Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A001 - Council Action Form dated February 24, 2026
ITEM #:18 DATE:02-24-26 DEPT:W&PC SUBJECT:WATER POLLUTION CONTROL FACILITY NUTRIENT REDUCTION MODIFICATIONS PHASE 1 PROJECT - CHANGE ORDER #8 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) in the amount of $53,370,000. 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, seven change orders have been approved for a combined total reduction in the contract price of $157,234.77. Details regarding the scope and amounts of each change order are outlined below in Table 1. An eighth change order has been prepared and is ready for Council approval. It includes six individual changes to the construction documents. The most notable item is a cost difference credit for work that was previously approved under Change Order #6. In that change order, Council approved an allowance not to exceed $115,247.35 to relocate a water line that was found to be in a different location than anticipated. The work was done on a time-and-material basis that ultimately totaled only $79,597. Item 8c on this change order is to release the $35,650.35 that was not used. Item 8b on this change order is for changes to exterior door hardware. The style specified was not the style staff was anticipating. The engineer has agreed to provide a credit on their next invoice to offset the cost of the contract change ($5,499.33). Other items in this change order include: relocating an overhead door in the maintenance garage; adding an automatic door opener to the exterior door leading into the mud room; adding corner guards throughout the administration building; and substituting a different style of programmable logic controller. Combined, the total of all six items in Change Order No. 8 is an increase to the construction contract of $3,841.91. The additional offsetting credit from the engineer for the door hardware results in a net decrease to the overall project cost of $1,657.42. Table 1: Change Order Summary Change Order #1 Credit for Enviromix, fire alarms, canopy; reroute gate power circuit; expansion joint changes. (231,878.79) 1 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 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 Change Order #7 Add asbestos and lead abatement for demolition of old admin building; add remote control for trolley hoist; misc electrical changes; add door holder/closer; extend water line in grit building; additional fencing; removal of unknown foundation under old admin building; add additional wireless access points. $44,527.37 Change Order #8 - this action Relocate overhead door; door hardware change; credit from water line relocation; door opener to Room 20012; add corner guards in admin building; substitute PLC type $3,841.91 Total Approved Change Orders (Including this action)($153,392.86) 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) 2 Change Order #2 (25,280) Change Order #3 10,836 Change Order #4 13,459 Change Order #5 (40,743) Change Order #6 71,845 Change Order #7 44,527 Change Order #8 - This Action 3,842 Owner Allowance (furnishings, etc.) 400,000 All Other Expenses 122,675 TOTAL 62,540,000 59,777,282 Available Contingency 2,761,717 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 #8 to the contract with Woodruff Construction for the Water Pollution Control Facility Nutrient Reduction Modifications Phase 1 Project in the amount of $3,841.91. 2. Do not approve the change order. This would reject the recommended changes to the contract documents. CITY MANAGER'S RECOMMENDED ACTION: The proposed changes are to maintain and improve the reliability and function of the Water Pollution Control Plant Modifications. 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 8&Encl_Scanned_Woodruff.pdf 3 JPK:tll\S:\MAD\4400--4499\4429\014\Construction\Change Orders\CO 08\CO 8.docx February 17, 2026 CHANGE ORDER NO. 8 Description of Change side of the wall between the garage and shop areas in function to “Entry” function. PCO No. 048 from approved Change Order No. 6, item 6h, and actual time and materials spent on the installation of 4-inch DCW piping and connections and two flow meters in accordance with CPR No. 019. PCO No. 049 from Structure 200 and provide automatic door opener in accordance with CPR No. 026. PCO No. 052 from locations indicated by Owner controller and input/output cards at Rooftop Unit No. 8 support added equipment to Structure 100. PCO No. 054 Contract Price Adjustment 4 5 11/12/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #045 – OH Door 20030C Installation Dear Travis Anderson: Per Cost Proposal Request 027, we are proposing the following: • Remove and re-install overhead door 20030C on the South side of the wall so it is located inside the shop. • Includes relocation of electrical and patching of the North side of the wall where the door is removed. Our total price to perform the subject changed work is $3,598.22. 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 12/3/2025. 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 6 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 45 Price Breakdown 20030C OH DOOR INSTALLATION (CPR-027)Description: Remove and re-install coiling door 20030C so that the entire unit is on the South side of the wall. Description PriceQuantityUnitUnit Price REMOVE AND RE-INSTALL 20030C 1.00 LS $2,000.00 $2,000.00 RE-ROUTE ELECTRICAL FOR 20030C 1.00 LS $1,007.18 $1,007.18 PATCH AND PAINT NORTH WALL 4.00 MH $85.00 $340.00 3,347.18Subtotal: 0.00 0.00 0.00 0.00 3,007.18 340.00 $83.68 2.50%$3,347.18Bonds & Insurance $167.36 5.00%$3,347.18OH&P - Subcontractors Total:$3,598.22 7 8 9 Cost Proposal Request Nutrient Reduction Modifications–Phase 1 City of Ames, Iowa Contract 2024-089 November 6, 2025 TJA:tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Cost Proposal Requests\CPR-027 - Overhead Door 20030C Change\CPR-027 - Overhead Door 20030C Change.docx COST PROPOSAL REQUEST NO.: 027 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 200-AS1.05 027-01 Revise installation of overhead door 20030C so the motor and drive are located on the east side of the door. 10 12/4/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #048 – Door Hardware Change Dear Travis Anderson: Per email correspondence with the City of Ames on 11/26/25, we are proposing the following: • Swap out the specified/installed locksets on (13) doors to change the function from Storeroom to Entry. • Includes credit (less restocking fee) for (3) unopened locksets. Our total price to perform the subject changed work is $5,944.33. 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 12/18/2025. 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 11 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 48 Price Breakdown DOOR HARDWARE CHANGEDescription: Replace the locksets on (13) doors from storeroom function to entry function. Description PriceQuantity Unit Unit Price HARDWARE REPLACEMENT LABOR 4.00 MH $75.00 $300.00 (13 EA) SARGENT 10XG05 LOCKSETS 1.00 LS $5,359.00 $5,359.00 CREDIT (3 EA) UN-OPENED 10G04 LOCKSETS 1.00 LS $-600.00 $-600.00 5,059.00Subtotal:300.00 0.00 4,759.00 0.00 0.00 0.00 $126.482.50%$5,059.00Bonds & Insurance $758.8515.00%$5,059.00OH&P - Self Perform Total:$5,944.33 12 QUOTE FOR MATERIAL AND/OR LABOR DOORS INC 300 S.W. 6TH STREET DES MOINES, IA 50309 PH: 515-288-8951 FX: 515-288-6212 DATE:12/01/25 QUOTE: REFERENCE:ADDED