HomeMy WebLinkAbout6.j. Change Order #1 and Final Payment - Trunk Highway 3-Connemara Trail to County Road 38 Improvements, City Project #385AGENDA ITEM: Change Order #1 and Final Payment
Trunk Highway 3- Connemara Trail to
County Road 38 Improvements, City
Project #385
AGENDA SECTION:
Consent
PREPARED BY: Andrew J. Brotzler, P.E., City Enginee
I�
AGENDA NO. 6j
ATTACHMENTS: Change Order #1, Payment Voucher,
Letter
APPROVED BY:
RECOMMENDED ACTION: Motion to Approve Change Order #1 for Trunk High ay 3
Connemara Trail to County Road 38 Improvements, City Project #385.
-and
Motion to Approve Payment #10 and Final for the Trunk Highway 3- Connemara Trail to
County Road 38 Improvements, City Project #385, to Valley Paving and Accepting it for
Perpetual Maintenance
'C ROSEMOLIN 1
BACKGROUND:
SUMMARY:
CITY COUNCIL
City Council Meeting: July 11, 2006
EXECUTIVE SUMMARY
This item is on the agenda to request Payment #10 and final to Valley Paving for Trunk Highway 3
Connemara Trail to County Road 38 Improvements, City Project #385, as well as Council consideration
of Change Order No 1 for the aforementioned project This project included the installation of signal
systems on Trunk Highway 3 at Connemara Trail and CSAH 38 (McAndrews Road) along with turn lane
improvements The change order addresses the following revisions to the project:
1. Deduction for profilograph /pavement smoothness performance.
2. Deduction for bituminous oil substitution.
3. Add for pavement density performance incentive.
4. Addition of roadside driveway culverts and aprons to maintain ditch drainage.
5. Addiuon of silt curtain for sedunent control per NPDES regulauons.
The final construction amount of $1,174,146 17 is 6 8% above the contract amount of $1,105,485 93
Please see the attached letter from Project Manager Charles T. Rickart for an m depth analysis of items
contributing to increases in the overall construction cost.
Staff recommends that Council approve Change Order #1 and Payment #10 and final for the project and
accept the project for perpeniai maintenance subject to the following conditions.
1. Satisfactory showing that the contractor has complied with the provisions of Minnesota Statutes
290.92 requiring withholding state income tax.
G \ENGPROJ \385 \Change Order -Final PaymentCC7 -11 -06 doc
2. Evidence in the form of an affidavit that all claims against the contractor by reasons of the
contract have been fully paid or satisfactorily secured.
3. Consent of Surety to Final Payment certification from the contractor's surety.
4. Two -year maintenance bond
2
s
WSB
Infrastructure 1 Engineering 1 Planning 1 Construction 701 Xenia Avenue South
Associates, Inc
Suite 300
Minneapolis, MN 55416
Tel 763 541 -4800
July 21, 2006 Fax 763 541 -1700
Mr. Andy Brotzler, P.E.
City Engineer
City of Rosemount
2875 145 Street W
Rosemount, MN 55068
Re: TH 3 Connemara Trail to CR 38 Cooperative Agreement
Construction Pay Voucher No. 10 (Final)
WSB Project No. 1558 -00
Dear Mr. Brotzler:
Attached you will find Construction Pay Voucher No.10 (Final) for the TH 3 cooperative agreement
project. The original contract amount, as shown on the pay voucher, was $1,105,485.93. With this
final pay voucher and change order, the total amount of work competed to date is $1,174,146.17.
This is an increase of $68,660.24 over the original contract amount. This represents approximately
a 6.8% increase in the contract amount.
There were three primary areas where contract increases occurred. Each of them is discussed
below.
