Loading...
08-120 Resolution No. 08-120 RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH H. LINDEN & SONS SEWER& WATER, INC. FOR PHASE I OF THE JOINT LIME WASTE DISPOSAL MAIN WHEREAS,the City of Elgin has heretofore entered into a contract with H. Linden& Sons Sewer& Water, Inc., for Phase I of the Joint Lime Waste Disposal Main; 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 Olufemi Folarin,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/Ed Schock Ed Schock, Mayor Presented: May 14, 2008 Adopted: May 14, 2008 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk t ` CITY OF ELGIN, ILLINOIS JOINT WASTE DISPOSAL FORCE MAIN—PHASE I CHANGE ORDER NO. 1 SCOPE This Change Order No. 1 adjusts the Contract Price to account for additions and modifications as indicated below. BASIS FOR CHANGE 1. 8-Inch and 14-Inch In-Line Cleanouts. The construction detail for the In-Line Cleanouts was revised to eliminate the branch off of the mainline which would eliminate either an 8-inch gate valve or a 14-inch plug valve. The cam-lock assembly was then fastened to either an 8-inch Tee or a 14-inch Tee placed downstream of the valve. 2. Cold Patch. The Contract called for the Contractor to backfill all holes in the roadways with Trench Backfill if unable to perform final paving prior to the asphalt plants closing for the winter months. The Contractor was also required to maintain the stone patches throughout the winter. Due to the severity of this winter and despite the maintenance performed by the Contractor, the patches were in a constant state of disrepair. This caused additional difficulties for the residents, Public Works, and Waste Management. The top 2-inches of stone in each roadway patch was replaced with cold patch. 3. 14-Inch Disposal Force Main Thru Judson University. The Chicago Bandits will be using the softball field at Judson University for the next 2 seasons while they are building a softball stadium in another location in the City of Elgin. As part of their agreement with Judson University, the Chicago Bandits will be renovating the existing softball field beginning in April 2008. It is necessary to install the 14-inch disposal force main prior to this time so that the Phase II project will not interfere with the Chicago Bandits season. 4. 14-Inch Diameter Force Main by Horizontal Directional Drilling Additional quantity was needed to run through the Wing Park Golf Course instead of running along Goethe Street and McClure Street. This route resulted in significantly less impact to the residents in the area and saved multiple days in construction time. 5. 8-Inch Diameter Force Main by Horizontal Directional Drilling Additional quantity was needed to run through the Wing Park Golf Course instead of running CO1-1 along Goethe Street and McClure Street. This route resulted in significantly less impact to the residents in the area and saved multiple days in construction time. 6. 14-Inch Diameter Force Main by Cut The entire plan quantity was not used. 7. 8-Inch Diameter Force Main by Cut The entire plan quantity was not used. 8. Launch Pits. The entire plan quantity was not used. 9. 14-Inch In-Line Cleanout and 6' Diameter Manhole The entire plan quantity was not used. 10. 8-Inch In-Line Cleanout and 4' Diameter Manhole The entire plan quantity was not used. 11. Bituminous Pavement Patching Class D The entire plan quantity was not used. 12. P.C.C. Pavement Patching Class B Type IV The entire plan quantity was not used. 13. Bituminous Surface Course Removal and Replacement The entire plan quantity was not used. 14. Water Service Replacement The entire plan quantity was not used. 15. Trench Backfill. The entire plan quantity was not used. 16. No. 6 Bars on 12 Inch Centers 18" Lona. The entire plan quantity was not used. Change Order No. 1 is necessary and proper due to the following: • The circumstances said to necessitate the change in performance were not reasonably foreseeable at the time the Contract was signed. • This change order is in the best interest of the City of Elgin and is authorized by law. • These changes are germane to the original contract as signed. COI-2 CHANGES IN CONTRACT AMOUNT Adjustments to the Contract Price resulting from the aforementioned items shall be the negotiated lump sum prices covering all compensation due for the work as shown in Table 1. CHANGE IN CONTRACT TIME No adjustments to the Contract Times shall be given for Work completed under this Change Order. COI-3 CHANGE ORDER NO. 1 Table No. 1 Summary of Contract Price Changes ITEM ADD DEDUCT 1. 8-Inch and 14-Inch In-Line Cleanouts $6,400.00 2. Cold Patch $15,000.00 3. 14-Inch Disposal Force Main Thru Judson University $348,300.00 4. 