Loading...
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