Loading...
97-288 Resolution No. 97-288 RESOLUTION APPROVING CHANGE ORDER NO. 3 IN THE CONTRACT WITH R.W. DUNTEMAN CO. FOR THE KIMBALL STREET IMPROVEMENTS PROJECT WHEREAS, the City of Elgin has heretofore entered into a contract with R.W. Dunteman Co. for the Kimball Street improvement project; 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/ Kevin Kelly Kevin Kelly, Mayor Presented: December 3, 1997 Adopted: December 3, 1997 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk r ELGIN, ILLINOIS PROJECT No. 339553 CHANGE ORDER No. 3 SCOPE: This Change Order No. 3 will provide additional items necessary to complete the Kimball Street Improvements Project in an acceptable manner. The general contractor for this project is R.W. Dunteman Co. of Addison, IL. REASONS FOR CHANGE: Please see Attachment A for a description and explanation of items contained within this change order. SUMMARY Of CHANGES IN CONTRACT AMOUNT; The amount the contract will be revised is as follows: SEE ATTACHMENT A The original contract with R.W. Dunteman Co. is $5,422,038.75. By reason of Change Order No. 1, the contract for the Kimball Street Improvements Project increased in the amount of two hundred fifty-four thousand five and 07/100 dollars($254,005.07). By reason of Change Order No. 2,the contract for the Kimball Street Improvements increased in the amount of twenty-one thousand ninety-nine and 90/100 dollars($21,099.90). By reason of Change order No. 3, the contract for the Kimball Street Improvements will be increased in the amount of thirty-seven thousand one hundred fifty two and 96/100 dollars ($37,152.96). The new contract amount, inclusive of Change Orders No. 1, No. 2 and No. 3 is five million seven hundred thirty-four thousand two hundred ninety-six and 68/100 dollars ($5,734,296.68). CHANGE ORDER No.3 November 6, 1997 Page 2 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this/ day of C.--e_i-1,,Z,ti , 1997. Recommended: ENGINEERING DDIVISION By: seCi — /9.-cfl--- Title: P,.t.,2 g„f....�.�, Date: I(-6— 9 7 Accepted: ::: . CrTy car= C-; LG /,V-..�..- _ _ •• . . . .r...�l . I Title: CA- . i . Date: 121 S l 9 7 Approved: CITY-Of ELGIN /e , W uNT em pt/t) CA) , By: ri ?' a4- Title: «r...._.t�. Date: //19 97 ATTACHMENT A Change Order No. 3 Revised Quantities 10/13/97 KIMBALL STREET/STATE STREET IMPROVEMENTS-ELGIN,ILLINOIS CHANGE ORDER #3 - SUMMARY ITEM# DESCRIPTION QUANTITY UNIT $/UNIT TOTALS 10 POROUS GRANULAR EMBANKMENT -500 CY $16.90 ($8,450.00) 279 KEYWAY REPAIR ,TYPE 1 -2438 LF $5.40 ($13,165.20) 280 KEYWAY REPAIR,TYPE 2 -500 LF $3.55 ($1,775.00) 283 PRE-DRILL PILE HOLES -165 LF $160.70 ($26,515.50) 287 TEMPORARY CASING -165 LF $2.00 ($330.00) 288 PAVEMENT MARKING REMOVAL-4" 6000 LF $0.50 $3,000.00 289 TEMPORARY TAPE TYPE 3-4" 1310 LF $2.50 $3,275.00 290 ADDITIONAL TRAFFIC CONTROL FOR BROOK ST. 1 LS $320.00 $320.00 SANITARY RELAY 292 NO