Loading...
HomeMy WebLinkAbout09-102 Resolution No. 09-102 RESOLUTION APPROVING CHANGE ORDER NO. 1 AND FINAL IN THE CONTRACT WITH MARTAM CONSTRUCTION, INC. FOR 2007 CENTRAL BUSINESS DISTRICT WATER MAIN PROJECT WHEREAS, the City of Elgin has heretofore entered into a contract with Martam Construction, Inc. for the 2007 Central Business District Water Main 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: April 29, 2009 Adopted: April 29, 2009 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk �(J City of Elgin Change Order ONgTri,o ELGIN,ILLINOIS 1 PROJECT 2007 CBD Water Main CHANGE ORDER No. 1 AND FINAL CONTRACT: 2007 CBD WATER MAIN—Chicago Street(Riverside Dr. to Center St.), Douglas Ave, (near Chicago St), and Spring Street(Chicago St. to Highland Ave.) SCOPE: This change order will add funding to accommodate a necessary and unforeseen increase to contract quantities and will add several line items and quantities to address conditions discovered during construction. The City requested additional work including work at night,trench maintenance for the time period between underground work and surface work, and the repair of several items not included in the original contract. REASONS FOR CHANGE: The added work was requested by the City, is germane to the original contract as signed, is authorized by law and was not foreseeable at the time the original contract was signed. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The contract is being amended as to cost and is due to attempts to relieve pressure on the businesses by working at night, by maintaining trenches during cold weather months and repairing several items on behalf of the City and the affected busi- nesses. ORIGINAL CONTRACT AMOUNT: $1,377,765.00 CHANGE ORDER No. 1 • Increase to contract pay items $ 4,590.72 • Remove and replace manhole—existing brick $ 700.00 manhole adjacent to water main trench was falling apart—replaced with new structure. • Crew Time for emergency repairs to existing water $ 3,625.00 Main when City crews were unavailable. City provided parts necessary for repairs to be completed. • Night work to reduce daytime delays. $55,200.00 • Catchbasin type C with frame -limited space due to $ 3,162.50 utility ducts which did not allow for installation of the contract 4'diameter catch basin. Unit price for 2'catch basin was requested. • Cold Patch for covering water main trenches $25,341.30 for water main installation work during Jan,Feb and Mar when hot mix asphalt was not available (estimated hot mix quantity was reduced accordingly). • Repair of water main at 154E Chicago St.—two $ 3,285.90 abandoned lead service lines came out of the existing main and needed to be capped. • Replace valve and vault on Villa Court—Existing 12" $ 7,563.71 valve was leaking and needed to be replaced. This was beyond the limits of the work of the project and was specifically requested by Public Works to be done the next day(Saturday). • Repair of sanitary at 160 E. Chicago St.—City suspected $ 3,667.00 that the break in the sanitary service was done when the contractor installed the water main. After exposing the broken sanitary service it was determined that it was not the fault of the contractor and therefore.not his resnnnsibility for navment TOTAL FOR CHANGE ORDER NO. 1: ADD $107,136.13 TOTAL REVISED CONTRACT AMOUNT: $1,484,910.13 The original amount of the contract with Martam Construction is$1,377,765.00. Change Order No. 1 will increase the original contract amount by a total of$107,136.13,that sum representing seven and eight tenths percent(7.8%)of the original contract amount. The new contract amount, inclusive of all change orders is$1,484,910.13. OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. CHANGE ORDER No. 1 AND FINAL,April 8,2009 I Agreed to this day of ,2009. Recommended by: PUBLIC ORKS DE TMENT By: 6/142,-ae.