Loading...
Southwest Arterial_North Cascade Road Bridge Constructon ProjectMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Southwest Arterial Project North Cascade Road Bridge Construction Project Iowa DOT Project No. HDP -2100 (661)- -71 -31 DATE: January 28, 2011 Sealed bids were received for the Southwest Arterial /North Cascade Road Bridge Construction Project (Phase 11 of the Southwest Arterial Project). City Engineer Gus Psihoyos recommends award of the contract to the low bidder, Minnowa Construction, Inc., in the amount of $1,408,542.50, subject to Iowa Department of Transportation approval of the award. This amount is 9.7% below the estimate of probable cost. I concur with the recommendation and respectfully request Mayor and City Council approval. MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer Mic ael C. Van Milligen Dubuque All- AmedcaCity 11111 2007 Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manage FROM: Gus Psihoyos, City Engineer SUBJECT: Southwest Arterial Project North Cascade Road Bridge Construction Project Iowa DOT Project No. HDP -2100 (661)- -71 -31 DATE: January 26, 2011 Dubuque bfrd All- America CAy 1 2007 INTRODUCTION The enclosed resolution authorizes the award of the North Cascade Road Bridge Construction Project (Phase II of the Southwest Arterial project), Iowa DOT Project No. HDP -2100 (661)-- 71 -31. BACKGROUND The preliminary engineering design phase was completed in March, 2008 and the Southwest Arterial project is now proceeding with the final engineering design phase, right - of -way property acquisition and archaeological and cultural resource phase III mitigation work. Additionally, the City is evaluating construction phasing alternatives for completing components of the project with currently available federal, state and local funding. To maximize available funding, the City is preparing to move forward with several side road construction projects that would allow for Southwest Arterial improvements to be made that would provide immediate public benefit and would provide significant efficiencies and cost savings on the future grading and paving of the four -lane Southwest Arterial corridor between Highway 151/61 to Highway 20. On August 16, 2010, the City Council approved the award of the North Cascade Road Reconstruction Project (Phase I of the Southwest Arterial) to C.J. Moyna & Sons, Inc. of Elkader, Iowa, in the amount of $1,591,521.32. This phase of construction provides for the reconstruction (grading & paving) and realignment of North Cascade Road from about 0.6 miles south of the Storybook Hill Children's Zoo to 0.1 miles north of the zoo. The stage grading (bridge abutments) was completed in November which will allow the new bridge construction to begin in April 2011. Following the completion of the bridge work, stage II grading & paving will resume and is anticipated to be completed by early fall of 2011. Other side road construction projects that are currently in the design stages are the English Mill Road reconstruction and the Military Road reconstruction projects. Both the English Mill and Military Road reconstruction projects will include the construction of new bridges which will allow the future Southwest Arterial to cross under each of those side roads. DISCUSSION The realigned section of North Cascade Road will have a new bridge constructed which will allow the future Southwest Arterial to cross under North Cascade Road. The new bridge project will provide for the construction of a 272 ft. x 44 ft. pre- tensioned, pre- stressed concrete beam bridge which will include a 10 -foot wide paved shoulder that would accommodate bicycle and pedestrian use. The new bridge will also include architectural enhancement treatments that will include native Dubuque limestone textured piers, pier caps, abutment walls and barrier rails. The bridge will also have architectural piers that extend above the bridge deck, along with decorative LED roadway lighting and decorative bridge railing. Once the North Cascade Road, English Mill and Military Road projects are completed and construction of the Southwest Arterial begins, citizens and vehicular traffic using those side roads will not be impacted while construction work occurs under each of those side roads. BID RESULTS Sealed bids were received on the project by the Iowa Department of Transportation (Iowa DOT) on January 19, 2011. Minnowa Construction, Inc. of Harmony, MN submitted the low bid in the amount of $1,408,542.50. This amount is 9.7% below the estimate of probable cost. A summary of the bid proposals received is as follows: Contractor Name Minnowa Construction, Inc. Taylor Construction, Inc. Iowa Bridge & Culvert Jim Schroeder Construction, Inc. RECOMMENDATION I recommend that the contract for the North Cascade Bridge Construction Project (Iowa DOT Project No. HDP -2100 (661)-- 71 -31) be awarded to Minnowa Construction, Inc. of Harmony, MN, in the amount of $1,408,542.50, subject to Iowa DOT approval of award. BUDGET IMPACT Total Bid $ 1,408,542.50 $ 1,492,769.75 $ 1, 610, 842.82 $ 1,870,893.18 The summary of project costs is as follows for the North Cascade Road Bridge Construction Project is as follows: Description Bid Construction Contract $ 1,560,000 Contingency 156,000 Contract Administration / Construction Engineering 171,600 Total Project Cost $ 1,887,600 Award $1,408,542.50 156,000.00 171,600.00 $1,736,142.50 The project funding summary is as follows: CIP Fundinq Source Amount 3001287 Federal SAFETEA -LU Funding (80 %) $ 317,287.60 3001287 Omnibus 2009 Appropriations Act (100 %) 950,000.00 3001287 THUD 2010 Appropriations (100 %) 389,533.00 3001287 Local Funding (20 %) 79,321.90 Total Project Funding $1,736,142.50 ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolution awarding the North Cascade Road Bridge Construction Project (Iowa DOT Project No. HDP -2100 (661) - -71- 31) to Minnowa Construction, Inc. in the amount of $1,408,542.50, subject to Iowa DOT approval of award. Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Kent Ellis, Iowa DOT RESOLUTION NO. 42 -11 APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE NORTH CASCADE ROAD BRIDGE CONSTRUCTION PROJECT (PHASE II OF THE SOUTHWEST ARTERIAL) IOWA DOT PROJECT NO. HDP- 2100(661)- -71 -31 That the proposed plans, specifications, form of contract and estimated cost for the North Cascade Road Bridge Construction Project (Phase II of the Southwest Arterial), Iowa DOT Project No. HDP -2100 (661)-- 71 -31, in the estimated amount $1,887,600, are hereby approved. Passed, adopted and approved this 7th . day of February 2011. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. 43 -11AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE NORTH CASCADE ROAD BRIDGE CONSTRUCTION PROJECT (PHASE II OF THE SOUTHWEST ARTERIAL) IOWA DOT PROJECT NO. HDP -2100 (661)- -71 -31 Whereas, said sealed proposals were opened and read by the Iowa Department of Transportation on the 19th day of January, 2011 and it has been determined that Minnowa Construction, Inc. of Harmony, MN, with a bid in the amount of $1,408,542.50 is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a Public Improvement Contract for the Project is hereby awarded to Minnowa Construction, Inc., subject to the concurrence by Iowa Department of Transportation (Iowa DOT), and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. Passed, approved and adopted this 7th day of Februar , 2011. PZ Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk Bid Order: 007 Contract ID: 31- 2100 -661 Letting Date: 110119 10:00 A.M. Letting Status: AWARD RECOMMENDED to MINNOWA CONSTR., INC. Contract Period: 85 WORK DAYS Late Start Date: 04/04/11 Project: HDP- 2100(661)- -71 -31 Work Type: BRIDGE NEW - PPCB County: DUBUQUE Prj Awd Amt: $1,408,542.50 Route: NORTH CASCADE ROAD Location: OVER SW ARTERIAL IOWA DEPARTMENT OF TRANSPORTATION Run Date: 01/27/11 VENDOR RANKING Page: 007 1 MINNOWA CONSTRUCTION, INC. GFE to DBE responsiveness: Bid Winner - Met the established DBE Goal Primary County: DUBUQUE Established DBE Goal: 2.50 % TOTAL % OVER RANK VENDOR NO. /NAME BID LOW BID 1 MI900 MINNOWA CONSTRUCTION,INC. $ 1,408,542.50 100.00 2 TA060 TAYLOR CONSTRUCTION, INC. $ 1,492,769.75 105.97 3 IO081 IOWA BRIDGE & CULVERT, L.C. $ 1,610,842.82 114.36 4 SC320 JIM SCHROEDER CONSTRUCTION, INC. $ 1,870,893.18 132.82 % Bid Order: 007 Letting Date: 01/19/11 10:00 A.M. I( 1 ) MI900 IMINNOWA CONSTR., INC. LINE NO / ITEM CODE / ALT ITEM DESCRIPTION QUANTITY I UNIT PRICE IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31- 2100 -661 SECTION 0001 ITEMS FOR A 272' -0 X 44' -0 PRETENSIONED PRESTRESSED CONCRETE BEAM BRIDGE 0010 2402- 2720000 496.000 CY EXCAVATION, CLASS 20 0020 2402 - 2722000 410.000 CY EXCAVATION, CLASS 22 0030 2403 - 0100010 1070.400 CY STRUCTURAL CONCRETE (BRIDGE) 0040 2404- 7775000 40126.000 LB REINFORCING STEEL 0050 2404- 7775005 141773.000 LB REINFORCING STEEL, EPDXY COATED 0060 2407- 0564320 6.000 EACH BEAMS, PRETENSIONED PRESTRESSED CONCRETE, BTE120 0070 2407- 0564350 6.000 EACH BEAMS, PRETENSIONED PRESTRESSED CONCRETE, BTE150 0080 2408 - 7800000 17431.000 LB STRUCTURAL STEEL 0090 2413- 1200000 49.200 LF STEEL EXTRUSION JOINT WITH NEOPRENE 0100 2413- 1200100 49.200 LF NEOPRENE GLAND INSTALLATION AND TESTING 0110 2414 - 6424119 639.200 LF CONCRETE BARRIER RAILING, AESTHETIC 0120 2501 - 0201057 1840.000 LF PILES, STEEL, HP 10 X 57 0130 2501- 8400172 LUMP TEMPORARY SHORING 0140 2533 - 4980005 LUMP MOBILIZATION 0150 2599 - 9999009 1966.000 LF ('LINEAR FEET' ITEM) 2 INCH PVC CONDUIT 0160 2599 - 9999010 LUMP ('LUMP SUM' ITEM) CAST STONE 0170 2601- 2638610 761.000 SY CONCRETE SLOPE PROTECTION SECTION TOTALS CONTRACT TOTALS 40.00000 100.00000 425.00000 1.00000 1.00000 24000.00000 31000.00000 2.50000 165.00000 35.00000 105.00000 32.00000 18000.00000 50000.00000 30.00000 6000.00000 90.00000 $ 1,408,542.50! I( 2 ) TA060 I( 3 ) IO081 ITAYLOR CONSTRUCTION, INC. IIOWA BRIDGE & CULVERT, L.C. I I AMOUNT' UNIT PRICE AMOUNT I UNIT PRICE 19840.00 41000.00 454920.00 40126.00 141773.00 144000.00 186000.00 43577.50 8118.00 1722.00 67116.00 58880.00 18000.00 50000.00 58980.00 6000.00 68490.00 1,408,542.50 50.00000 50.00000 475.00000 0.90000 0.95000 22000.00000 30000.00000 3.00000 200.00000 35.00000 100.00000 35.00000 93000.00000 74000.00000 7.00000 11000.00000 95.00000 24800.00 20500.00 508440.00 36113.40 134684.35 132000.00 180000.00 52293.00 9840.00 1722.00 63920.00 64400.00 93000.00 74000.00 13762.00 11000.00 72295.00 $ 1,492,769.75 $ 1,492,769.75 Primary County: DUBUQUE 35.00000 150.00000 495.00000 1.00000 0.84000 25000.00000 32000.00000 2.50000 150.00000 30.00000 105.00000 41.00000 78000.00000 140000.00000 10.00000 15000.00000 70.00000 Run Date: 01/27/11 Page: 007 2 AMOUNT 17360.00 61500.00 529848.00 40126.00 119089.32 150000.00 192000.00 43577.50 7380.00 1476.00 67116.00 75440.00 78000.00 140000.00 19660.00 15000.00 53270.00 1, 610, 842.82 $ 1,610,842.82 Bid Order: 007 Letting