Loading...
Signed Contract_WPCP Mofifications _Miron Construction Change Order No. 3Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Steve Sampson Brown, Project Manager SUBJECT: Waste Water Pollution Control Plant Modifications Miron Construction Co., Inc. - Change Order No. 3 DATE: January 18, 2011 Attached is Change Order No. 3 of the June 30, 2010 agreement between Miron Construction, Inc. and the City for the Water Pollution Control Plant (WPCP) Modifications Project. ACTION TO BE TAKEN The execution of Change Order No. 3 of the Miron Construction, Inc. contract is requested. cc: Barry Lindahl, City Attorney Jenny Larson, Budget Director Jonathan Brown, Water Pollution Control Plant Manager Gus Psihoyos, City Engineer Attachs. Dubuque AII- AmericaCIty 1 III 1► 2007 The attached Change Order No. 3, reflecting a deduction of $171,409, is considered necessary as part of the normal construction activity and was reviewed at the last Monthly WPCP Update Meeting in your office on December 27, 2010. STRAND ASSOCIATES, INC* E N G I N E E R S 910 West Wingra Drive Madison, WI 53715 Phone: 608- 251 -4843 Fax: 608-251-8655 Office Locations Madison, WI Joliet, IL Louisville, KY Lexington, KY Mobile, AL Columbus, IN Columbus, OH Indianapolis, IN Milwaukee, WI Cincinnati, OH Phoenix, AZ www.strand.com December 17, 2010 CHANGE ORDER NO. 3 PROJECT: Water Pollution Control Plant Modifications OWNER: City of Dubuque CONTRACT: 1 -2010 CONTRACTOR: Miron Construction Co., Inc. Description of Change 3a Accept Cummins Design Build Equipment DEDUCT ($112,295) Alternative including all items described in attached Cost Proposal Request (CPR) No. 1 and Work Change Directive No. 4. 3b Provide all buried ductile iron pipe in accordance DEDUCT ($45,175.54) with attached CPR item 002 -02 and Work Change Directive No. 3. 3c Accept Miron Project web site instead of DEDUCT ($10,000) Submittal Exchange in accordance with attached Work Change Directive No. 2. The Miron Project web site will be used to electronically transmit shop drawings. 3d Provide insulation on exterior digester tank walls ADD $26,473.33 in accordance with attached CPR item 003 -01 and Work Change Directive No. 6. 3e Provide insulation on parapet walls of ADD $464.51 Maintenance Building in accordance with attached CPR item 003 -04 and Work Change Directive No. 6. 3f Provide overhead door /sill concrete apron in ADD $0 accordance with attached Drawing 99- AS5.02 and Work Change Directive No. 6. 3g Accept Ozonia North America UV Disinfection DEDUCT ($28,000) Equipment Bid Alternative in accordance with attached Work Change Directive No. 1. Includes cost for engineering changes to accommodate the Ozonia UV Disinfection Equipment. Includes electrical work described in Work Change Directive No. 9. 3h Provide buried ductile iron potable water piping ADD $6,084 as Special Thickness Class 52 in accordance with attached CPR item 004 -01 and Work Change Directive No. 6. 3i Provide nitrile gaskets on potable water piping ADD $1,017 within 200 feet of fuel oil tank in accordance with attached CPR item 006 -1 and Work Change Directive No. 8. STRAND ASSOCIATES. INC.' E N G I N E E R S City of Dubuque -Miron Construction Co., Inc. Contract 1 -2010, Change Order No. 3 Page 2 December 17, 2010 3j Delete specified open mesh polypropylene fence DEDUCT ($99) screen and replace with PVC- coated chain link fence fabric on west property line in accordance with attached CPR item 005 -01 and Contractor proposal. Powder coat posts and accessories in accordance with Ameristar Permacoat PC -40 fence pipe specifications on west property line. 3k Change the first sentence of specification Section DEDUCT ($3,756) 03200 — Concrete Reinforcement, Part 3- Execution, 3.02 Installation, B. Placing Reinforcing, Paragraph 6 from "Bars shall be securely tied at all intersections except where spacing is less than 1 foot in each direction when alternate intersections shall be tied." to "Install rebar so that it is sufficiently tied so as to prevent movement of the reinforcement during concrete placement." See attached e -mail dated October 25, 2010. 31 Encase existing 18 -inch drain pipe encountered ADD $2,821 beneath Transformer Containment Structure 96 in concrete to protect pipe in accordance with attached CPR item 008 -1 and Contractor proposal. 3m Provide two elbows and vertical piping as ADD $2,162 required between the horizontal 8 -inch DSL to connect the piping between Digester No. 1 and Digester No. 4. 3n The precast manufacturer may use galvanized DEDUCT ($11,105) steel material in lieu of stainless steel for the Maintenance Building (Structure 90). Contractor shall cold galvanize welds in the field. Exposed galvanized material shall be painted in the field in accordance with specifications. The attached e- mail dated November 22, 2010, documents the credit. 