Loading...
HomeMy WebLinkAbout2017-07-24-J10 Alices Rd Corridor Phase 4_Change Order 1NO Waukee f ■i THE KEY TO GOOD LIVING AGENDA ITEM: CITY OF WAUKEE, IOWA CITY COUNCIL MEETING COMMUNICATION MEETING DATE: July 24, 2017 AGENDA ITEM: Consideration of approval of Change Order No. 1 to Concrete Technologies for the SE Alice's Rd PCC Pavement Widening SE University Avenue to 425-ft North of SE Olson Drive Project increasing the contract in the amount by $182,280.35 FORMAT: Resolution SYNOPSIS INCLUDING PRO & CON: The change order is to for: Change DesgiMion • Change to items 2, 3, and 5 due to the extension of the private access north of Gilcrest/Jewett • New bid item 8001 to furnish material in Stage 1 of construction since they did not have access to excess generated in Stage 2; by importing in Stage 1 this creates a greater excess quantity of waste, Item 8002, to be hauled off -site. • New bid items, 8003 and 8004, for gates and fence removals & reinstallation due to the extension of private access north of Gilerest Jewett • New bid item 8005 for subdrain of unspecified diameter to connect any roof drains into neiv storm sewer system due to extension of private access north of Gilcrest/Jewett • New bid item 8006 to switch from a standard CA concrete mix design to C-SUD. • New bid item 8007 for an 8" insertion valve to be able to maintain service to business during water main work. • New bid item 8008 for installation of delineators alone the east side of Alice's Road. FISCAL IMPACT INCLUDING COST/BENEFIT ANALYSIS: The net result of this Change Order increases the contract price by $182,280.35. COMMISSIONIBOARD/COMMITTEE COMMENT: STAFF REVIEW AND COMMENT: RECOMMENDATION: Motion to Approve. ATTACHMENTS: 1. Change Order No. I II. Letter of Recommendation PREPARED BY: Beth Richardson/Rud Koester K REVIEWED BY: John Gibson PUBLIC NOTICE INFORMATION — ,*svFotn July 20, 2017 John Gibson Director of Public Works 805 University Avenue Waukee, IA 50263 RE: Change Order #1 SE Alice's Rd PCC Pavement Widening; STP-U-8177(619)--70-25 SE University Avenue to 425-ft North of SE Olson Drive Dear Mr. Gibson: Attached please find a detailed Change Order for City Council approval on July 24, 2017. Change Description • Change to items 2, 3, and 5 due to the extension of the private access north of Gilcrest/Jewett • New bid item 8001 to furnish material in Stage 1 of construction since they did not have access to excess generated in Stage 2; by importing in Stage I this creates a greater excess quantity of waste, Item 8002, to be hauled off -site. • New bid items, 8003 and 8004, for gates and fence removals & reinstallation due to the extension of private access north of Gilcrest Jewett • New bid item 8005 for subdrain of unspecified diameter to connect any roof drains into new storin sewer system due to extension of private access north of Gilcrest/Jewett • New bid item 8006 to switch from a standard C-4 concrete mix design to C-SUD. • New bid item 8007 for an 8" insertion valve to be able to maintain service to business during water main work. • New bid item 8008 for installation of delineators along the east side of Alice's Road. We have reviewed the submitted quotes from Concrete Technologies, Inc. and they appear to be in order with current industry pricing for DOT work. If City Staff concurs with this pricing, we recommend the City of Waukee increase the contract price in the amount of $182,280.35 to complete the additional work associated with Change Order #01. Please let me know if you have any