Loading...
Signed Contract_Strand Associates Change Order No. 16, WPCP ModicationsSTRAND ASSOCIATES Strand Associates, Inc: 910 West Wingra Dive Madison. WI 53715 (F) 608-251.4843 (F)608.251.8655 July 3, 2012 CHANGE ORDER NO. 16 PROJECT: Water Pollution Control Plant Modifications OWNER: City of Dubuque CONTRACT: 1 -2010 CONTRACTOR: Miron Construction Co., Inc. Description of Change 16a Petroleum- Contaminated Soils- Related Changes: Rework plumbing ADD $143,451 and site drain piping serving Digester Building and digesters as a result of required removal of petroleum- contaminated soil at the Digester Building and digesters excavation. Remove, stockpile, haul, and dispose of 884.51 tons of excavated petroleum- contaminated soil. The Original Contract Price included an allowance to remove, stockpile, haul, and dispose of 100 tons of petroleum- contaminated soil at a unit cost of $100/ ton. This change order includes the cost to dispose of 784.51 tons of petroleum- contaminated soil at $100 /ton. Landfill tipping fees of $60,783.54 were paid directly by the City to the Landfill and this amount was a deduct from the total allowance amount. Place compacted fill in areas of digester excavation where petroleum- contaminated soils were removed. Move heating units, coils, and blankets at digester excavation because of petroleum - contaminated soils removal. Excavation and disposal management in accordance with attached Work Change Directive (WCD) No. 13 and as adjusted by actual time and material costs. 16b Provide insulation on the copper drain piping that conveys condensate ADD $1,343 from the Water Source Heat Pumps in the Administration Building Addition. Insulation material shall be 1/2- inch -thick Armstrong Armaflex AP, or equal. Provide uninsulated CPVC piping for Water Source Heat Pumps condensate drains in the existing portion of the Administration Building. Provide in accordance with enclosed WCD No. 53. 16c Widen access road adjacent to RV Waste Dump Station ADD $3,100 in accordance with enclosed WCD No. 53. 16d Provide spandrel panel in the three top windows of Window Type ADD $393 80F on the north side of the Reception 8103 in accordance with enclosed WCD No. 54. GWT:dlii \S: \MAD \1100 - -I 199 \1 15,1 \023 \Wrd \Change Orders \CO 16.docx Arizona I Illinois 1 Indiana I Kentucky I Ohio I Wisconsin www.strand.com Strand Associates, Inc; City of Dubuque —Miron Construction Co., Inc. Contract 1 -2010, Change Order No. 16 Page 2 July 3, 2012 16e Provide 1/8- inch -thick 304 stainless steel plate flanges at the ADD $2,523 flexible expansion joints in accordance with manufacturer requirements. 16f Install two surge tanks in Generator Room 4501 at the highest point ADD $9,564 in the system as recommended by generator manufacturer. Provide all piping and appurtenances required by generator manufacturer and as shown on the drawings enclosed with WCD No. 56. 16g Cut and seal FRP odor control covers at Primary Clarifier No. 1 ADD $1,876 according to manufacturer recommendations in accordance with enclosed WCD No. 57. 16h Delete cabinet unit heater in Administration Building in accordance DEDUCT ($1,267) with enclosed WCD No. 57. 16i Delete galvanized sill angles at the two Administration Building DEDUCT ($359) garage entrances in accordance with enclosed WCD No, 57. 16j Provide pressure regulator, overpressure protection device, and vent ADD $930 limiters on these devices in compliance with applicable code requirements upstream of Administration Building Laboratory gas turrets. Regulate gas pressure from 7 to 14 inches water column. Provide in accordance with enclosed WCD No. 58. 16k Provide vent limiters on the regulator and overpressure device serving NO the water heater in TWAS Pump 7517 Room in compliance with CHANGE applicable code requirements. Provide in accordance with enclosed WCD No. 58. 161 Provide one pressure reducing valve as specified in Section NO 15050- 2.04.H upstream of both isolation valves at the makeup water CHANGE connection on Sheet No. 393. Makeup water pressure downstream of the pressure reducing valve shall be 12 psi. Provide in accordance with enclosed WCD No. 58. 16m Provide electrical modifications in accordance with enclosed WCD NO No. 60. CHANGE $0 $0 $0 16n Microbiology Room 8124 Elevation N: Remove the 36 -inch cabinet ADD $3,594 section V (closest to dishwasher) on the right side of the north elevation. Turn over the 36 -inch cabinet section to the Owner. Patch wall to match existing except at areas where pegboard will be installed. Provide in accordance with enclosed WCD No. 61. Add eight vacuum fixtures in Administration Building Lab in accordance with enclosed WCD No. 61. Add receptacles for microwaves Lab in accordance with enclosed WCD No. 61. GWT:dlh \S: \MAD \I100 -- 1199 \1154 \023 \Wrd \Change Orders \CO 16.docx www.strand.com Strand Associates, Inc:' City of Dubuque —Mixon Construction Co., Inc. Contract 1 -2010, Change Order No. 16 Page 3 July 3, 2012 16o Abandon the floor drain in the Break Room 7506. Provide level ADD $1,648 floor in room adjacent to floor drain. Remove Fernco coupling beneath floor drain and cap plumbing below floor where Fernco coupling was removed. Provide in accordance with attached WCD No. 61. 16p Relocate the shutoff valve on the 3/4 -inch CW located in the wall ADD $332 box referenced in Key Note 4 serving the refrigerator in Lunch Room 8104 to 6 inches below the ceiling in Parts Storage Room 8011. Demo the insulation and piping between the wall box and the relocated shutoff valve and cover or patch hole in wall where water box is removed. Provide braided metal hose from relocated valve to refrigerator. Provide in accordance with enclosed WCD No. 61. 16q At Final Clarifier No. 3 trough, provide 200 mils thick Protective ADD $9,824 Coating on portion of trough walls, delete Protective Coating on top 18 inches of exterior wall, and provide 150 mils thick Protective Coating on trough floor. 16r Provide Wonderware "Competitive Upgrade Discount" as described DEDUCT ($10,059) in enclosed Cost Proposal Request (CPR) No. 74. 16s Provide the following in accordance with attached CPR No. 75: ADD $4,624 Network jack and CAT6 cable for UPS- 80 -01, two recessed LCD monitor wall boxes in Administration SCADA Room, and diesel fuel storage tank electrical modifications. 16t Provide electrical modifications to starters for exhaust fans ADD $2,873 EF -10 -01 and EF -10 -02 according to CPR No. 76. Provide sheet metal junction boxes in Administration Building Garage Room 8125 instead of cast. 16u Provide credit to Owner for compaction testing services required to DEDUCT ($930) retest areas that did not meet the Contract specifications. Retest dates include the following: November 19, 2010 to February 11, 2011, February 28, 2011, March 22, 2011, and July 1, 2011. 16v Provide 50 amp 2 pole breaker for Owner- furnished oven in ADD $0 Administration Building Lunch Room 8104. TOTAL VALUE OF THIS CHANGE ORDER: ADD $173,460 Contract Price Adjustment Original Contract Price $49,750,000 Previous Change Order Adjustments $4,808,252 Adjustment in Contract Price this Change Order $173,460 Current Contract Price including this Change Order $54,731,712 GWT :d l h \S:\MAD\ 1 100 - - 1 199\ 1 154 \023\ W rd \Change Orders \CO I6.docx www.strand.com City of Dubuque —Miron Construction Co., Inc. Contract 1 -2010, Change Order No. 16 Page 4 July 3, 2012 Contract Completion Date Adjustment Original Milestone 1 Contract Completion Date Original Milestone 2 Contract Completion Date Original Substantial Contract Completion Date Original Contract Completion Date Contract Completion Date Adjustments due to previous Change Orders Milestone 1 Contract Completion Date Adjustments due to this Change Order Milestone 2 Contract Completion Date Adjustments due to this Change Order Substantial Contract Completion Date Adjustments due to this Change Order Final Contract Completion Date Adjustments due to this Change Order Milestone 1 Contract Completion Date including all Change Orders Milestone 2 Contract Completion Date including all Change Orders Current Substantial Contract Completion Date including all Change Orders Current Final Contract Completion Date including all Change Orders Strand Associates, Inc:' March 1, 2012 July 2,2012 March 31, 2013 August 31, 2013 None April 2, 2012 August 2, 2012 April 23, 2013 September 25, 2013 April 2, 2012 August 2, 2012 April 23, 2013 September 25, 2013 \ @..•••' ` •, q<,.J'his document shall become a supplement to the Contract and all provisions will apply hereto. tee. -- • �dA . r RANDALL A. RtCOMMENDED WIRTZ ; z 16137 :m 111 //�i� N \\\\ APPR GINEER— Strand Associates, COT T CTOR —Miron I struction Co., Inc. APPROVED 11\ OWNER- -City of Dubuque GWT:dih \S:WMAD \I 100-1199 \ 1 I54 \023 \Wrd \Change Orders \CO I6.docx (V4� Da e i/eP/A9 Date www.strand.com 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 4:103400 MOD 4: 0195 -01 DATED: 5/03/12 FAX: 608 -251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Revised cost associated with pressure sensor plate flange. REQUESTED BY: Strand Associates Inc DATE: 16e SUBCONTRACTOR AMOUNT JF Ahern Company $2,367.00 Miron Management Fee 5.00 % - Subs $118.35 Subtotal $2,485.35 $37.28 TOTAL AMOUNT OF THIS MODIFICATION: $2,522.63 Performance Bond 1.50 % CHANGE ORDER AMOUNT REQUESTED: $2,523.00 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 1011- l.! IV III .o an Daniels ' dule Impact Date 5/03/12 Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN 1\M 1RON 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 _ _ Computed by JCD Project Dubuque WPCP Date 14- Mar -12 Project No. 103900 Verified by ,d iip I0 pp ��� i1P gii Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 197 -00 Description of Modification: CPR -068 Items included In this proposal: 068 -01 Item 068 -01 &D'r 1.0 Add Spandrel Glass Above Reception Contract Times Curtalnwall in 80 .Material Labor $ 223.00 $ - $ 146.00 $ - 1.0 No Change * ** Note: None Subtotal: Miron Markup @ 5% Bond & Insurance @ 1.5 %: TOTAL - CPR 068 -00: $ 223.00 $ 11.15 $ 5.81 $ 393.26 $ 146.00 $ 7.30 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 4:103400 MOD 4: 0197 -00 DATED: 3/14/12 FAX: 608 -251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Cost associated with Spandrel glass at Admin Building window 80F, per Cost Proposal Request #68 dated 3/9/12. REQUESTED BY: Strand Associates Inc DATE: 3/09/12 SUBCONTRACTOR AMOUNT Zephyr Aluminum Products, Inc. $369.00 Miron Management Fee 5.00 % - Subs $18.45 Subtotal $387.45 Performance Bond 1.50 % $5.81 TOTAL AMOUNT OF THIS MODIFICATION: $393.26 CHANGE ORDER AMOUNT REQUESTED: $393.00 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 Sc }ale Impact ljjEclak Date 3/14/12 Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIRON ; )iJ >IF;IJC 1 ION CO.. NG, 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 No. 068 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 March 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 0 ER NOR A DIRECTION TO PROCEED WITH THE WO' DESCRIBED HEREIN. Drawing 80-ASM6.02 (Sheet 295) Provide spandrel panel in the three top windows of Window Type 80F which is on the north side of the Reception 8103. STRAND ASOCIVATeti 16d ENCJINIEBRI3 Work Change Directive Directive No,: Contract: 1-2010 : City of Dubuque By QWT Contractor Miron Construction Co.. Inc. Date: 3/14112 Description of Work Cost Deduction Cost Addition Drawing 80-ASM6.02 (Sheet 296) Provide spandrel panel in the three top windows of Window Type 80F which is on the north side of the Reception 8103, This work was originally described In attached Cost Proposal Request No. 68 Issued on March 9, 2012. $393 Tota 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 Unit Price Lump Sum Requested by: Strand Recommended by: (Engineer 3/14/12 Date 3/14/12 Date Accepted by: 4iup),'_„,Amkqpr' Approved by: Zama. ..- - Date 3—/6 - Date —THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND tnteale451.MAD11100-11e01115410231WrtMerk change DIreelivesarective No 04.9paralrel plant at Window SOF.docx CUTED CHANGE ORDER- / �` -` '` Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 12- Mar -12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: Description of Modification: Items included in this proposal: 196 -00 CPR -067 067 -01 Item 067 -01 Ahem Material LQ_I:A21 $ - $ - $ 851.03 $ - $ - $ - $ 800.00 $ 1,257.37 $ - 1.0 Widen Road Per CPR 067 Faith 1.0 Widen Road Per CPR 067 Tschiggfrie 1.0 Widen Road Per CPR 067 River City Pavina 1.0 Widen Road Per CPR 067 Contract Times 1.0 No Change .x. Note: None Subtotal: Miron Markup @ 5;6 Bond & Insurance @ 1.5 %: TOTAL - CPR 067 -00; $ 2,057.37 $ 102.87 $ 45.81 $ 3,099.62 $ 851.03 $ 42.55 Building Excellencd' 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 14:103400 MOD 0196-00 DATED: 3/12/12 FAX: 608-251-8655 PHONE: 608-251-4843 DESCRIPTION OF MODIFICATION: Cost associated with RV Waste Dump Station road widening, per Cost Proposal Request #067 dated 3/5/12. REQUESTED BY: Strand Associates Inc DATE: 3/05/12 SUBCONTRACTOR AMOUNT JF Ahern Company Faith Technologies, River City Paving Tschiggfrie Excavating Inc. $.00 $.00 $2,108.40 $800.00 Subtotal $2,908.40 Miron Management Fee 5.00 - Subs $145.42 Performance Bond 1.50 % Subtotal $3,053.82 $45.81 TOTAL AMOUNT OF THIS MODIFICATION: $3,099.63 CHANGE ORDER AMOUNT REQUESTED: $3,100.00 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 Date 3/12/12 Owner Representative Date HRoN coNsTRucTioN CO.. NO. Building Excellence Corporate Office P.O, Box 509 Neenah, WI 54957-0509 1471 McMahon Dr:ve Neenah, WI 54956 Phone: 9201969-7000 Fax: 920/969-7399 www.mfron-construction, corn 0097140 oN 16oloy 1 C y 5„ --1G-._ _ -P°— S g g a n £ s� 110[9 a/1 6091605 3600 3.0vM a el a3 M'ms.�nnx6 M11,0 r10.5bre.13,111,0eLLYA PrO01 MN, [13170,11$03 0.1008e2114 AVM 1.1.01.00 5.110 Isvd ON 6600 606606d 3363. 63. 3.36 51800 . RI (55 Sns0fRh'D1163m.3ub03w 0. 19331013 NOI1YILC.M1 001)39)60039006)60 6n ONIA3APInS ONVI W3#401,131 1136NONNrv3 Sr I.y341,104171tl14N00 .11.131110.n 010n039 6330 3A04 000 0616000 Fiatiabi (1333 NI) 06 NI 0 76605 004000 600 3/1 AIX 05 6? 00160019 (030601 X405(1) 19316.004 011559 3/1 60009 3/1 009 an No. 067 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 March 5, 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 C NGE 0 ER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Drawing 05-C1.06 (Sheet 22) Provide additional pavement adjacent to RV Waste Dump Station as shown on attached drawing. Owner City of Dubuque Oubuqise Computed by Project Dubuque Date 8-Mar 2 Project No. 103403 Verified by Title Cost Proposal Request Documentation Date Page 1 of Revision Modification Quote Number 190-00 Desatptlon licatton: Items Included In this proposal; 190-01, 190-02 em 1 4.1111V 1.0 Insulate copper drain pfping at condensate for heat pumps currently Installed capjaujinio 1.0 No thaw =at $ 2,215.00 Item 190 02 1.0 Change clapper to CPVC for heat pumps not yet Installed 1.0 Ito Change MaI (1,003.00) Note: Quote does not include insulating the WSHPs not installed Subtotal: $ (1,003.00) $ 2,215.00 Miron Markup @ 5% 110.75 Bond & Insurance @ 1.5%1 $ 19.84 TOTAL - Mod 190-09: $ 1,342.59 IIIIIMIPWI 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 -l03400 MOD AI: 0190 -00 DATED: 3/08/12 FAX: 608-251-8655 PHONE: 608-251-4843 Cost associated with RFI 448 - Condensate Insulation. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company Item 190-1 $2,215.00 Subtotal $2,215.00 Miron Management Fee 5.00 96- - Subs $110.75 Subtotal $2,325.75 JF Ahern Company Item 190-2 ( $1,003.00) Subtotal ( $1,003.00) Subtotal $1,322.75 Performance Bond 1.50 5:1; $19.84 TOTAL AMOUNT OF THIS MODIFICATION: $1,342.59 CHANGE ORDER AMOUNT REQUESTED: $1,343.00 Please find back up materials enclosed regarding this modification. MIRON CONSTRUCTION CO.. INC Building Excellence Corporate Office P.O. Box 509 Neenah, WE 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 www.miron-construction.com SEL STRAND j4aaoC ?AVM INC.' N l3! -N K F R B 16b, 16c Work Change Directive Directive No 63 Contract: 1 -2010 Owner: City of Dubuque By: GMT Contractor. Miron Construction Co., Inc, Date: 3112/12 Description of Work Coat Deduction Cost Addition Provide insulation on the copper drain piping which conveys condensate from the Water Source Heat Pumps in the Administration Building Addition. Insulation material shall be 112 -Inch thick Armstrong Armatlex AP or equal. Provide un- Insulated CPVC piping for Water Source Heat Pump :: condensate drains in the existing portion of the Administration Building. Widen access road adjacent to RV Waste Dump Station according to attached Cost Proposal Request No. 87 dated March 5, 2012. $1,343 $3,100 Total $4,443 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 ❑ Unit Price ►Z3 Lump Sum Requested b by: Strand Y 3J9h12 Date Recommended by. _ .,, 3/12/12 , (Engineer) bate Accepted by �- :// 3// ntractor) Date Approved by:''.sw- � ' ,7--/Y--- l Z _ (e • ner) Date --THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER MPoeb\ 3: lhWD,1100- 118Q11154W231Wrd1Work Change O rectivesVDlrecWe No 53 Condensate Piping end RV Road Widen ng doc .TOR 1,4'1047347+96 1445001010.64 1Q "•'1 ST NR -1 .-4 ': s7330.' 3 66738E� • \e},5657215.,, 504 �\�\ E.e667�G9 MOTO 29440.93 •� 7294. 