Loading...
Hwy 115/61 S. Grandview Avenue Overpass Water Main Relocation AcceptanceMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque band AI- America City IIIii! 2007 • 2012 • 2013 SUBJECT: Request for Acceptance of the Completion of the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project C I P #740 -1405 DATE: December 27, 2013 Water Department Manager Bob Green is recommending acceptance of the construction contract for the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project, as completed by Tschiggfrie Excavating Co., in the final contract amount of $379,906.88, which was $7,228.53 over the original contract amount of $372,678.35 due to bid quantity adjustments reflected in Change Order #1. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Bob Green, Water Department Manager Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manager Dubuque Itatetd All- America City 1 2007 • 2012 •201: SUBJECT: Request for acceptance of the completion of the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project CIP #740- 1405 DATE: December 19, 2013 INTRODUCTION: The enclosed resolution provides for the acceptance of completion of the construction contract for the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project with Tschiggfrie Excavating Co. from Dubuque, IA for $379,906.88. BACKGROUND: This project provided for the construction related services for the relocation and abandonment of the water main near the Highway 151/61 South and South Grandview Avenue Overpass. BUDGET IMPACT: The cost summary for the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project is as follows: ACTION TO BE TAKEN: I respectfully request that the city council adopt the attached resolution accepting the improvement and authorizing payment of the contract award of $379,906.88 to Tschiggfrie Excavating Co. from Dubuque, IA for the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project. BG:jr Attachments cc: Jenny Larson, Budget Director Mike Brekke, Water Distribution Supervisor File Award Final Construction Contract $ 372,678.35 $ 379,906.88 Engineering Design & Inspection $ 36,700.00 $ 44,731.12 Total Project Cost $ 409,378.35 $ 424,638.00 ACTION TO BE TAKEN: I respectfully request that the city council adopt the attached resolution accepting the improvement and authorizing payment of the contract award of $379,906.88 to Tschiggfrie Excavating Co. from Dubuque, IA for the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project. BG:jr Attachments cc: Jenny Larson, Budget Director Mike Brekke, Water Distribution Supervisor File RESOLUTION NO. 1 -14 ACCEPTING THE HWY. 151/61 SOUTH GRANDVIEW AVENUE OVERPASS WATER MAIN RELOCATION PROJECT AND AUTHORIZING THE PAYMENT OF THE CONTRACT AMOUNT TO THE CONTRACTOR Whereas, the Public Improvement Contract for the Hwy. 151/61 South Grandview Avenue Overpass Water Main Relocation Project (the Project) has been completed and MSA Professional Services of Dubuque, Iowa, the City's consulting engineering firm, has examined the work and filed a letter stating that the Project has been completed according to the terms of the Public Improvement Contract and has recommended that the Project be accepted. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. The recommendation of the City's consulting firm is approved and the Project is hereby accepted. Section 2. The Finance Director is hereby directed to pay the Contractor from the Water Department's FY -2014 Capital Improvement Program Budget Fund Code 740- 1405 appropriation for the contract amount of $379,906.88 less any retained percentage provided therein as provided in Iowa Code, Chapter 573, and to pay such retainage only in accordance with the provisions of Iowa Code Chapter 573. Passed, approved and adopted this 6th day of January, 20 Attest: Kevi S. Firnstalil, City Clerk Roy D. Buol, Mayor Iowa Guide 34a Iowa Instruction 1942 -A STATEMENT OF FINAL COMPLETION AND OWNER'S ACCEPTANCE OF THE WORK PROJECT: Highway 151/61 Water Main Relocation Project ENGINEER / ARCHITECT: MSA Professional Services, Inc. OWNER: City of Dubuque Water Dept. CONTRACTOR: Tschiggfrie Excavating, Inc I, the undersigned Engineer / Architect of the above designated project, do hereby state that: 1. The construction provided for pursuant to CONTRACT DOCUMENTS including all approved amendments and Change Orders, hereafter called the WORK between the OWNER and CONTRACTOR has been completed and to the best of my knowledge and belief, is in substantial compliance with the provisions of the CONTRACT DOCUMENTS. 2. The final payment authorized hereto and made a part hereof is a complete and accurate summary of the WORK performed in accordance with the CONTRACT DOCUMENTS. 3. The total cost of the WORK as completed is $379,906.88 I recommend, under the provisions of the CONTRACT DOCUMENTS, that the WORK be accepted and that the final payment be made. Engineer / Architect 3;:3e,;1 By 0 Date J 215 PS The CONTRACTOR shall guarantee materials and equipment furnished and construction performed by providing a PERFORMANCE BOND which shall remain in full force and effect for a period of one year from date of acceptance by OWNER. (Note if Statement of Substantial Completion was issued them effective date of Bond is as approved by the OWNER on Statement of Substantial Completion) A,,e4Z3y CONTRACTOR B y Title a4../- /;:f/f Date /0/s/3 (4 -7 -97) SPN 508 Accepte2OS WNER By ,D Ti tle Mayor Date 1/6/14 Contractor's Application For Payment No. 5 (FINAL) To (Owner): City OfDubuque Water Department Application Period Sept 26 - Nov 26 Application Date: Nov 26, 2013 Notice to Proceed Date: Inure 19, 2013 Via (Engineer): MSAProfessional Services Engineers Project No.: 00492030 Project 151/61 Water Main Relocation Project From (Contractor): Tschigg6ieExcavating Co_ Contract Owner's ContractNo.: Contractor's Project No : Application for Payment Change Order Summary Approved Change.Orders Number Additions Deductions Chaage Order 1 $7,228.53 TOTALS NET CHANGE BY CHANGE ORDERS $7,228.53 $0.00 $7228.53 Contractor's Certification The undersigned Contractor certifies that (1) all previous progress payments received from Owner onaccount of Wolkdone Ender the Contract have been applied on account to discharge Contractor's legitimate obligations incrmed in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or coveted by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest o encumbrances); and (3) all Work covered by this Application for Payment is in accordance with die Contract Documents and is not defective. I. ORIGINAL CONTRACT PRICE 2. Net change by Change Orders 3. CURRENT CONTRACT PRICE (L]ne1--'-2) 4_ TOTAL COMPLETED AND STORED TO DATE (Column Gan Progress Estimate) 5. RETAINAGE: a. % x $ Work Completed b. % x $ Stored Material c. Total Retainage (Line Sa +Line 5b) 6. AMOUNT BUMBLE TO DATE (Line 4 - Line 5c) 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application) 8. AMOUNT DUE THIS APPLICATION 9. BALANCE TO ) JN1SH, PLUS RETAINAGE (Column I on Progress Estimate + Line 5 above) Payment of is recommendedby: Payment of is approved lye Approved by: $18,99534 (Line 8 or other- attach explanation of other amount) t u/1F '✓ Cr r7eaFe'L, (Engineer) $18,99534 Fmrding Agency (if applicable) S S $ $ 3 372.678.35 7,228.53 379,906.88 379.906.88 0.00 0.00 0.00 379,906.88 360,91I34 18,99534 0.00 z/6/13 (Date) JZ—IIe—Zol? (Date) (Date) EJCDC No. C-620 (2007 Edition) Pagel of 3 Prepared by the Engineers' Joint Contract Doeaments Committee and endorsed by the Associated General Contractors of America and the Constriction Specifications Institute. 