1 merged 2

82
)/ 1,3/ 28A4 8S:1.0 7t5-421-7384 hJI DNT T55 Contract Modilicetion pA6E W/46 { / -sft:11"+/.ra {$&F -€l-..--.-..S- Wmanain sapefifi ant df fmnsperiPtlpn 9let€004 9;07 AM FiE4dM*nngrr $,3b sonfrus*l 20040s,1{01s, cTHH* us}t strsTH 29tt{TERcHAI{sE Sont ilod. ilumhsr J Revisisn Nurnbar Cont Hod. Date gn$/2004 HetChange $3S.33$.S7 Atrrgdsdtpntraat Amount $11,100,000.00 RoutE q.1 OEntroct LCIcetiart U$H 51 $hCIrt De*cription ADD NEW COI.{TRACT ITEMS NECES8ARYTO COMPLETE WORK Deccrlptlon of Changs$ THI$ CCINTRACT MONIFICATION $IIALL ADN THA FOLLOWINfi NEW CONTRACT ITFM$: FUEL CCI$T ADJU$TMENT; R€MOVING LARGE BOULSER$; AND MILL Al'lD FAVE EXISTING cL JOINT. ALL WORK ASSOCIATED WITI{ THIS COT{TRAET MOSIFICATION EHALL BECOMPTETES INAOCORDANCE WITH THE CONTRACT PLAN$, $FECIAL PROVI$IONS, STANNARF $PECIFICATIONS AND THE ATTACHED $FECIAL PRQVi$loNs" New ltgrfis Pmj*[ 11qS.00"?0, U$H sl,$TFl tg CORRISOR - $rAU$Au Oetegoryr 00'10, ROADWAY lTEllll$ & R-97-lS ftqfi Pe$$rl$fion ltem Cqds Fror,Ln, ltemTyna Unlt pmpssed qF, Unlt Pdce HollarValus FUEL CO$T AOJU$TMENT 3S1,090S $26.$ 6h*nge Ofder DOL 1S,000.000 1.00600 $10,000,CI0 Re*sonr FflR |N*REA$E0 FUEI CO,$T$ A$SOCIATED WITH EXCAVATION COMMON ANn tsORROW REMOVING I.ARGE BOULDERS fi02,030f, 3t70 Chenga Odar DOL 38s,000 41.8s000 $8,4se"65 Renson: FOR RFMOVAL OFORAIIITE ROCK FSRMATION AND BOULFER$ EHCOUNTHRE0 lN STAGE 2 $OUT|{BOUN0 GRADING SPECIAL 10.MILL AND PAVE EXI$TING SF11.0105 3?75 Chango Ordat LS CL JOINT 1.000 10.728.3t000 $10.?16,33 REaacnr ADDFbAT STATION 420-SS3 HCIRTHBOUND DUE To TEMP. $SUTIIBOUND ?RAFFIC WHFEL LANE RUf-lNlNG ON TI{E EXI$TING DCTNNIORATED LS$JGITUNINAL JOINT Buhtotslfor Ca&gory 0010: . $!9,I1s,9? Subtotff for ProJ€G't I 166-06-70: 129,225.97 1E-1E-EEE4 E8:18 T158459558 Cont. Mqd.; $ PFGE: I Coflil$ot S0040S110?6 FEgBI 0f !

Upload: foodykathleen

Post on 27-Apr-2015

36 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: 1 Merged 2

)/ 1,3/ 28A4 8S: 1.0 7t5-421-7384 hJI DNT T55

Contract Modilicetion

pA6E W/46

{

/

-sft:11"+/.ra{$&F-€l-..--.-..S-

Wmanain sapefifi ant df fmnsperiPtlpn9let€004 9;07 AM

FiE4dM*nngrr $,3b

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

Sont ilod.ilumhsr

J

RevisisnNurnbar

Cont Hod.Date

gn$/2004

Het Change

$3S.33$.S7

Atrrgdsd tpntraat Amount

$11,100,000.00RoutEq.1

OEntroct LCIcetiartU$H 51

$hCIrt De*criptionADD NEW COI.{TRACT ITEMS NECES8ARYTO COMPLETE WORK

Deccrlptlon of Changs$THI$ CCINTRACT MONIFICATION $IIALL ADN THA FOLLOWINfi NEW CONTRACT ITFM$:FUEL CCI$T ADJU$TMENT; R€MOVING LARGE BOULSER$; AND MILL Al'lD FAVE EXISTING cL JOINT.

ALL WORK ASSOCIATED WITI{ THIS COT{TRAET MOSIFICATION EHALL BE COMPTETES IN AOCORDANCE WITHTHE CONTRACT PLAN$, $FECIAL PROVI$IONS, STANNARF $PECIFICATIONS AND THE ATTACHED $FECIALPRQVi$loNs"

New ltgrfisPmj*[ 11qS.00"?0, U$H sl,$TFl tg CORRISOR - $rAU$AuOetegoryr 00'10, ROADWAY lTEllll$ & R-97-lS

ftqfi Pe$$rl$fion ltem Cqds Fror,Ln, ltemTyna Unlt pmpssed qF, Unlt Pdce HollarValusFUEL CO$T AOJU$TMENT 3S1,090S $26.$ 6h*nge Ofder DOL 1S,000.000 1.00600 $10,000,CI0

Re*sonr FflR |N*REA$E0 FUEI CO,$T$ A$SOCIATED WITH EXCAVATION COMMON ANn tsORROW

REMOVING I.ARGE BOULDERS fi02,030f, 3t70 Chenga Odar DOL 38s,000 41.8s000 $8,4se"65

Renson: FOR RFMOVAL OF ORAIIITE ROCK FSRMATION AND BOULFER$ EHCOUNTHRE0 lN STAGE 2 $OUT|{BOUN0GRADING

SPECIAL 10. MILL AND PAVE EXI$TING SF11.0105 3?75 Chango Ordat LSCL JOINT

1.000 10.728.3t000 $10.?16,33

REaacnr ADDFbAT STATION 420-SS3 HCIRTHBOUND DUE To TEMP. $SUTIIBOUND ?RAFFIC WHFEL LANE RUf-lNlNG ONTI{E EXI$TING DCTNNIORATED LS$JGITUNINAL JOINT

Buhtotslfor Ca&gory 0010: . $!9,I1s,9?

Subtotff for ProJ€G't I 166-06-70: 129,225.97

1E-1E-EEE4 E8:18 T158459558

Cont. Mqd.; $

PFGE: I

Coflil$ot S0040S110?6 FEgB I 0f !

Page 2: 1 Merged 2

Alrcl2A84 A*3,8 7L5-421-7382 i,l] gnT TSS

1.

COHTRACT iJ|ODIFICATION JU$TIFICATION #3Diatrict 4

?{Nl405I lt},16 USH S!/STH Xg CorridorWausnu, Lily L*ne to Orirle LannCTH N & U$H S|/STHZp IntsrchangsMarathon CountyI | 66.06.70, OMA ?{f04,il IJanres Peterron $ons, lnc"

Change juettfication:'The Fuel Cost Adjuetment ifem is added due lo continued current fuel indexeapayment to the wntrastorior the sontract it*ms Hxcavatisn sommon anu-Bonow

- The Remnving Lal$e Foulders itErn is added at the opecified Fx excavationcomrnon unit price forunrk a*sociated with removing lioulders ov€r I cuhicyard in siee and removing s granite rock formation in the outeide ditch andbnckelope of the southhpund USH 81.

- The Mill and Pave Existing Genterline Joint item is added to rrehab the deterioratinglongitudinef joint on Northbound U$H 51 frsm $tation 540 - 5Sg. lt waE ielt that thist.Vqe of repair was nscse*ary since the *outhhound in$ide wheel fane wouid beright over the joint.

consequence* if ttris Gonhact Modificailon ie not appravcd:

NIA

Alternative* con*idemd to eccomptish the change:

N/A

Ju*tification af Frlce:

'The Mill and Pave Existing centerlina Joint item agreed lump eum price of $10, zi6.l? isreasonabfe bssed qll,pFyou*ly.agrced unit price to millanit nil existing rumble et*pat $4.0S/L.F. * thia BB00 L,F, woutd have csEts $1i.400

Deeign I Materiat* Input:

NIA

l* therc Faderal Ovemight on thin Froiect? yes

al lf yeo, dose this son. Mod. change th* *cope of the project? No

bl If sa is ye*' or 6 i* ye* and thig con. illod. ie over iso,ooo,prlorapprovalwa* rcc*irred from Fl.fIlrA on -

By phon*

-pAGF A1 /nfi

FA6n fi$/86

4.

5.

fi.

Contract Modlfisation Ju*tifteation"dac1E-13-AEe4 tE: 11 T1=945!TI=

a-27-0.2Hut-ts r \I f - tuLr u

By attached e-rneil(Datsl

Page 3: 1 Merged 2

Contract Modification="'-4\,

!V.sconsin Department of Transportation 313/2005 1:21 PM

FieldManager 3.3bcontract: 20030208029, MccLEARy BRIDGE & Apps, BOBIN LN - LAKE sr

Net Change

$0.00

Awarded Contract Amount

$8,746,645.45

Time Extension

Description of ChangesAdd the following agreement to this contract:

The contract completion ti le of April 10, 2005, is hereby extended to June 1 , 2005, due to the authority of the EngineerThe provisions of subsection 105-1 of t-he s;;biementai sp".itdionriooe roit ion i" L" si"t l of wisconsin, Deparrmentof rransportation, standard specifications iolf irgh*uy ;isi;;;;; 6onstruction, eoition oil 'ggo, shail appty.

Time Extensionsv

Site Site Description Site TypeOriginal Compl.

Date/DaysAdditional

No. of DaysNew Compt.Date/DaysOO COMPLETION DATE COrurNACrffi 4t10/20056/1/2005Reason: The Engineer extended the completion date in order to improve the overai l qual i ty of the project.

contract: 20034708029 Cont. Mod.: tZ, nevJPage 1 of 2

Page 4: 1 Merged 2

CONTRACTMODIFICATIONDistrict 4

JUSTIFICATION

Project Label

1. Change justification:

This contract modification extends the contract completion time f rom April 10,h, 2005, to June 1",,2005' to allow the completion of 11th Avenue afterthe existing structure is removed. This willhave a major impact on the long-term quatity and maintenalce on itfi' ;;;;;. nr[r,uti"Concrete Pavement, Type E-3 is n-ot availabte itter the existing structure is removed and beforeApri l 10,2005' The asphalt plant wi l l not be open due to-Section 405.3.1 of the State ofwisconsin, Department of Transportation, Standard Specifications for H=igt*uy"'un6" slrJ.rrr"Construction, Edition of 1996. lt states that Asphaltic Material shall not be placed during thecalendar period between October 1Sth and May 1 , except with written approval or order of theEngineer.

Gonsequences if this contract Modification is not approved:

lf this Contract Modification is not approved,1) The contractor would complete the work in the allowed time frame. To do this, workon 1 lthAvenue would have to be completed prior to the bride removal. This woulddecrease the quality of the roadway since bridge removal would pot_entially dgnragecompleted work such as curb and gutter and piving^. /*ft* *'*wi[-yir12) The work would be completed in imanne, to prev6nt dbmaBin{tnl roaoway. Thismeans waiting until the bridge is removed to corpotete t rwn;&;.."j;"iti,

"ur"contract time woutd end\befcner"thqwork coutd$e compteteflpdagg'tiqriOut"Odamageqenlfie contracto(rxho woutO submit a claim to be compensated...su \r!L i.r.r.rl

0\ \\{ 'W t tU:* 4u srsuths{s\, ry* nSfih$.iu *nvg*LO- -7f\

Alternatives considePed to accomplisn ifre change_: j ,.r L..i;:yr i .

- *q, ,,n\*.r I- 5r v-( t . ' " t ;

Do nothing, consequences mentioned above. o*o*'q**" Ji .*"- , '..t

2.

3.

t, -',olt

4. Justification of price:

5.

There are no unit price changes for this contract Modification as it only extends the contractcompletion date' The change in contract language does not crrange the character of workrequired on this project.

Design / Materials Input:

spoke with wisDor staff (Mark steidl) about extending the contract time. Mark is in agreementthat extending contract time will increase the overall qririty of this proieci

Page 5: 1 Merged 2

,+:;1"':-.,F / M-:. 5

ary-Wisconsin Department of Transportaiion

Contract Modification

10t12t2010 1.45 PM

FieldManager 4.5a

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

Cont. Mod.N11mQey,i,':'72 1

RevisionNumber

Cont. Mod.Date

10t12t2010

Net Change

$10,689.13

Awarded Gontract Amount

s25.260.653.29

Route

Contract LocationLOCAL ST USH 51 #CNSI PROJEIShort Descript ionNB Shoulder repair and vertical face barrier wall installation

Description of ChangesAdd the following Special Provision to this contract:

, \\bhls\-?s rl

SPECIAL 42. NB SHOULDER REPAIRS AND VERTICAL WALL INSTALLATION, ITEM SPV.OI05

A. DESCRIPTION.This special provision describes removal of and replacement of cracked panels of existing concrete shoulder and constructinga vertical face barrierwall pier#18 of bridge B-37-362

B. MATERIALS.Furnish materials for concrete shoulder conforming to the requirements of Section 415.2 of the Standard Specifications.

Furnish materials forvertical faced concrete barrierconforming tothe requirements in Section 603.2 of the StandardSpecifications.

C. CONSTRUCTION.Remove and dispose of the cracked shoulder panels within the removal l imits designated by the Engineer. Construction ofnew concrete shoulder shall be in accordance with the requirements of Section 415.3 of the Standard Specifications.

Construct vertical faced concrete barrier in accordance with the applicable provisions of Section 603 of the StandardSpecifications and as specified in the attached plan sheets.

D. METHOD OF MEASUREMENT.The department wil l measure NB Shoulder Repairs and Vertical Wall Installation as a single lump sum unit, completed andaccepted.

E. BASIS OF PAYMENT.ITEM NUMBER DESCRIPTION UNITSPV.O105 SPECIAL 42. NB SHOULDER REPAIRS AND VERTICAL WALL INSTALLATION LS

Payment is full compensation for removing and disposing of the concrete shoulder; for preparing the foundation lf necessary;foriurnishing, hauling, preparing, placing, testing, curing and protecting the concrete, for jointing and joint materials, dowelsand tie bars, and reinforcement, for measuring pavement thickness; and for all labor, tools, equipment and incidentalsnecessary to complete the work.

NO ADDITIONAL TIME IS PROVIDED BY THIS CONTRACT MODIFICATION EXCEPT PARAGRAPH 2 OF SUBSECTION108.4.2.4 SHALL APPLY.

Contract: 200806'1 0031 Cont. Mod.: 72 Page 1 of 2

Page 6: 1 Merged 2

1.

l{orth Gentral Region

CONTRACT MODIFICATION JUSTIFICATIONContract Modifi cation No. 72

20080610031 USH 51/STH 29 Corridor'Wausau, Stewart Avenue, 26th Avenue - 24th Avenue; USH 51/STH29 Corridor'Wausau, 28th Avenue, Sherman Street - Stewart Avenuel USH 51/STH 29 Corridor'Wausau,STH 29 West System Ramp WA; USH sllSTH 29 Corridor Wausair, USH 51 Northbound; USH sllSTH 29Corridor \ilausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue, 32nd Avenue - 26th AvenuelMarathon County; 1166-09-77, STP2008353; 1166-09-79; 1166-11-75, NH 2008354; 1166-1 1-76, NH 2008355;1166-11-79, NH 2008356; 6999-09-73, STP 2008363; Local Street; Local Street; USH 5l; USH 51; USH 5l; LocalStreet;2.452 Miles; 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, R-37-28,R-37-42,k-37-43, S-37-61, S-37-71, Borrow, Backfill Granular, Base Aggregate, Select Crushed Material,Concrete Pavement, Pavement Markings, Construction Staking, Culvert Pipe, Storm Sewer, Concrete Curb,Concrete Curb and Gutter, Concrete Sidewalk, 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, Temporary Crash Cushion, Management of Contaminated Material, High Tension CableGuard, Concrete Barrier, Anti-Skid Treatment, and Management of Solid Waste. Zenith Tech., Inc. - Waukesha

Need for Ghanqe:A problem was discovered with the vertical clearance between the shoulder and the pier headon Pier 18. Or ig inal design plans showed the pier overhanging the shoulder of northbound US51. lf a tall vehicle were to drive on the shoulder, the potential exists for the vehicle to hit thepier head. As was done on a previous project, a vertical face barrierwas proposed to be addedto prevent this from happening.

Additionally, several panels of existing concrete shoulder pavement cracked and needed to bereplaced. The cracks occurred after opening the shoulder to service when the project hadsouthbound US 51 traffic on the northbound lanes and shifted to the east to avoid a temporaryshoring tower needed for tub girder erection on 8-37-362. Since the shoulders were originallyconstructed to specifications, it is the department's responsibil i ty for payment for repairs.

Consequences if this Contract Modification is not approved:lf this contract modification is not approved, the cracked shoulder would remain in place andthe vertical barrier wall would not be constructed. Absence of the barrier would make itpossible for a tall vehicle drift to the edge of the shoulder and hit the pier head.

Alternatives considered to accomplish the Modification:Do nothing. See consequences above

J ustification of Price:The contractor provided detailed records of the labor, equipment and materials used to completethe work in accordance with the force account methodology detailed in Section 109.4.5 of theStandard Specifications. The costs were reviewed by the Project Engineer and were determinedto be reasonable.

5. ls there Federal Oversiqht on this proiect?Yes. However, the dollar amount of this contract modification is less than $50,000 and there isno change in the scope or intent of the project, so FHWA prior approval is not required.

2.

3.

4.

Contract Mod ification Justification. doc 2t2t07

Page 7: 1 Merged 2

*af

l:

3"9b:$:3 i"r

;

- tag

srilu

I{3xlM

?

iSx* il$i&* :ff$* q;;{ gi

i* gT*e z6

i f r

53 s{6n$i3 4ft

;3 f;{"s8; fgs!f ;4

a*[ ls,e' I Hir:* * $:$*v k l$l;3 ; i:4$; $ i&t*€ f i**

:f ; ii:*!$$s;t$;$gg;:

:8,sqld

LIc.l4'

1

v*{l

"{f4f.d

*th1!fi

duI

(31i

a

=tfl

q1.21

1rfiwd

: ii i: I

1"'"--$i*':'---*tl

i r* ' ,*3as{{

*$

rg-*?3i*x*fieass8*s

{Eut''4Tffi

q

*2*a

3a,*f

*.:t-a!.

t:?

ts^;:

fi:

*$#s+*

I*..sFr349g

ti

:}a,")

F

;d

i*

o5?,x

>I? *--i o,lfr

S *i;u.s *:dux.-*at/t E "{9* x$*xl *sSryl 46'dru e;rzt ! :*ql n*i:

* *gs*d *g. ,_"E "EiA X{'-rF* r'^B-

r S, l| -u&*ss3f9xS*

al2l

FIslsl6l

x.

I*,E

Page 8: 1 Merged 2

$\gCOtSr-

g( lae

Wisconsin Department of Transportation

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

(tt"t"-ft-7L 4/30/2010 3:01 PM

FieldManager 4.5a

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

Cont. Mod.Number

57

RevisionNumber

Cont. Mod.Date

4t30t2010

Net Change

$30,654.80

Awarded Contract Amount

$25,260,653.29

RouteST,51

Contract LocationLOCAL ST, USH 51

Short DescriptionFencing between bridges

Gontract: 2008061 0031 Cont. Mod.: 57 Page 1 of 3

Page 9: 1 Merged 2

ral Region

JTRACT MODIFICATION J USTIFICATIONt-4odification No. 57

:ffi080610031 USH 51/STH 29 Corridor Wausau. Stesart Avenue. 26th Avenue - 24th Avenue; USH 51/STH

19 Corridor'Wausau,28th Avenue, Sherman Street - Ste*ert -.tvenue: tSH 51/STH 29 Corridor Wausau,

STH 29 West System Ramp 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

\{arathon County; 1166-09-77, STP2008353; 1166-09-i9: 1166-ii---r. \TI 2008354; 1166-11-76, NH 2008355;

1166-tt-7g,NH 2008356; 6999-09-73, STP 2008363: Local Sretr Lo;a1 Street; USH 51; USH 51; USH 51; Local

Street:2.452 Miles; Structures 8-37-350, B-37-354. B-3i-15:. B-,1---1r1. C-37-26,P.-37-23,R-37-25, R-37-26' R-

37-28,R-37-42,F.-37-43, S-37-61, S-37-71, Borrou'. Backfill Gnnular. Base Aggregate, Select Crushed Material,

Concrete Pavement, Pavement Markings, Constmction Sraking. Culr.ert Pipe, Storm Sewer, Concrete Curb,

Concrete Curb and Gutter, Concrete Sidewalk, Beam Guard- -{sphaldc Surface. HMA Pavement, Route and Seal,

Concrete Driveway, Concrete Barrier Temporarl' Preca:L Sign-.. 5;= Supports. Traffic Signals, I ighting, Fencing,

Concrete Median Nose, Temporary Crash Cushion. \lanagement of Contaminated Material, High Tension Cable

Guard, Concrete Barrier, Anti-Skid Treatment, and \Ianagement of Solid \\'aste. Zenith Tech., Inc. - Waukesha

Need for Ghanqe:Ong'ilnal prcJect plans did not include chain link fencing between bridges. However, fencing wascali-ed tor in the plans to restrict access to the right-of-way in other locations. Fence is neededbetween the bridges to restrict access to the right-of-way of USH 51.

Consequences if this Gontract Modification is not approved:tt tfris contract modification is not approved, no fencing would be installed between bridges inpedestrian accessible areas.

Alternatives considered to accomplish the Modification:Do nothing. See consequences above.

Justification of Price:The unit prices for the chain link fencing and the 25 foot wide vehicle gates were negotiated andagreed upon with the prime contractor. The gate price is the same as the price on a previouscontract in the 51/29 corridor. The chain link fencing price was justified by the fencingsubcontractor by providing an estimate of the materials and labor costs anticipated to completethe work. A lineal foot unit price was calculated by dividing the total cost by the estimated lengthof fencing required. Since this fencing will incorporate more terminals in it than the averageinstallation of fencing, the unit cost is higher than the prices listed in available bid tabs. Theproject Engineer reviewed the costs provided by the contractor and determined that the price isreasonable given the scope of work.

5. ls there Federal Oversiqht on this proiect?Yes1loweverJhe dollar amount of this contract modification is less than $50,000 and there isno change in the scope or intent of the project, so FHWA prior approval is not required.

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

1.

2.

3.

4.

Contract Modification Justification.doc 2t2t07

Page 10: 1 Merged 2

I t { . ,h '6t ' ' ' lS

-**$'**?,p 1 g'n, a&:ff iF

F&l;;;**'

Wsconsin Department of Transportation1/2812011 9:08 Al/

FieldManager 4.5a

CONtTACt: 2008061OO3I, USH 51/STH 29 CORRIDOR - WAUSAU & STEWART AVE, CITY

Cont. Mod.Number

42

RevisionNumber

Cont. Mod.Date

1t28t2011

Net Change

$4,611.74

Awarded Contract Amount

.bz3.zou.o3J.zv

RouteST,51

Contract LocationLOCAL ST, USH 51

Short DescriptionSign Mounting Hardware and Sign Bridge Retrofit

CONSI PROJECTFILE COPY

Contract: 200806'1 003 1 Cont. Mod.: 42 Page 1 of 3

Page 11: 1 Merged 2

North Gentral Region

CONTRAGT MODIFICATION J USTIFICATIONContract Modification No. 42

20080610031 USH 51/STH 29 Corridor Wausau, Stewart Avenueo 26th Avenue - 24th Avenue; USH 51/STH29 Corridor Wausau, 28th Avenue, Sherman Street - Stewart Avenuel USH sllSTH 29 Corridor'Wausau,STH 29 West System Ramp WA; USH 5llSTH 29 Corridor'Wausau, USH 51 Northbound; USH 51/STH 29Corridor Wausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue, 32nd Avenue - 26th Avenue;Marathon County; 1166-09-77, STP2008353; 1166-09-79; 1166-11-75, NH 2008354; 1166-11-76, NH 2008355;1166-11-79, NH 2008356; 6999-09-73, STP 2008363; Local Street;LocalStreet;USH 51;USH 51; USH 51;Localstreet; 2.452 Miles; Strucrures B-37-350 , B-37 -354, B-37 -362, B-37-371, C-37 -26, P.-37 -23, R-37 -25, R-37-26, R-37-28,F.-37-42,R-37-43, S-37-61, S-37-71, Borrow, Backfill Granular, Base Aggregate, Select Crushed Material,Concrete Pavement, Pavement Markings, Construction Staking, Culvert Pipe, Storm Sewer, Concrete Curb,Concrete Curb and Gutter, Concrete Sidewalk, Beam Guard, Asphaltic Surface, HMA Pavement, Route and Seal,Concrete Driveway, Conoete Barrier Temporary Precast, Signs, Sign Supports, Traffic Signals, Lighting, Fencing,Concrete Median Nose, Temporary Crash Cushion, Management of Contaminated Material, High Tension CableGuard, Concrete Barrier, Anti-Skid Treatment, and Management of Solid Waste. Zenith Tech., Inc. - Waukesha

1. Need forChanqe:Plans for this contract included install ing a Type I sign on an existing sign bridge but did notinclude any provision for paying the contractor for the mounting hardware. Normally the mountinghardware is included under the sign bridge iiem, but in this case the sign bridge was built under aprevious contract.Additionally, the City of Wausau requested a change to the sign that was to be mounted toexisting sign bridge S-37-60. As a result of this change, the sign increased in size and an analysiswas undertaken to determine if the sign bridge could accommodate the larger sign. The analysisconcluded that the existing sign bridge would require some additional reinforcement.

2. Consequences if this Contract Modification is not approved:lf this contract modification is not approved, the sign would not be able to be installed on the signbridge.

3. Alternatives considered to accomplish the Modification:Do nothing. See consequences above.

4. Justification of Price:The unit prices were negotiated and agreed upon with the contractor. For the mounting hardware,the contractor provided a quote from their supplier for the hardware and estimated the amount oflabor that would be required for the installation.

5. ls there Federal Oversiqht on this proiect?Yes. However, the dollar amount of this contract modification is less than $50,000 and there isno change in the scope or intent of the project, so FHWA prior approval is not required.

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

Prior approval was received from FHWA on N/A

By phone

Contract Mod ification Justification. doc

By attached e-mail(Date)

2t2t07

Page 12: 1 Merged 2

! ib(t- o? * 77grrefjre t, t

{R#%.*;;"9"

Wse$sin Depa*$:r€fl{ *f TrE$spsrtetisn

*nntraut M*diflratic*

R'3t20** 1.11 pi,it

FieldL{enagqr "t,3e

Csntract 'S*Sn6{Sf3{,

{J$H S'liSTNl ?9 CGRRIDSR - WATJSAU & *T61fSART AVfi, CITY

Co*L fi#*d.f{urnber

14

R*vi*i*nNurnter

Cent. f*od.Date

6r2i?8ss

F*st ffhang*

$3S"S73.58

Aw* rdsd Cg*tr*xt Am n*nf

$:5.260,653.3S

Roi*tesT.5'n

**filrast l-6ra1i0nLSCAL $T. U$fl.{ SJ

$hsrt See*ript*o*Sridge ins*t s:aining

Comtrsc* f,0088fr1*f31 ***L l*l*d.: 14 Fag* I *r4

Page 13: 1 Merged 2

{,l?

i.ila

&J{l}

{$,.3s

tlt

t*t*

tJ' (5{t! =

(gsl& (o

w;:sx{J a)$6{V

*,rE

:*

o, ;x"* >a{s lr;flI *3

46

r{ffl

3-,

{E

u".I

r*t*

rqtn

ca11

<

EJ

Lr.JE{

tu

tlla1IJ

lU

F

*f*

EsttJu,If-IJJ

11

{.3

t{

rt?

:t

ttJ

n{q)

€rt

rb

-li]-

i ;>;

! I

; lriil-'t

IIIII

III

I\ I

. ! t

al

€1

.41

- l

f r l

. ,1

--1I'III!!III'IiI

JIJI1II

q-\ lqt*t

{F]

4: l ,

1*t' ! l

i-T3lr

- !- - i7.1

ilI*T

<.; ll

' "1

U

tq'

-

*f'1

f\l asD

rt:fi"t {\ ?

;{:\i f\i

a.sif)

t{1(ra{v:

{}!

.:J

e

a/}

"ii

*(nf6

{4

E{F

n

{*

!t

{ttjt

i3{!

m

g{!3-

*

3_

l:

g-

&-

f

f

*-

n

E

fr-

{3

i:t€

L

5b

6

t4n

m

tlj

&d;

L

fBo-

it

rs&

E{€c_

.g

E{g{J1

t-

*€,

f&gl

{s

L

*.gg-

e{g

fJ)

pt$*-

$n_

{8u=$.,fi

n

a:

&*--j

*:&!

dr{*FE;

t#

€3>

L-J

:rtnIm?.

=s4xa{}

ff)

6l

LJ

g

tr

d.]

-aLl-

nE

E

*n:

3L..J

==

frtr

3;

n

$trc]rt-f*

F.*ww

*)

E3tr'".:r,.*fitll

{{}:r{1}}$:,

gtf'J

=F*

atu

atsc

{1

$3

T{,4

m

v

f,

t1

*u]:r=

rJ

€)

q]

J

ff

*)=ra3

7

a

C

t ]

d=

d

rfi

{{{eg'

--..1

g

xg

:tu);}I

&tTt*

ecLu

t*v}

F

{t}$s'=CC

Jg

rtr

{\t=FU1ffi

, t

fftg€l

X

s

{s3ql

{t}

Q $l {:{3

=:)

**C}

t3r

g

{

*-

t*." h ru t\L1 r- |\ !\ |!

;lq r.q h

tEt"-

tr:h

rs {f

;*ra)

{9{fi

rJ?a"]ht*rs

{S

t*

ru

fq

b*7

&

::

$

r*frJ

{*

{s

f'.*8,}

tc

F.f-

g

F

m

{\€4,L

fi s*f.j

m

t*{$

{.7

cfl

t\

l\

Page 14: 1 Merged 2

/

eilth Sentral Region

S*I'{TRACT MODIFIGATIoH JU$TIFI*ATI*fIICcntraci fiicdiicai,c- l, :

3u$8061&i-1 1 L:l-{ : i STH i9 Ccrrid*r'!vaus*uo,$teuart Arenu*,26th A,rrnue - J{th Arensel USH f;l/$Tl-I39 corridar 1\ri. 'su. l5th.{renue, Sherman S{r*et - S{e*'*rt Avrnuel UgH sUST}l lg f*rridar \4,'eusiru,STH:9 \\*: \rsiern R=n.ip }}.{; {,t iH 5ll$Ttt 39{c;.ridsrr\4,'*usar, LiSt{ Sl l\*rthtr*rsntl; LjXH SllSTlJ:gcorri i i- 'r \\:ussu- STH 5: ofl '-Fsmp frr*r l:-$il $t l i$; sfslr,*rt Ar,e*ue, }3nd Ar.enue - l6th Ar,e*uell '11:':r:,- ' L : ' : ' - : i+f-:-:v-:7. srF2{.]*sl5j: t t{r6-*Q-?g: I l6$,{ l-7i. NI-{ :{}*&jj.91 I t&s-l l- le" xil l***iJ5:l / r1- - - : \ i - ' l r - : - '$-1-;3.6?9!-09-?3.STp:*Sg:dl : Ls:ral $rrrr* t i L*{al Smrt : u-$[" ] i l : USH 5l : L i lH i l : L*r :ats::;:: l :5t \! i*. S::-iciui '*s g-i?-l i$, B-j?-i i4. s-i7-3s:. B-l?-_]?tr. c-3?-:$, R-i?-l:. lc.-l?=:i" R-:?-:*. R-l*-lS i--:---:- ' fr '--i---1-r' S-i7-sl- 5-i?-?t" Bsrr*rl ' . l3;ickij l l { ira*u]*r. l}a:e Aggregarr- Srl*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*n31 S*r,sr. f,*nsr*t* 4;*r1,.'i-+i;:::: .:::::ii (ltil*r. flon*r*re Sid*r".alk, E**r.t {llrar-rl, Arfhaltir, Eur{sce, l.{fui,{ Filren.r**r. I{r:ute anql S*n,,rl i ' i ir: l i i lr i ' : ' . tai. Concretr Farri*rTtyn1ra3, Fr,rcasr" Sirrrs..5ign supgr*fis. Trafi ic $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 Cgblee i=rc. f.r i l ; ir: ' : Berrier. Anri-Shid'l 'r*atmrnf. an*3 blanagelrrnr #5t!id lVsrte. Zenith Terh,, Inr. - Wsuhe:ha

1. Need for Chanqe:

originai d*sign plans callsd for cnly seleflt bridges sr pnilions *f bridgeo to recsiv* dark xtain nnthe recessed panels of the pier stems- and para[ets of the usH 51lsr-H 2g corridor bridges. Uponadditi*nal evslufrtioil that ccclirfd gfter e*i'*p,etioil of $sil-r* prsjects *nd in the rnidst sf sther*,the C*rridor Aesth*tic* Commitiee d*cided lhat all of th* bridg*aand nther barrier walls beflruesnihe STH ?9 fast inter*hange a*d Sridge S#eet should re*civA dark stain sn th€ reces$ed panelsf*r ae*thetic cc|'!5ist*n*y" nark stain wa* reappli*d ia bridges con$tr{*}f{*d under ih* ,,R€d,,proiie*tdue ta differing c*lor tsil*s.

lf th*s *ontras m*di{ication is net apprsved, the ccntracter would n*t hfive the bid iterns regu;redt* c*mplet* the w*rk. The work ln*uld noi b* compleled in ecr*pliance s/ith th* sp*cific r*qilest sftl-*e C*rrid*r Ae*theti** esn"lrniit**, lf d*n* lat*r, i*nraining hridges l#s#ld havs t* b* re-preppedpri*r t* appli*ati*n, r*$i.llting in a high*r c*st,

I!* appar*nt alternativ*, 6snseqrl*nees ffienti*nsd ahove"

4. -.ilt**tifi*afi*n *f Fri,q,q;

Th* ulit pric** were negotlated and agreed upol r,vith the prirn* c**tract*r. These i,.!nit pri*e$wers fffiffiparabl€ tn similar w*rk *n *tl'rsr Wisil*T pf*j*rts sr]d fo*n* acceptable by g"** Fr*j*ctEngin*er.

2. ffitdi*catian

c&tFe?1:

C*ntf aet M*Sificatis'-r Justificaii*n.d*c21?l*7

Page 15: 1 Merged 2

l ltn(t*aq-77"{" ; d

{ >*,t\.":;**

!\ti$€€'fi $in $epa:tlffe*i ai Transpa{talon

Contract Fjlod ifi catio n

*l1el18$* 1S:*,{ AM

Fisls{Sn8gsf 4,s€

contraer: 20s8$51$631, U$H 5li$Tlt 3S e0nRlnGR -wAusAu a sTElltlART AVE, GITY

Het Gh*n'ge

sr8.602.?7

CanL $gd.Xulrnber

?0

Rputesr, slesntraet l-tcationiLOCALST, USH51

S*o* il*ccriPtianC*nerqte p*v*m**t iterlrs

Avvard*d Ccntract Arnount

s?5,26S,653.e9

CCNST PROJECTFILE COPY

flontraet 2*0&ffi1f,031 ConL [\lod.: 29 Page 1 sf6

Page 16: 1 Merged 2

rmrth Gentral Region

CONTRACT MODIFICATION JUSTIFICATIONContract Modification No, 29

20080610031 t SH 5l 5TI{ 19 Corridor \\.ausau. Ste*art Avenue, 26th Avenue - 24th Avenue; USH 51/STH29 Corridor \\-ausau. 28th -{r'enue. Sherman Street - Stewart Avenue: USH 51/STH 29 Corridor Wausau,STH 29 \Yest S-.rstem Remp \\'-t: t SH sliSTH 29 Corridor Wausau, USH 5l Northbound; USH SliSTH 29Corridor \\-ausau. STH 52 Off-Ramp from LSH 5l \B; Stewart Avenue, 32nd Avenue - 26th AvenuelMarathon Countlr 1166-09-:-. STPl008-r5-i: 1i66-09-79: \166-11-75, NH 2008354; 1166-11-76, NH 2008355;1166-ll-79,1r1I2008356: 6999-09---1. STP l008i6i: Local Street;Local Street;USH 51; USH 51;USH 5l; LocalStreet; 2.452 Miles: Stmctures B--r--i50. B-,17-35+. B-37-362.8-37-371, C-37-26,R-37-23,F.-37-25, R-37-26, R-37-28,R-37-42. R-37--13. S-3i-61. S-3a--1. Borrou. Backfill Granular, Base Aggregate, Select Crushed Material,Concrete Pavement. Parement \{arkings. Constmction Staking, Culvert Pipe, Storm Sewer, Concrete Curb,Concrete Curb and Gutter. Concrete Sidesalli. Beam Guard. Asphaltic Surface, HMA Pavement, Route and Seal,Concrete Driveway. Concrete Barrier Temp,crarl Precast. Signs, Sign Supports, Traffic Signals, Lighting, Fencing,Concrete Median Nose. Temporarl Cra.h Cushion. \lanagement of Contaminated Material, High Tension CableGuard, Concrete Barrier. Anti-Skid Treatment. and \lanagement of Solid Waste. Zenith Tech., Inc. - Waukesha

Need for Chanqe:

The Remove and Replace Concrete Pavement - NB US 51 item was needed due to a failingpanel of concrete. WsDOT directed the contractor on a previous project to place a traffic counterloop detector while traffic was counter directional on the SB lanes during some tub girder lifts. Thetiming was right to replace the panel of concrete, but time of year and temperatures in the springof 2008 would lend themselves that the concrete was potentially placed on frozen grounc,causing the slab to fail. After switching traffic on this project to construct a new ramp we wereable to replace the slab with a single lane closure.

The Remove and Replace Concrete Sidewalk - Bridge Street item was needed due to concretesidewalk settlement issues at the ends of the Bridge Street bridge that was recently constructed 2years ago. The settlement resulted in a 2 inch difference between the bridge and the sidewalk.Since the project that it was installed on has been accepted it was necessary for our project to therepair the trip hazard.

The Remove and Replacement Concrete Pavement - 'F' Ramp item was needed due to failingconcrete panels which demonstrated significant cracking. lt is not clear the possible contributorsto this concrete failing, but concrete was placed on the previous "Bridge Street" project that hasbeen accepted and needed to be replaced.

Consequences if this Contract Modification is not approved:

Remove and Replace Concrete Pavement - NB US 51 - Panel would have been replaced at alater date with more cost and more traffic user delay.

The Remove and Replace Concrete Sidewalk - Bridge Street item presented a trip hazard onWisDOT right of way, pedestrian injuries could have been the result without removal andreplacement of the sidewalk.

The Remove and Replacement Concrete Pavement - 'F' Ramp item had signiflcant crackingwhich was a detriment to the ramp that would have compromised traffic flow. We were able to

I

1.

2.

Contract Modification Justification.doc 2t2t07

Page 17: 1 Merged 2

torth Gentral Reglomrreplace the paLnam mrr'rllmw o n"e|]|l[lrfiu- rewfi!]HlB rnmb Piacing an epoxy overlay - anti skid treatment ona bridge 6l,drs urp llrm ll ltrltlqu, umttlqg mumume .ser delays for a ramp closure to replace the panels.

3. ilro f,odfrcation:

ffimffi'ffiffiiM Parerrcnt - fffi [-,S 51 - An alternative would have been torffi||ffiffiilil{ffimffi; @lnm nerlfmled above.

ffifffiMmnil mqnrp CsseF Sidsmak - Eridge Street - No apparent alternative.&*- lWhffimrurcd @ftacerment Concreb Fansrnent -'F' Ramp item could have been replaced atW nlffiulr.tfinms" cnrssqueillces lbbd abore"

{1, lnfficdion of Price:

The conbaclor provided a breakdomn o,f lbh@r, eguipment and materials costs that were incurredhr tNe work for each pay item. Ttne co€frs urcre reviewed by the Project Engineer and weredetermined to be reasonable.

5. ls there Federal Oversiqht on thlb srE*ect?

Yes. However, the dollar amount o'f thb contracl modification is less than $50,000 and there isno change in the scope or intent of ffie proiect. so FHWA prior approval is not required.

(Note: Look on proposal covv ge fo de{errnine if Federal Oversight.)

Prior approvalwas rec,eived from FHWA on N/A(Date)

By phone By attached e-mail

Contract Modification Justification.doc 2t2t07

Page 18: 1 Merged 2

I

--5$\l l!rzz7r-_

--- / l), -=

-/- tu!- \-

Wisconsin Department of Transportation

Contract: 20030708029. MCCLEARY

Contract Modification

4t11/20059.37 AM

FieldManager 3.3b

IDGE & APPS, ROBIN LN - LAKE ST

Cont. Mod.Number

13

RevisionNumber

10

Cont.Da1

4t1 1/2

lod.))05

Net Change

$1,255.00

Awarded Contract Amount

$8,746,64s.45

RouteN

Contract LocationCTH N

Short DescriptionITEM 6341 1, 63412, 63822, 90005H,

Contract: 20030708029 Cont. Mod.: 13. Rev. 9 Page 1 ol 4

Page 19: 1 Merged 2

CONTRA( 2003070s02e McCteary Bridge and \lApproaches, Robin Lane to Lake Street;Marathon County; 6999-03-73, OMA 2003541;CTH N; 1.025 Miles; Grading, base course,storu sewer, concrete curb and gutter, concretesidewalk, asphaltic concrete pavement, trafficsignals, lighting, pavement marking, andStructure B-37-335.

1. change justification: PHETFER BROTHERS CoI\STRUcrroNA. the quantity of Posts Wood 4 x 6-lnch 14-FT was reduced due to the request to use the steel sign supports

as described below.B. Wood Posts, 4 x 6-lnch 16-FT, were added to the project to provide sign supports that would meet the

requirements of standard details for typical installation of permanent type ll signs on single posts. The planonly included 14'wood posts, which were not long enough to support the large J-assemblies and maintainthe proper burial depth.

C. Moving Signs, Type ll was required due to staking the sign offsets according to MUTCD guidance. Thisguidance would have the sign offset too far back from the roadway such that vegetation would block thevisibility of these signs. Also, this guidance had sign placement too far from the roadway for what thetraveling public would expect in an urban area.

D. Steel Posts were added to the project to provide sign supporls that were consistent with the City of Wausau'sexisting signing and current policy. The city requested the steel sign supports to be used in lieu of the woodposts called for in the plan.

E. Steel Posts, Galvanized were added to the project to provide sign supports that could be placed in existingasphaltic areas without having to remove pavement. Also, this type of post will blend in with the environmentwhere they are to be placed and are similar to existing sign supports that have been used in the Town of RibMountain.

Consequences if this Gontract Modification is not approved:A. lf this Contract Modif ication is not approved, the plan quantity for the Posts Wood 4 x 6-lnch '14-FT would not

be reduced to zero to reflect the reduction in use of this item. Also, additional work would be required durinofinals to explain the payment for this item.lf this Contract Modification is not approved, the contractor would not have the bid items required to completethe work therefore the posts would not be installed to specifications, or the contractor would install the 16'posts and submit a claim to compensated for this work.lf this Contract Modification is not approved, there would not be an item in order to pay the contractor forMoving Signs, Type ll. The contractor would be forced to leave the signs where they are or move themwithout compensation. lf the signs are not moved, the signs would be hard to see once vegetation isestablished in the spring. This could lead to WisDOT getting sued for any collisions that occur due to thetraveling public not being able to see these signs. lf the contractor moves the signs and WisDOT refuses topay, the contractor would file a claim in order to be compensaled. The only other option would be for theproject staff to violate our engineering ethics and commit civil fraud and pay for moving the signs underanother bid item.lf this Contract Modification is not approved, the Steel Posts would not be consistent with the sign posts in thesurrounding area. This would create a maintenance headache and increase costs for the maintainingauthority as they would have to stock an additional type of sign post. Also, the wood posts do not fit in withthe urban nature of this roadway and would not be as visually appealing as the steel sign posts.lf this Contract Modification is not approved, the wood sign posts would be installed as called for in the planinstead of the proposed Steel Posts, Galvanized. This would result in additional costs in order to removeexisting asphaltic pavement. Also, the wood posts would not be as visually appealing as the galvanized signposts in these areas.

Alternatives considered to accomplish the change:A. Do nothing, consequences mentioned above.B. Do nothing, consequences mentioned above.C. Do nothing, consequences mentioned above.D. Do nothing, consequences mentioned above.E. Do nothing, consequences mentioned above.

B.

c.

n

E.

?.

Page 20: 1 Merged 2

4. Justification of Price:A. There is no unit price change for this item; this contract modification only decreases the quantity of Posts

Wood4x6- lnch 14-F1.B. The unit price for Posts Wood 4 x 6-lnch 16-FT was negotiated and agreed upon with the prime contractor.

This price was comparable to similar work on other W|SDOT projects and found acceptable by the projectengineer.

C. The unit price for Moving Signs, Type ll was negotiated and agreed upon with the prime contractor. Thisprice was comparable to similar work on other W|SDOT projects and found acceptable by the projectengineer.

D. The unit price for Steel Posts was negotiated and agreed upon with the prime contractor. This price wascomparable to similar work on other W|SDOT projects and found acceptable by the project engineer.

E. The unit price for Steel Posts, Galvanized was negotiated and agreed upon with the prime contractor. Thisprice was comparable to similar work on other W|SDOT projects and found acceptable by the projectengrneer.

5. Design / Materials lnput:A. NoneB. NoneC. NoneD. NoneE. None

6. ls there Federal Oversight on this proiect? YESa) lf yes, does this Con. Mod. change the scope of the project? Nob) lf 6a is yes, or 6 is yes and this Con. Mod. is over $50,000:

prior approval was received from FHWA on N/A(Date)

By phone N/A By attached e-mail N/A

Contract Modif ication J ustif ication.doc 8-27-02

Page 21: 1 Merged 2

:". ,/

//u6- 0q-7y

Wisconsin Doparlment oI Transoortation

Gontract Modification

tl18l?o,0s 8:17 AM

FieldManager 4.Zc

Gontract: 20070213049, USH S1ISTHZ9 GORR|DOR - WAUSAU

Net Change

$15,592.16

Awarded Gontract Amount

$27,525,182,83Route51, 29

FILE COPYShort Descriptionconcrele Pavement Extra work - premium Tirne & cold weather protection

Description of ChangesAdd the following special provisions to lhis contract:

SPECIAL 24. CONCRETE PAVEMENT. PREMIUM TIME & COLD WEATHER PROTECTION, ITEM SPV.O105sPEclAL 25' CONCRETE PAVEMENT'PREMIUM T|ME & colo wenrHER pRorEcloN, trEM spv.010sA. DESCRIPTIONIn order to complele concrete paving operalions necessary to switch northbound usH 51 trafiic onto the new norlhboundpavemenl before adverse-weather conditions precluded s11c1 worr<" prqect staff entrruo lnio:." agreement w1h thecontraclor wherebv the followins condilions would appty.: 1) Tfrg.D_"#f-;"r ;;n ;;;fir;;ii;;miurn tirne labor cosrsincuned bv the conlractor necessary b perfonn tre woik; ina eft-riJogry1meni ,1,jtii,"ii5iiov. of rhe cosr of providingcold weather protection for the newty indtalted concrete ftt;;elrt in accoroance with 415.3.15.

B. MATERIALS (Vacanr)

C. CONSTRUCTTON (Vacant)

D, MEASUREMENTThe departmtnt*ili measure concrete Pavement - Premium Time & cold weather proteclion as a single lurnp sum unit,completed and accepted.

E. PAYMENTThe department will pay for the measured quantities at the contract unit price under the following bid item:ITEM NUMBER DESCRIPTION UN|TSPV.O1O5 SPEC!AL24. CONCRETE PAVEMENT_ PREMIUM LS

TIME & COLD WEATHER FROTECTIONSPV.O105 SPECIAL 25. CONCRETE PAVEMENi. PNCN,IIUTT,I LS

TIME & COLD WEATHER PROTECTION

Payrnent is full compensation for.providing pJastic- sheeting and straw fo.r cold wealher protection, including removalfollowing the cold weather proteclion period, and for alt taboi, toor", "quip*ent,

ano inclo"nGi" n*""ssary to complete thework,

NO ADDITIONAL TIME IS PROVIDED BY THIS CONTRACT MODIFICATION, EXCEPT PARAGRAPH 2 OF SUBSECTION108,4.2.4 SHALL APPLY.

Contrac,t: 20020A1 3046eaijir:t or z

OEEZE6ZS I t

Goni. Mod.: 40

roo s r f ' l l . lust : B aooz LO qa: l7'd

Page 22: 1 Merged 2

,,{

/r Central Region

CONTRACT MODIFICATION J USTIFICATIONContract Modification No. 40

20070213016 USH 51 / STII29 Corridor - Wausau, STH 29Westbound, Sherman Street Flyover Bridge; USH Sf / STII 29Corridor - Wausau, USH 51 / STH 29 Northbound, MallardLane to Sherman Street; USH 5l / STH 29 Corridor - \ilausau,Sherman Street, 28th Avenue to 24th Avenuel USH 51 / STH29 Corridor - Wausau, STH 52 to USH 51; USH 51 / STH 29Corridor -'Wausau, USH 51 Northbound, Sherman Street toSTH 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;2.565 Miles; Grading;Base Agpgegate Dense; Concrete Payement Special; HMAPavement; Stmctures B-37 -3 4 4, 3 46, 3 48, 3 52, 3 S 5, 3 5 6, j 57, 3 59,360, R-37-21, 3-37-58,59,60, 68,72,73, and 82; Route and Seal;Culverl Pipes; Storrr Sewer; Concrete Wall MechanicallyStabilized Earth; Concrete Curb and Gutter; Concrefe Sidewalk;Concrele Banier; Pipe Underdrain; Steel Plate Beam Guard; ChainLink Fence; Signing; Pavement Marking; Conduit; Loop Detectors;Traffrc Signals; Lighting; Painting Epoxy System; ConcreteStaining Sfructures; and Management of Petroleum ContamjnatedMaterial. Zenith Tech.. Inc. - Waukesha

1. Need for Chanqe;

In order to complete concrete paving operations necessary to switch northbound usH 51traffic onto the new northbound pavement before adverse weather conditions precluded such' work, project staff entered into an agreement with the contractor whereby the iollowing

conditions would apply: 1) The Departrnent will pay for all premium time labor costs incurredby the contrac{or..neces.Try to perform the work; ind 2) The Departrnent will pay for E0% ofthe cost of providing cold weather protec{ion for the newly instalied concrete pavement.

The reason.this agreement was established was to aid in the advancement of the projectschedule. The concrete paving subcontractor was not contractually obligated lo.complete thepaving in question in the fall of 2OO7 since the schedule showed it-being-Oone in the spring of2008, Thai combined with the deteriorating weather conditions made the contractorapprehensive of installing the--pavement. Temperatures were falling and the contiactorwasconcerned that it would be difficult to meet compressive strength rJquirements for thepavemenl. They refused to assume all of the risk but agreed t6 proceed if the Departmentwere to share in the risk by paying for half of the additional cold weather protection requiredand pay for any overtirne and premium tirne charges by their staff that would be necessary tocomplete the work. Since weather forecasts showed tlrat the rnost favorable conditions weregoing to occur on a weekend, premiurn time charges were a significant factor,

Without thg 9o-ncrete paving being complete, traffic would have had to remain on the oldnorthbound USH 51 lanes' This would have delayed removal of the bridges over SherrnanStreet and the railroad, which in turn would delay construction of pier #6Lf bridge 8-37-360.Without that pier being constructed, completion bf the entire bridge would be deiayed. Themain issue that makes advancem"l! of the project schedule advlntageous is impacts anddelays to the travelling public would be reduced once traffic is counter-directionai. ffre originalContract Modification Justification.doc 2nrc7

rotrs l f l HHgt:8 8002 Lo qal9'd OEEZSGZS I L

Page 23: 1 Merged 2

//= 1t-:',r Gentral Reglonschedule showed-traffic being counter-directional in July, and this contract modification wouldaid in allowing traffic to be counter-directionar in nptt.

2.

lf this contract modification is not approved,to lhe original schedule and there would betravel (i.e, increased user cost).

the project would have been constructed accordinggreater traffic impacts during the months of heavie-r

3.

The only alternative that was e,onsidered was to continue construction based on the originalproject schedule,

4- Justification of price:

The unit price was calculated based on time and materials costs incured by the contractor. TheProject Engineer reviewed the cost breakdown provided by the contractor and determined thatthe price is reasonable.

5.

Yes' However, the dollar amount of this contractmodification is less than g50,000 and there isno change in the sc€pe or intent of the project, .. rHwn.piiir"r is not required.(Note: Look on pn posal cover page to determine if Fedaral oversight)

prior approvalwas reoeived from FHWA on &.(Date)

By phone N/A By attached e-mail N/A

Contract Modifi cation J u stifi cation. doc2t2t07

rotrs I t l 1. lu9t :8 8002 Lo qelg'd osezE6zs I t

Page 24: 1 Merged 2

Contract Modification

1/3/2011 1 l:01 AM

FiddManaget 4-5aWsconsin Department of Transpodation

Contract: 20030708029, MCCLEARY BRIDGE & APPS' ROBIN LN - I-AKE ST

Short DescriPtionExpenses of the Dispute Review Board (DRB) for resolUtion of three claims by the contractor'

Description of Changes1. DRB Costs, ltem 90ML

A. DescriPtion.work inctudes expenses of the Dispute feview Board (DRB) ro'tT"]s.-"X^"lljue daims by Pheifer Brother' work by the

DRB includes independent and impartial revie* of the iLimi ano to prwide non-ninoins, *'itt"n findin9-a1d

recomrnendations basecl ";A;'il#;a

Lppri*ur" "ont'act

taw' industry practices anl'fact= presented' The following

tiiimi *"t" included in this DRB review:. Repairto voids in columns 1-3. Repairs and reconstructio-n otine Pier 1 east footing.and assoo*:d-:l9::3"tu*. payment to th. O"p"ronlnito; il""dg;t6", anatyiii, engineering, anO s'p"it'ision retating to the Pier 1 east footing

defective concrete

B. MeasurementThe department wi,, pay for DRB Costs as a lump sum tota*ng one harf the totar cost of the expense of sefvices rendered by

the DRB.

C. Pavment.pavm<lnt for DRB Cost is full compensation for one half of the total cost of the, expense of services rendered by the DRB'

eolh the contractor and Departmentwi[ be rerea."o'liio-ilrfnirgro trortu,ttt]"Juj.it p"rtaining tothe disoute outlined in

the Mccteary Bridge anct Aiproacnes DRB's 'Opinio;;il RG;tendations ; # ffi;;t" Revi?w.Board" document dated

October 1,ZO1O.Rny and-dti claims set forth "nO

pr*rJnililn t-n" *nt ""to/-;;d;;p;;btlent's

position papers and

;;;;i"i;; '

ti # *tffi ;'a"coroince to the bRB's recommendation(s).

New ltemsProiect 6999"1!3'73, MCCLEARY BRTDGE & APPS

Category: 0020, STRUGTURE B'37€35 ITEMS

ltemDescr|pt iont te l lgodeProp.Ln' l temTy}e-.u-ni tProposedQtv. . . .uni tPr iceDol |arva|ueMlsc 900041, DRB costs 90004

--E{nnunge order lI 1'000 53'965'57000 $53'965'57

ReaEon:Expef\sesottheBlsputeReviewBoad(DRB)forreso|utjonofthreec|aimsbytheconlractor.

Subtotal for CaGgory 0020: $53'965'57

Subtotal for Project 6999-03-?3r $53'965'52

Awarded GqntactAmount

Contract: 20030708029 Cont Mod.:23 Page 1 of 2

Page 25: 1 Merged 2

North Gentral Region

\,JNTRACT MODI FICATION J USTIFICATIONContract Modification No. 23

Contract No 200307080296999-03-73

CTH NMccleary Bridge & Apps

Robin Lane - Lake StMarathon County

1. Need for Ghanqe:

Three claims were submitted to the department by the contractor. A dispute resolution board (DRB)was used to resolve the claims. The cost of the DRB was mutually agreed to be split equally betweenthe contractor and the department.

2. Consequences if this Contract Modification is not approved:

-.__ department would not fulfill it's agreement with the contractor to split the cost of the DRB equally.

3. Alternatives considered to accomplish the Modification:

The claims process was followed as described in Section 5.13, without resolution, requiring the use of aDRB as the review panel described in Section 105.13.6. No other alternatives were considered.

4. Justification of Price:

The cost of the DRB was mutually agreed to be split equally between the contractor and thedepartment.

5.

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

Prior approvalwas received from FHWA on

By phone By attached e-mail

Contract Modification J ustification.doc

(Date)

2t2t07

Page 26: 1 Merged 2

SCHIFF HARDIN LLPA LIMITED LTABILITY PARTNERSHIP INCLUDING PROFESSIONAL CORPORATIONS

233 SOUTH WACKER DRIVE. SUITE 6600cHicAGo, ILLINOIS 60606TELEPHONE (312) 258-5500FACSMILE (312) 258-5600

Federal Tax ID: 36-3184453DUE I.JPON RECEIPT

McCleary Bridge Project Dispute Review Board DECEMBER 3, 20L0Wisconsln Department of Transporation fNVOICE #L5441264802 Sheboygan Avenue, Room 501-P.O. Box 791-5Madison, Wl 53707-7915

39020-OOO0 McClearyBridge Project

- ta l Fees $52,237.50

Total DisbursementslCharges S1 ' 030 ' 55

Total Current Amount Due $53,258'05=============

A complete description of all services and disbursements for this matter is attachedto this invoice. lf you have any questions, please contact Kenneth M. Roberts at

(3 1 21 258 -57 O 4 o r e-ma i I : kro be rts@ sc h iff h a rd i n. co m.

THISSTATEMENTCoNTAINSINFoRMATIoNPRoTECTEDBYTHETTORNEY-CLIENT AND/OR ATTORITEY WORK PRODUCT PRIyILEGES.

Page 27: 1 Merged 2

's- -t '..)-r \ - , R'4

Wiscon€ln OepartsDefl t of TraEportation

Contract Modiflcationv

1178,120'0,4.t15/t AM

F'bldManager 3.3b

contract 2ofilo7o8o29, MccLEAFy BRTDGE & Apps, BoBtN LN - LAKE sr

Awarded Contract Amount

RouteN

Short DescriptlonITEM #90oO4G

Descriptlon of GhangesAdd 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, StandardSpecifications lor Hishwav and structure constructlon, eoition;i ib96 t-E S6;i#r;;UiSpeciricarion e2oozEdtlon, andlhe Special Provisions for lhis conlract

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

New lternsProiest; @99-{13-?3, MCCLEARY BRTDGE &Apps

Categorf 0020, STRUCruRE B€?€3S TTEMS

Item Cod€ Unlt Unil Prlce Dollar Valua900o.1 Change Order LS 1.000 1,925.770o,0 $1,925.77

Subtotal tor Category 0O2O: 91,925.2

Subtolal for Prolect 699*O&23: $1,925.27

MISC gOOO4G, REPAIR TO PARAPET.PRESTRESSED GIRDER BETROFIT,AND PIEH RETROFIT

Reason: PLAN CHAIIGE

z'd 6ZL8-8'8-SIe g aca f ou; e3p r ug t rJee I3c1. l Le?zI tooz 8I noN

Page 28: 1 Merged 2

l*I

I1 1.

CONTRACT MODI FICATION JUSTIFICATIONDistrict 4

20030708029... McCleary Bridge and Approaches, Robin Laneto Lake Street; Marathon County; 6999-03-73, OMA 2003541;CTH N; 1.025 Miles; Grading, base course, storm sewer, concretecurb and gutter, concrete sidewalk, asphaltic concrete pavement,traffic signals, lighting, pavement marking, and Structure B-37-335. PHEIFER BROTHERS CONSTRUCTION COMPANY

Change justification:After a section of parapet was poured at an expansion joint, the bottom portion of the parapet wall cracked andstarted to separate from the ret oj the parapet. Upon looking the area over, it was found thai a section of paraperspanned an expansion joint. This caused the bottom corners of the parapet to be damaged when the bridgeexpanded and contracted and ultimately led to portions of the parapet being removed and replaced. In order toprevent this from happening again, a piece of felt had to be added at the bottom of the parapet in order to createseparation between the parapet and the deck,After two deck pours were complete and the falsework was stripped, it was reaffirmed that the expansion joints onthe bridge were incorrectly designed. A corner of the prestressed girders on the bridge spanned from onb side ofthe expansion joint to the other due to the width of the girders and the skew of the bridge. This caused portions ofthe underside of the deck to be damaged when the bridge expanded and contracted.

-A retrofit to the prestressed

girders was performed by placing felt on top o{ the remaining girders, al expansion joints, in order to provide abond breaker that will prevent the deck from being damaged.After the fishing pier was reinstalled, changes were requested by the Marathon County parks Department. Thesechanges to the fishing pier were over and above the contract requirements. The part<i department was supposedto make repairs to the fishing pier after it had been delivered to their yard and before it was reinstalled. No repairswere made by the Marathon County Parks Department in the nine months that the pier was in their yard. lt wasagreed that we would make repairs to anything that was broke during removal and make necessary modificationsin order to make it safe and handicap accessible.

consequences if this contract Modification is not approved:lf this Contract Modification is not approved,.this section of parapet would be a maintenance probtem. This couldlead to hard feelings between WisDOT and the maintaining authority, as they would have to expend funds in orderto repair the parapet at a time when budgets are tight. Also, wisD-oT would look bad to the public if the parapetwas not repaired.lf this Contract Modification is not approved., the remaining expansion joints would function improperly. This wouldhave long{erm effects on the quality of the bridge anci'ultimately lbad to increased costs for the maintainingauthority.lf this Contract Modification is not approved, the fishing pier would remain in poor condition and unsafe for thepublic to use. This could lead to liability lgsues tor wispOr, the Marathon County Highway Department, andTown of Rib Mountain. This contract modification will eliminate any liability for the atorlmeniione'o gouern.ententities and allowed for the transfer of maintenance and liability to the Marathon County parks Depariment as ofNovember 2004.

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

Justification of Price:The price for the repairs to the parapet was negotiated and agreed upon with the prime contractor. The price forThis price was found to be acceptable by the project engineerlThe price for the retrofit to the prestressed gird-ers wa-s negotiated and agreed upon with the prime contractor.This price was found to be acceptable by the project engineei.The price for the fishing pier repairs was negotiaied and-agreed upon with the prime contractor. The price for thiswork was equal to the cost of the material plus 15%. lnis price was found to be acceptabte by the projectengineer.

2.

3.

4.

Page 29: 1 Merged 2

frpntra*t Modificatioe

trate1017/2tl0s

in this corrlract under pro.iect J 1fio_11-7t Cilte0ory 0$10

B-lNCH, lTEfrl SPV,01 gC)

s 1/2-lNC1"l, l l 'Et{ $pV.0100

lslTrzcsii 1.r0 Ptt

Avril rded Contraci Arnoiln!

$25,260,S53.29

Ran]p and lh6resutt of this

0r $uBsEcl't0N

iieplace $heels 4,5 and 3g of the pranr for project 116s-1.1.7$ rvirh the a*arhrci revised prafl shssts.Replace the sxisung Arlicle 46 ol lha $pecial Frovisions rvilh lhe attaehed r*vi$sd special provisionThe inlent ot lhi$ contfacl rnocjifica{ion is ta facilitale an,expedited $cherl$le lor tl1e conlf}'etion of the ,,c,.;';nH,,,?tffffi1Hfr. The arisinat tnr.,t,n J"ii'priiion aari "t N;;ilJi6,iols ur,*rr nor chanse as a

tr_'1i?jii,Ift;ps,i: pRsvr,Ep By rHr$ cCIrlrRAcr MonrFrsA'o*. €xc'pl.FARA*RA'H

'

Net Change

$20.5S9.41

i lhh- c7- ?'7.

. , , . i , . . , ,1

.

i '@i,l"1. , , , . , , . ; ; , r ' '

lvrsc6nsin Fe$ailft*nl of TfgnspillamI

iCantract Locationil00AL $T, USH 51

$hort ilessriptianC Rarnp cOfl$*t€ pilvemenl

Description af fh*ngesf)ecrease plsn qucntily for the foljowing biri ilenrs

SPICIAL 02, CfiNCRETf PAVf fu.IEN'r $PEC'AI.

SPECIAL 04, CONCRETE PAVETIEN'I SPECIAL

Add rhe follawing bid item$ to rh'e conrraci *n*lar prajecr 1r66-1.r-?$ caregory 0010:$FECIAL 12. CONCRETE FAVIMENT HA$ SPECIAt g 1I,-}NCH. N-E,,J $PV,O1SOp$rfom all work in accr:rciance lo seclisn 415 of the *landarcl specificati*ns, and as hsreinafter provjded.Replace subsecrion 415.2.1 0f rhe standard $pecitiealior.,s wirh rfre roilowing:

l"!:ffif$fixes used fof concret€ Pavemenl flE$ $peciatg 1,,-]nch, furnish grade 0 air-enrained.sncrsr€ conrorninrJ

contract: l0080slssrr, u$H gl/$TH as foRRrooR - wAu$AU & srEwART AVE, clryCont. Morl.

