Loading...
HomeMy Public PortalAboutORD15573 BILL NO. 2016-52 SPONSORED BY Councilman Henry ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $28,000.00 ENGINEERING DESIGN CONTRACT WITH MECO ENGINEERING COMPANY, INC., FOR ELECTRICAL DESIGN SERVICES; AND AUTHORIZING A $12,000.00 SUPPLEMENTAL APPROPRIATION WITHIN THE GENERAL FUND. WHEREAS, MECO Engineering Company, Inc., has been selected as the firm best quantified to provide professional services related to the evaluation of auxiliary electrical connections in the downtown area, auxiliary electric and lighting along Capitol Avenue, and emergency power for City Hall. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. MECO Engineering Company, Inc., is hereby approved as the best qualified firm to provide professional services and its proposal is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with MECO Engineering Company, Inc., for the evaluation and design of electrical supply and lighting in the downtown area and Capitol Avenue and backup power at City Hall. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. There is hereby supplementally appropriated within the General Fund $12,000.00 as indicated on Exhibit B attached hereto. Section 5. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: e/a/l_T d, 14, Approved: A(- - L6 20 comAxi _ _. . - - , VW' A fl:AVI,Ce: —-T--,eA,,d(,,,,, , Presiding,Officer____ . . '- Mayor: Carrie Tergin ATTEST:.-T -`;.,,f' -� APP•OVED A O FORM: - : — ---\ --- — --,____-_— , A -ar,----\-- \\-, - \=-g _ __ xi,,,,,,i, ' --- '' ' ' , , , . 67, / r ity C/ ic .\% :_ i / Inter m City Counselor ' - - '- CERTIFICATION BY MAYOR Pursuant to Article VII;Section 7.1(5.) Of the Charter of the City of Jefferson, Missouri, I hereby certify that the sums appropriated in the ordinance are available in the various funds to meet the requirements of this bill. elAM T T& Mayor C, Bill 2016-52 Exhibit B SUPPLEMENTAL APPROPRIATIONS FISCAL YEAR 2015-2016 BUDGET General Fund: Revenue 10-100-495995 Transfer From (To) Surplus $12,000.00 Expenditure Planning & Protective Services Department 10-990-577058 Downtown Electric $12,000.00 MECO ENGINEERING COMPANY INC ENGINEERS + SURVEYORS 1121 Main Street—Boonville,Missouri 65233 Ph. (660)882-3324--Fax(660)882-3349 September 12, 2016 • Mr. David Bange P.E., City Engineer Department of Public Works 320 E. McCarty St. Jefferson City, MO 65101 Re: Scope of Work and Proposed Fee for Professional Services Special Event Electrical Power, Street Lighting and Christy Building Standby Power Dear David: Thank you for the opportunity to again work with the City on this project. Based upon our initial meeting, and subsequent phone conversation, we have prepared the following scope of work and associated fee for professional services for Phase 1 of this project. Do to the number of tasks associated with the scope of work, we have tried to break them down along with a proposed fee for each task. A total lump sum fee is also included. Special Event Power Distribution-Phase 1 • Investigate existing conditions to determine feasibility of available power sources, power requirements, possible circuit routing, and means to integrate power outlets into existing site features. • Investigate end user power requirements and needs. • Prepare an estimate of probable construction costs. • Estimated completion of this work March 1, 2017. In consideration for these services,we propose a lump sum fee of Seven Thousand Dollars and no Cents. ($7,000.00) New Lighting along Capital Avenue—Phase 1 • Review existing lighting fixtures and determine acceptable lighting levels for this area. • Investigate possible pole/luminaire selections and spacing. • Investigate power source and circuiting. • Prepare electrical lighting and power drawings,details and specifications suitable for bidding by mid- January of 2017. . • Prepare an estimate of probably construction costs. • Assist in project bidding. • Shop drawing review • Construction Administration. In consideration for these services,we propose a lump sum fee of Sixteen Thousand Dollars and no Cents.($16,000.00) Standby Power for the Christy Building—Phase 1 • Review existing electrical loads and electrical characteristics in Christy Building. • Review existing Police Department electrical loads and generator capacity and electrical characteristics. • Determine compatibility of existing Police generator to serve Christy Building. • Make recommendation with an estimate of probable costs to provide stand-by power to building. • Estimated completion of this work March 1, 2017. In consideration for these services,we propose a lump sum fee of Five Thousand Dollars and no Cents.