1 Merged 1
1 Merged 1
7t5-421-7384
pA6E W/46
{ /
{$&F
-l-..--.-..S-
-sft:11"+/.ra
ContractModilicetion
9let0049;07 AM $,3b FiE4dM*nngrr
Revisisn Nurnbar
HetChange $3S.33$.S7
RoutE
q.1
De*cription $hCIrt
ITEMS NECES8ARYTO COMPLETE WORK ADDNEWCOI.{TRACT
Deccrlptlon Changs$ of
ITFM$: NEWCONTRACT $IIALLADNTHAFOLLOWINfi MONIFICATION THI$CCINTRACT cL LARGE BOULSER$; MILLAl'lDFAVEEXISTING JOINT. RMOVING AND CCI$T ADJU$TMENT; FUEL MOSIFICATION WITH IN WITI{THISCOT{TRAET EHALL COMPTETES AOCORDANCE BE ALLWORK ASSOCIATED PROVI$IONS, PLAN$, AND THECONTRACT STANNARF $PECIFICATIONS THEATTACHED $FECIAL $FECIAL PRQVi$loNs" New ltgrfis U$H tg Pmj*[ 11qS.00"?0, sl,$TFl CORRISOR - $rAU$Au lTEllll$ R-97-lS & 00'10, ROADWAY Oetegoryr qF, ftqfi Pe$$rl$fion UnltPdce HollarValus ltemCqds Fror,Ln, ltemTyna Unlt pmpssed 1S,000.000 1.00600 $10,000,CI0 AOJU$TMENT 3S1,090S $26.$ 6h*ngeOfder DOL FUEL CO$T
ANn tsORROW A$SOCIATED WITHEXCAVATION COMMON Re*sonr FflR |N*REA$E0FUEI CO,$T$ REMOVING I.ARGE BOULDERS
fi02,030f,
38s,000
41.8s000 $8,4se"65
FSRMATION BOULFER$ lN OF ROCK AND EHCOUNTHRE0STAGE $OUT|{BOUN0 2 Renson: RFMOVAL ORAIIITE FOR GRADING SPECIAL MILLANDPAVEEXI$TINGSF11.0105 10. CL JOINT 3?75 Chango Ordat LS 1.000 10.728.3t000 $10.?16,33
$SUTIIBOUND ?RAFFICWHFELLANERUf-lNlNG DUE ON 420-SS3 HCIRTHBOUND To TEMP. ADDFbATSTATION REaacnr JOINT DCTNNIORATED LS$JGITUNINAL TI{EEXI$TING
Coflil$ot S0040S110?6
Cont. Mqd.; $
FEgBI 0f !
1 E - 1E - E E E 4 E 8:1 8
T158459558
PFG E:I
Alrcl2A84 A*3,8
7L5-421-7382
-pAGF
A1 /nfi
FA6n fi$/86
1.
juettfication: Change 'The FuelCostAdjuetment is added lo continued ifem due current indexea fuel payment the wntrastorior the sontract to it*ms Hxcavatisn sommonanuBonow - The Remnving Lal$eFoulders itErnis addedat the opecified excavation Fx comrnon priceforunrk a*sociated removing unit with liouldersovrI cuhic yardin sieeand removing graniterockformation the outeide s in ditchand bnckelope thesouthhpund of USH81. Genterline - The Milland PaveExisting Jointitemis addedto rrehab deteriorating the joint longitudinef on Northbound 51 frsm$tation U$H 540- 5Sg. lt waE thatthis ielt t.Vqe repair of wasnscse*ary sincethe *outhhound in$ide wheelfanewouidbe right overthejoint. consequence*if ttris GonhactModificailonie not appravcd: NIA Alternative*con*idemd to eccomptishthe change: N/A
4.
Ju*tificationaf Frlce: 'The MillandPaveExisting centerlina Jointitemagreed lumpeumpriceof $10,zi6.l? is reasonabfe bssedqll,pFyou*ly.agrced unitpriceto millanitnilexisting rumble et*p * at $4.0S/L.F.thiaBB00 woutd L,F, havecsEts $1i.400
5.
fi.
l* therc FaderalOvemighton thin Froiect? yes al lf yeo,dose this son. Mod.changeth* *cope of the project? No bl If sa is ye*' or 6 i* ye* and thig con. illod. ie over iso,ooo, prlorapprovalwa* rcc*irredfrom Fl.fIlrAon By phon* By attachede-rneil
(Datsl
a-27-0.2
H u t-ts I f-tuLr r \ u
="'-4
\,
!V.sconsin Department Transportation of
Contract Modification
313/2005 1:21PM FieldManager 3.3b
Time Extension
Description Changes of
Add the following agreement this contract: to The contract completion tile of April 10, 2005, is herebyextended to June 1, 2005, due to the authority the The provisions subsection105-1of t-he of Engineer of s;;biementai sp".itdionriooe roitioni" L" si"tl of wisconsin,Deparrment of rransportation, standardspecifications iolfirgh*uy ;isi;;;;; 6onstruction, eoitionoil'ggo, shailappty.
TimeExtensions
v Site Site Description Site Type
NewCompt. Date/Days
6/1/2005
4t10/2005
in orderto improve overail the qualityof the project.
contract: 20034708029
Page 1 of 2
CONTRACTMODIFICATION JUSTIFICATION
District4 Project Label
1.
justification: Change Thiscontract modification extends contract the completion f romApril10,h, time 2005, June1",, to 2005'to allowthe completion 11th of Avenue aftertheexisting structure removed. is Thiswill have a majorimpacton the long-term quatity and maintenalce itfi' ;;;;;. on nr[r,uti" Concrete Pavement, TypeE-3 is n-ot availabte the existing itter structure removed before is and April10,2005'The asphalt plantwill not be opendue to-Section 405.3.1 the Stateof of wisconsin, Department Transportation, of Standard Specifications H=igt*uy"'un6" for slrJ.rrr" Construction, Edition 1996. lt states of thatAsphaltic Material shallnot be placed during the calendar periodbetween October 1Sth May 1, except and with written approval orderof the or Engineer.
2.
Gonsequences this contract Modification not approved: if is lf thisContract Modificationnotapproved, is 1) Thecontractor would complete workin theallowed frame.To do this, the time work on 1lthAvenue wouldhaveto be completed to the brideremoval. prior Thiswould decrease quality the roadway the of sincebridge removal wouldpot_entially dgnrage completed worksuchas curbandgutter andpiving^. *'*wi[-yir1 /*ft* 2) The workwouldbe completed imanne, to prev6nt in dbmaBin{tnlroaoway. This means waiting
3.
damageqenlfie contracto(rxho woutO submita claimto be compensated...su i.r.r.rl \r!L t 0\ \\{ 'W *nvg*LO- -7f\ ry* 4u srsuths{s\, nSfih$.iu tU:* AlternativesconsidePed accomplisn ifre change_: . to ,,n\*.r i I - j ,.rL..i;:yr - *q, t;
untilthe bridge removed corpotete is to t rwn;&;.."j;"iti, contract timewoutd end\befcner"thqwork "ur" coutd$ecompteteflpdagg'tiqriOut"O
5r
v-(t.'
"
o*o*'q**"
Ji
Justification price: of Thereare no unit pricechanges this contractModification for as it only extends contract the completion date' The changein contract language does not crrange character work the of required thisproject. on
5.
Design Materials / Input: spokewithwisDor staff(Mark steidl) about extending contract the time. Markis in agreement thatextending contract timewillincrease overall the qririty of thisproieci
,F /
,+:;1"':-.
M-:.
ary-
Contract Modification
1.45 10t12t2010 P M 4.5a Fi el dM anager
#CNSI PROJEI
, \\bhls\-?s rl
Short Description
wallinstallation facebarrier repair and vertical NB Shoulder
Descriptionof Changes
to Provision thiscontract: Special Add the following
ITE L A R 42. S P E CI A L NB S H OU L D E R EP AIR S N DVE R TIC AW A LLIN S TA LLA TION , MS P V .OI05 A . DE S CRI P TIO N . panels existing and concrete shoulder constructing of of provision of describes removal and replacement cracked Thisspecial pier#18of bridgeB-37-362 facebarrierwall a vertical B . M A T E RI A L S . Specifications. 415.2 the Standard of of to shoulder conforming the requirements Section materials concrete for Furnish in 603.2of the Standard barrierconforming tothe requirements Section forvertical facedconcrete Furnish materials Specifications. C. CO NS T RU C T ION . of panels Construction by limits designated the Engineer. within removal the shoulder of Remove and dispose the cracked Specifications. of 415.3of the Standard with shallbe in accordance the requirements Section shoulder new concrete provisions Section of 603 of the Standard with in facedconcrete barrier accordance the applicable Construct vertical plansheets. in Specifications as specified the attached and D. M E T HO D F ME AS U R EME N T . O and as Repairs Vertical Wall Installation a singlelumpsum unit,completed NB and will The department measure Shoulder accepted. E . B A S I S F P A Y M EN T . O U N IT I T E MNUM B E R D ES C R IPT ION LS L A 4 S PE C IA L 2 . N B S H OU L D E R E P A IR S N DV E R TIC AW A LLIN S TA LLA TION S P V . O 105 lf the for shoulder; preparing foundation necessary; of and for is Payment fullcompensation removing disposing the concrete dowels and for placing, the preparing, and protecting concrete, jointing joint materials, testing, curing hauling, foriurnishing, and tools,equipment incidentals pavement and thickness; for all labor, for and tie bars,and reinforcement, measuring the to necessary complete work. P H E BY T NO A DDI T I O N AT IM EIS PR O V ID E D T H ISCON TR A C MOD IFIC A TIONX C E P T A R A GR A P 2 OF S U B SECTI O N L APPLY. 108.4.2.4 SHALL
Contract:200806'1 0031
C ont.Mod.:72
Page 1 of 2
72
20080610031USH 51/STH 29 Corridor'Wausau, Stewart Avenue, 26th Avenue - 24th Avenue; USH 51/STH 29 Corridor'Wausau,28th Avenue, Sherman Street- Stewart Avenuel USH 51/STH 29 Corridor'Wausau, STH 29 West SystemRamp WA; USH sllSTH 29 Corridor Wausair, USH 51 Northbound; USH sllSTH 29 Corridor \ilausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue, 32nd Avenue - 26th Avenuel 1-76,NH 2008355; 1166-09-79; 1166-11-75, 2008354;1166-1 NH MarathonCounty;1166-09-77, STP2008353; 1166-11-79, 2008356; NH STP Local Street; Local Street; USH 5l; USH 51;USH 5l; Local 6999-09-73, 2008363; RMiles; Structures 8-37-350,8-37-354,8-37-362,8-37-371, C-37-26,P.-37-23,R-37-25, R-37-26, Street;2.452 37-28,R-37-42,k-37-43,S-37-61,S-37-71,Borrow, Backfill Granular,BaseAggregate, SelectCrushedMaterial, ConcretePavement,PavementMarkings, ConstructionStaking, Culvert Pipe, Storm Sewer, Concrete Curb, ConcreteCurb and Gutter, Concrete Sidewalk, Beam Guard, Asphaltic Surface,HMA Pavement,Route and Seal, Lighting, Fencing, Traffic Signals, Barrier Temporary Precast, Signs,Sign Supports, Concrete Driveway, Concrete of Material,High Tension Cable Concrete Median Nose, TemporaryCrash Cushion,Management Contaminated of and Barrier,Anti-Skid Treatment, Management Solid Waste.Zenith Tech., Inc. - Waukesha Guard,Concrete
1.