Numbera1

Conf. Mod.

iRoute$1" $1

CONST PROJCT

S0ntm$i; 20SS0610031f ;ont, Mod.: 31

Pags 1 ol 1

Page 30: 1 Merged 2

AL

hiCInth Geratratr Region

C*$UTRAffiT ffi #MAF SGATIOTq -J USTI FICATgffi ruContract Modification No. 31

20080610031 t lSH 5l/STH 29 Corridor Wausau, Stelr 'art .{1'enue! 26th Avenue - 24th Avenue; USH 51/STH29 C6rridor Wausau,ZSth Avenue, Shermsn Street - Ster ' ;art Avenuel 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 Avenueit4ararhon counry; 1166-09-77, STP?008353t 1166-.J9-79r 11r,5-11'75, NH 2008354;1166-11-76, NH 2008355;\166-11-79, NH 2008356; 6999-09-73, STP 200836i: Lcc:l S:reetr Local StLeet; USFI 51; USH 51; USH 51; LocalStreetl 2.452 lr4i les; Structures 8-37-350, B-37-35.+. B-17-352. B-37-371, C-37-26.R-37-73, R-37-25, R-37-26, R-37-25, R-37-42, l \-37-43, S-37-61, S-37-71, Borrorv. Backi l i l Granular, Base Aggregate, Se lect Crushed lV{aterial,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.

Concrete Dliveway, Concrete Ilarrier Temporary Preca-rt. S!gr:. Sign Suppoils, Traffic Signals, Lighting, F'encing,

Concretc L4edian Nose, 'l'emporary Crash Cushlon. I'lanag:ment of Contamiuated N4aterial, I{iglr Tensiott Cable

Guard, Concr*le Barrier, Anl i*Skid Treatnrent. and l t ianaeentent of Sol id Waste. Zenith Tech., Inc. - Wauliesha

Need.fo( 0hqFqe;

ln the fall of 2009 permanent sheeting had to be added to retaining wall R-37-28 along the C-Ramp to prevent scouring of the footing. Also involved in that process was getting pefmissionfrom the DNR to place the permanent sheetrng in a delineated wetland area. This entire processtook 2 weeks. Also on the C-ramp we encountered very poor soils which we excavated belowsubgrade 2 feet and installed geogrid followed by breaker run to correct the subgrade issues.This process also took 2 weeks to complete. By having to add these items we delayed theproject schedule critical path almost a month. lt was critical to keep the compleiion date of thisramp to November 20tn, 2009 since this ramp needs to be open before we can construct acrossover from this ramp to NB 51 yet this year so we can set the tub girders for 8-37-362 nextspring. Under apprcval from central office pavement section we changed the concrete for thisentire ramp frDm a 6 bag concrete mix with fly ash to a 7 bag mix without fly ash to acceleratecure times, thereby expediting the schedule.

S qns eq uerses if t h iag o n 94gl nns-d rji p-a$ q n is- npt e n p rsve d I

Project schedule would not be maintained, compromising the tub girder setting schedule nextspring. The tub girder setting is scheduled to happen during the lowest traffic volumes of theconstructiCIn season.

A I tg rn atives po n s i d e re 4 tq egc om p I i s h__th e_nngd if ieati g-n;

Paying the contractor a lump sum for an expedited schedule, but wiih that scenario we could notspecify what materials they were using. So we decided to put the money into a faster settingconcrete mix, having the contractor agree to the original completion date.

Justific?tisn af F[iq€r:

The unit prices were negotiated and agreed upon with the prime contractCIr, The unit prices werecomparable to similar work on other WisDOT projects and found to be acceptable by ihe ProjectEngineer, and were much lesc than the #2 bidder on this project for a similar item.

t

*'.

4.

Contract l\llodification J usiification. doc u2ta7

Page 31: 1 Merged 2

, : - ,4j-r l,

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

wl5cansln *€parlmrnr si Tlenspa'tatoflfaiSl:008 1*iil?AM

Fi€ldMF*tS*t 4.43

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

Ssnt. i&sd.l!umb*r

Route

r5t ,2S

. f**tract L**alin*rt. lSH 5]ISTH?S FILH COPYShp*- ts**cr*ptinnAdn^lilri*trative itemst Creck R*pair *anerni* Pav*nrsnt a*d ftestsr*li*n Fo*t Ac.e*ptanee $alvaged T*p

Descriptian of Ch**ge*Add tl'le fal!*wing administrativ* itenr* tc this c*ntract:

C RACK ft FPAI R *SNCf?ETE FAV€III EhlT, 1 Tgrd! S*4.70*il

RFSTfi RATj O l',1 FOST,4C* €FT,*if{ fr E $ALVAG EF T*P, l"l""F M $06"*ff?5

The w*rk under this item cfraf be i* acr*rdance yri:tir th* State nf Wise*n*in DeFarlm*nt of TransFariatirn $tande rdSp*eifr**tians f*r ftighway and Structure Constru*.{icn, 3CI*3 *dition, tFl* Silpplerftentet Specificst]*nn. ?**& Editian, and theSpectal Frovisions for this csntract

NN ADDITIOMAL T'MF tS FR*VINFA *Y T}JIS TfiNTRACT $NSSJTIffATI*T.:, FXCEPT PARAGRAPI-I 2 OF SUSSECTION1 0s.4.?.4 SL{ALL AFFt_Y,

Nerrs ltsnrsFrsjec* J166-S*-7*, IJSH 5lJST+l 3* C*RAjDOn - SfALISAU

€ategory; &010" USH SJfSTH 19

Itern Fescrlption Item **ds Fr*p.Ln. lt*$tTfpe Unit Propased Gty. llnit Priee Eallar V*lue

Cont. firsd,*st*,

gl23J2S0S

Het $hange

s6,s*s.75

Arv*rded e cntr*qt Arnaunt

$27,5r5,1St"fi3

*RA*K REPAIN **T.'ffNf; THP&VEtl,l€f'iT

K€350n. b$

8*4.IS** 5340 Ch*ng* Grder DOL 374.?il0 J5,838$t &5,S?3.5s

Subto{alforCategoryf0l!: S9,92i,5S

Srrbto{Fl fpr Frgjsst 1168"99-ISr t9*SU3"56

fls*trar* ?007S?13S46 ffpnt. *lsd,: 65 Pa** 1 *l:

Page 32: 1 Merged 2

,f

Fl*rrtf* **ntral ReEion

C*HTRACT M ODI FICATION JUSTIFTSATIONCsntraci r,{ssE:a: : - r, : ctr

: l"rrj-ail l*10+6 t.SH5l/STH 39 Corridrr_ l l,rag.s*u; STFI ?*\\ <_.lb{lsnd. Sherrn*n Street flvor.er Sniclge; USil gllSTlI l}C+rrid*r - \ l susau_ UXH ilISTH 2$ Sarthb*und, Flall*rt lL3ne ro Sherman Street; USlt Sll5Tf.l 3$ fsrridor * lVaursu*5her*:a* Slrert, ?$t* AveRue tn l-l ih Ar enur: USH SI/STII ?gCarridor - lYausau, STi{ 13 tn US*l $ll LI$l{ i l ,rSTH 3SC*rridcr- ltauraxo U$l.l SI l*srlhbsuril. $herrran Street i*STH i3; L'lararhci* Cqur:irli I l6d-0?-T{; t }6$-*+-?d: I 166,*g-?$;i 156,1$-1: Nf i 3SCI?St9: i l#$- l l - l?" F; t - t t*0r03*;5Tr,{ t t ;I - jSl i 5 l : Local Rmd. S'{ H l?: USII : l : 3.56- i ${ i les; { rading:B* s*,4ggregnr* D*r:l*: C&ucrete pal.*mt:nt $per:i*t: f "{ Vl AFalsinrrl€i Strrucrnres B-:7-144. :4$, :dli. 352. :5i. 3 jf. . i?. j5r},lS*" R-3?-:1. S-:7-58, St)" 6*. f iS. ?:.7i, nn*i Sil R**r* nnci $*nJ;C*]r*rt Fiprs: St*m ii*x.*r: f ctlrlrr*{e l!'ai I [..,1**ir;lnic*I13,Stchiiiusd H*rrh: C*neret* Cmrh *nd *ufter; Cern*re1e Sicl*cyrilk;C*ncrets B*rri*n Pipe 1"":nderdrai:;: Sleel plolr s*an: Gilard; ChainLink Fenc*: Sig.ni*g; Pxr,*i:rent bt*rking: Cni:*r"rit; l-.**p il]ere*:*rs:Tnlfic Sign*ls; i..ighring: Paining flpoxy $"r'strm; f*nercfeSfainirlg Sfnlcl*r*si xnd fu{anngem*n{ nI Frrro}eum C*r:r*minar*dlr,larerial. Senith T'rch. I*t" - lVauke*ha

Need for Change;

S*veral pBile*$ of c*n*rete pavarfient on Rafip A era*ked due ts *rana traffic duri*g placsmentftf the $her"nran $tr*et Flyever *ridg* ste*l tub girders. 3e*ause the scheduls ihawed thispavemeilt being f;ornpleted pr'*r to the tub gird*r pla*em*nt, it was asre#d that th* d*partrn*nt$lred rs$pon$ibility far pffyffient for th* r*pair$, whi*h i* *upp*rted hy CFIM 5-35-1Sn. $sctian4'15'5.3 of the Standard Specificatisns *$tablish*s the shared reimbilrs*r"1ffit rnultipfi*r. The*drnlnietrativ* item for Crack Repeir Cuncrete Paven''rent nesds to be added t* the coniracl.

The areas tc the *a$t and west of the south abutnrerrt $lspe pavins for bridge B-37-34s hsdbeen restared, bui eHperieneed wash*ut$ fost rest*ratian. Per $ecti*n S15,5.j of the $tandard$pecifiexti*n$, th* c*ntraetor shall restar* areffs of salvag*d iopscil washed CIut or danl*geddue ta erosis'"} aft*r p*rlial *cc*pt*n*e *f th* sahraged tapsail, xnd all a$silciat*d erosinfi contr*twork. The adminiatrative item for Restoratisn Pc*t Ac**pt*n*e $alvaged Tcpn*il n*eds t* beadded ts th* n#ntreet.

4gnqgaueilses if tt3!F **rltraet n{sdificatisn is not annray*d:

lf this esntrect modlficatisn,is nat apprqved, th* departrl€nt weuid not be adrniilisterir:g th*esntr€ct in ace*rdanee with $ee?ipns 4'15 and $25 of the Standard Sp*eifications.

3. AltarnqtigE$Fqlrsid*red,ts4qsomptish*he$sdifi*atip"l;

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

t .

?

7/?1il7

Page 33: 1 Merged 2

'f{ort* t*mtrat *eg&onNo spparent altemative, csnsequ*n*e* me*tisn*d above.

t(

Jitttifi cation of Prit-:

Th* unit price for Crad< Repair Soncrete Pavern*nt is SS% of the bid pri*e cf th* *riginale*n*r*te pavenert itern per Seetion 41S"S,3 af the Standard Specification*" Tfre unit pri# lcrRe*trraficn Pcst Aryhnce Salvaged T*ps*il in 3 tlmes the unit bid pri*e for *alvng*d tapccilper $eciion 625.5.2of the Sbndard $pecifications"

ls thgfRFedetel *esiaht on this prsi€st?

Yes. fla$/ever, the dollar amgu-t of this contract madificatinn is less tharr $S*,G0* and ther* isno change in the ssp ar intent *f the project, so FHWA pri*r approvnl is nct required.

fl{ofe; lro* an prapaal cover pag* {r defemrn* ffFegamf SvrrrigtrfJ

Frior appncv*l vraa r*csivsd fr*m FHWA, sn{0ate}

By phone By atiached e-mail

C*ntrsel ltd*difrsati*n Juctifi*ation.doe 3/?10?

Page 34: 1 Merged 2

I t(oT-os-?*

Wiscon$in D6D€rtnlent oi Transporlslion

Contract fllod ifi cati o n

3141200S 8:40 A!,4

Fi€ldMarasef {.4s

Contracil ?00?0213046, USI'I 511STH29 CORRIOOR . WAUSAU

Cont. Mod.Number

83

RevisionNumber

t

Cont Mcd.0ate

3ld/2009

Net Change

$237,576,03

Awarded Sontract Amount

$27,5?5,18?.83

Route51'.tContract LocationusH 51/STH29

$hcrt DescriptianEB $TH 29lSB USH 51 barrier wall and related work

CCNST PROJECTFILE COPY

Contract 20070213046 Cont" Mod.r 83. Rev" 1 Page I of{

Page 35: 1 Merged 2

ftur& Gentral Regian

CONTRAST trIONIF$ATIOH JU$TIFISATNSNContract Msdification No. 83 .. .

20S70313045 U.SHSIISTH 29 Carridar - lVaussu; STH 29lYesthaund, shrrman Street Flyover Bridge; USII SI/STH 29Csrridpr - 14'auss r, USII 5 1/5TI{ 29 No ritr bou nd, Malla rdLane to Sherman Street; USH 5llSTH 29 Cnrridor - Wnusau,Sherman Strert Z8th Ayenue to Z4s *v,enue; USH SI/ST-H 29Corridor - Wausau, STH 52 to USH 51: USH SI/STH 29Corridar - Wausau, USH 5I Northbound, Shermsn Str€€t toSTH 52: Jvlarathon Counr.v: I I66-Crg-74: | 166-09-76: ti66-09-T3:1 I66-10-??hiH 300?0I* |166-t1"77,NH200?02ft STH 29:USH 5l; Local Road: STH?9; USH 51:2.565 tv{iles;Crading;Easr Aggregale Dense: Concrete Pavement Special: HMAFav-ement; Structur*l E;7-344, 346, 348. 3J?. 355" j56. 3-iT. j59.:6q, R-:?-21, S-37-58, 59, d o S8, 73, 7J, a,nd Bll Rpure and S+al;Culveft Fipes: Stamr Serrsr; Cencrete Wail lrlechanicalfy-Stnbiliied Eafih; Ccncrrtg Curb and euffer; Concrets $id-srvalk;Concrete Banier; Pipe Underdrain; Steei Plqte Beam Cuard: ChainLink Fe.neel S'igning; Pavernent Morhing Conduit; Loop Deteciors:Traffic Sig:nals: Lighria.gl ?aining Epoxy Sysrenr; C$fl€rpieStaining Structures: and lVlana_gement of peiroleum Contaminafed${aterial. Zenith Terhi Inr. * }vauk*h*

1. Need for Chanqe:

Orig'is1 pf."l* satled for 3$-inch Type A 4-inch mountable concrete cu$ and gutter adjaeent toeastbound STH 29 and southbound USH 51 where the two roadways merg;. ln the "'orange"Projgct,to the soulh, 2025 LF of curb and gutter and 1141 sY of #''Concr6!e shoulders wertsoriginally ineluded, but not constructed to ellow far llexibility in crossover ,loratiofis for:futurestages and were to be built instead in conjunciion with the curb and shculder in tnis pro.i*.iY.pnn rsrn?yai.of the temporary crossov*r$ installed under the "nrange" preje€t, damage wasdiscpvered tc the *dg,es of the concrei* and the eps{y on ihe pevemeni iies wbs rn€}tsd.

FDM 11-2A'l states the following: "ln general, neither vertical nor sloping cilrbs are desirabtefor use on high-spsed roadways. Therefore, eliminate eurbs on urban h-rgir speed roadways,where it is practicel to do so." This curb wa$ located on a horiaonial cuive ior SiH 2g,andadjacent to the weavllq section fo1lhe merging traffic from the Sherman Street off-ramp, prior tothe merg* beh,rreen STH 29 and USH 51, providiilg a ssparation bufler" Althor:gh tha besign ofthe eurb me€ts FDM guidelines for vrhen surb is installed on high-speed *rban rJadways, pri,=""istaff fBIt it was indeed practical and pref€rable to eliminate curb in this locatian inareoommended installing single-face concrete barrier instesd. lt was felt that csncrgte barrierwould provide a more substantial separation of the tratlic considering the location, especiallyduring the winter months when cuib could be partially csvered by sncw, This recom,mendationwas approved by Matt Bronson, Project Supervisor. Due to the slight narrowing of the lanes frorngleanig up the concrete pavement edges, the shaulder adjacent to the bairier was changedfrom 8. csncrete pavement to 10-112" high early strength conirete pavement. The thickness waschanged to match the thickness of the adjacent travel lane,

Contract Msdification .lustificalion.doc 2t2!47

Page 36: 1 Merged 2

2.

ilorth Gentral RagionDue to the timing al the d*cision to change frsm curb to ben'ier wall and the need to mobili:edifferent equipment, project staff instructed the conbactor to use high early strength concrete forfaster breaks on both the shoulder and barrien This also allowed for the original projectcompletion deadline to be rnet and for eastbound STll 29 to be opened to twa lanes of traffic.Covering the barrier wall with i:nsulated btankets was neoessary beq.ause of the coldtemp*ratures experie*ced at the time oi the walt construction and to promcte shorier cure time"Becaus* th* length of the barri*r wall was so great, the contractor did n#t have enoughinsulating blankets in their stockpiles. Projec,t staff agreed to pay for the purchase pf new

, blankets with the stipulation that the blankets would become the properfy of the Department after1\ they were removed from the banier wall. Th* b,lankets were given to variaus local caunty{

I\highway deparlme:nts for use in their maintenan€e activites.

Pavement ties were necessary because the exisling pavement ties on eastbound STI{ 2g andsouthbound USH 51 were damaged by tempnrary asphalt that was instelled in these localions.Th* *pory coating on the *xisting ties appeared to have melted and th* steel was csil'aded. Theexisting ties were cut off and nsw ties were drilled in.

,Sqn etpqnEes if th,is,Qsntract lrilndifieation is not sppr{}v"+{:

lf tftis contract rnodification is not approved, the contractor would not have the bid items requiredto compleie the work. The work would not be completed or the contractor would submit a claimio be compensated for it. lf the project was constructed per plan, mountable curb would havebeen conslruqtqd on a high-speed, curved u:rbon roadway in a weavi,ng area. Per direction givenin tlae FDM, if it is practic*lto eliminate curb on high-spded urban ,rnJd''niays, it sl^rnuld be Jsne.PrCSeSt steff believes that the saf*ty of this roadway is improved by eliminating the curb andinstalli,ng barrier wall in its place.

Alternatiyes cefisidere. S tp acporn p| ieh th? tgod ifiqatipn i

The project coilfd have been constructed per p,lan. $ee consequences mentioned above.

A double-faced banier was ssnsidered in lieu pf two single faced barriers in this location, butfurther erraluation of this alternative revealed issues with the resu:lting shoulder slope*. Theiewottld have also been di$icufty tying into the drainage system with previously *o,nstiucted ir"lletlocalions based on tfre curb flow lines.

Justification of Price:

Th* unit prices for the concrete barrisr, th* concrets paven"ient, and the paven'rent ties wsrenegctiated and agleed upon with the prirne contracior. The unit prices were comparable tosimilarwork on otl'rer WIsDOT proiects and found acceptable by the Prqject Engineer- The lumpsu*r price for covering the bar*er wall wes calculated based on time and materials costsincu,rred ,by the contractor. The Project fingineer reviewed the cost breakdoyrn provided by thecontrac;tol and determined that the price is reasanable.

ls. there : Federa I Oversiq ht o n th i s p.rpisct?

Yes.

3.

4.

3.

Contract Modification Justificalian. doc 2tuav

Page 37: 1 Merged 2

Contract Modification

Wisconsin Department of Transportation 12t2/2005 5..13 PM

FieldManager 3.3b

Short DescriptionADD NEW CONTIIACT ITEMS AND INCREASE AND DECREASE THE QUANTITY OF EXISTING CONTRACT ITEMSDescription of ChangesTHIS CONTRACT MODIFICATION SHALL DECREASE THE CONTRACT QUANTITY OF THE FOLLOWING CONTRACT!Ti+', SrXifiiliilit llfil,U$JiifiB?[El%?ilSi?R Fnrcnsr corurnncroC runrursHro nNn rr,rsrnllro,THIS CONTRACT MODIFICATION SHALL INCREASE THE CONTRACT QUANTITY OF THE FOLLOWING CONTRACTITEMS: TRAFFTC CONTROL VERTTCAL PANELS ONf StOrO.