($5,000.00) Total Proposed Lump Sum Fee- Twenty Eight Thousand Dollars and no cents. ($28,000.00) David, please review the Scope of Work and associated fees for Phase 1 Should the City decide to proceed with design and bidding for the Special Event Power, and Standby Power for the Christy Building,we would be happy to prepare a proposal for that work. If youhave any questions,or concerns, please do not hesitate to contact our office. Sincere) Roger Linneman, PE eitel rS5-73 CITY OF JEFFERSON CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT, made and entered into this 10 day of !l , 2016, by and between MECO Engineering Company, Inc., a corporation authorized to do business in the state of Missouri, hereinafter referred to as the "Consultant," and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as the "City." WITNESSETH: THAT WHEREAS, the City desires to engage the Consultant to provide engineering services for the Special Event Electrical Power, Street Lighting, and Christy Building Standby Power Projects. THAT WHEREAS, Consultant has made certain representations and statements to the City with respect to the provision of such services, and the City has accepted said proposal to enter into a contract with the Consultant for the performance of services by the Consultant. NOW, THEREFORE, for the considerations herein expressed, it is agreed by and between the City and the Consultant as follows: 1. Scope of Services. The City agrees to engage the services of the Consultant to provide engineering services for the Special Event Electrical Power, Street Lighting, and Christy Building Standby Power Projects, as more specifically set out in Exhibit A. 2. Additions or Deletions to Services. The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 7 hereof. The Consultant shall undertake such changed activities only upon the direction of the City. All such directives and changes shall be in written form and approved by the Director of Public Works and shall be accepted and countersigned by the Consultant or its agreed representatives. The Consultant will perform any additional work requested by the City which is not specifically covered in the scope of work as defined herein at a reasonable fee or compensation to be agreed to between the City and the Consultant at the time any such service may be required. 3. Term of Contract. Consultant agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and to perform, said work at Consultant's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within one hundred fifty (150) calendar days from the date Contractor is ordered to proceed, which order shall be issued by the Public Works Department within ten (10) days after the date of this contract. 4. Existing Data. All information, data and reports as are existing, available and necessary for the carrying out of the work, shall be furnished to the Consultant without charge by the City, and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services. 5. Personnel to be Provided. The Consultant represents that the Consultant has or will secure at its expense all personnel required to perform the services called for under this Contract by the Consultant. Such personnel shall not be employees of the City or have any contractual relationship with the City except as employees of the Consultant. All of the services required hereunder will be performed by the Consultant or under the Consultant's direct supervision and all personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to perform such services. None of the work or services covered by this Contract shall be subcontracted without the written approval of the City. 6. Notice to Proceed. The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed as noted in the Notice to Proceed. 7. Compensation. The City agrees to pay the Consultant in accordance with the rates set forth in Exhibit A which shall constitute full and complete compensation for the Consultant services hereunder. Such compensation will be paid in progress payments, as established by the City. In addition to lump sum expenses, progress billing requests shall be supported by itemized daily detail of hours and rates for each classification of employee participating in each phase of the scope of work. The final payment will be subject to receipt of a requisition for payment and a statement of services rendered from the - 2 - Consultant certifying that the Consultant fully performed all work to be paid for in such progress payments in conformance with the Contract. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this Contract exceed the sum of Twenty-Eight Thousand Dollars ($28,000.00) for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this Contract and the work actually required. 8. Failure to Perform, Cancellation. If, through any cause, the Consultant shall fail to fulfill in timely and proper manner its obligations under this Contract, or if the Consultant shall violate any of the covenants, agreements, or stipulations of this Contract, the City shall thereupon have the right to terminate this Contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five (5) days before the effective day of such termination. The Consultant or the City may terminate this Contract upon thirty (30) days prior written notice. In the event of termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Consultant under this Contract shall, at the option of the City, become its property, and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. 