Loading...
R-17-02 03/11/021 RESOLUTION p_ RESOLUTION AUTHORIZING CONTRACT CHANGE ORDER FOR CONSTRUCTION SERVICES RENDERED IN CONJUNCTION WITH THE 2000 ROAD RESURFACING PROGRAM, PHASE III WHEREAS, the Village of Lemont has previously awarded a construction contract to Unique Plumbing Co., Inc. for the 2000 Road Resurfacing Program, Phase III; and WHEREAS, the Village of Lemont has determined that certain changes to the contract totaling a negative ($81,468.42) are necessary to satisfactorily complete the construction project; and WHEREAS, the contract changes are a result of final quantities as measured in place and changes that were not originally contemplated at the time the contract was awarded. NOW, THEREFORE, BE IT RESOLVED, by the President and Board of Trustees that the Contract Change Order with Unique Plumbing Co., Inc in the negative amount of ($81,468.42) is hereby approved. PASSED AND APPROVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF LEMONT, COUNTIES OF COOK, WILL AND DUPAGE, ILLINOIS, on this Y lth day of March , 2002. John Benik Debby Blatzer Peter Coules Connie Markiewicz Steven Rosendahl Jeanette Virgilio AYES v 2 NAYS PASSED ABSENT CHARLENE SMOLLEN, Village Clerk Approved by me this llth day of March , 2002. Attest: . PIAZZA, illage ENE SMOL Village C k Approved as to for HN ANTONOPO Village Attorney dent PAYMENT ESTIMATE OWNER: Village of Lemont PROJECT DESCRIPTION: Year 2000 Road Program & Water Main Replacement - Phase III PAYMENT TO: ESTIMATE NO.: Unique Plumbing Co., Inc., 9408 W. 47th Street, Brookfield, IL 60513 5 & Final Page 1 Of 3 PROJECT NO : 01053 FROM: November 20, 2001 TO: February 26, 2002 Item No Description Awarded Approved-For Payment Unit Quantity Amount Over Under Quantity Unit Price Amount 1 Bituminous Surface Removal, 1 -1/4" Avg. S.Y. 2300 $ 5,290.00 647 2947 $ 2.30 $ 6,778.10 2 Bituminous Surface Removal (Over Concrete S.Y. 8040 23,316.00 4025 4015 2.90 11,643.50 Pavement), Variable Depth 3 Bituminous Surface Removal, Butt Joint S.Y. 310 3,208.50 22 332 10.35 3,436.20 4 Bituminous Surface Removal- Variable Depth S.Y. 340 2,737.00 64 276 8.05 2,221.80 (for Driveways) /Alley Chestnut to Walnut 5 Concrete Alley Pavement Removal S.Y. 20 220.00 20 11.00 6 Driveway Pavement Removal S.Y. 250 2,587.50 2 252 10.35 2,608.20 7 Sidewalk Removal S.F. 3125 2,968.75 546 2579 0.95 2,450.05 8 Combination Curb and Gutter Removal FOOT 1600 8,000.00 1199 2799 5.00 13,995.00 9 Class D Patches, Type 11, 6" S.Y. 800 26,400.00 1760 2560 33.00 84,480.00 10 Fiberglass Fabric Repair System S.Y. 500 10,350.00 500 20.70 11 Area Reflective Crack Control Treatment, System A S.Y. 11960 9,568.00 542 11418 0.80 9 ;134.40 12 Aggregate Shoulders, Type B TON 100 2,100.00 20 80 21.00 1,680.00 13 Bituminous Materials (Prime Coat) TON 14.7 3,822.00 8.9 5.8 260.00 1,508.00 14 Leveling Binder (Machine Method), Mixture C, Type 2 TON 655 30,916.00 59 596 47.20 28,131.20 15 Bituminous Concrete Surface Course, Mixture C, Class 1, Type 3 TON 1395 64,588.50 