Loading...
08-309 Resolution No. 08-309 RESOLUTION APPROVING CHANGE ORDER NO. 1 AND FINAL IN THE CONTRACT WITH COPENHAVER CONSTRUCTION FOR ENTRY CORRIDOR IMPROVEMENTS (Illinois Route 25 and Interstate 90) WHEREAS, the City of Elgin has heretofore entered into a contract with Copenhaver Construction for entry corridor improvements at Illinois Route 25 and Interstate 90; and WHEREAS, it is necessary and desirable to modify the terms of the contract as is described in Change Order No. 1 and Final, 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 and Final,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: December 17, 2008 Adopted: December 17, 2008 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk City of Elgin Chanq_e Order ELGIN,ILLINOIS PROJECT 209573 CHANGE ORDER No. I AND FINAL CONTRACT:Median Improvements IL25,I-90 to Trout Park Boulevard (07-009) SCOPE:The Contract amount shall be increase by$150,632.30 to include the cost of additional improvements to the IL RT 25 project. The work added is work requested by the City of Elgin or work necessary to meet field conditions encountered. A tabulation of individual costs and supporting documentation follow this page. REASONS FOR CHANGE.: 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: [State whether contract is being amended as to cost.If the subject contract is being amended as to scope and cost,briefly describe the scope of changes.] ORIGINAL CONTRACT AMOUNT. $492,494.00 CHANGE ORDER No. 1 Please see the attached tabulation for descriptions and associated costs of work included in Change Order No. 1 AND FINAL. TOTAL FOR CHANGE ORDER NO. 1: ADD $150,632.30 PREVIOUS CHANGE ORDER(S): Change Order No.N/A $0.00 TOTAL OF PREVIOUS CHANGE ORDERS: ADD $0.00 TOTAL REVISED CONTRACT AMOUNT: $643,126.30 The original amount of the contract with Copenhaver Construction is$492,494.00. Change Order No. 1 AND FINAL will increase the original contract amount by a total of$150,632.30,that sum representing thirty and one-half percent(30.5%) of the original contract amount.The new contract amount,inclusive of all change orders is$643,126.30. OTHER CONTRACT PROVISIONS:All other contract provisions remain the same. CA E ORDER Noi I AND.FINAL [INSERT DATE FROM COW 1XM0j Agreedtothis 25'h day of g"', '2009, Reeoi=en bar: Department of.Public Work $y: oe E er title:, City Ezs tie r S ;attiir : �rt�bar: Cepenhaver Can ► Qn hrtyofthe Second Pact(Cxm ear) Title: President Date: c� Approved by* Siu�ature; CITY OF ELGIN Party of the First Part(Owner) By--Qlmfenii E qlarin- 11itle., City tvfer Dale: Signature: �';.1.egeE C?�p??.formS"iG6�dB�f3d•� CHANGE ORDER #1 Project: Median Improvements IL25(Dundee Avenue) 1.90 to Trout Park Boulevard Contractor.Copenhaver L'onstruction ,121 Center Dr ,00berts,IL,60136 Item No. Descripbon of Work/Reason for Work Value of Added Work Traffic control was added to the Illinois Tollway 1-90 exit/entrance ramp at IL RT 25. The Tollway reviewed and accepted the plans submitted during permitting,including traffic control plans. When work began,the Tollway 1 required that significant modification be made to the Traffic Control plan or the permit would be rescinded. $ 29,398.97 Extra traffic oontroi work consisted of temporary concrete barrier wall,barricades,signing,arrow boards, striping and maintenance/monitoring of the devices. This work was performed on a force account(T&M) basls_ 2 A sewer pipe that was unknown to exist during the design process was encountered during excavation for $ 2,611.58 planter curb foundation wall. The wall needed to be modified and constructed as a structural"beam"to carry the load of the planter curb over the sewer pipe. This work was performed on a force account(T&M)basis. 3 Sewer structure frames were found to be at elevations that did not meet the new improvements_ The frames $ 1,379.21 needed to be adjusted to match new work. This work was performed on a force account &M basis. Landscaped medians were modified to add drainage at the request of the Landscape architect The medians 4 had no outflow capacity. Drainage pipes were augured beneath existing pavements to flow to existing $ 9,660.00 drainage ditches. A total of 161 LF of pipe was installed'under an existing contract unit price for 6"galvanized A valve and valve housing for the landscape irrigation system were added as a requirement of the City of Elgin 5 Water Department The valve and housing were installed at an agreed upon and recommended lump sum $ 446.00 unit rice_ Concrete headwalls were required at drainage pipes which drain into existing ditch lines. The headwalls were 8 required to control erosion in re-shaped ditches. The headwalls were installed at an agreed upon and $ 840.00 recommended lump sum unit price. Additional precast concrete planter curb was added to construct median planters to conform with actual 7 lengths and slopes of median encountered in the field. The work required added set up and manufacturing $ 9,171.54 costs by the suppliers and re-mobilization by the contractors. This work was performed on a force account &M basis. Traffic signal handholes required adjustment due to regrading of roadway embankment The work included restoration of brick pavers and landscaping. The regrading was a result of curb and gutter added to the 8 outside edges of IL RT 25 at the request of the City of Elgin. The handholes were adjusted at agreed upon $ 5,000.00 and recommended lump sum unit prices. Total Value= 2EA x$1 1001EA + 2EA x$1 4001EA =$5.000M. The south nose of the IL RT 25 center median will be reconstructed in a"stepped"and round construction method. The nose was previously constructed in a"sloped an straight method. The finished look of the 9 median rose is unacceptable to the City of Elgin. The reconstruction will include removal of the existing nose $ 12,400.00 and manufacture and installation of new precast curbs at the nose. The nose will be reconstructed at an a reed u on and recommended lump sum unit price. Existing aggregate shoulders at the outside edges of IL RT 25 were removed and replaced with concrete curb and gutter at the request of the City of Elgin. The work was added to upgrade the rural pavement section to 10 an urban pavement section. The work included removal of existing aggregate,excavation for curb and gutter, $ 79,875.00 curb and gutter placement,reshaping slopes and ditches behind the curbs and restoration. The work was performed at agreed upon and recommended unit prices. 11 Plantings supplied by Copenhaver Construction required insecticide application for aphid infestation. The $ (150.00) work was performed by a City of Elgin contractor(Tru Green-Invoice#624343)due to licensing requirements. The cost of the insecticide application will be deducted from pay due to Copenhaver Construction. TOTAL RECOMMENDED VALUE OF ALL CHANGES:J $ 150,632.30 PERCENT OF CHANGE FROM ORIGINAL CONTRACT PRICE:J 30.5% City of Elgin Change Order ELGIN,ILLINOIS PROJECT 209573 CHANGE ORDER No. I AND FINAL CONTRACT:Median Improvements IL25,1-90 to Trout Park Boulevard(07-009) SCOPE:The Contract amount shall be increase by$150,632.30 to include the cost of additional improvements to the IL RT 25 project. The work added is work requested by the City of Elgin or work necessary to meet field conditions encountered. A tabulation of individual costs and supporting documentation follow this page. REASONS FOR CHANGE: 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: [State whether contract is being amended as to cost.If the subject contract is being amended as to scope and cost,briefly describe the scope of changes.] ORIGINAL CONTRACT AMOUNT: $492,494.00 CHANGE ORDER No. 1 Please see the attached tabulation for descriptions and associated costs of work included in Change Order No. 1 AND FINAL. TOTAL FOR CHANGE ORDER NO. 1: ADD $150,632.30 PREVIOUS CHANGE ORDER(S): Change Order No.N/A $0.00 TOTAL OF PREVIOUS CHANGE ORDERS: ADD $0.00 TOTAL REVISED CONTRACT AMOUNT: $643,126.30 The original amount of the contract with Copenhaver Construction is$492,494.00. Change Order No, 1 AND FINAL will increase the original contract amount by a total of$150,632.30,that sum representing thirty and one-half percent(30.5%)of the original contract amount.The new contract amount,inclusive of all change orders is$643,126.30. OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. CHANGE ORDER Noe I AND FINAL [INSERT DATEFROM COW MYM(>] Agreed to this 25h deny o -MAW ,2009,. Reco TOIlended by: Deep.-tment of.public Work itl8: CityE'n Date: Si _. Accepted bit: Copenhaver Cou on Party of tie Second Put(firmtraetor) Title: President Dane: Approved by: MY OF ELGIN Party of the First Part(Owner) V;Q1uL ni nrin Title:Qijytvi _ Date; ec,e rr� b I aoo 8' �ignatura: .�� F`-!l:e�E�?zp�+,thrms'�G6aa�,r 4,d CHANGE ORDER #1 F Project: Median Improvements 7125{Dundee Avenue) 1.90 to Trout Park Boulevard Contractor.Copenhaver Construction i2T Center Dr ,Gf7berts,IL,60736 Item No. DesCriotion of Work/Reason for Work Value of Added Work Traffic contra)was added to the Illinois Tollway 1-90 exittentrance ramp at IL RT 25. The Tollway reviewed and accepted the plans subrriltted during permitting including traffic control plans. When work began,the Tollway 1 required that sig nificant modification:be made to the Traffic Control plan or the permit would be rescinded. $ 29,398.97 Extra traffic control work consisted of temporary concrete.barrier wall,barricades,signing,arrow boards, striping and maintenance/monitoring of the devices. This work was performed an a force account(T&M) basis. 2 A sewer pipe that was unknown to exist during the design process was encountered during excavation for $ 2,611.58 planter curb foundation wall. The wall needed to be modified and constructed as a structural"beam'to carry the load of the planter curb over the sewer pipe. This work was performed on a force account(T&M)basis. a Sewer structure frames were found to be at elevations that did not meet the new improvements_ The frames $ 1,379.21 needed to be adjusted to match new work. This work was performed on a force account &M basis. Landscaped medians were modified to add.drainage at the request of the Landscape Architect The medians d had no outflow capacity. Drainage pipes were augured beneath existing pavements to flow to existing $ 9,660.00 drainage ditches. A total of 161 LF of pipe was instafled'under an existing contract unit price for 6"galvanized A valve and valve housing for the landscape irrigation system were added as a requirement of the City of Elgin 6 Water Department The valve and housing were installed at an agreed upon and recommended lump sum $ 446:00 unit rice_ Concrete headwalls were required at drainage pipes which drain into existing ditch lines. The headwalls were 5 required to control erosion in reshaped ditches. The