Loading...
83-0912 Seagren Shales Inc RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH SEAGREN/SHALES, INC. FOR WEST SIDE PLANT IMPROVEMENTS WHEREAS, the City of Elgin has heretofore entered into a contract with Seagreh/Shales, Inc. for west side plant improvements; and WHEREAS, it is necessary and desirable to modify the terms of the contract as is described in Change Order Number 1, attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Leo Nelson, City Manager, be and is hereby authorized and directed to execute Change Order Number 1, a copy of which is attached hereto and made a part hereof by reference. Richard L. Verbic, Mayor Presented: September 12, 1983 Adopted: Vote: Yeas Nays Recorded: Attest: Marie Yearman, City Clerk (t )6 ELGIN, ILLINOIS WATER WORKS IMPROVEMENTS CONTRACT NO. 5 WEST SIDE PLANT IMPROVEMENTS CHANGE ORDER NO. 1 SCOPE. This Change Order No. 1 covers additions and modifications to the above contract as follows: Item 1. Unsuitable material at the northwest corner of the new chlorine building foundation shall be removed and replaced with crushed limestone. Item 2. Additional work shall be performed to field locate the existing bubbler air piping at the existing clear water reservoir No. Item 3. A credit adjustment shall be given the Owner for the relo- cation and installation of the new 3/4 inch reservoir bubbler air piping utilizing an existing 8 inch yard conduit. Bubbler air piping material shall be changed from copper to PVC for piping installed within the conduit. Item 4. The basin equipment for each clarifier basin shall be cleaned and repainted. The equipment shall be cleaned and the sur- faces prepared for painting by sandblasting to white metal. The equipment shall then be given a primer coat and multiple intermediate and finish coats of a vinyl paint system to produce a minimum total paint dry film thickness of 6 mils. The type and color of paint and the method of applications shall be acceptable to the Engineer and Owner. The cost of the above work shall be based on the not-to-exceed figures as provided hereinafter. The actual cost for basin cleaning and sandblasting work shall be determined on the basis of the cost of the work (time and material costs) plus a Contractor's fee for overhead and profit in accordance with the general conditions. The actual cost for painting the basin equipment shall be the lump sum price shown unless fewer finish coats are required than originally anticipated. If the required minimum dry film thickness can be provided with fewer paint coats than originally anticipated, a credit will be offered to the Owner for this work. Item 5. The specified clarifier basin crack repair work shall be modified and expanded as follows. Areas where delamination appears shall be repaired by removing all loose and delaminated concrete and rebuilding the areas using the shotcrete process. Where basin wall cracks are through the wall type cracks, the repair shall be (ELGIN, ILLINOIS ) (WATER WORKS IMPR.) CO1-1 (CONTRACT NO. 5 ) as originally specified. However, if the width of a "veed-out" crack becomes excessively wide, the crack shall be repaired using the shotcrete process. Shotcrete areas larger than one square foot shall have reinforcing mesh placed under the shotcrete, providing the depth of concrete removed is sufficient to allow its installation. In preparation for the crack repairs, the complete interior wall surface of each basin shall be cleaned by sandblasting. In addition to the above repairs the top of the basin walls at the equipment bearing points and lime trough penetrations shall be repaired. Cracked and loose concrete shall be removed and replaced with new concrete as required. The existing basin handrail shall be separated from the basin equipment supports and the ends sealed. The handrail post connections to the basin walls shall be repaired. The handrail posts shall be removed, the post and sleeve repaired as required, and the handrail reset with post sleeves sealed to prevent moisture from entering. The top 6 inches of the basin walls and the top horizontal surfaces of the walls and adjoining slabs shall be sealed with two coats of a neoprene-hypalon roof covering. All of the above work shall be in accordance with applicable sections of the contract documents. The materials, methods, and limits for the above repairs shall be acceptable to the Engineer and