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