Loading...
Signed Contracts_WPC Plant Miron Change Orders No. 8 & 9THE CITY OF DUB 1111111111 II 1111 h 111011111 I 1 11111i III ACTION TO BE TAKEN I III HI ,1111,1 Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Steve Sampson Brown, Project Manager SUBJECT: Water Pollution Control Plant Modifications Miron Construction Co., Inc. — Change Orders No. 8 & 9 DATE: August 3, 2011 cc: Jenny Larson, Budget Director Jonathan Brown, Water Pollution Control Plant Manager Gus Psihoyos, City Engineer Attachs. Page 1 of 1 Dubuque 2007 Attached are Change Orders No. 8 & 9 for the June 30, 2010 agreement between Miron Construction, Inc. and the City for the Water Pollution Control Plant (WPCP) Modifications Project. Change Order No. 8 reflects a $1,132 net contract decrease for various modifications necessary to accomplish installation of heavy industrial equipment resulting from unforeseen conditions, piping conflicts and recommended changes submitted by equipment manufacturers. Change Order No. 9 in the amount of $208,512 is for repair worked related to wind damaged on July 11, 2011 that caused the collapse of the reinforcing steel mats at Digesters No. 1 and No. 3. The general conditions of the contract require the repair work to be handled as a change order. This change order work will be paid for by reimbursement from the City's Builders Risk insurance policy. The execution of Change Orders No. 8 and 9 of the Miron Construction, Inc. contract is requested. 01)1340 A 0111 , 1:1t1111"111 k y ����� ��� mm�L A, A� A July 2U,2O|l CHANGE ORDER NO. 8 PROJECT: Water Pollutiou Control Plant Modifications OWNER: City of Dubuque CONTRACT: 1'2010 CONTRACTOR: Miron Construction Co., Inc. xx' v*/,p `rvl /` ) Descz'iption of Change 8a Provide PVC diain piping from the grit washers instead of DEDUCT ($ 026) ductile iron as originally describcd in CPR 21 issued on January 27, 2011, and as modified and shown in Miron Shop Drawing Submittal No. 351-1. 8b Provide IIVAC modifications at UV Building (Structure DEDUCT ($ 5,189) 62) according to CPR 25 issued on February 15, 2011. 8c |nO|| concrete around M|>{'70'08 in the Digester Building AD[) $ 1,855 according to CPR 27 issued oo March 9,20]|. 8d Provide oen\,utcd,uin and polymer suction piping revisions ADD $ 4,704 accord ing to equipment nianu ractii'er recommendations according io CPR 3l issued on April B Drain piping shall be as shown in drawings prepared by J.F. Ahern attached to this Change Order. 8e Delete the 3 inch vent in Chemical Room 4502 as described DEDUCT ($ 730) inR[{]|3 response dated February |7,2O|l. 8f Provide a soffit above the south end of Passageway 7527 as ADD $ 889 described inRPi)77 response dated April 26,2Ol|. 8g Demolish existing concrete pads inside 1-IPO Control ADD $10,983 Building (Structure 45). 8h Demolish existing concrete blower pad to install ADD $ 3,359 underground food residuals piping adjacent to the Solids Processing Buildirig (Structure 75). 8i Provide sack finish (Finish A) as specified in Section 03300 ADD 0 for the inset area of the exterior southeast wall at the Administration Building instead of form liners. 8j At the Sercening Building, provide a new irisulatecl hollow ADD $ 1,393 metal door with narrow glass for Door 1004/\ with hardware group 1 (which includes lockset 10G05, door closer with hold open function, weatherstripping/thresholcl, and hutt/kickp|Nos)hn accordance with specification Section 087|0.{othe existing Chlorinator Room 1 15 111 tlic Screening Building, salvage the existing door and give to Owner. 8k Provide niodifications to tlie generator exliaust pipes and ADD $44,708 paint each generator exhaust stack on the builcling exierior at fIPO Control Building (Structure 45) according to CPR items Ol6'Ol and 0l6-02 issued wn December |4,20|0. |o'{L ` ,d/ m | Y\,10(:,'n1`in varym*ntny,'x.onm ICAN ' City of Dubuque—Miron Construction Co., Inc. Contract 1-2010, Change Order No. 8 Page 2 July 20, 2011 81 Provide modifications to various gates according to CPR 14 DEDUCT ($36,062) issued on March 7, 20 I 1 except for CPR items 014-04 and 014-05. This includes cost of $23,938 for gate modifications minus the slide gate and sluice gate allowances totaling $60,000. 8m Eliminate bypass pumping associated with the removal and DEDUCT ($26,416) replacement of the Primary Splitter Room gates in Structure 20 and the removal and replacement of the Mixed Liquor Splitter Box (Structure 48) gates. The existing gate 'frames shall be cut flush with the top of the concrete and the remaining portions of the gate frame shall be left in the channel. TOTAL VALUE OF THIS CHANGE ORDER: DEDUCT ($ 1,132) Contract Price Adjustment Original Contract Price $49,750,000 Previous Change Order Adjustments $ 3,010,799 Adjustment in Contract Price this Change Order ($ 1,132) Current Contract Price including this Change Order $52,759,667 Contract Completion Date Adjustment Original Contract Completion Date August 3 I , 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. "ZECOMMENDED RANDALL A / WiRTZ (-cv--' 1613 GINEER--Strand Associa APPROVED CONTRACTOR—MirOn Cons iction Co., Inc. David G. Voss Jr., Preskfe APPROVED OWNER—City' of Dubuque RAW:GWT:p1h.skb\SAMAD\ 1 100-1199\1154 \023 \Wrd \Change Orders \CO ii.docx Date Date „ w No. 021 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 January 27, 2011 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. 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. Drawings 10-ASM1.02 (Sheet 56) and 10-ASM3.02 (Sheet 58) Provide a proposal to replace the ductile iron drain piping from the grit washers (GW-10-01 and GW-10-02) with Schedule 80 PVC piping as specified in Section 15050. Provide flanged connections of piping at the grit washers and other fittings to allow the piping to be removed for servicing by the Owner. The 4-inch drain connections at the grit washers shall be connected to the 8-inch wyes with flanged connections to allow the wyes to be removed by the Owner. The 10-inch drains shown on the Contract drawings from each grit washer shall be reduced to 8-inch drains. The attached drawings 10-ASM1.02 (Sheet 56) and 10-ASM3.02 (Sheet 58) shows the proposed grit washer PVC piping layout schematically. Initials \SAMAD\1100-1199 \ 1154 \023 Mal \Cost Proposal Requests \CPR.21.Grit Washer Piping.doex STRAND ASSOCIATES, INC. ENGINEERS oi.oz Alflr 'OW 3H1 011101E1d amiss' e aNn varnaav 3anionti ! SONIINVUO 353141 SNOISIKM ON I j j voon ; , H0100,11100 VMOI ‘3flonana 3ntm8na dO A113 SNO111/0131001/4 .111V1d 10111N00 NO1111110‘111311/11A OMMO0 MOO. !W8 NNO ONO AB no Nirld 110011d1 J.S1111 0 ,O, TN, WM S31.1.1110/ti MEW awl mmine ONIN33110S L.'. 1 1.0 CI 1 .11 111 011192611:11311 M1111111111111111 CJ, ' e CIO ""'Wm 11=M,111:111 40 *5 1 imm 11==7 V•11111110111111111 tj 021 j j III 1 11C11,1 cgaz ronr 018 314.1. 0.1.110111d aansst c arm 1101413001/ 30810N1 801 la 38381 31,A1 'aotar..woo mot `3nonana a.va 3nonana d0 SNOLLVOISICIONI .11.14Vld 101111N00 N01.111110dligIVIN 1,080 WAS .A8 MAO OtO:AS 530 SNOLL33S 116.11X1 S31.11.1110VA 111:10 UN V Onualins ONIN3380S 3 0 oioz Alnr 'cua 3H1 O.L UOlUd cunssi C UNV C` VON3GOV 301110NI SONINIVUO 3S3H1 JiVO SN010,321 ON J03.11111 0 8010'0111403 vmoo 'anonana anonana 30 3J.I0 '13 SHOLLV01310001.1.11013 1003.000 N01.1111104 00L1/1111 ONIMIA10 0800311 sc) N914:11 11001A 1Slild 11N. nva S3111110E/A 11110 GNI/ omaiina ONIN331:13S 5 / 23 ° \.,-. w \:\ ° , , e a 1 --- . 0 ]223 , '41 , a.) ® o) c a a .0/1 .2/ 1, ,L z 0 L7: 3H13 011101171d amssu c GNV I varmaav 3an1oN1 SONIMVUO 353141 moz Ainr , 3080 SNOISIAMI 'ON o:oo 11.1,31Ve S3111110VS iIJO UNV onnalina ONIN331:105 •L10.10.:1.00 mol 'mamma 3100 3n0nena 10 A110 108 SNOLLVOIJICIOWI0011 10011400 NO1111110d MINNA 031880 0000321 033 88 330 080108 030 • SNO11.1.03S TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Building Excellence' Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: Revised cost associated with grit washer PVC drain piping, per Cost Proposal Request #021 dated 1/27/11. REQUESTED BY: Strand Associates Inc DATE: 1/27/11 SUBCONTRACTOR AMOUNT JF Ahern Company $617.00) Subtotal ( $617.00) Performance Bond $9.26) TOTAL AMOUNT OF THIS MODIFICATION: $626.26) CHANGE ORDER AMOUNT REQUESTED: $626.00) Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Miron Representative JbAtTian Daniels Owner Representative Copy: File / dmf Jobsite Building Excellence CHANGE ORDER REQUEST o S edule Impact FAX: 608-251-8655 PHONE: 608-251-4843 THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Phone: 920/969-7000 Fax: 920/969-7399 JOB #:103400 MOD //: 0035 -01 8a DATED: 4/26/11 Date 4/26/11 Date Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 www.miron-construction.com Modification Quote Number: 35 Description of Modification: CPR-021 Items included in this proposal: 021-01 Item 021 Lows.. Inc Contract Times 1.0 Change grit washer pipe from steel to PVC 1.0 No Change **. Note: None Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 26-Apr-11 Project No 103400 Verified by Title Cost Proposal Rawest Documentation Date Page 1 ot Revision 0 Subtotal: $ Bond 6 Insurance @ 1.5%: $ TOTAL - CPR 021-00: $ Material Labor. (617.00) (617.00) $ (9.26) (626.26) Dear Jonathan: April. 25,%8l1 Ph; (920).969-7392 yX : (920) 969-7399 Mr. Jonathan Ibuie|v 'Miron Construction Co,Inc. 1471 McMahon Road PO Box 509 Neenah, WI 54957'0580 RE: DtibuguoWTY1P IF. AHERN C{\ JOB #' 21192l CUSTOMER CONTRACT #: CPR NO, t1' GRIT WASHER MAyN&xAI0RI/Q.C}ANGD We are plensecl to offer our revised proposal lo piovide thait modificatiotis to the grit classifiers in Strncture 10 as requested by Cosr Proposal Requst No. 21. Please note that per conversations With Glenn Tranowski (Strand) and Cate (IIW), We have coinbined the discherges for these two units tn minimize piping required and. ynt*uhnl trip hazards, Proposal has been updated ,o reflect MhoconimoU|o from the ''&yynuve6avNoted Resubmit" general arratigement cltnwings posled on April 20, 2011 Please note that 8" long radius 90-degree elbows.are not availablern Schedule 80. Standard 8! 90-degree elbows have been quoted for this proposal. Duxpnndby:04/3020l| SIX It0NnDED8EYENTF,,EN AND om0V ....... ............... ' ... . .... ... This proposal only covers the direct costs of labor, materials and equipment m execute the changed work described v` the proposal. /\t the present time, wo cannot assess up evaluate the overall impact ^y the changed work ou our original o*ope^{work. We thereby serve ow riglits to claim for any indirect cOsts which may u6uein the future non result of' delays x`dio work, out of sequence work, inefficiencies, extended contract completion, labor rind material escalation and / acceleration and extended s,varrauties. Sincerely, 1fe,/\8EDNCO F]MO78YS }NED)8R PROJECT MANAGER YY{ MAJOR C0*STDD[TlVN[UYISION CC' Jrim"amw u"ig J"oby^/.rAlmwCo, Enclosures U F. AliERN CO. yNuc&uw/s^i& Fins PROTECTiON CONTRA 10115 Building the Midwest Since |V8O 855 Morris Street P.O.' Box 1316 Fond du' Lac, WI549]6 1316 Ph (920)921-9020 f Fk (920)929-8825 No. 025 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 February 15, 2011 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer 8b Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. 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. Drawing 62PH1.01 (sheet 137) Provide a proposal to delete louvers L -62 -02 and L- 62 -03, exhaust fan EF- 62 -02, and associated ductwork and dampers. Change electric unit heater EUH -62 -01 from the scheduled unit to Model MUH03 -41 as manufactured by Qmark. Fill openings where louvers are shown on the Contract drawings with brick, block and insulation per the typical wall detail A /62ASM1.02. Lintels installed in louver openings shall remain. Drawing 62 -E1.01 (Sheet 138) DELETE all associated conduit and wiring from LP- 62 -01, circuit 11, through SCC -62 -01 to EF- 62-02 and each of the associated dampers. CHANGE the label for the 20 amp single pole circuit breaker in the LP -62 -01 panel schedule for circuit 11 from "EF-62-02 AND DAMPER" to "SPARE." DELETE the outdoor control station (CS- 62 -02) and interior control station (CS- 62 -03). Interior control station (CS- 62 -01) shall remain. Initials \ SAM AD \1100 -- 1199 \1154 \023 \Wrd \Cost Proposal Requests \CPR.25.HVAC Mods in Str 62 Storage Roorn.docx STRAND ASSOCIATES, INC." E h1 G: PI E E RS Cost Proposal Request Water Pollution Control Plant Modifications City of Dubuque Contract 1'2010 Page 2 February 15, 2011 CHANGE the circuit breaker for EUH-62-01 in distribution panel MDP'82'01 from a 40 amp three pole circuit breaker to a 15 amp three pole circuit breaker. ADD a NEMA 4X three pole motor rated disconnect switch for EUH-62-01. DELETE tb0000xtu1T'62-0l. SCC-62-01 Modifications-Specification Section 16940.3.17; paragraphs D and E : Control l ic and hardwired control components associated with the exhaust fan shall remain as specified herein and shall be noted for future use. The }{'(]'/\ switch for exhaust fan EF-62-02 being removed, on the SCC door, shall be labeled as, "Future Storage Room Exhaust Fan." SCC-62-01 Modifications-Specification Section 16940.3,l7; paragraph K CLARIFICATION: Storage Room 6202 lighting shall be controlled via 3LC'62'01 per the contract documents, with exception to the start pushbutton on CS-62-02 being removed. 5CC'02'0II/0 Listing: Specification Section X0990 Based on the 8V/\C equipment being removed, the following KO shall be changed to SPARE and the associated wiring shall be deleted: lX6ta|Inm/ts Storage Room Exhaust Fan (EF-62-02) Storage Room Exhaust Fan (EF-62-02) Exterior Control Station (CS-62-02) Exterior Control Station (CS-62-02) Interior Control Station (CS-62-03) Interior Control Station (CS-62-03) Storage Room 6202 Thermostat (T-62-01) Di2iio| Outputs Storage Room Exhaust Fan (EF-62-02) Exterior Control Station (CS-62-02) Exterior Control Station (C3'02'02) Interior Control Station (CS'62'03) Interior Control Station (CS-62-03) In Auto Running Start Pushbutton Stop Pushbutton Start Pushbutton Stop Pushbutton Low Temperature Start/Stop Run Light Fail Light Run Light Fail Light Initials oAMwox/m�//em1mxun*m Cost Proposal Requesls\CPR25}IVAC ?vluds in Sir 62 Storage uoomuvcx 2-#l4 2-#14 2-#14 2-#14 2-#14 2-#|4 2-#14 2-#14 2-#]4 2-#i4 2-#14 2-#14 STRAND A000rIATso.mo' ewo'mssoa RE: Etti Holing Excellence' TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: Revised cost associated with HVAC modifications in Structure 62 Storage Room, per Cost Proposal Request #025 dated 2/15/11. REQUESTED BY: Strand Associates Inc DATE: 2/15/1]. SUBCONTRACTOR AMOUNT JF Ahern Company $4,942.68) Faith Technologies, Inc. $670.03) Monona Masonry Inc $500.00 Subtotal ( $5,112.71) Performance Bond $76.69) TOTAL AMOUNT OF THIS MODIFICATION: $5,189.40) CHANGE ORDER AMOUNT REQUESTED: $5,189.00) Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Miron Representative , 011 Owner Representative Representative Copy: File / dmf Jobsite co cellettce CHANGE ORDER REQUEST FAX: 608-251-8655 PHONE: 608-251-4843 edule Impact: THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Phone: 9201969-7000 Fax: 920/969-7399 3013#:103400 MOD #: 0041 -01 DATED: 4/25/11 Date 4/25/11 Date Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 www.miron-construction.com 8b Modification Quote Number: 041-01 Description of Modification: CPR-025 Items included in this proposal: 025-01, 025-02, 025-03, 025-04, 025-05 Item 025-01 Drawing 62 PH 1.01 Ahern Monona 1.0 Fill openings for louvers 150.00 $ 350.00 Contract Times 1.0 No Change Item 025 Drawing 62 E 1.01 .U811 1.0 Delete louvers, exhaust fan, and associated ductwork and dampers $ (3,807.68) $ (1,135.00) 1.0 Delete Outdoor Control Station, Indoor Control Station and T-62-01*' Contract Times 1.0 No Change Item 025-03 16940 Paragraphs D and E faith 1.0 Furnish and Install a Label on the HOA for EF-62-02on SCC-62-01 (15)'** Contract Times 1.0 No Change Item 025 16940 Paragraph I Faith 1.0 Delete seven digital inputs and five digital outputs. Provided and marked as spares.'* Contract Times 1.0 No Change *** Note: Panel has already been shipped to the jobsite, and field modifications are necessary. **Note: Lump sum price given for items 2-5. Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 25-Apr-11 Project No. 103900 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 $ $ Material L Materiel Lalxsr (159.63) $ (510.40) Material ubs_ri Material Lalro 1.0 Delete Start Button*. Contract Times 1.0 No Change Item 025 16990 Malarial Labor Faith Subtotal: $ (3,817.31) $ (1,295.40) Bond & Insurance © 1.5%: $ (76.69) TOTAL - CPR 025-00: $ (5,189.40) 8b No. 027 ISSUED BY: CLIFNT NT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution Drawing 70- ASM1.05 (Sheet 147) COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 March 9, 2011 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Florian() Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Initials \S:\MAD \1100 -- 1199 \1154 \023 \Wrd \Cost Proposal Requests \CPR.27.Str 701n511 Concrete.docx Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. 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. Adjacent to MIX- 70 -08, delete the Digester No. 3 checkered plate, embedded angles and fastening as described in key note 13 on sheet 147. Adjacent to MIX- 70 -08, add a 6" thick concrete slab infill with a single mat of #5 @8" EW. Provide 2" clear cover from the bottom of the slab to the lower mat of bars. Top of slab infill shall be flush with adjacent floor slab. Where the new slab infill abuts the existing concrete, roughen the face of the existing concrete to 1/4" amplitude and apply bonding agent. Provide #5 x 3' -0" adhesive anchored dowels at 8" on- center around three sides of the opening into the floor slab with 6" embed. Lap #5 @8" 2' -2" onto adhesive anchored dowels. Provide 1/2" expansion material at the Digester No. 3 wall and around MIX- 70 -08, hold down 1/2" and caulk. Additionally, hold the expansion material up 1/2" around MIX -70 -08 and caulk the joint bottom. Note that this applies only to the MIX -70 -08 opening through the floor in Gas Conditioning Room 7005. STRAND ASSOCIATES, INC. E P1 G: N E E R S TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Building Excellence - Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: CHANGE ORDER REQUEST Cost associated with concrete infill at digester building, per Cost Proposal Request #27 dated 3/9/11. REQUESTED BY: Strand Associates Inc DATE: 3/09/11 SUBCONTRACTOR FAX: 608-251-8655 PHONE: 608-251-4843 JOB 4:103400 MOD 4: 0047 -00 DATED: 4/25/11 AMOUNT Breuer Metal Craftsmen, Inc. $678.30) Miron Construction Co., Inc $2,208.88 Subtotal $1,530.58 Miron Management Fee 5,00 % - Subs $33.92) Miron Management Fee 15.00 % - Miron Work $331.33 Subtotal $1,827.99 Performance Bond 1.50 % $27.42 TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Sc edule Impact Miron Representative_ jc Building EXCeile ea) a -/ Owner Representative'} Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 $1,855.41 $1,855.00 Date 4/25/11 www.miron-construction. corn Modification Quote Number: _ 047 -00 Description of Modification: CPR,-027 Items included in this proposal: 027 -01 Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 25- Apr -11. Project No. 103100 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Item 027 -01 Drawing 70 -ASM 1,05 Material Labor Miro 1.0 Credit install of embed angles and checkered plate. (1 Ironworker Half Day) $ (50.00) $ (400.64) 2.0 Shore / Reinforce /Pour /Finish /Strip /Caulk (1 Fin 1 Carp 2 Days) $ 200.00 $ 2,459.52 3.0 Direct Markup 15% $ 22.50 $ 308.83 Breuer 1.0 Credit supply of angle and checkered plate. Contract Times 1.0 No Change $ Subtotal: $ Markup @ 5 %: $ Bond & Insurance @ 1,5 %: $ TOTAL - CPR 027 -00: $ (678.30) (505.80) $ (33.92) 27.42 1,855,41 2,367.71 8c No. 031 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 April 8, 2011 Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Miron Construction Co., Inc. Drawing 75-ASM1.13 (Sheet 206) and Drawing 75-ASM3.05 (Sheet 215) Drawing 75-ASM5.01 (Sheet 222) Initials \ SAM AD\ 1100-1199 \ 115 \ \Cost Proposal Requests \ CPR.31.Polyrner and Centrate Pipe Revisionsidocx Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. 8d 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. 031-01 Revise centrate drain piping beneath centrifuges per centrifuge manufacturer recommendation. Provide centrate drain piping per drawings attached to this proposal request. Connect 1 1/2" DEW flushing to diverter gate drain piping at location recommended by centrifuge manufacturer. 031-02 Provide a dedicated suction line serving the Mannich tank and a dedicated suction line serving the emulsion polymer totes per polymer feed equipment manufacturer recommendation. Provide polymer piping per drawing attached to this proposal request. STRAND ASZ-317.)Cli4TES, INC E N 1 ri E E E3 ocoz Aing. HL OJ. ki0111d mnssi anw varaaav 3ornoma SONIMVUO 3S311.1 co c .ocuca :410104,1.00 .,.N.80 08002. MNRALG YHD 14101:A8 830 'ON 8300 118031)0 mai 'anonana anonana dO .10 000110014100111 1.140ld 10811400 001101104 831.111A SOLLVIN3HOS ONV 4 • SlIV1.3C1 mamma ONISS3001id S011OS F E I I 2- 0 L.1 03 u c VIC 41-:45:4 . ITOVIE/£ ' \56uvnuo pucqs\pecv\sco\bsur\ 66IT--00Mom \:s =r? E V , Will 7 11L-1 ••; vwa E E 33 / Building Excellence TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: Cost associated with polymer and centrate drain pipe revisions, per Cost Proposal Request #031 dated 4/8/11. REQUESTED BY: Strand Associates Inc DATE: 4/08/11 SUBCONTRACTOR AMOUNT JF Ahern Company $4,289.00 Omni Glass & Paint Inc $125.00 Subtotal $4,414.00 Miron Management Fee 5.00 % - Subs $220.70 Subtotal $4,634.70 Performance Bond 1.50 % $69.52 TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Miron Representative Owner Representative IN Bun g Excqience CHANGE ORDER REQUEST (( ‘ 1C \ T - Fafi bariij:6 1, E 1k' FAX: 608-251-8655 PHONE: 608-251-4843 edule Impact Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Phone: 920/969-7000 Fax: 920/969-7399 3013 4:103400 MOD 4: 0053-00 DATED: 4/25/11 $4,704.22 $4,704.00 Date 4/25/11 Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 www.miron-construction. corn Modification Quote Number: 053-00 Description of Modification: CPR-031 Items included in this proposal: 031-01, 031-02 Item 013 Ahern Qinoi 1.0 See Attached Breakdown 1.0 Pipe Coating Changes 125.00 Contract Times 1.0 No Change Item 013-02 them 911101 1.0 Included in Above 1.0 Included in Above Contr_Kt_Time5 1.0 No Change Note: Pricing Valid Until 4-29-11 Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 25-Anr-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page I of I Revision 0 Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5%: $ TOTAL - CPR 031-00: $ 1 4,289.00 4,414.00 220.70 69.52 4,704.22 17-3-d-1 5 (7 \ I I I • V!_ 4,11r7. • r „ 8d SICTIO\ A A SCALE: 3/8" = 1 -0" 8d Structure 45 3 Vent Piping - dubuquewpcp Places itimMiron awwna aroeu ance Go Up RFI (Enter Question) RFIs (Unanswered) RFI Log (Completed) Room Index Place Tools Advanced Search Work Offline Public Places j Files Travis Anderson ( Help ! Log Out Public Places You are in: DubuqueWPCP >RFIs >RFI Log (Completed) Structure 45 3" Vent Piping Created By Gail Ferrell 02/14/2011 01:08 PM Updated By: Dawn M Floriano 02/17/2011 03:17 PM Check Out and Edit Complete More Actions Project Name 8 Number: Dubuque Water Pollution Controls #103400 Miron RFI # 113 Subcontractor RFI # 46 Date Created 02/16/2011 Specification /Drawing Reference Drawing #45 -P1.01 (Sheet 115) Cost Effect Possible Cost Impact RFI Status Status: Incomplete Due Date: 02/21/2011 Pnority: Normal Submit RFI To Lotus Quickr Help Home Help Select Time Zone Technical Content Best Practices Wild Assigned To: Dawn M Flodano Who can edit this task? All Members Search in this place I 1 i Glenn Tranowsiu Review Status Miron Posted Enter Question On Drawing No. 45 -P1.0I (Sheet 115), there is a new 3" vent shown in the southwest corner of Structure 45. After discussions with the Plumbing Inspector, it was determined that this vent was not required. Please confinn that this vent may be eliminated. Respond No Later Than 02/21/2011 Probably Effect Cost Impact Project Impact No Time Impact RFI Recommendation / Response Provide credit to delete the 3 -inch vent in Chemical Room 4502. Credit to include all work associated with this vent including sawculing Floor to connect to the existing drain line, patching the floor, and penetrating the roof. Additional Coments. Copies to: Jobsile; Flle, JF Ahem Quickr Connectors Connect Lotus Quickr to the desktop apphcat ons that you use everyday Dovmload the connectors mar/, Learn More About About Lotus Quickr on ibm com Page 1 of 1 http:// projects.miron- construction.com /LotusQuickr/ dubuquewpcp /PageLibrary862577000... 