Loading...
HomeMy Public PortalAboutChange Order No. 22 to Contract No. 148...82810 - Bike Pedestrian facilitiesti 5 - Contract No:R -37463 Change Order No.: 022 INDIANA Department of Transportation Page: I Construction Change order and Time Extension Summary Contract Information Contract No.: R -37463 Letting Date:10/1212017 District:GREENFIEL❑ DISTRICT AE:Prather, Michael PE1S:Stanley, William Status:Draft Change Order Information Change Order No.: 022 EWA: Y or Force Acct: N Date Generated: 00/00/0000 Date Approved: 00/00/0000 Reason Code: CHANCED COND, Constructability Related Description: Time and Materials items for additional work Original Contract Amount $ 5,883,000.00 Current Change Order Amount $ 34,798.93 Percent: 0.592 % Total Previous Approved Changes $ 173,179.66 Percent: 2.944 % Total Change To -Date $ 207,978.59 Percent: 3.536 % Modified Contract Amount $ 6,090,978.59 Time Extension Information Date initiated 00/0010000 Date Completed 00/00/0000 Original Contract Time SS Completion Date 00/00/0000 or SS Calendar/Work Days 0 SP Date 00/00/0000 or SP Days (SS =- Standard Specification, SP = Special Provision) Time Element Description: Current Time Extension SS Days 0 SP Days 0 SP Days Value $.0.00 Previous Time Approved SS Days by AE: DCE: SCE: DDCM: SS Days SP Days Value $ . Revised Contract Time SS Completion Date 08/30/2019 or SS Calendar/Work Days 0 'SS Date 00/0010000 or SP Days 0 Contract No:R -37433 Change Order No.: 022 INDIANA Department of Transportation Page: 2 Construction Change Order and Time Extension Summary Review and Approval Information Required Approval Authority t * AE: M. Prath.e bCE. SCE. DDCM; ($ per Change Order) -LE$25OK--}-LE$750KLE$2MGT$2M-w} (Days per Contract)- 50 SS days } 100 SS days } 200 SS Days } GT 200 SS days} � Verbal Approval Required. M.Prather a Issued 3/20/2019 Q/ N If Y, by Date 1 e Total Change To-Date>5%? Y Qlf Y, Copy to Program Budget Manager Scope/Design Recommendation Y 1 N If Y, Referred to Project Manager(PIVI) Required? Date to PM Date Returned `-Approval Authority Concurs with PM? Y 1 N If Y, Concurrence by Date If N,Resolution: Approved Disapproved Resolved by Date LPA Signatures Required? 0 1 N If Y, Date to LPA 10 / 3 0 / 2 019 Date Returned FHWA Signatures Required? Y 1 N If Y, Date to FHWA Date Returned * Field Engineer Recommendation (Required for SCE or ❑DCM Approval) Field Engineer Date Comments: 4 ' r l Contract No:R -37463 INDIANA Date:10/3012019 Change order No:022 Department of Transportation Page: 4 Notification and sent to this cha ge order is hereby acknowledged. . Signed B Contractor. 9 Y Date: NOTE: other required State and FHWA signatures will be obtained electronically through the SiteManager system. 1 Contract N o: R-37463 [ N D IANA D ate:10/3012019 Change Order No:022 Department of Transportation Page: 3 Contract: R -37463 Project: 1382810 - State: 138281000LC3 Change Order Nbr: 022 Change Order Description: Time and Materials items for additional work Reason Code: CHANGED COND, Constructability Related CLN PCN PLN Item Code Unit Unit Price CO Qty Comment Amount Change • 1 0191 1382810 0191 715-05059 LS 22,729.050 1.000 C Amount:$ 22,729.05 Item Description: SEWER Supplemental Descriptionl: Downspout ❑rains Supplemental Description2: Materials and Install 0192 1382810 0192 616-03096 Item Description: RIVER ROCK Supplemental Descriptionl: Decorative Supplemental Description2: 0193 1382810 0193 702-76240 Item Description: CONCRETE Supplemental Descriptionl: Patching Supplemental Descriptionl: TON CYS 22.260 12.154 C 274.610 3.000 C 0194 1382810 0194 720-04682 EACH 1,829.250 Item Description: INLET Supplemental Descriptionl: Field Modified Supplemental Descripfion2:1 Oth Street 6.000 C Amount:$ 270.54 Amount:$ 823.83 Amount:$ 10,975.50 Total Value for Change Order 022 = $ 34,798.92 Whereas, the Standard Specifications for this contract provides for such work to be performed, the following change is recommended. General or Standard Change Order Explanation This Change order adds a pay item to`compensate Milestone for the time and materials used to connect several existing downspout drains to various storm water structures including at the Warner School on 7th Street and on South 1 Oth Street. The work was performed at the request of the City of Richmond to avoid storm water from draining across impervious surfaces. Attached to this Change Order as supporting documentation Is Milestones INDOT Change Order request form, the contractors breakdown of the time and materials used, Including the cost of labor and equipment. A copy of the prgress meeting minutes from the March 20, 2019 meeting where the project agreed to track this work as Time and Materials. This Change Order adds a pay item to compensate Milestone for tfie time and materials used to replace decorative rock which was damaged and removed during the repair of a downspout drain In front of the Medical Building. Attached to this Change Order as supporting documentation is Milestones INDOT Change Order request form, the contractors breakdown of the time and materials used, Including the cost of labor and equipment. This Change Order adds a pay item to compensate Milestone for the time and materials used to place Class A concrete in the gaps created between saw cutting the existing pavement and installation of the curbs. Milestone raised concerns that the surface material paved in these locations would not achieve density without a proper subbase.- It was agreed Milestone could pour concrete to remedy this concern. Attached to this Change Order as supporting documentation is Milestones INDOT Change Order request form, the contractors breakdown of the time and materials used, including the cost of labor and equipment. This Change Order adds a pay item to compensate Milestone for the time and materials used to modify several of the planned storm structures In accordance with the Richmond Sanitary Department direction, A meeting was held on May 3, 2018 in which Elijah"Welch directed the replacement of Structures 305, 3067 307, 308, 311, and 312 with- modified manholes. Since -these inlet structures had already been ordered by Milestone the project decided to reuse them rather than discard them. These structures were then field modified by Milestone for use along 10th street. Attached to this. Change Order as supporting documentation Is Milestones INDOT Change Order request form, the contractors breakdown of the time and materials used, including the cost of labor and equipment, a copy of the Storm Water meeting minutes and sign In sheet. It should be noted that The designer of record takes exception with the use of the word conflict as submited with the contractors Change Order Request Form. As noted on the document, The structures would have functioned as intended in the original design. The structures were ordered to be modified during construction. This change was directed during a storm water structures meeting held on May 3, 201 S. The designer feels the word conflict should be removed and replaced With a more accurate statement, change in preference Change Order Explanation for Specific Line Item It is the intent of tfle parties that this change order Is full and complete compensation for the work describe above. ti Contract No: R -37453 I N D IANA Date: 19130/20 19 Change Order No:922 Department of Transportation Page: 5 iirii[�*�******#*�r'ik#�**�rA�l�nF�k�kikink+klkir***i1e*kkir�ri*f �rk�4ik*k*#*��k#*,�ii�lrkiFi�4�lr##*tk*Ar�E*�k-kf*#�ktSY�rir**le!