HomeMy WebLinkAboutLangman Construction, Inc. - US Hwy 63 Snitary Sewer Upgrades, Ph 1, Cont. No. 1037 - 12.4.2023AECOM
November 16, 2023
Mr. Randy Bennett
Waste Management Services Department
3505 Easton Avenue
Waterloo, Iowa 50702
Subject: US Highway 63 Sanitary Sewer Upgrades, Phase I
City of Waterloo, Iowa
City Contract No. 1037
AECOM #60671367
Dear Mr. Bennett:
AECOM
501 Sycamore Street
Suite 222
Waterloo, Iowa 50703
www.aecom.com
319-232-6531 tel
319-232-0271 fax
The construction work for the US Highway 63 Sanitary Sewer Upgrades, Phase I project is now complete.
The final pay estimate (attached), including the release of the remainder of retainage, in the amount of $209,361.48 can be
paid to Langman Construction, Inc., per the requirements of the contract. Also attached are the Final Quantity Summary,
Reconciliation Change Order, and a copy of the Maintenance Bond.
The original contract was for $7,190,038.90. With adjustments in quantities in the field and change orders, the final contract
total was $6,857,871.36. The project has a net deduction of ($332,167.54).
Please let us know if you have any questions.
Yours sincerely,
Ginger I. L'Heureux, PE
Attachment: As Noted
LADCS\Projects\WTR\6067136763S Interceptor PhICRS\600_Construction_Su pport\650_Pay_Applications\PA#15ReIRetFinalQty_Langman_Hwy63 Ph I
(11.23)\2023.11 _Hwy63Ph I_PA15_Memo.docx
PAY APPLICATION FOR
US HIGHWAY 63 SANITARY SEWER UPGRADES, PHASE 1
City of Waterloo, Iowa
Waterloo, Iowa
AECOM Project No. 60671367 / 60651387
Period Ending: 10/11/23
Estimate No.: 15 & Release Retainage
Contractor: Langman Construction, Inc.
AECOM
ITEM
NO.
ITEM
CODE
DESCRIPTION
UNIT
UNIT PRICE
CONTRACT
PROJECT TOTAL TO DATE
CURRENT PERIOD
%COMP
TOTAL QUANTITY
AMOUNT
INSTALLED
QUANTITY
TOTAL
INSTALLED
AMOUNT
QUANTITY
JIM US HIGHWAY 63 SANITARY SEWER UPGRADES, PHASE 1
1
11,020-A
MOBILIZATION
LS
$1,000,000.00
1.0
$ 1,000,000.00
1.00
$ 1,000,000.00
$ -
100.00%
2
8030-A
TRAFFIC CONTROL
L5
$7,000.00
1.0
$ 7,000.00
1.00
$ 7,000.00
$ -
100.00%
3
2010-C
CLEARING AND GRUBBING
L5
$25,000.00
1.0
$ 25,000.00
1.00
$ 25,000.00
$ -
100.00%
4
3010-B
FOUNDATION ROCK
TON
$18.00
191.15
$ 3,440.70
191.15
$ 3,440.70
$ -
100.00%
5
3010-F
TRENCH COMPACTION TESTING
LS
$5,000.00
1.0
$ 5,000.00
1.00
$ 5,000.00
$ -
100.00%
6
4010-L
ABANDON, FILL AND PLUG 21 INCH SANITARY SEWER
LF
$15.00
2,863.0
$ 42,945.00
2,863.00
$ 42,945.00
$ -
100.00%
7
4010-H
REMOVAL AND PLUG 21 INCH SANITARY SEWER
LF
$10.00
2,068.5
$ 20,685.00
2,068.50
$ 20,685.00
$ -
100.00%
8
4010-K
ABANDON SANITARY SEWER MANHOLE
EA
$1,500.00
8.0
$ 12,000.00
8.00
$ 12,000.00
$ -
100.00%
9
6010-H
REMOVAL SANITARY SEWER MANHOLE
EA
$1,000.00
7.0
$ 7,000.00
7.00
$ 7,000.00
$ -
100.00%
10
4060
CLEANING, INSPECTION AND TESTING OF SANITARY SEWER GRAVITY MAINS
LS
$5,000.00
1.0
$ 5,000.00
1.00
$ 5,000.00
$ -
100.00%
11
4010-A-2
18 INCH SANITARY SEWER GRAVITY MAIN -DIRECTIONAL DRILLING
LF
$230.00
1,123.5
$ 258,405.00
1,123.50
$ 258,405.00
$ -
100.00%
12
4010-A-1
24 INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT
LF
$180.00
277.7
$ 49,986.00
277.70
$ 49,986.00
$ -
100.00%
13
4010-A-2
48 INCH SANITARY SEWER GRAVITY MAIN- OPEN CUT
LF
$615.00
6,402.35
$ 3,937,445.25
6,402.35
$ 3,937,445.25
$ -
100.00%
14
6010-A
48 INCH SANITARY SEWER GRAVITY MAIN -TRENCHLESS
LF
$2,000.00
0.00
$ -
0.00
$ -
$ -
15
6010-A
48 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301
EA
$13,000.00
4.0
$ 52,000.00
4.00
$ 52,000.00
$ -
100.00%
16
6010-A
72 INCH CIRCULAR SANITARY SEWER MANHOLE,SW-301
EA
$25,000.00
0.00
$ -
0.00
$ -
$ -
17
6010-A
84 INCH CIRCULAR SANITARY SEWER MANHOLE,SW-301
EA
$26,000.00
2.0
$ 52,000.00
2.00
$ 52,000.00
$ -
100.00%
18
6010-A
96 INCH CIRCULAR SANITARY SEWER MANHOLE,SW-301
EA
$29,000.00
6.0
$ 174,000.00
6.00
$ 174,000.00
$ -
100.00%
19
6010-A
120 INCH CIRCULAR SANITARY SEWER MANHOLE,SW-301
EA
$55,000.00
1.0
$ 55,000.00
1.00
$ 55,000.00
$ -
100.00%
20
6010-A
48 INCH TEE -SECTION SANITARY SEWER MANHOLE, SW-305
EA
$26,000.00
11.0
$ 286,000.00
11.00
$ 286,000.00
$ -
100.00%
21
6010-G
CONNECTION TO EXISTING SANITARY MANHOLE
EA
$5,000.00
2.0
$ 10,000.00
2.00
$ 10,000.00
$ -
100.00%
22
7010-A
6 INCH PCC PAVEMENT
SY
$100.00
129.9
$ 12,990.00
129.90
$ 12,990.00
$ -
100.00%
23
7010-A
8 INCH PCC PAVEMENT
SY
$100.00
990.3
$ 99,030.00
990.30
$ 99,030.00
$ -
100.00%
24
7020-B
8 INCH HMA PAVEMENT
SY
$80.00
677.6
$ 54,208.00
677.60
$ 54,208.00
$ -
100.00%
25
7010-E
6 INCH PCC CURB AND GUTTER
LF
$50.00
387.1
$ 19,355.00
387.10
$ 19,355.00
$ -
100.00%
26
7030-H-2
GRAVEL SURFACING
SY
$15.00
334.7
$ 5,020.50
334.70
$ 5,020.50
$ -
100.00%
27
7030-B
CURB AND GUTTER REMOVAL
IF
$10.00
394.0
$ 3,940.00
394.00
$ 3,940.00
$ -
100.00%
28
7040-H
PAVEMENT REMOVAL
5Y
$10.00
1,964.8
$ 19,648.00
1,964.80
$ 19,648.00
$ -
100.00%
29
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 1SEED MIX
ACRE
$3,700.00
2.30
$ 8,510.00
2.30
$ 8,510.00
$ -
100.00%
30
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 2 SEED MIX
ACRE
$3,700.00
8.80
$ 32,560.00
8.80
$ 32,560.00
$ -
100.00%
31
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 SEED MIX
ACRE
$1,700.00
-
$ -
0.00
$ -
$ -
32
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 5 SEED MIX
ACRE
$1,700.00
8.85
$ 15,045.00
8.85
$ 15,045.00
$ -
100.00%
33
9040-F-1
12" WATTLES
IF
$2.90
1,069.0
$ 3,100.10
1,069.00
$ 3,100.10
$ -
100.00%
34
9040-G-2-a
DITCH CHECKS
EA
$50.00
76.0
$ 3,800.00
76.00
$ 3,800.00
$ -
100.00%
35
9040-E
TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP)
SY
$1.60
27,410.0
$ 43,856.00
27,410.00
$ 43,856.00
$ -
100.00%
36
9040-A-2
SWPPP REQUIREMENTS
L5
$15,000.00
1.0
$ 15,000.00
1.00
$ 15,000.00
0.25
$ 3,750.00
100.00%
SANITARY AND STORM SEWER DISCONNECT - DRAWINGS 10-55-01 THROUGH 10-55-06
37
6010-A
STORM SEWER MANHOLE, SW-401, 48 INCH, EJ 1040 A COVER
EA
$3,800.00
1.0
$ 3,800.00
1.00
$ 3,800.00
$ -
100.00%
38
6010-A
STORM SEWER MANHOLE, SW-401, 60 INCH, EJ 1040 A COVER
EA
$5,600.00
1.0
$ 5,600.00
1.00
$ 5,600.00
$ -
100.00%
39
6010-B
INTAKE, SW-501 & SW-603 TYPE R GRATE
EA
