Loading...
02-26 • Resolution No. 02-26 RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH CENTRAL BLACKTOP CORPORATION FOR THE SPARTAN DRIVE EXTENSION PROJECT WHEREAS, the City of Elgin has heretofore entered into a contract with Central Blacktop Corporation for the Spartan Drive Extension 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 Joyce A. Parker, 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/ Robert Gilliam Robert Gilliam, Mayor Pro Tem Presented: January 23 , 2002 Adopted: January 23 , 2002 Omnibus Vote : Yeas : 5 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk ELGIN,ILLINOIS PROJECT No. 339514 CHANGE ORDER No. 1 and Final SCOPE: This Change Order No. 1 and final will provide additional items necessary to complete the Spartan Drive Extension- Section 1 Project in an acceptable manner. The general contractor for this project is Central Blacktop Corporation of LaGrange, IL. REASONS FOR CHANGE: The circumstances which necessitate the change in performance were not reasonably foreseeable at the time the contract was signed. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount the contract will be revised is as follows: (See Attachment A) The original contract with Central Blacktop Corporation is $1,458,485.16. By reason of Change Order No. 1 and Final, the contract for the Spartan Dive Extension- Section 1 Project will decrease in the amount of forty two-thousand one hundred eleven and 37/100 dollars ($42,111.37). The new and final contract amount, inclusive of Change Order No. 1 and Final is one million four-hundred sixteen thousand three-hundred seventy-three and 79/100 dollars ($1,416,373.79). CHANGE ORDER No.1 and Final December 21, 2001 Page 2 OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to thisgday of',�,�,ZQti,y� , 2002. 4 Recommended: ENGINEERING DIIVISION By: _a-a- /-eciy -.,,—,, Title: g efra,; , , Date: l a -a-t -0 ( Accepted: CENTRAL BLACKTOP Party 4h/ Secon P7 Contractor) By: IfiZiff_yt/ Title: qeiriii-A,C 46,6/47" 4 Date: /p-VI-0 Approved: CITY OF ELGIN Party of the First Part(Owner)�j By:. , �e�.. Q, . LtL.?�.5 Title: ` Slik)..rb, tr Date: l - a.-- 0 V TUOTUqO1TTV PAI ITEM " DESCRIPTION UNIT QUANTITY UNIT PRICE .ADDITION DEDUCTION ADDITIVE ALTERNATE BID ITEMS TOP SOIL STRIPPING,6" SQ YD -127.00 $1.50 $190.50 20200100 EARTH EXCAVATION CU YD 147.00 $11.35 $1,668.45 20201200 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD -679.00 $17.55 $11,916.45 20500150 EMBANKMENT CU YD 232.00 $8.00 $1,856.00 DUST CONTROL WATERING UNIT -50.0 $65.00 $3,250.00 20700420 POROUS GRANULAR EMBANKMENT,SUBGRADE CU YD -469.0 $17.65 $8,277.85 20800150 TRENCH BACKFILL CU YD 14.0, $17.15 $240.10 21101300 FURNISHING AND PLACING TOPSOIL,4" SQ YD 2,791.0 $1.80 $5,023.80 25000400 NITROGEN FERTILZER NUTRIENT POUND 73.0 $1.55 $113.15 25000500 PHOSPHOROUS FERTILIZER NUTRIENT POUND 27.0 $1.55 $41.85 25000600 POTASSIUM FERTILIZER NUTRIENT POUND 3.0 $1.55 $4.65 25200100 SODDING SQ YD 2,791.0 $2.35 $6,558.85 TEMPORARY EROSION CONTROL SYSTEM L SUM -1.0 $4,900.00 $4,900.00 28100105 STONE RIPRAP,CLASS A3 SQ YD 25.4 $120.00 $3,048.00 28200100 FILTER FABRIC FOR USE WITH RIPRAP SQ YD 52.4 $5.50 $288.20 31101200 SUB-BASE GRANULAR MATERIAL,TYPE B 4" SQ YD 230.0 $3.10 $713.00 35101800 AGGREGATE BASE COURSE,TYPE B 6" SQ YD 4.0 $5.50 $22.00 35500300 BITUMINOUS BASE COURSE 6" SQ YD 56.0, $9.95 $557.20 40600100 BITUMINOUS MATERIALS(PRIME COAT) GAL 1,141.0 $0.80 $912.80 40600760 BITUMINOUS CONCRETE BINDER COURSE,MIX B,TY 2 TON 38.0 $31.00 $1,178.00 40600850 BITUMINOUS CONCRETE SURFACE COURSE,MIX D,CL 1,TY 2 TON 84.0 $39.00 $3,276.00 42400200 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SQ FT 130.0 $2.80 $364.00 44000100 PAVEMENT REMOVAL SQ YD -445.0 $4.75 $2,113.75 44000500 COMBINATION CURB AND GUTTER REMOVAL LN FT -17.0 $4.45 $75.65 44000600 SIDEWALK REMOVAL SQ FT -122.0 $1.70 $207.40 542C1053 PIPE CULVERTS,CLASS C,TYPE 2,8" LN FT -25.0 $21.40 $535.00 54213443 END SECTIONS,8" EACH -1.0 $300.00 $300.00 550A0050 STORM SEWERS,CLASS A,TYPE1, 12" LN FT -138.0 $21.40 $2,953.20 WATER MAIN REMOVAL L SUM -1.0 $1,600.00 $1,600.00 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED,8" LN FT 4.0 $40.00 $160.00 POLYETHYLENE WRAP(8"DIP)AND POLYETHYLENE WRAP(6"DIP) LN FT 4.0 $0.80 $3.20 60265700 VALVE VAULTS TO BE ADJUSTED EACH -1.0 $215.00 $215.00 60266500 VALVE VAULTS TO BE REMOVED EACH -1.0 $265.00 $265.00 60604400 COMBINATION CONCRETE CURB AND GUTTER,TYPE B-6.18 LN FT 85.0 $10.20 $867.00 67000500 ENGINEER'S FIELD OFFICE,TYPE B CAL MO -3.0 $1,300.00 $3,900.00 72000200 SIGN PANEL TYPE 1 SQ FT -15.2 $10.15 $154.28 78000200 THERMOPLASTIC PAVEMENT MARKING-LINE 4" LN FT _ -37.0 $0.45 $16.65 78000400 THERMOPLASTIC PAVEMENT MARKING-LINE 6" LN FT 4.0_ $0.70 $2.80 78000600 THERMOPLASTIC PAVEMENT MARKING-LINE 12" LN FT -21.0 $1.35 $28.35 81018400 CONDUIT PUSHED, 1-1/2"DIA.,GALVANIZED STEEL LN FT -80.0 $13.90 $1,112.00 81012500 CONDUIT IN TRENCH,1-1/2"DIA.,PVC LN FT -1,145.0 $5.40 $6,183.00 X0000101 ' 2'DIA.INLET,TY A,WITH FRAME AND GRATE EACH 1.0 $740.00 $740.00 X0000103 ' STORM SEWERS,RUBBER GASKET, 12"DIA.,CL A,TY 1 LN FT 135.0 $24.50 $3,307.50 X0000104 * RECONSTRUCT EXISTING STRUCTURE EACH 2.0 $1,050.00 $2,100.00 X0000114 ' ENGINEER'S FIELD OFFICE TY B,MODIFIED CAL MO 1.0 $1,550.00 $1,550.00 X0000134 ' REINFORCED CONCRETE TEE,21"PIPE WITH 12"RISER EACH 1.0 $725.00 $725.00 X0000135 ' PRECAST REINFORCED CONCRETE FLARED END SECTIONS,12" EACH 1.0 $550.00 $550.00 X0000136 ' GRATING FOR CONCRETE FLARED END SECTION,21" EACH 1.0 $435.00 $435.00 X0000137 • GRATING FOR CONCRETE FLARED END SECTION,12" EACH 1.0 $230.00 $230.00 X0000138 ' ELECTRIC CABLE IN CONDUIT,NO.6,1C,FOR LIGHTING SERVICE LN FT 60.0 $1.35 $81.00 X0000139 ' ELECTRIC SERVICE INSTALLATION WITH TY A FOUNDATION EACH 1.0 $1,530.00 $1,530.00 X0000140 ' TRENCH AND BACKFILL FOR ELECTRIC WORK LN FT 1,256.0 $1.65 $2,072.40 X0000141 ' UNIT DUCT,3#4XLP,1#4XLP GROUND,11/4"POLYETHYLENE LN FT 1,388.0_ $3.10 $4,302.80 X0000142 ' EMBANKMENT,SPECIAL CU YD 380.0 $9.50 $3,610.00 X0000143 * GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 466.0 $2.00 $932.00 - X0000144 ' DUCTILE IRON PIPE,CLASS 52 CEMENT LINED,6" LN FT 36.00 $32.00 $1,152.00 X0000145 * WATER SERVICE REMOVAL EACH 3.00 $675.00 $2,025.00 X0000146 ' METAL POST,TY A,SPECIAL FOOT 50.00 $9.85 $492.50 Amount of Current Contract$ 1,458,485.16 Net change to date$ -42,111.37 Amount of Final Contract$ 1,416,373.79 %of contract price: -2.89 TOTAL $237,213.79 $279,325.16 Location: Randall Road and College Green Drive,Elgin,Illinois,Kane Co ty ` Net Change -42,111.37 Reason: See Attached Agreed To: / /e/a/ /��r"'�/ 1). / a(Ateici, Date Project Supenntendent 2 h Central Blacktop Prepared By: 1 / V' -f ate t Engineer (� � g- Crawford,Murphy and Tilly,Inc. Approved By: I /I0/6l .,,,1,,-.- /n,J"'.'<- Date Proleneer C'4,,r/1. --____ in Note to Preparers If the space provided above is inadequate,the explanation,nature,and reasons for the change should be typed on a separate sheet and attached to the authorization. Project Engineer: Steve Pertzborn ENGINEERING DEPARTMENT CITY OF ELGIN Sheet County: Kane 1 of 3 Section: N/A AUTHORIZATION OF CONTRACT CHANGES Route: N/A 0 Involving Change in Length of Section or Design District: N/A 0 Not Involving Change in Length of Section or Design Contract No.: N/A To: City of Elgin Job Number. 