PEDESTRIAN TRAFFIC" TEMPORARY SIGNS 2 EACH $120.00 $240.00 293 4"ASPHALT SAWCUT 245 LF $0.48 $117.60 294 FULL DEPTH ASPHALT/CONCRETE SAWCUT 395 LF $2.40 $948.00 295 ALL STREET NAME SIGNAGE 1 LS $9,660.00 $9,660.00 296 T&M-OVERNIGHT REPAIR OF SAN. @ BROOK ST 1 LS $749.95 $749.95 297 T&M-REINSTALL UNKNOWN LINE @ FANCY COLORS 1 LS $3,729.12 $3,729.12 298 T&M-REPAIRS/PREPARATION FOR MARATHON RUN 1 LS $6,481.42 $6,481.42 299 T&M-REPAIR CRACKED SANITARY @ BROOK ST 1 LS $17,548.38 $17,548.38 300 T&M-18"TIE-IN OF EXISTING LINE @ STATE ST 1 LS $474.42 $474.42 301 T&M-TEMP. REPAIR OF TUNNEL IN STATE ST 1 LS $3,263.58 $3,263.58 302 T&M-INSTALL 15"RCP TO CORRECT DRAINAGE 1 LS $3,821.30 $3,821.30 PROBLEM @ CENTER ST 303 REPLACE STORM MH'S 130 & 138 WITH SANITARY 2 EA $2,230.00 $4,460.00 MANHOLES 304 T&M-INSTALL 42" RCP IN PLACE OF HAZARDOUS 1 LS $25,339.89 $25,339.89 OLD LIMESTONE TUNNEL @ STATE ST 305 MANHOLE RECONSTRUCT-TO 3'BELOW GRADE 6 EA $660.00 $3,960.00 $37,152.96 GRAND TOTAL KIMBALL STREET/STATE STREET IMPROVEMENTS-ELGIN,ILLINOIS CHANGE ORDER #3 - SUMMARY ITEM# DESCRIPTION EXPL4INATION 279 KEYWAY REPAIR,TYPE 1 - QUANTITY NOT USED 280 KEYWAY REPAIR,TYPE 2 - QUANTITY NOT USED 283 PRE-DRILL PILE HOLES - QUANTITY NOT USED 287 TEMPORARY CASING - QUANTITY NOT USED 288 PAVEMENT MARKING REMOVAL-4" - LINE REMOVAL NECESSARY FOR TRAFFIC STAGING 289 TEMPORARY TAPE TYPE 3-4" - USED FOR TEMPORARY TRAFFIC CHANGES OVER FINISH SURFACE-I.E.BRIDGE TIE-IN'S 290 ADDITIONAL TRAFFIC CONTROL - TRAFFIC CONTROLS NECESSARY FOR WORK ADDED FOR BROOK ST SANITARY RELAY TO CONTRACT 292 NO PEDESTRIAN TRAFFIC" - INSTALLED @ BOTH SIDES OF BRIDGE TEMPORARY SIGNS TO DISCOURGE PED.TRAFFIC 293 4"ASPHALT SAWCUT -USED TO COMPENSATE CONTRACTOR ACE HARDWARE TO CREATE BLEND TO EXISTING PARKING LOT 294 FULL DEPTH ASPHALT/CONCRETE SAWCUT -USED @ WORK ADDED TO CONTRACT-STATE ST TUNNEL REPAIR, BROOK ST SAN.REPAIR&SPRING WHERE THE PROJECT LIMITS MOVED 295 ALL STREET NAME SIGNAGE -PRICE FOR INSTALLATION OF ALL NEW STREET NAME SIGNS INCLUDES CITY LOGO ON SIGNS 296 T&M-OVERNIGHT REPAIR OF SAN.©BROOK ST -SAN.LINE @ BROOK WAS DAMAGED REQUIRED OVERNIGHT REPAIR 297 T&M-REINSTALL UNKNOWN LINE -CONTRACTOR ENCOUNTERED UNKNOWN UTILITY,AFTER @ FANCY COLORS SEVERAL ATTEMPTS©DISCOVERY,LINE WAS RECONNECTED 298 T&M-REPAIRSIPREPARATION FOR -INCLUDES FILLING STORM TRENCH&SPECIAL PREPARATION MARATHON RUN FOR MARATHON RUN 299 T&M-REPAIR CRACKED SANITARY -INCLUDES EXPLORATION FOR A SOUND CLAY PIPE&INSTALL BROOK ST OF PVC PIPE IN ORDER TO REPAIR SANITARY LINE @ BROOK ST 300 T&M-18"TIE-IN OF EXISTING LINE @ STATE ST -INCLUDES SAWCUTS,PIPE&LABOR TO RECONNECT EXISTING UNKNOWN STORMSEWER LINE @ STATE ST 301 T&M-TEMP.REPAIR OF TUNNEL IN STATE ST -INCLUDES LABOR&MATERIAL FOR TEMPORARY REPAIR OF TUNNEL IN ORDER TO MOVE TRAFFIC BACK,WHILE A SOLUTION CAN BE WORKED OUT 302 T&M-INSTALL 15"RCP TO CORRECT DRAINAGE -EXISTING