$3,600.00
4.0
$ 14,400.00
4.00
$ 14,400.00
$ -
100.00%
40
6010-B
INTAKE, SW-501 & SW-603 TYPE 6 GRATE
EA
$3,700.00
6.0
$ 22,200.00
6.00
$ 22,200.00
$ -
100.00%
41
6010-G
CONNECTION TO EXISTING STORM SEWER STRUCTURE
EA
$1,200.00
1.0
$ 1,200.00
1.00
$ 1,200.00
$ -
100.00%
42
4030-B
4030-C
4030-D
APRON WITH FOOTING AND GUARD, 12 INCH
EA
$2,400.00
1.0
$ 2,400.00
1.00
$ 2,400.00
$ -
100.00%
43
4030-B
4030-C
4030-D
APRON WITH FOOTING AND GUARD, 18 INCH
EA
$2,700.00
1.0
$ 2,700.00
1.00
$ 2,700.00
$ -
100.00%
44
4020-A-1
STORM SEWER, DUCTILE IRON PIPE, 10-INCH DIA. - OPEN CUT
LF
$140.00
24.6
$ 3,444.00
24.60
$ 3,444.00
$ -
100.00%
45
4020-A-1
STORM SEWER, REINFORCED CONCRETE PIPE, 12-INCH DIA. - OPEN CUT
LF
$70.00
218.0
$ 15,260.00
218.00
$ 15,260.00
$ -
100.00%
46
4020-A-1
STORM SEWER, REINFORCED CONCRETE PIPE, 15-INCH DIA. - OPEN CUT
LF
$80.00
695.0
$ 55,600.00
695.00
$ 55,600.00
$ -
100.00%
47
4020-A-1
STORM SEWER, REINFORCED CONCRETE PIPE, 18-INCH DIA. - OPEN CUT
LF
$90.00
250.0
$ 22,500.00
250.00
$ 22,500.00
$ -
100.00%
48
7010-E
6 INCH PCC CURB AND GUTTER
LF
$50.00
-
$ -
0.00
$ -
$ -
49
7030-H-2
GRAVEL SURFACING
SY
$15.00
-
$ -
0.00
$ -
$ -
50
7040-H
PAVEMENT REMOVAL
SY
$10.00
837.30
$ 8,373.00
837.30
$ 8,373.00
$ -
100.00%
51
6010-H
REMOVE INTAKE
EA
$700.00
5.00
$ 3,500.00
5.00
$ 3,500.00
$ -
100.00%
52
4020-G
REMOVAL OF STORM SEWER
LF
$10.00
85.00
$ 850.00
85.00
$ 850.00
$ -
100.00%
53
7040-A
3 INCH HMA PATCH
SY
$40.00
1,133.00
$ 45,320.00
1,133.00
$ 45,320.00
$ -
100.00%
54
2010-1
6 INCH MODIFIED SUBBASE
SY
$10.00
931.00
$ 9,310.00
931.00
$ 9,310.00
$ -
100.00%
55
9040-J
EROSION STONE WITH ENGINEERING FABRIC
TON
$60.00
13.50
$ 810.00
13.50
$ 810.00
$ -
100.00%
56
9010-B
HYDRAULIC SEEDING, FERTILIZING AND MULCHING
ACRE
$3,700.00
0.20
$ 740.00
0.20
$ 740.00
$ -
100.00%
57
CO-01
CO-1: 48-IN SANITARY SEWER GRAVITY MAIN OPEN CUT ANSBOROUGH
LF
$1,163.25
160.00
$ 186,120.00
160.00
$ 186,120.00
$ -
100.00%
58
CO-01
CO-1: RIPRAP, CLASS E WITH ENGINEERING FABRIC
TONS
$60.00
15.78
$ 946.80
15.78
$ 946.80
$ -
100.00%
59
CO-01
CO-1: PLANTS, NORWAY SPRUCE, 4-5 FEET TALL, INSTALLED
EA
$747.50
3.00
$ 2,242.50
3.00
$ 2,242.50
$ -
100.00%
60
CO-01
CO-1: 48-IN TEE SECTION, SW-305 MODIFIED WITH BEND AND STUB
EA
$40,000.00
2.00
$ 80,000.00
2.00
$ 80,000.00
$ -
100.00%
61
CO-02
CO-2: CONNECTION TO EXISTING SANITARY MANHOLE
EA
$5,000.00
2.00
$ 10,000.00
2.00
$ 10,000.00
$ -
100.00%
62
CO-02
CO-2:106.5LF OF 8-IN SANITARY SEWER GRAVITY MAIN
LS
$13,814.94
1.00
$ 13,814.94
1.00
$ 13,814.94
$ -
100.00%
63
C0-02
CO-2: TREE REMOVAL
LS
$2,339.84
1.00
$ 2,339.84
1.00
$ 2,339.84
$ -
100.00%
64
CO-02
CO-2: 8-IN INTERNAL DROP CONNECTION
EA
$2,670.73
1.00
$ 2,670.73
1.00
$ 2,670.73
$ -
100.00%
65
C0-02
CO-2: PLANTING OF THREE (3) COLORADO BLUE SPRUCE
LS
$2,760.00
1.00
$ 2,760.00
1.00
$ 2,760.00
$ -
100.00%
Bold & Italic font represents quantity changes from Change Order 601, 802
CONTRACT TOTAL
SUBMITTED TO DATE
CURRENT PERIOD
$ 6,857,871.36
$ 6,857,871.36
$ 3,750.00
100.00%
CHANGE ORDERS
NO.
DESCRIPTION Item Number
CHANGE ORDER AMOUNT
ORIGINAL CONTRACT
$ 7,190,038.90
01
REALIGNMENT, PIPE BORING REMOVAL FROM PROJECT, TREE REPLACEMENT
$ (380,516.00)
02
CONNECTIONS, GRAVITY MAIN, TREE REMOVAL & TREE PLANTING
$ 31,585.51
IN -FIELD QUANTITY ADJUSTMENTS
various
$ 16,762.95
CONTRACT TOTAL
$ 6,857,871.36
THIS PAY PERIOD
PAY ESTIMATE NO. 15
$
3,750.00
STORED MATERIALS THIS PERIOD
$
SUBTOTAL
$
3,750.00
RETAI NAGE THIS PERIOD 0.00% I $
TOTAL REQUESTED PAYMENT THIS PERIOD LESS RETAINAGE I $
(3,750.00)
PROJECT TO DATE
Pay Estimate No. 1
$
73,866.60
Pay Estimate No. 2
$
210,060.00
Pay Estimate No. 3
$ 869,663.00
Pay Estimate No. 4
$ 435,265.00
Pay Estimate No. 5
$ 212,012.50
Pay Estimate No. 6
$ 982,435.00
Pay Estimate No. 7
$ 391,950.10
Pay Estimate No. 8
$ 1,066,478.20
Pay Estimate No. 9
$ 1,657,418.00
Pay Estimate No. 10
$ 745,818.53
Pay Estimate No. 11
$ 5,840.00
Pay Estimate No. 12
$ 196,769.03
Pay Estimate No. 13
$ 6,545.40
Pay Estimate No. 14
$
Pay Estimate No. 15
$ 3,750.00
WORK COMPLETED TO DATE
I $ 6,857,871.36
TOTAL STORED MATERIALS TO DATE
I $ -
TOTAL REQUESTED PAYMENT TO DATE
I $ 6,857,871.36
RETAINAGE TO DATE 0.00%
I $ -
TOTAL REQUESTED PAYMENT THIS PERIOD INCLUDING RETAINAGE
$ 6,857,871.36
PREVIOUS PAYMENTS
Pay Estimate No. 1
$ 172,401.85
Pay Estimate No. 2
$ 687,952.03
Pay Estimate No. 3
$ 1,207,979.29
Pay Estimate No. 4
$ 306,340.93
Pay Estimate No. 5
$ 256,574.04
Pay Estimate No. 6
$ 1,391,001.06
Pay Estimate No. 7
$ 298,931.11
Pay Estimate No. 8
$ 503,337.81
Pay Estimate No. 9
$ 1,061,757.11
Pay Estimate No. 10
$ 426,455.51
Pay Estimate No. 11
$ 5,548.00
Pay Estimate No. 12
$ 186,930.58
Pay Estimate No. 13
$ 6,218.13
Pay Estimate No. 14
$ 137,082.43
Previous Payment Subtotal
I $ 6,648,509.87
REQUESTED PAYMENT - PAY ESTIMATE NO. i & Release Retainall $ 209,361.48
11/16/2023
Langman Construction, Inc. Date
11/15/23
Gingert/Nnureux, 9E, AECOM, 9rojeLAEngineer
Querdcrcr1
Date
12/4/2023
City of Waterloo, Iowa
Date
LADES \ Projects \WTR\60671367_63 S_Interceptor_Ph_I_CRS\600_Construction_Support\650_Pay_Applications\PAR15ReIRetFinalQty_Langman_Hwy63Phl (11.23)\[2023.10 Hwy63Phl_PA15FinalQtyRelRet_Langman.xlsx]PA 15RelRet (Final)
FINAL QUANTITY SUMMARY
US HIGHWAY 63 SANITARY SEWER UPGRADES, PHASE 1
CITY CONTRACT NO. 1037
AECOM NO. 60671367 / 60651387
ITEM
NO.
ITEM
CODE
ITEM
UNIT
BID
PRICE
ORIGINAL
QUANTITY
FINAL
QUANTITY
QUANTITY
DIFFERENCE
INCREASE/
DECREASE
FINAL
AMOUNT
US HIGHWAY 63 SANITARY SEWER UPGRADES, PHASE 1
1
11,020-A
MOBILIZATION
LS
$ 1,000,000
1.00
1.00
-
$ -
$ 1,000,000.00
2
8030-A
TRAFFIC CONTROL
LS
$ 7,000
1.00
1.00
-
$ -
$ 7,000.00
3
2010-C
CLEARING AND GRUBBING
LS
$ 25,000
1.00
1.00
-
$ -
$ 25,000.00
4
3010-B
FOUNDATION ROCK
TON
$ 18
1,660.00
191.15
(1,468.9)
$ (26,439.30)
$ 3,440.70
5
3010-F
TRENCH COMPACTION TESTING
LS
$ 5,000
1.00
1.00
-
$ -
$ 5,000.00
6
4010-L
ABANDON, FILL AND PLUG 21 INCH SANITARY SEWER
LF
$ 15
2,958.00
2,863.00
(95.0)
$ (1,425.00)
$ 42,945.00
7
4010-H
REMOVAL AND PLUG 21 INCH SANITARY SEWER
LF
$ 10
1,863.00
2,068.50
205.5
$ 2,055.00
$ 20,685.00
8
4010-K
ABANDON SANITARY SEWER MANHOLE
EA
$ 1,500
9.00
8.00
(1.0)
$ (1,500.00)
$ 12,000.00
9
6010-H
REMOVAL SANITARY SEWER MANHOLE
EA
$ 1,000
6.00
7.00
1.0
$ 1,000.00
$ 7,000.00
10
4060
CLEANING, INSPECTION AND TESTING OF SANITARY SEWER GRAVITY MAINS
LS
$ 5,000
1.00
