Loading...
11-192 Resolution No. 11-192 RESOLUTION APPROVING CHANGE ORDER NO. 1 AND FINAL FOR THE CONTRACT WITH VIRGIL COOK AND SONS, INC. FOR PEDESTRIAN CROSSING AT COLLEGE GREEN DRIVE AND RANDALL ROAD WHEREAS, the City of Elgin has heretofore entered into a contract with Virgil Cook & Sons, Inc. for pedestrian crossing at College Green Drive and Randall Road; and WHEREAS,it is necessary and desirable to modify the terms of the contract as is described in Change Order No. 1 and Final, attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Sean R, Stegall, City Manager, be and is hereby authorized and directed to execute Change Order No. 1 and Final,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: December 7, 2011 Adopted: December 7, 2011 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk OF• ftC� `-; 4 City Elgin EI in Change Order ELGIN,ILLINOIS PROJECT 340030—College Green and Randall Road Pedestrian Crossing CHANGE ORDER NO. 1 and Final CONTRACT: College Green and Randall Road Pedestrian Crossing Bid No. 10-068 SCOPE: I. During construction, additional curb and concrete work was necessary to eliminate"trippers" to provide a safe walkway for pedestrians. In some instances,there were existing depressions in the curb that were corrected. In other instances, when the new sidewalk was installed the existing curb line was too low, necessitating curb removal and replacement. This additional work was not foreseen in the original plans. 2. Kane County asked that in the areas where the median was removed, to allow for pedestrian access, the concrete sub-base and asphalt be replaced. These additional quantities of concrete and asphalt were not in the original plans. 3. The county asked for additional sawcuts to be made to allow for new signage in advance of the intersection. 4. Due to citizen requests, the lane configuration for westbound College Green Drive was altered to remove the dual left turn lanes. This additional pavement marking was not included in the origi- nal contract. 5. It should be noted that the fourth item listed under"Approve Contract Additions" in the amount of 204.82 on invoice 0001836R dated 10/10/2011 from Virgil Cook and Sons, Inc. is not in ad- dition to the cost. The cost of this item was taken out of Item 27 "URETHANE PVT MKG LINE 12"."During construction it was found that a portion of the pavement marking did not need to be 12" but 4". Item four under"Approve Contract Additions" reflects this substitution. REASONS FOR CHANGE: This Change Order No. 1 and Final is in the best interest of the City and is authorized by law. The necessity for the changes was unforeseen at the time of the original agreement, and the changes contemplated hereby are germane to the original agreement. SUMMARY OF CHANGES IN CONTRACT AMOUNT: ORIGINAL CONTRACT AMOUNT: $48,366.25 CHANGE ORDER NO. 1 and Final Additional Concrete/Curb Work $ 8,090.71 Median sub-base and asphalt $ 2,640 Sawcuts in median for signage $ 590 Lane configuration striping change $ 302.40 TOTAL FOR CHANGE ORDER NO. 1: ADD $11,623.11 TOTAL OF PREVIOUS CHANGE