341.7e p4114.3..220 3R 001114.72 N„, . •-.tom • • '„4 jp .413,81 .e1 04044 1-01 x0336 f E.!! ma.ee t `1- 4SSUDS ICOR EL-542 PROCESSING N•3647078.14 BUILDING E"8115n•90 IZIPP A•40A` so-moms .I23466°.41 St loin 1-3 mmace FDIC£ F4] SECTION 0 m OWROAL sat mat MASTERS ® PRECAST e R -3007-0 BRAE ME ®146 SPECNIMT1 CD SWIM OF AM C001A1 ammo s ACCESSINJ MONO MO V M ROOMED 033 of No pANA ORM Sb114 VII ",418@11 SEE DEML OR EEOrt PRAHEMT OR MAC RFPIALE mr earssual s101* e09I 0 'mow RE ROOK p SEE steer TOP 0P OR mown a urritt- to Change Order / Service Authorization Date: January 19, 20 Company: Seneca En ft. Service opo No: 201043C0 Project: Dubuque P meet: 6357892 Reference Oiiginal Contract fbr Terms attd Condifl� No: ob Scope or Description of ork niitria, eod equipment ry to perform k a outtined beta Amoun Provide excavationldisposal consulting services as per attached change o ex $6410.00 Sales Tax Total $0.00 $6410.00 Miron Construction — Signature Date Seneca Environmental S Signature Date 5 Sincerely, SENECA ENVIRONMENTAL SERVICES Neil P. DeRynck Senior Project Manager Encl: Seneca Environmental Change Order Agreement 4 collected on-site on 1-14-2011 and information in the geotechnical report for the site dated August 24, 2009, Seneca proposes the following: • Complete approximately five soil borings near the location of the removed tank/dispenser deep enough to reach into and through the contaminated fine-grained soil. 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; • Install a groundwater monitoring well within 30 feet downgradient of the source of the contamination; • Sample soil continuously from all borings and monitoring wells; • Screen each recovered length of sample using a photo ionization detector (PD); • Collect and preserve a soil sample from the borings at the depth interval with the highest Pm screening value; • Analyze 3 to 5 soil samples for OA1/MTBE and 0A2; ▪ Analyze 3 groundwater samples for OA1IMTBE and 0A2; • Complete three hydraulic conductivity tests; • Complete a RBCA Tier 1 report suitable for sitisature and forty forwardmgto the IDNR If a RBCA Tier 2 assessment is required, Seneca will advise. Item Drill Rig Mobilization SES Mobilization (Drilling) Units Quantity Rate Cost Per event $500.00 $500.00 Mile! Hour 170/3 $1.50 /mi.& $55.00! hr. $420.00 Soil Borings to 20 feet (Screening only) Boring $600.00 $1800.00 Monitoring well to 20': (0A1/MTBE/0A2, OW & Soil) Well $1,450.00 $4,350.00 Additional boring footage Feet Est. 60 $24.00 $1440.00 SES Mobilization ile/Hour 170/3 $1,50 /mi.& $55.00/ hr. $420.00 Receptor Survey Hydraulic Conductivity Testing Tier 1 Report Sub Total LS Per Test Report $300.00 $300.00 $110.00 $330.00 $1,250.00 $1,250.00 $10810.00 Sales Tax @ 7% Total $NA $10810.00 The above costs do not reflect drilling in bedrock. If deemed advisable, extra borings will be charged upon agreement of a mutually approved change order. The above estimated cost for a Tier 1 assessment does not include costs of reinstalling monitoring wells should wells be destroyed during construction and require replacement. The above cost does not include standby time imposed on Seneca through no fault of Seneca's. Standby time will be charged at the rate of $250.00 per hour while the drill rig is present at the site. If either of these change orders is acceptable to you, please siu the appropriate attached change order form and send back to us. Or, provide a written CO authorization indicating the preferred option. 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. depth of the contamination zone is estimated at 6 feet based on the materials description notes on Boring Log No. 7 in the geotechnical report. The notes indicate granular alluvium turned "Blue-gray with petroleum odor after 13' with "Less to no petroleum odor after 19". The quantity of contaminated soil is estimated at 333 cubic yards or 450 tons based on a soil unit weight of 100 pounds per cubic foot. A sketch of the delineated area map is attached. Tschiggfrie Excavating Company is currently contracted to excavate, haul and dispose of petroleum contaminated soil at the Dubuque Landfill. It is our understanding the unit rate is $100.00 per ton. Therefore, to excavate, transport and dispose of the contaminated soil is estimated to cost $45,000 based on our estimate. It is emphasized this is an estimate only and may vary considerably. Prior to a decision to excavate and dispose of contaminated soil, soil borings or test pits advanced in the area to more accurately delineate the contamination could be considered. Our pricing is based upon a complete soil removal above T1 standards. If an incomplete soil removal occurs, IDNR may require additional RBCA assessment. A site check consisting of soil borings and a confirmation groundwater sample may be required. Scope of Services by Seneca: • Manage the project. • Provide an environmental technician to screen soil on-site with a pbotoionization detector during excavation activities. Collect soil samples as required by IDNR to document the effectiveness of the E/D. • Analyze soil samples for OA1 and M1BE. • Prepare a post E/D report suitable for situ ture and fo ng to the IDNR. Cost Proposal: Item Unit Quantity Unit Cost Estimated Cost Project Management Hour 10 $75.00 $750.00 Soil Samples (0A1/MTBE) Sample Est. 20 $105.00 $2100.00 Environmental Scientist (Observe excavation; field screening; and sampling) Hour 32 $55.00 $1760.00 Travel/Per Diem/Motal Day 4 $200.00 $800.00 PM, and expendable field supplies Day 4 $100.00 $400.00 Report Lump Sum $600.00 $600.00 Seneca Total (No Tax) $6410.00 The estimated cost to complete excavation and disposal of contaminated soil is $51,410.00. This total does not include the cost of making the area accessible to excavation. 2. LUST RBCA Tier 1 Assessment Seneca Environmental Services (SES) proposes in this section to conduct the work necessary to comply with Iowa Department of Natural Resources requirements for completion of a Tier 1 Risk-Based Corrective Action assessment. Typically, when contamination is discovered during a tank closure, the LDNR requires completion of a Tier 1. Prior to performing a Tier 1 assessment, it is proposed to contact the IDNR to insure that would be the intended course of action if excavation/disposal is ruled out as a remediation option. Based on a review of the tank closure report and information 2 4. Companies The Complete Solution January 19, 2011 Seneca proposal #201043C0 Mr. Johnathon Daniels Miron Construction 1471 MaMahon Road Neenah, WI 54956 -6305 RE: REMEDIATION BY OVEREXCAVATION / RBCA TIER 1 CHANGE 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 samples did not contain detectable traces of petroleum at approximately 10 feet below the ground surface. 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 information and soil samples. Three soil samples were obtained and analyzed for petroleum compounds utilizing Iowa Method OA -1 and OA -2. Sample S1 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. Test results and a site map are attached. The source of the petroleum contamination appears to be the underground storage tank removed on September 21, 2010. The petroleum contamination did not manifest itself in the sandy material underlying the tank, but rather adhered to fine grained clayey soil encountered at an approximate depth of 19 to 20 feet beneath the former tank, encountered during construction. Options to comply with IDNR leaking underground storage tank (LUST) regulations include 1. expedited excavation and disposal/landfarming (E/D) of soil contaminated in excess of risk pathway concentrations and/or 2. performance of a LUST Risk Based Corrective Action Tier 1 site assessment. Scope and costs of the alternatives are presented below. 1. Excavation and Disposal The objective of the OD activities will be to remove soil at the site contaminated by petroleum hydrocarbons above IDNR Tier 1 target levels. The following scope of services and proposed budget are based on the assumption that the area of contamination is accessible. It is our understanding that as of the writing of this proposal, there are various fill materials, piping and cover materials that render the area inaccessible. The area would necessarily be made accessible by Miron prior to E/D activities and the costs associated with making the area accessible are not included. Landfarming is an alternative to disposal, but is not considered because of the time of year and landfarming is not allowed on snow - covered ground. The quantity of contaminated material has been estimated by plotting the locations of the soil samples collected 1 -14- 2011 and the geotechnical borings locations on a map and delineating an estimated area based on the soil testing results and notes on the geotechnical drillers logs. The area delineated encompasses approximately 1500 square feet. The Other Branch Locations Des Moines, IA Corporate Office • Denver, CO • Oreana, IL • Baldwyn, MS • Grandview, MO • Sioux City, IA www.senecacomponles.com Petroleum Equipment • Petroleum Construction • Petroleum Service • Automotive Service Equipment • Industrial Fluid Power & Handling Systems • Electrical Contracting • Environmental Services • Remedlation Systems • Waste Solutions /Hydro - Blasting Work Change Dire-othre Direttive No.: Owner: uh9quo n:••• oIn Description of Work Contract: Provide vices t� ply with towa bop -e ni f Natural Re,e,ou (IDNF) leaktn ,uridOrrart5Ohd stoit96 tai1 regulations folJowIg oxavatEon and cllEn.41)0t opilon propor_sed by Seneca toMperil per died January 10, 2011 letter 0400 by Seneca Cdrriporites-. :§pritioa: .pprOs proylsi?,:.