Loading...
93-98 Resolution No. 93-98 RESOLUTION APPROVING CHANGE ORDER NO. 3 IN THE CONTRACT WITH DAHLQUIST AND LUTZOW ARCHITECTS, LTD. FOR THE LORD' S PARK PAVILION WHEREAS, the City of Elgin has heretofore entered into a contract with Dahlquist and Lutzow Architects, Ltd. for the Lord' s Park Pavilion; 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 Larry L. Rice, 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, Mayor Presented: April 14, 1993 Adopted: April 14, 1993 Omnibus Vote: Yeas 6 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk ELGIN, ILLINOIS - RENOVATION OF THE LORD'S PARK PAVILION FEE ADJUSTMENT NO. 3 FOR CHANGE ORDERS NO. 2, 3, 4, 5 and 6 AND FIELD SUPERVISION/COORDINATION OF THE SECURITY/FIRE ALARM SYSTEM (UNDER SEPARATE CONTRACT) . SCOPE: This Fee Adjustment No. 3 covers additional work required to complete the preparation of plans for subsequent construction administration for the renovation of the Lord's Park Pavilion. The Architect for this project is Dahlquist and Lutzow Architects, Ltd. , of Elgin, Illinois. REASONS FOR CHANGE: This Fee Adjustment is required for the costs associated with the items requested by the staff to complete the following work. The extra work contemplated in this change order was unforeseen but brought about by the conditions uncovered as the design work continued: Change Order No. 2 : 1. Support the existing wood beams under the round porch with steel beams. Add joist hangers to all existing notched floor joists in this area. 2 . Remove four existing columns in the meeting rooms in the lower level, enlarge footings and replace the existing wood beams with steel beams. 3 . Additional floor joists are required and extra solid wood blocking is needed between floor joists. 4. Substitute the electrical switch gear to another manufacturer previously not specified. 5. Sewer system has been redesigned. 6. Replace the windows in the lower level masonry wall. Change Order No. 3 : 7. Delete the emergency fire service for the elevator. Provide an enameled elevator door in lieu of plastic laminate. 8. Provide new door frames and trim for Doors 1 and 2 . 9 . Revision of door hardware. 10. Removal of the existing rubble stone wall adjacent to the relocated Elevator Equipment Room. The scope of work included removal of the existing wall, cutting the existing concrete floor slab, pouring a new concrete footing and floor, and laying up a new masonry wall. 11. The installation of curbs, planters, and- paving patches on the east side of the Pavilion. This will provide for a landscape buffer from the driveway on the east side of the building and provide protection at the bottom of the ramp leading up to the main level of the Pavilion. This is the logical time to do this work since it eliminates tearing out of new work when the landscape surrounding the Pavilion is designed. 12. Relocate telephone conduit stubbed into the floor to the new telephone board location. This is related to the elimination of the interior stair previously discussed. 13 . Construct a concrete retaining wall beneath the transformer pad on the south side of the Pavilion. This is a result of field conditions relative to the existing grades. 14. Provide additional bathroom partitions as requested by the Parks and Recreation Department. The additional screens provide for further privacy in the bathrooms. 15. Remove the exposed toilet vent from the north meeting room and conceal it in the wall. This eliminates the viewing of a unsightly intrusion. 16. Replace rotten floor joists over the Room 101. 17 . Replace rotten wood base along the floor in Room 101. Change Order No. 4 : 18. Removal of a deteriorated portion of the stone wall in the Basement between the elevator and the toilets. 19. Revision of Toilet accessories and amenities. 20. Provided additional exterior receptacles around the porch. 21. Remove the existing concrete retaining wall at the north end of the Pavilion and the adjacent sidewalk. 22. Installation of below grade roof drainage piping around the Pavilion on all sides. 23 . Removal of weathered and previously damaged porch deck around the exterior of the Pavilion. 24. Structural repairs required to brace and straighten the roofs of the north and south wings. 25. Relocation of the downspout drainage of the round roof on the west side of the Pavilion. This involves tearoff and rebuilding the roof and patching/repair of the fascia to accommodate the revised drainage. This work also includes related clapboard siding replacement. The City staff and the Architect requested this change in the roof system to accommodate the roof runoff in a more efficient and aesthetic manner. Chance Order No. 5: 26. Additional wainscoting required in the lower level. 27. Substitution of vinyl base in lieu of wood base in the lower level. 28. Round roof repairs. 29 . Handrails at exterior stairs. 30. Reframe pocket door openings to plumb door openings. 31. Structural revision of the North end stairs. 32 . Flashing of the existing cupola base. 33 . Additional insulation required at overhead doors in the north and south winds and portions of the east wall. 34. Replumb exterior exit doors. 35. Additional structural framing at the cupola. 36. Ceiling repairs in all upper rooms. 