Loading...
HomeMy WebLinkAboutResolution - 2025-R0289 - Change Order No. 1 To Contract 18478, With Intermountain Slurry Seal - 06/24/2025Resolution No. 2025-R0289 Item No. 6.25 June 24, 2025 RESOLUTION BE IT RESOLVED BY "I'IIr CI"I'Y COtJNCIL OF TII� 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. O1 to that certain Contract No. 18478 by and between the City of Lubbock and Intermountain Slurry Seal, Inc. for 2025 micro- surfacing as per RFP 25-18478-TF, and related documents. Said Change Order No. O1 is attached hereto and incorporated in this resolution as if fully set forth hercin and shall be included in the minutes of the City Council. Passed by the City Council on June 24, 2025 __�----� MARK W. MCBRAY}; , MAYOR ' 'TEST: Courtney Paz, City Secretary � APPROV�D AS 1'O CON'1'L'NT: �� � Erik Rejino, Assistant City Manager APPROVED AS TO 1�ORM: , ' clli Leisure, Senior Assistant City Attorney ccdocslRES.ChgOrdll l- 18478 Intermountain Slurry micro-surf 5.30.25 Office of Purchasing and Contract Management Change Order Contract No: 18478 Contractor: Intermountain Slurry Seal, Inc. Change Order No: 1 Contract Title: 2025 Micro-Surfacing BidIRFP No: RFP 25-18478-TF Project No: 92870 "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 the 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 project and is an integral part of the project objective. Adjustments to "Estimated Quantities" to a line time in a Unit Price Contract do not require a Change Order. All work that alters the nature of the construction 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 Project 92870 currently has Contract 18478-2025 Micro-Surfacing actively working in various neighborhoods. We are requesting a change order to utilize current contract for Project 92817-Dunbar/Manhattan Heights Residential Rebuild-22B. Contract applies unit pricing. The total amount is estimated based on estimated quantities. The price per unit will not change, and expenditures will not exceed appropriated funds. Contract I 8478 expires July 12, 2025, and Project 92817 will begin tentatively September after the completion of Manhattan Heights waterline change out project. An additional 95 consecutive calendar days added to Contract 18478 will be required for application of micro-surfacing in Project 92817 by October 15, 2025. 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: $9,351,690.00 B. AMOIJNT OF THIS CHANGE ORDER: Note Council a roval re wred if (+/-) $50,000 $935 169.00 COST CENTER: 92817 ACCOUNT: 9240 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER BIA 10% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $0 E. TOTAL AMOUNT OF ALL CHANGE ORDERS B+D $935,169.00 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS EIA : 25%maximum) 10% G. NEW CONTRACT AMOUNT A+E : $10,286,859.00 It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes full compensation to the ConVactor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise, in anyway incident to, or arising out of, or resulting direcdy or indirectly; from the work performed or modified by the Contractor under this Change Order. -� � (2�Pr��Ojqat • r C}'�dvtidc£�[e'� r �� v� 'Z �2� Date This Chanee Order is not valid without the followine sienatures (alease sien in order and return 3 oriPinals with !he Contrac! Cover Slteet to PurchasinP and Conlract ManaEement denarlmenll: Council Date: Julle 24, 2�2$ Agenda Item #: 6.2$ Resolution #: ZO25-R0289 PUR-45 (Rev 08/2018) LL! Lt��.��1 ��L�.L �:��� � 1000 N Warm Springs Rd SLC, UT 84116 800-595-0452 City of Lubbock 1314 Ave K Lubbock, TX 79401 Attn: Shane Childers RE: Change Order No: 1- Contract No: 18478 Dear Mr. Childers, Intermountain is currently performing work on 2025 Micro-Surfacing contract. The City has requested a change order to add quantity of certain work items to existing contract in the amount of 10% of the total contract value. Intermountain has agreed to utillize the current contract unit prices for the added work but is requesting 10% of the Lump Sum Mobi�ization item, which would total $20,000. This amount would be used to cover our costs of re-mobilizing our crews back into the area to complete the work agreed upon for the change order. If this is not acceptable, or there are any questions, please let us know. Thanks, Landon Moore, Project Manager PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRA,CT DATE: December 12, 2024 PROJECT NiTMBER: RFP 25-18478-TF, 2025 Micro-Surfacing Pc•oposal of Intermountain Slurry Seal, Inc. (hereinafter called Offeror) To the Honoi•able Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contracl documents and the site of the intended work, and being familiar with all of the conditions sun-ounding the constivction of the intended project includiiig the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to conshuct the project in accordance with the plans, specifications and cont�•act dociunents, witliin the time set forth therein and at the price stated. The price to covei• all expenses incun•ed in performing the work required under the conh•act docttments. PROPOSED CO1�iSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 85 (to Substantial Complerion) TOTAL CONSECUTNE CALENDAR DAYS: 90 (to Final Completion) (not to exceed 195 consecutive calendar days to Substantial Completion / 200 consecuttve calendar days to Final Completion). Offeror hereby