Loading...
98-0128 Special Assessment Area III C%— 01aS RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH PLOTE COMPANIES INC. FOR AREA III SPECIAL ASSESSMENT PROJECT WHEREAS, the City of Elgin has heretofore entered into a contract with Plote Companies , Inc. of Elgin, Illinois, for Area III 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. 1, attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF LOCAL IMPROVEMENTS OF THE CITY OF ELGIN, ILLINOIS, that Kevin Kelly, President, 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/ Kevin Kelly Kevin Kelly, President Board of Local Improvements City of Elgin Presented: January 28, 1998 Adopted: January 28, 1998 Vote: Yeas 7 Nays 0 Recorded: Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk <y OF f(C� Agenda Item No. City of Elgin g p�rarii�rF� January 16 , 1998 TO: President and Members of the Board of Local Improvements FROM: Joyce A. Parker, City Manager SUBJECT: Change Order No. 1 to the Contract with Plote Companies Inc . for the Area III Special Assessment Project PURPOSE The purpose of the memorandum is to provide the President and members of the Board of Local Improvements with information to consider Change Order No. 1 for the Area III Special Assess- ment Project. BACKGROUND The Board of Local Improvements, at its March 26, 1997 meet- ing, awarded to Plote Companies Inc. the contract for the Area III Special Assessment Project. Change Order No. 1 is for additional costs that have been incurred during the construction. Much of the added costs are due to a conflict with the existing sanitary sewer service lines to the homes and the new storm sewer lines installed as part of this project and additional removal and replacement of unsuitable soils encountered during construction. Please see Attachment A of Change Order No. 1 for a description of the Additional items . A copy of the letter of recommendation for approval of Change Order No. 1 from Pavia-Marting, the City' s Project Engineer, is attached as Exhibit A. A copy of Change Order No. 1 is at- tached as Exhibit B. The assessment of the property owners will not increase due to these additional costs because the adjusted contract value will not exceed the assessed value of the project. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. ELGIN, ILLINOIS PROJECT No. 337115 CHANGE ORDER No. 1 SCOPE: This Change Order No. 1 will provide additional items necessary to complete the Area III Special Assessment Project in an acceptable manner The general contractor for this project is Plote Companies, Inc. of Elgin, 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 Plote Companies, Inc. is $3,106,999.99. By reason of Change Order No. 1, the contract for the Area III Special Assessment Project will be increased in the amount of one hundred fifty-five-thousand sixty and 89/100 dollars ($155,060.89). The new contract amount, inclusive of Change Order No. 1 is three million two hundred sixty-two thousand sixty and 88/100 dollars ($3,262,060.88). r CHANGE ORDER No.! January 16, 1998 Page 2 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this day of , 1998. Recommended: ENGINEERING DIVISION By: .L.4 Title: Date: l - lE -y� Accepted: PLOTE COMPANIES, INC. Party of the Second Part (Contractor) By: CA-..--e4€,77‘6,- __ Title: --z-'.s cs Date: /-/ Approved: CITY OF ELGIN Party of the First Part (Owner) 4 By: Title: 7114xj., Date: z/3/9(r 'C.O. #1/Plote for Area III January 16, 1998 Page 2 FINANCIAL IMPACT Change Order No. 1 to the contract with Plote Companies Inc. is in the amount of $155, 060 . 89 . Of this amount, $27 ,432 . 89 represents the total of new pay items to be added to the contract. The remainder, $127 , 628 . 00 represents an increase to existing pay items . An increase to an existing pay item does not require a change order. However, because Plote Companies, Inc. have been paid up to the current awarded contract amount, these additional quantities need to be added so additional payments can be made to Plote. The revised contract amount would be $3, 262, 060. 