1. Pavement Marking Removal: This item was the result of not using temporary
removable (tape) pavement markings for the temporary lane markings during
construction phasing. The tape item shown in the bid item list shows that there was
no removable tape used as part of the project. The reason the tape was not used was
due to weather conditions not being conducive to acceptable installation practices,
therefore, paint was used, which then needed to be removed
2. Bituminous Wearing and Non wearing Mixtures: There were two primary issues
that arose that required additional bituminous pavement. The first area was the result
of perpendicular transitions being required on both the north and south ends of the
project These included providing a wedge of bituminous in order to allow traffic to
drive on the milled surfaces throughout construction. The second area was the result
of needing to increase the existing shoulder pavement depth to ensure that traffic
could be maintained throughout the construction phasing. It was found that the
existing shoulder had only two inches of bituminous and would not hold up for an
extended period of time with traffic. Therefore, an additional two inches of
bituminous was added to the existing two inches of pavement (for a total of four
inches) to the shoulder. The other option was to maintain traffic on the existing two-
Minneapolis 1 St Cloud
Equal Opportunity Employer
F IWPWIM75S8- 001L7R- VO 1O CTY- 071706 doc
Mr Andy Brotzler
July 21, 2006
Page 2
All quantities in Pay Voucher No.10 (Final) have been reviewed and agreed upon by the contractor
and the City. We thereby recommend that the City Council approve Construction Pay Voucher No.
10 (Final) for Valley Paving in the amount of $42,536.61.
If you have any questions regarding the above, do not hesitate to contact me at 763 287 -7183.
Sincerely,
WSB Associates, Inc.
Charles T. Rickart, P.E., P.T.O.E.
Project Engineer
lh
inch shoulder and replace the two -inch shoulder following construction It was
determined through the cost analysis that adding the additional two inches pnor to
shifting traffic on the shoulders was a more cost effective means of maintaining
traffic.
3. Erosion Control Blankets: The erosion control blankets quantity was increased due
to the new requirements of the NPDES permits.
F I WPWINI1558- OOILTR- YO 10 07 072106 dac
TH 3, CONNEMARA TO CR 38 COOP AGREEMENT
WSB PROJECT NUMBER NO. 1558 -00
OWNER.
CITY OF ROSEMOUNT
2875145TH STREET WEST
ROSEMOUNT, MN 55068
YOU ARE DIRECTED TO MAKE THE FOLLOWING CHANGES IN THE CONTRACT DOCUMENT DESCRIPTION
DESCRIPTION OF CHANGE ORDER ADDED CULVERTS TO PROJECT AND DEDUCTING BITUMINOUS MATERIALS
IT IS UNDERSTOOD THAT THIS CHANGE ORDER INCLUDES ALL ADDITIONAL COSTS AND TIME EXTENSIONS WHICH ARE IN ANY WAY, SHAPE, OR
FORM ASSOCIATED WITH THE WORK ELEMENTS DESCRIBED ABOVE
CHANGE IN CONTRACT PRICE:
ORIGINAL CONTRACT PRICE
PREVIOUS CHANGE ORDERS
CONTRACT PRICE PRIOR TO THIS CHANGE ORDER
NET INCREASE /DECREASE OF THIS CHANGE ORDER
CONTRACT PRICE WITH ALL APPROVED CHANGE ORDERS'
RECOMMENDED BY
APPROVED BY:
Chuck Chuck Ric�TOE
Project Engineer
WSB ASSOCIATES, INC
ENGINEER
CITY ENGINEER
DATE OF COUNCIL ACTION
$1,105,485 93
$0 00
$1,105,485 93
$594 66
$1,106,080 59
Page 1
CONTRACTOR'
VALLEY PAVING
8800 13TH AVENUE EAST
SHAKOPEE, MN 55379
CHANGE IN CONTRACT TIME:
ORIGINAL CONTRACT TIME
NET CHANGE FROM PREVIOUS CHANGE ORDERS:
CONTRACT TIME PRIOR TO THIS CHANGE ORDER.