ag�•ees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substanHally complete the project within 195 Consecutive Calendar Days with �nal completion within 200 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offe►•or hereby further ag►•ees to pay to Owner as liquidated damages in the sum of $1,204.28 for each consecutive calendu• day after substantial completion and Iiquidated damages in the sum of $1,204.28 for each consecutive calendac day after final completion set foith herein above for completion of this project, all as moce fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with inst��uction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any forinality in the proposing. The Offeroi• agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and conh�act documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the conri•act documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactoiy to the City of Lubbock, or a proposal bond froin a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror wiIl enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if ►•equired) within ten (10) days after notice of award of the contract to him. City of Lubbock, TX Public Works RFP 25-18478-TF 2025 Mirco-Surfacing Intermountain Slurry Seal, Inc. of Salt Lake City, UT QTY Unit Extended # Items +/- U/M Cost Cost General Micro-Surfacing CSS-1 P or 1 EP in accordance with TxDOT Specifications [tem #350, including, emulsion, #1-1 mineral filler, aggregate, labor, equipment, and all 16460 Tons 335.00 5,514,100.00 incidentals needed to produce micro-surfacing, delivered and placed. Scrub Seal- # 6 Rock grade "A" sack or grade "B" sack if Meets soundness test. Polymer emulsion that meets the #�-2 Requirements if item 300, "Asphalt, oils, and Emulsions" 991000 SY 3.40 3,369,400.00 Table 10 CMS-2P. Paint stripe tabs for all streets requiring lane line #1-3 repainting, including labor, equipment, preparation of existing surface, etc. 20' Rail Road and the double R's replacement including grinding, sealing, pre-marking, elimination of existing # 1-4 markings, and installation relay markings complete and in place. #1-5 #1-b #1-7 #1-8 Type I Thermoplastic pavement marking .125 Mil 24" white stop line (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. Type I Thermoplastic pavement marking .125 Mil 24" white continental crosswalk (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. Thermoplastic pavement marking Right or Left turn arrow (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. 6" lane line elimination. Including labor, equipment, and All tools necessary to remove and relay markings. ��_9 8" lane line elimination. tncluding labor, equipment, and all tools necessary to remove and relay markings. 24" Thermoplastic lane line elimination. Including labor, # 1-10 equipment, and all tools necessary to remove thermoplastic markings. Thermoplastic turn arrow elimination. Including labor, # 1-1 1 equipment, and all tools necessary to remove thermoplastic markings. 1200 EA 5 EA 1700 t.� 1800 LF 35 EA 46000 i.F 23800 LF 1700 LF 35 EA 1.50 1,500.00 25.00 25.00 500.00 I .25 1.30 11.00 150.00 1,800.00 7,500.00 42,500.00 45,000.00 17,500.00 57,500.00 30,940.00 18,700.00 5,250.00 City of Lubbock, TX Public Works RFP 25-18478-TF 2025 Mirco-Surfacing Intermountain Slurry Seal, Inc. of Salt Lake City, UT QTY Unit Extended # Items +/- U/M Cost Cost General Milling of Asphalt surface to various depths at all locations where Micro-Surfaced streets will join at either a concrete valley gutter, or concrete intersection, at varying widths. Including labor, equipment, and all #�- � 2 incidentals needed to ensure a smooth transition between 200 SY 20.00 4,000.00 existing concrete surface, and the Micro-Surfaced street. The resulting millings to be retained by the City of Lubbock. Tree Trimming in public right-of-way (streets). A vertical Clearance of twelve feet (12') above top of curb. #1-13 According to City of Lubbock ordinace Sec. 36.01.005. 150 EA 250.00 37,500.00 Including, labor, equipment, removal and disposal of trees. #1-14 Mobilization 1 EA 200,000.00 200,000.00 Total (Items 1-1 through 1-14): $ 9,351,690.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check fa� Dollars ($ ) or a Proposal Bond in tl�e sum of Five Percent of the Total Bid Amount Dollars ($ s% of Totai Bid ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notitication of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Governroent Code 252.043(g), a competitive sealed proposal that has been opened may nat be cl�anged for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO TIiE PROPOSAL PRICE MUST BE MADE ON TfIE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Coiporation) AT . T: S cret ry JO hu owen, VP & Assistant Secretary Offeror acknowledges receipt of the following addenda: Addenda No. � Date 12/4/24 Addenda No. Date Addenda No. Date Addenda No. Date Date: December 12, 2024 �) c.�vv°- ,� Authorized Signa Ken Walschlager, Area Manager (Printed or Typed Name) Intermountain Slurry Seal, Inc. Company 1000 North Warm Springs Road Address Salt Lake City , Salt Lake City, County Utah , 84116 State Zip Code Telephone: 8( 01) - 532-8200 Fax: N/A Email: ken.walschlager �acinc.com FEDERAL TAX ID or SOCIAL SECURITY No. 87-0307259 M/W13� Finn: Woman Black American Native American His anic American Asian Pacific Americun Other S eci