consent 6c - utah

18
Council Meeting of September 25, 2019 Agenda Item No. let- REQUEST FOR COUNCIL ACTION SUBJECT: 7000 South Railroad Crossing Improvement Project SUMMARY: Authorize the Mayor to execute Change Order No. 2 to the contract with Rulon Harper Construction, Inc. for the 7000 South Railroad Crossing Project. FISCAL AND/OR ASSET IMPACT: Funding for this project is available from Roads Capital Funds. STAFF RECOMMENDATION: Staff recommends approval of Change Order No. 2 to the contract with Rulon Harper Construction, Inc. for the 7000 South Railroad Crossing Project. MOTION RECOMMENDED: "I move to adopt Resolution No. \ °\ - \])' authorizing the Mayor to execute Change Order No. 2 to the contract with Rulon Harper Construction, Inc. for the 7000 South Railroad Crossing Project." Roll Call vote required. Prepared ; md Presented by: [.'911feft Greg Davenport, P .E. Senior Engineer, Capital Authorized for Council Consideration: David R. Brickey City Manager Recommended by: Brian Brian Clegg (Sep 9.019) Brian Clegg Public Works Director Reviewed as to Legal Sufficiency:

Upload: others

Post on 03-Nov-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Consent 6c - Utah

Council Meeting of September 25, 2019

Agenda Item No. let-

REQUEST FOR COUNCIL ACTION

SUBJECT: 7000 South Railroad Crossing Improvement Project

SUMMARY: Authorize the Mayor to execute Change Order No. 2 to the contract with Rulon Harper Construction, Inc. for the 7000 South Railroad Crossing Project.

FISCAL AND/OR ASSET IMPACT: Funding for this project is available from Roads Capital Funds.

STAFF RECOMMENDATION: Staff recommends approval of Change Order No. 2 to the contract with Rulon Harper Construction, Inc. for the 7000 South Railroad Crossing Project.

MOTION RECOMMENDED: "I move to adopt Resolution No. \ °\ -\])'authorizing the Mayor to execute Change Order No. 2 to the contract with Rulon Harper Construction, Inc. for the 7000 South Railroad Crossing Project."

Roll Call vote required.

Prepared ;md Presented by:

f!&O~ni!f [.'911feft Greg Davenport, P .E. ~ Senior Engineer, Capital Proj ect~M

Authorized for Council Consideration:

David R. Brickey City Manager

Recommended by:

Brian Cle~ Brian Clegg (Sep 9.019)

Brian Clegg Public Works Director

Reviewed as to Legal Sufficiency:

~

Page 2: Consent 6c - Utah

BACKGROUND DISCUSSION:

This is the final change order for the 7000 South Railroad Crossing Project. While this project is now complete, the Contractor has asked to be paid for material that was placed on the project in excess of the Engineer's bid estimate. As part of this change order the City agrees to pay for extra asphalt, untreated base course and granular borrow used to complete the project. This change order wi ll also cover the cost of raising additional manholes and the engineering provided by the shoring contractor. The total cost of this change order is $11,333 .22.

Attachments: Resolution Change Order 2

Page 3: Consent 6c - Utah

THE CITY OF WEST JORDAN, UT AH

A Municipal Corporation

RESOLUTION NO. \ q -\ 1 )"" A RESOLUTION AUTHORIZING THE MAYOR TO EXECUTE CHANGE ORDER NO. 2

WITH RULON HARPER CONSTRUCTION, INC. FOR THE 7000 SOUTH RAILROAD CROSSING IMPROVEMENT PROJECT

Whereas, the City Council of the City of West Jordan has received and reviewed Change Order No. 2 with Rulon Harper Construction for additional material used for the 7000 South Railroad Crossing Improvement Project in an amount not to exceed $11,333.22; and

Whereas, the City Council desires to execute Change Order No. 2 with Rulon Harper Construction for the 7000 South Railroad Crossing Improvement Project for additional material used in an amount not to exceed $11 ,333.22.

NOW, THEREFORE, IT IS RESOLVED BY THE CITY COUNCIL OF WEST JORDAN, UTAH:

Section 1. The Mayor is hereby authorized to execute Change Order No. 2 with Rulon Harper Construction in an amount not to exceed $11,333.22.

Section 2. This Resolution shall take effect immediately.

Adopted by the City Council of West Jordan, Utah, this 25th day of September 2019.

ATTEST:

Jamie Brooks

Jim Riding Mayor

Interim City Recorder

Voting by the City Council Council Member Alan Anderson Council Member Dirk Burton Council Member Zach Jacob Council Member Chad R. Lamb Council Member Chris McConnehey Council Member Kayleen Whitelock Mayor Jim Riding

"YES" "NO"

Page 4: Consent 6c - Utah

WEST JOJY2f\N

CHANGE ORDER

Proiect: 7000 South Railroad Crossin!?. lmorovement Proiect No.: 2 Proiect No.: RD-13-12 Orhz. Contract Amt.: $725,088.58 Pal!e 1 of Contractor: Haroer Construction Prev. Aoovd. Chane.es $166,894.53 Davs:30 Owner: Citv of West Jordan This Chan2e: Sll,333.22 Davs: 0 Citv's Res. Project Rep.: Gre2 Davenport Revised Contract Amt: $903,3 16.33 Davs: 150 En2ineerine. Inspector: Brian Mont2omery Total Chan2e Order o/o 24.6

This Change Order covers changes to the subject contract as described herein. The Contractor shall construct, furnish equipment and materials, and perform all work as necessary or required to complete the Change Order Items for a lump sum price agreed upon between the Contractor and City of West Jordan, otherwise referred to as Owner.

Increase in (Decrease) in Contract Time Description of Changes Contract Contract Amount Extension

Amount (S) (days) (S)

I. Raise Manholes to Grade $2,465.32 ($1,232.66 oer each x 2 manholes)

2. Install HMA $644.96 ($82.69 oer ton x 7.8 tons)

3. Install UTBC $3,061 .01 ($33.64 per each x 91 CY)

4. Install Granular Borrow $3,161.93 ($33.64 oer each x 94 CY)

5. Engineered shoring plan $2,000.00 ($2,000.00 lump sum)

Totals $11,333.22 Net Chan2e in Contract Amount (Increase or Decrease) $11.333.22

The amount of the Contract will be increase~ by the sum ofSl l,333.22 and the contract time shall be extended by Q calendar days. The undersigned Contractor approves the foregoing Change Order as to the changes, if any, in the contract price specified for each item including any and all supervision costs and other miscellaneous costs relating to the change in work, and as to the extension of time allowed, if any, for completion of the entire work on account of said Change Order. The Contractor agrees to furnish all labor and materials and perform all other necessary work, inclusive of that directly or indirectly related to the approved time ex1ension, required to complete the Change Order items. This document will become a supplement to the Contract and all provisions will apply hereto. It is understood that the Change Order shall be effective when approved by t~e 0\ er t7h

' /A / 6r.,~ 1¥t¥~1(!JP!t I I q. RECOMMENDED: /1/// 0 ;;;,.,.." Stl>'··,1 DATE: 0 ~ /J 7 /) -1-

v~~~r) JJ. ACCEPTED: _____ ~ --~- -~~-..t::1~-~~=F--~~n~=---=._,...~------

C'01 ~"' APPROVED:------'----=---=-----='('?::;__ /1-#-A1J,,(J_ A_. ______ _

(C'oatracts Adi~::..:::.::. Brian CIMA

ACCEPTED: ______ 8_~_._'1_"_,_·~_PiW_9~_0_19 ________________________________ _

DA TE: ---><-0..,..8/..-2..,..8/_,_1,.._9 __

DATE: _ 0_9/_0_9/_1_9 __

(Din.>c1orof Public \\'ooo)

APPROVED: ________ ---,-- --------------(City Manager)

DATE: _ _ _ ___ _

Mayor

Page 5: Consent 6c - Utah

Greg Davenport

From: Chris Alvez2 <[email protected]> Tuesday, August 20, 2019 12:04 PM Sent:

To: Greg Davenport

Cc: Chris Alvez2

Subject: CHANGE ORDER PAYMENT/ Project #RD 13-12 _ 7000 S Railroad Crossing.pdf

2-ESTIMATE #6- Request QTY Backup 8-20-19.xlsx; GB - Tickets - HARPER.pdf; HMA -

QTYs BLACK FOREST.pdf; INVOICE - SHORING Engineering Plans for Jack & Bore.pdf;

UTBC - Tickets - HARPER.pdf; 1-PAYMENT APPLICATION FORM #6.xlsx

Attachments:

Greg:

Here is the Final Payment Application for the remaining quantities that we discussed on the phone this morning (Total=

$16,263.87)

COMMENTS ON EXTRA QUANTITIES:

1- Extra Manhole grade and installed collar grates onsite.

2- Quantities to cover the asphalt not included in the trench for the pipe installed on the East Side of the project

beyond the saw cutting line.

3- Extra Base Course as a result of the re-design (raise the road profile) on the west side of the tracks and north

side of the road due to low catch basin .

4- Granular Borrow as a result of the re-design (raise the road profile) on the west side of the tracks and north side

of the road due to low catch basin.

5- Engineering shoring Plan not included in the original "Jack and Bore Change Order".

QUANTITIES: 1 EXTRA I Manhole to Grade and Install Concrete Collar 2 EXTRA/ Install HMA Yz inch

3 EXTRA I Install Untreated Base Course 4 EXTRA I Install Granular Borrow 5 EXTRA I ENGINEERING SHORING PLAN (Engineering Manufacturing} Attached Invoice Not included - Original J<

All the backup tickets for the HMA, Roadbase and granular borrow are attached and the comments explain the extra

quantities.

Thanks and let me know if you need anything else,

Chris Alvez Operations Manager O/fice:801/326-1016 Fax: 801/382-6799 Ce/.: 801/709-3090 Email: [email protected] RULON HARPER CONSTRUCTION, INC.

Page 6: Consent 6c - Utah

Greg Davenport

From: John Bale. PE, DBIA <[email protected]> Thursday, August 22, 2019 12:49 PM Sent:

To: Greg Davenport Cc: Tim Bass Subject: Change Order /Project #RD 13-12 _ 7000 S Railroad Crossing.pdf Attachments:

Greg

WJC 7000 S Select Plan Sheets.pdf; WJC 7000 S Xing Bid Schedule.pdf; WJC 7000 s M&P.pdf

Tim and I have reviewed the CO request and have the following comments:

Here is our understanding of this last change order. Harper is requesting a payment of $16,263.87 for overrun work quantities. That cost is broken down Into five (5) items.

1. Adjust Manhole to Grade and Install Concrete Collar I Qty - 6 I Unit Price - $1,232.66 I Total Price - $7,395.98 2. Install HMA I Qty- 7.8 Ton I Unit Price - $82.69 I Total Price - $644.96 3. Install UTBC /Qty- 91 CY I Unit Price - $33.64 I Total Price - $3,061.01 4. Install Granular Borrow I Qty- 94 CY I Unit Price - $33.64 I Total Price - $3,161.93 5. Engineering Shoring Plan I Lump Sum I $2,000.00

Here are our thoughts on each of those items. 1. This is our biggest dispute with Harper's claims. We believe the City should only have to pay for two (2)

manholes. As Tim indicated in his previous email to you, the bid docs account for adjusting two (2) existing boxes and installing four (4) new boxes. We believe that any grade adjustments and concrete collars for the 4 new boxes would be incidental to their installation. That leaves only two (2) existing manholes unaccounted for that they raised not captured in original quantities or previous change order.

2. Based on Harper's Record Drawings (see the attached Select Plan Sheets) the additional HMA was placed over the storm drain pipe that was outside the "sawcut" area on the east end of the project. We believe this to be legitimate as the M&P states that the cost for installing the storm drain shall include "backfill, compaction, and all other items necessary to install the pipe" but it does not explicitly include any paving, pavement section or restoring of site conditions. Harper provided the batch tickets for the HMA and the quantities they claim appear to be accurate based on record drawings presented. The cost is $645 dollars.

3. We reviewed the tickets submitted by Harper for UTBC, and the quantity they are claiming is accurate based on tickets. We don't know exactly where this was placed but it looks like the extra associated with the storm drain east of the crossing would be 15 to 20 cy, if the 25 ft zone adjacent to the track was raised to accommodate more gradual grading this could account for the rest of the UTBC 70 to 75 cy (about 6" over that area). Outside of this, they may have excavated a little deeper than anticipated saw cuts may have not been exact on plan line.

4. Same comments as item 3. 5. Our only question on this one is : why wasn't this cost included in the original change order for the Jack &

Bore? It is our opinion it should have and could be denied at this time.

Reducing lhe 4 raised manholes would reduce the cost by $4,930.64. That would leave the final amount as $11,333.23.

John W. Bale, PE, DBIA I Vice President

CRS ENGll'I EERS I PO Box 280 I 160 S Main, Suite 200 I FMmington, UT 84025

Main· (80 l) 939-5565 I Cell (801) 230-20,14

wv1w.crs~ngineers.co1n

Page 7: Consent 6c - Utah
Page 8: Consent 6c - Utah

-""'" 0:==:=:r:t~""'' 0 :'i!:!.':'.:::9~,:-=~':... ""

'

l.

( ~ ·]

' \

Al DWELL CHARDS

OR N fN

•·.i•n•• ~· .... -·

Page 9: Consent 6c - Utah

10f'll"I_,. ..... .,,..,,. '"·--"~ ........ . ""'"'""""'-· .... .. ........ "11«111'

~&P..6# • •d _ .. .,.....,-... .. ~ .... ""'°·-" ~'0----.- ... i.n.·•,,..-·~ _.,.~rv~""'

.!) =~·=::-r~m,::--.,......-u .. !> llll•.1.\n" lo AWUlf .. lk' ,._.,._.,,~ • ._,

""""'"' • .- .. , ... ;c ... ~ . .-.-... fi'> ..-...r~~~._.. ...._.

