Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
03-410
OCTOBER 14, 2003 03-410 RESOLUTION (CARRIED 4-2 LOST LAID OVER WITHDRAWN .) PURPOSE: INITIATED BY: CHANGE ORDERS / OPERA HOUSE SQUARE DEPARTMENT OF COMMUNITY DEVELOPMENT BE IT RESOLVED by the Common Council of the City of Oshkosh that the following Change Orders, copies of which are attached, are hereby approved: SOMMERS CONSTRUCTION W7574 Sommers Construction Shiocton, WI 54170 Change Order #1: Net Decrease to Contract ($ 550.00) Change Order #2: Net Increase to Contract $16,886.13 PURPOSE: See attached BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated from Acct. No. 323-0740-6401-06101 Equipment Fund / Opera House Square. October 8, 2003 Mr. Jackson Kinney City of Oshkosh Department of Community Development 215 Church Street Oshkosh, Wisconsin 54901 ~ Y~L~ -'©R,A,SMITH & ASSOCIATES, INC, Re; Opera House Square Reconstruction 300 Block of North Main Street Oshkosh, Wisconsin Dear Jackson: Enclosed please fred the signed originals of Cqntract Change,order No: 1 ~agd NO. 2 for the above referenced project-for submittal lo Mr. Richard Wollangk for 'his signature. Branch Office 920-231.3119 FAX 920231-9872 2850 Universal Stm~t Qsh~o~.Wi ~9~4~897S ContraCt Change Order No. 1 is comPenSation to the contractor for the addition of a 2-inch water Cor~rate Headquaners sen, ice from Market Street tothe metering vault so adequate pressure ig present for the irrigation 262-78~-1777 system and the exigting ,water fountain..Contract Change orderNo. 1 ~is.a .deduction for; the FAX262-786-0826 [6~/45 W. Bluemotmd Road elimination of the drinking fountain from the contract.' The 1-Inch:Water service for the future sui~ 2o0 drinking fountain was extended.into the property from High Avenue, as well as, the installation of Br0oldield. Wi 53005-593g the lateial ~0nne6ting tol the sanitary:sewer system ContraCt. Change Order No. 1 ~s a net deduction]of $550.00 t6 the contract. Contract Change order Na.-2 .is compensation to the contractor :fo~ the'addition of the~eleet~Zal service f0/~.the cenaal 1//win Christmas tree; the condifit, sidewalk ~emoval and rePlacem~n~ fOr~tho ~tt~9 e!oqk, the installataon of the.cu~ anti ~bncking for the future clock; the condmt and el6ctrlca110Dxes for the trees in the south lawn ai~ alongHigh'Avenue, c0ntra6t change Order ' ~lavenb~ No..2 is :cOmpensation to the contractor for removing the dark:colored brick pagers delineating ~islo~ the Market street'centerline; for field'revisions to the in-igatlon system; and the addition of steel cabinets to protect the vacuum breaker assembly and irrigation control .box from vandalism~ ' Municipal Engineering Contract Changn~Order No 2 i~ a net increase of $1.6,886 13 to the contract Wastewater Collection & Treatment The original e0ntraet was in the amotmt Of $419}997.50. With the additions/subtractions from Contract Change Order.No..1 and No. 2, the final cofitract amount is $2B6,333~63. Since this is WaterSupply & Distfibuti0n not~ a lump stun contract,.tbe contractor is compensated for work performed, measured as-built StonhwaterManagement quantities versus plan quantities. The final ~eost. for.the Opera House Square Reconstruction, Tr~sportati0nDes gn including contract Change Orders will be $421,666.12.- cons~¢tion Services S~eyin~ If yOu have any questiong, please call me at our office (920) 231-3 I19. ~¢I/FM/Glglntegated Solutions Sincerely, R.A. Smith & Associates, Inc. 3DVisualizatio~ Ronald J. Hardy Project Manager Sheet 1 of 4 CONTRACT CHANGE ORDER Order No.: 1 Date: May 16, 2002 Agreement Date: April 10, 2002 NAME OF PROJECT: Opera House Square OWNER: CONTRACTOR: City of Oshkosh Sommers Construction Coml~m~' · ..... The following changes are hereby made to the CONTRACT DOCUMENTS: Delete the entire text for Bid Item No. 75 and replace witk the following: BID ITEM No. 75 1-inch Water Service 75. Furnish and install water main tap, 1-inch copper pipe, curb stop valve, meter pit, valves, and connection to sanitary manhole for future year round drinking fountain, complete as specified, each Add the following