Loading...
00-272 Resolution No. 00-272 RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH JOEL KENNEDY CONSTRUCTING CORP . FOR THE TYLER CREEK INTERCEPTOR SEWER, PHASE VI WHEREAS, the City of Elgin has heretofore entered into a contract with Joel Kennedy Constructing, Corp. for the Tyler Creek Interceptor Sewer, Phase VI Project; 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 Ed Schock, Mayor, 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/ Ed Schock Ed Schock, Mayor Presented: December 13 , 2000 Adopted: December 13 , 2000 Omnibus Vote : Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk CITY OF ELGIN, ILLINOIS Sanitary Sewer System Improvements Tyler Creek Interceptor Sewer-Phase VI CHANGE ORDER NO. 1 (Final) • CHANGE ORDER CERTIFICATE With respect to the subject Change Order and in accordance with 720 ILCS 5/33E-9, the CITY Of ELGIN, ILLINOIS has independently made the following determination: Check one or more: o the circumstances necessitating the change in performance were not reasonably foreseeable at the time the project contract was signed, or o the Change Order is germane to the original project contract as signed, or the Change Order is in the best interest of the CITY OF ELGIN, ILLINOIS and authorized by law. The undersigned certifies that he(she) is the responsible designee of the CITY OF ELGIN, ILLINOIS authorized to approve the subject Change Order on behalf of the CITY OF ELGIN, ILLINOIS. CITY OF ELGIN, ILLINOIS Authorized Designee Date: /c/2 j/c H:\PROJ\ELGNC\990946\7201LCS.DOC CHANGE ORDER NO. 1 PROJECT: Elgin- Sanitary Sewer System DATE OF ISSUANCE: September 19, 2000 Improvements Tyler Creek Interceptor Sewer Phase VI OWNER: City of Elgin ENGINEER: Baxter& Woodman, Inc. CONTRACTOR: Joel Kennedy Constructing Corporation ENGINEER's Project No. 990946 You are directed to make the following changes in the Contract Documents: Description: BASE BID PAY ITEM NO. 3 Temporary work boundary fence. Reduction in quantity due to field conditions. Reduction of 60 lineal feet @ $7.00 per lineal feet. ($420.00) PAY ITEM NO. 4 Erosion control silt filter fence. Reduction in quantity due to field conditions. Reduction of 7,400 lineal feet @$1.50 per lineal foot. ($11,100.00) PAY ITEM NO. 6 Sanitary sewer(open cut) 20-24 feet deep. Addition in quantity due to a field variation in the actual overall length for the pipe run from the existing pipe stub to the new sanitary manhole No. 43. Addition of 8.4 lineal feet @ $160.00 per lineal foot. $1,344.00 PAY ITEM NO. 7 Reduction in cost due to the Contractor change in means and methods substituting a 48" casing instead of a 60" casing. Reduction in unit cost of$36.00 per lineal foot @ 125 lineal feet. ($4,500.00) PAY ITEM NO. 9 Manhole drop connection: 12' with 10" drop. Addition in quantity due to field conditions. . Addition of 0.4 vertical feet @ $140.00 per vertical foot$56.00. $56.00 PAY ITEM NO. 12 Air pressure joint testing 36-inch and 24-inch. Reduction in quantity. Individual joint testing was not required. Reduction in quantity for 36-inch joint testing. Reduction of 20 each @ $170.00 per joint ($3,400.00). ($3,400.00) Reduction of quantity for 14-inch joint testing. Reduction of 1 each @ $2,000.00 per joint. ($2,000.00) PAY ITEM NO. 13 Removal and replacement of unsuitable material. Reduction in quantity due to field conditions. Reduction of 30 cubic yards @ $40.00 per cubic yard. ($1,200.00) CHANGE ORDER NO. 1 2. A. New items added to the Base Bid contract. Field welding of the first joint due to the existing pipe being deflected. Additional cost of $1,724.00 B. Replacement of field tiles 4" through 8" using PVC pipe for $40.00 per lineal foot. 1,241 lineal feet of field tile @$40.00 per lineal foot. $49,640.00 C. Contract time extension not to exceed 30 days Total Net Changes to Base Bid $30,144.00 ALTERNATE A ITEMS: PAY ITEM NO. 3 Temporary work boundary fence. Addition in quantity due to field conditions. Addition of 470 lineal feet @ $2.00 per lineal feet. $940.00 PAY ITEM NO. 4 Erosion control silt fence. Reduction in quantity due to field conditions. Reduction of 2,000 lineal feet @$1.50 per lineal foot ($3,000.00) PAY ITEM NO. 12 Air pressure joint testing 18-inch. Reduction in quantity. Individual joint testing was not required. Reduction of 15 each @ $100.00 per joint ($1,500.00) PAY ITEM NO. 13 Removal and replacement of unsuitable material. Reduction in quantity due to field conditions. Reduction of 50 cubic yards @ $60.00 per cubic yard. ($3,000.00 - Total Net Changes to Alternate A ($6,560.00) TOTAL Changes for the Contract Base Bid and Alternate A $23,584.00 Purpose of Change Order: Change in contract Price and Contract Time. Attachments: Work Change Directive