37. Additional waterproofing installation on exposed parts of porch deck. 38. Additional labor for hardwood floor nailing. Change Order No. 6: 39. Additional hardware equipment was required to be substituted to complete the full operation of the doors. 40. Replacement of porch deck in the south east corner. 41. Porch deck replacement under columns (two separate occasions) . 42 . Level floor in the round warming room. 43 . Install fan relay shut down switches. 44. Replacement of cracked stained glass. 45. Replace the sprinkler system flow switch. 46. Additional work on round roof. Additional Work Not Per Contract: 47. Supervision and coordination of the security and fire alarm. The security and fire alarm system was purchased and installed by a separate contract. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount of the contract will be revised as follows: CHANGE ORDER NO. 2 ITEM COST CHANGE Item #1 ADD $ 3,900.00 Item #2 ADD $ 6,797.00 Item #3 ADD $ 5,972 . 00 Item #4 DEDUCT ($ 500.00) Item #5 DEDUCT ($ 595. 00) Item #6 ADD $ 2 ,864. 00 SUBTOTAL $ 18,438.00 CHANGE ORDER NO. 3 ITEM COST CHANGE Item #7 DELETE ($ 825.00) Item #8 ADD $ 420.00 Item #9 DELETE ($ 102.00) Item #10 ADD $ 1,484. 00 Item #11 ADD $ 5,499.00 Item #12 ADD $ 683 . 00 Item #13 ADD $ 1, 014. 00 Item #14 ADD $ 531. 00 Item #15 ADD $ 679.00 Item #16 ADD $ 547.00 Item #17 ADD $ 524.00 SUBTOTAL $ 10,454. 00 CHANGE ORDER NO. 4 ITEM COST CHANGE Item #18 ADD $ 6,706. 00 Item #19 ADD $ 3 ,432 .00 Item #20 ADD $ 3 ,570.00 Item #21 ADD $ 1,996.00 Item #22 ADD $ 4,377.00 Item #23 ADD $ 459.00 Item #24 ADD $70,510.00 Item #25 ADD $ 3 ,846.00 SUBTOTAL $ 94,896. 00 CHANGE ORDER NO. 5 ITEM COST CHANGE Item #26 ADD $ 69. 00 Item #27 DEDUCT ($ 193 .00) Item #28 ADD $ 6, 305. 00 Item #29 ADD $ 1,389.00 Item #30 ADD $ 909. 00 Item #31 ADD $ 1, 525. 00 Item #32 ADD $ 1,254.00 Item #33 ADD $ 1,212 . 00 Item #34 ADD $ 2, 231. 00 Item #35 ADD $ 1,024. 00 Item #36 ADD $ 7,000.00 Item #37 ADD $ 405. 00 Item #38 ADD $ 528. 00 SUBTOTAL $ 23, 658. 00 CHANGE ORDER NO. 6 ITEM COST CHANGE Item #39 ADD $ 1, 394 . 00 Item #40 ADD $ 1, 138. 00 Item #41 ADD $ 357.00 Item #42 ADD $ 1, 150. 00 Item #43 ADD $ 2, 520. 00 Item #44 ADD $ 458. 00 Item #45 ADD $ 445.00 Item #46 ADD $ 542 . 00 SUBTOTAL $ 8, 004.00 SUBTOTAL - ITEMS 1 - 46: $155,450. 00 ITEM COST CHANGE Item #47 ADD $ 2 ,475.00 Total Costs of All Changes Items 1 - 46 ($155,450 x 8-1/2%) = $ 13 , 213 .00 Item #47: $ 2, 475. 00 TOTAL COST: $ 15, 688. 00 The Contract states the fee for this work shall be calculated as 8-1/2% of the cost of construction. The additional work, not in this contract, is based on an hourly fee. The present contract with Dahlquist and Lutzow Architects, Ltd. is for $81,997.38. By reason of the Fee Adjustment No. 3, the Contract for the Renovation of the Lord's Park Pavilion will be increased in the amount of Fifteen Thousand Six Hundred Eighty-eight and 00/100 Dollars ($15, 688. 00) , the total contract value being Ninety Seven Thousand Six Hundred Eighty-five and 38/100 Dollars ($97, 685. 38) . Other Contract Provisions: All other contract provisions shall remain the same. Agreed to this /S-Y4 day of CUly.. � , 1993 . Recommended: PARKS DEP: 'TMENT BY: ; Date: Z3 Accepted: DAHLQUIST AND LUTZOW ARCHITECTS, LTD. Party of the Second Part (Architect) By: 44zir-c. 12J Title: A�C-SIDF.T Date: 3/a/4.2. Approved: CITY OF ELGIN Party of the Fi Part (Owner) By: Title: ch i / fru Date: YA/9 3 Elm n ' OF f Agenda Item No. „_,,, March 17, 1993 TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: Change Order No. 3 to the Contract With Dahlquist and Lutzow PURPOSE This memorandum will provide the Mayor and City Council with information to consider Change Order No. 3 to the con- tract with Dahlquist and Lutzow Architects, Ltd. for architec- tural services involving the Lords Park Pavilion. BACKGROUND Architects Dahlquist and Lutzow prepared plans and speci- fications for the remodeling of the Lords Park Pavilion. Subsequently a contract was awarded to Elgin Builders for the construction work which has now been substantially completed. During the rehabilitation work, several unforeseen condi- tions were exposed which resulted in additional design work by the architects and Change Orders in the contract with Elgin Builders . The contract with Dahlquist and Lutzow pro- vides that the architects are entitled to additional compensa- tion based on 8 1/2 percent of changes in construction costs. The attached Change Order No. 3 covers the Change Or- ders No. 2 through 6 to the contract of Elgin Builders, plus supervision and coordination of the installation of the Pavil- ion's security and fire alarm system. The above Change Or- ders with Elgin Builders resulted in an increase in the con- struction cost of $155,450. The architect's fee for the work involved in these Change Orders is calculated to be $13,213. With the additional charge for the alarm system work, the total amount of additional compensation due the architects is $15,688. FINANCIAL IMPACT Change Order No. 3 to the contract with Dahlquist and Lutzow will result in an additional design fee of $15,688. Mayor and Members of the City Council March 17, 1993 Page 2 r There are sufficient funds available in the project budget to cover the above payment. RECOMMENDATION It is recommended staff be directed to prepare a resolu- tion authorizing the execution of Change Order No. 3 to the contract with Dahlquist and Lutzow. Larry ,L Rice, Ci Manager LLR:daw Attachment r (A"