Date: 01/19/11 10:00 A.M. 0010 2402 - 2720000 496.000 CY EXCAVATION, CLASS 20 0020 2402- 2722000 410.000 CY EXCAVATION, CLASS 22 0030 2403- 0100010 1070.400 CY STRUCTURAL CONCRETE (BRIDGE) 0040 2404- 7775000 40126.000 LB REINFORCING STEEL 0050 2404 - 7775005 141773.000 LB REINFORCING STEEL, EPDXY COATED 0060 2407- 0564320 6.000 EACH BEAMS, PRETENSIONED PRESTRESSED CONCRETE, BTE120 0070 2407- 0564350 6.000 EACH BEAMS, PRETENSIONED PRESTRESSED CONCRETE, BTE150 0080 2408 - 7800000 17431.000 LB STRUCTURAL STEEL 0090 2413 - 1200000 49.200 LF STEEL EXTRUSION JOINT WITH NEOPRENE 0100 2413- 1200100 49.200 LF NEOPRENE GLAND INSTALLATION AND TESTING 0110 2414- 6424119 639.200 LF CONCRETE BARRIER RAILING, AESTHETIC 0120 2501 - 0201057 1840.000 LF PILES, STEEL, HP 10 X 57 0130 2501- 8400172 LUMP TEMPORARY SHORING 0140 2533 - 4980005 LUMP MOBILIZATION 0150 2599 - 9999009 1966.000 LF ('LINEAR FEET' ITEM) 2 INCH PVC CONDUIT 0160 2599- 9999010 LUMP ('LUMP SUM' ITEM) CAST STONE 0170 2601- 2638610 761.000 SY CONCRETE SLOPE PROTECTION SECTION TOTALS CONTRACT TOTALS IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31- 2100 -661 Primary County: DUBUQUE 1( 4 ) SC320 I( ) I( ) !SCHROEDER, JIM CONSTRUCTION, 1 35.00000 17360.00 125.00000 51250.00 700.00000 749280.00 0.79000 31699.54 0.87000 123342.51 27000.00000 162000.00 35000.00000 210000.00 3.03000 52815.93 130.00000 6396.00 25.00000 1230.00 103.50000 66157.20 42.00000 77280.00 35000.00000 35000.00 180000.00000 180000.00 12.00000 23592.00 15000.00000 15000.00 1 90.00000 68490.00 $ 1,870,893.18 $ 1 $ + + $ 1,870,893.181 $ 1 $ Run Date: 01/27/11 Page: 007 3 LINE NO / ITEM CODE / ALT I I ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT I UNIT PRICE AMOUNT I UNIT PRICE AMOUNT + + + SECTION 0001 ITEMS FOR A 272' -0 X 44' -0 PRETENSIONED PRESTRESSED CONCRETE BEAM BRIDGE y - Fiza..it J -PiNet\k.LE.t.1 Cors-TrecLc tk1D Fr.01 (A(3104 E6 -45 -6 Control Room 4503 — s ; / Lie I-1s 0 1 H 1 7.)coi i , J CL 3a Building Excellence" TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 SUBCONTRACTOR Breuer Metal Craftsmen, Inc. Doors Inc Davenport Miron Construction Co., Inc Monona Masonry Inc Pospisil Painting Inc CHANGE ORDER REQUEST Cummins NPower, LLC Performance Bond TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: AN=ON CONSTRUCTION CO., INC;. 3uilding Excellence FAX: 608 -251 -8655 PHONE: 608 -251 -4843 Phone: 920 /969 -7000 Fax: 920/969 -7399 JOB #:103400 MOD #: 0001 -01 DATED: 9/17/10 DESCRIPTION OF MODIFICATION: Revised cost associated with Cost Proposal Request #001 dated 7/22/10 for clarification to Cummins Design Build equipment alternative. REQUESTED BY: Strand Associates Inc DATE: AMOUNT $300.00 $2,358.00 $2,531.24 $1,089.00 $200.00 Subtotal $6,478.24 ( $117,114.00) Subtotal ( $110,635.76) ( $1,659.54) ( $112,295.30) ( $112,295.00) Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost S edul Impact Miron Representative Date 9/17/10 Jo an Daniels Owner Representative Date Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 www.miron - construction. corn p Building Excellencd" CHANGE ORDER REQUEST Mr Glenn W. Tranowski, P.E. Page# 2 Copy: File / dmf Jobsite THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN \A RONl CONSTRUCTION CO)., INC Building Excellence JOB #:103400 MOD #: 0001 -01 DATED: 9/17/10 Pa I Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969 -7000 Fax: 920/969 -7399 www.miron- construction. corn l ' -- r -- � 7 -- AfiVO N®cv- ;<<, 6c Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 16- Sep -10 Project No. 103400' Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 001 -01 • Description of Modification: CPR -001 Items Included In this proposal: 001 -01, 001 -02, 001 -03, 001 -04 Item 001 -01 Cummins - Material J_ boo § (117,114.00) 1.0 Deduct for Generator and Components6 4R $ - Contract $ $ 1.0 No Change Item 001-02 loon Construction Co.. Inc Material Labor 1.0 Demo Masonry $ - $ 993.60 2 Laborers 1 Day (Toothing) 2.0 Add 1 Door Leif and Hardware $ - $ 149.68 2 Carpenters 0.5 Hour Door, 1 Carpenter 1 Hours Mr Hardware 3.0 Move Fire Extinguisher $ - $ 149.68 1 Carpenter 2 Hours - Remove and Reinstall 4.0 Misc. Materials $ 150.00 $ 1.0 Prep, Prime, and Paint Door Leif $ 25.00 $ 97.50 One Painter 1.5 Hours 2.0 Paint Steel Lintel One Painter 1 Hour $ 12.50 $ 65.00 Monona Masonry 1.0 Install New Lintel & Grout and Tooth in New Door ; °* $ 250.00 $ 039.00 Doors Inc, 1.0 Deduct Original Door & hardware 4503B $ (810.00) $ - 2.0 Add New Door & Hardware 41038 $ 3,160.00 $ - Breuer Metal Craftsman $ 300.00 $ - 1.0 Add Primed Steel Lintel Contract Timm $ $ 1.0 No Change Item 001 -03 /limn Construcilon Co.. One 1.0 Additional Concrete @ Equipment Pad $ 225.00 $ 863.28 Form, Dowel, Pour, Finish, Slrlp -1 Carpenter, 1 Laborer, 1 Finisher 1/2 Day 1/4 CY Concrete Material & Misc. Contract Times $ $ 1.0 No Change Item 0001 -04 Cummins - 1.0 See Item 001.01 Cummins total, which includes Item 001 -04 $ $ Contract Times $ $ 1.0 No Change # a Note: Generator modifications were described in ilems: 1 and 4. Cummins did not break out the auote Der each Hem so It is shown only in item 001 -01. 5 Note: Mason selling door frame. Subtotal: $ (113,793.50) $ 3,157.74 Bond & Insurance @1.5 ° ,b: $ (1,059.54) TOTAL - CPR 001 -01: $(112,295.30) 3a Directive No.: 03 Contract: 1 -2010 Owner: City of Dubuque By: GWT Contractor: Miron Construction Co., Inc. Date: 9/8/10 Description of Work Deduction Addition Provide Special high pressure documents. specified the PRE Protecto Protecto Notes: - • all buried ductile iron pipe per Table A instead of the Thickness Class 53. The W piping containing potable water City main shall remain as originally specified in the Provide all ductile iron pipe and fittings lined as except for the PRE piping and fittings identified in Table B. piping and fittings identified below with 40 mil dry film thickness 401 ceramic epoxy lining instead of cement mortar lining. 401 ceramic epoxy per manufacturer's recommendations. Table A specified from the contract originally Provide Install - 250. 200. $45,175.54 Pipe Size (Inches) Special Thickness Class Pressure Class 3to12 53 • 14 50 16 50 18 50 20 . 250 24 200 . 30 200 36 150/250 42 150/200 60 200 a.) 36 -inch PRE from structure 35 to structure 37 shall be class b.) 42 -inch PRE from structure 28 to structure 37 shall be class • ' Pipe Size Pipe Location 36 -inch PRE From Primary Clarifier No. 1 to Primary Clarifier No. 2 36 -inch PRE From Primary Clarifier No. 3 to Primary Clarifier No. 4 36 -inch PRE From Primary Clarifier No. 4 to No. 4 Junction Box 42 -inch PRE From Primary Clarifier No. 2 to Primary Effluent Splitter Box 42 -inch PRE From Primary Clarifier. No. 4 to Primary Effluent Splitter Box Total $45,175.54 Sa StRAN ASSOCIATES, INC.' ENGINEERS Work Change Directive Initials \S:\MAD \1100 -- 1199 \7154 \0231Wrd Work Change Dlrectives\Directive No 03.docx Remarks: The Description of Work was originally described in CPR No, 2 item 002 -02 issued on July 27, 2010. • Change in Contract Price by: ❑ Supplemental Unit Price ❑ Unit Price Lump Sum & Requested by: Strand Associates, Inc. 7/27/10 Date Recommended by: .. 9/9/10 ( gineer) Date Accepted by: — • 'q/9 /./e) (Contractor --- .. ----) Date Approved by: � (Owner) I .� q (~ 1 Z W -�--N, Date sa STRAND ap3OCIATEB. INCC ENOINEER9 Work Change Directive 3b - -THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER -- InItlalslS:IMAD \1100 -- 1199 \1 1 5 410 2 31Wrd \Work Change DfreclIvos \Dlreclive No 03.docx Pipe Size (Inches) Special Thickness Class Pressure Class 3 to 12 53 14 50 16 - 50 18 50 20 250 24 200 30 200 36 150/250 42 1501200 60 200 No. 002 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution Jonathan Daniels, Josh Michalkiewicz Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Initials \S:\MAD \I100 -- 1199 \I154 \023 \\Vrd \Cost Proposal Requests \CPR.02.docx COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 July 27, 2010 Miron Construction Co., Inc. Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. Please submit an itemized quotation for changes in the Contract Price and /or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. 002 -01 Prepare a credit to provide ductile iron pipe per the following table instead of the specified Special Thickness Class 53 for all buried ductile iron pipe. The W piping containing potable water from the high pressure City main and pipe lining shall remain as originally specified in the contract documents. Notes: a.) 36 -inch PRE from structure 35 to structure 37 shall be class 250. b.) 42 -inch PRE from structure 28 to structure 37 shall be class 200. SI STRAND ASSOCIATES, INC. F N N I N F r. is S Pipe Size Pipe Location 36 -inch PRE From Primary Clarifier No. 1 to Primary Clarifier No. 2 36 -inch PRE From Primary Clarifier No. 3 to Primary Clarifier No. 4 36 -inch PRE From Primary Clarifier No. 4 to No. 4 Junction Box 42 -inch PRE From Primary Clarifier No. 2 to Primary Effluent Splitter Box 42 -inch PRE From Primary Clarifier No. 4 to Primary Effluent Splitter Box COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 2 July 27, 2010 002 -02 Prepare a credit to provide all buried ductile iron pipe per the table in item 002 -01 above. The W piping containing potable water from the high pressure City main shall remain as originally specified in the contract documents. Provide all ductile iron pipe and fittings lined as originally specified except for the PRE piping and fittings identified in the following table. Provide the PRE piping and fittings identified below with 40 mil dry film thickness Protecto 401 ceramic epoxy lining instead of cement mortar lining. Install Protecto 401 ceramic epoxy per manufacturer's recommendations. 002 -03 prep -re-se , r , �it-t�p T 7 i . -4e , d &tiie ire'i} - the -table n`Itein 0,92-0-1-instead-of the-843 ��`t �i't.�i u Yxj'i�TJ°f `ir�.rlr Uurieci- .tductil —iron 1 e v � ii�e: p �iirig �i�if`cuirii"rt - pOt bi `v3`atei-fr n tHhc higirpiesatie - x ty na1Trthe P'tCE tpIlTg v2; -acrd tht pig ii n 'rr ll rei.aairr asu >ally eciffe rf the !`n. trn t do. a. __ is Lr..� -.