Loading...
HomeMy WebLinkAboutWRH CO#1 - Cont. No. 1021 10.12.2020 Strand Associates, Inc: STRAND ASSOCIATES October 1,2020 CHANGE ORDER NO. 1 PROJECT: FY 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications OWNER: City of Waterloo, Iowa CONTRACT: 1021 CONTRACTOR: WRH,Inc. Description of Change 1 a Change the Contract Milestones in accordance with the (DEDUCT) ($0.00) enclosed Change Authorization Request(CAR)01 dated September 1, 2020. 1 b Contractor shall extend the existing Draft Tube Mixer (DEDUCT) ($0.00) Bases in lieu of demolishing, patch the floor, and relocate 3.25 degrees with all modifications to be recorded on As-Built Drawings in accordance with the enclosed CAR 02 dated September 3, 2020. IC Contractor shall clean all rubble associated with the (DEDUCT) ($0.00) initial removal of the Digester Lid and hoist with Contractor equipment in to Owner's dump truck for disposal at Owner's dump site in accordance with the attached CAR 02 dated September 3,2020. Contractor will provide labor and equipment to collect and load rubble into Contractor's clean-bucket rig and hoist rubble out of the tank and into Owner's dump truck. Owner will provide labor and equipment to haul rubble loaded by Contractor to Owner's disposal location in Owner-operated dump truck. 1 d Adjust cost for work related to Cash Allowance No. 1 in ADD $13,681.00 accordance with the enclosed CAR 04 dated September 16,2020.In accordance with General Specification Section B.7 related to increased or decreased quantities,Contractor is eligible for an adjustment in unit cost as the actual quantity of repairs for Cash Allowance No. 1 varied by greater than 20 percent of the estimated quantity. le Contractor shall reuse the existing handrail in sound (DEDUCT) ($5,171.00) condition in lieu of providing all new handrail.New handrail and appurtenances shall be provided as described in the enclosed CAR 05 dated September 30,2020. TOTAL VALUE OF THIS CHANGE ORDER: ADD $8,510.00 SKH:e I Wand.cam\projecuNlAD4N06.A49 63%W&\C=McdwThmge Orden\Chmge Order No.I d= - www.strand.com Strand Associates, Inc." City of Waterloo, Iowa—WRH, Inc. Contract 1021,Change Order No. Page 2 October 1, 2020 Contract Price Adjustment Original Contract Price $867,500.00 Previous Change Order Adjustments $0.00 Adjustment in Contract Price this Change Order $8,510.00 Current Conti-act Price including this Change Order $876,010.00 Contract Substantial Completion Date Adjustment Original Contract Substantial Completion Date October 14, 2020 Contract Substantial Completion Date Adjustments due to previous Change Orders 0 Days Contract Substantial Completion Date Adjustments due to this Change Order 21 Days Current Substantial Contract Completion Date including all Change Orders November 4, 2020 Contract Final Completion Date Adjustment Original Contract Final Completion Date November 13,2020 Contract Final Completion Date Adjustments due to previous Change Orders 0 Days Contract Final Completion Date Adjustments due to this Change Order 21 Days Current Final Contract Completion Date including all Change Orders December A, 2020 This docurnent shall become a supplement to the Contract and all provisions will apply hereto. RECOMMENDED 0, p Z o CO LTAN"I'—Strand Associates, Inc.® Date APPROVED "l tip l ONTRACTOR—WRH, Inc. Date APPROVED Quentin Hart _ 10/12/2020 OWNER—City of Waterloo, Iowa Date SKH sjNS:%MAUW400-449949463t9061Con5troctionlChnage OrdersThanp_order_Mo-Ldoc% www.strand.com N)6v Change Authorization Request (CAR) Project: City of Waterloo FY 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications CAR No. 01 DATE September 1, 2020 WRH Job No. 1350 Reference: Contract No. 1021 RFQ# - Location WWTP A Change in the scope of work is indicated below and Owner's prompt approval or rejection of this authorization is requested so that the material may be purchased and to prevent any delay in field operations. Reason for Change: ( ) Design Request ( ) Field Condition ( ) Owner Request ( X ) Suggested by Contractor ( ) Other 1) Description of Change: (Refer to drawings, specification, addenda, bulletin if applicable) No-Cost Change Order to extend the Contract Completion Date resulting from an early issuance of the Notice To Proceed, dated 