Loading...
HomeMy WebLinkAboutResolution 2026-017Resolution No. 2026-17 A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING A CHANGE ORDER RELATED TO THE YORKVILLE NORTH RECEIVING STATION PROJECT WHEREAS, the United City of Yorkville (the "City") is a duly organized and validly existing non home -rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and WHEREAS, the City has approved a contract in the amount of $6,786,500 with Whittaker Construction and Excavating, Inc. ("Whittaker"), for a project commonly known as the Yorkville North Receiving Station Project (the "Project"), the price of which has decreased from the original contract amount in the amount of $227,995.23 (the "Change Order") due to a change in the equipment required to complete the Project; and WHEREAS, all change orders increasing or decreasing the cost of a public contract by at least $25,000 must meet the required findings that circumstances necessitating the change were not reasonably foreseeable at the time the contract was signed; or the change is germane to the original contract as signed; or the Change Order is in the best interest of the City as required by Section 33E-9 of the Illinois Criminal Code (720 ILCS 5133E-9); and WHEREAS, it has been recommended to the Mayor and City Council (the "Corporate Authorities") that a Change Order decreasing the total contract price to the amount of $6,558,504.77 is in the best interest of the City. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Resolution No. 2026-17 Page 1 Section 2. The Corporate Authorities hereby find and declare that the Change Order to the contract with Whittaker to complete the Project, which results in a total decrease of $227,995.23, is in the best interests of the City and is hereby approved, and the City Administrator is authorized to execute the Change Order as hereinabove identified. Section 3. That this resolution shall be in full force and effect from and after its passage and approval according to law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this 24`h day of February, A.D. 2026. KEN KOCH AYE ARDEN JOE PLOCHER AYE CHRIS FUNKHOUSER AYE RUSTY CORNEILS AYE ITY CLERK DAN TRANSIER AYE CRAIG SOLING AYE MATT MAREK AYE RUSTY HYETT AYE APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this a (-�' day of � , A,D. 2026. MAYOR Attest: CabL� TY CLERK Resolution No. 2026-17 Page 2 CHANGE ORDER Order No. 1 Date: January 29. 2026 Agreement Date: July 17, 2025 NAME OF PROJECT: Yorkville North Receiving Station OWNER: United City of Yorkville CONTRACTOR: Whittaker Construction & Excavating, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: PCO #1 (Credit for Vale Reduction): After award of the project, additional feedback was provided by the contractor's valve supplier that certain valves can be modified, downsized, or eliminated from the Receiving Station that would still provide the same capabilities and satisfy the requirements of the Station and associated functions of the process piping components, while improving future operations for the City. These changes included gate valves that can be changed to butterfly valves. Several valves were also modified or reduced in size, that were oversized in the initial valve selection identified by manufacturers during design and are able to be reduced in size that will still be able accommodate the flows through the station. Lastly, redundant valves were eliminated. In particular, the changes included eliminating Valves PR-V-3 and PR-V-4, as well as I-V-14 through I-V-17 because they provided unnecessary redundancy. R-CV-1 and C-V-3 were removed from the project because the valve manufacturer was able to prove a different style valve as part of PR-V-1 and PR-V-2 that includes flow control and check valve capabilities. SR-V-3 was reduced from 24- inch to 8-inch as it was originally oversized during design. As such, the adjustments to the various valve components resulted in a net credit to the overall contract. A summary of the impacted valves. including the original valve schedule and revised valve schedule with the associated cost difference, is attached with the Contractor's proposed change order (PCO). (DEDUCT: $271,900.00) PCO #2 (Site Piping Change): Adjustments were made during construction to the overall site piping phasing plan and layout, for modifications to the existing site piping necessary for construction of the improvements after award of the project. The site piping improvements must be completed in a carefully phased approach that includes coordination between the Contractor, EEI, and the City on temporary shutdown of certain components (existing mains, elevated tank, and water treatment plant). Originally, a 16-inch tee with cap was proposed during one critical phase of the piping modifications. During construction and after discussion, in order to minimize disruption and potential impacts to the system and better facilitate completing this phase of the site piping modifications, it was determined that a 16" cross that would later be capped, for a flatter surface to provide thrust blocking against, was beneficial for phasing of the construction to better maintain resultant proper pressure on the pipe. The PCO includes adjustments to the material cost for the additional components, less the original tee fitting, and additional labor required. (ADD: $12,442.00) CO-01 CHANGE ORDER NO. C-01 Page 2 PCO #3 (ComEd Agreement): The construction contract includes coordination by the Contractor with ComEd for connecting to the existing service onsite to provide power to the new Receiving Station, but costs associated with the new utility agreement are the responsibility of the City and were not included in the contract. Due to the critical path nature of the ComEd utility work and in order to avoid unnecessary delays, after the Contractor coordinated with ComEd to develop the ComEd Agreement and ComEd completed their design and determined the Facilities Charge, the City requested that the Contractor also assume responsibility for making this payment to ComEd as a part of the project. The PCO includes the ComEd Facilities Charge Agreement cost and associated contractor costs. (ADD: $31,462.77) Change of CONTRACT PRICE: Original CONTRACT PRICE: $ 6,786,500.00 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S) $ 6,780,500.00 The CONTRACT PRICE due to this CHANGE ORDER will be (Inn decreased by: $ 227,995.23 The new CONTRACT PRICE including this CHANGE ORDER will be $ 6,558,504.77 Change to CONTRACT TIME: The CONTRACT TIME will be increased/decreased by C calendar days. The date for completion of all work will be T - April t7, 2027 (Date.) Approvals Required: To be effective this order must be approved by the agency if it changes the scope or objective of the PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL CONDITIONS. Requested by: A4V*i, YVGtiHTdc,W Whittaker Construction & Excavating. Inc. Recommended by: � Engineering Enterprises, Inc. Accepted by: i - United City of Yorkville Approved by: ` Illinois Environmental Protection Agency_ (continued) CO-02