*i�rfi�r#�R�Ir*�It*#�nh►tlrlk�t�k***ie APPROVED FOR LOCAL PUBLIC AGENCY TURF} (TITLE) (DATE) (SIGNATURE (TITLE) (DATE) i *kii*#* #ii#+k*yk�r�k#IeiFvkJt*'fir*aF�rii�r*lrkit*# #�Y * #yF�Y*rY �kf �e rHe#1Y tk*ii,4ti4i�lr#i*�k*i if*i irf #ir*�r#*^lrii �F�k f fe* ik*ittft *�k* irklk f#*****�lrir*#�k 1r**i�1le tk * *#�k�r SUBMITTED FOR CONSIDERATION Christopher Miller PE/5 ii*�4inGtiMri+k##irtir##�k�Yi*#iiir�r�e�##tkk*##k+�nkk�k+4fi#ykkIei�r*#*�frik##+k�irrk�Y�k�rtikitk�Yir*ik#yidri�l�tit**#*k�M*#i***�r*�4d4�t#**Sri+Ff*M***t�i*t*irttk*fitiif�klF � _ APPROVED FOR INDIANA DEPARTMENT OF TRANSPORTATION Approval Level Name of Approver Date Status CHANGE ORDER REQUEST FARM OVitober 1 s, CONTRACT NO. _�R=37463-B - DATE OF SUBMISSION .-2019 PROJECT DESCRIPTION ,$kE.AND PE* DESTRIAN_FACIWTIES1N.RICHMOND, IN (route / intersection / bridge no(s).) CHANGE ORDER REQUEST SUMMARY :MHest(n'' 'a`. receiv tructu�es prior to a decision being matle.'arn hove to DESCRIPTION addre.conflicf in the p ns regarding how to tie the e�tisting pipe into the DE newsures, PROPOSED SOLUTION SUMMARY _ .Rather than the structures that had been ❑r. - ed having'' o value Milestone.usedahem on 101h Street as planned -and modified thenholes. (VOTE: Upon requestfrom Engineer, enter detailed description on page 2. ONSET DATE OF CHANGE August 7; 2018 CHANGE ORDER TYPE 104 03 Extra 1Nork PROPOSED COST AND TIME ADJUSTMENT COST COST INCREASE f (DECREASE): $ 100976.57 �. The cost adjustment shall include lump sum and/or estimated totaled unit -priced item costs. Attach a separate sheet of -unit price items including item description, unit of measurement, estimated quantity and unit price. CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF COST CHANGE: _-...._-.._....._.. _. __...., .......... .... . ............ _ r _ - - . 109-03. Alte-re&_ _antities ®109.05{a} Agreed Pride C7 109.05�b} Force Account C7 . z 9.D5.DZ Delay Casts PROPOSED COST CHANGE INCLUDES. _® Labor [] Ma ....... . Subcontractor TIME ADJUSTMENT INCREASE f (DECREASE): (work days) 0 CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF TIME CHANGE: ❑:=10.8:08 a Excusable°.Non-Com pensable _:-..._._.._:.....:...... �i_................................ _................._..._ . P ... ❑ 1088-fib}-Excusable, Comper�sable NOTE: If Compensable, attach details based on 109.05.2(a) Allowable Delay Costs. SUPPLEMENTAL INFORMATION Additional information. CHANGE ORDER ORIGINATION: . ❑ 100T). LPA _ ®Contractor DOCUMENTS AFFECTED: ' -Click.'/ ere:to enter text, _ - ❑ Contract Specifications [ref. doc name/no.] F . - - ❑ Contract Plans (ref. dac name/no.) Mick here to enter:text. Ver. 10.18.18 a CHANGE ORDER REQUEST FORM CHANGE ORDER AFFECTS DBE PARTICIPATION: ❑ yes-- ® no (if yes, attach details CONTRACT NO. R47463o-B . _ UPON WRITTEN REQUEST FROM THE ENGINEER, PROVIDE ADDITIONAL DETAIL, 5. DATE RECEIVED REQUEST FOR SUBMITTAL DATE OF • •.' . •. - - . - . • . � :. .[$eject Dated [Select Date ADDITIONAL DETAIL ADDITIONAL DETAIL DETAILED DESCRIPTION /JUSTIFICATION: (include location(s), actions of contractor, owner, and other stakeholders, key events and related cause(s), discoveries, discussions, meetings, and effect on the contract if no action is taken. Also include references to key documents attached or available to support this change order request.) d1c' k he're-to tinter text, a PROPOSED SOLUTION -- ADDITIONAL DETAILS: (Include proposed scope of work, means & methods, materials, equipment, utility relocation required, subcontracted scope and the effect on the contract schedule. Also include references to attached documents including, but not limited to, sketches, calculations, photos, material information, and submittals and meeting minutes.) -lick here Ytv enter text; • i SIGNATURE Contractor: Name: [print] Jason Price (signature) . . NOTE The Contractor should retain a signed copy, of this documentf'or record. Date: 10-18-19 pg. 2 CHANGE ORDER REQUEST FORM CONTRACT NOS F-37463-B - ATTACHMENT: UNIT PRICE ITEMS DETAIL Attach Or paste a unit price item detail, pg. 3 NUM LABOR HOURS RATE AMOUNT EQUIPMENT HOURS RATE AMOUNT Regular Time Hours 1 PAVER 0 HOURS@ $262.18 PERIHR $0.00 1 FOREMAN 25 HOURS@ $62.47 PER HR $1,561.75 ROLLER 0 HOURS@ $73.55 PERIHR $0.00 1 OPERATOR 0 HOURS@ $0.00 PER HR $0.00 SM DOZER 0 HOURS@ $53.05 PERIHR $0.00 ' 1 LABORER 68 HOURS@ $44.96 PER HR $3,057.07 GRADER 0 HOURS@. $66.48 PERIHR $0.00 1 SCREEDMAN 0 HOURS@ $0.00 PER HR $0.00 CURB MACH 0 HOURS@ $88.00 PERIHR $0.00 1 FINISHER 0 HOURS@ $0.00 PER HR $0.00 PICK-UP 0 HOURS@ $15.13 PERIHR $0.00 1 COMBO MAN B HOURS@ $53.12 PER HR $424.83 WAT TRUCK 0 HOURS@ $89.99 PERIHR $0.00 1 TEAMSTER DIS 0 HOURS@ $0.00 PER HR $0.00 D1ST TRUCK 0 HOURS@ $29.14 PERIHR $0.00 1 TEAMSTER LOWBOY 0 HOURS@ $0.00 `PER HR $0.00 LOADER 0 HOURS@ $45.95 PERIHR $0.00 1 CARPENTER 0 HDURS@ $0.00 PER HR $0.00 EXCAVATOR 0 HOURS@ $138.19 PERIHR $0.00 1 MECHANIC 0 HOURS@ $0.00 PER HR $0.00 BROOM 0 HOURS@ $27.03 PERIHR $0.00 1 QA 0 HOURS@ $0.00 PER HR $0.00 BK HOE 0 HOURS@ $41.36 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR, $0.00 SKIDSTEER 0 HOURS@ $39.69 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HDURS@ $0.0D PERIHR $0.00 0 HDURS@ $0.00 PERIHR $0.00 Overtime Hours 0 HOURS@ $0.00 PERIHR $0.00 1 FOREMAN 12 HOURS@ $83.44 PER HR $1,001.29 0 HOURS@ $0.00 PERIHR $0.00 1 OPERATOR 0 HOURS@ $0.00 PER HR $0.00 0 HDURS@ $0.00 PERIHR $0.00 r 1 LABORER 51 HOURS@ $58.93 PER HR $3,005.45 0 HOURS@ $0.00 PERIHR $0.00 1 SCREEDMAN 0 HOURS a@D $0.00 PER HR $0.00 LOWBOY 0 HOURS@ $0.00 PERIHR $0.00 1 FINISHER 0 HOURS@ $0.00 PER HR $0.00 1 COMBO MAN 1 HOURS@ $71.11 PER HR $71.11 TOTAL EQUIPMENT $0.00 1 TEAMSTER DIS 0 HOURS@ $0.00 PER HR $0.00 UNIT EQUIP COST 0.00 1 TEAMSTER LOWBOY 0 HOURS@ $4.00 PER HR $0.00 EQUIPMENT MARKUP 12 °% $0.00 1 CARPENTER 0 HOURS@ $0.00 PER HR $0.00 TOTAL EQUIPMENT WITH MARKUP $0.00 1 MECHANIC 0 HOURS@ $0.00 PER HR $0.00 1 QA 0 HOURS@ $0.00 PER HR $0.00 SUPPLIES AMOUNT 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 UNITS@ $0.00 EACH $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 UNITS@ $0.00 EACH $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 UNITS@ $0.00 EACH $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 TOTAL SUPPLY COST $0.00 TOTAL LABOR $9,121.60 UNIT SUPPLY COST 0.00 UNIT COST LABOR 9121.50 SUPPLY MARKUP 12 % $0.00 MARKUP ON LABOR 20 °% - $1,824.32 TOTAL SUPPLIES WITH MARKUP $0.00 TOTAL LABOR WITH MARKUP $10,945.82 SUBCONTRACT ; MATERIAL TYPE QUANTITY UNIT COST AMOUNT 0 UNITS c@b $0.00 $0.00 AGGREGATE 0 TONS@ $0.00 $0.00 0 UNITS@ $0.00 $0.00 HAC 0 TONS@ $0.00 $0.00 0 UNITS@ $0.00 $0.00 HAC 0 TONS@ $0.00 $0.00 PRIME 0 GAL@ $0.00 $0.00 TOTAL SUBCONTRACT COST $0.00 TACK 0 GAL@ $0.00 $O.OD UNIT SUBCONTRACT COST 0.00 MISC 0 CY@ $0.00 $0.00 SUBCONTRACT MARKUP 1ST 3000 10 % $0.00 MISC 0 GAL@ $0.00 $0.00 SUBCONTRACT MARKUP REMAINDER 7 % $0.00 MISC 0 EA@ $0.00 $0.00 TOTAL SUBCONTRACT WITH MARKUP $0.00 MISC 0 $0.00 $0.00 TOTAL MATERIAL: COST $0.00 UNIT MATERIAL COST 0.00 MATERIAL MARKUP 12 °% $0.00 TOTAL MATERIAL WITH MARKUP $0.00 TOTAL PRICE OF ALL ITEMS WITHOUT BOND $10,945.92 UNIT PRICE OF ALL ITEMS WITHOUT BOND $10,945.92 HAUL. - __---_ ____.....---------._ TONS LOADS HOURS RATE AMOUNT 0 0 0 $0.00 $0.00 a 0 0 $0.00 $0.00 ADDITIONAL BOND s INSURANCE $27.36 0 0 0 $0.00 $0.00 BOND & INSURANCE MARK UP $3.28 DAYS TRUCKS HOURS RATE 0 0 0 $0.00 $0.00 TOTAL PRICE WITH BOND $10,978.57 0 0 0 $0.00 $0.00 UNIT PRICE WITH BOND $10,976.57 TOTAL HAUL UNIT COST HAUL 0.00 $0.00 UNIT BID PRICE $10,976.57 TOTAL $10,976.57 TRUCKING MARKUP 12 °% $0.00 TOTAL TRUCKING WITH MARKUP $0.00 ITEM NAME MODIFY STRUCTURES BID ITEM QUANTITY 1.00 ITEM NO 99950-809 R-37463-B BIKE PEDESTRIAN FACILITIES ADDITIONAL DAYS REQUESTED 0 10/18/2019 5:25:47 PM CHANGE ORDER REQUEST FORM -_ - October • � 8; CONTRACT NO. R=374 B DATE OF SUBMISSION 2019 PROJECT DESCRIPTION ,.BIKE AND PEDESTRIAN .FACILITIES IN RICHMONa,;.1N (route / intersection f bridge no(s).) CHANGE ORDER REQUEST SUMMARY Cify,af Richr�and wanted to prevent surface wafter from the dawnspaufs at, DESCRIPTION three Ipcations from flowing across the cycle and,-edestrian path; PROPOSED SOLUTION SUMMARY Milestone was:instructed to tie the downspouts into"the storm sewer system. _ NOTE: Upon requestfrom Engineer, enter detailed description on page 2. ONSET DATE OF CHANGE March `8; ZB'! 9 CHANGE ORDER TYPE 1n4.D3 Extra'1Nark -, - PROPOSED COST AND TIME ADJUSTMENT COST COST INCREASE / (DECREASE): $ _ 22,729.05 ; The cost adjustment shalt include lump sum and/or estimated totaled unit -priced item costs. Attach a separate sheet of unit price items including item description, unit of measurement, estimated quantity and unit price. CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF COST CHANGE: __......_ ............._....-................... ...... ....._.._....._........_......._.._,.-.._...........,._.......... ...._...... .-............ .._...................:.........-._....._ .....- ` - 109:�5� a 'A reed Pr'e ❑ 1D9.05 b Fo,rce Account CI . ZQ9:�5.D Dela Co ` - 1C9.03 Altered_ i Qu _ _. ......... ... _. . ...t MPOS" an r yes � Y - PROPOSED COST CHANGE INCLUDES: Labor . ir.. ® Matela! 2 EWpme-nt ❑ L `_ :.....�...................._._..._.. w....._._..._......._....._'�....._...........-....__...................._-.........:�.....:.....__.._...._ .....eaSe:Agreernent...::::rC7 Subcontractor TIME ADJUSTMENT INCREASE / (DECREASE): (work days) CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF TIME CHANGE: _108:08a� Excusable; _Non-Compensable ❑ �08;08�bj Excusable,Compensable ,.. NOTE: 1f Compensable, attach details based on 109.05.2(a) Allowable Delay Costs. SUPPLEMENTAL INFORMATION Additional information. CHANGE ORDER ORIGINATION: ®IIDC]T j LPA t] Contractor DOCUMENTS AFFECTED: ❑ Contract Specifications (ref. doc name/no.} Click here -to enter text. [IContract Plans (ref. doc name/no.) Click, here to enter text CHANGE ORDER AFFECTS DBE PARTICIPATION: ❑yes= ® no - -.(lf jias,.Lattach detalls) Ver. 10.18.18 CHANGE ORDER REQUEST FOFW CONTRACT NO. R47463m-B UPON WRITTEN REQUEST FROM THE ENGINEER, PROVIDE ADDITIONAL DETAIL. DATE RECEIVED REQUEST FOR SUBMITTAL DATE OF [Select Date] [Select Date] ADDITIONAL DETAIL ADDITIONAL DETAIL DETAILED DESCRIPTION f JUSTIFICATION: (Include location(s), actions of contractor, owner, and other stakeholders, key events and related cause(s), discoveries, .discussions, meetings, and effect on the contract if no action is taken. Also include references to key documents attached or available to support this change order request.) Click here to enter text.. PROPOSED SOLUTION -- ADDITIONAL DETAILS: (Include proposed scope of work, means & methods, materials, equipment, utility relocation required, -subcontracted scope and the effect on the contract schedule. Also include references to attached documents including, but not limited to; sketches, calculations, photos, material information, and submittals and meeting minutes.) Click'here- to -enter text: 1 SIGNATURE Contractor: Jason Pace Name: (print) (signature) NOTE: The Contractor should retain o signed copy of this document far record. Date: 10-18-19' CHANGE ORDER REQUEST FORM CONTRACT NO. R-31463-B ATTACHMENT: UNIT PRICE ITEMS DETAIL Attach or paste a unit price item detail. pg. 3 NUM LABOR HOURS RATE AMOUNT Regular Time Hours 1 FOREMAN 42 HOURS@ $62.47 PER HR $2,623.74 1 OPERATOR 42 HOURS@ $61.25 PER HR $2,572.32 1 LABORER 9B HOURS@ $44.96 PER HR $4,405.78 1 SCREEDMAN 0 HOURS@ $0.00 PER HR $0.00 1 FINISHER 14 HOURS@ $46.68 PER HR $663.68 1 COMBO MAN 38 HOURS@ �53.12 PER HR $2,018.40 1 TEAMSTER DIS 0 HOURS@ $0.00 PER HR $0.00 1 TEAMSTER LOWBOY 0 HOURS@ $0.00 PER HR $0.00 1 CARPENTER 0 HOURS@ $0.00 PER HR $0.00 1 MECHANIC 0 HOURS@ $0.00 PER HR $0.00 1 QA 0 HOURS@ $0.00 PER HR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 1 Other 0 HOURS@. $0.00 PER HR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 Overtime Hours 1 FOREMAN 1.5 HDURS@ $83.44 PER HR $125.16 1 OPERATOR 1.5 HOURS@ $81,71 PER HR $122.57 1 LABORER 7 HOURS@ $58.93 PER HR $412.51 1 SCREEDMAN 0 HOURS@ $0.00 PER HR $0.00 1 FINISHER 4 HOURS@ $61.52 PER HR $246.08 1 COMBO MAN 0 HOURS@ $0.00 PER HR $0.00 1 TEAMSTER DIS 0 HOURS@ $0,00 PER HR $0.00 1 TEAMSTER LOWBOY 0 HOURS@. $0.00 PER HR $0.00 1 CARPENTER 0 HOURS@ $0.00 PER HR $0.00 1. MECHANIC 0 HOURS@ $0.00 PER HR $0.00 1 QA 0 HOURS@ $0.00 PER HR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 1 other 0 HOURS@ $0.00 PER HR $0.01) 1 Other 0 HOURS@ $0.00 'PER HR. $0.00 TOTAL LABOR $13,180.15 UNIT COST LABOR 13180.15 MARKUP ON LABOR 20 % $2.636.03 TOTAL LABOR WITH MARKUP $15,81B.18 MATERIAL TYPE QUANTITY UNIT COST AMOUNT AGGREGATE 8'S 19'S 29.07 TONS@ $12.41 $360.76 PIPE 12" 95 LF@ $7.50 $712.50 PIPE 8" B5 LF@ $3.45 $293.25 FITTINGS 8" 7 EA@ $38.57 $269.99 PIPE 6" 100 LF@ $1.05 $105.00 UNDERDRAIN FABRIC 100 LF@ $0.49 $40.00 PCB WIBEEHIVE 24" 2 EA@ $224.00 $448.00 PCB 150 1 EA@ $32.00 $32.00 CONCRETE 6.5 CY@ $100.00, $650.00 TOTAL MATERIAL COST $2,920.50 UNIT MATERIAL COST 2920.50 MATERIAL MARKUP 12 % $350.46 TOTAL MATERIAL WITH MARKUP $3,270.96 HAUL TONS LOADS HOURS RATE AMOUNT 1 1 2 $99.00 $198.00 0 0 0 $0.00 $0.00 0 0 0 $0.00 $0.00, DAYS TRUCKS HOURS RATE 0 0 0 $0.00 $0.00 0 0 0 $0.00 $0.00 TOTAL HAUL UNIT COST HAUL 198.00 $198.00 TRUCKING MARKUP 12 % $23.76 TOTAL TRUCKING WITH MARKUP $221.75 BID ITEM QUANTITY 1.00 R-37463-B BIKE PEDESTRIAN FACILITIES 10/18/2019 4:52:25 PM EQUIPMENT HOURS RATE AMOUNT 1 PAVER 0 HOURS@ $0.00 PERIHR $0.00 ROLLER 0 HOURS@ $0.00 PERIHR $0.00 SM DOZER 0 HOURS@ $0.00 PERIHR $0.00 GRADER 0 HOURS@ $0.00 PERIHR $0.00 CURB MACH 0 HOURS@ $0.00 PERIHR $0.00 PICK-UP 0 HOURS@ $0.00 PERIHR $0.00 WATTRUCK 0 HOURS@ $0:00 PERIHR $0.00 DIST TRUCK 0 HOURS@ $0.00 PERIHR $0.00 LOADER 0 HOURS@ $0.00 PERIHR $0.00 