Loading...
92-1111b RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH PRIME CONSTRUCTION, INC. FOR ELGIN MENTAL HEALTH CENTER WATER MAIN (W-24) WHEREAS, the City of Elgin has heretofore entered into a contract with Prime Construction, Inc. for the 1992 water distribution system improvements (W-24 ) ; 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 HLGIN, 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: November 11, 1992 Adopted: November 11, 1992 Omnibus Vote: Yeas 7 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk ELGIN, ILLINOIS 1992 WATER DISTRIBUTION SYSTEM IMPROVEMENTS ELGIN MENTAL HEALTH CENTER CHANGE ORDER NO. 1 SCOPE: This Change Order #1 covers additional changes in the scope at the Elgin Mental Health Center that were not reasonably foreseeable at the time the contract was signed and are in the best interests of the City. Items covered in this change order are for: 1) bituminous surface overlay, 2) exploratory utility excavation, 3) removal of concrete foundation wall and footing on the east side of Rte. 31, and 4) removal of concrete and flagstone retaining wall . This contract for construction is with Prime Construction Inc. , Hampshire, Illinois. REASONS FOR CHANGE: 1. The project was originally designed and bid with the contractor responsible for replacing the existing pavement disturbed during construction of the new water main, with a new bituminous pavement consisting of aggregate base, prime coat, binder course and surface course. Subsequent meetings and negotiations, after bidding, with representatives of the Elgin Mental Health Center revealed that a condition of use of their property for installation of the water main included a 2-inch thick bituminous concrete overlay. The overlay was to cover from curb to curb from approximate Station 10+00 to approximate Station 31+00. The overlay area also included a circle drive west of the Administration Building and two (2) additional parking areas west of the Administration Building. Since the City of Elgin is in the process of acquiring this property for their own use in the future, it was determined that it was in the best interest of the City to have the additional paving installed. This will result in a net addition to the contract. 2. The project was originally designed and bid with a bore and jack installation beneath Rte. 31 with a minimum pipe cover of 5'-6" and no utility interference. After the project was bid, a JULIE locate identified the presence of an 8-inch high pressure gas main and an Illinois Bell Telephone duct bank beneath the northbound lane of Rte. 31. The locate did not indicate a depth below grade. The location of the utilities was unknown during the design phase of the contract. Due to the bore and jack installation, a precise depth of the utilities was necessary. Therefor, the contractor was required to perform exploratory excavation to determine the depth of the gas main and duct bank. This will result in a net addition to the contract. 3. During the course of excavating on the east side of Rte. 31 for the bore and jack receiving pit, a concrete foundation wall was uncovered. The wall was buried and was not identified on any existing IDOT or utility drawings or discussed in any of the meetings during the design phase. The wall was directly in line with the alignment of the pipe crossing beneath Rte. 31 and had to be removed to allow the installation to be completed. Therefore, this particular item was not in the contemplation of the original contract. This will result in a net addition to the contract. 