88. Sufficient funds remain in the Area III Special Assessment budget to cover these additional costs . LEGAL IMPACT None. ALTERNATIVES None. RECOMMENDATION it is recommended that the Board of Local Improvements author- ize execution of Change Order No. 1 to the contract with Plote Companies Inc . in the amount of $155, 060 . 89 and request staff to prepare the necessary resolution. Respectfully submitted, David L. Lawry, P.E Director of Public rks J ce narker City Manager SP/do Attachment EXHIBIT A Pavia - Marting Letter of Recommendation � "" PAVIA-MARTING & CO. \",` 910 WEST LAKE STREET CONSULTING ENGINEERSq AND PLANNERS ` � ROSELLE, IL 60172-3352 CIVIL MUNICIPAL•TRAFFIC W.01.5VTRAFFIC SITE DESIGN•TRANSPORTATION let/;Z;, (630) 529-8000 • FAX 894-4910 'DESIGNING A BETTER TOMORROW January 16, 1998 City of Elgin 150 Dexter Elgin, IL 60120 Attn: Mr. Joe Evers City Engineer RE: ELGIN SPECIAL ASSESSMENT III CHANGE ORDER NO. 1 Ladies & Gentlemen: Enclosed for your consideration is Change Order No. 1 for the referenced project. The change is as follows: Awarded Contract $3,106,999.99 Additions/Deductions due to previous Change Orders $0.00 Addtions/Deductions due to this Change Order $155,060.89 ADJUSTED CONTRACT $3,262,060.88 This office has observed the work during construction and finds the work to be in substantial compliance with the plans and specifications. The circumstances which necessitate this Change Order were not reasonably foreseeable at the time the contract was signed. We recommend that the Mayor and City Council approve the Change Order to Plote/Allied Asphalt, 1100 Brandt Drive, Elgin, Illinois 60120, the amount of$155.045.70 as itemized on the attachment. If you have any questions or require further assistance, please contact our office at your convenience. Respectfully Submitted, PAVIA-MARTING & CO. AN ILLINOIS CORPORATION VILLAGE CONSULTING ENGINEERS i /.,G.IL) • David Medo Resident Engineer DM/Ifc Attachment cc: Randy Rathman - Plote, Inc. File #2526DS F:\DATA\WP\PROJECTS\2526DS\CHANGE.ORD1.wpd EXHIBIT B Change Order No. 1 ELGIN, ILLINOIS PROJECT No. 337115 CHANGE ORDER No. 1 SCOPE: This Change Order No. 1 will provide additional items necessary to complete the Area III Special Assessment Project in an acceptable manner The general contractor for this project is Plote Companies, Inc. of Elgin, 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 Plote Companies, Inc. is $3,106,999.99. By reason of Change Order No. 1, the contract for the Area III Special Assessment Project will be increased in the amount of one hundred fifty-five-thousand sixty and 89/100 dollars ($155,060.89). The new contract amount, inclusive of Change Order No. 1 is three million two hundred sixty-two thousand sixty and 88/100 dollars ($3,262,060.88). CHANGE ORDER No.1 January 16, 1998 Page 2 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this day of , 1998. Recommended: ENGINEERING/ DIVISION By: LL (..,-, fd.„*Z—_ Title:Date: I / g– 7'W Accepted: PLOTE COMPANIES, INC. Party of the Second Part (Contractor) Title: Date: /—/'/ —P:? Approved: CITY OF ELGIN Party of the First Part (Owner) By: Title: Date: ATTACHMENT A Change Order No. 1 - Revised Quantities ATTACHMENT 1 SUMMATION OF CHANGE ORDER #1 INFORMATION . AMOUNT ITEM DESCRIPTION OF WORK TO BE PERFORMED JUSTIFICATION FOR REQUESTING CHANGE ADDITIONS DEDUCTIONS NO. ORDER EARTH EXCAVATION Estimated bid quantity for removal and replacement of 3 2482 Cu Yd @ $8.00/CuYd unsuitable material was increased due to field $19,856.00 conditions. 