text for new Bid Item No. 75A: BID ITEM No. 75A 2-inch Water Service 75A. Furnish and install approximately 60 linear feet of 2-inch water service from existing 8" water main in Market Street to (and into) the existing pump vault located near the sun dial. GENERAL A. All materials to be incorporated into the work shall be new and unused. Water service piping, valves, fittings and appurtenances shall meet the appropriate Standards of the American Water Works Association (AWWA). MATERIALS SUPPLIED A. All pipe, fittings, valves, boxes, and all other materials required for the construction of the water system improvements shall be provided by Contractor. Corporation stops, Curb stops, and Curb boxes shall meet the approval of the City of Oshkosh Water Distribution Department. Where a curb stop and stop box is located within concrete, set top of curb box 4-inches below finished concrete grade, and install a City of Oshkosh-furnished "Hudson box" over the curb box. "Hudson boxes" can be obtained from the City of Oshkosh Water Department, 757 W. 3~ Street, at no cost to the contractor. WATER SERVICE PIPE AND FITTINGS A. All water main and/or lateral service pipe (2'Inch) furnished for use on the project shall be Type "K" copper meeting the requirements of the Standard Specifications. Sheet 2 of 4 VALVE BOXES A. Cast iron valve boxes shall be fitted with an adapter to hold the box firmly in place. All valve boxes and adapters shall readily accommodate the above valves. WALL PENETRATION CLOSURES A. The Contractor is responsible for creating a hole (by coring, or other means approved by the Engineer) in the existing pump vault for the 2-Inch water service to penetrate the existing pump vault. Pipe to wall penetration closures shall be modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe and the concrete wall. The links shall be loosely assembled with bolts to form a continuous rubber belt around the pipe. After the seal assembly is positioned, tightening of the bolts shall cause the rubber sealing elements to expand and provide a watertight seal between the pipe and the concrete wall. The assembled se~l. ~13all also provide electrical insulation between the pipe~.a, nd the wall. Seals shall be "Link-Seal' as manufactured by Thunderline CorPoration or equal.: BEDDING 'A. Bedding shall be 3/4-inch crushed stone chips, meeting the requirements of Paragraph 6.43.2 of the Standard Specifications. BACKFILL A. Granular backfill shall conform to Chapter 2.6.0 of the Standard Specifications. EXCAVATION A. All excavation shall conform to the requirements of Chapter 2.2.0 of the Standard Specifications. INSTALLATION A. Install water service and appurtenances in accordance with File No. 50, 51, and 52 and Parts II and V of the Standard Specifications. Minimum thickness of bedding shall be three (3) inches. Minimum thickness of cover material shall be twelve (12) inches above the crown of the pipe. Care must be taken io ensure proper compaction, of bedding material under the lower quadrant of the pipe. B. Backfill trenches above the pipe with excavated material, consolidated by mechanical means in accordance with Paragraph 2.6.14(b) of the Standard Specifications. Flooding of backfill is not permitted. All backfill shall be compacted by means of mechanical vibration in one (1) foot lifts. C. Valve boxes shall be set truly and vertical and so supported until sufficient backfill has been placed to ensure the vertical alignment of the box. All boxes shall be supported by footing blocks. All boxes shall be set to proposed grade and shall possess enough remaining adjustment to be raised and lowered at least six (6) inches. Justification: The change to Bid Item No. 75 is at the request of the owner. The addition of Bid Item No. 75A is due to differing field conditions. The construction plans s~ate the existing water service from the water main in Market Street to existing pump vault to be 2-inch diameter. Actual field measurements show this water service to be l-inch. The existing 1-inch water service would not provide enough water pressure to operate the water fountain and the irrigation system. Sheet 3 of 4 Increases/Decreases Item No Item Description Unit Proposed Qty, Unit Price Dollar Value 75. Drinking Fountain Each -1.0 $ 5,500.00 $ -5,500.00 SubTotal $ -5,500.00 New Items Item No. Item Description Unit Proposed Qty. Unit Price Dollar Value 75. l-inch Water Service Each 1.0 $ 3,750.00 $ 3,750.00 75A. . . 