EXCAVATOR 4 HOURS@ $77.75 PERIHR $311.00 BROOM ❑ HOURS@ $0.00 PERIHR $0.00 BK-HOE 32 HOURS@ $35.89 PERIHR $1,148.48 SKIDSTEER 0 HOURS@ $0.00 PERIHR $0.00 DUMP TRUCK 36 HOURS@ $42.71 PERIHR $1,537.56 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 LOWBOY • 0 HOURS@ $0.00 PERIHR $0.00 TOTAL EQUIPMENT $2.997.04 UNIT EQUIP COST 2997.04 EQUIPMENT MARKUP 12 °% $359.64 TOTAL EQUIPMENT WITH MARKUP $3,356.68 SUPPLIES AMOUNT 0 UNITS@ $0.00 EACH $0.00 0 UNITS@ $0.00 EACH $0.00 0 UNITS@ $0.00 ' EACH $0.00 TOTAL SUPPLY COST $0.00 UNIT SUPPLY COST 0.00 SUPPLY MARKUP 12 % $0.00 TOTAL SUPPLIES WITH MARKUP $0.00 SUBCONTRACT 0 UNITS@ $0.00 $0.00 0 UNITS@ $0.00 $0.00 0 UNITS@ $0.00 $0.00 TOTAL SUBCONTRACT COST $0.00 UNIT SUBCONTRACT COST 0.00 SUBCONTRACT MARKUP 1ST 3000 10 % $0.00 SUBCONTRACT MARKUP REMAINDER 7 % $0.00 TOTAL SUBCONTRACT WITH MARKUP $0.00 TOTAL PRICE OF ALL ITEMS WITHOUT BOND $22,665.59 UNIT PRICE OF ALL ITEMS WITHOUT BOND $22,665.59 ADDITIONAL BOND & INSURANCE $56.66 BOND & INSURANCE MARK UP $6.B0 TOTAL PRICE WITH 80ND $22.729.05 UNIT PRICE WITH BOND $22,729.05 UNIT BID PRICE $22,729.05 TOTAL $22,729.05 ITEM NAME DOWNSPOUTS ITEM NO 99950-815 ADDITIONAL DAYS REQUESTED 0 CHANGE ORDER REQUEST FORM October I go CONTRACT NO. R-3146 t DATE OF SUBMISSION 20'19 PROJECT DESCRIPTION BIKE AND PEDESTRIAN FACILITIES IN RICHMOND, IN (route / intersection / bridge no(s).) . CHANGE ORDER REQUEST SUMMARY TO MATCH EXISTING -'DECORATIVE STONE THAT HAD TO BE DESCRIPTION REMOVED IN ORDER TO FORM AND POUR 4" PCCP ALONG THE WEST AND SOUTH SIDE 'OF THE MEDICAL BUILDING- AT THE CORNER OF SOUTH A`AND SOUTH 'I OTH STREET PROPOSED SOLUTION SUMMARY ,.DECORATIVE STONE.REPLACED NOTE: Upon request from Engineer, enter detailed description on page 2. ONSET DATE OF CHANGE - August 30, 2019 CHANGE ORDER TYPE 104.03 Extra Work PROPOSED COST AND TIME ADJUSTMENT COST COST INCREASE / (DECREASE): $ _: - 270456 The cost adjustment shall include lump sum and/or estimated totaled unit -priced item costs. Attach a separate sheet of unit price items including item description, unit of measurement, estimated quantity and unit price. - CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF COST CHANGE: El i09.03 Altered Quantities 1 109.05(a) Agreed Price ❑ 109.05(b) Force Account El 109.05.02, Delay, Costs PROPOSED COST CHANGE INCLUDES: 10 -Labor ® Material 0 Equipment 17. Lease Agreement El Subcontractor TIME ADJUSTMENT INCREASE / (DECREASE): (work days) B CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF TIME CHANGE: -� 08.08(b) Excusa.bl.e, Compensabie 10$.08�a} Excusab e, Nqn Com ensa a .. ......:..............................._...__.....--------...........-...-._. - NOTE: !f Compensable, attach details based on 109.05.2(a) Allowable Delay Costs. . SUPPLEMENTAL INFORMATION Additional information. CHANGE ORDER ORIGINATION: ❑ INDOT/. LPA ®,CQnactor DOCUMENTS AFFECTED: [IContract Specifications (ref. doc name/no.) CIiGk here to enter text. ❑ Contract Plans (ref. doc name/no.) Cli6k here to'epter text. Ver. 10.18.18 CHANCE ORDER .REQUEST FORM CHANGE ORDER AFFECTS DBE PARTICIPATION: ❑ yes ' ® no. (if yes; attach details) CONTRACT NO. R"'3740-15 UPON WRITTEN REQUEST FROM THE ENGINEER, PROVIDE ADDITIONAL DETAIL DATE RECEIVED REQUEST FOR SUBMITTAL DATE OF [Select Date] [Select Date].' ADDITIONAL DETAIL ADDITIONAL DETAIL DETAILED DESCRIPTION /JUSTIFICATION: (Include location(s), actions of contractor, owner, and other stakeholders, key events and related cause(s), discoveries, discussions, meetings, and effect on the contract if no action is taken. Also include references to key documents attached or available to support this change order request, j [LESTONE CONTRACTORS BROUGHT THE NEED TO REPLACE THE DECORATIVE STONE TO THE OWNER ITY:-OF RICHMOND)? PROPOSED SOLUTION —ADDITIONAL DETAILS: (Include proposed scope of work, means & methods, materials, equipment, utility relocation required, subcontracted scope and the effect on the contract schedule. Also include -references to attached documents including, but not limited to, sketches, calculations, photos, material information, and submittals and meeting minutes.) 'IE OWNER. DIRECTED MILESTONE TO FIND A- COMPARABLE STONE AS COST.EFFECTIIIE-AS POSSIBLE. SIGNATURE Contractor: Name: (print) Jason Price (signature) NOTE: The Contraictorshould retain ❑ signed'copy of this documentfor record. Date: 1O-18-19 pg. 2 CHANGE ORDER REQUEST FORM CONTRACT NO. R0374,63-8 ATTACHMENT: UNIT PRICE ITEMS DETAIL Attach Or paste a unit price item detail. 1 t 1 ' t ' { i f r Pga 3 1 w NUM LABOR HOURS RATE AMOUNT EQUIPMENT HOURS RATE AMOUNT Regular Time Hours 1 PAVER 0 HOURS@ $0.00 PERIHR $0.00 1 FOREMAN 0 HOURS@ $0.00 PER HR $0.00 ROLLER 0 HOURS@ $0.00 PERIHR $0.00 1 OPERATOR 0 HOURS@ $0.00 PER HR $0.00 SM DOZER 0 HOURS@ $0.00 PERIHR $0.00 1 LABORER 0 HOURS@ $0.00 PER HR $0.00 GRADER 0 HOURS@ $0.00 PERIHR $0.00 1 SCREEDMAN 0 HDURS@ $0.00 PER HR $0.00 CURB MACH , 0 HOURS@ $0.00 PERIHR $0.00 1 FINISHER 0 HOURS@ $0.00 PER HR $0.00 PICK-UP 0 HOURS@ $0.00 PERIHR $0.00 1 COMBO MAN 0 HOURS@ $0.00 PER HR $0.00 WAT TRUCK 0 HOURS@ $0.00 PERIHR $0.00 1 TEAMSTER DIS 0 HOURS@ $0.00 PER HR $0.00 DIST TRUCK .0 HOURS@ $0.00 PERIHR $0.00 1 TEAMSTER LOWBOY 0 HOURS@ $0.00 PER HR $0.00 LOADER 0 HOURS@ $0.00 PERIHR $0.00 1 CARPENTER 0 HOURS@ $0.00 PER HR $0.00 EXCAVATOR 0 HOURS@ $0.00 PERIHR $0.00 1 MECHANIC 0 HOURS@ $0.00 PER HR $0.00 BROOM 0 HOURS@ $0.00 PERIHR $0.00 1 QA 0 HOURS@ $0.00 PER HR $0.00 BK HOE 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 SKIDSTEER 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 Overtime Hours 0 HOURS@ $0.00 PERIHR $0.00 1 FOREMAN 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 OPERATOR 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 LABORER 0 HDURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 SCREEDMAN 0 HOURS@ $0.00 PER HR $0.00 LOWBOY 0 HOURS@ $0.00 PERIHR $0.00 1 FINISHER 0 HDURS@ $0.00 PER HR $0.00 1 COMBO MAN 0 HOURS@ $0.00 PER HR $0.00 TOTAL EQUIPMENT $0.00 1 TEAMSTER DIS 0 HOURS@ $0.00 PER HR $0.00 UNIT EQUIP COST 0.00 1 TEAMSTER LOWBOY 0 HOURS@ $0.00 PER HR $0.00 EQUIPMENT MARKUP 12 % $0.00 1 CARPENTER 0 HOURS@ $0.00 PER HR $0.00 TOTAL EQUIPMENT WITH MARKUP $0.00 1 MECHANIC 0 HOURS@ $0.00 PER HR $0.00 - 1 QA D HOURS@ $0.00 PER HR $0.00 SUPPLIES AMOUNT 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 UNITS@ $0.00 EACH $0,00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 UNITS@ $0.00 EACH $0.00 1 Other 0 HOURS@ $0,00 PER HR $0.00 0 UNITS@ $0.00 EACH $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 --.r--- TOTAL SUPPLY COST $0.00 TOTAL LABOR $0.00 UNIT SUPPLY COST 0.00 UNIT COST LABOR 0.00 SUPPLY MARKUP 12 % $0.00 MARKUP ON LABOR 20 % $0.00 TOTAL SUPPLIES WITH MARKUP $0.00 TOTAL LABOR WITH MARKUP $0.00 ' SUBCONTRACT MATERIAL TYPE QUANTITY UNIT COST AMOUNT ❑ UNITS@ $0.00 $0.00 AGGREGATE 12.15 TONS@ $16.00 $182.25 0 UNITS@ $0.00 $0.00 HAUL 1 EA@ $58.65 $58.65 0 UNITS@ $0.00 $0.00 HAC ❑ TONS@ $0.00 $0.00 PRIME ❑ GAL@ $0.00 $0.00 TOTAL SUBCONTRACT COST $0.00 TACK 0 GAL @- $0.0D $0.00 UNIT SUBCONTRACT COST D.00 MISC 0 CY@ $0.00 $0.00 SUBCONTRACT MARKUP 1ST 3000 10 % $0.00 MISC ❑ GAL.