6/16/20, to allow pick-up of the Draft Tube Mixers for repairs. Section NB-1 indicates that work is to commence within (10)working days after reciept of the NTP and be substantially completed within (120) calendar days after the NTP date. WRH requests a schedule extension of twenty(21) calendar days to accommodate the planned NTP of 7/7/20 with a 7/20/20 work start date. 2) It is requested that the completion date be; (X)extended / ( ) reduced by 21 calendar days 3) Bases of Payment: a) ( ) Firm price for performing this change along with attached supporting details is ( ) increased / (X )decreased by $0.00 b) ( ) Time and Material per Contract. $0.00 c) ( ) Change to be performed per unit prices in Contract $0.00 d) ( X ) The time required to prepare and agree upon a detailed estimate prior to proceeding with the change would unduly delay job progress. The following is an approximate estimate to assist Owner in determining whether or not change should be made. If notified to proceed, a detailed estimate in the form agreed upon,with supporting details,will be submitted after receipt of said notice. Approximate Estimate is: $0.00 FOR OWNER'S ( ) CHANGE WILL NOT BE MADE PROCEED ON THE FOLLOWING BASIS: ( ) Firm Price ( ) Time and Material ( ) Estimate of Price ( ) Change in Completion Date ( ) Unit Price in Contract ( ) No Change Comments: Submitted by: /` v"" Approved by Project Manager Owner WRH, Inc. Date: 9/1/2020 Date: CITY OF WATERLOO , IOWA Waste Management Services 3505 Easton Avenue ■ Waterloo, IA 50702 ■Phone(319)291-4553■Fax(319)291-4523 ■* Brian Bowman, Treatment Operations Supervisor Mayor June 16, 2020 QUENTIN HART COUNCIL The City of Waterloo acknowledges receipt of the fully executed documents for the MEMBERS F.Y.2020 Wastewater Treatment Plant Digester No.3 Cover Modifications Project, City Contract No. 1021. MARGARET In Accordance with the contract documents, you are notified that the Contract Time under KLEIN the contract will commence to run on June 16, 2020. As of this date, you are to start 6Vard i performing your obligations under the Contract Documents. JONATHAN We look forward to working with you on this important project GRIEDER Ward 2 PATRICK Brian Bowman/Treatment Operations Supervisor MORRISSEY City of Waterloo ward 3 Waste Management Services 3505 Easton Ave J JEROME Waterloo, IA 50703 II AMOS.JR. 6Vard 4 RAY FEUSS oSincerel , Ward 5 SHARON JUON At-Large DAVE Brian Bowman BOESEN At-Large WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer NYW Change Authorization Request (CAR) Project: City of Waterloo FY 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications CAR No. 02 DATE September 3, 2020 WRH Job No. 1350 Reference: Contract No. 1021 RFQ# RFI #4 Response Location Draft Tube Mixer Base Fdns A Change in the scope of work is indicated below and Owner's prompt approval or rejection of this authorization is requested so that the material may be purchased and to prevent any delay in field operations. Reason for Change: ( ) Design Request ( ) Field Condition ( ) Owner Request ( X ) Suggested by Contractor ( ) Other 1) Description of Change: (Refer to drawings, specification, addenda, bulletin if applicable) WRH proposes a zero-cost change to extend the existing Draft Tube Mixer Base foundations in lieu of demolition and relocation. As discribed in RFI #4, WRH will collect and remove rubble resulting from the Digester Lid removal and place into a City provided and operated dump truck, to be disposed of by the City. 2) It is requested that the completion date be; (X)extended / ( ) reduced by 0 calendar days 3) Bases of Payment: a) ( ) Firm price for performing this change along with attached supporting details is ( ) increased / (X )decreased by $0.00 b) ( ) Time and Material per Contract. $0.00 c) ( ) Change to be performed per unit prices in Contract $0.00 d) ( X ) The time required to prepare and agree upon a detailed estimate prior to proceeding with the change would unduly delay job progress. The following is an approximate estimate to assist Owner in determining whether or not change should be made. If notified to proceed, a detailed estimate in the form agreed upon,with supporting details,will be submitted after receipt of said notice. Approximate Estimate is: $0.00 FOR OWNER'S ( ) CHANGE WILL NOT BE MADE PROCEED ON THE FOLLOWING BASIS: ( ) Firm Price ( ) Time and Material ( ) Estimate of Price ( ) Change in Completion Date ( ) Unit Price in Contract ( ) No Change Comments: Submitted by: v"` Approved by Project Manager Owner WRH, Inc. Date: 9/3/2020 Date: RFI #4 WRH, Inc. Project: 1350-Waterloo No.3 Digester Rehab PO Box 256 3505 Easton Ave Amana, Iowa 52203 Waterloo, Iowa 50702 Phone:(319)622-3816 Fax:(319)622-6095 Draft Tube Mixer Bases TO: Evan Hunsanger(Strand Associates,Inc.) FROM: Todd Weiss(WRH,Inc.) DATE INITIATED: 09/02/2020 PO Box 256 Amana, Iowa 52203 LOCATION: Digester No.3 Tank STATUS: Closed on 09/03/20 PROJECT STAGE: DUE DATE: 09/05/2020 SUB JOB: COST CODE: COST IMPACT: SCHEDULE IMPACT: DRAWING NUMBER: Sheet 8,Sheet, 10, Detail C/Sheet 12 SPEC SECTION: 03 30 00-Cast-in-Place Concrete LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Dallas Chandler(WRH,Inc.) COPIES TO: Dallas Chandler(WRH,Inc.), Rob Fortune(Strand Associates,Inc.),Sam Hocevar(Strand Associates,Inc.), Evan Hunsanger(Strand Associates, Inc.),Steve Prahl(Strand Associates,Inc.) Question from • • • 1 on 09/0212020 WRH proposes to extend the existing Draft Tube Mixer Bases in lieu of demolish,patch the floor,and relocate 3.25 degrees with all modifications to be recorded on As-Built drawings. This modification will eliminate installation of the new mixer bases on a new concrete patch and reduce time associated with base reorientation. In exchange for the above,WRH will clean all rubble associated with the initial removal of the Digester Lid and hoist with WRH equipment in to a City Dump Truck for disposal at the City's dump site. • WRH to provide labor and equipment to: collect and load rubble into WRH clean-bucket rig and hoist rubble out of the tank,place into City truck • City to provide labor and equipment to: • provide City operated dump trucks • haul rubble loaded by WRH to City's disposal location. The above work will be completed with no cost adjustments to the project per 9/1/20 Progress Meeting discussion. Please confirm that this is acceptable and advise if a formal zero-cost change order is necessary to further document the change. Official Response: Evan Hunsanger(Strand Associates,Inc.)responded on Thursday, September 3rd,2020 at 10:46AM CDT This change will be acceptable.A zero-cost change order will be prepared to document the change. Attachments: All Replies: Response from • • Associates, 1 on 09/03/2020 This change will be acceptable.A zero-cost change order will be prepared to document the change. Attachments: WRH, Inc. Page 1 of 2 Printed On:09/03/2020 11 :23 AM NYW Change Authorization Request (CAR) Project: City of Waterloo FY 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications CAR No. 04 DATE September 16, 2020 WRH Job No. 1350 Reference: Contract No. 1021 RFQ# Gen'I Spec B.7 Location Digester Tank Rim A Change in the scope of work is indicated below and Owner's prompt approval or rejection of this authorization is requested so that the material may be purchased and to prevent any delay in field operations. Reason for Change: ( ) Design Request ( X ) Field Condition ( ) Owner Request ( ) Suggested by Contractor ( ) Other 1) Description of Change: (Refer to drawings, specification, addenda, bulletin if applicable) As noted in General Specification Section B.7 for"Increased or Decreased Quantities", WRH respectfully requests adjustment to the Cash Allowance Item Number 1 for unit repairs at the top of the Digester No. 3 tank wall; an estimated quanity of 60 CF. The calculated volume for all tank rim repair work was 21.7 CF, including 5.9 CF cast monolithicly with the elevated slab per RFI#2 response. Due to the nature of the work and method of repair, WRH requests adjustment for only the 15.8 CF repaired by Vector construction. '*This would be considered a Change Order to the project with no additional payments from Bid Allowance 01 as shown on the WRH's Application for Payment with a Balance to Finish of$14,877.50 2) It is requested that the completion date be; (X)extended / ( ) reduced by 0 calendar days 3) Bases of Payment: a) ( ) Firm price for performing this change along with attached supporting details is(X ) increased / ( )decreased by $13,681.00 b) ( ) Time and Material per Contract. $0.00 c) ( ) Change to be performed per unit prices in Contract $0.00 d) ( X ) The time required to prepare and agree upon a detailed estimate prior to proceeding with the change would unduly delay job progress. The following is an approximate estimate to assist Owner in determining whether or not change should be made. If notified to proceed, a detailed estimate in the form agreed upon,with supporting details, will be submitted after receipt of said notice. Approximate Estimate is: $0.00 FOR OWNER'S ( ) CHANGE WILL NOT BE MADE PROCEED ON THE FOLLOWING BASIS: ( ) Firm Price ( ) Time and Material ( ) Estimate of Price ( ) Change in Completion Date ( ) Unit Price in Contract ( ) No Change Comments: Submitted by: v`" Approved by Project Manager Owner WRH, Inc. Date: 9/16/2020 Date: City of Waterloo FY 2020 Wastewater Treatment Plant Digester No. 3 Cover Modificat 9/16/2020 C.A.R. Calculation C.A.R. # 04 As noted in General Specification Section B.7 for"Increased or Decreased Quantities", WRH respectfully requests adjustment to the Cash Allowance Item Number 1 for unit repairs at the top of the Digester No. 3 tank wall; an estimated quanity of 60 CF. The calculated volume for all tank rim repair work was 21.7 CF, including 5.9 CF cast monolithicly with the elevated slab per RFI #2 response. * Due to the nature of the work and method of repair, WRH requests adjustment for only the 15.8 CF repaired by Vector construction. **This would be considered a Change Order to the project with no additional payments from Bid Allowance 01 as shown on the WRH's Application for Payment with a Balance to Finish of$14,877.50 Qty Unit Unit Rate Line Total Fee/Credit Subcontractors Vector Construction -15.8 CF $0.00 $0.00 $0.00 Vector Construction 15.8 CF $745.45 $11,778.05 $1,766.71 $0.00 $0.00 $0.00 $0.00 SUBTOTAL $11,778.05 $1,766.71 Labor Superintendent- ST mhr $95.00 $0.00 $0.00 Foreman - ST mhr $85.00 $0.00 $0.00 Laborer-ST mhr $70.00 $0.00 $0.00 Operator- ST mhr $85.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 Materials: $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 Equipment: Superintendent Truck day $95.00 $0.00 $0.00 30-Ton Crane hr $125.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 C.A.R. SUBTOTAL $11,778.05 $1,766.71 Contractor's Fee (Sub-contracts) 15.00% $1,766.71 (TOTAL) Contractor's Fee (Self-performed) 15.00% $0.00 (TOTAL) Sales Tax on Material 0.00% $0.00 (TOTAL) Contractor's Fee (CREDIT) 5.00% $0.00 SUBTOTAL $13,544.76 Insurance 1.00% $135.45 Total Proposed Change: $13,681.00 The Contractor shall keep one (1) copy of all drawings and specifications on the work available to the Engineer and to his representatives. 3. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature, character and location of the work, the conformance to the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can, in any way, affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations herein contained. 4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the course of the work, finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Engineer immediately, in writing, and the Engineer shall promptly correct the same. 5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are presumably correct and represent the foreseen construction requirements. Any modification of the plans which may be required by the exigencies of the construction or any corrections made necessary because of errors in the original surveys, will be made by the Engineer. Should corrections or modifications of the plans or specifications require a different quality or class of work than that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not performed. 6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work or make changes by altering, adding to, or deducting from the work, the contract sum being adjusted by agreement or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. 7. I C E S D O D C A E Q A ITI S. he ri ht s es ry d it o t i p iri g the contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the contract. However, when the work is completed without change in the plans, and the measured quantity of any item of work varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in price may be made for such item of work by agreement between the Engineer and the Contractor, subject to the approval of the City Council. E'th r part to the contract may re nest such an adjustment. 8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall provide land required for the erection of temporary construction facilities and storage of his material, together with the right of access to same. GENERAL SPECIFICATIONS Section GS-3 4463.008/City Contract No. 1021 ; IL VECTZ7/4 "The Concrete Restoration Specialists" 250 4151 Ave.Drive SW Cedar Rapids, IA 52404 Phone(319 364-5355 Fax(319)356-5316 SUBCONTRACT CHANGE ORDER Project: Waterloo WWTP Rehabilitatoin C.O.#: 1 Subcontractor: Vector Construction Subcontract#: 1352005s Date of Subcontract:7/1/2020 Date of Change Order: 9/15/2020 To: WRH Attn: Todd Weiss The under mentioned modification in connection with the work being executed under the above-noted subcontract will increase or decrease your subcontract amount by the amount shown below, all subject to the terms and conditions of the above-noted subcontract. If this change order is satisfactory,please sign both copies of this change order. Return one the copies to us as soon as possible and attach the other copy to your copy of the subcontract. Description of work: Vector is requesting a revision to the payout terms of the above-mentioned subcontract. Under the General Specifications for Construction, Sectoin B.7, on page GS-3, under INCREASED OR DECREASED QUANTITIES, it states that any variations of more than 20%would warrant a price adjustment. Repaired quantities estimated were significantly less than originally estimated and more than the specified 20%variation noted in this section (15.8 CF/60 CF) As such, Vector Construction is asking for payment in reflection of the time and material used to complete this work with the significantly reduced scope. Please see attached time and material breakdown of charges related to this project. Total Invoice Request $ 11,778.05 VECTOR CONSTRUCTION INC. PLEASE SIGN AND RETURN ONE COPY Signed: Kyle Kuenstling T&M Change Order Mobilization $1,250.00 Equipment $1,650.00 Room & Board $0.00 L _ -Material $649.42 Subtotal $11,318.17 10%Mark-up $229.94 10% Overhead 1229.94 Project Total $111778.05 LABOR Date FOREMAN IREPAIR TECHNICIAN Superintendent/Safety Manager Straight Overtime Travel Straight Overtime Travel Straight Overtime Travel 8/31-9/4 40 6.25 40 16.5 7-Sep-20 6 Hours 1 0 1 0 1 0 40 6.25 0 46 16.5 0 Rate $65.00 $90.00 $60.00 $55.00 $75.00 1 $55.00 $75.00 1 $100.00 $75.00 $0.00 $0.00 $0.00 $2,200.00 $468.75 $0.00 $3,450.00 1 $1,650.00 $0.00 EQUIPMENT ROOM & BOARD MATERIAL EXPENSES Date Days Used Date Concrete forming Bonding Agent Days Material Shipping in g 8/31-9/4 5 0 $290.00 $175.42 $184.00 7-Sep-20 0.5 Days 5.5 Total 0 Rate $300.00 Rate $100.00 Unit Total $290.00 $175.42 $184.00 Total $1,650.001 Total $0,00 M f NYW Change Authorization Request (CAR) Project: City of Waterloo FY 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications CAR No. 05 DATE September 30, 2020 WRH Job No. 1350 Reference: Contract No. 1021 RFQ# Const. Progress Mtg#2 Location Digester Tank Rim A Change in the scope of work is indicated below and Owner's prompt approval or rejection of this authorization is requested so that the material may be purchased and to prevent any delay in field operations. Reason for Change: ( ) Design Request ( ) Field Condition ( ) Owner Request ( X ) Suggested by Contractor ( ) Other 1) Description of Change: (Refer to drawings, specification, addenda, bulletin if applicable) Reuse existing handrail to the extent possible to maintain aestetics and reduce project cost; replace as follows: (120 LF) Rolled handrail section (top rail) (ref. 102/D-1) (30 ea) post connectors for mid rail and top rail (ref. 102/D-1) (--100, as packaged)Tek-screws/hardware for connections at posts (ref. 102/ D-1) (-300, as packaged) pop-rivets (ref. 102/D-1) (20 LF)straight tube (posts) (ref. 103/D-1) (10 ea)cast bases with attachment hardware(ref. 120/D-1) (150 ea) base anchors for the entire project(ref. 120/D-1) (20 ea)expansion joint splice sleeve for top rail (ref. 165/D-1) 2) It is requested that the completion date be; (X)extended / ( ) reduced by 0 calendar days 3) Bases of Payment: a) ( ) Firm price for performing this change along with attached supporting details is ( ) increased / (X )decreased by -$5,171.00 b) ( ) Time and Material per Contract. $0.00 c) ( ) Change to be performed per unit prices in Contract $0.00 d) ( X ) The time required to prepare and agree upon a detailed estimate prior to proceeding with the change would unduly delay job progress. The following is an approximate estimate to assist Owner in determining whether or not change should be made. If notified to proceed, a detailed estimate in the form agreed upon, with supporting details, will be submitted after receipt of said notice. Approximate Estimate is: $0.00 FOR OWNER'S ( ) CHANGE WILL NOT BE MADE PROCEED ON THE FOLLOWING BASIS: ( ) Firm Price ( ) Time and Material ( ) Estimate of Price ( ) Change in Completion Date ( ) Unit Price in Contract ( ) No Change Comments: Submitted by: / may"` Approved by Project Manager Owner WRH, Inc. Date: 9/30/2020 Date: City of Waterloo FY 2020 Wastewater Treatment Plant Digester No. 3 Cover Modificat 9/30/2020 C.A.R. Calculation C.A.R. # 05 Reuse existing handrail to the extent possible to maintain aestetics and reduce project cost; replace as follows: (120 LF) Rolled handrail section (top rail) (ref. 102/D-1) (30 ea) post connectors for mid rail and top rail (ref. 102/D-1) (--100, as packaged)Tek-screws/hardware for connections at posts (ref. 102/ D-1) (-300, as packaged) pop-rivets (ref. 102/D-1) (20 LF) straight tube (posts) (ref. 103/D-1) (10 ea)cast bases with attachment hardware (ref. 120/ D-1) (150 ea) base anchors for the entire project(ref. 120/ D-1) (20 ea) expansion joint splice sleeve for top rail (ref. 165/ D-1) Qty Unit Unit Rate Line Total Fee/Credit Subcontractors Riveted Handrail System -1 LS $7,800.00 ($7,800.00) ($390.00) Original Detailing 1 LS $400.00 $400.00 $60.00 Loose Parts 1 LS $2,270.00 $2,270.00 $340.50 SUBTOTAL ($5,130.00) $10.50 Labor Superintendent- ST mhr $95.00 $0.00 $0.00 Foreman - ST mhr $85.00 $0.00 $0.00 mhr $70.00 $0.00 $0.00 Operator- ST mhr $85.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 Materials: $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 Equipment: Superintendent Truck day $95.00 $0.00 $0.00 30-Ton Crane hr $125.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 C.A.R. SUBTOTAL ($5,130.00) $10.50 Contractor's Fee (Sub-contracts) 15.00% $10.50 (TOTAL) Contractor's Fee (Self-performed) 15.00% $0.00 (TOTAL) Sales Tax on Material 0.00% $0.00 (TOTAL) Contractor's Fee (CREDIT) 5.00% $10.50 SUBTOTAL ($5,119.50) Insurance 1.00% ($51.20) Total Proposed Change: ($5,171.00) Golden Railings, Inc. 520 Burbank Street, Unit A Broomfield, CO 80020 PHONE: 303-279-5807 EMAIL: SALES(aDGOLDRAIL.COM FAX: 303-279-6214 OFFICE HOURS: 7:OOAM —4:OOPM MON —THURS. 7:OOAM —10:OOAM FRI. Change Order Request G.R.I. # 13834 C.O. # 1 Date: 9/28/2020 To: WRH, Inc. Attn: Todd Weiss Subject: Request for change order: PO# 13502002 WWTP Digester No. 3—Waterloo, IA Please adjust the above referenced purchase order to reflect the following changes: Original Contract 204 If @ $ 35.29 avg. per ft = $ 7,200.00 -2-Rail System - Rivet Assembled -Job specific Iowa PE stamped calculations 1 lot @ $ 600.00 per lot = $ 600.00 Original Total $ 7,800.00 G.R.I. Change Order# 1 - Delete system less detailing services -204 If @ $ 33.33 avg. per ft = $ (6,800.00) - Delete job specific Iowa PE stamped calculations 1 lot @ $ (600.00) per lot = $ (600.00) -Add 1-1/2" Sch.40 Cruved Pipe [5 @ 24'-0"1 120 If @ $ 6.00 per If = $ 720.00 -Add 1-1/2" Sch.40 T-Fittings [Part# 10 or Part# 10C] 30 ea @ $ 5.00 ea = $ 150.00 -Add Tek Screws 100 ea @ $ 0.25 ea = $ 25.00 -Add 1/8" S.S. Rivets 300 ea @ $ 0.10 ea = $ 30.00 -Add 1-1/2" Pipe [1 @ 24'-0"] 24 If @ $ 5.00 per If = $ 120.00 -Add 4" x 6" Cast Base Mounts 10 ea @ $ 17.00 ea = $ 170.00 -Add 1/2" x 4-5/8"T304 Epoxy Anchors 150 ea @ $ 2.50 ea = $ 375.00 -Add 1-1/2" Sch.40 Splice Sleeve 20 ea @ $ 4.00 ea = $ 80.00 -Add freight 1 lot @ $ 600.00 per lot = $ 600.00 Total Change Order# 1 $ (5,130.00) New Total $ 2,670.00 Signature Date Thank you, Golden Railings, Inc. Sales Team