00265-01-06-40 Project: Spartan Drive Contractor: Central Blacktop The undersigned determine that the circumstances Extension which necessitate this change were not reasonably Address: 1900 North Lafox foreseeable at the time the contract was signed. South Elgin,Illinois 60177 Change Order No. I Date: 09/07/01 Gentlemen: The following change from the plans in the construction of the above designated section of highway improvement is authorized and directed.The estimated quantities are shown below contract unit prices except where indicated.The first addition of an item not in the original contract under the fund type or county is indicated by an asterisk(U). PAY ITEM " DESCRIPTION UNIT QUANTITY UNIT PRICE ADDITION DEDUCTION BASE BID ITEMS 20100110 TREE REMOVAL(6 TO 15 UNITS DIAMETER) UNIT 76.0 $20.40 $1,550.40 20200100 EARTH EXCAVATION CU YD 38.5 $12.50 $481 25 20201200 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD -709.0 $17.55 $12,442.95 20500150 EMBANKMENT CU YD -14.0, $9.75 $136.50 20700420 POROUS GRANULAR EMBANKMENT,SUBGRADE CU YD -362.5 $17.65 $6,398.13 20800150 TRENCH BACKFILL CU YD 22.0 $17.15 $377.30 21101300 FURNISHING AND PLACING TOPSOIL,4" SQ YD 1,498.0 $1.80 $2,696.40 25000400 NITROGEN FERTILIZER NUTRIENT POUND 26.0 $1.55 $40.30 25000500 PHOSPHOROUS FERTILIZER NUTRIENT POUND -37.0 $1.55 $57.35 25000600 POTASSIUM FERTILIZER NUTRIENT POUND -70.0 $1.55 $108.50 25200100 SODDING SQ YD -2,201.0 $2.35 $5,172.35 DUST CONTROL AND WATERING UNIT -36.0 $65.00 $2,340.00 31101200 SUB-BASE GRANULAR MATERIAL,TYPE B 4" SQ YD -10,265.0 $2.70 $27,715.50 31101400 SUB-BASE GRANULAR MATERIAL,TYPE B 6" SQ YD -262.0 $6.50 $1,703.00 31101500 SUB-BASE GRANULAR MATERIAL,TYPE B 7" SQ YD -100.0 $6.60 $660.00 35101800 AGGREGATE BASE COURSE,TYPE B 6" SQ YD -244.0 $5.90 $1,439 60 35500900 BITUMINOUS BASE COURSE 12" SQ YD 193.0 $24.50 $4,728 50 40600100 BITUMINOUS MATERIALS(PRIME COAT) GALLON 2,979.0 $0.80 $2,383.20 40600760 BITUMINOUS CONCRETE BINDER COURSE,MIXTURE B,TYPE 2 TON 66.0 $38.30 $2,527.80 40600850 BITUMINOUS CONCRETE SURFACE COURSE,MIXTURE D,CLASS 1,TYPE 2 TON -224.0 $39.00, $8,736.00 40600980 BITUMINOUS SURFACE REMOVAL-BUTT JOINT SQ YD 477 0 $14.00 $6,678.00 INCIDENTAL BITUMINOUS SURFACING TON -45.0 $66.00 $2,970.00 42300200 PORTLAND CEMENT CONCRETE DRIVEWAYS,6 INCHES SQ YD -254.0 $25.00 $6,350.00 42300400 PORTLAND CEMENT CONCRETE DRIVEWAYS,8 INCHES SQ YD -107.0 $30.00 $3,210.00 PORTLAND CEMENT CONCRETE SIDEWALK,5 INCHES SQ FT 609.0 $2.80 $1,705.20 44000100 PAVEMENT REMOVAL SQ YD -1,028.0 $5.15 $5,294.20 44000200 DRIVEWAY PAVEMENT REMOVAL SQ YD -227.0 $5.55 $1,259.85 44000500 COMBINATION CURB AND GUTTER REMOVAL LN FT -480.0 $4.45 $2,136.00 44000600 SIDEWALK REMOVAL SQ FT 514.0 $1.70 $873.80 44003100 MEDIAN REMOVAL SQ FT -599.0 $3.80 $2,276.20 44004250 PAVED SHOULDER REMOVAL SQ YD 177.0 $5 00 $885 00 44300200 STRIP REFLECTIVE CRACK CONTROL TREATMENT LN FT 4,307.0 $0.82 $3,531.74 45100100 CRACK ROUTING PAVEMENT LN FT 8,149.0 $0.25 $2,037.25 45100200 CRACK FILLING POUND -2,968.0_ $1.05 $3,116.40 48200400 BITUMINOUS SHOULDERS,6" SQ YD 60.0 $12.40 $744.00 550A0040 STORM SEWERS,CLASS A,TYPE 1,10" LN FT -45.0 $21.40 $963.00 550A0050 STORM SEWERS,CLASS A.TYPE 1,12" LN FT -93.0 $21.40 $1,990.20 CATCH BASIN,TYPE C,2'DIA.,WITH FRAME AND GRATE EACH -1.0 $750.00 $750.00 CATCH BASIN,TYPE C,4'DIA.,WITH FRAME AND GRATE EACH 1.0 $1,260.00 $1,260.00 55100400 STORM SEWER REMOVAL,10" LN FT 3.0 $16.05 $48.15 WATER MAIN REMOVAL L SUM -1.0 $5,000.00 $5,000.00 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED,6" LN FT -32.0_ $32.00 $1,024.00 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED,8" LN FT -379.0 $40.50 $15,349.50 POLYETHYLENE WRAP(8"DIP)AND POLYETHYLENE WRAP(6"DIP) LN FT -411.0 $0.80 $328.80 PRESSURE CONNECTION EACH -2.0 $4,450.00 $8,900.00 56400100 FIRE HYDRANTS TO BE MOVED EACH -1.0 $1,710.00 $1,710.00 60107700 PIPE UNDERDRAINS,6" LN FT 30.0 $18.10 $543.00 60250200 CATCH BASIN TO BE ADJUSTED EACH -2.0 $215.00 $430.00 60255500 MANHOLES TO BE ADJUSTED EACH -1.0 $215.00 $215.00 60260100 INLETS TO BE ADJUSTED EACH -1.0 $215.00 $215.00 60265700 VALVE VAULTS TO BE ADJUSTED EACH -3.0 $215.00 $645.00 60500050 CATCH BASINS TO BE REMOVED EACH 1.0 $165.00 $165.00 60500070 REMOVING MANHOLES TO MAINTAIN FLOW EACH -1.0 $930.00 $930.00 60600605 CONCRETE CURB,TYPE B LN FT 18.0 $10.35 $186.30 60603800 COMBINATION CURB AND GUTTER,TYPE B-6.12 LN FT 121.0 $10.10 $1,222.10 60604400 COMBINATION CURB AND GUTTER,TYPE B-6.18 LN FT -749.0 $10.90 $8,164.10 PAY ITEM " DESCRIPTION UNIT QUANTITY UNIT PRICE ADDITION DEDUCTION 60618750 CONCRETE MEDIAN,TYPE SM-4.06 SQ FT 704.0 $6.35 $4,470.40 60624600 CORRUGATED MEDIAN SQ FT 132.0 $5.25 $693.00 67000500 ENGINEER'S FIELD OFFICE,TY B CAL MO -3.0 $1,300.00 $3,900.00 70300320 PAVEMENT MARKING TAPE,TYPE 1,4" LN FT -11,288.0 $0.50 $5,644.00 72000100 SIGN PANEL,TYPE 1 SQ FT 58.0 $18.35 $1,064.30 72000200 SIGN PANEL,TYPE 2 SQ FT 31.3 $28.05 $877.97 72900100 METAL POST,TYPE A LN FT 89.5 $11.15 $997.93 STREET NAME SIGN ASSEMBLY EACH 1.0 $76.50 $76.50 EXISTING SIGN AND POST REMOVAL EACH 1.0 $20.40 $20.40 78000100 THERMOPLASTIC PAVEMENT MARKING-LETTERS AND SYMBOLS SQ FT 95.0 $2.55 $242.25 78000200 THERMOPLASTIC PAVEMENT MARKING-LINE 4" LN FT 363.0 $0.45 $163.35 78000400 THERMOPLASTIC PAVEMENT MARKING-LINE 6" LN FT 302.0 $0.70 $211.40 78000600 THERMOPLASTIC PAVEMENT MARKING-LINE 12" LN FT -193.0 $1.35 $260.55 78000650 THERMOPLASTIC PAVEMENT MARKING-LINE 24" LN FT -27.0 $2.60 $70.20 78005110 EPDXY PAVEMENT MARKING-LINE 4" LN FT 393.0 $0.40 $157.20 78005130 EPDXY PAVEMENT MARKING-LINE 6" LN FT 205.0 $0.60 $123.00 78005180 EPDXY PAVEMENT MARKING-LINE 24" LN FT 3.0 $3.00 $9.00 78300200 RAISED REFLECTIVE PAVEMENT MARKER REMOVAL EACH 16.0 $5.50 $88.00 80100140 GROUND ROD 5/8"X 10' EACH -5.0 $61.00 $305.00 81000600 CONDUIT IN TRENCH,2"DIA.,GALVANIZED STEEL FOOT -164.0 $5.50 $902.00 81000700 CONDUIT IN TRENCH,2-1/2"DIA.,GALVANIZED STEEL FOOT 160.0 $7.75 $1,240.00 81001000 CONDUIT IN TRENCH,4"DIA.,GALVANIZED STEEL FOOT -6.0 $15.20 $91.20 81018500 CONDUIT PUSHED,2"DIA.,GALVANIZED STEEL FOOT 140.0 $14.50 $2,030.00 81018900 CONDUIT PUSHED,4"DIA.,GALVANIZED STEEL FOOT 37.0 $23.65 $875.05 81400500 CONCRETE HEAVY-DUTY HANDHOLE EACH -1.0 $1,230.00 $1,230.00 82101010 UNIT DUCT,3#4 XLP,1#4 BARE GROUND, 1-1/4"POLYETHYLENE FOOT -1,684.0 $3.10 $5,220.40 82401240 ELECTRIC CABLE IN CONDUIT,SIGNAL NO.14 5C FOOT 244.0 $0.75 $183.00 82401250 ELECTRIC CABLE IN CONDUIT,SIGNAL NO.14 7C FOOT 826.0 $0.80 $660.80 82401300 ELECTRIC CABLE IN CONDUIT,LEAD-IN,NO.14,1 PAIR FOOT -429.0 $0.75 $321.75 ELECTRIC CABLE IN CONDUIT,SERVICE NO.4 2C FOOT -32.0 $1.45 $46.40 ELECTRIC CABLE IN CONDUIT,GROUNDING NO.6 1C(GREEN) FOOT 224.0 $1.35 $302.40 83600300 LIGHT POLE FOUNDATION,30"DIA. FOOT -231.0 $110.00 $25,410.00 83800100 CONCRETE FOUNDATION,TYPE A FOOT 12.0 $170.00 $2,040.00 83800200 CONCRETE FOUNDATION,TYPE D FOOT 1.0 $290.00 $290.00 83800400 CONCRETE FOUNDATION,TYPE E,30"DIAMETER FOOT -2.0 $117.00 $234.00 84000170 SIGNAL HEAD,1-FACE,3-SECTION,MAST ARM MOUNTED EACH -2.0 $460.00 $920.00 84000290 SIGNAL HEAD,1-FACE,5-SECTION,MAST ARM MOUNTED EACH 2.0 $600.00 $1,200.00 84400310 LUMINAIRE,HPS,HM 310 W EACH -2.0 $420.00 $840.00 84600100 DETECTOR LOOP,TYPE 1 FOOT -55.0 $15.15 $833.25 85500100 LIGHTING CONTROLLER EACH -1.0 $5,350.00 $5,350.00 86600100 ELECTRIC SERVICE INSTALLATION EACH 1.0 $470.00 $470.00 86800100 TRENCH AND BACKFILL FOR ELECTRICAL WORK FOOT -3,088.0 $1.65 $5,095.20 LIGHT POLE,40'MH 12'DA EACH -17.0 $1,560.00 $26,520.00 LIGHT POLE,25'MH 8'DA EACH -4.0 $1,540.00 $6,160.00 LUMINAIRE,MERCURY VAPOR HM 250 W EACH -4.0 $410.00 $1,640.00 X0000101 • 2'DIA.INLET,TY A,WITH FRAME AND GRATE EACH 1.0 $740.00 $740.00 X0000102 ' 5'DIA.,CATCH BASIN,TY C,WITH TY 1 FRAME AND GRATE