°ry 1�1-cY'u�Cav �G`UL LLI�.f�rJ . Initials \S:\MAD \I I00--1199 \1 1541023 \Wrcl \Cost Proposal Requests \CPR.02.docx STRAND ASSOCIATES, INC. P N G I N F F F I S RE: Building Excellences" TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910. W Wingra Dr Madison WI 53715 Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 CHANGE ORDER REQUEST DESCRIPTION OF MODIFICATION: Credit to provide ductile iron pipe instead of specified Special Thickness Class 53 for all buried ductile iron pipe, per Cost Proposal Request #02 dated 7/27/10. REQUESTED BY: Strand Associates Inc DATE: 7/27/10 SUBCONTRACTOR AMOUNT JF Ahern Company. ( $45,175.54) Subtotal ( $45,175.54) TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Sch dul Impact Miron Representative Date 9/09/10 Jonat . n_Dan.iel s \IIRON CONSTRUCTION CO., INC. Building Excellence FAX: 608 -251 -8655 PHONE: 608 -251 -4843 ( $45,175.54) ( $45,176.00) Owner Representative ._ ...._.... Date- THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Copy: File / dmf Jobsite Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969 -7000 Fax: 920/969 -7399 JOB #:103400 MOD #: 0002 -00 DATED: 9/09/10 www. miron- construction. corn 3b ,F -, , ®QQllil & 110E00 Project Owner City of Dubuque Computed by JCD •Project Dubuque WPCP Date 9- Sep -10 No. 103400 Verified by Title Cost Proposal Request Documentation Date �. ;- ' \`> ' Page 1 of 1 Revision 0 Modification Quote Number: • 002 - Description of Modification: CPR -00 Items included in this proposal: Ahern 002 -01 pipe to Class 50 1.211 Labor 1.0 Credit to change 18" Class 53 RAS System $ (5,337.00) $ - Alternate 6 2.0 Credit to change 20" Class 53 pipe to Class 250 $ (1,888.64) $ - EF System 3.0 Credit to change 24" Class 53 pipe to Class 200 $ (960.00) $ - RAS System 4.0 Credit to change 30" Class 53 pipe to Class 200 $ (3,074.00) $ - Site PRE System 5.0 Credit to change 36" Class 53 pipe to Class 150 $ (4,722.00) $ - Site PRE System • $ (15,246.00) $ - EF System $ (2,772.00) $ - ML System 6.0 Credit to change 36" Class 53 pipe to Class 250 $ (4,158.00) $ - PRE from 35 to 37 7.0 Credit to change 42" Class 53 pipe to Class 200 $ (972.60) $ - PRE from 28 to 37 $ (40,976.00) Subtotal Item 002 - 01: $ (80,106.24) $ - Ahern 002 -02 In 36" water piping 1.0 Deduct concrete lining system PRE System $ (25,461.18) $ - 2.0 Add ceramic epoxy lining system in 36" water piping PRE System 3.0 Deduct concrete lining system in 42" water piping $ 40,193.10 $ - PRE System $ (53,883.44) $ - 4.0 Add ceramic epoxy lining system in 42" water piping PRE System $ 74,082.22 $ - 5.0 Subtotal Item 002 -01 Deduct $ (80,106.24) $ - Subtotal Item 002 - 02: $ (45,175.54) $ - Ahern 002-03 pipe to Class 50 — 1.0 Credit to Class 53 RAS System $ (5,337.00) $ Alternate 6 2.0 Credit to change 20" Class 53 pipe to Class 250 $ (1,888.64) $ - EF System 3.0 Credit to change 24" Class 53 pipe to Class 200 $ (960.00) $ - RAS System 4.0 Credit to change 36" Class 53 pipe to Class 150 $ (3,074.00) $ - EF System $ (2,772.00) $ - ML System $ (4,158.00) $ - Subtotal Item 002 - 03: $ (18,189.64) $ - Contract Times 1.0 No change in contract times * ** Note: Please note items 002 -01, 002 -02, 002 -03 are not able to compound LI 3b Owner City of Dubuque Computed by 3CD Project Dubuque WPCP Date 9- Sep -10 Project No 103400 Verified by � '�. Iligll 1 . \ ` MOO / , . �-- y Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 All pricing is shown so a choice can be made as to which item should be included on the finalized CPR pricing. TOTAL - CPR 002 -00: TBD Based Upon Selection of 1 of 3 Subtotals 3b Directive No.: 02 Contract: 1 -2010 Owner: City of Dubuque By: GWT Contractor: Miron Construction Co., Inc. Date: 9/2/10 Description of Work Cost Deduction Cost Addition Accept Miron Project Website instead of Submittal Exchange. The Miron Project Website will be used to electronically transmit shop drawings. $10,000 Total $10,000 Remarks: Change in Contract Price by: ❑ Supplemental Unit Price ❑ Unit Price I Lump Sum Requested by: Miron Construction Co., Inc. 7/15/10 Date Recommended by: 9/2/10 Date ( ngineer) Accepted by: _ - ` gp //c Date (Contrac . Approved by: Date (Owner) Sa ST ASJC9CI, INC. E mr4INFlo Fl Work Change Directive - -THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER -- Initials \5\ MAD \1 1 0 0-- 1 1 00111 5 41023 \WrdMork Change Directives\ Directive No 02.docx Building Excellence" TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 NIIRON CONS I - RUCTION CO., INC. Building Excellence CHANGE ORDER REQUEST Jon an Daniels FAX: 608 -251 -8655 PHONE: 608 - 251 -4843 Phone: 920/969 -7000 Fax: 920/969 -7399 JOB #:103400 MOD #: 0005 -00 DATED: 9/02/10 DESCRIPTION OF MODIFICATION: Cost to accept Miron project website instead of Submittal Exchange, per Work Change Directive 02 dated 9/2/10. • REQUESTED BY: Strand Associates Inc DATE: 9/02/10 AMOUNT SUBCONTRACTOR Miron Construction Co., Inc ( $10,000.00) TOTAL AMOUNT OF THIS MODIFICATION: ( $10,000.00) CHANGE ORDER AMOUNT REQUESTED: ( $10,000.00) Contractor is (not) to proceed with the*work as noted above. The contract with the Owner is adjusted as follows: Approved Cost Schedule Impact Miron Representative Date 9/02/10 Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Copy: File / dmf Jobsite Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 www.miron- consfrucfion.com Directive No.: 06 Contract: 1 -2010 Owner: City of Dubuque By: GWT Contractor: Miron Construction Co., Inc. Date: 10/4/10 Description of Work Cost Deduction Cost Addition 1. Provide overhead door sill / concrete apron per attached drawing 99- AS5.02. 2. Provide Insulation on the exterior digester tank waifs per Cost Proposal Request item 003 -01 issued 8/4/10, 3. Provide insulation on parapet walls of Maintenance Building per Cost Proposal Request item 003 -04 issued 8/4/10 4. Provide buried ductile iron potable water piping as Special Thickness Class 62 per Cost Proposal Request item 004 -01 issued on 9/3/10. $0 $0 $26,473.23 $463.23 $6,084.00 Total $0 $33,020.00 Remarks: This Work Change Directive shall result In no change to project duration and is not subject to negotiation. • • Change in Contract Price by: Lump Sum ❑ Supplemental Unit Price ❑ Unit Price Requested by: Strand Associates, Inc. 10/4/10 Date Recommended by: X ! �71uv 10/4/10 , (Engineer) Date V13P0 Accepted by: (Contr OP .�� Date Approved by: f % // `/ — � // - � Owne Date lA8B oIAt s,ING . nl•glNe - -THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER -- Inilials \S:1MAD \1100• 11091115410231Wrd1Work Change Direclives\Directive No 00.docx Work Change Directive [3d, 3e, 3f, 3h E a x c M . z 0 W N 6" COMPACTED GRANULAR MAT STAINLESS STEEL ESCUTCHEON EACH FACE LENGTH AND WIDTH AS REQUIRED A ) ENGINE BASE 99- AS5.02 NO SCALE #5012" EW CONCRETE APRON i i CHAMFER (TYPICAL) V -0" — SLOPE 1 4" FT #5012" DOWELS 1/2" EXPANSION MATERIAL, HOLD DOWN 1/2" AND CAULK, ALL AROUND (TYPICAL) #6012" (TYPICAL) #6012" (TYPICAL) K ) MASONRY SLEEVE 99— A55.02 NO SCALE BACKER ROD AND CAULK PACKED FIBERGLASS INSULATION CAULK ALL AROUND (TYPICAL) STEEL PIPE 2" LARGER THAN 0.D. OF SERVICE PIPE 3/4 "x1" BENTONITE WATERSTOP ALL AROUND PROVIDE ADDITIONAL REINFORCING PER () NO CONCRETE— STRUCTURE JOINT 99- AS 5.02 SCALE OVERHEAD +OOR 3 "x 3" 1/4" 4 W/ /8" STUDS 18" OC RIGID INSULATION (TYPE B) 3' -0" F l OVERHEAD DOOR SILL / CONZRETE APRON ( 99- AS5.02 )N0 SCALE ER {rovide 2 -inch Rigid 4"x4 "x1/4 "x4" LONG ANGLE 0 4' -0" O.C. EACH SIDE OF WALL, FASTEN TO PRECAST ROOF PLANK ONLY WITH 1/2" DIA. EXP. BOLT (TYP.) CAULK (TYP.) 1/2" EXP. MAT'L AND CAULK BOTH SIDES, PROVIDE FIREPROOFING AT FIRE RATED WALLS #4x1' -0" 0 48" O.C. RESIN ANCHOR DOWELS, EMBED 4" INTO FLOOR, GROUT CORE FULL AT DOWEL. STRUCTURE WALL PRECAST PIPE THIMBLE CAST INTEGRALLY INTO WALL (SEE NOTE) NEW OR EXISTING PIPE NOTE: CAST BELL OR SPIGOT END INTO WALL DEPENDING ON DIRECTION OF PIPE LAY 'Prov Rigid Insulation (Type � r„rQ B) instead of • #4 DOWELS 0 12" O.C. ALL AROUND 3' -0" J o 00004 2' -0" INTERIOR BUILDING FLOOR PRECAST CONCRETE PLANK INTERIOR NON- BEARING MASONRY WALL 3 - #5 CONTINUOUS L ) INTERIOR NON— BEARING WALL 99- AS5.02 NO SCALE File: S: \MAD \1100 -- 1199 \1154 \008 \Acad \Strand Drawings \99- AS5.02.dwg Time: Apr 09, 2010 - 9:30am 3' -0" ADD'L REINFORCING, MATCH TYPICAL FOOTING REINFORCING FOOTING STEP NOTES 1. SEE PLAN FOR FOOTING STEP DIMENSIONS AND TYPICAL WALL AND FOOTING REINFORCING. 2 STEPPED FOOTING TO BE POURED MONOLITHICALLY. 3. MULTIPLE STEP SHOWN - SINGLE STEP SIMILAR. • 4. A= 2' -0" MAXIMUM UNLESS NOTED. 6= 2' -0" MINIMUM UNLESS NOTED. 3 G ) FOOTING STEP 99 - A55. NO SCALE 145 TOP AND BOTTOM ALL AROUND DOWELED TO FOUNDATION WALL SLOPE 1 /` " /FT/ m 1.1— fs9 w m smiTtap1 i rk 1 0 O FREE D ., GRANU COMPACT NING ED FILL SEE PLAN FIBROUS 99 AS5 REINFORCEMENT c 02 NO SC CONALE CRETE STOOP 4, #5 ADD'L (2 EF) ulation (Type B) as specified. RCP HYDROPHIUC WATERSTOP CONCRETE MECHANICAL ENCASEMENT -1 MEAL 4' -0" MIN 2" MIN CL (T(P.) #5012" O.C. MATCH FOOTING 99A55 THICKNESS M 02 -RCP —DIP CONNECTION o 24' /2" exp mat MASONRY NOT SHOWN. SEE PLAN DOOR THRESHOLD 1" RIGID INSULATION (TYPE B) 3 SIDES 1/2" EXP. MATERIAL IN BOTTOM LAP 3' -0" SIDE OF j4 HOOPS 0 12" O.C. (1YP. OF 4) _21.4 DI PIPE rial EXIST. CONCRETE WALL PIPE ENCASEMENT 99- AS5.02 NO SCALE 1/2" EXP. MATERIAL IN BOTTOM AND 3 SIDES H ) INTERIOR DOOR SECTION 99_ IA-s15.02 NO SCALE EXIST. WALL PIPE 0 DOOR THRESHOLD 2 - #5 LAP 3' -0" EITHER SIDE OF DOOR NON- SHRINK 1 "x1 "x1" STEEL GROUT 90R WEL OF W 0 PI E ALL P VJ. 0 V 13 — i v ° v v ° 1. EXIST. BENTONITE WATERSTOP WATERSTOP WATERSTOP (1� ) (TYP.) N ' WALL PIPE CLOSURE 99- AS5.02 NO SCALE CONCRETE FOOTING CONCRETE PIER TOP OF PIER ELEV. - — — — - TP 100' -0" COLUMN GRID MARK COLUMN FOOTING MARK (SEE FOOTING SCHED.) TOP OF COLUMN FOOTING ELEV CONCRETE WALL & FOOTING TOP OF WALL FOOTING ELEV. -- TOP OF LEDGE ELEV. — — — — TL 99' -B TOP OF WALL ELEV. - - - - - 100' -8" TOP OF PIER ELEV. — — — — TP 100 -0" FOOTING STEP FOOTING DIMENSION - - -- W x D INSULATION MASONRY TRUSS REINF. II. TYPE 1 (MCJ 1) BLOCK F1 99' -0" E ' FOUNDATION LEGEND 99- AS5.O2 NO SCALE I EGEND V //d PTT/I TYPE 2 (MCJ 2) • CAULK (3/8 "x3/8") o PREMOLDED BACKING BRICK + PREFORMED RUBBER CONTROL JOINT DRY JOINT J MONRY CONTROL JOINT 99 AS5.02 NO AS SCALE m U, 3f 3 co U 0 N Z O 0 U 0 O 2 z W 4 7 Q O. m 0 o O 0 CC z o O O F F J J O a Ui W STRAND ASSOCIATES, INC.® ENDINEERO fr SHEET 365 99- AS5.02 JOB NO. 1154 -006 No. 003 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 August 4, 2010 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer 13d &3eI Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc I1W Engineers and Surveyors, P.C. Please submit an itemized quotation for changes in the Contract Price and /or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Drawing 70- ASM3.04 (Sheet 157) and Drawing 70- ASM3.05 (Sheet 158) 003 -01 Provide 2- inches extruded polystyrene closed cell rigid foam board (Insulation Type B) as specified in Section 07212 along the exterior face of all four digester tank concrete walls and insulate the entire exterior face of the digester tank wall inside the draft tube pits. Insulation shall extend from the top of footing to fl- inches below finished grade except for inside the draft tube pits. Mechanically fasten insulation using stainless steel fasteners inside the draft tube pits per insulation manufacturer's recommendations. 003 -431-- ___Provide 2- inches extruded polystyrene Owens Corni lnu ar 600 or equal below the`geZo la and cr Isle -' one below the floor slabs of all four digester tanks. _Ins l-r i shall have a`R - vl'ue --of per inch and a compressive strengtildraiTsi minimum. Drawing 90- ASM1.01 (Sheet 334) 003- 0-3-- " °—Pravide iiiehesifi vwa l insulation-f1 Ai� a� �p �f ?