- ~··

...... ..u ........ ~•- ..... ... ""'""' UllJ(\UV-• lltlrll.f\' .. 141 .... w .... ,,.,

.. , ..

I

\ \ \ '

\ \ Ls-:'mzi

Page 10: Consent 6c - Utah

C. Payment shall also include the cost to furnish and install flowable fill material to fill approximately 25 feet of the existing 24-inch corrugated metal pipe that shall remain in place and abandoned under 1he raiJroad tracks. Payment will be released when grouting is approved by Union Pacific Railroad representative.

2.12 ADJUST MAl\1 IOLE TO GRADE 1\ND INST AU .. CONCRETE COLLAR (Bid Item No. 11),

A. Measurement: Measured and paid for by each manhole that is adjusted to grade and installed concrete collar according to the plans and specifications.

B. Payment shall constitute full compensation for the cost of all labor, materials and equipment, including any additional excavation, required to adjust existing manhole lids and frames to fimsb grade and install concrete collar. All work complete and in place in accordance with the project plans and specifications.

2.13 RECONSTRUCT VAL VE BOX Al'l> INST ALL CONCRETE COLLAR QJid ltmi No. 12 ,

A. Measurement: Measured and paid for by each valve box that is adjusted to grade and concrete collar installed in accordance with the plans and specifications.

B. Payment shall constitute full compensation for the cost of all labor, materials, and equipment, including any additional excavation, required to reconstmct a valve box to grade and illSlall a concrete collar. All work complete and in place in accordance with the project plans and specifications.

2.14 INSTALL TYPE A CURB ANO GUTTER (Bid Item No. 13),

A. Specification Reference: AFW A 2012 Specifications section 32 16 13 Driveway, Sidewalk, Curb, Gutter.

B. Measurement: Measured and paid for per linear foot of actual curb installed on the project in accordance with the plans and specifications.

C. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install and fonn the curb and gutter. This includes but is not limited to additional excavation, compaction of subgrade, placement of base course, fonning, placing concrete, joints, finishing, removal of fonnwork, curing, protection and testing. Any curb cuts or curb transitions required are considered incidental to this item. All work complete and in place io accordance with the project plans and Wes1 Jordan standards and specifications.

D. Payment includes compaction of all backfill material per APW A Section 31 23 26 and Untreated Base Course Class A per APWA section 32 11 23.

2.15 INSTALL TYPE D CURB (Bid Item No. 14),

A. Specification Reference: AFW A 201 2 Specifications sec1ion 32 16 13 Driveway, Sidewalk, Curb, Gutter.

B. Measurement: Measured and paid for per linear foot of actual curb installed on the project in accordance with the plans and specifications.

C. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install and fonn the curb per Wes1 Jordan City standards. This includes but is 1101 limited to additional excavation, compac1ion of subgrade, placement of base course, fonning, placing concre1e, reinforcing s1eel, joints, finishing, removal of fonnwork, curing, protection and testing. All work complete and in place in accordance wi1h the project plans and specifications.

Ciiy of Wcs1 Jonl:ln WJCO I 2'100 trnil Pncc Schcdulc·Ju1k" 29, 2018 A 11 llnil l'ric< l'roj~L<

MEASUREMENT AND PAYMENT SECTION 01 29 00 - PAGE 5

Page 11: Consent 6c - Utah

0 . Payment includes compaction of all backfill material per APWA Section 31 23 26 and Untreated Base Course Class A per APW A section 32 11 23.

2.16 INST ALL CONCRETE SIDEWALK (Bid Item No. 15),

A. Specification Reference: APW A 2012 Specifications section 32 16 13 Driveway, Sidewalk, Curb, Gutter.

B. Measurement: Measured and paid for per square foot of sidewalk installed in accordance with the plans and specifications.

C. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install the concrete sidewalk. This includes but is not limited to additional excavation, compaction of subgrade, placement of base course, forming, placing concrete, joints, finishing, removal of formwork, curing, protection and testing. All work complete and in place in accordance with the project plans and specifications.

D. Payment includes compaction of all backfill material per APW A Section 31 23 26 and Untreated Base Course Class A per APWA section 32 11 23.

2.17 INST ALL PLOW ABLE END SECTION (Bid Item No. 16),

A. Specification Reference: APWA 2012 Specifications section 32 16 13 Driveway, Sidewalk, Curb, Gutter.

B. Measurement: Measured and paid for per each plowable end section installed in accordance with the plans and specifications.

C. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install the concrete plowable end section. This includes but is not limited to compaction of subgrade, placement of base course, fonning, placing concrete, joints, reinforcing steel, finishing, removal of fonnwork, curing, protection and testing. All work complete and in place in accordance with the project plans and specifications.

D. Payment includes compaction of all backfill material per APW A Section 31 23 26 and Untreated Base Course Class A per APWA section 32 11 23.

2.18 INSTALL DETECTABLE WARNING SURFACE (Bid Item No. 17),

A. Measurement: Measured and paid for each detectable warning surface furnished and placed on the project in accordance with the plans and specifications.

B. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install the yellow detectable warning surface within the sidewalk. All work complete and in place in accordance with the project plans and APW A standards and specifications.

2.19 INST ALL ST AlVlPED CONCRETE (Bid Item No. 18),

A. Measurement: Measured and paid for per square feet, furnished and placed on the project in accordance with the plans and specifications.

B. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install the stamped concrete. This includes but is not limited to compaction of subgrade, placement of base course, fonning, placing concrete, joints, finishing, removal of formwork, curing, protection and testing. All work complete and in place in accordance with the project plans and specifications.

Ci1y ofWes1 Jordan WJC 012900 Unil Price ScOO!ulc-June 29. 2018 /\II Uni1 Price Projcclll

MEASUREMENT AND PAYMENT SECTION 01 2900-PAGE 6

Page 12: Consent 6c - Utah

C. Payment shall include submittals of color and style of stamped concrete to West Jordan city for approval before installation shall occur.

2.20 INSTAL COi\IBINATION CATCJI BASIN AND CLEJ\JVOUT (Bid Item No. 19),

A. Measurement: Measured and paid for by each structure, furnished and placed on the project in accordance with the plans and specifications.

B. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install a combination box complete with new concrete curb and gutter and any/all box modifications required in accordance with the project plans and specifications.

C. Includes excavation, concrete, reinforcing steel, grate, untreated base course, backfill, compaction, and any other items needed to construct a functioning and complete curb inlet according to APW A standards.

2.21 rNSTALL BUBBLE UP BOX (Bid Item No. 20),

A. Measurement: Measured and paid for by each structure, furnished and placed on the project in accordance with the plans and specifications.

B. Payment shall constitute full compensation for the cost of all labor, materials, and equipment required to install a box complete with new grate and any/all box modifications required in accordance with the project plans and specifications.

C. Includes excavation, concrete, reinforcing steel, grate, untreated base course, backfill, compaction, and any other items needed to construct a functioning and complete curb inlet according to APW A standards.

2.22 INST ALL NEW STORM DRAIN MANHOLE (Bmltem No. 21"

A. Measurement: Measured and paid for by each stonn drain manhole, furnished and placed on the project in accordance with the plans and specifications.

B. Payment shall constitute full compensation for the cost of all labor materials, and equipment required to install a new stonn drain manhole complete with box, manhole steps if required, and solid lid installed at grade in accordance with the project plans and specifications.

C. Includes excavation, concrete, reinforcmg steel, grate, untreated base course, backfill, compaction, and any other items needed to construct a functioning and com lete cur inlet according to APWA standards.

2.23 CNST ALL IIMA Yi INCH (Bid Item No. 22)

A. Measurement: Measured and paid for on a per ton basis for asphalt section completed on the project in accordance with the plans and specifications as calculated by the Engineer.

B. Payment shall also include full compensation for the cost of all labor, materials, and equipment required for asphalt surface restoration constrnction including furnishing, placing, and compacting PG 64-28 DM-1/2 asphalt mix to a depth of 6-inches with a RAP content of less than 15% and all other appurtenant items necessary to complete the work.

C. Payment shall also include but not be limited to weed removal, sweeping, tack coat, seal coat surface, and notification required prior to installing seal coat surface according to West Jordan City Specifications or any other appurtenant items of work for which separate payment is not otherwise specifically provided in the Bid Documents.

C'ily or\V<'$1 Jonlnn \VJ(' 01 29 00 Uni! Pri<"' Sclk'<lulc.Ju1"' 29. 20JS A 11 lJnil Price Projecis

MEASUREMENT AND PAYMENT SECTION 012900- PAGE 7

Page 13: Consent 6c - Utah

ASPHALT MATERIALS, INC.

