Loading...
HomeMy WebLinkAboutA024 - Resolution approving Change Order No. 6 with Woodruff Construction of Ames, IA, for the Water Pollution Control Facility Nutrient Reduction Modifications Phase 1 Project in the amount of $71,844.57ITEM #:26 DATE:10-14-25 DEPT:W&PC SUBJECT:WATER POLLUTION CONTROL FACILITY NUTRIENT REDUCTION MODIFICATIONS PHASE 1 PROJECT - CHANGE ORDER #6 COUNCIL ACTION FORM BACKGROUND: On August 13, 2024, City Council awarded a contract to Woodruff Construction for modifications to the Water Pollution Control Facility (WPCF). These modifications are the first of two construction phases that will ultimately enable the facility to achieve the goals of the Iowa Nutrient Reduction Strategy. As is common with large construction contracts, this project has required multiple change orders. To date, five change orders have been approved for a combined total reduction in the contract price of $273,606. Details regarding the scope and amounts of each change order are outlined below in Table 1. A sixth change order has been prepared and is ready for Council approval. It includes eight individual changes to the construction documents. The most notable is a change to the placement of a four-inch domestic cold water (DCW) line. The water line connects to all of the process buildings and is essential to provide pump seal water, grit washing, screenings washing, and other process needs. The construction documents called for the line to be intercepted and relocated in the vicinity of the Raw Water Pump Station. The plans showed where the line was believed to be located, based on old city drawings and staff's best recollections. Unfortunately, the line is not where it was expected. It is anticipated now that it is located further to the south, but that still needs to be confirmed. City staff, the engineer, and the contractor have met to review an initial concept from the contractor to address the discrepancy and proposed relocation. The material was changed from ductile iron pipe to PVC, and the depth and alignment were modified to allow the relocated water line to be installed in the same trench as a new gas line. It is important that the water line be relocated quickly. Doing so will allow a cost savings by installing the water line simultaneously with a natural gas line, instead of coming back later and trenching through the same space. Replacing the water line quickly is also on the critical path for the overall project schedule. It must be disconnected from the old Administration building and tied into the new Administration building before the old one can be demolished to make way for the new aeration basins. It should be noted that the exact location of the water line is still unknown. Instead of building a very conservative contingency into a lump sum cost change, staff is recommending that the work be approved on a time-and-materials basis. This protects the City by ensuring that it only pays for the level of effort needed. This approach is also fair to the contractor by allowing them to be compensated for all of the work that they perform to fully 1 locate and tie in to the existing line. The City has already contracted with the engineer to provide a full-time project reviewer on- site. That person will be charged with tracking the labor hours associated with this task. The contractor has confirmed that they will track the labor hours in a way that ensures the City is not paying a second time for the trenching and rock bedding that is already included with the gas line. The total cost for this item is for time-and-materials in a not-to-exceed amount of $115,247.35. Other items in this change order include: changes to the magnetic door hold open equipment and integration into the fire alarm system; changing the parking area paving from asphalt to concrete; credit for brass valve tags instead of stainless steel; credit for sandblasting and recoating a slide gate valve in the Raw Water Pump Station in lieu of removal and replacement; changes to the grade elevation for drainage and erosion control; provide corner guards in Admin building; and to provide fall protection devices in the new Grit Handling B u i l d i n g . These other seven items result in a net reduction in cost of $43,402.78. Combined, the net total of all eight items in Change Order No. 6 is an increase to the project costs of $71,844.57. Table 1: Change Order Summary Change Order #1 Credit for Enviromix, fire alarms, canopy; reroute gate power circuit; expansion joint changes. (231,878.79) Change Order #2 Modifications to the ceiling and lighting in portions of the Administration Building. (25,280.00) Change Order #3 Changes to Control Box A & B; changes to framing elements, reimbursement for special inspections. 10,835.86 Change Order #4 Changes to door framing; changes to ceiling tiles; changes to electrical outlets; additional painting requested by staff.13,459.25 Change Order #5 Changes to valves & piping in Structure 10; changes to reinforcing and electrical at Structure 20; add booster fan; casework changes in admin building; add (2) well supply tanks and well control modifications; modifications to gate valve in Control Box A; misc changes in Structure 20. (40,743.03) Change Order #6 - This Action Integrate doors into fire alarm in Admin; change paving to PCC for (8) parking stalls; credit for brass tags vs stainless; credit for rehab slide gate valves in Structure 10 versus replacement; Structure 200 berm elevation changes; corner guards in Structure 200; changes to the 4" DCW line near the RWPs. $71.844.57 Total Approved Change Orders (Including this action)($273,606.71) 2 Table 2 below summarizes the overall project budget. Table 2: Total Project Funding & Expenses Funding Expenses Prior Years FY 2023 1,000,472.42 FY 2024 1,438,643.35 FY 2025 Adjusted 26,610,884 FY 2026 26,240,000 FY 2027 7,250,000 Engineering 6,038,000 Construction Original Contract 53,370,000 Change Order #1 (231,878) Change Order #2 (25,280) Change Order #3 10,836 Change Order #4 13,459 Change Order #5 (40,743) Change Order #6 - This Action $71,845 Owner Allowance (furnishings, etc.) 400,000 All Other Expenses 122,675 TOTAL 62,540,000 59,728,914 Owner's Contingency 2,811,086 The Clean Water State Revolving Fund (CWSRF) loan was approved in a not-to-exceed amount of $65,185,000 to provide a cushion for unanticipated project changes and prevent unnecessary issuance costs associated with increasing the not-to-exceed amount as a separate action, should it be necessary. It should be noted that the SRF program is a reimbursement program, meaning that the City first spends the money, then the program reimburses for eligible expenses. This method ensures the City will only borrow for expenses the City Council has authorized and are necessary to complete the project, thus minimizing interest expense associated with the improvements. ALTERNATIVES: 1. Approve Change Order #6 to the contract with Woodruff Construction for the Water Pollution Control Facility Nutrient Reduction Modifications Phase 1 Project in the amount of $71,844.57. 2. Do not approve the change order. This would reject the recommended changes to the contract documents and result in the loss of an essential water feed to the process buildings at the facility and other modifications to the project. 