Loading...
92-0212 Skander Constructon Inc. RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH SKENDER CONSTRUCTION, INC. FOR THE ELGIN FIRE STATIONS WHEREAS, the City of Elgin has heretofore entered into a contract with Skender Construction, Inc. for the Elgin Fire Stations; 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 Larry L. Rice, 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/ George VanDeVoorde George VanDeVoorde, Mayor Presented: February 12, 1992 Adopted: February 12, 1992 Omnibus Vote: Yeas 7 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk • Attachment #1 KALTEN BACH AND FERENC ARCHITECTS 17 DOUGLAS AVENUE, ELGIN. ILLINOIS 60120 $ e-741-1050 708 CHARLES F. KALTENBACH.A. I.A. THOMAS V. FERENC.A.I.A. December 12, 1991 CHANGE ORDER NUMBER ONE CONTRACTOR Skender Contruction, Inc. 10101 South Roberts Road Palos Hills, IL 60465 PROJECT TITLE Elgin Fire Stations Elgin, IL OWNER City of Elgin 150 Dexter Court Elgin, IL 60120 Changes in the plans and specifications for the above captioned project, as approved by Kaltenbach and Ferenc, Architects, are authorized as follows: 1. To remove underground storage tanks uncovered at Villa Street site. ADD $ 4,128.00 2. Furnish and install 100 ampere circuit breaker for panel EM in each station. ADD $ 699.00 3. Furnish red and green exterior lighting fixtures at each station. ADD $ 576.00 4. To furnish and install four inch PVC conduit for telephone lines to stations as requested by telephone company. ADD $ 4,320.00 5. Install a wet automatic fire suppression system in each station in lieu of the dry system specified. DEDUCT $ 3,000.00 6. Furnish and install twelve Link photo electric controls at overhead doors. ADD $ 5,206.00 7. Remove unsuitable soil encountered at the Villa Street site and replace with approved fill. ADD $ 917.00 Elgin Fire Stations Page 2 CHANGE ORDER NUMBER ONE 8. Finished hardware selected for the three stations purchased from the hardware allowance. DEDUCT $13,425.00 9. Change color of water closet and lavatory in Women's Rooms. ADD $ 1,100.00 10. Furnish and install conduit for traffic signal preemption devices at each site. ADD $ 849.00 11. Add under sink garbage disposers in three kitchens. ADD $ 835.00 12. Revise kitchen cabinet sizes and layouts to accommodate appliances selected for the three stations. ADD $ 490.00 13. Supply connections to dishwashers, exhaust hoods, ranges, water coolers, washers and dryers. ADD $ 933.00 14. To change sequence of operation on vehicle exhaust systems. ADD $ 1,088.00 15. Delete communication conduits and add television outlets. NO CHARGE 16. Add water tank fill stations at the ceiling of Apparatus Room in all stations. ADD $ 2,644.00 17. Apply epoxy paint on walls of Hose Rooms. ADD $ 666.00 18. To remove underground monolithic curb encountered in driveway construction at Villa Street site. ADD $ 3,690.00 19. To repaint ceiling color in various rooms at McLean Boulevard station. ADD $ 1,249.00 20. Raise north subgrade at Royal Boulevard site due to site plan revisions. ADD $ 1,580.00 21. Eliminate two coats of concrete sealer specified for the Apparatus Room floor at the three buildings. DEDUCT $ 1,000.00 Elgin Fire Stations Page 3 CHANGE ORDER NUMBER ONE 22. Extend the natural gas line from the Work Room to the Lawn Equipment Room for future emergency generator at each building. ADD $ 685.00 23. Furnish and install receivers and transmitters to match the Elgin system. ADD $ 1,920.00 24. Cost of face brick selected for the three buildings from the brick allowance subject to confirmation of suppliers invoices. DEDUCT $ 5,888.00 TOTAL ADD: $10,262.00 For which payment to be made to you under Contract dated December 14, 1990, shall be revised as follows: Original Contract Amount $1,761,000.00 Change Order Number One 10,262.00 Revised Contract Amount $1,771,262.00 AUTHORIZ D BY O'‘ _ City of Elt'n - c--u RECOMMENDED B ARCHITECT Kaltenbach and Ferenc • • PTED ,BY COQ, ACTOR Sken s er Co, -.tr �f�' , Inc. , 10 ��'� • MEMORANDUM January 15, 1992 To: Larry Rice, City Manager / / From: John Henrici, Fire Chief 6' Subject: Change Order For New ire Stations 599 S. McLean 804 Villa Street 2455 Royal Blvd. Attached is a listing of changes that were authorized to bring con- struction of our three (3) new fire stations to successful comple- tion. These changes were all reviewed by our Architect and my office prior to your review and approval . There are twenty-four (24) specific items that needed to be addressed during construction. Some of the items that were changed added to the cost, some had no effect on the cost, and some