Loading...
HomeMy Public PortalAbout08-27-2020 - Change Order No. 1 to Contract No. 71-2020 194 /Nom CITY OF RICHMOND Division of Public Works and Engineering DAVE SNOW 50 NORTH 5th STREET—RICHMOND,IN 47374 Mayor PHONE(765)983-7394 — FAX(765)962-7024 www.richmondindiana.gov GREG STIENS Director To: The Board of Public Works and Safety August 27, 2020 From: Greg Stiens Director of Public Works and Engineering RE: Change Order#1 to Contract#71-2020 with Milestone Contractor's Change Order#1 includes full depth asphalt patching of certain areas of the roads within the Sandbridge Hills Section 3 Subdivision and the installation of 1-1/4 inches of surface asphalt on all the roads. Original Contract Amount $1,213,181.00 Change Order#1 $35,800.00 New Contract Amount $1,248,981.00 This work will be paid for from proceeds received from the calling of the Standby Letter of Credit S3141000109064 for KT Property Group, LLC totaling$30,618.00 and funds within the Street Department Capital Budget of$5,182.00. Recommended by:Greg Stiens Director of Public Works and Engineering Approved by:The Board of Public Works and Safety Vickie Robinson-President Date Emily Palmer—Member Matt Evans Approved by: Milestone Contractor's L.P. Scott Hester Manager of Estimating Date 4 Milestone Contractors,L.P. P.O.Box 2061 PROPOSAL Richmond,IN 47375 Phone: (765)935-4231 (Contract When Accepted) Fax (765)935-0168 a, Date: August 19,2020 To: The City of Richmond Project: Sandbridge Hills Section 3 Richmond, Indiana We propose to furnish only the material(s),labor,equipment and/or services(collectively"Work")for the above Project at the Price(s)and in accordance with terms stated below.We may,without notice,deem this Proposal to have been withdrawn if not accepted within 14 days following the date hereof.Upon timely acceptance,this Proposal shall become a binding contract. Our obligations concerning the Work will,in all cases,be subject to our initial and ongoing credit approvals. A. ASPHALT PATCHING/SURFACE Over the existing asphalt,we will: 1) Removing 111 Square Yards of deteriorated asphalt located in(2)areas 2) Lay an average 3"course of asphalt intermediate in the patches 3) Sweep and prepare the existing asphalt for new surface 4) Applying tack coat 5) Lay an average 1 '/a"course of asphalt surface over 3,476 square yards of existing asphalt The price for the above work is $35,800.00 Terms and conditions include those on reverse side and/or continuation sheet(s) SUBMITTED as of the Date stated above on behalf of Milestone Contractors,L.P. By: Title: Senior Estimator-Richmond Jason E.Terrell CUSTOMER ACCEPTANCE: This Proposal including description(s) of Work and all other terms and conditions herein stated,are hereby accepted and authorization is hereby given to commence the Work accordingly. Signature Title Date Page 2 of 3 Conditions and Clarifications/Special Provisions 1. Our price does not include Indiana State Sales Tax. 2. Proposed pricing is based upon material costs through September 10,2020. Any cost increases incurred by us thereafter shall,at our option,be grounds for a corresponding increase in pricing payable by customer for the work,with a reasonable allowance for overhead and profit. 3. Our price does not include: a) Permits,testing or inspection fees; b) Bonds;such as performance bonds,maintenance bonds,warranty bonds,etc. c) Fees or assessment of any type; d) Construction engineering or layout; e) Concrete; f) Topsoil/seeding; g) Adjusting manhole elevations/riser rings; h) Adjusting existing grades; i) Traffic control or traffic control devices. 4. Pricing is based on all work being complete in 2020,prior to our asphalt plant shutdown.There will be additional costs for any work performed in 2021. 5. Our price includes(1)One mobilization.Please add an additional$4,500.00/each additional mobilization. 6. Our price is based on no retainage being withheld. 7. If Milestone is directed to install any item of work not within specifications,a standard waiver of warranty will need to be signed. 8. Subgrade to be within+/-0.1 ft of final grade and approved prior to fine grading. 9. Subgrade treatment requirements must be met such that the density requirements of the asphalt are achievable.If the subgrade is soft or yielding and we are instructed to pave,then any failures on the asphalt will be paid by others. 10. The above prices are a package quote,please do not remove any items without calling for a revised quote. 11. We shall be provided with suitable access to our work area. If our work is dependent upon or must be under taken in conjunction with the work of others,such other work shall be so performed and completed as to permit us to perform our work hereunder in a normal uninterrupted single-shift operation on a Monday thru Friday. (Holidays excluded) 12. Any stone base lost due to construction traffic or construction staging will be considered an extra. 13. If additional materials,including bituminous material,are required due to faulty/unsuitable subgrade or subbase,billing will be based on actual material used. 14. Additional stone base,if required,to ensure proper drainage and stabilize existing subbase will be furnished,delivered and spread complete in place @$28.00/Ton. 15. We cannot guarantee proper pavement drainage on slopes less than one percent. 16. Due to existing pavement conditions,reflective cracking in the asphalt surface is imminent.Therefore,no warranty,repairs or rework will be provided for cracking in the asphalt surface. 