3 CITY MANAGER'S RECOMMENDED ACTION: The proposed changes are to maintain and improve the reliability and function of the Water Pollution Control Plant Modifications. In particular, the changes to the water line are to maintain a critical water feed into multiple process buildings on the campus. The consultant, contractor, and City staff have worked closely together to come up with reasonable, cost-effective recommendations. Therefore, it is the recommendation of the City Manager that the City Council adopt Alternative 1 as described above. ATTACHMENT(S): CO 6wEncl-DRAFT.pdf 4 SEG\tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Change Orders\CO 06\CO 6.docx October 7, 2025 CHANGE ORDER NO. 6 PROJECT: Nutrient Reduction Modifications–Phase 1 OWNER: City of Ames, Iowa CONTRACT: 2024-089 CONTRACTOR: Woodruff Construction, Inc. Description of Change 6a Supply and installation of LCN SEM7850 magnetic door hold open equipment and wiring in Structure 200; and conduit and wiring for a site camera in accordance with CPR No. 017. Refer to PCO No. 030 from Contractor. ADD $8,953.41) 6b Changing the paving for eight (8) parking stalls along the south side of Structure 200 from asphalt to 6-inch PCC. Refer to PCO No. 028 from Contractor. ADD $1,879.53) 6c Credit for the supply and installation of brass valve tags in Structure 200 in place of the stainless steel valve tags specified. Refer to PCO No. 029 from Contractor. (DEDUCT) ($450.00)) 6d Credit for sandblasting and recoating the frames; replacement of the seals; and supply and mounting of new actuators on the slide gates in the screening room of Structure 10, in place of the removal and replacement of these gates that was previously included in the scope of Work. Refer to PCO No. 027 from Contractor. (DEDUCT) ($68,224.00)) 6e Additional trucking and grading to raise of the elevation of the berm north of Structure 200 in accordance with RFI No. 137; and supply and installation of TRM and Shoremax panel to provide erosion control on the biocell spillway. Refer to PCO No. 031 from Contractor. ADD $8,868.75) 6f Supply and installation of 31 corner guards in Structure 200 in accordance with CPR No. 022. Refer to PCO No. 032 from Contactor. ADD $3,622.62) 6g Supply and installation of fall protection devices in Structure 20 in accordance with CPR No. 020. Refer to PCO No. 033 from Contractor. ADD $1,946.91) 6h Labor and materials for the installation of 4” DCW piping and connections; and two (2) 3-inch mechanical readout, bronze Badger Recordall Turbo flow meters in accordance with CPR No. 019. Work will be performed on a time and material basis and may be adjusted as a credit in a future change order based on the actual cost of the work. Refer to PCO No. 034 from Contractor. ADD $115,247.35) 5 City of Ames–Woodruff Construction, Inc. Contract 2024-089, Change Order No. 5 Page 2 October 7, 2025 SEG:tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Change Orders\CO 06\CO 6.docx TOTAL VALUE OF THIS CHANGE ORDER: ADD $71,844.57 Contract Price Adjustment Original Contract Price $53,370,000.00) Previous Change Order Adjustments ($273,606.71) Adjustment in Contract Price this Change Order $71,844.57 Current Contract Price including this Change Order $53,168,237.86) Contract Substantial Completion Date Adjustment Original Contract Substantial Completion Date March 31, 2027 Contract Substantial Completion Date Adjustments due to previous Change Orders 0 Days Contract Substantial Completion Date Adjustments due to this Change Order 0 Days Current Substantial Contract Completion Dates including all Change Orders March 31, 2027 Contract Final Completion Date Adjustment Original Contract Final Completion Date June 30, 2027 Contract Final Completion Date Adjustments due to previous Change Orders 0 Days Contract Final Completion Date Adjustments due to this Change Order 0 Days Current Final Contract Completion Dates including all Change Orders June 30, 2027 This document shall become a supplement to the Contract and all provisions will apply hereto. RECOMMENDED ENGINEER–Strand Associates, Inc.® Date APPROVED CONTRACTOR–Woodruff Construction, Inc. Date RECOMMENDED OWNER–City of Ames, Iowa Date APPROVED OWNER–City of Ames, Iowa Date 6 8/13/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #030 – Door Closers and Site Camera (CPR-017) Dear Travis Anderson: Per Cost Proposal Request 017, we are proposing the following: • Supply and install LCN SEM7850 magnetic door hold open equipment and wiring. Includes work to install backing along with drywall and painting repairs. • Conduit and wiring for site camera per item 017-01. Our total price to perform the subject changed work is $8,953.41. All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 8/20/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 7 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 30 Price Breakdown CPR-017 DOOR CLOSERS AND SITE CAMERADescription: Description PriceQuantityUnitUnit Price DOOR HARDWARE INSTALL 2.50 MH $75.00 $187.50 DOOR HARDWARE MATERIAL 1.00 LS $1,896.81 $1,896.81 FLOOR PROTECTION AND CLEANING 3.00 MH $75.00 $225.00 FLOOR PROTECTION MATERIAL 1.00 LS $74.00 $74.00 DRYWALL AND CARPENTRY LABOR 14.00 MH $75.00 $1,050.00 DRYWALL AND BACKING MATERIAL 1.00 LS $50.00 $50.00 TU PAINTING LABOR 4.00 MH $80.00 $320.00 TU PAINTING MATERIAL 1.00 LS $85.00 $85.00 CPR-017 ELECTRICAL 1.00 LS $4,116.41 $4,116.41 8,004.72Subtotal: 1,782.50 0.00 2,031.81 0.00 4,116.41 74.00 $200.12 2.50%$8,004.72Bonds & Insurance $522.50 15.00%$3,483.31OH&P - Self Perform $226.07 5.00%$4,521.41OH&P - Subcontractors Total:$8,953.41 8 9 10      !!"!! #$%%&'()*+%$$) ,-./0120345560789:;<:=>?@ABC DE;:=;FG=H8I=J88KL9M=N8FO PLM9=L9 Q R;S=TSGUV:O=WGML?:GF=X8IF=WG?;JG=7GF:LNL<;:G=;9Y=T9F8JJ=R8Y;HZ=7JL<K=EGFG [F;9Y\ P]>\ ^L9L?E\ _FL<G `aab6ca dI;9:L:H\ 0 e 0 fgh R8:;J ijklmnole pqrstsuvw `cxyz{6y| p}~~€ w ‚YY=ƒ9N8 Cu„w `ccb6a| @tqt€…@t†‡w ‚YY=78IV89 ˆ‰u€†…stsuvw Š8UG =X8IF=7;F: ‹ Œ Ž g ‘’“”•–—˜™š›”•œšžŸš Ÿ”¡ ¢£¤¥¦”§¦¨¦©©¦Ÿ”ªš¥¥”—¢«žœ”¬¦š­®”¯«œ®”¯¢¢ ”¬¢¥Ÿ¤ž°”—š°ž¦œ”±”¡¢²Ÿ¦ ”’¢šœ”³¤ž¤©´ µ3¶ ·¸¹ºb|{»ybz ybz0»0¼5½¾¿À½¾ 7E;9MG ÁÂÃÄÅÆÃÇÂÃÈÉÊËÌÍÎÏÅÃÆÐÑÒà ËÃÓÔÕÖרÙÚÖÔ »»0120½Û-0»» Ü •«Ý©¨ ¤Ý¦”ž¢²Þ ß àáÞ hâ à  ââ   ß   ã ä1½20-¾4¿504åå2-ÛÛ æçèéêëìéëíéçîéïëìéçîéiððñòë óôõö ÷øùúû üýþÿÿþÿÿýÿ ý    !"#$%%&'(#)*%%+",-./0 )00%12!"1$%%&'34*54./03%)%11        !"#"! $%& '()*+),-./0 12345367839: ;<%=!>?@A@ BC87 DEF3GE HI"&"J>?@A@ KK !"#"! $%& ()*+),-./0 12345367839: ;<%=!>?@A@ BC87 DEF3GE HI"&"J>?@A@ L ;<% "=<" M N%J=<" O P!=<" QRSTUVTWVUXYSZ[\]]\^_STRZXS`RaSbRWaS\XYcZdS]VYUZYSY^XYaSe\]SfRgY hijkihlm n%oo% &o"%& $p qrstuvwxyuvzux{xv|x}t ~xx€r v‚xuvzux{xv|x}tƒ„ …XYcSQRXUV †‡ˆ‰Šˆ ‹[\]]\^_SfRZX †Œ ‰Ž QU † ‰ ‘&"J ?A m’km“l h ”k•lm      &< •–l—–km ˜•™™—–š ›œšžŸ  ¡š¢£¤ ¥¦Ÿ§¥¨©©ª«ª¬­¨®¯°±­±²ª«³ ´ml µ•¶m ·mlh—i“ ¸ —š– ™ ¹RWaSfUaX º º »¼¼º¼½ ¾¿ÀÁÂÃÄÅ ÆÇÈÉÊËÌÍ!Î#Ï<&H Î ÆÐÊÉÑÈÌÍ!Î##o<!$$P!< ÆÑÇÉÒÐÌÍ!Î#KÎÓ ÆËÔÉÈÊÌÍ!Î#"ÎAÕP!< %n" ÆËÑÉÊËÌÍ!Î#;<%&<%"Ó ÖרÙÚÛÜÝÞÝßà×áâ ã ä å æ çèéêëì í îïºðïñ»òóôõ»öó÷ø ùúûü ýüüþÿõïïûýúûúûüûïúûü úûü úû ºïñ12 Cost Proposal Request Nutrient Reduction Modifications–Phase 1 City of Ames, Iowa Contract 2024-089 August 8, 2025 TJA:tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Cost Proposal Requests\CPR-017 - Door Closers and Existing Site Camera\CPR-017 - Door Closers and Existing Site Camera.docx COST PROPOSAL REQUEST NO.: 017 TO: Woodruff Construction, Inc. ISSUED BY: Travis Anderson DISTRIBUTION Zach Phillips Woodruff Construction, Inc. Tyler VerMeer City of Ames Travis Anderson Strand Associates, Inc.® Please submit an itemized quotation for changes in the Contract Price and Time incidental to proposed modifications to the Contract Documents described herein. DESCRIPTIONS AFFECTING THE DRAWINGS Drawing 05-E4.03 017-01 Provide CAT6 shielded (300V) in 3/4” conduit from City network switch in CC-10 to existing camera on existing light pole east of EMH-05-04. The new conduit shall intercept the existing conduit prior to entering the base of the pole. Drawing 200-E1.03 017-02 Provide door closer equipment for three offices, the lab, and the maintenance office (Rooms 20006, 20008, 20010, 20011, and 20022). Provide all wiring necessary for powering and incorporating into the fire alarm system. 