' "

TI-1IS CONTRACT MODIFICATION SHALL ADD THE FOLLOWING NEW CONTRACT ITEMS:SSPRC SPECIAL 48-INCH GROUTING; DAMAGED TET.ICE NiPNIH; LOW PROFI'T IT,TNT,iHOLT FRAME; PERMANENTlffiil,Rt'5:,ru'Hr:i"^lttbil,?H-??Xn* ruf+:r slcii al3)-:+o oe cr< sinrFpl'ruc rr-nccrNc;'cti-ii '

iii#?E[:itb!^?.N3fry|JRJ*= PLANS, spECrAL pRovrsroNS, STANDARD spECrFrcAIoNS, AND rHE

Increases / DecreasesProject: 1166-06-70, usH 51/srH 29 coRRtDoR - wAUSAU, LrLy LANE To oRroLE LANE, crH N & usH s1lsrH 29

'R.JECT FCategory: 0010, ROADWAY TTEMS & R-37_19

/ OBLTTERATTNG OLD ROAD 214.0100 0290 Originat STA _1.000 1,000.00000 $_1,000.00

Contract: 20040511026, CTH N & USH 31ISTH 29 TNTERCHANGE

Cont. Mod.Number

12

RevisionNumber

1

Cont. Mod.Date

12t2t2005

Net Change

s708 60

Awarded Contract Amount

$11,100,000.00Route51

Contract LocationUSH 51

Reason: PC

SPECIAL 03 CONCRETE BARRIERPRECAST CONTRACTOR FURNISHED &INSTALLED, STATE OWNED

Reason: PC

SPECIAL 06. TRAFFIC CONTROLVERTICAL PANELS ONE SIDED

Reason: PC

SPV.0090 3O5O Originat LF -1 ,527,000 27.0oooo $-41 ,22s Oo

SPV.0060 3010 Original 45.000 .100.00000 $4,500 00EACH

Contract; 2OO4OS1i026 Cont. Mod.: 12Page 1 of 3

Page 38: 1 Merged 2

Contract Modification

Wisconsin Department of Transportation

Increases / DecreasesPTOJECT: 1166-06-70, USH 51/STH 29 CORRIDOR - WAUSAU, LILY LANE TO ORIOLE LANE, CTH N & USH 51/STH 29 PROJECT F

Category: 0010, ROADWAY ITEMS & R-37-19

Item Item Code Item Unit c Unit Price Dol lar ValueWALL MODULAR BLOCK GRAVITY 532.0200.S 1010 Original SF -78.000 21.50000 $-1,677.00

Reason: PC

Subtotal for Category 0010: $-39,406.00

Subtotal for Project 1166-06-70: $-39,406.00

New ltemsProject: 1166-06-70, USH 51/STH 29 CORRIDOR - WAUSAU, LILY LANE TO ORIOLE LANE, CTH N & USH S1ISTH 29 TNTERCHAN

Category: 0010, ROADWAY ITEMS & R-37-19

Item Descript ion Item code Prop.Ln. l temType unit Proposed Qty. Unit price Dollar Value

12t2t2005 5 13 PM

FieldManager 3.3b

SPECIAL 23. SSPRC SPECIAL 4B-INCH SPV,O105GROUTING

Reason: PC

j.. , SPEC|AL 24. DAMAGED FENCE SpV.01051 REPAIR

Reason: PC

.," SPECIAL 25. LOW PROFILE MANHOTE SPV.O105FRAME

Reason: PC

. SPECIAL26. PERMANENT SPV.O105' , BARRICADES WITH SIGNS

Reason: PC

.T SPECIAL 27. MOVING FIXED MESSAGE SPV.O105, SIGN

Reason: PC

I," SPECIAL 30. DMV/ DNR PARKING LOT SPV.O105

Reason: PC

3440 Change Order LS

3445 Change Order LS

3450 Change Order LS

3455 Chanqe Order LS

3460 Change Order LS

3480 Change Order LS

1 000 15,100.92000 $15,100.92

1.000 '157.58000 $157.58

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

Subtotal for Category 0010: $38,067.28

Contract: 20040511026 Cont. Mod.: 12 Page 2 of 3

Page 39: 1 Merged 2

CONTRACT MODIFICATION JUSTIFICATION # 12District 4

20040511026 USH 5llSTH 29 Corridor'Wausau, Lily Lane to Oriole LaneCTH N & USH 51/STH 29InterchanseMarathon Countylt66-06-7 0, ol'.A 2004419James Peterson Sons, lnc.

' , . Changejust i f icat ion:- The contract item Obliterating Old Road is decreased due to this work associated with removing

the old CTH N Roadway/DMv and DNR driveway is included with the additional work includedwith the new item DMV/DNR Parking Lot.

- The contract item Concrete Barrier Precast Contractor Furnished and Installed, State Owned, isdecreased due to Department decision to not use barrier to close off the southbound 51129outside auxil iary lane from Station 430 - 446 and norlhbound outside lane from 504 - 517. Thebarrier is replaced with traffic control vertical panels and permanent barricades with signs.

- The contract item Traffic Control Vertical Panels, One-Sided, is increased due to replacingconcrete barrier as discussed above.

- The contract item Wall Modular Block Gravity is decreased due to not being installed at thesouthwest side of DMV/DNR lot and utilizing a construction permit to fill onto adjacent properlyand replacing wall with curb and gutter.

- The new contract item SSPRC Special 48-lnch Grouting is added for extra costs associated withgrouting voids created from encountering large boulders during the boring and jackingoperations of the contract item Storm Sewer Pipe Reinforced Concrete Special 48-lnch. Rockexcavation is not included with the work associated with boring and jacking and the necessaryfinal grouting due to rocks is aEreed on.

- The new contract item Damaged Fence Repair is added for repairing the chain l ink fence fromStation 494+50 to 495+20 left that was hit by a vehicle.

- The new contract item Low Profile Manhole Frame is added to replace an existing 9" high frameat storm sewer Structure #219 with a 4" high frame to improve drainage on the west side ofpedestrian underpass C-37-77.

- The new contract item Permanent Barricades with Signs is added for install ing barricades withsigns in the final northbound and southbound outside closed lanes in conjunction with theincreased use of traffic control verlical panels and elimination of concrete barrier.

- The new contract item Moving Fixed Message Sign is added for the necessary moving of the 11'x 11.25' traffic control sign Northbound 51 at Station 403 on the left. The sign is moved due toconflict with the adjacent projects temporary widening in the median.

- The new contract item DMV/DNR Parking Lot is added for work associated with improving theexisting parking lot. The improvements were added by the Department in cooperation with theplan changes and driveway realignment. This work included pulverizing and relaying the existingasphalt, removing existing curb and gutter, removing existing concrete pavement, rough grading,ditching, and detention pond excavation, preparation for asphalt surface, f inishing and cleanup.

Page 40: 1 Merged 2

(

' rn" new contract item 8-37-340 Deck Stripping Flagging is added for f lagger costs on

September 8 and 9, 2005. The Department agreed to reimbursement for f laggeicosts so thatcontractor would not close CTH N below USH 51/STH 29 allowed per the contract.

The new contract item C-37-77 Lighting Revisions is added due to a request by theDepartment's electricians to pull additional wire and add one circuit to the pedestrian tunnell ight ing.

Gonsequences if this Contract Modification is not approved:

N/A

Alternatives considered to accomplish the change:

N/A

Justif ication of Price:The SSPRC Special 48- lnch Grout ing agreed lump sum uni t pr ice of 91S,1OO.g2 is reasonable.The total of EJM's grouting costs was $20,545.47. The hourly costs of operations and laborersis well below accepted force account rates. Equipment and material costs are reasonable anddocumented. EJM accepted a 30% reduction in total grouting costs for grouting not associatedwith encountering large rocks and boulders.

The Damaged Fence Repair agreed lump sum unit price of $157.58 is reasonable fortwo menallzhour, plus skidloader, and six replacement posts.

The Low Profi le Manhole Frame agreed lump sum unit price of $264.62 is reasonable forremoving and replacing a previously set higher casting and compares to the contract unit price of$364 each for salvaged inlet covers.

The Permanent Barricades with Signs agreed lump sum unit price of $.1g00.52 is reasonable forproviding and instal l ing 4 Type l l l Barr icades at $250.00 each and four s igns for g810 or g1g pers.f. The price of the barricades compares to the Steward Avenue Project 1166-1 0-73174 whichhas a quantity of seven and a unit price of $200 each.

The Moving Fixed Message sign agreed rump sum unit price of $630.00 is reasonableconsidering the work associated with moving this sign was estimated at three men at four hourswith travel t ime plus an auger truck. Twelve laborer hours at $S0/hour is $600 without the augertruck.

The DMV/DNR Parking Lot agreed lump sum unit price of $20,013.04 is reasonable for themagnitude of work involved. American Asphalt 's original quote for the pulverize and relay, f inegrading, watering and compacting the parking lot was $9812 with prime,s 5% markup exciudingany base course. Their actual cost for this porlion of the work came to $7762 with prime'smarkup and included trucking and material costs for 88.61 tons of 1 T+" base. The balance ofwork by Peterson spanned several days of work operations with work completed on September12, 14, 15' 19' 20, and October 13 and November 15 of 2005. The work included obi i terat ingroadway, concrete curb and gutter and pavement removals, common excavation of detentionpond and cleared areas, placing and compacting fi l l , 300+ feet of ditching, clearing grubbing andditching drainage swale to east, and general cleanup. All hours of labbr anO equ'ipment wereagreed on daily.

2.

3.

4.

Page 41: 1 Merged 2

; : i . . - ' . ' * , -

-,{

Gontract Modification

412612007 1:59 PM

FieldManager 4.2c

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

Cont. Mod.Number

24

RevisionNumber

I

Cont. Mod.Date

4t26t2007

Net Change

$2,366.20

Awarded Contract Amount

$18,638,492.68Route29,51

Contract LocationSTH 29, USH 51

Short DescriptionADJUST DECK FORM WORK 8.37-338

Description of ChangesThis work shall be in accordance with the State of Wisconsin, Standard Specifications for Highway and StructureConstruction, 2003 Edition, the Supplemental Specifications 2004 Edition, and the special provisions of this contract.

No additional time is provided as part of this contract modification.

Add the following non-standard item to the contract:

1. Adjust Deck Forms 8-37-338, SPV.O105.10

A. Description. Adjust deck forms at the locations and to the elevations as directed by the engineer.

B. Construction. All work shall conform to Section 502.

C. Measurement. The department will measure Adjust Deck Forms 8-37-338 as one lump sum satisfactorily complete.

D. Payment. Payment is full compensation for all labor, tools, equipment, materials, and incidentals needed to complete thework.

New ltemsPTOJECT: 1 1 66.05-70, USH 51 / STH 29 CORRIDOR . WAUSAU, STH 29 EAST SYSTEM RAMPS, FOX GLOVE ROAD TO LILY LANE

Category: 0030, STRUCTURE ITEMS 8-37-338

Item Description Item Code Prop.Ln. ltemType Unit Proposed Qty. Unit Price Dollar ValueSPECIAL 1O ADJUST DECK FORMS SPV,O1058-37-338

Reason: Ml

2965 Change Order LS 1.000 2,366.20000 $2,366.20

Subtotal for Category 0030:

Subtotal for Project 1166-05-70:

$2,356.20

$2,366.20

Canfrrr f ' t1nF'n,74tn4F' Cont. Mod.: 24. Rev. 1 Page 1 cf 2

Page 42: 1 Merged 2

TUNDA CONSTRUCTION COMPANV620 GEBHARDT ROAD . P.O. BOX 669

BLACK RTVER FAL|S,llut 54615

PH: (715) 284-s4s1 FAX: (715) 284-s14G

An Equal Employment lpportunity Employer , Constructing Safely

September 8,2006

CIiffMashudaMashuda ContractorsP.O. Box 16Princeton, WI 54968

Re: SP # 1053-06-76Bridge Structures 338Hwy. 29151InterchangeLunda Job # 8541

Dear Cliff:

On structure 338, the State engineer provided incorrect grades for the deck. Lunda had torernove decking already installed and rework the area, This work was done under a time andmaterial basis. The price for this work is $2,129.79. Please submit this to the State for achange order.

If you should have any questions, pldase call me at (920) 553-3522.

Sincerely,LLINDA C ONS TRUCTION COMPANY

424Wade J. HamacherProject Manager

WJITmlp

c: BRF file

Twin Cities office . 15623 ClaytonAve. . Rosemount, MN 55068 . Ph: (651) 437-9666 . Fax: (651) 437-i035Hilbert 0ffice . W2332 E. Crosstown Rd. . P.0. Box 303 . Hilbert,Wl 54129 . ph: (920) 853-3522 . Fax: (920) 853-7170Mif waukee 0ffice . W229 N2520 Duplainville Road . Waukesha, Wl 53186 . Ph: (262) s4i -1781 . Fax: (262) 547-3080

Page 43: 1 Merged 2

CONTRAGT MODIFICATION #24 JUSTIFICATIONNorth Gentral Region

ZOOSOZTZOfS Sfff 29 East Interchange, Overhead Drive - Wisconsin River; USH 51

/ STH 29 Corridor - Wausau, STH 29" iast System Ramps' Fox-G, lov-e Road to Lily

Lt.; USg Sf I STH 29 Corridor - Wausau, USH 51 / STH 29 Mainline' Fox Glove

norJto lity t uoe; Marathon County; 1053-06J6, Y 2005432;1166-05-70' OMA

ioiiqza; iee-os-tt,srP 2005434;srH29 EB; SrH 29; USH 51; 3'349 Miles;

CiaaLngiease eggregate Dense; Concrete Pavemenq Route and Seal; HMA Pavement;

I.3i-iZ:1,lls,uii:5s; Sign Biidges cantilevered 5-37-54 and 80; Sigr Bridges

is"t$;;i s:lt-; l, *, ;, 7 6, 7 ;, 7 8, and 7 e; walls concrete PT"TSF 11 j1.? -d

Change justification:

The contractor was provided deck haunch information, which was than used to determine theelevation of the bottom of the deck of 8-37-338. After the contractor had installed the form workfor the deck it was discovered that some of the information provided was in error and wouldrequire the contractor to adjust the form work in effected areas.

Consequences if this Gontract Modification is not approved:

The contractor will not be able to pour the deck of 8-37-338 and therefore will not be able tocomplete the structure.

Alternatives considered to accomplish the change:

None

Justification of Price:

Unit price was based on the actual cost for men and equipment needed to complete the work.See attached supporting documentation.

Design / Materials Input:

None

ls there Federal Oversight on this project? Yes

a) lf yes, does this Con. Mod. change the 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 received from FHWA on N/A

(Date)By phone

1.

2.

3.

5.

6.

Contract Modification Justification.doc

N/A By attached e-mail

B-27-02

Page 44: 1 Merged 2

. t \ . ' 1/ \, u, ' , jd { . .. tu

u ContractModification

Wisconsin Department of Transportation4126/2007 2:16 PM

FieldManager 4.2c

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

Cont. Mod.Number

26

RevisionNumber

Cont. Mod.Date

4t26t2007

Net Change

$8,160.45

Awarded Contract Amount

$18,638,492.68

Route29,51

Contract LocationSTH 29, USH 51

Short DescriptionREGRADE THE EB-LINE BETWEEN 59+OO AND 63+00 Lt

Description of ChangesThis work shall be in accordance with the State of Wisconsin, Standard Specifications for Highway and StructureConstruction, 2003 Edition, the Supplemental Specifications 2004 Edition, and the special provisions of this contract.

No additional time is provided as part of contract modification.

Add the following non-standard item to the contract:

1. Regrade EB-Line, l tem SPV.0105.12

A. Description. The work shall include removing excess material between 59+00 EB and 63+00 EB and reshaping the areato conform to revised cross-section sheets provided by the engineer.

B. Construction. All work shall conform to Section 205.

C. Measurement. The department wil l measure Regrade EB-L|ne as one lump sum satisfactori ly complete.

D. Payment. Payment is full compensation for all labor, tools, equipment, materials, and incidentals needed to complete thework.

New ltemsProject: 1166-05-70, USH 51 / STH 29 CORRIDOR - WAUSAU, STH 29 EAST SYSTEM RAMPS, FOX GLOVE ROAD TO LILY L.ANE

Gategory: 0010, ROADWAY ITEMS

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

SPECIAL 12 REGRADE EB-LINE

Reason: Pl

sPV.0105 2975 Change Order LS 1.000 8,160.45000 $8,160.45

$8,160.45Subtotal for Category 0010:

Subtotal for Project 1 1 66-05-70: $8,160.45

Canfrarf . ,nr l -R 7' l tn{R Cnnf Mnd. ?A

Page 45: 1 Merged 2

ICONTRACT MODIFICATION #26 JUSTIFICATION

North Gentral Region

20050712015 STH 29 East Interchange, Overhead Drive - Wisconsin River; USH 5l/ STH 29 Corridor - Wausau, STH 29 East System Ramps, Fox Glove Road to LilyLane; USH 51 / STEL29 Corridor - Wausau, USH 51 / STH 29 Maintine, Fox GloveRoad to Lily Lane; Marathon County; 1053-06-76, NH 2005432; 1166-05-70, ONILA2005433 ; 1 766-0s -'t 1,STP 2005434; STH 29 EB; STI{ 29; USH s1, 3.349 Miles;

ffi5?liii,iiflii3l?'Jiii;f,",ii jii,iffi*:t}1T #5 ffl!,HX1,5*"J,"*""'(Structures) 5-37-51, 52, 53,76,77 , 7 8, and 79;Walls Concrete Panel MSE R-37-17 and1 8; Concrete Barrier Temporary Precast; Beam Guard; Fence; Signs; Conduit fugid

Ghange iustification: ilrX1T,ilij"3;*llil;::i::""*" Base; Special Seeding; and Pivement Markin!.

While placing common excavation materials in the fills between stations 59+00 EB and 63+00EB Lt the contractor brought to the engineer's attention that the cross-sections in this areamaybe in error. The engineer discovered that the cross-section incorrectly provided additional 4-feet of shoulder Lt and Rt. The engineer revised all of the cross-sections along the EB-line andprovided them to the contractor. The contractor had already placed materials before the errorwas discovered and now had to remove the excess material. The contractor has requestedcompensation for the cost to remove the excess materials.

Gonsequences if this Gontract Modification is not approved:

The effected area will have to be shape to blend in with areas abutting it.

Alternatives considered to accomplish the change:

None

Justification of Price:

Unit price was based on the actual cost for men and equipment needed to complete the work.See attached supporting documentation.

Design / Materials Input:

None

Is there Federal Oversight on this project? Yes

a) lf yes, does this Gon. Mod. change the scope of the project? No

b) lf 6a is yes, or 6 is yes and this Gon. Mod. is over $50,000:prior approvalwas received from FHWA on N/A

By phone By attached e-mail

ontract Modification Justification.doc

(Date)N/A

1.

2.

3.

4.

5.

6.

B-27-02

Page 46: 1 Merged 2

=,,r,)KsWisconsin Department of Transportation

Contract Modification

1111012005 2:36 PM

FieldManager 3.3b

Cont. Mod.Number

z

RevisionNumber

1

Cont. Mod.Date

11t10t2005

Net Change

$250,000.00

Awarded Contract Amount

$18,638,492.68Route29,51

Contract LocationSTH 29. USH 51

Contract: 20050712015, USH 51/STH 29 CORRIDOR-WAUSAU, FOX GLOVE RD - L|LY L

Short DescriptionITEM SPV.OO55.O1

Description of ChangesADD THE FOLLOWING NON-STANDARD ITEM:

FUEL COST ADJUSTMENT, ITEM SPV.OO55.O1

The work under this item shall be in accordance with Additional Special Provision 5. of the Special Provisions for thiscontract.

NO ADDITIONAL TIME IS PROVIDED BY THIS CONTRACT MODIFICATION, EXCEPT PARAGFIAPH 2 OF SUBSECTION108.4.2.4 SHALL APPLY.

New ltemsProject: 1166-05-70, USH 51 / STH 29 CORRIDOR - WAUSAU, STH 29 EAST SYSTEM RAMPS, FOX GLOVE ROAD TO LtLy LANE

Category: 0010, ROADWAY ITEMS

Item Description Item Code Prop.Ln. ltemType Unit Proposed Qty. Unit Price Dollar Value

SPECIAL 01. FUEL COSTADJUSTMENT

Reason: Ml

SPV.0055 2830 Change Order DOL 210,000.000 1 .00000 $210,000.00

Subtotal for Category 0010: $210,000.00

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

Project: 1166-05-71 , USH 51 / STH 29 CORRIDOR - WAUSAU, USH s1 / STH 29 MAINLINE, FOX GLOVE ROAD TO LtLy LANECategory: 0010, ROADWAY ITEMS

Item Description Item Code Prop,Ln. ltemType Unit Proposed Qty. Unit Price Dollar Value

SPECIAL 01. FUEL COSTADJUSTMENT

Reason: Ml

sPV.0055 2830 Change Order DOL 40,000.000 1.00000 $40,000.00

Subtotal for Category 0010:

Subtotal for Proiect 1 166-05-71:

$40.000.00

q40r00940

Contract: 20050712015 Cont. Mod.: 2 Page 1 of 2

Page 47: 1 Merged 2

1.

2.

5.

6.

CONTRACT MODIFICATION #2 JUSTIFICATIONNorth Central Region

1166-05-70. ReconstructionL SH -il1STH 29 Corridor - WausauFor Glor e Road to Iris Lane\Iarathon County

Change just i f icat ion:

The coniract includes Addit ional Special Provisions 5 (ASp 5), which states ,,Fuel Cost

Adjustments r"r l l l be applied to part ial and f inal payments for work i tems categorized in Section Bas a payment to the Contractor or a credit to the Department." Categories of work items fromSection B included, Excavation Common, Excavation Marsh, Borrow, a-nd S"l".t Borrow.

consequences if this contract Modification is not approved:

The Contractor will not receive a payment and the Department will not receive a credit asspecif ieo rn ASP-5.

Alternatives considered to accomplish the change:

Do nothing, consequences mentioned above.

Justification of Price:

Fuel cost adjustments will be carcurated in accordance with ASp-s.

Design / Materials lnput:

None

ls there Federal Oversight on this project? yes

a) lf yes, does this con. Mod. change the scope of 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 FHWA on N/A

(Dare)By phone N/A By attached e-mail N/A

3.

4.

Contract Modification Justification.doc B-27-02

Page 48: 1 Merged 2

/ibb- c?-ry"" : : i " - ' r .

*/&"!-d

t : ry '=, ; ; ; f

Wscsnsin Depari1l€nt ctTran$F*saliofl

S*ntrcct *frndification

Sr?il2SES 'J r*4 F i

fietdMan*g*r4 $a

c*rntmct 30css$ls03x, u$il $l/srf* fis fif,Ril*fin - wAu$Arj e sTEwARt AvF. ctry

Flet Ghange

s1,$s0.0&

Cnnt" $ll*d,19umb*r

g2

ftaut*qT cr

iC*ntra*t Locationilccsl sr, L,sr-{ $1

Asr*rd*d Contr*rt Am,*ur*

$35,3fiS.fi53.39

FILE COPY$hort DescriptionTernporary Barriier Wall $plices

Be*cription af GhangesAdd the fcllowing sp*$al pr*visian and attache* sta*d*rd details is thiE r:ontr**t:

SPECIAt" }7, TEMF*RARY FARNIHR WA[-L SPLICE. ITFM SPV.OO$O

A. CIE$gRlpTl0f{. The w*rk xnder this itern consists *f furnishing und i*stafling afl nec**sary nraterials f*r the eplieing nfst+el plate beam guard to csncrete banier ternporary preca$i.