�C�ii>`. initials \S:\MAD \1100-- I 199 \I 154 \023 \Wrd \Cost Proposal Requests \CPR.03.docx 1 M1. STRAND ASSOCIATES, INC. ENGINEERS COST PROPOSAL REQUEST Water Pollution Control Plant Modifications City of Dubuque Contract 1 -2010 Page 2 August 4, 2010 on the interior face of the west walls of Wash Bay Room 9003, Shop 190 004, �1' Room 9005, and Unisex Toilet Room 9006 and on them€. 'or face of the east wall or` ash Bay Room 9003 and Shop Room 9 �' Attach insulation to . ly f interior wall with apical fasteners. Mech. fasten cement board as specified in Section 09250 erior wall r insulation with corrosion resistant fasteners as recommended by cep board manufacturer. Provide Stucco Finish System onto cement ter rated as speci i Section 07241 attached to this CPR. The stucco f . n color shall match the pares r sr selected for the other walls in the m that do not have a stucco finish; the flTn p um Base Bid includes p ainting the walls of these rooms. Provide an itemizec�redit for eleting the painting of the walls that have a stucco finish. Drawing 90- ASM501 (Sheet 339) Initials \S:Uv1AD \1 100--1199 \1 154 \023 \WrcI \Cost Proposal Requests \CPR.03.docx r3 & 3e 003 -04 In wall Sections 2/90- ASM3.03 and 7/90ASM.3.03, provide 2- inches wall insulation (Type A) as specified in Section 07212 along the vertical face of the parapet wall between the prefabricated insulated metal joist roofing system to the wood blocking on top of the precast wall. Encapsulate the insulation with the vertical membrane roofing provided with the Lump Sum Base Bid. Sa STRAND ASSOCIATES, INC. E N fl N F F a F No. 004 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 September 3, 2010 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer 3h Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. Please submit an itemized quotation for changes in the Contract Price and /or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Affecting the Specifications 004 -01 Provide all buried ductile iron W (potable water) piping as Special Thickness Class 52 instead of the specified Special Thickness Class 53. _hy nt- as's -mb ,-ems toying -3 I- (put - able -v i -)r. Initials \S:\MAD \1100 -- 1199 \I 154 \023 \Wrd \Cost Proposal Requests \CPR.04.docx 53 STRAND ASSOCIATES, INC. E N I I N E F 1 S Building Excellenc(' TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 DESCRIPTION OF MODIFICATION: SUBCONTRACTOR MIRON CONS TRUCHON co., INC. Building Excellence CHANGE ORDER REQUEST 13hl FAX: 608 - 251 -8655 PHONE: 608- 251 -4843 Revised cost to provide buried ductile iron W piping as special thickness class 52 instead of 53; - prey: ide -- sta-i ±Ies-s-- ste.e-1--.- -nut s==a-nd z bo1 °ts, per Cost Proposal Request #004 dated 9/3/10. REQUESTED BY: Strand Associates Inc DATE: 9 /03/10 AMOUNT $5,709.UU JF Ahern Company Miron Management Fee 5.00 % - Subs $285.45 Subtotal $5,994.45 Performance Bond 1.50 % $89.92 TOTAL AMOUNT OF THIS MODIFICATION: ____$6,084.J7 CHANGE ORDER AMOUNT REQUESTED: $6,084.00 Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost ,: Schedule Impact Miron Representative Date 9 /24/10 Jonathan Daniels Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969 -7000 Fax: 920/969 -7399 JOB 4:103400 MOD 4:0006 -01 DATED: 9/24/10 www.rniron -can struction. con? �— : t -- MBE Far i i _� _., ._...__._. �`= = Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 24- Sep -10 P roject No 103400 Verifie b by Title Proposal Request Documentation Date ,Cost Page 1 of 1 Revision 0 Modification Quote Number: 006 -01 Description of Modification: CPR -004 Items included in this proposal: 004 -01 Item 004 -01 hern to Class 52 in lieu of Class 350 Material Labor $ 4,964.00 $ 745.00 $ $ . - $ - $ 1.0 Change 6" W Underground Piping 2.0 Subcontractor Markup @ 15% Contract Times 1.0 No Change Subtotal: Miron Markup @ 5% Bond & Insurance © 1,5%: TOTAL - CPR 004 -01: $5,709.00 $285.45 $89.92 $6,084.37 $0.00 $0.00 13h Directive No.: 01 Contract: 1 -2010 Owner: City of Dubuque By: GWT Contractor: Miron Construction Co., Inc. Date: 8/23/10 Description of Work Cost Deduction Cost Addition Accept Ozonia North America UV Disinfection Equipment Bid Alternative Engineering changes to accommodate the Ozonia UV Disinfection Equipment (Not to Exceed amount) $20,000 $8,000 Total $28,000 Remarks: Owner accepts the Ozonia North America UV Disinfection Equipment Bid Alternative offered by the Contractor. Engineering changes to accommodate the Ozonia UV Disinfection Equipment Bid Alternative . will be billed on a time and expense basis to the Owner. When the engineering changes are complete, the Contract between the Owner and Contractor will be adjusted by a change order to include the credit for accepting this equipment bid alternative. This credit from the Contractor will include the cost of engineering fees and shall not exceed $28,000. Change in Contract Price by: ❑ Supplemental Unit Price ❑ Unit Price Lump Sum • Requested by: Miron Construction Co., Inc. 5/20/10 • Date Recommended by: > N ' (;__ewcs -"1'' p -- 8/23/10 Date (Engineer) Accepted by: V3C/ 1/0 Date (Contractor f r r _ 30 fEa /G Approved by: ... 1 - -'"2 -- — --°�- Date -� (a rrer STRAND ASSOCIATES, INC" ENGINE E RS Work Change Directive - -THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER -- Inlllals\S :\MAD \1100 -- 119911154 \023\Wrd\Work Change Directives \Directive No 01.docx Directive No.: 09 Contract: 1 -2010 Owner: City of Dubuque By: GWT Contractor: Miron Construction Co., Inc. Date: 11/02/10 Description of Work t Deduction Cost Addition Drawing 60 -E1.01 (Sheet 133) REPLACE 60 -E1.01 with the attached updated drawing 60 -E1.01 issued (wireway A), and two three MCS units three MCS units (1D, MCS units (2A, 2B, units (2D, 2E, and drawing. to future PSU- 60 -03. provided under this Wiring Schedule with switch (LS -2,4) in each provided wiring all hardware and cable beneath each PSU. channel 2 with two and one adjacent to -60 -01 shall include and one Type JJ include disconnects for JJ fixture. 11/2/10. REPLACE two wireways (1 A, 1 B) with one wireway wireways (2A, 2B) with one wireway (wireway B). Replace (1A, 1B, and 1C) with two Modules (1A, 2A). Replace 1E, and 1F) with two Modules (3A, 4A). Replace three and 2C) with two Modules (1B, 2B). Replace three MCS 2F) with two Modules (3B, 4B). Refer to updated Electrical REPLACE key note 2 to in its entirety as follows: "2. Provide conduits from future XFMR -62 -04 Conduit sizes shall match that of equipment contract." REPLACE UV Disinfection Control Panel Conduit and revised schedule shown on updated drawing. ADD one low level switch (LS -1,3) and one high level channel. ADD key note 3 to read as follows: "3. Division 16 contractor shall install manufacturer harness between PSU and modules. Provide fittings as required." ADD concrete equipment pad per detail K/99- AS5.01 REPLACE the control stand between channel 1 and separate control stands, one adjacent to PSU -60 -01 PSU- 60 -02. The control stand adjacent to PSU disconnects for SG -60 -04 and SG- 60 -01, one receptacle, fixture. The control stand adjacent to PSU -60 -02 shall SG -60 -02 and SG- 60 -05, one receptacle, and one Type STRAND ASSOCIATES, INC.' FNIR INFERS Work Change Directive Initials \S:\ MAD \1100 -- 1199 \1154 \023 \Wrd \Work Change Directives \Directive No 09.docx STRAND ASSOCIATES, INC." E N R I N E E R S Work Change Directive Drawing 62 -E1.01 (Sheet 138) REPLACE 62 -E1.01 with the attached updated drawing 62 -E1.01 issued 11/2/10. DELETE the following equipment from the Electrical Room. All associated wire and conduit shall be removed back to the associated panel board. - Three Power Distribution Centers (PDC- 62 -01, PDC- 62 -02, PDC- 62 -03). - Two Air Compressors (AC- 62 -01, AC- 62 -02). REPLACE the existing 15 amp two pole circuit breaker for AC -62 -01 in IPC - 62-01 shown in IPC -62 -01 ELEVATION with a 15 amp 3 pole circuit breaker for B- 62 -01. CLARIFICATION the existing 15 amp circuit breaker AC -62 -02 in IPC -62 -01 shown in IPC -62 -01 ELEVATION shall be changed to a 15 amp "Provisional ". REPLACE the three existing 225/3 amp circuit breakers (XFMR- 62 -02, XFMR- 62 -03, PROV.) with 175/3 amp circuit breakers. REPLACE key note 10 in its entirety as follows: "10. Provide conduit below the slab from IPC -62 -01 to future transformer (XFMR- 62 -04). Conduit sizes shall match that of equipment provided under this contract." DELETE key note 12. DELETE leftmost section of IPC -62 -01 containing TVSS and SCC -62 -01 shown in IPC -62 -01 ELEVATION. SCC and TVSS shall be wall mounted in separate enclosures as described herein. ADD wall mounted SCC -62 -01 enclosure to East wall South of IPC -62 -01 in Electrical Room. Enclosure shall be as specified in specification section 16940. ADD wall mounted TVSS to East wall South of IPC -62 -01 in Electrical Room. Provide TVSS unit as specified in 16412. ADD one combination starter for Blower B -62 -01 to East wall South of IPC - 62-01 in Electrical Room. REPLACE key note 11 in its entirety as follows: "11. Provide a NEMA size 1 FVNR combination starter in NEMA 1 enclosure for the blower. Provide green "run" light, red "fail" light, elapsed time meter, and "on -off" selector switch on the starter enclosure door. Initials \S: \MAD \1100 - -1199 \1154 \023 \Wrd\Work Change Directives \Directive No 09.docx STRAND ASSOCIATES, INC.' F N[31 NI E Work Change Directive Provide auxiliary running and fail contacts for use with the plant SCADA system." Drawing 99 -E6.02 (Sheet 401) REPLACE XFMR -62 -02 and XFMR -62 -03 with 112.5 kVA, K -4 rated transformers. Primary transformer voltage shall be 480V, 3 Phase, 3 Wire. Secondary transformer voltage shall be 240V, 3 Phase, 4 Wire plus ground. REPLACE "PDC- 62 -01" with "PSU- 62 -01" and "PDC- 62 -02" with "PSU -62- 02" CHANGE wiring from MDP -62 -01 to XFMR -62 -02 and XFMR -62 -03 from "3 -4/0, 1-#4 GND, 1-2 1/2" C" to "3 -2/0, #6 GND, in 1-2 1/2" C." Wiring from XFMR- 62 -02, XFMR -62 -03 to Power Supply Units shall be 4300 MCM, #4 GND, in 3" conduit. Drawing 99 -E6.05 (Sheet 404) CLARIFICATION SCC -62 -01 PLC shall be added to SCC -62 -01 Riser Diagram. Specification 11396 2.02 GENERAL: REPLACE "forty (40) lamps" with "thirty six (36) lamps" in Paragraph 2.02.C.3.b. DELETE Paragraph 2.02.D.2. in its entirety. Specification 11396 2.04 ELECTRICAL: REPLACE the following in Paragraph A: "Power Distribution Center (PDC)" with "Power Supply Unit (PSU)" and "118kVA" with "93 kVA ". REPLACE Paragraph B in its entirety as follows: "B. UV Module Power: 1. Each Power Supply Unit shall house electronic ballasts for the modules in that channel. Each electronic ballast shall control, operate, and display information for one (1) low- pressure high intensity amalgam lamps. Ballasts shall be UL or CE listed and operate the lamp at 230V, 4 wire, plus ground 60Hz. 2. Maximum power consumption per module shall be 23.25 kW. 3. Each module shall be completely field serviceable while located at the channel and shall be fitted with water resistant