@ $0.00 $0.00 SUBCONTRACT MARKUP REMAINDER 7 % $0.00 MISC 0 EA@ $0.00 $0.00 TOTAL SUBCONTRACT WITH MARKUP $0.00 MISC 0 $0.00 $0.00 TOTAL MATERIAL COST $240.90 UNIT MATERIAL COST 240.90 MATERIAL MARKUP 12 °/° $28.91 TOTAL MATERIAL WITH MARKUP $269.81 TOTAL PRICE OF ALL ITEMS WITHOUT BOND $269.81 UNIT PRICE OF ALL ITEMS WITHOUT BOND $269.81 HAUL TONS LOADS. HOURS RATE AMOUNT {� 0 0 $0.00 $0.00 0 0 0 $0.00 $0.00 ADDITIONAL BOND & INSURANCE $0.67 ❑ 0 0 $0.00 $0.00 BOND & INSURANCE MARK UP $0.08 DAYS TRUCKS HOURS RATE 0 0 0 $0.00 $0.00 TOTAL PRICE WITH BOND $270.55 0 0 0 10.00 $0.00 UNIT PRICE WITH BOND $270.56 TOTAL HAUL UNIT COST HAUL 0.00 $0.00 UNIT BID PRICE $270.56 TOTAL $270.56 TRUCKING MARKUP 12 % $0.00 TOTAL. TRUCKING WITH MARKUP $0.00 ITEM NAME DECORATIVE STONE BID ITEM QUANTITY 1.00 ITEM NO 99950-Bi9 R-37463-B BIKE PEDESTRIAN FACILITIES ADDITIONAL DAYS REQUESTED 0 10/18/2019 1:15:26 PM Invoice #: 119045/1 USAGGREGATES Invoice General Construction: In Market [Eastern]: (Custorn),,,,,IN : (Site PreparatiQn) Corporate Office Miiestbne' Contractors, LP. Date: 6130/19 Pa Box 68123 CUBW 115 Invoice # 11904511 Indlanapolis, IN 46268 P. a. Box 68123 Due date: 9115119 Phone: (317) 334-2317 INDIANAPOLIS, IN 46268 Quote#: 52590 Fax: (317) 228-8341 r (000) fl00-0000 Contract #: Cust Pa#: Site Unit price Not Amount 3rdPa.. ....... ............r....._,.......•...........,,f•...►...�..................... Lost Date CusTrk# Ticket# Vehicle Product Qty U41�... terra Freigi t help Freight 'Tax Total Richmond - deiY 8130119 Comer So 4154727 RSTO Coarse L Grpyei 12.15 TN $15.0D $3A5 $182.25 $58.65 $ , o $20,99 Site Tots: Loads); 1 12.15 $182,25 $58.65 $0.00 $240.99 Other Comments or Special lnstructlons Payment due IMP Please detach and enclose bottom portion of Involce for prpper credit. Bottom portion will fit In #10 business window envelope. ..ww-w—wr—r—w..—wfwrwrr rr..��.rr.►r+wrwrwrwrwwwrrrrrwrwwwwr..wwwfrrrwr•wrrwr^..wr�....wrrt�rw wwwr wFwrrrrw..wr.r�ww wwrrrr_.n rr rrrwrrr�www.r General Construction: In Market (Eastern]: (Custom)11,,11N : (Site Invoice 11904611 Preparation) Mlleston6 Contractors, LP. Date: 08/30119 Cush 115 Due Date: 911151119 P. a. Box 68i 23 Quote #: 62590 INDIANAPOLIS, IN 46268 Contract: (000) 000-0000 Cust Pa#: Invoice Total $240.90 Amt Enclosed: 0 0Q Q'D d0 0 0 D0011500 0 0 50 01110 45110 0000244 090 010117 US Aggregates PC Box 933035 Cleveland, OH 44193 i CHANGE ORDER REQUEST FORM CONTRACT ND. o37463�B :: DATE OF SUBMISSION PROJECT DESCRIPTION ;BIKE ACID PEDESTRIAN. FACILITIES IN R CHMCN '.`]N , route intersection /bridge no(s), j _ CHANGE ORDER REQUEST SUMMARYHMA- DENSITY WAS LJNACHIEIIABLE IN THE SMAtL-AREA BETVIlEEN DESCRIPTION -_THE CURB AND THE- SAW CUT _LINES IN THE EXISTING°HMA PROPOSED SOLUTION SUMMARY CLASS A CONCRETEVAS USED TO ACHIEVE DENSITY -IN THE -:LOCATION BETWEEN THE SAW CUT -LINES IN THE EXISTING HMA AND:THE NEWCURB AT.SEVERAL.-RAMP LOCATIONS..,- !VOTE: Upon request from Engineer, enter detti led description on page 2. ONSET DATE OF CHANGE =March 29, .2019 .1 `' CHANGE ORDER TYPE 104:03-`Extra Work PROPOSED COST AND TIME ADJUSTMENT COST INCREASE (DECREASE): $ COST i.8 3 $3 .1 The cost adjustment shall include lump sum and/or estimated totaled unit -priced item costs. Attach a separate sheet of unit price items including item description, unit of measurement, estimated quantity and unit price. CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF COST CHANGE: 109.03 Altered quantities ®7.D9.05(a) Agreed Price 0.109..05(b)Farce^Accaunt _ ❑ 19,a5.D2-belay Co5t5_ PROPOSED COST CHANGE INCLUDES: M 1abar ® Material LOT' pipment ❑Lease Agreement Subcolhteactor TIME ADJUSTMENT INCREASE f (DECREASE): (work days)= r' CHECK APPROPRIATE BOXES PER APPROPRIATE BASIS OF TIME CHANGE: _ _.....__..................__bl =C$OS�b}Excu`sab1e,:CbC1D8:�8 a Exub: CmpensacSale,Nonbmpensabie 0...... NOTE: Jf Compensarble, attach details based on 109.05.2(a) Allowable Delay Costs. SUPPLEMENTAL INFORMATION Additional information. CHANGE ORDER ORIGINATION: ❑ IND T /,- LPA - 0 Zor trador - DOCUMENTS AFFECTED: ❑ Contract Specifications (ref. doc name/no.) :Click here to abler text. Click El Contract Plans (ref. doc name/no ere to- text,. h t Ver. 10.18.18 CHANGE ORDER REQUEST FORM CHANGE ORDER AFFECTS DBE PARTICIPATION: ❑ yes, ® no III~ yes, attach details] CONTRACT NO. R 37463�05 UPON WRITTEN REQUEST FROM THE ENGINEER, PROVIDE ADDITIONAL DETAIL DATE RECEIVED REQUEST FOR SUBMITTAL DATE OF - [Select Date] [Select Date] ADDITIONAL DETAIL ADDITIONAL DETAIL DETAILED DESCRIPTION /JUSTIFICATION; (Include location(s), actions of contractor, owner, and other stakeholders, key events and related cause(s), discoveries, discussions, meetings, and effect on the contract if no action is taken. Also include references to key documents attached or available to support this change order request.) HMA DENSITY WAS UNACHIEVABLE IN THE �SMALL.AREA- BETIDE . EN THE CURB'AND-THE, SAW CUT LINES IN -THE EXISTING HMA PROPOSED SOLUTION —ADDITIONAL DETAILS: (include proposed scope of work, means & methods, materials, equipment, utility relocation required, subcontracted scope and the effect on the contract schedule. Also include references to attached documents including, but not limited to, sketches, calculations, photos, material information, and submittals and meeting minutes.) CLASS A CONCRETE WAS USED TO ACHIEVE DENSITY IN THE LOCATION BETWEEN'THE'SAW OUT LINES:. IN THE EXISTING .HMA AND THE NEW CURB AT SEVERAL RAMP LOCATIONS. _ - SIGNATURE Contractor: Name: f print] Jason Price ... ........ (signature) NOTE. The Contractor should retain a signed copy of this document for record. Date: 10-18-19 pg. 2 CHANGE ORDER REQUEST FORM CONTRACT NO. R7314.63-8 ATTACHMENT: UNIT PRICE ITEMS DETAIL Attach or paste a unit price item detail.. r pg. 3 NUM LABOR HOURS RATE AMOUNT EQUIPMENT HOURS RATE AMOUNT Regular Time Hours 1 PAVER 0 HOURS@ $0.00 PERIHR $0.00 1 FOREMAN 2 HOURS@ $62.47 PER HR $124.94 ROLLER 0 HOURS@ $0.00 PERIHR $0.00 1 OPERATOR '0 HOURS@ $0.00 PER HR $0.00 SM DOZER 0 HOURS@ $0.00 PERM $0.00 I LABORER 3 HOURS@ $44.95 PER HR $134.87 GRADER 0 HOURS@ $0.00 PERM $0.00 1 SCREEDMAN 0 HOURS@ $D.OD PER HR $0.00 CURB MACH 0 HOURS@ $0.00 PERM $0.00 1 FINISHER - 0 HOURS@ $0.00 PER HR $0.00 PICK-UP ❑ HOURS@ $0.00 PERIHR $0.00 1 COMBO MAN 0 HOURS@ $0.00 PER HR $0.00 WAT TRUCK 0 HOURS@ $0.00 PERIHR $0.00 1 TEAMSTER ❑IS 0 HOURS@ $0.00 PER HR $0.00 DIST TRUCK 0 HOURS@ $0.00 PERIHR $0.00 1 TEAMSTER LOWBOY 0 HOURS@ $0.00 PER HR $0.00 LOADER 0 HOURS@ $0.00 .PERIHR $0.00 1 CARPENTER 0 HOURS@ $0.00 PER HR $0.00 EXCAVATOR 0 HOURS@ $0.00 PERIHR $0.00 1 MECHANIC 0 HOURS@ $0.00 PER HR $0.00 BROOM 0 HOURS@ $0.00 PERIHR $0.00 1 QA 0 HOURS@ $0.00 PER HR $0.00 BK-HOE 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 SKIDSTEER 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS c@b $0.00 PERIHR $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 0 HOURS@ $0.00 PERIHR $0.00 Overtime Hours 0 HOURS@ $0.00 PERIHR $0.00 1 FOREMAN 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 