Loading...
2009-008ORDINANCE NO. %009 "Oh . AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NUMBER THREE TO THE CONTRACT BETWEEN THE CITY OF DENTON AND JRJ PAVING LP.; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3897-SHADY OAKS AND BRINKER PAVING AND DRAINAGE IMPROVEMENTS CHANGE ORDER NUMBER THREE IN THE AMOUNT OF $32,474.60). WHEREAS, on January 8, 2008 by Ordinance No. 2008-011, the City awarded a public works contract to JRJ Paving LP, in the amount of $2,884,059.98 for the Shady Oaks and Brinker Paving and Drainage Improvements project; WHEREAS, the Staff having recommended, and the City Manager having recommended to the Council that a change order be authorized to amend such contract agreement with respect to the scope of work and an increase in the payment amount, and said change order fees under the proposed contract are fair and reasonable and are consistent with and not higher than the recommended practices and fees published by the professional associations applicable to the Provider's profession and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The Change Order Number Three, increasing the amount of the contract between the City and JRJ Paving LP, which is on file in the office of the Purchasing Agent, in the amount of Thirty Two Thousand Four Hundred Seventy Four and 60/100 ($32,474.60) Dollars, is hereby approved and the expenditure of funds therefor is hereby authorized in accordance with said change order. The total purchase order amount increases to $2,936,629.88. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of Owum, 2009. MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: U APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: Bid 3 Bid 3897 CITY OF DENTON CHANGE ORDER 1. Division (Department) 2. Purchase Order No. 3. Change Order No. CIP and Utility Engineering 137430 3 4. Name of Project 5. Project Acct No. 6. Date Prepared Shady Oaks drainage Improvements 350150446.1360.40100 12/17/08 7. Name and Address of Contractor JRJ Paving, LP 1805 Royal Lane, Suite 107 Dallas, TX 75229 8. Description of Work Included in Contract This project consists of the construction of a four lane divided new roadway with Asphalt pavement and concrete curb and gutter. The construction includes storm sewer, cross drainage structures, and a stub out for the future Brinker Road connection 9. Changes ordered and reason ordered The first part of this change order is to compensate the contractor for additions to the original contact including: • (Items A to F) The repair of two large sections of the existing Shady Oaks pavement that have failed. The two sections pond water after a rain event the width of the outside lane. This change order is necessary to ensure the storm water runoff enters the storm drain system and improves the safety of the traveling public. • (Item G) This change order is also necessary to compensate the contractor for the installation of a pedestrian hand rail in the area the sidewalk passes over the 10' x 10' Box Culverts. This addition to the plans is necessary to improve safety of the traveling public. The second part of this changer order is to adjust the bid item quantities to reflect the actual work performed. (Items H to 00 10. Contract Changes Bid Original Contract Revised Negotiate Original Revised Item Estimated Unit Price Estimate d C.O. Estimated Estimated Cost No Quantity Quantity Unit Price Cost A) Mill 2" to 4" asphalt New N/A N/A 927 9.04 N/A 8,380.08 B) Remove Curb and Gutter New N/A N/A 257 3.50 N/A 