multi -pin connectors for power and data. Combined power and data shall not be acceptable." Initials \S:\MAD \1100 - -1199 \1154 \023 \Wrd\Work Change Directives \Directive No 09.docx STRAND ASSOCIATES, INC.' F N GIN FF F S Work Change Directive I 3 g Specification 11396 2.05 CONTROLS: REPLACE "Module Control System (MCS)" with "Power Supply Unit (PSU)" in Paragraph D. REPLACE "MCS" with "PSU" in Paragraph 2.05.E.2. REPLACE "MCS" with "PSU" in Paragraph 2.05.E.4.g. REPLACE Paragraph F in its entirety as follows: "F. UV System Controls: 1. The SCP shall have a Hand - Off -Auto (H -O -A) selector switch per bank that will determine how the UV system is controlled: a. With the H -O -A selector switch in the "Hand" position, the associated lamps shall be turned on and powered at 100 %. b. With the H -O -A selector switch in the "Auto" position, the UV System shall be controlled through the SCP -62 -01 OIP as follows: (1) UV channel module lamp activation shall be flow paced from the flow rate signal provided by the plant SCADA System such that as the associated flow increases, the number of channel UV module lamps in operation shall increase at an operator adjustable rate after the currently activated lamps are at 100% output. (ie. Lamp section 1 brightens from 60% rated output to 100% rated output as flow increases, any flows surpassing this rated output would activate lamp section 2 at 60% of rated output.) (2) The SCP shall be furnished with controls to allow any bank to be paced either in manual, or auto mode. (3) The SCP operator interface shall allow the operator to vary flow rate settings and initiate an alarm if the effluent (influent) level exceeds the maximum upstream level or is lower than the regulated effluent (influent) level. 2. The UV system shall be capable of adjusting number of lamps in service by eighteen (18) lamp increments within each bank of UV modules. 3. The UV system shall be capable of dimming sets of lamps from 100% rated output to 60% rated output. 4. Remote access to the UV System PLCs shall be available through the WWTP's PLC and SCADA computer network. This connection is via Windows VPN connection. To access the PLC network, the manufacturer shall connect using Microsoft Windows software and then use their own local copy of Allen Bradley's RSLinx and RSLogix to access the PLC and PLC program. Initials \S:\ MAD \1100 - -1199 \1154 \023 \Wrd \Work Change Directives \Directive No 09.docx Specification 16940 3.17 SUPERVISORY CONTROL CENTER (SCC -62- 01, UV DISINFECTION BUILDING): REPLACE Paragraph G in its entirety as follows: . °G. The UV Slide Gates (SG- 60 -01, SG- 60 -02, SG- 60 -04, and SG- 60 -05) shall be controlled from this PLC with a SCADA Open -Close switch. 1. In SCADA Open, the gate shall open. 2. In SCADA Close, the gate shall close." DELETE Paragraphs K.1.d, K.1.e, and K.2 in their entirety. Specification 16990 - SCC- =62 -01 I/O Listing: REPLACE SCC -62 -01 I/O Listing in its entirety with the attached revision. Total $0 $0 Remarks: This Work Change Directive shall result in no change to project duration and is not subject to negotiation. Change in Contract Price by: ❑ Supplemental Unit Price • Unit Price -1 Lump Sum Requested by: Strand Associates, Inc. 11/02/10 Date Recommended by: 1.6,0 Try -U .-'.. 11/02/10 Date (Engineer) Accepted by: Date (Contractor) Approved by: Date (Owner) STRAND ASSOCIATES, INC. ENG?INcERS Work Change Directive - -THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER -- Initials \S:\ MAD \1100•- 119911154\023\WrdMork Change Directives \Directive No 09.docx LI 4 • TOT I inl 1 I L� II I l FIT-60-0 14 FE -60 -01 F { DO AE -60 -02 PH. TEMP AE -60 -02 WP L :r 0 III i II — ice " MDP -62 -8 1 f I 11 it i! I`I ■I T -- 1 .1 , _- jl —C i7 1 -1' - 1jL. -- 1 - -. ir ." r I 1 11I 1 I 1 11 I II � . - - ,_ I _ L � 1 .- .—_— i -.— - . 7 1 � ll +1 I ' I -,I _.j I I I - i �-- I 'I ■ I 11 Ir' i 1- � I 4 1 1 ill "� i t , 11, r ; 11 r > TYP. OF 2) ELECTRICAL PLAN N 0 2' 4' 6' 16' I{ 1 J 3g GENERAL NOTES: 1. REFER TO SPECIFICATION SECTION 16990 FOR WIRING ASSOCIATED WITH THE PLANT SCADA SYSTEM. 2. ALL CONDUCTORS TO 120 VOLT EQUIPMENT AND RECEPTACLES SHALL BE SIZE 110 MINIMUM, UNLESS OTHERWISE NOTED. ALL 120V EQUIPMENT SHALL BE FED FROM LP- 62 -D1. 3. EXTERIOR LIGHT FIXTURES AND ADJACENT SITE FIXTURES SHALL BE CONTROLLED FROM THE SCADA SYSTEM AS DESCRIBED IN SECTION 16940 OF THE SPECIFICATIONS. LIGHT FIXTURES SHALL BE POWERED FROM LP -62 -01 THROUGH A LIGHTING CONTACTOR IN SCC- 62 -01. .KEY NOTES: 0 SLIDE GATE MOTOR OPERATORS PROVIDED AS SPECIFIED IN DMSION 5/11 AND WIRED BY DMSION 16. O SIZES SHALL MATCH PROVIDE OF EQUIPMENT PROVIDED UNDER FUTURE THIS CONTRACT. O 16 CONTRACTOR SHALL INSTALL PSU AND MODULES. PROVIDE ALL HARDWARE AND PROVIDED RNESS CABLE FITTINGS BETWEEN REQUIRED. UV DISINFECTION CONTROL PANEL CONDUIT AND WIRING SCHEDULE* VOLTAGE 120VAC FROM LP -62 -01 TO SCP -62 -01 EQUI PMENTIDEV10E UV Main Control Panel Power PSU -1 Communication PSU -2 Communication PSU -1 Power PSU -2 Power Channel 1 Low Level Switch Channel 1 High Level Switch Channel2 Low Level Switch Channel 2 High Level Switch Module 1A Communication" Module 1APower Module 2A Communication" Module 2A Power Module 3A Communication" Module 3A Power Module 4A Communication` Module 4A Power Module 1B Communication " Module 1B Power Module 2B Communication" Module 2B Power Module 3B Communication" Module 3B Power Module 4B Communication" Module 48 Power EQUIPMENT NO. SCP -62 -01 PSU -62 -01 PSU -62 -02 PSU -62 -01 PSU -62 -02 LS -1 LS -2 LS -3 LS-4 Wireway 1 Wireway 1 Wireway 1 Wireway 1 Wireway 1 Wireway 1 Wireway 1 Wireway 1 Wireway 2 Wireway 2 Wireway 2 Wireway 2 Wireway 2 Wireway 2 Wireway 2 Wireway 2 Comm PSU -62 -01 SCP -62 -01 Comm PSU -62.02 SCP -62 -01 230VAC 230VAC Comm LS -1 SCP -62 -01 Comm LS -2 I SCP -62 -01 Comm , LS -3 { SCP -62-01 Comm LS-4 SCP -62 -01 Comm PSU -62 -01 I WirevrayA 230VAC PSU -62 -01 I Wireway A Comm PSU -62 -01 Wireway A 230VAC PSU -62.01 Wireway A Comm 230VAC XFM R -62 -02 XFM R -62 -03 PSU -62 -01 PSU -62 -01 PSU -62-01 PSU -62 -02 Wireway A Wireway A Comm PSU -62 -01 ! WirewayA 230VAC PSU -62 -01 i Wireway A Comm I PSU -62.02 I Wireway B 230VAC I PSU -62 -02 WirewayB Comm 230VAC PSU -62 -02 i WirewayB PSU -62 -02 Wireway B PSU -62 -02 I Wireway B PSU -62'02 Wireway B PSU -62 -02 Wireway B PSU -62 -02 Wireway B Comm 230VAC Comm 230VAC CONDUIT AND WIRE' 2 - #12, 314" C CAT -5e, 1" C CAT -5e, 1" C 4- 300MCM, #4 CND, 3" C 4-300MCM, #4 GND, 3" C 2- #14,3/4" C 2 - 514, 314" C 2 - #14, 3/4" C 2 - #14, 3/4" C Manf. Provided Cable 4 - #10, 314" C Manf. Provided Cable 4 - #10, 314" C Manf. Provided Cable 4 - #10, 3/4" C Manf. Provided Cable 4 - #10, 314" C Manf. Provided Cable 4 - #10, 314" C Manf. Provided Cable 4 - 410, 314" C ftenf. Provided Cable 4 - #10, 314" C Mani. Provided Cable 4 - #10, 314" C Provide ground conductor In all condo ls, sized per me NEC. " Communication wiring between SCP and modules furnished by mantdachrter. Installed by Division t0 0 0 1:1 Z uj pC (9 O CI WZ CC I 0N� zra • z re re zz 0 N J Cd 0 m F 0 W 1 0 W V N 0 Z z a .1 W W z � z — 0 J a 0 0 W -I W STRAND ABSOCIATEB, INCA ENGINEERS SHEET 133 60 —E1.01 JOB NO. 1154 -008 File: S:\ MAD\ 1100 -- 1199 \1154 \008 \ACOd \Strand Drawings \60- E1.01.dwg Time: Nov 02, 2010 - 3:08pm Section 16990 29 1154.008/1 -2010 STRAND ASSOCIATES INC. DUBUQUE WATER POLLUTION CONTROL PLANT MODIFICATIONS CONTRACT 1 -2010 SCADA SYSTEM SCC -62 -01 I/O LISTING 3g SCC II EQUIPMENT NAME II NUMBER II DI II DO II Al II AO II , WIRE Il COMMENTS 62 -01 MODULE 1A 62 -01 LPDC B RECTIFIER OVERTEMP 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC B RECTIFIER BOARD OVERTEMP 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC B DISCORDANCE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 MODULE 2A 3 0 0 0 SAME AS MODULE 1A 62 -01 HALFBANK 3 62 -01 HALFBANK 3 NOT AVAILABLE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 HALFBANK 3 DISCORDANCE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 MODULE 3A 62 -01 LPDC A RECTIFIER OVERTEMP 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC A RECTIFIER BOARD OVERTEMP 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC A DISCORDANCE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 MODULE 4A 3 0 0 0 SAME AS MODULE 3A 62 -01 HALFBANK 4 62 -01 HALFBANK 4 NOT AVAILABLE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 HALFBANK 4 DISCORDANCE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 MODULE 3A 62 -01 LPDC B RECTIFIER OVERTEMP 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC B RECTIFIER BOARD OVERTEMP 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC B DISCORDANCE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 MODULE 4A 3 0 0 0 SAME AS MODULE 3A 62 -01 MODULE 1A ALARMS 62 -01 LID OPEN 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LOW UV INTENSITY 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LOW -LOW UV INTENSITY 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 WIPER FAULT 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC A COMMUNICATION FAILURE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC A MULTI -LAMP FAILURE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC B COMMUNICATION FAILURE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 LPDC B MULTI -LAMP FAILURE 1 0 0 0 ETHERNET FROM SCP -62 -01 62 -01 MODULE 2A ALARMS 8 0 0 0 SAME AS MODULE 1A 62 -01 MODULE 3A ALARMS 8 0 0 0 SAME AS MODULE 1A 62 -01 MODULE 4A ALARMS 8 • 0 0 0 SAME AS MODULE 1A 62 -01 CHANNEL 2 72 0 0 3 SAME AS CHANNEL 1 62 -01 STORAGE ROOM EXHAUST FAN EF -62 -02 62 -01 IN AUTO 1 0 0 0 2 - #14 FROM H -O -A SWITCH ON SCC 62 -01 RUNNING 1 0 0 0 2 - #14 FROM CT IN SCC 62 -01 START /STOP 0 1 0 0 2 - #14 TO POWER RELAY IN SCC Section 16990 29 1154.008/1 -2010 Section 16.990 -30 1154.008/1 -2010 STRAND ASSOCIATES INC. • DUBUQUE WATER POLLUTION CONTROL PLANT MODIFICATIONS CONTRACT 1 -2010 SCADA SYSTEM SCC -62 -01 I/O LISTING . 3g I SCC II EQUIPMENT NAME II NUMBER II DI II DO II Al IF AO II WIRE II COMMENTS I 62 -01 EXTERIOR CONTROL STATION CS -62 -02 62 -01 START PUSHBUTTON 1 0 0 0 2 - #14 FROM CONTROL STATION AT STORAGE ROOM 6202 62 -01 STOP PUSHBUTTON 1 0 0 0 2 - #14 . FROM CONTROL STATION AT STORAGE ROOM 6202 62 -01 RUN LIGHT 0 1 0 0 2 - #14 TO CONTROL STATION AT STORAGE ROOM 6202 62 -01 FAIL LIGHT 0 1 0 0 2 - #14 TO CONTROL STATION AT STORAGE ROOM 6202 62 -01 INTERIOR CONTROL STATION CS -62 -03 2 2 0 0 8 - #14 SAME AS CONTROL STATION CS -62 -02 62 -01 LOW TEMPERATURE T -62 -01 1 0 0 0 2 - #14 FROM THERMOSTAT IN STORAGE ROOM 6202 62 -01 INTERIOR LIGHTING CONTROL STATION CS -62 -01 62 -01 ON PUSHBUTTON 1 0 0 0 2 - #14 FROM CONTROL STATION AT STORAGE ROOM 6202 62 -01 OFF PUSHBUTTON 1 0 0 0 2 - #14 FROM CONTROL STATION AT STORAGE ROOM 6202 62 -01 STORAGE ROOM LIGHTING CONTACTOR 0 1 0 0 2 - #14 TO LIGHTING CONTACTOR IN THIS SCC ** *TOTALS * ** 182 66 75 15 7 Section 16.990 -30 1154.008/1 -2010 Directive No.: 08 Contract: 1-2010 Owner: City of Dubuque • By: GWT Contractor: Miron Construction Co., Inc. Date: 10/06110 • Description of Work Cost Deduction Cost Addition Replace the specified gaskets on the ductile iron piping conveying potable water with Nitrite (NBR) gaskets. The Nitrite gaskets shall be provided on all ductile iron piping conveying potable water within a 200 foot radius of the existing 20,000 gallon fuel oil storage tank located at the west side of the Solids Processing Building (Structure 75). $1,017.08 Total $1,017.00 Remarks: This Work Change Directive shall result in no change to project duration and Is not subject to negotiation. The Description of Work above was originally described in Cost Proposal Request No. 6 issued on September 24, 2010. Change in Contract Price by: ❑ Supplemental Unit Price ❑ Unit Price E'1 Lump Sum Requested by: Strand Associates, Inc. 10/06/10 Date V �� 4 '' � 10/06/10 Recommended by: Q,wK. . .