13 8/7/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #028 – Admin Paving Change Dear Travis Anderson: Per the request of City of Ames, we are proposing the following: • Change the paving the (8) parking stalls along the South side of the Admin Building from asphalt to 6” PCC. Our total price to perform the subject changed work is $1,879.53. All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 8/21/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 14 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 28 Price Breakdown CHANGE PAVEMENT AT ADMIN SOUTH PARKINGDescription: Description PriceQuantity Unit Unit Price ASPHALT CREDIT -164.00 SY $45.00 $-7,380.00 6' CONCRETE PAVING LABOR 48.00 MH $70.00 $3,360.00 6" CONCRETE PAVING MATERIAL 30.00 cyd $160.00 $4,800.00 6" CONCRETE PAVING FORM MATERIAL 40.00 lf $0.75 $30.00 DOWEL MATERIAL 120.00 ea $3.50 $420.00 URETHANE JOINT SEALANTS 120.00 lf $3.08 $369.60 1,599.60Subtotal:3,360.00 0.00 5,220.00 0.00 -7,010.40 30.00 $39.992.50%$1,599.60Bonds & Insurance $239.9415.00%$1,599.60OH&P - Self Perform Total:$1,879.53 15 16 8/11/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #029 – Admin Building Valve Tags Dear Travis Anderson: Per our previous conversations, we are proposing the following: • Credit for supply and install of brass valve tags in the admin building, in place of the currently specified stainless tags. Tags in all other building will remain stainless as spec'd. Our total credit for the subject changed work is ($450.00). All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 8/25/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 17 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 29 Price Breakdown ADMIN BUILDING VALVE TAGSDescription: Credit to supply and install of brass valve tags in the admin building in place of the currently specified stainless tags. Tags in all other building will remain stainless as spec'd. Description PriceQuantity Unit Unit Price BRASS VALVE TAG CREDIT 1.00 LS $-450.00 $-450.00 -450.00Subtotal:0.00 0.00 0.00 0.00 -450.00 0.00 Total:$-450.00 18 19 8/7/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #027 – Str 10 Gates Credit Dear Travis Anderson: Per the request of Strand Associates and the City of Ames, we are proposing the following: • Credit removal and replacement of the slide gates in the screening room of the Raw Waste Building. • Sandblast and recoat the frames in the channel below the elevated slab. • Seal replacements by Coplastix (scope attached). Woodruff to assist. • Supply and mount new actuators to the existing gates. Our total credit for the subject changed work is ($68,224.00). All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 8/21/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 20 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 27 Price Breakdown CREDIT SG-10-01 THROUGH SG-10-08Description: Description PriceQuantity Unit Unit Price WHIPPS GATE(S) CREDIT 1.00 LS $-128,750.00 $-128,750.00 GATE REMOVE AND REPLACE LABOR -768.00 MH $70.00 $-53,760.00 COPLASTIX SEAL REPLACEMENTS 1.00 LS $57,048.00 $57,048.00 STRUCTURE 10 GATE ACTUATORS 1.00 LS $18,254.00 $18,254.00 ASSIST WITH SEAL REPLACEMENTS 320.00 MH $70.00 $22,400.00 GROUT MATERIAL CREDIT 1.00 LS $-896.00 $-896.00 LABOR TO RE-COAT FRAMES 192.00 MH $70.00 $13,440.00 FRAME COATING MATERIAL 1.00 LS $690.00 $690.00 FRAME COATING CONSUMABLES 1.00 LS $350.00 $350.00 SANBLASTING EQUIPMENT RENTAL 1.00 LS $2,500.00 $2,500.00 SANDBLASTING MEDIA 1.00 LS $500.00 $500.00 -68,224.00Subtotal:-17,920.00 0.00 -53,654.00 0.00 0.00 3,350.00 Total: $-68,224.00 21 TERMS & CONDITIONS ADDITIONAL COMMENTS Factory FREIGHT TERMS: F.O.B.: Ext. NetEach Freight Allowed PREPARED BY: 2025-07-18-MT-1 July 18, 2025QUOTATION DATE: QUOTATION#: VALVES * ACTUATORS * EQUIPMENT MUNICIPAL * POWER * PROCESS NEBRASKA * IOWA * KANSAS * MISSOURI MELLEN & ASSOCIATES, INC. 3404 S. 11th St., Council Bluffs, IA 51501 QUOTED TO: PROJECT NAME:Ames - Nutrient Reduction - Credit For (8) Whipps Gates and (2) Actuaors (See Description for tag #'s) Mike Toupin Ph: (712) 322-9333 Fax: (712) 322-6557 mtoupin@melleninc.com WOODRUFF TERMS:100% Net 30 Days DELIVERY: SUBMITTAL: Item No.Tag Description 1 1 Quantity Size $ 128,750 $ 128,750 10-06, SG-10-07,SG-10-08 Total Credit $ 128,750 1. Price does not include mechanical joint accessories, valve boxes, special coatings, special tagging, tee operating wrenches, flange gaskets, bolts, installation services, test certifications, field start up services, special crating, extended warranties or packaging for export - unless otherwise noted. 2. State and local use taxes are not included. Tax exempt certificates must be provided if the project is determined to be tax exempt. 3. A maximum of 8 printed Submittal & O&M will be provided on double-sided prints in a loose, unbound, and untabbed format. Electronic copies will be available via e-mail as an Adobe Acrobat PDF file. Any requirements for special formatting, including but not limited to, binders, separation tabs, Color Prints, Single-Sided Prints, Compact Disc or USB Flash Drive will be subject to additional charges. 4. This quotation was prepared with limited specifications, and/or application data. Any subsequent changes to materials, coatings, features, actuation, accessories, or otherwise shall require a re-quotation. 5. This quotation is limited to the scope, supply & descriptions above. Please review all necessary valve/tag schedules, and installation drawings to ensure all items are included. 6. This quotation/order is subject to the manufacturers’ acceptance, standard warranty and terms and conditions (available upon request). 7. This repair quote is an estimate only. Should the need for additional parts and repairs be discovered after repair work has begun or during testing, this quote will be adjusted to reflect the cost of additional repairs. You will be notified prior to the repair being accomplished. 8. Mellen & Associates will provide a Certificate of Insurance upon request but will not issue Additional Insured certificates. In addition we will not accept any terms that waive subrogation or include any non-contributory contract language.” 9. Automated valve packages, Field Service, and Start-Up may be invoiced separately. 10. Delivery quotes represent an estimate only, with all items quoted as "subject to prior sale". 11. Pricing will be held for 30 days. 12. Freight allowance is based on a single shipment at the discretion of the Seller. Freight costs for partial shipments will be borne by the Buyer. 1. Please reference quotation number 2025-07-18-MT-1 on all purchase orders & correspondence. 2. Purchase Orders resulting from this quotation shall be issued to "Mellen & Associates, Inc". 22 Classified by Alfa Laval as: Business June 24, 2025 To: Ames, IA Attn: Zach Phillips/Woodruff Construction Re: Seal Replacement Kit/Door- Coplastix Sluice Gate Alfa Laval Quote No.: 06242025 Dear Mr. Phillips, Item #1 SG-49 & 51 ” wide ” Item #2 SG-50 ” wide ” Item #3 SG-52 - 54 ” wide ” 5400 International Trade Drive Richmond, VA 23231 - USA (800) 362 - 9041 23 June 24, 2025 Seal Replacement for Ames, IA Alfa Laval Quote No.: 06242025 Page 2 Classified by Alfa Laval as: Business Item #4 SG-55 & 56 Qty.: Two (2) kits. Gate Size (opening): 84” wide x 60” high Equipment: Seal replacement kit. Kit consists of frame seals, bottom seal, and all adhesives. Price: $3,831.00 ea. x 2 = $7,662.00 Item #5 Qty.: One (1) Service: Two trips, five days each trip to perform seal replacement on eight (8) gates. Price: $26,400.00 total. If less gates need seals repaired, will modify the price. If additional days are needed for additional gates, leakage testing, delays, etc., the adder per day of same trip will be $2,200 per eight-hour day, includes labor and expenses. Item #6 SG-49-54 Qty.: One (1). Gate Size (opening): 72” wide x 60” high Equipment: Replacement door. Price: $17,507.00 ea. x 6 = $105,042.00 Item #7 SG-55-56 Qty.: One (1). Gate Size (opening): 84” wide x 60” high Equipment: Replacement door. Price: $19,980.00 ea. x 2 = $39,960.00 NOTES AND EXCEPTIONS: A. Equipment offered is Coplastix Standard Design. B. Alfa Laval Inc. requires the customer furnish a written purchase order and it must be executed to schedule date. No technician will be dispatch to the job site without receiving a purchase order. C. Scheduling: We require 3 weeks’ notice minimum to schedule field service. Service will be confirmed subject to PO and current workload. 