5 TRENCH BACKFILL(SPECIAL) Estimated bid quantity was increased due to field $5,600.00 400 Cu Yd @ $14.00/Cu Yd conditions POROUS GRANULAR EMBANKMENT, SUBGRADE Estimated bid quantity for removal and replacement of 7 2482 Cu Yd @ $16.00/Cu Yd unsuitable material was increased due to field $39,712.00 conditions. ADJUSTING SANITARY SEWERS, 8"DIAMETER Estimated bid quantity was increased due to field 74 OR LESS conditions $62,460.00 1041 Ft @ $60.00/Ft PRECAST REINFORCED CONCRETE This item was included on plans but not on the 112 FLARRED END SECTIONS- 18" summary of quantities or proposal. $430.00 1 Each @ $430.00/Each GRATING FOR CONCRETE FLARED END SECTION This item was included on plans but not on the 113 18" summary of quantities or proposal. $290.00 1 Each @ $290.00/Each RESTRICTOR Restriction of storm water outfall at Sherwood and 114 1 Each @ $400.00/Each Trout Park was requested by the Department of $400.00 Conservation. SEWER/SEPTIC FIELD REPAIR Work was performed under a force account to repair a 115 1 L Sum @ $2417.89/L Sum septic field at 532 Glenwood Drive and a storm sewer $2,417.89 at Sherwood&Oakhill. 116 DETECTOR LOOP, COMPLETE Existing detector loops at Luda were removed during $2,000.00 2 Each @$1000.00/Each construction and needed to be replaced. PORTLAND CEMENT CONCRETE DRIVEWAY Original bid item for 6"pavament was increased to 8" 117 PAVEMENT, 8 INCH to elliminate potential dmage due to bus traffic. $7,140.00 255 Sq Yd @ $28.00/Sq Yd PAVEMENT PATCHING TEMPORARY Temporary bituminous patches were required by IDOT 118 61 Ton @ $90.00/Ton at all trenches until the permanent patches could be $5,490.00 constructed. 119 PAVEMENT PATCHING- PERMANENT Full depth patching (16"thick)was required by IDOT $9,265.00 109 Sq Yd @$85.00/Sq Yd at all trenches on IL RTE 25. TOTALS > $155,060.89 $0.00 " See support material as referenced by respective item number. NET CHANGE ORDER AMOUNT > $155,060.89 EXHIBIT C Contract Award Memorandum `ty°F ft.0 Agenda Item No. /!!! City of Elgin ?4 TEDFE�� • March 14 , 1997 TO: Board of Local Improvements FROM: Robert 0. Malm, Interim City Manager SUBJECT: Award of Contract for Area III Special Assessment Improvements PURPOSE The purpose of the memorandum is to provide the Board of Local Improvements with information to consider an award for the Area III Special Assessment Improvement project. BACKGROUND The Area III Special Assessment Improvements are included in the 1997 Budget. A sketch showing the limits of the project is included as Exhibit B. The project will include the construction of approximately 2 . 2 miles of residential streets . The work includes the road sub-base, final surface, curb and gutters (with ramps for handicap accessibility) , sidewalk replacement/extension, where needed, driveway approach replacement, street marking, signage, storm sewer, sanitary sewer repair and selected water main replacement. The bid package included a base bid and alternate. The alternate bid requested a bid price to investigate savings if the contractor would be paid for their work with general obligation bonds rather than issuing special assessment vouchers and special assessment bonds . The alternate did not produce a savings . The bids for the subject project were opened publicly by the Board of Local Improvements on March 12, 1997 . There were eight bidders for the project, with Plote, Inc . of Elgin, IL, submitting the low bid. Pavia Marting & Company, the firm providing engineering services, has reviewed the bid results and recommended Plote, Inc. for the project. Their recommendation as well as the bid tabulation sheet is attached as Exhibit C . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED Area III property owners . Award of Contract for Area III Special Assessment March 14 , 1997 Page 2 FINANCIAL IMPACT The bids received ranged from a high of $4 , 310, 249 . 35 to the low bid $3, 665, 874 . 50 submitted by Plote, Inc . The engineer' s estimate for the base bid is $3, 665, 874 . 50 . The project costs and funding for the project are outlined in Exhibit A. While project funding exceeds the contract award, it is suggested that any over-funding not be reprogrammed until the construction phase of the project is completed at the end of the year. LEGAL IMPACT None . ALTERNATIVES None. RECOMMENDATION It is recommended that the Board of Local Improvements award the contract for the subject project to Plote, Inc . in the amount of $3 , 106, 999 . 