questions or need additional information. Sincerely, Foth Infrastructure and Environment, LLC /Joshua C. DeBower, P.E. Lead Civil Engineer Encl: Change Order #1 dated 7/12/17 Construction Staging Display 8191 Birchwood Court, Suite L Johnston, IA 50131 Phone: (515) 254-1393 Fax: (515) 254.1642 &IOWADOT Form831240 r2-15) Accounting ID No. (5-digit number):34092 Kind of Work: PCC Pavement Widening Contractor: Concrete Technologies, Inc CHANGE ORDER For Local Public Agency Projects No.: 1 Non -Substantial: Substantial: ® Administering Office Concurrence Date Project Number: STP-U-8177(619)--70-25 Local Public Agency: City of Waukee, Iowa Date Prepared: July 12, 2017 You are hereby authorized to make the following changes to the contract documents. A - Description of change to be made: (7001-7003) 0020, 0030, 0050, & 8001, 8002 Change- Revised grading quantities and create new Contractor Furnish Item 8003 and 8004 Change - Addition of Gates and Fence removals & Reinstallation 8005 Change - Addition of unspecified diameter PVC Subdrain 8006 Change - Surcharge for using C-SUD mix on Mainline SE Alice's Rd 8007 Change- Addition of 8" Tapping Valve 8008 Change -Addition of Delineators for Traffic Control B - Reason for change: - Grading quantities changed due to plan revision 1 and creation of contractor furnish item to account for import need during stage. 1. - Addition of gates and fence removal & reinstallation due to extension of Future Rd on Plan Revision 1. - Addition of unspecified PVC subdrain due to connecting roof drains from private property to storm sewer, necessary due to plan revision 1 and extension of Future Rd. - Surcharge for C-SUD mix is to account for additional costs associated with switching from a standard C mix which was bid based on the proposal form. - Addition of 8" Tapping Valve due to maintaining water service to private business during water main crossing. - Utilizing Delineators in lieu of TBR C - Settlement for cost(s) of change as follows with items addressed in Sections F and/or G: Earthwork items increase contract by $134,342.15 by agreed upon unit price Gate additions increase contract by $4,070.00 by agreed upon unit price Fence Removals & Reinstallation increase contract by $13,867.00 by agreed upon unit price Unspecified diameter subdrain increase contract by $1,921.20 by agreed upon unit price 8" Tapping Valve increase contract by $15,400.00 by agreed upon unit price Surcharge for C-SUD mix increases contract by $11,580.00 by agreed upon unit price Delineators will increase contract by $1,100.00 by agreed upon unit price D - Justification for cost(s) (See I.M. 3.805, Attachment D, Chapter 2.36, for acceptable justification): Refer to attached documentation. E - Contract time adjustment: Justification for selection: ❑ No Working Days added ❑ Working Days added: ® Unknown at this time Page 1 of 3 IC,IOWADOT F.n831240 (12-15) F - Items included in contract: Accounting ID No.(5-digit number):34092 Change Order No.:1 Participating For deductions enter as "-x.xx" Federal- aid State- aid Line Number Item Description p Unit Price .xx Quantity .xxx Amount .xx x 0020 (7001)EXCAVATION, CLASS 10 $11.35 240.000 $2,724.00 x 0030 (7002)EXCAVATION, CLASS 10, WASTE $12.60 -1,424.000 -$17,942.40 x 0050 (7003)TOPSOIL, STRIP, SALVAGE, AND SPREAD $11.25 -4,176.000 -$46,980.00 Add Row Delete Row TOTAL-$62,198.40 G - Items not included in contract: Participating For deductions enter as "-x.xx" Federal- aid State- aid Change Number Item Description Unit Price xx Quantity .xxx Amount .xx x 8001 2102-2625001 EMBANKMENT IN PLACE, FURNIS6 $29.20 2,159.000 $63,042.80 x 8002 2102-2710090 EXCAVATION, CLASS 10 WASTE $17.75 7,521.000 $133,497.75 x 8003 2519-3700000 GATES, AS PER PLAN $1,017.50 4.000 $4,070.00 x 8004 2519-4200090 REMOVAL AND REINSTALL FENCE $14.15 980.000 $13,867.00 8005 2435-? SUBDRAIN, PVC, UNSPECIFIED DIAMETER $48.03 40.000 $1,921.20 8006 2301-1033100 EWO\COST-PCC C-SUD MIX $1.93 6,000.000 $11,580.00 x 8007 2554-0208008 TAPPING VALVE ASSEMBLY, 8 IN. $15,400.00 1.000 $15,400.00 x 8008 2524-9089100 DELINEATOR, RIGID TYPE 1; INSTd $44.00 25.000 $1,100.00 Add Row Delete Row TOTAL $244,478.75 Page 2 of 3 H. Signatures Agreed: Contractor Date Recommended: Project Engineer Date Approved: Person in Responsible Charge Date Contracting Authority (optiona) Date Iowa DOT Administering unice �fe Other (optional) Title Date Other (optional) Tim Date Approval is contingent upon funds being available under the existing project agreement or upon additional Federal -aid funds being made available by a modified project agreement. FHWA Concurrence: Federal ig way Division Administration Date (if required) DISTRIBUTION (after fully executed on LPA projects): Original - Finance; Copies - Contractor, Project Engineer, Contracting Authority, Administering Office. Date distributed: Initials: Page 3 of 3 Futh Infrastmoure & Environment, LLC 9191 Birchwood Court. Suite L Johnston, lA 50131 (515) 254-1393 • Fax: (515) 254-1642 www.foth.com April 21, 2017 TO: Trent Petersen CC: John Gibson, Rudy Koester, Alicia Worden FR: Joshua C. DeBower, P.E. RE: SE Alices Road Phase 4 - Plan Change 1 Earthwork The following summarizes the changes to the earthwork volumes based on the attached revised Addendum No. I T-Sheet to appropriately account for project staging, placement of material for temporary paving, and the extension of the future road north of the Gilcrest property. 1. Revised T-Sheet to account for project sta in : Stage 1: • 630 CY of Class 10 Roadway & Borrow from channel shaping between 36" outlet under Future Road and detention pond west of project. • Excess topsoil placed as fill will be paid as Class 10 Roadway & Borrow, 1,623 CY allowable topsoil placement outside paved areas reduces import to 2,807 CY of Class 10 (2,159 CY plus 30% shrink) • 624 CY of unadjusted excess topsoil (416 CY adjusted) to be paid as Class 10 Waste, reducing topsoil stripping from 4,461 CY to the following: Pay Items for Stage 1: Item 2, Excavation, Class 10, Roadway & Borrow: 9,928 CY Item 5, Topsoil, Strip, Salvage and Spread: 1,433 CY goo 1 Item I-K(NEW ), Embankment in Place, Furnished: 2,159 CY Item 3, Excavation, Class 10, Waste: 624 CY Stage 2: • Generates 4,899 CY of Class 10 Waste (3,768 CY adjusted) • Generates 2,198 CY (1,465 CY adjusted) of Excess Topsoil to be paid as Class 10 Waste • These quantities reduce the raw cut of 12,238 CY and topsoil stripping of 3,170 CY to the following pay amounts: Pay item for Stage 2: Item 2, Excavation, Class 10, Roadway & Borrow: 7,339 CY Item 5, Topsoil, Strip, Salvage and Spread: 972 CY Item 3, Excavation, Class 10, Waste: 7,097 CY Mem-2017-0421-F.an11warkChangeOrder.doex Excess material from Stage 2 shall be placed as Class 10 Roadway & Borrow. Therefore Class 10 number are adjusted for Stage 3 (235 CY) and Stage 4 (763 CY) as follows: Item 2, Class 10 Roadway & Borrow: 7,339 CY + 325 CY + 763 CY = 8427 CY Item 3, Excavation Class 10, Waste: 7,097 CY — 325 CY — 763 CY = 6009 CY Stage 3: • Import of 325 CY Class 10 (252 CY plus 30%) paid