1.00
-
$ -
$ 5,000.00
11
4010-A-2
18 INCH SANITARY SEWER GRAVITY MAIN -DIRECTIONAL DRILLING
LF
$ 230
1,123.50
1,123.50
-
$ -
$ 258,405.00
12
4010-A-1
24 INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT
LF
$ 180
371.50
277.70
(93.8)
$ (16,884.00)
$ 49,986.00
13
4010-A-2
48 INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT
LF
$ 615
6,213.00
6,402.35
189.4
$ 116,450.25
$ 3,937,445.25
14
6010-A
48 INCH SANITARY SEWER GRAVITY MAIN -TRENCHLESS
LF
$ 2,000
342.60
0.00
(342.6)
$ (685,200.00)
$ -
15
6010-A
48 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301
EA
$ 13,000
3.00
4.00
1.0
$ 13,000.00
$ 52,000.00
16
6010-A
72 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301 *
EA
$ 25,000
1.00
0.00
(1.0)
$ (25,000.00)
$ -
17
6010-A
84 INCH CIRCULAR SANITARY SEWER MANHOLE,SW-301
EA
$ 26,000
1.00
2.00
1.0
$ 26,000.00
$ 52,000.00
18
6010-A
96 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301
EA
$ 29,000
5.00
6.00
1.0
$ 29,000.00
$ 174,000.00
19
6010-A
120 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301
EA
$ 55,000
4.00
1.00
(3.0)
$ (165,000.00)
$ 55,000.00
20
6010-A
48 INCH TEE -SECTION SANITARY SEWER MANHOLE, SW-305
EA
$ 26,000
11.00
11.00
-
$ -
$ 286,000.00
21
6010-G
CONNECTION TO EXISTING SANITARY MANHOLE
EA
$ 5,000
1.00
2.00
1.0
$ 5,000.00
$ 10,000.00
22
7010-A
6 INCH PCC PAVEMENT
SY
$ 100
25.40
129.90
104.5
$ 10,450.00
$ 12,990.00
23
7010-A
8 INCH PCC PAVEMENT
SY
$ 100
373.80
990.30
616.5
$ 61,650.00
$ 99,030.00
24
7020-B
8 INCH HMA PAVEMENT
SY
$ 80
923.10
677.60
(245.5)
$ (19,640.00)
$ 54,208.00
25
7010-E
6 INCH PCC CURB AND GUTTER
LF
$ 50
95.00
387.10
292.1
$ 14,605.00
$ 19,355.00
26
7030-H-2
GRAVEL SURFACING
SY
$ 15
260.00
334.70
74.7
$ 1,120.50
$ 5,020.50
27
7030-B
CURB AND GUTTER REMOVAL
LF
$ 10
95.00
394.00
299.0
$ 2,990.00
$ 3,940.00
28
7040-H
PAVEMENT REMOVAL
SY
$ 10
1,582.30
1,964.80
382.5
$ 3,825.00
$ 19,648.00
29
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 1 SEED MIX
ACRE
$ 3,700
1.10
2.30
1.2
$ 4,440.00
$ 8,510.00
30
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 2 SEED MIX
ACRE
$ 3,700
7.11
8.80
1.7
$ 6,253.00
$ 32,560.00
31
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 SEED MIX
ACRE
$ 1,700
1.10
0.00
(1.1)
$ (1,870.00)
$ -
32
9010-B
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 5 SEED MIX
ACRE
$ 1,700
7.11
8.85
1.7
$ 2,958.00
$ 15,045.00
33
9040-F-1
12" WATTLES
LF
$ 3
8,396.80
1,069.00
(7,327.8)
$ (21,250.62)
$ 3,100.10
34
9040-G-2-a
DITCH CHECKS
EA
$ 50
30.00
76.00
46.0
$ 2,300.00
$ 3,800.00
35
9040-E
TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP)
SY
$ 2
27,477.30
27,410.00
(67.3)
$ (107.68)
$ 43,856.00
36
9040-A-2
SWPPP REQUIREMENTS
LS
$ 15,000
1.00
1.00
-
$ -
$ 15,000.00
SANITARY & STORM SEWER DISCONNECT -- DRAWINGS 10-SS-01 Through 10-SS-06
37
6010-A
STORM SEWER MANHOLE, SW-401, 48 INCH, El 1040 A COVER
EA
$ 3,800
1.00
1.00
-
$ -
$ 3,800.00
38
6010-A
STORM SEWER MANHOLE, SW-401, 60 INCH, EJ 1040 A COVER
EA
$ 5,600
1.00
1.00
-
$ -
$ 5,600.00
39
6010-B
INTAKE, SW-501 & SW-603 TYPE R GRATE
EA
$ 3,600
3.00
4.00
1.0
$ 3,600.00
$ 14,400.00
40
6010-B
INTAKE, SW-501 & SW-603 TYPE 6 GRATE
EA
$ 3,700
7.00
6.00
(1.0)
$ (3,700.00)
$ 22,200.00
41
6010-G
CONNECTION TO EXISTING STORM SEWER STRUCTURE
EA
$ 1,200
1.00
1.00
-
$ -
$ 1,200.00
42
4030-B
4030-C
4030-D
APRON WITH FOOTING AND GUARD, 12 INCH