00 62 76-1 00492030 Pay Application 5 (FINAL) Progress Estimate Contractor's Application No. 5 Sex (meons= cr 4736 sac blip' Waterhiza &k at= Appictoen?:arbx5 AFi>Zfalfan WcSSapc» -br.6 AppticadaccD.ac. Nwwba26,2113 A B C 7 _ F G 1 B urm Bid Unit Bid 7:atkCoop9ad Malenials Presently Total CampstM.ml nu Date Wheat Desapdaa Quaalily Price Value Flom Prednus Quaatilyt3is Vslocchis Stared % Balnarero FmiSa 9k. Ata,h000n, Penal Apixt=itet (o tiaCorE) (C + E +1) (0 /B) 8 -r7 I Mobilization 1 95.49275 $5492.75 5549275 S.S.q88888,88.88888888.8.88.q88888.82:E.BES.88.88.8.8.8.R8.8.8.8888888. `42 a8a0ggsgR63gaggg.Igc.°,(9?;g2R.Rite,aVpga882,9;g5851a8a8Vgg m.d V4m 55,492.75100% $0.00 2 Traffic Cannot 1 56.500A 56.503,00 $6500.00 56,500,00 103% 90.00 3 Connect :oEcistins(WaterMai° 4 81.554.00 3621690 59324.00 59,324.00:50% - 5.108.00 4 Vertical Pipe Structure &Shoring I 547961.20 547,961.10 $47961.10 $47961.10100% .50.00 5 Bo'cPit &Shmimt 2 313.56957 927.139.00 513,559.50 S13.56950591. 513.56950 6 6' D.L Water Main 43 $44.63 51,917.80 81,39907 51,899.07 99% 918.73 7 3" DI. Water Main 30 $5045 $1,50430 31.50430 81,504,501oo.,e 50.00 3 12" DI WairrMain 340 566.05 522.457,00 920,733.10 520,733,10 92% 81.723.91 9 16" DI Water Mein 690 54035 85544150 $53,557.29 S5355729 97% 51,884,21 10 26" Casing Pipe, w/Plpe Spacer, Open Gut, 28 5123"23 Z.451.00 $10.229.75 510229.75 296% -36,778.75 IL 2_6' Borst' sm +np Pipe, w /Pi.eSpaccrs &Jaci-ini. CawktcandAt .ud.nninz Water Main (ncludng 205 $25725 $52.73625 51,963.31 $31,9633161% $20.77294 12 2 . 91,305.65 M61130 52,61130 $261130100% $2100 6'x6 ° Aar-boring Tee 13 2 853200 81,064.00 91,04,00 $1,064.00 100% $0.00 14 6" 90o Bend 1 54667.00 1.467.00 $467.00 3467.00 100% $0.00 15 6' RS Grata Valve & Box 6 51,068.00 56,409.00 86.408.00 56,408.00 100% 50.00 16 6" Mesabi-49 22 69835 54163.70 $ 36040 52,360.40 109% - 9196.70 17 6' DI 22,5o Bend 2 $443.00 $886.00 6886.30 5886,00 100% 90.00 18 6' RomacNIacroTMCouplmu $ $38265 5191325 $191325 81913,2 100% $0.00 19 Fire Hydrant 1 M.731.00 52,731.00 $2,731.00 92731,00 I00% $0.00 29 8'46 D.I Reducer 1 3280.00 5280.00 $280.00 5280,00 100% 90.00 21 8' Mepa1c 8 1 514200 3142:00 $994.00 9994,00 7033'. 5852.00 22 8' RS Gate Valve &Box 1 $1517.00 $1,517.00 33,034.00 $3.034,00 200% -81517 D0 23 12' Rum= Mac oTM Coupling 3 $604;00 51,812,00. $2,416.00 $2416.00 133 % - $604.00 24 I2" D.L Cap 2 5300.00 5600,00 3600.00 9600.00 100% $0,00 25 12" Mepalu to 15 519635 52,94525 5235623 3235620 80% $58935 26 12' 90oRend 1 373490 5734.00 50.00 90.00 0%e $734.00 27 12"x6" DI, Reducer 2 5533.00 51966.00 91966.00 51.056.00 100% 50.00 I2° D,I, 45o Bend 2 5659.00 51,318,00 81318.00 51318.00 100% 50.00 29 12' RS Crate Valve & Box 2 $2321.00 $4.64200 $2.32.1.00 $2,321.00 50% $2321.00 30 I2' Field Lok350 Gaskets 4 M57.00 51, 028.00 3514.00 5514.00 50% 5514.00 31 12" NitrilePipe Gaskets 19 581,35 $1,545.65 91,54165 - 81,545.65 100% $0.00 32 16" M0031u684 37 53334.00 512358.00 57 014.00 87,014,00 57% 55$44.00 SS 16'RnmacMactoTMCaurdia8 2 $12.75:00 $1456.00 80.00 $000 0% 52,456.00 34 16" D i90a Bead (in vertical pipe structure) 2 $138700 52774.00 3776.00 $2.774.00100% 5000 35 16'x8" Arclu riaR Tee 1 81039.00 51.039.00 $090 $0.00 0%- 51,03990 36 16" Butterfly Valve & Box 6 5233200 513932.00 511,66090 $1I,66000 83% 9232: 0 37 16'x12'DIMJTee 3 S835,00 52535.00 50.00 50.000% $2.505.00 38 16'46' DS MT Tee 1 $1,718,00 51,718.00 $0.00 50.00 0% .