Loading...
11-87 Resolution No. 11-87 RESOLUTION APPROVING CHANGE ORDER NO. 1 FOR THE CONTRACT WITH TRIGGI CONSTRUCTION, INC. FOR THE 2011 NEIGHBORHOOD STREET REHABILITATION-NORTH STREET AND PORTER STREET PROJECT WHEREAS,the City of Elgin has heretofore entered into a contract with Triggi Construction, Inc. for the 2011 Neighborhood Street Rehabilitation-North Street and Porter Street 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 Sean R, Stegall, 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/ David J. Kaptain David J. Kaptain, Mayor Presented: May 11, 2011 Adopted: May 11, 2011 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Jennifer Quinton Jennifer Quinton, Acting City Clerk for t City of Elgin Change Order • ELGIN, ILLINOIS 2011 NEIGHBORHOOD STREET REHABILITATION— NORTH AND PORTER CHANGE ORDER No. 1 CONTRACT: 2011 Neighborhood Street Rehabilitation—North and Porter. Bid No. 11-014 SCOPE: Change Order No. 1 is a balancing change order for the North and Porter project, inclu- sive of the balancing of all contract items and the reduction of various pay items as required to complete the construction. The major contract deductions were associated with proposed construc- tion of new water main versus removing and upgrading existing water main. The water main quan- tity being removed from the contract is smaller diameter main which normally is replaced with lar- ger diameter main as part of the annual street rehabilitation projects. The water mains being re- moved are those that historically are in good shape and are unnecessary from a maintenance per- spective. REASONS FOR CHANGE: The removal of the above items and therefore the decreases in the water main contract quantities is being requested by the City to reduce this contracts total cost. The change is germane to the original contract as signed, is authorized by law and was not foresee- able at the time the original contact was signed. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The contract included new water main on four blocks of Porter Street, one block of North Street, one block of Gifford Street and one block of College Street. The contract is being amended as to cost and scope, with the scope in- cluding reduction of water main, reduction of street repairs and some construction time relative to these items. The cost amendments may be found in the attached and as follows: ORIGINAL CONTRACT BID AMOUNT: $3,063,307.85 CHANGE ORDER No. 1 (see attachment for individual items) Deductions in bid contract items $770,305.75 Additions in bid contract items $ 17,735.00 TOTAL FOR CHANGE ORDER NO. 1: DEDUCT $752,570.75 TOTAL OF PREVIOUS CHANGE ORDERS: $0.00 TOTAL REVISED CONTRACT AMOUNT: $2,310,737.10 The original amount of the contract bid with Triggi Construction, Inc. is $3,063,307.85. Change Order No, 1 will decrease the original contract bid amount by a total of$752,570.75 that sum representing twenty-five percent (25%)of the original contract bid amount. The new contract amount, inclusive of all change orders is $2,310,737.10. OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. ELGIN,ILLINOIS 2011 STREET REHABILITATION—North and Porter CHANGE ORDER No. 1 Agreed to this 11 day of May , 2011. Recommended by: ENGINEERING DEPARTMENT By: Joe Evers Title: _ City Engineer Date: May,J..l-, 2011 __7 Signature: ( G A _._ Accepted b : TRIGGI CONSTRUCTION, INC. Party of the Second Part(Contractor) By: Giovanni Difruscolo Title: Acting