Loading...
HomeMy WebLinkAbout24-196 Resolution No. 24-196 RESOLUTION AUTHORIZING EXECUTION OF A CHANGE ORDER NO. 2 WITH IHC CONSTRUCTION COMPANIES, LLC FOR THE LEAD SERVICE LINE REPLACEMENT PROGRAM — CONTRACT C (BID NO. 23-013) WHEREAS,the City of Elgin has heretofore entered into a contract with IHC Construction Companies, LLC for the Lead Service Line Replacement Program—Contract C (Bid No. 23-013); and WHEREAS, it is necessary and desirable to modify the terms of the contract as is described in Change Order No. 2 attached hereto; and WHEREAS,that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city. 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, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: August 28, 2024 Adopted: August 28, 2024 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/ Kimberly Dewis Kimberly Dewis, City Clerk `0OFF(c.„ City of Elgin Change Order lip 1,10 ELGIN, ILLINOIS PROJECT 23-013 CHANGE ORDER No. 2 CONTRACT: Year 2 Lead Service Line Replacement Program—Contract C (Bid No. 23-013) SCOPE:The Year 2 Lead Service Line Replacement Program—Contract C project has been completed and final quantities are now known. REASONS FOR CHANGE: Change Order No. 2 and Final is the balancing change order to document the final construction value. 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: $1,463,116.00 CHANGE ORDER NO. 2 SEE ATTACHMENT TOTAL FOR CHANGE ORDER NO. 2: SUBTRACT $148,666.82 PREVIOUS CHANGE ORDER(S): Change Order No. 1 ADD $650,000.00 TOTAL OF PREVIOUS CHANGE ORDERS: ADD $650,000.00 TOTAL REVISED CONTRACT AMOUNT: $1,964,449.18 The original amount of the contract with IHC Construction Companies is $1,463,116.00. Change Order No. 1 increased the original contract amount by a total of$650,000.00. Change Order No. 2 decreases the contract amount by a total of$148,666.82,that sum representing 10%of the original contract amount.The new contract amount, inclusive of all change orders, is $1,964,449.18. OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. CHANGE ORDER No. 2 Agreed to this 28 day of August , 2024. Recommended by: Water Department By: Nora Bertram _ Title: Water Director Date: d711 ( Z`1 Signature: 1-er— Engineering Enterprises,Inc. Party of the Second Part(Engineer) By: Julie A.Morrison, P.E. Title: Vice President Date: 8/15/24 ,y` Signature: .. Accepted by: IHC Construction Companies LLC Party of the Second Part(Contractor) By: Walter P.Dwyer Title: Chief Operating Officer Date: 08/15/2024 aywy,gnea by Walter P.D+ryer si ature: Walter P. Dwyer n4erna lhcc"C MnstructwnCos gn LLC,ou,lmiwdwyerPfxconmuctmn com. Date 262W e. 12:2T1/WA Approved by: CITY OF ELGIN Party of the First Part(Owner) By: Richard G. Kozal _ __ Title: City Manager Date: Au: 24 . Signature: CHANGE ORDER NO.2 AND FINAL YEAR 2 LEAD SERVICE LINE REPLACEMENT PROGRAM-CONTRACT C CITY OF ELGIN ITEM NO. ITEMS UNIT CONTRACT ADJUSTED UNIT PRICE ADDITIONS DEDUCTIONS QUANTITY QUANTITY QUANTITY COST QUANTITY COST 1 CONTRACTOR RESIDENT COORDINATION EA 88 193 $ 250.00 105 $ 26.250.00 $ - 2 PRIVATE UTILITY LOCATE EA 88 208 $ 345.00 120 $ 41,400.00 $ - 3 TREE ROOT PRUNING EA 10 2 $ 145.00 $ - 8 $ 1.160.00 4 TREE REMOVAL(6-15 UNIT DIAMETER) UNIT 30 0 $ 53.00 $ - 30 $ 1.590.00 5 TREE REMOVAL(15+UNIT DIAMETER) UNIT 40 0 S 86.00 $ - 40 $ 3.440.00 6 REPLACEMENT TREE EA 5 0 $ 725.00 S - 5 $ 3.625.00 7 ASBESTOS ABATEMENT EA 10 0 $ 13.172.00 $ - 10 $ 131.720.00 8 SELECT GRANULAR BACKFILL CY 1330 1281.21 $ 100.00 $ - 48.79 $ 4.879.00 9 POTHOLE EXISTING WATER SERVICE EA 88 35 $ 710.00 $ - 53 $ 37.630.00 10 WATER SERVICE CONNECTION AT B-BOX EA 10 60 $ 3.326.00 50 $ 166.300.00 $ - 11 WATER SERVICE CONNECTION AT MAIN-1' EA 88 135 $ 3.708.00 47 $ 174.276.00 $ - 12 WATER SERVICE CONNECTION AT MAIN-2' EA 5 0 $ 5.350.00 $ - 5 $ 26.750.00 13 TAPPING SADDLE.4" EA 13 24 $ 741.00 11 $ 8,151.00 $ - 14 TAPPING SADDLE.6" EA 53 0 $ 751.00 $ - 53 $ 39.803.00 15 TAPPING SADDLE,8" EA 14 0 $ 870.00 $ - 14 $ 12.180.00 16 TAPPING SADDLE,12' EA 4 0 $ 890.00 $ - 4 $ 3.560.00 17 TAPPING SADDLE,16" EA 4 0 $ 1.034.00 $ - 4 $ 4.136.00 18 WATER SERVICE PIPE INSTALLATION.TYPE K.1-INCH LF 4400 11392 $ 27.00 6992 $ 188,784.00 $ - 19 WATER SERVICE PIPE INSTALLATION,TYPE K.2-INCH LF 250 0 $ 46.00 $ - 250 $ 11.500.00 20 WATER SERVICE CONNECTION AT METER EA 88 191 $ 2.301.00 103 $ 237,003.00 $ - $ - 21 WATER SERVICE PIPE INSTALLATION,TYPE L 1-INCH LF 10 0 $ 14.00 $ - 10 $ 140.00 22 WATER SERVICE PIPE INSTALLATION.TYPE L 3/4-INCH LF 40 24.5 $ 14.00 $ - 15.5 $ 217.00 23 GROUNDING EA 10 1 $ 1.576.00 S - 9 $ 14.184.00 24 SANITARY SEWER REPAIR EA 10 1 $ 3.04E1.00 $ - 9 $ 27.432.00 25 PCC SIDEWALK REMOVAL SF 1850 1689.17 $ 3.00 $ - 160.83 $ 482.49 26 PCC SIDEWALK REPLACEMENT 5" SF 1850 1760.32 $ 9.00 $ - 89.68 $ 807.12 27 COMBINED CURB AND GUTTER REMOVAL LF 110 26 $ 14.00 $ - 84 $ 1.176.00 28 COMBINED CURB AND GUTTER REPLACEMENT LF 110 26 $ 40.00 $ - 84 $ 3.360.00 29 HOT MIX ASPHALT PAVEMENT REMOVAL SY 980 1005.21 $ 19.00 25.21 $ 478.99 $ - 30 HOT MX ASPHALT PAVEMENT PATCH.6-INCH SY 392 0 $ 95.00 $ - 392 $ 37,240.00 31 HOT MIX ASPHALT PAVEMENT PATCH.12-INCH SY 588 0 $ 119.00 $ - 588 $ 69.972.00 32 PCC DRIVEWAY REMOVAL SY 60 49.78 $ 24.00 $ - 10.22 $ 245.28 33 PCC DRIVEWAY REPLACEMENT SY 60 51.49 $ 110.00 $ - 8.51 $ 936.10 34 HMA DRIVEWAY REMOVAL SY 12 36.81 $ 119.00 24.81 $ 2.952.39 $ - 35 HMA DRIVEWAY REPLACEMENT SY 12 45.61 $ 119.00 33.61 $ 3.999.59 $ - 36 NON-SPECIAL.NON-HAZARDOUS WASTE DISPOSAL TON 25 0 $ 143.00 $ - 25 $ 3.575.00 37 TRAFFIC CONTROL AND PROTECTION LS 1 1 S 4.347.00 $ - $ - 38 DUST CONTROL-MECHANICAL SWEEPING EA 5 0 S 1.342.00 $ - 5 S 6,710.00 39 RESTORATION-SODDING.SPECIAL SY 80 0 S 28.00 $ - 80 S 2.240.00 40 RESTORATION-SEED AND BLANKET SY 1470 710.8 $ 14.00 $ - 759.2 $ 10,628.80 41 SUPPLEMENTAL WATERING UNIT 3 0 $ 198.00 $ - 3 $ 594.00 42 POINT-OF-USE WATER FILTER AND CARTRIDGES EA 233 269 $ 151.00 36 $ 5,436.00 $ - CO1.1 HOT MIX ASPHALT PAVEMENT PATCH.8-INCH SY 1012.4 $ 110.00 1012.4 $ 111.364.00 $ - C01-2 214 ANN ST.SEWER REPAIR LS 1 $ 3.149.00 1 $ .3.149.001 $ - TOTAL ADDITIONS= $ 963.245.97 TOTAL DEDUCTIONS= $ (461.912.79) ORIGINAL CONTRACT PRICE: $ 1,463,116.00 CHANGE ORDER NO 1 VALUE: $ 650.000.00 FINAL CONTRACT PRICE(SEE PAY ESTIMATE NO.17 AND FINAL). $ 1,984,449.18 CHANGE ORDER NO.2 AND FINAL VALUE: $ (148,866.82)