Loading...
05-67 Resolution No. 05-67 RESOLUTION APPROVING CHANGE ORDER NO. 1 AND FINAL IN THE CONTRACT WITH CALLAGHAN PAVING, INC. FOR THE 2004 NEIGHBORHOOD RESURFACING COUNTRY KNOLL/BROOKSIDE PROJECT WHEREAS,the City of Elgin has heretofore entered into a contract with Callaghan Paving Company, Inc. for the 2004 Neighborhood Resurfacing—Country Knoll/Brookside Project; and WHEREAS,it is necessary and desirable to modify the terms of the contract as is described in Change Order No. 1 and Final, attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,be and is hereby authorized and directed to execute Change Order No. 1 and Final,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: March 9, 2005 Adopted: March 9, 2005 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk ELGIN, ILLINOIS PROJECT 39906A CHANGE ORDER No. 1 and Final CONTRACT: 2004 Neighborhood Resurfacing—Country Knoll/Brookside Project SCOPE: This Change Order No. 1 and Final will provide additional items necessary to complete the 2004 Neighborhood Resurfacing—Country Knoll/Brookside Project in an acceptable manner. This change order affects a contract entered into between the City of Elgin and Callaghan Paving, Inc. of Burr Ridge, IL, an Illinois corporation, dated June 11, 2004 for the 2004 Neighborhood Resurfacing—Country Knoll/Brookside Project. REASONS FOR CHANGE: This Change Order No. 1 and Final is in the best interests of the City and is authorized by law. The necessity for the changes was unforeseen at the time of the original agreement, and the changes contemplated hereby are germane to the original agreement. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount the contract will be revised is as follows: See Attachment A The original contract with Callaghan paving, Inc. is $744,119.75. By reason of Change Order No. 1 and Final, the contract for the 2004 Neighborhood Resurfacing—Country Knoll/Brookside Project will be increased in the amount of one hundred nineteen thousand eight hundred seven and 55/100 dollars ($119,807.55). The new and final contract amount, inclusive of Change Order No. 1 and Final is eight hundred sixty three thousand nine hundred twenty seven and 30/100 dollars ($863,927.30). CHANGE ORDER No.! and Final January 11, 2005 Page 2 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this day of , 2005. Recommended: ENGINEERING DIVISION By: Title: Date: /— (— 0 5 Accepted: Callaghan Paving, Inc. Party of the Second Part (Contractor) By: Title: Date: / -/3 �Q ( Approved: CITY OF ELGIN Party of the First Part(Owner) By: eallo, 1W*Title: s Date: ��►` —�' City of Elgin 2004 Resurfacing-Country Knoll/Brookside Kane County,Illinois City Cost Center 8481 Engineer's Payment Estimate Estimate No.5 and Final From October 28,2004 to November 12,2004 Payable to: Callaghan Paving,Inc. 7000 Frontage Rd Burr Ridge,IL 60527 (630)325-5700 Total Completed Completed Item Awarded Contract Unit Added Deducted Completed Roadway Water Roadway Water Total No Description Unit Quantity Value Price Quantity Quantity Quantity Quantity Quantity Value Value Value 1 Bituminois Mixture Complete,CI I,Ty 2,Binder Ton 7840 $ 235,200.00 $30.00 0 7923 7923 $237,690.00 $0.00 $237,690.00 2 Leveling Binder(Hand Method) Ton 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 3 Incidental Bituminous Surface Ton 50 $ 3,750.00 $75.00 0 0 $0.00 $0.00 $0,00 4 Bituminous Mixture Complete,CI I,Ty 3,Mixture D Ton 5250 $ 173,250.00 $33.00 0 5281 5281 $174,273.00 $0.00 $174,273,00 5 Mixture for Cracks,Joints,and Flangeways Ton 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 6 Bituminous Surface Removal,Complete Sq Yd 45350 $ 45,350.00 $1.00 0 47345 47345 $47,345.00 $0.00 $47,345.00 - 7 Bituminous Surface Removal,Special Sq Yd. 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 8 Bituminous Materials,Prime Coat,MC-30 Gal 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 9 Bituminous Materials,Prime Coat,SS-1 Gal 760 $ 1,140.00 $1.50 0 0 $0.00 $0.00 $0.00 10 Class"C"Patch-8" Sq Yd 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 11 Combination Curb&Gutter Removal Ln Ft 4980 $ 17,430.00 $3.50 0 14616 14616 $51,156.00 $0.00 $51,156.00 12 Combination B6.18 Curb&Gutter Ln Ft 4980 $ 45,816.00 $9.20 0 14616 14616 $134,467.20 $0.00 $134,467.20 13 Sidewalk Removal Sq Ft 8270 $ 7,029.50 $0.85 0 21383 21383 $18,175.55 $0.00 $18,175.55 14 P.C.C.Sidewalk,5" Sq Ft 8270 $ 20,261.50 $2.45 0 20286 20286 $49,700.70 $0.00 $49,700.70 15 Driveway Pavement Removal Sq Yd 515 $ 3,527.75 $6.85 0 381 381 $2,609.85 $0.00 $2,609.85 16 P.C.C.Driveway