Sie sind auf Seite 1von 82

)/ 1,3/ 28A4 8S: 1.

7t5-421-7384

hJI DNT T55

pA6E W/46

{ /

{$&F
-l-..--.-..S-

-sft:11"+/.ra

ContractModilicetion
9let0049;07 AM $,3b FiE4dM*nngrr

Wmanain sapefifiantdf fmnsperiPtlpn

cTH 20040s,1{01s, H * us}t strsTH tt{TERcHAI{sE sonfrus*l 29 Sont ilod. ilumhsr


J

Revisisn Nurnbar

Cont Hod. Date gn$/2004

HetChange $3S.33$.S7

Atrrgdsd tpntraat Amount $11,100,000.00

RoutE
q.1

OEntroct LCIcetiart U$H51

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,

3t70 Chenga Odar DOL

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

0010: . $!9,I1s,9? Ca&gory Buhtotslfor I 166-06-70: 129,225.97 Subtotff ProJG't for

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

i,l] gnT TSS

-pAGF

A1 /nfi

FA6n fi$/86

COHTRACT iJ|ODIFICATION JU$TIFICATION #3


Diatrict 4
?{Nl405I lt},16 USHS!/STHXgCorridor Wausnu,Lily L*ne to Orirle Lann CTH N & U$H S|/STHZpIntsrchangs Marathon County I | 66.06.70, OMA ?{f04,il I Janres Peterron$ons,lnc"

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.

Deeign Materiat* I Input: NIA

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

Contract Modlfisation Ju*tifteation"dac 1E-13-AEe4 11 T1=945!TI= tE:

="'-4
\,
!V.sconsin Department Transportation of

Contract Modification
313/2005 1:21PM FieldManager 3.3b

contract:20030208029, MccLEARyBRIDGE Apps, BOBIN & LN - LAKEsr


Net Change $0.00 Awarded Contract Amount $8,746,645.4 5

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

OOCOMPLETION COrurNACrffi DATE


Reason: The Engineer extended completion the date

Original Compl. Date/Days

Additional No. of Days

NewCompt. Date/Days
6/1/2005

4t10/2005
in orderto improve overail the qualityof the project.

contract: 20034708029

Cont. Mod.:tZ, nevJ

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

Do nothing, consequences mentioned above.


4.

5r

v-(t.'

"

o*o*'q**"

Ji

t, .*"- ,'..t -',olt

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

of Department Transportaiion Wisconsin

AVE,CITY 29 USH Contract:20080610031, 51/STH CORRIDOR WAUSAU& STEWART -

Cont. Mod. Revision N11mQey, N u mb e r i,':'72 1


Route ContractLocation LO CA L T US H5 1 S

Cont.Mod. Date 10t12t2010

Net Change $10,689.13

Awarded Gontract Amount s25.260.653.29

#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

l{orth Gentral Region

CONTRACT MODIFICATION JUSTIFICATION


Modifi No. Contract cation

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.

doc Contract Modification Justification.

2t2t07

;d i*

t :?

* af
l:

fi:
o5 ?,x * >I?o,lfr --i

s^
;:

*$#
s+*
ti a,")

I*.. :}

al
2l FI sl sl 6l

*i; S*:d u.s


t/t E "{9

sFr
9g

34 F

ux.-*a

rue;r zt !:*
ql n*i:
* d * g., _"E"Ei A X{'-r F* r'^B-

* x$* xl *sS ryl 46'd

* *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
*

*', fieas s8*s

*v k l$l

I ,e' Hir :* * $:$

3a s{{
*$

:f; ii:

g( l a e
Department Transportation of Wisconsin

$\gCOtSr-

CONST PROJECT "."F+UE''@@PY


(tt"t"-ft-7L
Revision Number Cont. Mod. Date 4t30t2010 Net Change $30,654.80

3:01PM 4/30/2010 4.5a FieldManager

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

Gontract: 2008061 0031

Cont. Mod.: 57

Page1 of 3

ral Region

J USTIFICATION MODIFICATION JTRACT


t-4odification No. 57
USH 51/STH 29 Corridor Wausau. Stesart Avenue.26th Avenue - 24th Avenue; USH 51/STH :ffi080610031 tSH 51/STH 29 Corridor Wausau, 19 Corridor'Wausau,28th Avenue,ShermanStreet - Ste*ert -.tvenue: STH 29 West SystemRamp WA; USH SI/STH 29 Corridor \\-ausau. t SH 51 Northbound; USH 51/STH 29 Corridor Wausau, STH 52 Off-Ramp from LSH 51 \B: Stenart -\venue' 32nd Avenue ' 26th Avenuel NH 1166-09-i9:1166-ii---r.\TI 2008354;1166-11-76, 2008355; STP2008353; \{arathonCounty; 1166-09-77, USH 51; USH 51; USH 51; Local Local Sretr Lo;a1Street; STP 6999-09-73, 2008363: 1166-tt-7g,NH2008356; R-37-26'RC-37-26,P.-37-23,R-37-25, B-3i-15:. B-,1---1r1. B-37-354. 8-37-350, Miles; Structures Street:2.452 Material, SelectCrushed Borrou'. Backfill Gnnular. BaseAggregate, S-37-61,S-37-71, 37-28,R-37-42,F.-37-43, Sraking. Culr.ert Pipe, Storm Sewer, Concrete Curb, ConcretePavement,PavementMarkings, Constmction ConcreteCurb and Gutter, ConcreteSidewalk, Beam Guard- -{sphaldc Surface.HMA Pavement,Route and Seal, I Traffic Signals, ighting,Fencing, 5;= Supports. Barrier Temporarl'Preca:LSign-.. Driveway, Concrete Concrete Material, High TensionCable ConcreteMedian Nose, TemporaryCrashCushion.\lanagementof Contaminated of and Barrier,Anti-Skid Treatment, \Ianagement Solid \\'aste.Zenith Tech., Inc. - Waukesha Guard,Concrete

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.

(Note: Look on proposal cover page to determine if Federal Oversight.)


Justification.doc Modification Contract

2t2t07

'6t'' It{.,h
,p-**$'**? a 1 g'n,
F&l;;;**'

'lS

&:ffiF

9:08 1/2812011 Al/ 4.5a Fi el dManager

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

North Gentral Region

CONTRAGT MODIFICATION J USTIFICATION


Contract Modification No. 42
20080610031USH 51/STH 29 Corridor Wausau, Stewart Avenueo 26th Avenue - 24th Avenue; USH 51/STH 29 Corridor Wausau,28th Avenue,Sherman Street - Stewart Avenuel USH sllSTH 29 Corridor'Wausau, STH 29 West SystemRamp WA; USH 5llSTH 29 Corridor'Wausau,USH 51 Northbound;USH 51/STH29 Corridor Wausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue, 32nd Avenue - 26th Avenue; MarathonCounty; 1166-09-77, STP2008353; 1166-09-79; 1166-11-75, 2008354;1166-11-76, 2008355; NH NH 1166- 11- 7 N,H 2 0 0 8 3 5 66 9 9 9 -0 9 -7 3 , P2 008363; 9 ; ST LocalS treet;Local S treet;U S H S H 51;U S H 51;Local 51;U street;2.452Miles; Strucrures B-37-350B-37-354,B-37-362,B-37-371, C-37 -26, P.-37 R-37 R-23, -25,R-37-26, , 37-28,F.-37-42,R-37-43, S-37-61,S-37-71,Borrow, Backfill Granular, BaseAggregate, SelectCrushed Material, ConcretePavement,PavementMarkings, ConstructionStaking, Culvert Pipe, Storm Sewer, Concrete Curb, ConcreteCurb and Gutter,Concrete Sidewalk,Beam Guard,Asphaltic Surface, HMA Pavement, Route and Seal, Concrete Driveway, Conoete Barrier TemporaryPrecast, Signs,Sign Supports, Traffic Signals, Lighting, Fencing, ConcreteMedian Nose, TemporaryCrash Cushion,Management Contaminated of Material, High TensionCable Guard,Concrete Barrier,Anti-Skid Treatment, Management SolidWaste.Zenith Tech.,Inc. - Waukesha and of

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)

Contract ification Mod Justification. doc

2t2t07

! ib(t-o?* 77
grrefjre

{R#
%.*;;"9"

t, t

*nntraut M*diflratic*
R'3t20** 1.11 pi,it FieldL{enagqr "t,3e

*f Wse$sin Depa*$:rfl{ TrE$spsrtetisn

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#

3 ff) > L-J 6l

a {}
d.]

* n:
Ll-

s
ttJ u,I
f-

} $ Jfr *) :, I tr
J
I

I= c] rt a I= F.* {{} ts 'I w c i w :r


-f* 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 &t T {t} = t* $ F s U1

t]

ec '= ffi ql Lu CC {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

eilth Sentral Region

S*I'{TRACT MODIFIGATIoH JU$TIFI*ATI*fII


Ccntraci fiicdiicai,c-l, :
/
3u$8061&i-1 L:l-{ :i STH i9 Ccrrid*r'!vaus*uo,$teuartArenu*,26th 1 A,rrnue- J{th Arensel USH f;l/$Tl-I 39 corridar 1\ri.'su. l5th.{renue, ShermanS{r*et S{e*'*rt Avrnuel UgH sUST}l lg f*rridar \4,'eusiru, STH:9 \\*: \rsiern R=n.ip }}.{; {,tiH 5ll$Ttt 39{c;.ridsrr\4,'*usar, LiSt{ Sl l\*rthtr*rsntl;LjXHSllSTlJ:g corriii-'r \\:ussu- STH 5: ofl'-Fsmp frr*r l:-$il $t li$; sfslr,*rt Ar,e*ue,}3nd Ar.enue- l6th Ar,e*uel l'11:':r:,-'L :' :' - : i+f-:-:v-:7.srF2{.]*sl5j: t t{r6-*Q-?g: l6$,{ l-7i. I NI-{:{}*&jj.91 I t&s-l l-le" xil l***iJ5: l/ r 1- - - : \i -' l r-:-' $ -1 -;3 .6 ? 9 !-0 9 -? 3 .S Tp:* S g:dl : $rrrr* ti {al Ls:ral L* S mrt: u-$["i]l : U S H 5l : Li l H i l : L *r : at g-i?-li$, B-j?-ii4. s-i7-3s:. B-l?-_]?tr. s::;:: l:5t \! i*. S::-iciui'*s c-3?-:$, R-i?-l:. lc.-l?=:i"R-:?-:*. Rl*-lS i--:---:-' fr'--i---1-r' S-i7-sl- 5-i?-?t" Bsrr*rl'. l3;ickijll{ira*u]*r. l}a:e AggregarrSrl*ct {ru:hrri !{arerial. {r-1:--r--iri P:''sEe-i. Pavetn*nf M;lrkings. [*!ls{ril{i1,:fi $takillg. f*lr,*rl pipe, Ft*n31S*r,sr. f,*nsr*t* 4;*r1,. (ltil*r. flon*r*re Sid*r".alk,E**r.t {llrar-rl, 'i-+i;:::: .:::::ii Arfhaltir, Eur{sce,l.{fui,{Filren.r**r. I{r:uteanqlS*n,, rli'iir:li ilri':'.tai. ConcretrFarri*rTtyn1ra3, Fr,rcasr" Sirrrs..5ign supgr*fis. Trafiic $ig**ls. i-.ighring, fancing. 'll':ri:s:i \1':li:'a \o*e. Ten':p*rnT fr**h Cirsiri*rr.L{*nngitrc*t r:f CnntenrincrerJ }.lareni*}.l-liiih.l'ensir,::r Cgble e i=rc. f.ril;ir:': Berrier. Anri-Shid'l'r*atmrnf. blanagelrrnr an*3 #5t!id lVsrte.Zenith Terh,, Inr. - Wsuhe:ha

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.

