Loading...
HomeMy WebLinkAboutResolution - 2020-R0049 - Change Order 1 With Utility Contractors Of America, Inc. - 02/11/2020 Resolution No. 2020-R0049 Item No. 7.5 February 11, 2020 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of LLibbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Change Order No. 1 to that certain Contract No. 14354 by and between the City of Lubbock and Utility Contractors of America, Inc., for the Canyon Lakes sanitary sewer- interceptor rehabilitation – Phase 2, and related documents. Said Change Order No. 1 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 on February 11, 2420 DANII:I.. M. POPE, MAYOR Xrrt3ST: Reb cca Garza, City Secr tart' —) APPROVED AS TO CONTENT: 1e ' a cl achern sistant City Manager APPROVED AS TO FORM: - elli Leisure, Assistant City Attorney ccdocs/RES.Ch-0rd#I.Contract 14354 UCA 01.16.20 Office of Purchasing and Contract Management Change Order Contract No: 14354 Contractor: Utility Contractors ol"America, Inc. Change Ordcr No: 001 Contract Title: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation —Phase 2 Bid/RFP No: 19-14354-TF Project No: 92318.9242.30000 "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 Contactor,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 lel 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 attached additional pages is necessary: The Work of the Project involves the rehabilitation of certain sections of the Canyon Lakes Sanitary Sewer and Downtown Sewer Interceptors. Change Order#I includes modifications to the original contract documents through Proposed Contract Modifications (PCMs) for additional work necessary to prevent Sanitary Sewer Overflows(SSOs)and protect the general public in the Park and add 150 days to the contract. Refer to the attachments. 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 CONTRACTVALUE: $5,825,039.00 B. AMOUNT OF THIS CHANGE ORDER: Note:Council approval required if(•t•/-) $50,000 $ 226,879.90 COST CENTER: ACCOUNT: C. PERCENT OF CONTRACTVALUE THIS CHANGE ORDER(B/A) +3.89 D. AMOUNT OF PREVIOUS CHANGE ORDERS: $ 0.00 E. TOTAL AMOUNT OF ALL Cl IANGE ORDERS(B+D) $ 226,879.90 F. PERCENT OF CONTRACT OF AL I,CHANGE ORDERS(E/A):(25%maximum) +3.89% G. NEW CONTRACT AMOUNT(A+E): $6,051,918.90 It is mutually agreed that the above dollar amount and the time extension,as applicable,asset 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. This Chanee Order is not valid without the following signatures(please s&n in order and return 3,2ririrnals with the Contract Cover Sheet to Purclrasiri=rrnrr ortr ct Mona entent de vartment): i' 01/07/2020 (1) ontractor 0.1 Date (2)P of << Architect/f nlSeer Date (3j"Owner's Reprogfulative ate (4)Direc r of Purchasing&Contract Date Mnnt, (5) Capital Project Manager Date (6)Vity Attorney Date Chatwe Orde X over$50 00 .00 e[wire a Co ct Cover Sheet and the ,ollowirn si natures: nr_ 2/11/2020 2/11/2020 (7) Mayor Date (8) Crty S k±16 Date Council Date: Febma-1, 1_),2Q2,Q Agenda Item#: 7 5 Resolution#: 2020-1R_0049 PUR45(Rcv 08/2018) Lan Lockwood,Andrews &Newnam,Inc. A IJ r-1 A CIAI.Y COMPANY PROPOSED CONTRACT MODIFICATION NO.1 DATE: JULY 18, 2019 Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 2 Project No.: RFP 19-14354-TF Contract For:City of Lubbock Contract Date: March 25,2019(NTP) Subject of Proposed Contract Modification: Installation of a tapping sleeve and valves on the existing 14-inch recirculation line for permanent bypass and replacement of existing drop manhole with a new fiberglass drop manhole. Description:This PCM is to relocate the existing 14-inch recirculation line to an existing drop manhole(NWL-001A), replacement of manhole 001A and includes standby bypass pumping time charged to UCA by the subcontractor.This will add 14-inch tapping sleeve and valve and new piping to manhole 001A.The 14-inch line will also be valved and plugged on the northwest side of the installed manhole over the recirculation line.The flow will be diverted through the new piping into manhole 001A.The manhole 001A will be replaced with a new fiberglass drop manhole after bypass is complete in this area utilizing the existing concrete bottom due to excessive corrosion in the riser. PCM 1 includes standby time charged to UCA by the subcontractor for standby bypass pumping due to the delay in