HomeMy WebLinkAbout25-61 Resolution No. 25-61
RESOLUTION
AUTHORIZING EXECUTION OF A CHANGE ORDER NO. 1 WITH INLINER
SOLUTIONS LLC FOR YEAR 3 LEAD SERVICE LINE REPLACEMENT—CONTRACT C
(Bid No. 24-018)
WHEREAS, the City of Elgin has heretofore entered into a contract Inliner Solutions LLC
for Year 3 Lead Service Line Replacement—Contract C (Bid No. 24-018); and
WHEREAS, it is necessary and desirable to modify the terms of the contract as is described
in Change Order No. 1 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, a copy of which is attached hereto and made a part hereof by
reference.
s/ David J. Kaptain
David J. Kaptain, Mayor
Presented: March 26, 2025
Adopted: March 26, 2025
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
� n• ECi
z ;y° City of Elgin - - Change Order
ELGIN,ILLINOIS
PROJECT#Bid No.24-018
CHANGE ORDER No. 1
CONTRACT: Year 3 Lead Service Line Replacement—Contract C(Bid No. 24-018)
SCOPE: The Year 3 Lead Service Line Replacement Program — Contract C project objective
was to replace approximately 118 lead service lines by March 31, 2025. The total original con-
tract amount was $1,583,507.00. This change order is to decrease the contract amount due to
fewer service line replacements being necessary than originally anticipated.
REASONS FOR CHANGE:
Due to field conditions, it is estimated that the Contractor will only be required to complete 87
services. Approximately 31 services within the project area were found to be existing copper or
the property owners were non-responsive. The contract is nearing completion with an estimated
$665,989.27 in contract value remaining. Releasing the estimated contract value remaining for
spending elsewhere would be advantageous to the City. A subsequent balancing change order
will be completed once final construction costs are known.
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: $1,583,507.00
CHANGE ORDER No. I SUBTRACT $665,989.27
TOTAL FOR CHANGE ORDER NO. 1: SUBTRACT $665,989.27
TOTAL REVISED CONTRACT AMOUNT: $917,517.74
The original amount of the contract with Inliner Solutions, LLC is $1,583,507.00. Change Order
No. 1 will decrease the contract amount by a total of$665,989.27, that sum representing 42% of
the original contract amount. The revised contract amount, inclusive of all change orders, is
$917,517.74.
OTHER CONTRACT PROVISIONS: All other contract provisions remain the same.
CHANGE ORDER No. 1
Agreed to this 26 day of March ,2025.
Recommended by
Water Department
By: Nora Bertram
Title: Water Director
Date: 3 3
Signature:
Engineering Enter -ses,Inc.
Party of the Second Part(Engineer)
By: Julie A.Morrison.P.E.
Title:_Vice President/ inci al
Date: ---
Signature-
Accepted
Inliner Solutions LLC
Party of the Second Part(Contractor)
BY: rah %nC'i
Title: AP 6reG,,—
Date: (3,/,D2c
Signature:
Approved by:
CITY OF ELGIN
Party of the First Part(Owner)
By: Richard G.Kozal
Title: City Manager
Date: Mar 2025
Signature: _
Legal DeptWgreement\Change Order No. 1-Bid 24-018-LSLR Contract C-EEI&lnliner-Clean-2-27-25.docx
CHANGE ORDER NO.1
YEAR 3 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 HOME ASSESSMENT EACH 118 101 $100.00 17 $ 1700.00
2 POINT-OF-USE WATER FILTER AND CARTRIDGES EACH 177 175 5175.00 2 $ 350.00
3 TREE ROOT PRUNING EACH 10 0 $287.50 10 $ 2.875.00
4 TREE REMOVAL(6-15 UNIT DIAMETER) UNIT 30 0 $46.00 30 $ 1.380.00
5 TREE REMOVAL (15+UNIT DIAMETER) UNIT 40 0 $103.50 40 $ 4.140.00
6 REPLACEMENT TREE EACH 5 0 5300.00 5 S 1,500.00
7 ASBESTOS ABATEMENT EACH 5 0 $500.00 5 $ 2.500.00