President Date: 4/14/11 Signature: 6l' 1 _4(2..,a cs Approved J CITY OF ELGIN Party of the First Part(Owner) By: Sean Stegall Title: City Manager Date: May 11, 2011 Signature: frei F:\Public_Works\Engineering\Capital Projects\2011 Street Rehabilitation\Raymond Street Rehabilitation\Change Order Form-2011 Street Rehabilitation Change Order 1(2).doc 2011 NEIGHBORHOOD STREET REHABILITATION-NORTH AND PORTER ATTACHMENT TO CHANGE ORDER NUMBER 1 ITEM DESCRIPTION Deduct Add Pay item#1 Leveling Binder(Machine Method)-Deduct 300 Ton @$61.00/Ton $18,300.00 Pay item#3 HMA Surface,Superpave,N30,11-9.51(Low Esal),Mix D-Deduct 200 Ton @$63.00/Ton $12,600.00 Pay item#4 HMA Binder,Superpave,N30,IL-19.0L(Low Esal)-Deduct 525 Ton @$51.00/Ton $26,775.00 Pay item#5 Bituminous Surface Removal(Special)-Deduct 3,160 SY @$2.20/SY $6,952.00 Pay item#6 Pavement Removal(Special)-Deduct 2,910 SY @$6.00/SY $17,460.00 Pay item#7 Temporary Access(Private Entrance)-Deduct 5 EA @$1.00/EA $5.00 Pay item#8 Temporary Access(Commercial Entrance)-Deduct 2 EA @$1.00/EA $2.00 Pay item#10 Aggregate Base Course,Type B,4"-Deduct 2,910 SY @$5.00/SY $14,550.00 Pay item#11 Area Reflective Crack Control,System"A"-Deduct 250 SY @$1.50/SY $375.00 Pay item#12 Bituminous Materials(Prime Coat)SS-1,MC-30-Deduct 1,580 GAL @$0.01/GAL $15.80 Pay item#14 Class"C"Patches-8"-Deduct 2,465 SY @$33.00/SY $81,345.00 Pay item#18 Combination Curb&Gutter Removal-Deduct 1,405 LF @$4.25/LF $5,971.25 Pay item#19 Combination B6.18 Curb&Gutter-Deduct 1,405 LF @$14.00/LF $19,670.00 Pay item#20 Monolithic Sidewalk Removal-Deduct 1,700 SF @$1.25/SF $2,125.00 Pay item#21 Monolithic Sidewalk,5"-Deduct 1,700 SF @$5.50/SF $9,350.00 Pay item#22 Sidewalk Removal-Deduct 6,150 SF @$1.00/SF $6,150.00 Pay item#23 P.C.C.Sidewalk,5"-Deduct 6,150 SF @$3.00/SF $18,450.00 Pay item#24 P.C.C.Sidewalk,5"-ADA Compliant(Detectable Warning Tile)-Deduct 100 SF @$20.00/SF $2,000.00 Pay item#25 Driveway Pavement Removal-Deduct 250 SY @$9.00/SY $2,250.00 Pay item#26 P.C.C.Driveway Pavement,6"-Deduct 290 SY @$30.00/SY $8,700.00 Pay item#27 P.C.C.Driveway Pavement,8"-Add 10 SY @$35.00/SY $350.00 Pay item#28 Manholes to be Adjusted,Special-Deduct 2 EA @$485.00/EA $970.00 Pay item#29 Manholes to be Reconstructed-Deduct 1 EA @$750.00/EA $750.00 Pay item#30 Catch Basin to be Adjusted-Deduct 13 EA @$225.00/EA $2,925.00 Pay item#31 Catch Basin to be Reconstructed-Deduct 1 EA @$500.00/EA $500.00 Pay item#33 Valve Vault to be Adjusted-Add 9 EA @$485.00/EA $4,365.00 Pay item#34 Neenah R-1713/390 lbs/Concealed Pick Holes-Deduct 18 EA @$230.00/EA $4,140.00 Pay item#35 Neenah R-1712-C(390 lbs)-Add 4 EA @$230.00/EA $920.00 Pay item#36 Neenah R-3065/Ty A Frame/Open Box/410 lbs-Deduct 13 EA @$300.00/EA $3,900.00 Pay item#37 Inlet Filters-Deduct 5 EA @$100.00/EA $500.00 Pay item#38 Structures to be Cleaned(Not Adj or Recon)-Deduct 16 EA @$235.00/EA $3,760.00 Pay item#40 P.C.C.Stairs-Deduct 25 CY @$300/SY $7,500.00 Pay item#41 Sodding and Supplemental Watering-Sod-Deduct 3,660 SY @$4.95/SY $18,117.00 Pay item#46 Ductile Iron Pipe-4"Water Main-Deduct 30 LF @$65.50/LF $1,965.00 Pay item#47 Ductile Iron Pipe-6"Water Main-Deduct 120 LF @$52.50/LF $6,300.00 Pay item#48 Ductile Iron Pipe-8"Water Main-Deduct 3,075 LF @$58.50/LF $179,887.50 Pay item#49 Steel Casing Pipe-16"(OPEN CUT)-Deduct 198 LF @$37.00/LF $7,326.00 Pay item#50 Ductile Iron Fittings-Deduct 3,040 LBS @$2.00/LBS $6,080.00 Pay item#51 Polyethelene Wrap(6"DIP)-Deduct 120 LF @$0.40/LF $48.00 Pay item#52 Polyethelene Wrap(8"DIP)-Deduct 3,075 LF @$0.40/LF $1,230.00 Pay item#53 Valve Vault 5'Diameter-Deduct 18 EA @$1,550.00/EA $27,900.00 Pay item#54 8"Gate Valve-Deduct 18 EA @$950.00/EA $17,100.00 Pay item#55 Remove and Replace Existing Valve&Vault-Add 2 EA @$5,000/EA $10,000.00 Pay item#56 Fire Hydrant,Complete-Deduct 7 EA @$3,450.00/EA $24,150.00 Pay item#57 Fire Hydrants to be Removed-Deduct 9 EA @$250.00/EA $2,250.00 Pay item#58 Adjusting Water Main,8"or Less-Deduct 35 LF @$140.00/LF $4,900.00 Pay item#59 Cut-In Connection-Watermain-Deduct 20 EA @$3,000.00/EA $60,000.00 Pay item#60 Near Side Water Service-Deduct 36 EA @$1,050.00/EA $37,800.00 Pay item#61 Far Side Water Service-Deduct 36 EA @$1,375.00/EA $49,500.00 Pay item#62 Reconnect To Existing Services-Deduct 72 EA @$200.00/EA $14,400.00 Pay item#64 Adjust Domestic Water Service Box-Deduct 25 EA @$75.00/EA $1,875.00 Pay item#65 Replace Domestic Water Service Box Lid-Deduct 10 EA @$10.00/EA $100.00 Pay item#66 Replace Domestic Water Service Box Top Section-Deduct 5 EA @$50.00/EA $250.00 Pay item#67 Replace Domestic Water Service Box-Deduct 5 EA @$100.00/EA $500.00 Pay item#68 Ductile Iron Pipe-6"Sanitary-Deduct 10 LF @$82.00/LF $820.00 Pay item#69 Ductile Iron Pipe-8"Sanitary-Deduct 10 LF @$85.00/LF $850.00 Pay item#70 4"Thermoplastic Pavement Marking-Deduct 10 LF @$0.70/LF $7.00 Pay item#72 24"Thermoplastic Pavement Marking-Deduct 26 LF @$4.20/LF $109.20 Pay item#75 Storm Manhole-48"-Add 1 EA @$2,000.00/EA $2,000.00 Pay item#76 Remove Storm Manhole-Add 1 EA @$100.00/EA $100.00 Pay item#77 Sanitary Manhole-48"-Deduct 2 EA @$2,200.00/EA $4,400.00 Pay item#78 Remove Sanitary Manhole-Deduct 2 EA @$100.00/EA $200.00 Pay item#79 8"DIP Storm Sewer-Deduct 150 LF @$57.00/LF $8,550.00 Pay item#84 Sewer Removal and Replacement,8"-Deduct 43 LF @$113.00/LF $4,859.00 Pay item#85 Sewer Removal and Replacement,10"-Deduct 43 LF @$143.00/LF $6,149.00 Pay item#86 Sewer Removal and Replacement,12"-Deduct 25 LF @$135.00/LF $3,375.00 Pay item#94 Street Name Sign Assembly-9"-Deduct 2 EA @$275.00/EA $550.00 Pay item#95 Stop Sign-Deduct 1 EA @$110.00/EA $110.00 Pay item#96 Sign Panel-Deduct 30 SF @$19.50/SF $585.00 Pay item#97 Sign Post-Deduct 18 LF @$4.00/LF $72.00 TOTAL DEDUCTIONS,TOTAL ADDITIONS $770,305 75 $17,735.00 AMOUNT OF CHANGE ORDER-DEDUCT 1 $752,570.75 ill F _ ':DRT TO MAYOR & MEMBERS OF CITY COUNrLiL E LG I N THE CITY IN THE SUBURBS AGENDA ITEM: 2 MEETING DATE: April 27, 2011 ITEM: Bid 11-014 and Change Order No. 1, 2011 North and Porter Area Street Rehabilitation and Wa- ter Main Project ($2,310,737) OBJECTIVE: Improve water main, sanitary, storm and pavement infrastructure on North Street, on Porter Street and on several adjacent side streets RECOMMENDATION: Award the North and Porter Street Area Street Rehabilitation bid to Triggi Construction Compa- ny, Inc. of West Chicago in the amount of $3,063,308, and approve change order number one for a reduction of$752,571 for a total construction contract award of$2,310,737 BACKGROUND The Porter Street area, along with the side streets included in the contract, was generally de- veloped around 1880. The North Street area, along with the side streets included in the con- tract, was generally developed between 1840 and 1890. The city initiated its street rehabilitation program in the early 1980's, beginning work in the older, core central neighborhoods and expanding outward