5/16/2011 TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Building Excellence' Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 Miron Representative N!,:;;Ti ION CO„ INC, ' ildiry Excellence CHANGE ORDER REQUEST FAX: 608-251-8655 PHONE: 608-251-4843 DESCRIPTION OF MODIFICATION: Cost associated to delete 3" vent in Room 4502, per the plumbing inspector. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company ( $353.45) Miron Construction Co., Inc ( $365.52) Subtotal ( $718.97) Performance Bond ( $10.78) TOTAL AMOUNT OF THIS MODIFICATION: ( $729.75) CHANGE ORDER AMOUNT REQUESTED: $730.00) Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost S hedule Impact Owner Representative 1 Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Corporate Office P.O. Box 509 Neenah, WI 549570509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 JOB 4:103400 MOD 4: 0056 -00 DATED: 4/20/1 Date 4/20/11 www.iniron-construction.com Modification Quote Number: 056-00 Description of Modification: RFI - 113 Items included in this proposal: Delete 3" vent in room 4502 per pluming inspector. Item 056-01 Ahem Wrpn 1.0 Delete 3 Vent 1.0 Delete floor demo and patch (1 Fin 1/2 Day) Contract Times 1.0 No Change Note: None Owner City of Dubuque Computed by ]CD Project Dubuque WPCP Date 20-Aur-11 Project No. 103100 Verified by Title Cost Proposal Request Documentation Date Page 1 011 Revision 0 Subtotal: $ Bond & Insurance @ 1.5%: $ TOTAL - Mod 056-00: $ Material Labor (50.77) $ (302.68) (50.00) $ (315.52) (100.77) $ (10.78) (729.75) (618.20) Passage 7527 Soffit - dubuquewpcp Go Up RFI (Enter Question) RFIs (Unanswered) RFI Log (Completed) Room Index Place Tools Advanced Search Work Offline Public Places I Files Public Places You are ire DubuqueWPCP >RFIs >RFI Log (Completed) Passage 7527 Soffit Created By: Dawn M Florian 04 /05/2011 03:41 PM Updated By: Dawn M Floriano 04/26/2011 10:58 AM Check Out and Edit Complete ; More Actions Project Name & Number. Dubuque Water Pollution Controls 8103400 Miron RFI # 177 Subcontractor RFI # N/A Date Created 04/05/2011 Specification /Drawing Reference Sheets 206,224 Cost Effect Possible Cost Impact RFI Status Status: Incomplete Due Date: 04/08/2011 Priority: Normal Submit RFI To Glenn Tranowski Review Status Miron Posted Enter Question Assigned To: Dawn M Floriano Who can edit this task? All Members Travis Anderson I Help 1 Log Out Search in this a `'�$ P l ce rtfm,M Passageway 7527 calls for acoustical ceiling at 9' above finish floor. It would appear that the ceiling would stop at the South end where the masonry walls are called out to be placed, but there is no soffit shown. Contractor would suggest adding a steel lintel and masonry soffit to the South side of Passageway 7527. Please confirm how you would like us to proceed. Please provide a sketch if applicable. Respond No Later Than 04/08/2011 Probably Effect Possible Cost Impact Project Impact Impact Unknown at this time RFI Recommendation / Response Provide a cost proposal to install soffit at the south end of Passageway 7527 per detail G/75- ASM5.02 which was added to the drawing 75- ASM5.02.rev2 attached to this RFI response. Additional Cornents. Copies to: Jobsite; File You can download any of the files below by dragging them to your Windows desktop. To open a file for reading, double - click it. Page 1 of 2 http: / /projects.miron- construction.com /LotusQuickr/ dubuquewpcp /PageLibrary862577000... 5/16/2011 0183H1011d0Md 03n881 c ONV 8 vaNaaav aanioNi SONIMV8O3S3H1 - :MVO CO CM tWM.M 1 A/00z1,11 NI-10 liN01,18 530 SNOSIAMI 1 010Z "112141V.31,11 1:10L0,04111100 VIV101 '3(10(113119 1 31Z0 3nonena Ao A110 0,0 SNOLLV013100IN INVId 10t1.1.N09 NOLISMOd 13131VM 010/411110 0,10138 z 6:g o Z • S111/1303 oNicnine ONISS3001Icl SallOS ‘ d d d. aTIL TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: 11/671 Building Excellence' DESCRIPTION OF MODIFICATION: Cost to install soffit at the south end of Passageway 7527, per the response to RFI 4177. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT Omni Glass & Paint Inc $94.00 Wall-Tech Inc $740.00 Subtotal $834.00 Miron Management Fee 5.00 - Subs $41.70 Subtotal $875.70 Performance Bond 1.50 % $13.14 $888.84 TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: $889.00 Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 Miron Representative Owner Representative Date ..;011(71 THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN g EXC 4 I CHANGE ORDER REQUEST c an Danies' Vt\ A Q FAX: 608-251-8655 PHONE: 608-251-4843 chedule Impact JOB t/: 103400 MOD ft: 0059-00 DATF.D: 4/29/11 Date 4/29/11 Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 www.rniron-construction.com 8 Modification Quote Number; 059-00 Description of Modification: RFI 177 Items included in this proposal: 059-01 Item 059 Walked Orrigi 1.0 Route-seeduit-en-aeretion-basirrper-sterchr17 1.0 Paint proposed soffit Contract Times 1,0 No Change r Note: None Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 29-Aor-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Subtotal: $ Miron Markup @ 5"/. $ Bond 6 insurance @ 1.5%: $ TOTAL - CPR 012-00: $ Malarial 1.aLor 86.00 $ 654.00 86.00 $ 9.30 $ 13.14 888.84 94.00 748.00 37.90 TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Building Excellence' Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: Approved Cost Owner Representative CHANGE ORDER REQUEST Cost to demo thickened concrete pads in Structure 45. REQUESTED BY: Strand Associates Inc SUBCONTRACTOR JF Ahern Company Miron Management Fee 5.00 % Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Miron RepresentatiA ;J� than D LEuiIdi g EX ileac FAX: 608-251-8655 PHONE: 608-251-4843 $10,305.00 $515.25 Subtotal $10,820.25 $162.30 edule Impact DATE: THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN $10,982.55 $10,983.00 Date 5/10/11 Date Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 www.miron JOB#A034M MOD #: 0065 -00 DATED: 5/10/11 AMOUNT Modification Quote Number: 065-00 Description of Modification: Demo thiekend concrete pads n 45 Items included in this proposal: 065-01 Item 065 Ahem Contract Times 1,0 Demo concrete pads under floor in 45 ". 1/26 (4,5 hours mini ex, 4 mini ex w/hoe ram, 8 318 w/hoe ram, 2.5 410 w/hoe ram 6.5 skidloader, 4 truck) 1/27 (8 hours 110 w/hoe ram, 3 190 skidloader, 6 mini ex, 2 truck) 1/31 (7.5 hours 410 w/hoeram, 3 mini ex) 2/1 (9.5 hours 410 w/hoe ram, 5 318 w/hoe ram, 3 JD200, 6 truck) 1.0 No Change *** Note: Does not include original scope of work to remove floor. Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 10-11ay-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 001 Revision 0 Lump Sum 3,635.00 2,230.00 1,425.00 3,015.00 Subtotal: $ 10,305.00 $ Miron Markup @ 5% $ 515.25 $ Bond & Insurance © 1.5%: $ 162.30 TOTAL - CPR 009-00: $ 10,98235 RE: Building Excellence' TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: CHANGE ORDER REQUEST Cost to remove blower foundations to install FR line. REQUESTED BY: Strand Associates Inc SUBCONTRACTOR JF Ahern Company Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: , —0,Yki9VI Date 5/10/11 iC/Lir/P A 1A - A hedule Impact Miron Representative Approved Cost i adn4than Danield ( / Owner Representative Date ' g Excell,nce FAX: 608-251-8655 PHONE: 608-251-4843 Subtotal DATE: THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Phone: 920/969-7000 Fax 920/969-7399 3013 4:103400 MOD 4: 0066-00 DATED: 5/1 0/1 1 AMOUNT $3,151.66 $157.58 $3,309.24 $49.64 $3,358.88 $3,359.00 Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 www.miron-construction.com if434,4 liaIN " th4,414,0T-ey , * Modification Quote Number: 066-00 Description of Modification: Remove Blower FOundations to Install FR Line Items included in this proposal; 066-01 Item 066 Ahern Contract Times 1.0 No Change .** Note: None Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 10-May-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Lump Sum 1.0 Remove Foundations and Fill with Stone 4/6/11 (1 hour 318 w/hoe ram, 1 )D 200, I Truck) 375.00 4/7/11 (2 hours 318, 6 3D 200, 19 3trucks, 2 lab) 2,455.00 2 load 3" breaker, 1 load 1" clear, 20 load coreout 321.56 Subtotal: $ 3,151.56 $ Miron Markup @ 5% $ 157.58 $ Bond & Insurance @ 1.5%: $ 49.64 TOTAL - Mod 066-00: $ 3,358.78 RE: Building Excellences TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: Cost associated with new door at 1004A in Str 10, per the response to- RFT #175. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT Doors Inc Davenport $1,193.00 Miron Management Fee - Subs $178.95 Subtotal $1,371.95 Performance Bond 1.50 % $20.58 TOTAL AMOUNT OF THIS MODIFICATION: $1,392.53 CHANGE ORDER AMOUNT REQUESTED: $1,393.00 Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as rioted above. The contract with the Owner is adjusted as follows: Approved Cost Miron Representative Bulidin Excel! 0 CHANGE ORDER REQUEST ) - 1 ( 1 aniexS FAX: 608-251-8655 PHONE: 608-251-4843 chedule Impact Owner Representative -' Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Phone: 920/969-7000 Fax: 920/969-7399 JOB ll103400 [ei MOD //: 0086 -00 DATED: 6/11/11 Date 6/11/11 Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 www,miron-constructioacorn Modification Quote Number: 086-00 Description of Modification RFI - 175 Items included in this proposal: New Door at 1004 A in Structure 10 Item 086 D_crg_r_Siac 1. 0 Cost for new door*** MiLcLi 1.0 Miron suggests using the new door onsite for 9007, and the existing door 1004A be scraped. Contract Times 1,0 No Change ^" Note: Note door 9007A has been ordered previously there Is no credit for this material. Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 11-)un-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Material WI/Qr. 1,193.00 $ Subtotal: $ 1,193.00 $ Miran Markup @ 15% $ 178.95 $ Bond & Insurance @ 1.5%; $ 20.58 TOTAL - Mod 086-00: $ 1,392.53 Lei No. 016 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: T[): Distribution Drawing 45-111.01 (Sheet 117) COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque YYPCPMndifiou1iono 1-2010 December 14, 2010 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. 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. 010-01 For all four exterior generator exhaust pipex, add a 10-iocb long sweep elbow and expansion joint. Extend each generator exhaust pipe vertically and terminate each pipe at elevation 688.00. Piping shall be Schedule 40 black okee| pipe with seamless carbon steel fittings as specified in section 15575. Generator exhaust shall terminate with a stove pipe style cap (aka stack cap that meets the Iowa Department of Natural Resources requirements for an un-obstructing ram cap) above the 668.00 elevation. On each exhaust pipc, add a 3/4-inch condensate dram from the low point at the long radius elbow and terminate the condensate piping inside the building. Condensate piping shall be run along the wall and terminate near the floor with a ball vnlvc Install ball valve at a height to allow operators to drain the condensate into a five gallon bucket. The existing wall thimbles called for on drawings shall remain. Provide vertical stack support as necessary from the building roof and north wall face to prevent movement under any load case. Coordinate any supports and flashing required at roof with roofing rnanufacturer. 010'02 Add painting for each generator exhaust stack on the building exterior. Contractor shall paint the exhaust stack with a Sherwin Williams Ken 1-11 Temp Heat-Flex II 880 or equal. Provide separate line item cost for stack painting. Initials \ S: ALAI 100-1199 \115 \ Wrd \Cost Proposal Requests \CPR.16.veneralor stack.rlocx STRAND ^aeoowTsa.INz 'mn/mrrpo TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Building Excellence' Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 CHANGE ORDER REQUEST FAX: 608-251-8655 PHONE: 608-251-4843 JOB 8:103400 MO!) 1/: 0024 -00 DATED 2/01/11 DESCRIPTION OF MODIFICATION: Cost associated with generator stack revisions and painting, per Cost Proposal Request 4016 dated 12/14/10. REQUESTED BY: Strand Associates Inc DATE: 12/14/10 SUBCONTRACTOR AMOUNT JF Ahern Company $38,550.19 Omni Glass & Paint Inc $3,400.00 Subtotal $41,950.19 Miron Management Fee 5.00 % Subs $2,097.51 Subtotal $44,047.70 Performance Bond 1.50 % $660.72 TOTAL AMOUNT OF THIS MODIFICATION: $44,708.42 ------_-_-___ CHANGE ORDER AMOUNT REQUESTED: $44,708.0.0 Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost g hedule Impact. 1)/ wiCODNTMOTCa,INK Building Excellence Miron Representative( W JiJihtlian Daniel Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Date 2/01/11 Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 www.miron-construction,com 8k Modification Quote Number: 024-00 Description of Modification: CPR-016 Items included In this proposal: 016-01, 016-02 Item 016-01 Atter.0 contract limes 1.0 No Change Item 016 EDSpisil Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 1-Feb-11 Project No. 103100 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Meth! Laker 1.0 Add generator exhaust elbow, expansion, and cap. f" 5/10 Black Steel Pipe, Connectors, Flange, Supports, Elbow, and Ball Valve $ 9,660.57 Foreman 140 Hr, Journeyman 139 lir, Room & Noard/Tool/Engineering/SpoolIng $ 23,861.33 Ahern Direct Markup 1,119.09 $ 3,579,20 - I. Note: Rain cap is stove pipe style galvanized, and no insulation is included, Elat Oa I 1.0 Abrasive blast and apply two coats of Sherwin Williams HI Temp 0 710.00 $ 2,690.00 5.,001(afailiP 1.0 No Change Subtotal: $ 11,819,66 S 30,130.53 1 Markup @ 5% $ 590.98 s 1,506,53 Bond & Insurance (cP $ 660.72 TOTAL - CPR 016-00: $ 44,708,41 No. 014 - Gates ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 November 23, 2010 (revised 3/7/11) Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano 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. STRUCTURE MH P7 Drawings 05 -M1.05 (Sheet 36) and 99- AS5.06 (Sheet 369) Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. 014 -01 Prepare an itemized cost to delete gate SLG -P7 -01 and to abandon the 48 -inch RCP pipe entrance where the gate is mounted on the east side of box MH P7. The 48 -inch pipe shall be abandoned in accordance with the following: "Plug end of pipe watertight. Provide .10 -inch thick reinforced concrete with #4 @8" each way centered in wall, #4x2' -0 " @8" adhesive anchored dowels centered in wall with 4 -inch embed, and continuous hydrophilic waterstop all around. Roughen existing concrete to +/- 1/4" amplitude and apply bonding agent. New 10 -inch wall shall align with inside face of existing wall." Md aluminum grating a-nd supports as specified in Section 05531 to cover the -structure MH P7 top slab opening. Construct 10" wide by 5" high concrete curb wall around MH P7 perimeter. Top of curb wall elevation shall be 631.00. Initials \S :WAD \1100 -- L 199 \1 l54 \023 \Wrd \Cost Proposal Requests \CPR. I d.Gates.rev I .docx STRAND ASSOCIATES, INC.' E N G I N E E R S COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 2 November 23, 2010 (Revised 3/7/11) STRUCTURE MH P8 Drawings 05 -M1.03 (Sheet 34), 99- AS5.06 (Sheet 369), 05 -E1.03 (Sheet 43), 99 -E6.08 (Sheet 407) 014 -002 Reinforce curb with horizontal #4 continuous around manhole perimeter, center reinforcing in curb. Provide #4 @8" x 7" adhesive anchored dowels with 4" embed into existing top slab. Roughen existing concrete to 1/4" amplitude around manhole perimeter at new curb interface. Prepare a cost to provide and install a 30 "x30" sluice gate (SLG- P8 -01) onto the 24" OF line on the north side of box MH P8 in accordance with the drawings and specification Section 11290. The gate shall be motor - operated with open /close service locally and from SCADA. Verify gate size required and mounting conditions to install in existing structure in accordance with gate specifications. Remove top slab of box to facilitate gate installation and provide aluminum grating in new opening. Provide four guard posts around MH -P8 per detail A/99- 05.01. Existing grout in bottom of structure may need to be removed to allow the gate to be installed. Add a 480 volt, 3 phase, electrical connection and associated motor rated disconnect switch for sluice gate SLG -P8 -01 on process manhole MH P -8 southeast of Structure 10. SLG -P8 -01 shall be power from MCC -10. Add an equipment mounting stand per detail K/99 -E5.04 adjacent MH P -8 for the sluice gate disconnect. The equipment mounting stand will not have a light fixture over it. Provide a 120 volt weather proof receptacle on the equipment mounting stand. The receptacle shall be powered from circuit 32 in LP- 10 -01. Add a 15 amp, 480 volt, 3 phase circuit breaker in MCC -10 to power sluice gate SLG- P8 -01. Device label shall be "Sluice Gate MH P -8 ". Provide 3 — #12 and ground in 3/4" conduit from MCC to gate. Initials \S:\JYIAD \1100 -- 1199 \1154 \023 \\Vrd \Cost Proposal Requests \CPR.14.Gates.revl.docx STRAND ASSOCIATES, INC.' ENGINEERS COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1-2010 Page 3 November 23,20lO (Revised J/7/Y/) Specification 16940 - 3.12 Supervisory Control Center (SCC-10-01 Screening Building and Grit Facilities) 014-00 Add the following paragraph in its entirety O. The sluice gate (SLG-P8-01) in MH P-8 shall be controlled from this PLC with a SCADA Open-Close selector switch. In the "Open" position the gate shall open. In the "Close" position the gate shall close. Specification 16990 - SCC 1/0 Listing 014-002 Add the following I/0 for sluice gate SLG-P8-01: Digital Inputs In Remote 2-#14 From HOR switch on gate actuator Opened 2-#14 From gate actuato Closed 2-#14 From gate actuator Digital Outputs Open Command Close Command 2-#14 2-#14 To gate actuator To gate actuator STRUCTURE 10 Drawings I0'A8M1.02 (Sheet 56) and 99'A85.00 (Sheet 369) 014'03 Provide a cost to remove the existing gates and associated appurtenances located on the 18" forcemain and the 42" forcemain. - 014=04 Pcovide-un-i i H~86fon-dhe-}F- -fm/ea*ouin-r-Gu{o-ssal-b -mouolcd-' o1-smpfaoe-rne ion-Section-1429&_ -Refer -1u--bz-'f968--plao-act'-fo,-referoncc�-tu-o � �ud'-�uoio]}niinn_-and-gute- -inform obno,-Vud[y-eximbug--go\o-deteDs-oo-smguim*d-by-go1e--np emifiauden*-und- -pmapouo-gotm-ai*m- nd-rooxnhng-anoogmo+unt-te'fa to-replueenemat. '8f4~85----- knizc8-ooxHu-provi L-G-}8- c-' 42!z-bormomaio�Qu&sx-obuJl-bm-oaanuol--vvds-e*auk-opmre{e,s-und-sncy-b e --- coouuLud-er--aurQaea*noonLmd,-Gatn-ohe&-be-prnvidud'per-Spmadieution-Seotion-' Initials \SAMAD \1100--1199 1154 \ 023 \Wrd \Cost Proposal Requests \ CP12.1-1.Gates.rev I slocx STRAND ASSOCIATES, No. °oc nsNnS COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 4 November 23, 2010 (Revised 3/7/11) STRUCTURE 20 Drawing 20- ASM1.05 (Sheet 76) and 99- AS5.06 (Sheet 369) 014 -006 Prepare a credit for reduced duration bypass pumping at structure 20 as a result of mounting new slide gates (SG -20 -01 to 04) on the discharge side of the weir wall. STRUCTURE 28 Drawing 28- DASM1.01 (Sheet 84) 014 -07 Gate SLG -28 -01 shall be embedded in the new walls and floor in lieu of surface mounting to accommodate gate width. The attached slide gate box out detail shall be used. Revise the Primary Effluent Splitter Box (Structure 28) per attached drawing 28- DASM1.01. No change in cost is anticipated related to this item. STRUCTURE 30 - 1- 1�9Re€er- terthe -1- 96.8 -pl-an -set -for - refererree- t-o- roriginal -installati err�mrd -gate in-fonnation. —Ve if-y - -e fisting- gate --- detail -s-as- required -by gate--speei-fications-and— •pr-opose -gate ize- and - mounting- arrangement- to- facilitate-gate-replaeement. New gates DOW -20 -01 to DOW -20 -04 shall be 6' -0" wide as specified. The bottom of the gates shall be mounted at or below the bottom of the existing chamfer on the weir wall so that debris does not catch on the gate when fully open. The chamfer dimension shall be verified in the field and the final gate height shall be determined based on these measurements. The top of the gate shall be 6- inches below the existing floor. The final minimum gate height shall be equal to the distance from the bottom of the weir wall chamfer to 6- inches below the floor. Gate operators shall be mounted to allow ample room to walk around the operator and access all equipment in the room. Modify grating and all other items as required to accommodate new gate location. No change in cost is anticipated related to this item except as noted above for bypass pumping. Drawings 30 - D1.01 (Sheet 85), 30 ASM1.01 (Sheet 86), and 99 AS5.06 (Sheet 369) 014 -008 Prepare credit to delete SLG -30 -03 and the work required to remove and replace gate SLG- 30 -03. Initials \S:\Y1AD \1100-1199 \1 154 \023 \Wrd \Cost Proposal Requests \CPR.14.Gates.rev I .docx STRAND ASSOCIATES, INC." E N G I N E E R S COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 5 November 23, 2010 (Revised 3/7/11) STRUCTURE 32 Drawings 38- DASM1.01 (Sheet 100), 99- AS5.06 (Sheet 369), and 05 -E1.05 (Sheet 45) 014 -09 Prepare a credit to delete SLG -32 -01 and the work required to install sluice gate SLG- 32 -01. Note existing gate SLG -32 -01 shall be removed as specified. 014 -010 Delete electrical connection and associated disconnect for sluice gate SLG -32 -01 and all wire and conduit back to PP- 35 -01. The 480 volt circuit breaker in power panel PP -35 -01 shall remain as a spare. Delete equipment mounting stand adjacent the sluice gate SLG- 32 -01. Delete weather proof receptacle and wire and conduit back to LP- 35 -01. Delete electrical connection and associated disconnect for sluice gate SG -P7 -01 (SLG -P7 -01 in mechanical schedules) and all wire and conduit back to Structure 35. The 480 volt circuit breaker shall remain as a spare. Delete equipment mounting stand adjacent the sluice gate SG- P7 -01. Delete weather proof receptacle and wire and conduit back to LP- 35 -01. Specification 16990 - SCC -35 -01 1/0 Listing 014 -009 Delete all I/O associated with sluice gate SLG -32 -01 STRUCTURE 48 Drawings 48- DASM1.01 (Sheet 119) and 99- AS5.06 (Sheet 369) I8 Prepare a credit for reduced duration bypass pumping around structure 48 as a l [ result of mounting new slide gates SG -48 -01 to 04 on the discharge side of the — weir wall. New gate DOW -48 -01 to DOW -48 -04 shall be mounted with sides embedded in existing walls with 3 "x6" boxouts and the bottom surface- mounted. Gates shall be 6' -0" wide as specified. The bottom of the gates shall be mounted at or below the bottom of the existing chamfer on the weir wall; this dimension shall be minimized. The existing gate and chamfer dimension shall be verified in the field and the final gate height shall be determined based on these measurements. The Initials \S:\MAD \1100 -- 1199 \l 154 \023 \Wrd \Cost Proposal Requests \CPR. 14.Gates.revl_docx STRAND ASSOCIATES, INC.' E N G I N E E R S COST PROPOSAL REQUEST Water Pollution Control Plant Moclifications City of Dubuque Contract 1'2010 Page 6 November 23, 2010 (Revised 3/7/11) 014-011 top of gate shall be at the floor elevation (the same elevation as the existing gates). The final gate height shall be 4`-0" dimension in the field) plus chamfer depth. Modify grating as required to accommodate new gate location. No change in cost is anticipated related to this item except as noted above for bypass pumping. Drawing 40-ASM1.01 (Sheet 102) and 40-ASM3.01 (Sheet 104) Prepare a credit for reduced duration bypass pumping at Tank B discharge of Aeration Tank (Structure 40) as a result of mounting new sluice gate 8LG'40'07 in the Tank A discharge box and mounting new sluice gate 3LG'40'08 in the Tank C discharge box. Contractor shall identify and address all modifications to structure 40 as a result of the new gate location including but not limited to relocating access stairs. No change in cost is anticipated related to this item except as noted above. Initials \ SAN! AD \ 1100-1199 \ 1 I 54 \ 023 \\Val \Cost Proposal Requests \ CPR.N.Gates.revl.docx STRAND ^aaooIAres.INC. suo .,ssno o1oz A'inr 'a10 3111 O1 =Olad a3nssl 3 ONV Z`I VON3aaV 30n13N1 SONIMVUO 35314.1. 