98 1297 46.30 60,051.10 16 Mixture For Joints, Cracks & Flangeways TON 30 4,200.00 30 140.00 17 Temporary Ramp S.Y. 140 2,520.00 12 152 18.00 2,736.00 18 Incidental Bituminous Surfacing, Modified Mix TON 170 20,400.00 95 75 120.00 9,000.00 19 Aggregate (Prime Coat) TON 22 330.00 22 15.00 20 Combination Concrete Curb and Gutter, Type M -4.12 FOOT 200 3,500.00 200 17.50 21 Combination Concrete Curb and Gutter, Type M -4.18 FOOT 50 875.00 223 273 17.50 4,777.50 22 Combination Concrete Curb and Gutter, Type B -6.12 FOOT 500 8,550.00 1389 1889 17.10 32,301.90 23 Combination Concrete Curb and Gutter, Type B -6.18 FOOT 950 19,475.00 313 637 20.50 13,058.50 24 Shotcrete Curb & Gutter Repairs FOOT 500 11,000.00 500 22.00 25 Shotcrete Curb Repairs FOOT 500 11,000.00 500 22.00 26 Porous Granular Embankment, Subgrade C.Y. 150 4,200.00 30 120 28.00 3,360.00 27 Trench Backfill, Compacted C.Y. 277 6,648.00 56 221 24.00 5,304.00 28 P.C. Concrete Pavement, 8" S.Y. 45 1,890.00 45 42.00 29 P.C. Concrete Driveway Pavement, 8" S.Y. 250 9,000.00 2 252 36.00 9,072.00 30 P.C. Concrete Sidewalk, 5" S.F. 1625 5,200.00 954 2579 3.20 8,252.80 31 Storm Sewers, Type 2, PVC (C -900), 8" FOOT 100 4,000.00 52 48 40.00 1,920.00 32 Storm Sewers, Type 2, PVC (C -900), 10" FOOT 210 9,240.00 74 136 44.00 5,984.00 33 Storm Sewers, Type 2, PVC (C -900), 12" FOOT 240 10,800.00 39 201 45.00 9,045.00 34 Storm Sewers, Type 2, RCCP, 15" (0 -Ring) FOOT 60 2,760.00 31 29 46.00 1,334.00 35 Storm Sewers, Type 2, RCCP, 12" (0 -Ring) FOOT 100 4,500.00 100 45.00 36 Pipe Underdrains, Type 1, Perforated PVC, 4" Dia. FOOT 632 12,640.00 102 530 20.00 10,600.00 SUB-TOTAL $ 348,800.25 $ 344,863.25 PAYMENT ESTIMATE OWNER: Village of Lemont PROJECT DESCRIPTION: Year 2000 Road Program & Water Main Replacement - Phase III PAYMENT TO: ESTIMATE NO.: Unique Plumbing Co., Inc., 9408 W. 47th Street, Brookfield, IL 60513 5 & Final Page 2 Of 3 PROJECT NO : 01053 FROM: November 20, 2001 TO: February 26, 2002 Item No Description Awarded Approved For Payment Unit Quantity Amount Over Under Quantity Unit Price Amount 37 Manholes, Type A, 4' Dia., With Type 1 EACH 1 $ 2,300.00 3 4 $ 2,300.00 $ 9,200.00 Frame & Closed Lid 38 Catch Basins, Type A, 4' Dia., with Half Trap EACH 2 3,800.00 2 1,900.00 39 Catch Basins, Type C, with Half Trap EACH 19 19,000.00 5 14 1,000.00 14,000.00 40 Cleaning Existing Catch Basins and Manholes EACH 30 3,750.00 1 31 125.00 3,875.00 41 Catch Basins To Be Reconstructed EACH 10 8,750.00 10 875.00 42 Manholes To Be Reconstructed EACH 4 3,500.00 4 875.00 43 Valve Box To Be Adjusted EACH 5 750.00 5 150.00 750.00 44 Frames & Grates, Neenah R- 3281 -A EACH 6 2,520.00 1 7 420.00 2,940.00 45 Fill Existing Valve Vault EACH 3 450.00 3 150.00 450.00 46 Remove Existing Catch Basin EACH 16 6,400.00 16 400.00 6,400.00 47 Frames and Lids To Be Adjusted (Special) EACH 30 10,800.00 16 14 360.00 5,040.00 48 Catch Basins To Be Adjusted EACH 9 2,025.00 5 4 225.00 900.00 49 Thermoplastic Pavement Marking - Letters & Symbols S.F. 