NET INCREASE OF CHANGE ORDER
CONTRACT TIME WITH APPROVED CHANGE ORDERS
APPROVED BY
Valley Paving
NAME OF CONTRACTOR
CONTRACTOR
CITY ADMINISTRATOR
F.IWPWMN11558- 08IEXCELIChange Order Na 1.0sC0-1
MAY 10, 2006
6/15/2005
NONE
6/15/2005
NONE
6(15/2005
Change Orde
TH 3, CONNEMARA TO CR 38 COOP AGREEMENT
WSB PROJECT NUMBER NO. 1558 -00
DEDUCTED ITEMS
Item No. Description
2360 601 DEDUCTED PROFILOGRAPH
2360 609 DEDUCT USE OF "E" OIL IN LIEU OF "F" OIL
ADDED ITEMS
TOTAL DECREASE CHANGE ORDER NO. 1 ($6,575.60)
Item No. Description
2360 601 CORE DENSITY INCENTIVE 1 LUMP SUM $2,610.26 $2,610 26
2501 511 18" CS PIPE CULVERT 20 LF $37 00 $740 00
2501 569 18" CS SAFETY APRONS 2 EACH $425 00 $850 00
2573 603 SILT CURTAIN 150 LF $19 80 $2,970 00
TOTAL INCREASE CHANGE ORDER NO. 1 $7,170.26
ADJUSTMENT TO ORIGINAL CONTRACT AMOUNT $594.66
Page 2
MAY 10, 2006
Qty Unit Price Extended Amount
1 LUMP SUM $3,250 00 ($3,250 00)
4157 TON 40 80 ($3,325 60)
Qty Unit Price Extended Amount
F.IWPWINI1 S58- OOIIXCEL 1Change Order No 1 xis
WSB
&Assocmres, Inc Infrastructure 1 Engineering 1 Planning 1 Construction 701 Xenia Avenue South
Suite 300
June 15, 2006 Minneapolis, MN 55416
Tel 763 -541 -4800
Honorable Mayor and City Council Fax 763 -541 -1700
City of Rosemount
2875 145 Street West
Rosemount, MN 55068
Attn: Cindy Dorniden, City of Rosemount
Re: Construction Pay Voucher No. 10 and Final
TH 3 at Connemara Trail and CSAH 38 (McAndrews Road)
S.P. 1921 -78, S.A.P. 208 010 -006
City Project No. 385
City of Rosemount, Dakota County
WSB Project No. 1558 -00
Dear Mayor and Council Members:
Please find enclosed the final Construction Pay Voucher No. 10 (Final) for the above referenced
project in the amount of $42,536.61. We recommend final payment subject to receipt of the
following items:
1. Satisfactory showing that the contractor has complied with the provisions of Minnesota
Statutes 290.92 requiring withholding state income tax.
2. Evidence in the form of an affidavit that all claims against the contractor by reasons of
the contract have been fully paid or satisfactorily secured.
3. Consent of Surety to Final Payment certification from the contractor's surety.
4. Two -year maintenance bond.
Please make payment in this amount to Valley Paving at your earliest convenience.
Sincerely,
WSB Associates, Inc.
Morga
Project Engineer
Enclosures
cc: Andy Brotzler, City of Rosemount
Valley Paving
sm
Minneapolis 1 St Cloud
Equal Opportunity Employer
F ,WP1fVM1358400ILTF VO IOFNL LTY- Amtt- 1761306.0a'
Project Summary
1
Original Contract Amount
$1,105 485 93
2
Contract Changes Addition
$594 66
3
Contract Changes Deduction
$0 00
4
Revised Contract Amount
$1,106,080 59
5
Value Completed to Date
$1,174,146 17
6
Material on Hand
$0 00
7
Amount Earned
$1,174,146 17
8
Less Retainage
$0 00
9
Subtotal
$1,174,14617
10
Less Amount Paid Previously
$1,131,609 56
11
Liquidated Damages
$0 00
12
AMOUNT DUE THIS PAY VOUCHER NO
10 FINAL
$42,536 61
01558 00 Pay Voucher 10
I HEREBY CERTIFY THAT A FINAL EXAMINATION HAS BEEN MADE OF THE ABOVE NOTED CONTRACT, THAT THE
CONTRACT HAS BEEN COMPLETED, THAT THE ENTIRE AMOUNT OF WORK SHOWN IN THE FINAL VOUCHER HAS
BEEN PERFORMED AND TFiE TOTAL VALUE OF THE WORK PERFORMED IN ACCORDANCE WITH, AND PURSUANT TO,
THE TERMS OF THE CONTRACT IS AS SHOWN IN THIS FINAL VOUCHER
Recommended for Approval by
WSB Associates, Inc.
Specified Contract Completion Date
Comment
A
WSB
.Associates, Lr.