Owner. The additional basin repair work shall be performed on a time and material basis with a not-to-exceed figure as provided hereinafter. The actual cost shall be determined on the basis of the cost of the work plus a Contractor's fee for overhead and profit in accordance with the general conditions. Credit for work deleted under the original contract shall be included in determining the actual cost. REASON FOR CHANGES. Item 1. Excavation for the foundation for the new chlorine building revealed unsuitable material near the northwest corner of the founda- tion. The existing material would not provide proper support for the new structure. The unsuitable material was removed and replaced with compacted crushed limestone. Item 2. The Contractor was not able to locate the existing bubbler air piping at the existing clear water reservoir No. 2 based on conformed to construction drawings for the facilities. It was necessary for the Contractor to perform additional exploratory excavation to locate the existing piping. Item 3. The Contractor was allowed to utilize an existing 8 inch under- , ground conduit to install a portion of the two new 3/4 inch bubbler air piping to the existing reservoirs. To facilitate the installation of this air piping through the conduit, PVC piping was substituted for the specified copper piping. The revised installation and change in pipe material resulted in a reduction in the amount of work and cost to the Contractor and an overall credit for the Owner. (ELC1N, ILLINOIS ) (WATER WORKS IMPR. ) C01-2 (CONTRACT NO. 5 ) Item 4. The existing basin equipment is in need of normal preventative maintenance painting. The Owner requested that the painting of the existing equipment be coordinated with the other basin work. Performing this work at the same time the basins are being repaired reduces the equipment down time and takes advantage of cost savings from performing basin and equipment cleaning and sandblasting at the same time. Item 5. The clarifier wall investigation report specified to be com- pleted prior to beginning basin crack repairs indicated that areas of the exterior surface of the basin walls may be more severely damaged than originally thought. The report referred to areas of "delamination" or areas where the outside 1-1/2 to 2 inches of concrete has cracked and separated from the balance of the wall. From the surface these areas are defined by extensive randum hairline cracks. The full extent of the severity of the delamination is difficult to determine. However, each area should be investigated and repaired prior to installation of the metal paneling. Additional cracking and loose concrete was found at the basin equipment bearing supports and lime trough penetrations. The repair of the handrail posts and sleeves and the installation of the neoprene-hypalon roof covering will help prevent further deterioration of the top of the basin walls and slabs from moisture penetration and freeze-thaw action. SUMMARY O CHANGES IN CONTRACT AMOUNT. The contract amount shall be revised on the fallowing basis: Add Deduct $ $ Item 1. Removal and replacement of un- suitable material. Removal and replacement $466.00 10% Overhead and profit 47.00 513.00 Item 2. Field location of reservoir bubbler air piping. Additional work $882.00 5% Overhead and profit 44.00 926.00 Item 3. Credit for reservoir bubbler air piping modifications. 581.00 Item 4. Clean and repaint basin equipment of each clarifier basin. Cleaning and sandblasting, not-to-exceed 4,200 Painting, not-to-exceed 11,000 5% Overhead and profit 760 15,960.00 (ELGIN, ILLINOIS ) (WATER WORKS IMPR.) CO1-3 (CONTRACT NO. 5) • ;• Add Deduct $ $ Item 5. Additional clarifier basin repair work. Additional work, not-to-exceed 20,000.00 Totals $37,399.00 $ 581.00 Net Addition to the Contract Amount: $36,818.00 By reason of this Change Order No. 1, the contract cost shall be increased in the amount of Thirty-Six Thousand Eight Hundred Eighteen and 00/100 Dollars ($36,818.00) . OTHER CONTRACT PROVISIONS. All other provisions of the contract shall remain the same. AGREED to this day of , 1983. Recommended by: Approved: BLACK 6 VEATCH CITY OF ELGIN, ILLINOIS Party of the First Part (Owner) By By Date: September 6, 1983 Title Accepted: SEAGREN/SALES, INC. Party of the Second Part (Contractor) By Title (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO1-4 (CONTRACT NO. 5 )