100 320.00 100 3.20 50 Thermoplastic Pavement Marking - Line 4" FOOT 200 230.00 200 1.15 51 Thermoplastic Pavement Marking - Line 6" FOOT 200 330.00 16 184 1.65 303.60 52 Thermoplastic Pavement Marking - Line 12" FOOT 200 440.00 220 420 2.20 924.00 53 Thermoplastic Pavement Marking - Line 24" FOOT 224 772.80 91 133 3.45 458.85 54 Sign Panel, Type A S.F. 17 850.00 15 2 50.00 100.00 55 Metal Post - Type B FOOT 84 840.00 74 10 10.00 100.00 56 Concrete Step Removal and Replacement EACH 10 5,000.00 15 25 500.00 12,500.00 57 Galvanized Steel Handrail FOOT 40 2,200.00 40 55.00 58 Construction Layout L.S. 1 50,000.00 1 50,000.00 50,000.00 59 Record Drawings L.S. 1 4,000.00 1 4,000.00 4,000.00 60 Exploratory Excavation C.Y. 135 3,375.00 85 50 25.00 1,250.00 61 Furnishing and Placing Topsoil, 4" S.Y. 2340 3,861.00 2148 4488 1.65 7,405.20 62 Sodding S.Y. 2340 7,020.00 2148 4488 3.00 13,464.00 63 Supplemental Watering UNIT 100 5,000.00 100 50.00 64 Water Main In Trench, Ductile Iron, 6" FOOT 40 2,400.00 41 81 60.00 4,860.00 65 Water Main In Trench, Ductile Iron, 8" FOOT 3536 120,224.00 208 3744 34.00 127,296.00 66 Water Main In Encasing Pipe, Ductile Iron, 8" FOOT 750 28,500.00 410 340 38.00 12,920.00 67 Water Main Augered In Place, Ductile Iron, 8" FOOT 190 13,300.00 190 70.00 68 Polyethylene Encasement FOOT 4376 4,376.00 276 4100 1.00 4,100.00 69 Encasing Pipe In Trench, PVC SDR 26 FOOT 730 29,200.00 390 340 40.00 13,600.00 (ASTM D- 2241), 12" 70 Encasing Pipe In Trench, PVC (Schedule 40), 2" FOOT 830 19,920.00 534 296 24.00 7,104.00 71 Pipe Fittings (Mechanical Joints), Ductile Iron LBS. 9500 21,375.00 5752 3748 2.25 8,433.00 72 Concrete Pavement Removal and S.Y. 2950 35,400.00 1181 1769 12.00 21,228.00 Bituminous Replacement, 6" SUB-TOTAL $ 771,779.05 $ 678,464.90 PAYMENT ESTIMATE OWNER: Village of Lemont PROJECT DESCRIPTION: Year 2000 Road Program & Water Main Replacement - Phase III PAYMENT TO: ESTIMATE NO.: Unique Plumbing Co., Inc., 9408 W. 47th Street, Brookfield, IL 60513 5 & Final Page 3 Of 3 PROJECT NO : 01053 FROM: November 20, 2001 TO: February 26, 2002 Item No Description Awarded Approved For Payment Unit Quantity Amount Over Under Quantity Unit Price Amount 73 Pavement Removal & Bituminous Replacement, 3" S.Y. . 450 $ 10,800.00 450 $ 24.00 74 Connection to Existing Water Main, 8" EACH : 1 1,800.00 1 1,800.00 1,800.00 75 Disconnect and Cap Existing Water Main, 4" EACH 9 10,800.00 3 6 1,200.00 7,200.00 76 Disconnect and Cap Existing Water Main, 8" EACH 1 1,200.00 1 2 1,200.00 2,400.00 77 Pressure Connections, 4" x 4" EACH 2 5,600.00 2 2,800.00 78 Pressure Connections, 6" x 6" EACH 1 2,900.00 1 2,900.00 2,900.00 79 Pressure Connections. 