899.50 C) Level up Asphalt New N/A N/A 927 13.28 N/A 12,310.56 D) 2" TY C Asphalt Surface New N/A N/A 927 13.28 N/A 12,310.56 Course E) Crack Seal (rubber New N/A N/A 1 1,000.00 N/A 1,000.00 sealer or millings) F) Replace Pavement New N/A N/A 1 1,000.00 N/A 1,000.00 Marker Buttons G) Pedestrian Handrail New N/A N/A 130 198.00 N/A 25,740.00 PDR-06 Type E . H) Stockpile & Spread 4" 1-8 75,100 0.65 73,978 N/A 48,815 48,085.70 To Soil 1-12 N/A Erosion Control Blanket 14,300 0.75 13,513 10,725.00 10,134.75 1-14 N/A J 4" Concrete Sidewalk 23,830 3.47 22,869 82,690.10 79,355.43 1-15 N/A K SWX Rams 3 750 2 2,250.00 1,500.00 L) Adj. Fire Hydrants to 1-19 N/A Proposed Grade 3 1428 2 4,284.00 2,856.00 M) Lime for Stabilization (70 Ibs/SY) II-2 1,250 116.40 1,297 N/A 145,500.00 150,970.80 N) 16" CC Pavement Class C- Color Textured II-5 55 162.75 39 N/A 8,951.25 6,347.25 O) 4" CC Pvmt Class A Med Pvmt Stamped & Colored II-6 550 56.05 493 N/A 30,827.50 27,632.65 P) 6" Curb & Gutter II-7 19,050 10.28 18,294 N/A 195,834.00 188,062.32 Q) 9" Curb & Gutter II-8 650 18.35 651 N/A 11,927.50 11,945.85 R) 3" Mountable Curb 11-9 120 3 76 N/A 360.00 228.00 S)14' Recessed Curb Inlet III-2 3 3,223.2 2 N/A 9,669.60 6,446.40 T) 4'x4' Type Y Drop Inlet III-4 2 2,193 2 N/A 4,386.00 2,193.00 U) 18" Storm Drain III-7 168 32.64 263 N/A 5,483.52 8,584.32 V) 21" Storm Drain III-8 918 37.23 843 N/A 34,177.14 31,384.89 W) 24" Storm Drain III-9 846 40.8 934 N/A 34,516.80 38,107.20 X) 30" Storm Drain III-10 540 54.06 612 N/A 29,192.40 33,084.72 Y) 36" Storm Drain III-11 84 65.79 168 N/A 5,526.36 11,052.72 Z) 48" Storm Drain III-12 198 105.06 191 N/A 20,801.88 20,066.46 AA) Trench Safety Syst III-18 3,306 0.21 3,011 N/A for Trench Depth over 5 ft 694.26 632.31 BB) 24" Concrete Cap III-19 2 663 1 N/A 1,326.00 663.00 CC) CCTV Inspection III-21 2,754 1.02 3,011 N/A 18" to 48" Pie 2,809.08 3,071.22 DD) Small Signs IV-1 16 367.5 20 N/A 5,880.00 7,350.00 EE) Reflective Buttons IV-3 240 2.63 224 N/A (Type II CR-4 631.20 589.12 FF) Reflective Buttons IV-4 68 2.63 28 N/A (Type II-YY-4 178.84 73.64 GG) 4" Solid White IV-5 1,220 0.69 956 N/A Stripe ( Type (Thermoplastic) 841.80 659.64 HH) 4" Broken White IV6 2,400 0.69 2,250 N/A Strip (Type Thermo lastic 1,656.00 1,552.50 11) 4" Solid Yellow Strip IV-7 700 0.69 570 N/A Type I (Thermoplastic 483.00 393.30 JJ) 8" Solid White Strip IV-8 950 1.53 705 N/A (Type I (Thermoplastic) 1,453.50 1,078.65 KK) 8" Dotted White IV-9 180 1.53 120 N/A Strip (Type 1) (Thermoplastic) 275.40 183.60 LL) 24" Solid White Strip IV-10 200 5.25 222 N/A (Type I (Thermoplastic) 1,050.00 1,165.50 MM) 24" Solid Yellow IV-11 40 5.25 28 N/A Strip (Type 1 )(Thermo plastic) 210.00 147.00 NN) PVMT IV-12 9 105 8 N/A Symbols(Type 1) (Thermoplastic) 945.00 840.00 00) 48" Steel Casing A3-1 113 188.07 0 N/A Pie B Open Cut 21,251.91 - TOTAL 725,604 758,078.64 11. Change Order # 3 Increase in Original Contract Price $ 2,884,059.98 contract price $ 32,474.60 Previous C.O. total $ 20,095.30 New Contract Price $ 2,936,629.88 Decrease in contract price 12. Contract time increased/decreased by 10 days. New contract time 256 days. THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. 13. SUBMITTED BY: 14. ACCEPTED BY CITY ENGINEER: 15. ACCEPTED BY CONTRACTOR: &ALC,. " (q(L Title 16. ASSISTANT CITY MANAGER: 17. DIRECTOR OF UTILITIES: CONDITIONS OF APPROVAL: 18. PURCHASING/FINANCE: 19. COUNCIL APPROVAL (IF NEEDED) IE . /z ig Date lzl~/cCs Date J-g ate / o? ZIP Sign ure Date Signature Date Signatu !2- Da e Signature Date