EACH 1.0 $1,835.00 $1,835.00 X0000103 ' STORM SEWERS,RUBBER GASKET,12"DIA.,CL A,TY 1 LN FT 74.0 $24.50 $1,813.00 X0000104 ' RECONSTRUCT EXISTING STRUCTURE EACH 1.0 $1,050.00 $1,050.00 X0000105 ' FIRE HYDRANT ADJUSTMENT EACH 3.0 $850.00 $2,550.00 X0000106 ' VARIABLE MESSAGE CENTER EACH 4.0 $925.00 $3,700.00 X0000107 ' LIGHT POLE FOUNDATIONS,24"DIA. LN FT 180.0 $105.00 $18,900.00 X0000108 ' CONDUIT PUSHED,2-1/2"DIA.,GALVANIZED STEEL LN FT 440.0 $19.75 $8,690.00 X0000109 ' TEMPORARY LIGHTING SYSTEM,COMPLETE L.SUM 1.0 $1,635.00 $1,635.00 X0000110 ' LIGHTING FOUNDATION REMOVAL EACH 6.0 $315.00 $1,890.00 X0000111 ' LIGHT POLE,40'MH-12'TRUSS ARM EACH 15.0 $1,665.00 $24,975.00 X0000112 * BREAKAWAY COUPLINGS&SKIRTS EACH 15.0 $260.00 $3,900.00 X0000113 ' UNIT DUCT,2#6XLP,1#6XLP GROUND,1"POLYETHYLENE LN FT 674.0 $2.95 $1,988.30 X0000114 ' ENGINEER'S FIELD OFFICE TY B.MODIFIED CAL MO 3.0 $1,550.00 $4,650.00 X0000115 ' BITUMINOUS MEDIAN SURFACE,9",(HAND METHOD) SQ YD 59.0 $51.00 $3,009.00 X0000116 ' CLEAN AND SEAL EXISTING CURB CONTRACTION JOINTS EACH 38.0 $16.00 $608.00 X0000117 ' THERMOPLASTIC PAVEMENT MARKING REMOVAL SO FT 98.0 $1.45 $142.10 X0000118 ' THERMOPLASTIC PAVEMENT MARKING,LINE-8" LN FT 48.0 $0.95 $45.60 X0000119 ' TRAFFIC BARRICADES,TYPE 3,INSTALLED EACH 4.0 $300.00 $1,200.00 X0000120 WOOD POST,SPECIAL FOOT 80.0 $16.45 $1,316.00 X0000121 ' TELESPAR STEEL SIGN POST,SPECIAL FOOT 33.0 $9.85 $325.05 X0000122 * LANE CLOSURE SIGNS,60"x 48" EACH 2.0 $390.00 $780.00 X0000123 ' TEMPORARY PAVEMENT MARKING,LINE 4" LN FT 5,970.0 $0.30 $1,791.00 X0000124 ' TEMPORARY PAVEMENT MARKING,LINE 24" LN FT 89.0 $1.75 $155.75 X0000125 ' TEMPORARY PAVEMENT MARKING,LETTERS AND SYMBOLS SQ FT 90.0 $1.25 $112.50 X0000126 ' BITUMINOUS LEVELING BINDER,SPECIAL TON 81.0 $85.00 $6,885.00 X0000127 ' TEMPORARY TRAFFIC SIGNAL MODIFICATION L.SUM 1.0 $1,385.00 $1,385.00 X0000128 ' LIGHTING CONTROLLER,SPECIAL EACH 1.0 $5,910.00 $5,910.00 X0000129 ' TEMPORARY EPDXY PAINTING,4" LN FT 6,794.0 $0.40 $2,717.60 X0000130 ' TEMPORARY EPDXY PAINTING,24" LN FT 162.0 $3.00 $486.00 X0000131 ' TEMPORARY EPDXY PAINTING,LETTERS AND SYMBOLS SQ FT 146.0 $3.00 $438.00 X0000132 * LEVELING BINDER,MAINLINE TON 392.0 $58.00 $22,736.00 X0000133 ' LIGHTING MODIFICATION COLLEGE GREEN DRIVE L.SUM 1.0 $2,970.00 $2,970.00 Spartan Drive Extension Base Bid Items City of Elgin District 1 Kane County Change Order No. 1 Explanation of Reason for Change: Item No. 20100110 Tree Removal(6 To 15 Units Diameter) This item is a final measured quantity. ($1,550.40 increase) Item No. 20200100 Earth Excavation This item is a final measured quantity. ($481.25 increase) Item No. 20201200 Removal and Disposal of Unsuitable Material This item is a final measured quantity. ($12,442.95 decrease) Item No. 20500150 Embankment This item is a final measured quantity. ($136.50 decrease) Item No. 20700420 Porous Granular Embankment This item is a final measured quantity. ($6,398.13 decrease) Item No. 20800150 Trench Backfill This item is a final measured quantity. ($377.30 increase) Item No. 21101300 Furnishing and Placing Topsoil 4" This item is a final measured quantity. ($2,696.40 increase) Item No. 25000400 Nitrogen Fertilizer Nutrient This item is a final measured quantity. ($40.30 increase) Item No. 25000500 Phosphorous Fertilizer Nutrient This item is a final measured quantity. ($57.35 decrease) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 1 - Item No. 25000600 Potassium Fertilizer Nutrient This item is a final measured quantity. ($108.50 decrease) Item No. 25200100 Sodding This item is a final measured quantity. ($5172.35 decrease) Item Dust Control Watering This item is a final measured quantity. ($2,340.00 decrease) Item No.31101200 Sub-base Granular Material, Type B 4" This item is a final measured quantity. ($27,715.50 decrease) Item No.31101400 Sub-base Granular Material, Type B 6" This item is a final measured quantity. ($1,703.00 decrease) Item No. 31101500 Sub-base Granular Material, Type B 7" This item is a final measured quantity. ($660.00 decrease) Item No.35101800 Aggregate Base Course, Type B 6" This item is a final measured quantity. ($1,439.60 decrease) Item No. 35500900 Bituminous Base Course 12" This item is a final measured quantity. ($4,728.50 increase) Item No. 40600100 Bituminous Materials (Prime Coat) This item is a final measured quantity. ($2,383.20 increase) Item No. Bituminous Concrete Binder Course,Mixture B, Type 2 This item is a final measured quantity. ($2,527.80 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 2 - Item No. Bituminous Concrete Surface Course, Mixture D, Class 1, Type 2 This item is a final measured quantity. ($8,736.00 decrease) Item 40600980 Bituminous Surface Removal—Butt Joint This item is a final measured quantity. ($6,678.00 increase) Item Incidental Bituminous Surfacing This item is a final measured quantity. ($2,970.00 decrease) Item No. 42300200 Portland Cement Concrete Driveways, 6 Inches The existing northern portion of the curb and gutter of College Green Drive from Station 101+30 to 106+60 was originally called for removal. The new alignment of College Green Drive did not change the location of the northern side curb significantly, and the curb was determined to be in excellent condition. At the City's request, the curb and gutter remained in place. Because the curb was not removed,the driveways adjacent to the curb did not need removal or replacement. ($6,350.00 decrease) Item No. 42300400 Portland Cement Concrete Driveways, 8 Inches At the City's request,the driveways for the Meijer stores were eliminated. ($3,210.00 decrease) Item No. 42400200 Portland Cement Concrete Sidewalk, 5 Inches This item is a final measured quantity. ($1,705.20 increase) Item No. 44000100 Pavement Removal This item is a final measured quantity. ($5,294.20 decrease) Item No. 44000200 Driveway Pavement Removal See Item No. 42300200, for explanation. ($1,259.85 decrease) Item No. 44000500 Combination Curb and Gutter Removal This item is a final measured quantity. ($2,136.00 decrease) Item No. 44000600 Sidewalk Removal This item is a final measured quantity. ($873.80 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 3 - Item No. 44003100 Median Removal This item is a final measured quantity. ($2,276.20 decrease) Item No. 44004250 Paved Shoulder Removal This item is a final measured quantity. ($885.00 increase) Item No. 44300200 Strip Reflective Crack Control Treatment To address surface course paving problems, all transverse and longitudinal cracks on Randall Road were covered with this treatment. This was at the request of the City. ($3,531.74 increase) Item No. 45100100 Crack Routing Pavement This item is a final measured quantity. ($2,037.25 increase) Item No. 45100200 Crack Filling This item is a final measured quantity. ($3,116.40 decrease) Item No. 48200400 Bituminous Shoulders 6" This item is a final measured quantity. ($744.00 increase) Item No. 550A0040 Storm Sewers,Class A,Type 1, 10" Revisions were made to the drainage plans that eliminated the runs of 10" diameter storm sewer. ($963.00 decrease) Item No. 550A0050 Storm Sewers, Class A,Type 1, 12" Typically rubber gasket pipe is used when the storm sewer transverses a water main. This will satisfy the EPA separation requirements. At those locations on Spartan Drive and College Green Drive the storm sewer mastic joint pipe was changed to rubber gasket pipe. ($1,990.20 decrease) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 4- Item Catch Basin,Type C,2' Dia.,With Frame and Grate Revisions were made to