8" x 8" EACH 3 9,000.00 3 3,000.00 9,000.00 80 Fire Hydrants EACH 17 35,700.00 2 15 2,100.00 31,500.00 81 Gate Valves, 8" EACH 14 11,900.00 14 850.00 11,900.00 82 Valve Vaults, Type A, 5' Dia. EACH 4 5,600.00 6 10 1,400.00 14,000.00 83 Valve Box, Cast Iron, 6" EACH 17 2,040.00 11 6 120.00 720.00 84 Water Service Reconnection, Near Side, 1" EACH 44 26,400.00 12 32 600.00 19,200.00 85 Water Service Reconnection, Far Side, 1" EACH 38 26,600.00 2 36 700.00 25,200.00 86 Water Service Reconnection, Near Side, 1" EACH 3 2,850.00 3 950.00 (To Existing Buffalo Box) 87 Selected Granular Backfill, Compacted (Water Main) C.Y. 3390 74,580.00 549 2841 22.00 62,502.00 88 Remove Existing Fire Hydrants EACH 10 3,000.00 10 300.00 3,000.00 89 Remove Existing Valve Box EACH 9 1,080.00 9 120.00 1,080.00 90 Root Pruning FOOT 200 5,000.00 200 25.00 ***APPROVED EXTRA ITEMS "' Fill Curb Gap w/ P.C. Concrete FOOT 285 285 3.00 855.00 Barrier Curb, 6" x 8" FOOT 9 9 9.00 81.00 Storm Sewer, PVC, C -900, 6" FOOT 45 45 42.00 1,890.00 Ductile Iron Sanitary Sewer, 6" FOOT 27 27 45.00 1,215.00 Filling Catch Basins EACH 6 6 250.00 1,500.00 Disconnect and Cap Existing Water Main, 6" EACH 1 1 1,200.00 1,200.00 Water Service Reconnection, Near Side, 2" EACH 3 3 1,200.00 3,600.00 Water Service Reconnection, Far Side, 2" EACH 3 3 2,800.00 8,400.00 Encasing Pipe in Trench, PVC, 3" FOOT 20 20 30.00 600.00 Ductile Iron for Sanitary, 8" FOOT 20 20 48.00 960.00 Water Service Reconnection, Far Side, 1 -1/2" EACH 2 2 1,200.00 2,400.00 Water Service Reconnection, Near Side, 1 -1/2" EACH . 1 1 2,200.00 2,200.00 Water Main In Trench, 3" FOOT ! 17 17 82.00 1,394.00 Inlet on Logan @ Southeast Corner EACH 1 1 3,646.00 3,646.00 Install Parkway Tree, 2 -3/4" Maple EACH , 1 1 350.00 350.00 Install Parkway Tree, 4" Maple EACH 1 1 500.00 500.00 Install Topsoil Seed Blanket on Logan L.S. 1 1 875.00 875.00 Miscellaneous Change Orders (Dec. 21 packet) L.S. 1 1 17,873.93 17,873.93 Reflective Delineators EACH 21 21 65.15 1,368.15 Preparation of Base S.Y. 310 310 5.00 1,550.00 Reset of Cobblestones L.S. 1 1 160.65 160.65 Hydrant Extensions V.F. 7 7 525.00 3,675.00 TOTAL: $ 1,008,629.05 $ 927,160.63 RECOMMENDED F FRANK NOV BY: ATES, INC. BY: DATE: ames L. Cainkar, P.E. February 28, 2002 Total Value of Completed Work $ 927,160.63 Less 0% Retained $ Sub -Total $ 927,160.63 Less Payment Estimate Nos. 1-4 $ 807,180.51 TOTAL THIS PAYMENT ESTIMATE NO. 5 $ 119,980.12 FINAL inois ❑ 60527 ❑ 630 - 887 -8640 ❑ fax: 630 - 887 -0132 I`Scl' it FRANK NOVOTNY 8 ASSOCIATES, INC. /AV/c0Nsn1& CIVIL ENGINEERS Mr. Stephen May, P.E. Village Engineer Village of Lemont 418 Main. Street Lemont, IL 60439 Re: Year 2000 Road Program & Water Main Replacement — Phase 111 Engineer's Payment Estimate No. 5 & Final Dear Steve: February 28, 2002 This letter is to certify that Unique Plumbing Company has satisfactorily furnished labor and materials in accordance with the terms of their Contract, and as outlined on the attached "Engineer's Payment Estimate No. 5 & Final ". The Contractor has satisfactorily completed all work on the project in accordance with the Contract Specifications. The final project cost of $927,160.63 is $81,468.42 (8.08 %) under the awarded Contract value of $1,008,629.95. We therefore recommend the payment of $119,980.12 as final payment to Unique Plumbing