via Stage 2 Roadway & Borrow • 306 CY of Class 10 Roadway & Borrow • Excess Topsoil of 378 CY (252 CY unadjusted) will be treated as Class 10 Waste, thus reducing topsoil stripping from 449 CY to the following: Pay Item for Stage 3: Item 2, Excavation, Class 10, Roadway & Borrow: 306 CY Item 5, Topsoil, Strip, Salvage and Spread: 71 CY Item 3, Excavation, Class 10, Waste: 378 CY 2. Extension of private road on the Gilcrest Property (refer to as Stage 4): • Import of 763 CY of Class 10 (587 CY plus 30% shrink) paid via Stage 2 Roadway & Borrow 1,396 CY of Class 10 Roadway & Borrow Excess Topsoil of 510 CY (340 CY plus 50% shrink) will be treated as Class 10 Waste, thus reducing topsoil stripping from 1,609 CY to the following: Pay Item for Stage 4: Item 2, Excavation, Class 10, Roadway & Borrow: 1,396 CY Item 5, Topsoil, Strip, Salvage and Spread: 1,099 CY Item 3, Excavation, Class 10, Waste: 510 CY 3. Based on the above information, the revised earthwork quantities are as follows: Item 2, Excavation, Class 10, Roadway & Borrow: Stage 1 9,928 CY Stage 2 8,427 CY Stage 3 306 CY Stage 4 1,396 CY Total 20,057 CY g'OD2 —Item-3—Excavation, Class 10, Waste: Stage 1 624 CY Stage 2 6,009 CY Stage 3 378 CY Stage 4 510 CY Total 7,521 CY Item 5, Topsoil, Strip, Salvage and Spread: Stage 1 1,433 CY Stage 2 972 CY Stage 3 71 CY Stage 4 1,099 CY Total 3,575 CY Mem-2017-0421-EarthworkChangeorder-docx Item I-M, Embankment in Place, Furnished (NEW) Stage l 2,159 CY Stage 2 0 CY Stage 3 0 CY Stacie 4 0 CY Total 2,159 CY Based on the revised information above, the adjustment to quantities and bid items to account for the project staging are as follows: Item 2, Excavation, Class 10, Roadway & Borrow: 240 CY Increase Item 3, Excavation, Class 10, Waste: 6,097 CY Increase Item 5, Topsoil, Strip, Salvage and Spread: 4,176 CY Decrease Item 113, Embankment in Place, Furnished (New): 2,159 CY • Class 10 Roadway & Borrow increased due to excess topsoil being placed as fill and adding quantity to account for temporary paving earthwork. • Sideroad average end area originally included mainline grading from west to east through Alices Road, splitting sideroads west and east reduced Class 10 quantity. • Original Class 10 Roadway Borrow included the quantity being paid as waste, revised quantity no longer double counts. • Class 10 Waste increased due to importing material for staging and removal of excess topsoil rather than paying as Strip, Salvage and Spread. Merv-2017-0421 -Lai thwork Cho ngcOrder.doez N N m o r F Q m Q N o N O J Q V a c c w N U o o w o n tNo F O N E o n E b m m o b m m m m J � m Q n n o w ri ni W U \n pt N N .-1 b O Om in I- W N VI O0 W 3 c � w s 41 n L o vQi tbn n y � r n H Y A O LL ~ C R O r 3 C s C U O OJ m m N N IL/1 m Q N fl N N� o m e u m m N b o n Q !O- m O w N D c h d m �°- a L 6 F V c .N+ E u° N N 6V m ti � a o n � O C b m N N Q OJ Vl b W V g \ n 3 ^. C C Q VI b N N F a N � rn-1 N ti b O �- n a m n o r W N ei N� M b 3 n lD s w m c b n O {ONy O d pmj n n N m tI1 N ti Q r ¢ m N M \ N 3 Y m C H u Ip- OJ b N m N V IL m b VI N Ol pi b N m b O r 3 -n- s U L N N OJ Q Q p m o m r 10- N 3 v w c o _ LL p r c � E c J E 0 J s= a o � n � Hc .W+ N N J j y V N N cC W G \ n C C 6 ¢ O O m m N � ♦i b O � n a 3 n z w O m n � m m Q r n M N \ 0b0 m 3 Y m C Ln u .i6b J N N m c LL F � � ti m W W_ Q Q N O r 3 -n- Y � C O m e � u � b o m b 0 m r 0 m c A F- c .N. E c p n n E 0 N ry J Vp n m n C O b r E H ] h WU c C 3 ~. a 'Z o 0 N b e-I b o a n n r d V n O n 3 a c VI Gk0 16 3 iO C U m vmi vmi p _ r N tp N tG LL b l0 N O r 3 = Y Yl '11 U O C — L a m e � b m m m m H a c p A � o r � o� <d w,3 m clazaol i A—. Ii ost:or xu{ y5 V3tX ^^nnnmmmnn„mm � .mmv nmmmmm n..n „� .mmwwmnm v no.mr,n �„ '"M ryul+4Se5'i V 3IX vamrvrvmavmmmm m mwm wavaxv„wr m n nMMm 2 on"-. y 3N Ilozenl „ ma deLaay t2dmdl .. mmmaamwrnrmnm .,nn .... ma„.. m mmmnmmm mmm«« „ ale[eval 3m 11:col nmw«mmmmmoa.m n nnnmmman„ ,. „ [.. IPA 'NJ mmm.. mmmmmmmm FZtiv u .