since then. The early program pri- marily focused on restoring pavement, repairing damaged curb and gutter and correcting side- walk trip hazards. Turf restoration was limited topsoil replacement and seeding. The program evolved into its present configuration which, in addition to, restoring pavement, completely re- placing curb and gutter and repairing all deteriorated sidewalk, also includes replacing drive- way approaches, repairing water mains and sewers when necessary, upgrading signage and us- ing sod when restoring damaged turf areas. The code enforcement department will also be sur- veying properties within the project limits to bring identified code deficiencies into compliance with the city's ordinances. The North and Porter Street Area project is being completed under the 2011 Neighborhood Street Rehabilitation Program. The budget for the 2011 street rehabilitation projects has been increased by utilizing savings of the 2010 street projects. The North Street/Porter Street project required proposals for both a base bid and a separate alternate bid to utilize the remaining r funds left over after awarding the Eagle Heights and the Raymond Street projects earlier this year. The base bid solicited proposals for all water mains and streets west of Hill Avenue. The alternate bid included all water mains and streets highlighted in the project map identified as Attachment A, plus the two blocks of North Porter Street south of Park Street. The condition of the streets within the area noted in Attachment A are in poor condition. Staff is recommending to complete as much of the entire project as possible, but recognizes the need to reduce the project's overall costs to fit remaining budgets. The most significant costs within the base and alternate bids are for the water main replacement. With this recognition, staff is balancing the need to remove a significant portion of the project's water main work while still maintaining a significant portion of the street work. Two blocks of North Porter Street have been identified as not requiring the water main's replacement because the water main within those two blocks is in good condition. To reduce the low bid to fit available budgets, the low bidder and the city will need to approve a change order in conjunction with the project award. The low, responsive bidder for the alter- nate project is agreeable with reducing the project's overall cost. A change order is included as Attachment B to reduce the low bid of the alternate project by $752,571.75. The change order removes several blocks of water main which also allows the saving of two blocks of streets in good condition. The two blocks are North Porter between Park and Division. OPERATIONAL ANALYSIS After the award and the change order, the project will include removing and replacing curb and gutter, sidewalk and drive approaches, repairing the pavement base, pavement grinding and new riding surface of three inches of new bituminous concrete. The project will improve ap- proximately 1.6 miles of streets. The project also includes replacing approximately 2,200 lineal feet of deficient water main with new, eight-inch diameter water main, plus replacing 500 lineal feet of deficient sanitary sewer and 225 lineal feet of new storm sewer. Six project bids were received ranging from a low of $3,063,307.85 to a high bid of $3,953,498.85. The engineers estimate for the project is $3,343,065.The low bid was submitted