$1,718.06 39 16'D145o13 md 6 $1,283.00 57, 758.00 55,17200 85.1720062% 82,586.00 40 16`x6" DI Reducer 2 $731.00 81.462.0.0 $731.00 5731.00 50% $731.00 41 10 115o Bend 1 698200 99100 90.00 $0.00 0% 5982,00 42 16' D.0. 22.5o Bead 4 .99982.00 53923.00 92,946.00 82946.00 75% 5:98_''.00 43 16" Field Lek350Gasket_s 6 5487.00 92922.00 57305.00 57305(10250% - 84383.00 44 16° SS Thrust Redding (invertical pipe structure) 1 $108200 81,032.00 91,082133 51.08_.'+'00100% 50.00 45 4k8`.r2' Pipe insulation Sheet 4 56265 520.60 5751,80 575120 300% - 950120 46 ACC patch, (75" min thickness) 195 596.03 $18 -720.00 $6620.12 36.623.12 35% 912,098.88 47 PCC Curb & Gutter, Remove &Replace 140 813.15 .9240.00 $1,864.91 51.86:91 73% 9676.09 48 Crushed Aggregate Base Come, (6- nchrain 1.50 $1730 52595.00 $5,19260 5.5,592,60203% - 52597.60 49 PCC Sidewalk Curb Rama. (6 -inch min. 160 3810 $1296.00 5797.85 5797.8562% 549515 50 Detectable Warning Pavers MT) 2 S255.00 5510,00 51.020.00 51.020.00 2200% - 5510.00 51 Select L, l'51t (luaaone screenings) 1,180 59.45 $11.151.00 512.43062 $12.430.62 111% 37279,62 52. Conch to Washout Area 1 5660.00 9660.00 93.00 53.00 One 5660.00 53 Looiea Comm' Blaract 2.830 53.00 58490.09 85490,00 5849030 100% 80,00 54 Vth cicTrackimoPad 1 51.29270 51292.70 50.00 50.00 0% 51.29270 55 SiltEelce 910 $1.75 5159250 578050 .973050 402. 531200 56 H4'&o3eoceig. 850 57'01 $1,912.50 96.36750. - 5636750 333% 41,455.00 CbSIOc Order No 1 Bid Quantity Adjustment 1 552,05729 - 82,057.29 552.05725 ChAcOc Order No. l EXTRAS Chao, Order No. 1 Purchase otMaterials I 543269.52 $43269.52 545269_52 S4326932 100% 50.00 1 $16,016.30 516.01630 816.01630 $16,91630100% $0.00 Ton& 5379290688 5379906.88 30.00 5379.906.39 50.00 FJCOCA s. C.620 (1007 Edition) Pttamud bytaeXeziecre Mat Cm2ati rlaraamem. Car elo .ad eedersee trr the3S>ar..s' red Cesera3CeerusmaaarAaaeraod rieCuavr>Q1im domlaphtme Paec2 at 00 62 76-2 014920311 PayApv¢natlon 5 (F'I1A L) (1) Prngrea Estimate Stored Material Summary Contractor's Application No. 5 Bidllan 1'mfounc5 Gry!Tri) e 151/51 Wnlcr Man Relmaion Arrko -,cm $e,8- 5 Appl.rov Pc+N ' %wS•ScrA 76 AWNKabsnlhlc Ssx V,. WO A D C D E F G Imvux No i)rcnvip Tramm nal No. Msrn ibxtiin:m tired l'mxuily Saard trn AO.n(5 Isc tarmcd (A :V(4 Mauriel. Remnvug m. (D. E -F1 Dee iMwWYaar1 Am.-utl (S1 al 5801,6. Date (M6mrhYem( Art.. (0( 1 Mobilization 2 Traffic Control Z Connect to Existing Water Main a Vertical Pipe Structure & Shoring 5 Bore Pit & Shonng 6 6" DL Water Main 1306038 2 6" DIP Water Main $78030 078030 00.00 1306038 2 Blue Poly 524.00 $24.00 50.00 7 $" D1. Water Main 1306038 2 B" DIP Water Main 0711.00 $711.00 S0.00 1300038 Blue Poly 016.00 516.00 50.00 0 12" DL Water Main 1305947 12" DIP Water Main S11, 080.80 _ 011.08080 50.00 1306038 2 Blue Poly 5240.00 5240.00 50.00 o 16" DI. Water Main 1305947 2 16" DTP Water Main 523.14220 523.14220 50.00 1306038 2 Blue Poly 5480 00 5480 00 01100 1P 26" Casing Pipe, w /Pipe Spacer. Open Cut. 11 26" Bore Casing Pipe. w/Ppe Spacers & Jacking. 12 Capping and Abandoning Water Man (including 13 6" x 6" Anchoring Tee 130603i 2 6-Anchor Tee 8720.00 5328,110 50 00 14 6" 90" Bend 1306038 2 6" 90 Bend 09900 29900 SO 00 15 6" RS Gate Valve & Box 1306030 2 6" Valve 52,850.00 22.850.00 $1190 1306038 2 Box 51.14000 81.14000 50.00 1306038 2 Adaptor 5210 00 $2111 on $n on is 6" Megalugs9 1306038 2 6" Mega Lugs 501400 0014.00 06.00 17 6" 111. 