Loading...
02-28 Resolution No . 02-28 RESOLUTION APPROVING CHANGE ORDER NO. 2 IN THE CONTRACT WITH GILBANE BUILDING COMPANY FOR THE CENTRE WHEREAS, the City of Elgin has heretofore entered into a contract with the Gilbane Building Company for The Centre; and WHEREAS, it is necessary and desirable to modify the terms of the contract as is described in Change Order No . 2 , attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, be and is hereby authorized and directed to execute Change Order No. 2 , a copy of which is attached hereto and made a part hereof by reference . s/ Robert Gilliam Robert Gilliam, Mayor Pro Tem Presented: January 23 , 2002 Adopted: January 23 , 2002 Omnibus Vote : Yeas : 5 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk ` ` CHANGE ORDER Distribution to: OWNER X ARCHITECT X CONSTRUCTION MG X FIELD X OTHER PROJECT: ELGIN FAMILY RECREATION CENTER CHANGE ORDER NUMBER: 2 Elgin, Illinois DATE OF ISSUANCE: 01/11/02 TO: GILBANE BUILDING COMPANY 8550 West Bryn Mawr, Suite 500 CONTRACT DATE: 6/14/00 CHICAGO, IL 60631 You are directed to make the following changes in this contract: Labor, material and equipment charges associated with the installation of site utility pipe, structure, etc,for site utility work at the east side of the site per Bid Alternate 100 and including an additional$1,000 for overtime work(to eliminate road closing)required to complete the scope of work for this change order. Construction Fee of 8%is not included in this change order as this is part of an overall credit to owner. This change order increase is for work added to Jensen's Heating and Plumbing's scope of work,the deduct change order for work removed from Advanced Mechanical's contract will be forwarded to the owner under a separate change order. This change order has a net value of zero. The cost for the work is a transfer of funds from the owner's contingency. Subtotal-Trade Contractor Costs: $ 21,870 Construction Manager's Fee @ 8% $0 Additional Construction Management Staff/Support Costs(Define on separate page) $0 Total of This Change: $21,870 Utilization of Owner's Contingency: Original Amount of Owner's Contingency: $ 110,812 Increases in Owner's Contingency through Amendment#2 $ 109,375 Subtotal: $ 220,187 Previously authorized Change Orders: $ 54,302 This Change Order: $ 21,870 Remaining Owner's Contingency: $ 144,015 Total Increase in the Guaranteed Maximum Price: $0 (All Change Orders indicate a transfer of funds from the Owner's Contingency to a Trade Contractor and Gilbane or an increase in the Guaranteed Maximum Price.) We certify that this change order is in the best interests of the City of Elgin and authorized by law, is germane to the contract(s)and that the circumstances necessitating the change in performance were not reasonably forseeable at the time the contract was signed. The original Guaranteed Maximum Cost was............................................................................................. $5,540,609 Net change by previously authorized Amendments/Change Orders ................................................................ $5,468,757 The Guaranteed Maximum Cost prior to this Change Order was............................................................... $11,009,366 The Guaranteed Maximum Cost will be(unchanged)by this Change Order $0 The new Guaranteed Maximum Cost including this Change Order will be.................................................. $11,009,366 The Contract Time for the Parking Structure will be(unchanged) by ................................................... 