--( Title: / (�G' Date: 3 /OG ‘'9 Signature: Accepted by: Martam Construction, Inc.,c Party of the Second Part(Contractor) By: .-01.5, ' &h�i9-deit Title: ,22j.e,d /; ,ow - Date: 3- /v-- 09 Signatur Approved by: CITY OF ELGIN, Party of the First Part(Owner) By: Olufemi Folarin Title: City Manager Date: A% a 0.4 1 Signature: ., w. . .46_,.:12..r.. CBD 2007 Water Main Final Quantities Adjustment Plan to Plan Adjustment to UNIT ITEM Unit Rice Final Quantity Final Cost Quantity Quantity Plan Cost 1 CU YD POROUS GRANULAR EMBANKMENT $60.00 $0.00 6 -60 4360.00 2 FOOT EXPLORATION TRENCH 72"DEPTH $80.00 301.0 $24,080,00 40 261.0 $20,880.00 3 GALLON BITUMINOUS MATERIALS(PRIME COAT) $5.00 35.0 $175.00 131 -96.0 -$480.00 A TON NOT-MIX ASPHALT SURFACE COURSE,MIX"D",N50 $130.00 354.48 $46,082.40 484 -129.5 -$16,837.60 5 TON INCIDENTAL HOT-MIX ASPHALT SURFACING $140.00 324.19 $45,388.60 121 2032 $28,446.60 6 SQ YD PROTECTIVE COAT $1.00 $0,00 2,200 -2200.0 -32,200.00 7 SQ FT PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH $7.00 $0.00 2,239 -2239.0 415873.00 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH-ADA 8 SO FT COMPLIANT(RED STAMPED CONCRETE) $16.00 120 $0.00 -120.0 41,800.00 9 FOOT COMBINATION CURB AND GUTTER REMOVAL $7.00 274.4 $1,920.80 194 80.4 $562.60 10 SOFT SIDEWALK REMOVAL $2.00 2155.1 $4,31020 2,170 -14.9 -$29E0 11 SOFT SIDEWALK REMOVAL-VAULTED $60.00 $0.00 69 -69.0 44,140.00 12 SQ YD CLASS C PATCHES,9INCH $58.00 1864.5 $86,541.00 860 804.5 $48,661.00 13 SO YD HIGH-EARLY STRENGTH CLASS C PATCHES,9INCH $64.00 $0.00 860 -860.0 -655,040.00 14 SO FT CONCRETE MASONRY UNIT BLOCK WALL $48.00 $0.00 33 -33.0 41,584.00 15" CU YD CONCRETE REMOVAL $850.00 37.3 $31,705.00 2 35.3 $30,005.00 16 FOOT RAILROAD TRACK REMOVAL(COMPLETE) $60.00 $0.00 25 -25,0 -31,500.00 17 FOOT SEWER-DUCTILE IRON PIPE-6" 350.00 40.0 $2,00000 50 -10.0 4500.00 18 FOOT SEWER-DUCTILE IRON PIPE-8" $60.00 31.0 $1,880.00 15 16.0 $960.00 19 FOOT SEWER-DUCTILE IRON PIPE-10" $80.00 $0.00 38 -38.0 -52680.00 20 EACH SANITARY SERVICE CONNECTION $2,40000 1.0 52,400.00 2 -1.0 -$2,400.00 21 EACH FOUNDATION CORING-3"DIAMETER OR LESS S380.00 38.0 $13,680.00 45 -9,0 43,420.00 22 EACH FOUNDATION CORING-GREATER THAN 3 DIAMETER 3500.00 36.0 $18,000.00 36 0.0 $0.00 23_POUND DUCTILE IRON FITTINGS 64.00 10721.0 $42,884.00 5.860 4861.0 $19,444.00 24 FOOT WATER MAIN4" $130.00 855.5 $112,515.00 639 228.5 $29,445.00 25 FOOT WATER MAIN 6" $132.00 238.5 $31,482.00 323 -84.5 -$11,154.00 26 FOOT WATER MAIN 8" 5140.00 384.5 353,830.00 361 23.6 33,290.00 . 27 FOOT WATER MAIN 12" $150.00 248.5 $37,275.00 240 8.5 $1.275,00 28 FOOT WATER MAN 16" 8166.00 962.6 $159,791.80 937 25.6 $4,249.60 29 FOOT POLYETHYLENE WRAP4" $1.20 656.5 $737.80 639 17.5 $21.00 30 FOOT POLYETHYLENE WRAP 6" $1,20 95.5 5114.60 323 -227.5 -$273.00 31 FOOT POLYETHYLENE WRAP 8" 51.20 380.0 $456.00 361 19.0 $22.80, 32 FOOT POLYETHYLENE WRAP 12" $1.20 208.0 $249.60 r 240 -32.0 -$38.40 33 FOOT POLYETHYLENE WRAP 16" $1.20 776.6 $931.92 937 -160.4 4192A8 34 FOOT WATER SERVICE LINE 2" $90.00 1060.0 $95,400.00 1,015 45.0 $4,050.00 35 FOOT WATER MAN REMOVAL 6" $38.00 382.2 $13,759.20 60 332.2 311,959.20 36 FOOT WATER MAIN REMOVAL 12" 536.00 876.0 $31,536.00, 10 866.0 $31,178.00 37 FOOT WATER MAIN REMOVAL 16" $38.00 $0.00 30 -30.0 41,080.00 38 FOOT STORM SEWER REMOVAL 8" $38.00 27.0 $972.00 15 12.0 $432.00 39 FOOT STORM SEWER REMOVAL 10" $36.00 75.0 $2.700.00 i8 57.0 $2,052.00 40 EACH VALVE VAULTS.4'-DIAMETER 32,300.00 3.0 $6,900.00 2 1.0 $2,300.00 41 EACH VALVE VAULTS,5'-DIAMETER 