by Triggi Construction, Inc. ("Triggi").Triggi has previously worked for the city and has provided a satisfactory product. With the change order, the low bid is being reduced to$2,310,737.10. INTERESTED PERSONS CONTACTED An open house meeting with affected residents was held on January 25, 2011. FINANCIAL ANALYSIS Staff is recommending awarding the 2011 Neighborhood Street Rehabilitation—North Street/Porter Street Project to Triggi and approving the deduct change order with Triggi in the i!) 2 amounts of $3,063,307.85 and $752,570.75 respectively, resulting in a net contract amount of $2,310,737.10. Costs of each construction component of the reduced scope project are as follows: Components Amount Neighborhood Street Rehabilitation $1,556,423.60 Annual Water Distribution System Upgrades $ 561,606.00 Sewer Rehabilitation $ 192,707.50 Total Award and Change Order $2,310,737.10 In addition to the construction component, advertising and design engineering costs o $168,695 were incurred and construction administration costs of $170,532 will be paid. The total con- struction cost of this project is estimated to be $2,649,364. The construction administration contract will be submitted under separate memorandum to city council. BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT# AMOUNT AMOUNT AVAIL- BUDGETED ABLE Center City TIF 262-0000-791.93-80 59911D $1,135,490 $1,063,940 Riverboat 275-0000-791.93-80 59911D $541,692 $541,692 Riverboat Lease 276-0000-791.93-80 59911D $222,800 $222,800 2005 Bond 365-4000-795.93-41 59911D $72,550 $0 365-4200-795.93-41 $24,500 $0 2006 Bond 366-4000-795.93-90 59911D $5,800 $5,705 2010 Bond 370-4000-795.93-80 59911D $155,965 $155,965 2011 Bond 371-4000-795.93-90 59911D $488,600 $488,600 2002 Bond 382-0000-795.93-80 59911D $84 $84 2004 Bond 384-4000-795.93-90 59911D $3600 $3600 LEGAL IMPACT Notices were published in the Courier News on February 14, 2011 and on the city's web site. The bids were opened and read publicly on March 1, 2011. There were six bidders for the project with bids ranging from a low of$3,063,307.85 to a high bid of$3,953,498.85. Triggi was the lowest responsive bidder.A bid tab is included as Attachment C. The reduction of the amount of the contract award pursuant to change order number one is permitted pursuant to section 5.08.110 of the city's procurement ordinance which permits the negotiation of an adjustment of the bid price with the low responsive and responsible bidder by eliminating independent deductive items specified in the invitation for bid to bring the awarded bid within the amount of available funds. 3 . i ALTERNATIVES The city council may choose to reject all bids. Additional direction will be necessary before the project could be repackaged and bid. NEXT STEPS 1. Contract and Change Order documents are executed. 2. Issue notice to proceed. 3. Deliver notices of construction to each property within the project limits. 4. Construction scheduled to be completed by November 1, 2011. Originators: Joseph Evers, City Engineer David L. Lawry, Public Services Director Final Review: Colleen Lavery, Chief Financial Officer William A. Cogley, Corporation Counsel/Chief Development Officer Richard G. Kozal,Assistant City Manager/Chief Operating Officer Approved: Sean R. Stegall, City Manager ATTACHMENTS A. Location Map B. Change Order No. 1 C. Bid Summary Sheet 4) 111 h 4 Exhitit A 2011 Neighborhood Street Rehabilitation Location Map r J 2011 Street Rehabilitation Exhibit A North St / Porter i a __ii \ . Center St St \ H \_____\ _ „.......,,, ..