Loading...
Signed Contract_Water Pollution Conrol Plant Changer Order No. 14, Miron Construction, Inc.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 Order No. 14 DATE: March 19, 2012 Dubuque NI- America City 2007 Attached is Change Order No. 15 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. 15 provides for a contract deduction of $20,572. This change is due to canceling the $109,620 allowance to grout top the excess flow equalization tanks along addition work being added to the contract. Added work includes $25,000 for settlement of the natural gas piping issue, $13,301 for handling of petroleum contaminated soils, and various heavy piping and HVAC modifications needed to resolve conflicts. This change order will be credited to the contingency of the Water Pollution Control Plant Modifications Capital Improvement Project (7101837). Including the amount of this change order, the current contingency balance for this project is $249,000.00. ACTION TO BE TAKEN The execution of Change Order No. 15 of the Miron Construction, Inc. contract is requested. cc: Jenny Larson, Budget Director Gus Psihoyos, City Engineer Jonathan Brown, Water Pollution Control Plant Manager Attachs. K: \PROJECTS \Water Pollution Control Plant Replacement \_Construction Admin\ WCD's_CO's & _CCD's \Change Orders\2012 03 -16 -12 MVM Memo re Miron Change Order No. 15.doc Page 1 of 1 ASSOCIA`i ES® March 5, 2012 CHANGE ORDER NO. 15 PROJECT: Water Pollution Control Plant Modifications OWNER: City of Dubuque CONTRACT: 1 -2010 CONTRACTOR: Miron Construction Co., Inc. Description of Change od soc at -, nc 910 West Wingra Drive Madison, WI 53715 (P) 608-251-4843 (F) 608-251-8655 15a Delete the grout topping on the bottom concrete slab at the two DEDUCT ($109,620) excess flow equalization tanks. Contract included 400 cubic yards at a unit price of $270 per cubic yard. 15b Petroleum- Contaminated Soils- Related Changes: Tier 2 Leaking ADD $13,301 Underground Storage Tank Risk -Based Corrective Action (RBCA) assessment services performed through February 1, 2012, in accordance with attached WCD No. 38. No RBCA Tier report suitable for signature and forwarding to the Iowa Department of Natural Resources was prepared as part of these services. 15c Provide natural gas piping and associated appurtenances from gas ADD $25,000 meter to all buildings as shown on the Contract drawing in accordance with attached WCD No. 43. 15d Provide solenoid valves for the RAS pumps in accordance with ADD $0 attached WCD No. 45. 15e Provide eupsink drain in Administration Building Lab in ADD $6,041 accordance with attached WCD No. 45. This work is being performed on a time - and - materials basis with a not -to- exceed amount of $6,041. The final cost will be adjusted via a future change order. 15f Route HVAC duct and demolish piping in Basement of Structure ADD $5,985 20 in accordance with WCD No. 46. 15g Provide brick secondary gate piers at the west entrance road in ADD $3,276 accordance with attached WCD No. 47. 15h Provide ductile iron spool pieces and fittings in the Solids ADD $4,811 Processing Building Basement in accordance with attached WCD No. 47. RAW:GWT:cad \S: \MAD \1100 - -I 199\1 I54 \023 \Wrd \Change Orders \CO 15.docx Arizona I Illinois I Indiana I Kentucky I Ohio I Wisconsin www.strand.c©¢rr City of Dubuque —Miron Construction Co., Inc. Contract 1 -2010, Change Order No. 15 Page 2 March 5, 2012 15i Provide the following in accordance with attached WCD No. 47: ADD $691 In Vestibule 8101, install carpet tile over hard backing material (plywood or cement board) on top of the 1 -inch rigid insulation. Delete the vinyl base in Vestibule 8101 at the aluminum storefront system. In Lobby 8102 and Lunch Room 8104, provide metal trim to match the color of the aluminum storefront system over hard backing material (plywood, cement board, or gypsum) on top of the 1 -inch rigid insulation. Delete the vinyl base in Lobby 8102 and Lunch Room 8104 at the aluminum storefront system. 15j In accordance with attached WCD No. 48, provide a curtain wall ADD $1,071 along the entire north side of Reception Room 8103 in the Administration Building (Structure 80). Provide three equally spaced panels across the entire north side. Field verify opening dimension. 15k Provide work as described in attached WCD No. 49. Provide ADD $2,957 modifications to Men's and Women's Locker Rooms as shown on the attached revised drawing 80- ASM1.04. 151 Provide electrical modifications to accommodate Lngersoll Rand ADD $0 air compressors in accordance with attached WCD No. 50. 15 Remove and replace mud drain valves and perform work on ADD $21,414 in In -Plant Waste pipe in Screening Building (Structure 10) channels in accordance with attached WCD No. 51. 15n Relocate lab cabinetry and add Still flushing line in accordance ADD $1,343 with attached WCD No. 52. 15o Relocate Waste Pipe in Solids Processing Building Basement ADD $2,154 Room 7519. 15p Provide door at Cabinet 10 in Administration Building Lunch ADD $0 Room 8104. 15q Prepare the precast ceilings in the Digester Building (Structure DEDUCT ($1,134) 70), Solids Processing Building (Structure 75) , and Septage /Hauled Waste Receiving Station (Structure 92) according to the attached coating manufacturer recommendations instead of abrasive blasting. 15r Install Counter Coiling Doors 8103B and 8103C with the hood ADD $0 approximately 1 inch above the rough opening. 15s Provide fittings and appurtenances for HTX -70 -01 in accordance ADD $2,138 with attached detail E/99- P5.02. Pressure relief valve shall be 1/2 -inch Model 1XL as manufactured by Watts. Expansion tank shall be Model STCS as Manufactured by Amtrol. TOTAL VALUE OF THIS CHANGE ORDER: DEDUCT ($20,572) RAW:G WT:cad \S:\MAD \1100 - -I 199 \1154 \023 \Wrd \Change Orders \CO I 5.docx 0 www.strand.c ©f3'! City of Dubuque —Miron Construction Co., Inc. Contract 1 -2010, Change Order No. 15 Page 3 March 5, 2012 Contract Price Adjustment Original Contract Price $49,750,000 Previous Change Order Adjustments $4,828,824 Adjustment in Contract Price this Change Order ($20,572) Current Contract Price including this Change Order $54,558,252 Contract Completion Date Adjustment Original Contract Completion Date Contract Completion Date Adjustments because of previous Change Orders Contract Completion Date Adjustments because of this Change Order Current Contract Completion Date including all Change Orders August 31, 2013 None None August 31, 2013 a��o°,‘� E - std aqF ��,document shall become a supplement to the Contract and all provisions will apply hereto. o��a °° RECO co: ANDALL A. a c ono VMRTZ e22 s 6 1 3 EENG R— Strand Associates, Inc. "'In/ oA'PPROVED CONTRACTOR— iron ConstructionfCo., Inc. David G. Voss Jr., President APPROVED OWNER —City of Dubuque RAW:GWT:cad \S :\MAD\ 1100 -- 1199 \1154 \023 \Wrd \Change Orders \CO 15.docx 7'/) Date Date www.strand.corn RANO Assoc/Am-9,Na- ENGINEERS I15b1 Wed( Change Directive Directive No.: 38 I Contract: 1-2010 Owner. City of Dubuoue By: GWT Contractor: Miron Construction Co.. Inc. Date: 11/18/11 Description of Work Cost Deduction Cost Addition_ Provide services to comply with Iowa Department of Natural Resources (IDNR) requirements for completion of a Tier 2 Leaking Underground Storage Tank Risk-Based Corrective Action (RBCA) assessment according to the attached February 14, 2011 proposal prepared by Seneca Companies. The RBCA Tier 2 report shall be suitable for Owner signature and ready to be forwarded to IDNR prior to the January 1, 2012 IDNR deadline to allow the report to be submitted in compliance with IDNR requirements. Not to Exceed $16,333 Total Not to Exceed $16,333 Remarks: The Contract will be adjusted via change order based upon the final time and material invoi amount from Seneca with a Not to Exceed additional cost of $16,333. The $16,333 additional Cost includes Miron markups. Change in Contract Price by: 0 Supplemental Unit Price 0 Unit Price 0 Lump Sum Requested by: Miron Construction Recommended by: Accepted by: Approved by: 11/18/11 Date 11/18/11 Date //—.,23-1/ Date // Date 1/4 THIS FORM IS NOT A SUBSTITUTE FOR A PROP LIP PREPARED AND EXECUTED CHANGE ORDER— initla!stSNAM1100-11 001 15410231. WrdIVI/ork Change Directreskalrelive. No 08.11e r 2 Strivoy.doc erom T h e C o m p l e t e S o l u t i o n February 14, 2011 Seneca proposal #201043C01 Mr. Johnathon Daniels Miron Construction 1471 MaMahon Road Neenah, WI 54956 -6305 RE: RBCA TIER 2 CHANCE ORDER DUBUQUE, IA WATER POLLUTION CONTROL PLANT 795 JULIEN DUBUQUE ROAD, DUBUQUE, IA BRANCH ADDRESS 7241 Gaines Street Court Davenport, IA 52806 Phone: 563 -332- 8000 Toll-Free: 800-728-6900 Fax: 563- 332 -9465 Dear Mr. Daniels, Seneca Environmental Services removed an 850 gallon underground storage tank at the above referenced site on September 21, 2010. At the time of the removal, a soil sample and groundwater sample were obtained in accordance with Iowa Department of Natural Resources (IDNR) guidelines. The soil sample, taken at approximately 10 feet below the grade existing at that time, and the groundwater sample, taken from groundwater in an existing monitoring well from a depth of 24 feet, did not contain detectable traces of petroleum. On January 13, 2011, Seneca Environmental Services (Seneca) was informed that apparent petroleum contaminated soil was discovered during construction activities in approximately the same aerial location as the removed tank, but at a deeper horizon. On January 14, 2011, Seneca dispatched an environmental technician to the site for the purpose of obtaining infonuation and soil samples. Three soil samples were obtained and analyzed for petroleum compounds utilizing Iowa Method OA -1 and OA -2. Sample Si contained petroleum constituents in excess of Tier 1 soil leaching to groundwater, soil vapor to enclosed space, and soil to water line risk pathways. Petroleum contamination in soil samples S -2 and S -3 did not exceed soil risk pathways. Soil overexcavation was conducted at the site. Contaminated soil was removed and disposed with samples taken during excavation activities. Samples indicated that the soil contamination was largely removed, but extended to the east under a deep soil bank. The remaining contamination, as determined by a single soil sample, is in excess of IDNR Tier 1 LUST target levels for benzene for groundwater ingestion and soil vapor to enclosed space, for toluene for soil to water line and for xylenes for soil to water line. LUST CA Tier 2 Assessment Seneca Environmental Services (SES) proposes to conduct the work necessary to comply with Iowa Department of Natural Resources requirements for completion of a Tier 2 Risk -Based Corrective Action assessment. A Tier 1 assessment is not proposed because it is already known that remaining contamination is in excess of some risk pathways. Based on information available to date, Seneca proposes the following: a With a drilling rig, complete a soil boring and install a groundwater monitoring well at the foimer tank pit. Although this area has been remediated by overexcavation, a tank pit monitoring well will be required. If it is necessary to install a permanent monitoring well in this location, Seneca proposes that the well be installed at the current grade, then built up as filling procedures are completed. © Complete a soil boring and install a temporary monitoring well at the current soil source, the location of soil sample E -1. If it is necessary to install a permanent monitoring well in this location, Seneca proposes that the well be Other Branch Locations Des Moines, IA Corporate Office c Denver, CO o Oreana, IL 9 Baldwyn, MS ° Grandview, MO 0 Sioux City, IA w wv w. s e n e cac otrm p a nies. co m Petroleum Equipment G Petroleum Construction o Petroleum Service A Automotive Service Equipment d industrial Fluid Power & Handling Systems o Electrical Contracting o Environmental Services • Remediation Systems ® Waste Solutions /Hydro - Blasting installed temporarily at the current grade, then either built up as filling proceeds or reinstalled, if necessary, after filling procedures are completed. Reinstallation would be at additional cost. Complete additional soil borings and monitoring wells deep enough to reach into and through the contamination zone and into groundwater. Convert a minimum of two of the borings, extended a minimum of 10 feet below the first encountered groundwater or to the bottom of soil contamination as estimated by field screening, into monitoring wells; O Sample soil continuously from all borings; • Screen each recovered length of sample using a photo ionization detector (PM); © Collect and preserve a soil sample from the borings at the depth interval with the highest FED screening value; • Analyze 4 soil samples for OA1/MTBE; • Analyze 4 groundwater samples for OA1/MTBE; O Complete three hydraulic conductivity tests; • Complete a receptor survey; © Complete risk pathway assessments; 4 Complete a RBCA Tier 2 report suitable for signature and forwarding to the IDNR. Item Units Quantity Rate Cost Drill Rig Mobilization Per event 1 $500.00 $500.00 SES Mobilization (Drilling) lvlile/ Hour 170/3 $1.50 /mi.& 555.00/ hr. $420.00 Soil Borings to 20 feet (Screening only) Boring 4 5600.00 $2400.00 Monitoring well to 20': (OA1/MTBE, GW & Soil) Well 4 51,350.00 $5,400.00 Additional boring footage(if necessary) Feet Est. 40 524.00 5960.00 SES Mobilization Mile/Hour 170/3 x2 $1.50 /mi.& 555.00/ hr. $840.00 Field Receptor Survey /Misc Field Work LS 1 $400.00 $400.00 Hydraulic Conductivity Testing Per Test 3 $110.00 $330.00 Groundwater ingestion pathway assessment (if necessary) Per model 1 575.00 $575.00 Soil leaching to groundwater pathway assessment Per model 1 875.00 $875.00 Groundwater vapor to enclosed space pathway assessment (if necessary) Per model 1 $825.00 5825.00 Soil vapor to enclosed space pathway assessment Per model 1 5575.00 5575.00 Soil to Water Line pathway assessment Per model 1 $475.00 $475.00 Tier 2 Report Report 1 51,750.00 51,750.00 Sub Total $13965.00 to$15325.00 Sales Tax @ 7% $NA Total $13965 to $15325.00 1$. ,325 x 1.05 Miron Markup x 1.015 Bonds and Insurance = $16,333 2 At this point, it is unknown which risk pathways will require assessment because groundwater has not been sampled, therefore, a range of cost is provided. The above costs do not reflect drilling in bedrock. If bedrock is encountered, a revised assessment and revised Tier 2 proposal will be necessary. If deemed advisable, extra borings and wells will be charged upon agreement of a mutually approved change order. The above estimated cost does not include costs of reinstalling monitoring wells should any require replacement. The above cost does not include standby time imposed on Seneca through no fault of Senecas. Standby time will be charged at the rate of $250.00 per hour while the drill rig is present at the site. Because of ongoing construction, it is anticipated that extra technician time in the field, additional mobilization charges and otherwise unanticipated expenses may be incurred. The monitoring well installed at the former tank pit must be installed and built up during filling procedures if a permanent well in this location is necessary. If it is determined that the well must be drilled after filling procedures and construction is completed, a specific written waiver of subsurface damage to utilities in the area will be required by Seneca. If this change order is acceptable to you, please sign the appropriate attached change order form and send back to us or provide a written CO authorization. If you have any questions, please contact me at 563 -332 -8000 or at nderynck@senecaco.com. Seneca Companies appreciates the opportunity to assist you in this matter. Sincerely, SENECA ENVIRONMENTAL SERVICES Id Neil P. DeRynck Senior Project Manager Encl: Seneca Environmental Change Order Agreement 3 Building Excellence. CHANGE ORDER REQUEST 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 JOB # :103400 MOD #: 0164 -01 DATED: 2/17/12 FAX: 608 -251 -8655 PHONE: 608 -251 -4843 DESCRIPTION OF MODIFICATION: Revised cost associated with Tier 2 Petroleum Further Investigation. REQUESTED BY: Strand Associates Inc SUBCONTRACTOR Seneca Companies Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: DATE: AMOUNT $12,480.50 $624.03 Subtotal $13,104.53 $196.57 $13,301.10 $13,301.00 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 Owner Representative orfathan Danielst' =` S;cedule Impact Date 2/17/12 Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN k „IRON GONSTRUCT IO••, GO., INC. 08� Excellence Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WE 54956 Phone: 920/969 -7000 Fax: 920/969 -7399 www.miron- construction. com Owner City of Dubuque Project Dubuque WPCP Project No. 103400 Title Cost Proposal Request Documentation Modification Quote Number: 164-01 Description of Modification: Tier, 2 Petroleum Work ; to- Date, Items included in this proposal: 164-01 Computed by JCD Date 17- Feb -12 Verified by Date Page 1 of 1 Revision 0 Item 164 -01 Seneca 1.0 Seneca Tier II Petroleum Work Contract Times 1.0 No Change ** *Note: Please see attached inv0ices for breakdown of work performed. Lump Sum $ 12,480.50 Subtotal: $ 12,480.50 Miron Markup @ 5% $ 624.03 Bond & Insurance @ 1.5 %: $ 196.57 TOTAL - Mod 164 -00: $ 13,301.09 ,44.01.1044421 421PARMU inggeproliggia E011 Neens Work Chi g Directiv Directive No:: 43 Contract: 1•2010 Owner: City of Dubuque By GWT Contractor: Miron Construction Co., Inc. Date: 1/17/12 Description of Work Cost Cost Deduction Addition Provide natural gas piping and associated appurtenances from gas meter to all buildings as shown on the. Contract drawings. Provide materials as specified in the Contract $25,000 Total $25,000 Remarks: This Work Change Directive shali result-in no change to project duration arid is not subject to negotiation. Change in Contract Price by: 0 Supplemental Unit Price 0 Unit Price Lump Sum Requested by: Miron Construction 1/17[12 Date Recommended by (Engineer) 1/17/12 Date Accepted by: Approved by: or) er) Date I•11 — Z.012_ Date -THIS FORM IS NOT A SUBSTMITE FOR A PROPERLY FREPA I raja-MS:1MA 0\1 100-1 1$\1154\O2a1WrdWod j,ii ge Direethiespiredbe No 43.11 aturat Gas, dopc • AND VECUTED CHANGE ORDER STRAND ABBOCIATS9 115d, 15e BNGINBEIBB Work Change Directive Directive No.: 45 Contract: 1-2010 Qwner: Citv of Dubuque By: GWT Contractor. Miron Construction Co.. Inc. Date: 2/2/12 Description of Work Cost Deduction Cost Addition Provide work as described item 062-01 in attached Cost Proposal Request $0 62 dated January 9, 2012. Provide work as described item 062-02 in attached Cost Proposal ReqUest 62 dated January 9, 2012. Not to Exceed $6,041 Total Not to Exceed $6,041 Remarks: This Work Change Directive shall result in no change to project duration. We request that item 062-02 work be performed on a time and materials basis with a not to exceed cost of $6,041. Please review the time sheets with the resident project representative on site and provide material invoices. Change in Contract Price by: 0 Supplemental Unit Price 0 Unit Price 0 Lump Sum Requested by: Miron Construction 2/2/12 Date Recommended by: A). (Engineer) 2/2/12 Date Accepted by: e-- (C.' -tor) Approved by: (Owner) Date Date —THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND IEVECUTED CHANGE ORDER— InidalslSAMADVI 100-1199 \1154■0231WrdWorit Change DirectNeelDireciNe No 45.RAS Pump SV.Cupsink Drain.docx ASST. SUPT. OFFICE 181141 SUPT. OFFICE 181151 OFFICE 181131 4° RD — SCA.3A '-`' ROOM 181161 . . H Si k Jj ic-,, -7 , UNISEX ‘-/EST:BULE i ,-, - 18101i 1 , 18109k - , , 81081 - RD ,._, PLAt,ii TRO-0- N'J .\;\ .°3 X°. \ \ \ ' L-1 I X L-1 - RCOPY RECEPTION \ \\ 181101 O .„.%) p F99,' ! ,./ /--' '1, •'' ! /' /,'.'-'\ ..../ /7 / .4. ' './ , /X / \' / . " / .... ,/,', -"■\ - 1 .' ." 4 , •-• , , - : 7 7 , SAM PL COLLECTION,:/ TiT'RAGE.ROIOM-- 18122H- nv7 3° VTR K 99-P5.01 ) ' \ -: JD ( 99-AP5.01 ) ... . .. Ct:k ,..,',. . RD-1 '''"•.'- //-s // ''' -::- \/ \ \ . 7 GARAGE, / \ \ \ . ../- 181251 ,' ,X \ / \ 0 / / \ ,',-' " -7 -. , / ' : 018FT2IC3Ei ".--/,.:\ .\(;,:)::‘, /,,, zr , - / 7 / SS ...- \ Rii-.1 -\ - 0- ,% : / M1CROBIOLe : RO , _ FD-1> HD"- Fc 47-"Wi bt■I 3° ELOW/3" VTR- j 3° W FROM - - BELOW/3" VTR W DW 1T1 \ \ = 8107, 4: vI\iirt HALLWAY 3- V FROM 3 :[125 BELOW • 742;3_ RD - ■-• 4°-CL „ jANEFOR CLOSET ' 181111 : MSB „FRomLBELow : :STAIRS . .11811211 . . 3" W DN/-- 1--- . 3" VTR . pSK----1--- . , 1 ow . , CONFEF<ENCE - '-------- - -- --ROOM , -7-- 3° ST 1.04% • ' / 181 G6 I N.., . • A 4° ST DN . - : LUNCH ROdM 81041 1` 7 EE BALANCE ROOM 18120 LAB STORAGE 181211 2" W DN - \ : FIRST FLOOR ' WASTE AND VENT PLAN /1 0 2 4' Er AN LOBBY )81021 ALLWAY 181171. 3 VTR )( F 99i-P5.01 GENERAL NOTES: 1. SEE DRAWING 80-P1.01 FOR GENERAL NOTES. 2. LABORATORY SINKS, AND FAUCETS ARE PROVIDED BY DIVISION 11. PLUMBING CONTRACTOR IS RESPONSIBLE FOR CONNECTING PIPING TO EQUIPMENT. KEY 0 0 0 0 0 0 JULY 2010 uJ 1.-- < 0 L'3 z 0 C5 ci z 6======== NOTES: PROVIDE WALL SLEEVE TO TRANSITION FROM UN-EXCAVATED AREA BENEATH GARAGE TO BASEMENT. SEAL WATERTIGHT SANITARY WASTE FROM FUME HOOD CUP SINK. DRAINAGE FROM DISHWASHER SHALL DISCHARGE TO HUB DRAIN WITH AIR GAP. DRAINAGE FROM LAB SINK SHALL BE ROUTED TO CHEMICAL WASTE TANK. CHEMICAL WASTE TANK SHALL BE LOCATED IN BASEMENT. SEE SCHEMATICS FOR ROUTING DETAILS. ROUTE STORM PIPING DOWN WALL PENETRATE FINISHED FLOOR IN GARAGE AREA AND PENETRATE EXTERIOR WALL AT EL 641.50. STORM WATER SHALL DISCHARGE WITH DOWNSPOUT NOZZLE ONTO SPLASH PAD. ACID WASTE VENT. DO NOT CONNECT TO SANITARY VENTING SYSTEM. ROUTE STORM PIPING DOWN WALL PENETRATE EXTERIOR WALL EL 643.00. STORM WATER SHALL DISCHARGE WITH DOWNSPOUT NOZZLE ONTO SPLASH PAD. ROUTE PIPING AS HIGH AS POSSIBLE. CONDENSATE DRAIN FROM WATERSOURCE HEATPUMP. WATER POLLUTION CONTROL PLANT MODIFICATIONS CITY OF DUBUQUE DUBUQUE, IOWA TRAM ASSOCIATES, INCA ENGINEERS SHEET 297 80—P1 .02 JOB NO. 1154-008 File: S: \ MAD\ 1100--1199 \ 1154 \ 008 \Aced \ Strand Drawings\ 80—P1.02.dwg Time: Jul 19, 2010 — 8:57am No. 062 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 January 9, 2012 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 BIRDER NOR A DIRECTION TO PROCEED WITH THE WO !'; , DESCRIED HEREIN. 062 -01 Drawing 55- PH1.01 (Sheet 125) CHANGE key note 7 to the following: 7. Provide new 1/2 -inch solenoid valve. Valve shall be slow closing type as specified in Section 15050 and shall fail open. Verify connection location in the field. 062 -02 Drawing 80 -P1.02 (Sheet 297) ADD an oval cupsink within the service chase at the location as shown on the attached drawing. Connect 1/ -1/2" cupsink drain to drain beneath sink in Sample Collection Storage Room or connect to drain below cupsink in basement (Future Office 8015). Provide laboratory drain piping as specified in Section 15050. Building Excellenc& CHANGE ORDER REQUEST 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 JOB 11:103400 MOD #: 0170-02 DATED: 2/01/12 FAX: 608 -251 -8655 PHONE: 608 -251 -4843 DESCRIPTION OF MODIFICATION: Revised cost associated with changes to solenoid valves for RAS pumps and cupsing drain in lab, per Cost Proposal Request #062 dated 1/9/12. REOUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR JF Ahern Company Faith Technologies, Inc. Wynn 0 Jones & Associates Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Subtotal Subtotal AMOUNT $5,667.90 $.00 $.00 $5,667.90 $283.40 $5,951.30 $89.27 $6,040.57 $6,041.00 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 Owner Representative Schedule Impact ())/W Jcffi han Daniels Date 2/01/12 Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN ivIIRON CONSTRUCTION CO., INC. Being Ekc ill IW 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 Owner City of Dubuque Project Dubuque WPCP Project No. 103400 Title Cost Pro osal Re uest Documentation Computed by JCD Date 1-Feb-12 Verified by Date Page 1 of 1 Revision 0 Modification Quote Number: 170-00 Description of Modification: CPR-062 Items included In this proposal: 062-01, 062-02 tem 062-01 Ahern 1.0 Change key note 7 on sheet 125. Faith Material Labor $ 1.0 Change key note 7 on sheet 125. - $ Contract Times LO No Change - $ Item 062-02 Ahern 1.0 Add cupsink in admin lab and provide drain piping. Tf1M Material Labor 480.90 $ 5,187.00 Wynn Jones 1.0 Cut sink hole in top. - $ Contract Times LO No Change *** Note: none subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5%: $ TOTAL - CM 062-00: $ 480.90 $ 5,187.00 24.04 $ 259.35 89.27 6,040.56 BTRAND EA3N.1911,1 E E ; 15f Work Change Directive Directive No.: 46 Contract: 1-2010 Owner: City of Dubuoue Contractor. Miron Construction Co.. Inc. Description of Work By: GWT Date: 2115/12 Cost Cost uction Addition Provide FIVAC duct modifications and work In Structure 20 as described in the attached RFI 314 response and according to the following comments for each RFI item. RFI Item A. Provide two 24" x 20" 45° elbows instead of one 90° elbow. RFI Item B. Provide two 24" x 20" 80° elbows instead of tuna 45° elbow. RFI Item C. Demolish sections of 3" and 1.5" PVC lines to Install new duct. RFI Item D. Contractor to provide rectangular shaped duct. RFI Item E. Provide transition duct to fit below existing ductile iron piping and add two 24° x 16" 45° elbows. RFI Item F. Provide 16° x 24" duct to clear obstructions. Re-route existing stainless steel air line to install duct through the floor from basement. Demolish existing out of service air compressor piping (ACP) in basement of Structure 20. This piping is painted green and was replaced by a stainless steel (SS) line from compressor to the air operated diaphragm sludge pumps. Support the existing SS line independent of the existing green ACP piping. $5,985 Iota $5,985 Remarks: This Work Change Directive shall result in no change to project duration and is not subject to negotiation. Chan • e in Contract Price Supplemental Unit Prim 0 Unit Price Lump Sum Requested by: Miron Construction Recommended by: (Engineer) Accepted by: ( ontractor) Approved by: (Owner) 1118/12 Date 2/15/12 Date -/2 Date Date —THIS FORM IS NOT A SUBSTITUTE FOR 14 PROPERLY PREPARED AND EXECUTED CHANGE ORDER tnitialeakMA011100—/19211134t0231War■Work Change DireotiveakOirective No 40.Str 20 KWIC Enid a ACP Dama.docx Building Excellence`" CHANGE ORDER REQUEST TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 JOB #:103400 MOD #: 0171 -01 DATED: 1/18/12 FAX: 608 -251 -8655 PHONE: 608 -251 -4843 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 DESCRIPTION OF MODIFICATION: Revised cost asssociated with Building 20 duct and air piping modifications, per the response to RFI #314. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company $5,616.00 Miron Management Fee 5.00 % - Subs $280.80 Subtotal $5,896.80 $88.45 TOTAL AMOUNT OF THIS MODIFICATION: $5,985.25 Performance Bond 1.50 % CHANGE ORDER AMOUNT REQUESTED: $5,985.00 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 �, hedule Impact Sri Daniels Miron Representativ Owner Representative \/ THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Date 1/18/12 Date AARON CONSTRUCTION CO., INC. 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.tniron-construction.com AVkir-5.14X14 III Modification Quote Number: 171-01 Description of Modification: RFT-314 Items included in this proposal: 171-01 Item 171-01 Ahern 1.0 Modifications per RFI 314 Contract Times 1.0 No Change Owner City of Dubuque Project Dubuque WPCP Project No 103400 Title Cost Proposal Re uest Documentation Computed by JCD Date 18-Jan-12 Verified by Date Page 1 of 1 Revision 0 Material Labor 1,385.75 $ 4,230.25 *** Note: None Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5%: $ TOTAL - Mod 171-00: $ 1,385.75 $ 69.29 $ 88.45 5,985.25 4,230.25 211.51 Dubuque WPCP Bldg 20 HVAC RFI Please refer to attached plans and pictures for modifications and conflicts: A. Supply line offset in southern corner of basement level (JFA Dwg 20- PH1.01). ® An existing hatch is located in the ceiling of this southern corner. To avoid the hatch, (2) 45 deg. elbows are needed in place of the 90 deg. elbow shown on the contract drawings. Please advise on how to roceed. is acceptable to provide the 2 -45 deg elbows] B. Supply line offset in northern corner of basementvel (JFA Dwg 20- PH1.01). ® To better offset around the existing staircase and obstructions in the northern corner of the basement, (2) 90 deg. elbows are needed in place of the (2) 45 deg. elbows shown on the contract drawings. ___Pie a.se_admi e_n_a_how_to proceed slit is acceptable to provide the 2 -90 deg elbows C. Supply line obstructions along southeastern wall of basement level (JFA Dwg 20- PH1.01 Orange). ® An existing 3" and 1.5" PVC line both conflict with the intended layout of the 24 "x22" supply line ductwork as shown on the contract drawings (see picture C). These PVC lines are not shown on the Bldg 20 d emo drawings. Please advise on how to proceed. u� { verify between existing NG and PVC lines., j COntraCtUr to 'v e:�si ! clearance once 2 .. J ° D. Exhaust line obstructions along north walls of basement level PRI Splitter Room 2004 (JFA Dwg 20- PH1.01 Green & Contract Dwg 20- PH1.01). ® Existing ductile iron piping /valves and new and existing conduit piping conflict with the intended layout of the 20 "x20" exhaust ductwork (see pictures D.1 and D.2). The exhaust ductwork will require various additional offsets to clear these obstructions. Please .a_dvise_on_how_ to Droce_ed. 1Contractor to verify if rectangular shaped duct would clear obstructions. E. Exhaust line obstructions between buildings 20 and 75 at the tunnel (JFA Dwg 20- PH1.01 Blue & Contract Dwg 20- PH1.01). ® Existing ductile iron piping at the east end of the tunnel conflicts (elevation wise) with the intended layout of 20 "x20" exhaust ductwork (see picture E). The exhaust ductwork will require (2) additional 7.5" vertical offsets to drop down below the existing piping. P.tease advise on how to proceed. _ _ _- lContractor to verify if one offset at E would drop the duct below existing piping. F. 24 "x24" exhaust line penetration between basement and first floor (JFA Dwg 20- PH1.01 & Contract Dwg 20- PH1.01). ® The 24 "x24 "penetration called out at note 5 will not fit in this location due to lack of space and numerous existing obstructions (see pictures D.1 and D.2). A 20 "x20" opening and ductwork is needed at this location and still will be a tight fit. Please advise on how to proceed. ! — #Contractor to verify if 16 x 24 duct would clear obstructions. Contractor to ��verify if 16 x 24 duct acceptable with fan. \ti 600CM I 1 L.. PRIMARY CLARIFIER NO 1 20N20" BONN TO 12" AFF 111-65F LL \ 2011 ' 1800 MA riri /,/ 24"ow UP 12 3E25 / ABOVE IST 01.000 SCE -44, 15T FLOOR fOR CDR .4 , • • •'// o4.1.44.1 140.00111.1000 O o ouu.wunto.a-muunn. V11.0 n9s.....70.1. IA 'JAY an Apra, 2011 P.14:=1-11421,14,4=21,4g11=1" /`', J1" -\\:\ 0001 fR:\ 10-01 / 4'S/ 11 /14.,..;-cL,•: 21)R " ,41 /15, ' • / &-111 1B12 1 \ 45 24%5' IF 21.116" - _ _ -:-Zz•s1„. r,,011015 0(11100)00 aTiv7 "., .1.1 \51' „,.„ .?'.:.. .7 \‘':•,.\ t4Kirca N •---.-2::::t ,,.•-•. '''' ear PRIMARY CI ARIFIER ND 2 DUBUQUE wPCP CRY OF DUBUQUE DUBUQUE, IA 230 24.44- mom 12 AFF 14-1154 UP 10 6 ANNE 151 FLOOR SEE 151 FLOOR FOR CONT. CAI; STAMP 2'4t SO-1 114 43 „ A2*PI0* EP 10 NT SCE 150 \FLOOR FOR CORI 4/44/ >,.. • /> Cy \ .4 ,s, ,,v/ \ \ \:\ \„\ ■1 It 4 HERN , J. FAHERN CO. MECHANICAL & FIRE PROTECTION CONTRACTORS 11.116.1641...‘1111 1110114C14001.... EVIAN wuay CLARIFIER COMEUX 04DG. 20 eAglograr OM e tam= a Itonto oomIOLF- 515 tuft sm. man( r. r4C2R412,40.14044.-...1 'two— 0/41: -• 20-PH1.01 1 "NPW U 0 99 -H5.01 //\./�24x24 TO 24x16 `, °'` . TRANSITION ELBOW .75 9.7,03 on SG -1 4',.12x6 ,50Q 0EN 1" HHWS UP / 1" HHWR FR ABOVE J' SG-1 1 PUMP' M ROOM 24 6.-TO-24A IRAN 1710' EXISTING DRAIN PT 2001 1mNPW UP CoturR4c_T- Dwc� Zo— PH 1. of STRAND ASECCIA 1 15g, 15h, 15i GINEERS Work Change Directive Directive No.: 47 Contract 1-2010 Owner. City of Dubuque By: GWT Contractor: Miron Construction Co., Inc. Date: 1/30/12 Description of Work Cost Deduction Provide brick Secondary Gate Piers as described in attached Cost Proposal Request No. 56 dated October 3, 2011. Drawings 75-ASM1.06 and 75-ASI1111.08: As described In RFI 412, provide 611 S, 6" PRF and 6" TWASPRAS ductile iron spool pieces and fittings as shown on the attached drawing. Spools and fittings shall be provided as specified. Contractor shall coordinate with HWS and HWR piping, heating and ventilation ductwork, and lighting installation. Perform the following work as originally described in the RFI 392 response: 1. !n Vestibule 8101, install carpet tile over hard backing material (plywood or cement board) on top of the 1" rigid insulation. Delete the vinyl base in Vestibule 8101 at the aluminum storefront system. 2. In Lobby 8102 and Lunch Room 8104, provide metal trim to match the color of the aluminum storefront system over hard backing material (plywood, cement board, or gypsum) on top of the 1* rigid insulation. Delete the vinyl base in Lobby 8102 and Lunch Room 8104 at the aluminum storefront system. Cost Addition $3,276 $4,811 91 Total $8,778 Remarks: This Work Change Directive shall result in no change to project duration and Is not subject to negotiation. Change in Contract Price by: 0 Supplemental Unit Price Requested by: Miron Construction Recommended by: Accepted by: 0 Unit Price EI Lump Sum 1/30/12 Date (Engineer Air -1111Vsr Approved by: (Owner) („y) n6re - 31- 2_ Date 1130/12 Date Date —THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER.. ItilUatoIS:94401.1100-1193 \ 1154 l0231Wrallottt Champ. Direa`voslEgrectiya No 47.Str 73 Stair Plpo.Eliex at East PostTrim ot fr.doat No. 056 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 October 3, 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 ER NOR A I I CTION TO P' OCEE WITH THE WO -, DESCRIBED HEREIN. Drawing 05 -05.02 (Sheet 30) Provide the two secondary gate piers at the west entrance with a brick exterior instead of split face block as shown on the attached drawings. Initials\S:\MAD\1100 - -1 I99 \115d 023 \Wrd \Cost Proposal Requests \CPR.56.Secondary Gate Piers.docx STRAND ASSOCIATES, INC„' ENtG INE ER S 1 l0 16' -4° 17' -4° 4' -4° FOUNDATION PLAN 17' -4° 2' -8° 12' -0° 2' -8° 2'- 0 °x2' -0° CAST STONE PLAQUE W/ CRY LOGO PAINTED IN COLORS 3' -8" 3' -0" PLAN 12'-0° A 24' -4° L 5 -4° 1 OOTING 4' -4° _.._ A 25' -4" 3' -4° FOOTING CAST STONE PIER CAP nF T- PAGE BcBcK- Face Brick 24 °x24° CAST STONE PLAQUE W\ CRY LOGO PAINTED IN COLORS CAST STONE BASE E� I r1- __ - - --L1 (TYP•) 0 SQUARE 5' -0" SQUARE SECTION E -E f - SECONDARY GATE O5 --CSA2 o i'2• 4' 8' it XEY NOTES* 3, -0" 0 O2 #4®1B" ,) #4x1' -O° LONG RESIN ANCHOR ® 24° MAX. 0,C. EMBED 6° INTO CONCRETE 3 -#4 DOWELS EA SIDE EVENLY SPACED. BEVELED INSET 3 1/2" TOP WIDTH AND 1 1/2° SIDE AND BOTTOM C CAST STONE PIER CAP 8° CAST STONE SIGN W/ GARAMMOND LETTERING STYLE SAND BLASTED AND PAINTED- FTG. WALL. ® CAST AGAINST SMOOTH SIDE OF 1/2" FIBERBOARD FILLER O CAST STONE BASE 4'- 4°x4' -4" © CAST STONE BASE 4'- 0°x4' -0° O 4° FACE BRICK O AIR GAP O 8° MASONRY U 8" BOND BEAM W/ 2 »45 CONTINUOUS GROUT FULL 11 MASONRY REINFORCEMENT ® 16° 0.C. VERTICALLY. 12 WEEP HOLES ® 32° 0.C. 13 THROUGH WALL FLASHING. 14 8" SPLIT FACE BLOCK. 15 WEEP HOLES ® 16° 0.C. 16 4° MASONRY. 17 CAST STONE PIER CAP 4'- 4°X4' -4" 0 CAST STONE CAP. 4° OVERHANG FRONT & BACK ONLY. 19 CAST STONE SILL 4" OVERHANG FRONT AND BACK ONLY. 20 CAST STONE PIER CAP 4'- 0°X4' -0 °. 21 #4X1' -0° LONG DOWEL ONE ® EACH CORNER EMBED 6 °. • I4X1' -0° LONG DOWEL ® 16" 0.0. EMBED 6 °. • DRIP EDGE (1YP.) ® 8° CAST STONE SIGN ©5 3 ,-2" SCH 80 PIPE SUPPORTS X 9' -0° LONG 0 1/4 POINTS EMBED 3' -8 °,IN FOUNDATION WALL FILL PIPES W/ GROUT. 126 3° DIA HOLE 0 1/4 POINTS. SET SIGN ON 2° PIPES EMBEDDED INTO CONCRETE FOUNDATION. GROUT HOLES. SOLID AROUND PIPES. HOLES IN CAST STONE SIGN TO BE FACTORY CAST, VERIFY HOLE LOCATION WITH PIPE SUPPORT LOCATIONS PRIOR TO FABRICATION. evised. ee attached ZZDM ® N1 6Ed Z et 3 0 0 r a o m 0 0 BRICK TO MATCH BLDG EXPOSE CONCRETE FOUNDATION WALL 4° II T —1i r1--- ----L1 1 J NORTH ELEVATION SECTION A -A SECTION B -R SECTION C -Q A 05 -05.02 }SITE SIGN DETAIL D t' 2' 4' s' • 3/8" MORTAR LEVELING PAD. File: S:\ MAD \1100 -- 1199 \1154 \008 \Acad \Strand Drawings \05- C5.02.dwg lime: Jul 16, 2010 - 4:39pm OTRANO AGEOCIATES,INDA ENGINEERS SHEET 05 -05.02 30 �JOB .NO. 1154 -008 1111111 3 0 0 r a o m 0 0 BRICK TO MATCH BLDG EXPOSE CONCRETE FOUNDATION WALL 4° II T —1i r1--- ----L1 1 J NORTH ELEVATION SECTION A -A SECTION B -R SECTION C -Q A 05 -05.02 }SITE SIGN DETAIL D t' 2' 4' s' • 3/8" MORTAR LEVELING PAD. File: S:\ MAD \1100 -- 1199 \1154 \008 \Acad \Strand Drawings \05- C5.02.dwg lime: Jul 16, 2010 - 4:39pm OTRANO AGEOCIATES,INDA ENGINEERS SHEET 05 -05.02 30 �JOB .NO. 1154 -008 C,Zir ?dIdh�s Excellence. CHANGE ORDER REQUEST 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: JOB 4:103400 MOD #: 0134 -00 DATED: 12/02/11 FAX: 608 -251 -8655 PHONE: 608 -251 -4843 Cost associated with changes to brick secondary gate piers, per Cost Proposal Request #056 dated 10/3/11. REQUESTED BY: Strand Associates Inc DATE: 10/03/11 SUBCONTRACTOR AMOUNT Monona Masonry Inc $3,074.00 Miron Management Fee 5.00 % - Subs $153.70 Subtotal $3,227.70 Performance Bond 1.50 % $48.42 $3,276.12 TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: $3,276.00 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 i edule Impact an Daniels -- l Miron Representative( `Jcsn Owner Representative - - - -- Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Date 12/02/11 Building EXCeHOBC 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 ref Owner City of Dubuque Project Dubuque WPCP Project No. 103400 Title Cost Proposal Request Documentation Computed by JCD Date 2- Dec -11 Verified by Date Page 1 of 1 Revision 0 Modification Quote Number: 134 -00 Description of Modification: CPR -056 Items included in this proposal: 056 -01 Item 056 -01 Monona Material Labor 1.0 Add brick to enterance piers $ 804.00 $ 2,270.00 Contract Times 1.0 No Change $ $ x ** Note: None Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5 %: $ TOTAL - CPR 056 -00: $ 804.00 $ 40.20 $ 48.42 3,276.12 2,270.00 113.50 Building Excellence` CHANGE ORDER REQUEST JOB #:103400 MOD #: 0173 -00 DATED: 1/18/12 TO: Mr Glenn W. Tranowski, P.E FAX: 608 -251 -8655 Strand Associates Inc PHONE: 608 - 251 -4843 910 W Wingra Dr Madison WI 53715 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 DESCRIPTION OF MODIFICATION: Cost to modify piping at 75 stair conflict, per the response to RFI 412. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company $4,514.00 Miron Management Fee 5.00 % - Subs $225.70 Subtotal $4,739.70 Performance Bond 1.50 % $71.10 TOTAL AMOUNT OF THIS MODIFICATION: $4,810.80 CHANGE ORDER AMOUNT REQUESTED: $4,811.00 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 Sch�edull. Impact Miron Representative .�ij�,�(,� J(,� / Date 1/18/12 Jan Man Daniels Owner Representative �` Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 N CONSTRUCTION GO., INC. 1471 McMahon Drive Neenah, WI 54956 g Exc e ile n c' Phone: 920/969 -7000 Fax: 920/969 -7399 www.miron-construction.com Modification Quote Number: 173-00 Description of Modification: RFI-412 Items included in this proposal: 173-01 Item 173-01 Ahern Owner City of Dubuque Project Dubuque WPCP Project No. 103400 Title Cost Proposal Request Documentation Computed by JCD Date 18-Jan-12 Verified by Date Page 1 of 1 Revision 0 1.0 Modify Piping At 75 Stair Conflict Contract Times 1.0 No Change *** Note: None Material Labor 2,856.60 $ 1,657.40 Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5%: $ TOTAL - Mod 173-00: $ 2,856.60 $ 142.83 $ 71.10 4,810.80 1,657.40 82.87 f oe 6" PRF TAPPED FOR PI ■ - tRy '? CNTP- 15-n7. P CNTMP- 75 -02 1 TAPPED -FOR MP — 6" S EL 637' -6" 6" PRF c. EL 642' -0" 6—CN It iI!I BSLMP 75 -01 6" S j. EL 641' -0" 75. 6" TWAS- /WAAS- EL 636'-9" VIC LANGE 6" S EL 632' -0" en rnsrr ne, nin,rt rinr nr Bill Of Materials with Pipe Cut Lengths Z: \MECHANICAL CONTRACTING \21 I DATA121I921\BENTLEY\DUBUQUE WWTP\AT_PIPE\75 PIPING Part No. Schedule GType SType Component Description Spec" Nominal Size Item Code Quantity 596 150LB PIP DIP FL x FL DI_150_3000 6 PIP - - -6 1' -1 7/8" 597 150LB PIP DIP FL x FL Dl_150 3000 6 PIP - - -6 1' -1 7/8" 598 150LB PIP DIP FL x FL D1_150_3000 6 PIP - - -6 I' -4 5/16" 599 I50LB PIP DIP FL x FL DI_150_3000 6 PIP - - -6 1' -8 3/16" 600 150LB PIP DIP FL x FL D1_150_3000 6 PIP - - -6 2'-1 3/4" 601 150LB PIP DIP FL x FL DI_150 3000 6 PIP - - -6 2' -1 3/4" 602 150LB 90B SR DI 90 DEG FLG SR EL C/F 8.00" DI_150_3000 6 90BSR -6 2 Page 1 of I Building Excellence" CHANGE ORDER REQUEST 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 JOB #:103400 MOD #: 0159 -00 DATED: 1/26/12 FAX: 608 -251 -8655 PHONE: 608- 251 -4843 DESCRIPTION OF MODIFICATION: Cost. associated with changes to admin atrium floor, per the response to RFI #392.. REQUESTED BY: Strand Associates Inc - DATE: SUBCONTRACTOR AMOUNT Hughes Flooring Inc • Wall -Tech Inc • Zephyr Aluminum Products, Inc. Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNTOF THIS.MODIFICATION: CHANGE ORDER AMOUNT. REQUESTED: Subtotal Subtotal $.00 $.00 $648.00 $648.00 $32.40 $680.40 $10.21 $690.61 $691.00 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 e edule Impact an Daniels Date 1/26/12 Owner Representative �° Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MVM(RON CONSTRUCTION CO., INC. giIfl g Ex ©elie ,. 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 Owner City of Dubuque Project Dubuque WPCP Project No. 103400 Title Cost Proposal Request Documentation Modification Quote Number: 159 -00 Description of Modification: RFI -392 Items included in this proposal: 159-01 Item 159 -01 Zephyr Hughes Walltech Computed by JCD Date 31- Jan -12 Verified by Date Page Revision Materia Labor 1.0 Add aluminum breakrnetal over hardboard in attrium and lunch room along curtainwall $ 400.00 $ 248.00 1.0 Add carpet over vestibule insulation and hardboard $ - $ 1.0 Add hardboard over 1" insulation and delete drywall $ $ Contract Times 1.0 No Change $ $ * ** Note: None Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5 %: $ TOTAL - Mod 159 -00: $ 400.00 $ 20.00 $ 10.21 690.61 248.00 STRAND RAIGUNREFIB 15j Work Change Directive Directive No.: 48 Contract: 1-2010 Owner: City of Dubuque By: GWT Contractor Miron Construction Co.. Inc. Date: 2/3/12 Description of Work - Cost uction Cost Addition I 1 5j Provide a curtain wall along the entire north side Of Reception Room 8103 in the Administration Building (Structure 80). Provide three equally spaced panels across the entire north side. Field verify oppning dimension. At Disinfection Structure 60, provide FRP panels as specified in Section 13 to be used by Owner when the UV medules are out of channel. These panels will be provided to-fit over the space where the panels with cutouts for the UV module electrical cables are located when the UV modules are in the channel. $1,071 $1, Total $2,597 Remarks: This Work Change Directive shall result in no change to project duration and is not subject to negotiation. D Supplemental Unit Price Change in Contract Price by: Unit Price 12g Lunlp SUm Requested by: Miron Construction 2/3/12 Date Recommended by: Accepted by: (Engineer) ntract r) Approved by: -(5w-ner) 2/3/12 Date Date Date —THIS FORM IS NOT I4 SUBSTITUTE FORA PROPERLY PREPARED AND E:XECUTED CHANGE ORDER-- tniUalsliAMAD11100-110411154 023‘Wrd1Work Chariga DIrectiveslDlrectiva No 48.Windata at Romptfort.Paneta at St' Bad= Building Excellence" CHANGE ORDER REQUEST 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 JOB #:103400 MOD #: 0160 -00 DATED: 2/02/12 FAX: 608 - 251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Cost to provide curtain wall along entire north side of reception area in Admin Building (Structure 80), per the response to RFI 390. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT Wall -Tech Inc Zephyr Aluminum Products, Inc. Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Subtotal Subtotal $.00 $1,005.00 $1,005.00 $50.25 $1,055.25 $15.83 $1,071.08 $1,071.00 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((cledule Impact Miron Representative -_ _ NIA. WILLA irl Date 2/02/12 (Jon;ath.an Daniels Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIRON CONSTRUCTION CO., INC, M I gEX II a 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 Modification Quote Number: Description of Modification: Items included In this proposal: Item 160 -01 Zephyr Walitech Owner City of Dubuque Project Dubuque WPCP Project No 103400 Title Cost Proposal Request Documentation Computed by JCD 160 -00 RFI - 390 160 -01 Date 2- Feb -12 Verified by Date Page 1 of 1 Revision 0 1.0 Add Section of window to 80F and make full width of opening. 1.0 Modify framing for larger window. Contract Times 1.0 No Change Lump Sum $ 1,005.00 $ * ** Note: None Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5 %: $ TOTAL - Mod 160 -00: $ 1,005.00 50.25 15.83 1,071.08 STRAND AssocIATE9 5.NGINE.EFIS 115k Work Change Directive Directive No.: 49 Contract: 1-2010 Owner: City of Dubuque By: GWT Contractor. Miron Construction Co.. Inc. Date: 2/16112 Description of Work Cost Deduction Cost Addition Provide work described in attached Cost Proposal Request No. 64 issued on January 31, 2012. Provide modifications to Mens and Womens Locker Rooms as shown on the attached revised drawing 80-ASM1.04. $2,957 Total $2,957 Remarks: This Work Change Directive shall result in no change to project duration and is not subject to negotiation. Change in Contract Price by: Supplemental Unit Price Requested by: Miron Construction 0 Unit Price El Lump Sum Recommended by: II (Engineer) Accepted by: Approved by: 2/16/12 Date 2—i —a Date Date THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPA AND OCEC tnitialelSAMAD11100-11991115410235WanWork Change DirectivesIDireedve No 40LADA Benches and Adrnin Looker Room Mode.d= D CHANGE ORDER- No. 064 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 January 31, 2012 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Florian 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 0 I ER NOR A DIRECTION TO PROCEED WITH THE WO ' DESCRIBED HEREIN. Drawing 75-AOiY11.12 (�7heet ZVJ) Delete the westernmost 9 -inch by 48 -inch bench and provide one 20 -inch by 48- inch ADA compliant bench. Bench shall be installed such that the 48 -inch width is directly against a wall and shall be floor mounted. Bench shall be installed approximately 18- inches east of lockers along south wall in Locker Room 7505. ADA bench shall be as manufactured by Penco Products, or equal. 064 -02 Drawing 75- ASM1.13 (Sheet 206) Delete the 9 -inch by 48 -inch bench and provide one 20 -inch by 48 -inch ADA compliant bench. Bench shall be installed such that the 48 -inch width is directly against a wall and shall be floor mounted. Bench shall be installed tight to the north edge and on the west side of the partition wall in Womens Restroom 7507. ADA bench shall be as manufactured by Penco Products, or equal. 064 -03 Drawing 80- ASM1.04 (Sheet 282) - Enlarged Floor Plan A/80- ASM1.04 Change the location of the double locker to the easternmost spot along the wall containing the lockers in front of the ADA bench. Coordinate double locker location with Owner. Delete the easternmost 9 -inch by 48 -inch bench and provide one 20 -inch by 42- inch ADA locker room bench with back support (SKU: ADAWBACK) as manufactured by Robinson Steel Co, or equal. Bench and back support shall be Cost Proposal Request Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 2 January 31, 2012 hardwood and pedestals shall be steel. Bench shall be installed 20- inches south of the lockers in the same orientation as shown on the Contract drawings. Back support shall be located on the south side of the bench. 064 -04 Drawing 80- ASM1.04 (Sheet 282) - Enlarged Floor Plan B /80- ASM1.04 Delete the easternmost 9 -inch by 48 -inch bench and provide one 20 -inch by 42- inch ADA locker room bench with back support (SKU: ADAWBACK) as manufactured by Robinson Steel Co, or equal. Bench and back support shall be hardwood and pedestals shall be steel. Bench shall be installed 20- inches north of the lockers in the same orientation as shown on the Contract drawings. Back support shall be located on the north side of the bench. Shift the partition wall located between the two shower stalls to the west to provide 5' -O" clear opening in front of the easternmost shower stall. Change the location of the double locker to the easternmost spot along the wall containing the lockers in front of the ADA bench. Coordinate double locker location with Owner. ENLARGED FLOOR PLAN BO- ASM7.04 IRAN F1 O 1' 2' 4' 5' 5' -8" 1' -8° 5'-3 1/2" 3' -6" G1 UNISEX TOILET TYP 18108 80- ASM c )ENLARGED FLOOR PLAN 41 1.04 �N t 1' 2' 4' 8' 48 "x42° 5' -6 1/2° 16' -7 1/2° a, 0 al '0 COM 8' -7" LOCKER ROOM MEM 8007 3' -11" 5'-2 1/2" -111 I _ II 0d 011 CID Wrfr El I B ENLARGED FLOOR PLAN 41 80- ASM1.04 N 0 1' 2' 4' 8' 80- ASM D 1.04 )WOMENS LOCKER ROOM 8008 0 1' 2' 4' 8' e HIIIII / MIRROR ACOUSTIC EAD 1111111 �� C TYP" I 7 ' — 7.9_.+1./[ v M 80- ASM D 1.04 )WOMENS LOCKER ROOM 8008 0 1' 2' 4' 8' e HIIIII / MIRROR ACOUSTIC EAD MIME H 1111111 2' -0' r� — 7.9_.+1./[ � M � IUI [ p SHOWER ( F ) 80 -ASM 1.04 12 in 80- AS111.04J E S LOCKE ROOM 8'07 0 1' 2' 4' 8' SHOWER H SHOWER C AND SHO CERAMIC TILE WALL HAND HE SHOWER 60" SHOW 1 1/2'0 GRAB BAR FOLD UP (ON OPPO 0 GENERAL NOTES: SITE PLAN EL 637.00 = BASEMENT FINISHED FLOOR. 1. UNLESS SHOWN OTHERWISE, DIMENSIONS TO NEW INTERIOR PARTITION WALLS ARE GIVEN TO THE CENTERUNE OF THE WALL DIMENSIONS TO MASONRY WALLS ARE FROM SURFACE. 2. PROVIDE UNTELS OVERALL MASONRY OPENINGS. WHERE UNTEL DETAIL IS NOT INDICATED, LINTEL SHALL BE PROVIDED IN ACCORDANCE WITH DETAIL PROVIDED BY ENGINEER DURING CONSTRUCTION. 3. ALL INTERIOR DOORS TO OCCUPIED ROOMS AND EXTERIOR DOORS SHALL HAVE A MINIMUM 1' -6° CLEARANCE FROM LATCH END OF DOOR TO ANY OBSTRUCTION SWING SIDE. THE SIDE OPPOSITE THE DOOR SWING SHALL HAVE A MINIMUM 1' -0° CLEARANCE TO ANY OBSTRUCTION FROM LATCH END OF DOOR. 4. SEE ROOM FINISHED SCHEDULE AND SPECIFICATION FOR TREATMENTS OF WALLS, FLOORS, AND CEIUNGS NOT CALLED OUT ON DRAWINGS. 5. SEE SHEET 80- ASM4.02 FOR WALL TYPES DEUNEATED WITH n SYMBOL 6. UNLESS NOTED OTHERWISE ALL INTERIOR PARTmON WALL FRAMING AND SHEATHING SHALL TERMINATE t6" ABOVE THE CEILING HEIGHT. INTERIOR BLOCK WALLS SHALL BE CONTINUOUS TO THE STRUCTURE ABOVE. 7. EXISTING FLOORS SHALL BE CLEANED, SCRAPED, AND LEVELED OR SKIM - COATED FOR PREPARATION FOR NEW FLOORING FINISHES. 8. ALL OPENINGS IN EXISTING WALLS. WHERE NO NEW DOOR OR WINDOW FRAME IS BEING INSTALLED. SHALL HAVE THE MASONRY AT THE JAMBS GROUTED FULL AND OPENING ENCASED WITH DRYWALL TO PROVIDE SMOOTH UNIFORM FINISH JAMBS. PROVIDE CORNER GUARDS AS SPECIFIED. 9. SEE DETAIL J/99- AS5.05 FOR TYPICAL SIDE ELEVATION OF ACCESSIBLE TOILET. KEY NOTES: O 15^•12°x12 "x72" SINGLE TIER LOCKERS ON CONCRETE BASE (1 DOUBLE TIER). O 6 -12 "x18 "x72° SINGLE TIER LOCKERS ON CONCRETE BASE. O 22 ""12 °x12 °x72" SINGLE TIER LOCKERS ON CONCRETE BASE (1 DOUBLE TIER). ® 1O-12 °x18 °x72" SINGLE TIER LOCKERS ON CONCRETE BASE. O SOAP DISPENSER. © 48 "x42" MIRROR. 0 PROVIDE P -LAM LAVATORY COUNTER WITH 4" COVE SPLASH ON BACK AND SIDE WALLS. O URINAL SCREEN. 0 TOILET PARTITION. 10 TOILET PARTI11ON DOOR. 11 HORIZONTAL AND VERTICAL GRAB BARS. 12 TOILET TISSUE DISPENSER. 13 SEMI RECESSED TOWEL AND WASTE RECEPTACLE. 14 4' -0" WOOD BENCH. 15 36 °x42" MIRROR. 16 CLOTHES HOOKS. TYP. 17 PROVIDE CEMENT BOARD BACKING IN ALL SHOWER AREAS AND PROVIDE WATERPROOF G r0c 0 W-... CO:N.- S OF S.O .R 18 PROVIDE A 20 -INCH BY 42 -INCH ADA LOCKER ROOM BENCH WITH BACK SUPPORT AS MANUFACTURED BY ROBINSON STEEL CO, OR EQUAL BENCH AND BACK SUPPORT SHALL BE HARDWOOD AND PEDESTALS SHALL BE STEEL PROVIDE ADA ACCESSIBLE LOCKER IN THIS LOCATION. LD CONTROLS LOTHING :R HOSE HOOKS LL FRANTIC WO -WA TILE WALL © 16 o —, ) I 1 1I o �_ CERAMIC M I TILE FLOOR °n I IHOWER SEAT t® ¢trF wet i 1 REMOVE CONCRETE FLOOR AS REQUIRED TO GET FLOOR PITCH TO FLOOR DRAIN SE011ON A -A LA GRAB HIIIII 1 1/2° C ACOUSTIC EAD MIME H 1111111 HOWER REMOVE CONCRETE FLOOR AS REQUIRED TO GET FLOOR PITCH TO FLOOR DRAIN SE011ON A -A LA GRAB ±3' -2" 1' -0 FOLD UP SHOWER SEAT CLOTHING HOOKS SHOWER CURTAI AND ROD, TYP SRAND AB C3CIATEB.INC.® ENIBINEERB F BARRIER FREE SHOWERS DETAIL 80- ASM1.04 0 1' 2' 4' File: S: \MAD \1100 - -1199 \1154 \008 \Acad \Strand Drawings \80- ASM1.04.dwg Time: Feb 16, 2012 - 9:31 am SHEET 282 80-ASM1.04 JOB N0.1154 -008 HIIIII 1111111 ±3' -2" 1' -0 FOLD UP SHOWER SEAT CLOTHING HOOKS SHOWER CURTAI AND ROD, TYP SRAND AB C3CIATEB.INC.® ENIBINEERB F BARRIER FREE SHOWERS DETAIL 80- ASM1.04 0 1' 2' 4' File: S: \MAD \1100 - -1199 \1154 \008 \Acad \Strand Drawings \80- ASM1.04.dwg Time: Feb 16, 2012 - 9:31 am SHEET 282 80-ASM1.04 JOB N0.1154 -008 Building Excellence" CHANGE ORDER REQUEST 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: JOB #:103400 MOD #: 0179 -00 DATED: 2/14/12 FAX: 608 - 251 -8655 PHONE: 608 - 251 -4843 Cost to add ADA Benches, per Cost Proposal Request #064 dated 1/31/12. REQUESTED BY: Strand Associates Inc DATE: 1/31/12 SUBCONTRACTOR AMOUNT Epco Ltd Inc $2,533.00 Miron Construction Co., Inc $.00 Subtotal $2,533.00 Miron Management Fee 15.00 % - Miron Work $379.95 Subtotal $2,912.95 $43.69 Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: $2,956.64 CHANGE ORDER AMOUNT REQUESTED: $2,957.00 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 edule Impact j r Miron Representative Date 2/14/12 ', o> L an Daniel Owner Representative--'� Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIRON CONSTRUCTION CO., INC. ®® Elm n 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 Owner ,City of Dubuque Computed by JCD Project Dubuque WPCP Date 14- Feb -12 Project No 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 179-00 Description of Modification: CPR -064 Items included in this proposal: 064-01, 064 -02, 064 -03, 06404 Item 064 -01 Material Labor EPCO 1.0 Add ADA Bench in Room 7505 See Below Miron 1.0 Remove and store bench for Admin restroom $ $ Contract Times 1.0 No Change $ $ Item 064 -02 EPCO 1.0 Add ADA Bench in Room 7507 Miron 1.0 Remove and store bench for Admin restroom Contract Times 1.0 No Change $ $ Material Labor See Below $ - $ Item 064 -03 EPCO Material Labor 1.0 Change Location of Double Locker & Add Bench with Back Support in Admin Women's See Below Contract Times 1.0 No Change $ - $ Item 064 -04 EPCO 1.0 Add Bench with Back Support, Shift partition Wall, & Move Double Locker in Admin Men's * ** Contract Times 1.0 No Change Material Labor $ 2,533.00 $ - $ * ** Note: Quote assumes that the partition wall at the enterance of the Men's locker room will be moved a corresponding distance to the West to compensate for the laraer ADA shower. Please include a drawina on the new Admin Men's restroom for coordination with the mechanical trades. Subtotal: $ Miron Markup @ 15% $ Bond &Insurance @ 1.5 %: $ TOTAL - CPR 064 -00: $ 2,533.00 $ 379.95 $ 43.69 2,956.64 STRAP ASSOCIATES, INC., E N G I N E E R S 151 Work Change Directive Directive No.: 50 Contract: 1 -2010 Owner: City of Dubuque By: GWT Contractor: Miron Construction Co., Inc. Date: 2/17/12 Description of Work Cost Deduction Cost Addition Drawing 20 -E1.02 (Sheet 83) for each compressor (AC -20 -01 and on the wall adjacent each compressor power to the air dryer, control panel only has a common fail delete 2M #14 conductors from each air -20. Ingersoll Rand indicated that from the air compressor motor FVNR starter in each comprQs ui to the X41 controller for each 20 -03). use of a pressure transducer on the air filters. Contractor shall install and wire to the X41 controller at location manufacturer. switch associated with each air factory wired to the compressor $0 Add the following keynotes: 20. Provide a main panel disconnect AC- 20 -02). 21. Provide a light switch disconnect (AC -20 -01 and AC- 20 -02) to disconnect 22. Each air compressor unit mounted alarm output. Contractor shall compressor controller to SCC compressor running can be monitored auxiliary run contacts on the controller. 23. Provide a hardwired connection compressor (AC -20 -01 and AC- 24. The X41 controller requires the line after both air compressor this pressure transducer back recommended by compressor Delete the solenoid valve and pressure compressor. These items will come controller. Total $0 Remarks: This Work Change Directive shall result in no change to project duration and is not subject to negotiation. Change in Contract Price by: U Supplemental Unit Price f1 Unit Price 71 Lump Sum initials \S:\MAD \1100 -- 1199 \115410231Wrd \Work Change Directives■Directive No 50.Cornpressor.docx STRAND ASSOCIATES IN cr ENGINEERS Work Change Directive Requested by: Strand Recommended by: „Al Q04ANN.---Ct,---v---o-tAP40.4, (Engineer) 2/17/12 Date 2/17/12 Date Accepted by: Approved by: Date Z-- -/E— Date —THIS FORM !S NOT A SUBS-TITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER- tnitiatsISAMA011100-1100111541023VAkchWak Change DireWvegIDItechVe Uo 50.Comprespr.decn 2,1t -7/2 0 STRAND iSSOCJA B ENGUNIMERB 15m Work Change Directive Directive No.: 51 Contract: 1-2010 Owner. City of Dubuaue Contractor: Miron Construction Co., Inc. By: GWT Date: 2/19/12 Description of Work Cost Cost Deduction Addition Provide work as described in attached Cost Proposal Request No. 65 issued on February 6, 2012. It is acceptable to provide mud drain valves with Troy. Valve standard 3-4 mils dry film thickness red epoxy coating. Contractor shall field coat valve as specified. For work described in item 065-02, Owner shall dean east channel prick to Contractor performing in-plant waste pipe and channel wall repairs if required. $21,414 Total $21,414 Remarks: This Work Change Directive shall result In no change to project duration and Is not subject to negotiation. Supplemental Unit Price Change in Contract Price by: Unit Price Lump Sum Requested by: Owner Recommended by: Accepted by: Approved by: (Engineer) 2/6/12 Date 2/19/12 Date Date Z_ Date —THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER- InlUalAtIMAD19100-11091115410231WraWo4c Change DireoUveolDirecth;e No 61.$h 10 MDV,In-Piant Waste Pipe Repalr.O.= No. 065 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 February 6, 2012 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 O'' 1 ER NOR A DIRECTION TO PROCEED WITH THE WO f' ey DESCRIBED HEREIN. 065 -01 Drawing 10- ASM1.02 (Sheet 56) Remove and replace existing mud drain valves and valve stems in each of the three influent channels. Provide new mud drain valve and valve stem with operating nut in each of the three channels as specified in section 15050. 065 -02 Drawing 10- ASM1.02 (Sheet 56) At east influent channel, cut off portion of the existing in -plant waste pipe as close to inner channel wall as possible. Remove existing grout located around the pipe in the channel. Provide hydraulic cement (Xypex Patch -N -Plug or equal) to seal around in -plant waste pipe at channel wall. Building Exce1Iencd. CHANGE ORDER REQUEST JOB #:103400 MOD #:0181 -01 DATED: 2/17/12 TO: Mr Glenn W. Tranowski, P.E FAX: 608 -251 -8655 Strand Associates Inc PHONE: 608- 251 -4843 910 W Wingra Dr Madison WI 53715 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 DESCRIPTION OF MODIFICATION: Revised cost associated with mud drain valves and cut off in -plant waste pipe, per Cost Proposal Request #065 dated 2/6/12. REQUESTED BY: Strand Associates Inc DATE: 2/06/12 SUBCONTRACTOR AMOUNT JF Ahern Company $14,905.00 Miron Construction Co., Inc - 5,z" -- Subtotal Miron Management Fee - Subs"O�9 25- Miron Management Fee - Miron Work $561.99 Subtotal -424 TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: 42-1-7-9-5÷79-0" Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: 1 e Performance Bond 1.50 Approved Cost Miron Representativ Owner Representative MEW 4 A •nathan Dan e ' Schedule Impact Date 2/17/12 Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN =\/:IRON CONSTRUCTIOlN CO.; INC. mil ii g ExceIIe c 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 Modification Quote Number: Description of Modiffcation: Items included in this proposal: Owner City of Dubuque Project Dubuque WPCP Project No. 103400 Title Cost Proposal Request Documentation Computed by 3CD Date 17-Feb-12 Verified by Date Page 1 of 1 Revision 0 181-01 CPR-065 065-01, 065-02 Item 065-01 Ahern 1.0 Replace three mud drain valves and stems Miron -.1-a-C-lea-P-East-influ.ent-chegnel-PlassicanclAaberer-i—P.ays--)-- =6r-ea.-um-Tr 8ii4ob-a-Bay)-- 2.0 Remove & Replace Existing Grout (1 Lab 4 Hr Each) 3.0 Direct Markup Contract Times 1.0 No Change Item 065-02 Ahern Material Labor $ 4,292.00 $ 10,613.00 $ 50.00 $ 742.92 7.50 $ 185.73 - $ 1.0 Cut off waste pipe Miron 1.0 Remove existing grout around pipe, Patch grout around pipe (1Fin, 1 Lab - 2 Days) 2.0 Direct Markup Contract Times 1.0 No Change $ akter See Above Labor 200.00 $ 2,258.40 30.00 $ 338.76 *** Note: Assumes work is approved immediately, and center and West channels do not need to be re-cleaned. Subtotal: $ Miron Markup @ 5% $ _28960- $ -53065- Bond & Insurance @ 1.5%: $ TOTAL - CPR 065-00: $ Item 065-02: Owner to clean east channel prior to Contractor performing In-Plant Waste pipe and east channel wall repair work. :1-Subtotal: Miron Markup ex Total: $4,579.50 $15,773.23 5%: $214.60 $530.651 $316.47 $21,414.45 STRAND ASSOCIATES INC' ENGINEERS 15m1 Work Change Directive Directive No.: 52 Contract: 1-2010 Owner: City of Dubuque By: GVVT Contractor-. Miron Construction Co.. Inc. Date: 2121/12 Description of Work Cost Deduction Cost Addition Provide work as described in attached Cost Proposal Request No. 66 issued on February 10, 2012. $1,343 Total $1,343 Remarks: This Work Change Directive shall result in no change to project duration and is not subject to negotiation. Change in Contract Price by: 0 Supplemental Unit Price 0 Unit Price F1 Lump Sum Requested by: Owner 2/10/12 Date Recommended by: Accepted by: 11, TT (Engineer) 2/21/12 Date Contractor) 4001r -4111111Fw- Approved by: Date Date —THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER- tnitiaLASAMADV1100--11991115410235Wrd‘Wok Change DirediveskOirective No 52.Move Cabinets 6 501Piping.doett No. 066 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 February 10, 2012 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 NO A DIRECTION TO PROCEED WITH THE WO DESCRIBED HEREIN. 066 -01 Drawing 80- ASM4.Oi (Sheet 291) Colifotui Room 8119 Elevation L: Remove the 36 -inch cabinet section V adjacent to the refrigerator. Patch wall to match existing. Lab 8118 Elevation A: Remove the 48 -inch cabinet section W and install the 36- inch cabinet section V removed from Coliform Room 8119. Turnover the 48 -inch cabinet section to the Owner. Patch wall to match existing. Microbiology Room 8124 Elevation N: Remove the 36 inch cabinet section V (closest to wall) on the left side of the west elevation. Turnover the 36 -inch cabinet section to the Owner. Patch wall to match existing. 066 -02 Drawing 10 -P1.04 (Sheet 299) Provide 1/2 -inch cold water to Owner furnished still called out in key note 12. Route line to the north side of the cabinet below the still. Provide a shut off valve and a'A inch barbed hose connection after the valve. The supply could be installed from the sink supply south of the still. Coordinate connection with equipment requirements. Building Excellence" CHANGE ORDER REQUEST 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 JOB #:103400 MOD #: 0183 -00 DATED: 2/17/12 FAX: 608 - 251 -8655 PHONE: 608 -251 -4843 DESCRIPTION OF MODIFICATION: Cost to relocate lab cabinetry and add sill flush line, per Cost Proposal Request #066 dated 2/10/12. REQUESTED BY: Strand Associates Inc DATE: 2/10/12 SUBCONTRACTOR AMOUNT JF Ahern Company Wynn 0 Jones & Associates Omni Glass & Paint Inc Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Subtotal Subtotal $815.00 $140.00 $305.00 $1,260.00 $63.00 $1,323.00 $19.85 $1,342.85 $1,343.00 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 Representati Wit;' j I. r Date 2/17/12 an Daniel Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN edule Impact i\IIRO`; CONSTRUCTION CO., INC uiIdh g Et c e®k Nice 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 Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 17-Feb-12 Project No 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 183-00 Description of Modification: CPR-066 Items included in this proposal: 066-01, 066-02 Item 066-01 Wynn Jones 1.0 Move Cabinets*** Omni 1.0 Patch wall to match existing Contract Times 1.0 No Change Material Labor 140.00 $ 305.00 $ Item 066-02 Ahern 1.0 Add 1/2 . Still Flush Line Contract Times 1.0 No Change Lumo Sum $ 815.00 Quote assumes authorization is given prior to 9-90-1 Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5%: $ TOTAL - CPR 066-00: $ 815.00 $ 40.75 $ 19.85 1,342.85 445.00 22.25 Building Excellence CHANGE ORDER REQUEST 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 to relocate 75 waste for HVAC. 15o JOB #:103400 MOD #: 0176 -00 DATED: 1/20/12 FAX: 608 -251 -8655 PHONE: 608 - 251 -4843 REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % Subtotal $2,021.00 $101.05 $2,122.05 $31.83 TOTAL AMOUNT OF THIS MODIFICATION: $2,153.88 CHANGE ORDER AMOUNT REQUESTED: $2,154.00 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 Sc module Impact n f Miron Representative r'�,t'�1i 1i�' Date 1/20/12 s Owner Representative '` Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN V IRON CONSTRUCTION! CO., INC. WW1 g Excell ence 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- consfruction.com Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 20- Jan -12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 176 -00 Description of Modification: Relocate 75 Waste for HVAC Items included in this proposal: 176 -01 Item 176 -01 Ahern 1.0 Relocate 75 watse piping for HVAC Contract Times 1.0 No Change $ Material Labor 376.31 $ 1,644.69 $ * ** Note: None Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5 %: $ TOTAL - Mod 176 -00: $ 376.31 $ 18.82 $ 31.83 2,153.88 1,644.69 82.23 Building Excellence" CHANGE ORDER REQUEST 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: 1 5q JOB #:103400 MOD #: 0186 -00 DATED: 2/15/12 FAX: 608 -251 -8655 PHONE: 608 - 251 -4843 Cost to deduct sweep blast of precast ceilings and replace with pole sand, per the response to RFI #435. REQUESTED BY: Strand Associates Inc SUBCONTRACTOR JF Ahern Company ( $1,117.00) Subtotal ( $1,117.00) Performance Bond ( $16.76) TOTAL AMOUNT OF THIS MODIFICATION: ( $1,133.76) CHANGE ORDER AMOUNT REQUESTED: DATE: AMOUNT ( $1,134.00) 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 Representativ Sc``h. \__) dule Impact ti Date 2/15/12 Owner Representative ' Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Copy: File / dmf Jobsite IRON CONSTRUCTION CO., INC. Building Excellence 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 Owner City of Dubuque Project Dubuque WPCP Project No. 103400 Title Cost Proposal Request Documentation Computed by JCD Date 15-Feb-12 Verified by Date Page 1 of 1 Revision 0 Modification Quote Number: 186-00 Description of Modification: RFI - 435 Items included in this proposal: 186-01 Item 186-01 Omni Lumo Sum 1.0 Deduct sweep blast of precast ceilings and replace with pole sand per RFI 435 $ (1,117.00) Contract Times 1.0 No Change $ Note: None Subtotal: $ (1,117.00) Bond & Insurance @ 1.5%: $ (16.76) TOTAL - Mod 186-00: $ (1,133.76) IATv G Protective & Marine Coatings February 8, 2012 Mr. Karl Keas, PCS Project Manager Omni Glass & Paint, Inc. 3530 Omni Dr. Oshkosh WI 54904 Ph: 920 - 420 -1027 Fax:920- 236 -7890 Email: kkeas(aomnigp.com RE: Dubuque Wastewater Project Buildings 70, 75, 92 Mr. Keas, Per your request we conducted a subject site visit today to evaluate the required preparation of the precast concrete panels prior to coating with the specified Tile Clad Waterborne coating system. We have determined that these panels have sufficient surface profile to accept the specified coating system. We recommend a hand tool or powertool abrasion to the surface to remove any minor surface protrusions. Thank you for the opportunity to participate in this project. Please let me know how 1 may be of further assistance. Sincerely, Paul L. Fitzgerrel Paul L. Fitzgerrel Sales Representative Protective and Marine Division The Sherwin- Williams Company Paul Fitzgerrel • Protective & Marine Sales Representative The Sherwin- Williams Company (563)529 -4377 • swrep4701(a,,sherwin.com / www.sherwin- williams.com /im 3/4" HHWS 3/4" 1-IHWR Provide union] Provide 3/4" drain line with ball valve. Terminate drain line with 3/4" male NPT fitting and cap. Provide expansion tank.] -3/4" TW TO SAMP Check Valve Provide union. ,■3/4" TW TC) MSB BRAZED PLATE HEAT EXCHANGER 8'-5" Provide Pressure Relief Valve and route drain down to floor. 99-P5.02 „MO SCALE / Provide 3/4" drain line with bali valve. Terminate drain line with 3/4" male NPT fitting and cap. SAMAD\1100-1199\1154\024\Wrd\Travis\Heat Exchanger Detail E.docx SHEET 163 70-P1.01 JOB NO. 1154-008 Building Excellence' CHANGE ORDER REQUEST 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 JOB #:103400 MOD #: 0144 -01 DATED: 2!28/12 FAX: 608 -251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Cost associated with changes in detail E/99P5.02 per submittal comments. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR JF Ahern Company Miron Management Fee 5.00 % - Subs Performance Bond 1.50 TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Subtotal AMOUNT $2,006.00 $100.30 $2,106.30 $31.59 $2,137.89 $2,138.00 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 /1Schedule Impact Miron Representative Y` - WQ� c .�X.,J.)/k.I o Date 2/28/12 J•nathan Daniels / Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIRON CONSTRUCTION CO., INC. &aiding E F Corporate Office P.Q. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969 -7000 Fax: 920/969 -7399 www.mirorl- construction.com Modification Quote Number: 144-01 Description of Modification: RFI -355 Items included in this proposal: 144-01 Item 144 -01 Owner City of Dubuque Computed by ]CD Project Dubuque WPCP Date 28 -Feb- Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page Revision 0 1.0 Piping changes in detail E/99P5.02 per submittal comments Contract Times 1.0 No Change Lump Sum $ 2,006.00 * ** Note: Ahern requests approval by 3/8/12 to guarantee pricing Subtotal: $ Miron Markup @ 5% $ Bond & Insurance @ 1.5 %: $ TOTAL - Mod 144 -01: $ 2,006.00 100.30 31.59 2,137.89