1087.95 220 232320 228213 -4107 #12 64" Reinforced Concrete Pipe 307 302.5 28C 85960 82648.6 -3311.2 413 SCMH-1 1 1 14000 14000 14000 0 914 SDMH-2 1 1 11000 11cao 11000 0 #15 SOMH-3 1 1 12000 12000 12000 0 916 3 10' curb inlet boxes 3 3 9000 27000 27000 0 417 2t7 Curb inlet boxes 2 3 18000 36000 54000 18000 418 5X12'X8' Precast rectangular vault 2 2 15000 30000 30000 0 #25 SMOH-4 0 1 13000 0 13000 13000 #26 30" Reinforced Concrete Pipe 0 160.6 127 0 17564.2 17564.2 39102.4 Amount allocated for piping change order 41013 -1910.8 Quantity overruns for traffic control plan Item Quantity (roger) Quantity(actual) cost/unit total cost (Roger) total cost (actual) difference change order months extra for TCP #21 Traffic Control Plan 7 13 4000 28000 62000 24000 8000 16000 total far three columns with overruns and underruns 63607.3