0 Days The Contract Time for the Recreation Center will be(unchanged) by 0 Days The Date of Substantial Completion for the Parking Structure as of the date of this Change Order therefore February 12,2002 The Date of Substantial Completion for the Recreation Center as of the date of this Change Order therefore October 2, 2002 Willia s Associates GILBANE BUILDING COMPANY City of Elgin ARCHITIkCT CONSTRUCTION MANAGER OWNER 210 North le 8550 West Bryn Mawr, Suite 500 150 Dexter Court Wheaton, IL k18V CHICAGO, IL 60631 Elgin IL 60120 ^ BY: BY: BY: `_1 f DATE: DATE: /I1 ZO 2 DATE: Elgin Recreation Center City of Elgin Cost Tracking 1/11/02 ilbane Contractor Change City of Elgin City of Elgin Construction FGMP cription Cost Gilbane Fee Order Value Contingency Balance Value Be'ginning Balance $ - $ - irst Amendment $ 5,540,609 $ 110,812 $ 110,812 $ 5,540,609 ond Amendment $ 5,468,757 $ 109,375 $ 220,187 $ 11,009,366 e Order No. 001 $ 50,280 $ 4,022 $ 54,302 $ 54,302 $ 165,885 $ 11,063,668 e Order No. 002 $ 21,870 $ - $ 21,870 $ 21,870 $ 144,015 $ 11,085,538 $ _ $ _ $ - $ - $ - $ $ _ $ _ $ - $ - $ - $ $ _ $ _ $ - $ - $ - $ Jensen's Plumbing (Bid Package 15C - ERC Plumbing) Original Contract $1,048,000.00 Pedestrian Bridge $0.00 City CO #2 $21,870.00 Miscellaneous Changes $0.00 Current Contract $1,069,870.00 Or PROPOSAL � ' ga F� tecreatioa C satsr � NA1� Ct of Ei Gs JOB NO:2i84 zo BID PACKAGE r0. 1 Sc H.P. Descrip hOfl: � ALTER-NA-u pr -c An Alternate Price shall include all costs associated with the changes, orrtissiors. additions or other adjustments to the work of:his Bid Package (Contract) which are described sn the Atltternatee, lance or reasonably inferable therefrom• Claims for extras resulting from changes caused by P pro rejection of any Alternate will not be allowed. Alternate rrtate whechehaldditivc orldeducti costs of overhead,p and bond costs associated with the work of the Alt The Drawings,Specifications and other Cont.-act Docum The shall r and�hConstruetion Manager modified by either the acceptance or rejection of the various A.tem ces, and in any sequence. Acceptance expressly reserve the right to accept or reject any, or all, Alternate Pri or rejection of any Alternate does not relieve the Bidder of timely completion of the Work within the time periods indicated. NOTE: The Base Bid d include the work and cost of the alternates indicated. The drawings may indicate to omit the work shown for the aiterae. This wl be adder to the Base.Bid t if the Alternates the the work shoats for the alternate. The work indicated are approved and authorized. :�� Cost Alternate No. 7� Description 5 N/A ADD 1 Provide all Bid Package Work necessary for the construction of the Pedestrian Bridge from the Recreation Center to th.:Parking Structure. 11. Provide ail Bid Package Work accessary for the S�A _ADD construction of Gymnasium bleachers in Zones E and F. 18. Provide all Bid Package Work necessary for the S N/A ADD construction of monument signs located on the site. 21. Provide a:l Bid Package Work necessary for the 5 N/A ADD corserlctioc a.1�' instal:a.^:oa of the `tic:olite control i FincLs. ;00 ADD Provide :nvallanon of site utili:i pipe, s;rucaues. etc. S 20 870 Q_0— _ for t_hc site util►ty work at the east side of;he sate p A:t :00 sketch dated lute 18. 200l. ;o =`tT �Ip�.g CC fc•_Qc'S cz <. ��ic l�t)� cr S g__DCD('CT :7.')0 ) 1 �'� 7 1 IL,SW i r. - — R aa " Ir t WIL atw.nsw aIt varraw.aM•L= 31.sWU 0=wtsIVA I"E111 B{c1S ►.0 c I i 1 IR ncK-7M�0 aM APO GLgW I —c.. CALV. rj%2 :"•c W.on.�t3•" e• I r I ei 7&•'x.777•.(• SI•S!.W.OE1L.7um r r I �••.+C,C..a:72 3L c?V or S".b.C w• "�cc I , ! / . 1L slaw"rwott r a 1 " � i` � r►nEV..Tnm SI'W.W.C V..7i(46 v uc.-7;7.%7 SI'IE W.Oi14.714Ji 34. n LF or W Iv.CL We "dac z I w►w 8E a 3g INS/. ?15 10 5TflRA�s �, . 2' a�, R.Vi4Tor1 M .,� ; 39 • 7.+1 Z4- 1ZCF, 43 ! j i twAl ' ,,w +1 77-7--9 42 �I i • �. mlv. t/—7�•3� TIe w Act w -ro Pw Fig o WWJOML,f �, Pkt ' t� J I �j QDML NOW I_ OK dam ML PEW-- ww Rx ::.�, I i R�,•IAtOTJFE ruM FM of DBRMW AWM d a.ciao.beet sr r�.-7=+o 3 l 1 I I floc"" TO K FL1LD WON FLOMABU FRL (LEAN CONCRETE jI G ACCOROM TO cxrr Or ELGu STANDARDS) TO BOTTOM OF CONCRETE SNBBASE. PAVEMW TO CO@SW OF COMPACTED CA-4 54SE AND 3- WTIA NODS AJRFKE C=*SE. wn.A4 .11 CLLTANT .P! Y S••i w. CLLb..1,a f r \ . 1 •L w n2V..7 r 7 p) 7••A w•(12x.•7•6.61 I I I CC CLCv v-72'6_76 Z I r f � �.CILY I I � u. :...•... .so 1 , / ..7 CLLr.-. CL C w. I i C w 2t ELLv..7ea ;i.7cw a sr. • • w. nn M, U r. I • I I 7 nn-7nu /� 3 Z. —- 1 1 ' Gcv�fED �00-C U'T. ci(n-r�-)era.lG. wv ..ra 7ti1 4 r cx DD G 7• � w� Q[v""•U