gave us a cost credit. I will address each item and the reason for the change. The changes will be addressed by number 1, 2, 3, etc. as listed on the attached letter (attachment #1) from our Architect Mr. Kaltenbach, dated 12/12/91 . Item 1 During excavation for foundations, underground storage tanks were uncovered. We did not know they existed nor were they detected dur- ing soil borings . This was not foreseeable at the time the contract was signed. Added cost of $4, 128. Item 2 During construction of these buildings, it was determined from a recommendation by the electrical contractor that the circuit breaker specified in the original contract would be marginal in performance for our emergency circuit panel . A 100 ampere circuit breaker was recommended. This change is germane to the original contract and also in the best interest of the City. Added cost of $699 . Item 3 Furnish red and green exterior lighting fixtures on the fire stations was an oversight in the initial specification. These lights are a standard used as exterior running lights on fire stations . Added cost of $576 . Item 4 This item was not called for in the specifications . We were notified by Illinois Bell Telephone Company that it is a new requirement on their part and had to be provided before they would install their lines . This was not foreseeable at the time of the contract sign- ing. Added cost of $4,320 . Item 5 The specifications call for a dry pipe sprinkler system. This type of system is a costly maintenance problem. It was decided that the change to a wet pipe system was germane to the original specification and also in the best interest of the City. Cost savings $3,000 . Item 6 Link photo electric controls were not foreseen for inclusion in the original specifications . They were added as a operating safety fea- ture and is in the best interest of the City. Added cost $5.206 . Item 7 Unsuitable soil was encountered at the Villa Street site and re- placed. This was not foreseeable in the original contract and was needed to be completed. Added cost $917 . Item 8 The contract called for a fixed hardware allowance to be included in each bid. The hardware selected was less costly than the allowance. Cost savings $13,425 . Item 9 Colored plumbing fixtures were not established in the original speci- fications . All fixtures were bid in white. It was decided that colored fixtures would be appropriate for total aesthetics within the buildings . Added cost $1, 100 . Item 10 Conduit for traffic signal preemption was not foreseen in the origi- nal specifications . It was suggested by Engineering that it would be cost effective and in the best interest of the City to install the conduit during construction rather than at a latter date. Added cost $849 . Item 11 This item was overlooked in the original specification and had to be added. Added cost $835 . • Item 12 When the specifications were written, they did not include applianc- es. The bidders included standard residential cabinet sizes . It was the City' s intent to purchase commercial appliances which we did. When the catalog sheets for our appliances were given to the contrac- tor, it was determined that a cabinet modification needed .to be made. Added cost $490 . Item 13 The specifications called for the owner (City) to provide dishwash- ers, exhaust hoods, ranges, water coolers, washers and dryers . The bidders left these items off of the bid along with the proper elec- tric, water and natural gas connections. These had to be added in the best interest of the City. Added cost $933. Item 14 The vehicle exhaust system included in our specification did not include an interface relay between the overhead doors and the exhaust system. The electrical contractor thought the door people provided it, the door people thought the exhaust system people provided it, the exhaust system people thought the electrical contractor provided the relay. In order to make the system function, this had to be an added on. Added cost $1,088 . Item 15 This change was germane to the original contract, at no cost. Item 16 The water tank fill stations were not included in the specifica- tions . This was an oversight on the City' s part, but needed to be included for our best interest. Added cost $2,644 . Item 17 After the specifications were written it was determined and recommend- ed that due to the large amount of moisture used on the apparatus floor area, it was in our best interest to use an epoxy paint on the hose room area. Added cost $666 . Item 18 During construction and completing site work at Villa Street Station the paving