Pavement,6" Sq Yd 515 $ 12,360.00 $24.00 0 381 381 $9,144.00 $0.00 $9,144.00 17 P.C.C.Driveway Pavement,8" Sq Yd 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 18 Monolithic Sidewalk Removal Sq Ft •750 $ 2,925.00 $3.90 0 0 $0.00 $0.00 $0.00 19 P.C.C.Monolithic Sidewalk Sq Ft 750 $ 4,575.00 $6.10 0 0 $0.00 $0.00 $0.00 20 Maholes to be Adjusted Each 97 $ 36,375.00 $375.00 0 105 105 $39,375.00 $0.00 $39,375.00 • 21 Manholes to be Reconstructed Each 3 $ 1,350.00 $450.00 0 5 5 $2,250.00 $0.00 $2,250.00 22 Catch Basins to be Adjusted Each 45 $ 16,875.00 '$375.00 0 39 39 $14,625.00 $0.00 $14,625.00 23 Catch Basins to be Reconstructed Each 5 $ 2,250.00 $450.00 0 4 4 $1,800.00 $0.00 $1,800.00 24 Neenah R-1712-C Fr with CI Lid,390 lbs/Concealed Pick Holes Each 100 $ 19,500.00 $195.00 0 109 109 $21,255.00 $0.00 $21,255.00 25 Neenah R-1712-C Fr with Ty A Grate,390 lbs Each 5 $ 975.00 $195.00 0 0 $0.00 $0.00 $0.00 26 Neenah R-3065/Ty A Frame/Open Box/410 lbs Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 27 Neenah R-3065/Open Box/410 lbs Each 45 $ 10,800.00 $240.00 0 32 32 $7,680.00 $0.00 $7,680.00 28 Water Boxes to be Adjusted Each 25 $ 500.00 $20.00 0 3 3 $60.00 $0.00 $60.00 29 Sodding and Supplemental Watering Sq Yd 2100 $ 11,235.00 $5.35 0 1750 1750 $9,362.50 $0.00 $9,362.50 30 Removal of Existing Signs Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 31 Sign Post Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 32 Sign Panel Sq Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 33 Stop Sign Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 34 Street Name Sign Assembly-6"Blank Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 35 Street Name Sign Assembly-9"Blank Each 0 $ • - $0.00 0 0 $0.00 $0.00 $0.00 36 Ductile Iron Pipe-6" Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 37 Ductile Iron Pipe-8" Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 38 5'Diameter Valve Vault Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 39 Fire Hydrant to be Removed Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 40 Fire Hydrant,Complete Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 41 Ductile Iron Fittings Lbs 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 42 Near Side Water Service Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 43 Far Side Water Service Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 44 Reconnect Exiting Water Service Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 45 6"Ductile Iron Pipe,Sanitary Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 46 8"Ductile Iron Pipe,Sanitary Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 s • Item Awarded Contract Added Deducted Completed Roadway Water Roadway Water Total No Description Unit Quantity Quantity Quantity Quantity Quantity Quantity Value Value Value 47 4"x 4"Pressure Connection Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 • 48 6"x 6"Pressure Connection Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 49 8"x 8"Pressure Connection Each 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 50 Pavement Saw Cutting,Special Ln Ft 250 $ 1,000.00 $4.00 0 0 $0.00 $0.00 $0.00 51 Catch Basin,Ty A 4'Diameter Each 5 $ 7,250.00 $1,450.00 0 0 $0.00 $0.00 $0.00 52 12"DIP Storm Sewer Ln Ft 50 $ 2,500.00 $50.00 0 0 $0.00 $0.00 $0.00 53 Class Concrete,Retaining Wall Cu Yd 0 $ - $490.00 0 0 $0.00 $0.00 $0.00 54 4"Thermoplastic Pavemenet Marking Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 55 6"Thermoplastic Pavemenet Marking Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 56 12"Thermoplastic Pavemenet Marking Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 57 24"Thermoplastic Pavemenet Marking Ln Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 58 Thermoplastic Pavement Marking Letters&Symbols Sq Ft 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 59 Traffic Control&Protection L Sum 1 $ 2,500.00 $2,500.00 0 1 1 $2,500.00 $0.00 $2,500.00 60 Domestic Water Service,Lid Each 50 $ 500.00 $10.00 0 0 $0.00 $0.00 $0.00 61 Domestic Water Service,Top Section Each 25 $ 1,250.00 $50.00 0 3 3 $150.00 $0.00 $150.00 62 Domestic Water Service,Complete Each 10 $ 2,000.00 $200.00 0 0 $0.00 $0.00 $0.00 63 Supplemental Watering-Dust Control Unit 50 $ 3,500.00 $70.00 0 0 $0.00 $0.00 $0.00 64 Additional Supplemental Watering-Sod Each 10 $ 500.00 $50.00 0 0 $0.00 $0.00 $0.00 65 Unsuitable Material,Rem&Repl,CA-1,100%Crushed Stone Ton 250 $ 5,500.00 $22.00 0 53 53 $1,166.00 $0.00 $1,166.00 66 Aggregate Bsae Course,6" Sq Yd 0 $ - $0.00 0 0 $0.00 $0.00 $0.00 67 Area