Loading...
D001172o���_ ����� CopiES= Fin: r R� FAgmt Stsrvices PubliC Works Accounting Engineer Corrtractor CI1R OF SAIINT PAUL - OFFICE OF TSE • MAYOR ADMINISTRATIVE ORDER for COPiTRACT CHANGE AGREEMENT NO. i No.: D Date: �i in� i�l -�� � ADMINISTRATIVE ORDER, Whereas, addi[ans which proved to be necessary to the Improvemerrt descr�bed as AVENUE RECONSTRUCTION - Grand Avenue to Kellot� Boulevard known as aciivity no. 00000 , City Project No. Ashbach Construction Company 95-P-1116 Contractor, is Composed of the folbwing: Eiclra work items necessary to complete the project. See the attached for a complete listing. TOTAL ADDITIONAL ITEMS $44,342.11 • ORDERED, That the Ciry of Saint Paul, tMrough its Mayar, approves the foregoing additions made in accordance with the spec'dicafans in the sum of $'�-�2• 11 , said amouM to be added to the lump sum consideration named on the cantract, known as Act'rvity No. 00000 , a�d which amount is to be financed from: Funding available in the proJect. 9 ���s� j � �s� � rviswn Manager � 9 ' s�--,s� Director, epa ent of Public Works Public Works Construction �sr�sy�s3c��:�3 OF SIGFIATURE PAGES p 8/23/96 GREEN SHEET�����o. INR TE I189GN QDEPMIMENTDIFECTOH / Q CRVCOIRlCIL Nuueaiwn �T�'AROflNEY � cmc�wc aounwc euo�ErowECroa 0 Fv+aucr.sem � AYOR(OflAS315TANn 1 LarryLUeth �, ❑ _ ccw w. ioc�noxs rai s�rrurua�a � u�� O 34612 DIR Approval of Contract Change Agreement No. l for SMTI'IH AVENUE RECONSTRUCI'ION City Project #95-P-1116; C95-2S073-079400000 Con�ractor. Ashbach Construction Company PECOMMENDA7KKJSAOP�� (N or Rel� (Po � PLANNWC COMMISSION _CNR CIB C01AMfTTEE _ _ A STAFF _ _ � DiSTRICTCIXINCIL _ suaroaTS wi-i� cour+c2 oaiECrnEa Economic Development Expansion of United Hopsital S� WITIATING PROBLEM, ISSUE, OPPOflTUNfTV (WHO, WHAT, WHEN, PERSONAL SEiiYICE CONTRACTS MUST ANSWEN TNE FOLLOWING GUESTIONS: 7. Fias tlua pe�sorvfirm ever workad uMer a contract for this departrnent? YES � 2 Has tlua PBrsoNFrm ever been a chy empbyee? YES 3. Does this persoNfi a skill not normalty possessed by arry curtent ary employee? YES �� Esplaln all yas answxs on symnte siw�t and ritach to grwn aMN `M11�: Unanricipated condidons were discovered during cons � required addiflonal work not included in the original contract. This extra work was required to com� e project in an appropriate ma�tngr,,r (See„ aifachments) g�P o 4 r9s6 � � � de��0'��3�?'S f��F9�E AUG �Z 1996 ADVANTAGES IF MPROVED: �x � 6 ! /°� The Conmactor will be compensated for addiaonal work performed at the direction of the Engineer. None IF APPqOVED: 4dECEl1/ED P1AR 1 1 9997 CITY CLERK OISADVAMAGES IF NOT APPAOVED: . Difficulty compensating the Contractor. AMOIRfTOFTRAN3ACTIONS $,�,342.11 COST/HEVENUEBUDGETED(CIRCIEON� Q NO yc sour� Minnesota State Aid 8c Special Assessmen[ Bonds A�T��m' NUMBER C95-2S073-078400000 FINANCUL INWRMATION:IEXPUIt� Funding available in project allocarion. '�.L` `I � ; _ �� � CHANGE AGREEMENT NO. 1 SMITH AVENI3E REGONSTRUCTION TRAFFIC CONTROL SIGNAL SYSTEM City Project No. 95-P-1116 ����� 3everal items outside of the originai contract were required to be performed on this project. The following additional work items were requested to be performed by the contractor and aze swnmazized in the following paragraphs. • All attached documentation was reviewed by TKDA and staff of the City of St. Paul and found to be acceptable. A. �2" DIP Instead of 12" RCP (Exhibit A, B) Due to space limitation caused by high rock elevations and existing utilities, the contractor was directed to instail 18 LF of 12" DIP pipe instead of lazger 12" IZCP pipe. B. 12" DIP Relaid Instead of New 12" RCP (Exhibit A, B) Due to existing utilities in conflict with the alignment of the storm sewer pipe, the " contractor was directed to reinstall the existing DIP pipe in the new alignment. C. Restocked 12" RCP (Exhibit A, B) Plan 12" RCP quantities were on site for installation and then were not completely used because of pipe modifications required due to space limitations and other utility conflicts. D. Casting to Change a Catch6asin Into a Manhole {E�►ibit A, B) A catchbasin that was planned to be relocated was left in its location and tumed into a manhole because of the complexity of the pipe system tying into it. A low profile casing was required for this to be done. • An Eqeal Opportunity Empioye�/COntracror • 7 • � Memorandum Page 2 � � I ��Apri19, 1996 E. Temporary Street Lighting (Exhibit C, D) The street lighting conduit system within the hospital azea could not be maintained during the street reconstruction process. This azea had to be lighted for the safery of the patients and hospital workers. The contractor was directed to provide temporary Lighting from the tune the existing system was disconnected until the new system was functioning. F. Shaliow Street Light Bases (Earhibit C, D) Existing shallow underground electrical conduits would not allow the new street lighting bases to be installed under the standard design. A shailow street light base design was approved and required additional costs per unit. Nine of these shallow bases were installed where the conflict with the electrical conduits existed. • G. Additional Interconnect (E�ibit C, D) The Grand Avenue interconnect system required additional work in three areas. First, the existing wires tying Smith Avenue to West 7th Street were not long enough to connect to the new system and splicing is not allowed by the City. Thexefore, new lines were iun from West 7th Street to Smith Avenue. Second, the new connection to Thompson Sueet did not reach the Thompson Street stub and had to be lengthened. Third, the handhole on Kellogg was supposed to have an extra 50 LF of wire coiled up in it for the future signal system. Instead, it ran straight through the handhole. The City of St. Paul doesn't allow splicing, therefore all new wire had to be installed. H. Service Relocation Exhibit C, D) The source of power at the Kellogg/Smith signal system was on a pole that NSP relocated to allow the street to be widened 4 feet. A new meter was installed on the new NSP pole for both the 35E system and the Smith Avenue system since both systems are part of the City of St. Paul system. The contractor was directed to do this changing along with the disconnections and rerouting from the old pole. I. Street Light Bolt Greasing (Exhibit C, E) The plans and specifications did not include greasing the street light bolts. The City of St. Paul wants this to be done, so the contractor was directed to do this work. J. Special Traffic 5ignage (E�chibit F) Special signs were used to direct ambulance traffic, access to pazking lots, and specify dates of construction activities. These signs were beyond the scope of the traffic control bid item. K. Planter Removal (E�ibit G) Seven concrete tree planters existed along Smith Avenue and were replaced with tree grates. The contractor was d'uected to remove the planters for which there was no bid itein. • /� • Memorandum � Page 3 Apri19, 1996 :�uJ � � �� L. Tree Grate (E�ibit G) The contractor ordered the bid quantity of 6' x 6' tree grates. The City Forester located all the new tree locations and came up with one less than plan quanrity. The City agreed to purchase the extra grate at material cost to have on hand for future needs. M. Remove Tree Grates (Exhibit G) The plans proposed the trees to be transplanted which included the grate work costs. Foui trees were relocated by the City outside the sidewalk azea. The contractor was dizected to salvage the tree grates (one-half section was broken prior to the projecY) and deliver them to the Ciry. N. Remove and Reinstall Tree Grates (E�►ibit G) The plans proposed the trees to be transplanted which included the grate work costs. There were eighteen trees that were left in theu locaitons or cleazed and grubbed. The contractor was directed to remove and reinstall the tree grates at the new widewalk elevations. O. Brick Footing Removal (E.xhibit H) A brick footing was found while installing the new sidewalk along the Smith Avenue parking lot between Chesmut Street and Kellogg Boulevazd. The brick footing was in • conflict with the sidewatk placement. The conuactor was directed to remove the footing to allow installation of the sidewalk. P. Concrete Base Removal (E�ibit H) A concrete base was found while doing the street reconstruction at Smith Avenue and Kellogg Boulevazd. The concrete footing was in conflict with the street reconstruction. The contractor was directed to remove the base to allow the new street section to be installed. Q. Saw Cut Concrete Island (E�►ibit n The Kellogg Boulevazd island was widened to elimuiate left huns onto Smith Avenue. The curb had to be removed to widen the island. The curb was thought to be sepazate froin the concrete median, but it turned out to be integral. The contractor was directed to saw cut a straight edge to allow removal of the curb. R. Imprinted and Colored Concrete Median (E�ibit n The Kellogg Boulevazd concrete isiand had an imprinted design and was colored. The concrete bid item did not account for this. The contractor was directed to match the imprinting and coloring of the new concrete to the old concrete. JES/mha • • � �. CAANGE ORDER NO. 1 SMITH AVENUE RECONSTRUCTION TRAFFIC CONTROL SIGNAL SYSTEM 95-P-1116/SAP 164-158-13 SAP164-182-05/SAP 164-199-05 CTIY OF SAINT PAUL, MINNESOTA • • CHANGE ORDER DESCRIPTION: A. 12" DIP Tnstead of 12" RCP (Exhibit A,B) Comtact Bid Reduction 100% SAP 164-199-OS B. 12" DIP Relaid Instead of New 12" RCP (Exhibit A,B) Conuact Bid Reduction 100% SAP 164-199-OS C. Restocked 12" RCP (Exhibit A,B) 100% SAP 164-199-OS D. Casting to Change a Catch Basin into a Manhole (Exhibit A,B) 100% SAP 164-199-OS E. Temporary Street Lighting (ExhiMt C,D) 100% SAP 164-199-OS F. Shallow Street Light Bases (Exhibit C,D) 38% SAP 164-199-OS ($1,155.77) 62% 95-P-1116 ($1,885.73) G. Additionai Interconnect (Exhibit C,D) 100% 95-P-1116 H. Service Relocation (Eichibit C,D) 25% SAP 164-199-OS ($1,053.15) 25°k 95-P-1116 ($1,053.15) 50°lo SAP 164-158-13 ($2,106.30) I. Street Light Bolt Crreasing (Exhibit C,E) 100°k 95-P-1116 J. Special Traffic Signage (Exhibit F) 100% SAP 164-199-05 K. Planter Removal (Exhibit G) 100% SAP 164-199-05 L. Tree Grate (Exhibit G) 1Q0% 95-P-1116 M. Remove Tree Grates (Exhibit G) 100°lo SAP 164-199-OS � I' ! � $909.18 ($623.70) $1,289.00 ($1,732.50) $218.79 $524.10 $7,232.50 $3,041.50 $8,707.50 $4,212.60 $451.00 $597.44 $1,750.00 $580.00 $612.50 • • � ti z. N. Remove and Reinstall Tree Grates (Exhibit G) Contract Bid Reduction 100%a SAP 164-199-OS O. Brick Footing Removal (E�chibit I� 100% SAP 164-199-05 P. Concrete Base Removal (E�chibit H) lU0% SAP 164-199-05 Q. Saw C4�t Concrete Island (Eachibit n 100% 164-158-13 R. Imprinted and Colored Concrete Median (Exhibit n Contract Bid Reduction 100% 164-158-13 Total Change Order Addition Total Change Order Delerion Total Contract Change _. � • Eli •�ble SAP 164-158-13 $8,609.00 SAP 164-199-OS $15 Non-Eligible 95-P-1116 $12,677.38 6� t+l�lJ I 1 � $4,950.00 ($2,625.00) $420.00 $90.00 $704.00 $8,052.00 ($2.253.30) $44,342.11 $7,234.50 $37,107.61 ASHB].Cp� CON57RACR£OF CS. °.C. Goa E5738 St. Paul. !IH i5S6i PrtQae E12-224-1fi1? Fds fi22-224-938? • ?0: YK6E �54D YIPBR d1lFFRAY PLASA 444 CBBA� SP➢3&'f Si. FAQL. !Q! 5516? t �Xt��a�r �t ?Ienared Bp: 1.P.�. '✓W � �� 9a:e: MAH� ]3, 2?96 8sti¢are # EI E ?ro?ect: B%YEA it�Rg R3QDS5? Atcn. Jia studessk_ ACC t 9i-032-8%6 ---------------•--------------°^--°---------------°•-------------------^--------------�°--°--------------°---------- 1 � Pb9H I QOAfiTI¢Y I qOAtt?I4Y ! OFI7 ! DBSCRiYlIQB I ItNIY ! pU5S4IiY j TRT_5 BST I t0 DAP3 I ?RIC3 1 B%T$$QRD --' -----._.-`-----------"°-"'--------------'•--•"-----------------'-------'---•'-•'-" !{BYBR CaNRRAC4IkG $YTRA BORR REOD&57: 1� 12° RCP 70 12' DIP LS ?.aQ ' 1.44 1.90 883.25 COX'IRACYOR �A$�TU? 1S 1.00 1.00 1.00 25.92 2J &BLAID DI? LS t.QO T.Oa ?.90 1,289.00 3) SL6 RIVB& fANCPg`Pg CEAgGF LS 1.OQ 1.Q0 i.00 198.96 COBRHAC't0R NARRUP LS ?.a0 2.00 1.U0 19.39 4) ADDI7IOKA6 tL44SHLiLS 0&98H&D LS 1.00 I,09 I.00 S24.I0 • iotal Bamed Y6is Bsti�ate E 883.25 9o9.i8 25.92 �.2B9.00 ✓ 198.4P� 218.74 ° i9.89 524.10 ✓ 2,4�1.01 Less: 3etainaae @ ; $ D.Ou Bond @ _ % S 6.00 P*evi4ns Yavaents S 9.66 --------------- -------------- S O.QO ....................... . ...,....................... . ............:...................:.......... Aiount Due 2his Satitate S 2 441.07 C I • C J �F August 30, 1995 MEYER CONTXFICTING, INC_ 19145 VASSAR ST. FOREST LAKE, MN 55CG5 464-7988 M.r- Ken S�aanson Ashbach Constrvction Co. P_O. Box 65738 St_ Paul, MN 55165-0738 RE: Smith Ave. 95 4rder Dear MY�. Saanson; � I � `� Several changes took place on the above project. An itemized list noting the chanaes are as follows: 1. On the above �roject, TKDA changed 18' of 12" RCP to 12" DIP. 18' of neh= 12" DIP was installed. Elk River Concrete Products-Invoice # 104880 (attached) � �xtl 3 � � ����� 12" RCP per lineal foot =$11_OS l�ss 25°s discount - 2.76 $ S_29 plus i $ sales tax .SS Total cost of 12' RGP S 8.87 per foot Davies Water Products-Invoice #62927 (attached) 18' divided by $419.35 = $23.29 LF Cost of 1' 12" DIP (includes bend) �23.29 Bid Price + $34_�5 557.94 Less 2'-12" RCF - $.87 DIP 12" per foot $49_0� Total $49.0? X 18'= $883.26 t/0"/o�z 909.18 2. T-�pproximateiy �v= o£ i� �� LlY was re-iain raL'ner L'nan new i2" RCP installed due rock conflict. we weuld suggest the follow3nq payment. Bid Price Less 1' 12" RCP Re-laid 12" DTP l,f • Total $25_?8 x SO' _ $1,289_00 S3A.65 - 8,87 S25e78 ✓ �d C� . � �� �i ��� 3. E1k River Concrete Products invoice that totals $198.9� for restocking charges. TotaJ� E1k River Concrete Produccs $198.9fl r)D°I = 0218_7q ✓ 4_ Materials ordered per Steve HartleylJim S_: Elk River Concrete-Manhole Cover-Znloice #106282 plus 25$ - FrxEro P��c.� Deli��ery @$50 to pickug an deliver te si== Ess Brother {�pw pzofil9 castina assemblyi plus 25�s - ��xEO PR�� Total S152.63 38.36 100.00 1$6.65 46.66 � $52�.10 5_ Ashbach Construction, general contractor may be eligible £or a mark up on this changed work/chang� crder- Please call if you have any question or require any additional information_ Sincerely, � `A:..(-Z�.Q.2.�-^-_ Kathleen MeYer C: Steve Hartley, TKDA • I_ . . . � • ES..3C RIv�R COA1C€t£TE PRODUCTS 6550 u�o��a AciaE� Q.4. a�x 2�u MAPL� �.it0ltEs l�El+iRdESi)7A 553t2-6660 RElES3 Tfls St15 22-0232 F.c� BflX 86 1SINAlEAPf31E5s ?4td 55486—(3131 � � flE�YER Ci3tdTRACTIIi6 ZMC I�32i'S YaSSAR S7�E�T' FL11tEST LwK€ � 7U' � ���.. E7:€% !lt�t 'SSa25— �\�� 1[V YOfGE `il .l � � �� TELEP#101Y£= f6j2) S4S ���. DA'T� PA� � to4asa � z-a�-�� � � _a7c.�.,� : .c.n: ,. ��1���R� ���T � U7CE7CEMP'M)N � CV57pMERNO. R/SNC If �u31 2X3XJ,.9 fF/8 7rR 7A ? 12X S.Q CLS REP CX4 C' 1Z 2Pi�H LX4 tr11SK�; F G�lSK�T Lt1HE 45L8 ! AItFS 6.SOQ� S7d►TE TEX ' ! TAX,A�t,£ Atttk3ti7 EE5S fiAtli � SI �S +5iT4$ GZ7Y TAX 6 tIIPt i S i 4; 5� S� Ls ;t i 26+�.it0 :�A ; 44.D � 2i.Q5 FT : � �sQ� :ii� : ��'`� ;£A = ��g��p� Ai,, ;= �:v �• _ ')) �� G, • � ,> ., cY} � y��. :��� -i iz .. _ � e t412.74 �725=aiiMT KAY 8E Q�Dt1LTE0 iF ACG�3INF IS PAID BY 8-31-95 � 1 349IStl � FZSS1: s..�ao�nn"�r Twstrtwics E_'aXE�R#Dt+rFa COVERSSMP'MIENI t.UX/LwuecE ON7TIEFOLLW�lN( LOADIN� T1CKE75 ?MOtJt`!7 O�DE 71G(EFlA. ° p � � i aas,s.�o : L �12243� :' [s�2t 442.ti0 � L 11224�r 's 5-2� �w�rJ F �. ��ZZ�R'3� ` 6 49050 z L 3ZZ43/ri � 6—ZE I55T.50; ; � 96.flT ; i �.39 i ; , i i ; t 1 i i � } � 3 I �- � • � " �, ^�i . a . � � a w Q b � � b r � � +o 0 � ., . �� X �a� . c �� N 2 s� Q l9. v+ p � � X A - �---- � .•. �" ��asc --- - -°-- . � .,� . :�' eY :�'[d' p . ,� ::.:�� �":.� a�-�x�� , � � � A . • Y ..�._ �'E>.t�(�L'.":�..�¢ �4M`.'. � .� .___- ,'"' .i ��k& `&z y4�. _ � � xa �� ` l j�.. _.__..._.��u��`�"�2�� . t+ e cu m r ._..,_.... � ....-.__ ..... � O ...._. , _ _._.-- � � $ ��+�.� st �; . i'=`�J f ' � � - ;e : r. � � �' • �" � ' . � � . �' . . - � � � � � ' � g , � � � ����� � �'�.��� � � � � � M �� Q a � x �� � � � w e.. � � � �� Q � Q {� v> � x r � � ��< W � Q � r an i � y : $� $ 8.A A �11�� ��� >y � ��a�o w `�C � O6 r� f? A O Q R N f(1 � C 1A � t w � �' a w o Y t• . • Q��• ' N v 0� A• K dY��W 'O � '��ma � WC ��NW zm�w i �i o C �4 � .o � y� "( "" --- � _ .. __...._.. � m 'r C1 m o ..... _...._ ._. _. _.. _.. _. m ('}� m NDt�ii � y o mP O � � � o ��� � � r_ m M-1N A z � -i b N � � m X � p �c m ., 6 ...'-- . ...�'�, - .' .._.__._... .. � � � -�i x D < m M s v O E T x m � � -i N c �-1 � c,1 s m n .v:l�',1�z�'_ er y b m � _ _ , _ .r,af"' . `"�r, w r r Vl C '�.�"-.� � . \ E �.. _.__..... � H �� � • T O '41 �. . . . ' - ' m c , � m � . � ' . .� � � y y n ..... . . .... �'s .. -. x �.. ._ � � (z ; . . � .. . - , c �i:., .2;� fi a ~ ,z. � � tit ra �`F � . �y� C i � tA '�fv_ . �' ` m • � Y w N � P W • .. ... ... . ... ����� -i vi � _ .. ..__.._ . _ .. . .. .. .. ..... . _. .. � m A D �" m _..._.. .. . . .. ..,....' " _ .. ._ .. ..... _" � a z N F+ � .r .� g O �D NN 7� �1 N 0� O` r m� r N tn �n • . _ ............ .........___ ..._..... �a ...._.__ _ .... ... ..._.. - � � Q � # � 9 � .._._._..... ��� /�+ t ............................_............ r ._-- - s' -F� o N c�i H m � � Dz�� o � M p 4�As __' _. .... .. N � z m tn ................._.__...._. . ...__._ o� � _ � C s n N a O y i ' � w -i 'n a G r � m A 0 � a O v g � � r ---� — — � T r+ � m �m � � A < r� b V1 � t�if A A A b n N �{ -i N 70 �a m �� N "'i � 1 n -� � •, b t�71 �� rov, ro � �ON m �Fc �+ m� N zv� � Y IV p47 M O 'q 1 �4 S eL � oxo � om R 7a � � rnN H 2 G g � ITI C7 �.'� t. N � RS .P A i � a w .� � i � o ws� !+' N Q � �x arN Q P �r C* r � ^ o0 6 o P O� n N --( N Z N f75 n�i ° v �t �� N 1� g -J m N � JF �� � m � � � �o � � � z < � h m