24 June 24, 2025 Seal Replacement for Ames, IA Alfa Laval Quote No.: 06242025 Page 3 Classified by Alfa Laval as: Business D. Cancellation: 48-hour notice is required. In the event the field service is postponed or canceled within 48 hrs., a cancellation fee shall be imposed, to include all costs for time, travel, mileage, and expenses, as applicable. E. Tools: Alfa Laval technicians carry standard hand tools. Extra tools shall be provided by the customer. F. Equipment: All safety equipment, ladders, man lifts, rain tents, etc. shall be provided by the customer. The area of the gates shall be dry including the bottom for 48 hrs. G. Disassembly/reassembly of gates shall be done with the help of customer. Alfa Laval technician might be present to assist during disassembly unless disassembly done prior to technician arrival. Reassembly and adjustment of gates will be done after seals replaced. DO NOT assume any item not listed above is included in our proposal. Material/Equip. Total Price (see individual pricing above if needed) = $175,650.00 ea. Installation Service to change all seals on eight gates = $26,400.00 Freight: Included Total = $202,050.00 Contact (Mark Enochs) Tel # (952) 334-9257 for placing order. Unless otherwise specified in this proposal, all installation of equipment supplied by Alfa Laval, Inc. shall be installed by others. Taxes: The quoted price does not include any local, state, or federal taxes, permits or other fees. Any taxes or fees that may apply must be added to the quoted price and paid by the buyer. Proposal Acceptance: This proposal is offered for acceptance within thirty (30) days from date of this quotation or date of bid opening, whichever is the later date. Prices are subject to review thereafter. Prices are firm, based upon receipt of a Letter of Intent or Purchase Order and notice to proceed within this thirty (30) day period and the review and return of submittal drawings to Alfa Laval within thirty (30) days. Delays caused by slow return of submittals and/or other manufacturing delays caused by the contractor, owner, owner's agent or engineer may result in additional charges of 1% per month for such delays or part thereof. $57,048.00 $30,648.00 25 June 24, 2025 Seal Replacement for Ames, IA Alfa Laval Quote No.: 06242025 Page 4 Classified by Alfa Laval as: Business Shipment: Shipment on the replacement seals can be made within three (3) to four (4) weeks after receipt of executed order. If a replacement door is needed, the delivery will be approx. sixteen (16) weeks, depending on shop loading at time of order. Service needs to be scheduled at a minimum three weeks prior of date of service. Payment Terms: 100% net 30 days (subject to credit approval) and as such no provision for retainage will be allowed under the terms of this project. These payment terms are not contingent upon payment from owner to Purchaser. Shipments such as embedded metal or partial items will be invoiced as shipped on a prorated price to be determined by Alfa Laval, Inc. If Purchaser delays shipment, Alfa Laval, Inc. may invoice and pass title to the Purchaser; Purchaser agrees to remit the amount due at the times stated, as if the equipment had shipped. All costs of storage shall be at the Purchaser's expense. Escalation Charges: In the event that delivery of equipment cannot be made on the scheduled delivery date agreed upon between Alfa Laval and buyer and as evidenced by the terms of the contract, due to buyer delay, Alfa Laval reserves the right to assess reasonable escalation charges to the project at the rate of 1% per month of the contract value for each month that the project is delayed. Terms: Alfa Laval's Standard Terms and Conditions are enclosed and apply in their entirety. All applicable sales, use or other taxes are to be paid by buyer. If any taxes are to be paid by seller, the quotation price shall automatically be increased by the same amount. Failure to pay invoices promptly when due nullifies Alfa Laval, Inc. obligation to perform work under warranty, installation and start-up in a timely manner. The contractor explicitly agrees that subject to acceptance by the consulting engineer and/or the owner, Alfa Laval, Inc. may substitute a stand-by letter of credit in lieu of cash retainages required in the plans and specifications and contract documents, and 100% of the cash released by such acceptance will flow through immediately to Alfa Laval, Inc. All orders are subject to credit approval prior to acceptance of contract and/or purchase order. General Notes: There is no provision included in the quoted price, unless noted, for field erection supervision, tests, inspections, or adjustment of equipment. If factory representative is required for any of 26 June 24, 2025 Seal Replacement for Ames, IA Alfa Laval Quote No.: 06242025 Page 5 Classified by Alfa Laval as: Business these services, please refer to "Service Terms" enclosed. The equipment offered by Alfa Laval, Inc. is our standard design, materials, and manufacture. In the event that these items of equipment are subject to any alteration in design or materials or manufacture by the contractor, owner, owner's agent or engineer, such alterations shall be subject to change in the contract price and/or delivery schedule. We wish to thank you for the opportunity of offering this proposal. Should you have any questions, please feel free to contact our representative or us noted below. Sincerely, Doug Thomas Doug Thomas Busine Unit Manager, Fluid Control cc. MNX, Inc. (Mark Enochs) Alfa Laval Sales Representative 27 Page 6 of 7 Alfa Laval Terms and Conditions of Sale (June 2020) v.2 Classified by Alfa Laval as: Business TERMS AND CONDITIONS OF SALE These Terms and Conditions of Sale (“Terms and Conditions”) apply to all quotations, orders, and contracts for Alfa Laval Inc. products (hereafter "Equipment") and associated services (“Services”) As used in these Terms and Conditions, the word "Equipment" includes all hardware, parts, components, software and options. 1. ACCEPTANCE: Our sale to you is limited to and expressly made conditional on your assent to these Terms and Conditions and, if applicable, on the attendant quotation, both of which form a part of the contract between us and which supersede and reject all prior agreements, representations, discussions or negotiations, whether written or oral, with respect to this sale and any conflicting terms and conditions of yours, whether or not signed by you. Any terms and conditions contained in your purchase order or request for quotation or other form which are different from, in addition to, or vary from these Terms and Conditions are expressly rejected, shall not be binding upon us, and are void and of no force or effect. These Terms and Conditions may not be changed except by the written agreement of both parties. 2. PRICES: Unless otherwise specified in writing, all quoted prices are in U.S. Dollars and are firm for thirty (30) days from the date of offer. Prices quoted are exclusive of taxes, freight and insurance, and you agree to pay any and all sales, revenue, excise or other taxes (exclusive of taxes based on our net income) applicable to the purchase of Equipment. If you claim an exemption from any such taxes you shall provide us with a tax exemption certificate acceptable to the taxing authorities. 3. DELIVERY; FORCE MAJEURE: Dates for the furnishing of Services and/or delivery or shipment of Equipment are approximate only and are subject to change. Quoted lead times are figured from the date of receipt of complete technical data and approved drawings as such may be necessary. We shall not be liable, directly or indirectly, for any delay in delivery or failure to deliver caused by carriers or by labor difficulties, shortages, strikes or stoppages of any sort, or difficulties in obtaining materials from ordinary sources and suppliers. In addition, we shall not be liable for any such delays or for any failure to perform our obligations under an order or contract due to any one or more of the following events, whether foreseeable or not: war, hostilities, military operations, terrorism, riots, disorder, accidents, floods, storms, natural disasters, fires, acts of God, epidemics and/or pandemics (and specifically in relation hereto and notwithstanding anything else stated herein, whether or not outbreak of such epidemic or pandemic has occurred prior to acceptance of this order or execution of a contract for the Services), governmental, judicial or administrative decisions, decrees or orders, embargoes or blockades, or any causes beyond our reasonable control. Unless otherwise specifically agreed in writing by us, in no event shall we be liable for any damages or penalties whatsoever, or however designated, resulting from our failure to perform or delay in performing due to any of the causes specified in this paragraph 3. 