Ticket 11 00369097

P.O. BOX 5 / 7961 SOI.mi 1300 WEST I WEST JORDAN. UTAH MOe3 Phone (801) 581-4231 •Fax (801) 581-7795

C•nti BLACK FOREST PAVING POM1 19002 Jobi POI 19002 7000 B AIRPORT R Truc:k1 BLACK FOREST HE590

Co1 1tnt11

Gro''' 64,IN lb Ta~• · 27, 920 lb Net1 J6, 180 lb JOD TODAY1 517.61 Tn

NET TONS• 10.09 Tn JOB TO OATE1 :Sl7.61 Tn .... POINT OF SALE ... QUANTITY MATERIAL RATE 18.09 Tn ASP PO 64-28 112 15" RAP APWA ('30

MININ.JMI

l>dt1 06/12/2019 Tl111 312~ p•

COST

rr IS HEREBY AGREEO THAT SALE IS CONSUL1MATED AND nnE PASSES AT PLAtlT SITE

Page 14: Consent 6c - Utah

DAILY PROGRESS REPORT

PROJECT: 70th South Railroad Project

INSPECTOR: Brian Montgomery

WEATHER ...

TEMPERATURE ..

"' ! ~ j i

u

~ "' " ~ CONTRACTOR & SUB HRS :: VI ,:,

~ 8 1 2 1

Willco Boring Company 1 2

't A ;:,..._ ....... -WEST JO~AN

DATE:

SHIFT:

Engineering Department City of West Jordan

8000 South Redwood Road West Jordan, UT 84084

801.569.5070

06/03/2019

NUMBER OF PERSONNEL ANO MAJOR EQUIPMENT

i:l Q ti

i .: R' 8 ~

~ i ~ i ~ ~ a a i .:. ::

~ ...

.>'t ~ 8 :g ... ~ iD s 0 t; ""' ~ ""' a: ~ ~

~ VI ~ ID u .... v ... ..

1 1 1 0

1

DESCRIPTION OF WORK

The base is being added to both sides to make grade. The current C&G grades neglect to take into account the top of pipe existing grades which would put them in the base or into the curb. I have notified Greg via email.

Accidents

Traffic Control

Visitors

MEMO PREPARED

Page 15: Consent 6c - Utah

PHOTO ATTACHMENTS

Project Name: 10th South Railroad Project Date: 06/03/2019

ob Number:

I --Base addition looking E Adding base looking W

Page 16: Consent 6c - Utah

Customer: Ticket I Prt

'· , .. 100 1.;.•· .. .. roe . .. ,, LJ 712

') 712 . j l 712

' ~8111 712 12tl42 712 t2tltl 712 1a 1 .. 712 12A<I 712 ,_ 712 f~'rfi. 712 ; 712

U6o 1C 712 t 44.e . .. 712 12.!e:.r.1, 712 •2&t.. .. 712 12e..JU 712

'™~' 712 121141 712 ,,... 712 121m 712 1211111 712 12114' 712 129117 712 - 712 ' Z' •("' 7!2

"

381 - Harper Contracting Date Product Qt~ Units $Amount lrwOice I

05/Ztlll Read BllM • SlaW 81* a TOtl 30.000 5.50000 1SS.00 44713

~~ D (3£A.-S C 05/21111 RCld8 .. 1 · S-SpocJ TON 30.100 5.50000 1U" « 713 05/2:1110 RoadBaM·h•-• TON 31500 $.50000 17325 44961 05/24/lt Road81 .. · Slllt5-• TON 30.700 5.50000 111815 « 963 05/24110 Road Bal<I • Sii,. s-a TON 32.000 5.50000 171CO «ll51! oe/21110 Roed S... • Sllll SI* a TON 31AOO 5.50000 172.70 "49158 ~19 -BllJ• · SlllllS-x TON 30500 5.50000 117.75 ... ~It Roed-·Sl.-5-1 TOH 30.ICO S.50000 18UO 449111 --· R--·-11*• TOH 31.100 5.50000 1n.2S "'"' ot/JOl1t --·-SC-• TOH 4G.900 5.50000 m.n .... 0511C11t -----· TON 40.200 5.5COCO 221.10 4496e WWlt Rood IJaM • S-SpooJ TOH 40.100 $$0000 220 .. n 4496e -1• RoeGhM · f:.etS...:• TON JIOOO 5.500CO 211.U 449158 -· ------· TON 40.200 5.$0000 221 .10 44968 05131Nt Rood.,_ · S- Spoo • TON 40.500 5.$0000 222.75 449158 05/31/t l Rood8aM · S:Oll5-x TON 40.700 5.$0000 223.15 44961 Cle/03/tl

- - - &ut• &pee. TON 40.800 5,$0000 224.M 45395

(IM):)l19 Rood 11a ... - SOie. TON 40.200 5.50000 221 .10 45395 allll:l/19 RoocltllM·SIM• S!>K• TON 40.100 5.50000 220.M ~ OM13111 --· -!pocx TOH 30800 5.50000 161.40 -OM13111 Rl>allllllM·S..!pocx TON JI 100 5..50000 171.0S 4!3S5