the drainage plans that eliminated this catch basin. This refers to Structure No. 3 at Station 101+30 19' Lt. on College Green Drive that was replaced with a 2' Dia., Type A Inlet(see Item No. X0000101) labeled Structure No. 3A at Station 101+21, 19.8' Lt. This change was made in order to utilize an existing 15" storm sewer line to drain the northern curb line of College Green Drive. This allowed for only one transverse storm sewer line to be installed for College Green instead of two. ($750.00 decrease) Item Catch Basin,Type C,4' Dia.,With Frame and Grate Revisions were made to the drainage plans that added this catch basin. This item refers to Structure No. 1B, on sheet 19 of the revised plans, at Station 98+73, 37' Rt. This structure was added to drain the southern portion of curb and gutter along College Green Drive. The original plan called for Structure No.1 to be installed to drain this portion of curb, however it was not located at the profile's low point. To tie the new structure 1B to the trunk line of the system, both structures were installed. ($1,260.00 increase) Item No. 55100400 Storm Sewer Removal, 10" This item is a final measured quantity. ($48.15 increase) Item Water Main Removal At the request of the City, the water main from Station 2+25 to 5+00 was left in place. The new water main was tied to the existing water main utilizing a non-pressure connection at Station 5+80. The utilization of the left in place main and the newly constructed main offers the same level of service as the original plan. Also, this eliminated a pressure connection and a new length of water main construction. All changes were reviewed and approved by the City of Elgin's Engineering Department and Water Distribution. ($5,000.00 decrease) Item Ductile Iron Pipe, Class 52 Cement Lined,6" This quantity was included to move four hydrants shown throughout the plans along College Green Drive. The hydrant at Station 96+85, 48' Lt. Randall Road was only adjusted for the new grade elevation, thus no pipe was needed. The hydrants at Station 99+70, 37' Rt. and 102+93, 35' Rt. College Green Drive were removed entirely, thus no pipe was needed. Lastly, the hydrant at Station 3+12, 37' Lt. Spartan Drive was moved by reversing the direction of the tee, thus no lengths of pipe were needed. ($1,024.00 decrease) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 5 - Item Ductile Iron Pipe, Class 52 Cement Lined, 8" See Item Water Main Removal, for explanation. ($15,349.50 decrease) Item Polyethylene Wrap (8" DIP) and Polyethylene Wrap(6" DIP) This item is a final measured quantity. ($328.80 decrease) Item Pressure Connection See Item Water Main Removal, for explanation. ($8,900.00 decrease) Item No. 56400100 Fire Hydrants To Be Moved The hydrant shown at Station 96+85, 48' Lt. Randall Road required only grade adjustment. ($1,710.00 decrease) Item No. 60107700 Pipe Underdrains, 6" This item is a final measured quantity. ($543.00 increase) Item No. 60250200 Catch Basin To Be Adjusted This item is a final measured quantity. ($430.00 decrease) Item No. 60255500 Manholes To Be Adjusted This item is a final measured quantity. ($215.00 decrease) Item No. 60260100 Inlets To Be Adjusted This item is a final measured quantity. ($215.00 decrease) Item No. 60265700 Valve Vaults To Be Adjusted This item is a final measured quantity. ($645.00 decrease) Item No. 60500050 Catch Basins To Be Removed This item is a final measured quantity. ($165.00 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 6 - Item No. 60500070 Removing Manholes To Maintain Flow The manhole at Station 98+60, 28' Rt. College Green Drive called for removal was left in place and adjusted to final grade. ($930.00 decrease) Item No. 60600605 Concrete Curb, Type B This item is a final measured quantity. ($186.30 increase) Item No. 60603800 Combination Concrete Curb and Gutter,Type B-6.12 This item is a final measured quantity. ($1,222.10 increase) Item No. 60604400 Combination Concrete Curb and Gutter, Type B-6.18 This item is a final measured quantity. ($8,164.10 decrease) Item No. 60618750 Concrete Median,Type SM-4.06 This item is a final measured quantity. ($4,470.40 increase) Item No. 60624600 Corrugated Median This item is a final measured quantity. ($693.00 increase) Item No. 67000500 Engineer's Field Office,Type B The field office specified in the original bid items did not include some necessities for construction observation. A copier and fax machine were needed for the documentation of the work. ($3,900.00 decrease) Item No. 70300320 Pavement Marking Tape,Type 1,4" This item is a final measured quantity. ($5,644.00 decrease) Item No. 72000100 Sign Panel,Type 1 This item is a final measured quantity. ($1,064.30 increase) Item No. 72000200 Sign Panel,Type 2 This item is a final measured quantity. ($877.97 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 7 - Item No. 72900100 Metal Post,Type A This item is a final measured quantity. ($992.35 increase) Item Street Name Sign Assembly This item is a final measured quantity. ($76.50 increase) Item Existing Sign and Post Removal This item is a final measured quantity. ($20.40 increase) Item No. 78000100 Thermoplastic Pavement Marking—Letters and Symbols This item is a final measured quantity. ($242.25 increase) Item No. 78000200 Thermoplastic Pavement Marking—Line 4" This item is a final measured quantity. ($163.35 increase) Item No. 78000400 Thermoplastic Pavement Marking—Line 6" This item is a final measured quantity. ($211.40 increase) Item No. 78000600 Thermoplastic Pavement Marking—Line 12" This item is a final measured quantity. ($260.55 decrease) Item No. 78000650 Thermoplastic Pavement Marking—Line 24" This item is a final measured quantity. ($70.20 decrease) Item No. 78005110 Epoxy Pavement Marking—Line 4" This item is a final measured quantity. ($157.20 increase) Item No. 78005130 Epoxy Pavement Marking—Line 6" This item is a final measured quantity. ($123.00 increase) Item No. 78005180 Epoxy Pavement Marking—Line 24" This item is a final measured quantity. ($9.00 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 8 - • Item No. 78300200 Raised Reflective Pavement Marker Removal This item is a final measured quantity. ($88.00 increase) Item No. 80100140 Ground Rod 5/8" x 10' This item is a final measured quantity. ($305.00 decrease) Item No. 81000600 Conduit In Trench, 2" Dia., Galvanized Steel This item is a final measured quantity. ($902.00 decrease) Item No. 81000700 Conduit In Trench,2-1/2" Dia., Galvanized Steel This item is a final measured quantity. ($1,240.00 increase) Item No. 81001000 Conduit In Trench, 4" Dia., Galvanized Steel This item is a final measured quantity. ($91.20 decrease) Item No. 81018500 Conduit Pushed,2" Dia., Galvanized Steel This item is a final measured quantity. ($2,030.00 increase) Item No. 81018900 Conduit Pushed,4" Dia., Galvanized Steel This item is a final measured quantity. ($875.05 increase) Item No. 81400500 Concrete Heavy-Duty Handhole This item is a final measured quantity. ($1,230.00 decrease) Item No. 82101010 Unit Duct,3 #4 XLP, 1 #4 Bare Ground, 1-1/4" Polyethylene This item is a final measured quantity. ($5220.40 decrease) Item No. 82401240 Electric Cable In Conduit, Signal No. 14 5C This item is a final measured quantity. ($183.00 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 9 - Item No. 82401250 Electric Cable In Conduit, Signal No. 14 7C This item is a final measured quantity. ($660.80 increase) Item No. 82401300 Electric Cable In Conduit, Lead-In,No. 14, 1 Pair This item is a final measured quantity. ($321.75 decrease) Item Electric Cable In Conduit, Service No. 4 2C This item is a final measured quantity. ($46.40 decrease) Item Electric Cable In Conduit, Grounding No. 6 1C (Green) This item is a final measured quantity. ($302.40 increase) Item No. 83600300 Light Pole Foundations,30" Dia. The light foundation size was reduced to 24" diameter,rather than the 30"diameter called for in the plans. Item No. X0000107 Light Foundations, 24"Dia. was added in place of this deleted item. This change is consistent with Kane County specifications and requirements. ($25,410.00 decrease) Item No. 83800100 Concrete Foundation, Type A This item is a final measured quantity. ($2,040.00 increase) Item No. 83800200 Concrete Foundation,Type D This item is a final measured quantity. ($290.00 increase) Item No.83800400 Concrete Foundation, Type E,30" Dia. This item is a final measured quantity. ($234.00 decrease) Item No. 84000170 Signal Head, 1-Face,3-Section, Mast Arm Mounted At the City's request the College Green western approach lanes were changed from Right-only and Left/Through Lanes to Left-only and Right/Through Lanes. This scenario better fits the traffic counts for those turning movements. As a result of that change, the corresponding signal heads were changed to accommodate the turning movements. ($920.00 decrease) Item No. 84000290 Signal Head, 1-Face,5-Section, Mast Arm Mounted At the City's request the College Green western approach lanes were changed from Right-only L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 10 - and Left/Through Lanes to Left-only and Right/Through Lanes. This scenario better fits the traffic counts for those turning movements. As a result of that change, the corresponding signal heads were changed to accommodate the turning movements. ($1,200.00 increase) Item No. 84400310 Luminaire, HPS,HM,310 W Revised plans reduce the total number of Randall Road approach lights to 15 from the original 21. These revised plans eliminated two 40' light poles, four 25' light poles, and the various luminaires specified along with them. This item reflects the deletion of two luminaires. ($840.00 decrease) Item No. 84600100 Detector Loop, Type 1 This item is a final measured quantity. ($833.25 decrease) Item No. 85500100 Lighting Controller Revised plans included a controller with a photocell and a contactor. Item No. X0000129 adds a controller with these necessary components. ($5,350.00 decrease) Item No. 86600100 Electric Service Installation At the request of the City, a service installation was added to service the College Green lighting system. This allows for the lights to be disconnected, for safe working conditions. ($470.00 increase) Item No. 86800100 Trench and Backfill for Electrical Work This item is a final measured quantity. ($5,095.20 decrease) Item Light Pole, 40' MH 12' DA Revised plans changed the type of arm utilized on the Randall Road approach lights. This item specifies a 12' davit arm to be used rather than the 12' truss arms specified by the revisions. This change is consistent with Kane County specifications and requirements. Item No. X0000111 Light Pole, 40'MH, 12' Truss Arm is added to replace this deleted item. ($26,520.00 decrease) Item Light Pole,25' MH 8' DA Revised plans eliminated this item. See Item No. 84400310 Luminaire, HPS, HM, 310 W, for explanation. ($6,160.00 decrease) Item Luminaire, Mercury Vapor HM 250 W Revised plans eliminated this item. L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 11 - See Item No. 84400310 Luminaire, HPS, HM, 310 W, for explanation. ($1,640.00 decrease) Item No. X0000101 2' Dia.,Inlet,Type A, With Frame and Grate* This item refers to Structure No. 3A at Station 101+21, 19.8' Lt. College Green Drive on sheet 19 according to the revised set of plans. This structure replaces the Structure No. 3 at Station 101+30, 19' Lt. College Green Drive, on sheet 19 according to the original plans. See Item Catch Basin, Type C, 2' Dia., with Frame and Grate, for explanation. ($740.00 increase) Item No. X0000102 5' Dia., Catch Basin,Type C, With Type 1 Frame and Lid* This item refers to Structure No. 3 at Station 101+22, 19' Lt. College Green Drive, on sheet 19 according to the revised set of plans. This structure allowed for the existing trunk line to be utilized in the new storm sewer construction, rather than removing the trunk line completely. This allowed for only one transverse storm sewer line to be installed for College Green Drive instead of two. ($1,835.00 increase) Item No. X0000103 Storm Sewers,Rubber Gasket, 12" Dia., Class A, Type 1* Typically rubber gasket pipe is used when the storm sewer transverses a water main. This will satisfy the EPA separation requirements. At those locations on Spartan Drive and College Green Drive the storm sewer mastic joint pipe was changed to rubber gasket pipe. ($1,813.00 increase) Item No. X0000104 Reconstruct Existing Structure* On sheet 19 of the revised plans, the structure at Station 98+60, 28' Rt. College Green Drive called to remain in place was called out for adjustment. Due to the connection to the new storm sewer pipe,the structure needed complete reconstruction. ($1,050.00 increase) Item No. X0000105 Fire Hydrant Adjustment* After the rough grading was completed, the existing hydrant (on sheet 19) at station 96+85, 48' left Randall Road, which was originally called to be moved, needed only grade adjustment. Also, the existing hydrant (on sheet 19) at station 3+12, 37' left Spartan Drive required grade adjustment. ($2,550.00 increase) L:\Elgin\0026501\const\corn\changord\BASECO(orig).doc - 12 - Item No. X0000106 Variable Message Center* When major changes are made to the traffic patterns in Kane County, Kane County Department of Transportation requires message boards to be installed two days ahead of time to notify the motoring public. These message boards were utilized when the traffic signals switched to the new temporary signals, and also when the temporary signals are switched to the permanent signals. ($3,700.00 increase) Item No. X0000107 Light Pole Foundation, 24" Dia.* See Item No. 83600300 Light Pole Foundation, 30" Dia., for explanation. ($.18,900.00 increase) Item No. X0000108 Conduit Pushed,2-1/2" Dia., Galvanized Steel* Unit duct was utilized as the conduit to connect the Randall Road approach lighting. The original plan called for 2"PVC conduit to be used, however the revised plans call for unit duct. When the unit duct transverses Randall Road it must be placed in some pushed conduit. The conduit size to accomplish this is 2-1/2" for the 1-1/4"unit duct specified. ($8,690.00 increase) Item No. X0000109 Temporary Lighting System Complete* Revisions to the Randall Road approach lighting addressed Kane County's consultant's comments. This item provides for the lighting of the Randall Road and College Green Drive intersection during construction. This item provides for the luminaires needed as well as any minor changes to the temporary signals wiring. ($1,635.00 increase) Item No. X0000110 Lighting Foundation Removal* Work is detailed in plans, however no pay item was included in the original bid items. ($1,890.00 increase) Item No. X0000111 Light Pole,40' MH— 12' Truss Arm* See Item Light Pole,40' MH 12' DA, for explanation. ($24,975.00 increase) Item No. X0000112 Breakaway Couplings And Skirts* Revisions to the Randall Road approach lighting call for the light poles to be installed using breakaway couplings. Kane County requires the use of breakaway couplings on highways