Loading...
93-1205 Arrow Road Contruction RESOLUTION APPROVING CHANGE ORDER NO. 3 IN THE CONTRACT WITH ARROW ROAD CONSTRUCTION CO. FOR AREA II STREET AND SEWER IMPROVEMENTS WHEREAS, the City of Elgin has heretofore entered into a contract with Arrow Road Construction Co. for Area II street and sewer improvements; and WHEREAS, it is necessary and desirable to modify the terms of the contract as is described in Change Order No. 3, attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Robert 0 Malm, Interim City Manager, be and is hereby authorized and directed to execute Change Order No. 3, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, President Board of Local Improvements City of Elgin Presented: December 15, 1993 Adopted: December 15, 1993 Vote: Yeas 5 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, Secretary ELGIN, ILLINOIS AREA II STREET AND SEWER IMPROVEMENTS PROJECT #7109 CHANGE ORDER NO. 3 SCOPE: This Change Order No. 3 will provide additional items necessary to complete the project in an acceptable manner. The general contractor for this project is Arrow Road Construction Co. from Mount Prospect, Illinois . REASONS FOR CHANGE: This Change Order is required for the addition or change in items necessary to construct tree wells, repair B-Boxes, return or purchase perforated pipe, placement of petromat, and miscellaneous deductions and credits . SUMMARY OF CHANGES IN CONTRACT AMOUNT: The awarded contract will be changed to include the additional items listed below: ITEM QUANTITY UNIT PRICE COST 1. Petromat 3,420 S.Y. $ 1. 06/S.Y. $ 3,625 .20 2 . 6"x6" Wolmanized 538 S.F. $ 23 . 00/S.F. $ 12,374 . 00 Timber Tree Wells 3 . B-Box Repair 1 L.S. $10,000 . 00L.S. $ 10,000. 00 and Replacement 4 . 36" Conc. Pipe 1 L.S. $13,443 .42L.S. $ 13,443 .42 Returned (Perf. ) 5 . Credit for Recycled 18, 990 TON $ 1 .50/TON ($28,485 . 00) Bituminous Mix 6 . Credit for Reduced 41, 398 L.F. $ 0 . 80/L.F. ($33, 118 . 40) Thickness of Conc. Curb & Gutter 7 . Deduction for 1 L.S. $ 3, 187 . 67L.S. ( $ 3, 187 . 67) Water Main Repair 8. Deduction for 1 L.S. $ 3,781 . 95L.S. ( $ 3,781 . 95) Sign Repl . TOTAL = - $ 30, 130.40 SUMMARY OF INCREASES TO CONTRACT QUANTITIES: Please see the attached pay estimate for increases or decreases in quantity to approved contract items . CHANGE ORDER NO. 3 December 7, 1993 Page 2 The original contract with Arrow Road Construction Co. is for By reason of change Order No. 1 and Change Order No. 2, the contract was increased to $3,584,587 . 60 . By reason of this Change Order No. 3, the contract for the Area II Street and Sewer Improvement Project will be decreased in the amount of thirty thousand one hundred thirty and 40/100 dollars ($30, 130 .40) . The circumstances which necessitate this change order were not reasonably foreseeable at the time the contract was signed. OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this /6- day of , 1993 . Recommended: ENGINEERING DIVISION By: Title: CAEy Date: - 8_ 9 .S Accepted: Arrow Road Construction Co. Party of the Second Part (Contractor) By: am " ,-( Title: <) <- )/- Date: / 2/- - Approved: CITY ELGI Part of t Fir-t Part (Owner) By: / Title: JO ' 1 vrk. Q40- f,-. Date: 12-/2-)4q3 " CITY OF ELGIN KANE COUNTY,ILLINOIS AREA II STREET AND SEWER IMPROVEMENTS CITY COST CENTER 7109 ENGINEER'S PAYMENT ESTIMATE CONTRACTOR'S JOB NUMBER: 675 ESTIMATE NO.10 FROM OCTOBER 26,1993 TO DECEMBER 7,1993 CONTRACTORS INVOICE NUMBER: PAYABLE TO: ARROW ROAD CONSTRUCTION 3401 SOUTH BUSSE ROAD P.O.BOX 334 MOUNT PROSPECT,ILLINOIS 60056 (708)437-0700 ITEM AWARDED ADDED DEDUCTED COMPLETED No. DESCRIPTION UNIT QUANTITY VALUE QUANTITY QUANTITY QUANTITY UNIT PRICE VALUE I EARTH EXCAVATION CU YD 49265 $228,589.60 2129 47136 $4.64 $218,711.04 2 TRENCH BACKFILL CU YD 10334 $191,592.36 49 10285 $18.54 $190,683.90 3 SUB-BASE GRANULAR MATERIAL TYPE B TON 4387 $53,170.44 2198 6585 $12.12 $79,810.20 4 TOPSOIL PLACEMENT(4') SQ YD 33598 $43,341.42 625 32973 $1.29 $42,535.17 5 Ir AGGREGATE BASE COURSE,TYPE B TON 6635 $52,880.95 127 6508 $7.97 $51,868.76 6 r AGGREGATE BASE COURSE,TYPE B TON 34619 $303,608.63 3383 31236 $8.77 $273,939.72 7 r BITUMINOUIS BASE COURSE TON 4227 $127,824.48 3981 8208 $30.24 $248,209.92 8 BITUMINOUS MATERIALS(PRIME COAT) GAL 21143 $16,491.54 243 20900 $0.78 $16,302.00 9 BITUMINOUS SURFACE PLANT MIX,CLASS B(MODIFIED) TON 18695 $507,382.30 1913 20608 $27.14 $559,301.12 10 RELOCATE WATER OR SLUDGE MAIN EACH 10 S20,600.00 6 4 $2,060.00 $8,240.00 I I 10'DIA.RCCP STORM SEWER TYPE I,CLASS IV LN FT 234 $3,615.30 17 251 $15.45 53,877.95 12 12'DIA RCCP STORM SEWER TYPE I,CLASS IV LN FT 2864 $47,198.72 93 2957 $16.48 $48,731.36 13 15'DIA RCCP STORM SEWER TYPE I,CLASS IV LN FT 2103 $34,657.44 6 • 2097 $16.48 $34,558.56 14 15'DIA RCCP STORM SEWER TYPE 2,CLASS III LN FT 2637 $43,457.76 102 2739 $16.48 $45,138.72 15 18'DIA.RCCP STORM SEWER TYPE 1,CLASS IV LN FT 70 $2,018.80 1 71 $28.84 $2,047.64 16 18'DIA RCCP STORM SEWER TYPE 2,CLASS III LN FT 1150 $21,321.00 6 1156 $18.54 $21,432.24 17 21'DIA.RCCP STORM SEWER TYPE I,CLASS IV LN FT 329 $6,777.40 34 363 $20.60 $7,477.80 18 21'DIA RCCP STORM SEWER TYPE 2,CLASS IfJI LN FT 624 $12,854.40 53 677 $20.60 $13,946.20 19 24'DIA RCCP STORM SEWER TYPE 2,CLASS II LN FT 1346 $31,886.74 181 1165 $23.69 $27,598.85 20 27'DIA RCCP STORM SEWER TYPE I,CLAS V LN.FT 312 $9,640.80 32 280 $30.90 $8,652.00 21 27*DIA RCCP STORM SEWER TYPE 2,CLASS III LN FT 391 $12,081.90 17 408 S30.90 $12,607.20 22 36'DIA.RCCP STORM SEWER TYPE 2,CLASS III LN FT 1717 $67,203.38 589 1128 $39.14 $44,149.92 23 42'DIA RCCP STORM SEWER TYPE 2,CLASS III LN FT 661 $29,275.69 5 656 $44.29 $29,054.24 24 48'DIA.RCCP STORM SEWER TYPE 2,CLASS III LN FT 1243 $64,014.50 20 1223 $51.50 $62,984.50 25 14'x 23'ELL.RCCP ST.SEWER,TYPE I,CLASS IV " LN FT 629 $25,914.80 3 632 $41.20 $26,038.40 26 8'DIA PVC SANITARY SEWER LN FT 43 $1,328.70 146 189 $30.90 $5,840.10 27 10'DIA PVC SANITARY SEWER LN FT 245 58,832.25 13 258 $36.05 $9,300.90 28 15'DIA PVC SANITARY SEWER LN FT 6 $1,854.00 6 $309.00 $1,854.00 29 MANHOLE SPECIAL NO.1 EACH 1 $3,914.00 I $3,914.00 $3,914.00 30 4'DIA MANHOLE TYPE A EACH 18 $16,686.00 2 16 $927.00 S14,832.00 31 5'DIA MANHOLE TYPE A EACH 46 $61,594.00 3 49 $1,339.00 565,611.00 32 6 DIA MANHOLE TYPE A EACH 7 521,630.00 2 9 $3,090.00 $27,810.00 33 4'DIA.CATCH BASIN,TYPE A(QTY REDUCED C.O.