22.E Bend 1306038 2 6 "22,5 Bend 0150.00 5130 08 80.00 18 6" Romac Macro"" Coupling 1306038 2 6" Romeo SL3000D 21.300.00 5000 19 Fire Hydrant 1306038 2 Fire Hydrant 61.995 00 51.99500 SO 00 20 8 "x6" D.1. Reducer 1306038 2 8 x 6 Reducer 59600 596 00 SO On 7 8 "Me +.lug09 1306038 2 51"Me.a Logs 55000 55000 5000 7s 8" '. ate Valve & Box 1306038 2 8" Valve $740.00 5740.00 90 00 1306038 2 Box 819(n0 0190.00 50.00 13061138 2 Adaptor 83500 235.00 0000 21 12" Romac Macro"' Coupling 1306038 _ 12" 441 01260.00 21.260 00 80 00 ya 12" D.1.. Cap 1306030 2 12" Cap 523200 023200 SO OD 05 12" M atu 1306038 1306038 2 2 12" Mega Lugs 12" 90 Bend 51335.00 $366.00 $1335 00 50 00 0366.00 00.00 "6 12" 9(" Ele-ia 77 12"x6"12.1 Reducer 1306038 2 12 x 6 Reducer 5330 00 S330.00 50.00 26 12' DJ.. 45" Bend 1306030 2 12 "45 Bend 0502 00 S58200 5000 20 12" RS Gate Valve &Box 1306038 _ 12" Valve 04365 00 84.36500 50.00 1306038 2 Box 5570.00 057080 00.00 1306038 2 Adaptor 07090 070.00 50.00 1306038 2 12 "Mega Logs s5,34 MO 053409 0069 10 12" Field Lok 350 Gaskets 1306038 2 12" Field Lok 5660 00 5660110 SO 00 51 12 "Nitrile Pipe Gaskets )306030 2 12" Mille Gaskets 5380.00 538000 00.06 19 16" MegalugQ9 1306030 2 16" Mega Lugs 05,550 00 05.550 00 SO 00 '41 16" Romac Macro' Coupling 1306038 16" Roma= 51,720.00 01,7290$ $0.00 34 16" D L 90" Bend fin vertical pipe structure) 1306036 2 16" 90 Bend $835.00 5835.[8) 50.08 35 16 "x8" Anchoring Tee 1306038 -. 16"x 8" Tee 6833 00 5833 00 S0 00 16 -16" Butterfly Valve &Box 1306038 2 16 "Valve 08.97000 58970.00 5000 1306038 2 Box 51.140 06 01.140 00 SO 00 1306038 2 Adaptor $57000 S570.1.l0 $000 17 16"x12" D.I. MJ Tee 1306038 2 16"x 12"Tee $2505.00 52505.60 S0.00 18 16 "x16" D.1. MJ `tee 1306030 2 16 "Tee 3125990 012580(1 $1) 00 30 16" 131.45' Bend 1306038 2 16" 45 Bend 53332.10) 53332119 10 00 401 16 "x6" D.1 Reducer 1306038 2 16'x 6" Reducer 5910.00 S910.0o SO DO 41 16" 11.5" Bend 1306038 2 16" 1125 Bend 0614.00 5614.00 50.00 42 16 " DL 225" Bend_ 1306038 2 16 "22,5 Bend 02456.00 0245600 SO OD 4"" 16' Field Lok 3500asIcets 44 16" SS Thrust Roddmg (in vertical Aloe structure) as 4'x8'82" Pipe Insuah08 Sheet 46 ACC patch, 17.5" min thickness) 47 FCC Curb &- Gutter. Remove & Replace 4R Crushed Aggregate Base Course. (6 -inch min. d0 FCC Sidewalk Curb Ramp- (6 -inch mm. go Detectable Warning Pavers (2'x2) 51 Select Backtitl (limsmne screenings) 5, Concrete Washout Area 51. Erosion Control Blanket 54 Vehicle Tracking Pad SS Silt Fence 56 Hvdroseedmc Taub _ 007.64030 181)0 0060 58784830 00,00 EJCDC No C-620 (2007 Edition) 00 62 763 1.1 c3 nr3 004 2 _Poy Appricibn5 (FINAL)cm£fored Matorist(Swl,ury Date of Issuance: November 15, 2013 Effective Date: Change Order No. 'I (FINAL) November 15, 2013 Project: Highway 151/61 Water Main Owner. City of Dubuque Water Department Owneis Contract No,: Contract City of Dubuque Water Department - Contractor: Tschiggfrie Excavating, Inc. Date of Contract: Highway 151/61 Water Main Relocation Engineer's Project No.: 492030 The Contract Documents are modified as follows upon execution of this Change Order: Description: Contract Date Change 1) The contract project final completion shall be extended from the originally established date of September 3, 2013 to November 26, 2013. A time extension was necessary due to the required coordination of work with the adjacent DOT highway project. Bid quantity Adjustments 1) The estimated bid quantity for Bid Item No, 3 "Connect to Existing Water Main" was exceeded, resulting in a contract price increase of $3,108.00. 2) The estimated bid quantity for Bid Item No, 5 "Bore Pit & Shoring" was under quantity, resulting in a contract price decrease of $13,569.50. This cost reduction resulted from a revision in bore pit location. 