8 SELECT GRANULAR BACKFILL CY 1416 915 $27.00 501 $ 13,527.00
9 POTHOLE EXISTING WATER SERVICE EACH 40 8 545.00 32 $ 1.440.00
10 STRUCTURE ABANDONMENT EACH 15 I 510.00 14 S 140.00
11 WATER SERVICE ABANDONMENT EACH 5 5 S10 00
12 WATER SERVICE CONNECTION AT BBOX-1" EACH 20 28 54.300.00 8 S 34400.00
13 WATER SERVICE CONNECTION AT BBOX-2' EACH 3 2 $4.800.00 1 S 4,800.00
14 WATER SERVICE CONNECTION AT MAIN-1- EACH 85 46 $3.900.00 39 $ 152,100.00
15 WATER SERVICE CONNECTION AT MAIN-2" EACH 10 5 $4.400.00 5 $ 22,000.00
16 TAPPING SADDLE-4" EACH 35 0 S450.00 35 S 15.750 00
17 TAPPING SADDLE-6' EACH 4 1 $500.00 3 $ 1,500.00
18 TAPPING SADDLE-8- EACH 6 0 $550.00 6 5 3,300.00
19 TAPPING SADDLE-10' EACH 6 0 $600.00 6 $ 3,600.00
20 TAPPING SADDLE-12' EACH 5 0 S700.00 5 S 3.500.00
21 TAPPING SADDLE-16' EACH 5 2 5900.00 3 $ 2,700.00
22 REPAIR SLEEVE-4- EACH 2 0 S450.00 2 $ 900.00
23 REPAIR SLEEVE-6" EACH 3 5 $500.00 2 $ 1 000.00
24 REPAIR SLEEVE-8" EACH 4 0 5550.00 4 S 2,200.00
25 REPAIR SLEEVE-10" EACH 4 0 $600.00 4 $ 2.400.00
26 REPAIR SLEEVE-12- EACH 2 0 5700.00 2 $ 1 400.00
27 REPAIR SLEEVE-16' EACH 3 0 5900.00 3 $ 2.700.00
28 ENCAPSULATION SLEEVE-4" EACH 2 0 5450.00 2 5 900.00
29 ENCAPSULATION SLEEVE•6' EACH 2 1 5500 00 1 5 500.00
30 ENCAPSULATION SLEEVE-8' EACH 2 0 5550.00 2 $ 1.100.00
31 ENCAPSULATION SLEEVE-10' EACH 2 0 5600.00 2 5 1.200.00
32 ENCAPSULATION SLEEVE-12" EACH 2 0 5700.00 2 5 1,400.00
33 ENCAPSULATION SLEEVE-16" EACH 2 0 5900.00 2 S 1.800.00
34 WATER SERVICE INSTALLATION.TYPE K.1-INCH LF 6300 4130 $30.00 2170 $ 65,100.00
35 WATER SERVICE INSTALLATION,TYPE K.2 INCH LF 780 294 $50.00 486 S 24.300.00
36 WATER SERVICE CONNECTION AT METER EACH 118 81 51.250.00 37 5 46 250.00
37 WATER SERVICE PIPE TYPE L.1-INCH LF 30 1 $30.00 29 S 870.00
38 WATER SERVICE PIPE TYPE L.3/4-INCH LF 75 47 S30.00 28 5 840.00
39 INTERNAL PLUMBING REPLACEMENT EACH 5 4 $2.000.00 1 S 2.000.00
40 GROUNDING EACH 5 2 $1.500.00 3 5 4,500.00
41 RPZ VALVE REPAIR EACH 30 1 $1,250.00 29 $ 36,250.00
42 SANITARY SEWER SERVICE REPAIR EACH 5 1 $35000 4 $ 1,400.00
43 BRICK PAVER REMOVAL AND REINSTALLATION SF 300 300 $65.00
44 PCC SIDEWALK REMOVAL SF 3800 3006.1 $5.00 793.9 $ 3.969.50
45 PCC SIDEWALK REPLACEMENT 5- SF 3800 2790.3 $17.25 1009.7 $ 17.417.33
46 CONCRETE CURB AND GUTTER REMOVAL LF 480 84.5 $5.00 415.5 $ 2.077.50
47 CONCRETE CURB AND GUTTER REPLACEMENT LF 480 33.4 56900 446.6 5 30.815.40
48 HOT-MIX ASPHALT PAVEMENT REMOVAL SY 1250 510 $5.00 740 S 3,700.00
49 HOT-MIX ASPHALT PAVEMENT PATCH,8-INCH SY 1300 460 $210 00 840 $ 176.400.00
50 HOT-MIX ASPHALT PAVEMENT PATCH.10-INCH SY 300 69 $230.00 231 $ 53.130.00
51 PCC DRIVEWAY REMOVAL SY 78 90 $5.00 12 $ 60.00
52 PCC DRIVEWAY REPLACEMENT SY 78 102 5140.00 24 S 3.360.00
53 HMA DRIVEWAY REMOVAL SY 25 26 $5.00 1 5 5.00
54 HMA DRIVEWAY REPLACEMENT SY 25 13 3 5138.00 11 7 $ 1 614.60
55 RESTORATION-SEED AND BLANKET SY 1100 570 53.00 530 $ 1 590.00
56 NON-SPECIAL.NON-HAZARDOUS SOIL WASTE DISPOSAL TON 130 0 $55.00 130 $ 7 150.00
57 TRAFFIC CONTROL AND PROTECTION LS 1 1 $10.000.00
58 DUST CONTROL-MECHANICAL SWEEPING EACH 5 0 $500.00 5 5 2,500.00
CO-1 CONNECTION TO EXISTING FITTING(NO BBOX) EACH 5 $3,982.64 5 $ 19.913.20
CO-2 PCC TEMP PATCH.2"(TM LS 1 512,448.86 1 $ 12.448 86
TOTAL ADDITIONS= $ 71.187,06
TOTAL DEDUCTIONS= 5 (737,176.33)
ORIGINAL CONTRACT PRICE $1.583.507.00
CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDER(S) $ -
AMOUNT OF CURRENT CHANGE ORDER $ (665,989.27)
FINAL CONTRACT PRICE: $ 917,517.74