ORDERS: $0 TOTAL REVISED CONTRACT AMOUNT: $ 59,989.36 The original amount of the contract with Virgil Cook and Sons, Inc is $ 48,366.25. Change Order No. 1 and final totaling $ 11,623.11 will increase the original contract amount by a total of 11,623.11, that sum representing nineteen percent (19.4%) of the original contract amount. The new contract amount, inclu- sive of all change orders is $ 59,989.36 OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. CHANGE ORDER NO. [NUMBER] [INSERT "AND FINAL" WHEN APPLICABLE] [INSERT DATE FROM COW MEMO] Agreed to this 16 day of November , 2011. Recommended by: City Manager's Office By: Aaron Cosentino Title: Management Analyst Date: 10/27/2011 Signatu . - Accepted by: Virgil Cook and Sons. Inc. Party of the Second Part(Contractor) By: Justin Carlson Title: I C..) COcceoiN l TOP_ Date: I t II 7 /I l Signature: Approved by: CITY OF ELGIN Party of the First Part(Owner) By: Sean R Stegall Title: City Manager Date: December", 2011 Signature: /1./#,a, F\Legal Dept\forms\Change Order Form doc (elk ELGIN THE CITY IN THE SUBURBS' AGENDA ITEM: C MEETING DATE: November 16, 2011 ITEM: Change Order No. 1 and Final Payment with Virgil Cook and Sons Incorporated for Pedestrian Crossing at College Green Drive and Randall Road ($11,623) OBJECTIVE: To increase the walkability of an area of Elgin currently dominated by automobile traffic. RECOMMENDATION: Approve Change Order No. 1 in the amount of $11,623 and final payment to Virgil Cook and Sons, Inc. for a new contract amount, inclusive of all change orders of$59,989. BACKGROUND At the March 23, 2011 council meeting, the city awarded the College Green Drive and Randall Road pedestrian crossing project to Virgil Cook and Son, Inc. (Bid Number 10-068). Construction on this project was delayed, primarily because of easement issues with the Woodbridge North Homeowners' Association, and began in August of 2011. The project is now complete and the pedestrian signals are fully operational. OPERATIONAL ANALYSIS There are three reasons for the change order: 1. Additional curb and concrete work was necessary to eliminate "trippers" and provide a safe walkway for pedestrians. In some instances, there were existing depressions in the curb that were corrected. In other instances, when the new sidewalk was installed the existing curb line was too low, necessitating curb removal and replacement. Cost: $ 8,090.71 4 2. Kane County asked that in the areas where the median was removed, to allow for pede- strian access, the concrete sub-base and asphalt be replaced. These additional quanti- ties of concrete and asphalt were not in the original plans. Cost: $ 2,640 3. The county asked for additional sawcuts to be made to allow for new signage in advance of the intersection. Cost: $590 4. Due to citizen requests, the lane configuration for westbound College Green Drive was altered to remove the dual left turn lanes. This additional pavement marking was not in- cluded in the original contract. Cost: $302.40 As evidenced on the attached invoice from Virgil Cook and Sons, Inc., items 