OPERATOR 0 HOURS@ $0.00 PER HR $0.00 0 HOURS@ $0.00 PERIHR $0.00 1 LABORER 1 HOURS@ $58.93 PER HR $58.93 0 HOURS@ $0.00 PERIHR $0.00 1 SCREEDMAN 0 HOURS@ $0.00 PER HR $0.00 LOWBOY 0 HOURS@ $0.00 PERIHR 40.00 1 FINISHER 0 HOURS@ $0.00 PER HR $0.00 1 COMBO MAN 0 HOURS@ $0.00 PER HR $0.00 TOTAL EQUIPMENT $0.00 1 TEAMSTER DIS O'HOURS@ $0.00 PER HR $0.00 UNIT EQUIP COST 0.00 1 TEAMSTER LOWBOY 0 HOURS@ $0.00 PER HR $0.00 EQUIPMENT MARKUP 12 °% $0.00 1 CARPENTER 0 HOURS@ $0.00 PER HR $0.00 TOTAL EQUIPMENT WITH MARKUP $0.00 1 MECHANIC 0 HOURS@ $0.00 PER HR $0.00 1 QA 0 HOURS@ $0.00 PER HR $0.00 SUPPLIES AMOUNT 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 UNITS@ $0.00 EACH • $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 0 UNITS@ $0.00 EACH $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.100 0 UNITS@ $0.00 EACH $0.00 1 Other 0 HOURS@ $0.00 PER HR $0.00 TOTAL SUPPLY COST $0.00 TOTAL LABOR $31B.74 UNIT SUPPLY COST 0.00 UNIT COST LABOR 31B.74 SUPPLY MARKUP 12 °% $0.00 MARKUP ON LABOR ' 20 °% $63.75 TOTAL SUPPLIES WITH MARKUP $0•00 TOTAL LABOR WITH MARKUP $382.49 ' SUBCONTRACT MATERIAL TYPE QUANTITY UNIT COST AMOUNT 0 UNITS@ $0.00 $0.00 CONCRETE 3 CY@ $97.00 $291.00 0 UNITS@ $0.00 $0.00 CONCRETE 1 EA@ $101.00 $101.00 0 UNITS@ $0.00 $0.00 r HAC 0 TONS@ $0.00 $0.00 -----�---- PR1ME 0 GAL@ $0.00 $0.00 TOTAL SUBCONTRACT COST $0.00 TACK 0 GAL@ $0.00 $0.00 UNIT SUBCONTRACT COST 0.00 MISC 0 CY@ $0.00 $0.00 SUBCONTRACT MARKUP 1ST 3000 10 °% $0.00 MISC 0 GAL@ $0.00 $0.00 SUBCONTRACT MARKUP REMAINDER 7 °% $0.00 MISC 0 EA@ $0.00 $0.00 TOTAL SUBCONTRACT WITH MARKUP $0.00 MISC 0 $0.00 $0.00 TOTAL MATERIAL COST $392.00 UNIT MATERIAL COST 392.00 ' MATERIAL MARKUP 12 °% $47.04 TOTAL MATERIAL WITH MARKUP $439.04 TOTAL PRICE OF ALL ITEMS WITHOUT BOND $821.53 UNIT PRICE OF ALL ITEMS WITHOUT BOND $B21.53 HAUL TONS LOADS HOURS RATE AMOUNT 0 0 0 $0.00 $0.00 0 0 0 $0.00 $0.00 ADDITIONAL BOND & INSURANCE $2.05 0 0 0 $0.00 $0.00 BOND & INSURANCE MARK UP $0.25 DAYS TRUCKS HOURS RATE 0 0 0 $0.00 $0.00 TOTAL PRICE WITH BOND $823.83 0 0 ❑ $0.00 $0.00 UNIT PRICE WITH BOND $823.B3 TOTAL HAUL UNIT COST HAUL 0.00, $0.00 UNIT BID PRICE $823.83 TOTAL $823.83 TRUCKING MARKUP 12 % $0.00 TOTAL TRUCKING WITH MARKUP $0.00 ITEM NAME CLASS A CONCRETE PATCHING BID ITEM QUANTITY 1.00 ITEM NO 9995"18 R-37463-B BIKE PEDESTRIAN FACILITIES ADDITIONAL DAYS REQUESTED 0 10118i2019 1:46:00 PM r i Aa r March 22, 2-o19 Mr. Greg Stiens City Engineer J • i I�' ¢ [! city of Richmond 54 N 5th Street Richmond, IN 47374 : RE: Contract No: R-37463 Project: 1382810 E Main street, 7th Street and 'loth Street Progress Meeting 27 �1f1 Dear Mr. Stiens. 0 A Progress Meeting was held on March 20, 2019 in City of Richmond Law Conference See attached sign -in sheet for�those in attendance: Room. S . e 9 The objective of the meeting eras to review the contract requirements, project schedule, r' an potential utility concerns or relevant items associated with the execution of the ~" a Y s contract for the R-37453 project, During the meeting, the following information was discussed: .! �•Fi�SL7- F�k+ Safe concerns y r IN "+ Work done Safety -� None I Milestone placed ##53 stone in the Southwest and southeast corners of Main Street and 2nd Street and all of the Inlets in the area and have Temporary g Inlet Protection'. r , .;. Pedestrian Traffic -- Phillip Drugs East main Street Entrance may need barrels to keep pedestrian traffic from walking on the South Side of East F Main street where brick pagers have been removed. . + Moving Equipment - None Saint Mary school — North " B" Street will remain a two gray street. A permanent stop sign will be placed in the Northeast corner of North 7th Street- and North "B" Street. r If any needles are found on the job site. Please contact Christopher Simons Executive Director HIV/Hepatitis coordinator Wayne county office: 765- .973-9294 cell[Text: 765-702-9724 cdsimons@heartlandcsfcom or notified the police. t� o contractor's o erations 12eftaining to Utilltv Relocations Indiana American Water— If Milestone chooses to perform the work,. an 1NAW .Inspector must be on site when meter pits & varies are adjusted' to grade. Please contact Marianne Bain 317-903-2176 to schedule for an inspector (One creek notice is required). Progress Meeting 27 Minutes March 20, 2019 Page 2 of 5 * Indiana American Water will provide a contractor to adjust services as needed, lNAW requires one week advanced noticed to provide this service. American later is requested that Milestone repair any meter pits that Milestone adjusted that are out of American Water's spec. Marianne Bain will provided a repair list. ■ Richmond Power & sight — Milestone has requested the Lighting locations South of Main Street on South 1 Ot'; Street and East Main Street between 6t.h and 7t' Streets. Street fights on Main Street at 3rd& 4th Streets need to be replaced. The tag outs are still in place on 7th Street and fain Street. RP & L will kill the power at 7�1 Street and East Main Street. at the existing vault. Once the power is off to the street lights, tower lights will be used for street lights. Pour tower lights per street. The cabinet will be removed by Richmond Power & bight. Milestone will remove sidewalk if warranted. The city of Richmond will provided Tower fights and maintain them. New Street lights on the South Side of East Fain Street between 6th & 7�1 Streets will need to be located farther to the North on East fain Street. • Plans need to be updated concerning the location of the street lights due to the photo metrics. * Brent Wolfe will �e on vacation starting on Monday, March 25, 2019 and returning on Monday, April 1, 2019. Please contract Shawn Dixon. 765- 973-7255 office or 755-3 1 4-3635 cell shwand@rp&l.com with questions, Kate Barber with Richmond will keep citizens informed about the street lights. * Any road closures for utility relocation must submit a request with the board of works in writing. • Schedule Milestone did not provide an updated schedule. • Decorative Paving will need to provide an updated schedule. ■ Busch landscaping will need to provide an updated schedule. + Contractors must provide a 24-Rhour notice to Bill Stanley before starting work on the job site: if a 24-hour notice is not given, then the Contractor will not be paid for the day's work. + Submittals * Submittal 22 - Irrigation needs to be corrected & resubmitted by Milestone. Progress Meeting 27 Minutes March 20, 2019 Page 3 of b Submittal 28 — Specialty Signs have been approved. Target date to have C-Tech to install is mid May 2019. . Submittal 27 — Remaining Plant Material. Greg Stiens stated that REA does not need to review the plants in Richmond's Greenhouse before planting this spring. A Submittal 28 — Trees Greg Stiens will contact Shawn Slayman with INDOT to tag trees before the trees 'are planted. Submittal 29 — shrubs Greg Stiens will contact Shawn Slayman with INDOT to tag shrubs before the shrubs are planted. CIF[ 22 — Down spouts at Warner School on 7th Street, work will be perform under Time & Material by Milestone. Milestone and