3o Provide modifications to the Contract Drawings ADD $0 as shown on the attached drawings 70- ASM1.03, 70- ASM3.06, 70- ASM3.03, 75- ASM1.03, 75- ASM1.06, 75- ASM3.09, 75- ASM5.01, and 75- P1.01. TOTAL VALUE OF THIS CHANGE ORDER: DEDUCT ($171,409) GWT:alp\S:\MAD \1100 - -I 19911154 \023 \Wrd \Change Orders \CO 3.docx Sa. STRAND ASSOCIATES. INC.. E N G I N E E R S City of Dubuque -Miron Construction Co., Inc. Contract 1 -2010, Change Order No. 3 Page 3 December 17, 2010 Contract Price Adjustment Original Contract Price $49,750,000 Previous Change Order Adjustments $1,043,012 Adjustment in Contract Price this Change Order ($171,409) Current Contract Price including this Change Order $50,621,603 Contract Completion Date Adjustment Original Contract Completion Date August 31, 2013 Contract Completion Date Adjustments due to previous Change Orders None Contract Completion Date Adjustments due to this Change Order None Current Contract Completion Date including all Change Orders August 31, 2013 This document shall become a supplement to the Contract and all provisions will apply hereto. ````®� e s sim RECOMMENDED � 0 • c • RANDALL A. ' " Wi WIRTZ 1 {gB lNEER — Strand Associates, • ▪ 0 15137 ' .: •. • : A 'ROV CONT' ° C •R —Miron Construc/`on Co., Inc. Date DAVID G ' OSS JR., PRESIDENT APPROVED GWT:aip \S:\MAD \1100 - -1199 \1154 \023 \Wrd \Change Orders \CO 3.docx 1Z/17 Uo Date i/« AV:36/0 OWNER —City of ubuque D e ea7rRAN Work Change Di I Diroct�eN��: U4 �ontnaC� Owner: City Contractor: Miron Construction Co., Inc. Description of Work Accept Cummins Design Build Equipment Alternative includi all items described in attached Cost Proposal Request No. 1 which is dated July 22, 2010. Total $112.29500 �U Remarks: This Work Change Directive shaU result iri no change to project project cluration and is not subject to Supplemental Unit Price Requested by: Strand Associates, Inc. Recommended by: (Engineer) Accepted by: ' - `�~- Approved bv: Date: Cost Deduction $112.295.00 Change in Contract Price by ---' n Unit Price IN Lump Sum • 1-2010 By: GVV1 9/20/10 9/20/10 Date 9/20/10 Date �} Date � / Date —THIS FORM /S NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER-- [ a Cost Addition No. 001 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution Affecting the Specifications COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 July 22, 2010 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Please submit an itemized quotation for changes in the Contract Price and/or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. 001 -01 To match the requirements of the proposed Cummins Power Design -Build equipment alternative, change the low voltage switchgear fault current rating from 200,000 AIC to 100,000 AIC in specification section 16340 -2.02 paragraphs B and C. In specification section 16340 -2.02 paragraph D change the interrupting capacity from 200,000 AIC to 100,000 AIC and the 30 -cycle short -time withstand rating from 200,000 AIC to 85,000 AIC. Provide a credit to change the circuit breaker provided in SES -45 -01 used to power MCC -45 from a current limiting circuit breaker to a standard circuit breaker. This was originally described in specification section 16340 -2.06 paragraph B. Initials \S :WAD \I I00 - -I 199 \1154 \023 \Wrd \Cost Proposal Requests \CPR.OI.docx Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. STRAND ASSOCIATES, iNC. 3a COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 2 July 22, 2010 Affecting the Drawings a 1 Drawings 45 -D1.01 (Sheet 110) and 45-ASM1.01 (Sheet 113) 001 -02 Remove existing frame for door 4503B and enlarge opening to provide two 2' -8" x 7' doors into Control Room 4503. Provide new opening and type L -7 lintel above new double door 4503B. Provide bull nose block at door jambs and tooth into existing masonry. Grout masonry full 16" each side of opening under lintel to floor. Double doors shall be hollow metal with narrow glass. Active swing shall be right hand reverse and inactive swing shall be left hand reverse. Frame shall be hollow metal type 2. Door shall have fire rating of class B. Active hardware shall be group 7 and inactive hardware shall be group 3. Replace door holder Glynn Johnson 81 with Door Closer 1461 non -hold open for inactive door only. Gelcoat hollow metal frame per specifications for fire rated door. Prep, prime and paint lintel and doors as specified. Install door so that south edge of frame is 8- inches north of existing concrete column. Remove and reinstall existing fire extinguisher. Coordinate fire extinguisher location with Owner. Proposal shall include itemized credit for door 4503B and frame originally included with the Lump Sum Base Bid. Drawing 45 -E1.01 (Sheet 118) 001 -03 To match the requirements of the proposed Cummins Power Design -Build equipment alternative, the Control Room 4503 equipment layout will need to be revised. SES -45 -01 dimensions should change from 176 inches in length by 84 inches in width to 186 inches in length by 72 inches in width. The orientation of SES -45 -01 should be changed such that the front of the equipment is facing west. SES -45 -01 should shift approximately 27 inches to the east. The paralleling control cabinet dimensions should be changed from 34 inches in length by 20 inches in depth to 60 inches in length by 30 inches in depth. This cabinet should be relocated to the north end of MCC -45B and PP -45 -01 should be relocated to the original location of the paralleling control cabinet. Panel PP -45 -02 and the remaining electrical equipment located on the west wall of Control Room 4503 should shift north to make room for the paralleling control cabinet. The revised Control Room 4503 layout is shown on Drawing CRP01.1 attached to this cost proposal request. Initials \$:\MAD \I 100 - -I 199 \I 154 \023 \Wrd\Cost Proposal Requests \CPRAL.docx SEIM STRAND ASSOCIATES, INC. N N = = ' -. COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 3 July 22, 2010 Drawing 99 -E6.O2 (Sheet 401) 001 -04 To match the requirements of the proposed Cummins Power Design -Build equipment alternative, change both tie circuit breaker ratings in SES -45 -01 from 5000 amp 3 pole to 3000 amp 3 pole. Initials \S:W1AD \1100 -- 1199 \l 154 \023 \Wrd \Cost Proposal Requests \CPR.O1_docx SEL STRAND ASSOCIATES. i NC.