B' MAT*R:AL*. Fllmi*h rns{erials conf*rming t* th* r*qu;rements sf Se*ii*ns 6*3 and 614 sf the State cf W}scnnsinEepartrneni of Tranrpc*ati*n $Hndard $pec'i{ieations for Highway and Structoia looitruction ZoOb e*;riuo xnd the SpeciatPrsviai*ns fsr 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*inD*partmenl of.Transporlation Standard.specificatians foi l{tghway and structure *onstru*li*rl E*0S Editian, *u* Sp#*tProvisions for this contract and the applicable details on SED 14 S 2S6a end SDD 14 B 2S-Sb.

n" MATF*OS OF MEA$ilREME|i|T. The deg*rimenl will n:easure Tenrpcrary B*rrier Well Splire by th* indlvidaat spliceacseptably completed.

H, 8ASI$ OF FAYillTN{T,lT[fi* htuMsER *Esc*tPTt0f{ U}I'T

C}\LrlsPV.00s0 STECIAL 2?" TEMPORARY SAHfiITN WAi.L SPL}CA

falqSnt is full compen,saliqq.fqr sewing the bar:ier bf*ds ii rlesessary, diilling belt hst€s in brrrier blsck, furnishing andinslallifls thrie beam rail and tfiris benn: tsrmina,l csnnsfii*r with nll bickr;p ptite, boftr, nuis, a*d rua*h*r*, and *lilahsr,tc*ls, equipment, and incidentals necessary !o cornplete the wsrk.

f{0 ADPtTiCIl{ALTIME lS pR*VlOgS BY TH|S C*!',TH.ACT MODIFICATI*i'{, EX*EPT FARAS.RAFH ? OF SUBSr CTI*T{I 0n.4.2.4 SF{ALL ApPLY.

C*ntract: ?0$Sfl6'l fi S3 1 Cont. M*d"l !2 FeSe t St2

Page 49: 1 Merged 2

,l

I;*{gsr*lr Sentral Hagion&

CONTRACT MODIFICATION J USTI FICATIO Ne*nFact lvlsdifieation Ho. , - ?2 ,

3G1;C05t**31 ti$1{ 5IJST}1 39 Corridor Wssta$, $fewart At'enue. ?6th Avenue - 24ib Ave*pe; U$H $tlSTH

?g Carrid*r tr{sussl" 38fb Av,*nu*" Slrsrrnan Stre*i - $tewfirt .*l'e*uei $Sil 5}/5TH !$ {*rridc,r Wcusauo

STH ?9 Wesr $_vstcm Ramp WA; USH $|/STH 29 Carridor -l,r*aes**u USf{ 5l Northbouxdi tl$Fi SllSTH lq

esrridor lVaussu, $TH 5i tlff-Ramp frarn USI* 5l li}; $tertari &ve*|r,e, 32nd Avexue * z$th Ave*.*t;

tolarathsr: Courlty: l166-0$-?T- 5TP3SS$353. t!5{i-09-?*: 1l*6-l i-?5. NH 20$si5"{: 1l$6-}l-76. Nl-{ 3fi*&3$5;

i t66-il-?g, HH iSSSl56l6SS$4$-?3" STF:il*$363; L*calSrreer, Local Street: USF{ 5l; U$F{ 5lr [J$]l 5l; L*cc]

Srrset:3..*53 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, R-

3T-:S, ;{.-3?4?. R-}?-.{3" S-3?-S1, S-3T-?1, Borrnw- Baskfill Sranillar, Ease Aggr*gat*, $eiect tnished fu{a}sri*l.

C6ncret* Favernent, Favement }{arkings, Cn*gfiusti$n Staking. C$}v'ers Fipr, $t*rn Sewtr" Canerele C*rb.

Crrn*r*te eurh and fiutter, Collcrete Sidervalk 8e*nl fiusrd, Arphalli* $urtbce" H${A Pavementr. Rr{rtr and .5e41.

C*ncyet* DrivervaS,'. f*ncrers Sarrier Tenrporary Frecelst, Signs. Sign Sripp*rts" Tn*t'li* Sigir*ls. l"ightitlg' F***irgr

{nRcr*tr i\deqlian Mr:ge, Terxpor*ry Cras}'r Cuxhi*n, btnr*xg*m*nl *f f,*ntffni*sled h{*t*r'ial, i{ig}: T*nsicn Cabi*

*nard" tnn*rele *arri*r', Atti-Skid'Tr*stmefil. and $4an*g*ttt*nl r:f S*1id Ws:re. Xenith Teeh., l*r. - l#auksrhs

Ite€d-&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

betureen a br*dge parapet end th* ter*porary harrier, The t*rnp*r*ryI con*rete berri*r w*s filrc*dy

in place and *dw barrier wa$ breusht in ts butt up ts ths in-plaee banier and ths twmpnrary banisrexlended frorn that psin? toward tne nridge paraBet. B*cause th* ru* *f barrier did not origlnnt* atth* bridg* paffipe1 a Sap betwe*n the barri*r and the par€p*t was nearly inevitahJe. Rather ti:anrnoving hundreds *f feet of b*rrier t* *lart at th€ parapet and ttxer*by eliminate lhes* gaps, th*fonfra;tor installed a "*plin*" tc hridge the gap that **nsi*ted of a ssetiorl ef thrie beam andterminnl c*nnectsr$.

S.pneFquenees if thle #sntrert {r{ssific€on is nEt apprqved:

!f thls *fintra*t nrrdifieation i$ not approved, the c*ntractor w*uld heve t* rel***t* hundreds offeet cf temp*rary c*nffrete barrier to eliminate th* gap bstween th* bridge parapet and theternpcrary barniei. This wculd *ntitls th* c*niractsr to b* pxid f*r instaNlaticn cCI$ts for f'rundr*dssf feet cf barrier. Furtherrnors, asditinnal tans cl*sures f*r temporary barrier relo*atien$ w*uldeba be *ese$ssry, resulfing in public delay tinr* on USH 51. ts*th cf tfiese fn*tnrs wollld r*sult ina much high*r" cost tCI th* proj*S than the spNices prop*sed in this s*ntract rnodificati+n. Thegaps ceuld n*t he left in place $*ilc€ they wo*lld psss a $ef*ty hazard.

*lte rnatirr*e $*nsidercS t* asqqlTlFl i*h th* ***d ifi ep{p n ;

An alternative that wfi$ *onsidered wa$ ts move the barrier bl*ck $# that th* gap* b*iw*an thebl*ck and perapat would be elimirr*ted. See c*ns*qu*nces above.

4- JUF#fi*stiun cf F,{iqel

The unit price was negotiated aild ffSreed upori with the prime esntra*tsr. The unit pri*e was the$arns as the unit price for a sirnilar item changc erdsred into a previous oBl1dgn praject.

3.

.',

Contract Modffication Jushfi*ation doc ?131*7

Page 50: 1 Merged 2

Gontract Modification

\/ Wisconsin Department of Transportation912812004 10:47 AM

FieldManager 3.3b

Cont. Mod.Number

5

RevisionNumber

1

Cont. Mod.Date

9t28/2404

Net Change

$35,475.00

Awarded Contract Amount

$8,746,645.45

RouteN

Contract LocationCTH N

Contract; 20030708029, MCCLEARY BRIDGE & APPS, ROBIN LN - LAKE ST

Short DescriptiontTEM #900364

Description of ChangesAdd the following item to this contract:

tcE, |TEM 90036A

The work under this item shall be in accordance with Section 501 .11.2 of the State of Wisconsin, Department ofTranspodation, Standard Specifications for Highway and Structure Construction, Edition of 1996, the SupplementalSoecifications 2002 Edition. and the Soecial Provisions for this contract

Contract t ime shall not chanqe as a result of this contract modification.

New ltemsProject: 6999-03-73, MCCLEARY BRIDGE & APPS

Category: 0020, STRUCTURE 8-37-335 ITEMS

Item Description Item Code Prop.Ln. ltemType Unit Proposed Qty. Unit Price Dollar Value

Mtsc 90036A tcE

Reason: Ml

90036 2220 Change Order LB. 47,300.000 0.75000 $35.475.00

Subtotal for Category 0020:

Subtotal for Project 6999-03-73:

$35.475.00

$35.475.00

Gontract: 20030708029 Cont. Mod.: 5, Rev. 1 Page 1 of 2

Page 51: 1 Merged 2

2.

CONTRACT MODIFICATION JUSTIFICATIONDistrict 4

20030708029... McCleary Bridge and Approaches, Robin Lane

to Lake Street; Marathon County; 6999'03'73, OMA 2003541;CTH N; 1.025 Miles; Grading, base course, storm sewer, concretecurb and gutter, concrete sidewalk, asphaltic concrete pavement,traffic signals, lighting, pavemenl marking, and Structure B-37-335. Pi{EIFER BROT}IERS CONSTRUCTION COMPANY

Change justification:lce is an option in Subsection 501.11.2 of the Supplemental Specifications 2002 Edition in order to allow thecontractor to place concrete masonry during hot weather periods. Due to the size of the concrete masonry pours,ice is required as it is not feasible to complete each pour during the cooler periods of the morning or evening.

Consequences if this Gontract Modification is not approved:lf this Contract Modification is not approved, the concrete masonry in the bridge will not meet specifications. Thiswill lead to future maintenance headaches for the maintaining authority of the bridge. Also, delaying the concretemasonry pours until the concrete can be placed without ice will jeopardize the completion of the project. Both ofthese factors will have a negative impact on the image of WiSDOT and its contractors.

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

Justification of Price:The unit price for lce will be paid for at the contract unit price as specified in Subsection 501.11.2 of theSupplemental Specifications 2002 Edition. See attached sheets for the computations of the quantity of ice used.

Design / Materials Input:The use of ice was discussed with W|SDOT staff (Mark Steidl, Jeff Michalski, and Chuck Rasmussen). Allwerein agreement that ice would be required for some of the concrete masonry pours on this project. Also, it wasagreed that ice should only be used when concrete masonry pours could not be completed during cooler periodsof the day.

ls there Federal Oversight on this project? Yes

a) lf yes, does this Con. Mod. change the scope of the proiect? No

b) lf 6a is yes, or 6 is yes and this Con. Mod. is over $50,000:prior approval was received from FHWA on N/A

(Date)By phone N/A By attached e-mail N/A

Contract Modif ication Justif ication.doc 6-1 5-04

3.

4.

*

6.

Page 52: 1 Merged 2

Contract Modification

Wiscons'n Department oi Transportation

911712004 1 1:12 AM

FieldManager 3.3b

Contract: 20030708029, MCCLEARY BRIDGE & APPS, ROBIN LN - LAKE ST

Cont. Mod.Number

1

RevisionNumber

A

Cont. Mod.Date

9117/2004

Net Change

$61,600.28

Awarded Contract Amount

$8,746,645.45

Route

Contract LocationCTH N

Short DescriptionFlemoval of lnterim Completion Date

t

Contract: 20030708029 Cont. Mod.: 1, Rev. 3 Page 1 of 5

F. . , - . - - , - - -

Page 53: 1 Merged 2

cf)

$ RP EE- i i ss E{ s

B6i 6(c ' (o oAE €'6-a aln- crs ( I )

bb €; ; E

r r .5.1 . **a gtFt I I(5 b6 I *7 f t lT -C= : t r? fr f r 5:o mco EX

h == ?;z bb or qJ t - t =E

S QR EYF e-gi e g

9PE;hF<Jy-

F-AF'-

b od' ;p 'LL.- .=

I g 6 =tXi i* ; . !+5E:-==== tr i t r

J.- \F_

tE f -aA -, i29. .E 8 o b "6 l 't - r (J C* " I

- - . - -ddgaFEE€P;35;;;b;8qdroaEc' ! 'cg I b 'q,9 o

iEE e*E€*I- ; :6;ummS:€€,E = E PF gAVJJV.=V-> 9 9EIE,E7i== q-

- t i

: :SEE;E? P P F e H.=t E E E 8 PE€ i . E = FFsr E E = =-=:EEEEE; gQ.e.g.9.3sEa;; = =; ;3"EE"EF:€

-Ef; ! f i f is t; IJUU-+ **l l l + * +

+**** i I i I l

@

@OOOr@€t@@

..:t -C\!@

@

loN

-@

-q

o o o o o o o c9 0o rJ) ooo o oo o roo oqqqqqqnqqe\qqqqqq q nqeO O O OO O N tO OO

- OO@ O Oi O O @O O

@@ @ e O) @ CY) (O O e A @@ Al @ @@ @ -

@@O)

-@A @ e e

ee@e

o

a

z

e.iv@

|J)

@

oo

ri cdlif O

@e

ro@c\t o!o cY)ci €e

@OOOOqqqqu?(oOOCD@rfOrtOOcrjc)og)o,qcDN--

@-@@@

rvooO

c)@

dd;c;o c\l c! t-CD$NCY)ra97q

@@

Nf-.NO9qqqQOOr@@@@

roooqqat t \ for tO(€@@

. . . jzzz .zz z: ;6PPP:: f f ; :PP:; t rP i i1;tr) o lr) tr) c) ro c! ro c! o) r-c) ro o o o (\l rJ) ro |.r) c) o-c\co$(9! f , rAx.

@rNNOr g sf , rO)N@9 rr) to6.o r<oNsf,$ F-r(OCDN

oo. f+rLO@@

f-Oge

ot. f )o@orooroooo$eqqqqqqc{qqc{qNc\INOO$Oo)OOC\(o@@@{aoc)Cr)(#rr)o)@@

-@@ @e

eJ@

aPbro;\- !

\., F -!l *

.9 nt

. t - i3 ii e 8rin

C\I@

f'- C\l@@

ooN

E 9H r6:E

c\Ifr.o ot .

.Y .v .A

. r - 9 'd **n-A+

; i cR

.=c(g

aa

a s s r r g b @ a r_ r :f o c\J ol _ Lo o |o < a)c) O O Q Q N O O Cf) N O O Gl O O

- (g rfi U) Cj 6

r ql q-{ A q? \' t $ !f, (o c! S \f, (o r..- $ c) o O Cr) loQ Q O O O O F r r ' : r O O t f CD c) O rO rO O <(o (o v rf, rtr $ (o (o (o !i- (o cD co (o (o (o o) (o ao R a

@$tr)o o-ro(y; @@@

oc)ae

N(of-@e

@f.-@

ooslr :Nt-@@

NrOCDrO@{Do)-

@

.if

@

cio(9 Cr)

@

a

@

doidc)@to@(o-

@

c900N@@a<f)

-@

zIF

olrdo=FoIEFz

v8l!oFQoOJ

FO

LLoo

F

'c-ol l

q)

X

/11

L (\l

oh

fd >v=

(oEoO

EE

odv

q)c)

J.)

dx={(). O-

==

au)

.o .9oo

a(n

r\

r)

bo

CNd

l-iad

ooo

o(I)U'(6c0o-

t -lJ-.trrX

T

X.tru;@

nE

E<ha

,v(DE

o) Ss:cl

FI!^

<; v^_

ha; 3ErY'- ==XPH i i , i ltU i i vui .

e B+ fi fi e gq<Eddi+6;=T^.^, -ov

^- (o *Y x (')E

f s = F $E #.q F E E ES ;t i i : :83+ g:## E =g b.4= = e.E)( / )OLOO(LO)

oo

;Ij

-/nEoc0

=4

o

o-

aE(5o

0)L

F

I

t!o

t-

o

o

n

ooe

o

F

Co-

o')o.x

(E(L

(E

o

F(g

o

-.x

.o=

a

o-

oOl<

(6F

'Eo

.o=(g

o-

-Ts-:;t=o6q)q)

o

ooo-

t-

;

T

j

o

f6

(g

-o

oL

o

U'ooE=

i!

o-o-Fp=mz

-f>

v

Page 54: 1 Merged 2

CONTRACT MODIFICATION JUSTIFICATIONDistrict 4

Project Label

Change iustification:This contract Modification is adding a portion of the total quantity of the bid items from Project 6999-03-75 to

project 6999-03-73. See the contrict Modification for a list of the bid rtems that are affected. The contract value

of project of 6999-03-73 has increased $60,714.75. The contract value of Project 6999-03-75 has been reduced

S64.2i8.50. The total net savings of this Contract Modification is $5,415.25.

During the design of project 6999-03-73, real estate purchases were not on schedule. In order to let the project

such that the work coutd Oe completed in 2004, it was decided to split the project up into two separate projects'

One project is project 6999-03-73 and the otherproject is Project 6999-03-75' Also during design, it was decided

that the projects s'hould have overlapping construction activities instead of an absolute ending and starting point'

This created many problems in consirudtion. lf the contractor for Project 6999-03-73 had built the project from

south to North as shown in the plan, they could not have completed the work on time in order to meet the

schedule for project 6999-03-75. The contiactor for Project 6999-03-73 opted to work North to south due to the

available staging "r""r,

work conditions, and possibility of meeting the contract requirements' The contractor for

project 6999-03-73 did not adequately address their space needs and scheduling issues when making this

change and found it necessary to proceed with a contract Modification to remove items from Project 6999-03-75

and add them to project oggg-os-zs in order to eliminate the interim completion date for the Norlh end of the

project.

Consequences if this Contract Modification is not approved:lf this contract modification is not approved, the potential existed for a contractor to file a claim' lf the contractor

for project 6999-03-73 built the project from south to Norlh as called for in the plan, the contractor for Project

6999-03-75 coutd have filed a claim for delay costs. Whether the project was built from South to North or Nofth

to South and the interim completion date for Project 6999-03-73 was not removed, the contractor for Project

6999-03-73 could have filed a claim based upon a contract time that is not possible to meet'

Alternatives considered to accomplish the change:Do nothing, consequences mentioned above.Require tie prime contractor to come up with a new construction method that will meet all of the contract

requirements and forgo the net cost savings'

Justification of Price:The price of this Contract Modi{ication is based upon the unit bid prices for Project 6999-03-73 and Project 6999-

03-75. The lowest combination of bid prices will be used for all bid items that are affected by this contract

modification. This means that the Deparlment will see a net cost savings and that makes this contract

modification justifiable due to the tight economic times in the State of Wisconsin.

Design / Materials InPut:spoke with wisDor ltatt (Mark steidl, Adam osypowski, and Doug Ross) about the merits of this contract

modification. All were in agreement that this contrait modification was in the best interest of all parlies involved.

1.

2.

3.

4.

5.

Page 55: 1 Merged 2

\\l{,t[ ,04'11"oFf"-\g1&e

4"1.. . . . . ! )$

Wsconsin Department of Transportation

Contract Modification

1212312010 9:27 AM

FieldManager 4.5a

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

Cont. Mod.Number

74

RevisionNumber

Cont. Mod.Date

12t23t2010

Net Change

$62,817.34

Awarded Contract Amount

$25.260.653.29

RouteST, 51

Contract LocationLOCAL ST, USH 51 CONST

Ell t-PROJECA.a.--

Short Descript ionTubular Rail ing Screening Fence

Description of ChangesMove the following standard bid item to Project 1166-09-77 Category 00'10

REMOVING FENCE, ITEM 204.0170

/ t , - I I

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

Add the following standard bid item to this contract under Project 1166-09-77 Category 0010:

RAILING TUBULAR SCREENING (STRUCTURE) R-37-24. ITEM 513.4090

NO ADDITIONAL TIME IS PROVIDED BY THIS CONTRACT MODIFICATION, EXCEPT PARAGRAPH 2 OF SUBSECTION108.4.2.4 SHALL APPLY

New ltemsProject: 1166-09-77, USH 51/STH29 CORRIDOR - WAUSAU, STEWARD AVE, 26TH AVE - 24TH AVE

Category: 0010, ROAD WORK

Item Description Item Code Prop.Ln. ltemType Unit Proposed Qty. Unit Price Dollar ValueREMOVING FENCE

Reason: PC

Category: 0020, STEWERT/28TH SIGNAL

Item Description

204.0170 7495 Change Order LF 405.700 0.75000 $304.28

Subtotal for Category 0010: $304.28

Item Code Prop.Ln. l temTvpe Unit Proposed Qtv. Unit Price Dollar Value

RAILING TUBULAR SCREENING 513.4090 7500 Change Order LS 1.000 62,513.06000 $62,513.06(STRUCTURE) R-37.24

Reason: PC

Subtotal for Category 0020: $62,5f3.06

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

Contract: 200806 1 003'1 Cont. Mod.: 74 Page 1 of 2

Page 56: 1 Merged 2

North Gentral Region

CONTRACT MODIFICATION J USTIFICATIONContract Modification No. 74

20080610031 USH 51/STH 29 Corridor Wausau, Stewart Avenue, 26th Avenue - 24th Avenue; USH 5I/STH29 Corridor'Wausau, 28th Avenue, Sherman Street - Stewart -{venue; USH 51/STH 29 Corridor'WausauoSTH 29 West System Ramp WA; USH 51/STH 29 Corridor \l'ausau, USH 51 Northbound; USH 5I/STH 29Corridor Wausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue,32nd Avenue - 26th Avenue;Marathon County; 1166-09-77, STP2008353; 1166-09-79; 1166-11-75. \T{ 2008354; tt66-tt-76, NH 2008355;1166-11-79, NH 2008356; 6999-09-73, STP 2008363; Local Street: Local Street; USH 5l; USH 51; USH 51;LocalStreet;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, R-37-28'R-37-42,R-37-43, S-37-61, S-37-71, Borrow, Backfi l l Granular, Base Aggregate, Select Crushed Material,Concrete Pavement, Pavement Markings, Construction Staking. Culvert Pipe, Storm Sewer, Concrete Curb,Concrete Curb and Gutter, Concrete Sidewalk, 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, Temporary Crash Cushion, Management of Contaminated Material, High Tension CableGuard, Concrete Barrier, Anti-Skid Treatment, and Management of Solid Waste. Zenith Tech., Inc. - Waukesha

1. Need for Ghanqe:Standard steel chain l ink fence was init ially installed on top of retaining wall R-37-24 in 2006under a previous contract. Other fencing that was installed in similar applications within the51129 corridor during the same time frame was a decorative type tubular screening fence thatwas black in color. In order to be consistent with the corridor aesthetics, it was decided that thechain l ink fence should be removed and replaced with the same type of black decorative fenceused elsewhere in the corridor.