Owner: City of Rosemount
2875 145th Street West
Rosemount, MN 55068 -4941
For Period: 1211/2005 to 5/31/2006 Request No.: 10 FINAL
Contractor: Valley Paving
8800 13th Ave. East
Shakopee, MN 55379
Pay Voucher
RSMT TH 3, Connemara to CR 38 Coop Agreement
Client Contract No
Project No 01558 -00
Client Project No
Construction Observer:
Approved by Owner
City of Rosemount
Date
Monday, June 12, 2006
Date: 6/12/2006
1 of
Item
No
Item
Description
Units
Unit Price
Contract
Quantity
Quantity to
Date
Current
Quantity
Amount to
Date
Schedule A
1
2021 501
MOBILIZATION
LUMP SUM
$43,000 00
1
1
0
$43,000 00
2
2101 501
CLEARING
ACRE
$4,380 00
0 6
0 6
0
$2,628 00
3
2101 502
CLEARING
TREE
5447 00
2
2
0
$894 00
4
2101 506
GRUBBING
ACRE
$2,700 00
0 6
0 6
0
$1,620 00
5
2101 507
GRUBBING
TREE
$112 00
2
2
0
$224 00
6
2102 502
PAVEMENT MARKING REMOVAL PERMANENT
LIN FT
$0 42
5206
33736
9241
$14,169 12
7
2104 501
REMOVE PIPE CULVERTS
LIN FT
$11 00
90
292
0
$3,212 00
B
2104 503
REMOVE CONCRETE DRIVEWAY PAVEMENT
SQ FT
$1 50
1068
412 4
0
$618 60
9
2104 505
REMOVE BITUMINOUS DRIVEWAY PAVEMENT
SQ YD
$8 00
231
151 8
0
$1,214 40
10
2104 505
REMOVE BITUMINOUS PAVEMENT
SQ YD
$2 15
11709
11709
0
$25,174 35
11
2104 509
REMOVE SIGN TOTE C
EACH
$21 00
16
16
0
$336 00
12
2104 509
REMOVE SIGN TYPE SPECIAL
EACH
$31 50
2
2
0
S63 00
13
2104 511
SAWING CONCRETE PAVEMENT (FULL DEPTH)
LIN FT
$5 25
34
30
0
$157 50
14
2104 513
SAWING BITUMINOUS PAVEMENT (FULL DEPTH)
LIN FT
$0 71
7164
37
0
526 27
15
2104 521
SALVAGE GUARD RAIL -PLATE BEAM
LIN FT
$3 70
237
262
0
$969 40
16
2104 523
SALVAGE ENERGY ABSORBING TERMINAL
EACH
$262 50
2
2
0
$525 00
17
2104 523
SALVAGE ECCENTRIC LOADER BCT
EACH
$205 00
1
1
0
$205 00
18
2104 523
SALVAGE MARKER
EACH
$21 00
1
1
0
$21 00
19
2104 523
SALVAGE SIGN TYPE C
EACH
$24 00
17
17
0
$408 00
20
2105 501
COMMON EXCAVATION (P)
CU YD
$7 70
8657
8657
0
$66,658 90
21
2105 507
SUBGRADE EXCAVATION (P)
CU YD
$8 60
5548
5548
0
$47,712 80
22
2105 522
SELECT GRANULAR BORROW (CV)
CU YD
$10 72
5584
5584
0
$59,860 48
23
2105 525
TOPSOIL BORROW (CV)
CU YD
$18 50
699
772
0
$14,282 00
24
2211 503
AGGREGATE BASE (CV) CLASS 5
CU YD
$22 00
5463
5732 19
0
$126,108 18
25
2231 501
BITUMINOUS PATCHING MIXTURE
TON
$150 00
10
15.8
(I
$2,37000
26
2232 501
MILL BITUMINOUS SURFACE (2 0
SO YD
S1 32
7170
6752
0
$8,912 64
27
2357 502
BITUMINOUS MATERIAL FOR TACK COAT
GALLON
$2 00
2358
2800
0
$5,600 00
28
2360 501
TYPE SP 12 5 WEARING COURSE MIXTURE (2,B)
TON
$33 60
1366
528 72
0
$17,764 99
29
2350 501
TYPE SP 12 5 WEARING COURSE MIXTURE (4,F)
TON
$43 75
3086
4157
70
$181,868 75
30
2360 502
TYPE SP 12 5 NON WEARING COURSE MIXTURE (4,B)
TON
$33 20
2142
3096 75
0
$102,812 10
31
2501 511
12" CS PIPE CULVERT
LIN FT
$18 00
112
184
0
$3,312 00
32
2501 511