2-inch Water Service LF 60.0 $ 20.00 $ . L200.00 ,?~ · · SubTotal .:~ $ 4;950.00 Net Change $ -550.00 Chan~e to CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by Previous Change Order: The Contract Price due to this Change Order will be decreased by: The new Contract Price including this Change Order will be: Chan~e to CONTRACT TIME: The CONTRACT TIME will be (increase&decreased) by 0 The date for completion of all work will be unchanged. $ $ $ $ calendar days. 419,997.50 419,997.50 (550.00) 419,447.50 Sheet 4 of 4 ~ce~ted BY: Representing: Prim Name/Title: Date: City of Oshkosh Mr. Richard A. Wollangk, City Manager Recommended By:'~ ~' .~N_~, Representing: Print Name/Title: Date: R. A. Smith & Associates, Inc. Mr. Paul M. Phillips, Branch Office Manager Requested By: Representing: Prim Name/Title: Sommers Construction Company Engineer Contractor Date: Sheet 1 of 6 CONTRACT CHANGE ORDER Order No.: 2 Date: March 21, 2003 Agreement Date: April 10, 2002 NAME OF PROJECT: Opera House Square OWNER: City of Oshkosh CONTRACTOR: Sommers Construction Company The following changes are hereby made to the CONTRACT DOCUMENTS: Add the following text for new Bid Item No. 78: BID ITEM No. 78 Electrical Service to Christmas Tree. Description. This work shall consist of furnishing and installing 100 linear feet of Nonmetallic Conduit, Schedule $0, 2-inch; furnishing and installing one each Pull Box, Steel, 12x24-Inch; and furnishing and installing 300 linear feet of electrical wire from the electrical control cabinet at the southwest comer of Opera House Square to the Pull Box, located in the central lawn area of Opera House Square for the purpose of supplying electrical service to tho center of the park to light a Christmas Tree, and other uses. Materials. All materials to be incurpomted into the work shall be new and unused. Nonmetallic conduit and fittings shall be Polyvinyl Chloride (PVC) electrical conduit conforming to the requirements of the Underwriters' Laboratories Standard for Rigid Nonmetallic Conduit, UL 651, for Schedule 80 em-heavy wall type. Ail electrical conduit shall have a U.L. Label on each length being delivered and used at the project construction site. Pull Box, Steel, 12x24-lnch shall be corrugated steel pipe and shall conform to the requirements of the American Association of State Highway and Transportation Officials (AASHTO) M 36M. Manhole frame and solid lid shall be provided. Electrical Wire shall be shielded, No. 14 AWG, 2 conductor, polyethylene insulated conforming to IMSA Specification Number 50-2. Construction Methods. Each mn of conduit shall be the nominal inside diameter as designated on the plans; and each mn of conduit shall be for the distance as directed by the engineer. Each nm of conduit shall be of one size for its entire length fi.om pull box to pull box. Standard electrical conduit fittings shall be used. All conduit shall be pitched for drainage to a pull box. Unless otherwise provided on the plans, conduit shall be in trenches excavated with vertical sides and of a depth and width sufficient to accommodate the outside diameter of the conduit couplings. The conduit shall be laid at the depth below grade as shown on the plans, or as directed by the engineer. The trench shall be backfilled with select material, all of which passes a 1-inch sieve. Trenches shall be excavated true to line and grade to afford the conduit uniform bearing throughout its length. The trench shall not be backfiiled prior to inspection of the conduit. Backfilled shall be carefully tamped in place. Method of Measurement. Bid Item No. 78 Electrical Service to Christmas Tree will be measured for payment as a single complete unit of work. Basis of Payment. Bid Item No. 78 Electrical