9onsequences if this Contract Modification is not approved:lf this contract modification is not approved, the steel chain link fence would remain in place.This fence would be inconsistent with other fencing within the corridor and corridor aestheticswould be negatively impacted.

Alternatives considered to accomplish the Modification:Do nothing. See consequences above.

Justification of Price:The contractor provided detailed records of the labor, equipment and materials used to completethe work in accordance with the force account methodology detailed in Section 109.4.5 of theStandard Specifications. The salvage value of the existing steel chain link fence was applied as acredit to the lump sum cost provided by the contractor. The costs were reviewed by ihe projectEngineer and were determined to be reasonable.

ls there Federal Oversiqht on this proiect?Yes.

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

Prior approval was received from FHWA on 5t4t10

By phone X By attached e-mail

Contract Modification Justification.doc

2.

3.

4.

5.

(Date)

2t2t07

Page 57: 1 Merged 2

Dan

Page2 of2

Subject: 51/29 Wausau Corridor, fencing change prior corrcunence

Hi Pete,

This is a follow up to our phone conversation on Tuesday May 4,2070, in which you gave your prior concurrence for thefollowing:

We discussed changing the fencing on top of the retaining wall in the northwest quadrant of the STH 52/Stewart Avenueintersection (part of the 2006 purple job). This wall currently has a standard chain l ink fence on it, that does not matchthe other fences within the Wausau Corridor project. All other fences that are on structures are decorative and paintedblack. This change wi l l involve removing the exist ing fence and instal l ing a black rai l decorat ive fence. The approximatecost is 570,000.

Thanks for your concurrence on this change

2--;"14 aVn.%,*oqDANIEL A. HoLLowAY P.E.PROJECT MANAGERWISDOT NoRTH CENTRAL REGIoN1 68 1 SECOND AVENUE SOUTHWISCONSIN RAPIDS, WI 54495

OFFTCE PHoNE: 7 15-42'I -7305CELL PHONE: 7 1 5,459,477 4FAx:7 15-421-8076

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

Page 58: 1 Merged 2

PEOFr l

P*3-JV+

=lO+d)[r

- i l59ro! :

e*toBeizsg- . ( / ) tuuS?'5(f, ci c?

-Ue,A*+FX.o

S u-r

"Efrb(o

, . uJ

"=F-J [ l

'5Eodx

tioIoa.J: 6 ttl( !

-zJ o- l

a N=

(,iItrN

Page 59: 1 Merged 2

!!isconsin Department of Transportation

Contract Modification

512512006 10:13 AM

FieldManager 4.1a

Contract: 20050913009. USH 51/STH 29 CORRIDOR - WAUSAU

Cont. Mod.Number

I

RevisionNumber

ConL Mod.Date

5t25t2006

Net Change

$4,955.78

Awarded Contract Amount

$5,870,000.00

Route

Contract LocationUSH 51

g

Short DescriptionMoving Field Faci l i t ies

Description of ChangesAdd the following non-standard bid item to this contract:

SPECIAL 12. MOVING FIELD FACILITIES, ITEM SPV.O105

A DescriptionMove existing field facilities, to a location specified by the engineer, in accordance with Section 642 ol the State ofwisconsin, S"tandard Specification for Highway and Structurd Construction, 2003 Edition, Supplemental Specifications, 2004

Edition, the special provisions of this contract, and as hereinafter provided.

B ConstruclionField facilities shall be made ready for use, including all utility conneslions and services, in the new location the same daythat they are removed from the existing location.

C MeasurementThe department wil l measure Moving Field Facil it ies as a single lump sum item acceptably completed.

D PaymentThe department will pay for measured quantities at the contract unit price under the following bid item:ITEM NUMBER DESCRIPTION UNITsPV.0105 SPECIAL 12. Moving Field Facil it ies Lump Sum

payment is full compensation for preparing, moving, and setting up the field facilities; transferring all utilities; relocating the

sanitary facilities; and for fumishing all labbr, tools, equipment, and incidentals necessary to complete the work.

NO ADDITIONAL TIME IS PROVIDED BY THIS CONTRACT MODIFICATION, EXCEPT PARAGRAPH TWO OFSUBSECTION 108.4.2.4 SHALL APPLY.

= Contract: 2005091 3009 Cont. Mod.; 8 Page 1 of 2

Page 60: 1 Merged 2

20050913009 USH 51 / STH 29 Conidor - Wausau'

coNn 3H ),^.iffi:Tfl::"Y:8 1,1 {RT}13?;H:f"1i! roNt{ffi'L:}'?:'::#ff"T,HliT^'ffi?""'.:[::i.Approaches, Local Utility; Marathon County; 1166-07

zi,-stp 2005468; tt66-07- 73, srP 2005469;L166-07-75; USH 5iJAMES PETERSON SONS INC

1. ChangejustifiCation:

Moving Field Office Facilities, is added to relocate the field office to acentralized field trailer lot location for the Wausau Corridor projects. This willimprove the coordination between corridor projects and allow easy access toa centralized WisDOT meeting field office.

2. consequences if this Gontract Modification is not approved:

lf this contract modification is not approved, the field offices will not bemoved to the centralized location to take advantage of the coordinationbenefits.

3. Alternatives considered to accomplish the change:

Do nothing, consequences mentioned above.

4. Justification of Price:

The unit price was negotiated and agreed upon with the prime contractor.This price was compared to WisDOT project 1053-05-70 moving fieldoffice facilities.

5. Design / Materials Input:

Moving Field Office Facilities was discussed with Dan Holloway and MarkSteidl of NCR-WIS.

6. ls there Federal Oversight on this project? yes

a) lf yes, does this Con, Mod. change the 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 received from FHWA on N/A

(Date)By phone N/A By attached e-mail N/A

-t

Page 61: 1 Merged 2

Gontract ifiodtfleafion

-\-trrrrith Drpr|tlsrt cf Trrrrpc'E{on 1r23fr0$6 3:0? P[il

Fhldi4|n.grr S.3bConbrct 200t09.t9008, USH fit/STt{ A$ CGRRTDOR _ W,{U9AU

Axnanded Confrrct Am oerni

ss,870,0ffJ.00

Flat Changc

$43,?89"43Roub5l

Loc*flon

$hort DorcrlpflonFuel Cort Adfu*rnent

Duerlptlon of ehrngorAdd fie fottowing ncn-dendard bld ttem lo fi-rle ccnrract:

SPECIAL 02" FUEL COST ADJUSTMENT, |TEM $PV.OO$S

Ths work under thlg bld ltenr ehell bs In aecord*nce with Additionai $peclel Frovl+ion g, of the gpeclal Frovi*iona for thlscffitrect.

NO ASOITIONAL TIME t$ PROV|OEO BY TF{gS CONTHACT M$SITICATION. EXCEPT FAMGRAPH 2 OF SUESECTION108.T,E.4 $HALL APPI.Y

Nsw tbrnrFtoFoe l{Nl4?-lt, ugH flr$Tn m connttron " fttAU$A{;, crn trr}r rrd?HRu}iANGE ANo ApFRg- onroq-E L&F{E Ts ttALlAnD

Crtcgmrt: 00{0, URBAht ROADWAY t?Hilg

Itcm Csdr Unlt Ut$t Frlc* VnluosPECt\l0?. FuEtc0sTADJU$Ti/lENT

Roaton: bll

sPv.00$5 Ch*ngu 0dcr DCL 43,?89.'130 10s000 843.?8S.43

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

Contrrcft 2005091300q Cont. [tiod,: 3. Rcv. ? Pee€ 1 of2

Page 62: 1 Merged 2

1.

20050913009 USH 51 / STH 29 Corridor _ Wausau,nrH NN Structure Over USH 5l / STH 29: I ISH 51 /CO NTRA iiH zg corridor - wausau, crH NN *,"*ni*!t

"lru )N

Approaches, Oriole Lane to Mallard Lane;USH 51 /STH 29 Corridor - Wausau, CTH NN Interchange andApproaches, Local Utility; Marathon County; 1166_0771, STP 2005468;lt66-07- 73, STp 2005469:lt66-07-75; USH 51JAMES PETERSON SONS INC

Change justification:

The contract includes Additional Special Provisions 5 (ASp 5), which states"Fuel Cost Adjustments will be applied to partial and final payments for workitems categorized in Section B as a payment to the Contractor or a credit tothe Department." categories of work items from section B included.Excavation common, Excavation Marsh, Borrow, and select Bonow.

consequences if this contract Modification is not approved:

The Contractor will not receive a payment and the Department will notreceive a credit as specified in ASP-5.

Alternatives considered to accomplish the change:

Do nothing, consequences mentioned above.

Justification of Price:

Fuel cost adjustments will be calcurated in accordance with ASp-s.

Design / Materials lnput:

None

ls there Federal Oversight on this project? yes

a) lf yes, does this Gon. Mod. change the scope of the project? No

b) lf 6a is yes, or 6 is yes and this Gorr. Mod. is over $50,000:prior approvalwas received from FHWA on N/A

(Date)By phone By attached e-mail N/A

2.

3.

4.

5.

6.

Page 63: 1 Merged 2

l

Contract Modification

Wisconsin Deoartrnent of Transportation

121512006 2:11 PM

FieldManager 4.1a

Contract: 20050913009, USH 51/STH 29 CORRIDOR 'WAUSAU

Gont Mod.Number

18

RevisionNumber

Cont Mod.Date

12t5t2006.

Net Change

$3,073.12

Awarded Gontract Amount

$5,870,000.00

Route51

Contract LocationUSH 51

Short DescriPtionRepair to Parapet

Description of ChangesAdd the following non-standard bid item to this contract:

SPECIAL 20. REPAIR TO PARAPET, ITEM SPV.O105

The work under this item shall be as directed by the engineer and in accordance with the pertinent sections of the Stat'e of

Wisconsin, Department of iransportation, Stanfard Sp-ecifications-for.Highway and Structure Construclion, Edition of 2003'

5u|t1"';Aibpecifications 20da Edition, the Speciai Provisions for this contract, and the structure plan for bridge

B-37-343-

NO ADDITIONALTIME IS PROVIDED BYTHIS CONTRACT MODIFICATION, EXCEPT PARAGRAPH 2 OF SUBSECTION

1O8.4.2.4 SHALL APPLY.

New ltemsproject: 1166-07-71, USH 51/STH 29 CORRTDOR - WAUSAU, CTH NN STRUCTURE OVER USH 51/SrH 29

Gategory: 0010, STRUCTURE 8-37-343

Item Item Gode Unit Unit Price Dollar Value

SPECIAL 20. REPAIR TO PARAPET sPV.0105 Change OrderLS 1.000 3.073.'12000 $3,073.12

Reason: Ml

SubtotalforCategory00l0: $3'073.12

Subtotal for Project t166{7-71: $3'073.12

Contract: 2005091 3009 Cont. Mod.: 18 Page 1 of 2

Page 64: 1 Merged 2

(

1.

CONTRACT MODIFICATION J USTIFICATIONDistrict NCR-WIS

20050913009 USH 51 i STH 29 Corridor - Wausau, CTH NN Structure OverUSH 5l / STH 29; USH 51 / STH 29 Corridor - Wausau, CTH NN Interchangeand Approaches, Oriole Lane to Mallard Lane; USH 5l / STH 29 Corridor -Wausau, CTH NN Interchange and Approaches' Local Utility; MarathonCounty; 1166-07-71, STP 2005468; 1166-07-73, STP 2005469; 1166-07-75; USH5l ; 0.659 Miles; Grading, Base Aggregate Dense, Concrete Pavement, Route andSeal, Asphaltic Pavement, B-37'343, R-37-20, Curb and Gutter, Grouted RiprapHcavy, Storm Sewer, Water Main and Storm Sewer Work, Beam Guard, Razing and

. . Removing Building, Traffic Signals and Lighting, Signing, and Pavement Marking.Unange f USl James Peterson Sons. INC

Repair to Parapet was added to this project to fix the parapet wall at specificlocations. The bottom portion of the parapet cracked and started toseparate from the rest of the parapet. This occurred along the expansionfiller at each wing wall. lt was initially thought that the €use of the crackingwas because the parapet spanned the expansion filler placed between theabutment and the superstructure. During the repair, it was discovered thatthis was not the c€lse. The expansion fittings for the three, two-inch metallicconduits were not properly installed. The fittings were not correctty alignedand the conduit was not allowing movement during expansion andcontraction of the bridge. This is what caused the damage to the parapet atthe expansion filler. In order to prevent this from happening again, additionalexpansion filter, sill seal, and expandable foam was utilized to create therequired separation for the expansion fittings in order to allow the bridge toexpand and contract ProPerlY.

Consequences if this Contract Modification is not approved:

lf this contract modification is not approved, these sections of the parapetwould be a maintenance problem. Also, it would look bad to the public if theparapet was not repaired as noticeable size pieces of concrete would fall offthe bridge in a couple of years of the work being completed. The cost to fixwas split between the Department and the contractor. lf the Departmentwould not pay a portion of the repair cost, the contractor would submit aclaim to be compensated for a portion of the work.

Alternatives considered to accomplish the change:

Do nothing, @nsequences mentioned above.

Justification of Price:

The unit price was negotiated and agreed upon with the prime contractor.The Department agreed to pay for 25o/o of the total repair bill. The totalrepair bill was reviewed and the price is fair and consistent with the BlueBook Rental Rates and labor rates required in Marathon County and foundacceptable by the Project Engineer.

2.

3.

4.

Page 65: 1 Merged 2

Contract Modification

Wisconsin Department of Transportation1 1/1 0/2008 9:03 AM

FieldManager 4.4a

Contract: 20070213046, USH 51/STH29 CORRIDOR - WAUSAU

WW Line Concrete Barrier Wall

Awarded Contract Amount

$27,525,182.83

Net Change

$34,160.97

Cont. Mod.Date

11t10t2008

Route51,29

Gontract: 20070213046 Cont. Mod.: 66, Rev.3 Page 1 of 4

Page 66: 1 Merged 2

florth Gentral Region

CONTRACT MODIFIGATION JUSTIFICATIONDontract Modification No. 66

20070213046 USH5I/STH 29 Corridor - Wausau: STH 29

Westbound, Sherman Street Flyover Bridge; USH 5I/STH 29

Corridor - Wausau, USH 5l/STH 29 Northbound, Mallard

Lane to Sherman Street; USH 51/STH 29 Corridor - Wausau,

Sherman Street, 28th Avenue to 24'n Avenuel USH 5I/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; 1166-09-74 1166-09-76; I 166-09-78;

1166-10-72 NH 2007019; 1 166-1 l-77, NH 2007020; STH 29;

USH 51; Local Road; STH 29; USH 51 ;2.565 Mi les; Grading;

Base Aggregate Densel Concrete Pavement Special; HMA

Pavement; Structures B-37 -344, 346, 348' 352, 355, 356, 357' 359,

360, R-37-21, 5-37-58, 59,60,68,72,73,and 82; Route and Seal ;

Culverl Pipes; Storm Sewer; Concrete Wall Mechanically

Stabilized Earth; Concrete Curb and Gutter; Concrete Sidewalk;

Concrete Barrier; Pipe Underdrain; Steel Plate Beam Guard; Chain

Link Fence; Signing; Pavement Marking; Conduit; Loop Detectors;

Traffic Signals; Lighting; Paining Epoxy System; Concrete

Staining Structures; and Management of Petroleum Contaminated

Material. Zenith Tech, Inc. - Waukesha

Need for Ghanqe:

Original design plans for bridge 8-37-362 showed Pier #1 1 of 8-37-362 overhanging the

shoulders of WB STH 29. A previous contract modification (#39) addressed changes necessary

to the pier to meet vertical clearance requirements, but the pier modifications alone would not

completely solve the problem. A vertical faced concrete barrier that would provide the horizontal

clearance between the pier and any tall vehicles on the roadway was also necessary. Beamguard would not suffice because it is able to deflect upon impact, which creates to potential for a

coll ision between a vehicle and the pier cap.

Consequences if this Contract Modification is not approved:

lf this contract modification is not approved, this section of roadway would be built as shown in

the original design plans. The poteniial would exist for tall vehicles to hit the bottom of the pier

caps.

3. Alternatives considered to accomplish the Modification:

Alternatives that were considered were: A) Reduce shoulder width to 9'. B) Redesign 8-37-362

by changing span lengths and/or revising the ramp profi le. Option A would result in shoulders

that are su-bstandard based on current WisDOT design standards. Option B would result in

additional design and construction fees that would far exceed the cost of the proposed retrofit.

1.

2.

Contract Modification Justificatlon.doc 2t2107

Page 67: 1 Merged 2

fr Gentral Region

Justification of Price:

The unit price was calculated based on time and materials costs incurred by the contractor. Theproject Engineer reviewed the cost breakdown provided by the contractor and determined that

the price is reasonable.

ls there Federal Oversight on this proiect?

Yes. The dollar amount of this contract modification is less than $50,000. However this contractmodification was one of three that were written (#39, #66 & #71) to remedy pier clearanceissues. The total combined dollar amount was over $50,000. FHWA prior approvalwas received.

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

Prior approval was received from FHWA on 10111/,2007(Date)

By phone N/A BY attached e-mail X

I

I

Contract Modification Justification.doc 212107

Page 68: 1 Merged 2

David Layton, p.E.Project Oversight Engineer

WisECT Bureau *f project Development4802 Sheboygan,{venue, Rm. 65ihdadison, Wt 537CI7-7916Phcne. i60g) 26Z-Z94SFax: (608) 262-1862

-----Origina I Message---__From; Holloway, DanielSent: Thursday, September 06,2OO7 5:14 pMTo: Erik Emerson (E-ma,ir); Dreh-er, wiiliam;1]rfa.rg, Fralk; Layton, David; Hardinger, ThomasCc: Bronson, Matthew; Hess,-Jeff; Grasser, Daniel j nolloway,, Oanietsubject: FW: USH 51/srH zg: g-zr-so2 - piers 9 & 11 clearance carcurationsImpoftance: High

There has been a rec51,t disccv*ry pefiaining to th* 8-37-362 { westbound to Fjarthb*und) flyover structui-e. A*you may Know' piers $ through J2 af this strJetur* are currentty u*derconit iuc*on At this gme, B!ers 9 and 10have been completed' and pier 11 is nearly ccmpleted. lt wa* *;":oo*r* ny ul"ual inspecticn that the norunern*.rostcorner of the cap of pier g overhangs tl: -tsyfJ;rlna

puilput cf structure 8-37,355 (srH 2s fastbound ov*r3ff**:: j,rT: ;'#ffJeter

deterry:iiua 1nv ens irrl'*isifunerl *;i ;h; ;*;; pier r x arso cverhangs rhe

We would flke to determine veryso.. . . .what the correct ion shouid

The question at this noint is: ls this an issue thai needs io be addressed sornehow, or can ihe shouiders neafthese plers be left substandard 1u teet, instead of ,ihe o*iig*L;*r0 fd)? ffi ffi;;": analyzed any corr*etrveaetrons at this point' but any type of correctjon yjlja-it # -;;6

$cme'p*ssinrrt,es ln-cruce: Taking doyyn the 3piers already bui l t anc,renu; lc ing t t r* f f ;n o** locat ions, pauring a thieker-parapet on ihe south side of B-gz-3ssfil--3'ifl,; |ot;il,:?iT'-',

an*irearan** ili*--in-r-cil#;;Y';* pier ei and movlng rhe beam guard 1 rcoi in

Please see attaehed pdf from GAs. for a sketch of this eondition

;3on it these overhangs ereate a con*ition that needs to be *orrected, and if

une more nate " " " lf we plan to do anythi,',q yt.h the parapet on 8-37-385, ihat change wourd need to bedecided very soon, since th*t deek is sene*uie* to be poured on Monday septernber i0.

Things to consider:

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

Page 69: 1 Merged 2

i-t

!

uq{JIHt

a

zi

tzutu\ea,

a{

$cc'{

"qbqJ

b

FF

IIUo

t-J:

ld

)

Jd'

N@

noF

E!!EE

€F

E

zo

oN

TF

Fuo

z

&uz io

Y=o sz

t ;a : .

u?e-F!

HFcEeP>--d:4tr

lieps;E;qf "ed

- . ;Xr?6!6.,E; i>6

;05vrs3I

= <^o ;P

_ HH

z )Sl9= fYF: L '.x

-.

/ /&/ . t

a

zoTF

E

;zl

oN

IF

I

l

=I

F

@

zFOU

-EL

Page 70: 1 Merged 2

*{.i-"",,. : : i & '"?. f+. ;@e" i" :

"* " , 'd '

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

Ssntr**t fifi odifi*atis n

I 1Jfi30t$ 1i13 PM

Fi*td&!.ari*S€r d.4s

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

Crn{ idod,il*mbar

f t

Revi$isnl{lrrnber

I

C*nL lt/lad.Dato

I 1/ff3fi$S

Het Ch*nge

sztr,531.X*

A*arded *qntraet AmsunJ

$??,525,1e2.S3

fleute$1:3* , ,C*r*trstt l-ccationU$H F'NiSTF{E

$hort EescrlPticn8-3?-355 Sorrth Farapet Wall Modlfications

,oT-,*ffi'fcr

Page 71: 1 Merged 2

Gontract Modification

r eoa ft ment of TransDortation1211212007 7.50 AM

Field[,4anager 4.2cWiscor

Cont '

GoN

.t: 20070213046, USH 51/STH29 CORRIDOR - WAUSAU

, l4od.rb€ f

: : i Location

, STH29 sr. PRgJFcSho' , ;escr ipt ionB-37- Pier #9 and #11 Retrofits

Des :rt ion of ChangesAdd i rl lowing special provision and attached plan sheets to this contract:

SPEC \ 22.8.37-362 PIER #9 AND #1 1 RETROFITS, ITEM SPV.O105

A. Dt iRlPTION. Original design plans for bridge 8-37-362 showed Pier #9 and Pier #11 of 8-37-362 overhanging theshou , cf i:B and WB STH 29. The two piers had already been built before it was discovered that there was going to beminir clearance issues between the piers and the shoulders of EB and WB STH 29. A vertical saw cut measured 4" infrom ' iop of the pier is to be made, resulting in an aesthetic portion of the pier cap being removed to reduce the overhangand t l,y meeting minimum clearances. The work under this item consists of furnishing and install ing all necessarymate ir;r ' r 'etrofit work to be performed on Piers 9 and 11 of Bridge 8-37-362.