#1) EACH 105 $91,927.50 7 98 $875.50 $85,799.00 34 7 DIA INLET,TYPE A EACH 2 $1,030.00 1 3 $515.00 $1,545.00 35 ADJUSTING FRAMES&GRATES EACH 101 $10,403.00 61 40 $103.00 54,120.00 36 CB'S&DRY WELLS TO BE FILLED WITH SAND EACH 41 54,223.00 2 43 $103.00 $4,429.00 . 37 B6.18 COMBINATION CURB&GUTTER LN FT 38492 $297,543.16 2906 41398 $7.73 $320,006.54 38 B6 BARRIER CURB LN FT 414 $3,626.64 6 420 $8.76 $3,679.20 39 DRIVEWAY PAVEMENT REMOVAL SQ YD 1148 $2,663.36 673 1821 $2.32 $4,224.72 40 COMBINATION CURB&GUTTER REMOVAL LN FT 3154 $4,888.70 296 2858 $1.55 $4,429.90 41 SIDEWALK REMOVAL(39,000 S.F.INCREASE C.O.#2) SQ FT 52485 $15,745.50 30758 122243 $0.30 $36,672.90 42 BITUMINOUS SURFACE REMOVAL(COLD MILLING) SQ YD 3586 $7,315.44 1678 1908 $2.04 $3,892.32 43 FIRE HYDRANTS TO BE MOVED EACH 3 $4,635.00 3 $1,545.00 $4,635.00 44 SODDING .SQ YD 33297 $80,578.74 324 32973 $2.42 $79,794.66 45 TRAFFIC CONTROL L SUM 1 $44,476.43 1.00 $44,476.43 $44,476.43 46 MOBILIZATION L SUM 1 $60,358.00 1.00 $60,358.00 $60,358.00 47 SIDEWALK(39,070 S.F.INCREASED QUANTITY C.O.82) SQ FT 93204 $210,641.04 30688 123892 $2.26 $279,995.92 48 DRIVEWAY SQ YD 6433 $129,496.29 767 7200 $20.13 $144,936.00 49 WATER MAIN ENCASEMENT LN FT 14 $1,442.00 14 $103.00 $0.00 50 ENGINEERS FIELD OFFICE L SUM 1 $9,270.00 1.00 $9,270.00 $9,270.00 51 UNDERGROUND LIFT STATION L SUM 1 $47,380.00 1.00 $47,380.00 $47,380.00 52 4•DUCTILE IRON FORCEMAIN LN FT 1372 $21,197.40 27 1399 $15.45 $21,614.55 53 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED 4" LN FT 10 $2,575.00 5 15 $257.50 53,862.50 54 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED 6' LN FT 10 $2,575.00 55 65 $257.50 $16,737.50 55 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED 8' LN FT 2890 $53,580.60 33 2857 $18.54 $52,968.78 56 VALVE VAULT 5'DIAMETER TYPE 1 FRAME CLOSED LID EACH 11 $12,463.00 3 14 $1,133.00 $15,862.00 57 GATE VALVE,8" EACH 1 $360.50 1 $360.50 $360.50 58 FIRE HYDRANT EACH 4 $5,356.00 4 $1,339.00 $5,356.00 59 PRESSURE CONNECTION EACH 11 $22,660.00 12 $2,060.00 $24,720.00 60 WATER SERVICES NEAR SIDE EACH 27 $11,124.00 I 26 $412.00 $10,712.00 61 WATER SERVICES FAR SIDE EACH 35 523,432.50 3 38 $669.50 $25,441.00 TOTALS • $3,256,207.10 $3,524,338.83 •This total reflects quantity changes included in Change Orders#1&#2 UNIT MISCELLANEOUS EXTRAS AND CREDITS QUANTITY PRICE VALUE CHANGE ORDER#1,JUNE 24,1993 62. 7 DIA TYPE'C'CATCH BASIN EACH 15 5681.25 SI0,218.75 63. 6'DIA PVC SANITARY SEWER LN FT 687 $29.98 $20,596.26 64. STRUCTURE RECONSTRUCTION EACH 60 S550.00 S33,000.00 65. FRAME&GRATE,TYPE I EACH 52 S150.00 $7,800.00 66. DUST CONTROL UNIT 15 $13.00 S195.00 CHANGE ORDER#2,AUGUST 25,1993 67. 5'DIASANITARYMANHOLE EACH 3 $1,700.00 $5,100.00 68. UNSUITABLE SOIL REMOVAL&REPLACEMENT CU YD 8452 $29.00 $245,108.00 69. 8'CONCRETE PATCH SQ YD 36 520.00 $720.00 70. 