LOCKS JOB NAME: CONTRACTOR:WOODRUFF CONSTRUCTION JOB NUMBER: ATTENTION: ESTIMATED COST OF MATERIAL:5,359.00$ TAX NOT INCLUDED QUOTE GOOD FOR 30 DAYS THANK YOU, Samantha Kepple AMES NUTRIENT REDUCTION 24-09014 PRICE ABOVE INCLUDES THE FOLLOWING: 13EA SARGENT 10XG05 "PLEASE NOTE: This quote is based on the current tariff policy at the time of this quotation. Adjustments to tariffs due to changes in governmental policies may require a change order or re-quote. A 4% transaction fee will apply for payments made by credit card." NOTES: EXCLUDES Aluminum Door Hardware Sales Tax is Not Included Glass & Glazing is Excluded FOB Jobsite With Tailgate Delivery Terms Are NET 30 Days With NO Retainage Allowed NO PRODUCT WILL BE ORDERED UNTIL A CHANGE ORDER IS EMAILED OR A SEPARATE P.O. IS PROVIDED TO THE PROJECT MANAGER. 13 14 15 16 17 18 19 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. 20 21 22 23 12/9/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #049 – DCW T&M Cost Credit Dear Travis Anderson: Per the cost structure included in PCO-034 and Change Order 6, we are proposing the following: • Credit the cost difference between the previously approved T&M Not to Exceed amount for the DCW work to adjust the contract price for the actual cost. • Credit the cost to install the (2) 3” meters for the DCW system, less the re-stock fee on the meter material. Our total credit the subject changed work is ($35,650.65). 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 1/2/2025. 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 24 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 49 Price Breakdown PCO 034 COST DIFFERENCE CREDITDescription: Credit actual T&M costs against the NTE amount included in PCO 034. Description PriceQuantity Unit Unit Price CREDIT METER INSTALL 1.00 LS $-1,350.00 $-1,350.00 CREDIT METER AND CONNECTION MATERIAL 1.00 LS $-4,072.00 $-4,072.00 METER RE-STOCK FEE 1.00 LS $1,128.40 $1,128.40 CREDIT J&k DCW T&M NTE 1.00 LS $-101,420.00 $-101,420.00 J&K DCW T&M COST 1.00 LS $55,760.00 $55,760.00 DCW MATERIALS PURCHASED FOR J&K 1.00 LS $17,189.63 $17,189.63 -32,763.97Subtotal:-1,350.00 0.00 14,246.03 0.00 -45,660.00 0.00 $-819.102.50%-$32,763.97Bonds & Insurance Credit $-644.0415.00%-$4,293.60OH&P Credit - Self Perform $-1,423.545.00%-$28,470.73OH&P Credit - Subcontractors Total:$-35,650.65 25 10.6.25 10.7.25 10.8.25 10.9.25 10.10.25 Total Weekly Hours Rate/Hr Total Weekly Cost 10.7.25 Cody 9 4.5 13.5 95.00$ 1,282.50$ 10.8.25 Antonio 4.5 1 5.5 85.00$ 467.50$ 10.9.25 JD 4.5 4.5 85.00$ 382.50$ Seth 4.5 1 5.5 75.00$ 412.50$ Potholing 9 9 450.00$ 4,050.00$ Ex-35 (135)2 2 240.00$ 480.00$ Ex-28 (85)1 1 215.00$ 215.00$ SL-16 (Skid)2 2 200.00$ 400.00$ WL-4 (Wheel Loader)0 190.00$ -$ 10.13.25 10.14.25 10.15.25 10.16.25 10.17.25 Total Weekly Hours Rate/Hr Total Weekly Cost Cody 5 2.5 5.5 3 4 20 95.00$ 1,900.00$ 10.13.25 Antonio 5 2.5 5.5 3 4 20 85.00$ 1,700.00$ 10.14.25 JD 5 2.5 5.5 3 4 20 85.00$ 1,700.00$ 10.15.25 Seth 5 2.5 3 3 4 17.5 75.00$ 1,312.50$ 10.16.25 Potholing 4 4 450.00$ 1,800.00$ 10.17.25 Ex-35 (135)5 2.5 5.5 3 4 20 240.00$ 4,800.00$ Ex-28 (85)2.5 3 3 2 10.5 215.00$ 2,257.50$ SL-16 (Skid)4 2.5 5.5 3 4 19 200.00$ 3,800.00$ WL-4 (Wheel Loader)1 2 2 2 7 190.00$ 1,330.00$ 10.20.25 10.21.25 10.22.25 10.23.25 10.24.25 Total Weekly Hours Rate/Hr Total Weekly Cost Cody 9 9.5 18.5 95.00$ 1,757.50$ 10.20.25 Antonio 7 9.5 16.5 85.00$ 1,402.50$ 10.21.25 JD 9 9.5 18.5 85.00$ 1,572.50$ Seth 9 9.5 18.5 75.00$ 1,387.50$ Ex-35 (135)8 9.5 17.5 240.00$ 4,200.00$ Ex-28 (85)2 3 5 215.00$ 1,075.00$ SL-16 (Skid)6 6 12 200.00$ 2,400.00$ WL-4 (Wheel Loader)0 190.00$ -$ 10.27.25 10.28.25 10.29.25 10.30.25 10.31.25 Total Weekly Hours Rate/Hr Total Weekly