headwalls were installed at an agreed upon and $ 840.00 recommended lump star unit price. Additional precast concrete planter curb was added to construct median planters to conform with actual y lengths and slopes of median encountered in the field. The work required added set tip and manufacturing $ 9,171.54 costs by the suppliers and re-mobilization by the contractors_ This work was performed on a force account & basis. Traffic signal handholes required adjustment due to regrading of roadway embankment The work included restoration of brick pavers and landscaping. The regrading was a result of curb and gutter added to the 8 outside edges of IL RT 25 at the request of the City of Elgin. The handholes were adjusted at agreed upon $ 5,000.00 and recommended lump sum unit prices. Total Value= 2EAx$1.100/EA)+(2EA x$1 4001EA =$5,000.00. The south nose of the IL RT 25 center median will be reconstructed in a"stepped"and round construction method. The nose was previously constructed in a"sloped"an straight method. The finished look of the e median nose is unacceptable to the City of Elgin. The reconstruction will include removal of the existing rose $ 12,400.00 and manufacture and Installation of new precast curbs at the nose. The nose will be reconstructed at an agreed upon and recommended lump sum unit price. Existing aggregate shoulders at the outside edges of IL RT 25 were removed and replaced with concrete curb and gutter at the request of the City of Elgin. The work was added to upgrade the rural pavement section to 10 an urban pavement section. The work included removal of existing aggregate,excavation for curb and gutter, $ 79.875.00 curb and gutter placement,reshaping slopes and ditches behind the curbs and restoration. The work was performed at agreed upon and recommended unit prices. 11 Plantings supplied by Copenhaver Construction required insecticide application for aphid infestation. The $ (150.00) work was performed by a City of Elgin contractor(Tru Green-Invoice#624343)due to licensing requirements. The cost ouf the insecticide application will be deducted from pay due to Copenhaver Construction. TOTAL RECOMMENDED VALUE OF ALL CHANGES:J $ 150,632.30 PERCENT OF CHANGE FROM ORIGINAL CONTRACT PRICE:1 30.5% November 26, 2008 TO: Mayor and Members of the City Council FROM: Olufemi Folarin, City Manager Joseph Evers, P.E., City Engineer SUBJECT: Change Order No. 1 and Final with Copenhaver Construction for the Entry Corridor Improvements at Illinois Route 25 at Interstate 90 PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider Change Order No. 1 and Final for the Entry Corridor Improvements Project at the Intersection of Illinois Route 25 (Dundee Avenue) at Interstate 90 (Northwest Tollway). RECOMMENDATION It is recommended that the City Council approve Change Order No. 1 and Final with Copenhaver Construction, Inc. for Entry Corridor Improvements Project at the intersection of Illinois Route 25 (Dundee Avenue) at Interstate 90 (Northwest Tollway) in the amount of$150,632.30, with a final contract value of$643,126.30. BACKGROUND On April 25, 2007, the City Council awarded the first Entry Corridor Improvement project to Copenhaver Construction. The subject project provided for installation of streetscape elements on the medians at the Dundee Avenue/I90 intersection. The initial construction was completed in October 2007. After the project was completed the City decided that the finish product needed additional work. The additional work requested by the City included removal of an existing gravel shoulder and replacement with curb and gutter on both sides of Illinois Route 25 from Trout Park Boulevard to the Tollway bridge crossing, modification of the south end of the completed planter located south of the Tollway ramp and remobilization. The Illinois Tollway Authority required additional traffic control that was not part of the bid documents and was not initially required. That additional work is also included with this Change Order No. 1,which is attached. Change Order No. 1 and Final for Entry Corridor Improvement at Route 25 and I-90 November 26, 2008 Page 2 COMMUNITY GROUPSANTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The change order with Copenhaver Construction will total $150,632.30. A total of$2.52 million was budgeted for the project with $2.367 million spent/encumbered to date. There is sufficient funding remaining, approximately $155,000, in project number 299502, account number 275- 0000-791.92-30 (Riverboat Fund- Entry Corridor Improvements) to pay the change order. The revised contract with Copenhaver Construction will now total $643,126.30. LEGALIMPACT None ALTERNATIVES 1. The City Council may choose to approve the Change Order Number 1 with Copenhaver Construction. 2. The City Council may choose to reject the Change Order Number I with Copenhaver Construction. Respectfully submitted for Council consideration. JE/do Attachment of Elgin Memorandum City Date: December 22, 2008 To: Joe Evers, City Engineer From: Jennifer Quinton, Deputy City Clerk Subject: Resolution No. 08-309, Regarding Change Order No. 1 and Final with Copenhaver Construction for entry corridor improvements (Rt. 25 and I-90) Enclosed please find the above referenced agreement. Please distribute to the appropriate parties and if needed,retain a copy for your records. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you.