Service to Christmas Tree, measured as provided above, will be paid for at the contract lump sum price, which price shall be payment in full for furnishing, hauling and placing all materials; for excavation, bedding, and backfilling; for disposal of surplus materials; and for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Sheet 2 of 6 Justification: Bid Item lqo. 78 Electrical Service to Christmas Tree is added at the request of the owner. Add the following t~t for new Bid Item No. 79: BID ITEM No. 79 Nonmetallic Conduit~ Schedule 80~ 2-Inch~ Special for l~uture Clock Description. This work shall consist of furnishing and installing 35 linear feet of Nonmetallic Conduit, Schedule 80, 2-Inch, Special by construction methods other than trenching at the southeast comer of Opera House Square for future use. Materials. All materials to be incorporated into the work shall be new and unused. Nonmetallic conduit and fittings shall be Polyvinyl Chloride (PVC) electrical conduit conforming to the requirements of the Underwriters' Labomtorles Standard for Rigid Nonmetallic Conduit, UL 651, for Schedule 80 em-heavy wall type. All electrical conduit shall have a U.L. Label on each length being delivered and used at the project construction site. Construction Methods. Each run of conduit shall be the nominal inside diameter as designated on the plans; and each nm of conduit shall be for the distance as directed by the engineer. Each run of conduit shall ha of one size for its entire length fi:om pull box to pall box. Standard electrical conduit fittings shall be used. All conduit shall be pitched for drainage to a pull box. Nonmetallic Conduit, Schedale 80, 2-Inch, Special shall be installed by jacking, boring, angering, or other methods approved by the engineer that will not disturb the existing overlying curb & gutter and sidewalk. Method of Measurement. Bid Item No. 79 Nonmetallic Conduit, Schedule 80, 2-Inch, Special for Future Clock will be measured for payment as a single complete unit of work. Basis of Payment. Bid Item No. 79 Nonmetallic Conduit, Schedule 80, 2-Inch, Special for Future Clock, measured as provided above, will be paid for at the con~ract lump sum price, which price shall be payment in full for furnishing hauling and placing all materials; for excavation, bedding, and backfilling; for disposal of surplus materials; and for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Justification: Bid Item No. 79 Nonmetallic Conduit, Schedule 80, 2-Inch, Special for Future Clock is added at the request of the owner. Add the following text for new Bid Item No. 80: BID ITEM No. 80 Electrical Service to High Avenue Trees Description. This work shall consist of fusuishing and installing 100 linear feet oflqonmetalllc Conduit, Schedule 80, 2-Inch, Electrical Wire and Electrical Outlets fi:om the electrical control cabinet at the southwest comer of Opera House Square to the trees located in the south lawn area along High Avenue at Opera House Square. Materials. All materials to be incorporated into the work shall be new and unused. Nonmetallic conduit and fittings shall be Polyvinyl Chloride (PVC) electrical conduit conforming to the requirements of the Underwriters' Laboratories Standard for Rigid Nonmetallic Conduit, UL 651, for Schedule 80 extra-heavy wall type. All electrical conduit shall have a U.L. Label on each length being delivered and used at the project construction site. Electrical Wire shall be shielded, No. 14 AWG, 2 conductor, polyethylene insulated confonning to IMSA Specification Number 50-2. Construction Methods. Each nm of conduit shall be the nominal inside diameter as designated on the plans; and each nm of conduit shall be for the distance as directed by the engineer. Each nm of conduit shall be of one size for its entire length fi:om pull box to pull box. Standard electrical conduit fittings shall be used. All conduit shall be pitched for drainage to a pull box. Unless othenvise provided on the plans, conduit shall be in trenches excavated with vertical sides and of a depth and width sufficient to accommodate