Cost Cody 9.5 6 15.5 95.00$ 1,472.50$ 10.28.25 Antonio 9.5 5 14.5 85.00$ 1,232.50$ 10.30.25 JD 9.5 5 14.5 85.00$ 1,232.50$ 10.31.25 Seth 9.5 5 14.5 75.00$ 1,087.50$ Potholing 9 9 450.00$ 4,050.00$ Ex-35 (135)8 3 11 240.00$ 2,640.00$ Ex-28 (85)0 215.00$ -$ SL-16 (Skid)6 6 200.00$ 1,200.00$ WL-4 (Wheel Loader)2 2 4 190.00$ 760.00$ Total Labor & Equipment Cost 55,760.00$ Description of Work Remove existing valve vault NW of lagoons. Tie in remaining lines still in use and abandon 1 EA 4" line not in use. Install 3 valves, 4"x4" Tee and miscelaneous fittings Pothole for existing utilities Description of Work 60' of 4" water, 2 valves, 4"x4" Tee Water Main T&M Tracking Locating & potholing 4" & 2" water lines Dug up 4" water (7' depth), drill to test line in use, repair band & Backfill Description of Work Description of Work Blowoff assembly for testing, north tie-in Pressure test and south tie in Finish Backfill Exposed, cut and capped live 4" pressurized yellowmine 40' of 4" Water, then rained out for the rest of the day 60' of 4" water, 2 valves, 4"x4" Tee 100' of 4" water 26 27 28 29 30 31 Cost Proposal Request Nutrient Reduction Modifications–Phase 1 City of Ames, Iowa Contract 2024-089 December 4, 2025 TJA:tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Cost Proposal Requests\CPR-026 - Automatic Door Opener to Mud Room 20012\CPR-026 - Automatic Door Opener.docx COST PROPOSAL REQUEST NO.: 026 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 200-E1.03 026-01 Remove door closer and provide automatic door opener equipment for the exterior door to the mud room (Room 20022). Provide all wiring necessary for powering and incorporating into the fire alarm system. Provide all components for a complete automatic door opening system. 32 12/29/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #052 – Mud Room Auto Door Opener Dear Travis Anderson: Per Cost Proposal Request 026, we are proposing the following: • Supply and install (1) Horton auto door operator, wireless push button, electric strike and associated wiring to the exterior door of the admin building mud room. Our total price to perform the subject changed work is $7,294.66. 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 1/12/2026. 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 33 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 52 Price Breakdown MUD ROOM AUTOMATIC DOOR OPENER (CPR-026)Description: Supply and install (1) horton auto door operator, wireless push button, electric strike and associated wiring to the exterior door of the admin building mud room. Description PriceQuantity Unit Unit Price AUTOMATIC DOOR OPENER AND STRIKE - CPR-026 1.00 LS $5,527.00 $5,527.00 AUTO DOOR OPENER WIRING - CPR-026 1.00 LS $1,028.73 $1,028.73 TU DOOR FRAME PAINT 1.00 MH $80.00 $80.00 REMOVE EXISTING CLOSER AND BONDO HOLES 2.00 MH $75.00 $150.00 6,785.73Subtotal:150.00 0.00 5,527.00 0.00 1,108.73 0.00 $169.642.50%$6,785.73Bonds & Insurance $339.295.00%$6,785.73OH&P - Subcontractor Total:$7,294.66 34 QUOTE FOR MATERIAL AND/OR LABOR DOORS INC 300 S.W. 6TH STREET DES MOINES, IA 50309 PH: 515-288-8951 FX: 515-288-6212 DATE:12/29/25 2:16 PM QUOTE: REFERENCE:DR 20012B JOB NAME: CONTRACTOR:WOODRUFF CONSTRUCTION JOB NUMBER: ATTENTION:ZACH ESTIMATED COST OF MATERIAL AND/OR LABOR:5,527.00$ TAX NOT INCLUDED QUOTE GOOD FOR 30 DAYS THANK YOU, Michelle Smith AMES NUTRIENT REDUCTION 24-09014 PRICE ABOVE INCLUDES THE FOLLOWING: 1EA HORTON AUTO OPERATOR INSTALLED BY BASEPOINT 1EA ELECTRIC STRIKE AND FIELD LABOR TO PREP FOR STRIKE QUALIFICATIONS: MATERIAL SUPPLIER ONLY ALL WIRING EVEN LOW VOLTAGE BY OTHERS NOTES: 1) SALES TAX IS NOT INCLUDED 2) GLASS AND GLAZING IS EXCLUDED 3) FOB JOB SITE WITH TAIL GATE DELIVERY 4) TERMS ARE NET 30 DAYS WITH NO RETAINAGE ALLOWED NO PRODUCT WILL BE ORDERED UNTIL A CHANGE ORDER IS EMAILED OR A SEPARATE P.O. IS PROVIDED TO THE PROJECT MANAGER. 