15" CS PIPE CULVERT
LIN FT
$20 00
146
146
0
52,920 00
33
2501 511
24" CS PIPE CULVERT
LIN FT
$32 00
52
33
0
51,056 00
34
2501 569
12" CS SAFETY APRON
EACH
$270 00
4
8
0
52,160 00
35
2501 569
15" CS SAFETY APRON
EACH
$330 00
6
6
0
$1,980 00
36
2501 569
24" CS SAFETY APRON
EACH
$624 00
3
3
0
$1,872 00
37
2503 602
CONNECT TO EXISTING STORM SEWER
EACH
S700 00
3
3
0
$2,100 00
38
2521 501
4" CONCRETE WALK
SQ FT
$11 50
535
233 6
0
$2,68640
39
2531 507
6" CONCRETE DRIVEWAY PAVEMENT
SQ YD
$64 00
122
46 13
0
$2,952 32
40
2531 618
TRUNCATED DOMES
S0 FT
$58 00
68
24
0
$1,392 00
41
2540 602
MAIL BOX SUPPORT
EACH
$79 00
10
10
0
$790 00
42
2554 501
TRAFFIC BARRIER DESIGN 88338
LIN FT
$17 25
159
162
0
$2,794 50
43
2554 509
GUIDE POST TYPE B
EACH
$36 75
13
0
0
$0 00
44
2554 511
INSTALL TRAFFIC BARRIER DESIGN B8307
LIN FT
$6 00
365
262
0
$1,572 00
45
2554 523
END TREATMENT TANGENT TERMINAL
EACH
$2,084 00
2
2
0
$4,168 00
46
2554 602
INSTALL ENERGY ABSORBING TERMINAL
EACH
$661 50
2
2
0
51 323 00
47
2554 602
INSTALL ECCENTRIC LOADER BCT
EACH
$567 00
1
1
0
$567 0D
48
2563 601
TRAFFIC CONTROL
LUMP SUM
$18,06000
1
1
0
518,06000
49
2563 602
RAISED PAVEMENT MARKER TEMPORARY
EACH
$1 50
472
0
0
$0 00
50
2564 531
SIGN PANELS TYPE C
SQ FT
$24 25
148
147 7
0
83,561 73
01558-60 Pay Voucher 10
Project Material Status
Monday, June 1L, LUUb
I nfo
I tem
No
Item
Description
Units
Unit Price
Contract
Quantity
Quantity to
Date
Current
Quantity
Amount to
Date
51
2564 537
INSTALL SIGN TYPE C
EACH
599 75
17
17
0
$1,695 75
52
2564 602
INSTALL MARKER
EACH
$68 25
1
1
0
568 25
53
2564 602
PAVEMENT MESSAGE (LEFT ARROW) POLY PREFORMED
EACH
$278 25
8
8
0
$2,226 00
54
2564 602
PAVEMENT MESSAGE (RIGHT ARROW) POLY PREFORMED
EACH
$278 25
8
8
0
$2,226 00
55
2564 00003
4" SOLID LINE WHITE -PAINT
LIN FT
$0 21
20824
19878
0
54,174 38
56
2564 603
4' DOUBLE SOLID LINE YELLOW -PAINT
LIN FT
$0 42
11412
13101
0
$5,502 42
57
2564 603
4" SOLID LINE WHITE -EPDXY
LIN FT
SO 31
7701
15610
0
$4,839 10
58
2564 603
24 STOP LINE WHITE -EPDXY
LIN FT
$3 10
121
115
0
$356 50
59
2564 603
4" DOUBLE SOLID LINE YELLOW -EPDXY
LIN FT
$0.68
5582
8319
I)
$5,656 92
60
2564 603
24 SOLID LINE YE LLOW -EPDXY
LIN FT
$3 67
794
928
0
$3,405 76
61
2564 618
ZEBRA CROSSWALK -WHITE POLY PREFORM
SQ FT
$5 00
944
900
0
S4,500 00
62
2565 51
FULL T ACT T CONTROL SIGNAL SYSTEM A
SIG SYS
$211,150 00
1
1
0
S211 150 00
63
2565 51
FULL T ACT T CONTROL SIGNAL SYSTEM B
SIG SYS
$113,300 DO
1
1
0
$113,300 00
64
2571 602
TREE PROTECTION TYPE I
EACH
$300 00
2
0
0
$0 00
65
2573 502
SILT FENCE, TYPE: MACHINE SLICED
LIN FT
$1 89
1668
2023
0
$3,823 47
66
2575 501
SEEDING
ACRE
S278 00
3 5
4 61
0
$1,281 58
67
2575 511
MULCH MATERIAL TYPE 1
TON
$131 25
8 8
0 84
0
$110 25
68
2575 519
DISK ANCHORING
ACRE