Needfor Ghanqe: and the pier head the clearance between shoulder was discovered the vertical with A problem U p of the the d o n Pi e r1 8 .Ori g i n a l e si g n l a n sshowed pierover hanging shoulder nor t hbound S the existsfor the vehicleto hit the were to driveon the shoulder, potential 51. lf a tall vehicle proposed be added project, vertical pierhead. was doneon a previous facebarrierwas to As a to prevent fromhappening. this panelsof existing pavement Additionally, several concrete shoulder cracked and needed be to The cracksoccurredafter openingthe shoulder servicewhen the projecthad replaced. to southbound 51 traffic the northbound US on lanesand shifted the eastto avoida temporary to shoring towerneeded tub girdererection 8-37-362. for on Sincethe shoulders were originally constructed specifications, the department's to it is responsibility payment repairs. for for
2.
is Consequences this ContractModification not approved: if lf this contract modification not approved, cracked is the shoulder wouldremainin placeand Absenceof the barrierwould make it the verticalbarrierwall would not be constructed. possible a tallvehicle to theedgeof theshoulder hitthe pierhead. for drift and Alternatives consideredto accomplishthe Modification: Do nothing. consequences See above J ustificationof Price: provided and usedto complete detailed records the labor,equipment materials of The contractor in detailed Section109.4.5of the with the forceaccountmethodology the work in accordance and Engineer were determined by The Specifications. costswere reviewed the Project Standard to be reasonable. ls there FederalOversiqhton this proiect? Yes. However, dollar amount thiscontract of modificationlessthan$50,000 thereis is and the no change the scope intent the project, FHWAprior in or of so approval notrequired. is
3. 4.
5.
2t2t07
;d i*
t :?
* af
l:
fi:
o5 ?,x * >I?o,lfr --i
s^
;:
*$#
s+*
ti a,")
I*.. :}
al
2l FI sl sl 6l
sFr
9g
34 F
ux.-*a
rue;r zt !:*
ql n*i:
* d * g., _"E"Ei A X{'-r F* r'^B-
* *gs
3"9
b: $
"r
:3 i;
ag -t
r Su l | -, &*
ss
9x S*
3f
sril u
{3
xl M
x.
s ql
d LI c.l 4' 1 v* {l :8, ?
*2
*a
,*f
3a I* ,E
*.:
t-a!.
iSx il$i
*
$* q;
*e
&*
;{
:ff
{E u t''4
T
ffi
"{ f4 *t
f.d h1
i* gT
z6
ifr
gi
!fi
d u
a
fl
53 s{ 6n$ i3 4ft
(31 i
;3 f;{
"s s g 8; f! f ; 4
=t
:i ii
rg-
:I
*?3
1"'"--$i*':'---*
tl
q 1.21 1 rfi
d
a* [ l s
;3; i:4 $;$i&t * f i**
*!$$ s ;t
$;$gg;:
i*x* ir
*
*v k l$l
3a s{{
*$
:f; ii:
g( l a e
Department Transportation of Wisconsin
$\gCOtSr-
AVE,CITY 29 USH Contract:20080610031, 51/STH CORRIDOR WAUSAU& STEWART Cont. Mod. Number 57 Route S T , 51 Contract Location LOCALST, USH51 Awarded Contract Amount $25,260,653.29
Short Description
betweenbridges Fencing
Cont. Mod.: 57
Page1 of 3
ral Region
1.
Needfor Ghanqe: was fencing However, bridges. chainlinkfencingbetween plansdid not include prcJect Ong'ilnal Fenceis needed in accessto the right-of-way otherlocations. tor cali-ed in the plansto restrict of to access the right-of-way USH51. to restrict the between bridges is if Consequences this GontractModification not approved: in bridges between wouldbe installed no is modification not approved, fencing tt tfriscontract pedestrian areas. accessible consideredto accomplishthe Modification: Alternatives above. Seeconsequences Do nothing. Justificationof Price: gateswere negotiated and and the 25 footwidevehicle for The unitprices the chainlinkfencing priceon a previous The gate priceis the same as the agreeduponwith the primecontractor. contractin the 51/29 corridor.The chain link fencing price was justifiedby the fencing to and laborcostsanticipated complete of an by subcontractor providing estimate the materials length estimated the by the work.A linealfoot unitpricewas calculated dividing totalcostby the in more terminals it than the average Since this fencingwill incorporate of fencingrequired. bid cost is higherthan the priceslistedin available tabs. The the unit of installation fencing, that projectEngineer determined the priceis and by the reviewed costsprovided the contractor giventhe scopeof work. reasonable ls there FederalOversiqhton this proiect? and thereis is modification lessthan $50,000 Yes1loweverJhe dollaramountof this contract is project, FHWApriorapproval not required. so of in no change the scopeor intent the
2.
3.
4.
5.
2t2t07
'6t'' It{.,h
,p-**$'**? a 1 g'n,
F&l;;;**'
'lS
&:ffiF
of WsconsinDepartment Transportation
AVE, CITY 29 USH CONtTACt: 2008061OO3I, 51/STH CORRIDOR WAUSAU& STEWART Cont. Mod. Num ber 42 Route S T , 51 Contract Location LOCALST, USH51 Revision N u mb e r Cont. Mod. Date 1t28t2011 Net Change $4,611.74 Awarded Contract Amount
.bz3.zou.o3J.zv
Short Description
and Sign BridgeRetrofit Hardware Sign Mounting
CONSIPROJECT FILECOPY
Contract:200806'1 1 003
Cont. Mod.: 42
Page 1 of 3
1.
N e e df o r C h a n q e : Plansfor this contract included installing Type I sign on an existing a sign bridgebut did not include for any provision paying contractor the mounting the for hardware. Normally mounting the hardware included is under signbridge the iiem,but in thiscasethe signbridge was builtunder a previous contract. Additionally, City of Wausaurequested changeto the sign that was to be mounted the a to existing signbridge S-37-60. a result thischange, signincreased sizeandan analysis As of the in was undertaken determine the sign bridgecouldaccommodate largersign.The analysis to if the concluded theexisting bridge that sign wouldrequire someadditional reinforcement. Consequences this ContractModificationis not approved: if lf thiscontract modificationnotapproved, signwouldnotbe ableto be installed the sign is the on bridge. Alternatives consideredto accomplishthe Modification: Do nothing. consequences See above. Justificationof Price: The unitprices were negotiated agreeduponwiththe contractor. the mounting and For hardware, provided quotefromtheirsupplier the hardware estimated amount the contractor a for and the of labor thatwouldbe required the installation. for ls there FederalOversiqhton this proiect? Yes. However, dollar the amount thiscontract of modification lessthan$50,000 is and thereis no change the scope intent the project, FHWAprior in or of so approval notrequired. is
2.
3. 4.
5.
(Note: Look on proposal cover page to determine if Federal Oversight.) Prior approvalwas receivedfrom FHWAon By phone By attachede-mail N/A (Date)
2t2t07
! ib(t-o?* 77
grrefjre
{R#
%.*;;"9"
t, t
*nntraut M*diflratic*
R'3t20** 1.11 pi,it FieldL{enagqr "t,3e
Csntract
{J$HS'liSTNl CGRRIDSRWATJSAU *T61fSART ?9 AVfi, CITY & 'S*Sn6{Sf3{, Co*L fi#*d. R*vi*i*n Cent.f*od. Aw* rdsd Cg*tr*xt Am n*nf F*stffhang* f{urnber Date Nurnter 14 6r2i?8ss $:5.260,653.3S $3S"S73.58
Roi*te
sT.5'n
**filrast l-6ra1i0n LSCAL $T. U$fl.{ SJ
$hsrt See*ript*o*
Sridge ins*t s:aining
Comtrsc* f,0088fr1*f31
***L l*l*d.: 14
Fag* I *r4
r{
ffl
i]-l
3-, {E
r*
t*
rq
tn
q)
n{
rt
i; >;
!I
U tq'
*
f'1
rt:
f\l
-'t
as D
fi"t
{\
{:\i
f\i
a. if)
t{1 (ra
{v: {}!
u".I
rb
riil
I I
I
.:J
;l
I I I I
I
ca
11 e < EJ
\I
I
*
3_
.!t al
& d; L {3 i: 6 t t4 L n l: gf
n_ it
rs
&
{*
{,l? i.il
!t
a/}
{t
{4
tjt
Lr.J E
{
m g {! 3-
.41
-l
&f
n E
.g
E {g {J1
* * , .g
&
gl f {g fJ)
{8 g- u= $ e .,fi
&J
{l} {$
"ii
(n
f6
,.3 s tlt
E {F
tu
tll a1 IJ lU
n
a:
i3 {!
frl .,1
--1 I I '
!
