HomeMy WebLinkAboutResolution - 2010-R0040 - Change Order 1 Contract 9168 Allen Butler Construction, Inc. Project 92125 - 01/28/2010Resolution No. 2010-R0040
January 28, 2010
Item No.5.18
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 an Amendment to Contract
No. 9168 for rebuilding of Martin Luther King Junior Boulevard (from East Broadway to
East 4`" Street), by and between the City of Lubbock and Allen Butler Construction, Inc.
of Ransom Canyon, Texas, and related documents. Said Amendment to Contract 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 __ 28th day of January , 2010.
TOM MARTIN, MAYOR
ATTEST:
Rebeccalgarza, City Secretary
APPROVED AS TO CONTENT:
Marsha Reed, P.E.. Chief Operating Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
sj:ccdocsiRES.Contract Amendment -Allen Butler Construction, Inc.
December 30, 2009
CITY OF LUBBOCK
CHANGE ORDER
Change Order #: I Contractor: Allen Butler Construction,lnc.
Date: 1 12.'29'09 BID.,ITB/RFP #: ITB409-738-DD
Contract #: 19168I Project Name: I Rebuild MLK from E Broadway to E 4`h
Street
"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, kvhich 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 proiect 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 necessiu ):
The construction of MLK from East Broadway to East 4`h Street requires the following additional work: asphalt
patching, valley gutter construction, additional traffic control and time for the valley gutter, concrete pavement,
curb and gutter, and sidewalk replacement. The change order adds the following items and overruns: Item#22
3" TYC HMAC, Item#23 8" Class B Valley Gutter, Item924 Additional TCP, Item#25 Concrete Replacement,
and a quantity overrun for Item# A2-2 Traffic control. See attached proposal from Allen Butler Construction.
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: $1,083,851.00
B. AMOUNT OF THIS CHANGE ORDER: ('mmcil approval requ+red+joverS2.,000 $66,66 , 3
C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (Bi A):
D. AMOUNT OF PREVIOUS CHANGE ORDERS: $0.00
E. TOTAL. AMOUNT OF ALL CHANGE ORDERS (B+D): $66,667.43
F PERCENT OF CONTRACT OF ALL CI IANGE ORDERS (EiA): 5% Maximum (& to
G. NEW CONTRACT ANIOUNT (A+E): $1,150,518.43
It is mutually agreed that the above dollar amount and the time extension, as applicable. as set forth in this Change Order constitutes
full compensation to the Contractor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise,
in anyway incident to, or arising out of or resulting directly or indirectly; from the work performed or modified by the Contractor
under this Change Order.
Purclur,00rr and (.'o racttd n U r7 t nt,: {
JO
( t) CONTRACTOR Date (2) PROJECT ARCHITFCTIENGiNEER Date
Approved as to 0: t t Appro a orm
12-30-09
(3) OWN 'R'S REPRESNTATIVE Date (4 C Y ATTOR Y Date
Ul
Mk
t L APITAL PROJEU ,' MANAGER Date (6) PU RASING AND CON'r ACT MANAGER Date
Change Orders over 825,000 require a Contract Cover Sheet and the fallowing signatures:
CITY OF L KA T'
"" 1/28/10—--1/2�4-
(7) MAYOR Date (8) IT �SECRE rARY Date
Council Date. January 28, 2010 _ Agenda Item # __5_.1$Resolution ay: 2010-R0040
rvvLvao �nev Lmuol
FROM: Allen Butler Construction, Inc.
Proposal No. 1515
#24 S. Lakeshore Drive
Shed No.
Ransom Canyon, Texas 79366
Date l2J28rz009
(806) 745-7498; FAX (806) 745-7577
Proposal Submitted To
Work To 9 Vertormcd At
Attention: Joel Shaunaman
Name: Rebuild MLK from E Broadway to E 4th Street
Name: City of Lubbock
Address: MLK
Address: 1625 13th Street
City -State: Lubbock,Texas
City -State: Lubbock, Texas 79401
Date of Plans:
Phone: 775-2341
Contract # 9168
Fax: 775-3074
BWFTB/RFPN f1W09-738-DD
PROPOSAL as Directed by Engineer
The construction of MLK from East Broadway to East 41h Street requires the following additional work: asphalt patching, valley gutter construction, additional
traffic control and time for the valley gutter, concrete pavement, curb and gutter, and sidewalk replacement. The addition of Item 422 3" TY C HMAC covers
he asphalt patching of the side streets to provide a smooth transition tying into the concrete pavement. The valley gutter at the intersection of E Broadway and
MLK is in poor condition and needs replacement. The addition of ltem#23 8" Class B Valley Gutter provides for the replacement of the valley gutter. The
construction of the valley gutter requires additional traffic control because the outer lane of Broadway traveling west bound must be shifted to the south to
move traffic around the construction area. The addition of Item#24 Additional TCP covers the additional traffic control devices. The valley gutter adds to the
construction time so one additional month of TCP is added to the contract and shown as a quantity overrun to Item A2-2 Traffic Control. Lastly is the concrete
pavement, curb and gutter, and sidewalk replacement. The construction of concrete pavement on MLK was set up to be constructed within the existing curb
d gutter. This was done to save costs of replacing curb and gutter. There is approximately a 50' section in front of the Texas Department of Family and
Protective Services with lip down curb and gutter. This creates a section of concrete pavement were the water cannot get into the gutter. The contractor is
ing to sawcut and demo out this section of concrete pavement, curb and gutter, and sidewalk. This area will then be replaced with the concrete pavement,
idewalk, and lip up curb and gutter to enable the water to drain down the gutter instead of in the street. The addition of Item#25 Concrete Replacement covers
his work
Item # 22 3" Type C HMAC
Quintin unit Costs Totalcosu
1280 SY $39.67 $50,777.60 $50,777.60
Item 023 8" Class B Valley Gutter
Quantit! Unit Costs Total costs
77 SY $32.49 $2,501.73 $2,501.73
Item # 24 Additional TCP
Quantib Unit Costs Total costs
LS 1 $4,640.00 $4,640.00 $4,640.00
Item # A2-2 TCP
Quantity unit Costs Total costs
MO l $5,431.37 $5,431.37 $5,431.37
Item #25 Concrete Replacement98" CRCP,S/NV,C&G)SO' Section
Quantity unit Costs Total costs
LS 0.5 56,633.45 $3,316.73 $3,316.73
All material is guaranteed to be as specified, and the above work is to be performed in
accordance with the drawings and specifications submitted for above work and completed
in a substantial workmanship manner for the sum of
SIXTYSIX THOUSAND SIX HUNDRED SIX7YSEVEN AND 43/100 Dollars $66,667.43
with payments to be made as follows:
Estimate submitted to contractors office on or before the last day of the mouth.
Payment Is due by the 10th of the following month.
Any alteration or deviation from above specifications involving extra costs, will be executed only upon written orders,
and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or
delays beyond our control. Owner to carry fire, tomado and other necessary insurance upon above work. Worker's
Compensation and Public Liability Insurance on above work to be taken out by Allen Butler Const. Inc.
State Sales Tax will be added to the above prices unless we receive a sales tax exemption certificate at our offices.
Respectfully Submitted by Allen Butler
Pres.
Note — This proposal may be withdrawn if not accepted within 30 days
The above prices, specifications and conditions are satisfactory and are hereby accepted. 'You are authorized to do the
work as speclfled. Payment will be made as outlined above.
Accepted Signature
Date Signature