with the absence of curb and gutter for safety. ($3,900.00 increase) Item No. X0000113 Unit Duct, 2 #6XLP, 1 #6XLP Ground, 1"Polyethylene* The plans call out for the relocation of the existing streetlights shown on sheets 9 and 10 along the southern edge of College Green Drive. After inspection of the wiring used to service the L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 13 - lights, it was determined that the wiring would not meet City of Elgin requirements. In addition, it would be impossible to salvage without the construction of new handholes and minimum relocation. However, no item was included in the plans to service the relocated lights. ($1,988.30 increase) Item No. X0000114 Engineer's Field Office,Type B, Modified* See Item No. 67000500, for explanation. ($4,650.00 increase) Item No. X0000115 Bituminous Median Surface, 9" (Hand Method)* Per the request of the City of Elgin's Engineering Department, CMT reviewed the feasibility and design of the proposed traffic roundabout shown on Sheet 18 of the plans. As a result of this review, the City decided to pave the interior of the roundabout so that large vehicles may proceed through the intersection. The original plan included a smaller, landscaped center island. ($3,009.00 increase) Item No. X0000116 Clean And Seal Existing Curb Contraction Joints* The existing northern portion of the curb and gutter of College Green Drive from Station 101+30 to 106+60 was originally called for removal. The new alignment of College Green Drive did not change the location of the northern side curb significantly, and the curb was determined to be in excellent condition. At the City's request, the curb and gutter remained in place. To extend the life of this existing curb and gutter, the contraction joints were cleaned and sealed. ($608.00 increase) Item No. X0000117 Thermoplastic Pavement Marking Removal* To ensure the safety of the motoring public, temporary paint markings were placed to outline the temporary traffic patterns. In addition, some of the existing pavement markings were removed to further ensure clarity. The plans called for temporary tape to be utilized,however,the paint markings were chosen for their low maintenance properties. ($142.10 increase) Item No. X0000118 Thermoplastic Pavement Marking,Line—8"* The traffic circle pavement markings were reviewed and an 8" line was determined to be the best size for the hatch marks in the painted medians prior to the "splitter"medians. Normally,these markings would be 12" lines, however, the small size of the medians dictate a smaller line. ($45.60 increase) Item No. X0000119 Traffic Barricades,Type 3,Installed* Work is detailed in plans, however no pay item was included in the original bid items. ($1,200.00 increase) Item No. X0000120 Wood Post, Special* The signpost item included in the original bid items was not appropriate for the signs to be L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 14 - installed along Randall Road. All signposts in the County right of way are to be this type of wood post, (excluding the median sign posts). This change is consistent with Kane County specifications and requirements. ($1,316.00 increase) Item No.X0000121 Telespar Steel Sign Post, Special* The signpost item included in the original bid items was not appropriate for the signs to be installed in the Randall Road medians. All signposts in the County's medians are to be this type of steel post. This change is consistent with Kane County specifications and requirements. ($325.05 increase) Item No. X0000122 Lane Closure Signs, 60" x 48"* At the request of Kane County Department of Transportation, signs indicating frequent lane closures and the encompassing dates should be installed along Randall Road. The City agreed to install these signs for the duration of the project. ($780.00 increase) Item No.X0000123 Temporary Pavement Marking,Line 4"* To ensure the safety of the motoring public,temporary paint markings were placed to outline the temporary traffic patterns. In addition, some of the existing pavement markings were removed to further ensure clarity. The plans called for temporary tape to be utilized, however, the paint markings were chosen for their low maintenance properties. ($1,791.00 increase) Item No. X0000124 Temporary Pavement Marking, Line 24"* See Item No. X0000123, for explanation. ($155.75 increase) Item No. X0000125 Temporary Pavement Marking, Letters and Symbols See Item No. X0000123, for explanation. ($112.50 increase) Item No.X0000126 Bituminous Leveling Binder, Special* Work is detailed in plans, however no pay item was included in the original bid items. ($6,885.00 increase) Item No. X0000127 Temporary Traffic Signal Modification Due to the time lag between the permanent signal construction and the actual road widening, the temporary signals had to be modified to accommodate the new traffic patterns. This item included adding a traffic signal head, signage, signal cable, reposition of video detection cameras, and modification of controller. ($1,385.00 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 15 - Item No. X0000128 Lighting Controller, Special The original plans for the Randall Road approach lighting were unapproved. In the approved set, the controller had a contactor and a photocell. These features differ from the original bid lighting controller. ($5,910.00 increase) Item No.X0000129 Temporary Epoxy Painting, 4" At the City of Elgin's request, the temporary pavement markings on Randall Road were changed from tape to epoxy paint. This was in response to the Kane County Division of Transportation request that epoxy paint be used for temporary pavement markings. ($2,717.60 increase) Item No. X0000130 Temporary Epoxy Painting, 24" See Item X0000129 Temporary Epoxy Painting, 4" for explanation. ($486.00 increase) Item No.X0000131 Temporary Epoxy Painting,Letters and Symbols See Item X0000129 Temporary Epoxy Painting, 4" for explanation. ($438.00 increase) Item No.X0000132 Leveling Binder, Mainline At the City's request, a 3/4" lift of leveling binder was placed prior to the 1-1/4" lift of surface course. The original plans and specifications called for a 2" surface course overlay; however, due to field conditions,the City opted for this 2 course placement. This met both the City's and the Kane County's expectations for a high quality surface overlay. ($22,736.00 increase) Item No. X0000133 College Green Lighting Modifications The College Green lighting system was overhauled as a result of the relocating of the light poles. At the request of the City of Elgin, the lighting was brought up to the City standards. ($2,970.00 increase) L:\Elgin\0026501\const\corr\changord\BASECO(orig).doc - 16 - Spartan Drive Extension Additive Alternate Bid Items City of Elgin District 1 Kane County Change Order No. 1 Explanation of Reason for Change: Item Top Soil Stripping, 6" This item is a final measured quantity. ($190.50 decrease) Item No. 20200100 Earth Excavation This item is a final measured quantity. ($1,668.45 increase) Item No. 20201200 Removal and Disposal of Unsuitable Material This item is a final measured quantity. ($11,916.45 decrease) Item No. 20500150 Embankment This item is a final measured quantity. ($1,856.00 increase) Item Dust Control Watering No dust control was utilized on the additive alternate bid portion of the project. ($3,250.00 decrease) Item No. 20700420 Porous Granular Embankment, Subgrade This item is a final measured quantity. ($8,277.85 decrease) Item No. 20800150 Trench Backfill This item