*-
fr-
5 b
m tlj
E fB { o- c_
{s p
t- L
*-
t$
*:
&!
I I !
I
--..1 g
tJ'
{t!
t* t* (5
=
=
n E
d r
*
f*
s {* 4 F x
E;
(gs
l& (o
t#
a {}
d.]
* n:
Ll-
s
ttJ u,I
f-
} $ Jfr *) :, I tr
J
I
tr
= x
d
g
,t J g fft g l
v
f,
{1}
r =
)
{1 t1 J $3
*) :t r ra d u) t* tr ;} v} 3
r
fi
7
X
F
s x a) {J
{V
w;:
:r tn
& I
--j
LJ
IJJ
3 L..J
I I
q-\l
*
T {,4
s { s
3
-a
$6
* m ?.
g tr
11 {.3
:r ; ,.* = F*
fi a tll tu
E3 gt tr'". f'J
qt n *t {
F]
4: l,
:r =
u]
q] J
a {
C ff
{e g'
t]
$l
{:
{3
* =* 1*t :) C}
'! l
t3
r
g
*,rE
:*
i -T
{ *,;x "* {s
flI
t*." h
ru t\
3 lr - -- !i 7 .1
L1
r-
|\
!\
|!
lq
r.q
tE t"-
tr:
h
rs
{f
il I
t{
*T
ra) rJ? {S
a"]
h fq b *7
>a lr;
*3
;*
rt?
<.; ll :t
{s
::
frJ
{\
F.fg
F
46
{9 t* {fi
t*
r*
rs ru &
f'.* 8,}
4 ,L
t* {$
t\
l\
*
f.j
ttJ
' " 1 {*
$
{.7 cfl
tc
m fi
1.
N e e df o r Ch a n q e : originaid*sign planscallsdfor cnlyselefltbridges pnilions bridgeo recsiv*dark xtain sr *f to nn the recessed panels the pierstems- para[ets the usH 51lsr-H corridor of and of 2g bridges. Upon additi*nalevslufrtioil that ccclirfd gfter e*i'*p,etioil $sil-r*prsjects*nd in the rnidstsf sther*, of the C*rridorAesth*tic*Commitiee d*cidedlhat all of th* bridg*aandntherbarrier walls beflruesn ihe STH ?9 fast inter*hange a*d SridgeS#eetshouldre*civAdark stainsn th reces$ed panels f*r ae*thetic ,,Rd,,proiie*t cc|'!5ist*n*y" nark stainwa* reappli*d bridgescon$tr{*}f{*d ia underih* due ta differing c*lor tsil*s.
2.
ffitdi*catian
lf th*s*ontras m*di{ication net apprsved, ccntracter is the would n*t hfivethe bid iternsregu;red t* c*mplet* the w*rk. The workln*uld noi b* compleled ecr*pliance in s/ithth* sp*cificr*qilest sf tl-*e C*rrid*r Ae*theti**esn"lrniit**, d*n* lat*r, i*nraininghridgesl#s#ld lf havs t* b* re-prepped pri*rt* appli*ati*n, r*$i.llting a high*rc*st, in
c&tFe?1:
I!* appar*nt alternativ*, 6snseqrl*nees ffienti*nsd ahove" 4. *f -.ilt**tifi*afi*n Fri,q,q; Th* ulit pric** were negotlated and agreedupol r,vith prirn* c**tract*r. These i,.!nit the pri*e$ wers fffiffiparabl similarw*rk *n *tl'rsrWisil*T pf*j*rts sr]d fo*n* tn acceptable g"**Fr*j*ct by Engin*er.
21?l*7
lltn(t*aq-77
{ >*,t
\.":;**
$in !\ti$'fi $epa:tlffe*i ai Transpa{talon
" {" ; d
Rpute
sr, sl
esntraet l-tcation iLO CA LS TU SH 5 1 ,
S*o* il*ccriPtian
C*nerqte p*v*m**t iterlrs
flontraet 2*0&ffi1f,031
ConL [\lod.: 29
Page 1 sf6
I
rmrth Gentral Region
1.
Needfor Chanqe: Pavement NB US 51 itemwas neededdue to a failing Concrete The Removeand Replace project placea traffic counter panelof concrete. on to the WsDOT directed contractor a previous girderlifts. The sometub was counter directional the SB lanesduring on loopdetector whiletraffic in but the timingwas rightto replace panelof concrete, timeof yearand temperatures the spring placedon frozen grounc, was potentially that the concrete of 2008 would lend themselves trafficon this project construct new rampwe were to a causing slab to fail.Afterswitching the laneclosure. the ableto replace slabwitha single Sidewalk- Bridge Streetitemwas needed due to concrete The Remove and Replace Concrete 2 constructed thatwas recently issues the endsof the Bridge at Streetbridge settlement sidewalk yearsago. The settlement the resulted a 2 inchdifference in between bridgeand the sidewalk. it for to on that it was installed hasbeenaccepted was necessary our project the Sincethe project repair triphazard. the Pavement 'F' Rampitemwas neededdue to failing The Remove and Replacement Concrete panels whichdemonstrated significant cracking.lt is not clearthe possible contributors concrete "Bridge project was placedon the previous Street" that has failing, concrete but to this concrete and needed be replaced. to beenaccepted
2.
is if Consequences this ContractModification not approved: at Pavement NB US 51 - Panelwouldhavebeen replaced a Concrete Remove and Replace userdelay. laterdatewithmorecostand moretraffic a Concrete Sidewalk- BridgeStreetitem presented trip hazardon The Removeand Replace injuriescould have been the result without removaland WisDOT right of way, pedestrian replacement the sidewalk. of cracking Concrete Pavement 'F' Ramp item had signiflcant The Removeand Replacement trafficflow. We were ableto to whichwas a detriment the rampthatwouldhave compromised
2t2t07
torth Gentral Reglomr rewfi!]HlB o n"e|]|l[lrfiu- rnmb Piacingan epoxy overlay- anti skid treatmenton mrr'rllmw replacethe paLnam 6l,drs urp ll ltrltlqu, umttlqg mumume delaysfor a rampclosureto replacethe panels. .ser llrm a bridge 3. ffimffi'ffiffiiM rffi||ffiffiilil{ffimffi; ffifffiMmnil
&
ilro f,odfrcation: @lnm Parerrcnt - fffi [-,S51 - An alternative would have been to nerlfmled above. Sidsmak - EridgeStreet- No apparentalternative.
mqnrp CsseF
*W {1,
lWhffimrurcd -'F' Rampitem could have been replacedat @ftacermentConcreb Fansrnent cnrssqueillces lbbd abore" nlffiulr.tfinms" lnfficdion of Price:
The conbaclorprovided breakdomn lbh@r, a o,f eguipment coststhat were incurred and materials hr tNe work for each pay item. Ttnecofrs urcre reviewedby the ProjectEngineerand were determined be reasonable. to 5. ls there Federal Oversiqht on thlb srE*ect? Yes. However, dollaramounto'fthb contracl the modification lessthan $50,000 is and thereis no changein the scopeor intentof ffie proiect. FHWApriorapproval not required. so is (Note: Look on proposal covv ge fo de{errnineif Federal Oversight.) N/A (Date)
2t2t07
---
ContractModification
4t11/20059.37 AM FieldManager 3.3b
-/-tu!-\-
IDGE & APPS, ROBINLN - LAKE ST Net Change $1,255.00 Awarded Contract Amount $8,746,64s.45
Revision Number 10
Short Description
1, ITEM 6341 63412,63822,90005H,
Contract: 20030708029
Page 1 ol 4
1.
Approaches, Robin Lane to Lake Street; Marathon County; 6999-03-73,OMA 2003541; CTH N; 1.025 Miles; Grading, base course, storu sewer,concretecurb and gutter, concrete sidewalk, asphaltic concrete pavement, traffic signals, lighting, pavement marking, and Structure B-37-335. justification: PHETFER BROTHERS CoI\STRUcrroN change
CONTRA(
2003070s02e
A. the quantity PostsWood 4 x 6-lnch14-FTwas reduced of due to the request use the steelsignsupports to as described below. B. Wood Posts,4 x 6-lnch 16-FT,were addedto the projectto providesign supportsthat would meet the requirements standard of details typicalinstallation permanent for of type ll signson singleposts. The plan only included 14'wood posts,whichwere not long enoughto supportthe largeJ-assemblies maintain and the proper burialdepth. C. MovingSigns,Type ll was required due to stakingthe sign offsetsaccording MUTCDguidance. This to guidancewould have the sign offset too far back from the roadwaysuch that vegetationwould block the visibility these signs. Also, this guidancehad sign placement of too far from the roadway what the for public traveling wouldexpectin an urbanarea. D. SteelPostswere addedto the projectto providesign supporlsthat were consistent with the Cityof Wausau's existing signing and currentpolicy.The city requested steelsign supports be used in lieuof the wood the to postscalledfor in the plan. E. SteelPosts,Galvanized were addedto the project provide to sign supports that couldbe placedin existing asphaltic areaswithouthavingto removepavement.Also,thistypeof postwillblendin withthe environment wheretheyare to be placedand are similar existing to signsupports that havebeen usedin the Townof Rib Mountain.
A. lf thisContract Modif ication not approved, planquantity the PostsWood 4 x 6-lnch'14-FT is the for wouldnot be reduced zeroto reflect reduction use of this item. Also,additional to the in work wouldbe required durino finalsto explain payment thisitem. the for B. lf thisContract Modification not approved, contractor is the wouldnot havethe bid itemsrequired complete to the work therefore postswould not be installed specifications, the contractor the to or wouldinstall the 16' postsand submita claimto compensated thiswork. for c. lf this ContractModificationis not approved,there would not be an item in order to pay the contractorfor MovingSigns,Type ll. The contractor would be forcedto leavethe signs where they are or move them withoutcompensation.lf the signs are not moved,the signs would be hard to see once vegetation is established the spring. This could lead to WisDOTgettingsued for any collisions in that occurdue to the publicnot beingableto see thesesigns. lf the contractor traveling movesthe signsand WisDOTrefuses to pay,the contractor wouldfile a claim in orderto be compensaled.The only otheroptionwouldbe for the projectstaff to violateour engineering ethicsand commit civil fraud and pay for movingthe signs under another item. bid n lf this ContractModification not approved, SteelPostswould not be consistent is the withthe sign postsin the surrounding area. This would create a maintenance headacheand increasecosts for the maintaining authority they would have to stock an additional as type of sign post. Also, the wood posts do not fit in with the urbannatureof this roadway and wouldnot be as visually appealing the steelsignposts. as E. lf this Contract Modification not approved, wood sign postswouldbe installed calledfor in the plan is the as insteadof the proposedSteel Posts, Galvanized.This would result in additionalcosts in order to remove pavement.Also,the wood postswouldnot be as visually existing asphaltic appealing the galvanized as sign postsin theseareas.
?.
4.
of Justification Price:
only decreases quantity Posts the of A. There is no unit pricechangefor this item;this contractmodification Wood4x6-lnch14-F1. and B. The unit pricefor PostsWood 4 x 6-lnch16-FTwas negotiated agreedupon withthe primecontractor. by to and found acceptable the project This pricewas comparable similarwork on otherW|SDOTprojects engineer. and agreedupon with the primecontractor.This C. The unit pricefor MovingSigns,Type ll was negotiated price was comparable similarwork on other W|SDOTprojectsand found acceptable the project to by engineer. D. The unit price for Steel Posts was negotiated and agreed upon with the prime contractor. This price was projects foundacceptable the project work on otherW|SDOT and by engineer. to comparable similar This was negotiated agreedupon with the primecontractor. and E. The unit pricefor SteelPosts,Galvanized price was comparable similarwork on other W|SDOTprojectsand found acceptable the project by to engrneer.
5.
6.
ls thereFederal Oversight this proiect? YES on yes,does this Con.Mod.changethe scopeof the project?No a) lf b) lf 6a is yes, or 6 is yes and this Con.Mod.is over $50,000: prior approvalwas received from FHWAon N/A (Date) By phone N/A By attached e-mail N/A
8-27-02
: ".,/
//u6-0q-7y
Wisconsin DoparlmentoI Transoortation
Gontract Modification
tl18l?o,0s 8:17 AM FieldManager 4.Zc
Gontract: 20070213049, USH S1ISTHZ9 GORR|DOR WAUSAU Net Change $15,592.16 Route 51, 29 Awarded Gontract Amount $27,525,182,83
FILECOPY
Short Description concrele Pavement work - premium protection Extra Tirne coldweather & Description of Changes
Add the followingspecial provisionsto lhis contract: SPECIAL CONCRETE 24. PAVEMENT. PREMIUMTIME & COLD WEATHERPROTECTION, ITEMSPV.O105 sPEclAL 25' CONCRETE PAVEMENT'PREMIUMT|ME & colo wenrHER pRorEcloN, trEM spv.010s A. DESCRIPTION In order to complele concretepaving operalions necessaryto switch northbound usH 51 trafiic onto the new norlhbound pavemenlbefore adverse-weather conditions precluded s11c1 worr<" prqect staff entrruo lnio:." agreementw1h the contraclorwherebvthe followins condilionswould appty.: Tfrg.D_"#f-;"r 1) ;;n tirne labor cosrs incuned bv the conlractor necessary b perfonn tre woik; ina eft-riJogry1meni ;;;fir;;ii;;miurn ,1,jtii,"ii5iiov. of rhe cosr of providing cold weatherprotectionfor the newty indtaltedconcrete in accoroancewith 415.3.15. ftt;;elrt B. MATERIALS (Vacanr) C. CONSTRUCTTON (Vacant) D , MEA S URE M E NT The departmtnt*ili measureconcrete Pavement - PremiumTime & cold weather proteclion as a single lurnp sum unit, completedand accepted. E. PAYMENT The department will pay for the measured quantitiesat the contract unit price under the following bid item: ITEMNUMBER DESCRIPTION UN|T SPV.O1O5 SPEC!AL24.CONCRETEPAVEMENT_ PREMIUM LS TIME& COLD WEATHERFROTECTION SPV.O105 SPECIAL25. CONCRETEPAVEMENi. PNCN,IIUTT,I LS TIME & COLD WEATHER PROTECTION Payrnentis full compensationfor.providingpJasticsheetingand straw fo.rcold wealher protection,including removal followingthe cold weather proteclionperiod, and for alt taboi, toor", ano inclo"nGi" n*""ssary to completethe work, "quip*ent, NO ADDITIONAL TIME IS PROVIDEDBY THIS CONTRACTMODIFICATION, EXCEPTPARAGRAPH2 OF SUBSECTION 108,4.2.4SHALL APPLY.
Contrac,t:20020A1 3046
Goni. Mod.: 40
eaijir:tor z
7 'd
OE EZ E 6 Z S I t
roo s r f'l
l. lu s t : B a oo z
LO
q a :l
,,{
/r Central Region
CONTRACT MODIFICATIONUSTIFICATION J
ContractModification No. 40
20070213016 USH 51 / STII29 Corridor - Wausau, STH 29 Westbound, Sherman Street Flyover Bridge; USH Sf / STII 29 Corridor - Wausau, USH 51 / STH 29 Northbound, Mallard Lane to Sherman Street; USH 5l / STH 29 Corridor - \ilausau, Sherman Street, 28th Avenue to 24th Avenuel USH 51 / STH 29 Corridor - Wausau, STH 52 to USH 51; USH 51 / STH 29 Corridor -'Wausau, USH 51 Northbound, Sherman Street to STH 52; Marathon County; ||66-O9-74; IJ.66-09-76;||66-09-78: 1166-10-72, NH2007019; 1166-11-77, NH 2O07020; STH29; USH 5l; LocalRoad; STH29; USH 57;2.565Miles; Grading; Base AgpgegateDense; Concrete Payement Special; HMA Pavement;StmcturesB-37-344, 3 46, 3 48, 3 52, 3 S5, 3 56, j 57,3 59, 360, R-37-21,3-37-58,59,60, 68,72,73, and82; Routeand Seal; Culverl Pipes; Storrr Sewer; Concrete Wall Mechanically Stabilized Earth; Concrete Curb and Gutter; Concrefe Sidewalk; Concrele Banier; Pipe Underdrain; Steel Plate Beam Guard; Chain Link Fence; Signing; Pavement Marking; Conduit; Loop Detectors; Traffrc Signals; Lighting; Painting Epoxy System; Concrete Staining Sfructures; and Management of Petroleum Contamjnated Material. Zenith Tech.. Inc. - Waukesha
1.
Needfor Chanqe; In orderto complete concrete pavingoperations necessary switchnorthbound to usH 51 trafficontothe new northbound pavement beforeadverse weatherconditions precluded such work,project staffenteredintoan agreement the contractor with wherebythe iollowing conditions wouldapply: The Departrnent pay for all premium 1) will time laborcostsincurred by the contrac{or..neces.Try to perform work; ind 2) The Departrnent payfor E0%of the will the costof providing weatherprotec{ion the newlyinstalied cold for concrete pavement. The reason.this agreement established to aid in the advancement the project was was of schedule. concrete paving The subcontractor not contractually was obligated lo.complete the paving question the fallof 2OO7 in in sincethe schedule showed it-being-Oone spring in the of 2008,Thaicombined withthe deteriorating weather conditions madethe contractor apprehensive installing of the--pavement. Temperatures werefallingand the contiactorwas concerned it wouldbe difficult meetcompressive that to strength rJquirements the for pavemenl. Theyrefused assume of the riskbut agreedt6 proceed the Department to all if wereto sharein the riskby paying halfof the additional weatherprotection for cold required and payfor any overtirne premium and tirnecharges theirstaffthat wouldbe necessary by to complete work.Sinceweather the forecasts showedtlratthe rnostfavorable conditions were goingto occuron a weekend, premiurn timecharges werea significant factor, Without 9o-ncrete thg pavingbeingcomplete, trafficwouldhavehadto remainon the old northbound USH51 lanes'Thiswouldhavedelayed removal the bridges of overSherrnan Street and the railroad, whichin turnwoulddelayconstruction pier #6Lf bridge8-37-360. of Without thatpier beingconstructed, completion the entirebridgewouldbe deiayed. bf The mainissuethat makesadvancem"l!of the project schedule advlntageous impacts is and delays the travelling to publicwouldbe reduced oncetrafficis counter-directionai. original ffre
'
ContractModification Justification.doc
9 'd
O E EZ S G Z S I L
//= 1t-:'
,r Gentral Reglon scheduleshowed-traffic being counter-directional July, and this contractmodification in would aid in allowingtrafficto be counter-directionar nptt. in
2. lf this contract modification not approved, projectwould have been is the constructed according to lhe original schedule therewouldbe greatertrafficimpactsduring and the monthsof heavie-r (i.e,increased cost). travel user 3. The only alternative that was e,onsidered to continueconstruction was based on the original project schedule, 4Justificationof price: The unit pricewas calculated basedon time and materials costsincured by the contractor. The ProjectEngineerreviewed cost breakdown the providedby the contractor and determined that the priceis reasonable. 5. Yes' However, dollaramountof this contractmodification the g50,000 and thereis no change the scpeor intent the project, rHwn.piiir"r is lessthan in of .. is not required. (Note: Look on pn posal cover pageto determineif Fedaral oversight) prior approvalwasreoeived from By phone N/A FHWAon &. N/A (Date)
By attachede-mail
2t2t07 ro t rs I t l 1 . lu 9 t: 8 8 0 0 2 L o q e l
o se zE 6 zs I t
Contract Modification
1 1/3/2011 l:01 AM of WsconsinDepartment Transpodation 4-5a FiddManaget
Short DescriPtion
of Description Changes
ltem90ML 1. DRBCosts, work by the Brother' A. DescriPtion. (DRB)ro'tT"]s.-"X^"lljue daimsby Pheifer of expenses the Dispute feview BoardiLimi ano to prwide non-ninoins, work inctudes *'itt"n findin9-a1d revie* of the and independent impartial The DRBincludes anl'fact= presented' following practices taw' industry Lppri*ur" basecl recomrnendations "ont'act ";A;'il#;a in tiiimi *"t" included this DRBreview: 1-3 . Repairto voidsin columns assoo*:d-:l9::3"tu* otine . Repairs reconstructio-n Pier1 eastfooting.and and to s'p"it'ision retating the Pier 1 eastfooting anO . payment th. O"p"ronlnito; il""dg;t6", anatyiii, engineering, to defectiveconcrete by rendered of sefvices B. Measurement tota*ngone harfthetotarcost of the expense wi,, department payfor DRBCostsas a lumpsum The the DRB. by rendered the DRB' C. Pavment. of expense services the, for in pavm<lnt DRBCostis full compensation one halfof the total costof outlined for tothe disoute trortu,ttt]"Juj.it p"rtaining be dated and document eolh the contractor Departmentwi[ rerea."o'liio-ilrfnirgro ; # ffi;;t" Revi?w.Board" AiproacnesDRB's'Opinio;;il RG;tendations papersand position the McctearyBridgeanct pr*rJnililn t-n"*nt set claims forth and-dti 1,ZO1O.Rny October ""to/-;;d;;p;;btlent's "nO bRB's recommendation(s). ti # *tffi ;'a"coroince to the ;;;;i"i;; '
Newltems
& BRTDGE APPS MCCLEARY Proiect 6999"1!3'73, B'3735 ITEMS 0020,STRUGTURE Category: ltemDe scr|pt iont t ellgodePr op. Ln' lt em Ty } e ---E{nnunge o s e d Q t v . . . . u n i t P r i c e D o1'000 a 53'965'57000 .u-nitProp l|arv |ue order lI 90004 DRBcosts Mlsc 900041, ReaEon:Expef\sesottheBlsputeReviewBoad(DRB)forreso|utjonofthreec|aimsbytheconlractor. Subtotalfor CaGgory 0020: Subtotalfor Project 6999-03-?3r $53'965'57 $53'965'52 $53'965'57
Contract:20030708029
Cont Mod.:23
Page 1 of 2
\,JNTRACTMODI FICATIONUSTIFICATION J
ContractModification No. 23 Contract No 20030708029 6999-03-73 CTH N Mccleary Bridge & Apps Robin Lane - Lake St Marathon County 1. Needfor Ghanqe:
by board (DRB) Three claimswere submittedto the department the contractor. A disputeresolution was used to resolvethe claims. The cost of the DRB was mutuallyagreedto be splitequallybetween and the department. the contractor
2.
Consequencesif this Contract Modificationis not approved: cost of the DRB equally.
3.
The claimsprocess was followed described Section5.13,withoutresolution, as in requiring use of a the DRB as the reviewpaneldescribed Section105.13.6.No otheralternatives in were considered.
4.
Justification of Price:
The cost of the DRB was mutually agreed to be split equally between the contractorand the department.
J ContractModification ustification.doc
2t2t07
McCleary Bridge Project Dispute Review Board Wisconsln Department of Transporation 4802 Sheboygan Avenue, Room 501P.O. Box 791-5 Madison, Wl 53707-7915
39020-OOO0
McClearyBridge
Project
is for and of description all services disbursements this matter attached A complete please at questions, M. Kenneth Roberts contact to thisinvoice.lf youhaveany sc be (3121258-57 4 or e-maI: kro rts@ hiffhardin.com. i O
THIS S T A T E M E NT C o N T AIN SIN F o R MA T Io N P R oTE C TE D B Y TH E TTORNEY-CLIENT AND/OR ATTORITEY WORK PRODUCT PRIyILEGES.
Contract Modiflcation
1178,120'0,4.t15/t AM F'bldManager 3.3b
v
Wisconln OepartsDefl of TraEportation t
contract 2ofilo7o8o29,MccLEAFy BRTDGE Apps, BoBtN LN LAKE sr & Awarded Contract Amount
Route N
Short Descriptlon
ITEM #90oO4G Descriptlon of Ghanges
Add the tollowing item to th'ts contracl REPAIRTO PARAPEI PFIESTRESSED GIRDER RETROFIT,AND P]EF RETFIOFIT,ITEM 9OOq4G The work under this item shall be in accordance wlth the State of Wlsconsin, Deparlment of Transporration, Standard Specifications lorHishwav structure and constructlon, eoition;iib96t-E S6;i#r;;UiSpeciricarion e2oozEdtlon, and lhe SpecialProvisions lhis conlract for
New lterns
Proiest; @99-{13-?3, MCCLEARY BRTDGE &Apps Categorf 0020,STRUCruREB?3S TTEMS
MISC gOOO4G, REPAIR TO PARAPET. PRESTRESSED GIRDER BETROFIT, AND PIEHRETROFIT Reason: PLAN CHAIIGE
Unlt ChangeOrder LS
Unil Prlce
Dollar Valua
1.000
1,925.770o,0 $1,925.77
91,925.2 $1,925.27
z'd
6 Z L 8 -8 ' 8 -SIe
aca f ou;
e3p r ug
trJee I3c1.l
Le?zI
tooz
8I
noN
l*
I
20030708029... McCleary Bridge and Approaches, Robin Lane to Lake Street; Marathon County; 6999-03-73, OMA 2003541; CTH N; 1.025Miles; Grading, basecourse, stormsewer,concrete curb and gutter,concretesidewalk,asphalticconcretepavement, traffic signals,lighting, pavementmarking, and StructureB-37335. PHEIFER BROTHERS CONSTRUCTION COMPANY
1.
Changejustification:
After a sectionof parapetwas poured at an expansion joint, the bottom portionof the parapetwall crackedand started separate to from the ret oj the parapet. Upon lookingthe area over, it was foundthai a section paraper of spannedan expansionjoint. This caused the bottom corners of the parapet to be damagedwhen the bridge expanded and contractedand ultimately to portionsof the parapetbeing removedand replaced. In order to led prevent this from happeningagain,a pieceof felt had to be added at the bottomof the parapetin orderto create separation betweenthe parapetand the deck, Aftertwo deck pourswere completeand the falsework was stripped,it was reaffirmed jointson that the expansion the bridgewere incorrectly designed. A cornerof the prestressed girderson the bridgespannedfrom onb side of joint to the other due to the widthof the girdersand the skew of the bridge. This causedportions the expansion of the underside the deck to be damagedwhen the bridgeexpandedand contracted.-A retrofit the prestressed of to girderswas performedby placingfelt on top o{ the remaininggirders,al expansionjoints, in orderto providea bondbreaker thatwillprevent deckfrom beingdamaged. the Afterthe fishingpier was reinstalled, changeswere requested the MarathonCountyparks Department. by These changes the fishingpier were over and abovethe contractrequirements.The part<idepartment to was supposed to make repairsto the fishingpier after it had beendelivered their yard and beforeit was reinstalled. repairs to No were made by the MarathonCounty Parks Department the nine months that the pier was in theiryard. in lt was agreedthat we would make repairsto anything that was brokeduringremovaland make necessary modifications in orderto make it safe and handicapaccessible.
2.
lf thisContract Modification notapproved,.this is section parapet of wouldbe a maintenance probtem. Thiscould leadtohardfeelings between WisDOT themaintaining and authority, theywouldhaveto expend as funds order in to repair parapet a timewhenbudgets tight. Also,wisD-oTwouldlookbadto the public theparapet the at are if wasnotrepaired. lf thisContract Modification notapproved., remaining is the jointswould expansion function improperly. would This havelong{ermeffectson the quality the bridgeanci'ultimately to increased of lbad costsfor the maintaining authority. lf thisContract Modification not approved, fishing is the pierwouldremainin poorcondition unsafe the and for public use. This couldleadto liability to tor wispOr, the Marathon CountyHighway Department, and lgsues Townof Rib Mountain. This contract modification eliminate liability the atorlmeniione'o will any for gouern.ent entities allowed the transfer maintenance liability the Marathon and for of parksDepariment of and to County as November 2004. Donothing, consequences mentioned above. Donothing, consequences mentioned above. Donothing, consequences mentioned above.
3.
4.
Justification Price: of
Theprice the repairs the parapet negotiated agreed for to was and uponwiththe primecontractor. price The for Thisprice wasfoundto be acceptable theproject by engineerl The pricefor the retrofit the prestressed to gird-ers negotiated agreeduponwiththe primecontractor. wa-s and Thisprice wasfoundto be acceptable theproject by engineei. Theprice thefishing repairs for pier wasnegotiaied and-agreed withthe primecontractor. price this upon The for workwas equalto the cost of the material plus 15%. lnis pricewas foundto be acceptabte the project by engineer.
i'@i,l
" 1 .,,,.,,.;;,r'' lvrsc6nsin Fe$ailft*nl of TfgnspillamI
frpntra*t Modificatioe
lslTrzcsii Ptt 1.r0
Conf. Mod.
trate 1017/2tl0s
CONST PROJCT
pro.iect1fio_11-7t thiscorrlract under J Cilte0ory 0$10
$hort ilessriptian
C RarnpcOfl$*t pilvemenl
Descriptionaf fh*nges
f)ecreaseplsn qucntily for the foljowingbiri ilenrsin SPICIAL 02, CfiNCRETf PAVf fu.IEN'r $PEC'AI. B-lNCH, gC) lTEfrl SPV,01 SPECIAL , CO NCRETE 04 PAVETI EN'SPECI AL 1/2-lNC1"l, I s ll'Et{ $pV.0100
Addrhefollawing item$ rh'econrraci bid to *n*larprajecr 1r66-1.r-?$ caregory 0010: $FECIAL CONCRETE 12. FAVIMENT g 1I,-}NCH. HA$SPECIAt N-E,,J $PV,O1SO p$rfom allworkin accr:rciance seclisn415of the*landarcl lo specificati*ns, as hsreinafter and provjded. Replace subsecrion 415.2.1 rhe standard 0f $pecitiealior.,s rfreroilowing: wirh l"!:ffif$fixes usedfof concret Pavemenl flE$ $peciatg1,,-]nch, furnish grade0 air-enrained.sncrsr conrorninrJ
aari N;;ilJi6,iols ur,*rr chanse resuttof this ;';nH,,,?tffffi1Hfr. nor as a "t pRsvr,EprHr$ By cCIrlrRAcr MonrFrsA'o*. xc'pl.FARA*RA'H tr_'1i?jii,Ift;ps,i: 0r $uBsEcl't0N '
iieplace$heels 4,5 and3g of the pranrfor project 116s-1.1.7$ thea*arhrcirevised rvirh praflshssts. Replace sxisung the Arlicle ol lha $pecial 46 Frovisions lhe attaehed rvilh r*vi$sd specialprovision Theinlentot lhi$contfacl rnocjifica{ion facilitale is ta an,expedited $cherl$le tl1e lor conlf}'etion the,,c,. of Ran]pand lh6 The tnr.,t,n arisinat J"ii'priiion
S0ntm$i; 20SS0610031
f;ont, Mod.: 31
Pags 1 ol 1
A L
Need.fo(0hqFqe; alongthe Cwall R-37-28 had to be added to retaining sheeting ln the fall of 2009 permanent of Rampto preventscouring the footing. Also involvedin that processwas gettingpefmission area. This entireprocess wetland in sheetrng a delineated fromthe DNR to placethe permanent below very poor soilswhich we excavated Also on the C-rampwe encountered took 2 weeks. geogridfollowedby breakerrun to correctthe subgrade issues. 2 subgrade feet and installed This processalso took 2 weeks to complete. By havingto add these items we delayedthe date of this to projectschedule criticalpath almosta month. lt was critical keepthe compleiion a ramp to November20tn,2009 since this ramp needs to be open beforewe can construct next from this ramp to NB 51 yet thisyear so we can set the tub girdersfor 8-37-362 crossover for spring.Underapprcvalfrom centralofficepavementsectionwe changedthe concrete this entire ramp frDm a 6 bag concretemix with fly ash to a 7 bag mix withoutfly ash to accelerate the expediting schedule. curetimes,thereby
*'.
if e_nngdieatig-n; A Itg rn atives po ns id ere4 tq egc om p Iis h__th we but schedule, wiih that scenario couldnot a Payingthe contractor lumpsum for an expedited they were using.So we decidedto put the money into a fastersetting specifywhat materials date. completion agreeto the original concrete mix,havingthe contractor
4.
Justific?tisnaf F[iqr: were The and The unitpriceswere negotiated agreeduponwith the primecontractCIr, unitprices by comparable similar to work on otherWisDOTprojects and foundto be acceptable ihe Project Engineer, were muchlescthanthe #2 bidderon this project a similar for item. and
u2ta7
:-,4
j-r
l,
Ssnt.i&sd. l!umb*r
Route r5 t , 2S .f**tract L**alin* rt.lSH 5]ISTH?S
Het $hange
s6,s*s.75
FILH COPY
Shp*-ts**cr*ptinn
$alvagedT*p Adn^lilri*trative itemstCreckR*pair *anerni* Pav*nrsnta*d ftestsr*li*n Fo*t Ac.e*ptanee
Descriptianof Ch**ge*
itenr*tc this c*ntract: Add tl'lefal!*wingadministrativ* Tgrd!S*4.70*il CRACK ft FPAIR *SNCf?ETE FAVIIIEhlT,1 M RFSTfi RATjOl',1 FOST,4C* FT,*if{ E $ALVAGEF T*P, l"l""F $06"*ff?5 fr The w*rk underthisitem cfraf be i* acr*rdanceyri:tir Statenf Wise*n*in DeFarlm*nt TransFariatirn th* of $tande rd Sp*eifr**tians ftighwayand Structure f*r Constru*.{icn, 3CI*3 *dition,tFl*Silpplerftentet Specificst]*nn. ?**& Editian, and the Spectal Frovisions thiscsntract for NN ADDITIOMAL T'MF tS FR*VINFA *Y T}JISTfiNTRACT$NSSJTIffATI*T.:, 2 FXCEPTPARAGRAPI-I OF SUSSECTION 10s.4.?.4SL{ALL AFFt_Y,
Nerrs ltsnrs
Frsjec* J166-S*-7*,IJSH5lJST+l3* C*RAjDOn - SfALISAU ategory; &010"USH SJfSTH19 Itern Fescrlption *RA*K REPAIN**T.'ffNf; TH P&VEtl,lf'iT
K350n. b$
Fr*p.Ln. 5340
S9,92i,5S t9*SU3"56
fls*trar* ?007S?13S46
ffpnt. *lsd,: 65
Pa** 1 *l:
Fl*rrtf***ntral
ReEion
,f
t.
Needfor Change; S*veral pBile*$ c*n*rete pavarfient Rafip A era*keddue ts *rana trafficduri*g placsment of on ftf the $her"nran $tr*et Flyever*ridg* ste*l tub girders. 3e*ause the schedulsihawed this pavemeiltbeingf;ornpleted pr'*r to the tub gird*r pla*em*nt, it was asre#dthat th* d*partrn*nt rs$pon$ibility pffyffient th* r*pair$,whi*h i* *upp*rted hy CFIM5-35-1Sn. far for $sctian $lred 4'15'5.3 the StandardSpecificatisns of *$tablish*sthe sharedreimbilrs*r"1ffit The rnultipfi*r. *drnlnietrativ* itemfor CrackRepeirCuncrete Paven''rent nesdsto be addedt* the coniracl. The areastc the *a$t and west of the south abutnrerrt $lspepavinsfor bridgeB-37-34s hsd been restared, eHperieneed bui wash*ut$fost rest*ratian.Per $ecti*n S15,5.j of the $tandard $pecifiexti*n$, c*ntraetorshall restar* areffs of salvag*d iopscil washed CIut danl*ged th* or due ta erosis'"} aft*r p*rlial *cc*pt*n*e *f th* sahraged tapsail,xnd all a$silciat*derosinficontr*t work. The adminiatrative item for Restoratisn Pc*t Ac**pt*n*e $alvagedTcpn*il n*eds t* be addedts th* n#ntreet.
**rltraet n{sdificatisn is not annray*d: 4gnqgaueilses if tt3!F lf this esntrectmodlficatisn,isnat apprqved,th* departrlnt weuid not be adrniilisterir:g th* esntrctin ace*rdanee with $ee?ipns and $25 of the Standard 4'15 Sp*eifications.
3.
AltarnqtigE$Fqlrsid*red,ts4qsomptish*he$sdifi*atip"l;
7/?1il7
'f{ort* t*mtrat *eg&on No spparent altemative, csnsequ*n*e* me*tisn*dabove. Jitttifi cation of Prit-: Th* unit price for Crad<RepairSoncretePavern*ntis SS%of the bid pri*e cf th* *riginal e*n*r*te pavenert iternper Seetion 41S"S,3 the Standard af Specification*" unit pri# lcr Tfre Re*trraficnPcstAryhnce Salvaged T*ps*il in 3 tlmesthe unit bid pri*efor *alvng*dtapccil per$eciion 625.5.2of Sbndard the $pecifications"
t(
ls thgfRFedetel *esiaht
on this prsist?
Yes.fla$/ever, dollaramgu-tof this contract the madificatinn lesstharr$S*,G0* is and ther* is no change the ssp ar intent*f the project, FHWApri*r approvnl nct required. in so is fl{ofe; lro* an prapaal cover pag* {r defemrn* ffFegamf SvrrrigtrfJ Frior appncv*lvraar*csivsd fr*m FHWA, sn By phone
By atiachede-mail
{0ate}
C*ntrselltd*difrsati*n Juctifi*ation.doe
3/?10?
I t(oT-os-?*
Contract fllodificatio n
3141200S 8:40 A!,4
Cont.Mod. Number 83
Route
Revision Number
t
51'.t
Contract Location usH 51/STH29
$hcrt Descriptian
EB $TH 29lSBUSH51 barrier wall and related work
Contract20070213046
PageI of{
Orig'is1pf."l* satled 3$-inch for TypeA 4-inchmountable concrete cu$ and gutteradjaeent to eastbound STH29 and southbound USH51 wherethe two roadways merg;. ln the"'orange" the Projgct,to soulh,2025 LF of curband gutterand 1141sY of #''Concr6!e shoulders werts originally but ,loratiofis ineluded, not constructed ellowfar llexibility crossover to in for:future stagesand wereto be built instead conjunciion the curband shculder tnis pro.i*.i in with in rsrn?yai.of temporary the crossov*r$ prejet, installed underthe "nrange" damagewas Y.pnn discpvered the *dg,es the concrei*and the eps{y on ihe pevemeni wbs rn}tsd. tc of iies FDM 11-2A'lstates following: general, the "ln neither vertical sloping nor cilrbs are desirabte for use on high-spsed roadways. Therefore, eliminate eurbson urbanh-rgir speedroadways, whereit is practicel do so."This curbwa$ located a horiaonial to on cuiveior SiH 2g,and adjacent theweavllqsection to fo1lhemerging traffic fromthe Sherman prior Street off-ramp, to the merg*beh,rreen 29 and USH51, providiilg ssparation STH a bufler" Althor:gh besign tha of the eurbmetsFDMguidelines vrhen pri,=""i for surbis installed high-speed on *rbanrJadways, staff fBIt it was indeed practicaland prefrableto eliminatecurb in this locatianina reoommended installing single-face concretebarrierinstesd.lt was felt that csncrgtebarrier provide moresubstantial would a separation the tratlic of considering location, the especially during wintermonths the whencuib couldbe partially csvered sncw, Thisrecom,mendation by was approved MattBronson, by Project Supervisor. to theslightnarrowing thelanes Due of frorn gleanig up the concretepavement edges,the shaulder adjacent the bairierwas changed to pavement 10-112" earlystrength from8. csncrete to high coniretepavement. thickness The was to changed match thickness the adjacent the of lane, travel
Contract Msdification .lustificalion.doc
2t2!47
Due to the timingal the d*cisionto change frsm curbto ben'ier wall and the needto mobili:e project different equipment, staffinstructed conbactor use highearlystrength the to concrete for faster breakson both the shoulder and barrien This also allowed the original project for completion deadline be rnetand for eastbound to STll 29 to be opened twa lanesof traffic. to Coveringthe barrier wall with i:nsulated btanketswas neoessarybeq.ause the cold of temp*ratures experie*ced the time oi the waltconstruction to promcte at and shoriercuretime" Becaus* th* lengthof the barri*r wall was so great, the contractor n#t have enough did insulatingblanketsin their stockpiles. Projec,t staff agreedto pay for the purchasepf new with that would become properfy the Department of the after1 , blankets thestipulation theblankets they were removedfrom the banier wall. Th* b,lankets given to variauslocal caunty{ were \ deparlme:nts usein theirmaintenane I for activites. \highway Pavement werenecessary ties pavement on eastbound because exisling the ties STI{ 2g and southbound USH51 weredamaged tempnrary by that asphalt was instelled theselocalions. in Th* *pory coating the *xistingtiesappeared havemelted th* steelwascsil'aded. on and to The existing werecut off and nswtiesweredrilled ties in. 2. ,Sqn etpqnEes th,is,Qsntract if lrilndifieation not sppr{}v"+{: is lf tftiscontract rnodification notapproved, contractor is the wouldnot havethe bid itemsrequired to compleie work. Theworkwouldnotbe completed the contractor the or wouldsubmit claim a io be compensated it. lf the project constructed plan,mountable wouldhave for per was curb beenconslruqtqd a high-speed, on curvedu:rbon in given roadway a weavi,ng area. Perdirection in tlaeFDM,if it is practic*ltoeliminate curbon high-spded urban,rnJd''niays, it sl^rnuld Jsne. be PrCSeSt believes steff that the saf*ty of this roadway improved eliminating curb and is by the barrier in its place. installi,ng wall
3.
p| Alternatiyescefisidere. tp acporn ieh th? tgodifiqatipn S i Theproject per coilfdhavebeenconstructed p,lan. consequences $ee mentioned above. A double-faced banierwas ssnsidered lieu pf two single in facedbarriers this location, in but furthererraluation this alternative of revealed issues with the resu:lting shoulder slope*.Theie wottldhavealso beendi$icufty tyingintothe drainage systemwith previously *o,nstiucted ir"llet localions based tfrecurbflowlines. on
4.
Justification Price: of Th* unit pricesfor the concretebarrisr,th* concretspaven"ient, the paven'rent wsre and ties negctiated and agleed upon with the prirnecontracior. The unit priceswere comparable to similarwork otl'rer proiects foundacceptable the Prqject on WIsDOT by Engineer- lump and The su*r pricefor covering bar*erwall wes calculated the basedon time and materials costs incu,rred the contractor. Projectfingineer ,by The provided the reviewed cost breakdoyrn the by contrac;tol determined thepriceis reasanable. and that
3.
2tuav
Contract Modification
Wisconsin Department Transportation of 12t2/2005 5..13 PM Fi el dM anager 3.3b
Contract: 20040511026, CTH N & USH 31ISTH29 TNTERCHANGE Cont. Mod. Num ber 12 Route 51 Contract Location U SH 51 Revision Number 1 Cont. Mod. Date 12t2t2005 N et C hange s708 60 Awarded Contract Amount $11,100,000.00
ShortDescription
AD D NE W CO NT I IA C T E M S N D IN C R E AS E D D E C R E A S E IT A AN TH E QU A N TITY E X IS TIN G ON TR A C T OF C ITEM S
Descriptionof Changes
THISCO NT RA CT OD IF IC A T IOSH AL LD E C R EA S E E M N TH
214. 0100
0290
Originat
STA
_1.000 1,000.00000
$ _ 1 ,0 0 0 .0 0
Reason: PC SPECIAL CONCRETE 03 BARRIER PRECAST CONTRACTOR FURNISHED & INSTALLED, STATEOWNED Reason: PC SPECIAL TRAFFIC 06. CONTROL VERTICAL PANELSONE SIDED Reason: PC SPV. 0060 3010 Original EACH SPV.0090 3O5O Originat LF
-1,527,000
Contract; 2OO4OS1i026
C ont. Mod.: 12
Pa g e 1 o f 3
Contract Modification
Wisconsin Department Transportation of 12t2t2005 13 PM 5 Fi el dM anager 3.3b
Increases/ Decreases
PTOJECT: 1166-06-70, USH 51/STH29 CORRIDOR WAUSAU,LILY LANETO ORIOLELANE,CTH N & USH 51/STH29 PROJECT F Category: 0010,ROADWAY ITEMS& R-37-19 Item WALL MODULARBLOCKGRAVITY Item Code Item Original
U ni t
SF
c
-78.000
Unit Price
D o l l arVa l u e
5 3 2 .0 2 0 0.S 1010
21.50000 $ - 1,6 7 7 .0 0
New ltems
Project: 1166-06-70, USH 51/STH29 CORRIDOR WAUSAU,LILY LANE TO ORIOLELANE,CTH N & USH S1ISTH TNTERCHAN 29 Category: 0010,ROADWAY ITEMS& R-37-19 Item Description Item code Prop.Ln. ltemType 3440 unit ProposedQty. Unit price DollarValue S PECIAL 3. SSPR CSPECI AL 2 4B- I NCH SPV, O 105 GROUTING Reason: PC 24. FENCE j.., SPEC|AL DAMAGED 1 R EPAIR Reason: PC 25. MANHOTE SPV.O105 .," SPECIAL LOW PROFILE FRAME Reason: PC ' . S PECIAL2 6. PERM ANENT BARRICADES WITH SIGNS , Reason: PC S PECIAL . MOVING XEDM ESSAG E SPV. O 105 27 FI ,. T S I GN Reason: PC I," SPECIAL DMV/DNR PARKINGLOT 30. SPV.O105 3480 Change Order LS 3460 Change Order LS SPV. O 105 3455 Chanqe Order LS 3450 ChangeOrder LS SpV.0105 3445 Change Order LS
ChangeOrder LS
1.000
' 157.58000
$ 1 5 7 .5 8
1.000
264.62000
$264.62
1,000
630.00000
$630.00
Reason: PC
$38,067.28
Contract: 20040511026
C ont. Mod.: 12
Page 2 of 3
', . -
C h a n g e j u sti fi ca ti o n : with removing Old due to this work associated The contractitem Obliterating Road is decreased DNR driveway included is with the additional work included and the old CTH N Roadway/DMv Parking Lot. withthe new itemDMV/DNR Furnished and Installed, StateOwned,is The contractitem ConcreteBarrierPrecastContractor to Departmentdecisionto not use barrierto close off the southbound51129 decreaseddue outsidelanefrom 504 - 517. The 430 - 446 and norlhbound lanefrom Station auxiliary outside panelsand permanent with barricades signs. vertical withtrafficcontrol is barrier replaced The contractitem Traffic Control Vertical Panels, One-Sided,is increaseddue to replacing above. as barrier discussed concrete at due to not being installed the The contractitem Wall ModularBlock Gravityis decreased permitto fill onto adjacentproperly a side of DMV/DNRlot and utilizing construction southwest with curband gutter. wall and replacing with The new contractitem SSPRC Special48-lnchGroutingis addedfor extracostsassociated jacking groutingvoids created from encountering large boulders during the boring and ConcreteSpecial48-lnch. Rock of operations the contractitem Storm Sewer Pipe Reinforced with the work associated with boringand jackingand the necessary is excavation not included on. due to rocksis aEreed finalgrouting the item DamagedFenceRepairis addedfor repairing chainlinkfencefrom The new contract 495+20 leftthat was hit by a vehicle. to Station494+50 The new contractitem Low ProfileManholeFrameis addedto replacean existing9" highframe at storm sewer Structure#219 with a 4" high frame to improvedrainageon the west side of pedestrian C-37-77. underpass with barricades with Signsis addedfor installing Barricades item Permanent The new contract with the outsideclosed lanes in conjunction and southbound signs in the final northbound of use of trafficcontrolverlicalpanelsand elimination concretebarrier. increased of moving the 11' Signis addedfor the necessary item MovingFixedMessage The new contract 51 403 on the left. The sign is moveddue to sign Northbound at Station x 11.25' trafficcontrol wideningin the median. temporary withthe adjacentprojects conflict the with improving The new contractitem DMV/DNRParkingLot is added for work associated in with the were added by the Department cooperation existingparkinglot. The improvements pulverizing relaying existing Thiswork included and the planchanges realignment. and driveway pavement, roughgrading, removing existing concrete curb and gutter, existing removing asphalt, preparation asphalt pondexcavation, finishing and cleanup. for surface, and ditching, detention
'rn" new contract item 8-37-340 Deck StrippingFlaggingis added for flagger costs on September and 9, 2005. The Department 8 agreedto reimbursement flaggeicosts that for so contractor wouldnot closeCTH N belowUSH51/STH29 allowed the contract. per
(
The new contract item C-37-77 Lighting Revisionsis added due to a request by the Department's electricians pull additional to wire and add one circuitto the pedestrian tunnel lighting.
2.
3.
4.
Justificationof Price: T h e SS P R CS p e ci a4 8 -l n chGro u ting eed l agr lumpsum unitpr iceof 91S,1OO.g2reas onabl e. is The totalof EJM'sgrouting costswas $20,545.47. The hourlycostsof operations and laborers is well belowaccepted force accountrates. Equipment and material costsare reasonable and documented. EJM accepteda 30% reduction total groutingcosts for groutingnot associated in withencountering largerocksand boulders. The Damaged FenceRepairagreedlump sum unit priceof $157.58is reasonable fortwo men allzhour, plusskidloader, six replacement and posts. The Low ProfileManhole Frame agreed lump sum unit price of $264.62is reasonable for removing and replacing previously higher a set casting and compares the contract to unitpriceof $364eachfor salvagedinletcovers. The Permanent Barricades with Signsagreedlumpsum unitpriceof $.1g00.52 reasonable is for p r o v i d i na n d i n sta l l i n4 T yp e l l l B ar r icades $250.00 g g at eachand foursignsfor g810or g1g per s.f. The priceof the barricades compares the Steward to AvenueProject1166-1 0-73174 which has a quantity sevenand a unitpriceof $200each. of The Moving Fixed Message sign agreed rump sum unit price of $630.00 is reasonable considering work associated the with moving this signwas estimated threemen at four hours at withtraveltime plusan augertruck. Twelvelaborer hoursat $S0/hour $600without auger is the truck. The DMV/DNRParkingLot agreed lump sum unit price of $20,013.04 reasonable the is for magnitude work involved.American of Asphalt's quotefor the pulverize original and relay, fine grading, watering and compacting parking was $9812with prime,s the lot 5% markupexciuding any base course. Their actual cost for this porlionof the work came to $7762 with prime's markupand included trucking and material costsfor 88.61tons of 1 T+"base. The balance of work by Peterson spannedseveraldays of work operations with work completed September on 1 2 , 1 4 , 1 5 ' 1 9 ' 2 0 , a n d Octo b e r1 3 and November of 2005. The wor k included i ter ati ng 15 obi roadway,concretecurb and gutter and pavementremovals,common excavation detention of pondand cleared areas,placing and compacting 300+feet of ditching, fill, clearing grubbing and ditching drainage swale to east, and generalcleanup. hours of labbr anOequ'ipment All were agreed daily. on
;:
i..-'
.'
,-
-,{
GontractModification
412612007 PM 1:59 FieldManager 4.2c
Revision Number
I
Short Description
ADJUST DECKFORM WORK8.37-338
Description Changes of
This work shall be in accordancewith the State of Wisconsin,StandardSpecifications Highwayand Structure for Construction, 2003 Edition, Supplemental the Specifications 2004 Edition, and the specialprovisions this contract. of No additionaltime is providedas part of this contractmodification. Add the followingnon-standard item to the contract: 1. AdjustDeck Forms8-37-338, SPV.O105.10 A. Description. Adjust deckformsat the locations and to the elevations directedby the engineer. as B. Construction. work shall conformto Section502. All C. Measurement. The department will measureAdjust Deck Forms 8-37-338as one lump sum satisfactorily complete. D. Payment. Paymentis full compensation all labor,tools,equipment, for materials, and incidentals neededto complete the work.
New ltems
PTOJECT: 166.05-70,USH 51 / STH 29 CORRIDOR. WAUSAU, STH 29 EAST SYSTEM RAMPS, FOX GLOVE ROAD TO LILY LANE 1 Category: 0030, STRUCTUREITEMS 8-37-338 Item Description SPECIAL1OADJUSTDECK FORMS 8-37-338 Reason: Ml Item Code SPV,O105 Prop.Ln. 2965 ltemType Unit Proposed Qty. Unit Price Dollar Value
ChangeOrder LS
$2,356.20 $2,366.20
Page 1 cf 2
8,2006 September CIiffMashuda Mashuda Contractors P.O. x 16 Bo Princeton, 54968 WI Re: SP# 1053-06-76 BridgeStructures 338 Hwy. 29151Interchange LundaJob# 8541
Dear Cliff: On structure 338,the State providedincorrect engineer grades the deck.Lundahadto for rernove deckingalready installedandreworkthe area,Thiswork wasdoneundera time and material basis. pricefor thiswork is $2,129.79. The Please submit to the State a this for change order. If you shouldhaveanyquestions, pldase me at (920) 553-3522. call Sincerely, LLINDA CONS TRUCTIONCOMPANY
424
WadeJ. Hamacher ProjectManager WJITmlp c: BRF file
. . Rosemount, 55068 Ph:(651) . Twin Cities office 15623 . ClaytonAve. MN (651) 437-9666Fax: 437-i035 . Hilbert . 0ffice W2332 Crosstown . P.0. 303. Hilbert,Wl E. . Rd. Box 54129 ph: (920) (920) 853-3522Fax: 853-7170 . . Mif waukee 0ffice W229 . N2520 Duplainville . Waukesha, 53186 Ph:(262) -1781 Fax:(262) Road Wl s4i 547-3080
HMA and Route Seal; Pavemenq Concrete Dense; eggregate CiaaLngiease and 5-37-54 80;Sigr Bridges cantilevered Biidges I.3i-iZ:1,lls,uii:5s; Sign
is"t$;;i
1.
justification: Change the The contractor provided was deck haunch information, whichwas than usedto determine Afterthe contractor installed formwork had the elevation the bottom the deckof 8-37-338. of of provided was in errorand would that for the deck it was discovered someof the information areas. require contractor adjust formworkin effected to the the
2.
Modification not approved: is if Consequences this Gontract will and therefore not be ableto will The contractor not be ableto pourthe deckof 8-37-338 the complete structure.
3.
the Alternatives considered accomplish change: to None Justification Price: of Unitpricewas basedon the actualcostfor men and equipment needed complete work. to the Seeattached supporting documentation.
5.
6.
ls thereFederal Oversight this project? on Yes a) lf yes,doesthis Con.Mod.changethe scope of the project?No b) lf 6a is yes,or 6 is yes and this Con.Mod.is over$50,000: prior approval N/A was received from FHWAon (Date) By phone N/A By attached e-mail
Justification.doc ContractModification
B-27-02
.t\.
, u,' ,jd 1 / \
'
{ .. . tu
u ContractModification
4126/2007 2:16 PM WisconsinDepartment Transportation of 4.2c FieldManager
Revision N u mb e r
ShortDescription
AND 63+00 Lt REGRADE THE EB-LINE BETWEEN59+OO
Descriptionof Changes
for This work shall be in accordance with the State of Wisconsin,StandardSpecifications Highwayand Structure 2004 Edition,and the specialprovisionsof this contract. Construction, 2003 Edition,the SupplementalSpecifications No additionaltime is providedas part of contractmodification. Add the followingnon-standard item to the contract: 1 . Regr ade B - L i n el,te mSP V.0 1 0 5 .1 2 E A. Description. The work shall include removingexcess materialbetween59+00 EB and 63+00 EB and reshapingthe area to conformto revisedcross-section sheets providedby the engineer. B. Construction. work shall conformto Section205. All C. Measurement. department measureRegradeEB-L|neas one lumpsum satisfactorily The will complete. D. Payment. Paymentis full compensation all labor,tools,equipment, for materials, and incidentals neededto complete the work.
New ltems
Project: 1166-05-70, USH 51 / STH 29 CORRIDOR- WAUSAU, STH 29 EAST SYSTEMRAMPS, FOX GLOVE ROAD TO LILY L.ANE
sPV.0105
Change Order LS
$8,160.45 $ 8 ,1 6 0 .4 5
C a n fra rf.
,n rl -R
7' ltn{ R
C nnf
M nd.
?A
I
1. Ghange iustification:
North GentralRegion
20050712015 STH 29 East Interchange, Overhead Drive - Wisconsin River; USH 5l / STH 29 Corridor - Wausau, STH 29 East SystemRamps, Fox Glove Road to Lily Lane; USH 51 / STEL29Corridor - Wausau, USH 51 / STH 29 Maintine, Fox Glove Road to Lily Lane; MarathonCounty; 1053-06-76, 2005432; 1166-05-70, NH ONILA 2005433 1766-0s 1,STP2005434; STH 29 EB; STI{ 29; USH s1, 3.349Miles; ; -'t
While placingcommonexcavation materialsin the fills betweenstations59+00 EB and 63+00 EB Lt the contractorbroughtto the engineer'sattentionthat the cross-sections this area in maybe in error.The engineer discovered that the cross-section provided incorrectly additional 4feet of shoulder and Rt. The engineer Lt revised of the cross-sections all alongthe EB-line and providedthem to the contractor. The contractor had alreadyplaced materialsbeforethe error was discoveredand now had to remove the excess material.The contractorhas requested compensation the costto removethe excessmaterials. for
2.
Gonsequencesif this Gontract Modification is not approved: The effectedareawill haveto be shapeto blendin with areasabuttingit.
3.
4.
Justification of Price:
Unitpricewas basedon the actualcostfor men and equipment needed complete work. to the Seeattached supporting documentation.
5.
6.
Is thereFederal Oversight this project?Yes on a) lf yes, doesthis Gon.Mod.changethe scopeof the project?No b) lf 6a is yes,or 6 is yes and this Gon.Mod.is over$50,000: prior approvalwasreceived from FHWAon N/A (Date) By phone By attached e-mail N/A
ontractModification Justification.doc
B-27-02