No. 1 Change in casing size. Contractor letter dated 1/27/2000. Work Change Directive No. 2 Contract Time Extension Contractor letter dated 2/29/2000. • CHANGE ORDER NO. 1 3. Field welding of first pipe joint. Contractor letter dated 3/1/2000. Baxter &Woodman, Inc. facsimile letter to Steve Pertzborn dated 3/2/2000. Work Change Directive No. 3 Replace of Field tiles. Contractor letter dated 5/16/2000. E-mail message from Steve Pertzborn dated May 17, 2000 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIME Original Contract Price $1,395,317.00 Original Contract Time: Substantial Completion: May 12, 2000 Completion: June 30, 2000 Previous Change Orders Change from previous Change Orders: No. - to No. - $ 0.00 Substantial Completion: Completion: Current Contract Price $1,395,317.00 Current Contract Time: Substantial Completion: May 12, 2000 Completion: June 30, 2000 Net increase of this Change Order $ 23,584.00 Net increase of this Change Order: 30 Days Contract Price with this Change Contract Time with this Change Order: Order: $1,418,901.00 Substantial Completion: June 12, 2000 Completion: July 31, 2000 i CHANGE ORDER NO. 1 4. Pursuant to 720 ILLS 5/33E-9, • ' • as signed, or(3) the change order is in the best interest of the City of Elgin. PREPARED BY: APPROVED: ACCEPTED: BAXTER& WOODMAN, INC. CITY OF ELGIN JOEL KENNEDY CONSTRUCTING, CORP. By �.. ii,/ By ":-el,,Z%-r/Z--- Jame". Repp Ed Schock, Mayor Joel ennedy,President Co,* ction Project anager RECOMMENDED BY: ,C By ,P 1 Atttat- Darrel R. Gavle, P.E. Client Manager H:\PROJ\ELGNC\990946\ChangeOrder\No l.doc " Agenda Item No. City of Elgin04. rhilk g E !<<` � 9 •ri rft. Tyler Creek Interceptor November 17, 2000 Page 2 Subsequent to the installation of the interceptor sewer, several areas of the farm field within the project limits began to retain water. An investigation revealed that several existing field tiles crossing the path of the new sewer had not been seen and had been damaged by the installation. In order to allow farming activities to resume, it was necessary to repair those tiles . Due to the size (36" diameter) , and depth (varied from 12 ' to 40 ' in depth) of the interceptor sewer, the excavation was very wide and it was extremely difficult to see the field tiles during the construction. A pay item for the repair of field tiles was not included in the original contract and therefore, needed to be added as part of this change order. Reductions and increases to existing contract pay items results in a deduction of $21, 220 . 00 to the City funded portion of the contract and a deduction of $6, 560 . 00 to the Chicago White Metal portion of the contract . The total net change to the City portion of the contract is $30, 144 . 00 ($51, 364 . 00 - $21, 220 . 00) and the total net change to the Chicago White Metal portion is $ (- 6, 560. 00) . The value of the change to the overall contract (Change Order No. 1) is $23, 584 . 00 ($30, 144 . 00 - $6, 560 . 00) . A copy of Change Order No. 1 is attached as Exhibit A. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. INANCIAL IMPACT The final construction contract amount with Joel Kennedy Construction is as follows : • Original Contract Amount : $1, 395, 317 . 00 • Change Order No. 1: 23, 584 . 00 • Final Contract : 1, 418, 901 . 00 Payments made to date total : $1, 341, 852 . 26 Leaving a final payment of: $ 77, 048 . 74 • (00P. Tyler Creek Interceptor November 17, 2000 Page 3 The project was accounted for as follows : Tyler Creek Interceptor Sewer - Phase VI Project # 339584 Account # 380-4200-795 . 92-41 $ 300, 000 . 00 398-4200-795. 92-41 100, 000. 00 399-4200-795. 92-41 2, 114, 120 . 00 Total Budget $2, 514, 120 . 00 Chicago White Metal Account # 399-0000-605 . 52-00 $ 322, 093 . 50 Expenditures and Encumbrances by Account Number: 398-4200-795. 92-41 Joel Kennedy Construction: $ 100, 000 . 00 399-4200-795 . 92-41 Baxter & Woodman $ 140, 000 . 00 Joel Kennedy Construction $1, 318, 901 . 00 rik Miscellaneous $ 7, 134 . 00 Total $1, 566, 035 . 00 Sufficient funds are available to fund Change Order No. 1 ($23, 584 . 00) and for final payment in the amount of $77, 084 . 74 . Also, Chicago White Metal shall be reimbursed in the amount of $6, 560 . 00 for the unused portion of their construction monies . Their portion of the project totaled $315, 533 . 50 . vva VLEGAL IMPACT /1P° None. ALTERNATIVES None . Tyler Creek Interceptor November 17, 2000 Page 4 RECOMMENDATION It is recommended that City Council authorize execution of Change Order No. 1, accept the completed project and authorize final payment in the amount of $77, 084 . 74 to Joel Kennedy Construction. Res.ectfully submitted, 42. /01-\,_ Joyce A. Parker City Manager SP:do Attachments emk r