14-Inch Diameter Force Main by Horizontal Directional Drilling $62,060.00 5. 8-Inch Diameter Force Main by Horizontal Directional Drilling $38,970.00 6. 14-Inch Diameter Force Main by Open Cut $11,662.00 7. 8-Inch Diameter Force Main by Open Cut $8,925.00 8. Launch Pits $32,000.00 9. 14-Inch In-Line Cleanout and 6' Diameter Manhole $52,000.00 10. 8-Inch In-Line Cleanout and 4' Diameter Manhole $24,000.00 11. Bituminous Pavement Patching, Class D $16,500.00 12. P.C.C. Pavement Patching, Class B, Type IV $21,000.00 13. Bituminous Surface Course Removal and Replacement $13,125.00 14. Water Service Replacement $44,400.00 15. Trench Backfill $31,500.00 16. No. 6 Bars on 12 Inch Centers, 18" Long $600.00 TOTAL ADD $464,330.00 TOTAL DEDUCT $262,112.00 NET CONTRACT PRICE CHANGE $202,218.00 ORIGINAL CONTRACT AMOUNT $3,555,240.00 NET CONTRACT PRICE CHANGE $202,218.00 PERCENT CHANGE IN CONTRACT PRICE 5.69% *NEW CONTRACT AMOUNT $3,757,458.00 *Please note that Item No.3 is work that was moved from the Phase H portion of the project to Phase I. Without this item,the new Contract amount would have been$3,409,158.00 which would have been a cost savings on the project of$146,082.00. COI-4 BREAKDOWN Change Order No. 1 breaks out for the City of Elgin and Fox River Water Reclamation District as follows in Table No. 2: CHANGE ORDER NO. 1 Table No. 2 Summary of Change Order Breakdown ITEM, RESPONSIBILITY,AND SHARE COE FRWRD 1., COE ($5,000.00), & FRWRD ($1,400.00) -$5,000.00 -$1,400.00 2., COE (50%), &FRWRD (50%) $7,500.00 $7,500.00 3., COE (100%) $348,300.00 4., COE (100%) $62,060.00 5., FRWRD (100%) $38,970.00 6., COE (100%) -$11,662.00 7., FRWRD (100%) -$8,925.00 8., COE (50%), &FRWRD (50%) -$16,000.00 -$16,000.00 9., COE (100%) -$52,000.00 10., FRWRD (100%) -$24,000.00 11., COE (50%), &FRWRD (100%) -$8,250.00 -$8,250.00 12., COE (50%), & FRWRD (100%) -$10,500.00 -$10,500.00 13., COE (50%), &FRWRD (50%) -$6,562.50 -$6,562.50 14., COE (50%), & FRWRD (50%) -$22,200.00 -$22,200.00 15., COE (50%), & FRWRD (50%) -$15,750.00 415,750.00 16., COE (50%), &FRWRD (50%) -$300.00 -$300.00 TOTAL ADD $417,860.00 $46,470.00 TOTAL DEDUCT $148,224.50 $113,887.50 NET CONTRACT PRICE CHANGE $269,635.50 -$67,417.50 CONTRACT AMOUNT $2,162,330.00 $1,392,910.00 NET CONTRACT PRICE CHANGE $269,635.50 -$67,417.50 NEW CONTRACT AMOUNT $2,431,965.50 $1,325,492.50 COI-5 ACCEPTANCE The changes and conditions set forth in this Change Order No. 1 are hereby accepted. All other provisions of the Contract remain unchanged. H. Linden& Sons Sewer& Water Inc. City of Elgin, Illinois (Cont ctor) (Owner) By: By: Olu emi Folarin City Manager Date: 3/�( /62 Date: 14 COI-6 r April 18, 2008 TO: Mayor and Members of the City Council FROM: Olufemi Folarin, City Manager Kyla B. Jacobsen, Water System Superintendent SUBJECT: Change Order No. 1 with H. Linden & Sons for Phase I of the Joint Lime Waste Disposal Main PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider authorization of Change Order No. 1 with H. Linden & Sons, Inc. for Phase I of the Joint Waste Disposal Main. RECOMMENDATION It is recommended that the City Council authorize the execution of Change Order No. 1 with H. Linden & Sons, Inc. for Phase I of the Joint Lime Waste Disposal Main project for a total cost of $202,218. BACKGROUND As part of the 2006 Budget, engineering services were included to address the design of a second Lime Waste Disposal Main from the Riverside Water Treatment Plant (WTP). The additional Lime Waste Disposal Main is designed to handle the increased sludge production that will be a by-product of increased water production, and be used in conjunction with the existing 8" line. During the design phase, it was discovered that the Fox River Water Reclamation District (FRWRD) needed to add a pipeline of their own along the same route as the Water Department's Lime Disposal Main. On July 3rd, 2007, the City of Elgin entered into an intergovernmental agreement with FRWRD for the Joint Disposal Main Project to work jointly within one contract to construct both mains concurrently. On September 26, 2007, the City Council awarded Phase I of the Joint Disposal Main Project to H. Linden and Sons. Phase I of the project included the installation of approximately 12,663 feet of 14-inch diameter of High Density Polyethylene (HDPE) and 12,663 feet of 8-inch diameter HDPE force main by horizontal directional drilling with associated air relief valves, cleanouts, launch pits, street repairs, curb and gutter, and sidewalk removal and replacement. Change Order No. 1 for Phase I of the Joint Lime Waste Disposal Main April 18, 2008 Page 2 Change Order No. 1 consists of 16 items as described in the attached