C*ntf M*Sificatis'-r aet Justificaii*n.d*c

21?l*7

lltn(t*aq-77
{ >*,t
\.":;**
$in !\ti$'fi $epa:tlffe*i ai Transpa{talon
" {" ; d

ifi Contract Fjlod catio n


*l1el18$* 1S:*,{AM Fisls{Sn8gsf 4,s

AVE,GITY U$H contraer:20s8$51$631, 5li$Tlt 3Se0nRlnGR -wAusAu a sTElltlART


CanL $gd. Xulrnber
?0

Het Gh*n'ge sr8.602.?7

Avvard*d Ccntract Arnount s?5,26S,653.e9

Rpute

sr, sl
esntraet l-tcation iLO CA LS TU SH 5 1 ,

S*o* il*ccriPtian
C*nerqte p*v*m**t iterlrs

PROJECT CCNST FILECOPY

flontraet 2*0&ffi1f,031

ConL [\lod.: 29

Page 1 sf6

I
rmrth Gentral Region

JUSTIFICATION MODIFICATION CONTRACT


No, Modification Contract 29
20080610031 SH 5l 5TI{ 19 Corridor \\.ausau.Ste*art Avenue,26th Avenue- 24th Avenue;USH 51/STH t 29 Corridor \\-ausau. 28th -{r'enue.Sherman Street - Stewart Avenue: USH 51/STH 29 Corridor Wausau, Remp \\'-t: t SH sliSTH 29 Corridor Wausau,USH 5l Northbound; USH SliSTH 29 STH 29 \Yest S-.rstem Corridor \\-ausau. STH 52 Off-Ramp from LSH 5l \B; Stewart Avenue, 32nd Avenue - 26th Avenuel NH 1i66-09-79:\166-11-75, NH 2008354;1166-11-76, 2008355; MarathonCountlr 1166-09-:-.STPl008-r5-i: 51; 6999-09---1. l008i6i: Local Street;Local STP Street;USH USH 51;USH 5l; Local 1166-ll-79,1r1I2008356: R-37-26, RB-37-362.8-37-371, C-37-26,R-37-23,F.-37-25, B--r--i50.B-,17-35+. Street; 2.452Miles: Stmctures Material, SelectCrushed S-3i-61. S-3a--1.Borrou. Backfill Granular,BaseAggregate, 37-28,R-37-42.R-37--13. Concrete Pavement.Parement \{arkings. Constmction Staking, Culvert Pipe, Storm Sewer, Concrete Curb, Route and Seal, HMA Pavement, ConcreteCurb and Gutter.ConcreteSidesalli. Beam Guard.AsphalticSurface, Lighting, Fencing, Traffic Signals, Precast. Signs,Sign Supports, Barrier Temp,crarl Driveway. Concrete Concrete Material, High TensionCable ConcreteMedian Nose. Temporarl Cra.h Cushion.\lanagementof Contaminated of Treatment. \lanagement Solid Waste.Zenith Tech., Inc. - Waukesha and Barrier.Anti-Skid Guard,Concrete

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

Modification Justification.doc Contract

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)

Prior approvalwas rec,eivedfrom FHWA on By phone By attachede-mail

Modification Contract Justification.doc

2t2t07

---

l!rzz7r-_ --5$\l / l), -=

ContractModification
4t11/20059.37 AM FieldManager 3.3b

-/-tu!-\-

Wisconsin Department Transportation of

Contract: 20030708029. MCCLEARY Cont. Mod. Number 13 Route N ContractLocation CTH N

IDGE & APPS, ROBINLN - LAKE ST Net Change $1,255.00 Awarded Contract Amount $8,746,64s.45

Revision Number 10

Cont. lod. Da1) 4 t11 /2)05

Short Description
1, ITEM 6341 63412,63822,90005H,

Contract: 20030708029

C ont.Mod.: 13. R ev.9

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

McCteary Bridge and\l

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.

Consequences this GontractModification not approved: if is

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.

?.

Alternatives considered accomplish change: to the


A. B. C. D. E. Do nothing, consequences mentioned above. Do nothing, consequences mentioned above. Do nothing, consequences mentioned above. Do nothing, consequences mentioned above. Do nothing, consequences mentioned above.

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.

lnput: Design Materials /


A. B. C. D. E. None None None None None

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

Modif ication ustif ication.doc Contract J

: ".,/

//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

2nrc7 rotrslfl HHgt:8 8002 Lo qal

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

Contract Modifi cation ustifi J cation. doc


g 'd

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

BRIDGE& APPS' ROBINLN - I-AKEST MCCLEARY Contract: 20030708029, AwardedGqntactAmount

Short DescriPtion

bythe contractor' of ReviewBoard(DRB)for resolUtion three claims of Expenses the Dispute

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

North Gentral Region

\,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.

-.__ department would not fulfillit's agreement withthe contractor splitthe to

3.

Alternativesconsidered to accomplish the Modification:

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.

5. (Note: Look on proposal cover pageto determine if FederatOversight.)

Priorapprovalwasreceived from FHWAon (Date)


By phone By attachede-mail

J ContractModification ustification.doc

2t2t07

SCHIFF HARDIN LLP


CORPORATIONS INCLUDING PROFESSIONAL A LIMITED LTABILITYPARTNERSHIP SUITE6600 233 SOUTHWACKERDRIVE. cHicAGo, ILLINOIS 60606 (312)258-5500 TELEPHONE FACSMILE (312)258-5600 Tax ID: 36-3184453 Federal RECEIPT DUE I.JPON

McCleary Bridge Project Dispute Review Board Wisconsln Department of Transporation 4802 Sheboygan Avenue, Room 501P.O. Box 791-5 Madison, Wl 53707-7915

DECEMBER 20L0 3, fNVOICE #L544126

39020-OOO0

McClearyBridge

Project

-tal Total Total

Fees DisbursementslCharges Current Amount Due

$52,237.50 S1 ' 030 ' 55 $53,258'05 =============

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.

'..)-t 'sr\- , R'4

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

contract time shall not change as a resull of lhis contract modification.

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

Item Cod 900o.1

Unlt ChangeOrder LS

Unil Prlce

Dollar Valua

1.000

1,925.770o,0 $1,925.77

Subtotal tor Category0O2O: Subtolal for Prolect 699*O&23:

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

CONTRACT MODI FICATION JUSTIFICATION


District 4

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.

consequences this contract Modification not approved: if is

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.

Alternatives considered accomplish change: to the

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.

ilhh- c7- ?'7


. ,.i,..,,1 ., .

i'@i,l
" 1 .,,,.,,.;;,r'' lvrsc6nsin Fe$ailft*nl of TfgnspillamI

frpntra*t Modificatioe
lslTrzcsii Ptt 1.r0

contract: l0080slssrr, u$Hgl/$THasfoRRrooR- wAu$AU srEwART & AVE, clry


Cont.Morl. Number
a1

Conf. Mod.

trate 1017/2tl0s

Net Change $20.5S9.41

Avril rded Contraci Arnoiln! $25,260,S53.29

iRoute $1"$1 iCantract Location il00AL $T, USH 51

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

Region hiCInth Geratratr

ru USTI SGATIOTq FICATgffi C*$UTRAffiT#MAF ffi -J


No. Modification Contract 31
26th Avenue - 24th Avenue; USH 51/STH 20080610031tlSH 5l/STH 29 Corridor Wausau, Stelr'art.{1'enue! 29 C6rridor Wausau,ZSth Avenue, Shermsn Street - Ster';artAvenuel USH 51/S:fH 29 Corridor Wfiusau, STH 29 lVest System Ramp lVA; USH 51/S-I'H?9 Corridor \\'ausau, USH 51 Northbound; USt{ 51/STH 29 C6rridor lVausnu, STH 52 Off-Ramp from USH 51 NB: Stenart Avenue, 32nd Avenue - 26th Avenuei N 1 , STP?00835 3 1 1 6 6 - . J 9 - 7 9 r1 r , 5 - 1 1 '7 5N H 2 0 0 8 3 5 4 ; 1 1 6 6 - 1 1 - 7 6 , H 2 0 0 8 3 5 5 ; t t4 ara rho n ounr y ; 1166- 09- 77, c Local StLeet; USFI 51; USH 51; USH 51; Local STP 200836i: Lcc:l S:reetr \166-11-79, NH 2008356;6999-09-73, R-37-25,R-37-26,R8-37-350,B-37-35.+. B-17-352.B-37-371,C-37-26.R-37-73, Streetl2.452lr4iles; Structures Se Base Aggregate, lect CrushedlV{aterial, 37-25,R-37-42,l\-37-43, S-37-61,S-37-71,Borrorv.Backilil Granular, Concrete Pavenrelt, Pavement Markings, Construciion Staking. Culverl Pipe, Storm Sewer, Concrete Curb, Conclete Curb and Cuttet',Co*crete Sidewalk, Beam Guard. Asphaltic Surface,HfvIA Pavement,lloute and Seal. S!gr:. Sign Suppoils,Traffic Signals,Lighting, F'encing, ConcreteDliveway, ConcreteIlarrier Temporary Preca-rt. I{iglr Tensiott Cable Concretc L4edianNose, 'l'emporary Crash Cushlon. I'lanag:ment of ContamiuatedN4aterial, Zenith Tech., Inc. - Wauliesha of and Guard,Concr*leBarrier,Anli*SkidTreatnrent. ltianaeentent Solid Waste.

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

rji q Sqnsequersesif t hiag on94gl nns-dp-a$n is-nptenprsvedI


compromising tub girder the setting schedule next wouldnot be maintained, Project schedule volumes the of is to during lowest the traffic spring. The tub girdersetting scheduled happen constructiCIn season.

*'.

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

doc Contractl\llodification J usiification.

u2ta7

:-,4

j-r

l,

I / b Q'^(\ 7- 7 ts contraet #tedifiesti*n


faiSl:008 1*iil?AM FildMF*tS*t4.43

wl5cansln *parlmrnr si Tlenspa'tatofl

Sc'ntra*t: 308?fl 3t4S, USlt 5t ISTI{29CORRISSR- 1f{AUSAU 31

Ssnt.i&sd. l!umb*r
Route r5 t , 2S .f**tract L**alin* rt.lSH 5]ISTH?S

Cont. firsd, *st*, gl23J2S0S

Het $hange

Arv*rded e cntr*qt Arnaunt $27,5r5,1St"fi3

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$

Item **ds 8*4.IS**

Fr*p.Ln. 5340

lt*$tTfpe Unit Propased Gty. Ch*ng* Grder DOL 374.?il0

llnit Priee J5,838$t

Eallar V*lue &5,S?3.5s

Subto{alforCategoryf0l!: Srrbto{Fl Frgjsst 1168"99-ISr fpr

S9,92i,5S t9*SU3"56

fls*trar* ?007S?13S46

ffpnt. *lsd,: 65

Pa** 1 *l:

Fl*rrtf***ntral

ReEion

,f

C*HTRACTMODI FICATION JUSTIFTSATION


Csntraci r,{ssE:a:: - r,:
ctr
:l"rrj-aill*10+6 t.SH5l/STH 39 Corridrr_ ll,rag.s*u; STFI?* \\ <_.lb{lsnd. Sherrn*nStreet flvor.er Sniclge;USil gllSTlI l} C+rrid*r - \l susau_ UXH ilISTH 2$ Sarthb*und, Flall*rtl L3ne ro ShermanStreet;USlt Sll5Tf.l 3$ fsrridor * lVaursu* 5her*:a* Slrert, ?$t*AveRue l-lih Ar enur: USH SI/STII ?g tn Carridor - lYausau,STi{ 13 tn US*l $ll LI$l{ il,rSTH 3S C*rridcr- ltauraxo U$l.l SI l*srlhbsuril. $herrran Streeti* STH i3; L'lararhci* Cqur:irliI l6d-0?-T{; t }6$-*+-?d: I 166,*g-?$; i 1 5 6 ,1 $ -1N fi 3 S C I? S t9: : i l #$-l l -l ?" F;t-tt* 0r03* ;5Tr,{ tt; I-j Sl i5 l : L o c a lR md . S ' {H l ?: U S II : l : 3.56-i i l es; radi ng: ${ { pal.*mt:nt B* s*,4ggregnr* D*r:l*: C&ucrete $per:i*t:f"{ A Vl Falsinrrli Strrucrnres B-:7-144.:4$, :dli. 352.:5i. 3jf. . i?. j5r}, lS*" R-3?-:1.S-:7-58,St)" fiS.?:.7i, nn*iSil R**r* nnci 6*. $*nJ; C*]r*rt Fiprs: St*m ii*x.*r: f ctlrlrr*{e I [..,1**ir;lnic*I13, l!'ai Stchiiiusd H*rrh:C*neret*Cmrh *nd *ufter; Cern*re1e Sicl*cyrilk; C*ncretsB*rri*n Pipe1"":nderdrai:;: plolr s*an: Gilard;Chain Sleel Link Fenc*:Sig.ni*g; Pxr,*i:rent bt*rking: Cni:*r"rit; l-.**p il]ere*:*rs: Tnlfic Sign*ls;i..ighring: Painingflpoxy $"r'strm; f*nercfe Sfainirlg Sfnlcl*r*sixnd fu{anngem*n{ Frrro}eum nI C*r:r*minar*d lr,larerial.Senith T'rch. I*t" - lVauke*ha

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

C*ntra*l ftjodificati*n Ju*lifieatisn.d*c

'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

Wiscon$in D6Drtnlent Transporlslion oi


FildMarasef {.4s

. Contracil ?00?0213046, USI'I511STH29 CORRIOORWAUSAU

Cont.Mod. Number 83
Route

Revision Number
t

Cont Mcd. 0ate 3ld/2009

Net Change $237,576,03

AwardedSontract Amount $27,5?5,18?.83

51'.t
Contract Location usH 51/STH29

$hcrt Descriptian
EB $TH 29lSBUSH51 barrier wall and related work

CCNST PROJECT FILECOPY

Contract20070213046

Cont"Mod.r 83. Rev"1

PageI of{

ftur& Gentral Regian

CONTRAST trIONIF$ATIOH JU$TIFISATNSN


Contract Msdification No. 83 .. .
20S70313045 U.SHSIISTH Carridar - lVaussu;STH 29 29 lYesthaund, shrrman StreetFlyoverBridge;USII SI/STH29 Csrridpr - 14'auss USII 51/5TI{ 29 Noritr bound, Mallard r, Laneto Sherman Street; USH5llSTH 29 Cnrridor- Wnusau, ShermanStrert Z8th Ayenueto Z4s *v,enue;USH SI/ST-H 29 Corridor - Wausau, STH 52 to USH51: USHSI/STH29 Corridar - Wausau, USH5I Northbound, Shermsn Strtto STH 52:Jvlarathon Counr.v: I I66-Crg-74: | 166-09-76: ti66-09-T3: 1I66-10-??hiH 300?0I* |166-t1"77,NH200?02ft 29: STH USH5l; Local Road: STH?9;USH51:2.565 tv{iles;Crading; EasrAggregale Dense: Concrete Pavement Special: HMA j56. 3-iT. j59. Fav-ement; E;7-344, 346,348.3J?.355" Structur*l :6q, R-:?-21, S-37-58, d oS8,73,7J,a,nd Rpure S+al; 59, Bll and CulveftFipes: StamrSerrsr; Cencrete Wail lrlechanicalfy Eafih;Ccncrrtg Curbandeuffer;Concrets $id-srvalk; -Stnbiliied Concrete Banier;PipeUnderdrain; SteeiPlqteBeam Cuard: Chain Link Fe.neel S'igning; Pavernent Morhing Conduit; LoopDeteciors: Traffic Sig:nals: Lighria.gl ?ainingEpoxySysrenr; C$flrpie Staining Structures: lVlana_gement and of peiroleum Contaminafed ${aterial. Zenith Terhi Inr. * }vauk*h* 1. Need for Chanqe:

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

ilorth Gentral Ragion

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.

ls.there:Federa Oversiq o n this p.rpisct? I ht Yes.