35 36 Cost Proposal Request Nutrient Reduction Modifications–Phase 1 City of Ames, Iowa Contract 2024-089 December 4, 2025 TJA:tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Cost Proposal Requests\CPR-026 - Automatic Door Opener to Mud Room 20012\CPR-026 - Automatic Door Opener.docx COST PROPOSAL REQUEST NO.: 026 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 200-E1.03 026-01 Remove door closer and provide automatic door opener equipment for the exterior door to the mud room (Room 20022). Provide all wiring necessary for powering and incorporating into the fire alarm system. Provide all components for a complete automatic door opening system. 37 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-022 - Add Plastic Corner Guards in Admin Bldg\CPR 22 Add Protective Corner Guards in Admin. Bldg.docx COST PROPOSAL REQUEST NO.: 022 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 SPECIFICATIONS Section 09 29 00–Gypsum Board 022-01 2.02 Materials C. 2.0 Reinforcement of exterior corners will be USG Galvanized Dura-Bead No. 101, Gold Bond Standard Cover Bead, or equal. Add corner guard. The basis of the design product that will be used is Koroseal Interior Products, LLC Korogard G100 Corner Guard, or equal. Length (48- or 96-inch) and color shall be selected by Owner. DESCRIPTIONS AFFECTING THE DRAWINGS Drawing Sheet 200 AS1.04 022-02 Provide Corner Guards at the locations indicated on the drawing. 38 RE F . REF. RNG. REF. D W RACK RACK 200-AS2.01 1 200-AS2.01 2 20 0 - A S 2 . 0 2 2 1 200-AS3.01 2 200-AS3.01 3 200-AS3.01 1 200-AS3.02 2 20 0 - A S 3 . 0 2 3 20 0 - A S 3 . 0 2 4 20 0 - A S 3 . 0 2 1 20 0 - A S 3 . 0 3 2 20 0 - A S 3 . 0 3 GARAGE 20031 SHOP 20030 STAIR 20026 STORAGE 20027 PARTS / TOOL STORAGE 20028 STORAGE 20029 MUD ROOM 20012 MAINTENANCE OFFICE 20011 LAB 20010 CORRIDOR 20003 CONTROL ROOM 20009 OFFICE 20008 LIBRARY 20007 OFFICE 20006 COPY / WORK ROOM 20005 RECEPTION 20004 VESTIBULE 20001 LOBBY 20002 CONFERENCE / TRAINING ROOM 20015 TABLE & CHAIR STORAGE 20015A IT CLOSET 20014 BREAK ROOM 20013 LAUNDRY 20020 WOMENS LOCKER ROOM 20017 MENS LOCKER ROOM 20016 SHOWER 20018 SHOWER 20019 FIRST AID / LACTATION / SLEEP 20021 OFFICE 20022 RESTROOM 20024 RESTROOM 20025 JA N I T O R CL O S E T 20 0 2 3 B B B B A A A D E A A A A B B G1 G1 H2 H2 H1 H1 H1 G3 G1 G1 G2 H2 H1 H1 G2 L H2 H1J H2 H2 C 122' - 0"66' - 0" 62 ' - 0 " 100' - 0"65' - 4" 95 ' - 0 " 30 ' - 0 " 13 ' - 0 " 14' - 8"17' - 0"± 19' - 2"12' - 6" 55' - 6"± 10' - 0"20' - 6" 12 ' - 0 " 8" 6' - 0 " 8" 20 ' - 8 " 8" 20 ' - 0 " 8" 20 ' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0" 1' - 0" 1' - 0" 1' - 0" 1' - 0"1' - 0" 1' - 0"25 ' - 6 " ± 6 ' - 2 " 8" 55 ' - 1 0 " 6' - 2 " 8" 28 ' - 0 " G2 65' - 4"8"22' - 8"8"10' - 0"8"6' - 2"21' - 2"8"± 14' - 4"6' - 4" 9' - 6 " ± 1 8 ' - 6 " ± 17' - 0 1/2" 17 ' - 6 " ± 1 4 ' - 2 " 8" 9' - 6 " 14 ' - 6 " ± 1 0 ' - 0 " 27 ' - 2 " 21 ' - 4 " 28 ' - 8 " 200-AS4.01 1 200-AS4.02 1 200-AS4.07 1 200-AS4.05 1 200-AS4.06 4 200-AS4.08 1 200-AS4.03 2 200-AS4.08 2 2 20 0 - A S 3 . 0 6 H2 H2 T T H2 200-AS4.03 1 200-AS4.05 2 200-AS4.07 5 1 F 4 4 4 2 2 15 ' - 0 " 5 5 5 5 7' - 6 " EL. 46.50EL. 46.50 EL. 46.33 @ TRENCH DRAIN (TYP.)EL. 46.50 @ HIGH POINT (TYP.) 20 ' - 0 " 20 ' - 0 " 6 6 7 6 6 6 6 6 6 6 2 3 3 3 10 7 14' - 8"6' - 2" 7 6' - 0 " 7' - 5 " 7 9 8 107 3' - 4 " 5' - 4" 7 10 2 200-AS4.03 5' - 0 " 5' - 0 " 5' - 0 " 10' - 4" 15 ' - 8 " 7' - 6 " 30 ' - 0 " 7' - 6 " 11 12 200-AS4.09 2 FOR CONTINUATION OF PLAN, SEE FURRED WALL LEGEND R1 R2 S 1. 2. 3. 