� ti _ (Engineer) Date WV • Accepted by: Date (Con or) - -____ //— /6 — 70/0 Approved by: (Ow `r) Date Sam STRAND ASSOCIATES INC.. ENGINEERS Work Change Directive 3i - -THIS FORM IS NOT A SUBSTITUTE FOR A PROPERLY PREPARED AND EXECUTED CHANGE ORDER- - Initials1S:1MAD11100- 119 \1 1 6 4102 31Wrd\Work Change Directives \Directive No 00.docx No. 006 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 September 24, 2010 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Initials \S: \MAD\I 100 -- 1 199 \I I54 \023 \Wrc. \Cost Proposal Requests \CPR.06.docx Fl Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc IIW Engineers and Surveyors, P.C. Please submit an itemized quotation for changes in the Contract Price and /or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. 006 -01 Provide a proposal to replace the specified gaskets on the ductile iron piping conveying potable water with Nitrile (NBR) gaskets. The Nitrile gaskets shall be provided on all ductile iron piping conveying potable water within a 200 foot radius of the existing 20,000 gallon fuel oil storage tank located at the west side of the Solids Processing Building (Structure 75). STRAND ASSOCIATES. INC.' FN ^INF EFTS Building Excellence" TO: Mr Glenn W. Tranowski, P.E Strand Associates Inc 910 W Wingra Dr Madison WI 53715 Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 DESCRIPTION OF MODIFICATION: Cost to replace gaskets on ductile iron piping with gaskets, per Cost Proposal Request #006 dated 9/24/10. REQUESTED BY: Strand Associates Inc SUBCONTRACTOR RE: JF Ahern Company Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: Please find back up materials enclosed regarding Approved Cost Miron Representative VUIRON CONS RUCTION CO., INC. Building Excellence CHANGE ORDER REQUEST an Daniels MB M101400 31 MOD #: 0009 -00 DATED: 10/14/10 FAX: 608 - 251 -8655 PHONE: 608 - 251 -4843 Nitrile (NBR) Subtotal DATE: 9/24/10 AMOUNT this modification. Contractor is (not) to proceed with the work as noted above. with the Owner is adjusted as follows: Owner Representative THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Phone: 920/969 -7000 Fax: 920/969 -7399 $954.53 $47.73 $1,002.26 $15.03 $1,017.29 $1,017.00 The contract Schedule Impact Date 10/14/10 Date Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 www. miron- construction. corn Building Excellence CHANGE ORDER REQUEST Mr Glenn W. Tranowski, P.E. Page# 2 Copy: File / dmf Jobsite \ARON CONSTRUCTION RUG] ION CO., INC. Building Excellence JOB #:103400 MOD #: 0009 -00 DATED: 10/14/10 Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 3i www.miron-construction.corn c _ qp f�j, ��f- li t om ' ;r �j� .76 �b' ✓�i- -s I - - .., Owner City of Dubuque Computed by JCD Project Dubuque WPCP Date 14- Oct -10 Project No 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 1 ki _ �� s `i:: •:i Description of Modification: , CFR z4 U-6. Items included in this proposal: 006-01 Item 006 - 01 Fondell of existing underground storage tank. x 6" Tyton Nitrite Gasket M $ $ $ Labor $ 790.50 $ 118.58 $ 45.45 $ - - - 1.0 Use nitrile gaskets within 200' 20 x 6" MJ Nitrite Gasket/ 30 2.0 Direct Markup 15% 3.0 Subcontractor Markup 5% (Ahern) Contract Times 1.0 No Change * ** Note: None Subtotal: Miron Markup @ 5% Bond & Insurance @ 1.5 %: TOTAL - CPR 009 -00: $ 954.53 $ 47.73 $ 15.03 $ 1,017.29 $ $ - - No. 005 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution COST PROPOSAL REQUEST Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 September 20, 2010 Miron Construction Co., Inc. Jonathan Daniels, Josh Michalkiewicz, Dawn Florian Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer 3j Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc I1W Engineers and Surveyors, P.C. Please submit an itemized quotation for changes in the Contract Price and /or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. For PVC coated chain link fence, all posts, rails, and accessories shall be thermally fused or bonded with a minimum 10 mils of PVC, conforming to ASTM F688 Class 2b. Chain link fence shall comply with the requirements of Section 02831 of the specifications. Color to be black. See the attached drawing to see the extents of PVC coated chain link fencing described in this Cost Proposal Request. 005 -01 Provide a credit to delete the specified open mesh polypropylene fence screen on the chain link fence on the west property line. Provide cost to provide PVC coated chain link fencing instead of the specified galvanized chain link fencing on the west property line. 005 -02 005 -03 005 -04 Pra .. t e [ id V W ■ _ - a i k. P c , ✓tP Ud V the vi ie I..�- -�^- .�,c-- t pi I ao°. .� rra au-i:. ri-cl�t -°'s �a,�'i•.�g--�' -1 c �'�i-ia--�'F' v get v`anize" h- i -rink fencing oni the-east propert) - n . Provide east to-am the- e sty: g -- g&iv -aFri ed ehai -1-kr l-ienei —g an th &-nerth property-line-and pmv-id nevv`P -VC Coated e4nti - n liii�fenein . Pr-9` cs&t t9 °ra- -ce ve the -- exist ng-g l- vnnizee4 -ehai - link-- fen&in and prrav4de new-PVC eeawd-el l-i u fenC- ing-en-the e-a t- property4inL. Initials \S:'MAD \I 100 - -1 199 \1154 \023 \Wrd \Cost Proposal Requests \CPR.05.docx STRAND ASSOCIATES, INC. E N O I N E E a S HORIZONTAL CONTROL POINTS File: S: \MAD \1100 -- 1199 \1154 \008 \Acad \IIW Drawings \05— C1.02.d:vg Time: D ALTERNATE NO. 6 Jul 16, 2010 — 4:37pm OVERALL SITE GRADING PLAN 0' 20' 40' 80' 160' pVe : ;, (i a .:a L : •" 1 In ( 't c � n .o:� z.t�jT.r. ''.law.,; t.� C.ri +- �•` - • - _ ,•tea GENERAL 1. REMOVE AND REINSTALL EXISTING CHAIN IJNK SWING GATE AT ITS SAME LOCATION ON THE SOUTH SIDE OF THE PROPERTY. !EXISTING SIDEWALK /CONCRETE PAVEMENT LEGEND: ��. AREA OF SITE 1' /jOfl1 NEW ASPHALT OR CONCRETE PAVEMENT — LIGHTLY LOADED NEW ASPHALT OR CONCRETE PAVEMENT — HEAVILY LOADED NEW SIDEWALK /CONRETE PAVEMENT STRUCTURE IDENTIFICATION ®110WA= ONE CALL 8V www.iowaonecall.com 1- 800 - 292 -8989 EXISTING ASPHALT PAVEMENT !EXISTING GRAVEL EROSION CONTROL MAT STONE MULCH NEW GRAVEL C ARIA ELATION: THE ROADWAY WEST AND SOUTH OF STRUCTURE 96 AND NORTH OF STRUCTURE 38 SHALL BE NEW ASPHALT OR CONCRETE PAVEMENT— LIGHTLY LOADED. 00 - General 05 - Site 10 - Screening Building and Grit Facilities 20 - Primary Clarifiers & Primary Sludge Pump Station 28 • Primary Effluent Splitter Box 30 - Excess Flow Equalization 32 - Excess Flow Junction Box 35 - Excess Flow Equalization Drainage Pump Station 37 - Aeration Tank Splitter Box 38 - RAS Splitter Box 40 - Aeration Tanks 45 - HPO Control Building 47 - Liquid Oxygen Storage Tanks 48 - Mixed Liquor Splitter Box 50 - Final Clarifiers 53 - Final Clarifier Effluent Junction Box 55 - RAS Pump Station 60 - Disinfection 62 • UV Building 70 - Anaerobic Digestion 75 - Solids Processing Building 78 - WAS Storage Tanks 80 - Administration Building 90 - Maintenance Building 92 - SepfageMauled Waste Receiving Station 93 - Cold Storage Building 98 - Transformer Containment • co 0 4 al 0 0 a S- ao 0 S ITV ENGINEERS SURVEYORS, P.C. m rrcan'r. rxaexnsr. aannai SR SHEET 18 05 —C1.02 JO8 NO. 1154 -008 STRAND ASSOCIATES, ENGINEERS NORTH EAST DESCRIPTION CP -1 3647342.619 5607011.830 SET IRON ROD CP -2 3647277.462 5688179.809 SET NAIL CP -3 3646720.907 5687124.626 SET IRON ROD CP -4 3646843.203 5687827.215 SET IRON ROD HORIZONTAL CONTROL POINTS File: S: \MAD \1100 -- 1199 \1154 \008 \Acad \IIW Drawings \05— C1.02.d:vg Time: D ALTERNATE NO. 6 Jul 16, 2010 — 4:37pm OVERALL SITE GRADING PLAN 0' 20' 40' 80' 160' pVe : ;, (i a .:a L : •" 1 In ( 't c � n .o:� z.t�jT.r. ''.law.,; t.� C.ri +- �•` - • - _ ,•tea GENERAL 1. REMOVE AND REINSTALL EXISTING CHAIN IJNK SWING GATE AT ITS SAME LOCATION ON THE SOUTH SIDE OF THE PROPERTY. !EXISTING SIDEWALK /CONCRETE PAVEMENT LEGEND: ��. AREA OF SITE 1' /jOfl1 NEW ASPHALT OR CONCRETE PAVEMENT — LIGHTLY LOADED NEW ASPHALT OR CONCRETE PAVEMENT — HEAVILY LOADED NEW SIDEWALK /CONRETE PAVEMENT STRUCTURE IDENTIFICATION ®110WA= ONE CALL 8V www.iowaonecall.com 1- 800 - 292 -8989 EXISTING ASPHALT PAVEMENT !EXISTING GRAVEL EROSION CONTROL MAT STONE MULCH NEW GRAVEL C ARIA ELATION: THE ROADWAY WEST AND SOUTH OF STRUCTURE 96 AND NORTH OF STRUCTURE 38 SHALL BE NEW ASPHALT OR CONCRETE PAVEMENT— LIGHTLY LOADED. 00 - General 05 - Site 10 - Screening Building and Grit Facilities 20 - Primary Clarifiers & Primary Sludge Pump Station 28 • Primary Effluent Splitter Box 30 - Excess Flow Equalization 32 - Excess Flow Junction Box 35 - Excess Flow Equalization Drainage Pump Station 37 - Aeration Tank Splitter Box 38 - RAS Splitter Box 40 - Aeration Tanks 45 - HPO Control Building 47 - Liquid Oxygen Storage Tanks 48 - Mixed Liquor Splitter Box 50 - Final Clarifiers 53 - Final Clarifier Effluent Junction Box 55 - RAS Pump Station 60 - Disinfection 62 • UV Building 70 - Anaerobic Digestion 75 - Solids Processing Building 78 - WAS Storage Tanks 80 - Administration Building 90 - Maintenance Building 92 - SepfageMauled Waste Receiving Station 93 - Cold Storage Building 98 - Transformer Containment • co 0 4 al 0 0 a S- ao 0 S ITV ENGINEERS SURVEYORS, P.C. m rrcan'r. rxaexnsr. aannai SR SHEET 18 05 —C1.02 JO8 NO. 1154 -008 STRAND ASSOCIATES, ENGINEERS Building Excellence" TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 SUBCONTRACTOR American Fence Co. of Iowa Miron Management Fee 5.00 % - Subs Performance Bond 1.50 % TOTAL AMOUNT OF THIS MODIFICATION: CHANGE ORDER AMOUNT REQUESTED: 'IIRON CONSTRUCTION CO., INS 3uilding Excellence CHANGE ORDER REQUEST FAX: 608 - 251 -8655 PHONE: 608 -251 -4843 than Daniels 3j Phone: 920/969 -7000 Fax: 920/969 -7399 JOB #:103400 MOD #: 0007 -00 DATED: 10/14/10 RE: Dubuque WPCP Modification Owner aniy selects item 005 - 795 Julien Dubuque Dr Dubuque IA 52003 -7996 DESCRIPTION OF MODIFICATION: Cost associated to provide PVC coated chain link fence, per Cost Proposal Request #005 dated 9/20/10. REQUESTED BY: Strand Associates Inc DATE: 9/20/10 AMOUNT $33,449 1,672 46 Subtotal $3\,12X.66 $4g6.82 $3 /5,648.0 648,48 www.miron construction. corn Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost - Schedule Impact Miron Representative Date 10/14/10 Owner Representative Date THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 Building Excellencd' CHANGE ORDER REQUEST Mr Glenn W. Tranowski, P.E. Page# 2 Copy: File / dmf Jobsite i1IRON CONSTRUCTION CO., INC 3uilding Excellence 3j JOB #:103400 MOD #: 0007 -00 DATED: 10/14/10 Corporate Office P.O. Box 509 Neenah, WI 54957-0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969-7000 Fax: 920/969-7399 www.miron - construction. corn 1 I -, { [6+ ' n Owner City of Dubuque Computed by 3CD Project Dubuque 1A/PCP Project No. 103400 Verified Date 14-Oct-10 by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: Description of Modification: Items included in this proposal: ===. CO5 005- 01,005- 02,005 03,005 - 0 4 Item 005 - 01 American Fencing and provide PVC coated chain link fencing. (West property line) Material Labor $ (2,088.00) $ 1,990.00 $ $ 1.0 Delete open mesh fence screen Credit for mesh 560' Add PVC coated mesh fabric Contract Times 1.0 No Change e 005 - 02 A�ag Fencing property line. $ 941.20 $ 1.O Pro?ide PVC coating on East 220' '-',.