17. Our pricing is based solely on the knowledge and assumptions from a visual inspection of the project site and not any subsurface investigation,geotechnical exploration or testing.The engagement of a geotechnical engineer by the owner is encouraged to perform this investigative work to determine if the quoted scope is sufficient and the most cost effective.Any unknown,differing or unforeseeable conditions discovered may require additional work and additional charges. 18. Milestone Contractors,L.P.does not accept any credit cards for payment of work. General Terms and Conditions These terms shall supersede any different terms stated in any other documents that have been or may hereafter be issued or executed for the above Project or Work. Customer's acceptance of this Proposal may occur by signature below,or by any act or expression manifesting Customer's intention to proceed hereunder,including but not limited to Customer's approval,directive or authorization for us to commence Work.We shall not be bound by any additional or different terms stated by Customer in any prior or future expression concerning the Project,or by any modifications or additions to terms stated herein,unless separately agreed to by us in writing. 1. Customer shall(a)not cause,create or allow others to cause or create any conflict,delay or hindrance in our performance of Work;(b)provide and expedite responses to submittals and inquiries,and provide sufficient and timely information,permits and approvals;(c)assure access to and make all provisions for our entry upon lands,including easements and rights of way;(d)assure and guarantee that products of our Work remain free of damage,deterioration or other adverse or detrimental conditions due to deficiencies or inadequacies in design,inspections or other work undertaken by or for Customer or others;(e)take such other action and manage the Project in other respects to enable us to perform Work in an uninterrupted,expedited and single-shift operation;and(f)indemnify us and hold us harmless as to any losses,costs and damages arising from third party claims and caused in whole or part by the Customer or others for whose acts Customer is responsible. 2. We shall not be held responsible for or otherwise become obligated with respect to any of the following: a) Conforming to any original or updated scheduling that is has not been expressly approved by us beforehand in writing; b) Delays,hindrances or other adverse and unavoidable conditions and circumstances(including adverse weather)not exclusively caused by us and within our control,or which render our performance impossible,impracticable or unduly burdensome or costly; c) Damages to or conflicts with utilities or other physical structures or conditions(or the removal or relocation thereof),the existence or location of which were omitted or misstated by plans,surveys,reports,markings or other information relied upon by us in the course of planning or executing Work; d) Providing any services,labor,materials or equipment that is not specifically included in the description of Work contained in this Proposal or duly signed change order or other written modification of these terms;provided,we may elect to perform additional or extra work or services pursuant to any request or directive from Customer without mutual written agreement specifying the basis for payment for same,and in such case we will be compensated based on our standard rates and charges in effect when such work or services are rendered,and we shall also be entitled to an appropriate scheduling extension if and as needed. e) Errors,inconsistencies or deviations shown by or inherent in plans,drawings,surveys or other information furnished to us by Customer or others and relied upon by us in performance of the Work; Milestone Contractors L.P.—Proposal/Contract - .3 :.7P7';;;i-c:','6 :?:..Vg i.0!.)•iii l's..-4.,1 C:k.ici01-1 '',...\,12.::v111 ...:' V.ar:3':.-30?.. • . . DO mt7E.9£.00 S • 0i AWOL I.• 0 • . .. . _... ... .... . -9 — — b LLJ .0- • D i 8 8 5.,1 zii (5) cm N 4 1" • 0 AK 1 le0, S ) cq in 6 c) v co (NI to en , 1.1J ci 00 i CNI Go 0 I CV tn 0) v. Nt. CD (4 I 6 J - ..--- 9:----- clq 01 '' • .13all / 1 N NS / to.th 4. Nb -?°- -41 le-Oe , S , GMT DO IIISIOD NOISONIN (0 \. \ b "11 crl *10 • I I* I i r -N. 1 ____.g.4: 4‘ 07. 43Puj F)1 1 tn b • in to S.N1 cf) ce) 9'179 I.20%6'W°S 1 i',,, - ,- Ci) al. -"-- us _ l_ es i .817.96- 3 .K.9£000 S ,---"---.6Vg it .---- --- . --- c < . c., 1 I -6, t_00.06 -- r _.00'06 - b 0-r 8 F- in .. I il 12 i° b ; W ° I c° co i in • — • ' O'gg I. — 7 1 3 it,£.9£ 00 S I a co arlifl__ g 1 .-C '3'n •ct an___L....4 3.n ci h_g • A 4.1 (c. .01. N •r" 3.131,i6Z000 S 1 4.) s-: f_o_1 4110 5.:'s . :--.01. 47,-)i- 1 ' to c\I To 1 o; I I oi 1 St: li * 19 c., 0 NOVS13S iii 7.zr NM 7ct. .0E I .‹ . b 'fF( . b • - m ,c,4 01 1 m 1 14:3 0) 6 i co rts03 2 g Pcl kKe g _ _1 __I cc,„ L. _ _J CNA 0 AC L.ge I, s" brO6 •100-06 6 1 I • • •ZO ' --- t CV — Ottkill 100 b ;4. C)) EN1 • . ------ - gARICI TIVCIHDIIV 3..K.S£000 S 3.13146Z.00 S 1 i co g I i E. acts • .00-Z6 _ ..sto4° ____.00_____'06 _, tbzo `,...N.....)• ch b lq 1 lo 4_. 'NM g 1, P. iii I rft 03 0) N NOVS.1.3S " I .0£ v- ci I 18 I I I -3T1 I I I , 7* 54 _ a lz,--, i -1 1 I 8 s + I--'3.n 8 4L * if) P 3..9176Z..00 S 1 F- •C ,G CY) co coi 0 1 tql g I 11) P I I 'd- ,..(0 u, c• Z iti 11.1 6 .;-- .._. . ... . _ . . . .... 0 6 6, la 1 1 ct) vc 01 c? F:31 R I 5,4 gi . `4" (v) 14 N I I PI' cv II- !2 0) Clf) 0 I coi 0, 1 2 co ocrios • —z•"."'" - 39.68 -- -- --4F/ -..,,,,. 1- AA ...19..M.30 N i