Loading...
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