3) The estimated bid quantity for Bid Item No. 6 "6" D.I. Water Main" was under quantity, resulting In a contract price decrease of $18.73, 4) The estimated bid quantity for Bid Item No. 8 "12" D.I. Water Main" was under quantity, resulting in a contract price decrease of $1,723.91. 5) The estimated bid quantity for Bid Item No, 9 "16" D.l. Water Main" was under quantity, resulting in a contract price decrease of $1,884.21. 6) The estimated bid quantity for Bid Item No. 10 "26" Casing Pipe, w/ Pipe Spacers, Open Cut, Complete" was exceeded, resulting in a contract price increase of $6,778.75. This cost increase resulted from a revision in bore pit location, 7) The estimated bid quantity for Bid under quantity, resulting in a cont bore pit location. 8) The estimated bid quantity for Bid $196.70. 9) The estimated bid quantity for Bid $852.00, 10) The estimated bid quantity for Bid increase of $1,517.00 11) The estimated bid quantity for Bid contract price increase of $604.0 12) The estimated bid quantity for Bid decrease of $589.00. 13) The estimated bid quantity for Bid contract price decrease of $734. 14) The estimated bid quantity for Bid price decrease of $2,321.00. 15) The estimated bid quantity for Bid contract decrease of $514.00. 16) The estimated bid quantity for Bid decrease of $5,344.00. item No. 11 "26" Bore Casing Pipe, w/ Pipe Spacers & Jacking, Complete" was ract price decrease of $20,772.94. This cost reduction resulted from a revision in Item No. 16 "6" Megalug" was exceeded, resulting in a contract price increase of Item No. 21 "8" Megalug" was exceeded, resulting In a contract price increase of Item No. 22 "8" RS Gate Valve & Box" was exceeded, resulting in a contract price Item No. 23 "12" Romac MacroTM Coupling" was exceeded, resulting in a 0. Item No. 25 "12" Megalug" was under quantity, resulting in a contract price Item No. 26 "12" 90 Bend" was not installed as part of the project, resulting in a 00. Item No. 29 "12" RS Gate Valve & Box" was under quantity, resulting in a contract Item No. 30 "12" Field Lok 350 Gaskets" was under quantity, resulting in a Item No. 32 "16" Megalug" was under quantity, resulting In a contract price EJCDC C -941 Change Order (2007 Edition) 00 63 63-1 Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. 17) The estimated bid quantity for Bid Item No, 33 "16" Romac MacroTM Coupling" was not installed as part of the project, resulting In a contract price decrease of $2,456.00. 18) The estimated bid quantity for Bid Item No, 35 "16 "x8" Anchoring Tee" was not installed as part of the project, resulting in a contract price decrease of $1,039.00. 19) The estimated bid quantity for Bid Item No. 36 "16" Butterfly Valve & Box" was under quantity, resulting in a contract price decrease of $2,332.00. 20) The estimated bid quantity for Bid Item No. 37 "16 "x12" DI MJ Tee" was not installed as part of the project, resulting in a contract price decrease of $2,505.00. 21) The estimated bid quantity for Bid item No. 38 "16 "x16" DI MJ Tee" was not installed as part of the project, resulting in a contract price decrease of $1,718.00. 22) The estimated bid quantity for Bid Item Na. 39 "16" 45 Bend" was under quantity, resulting in a contract price decrease of $2,586.00. 23) The estimated bid quantity for Bid Item No. 40 "16 "x6" DI Reducer" was under quantity, resulting in a contract price decrease of $731.00. 24) The estimated bid quantity for Bid Item No. 41 "16" 11.5 Bend" was not installed as part of the project, resulting in a contract price decrease of $982.00. 26) The estimated bid quantity for Bid Item No. 42 "16" DI 22.5 Bend" was under quantity, resulting in a contract price decrease of $982.00. 26) The estimated bid quantity for Bid Item No, 43 "16" Field Lok 350 Gaskets" was exceeded, resulting in a contract price Increase of $4,383.00. 