Loading...
HomeMy WebLinkAbout02-298 Resolution No. 02-298 RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH PLOTE CONSTRUCTION FOR THE SOUTH McLEAN BOULEVARD WIDENING AND RECONSTRUCTION PROJECT WHEREAS, the City of Elgin has heretofore entered into a contract with Plote Construction for the South McLean Boulevard Widening and Reconstruction 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 Olufemi Folarin, Interim 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/ Ed Schock Ed Schock, Mayor Presented: August 28 , 2002 Adopted: August 28, 2002 Omnibus Vote : Yeas : 7 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk • ELGIN,ILLINOIS PROJECT 339574 CHANGE ORDER No. 1 SCOPE: This Change Order No. 1 will provide additional items necessary to complete the South McLean Blvd. Widening and Reconstruction Project in an acceptable manner and additional items to complete construction of the Sludge Lagoon Access Road. The general contractor for this project is Plote Construction of Elgin, IL. REASONS FOR CHANGE: The circumstances which necessitate the change in performance were not reasonably foreseeable at the time the contract was signed. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount the contract will be revised is as follows: See Attachment A The original contract with Plote Companies, Inc. is $3,173,308.71. By reason of Change Order No. 1,the contract for the South McLean Blvd. Widening and Reconstruction Project will increase in the amount of two hundred eleven thousand three hundred eighty-seven and 00/100 dollars ($211,387.00). The new contract amount, inclusive of Change Order No. 1 is three million three-hundred ninety-six thousand eight-hundred thirty and 71/100 dollars ($3,396,830.71). CHANGE ORDER No.1 August 2, 2002 Page 2 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this day of , 2002. Recommended: ENGINEERING DIVISION By: �/ -..._rz Title: Date: g" a7-o "4-- Accepted: Plote Construction Party of the Second Part(Contractor) By: .�ill e, Title: Peer iny,-',4- is Date: /_7/02_ Approved: CITY OF ELGIN Party of the First Part(Owner) By:ND • .A.AtZJ► Date: 7tirti O: V Tu°unI0M1V . � � . . Pay Item * Description Unit Quantity Unit Price Addition Oed��ukpn -X0000101 * Conduit-Trench 3" PVC LF 170.0 EL00 1,3*0.00 X0000102 * Unit Duct-1^.N8C#8%LP8]SE LF 8000 3.00 e00.00 X0000103 * Detector Loop Replacement TY1 LF 150.0 18.60 2.790.00 X0000104 * U�tPole AJum-%] N1H. 15/DexdArm EA 2.0 2.050.00 4.100.00 X0000105 * 14-1 PR Shielded Cable LF 1.000D 0.80 800.00 X0000100 ^ Remove Existing Handhole EA 1.0 175.00 175.00 XX002852 Reoptimize Traffic Signal System EA 1.0 10.350.00 10.350.00 X0800107 * Storm Sewer R.G. CL A,Type 2,24" LF 24.0 38.50 e24.00 . X0000110 * Pavement Marking Tape T-3. 4^ LF 7.050.0 1.25 8.812.50 . X0000111 * Pavement Marking Tape T-3, 6" LF . 300.0 1.80 540.00 X0000112 * Pavement Marking Tape l-3. 12^ LF . 850.0 3.65 1.277s0 X0000113 * Pavement Marking Tape T-3,24" LF 40.0 7.40 296.00 X0000114 * Pavement Marking Tape 1-3, Letters&Symbols SF 80.0 4.25 340.00 X0000115 * RaisedMarker EA 31.0 7.00 217,00 '70301000 VVorkZone Pavement Marking Removal SF 11.700.0 1.05 ' 1 .285.00 20200100 Earth Excavation CY 1.700.0 10.15 17.255o0 31100300 Sub-Base Granular K8at..l-A4' SY 4.500.0 9.00 40.500.00 . 35500300 BduninouoBase Coumo.G^ SY 4.500.0 28.35 127,575.00 | '40600760 'Bit.Conc. Binder CSE, Mix 8.l-2 Ton 400.0 29.60 11'840.00 40600850 Bit.Conc. Surface CSE, Mix D,CL-I,l-2 Ton 400.0 35.80 14'320.00 | / _ . . , | I | . . . . AmountofContracts 3,173,308.71 Current ' Net Change to Date 223522.00 Amount of Final Contracts 3'396.83071 7.04% ice: TOTAL 234.022.00 2 '635.00 Location: Aq.' - -n 1.387.00 ' Reason: 7-��-� �� ~ Agreed ����' Alli Date Proje pehnuon""^ C:--=35:2 proparedby�-�' \" So/ Zo°nL _,� c��oke Resident Engineer Approved by: g- 6-0 2.- Jti-e- / (------- Date Projecnginoer , Note to Preparer: If the space provided above isinadequate,the explanation,nature and reasons for the change should uetyped nnaoepamm sheet and auavxeum�oauthnnum/on. � MCLEAN BLVD. Item No.X0000101 Conduit-Trench 3" PVC Item No.X0000103 Detector Loop Replacement,Type 1 Item No.X0000105 14-1 PR Shielded Cable These items are required to reinstall the detector loops at Spartan Drive. The contract originally called for optical sensors, but these were eliminated with the removal of Spartan Drive from the Contract. ($4,950.00 increase) Item No.X0000102 Unit Duct-1",W3C#8 XLP/USE Contract requires the existing light poles to be relocated at College Green and Torrey Pine. The existing cable to these poles is in poor condition and requires replacement. ($900.00 increase) Item No.X0000104 Light Pole Alum-40'MH, 15'Davit Arm This item is required for the optical sensors at College Green. When Spartan Drive was eliminated,these poles were inadvertently eliminated. ($4,100.00 increase) Item No.X0000106 Remove Existing Handhole This item was removed from the Contract when the Spartan Drive signals were removed. Item was still needed as the road was being widened in this area. ($175.00 increase) Item No.X0000107 Storm Sewer R.G. CLA,Type 2,24" Storm sewer crossing a water main is required to have a rubber gasket seal. The contract did not include a 24" storm sewer with rubber gasket seal. ($924.00 increase) Item No.X0000110 Pavement Marking Tape T-3,4" Item No.X0000111 Pavement Marking Tape T-3,6" Item No.X0000112 Pavement Marking Tape T-3, 12" Item No.X0000113 Pavement Marking Tape T-3,24" Item No.X0000114 Pavement Marking Tape T-3, Letters & Symbols Plans called for tape pavement