ContractModification Justificalian. doc

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

Fnrcnsr runrursHro rr,rsrnllro, !Ti+', SrXifiiliilitllfil,U$JiifiB?[El%?ilSi?R corurnncroC nNn


TH ISCO NT RA CT O D IF IC A T IOS H A L LIN C R E AS E M N TH E C ON TR A C T A N TITY TH E FOLLOW IN G QU ' " OF ITEMS T RA F F T C N T R OL R T T C AL N E L S N f : C ON TRACT CO VE PA O S tOrO. TI-1I S NT RA CT O D IF IC A T IOS H A L LAD D T H E CO M N FOLLOW IN G E W C ON TR A C T MS : N ITE SSPRCSPECIAL 48-INCHGROUTING; DAMAGED TET.ICE NiPNIH; LOW PROFI'T IT,TNT,iHOLT FRAME;PERMANENT

C ON TR A C T A N TITY TH E FOLLOW IN G ON TRACT QU OF C

' oe cr< rr-nccrNc;'cti-ii lffiil,Rt'5:,ru'Hr:i"^lttbil,?H-??Xn*al3)-:+o sinrFpl'ruc ruf+:r slcii


PLANS, pRovrsroNS, spECrFrcAIoNS, STANDARD AND iii#?E[:itb!^?.N3fry|JRJ*= spECrAL rHE
Increases/ Decreases
Project: 1166-06-70, usH 51/srH 29 coRRtDoR - wAUSAU, LrLy LANE To oRroLE LANE,crH N & usH s1lsrH 29 Category: 0010,ROADWAY TTEMS R-37_19 & / O B L TTERATTNG D RO AD OL F 'R.JECT

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

27.0oooo $-41 Oo ,22s

45.000 .100.00000 $4,500 00

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

Reason: PC Subtotal for Category0010: Subtotalfor Project 1166-06-70: $-39,406.00 $-39,406.00

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 15,100.92000$15, 100. 92

1.000

' 157.58000

$ 1 5 7 .5 8

1.000

264.62000

$264.62

1.000 1,900.52000 $1 , 900. 52

1,000

630.00000

$630.00

1.000 20,013.64000 $20 , 013. 64

Reason: PC

Subtotal Category for 0010:

$38,067.28

Contract: 20040511026

C ont. Mod.: 12

Page 2 of 3

# 12 MODIFICATION JUSTIFICATION CONTRACT


District4
20040511026 USH 5llSTH 29 Corridor 'Wausau,Lily Lane to Oriole Lane CTH N & USH 51/STH 29Interchanse Marathon County lt66-06-7 0, ol'.A 2004419 JamesPetersonSons,lnc.

', . -

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.

Gonsequences this ContractModificationis not approved: if N/A

3.

Alternatives consideredto accomplishthe change: N/A

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

Contract: 20050712011 USH 51/STH 29 CORRIDOR-WAUSAU. FOX GLOVE RD - LILY L

Cont.Mod. Number 24 Route 29,51

Revision Number
I

Cont. Mod. Date 4t26t2007

Net Change $2,366.20

Awarded Contract Amount $18,638,492.68

Contract Location STH 29, USH 51

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

1.000 2,366.20000 $2,366.20

Subtotalfor Category 0030: Subtotalfor Project1166-05-70:

$2,356.20 $2,366.20

Ca n f r r r f ' t 1 n F ' n , 7 4 t n4 F '

Cont. Mod.: 24. Rev. 1

Page 1 cf 2

TUNDA CONSTRUCTION COMPANV


620GEBHARDT . P.O. 669 ROAD BOX BLACK FAL|S,llut RTVER 54615 PH:(715) (715) 284-s4s1 FAX: 284-s14G

, AnEqual Employment lpportunity Employer Constructing Safely

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

CONTRAGT MODIFICATION JUSTIFICATION #24


NorthGentral Region
River; USH 51 Sfff ZOOSOZTZOfS 29 East Interchange, Overhead Drive - Wisconsin lov-eRoad to Lily iast SystemRamps' Fox-G, STH 29" / STH 29 Corridor - Wausau, 29 Mainline' Fox Glove Lt.; USg Sf I STH 29 Corridor - Wausau, USH 51 / STH OMA norJto lity t uoe; MarathonCounty; 1053-06J6, Y 2005432;1166-05-70'

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

Miles; 51; USH 3'349 EB; 2005434;srH29 SrH29; ioiiqza;iee-os-tt,srP Pavement;

is"t$;;i

PT"TSF11j1.? concrete 7 walls s:lt-; l,*, ;, 76,7;, 78,ande; -d

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.

Design/ Materials Input: None

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

Contract: 20050712015. USH 51/STH 29 CORRIDOR-WAUSAU. FOX GLOVE RD - LILY L

Cont.Mod. Number 26 Route 29,51

Revision N u mb e r

Cont.Mod. Date 4t26t2007

Net Change $8,160.45

Awarded Contract Amount $18,638,492. 68

Contract Location S T H 29, US H 51

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

Gategory: 0010, ROADWAY ITEMS ItemDescription SPECIAL REGRADE 12 EB-LINE Reason: Pl


Item Code Prop.Ln. 2975 ltemTvpe Unit Proposed Qtv. Unit Price Dollar Value

sPV.0105

Change Order LS

1.000 8,160.45000 $8, 160. 45

for 0010: Subtotal Category for Subtotal Project1166-05-70:

$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

CONTRACT MODIFICATION JUSTIFICATION #26

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

jii,iffi*:t}1T ffi5?liii,iiflii3l?'Jiii;f,",ii #5 ffl!,HX1,5*"J,"*""'


Base; Seeding; Special and Pivement Markin!. ilrX1T,ilij"3;*llil;::i::""*"
(Structures) 5-37-51,52, 53,76,77, 78, and79;Walls Concrete PanelMSE R-37-17and 18; Concrete Barrier TemporaryPrecast; Beam Guard;Fence;Signs;Conduit fugid

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.

Alternativesconsidered to accomplish the change: None

4.

Justification of Price:

Unitpricewas basedon the actualcostfor men and equipment needed complete work. to the Seeattached supporting documentation.
5.

Design Materials / Input: None

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

=,,r,)Ks
Wisconsin Department Transportation of

ContractModification
1111012005 PM 2:36 Fi el dManager 3.3b

Contract: 20050712015, USH 51/STH29 CORRIDOR-WAUSAU, GLOVE RD - L|LY L FOX

Cont.Mod. Number
z

Revision Number
1

Cont. Mod. Date 11t10t2005

Net Change $250,000.00

Awarded Contract Amount $18,638,492.68

Route 2 9 ,51 Contract Location STH 29. US H51

Short Description
ITE MS P V . O O 55. O 1

Description Changes of
ADD T HE F O LLO W IN G O N -ST A N D AR IT EM: N D FUE LCO S TA DJ U S T M EN T , E MSP V.OO5 5 .O1 IT The work underthis item shallbe in accordance with Additional SpecialProvision of the SpecialProvisions this 5. for contract. N O A DDI T I O NAT IME IS P R OV ID E D Y T H ISC ON TR A C T L B MOD IFIC A TION , C E P T A R A GFIA P 2 OF S U B SECTI O N EX P H 1 0 8. 4. 2. S HA LLA P P L Y. 4

Newltems
Project: 1166-05-70, USH 51 / STH 29 CORRIDOR- WAUSAU,STH 29 EAST SYSTEM RAMPS, FOX GLOVE ROAD TO LtLy LANE Category: 0010, ROADWAYITEMS Item Description S PECIAL 1. FUELCO ST 0 ADJUSTMENT Rea so n: Ml Item Code SPV.0055 Prop.Ln. ltemType 2830 Unit Proposed Qty. 210,000.000 Unit Price Dollar Value

Change Order DOL

1.00000 $210,000.00

for Subtotal Category 0010: $210,000.00


Subtotal for Project 1166-05-70: $210,000.00

Project: 1166-05-71 FOX GLOVE ROADTO LtLy LANE , USH 51 / STH 29 CORRIDOR WAUSAU,USH s1 / STH 29 MAINLINE, ITEMS Category: 0010,ROADWAY

ItemDescription
S PECIAL 1. FUELC O ST 0 ADJUSTMENT Reason: Ml

Item Code

Prop,Ln. ltemType 2830

Unit Proposed Qty. 40,000.000

Unit Price 1.00000

DollarValue $40,000.00

sPV.0055

Change Order DOL

Subtotal Category for 0010:

$40.000.00

Subtotal Proiect 166-05-71: q40r00940 for 1

Contract: 20050712015

Cont. Mod.: 2

Page 1 of 2

CONTRACT MODIFICATION JUSTIFICATION #2


NorthCentralRegion
1166-05-70. Reconstruction L SH -il1STH29 Corridor- Wausau For Glor e Roadto Iris Lane \Iarathon County

1.

C ha n g e justification: The coniract includes Additional Special Provisions 5 (ASp 5), which states ,,Fuel Cost Adjustmentsr"rlll appliedto partialand final paymentsfor work items categorized be in SectionB

as a payment the Contractor a creditto the Department." to or Categories workitemsfrom of Section included, B Excavation Common, Excavation Marsh, Borrow, S"l".t Borrow. a-nd

2.

consequences this contractModification not approved: if is The Contractor not receive payment will a and the Department not receive creditas will a specifieo ASP-5. rn

3.

Alternatives considered accomplish change: to the Do nothing, consequences mentioned above.

4.

Justification Price: of Fuelcostadjustments be carcuratedaccordance ASp-s. will in with

5.

Design Materials / lnput: No n e

6.

ls thereFederal Oversight this project?yes on a) lf yes,doesthis con. Mod.changethe scopeof the project?No b) lf 6a is yes,or 6 is yes and this Gon.Mod.is over$50,000: prior approval was received from FHWAon N/A (Dare) By phone N/A By attached e-mail N/A

ContractModification Justification.doc

B-27-02

/ibbc?-ry
*/ &"! - d

" " : : i" - ' r .


,;;;f

t:ry'=
Wscsnsin Depari1lnt ctTran$F*saliofl

S*ntrcct *frndification
'J Sr?il2SES r*4 F i fietdMan*g*r4 $a

c*rntmct30css$ls03x, $l/srf* fis fif,Ril*fin - wAu$Arje sTEwARt u$il AvF.ctry


Cnnt"$ll*d, 19umb*r g2
ftaut*
qT cr

FletGhange

Asr*rd*d Contr*rt Am,*ur* $35,3fiS.fi53.39

s1,$s0.0&

iC*ntra*t Location

$1 ilccsl sr, L,sr-{

FILE COPY

$hort Description
Ternporary Barriier Wall $plices

Be*cription af Ghanges
Add the fcllowingsp*$al pr*visian and attache* sta*d*rd detailsis thiEr:ontr**t: SPECIAt" TEMF*RARY FARNIHR }7, WA[-LSPLICE.ITFMSPV.OO$O A. CIE$gRlpTl0f{. The w*rk xnder this iternconsists*f furnishingund i*stafling afl nec**sary nraterialsf*r the eplieingnf st+elplatebeam guardto csncretebanierternporary preca$i. B' MAT*R:AL*. Fllmi*h rns{erialsconf*rming t* th* r*qu;rementssf Se*ii*ns 6*3 and 614 sf the State cf W}scnnsin Eepartrneniof Tranrpc*ati*n $Hndard $pec'i{ieations Highwayand Structoialooitruction ZoObe*;riuo xnd the Speciat for Prsviai*nsfsr this cantract. #. C*N$TRUCT$N. lnstatlgtisn*hsl,l*onfsrnr to the requir*fil*nts ef 56stio*s 603 and 614 of the $tste *f Wiscon*in D*partmenl of.Transporlation Standard.specificatians l{tghwayand structure *onstru*li*rl E*0S Editian,*u* Sp#*t foi Provisions this contract and the applicable for detailson SED 14 S 2S6a end SDD 14 B 2S-Sb. OF n" MATF*OS MEA$ilREME|i|T.The deg*rimenl will n:easureTenrpcraryB*rrier Well Splire by th* indlvidaatsplice completed. acseptably H, 8ASI$ OF FAYillTN{T,

sPV.00s0

lT[fi*htuMsER

*Esc*tPTt0f{
STECIAL2?"TEMPORARY SAHfiITNWAi.L SPL}CA

U}I'T
C}\Lrl

sewingthe bar:ier bf*ds ii rlesessary,diilling belt hsts in brrrier blsck, furnishingand falqSnt is full compen,saliqq.fqr inslallifls thriebeam rail and tfiris benn:tsrmina,l csnnsfii*rwith nll bickr;p ptite, boftr, nuis,a*d rua*h*r*, and *lilahsr, tc*ls, equipment, and incidentals necessary cornplete wsrk. !o the f{0 ADPtTiCIl{ALTIME pR*VlOgS BY TH|S C*!',TH.ACT lS MODIFICATI*i'{, EX*EPT FARAS.RAFH OF SUBSr CTI*T{ ? ApPLY. I 0n.4.2.4 SF{ALL

C*ntract: ?0$Sfl6'l S31 fi

Cont. M*d"l !2

FeSe t St2

&

{gsr*lr Sentral Hagion

I ; *

N FICATIO J USTI MODIFICATION CONTRACT


Ho. e*nFactlvlsdifieation , ?2 ,
ti$1{ 5IJST}139 Corridor Wssta$, $fewart At'enue.?6th Avenue - 24ib Ave*pe; U$H $tlSTH 3G1;C05t**31 ?g Carrid*r tr{sussl" 38fb Av,*nu*"SlrsrrnanStre*i - $tewfirt .*l'e*uei $Sil 5}/5TH !$ {*rridc,r Wcusauo -l,r*aes**u USf{ 5l Northbouxdi tl$Fi SllSTH lq Ramp WA; USH $|/STH 29 Carridor STH ?9 Wesr $_vstcm * esrridor lVaussu, $TH 5i tlff-Ramp frarn USI* 5l li}; $tertari &ve*|r,e,32nd Avexue z$th Ave*.*t; NH 20$si5"{: 1l$6-}l-76. Nl-{ 3fi*&3$5; t!5{i-09-?*: 1l*6-li-?5. 5TP3SS$353. Courlty:l166-0$-?Ttolarathsr: USF{5l; U$F{5lr [J$]l 5l; L*cc] LocalStreet: STF:il*$363; L*calSrreer, i t66-il-?g, HH iSSSl56l6SS$4$-?3" tulil*i Stru*iurrs B-lT"]5*" S-3?-3$4.E-:?-3S:" B-:?-;71- C*i?-:$, K-3?-:3" R.':7-;5. R.':?.3S,RSrrset:3..*53 S-3T-?1, Borrnw- Baskfill Sranillar,EaseAggr*gat*, $eiecttnished fu{a}sri*l. 3T-:S, ;{.-3?4?.R-}?-.{3" S-3?-S1, C6ncret* Favernent, Favement }{arkings, Cn*gfiusti$n Staking. C$}v'ersFipr, $t*rn Sewtr" Canerele C*rb. Rr{rtr and .5e41. Crrn*r*te eurh and fiutter, Collcrete Sidervalk 8e*nl fiusrd, Arphalli* $urtbce"H${A Pavementr. Signs. Sign Sripp*rts"Tn*t'li* Sigir*ls. l"ightitlg' F***irgr f*ncrers Sarrier TenrporaryFrecelst, C*ncyet* DrivervaS,'. Mr:ge,Terxpor*ry Cras}'rCuxhi*n, btnr*xg*m*nl *f f,*ntffni*sled h{*t*r'ial, i{ig}: T*nsicn Cabi* {nRcr*tr i\deqlian l#auksrhs r:f *nard" tnn*rele *arri*r', Atti-Skid'Tr*stmefil.and $4an*g*ttt*nl S*1idWs:re. Xenith Teeh.,l*r. ,l

Ited-&r Sis*sa:
precast temp*r*ry concrete banier had tq b* in*talled in ru*h * rsannet th*t a g*p wffs *ft a betureen br*dgeparapetend th* ter*poraryharrier,The t*rnp*r*ryIcon*rete berri*r w*s filrc*dy banisr banierandths twmpnrary placeand *dw barrier wa$ breushtin ts buttup ts ths in-plaee in paraBet.B*causeth* ru* *f barrierdid not origlnnt*at exlendedfrornthat psin?towardtne nridge Ratherti:an th* bridg* paffipe1a Sap betwe*nthe barri*r and the parp*t was nearly inevitahJe. rnovinghundreds*f feet of b*rrier t* *lart at th parapetand ttxer*byeliminatelhes* gaps, th* fonfra;tor installeda "*plin*" tc hridge the gap that **nsi*ted of a ssetiorl ef thrie beam and c*nnectsr$. terminnl

3.

S.pneFquenees thle #sntrert {r{ssificon is nEt apprqved: if i$ the !f thls *fintra*t nrrdifieation not approved, c*ntractorw*uld heve t* rel***t* hundredsof feet cf temp*rary c*nffrete barrier to eliminate th* gap bstween th* bridge parapet and the for cCI$ts f'rundr*ds ternpcrarybarniei. This wculd *ntitls th* c*niractsr to b* pxid f*r instaNlaticn w*uld asditinnaltans cl*suresf*r temporarybarrier relo*atien$ sf feet cf barrier.Furtherrnors, publicdelaytinr* on USH 51. ts*th cf tfiesefn*tnrswollld r*sult in in eba be *ese$ssry,resulfing The prop*sed in this s*ntract rnodificati+n. cost tCIth* proj*S than the spNices a much high*r" gaps ceuld n*t he left in place$*ilcthey wo*lldpsss a $ef*ty hazard. i*h *lte rnatirr*e$*nsidercS t* asqqlTlFl th* ***d ifi ep{p n; that wfi$ *onsideredwa$ ts move the barrier bl*ck $# that th* gap* b*iw*an the An alternative See c*ns*qu*ncesabove. wouldbe elimirr*ted. bl*ck and perapat

.',

4-

JUF#fi*stiun cf F,{iqel The unit pri*e was the aild uporiwith the primeesntra*tsr. The unit pricewas negotiated ffSreed praject. oBl1dgn itemchangcerdsredintoa previous $arnsas the unit pricefor a sirnilar

doc Jushfi*ation ContractModffication

?131*7

GontractModification
10:47 AM 912812004 \/ Wisconsin Departmentof Transportation FieldManager 3.3b

MCCLEARYBRIDGE& APPS,ROBINLN - LAKE ST Contract; 20030708029,

Cont.Mod. Number 5
Route N

Revision Number
1

Cont.Mod. Date 9t28/2404

Net Change $35,475.00

Awarded Contract Amount $8,746,645.45

ContractLocation CTHN

Short Description
tTEM #900364

of Description Changes
Add the followingitem to this contract: tcE, |TEM90036A with Section Department The work underthis item shallbe in accordance 501.11.2of the Stateof Wisconsin, of for Transpodation, Standard Specifications Highway and Structure Construction, Editionof 1996,the Supplemental 2002 Edition. and the SoecialProvisions this contract for Soecifications time shallnot chanqeas a resultof this contract Contract modification.

New ltems
MCCLEARYBRIDGE & APPS Project: 6999-03-73, 0020, STRUCTURE8-37-335 ITEMS Category: Item Description Item Code Prop.Ln. ltemType Unit Proposed Qty. Unit Price Dollar Value

Mtsc 90036A tcE

90036

2220 Change Order LB.

47,300.000

0.75000 $35.475.00

Reason: Ml for 0020: Subtotal Category


$35.475.00

for Subtotal Project6999-03-73: $35.475.00

Gontract:20030708029

Cont. Mod.: 5, Rev. 1

Page 1 of 2

MODIFICATION JUSTIFICATION CONTRACT


District4
McCleary Bridge and Approaches, Robin Lane 20030708029... Lake Street; Marathon County; 6999'03'73, OMA 2003541; to CTH N; 1.025Miles; Grading, basecourse,storm sewer,concrete curb and gutter,concretesidewalk,asphalticconcretepavement, traffic signals,lighting, pavemenlmarking, and StructureB-37335. Pi{EIFER BROT}IERS CONSTRUCTION COMPANY

justification: Change
2002 in the in 501.11.2 the Supplemental of Specifications Edition orderto allow lce is an option Subsection periods. pours, masonry during weather hot Dueto thesizeof theconcrete masonry contractor placeconcrete to periods the morning evening. to eachpourduring cooler the of or iceis required it is notfeasible complete as

2.

is if Consequences this GontractModification not approved:


This will the masonry the bridge notmeetspecifications. in is Modification notapproved, concrete lf thisContract the of for authority the bridge.Also,delaying concrete headaches the maintaining willleadto futuremaintenance of without willjeopardize completion the project.Bothof ice the poursuntilthe concrete be placed can masonry of and impact theimage WiSDOT itscontractors. on factors havea negative will these

3.
4.

to the considered accomplish change: Alternatives


mentioned above. Donothing, consequences

Justification Price: of
The unitpricefor lce will be paidfor at the contract priceas specified Subsection unit in of 501.11.2 the 2002 Supplemental Specifications Edition. Seeattached sheets thecomputations thequantity iceused. for of of

Design Materials Input: /


The useof icewas discussed W|SDOT with staff(MarkSteidl, Michalski, ChuckRasmussen). Jeff and Allwere pourson this project.Also,it was in agreement ice wouldbe required someof the concrete that for masonry pours onlybe usedwhenconcrete periods agreed ice should that masonry couldnotbe completed during cooler of theday.

6.

Oversighton this project? Yes ls thereFederal a) lf yes, does this Con.Mod.changethe scopeof the proiect? No b) lf 6a is yes, or 6 is yes and this Con.Mod.is over $50,000: prior approvalwas receivedfrom FHWAon N/A (Date) By attachede-mail By phone N/A N/A

ication ication.doc ContractModif Justif

6-15-04

ContractModification
11:12 9117120 04 A M oi Department Transportation Wiscons'n 3.3b FieldManager

LN ROBIN - LAKEST & BRIDGE APPS, MCCLEARY 20030708029, Contract: Cont.Mod. Number 1 Route ContractLocation CTHN Revision Number
A

Cont.Mod. Date 9117/2004

Net Change $61,600.28

AwardedContractAmount $8,746,645.45

ShortDescription
Date of Flemoval lnterimCompletion

t
Contract: 20030708029
C ont. Mod.: 1, R ev.3
Page 1 of 5

.,-.--,---

o o o o o o o c 9 0o
O O @@ O @ OO O e O) @ O)

qqqqqqnqqe\qqqq q q
N tO OO CY) ( O O e

rJ)ooo
A @ OO @ @@ Al e

o oo
O @ Oi O @@

o roo
O @ @O e

q nqe o
@@ O

cf)

ee@e - @A

s
lo ..: N t-

E-

RP

ii

E i{ B6
bb

s
6 o
c

(c ' (o
d d ;c ; o c\l c! t- O
r a97q

aPbr o;\-!
\., F -!l *

o o

@OO OO rv

qqqqu?
( oOOC D @ r fOr tOO cr jc) o g) o, qcDN - @ @-@@

oo ro@ ri cd c\t o lif O !o cY) ci e @ e oo


f- O ge |J) @ @

e.i

' 6-a
l nrs

AE

a
(I)

CD$NCY) @@

c)

v C\! @ @ @

ot . f ) o@or oor oooo$


.9 nt

. t - i3i

Nc\INOO$ Oo ) OOC\( o @ @ @ { a o c) Cr ) ( # r r ) o ) @ @ - J e@ @

eqqqqqqc{qqc{q

i e 8r
in
o oN

@e
@

r LO @@

.f+
@

OOOr @t@@

rr a (5
7

;;
ftlT

.5.1 gtFt I . ** I b6 I *

? o
N

z I
F lr

E 9H r 6:E
o o t.
.Y .v .A

.if f'- C\l C\I c i o @@ @ (9 Cr) @ @

Nr O CDr O @{ Do) @

oc) ae

(of@e

$tr)o -ro @ @( y ;

o @

-q
@ @

h z
J

5: f rf r EX mco
bb
t-t

:tr
-C

== ?; q
or
=E

F
oo sl r: rooo
f.@ @

e-gie g
9PE;h
F-A F' L L . -. = F< J y -

QR

EY

o
d
=
F

fr.

c\I c900N

.r- + 'd *n -A 9

@@a< f) -@

c)@to @( o@

doid

a N t@

@@

tt\fo rtO( @@

qqa

QO O r @@@@

9qqq

N f- .N O

o
o
IE F

;i cR

b od';p' I g 6 =t
X i i *; . ! +

5 E:- = =
.zz z
==
J . -\ F_

v8

z
l!

.=
c (g aa

:;6lr) tr) P ::ff ; :r-c) ; t rP i i1; P P ro ro PP: (\l rJ) ro |.r) tr) o c) ro
c! c! o)
- c\co$( 9!f,r Ax. rr) @9 to6.o @rNNOr r <oN s f,$

...jzzz

tr i

tr

tE

o o

g s f,r O ) N F - r ( OC D N

c) o

o
F
Q

--.-ddgaFEE P;35;; ;b;8qd

f -a A -, i2 9 . . o b " 6l ' E 8 C* " I (J t- r

o
O
J
L

(\l

F O

,v ( D

E< ha
E

oh
fd v= >

o
t-

o o-

o) :cl
t! o o o O o .x
o')
tI !^

Ss

(oE
oO EE

iEE e*E *I -; :S : 6; umm , E E PFg A =


> 9 9 EIE,E q7i ==
- ti
VJJV.=V-

g I b'q,9 o

roaE c'!'c

;
U' T
j

<;

FI
PH

v^_

odv

o E =
i!

o- o o ;I
j

ha; 3Er Y '==X


ii,il vui .

t-

r\ r)
o

q)c)
J.)

o
f6

l< (6 F

o
(E

lJr X

tU i i

o (L

o
n

(g

-o

s -:; t = o 6
q) q)

.x
'E

(E

o .o o =
a

o a o E E (5
e

- v /n ; =T ^ . ^ ,
c0

e B+ fi 6 e g fi q< E d d i+
(o *Y x ^-o (')E

.tr

bo ().

dx LL ={ o
Oo

? PPFeH.= 8
t EEE= P E i. E FF
EE EE E; g
3"EE"EF :
Q . e . g . 9 . 3 sE a;; = =; ;
** *

::SEE;E
s rE E = = - =:

o
F C

o o
0)
L

o
L

.o

= (g

o-

o-

F (g

=
4

.tr f s =F$E#. o q F E EES; u; tii::83 c0


T X
@

o o

==
CN
d

F 'c -o
ll

au) .o .9
oo

o-

(/)OLOO(LO)

: # +g.4 #= E= og b = e .E)
n
E

(I) U' (6

q) X

l-i a
d

a(n
/11

-Ef;!fifist
;IJUU-+

lll

* i Ii Il

+* * *

o- o -F p=

a s s r c) O O

mz

Q r ql q-{ A Q Q O O (o (o v rf,

Q q? O rtr

g b @ a r_ r O O Cf)
N N $ !f, (o \' t O F r r': $ (o (o (o !i-

O c! r (o

O S O cD

:f o c\J ol _ Lo o |o < a) (g
Gl \f, O co O (o tf (o O r..- - c) $ C D c) O (o (o o) rfi o rO (o U) Cj 6 O Cr) lo rO O < ao a R

JUSTIFICATION CONTRACTMODIFICATION
District4 Project Label

1.