27) The estimated bid quantity for Bid Item No. 45 "4'x8'x2" Pipe Insulation Sheet" was exceeded, resulting in a contract price increase of $501.20, 28) The estimated bid quantity for Bid item No. 46 "ACC Patch (7.5" min. thickness)" was under quantity, resulting in a contract price decrease of $12,098.88. 29) The estimated bid quantity for Bid Item No. 47 "PCC Curb & Gutter, Remove and Replace" was under quantity, resulting in a contract price decrease of $676.09. 30) The estimated bid quantity for Bid Item No. 48 "Crushed Aggregate Base Course" was exceeded, resulting in a contract price increase of $2,597.60, 31) The estimated bid quantity for Bid item No. 49 "PCC Sidewalk Curb Ramp" was under quantity, resulting in a contract price decrease of $498.15. 32) 32) The estimated bid quantity for Bid Item No. 50 "Detectable Warning Pavers" was exceeded, resulting in a contract price Increase of $510.00. 33) The estimated bid quantity for Bid Item No. 61 "Select Backfill (limestone screenings)" was exceeded, resulting in a contract price increase of $1,279.62. 34) The estimated bid quantity for Bid Item No. 52 "Concrete Washout Area" was not installed as part of the project, resulting in a contract price decrease of $660.00. 35) The estimated bid quantity for Bid Item No. 54 "Vehicle Tracking Pad" was not installed as part of the project, resulting in a contract price decrease of $1,292.70. 36) The estimated bid quantity for Bid Item No, 56 "Silt Fence" was under quantity, resulting in a contract price decrease of $812.00. 37) The estimated bid quantity for Bid Item No. 56 "Hydroseeding" was exceeded, resulting in a contract price increase of $4,455.00. * *Total Bid Quantity Adjustment results in a contract price decrease of $52,057.29. Additional Work Items 1) Special Backfill was required by the DOT to be used within the bore pit area underneath the CIP Retaining • Wall Footing. There was additional cost for this material beyond the unit price bid for "Select Backfill (limestone screenings)" 262.50 TON of Special Backfill was installed with additional cost of $14.45/TON resulting in an additional cost of $3,793,13, 2) Concrete encasement was required by the DOT around the water main pipe positioned underneath the CIP Retaining Wall Footing, resulting in additional cost of $4,411.00. • 15 CY Concrete @ $150.60/ CY = $2,259.00 • Additional Crew Labor Hours for excavation, and placement of forms and concrete © $2,152.00 3) Julien Dubuque Connection required work beyond the original project scope due to the location of the existing water main being much deeper and further east than expected, resulting in additional cost of $7,314.00. • (2) 8" 45- Degree Bends © $299.00/EA required to make connection to 16" water main already Installed = $598.00 ▪ Additional Mobilization Fee for Paving Crew due to staging required @ $500.00 • Additional Crew Labor Hours due to staging requirements caused by the existing water main location @ $6,216.00 EJCDC C -941 Change Order (2007 Edition) 00 63 63 -3 Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. 4) Grandview Avenue Connection required work beyond the original project scope, resulting In an additional cost of $5,030.90. • The area could not be isolated via shutdown, resulting in crew down time @ $2,072.00 • (2) Concrete thrust blocks (Molo blocks) were used to brace the bends Installed at this connection @34,50/EA = $69,00 • 4CY of concrete was installed at the connection to the existing cross at the City's direction. 4CY at $150.60 = $602.40. • (3) 12" DI 11.25 - Degree Bends were installed @ $659.00/EA $1,977.00. • A new valve box was installed on the existing 12 -inch valve @ $310.50. 