[Mr.. aural^n n „mmo mmm « mmnmv,m m m mmmmmm m Iy LLfe 'xo+ddV 'spA 'NJ nN Q JN[ .m.. .BZ anogb Putl .S NaIaB wvioA mmm mmm mmm mmm mmmmm mmm mm m mm m m m m m m mm m mmmmmmmm m m m mmm m m Q L V I113 'xa+ddtl Z Q llfl snulN +oyoel ryu1+VS ^'$Mmn N W ;'i/N pa lira [pb nJ Ielal nnn„n„„nn�n nmm�na N ,nmvmn � „ 1-I I~4 "Tom 2 tt Q r•laI. „ LISa. w f'. re• .an ',"� mava..ep asp:2xJ m m m m J leLamal-uoH a LLfe • g W � % W j{as dol w$m „w.s ..nnrv„mnn v mmnwo.mw mmmmmm HIIL3 a3eLewdl n,nmm m n mmm v m v H J+oyq XUV4S [ ma9e+ ntl pa 148l aN n$ m Q /n Pais n[PV a a a nwnnrvrvnnrvnnw.�..n m «rvrvnrvno„ „ n„rvonan « mm,nvm « � 3aJ lelal pa lsn[pV INJ _ Ervmnn„nrv„nrvnwn m mm�mmmmm ffi mrvrnmmmn mnmma to lol w m m +apud ryx0 ........ mmm m m m m m mm m lecewal " _ _ m d^Lot, maee al eLamat m m m m m m m m mm m m m m m m m m m m m m m mm m m m m m m mm m mmmmmmmm m mmmmmm .- _ N 1n Lt[osdol nmmnmmmmmv m.n u.a m$m m _ die[awal eim:zev U _ vnn m $ m,nmmmmm m nnnmmmm ^nnnnrvrvrvnrvn„n aic[dwal m n mmamn „ m ry mwmm m,. mJdale[ewal nnn«nnnrvrvnry .. ,.n r rv,,,e mn m nnmom m oll eis .�.m.....nmmmnm 0'n«nnry rvrvrydry ra n-EdEE'„„ram ,.nrnrr 8 axe )aaY rtasaol satliv yu1�45 Vy}M „w n ....n nn +mm ,+,+,., ^ nnnn a evwnmmwmmmmmm m mmmmmn m.„ mJ {Sosaol mole yur+4i 5'i 4x}X nn „ nnnrvrvry nnnrvrvry ry nrvrvm m ^^^^n„�«rvry N rvrvrvrvnnw.. m] n�:eal •�[on x�Liosao ax mmm n rrr„rm„ ...,n nn n....m „ «rvnmam nnn.. „ nnnn,. m. le)aaal .-OA in]{tosaoi .an n rv«rv«n.v .. n«««nm mmva nnnnrvrvrvnnn „mnn««nn Le ioi ry ^ n N ✓A I>8 >mA toA mmm v mmn m.ommvv ^^^ ^ „„m n m„nm m m m m m m m mm a mmmmmmmm 'Xa.+JJb N � N epA 'nJ tY .Bi anogputl .5 mmm m m m m mm m m m m m m m m m m m mm m mm m mmm m Q Xmtae ma,oA m m m m m m m mm m mm m m m a mm 0 not ' p.+aJy 2 Q nrf snu}v +o ref N NUFJ VS ;'[ /++ mm ry rv«mavmmrv„„„v.nm s n � � � � ^ n.�vrvnry rvmnrv.a .� w paysn(p nJ Ielol n �"� PaxsnLVv Z[tif ..n ....n..nn ......rvrvry n nev.n « amnmmmmmmmmmm m mmmmmmmm a {e)O1 axf. w q — Qu ^e.ma>n )uaw ea Bur )54=3 m m m m J aieLamaLuoq W r a�.ear+)s m nn « m n ry LL [)osJol Q „ m%gin n„«..mmmmmmmm n mmmmmmmm ��j nsf .stem>L nn nnnrvrvry ....nnnn « ry f a J xef Yu?mVa E'i ma9e�ntl pa )4Yrary nm m Q /X pall-(Pb maa„mm„mrnnnnm p « m '^v v n ^m nnnrvrvry N nnnrvrvry F xnJ ie)ol yaxm4Pb 3nJ n m ammnnSvemZmnrvrm m nm„„ m nv teloy ,, n n««.amm ^ ma«wnnn .Dion nyxotl .... m nrvrvrvnrv....n«rvrvn.. m««.. mm. m m m m m m m m mm m mmmmmmmm ale[ewal '" mXLaA .aa mmm m mmmmmmmmmmmmmmm m mmmmm m mmmmmmmmmmmmm m mmmmmmmm axe{aural ma[an in]nosaol ..« n nrvrv««„.. nnnnrvm „mvv n�nrvnrvnm„„ „ry „...««n.. a3 erJ'x al n ^ n mmimn _ — 9l saetJ m rvmma„w„rvmmmmmn em m... m ^e J 1e IJma1 n r n ...n rvmm. .vvmmrvnn — mielawal ammnmmanmmmm nnnn v' � via m„rv:�nvn InJ n m m ....n rv...mv ^ mmm�m n uoi ye )S o.irvm n.