Loading...
HomeMy WebLinkAbout25-148 Resolution No. 25-148 RESOLUTION AUTHORIZING EXECUTION OF A CHANGE ORDER NO. 1 AND FINAL WITH IHC CONSTRUCTION COMPANIES, LLC FOR YEAR 3 LEAD SERVICE LINE REPLACEMENT—CONTRACT D EMERGENCY REPAIRS (Bid No. 24-019) WHEREAS, the City of Elgin has heretofore entered into a contract IHC Construction Companies,LLC for year 3 lead service line replacement—contract D emergency repairs(Bid No. 24-019); 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 Richard G.Kozal,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/David J. Kaptain David J. Kaptain, Mayor Presented: August 27, 2025 Adopted: August 27, 2025 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk City of Elgin Change Order 4, C^ � or E< i ti 4 . 3 a ELGIN,ILLINOIS �. PROJECT#Bid No. 24-019 CHANGE ORDER No. 1 and Final CONTRACT: Year 3 Lead Service Line Replacement—Contract D(Emergency Repairs)(Bid No. 24- 019) SCOPE: The Year 3 Lead Service Line Replacement Program—Contract D project has been completed and final quantities are known. Change Order No. 1 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 proposed 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: $685,964.00 • CHANGE ORDER No. 1 SEE ATTACHMENT TOTAL FOR CHANGE ORDER NO. 1: ADD $44,200.16 TOTAL REVISED CONTRACT AMOUNT: $730,164.16 The original amount of the contract with IHC Construction Companies,LLC is$685,964.00. Change Order No. I will increase the contract amount by a total of$44,200.16,that sum representing 6.4%of the original contract amount. The revised contract amount inclusive of all change orders is $730,164.16. OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. CHANGE ORDER No. 1 AND FINAL Agreed to this 27 day of A gust ,2025. Recommended by: Water Department By: Nora Bertram _ Title: tor Date: S' Iy Signature: Engineering Enterprises,Inc. Party of the Second Part(Engineer) By: Julie A.Morrison,P.E. Title:_Vice President/Principal Date: 08/07/2025 Signature: %ri.,c rridra 9ignar ID.DRM4KCVR13.. Accepted by: IAC Construction Companies LLC Party of the Second Part(Contractor) By: Bradley P.Ryan Title: Operations Manager Date: 08/06/2025 Signature: Brad RyanCM,MAM t; , Approved by: CITY OF ELGIN Party of the First Part(Owner) By: Richard G.Kozal Title:City Manager_ _ Date: August 5 Signature: G:1Public\Elgin\2023\EG2305 LSLR-Year 31Construction\Contract D\Change Order1C01 and Final\Change Order No.1-IHC-LSLR Year 3-Contract D- draft-7-i-25.docx CHANGE ORDER NO.1 AND FINAL YEAR 3 LEAD SERVICE LINE REPLACEMENT PROGRAM-CONTRACT D CITY OF ELGIN ITEM NO. ITEMS UNITCONTRACT FINAL UNIT PRICE ADDITIONS