Change iustification:

to items from Project6999-03-75 is This contract Modification adding a portionof the total quantityof the bid The contractvalue rtemsthat are affected. for project6999-03-73.See the contrict Modification a list of the bid has been reduced has increased $60,714.75.The contractvalue of Project6999-03-75 of projectof 6999-03-73 is Modification $5,415.25. of The totalnet savings thisContract S64.2i8.50. were not on schedule.In orderto let the project real the During designof project6999-03-73, estatepurchases projectup into two separateprojects' such that the work coutd Oecompletedin 2004, it was decidedto split the it Alsoduringdesign, was decided 6999-03-75' is and is One project project6999-03-73 the otherproject Project of an absoluteendingand startingpoint' instead activities construction have overlapping that the projectss'hould had builtthe projectfrom for many problemsin consirudtion.lf the contractor Project6999-03-73 This created have completedthe work on time in order to meet the south to North as shown in the plan, they could not opted to work Northto south due to the for for schedule project6999-03-75.The contiactor Project6999-03-73 for of and possibility meetingthe contractrequirements'The contractor work conditions, staging available when makingthis issues "r""r, project6999-03-73 not adequately addresstheir space needs and scheduling did 6999-03-75 to to it necessary proceedwith a contract Modification removeitemsfrom Project changeand found date for the Norlh end of the the and add them to projectoggg-os-zsin orderto eliminate interimcompletion project.

2.

is if Consequences this ContractModification not approved:

to existedfor a contractor file a claim' lf the contractor the is lf this contractmodification not approved, potential for Norlh as calledfor in the plan, the contractor Project for project6999-03-73built the projectfrom south to was builtfrom Southto Northor Nofth costs. Whetherthe project coutdhavefileda claimfor delay 6999-03-75 for Project to South and the interim completiondate for Project6999-03-73was not removed,the contractor to timethat is not possible meet' fileda claimbasedupona contract couldhave 6999-03-73

3.

the to considered accomplish change: Alternatives

above. mentioned consequences Do nothing, tie prime contractorto come up with a new constructionmethod that will meet all of the contract Require and requirements forgothe net costsavings'

4.

of Justification Price:

and Project6999is The priceof this ContractModi{ication baseduponthe unit bid pricesfor Project6999-03-73 bid items that are affectedby this contract 03-75. The lowest combinationof bid prices will be used for all this contract modification. This means that the Deparlmentwill see a net cost savings and that makes timesin the Stateof Wisconsin. justifiable to the tighteconomic due modification

5.

InPut: / Design Materials

and Doug Ross)aboutthe meritsof this contract spokewith wisDor ltatt (Marksteidl,Adamosypowski, involved. of was modification inthebestinterest allparlies that in agreement thiscontrait All modification. were

,04'11 \\l{,t[
"oFf"-\ g 1& e
4"1......!)$ 1212312010 AM 9:27 WsconsinDepartment Transportation of 4.5a FieldManager

Contract Modification

Contract:20080610031. 51/STH CORRIDOR WAUSAU& STEWART USH 29 AVE.CITY Cont. Mod. Num ber 74 Route ST, 51 Contract Location LO CA L T , US H5 1 S Revision Number Cont. Mod. Date 12t23t2010 Net Change $62,817.34 Awarded Contract Amount $25.260.653.29

CONSTPROJEC
Ell tA.a.-, I I

Short Description
Tubular Railing Fence Screening

/U (-p ' l t-' a -{( 7J

/t

Descriptionof Changes
1166-09-77 Movethe following standard itemto Project bid Category 00'10 RE M O V I NG E N C EIT EM2 0 4 .0 1 7 0 F , Add the following standard itemto thiscontract bid underProject 1166-09-77 Category 0010: (ST RA I LI NG UB U L AR R E EN IN G R U C T U R E )-37-24. M513.4090 T SC R ITE

NOA DDI T I O N ALIMEIS P R OV ID E D Y T H ISCON TR A C T T B MOD IFIC A TIONX C E P T A R A GR A P2 OF S U B SECTI O N E, P H 108.4.2.4 SHALL APPLY

New ltems
Project: 1166-09-77, CORRIDOR WAUSAU,STEWARDAVE, 26THAVE - 24THAVE USH 51/STH29 Category: 0010,ROADWORK Item Description REMOVING FENCE Reason: PC Item Code 204.0170 Prop.Ln. ltemType Unit ProposedQty. 7495 Change Order LF 405.700 Unit Price DollarValue 0.75000 $304.28

Subtotalfor Category0010: Category: 0020,STEWERT/28TH SIGNAL Item Description RAILING TUBULAR SCREENING (STRUCTURE) R-37.24 Reason: PC Item Code 513.4090 Prop.Ln. ltemTvpe 7500 Change Order LS

$304.28

Unit Proposed Unit Price DollarValue Qtv. 1.000 62,513.06000 $62,513.06

Subtotalfor Category 0020:

$62,5f3.06

SubtotalforProject'1166-09-77: $62,8'17.34

Contract:200806003'1 1

C ont.Mod.:74

Page 1 of 2

North Gentral Region

CONTRACT MODIFICATION J USTIFICATION


Contract Modification No. 74
20080610031USH 51/STH 29 Corridor Wausau,Stewart Avenue, 26th Avenue - 24th Avenue; USH 5I/STH 29 Corridor'Wausau, 28th Avenue, Sherman Street - Stewart -{venue; USH 51/STH 29 Corridor'Wausauo STH 29 West SystemRamp WA; USH 51/STH 29 Corridor \l'ausau, USH 51 Northbound; USH 5I/STH 29 Corridor Wausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue,32nd Avenue - 26th Avenue; MarathonCounty; 1166-09-77, STP2008353; 1166-09-79; 1166-11-75. 2008354;tt66-tt-76, NH 2008355; \T{ 1166-11-79, 2008356; NH 6999-09-73, 2008363; STP Local Street: Local Street; USH 5l; USH 51; USH 51;Local Street;2.452 Miles; Structures B-37-350,8-37-354,8-37-362,8-37-371. C-37-26,R-37-23,R-37-25, R-37-26, R37-28'R-37-42,R-37-43, S-37-61, S-37-71, Borrow,Backfill Granular, BaseAggregate, Select Crushed Material, ConcretePavement,PavementMarkings, ConstructionStaking. Culvert Pipe, Storm Sewer, Concrete Curb, ConcreteCurb and Gutter, ConcreteSidewalk, Beam Guard, Asphaltic Surface,HMA Pavement,Route and Seal, Concrete Driveway, Concrete Barrier Temporary Precast, Signs,Sign Supports, Traffic Signals,Lighting, Fencing, Concrete Median Nose, TemporaryCrash Cushion,Management Contaminated of Material, High TensionCable Guard,Concrete Barrier,Anti-Skid Treatment, Management Solid Waste.Zenith Tech., Inc. - Waukesha and of

1.

Needfor Ghanqe: Standard steelchainlinkfencewas initially installed top of retaining on wall R-37-24 2006 in undera previous contract. Otherfencingthat was installed similarapplications in withinthe 51129 corridor duringthe sametimeframewas a decorative typetubular screening fencethat was blackin color.In orderto be consistent the corridor with aesthetics, was decided it thatthe chainlinkfenceshould removed be and replaced with the sametype of blackdecorative fence usedelsewhere the corridor. in if 9onsequences this ContractModificationis not approved: lf thiscontract modification not approved, steelchainlinkfencewouldremainin place. is the Thisfencewouldbe inconsistent otherfencing with withinthe corridor and corridor aesthetics wouldbe negatively impacted. Alternatives consideredto accomplishthe Modification: Do nothing. consequences See above. Justificationof Price: The contractor provided detailed records the labor,equipment materials of and usedto complete the work in accordance with the force accountmethodology detailed Section109.4.5 the in of Standard Specifications. salvage The valueof the existing steelchainlinkfencewas applied a as creditto the lumpsum cost provided the contractor. costswere reviewed ihe project by The by Engineer weredetermined be reasonable. and to ls there FederalOversiqhton this proiect? Yes.

2.

3. 4.

5.

(Note: Look on proposal cover page to determine if Federal oversight.) Prior approvalwas receivedfrom FHWAon By phone
Contract Modification Justification.doc

5t4t10 (Date)

By attachede-mail
2t2t07

Page2of2

Subject: 51/29 Wausau Corridor, fencingchangeprior corrcunence

Hi P et e, Thisis a follow up to our phoneconversation Tuesday on May4,2070,in whichyou gaveyour priorconcurrence the for following:

We discussed changing fencing top of the retaining the on wall in the northwest quadrant the STH52/Stewart of Avenue (partof the 2006purplejob).Thiswall currently a standard intersection has chainlinkfenceon it, that doesnot match the otherfences withinthe Wausau project. otherfences Corridor All that are on structures decorative painted are and blac kT hisc ha n g e i l l i n v o l v e mo v i n g e e x isti ng . w re th fenceandi nstal l i ng bl ack ldecorati ve a rai fence. Theapproxim at e costis 570,000.

T hank sor y ou rc o n c u rre n c e th i sc h a n g e f on

Dan

2--;"14

aVn.%,*oq

DANIEL A. HoLLowAY P. E. PROJECT MANAGER WISDOT NoRTH CENTRAL REGIoN 1 68 1 SECOND AVENUE SOUTH WISCONSIN RAPIDS, WI 54495 OFFTCE PHoNE: 7 15-42'I -7305 CELL PHONE: 7 1 5,459,477 4 FAx:7 1 5-4 21 - 8076

http://exchange.reiengineering.com/exchange/mguoin/Inbox lBrowno/ol}Prolect/Con%20... 1012212010

PE

rOF l

-JV+

P* 3
= lO + d) [ r
ro !:

-il59
oBei

e*t
zsg
ci

-.(/)t uS?'5u (f, c?

- Ue ,A*+ FX.o
S u-r

" Eo r b( f

"=F
-J [l

,. uJ

' 5E od x

o
J a

ti o I

.J: (!

6 ttl oz - -l
N=

tr N

(, iI

ContractModification
AM 512512006 10:13 !!isconsin Department Transportation of 4.1a FieldManager

USH 51/STH29 CORRIDOR WAUSAU Contract:20050913009. Cont. Mod. Num ber I Route Contract Location U S H51 Revision Number ConL Mod. Date 5t25t2006 Net Change $4,955.78 Awarded Contract Amount $5,870,000.00

Short Description
Moving Field Facilities

Descriptionof Changes
bid Add the followingnon-standard item to this contract: IT F 12. S P E CI A L M O VIN G IEL DF AC IL IT IES , EMS P V .O105 A Description to field facilities, a locationspecifiedby the engineer,in accordancewith Section 642 ol the Stateof Moveexisting 2004 2003 Edition,SupplementalSpecifications, for Specification Highwayand StructurdConstruction, wisconsin,S"tandard provided. Edition, specialprovisionsof this contract,and as hereinafter the

B Construclion shall be made ready for use, includingall utilityconneslionsand services,in the new locationthe same day Fieldfacilities that they are removedfrom the existinglocation. C Measurement completed. as will The department measureMovingFieldFacilities a singlelump sum item acceptably D Payment will The department pay for measured quantitiesat the contractunit price under the followingbid item: UNIT DESCRIPTION ITEMNUMBER LumpSum SPECIAL12. MovingFieldFacilities sPV.0105 the paymentis full compensation preparing,moving,and settingup the field facilities;transferringall utilities;relocating for and for fumishing all labbr, tools, equipment,and incidentalsnecessaryto completethe work. facilities; sanitary TWO OF EXCEPTPARAGRAPH MODIFICATION, TIME IS PROVIDEDBY THIS CONTRACT NO ADDITIONAL SHALLAPPLY. 108.4.2.4 SUBSECTION

3009 Contract: 2005091

Cont. Mod.; 8

Page 1 of 2

20050913009USH 51/ STH29 Conidor- Wausau'

coNn ),^.iffi:Tfl::"Y:8 {RT}13?;H:f"1i! 1,1 3H roN t{ffi'L:}'?:'::#ff"T,HliT^'ffi?""'.:[::i.