99 and direct Staff to execute the necessary contracts . Respectfully submitted, Ztiv(-`4 David L. Lawry, P.E. Director of Public Works A-44/ 0-/ / Robert 0. Malm Interim City Manager JE/do Attachments Exhibit A Project Funding AREA III SPECIAL ASSESSMENT 03/19/97 PROJECT FUNDING Account Number 395-0000.795.93-80 276-0000-791.93-80 275-0000-791.93-80 397-4000-795.93,41 397-4200-795 93-41 1995 G.O. Elgin River Elgin River Water Sewer Description Boat Lease Operating Operating Assessees Total Bond Fund Boat Fund Fund Capital Capital Project Number 395001 337115 337115 337115 337115 Special Assessment $280,000 $1,219,500 $1 000,000 $0 $0 $1,594,980 $4,094,480 y-# •1,#1:1-.i. +s,,. ':i a:;4T e;. ' ,i Ai E. ,,nom ';',4 ',.wi � % 4:• �✓ ':Ydixii '�:�",.'�.: i�,Y:,'�i-3. �..��: '��3� ,y'�. x; �S �l'r, _,t'.-..fit. .i:: » �.*Kt.s ��., � �i� ,l���.y /rlj"•J?�`�./�/r�/�• ' � .G.`i.�;,�/;rf3%.,'�',.`F'^*G.. rl�'aS.'�:y� &'s�ra�a�vi�Js,,..f .'rrYs .�. ,. „<r`, "}s1Y� ,. 1;�`�/5,..�� .s .,'�ffi/��. :�-.;f��,,. .� ,,.Y�:r�ah,.a..�aA"./T�"+�%` .,i Tots., f . ff/t:� 4,'c .//, Water Main $0 $0 $0 $420,000 �.'laeanls;,:,.::«,..deL ..�n �i ��i,s�i5rry�'�8.,'r1;+'".Fi�Vi�Efi%GL�.s�'E�>j , -, •. " �',.k..:'',f'£ $0. f3 . $0 $420 ,0 0.e�0 � ' ' tei'. l:a�f'i , t i.afh' '#/p,,,;. ,;r `,1� � 4/ < 7ii '��✓�"� r � � 4„.,It„/ , . :a� !� 40 ,��i�r�./i�H .�'%,r ��;%;/./., . , SanitarySewers $0 $0 $288,000 $0 $288,000 � � w�% n , c p". gN r> K+ryfC.: y�,�n;�y� aZ "ttl•f .n";Y_KJj�( R .v? 'nf' 'i � s ` :' 1� r �/ �.( . . �� ss"✓ r�. '. Total $280,000 $1,219,500 $1,000,000 $420,000 $288,000 $1,594,980 $4,802,480 Note 3 PROJECT COSTS Engineering Construction Inspection Contingency Legal Interest Total Special Assessment '.' $186,430 186,430 .. $2,582,394 $242,706 $.,'175,980 $221,734 $221,734 $3,630,978,97 8 Wms�.' � �"it, ;�"Y• v �,�a� %`N("4,6/ fxii: *4i, 0 / >N`p ' /a ( -* !i y /z%'0�ii�6,i .s�r:/i iVogatli Water Main $23,550 $322,039 $30,659 $22,412 $0 $0 $398,660 +� 'mk,'tii" :°.ti!��;. uy,7✓'� i'y✓.•,iy',;ii'..,.f <'`!r '.,.�''�J' b iiE'hr ./' �/i •ry •f< '/.'' ':#s' ..r� ,,s r 9,ik'j'x'•,,". .<<!? �'4N; �n3 ', 6:r.,?;ey�,'ss.. rp; r/.,:ri' '�,ce !0..sl.4,r �' i4 /s.k,,.0..'. 6rr�ro4. %'•G��`�,%, �4 '✓<* �f .,/a,E. 4/ 4: :Gj.' {y,� ''(.r,e, rk�. a.�v.✓r..7r l` ` s���.. ,, ii�.c;�.�' �S�..G-'Yw `'••- .�`f/lnrr,�?t��'�y,'i��.•.%,�Gf,,�`'/./��Rf�'f�. 9i,y/b.'/��i%.'�ai/..�i.'�•,,s'��.r�.�.ns.,.ss, .33-.�r�� � � �T�;�XR�."i�,7.;1��y��� "i'; ��,' :,,rf Sanitary Sewers $13,729 $202,567 $17,873 $13,060 $0 $0 $247,229 's'7' �i ;a i ,'r•'; y i yr.'y ^' rr "i eb, r 'e 'y. it 1 .r,> i S"o,'�,v�3 %f; ;�• 'f:.r/.Y.1���;`r,'�l�', �<Y•Js� � ,Cy ;�, � .,Rq -;0' ri' �,' i:, (' � U % 4Ni S�'�fs�,. 1�L+syyY ,��,,y±� ."3/f�J��pL{ 9 : :te oc " .�;l�f.;4 ''1i.1a83.�:G7i �4✓ <'y`!„vy' ..:.;41.., ',f44.:4,fp,. , . . ..'�''''lr� n' Y'y %:,;r' / sf'�Fik •i114, zic'w✓i3k #,Ilig..Z+ /.5� ,.is;zz6 Total $223,709 $3,107,000 $291,238 $211,452 $221,734 $221,734 $4,276,867 Note 1 Note 2 . Note 1 - NOTES: 1. The Engineering portion of the project is by agreement with Pavia Marting&Company 2/8/95 and the Inspection portion will be by Amendment#1 to this agreement. The inspection costs include: Construction Observation $252,238.00 Material Testing $29,300.00 Project Scheduling $8,900.00 Printing $800.00 Total $291,238.00 2. The Construction portion of the project will be a contract award to the lowest responsive bidder to the March 12, 1997 bid opening. 3. The original roll has been reduced as a result of review of the twenty-five residential corner lots and settlement of objections. , Original Roll Amount I $1,629,195.00 less 25 residential corner lot reductions $23,592.33 less settlement with two objectors $10,622.07 Assessees portion $1,594,980.60 Exhibit B Location Map • TROUT PARK ::; LUD . . I-{ w _ Lki ce'l ' 1.-j# _ _ _ STEWART' j AVE. a GLENWOOD I t- o) 0 U ( — PARKWAY AVE. ___/ l l' :\;;;, OAKHILL O I A T. 4 _ ELMA AVE. / I I I I I I I I o - U N o ST O O 3 rt W E a O O SPECIAL ASSESSMENT FORD AVE. `` S AREA 3 /ral NO SCALE LEGEND STREETS TO BE IMPROVED HARTWELLcc AVE. �.. LIMITS OF SPECIAL ASSESSMENT /c......SLU LOW AVE. • '3 CONGDON AVE. --7 1 I