the outside diameter of the conduit couplings. The conduit shall be laid at the depth below grade as shown on the plans, or as directed by the engineer. The trench shall be hackfilled with select material, all of which passes a 1-inch sieve. Trenches shall be excavated m~e to line and grade to afford the conduit uniform bearing throughout its length. The trench shall not be backfilled prior to inspection of the conduit. Backfllled shall be carefully tamped in place. Sheet 3 of 6 Method of Measurement. BID ITEM No. 80 Electrical Service to High Avenue Trees will be measured for payment as a single complete unit of work. Basis of Payment. BID ITEM 1%. 80 Electrical Service to High Avenue Trees, measuredas provided above, will be paid for at the contract lump sum price, which price shall be payment in full for furnishing, hauling and placing all materials; for exeavatinn, bedding, and backfilling; for making all connections, including wire nuts; for testing the circuits; for disposal of surplus materials; and for furnishing all labor, tools, equipment and incidentals neeassary to complete the work. Justification: BID ITEM No. 80 Electrical Service to High Avenue is added at the request of the owner. Add the followlng text for new Bid Item No. 81: BID ITEM No. 81 Market Street Centerline Removal Description. This work shall consist of removing existing dark e61ored brick pavers on Market Street and replacing with salvaged brick pavers of the same color as Market Street at Opera House Square. Construction Methods. All dark colored brick pavers will be broken down and removed in such manner to not damage the remaluing brick pavers on Market Street. The void will be filled with brick pavers salvaged from the demolition phase of this project. Method of Measurement. BID ITEM No. 81 Market Street Centeriine Removal will be measured for payment az a single enmplete unit of work. Basis of Payment. BID ITEM No. 81 Market Stree{ Centerline Removal, measured as provided above, will be paid for at the contract lump sum price, which price shall be payment in full for breaking down and removing and disposal all materials; for furnishing and placing of salvaged brick pavers; for disposal of surplus materials; and for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Justification: BID ITEM No. 81 Market Street Centerline Removal is added due to differing field conditions. The conslnmtion at Opera House Square changed the st~t width of Market Street. The existing dark colored brick pavers, denoting the centerline of Market Street, were no longer in the correct location. So not to cen-qtse motorists, these brick pavers were removed. Add the following text for new Bid Item No. 82: BID ITEM No. 82 Irrigation System Revisions Description. This work shall consist of the furnishing and installing of additional PVC irrigation piping and valve boxes, as required, to change the irrigation system from a designed "pressure" system to a "vacuum" system at Opera House Square. This work consists of the furnishing and installing of additional quick coupler swivel heads at the request of the City of Oshkosh Parks Department. Construction Methods. Ail materials and constmctien methods used shall be in accordance with the pertinent requirements as set forth in the Special Provisions of the contract documents. Method of Measurement. BID ITEM No. 82 Irrigation System Revisions will be measured for payment as a single complete unit of work. Basis of Payment. BID ITEM No. 82 Irrigation System Revisions, measured as provided above, will be paid for at the contract lump sum price, which price shall be payment in full for furnishing, hauling and placing all materials; for excavation, bedding, and backfilling; for disposal of surplus materials; and for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Justification: BID ITEM No. 82 Irrigation System Revisions is added due to differing field conditions and the requirements of the City of Oshkosh Water Department. Sheet 4 of 6 Add the following text for new Bid Item No. 83: BID ITEM No. 83 Vacuum Breaker and Controller Cabinets