Co., Inc., 9408 W. 47th Street, Brookfield, IL 60513, to be paid upon receipt of the necessary "Final Waiver of Lien" with "Contractor's Affidavit ", and final invoice in the aforementioned amount. Also enclosed are five (5) copies of a "Request for Approval of Change in Plans ", indicating a Contract deduction in the amount of $81,468.42. Please have the Mayor sign all five copies, retain three for Village files, and return two copies to our office. O L 825 midway drive ❑ wi Please call if you have any questions pertaining to the above - captioned matter. Very truly yours, FRAN / • & ASSOCIATES, INC. JLC/ce Enclosure cc: Mr. Gary Holmes, Adm., w /Enc. Unique Plumbing Co., w /Enc. Project File No. 01053 s L. Cainkar, P.E., P.L.S. Date: Contractor: Request for Approval of Change in Plans Page 1 of 4 February 28, 2002 County Cook Unique Plumbing Co., Inc. Road District or Municipality Lemont 9408 W. 47th Street Brookfield, IL. 60513 Section I recommend that a deduction be made to the above contract. Request No. 1 & Final Between Station N/A and Station N/A a net length of N/A (Do not fill in unless a change in length Is Involved.) The estimated quantities are shown below and the Contractor agrees to furnish the materials and do the work at the Contract unit prices. Shown station location for major items. Item No Description Awarded Unit Price Deductions Unit Quantity Amount Over Under Quantity Additions 1 Bituminous Surface Removal. 1 -1/4" Avg. S.Y. 2300 S 5,290.00 647 2947 5 2.30 61,488.10 2 Bituminous Surface Removal (Over Concrete S.Y. 8040 23,316.00 4025 4015 2.90 511,672.50 Pavement). Variable Depth - - 3 Bituminous Surface Removal, Butt Joint S.Y. 310 3.208.50 22 332 10.35 5227.70 4 Bituminous Surface Removal - Variable Depth S.Y. 340 2.737.00 64 276 8.05 5515.20 (for Driveways) /Alley Chestnut to Walnut - - 5 Concrete Alley Pavement Removal S.Y. 20 220.00 20 11.00 6220.00 6 Driveway Pavement Removal S.Y. 250 2,587.50 2 252 10.35 520.70 7 Sidewalk Removal S.F. 3125 2,968.75 546 2579 0.95 6518.70 8 Combination Curb and Gutter Removal FOOT 1600 8,000.00 1199 2799 5.00 65,995.00 9 Class D Patches, Type II, 6" S.Y. ' 800 26,400.00 1760 2560 33.00 558,080.00 10 Fiberglass Fabnc Repair System S.Y. 500 10,350.00 500 20.70 610,350.00 11 Area Reflective Crack Control Treatment, System A S.Y. 11960 9,568.00 542 11418 0.80 6433.60 12 Aggregate Shoulders, Type B TON 100 2,100.00 20 80 21.00 5420.00 13 Bituminous Materials (Prime Coat) TON 14.7 3,822.00 8.9 5.8 260.00 52,314.00 14 Leveling Binder (Machine Method), Mixture C, Type 2 TON 655 30,916.00 59 596 47.20 52,784.80 15 Bituminous Concrete Surface Course, Mixture C, TON 1395 64,588.50 98 1297 46.30 S4,537.40 Class I. Type 3 - - 16 Mixture For Joints, Cracks & Flangeways TON 30 4,200.00 30 140.00 54,200.00 17 Temporary Ramp S.Y. 140 2,520.00 12 152 18.00 5216.00 18 Incidental Bituminous Surfacing, Modified Mix TON 170 20,400.00 95 75 120.00 511,400.00 19 Aggregate (Prime Coat) TON 22 330.00 22 15.00 5330.00 20 Combination