HomeMy WebLinkAbout24-161 Resolution No. 24-161
RESOLUTION
AUTHORIZING EXECUTION OF A CHANGE ORDER NO. 2 AND FINAL WITH RAY'S
ELECTRICAL SERVICE, LLC AND TOM'S PLUMBING, INC. FOR THE YEAR 2 LEAD
SERVICE LINE REPLACEMENT PROGRAM—CONTRACT D (EMERGENCY REPAIRS)
(BID NO. 23-014)
WHEREAS,the City of Elgin has heretofore entered into a contract with Ray's Electrical
Service, LLC and Tom's Plumbing, Inc. for the year 2 lead service line replacement program —
contract D(emergency repairs)(Bid No. 23-014);and
WHEREAS,it is necessary and desirable to modify the terms of the contract as is described
in Change Order No. 2 and Final attached hereto.
NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ELGIN,ILLINOIS,that Richard G.Kozal,City Manager,be and is hereby authorized and directed
to execute Change Order No. 2 and Final, a copy of which is attached hereto and made a part
hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: June 26, 2024
Adopted: June 26,2024
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
OF ce
obelk;�
City of Elgin Change Order
ELGIN,ILLINOIS
PROJECT#Bid No. 23-014
CHANGE ORDER No.2 and Final
CONTRACT: Year 2 Lead Service Line Replacement Program—Contract D(Emergency Repairs) (Bid
No. 23-014)
SCOPE: The Year 2 Lead Service Line Replacement Program—Contract D project has been completed
and final quantities are known. Change Order No. 2 and Final is the balancing change order to document
the final construction value.
REASONS FOR CHANGE:
The circumstances said to necessitate the change in performance were not reasonably foreseeable at the
time the contract was signed; the change is germane to the original contract as signed; and the change
order is in the best interests of the City of Elgin and is authorized by law.
SUMMARY OF CHANGES IN CONTRACT AMOUNT:
ORIGINAL CONTRACT AMOUNT: $884,973.00
CHANGE ORDER No. 2
SEE ATTACHMENT
TOTAL FOR CHANGE ORDER NO.2 AND FINAL: SUBTRACT $320,341.04
PREVIOUS CHANGE ORDER(S):
Change Order No. 1 N/A
TOTAL OF PREVIOUS CHANGE ORDERS: N/A
TOTAL REVISED CONTRACT AMOUNT: $564,631.96
The original amount of the contract with Ray's Electrical and Tom's and Tom's Plumbing is
$884,973.00. Change Order No. 1 did not change the contract amount. Change Order No. 2 will
decrease the contract amount by a total of $320,341.04, that sum representing 36% of the original
contract amount. The final contract amount,inclusive of all change orders is$564,631.96.
OTHER CONTRACT PROVISIONS: All other contract provisions remain thc same.
CHANGE ORDER No.2 AND FINAL
Agreed to this 26 day of_ June ,2024.
Recommended by:
Water Department
By: Nora Bertram
Title: Water Director
Date: 4 I sll
Signature:
Engineering Enterprises, Inc.
Party of the Second Part(Engineer)
By: Julie A. Morison, P.E.
Title: Vice President
Date: 5/30/24
Signature: �t,L ,\ (�w
Accepted by:
Ray's Electrical Service LLC(Joint Venture)
Party of the Sesund Pa .Contractor) / I
By: � y`r �� a t�Jl w
Title: - zr.-,3 Wk
Date: - /3/2 `f
Signature: r1`'C. _,7 - -_
Tom's Plumbing Inc.(Joint Venture)
Party of the Second Part(Contractor)
By: 01: of C 44'u.. — —
Title: to,Aar" 1 N4S 4 ,.r-
Date: 4I/ y/ZY
Signature: _ _
Approved by:
CITY OF ELGIN
Party of the First Part(Owner)
By: Richard G. Kozal
Title: City Manager
Date: Jun 24