is a final measured quantity. ($240.10 increase) Item No. 21101300 Furnishing and Placing Topsoil, 4" This item is a final measured quantity. ($5,023.80 increase) Item No. 25000400 Nitrogen Fertilizer Nutrient This item is a final measured quantity. ($113.15 increase) L:\Elgin\0026501\const\corr\changord\ADDCO(orig).doc - 1 - Item No.25000500 Phosphorous Fertilizer Nutrient This item is a final measured quantity. ($41.85 increase) Item No. 25000600 Potassium Fertilizer Nutrient This item is a final measured quantity. ($4.65 increase) Item No. 25200100 Sodding This item is a final measured quantity. ($6,558.85 increase) Item Temporary Erosion Control System No temporary erosion control was utilized in the additive alternate bid portion of the project. ($4,900.00 decrease) Item No.28100105 Stone Riprap, Class A3 To facilitate drainage of the newly Constructed Spartan Drive, a transverse riprap ditch was cut at Sta. 15+00. This ditch carries the water sheeting off the pavement to the southern side of Spartan Drive and into the trunk line of the storm sewer system. A concrete pipe tee and flared end section were installed on the trunk line to drain the water generated from the ditch. This eliminated the need for the culverts to be installed in the burm at the end of Spartan Drive. ($3,048.00 increase) Item No. 28200100 Filter Fabric For Use With Riprap See Item No. 28100105 Stone Riprap, Class A3. ($288.20 increase) Item No. 31101200 Sub-base Granular Material,Type B 4" This item is a final measured quantity. ($713.00 increase) Item No. 35101800 Aggregate Base Course,Type B 6" This item is a final measured quantity. ($22.00 increase) Item No. 35500300 Bituminous Base Course, 6" This item is a final measured quantity. ($557.20 increase) Item No. 40600100 Bituminous Materials (Prime Coat) This item is a final measured quantity. ($912.80 increase) L:\Elgin\0026501\const\con\changord\ADDCO(orig).doc - 2 - Item No. 40600760 Bituminous Concrete Binder Course, Mix B, Ty 2 This item is a final measured quantity. ($1,178.00 increase) Item No. 40600850 Bituminous Concrete Surface Course, Mix D, Cl 1, Ty 2 This item is a final measured quantity. ($3,276.00 increase) Item No. 42400200 Portland Cement Concrete Sidewalk, 5 Inch This item is a final measured quantity. ($364.00 increase) Item No. 44000100 Pavement Removal This item is a final measured quantity. ($2,113.75 decrease) Item No. 44000500 Combination Curb and Gutter Removal his item is a final measured quantity. ($75.65 decrease) Item No. 44000600 Sidewalk Removal This item is a final measured quantity. ($207.40 decrease) Item No. 542C1053 Pipe Culverts, Class C,Type 2,8" To facilitate drainage of the newly Constructed Spartan Drive, a transverse riprap ditch was cut at Sta. 15+00. This ditch carries the water sheeting off the pavement to the southern side of Spartan Drive and into the trunk line of the storm sewer system. A concrete pipe tee and flared end section were installed on the trunk line to drain the water generated from the ditch. This eliminated the need for the culverts to be installed in the burm at the end of Spartan Drive. ($535.00 decrease) Item No. 54213443 End Sections,8" See Item No. 542C 1053 Pipe Culverts, Class C,Type 2, 8", for explanation. ($300.00 decrease) Item No. 550A0050 Storm Sewers, Class A,Type 1, 12" Typically rubber gasket pipe is used when the storm sewer transverses a water main. This will satisfy the EPA separation requirements. At those locations on Spartan Drive and College Green Drive the storm sewer mastic joint pipe was changed to rubber gasket pipe. ($2,953.20 decrease) Item Water Main Removal At the request of the City, the water main from Station 2+25 to 5+00 was left in place. The new water main was tied to the existing water main utilizing a non-pressure connection at Station L:\Elgin\0026501\const\corr\changord\ADDCO(orig).doc - 3 - 5+80. The utilization of the left in place main and the newly constructed main offers the same level of service as the original plan. Also, this eliminated a pressure connection and a new length of water main construction. All changes were reviewed and approved by the City of Elgin's Engineering Department and Water Distribution. ($1,600.00 decrease) Item Ductile Iron Pipe, Class 52, Cement Lined, 8" This item is a final measured quantity. ($160.00 increase) Item Polyethylene Wrap (8" DIP) and Polyethylene Wrap (6" DIP) This item is a final measured quantity. ($3.20 increase) Item No. 60265700 Valve Vaults To Be Adjusted This item is a final measured quantity. ($215.00 decrease) Item No. 60266500 Valve Vaults To Be Removed This item is a final measured quantity. ($265.00 decrease) Item No. 60604400 Combination Concrete Curb and Gutter,Type B-6.18 This item is a final measured quantity. ($867.00 increase) Item No. 67000500 Engineer's Field Office, Type B The field office specified in the original bid items did not include some necessities for construction observation. A copier and fax machine were needed for the documentation of the work. ($3,900.00 decrease) Item No. 72000200 Sign Panel, Type 1 This item is a final measured quantity. ($154.28 decrease) Item No. 78000200 Thermoplastic Pavement Marking—Line 4" This item is a final measured quantity. ($16.65 decrease) Item No. 78000400 Thermoplastic Pavement Marking—Line 6" This item is a final measured quantity. ($2.80 increase) L:\Elgin\0026501\const\corr\changord\ADDCO(orig).doc - 4 - Item No. 78000600 Thermoplastic Pavement Marking—Line 12" This item is a final measured quantity. ($28.35 decrease) Item No. 81018400 Conduit Pushed, 1-1/2" Dia., Galvanized Steel This item is a final measured quantity. ($1,112.00 decrease) Item No. 81012500 Conduit In Trench, 1-%" Dia., PVC Revisions were made to the Spartan Drive street lighting plans. At the request of the City, unit duct rather than PVC conduit was utilized to service these lights. This is consistent with the City of Elgin specifications and requirements. ($6,183.00 decrease) Item No. X0000101 2' Dia., Inlet,Type A, With Frame and Grate* At Knoxbury Court shown on sheet 17, an existing 2' diameter structure had to be removed based on the actual field alignment of the roadway and newly formed cul de sac. A new 2' diameter inlet was placed in the new curb line to drain the same area. ($740.00 increase) Item No. X0000103 Storm Sewers, Rubber Gasket, 12" Dia., Class A, Type 1* Typically rubber gasket pipe is used when the storm sewer transverses a water main. This will satisfy the EPA separation requirements. At those locations on Spartan Drive and College Green Drive the storm sewer mastic joint pipe was changed to rubber gasket pipe. ($3,307.50 increase) Item No. X0000104 Reconstruct Existing Structure* It was originally anticipated that the water vault at Station 5+90, 8' Lt. Spartan Drive would only require a vertical adjustment. The manhole adjustment exceeded two feet in elevation and by IDOT definition is considered a reconstruction, rather than an adjustment. Also, included was Structure No. 11 at Station 7+80, 24' Rt. which was set at the plan elevation, and was later adjusted more than 2 feet in elevation. ($2,100.00 increase) Item No. X0000115 Engineer's Field Office, Type B, Modified* See, Item No. 67000500 Engineer's Field Office, Type B, for explanation. ($1,550.00 increase) Item No. X0000128 Reinforced Concrete Tee, 21" Pipe, With 12" Riser* With the construction of the embankment for Spartan Drive from Station 13+00 to 15+00,the path of drainage for the field south of construction was blocked. To drain