•„iann.v •����$ m�n •mn� o.n.mi�. m�e DeBower, Josh From: Sent: To: Cc: Subject: Attachments: Josh, just add mark up Trent Petersen <TPetersen@cti-ia.com> Monday, May 22, 2017 8:19 AM DeBower, Josh 'aworden@ Snyder-associates.com' FW: Revised Earthwork Memo and T-sheets Dallas (619) Justification.xlsx From: Ryan Kipp [mailto:RKIPP@cjmoyna.com] Sent: Friday, May 19, 2017 4:32 PM To: Trent Petersen <TPetersen@cti-ia.com> Subject: RE: Revised Earthwork Memo and T-sheets Trent, I believe the issue is that the topsoil pay quantity on the attached sheet was not correct - it shows 3375 cy and the pay quantity is actually 3575 cy (error on my part). To make everyone happy I can reduce the Class 10 Waste price to $16.62/cy. Let me know if that will work. Thanks, Kipper From: Trent Petersen [mailto:TPetersen(acti-ia com] Sent: Friday, May 19, 2017 4:19 PM To: Ryan Kipp Subject: FW: Revised Earthwork Memo and T-sheets From: DeBower, Josh [mailto:Josh.De Bower@Foth.corn] Sent: Friday, May 19, 2017 3:39 PM To: Trent Petersen <TPetersen@ctl-ia.com> Cc: Green, Eva S <Eva.Green@Foth.com> Subject: RE: Revised Earthwork Memo and T-sheets Trent, Per my math, this does not add up to the $30k reduction and only reduces $27,828.79. Not trying to be a pain, but the agreement leaving that room was they'd get $442,464.60 before your mark-up for the contractor furnish and extra waste. Joshua C. DeBower, PE From: Trent Petersen [mailto:TPetersen@cti-ia.com] Sent: Friday, May 19, 2017 3:26 PM To: DeBower, Josh <Josh.DeBower@Foth.com> V O N O D O N O O O V ��aaOO O V O O O b b O � O � N O Q7 N tOD m 0 M N W W M O [O S (ad Q r M O� M t0 (O W M M Q f9 t9 to r N N N M I� fA W f9 Vi 49 H H O O O M O O O U Of A M O O U cli (V (0 W C O O C D a » » a D 7 N N `A C A CO V t'l M C IZCl lV O A a a d N C CI n m m N H N do A O N p N d - o •- - A d W� 4 y� '°- W M D7 O M M N �O G N t7 N O O M W I� C (O 01 O (O C rp N W N 10 N o> h (V V) b N M V Q�� � •_ � M W � Ih h VO m Q^ H F 0 0 N O O O O t00 «p O N m V ~ F' � p f9 fA f9 D D m Q N Ol M rl� O:i w M C h O W E l0 O) C Ih C N N h O r O w n y � J l0 ] A a a = = U U U O U U U n n (/1 M NO 0 N d U U � •• m m W v c 'N w tj m pl ri d y O o Q h N CL F f o N o o N a c ri d o o o 0 K 0 U 0 C 0 2 E W N u a` Y 0 C m L U V C 0 CDv O N 0 0 N 0 0 0 0 0 N Vt 1 O 0 0 Ln N h = 0 cT 0 m h N N U 1 6. P� 01 ri .-4 Q a V N O N h N 00 h 00 V N 0) �O lD t!1 -O N CY 00 Q M T v 0)M a 00 v 0) m 00 c v h rn cr O a M O V 06 r, N 'O N h to m m V 00 ."i C N N M V1 Q C �y Q tD m m v N N M L N .--i Q W VT to l/? t/Y W VT VT V? Vf VY yd,,----- W V1 VY W VT N N co O O N O O Vi O V1 0 v1 O N N 0 to Cn 00 M i0 N N h c C C O C '-1 0 �. 0 O O O u`o C700 U0 m N do ov`0 v ry L v 0 o E � a N 7 � Y W m E on 6 O v E v 3 v 3 v ° a 0 + ° L c 0 E o m ti ,� LL O tl W m L 'co 66 jO 0 'my w L 0 Ll v v y w3 rn p m 3 v v�'i w 3 — Y v _0 C c C v N 0 0° 0 0°U Q �u3 °3 z0 v 0 0 m oo > > m m - a N N M - a ro m u u a u u a Z ° u u a' u 0 _ .> 0 .> O .> .O E O V E O O O C .2 m , m O O m O m > > 0 m > W W 0 W W O c m ry M F° z N m v� u :0 c z N m in v o z E E E E °6 E E E C° E E E .. v v v Q v v v v v v v v a ai 0 v o Z C C 0� r E 0 0 0 0 t° E 0 0 u 0 Z co w 00 w u O w 00 DES ST ELNES ww• TO Concrete Technologies Inc._ COMMERCIAL PROPOSAL Des Moines, Iowa 50313 Office: 515-270-6227 62 DATE 4/2412017 PROJECT NAME & ADDRESS: Attn: Trent Petersen Alices Road Protect Fax or E-mail: QUANTITY UNIT DESCRIPTION UNIT PRICE PRICE EXTENSION Furnish labor and materials to complete the following. S-j-rm Svoy 980 LF. Chain link fence removal and plc ernenf, $ 12.86 r t( jLj I Zf� S•�3 3 Each Gates cost each $ 925.00 "Property lines & any required permits are the responsibility of the owner or general contractor, unless otherwise noted. "" Any private Utilities, including propane & sprinkler lines, must be located by customer. Any damages are not the responsibility of Des Moines Steel Fence. You are heresy todaaa mil as f.rash and petal) ma aboaa daewosad looting of. aha pies and uponmreo fars and owei4ona apaaf, d hen. I (wa) accept rip t Nil rospondbuity for oon aaat as pmporty lines, and I (we) hereby abnabnt m Gwparry's entry upon me property vrhere an on. Ism Ca inso.mad and as Camp". "anood of asad Who", w5aaut neat.. Nap contrast is rot paid In lid when duo. I (wo) boat,, ..at Not I (we) ue In and.