~1"-OM311t Rodllu• · -Spoc· TON 30.800 5.50000 1tll0 45315 Olm/11 -----" TOH lCU!OO 5.50000 197.7$ 453115 OM7NI

____ ..,... TO.'* 31.500 5.50000 1n,25 4'516

OMT/11

____ .,... TOH 31.200 5.$0000 17UO 4'518

Cllll11/1t ROid e.oo • Slllt Siieo x TOH 30.100 5.50000 1~ 4'516 j!!t~tl Roed-·!lft!t!!• !l2f! .. !50000 , , 4!416

~'--) «- ••,•

'

D·~ ~2'L LO T~ ~

,,,,.--- \ I'

c1 (~ ~ 123.=t- r:f-~~) i /LJ--,:ttJJ · -

-- ('t14. ID TO~~ (:zoo:.) ~1 J [123 .:i- rcf~'P~J

... -

1of1

Page 17: Consent 6c - Utah

Customer: Tlchll Pit

a12 10e a 1t 101 a25 706 IOT.14 700 t 1'1 7CG

- 70I 111n 4 70I 111111 70I 111715 70I an 10e

- 70I ..,. 70I 111121 10I IOllZ 70e

- 700 1124' 706 '1Ht 708 IUIO 706 ;,el' ]' . 12941 70I

- 70I 12ll:M 70I 121115 708

- 70I Dl1' 70I

·~ 700 G IGS 70I ISf:U 700 IU24 706 .. 106 m41 70I

- 70I - 70I mn 70I D211 708 mll 70I a:ioa 708

- 70I m u 708 lm1 70I 1)4.1~ 70I IJ47v 700 93-CO! 700

- 70I IMlt 7GI IJ4ZI 7GI IM44 70I a. 70I

- 708 t)48f 70I 6llOO 708 al,!1' 708 l..;~I( 70I ., , , 70& ... 705 llDI 70I ~ 708

- 708 - 105 ... 708 13577 70ll

- 70ll llUl IOll I am• roe L., 113'.1s 70ll

cy

381 - Harper Contracting Date Product

0411111t 04/11/lt 04/IT/lt 04/11119 04/11119 04/11110 OC/19110 OC/11118 04/Z2118 04/23111 04/24/1t C41?4119 IMl24/1t 04/24119 04/24/19 04/2Gtlt 04/2e/10 04/21119 05/14119 05/14119 05/14119 05111110 0511111' 05/1111' Oll1511t 05115119 05/15119 05/15110 05/18118 05/1et18 05/18118 05/18118 08/11111 06118118 05llel1' Diiie/it OS/1111' 1111111111 05/17/lt Ol/17111 5111l201t 51114018 05'211119 0512Q119 05120119 _,. 05allt1t 08/2!Ylt

~" 05QQl1t _,. Ol/)Olll 05'211118 OS/20llt 05'2Cltlt DS/21111 DllZl/19 05/21118 05/21/19 05/21119 05/21119 05121/lt 05/24110 0512t/19 °"2t/19

--L

~-A1A GrnAlf Bcmw II IA

~-"'" --AIA G--AI" Gt __ ,., ...

0.--AIA GtnUr Bonow A tA --AIA ~-AIA ~-AIA 0..-llomlwAIA --AIA ~-AIA °'*""'"' ~ .. ,..,,.. Or--A1A ar....9cwrowA1A --All\ OnnoiiTliiiiiiWAiA --AIA ~-A1A GtllllAar Bonow AIA -llomowl\IA -llomowAIA ~-AIA ~lol!O'#A1A 0-llo.-AIA 0t....i.llOll'owA1A 0-W.8onowA1A --All\ --AIA ~1-AIA ~1-AIA 0.--AlA On1Mw-A1A --AIA --AIA --A1A --AIA 0..U.-AIA 0..U...._AIA --AIA --AIA Gr-.-A1A --AIA 0.....-AIA ~S.-AIA Clnn*r-AIA --AIA --AIA --AIA --AIA 0.......-AIA ~-All\ -lonowAIA --AIA 0.-U.W-AIA --A1A 0.........-AIA --AIA --A1A Gtanu!ar8c.-A1A 0...-l!c.-AIA ~BolrowAIA --AIA

(z+

--

TON TOH TON TOO TOii TOtl TOii TOH TOH TOH TOH TOH ro.~ TON TOH TON TOH

TOH TON TOH TOii TOii TON TOH TOH TON TON TON TON TOH TOH TON TON TON TOH TON TOH TOH TON TON TON TON TOH TOH TOH TON TOH TOH TOH TOH TON TON TON TOH TON TOH TOH TOH TOH TON TON TOH TOH TON