Local Utility; Marathon County; 1166-07 Approaches,

73, tt66-07- srP 2005469;L166-07zi,-stp 2005468; 75;USH5i INC SONS JAMESPETERSON 1. ChangejustifiCation: MovingField Office Facilities, added to relocatethe field office to a is centralized trailerlot location the WausauCorridor field for projects.Thiswill improve coordination the between projects alloweasyaccess corridor and to a centralized WisDOT meeting fieldoffice. 2. consequencesif this GontractModificationis not approved: lf this contractmodification not approved, field officeswill not be is the movedto the centralized locationto take advantage the coordination of benefits. 3. Alternativesconsideredto accomplishthe change: Do nothing, consequences mentioned above. 4. Justificationof Price: The unitpricewas negotiated agreeduponwith the primecontractor. and This price was comparedto WisDOTproject 1053-05-70 movingfield officefacilities. 5. Design/ Materials Input: MovingFieldOfficeFacilities was discussed with Dan Holloway and Mark Steidl NCR-WIS. of 6. ls there FederalOversighton this project? yes a) lf yes, does this 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 was receivedfrom FHWAon N/A (Date) By phone N/A By attachede-mail N/A

-t

Gontract ifiodtfleafion
-\-trrrrith Drpr|tlsrt cf Trrrrpc'E{on
1r23fr0$6 P[il 3:0? Fhldi4|n.grr S.3b

Conbrct 200t09.t9008, fit/STt{A$CGRRTDOR USH _W,{U9AU


FlatChangc $43,?89"43 Axnanded Confrrct Amoerni

Roub 5l Loc*flon

ss,870,0ffJ.00

$hort Dorcrlpflon
FuelCortAdfu*rnent

Duerlptlonof ehrngor
Add fie fottowing ncn-dendard ttemlo fi-rle bld ccnrract: SPECIAL FUELCOST 02" ADJUSTMENT, $PV.OO$S |TEM Ths workunderthlg bld ltenrehellbs In aecord*nce g, with Additionai $peclelFrovl+ion of the gpeclalFrovi*iona thls for cffitrect. NOASOITIONAL TIMEt$ PROV|OEO TF{gS BY CONTHACT M$SITICATION. EXCEPT FAMGRAPH2 OF SUESECTION 108.T,E.4 $HALLAPPI.Y

Nsw tbrnr
FtoFoe l{Nl4?-lt, ugH flr$Tn m connttron " fttAU$A{;, trr}r crn rrd?HRu}iANGE ApFRgANo onroq-E L&F{E ttALlAnD Ts Crtcgmrt: 00{0,URBAht ROADWAY t?Hilg ItcmCsdr sPv.00$5 Unlt
Ch*ngu0dcr DCL

sPECt\l0?. FuEtc0sT ADJU$Ti/lENT


Roaton:bll

Ut$t Frlc*

Vnluo

43,?89.'130

10s000 843.?8S.43

$ubbtel for Oniqn*y @t0; *_ _|4!,76j.1t Subtstatfcr Proloct 11o{*S?-?tr l4$,t0t.43

Contrrcft2005091300q

Cont.[tiod,:3. Rcv.?

Pee of2 1

CO NTRA iiH zgcorridor - wausau, NN*,"*ni*!t crH

20050913009 _ USH 51/ STH29 Corridor Wausau, nrH NN Structure OverUSH5l / STH29:I ISH 51/

Approaches, Oriole Lane Mallard to Lane;USH "lru 51/ STH29 Corridor Wausau, NN Interchange CTH and Approaches, Utility; Marathon Local County; 1166_07 71,STP2005468;lt66-07- STp2005469:lt66-0773, 75;USH51 JAMESPETERSON SONS INC

)N

1.

Changejustification: The contract includes Additional Special Provisions (ASp 5), whichstates 5 "FuelCostAdjustments be applied partial will to andfinalpayments work for itemscategorized SectionB as a payment the Contractor a creditto in to or the Department." categoriesof work items from section B included. Excavation common,Excavation Marsh, Borrow, selectBonow. and

2.

consequencesif this contract Modification not approved: is The Contractor not receivea paymentand the Department not will will receive creditas specified ASP-5. a in

3.

Alternatives consideredto accomplishthe change: Do nothing, consequences mentioned above.

4.

Justificationof Price: Fuelcostadjustments be calcurated accordance ASp-s. will in with

5.

Design/ Materialslnput: None

6.

ls there FederalOversight on this project? yes a) lf yes, does this Gon.Mod.changethe scope of the project?No b) lf 6a is yes, or 6 is yes and this Gorr.Mod.is over $50,000: prior approvalwas receivedfrom FHWAon N/A (Date) By phone By attachede-mail N/A

Contract Modification
2:11 121512006 PM of WisconsinDeoartrnent Transportation 4.1a FieldManager

29 'WAUSAU USH 20050913009, 51/STH CORRIDOR Contract: Gont Mod. Number 18 Route 51
Contract Location US H51 Revision Number

Cont Mod. Date 12t5t2006.

Net Change $3,073.12

Awarded GontractAmount $5,870,000.00

Short DescriPtion
Repairto Parapet

Description of Changes
bid Add the followingnon-standard item to this contract: 20. REPAIRTO PARAPET,ITEM SPV.O105 SPECIAL pertinent sections of the Stat'eof The work under this item shall be as directed by the engineer and in accordance with the and Structure Construclion, Edition of 2003' Wisconsin, Departmentof iransportation, Stanfard Sp-ecifications-for.Highway 20da Edition, the Speciai Provisionsfor this contract, and the structure plan for bridge 5u|t1"';Aibpecifications B-37-343EXCEPT PARAGRAPH2 OF SUBSECTION NO ADDITIONALTIMEIS PROVIDEDBYTHIS CONTRACTMODIFICATION, SHALLAPPLY. 1O8.4.2.4

New ltems

OVERUSH51/SrH29 CTHNNSTRUCTURE project: 1166-07-71, 51/STH CORRTDOR 29 USH - WAUSAU, 8-37-343 Gategory: 0010,STRUCTURE Unit Price DollarValue Unit Item Gode Item 1.000 3.073.'12000 $3,073.12 Order LS Change sPV.0105 SPECIAL20. REPAIRTO PARAPET

Reason:Ml

SubtotalforCategory00l0: Subtotalfor Projectt166{7-71:

$3'073.12 $3'073.12

3009 Contract: 2005091

Cont. Mod.: 18

Page 1 of 2

J MODIFICATIONUSTIFICATION CONTRACT
District NCR-WIS
CTH NN StructureOver 20050913009 USH 51 i STH 29 Corridor - Wausau, USH 5l / STH 29; USH 51 / STH 29 Corridor - Wausau,CTH NN Interchange OrioleLaneto Mallard Lane;USH 5l / STH 29 Corridor and Approaches, Local Utility; Marathon and Wausau,CTH NN Interchange Approaches' 1166-07-75; USH 1166-07-73, 2005469; STP STP County;1166-07-71, 2005468; Routeand Pavement, Dense, Concrete Base Aggregate 5l ; 0.659Miles; Grading, Riprap CurbandGutter,Grouted B-37'343,R-37-20, Seal,AsphalticPavement, Work, BeamGuard,Razingand WaterMain andStormSewer Hcavy,StormSewer, Marking. and and Signing, Pavement TrafficSignals Lighting, Building, . . Removing INC Peterson Sons. f USl James

1.

Unange

wall at specific to was addedto this project fix the parapet to Repair Parapet portion of the parapet cracked and started to locations. The bottom alongthe expansion from the rest of the parapet. This occurred separate that the use of the cracking thought fillerat eachwingwall. lt was initially the filler placedbetween the the was because parapetspanned expansion that Duringthe repair,it was discovered and abutment the superstructure. metallic fittings the three,two-inch for The expansion this was not the clse. aligned The fittingswere not correctty conduitswere not properlyinstalled. and the conduit was not allowing movement during expansionand of contraction the bridge. This is what causedthe damageto the parapetat again,additional this filler. In orderto prevent fromhappening the expansion foam was utilizedto createthe sill seal, and expandable filter, expansion fittingsin orderto allowthe bridgeto for required separation the expansion and contract expand ProPerlY. 2. if Consequences this ContractModificationis not approved: these sectionsof the parapet is lf this contractmodification not approved, problem.Also,it wouldlookbad to the publicif the wouldbe a maintenance wouldfall off size piecesof concrete parapet as was not repaired noticeable The costto fix the bridgein a coupleof yearsof the work beingcompleted. lf and the contractor. the Department the Department was split between would not pay a portionof the repaircost, the contractorwould submita for claimto be compensated a portionof the work. 3. Alternativesconsideredto accomplishthe change: above. mentioned @nsequences Do nothing,
4.

Justificationof Price: and The unit pricewas negotiated agreeduponwith the primecontractor. of agreedto pay for 25o/o the total repairbill. The total The Department with the Blue and the priceis fair and consistent repairbill was reviewed Countyand found in Marathon BookRentalRatesand laborratesrequired by acceptable the ProjectEngineer.

ContractModification
11/10/20089:03AM of Department Transportation Wisconsin 4.4a Fi el dManager

USH 51/STH29CORRIDOR- WAUSAU Contract: 20070213046,

Cont.Mod. Date 11t10t2008


Route 5 1 , 29

Net Change $34,160.97

Awarded Contract Amount $27,525,182.83

Wall Barrier WW LineConcrete

Gontract:20070213046

C ont. Mod.: 66, R ev.3

Page 1 of 4

florth Gentral Region

JUSTIFICATION MODIFIGATION CONTRACT


No. Modification Dontract 66
20070213046USH5I/STH 29 Corridor - Wausau: STH 29 Westbound,ShermanStreet Flyover Bridge; USH 5I/STH 29 Corridor - Wausau,USH 5l/STH 29 Northbound, Mallard Lane to ShermanStreet; USH 51/STH 29 Corridor - Wausau, ShermanStreet,28thAvenue to 24'nAvenuel USH 5I/STH 29 Corridor - Wausau,STH 52 to USH 51; USH 51/STH 29 Corridor - Wausau,USH 51 Northbound, ShermanStreet to STH 52; MarathonCounty; 1166-09-74 1166-09-76;I 166-09-78; STH 29; l-77, NH 2007020; NH 1166-10-72 2007019;1 166-1 L o c a lR o a d ;S T H 29; U S H 51;2.565 Mi l es;Gradi ng; U SH 5 1 ; Special;HMA BaseAggregateDenselConcretePavement B-37-344,346, 348' 352, 355, 356, 357' 359, Structures Pavement; , 3 6 0 ,R -3 7 -2 1 5 -3 7 -5 8 ,5 9,60,68,72,73,and82; R outeand S eal ; Culverl Pipes;Storm Sewer;ConcreteWall Mechanically StabilizedEarth; ConcreteCurb and Gutter; ConcreteSidewalk; ConcreteBarrier; Pipe Underdrain;SteelPlate Beam Guard; Chain Marking; Conduit; Loop Detectors; Link Fence;Signing;Pavement Traffic Signals;Lighting; PainingEpoxy System;Concrete of and Management PetroleumContaminated StainingStructures; Material. Zenith Tech, Inc. - Waukesha

1.

Needfor Ghanqe: Original design plans for bridge 8-37-362 showed Pier #11 of 8-37-362 overhangingthe changesnecessary (#39)addressed of shoulders WB STH 29. A previouscontractmodification alone would not but to the pier to meet verticalclearancerequirements, the pier modifications A solvethe problem. verticalfaced concretebarrierthat would providethe horizontal completely clearancebetweenthe pier and any tall vehicleson the roadwaywas also necessary.Beam for guardwould not sufficebecauseit is able to deflectupon impact,which createsto potential a and the piercap. a between vehicle collision Consequencesif this Contract Modification is not approved: this sectionof roadwaywould be built as shown in is lf this contractmodification not approved, to wouldexistfor tall vehicles hit the bottomof the pier designplans.The poteniial the original caps. Alternativesconsidered to accomplish the Modification: were: A) Reduceshoulderwidth to 9'. B) Redesign8-37-362 that were considered Alternatives OptionA would resultin shoulders the span lengthsand/orrevising ramp profile. by changing standards.Option B would result in based on currentWisDOT design that are su-bstandard fees that wouldfar exceedthe cost of the proposedretrofit. designand construction additional

2.

3.

Justificatlon.doc ContractModification

2t2107

fr

GentralRegion
Justification of Price: The costs incurredby the contractor. basedon time and materials The unit pricewas calculated project Engineerreviewedthe cost breakdownprovidedby the contractorand determinedthat the priceis reasonable. ls there FederalOversight on this proiect? this contract is Yes. The dollaramountof this contractmodification lessthan $50,000.However was one of three that were written (#39, #66 & #71) to remedy pier clearance modification received. FHWApriorapprovalwas dollaramountwas over$50,000. The totalcombined issues.

(Note: Lookon proposalcover pageto determineif FederalOversight') Prior approvalwas receivedfrom FHWAon By phone N/A e-mail BYattached X 10111/,2007 (Date)

Justification.doc Modification Contract

212107

p.E. David Layton, Project Oversight Engineer WisECT Bureau project *f Development 4802Sheboygan,{venue, 65i Rm. hdadison, 537CI7-7916 Wt Phcne. 26Z-Z94S i60g) Fax:(608) 262-1862

-----Origina I Message---__ From; Holloway, Daniel Sent: Thursday, September 06,2OO7 pM 5:14 To: ErikEmerson (E-ma,ir); Dreh-er, wiiliam;1]rfa.rg, Fralk; Layton, David;Hardinger, Thomas Cc: Bronson, Matthew; Hess,-Jeff; j Grasser, Daniel nolloway,, Oaniet subject: FW:USH 51/srH zg: g-zr-so2- piers & 11 clearance 9 carcurations Impoftance: High There beena rec51,t has disccv*ry pefiaining th* 8-37-362 westbound to to Fjarthb*und) { flyover youmayKnow' structui-e. piers through af thisstrJetur* currentty A* $ J2 are u*derconitiuc*on thisgme, At havebeencompleted' pier11 is nearly 9 B!ers and10 and ccmpleted.wa* *;":oo*r* ny ul"ualinspecticn lt thatthenorunern*.rost corner thecapof pierg overhangs of tl: puilputcf structure 8-37,355 (srH 2s fastbound ov*r deterry:iiua -tsyfJ;rlna ens irrl'*isifunerl;h;;*;; pier j,rT: 1nv *;i r

3ff**::

;'#ffJeter

x arso cverhangs rhe

Pleasesee attaehed from GAs. for pdf a sketchof this eondition

an*irearan** ili*--in-r-cil#;;Y';* pier and ei movlng beam 1rcoi fil--3'ifl,; rhe guard in |ot;il,:?iT'-',

thai needsio be addressed sornehow, can ihe shouiders or plers leftsubstandard these be neaf teet, instead 1u of,ihe o*iig*L;*r0 fd)? ffi ffi;;": analyzed corr*etrve aetrons thispoint' anytype correctjon at any but of yjlja-it # $cme'p*ssinrrt,es Taking piersalready doyyn 3 builtanc,renu;lcing the ttr*ff ;n o** locations, -;;6 a thieker-parapetln-cruce: pauring on ihe southsideof B-gz-3ss

The question this nointis: ls this an issue at

une morenate" " " lf we planto do anythi,',q yt.h theparapet 8-37-385, on wourd decided soon, needto be very since th*t deekis sene*uie* be poured Monday ihatchange to on septernber i0.