32,500.00 9.0 522,500.00 10 -1.0 $2,500.00 42 EACH RESILIENT WEDGE VALVE-6' $750.00 20 $1,500.00 7 -5.0 -$3,750.00 43 EACH RESILIENT WEDGE VALVE-8" 6950.00 20 51,900.00 1 1.0 $950.00 44 EACH BUTTERFLY VALVE-16" $3,000.00 3.0 $9,000.00 3 0.0 $0.00 45 EACH WATER SERVICE VAULT 5'X4' $5,400.00 $0.00 2 -2.0 410,800.00, 1 46 EACH WATER SERVICE VAULT S X 5' 36,600.00 30-0 $198,000.00 23 7.0 546,200.00 47 FOOT ADDITIONAL WATER SERVICE VAULT LENGTH $1,400.00 $0.00 7 -7.0 49600.00 48 EACH PRESSURE CONNECTION 6"X6" $4,000.00 $0.00 1 -1.0 44,000.00 49 EACH PRESSURE CONNECTION12"X12" $6,800.00 1.0 $5,800.00 1 0.0 $0.00 50 EACH PRESSURE CONNECTION 16"X 16" $13,000.0D $0,00 2 -2.01 426,000.00 51 EACH CUT-IN CONNECTION $4,400.00 8.0 535,200.00 5 . 3.0 $13,200.00 52 EACH DOMESTIC SERVICE TAP $3,400.00 1.0 33,400.00 3 -2.0 46,600.00 53 EACH FIRE HYDRANTS TO 8E REMOVED $600.00 1.0 $600.00 5 -4.0 42,400.00 54 EACH FIRE HYDRANT WITH AUXILIARY VALVE AND VALVE BOX $4,400.00 6.0 $28,400.00 5 1.0 $4,400.00 1 CBD 2007 Water Main Final Quantities Adjustment Plan to Plan Adjustnent In UNIT ITEM Unit Price Final Quantity Final Cost Quantity Quantity Plan Cost 55 EACH BUFFALO BOX AND SERVICE REMOVAL $900.00 $0.00 4 -4.0 43,600.00 66 EACH VALVE VAULTS TO BE REMOVED $980.00 5.0 $4,800.00 9 -4.0 43,840.00 57 EACH VALVE BOXES TO BE REMOVED $200.00 $0.00 8 -8.0 -$1,600.00 58 EACH FILLING VALVE VAULTS $580.00 1.0 $580.00 18 -17.0 49,860.00 59 FOOT COMBINATION CONCRETE CURB AND GUTTER,TYPE 13 6.12 $3500 $0.00 194 -194.0 45,984.00 60 L SUM TRAFFIC CONTROL AND PROTECTION $113,000.00 1.00 $113,000.00 1 0.0 $0.00 61 EACH CHANGEABLE M ES-SAGE SIGN $19,000.00 2.0 336000.00 2 00 $0.00 82_ SOFT INFORMATIONAL SIGNFABRICA110N $5.00 $0.00 350 -350.0 -$1,750.00 THERMOPLASTIC PAVEMENT MARKING-LETTERS AND 63 SO FT SYMBOLS $25'00 $0.00 6 -5.0 -$150.00 64 FOOT THERMOPLASTIC PAVEMENT MARIING-UNE4" $5.00 $0.00 200 -200.0 -$1,000.00 65 FOOT THERMOPLASTIC PAVEMENT MARKING-LINES" $6.00 $0.00 300 -300.0 -$1,500.00 68 FOOT THERMOPLASTIC PAVEMENT MARKING-LINE 8" $10.00 $0,00 100 -1000 41,000.00 67 FOOT THERMOPLASTIC PAVEMENT MARKING-LINE 12' $15.00 $0.00 50 -500 4750.00 68 FOOT THERMOPLASTIC PAVEMENT MARKING-LINE 24" $30.00 $0.00 30 -30.0 -5900.00 69 SO FT PAVEMENT.MARKING REMOVAL $2.00 $0.00 210 -210,0 4420.00 70 CU YD DEBRIS REMOVAL $400.00 $0.00 3 -3.0 41,200.00 71 FOOT STEEL CASINGS 10" $25.00 $0.00 40 -40,0 41,000.00 72 FOOT STEEL CASINGS12" $30.00 12.0 $360.00 107 -95.0 42,850.00 73 FOOT STEEL CASINGS 14" $35.00 $0.00 47 -47.0 -61,845.00 74 FOOT STEEL CASINGS 20' $50.00 14.0 $700.00 21 -7.0 -$350.00 75_ FOOT STEEL CASINGS 24" 690.00 21.0 $1,892.00 30 -9.0 481000 76 SOFT PAVER BRICK-FURNISH ONLY $1000 $0_00 25 -25.0 -$250.00 77 EACH DUST CONTROL-MECHANICAL SWEEPING $100.00 30.00 40 -40.0 44,000.00 78 UNIT DUST CONTROL-WATERING WITH CALCIUM CHLORIDE $50.00 $000 100 -100.0 -$5.000.00 79 ALLOW,MISCELLANEOUS WORK $50,000.00 2.051 $102,545.41 50,E 52545.4 $52,545.41 80 EACH ADDITIONAL ROUNDWAY $1,000.00 3.0 $3,000.00 6 -3.0 -$3,000.00 81 EACH WATER METER RELOCATION $3,000.00 6.0 $18,000.00 2 4.0 $12,000.00 82 EACH WATER METER CONNECTION $1,200.00 15.0 $16,000.00 30 -15.0 -$18,000.00 FINAL COST: $1,484,401.13 CONTRACT VALUE:. $1,377,785.00 Adjustment to Contract Value: $107,138.13 $107,135.13 ADDITIONAL COSTS PAID UNDER MISCELLANEOUS WORK: Quantity Paid UNIT ITEM Unit Price Last Report Total Cost to Date 83 EACH REMOVE MANHOLE $700.00 1.0 $700.00 84 HOUR CREW TIME $725.00 5.0 $3,625.00 85 DAY NIGHT WORK $3,680.00 15.0 $55,200.00 86 EACH CATCH BASIN T-C W7 FRAME 63,162.50 1.0 $3,162.50 87 TON COLD PATCH $185.00 137A $25,341.30 88 DOLLAR MATERIAL ALLOWANCE $1.00 0.0 $0.00 89 DOLLAR REPAIR OF WATER MAIN ejj 154 E.CHICAGO STREET $1.00 3285.9 $3,285.90 90 DOLLAR EMERGENCY REPAIR OF VALVE @ VILLA CRT.