Reflective Crack Control,System A Sq Yd 45350 $ 22,675.00 $0.50 0 47345 47345 $23,672.50 $0.00 $23,672.50 68 Class"D"Patch Sq Yd 450 $ 11,250.00 $25.00 0 180 180 $4,500.00 $0.00 $4,500.00 69 Pipe Underdrain,4"Flexible Ln Ft 660 $ 11,220.00 $17.00 $0.00 $0.00 $0.00 Totals $ 744,119.75 Value on Completed Work $852,957.30 $0.00 $852,957.30 0%Retainage $0.00 $0.00 $0.00 Total Value of Completed Work Less Retainage(0%) $852,957.30 $0.00 $852,957.30 Miscellaneous Extras&Credits 70 P.C.C.Sidewalk-ADA Handicap Ramp Sq Ft 1097 $ 10,970.00 10 1097 1097 $10,970.00 $0.00 $10,970.00 Miscellaneous Debits Value Payout#1 $77,572.39 $0.00 $77,572.39 Payout#2 $170,836.02 $0.00 $170,836.02 Payout#3 $305,150.11 $0.00 $305,150.11 Payout#4 $153,354.91 $0.00 $153,354.91 Net Amount Due $157,013.87 $0.00 $157,013.87 i , 1 Approved ��e ``' Dated / I / ,2005 Project Engineer r <0 OF f�Ci „`: ti7; City of Elgin Agenda Item No. E H L • N. iI1� February 18, 2005 G wa r N " TO Mayor and Members of the City Council FINANCIALLY STABLE CITY GOVERNMENT EFFICIENT SERVICES, FROM: Olufemi Folarin, Acting City Manager AND QUALITY INFRASTRUCTURE John M. Loete, Public Works Director SUBJECT: Change Order No. 1 and Final Payment for the 2004 Neighborhood Resurfacing— Country Knolls/Brookside Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider authorization of Change Order No. 1 and final payment for the subject project. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute Change Order No. 1 in the amount of$108,837.55 and authorize final payment to Callaghan Paving, Inc. in the amount of $157,013.87 for the 2004 Neighborhood Resurfacing — Country Knolls/Brookside Project. BACKGROUND On May 12, 2004, the City Council awarded the subject project to Callaghan Paving, Inc. The project included, where necessary, the removal and replacement of curb and gutter, sidewalk, and pavement base repair. The existing pavement was ground out and replaced with 5 inches of new bituminous asphalt. The project improved approximately 2.6 miles of roadway. Construction began July 5, 2004, and was complete by October 1, 2004 Change Order No. 1 ($119,807.55) will add one new contract pay item ($10,970.00) and provide additional quantities to several existing contract pay items ($108,837.55). The new contract pay item is for red colored concrete for the handicap accessible sidewalk ramps to meet the new federal ADA accessibility code. The new code requires that a contrasting color concrete be used at all curb openings for the sidewalk. The new code came into effect after the project was bid, thus necessitating the need for a new pay item. The additional quantity to existing contract pay items is for the removal and replacement of additional sidewalk and curb and gutter. A Friday memorandum was sent to City Council on CO#1 & Fnl Pymnt for Country Knoll/Brookside Project February 18, 2005 Page 2 June 25, 2004, indicating that additional sidewalk and curb and gutter would be replaced at the request of residents in the project. A copy of Change Order No. 1 is attached as Exhibit A. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The final contract with Callaghan Paving is as follows: o Original Contract Amount: $744,1 19.75 o Change Order No. 1: $119,807.55 o Final Contract : $863,927.30 Payments made to date (total): $706,913.43 r Final payment: $157,013.87 A copy of the final payment estimate is attached as Exhibit B. The final project accounting is as follows: Budget $800,000.00 Contract Award $744,119.75 Change Order# 1 $119,807.55 Final Contract Amount $863,927.30 Consultant Services $ 46,000.00 Material Testing $ 3,728.00 Bid Advertising $ 239.94 Cash Receipts (Drive Approach) $ 10,135.98 Total Expenditures $903,759.26 Balance Remaining -$103,759.26 Change Order No. 1 totals $119,807.55. Unused funds in the amount of$16,048 are available from the Riverboat Fund under the subject project in account number 275-0000-791.93-80, "Public Ways" project number 39906A. In addition, unused funds in the amount of$252,391.53 are available from the Riverboat Fund, account number 275-0000-791.93-80, "Public Ways", rik project number 39906B, "2004 McClure/Crystal Neighborhood Resurfacing Project". The balance of the change order, $103,759.55, can be taken from this project. 000"• CO#1 & Fnl Pymnt for Country Knoll/Brookside Project February 18, 2005 Page 3 EGAL IMPACT one. ALTERNATIVES 1. Approve Change Order No.1 and Final Payment. 2. Do not approve Change Order No. 1 and Final Payment. Respectfully submitted for Council consideration. (do) Attachments