000 ® 00000Oo SNOISIAMI d010.000 31110 A3 ONIMV,0 0,0.13!' MW /8 NH3 SWIM S30 0100 - 1121dd31tl0 OMOI'0nanena 3non8no do ALIO SNOILVOId10ON INVld lOtl1NOO N011nl1Od tl31VM SNO11O38 GNV NVId `NOu.Lnov as X08 Ii311IldS J.N301di3 AH V VIIUd STRAIN:10 1 2- 4.4p rfZ C r4C-/ 0 ft! .6A1 fVq?» v'r ((» / Page 12 of 12 flY I CAM J011 ,o. I 1u- - D t S . 0 4? I ( __V • Ci.fk (TYP) OF Itty:cratritgf '44f " illo Modification Quote Number: 020-00 Description of Modification: CPR-014.01 Items Included in this proposal: 014-01, 014-02, 014-03, 014-06, 014-07, 014-08, 014-09, 014-10, 014-11 Item 014-01 aro 1,0 Add 10" x 5" Curb (1 Carp 1 Lab 2 Days) + Misc material 100.00 9 2 2.0 Abandon 48 " Pipe(1 Carp 1 Lab 4 Days) + Concrete/Waterstop/Misc Material 300.00 $ 4,382.08 3.0 Credit Grout Gate (1 Carp 1 Fin 1 Day) (200.00) $ (1,229.76) 4.0 Direct Markup 15% 30.00 $ 801.50 Ahem 1.0 Credit to Demo & Install Gate 18 Manhours (9 Foreman 981.50, 9 Journeyman $64.97) 469 $ (1,318.23) Contract Times 1.0 No Change Item 014 Material Labor Breuer 1.0 Supply Grating, Angle, Anchors, and Pipe Bollards $ 2,503.50 $ - Miron 1.0 Remove Top Slab (2 Labs 3 Days) + Misc Material 150.00 $ 2,980.80 2.0 Install Grating, Angle, Anchors (1 Ironworker 1 day, 1 Finisher 1 Day) - $ 1,396.88 Install Pipe Bollards (1 Carp 2 days) + Concrete/Misc Materials 250.00 $ 1,197.44 3.0 Remove Existing Grout at Bottom & Repair (1 Fn 1 Lab 3 Days) -F Misc Material 150.00 $ 3,383.52 4.0 Cut New Grout Pockets (2 Labs 3 Days) 5 Misc Material 0 150.00 $ 2,980.80 5.0 Grout New Gate (1 Carp 1 Fin 1 Day) + Grout/Flisc 200.00 $ 1,229.76 6.0 Direct Markup 15% 135.00 $ 1,975.38 Ahern 1.0 Add to Demo & Install Gate 16 Manhours (8 Flours Forman $81.50, 8 Journeyman 964.97) 899 6 1,171.76 Contract Times 1.0 No Change Item 014 46 610 1.0 Add to Remove 18" Gate (2 Hours Forman $81.50, 2 Journeyman $64.97) 898 $ 292.94 2.0 Add to Remove 42" Gate (4 Hours Forman $81.50, 4 Journeyman $64.97) tt 9 $ 585.88 Contract Time 1.0 No Change Item 014 Ahem 1.0 No Change Miron 1.0 Field Measure and Order Grating (1 carp 1 day) $ 598.72 2.0 Direct Markup 15% 89.81 Contract Times 1.0 No Change Item 014 trAoil 1.0 Boxout Walls for Gate (1 Carp 1 Hours) + Misc material 2.0 Direct Markup 15% n ra Tim 1.0 No Change Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 28-Apr-11 Project No. 103900 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Material Labor FLIator tabor Material 444 Labor $ Material Labor 50.00 $ 299.36 7.50 $ 44.90 Item 014 -08 Ahem 1.0 Credit Grout Gate (1 Carp, 1 Fin 1 Day) Contract Times 1.0 No Change Item 014 - 09 Ahern Miron Ahem 1.0 Credit to Install Gate (9 Hours Forman $81.50, 9 Journeyman $64.97) 1.0 Credit to Demo & Install Gate (8 Hours Forman $81.50, 9 Journeyman $64.97) 1.0 Credit Grout Gate (1 Carp, 1 Fin 1 Day) Contract Times 1.0 No Change Item 014 - 10 1.0 No Change Miron 1.0 Cut Grout Pockets In for 4 Gates (2 labs, 3 days Each) + 'list Material $ 2.0 Modify Grating 91 Ironworker 1 day) + Misc Material $ 3.0 Direct markup 15% $ Contract Times 1.0 No Change $ Item 014 - 11 Ahem 1.0 No Change # ## $ Contract Times 1.0 No Change $ $ Item 014 - 99 /them 1.0 Gate Material Changes # ## Contract Times 1.0 No Change ** Note: Note that Items 014 -04, and 014 -05 are not included in this proposal. ** Note: Note that price is for leaving guides in place. Removal of gate and braces only. No concrete work is included. No Bypass work is included. # ## Note: Material credit noted at the end of the quote. Breakdown is attached. Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 28- Apr -11 Project No. 103400 Verified by Title Cost Proposal Reouest Documentation Date Page 1 of 1 Revision 0 $ Materia Labor # ## $ (1,318.23) (200.00) $ (1,229.76) Material Labor # ## $ (1,318.23) Material $ (12,680.00) (200.00) $ (1,229.76) Material Labor # ## $ 200.00 $ 11,923.00 50.00 $ 765.84 37.50 $ 1,903.33 Material Labor Subtotal: $ (8,966.50) $ 32,550.77 Bond & Insurance @ 1.5 %: $ 353.76 TOTAL - CPR 014 -01: $ 23,938.03 4 : TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Building Excellence' Approved Cost Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003-7996 DESCRIPTION OF MODIFICATION: Miron Representative ilding Excellence CHANGE ORDER REQUEST Cost associated with the Structure 20/48 bypass credit. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company ( $26,026.00) Subtotal ( $26,026.00) Performance Bond ( $390.39) TOTAL AMOUNT OF THIS MODIFICATION: $26,416.39) CHANGE ORDER AMOUNT REQUESTED: $26,416.00) Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted. above. The contract with the Owner is adjusted as follows: Sche ule Impact (*in) o . i'iirr Daniel FAX: 608-251-8655 PHONE: 608-251-4843 Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Copy: File / dmf Jobsite Corporate Office P.0_ Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 . JOB C103 MOD it: 0079-00 DATED: 7/19/1 Date 7/19/11 www.rniron-construction. corn Modification Quote Number: 079-00 Description of Modification: Bypass Pumping at Structure 2U & 18 Items included in this proposal: 079-01 Item 079 Ahem Contract Rats. 1.0 Deduct Bypass Pumping at 20 & 48 *" $ (26,026.00) 1.0 No Change "* Note: Assuming existing gates will hold flow during work, and existing gate frames will remain below too of concrete. Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 19-Jul-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Lump Sum Subtotal: $ (26,026.00) Bond & Insurance @ 1,5%: $ (390.39) TOTAL - Mod 079-00: $ (26,416.39) July 27, 2011 CHANGE ORDER NO. 9 PROJECT: Water Pollution Control Plant Modifications OWNER: City of Dubuque CONTRACT: 1-2010 CONTRACTOR: Miron Construction Co., Inc. Description of Change 9a Demolish existing reinforcing steel impacted by the July 1 1 , 2011, ADD $70,979 collapse of the reinforcing steel mats at Digesters No. 1 and No. 3. Contractor shall use reasonable care during demolition to avoid damaging the existing concrete. All rebar that is embedded in concrete in the base slabs and the lower walls common with the Digester Building shall not be cut, removed, bent, or straightened, with the exception of the #6 verticals protruding from the lower walls common with the Digester Building. These bars may be cut not less than 3 feet 0 inches from the top of existing lower wall; however, they may not be bent nor straightened. Upon completion of the removal of all nonembedded collapsed rebar, Engineer will observe the remaining embedded rebar and provide further information to Contractor. This work shall be performed on a time and materials basis. Rates for equipment, labor, and materials shall be billed according to the July 19, 2011, letter from Tschiggfrie titled "Dubuque WWTP Rebar Removal Digester Tanks" enclosed with this Change Order. 9b Furnish new reinforcing steel to replace the reinforcing steel impacted ADD $142,533 by the July 11, 2011, collapse of the reinforcing steel mats at Digesters No. 1 and No. 3 including the rebar modifications according to CPR No. 32 enclosed with this Change Order. 9c Contractor's payment of Owner's Builder's Risk policy deductible. DEDUCT ($ 5,000) TOTAL VALUE OF THIS CHANGE ORDER: ' ‘.■ ' ,■ r, V1,it ; -, 1H.IH ii()A AL:H. ADD $208,512 City of Dubuque—Miroii Constrtiction Co., Inc. Contract 1'2010, Change Order No. 9 Page 2 July 27, 2011 Contract Price Adjustrnent Original Contract Price $49750 Previous Change Order Adjustments $ 3,009,667 Adjustrnent in Contract Price this Change Ordei' $ 308,512 Current Contract Price including this Change Order $52 Contract Completion Date Adjustment Original Contract Completion Date August 3|,2O|3 Contjact Conipletion Date Adjustments due to previous Change Orders None Contract Completioti Date Adjustnients due to this Change Oider 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. Owner has filed an insurance claim for lhis work. All documentation required by Owner's insurance to support the claiin shall be provided by Contractor. The total cost ofthis work is undefined at this time. The costs included herein will be modified after the work is complete and final invoices for the work are received and approved. Approval of this Change Order or payment by Owner of any claim by :.,----' pursuant to this Change Order ..