Description. This work shall consis~ of furnishing and installation of a steel cabinet, in the sizes as directed by the engineer, for the protection of thc vacuum breaker assembly and irrigation controller box from vandalism at Opera Home Square. Materials. All materials shall be of the manufacturer make and model as approved by the engineer. Thc cabinets shall be painted to match the color of the other electrical cabinets at Opera House Square. Method of Measurement. Bid Item No. 83 Vacuum Breaker and Controller Cabinets will be mcasm~d for payment as a single complete unit of work. Basis of Payment. Bid Item iqo. 83 Vacuum Breaker and Controller Cabinets, measured as provided above, will be paid for at the contract lump sum price, which price shall be payment in full for furnishing, hauling and placing all materials; for painting; for excavation, and backfilling, as required; for disposal of surplus materials; and for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Justification: Bid Item No. 83 Vacuum Breaker and Controller Cabinets is added at thc request ofthe owner. Add the following text for new Bid Item No. 84: BID ITEM No. 84 Opera House Square Clock ~nhaucements Description. This work shall consist of the removal of existing concrete sidewalk, preparation of the foundation~ installation of g-inch wide x 18-inch high concrete curb, and installation of scored concrete sidewalk with compacted gravel subbase and paving brick band on 4-inch concrete subbase, all in accordance with the requirements of the plan dated October 4, 2002, and as directed by the engineer. All electrical work including the concrete base and four faced post clock and planting items are to fumisbed and installed by others. Materials. All materials shall conform to the requirements of the plans, specification and contract, or as approved by thc engineer. All concrete items shall include fibermesh. Method of Measurement. Bid Item Ho. 84 Opera House Square Clock Enhancements will be measured for payment as a single complete unit of work. Basis of Payment. Bid Item No. 84 Opera House Square Clock Enhancements, measured as provided above, will be paid for at the contract lump sum price, which price shall be payment in full for demolition and removal, including sawing concrete pavement; for excavation; for disposal of surplus materials; furnishing, hauling and placing all materials, excluding electrical and planting items as mentioned abo~e; for backfilling and installing topsoil; and for furnishing all labor, toois, equipment and incidentals necessary to complete the work. Justification: Bid Item No. 84 Opera House Square Clock Enhancements is added at the request of the owner. Sheet 5 of 6 Increases/Decreases None New Items Item Proposed No. Item Description Unit Quantity 78. Electrical Service to Christmas Tree LS 1.0 79. Nonmetallic Conduit, Schedule 80, 2-Inch, Special for Furore Clock LS 1.0 80. Electrical Service to High Avenue 13 1.0 Trees 81. Market Street Centerline Removal 13 1.0 82. Irrigation System Revisions 13 1.0 83. Vacuum Breaker and Controller CabinetsLS 1.0 84. Opera House Square Clock Enhancements 1.3 1.0 Unit Price Dollar Value $1,312.50 $ 1,312.50 $ 577.50 $ 577.50 $ 1,575.00 $ 1,575.00 $ 1,323.00 $ 1,323.00 $2,848.13 $ 2,848.13 $ 800.00 $ 800.00 $ 8,450.00 $ 8,450.00 SubTotal $16,886.13 Change to CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by Previous Change Order: The Contract Price due to this Change Order will be increased by: The new Contract Price including this Change Order will be: Chan~e to CONTRACT TIME: The CONTRACT TIME will be (increased/decreased) by 0 The date for completion of all work will be unchanged.. 419,997.50 419,447.50 16,886.13 436,333.6.3 calendar days. Sheet 6 of 6 Accepted By; Representing: Print Nme/Title: Date: Recommended By: Representing: Print Name/Title: Date: Requested By: Representing: Print Name/Title: Date: City of Oshkosh Mr. Richard A. Wollangk, City Manager R. A. Smith & Associates, Inc. Mr. Paul M. Phillips, Branch Office Manager Sommers Construction Compan~ Owner Engineer Contractor