Loading...
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."