this area, a pipe tee and 12" flared end section was installed on the trunk line of the newly constructed storm sewer. ($725.00 increase) L:\Elgin\0026501\const\corr\changord\ADDCO(orig).doc - 5 - Item No.X0000129 Precast Reinforced Concrete Flared End Sections, 12"* See Item No. X0000122 Reinforced Concrete Tee, 21" Pipe, With 12"Riser, for explanation. ($550.00 increase) Item No. X0000130 Grating For Concrete Flared End Section, 21"* Grating for the 21"diameter flared end section was not included as part of the original contract. ($435.00 increase) Item No.X0000131 Grating For Concrete Flared End Section, 12"* Grating for the 12"diameter flared end section was not included as part of the original contract. ($230.00 increase) Item No. X0000132 Electric Cable In Conduit,No. 6, 1C,For Lighting Service* No cable is included in the contract for the conduit,which connects the Spartan Drive and College Green services to their respective lighting systems. This conduit is paid for with plan items,however no electrical cable was provided for in the original pay items. This cable was installed to service both light systems. ($81.00 increase) Item No. X0000133 Electric Service Installation,With Type A Foundation* Work is detailed in plans, however no pay item was included in the original bid items. ($1,530.00 increase) Item No. X0000134 Trench And Backfill For Electrical Work* Work is detailed in plans, however no pay item was included in the original bid items. ($2,072.40 increase) Item No. X0000135 Unit Duct,3 #4XLP, 1 #4XLP Ground, 1-1/4" Polyethylene* See Item No. 81012500 Conduit In Trench, 1-'/2" Dia., PVC, for explanation. ($4,302.80 increase) Item No. X0000136 Embankment,Special* In the path of the newly constructed Spartan Drive from Station 3+35 to 4+45, a now demolished townhouse included a sizeable basement. The demolition preceding the project did not involve the backfilling of the site. Special embankment was required for this large amount of fill. Geotechnical fabric capped the embankment for overall ground stabilization. ($3,610.00 increase) Item No. X0000137 Geotechnical Fabric For Ground Stabilization* See Item No. X0000130 Embankment, Special, for explanation. ($932.00 increase) Item No. X0000138 Ductile Iron Pipe, Class 52, Cement Lined, 6"* Work is detailed in the plans, however no pay item was included in the original bid items. ($1,152.00 increase) L:\Elgin\0026501\const\corr\changord\ADDCO(orig).doc - 6 - Item No.X0000139 Water Service Removal* The demolition of the townhouse did not include the disconnection of the water services off the water main. At the request of the City's Water Department, the services were removed and plugged with corp stops. ($2,025.00 increase) Item No.X0000140 Metal Post, Tv A, Special* At the request of the City,temporary end of the road markers were installed at Station 15+00 of Spartan Drive. These end markers were placed with a non-decorative metal post contrasting with the standard brown Elgin signpost. ($492.50 increase) L:\Elgin\0026501\const\corr\changord\ADDCO(orig).doc - 7 - 0• <0 OF etc ti Agenda Item No. City of Elgin g r,�r'�TEDtE.�.e E a I A . G January 4 , 2002 I , N 4110 "°"` TO: Mayor and Members of the City Council ECONOMIC GROWTH FROM: Joyce A. Parker, City Manager SUBJECT: Authorization of Change Order No. 1 and Final Payment for the Spartan Drive Extension - Section 1 Project PURPOSE The purpose of this memorandum is to provide the Mayor and the members of the City Council with information to consider authorization of Change Order No. 1 and final payment for Central Blacktop for the subject construction project . BACKGROUND • The City Council awarded Central Blacktop Company the contract for the Spartan Drive Extension - Section 1 Project on June 14, 2000 . Construction began July 17, 2000 and was substantially completed June 29, 2001 . The project was to construct the first section of the Spartan Drive extension from College Green Drive northeast to the western edge of the Spartan Meadows Golf Course . It included an urban cross-section roadway with curb and gutter, storm sewer, a bike path, street lighting and an 8 inch water main extension. In addition, new traffic signals were installed at the Randall Road/College Green Drive intersection, new left and right turn lanes were installed and approach lighting was installed on Randall Road. College Green Drive was widened and resurfaced to accommodate the new signals, new Spartan Drive intersection and provide an access into the Meijer and Menards retail site . A traffic calming circle was also installed at the College Green Drive/Muirfield Drive/Aronomick Circle intersection. Central Blacktop has completed the project in compliance with the plans and specifications, as verified by Crawford, Murphy & Tilly (CMT) , the engineering firm hired by the City to oversee construction of the project . During the course of construction, many changes were required to the original plans to complete the project in an acceptable manner. The changes made during construction were recommended by CMT, the engineering firm that was hired by the City to oversee construction of the project . Spartan Drive Extension January 4, 2002 Page 2 CMT was hired after the design engineering firm was dismissed from the project . Change Order No. 1 results in a net decrease to the project of $42 , 111 . 37 . Forty-six new pay items were added to the contract ($157, 164 . 10) along with increases ($80, 049 . 69) and decreases ($279, 325 . 16) to the existing pay items . A copy of Change Order No. 1 is attached as Exhibit A. Included in the change order is an explanation for each additional and/or changed pay item. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None . F ANCIAL IMPACT The final contract amount with Central Blacktop is as follows : •Original Contract Amount $1, 458 , 485 . 16 •Change Order No. 1 (- 42, 111 . 37) •Final Contract 1, 416, 373 . 79 Payments made to date total $1, 234 , 025 . 49 Leaving a final payment of $ 182 , 348 . 30 Monies were budgeted in account numbers 270-0000-791 . 93-80, 275- 0000-791 . 93-80 , 276-0000-791 . 93-80 and 401-4002-771 . 93-90, project number 339514 to fund this project . Sufficient funds are available to fund Change Order No. 1 and to make final payment . A copy of the final payment estimate is attached as Exhibit B. Per the agreement between the City and Elgin Community College (ECC) , the College is responsible for 50% of the roadway construction costs . The value of the roadway portion of the above costs is $1, 361, 425 . 19. Therefore, ECC is responsible for $680, 712 . 60 of the above costs. The project was accounted for as follows : Original Budget : 270-0000-791 . 93-80 $ 620, 000 275-0000-791 . 93-80 520, 000 rft 276-0000-791 . 93-80 50 , 000 401-4002-771 . 93-80 150 , 000 Total Budget $1, 340, 000 Spartan Drive Extension January 4, 2002 Page 3 Expenditures : Central Blacktop $1, 416, 374 Crawford, Murphy, Tilly 208 , 831 Clara Dietz 282 , 320 American Demolition 21, 500 Miscellaneous 5 , 298 Total Expenditures $1, 934, 323 ECC Portion of Expense $ 939, 401 Paid to Date (664 , 210) Balance Due From ECC $ 275, 191 VOI/L EGAL IMPACT None. ALTERNATIVES None. fe. RECOMMENDATION It is recommended that the City Council authorize execution of Change Order No. 1 and authorize final payment to Central Blacktop Company in the amount of $182 , 348 . 30 for the construction of Section 1 of the Spartan Drive Extension. Respectfully submitted, Joy . 29. L Joyce\ A. Parker City Manager SP:do Attachments t