installation of the recirculation isolation valve. UCA had a 5-week pumping delay but was only charged for 4 weeks. Reference the attached drawings for the proposed revision and invoice for the pumping costs. All work will be done by Utility Contractors of America. See proposed cost below: PAY APPROXIMATE UNIT TOTAL UCA ITEM QUANTITY UNITS DESCRIPTION OF ITEM PRICE COST PROPOSAL Remove existing manhole(all depths)and replace 8A 1 EA with new 60-inch diameter fiberglass manhole(to $16,500.00 $16,500.00 10-feet of depth), including all piping connections to new and existing sanitary sewer mains. Furnish and install new 60-inch diameter fiberglass 8C 4 VF manhole at extra depth for new and replacement $450.00 $1,800.00 manholes(beyond 10 vertical feet). Relocation of 14-inch treated effluent recirculation 35' 1 LS line including:tapping sleeve,valves, piping, plug, $15,011.00 $15,011.00 equipment, labor and appurtenances. Time charged for the delay of bypass pumping. 1 LS UCA had 5-weeks of standby pumping time but $45,848.90 $45,848.90 was only charged for 4-weeks. TOTAL PCM 1 $79,159.90 `Indicates new bid item number Additional cost of$79,159.90 to the contract bid amount and 40 additional calendar days. Reason for Change:This change will help finalize the tie-in and bypass for the construction of the new 8'diameter manhole.City of Lubbock operations was not able to stop the flow of the 14-inch recirculation line.This flow was a recirculation line from the WVVTP effluent back to the WVVTP headworks.The existing downstream drop manhole will be replaced due to extreme corrosion in the riser. PCM 1 includes all additions and impacts to Section 1. Recommended Lockwood Andrews& NeWnannInc. By: Engineer` }� 07/18/2019 Representallve Date Accepted By: Utility Contractors of America Contractor 07/19/2019 presentative Date Approved By: City of Lubbock Owner Representative(Sign.Keep Original Copy and Return All Others.See Heading for Return Address.) Dale LanLockwood,Andrews &Newnam,Inc. PROPOSED CONTRACT MODIFICATION NO.2 DATE: January 7, 2020 Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 2 Project No.: RFP 19-14354-TF Contract For: City of Lubbock Contract Date: March 25,2019(NTP) Subject of Proposed Contract Modification: Installation of collapsed section of pipe in Section 1 (Sta. 1+00—Sta. 10+50). Design was done by the City of Lubbock's Engineering Department.This also includes a repair of a failed pipe section on the Downtown 1 interceptor in Mae Simmons Park. Description: PAY APPROXIMATE UNIT TOTAL UCA ITEM QUANTITY UNITS DESCRIPTION OF ITEM PRICE COST PROPOSAL Proposed Sewer in Section 1 Furnish and install 24-inch sanitary sewer pipe 6 112 LF (FRP or PVC)by open cut(all depths), including $260.00 $29,120.00 excavation and trench safety. Furnish and install new 60-inch diameter fiberglass 8B 1 EA manhole(to 10-ft of depth),including all piping $15,500.00 $15,500.00 connections to new and existing sanitary sewers. 22 3 EA Abandon/Remove existing manholes $6,700.00 $20,100.00 SUBTOTAL $64,720.00 Downtown Line Repair in Mae Simmons Park Furnish and install 24-inch sanitary sewer pipe 6 240 LF (FRP or PVC)by open cut(all depths),including $260.00 $62,400.00 excavation and trench safety. Remove existing manhole(all depths)and replace 8A 1 EA with new 60-inch diameter fiberglass manhole(to $16,500.00 $16,500.00 10-feet of depth), including all piping connections to new and existing sanitary sewer mains. Furnish and install transition coupling to connect 14 1 EA existing VC sewer pipe to proposed sewer FRP or $4,100.00 $4,100.00 PVC(30°or 24") SUBTOTAL $83,000.00 TOTAL PCM 2 $147,720.00 Additional cost of$147,720.00 to the contract bid amount and 110 additional calendar days Reason for Change: The failed section in Section 1 can easily be completed while UCA is still working in the project area. This Section 1 has a lot of public traffic in the area. The repair of the failed pipe in the Mae Simmons park eliminates the possibility of future overflows in the park area. Recommended Lockwood. Andrews& Newnam, Inc. By: Engineer 01/07/2020 Representative Date Accepted By: Utility Contractors of America Contractor 01/07/2020 resentative Date Approved By: City of Lubbock Owner Representative(Sign,Keep Original Copy and Return All Others.See Heading for Return Address.) Date