4. GENERAL NOTES: UNLESS SHOWN OR NOTED OTHERWISE, DIMENSIONS TO INTERIOR PARTITION WALLS ARE GIVEN TO CENTERLINE OF STUD. DIMENSIONS TO MASONRY AND PRECAST WALLS ARE GIVEN FROM FACE OF WALL. FOR WALLS DELINEATED WITH SYMBOL, SEE DRAWING FOR WALL TYPE INFORMATION. SEE ROOM FINISH SCHEDULE, PLANS, SPECIFICATIONS FOR TREATMENT OF WALLS, FLOORS, AND CEILINGS NOT CALLED OUT ON DRAWINGS. SEE DRAWING FOR TYPICAL PRECAST CONCRETE WALL PANEL DETAILS. KEY NOTES: PROVIDE BLOCKING FOR EXISTING 18"X24" PLAQUE AND NEW PLAQUE TO BE RELOCATED AT THIS LOCATION. COORDINATE FINAL LOCATION AND MOUNTING HEIGHT WITH OWNER. CONCRETE APRON, GUARD POSTS (TYP.) CONCRETE STOOP (TYP.) TRENCH DRAIN, MASONRY CONTROL JOINT TYPE 2 (MCJ-2) #5@48" VERTICAL REINFORCING FULL HEIGHT CENTERED IN INTERIOR BLOCK WALLS. LAP BARS 1'-8". PROVIDE MATCHING DRILLED ADHESIVE ANCHOR DOWELS AT BOTTOM WITH 5" EMBEDMENT INTO SLAB, EXTEND BARS 6" INTO BOND BEAM AT TOP OF WALL. PROVIDE 1~#5 VERTICAL FULL HEIGHT PLUS DOWELS WITHIN 8" OF EACH SIDE OF MCJ-2s. AT DOOR OPENINGS, CORNERS, AND OTHER WALL OPENINGS, PROVIDE VERTICAL BARS AS DEPICTED ON THE DRAWINGS. PROVIDE MOVEABLE DIVIDER PARTITION PER DETAIL PROVIDE PROJECTOR AND RETRACTABLE SCREEN AS SPECIFIED. PROVIDE 8'-8" HIGH OPENING IN BLOCK WALL. PROVIDE TYPE B-2 LINTEL OVER OPENING. PROVIDE 6" CONCRETE PAD WITH #4@12" E.W. UNDER HVAC UNITS. PROVIDE STUD FRAMED OPENING FOR OWNER PROVIDED PLANT DIAGRAM PANEL. PANEL IS APPROXIMATELY 81" WIDE X 51" HIGH X 4" DEEP (FIELD VERIFY). BOTTOM OF ROUGH OPENING SHALL BE AT 42" A.F.F. INSTALL GYPSUM BOARD ON ALL 4 SIDES OF ROUGH OPENING. PROVIDE 3" X 1/2" WOOD TRIM FRAME ON FACE OF WALL AROUND PANEL. FINISH TO BE SELECTED BY OWNER. 1 X 200-AS5.01 990-AS5.05 2 3 4 5 B 990-AS5.02 K 990-AS5.02 A 990-AS5.02 G 200-AS5.02 6 7 A 200-AS5.10 8 9 10 11 12 A S S O C I A T E S ® SHEETSHEET JOB NO.JOB NO. PROJECT MGR.PROJECT MGR. NO . N O . RE V I S I O N S RE V I S I O N S DA T E : D A T E : C:\Users\hannahf\Documents\00-Ames WPCF SHEETS-4429.009_R24_Hannah.FlemingXMLYH.rvtC:\Users\hannahf\Documents\00-Ames WPCF SHEETS-4429.009_R24_Hannah.FlemingXMLYH.rvt 9/9/2024 9:25:52 AM9/9/2024 9:25:52 AM 4429.0094429.009 200-AS1.04200-AS1.04 AM E S , I O W A AM E S , I O W A 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 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 AR C H I T E C T U R A L / S T R U C T U R A L AR C H I T E C T U R A L / S T R U C T U R A L AD M I N I S T R A T I O N B U I L D I N G AD M I N I S T R A T I O N B U I L D I N G 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 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 FI R S T F L O O R W A L L T Y P E A N D D I M E N S I O N P L A N FI R S T F L O O R W A L L T Y P E A N D D I M E N S I O N P L A N TRAVIS ANDERSONTRAVIS ANDERSON 186186 FIRST FLOOR WALL TYPE AND DIMENSION PLAN 0 2'4'8'16' SCALE: 1/8" = 1'-0" N 11 IS S U E D F O R C O N S T R U C T I O N IS S U E D F O R C O N S T R U C T I O N 09 / 0 9 / 2 4 09 / 0 9 / 2 4 39 12/2/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #047 - Additional Corner Guards Dear Travis Anderson: Per the request of the City of Ames, we are proposing the following: • Supply and install an additional (28) 2” x 2” x 4’ G100 corner guards at the locations indicated in the attached. Our total price to perform the subject changed work is $3,456.20. 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 12/16/2025. 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 # 47 Price Breakdown ADDITIONAL CORNER GUARDSDescription: Supply and install and additional (28) corner guards in the Admin Building Description PriceQuantity Unit Unit Price CORNER GUARD INSTALL 8.00 MH $75.00 $600.00 CORNER GUARD MATERIAL (28 EA)1.00 LS $2,341.44 $2,341.44 2,941.44Subtotal:600.00 0.00 2,341.44 0.00 0.00 0.00 $73.542.50%$2,941.44Bonds & Insurance $441.2215.00%$2,941.44OH&P - Self Perform Total:$3,456.20 41 !"