Concrete Curb and Gutter, Type M-4.12 FOOT 200 3,500.00 200 17.50 53,500.00 21 Combination Concrete Curb and Gutter. Type M-4.18 FOOT 50 875.00 223 273 17.50 53,902.50 22 Combination Concrete Curb and Gutter, Type 0 -6.12 FOOT ' 500 8,550.00 1389 1889 17.10 $23,751.90 23 Combination Concrete Curb and Gutter, Type B-6.18 FOOT , 950 19,475.00 313 637 20.50 66,416.50 24 Shotcrete Curb & Gutter Repairs FOOT ' 500 11,000.00 500 22.00 511,000.00 25 Shotcrete Curb Repairs FOOT 500 11,000.00 500 22.00 511,000.00 26 Porous Granular Embankment, Subgrade C.Y. 150 4,200.00 30 120 28.00 5840.00 27 Trench Backfill, Compacted C.Y. 277 6.648.00 56 221 24.00 51,344.00 28 P.C. Concrete Pavement, 8" S.Y. 45 1,890.00 45 42.00 61,890.00 29 P.C. Concrete Driveway Pavement, 8" S.Y. 250 9,000.00 2 252 36.00 $72.00 30 P.C. Concrete Sidewalk, 5" S.F. 1625 5,200.00 954 2579 3.20 53,052.80 31 Storm Sewers. Type 2, PVC (C -900). 8" FOOT 100 4.000.00 52 48 40.00 52.080.00 32 Storm Sewers. Type 2, PVC (C -900), 10" FOOT 210 9,240.00 74 136 44.00 53,256.00 33 Storm Sewers. Type 2, PVC (C -900), 12" FOOT 240 10,800.00 39 201 45.00 61,755.00 34 Storm Sewers. Type 2, RCCP. 15" (0 -Ring) FOOT 60 2,760.00 31 29 46.00 61,426.00 35 Storm Sewers. Type 2. RCCP, 12" (0 -Ring) FOOT 100 4.500.00 100 45.00 S4,500.00 36 Pipe Underdrains, Type 1, Perforated PVC. 4" Dia. FOOT 632 12,640.00 102 530 20.00 52,040.00 SUB - TOTALS (PAGE 1) $ 348,800.25 $ 96,806.70 $ 100,743.70 Date: Contractor: (see page 1) February 28, 2002 County Unique Plumbing Co., Inc. Road District or Municipality 9408 W. 47th Street Brookfield, IL. 60513 Section Request No. Request for Approval of Change in Plans Page 2 of 4 Cook Lemont 1 & Final The estimated quantities are shown below and the Contractor agrees to furnish the materials and do the work at the Contract unit prices. Shown station location for major items. Item No Description Awarded - Deductions Unit Quantity Amount Over Under Quantity Unit Price Additions BALANCE BROUGHT FORWARD FROM PAGE 1... ......................... ............................... ................. 596,806.70 $100,743.70 Manholes, Type A, 4' Dia., With Type 1 EACH 1 $ 2,300.00 3 4 S 2,300.00 $6,900.00 Frame & Closed Lid - '_? Catch Basins, Type A, 4' Dia., with Half Trap EACH • 2 3,800.00 2 1,900.00 03.800.00 ..,t, Catch Basins, Type C, with Half Trap EACH ' 19 19,000.00 5 14 1,000.00 05.000.00 47 Cleaning Existing Catch Basins and Manholes EACH , 30 3,750.00 1 31 125.00 5125.00 » . Catch Basins To Be Reconstructed EACH : 10 8,750.00 10 875.00 S8,750.00 _ Manholes To Be Reconstructed EACH ! 4 3,500.00 4 875.00 S3,500.00 -13 Valve Box To Be Adjusted EACH 5 750.00 5 150.00 44 Frames & Grates, Neenah R- 3281 -A EACH • 6 2,520.00 1 7 420.00 S420.00 45 Fill Existing Valve Vault EACH , 3 450.00 3 150.00 45 Remove Existing Catch Basin EACH : 16 6,400.00 16 400.00 47 Frames and Lids To Be Adjusted (Special) EACH ' 30 10,800.00 16 14 360.00 05,760.00 48 Catch Basins To Be Adjusted EACH 9 2,025.00 5 4 225.00 01,125.00 49 Thermoplastic Pavement Marking - Letters & Symbols S.F. 100 320.00 100 3.20 $320.00 50 Thermoplastic Pavement Marking - Line 4" FOOT , 200 230.00 200 1.15 5230.00 51 Thermoplastic Pavement Marking - Line 6" FOOT 200 330.00 16 184 1.65 $26.40 52 Thermoplastic Pavement Marking - Line 12" FOOT 200 440.00 220 420 2.20 5484.00 53 Thermoplastic Pavement Marking - Line 24" FOOT '.. 