We wouldflketo determine very it these overhangs ereate con*ition needs be *orrected, a that to so.....what correction the andif shouid;3on

Things consider: to

http:iiexchange'reiengineering.com lexchange/msuoin/Inbo x/Greeno/o20project/Addenda*xFgFF_chang... 101171200g

N @

n o

)
J: ld Jd '

F E

!!

t-

E E

F E

z o o
N

T
F

u o z

//&
/.t

&
uz io

Y=o t;a

sz :.

u
q

u ? e -F ! HF c E e P
>- - d :4 tr

-ti
z o
T
E F

'{
q " b q J

c c

e a, a

t u \ {

z t u
a

lieps;E
-.,E;i >6r ? 6 ! .;X 6 ;05vrs3 I
;q f "e d

;
z
l

b F F
I I U o

z i

o
N I F

I l

=
I
= o <^ ;P

_
z 9= F: .x

HH
) Sl fY L'

z
F O U

E L

*{.i-"",,
+. ;@e"
": "*

.:: i

& '" ? .
", ' d'

odifi*atisn Ssntr**t fifi


I 1Jfi30t$ 1i13 PM d.4s Fi*td&!.ari*Sr

*{ *4F{tr1r'nsnt ?tenapttsiian Wi*{!}rxsisr

*{4{, USt{ $1J$Ttt29*ORRID*fl - WAl.lSAlJ Qontrael 200?S2'f Crn{ idod, il*mbar


ft

Revi$isn l{lrrnber
I

C*nL lt/lad. Dato I 1/ff3fi$S

Het Ch*nge

A*arded *qntraet AmsunJ $??,525,1e2.S3

sztr,531.X*

fleute

$1:3*

,,

C*r*trstt l-ccation U$HF'NiSTF{E

$hort EescrlPticn
Wall Modlfications Farapet Sorrth 8-3?-355

,oT-,*ffi'fcr

GontractModification
1211212 007 A M 7.50 Wis c o r reoaftmentof TransDortation 4.2c Field[,4anager

CORRIDOR WAUSAU USH 51/STH29 C o n t ' .t: 20070213046, Go N


,l4 od .
rb f

N et C hange $19,000.00

Awarded Contract Amount $27,525,182.83

::i Location , STH29

PRgJFc sr.

Sh o' ,;e scr ip tion


B-37Pier#9 and #11 Retrofits

Des
Add i

:rtionof Changes
plan sheetsto this contract: and attached rllowingspecialprovision

ITE P SPE C \ 22. 8. 37- 3 6 2 IER# 9 AN D # 11 R E T R OFITS , MS P V .O105 A. Dt shou minir from ' and t mate the iRlPTION. Original designplansfor bridge8-37-362showedPier#9 and Pier#11 of 8-37-362overhanging that therewas goingto be , cf i:B and WB STH 29. The two piershad alreadybeen builtbeforeit was discovered saw cut measured in 4" the piersand the shoulders EB and WB STH 29. A vertical of clearance issuesbetween portion the pier cap beingremoved reducethe overhang to iop of the pier is to be made,resulting an aesthetic in of l,y meeting The work underthis itemconsists furnishing of and installing necessary all minimumclearances. ir;r' r'etrofit on work to be performed Piers9 and 11 of Bridge8-37-362.

and high strength reinforcing steelconforming the requirements Sections to of Type A-FA concrete B. M; : iliALS. Furnish for of Standard Specifications Highway and 501, , : and 505 of the Stateof WisconsinDepartment Transportation 2006 Edition, and the SpecialProvisions this for Construction the Specifications 2003 Edition, Supplemental Struc contr will as The C. Mr : OD OF MEASUREMENT. department measure8-37-362Pier#9 and #1 1 Retrofits a singlelumpsum rletod and accepted. unit, D. B , ITEI V SPV , UI iJ A Y M EN T . i, I B E R D ES C R IPT ION U N IT :J P 2 S PE C IA L 2 . 8 -3 7 -3 6 2 IER# 9 A N D #11 R E TR OFITS LS

providing is full compensation sawing,removal, for and disposal portions the concrete of of cap to be removed; Payn providing, transporting, placingall steelreinforcement curing,and protecting; and forms,placing, conc, , including to necessary and incidentals barswith epoxy;and for all labor,tools,equipment, inch-i . sult;rorts; coatingcut reinforcing tireworK. comi NO , I 108.. 2 EX P MOD IFIC A TION , C E P T A R A GR A P H OF S U B S ECTI O N BY i I ' ] i I A LT IME IS PR O V ID E D T H IS C ON TR A C T S I ] A LLA P P L Y.

C o"1

20|70213046

Gont.Mod.: 39

.**.13;+S*'!

f ' ;;;" \rdiscsnsinDe$r*rne*t af Trailiparta*oB

"'lr)ffi; 'n'e
-!i &,

"i-

tr

tlbb-0?-7F lldodifi*ation e antraet


1*,7i?0*S Shl 8r?*
F1ld,Maileg6{ 4.4ts

Csiltract: 30S?SgtS046, U$H s1'$Tllag CORRIF*R - WAUSAU Cont.ltlsd. lilumber


tt

Revision Numb*r

SanL illod. Datr 10r7&s08

Net Change $10.883.33

Awarded C*ntra ct Amgurrt $??,525,182.83

Routs 51,29
Cpntrast Location

usH sft$Tfizg

$hort Desnription
parcment 6herma:n patch fortrafiic for Rafftp Con*rete and csuntr

CCNSTPROJECT COPY FILE

Gontrs*t 209702i'3A46

CanL Msd.: 53

PagI c'ri

nlrl ilegien

Fl*4fi Gil ,CH?RA*T MGnlFICATI*f'IJ USTI


Modil!*aticn Nc" e*ntraet 53
lg*?fi?|**46 LJSI{SI/STH frirridor * W*ss*nr STH :9 ?9 W*stbound,Fhrrsn*n Streei Flloler Bridge; LISH 5|/'STH 39 C*rrid*r * W**s*u, USH 5t/5Tl* ?9 liarthhcund, Malt*rd L*ne tn Sh*rrlsr Stre*t; I"JSH 5l/$TH 29 C*rridrrr* W*usas. $h*rman Strs*t* *Stbn{r'erru* 3{e &ven*s; XSH 5l/$TH 29 to Cclrridsr*}v**ilflsn'fiTH 53 t* I;$1151;tlSE SllsTli 2* Csrridqr* W*u$an"USH 5i li'iorthb{}ur}{l. Shermx* $trert t$ STH 5?;Maratlia:r t**:rg; I i66-CIt-?41 l166-ft9-?6t |166"09-?8r * lS6-1fi-?2 ?*&?*lqr I ISS-ll-7?. N}"tr i{H ?f}0101{l; STH lq; 5l: LISF1 |.,**alRead:STH l*: tiSl"{ 5l; f .5S5totil*s;Gre,Jing; Eare ,4ggr*gat* []*nsrl;f*ncrel* Fav**re*t5p**ia1;l-iil.{,4 j4S. Pavern*nf; *ruenrresB--17-i.1J. i48. -l"il.:55, :5S. :57,;5S. 36*. R--t7-31. $-l?-58-;{9.Sf. 6*" 1?..73- ,!f ; R,silt* Seat; *nd ftird CulvertPipes:St*rrnSrrr*r: Llnnercte lVall blnrhrnieally Earfh:{cncr*tr Curbsnd fiunsr; {nilcr*te Sidewalk; $tabilized C*nsrel* Barrier:Fipr Und*rdrnin; $trel PlareSv*nr*ir*r'd; Cksin Lick fen*e: Siging; Far.er:renl $.ltrking;{**duit: Loop Detecrrrrs: Trsfii* Sigrrals: Ligl:ti ng: FainingEpnry .$5srem oncrcte lC Staining Str*et*res; and Managenr*nt Pefi-oleum *f C*ntaminated fulateriai.Zenith Teeh-lnc. - ltrauke*h*

1.

Nss{ fsr Shans$ A, A traffi*c#*nt*r wa$*fill*d f*r in thn plan$Df 11SS-1 b*t we$ inadverter:tly 1-77 miss*dwh*n th* rnnstn",*tiorN s*hedill#was accelsratd. Frojectstaff consider*dmfivingthe w,ork a* fc prnj*ctithe "BrownPro.;ect"), the focation the countr lrpfCIffiing but of wfrilldhavets *hsng*. The decision was rrade to ask the contractor the install trafficcaunter the CIriginal at location *slled *ut in the plans.The work c*vensdin this entrgctmodifi*atisnis the remcva!erld replaeernerlt concreta pavement cf neeessary inrtallthetraffieecunterconduit. to B. A numberof parl*lscf c*nereteon the A ran"lp p*{Jr*dwith what appsfrrsd lvsrfi originelly to jcint* ar* rtn:efc#ptabl*be*axsethe d*wel bars in lhe p*v*menl be skew*djotnt*.Skewed ilFed to be perpendi*ular the directlonCIftravsl in srder f*r the pavem*nl t* fun*t!*n to The sawedjcints were sut of tsl*ran*efar allawable Frsperiy. skew,but there!?*$ ns way ts tell whetherthe dowel bars therncelves were ales skewedwithout reff*viftg th* panel* cf soncrstepavement. Pro.yect staff requested rrfi*valsftd replscem*ntsf the panels in the r{u$F*ulr undar*n agre*ffil*nt wilh the cnntra*tor that that the pavi*g eubcontrnqt*r th and il*T w*uld Fafihpayfcr S*% sf thc wfirk.
*' r aa{ i^^

2.

S+Fs*ail*u&eeif !t*!l C*ttI**t FJiodificatiq*,-ig,,n*,t a*Sr*vsd: * lf tfiis t*ntru*t m*dification nst &ppr*ved, csntraetor is the wCIuld have the bid itern*requir*d ilot to completethe work and would submita clairnto be compensated it. This work was for requestedby prajert staff.

C*ntra*t Msdifi c*ti*n Justifi*ati*n.d**

?t?l*?

\t{it aZ" 15
{ kis4,e q'":,,rif
1/28/2011 9:10A M

..*;i{i.,',,,.*

Vvlsofi Departmrn Transporlatjon ot $1il

4-74 FieldManager

Contract:20080610031, 5l/STH 29 CORRIOORWAUSAU STEWART & AVE,CITY USH -

Cont.Mod. Number
ID

Revision Number

Cont. lflod. Date 1t2U2411

Nct Change $60,284.48

Awardad Contract Amount $25,260,653.29

lsr, sr
ContractLocatlon LOCAL ST, USH51

IRoute

CONST PFIO.rtrr

$hort Description
removal and replacement Sherman Sireetand B Ramppavemeilt

Descriptionof Ghanges
Special Provision this contract: Add the lollowing to

coPy ffl_E #ft6*t l-?s-

ITEMSPV.O1O5 45. SHERMAN & B RAMPPAVEMENT, ST. ANOREPLACE SPECIAL REMOVE A. DESCRIPTION. panelsof concrele pavernent constructing and replacemenl Thisspecialprovision clescribes removal existing of crscked pavement westbound on concret Sherman Streetand on the on rampfiom $hermanStreelto SB USH51. B. MATERIALSMaterials shallcomply withSection 415.2of the Standard Specifications. C, CONSTRUCTION. panelsof concrele pavement limiisdesignated ihe Engineer. by Remove and dispose the damaged withinlhe removal of pavement Construclion nsw concrete shallbe in accordance the requirements Section 415,3of the Standard with of of Speci{ication6, D METHOD MEASUREMENT. OF Th departmenl measure will Remove and Replace Sherman and B RampPavement a singlelumpsum unit, St, as completed accepted. and E. BASISOF PAYMENT. NUMBER DESCRIPTION ITEM UNIT 45. AND REPLACE SPV.O1Os SPECIAL REMOVE SHERMAN & B RAMPPAVEMENT LS ST, pavement; preparing foundation Payrnent lull compensation removing disposing the existing is for for if of concrete the and preparing, placing, necessaryi furnishing, for the for andjointmaterials, hauling, curingand protecting concrete; jointing dowelsand tie bars:for moasuring opening strength including fabricating testingcylindersl for all labor,tools, and and necessary complele work. to the equipmen{ ificidenta's and 2 TIME1SPROVIDED THISCONTRACT BY MODIFICATION. EXCEPT PARAGRAPHOF SUBSECTION NOADDITIONAL APPLY. 1A8.4,2,4 SHALL

,.