4. During the course of excavating for the bore and jack pit on the west side of Rte. 31, a concrete and flagstone wall was discovered. The wall was not identified on any existing drawings and was not discussed or mentioned by Elgin Mental Health Center personnel during design review meetings. The wall was in line with the pipe crossing beneath Rte. 31 and had to be partially removed to allow the bore and jack operations to be completed. Therefore, this item was not in the contemplation of the original contract. This will result in a net addition to the contract. a SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount of the contract will be revised as follows: Item 1. Bituminous Concrete Overlay (2 inch thickness) 6,475 SY at $6/square yard = $38,850.00 Total Add = $38,850.00 2. Exploratory Utility Excavation 1-580 Case and operator 2 hrs. @ $60/hr. = $120.00 1-Superintendent 2 hrs. @ $40/hr. = 280.00 3-Laborers 2 hrs. @ $36/hr. = 72.00 Mobilization 2 hrs. @ $50/hr. = 100.00 Subtotal = $516.00 10% Overhead and Profit = 52.00 Total Add = $568.00 3. Removal of Concrete Foundation Wall and Footing on the East Side of Rte. 31 1-225 Cat 2 hrs. @ $61 .33/hr. = $122.66 1-Superintendent 2 hrs. @ $49.96/hr. = 99.92 1-Foreman 2 hrs. @ $49.96/hr. = 99.92 1-Operator 2 hrs. @ $49.13/hr. = 98.26 3-Laborers 2 hrs. @ $36.29/hr. = 217.74 Subtotal = 638.50 10% Overhead and Profit = 63.85 Total Add = $702.35 4. Removal of Concrete and Flagstone Retaining Wall 1-225 Cat 2 hrs. @ $61 .33 = $122.66 1-Foreman/Operator 2 hrs. @ $49.96 = 99.92 2-Laborers 2 hrs. @ $36.29 = 145.16 Subtotal = $367.74 10% Overhead and Profit = 36.77 Total Add = $404.51 TOTAL NET ADDITIONAL COST = $40,524.86 The original contract with Prime Construction was for $187,302.00 (one hundred eighty-seven thousand, three hundred two and no/100 dollars) . With this change order amounting to $40,524.86 (forty thousand, five hundred twenty-four and 86/100 dollars) , the total contract will be for $227,826.86 (two hundred twenty-seven thousand, eight hundred twenty-six and 86/100 dollars) . The contract amount based on actual measured in place quantities amounts to $176, 167.00 (one hundred seventy-six thousand, one hundred sixty-seven and no/100 dollars) . Therefore the revised contract amount, including this change order, amounts to $216,691.86 (two hundred sixteen thousand, six hundred ninety-one and 86/100 dollars) . 1 ., OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Recommended: CLARK DIETZ, INC. Engineers and Architects By: 04-23Pi '► A & - r Title: f , Date: C4/12.-/e'Z.. ELGIN WATE,R DEPARTMENT " i° By: ,r, Z: 1- le c-�'z./`" Title: /,id 'L �,�,.,,,��. , ? Date: / /' / 0 ( 47 )— Accepted: PRIME CONSTRUCTION INC. Party of the Second Part (Contractor) Bye''-4,, u.s Title: ??s Date: " .�/oz Approved: CITY OF ELGIN Party of t e F' s Pa ) By: i s . ._. Title: C/ ' AcQ ;, 1„, Date: L:._,,,.; i " 'Z 1007-M6 CITY OF ELGIN, ILLINOIS 1992 WATER DISTRIBUTION Final Payment Request No. 3 SYSTEM IMPROVEMENTS Through 7 October 1992 ELGIN MENTAL HEALTH CENTER Payable to PRIME CONSTRUCTION, INC. 10 North 828 Tower Road Hampshire, Illinois 60140 Contract Work Completed Item Description, Estimated Unit Total No. Unit of Measure Quantity Price Amount Quantity Amount 1 12-Inch Diameter 960 LF 29.00 27,840.00 850 $24,650.00 Water Main, Backfill Method 2, per Lineal Foot 2 12-Inch Diameter 2,130 LF 39.00 83,070.00 2,207 86,073.00 Water Main, Backfill Method 4, per Lineal Foot 3 12-Inch Diameter 80 LF 250.00 20,000.00 80 20,000.00 Water Main Crossing (Bored and Jacked) Including 24-Inch Diameter Casing, per Lineal Foot 4 5-Foot Diameter Valve 1 EA 2,500.00 2,500.00 3 7,500.00 Vault with 12-Inch Diameter Gate Valve, Installed, per Each 5 Fire Hydrant Assemby, 8 EA 1,500.00 12,000.00 8 12,000.00 per Each Contract Work Completed Item Description, Estimated Unit Total No. Unit of Measure Quantity Price Amount Quantity Amount 6 Additional Fittings, 0 LB 3.00 0.00 218 $654.00 Per Pound 7 Surface Replacement, 2,366 SY 6.00 14,196.00 707 4,242.00 Bituminous Concrete (Class I) , per Square Yard 8 Surface Replacement, 233 SY 6.00 1,398.00 173 1,038.00 Aggregate, per Square Yard 9 Temporary Surface 2,366 SY 3.00 7,098.00 0 0.00 Replacement, Bituminous Concrete (Class I), per Square Yard 10 Concrete Curb and 1,920. LF 10.00 19,200.00 2,001 20,010.00 Gutter, per Lineal Foot 11 Rock Excavation, per 0 TON 500.00 0.00 0 0.00 Cubic Yard $187,302.00 $176,167.00 Change