EA
$ 2,400
1.00
1.00
-
$ -
$ 2,400.00
43
4030-B
4030-C
4030-D
APRON WITH FOOTING AND GUARD, 18 INCH
EA
$ 2,700
1.00
1.00
-
$ -
$ 2,700.00
44
4020-A-1
STORM SEWER, DUCTILE IRON PIPE, 10-INCH DIA. - OPEN CUT
LF
$ 140
24.60
24.60
-
$ -
$ 3,444.00
45
4020-A-1
STORM SEWER, REINFORCED CONCRETE PIPE, 12-INCH DIA. - OPEN CUT
LF
$ 70
219.40
218.00
(1.4)
$ (98.00)
$ 15,260.00
46
4020-A-1
STORM SEWER, REINFORCED CONCRETE PIPE, 15-INCH DIA. - OPEN CUT
LF
$ 80
690.60
695.00
4.4
$ 352.00
$ 55,600.00
47
4020-A-1
STORM SEWER, REINFORCED CONCRETE PIPE, 18-INCH DIA. - OPEN CUT
LF
$ 90
253.80
250.00
(3.8)
$ (342.00)
$ 22,500.00
48
7010-E
6 INCH PCC CURB AND GUTTER
LF
$ 50
70.00
0.00
(70.0)
$ (3,500.00)
$
49
7030-H-2
GRAVEL SURFACING
SY
$ 15
14.50
0.00
(14.5)
$ (217.50)
$ -
50
7040-H
PAVEMENT REMOVAL
SY
$ 10
1,221.00
837.30
(383.7)
$ (3,837.00)
$ 8,373.00
51
6010-H
REMOVE INTAKE
EA
$ 700
5.00
5.00
-
$ -
$ 3,500.00
52
4020-G
REMOVAL OF STORM SEWER
LF
$ 10
107.00
85.00
(22.0)
$ (220.00)
$ 850.00
53
7040-A
3 INCH HMA PATCH
SY
$ 40
356.00
1,133.00
777.0
$ 31,080.00
$ 45,320.00
54
2010-1
6 INCH MODIFIED SUBBASE
SY
$ 10
356.00
931.00
575.0
$ 5,750.00
$ 9,310.00
55
9040-1
EROSION STONE WITH ENGINEERING FABRIC
TON
$ 60
13.00
13.50
0.5
$ 30.00
$ 810.00
56
9010-B
HYDRAULIC SEEDING, FERTILIZING AND MULCHING
ACRE
$ 3,700
0.40
0.20
(0.2)
$ (740.00)
$ 740.00
ORIGINAL CONTRACT INCREASE/DECREASE
$ (633,062.35)
CONTRACT MODIFICATIONS INCREASE/DECREASE
57
CO-01
CO-1: 48-IN SANITARY SEWER GRAVITY MAIN OPEN CUT ANSBOROUGH
LF
$ 1,163.25
160.00
160.00
0.00
$ -
$ 186,120.00
58
CO-01
CO-1: RIPRAP, CLASS E WITH ENGINEERING FABRIC
TONS
$ 60.00
100.00
15.78
(84.22)
$ (5,053.20)
$ 946.80
59
CO-01
CO-1: PLANTS, NORWAY SPRUCE, 4.5 FEET TALL, INSTALLED
EA
$ 747.50
3.00
3.00
0.00
$ -
$ 2,242.50
60
CO-01
CO-1: 48-IN TEE SECTION, SW-305 MODIFIED WITH BEND AND STUB
EA
$ 40,000.00
2.00
2.00
0.00
$ -
$ 80,000.00
61
CO-02
CO-2: CONNECTION TO EXISTING SANITARY MANHOLE
EA
$ 5,000.00
2.00
2.00
0.00
$ -
$ 10,000.00
62
CO-02
CO-2: 106.5 LF OF 8-IN SANITARY SEWER GRAVITY MAIN
LS
$ 13,814.94
1.00
1.00
0.00
$ -
$ 13,814.94
63
CO-02
CO-2: TREE REMOVAL
LS
$ 2,339.84
1.00
1.00
0.00
$ -
$ 2,339.84
64
CO-02
CO-2: 8-IN INTERNAL DROP CONNECTION
EA
$ 2,670.73
1.00
1.00
0.00
$ -
$ 2,670.73
65
CO-02
CO-2: PLANTING OF THREE (3) COLORADO BLUE SPRUCE
LS
$ 2,760.00
1.00
1.00
0.00
$ -
$ 2,760.00
Pay Estimate Number 1 $172,401.85
Pay Estimate Number 2 $687,952.03
Pay Estimate Number 3 $1,207,979.29 Original Contract Amount $ 7,190,038.90
Pay Estimate Number 4 $306,340.93 Original Contract Modification Amount $ (633,062.35)
Pay Estimate Number 5 $256,574.04 Increase/Decrease Contract Modification $ 300,894.81
Pay Estimate Number 6 $1,391,001.06 Final Contract Amount $ 6,857,871.36
Pay Estimate Number 7 $298,931.11
Pay Estimate Number 8 $503,337.81 Overall Reduction in Cost: $ (332,167.54)
Pay Estimate Number 9 $1,061,757.11
Pay Estimate Number 10 $426,455.51
Pay Estimate Number 11 $5,548.00
Pay Estimate Number 12 $186,930.58
Pay Estimate Number 13 $6,218.13
Pay Estimate Number 14 $137,082.43
Pay Estimate Number 15 (Release Retainage) $209,361.49
Total All Payments $6,857,871.36
City of Waterloo, Iowa
Waste Management Services Department
3505 Easton Ave
Waterloo, IA 50702
(319) 291-4553
Contractor: Langman Construction, Inc.