markings to be used at project limits. The contract did not include these items. ($11,266.00 Increase) 1 . • Item No.70301000 Work Zone Pavement Marking Removal Most of the existing pavement markings have worn off or have been covered with new temporary pavement markings and not as much of the plan quantity is required. ($12,285.00 Decrease) Item No.X0000115 Raised Pavement Marker Removal The raised pavement markers on the existing road were not included in the contract and were required to be removed. ($217.00 increase) Item No.XX002852 Reoptimize Traffic Signal System Since Spartan Drive was eliminated from the Contract, College Green and Spartan cannot be connected together,this item is no longer required. ($10,350.00 decrease) Item No.20200100 Earth Excavation Item No.31100300 Sub-Base Granular Mat.,TA 4" Item No.35500300 Bituminous Base Course,6" Item No.40600760 Bit. Conc.Binder CSE,Mix B,T-2 Item No.40600850 Bit. Conc.Surface CSE,Mix D, CL-I,T-2 These items require additional quantities to construct the sludge lagoon access road. ($211,490.00 increase) 2 • <si OF Eq., 4 ,453W City of Elgin Agenda Item No. r rikkk,5., _ '411IPW L ' 141 00 G fv0 August 9, 2002 1 00 N AZ1 IP "Le FINANCIALLY STABLE CITYGOVEMINENT EFFICIENT SERVICES. TO: Mayor and Members of the City Council ANO 00ALITY INFRASTRUCTURE FROM: Olufemi Folarin, Interim City Manager SUBJECT: Authorization of Change Order No. 1 for the South McLean Boulevard Widening and Reconstruction Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to considexi authorization of Change Order No. 1 for the subject project . BACKGROUND rt. The City Council awarded to Plote Construction the contract foir the South McLean Boulevard Widening and Reconstruction Project on January 9, 2002 . The improvements consist of a five lane urban cross section with curb and gutter and storm sewer, new signals with left and right turn lanes at College Green Drive and the construction of the golf cart underpass for the new Highlands of Elgin Golf Course . Change Order No. 1 will add thirteen new contract pay items ($22, 532) and eliminate two unneeded contract pay items (-$22, 635) from the current contract . In addition, it will add the paving of the sludge lagoon access road to the contract . The new contract items consist of six electrical/traffic signal related items, six temporary pavement marking items and one storm sewer item. The contract items to be eliminated consist of pavement marking removal , which was not needed, and ref optimization of the proposed new traffic signals at Sparta1 Drive. Because the proposed intersection improvements and neer signals at Spartan Drive were not awarded as part of this contract, this item is no longer needed. Attachment A of th change order provides a complete explanation of each item. irk Change Order #1 For South McLean Widening Project August 9, 2002 Page 2 In addition to the above items, Change Order No. 1 includes additional contract quantities to complete the paving of the access road to the Water Department' s sludge lagoon complex. The current road consists of a thin layer of gravel over dirt . The road surface tends to rut during wet weather conditions and is very dusty during dry weather conditions . The proposed pavement consists of a full depth asphalt cross section. It is designed to handle the frequent truck traffic hauling lime residue from the lagoons. This roadway will also provide access for the new golf course maintenance building. It is being recommended that this work be done as a change order to the South McLean Boulevard project because it is immediately adjacent to the project and involves the identical work which allows us to take advantage of the favorable contract unit prices on the much larger contract . It was not included in the original McLean Project bid because funding was not approved in time to do so before the bid specification was released. Thn contractor has agreed to honor all current unit prices for thin additional work. Utilizing the contract unit prices, it cost approximately $211, 500 to complete the access road. Thn engineers estimate to complete the work is approximately $350, 000 if the project were to be bid separately. The net change to the value of the contract for Change Order No. 1 is $211, 387 . A copy of Change Order No. 1 is attached as Exhibit A. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. NANCIAL IMPACT Change Order No. 1 will result in a net increase to the contract with Plote Construction of $211, 387. 00 as follows : Lagoon Access Road : $211, 490 . 00 New Contract Additions : $ 22 , 532 . 00 Contract Reductions : $-22, 635 . 00 $211, 387. 00 • A . - r Change Order #1 For South McLean Widening Project August 9, 2002 Page 3 Funding for the Lagoon Access Road Improvements is available in the Water portion of the 2002 Bond Fund in account number 382- 4000-795 . 92-41, "Distribution Systems" , project number 409580 in the amount of $350, 000 . The existing contract with Plote Construction totals $3, 173 , 308 . 71 . The new contract value will be $3, 384, 695 . 71 . LGAL IMPACT 417E None. ALTERNATIVES 1 . Approve Change Order No. 1 as recommended. 2 . Do not approve Change Order No. 1 . RECOMMENDATION It is recommended that the City Council authorize execution of Change Order No. 1 with Plote Construction in the amount of $211, 387 . 00 for the South McLean Boulevard Widening and Reconstruction Project . Respectfully submitted, eit 11 :::::: 11■..- 1p41...IN...4...••• ../..iNk• Olufegi Foia ' Interim y Manager SP:do Attachment r ....................