Order No. 1 12 Bituminous Concrete 6,475 SY 6.00 38,850.00 6,475 38,850.00 Overlay 13 Exploratory Utility 1 EA 568.00 568.00 1 568.00 Excavation 14 Removal of Concrete 1 EA 702.35 702.35 1 702.35 Foundation Wall and Footing on East Side of Rte. 31 Contract Work Completed • Item Description, Estimated Unit Total No. Unit of Measure Quantity Price Amount Quantity Amount 15 Removal of Concrete 1 EA 404.51 404.51 1 404.51 and Flagstone Retaining Wall Revised Contract Amount $227,826.86 $216,691.86 V:100792M1 CITY OF ELGIN, ILLINOIS 1992 WATER DISTRIBUTION SYSTEM IMPROVEMENTS ELGIN MENTAL HEALTH CENTER PAYMENT ESTIMATE SUMMARY ORIGINAL CONTRACT AMOUNT $187,302.00 CHANGE ORDER 40,524.86 REVISED CONTRACT AMOUNT $227,826.86 TOTAL VALUE OF COMPLETED WORK $216,691.86 DEDUCT RETAINAGE 0.00 BALANCE DUE ON COMPLETED WORK $216,691.86 LESS PREVIOUS PAYMENTS 158,550.30 DUE THIS PAYMENT $ 58,141.56 ESTIMATE CERTIFICATION ��/ l �.o �. to ./e�-3/'z Contractor PRIME CONSTRUCTION, INC. Engineer - CLARK DIETZ, INC. L...Kr.., - Ai - , Date /6//Z/9.7— Owner - CITY OF ELGIN, IL Date V:100792M1 GI SEVICES MTERIA- ,,,,r.)11101,1 10N F 00"f 0 FE 0 _ • �n ch. Agenda Item No. TO: Mayor and Members of the City Council FROM: City Manager DATE: October 20, 1992 SUBJECT: AUTHORIZATION OF CHANGE ORDER #1, FINAL PAYMENT, AND ACCEPTANCE OF ELGIN MENTAL HEALTH CENTER WATER MAIN (W-24) PURPOSE: This memorandum will provide the Mayor and Council with information to consider authorizing Change Order #1, final payment, and acceptance of the improvements to the subject project. BACKGROUND: The City Council awarded the contract for the construction of a 12-inch water main at Elgin Mental Health Center to Prime Construction, Inc. , on May 13, 1992 . The project generally included the installation of a 12-inch ductile iron pipe along the access road that borders the north campus of Elgin Mental Health Center. This main connects the 12-inch water main that crosses beneath U.S. 20 at approximately Gertrude Street to the 12-inch water main in State Street south of U.S. 20. Prime Construction, Inc. , has completed the project in compliance with the plans and specifications provided by Clark Dietz, Inc. FINANCIAL IMPACT: The initial contract was awarded for $187,302 . The contract amount based on actual measured in-place quantities totaled $176, 167 . Change Order #1, which was due to an increase in unit quantities and to other conditions found during construction, amounted to $40,524 .86. This brings the total revised contract amount to $216,691.86. Copies of Change Order #1 and the final payment request are attached for your consideration. C Page 2 RECOMMENDATION: It is recommended that the City Council authorize Change Order #1 in the amount of $40,524 .86, the final payment to Prime Construction, Inc. , in the amount of $58, 141 .56, and accept the complete. pro ' - " ••••- City 1MIanagerr- LLR:LED:PLB: jk 01141013. 192 Attachments r r in Agenda Item No. 2 (ckENt‘sE.a> � t D f tb May 12, 1992 REVISED MEMORANDUM TO: Mayor and Members of City Council FROM: City Manager SUBJECT: Bid #92-042 - Water Distribution System Improvements Elgin Mental Health Center PURPOSE: The purpose of this solicitation is to award a con- tract for the construction of the Water Distribution System Improvements located on the Elgin Mental Health Center property (please refer to the attached site location map) . BACKGROUND: The "Notice to Bidders" was issued to 42 contrac- tors and suppliers in the greater Chicagoland area with 19 of them picking up the plans, specifications and bidding documents for this project. On Tuesday, April 28th, twelve ( 12) bids were received for the construction of the Elgin Mental Health Center Water Distribution Improvements as detailed on the attached bid tabulation sheets (please refer to Summary Tab Sheet for a list- ing of the total bid price from each bidder) . Clark Dietz Inc. , our engineers for this project, has completed its evaluation for the bids received; their comments and recom- mendation are noted in the attached letter, dated May 5th. FINANCIAL IMPACT: Sufficient funds have been specifically established in the 1992 Water Improvement Fund under the classi- fication "EMHC Watermain" (Appropriation #410-997-9984 Budget Amount $230,000) . RECOMMENDATION: The recommendation is to award this contract to the overall, low bidder, Prime Construction of Hampshire, for a total amount of $187, 302 . 