contractor ran into unforeseen underground conditions with the street and curb connection. This was unforeseen within our speci- fication and scope of work under our contract. It was completed in the best interest of the City. Added cost $3,690 . Item 19 Our specifications and color selections did not differentiate sepa- rate colors for walls and ceilings . The contractor use the same color for both. In the best interest of the City for aesthetics, employee working conditions and room size differentiation it was changed two (2) white ceilings . Added cost $1,249 . Item 20 We were instructed by the City Engineer to change the originally approved sub-grade at the Royal Street Station. This was done for water drainage reasons in the best interest of the City. Added cost $1,749 . Item 21 The elimination of the specified floor sealer was made in the best interest of the City and allowed by the existing contract. Cost savings $1,000 . Item 22 The natural gas line to the lawn equipment room was not correctly specified in the original contract. This was not detected until after the bids were accepted. This change is in the best interest of the City. Added cost $685 . Item 23 It was determined that the receiver and transmitters installed accord- ing to the specifications and contract were not in the best interest of the City. They were changed to make them compatible with our other facilities and equipment. Added cost $1,920 . Item 24 Face brick for the three (3) stations was specified and bid as an allowance in the contract. The actual selection by the City came in below the allowance, this was germane to the contract. Cost savings $5,888 . Of these 24 items there is a net increase in the original overall contract for the three (3) fire stations of $10,262 . st • 1n r /;=s-. OF tic. Agenda Item No.. 't, 0.,a 01.opgTLD Ft81 November 12 , 1991 To: Mayor and Members of the City Council From: City Manager Subject: Change Order #1 For Construction of Fire Stations Purpose: Council 's approval is needed to modify our contract to Skender Construction Company for the three (3) fire stations. Background: Over the past 10 months, certain modifications have occurred to our original construction plans for the three (3) new fire stations. Owlso we have had several extras added to the buildings for items that .are over looked in the initial bid. Several changes were also need- ed to make the buildings complete for operational needs . Attached is a summary of the changes that were made, along with the additional cost or credit for the change. Exhibit #1 will be a change order to Skender Construction Company, the general contrac- tor for the project. Exhibit #2 will be a purchase order to Artlow Systems for the sealing of all exposed concrete floor in the appara- tus bays and equipment rooms . Financial Impact: The additional cost for the two items are as follows : 1. Change order to Skender Construction for $10,262 . 2. Purchase order to Artlow Systems for $6,790.41 . This represents an increase to the overall project cost of $17,053 or less than one percent ( 1%) . The original bid price for the three (3) stations is $1,761,000. The cost will be spread over the three (3) buildings equally from the following bond accounts . 389-993-9916 389-993-9917 390-993-9916 Recommendation: Staff has been completely involved in the review and negotiations of these changes . It is our recommendation that Council approve the changes . `. . _4 ity ager Exhibit #1 ,.ender Construction Company CHANGE ORDER LOG Project Name: Elgin Fire Stations Project Number: 6109016 AMOUNT DAYS DATE TO AMOUNT DAYS NO. DESCRIPTION REQUESTED REQUESTED ARCH STATUS APPROVED APPROVED COI 1 Remove underground storage $4,128 0 82/18/91 approved $4,128 tanks at Villa 2 Furnish and install Map $699 4 83/18/91 approved $699 I circuit breaker for panel EM 3 Furnish and install flange trims $4,236 1 43/18/91 rejected $8 for light fixtures 4 Furnish and install red i green $576 1 03/18/91 approved $576 $ fixtures outside Apparatus Room 5 Furnish and install 4' pvc $4,321 I 13/18/91 approved $4,321 conduit for Illinois Bell 6 Wet sprinkler system in leiu of ($3,111) 1 14/11/91 approved ($3,111) 1 fpftdry system 7 Furnish and install (12) link $5,246 I 13/18/91 approved $5,216 0 photo electric controls 8 Furnish and install Co—Ray—Vac $9,495 1 14/11/91 rejected $1 1 infra—red heating system 9 Unsuitable soil encountered at $917 0 14/12/91 approved $917 1 Villa on April 4 11 Credit for unused hardware ($13,425) I 14/15/91 approved ($13,425) I allowance 11 Water closet and lav in Womens $1,111 1 16/17/91 approved $1,111 1 Room to be almond 12 Traffic preemption conduit at $849 $ 16/28/91 approved $849 all three stations 13 Add under sink garbage disposal $835 1 17/29/91 approved $835 in kitchen 14 Kitchen cabinet layout revisions $491 1 08/01/91 approved $491 1 supply power to dishwasher, hood $933 I 08/12/91 approved $933 I range, water cooler, washer/dryer Skender Construction Company CHANGE ORDER L06 Project Name: Elgin Fire Stations Project Number: 6119116 AMOUNT DAYS DATE TO AMOUNT DAYS NO. DESCRIPTION REQUESTED REQUESTED ARCH STATUS APPROVED APPROVED COI 16 Vehicle exhaust sequence of $1,188 1 18/12/91 approved $1,188 operation change 17 Delete communication conduit and $1 1 18/12/91 approved $1 add TV and Television outlets 18 Add tank fill station at the $2,644 I 18/12/91 approved $2,644 ceiling of Apparatus Room 19 Epoxy paint walls of Hose Room $666 1 88/12/91 approved $666 1 21 Additional costs to remove $3,691 I 11/28/91 approved $3,691 monolithic curb at Villa 21 Change existing paint color $1,249 I 11/28/91 approved $1,249 in various room at Mclean 22 Raise subgrade at Royal Station $1,588 1 18/28/91 approved $1,581 due to site plan revision 23 Eliminate two coats sealer on ($1,111) I 11/14/91 approved ($1,111) 1 Apparatus floor at 3 stations 24 Extend gas line from Work Room $685 1 11/14/91 approved $685 I to Lawn Equipment Room 25 Furnish and install receivers $1,921 I 11/14/91 approved $1,921 and transmitters to match Elgin 26 Brick cost difference from ($5,888) I 11/14/91 approved ($5,888) I allowance to actual cost TOTAL $18,262 105 S. Fairbank St. •Addison, IL 60101•(708)543-8111• 1(800)5-ARTLOW•Fax(708)543-8171 , • a- "The Concrete Protectors"...Serving The Nation Since 1963 ARTLO UV) Exhibit #2 PROPOSAL • elk .,,,, ,_. DIVISION OF AHCHEM.INC - - - October 29, 19 91 • Chief John Henrici City Of Elgin Fire Department 550 Summit Street Elgin, IL 60120 Re: 3 Fire Stations Dear Chief Henrici: 3300 sq. ft. each We respectfully submit herewith our proposal for furnishing all labor, equipment and material for PREPARATION COATING .- ;1;MISCELLANEOUS: I f?S Scrape ❑Arprime ❑ Pressure Wash fx Spot Grind ❑Arthane 400 ❑ Dock(s) M Hand Sweep ❑Arthane 600 ❑Wall(s) ❑Machine Sweep ❑Arthane 1000 ❑ Ceiling 6'c Hand Scrub ❑Arpoxy ❑Water Sandblast R Machine Scrub ❑Arcrete ❑Arblast ❑Strip w/Arstrip to remove x Aqua–Poxy Primer–lst Coat ❑Grit Screen ❑ Painted Lines ❑Glue x Glazon Utility–Top Coat ❑Sand ❑Old Coating ❑ Latex ❑ ❑Solvent Tack ❑Mastic ❑ ❑Tile Removal &Strip w/Arsolve to remove k Clear ❑ ❑ Rubber Marks F Curing agent ❑Color see(c)below ❑ /Acid Etch x, Hand Apply 2 Coats ❑ k Normal ❑ Mild ❑ Spray Coats ❑ U Scrub wlArdition k Anti-slip Between Coats ❑ U Rinse w/Clear Water A) PREP/COATING/MISC. (Per Above) 9.900 sq ft @ $ _722 per sq ft $7.147_80 B) CURING—If Compound Other Than Water Based Was Used — It Must Be Removed At $ sq ft C) COLOR (Per Above) sq ft @ $ per sq ft $ -JO f/SAW CUTS . . . }_-' t - I Prepare And Install To Manufacturer Specifications... ❑ Control Joints x fill with lin ft @ $ per in ft ... $ ❑Saw Cuts x fill with in ft @ $ per lin ft ... $ _CRACKS/JOINT REPAIR Rout Cracks—Sand Or Grind To Grade.. . ❑Fill with Epoxy Matrix in ft @ $ per in ft $ • ❑Fill with Cementious Material lin ft @ $ per in ft $ ❑Patch holes @ $ ea. $ OVERLAYMENT/COVE OR SEAMLESS SEEDED SYSTEMS - <- ,, s'-I Overlayment sq ft @ " Depth @ $ sq ft $ Continuous Cove in ft @ " Height @ $ lin ft $ Seamless sq ft @ " Depth @ $ sq ft $ ❑Arblast ❑Saw Cut Keyways ❑Scarify ❑Scabble ❑Waterblast MISCELLANEOUS ;x 4 : -- I ❑Undersealing ❑Mudjacking ❑ Epoxy Injection ❑ Holes @ $ per hole $ ❑ Bags Fly Ash/Portland Cement Mix @ $ per bag $ ❑ Men @ $ per hour $ ❑ Epoxy @ $ per gallon $ FOOTAGES ARE APPROXIMATE FOR BIDDING AND WILL BE FIELD MEASURED AT TIME OF SAID WORK... M To be completed in 1 phase(s), 4 day(s) per phase. X Price based on X Weekday ❑Weekends Add for Weekends, Nights& Holidays fX Price includes the removal and disposal of 2 drums of waste stripper. See important EPA information on the reverse side of this proposal. MS AYMENT - Net 30 Days...11% will be added to invoice after 30 days if payment in full is not received. 5 0o ..,scount if payment, in full, is received within (5) working days of completion of said work. $6,790.41 ($.686) NOTE: Price based on all three stations being completed in conjunction with each other. CE: This proposal is not valid until acceptance copy is signed and returned certifying your acceptance of the terms and conditions outlined on the reverse side of this proposal, regardless of and in addition to other contracts/purchase orders.