=ed to SALES TAX DELIVERY TOTAL _. poasres.tot at not p hit whore ma farce a o oa IMtdled, aM I (ure) hereby agrao W htdemnify Company ardi add it h.rrdem for any domegas to ,iti pmpedy beausa el ate remaaal el said fences. fomso d. I total uand that dl hat War. food aorat sal forth eo hern are susW to ad of Gnd. BovarnmIXV.l edbn, Wants. W- d9p. ftair rxo;tal add! take, Ibois, earadakaa,inadlity W ahsin Ne nsoo,it B9Rib.d heaah partial of law Unless otherwise stated I'roa mbaa, toss or d44". of pmducaa, manulachootg or tranaw.wh faainiee. a ony altar aatoa aamw Cgmparys mrVol, whemef w n, slm1w p any of the n.,nso-ssa6U"17 emrmwded, and Npertdmmnca in abst,ar pan isiaaoomad or attached. or trial is abrotm.gyincmdsed as a leShc quoted valid for 10 days. thereat. Company shag rat W tad, (or Unit lassao, damages a ".y nccaslmad Hereby, and performance hereunder shad on excused w tlotat det'oy an Companyt Pan I two) Nfawr umerdetq that ads weer cord utea too asraomont beween rite panios in reforence to malarial doswiaad hereon. • 1.5%monthly interest (181/6APR) will be charged on all past due accounts over 30 days. • Reasonable collection and attorney fees will be assessed on all accounts placed for collection. • Customer will be responsible for any restocking fees or permit costs incurred if job is cancelled prior to installation. No materials accepted for return without prior authorization. IMPORTANT — All owners, principals, partners and senior staff members signing below, by execution of this contract, give their full and unconditional personal guarantee for the entire fulfillment of this contract and Its contract conditions and terms. Must be signed by owner, proprietor, or corporate officer. Jeff Donels 4/24/2017 DATE SELLER'S RERRESEMATIVE DATE DeBower, Josh From: DeBower, Josh Sent: Wednesday, April 26, 2017 12:36 AM To: 'Trent Petersen' Cc: 'taugustyn@progressivestructuresia.com'; Alicia Worden (aworden@snyder- associates.com); Rudy Koester Subject: RE: CTI Change Order Request Trent, We are and are not at the same time. We are not going to give mark up on the existing bid item as it's just a quantity overrun. I proposed the following new bid item rather than calling it roof drains, let me know if this is agreeable. Reason for the unspecified diameter is to cover any other unknown pipe that might need to be connected. Per discussion today, 4" will be paid via locating tile lines, and we have a bid item for 6" subdrain and 12" storm so the intent of this new item is for anything in between. Lastly, I need crew rates from Travis to provide proper documentation to the DOT documenting how this price was agreed upon. $00,, New iternwalled Subdrain, PVC, Unspecified Diameter, 40-LF @ $48.03/LF ($43.66*1.10) Joshua C. DeBower, PE From: Trent Petersen (mailto:TPetersen@cti-ia.com] Sent: Tuesday, April 25, 2017 4:04 PM To: DeBower, Josh <Josh.DeBower@Foth.com> Cc: 'taugustyn@progressivestructuresia.com'<taugustyn@progressivestructuresia.com> Subject: CTI Change Order Request Josh, are we on the same page? If so I will have them proceed. I will type