4. SHIPMENT, RISK OF LOSS, TITLE: All sales are made F.O.B. Alfa Laval shipping point, unless otherwise noted. Duty, brokerage fees, insurance, packing and handling as applicable are not included unless otherwise noted. Our liability for delivery ceases upon making delivery of Equipment to the carrier at the shipping point in good condition. The carrier shall be your agent. Risk of loss shall pass to you upon such delivery. Regardless of the delivery term specified, we shall retain title to the Equipment until final payment thereof has been made. 5. CREDIT AND PAYMENT: Payment terms are (30) days net, unless agreed otherwise by us in writing. Pro rata payments shall become due with partial shipments. Any discount period which may be granted by us begins on the invoice date and all payments are due 30 days after the invoice date. All payments shall be made without deduction, deferment, set - off, lien or counterclaim of any nature. All amounts due not paid within 30 days after the date such amounts are due and payable shall bear interest at the lesser of 1.5 percent per month or the maximum rate of interest allowed by law. We reserve the right at any time to suspend credit or to change credit terms provided herein, when, in our sole opinion, your financial condition so warrants. Failure to pay invoices when such invoices are due and payable, at our election, shall make all subsequent invoices immediately due and payable irrespective of terms, and we may withhold all subsequent deliveries until the full account is settled. We shall not, in such event, be liable for delay of performance or nonperformance of contract in whole or in part subsequent to such event. 6. SECURITY AGREEMENT: You hereby grant us a security interest in the Equipment, including a purchase money security interest, and in such materials, proceeds and accessories thereof, to secure payment of the purchase price of the Equipment. You authorize us to file or record a purchase order or copy thereof or any UCC financing statement showing our interest in the Equipment in all jurisdictions where we may determine filing to be appropriate, and you agree to sign all such documents reasonably related thereto promptly following our request. You will not encumber the Equipment with any mortgage, lien, pledge or other attachment prior to payment in full of the price therefor. 7. CANCELLATIONS AND CHANGES: Orders which have been accepted by us are not subject to cancellation or changes in specification except upon prior written agreement by us and upon terms that will indemnify us against all losses resulting from or arising out of such cancellation or change in specifications. In the absence of such indemnification, we shall be entitled to recover all damages and costs of whatever nature permitted by the Uniform Commercial Code. 8. DEFERRED SHIPMENT: If shipment is deferred at your request, payment of the contract price shall become due when you are notified that the Equipment is ready for shipment. If you fail to make payment or furnish shipping instructions we may either extend the time for so doing or cancel the contract. In case of deferred shipment at your request, storage and other reasonable expenses attributable to such delay shall be payable by you. 9. EQUIPMENT WARRANTY AND REMEDY: (a) For new Equipment only, we warrant to you that the Equipment that is the subject of this sale is free from defects in design (provided that we have design responsibility), material and workmanship. The duration of this warranty is twelve (12) months from start-up or eighteen (18) months from delivery to you, whichever occurs first (the "Warranty Period"). If you discover within the Warranty Period a defect in design, material or workmanship, you must promptly notify us in writing. Within a reasonable time after such notification, we shall repair, replace, or, at our option, refund you the price of the defective Equipment or part thereof. (b) For repairs, parts and Services provided by us, we warrant to you that the repairs, parts and Services we provide to you will be free from defects in material and workmanship. The duration of this warranty is ninety (90) days from as applicable (i) the date the Equipment which required the repairs, parts or Services is returned to you by us, (ii) the date of your receipt of the part, or (iii) the date of completion of the repair or other Services, if performed at your facility. If during this ninety day period you discover a defect in the repairs, parts or Services you must promptly notify us in writing and we shall correct such defect with either new or used replacement parts or reperform the Services as applicable. If we are unable to correct the defect after a reasonable number of attempts, we will provide a refund of the price paid for the defective repair, parts or Services. (c) All warranty service is subject to our prior examination and approval and will be performed by us at your facility or at service centers designated by us. All transportation to and from the designated service center will be at our expense. The remedies set forth above are your exclusive remedies for breach of warranty. Unless otherwise agreed in writing by us, our warranty extends only to you and is not assignable to or assumable by any subsequent purchaser, in whole or in part, and any such attempted transfer shall render all warranties provided hereunder null and void and of no further force or effect. (d) The warranties set forth above are inapplicable to and exclude any product, components or parts not manufactured by us or covered by the warranty of another manufacturer. We shall have no responsibility for defects, loss or damage to the extent caused by (i) normal wear and tear, (ii) your failure to follow all installation and operation instructions or manuals or to provide normal maintenance, (iii) repairs or modifications by you or by others not under our direct supevision, or (iv) a product or component part which we did not design, manufacture, supply or repair. 28 Page 7 of 7 Alfa Laval Terms and Conditions of Sale (June 2020) v.2 Classified by Alfa Laval as: Business (e) DISCLAIMER OF IMPLIED WARRANTIES. THE WARRANTIES SET FORTH ABOVE AND IN SECTION 12 BELOW ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 10. LIMITATION OF LIABILITY: In no event shall we be liable, and you hereby waive any claims against us and release us from liability to you, for any indirect, special, punitive, incidental, or consequential damages whatsoever based upon breach of warranty, breach of contract, negligence, strict tort, or any other legal theory. In no circumstance, shall we be liable for, however such damages are characterized, loss of profits, loss of savings or revenue, loss of use of the Equipment or any associated equipment, cost of capital, cost of any substitute Equipment, facilities or services, downtime, or loss of prospective economic advanrtage. OUR AGGREGATE LIABILITY FOR FAILURE TO PERFORM, BREACH OF WARRANTY OR BREACH OF OTHER CONTRACTUAL OBLIGATIONS SHALL NOT EXCEED THE TOTAL PRICE PAID TO US FOR THE EQUIPMENT AND SERVICES THAT ARE THE SUBJECT OF ANY CLAIM BY YOU. 11. OWNERSHIP: All drawings, designs, specifications, data and other proprietary rights supplied by us (including without limitation in connection with the Equipment) have been prepared or assembled by us and are (and shall remain) exclusivelyour property, and upon our request you agree to execute any additional documents needed to give effect to the foregoing. Such drawings, designs and specifications have been furnished in order to provide full documentation and on the condition that they shall not be disclosed, reproduced or copied in any manner whatsoever, in whole or in part, except for your internal use as necessary, and upon the further condition that, as our sole property, they shall not be used for furnishing information and/or disclosed, in whole or in part, to others or otherwise for any purpose not specifically authorized in a writing signed by one of our corporate officers. 12. PATENT INFRINGEMENT (a) We make no express or implied warranties of non-infringement with respect to the Equipment. We will, however, defend, indemnify and hold you harmless from any third party apparatus claims based upon an issued U.S. patent to the extent such claim relates to the Equipment supplied and sold to you; provided, however, that we undertake no indemnification in respect of third-party rights (i) where the alleged patent infringement is based upon or related to any method, process or design claims in third- party U.S. patents, any combination of the Equipment with other equipment not supplied by us, or any modifications of the Equipment made by you and not approved by us, or (ii) to the extent the alleged infringement is directly attributable to the negligence or intentional misconduct of you or otherwise for which you are obligated to indemnify us for under paragraph 12(c). (b) We shall assume defense of a claim at our expense in accordance with these Terms and Conditions, provided you shall notify us within 30 days of your receipt of notice of an alleged third-party claim that you believe would entitle you to patent infringement indemnification pursuant to paragraph 12(a). You acknowledge and agree that we shall have the sole right to settle or otherwise compromise such a third-party claim, including but not limited to the right to either (i) modify the Equipment to avoid infringement if you are agreeable to the modification, (ii) repurchase the Equipment from you at a price equal to the then- current fair market value of the Equipment, or (iii) secure rights by assignment or license to permit continued use of the Equipment. (c) If a third party charges us with patent infringement relating to Equipment sold by us to you, we shall have the right to either (i) modify the Equipment to avoid infringement if you are agreeable to the modification, (ii) repurchase the Equipment from you at a price equal to the then-current fair market value of the Equipment, or (iii) secure rights by assignment or license to permit continued use of the Equipment. If a third party charges us with patent infringement on the bases set forth in paragraph 12(a)(i) or (ii), you shall indemnify and hold us harmless for all expenses as well as any awards of damage assessed against us, and, without limiting any of our other rights and remedies available at law or in equity, we shall also have the right to modify or repurchase the Equipment or to secure rights for continued use by way of assignment or license as set forth in this paragraph. 13. INSPECTION: Upon prior written notice, you may make reasonable inspections of Equipment at our facility. We reserve the right to determine the reasonableness of the request and to select an appropriate time and location for such inspection. You agree to execute appropriate confidentiality provisions upon our request prior to visiting our facility. All costs of inspection shall be solely determined by us and shall be payable by you. No inspection or expediting by you at the facilities of our suppliers is authorized. 14. SOFTWARE PROVISIONS: If software is provided hereunder (whether such is integrated into the Equipment or otherwise operates alongside the same), you are hereby granted a non-exclusive, non- sublicenseable, non-transferable, royalty free license to access and use such software as provided and as intended with our Equipment. Without limiting the foregoing, under the foregoing license you may specifically: (i) use our software in machine readable object code only and only with the Equipment provided; (ii) copy our software into any machine readable object code form solely for back up purposes in support of your use of our software on the Equipment provided in accordance with these Terms and Conditions; and (iii) create one additional copy of the software for archival purposes only. This license may only be assigned, sublicensed or otherwise transferred by you with our prior written consent. You hereby recognize and acknowledge that the software provided to you hereunder comprises valuable trade secret and/or copyright property of Alfa Laval (or its licensors) and you covenant that you will take adequate precautions against access to the software by, or disclosure of the software to, anyone not authorized hereunder to use or have access to the software as contemplated herein. The software is subject to the confidentiality obligations set forth below in paragraph 15. 15. CONFIDENTIALITY: Subject to any non-disclosure or confidentiality agreement already in effect between us, any drawings, data, software or other information exchanged between us is proprietary or confidential to us and shall not be used or disclosed by you without our prior written consent. Confidential information shall not be any information that (i) is known previously to you under no obligation of secrecy; (ii) becomes known to the public through no breach of an obligation of secrecy by you; or (iii) is independently developed by you without use or reference to any of the confidential information or materials provided to you by us. 16. INAPPLICABILITY OF CISG: The parties specifically agree that the United Nations Convention on Contracts for the International Sale of Goods shall not apply to any sale or order or the contract between us. 17. GOVERNING LAW & VENUE: These Terms and Conditions and any dispute or claim arising out of or related to an order or the contract between us shall be finally decided in accordance with the laws of the Commonwealth of Virginia, without giving effect to the provisions thereof relating to conflict of laws. You agree that the venue for any such dispute shall lie in the United States District Court for the Eastern District of Virginia, Richmond Division. In the event that federal jurisdiction cannot be established pursuant to 28 U.S.C. §§ 1331 or 1332, the venue for any such dispute shall lie in the Circuit Court of Henrico County, Virginia. You expressly submit and waive any objection to the sole and exclusive jurisdiction of such courts. 18. GENERAL: All previous agreements or understandings between us, either oral or written, with regard to the subject order, with the exception of a pre-existing non-disclosure agreement between us, are void and these Terms and Conditions constitute the entire agreement between us with respect to the matters addressed herein. Neither of usshall assign an order or contract to which these Terms and Conditions apply without the prior written consent of the other party, which consent shall not be unreasonably withheld. If any provision of these Terms and Conditions is held to be invalid or unenforceable, such holding shall not affect the validity or enforceability of any other provision herein. No waiver by either of usof any default or breach by the other party will operate as or be deemed a waiver of any subsequent default or breach. 29 TERMS & CONDITIONS ADDITIONAL COMMENTS 1. Price does not include mechanical joint accessories, valve boxes, special coatings, special tagging, tee operating wrenches, flange gaskets, bolts, installation services, test certifications, field start up services, special crating, extended warranties or packaging for export - unless otherwise noted. 2. State and local use taxes are not included. Tax exempt certificates must be provided if the project is determined to be tax exempt. 3. A maximum of 8 printed Submittal & O&M will be provided on double-sided prints in a loose, unbound, and untabbed format. Electronic copies will be available via e-mail as an Adobe Acrobat PDF file. Any requirements for special formatting, including but not limited to, binders, separation tabs, Color Prints, Single-Sided Prints, Compact Disc or USB Flash Drive will be subject to additional charges. 4. This quotation was prepared with limited specifications, and/or application data. Any subsequent changes to materials, coatings, features, actuation, accessories, or otherwise shall require a re-quotation. 5. This quotation is limited to the scope, supply & descriptions above. Please review all necessary valve/tag schedules, and installation drawings to ensure all items are included. 6. This quotation/order is subject to the manufacturers’ acceptance, standard warranty and terms and conditions (available upon request). 7. This repair quote is an estimate only. Should the need for additional parts and repairs be discovered after repair work has begun or during testing, this quote will be adjusted to reflect the cost of additional repairs. You will be notified prior to the repair being accomplished. 8. Mellen & Associates will provide a Certificate of Insurance upon request but will not issue Additional Insured certificates. In addition we will not accept any terms that waive subrogation or include any non-contributory contract language.” 9. Automated valve packages, Field Service, and Start-Up may be invoiced separately. 10. Delivery quotes represent an estimate only, with all items quoted as "subject to prior sale". 11. Pricing will be held for 30 days. 12. Freight allowance is based on a single shipment at the discretion of the Seller. Freight costs for partial shipments will be borne by the Buyer. 1. Please reference quotation number 2025-07-16-MT-1 on all purchase orders & correspondence. 2. Purchase Orders resulting from this quotation shall be issued to "Mellen & Associates, Inc". SUB-TOTAL $ 18,254 Auma SAREX10.2/ACEXC0 2 Start-up $ 1,000 $ 1,000 1 Start Up for Electric Actuators 1 Structure 10 - SG-10-01 & SG - 10 - 02 (Blower Building) - (((This is tagged as SG-49 & SG-51 from Ashbrook))) $ 17,254 $ 8,627 2 Item No.Tag DescriptionQuantity Size 72" x 60" PREPARED BY: 2025-07-16-MT-1 July 16, 2025QUOTATION DATE: QUOTATION#: VALVES * ACTUATORS * EQUIPMENT MUNICIPAL * POWER * PROCESS NEBRASKA * IOWA * KANSAS * MISSOURI MELLEN & ASSOCIATES, INC. 3404 S. 11th St., Council Bluffs, IA 51501 QUOTED TO: PROJECT NAME:AMES, IA - NUTRIENT REDUCTION Mike Toupin Ph: (712) 322-9333 Fax: (712) 322-6557 mtoupin@melleninc.com WOODRUFF TERMS:100% Net 30 Days DELIVERY: SUBMITTAL: Factory FREIGHT TERMS: F.O.B.: Ext. Net Net Each Freight Allowed 30 9/11/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #031 - Biocell Changes Dear Travis Anderson: Per RFI 137 and onsite conversations with the City and Strand, we are proposing the following: • Additional trucking and grading to raise the elevation of the berm as indicated in the RFI response. • TRM and Shoremax panel to provide erosion control on the biocell spillway. Our total price to perform the subject changed work is $8,868.75. All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 9/25/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 31 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 31 Price Breakdown RFI 137 - BIOCELL CHANGESDescription: Additional grading and TRM matting per the response to RFI 137 in addition to onsite conversations with City of Ames and Strand. Description PriceMaterialSubcontractOtherEquipmentLabor BurdenProduction Units TRM MATTING AND SHOREMAX PANELS $1,750.00$1,750.000.00 ADDITIONAL FILL AND TOPSOIL RESPREAD $6,500.00$6,500.000.00 8,250.00Subtotal:0.00 0.00 0.00 0.00 8,250.00 0.00 $206.252.50%$8,250.00Bonds & Insurance $412.505.00%$8,250.00OH&P - Subcontractors Total:$8,868.75 32 P.O. Box 350 Grimes, Iowa 50111 515-497-6543 - Office Bid Number 515-497-6547 - Fa Bid Due Date www.ag-iowa.com Item Quantity Unit of Measure Price ub-Tota CO 1.000 LS 1750.00 $1,750.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 -- - - $0.00 TOTAL Cell Office Fax Email 515-497-6543 515-497-6547 $1,750.00 bwambold@ag-iowa.com Payment terms are Net 30 days & no retainage withheld, unless otherwise stated: Bryon Wambold, Estimator 515-419-6500 All items are tied and limited to above. Seeding area in a LS bid is limited to 1 acre, unless elsewhere noted. Additional mobilizations will result in additional charges. Final grade must be approved by Absolute Group before work begins. Sod prices does not include rough grade. When seeding is authorized outside the specified or recommended seeding dates the mortality of the seed is not the responsiblity of Absolute Group. This proposal does not include traffic control, railroad protective liability coverages, dues, permits and/or bonds. The quoted prices cannot be used to determine change quantities. This proposal is only valid for and may be withdrawn if not accepted within 30 days. - - - - - PROPOSAL Erosion Division - Proposal Submitted To Email AddressBid Package Change Order Matting - - - - - - - Nutrient Reduction Modifications - Phase 1 Project Name 0811-Ame-Bry 8/22/2025 Acceptance of Proposal: I agree to the prices, conditions and specifications as listed above. Payment terms are accepted as listed above. Date of Acceptance ignature - - - - - - - - - - - - Addendums Viewe Description Project Location Ames TRM Matting & Shoremax (3 Panels) - - - - 33 No: TO: JOB NAME: ATTN: LOCATION: ADDRESS: PHONE: DATE: We hereby agree to make the following change(s): Quantity Unit Price 1 LS $6,500.00 34 TON 122.00$ Excludes reseeding or similar and all other contract exclusions. Woodruff Zach Phillips 641.352.0470 9.5.25 $4,148.00Option: Provide & Place Erosion Stone and Fabric Ames Nutrient Reduction Facility Ames 2 (RFI 137) CHANGE ORDER $6,500.00 TOTAL ADD $10,648.00 TOTAL Topsoil strip, regrade/fill, topsoil respread per RFI 137 1.5 Days - Skid w/ operator, Dump Truck, labors 34 Initials\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Requests For Information\RFI XXX.docx Request for Information Contract.: 2024-089 RFI No.: 137 Project Name: Nutrient Reduction Modifications Phase 1 Date Received: 8/13/2025 Owner: City of Ames Date Required: 8/18/2025 Contractor: Woodruff Construction, Inc. Date Responded: / / Specification Section: Page No.: Drawing Sheet No.: Detail: REQUEST: At the biocell north of structure 200 their is some concern on the design intent of the grading. The intake is set to elevation 43.00' and the berm behind this set to be at 43.00' as well. The overflow is being interpreted as being 42.00' because the 43.00' contour lines don't intersect leaving a gap between the two 42.00' elevation contour lines. Through discussions with Strand onsite, it is in our understanding that the intent of the overflow was to be 1" or higher above the intake so that when there was 1" of water flowing in to the intake then the water would start going through the overflow. With the current design water would go through the overflow first then after 1' of water would then go into the intake and flood over the berm. Please advise if the overflow should be graded to 43.10' or if it should be higher? What elevation should the berm be graded to as it should be a fair amount higher than the overflow to contain water in the biocell? Please provide point elevations around the biocell to convey the grading. There was also concern on if the overflow should have some erosion control matting laid down to prevent washout? PROPOSED SOLUTION (If applicable): By: Signature: Date: ____/____/____ RESPONSE: By: Signature: Date: SAI: Elevations shall be as follows: - Rim of intake = 43.00' - Top of berm = 44.50' - Top of spillway = 43.50' See attached markup with elevations labeled. Erosion Stone shall be laid on and below the spillway to prevent washout. Place Fabric beneath stone. Dan Miers 8/22/2025 35 XXXXX W W W W W W W W W W U/E 27 7 v SI T E CI V I L EN L A R G E D G R A D I N G P L A N - 1 19 05-C4.01 SHEET JOB NO. PROJECT MGR. NO . RE V I S I O N S DA T E : A S S O C I A T E S ® NU T R I E N T R E D U C T I O N M O D I F I C A T I O N S - P H A S E 1 WA T E R P O L L U T I O N C O N T R O L F A C I L I T Y I M P R O V E M E N T S AM E S , I O W A 4429.009 TRAVIS ANDERSON 1-800-292-8989 www.iowaonecall.com Call before you dig know what's below. RFI 13 2' Building footprint supposed to be 2' further north on site plans to match structural plans. Reduce width of island as shown to accommodate this change. Adjust sidewalk and stoop as needed. Shown as flat 43.00' berm SAI: Top of Spillway = 43.50' SAI: Top of Berm = 44.50' SAI: Intake rim elevation correct. SAI: Provide erosion stone on and below spillway Shown as 42.00'? Needs erosion control matting? 36 10/1/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #032 – Admin Corner Guards Dear Travis Anderson: Per Cost Proposal Request 022, we are proposing the following: • Supply and install (31) 2” x 2x x 4’ G100 corner guards. Color selected by owner. Our total price to perform the subject changed work is $3,622.62. All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 10/15/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 37 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 32 Price Breakdown CPR 22 - CORNER G RDSDescription: (31) 2" x 2" x 4' G100 corner gaurds per CPR 22 Description PriceQuantity Unit Unit Price CORNER G RD INSTALL 10.00 MH $75.00 $750.00 CORNER G RD MATERIAL (31 EA)1.00 LS $2,333.08 $2,333.08 3,083.08Subtotal:750.00 0.00 2,333.08 0.00 0.00 0.00 $77.082.50%$3,083.08Bonds & Insurance $462.4615.00%$3,083.08OH&P - Self Perform Total:$3,622.62 UA UA UA 38   !"##$% & & & '$%  & & & () $* +,-./01// +2.3140 +0-555136 789:::;<= >?@ABCDEFBE GH&IJKILKMN&OPQ&RJSIQ&TUVQU&WXOOTM&HTX SNUQQ&OT&TXU&YZ[\]^_`a^bc`adYdc`] ef:ghijklmnijmjopf<<qj ljprmjoks enrtu rtvlwmu lj xuylz0{&|&0{&|&4}-&~,33 qnjzG€ ‚&ƒ3,„ …rm wuw†z5, ‡ uwˆju‰lz+/51,6 xmnlˆju‰lz+2/16/ wltŠwmnz +,-./01// ‹XWOTOSJ ‹PKRRKMNŒ SMVJKMN ŽTOSJ ŽTOSJ >?@ABCDEFBE GH&IJKILKMN&OPQ&RJSIQ&TUVQU&WXOOTM&HTX SNUQQ&OT&TXU&YZ[\]^_`a^bc`adYdc`] ‘SKJ’ “”• – —KU˜O&™S‘Q’ š• ›œ”– S˜O&™S‘Q’ š›œ”– T‘RSMH&™S‘Q ž”Ÿœ”  ¡¢£ ¤£¥¥ ¡¦¦§¤£ ¡¨ £© ƒ|||„&|||ª|||| «– ‹PKRRKMN&€VVUQ˜˜’ ¬•ŸŸ•­  ››– ‹PKRRKMN&€VVUQ˜˜&0&ƒ®ROKTMSJ„ ¬•ŸŸ•­  ››¯°±Ÿ• ² ³•¬› ž – ´KR& TVQ’ µ•Ÿž– KOHŒ€¶®Œ—¶®’ ž•· «±·š«±– ‹OSOQ’ ¬– ‹RQIKSJ&¸M˜OUXIOKTM˜-&¹TW&MS‘Q-&TU&¶®º ¬Ÿ• »› •›¼½¾”¼ «±¿ ‡klxÀuÁÁu eoojlkk —KU˜O&™S‘Q’ š• ›œ”– S˜O&™S‘Q’ š›œ”– T‘RSMH&™S‘Q ž”Ÿœ”  ¡¢£ ¤£¥¥ ¡¦¦§¤£ ¡¨ £© ƒ|||„&|||ª|||| « GKJJKMN&€VVUQ˜˜’ • •­  ››– GKJJKMN&€VVUQ˜˜&0&ƒ®ROKTMSJ„ • •­  ››¯°±Ÿ• ² ³•¬› ž – ´KR& TVQ’ µ•Ÿž– KOHŒ€¶®Œ—¶®’ ž•· «±·š«±– ‹OSOQ’ ¬– é£Ä§¨ÅÃÆ©Ä &™X‘WQU ÇÇÇÇÈÇÇÇÇÈÇÇÇÇÈÇÇÇÇ & |R ÉÉ €RRJH& TXRTM& TVQ ÊËË?Ì ÍÎÏÐÑÒÓÔÕÖרÖÙÓÚÛÚÜÓÝÑÎÞÓßÏÚàáÝÜáâãÓÝÎÑ äåææÓçèéêêéëìíÓîïÎâðáãÏÎÏñÓòçÓóëôÍõ ö÷·ö·¯ø¼ùúøø«û ü›žý Ÿ›ú··ýþþ  › ›ÿ”·ý·ü›žýö·¯39 10/1/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #033 – Fall Protection Devices Dear Travis Anderson: Per Cost Proposal Request 020, we are proposing the following: • Supply and install fall protection devices shown on the attached and CPR-020. Our total price to perform the subject changed work is $1,946.91. All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 10/15/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 40 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 33 Price Breakdown FALL PROTECTION (CPR 020)Description: Fall protection devices per CPR 20 Description PriceQuantity Unit Unit Price FALL PROTECTION DEVICES 1.00 LS $1,749.42 $1,749.42 INSTALL LABOR 2.00 MH $75.00 $150.00 1,899.42Subtotal:150.00 0.00 1,749.42 0.00 0.00 0.00 $47.492.50%$1,899.42Bonds & Insurance $0.000.00%$1,899.42OH&P - Self Perform Total:$1,946.91 41     42 Cost Proposal Request Nutrient Reduction Modifications–Phase 1 City of Ames, Iowa Contract 2024-089 September 29, 2025 DBM\jlw\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Cost Proposal Requests\CPR-020 - Add Fall Protection at Mezzanie Gaurd Rail\CPR 20 Fall Protection at Removable Guard Rail.docx COST PROPOSAL REQUEST NO.: 020 TO: Woodruff Construction, Inc. ISSUED BY: Travis Anderson, Project Manager DISTRIBUTION Zach Phillips Woodruff Construction, Inc. Tyler VerMeer City of Ames Travis Anderson Strand Associates, Inc.® Please submit an itemized quotation for changes in the Contract Price and Time incidental to proposed modifications to the Contract Documents described herein. DESCRIPTIONS AFFECTING THE DRAWINGS Drawing Sheet 200–AS5.07 020-01 Add a removable beam strap and retractable lanyard for use as a fall protection device when the guardrail is removed, as shown in the enclosed drawing D: Removable Guardrail. Drawing Sheet 20–AS1.03 020-02 Key Note No. 12, add a clamp on the beam fall protection device to use as a fall protection device when the guardrail is removed. Drawing Sheet 110–AS1.03 020-03 Key Note No. 2, add a clamp on the beam fall protection device to use as a fall protection device when the guardrail is removed. 43 10/3/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #034 – DCW Changes Dear Travis Anderson: Per Cost Proposal Request 019, we are proposing the following: • Provide and install (2) 3 inch mechanical readout, bronze Badger Recordall Turbo flow meters at the locations indicated in the CPR. • Provide labor and materials to install 4” C900 DCW piping and connections as indicated in the CPR. Work to be completed on a T&M not to exceed basis. Rates in table below: Labor Equipment Foreman - $95/hr 225 Excavator - $250/hr Operator A - $85/hr 85 Excavator - $215/hr Operator B - $85/hr Skid - $200/hr Pipelayer - $75/hr Wheel Loader - $225/hr Costs +10% subcontractor mark-up and 5% general contractor mark-up. Our total NTE price to perform the subject changed work is $115,247.35. All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 10/14/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager 44 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 34 Price Breakdown DCW PIPING CONNECTIONS (CPR 019)Description: Install 3 inch mechanical readout, bronze Badger Recordall Turbo flow meters where indicated in the CPR. Install 4" C900 DCW line on a T&M not to exceed basis along the general route indicated in the CPR. Description PriceQuantity Unit Unit Price METER INSTALL 18.00 MH $75.00 $1,350.00 METER MATERIAL 2.00 ea $1,630.00 $3,260.00 3" MEGAFLANGE AND BOLT KITS 4.00 ea $203.00 $812.00 4" DCW ADDITION 1.00 LS $101,420.00 $101,420.00 106,842.00Subtotal:1,350.00 0.00 4,072.00 0.00 101,420.00 0.00 $2,671.052.50%$106,842.00Bonds & Insurance $663.3015.00%$4,422.00OH&P - Self Perform $5,071.005.00%$101,420.00OH&P - Subcontractor Total:$115,247.35 45 Your Company Name Change Request Your Company Slogan DATE:10/1/2025 10703 Justin Drive Urbandale, IA 50322 CR #4 Phone 515-233-5500 FOR: Fax 515-278-2351 Bill To: Woodruff Attn: Joel Guthrie AMOUNT Connect to service at Building 80 Connect to service between Building 10 & 80 Material - 4" C900, Sleeves, Tees, Bends, Valves, Bedding Stone 21,200.00$ Labor - Foreman, Operator, Backfill Operator, Pipelayer (85 hours)21,500.00$ 40,000.00$ 5,700.00$ Testing 3,800.00$ 10% Contractor Markup 9,220.00$ TOTAL 101,420.00$ If you have any questions concerning this request, please contact us directly at 515-233-5500. 2420AM - Nutrient Reduction Modifications Valves included to be installed at tee branches and service tie-ins 4" Water Main - 325 LF C900 Connect to service at Building 10 Connect to Existing Admin Building DCW DESCRIPTION Equipment - 225 Exc, 85 Exc, Skid, Wheel Loader Potholing for Existing Utilties and Locating Existing Service Line Change request to connect to existing 4" DCW and run new water main south and connect to existing water services at 4 locations. Connect to service South of Building 10 and locate service THANK YOU FOR YOUR BUSINESS! 46 Cost Proposal Request Nutrient Reduction Modifications–Phase 1 City of Ames, Iowa Contract 2024-089 September 25, 2025 DBM\jlw\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Cost Proposal Requests\CPR-019 - DCW Clarification and Changes\CPR 19 DCW Clarifications and Connections.docx COST PROPOSAL REQUEST NO.: 019 TO: Woodruff Construction, Inc. ISSUED BY: Travis Anderson, Project Manager DISTRIBUTION Zach Phillips Woodruff Construction, Inc. Tyler VerMeer City of Ames Travis Anderson Strand Associates, Inc.® Please submit an itemized quotation for changes in the Contract Price and Time incidental to proposed modifications to the Contract Documents described herein. DESCRIPTIONS AFFECTING THE DRAWINGS Drawing Sheet 5-DM4.04 019-01 Connect 4-inch ductile iron pipe (DIP) domestic cold water (DCW) as shown in the enclosed drawing: Drawing 5-M4.04. Drawing Sheet 5-DM4.06 019-02 Connect 4-inch DIP DCW line as shown in the enclosed drawing: Drawing 5-M4.06. Drawing Supplemental Old Well Drawing 1, 2, and 3 019-03 Old Well Drawing 1 shows the location of the old well, north of the Water Pollution Control Facility and along Interstate 35. 019-04 Old Well Drawing 2 shows the two 3-inch DIP coming from the well head. Contractor will cut two 2-inch Badger Record All Turbo meters. Meters will be the same as the flow meters located in the new well, one meter installed in each of the 3-inch DIP coming out of the well. 019-05 Old Well Drawing 3 shows a profile view of the meter location at the old well. 47 48 49 50