'\1." )-' -

,'i{,r})':* , LVt,'^tr 'i


\ ', , '

Contract; 2008061 1 003

Cont,Mod.;75

' -\ ''-'-/ \\u*i

; ( $;?'r :. .,p*1...9
{L,-1,,*i+" Oeparlmonl Transporlalion Wiscon6in ol

.n{'-"zt'n

"',,

Contract ijl od ifi cati o n


91 11261201:104M 4.7a FieldManager

New ltems
Project; 1160-lt-?5, 5ltSTH CORRIDOR 29 USH - IIIAUSAU ROADWAY ITEM$ Category:0010, ltamCode Prop.Ln. ltemType Unlt Proposd Qty, ItemDescrlDtlon
45. SPECIAL REMoVEAND REPTACE SPV.0105 SHERI'AN ST. & B RAMPPAVEMENT Reason: PC Subtotal for Category0010: _ $60,284.48 $60,284.48 7530 ChangeOrdet LS

Unit Prica DollarValue |.000 0,284.48000 $60.284.48

Prepared By

fr^'/ffil't -(s.;;6-Recomrnended By

,/

7/zs/tr
(Date)

q' [-H",
/<So."Ir'!l_\
(Signature)

Subtotatfor Prorect1168-11-75r

z f z';itt
(Date)

(Signature)

(Date)

paRrrcrplftoil - AcloN By F.H.W.A. FEDERAL


_Approved _Nol See LetterDated Eligible (Date)

Contract:20080610031

Cont.Mod.; 75

Page? of 2

Wisconsi Department Transportation n of


CONTRACT MODIFICATION JUSTI FICATION
lD:
I PR O J E CTlD:

20080610031
1 1 6 6 -1 1 -7 6

CONTRACT MODIFICATION NO: 75 FEDERAL lD: GOUNTY: NH 2008355 Marathon

HIGHWAY LOCAL ROAD:USH51 OR PROJECT DESCRIPTION: 51/STH Corridor USH 29 IVIANAGINc OFFICE: NCR-WIS

LOCAL PROGRAM:fl NO

FRIORAPPROVAL REQUIRED: ffi yes lf yes, attach to justification form. 1.

Descriptiop needfor change: & Severecrackingof severalpanelsof concretepavement the B Ramp (ShermanStreetto SB USH5't on on ramp)and on ShermanStreetwas discovered. The pavementin thesetwo locationswas originally constructed2-3 yearsago under prior contracts,so crackingthis severewould not normally be expectedfor a pavementof this age. For the B Ramp pavement, there is no known reasonfor the cracking,but project staff have two possibletheoriesas to the cause.Traffic had run on this ramp for severalyears beforethe cracking appeared, there may have been slight base or subgradeissueswhen it was constructedthat didn't so appearright away.Another possiblecausemay have beenthat the slabs were damagedby constructionequipmentcrossingthe slab at some point, but this type of traffic was never observed by project staff, so it can't be proven. For the ShermanStreetpavement, therewas an unusualpoint of frost heavethat occurred in the middle of the westbound lanesduring the winter of 200912010. causeda series of cracks This radiatingout from that point. We are not sure why therewas just this point locationthat becamea problem,as the cross section through this areawas constructedwith geogrid,12 inches of Base AggregateDense3 inch, 6 inches of BaseAggregateDense1-!tinch, and 9 inches of Concrete Pavement. was designedwith this extrastructurebecausesoil boringstaken for design revealed lt that there were random pocketsof bad material. the problemlocationit is possiblethat there was tn bad materialjust below the subgradeexcavation that did not appearto be a problemat the time of construction,and geogrid and base aggregates were placedon what appearedto be a fairly consistentsubgrade.Projectstaff think there may havebeen a pocket in the subgradethat held rnoisturemore than the surroundingmaterial, causingit to freezeand heave in the winter. Another consideration the fact that it is known this areawas once a marsh that was filled in with is miscellaneous landfillwaste,so it is not surprisingthat there are inconsistencies that did not show up at the time of construction. Projectstaff discussedthe issueswith regionstaff and determined the pavementin both locations should be removedand replaced. Consequences this ContractModificationis not approved: if lf this contractmodificationis not approved,the crackedpavementwould remain in place.The cracks would allow water to get in and under the pavementand freeze-thaw cycles would continueto deteriorate pavementat an accelerated the rate. Alternatives considered: Do nothing.Seeconseguences above.
Estimated cost: $60, 000

t"

in=tiftcationof price:
The contractor provided detailed records of the labor, equipment and materials used to complete the work in accordance with the force account methodology detailed in Section 109.4.5of the Standard Specifications. The costs were reviewed by the Project Engineer and were determined to be r eas onable.

rlriractModificationJustifi cation.docx

Revised 1l28l2}1O

St luc t ur - : r l E n g i t e e r s

:rnd Coutr-actors

October29'",2010 REI Engineering Attn: Eric Johnson 4080North 20'hAve. Wausau, WI 54401 State Project#: 1166-09-77 79, 6999-09-731166-11-7, 76 & 79 & 5 , Fed.Project#: STP2008 353 & NH 2008354 USH 5I/STH 29 Conidor - Wausau Z T I J ob # :5 0 3 5 1 0 RE: Extra Work - Removeand ReplaceShermanSt. and 'B' Ramp Pavement Eric, Attachedpleasefind Force Account recordsfor the additionalwork that was doneto replaceportions of concretepavementon ShermanStreetand on the 'B' Ramp. Pleasereview this information and issuea contractmodification for my signatureto add this item of work to the contract. If you needany additional please informationor haveany questions, contact at (715) 241-6760. me

Sincerelv.

kd eh/4tuffs?44'4
Joel Christopherson ProjectManager

An I:qual Opportunit:1' Entploysl

P.O.Eor 1C28 Nh \ 1lia .l i Bl i i e rn o rrn rl a d Ro \i"aukesha, 5i 187-1A28 WI O f llc r : - " 1 -5 1 4 -1 8 0 0 Far: ?62-524-184*

700 EagleNestElvcl. SuiteC Mosinee, WI 54435 Olfi ce: 7 1, -241 62ci{} 5 Fax: 715-241-*.+l*

---

| 0S J

06,7 b

contract Modification

/aYn
10/13/20061:23 PM Fi e l dManager 4.1a

Wisconsin Departmentof Transportation

contract:20050712015. 51/srH29 coRRtDoR-wAUsAU, GLovERD- LtLyL usH Fox


Cont. Mod. Number 11 Revision Number Cont. Mod. Date 10t27t2006 N et C hange $39,025.66 ,Awarded Contract Amount $18,638,492, 68

Route 29,51 Gontract Location STH29,USH51

ShortDescription
MI T I G A T I O N I TE ' D ' D IT C H IN G O T H E W IS CON S IN IV E R S T R

\y
Contract:20050712015
Gont.Mod.: 11
Page 1 of 5

o: Subject:
Gre g ,

Krizenesky, Thomas us] [thomas.krizenesky@dot.state.wi. Friday, September 29,200610:37 AM GregGraf(E-mail) FW:ConMod.

We w i l - I hav e t o g e t fro m B ru c e th e p l a ns th e c ont r ac t m od g o i n g , b u t d e p e n d i n g on


l_ lr rnrr nl.r

:nrl 1-lra

f i arrro f imina

nrr'lnF

whcrc +.1 ^ LfD .,^,. yvu

fn

nrrt *^-, ILLAy

fhg L^=-^ rldvg

dirt.
fn nr r eh

T will
il-

net

-----Ori

ai

ne

Moqqacc-----

Fro m : Se nt :
Tn.
I d.

S t eid l , F r ida y ,
,Taf
Tdnad !vr r vUJ:J v\7 /

M a rk Se p te mb e r 2 9 ,
I h^ha c . \m f r h

2006
T^^^+

16 A M D TD 4; P rusak, R ussel -l -

EJaq<
Kf l!! 1 4

Qrr'l.ri vq vj UvL

anl-

/-nn

MaA

Th i s

is

adv anc e n o ti c e
n rniggl.

of

a n u p c o mi ng con-mod for

the

S TH 29 east

i n t o r n h :n n o

We wif f w e tl and

be dr afti n g a c o n m o d to t o t he Wi s c o n s i n R i v e r.

c o nstruct T h e cost

the outfal l from the i s expected to be somew here around

$ 50r 000.

Th i s out f al- l- is a n e c e s s a ry e l e me n t i n the w etl and desi gn and w as te n t at iv ely ap p ro v e d b y th e C o rp a n d D N R . ft w as ori gi nal l y i n the p l a n but was r e mo v e d w h e n i t w a s d e termi ned that i t w oul d be best i f Ma rat hon Count v c o n s tru c te d th e o u tf al l si nce thev neecl ecl fi 1 1 materi al

for

th e

ac li a r : e n J - l - r i r : v r : l p h r i I ef the hri cloe i ^L e )vpt

An a
41ru - *r

annrnr n l- r . i | udlliy ^ ^ *^ i n rL

S i nC e that w arz n\ztrr .

ti me Th^., rrrey

hOw ever
TeJCULeU -^_ ^^+^^

MarathOn *L.^ bi d LtIe

CO .

a n d ar e now in th e p ro c e s s o f m a k i n g modi fi cati ons pl an w i th to thei r th e int ent t o re -l -e t i t. Si n c e i t i s not cl -ear w hen, or j -f, thi s p ro jec t wil- l- e v e r h a p p e n , i n o rd e r to compl ete our w etfand si te, we will need t o co n s tru c t th e o u tfa fl as ori gi nal l y i ntended. Ma rat hon w i th t he p ro bably To m,
f rom

Count y h a s a s k e d i f w e c a n construct ex c ava te d m a te ri a l fro m th e outfal l -. m ak e th i s w o rk . w o rk w i th


fn Ob ta in

the structure f rm thi nki ng

approach w e can

pleas e
S1_r:nd-

B ru c e
lftg ur r v

Ge rl _ a n d

f rnm

E'-Taah

:nrl

,Ti m

Maf.:

rl-hrr

n g g g g s:r r z
l r v eeapq!t,

detai ]s

to

i ncl ude

in

the

con mod.

/ la u-o?-?7
{ L&{F %.J;#-s
l$iscon$okpartment |' Tnnsporbthr!

"*fff*\

Csntract Modification
tfi/':l$&$*S 1113Fi.t FicHil,lsflags{ *.Ss

Gsntrar*g0f8stlfi*3{, t sH $tIs?HEscsRnmsffi- }lf*u$AU& srFwARTAvF,ctry


*ei* illod, t**mber 3$ Rreats
fit*visioll ldunrber

$snl td*d" Satu 1*l1SIzSss

l*Bt Gh.fig6 $1s.247,10

Awaded CantructAmss*i . $2S,3S*,S53.2A

ET.Sl
C*nkartl*#caH*n LOCAL$T, U$HS1

r"NNqT PROJECT
*he*ile*erlpli*n
Traffs **ntral Ve*iesl Fa**tn

FILECOPY

Contrach2008010S31

i{orth Gentral Region

MODIFICATION JUSTIFICATION CONTRACT


No. Modification Contract 35
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 51/STH 29 Corridor'Wausau, USH 51 Northbound; USH SliSTH 29 Corridor Wausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue, 32nd Avenue - 26th Avenueq 1166-09-79; 1166-ll-75,NH 2008354;ll66-11-76,NH 2008355; MarathonCounty; 1166-09-77, STP2008353; ; LocalS treet;Local treet;U S H 51;U S H 51;U S H 51;Local 1166- 11- 7 N,H 2 0 0 8 3 5 66 9 9 9 -0 9 -7 3 ,T P2008363; 9 S S Miles; Structures B-37-350, B-37-354,8-37-362,8-37-371,C-37-26,R-37-23,R-37-25, R-37-26, RStreet;2.452 Borrow, Backfill Granular,BaseAggregate, SelectCrushed Material, 37-28,R-37-42,R-37-43, 5-37-61,S-37-71, Concrete Pavement,PavementMarkings, ConstructionStaking, Culvert Pipe, Storm Sewer, Concrete Curb, Concrete Curb and Gutter, ConcreteSidewalk, Beam Guard, Asphaltic Surface,HMA Pavement,Route and Seal, ConcreteDriveway, ConcreteBarrier TemporaryPrecast,Signs, Sign Supports,Traffic Signals,Lighting, Fencing, Material, High TensionCable of ConcreteMedian Nose, TemporaryCrashCushion,Management Contaminated of and Barrier,Anti-Skid Treatment, Management Solid Waste.Zenith Tech., Inc. - Waukesha Guard,Concrete

1.

Needfor Ghanqe: by delineated trafficcontroldrums areaswhere lane edgesare currently There are numerous (crossovers are not currently active,lanesthat are not in use, etc.).The drumsneedto be that by creatingan removedprior to winter becausethey tend to becomedislodged snowplows, properlane delineation not in place.Verticalpanelsare more commonly unsafecondition if is duringthe winterbecause usedfor lane delineation they are boltedintothe pavement and also position theyare hit by havea reactive spring mechanism allows that themto return a vertical to if a vehicle.

2,

Consequences this ContractModification not approved: if is The trafficcontrol drumswouldbe left in placeoverthe winter.Maintenance the drumsduring of thewinterwill be difficult safety motorists and of couldbe compromised.

3.

Alternatives consideredto accomplishthe Modification: Traffic drumscouldbe leftin placeoverthewinter; control see consequences above.

4.

Justificationof Price: were The were negotiated agreeduponwiththe primecontractor. unitprices and The unitprices by workon otherWisDOTprojects foundto be acceptable the Project and comparable similar to Engineer.

5.

ls there FederalOversiqhton this proiect?

Modification Justification.doc Contract

2t2t07

Das könnte Ihnen auch gefallen