Loading...
CR 94-160 CO 2-5 Oakridge S St Improvements ,. \ y 0 \ U '" e ~ ~ <0 August 30, o P K \ ~ council Report: 1994 94-160 CHANGE ORDERS 2 - 5 OAKRIDGE SOUTH STREET IMPROVEMENTS Proposed Action. staff recommends adoption of the following motion: "Move that council approve Chanqe Orders No. 2 - 5 as they relate to oakridge South Street Improvements. Project 93-17." Overview. Street reconstruction in the Oakridge South neighborhood is nearing completion. The remaining major task is the jacking of a new sanitary sewer main under T.R. 7. Some changes have been encountered along the project track and although the attached change order forms have received preliminary authorization from the Public Works Director, They do ultimately need Council approval. e Primary Issues to consider. 0 What is the nature of the change orders? 0 What is the cost? 0 Staff recommendation Supportinq Information. 0 Analysis 0 Change Orders 2,3,4,5 0 supporting letter from Bolton and Menk, Inc. ~~ J m S Gessele Engineering Superintendent . .---- ~ --- -. . - - . Council Report: 94-160 I Page 2 . Analysis 0 What is the nature of the change orders? Change Order No. 2 involves the use of soil stabilization fabric for 200 feet of roadway on Elmo Service Drive where bad soils were encountered. Change Order No. 3 lS in part related to No. 2. Because of the unstable soils in the roadway there was a need to increase the base course thickness from 311 to 3 1/2". Change Order No. 4 involves removal and replacement of a fence at the Hopkins House. Staff recommends the cost of this item to be part of the project. Replacement of the fence also meant relocation, and relocation has now afforded more snow storage and better utility access. Change Order No. 5 has been pared down to a simple unanticipated tree stump removal. 0 What is the cost? The net cost of these change orders is $3,153.13 (see cost summary in attached consultant's supporting letter) . This . is approximately 1% of the original contract amount and as such appears to be insignificant at this point of construction. 0 Staff Recommendation. staff concurs with Bolton and Menk, Inc. and their assessment of this request and recommends Council authorization of the change orders. . m ----. E30L TOf'J &. ~ E: f'.J J.<.. / II'JC_ Consulting Engineers & Surveyors 1515 East Highway 13. Burnsville, MN 55337-6857 Phone (612) 890-0509. FAX (612) 890-8065 August 19,1994 Mr. Randy Johnson Driveway Design, Inc. 4810 W. Medicine Lake Drive Plymouth, MN 55442 o~. Oakr:idge Scut..~ Improvements ,11,...._. Hopkins, Minnesota Dear Mr. Johnson: We have reviewed the Change Orders No.1 through No.5 for the Oakridge South Improvements in Hopkins, Mirmesota. Change Order No.1 is not approved; Change Orders No.2, 3 and 4 are approved; Change Order No.5, items 1 and'2 are not approved, item 3 is approved. Below is a summary of each change order together with the basis of approval. . 1. Change Order No.1 - Remove MH and 12" RCP Item 1 - Remove manhole can be paid at the unit bid price of Item 6 in the original agreement. Therefore, this is not needed as a change order. Item 2 - Remove 12rt RCP along Robinwood Lane. Although it was not specifically indicated on the plans to remove, it was shown that the new 18" RCP was to be located in the same alignment as the existing 12" RCP, Part 1.4A and 1AF of Section 00100 Instructions To Bidder notify each bidder of their responsibility to review the on-site conditions before bidding. They are as follows: 1.4 A It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progr~performance or furnishing of the work, (c) consider federal, state and local laws and regulations that may affect cost, progress, performance or furnishing of the work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 1.4 B. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional ex3minatio~ investigations, explorations, tests and . studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the work and which Bidder deems necessary to MANKATO, MN FAlRMONl MN SLEEPY EYE, MN BURNSVILLE, MN AMES, IA LIBERTY MO An Equal Opportunity Employer --- e determine its Bid for performing and furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. In addition, Section 02070 - Removal of Pavement and Miscellaneous Structures, Part 1.2 F states "Any removal of existing in-place storm or sanitary sewer pipe shall be considered incidental to the respective pipe construction.'