#**10.119.‘Moo teope of aentice t ,a *Slate- of wa tettIfied broinsidwiate? P feseIoI If reqUtred: by IIDNR: 1. Provide On VIVITPPIriorital feyqhnIcion: lo. tor 'r! soil ontiv.With phototorivatioti tieteator dyrinct-excavation activitiQa PoltOt aoIl sarrip*.as, required by IDNR 1 doeiktierit the effeetiveriderief the excaVatterift.0.4PerIel„ 2..Ahalyieeolt.4tOpres:tit �A1 and WITSPropaN pp.0:0000;r4itid-.0161564ai iepatt ultbte far eignahrie_ artd ferWardintriciiheADNR. ttiorj Netiatiieeed- $6;83146 ernarks; ThetOstaddlilOri tbth0 Cdhtt00119111..ho'itcl otiatige o ount from Seneca With: a NetteExteed -radditlenaleestef-$6,831 h rit Neel) b he cquol -invoice upplemental Uriit-Priee Unit Price Requested by: Strand AOSottates, Recommended by: " • #SUFISTiTUTEFOFA i4* • hal.46 tackieilIN rib N� 11PelicktiktEkoisaUtinAlDfliSosel.dbcat �"'' IIIII ® IP - `=7 Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 18- May -12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 033-03 Description of Modification; Petroleum Soil Underneath Digester Excavation Items Included in this proposal: 033 Item 033 Material Labor Ahern 1.0 Rework Plumbing (Breakdown Attached) $ 78.65 $ 756.70 2.0 Rework Site Drain Piping (Breakdown Attached) $ 141.52 $ 885.50 3.0 Ahern Indlret 5% Markup $ 11.01 $ 82.11 Tsch grafrie and Disposing Petroleum Contaminated Soil 1.0 Remove, Stockpiling, Hauling, On 1 -25 -11 landfill tickets for 456.37 tons were received. (Tickets forwarded previously) $ 31,361.75 $ 14,275.25 On 1 -26 -11 landfill tickets for 428.14 tons were received. (Tickets forwarded previously) $ 29,421.78 $ 13,392.22 2.0 Account for Allowance 02222 1.01 C 3 ($10,000 or 100 CY) $ (6,872.00) $ (3,128.00) 3.0 T &M Work 1 -24 -11 (T&M Forwarded Previously) $ - $ 2,250.31 4.0 T&M Work 1 -25 -11 $ - $ 4,180.00 5.0 T &M Work 1 -26-11 $ - $ 5,467.50 6.0 T &M Work 1 -27 -11 $ - $ 485.00 7.0 T &M Work 1 -28 -11 $ - $ 4,537.50 8.0 T &M Work 1 -31 -11 $ - $ 1,377.50 9.0 T &M Work 2-01-11 $ - $ 3,440.00 10.0 T&M Work 2 -07 -11 $ - $ 5,517.50 11.0 T &M Work 2 -08 -11 $ - $ 5,355.00 12.0 T &M Work 2 -14 -11 $ - $ 7,465.50 $ (60,783.00) $ - 13.0 City Pay Landfill Fees CPnera 1.0 Excavation & Disposal Management iron (Per T&M dated 3 -2 -11) $ 6,330.00 $ 72,000.00 1.0 Associated Costs Contract Times 1.0 LD Milestone 1 - Add 22 Working Days Add 22 Working Days 2.0 LD Milestone 2 - Add 22 Working Days Add 22 Working Days 3.0 Substantial Completion - Add 17 Working Days Add 17 Working Days 4.0 Final Completion - Add 17 Working Days Add 17 Working Days Subtotal: $ 71,689.71 $ 66,339.59 Miron Markup on Subcontractors @ 5% $ (15.51) $ 3,316.98 Bond & Insurance @ 1.5 %: $ 2,119.96 TOTAL - Mod 033 -03: $ 143,450.72 Building Excellence` CHANGE ORDER REQUEST Mr Glenn W. Tranowski, P.E. Page# 2 JOB #:103400 MOD #: 0033 -03 DATED: 5/18/12 Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Miron Representative( hedule Impact 22 Working Days Date 5/18/12 &W/o !JAI. rathan Danie 1 Owner Representative \- Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Copy: File / dmf Jobsite iviIRON 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. corn 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 11:103400 MOD 11: 0033 -03 DATED: 5/18/12 FAX: 608 - 251 -8655 PHONE: 608 - 251 -4843 Revised cost associated with Structure 70 contaminated REQUESTED BY: Strand Associates Inc SUBCONTRACTOR JF Ahern Company Miron Construction Co., Inc Seneca Companies Tschiggfrie Excavating 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 CONTRACTOR'S REMARKS: CONTRACT TIMES: Add 22 Working Days Add 22 Working Days Add 17 Working Days Add 17 Working Days for for for for !A ON CONSTRUCTION CO., INC. LD Milestone 1 LD Milestone 2 Substantial Completion Final Completion Building Excellence soil piping. DATE: 1 6a AMOUNT $1,955.49 $72,000.00 $6,330.00 $57,743.81 Subtotal $138,029.30 $3,301.46 Subtotal $141,330.76 $2,119.96 $143,450.72 $143,451.00 this modification. 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 wifilfirian Owner Project Project No. Title City of Dubuque Computed by 303 Dubuque WPCP Date 3-May-12 103400 Verified by Cost Proposal Request Documentation Date ^----./ ._..:......,... --- Page 1 of 1 Revision 0 Modification Quote Number: 195-01 Description of Modification: Add 1/8" 30455 Plate Between Pressure Sensor & Flex Connector Items Included in this proposal: 195-01 Item 195-01 Ahern 1.0 Add 1/8" 304 SS Flange at Flex/Sensor Contract locations installed and future. Material Labro $ 1,929.00 $ _ $ 438.00 $ - 1.0 No Change *5* Note: None Subtotal: Mlron Markup @ 5% Bond & Insurance @ 1.5%: TOTAL - Mod 195-01: $ 438.00 $ 21.90 $ 37.28 $ 2,522.63 $ 1,929.00 $ 96.45 STRAND ASSOCIATES' Work Change Directive 1 6f Directive No.: Contract: 1-2010 Owner: Cftv of Dubuque By: GWT Contractor Mlron Construction Co„ Inc. Date: 3/19/12 Description of Work Cost Deduction Cost Addition Install two surge tanks in Generator Room 4501 at the highest point in the system as recommended by Generator manufacturer. Provide all piping and appurtenances required by Generator manufacturer and as shown on the drawings attached to this Work Change Directive. Total 9, • 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 Lump Sum 1 Requested by: Miro 0 Construction Recommended by; Accepted by: Approved by: 1/20/12 Date 3/19/12 Date Date 2 Z Z- — Date —THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER- tratiakAS:IMAC41100-1109111541,0231WrdNcrk Change 04rectNeadYreothie No 6d.Fte4ator Swim To nka.doo P4J ov Pip , r J e vtr 114 ''` from I 1 No Vent Required SIGHT GLASS (3) 1/2" FPT 75 GAL GALV. SURGE TANK 15 PSI FILLER .0" FPT 35.00 LEVEL SWITCH 73.71 Connect to high point in 4" Gen LTA Inlet pipe F. 1/2" FPT 016.00 .0" FPT 01.56 FTING HOLE 05.00 JW INLET Connect to high point in 6" Gen JWAC Inlet pipe 6" to Gen JWAC Outle AIR FLOW 120.72 99.35 04.00 AC OUTLET 15.00 04.00 AC INL 05.00 JW OL1TEr- 1.0 4" to Gen LTA Outlet 4" to Gen LTA Inlet 6" to Gen JWAC Inlet MOTOR: 40 HP, 1800 RPM, 3/60/230/460V, 1.15 S.F., TEFC HI-EFFICIENCY FAN: 72" DIA., 8 BLADE DRY WEIGHT: 4150 LBS (RAD.) 165 LBS (SRGTNK) FLUID CAPACITY: 38.9 GAL. (AC RAD) 27.1 GAL (314/ RAD) 75 GAL (SRGTNK) 3/4' FPT DRAINS (4 NEAR SIDE) (4 FAR SIDE) 14.00 NT HOLE NOTES: 1. SURGETANK TO BE GALVANIZED 2. SHIP LOOSE: (4) 3/4" BALL VALVES MAX. OPERATING PRESSURE: 20 P.S.I. MAX. OPERATING TEMPERATURE: 250° F. 71.00 PIPING TO COOLER SHOULD BE EXTERNALLY SUPPORTED, NOT HUNG ON THE COOLER. FLEXIBLE CONNECTIONS SHOULD BE USED WHEN PIPING TO THE COOLER ASSEMBLY. 5.75 1.0" FPT Can connect vents from generator to any of the 1/2" or 1" FPT on Surge Tank REF. CUMMINS QSK50-G4 FINISH: PAINT PER ES0026 MATERIAL: AS NOTE N Jaczan 3/30/2011 E JW 4/1/2011 PP TOLERANCES: PROJECTION Sn 10.0scr xxs =0.030" X100( 10.015' ANGLES *I° 3RD ANGLE OTWIA000tAnA ALL Ea1,1 9 A StoAt TOt PER MAO *145* .1934 This OcTormentconrains proprietary information ano such Inform:Won may net be dts.vose0 to Others for any purpose or used for manufacturing without written permlsolon from ROCORE. R _ 'Ns CORE DSVB44-8-411/594-40C C SHEET PART N R35809 00 1 OF 1 LE DO NOT SCALE 2 ROCORE ASSEMBLY STANDARDS APPLY 1 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 1/:103490 MOD 0174-00 DATED: 1/20/12 FAX: 608-251-8655 PHONE: 608-251-4843 DESCRIPTION OF MODIFICATION: Cost to modify radiator piping, per the response to RFI #374. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company Miron Management Fee 5.00 - Subs Subtotal Performance Bond 1.50 W TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: $8,974.00 $448.70 $9,422.70 $141.34 $9,564.04 $9,564.00 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 Date 1/20/12 ona h sanie Owner Representative Date Sch e Impact THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN M 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 y : t I® ®N® . 