Loading...
08-223 Resolution No. 08-223 RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH JOEL KENNEDY CONSTRUCTION CORPORATION FOR PHASE II OF THE JOINT DISPOSAL FORCE MAIN PROJECT WHEREAS, the City of Elgin has heretofore entered into a contract with Joel Kennedy Construction Corporation for Phase 11 of the Joint Disposal Force Main Project; 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: September 24, 2008 Adopted: September 24, 2008 Omnibus Vote: Yeas: 5 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk r City of Elgin Chanqe Order ELGIN,ILLINOIS PROJECT No. 49879 CHANGE ORDER NO. 1 CONTRACT: Joint Waste Disposal Force Main—Phase II (Bid No. 08-029) SCOPE: The following items adjust the contract price to account for additions and modifications as in- dicated below: 1. 16 Inch Diameter Steel Casing Pipe. The Contractor submitted a proposal for installing the 8 inch diameter force main and the 14 inch diameter force main inside a single 30 inch steel casing pipe as opposed to 2 separate steel casing pipes. This change results in the elimina- tion of 283 feet of 16 inch diameter steel casing pipe. 2. 20 Inch Diameter Steel Casing Pipe. The Contractor submitted a proposal for installing the 8 inch diameter force main and the 14 inch diameter force main inside a single 30 inch steel casing pipe as opposed to 2 separate steel casing pipes. This change results in the elimina- tion of 283 feet of 20 inch diameter steel casing pipe. 3. 30 Inch Diameter Steel Casing Pipe. The Contractor submitted a proposal for installing the 8 inch diameter force main and the 14 inch diameter force main inside a single 30 inch steel casing pipe as opposed to 2 separate steel casing pipes. This change results in the addition of 283 feet of 30 inch diameter steel casing pipe. 4. Additional Welds for Shorter 30 Inch Diameter Steel Casing Pipe. On Monday, August 18, 2008, the Contractor broke a 2 inch gas service while excavating for the jacking pit on the south side of U.S. Route 20. The existing gas service was not marked by either SMP or Cen- tral Locating Service. The existing gas service was located in the middle of the proposed lo- cation for the jacking pit which prevented the 30 inch diameter steel casing pipe from being installed per plan. To install the casing pipe, it was necessary to cut the casing pipes in half and install them in smaller sections. This change results in the addition of 9 additional welds on the 30 inch diameter steel casing pipe. REASONS FOR CHANGE: • The circumstances necessitating 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. • The change order is in the best interests of the City of Elgin and is authorized by law. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The contract is being amended to increase the original contract amount. However,the changes to the contract amount will not result in a change to the contract provisions or contract times for work to be completed. ORIGINAL CONTRACT AMOUNT: $2,861.200.00 CHANGE ORDER NO. 1 1. 16 Inch Diameter Steel Casing Pipe ($12,375.00) 2. 20 Inch Diameter Steel Casing Pipe ($14,150.00) 3. 30 Inch Diameter Steel Casing Pipe $849.00 4. Additional Welds for 30 Inch Diameter Steel $7,920.00 Casing Pipe TOTAL FOR CHANGE ORDER NO. 1 ($18,116.00) PREVIOUS CHANGE ORDER(S): Change Order No. $0.00 TOTAL OF PREVIOUS CHANGE ORDERS: $0.00 TOTAL REVISED CONTRACT AMOUNT: $2,843,084.00 The original amount of the contract with Joel Kennedy Constructing Corp. is $2,861,200.00. Change Order No. 1 totaling($18,116.00)will decrease the original contract amount by a total of($18,116.00), that sum representing zero point sixty-three percent(0.63%) of the original contract amount. The new contract amount, inclusive of all change orders is $2,843,084. The City of Elgin's share of the original amount of the contract, $2,861,200.00,with Joel Kennedy Con- structing Corp. is $2,402,895.00. Change Order No. 1 totaling ($18,116.00) will decrease the City of Elgin's share of the original contract amount by a total of($9,765.50),that sum representing zero point forty-one percent(0.41%) of the original share of the original contract amount. The City of Elgin's new share of the new contract amount, inclusive of all change orders is $2,393,129.50. The Fox River Water Reclamation District's share of the original amount of the contract, $2,861,200.00, with Joel Kennedy Constructing Corp. is $458,305.00. Change Order No. 1 totaling($18,116.00)will decrease the Fox River Water Reclamation District's share of the original contract amount by a total of ($8,350.50),that sum representing one point eighty-two percent(1.82%) of the original share of the original contract amount. The Fox River Water Reclamation District's new share of the new contract amount, inclusive of all change orders is $449,954.50. OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. CHANGE ORDER NO. 1 Agreed to this day of , 