-~ not waive right _ ,.__.~ dispute such claim as . ' w\8ci the Contract. pq` ,`-, � in �~ ��K�ED» = � N8c ' � �'^ GI 27777 1 ',` ,''//'�/.. APPROVE APPROVED CONTRACTOR—Miron Constructio Co.„ Inc. David G. Voss Jr Presiden / OWN ER of Dubuque Date m �. / 1 1 Date Modification Quote Number: Description of Modification: Items included in this proposal: 094-01 Item 094-01 09 4.00 Tschiactie 1.0 Remove Collapsed Concrete Reinforcingfrom Digester Tanks 1 & 3 Per Attached Quote Engineer to verify laps to remain on existing poured section Quote Is for budget purposes only, please see qualifications. Miron TG.; - ,711, - 2, - ,11 5e. A,,,,,,;■=6 2. T511 7/12,"0301 !X.; 3.0 Tam 7/13/2011 470 T 0.0 D;,.._;„ Ho, kuy Contract Times Lost to date 1.0 Both Milestone and Completion Dates (Total of 4 Dates) Extend 2 Working Days Note: Additional Costs will be forwarded as they are available. Subtotal: $ 9073fi6,03 Miron Markup @ 5% $ „tru Bond & Insurance @ 1,5%; $ 1 ,45.5 (2C TOTAL - Mod 094-00: $ - 1117418745 - 9a Owner Citv of Dubuque Computed by J CD Project Dubuque VVPCP Date 19-Jul-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page lofl Revision 0 lam 73,200.00 $66,600.00 Material Labor 0,41.).7/ 1,300,1d 0 • 101.13 1 5,512:05 307.d9 Total Subtotal: $66,600.00 Miron Markup @ 5%: $3,330.00 B&I @ 1.5%: $1,048.95 Total: $70,978.95 1 Modification Quote Number: 094-02 Description of Modification: PPPIY-21* Items Included in this proposal: 094-02 item 094-02 "7:'"*OffilRiMMAREVEMMENI AM1215.0C1.4( 1,0 Supply New Reinforcing for Digester Tanks 1 & 3 Please also see Gerdau's budget number as a market comparison. Note: Additional Costs will be forwarded as they are available. Owner City of Dubuque _Computed by JCD Project Dubugue WPCP Date 20-Jui-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation ' Date Page 1 of 1 Revision 0 Subtotal: $ 133,740.00 Mlron Markup @ 5% $ 6,667.00 Bond & Insurance 0 1.5%: $ 2,106.41 TOTAL - Mod 094-02: $ 142,533.41 —TA44-1Lump Sum 133,740.00 9b 1 STRAND ASE-MCIATFS,INC:. ENCINEERS' PROJECT TA-1.. e, P BY DATE JOB NO. 70 Kt< 4-� -11 1154 „ipo'L tIQRk FE Pfjuvl OF 3 E (.14 F A 3" 0 C. 3.4/ 4.1 13e 15A 5 41-11 PAR5 filAY 4.t SHEET OF At>1)(71 NA6-4 AAA> Vjflyri Ra 9b "Al A 4" AY prE'/1M5 Aor 4_ 643,5 IA,vr74 An/V PR A - Uk= 0 1 ) a A/1 4 A -7-- 4 0 2 : 2" ; 5 :6 , p T E.471A, e HoToz Rt.-714 - PF.otwi r > e ' 1 icH rik-C, " <EAR, t4/ k I e41 ge- 4,T AitS 57 - pegg,5 E 36 4.AA"4-Ay , PE•Ail , ties S AT 4.. 63 Avv PRA Pr' 1 'E 4//4J ,4 4. Fx44' 1 tA4-I CI? F "4AiwAY ,4't MLAT7 7 49 Ai&5 ARE \Ay IA/ o a LA/141. ( , c)F ? 0? 4..e.v Ai 6 .5), Modification Quote Number: 094-00 Description of Modification: 444410440,46C0614,40.40KONERGAN Items included in this proposal: 094-01 Item 094 T5thiggfrie 1.0 Remove Collapsed Concrete Reinforcingfrom Digester Tanks 1 & 3 Per Attached Quote Engineer to verify laps to remain on existing poured section Quote is for budget purposes only, please see qualifications. 17e // a aaJ a a Xr.: 2.0 T&:1 7/1 R,V,01.1 ". Note: Additional Costs will be forwarded as they are available. Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 19-3u1-11 Project No. 103400 Verified by Title Cost Proposal Reauest Documentation Date Page 1 4 i Revision 0 73,260.0g $66,600.00 Material Labor • 0,41.).7( • 0,04.1.7/ 4, 140*2.30 1,11.1;10 1; 1Z3 kUp 3co ▪ e,3'4LC., 4 307.09 Contract Times Lost to date, Total 1,0 Both Milestone and Completion Dates (Total of 4 Dates) Extend 2 Working Days Subtotal: $ $ Miron Markup @ 5% $ — 37eeT. - 00 - Bond & insurance @ 1.5%i $ 1 55 05 TOTAL - Mod 094-00: $ - 91174113745 - 1„,f33 9a Subtotal: $66,600.00 Miron Markup @ 5%: $3,330.00 B&I @ 1.5%: $1,048.95 Total: $70,978.95 Jonathan Daniels Miron Construction RE: Dubuque WWTP Rebar Removal Digester Tanks Jonathan: 308 Cat Mini Excavato w/shear 305 Cat Mini Excavator w/thumb 330 Cat Excavator w/thumb 279 Cat Skid loader Taridem Trucks (2 ea) Superintendent Laborer (2 ea) ISOMODP010 0110011111100 00. 000 JUNO HAIM Rive 011000110, HEM PhOIN [000] 007 7000 MN OW 000 0100 PON 001007 7000 July l9,2Ol\ Tschiggfrie Excavating Co. is proposing the following budget nurnbers for removal of rebar in the digester tanks and the Dubuque WWTP 60 hrs. @ $250.O0/ner hour 60 hrs. @ $140.00/ocrbour dObro. @ $175()0/nrrbuoc 50 bcn @ $140.00/oerbouc 60 hrs @ $210.00/per hour 20 hrs @ $ 80.00/per hour 50 hrs @ $ 140.00/per hour Total = $l5,8OOIN = $ 8,40000 = $ 10,500.00 = $ 7,000.00 = $ 12,600.00 = $ 1/500.00 = $ 7.000.00 $62,100.00 Stone Base Access Rd 120 tons @ $25.00/per ton = $ 3 Crane Mats 20 ea @ Lump Sum = $ 1 Clean and Haul Mats 1 @ Lump Sum = $ 500.00 Tschiggfrie also has concerns about the existing concrete wall and the rebar that is to rernain horizontally and vertically. Concerns about the concrete spalling/darnage from the bent over rebar. Tschiggfrie will not be responsible for any darnage to concrete caused by the rebar removal. Tschiggfrie will not be responsible for any repair to the existing concrete damage. Tschiggfrie will also need the steel length that will be needed for overlap when the steel is cut away from the wall. 9a Tschiggfrie, wiIl do the above work 011 a Tirne and Material Basis Only 410%u*�` • ^ Mobilization charge not allowed as a percentage of total bill. Due to the many unknowns regarding the separation of the rebar to remain versus the rebar to be rcmovnd, we do not feel comfortable using a not to exceed price on this work. 094-02 Modification Quote Number: Description of Modification: A447W644A01,440102NOMM Items Included in this proposal: 094-02 Item 094 Anita SaaLlOr 1.0 Supply New Reinforcing for Digester Tanks 1 & 3 Please also see Gerdau's budget number as a market comparison. *** Note: Additional Costs will be forwarded as they are available. Owner City of Dubuque Computed by )CD Project Dubuque WPCP Date 20-Jul-11 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page lo Revision 0 Subtotal: $ 133,740.00 Miron Markup 4 5% $ 6,687.00 Bond & Insurance 99 1.591: $ 2,106.41 TOTAL - Mod 094.02: $ 1.42,533.41 -4-Lump Sum 133,740.00 9b No. 032 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 April 8, 2011 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. 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. At all four digesters, provide wall reinforcing around the 36-inch manway openings per the attached drawings instead of the reinforcing shown on Add'l Wall Reinf. @ 36" Dia Manway Opening detail A/70-ASM5.02 (Sheet 161). At all four digesters, provide wall reinforcing around the draft tube openings per the attached drawings instead of the reinforcing shown on Reinforcement at Concrete Openings detail C/99- AS5.01 (Sheet 364). Contractor shall cut the 8A52 bars shown on Miron Submittal No. 258-1 (Ambassador Drawings Nos. R-1.4 and R-1.5). These bars shall be cut in half and used in accordance with the attached drawings. Initials \S: \MAD \ 1100-- I 199 \ 115 \Wrri \Cost Proposal Requests \CPR.32.Digester Wall 36-inch Opening Rebandocx STRAND ASSOCIATES, INC.' ENGINEERS 9b ASSOCIATE:S.1NC: ENGINEER5' PROJECT V c-1, k 7 6 ADo'L pF42,1pr 4.- A FAC' e'vt F 134 5 45-4-11 13,4R5r1/41 r (.( - p 749 BY K tp Arn )'4.- HoRIZ, REINTz. I f> e A4 H rE .41- c4cAR 5 ft/ I 4 5.4125, 57R.At 447 14R5 41,4 ac P SHEET OF DATE JOB NO, 11 11 115 .c2 z- a A 01,111 Q.t/ R - NA 6,6 z- A,Ait> Tte 9b 4-A.3"0 CT YP) 3Gv "frE44/+ cr cwr.44-5 A 6q3,5 A,V PRA Fr -rLi 0 .116-5 A a , ' 4(2,°, (7V i'ICAC OF lb PPEA/tA/6,,,c 76 /44,4,4"4-A y ec - r al , /44 'PTA F T44,7,6 Lc> ?A=4//4/64 AT 63(.0 FK64' 1 1,4-1-1/,, AAA/ ‘,4 AY ,44'O A1 1 Pi. hO? .4 1? - k?" 4 Ail LT t R, (7 Y■'16.A4- (s'F' OPLe/VIA,)C,,,S), STRAND ASSOCIATPS, INC ENGINE0P19' 1 PROJECT r ‘e P1 6-Ex TETA I (- 3 / Pi 6-6 3' P Lo T7 " )s 3 A" , " 1 "Rrt.Aff, e — /tC 1 E ,4f 6? flp 101 2 ,12, FE Mr' 3 evicc ire /cir BY DATE 1 JOB NO. 4-62-1.1 113 ,D2:3 SHEET OF 9b A ptp T I PA)/il.- PIA AAA? Vt'IVC A Crr? Y AA/I) ARA FT' "n43E oi)tr,v1.4i‘s AT JD c ,e 1-1-' t_e ( P I CA L Q F L. c 0 e 4,pewiA/6,.s