$105 00
3 5
0 42
0
$44 10
69
2575 523
EROSION CONTROL BLANKETS CATEGORY 3
SQ YD
$1 15
4683
20239
0
523,274 85
70
2575 532
COMMERCIAL FERTILIZER ANALYSIS 24 -12 -24
POUND
$0 21
1166
1615
0
$339 15
71
2575 608
SEED MIXTURE 250
POUND
$2 10
238
416
0
$873 60
72
2580 603
INTERIM PAVEMENT MARKING
LIN FT
$0 68
500
0
0
$0 00
73
2581 501
REMOVABLE PREFORMED PLASTIC MARKING
LIN FT
$1 00
9543
0
0
$0 00
74
2581 603
REMOVABLE PREFORMED PLASTIC MASK (BLACK)
LIN FT
$0 01
12728
0
0
$0 00
Totals For Section Schedule A
$1,173,551 51
Change Order 1
75
91853
DEDUCT PROFILOGRAPH
LUMP SUM
$3,250 00
-1
-1
-1
($3,250 00)
7G
91855
DEDUCT USE OF "E" OIL IN LIEU OF "F" OIL
TON
$0 80
-4157
-4157
-415?
($3,325 60)
77
91858
CORE DENSITY INCENTIVE
LUMP SUM
$2,610 26
1
1
I
$2,610 26
78
2501 511
18" CS PIPE CULVERT
LIN FT
537 00
20
20
20
$740 00
79
91859
18 CS SAFETY APRONS
EACH
$425 00
2
2
2
$850 00
80
91861
SILT CURTAIN
LF
$19 80
150
150
150
S2 970 00
Totals For Change Order 1
$594 66
Project Totals
51174,146 17
01558 -00 Pay Voucher 10
Monday, Jule 12, 2Q06
3 of 4
No
From Date
To Date
Payment
Total Payment
Retamage Per Payment
Total Retainage
Completed
1
10/1/2004
10/31/2004
$70,207 37
$70,207 37
$3,695 13
$3,695 13
$73,902 50
2
11/1/2004
11/30/2004
$63,935 95
$134,143 32
$3,365 05
$7,060 18
$141,203 50
3
12/1/2004
1/31/2005
$70,207 38
$204,350 70
$3,695 12
$10,755 30
$215,106 00
4
2/1/2005
3/31/2005
$51,327 57
$255,678 27
$2,701 45
$13,456/5
$269,135 02
5
4/1/2005
4/30/2005
$324,885 67
$580,563 94
$17,099 25
530,556 00
$611,119 94
6
5/1/2005
5/31/2005
$505,810 57
$1,086,374 51
$26,621 61
$57,177 61
$1,143,552 12
7
6/1/2005
6/30/2005
$9,667 86
$1,096,042 37
$508 83
$57,686 44
$1,153,728 81
8
7/1/2005
7/31/2005
$8,890 94
$1 104,933 31
$467 95
$58,154 39
$1,163,087 70
9
8 /1/2005
11/30/2005
$26,676 25
$1,131,609 56
($23,156 16)
$34,998.23
$1,166,607 79
10 FINAL
12/1/2005
5/31/2006
$42,536 61
$1,174,146 17
($34,99823)
$0 00
$1,174,14617
Payment Totals
$1,174,146 17
$000
$1,174,14617
No
Type
Date
Description
Amount
CO1
Change Order
5/31/2006
Added Culverts to Project and Ducted Bitumious Materials
$594 66
Change Order Totals
$594 66
01558 -00 Pay Voucher 10
Contract Changes
Project Payment Status
Owner City of Rosemount
Client Project No
Client Contract No
Project No 01558 -00
Contractor Valley Paving
Monday, June 12, 2006
Payment Summar
Project Summary
Material On Hand:
Total Payment to Date:
Total Retainage:
Total Amount Earned:
$0.00
$1,174,146.17
$0.00
$1,174,146.17
Original Contract:
Contract Changes:
Revised Contract:
$1,105,485.93
$594.66
$1,106,080.59
4 of 4
TH 3, CONNEMARA TO CR 38 COOP AGREEMENT
WSB PROJECT NUMBER NO. 1558 -00
OWNER:
CITY OF ROSEMOUNT
2875 145TH STREET WEST
ROSEMOUNT, MN 55068
CHANGE IN CONTRACT PRICE.