DEDUCTIONS QUANTITY ^JAMITY QUANTITY COST QUANTITY COST 1 ASBESTOS ABATEMENT EACH 3 $ 400.00 3 $ 1,200.00 2 SELECT GRANULAR BACKFILL CY 500 283 8 S 35.62 216.4 $ 7.70724 3 WATER SERVICE CONNECTION AT BBOX-1' EACH 54 58 $ 3.832.00 4 $ 15,328.00 4 WATER SERVICE CONNECTION AT BBOX-2' EACH 1 0 3 4,203.00 1 3 4,200.00_ 5 WATER SERVICE CONNECTION AT MAN-1' EACH 4 17 3 4,175.00 13 $ 54.275.00 8 WATER SERVICE CONNECTION AT MAN-2' EACH 1 0 3 5,237.00 1 $ 5.237.00 7 TAPPING SADDLE-4- EACH 1 0 $ 135.00 1 3 135.00 8 TAPPING SADDLE-8' EACH 1 0 $ 145.00 1 $ 145.00 9 TAPPING SADDLE-8' EACH 1 2 $ 155.00 1 $ 155.00 10 TAPPING SADDLE-10' EACH 1 0 3 160.00 1 S 160.00 11 TAPPING SADDLE-1 r EACH 1 0 $ 170.00 1 $ 170.00 12 WATER SERVICE INSTALLATION,TYPE K.1-INCH LF 3,200 3 912 3 65.39 712 $ 46.557.88 13 WATER SERVICE INSTALLATION,TYPE K,2 INCH LF 60 0 $ 84.00 60 $ 6,040.00 14 WATER SERVICE CONNECTION AT METER EACH 60 72 $ 1,397.00 13 $ 18,161.00 15 WATER SERVICE PIPE,TYPE L.3/4-INCH LF 100 12 5 $ 20.84 68 $ 1,808.00 18 WATER SERVICE PIPE,TYPE L,1-INCH LF 20 0 $ 25.00 20 $ 500.00 17 GROUNDING EACH 5 1 $ 1,732.00 4.0 $ 6,928.00 18 RPZ VALVE REPAIR EACH 3 0 3 413.00 3 S 1.239.00 19 SANITARY SEWER SERVICE REPAIR EACH 5 _ 0 $ 3,142.00 5 $ 15,710.00 20 PCC SIDEWALK REMOVAL SF 1.000 245 7 5 2.04 754 $ 1,536.77 21 PCC SIDEWALK REPLACEMENTS SF 1,000 422 $ 27.90 578 3 16,126.20 22 CONCRETE CURB AND GUTTER REMOVAL _ _ LF 75 17 $ 27.00 58 $ 1,566.00 23 CONCRETE CURB AND GUTTER REPLACEMENT LF 75 47 5 3 122.00 28 $ 3,355.00 24 HOT-MIX ASPHALT PAVEMENT REMOVAL SY 30 76 5 $ 7.00 46 $ 325.26 26 HOT-MIX ASPHALT PAVEMENT PATCH,8-INCH SY 30 96.2 $ 197.00 68 $ 13,049.28 26 PCC PAVEMENT REMOVAL SY 20 0 $ 6.00 20 S 120.00 27 PCC PAVEMENT PATCH.10-INCH SY 20 0 3 325.00 20 $ 6,520.00 28 PCC DRIVEWAY REMOVAL SY 30 ?' $ 6.00 21.30 $ 127.80 29 PCC DRIVEWAY REPLACEMENT SY 30 41.5 $ 174.00 12 $ 2,001.00 30 HMA DRIVEWAY REMOVAL SY 12 '8 4 $ 6.00 6 $ 38.40 31 HMA DRIVEWAY REPLACEMENT SY 12 19 1 $ 233.00 7 $ 1,858.96 32 RESTORATION-SEED AND BLANKET SY 500 225 4 S 54.00 275 S 14,828.40 33 NON-SPECIAL,NON-HAZARDOUS SOIL WASTE DISPOSAL TON 10 0 3 182.00 10 $ 1,820.00 34 CCDD WASTE DISPOSAL LOAD 10 0 $ 1,160.00 10 $ 11,600.00 36 TRAFFIC CONTROL AND PROTECTION EACH 60 65 $ 58.00 5 3 290.00 36 DUST CONTROL-MECHANICAL SWEEPING EACH 5 0 $ 160.00 5 $ 800.00 7.5=,IRO:',: \-1 f 1 S 1 $ 940.00 TOTAL ADDITIONS. 3 152,779.57 TOTAL DEDUCTIONS• $ (108,876A1) ORIGINAL CONTRACT PRICE: 3 685,964.00 CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDER(S): $ 685,964.00 AMOUNT OF CURRENT CHANGE ORDER: S 44,200.15 FINAL CONTRACT PRICE: $ 730,164.16