00 . Ade r . .W Larry Ri - Cty Manager MAY-06-1992 16:54 FROM CLARK DIETZ, INC. TO 3304032U817089315610 P.01 v • CDI CLARK DIETZ, INC. May 5, 1992 Mr. Larry Deibert . Director of Water Operations City of Elgin 150 Dexter Court Elgin, IL 60120-5555 Re: 1992 Water Distribution System Improvements Elgin Mental 'Health Center Dear Mr. Deibert: On Tuesday, April 28, 1992, the City of Elgin opened bids for the above referenced project. The apparent low bidder was Prime Construction Inc., Hampshire, Illinois in the amount of $187,302.00. In accordance with the specifications, and at your request, we checked the contractor's references. The individuals we talked to were very satisfied with the quality of the end product, cooperation with the owner, and.the timeliness of the construction progress. Even with the good endorsements provided, it will be the responsibility of the Clark Dietz project representative to ensure the contractor provides a quality product that will ultimately satisfy the City of Elgin. We, therefore, recommend to the City of Elgin that they accept the low bid from Prime Construction Inc. in the amount of $187,302.00 and begin proceedings to execute the agreement. A copy of the bid tabulation is attached. If you have any further questions, please call. Very truly yours, Martin R. Vogel • MRV/mlg 0505-M3 cc: Mr. Michael Sarro, Purchasing Agent Mr. John Callan, CDI Gmk Diet=,h+3. 1817 S.Nell,Suite 100 P.C.Sox 670 Champaign,IL 61824.0678 217!37S-8900 ENGINEERS ARCHITECTS BID #92-042 1992 WATER DISTRIBUTION SYSTEMS IMPROVEMENTS ELGIN MENTAL HEALTH CENTER Bidder Total Bid Price Glenbrook Excavating $208,091 .00 Prairie View, IL Dempsey Ing, Inc. $225,790. 00 Elburn, IL Swallow Construction $208,364 .00 Lombard, IL Vian Construction $210,273 .20 Elk Grove Village, IL Gluth Bros . Construction $192,381 . 00 Woodstock, IL Gerardi Sewer & Water Co $238,499 .09 Norridge, IL Prime Construction $187,302 .00 Hampshire, IL 47' C. A. Sementa Contractors $226,984 . 75 Carol Stream, IL League Sewer $227,973.00 Addison, IL American Cutting Systems $239, 751 . 80 East Dundee, IL Vincent DiVito, Inc $315,438 . 00 Bloomingdale, IL Mosele & Associates $278,850.00 Ingleside, IL r 1 3 t o, �pt" J 1 �y,I M I �J J �1 ..y I V k. • I JV. o �, '/ r J ` �,, if ..pr/ . V • t �}l/A� ,D t• To 4v Vt U1e•C : J cure,r ...Ott It n.v' /, V�1g ♦ I '""D.d :v C:D V C1 .F.1., •_ ��___ ..o-rlt I .tl.Cwt IT Y1r: ....f•y U•C ., i y o•• p• L.�.t,�' • tom . 6 i t '..e,•, t/ tarM F. Vell° .-Ill 1 a ig.c. Wr \ i 7, • i In ).:).....L. It IA Iiik ..,.,,,,, r 1 [r.!� t i 4 •r. 1 . I' 2 ligra.,.. 0.D A` nYnC u - ,w. Q I�- T� 1...f ' ..I < w s 1� �-.■�®— �.DU . ems \ oa..a I \ .�_IS.11.^ ..t ® ®�® 7 , `` .________1 12.2 IC! Irlilet& 1/11111111111 VIffalM111 .4-7 -T. .'' ii--' F4 4. 11111!!!!!!ffill■ ainammi. -MEIIIMIIIInl.. 4,4.- ! .-..i. - --, ..!'f: kg;2.4 rfor $,_ .. , a.t 3 1 II m-� " , >..., .D00 ,D u �.. C_._ ,._, .,,Egrisrairaworip,..... 'fit ....-VA-a N . ...........,0 , ,,,,,,c7, c, N .i N ,,..0, , m,..1411,40 4.•10-3 . . Cfrit ■ 4' 110714111"1.0.:*". ,/0 , ... Do m .........m .. - - f Z = L t�ms�®® -'ige�NE1®Eifii $�IEf1• . NI �d �� ,� t�s law I© usimis ynisms ,,�' "rit....41�,� '� �!611. `Ql gElmio ';',Pit'- \i k.. ■ ;It* 44:0',,,. 4 1 i pr,i; rc '7T.7.1- , 115 \ ff1 ' 12`:ta21M-.111rItilli ® 11747i1":4Eacia":1_ MOO n n �Eseae .../ ...Um 0■Mi• N ®dtil ■ Ees_ ® �� uii KANE ©® I MIBE6��• nr litlial .. � i „.4. A :`- i I ' � iffic.4 •' wt .... f i r. it ` 1- �'�•3 r q a .. \,J`fie.f. , �1.;• R- t • m --1 ' '�� J lHIM {Eq�I s (-1 X11 r '' D.t so ji::::: al ..„.1* ' /4 i:ii I i �i r 7