up the fence C/O right now. Thank You Trent Petersen CHANGE ORDER REQUEST Pagel DATE: 4125/2017 17.015- - Bid Order 104 SE Alice's Road CRk: 2 CONCRETE TECNNOLICIEL INC. To: Josh DeBower From: Trent Petersen Foth Infrastructure & Envrmmnt 8191 Birchwood Court, Suite L Johnston, [A 50131 Phone: Phone: 515-252.1650 Fax: Fax: 515-252-1642 Email: Josh.DeBower@Foth.com Email: tpetersen@cti-ia.net CC: Below is the detail for our proposal to complete the following changes in contract work: Pending Change Order: Roof Drain Connections Reference: Proposed Scope of Work: PCO Item Status Quantity UM Unit Price Amount LVIn[�r� 1 : Roof Drain Connections Pending 40 LF $43.66 $1746.50 PJreP ,}{pir, 2-€xtensiorrto-Quantitier3Vf31'1——'----------rending t nOn FA `;1153.50______,_.$1153.50. Li 1 3: Prime Contractor mark up Pending .2900:000— EA $0.10000 $290.00 Total Amount: $3190.00 Submitted By: Approved By: 4/25/2017 Trent Petersen Date Josh DeBower Foth Infrastructure & Envrmmnt CHANGE ORDER REQUEST 17.015- - Bid Order 104 SE Alice's Road CONCRETE TECHNOLOGIES, INC. To: Josh DeBower From: Trent Petersen Folh Infrastructure & Envrmmnt 8191 Birchwood Court, Suite L Johnston,lA 50131 Phone: Phone: 515-252-1650 Fax: Fax: 515-252-1642 Email: Josh.DeBower@Foth.com Email: tpetersen@cti-ia.net CC: Below is the detail for our proposal to complete the following changes in contract work Pending Change Order: Ready Mix Increase for C-Sud Mix Reference: Page 1 DATE: 4/13/2017 C R#: 1 Proposed Scope of Work: CTI has received an increase in the price per cubic yard of material being supplied to the project from the specified design in the prints. The price increase is due to increased amount of Coarse Material(Limestone), the admixture for Air Entrainment will most likely double, and finally the Water Reducer will need to be supplemented with a far more expensive and higher doze of mid -range Polyheed 900. The Price Break out is $1.75 from CTI Ready Mix with the Standard .10% mark up for the Prime Contractor. PCO Item Status Quantity UM Unit Price Amount 1 : Ready Mix Increase for C-Sudas Mix Per Cubic Yard Pending 1.000 Cy $1.93000 $1.93 Total Amount: $1.93 Submitted By: Approved By: 4/13/2017 Trent Petersen Date Josh DeBower Foth Infrastructure & Envrmmnt DeBower, Josh From: Trent Petersen <TPetersen@cti-ia.com> Sent: Thursday, May 25, 2017 7:51 AM To: DeBower, Josh; 'aworden@snyder-associates.com' Cc: aworden@snyder-associates.com'; 'Ryan Kipp'; 'taugustyn@ prog ressivestructuresia.com' Subject: FW: Delineator and Chevron pricing Follow Up Flag: Follow up Flag Status: Flagged Price for Delineators instead of TBR. Please review viable option to TBR and a lot Cheaper. I believe the only area requiring Barrier Rail would be north of Olson Drive, for a cut/ Drop off and Pedestrian underpass. And additional 1' of temporary asphalt might go a long way for safety. Please let me know your thoughts. I will review again when I have a chance. Thank you Trent Petersen -----Original Message ----- From: ndonald@q-t-c.net fmailto:ndonald@q-t-c.netj Sent: Thursday, May 25, 2017 7:21 AM To: Trent Petersen <TPetersen@cti-ia.com> Subject: Delineator and Chevron pricingvi'k k The price to install and remove delineators is $40 each. Looks like they need to be spaced at 250 feet. The -price -to -install -and -remove chevrorrsis-$70Oeach.The spec just reads that they need to be evenly spaced. We also don't have any in stock so it will take 2 weeks after order time to get them in Des Moines. Sam Einwalter's number is 515-202-7197