Loading...
2008-185ORDINANCE NO. Wa Zg5- AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NUMBER ONE TO THE CONTRACT BETWEEN THE CITY OF DENTON AND JAGOE- PUBLIC COMPANY; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3994-WEST OAK STREET RECONSTRUCTION CHANGE ORDER NUMBER ONE IN THE AMOUNT OF $175,002.56 FOR A TOTAL BID AWARD OF $904,868.31). WHEREAS, on April 15, 2008 by Ordinance No. 2008-084, the City awarded a public works contract to Jagoe-Public Company in the amount of $729,865.75 for the West Oak Street Reconstruction; 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 No. One, increasing the amount of the contract between the City and Jagoe-Public Company which is on file in the office of the Purchasing Agent, in the amount of One Hundred Seventy Five Thousand and Two and 56/100 ($175,002.56) 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 $904,868.31. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2008. .l MARK A. B lhitl~O S, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: JOHN M. KNIGHT, INTERIM CITY ATTORNEY BY: Exhibit 1 CITY OF DENTON CHANGE ORDER 1. Division (Department) 2. Purchase Order No. 3. Change Order No. Streets 138572 1. 4. Name of Project 5. Project Acct No. 6. Date Prepared West Oak 350236446.1360.40100 8/5108 7. Name and Address of Contractor Jagoe Public INC 3020 Ft. Worth Dr. Denton, TX 8. Description of Work Included in Contract This project consists of reconstruction of the West Oak from Fulton St. to Bonnie Brae Street with 7" of asphalt and replacement of damaged curb/gutter, ADA ramps, sidewalks and markings. 9. Changes ordered and reason ordered This change order is to compensate Jagoe Public for additional footage of curb/gutter, sidewalk and ADA ramps, asphalt and cement treated sub-grade. 10. Contract Changes Bid Item No Original Estimated Contract Unit Price Revised Estimate Negotiated C.O. Unit Original Estimated Revised Estimated Quantity Quantity Price Cost Cost A. remove & replace 6 1,846 21.00 3,925.50 21.00 38,766.00 82,435.50 curb & utter B. remove & replace 7 973 15.75 1,747.50 15.75 15,324.75 27,523.13 concrete utter & apron C. remove & replace 8 123 130.00 340.00 130.00 15.990.00 44,200.00 concrete drives D. remove & replace 9 1,132 9.00 8,322.00 9.00 10,188.00 74,898.00 concrete sidewalk E. remove & replace 10 8 1,700.00 22.00 1,700.00 13,600.00 37,400.00 ADA ramps F. remove & replace 11 6 2,350.00 .00 .00 14,100.00 .00 access ram -II G. concrete pad for bus 12 58 108.00 46.11 108.00 6,264.00 4,979.88 stop H. sign removal 13 51 95.00 19.00 95.00 4,845.00 1,805.00 1. small roadside signs 14 65 400.00 19.00 400.00 26,000.00 7,600.00 J. span mounted signs 15 18 640.00 1.00 640.00 11,520.00 640.00 K. mill e)asting asphalt 16 19,437 2.00 19,593.00 2.00 38,874.00 39,186.00 pavement L. 6' lime treated 17 19,437 2.00 16,059.00 2.00 38,874.00 32,118.00 31#/S M. hydrated lime (TY-B 18 302 115.00 73.80 115.00 34,730.00 8,487.00 slurry) N. 8' asphalt pavement 19 19,437 20.00 19,593.00 20.00 388,740.00 391,860.00 0. adjust water valve 21 20 350.00 29.00 350.00 7,000.00 10,150.00 box P. adjust manhole rim 22 17 350.00 7.00 350.00 5,950.00 2,450.00 Q. 10' cement CEM LAB .00 .00 3,378.00 3.50 .00 11,823.00 treatment 57.8# R. cement slurry CEMENT .00 .00 263.00 200.00 .00 52,600.00 S. remove retaining REM1 .00 .00 24.00 21.00 .00 504.00 wall T. remove misc REM2 .00 .00 24.31 130.00 .00 3,160.30 concrete drive U. remove concrete REM3 .00 .00 128.00 9.00 .00 1,152.00 sidewalk V. structural class a MISC .00 .00 4.00 605.00 .00 2,420.00 concrete W. 8' valley gutters VALL .00 .00 694.00 11.00 .00 7,634.00 X. 6' drainage flume FLUME .00 .00 82.50 9.00 .00 742.50 1 TOTAL 670,765.75 904,868.31 11. Original Contract Price 729,865.75 Increase in contract price 175,002.56 New Contract Price 904,868.31 Decrease in contract price 12. Contract time increased/decreased by -0 days. New contract time 0 days. THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY. IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS 13. SUBMITTED BY: wagu4l 6 /e~7~ Section Supervisor Date 14. ACCEPTED BY CITY ENGINEER: 15. ACCEPTED BY CONTRACTOR: 16. ASSISTANT CITY MANAGER: 17. DIRECTOR OF UTILITIES: CONDITIONS OF APPROVAL: 18. PURCHASING/FINANCE: Signature Date V. 4iz~2' -2 S 6 0? - Title Signature Date Signature Date Q Signature Date 19. COUNCIL APPROVAL (IF NEEDED) Signature Signature Date Date