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.