„ T.,..4t_ tH ,i,.. ce \....\I . \ Ale [1:1 enn son Ct z Academy P1 1 College St Gifford St Gifford St NN Hinsdell Pl R is� 0 • • 0 n' ..° N " OU �O Channin: St 4 4 \ [I ••iii Pl Walker Place t Pl . .\. - Poplar Porter St .... Ct t Porter �• Ct \ 1 N Liberty St ..' ili.i: AI \ riFiFirir-ir-1 4 Exhitit B 2011 Neighborhood Street Rehabilitation Change Order No. 1 Deduct from Low Bid [��•{OF El.c, • k City of Elgin Change Order ELGIN, ILLINOIS 2011 NEIGHBORHOOD STREET REHABILITATION—NORTH AND PORTER CHANGE ORDER No. 1 CONTRACT: 2011 Neighborhood Street Rehabilitation—North and Porter. Bid No. 11-014 SCOPE: Change Order No. 1 is a balancing change order for the North and Porter project, inclu- sive of the balancing of all contract items and the reduction of various pay items as required to complete the construction. The major contract deductions were associated with proposed construc- tion of new water main versus removing and upgrading existing water main. The water main quan- tity being removed from the contract is smaller diameter main which normally is replaced with lar- ger diameter main as part of the annual street rehabilitation projects. The water mains being re- moved are those that historically are in good shape and are unnecessary from a maintenance per- spective. REASONS FOR CHANGE: The removal of the above items and therefore the decreases in the water main contract quantities is being requested by the City to reduce this contracts total cost. The change is germane to the original contract as signed, is authorized by law and was not foresee- able at the time the original contact was signed. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The contract included new water main on four blocks of Porter Street, one block of North Street, one block of Gifford Street and one block of College Street. The contract is being amended as to cost and scope, with the scope in- cluding reduction of water main, reduction of street repairs and some construction time relative to these items. The cost amendments may be found in the attached and as follows: ORIGINAL CONTRACT BID AMOUNT: $3,063,307.85 CHANGE ORDER No. 1 (see attachment for individual items) Deductions in bid contract items $770,305.75 Additions in bid contract items $ 17,735.00 TOTAL FOR CHANGE ORDER NO. 1: DEDUCT $752,570.75 TOTAL OF PREVIOUS CHANGE ORDERS: $0.00 TOTAL REVISED CONTRACT AMOUNT: $2,310,737.10 The original amount of the contract bid with Triggi Construction, Inc. is $3,063,307.85. Change Order No, 1 will decrease the original contract bid amount by a total of$752,570.75 that sum representing twenty-five percent(25%)of the original contract bid amount. The new contract amount, inclusive of all change orders is $2,310,737.10. OTHER CONTRACT PROVISIONS: All other contract provisions remain the same. ELGIN, ILLINOIS 2011 STREET REHABILITATION—North and Porter CHANGE ORDER No. 1 Agreed to this day of , 2011. Recommended by: ENGINEERING DEPARTMENT By: Joe Evers Title: City Engineer Date: Signature: Accepted by: TRIGGI CONSTRUCTION, INC. Party of the Second Part (Contractor) By: Title: Date: Signature: Approved by: CITY OF ELGIN Party of the First Part(Owner) By: Sean Stegall Title: City Manager Date: Signature: F:\Public_Works\Engineering\Capital Projects\2011 Street Rehabilitation\Raymond Street Rehabilitation\Change Order Form-2011 Street