ORIGINAL CONTRACT PRICE
PREVIOUS CHANGE ORDERS
CONTRACT PRICE PRIOR TO THIS CHANGE ORDER
NET INCREASE /DECREASE OF THIS CHANGE ORDER
CONTRACT PRICE WITH ALL APPROVED CHANGE ORDERS:
RECOMMENDED BY
APPROVED BY:
Chuck Rickart, P E PTOE
Project Engineer
WSB ASSOCIATES, INC
ENGINEER
CITY ENGINEER
DATE OF COUNCIL ACTION
CHANGE ORDER NO. 1
$1,105,485.93
$0 00
$1,105,485 93
$594 66
51,106,080 59
Page 1
CONTRACTOR:
VALLEY PAVING
8800 13TH AVENUE EAST
SHAKOPEE, MN 55379
YOU ARE DIRECTED TO MAKE THE FOLLOWING CHANGES IN THE CONTRACT DOCUMENT DESCRIPTION
DESCRIPTION OF CHANGE ORDER ADDED CULVERTS TO PROJECT AND DEDUCTING BITUMINOUS MATERIALS
IT I5 UNDERSTOOD THAT THIS CHANGE ORDER INCLUDES ALL ADDITIONAL COSTS AND TIME EXTENSIONS WHICH ARE IN ANY WAY, SHAPE, OR
FORM ASSOCIATED WITH THE WORK ELEMENTS DESCRIBED ABOVE
CHANGE IN CONTRACT TIME:
ORIGINAL CONTRACT TIME
NET CHANGE FROM PREVIOUS CHANGE ORDERS
CONTRACT TIME PRIOR TO THIS CHANGE ORDER
NET INCREASE OF CHANGE ORDER
CONTRACT TIME WITH APPROVED CHANGE ORDERS
APPROVED BY
NAME OF CONTRACTOR
CONTRACTOR
CITY ADMINISTRATOR
F.IWPWINI1558- 001EXCELIChange Order No ixlsCO -t
MAY 10, 2006
6/15/2005
NONE
6/152005
NONE
6/15/2005
TH 3, CONNEMARA TO CR 38 COOP AGREEMENT
WSB PROJECT NUMBER NO. 1558-00
DEDUCTED ITEMS
Item No. Description
2360 601 DEDUCTED PROFILOGRAPH
2360 609 DEDUCT USE OF "E" OIL IN LIEU OF "F" OIL 4157 TON -$0 80 ($3,325 60)
TOTAL DECREASE CHANGE ORDER NO. 1 ($6,575.60)
ADDED ITEMS
Item No. Description
2360 601 CORE DENSITY INCENTIVE 1 LUMP SUM $2,610 26 $2,610 26
2501311 18" CS PIPE CULVERT 20 LF $37 00 $740 00
2501 569 18" CS SAFETY APRONS 2 EACH $425.00 $85D 00
2573 603 SILT CURTAIN 150 LF $19 80 $2,970 00
TOTAL INCREASE CHANGE ORDER NO. 1
Change Order No Detail
Page 2
MAY 10, 2006
Qty Unit Price Extended Amount
1 LUMP SUM $3,250 00 ($3,250 00)
Qty Unit Price Extended Amount
$7,170.26
ADJUSTMENT TO ORIGINAL CONTRACT AMOUNT $594.66
FIWPW1M1558-0OIEXCEL \Change Order No lxls