Loading...
HomeMy WebLinkAboutResolution - 2007-R0034 - Change Order To Contract - Duininck Brothers Inc.- Cost Reduction In Renovations - 01/25/2007Resolution No. 2007-80034 January 25, 2007 Item No. 5.24 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Change Order No. 1 to Contract #06 -008 -BM entered into by and between the City of Lubbock and Duininck Brothers, Inc., for a cost reduction in the Airport Terminal Parking Lot Renovations at Preston Smith International. Airport, which Change Order No. 1 and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 25th day of January , 2007. ATTEST: DAVID A�rLER, MAYOR —Q Rebecca Garza, City Secretary AS TO CONTENT: IV�_. Loomis int City Manager/Transportation and Public Works APPROVED AS O FORM: Don Vandiver, Attorney of Counsel DDres/DuininckBrosCO 1 Res January 4, 2007 Resolution No. 2007—R0034 CITY OF LUBBOCK CHANGE ORDER Change Order #: 1 Contractor: Duininck Brothers, Inc. Date: 12121/2006 BID/ITB #: 06 -008 -BM Contract #: 6672 Project Name: Airport Terminal Parking Lot Renovations 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 furnished. This DOES NOT mean that a department can redefine the project. All work that alters the nature of the thing to be constructed or that is not an integral part of the project objective must be let out for SLublic 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 ifnecessary): Change order #1 includes final constructed quantity adjustments for all bid items, credit for liquidated damages accumulated during each phase, and other additional items as detailed on the attached summary sheet. Time allowed to complete the additional items included in Change Order #1 is 120 days from the day the Change Order is executed and the Contractor is given notice to proceed. Change Order #1 also includes release of retainage on all items that have been satisfactorily complete prior to the final payment. Retainage equal to the value of outstanding work ($2,000 for establishment of grass) will be retained until an acceptable stand of grass is achieved. The percent retained on all remaining progress payments will be .14% of the Total Value of Work Performed to Date Less Liquidated Damages. Liquidated damages on all additional work included in Change Order #I will be assessed at a rate of $776/day for each day beyond the allotted 120 days. 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 FORINT. ITEM DESCRIPTION AMOUNT A. ORIGINAL CONTRACT VALUE: $6,462,589.00 B. AMOUNT OF THIS CHANGE ORDER: Council approval required tfover 325,000 ($38,554.40) C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): I I I ,, a, m - D. AMOUNT OF PREVIOUS CHANGE ORDERS: $0.00 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $38,554.40 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25% Maximum G. NEW CONTRACT AMOUNT (A+E): $6,424.034.60 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. PUR-045 (Rev 02/06) PUR-045 (Rev 02106) Resolution No. 2007-R0034 City of Lubbock Bid No. 06 -008 -BM LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT Airport Terminal Parking Lot Renovations SUMMARY OF ITEMS INCLUDED IN CHANGE ORDER # Z)f Item Descriplxen of Item ORIGINAL BID lNFCRMA1TCN CONSTRUCTED QUANTITIES NET DIFFERENCE No. unlit Unit nee Amount Qua Amovtl Q -6t, Amai9. _ a- Bid charmayli 4 Remow asting onnctele cut and gutter 2.503 1F $ 12.00 $ 30,036.00 2,670.90 $ 32,05(1,80 167.90 $ 2,014.80 13 Suagrade prep (6' 0dckbass) 16 Cement -treated •Recytied' base u .