(SATURDAY WC 51,00 7663.71 $7,583.71 91 DOLLAR REPAIR TO SANITARY SEWER AT ISO E.CHICAGO STREET $1.00 3687 $3,687.00 $102,545.41 2 April 2,2009 111 TO: Mayor and Members of the City Council inanney,Stablc FROM: Olufemi Folarin, City Manager oty c;,,pc.,,,,tc„t Joseph Evers,P.E., City Engineer SUBJECT: Change Order No. 1 and Final with Mariam Construction for the 2007 Central Business District Water Main Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider Change Order No. 1 and Final for the 2007 Central Business District (CBD)Water Main Project. RECOMMENDATION It is recommended that the City Council approve Change Order No. 1 and Final with Martam Construction, for the 2007 CBD Water Main Project in the amount of$107,136.13, with a final contract value of$1,484,910.13. BACKGROUND On August 22, 2007, the City Council awarded the subject project to Martam Construction for the installation of new water main and services to the businesses along Chicago and Spring Streets in the CBD. The change order is necessitated by added pay items including work at night, cold patch pavement material and repairs to business services and one existing valve. The night work was added to relieve some of the disruption to the businesses during business hours. The contractor was directed by the City to repair some utilities unrelated to his work and the contractor was required to provide maintenance of trenches after his work was completed and before the streetscape work was started. The attached change order includes further explanation of the added items. This represents a 7.8% increase in the total contract amount from the original and awarded amount. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None Change Order No. 1 and Final 2007 CBD Water Main Project April 2,2009 Page 2 FINANCIAL IMPACT The contract and change order with Martam Construction are $1,377,765.00 and $107,136.13, respectively, for a total contract amount of$1,484,901.13. The funding for the original project was as follows: Current Project Funding Account Number Amount 262-0000-791.93-41 $ 348,817 367-4000-795.93-41 511,947 366-4000-795.93-41 158,000 365-4000-795.93-41 160,289 365-4000-795.93-41 164,710 396-4000-795.93-41 3,000 380-4000-795.93-41 6,000 381-4000-795.93-41 21,000 382-4000-795.93-41 $ 4,000 TOTAL $1,377,765 Funding for this change order may be found in the water portion of the 2007 General Obligation Bond Fund, account number 383-4000-795.93-41, project number 409670 with a current balance of$235,000. LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to approve the Change Order No. 1 and Final with Martam Construction in the amount of$107,136.13. 2. The City Council may choose not to reject the Change Order No. I and Final with Martam Construction. Respectfully submitted for Council consideration. JE/do Attachment r ��iOFE40 ` ow 'A City of Elgin Memorandum weiriplvb Date: May 1, 2009 To: Joe Evers, City Engineer From: Jennifer Quinton, Deputy City Clerk Subject: Resolution Nos. 09-101 through 09-103, Adopted at the April 29, 2009, Council Meeting Enclosed you will find the agreement listed below. Please distribute to the appropriate parties and if needed, retain a copy for your records. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Termination Agreement with Plote Construction, Inc. Regarding the Frazier Avenue Reconstruction Project • Change Order No. 1 and Final in the Contract with Martam Construction, Inc. for 2007 Center Business District Water Main Project • Third Amendment Agreement with TranSystems Corporation for the Central Business District Streetscape Project