B. M; : i l iALS. Furnish Type A-FA concrete and high strength reinforcing steel conforming to the requirements of Sections501, , : and 505 of the State of Wisconsin Department of Transportation Standard Specifications for Highway andStruc Construction 2003 Edition, the Supplemental Specifications 2006 Edition, and the Special Provisions for thiscontr

C. Mr : OD OF MEASUREMENT. The department wil l measure 8-37-362 Pier #9 and #1 1 Retrofits as a single lump sumunit, rletod and accepted.

D. B, UI iJAYMENT.ITEIV i , IBER DESCRIPTION UNITSPV, :J SPECIAL 22. 8-37-362 PIER #9 AND #11 RETROFITS LS

Payn is full compensation for sawing, removal, and disposal of portions of the concrete cap to be removed; providingconc, , including forms, placing, curing, and protecting; providing, transporting, and placing all steel reinforcementinch-i . sult;rorts; coating cut reinforcing bars with epoxy; and for all labor, tools, equipment, and incidentals necessary tocomi tire worK.

NO , I i I ' ] i IAL TIME IS PROVIDED BY THIS CONTRACT MODIFICATION, EXCEPT PARAGRAPH 2 OF SUBSECTION108.. SI ]ALL APPLY.

Co"1

Net Change

$19,000.00

Awarded Contract Amount

$27,525,182.83

20|70213046 Gont. Mod.: 39

Page 72: 1 Merged 2

tlbb-0?-7F.**.13;+S*'!

- ! - i &, " i - t r"'lr)ffi;'n'e

;;;" f '

\rdiscsnsin De$r*rne*t af Trailiparta*oB

e antraet lldodifi*ation

1*,7i?0*S 8r?* Shl

F1€ld,Maileg6{ 4.4ts

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

Cont.ltlsd.lilumber

t t

RevisionNumb*r

SanL illod.Datr

10r7&s08

Net Change

$10.883.33

Awarded C *ntra ct Am gurrt

$??,525,182.83Routs51,29

Cpntrast LocationusH sft$Tfizg

$hort DesnriptionCon*rete parcment for 6herma:n Rafftp patch and for trafiic csunt€r

CCNST PROJECTFILE COPY

Gontrs*t 209702i'3A46 CanL Msd.: 53 Pag€ I c'ri

Page 73: 1 Merged 2

€nlr€l ilegien

,CH?RA*T MGnl FICATI*f'I J USTI Fl*4fi Gile*ntraet Modil!*aticn Nc" 53

lg*?fi?|**46 LJSI{SI/STH ?9 frirridor * W*ss*nr STH :9W*stbound, Fhrrsn*n Streei Flloler Bridge; LISH 5|/'STH 39C*rrid*r * W**s*u, USH 5t/5Tl* ?9 liarthhcund, Malt*rdL*ne tn Sh*rrlsr Stre*t; I"JSH 5l/$TH 29 C*rridrrr* W*usas.$h*rman Strs*t* *Stb n{r'erru* to 3{e &ven*s; XSH 5l/$TH 29Cclrridsr*}v**i lf lsn'f iTH 53 t* I;$1151; tlSE SllsTli 2*Csrridqr* W*u$an" USH 5i li'iorthb{}ur}{l. Shermx* $trert t$STH 5?;Maratl ia:r t**:rg; I i66-CIt-?41 l166-ft9-?6t |166"09-?8r* lS6-1fi-?2 i{H ?*&?*lqr I ISS-l l-7?. N}"tr ?f}0101{l; STH lq;LISF1 5l: |.,**al Read: STH l*: tiSl"{ 5l; f .5S5 totil*s; Gre,Jing;Eare ,4ggr*gat* []*nsrl; f*ncrel* Fav**re*t 5p**ia1; l-iil.{,4Pavern*nf; *ruenrres B--17-i.1J. j4S. i48. -l"i l .:55, :5S. :57,;5S.36*. R--t7-31. $-l?-58- ;{9. Sf. 6*" 1?..73- *nd ,!f ; R,silt* ft ird Seat;Culvert Pipes: St*rrn Srrr*r: Llnnercte lVall blnrhrnieally$tabilized Earfh: {cncr*tr Curb snd fiunsr; {nilcr*te Sidewalk;C*nsrel* Barrier: Fipr Und*rdrnin; $trel Plare Sv*nr *ir*r'd; CksinLick fen*e: Siging; Far.er:renl $.ltrking; {**duit: Loop Detecrrrrs:Trsfii* Sigrrals: Ligl:t i ng: Faining Epnry .$5srem l C onc rcteStaining Str*et*res; and Managenr*nt *f Pefi-oleum C*ntaminatedfulateriai. 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 1-77 b*t we$ inadverter:tly miss*d wh*nth* rnnstn",*tiorN s*hedill# was accelsrat€d. Froject staff consider*d mfiving the w,ork fc a*lrpfCIffiing prnj*ct ithe "Brown Pro.;ect"), but the focation of the count€r wfrilld have ts *hsng*.The decision was rrade to ask the contractor install the traffic caunter at the CIriginal location*slled *ut in the plans. The work c*vensd in this €entrgct modifi*atisn is the remcva! erldreplaeernerlt cf concreta pavement neeessary to inrtallthe traffie ecunter conduit.

B. A number of parl*ls cf c*nerete on the A ran"lp lvsrfi originelly p*{Jr*d with what appsfrrsd tobe skew*d jotnt*. Skewed jcint* ar* rtn: efc#ptabl* be*axse the d*wel bars in lhe p*v*menlilFed to be perpendi*ular to the directlon CIf travsl in srder f*r the pavem*nl t* fun*t!*nFrsperiy. The sawed jcints were sut of tsl*ran*e far allawable skew, but there !?*$ ns way tstell whether the dowel bars therncelves were ales skewed without reff*viftg th* panel* cfsoncrste pavement. Pro.yect staff requested the r€rfi*val sftd replscem*nt sf the panels in* ' raa{ i^^r{u$F*ulr undar *n agre*ffil*nt wilh the cnntra*tor that that the pavi*g eubcontrnqt*r and th€il*T w*uld Fafih pay fcr S*% sf thc wfirk.

2. S+Fs*ail*u&ee if !t*!l C*ttI**t FJiodificatiq*,-ig,,n*,t a*Sr*vsd:

* lf tfiis t*ntru*t m*dification is nst &ppr*ved, the csntraetor wCIuld ilot have the bid itern* requir*dto complete the work and would submit a clairn to be compensated for it. This work wasrequested by prajert staff.

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

Page 74: 1 Merged 2

\t{it aZ" 15

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

{ kis4,eq'":,,rif

Vvls€ofi $1il Departm€rn ot Transporlatjon1/28/2011 9:10AM

FieldManager 4-74

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

Cont. Mod.Number

ID

RevisionNumber

Cont. lflod.Date

1t2U2411

Nct Change

$60,284.48

Awardad Contract Amount

$25,260,653.29

IRoutelsr, srContract LocatlonLOCAL ST, USH 51 CONST PFIO.rtrr$hort DescriptionSherman Sireet and B Ramp pavemeilt removal and replacement

Description of GhangesAdd the lollowing Special Provision to this contract:

ffl_E coPy#ft6*t l-?s-

SPECIAL 45. REMOVE ANO REPLACE SHERMAN ST. & B RAMP PAVEMENT, ITEM SPV.O1O5

A. DESCRIPTION.This special provision clescribes removal of existing crscked panels of concrele pavernent and constructing replacemenlconcret€ pavement on westbound Sherman Street and on the on ramp fiom $herman Streel to SB USH 51.

B. MATERIALS-Materials shall comply with Section 415.2 of the Standard Specifications.

C, CONSTRUCTION.Remove and dispose of the damaged panels of concrele pavement within lhe removal limiis designated by ihe Engineer.Construclion of nsw concrete pavement shall be in accordance with the requirements of Section 415,3 of the StandardSpeci{ication6,

D METHOD OF MEASUREMENT.Th€ departmenl will measure Remove and Replace Sherman St, and B Ramp Pavement as a single lump sum unit,completed and accepted.

E. BASIS OF PAYMENT.ITEM NUMBER DESCRIPTION UNITSPV.O1Os SPECIAL 45. REMOVE AND REPLACE SHERMAN ST, & B RAMP PAVEMENT LS

Payrnent is lull compensation for removing and disposing of the existing concrete pavement; for preparing the foundation ifnecessaryi for furnishing, hauling, preparing, placing, curing and protecting the concrete; for jointing and joint materials,dowels and tie bars: for moasuring opening strength including fabricating and testing cylindersl and for all labor, tools,equipmen{ and ificidenta's necessary to complele the work.

NO ADDITIONAL TIME 1S PROVIDED BY THIS CONTRACT MODIFICATION. EXCEPT PARAGRAPH 2 OF SUBSECTION1A8.4,2,4 SHALL APPLY.

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

, . ' \1." \ ' , ' i t r

) - ' , '- ' - \ i''-'-/ \\u*Contract; 2008061 003 1 Cont, Mod.; 75

Page 75: 1 Merged 2
Page 76: 1 Merged 2

.n{'-"zt'n "',,

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

Wiscon6in Oeparlmonl ol Transporlalion

Contract ijl od ifi cati o n

112612011 9:104M

FieldManager 4.7a

New ltemsProject; 1160-lt-?5, USH 5ltSTH 29 CORRIDOR - IIIAUSAU

Category: 0010, ROADWAY ITEM$

Item DescrlDtlon ltam Code Prop.Ln. ltemType Unlt Propos€d Qty, Unit Prica DollarValue

SPECIAL 45. REMoVE AND REPTACE SPV.0105 7530 Change Ordet LSSHERI'AN ST. & B RAMP PAVEMENT

Reason: PC

|.000 €0,284.48000 $60.284.48

Subtotal for Category 0010: _ $60,284.48

Subtotat for Prorect 1168-11-75r $60,284.48

Prepared By ,/

fr^'/ffil't 7/zs/trq'[-H", z f z';i tt-(s.;;6--

(Date) /<So."Ir'!l_\ (Date)

Recomrnended By

(Signature) (Date)

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

_Approved _Nol Eligible

See Letter Dated (Signature) (Date)

Contract: 20080610031 Cont. Mod.; 75 Page ? of 2

Page 77: 1 Merged 2

Wisconsi n Department of TransportationCONTRACT MODIFICATION JUSTI FICATION

lD: 20080610031 CONTRACT MODIFICATION NO: 75

I PROJECT lD: 1166-11-76 FEDERAL lD: NH 2008 355

HIGHWAY OR LOCAL ROAD: USH 51 GOUNTY: Marathon

PROJECT DESCRIPTION: USH 51/STH 29 Corridor

IVIANAGINc OFFICE: NCR-WIS LOCAL PROGRAM: flFRIOR APPROVAL REQUIRED: ffi yes

lf yes, attach to justification form.

NO

1. Descript iop & need for change:Severe cracking of several panels of concrete pavement on the B Ramp (Sherman Street to SB USH 5'ton ramp) and on Sherman Street was discovered. The pavement in these two locations was originallyconstructed 2-3 years ago under prior contracts, so cracking this severe would not normally beexpected for a pavement of this age.

For the B Ramp pavement, there is no known reason for the cracking, but project staff have twopossible theories as to the cause. Traffic had run on this ramp for several years before the crackingappeared, so there may have been slight base or subgrade issues when it was constructed that didn'tappear right away. Another possible cause may have been that the slabs were damaged byconstruction equipment crossing the slab at some point, but this type of traffic was never observedby project staff, so it can't be proven.

For the Sherman Street pavement, there was an unusual point of frost heave that occurred in themiddle of the westbound lanes during the winter of 200912010. This caused a series of cracksradiating out from that point. We are not sure why there was just this point location that became aproblem, as the cross section through this area was constructed with geogrid, 12 inches of BaseAggregate Dense 3 inch, 6 inches of Base Aggregate Dense 1-!tinch, and 9 inches of ConcretePavement. lt was designed with this extra structure because soil borings taken for design revealedthat there were random pockets of bad material. tn the problem location it is possible that there wasbad materialjust below the subgrade excavation that did not appear to be a problem at the time ofconstruction, and geogrid and base aggregates were placed on what appeared to be a fairlyconsistent subgrade. Project staff think there may have been a pocket in the subgrade that heldrnoisture more than the surrounding material, causing it to freeze and heave in the winter. Anotherconsideration is the fact that it is known this area was once a marsh that was fil led in withmiscellaneous landfill waste, so it is not surprising that there are inconsistencies that did not show upat the time of construction.Project staff discussed the issues with region staff and determined the pavement in both locationsshould be removed and replaced.Consequences if this Contract Modification is not approved:lf this contract modification is not approved, the cracked pavement would remain in place. The crackswould allow water to get in and under the pavement and freeze-thaw cycles would continue todeteriorate the pavement at an accelerated rate.Alternatives considered:Do nothing. See conseguences above.

Estimated cost:$60,000

t" in=tiftcation of price:The contractor provided detailed records of the labor, equipment and materials used to complete thework in accordance with the force account methodology detailed in Section 109.4.5 of the StandardSpecifications. The costs were reviewed by the Project Engineer and were determined to bereasonable.

r lr i ractModif icat ionJusti f i cat ion.docx Revised 1l28l2}1O

Page 78: 1 Merged 2

Stluctur- : r l Engi teers : rnd Coutr-actors

October 29'",2010

REI EngineeringAttn: Eric Johnson4080 North 20'h Ave.Wausau, WI 54401

State Project #: 1166-09-77 & 79, 6999-09-73 , 1166-11-7 5 , 76 & 79Fed. Project #: STP 2008 353 & NH 2008 354USH 5I/STH 29 Conidor - WausauZTIJob #:503510

RE: Extra Work - Remove and Replace Sherman St. and 'B' Ramp Pavement

Eric,

Attached please find Force Account records for the additional work that was done to replace portions ofconcrete pavement on Sherman Street and on the 'B' Ramp. Please review this information and issue acontract modification for my signature to add this item of work to the contract. If you need any additionalinformation or have any questions, please contact me at (715) 241-6760.

Sincerelv.

kd eh/4tuffs?44'4Joel ChristophersonProject Manager

An I:qual Opportunit:1' Entploysl

P.O. Eor 1C28Nh \1 l ia. l i Bl i iernorrnr l Road\i"aukesha, WI 5i 1 87 -1A28Ofl lcr : -"1-514-1800Far: ?62-524-184*

700 Eagle Nest Elvcl.Suite CMosinee, WI 54435Olfi ce : 7 1, 5 -241 - 62ci{}Fax: 715-241-*.+l*

Page 79: 1 Merged 2

---/aYn

| 0 S J * 06,7 b contract Modification

Wisconsin Department of Transportation 1 0/1 3/2006 1 :23 PM

FieldManager 4.1a

contract: 20050712015. usH 51/srH 29 coRRtDoR-wAUsAU, Fox GLovE RD - LtLy LCont. Mod.

Number

11

RevisionNumber

Cont. Mod.Date

10t27t2006

Net Change

$39,025.66

,Awarded Contract Amount

$18,638,492,68Route29,51

Gontract LocationSTH 29, USH 51

Short DescriptionMITIGATION SITE'D' DITCHING TO THE WISCONSIN RIVER

v

\y

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

Page 80: 1 Merged 2

Krizenesky, Thomas [[email protected]. us]Friday, September 29,2006 10:37 AMGreg Graf (E-mail)FW: Con Mod.

o:Subject:

Greg,

We wi l - I have to get f rom Bruce the plansthe contract mod going, but depending onl_ l r rnrr nl . r

:nr l f i arrro nrr ' l -

1- l ra f imina nF

whcrc fn nrr t fhg

+.1 ^ . ,^ , . *^- , L^=-^LfD yvu ILLAy r ldvg

dir t . T wi l l netfn nrreh i l -

U

- - - - -Or i a i ne I Moqqacc-----

From: Steidl , MarkSent: Fr iday, September 29,Tn. EJaq< ,Taf f

I d. Kf 1 Tdnad v\7 I h^ha c . \mf r hl ! ! 4 !vrrvUJ:J /

Qrr ' l . r i anl- . / -nn MaAvqvjUvL

16 AM

- DTD4; Prusak, Russel- l -

construct the structure approachoutfal l - . f rm thinking we can

f rnm E'-Taah :nr l ,Ti m Maf. : r l -hrr

detai ]s to include in the con mod.

2006

T^^^+

This is advance not ice of an up coming con-mod forintornh:nno nrniggl .

the STH 29 east

We wif f be draf t ing a con mod to construct the outfal l - f rom thewet land to the Wisconsin River. The cost is expected to be somewhere around $50r000.

This outfal- l - is a necessary element in the wet land design and wastentat ively approved by the Corp and DNR. f t was or ig inal ly in theplan but was removed when i t was determined that i t would be best i fMarathon Countv constructed the outfal l - s ince thev neeclecl f i 1 1 mater ia l for theacl i a r :enJ- l - r i r :vr : l p hr i Ana annrnr nl-r . SinCe that t ime hOwever MarathOn CO .I ef the hr i c loe i ^L -*r i | ^^*^ i n warz n\ztrr . Th^. , -^_ ^^+^^ *L.^ bide )vpt 41ru rL udl l iy r r rey TeJCULeU LtIe

and are now in the process of making modif icat ions to their p lan wi ththe intent to re- l -et i t . Since i t is not c l -ear when, or j - f , th isproject wi l - l - ever happen, in order to complete our wetfand si te, wewi l l need to construct the outfaf l as or ig inal ly intended.

Marathon County has asked i f we canwith the excavated mater ia l f rom theprobably make this work.

Tom, please work wi th Bruce Gerl_andf rom S1_r:nd- fn Obtain l f tg nggggs:rrzurrv l rveeapq!t ,

v

Page 81: 1 Merged 2

/ la u-o?-?7

"*fff*\{ L&{F%.J;#-s

l$iscon$o kpartment |' Tnnsporbthr!

Csntract Modification

tfi/':l$&$*S 1113 Fi.t

FicHil,lsflags{ *.Ss

Gsntrar* g0f8stlfi*3{, t sH $tIs?H Es csRnmsffi - }lf*u$AU & srFwART AvF, ctry

*ei* illod,t**mber

3$

fit*visiollldunrber

$snl td*d"Satu

1*l1SIzSss

l*Bt Gh.fig6

$1s.247,10

Awaded CantructAmss*i

. $2S,3S*,S53.2ARreatsET.SlC*nkartl*#caH*nLOCAL$T, U$H S1

r"NNqT PROJECT*he*ile*erlpli*nTraff s **ntral Ve*iesl Fa**tn FILE COPY

Contrach 20080€10S31

Page 82: 1 Merged 2

1.

i{orth Gentral Region

CONTRACT MODIFICATION JUSTIFICATIONContract Modification No. 35

20080610031 USH 51/STH 29 Corridor'Wausau, Stewart Avenue, 26th Avenue - 24th Avenue; USH 51/STH29 Corridor'Wausau, 28th Avenue, Sherman Street - Stewart Avenuel USH 51/STH 29 Corridor Wausau,STH 29 West System Ramp WA; USH 51/STH 29 Corridor'Wausau, USH 51 Northbound; USH SliSTH 29Corridor Wausau, STH 52 Off-Ramp from USH 51 NB; Stewart Avenue, 32nd Avenue - 26th AvenueqMarathon County; 1166-09-77, STP2008353; 1166-09-79; 1166-ll-75, NH 2008354; l l66-11-76, NH 2008355;1166-11-79, NH 2008356; 6999-09-73, STP 2008363; Local Street;Local Street;USH 51;USH 51;USH 51;LocalStreet;2.452 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, R-37-28,R-37-42,R-37-43, 5-37-61, S-37-71, Borrow, Backfill Granular, Base Aggregate, Select Crushed Material,Concrete Pavement, Pavement Markings, Construction Staking, Culvert Pipe, Storm Sewer, Concrete Curb,Concrete Curb and Gutter, Concrete Sidewalk, 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, Temporary Crash Cushion, Management of Contaminated Material, High Tension CableGuard, Concrete Barrier, Anti-Skid Treatment, and Management of Solid Waste. Zenith Tech., Inc. - Waukesha

Need for Ghanqe:

There are numerous areas where lane edges are currently delineated by traffic control drums(crossovers that are not currently active, lanes that are not in use, etc.). The drums need to beremoved prior to winter because they tend to become dislodged by snowplows, creating anunsafe condition if proper lane delineation is not in place. Vertical panels are more commonlyused for lane delineation during the winter because they are bolted into the pavement and alsohave a reactive spring mechanism that allows them to return to a vertical position if they are hit bya vehicle.

Consequences if this Contract Modification is not approved:

The traffic control drums would be left in place over the winter. Maintenance of the drums duringthe winter will be difficult and safety of motorists could be compromised.

Alternatives considered to accomplish the Modification:

Traffic control drums could be left in place over the winter; see consequences above.

Justification of Price:

The unit prices were negotiated and agreed upon with the prime contractor. The unit prices werecomparable to similar work on other WisDOT projects and found to be acceptable by the ProjectEngineer.

ls there Federal Oversiqht on this proiect?

2,

3.

4.

5.

Contract Modification Justification.doc 2t2t07