2, 3 and 4 are listed as approved contract additions. Staff was made aware of and approved these changes. The largest change, item 1 is not listed under approved contract additions. The additional concrete and sidewalk work was approved on site by the city's engineering consultant Hampton Lenzini and Renwick (HLR). These additions were not communicated to city staff until after the work was complete and the invoice generated. Staff has met with representatives from HLR to ensure these types of unauthorized approvals do not occur during future projects. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS The original cost of this project was projected to be $61,366. This amount was intended to cov- er engineering, construction oversight and construction. However, actual costs for this project are higher than anticipated necessitating additional funding of$12,830. The original amount of the contract with Virgil Cook and Sons, Inc is $48,366.25. Change Order No. 1 and final totaling $11,623.11 will increase the original contract amount by 19.4 percent. The new contract amount, inclusive of all change orders is $59,989.36. The original amount estimated for construction oversight performed by HLR was $5,000. Cur- rent outstanding construction oversight costs to are $6,207, however this may not the final d s 2 construction oversight cost amount. Additional construction oversight invoices totaling $4,671.75 are currently being disputed by the city. A comparison of estimated and current ac- tual costs is presented below. Item Estimated Amount - Actual Amount Construction $48,366.25 $59,989.36 Engineering $8,000.00 $8,000.00 Construction $5,000.00 $6,207.00 Oversight TOTAL $61,366.25 $74,196.36 Additional Funds Needed . $12,830.11 BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE Riverboat 275-0000-791.78-99 340030 $11,297 $9,797 2006 G.O. Bond 366-0000-795.93-80 340030 $56,500 $3,033 LEGAL IMPACT None. ALTERNATIVES The city council may reject Change Order No. 1 and final with Virgil Cook and Sons, Inc. NEXT STEPS 1. Execute the subject change order. 2. Amend the purchase order and make final payment to Virgil Cook and Sons Inc. Originators: Aaron Cosentino, Management Analyst Final Review: Colleen Lavery, Chief Financial Officer William A. Cogley, Corporation Counsel/Chief Development Officer Richard G. Kozal, Assistant City Manager/Chief Operating Officer Sean R. Stegall, City Manager rik J ' ► 3 ATTACHMENTS A. Change Order No. 1 and Final 411) B. Invoice OOO1836R dated 10/10/2011 from Virgil Cook and Sons, Inc. 411 411) JAM► 4 City of Elgin Change Order er g + 411 —/eirfg1`" ELGIN,ILLINOIS PROJECT 340030—College Green and Randall Road Pedestrian Crossing CHANGE ORDER NO. 1 and Final CONTRACT: College Green and Randall Road Pedestrian Crossing Bid No. 10-068 SCOPE: 1. During construction, additional curb and concrete work was necessary to eliminate "trippers"to provide a safe walkway for pedestrians. In some instances,there were existing depressions in the curb that were corrected. In other instances, when the new sidewalk was installed the existing curb line was too low, necessitating curb removal and replacement. This additional work was not foreseen in the original plans. 2. Kane County asked that in the areas where the median was removed,to allow for pedestrian access, the concrete sub-base and asphalt be replaced. These additional quantities of concrete and asphalt were not in the original plans. 3. The county asked for additional sawcuts to be made to allow for new signage in advance of the intersection. 4. Due to citizen requests, the lane configuration for westbound College Green Drive was altered to remove the dual left turn lanes. This additional pavement marking was not included in the origi- nal contract. 5. It should be noted that the fourth item listed under"Approve Contract Additions" in the amount of 204.82 on invoice 0001836R dated 10/10/2011 from Virgil Cook and Sons, Inc. is not in ad- dition to the cost. The cost of this item was taken out of Item 27 "URETHANE PVT MKG LINE 12"."During construction it was found that a portion of the pavement marking did not need to be 12" but 4". Item four under "Approve Contract Additions"reflects this substitution. REASONS FOR CHANGE: This Change Order No. 1 and Final is in the best interest of the City and is authorized by law. The necessity for the changes was unforeseen at the time of the original agreement, and the changes contemplated hereby are germane to the original agreement. SUMMARY OF CHANGES IN CONTRACT AMOUNT: ORIGINAL CONTRACT AMOUNT: $48,366.25 CHANGE ORDER NO. 1 and Final Additional Concrete/Curb Work $ 8,090.71 Median sub-base and asphalt $ 2,640 Sawcuts in median for signage $ 590 Lane configuration striping change $ 302.40 "' TOTAL FOR CHANGE ORDER NO. 1: ADD $11,623.11 411) TOTAL OF PREVIOUS CHANGE ORDERS: $0 TOTAL REVISED CONTRACT AMOUNT: $ 59,989.36 The original amount of the contract with Virgil Cook and Sons, Inc is $ 48,366.25. Change Order No. 1 and final totaling$ 11,623.11 will increase the original contract amount by a total of 11,623.11, that sum representing nineteen percent(19.4%) of the original contract amount. The new contract amount, inclu- sive of all change orders is $ 59,989.36 OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. CHANGE ORDER NO. [NUMBER] [INSERT "AND FINAL" WHEN APPLICABLE] [INSERT DATE FROM COW MEMO] Agreed to this day of , 2011. Recommended by: City Manager's Office By: Aaron Cosentino 4111) Title: Management Analyst Date: 10/27/2011 Signature: Accepted by: Virgil Cook and Sons.Inc. Party of the Second Part(Contractor) By: Justin Carlson Title: Date: Signature: Approved by: ribk CITY OF ELGIN Party of the First Part(Owner) By: Sean R Stegall Title: City Manager Date: Signature: F\Legal Dept\forms\Change Order Form.doc VIRGIL COOK & SON, INC. Invoice 119 N EIGHTH ST. AI PO BOX 805 DATE INVOICE# DEKALB, IL 60115 10/10/2011 0001836R BILL TO SHIP TO CITY OF ELGIN 2010 PED SIGNALS-BID 10-068 FINANCE DEPT. RANDALL&COLLEGE GREEN 150 DEXTER CT KANE CO. ELGIN,IL 60120 P.O. NO. TERMS PROJECT 265836 Net 30 BID 10-068 ITEM DESCRIPTION PLAN QTY QTY-THIS EST. UNIT PRICE AMOUNT PAY ESTIMATE 1: BID 10-068,2010 PED SIGNALS,RANDALL& COLLEGE GREEN,KANE CO.: SALE ITEM 1 SODDING,SALT TOLERANT 25 25 15.00 375.00 SALE ITEM 3 PORTLAND CEMENT CONCRETE 780 916 10.00 9,160.00 SIDEWALK 5" SALE ITEM 4 DETECTABLE WARNINGS 80 80 24.00 1,920.00 SALE ITEM 5 COMB CURB&GUTTER REMOVAL 80 161 17.00 2,737.00 SALE ITEM 6 SIDEWALK REMOVAL 186 193 5.00 965.00 SALE ITEM 7 MEDIAN REMOVAL& 50 161 24.00 3,864.00 REPLACEMENT,SPL SALE ITEM 8 COMB CONCRETE CURB& 80 188 33.00 6,204.00 GU 11 ER TYPE B-6.12 SALE ITEM 9 TRAFFIC CONTROL&PROTECTION l 1 1,600.00 1,600.00 SALE ITEM 10 PAVEMENT MARKING REMOVAL 410 359 2.20 789.80 SALE ITEM 11 CONDUIT IN TRENCH 2"GALV STL 67 68 9.85 669.80 SALE ITEM 12 TRENCH&BACKFILL FOR ELEC 55 58 2.60 150.80 WORK SALE ITEM 13 MAINT OF EX T S INSTALLATION 1 1 350.00 350.00 SALE ITEM 14 ELEC CABLE IN CONDUIT SIGNAL 1,332 1,394 0.90 1,254.60 NO 14 2C SALE ITEM 15 ELEC CABLE IN CONDUIT SIGNAL 1,365 1,426 0.94 1,340.44 NO 14 3C SALE ITEM 16 T S POST GALV ST 10' 3 3 570.00 1,710.00 SALE ITEM 17 PED PUSHBUTTON POST,GALV 1 1 385.00 385.00 STI.TYPE II SALE ITEM 18 CONCRETE FOUNDATION TYPE A 12 12 185.00 2,220.00 SALE ITEM 19 DRILL EX HANDHOLE 3 4 105.00 420.00 SALE ITEM 20 PED SIGNAL HEAD LED 1F BM 8 8 575.00 4,600.00 W/CD TIMER SALE ITEM 21 DETECTOR LOOP TYPE 1 48 95 15.30 1,453.50 All work is complete. Any questions?Please call us at 815/756-4854 Total 411) Page 1 VIRGIL COOK & SON, INC. Invoice flow 119 N EIGHTH ST. PO BOX 805 DATE INVOICE# DEKALB, IL 60115 10/I0/2011 0001836R BILL TO SHIP TO CITY OF ELGIN 2010 PED SIGNALS-BID 10-068 FINANCE DEPT. RANDALL&COLLEGE GREEN 150 DEXTER CT KANE CO. ELGIN,IL 60120 P.O.NO. TERMS PROJECT 265836 Net 30 BID 10-068 ITEM DESCRIPTION PLAN QTY QTY-THIS EST. UNIT PRICE AMOUNT SALE ITEM 22 PEDESTRIAN PUSHBUTTON 8 8 245.00 1,960.00 SALE ITEM 23 MOD EX CONTROLLER CABINET 1 1 745.00, 745.00 SALE ITEM 24 REMOVE ELEC CABLE FROM 896 664 0.30 199.20 CONDUIT SALE ITEM 25 REOPTIMIZE T S SYSTEM LEVEL 1 1 I 700.00 700.00 SALE ITEM 26 GROUND EX HANDHOLE 6 6 225.00 1,350.00 SALE ITEM 27 URETHANE PVT MKG LINE 12" 1,198 1,024 4.00 4,096.00 SALE ITEM 28 URETHANE PVT MKG LINE 24" 126 124 8.00 992.00 SALE ITEM 29 El PC CABLE IN CONDUIT, 998 740 1.90 1,406.00 GROUNDING NO 6 1C SALE ITEM 30 REBUILD EX HANDHOLE 2 1 665.00 665.00 SALE ITEM 31 REBUILD EX HANDHOLE TO 1 1 970.00 970.00 HEAVY DUTY HANDHOLE SALE ITEM 32 CONSTRUCTION LAYOUT 1 1 1,000.00 1,000.00 APPROVED CONTRACT ADDITIONS: SALE INSTALL CONCRETE SUB-BASE& 1 2,640.00 2,640.00 BLACKTOP TO MATCH EX GRADE SALE 12"DIA SAWCUTS FOR FUTURE SIGN 2 295.00 590.00 POSTS SALE FT.PAINT PVT MK LTRS&SYM 105 2.88 302.40 SALE FT URETH PVT MK LINE-4" 154 1.33 204.82 All work is complete. Any questions?Please call us at 815/756-4854 Total $59,989.36 rik Page 2 PAY EST.NO. 1 PEDESTRIAN SIGNAL INSTALLATION -COLLEGE GREEN AND RANDALL 10/12/2011 1 CODE NO. ITEM QUANTITY UNIT UNIT COST COST r - 1 SODDING,SALT TOLERANT r 25.0 S.Y. _ $ 15.00 $375.00 2 PROTECTIVE COAT 0.0 S.Y. $0.20 $0.00 3 PCC SIDEWALK 5 INCH 916.0 S.F. $10.00 $9,160.00 4 DETECTABLE WARNINGS 