Signature: __ L —
CHANGE ORDER NO.2 AND FINAL
YEAR 2 LEAD SERVICE UNE REPLACEMENT PROGRAM-CONTRACT D
CITY OF ELGIN
REM NO. ITEMS UNITCONTRACT EtNAL. MIT PRICE ADDITIONS DEDUCTIONS
QUANTITY QUANTITY QUANTITY COST QUANTITY COST
1 CONTRACTOR RESIDENT COORDINATION EACH 00 5 200.00 7 $ 1,400.00
2 PRIVATE UTILITY LOCATE EACH 60 5 200.00 9 $ 1,800.00
3 `TREE ROOT PRUNING EACH 1 5 1,500.00 1 $ 1.500.00
4 TREE REMOVAL(6-15 UNIT DIAMETER) UNIT 15 $ 375.00 15 $ 5.625.00
5 TREE REMOVAL(15.UNIT DIAMETER) - _ UNIT 20 5 1,000.00 20 $ 20.000.00
6 REPLACEMENT TREE EACH 1 ? _5 3,500.00 1 $ 3.500.00
7 ASBESTOS ABATEMENT EACH 5 0 $ 2,500.00 5 $ 12,500.00
8 SELECT GRANULAR BACKFILL CY 500 64.2 5 7.00 435.8 $ 3,050.60
9 WATER SERVICE CONNECTION AT B-BOX EACH 55 53 $ 3.710.00 2 5 7,420.00
10 WATER SERVICE CONNECTION AT MAIN-1' EACH 4 1 $ 3,500.00 4 5 14,000.00
11 WATER SERVICE CONNECTION AT MAIN-2' EACH I a $ 3,500.00 1 5 3,500.00
12 TAPPING SADDLE,4' EACH 1 1 5 500.00
13 TAPPING SADDLE.8' EACH 1 0 $ 500.00 1 $ 500.00
14 TAPPING SADDLE.8' EACH 1 0 $ 500.00 1 $ 500.00
15 TAPPING SADDLE,12' EACH 1 0 5 700.00 1 $ 700.00
16 TAPPING SADDLE,16' EACH 1 0 5 800.00 1 $ 800.00
17 WATER SERVICE PIPE INSTALLATION,TYPE K,1-INCH LF 3,150 2.544.5 5 20.00 _ 605.5 5 12,110.00
18 WATER SERVICE PIPE INSTALLATION.TYPE K.2-INCH LF 50 12 5 180.00 -� 38 $ 8,840.00
19 WATER SERVICE CONNECTION AT METER EACH 60 53 $ 3.400.00 7 $ 23.800.00
20 WATER SERVICE PIPE INSTALLATION.TYPE l 1-INCH LF 10 'i $ 30.00 1 $ 30.00
21 WATER SERVICE PIPE INSTALLATION.TYPE L 3/4-INCH IF 30 51 $ 30.00 20 $ 800.00
22 -GROUNDING EACH 5 0 $ 1200.00 5 5 8,000.00
23 SANITARY SEWER REPAIR EACH 5 0 $ 7,000.00 5 5 35,000.00
24 PCC SIDEWALK REMOVAL SF 1,500 385.5 $ 20.00 1,134.5 $ 22,690.00
25 PCC SIDEWALK REPLACEMENT 6' SF 1,500 0 5 48.00 1,500 $ 72,000.00
26 COMBINED CURB AND GUTTER REMOVAL LF 150 0 5 50.00 150 $ 7.500.00
27 COMBINED CURB AND GUTTER REPLACEMENT IF 150 7 $ 150.00 150 $ 22.500.00
28 HOT MIX ASPHALT PAVEMENT REMOVAL SY 60 :56 5 20.00 59.34 $ 1,186.80
29 HOT MIX ASPHALT PAVEMENT PATCH,4-INCH SY 12 $ 120.00 12 $ 1.440.00
30 HOT MIX ASPHALT PAVEMENT PATCH.6-INCH SY 12 $ 135.00 12 $ 1.620.00
31 HOT MIX ASPHALT PAVEMENT PATCH.8-iNCH SY 36 $ 165.00 36 $ 5,940.00
32 PCC DRIVEWAY REMOVAL SY 60 0 $ 100.00 60 $ 6,000.00
33 PCC DRIVEWAY REPLACEMENT SY 60 0 $ 145.80 80 $ 8,748.00
34 HMA DRIVEWAY REMOVAL SY 24 0 $ 50.00 24 $ 1,200.00
35 HMA DRIVEWAY REPLACEMENT SY 24 0 5 175.00 24 $ 4,200.00
36 NON-SPECIAL.NON-HAZARDOUS WASTE DISPOSAL TON 10 0 $ 350.00 10 $ 3.500,00
37 TRAFFIC CONTROL AND PROTECTION LS 1 1 07 $ 80.000.00 0.13 $ 10.868.79
38 DUST CONTROL-MECHANICAL SWEEPING EACH 5 0 5 1,000.00 5 +5 5.000.00
39 RESTORATION-SODDING,SPECIAL SY 50 _ 0 5 45.00 50 5 2,250.00
40 RESTORATION-SEED AND BIAMLET SY 1,000 69.45 $ /8.00 930.55 $ 18.749.90
41 SUPPLEMENTAL WATERING UNIT 2 0 $ 250.00 2 $ 500.00
DERMIT FEES .. C 55 5 80.00 55 $ 4,400.00
30 DUPAGE CT(TIME AND MATERIALS) C $ ".02 1 $ 7,534.82 _
47 DUPAGE CT(TIME AND MATERIALS) C 7 :i3 1 $ 21,271.23
TOTAL ADDITIONS■ $ 33,996.05
TOTAL DEDUCTIONS• $ (354,237.09j
ORIGINAL CONTRACT PRICE: 5 884,973.00
CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDER(S): $ 884.973.00
AMOUNT OF CURRENT CHANGE ORDER: S (320,341.04)
-
FINAL CONTRACT PRICE: $ 584,431.0S