9. Assignment. The Consultant shall not assign any interest in this Contract, and shall not transfer any interest in the same (whether by assignment or novation), without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this Contract, including the right to change or delete activities from the Contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this Contract, though the City will attempt to so notify any such assignee. 10. Confidentiality. Any reports, data or similar information given to or prepared or assembled by the Consultant under this Contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. - 3 - 11. Nondiscrimination. The Consultant agrees in the performance of the Contract not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against any employee of the Consultant or applicant for employment and shall include as similar provision in all subcontracts let or awarded hereunder. 12. Independent Contractor. The Consultant is an independent contractor and nothing contained herein shall constitute or designate the Consultant or any of its agents or employees as agents or employees of the City. 13. Benefits Not Available. The Consultant shall not be entitled to any of the benefits established for the employees of the City or the City nor be covered by the Workman's Compensation Program of the City or the City. 14. Liability. The parties mutually agree to the following: (a) In no event shall the City be liable to the Consultant for special, indirect or consequential damages, except those caused by the City's breach of this Contract. The maximum liability of the City shall be limited to the amount of money to be paid or received by the City under this Contract. (b) The Consultant shall indemnify and hold the City harmless from and against all claims, losses and liabilities arising out of personal injuries, including death, and damage to property which are caused by the acts, errors and omissions of Consultant for which they would be otherwise legally liable, arising out of or in any way connected with this Contract. 15. Documents. Reproducibles of tracings and maps prepared or obtained under the terms of this Contract shall be delivered upon request to and become the property of the City upon termination or completion of the work. Copies of basic survey notes and sketches, charts, computations, and other data prepared or obtained under this Contract shall be made available, upon request, to the City without restrictions or limitations on their use. When such copies are requested, the City agrees to pay the Consultant its costs of copying and delivering same. - 4 - 16. Nonsolicitation. The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, City, percentage, brokerage fee,,gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability, or, in its discretion, to deduct from the Contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. 17. Books and Records. The Consultant and all his subcontractors shall maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred in connection with this Contract, and shall make such materials available at their respective offices at all reasonable times during the Contract and for a period of three (3) years following completion of the Contract. 18. Delays. The Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant; the Consultant has made no warranties, expressed or implied, which are not expressly set forth in this Contract; and notwithstanding the provision of Paragraph 14 above, no circumstances will the Consultant be liable for indirect or consequential damages. 19. Illegal Immigration. Prior to commencement of the work: a. Consultant shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Consultant shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. c. If consultant is a sole proprietorship, partnership, or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. - 5 - 19. Notices. All notices required or permitted hereunder and required to be in writing may be given by first class mail addressed to the City of Jefferson, 320 East McCarty Street Jefferson City, Missouri, 65101, and MECO Engineering Company, Inc., 1121 Main Street, Boonville, Missouri„ 65233. The date and delivery of any notice shall be the date falling on the second full day after the day of mailing. 20. Law to Govern. This Contract shall be governed by the laws of the State of Missouri as to both interpretation and performance. IN WITNESS WH F, the parties hereto have set their hands and seals this I day of , 2016. CITY OF JEFFERSON MECO ENGINEERING COMPANY, INC. 51/044-77:Mfri_ (/, Mayor Carrie Tergin Title: ms`s. ATTEST:- ATTEST: ✓ / L/ City Clerk -_tl Titl • Grp/'u'z`°/Y APPROVED AS TO FORM: Interim City Counselor - 6 - Downtown Special Events Electric, Change Order No. 1 Page 1 of 2 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. I ®r-gct0-5l 1 oS S Change Order No. One (1) Project No. 32146 Ord. No. 15573 Date: 6/5/2017 Job & Location: Downtown Special Events Electric Consultant: Meco Engineering Company, Inc. ...................................................•---...................................................................-•------.....................................---............................--•--................................ It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as herein stipulated and agreed. DESCRIPTION OF CHANGES: The original contract called for the review of the loads and electrical characteristics of City Hall to determine if the building could be powered by the Police Department generator, and to produce a report detailing the recommendations and probable costs. It was determined at an early stage of this process that using the same generator for both buildings was not a feasible option given that the buildings are wired for two different voltages. Rather than spend additional time and resources to produce a report of the findings the consultant was directed to move to the design of a separate generator. This change order provides funding for the design necessary for the selection of a generator and the design of the switchgear and other necessary electrical components. Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract. Quantity in Revised Amount of Item Quantity in Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun EW 1.1 Standby Power for the Christy Building - LS 0 1 1 $11,500.00 $11,500.00 Phase 2 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: UWe hereby agree to the modifications of the contract as described above and agree to fumish all materials and labor and perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise stipulated herein, for the following considerations: Contract Amount - Add $11,500.00 (Eleven Thousand Five Hundred Dollars and No Cents) to the Contract Amount Contract Time - There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $28,000.00 0 PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0 TOTAL THIS CHANGE ORDER $11,500.00 41.1% 0 TOTAL OF ALL CHANGE ORDERS $11,500.00 41.1% 0 CONTRACT AMOUNT TO DATE $39,500.00 0 ........................................................................................................................................................................................................................................... Meco Engineering Company, Inc. t r C01L)af��& Date Recommended by: 6 -IP -1-7 City Engineer Date Verification of Encumbrance: Accepted by: Approved as to Form: Downtown Special Events Electric, Change Order No. 1 Page 2 of 2 Finance Director Date !A I Bate Date Project 32146, Change Order #2, Page 1 of 2 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. Change Order No. Two (2) Project. No. 32146 Ord. No. 15573 Date: 10/3/2017 Job & Location: Downton Special Events Electric Consultant: Meco Engineering Company, Inc. ..1..._.......,..... �. �..�.......,....,..._ .1.1.1.1 ._-...,........,._....,....... _.1.1.1.1...,w..... .._.,_,..,... ........ W......,,w_....... _....... .,,.,,.,...1..1.11... ..... It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes in the work required by the contract shall be executed by the contractor without -changing the terms of the contract except as herein stipulated and agreed. DESCRIPTION OF CHANGES: The original contract with MECO Engineering included the investigation and feasibility of installing festival electric in the downtown area. During the April 2017 Public Works and Planning Committee meeting the committee recommended moving forward with the installation of the electric as part of the a larger project repair the sidewalks and street.. This change order will provide for the final design of the electrical system along with bidding, shop drawing review and construction administration. Note: Item numbers prefixed with "EW' (Extra Work) are new line items to the contract. Item No. EW 2.1 Final n of Downtown Electric Quantity in Revised Quantity in Change Contract Unit Contract Order Quantitv Amount of Overrun or Unit Price Underrun tS, 000.00 $18 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to the modifications of the contract as described above and agree to fumish all materials and labor and perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise stipulated herein, for the following considerations: #NAME? Contract Time - There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Meco Engineering Company, � on ftant Recommended by: City Engi r Verification of Encumbrance:{/!' /f - Finance Dire4for %`( -? Date Date 1 tlG � Z Date Amount % Change Time ORIGINAL CONTRACT $28,000.00 0 PREVIOUS APPROVED CHANGE ORDERS $11,500.00 41.1% 0 TOTALTHIS CHANGE ORDER $18,000.00 64.3% 0 TOTAL OF ALL CHANGE ORDERS $29,500.00 105.46/6 0 CONTRACT AMOUNT TO DATE $57.500.00 n Meco Engineering Company, � on ftant Recommended by: City Engi r Verification of Encumbrance:{/!' /f - Finance Dire4for %`( -? Date Date 1 tlG � Z Date Project 32146, Change Order #2, Page 2 of 2 Accepted by:oeva-e-- Owner - City Administrator/ Mayor u Date - Approved as to Form: /0% /?