Loading...
HomeMy WebLinkAboutR-2025-169 Approving Change Order 2 to Agreement with Julius Kaaz Construction for Vivion Rd Trail Segment 1RESOLUTION NO. R-2025-169 A RESOLUTION APPROVING CHANGE ORDER 2 TO THE AGREEMENT WITH JULIUS KAAZ CONSTRUCTION COMPANY, INC. FOR VIVION ROAD TRAIL SEGMENT 1 RESULTING IN A REVISED CONTRACT AMOUNT OF $1,212,024.00 FOR SUCH PURPOSES WHEREAS, the City of Riverside ("City") issued an Invitation to Bid for the Vivion Rd Trail Segment 1 (Project No. TAP 3454[401]) ("Project") which was awarded to Julius Kaaz Construction Company, Inc. ("Julius Kaaz") pursuant to Resolution R-2025- 003; and WHEREAS, the Board of Aldermen finds that it is in the best interest of the City to approve Change Order 2 to the agreement with Julius Kaaz, resulting in a total revised contract amount not to exceed $1,212,024.00. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS: THAT Change Order 2 to the Agreement between the City and Julius Kaaz, a copy of which is attached hereto and incorporated herein, is approved and the Mayor is authorized to execute the same on behalf of the City. The resulting revised total contract amount shall not exceed $1,212,024.00. FURTHER THAT the Mayor, City Administrator and all other required city officials are authorized to take such other actions and/or execute and deliver for and on behalf of the City all certificates, instruments, agreements and other documents as may be deemed necessary or convenient to carry out and comply with the intent of this Resolution. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri, the 2nd day of December 2025. Kathleen L. Rose, Mayor ATTEST: Melissa McChesney, City Clerk CHANGE ORDER No. 2 CONTRACTOR. Julius Kaaz Construction Company, Inc. LPA: City of Riverside PROJECT NAME Vivion Rd Trail Segment 1 PROJECT NO. TAP 3454(401) The Contractor is hereby directed to make the following chances from the contract: 1, DESCRPTION AND REASON FOR CHANGE Line 3 - The construction entrance was not needed. Line 9 • The concrete trail at approximate station 38+70 was installed without a truncated dome due to an error on the plan. This overrun accounts for the replacement concrete for this section of trail. Line 17 - This railing was designed to be a custom railing to match the aesthetic of other areas in Riverside. Due to project delays and custom fabrication times we are deleting this fence In favor of a commercial. pre-manufaclured design. Line 20 -Curb measured more in plan quantity. Line 30 -The mow strips were extended to allow extension of the handrail from STA 25+25 to 27+15 to provide barrier from steeper slopes. Line 43 - Truncated domes will be added at approximate station 38+70. Une 44 - This is the demolition of the trail at approximate station 38+70 to allow for the new trail with truncated domes to be installed. Line 45 - This sign at 43+16 was removed to grade at Mulberry and appears to have been stolen from Me Site, This Is the cost of the repiacement. Line 46 • This Is cost of the commercial Nonce replacement for Line 17 with some additional length added to cover the mow ski/ extension areas. Una 47 - This Is the cost of keering the Van control up for another 6 weeks due to the project time extension caused br the delay for re oc tiny the Verizon fines. Line 6 - The NICH address sign is in the way of the trail is the cost of removing the sign. 2. COST OF WORK AFFECTED BY THIS CHANGE ORDER. EST. CONTRACT UNITS UNITS UNITS U CONTRACT AMOUNT OF AMOUNT OF LINE ITEM ITEM DESCRIPTION PREVIOUSLY TO BE OVERRUN, N OR OVERRUN UNDERRUN NO. NO. PROVIDED CONSTRUCTED UNDERRUN, I AGREED OR PLUS OR MINUS FOR CONTINGENT T UNIT PRICE CONTINGENT CONTINGENT 3 3 CONSTRUCTION ENTRANCE 120.00 0.00 120.00 SY $30.00 $3,600.00 9 9 6' CONCRETE TRAIL (KCMMB-4K) & 4' BASE 3315.00 3326.00 11.00 SY $85.00 $935.00 ROCK (MODOT TYPE 1) 17 17 RAILING (AGAINST RETAINING WALL) 325.00 0.00 325.00 LF $320.00 $104,000.00 20 20 6" CURB (CG-1) 257.00 278.00 21.00 LF $65.00 $1,365.00 30 30 MOW STRIP 90.00 104.00 14.00 LF $40.00 $560.00 43 43 TRUNCATED DOME 0.00 2.00 2.00 EA $281.75 $563.50 44 44 REMOVE TRAIL TO ADD TRUNCATED DOME 0.00 11.00 11.00 EA $136.50 $1,501.50 45 45 DO NOT ENTER SIGN 0.00 1.00 1.00 EA $400.00 $400.00 46 46 MONTAGE FENCE AT RETAINING WALLS AND MOW STRIPS 0.00 355.00 355.00 LF $223.00 $79,165.00 47 47 TRAFFIC CONTROL EXTENSION 0.00 6.00 1.00 EA $450.00 $2,700.00 48 48 REMOVE NICH ADDRESS SIGN 0.00 1.00 1.00 EA $600.00 $600.00 3. SETTLEMENT FOR COST OF THE ABOVE CHANGE TO BE MADE AT CONTRACT UNIT PRICES, EXCEPT AS NOTED: N/A 4 COMMENTS: The Contractor is requesting a time extension of 92 days due to the unforseen circumstances of utility conflicts with required shoring for construction of the trail from approximate STA 28+56 to STA 30+42. 5 COST ADJUSTMENTS TO THE CONTRACT: 1. CONTRACT AMOUNT $1,259,259.00 2. OVERRUN THIS ORDER $87.790.00 3. OVERRUN PREVIOUS $9,450.00 4. UNDERRUN THIS ORDER $107,600.00 5. UNDERRUN PREVIOUS $36.875.00 6. PROJECT TOTAL $1,212,024.00 THE TERMS OF SETTLEMENT OUTLINED ABOVE ARE HEREBY AGREED TO: Kathleen L. Rose 12/2/2025 APPROVED: (OWNER) Date APPROVED: (CONTRACTOR) Date 11/06/2025 APPROVED: (MODOT) Date Matt Eblen 11/05/2025 APPROVED: (CONSTRUCTION ENGINEER Date