Rehabilitation Change Order 1(2).doc 2011 NEIGHBORHOOD STREET REHABILITATION-NORTH AND PORTER ATTACHMENT TO CHANGE ORDER NUMBER 1 ITEM DESCRIPTION Deduct Add Pay item#1 Leveling Binder(Machine Method)-Deduct 300 Ton @$61.00/Ton $18,300.00 Pay item#3 HMA Surface,Superpave,N30,IL-9.5L(Low Esal),Mix D-Deduct 200 Ton @$63.00/Ton $12,600.00 Pay item#4 HMA Binder,Superpave,N30,IL-19.0L(Low Esal)-Deduct 525 Ton @$51.00/Ton $26,775.00 Pay item#5 Bituminous Surface Removal(Special)-Deduct 3,160 SY @$2.20/SY $6,952.00 Pay item#6 Pavement Removal(Special)-Deduct 2,910 SY @$6.00/SY $17,460.00 Pay item#7 Temporary Access(Private Entrance)-Deduct 5 EA @$1.00/EA $5.00 Pay item#8 Temporary Access(Commercial Entrance)-Deduct 2 EA @$1.00/EA $2.00 Pay item#10 Aggregate Base Course,Type B,4"-Deduct 2,910 SY @$5.00/SY $14,550.00 Pay item#11 Area Reflective Crack Control,System"A"-Deduct 250 SY @$1.50/SY $375.00 Pay item#12 Bituminous Materials(Prime Coat)SS-1,MC-30-Deduct 1,580 GAL @$0.01/GAL $15.80 Pay item#14 Class"C"Patches-8"-Deduct 2,465 SY @$33.00/SY $81,345.00 Pay item#18 Combination Curb&Gutter Removal-Deduct 1,405 LF @$4.25/LF $5,971.25 Pay item#19 Combination B6.18 Curb&Gutter-Deduct 1,405 IF @$14.00/LF $19,670.00 Pay item#20 Monolithic Sidewalk Removal-Deduct 1,700 SF @$1.25/SF $2,125.00 Pay item#21 Monolithic Sidewalk,5"-Deduct 1,700 SF @$5.50/SF $9,350.00 Pay item#22 Sidewalk Removal-Deduct 6,150 SF @$1.00/SF $6,150.00 Pay item#23 P.C.C.Sidewalk,5"-Deduct 6,150 SF @$3.00/SF $18,450.00 Pay item#24 P.C.C.Sidewalk,5"-ADA Compliant(Detectable Warning Tile)-Deduct 100 SF @$20.00/SF $2,000.00 Pay item#25 Driveway Pavement Removal-Deduct 250 SY @$9.00/SY $2,250.00 Pay item#26 P.C.C.Driveway Pavement,6"-Deduct 290 SY @$30.00/SY $8,700.00 Pay item#27 P.C.C.Driveway Pavement,8"-Add 10 SY @$35.00/SY $350.00 Pay item#28 Manholes to be Adjusted,Special-Deduct 2 EA @$485.00/EA $970.00 Pay item#29 Manholes to be Reconstructed-Deduct 1 EA @$750.00/EA $750.00 Pay item#30 Catch Basin to be Adjusted-Deduct 13 EA @$225.00/EA $2,925.00 Pay item#31 Catch Basin to be Reconstructed-Deduct 1 EA @$500.00/EA $500.00 Pay item#33 Valve Vault to be Adjusted-Add 9 EA @$485.00/EA $4,365.00 Pay item#34 Neenah R-1713/390 lbs/Concealed Pick Holes-Deduct 18 EA @$230.00/EA $4,140.00 Pay item#35 Neenah R-1712-C(390 Ibs)-Add 4 EA @$230.00/EA $920.00 Pay item#36 Neenah R-3065/Ty A Frame/Open Box/410 lbs-Deduct 13 EA @$300.00/EA $3,900.00 Pay item#37 Inlet Filters-Deduct 5 EA @$100.00/EA $500.00 Pay item#38 Structures to be Cleaned(Not Adj or Recon)-Deduct 16 EA @$235.00/EA $3,760.00 Pay item#40 P.C.C.Stairs-Deduct 25 CY @$300/SY $7,500.00 Pay item#41 Sodding and Supplemental Watering-Sod-Deduct 3,660 SY @$4.95/SY $18,117.00 Pay item#46 Ductile Iron Pipe-4"Water Main-Deduct 30 LF @$65.50/LF $1,965.00 Pay item#47 Ductile Iron Pipe-6"Water Main-Deduct 120 IF @$52.50/LF $6,300.00 Pay item#48 Ductile Iron Pipe-8"Water Main-Deduct 3,075 LF @$58.50/LF $179,887.50 Pay item#49 Steel Casing Pipe-16"(OPEN CUT)-Deduct 198 LF @$37.00/LF $7,326.00 Pay item#50 Ductile Iron Fittings-Deduct 3,040 LBS @$2.00/LBS $6,080.00 Pay item#51 Polyethelene Wrap(6"DIP)-Deduct 120 LF @$0.40/LF $48.00 Pay item#52 Polyethelene Wrap(8"DIP)-Deduct 3,075 IF @$0.40/LF $1,230.00 Pay item#53 Valve Vault 5'Diameter-Deduct 18 EA @$1,550.00/EA $27,900.00 Pay item#54 8"Gate Valve-Deduct 18 EA @$950.00/EA $17,100.00 Pay item#55 Remove and Replace Existing Valve&Vault-Add 2 EA @$5,000/EA $10,000.00 