- Therefore, this item is not approved as an extra due to the fact that on-site conditions were to be reviewed by the utility contractor prior to bidding and that any removal of the existing inplace storm sewer is incidental to the pipe construction. 2. Change Order No. 2 - Soil Stabilization Fabric This material was used along the west parking lot on Elmo Service Drive between station 35+50 Lt. and station 37+40 Lt. This was needed for soil stabilization in this area and is in addition to the original contract. Thus, this change order is approved. 3. Change Order No.3 - 3%" Type 31 Base Course Due to unstable soils along Elmo Service Drive, the Type 31 base course was increased from 3 inches to 3Y:2 inches for Elmo Service Drive. The change order quantities offset an equal portion of the original contract quantities of 3" base course. This change order is approved. . 4. Change Order No.4 - Remove Existing Fence and Finish and Install New 72n Chain link Fence This work is located between station 3+ 15 Rt and station 3+65 Rt and was requested by Tom Hessing, Hopkins House, to re-establish their drop off and dumpster area. This change order is approved ba!':ed on the condition the work is authorized by as well as accepted and approved by the Hopkins House. 5. Change Order No.5 - Repair Sanitary Sewer, Repair Waterline and Remove Stump Item 1 - Repair Sanitary Sewer a) 6" pve: Item 71 of the original contract covers this work. b) 6" Fumco Adapters: Part 1.2c Service lines of Section 02722 Pipe Sewers- Sanitary, indicates that "All appurtenance except the v.rye or saddle, shall be incidental to the construction of the service. II Therefore, these items are not approved as a change order. Item 2 - Repair 1 W' Water Line a) 1 W' copper pipe: Item 60 of the original contract covers this work. b) 1W' couplings: Paragraph 2 of Section 2611.5, Basis of Payment of the Standard Utilities Specification (p45) indicates that "All costs of pipeline disinfection, leakage testing, pipe jointing materials... and other work necessary . for proper installation of pipe as specified shall be included for payment as part of the pipe item without any direct compensation being made therefore. II Therefore, these items are not approved as a change order. - -- ---- -- ---. --. -_.-- -.- --- --- ---- - . Item 3 - Remove Stump A stump was located in the sub grade of Elmo Service Drive and was required to be removed. This stump was underground and thus was not included in the lump sum unit price for Item No. 2, Clearing and Grubbing, of the Original Contract. Therefore, this item is approved as a change order. A summary of the contract status is as follows: Change Approx. Unit Order No. Description Unit Quantity Price Amount Original Contract $384,093.74 1. Remove MJ-I and 12" RCP Not Approved 2. Soil Stabilization Fabric SY 415.5 1.10 $ 457.05 3. 3 WI Type 31 Base Course SY 1726 4.08 $ 7,042.08 Mixture (Deduct) 3" Type 31 Base Course SY 1726 (3.50) ($6,041.00) Mixture . 4. Remove Ex. Fence; F&I LF 50 29.90 $ 1,495.00 New 7211 Fence 5. Remove Stump EA 1 200.00 $ 200.00 REVISED CONTRACT TOTAL $387,246.87 Attached are executed copies of Change Orders No.2, 3, 4 and 5. Sincerely, ~~~ Ronald A Roetzel, P. . RARldc Encs. cc: Lee Gustafson Jim Gessele . -_.._-~ - -, - ~- ~ CHANGE ORDE! DRIVEWAY DESIGN, INC. 4810 W. Medicine Lake Drive PLYMOUTH, MINNESOTA 55442 Number 2 . ,f/ PHONE DATE (612) 559-9004 7/29/94 FAX (612) 550-1165 JOB NAME/LOCATION TO Bolton & Menk. Inc. Oakridge South Area Improvement 1515 East Highway 13 Hopkins. Minnesota .JOB NUMBER .JOB PHONE Burnsville, MN 55337-6857 City Project #93-[7 I EXISTING CONTRACT NO_ DATE OF EXJSTING CONTRACT I ~ 7/05/94 We hereby agree to make the change (s) specified below: I > , I Installation of soil stabilization fabric ! , 415.5 sq. yd. @ $1.10 $457.05 ! i I I I i [. NOTE: The above quantity is an approximation only. Final amount to be determined by th~~actual quaniity install~d ~t the abov~ quoted uni~ p~ice. T i ~ -...--... ...... ,- -..,. -... .. .- j , I I ~I > ,- [ , 1 -.. i NOTE: This Change Order becomes part of and in conformance with the existing contract. WE AGREE hereby to make the change (s) speCified above at this price Q $ tiS? os-' DATE PREVIOUS CONTRACT AMOUNT $ AU-rHORIZED SIGNATURE [CONTRACTOR) ~ REVISED CONTRACT TOTAL $ ~ ~ ACCEPTED - The above prices and specifications of Date of acceptance O--Ul'<tJ./ /Jj ,/7;7?L i this Change Order are satisfactory and are hereby ac- cepted. All work to be performed under same terms and Signature ~~~~ conditions as specified in original contract unless other- wise stipulated. ~c.rz,,v ~IJ ",""cvUJ::: .--- - - - --- , DRIVEWAY DESIGN, INC. CHA.NGE CRDEI 4810 W. Medicine Lake Drive PLYMOUTH, MINNESOTA 55442 Number 3 . PHONE OATE (612) 559-9004 7/29/94 FAX (612) 550-1165 .)OB NAME/LOCATION TO Bolton &, Menk, Inc. Oakrid e South Area 1m rovement J515 East Highway J3 Ho kins Minnesota JOB NUMBER .Joe PHONE Burnsville, MN 55337-6857 OATE OF ex~s-rING CONTRACT 7/05/94 We hereby agree to make the change (s) specified below: > 31" Type 31 base course mixture 1726 sq. yd. @ $4.08 $7.042.08 NOTE: The above quantity is an approximation only. Final amount to be determined by the actual quantity installed at the above quoted unit price. > NOTE: This Change Order becomes part of and in conformance with the existing contract. WE AGREE hereby to make the change (s) specified above at this price Q $ 70712.- 08 DATE PREVIOUS CONTRACT AMOUNT $ REVISED CONTRACT TOTAL $ ,{' ACCEPTED - The a ove prices and specifications of ~ Date of acceptance 12./7/'::; / /? /7?"?Z this Change Order are satisfactory and are hereby ac- cepted. All work to be performed under same terms and Signature $ ~~ conditions as specified in original contract unless other- wise stipulated. (0 N) , - - ~~ - ,- -- ---- - I CHANGE OReE DRIVEWAY DESIGN, INC. 4810 w. Medicine Lake Drive Number 4 PLYMOUTH, MINNESOTA 55442 .:f" PHONE DAle: (612) 559.9004 8 / 4 /94 FAX (612) 550.1165 JOB NAME/LOCAT10N TO Bolton & Menk, Inc. Oakridge South Area Improvement 1515 East Highway 13 Hopkins, Minnesota JOB NUMBER JOB PHONE Burnsville, MN 55337-6857 City Project #93-17 EXISTING CONTRACT NO, DATE OF EXISTING CONTRAC ~ 7/5/94 We hereby agree to make the change (s) specified below: > I Remove 50 lin. ft. of fence, replace with new 72" chain-link fence with colored slat: I ' , I I $1.495.00 i I I 1 .-- --.-.. I I I . ._ n_._ - -----.. ! ~ ~ I > I NOTE: This Change Order becomes part of and in conformance with the existing contract. WE AGREE hereby to make the change (s) specified above at this price Q $ /195' - DATE ~ PREVIOUS CONTRACT AMOUNT $ REVISED CONTRACT TOTAL $ I ACCEPTED -The above prices and specifications of Date of acceptance ~p.0 7' ~/;; ft/f:L. i i this Change Order are satisfactory and are hereby ac- cepted. All work to be performed under same terms and Signature ~ ~~" , conditions as specified in original contract unless other- ! wIse stipulated. n~K ---- - -- - . -- - - -, - , .... ~#-4.1 ~ 1.:11::: ~... ~-= , . DRIVEWAY DESIGN, INC. 4810 W. Medicine Lake Drive f PLYMOUTH, MINNESOTA 55442 Number 5 . /" PHONE DATE (612) 559-9004 8/04/94 FAX (612) 550-1165 JOB NA.....E/LOCATION TO Bolton & Menk, Inc. Oakridge South Area Improvements ]515 East Highway ]3 Hopkins, Minnesota Joe NU.....BER ..J08 PHONE Burnsville, MN 55337-6857 City Project #93-17 EXISTING CONTRACT NO. DATE OF EXIST~NG CONT~AC ~ 7/05/94 We hereby agree to make the change (s) specified below: > REF AIR SANITARY SE 6" @ .80 2.40 Adaptors @ $34.50 138.00 ; lO . @ ii ; REMOVE STUMP ON EAST ELMO ROAD ] each @ $200.00 $200.00 ~c& > ~ NOTE: The above quantity is an approximation only. Final amount to be determined by the actual quantity installed at the above quoted unit price. NOTE: This Change Order becomes part of and in conformance with the existing contract. WE AGREE hereby t6 make the change (s) specified above at this price Q $ 00 - PREVIOUS CONTRACT AMOUNT $ . REVISED CONTRACT TOTAL $ ACCEPTED - The above prices and specifications of Date of acceplance ~~ //j /7;7- this Change Order are satisfactory and are hereby ac- cepted. All work to be performed under same terms and conditions as specified in original contract unless other- SIgnature ~ ~ wise stipulated. ----;? 0/' NERI '&/72/;'../ /f;w.() JP'" c-w ~ -- ~- - ----- --------------------------- ~ ---- - -