DRAINAGE SYSTEM IN SUBGRADE,ADDED 15"LINE PROBLEM @ CENTER ST INTO EXISTING SYSTEM IN ORDER TO MAKE SUBGRADE @ XING 303 REPLACE STORM MH'S 130&138 WITH -2 MANHOLES SHOWN AS STORMSEWER SHOULD HAVE BEEN SANITARY MANHOLES SANITARY MANHOLES 304 T&M-INSTALL 42"RCP IN PLACE OF HAZARDOUS -REPLACE EXISTING LIMESTONE TUNNEL IN STATE ST WITH OLD LIMESTONE TUNNEL @ STATE ST 42"RCP-DUE TO OLD TUNNEL POSING A SAFETY HAZARD 305 MANHOLE RECONSTRUCT-TO 3'BELOW GRADE -EXISTING MANHOLES SHOWING DETERIORATION DUE TO AGE,RECONSTRUCTS NECESSARY OFEC � e."'"..« CZ 6; - City of Elgin Agenda Item No. .o November 7, 1997 TO: Mayor and Members of the City Council FROM: Robert O. Malm, Interim City Manager SUBJECT: Change Order No. 3 to the Contract with R.W. Dunteman Co. for the Kimball Street Improvement Project PURPOSE The purpose of the memorandum is to provide the Mayor and members of the City Council with information to consider Change Order No. 3 for the subject project. BACKGROUND IOw The City Council, at its February 26, 1997 meeting, awarded to R.W. Dunteman Co. the contract for the Kimball Street improvements. At its June 11 and June 25, 1997 meetings, City Council approved Change Order No. 1 and Change Order No. 2, respectively. Change Order No. 3 ($37, 152 . 26) is for additional costs that have been incurred during the construction. Much of the added costs are due to utility conflicts discovered during installation of the new storm sewer. This change order will compensate the contractor for the additional work required to resolve the conflicts . The subject change order also includes items deducted from the contract and one significant item, which is new street name signage to match the signage being used in the Central Business District (Chicago Street) . Please see Attachment A of Change Order No. 3 for a description of the additional items . A copy of the letter of recommendation for approval of Change Order No. 3 from Rust E & I is attached as Exhibit A. A copy of Change Order No. 3 is attached as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. Change Order #3/Contract with R. W. Dunteman November 7 , 1997 Page 2 01/ FINNCIAL IMPACT Change Order No. 3 to the contract with R. W. Dunteman Co. is in the amount of $37 , 152 . 96 . It is estimated that the 1997 street resurfacing project costs will be under budget . These projected savings could be made available to fund this change order . Account number 275-0000-791 . 93-80, Major Repairs, Public Ways, would be charged. LEGAL IMPACT / , ,None . ALTERNATIVES None. RECOMMENDATION It is recommended that City Council authorize execution of Change Order No. 3 to the contract with R.W. Dunteman Co. in the amount of $37 , 152 . 96 and request staff to prepare the necessary resolution. Respectfully submitted, David L. Lawry, • of Public Works � F R.b-r it . Malm Interim City Manager SP/do "Attachments