'I1'Df Owner City of Dubuque Computed by 3CD 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: 174-00 Description of Modification: RFI -374 Items included in this proposal: 174 -01 Item 174 -01 Ahern In RFI 374 response. Material Labor $ 751.19 $ - $ 8,223.24 $ - 1.0 Modify radiator piping as noted Contract Times 1.0 No Change * ** Note: None Subtotal: Miron Markup @ 5% Bond & Insurance @ 1.5 %: TOTAL - Mod 174 -00: $ 751.19 $ 37.56 $ 141.35 $ 9,564.50 $ 8,223.24 $ 411.16 4•41 STRAND ASSOCIATES' Work Change Directive 16g, 16h, 161 Directive No.: 67 Contract: 1-2010 Owner: City of Dubuque By: GVVT Contractor: Miron Construction Co., Inc. Date: 3/29/12 Description of Work Cost Deduction Cost Addition Cut and seal FRP odor control covers at Primary Clarifier No. 1 according to manufacturer recommendations. Delete cabinet unit heater in Administration Building according to attached Cost Proposal Request No. 69 dated March 16, 2012. Delete galvanized sill angles at the two Administration Building garage entrances. $1,267 $359 $1,876 Total $250 Remarks: This Work Change Directive shall result in no change to project duration and Is not subject to negotiation, Change In Contract Price by: ID Supplemental Unit Price El Unit Price C1. Lump Sum Requested by: Miron Construction Recommended by: Various Date (Engineer) 3/29/12 Date Accepted by: ---- (C6-neractor) 411111' / Approved by: Date Date --THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER- InIllalaNSAMAD11100-11991115410231Wrallork Change DIrectivesUrective No 57.PC1 FRP Cover Sealing.€4 60 Garage $10.CUH.doc 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 ti: 0184 -00 DATED: 2/14/12 FAX: 608-251-8655 PHONE: 608-251-4843 DESCRIPTION OF MODIFICATION: Cost associated with cutting and sealing FRP covers at Primary Clarifier 1. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company Miron Management Fee 5.00 % - Subs Subtotal Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: $1,760.00 $88.00 $1,848.00 $27.72 $1,875.72 -------- $1,876.00 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 dule Impact Miron Representative 1 han Daniels Date 2/14/12 Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Nil I r:ON CONSTRUCTION CO., INC Building Excellence Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMation Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 www.miron-construction.corn 1/./ 1 7 , ■ J c' / ; 'r' Project Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 14- Feb -12 No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 184 -00 Description of Modification: Cutting and Sealing FRP Covers at Primary Clarifier 1 Items included in this proposal: 184-01 Item 184 -01 h m PC -1 was out of round Material labor $ 29.22 $ - $ 1,730.78 $ - 1.0 Cutting & sealing FRP covers where Contract Times 1.0 No Change » »» Note: None Subtotal: Mixon Markup @ 5% Bond & insurance @ 1.5 %: TOTAL - Mod 184 -00: $ 29.22 $ 1.46 $ 27.72 $ 1,875.72 $ 1,730.78 $ 86.54 No. 069 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 March 16, 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 11W 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 99-H6.06 (Sheet 388) Only four cabinet unit heaters required for the Administration Building. Provide credit to delete one cabinet unit heater per attached drawing. HOT ATER CABINET UNIT HEATER SCHEDULE 300. • ..c- =AM« 5911,ci UNIT 00 . 11 00100000 (Cn.) k UlIR w 000 r F1 Lmi rn LIOTOR .0b 0 2300 201 r sou..7,..,......y.7,--,,■pil T lial Mai 23CC 2341.1 10 .' IIELMENINE ME ' El 1/1 Mg EMI 0.71 1 ' m..b 0.32 1/W 102 12o0 EMICIEME111:1111113WMEN 0.97 13 ME 00-02 F5010-02 [ swa ao-o .) Owl FFEL-i0 0-25 100.5 93,1 10.50 3.5 la OEM EMEMEE111111= 10 3 3.4 571 =MIME 050- 04 me -o7 1 0.40 2" 1/201 %Oa 2005.030 41,33.00 HEATING HOT WATER COIL SCHEDULE 300. • ..c- =AM« 5911,ci 3,01313150 100031 11 00100000 (Cn.) 00CC 023.. (...) MAX 401 Pb it, c, .1009 000 r F1 Lmi rn 101 33.00 (0044) 430.3. &rOO. 1323 In 00 000501) 2300 201 110 201 23CC 2341.1 040440.37 00-0 I 11191 ROW UN -MI -01 m..b 0.32 1000 . 12o0 ke 33,6)...5 [ swa 001-00-02 a.. 4100 710 0-25 100.5 93,1 10.50 3.5 342 600 27121 ...... ' AIR SEPARATOR S HEDU E PIEXCI . ; IRWIN noca -,1,-.4.-- lizzismic. amideyiii , ......„.. ,.,,,,... occancmogew R_., ,R. mm, .-z-r. r, m..b -.7.- IMIMMICEIMIll - PLATE AND FRAME HEAT EXCHANGER SCHEDULE • CilL•2:11:11111111 P47-51-.44.80 5,0:1/1.0 0 14.33)030033. bp 01023. 303/70023. 00X 01000000 523 3307. 00(21 388 99-H6.06 -OS 50. 11 0.- .5 rde: 5.1\ MAD \ 1100 - - 1159 \ 1154 \ 005Vcod \ Strond Drawings \ 99 -1-16.06.0o9 nrne: Mar 16, 2012 - 10:15orn 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 #:0201 -00 DATED: 3/27/12 FAX: 608 -251 -8655 PHONE: 608 -251 -4843 DESCRIPTION OF MODIFICATION: Cost to delete the cabinet unit heater in Admin Building, per CPR #69 dated 3/16/12. REQUESTED BY: Strand Associates Inc DATE: 3/16/12 SUBCONTRACTOR AMOUNT JF Ahern Company ( $1,156.00) Faith Technologies, Inc. ( $92.04) Wunderlich -Malec Environmental $.00 Subtotal ( $1,248.04) Performance Bond ( $18.72) TOTAL AMOUNT OF THIS MODIFICATION: ( $1,266.76) CHANGE ORDER AMOUNT REQUESTED: ( $1,267.00) 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 A hedule Impact 11ML an Dante Date 3/27/12 Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIFON 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. corn �lly// ifi® ,�PDII Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 27- Mar -12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 201 -00 Description of Modification: CPR -069 Items included in this proposal: 069 -01 Item 069 -01 Ahern Sheet 388 388 388 Material tabor $ (1,156.00) $ (15.24) $ - $ - $ (76.80) $ - $ - 1.0 Delete Cabinet Unit Heater on Fai h 1.0 Delete Cabinet Unit Heater on Sheet Wunderlich 1.0 Delete Cabinet Unit Heater on Sheet Contract Times 1.0 No Change * ** Note: None Subtotal: Bond & Insurance @ 1.5 %: TOTAL - CPR 069 -00: $ (1,171.24) $ (18.72) $ (1,266.76) $ (76.80) 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 #: 0202 -00 DATED: 3/27/12 FAX: 608 -251 -8655 PHONE: 608 -251 -4843 DESCRIPTION OF MODIFICATION: Cost to deduct sill angles from Admin building overhead doors, per the response to RFI #467. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR Miron Construction Co., Inc Performance Bond TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Subtotal AMOUNT $353.44) $353.44) ( $5.30) ( $358.74) ( $359.00) 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 d le Impact Miron Representative J.i than Danie s Date 3/27/12 Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Copy: File / dmf Jobsite M1RON 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. corn //` = Pr. /®n®® ® y '; ,. Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 27- Mar -12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 202 -00 Description of Modification: RFI - 467 Items included in this proposal: 202 -01 Item 202 -01 Miron OH Doors Material Lakg $ (303.44) $ - $ (50.00) $ - 1.0 Deduct Sill Angles from Admin Contract Times 1.0 No Change * ** Note: None Subtotal: Bond & Insurance @ 1.5 %: TOTAL - Mod 202 -00: $ (50.00) $ (5.30) $ (358.74) $ (303.44) 5-ITIAND ASSOCIATES' Work Change Directive 16j, 16k, 161 Directive No.: 68 Contract: Owner; City oj Dubuque 1-2010 By: GWT Contractor: Miron Construction Co.. Inc. e: 4/11/12 Description of Work Cost Cost Deduction Addition Provide pressure regulator, overpressure protection device, arid vent on these devices In compliance with applicable code requirements upstream of Administration Building Laboratory gas turrets. Regulate gas pressure m 7 to 14 Inches water column. Provide vent limiters on the regulator and overpressure device serving the water heater in TWAS Pump 7517 Room in compliance with applicable code requirements. Provide one pressure reducing valve as specified In section 15050-2.04.H upstream of both isolation valves at the makeup water connection on Sheet No. 393. Make up water pressure downstream of pressure reducing valve shall be 12 psl. $930 $0 $0 Total 0 Remarks: This Work Change Directive shall result In no change to project duration and is not subject to gotiation. Supplemental Unit Price Change In Contract Price by: Unit Price ump u Requested by: Won Construction Recommended by: Accepted by: Approved by: Various Date 4/11/12 Date Date Date --THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER- fnito' IsQ:1MA011100-110411i5410231WhAVork Change Dire ctivo10itective No 50.NG PRV as turrel&V Urnger.PRV on Makeup Walecdoc 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/J:0199-0i DATED: 4/09/12 FAX: 608 - 251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Revised cost to provide non- vented regulator on gas pipe upstream of all gas turrets, per the response to RFI 457. REQUESTED BY: Strand Associates Inc DATE: SUBCONTRACTOR AMOUNT JF Ahern Company $873.00 Miron Management Fee 5.00 % - Subs $43.65 Subtotal $916.65 Performance Bond 1.50 0 $13.75 TOTAL AMOUNT OF THIS MODIFICATION: $930.40 CHANGE ORDER AMOUNT REQUESTED: $930.00 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 (Jon an Daniels Owner Representative Date S h dule Impact 61() Date 4/09/12 THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MII1ON CONSTRUCTION CO., !NC. 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 illilifillitn Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 9-Apr-12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 199-01 Description of Modification: RFI - 457 Items Included In this proposal: 199-01 Item 199-02 Ahern 1.0 Add non-vented regulator upstream 2.0 Markup Contract Times of gnatural gas turrets in structure 80 Material Lass $ 609.14 $ 30.46 $ - $ 222.34 $ 11.12 $ - 1.0 No Change *** Note: Proposal is for non-vented regulator only. Subtotal: Mlron Markup @ 5% Bond & Insurance @ 1.5%: TOTAL - Mod 199-01: $ 233.46 $ 11.67 $ 13.75 $ 930.46 $ 639.60 $ 31.98 $11 STRAND ASSOCIATES' Work Change Directive 16m Directive No.: 60 Contract: 1 -2010 Owner: City of Dubuque By: GWT Contractor Miron Construction Co., Inc. Date: 5/16/12 Description of Work Cost Deduction Cost Addition Specification Section 15991, Page 15991 -3 CLARIFICATION: The "START /STOP" signal wiring from TCP-80 to the exhaust fan shall be landed on spare as a °START /STOP" and antennas with The 800 MHz radio conduit provided by box in IT Room 8003. cover plate at above 900 MHz radio antenna CONTRACTOR. Route Provide recessed fl- counter height along the inches above the roof attach conduit support to Coordinate flashing on conduits for coax pointing to the SCADA Power and Systems on the west wall of wall and the other wall are from wall to center to the south LCD be located 1' -0" north the north LCD monitor • EF -80 -02 combination starter in Lab Storage Room 8121 terminal blocks within the combination starter for future use signal. Drawing 80 -E1.03 (Sheet 310) Replace Key Note 10 with the following: °Coordinate the re- installation of wireless network equipment RACOM. Coordinate locations with RACOM prior to installing. antenna will be re- installed by RACOM on 1 -inch CONTRACTOR. Route this conduit from roof to junction Provide recessed 4 -inch x 4 -inch junction box with blank counter height along the west wall in IT Room 8003. The will be re- Installed by RACOM on 2 -inch conduit provided by this conduit from roof to junction box in SCADA Room 8116. inch x 4 -inch junction box with blank cover plate at above west wail in SCADA RM 8116. Stub both conduits 18- membrane. Grout conduits into precast roof structure and roof. Provide rubber boot flashing around conduit and seal. Installation with roofing Contractor. Provide weather head cable. Provide grounding per manufactures recommendations." Drawing 99 -E6.24 (Sheet 423) CHANGE the text "60" AFF" to "78" AFF (TOP OF BOX)" Room 8116 LCD monitor wall boxes, shown on the First Floor Plan In Supt. Office Room 8115. CLARIFICATION: One of the recessed LCD monitor wall boxes SCADA Room 8116 shall be located 3'-4" north of the south box shall be located 3' -4° south of the north wall. Dimensions of box. CLARIFICATION: The below desk junction box for conduits monitor wall box on the west wall of SCADA Room 8116 shall of the south wall and the other junction box for conduits to wall box shall be located 1' -0" south of the north wall. Total $0 InitialslS:'MADN 100..l 1 9 911 1 5 410 2 31Wrd1Work Change Dlreciives\DIrective No 60.EIecUical Ciarifiearans.doc STRAND ASSOCIATES' Work Change Directive 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: El Unit Price Lump Sum Requested by: Strand Recommended by: Enqnee Accepted by: Approved by: 513/12 Date 5/16/12 Date Date Date —THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANOF. ORDER- lellials%1MAD11100.-1116%115410231Wrd\Work Change DIrectivesTirective No 60.Electrkal Clarlficationa.doc STRAND ASSOCIATES' Work Change Directive 16n, 16o, 16p Directive No.: 61 Contract: Owner: City of Dubuque 1 -2010 Y: GWT Contractor: Mlron Construction Co Inc. te: 61%24112 Description of Work Cost Cost uctton ditto 16n 16n 160 16p Microbiology Room 8124 Elevation N: Remove the 36 inch cabinet section V (clos to dishwasher) on the right side of the north elevation. Turnover the 36 -inch cabinet section to the Owner. Patch wall to match existing except at areas where pegboard will be Installed. This work described In Cost Proposal Request (CPR) Item 071 -01 dated March 30, 2012, Add 8 vacuum fixtures In Administration Building Lab as described in attached CPR Item 071 -02 dated March 30, 2012. Add receptacles for microwaves as described In attached CPR Item 071 -03 dated March 30, 2012. Abandon the floor drain In the Break Room 7506. Provide level floor In room adjacent to floor drain. Remove Fernco coupling beneath floor drain and cap plumbing below floor where Femco coupling removed. This work described In attached CPR item 073-01 dated April 13, 2012. Relocate the shutoff valve on the 314" CW located in the wall box referenced In Key Note 4 serving the refrigerator In Lunch Room 8104 to 6- Inches below the ceiling In Parts Storage Room 8011. Demo the Insulation and piping between the wall box and the relocated shutoff valve and cover or patch hole In wall where water box removed. Provide braided metal hose from relocated valve to refrigerator. This work described In attached CPR Item 073-02 dated April 13, 2012. 2 $2,314 $981 $1,648 $332 • Tot $5,574 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 ❑ Unit Price ump Sum Requested by: Siren Various Date Recommended by: Accepted by: Approved by: Enginee 5/24/12 Date Dale z6— Date - -THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER -- rniliarslS MAD1t 100.1190111 5410231Wrd1Work Change DirecIiveslDnective No 0 Ldoc No. 071 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 March 30, 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 11W 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. 071-01 Drawing 80-ASM4.01 (Sheet 291) Microbiology Room 8124 Elevation N: Remove the 36 inch cabinet section V (closest to dishwasher) on the right side of the north elevation. Turnover the 36- inch cabinet section to the Owner. Patch wall to match existing except at areas where pegboard will he installed. 071-02 Drawing 80-P1.04 (Sheet 299) Add the following keynote: 16. Install 4 needle valve assemblies (Watersaver Model L4880E-225WSA or equal) on north side of overhead counter and 4 needle valves on south side of overhead counter. Install in overhead panel above the compressed air, gas, and vacuum fixtures in the center island (see detail J/80-ASM4.01). Needle valves shall be installed at 6-inches O.C. Route vacuum piping to each needle valve concealed in overhead counter and counter support. STRAND ASSOCIATES' Cost Proposal Request Water Pollution Control Plant Modifiva1ious City of Duhuque Contract 1-2010 Page 2 March 30,2012 071-03 Drawing 75-E1.12 (Sheet 261) In Break Room 7506, provide receptacle above microwave shelf (Circuit #40 in lLP'75'01). Drawing 80-E1.03 (Sheet 310) In Lunch Room 8104, provide receptacle above microwave shelf (Circuit #58 in LP-80-04). Drawing 90--E1.01 (Sheet 343) In Lunch Room 9007, add receptacle above microwave shelf (Circuit #64 in LP- 90-0 LP- 90-01) and add switched receptacle for garbage disposal unit below sink (Circuit #60iol.P-90-0]). Install switch above countertop. In vertical piping icni e o4 1/2 inch dial, /\nboroftl`vp and—sos , or equal. Pre o minimize v bration and pu1oob m d with ethylene glycol, 316 Install two piping shal 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 #: 0206 -00 DATED: 5/15/12 FAX: 608 - 251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Cost associated with changes to vacuum fixtures / microwave, per CPR 071 dated 3/30/12. REQUESTED BY: Strand Associates Inc DATE: 3/30/12 SUBCONTRACTOR AMOUNT JF Ahern Company $5,107.00 Faith Technologies, Inc. $920.41 Wynn 0 Jones & Associates $876.00 Omni Glass & Paint Inc $281.00 Subtotal $7,274.41 Miron Management Fee 5.00 % - Subs $363.72 Subtotal $7,638.13 Performance Bond 1.50 % $114.57 TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: $7,753. 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 *le Impact Miron Representative (c,_._ ` / ( P Date 5/15/12 J8 n hah Dani e Owner Representative Date i\.dlRON! CONS! RUCTION 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.mlion-construction.com `;# iCT . ® "* Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 15- May -12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date ''®®I® iP ......_... .,....._.�. �.,3 ,.._.._....... Page l of l Revision 0 Modification Quote Number: 206 -00 Description of Modification: CPR -071 Items included In this proposal: 071 -01, 071 -02, 071 - 03,-072-84 Item 071 -01 $281 x 1.05 x 1.015 = $299 Ma edal Labor $ 281.00 In Below In Below $ - $ - Omni 1.0 Patching & Repainting Wynn Jones 1.0 Remove Cabinet Contract Times 1.0 No Change Item 07102 ($1,295.68 +$516 +$360) x 1.05 x 1.015 = $2,314 Material Labor Ahern 1,0 Install Needle valves & Piping Ahern: $1,295.68 In Below In Below Wynn Jones $ 516.00 $ 360.00 2.0 Provide Needle Valves & Penetrations Contract Times 1.0 No Change $ $ - Item 071 -03 $920.41 x 1.05 x 1.015 = $981 Material Labor faith 1.0 Add Receptacles $ 197.29 $ 723.12 mn 1.0 Patch Wall In Above In Above Contract Times 1.0 No Change $ - $ - Item 071 -04 Material Labor Ahern 1.0 Add Pressure-Ganges for Grit-Was s $ 3,717.00- 1,450.00 Contract Times 1.0 No Change $ - $ - * ** Note: None --471 Subtotal: $ Miron Markup @ 50/0 $ 223.01 $ 110.71 Bond & insurance @ 1.5 %: $ 111.57 TOTAL - CPR 071 7,752.70 -00: $ No. 073 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 April 13, 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 0 ER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. 073-01 Drawings 75-ASM1.13 (Sheet 206) Abandon the floor drain in the Break Room 7506. Provide level floor in room adjacent to floor drain. Remove Ferric() coupling beneath floor drain and cap plumbing below floor where Fernco coupling removed. 073-02 Drawings 80-P1.04 (Sheet 299) Relocate the shutoff valve on the 3/4" CW located in the wall box referenced in Key Note 4 serving the refrigerator in Lunch Room 8104 to 6-inches below the ceiling in Parts Storage Room 8011. Demo the insulation and piping between the wall box and the relocated shutoff valve and cover or patch hole in wall where water box removed. Provide braided metal hose from relocated valve to refrigerator. STRAND ASSOCIATES* 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 #: 0208 -00 DATED: 5/17/12 FAX: 608 -251 -8655 PHONE: 608- 251 -4843 Cost associated with changes to Break Room 7506 floor level/ refrigerator water supply in Lunch Room 8104, per CPR #73 dated 4/13/12. REQUESTED BY: Strand Associates Inc DATE: 4/13/12 SUBCONTRACTOR AMOUNT JF Ahern Company Hughes Flooring Inc Subtotal Miron Management Fee 5.00 % - Subs Subtotal Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: $613.00 $1,244.00 $1,857.00 $92.85 $1,949.85 $29.25 $1,979.10 CHANGE ORDER AMOUNT REQUESTED: $1,979.00 Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Miron Representativ Owner Representative _ i � i edule Impact MR irl / an Daniels Date 5/17/12 Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIRON 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. corn it /i f Ion i=`' Owner Project Project No. Title City of Dubuque Computed by JCD Dubuque WPCP Date 17- May 12 103900 Verified by Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 208 -00 Description of Modification: CPR -073 Items included In this proposal: 073 -01, 073 -02 Item 073 -01 A ern $1,545.99 x 1.05 x 1.015 = $1,648 otal $ 301,99 $ 1,244.00 $ - 1.0 Hughes Abandon Floor Drain Level Room 1.0 Contract Times 1.0 No Change Item 073 -02 Ahern Total $ 311.23 $ - $311 x 1.05 x 1.015 = $331 Relocate Shutoff 3/4" CW Room 8104 1.0 Contract Times 1.0 No Change * *' Note: None Subtotal: $ 1,857.22 Miron Markup @ 5% $ 92.86 Bond & Insurance @ 1.5 %: $ 29.25 TOTAL - CPR 073 -00: $ 1,979.33 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 #: 0214 -00 DATED: 4/29/12 FAX: 608 - 251 -8655 PHONE: 608 -251 -4843 DESCRIPTION OF MODIFICATION: Cost associated with Final Clarifier 3 coating thickness REQUESTED BY: Strand Associates Inc DATE: 16q SUBCONTRACTOR AMOUNT Champion Coatings Inc Miron Management Fee 5.00 % - Subs Subtotal Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: $9,218.00 $460.90 $9,678.90 $145.18 $9,824.08 CHANGE ORDER AMOUNT REQUESTED: $9,824.00 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 chedule Impact Miron Representative ri Date 4/29/12 an aniel Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIRON 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. corn _ .1 imallgovan- '- 1:: ,', Owner Project Project No. Title City of Dubuque Computed by JCD Dubuque WPCP Date 29-Apr-12 103400 Verified by Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 214-00 Description of Modification: . Final Clanfier ICOatIrig Thitkness'. Items included in this proposal: 214-01 Item 214-01 Champion of Walls (1771 SF) (503 SF) (872 5F) Total $ 10,626.00 $ (4,024.00) $ 2,616.00 $ - 1.0 Install 200 Total Mils on Portion 2.0 Credit Area of Wall Top 18" Exterior 3.0 Install 150 Total Mils on Floors Contract Times 1.0 No Change ..* Note: None Subtotal: Miron Markup @ 5% Bond & Insurance @ 1.5%: TOTAL - Mod 214-00: $ 9,218.00 $ 460.90 $ 145.18 $ 9,824.08 No. 074 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 April 16, 2012 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer 16r Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc NW 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 WO DESCRIBED HEREIN. Affecting Specification Section 16940-2.01. SCADA System Computers and Software Existing Intellution licenses are being replaced with Wonderware licenses. Wonderware offers a "Competitive Upgrade Discount." Provide credit to Owner for Wonderware "Competitive Upgrade Discount." STRAND AS 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 /1: 0209 -01 DATED: 5/18/12 FAX: 608 -251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Revised cost associated with Wonderware competitive upgrade, per Cost Proposal request #74 dated 4/16/12. REQUESTED BY: Strand Associates Inc DATE: 4/16/12 SUBCONTRACTOR AMOUNT Faith Technologies, Inc. ( $9,909.95) Subtotal ( $9,909.95) Performance Bond ( $148.65) TOTAL AMOUNT OF THIS MODIFICATION: ( $10,058.60) CHANGE ORDER AMOUNT REQUESTED: ( $10,059.00) Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Miron Representative �_ ))�]j �` � �U Date 5/18/12 dule Impact Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Copy: File / dmf Jobsite IV URO1N CONSTRUCTION CO., INC:. Building Excellence Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969 -7000 Fax: 920/969 -7399 www.miron-construction.com >, "-!w J®®f®` ®,� ®in :: Owner City of Dubuque Computed by ]CD Project Dubuque WPCP Date 18- May -12 Project No. 103400 Verified by Title Cost Proposal Request Documentation Date Page i of 1 Revision 0 Modification Quote Number: 209 -01 Description of Modification: CPR -074 Items included In this proposal: 074 -01 Item 009 -01 Faith 1.0 Credit competative upgrade of Contract lime$ intellution licences to wonderware Tots $ (9,909.95) $ - 1.0 No Change * ** Note: Attached Executed Competative Licence Agreement must be completed for credit to be valid. Subtotal: Bond & Insurance @ 1.5%: TOTAL - CPR 074 -00: $ (9,909.95) $ (148.65) $ (10,058.60) No. 075 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 May 3, 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 11W 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 ER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. 075-01 Drawing 80-E1.01 (Sheet 308) ADD one network jack in recessed back-box on the east wall of Parts Storage Room 8001, 6-inches south of UPS-80-0l. Provide one CAT6 cable in 3/4-inch conduit from network jack to network patch panel in IT Room 8003. 075-02 Drawing 80-E1.03 (Sheet 310) REPLACE Key Note 9 with the following: "Provide two recessed LCD monitor wall boxes, FSR Model PWB-200, with white cover plates for power and video cables to the SCADA System LCD monitors. Provide one 20 amp duplex receptacle and video cable pass-through bushing, FSR Model IPS-B010D, and associated back-boxes on each LCD Monitor wall box. Receptacles shall be powered from lighting panel LP-80-02, circuit 14. Provide two 4x4 recessed outlet boxes with bulk cable faceplates located under the desk. Provide 2--1" conduits from each LCD monitor wall box to the associated below desk junction box." STRAND ASSOCIATES° Cost Proposal Request Water Pollution Control Plant Modifications City of Dubuque Contract I -2010 Page 2 May 3,2012 Drawing 99-E6.24 (Sheet 423) CHANGE the label for the 20 amp single pole circuit breaker in the LP-80-02 panel schedule for circuit number 14 from "SPARE" to "SCADA RM 8116 LCD WALL BOX RECEPT." 075-03 Drawing 90-E1.01 (Sheet 343) ADD the following to the end of Key Note 15: Fuel System Monitor Overfill Alarm Acknowledgement switch and Alarm Annunciator with light furnished by Division 13 and installed and wired by Division 16 on the exterior south wall of Vehicle Bay Room 9001, located south of the entrance door. Provide 4—#12 conductors and #12 ground in 3/4-inch conduit from the Fuel System Monitor to the overfill alarm acknowledgement switch, and from the acknowledgement switch to the overfill alarm annunciator. Provide NEMA 4X back-boxes as required for each device. REPLACE Key Notes 17 and I 8 with the following: 17. The submersible pump power wiring from LP-90-01 shall be wired though the Fuel Pump Controller in Vehicle Bay Room 9001, to the submersible pump. Provide 2—#12 conductors in 3/4-inch conduit from the Fuel Dispenser Station, through the exterior E-Stop control station, to the Fuel Pump Controller in Vehicle Bay Room 9001 for pump start/stop control. Provide a red maintained NEMA 4X FRP E-Stop control station. 18. Provide 8—#12 in 3/4-inch conduit from the Fuel Management System Interface Terminal (FIT) to the Fuel Dispenser Station. ADD a Key Note 18 reference next to the Fuel Management System Interface Terminal. ADD a screened solenoid next to the fuel pump at the exterior above ground on the east side of the fuel storage tank labeled "Submersible Fuel Pump Piping Solenoid" with a Key Note 21 reference. ADD Key Note 21 as follows: 21. Provide 2—#12 conductors and #12 ground in 3/4-inch conduit from the Fuel Management System Interface Terminal (FIT) to the Submersible Fuel Pump Piping Solenoid at the storage tank, and from the solenoid to the Fuel Dispenser Station. Cost Proposal Request Water Pollution Control Plant Modifications City of Dubuque Contract 1-2010 Page 3 May 3`20l2 ADD a hardwired power connection symbol (circuit 63) on the exterior south wall of Vehicle Bay 9001 located on the south side of the entrance door labeled "Fuel Overfill Alarm Acknowledgement Switch". Drawing 99-E6.25 (Sheet 424) CHANGE the single pole circuit breakers in Lighting Panel LP-90-01 (Section 2) circuits 63, 69, 71, and 73 from 20 amps to 15 amps. CHANGE the two pole circuit breaker in Lighting Panel L9-90'0l (Section 2) circuits 65/67 from 20 amps to 15 amps. 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 #: 0215 -00 DATED: 5/18/12 FAX: 608 - 251 -8655 PHONE: 608 - 251 -4843 DESCRIPTION OF MODIFICATION: Cost associated with UPS network jack /SCADA room LCD back - boxes /fuel system wiring, per CPR 75 dated 5/3/12. REQUESTED BY: Strand Associates Inc DATE: 5/03/12 SUBCONTRACTOR AMOUNT Faith Technologies, Inc. Miron Management Fee 5.00 % - Subs Subtotal Performance Bond 1.50 TOTAL AMOUNT OF THIS MODIFICATION: $4,339.15 $216.96 $4,556.11 $68.34 $4,624.45 CHANGE ORDER AMOUNT REQUESTED: $4,624.00 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 �� schedule Impact Miron Representative /p� p l -' Date 5/18/12 p \ ) . n. � l/�X � LP. Owner Representative J n Danie Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN VURON 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. corn - - .... ...... Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 18-May-12 Project No. 103400 Verified by Mid i Fa ira i fin - - .-. ...-- Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 215-00 Description of Modification: CPR-075 Items Included in this proposal: 075-01, 075-02, 075-03 Item 075-01 Faith 1.0 Add Data Drop Structure 80 2.0 Direct Markup Contract Times Material $ 57.92 $ 8.69 $ - Labor $ 290.00 $ 43.50 $ - 1.0 No Change Item 075-02 Faith 1.0 Install Recessed LCD Monitor Box 2.0 Direct Markup Contract Times Material $ 218.59 $ 32.79 $ - Labor $ 654.00 $ 98.10 $ - 1.0 No Change Item 075-03 Material $ 582.26 $ 87.34 $ - $ - Lefrt $ 1,970.40 $ 295.56 $ - $ - Faith 1.0 Work Related to Fuel System 2.0 Direct Markup Acterra 1.0 Fuel System Changes Contract Times 1.0 No Change *** Note: None Subtotal: Miron Markup @ 5% Bond & Insurance @ 1.5%: TOTAL - CPR 075-00: $ 987.59 $ 49.38 $ 68.34 $ 4,624.44 $ 3,351.56 $ 167.58 Cost Proposal Request Water Pollution Control Plant Modifications City of Dubuque Contract 1-2010 Page 1 May 14, 2012 No. 076 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOS Glenn W. Tranowski City of Dubuque WPCP Modifications 1-2010 May 14, 2012 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer 6 QUEST Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc 11W 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 WO' DESCRIBED HEREIN. Specification Section 16940, 3.01-Paragraph J CHANGE the title of paragraph J from "Blower Room Exhaust Fan (EF-10-02)" to "Grit Pump Room Exhaust Fan (EF-10-01)". CHANGE "H-O-A" to "0-0" in paragraphs 1, la, and lb. CHANGE "Hand" to "On" in paragraph la. DELETE paragraph lc. Specification Section 16990-6, EF-10-02 DELETE the following Digital/Analog Inputs and wiring associated with EF-10-02: DI: In Auto 2—#1.4, Starter Overload 2-414 Al: Amps SH. PR., kW SH. PR. REPLACE the text in the comments column for the EF-10-02 digital input "Running" signal with the following: "From Relay in Single Phase Motor Controller at Fan". Drawing 10-E1.01 (Sheet 66) CHANGE the 480 volt power connection for EF-10-02 in Blower Room 1001 to a 120 volt power connection, circuit 18. Cost Proposal Request Water Pollution Control Plant Modifica ionu City of Duhuque Contract 1-2010 Page 2 May 14, 2012 ADD a single phase motor controller per detail B/99-B5.04 on the north wall of Blower Room 1001 above thermostat T'10'06 for thermostat start/stop control of exhaust fan EF-|O-O2. Provide auxiliary contacts on power relay for monitoring ^^Ronning" at the plant SC/\[)A System. The 120 volt power conductors for EF-|O'02 shall he routed through the single phase motor controller toEF-|0-02. CHANGE the 2—#12 conductors and #12 ground in 3/4-inch conduit from thermostat l-|0-0dto MCC'10 to route conduit and wiring from T-10-06 to the new EP-10-02 single phase motor CHANGE the 2~#|2 conductors and #12 ground in 3/4-inch conduit from MCC-10 to the EF- l0'O2dunnpc,nk/nou\ncouduitaudvvicingfrocuthencvvEF'|O-02oin8|ophancountu,cuu1,nUcr to the dampers. Dampers shall open when EF-l0-02 is running. CHANGE the 120 volt power connection for EF- |O-O| in Grit Pump Room 1005 to a 480 volt power connection. Drawing 99-E6.08 (Sheet 407) CHANGE the following in EF-10'02 row in the MC[-|O Motor and Motor Control Center Schedule: Equipment Number: EF'1O-0l First Line of Label: Grit Pump Room Equipment Location: Grit Pump Room 1005 HP/kW: 1/4 F.L.1 in Amps: 1 RPM: 1725 Control Device: 0-0, R, G, ETM C &l Description: Dampers (2) Control Conduit and Wire: 2~#14 Power Conduit and Wire: 3—#12, 3/4"C. CHANGE the label for the BF'|0-02 MCC bucket from "EF-|0-02"io^^EF-\0-0l"in the MCC- 10 Elevation. Drawing 10-E6.23 (Sheet 422) CHANGE the label for the 20 amp single pole circuit breaker in thel.P'|0'0| panel schedule, circuit number |H, from "Grit Pump Room Exhaust Fan EF-|0-01 and Dampers" to "Blower Room Exhaust Fan EF-10-02 and Dampers". CHANGE the 20 amp single pole circuit breaker in the LP-10-01 panel schedule, circuit number 18, to a 30 amp single pole circuit breaker. 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 #:0219-01 DATED: 6/07/12 FAX: 608 -251 -8655 PHONE: 608 -251 -4843 DESCRIPTION OF MODIFICATION: Revised cost associated with exhaust fan EF -10 -01/02 starter modifications, per Cost Proposal Request #076 dated 5/14/12. REQUESTED BY: Strand Associates Inc DATE: 5/14/12 SUBCONTRACTOR AMOUNT JF Ahern Company Faith Technologies, Inc. Wunderlich -Malec Environmental Subtotal Miron Management Fee 5.00 % - Subs Subtotal Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: $.00 $1,619.11 $1,076.25 $2,695.36 $134.77 $2,830.13 $42.45 $2,872.58 CHANGE ORDER AMOUNT REQUESTED: $2,873.00 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 r ri�� j an Danie Schedule Impact Date 6/07/12 Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN MIRON 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 w °1������ ®- Owner Project Project No. Title City of Dubuque Computed by JCD Dubuque WPCP Date 7- Jun -12 103400 Verified by Cost Proposal Request Documentation Date Page 1of1 Revision 0 Modification Quote Number: 219 -01 Description of Modification: CPR - 076 -01 Items included in this proposal: 076 -01 Item 076 -01 Faith 1.0 Electrical modifications per CPR 2.0 Wunderlich costs 3.0 Punchlist Credit Ahem 076 for Structure 10 HVAC equipment Material Labor $ 1,215.19 $ 1,076.25 $ (1,000.00) $ - $ - $ 1,403.92 $ - $ - 1.0 CPR 076 Contract Times 1.0 No Change * ** Note: Assumes attached material used in lieu of specified Subtotal: Miron Markup ® 5% Bond & Insurance © 1.5 %: TOTAL - CPR 076 -01: $ 1,291.44 $ 64.57 $ 42.45 $ 2,872.58 $ 1,403.92 $ 70.20