-lch trihress ck cose6 48,567 4.293 SY BY $ 2.25 $ 12.00 S 109,275.75 $ 51,516.00 48,307,44 4.170.20 S 108.691.74 S 50,042.40 -25956 -122.80 $ (584.01) $ (1,473.60) 17 Cement ted •Recycled• base cause. 8irxh lhckness 42,230 SY S 13.25 $ 559.547,50 41.022.20 $ 543,544,15 -1207.80 $ (16.,003.35) 18 Rot ma asphaltic concrete path[, Type D. 21nch thy kness 4,593 Ten $ 90-00 $ 413,37000 4.461.50 $ 401,544.00 -131.40 $ (11„828.00) 20 Seal Coe' 21 7 1R -inch por0and cement concrete paling 46,523 4,245 SY SY $ 2.30 $ 81.25 $ 107.002.90 $ 344.906.25 45,192.00 4,197.45 S 163,941.60 $ 341,042.81 -1331.00 -47.55 $ (3,061.30) $ (3,863.44) 24 TV BADA Ramps 2 Each S 1.250-00 $ 2.500.00 3.00 S 3,750.00 1.00 $ 1,250.03 25 Tr C ADA Ramps 1 Earle S 1.750-00 $ 1.75000 2:00 S 3,500.00 1.00 $ 1.756,90 29 44nch striping 65,647 LF S 0.75 $ 49.235.25 68,861.00 $ 51,660,75 3234.90 52,425.50 31 BoWds 29 Each $ 601.00 $ 17,400.00 34.60 $ 20,400.00 5.00 $ 3,000.00 33 Pre®st Concrete Barriers 206 LF $ 95.00 $ 19,570A0 210.00 S 19,950.50 4.90 S 380.00 37 Rehab Ty 9 Sign 15 EA $ 2,100.00 $ 31,500,00 17.00 S 35,700,00 2.00 $ 4,200.00 40 Rehab Ty 16 Sign 7 EA $ 1,300.00 $ 9,100.00 8.90 $ 10,400.00 1.00 $ 1,300.00 42 Rehab Ty 18 Sign 5 EA $ 300.00 $ 1.500.00 8:00 S 1,800..00 1.00 $ 300.00 46 New Ty 17 sign 1 EA $ 700.00 $ 700.00 2.00 $ 1,400.00 1.00 5 700.00 59 Electrical connectwrl o1 new hllemally kt sign 73 Marblecrete patch (loll boothsl 8 3 EA SY $ 950.00 $ 600.00 $ 7,290.00 S 1.800,00 0.00 0.90$ $ - - A.00 X3.00 S (7.200.00) S (1.800.00) 74 Tow Vehicles 125 1 EA 1$ 110.00 1 S 13750,00 190.001 $ _ 20,90600 65.00 S 7.150.00 Total Base Bid 1771 659.85 1,750,316.25 21.341,48 Alternate 2 Changes Concrete Pavinq 42.230 SY I X35.00 $1,478,050.00 41,022.20 51,435,7(7 00 .1207.86 1$42.273.00) TOTAL ALTERNATES .................................................. 11, 1,478,35D,00 1 435777 00 11. 142.273.00) Liquidated Damages Phasef e n I+egs 5 3'E 5 38U(Nr c 5 sc.000.00 Plisse 16 13 S 13.006 u , 5 15,000-00 �5 Phase Ic. a Days $ 1.000.00 S 5 5 5.000+� $ 5,00000 Ph. - 0 Days $ 1,350.00 S ., $ 725 t, "1°. = 47,25000 r'hase 3 Ithron3h I W1(t+06 -cars were atpwgd to part m k,r5 t vm cr+ t0+11+061 0 Dan $ 650.00 $ 4 5,85000 5,85000 t T.-4 0 Da f $ 4 107100:00 5 187,100.09 Proposed items Trues a)awsion (rxh gales 1 arid 2) 0 LS $ 3.0110.00 S 1 5 3,000.00 1 S 3,1100A0 Wheal stops 0 LS $ 2,458.00 $ 1 S 2,458.00 1 S 2,458.00 Chain Unk Fence Reincyal 0 LF $ 1650 $ 450 S 7.425.00 450 $ 7,425,00 Ptpa Rail 0 LF $ 25.00 $ 1428 5 35,700.00 1428 S 35,700.00 Sl9irwe0 Replacemera 0 LS S 60.000.00 $ 1 5 80,000.00 1 $ 60,000.00 Stucco epi hod" 0 LS $ 10.000.00 $ 1 5 10.000.00 1 $ 10,000.00 Sursktute 1041 baniera for 30.11 bamers (appmAmele) 0 LF $ 95.00 $ 50 $ 4.750.00 50 $ 4,750.00 8 addltlonal kmP delectus 0 EA $ 800.00 $ 8 $ 4,800.00 8 $ 4;800 d0 3 addl(wr+al bollards 0 EA $ 800.00 5 3 S 1,800.00 3 00 S 1,8.00 Repair damaged pipe rail (2 lvcol ,$) 0 EA $ 556.00 S 2 5 1.100.00 2 $ 1,100.00 voulI I'd IHDJ rule M S980, 1 111 0 LS $ 1.127 00 S 1 5 1 127.00 1 1127.00 TotalPro4ms._._. $ $ 132160.00 172180.00 Total Changes to Original contract g,�,yp