##$% & & & '$% & & & () $* +,-./0123 +4.5132 +5-63,133 789:;<=;; >?@ABCDEFBE GH&IJKILKMN&OPQ&RJSIQ&TUVQU&WXOOTM&HTX SNUQQ&OT&TXU&YZ[\]^_`a^bc`adYdc`] e<:fghijklmhilino<ppqi kiorlinjs emrtu rtvkwlu ki xuykz5{&|&5{&|&3}-&~,22 qmiz€ ‚ƒ„&…†€‡ˆ&‰‡ˆŠ ‹rl wuwŒz5 Ž uw iu kz+/61, wkt‘wlmz +,-./0123 XWOTOSJ PKRRKMN’†SMVJKMN ‡TOSJ ‡TOSJ“ >?@ABCDEFBE GH&IJKILKMN&OPQ&RJSIQ&TUVQU&WXOOTM&HTX SNUQQ&OT&TXU&YZ[\]^_`a^bc`adYdc`] ˆ”SKJ• –—˜™ šKU›O&œS”Q• š˜ žŸ—™ ƒS›O&œS”Q• žŸ—™ ¡T”RSMH&œS”Q ¢—£Ÿ— ¤¥¦§ ¨§©© ¥ªª«¨§ ¥¬¤§ ‰|||Š&|||®|||| ¯™ PKRRKMN&°VVUQ››• ±˜££˜² žž™ PKRRKMN&°VVUQ››&5&‰³ROKTMSJŠ ±˜££˜² žž´µ¶£˜· ¸˜±ž ¢ ™ ¹KR&¡TVQ• º˜£¢™ ¡KOH’°‚³’š‚³• ¢˜»¯¶»š¯¶™ ±™ ±™ RQIKSJ&€M›OUXIOKTM›-&¼TW&MS”Q-&TU&‚³½ ±£˜¾ž ˜ž¿ÀÁ—¿ ¯¶Â ŽjkxÃuÄÄu ennikjj šKU›O&œS”Q• š˜ žŸ—™ ƒS›O&œS”Q• žŸ—™ ¡T”RSMH&œS”Q ¢—£Ÿ— ¤¥¦§ ¨§©© ¥ªª«¨§ ¥¬¤§ ‰|||Š&|||®|||| ¯ GKJJKMN&°VVUQ››• Ř˜² žž™ GKJJKMN&°VVUQ››&5&‰³ROKTMSJŠ Å˜˜² žž´µ¶£˜· ¸˜±ž ¢ ™ ¹KR&¡TVQ• º˜£¢™ ¡KOH’°‚³’š‚³• ¢˜»¯¶»š¯¶™ ±™ ±™ Ƨǫ¬ÈÆÉÇ ¡¡&œX”WQU ÊÊÊÊËÊÊÊÊËÊÊÊÊËÊÊÊÊ ¡¡&ˆ|R ¡ÌÌ °RRJH&¡TXRTM&¡TVQ ÍÎÎ?Ï Ð´»´»´Ñ¿ÒÓд¯Ô Õž¢Ö £žÓ»»Ö×× žžØ—»Ö»Õž¢Öл´42 RE F . REF. RNG. REF. D W RACK RACK 200-AS2.01 1 200-AS2.01 2 20 0 - A S 2 . 0 2 2 1 200-AS3.01 2 200-AS3.01 3 200-AS3.01 1 200-AS3.02 2 20 0 - A S 3 . 0 2 3 20 0 - A S 3 . 0 2 4 20 0 - A S 3 . 0 2 1 20 0 - A S 3 . 0 3 2 20 0 - A S 3 . 0 3 GARAGE 20031 SHOP 20030 STAIR 20026 STORAGE 20027 PARTS / TOOL STORAGE 20028 STORAGE 20029 MUD ROOM 20012 MAINTENANCE OFFICE 20011 LAB 20010 CORRIDOR 20003 CONTROL ROOM 20009 OFFICE 20008 LIBRARY 20007 OFFICE 20006 COPY / WORK ROOM 20005 RECEPTION 20004 VESTIBULE 20001 LOBBY 20002 CONFERENCE / TRAINING ROOM 20015 TABLE & CHAIR STORAGE 20015A IT CLOSET 20014 BREAK ROOM 20013 LAUNDRY 20020 WOMENS LOCKER ROOM 20017 MENS LOCKER ROOM 20016 SHOWER 20018 SHOWER 20019 FIRST AID / LACTATION / SLEEP 20021 OFFICE 20022 RESTROOM 20024 RESTROOM 20025 JA N I T O R CL O S E T 20 0 2 3 B B B B A A A D E A A A A B B G1 G1 H2 H2 H1 H1 H1 G3 G1 G1 G2 H2 H1 H1 G2 L H2 H1J H2 H2 C 122' - 0"66' - 0" 62 ' - 0 " 100' - 0"65' - 4" 95 ' - 0 " 30 ' - 0 " 13 ' - 0 " 14' - 8"17' - 0"± 19' - 2"12' - 6" 55' - 6"± 10' - 0"20' - 6" 12 ' - 0 " 8" 6' - 0 " 8" 20 ' - 8 " 8" 20 ' - 0 " 8" 20 ' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0 " 1' - 0" 1' - 0" 1' - 0" 1' - 0" 1' - 0"1' - 0" 1' - 0"25 ' - 6 " ± 6 ' - 2 " 8" 55 ' - 1 0 " 6' - 2 " 8" 28 ' - 0 " G2 65' - 4"8"22' - 8"8"10' - 0"8"6' - 2"21' - 2"8"± 14' - 4"6' - 4" 9' - 6 " ± 1 8 ' - 6 " ± 17' - 0 1/2" 17 ' - 6 " ± 1 4 ' - 2 " 8" 9' - 6 " 14 ' - 6 " ± 1 0 ' - 0 " 27 ' - 2 " 21 ' - 4 " 28 ' - 8 " 200-AS4.01 1 200-AS4.02 1 200-AS4.07 1 200-AS4.05 1 200-AS4.06 4 200-AS4.08 1 200-AS4.03 2 200-AS4.08 2 2 20 0 - A S 3 . 0 6 H2 H2 T T H2 200-AS4.03 1 200-AS4.05 2 200-AS4.07 5 1 F 4 4 4 2 2 15 ' - 0 " 5 5 5 5 7' - 6 " EL. 46.50EL. 46.50 EL. 46.33 @ TRENCH DRAIN (TYP.)EL. 46.50 @ HIGH POINT (TYP.) 20 ' - 0 " 20 ' - 0 " 6 6 7 6 6 6 6 6 6 6 2 3 3 3 10 7 14' - 8"6' - 2" 7 6' - 0 " 7' - 5 " 7 9 8 107 3' - 4 " 5' - 4" 7 10 2 200-AS4.03 5' - 0 " 5' - 0 " 5' - 0 " 10' - 4" 15 ' - 8 " 7' - 6 " 30 ' - 0 " 7' - 6 " 11 12 200-AS4.09 2 FOR CONTINUATION OF PLAN, SEE FURRED WALL LEGEND R1 R2 S 1. 2. 3. 