10'ASPHALT PATCH SQ YD 379 540.00 S15,160.00 CHANGE ORDER#3,DECEMBER 8,1993 71. PETROMAT SQ YD 3420 S1.06 $3,625.20 72. 6'X6'WOLMANIZED TIMBER TREE WELLS SQ FT 538 523.00 $12,374.00 73. B-BOXES L SUM 1 SI0,000.00 S10,000.00 74. 36'CONC PIPE RETURNED(PERFORATED) L SUM I $13,443.42 $13,443.42 75. CREDIT FOR RECYCLED BIT-MIX TON 18990 $1.50 ($28,485.00) 76. CREDIT FOR REDUCED THICKNESS OF C.C&G. L.F. 41398 50.80 (533,118.40) 77. DEDUCTION FOR WATERMAIN REPAIR L SUM 1 53,187.67 ($3,187.67) 78. DEDUCTION FOR SIGN REPLACEMENT L SUM I 53,781.95 ($3,781.95) TOTAL MISCELLANEOUS EXTRAS AND CREDITS S308,767.61 TOTAL VALUE OF COMPLETED WORK 53,833,106.44 DEDUCT RETAINAGE(5%) $191,655.32 BALANCE DUE ON COMPLETED WORK $3,641,451.12 MISCELLANEOUS DEBITS VALUE PREVIOUS PAYMENTS PAYOUT NUMBER 1,APRIL I,1993 $132,444.12 PAYOUT NUMBER 2,APRIL 22,1993 $229,183.05 PAYOUT NUMBER 3,MAY 4,1993 / $132,102.64 PAYOUT NUMBER 4,JUNE 1,1993 $394,614.16 PAYOUT NUMBER 5,JULY 1,1993 S259,347.25 PAYOUT NUMBER 6,JULY 30,1993 $408,951.03 PAYOUT NUMBER 7,AUGUST 27,1993 $662,493.09 PAYOUT NUMBER 8,SEPTEMBER 30 1993 $530,583.63 PAYOUT NUMBER 9,OCTOBER 29,1993 • 5610,810.27 TOTAL MISCELLANEOUS DEBITS&PREVIOUS PAYMENTS $3,360,529.24 NET AMOUNT DUE $280,921.88 Ai APPROVED AL, DATED l. "7 .1993 ��� ,/ PROJECT ENGINEER 7 APPROVED ._[ ,?' "��}- DATED /G J 7 ,1993 CITY ENGINEER • Elm n , °f ��, Memorandum 4„DivoY December 10, 1993 TO: President and Members of the Board of Local Improvements FROM: Robert O. Malm, Interim City Manager SUBJECT: Area II Street and Sewer Improvement Project Change Order No. 3 PURPOSE This memorandum will provide the President and Members of the Board of Local Improvements with information to consider authorizing execution of the subject Change Order. BACKGROUND On October 28, 1992 the Board of Local Improvements awarded a contract to Arrow Road Construction for the Area II Street! and Sewer Improvement Project. This Change Order No. 3 will include the costs for the installation of tree wells, water service (B-Box) valve repair and replacement, placement of petromat in lieu of pavement surface removal, and the purchase and returji of 36" concrete pipe. It also includes credits for the us(p of recycled bituminous mix, reduction in thickness of the concrete curb and gutter and deductions for a water main repair and sign replacements . In order to save several trees, and to make the tree bank maintainable for the resident, the installation of 6" X 6" wolmanized timber tree wells was necessary. These were installed around twelve ( 12) trees . Petromat was placed over the existing pavement on South St. from Lillian St. to Edison St. in liet of grinding the existing pavement. The existing pavement was not thick enough to grind and thus petromat was placed as a crack resistant barrier for the new surface. Many of the B-Boxesl for water services were filled with dirt or inoperable. It ' was necessary to clean or replace many of them. This cleaning or replacement will be paid for on a lump sum basis . The Area II plans called for