Loading...
HomeMy WebLinkAbout07. 15-473NOVEMBER 10, 2015 15-473 RESOLUTION (CARRIED___7-0____ LOST _______ LAID OVER _______ WITHDRAWN _______) PURPOSE: APPROVE CHANGE ORDER NO. 2 FOR PUBLIC WORKS CONTRACT NO. 15-21 WITH JOS. SCHMITT & SONS CONSTRUCTION CO., INC. FOR THE PUBLIC WORKS FIELD OPERATIONS FACILITY – PHASE III (+$42,007.29) INITIATED BY: DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City of Oshkosh that the following Change Order, a copy of which is attached, is hereby approved: JOS. SCHMITT & SONS CONSTRUCTION CO. PO Box 1084 Sheboygan, WI 53082-1084 Net Increase to contract: $42,007.29 PURPOSE: See attached Change Order. BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated from: Acct. No. 323-0450-7214-06510 Property Improvement Fund – Central Garage � O1HKOlH ON TFiE WATER MEMORANDUM TO: Honorable Mayor and Members of the Com �- ouncil FROM: James E. Rabe, Director of Public Works DATE: November 5, 2015 RE: Change Order No. 2 for Public Works Contract No. 15-21 Public Works Field Operations Facility — Phase III Jos. Schmitt & Sons Construction Co., Inc. (+$42,007.29) BACKGROUND Change Order No. 2 for Contract 15-21 is scheduled for consideration by the Common Council at the November 10, 2015 meeting. The contract was originally awarded to Jos. Schmitt & Sons Construction Co., Inc. in March of 2015 and Change Order No. 1 was approved in September of 2015. This change order includes additional work that is necessary in order to comp(ete the project. ANALYSIS This change order is necessary as the project encountered a larger than anticipated amount of impacfed soi(s. The primary additional work required under this change order is the hauling of additional impacted soils to Waste Management's Valley Trail Landfill in Berlin, Wisconsin. The additional work required has been offset by credits received from work deleted from the project. Remaining funds from the 2015 CIP Major Equipment (Streets) will be reallocated to cover the costs of this change order. FISCAL IMPACT Contract Section Property Improvements Total RECOMMENDATIONS Change Order Amount $42,007.29 $42,007.29 New Contract Total $2.280.003.33 $2,280.003.33 CIP Budget Amount $2,747,299 $2,747,299 I recommend approval of Change Order No. 2 to Contract 15-21 in the amount of +$42,007.29 to Jos. Schmitt & Sons Construction Co., Inc. Approved, ���--�� Mark A. Rohloff City Manager J E R/tlt 1:1Engineering12015 CONTRACTS\15-21 PW Field Ops Facility-Ph IIHProject_lnformationlCorrespondence\Memo\15-21 Memo for CO #2 11-5-15.docx — o ���//, TM 2�� 1 =-��= Document G701 - p�a IYGina Change Order PROJECT (Nanse and address): CHANGE ORDER NUMBER: 002 OWNER: ❑ Public Works Field Operations Facility - DATE: 9/24/2015 ARCHITECT: ❑ Phase III 639 Witzel Avenue CONTRACTOR: ❑ Oshkosh, WI 54902 TO CONTRACTOR (Name and address): ARCHITECT'S PROJECT NUMBER: FIELD: ❑ Jos. Schmitt & Sons Construction CONTRACT DATE: 3/30/2015 OTHER: ❑ Company, Inc CONTRACT FOR: General Construction PO Box 1084 2014 Union Avenue Sheboygan, WI53082-1084 THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where ap�licable, any undisputed a�nount attributable to previously executed Construction Change Directives) The original Contract Sum was The net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order in the amount of The new Contract Sum including this Change Order will be The Contract Time will be increased by Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is $ 2,889,000.00 $ -671,508.64 $ 2,217,491.36 $ 42,007.29 $ 2,259,498.65 NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Kueny Architects, LLC ARCHITECT (Firm name) 10505 Corporate Drive Suite 100 Pleasant Praire, WI 53158 DATE Jos. Schmitt & Sons Construction Company Inc. CONTRACTOR (Firm name) 2 ] 04 Union Avenue PO Box 1084 Sheboygan, WI 53082-1084 S ,;� ✓ BY (Si ture) � �Shr� �l�S`11fn ('I'yped nanze) �i � Z�r I 2^�..�' DATE City of Oshkosh OWNER (Firm name) 215 Church Avenue Oshkosh, WI54903-1103 ADDRESS BY (Signature) James Rabe (Typed name) DATE AIA Document G701 T"' — 2001. Copyright OO 1979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA� Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA� Document, or any � portion of it, may result in severe civil and criminal penalties, and wiil be prosecuted to the maximum extent possible under the law. This documentwas produced by AIA software at 07:51:50 on 09/25/2015 under Order No.3296704242_1 which expires on 06/11/2016, and is notfor resale. User Notes: (1968128326) n Q � — C U `� �C C � � N � � N U J � L Y O 'Q � 1 � L w � 3 � a° � � � � H c ,I .� � °� � �- '+� axi a — a� c 4�- � � Q L m — •(B Q) i +, � a; a Q c� j a+r y��' ��- v o 0 0 (C V N V O' 'L _ � i C Q� y,, vi 4.1 � O � O O � � � +-� � +� U U O -� �p 'C N ++ Q++ � i;�.., fl- �I a1 ?- Q' i- fD C N � Q� .0 v� �L � ln O d � Q +-� >, � O � � 1 Q � � � � � a�� l.r) I � .Y v -a O ,'�„ o2S cD O � }-�, c � co � Q -o � ,,., co � o a o 0 �� o c o� L v � � � m � � o 0 � O N � U o �. 'y=. O � '� U N _6 m C U v v+�'i v'�-' ro L 7 � L a � a ,� F-. � � -� - > N a o a � m � � ;� U � O 'a O � O N O� O j ° a, ° o o c-i � o° m p I� 00 � O O u1 O u'1 M L � �1 � LIl I� � � � r-I �- r rn o m�--i r.a � =- N� ri 00 00 N t7 .V} ih Q�(!} i V} �l/} V} t/} i/} i O O O � � O .�. O� O n') � � � � U +� �/? VTI ' O O N O 0 0 0 0 ,-i � r� ui o o�n o � � � � � rn � � � � Q � N .--I 00 00 N � �y Q tll t/? t/T t!? t1� t/? � "6 '� � 'D "� �6 'L3 "� �6 N y N a! a1 Q1 � � Q1 a1 N Q1 +��+ O O O O O O O O O ^ l� L L L L L L L L � � Q Q Q Q Q Q Q Q Q N Q� Q Q Q. Q Q Q Q fl. � Q Q Q Q Q Q Q Q Q �^ � ]..(. � � � � N3 � e-I N M �t V1 lD � 00 Q1 � � O O O O O O� O O M� V O O O O O O o O O lN9 QJ `� a � � � � � � � � � � � � � � ���'� m m m m r'' rn m m Y � Q N \ \ \ \ N \ \ \ N s � rn rn rn rn� rn rn rn o v O O N N N � N � rn � � � N c-�I � i/} �� Q1 N ri O O N � � N � �. a� � O pA C � t � � � � � � �' � � 4��y .� °�' o a�i � , ��., U N d d C� _