Attn. Brian Gaul
220-34th Avenue
Rock Island, IL 61201
CHANGE ORDER
Distribution:
Owner
Engineer
Contractor
Other
Project Title
US HIGHWAY 63 SANITARY SEWER UPGRADES, PHASE 1
Waterloo Project File No.
1037
Orig. Contract Amt. & Date
$ 7,190,038.90 I
10/18/2021
Change Order No.
3
Date
November 15, 2023
THE CONTRACT IS CHANGED AS FOLLOWS: This change order is to revise original quantities to match final field measured quantities.
Item
Description
Unit
Unit Cost
Quantity
Adjustment
Value Adjustment
4
FOUNDATION ROCK
TON
18.00
(1,468.85)
$ (26,439.30)
6
ABANDON, FILL AND PLUG 21 INCH SANITARY SEWER
LF
15.00
(95.00)
$ (1,425.00)
7
REMOVAL AND PLUG 21 INCH SANITARY SEWER
LF
10.00
205.50
$ 2,055.00
8
ABANDON SANITARY SEWER MANHOLE
EA
1,500.00
(1.00)
$ (1,500.00)
9
REMOVAL SANITARY SEWER MANHOLE
EA
1,000.00
1.00
$ 1,000.00
13
48 INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT
LF
615.00
4.45
$ 2,736.75
15
48 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301
EA
13,000.00
1.00
$ 13,000.00
18
96 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301
EA
29,000.00
1.00
$ 29,000.00
19
120 INCH CIRCULAR SANITARY SEWER MANHOLE, SW-301
EA
55,000.00
(1.00)
$ (55,000.00)
21
CONNECTION TO EXISTING SANITARY MANHOLE
EA
5,000.00
1.00
$ 5,000.00
22
6 INCH PCC PAVEMENT
SY
100.00
30.50
$ 3,050.00
23
8 INCH PCC PAVEMENT
SY
100.00
437.30
$ 43,730.00
24
8 INCH HMA PAVEMENT
SY
80.00
(245.50)
$ (19,640.00)
25
6 INCH PCC CURB AND GUTTER
LF
50.00
48.10
$ 2,405.00
26
GRAVEL SURFACING
SY
15.00
74.70
$ 1,120.50
27
CURB AND GUTTER REMOVAL
LF
10.00
55.00
$ 550.00
28
PAVEMENT REMOVAL
SY
10.00
129.30
$ 1,293.00
29
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 1 SEED MIX
ACRE
3,700.00
1.20
$ 4,440.00
30
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 2 SEED MIX
ACRE
3,700.00
1.69
$ 6,253.00
31
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 SEED MIX
ACRE
1,700.00
(1.10)
$ (1,870.00)
32
SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 5 SEED MIX
ACRE
1,700.00
1.74
$ 2,958.00
33
12"WATTLES
LF
2.90
(7,327.80)
$ (21,250.62)
34
DITCH CHECKS
EA
50.00
46.00
$ 2,300.00
35
TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP)
SY
1.60
(67.30)
$ (107.68)
39
INTAKE, SW-501 & SW-603 TYPE R GRATE
EA
3,600.00
1.00
$ 3,600.00
40
INTAKE, SW-501 & SW-603 TYPE 6 GRATE
EA
3,700.00
(1.00)
$ (3,700.00)
45
STORM SEWER, REINFORCED CONCRETE PIPE, 12-INCH DIA. - OPEN CUT
LF
70.00
(1.40)
$ (98.00)
46
STORM SEWER, REINFORCED CONCRETE PIPE, 15-INCH DIA. - OPEN CUT
LF
80.00
4.40
$ 352.00
47
STORM SEWER, REINFORCED CONCRETE PIPE, 18-INCH DIA. - OPEN CUT
LF
90.00
(3.80)
$ (342.00)
48
6 INCH PCC CURB AND GUTTER
LF
50.00
(70.00)
$ (3,500.00)
49
GRAVEL SURFACING
SY
15.00
(14.50)
$ (217.50)
50
PAVEMENT REMOVAL
SY
10.00
(383.70)
$ (3,837.00)
52
REMOVAL OF STORM SEWER
LF
10.00
(22.00)
$ (220.00)
53
3 INCH HMA PATCH
SY
40.00
777.00
$ 31,080.00
54
6 INCH MODIFIED SUBBASE
SY
10.00
575.00
$ 5,750.00
55
EROSION STONE WITH ENGINEERING FABRIC
TON
60.00
0.50
$ 30.00
56
HYDRAULIC SEEDING, FERTILIZING AND MULCHING
ACRE
3,700.00
(0.20)
$ (740.00)
58
CO-1: RIPRAP, CLASS E WITH ENGINEERING FABRIC
TONS
60.00
(84.22)
$ (5,053.20)
TOTAL
$ 16,762.95
CHANGE ORDER SUMMARY
The Original Contract Sum was
$
7,190,038.90
Net Change by previously authorized Change Orders
$
(348,930.49)
The Contract Sum prior to This Change Order was
$
6,841,108.41
The Contract Sum will be increased by this Change Order in the amount of
$
16,762.95
The new Contract Sum including this Change Order will be
$
6,857,871.36
The Contract Time will be changed by
NA
The date of Final Completion as of the date of this Change Order therefore is
November 01, 2023
NOT VALID UNTIL SIGNED BY THE CONTRACTOR, OWNER'S REPRESENTATIVE (if applicable) AND OWNER
Contractor:
Recommended By:
Checked By:
Langman Constr/M{cti� n,� I I
AECOM
WMS, Cityof Waterloo, IA
Signature: !1t(,OA lam,{
Signature:
Signature
Name: Brian Gaul
Name: Ross A. Hillsman, PE
Name: Brian Bowman
Title: Project Manager
Title: Project Manager
Title: Operations Director
Date: 11/16/2023
Date: November 16, 2023
Date:
L:\DCS\Projects\WTR\60671367_63_S_Interceptor_Ph_I_CRS\600_Construction_Support\650_Pay_Applications\ PA915ReIRetFinalQty_Langman_Hwy63Phl(11.23)\[2023.10_Hwy63Phl_PA15FinalQtyRelRet_Langman.xlsx]ReconCO
Bond No. S027022
MEMO
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS
Employers Mutual
Casualty Company
That Langman Construction, Inc of 220 34th Ave PO Box 7206 Rock island, IL 61201
as Principal, and EMPLOYERS MUTUAL CASUALTY COMPANY of Des Moines, Iowa as Surety,
are firmly bound unto City of Waterloo, Iowa , (hereinafter called Obligee)
in the Penal Sum of(S $6,857,871.36 ) Dollars
lawful money of the United States of America, for the payment of which, well and truly to be made, the
Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
Whereas, the said Principal has completed a certain contract,
US Highway 63 Sanitary Sewer Upgrades - Phase I, Contract No, 1037
in conformity with certain specifications; and submits
said contract for acceptance by the Obligee.
Whereas, a further condition of said contract is that the said principal should furnish a bond
of indemnity, guaranteeing to remedy any defects in workmanship or materials that may develop in said
work within a period of 2 years from the date of acceptance of the work under said
contract; and
Whereas, the said EMPLOYERS MUTUAL CASUALTY COMPANY of Des Moines, Iowa for
a valuable consideration, has agreed to join with said principal in such bond or guarantee, indemnifying
said Obligee, as aforesaid;
Now, therefore, the Condition of This Obligation is such, that if the said Principal does and
shall, at his own cost and expense, remedy any and all defects that may develop in said work, within the
period of 2 years from the date of acceptance of the work under said contract, by reason of
bad workmanship or poor material used in the construction of said work, then this obligation to be null and
void; otherwise to be and remain in full force and virtue in law.
Date of Formal Acceptance of Contract: Signed and delivered this 8th
November 1 20 23 November
Day of
20 23
Bond Approved: Langman Construction, Inc
7231 (03/09)
20
---- By:
EMPLOYERS MUTUAL CASUALTY COMPANY
By:
Sur%
s lyn B Tu ker
• 26,44--•
Attorney -in -fact
EMC
P.O. Box 712 • Des Moines, Iowa 50306-0712 INSURANCE
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4, Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
hereinafter referred to severalty as '`Company' and collectively as 'Companies", each does, by these presents, make, constitute and appoint:
Ashlyn B Tucker
its true and lawful attorney -in -fact, with full power and authonty conferred to sign, seal, and execute the Bid Bond
In an amount not exceeding Ten Million Dollars $10,000,000.00
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed.
AUTHORITY FOR POWER OF ATTORNEY
This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President. the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto. bonds
and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomeyin-fact at any time
and revoke the power and authority given to him or her. Attomeys•in•fact shall have power and authority, subject to the terms and limitations of the power-of•attomey
issued to them, to execute and deliver on behalf of the Company. and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon
the Company. Certificajtion as to the validity of any power•ot-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-attomey of the Company. shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be siid for each by their officers as shown. and the Corporate seals to b� hereto affixed this
sign
day of September , 2022 .
Seals
KATHYLuOVBRIDGE
Oandaion tw 'ts' 7807t9October 10.
oftR. Jean, P ?ident & CEO
of Company 1 irman, President
& CEO of Comp ies 2, 3, 4. 5 & 6
Todd Strother,Executive Vice President
Chief Legal Officer & Secretary of
Companies 1, 2, 3, 4, 5 & 6
On this 22nd day of September 2022 before me a Notary Public in and for the State
of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn,
did say that they are, and are known to me to be the CEO, Chairman. President, Executive
Vice President, Chief Legal Officer and/or Secretary, respectively. of each of the Companies
above; that the seals affixed to this instrument are the seals of said corporations; that said
instrument was signed and sealed on behalf of each of the Companies by authority of their
respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such
officers, acknowledged the execution of said instrument to be their voluntaryact and deed,
and the voluntary act and deed of each of the Companies.
My Commission Expires October 10, 2025.
CERTIFICATE
Notary Public` in and for the State o
I, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each.af the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 8th day of _NQYem er , 2023 ..
Vice President
7854 (9-22)
B024082-NA M6043 969 A 000000
"For verification of the authenticity of the Power of Attorney you may call (515) 345.7548."