HomeMy WebLinkAboutOpera House Square/Cg Ord 1 & 2Sheet 1 of 4
CONTRACT CHANGE ORDER
Order No.:
Date:
Agreement Date:
1
May 16, 2002
April 10, 2002
NAME OF PROJECT:
Opera House Square
OWNER: City of Oshkosh
CONTRACTOR: So~ers Construction Company
The following changes are hereby made to the CONTRACT DOCUMENTS:
Delete the entire text for Bid Item No. 75 and replace with 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).
MATER/ALS 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 fi'om the City of Oshkosh Water Department, 757 W. 3rd 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 seal shall also provide electrical insulation between the pipe and the wall. Seals
shall be "Link-Seal" as manufactur~d~ by ?hunderline 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 to 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 state 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 1-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
75. Drinking Fountain
Unit Proposed QW.
Each -1.0
SubTotal
Unit Price
$ 5,500.00
Dollar Value
$ -5~500.00
$ -5,500.00
New Items
Item No. Item Description Unit Proposed Oty.
75. 1-inch Water Service Each 1.0
75A. 2-inch Water Service LF 60.0
SubTb~al
Net Change
Unit Price
$ 3,750.00
$ 20.00
Dollar Value
$ 3,750.00
$ 1.200.0--0
$ 4,950.00
$ -550.00
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 decreased by:
The new Contract Price including this Change Order will be:
Change to CONTRACT TIME'
The CONTRACT TIME will be (increased/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 1 of 6
CONTRACT CHANGE ORDER
Order No.:
Date:
Agreement Date:
2
March 21, 2003
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
80, 2-inch; furnishing and installing one each Pull Box, Steel, 12x24-Inch; and furnishing and installing 300 linear
feet of electrical wire fi'om the electrical control cabinet at the southwest comer of Opera House Square to the Puli
Box, located in the central lawn area of Opera House Square for the purpose of supplying electrical service to the
center of the park to light a Christmas Tree, and other uses.
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. Pull Box,
Steel, 12x24-Inch 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 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 nm of conduit shall be of one size for
its entire length fi.om pull box to pull box. Standard electrical conduit flit'rags shall be used. Ali 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 tree 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. 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 No. 78 Electrical Service to Christmas Tree is added at the request of the owner.
Add the following text for new Bid Item No. 79:
BID ITEM No. 79 Nonmetallic Conduit, Schedule 80~ 2-Inch, Special for Future Clock
Description. This work shall consist of fia'nishing 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 Underwritem'
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 she.
Construction Methods. Each run 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 from pull box to pull box. Standard electrical conduit flit'rags shall be used. All conduit shall be
pitched for drainage to a pull box. Nonmetallic Conduit, Schedule 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 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. 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 ltem No. 80:
BID ITEM No. 80 Electrical Service to High Avenue Trees
Description. This work shall consist of furnishing and installing I00 linear feet of Nonmetallic Conduit, Schedule
80, 2-Inch, Electrical Wire and Electrical Outlets from 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 Pulyvinyl 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 conforming to IMSA Specification
Number 50-2.
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 be of one size for
its entire length from 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 tree 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. Backfilled 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 No. 80 Electrical Service to High Avenue Trees, 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 making all connections, including wire nuts; for testing the
circuits; for disposal of surplus materials; and for furnishing all labor, tools, equipment and incidentals necessary to
complete the work.
Justification: BID ITEM No. 80 Electrical Service to High Avenue is added at the request of the owner.
Add the following text for new Bid Item No. 81:
BID ITEM No. 81 Market Street Centerline Removal
Description. This work shall consist of removing exist'rog dark colored 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 remaining brick pavers on Market Street. The void will be filled with brick pavers salvaged fxom the
demolition phase of this project.
Method of Measurement. BID ITEM No. 81 Market Street Centeriine Removal will be measured for payment as a
single complete unit of work.
Basis of Payment. BiD ITEM No. 81 Market Street 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
construction at Opera House Square changed the street 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 confuse 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 addifional PVC irrigation piping and valve
boxes, as required, to change the irrigation system fxom 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 Oshknsh Parks Department.
Construction Methods. All materials and construction 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 ltem No. 83:
BID ITEM No. 83 Vacuum Breaker and Controller Cabinets
Description. This work shall consist of fumishidg and installation ora steel cabinet, in the sizes as directed by the
cng'meet, for the protection of the vacuum breaker assembly and irrigation controller box fi.om vandalism at Opera
House Square.
Materials. All materials shall be of the manufacturer make and model as approved by the engineer. The 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 measured for
payment as a single complete unit of work.
Basis of Payment. Bid Item No. 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 pa'mting; 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 the request of the owner.
Add the following text for new Bid Item No. 84:
BID ITEM No. 84 Opera House Square Clock Enhancements
Description. This work shall consist of the removal of existing'concrete sidewalk, preparation of the foundation,
installation of 8-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 subhase, all in accordance with the requirements of the plan
dated October 4, 2002, and as directed by the eng'mecr. All electrical work including the concrete base and four
faced post clock and planting items are to furnished and installed by others.
Materials. All materials shall conform to the requirements of the plans, specification and contract, or as approved
by the engineer. All concrete items shall include fibermesh.
Method of Measurement. Bid Item No. 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 above; for backfilling and installing
topsoil; and for furnishing all labor, tools, 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 ~ems
Item
No.
78.
79.
80.
81.
82.
83.
84.
Item Description Unit
Electrical Service to Christmas Tree LS
Nometallic Conduit, Schedule 80,
2-Inch, Special for Furore Clock LS 1.0
Electrical Service to High Avenue LS 1.0
Trees
Market Street Centerline Removal LS 1.0
Irrigation System Revisions LS 1.0
Vacuum Breaker and Controller CabinetsLS 1.0
Opera House Square Clock Enhancements LS 1.0
Proposed
__ Quantity_
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:
Change 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
436,333.63
calendar days.
Sheet 6 of 6
Accepted By:
Representing:
Print Name/Title:
Date:
City of Oshkosh
Mr. Richard A. Wollangk, City Manager
Recommended ' Engineer
Representing: R.A. Smith & Associates, Inc.
Print Name/Title: Mr. Paul M. Phillips, Branch Office
Manager
Date: '~ f ~-i f ~) ~
Requested By:
Representing:
Print Name/Title:
Sommers Construction Company
Contractor
Date: