Loading...
92-1216 Swallow Construction RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH SWALLOW CONSTRUCTION FOR THE GRAVITY REPLENISHMENT LINE WHEREAS, the City of Elgin has heretofore entered into a contract with Swallow Construction for the gravity replenish- ment line; and WHEREAS, it is necessary and desirable to modify the terms of the contract as is described in Change Order No. 1, attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Larry L. Rice, City Manager, be and is hereby authorized and directed to execute Change Order No. 1, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: December 16 , 1992 Adopted: December 16, 1992 Vote: Yeas 6 Nays 1 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk ELGIN, ILLINOIS GRAVITY REPLENISHMENT LINE CHANGE ORDER NO. 1 SCOPE: This Change Order No. 1 covers additional changes in the scope of work at the Gravity Replenishment Line that were not reasonably foreseeable at the time the contract was signed and are in the best interest of the City. Items covered in this change order are for: 1) transition fitting, 2) sidewalk, 3) additional labor for connecting to the existing main, 4) restrained joint fittings, and 5) granular trench stabilization. This contract for construction is with Swallow Construction, Lombard, Illinois. REASONS FOR CHANGE: 1) The project was originally designed and bid with the contractor responsible for connecting the new 30-inch diameter ductile iron water main to an existing 36" x 36" x 30" tee. After exposing the tee, it was discovered that the existing tee is prestressed concrete cylinder pipe (PCCP) material . Therefore, the new ductile iron pipe could not be connected to the PCCP tee without the use of a special transition fitting. The existence of the PCCP material for the existing tee was not noted during any of the review phases prior to bidding. The installation of the transition fitting is necessary to make the connection between the new ductile iron pipe and existing PCCP main. This will result in a new addition to the contract. 2) The project was originally designed and bid with the installation of the 24-inch diameter water main installed in front of the Riverside Treatment Plant. The original bid did not have a unit price bid for concrete sidewalk removal and replacement. A price per square yard was submitted by the contractor for approval . After review by the City and CDI, a lower price was negotiated with the Contractor and accepted. This will result in a net addition to the contract. 3) The project was originally designed and bid with the contractor responsible for connecting the new 30-inch diameter ductile iron main to the existing 36" x 36" x 30" tee. The connection was to be accomplished by removing what was felt to be a standard plug. However, after exposing the tee it was discovered that the tee had a plug which was bolted and welded to the pipe. This resulted in a work stoppage and then additional time and equipment, not contemplated in the original bid, for removal of the welded plug. A price was submitted by the contractor for approval . After review by the City and CDI, a lower price was negotiated with the contractor and accepted. This will result in a net addition to the contract. r 4) The project was originally designed and bid with the contractor responsible for installing a concrete thrust block at the 24-inch diameter elbow located at approximate station 22+50. This elbow is located on the west bank of the Fox River. This area is submerged during periods of high water. Excavation during the water main installation revealed unsuitable pipe laying conditions not contemplated in the original contract. It was determined that the use of restrained joints would be in the City's best interest in lieu of the use of a thrust block due to the concern that the noncohesive soils encountered would not allow for adequate bearing for a thrust block. This will result in a net addition to the contract. 5) During the course of construction, unstable ground was encountered from Station 20+10 to 20+53. The below grade conditions were unsuit- able and were not adequate to fully support the installed water main. It was determined that the use of the granular trench stabilization material would be in the best interest of the City. The subgrade conditions were not contemplated in the original bid. This will result in a net addition to the contract. • , SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount of the contract will be revised as follows: Item 1. Transition fitting to allow connection of ductile iron pipe to prestressed concrete cylinder pipe. Fitting Material Cost $1,045.00 Contractor 15% Fee 156.75 Shipping Cost to Job Site 161.40 Total Add $1,363.15 2. Concrete sidewalk removal and replacement. *19 S.Y. at $27/S.Y. $513.00 Total Add $513.00 *Invoice amount is $4.50/Square foot = $40.50/Square Yard. At project meeting on 3 August 1992, a negotiated price was agreed to of $3.00/Square Foot = $27.00/Square Yard. 3. Additional labor for connection to existing main. Invoice #9228 - Extra #1; 5/28/92 $797.34 Invoice #9228 - Extra #2; 5/29/92 905.20 *Invoice #9228 - Extra #3; 6/1/92 398.67 Total Add $2,101.21 *Invoice amount is $797.34. At project meeting on 3 August 1992, a negotiated price was agreed to of 1/2 of $797.34 = $398.67. 4. Additional restrained joints. 180 lineal feet at $18.80/L.F. $3,384.00 Total Add $3,384.00 5. Granular trench stabilization. 54014 tons at $20/Ton $1,082.80 Total Add $1,082.80 TOTAL NET ADDITIONAL COST $8,444.16 The original contract with Swallow Construction was $494,797.00 (four hundred ninty-four thousand, seven hundred ninety-seven and no/100 dollars) . With this change order amounting to $8,444.16 (eight thousand, four hundred forty-four and 16/100 dollars) , the total contract will be for $503,241.16 (five hundred three thousand, two hundred forty-one and 16/100 dollars) . T:0821-S1 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this day of , 1992. Recommended: CLARK DIETZ, INC. Engineers and Architects By: C Date: 8/y7/9 friclk ELGIN 1 •ARTMENT / By:OLA,N1 L! Date: t A, Accepted: SWALLOW CONSTRUCTION Party th Second Park Contractor) By: R Title: ekes /deg Date: Q /,' 11 5-.1-, Approved: CITY OF ELGIN 'mirk Party of t e t Par :• . -r) By: _ r., Title: - Date: // /-7/7 Z 0821-S1 E �• in ,� Agenda Item No. TO: Mayor and Members of the City Council FROM: City Manager DATE: November 23, 1992 SUBJECT: AUTHORIZATION OF CHANGE ORDER #1, FINAL PAYMENT, AND ACCEPTANCE OF THE WATER REPLENISHMENT LINE (W-37) PURPOSE: This memorandum will provide the Mayor and Council with information to consider authorizing the execution of change order #1, final payment, and acceptance of the improvements to the subject project. BACKGROUND: The construction contract awarded to Swallow Construction on March 11, 1992, was for the installation of a 24" finished water replenishment line from the Riverside Water Treatment Plant beneath the Fox River to the reservoirs at the Slade Avenue facility. Attached is change order #1 for additional changes in the scope of the work, which include the following items: 1. Transition fitting to allow connection of ductile iron pipe (DIP) to prestressed concrete cylinder pipe (PCCP) . 2 . Concrete sidewalk removal and replacement. 3. Additional labor for connection to existing main. 4. Additional restrained joint pipe 180 lineal feet. 5. 54 . 14 tons of granular trench stabilization. Swallow Construction Corp. has completed the project in compliance with the plans and specifications provided by Clark Dietz, Inc. r . 1 • Page 2 FINANCIAL IMPACT: The initial contract was awarded for $494,797,00 . The contract amount based on actual measured in-place quantities totaled $497,726 . 16 . Change order #1, which covers additional changes in the scope of work, amounted to $8,444 . 16 . This brings the total revised contract to $503,241 . 16 . Copies of change order #1 and the final payment request are attached for your consideration. RECOMMENDATION: It is recommended that the City Council authorize change order #1 in the amount of $8,444 . 16 and the final payment to Swallow Construction Corp. in the amount of $57, 372 . 36 and accept the completed projec . :11 /2 ;-":22> City Manage LLR:LED:PLB: jk 01141119 .292 Attachments cc: James L. Kristiansen, Public Works Director r