document. Items 6 through 16 are deductions, as a result of reduced quantities or items not used as planned in the completion of the work. The remaining items are revisions to the 8-Inch and 14-Inch In-Line Cleanouts, placing cold patch, installing approximately 1,500 feet of 14-Inch Disposal Force Main through Judson University, and additional 14-Inch Diameter Force Main by Horizontal Directional Drilling and 8-Inch Diameter Force Main by Horizontal Directional Drilling. The major item is approximately 1,500 feet of 14-Inch Lime Waste Disposal Main through Judson University. This was required because the Chicago Bandits will be using the softball field at Judson University. As part of their agreement with Judson University, the Chicago Bandits will be renovating the existing softball field beginning in April 2008. It became necessary to install the 14-inch disposal force main through Judson University prior to this time so that the Phase II project would not interfere with the Chicago Bandits season. The section of 1,500 feet represents a corresponding reduction in the scope of Phase II. The cost of item 3 is $348,300, and the total cost of Change Order No 1 is $202,218. Without doing item No. 3, the change order would have yielded a cost savings on the project of$146,082. COMMUNITY GROUPSANTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The total cost for Change Order No. 1 with H. Linden and Sons is $202,218. The total budget for this project is $6,653,000. There are sufficient funds budgeted ($300,000) and available ($300,000) in the water portion of the 2005 General Obligation Bond Fund, account number 365- 4000-795.92-41, "Distribution Systems,"project number 409691, "Waste Disposal Line"to fund this change order. LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to authorize Change Order No. 1 as recommended. 2. The City Council may choose not to authorize Change Order No. 1 at this time. Respectfully submitted for Council consideration. KBJ SEPTEMBER 26, 2007 VOLUME LXXII BID 07-052A AWARDED TO H. LINDEN & SONS,INC. FOR THE PHASE I CONSTRUCTION OF THE CITY OF ELGIN'S LIME WASTE DISPOSAL MAIN AND THE FOX RIVER WATER RECLAMATION DISTRICT'S FORCE MAIN Councilmember Walters made a motion, seconded by Councilmember Figueroa,to approve a contract with H. Linden & Sons in the amount of$3,555,240 for the Phase I construction of the City of Elgin's lime waste disposal main and the Fox River Water Reclamation District's force main. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam, Kaptain, Powers, Steffen, Walters, and Mayor Schock. Nays:None. BID 07-096 AWARDED TO VARIOUS VENDORS FOR THE 2007 WATER TREATMENT CHEMICALS Councilmember Kaptain made a motion, seconded by Councilmember Figueroa,to award contracts to the various vendors listed below. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam, Kaptain, Powers, Steffen, Walters, and Mayor Schock. Nays: None. CHEMICAL AWARD TO Estimated Dollars Annual per Quantity Pound Alum USALCO,Baltimore,MD 1,800,000 $0.1120 ** Ammonia,Bulk TANNER INDUSTRIES, Southampton, PA 140,000 $0.1100 Ammonia,Drums ALEXANDER CHEMICAL CORP.,Lisle, IL 12,000 $0.2311 Chlorine ALEXANDER CHEMICAL CORP.,Lisle, IL 350,000 $0.2445 HFS, Bulk KC INDUSTRIES,Mulberry,FL 240,000 $0.2425 HFS,Drums BARSON CHEMICAL,Elgin, IL 6,000 $0.3600 Potassium Permanganate CARUS CHEMICAL, Peru, IL 60,000 $1.7700 ** (KMn04) Powdered Activated JACOBI CARBONS, Philadelphia,PA 500,000 $0.5450 ** Carbon(PAC) Soda Ash OCI CHEMICAL CORP,Marietta,GA 1,800,000 $0.1325 Lime CARMEUSE LIME, Pittsburgh,PA 4,500 tons $87.68/ ** ton **Optional second year bids were submitted by four of these companies. They were also low responsive bidders. All of these companies should be awarded two-year contracts. BID 07-098 AWARDED TO OFFICE DEPOT AND B& H INDUSTRIES FOR CITYWIDE DOCUMENT REPRODUCTION Councilmember Kaptain made a motion, seconded by Councilmember Figueroa,to award a contract to Office Depot in an amount not to exceed $29,000 and B & H Industries in an amount not to exceed $7,000 a year for document reproduction services for City departments. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam, Kaptain, Powers, Steffen, Walters, and Mayor Schock. Nays: None. 677 September 21, 2007 TO: Mayor and Members of the City Council FROM: Olufemi Folarin, City Manager Kyla B. Jacobsen, Water System Superintendent SUBJECT: Bid#07-052A Waste Disposal Line Construction PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to award a contract to H. Linden & Sons, Inc., Yorkville, IL, to construct Phase I of the joint Waste Disposal Line. RECOMMENDATION It is recommended that the City Council approve a contract for Phase I construction of the City of Elgin's lime waste disposal main and the Fox River Water Reclamation District's (FRWRD) force main to H. Linden & Sons, Inc., Yorkville, IL, in the amount of$3,555,240. BACKGROUND As part of the 2006 Budget, engineering services were included to address the design of a redundant Lime Waste Disposal Main from the Riverside Water Treatment Plant (WTP). Since the Riverside WTP is a lime-softening facility, lime residue waste is produced and is pumped from the WTP to the sludge disposal lagoons located off South McLean Boulevard. There are six individual cells at the lagoon site, all of which are in a continual rotation of filling, drying and emptying. The additional Lime Waste Disposal Main will handle the increased sludge production that will be a by-product of increased water production and be used in conjunction with the existing 8" line. At the June 13, 2007 meeting, the City Council authorized an agreement with the FRWRD to work jointly within one contract to construct both mains concurrently. Approximately two-thirds of both projects will be constructed following the same route, saving each agency monies in the design and construction of their respective mains because the individual mains can be placed in a common trench. The agreement states that the City of Elgin will bid and manage the project. FRWRD will be responsible for the cost associated with their force main as identified in the bids. Attached are the bid tabulation and a recommendation from the design engineer, Burns & McDonnell. Subject: Bid#07-052A Waste Disposal Line Construction Date: September 21, 2007 Page 2 On June 4, 2007 an advertisement was placed in The Courier News and on the City's website. On August 30, 2007 eight complete bids were received (see attached bid tabulation). The low bidder for the project is H. Linden& Sons, Inc. of Yorkville, IL in the amount of$3,555,240. COMMUNITY GROUPSANTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The City of Elgin's portion of the project, based on the bid, will be $2,162,330. There are sufficient funds budgeted ($162,000) and available ($161,638) in the water portion of the 2007 General Obligation Bond Fund, account number 367-4000-795.92-41, "Distribution System", and $2,598,000 budgeted and available in the Water Development Fund, account number 420- 0000-771.92-41, "Distribution System", project number 409691, "Waste Disposal Line" to enter into the contract. LEGALIMPACT None ALTERNATIVES 1. Approve the award of the contract as recommended. 2. Do not approve the award of the contract. Respectfully submitted for Council consideration. KBJ Olt F:\Water\cowme=s' 2007\17 September 2 Bums September 12, 2007 Mr. Peter Bityou Water Operations Engineer City of Elgin 150 Dexter Court Elgin, IL 60120 Re: Joint Waste Disposal Force Main—Phase I Bid Recommendation Dear Mr. Bityou: This letter is in regards to the Bid Opening for the subject project that was held on Thursday, August 30, 2007 at 11:00 am at the City of Elgin. At that time,the Submitted bids were opened and publicly read. There were eight(8) complete bids submitted by the following: — Martam Construction — Di Paolo Company — H. Linden& Sons Inc. — Bolder Contractors, Inc. — Joel Kennedy Constructing Corporation — IHC Construction Companies, LLC. — J. Congdon Sewer Service, Inc. — Glenbrook Excavating&Concrete, Inc. The Low Bidder was H. Linden &Sons Inc. with a bid of$3,555,240.00 for the project.The construction cost estimate for the project was$4,091,958.00. Of that amount, $2,608,205.00 was allocated to the City of Elgin and $1,483,753.00 was allocated to the Fox River Water Reclamation District. Based on the Bid submitted by H. Linden& Sons Inc., the City of Elgin allocation would be $2,162,330.00 which is $445,875.00 (17%)below the engineer's estimate. The Fox River Water Reclamation District's allocation would be$1,392,910.00 which is $90,843 (6%)below the engineer's estimate. A copy of the tabulation of bids is attached. Burns &McDonnell recommends that the City of Elgin award the project to H. Linden & Sons Inc. for$3,555,240.00. Burns &McDonnell also contacted references provided by H. Linden& Sons Inc. All of the references contacted indicated that they would work with H. Linden& Sons in the future, 1431 Opus Place,Suite 400 Downers Grove,Illinois 60515-1164 Tel:630 724-3200 Fax:630 724-3201 h ttp:Hwww.b u m smcd.c o rn McDocnn�??111, September 12,2007 Page 2 Should you have any questions or require addition information,please feel free to contact me at rpatchctt(c_Dburnsmcd.com or(630) 724-3276 Sincerely, Burns &McDonnell Randall L. Patchett,P.E. Associate Cc: Rick Manner, Fox River Water Reclamation District ` WL