2008. Recommended by: CITY OF ELGIN WATER DEPARTMENT By: Title: Date: C// 17/oy Signature: �5 Accepted by: JOEL KENNEDY CONSTRUCTING CORP. Party of the Secono Part (Contractor) By: w eW Title: Date: Signature: Approved by: CITY OF ELGIN Party of the First Part (Owner) By: Olufemi Folarin Title: City Manager Date: S P 'c'+e vin J 0u Signature: FALegal Dept\forms\Change r Form September 4, 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 —Phase II Joint 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 Joel Kennedy Construction for Phase 11 of the Joint Disposal Force Main project. RECOMMENDATION It is recommended that the City Council authorize the execution of Change Order No. 1 with Joel Kennedy Construction for Phase II of the Joint Disposal Force Main project for a deduction in the amount of$18,116. BACKGROUND The joint disposal main consists of two pipelines. The City pipeline is 14-inches in diameter which will transfer Lime Waste Disposal "sludge" that is a by-product of the water production from Riverside Water Treatment Plant to the South McLean Lime Disposal Facility. The second line is an 8-inch main that belongs to Fox River Water Reclamation District (FRWRD). Phase I of the Joint Disposal Force Main project is completed. On May 25, 2008, the City Council awarded the agreement for Phase 11 of the Joint Disposal Main to Joel Kennedy Construction. Change Order No. 1 includes four (4) items: elimination of a 16-inch diameter steel casing pipe; elimination of a 20-inch diameter steel casing pipe; installation of a 30-inch diameter steel casing in lieu of two separate 16-inch and 20-inch diameter steel casings underneath U.S. Route 20 and Route 31; and also,because of an unmarked gas line which was located in the middle of the jacking pit which prevents the 30-inch diameter steel casing pipe from being installed in full size as planned, an additional nine welds were required. Change Order No.1 will result in a total net savings for the project in the amount of $18,116. Change Order No. 1 Phase I1 Joint Disposal Main September 4, 2008 Page 2 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The original cost of the project with Joel Kennedy Construction for Phase 11 of the Waste Disposal Main is $2,861,200. This Change Order No. 1 will decrease the contract amount by $18,116. The revised contract amount will be $2,843,084. The account that was used for this project is 420-0000-771.92-41, "Capital Additions-Buildings/Structures," project number 409691, "Waste Disposal Line". LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to authorize Change Order No. 1 as recommended 2. The Council may choose not to authorize Change Order No. 1 at this time. Respectfully submitted for Council consideration. KBJ/pb Attachment JUNE 25, 2008 VOLUME LXXIII Vicki Redican expressed concerns about fireworks in her neighborhood. She also said she was excited about the possibility of an artist community and she suggested partnering with a sister city in Europe. She would like to be involved in these efforts. The Mayor said he would see that she gets invited to a committee meeting. BID 08-029 AWARDED TO JOEL KENNEDY CONSTRUCTION CORPORATION FOR THE CONSTRUCTION OF PHASE II OF THE JOINT WASTE DISPOSAL LINE Councilmember Kaptain made a motion, seconded by Councilmember Powers,to award a contract to Joel Kennedy Construction Corporation in the amount of$2,861,200 for Phase II construction of the City of Elgin's lime waste disposal main and 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 08-045 AWARDED TO MARTAM CONSTRUCTION INC.FOR THE 2008 NEIGHBORHOOD STREET REHABILITATION-WING PARK BOULEVARD PROJECT Councilmember Walters made a motion, seconded by Councilmember Figueroa,to award a contract to Martam Construction, Inc. in the total amount of$1,756,629 for the 2008 Neighborhood Street Rehabilitation - Wing Park Boulevard Project. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam, Kaptain, Powers, Steffen, Walters, and Mayor Schock. Nays:None. BID 08-048 AWARDED TO AMERICAN DEMOLITION CORPORATION FOR THE FAST TRACK DEMOLITION OF 50/52 SOUTH STATE STREET Councilmember Figueroa made a motion, seconded by Councilmember Gilliam,to award a contract to American Demolition Corporation in the amount of$14,000 for the fast track demolition of 50/52 South State Street. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam,Kaptain, Powers, Steffen, Walters, and Mayor Schock. Nays: None. PUBLIC HEARING REGARDING AN ANNEXATION AGREEMENT AND PAB PLANNED AREA BUSINESS DISTRICT• PROPERTY LOCATED AT 3303 AND 3305 ROUTE 20• BY ALFONSO NAVA AND PHILLIP MCKAY AS APPLICANTS AND OWNERS (PETITION 50-07) Mayor Schock declared the public hearing open. Community Development Director Deering reviewed the petition and stated the Planning and Subdivision Commission had recommended approval. Douglas Winter, attorney for the applicant was present and introduced himself. 445