HomeMy WebLinkAbout24-197 Resolution No. 24-197
RESOLUTION
AUTHORIZING EXECUTION OF A CHANGE ORDER NO. 3 WITH JOEL KENNEDY
CONSTRUCTION CORP FOR THE YEAR 2 LEAD SERVICE LINE REPLACEMENT
PROGRAM —CONTRACT A
(BID NO. 23-001)
WHEREAS, the City of Elgin has heretofore entered into a contract with Joel Kennedy
Construction Corp for the Year 2 Lead Service Line Replacement Program—Contract A (Bid No.
23-001); and
WHEREAS,it is necessary and desirable to modify the terms of the contract as is described
in Change Order No. 3 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. 3, 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
OF 6C
`�t�• .
-svt
City of Elgin Change Order
J1'1f1tl1��,
ELGIN,ILLINOIS
PROJECT#Bid No. 23-001
CHANGE ORDER No.3
CONTRACT: Year 2 Lead Service Line Replacement—Contract A(Bid No. 23-001)
SCOPE:The Year 2 Lead Service Line Replacement Program—Contract A project has been
completed and final quantities are now known.
REASONS FOR CHANGE:
Change Order No. 3 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 TIME AND WORK:
ORIGINAL CONTRACT AMOUNT: $6,452,155.00
CHANGE ORDER No. 3
SEE ATTACHMENT
TOTAL FOR CHANGE ORDER No. 3 SUBTRACT $79,018.90
PREVIOUS CHANGE ORDER(S):
CHANGE ORDER No. 1: SUBTRACT $2,102,581.40
CHANGE ORDER No.2: ADD $925,000.00
TOTAL OF PREVIOUS CHANGE ORDERS: SUBTRACT$1,177,581.40
TOTAL REVISED CONTRACT AMOUNT: $5,195,554.70
The original amount of the contract with Joel Kennedy Construction Corp is $6,452,155.00.
Change Order No. 1 decreased the contract amount by a total of$2,102,581.40, that sum repre-
senting 33%of the original contract amount. Change Order No. 2 increased the contract amount
by a total of$925,000.00, that sum representing 14% of the original contract amount. Change
Order No. 3 will decrease the contract amount by a total of$79,018.90,that sum representing 1%
of the original contract amount. The revised contract amount, inclusive of all change orders is
$5,195,554.70.
OTHER CONTRACT PROVISIONS:All other contract provisions remain the same.
CHANGE ORDER No. 3
Agreed to this 28 day of August ,2024.
Recommended by:
Water Department
By: Nora Bertram
Title: Water Director
Date:
Signature:
Engineering Enterpris nc.
Party of the Second Part(Engineer)
By: Julie A.Morrison,P.E.
Title: Vice President/Principal
Date: 8/15/24
Signature: _tk,``
Accepted by:
Joel Kennedy Construction Corp
Party of theit Second Part(Contractor)
By: I�yYrn) nrrvU _
Title: VP
Date: 011.202-1y
Signature: �
Approved by:
CITY OF ELGIN
Party of the First Part(Owner)
By: Richard G.Kozal
Title:City Manager_
Date: August 28,2024
I
, . _.... :aarustAls
CHANGE ORDER NO.3 AND FINAL
YEAR 2 LEAD SERVICE LINE REPLACEMENT PROGRAM-CONTRACT A
CITY OF ELGIN
REM NO. ITEMS UNIT CONTRACT ADJUSTED UNIT PRICE ADDITIONS DEDUCTIONS
QUANTITY QUANTITY QUANTITY COST QUANTITY COST
1 CONTRACTOR RESIDENT COORDINATION EACH 380 396 $350.00 16 $ 5,600.00 $ -
2 PRIVATE UTILITY LOCATE EACH 380 392 $100.00 12 $ 1,200.00 $ -
3 TREE ROOT PRUNING EACH 20 0 $100.00 $ - 20 $ 2,000.00
4 TREE REMOVAL(6-15 UNIT DIAMETER) UNIT 10 0 $50.00 $ -
10 $ 500.00
5 TREE REMOVAL(15+UNIT DIAMETER) UNIT 20 0 $75.00 $ - 20 $ 1,500.00
6 REPLACEMENT TREE EACH 2 0 $1,250.00 $ - 2 $ 2,500.00