Qty 33.!eO 33.740 27~0 3UOO 31 540 32.590 31.lto Zl.260 31.320 29.970 31110 27.190 25.420 1111SO 19.250 30.640 2U10

.......i:... 21.130 31.lleO U.790 3UOO 24.170 2e.7'il0 l2.200 26.'l&O 2010 25.310 30.130 llMO 24.700 24.800 M.240 29.290 29.0SO 22.lllO 22.lllD 22A50 U.300 2U20 22.l40 ll.t50 32.DllCI 2.l.570 29-23.MO lt.llO 30.870 ~70 23.520 )0.050 22.140 32.2tO ~ 29.4!0 33.120 2'.2'30 2).210 24.ttO 2$.240 24.teO nno 30.0SO 3Uto 2UOO

Units 4.25000 4.25000 4.2$QQO 4.25000 4.25000 4..25000 4.25000 4.25000 4.25000 U.5000 4.25000 4.25000 U$OOO 4.25000 4.25000 4.MOOO 4.25000 ~

4..2!000 4..25000 05000 4..25000 4..25000 4.25000 U5000 4.29000 4.25000 4.25000 4.2.5000 4.25000 4.25COO 4.29000 4.2IOOO 4.25000 4..25000 .__ U$OOO 4..29000 4..HOOO 4.25000 4.50000 ...­<l..29000 4.29000 U$OOO

4.25000 4.2.5000 4.2.5000 ~ 4.25000 4~ UtooO o.sooo 4.25000 4.25000 4~ 4,lSIOO

4.2fCIOO 4.25000 4.25000 4.25000 4.25000 4.00000 4.50000 4e000G

$Am0"1l 142.83 143AO 11$0!) llUO 1)405 131.51 l~.51 120.11 133.11 12T.l7 UU2 II~~ IDl.04 IO 1G 11.11

1)1.07 111.17

..a..u. 117.20 132.00 126.48 141.53 IOl.12 ll:UI nus 11U3 103.32 101.17 129.05 llS.41

104.98 1oa.21 145.52 11Ut 123.44 ,,_., 97..45 95.41 98.41

IOUt 102.78 !03.28 138.29 100.17 117M tl.43

135.9'2 1~ 12"7 ..... 127.71 sa.n

137. 11

'"·" 125.11 141.)1 102.M ..... IOll.21 107.27 104.81 101.02 1:15.2> f4t..2t 1)4.51

Invoice ti 44189 441" 441" 44111 44188 44118 44118 441" 441111 441 .. 441 .. 44 118 44118 44116 44116 44117 44117

..il.11... -· -51 -51 -44451 --51 44451 44451 44458 44451 44451 44451 44451 44451 -44451 -4"44511 44470 44113 44713 4514() 45'40 44713 4471> 4471S 44713 44713 44713 44713 44713 4471l 44713 4471) 44713 44713 4471) 44713 +1713 +1713 44713 44713 44713 45'11 45411 45411

1of1

Page 18: Consent 6c - Utah

Servicing Branch:

260 N Sam Houston Parkway E Suite 200 Houston, lX nooo Phone 832-200-0988 Fax· 832-200-0989

Please do not rem11 payments to tne above address

Bill To

ENGIN§ERING MANUFACTURING

Ship To Address

Sale Invoice

Invoice Number· 0001110 Invoice Date 3114/2019

Contract: R001201 Rent Begin Date 3!1412019

Customer No 00-0017626

RULON HARPER CONSTRUCTION INC 7000 SOUTH RAILROAD CROSSING PO BOX 18549 Sall lake City. UT 84118

Customer PO: Ship Via:

01-00002

Item Number TRENCH UT ...._ ~1 r~

E 1neerfn & dralti of sie raH shorl n

Signature: t>twUJ ~ Oov1d Murph~loii

7000 SOUTH 4650 WEST CHRIS ALVEZ 801-382-6795 West Jordan, UT 84084

Conflrm To: Terms:

CHRIS ALVEZ NET UPON RECEIPl

Shipped Shipped Back Ordered Unit Price 1 1 0

0.00 DAY 0.00 VV'EEK 0.00 MONTH

1 Days

-:+cro s. 1::'R xi~­f\prf!o\IE; "'.fc.12 fA~t1ENI' i~t.to~ -roy4 - :to3Y\o

:r I~( 1'1 @ .,,,

~~/ ~

(

Salesman:

MH24

ext.nalon 2,000.00

Email: [email protected]

Invoice Due and Payable at

NTS Mlkedon, LLC PO Box 750963 Houston, TX 77075 All tetms end conditions of original con1111d apply

Net Invoice: 2,000.00

Salas Tax: ______ o.=oo"-lnvolce Total: 2,000.00