Pay item#56 Fire Hydrant,Complete-Deduct 7 EA @$3,450.00/EA $24,150.00 Pay item#57 Fire Hydrants to be Removed-Deduct 9 EA @$250.00/EA $2,250.00 Pay item#58 Adjusting Water Main,8"or Less-Deduct 35 LF @$140.00/LF $4,900.00 Pay item#59 Cut-In Connection-Watermain-Deduct 20 EA @$3,000.00/EA $60,000.00 Pay item#60 Near Side Water Service-Deduct 36 EA @$1,050.00/EA $37,800.00 Pay item#61 Far Side Water Service-Deduct 36 EA @$1,375.00/EA $49,500.00 Pay item#62 Reconnect To Existing Services-Deduct 72 EA @$200.00/EA $14,400.00 Pay item#64 Adjust Domestic Water Service Box-Deduct 25 EA @$75.00/EA $1,875.00 Pay item#65 Replace Domestic Water Service Box Lid-Deduct 10 EA @$10.00/EA $100.00 Pay item#66 Replace Domestic Water Service Box Top Section-Deduct 5 EA @$50.00/EA $250.00 Pay item#67 Replace Domestic Water Service Box-Deduct 5 EA @$100.00/EA $500.00 Pay item#68 Ductile Iron Pipe-6"Sanitary-Deduct 10 LF @$82.00/LF $820.00 Pay item#69 Ductile Iron Pipe-8"Sanitary-Deduct 10 LF @$85.00/LF $850.00 Pay item#70 4"Thermoplastic Pavement Marking-Deduct 10 LF @$0.70/LF $7.00 Pay item#72 24"Thermoplastic Pavement Marking-Deduct 26 LF @$4.20/LF $109.20 Pay item#75 Storm Manhole-48"-Add 1 EA @$2,000.00/EA $2,000.00 Pay item#76 Remove Storm Manhole-Add 1 EA @$100.00/EA $100.00 Pay item#77 Sanitary Manhole-48"-Deduct 2 EA @$2,200.00/EA $4,400.00 Pay item#78 Remove Sanitary Manhole-Deduct 2 EA @$100.00/EA $200.00 Pay item#79 8"DIP Storm Sewer-Deduct 150 LF @$57.00/LF $8,550.00 Pay item#84 Sewer Removal and Replacement,8"-Deduct 43 LF @$113.00/LF $4,859.00 Pay item#85 Sewer Removal and Replacement,10"-Deduct 43 IF @$143.00/LF $6,149.00 Pay item#86 Sewer Removal and Replacement,12"-Deduct 25 IF @$135.00/LF $3,375.00 Pay item#94 Street Name Sign Assembly-9"-Deduct 2 EA @$275.00/EA $550.00 Pay item#95 Stop Sign-Deduct 1 EA @$110.00/EA $110.00 Pay item#96 Sign Panel-Deduct 30 SF @$19.50/SF $585.00 Pay item#97 Sign Post-Deduct 18 IF @$4.00/LF $72.00 TOTAL DEDUCTIONS,TOTAL ADDITIONS $770,305.75 $17,735.00 AMOUNT OF CHANGE ORDER-DEDUCT $752,570.75 Exhitit C 2011 Neighborhood Street Rehabilitation Bid Summary Base Bid and Alternate Bid 2011 NEIGHBORHOOD IMPROVEMENTS - NORTH/PORTER AVENUE BID SUMMARY City of Elgin CBBEL Project No. 10-0438 March 1, 2011 CONTRACTOR BASE BIDS ALTERNATE BID Engineer's Estimate $ 2,114,421.00 $ • 3,343,065.00 CA Cement $ 1,965,490.55 $ 3,091,430.90 Triggi2 $ 1,982,794.10 $ 3,063,307.85 DiNatale $ 2,066,935.60 $ 3,332,386.35 G&M Cement $ 2,129,867.04 $ 3,336,101.55 A-Lamp $ 2,500,342.00 $ 3,953,097.00 Landmark $ 2,552,611.80 $ 3,953,498.85 'Apparent Low Bidder for Base Bid 2 Apparent Low Bidder for Alternate Bid 3 Bid Amounts Reflect Error Corrections for CA Cement, DiNatale and G&M Cement 4) ELGIN THE CITY IN THE SUBURBS` DATE: May 16, 2011 TO: Joe Evers, City Engineer FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 11-89, Adopted at the May 11, 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. • Amendment Agreement No. 1 with Christopher B. Burke Engineering, Ltd. (2011 Neighborhood Street Rehabilitation-North Street/Porter Street) . . 41 ELGIN THE CITY IN THE SUBURBS- DATE: May 16, 2011 TO: Joe Evers, City Engineer FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 11-87, Adopted at the May 11, 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 for the Contract with Triggi Construction, Inc. for the 2011 Neighborhood Street Rehabilitation-North Street and Porter Street Project