their electrical. contractor will need to submit an estimated cost to connect the. electrical service to the irrigation system for review (Additional coordination will be needed with RP & Q. Greg Stiens will be consulted on how the city would. life to proceed. Discussion Topics: • Sump outs in the Southeast & Southwest corners of North 7th Street & East Main Street will be reduced by two feet, as Directed by Greg Stiens. • Target date for Milestone to shut down East Main Street between 81h & 71 Street is Monday, April 1, 2019. Existlhg Street Lights will be removed on March 28, 2019 by RP & L. • Richmond has accepted the terms to Milestone's Plant warranty Letter (11 - 14-18). The credit back will be placed on a Credit to state Change order. • Busch can use schedule 80 PVC pipe for irrigation conduit road crossings instead of 2" steel conduit, per -the email recommendation for minimal pipe type provided by REA dated 349-2019, • Down spouts outlet concerns on south 1 0th street will be addressed under - Time & Material. The Curb Ramps in the Northwest and Southwest corners of North D Street and North I Ot' Street will need Decorative Paving to rework the existing brick sidewalk in an area approximately fire feet behind the curb ramps to correct any trip hazards. • Busch will island that were driven in over the winter. Richmond will compensate the Contractor for the, repairs caused by local traffic. Busch's target date to repair the damaged islands is Mid May 2019. L Progress Meeting 27 Minutes March 20, 2019 Page 4of5 • Liriope muscari vs. Liriope spicata Greg Stiens said that he would need to review with the Park & Recreation Department to see if the City would want to keep the plants. a Rob Gills asked Milestone if the US40- project work was out of. their way to begin work on East Main Street between 6th & ?t' Streets.. Jason Price' said that everything is in good shape and that they'just need to determine their limits of work. Jason Price said that Milestone does plan on detouring traffic across South A Street. a Jason Price and Bill Stanley will meet this week to go over the remaining disputed quantities. • Decorative. Pacing needs to provide an updated certifications from Harding material for asphalt delivered on December 6 & 12, 2018. Mike. Prather agreed to withholding payment until receiving the certifications. • !gity Reguested Design chars es: * Redesign of East Main Street at 2nd Street & 31d Streets. Beth Fields gave a verbal approval of the contact supplement and said to proceed with the changes ('Project Update: redesign of 2nd- and aid plans were submitted to INDOT Technical Review 3-22-2019 by REA). • Drew has been given vernal approval to complete work from 4t' Street to 3rd Street an. the North side of East- Main Street, • Change orders See Attached Change order Summary Sheet. • coordination with Fire De artment Milestone will keep the Fire Department updated on road closures. • Proaree _Meeting is The next Progress Meeting will be held on Wednesday, April 3, 2019 - at 1 0.90 a.m. The above minutes reflect our understanding, of the discussions and decisions made at this meeting, If you have any questions, additions, or comments, please contact our office at your convenience. Sincerely, UNITED CONSULTING Bill Stanley Progress Meeting 27 Minutes March 20, 2019 Page 5of5 Construction Manager Enclosures: Sign in Sheet Change Order Summary Sheet, c. All Attendees Bill Hall Jen Grawcock Phil Arden Beth Fields File 1 7-81 8 E z .c CL Ari E U 0 uj 2 0 CO) u 10 r IL � L cu 0 I (0 I 0) I r%-, I%L 46 ( I C) I m 0) I co I UO) co (n CV) LO CD rlft� 0 LO O.Co (D mqr co 0) to a) 0 LO 0 0) QD N M 0 0 0 fl%�coit m m 1*- I 1 1 I 1 I I I m 1 i I i I 1 C C' CO Co tll%" N-M m C0 r%ft T-- 0 %c- 0 To" to C0 10%b. (0 I%%. (0 t**. • r- 0 E -0 E 0 o E 0 [ E 0 wan.• �■ o 8 1.: ■ r 0 0 > 0 .r o r -6. " E'm■ �� 0 I > ►F.�0 /t . k em-=N ■ 0 E -ol q *'C cu cu co /q E a r wrat� 0 .0 -bollcu 2 �k/ CD k • 1w.+kl Cf) cr. L �j F ■= 209W - -01V4.9 I(n iR ■ wnu■ E w ma.e .M E91 > Vd 0 M Mil C co 0 00 0 0 40 4-4 r�iw d�■i��ll war i `J a wiwr .+�■� � a �w m ww.w • lwnf m t�.er+ w 1�� :E w v L CU CL x r arrwl cr.0 urrrwx >I �.. CD L Q L ■� 412 TO CU ...a .� CDCz M ' 0 < 4.0 &.1 . m o 5-�c man" �a) Co cu comom CL E < z 2) co o `• ����.�� - z...}.•jl i n ati }nIEV1 '14T !;!`;• •.i'.! •ram .;.•.� .� .� ^� n -♦ r /�y e /(.�.{•1��„5,=sp.i-.��� J (fir'��. {�j �j :HV'�': ; •`A r Tj, f. . I9•:!;-� �'�'�_ `o- 'i`i;.L ti'. :.�„e3: � + '� i� .• ��• `i'sr.Y ;�ti.v^ � �. • �.. ./.. R Y'• L.^ia .. ]Y 5.1 .�~ 'S•�:: .� .i: -h'. dr..3! ..:• I _ - 'r- -/i. �� IFi .i"t -..1i+s -�`—�...=[r� � .����'_� -_ �.:: ! 3 . �. :. i . .. s..'i:.ZI��,Ri.'-TY: _ : 7..••---.�......- .�°".�� � �' _r_ _I ...—�wa . � .a .•' j � t - _ - _�..�w .,-�«. � 4 1 -_ �'-'�'r...i..:�r.. e �'—'••� � ° '' L,� � � �, r i t /�~ '� is +s � 1►�'+'�i�'.. � ,'��,j�`'''t�+.-. ;'•} �+>:n,i.i � :' :�. a �� �' ;- �^ i `: "� :.� I l. UNITED �: ----.-----= Consulting=== .n May 83 2018 { Mr. Greg Stiens City Engineer .. City of Richmond w 50 N 5th Street t Richmond, IN 47374 1 i RE: Contract No: R-37463 Project: 1382810 - 4 r Y E Main Street, 7th Street and 10th Street Storm Structure Meeting j Gear Greg:. A -meeting was held on May 3, 2018 at Field Office. See attached sign -in sheet for those in attendance. ' i + The objective of the meeting was to identify the offset structures and assist with . providing recommendations to elimate any pipe skews. r o Storm Structures connections . o Per the preference of P-lijah Welch, existing pipe connections are to be made a to the proposed structures mithout any skew. A cost estimate to change the i e proposed inlets which require skewed connections with manholes large enough to avoid any. skews will be provided by Milestone to the city of r Richmond. The final decision on whether the cky of Richmond wants to proceed with •° . the current design -or change to manholes gill be made by the city upon . review of the .cost estimates, Milestone is working with their supplier to Q , determine the best size and costs. . o Based on the meeting discussions held on May 3, 2018 with Milestone and the 'city, United has prov*lded the following recommendations. Replace STR 303 with. a manhole E5, Modred (a flat lid W1ll . need to be used on the structure with a hole cut out for the Type 5 casting to sit on top of). + Replace STR 305, 306, 307, 308, 311 & 312 with Manhole E5, o Modified (same as above) r Replace STR 336 with a Manhole F5, Modified (sane as above) to eliminate blind T. '1 � Add a new Manhole c2 west of STR 337 to eliminate blind T. .Storm Structure meeting May U, 2018 Page 2 of 2 ■ STR 343 & 344 were discussed at the meeting, but no specific additional design information was requested. ■ As discussed, all of the manhole types,mentioned above could f be replaced by cast -in -place structures to more efficiently encapsulate both the casting and the trunk lire. It should be noted a minimal amount of additional pipe of various sizes will be required to make the various connections described above. o All structures have been made. o Field drilled. holes Will need to be added to the project to modify the inlets. o Clay Pipe can be sWtched to HD dual wall pipe. o Milestone Will provide a cost comparison of the cast -In -place manholes verses pre cast cost. o Utilities will need to be involved to verify or resolve any possible unknown conflicts. o constructibn Engineering to be included In the cost of the cast -in -place manholes. The above minutes reflect our understanding of the discussions and decisions made at thin meeting. if you have any questions, prase contact our office at your convenience. Sincerely, UNITED CONSULTING Bill Stanley Construction. Manager Enclosures: sign In Sheet Q All Attendees Chris biller Jen Grawcock Brian Miller Mike Prather File`17--318 1 • V • L' ��'�F fT�4���hRwi�1�i i�1� i N"a � Y ��'�i�: �► �" =[`y �! i�' ice« r-p-1 w�+f'�I � ��'�^�.