4. GENERAL NOTES: UNLESS SHOWN OR NOTED OTHERWISE, DIMENSIONS TO INTERIOR PARTITION WALLS ARE GIVEN TO CENTERLINE OF STUD. DIMENSIONS TO MASONRY AND PRECAST WALLS ARE GIVEN FROM FACE OF WALL. FOR WALLS DELINEATED WITH SYMBOL, SEE DRAWING FOR WALL TYPE INFORMATION. SEE ROOM FINISH SCHEDULE, PLANS, SPECIFICATIONS FOR TREATMENT OF WALLS, FLOORS, AND CEILINGS NOT CALLED OUT ON DRAWINGS. SEE DRAWING FOR TYPICAL PRECAST CONCRETE WALL PANEL DETAILS. KEY NOTES: PROVIDE BLOCKING FOR EXISTING 18"X24" PLAQUE AND NEW PLAQUE TO BE RELOCATED AT THIS LOCATION. COORDINATE FINAL LOCATION AND MOUNTING HEIGHT WITH OWNER. CONCRETE APRON, GUARD POSTS (TYP.) CONCRETE STOOP (TYP.) TRENCH DRAIN, MASONRY CONTROL JOINT TYPE 2 (MCJ-2) #5@48" VERTICAL REINFORCING FULL HEIGHT CENTERED IN INTERIOR BLOCK WALLS. LAP BARS 1'-8". PROVIDE MATCHING DRILLED ADHESIVE ANCHOR DOWELS AT BOTTOM WITH 5" EMBEDMENT INTO SLAB, EXTEND BARS 6" INTO BOND BEAM AT TOP OF WALL. PROVIDE 1~#5 VERTICAL FULL HEIGHT PLUS DOWELS WITHIN 8" OF EACH SIDE OF MCJ-2s. AT DOOR OPENINGS, CORNERS, AND OTHER WALL OPENINGS, PROVIDE VERTICAL BARS AS DEPICTED ON THE DRAWINGS. PROVIDE MOVEABLE DIVIDER PARTITION PER DETAIL PROVIDE PROJECTOR AND RETRACTABLE SCREEN AS SPECIFIED. PROVIDE 8'-8" HIGH OPENING IN BLOCK WALL. PROVIDE TYPE B-2 LINTEL OVER OPENING. PROVIDE 6" CONCRETE PAD WITH #4@12" E.W. UNDER HVAC UNITS. PROVIDE STUD FRAMED OPENING FOR OWNER PROVIDED PLANT DIAGRAM PANEL. PANEL IS APPROXIMATELY 81" WIDE X 51" HIGH X 4" DEEP (FIELD VERIFY). BOTTOM OF ROUGH OPENING SHALL BE AT 42" A.F.F. INSTALL GYPSUM BOARD ON ALL 4 SIDES OF ROUGH OPENING. PROVIDE 3" X 1/2" WOOD TRIM FRAME ON FACE OF WALL AROUND PANEL. FINISH TO BE SELECTED BY OWNER. 1 X 200-AS5.01 990-AS5.05 2 3 4 5 B 990-AS5.02 K 990-AS5.02 A 990-AS5.02 G 200-AS5.02 6 7 A 200-AS5.10 8 9 10 11 12 A S S O C I A T E S ® SHEETSHEET JOB NO.JOB NO. PROJECT MGR.PROJECT MGR. NO . N O . RE V I S I O N S RE V I S I O N S DA T E : D A T E : C:\Users\hannahf\Documents\00-Ames WPCF SHEETS-4429.009_R24_Hannah.FlemingXMLYH.rvtC:\Users\hannahf\Documents\00-Ames WPCF SHEETS-4429.009_R24_Hannah.FlemingXMLYH.rvt 9/9/2024 9:25:52 AM9/9/2024 9:25:52 AM 4429.0094429.009 200-AS1.04200-AS1.04 AM E S , I O W A AM E S , I O W A 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 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 AR C H I T E C T U R A L / S T R U C T U R A L AR C H I T E C T U R A L / S T R U C T U R A L AD M I N I S T R A T I O N B U I L D I N G AD M I N I S T R A T I O N B U I L D I N G 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 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 FI R S T F L O O R W A L L T Y P E A N D D I M E N S I O N P L A N FI R S T F L O O R W A L L T Y P E A N D D I M E N S I O N P L A N TRAVIS ANDERSONTRAVIS ANDERSON 186186 FIRST FLOOR WALL TYPE AND DIMENSION PLAN 0 2'4'8'16' SCALE: 1/8" = 1'-0" N 11 IS S U E D F O R C O N S T R U C T I O N IS S U E D F O R C O N S T R U C T I O N 09 / 0 9 / 2 4 09 / 0 9 / 2 4 43 1/27/2026 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #054 – RTU-8 PLC Upgrade Dear Travis Anderson: Per the conference call between Strand, Woodruff and Automatic Systems on 1/20/2026, we are proposing the following: • Upgrade RTU-8 by removing existing PLC and I/O cards and replace with CompactLogix PLC and I/O cards to support added equipment in UV Building. Our total price to perform the subject changed work is $19,200.85. 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 2/6/2026. 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 44 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 54 Price Breakdown RTU-8 PLC UPGRADEDescription: Per the meeting between Strand, Woodruff and Automatic Systems on 1/20/26: Upgrade RTU-8 by removing existing PLC and I/O cards and replace with CompactLogix PLC and I/O cards to support added equipment in UV Building. Description PriceQuantity Unit Unit Price RTU-8 PLC UPGRADE 1.00 LS $17,861.26 $17,861.26 17,861.26Subtotal:0.00 0.00 0.00 0.00 17,861.26 0.00 $446.532.50%$17,861.26Bonds & Insurance $893.065.00%$17,861.26OH&P - Subontractors Total:$19,200.85 45 46 47 48 49