2009-009ORDINANCE NO.
AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER
NUMBER FOUR TO THE CONTRACT BETWEEN THE CITY OF DENTON AND ED BELL
CONSTRUCTION; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND
PROVIDING AN EFFECTIVE DATE (BID 3929-WESTERN BLVD. PAVING AND DRAINAGE
IMPROVEMENTS CHANGE ORDER NUMBER FOUR IN THE AMOUNT OF $89,895.60).
WHEREAS, on January 8, 2008 by Ordinance No. 2008-013, the City awarded a public
works contract to Ed Bell Construction, in the amount of $4,699,337.85 for the Western Blvd.
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 Four, increasing the amount of the contract
between the City and Ed Bell Construction, which is on file in the office of the Purchasing Agent, in
the amount of Eighty Nine Thousand Eight Hundred Ninety Five and 60/100 ($89,895.60) 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 $4,833,998.85.
SECTION 2. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the day of 2009.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: 1
APP OVED TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY:
6-0R d 3929
CITY OF DENTON CHANGE ORDER
1. Division (Department)
2. Purchase Order No.
3. Change Order No.
CIP and Utility Engineering
86224
4
4. Name of Project
5. Project Acct No.
6. Date Prepared
Western Boulevard Phase 1
350009432.1360.40100
12/18/08
7. Name and Address of Contractor
Ed Bell Construction Company
P.O. Box 540787
Dallas, Texas 75354-0787
8. Description of Work Included in Contra
ct
Construct 2of the ultimate 6 lane new concrete roadway from US 380 to Airport RD. Construct ultimate cross drainage structures
and ditches and storm sewer on ultimate northbound lane.
9. Changes ordered and reason ordered
The first part of this change order (Items A to G) provides pavement to the contractor to elevate the proposed Cindy Lane in order
to drain the storm runoff to Dry Fork Creek. Since the natural topography is flat, there are segments that can only achieve a
grade of 0.3%. Therefore, concrete flumes need to be added to the ditches in order to achieve positive drainage.
If Cindy Lane is
left as designed, the roadway would be inundated with water in a modest storm event.
The second part of this changer order is to adjust the bid item quantities to reflect the actual work performed. (Ite
ms H to R)
10. Contract Changes
Bid
Original
Contract
Revised
Negotiated
Original
Revised Estimated Cost
Item
Estimated
Unit Price
Estimate
C.O. Unit
Estimated
No
Quantity
Quantity
Price
Cost
A.) Mobilization
2
1
400,000
1
8,498.02
400,000
408,498.02
B.) Rework Grading and Backfill
New
NA
NA
1
12,269.99
NA
12,269.99
C.) Concrete Pilot Channel
New
NA
NA
252.44
63.09
NA
15,926.72
D.) Type B HMAC PG 64-22
New
NA
NA
333
78.2
NA
26,040.60
E.) 2" TY-C HMAC'PG 64-22
New
NA
NA
1062
7.94
NA
8,432.28
F). Butt Jointing Milling
New
NA
NA
46
103.5
NA
4,761.00
G) Lower existing RCP
New
NA
NA
1
1282.4
NA
1,282.40
H) 5 Strand Barb Wire Fence
10
18350
2.28
19983
N/A
41,838.00
45,561.24
1) Temp Fencing
11
9800
1.45
2104
N/A
14,210.00
3,050.80
J) TY 1 Gate
12
4
213
8
N/A
852.00
1,704.00
K) TY 3 Gate
13
8
235
3
N/A
1,880.00
705.00
L) ASPH Drive Transition
22
81
22.2
120.34
N/A
1,798.20
2,671.55
M) Concrete Dumpster Pad
25
32
150
60.00
N/A
4,800.00
9,000.00
N) 3'x3' Junction Box
33
1
2100
0
N/A
2,100.00
-
O) CL III RCP 18"
35
316
28
352
N/A
8,848.00
9,856.00
P) Junction Box 4'x4'
64
1
3000
2
N/A
3,000.00
6,000.00
Q) Junction Box 5'x5'
65
12
3600
14
N/A
43,200.00
50,400.00
R) Rock Rip Rap
74
1365
45
1504.16
N/A
61,425.00
67,687.20
TOTAL 583,951.20
673,846.80
11.
Change Order # 4 Increase in
Original Contract Price
4,699,337.85 contract price
89,895.60
Previous C.O. total
$ 44,765.40
New Contract Price
$ 4,833,998.85 Decrease in contract price
12. Contract time increased/decreased by 20 days. New contract time 187 days.
THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND
COVENANTS.
13. SUBMITTED BY: py~,a,u $ D~j
rojec E in a Date.
14. ACCEPTED BY CITY ENGINEER: I
gnatur Date
15. ACCEPTED BY CONTRACTOR: 7 RE 51 O£ ►-5 Ic
Title Signature Date
16. ASSISTANT CITY MANAGER:
17. DIRECTOR OF UTILITIES:
Sig ture Date
;414-
~~0~
Signature Date
CONDITIONS OF APPROVAL:
18. PURCHASING/FINANCE:
19. COUNCIL APPROVAL (IF NEEDED)
9 Date
Signature Date