+^¢i9%� �s�L�"'` 1 .. •� i%�`i'r=!"►��+"I`ti^^4r!'mS'�„�,iq'ir.".Y'1r"r+e �au�l �..w POO C--D-Le gin �. ..LTI"oa ?#%few. A. w�- oxwe Zhii 0 - 0 7 IESG Sri rm f4 4 W C-ILC*/ IF erso c Z:nA v L.-atre -5 1-9 6 elcoTCe, L4 Witt t;STO/je Pdo r - f Chris Miller From: Prather, Michael <mprather&ndot.1N.gov> Sent: Wednesday, October 30, 2019 1:31 PM To: Chris Miller Cc: Josh Sherron; garden@reasite.com; Greg Stiens; Pham, Hung Thai; Price, Jason Subject: RE: Richmond SS R-37463. CO 22 - T&M items for extra work Chris, Please proceed with processing the change order documents for signatures instead of seeking editorial revisions; the comments and concerns are duly noted. r Michael From: Chris Miller[mailto:Chris.Miller@ucindy.com] Sent: Wednesday, October 30, 201912:22 PM - To: Price, Jason <Jason.Price@milestoneIp.com> Cc: Josh Sherron <Josh.Sherron@ucindy:com>; parden@reasite.com; Greg Stiens <gstiens@rich mondindiana.gova; Prather, Michael <mprather@indot.]N.gov>; Pham, Hung Thai <HPham@indot.IN.gov> Subject: RE:Richmond SS R-37463 CO 22 - T&M items for extra work , **** This is an EXTERNAL email. Exercise caution.- DO NOT open attachments or click links from unknown senders or unexpected email. Jason; Please find SM CO 22 attached including all documentation as it relates to adding pay items which were conducted underT&M since the nature of the work did not have comparable existing unit prices. These items include: Downspout Drain Connections Decorative Rock Replacement Concrete Patching Field Modifications of Existing Structures If you are in agreement please return a signed copy for further processing by the City. Mike P and Greg,. Please let me know if there are any comments concerning this CO: It should be noted that the designer of record has concerns with the term "conflict" as used in the contractors Change Order request form.. A note has been added to the r , document and the CO narrative to reflect this concern. Thank you, Chris M Christopher J. Miller, MBA Field Operations Manager 1 . h 8440 Allison Pointe Boulevard — Suite 200 Indianapolis, IN 46250 Office: 317.,895.2585 Mobile: 317.509.2245 Email: chris. miller@ ucind .com Web: www.ucindy.com See what's new at United Consulting NEWS . .. .� DIA1, Rd H AL L, 0 F FA M E UNITED. From: Price, Jason <Jason. Price@ milestone) .com> Sent: Friday, October 18, 2019 5:45 PM To: Chris Miller <Chris.Miller ucind .corny; Jester, Wayne <Wayne.Jester@milestoneJp.comy Cc: Brian Miller <Brian. M iller2 ucind .comp; Bill Hall <Bill.Hall@ucindy.com>; Josh Sherron <Josh.Sherron@ucindy.com>; narden reasite.com; Kevin Osburn <kosburn reasite.comy; Beth Fields <bfie Ids@ rich mondindiana. ova; Greg Stiens <gstiens@ rich mondindiana. ov>;.mPrather@indot.in. ov Subject: RE: Missing Documents for R-37463 Richmond Stellar Streets Chris, All the information the inns requested in your letter on 10-13-19 has been sent to you at this point. Milestone is expecting to receive an official response back by 10-25-19. Thank you, From: Chris Miller <Chris.Miller ucind .comp Sent: Sunday, October 13, 2019 3:58 PM To Price, Jason <Jason. Price@ milestone) .comp; Jester, Wayne <Wayne.Jester@milestonelp:comy Cc: Brian Miller <Brian.Miller ucind .corny; Bill Hall <Bill.Hall ucind .comy; Josh Sherron J. <Josh.Sherron ucind .comy; arden reasite.com; Kevin Osburn <kosburn reasite.comy; Beth Fields <bfields _ richmondindiana.govy; Greg Stiens stiens richmondindiana. ovy; mprather@indot.in.gov Subject: Missing Documents for R-37463 Richmond Stellar Streets Jason and Wayne, Please see the attached fetter which addresses the missing documents for the Richmond Stellar Streets Project. Do to the time constraint and sensitivity of the Issues surrounding the documents, we asked that all correspondence as it relates to the missing documents be issued in writing by email or letter. Thank you in advance for your understanding and quick action. Sincerely, 2. 8440 Allison Pointe Boulevard — Suite 200 Indianapolis, IN 46250 Office: 317.,895.2585 Mobile: 317.509.2245 Email: chris. miller@ ucind .com Web: www.ucindy.com See what's new at United Consulting NEWS . .. .� DIA1, Rd H AL L, 0 F FA M E UNITED. From: Price, Jason <Jason. Price@ milestone) .com> Sent: Friday, October 18, 2019 5:45 PM To: Chris Miller <Chris.Miller ucind .corny; Jester, Wayne <Wayne.Jester@milestoneJp.comy Cc: Brian Miller <Brian. M iller2 ucind .comp; Bill Hall <Bill.Hall@ucindy.com>; Josh Sherron <Josh.Sherron@ucindy.com>; narden reasite.com; Kevin Osburn <kosburn reasite.comy; Beth Fields <bfie Ids@ rich mondindiana. ova; Greg Stiens <gstiens@ rich mondindiana. ov>;.mPrather@indot.in. ov Subject: RE: Missing Documents for R-37463 Richmond Stellar Streets Chris, All the information the inns requested in your letter on 10-13-19 has been sent to you at this point. Milestone is expecting to receive an official response back by 10-25-19. Thank you, From: Chris Miller <Chris.Miller ucind .comp Sent: Sunday, October 13, 2019 3:58 PM To Price, Jason <Jason. Price@ milestone) .comp; Jester, Wayne <Wayne.Jester@milestonelp:comy Cc: Brian Miller <Brian.Miller ucind .corny; Bill Hall <Bill.Hall ucind .comy; Josh Sherron J. <Josh.Sherron ucind .comy; arden reasite.com; Kevin Osburn <kosburn reasite.comy; Beth Fields <bfields _ richmondindiana.govy; Greg Stiens stiens richmondindiana. ovy; mprather@indot.in.gov Subject: Missing Documents for R-37463 Richmond Stellar Streets Jason and Wayne, Please see the attached fetter which addresses the missing documents for the Richmond Stellar Streets Project. Do to the time constraint and sensitivity of the Issues surrounding the documents, we asked that all correspondence as it relates to the missing documents be issued in writing by email or letter. Thank you in advance for your understanding and quick action. Sincerely, 2. Christopher J. Miller, MBA Field Operations Manager United Consulting 8440 Allison Pointe Blvd., Suite 200 Indianapolis, Indiana 46250 Email: chrls. miller@ ucind .com Website: www.ucindy.cornwww.ucindy.com See what's new at United .Consulting NEWS 317.509.2245 (Mobile) 317.895.2585 (Office) Jason Price Superintendent 824 Dillon Drive Richmond, Indiana 47374 Office:(765) 935-4231 Fax:(765) 935-1068 Mobile:765-960-0739 3