80.0 S.F. $24.00 $1,920.00 5 COMBINATION CURB&GUTTER REMOVAL 161.Ofi FOOT $17.00 $2,737.00 6 SIDEWALK REMOVAL _ 193.0 S.F. $5.00 $965.00; 7 MEDIAN REMOVAL AND REPLACEMENT(SPECIAL) 161.0 S.F. $24.00 $3,864.00 8 COMB.CONCRETE CURB AND GUTTER,TYPE B-6.12 188.0 FOOT $33.00 $6,204.00 9 TRAFFIC CONTROL AND PROTECTION 1.0 L.SUM - $1,600.00 $1,600.00 10 PAVEMENT MARKING REMOVAL 359.0 S.F. _ $2.20 $789.80 11 ,CONDUIT IN TRENCH,2"DIA.GALVANIZED STEEL 68.0 FOOT _ $9.85 $669.80 12 TRENCH AND BACKFILL FOR ELECTRICAL WORK 58.0FOOT $2.60 $150.80' 13 MAINT.OF EXISTING TRAFFIC SIGNAL INSTALLATION 1.0� EACH $350.00 $350.00 14 ELECTRIC CABLE IN CONDUIT,SIGNAL NO.14 2C 1394.0 FOOT _ $0.90 $1,254.60 15 ELECTRIC CABLE IN CONDUIT, SIGNAL NO.14 3C _ 1426.0 FOOT $0.94 $ 1,340.44 16 TRAFFIC SIGNAL POST,GALVANIZED STEEL 10 FT _ 3.0 EACH $570.00 $1,710.00 17 PED.PUSH-BUTTON POST,GALVANIZED STEEL,TY II 1.0 EACH $385.00 $385.00 18 CONCRETE FOUNDATION,TYPE A 12.0 FOOT _ $185.00 $2,220.00 19 DRILL EXISTING HANDHOLE 4.0 EACH $105.00 $420.00 20 PEDESTRIAN SIGNAL HEAD LED,1-FACE,BM W/TIME( 8.0 EACH , $575.00 $4,600.00 21 DETECTOR LOOP,TYPE 1 95.0 FOOT $ 15.30 $1,453.50 22 PEDESTRIAN PUSH-BUTTON 8.0 EACH $245.00 $1,96000.00' 23 MODIFY EXISTING CONTROLLER CABINET 1.0, EACH $745.00 $745.00 24 REMOVE ELECTRIC CABLE FROM CONDUIT 664.0 FOOT $0.30 $199.20 25 RE-OPTIMIZE TRAFFIC SIGNAL SYSTEM LEVEL 1 1.0 EACH , $700.00 $700.00 26 GROUND EXISTING HANDHOLE 6.0 EACH $725.00 $1,350.00 27 URETHANE PAVEMENT MARKING-LINE 12" 1024.0 FOOT $4.00 $4,096.00 28 URETHANE PAVEMENT MARKING-LINE 24" 124.0 FOOT $8.00_ $992.00 29 ELECTRIC CABLE IN CONDUIT,GROUNDING,N06 1C 740.0 FOOT $1.90 $1,406.00 30 REBUILD EXISTING HANDHOLE 1.0, EACH $665.00 $665.00 31 REBUILD EXIST HANDHOLE TO HEAVY-DUTY HANDHOi 1.0 EACH $970.00 $970.00 32 CONSTRUCTION LAYOUT 1.0 L.SUM $1,000.00 $1,000.00 33 INSTALL CONCRETE SUBBASE AND ASPHALT 1.0 L.SUM $2,640.00 $2,640.00 34 12"DIAMETER SAWCUTS(CORING) 2.0 EACH $295.00 $590.00 35 URETHANE PAVEMENT MARKING-LINE 4" 154.0 FOOT $1.33 $204.82 36 PAINT PAVEMENT MARKING-LETTERS AND SYMBOLS 105.0 FOOT $2.88 $302.40 TOTALS $59,989.36 MISCELLANEOUS EXTRAS 0.0 $0.00 0.0 $0.00 TOTAL EXTRAS $0.00 i Page PAY EST. NO. 1 PEDESTRIAN SIGNAL INSTALLATION -COLLEGE GREEN AND RANDALL 10/12/2011 TOTAL COMPLETED $59,989.36 RETAINAGE(0%) $0.00 BALANCE DUE $59,989.36 MISCELLANEOUS DEBITS PAY ESTIMATE NO. 1 $0.00• PAY ESTIMATE NO.2 $0.00I PAY ESTIMATE NO.3 $0.00 PAY ESTIMATE NO.4 $0.00 TOTAL DEBITS $0.00 • NET AMOUNT DUE $59,969.36 SIGNED 1411— 2011 titi. TITLE APPROVED 2011 TITLE MISCELLANEOUS EXTRAS $0.00 PROJECT TOTAL $59,989.36 r Page Iiiri.f ettairCk UDS X14(. Schedule of Prices 2010 TRAFFIC SIGNAL MODIFICATION PEDESTRIAN SIGNAL INSTALLATION RETURN WITH BID RANDALL ROAD AND COLLEGE GREEN DRIVE ELGIN,ILLINOIS 411111) (For complete information covering these items,see plans and specifications) Item MOT Unit No. Code No. Items Unit Quantity Price Total 1 25200110 SODDING,SALT TOLERANT SQ YD 25 15.00 315.00 2 42001300 PROTECTIVE COAT SQ YD 100 •23 2.03 3 42400200 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SQ FT 780 10,00 78010.00 4 42400800 DETECTABLE WARNINGS SQ FT 80 24.00 1920.00 5 44000500 COMBINATION CURB AND GUTTER REMOVAL FOOT 80 17,00 1360,00 6 44000600 SIDEWALK REMOVAL SQ FT 186' 5,00 930,00 7 44003500 MEDIAN REMOVAL AND REPLACEMENT(SPECIAL) SQ FT 50 24,03 12C0.00 8 60603800 COMBINATION CONCRETE CURB AND GUTTER. TYPE B-6.12 FOOT ' 80 33.03 2640.00 9 70101700 TRAFFIC CONTROL AND PROTECTION L SUM 1 1600.00 1600.00 10 78300100 PAVEMENT MARKING REMOVAL - SQ FT 410 2.20 932.03 11 81000600 CONDUIT IN TRENCH,2"DIA.,GALVANIZED STEEL FOOT 67 9 •85 659 95 12 81900200 TRENCH AND BACKFILL FOR ELECTRICAL WORK FOOT 55 2•60 143.CO 13 85000200 MAINTENANCE OF EXISTING TRAFFIC SIGNAL INSTALLATION EACH 1 353.33 350.03 14 87301215 ELECTRIC CABLE IN CONDUIT,SIGNAL NO.14 2C FOOT ' 1,332 '90 1198. 80 15 87301225 ELECTRIC CABLE IN CONDUIT,SIGNAL NO.14 3C FOOT 1,365 1283.10ill .94 16 87502440 TRAFFIC SIGNAL POST,GALVANIZED STEEL 10 FT. EACH 3 570.CO 1710.00 17 87601200 PEDESTRIAN PUSH-BUTTON POST,GALVANIZED STEEL,TYPE EACH 1 385 CD 385.03 II 18 87800100 CONCRETE FOUNDATION,TYPE A - FOOT 12 185.03 2220.00 19 87900200 DRILL EXISTING HANDHOLE EACH 3 105.00 315.00 20 88102717 PEDESTRIAN SIGNAL HEAD,LED,1-FACE, BRACKET EACH 8' 575-00 4600.00MOUNTED WITH COUNTDOWN TIMER 21 88600100 DETECTOR LOOP,TYPE I FOOT 48 15.30 734.40 22 88800100 PEDESTRIAN PUSH-BUTTON EACH 8 245.03 1960.03 AI Page 1 of 2 Schedule of Prices • .. .. ,,, VI1K - vn • � Schedule of Prices 2010 TRAFFIC SIGNAL MODIFICATION PEDESTRIAN SIGNAL INSTALLATION i RETURN WITH BID RANDALL ROAD AND COLLEGE GREEN DRIVE ELGIN,ILLINOIS (For complete information covering these items,see plans and specifications) -Item IDOT `I Unit No. Code No. Items W Unit Quantity- Price Total 23 89502210 'MODIFY EXISTING CONTROLLER CABINET EACH J 1 745.00745 .00 24 89502300 REMOVE ELECTRIC CABLE FROM CONDUIT FOOT 896 "30 268.E 25 X0325890 RE-OPTIMIZE TRAFFIC SIGNAL SYSTEM LEVEL 1 EACH 1 700.00 70J.00 26 X0325982 GROUND EXISTING HANDHOLE EACH 6 725.00 13E"Q 27 X7800650 URETHANE PAVEMENT MARKING=LINE 12" FOOT 1,198 4"00 4792.00 28 X7800680 URETHANE PAVEMENT MARKING-LINE 24" FOOT 126 8.00 1016.00 29 X8730027 ELECTRIC CABLE IN CONDUIT,GROUNDING, NO. 6 1C FOOT 998 1.90 1896"20 30 X8950200 REBUILD EXISTING HANDHOLE EACH 2 665.00 1330.00 i 31 X8950210 REBUILD EXISTING HANDHOLE TO HEAVY-DUTY HANDHOLE EACH 1 970.03 970"00 32 CONSTRUCTION LAYOUT LSUM 1 1000"00 1000"G0 Bidder's Pr..osal for Making Entire Improvements. 48366.25 r • • eft. Page 2 of 2 Schedule of Prices • . . ii ELGIN THE CITY IN THE SUBURBS" DATE: January 9, 2012 TO: Aaron Cosentino, Management Analyst FROM: Kimberly Dewis, City Clerk SUBJECT: Resolution No. 11-192, Adopted at the December 7, 2011, Council Meeting Enclosed you will find the agreement listed below. Please distribute this agreement to the other party and keep a copy for your records if you wish. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Change Order No. 1 and Final for the Contract with Virgil Cook and Sons, Inc. for Pedestrian Crossing at College Green Drive and Randall Road