the installation of 36" perforated concrete pipe as part of the storm sewer collection system on Commonwealth and Marguerite Streets . Because of resistance from residents on these streets, this pipe was not installed. However, the pipe had already been delivered to the job site and more than half had already been drilled with perforations when Mayor and Members of the City Council December 10, 1993 Page 2 staff was directed not to install this pipe. The pipe manufacturer would not take the drilled pipe back nor the manholes that were to be installed at the ends of the storm sewer runs. The pipe that was not drilled was returned to the manufacturer. The costs associated with this item include the purchase of the drilled pipe and manholes, restocking fee for returned pipe, and associated trucking costs and labor. Also included in this change order are credits for the use of recycled asphalt in the binder course and a reduction in the thickness of the curb and gutter. Recycled asphalt is permitted in the City's standards. It was not originally specified in the Area II contract. However, because the performance of the asphalt is essentially the same as non-recycled asphalt, and because of a reduction in cost, permission was given to use recycled asphalt. The curb and gutter was originally specified to be 12" in the Area II plans . However, because City Standards . only require 9" thickness, and there is no real performance advantage in placing the curb 12" thick, the thinner curb was permitted to be placed and thus a reduction in the cost for the curb was realized. Two deductions were also made to the contract and are included in this change order. The contractor damaged many signs on the project and these were replaced by City crews, with the associated costs being borne by the contractor. A water main was also damaged by the contractor and the associated costs to repair this are being charged to them. FINANCIAL IMPACT Change Order No. 3 decreases the awarded contract amount by $30, 130 .40 for a total contract amount of $3,554 ,457 .20 . With increases/decreases to contract quantities the awarded contract amount will be increased by another $278,649 . 20 for a total contract amount of $3,833, 106 . 44 . The majority of the $278,649 .20 increase is for additional 8" Bituminous Base Course ($120, 385 .44) , sidewalk removal and replacement ($90,282 . 28) , and Bituminous Surface Plant Mix ($51,918 . 82) . The balance of the increase is accounted for in normal fluctuations (increases and decreases) in the contract items . Base $3, 176,663 . 90 Change in Quantity 347,674 . 93 New Items #1 71,810 . 01 #2 266,088.00 #3 ( 29, 130.40) $3,833, 106 .44 Mayor and Members of the City Council December 10, 1993 Page 3 RECOMMENDATION It is recommended that the Board of Local Improvements authorize execution of Change Order No. 3 and authorize the increase in contract quantities, which will increase the contract with Arrow Road Constr ction by a total of $278,649 .20 . Rob rt O. alm, Interim City Manager ROM/SP/do Attachments