// 7 City C se Date DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION" 320 EAST'McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT No. 6,4 -q4o - 51q%-10 Change Order "No. Three (3) Project No. 32146 Ord No. 15573 Date: be` a a011 Job & Location: Downtown Special Events Electric Consultant: Meco Engineering Company, Ind. tis hereby m,...........»..»......»........».»............».............................»»»..........................».....................»....................... ........... ..... .... ......»................................» I » ..... . utually agreed that when this change order has been signed by the contracting parties, -the following described .changes in the work required by thecontract shall be executed. by: the contractorwithoutchanging the terms of the contract except as herein stipulated and agreed. . DESCRIPTION OF CHANGES: (Add Detailed Description / Explanation) Note: Item numbers prefixed with "EW" (Extra Work) are new line items_ to the contract. Quantity in . Revised Amount of ..Item Quantity in Change Contract Overrun or No. Description 'Unit - Contract. Order Quantity . " Unit Price. Undemin EW 3.1. Standby. Power for 2320 Hyde Park LS .0 1 1. _ $10,250.00 $10,250.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBENG D CHAES: - [Me hereby agree'to the modifications of the contract as described above and agree to fumi_sh all materials and labor and perform all work in connection therewith in accordance: with -the requirements for similar work in existing contract except as otherwise stipulated. herein, for the following considerations: Contract Amount - Add $10,250:00 (Ten Thousand Two Hundred Fifty. Dollars and. No Cents) to the Contract Amount Contract'Tine = There is no change -to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount_ %Change' . Time ORIGINAL CONTRACT. $28,000.00 0 PREVIOUS APPROVED-CHANGE'ORDERS $29500.00 105.4% 0. . TOTAL THIS -CHANGE ORDER " 110.250.00 3RR%- n -Meco Ei )TAL.OF:ALL-CHANGE-ORDERS_­_.___-�... _,T -.- )NTRACTAMOUNT TO -DATE `— Recommended by: Verification of. Encumbrance: . Accepted by: Approved as to Form: r. $390750.00---.-142.0%, A $67,750.00` J xlfi' Date 4• - • I • DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY,MISSOURI 65101 ACCOUNT NO.21-990-574039 Change Order No.Three(3) Project No. 32146 Ord. No. 15573 Date: 1/4/2019 Job&Location: Downtown Special Events Electric Consultant: Woo Engineering Company,Inc. It is hereby mutually agreed that when this change order has been signed by the contracting parties,the following described changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as herein stipulated and agreed. DESCRIPTION OF CHANGES: This change order will allow for the desidin of a lighting system in the area in front of Washingto Park Ice Arena and along the greenway trail between Kansas Street and Ohio Street.It will include the locating of the electrical drop the specification of a meter and control cabinate,routing and sizing of wire for the selected lighting fixtures,and other necessary tasks to provide a lighting system in the described area. Note:Item numbers prefixed with"EW'(Extra Work)are new line items to the contract. • Quantity in Revised Amount of Item Quantity in Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun EW 3.1 Washington Park Lighting LS 0 1 1 $5,500.00 $5,500.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise stipulated herein,for the following considerations: Contract Amount-Add$5,500.00 (Five Thousand Five Hundred Dollars and No Cents)to the Contract Amount Contract Time-Add 30 Calendar Days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount %Change Time ORIGINAL CONTRACT $28,000.00 0 PREVIOUS COUNCIL APPROVED CHANGE ORDERS $29,500.00 105.4% 0 TOTAL THIS CHANGE ORDER $5,500.00 9.6% 30 TOTAL OF COs SINCE LAST COUNCIL APPROVAL $5,500.00 9.6% 30 CONTRACT AMOUNT TO DATE $33,500.00 30 Meco Engineering Company, Inc. V-1/1 q C.. ultant Date Recommended by: �rq City En 'neer Date Verification of Encumbrance: Fina Director Date ,� Accepted by: 1 ( ✓ l, -f 1 Owner-City Administrator/ ....,•/Parks Directo Date Approved as to Form: /, / / /A City • elor D to MECO Engineering Company Inc. Project #32146 Cumulative value Percent of Administratively Description Value Change approved COs Disposition Original Contract $28,000.00 Change order#1 $11,500.00 41.07% $11,500.00 Under$25,000 Change Order#2 $18,000.00 105.36% $29,500.00 Received Council Approval New Council Approved Contract amount $57,500.00 Change Order#3 $10,250.00 17.83% $10,250.00 Under$25,000 Change Order#4 $5,500.00 27.39% $15,750.00 Under$25,000