224 772.80 91 133 3.45 5313.95 54 Sign Panel, Type A S.F. 17 850.00 15 2 50.00 0750.00 55 Metal Post - Type 8 FOOT : 84 840.00 74 10 10.00 $740.00 56 Concrete Step Removal and Replacement EACH , 10 5.000.00 15 25 500.00 57,500.00 57 Galvanized Steel Handrail FOOT . 40 2,200.00 40 55.00 $2.200.00 58 Construction Layout L.S. 1 50,000.00 1 50,000.00 59 Record Drawings L.S. 1 4,000.00 1 4,000.00 60 Exploratory Excavation C.Y. I 135 3.375.00 85 50 25.00 52,125.00 61 Fumishing and Placing Topsoil, 4" S.Y. • 2340 3,861.00 2148 4488 1.65 53,544.20 62 Sodding S.Y. l 2340 7,020.00 2148 4488 3.00 06,444.00 63 Supplemental Watering UNIT i 100 5,000.00 100 50.00 55,000.00 64 Water Main In Trench, Ductile Iron, 6" FOOT ' 40 2,400.00 41 81 60.00 $2,460.00 65 Water Main In Trench, Ductile Iron, 8" FOOT 3536 120,224.00 208 3744 34.00 07,072.00 66 Water Main In Encasing Pipe, Ductile Iron, 8" FOOT ' 750 28,500.00 410 340 38.00 515,580.00 67 Water Main Augered In Place, Ductile Iron. 8" FOOT 190 13,300.00 190 70.00 013,300.00 68 Polyethylene Encasement FOOT , 4376 4,376.00 276 4100 1.00 0276.00 69 Encasing Pipe In Trench, PVC SDR 26 FOOT 730 29,200.00 390 340 40.00 515.600.00 (ASTM D- 2241), 12" - 7 0 Encasing Pipe In Trench, PVC (Schedule 40), 2" FOOT • 830 19,920.00 534 296 24.00 S12,816.00 71 Pipe Fittings (Mechanical Joints), Ductile Iron LBS. 9500 21.375.00 5752 3748 2.25 512,942.00 72 Concrete Pavement Removal and S.Y. 2950 35.400.00 1181 1769 12.00 514,172.00 Bituminous Replacement. 6" SUB - TOTALS (PAGE 1-2) $ 771,779.05 Totals: $131,755.90 $225,070.05 State fully the nature and reason for the change: Adjustment for as- constructed quantities in comparison to Plan quantities. When the net increase or decrease in the cost of the contract is $10,000 or more or the time of completion is increased or decreased by 30 days or more, one of the following statements shall be checked. XX The undersigned determine that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. The undersigned determine that the circumstances which necessitate this change were not within the contemplation of the contract as signed. The undersigned determine that this change is in the best interest of the local agency and is authorized by law. Signed: Signed: Highway Commissioner Approved Recommended Note: Page 4of4 Mu icipal John Piazza,, or Title of Municipal Officer Date Date County Engineer Approved District Engineer Date Date Make out separate form for change in length quantities. Give net quantities only. Submit 3 copies of this form to District Engineer (4 copies for road district) If plans are required attach 3 sets.