5) Vertical Pipe Structure Modifications were made beyond the original project scope, resulting in an additional cost of $6,427.37. • Vertical Pipe Restraints © $2,539.37 • Concrete Platforms @ $2,148,00 • Megalug Harness @ $990,00 • Perimeter Fencing on top of the structure @ $750.00 6) PCC Pavement Patching was installed outside of the original scope of the project, resulting in additional cost of $12,608.24. • ' The pavement patches at Julien Dubuque and Rockdale Road were found to have 6" PCC with and asphalt overlay. 745.75 SF of 6" PCC @ $8.00 /SF = $5,966.00 • The pavement on the southbound on -ramp was replaced with 691.9 SF of 10" PCC @ $9.60 /SF = $6,642.24. 7) The Contractor installed a 2" blow off fitting at the request of the City In order to test and flush the 16" water main installed underneath the highway. This resulted in additional crew time in the amount of $184.00 8) A 16 "x6" Anchoring Tee was Installed for the hydrant near the intersection of Julien Dubuque Drive and Grand View Avenue. This fitting cost $1,068.00. 9) Additional traffic control (flagging) was necessary for connecting to the existing water main within Julien Dubuque Drive and Rockdale Road resulting in an additional cost of $1,123.38. 10) The Contractor was directed by the City to cap the existing 12 -Inch water main under the highway due to concerns that highway paving efforts may induce a break in the live main. The Contractor incurred additional crew time to excavate and cap this main in the amount of $1,309.50. * *Total Additional Work Items result In a contract price increase of $43,269.52. City Purchase of Extra Materials 1) In an effort to avoid restocking fees and add to the City's inventory, the City Water Department chose to purchase extra materials that were not installed as part of the project for future use. The total price for these materials is $16,016.30. **The total contract price adjustment Incorporating bid quantity adjustments, additional work items, and purchase of extra materials is an increase of $7,228.53 for a Final Contract Price of $379,906.88. EJCDC C -941 Change Order (2007 Edition) 00 63 63-4 Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction SpccilieniionS Institute, CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: $372,678.35 Original Contract Times: [] Working days E Calendar days Substantial completion (days or date): July 6, 2013 Ready for final payment (days or date): September 3, 2013 [Increase] [Decrease] from previously approved Change Orders (Increase) [Decrease] from previously approved Change Orders No. to No, No. to No, Substantial completion (days): N/A $N /A Ready for final payment (days): N/A Contract Price prior to this Change Order: $372,678.35 Increase of this Change Order: $7.228.53 Contract Price incorporating this Change Order: $379,906.88 Contract Times prior to this Change Order: Substantial completion (days or date): July 5, 2013 Ready for final payment (days or date): September 3, 2013 Increase of this Change Order: Substantial completion (days or date): Ootober 20, 2013 Ready for final payment (days or date): November 26, 2013 Contract Times with all approved Change Orders: Substantial completion (days or date): October26 2013 Ready for final payment (days or date); November 26, 2013 RECOMMENDED: By: AC6EPTE Engineer (Authorized Signature) gnature) Date: Z. 5 Approved by Funding /3 gency (it applicable): Date: )Z- /lo— Zo13 CE �E►�: /r14- Co i actor (, Ihorized Sianotura) Date: kl 414 413 bate: EJCDC C -941 Change Order (2007 Edition) 00 63 63-5 Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute.