Loading...
06-37 Resolution No. 06-37 RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH ARROW ROAD CONSTRUCTION FOR THE 2005 NEIGHBORHOOD RESURFACING LONGFORD/BORDEN RESURFACING PROJECT WHEREAS, the City of Elgin has heretofore entered into a contract with Arrow Road Construction for the 2005 Neighborhood Resurfacing-Longford/Borden Resurfacing Project,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 ELGIN,ILLINOIS,that Olufemi Folarin,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/Ed Schock Ed Schock, Mayor Presented: February 22, 2006 Adopted: February 22, 2006 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk ELGIN,ILLINOIS PROJECT 39907C CHANGE ORDER No. 1 and Final CONTRACT: 2005 Neighborhood Resurfacing—Longford/Borden Project SCOPE: This Change Order No. 1 and Final will provide additional items necessary to complete the 2005 Neighborhood Resurfacing—Longford/borden Project in an acceptable manner. This change order affects a contract entered into between the City of Elgin and Arrow Road Construction of Mt. Prospect, IL, an Illinois corporation, dated March 15, 2005 for the 2005 Neighborhood Resurfacing—Longford/Borden Project. REASONS FOR CHANGE: This Change Order No. 1 and Final is in the best interests of the City and is authorized by law. The necessity for the changes was unforeseen at the time of the original agreement, and the changes contemplated hereby are germane to the original agreement. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount the contract will be revised is as follows: See Attachment A The original contract with Arrow Road Construction is $539,455.95. By reason of Change Order No. 1 and Final, the contract for the 2005 Neighborhood Resurfacing—Longford/Borden Project will be increased in the amount of forty eight thousand nine hundred twenty two and 95/100 dollars ($48,922.25). The new and final contract amount, inclusive of Change Order No. 1 and Final is five hundred eighty eight thousand three hundred seventy eight and 20/100 dollars ($588,378.20). CHANGE ORDER No.! and Final January 11, 2006 Page 2 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this day of , 2006. Recommended: ENGINEERING DIVISION By: P Title: o o Date: /– it —o Accepted: ARROW ROAD CONSTRUCTION Party oft Second Part (C tractor) By: wt Title: Paji–L- 141/\) L` Date: J Approved: CITY OF ELGIN Party of the First Part.(Owner) By: `J - Title: Date: 1 0(o • City of Elgin 2005 Resurfacing-Longford/Borden Cook County Illinois City Cost Center 8482 Engineer's P yment Estimate • Estimate No. &Final From October 29,2005 to November 18,2005 Payable to: Arrow Road Construction Co. 3401 S Busse Road,P.O.Box 334 Mount Prospect,IL 60056 Total Completed Completed Item Awarded Contract Unit Added Deducted Completed Roadway Water Roadway Water Total No Description Unit Quantity Value Price Quantity Quantity Quantity Quantity Quantity Value Value Value 1 IL-19.0L,Bit• .nc Bind C1se(Low ESAL)Superpave,N30,Mix D Ton 4890 $ 149,634.00 $30.60 4795 4795 $146,727.00 $0.00 $146,727.00 2 Leveling Bin r(Hand Method) Ton 0 . $ - 0 $0.00 $0.00 $0.00 3 incidental Bi minous Surface. Ton 30 $ 2,727.00 $90.90 0 $0.00 $0.00 $0.00 4 IL-9.5L,Bit .nc Surf Cse(Low ESAL),Superpave,N30 Mix D Ton 3275 $ 104,636.25 $31.95 4006 4006 $127,991.70 $0.00 $127,991.70 5 Bituminous S rface Removal,Complete Sq Yd 26245 $ 89,233.00 $3.40 31112 31112 $105,780.80 $0.00 $105,780.80 6 Bituminous S rface Removal,Special Sq Yd 0 $ - 0 $0.00 $0.00 $0.00 7 Area ROI- • e Crack Control,System A Sq Yd 25385 $ 15,992.55 $0.63 25385 25385 $15,992.55 $0.00 $15,992.55 8 Bituminous erials,Prime Coat,SS-1 Gal 5000 $ 50.00 $0.01 0 $0.00 $0.00 $0.00 9 Combination urb&Gutter Removal Ln Ft 3850 $ 11,742.50 $3.05 4184 4184 $12,761.20 $0.00 $12,761.20 10 Combination :6.18 Curb&Gutter Ln Fl 3850 $ 46,777.50 $12.15 4072 4072 $49,474.80 $0.00 $49,474.80 11 Sidewalk Re oval Sq Ft 1720 $ 1,720.00 $1.00 5805 5805 $5,805.00 $0.00 $5,805.00 12 P.C.C.Side :1k,5" Sq Ft 1720 $ 5,246.00 $3.05 5094 5094 $15,536.70 $0.00 $15,536.70 13 P.C.C.Sidewalk,5"-Handicap Acesss(Red Stamped Concrete) Sq Ft 620 $ 4,402.00 $7.10 547 547 $3,883.70 $0.00 $3,883.70 14 Driveway Pa -men'Removal Sq Yd 175 $ 1,776.25 $10.15 48 48 $487.20 $0.00 $487.20 15 P.C.C.Drive ay Pavement,6" Sq Yd 175 $ 5,302.50 $30.30 48 48 $1,454.40 $0.00 $1,454.40 16 P.C.C.Drive .y Pavement,8" Sq Yd 0 $ - 0 $0.00 $0.00 $0.00 17 Monolithic Si.ewalk Removal Sq Ft 0 $ - 0 $0.00 $0.00 $0.00 18 P.C.C.Monol is Sidewalk Sq Ft 0 $ - 0 $0.00 $0.00 $0.00 19 Class X Con ete,Retaining Wall Cu Yd 0 $ - 0 $0.00 $0.00 $0.00 20 Maholes to b Adjusted Each 10 $ 3,030.00 $303.00 10 10 $3,030.00 $0.00 $3,030.00 21 Manholes to.e Reconstructed Each 2 $ 808.00 $404.00 3 3 $1,212.00 $0.00 $1,212.00 22 Catch Basins o be Adjusted Each 26 $ 5,252.00 $202.00 20 20 $4,040.00 $0.00 $4,040.00 23 Catch Basins .be Reconstructed Each 4 $ 1,616.00 $404.00 . 3 3 $1,212.00 $0.00 $1,212.00 24 Catch Basins o be Cleaned(Not Adj or Recon) Each 5 $ 1,515.00 $303.00 0 $0.00 $0.00 $0.00 25 Neenah R-17 2-C Fr with CI Lid.390 lbs/Concealed Pick Holes Each 20 $ 4,040.00 $202.00 18 18 $3,636.00 $0.00 $3,636.00 26 Neenah R-17 2-C Fr with Ty A Grate,390 lbs Each 2 $ 404.00 $202.00 4 4 $808.00 $0.00 $808.00 27 Neenah R-31 5/Ty A Frame/Open Box/410 lbs Each 30 $ 8,181.00 $272.70 21 21 $5,726.70 $0.00 $5,726.70 28 Neenah R-31 /Open Box/410 lbs Each 0 $ - 0 $0.00 $0.00 $0.00 29 Water Boxes o be Adjusted Each 25 $ 1,893.75 $75.75 2 2 $151.50 $0.00 $151.50 30 Domestic Wa=r Service,Lid Each 25 $ 505.00 $20.20 0 $0.00 $0.00 $0.00 31 Domestic Wa-r Service,Top Section Each 10 $ 505.00 $50.50 2 2 $101.00 $0.00 $101.00 32 Domestic Wa -r Service.Complete Each 5 $ 505.00 $101.00 0 $0.00 $0.00 $0.00 33 Sodding and upptemental Watering Sq Yd 2200 $ 14,520.00 $6.60 554 554 $3,656.40 $0.00 $3,656.40 34 Additional Su.plemental Watering-Sod Each 10 $ 1,515.00 $151.50 0 $0.00 $0.00 $0.00 35 Ductile Iron pi..-6" Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 36 Ductile iron F._-6" Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 37 Polyethene -p-6" Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 38 Polyethene -p-8' Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 39 5'Diameter V-Ive Vault Each 0 $ - 0 $0.00 $0.00 $0.00 40 Fire Hydrant t be Removed Each 0 $ - 0 $0.00 $0.00 $0.00 41 Fire Hydrant, omptate Each 0 $ - 0 $0.00 $0.00 $0.00 42 Ductile Iron Fi ings Lbs 0 $ - 0 $0.00 $0.00 $0.00 43 Near Side Wa er Service Each 0 $ - 0 $0.00 $0.00 $0.00 44 Far Side Wat=r Service Each 0 $ - 0 $0.00 $0.00 $0.00 45 Reconnect Ex Ing Water Service Each 0 $ - 0 $0.00 $0.00 $0.00 46 4"x 4"Pressu e Connection Each 0 $ - 0 $0.00 $0.00 $0.00 6. Item Awarded Contract Added Deducted Completed Roadway Water Roadway Water Total No Description Unit Quantity Quantity Quantity Quantity Quantity Quantity Value Value Value 47 6"x 6"Pr.ssure Connection Each 0 $ - 0 48 8"x 8"Pr ssure Connection Each 0 $ 0 $0.00 $0.00 $0.00 $0.00 $0.00 49 8"Gate :lye Each 0 $ - 0 $0.00 $0.00 $0.00 SO 6"Ductile Iron Pipe,Sanitary Ln Ft D $ - 0 $0.00 $0.00 $0.00 51 8"Ductile Iron Pipe,Sanitary Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 52 Catch Ba in,Ty A 4 Diameter Each 0 $ - 0 $0.00 $0.00 $0.00 53 12"DIP •orm Sewer Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 54 4"The .plastic Pavemenet Marking Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 55 6'The ,'plastic Pavemenet Marking Ln Ft 160 $ 280.00 $1.75 0 $0.00 $0.00 $0.00 56 12"The •.lastic Pavemenet Marking Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 57 24"The ••lastic Pavemenet Marking Ln Ft 200 $ 1,400.00 $7.00 0 $0.00 $0.00 $0.00 58 Thennopl:stic Pavement Marking Letters&Symbols Sq Ft 0 $ - 0 $0.00 $0.00 $0.00 59 Traffic • trot&Protection L Sum 1 $ 4,200.00 $4,200.00 1 1 $4,200.00 $0.00 $4,200.00 60 Supple :ntal Watering-Dust Control Unit 10 $ 950.00 $95.00 0 $0.00 $0.00 $0.00 61 Unsuitab Material,Rem&Rept,CA-1,100%Crushed Stone Ton 290 $ 290.00 $1.00 0 $0.00 $0.00 $0.00 62 Aggrega Base Course,6" Ton 0 $ 0 $0.00 $0.00 $0.00 63 Class"C"Patch-8" Sq Yd 0 $ • 0 $0.00 $0.00 $0.00 64 Class"D"Patch Sq Yd 800 $ 4,000.00 $5.00 216 216 $1,080.00 $0.00 $1,080.00 65 Pavemne Saw Cutting,Special Ln Ft 0 $ - 0 $0.00 $0.00 $0.00 66 Combing ion 86.12 Curb&Gutter Ln Ft 40 $ 606.00 $15.15 112 112 $1,696.80 $0.00 $1,696.80 67 5 Diamet•r Valve Vault-Valve Box Replacement Each 10 $ 44,200.00 $4,420.00 10 10 $0.00 $44,200.00 $44,200.00 68 Chicago 'treet Repairs L Sum 0 $ - $27,732.75 1 $27,732.75 $0.00 $27,732.75 Totals $ 539,455.30 Value on Completed Work $544,17820 $44,200.00 $588,378.20 • 0%Retainage 50.00 $0.00 $0.00 Total atue of Completed Work Less Retainage(0%) $544,17620 $44,200.00 $588,378.20 Miscellaneous Extras&Credits Miscellan ous Debits Value Payout#1 $81,061.56 $23,868.00 $104,929.56 Payout#2 $72,990.63 $15,912.00 $88,902.63 Payout#3 $163,797.48 $2,210.00 $166,007.48 Payout#4 $152,498.61 $0.00 $152,498.61 Net Arno t Due $73,829.92 $2,210.00 $76,039.92 y / O � (/n PPm ed Dated A '3Y.CI! 14- .2005 Resident Engineer r do ci /1 Appro ed w Dated -- 2pp(y Project Engineer OF foci City of E l g l n Agenda Item No E � �1 February 3, 2006 iiiij 0110 N TO: Mayor and Members of the City Council FINANCIALLY STABLE CITY GOVERNMENT EFFICIENT SERVICES, AND OUALITY INFRASTRUCTURE FROM: Olufemi Folarin, City Manager John Loete, Public Works Dire or SUBJECT: Change Order No. 1 and Final Payment for the 2005 Neighborhood Resurfacing— Longford/Borden Resurfacing Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider authorization of Change Order No. 1 and final payment for the subject project. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute Change Order No. 1 in the amount of$48,922.25 and authorize final payment to Arrow Road Construction in the amount of$76,039.92 for the 2005 Neighborhood Resurfacing— Longford/Borden Project. BACKGROUND On February 23, 2005, the City Council awarded the subject project to Arrow Road Construction. The project included, where necessary, the removal and replacement of curb and gutter, sidewalk and pavement base repair. The existing pavement was ground out and replaced with 5 inches of new bituminous asphalt. The project improved approximately 1.37 miles of roadway. Construction began August 1, 2005 and was complete by October 30, 2005. Change Order No. 1 ($48,922.25) will add one new contract pay item ($27,732.75) and provide additional quantities to several existing contract pay items ($21,189.50). The new contract pay item is for repairs to W. Chicago St.just west of State St. These repairs were needed as a result of a water main break that caused extensive damage to the pavement. The required repairs included complete removal of the existing roadway surface and base. The scope of repairs went beyond the capabilities of equipment the City has available and thus an outside contractor was needed to complete the work. 2005 Longford/Borden Resurfacing Project February 3, 2006 Page 2 The additional quantity to existing contract pay items is for the repaving of Woodland Ave. from W. Chicago St. to Larkin Ave. The asphalt surface on this street was in very poor condition and in need of repair. Because the street is the main route north of the new Fire Station No. 6, it was decided to resurface this street in 2005 and add the work to the subject project. A copy of Change Order No. 1 is attached as Exhibit A. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT Change Order No. 1 totals $48,922.25. The final contract with Arrow Road Construction is as follows: Original Contract Amount: $ 539,455.95 Change Order No. 1: $ 48,922.25 Final Contract: $ 588,378.20 Payments made to date: $ 512,338.28 Final payment: $ 76,039.92 A copy of the final payment estimate is attached as Exhibit B. The final accounting for project number 39907B is as follows: Street Water Budget $ 593,600.00 $ 45,000.00 Final Contract $ 516,445.45 $ 71,932.75 Consultant Services 52,000.00 --- Material Testing 3,610.00 --- Bid Advertising 253.90 --- Cash Receipts (1,271.00) --- Total Expenditures $ 571,038.35 $ 71,932.75 Balance Remaining $ (22,561.65) $ (26,932.75) Funds are available from the Water Portion of the 1999 General Obligation Bond Fund, account * number 399-4000-795.93-41, "Distribution System Upgrades", project number 39907A, "2005 2005 Longford/Borden Resurfacing Project February 3, 2006 Page 3 Neighborhood Resurfacing-Woodview/Poplar" in the amount of $29,426.00 to fund the repairs to W. Chicago St. In addition, unused funds in the amount of$26,839.80 are available from the Riverboat Fund, account number 275-0000-791.93-80, "Public Ways", project number 39907A, "2005 Neighborhood Resurfacing-Woodview/Poplar" to fund the balance of the shortage to the Street portion of the contract. LEGAL IMPACT None ALTERNATIVES 1. Approve Change Order No. 1 and Final Payment. 2. Do not approve Change Order No. 1 and Final Payment. Respectfully submitted for Council consideration. JL/od Attachments