7 ASBESTOS ABATEMENT EACH 10 0 $750.00 $ 10 $ 7,500.00
8 SELECT GRANULAR BACKFILL CY 6130 3920 $1.00 $ 2210 $ 2,210.00
9 POTHOLE EXISTING WATER SERVICE EACH 380 54 $400.00 $ . 326 $ 130,400.00
10 WATER SERVICE CONNECTION AT B-BOX EACH 20 102 $6,750.00 82 $ 553,500.00 $ -
11 WATER SERVICE CONNECTION AT MAIN-1" EACH 380 259 $7,750.00 $ - 121 $ 937,750.00
12 WATER SERVICE CONNECTION AT MAIN-2" EACH 10 4 $8,750.00 $ - 6 $ 52,500.00
13 TAPPING SADDLE,4" EACH 50 35 $140.00 $ - 15 $ 2,100.00
14 TAPPING SADDLE,6" EACH 190 2 $145.00 $ - 188 $ 27,260.00
15 TAPPING SADDLE,8" EACH SO 2 $155.00 $ 48 S 7,440.00
16 TAPPING SADDLE,12" EACH 10 0 $175.00 $ - 10 $ 1,750.00
17 TAPPING SADDLE,16" EACH 10 0 $200.00 $ 10 $ 2,000.00
18 WATER SERVICE PIPE INSTALLATION,TYPE K,1-INCH LF 19000 20626.5 $10.00 1626.5 $ 16,265.00 $ -
19 WATER SERVICE PIPE INSTALLATION,TYPE K,2-INCH LF 500 762 $30.00 $ 238 $ 7,140.00
20 WATER SERVICE CONNECTION AT METER EACH 380 356 53,750.00 $ - 24 5 90,000.00
21 WATER SERVICE PIPE INSTALLATION,TYPE L 1-INCH LF 40 9 $80.00 $ . 31 $ 2,480.00
22 WATER SERVICE PIPE INSTALLATION,TYPE L 3/4-INCH LF 190 42.5 $75.00 $ - 147.5 $ 11,062.50
23 GROUNDING EACH 10 2 $2,000.00 $ - 8 $ 16,000.00
24 SANITARY SEWER REPAIR EACH 10 3 $2,750.00 $ - 7 $ 19,250.00
25 PCC SIDEWALK REMOVAL SF 10500 8993.3 $1.00 $ - 1506.7 $ 1,506.67
26 PCC SIDEWALK REPLACEMENT 5" SF 10500 8993.3 $10.00 $ - 1506.7 $ 15,066.60
27 COMBINED CURB AND GUTTER REMOVAL LF 3800 382.4 $10.00 $ - 3417.6 $ 34,176.00
28 COMBINED CURB AND GUTTER REPLACEMENT LF 3800 382.4 $60.00 $ •
3417.6 S 205,056.00
29 HOT MIX ASPHALT PAVEMENT REMOVAL SY 4300 1711.4 58.00 $ - 2588.6 S 20,708.48
30 PCC DRIVEWAY REMOVAL SY 195 251.2 $15.00 56.2 $ 843.45 $ -
31 PCC DRIVEWAY REPLACEMENT SY 195 255-7 $100.00 60.7 $ 6,067.00 5 -
32 HOT MIX ASPHALT PAVEMENT PATCH,6-INCH SY 860 219.5 $70.00 $ - 640.5 $ 44,836.40
33 HOT MIX ASPHALT PAVEMENT PATCH,8-INCH SY 2580 1492 $90.00 $ - 1088 $ 97,923.60
34 HOT MIX ASPHALT PAVEMENT PATCH,12-INCH SY 860 0 $120.00 $ - 860 $ 103,200.00
35 HMADRIVEWAYREMOVAL SY 50 76.9 $15.00 26.9 $ 403.50 $ -
36 HMA DRIVEWAY REPLACEMENT SY 50 76.9 $150.00 26.9 $ 4,035.00 $ -
37 NON-SPECIAL NON-HAZARDOUS WASTE DISPOSAL TON 530 92.9 530.00 $ - 437.1 $ 13,113.00
38 TRAFFIC CONTROL AND PROTECTION LS 1 1 $200,000.00 $ . $ -
39 DUST CONTROL-MECHANICAL SWEEPING EACH 5 3 $750.00 $ - 2 $ 1,500.03
40 RESTORATION-SODDING,SPECIAL SY 320 0 $30.00 $ - 320 $ 9,600.00
41 RESTORATION-SEED AND BLANKET SY 6400 2850.2 $10.00 $ - 3549.8 $ 35,498.00
42 SUPPLEMENTAL WATERING UNIT 10 0 $10.00 $ - 10 $ 100.00
43 POINT-OF-USE WATER FILTER AND CARTRIDGES EACH 650 584 $100.00 $ - 66 $ 6,600.00
CO3-1 WASTE MANAGEMENT DISPOSAL CREDIT TO THE CITY LS - - .. 1 $2,787.00 1 $ (2,787.00)
CO3,2 DUO EXPANSION-TRAFFIC CONTROL LS 1 $50,000.00 1 $ 50,00000
CO3-3 DCEO EXPANSION-HIGH RISK FACILITY COST/SERVICE INCREASE EACH S $4,100.00 5 $ 20,500 00
TOTAL ADDITIONS= $ 655,626.95
TOTAL DEDUCTIONS= $ (1,912,227.25)
ORIGINAL CONTRACT PRICE: $ 6,452,155.00
CHANGE ORDER NO.1 VALUE: $(2,102,581.40)
CHANGE ORDER NO.2 VALUE: $ 925,000.00
FINAL CONTRACT PRICE(SEE PAY ESTIMATE NO.10 AND FINAL) $ 5,195,554.70
CHANGE ORDER NO.3 AND FINAL VALUE: $ (79,018.90)