- Contract Times 1.0 No Changes Item 005 - 03 � f American Fencing and install PVC fencing. 7 j $ 24,951.00 $ $ 1.0 Remove existing North fence 1266' Contract Times 1.0 No Change Item 005 - 04 American Fencing existing chain link fence East property line and provide PVC coated. ---`.. $ 7,655.00 $ $ 1.0 Cost for removing removing 200' Contract T ..e 7 1.0 No Change * ** Note: All PVC fencing shall have PVC coated mesh and powder coated posts and accessories. • Subtotal: Miron Markup © 5% Bond & Insurance @ 1.5 %: TOTAL - CPR 005 -00: $ — 3.37419720 — $ — $ _1,522_45_4_ $ — 52fr02 $ - 6 :45 - 1 I No. 008 ISSUED BY: CLIENT NAME: PROJECT NAME: CONTRACT: DATE: TO: Distribution Jonathan Daniels, Josh Michalkiewicz, Dawn Floriano Steve Sampson Brown, Jonathan Brown Randy Wirtz, Larry Solchenberger Stuart Summer Initials \S:\MAD \I 100 - -1199\1 154 \023 \Wrd \Cost Proposal Requests \CPR.03.docx COST PROPOSAL REQUEST 31 Glenn W. Tranowski City of Dubuque WPCP Modifications 1 -2010 October 13, 2010 Miron Construction Co., Inc. Miron Construction Co., Inc. City of Dubuque Strand Associates, Inc 11W Engineers and Surveyors, P.C. Please submit an itemized quotation for changes in the Contract Price and /or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. 008 -01 Provide a cost proposal to add concrete encasement around the 18 -inch drain line that was encountered underneath the Transformer Containment Structure 96. Concrete encasement shall extend 1 -foot around the 18 -inch drain line beneath Transformer Containment Structure 96 similar to pipe encasement detail C/99- AS5.02. This concrete encasement shall extend minimum 1 -foot beyond the Transformer Containment structure footing. No reinforcement is required for the concrete pipe encasement. The concrete pipe encasement can be poured monolithically with the slab of structure 96. STRAND ASSOCIATES, INC. F :mi N=_ +S Building Excellence" TO: Mr Glenn W. Tranowski, P.E. Strand Associates Inc 910 W Wingra Dr Madison WI 53715 RE: Dubuque WPCP Modification 795 Julien Dubuque Dr Dubuque IA 52003 -7996 DESCRIPTION OF MODIFICATION: Cost associated to add concrete encasement around 18" drain line underneath Structure 96, per Cost Proposal Request #008 dated 10/13/10. REQUESTED BY: Strand Associates Inc DATE: 10/13/10 AMOUNT SUBCONTRACTOR Miron Construction Co., Inc $1,367.16 Tschiggfrie Excavating $1,150.00 Subtotal $2,517.16 Miron Management Fee 5.00 % - Subs $57.50 Miron Management Fee 15.00 % - Miron Work $205.07 Subtotal $2,779.73 Performance Bond 1.50 % $41.70 TOTAL AMOUNT OF THIS MODIFICATION: IIIRON CONS CONSTRUCTION CO., INC. 3uilding Excellence CHANGE ORDER REQUEST 131 FAX: 608 - 251 -8655 PHONE: 608 -251 -4843 Phone: 920/969 -7000 Fax: 920/969 -7399 JOB #:103400 MOD #: 0012 -00 DATED: 10/21/10 $2,821.43 CHANGE ORDER AMOUNT REQUESTED: $2,821.00 Please find back up materials enclosed regarding this modification. Contractor is (not) to proceed with the work as noted above. The contract with the Owner is adjusted as follows: Approved Cost S ..e� Impact Miron Representative Date 10/21/10 J athan Daniels Owner Representative Date Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 www. miron- consfrucfion. corn Building Excellence" CHANGE ORDER REQUEST Mr Glenn W. Tranowski, P.E. Page# 2 Copy: File / dmf Jobsite THIS PRICE IS VALID FOR 15 DAYS FROM THE DATE SHOWN 1IRON CONSTRUCTION CO., INC. 3uilding Excellence JOB #:103400 MOD #: 0012 -00 DATED: 10/21/10 Corporate Office P.O. Box 509 Neenah, WI 54957 -0509 1471 McMahon Drive Neenah, WI 54956 Phone: 920/969 -7000 Fax: 920/969 -7399 www.miron- construction. corn 7:_ Owner City of Dubuque Computed by ]CD Project Dubuque WPCP Date 21- Oct -10 , a ® ®I8' 07f" Ma t ° ,:T., / — — - -- Project No 103400 Verified by Title Cost Proposal Request Documentation Date Page 1 of 1 Revision 0 Modification Quote Number: 012 -00 Description of Modification: CPR-008 Items included in this proposal: 008 -01 Item 008 -01 Miron 18" pipe under structure 096 1 Finisher Foreman) 4 hours 1 Operator (5 Hours Each) Material $ - $ 700.00 $ - $ - Labor 1.0 Place concrete around exposed Setup, Pour, Strip (1 Carp Foreman, 2,0 7 yards of concrete Tschiggfrie 1.0 Excavate and backfill around pipe 1 Excavator, 1 Truck, 1 Teamster, Contract Times $ 667.16 $ - $ 1,150.00 $ - 1.0 No Change * * * Note: None Subtotal: $ 700.00 Miron Markup @ 15% $ 105.00 Miron Markup @ 5% $ - Bond & Insurance @ 1.5 %: $ 41.70 TOTAL - CPR 008 -00: $ 2,821.43 $ 1,817.16 $ 100.07 $ 57.50 31 Lotus, Places Ouicty Public Places Files Duirdkrg Encerrrnce Gaup 8" DSL at MIX 70 -04,10 RFI (Enter Question) RFIs(Unanswered) Created By: Glenn Tranowski 09/08/2010 01:25 PM I RFI Log (Completed) Updated By: Dawn M Floriano 09/14/2010 08:22 AM I Room Index Check Oct and Edlt ; More Actions Place Tools Advanced Search Work C1lline Public Places You are in: DubuqueWPCP >RFIs >RFI Log (Completed) Project Name & Number: Dubuque Water Pollution Controls #103400 Miran RFI # 004 Subcontractor RFI # Glenn Tranowski I Search in this place I , Lotus Qufckr Help Home Help Select Time Zone Techn.cat Content Best Practices LYf t Date Created 09/08/2010 tRevision #GL - 9811 of 0' DSL at MIX 70 - 04.10 by Dawn P.1 Fieranol Specification /Drawing Reference 70- ASM1.05, 70- ASM1.06 Cost Effect Possible Cost Impact RFI Status Status: Complete Assigned To: Dawn M Floriano Due Dale: 09/08/2010 Who can edit this task? All Members Priority: Normal Submit RFI To Glenn Tranowski Review Status Miron Posted Enter Question The 8" DSL lines between digesters were modified in addendum 1. The two elbows by 111X -70 -04 and MIX- 70-10 were eliminated and replaced with a spool piece at each location. However, the lines are shown at different elevations. Please advise. Respond No Later Than 09/10/2010 Probably Effect Possible Cost Impact Project Impact Impact Unknown at this time RFI Recommendation / Response On drawing 70 ASM1.05 at Digester No. 4, provide two elbows, and vertical piping as required between the horizontal 8 -inch DSL to connect the piping between Digester No. 1 and Digester No. 4. The higher elbow should be located at invert elevation 652.00. Add a "8" DSL IE 652.00" sellout to this higher elbow. Delete the 8° DSL invert elevation (IC 654.5) callout which is shown on drawing 70- ASM1.05 on the horizontal piping midway between Digester No. 1 and Digester No. 4 next to keynote 3. Additional Coments. Copies lo: Jobsite; File, JF Ahern Qulckr Connectors Connect Lotus Culckr to the desktop applications That you use everyday. Download the connectors now. Learn More About Abort Lotus Guickr on ;brn.Com Help j Leg Out Tranowski, Glenn From: Sent: To: Cc: Subject: Ahern has submitted . a proposed cost impact for RFI 004 in the amount of $2029.00. $1261.00 for additional materials, and $503 for additional labor. With Miron's markup that comes to $2162.41. How would you like to handle this proposed cost? * ** Please note my address and fax # have changed. Jonathan Daniels, LEED AP - BD & C Project Manager Miron Construction Co., Inc. 1471 McMahon Drive Neenah, WI 54956 Jonathan .Daniels @Miron- Construction.com Thursday, October 21, 2010 2:12 PM - Tranowski, Glenn Wirtz, Randy; Solchenberger, Larry; Josh.Michalkiewicz @Miron- Construction.com; Gerald .David @Miron- Construction.com; s.summer @iiwengr.com 103400 RFI 004 Cost Impact Phone: (920) 969 -7392 Fax: (920) 969 -7399 jonathan.danielsCcDmiron-construction.com Experience the Miron Difference at www.miron- construction.com This e -mail and attachment(s) may contain privileged and confidential information and is intended for the addressee(s) only. If you have received this e-mail in error, please notify the sender immediately and delete the message. Any other use, printing, copying, forwarding or retention of this e-mail, is strictly prohibited. 1 MECIMN.IGA,t : &: _FIRE•. • PROTECTION'; CONTRACTOR -S ::: . : Jason Talbot l: "F. Ahem Co:_ : • . " ' ' Craig, eeiabek; IT. Ahem Co.. • S ept e rii iie 3 0;;201U. - Ph (920):9.59` -7392` `. • ;FX . (920) "969 7399. : • : mt::Jonatliaii Daiits6b.— ' .: :: • Miron : Construction 14 ] 11VIcIVlahori Road : - • • P0 Box:509 : :: Neenah; WI: 5:495 1- 050:9 ' :. • ' J. F - ;10)3'#• 21,i921 • • :'CUSTO1\ rE -# : • ; • ; • • RFI:NO, 4- BUILDING 70 DSL•PJP NG CHANGE:' D ear Jonathan: : ' : Respohd.by:10 / 09 / • ::: : : TWO THOUSAND :TwOrrY -NJ E AND 00/ DOLLARS: : • ;$S.S: b ids.Street : • : P.0:.Bo c.13.16. Fond:du ae; WI 54.93,6 =131°6 • • Ph (920 )921' -90 0 i' F 092004294825: L_ •••• :..... :�vvwwjahrn:egxri • - Please see' the additional:costs associatedkwith•adding:two:8" glass ductile iron 90: • degree elbows : and. flanged spool to modify.tho pipit-4;0. the new elevations requiired by RFl . :NO: 4 - 13ui1dirig 70 8'!• DSL Pipe Spools s ::' :: • : : : :: •` : • • ::: • • $2;029 :oo :. : This proposal , only: covers the' : direct costs: of: labor m aterials.arid equipment to execute the changed work • . described :in'the proposal.:.. : :' .'::: '.::: _ :. ::. • • 1 :the'present,tune We cannot assess or . evaluate the overall impact' of the changed orkori_our:original We thereby reserve •ou rights :to claun.for.any indirect:costs which may arise iii the future -as a result:of; delays to:the•work; out of sequence work inefficiencies; rextended' eorripletioti Tabor and ' material: escalation: and % Qr acceleration: acid exteinded.`wanranties:: = Sincerely, J. F. MORN CO • •Biuilding•th Midwest Siric.e :1 ; . 3m )tent Descrl . :tikn N10 41:•1Matene1 'TOTAL; M - ;:Ma'terial Fgre'man' '• • • ..' 4ouhieynian F:orerrian. Room & Board • Togl=:Co. "sts• . . TOTAL:_! - .Lebgr. - :Q�ie head `& Profif - Materials .Overt cad & Pfgfit -tabor -- TTOTi4CV :P:rofit .. : hange• Girder -- S 'Project;: Dubuque WWTP • Pro jest-.`#: 21192.1. • . Proposal Dat "ef09130/2010 Change Qfder 8 Revisiori:0 - Description of Work: R FI No 4 - Building 70 DSL Piping Change• �. Total CO,prrtount : $2,029.00 Unit.of Unit Price . . Galc.T • - e . Quantit ..(Illeasure . • or Rate : ..•CT %. ?Total Amount Lurii .S -. ::0:00:Lump; :Sum :.. ::49:"•.....:0:00 = -- =..1•161.,49 Urfit Price' • • 3:00 : Hour '81:50 0410 244.50 • Unit - Price 3110 Hour . • 64.97 0:00 19491 Unit price 3.00 ' Hour 12:50 0.0.0 37.50 . Percent . 476.91.. • .0.00 • 5:0 .:.. , ... :. 6.23 . .. :$503 `Percent • ' . 1,261.49 - 0:00 15.00 189.22 :Percent•.. .. . :0:00: 9- 5:00.: . 75 :47. .. .... .. - . . $2fi5 • Grand Total: This proposal only covers the direct costs of labor, materials and equipment to execute the changed work described ih the proposal. At the'present time, we cannot.assess or evaluate.the overall impact of.the changed work on our original• scope of work. • We thereby reserve o.ur rights to claim - for any indirect costs which may arise in the future as: a result of delays to the work, but'ofsequence work, inefficiencies,. extended contract completion, labor and. material escalation and / or acceleration and extended. warranties. Page 1 of 1 3m .. • :$2;0291 1 Job Name:..' • Jth Nurriber• RE • PUITPQ T WPCP 211921 11FI,NO Pa: CHG Date' •9/27/2010.' • Page. . 1 of 1 EA. • •' 2 =BA • Des • DIGNTERNO. 4 TO NO.1 ADb 8 ".Gti LG 90 • :EL,BQW. ••ADID 8 " X 7'•6'GL WF SPOO'L ADD FLANGE • • Material 837. .75 / $67 563.83 / EA $503:8 11.08 / EA I $2Z 6 _$1;261: Labor 0.301 EA. ..Q4 • .0:75 / EA . : tO • ... 2.30 / EA • 44 . . *qi. pniorit b.00 / EA.. $0:00: 0:00 /• E4 OM. • o.p0 / IAA • $Q:00 • 3 m� Lotus. Places Quickr Public Places Files Glenn. Tranowski I Help , Lou Out Building Excellence Go Up RFI (Enter Question) RFIs (Unanswered) RFI Log (Completed) Room Index Place Tools Advanced Search Work Cllline Public Places Lotus Quickr Help Home Help Select Time Zone Technical Content Best Pr actices .Jrki You are in: DubuqueWPCP>RFIs>RFI Log (Completed) Precast Steel Embedment Created By: Dawn M Floriano 10/14/2010 04:02 PM Updated By: Dawn M Floriano 10/19/2010 10:28 AM Check Out and Edit Complete More Actions Project Name & Number: Dubuque Water Pollution Controls #103400 Miron RFI # 017 Subcontractor RFI # 2 Date Created 10/14/2010 Specification/Drawing Reference 03415 and 03425 Cost Effect Clarification Only RFI Status Status: Incomplete Assigned To: Dawn M Floriano Due Date: 10/16/2010 Who can edit this task? All Members Priority: Normal Submit RFI To Glenn Tranowski Review Status Miron Posted Enter Question The precast manufacturer would like to use galvanized steel material in lieu of stainless steel for Structure 090 Maintenance Building. Please advise. Respond No Later Than 10/16/2010 Probably Effect Cost Impact Project Impact Impact Unknown at this time RFI Recommendation / Response The precast manufacturer may use galvanized steel material in lieu of stainless steel for the Maintenance Building (Structure 90). If precast manufacturer uses galvanized steel material, Contractor shall provide credit. Contractor shall cold galvanize welds in the field. Exposed galvanized material shall be painted in the field per specifications. Contractor to verity which material will be used in the Maintenance Building precast. Additional Coments. Please note that 10/16/10 is a Saturday and not a normal work day. Strand will work to provide a response to this RFI by 10/19/10. Glenn Tranowski - 10/14/10 Copies to: Jobsite; File, Spancrete, Pospisit Qutckr Connectors Connect Lotus Cuickr to the desktop applications that you use everyday. Download the connectors now. Learn More About About LOTUS vi: +Xr on rher oom i Search in this place 1W Tranowski, Glenn From: Sent: To: Cc: Subject: Yes. * ** Please note my address and fax # have changed. Jonathan Daniels, LEED AP - BD & C Project Manager Miron Construction Co., Inc. 1471 McMahon Drive Neenah, WI 54956 Phone: (920) 969 -7392 Fax: (920) 969 -7399 jonathan .daniels @ miron - construction.com Jonathan .Daniels @Miron - Construction.com Monday, November 22, 2010 4:25 PM Tranowski, Glenn Gerald .David @Miron - Construction.com; Josh.Michalkiewicz @Miron- Construction.com; Solchenberger, Larry; Wirtz, Randy; s.summer @iiwengr.com RE: 103400 Structural Precast From: 'Tranowski, Glenn" <Glenn.Tranowski @strand.com> To: " Jonathan. Daniels @Miron- Construction.com" < Jonathan .Daniels @Miron- Construction.com> Cc: 'Wirtz, Randy" <Randy.Wirtz©strand.com>, "Solchenberger, Larry" < Lany.Solchenberger @strand.com >, "s.summer @iiwengr.com" <s. summer @iiwengr.com >, "Gerald .David @Miron- Construction.com" <Gerald. David@ Miron - Construction.com >, "Josh.Michalkiewicz@Miron- Construction.com" <Josh.Michalkiewicz @Miron - Construction.com> Date: 11/22/2010 04:11 PM Subject: RE: 103400 Structural Precast Jonathan, With the Miron bonds and insurance, does this result in a total credit of $11,105? - Glenn W. Tranowski Strand Associates, Inc. (608) 251 -4843 From: Jonathan .Daniels @Miron - Construction.com [ mailto :Jonathan.Daniels@Miron- Construction.com] Sent: Monday, November 22, 2010 1:27 PM To: Tranowski, Glenn Cc: Wirtz, Randy; Solchenberger, Larry; s.summer @iiwengr.com; Gerald .David @Miron - Construction.com; Josh.Michalkiewicz @Miron - Construction.com Subject: Fw: 103400 Structural Precast Below is a poundage as requested. 1 3n * ** Please note my address and fax # have changed. Jonathan Daniels, LEED AP - BD & C Project Manager Miron Construction Co., Inc. 1471 McMahon Drive Neenah, WI 54956 Phone: (920) 969 -7392 Fax: (920) 969 -7399 jonathan .daniels @ miron - construction.com - -- Forwarded by Jonathan Daniels /Menasha /Miron on 11/22/2010 01:26 PM From: - "Holewinski, Greg" <GHolewinski @Spancrete.com> To: < Jonathan .Daniels @Miron- Construction.com> Date: 11/17/2010 02:43 PM Subject: RE: 103400 Structural Precast Jonathan, We rechecked our quantities and costs and discovered that we did not account for all of the headers required. We have an estimated weight of steel required of 3,380 #. The total credit to change from stainless steel to galvanized steel is 10,941.00. Please review and respond. Thanks. Greg Holewinski Regional Sales Manager Quality I Service Durability The Spancrete Group, Inc. P.O. Box 828 Waukesha, WI 53187 Direct: 414.290.9253 Cell: 414.467.0505 Fax: 414.290.9125 www.spancrete.com gholewinski @spancrete.com This e-mail and attachment(s) may contain privileged and confidential information and is intended for the addressee(s) only. If you have received this e-mail in error, please notify the sender immediately and delete the message. Any other use, printing, copying, forwarding or retention of this e-mail, is strictly prohibited. From: Jonathan .Daniels @Miron- Construction.com [mailto: Jonathan. Daniels@iron - Construction.com} Sent: Tuesday, November 16, 2010 5:54 PM To: Holewinski, Greg Subject: Fw: 103400 Structural Precast 2 fan 99- A55.01 +EL. 627.0 E 637. P -70 -05 FD EL 626.7 (TYP.) 634.66 CL EL 637.00 BF I (TYP.) EL 636.50 EXPANSION JOINT (TYP.) 0 5" OF IE 637.25 ING HOOK IN OOR SLAB ABOVE . 1.0 TON ACITY TYP. OF 99- AS5.01 +EL 627.00 _ C -70 -07 12" DG fk EL 635.00 C -70 -08 99- AS5.05 STAIRWELL 6" DSL CL EL 636.0,E -70 -08 mil 12' DG CL EL 634.70 CL EL 635.50 IE 637.000 SLAB SAWN 6" DSL JOINT (TYP.) IE 636.00 EL 636.75a 99- AS5.01 " BSL Q EL 638 -70 -0 8' OF IE ....250 12" DG 6" PRF Q EL 534.30 CL EL 634.50 12" DG Q EL 6 70 -02 HYDROPHIUC WATERSTOP (TYP.) IE 633.00 #5912" (TYP. IE 638.00 EXPANSION JOINT (TYP.) IE 633.00 6' DSL Cl EL 625.00 GESTER NO. 3 CONCRETE PIER (TYP.) SEE PIER SCHEDULE AND DETAIL 6" DSL EL 629.50 IE 633.00 #6912" DOWELS (TYP) 8" OF IE 633.00 5" DSL EL 629.50 DIGESTER NO. 4 12" DG %. EL 635.50 6' DSL I, EL 625.00 36" ACCESS MANWAY WITH BF IE 630.00 (TYP. OF 2) 99 -M5.01 -3" INSULATED LINER PANEL AS SPECIFIED, FULL HEIGHT. CUT TO FIT AROUND PIPING AND OTHER WALL PENETRATIONS. WRAP AROUND COLUMNS (TYP.) SHEET 145 70 -ASM 1.03 JOB N0.1154 -008 2 \ (70- ASM3.03f 12" DG EL 635.50 GENERAL NOTES: , 1. SEE GENERAL NOTES ON SHEET ", 70- ASM1.01. 2. LAP #4 VERTICAL MASONRY REINFORCEMENT 1' -B" WITH DOWELS AT BASE OF WALL EXTEND REINFORCING TO EL. 638.00. GROUT CORES WITH REINFORCING 50110. 3. PITCH SLAP -ON -GRADE TOWARDS FLOOR DRAINS WITH PITCH LINES AS NOTED ON THE DRAWING. FOR FLOOR DRAJNS LOCATED NEAR EQUIPMENT THAT ARE NOT SHOWN WITH PITCH LINES, LOCALLY SLOPE FLOOR 1/8" PER FOOT AWAY 12" DG FROM EQUIPMENT. EL 634.80 4. FOR PIPE ELEVATIONS ON HEATING HOT WATER PIPING SEE HVAC PLANS. WALL REINFORCING. SEE SECTION (TYP.) CONSTRUCTION JOINT W/ PVC WATERSTOP (TYP.) (70- AM3.04 J� �Iak ®O 11�11.� II R`�r S:I1 TMARELSZW 2" GLY _ 6' DSL J I 6" DSL EL 636.00 r CL El 638.00 //5®12" 12" DG DOWELS / �CE EL 634.40 EL 635.25 (TYP.) File: S:\ MAD\ 1100 -- 1199 \1154 \008 \Acad \Strand Drawings \70 ASM1.03.dwg Time: Jul 19, 2010 - 9:44am 6" DSL CL, EL 638.00 FOR CONTINUATION SEE DRAWING 70 -ASM 1.04 PLAN KEY NOTES: SEE SHEETS 70- ASM1.02 AND 70- ASM1.03 FOR LOCATIONS OF BASEMENT SLAB CONSTRUCTION JOINTS O PROVIDE BEVELED FLANGE FILLER AS REQUIRED (TYP.). O3 PROVIDE TAPPED BLIND FLANGE OR TAPPING SADDLE WITH 1" TAP AS SHOWN 014 DRAWINGS WITH AUTOMATIC DRIP TRAP AND BALL VALVE AT LOW POINT 114 PIPING. ROUTE DRIP TRAP TO NEAREST FLOOR DRAIN. PIPE PER METERWMANUFACTURER SIDE OF RECOMMENDATIONS. (TYP.). O SS TAPPING SADDLE FOR 1/2' DG SENSOR UNE TO DG GAS MANOMETER. PROVIDE ISOLATION VALVESDLE AND MANOMETER. DG GAS (SENSOR '' LINE SHALL BE SS (TYP. Iv 4).5 ROUTE 1/2' DIGESTER GAS, PIPING T MANOMETER LOCATION SHOWN 70- ASM1.05. © INSULATE PIPING, IF FITTINGS. SEE SPECIFICATIONS. O TAP, VALVE, AND PLUG W FOR DG PRESSURE SENSOR (TYP. OF 4). 0 6' FLEXIBLE CONNECTION (TYP. OF 4). 0 PRESENCE ABSENCE DETECTOR (TYP. OF 2). CI HIGH PRESSURE SENSOR (TYP. OF 2). 11 LEVEL SENSOR SEE SHEET 70- ASM1.04. 12 CONCRETE EQUIPMENT PAD 13 SEE GAS SCHEMATIC FOR ADDITIONAL DETAL. 14 BLIND FLANGE WITH 3/4' 5S PIPE, VALVE, AND 3/4' GHT FITTING (TYP. OF 8). 15 ELEVATED PIPE SUPPORT -1 SEE SPECIFICATIONS FOR MAXIMUM SPACING BETWEEN PIPE SUPPORTS. 16 ELEVATED PIPE SUPPORT -2 SEE SPECIFICATIONS FOR MAXIMUM SPACING BETWEEN PIPE SUPPORTS. 17 JACKET, TUBE ND P PINGH EXCHANGER NOT SHOWN. (TYP. OF 6). SEE ( 99 -H 7.02 18 SLUDGE SAMPLE LOCATION. PROVIDE BOSS 014 FITTING W /2' TAP FOR SA PIPE (TYP. OF 4). 1g 1' -4'X5" BEAM POCKET. TOP OF CONCRETE EL. 638.67. RUN WALL REINFORCING CONTINUOUS THROUGH BOX OUT. NPT-F HALF COUPLING 20 F " PORTS THERMOWELLS TWO PER DRAFT TUBE (TYP. OF 6). 21 SLUDGE SAMPLE LOCATION. CONNECT SA PIPE TO 2 FPT TAP ON DRAFT TUBE. (TYP. OF 6). SEE 22 PROVIDE ADDITIONAL DIAGONAL REINFORCING AT CORNERS OF SLAB -ON -GRADE AT DRAFT TUBE MIXER PEDESTALS PER( C , (TYP. OF 8). 99- AS5.01 f ( 99- A S5.01 ( D 99 -M5.02 23 #4048" O.C. VERTICAL REINFORCEMENT. C I FLOOR MOUNTED PEDESTAL BASE FOR PORTABLE DAVIT CRANE. CONTRACTOR SHALL COORDINATE LOCATION TO ALLOW REMOVAL OF SUMP PUMPS. 25 PROVIDE BOSS ON FETING WITH 1/2" TAP, FLAME TRAP, BARB FTITING, AND S.S. BALL VALVE FOR DG SAMPLE TAPS. ROUTE CONNECTION POINT TO APPROXIMATELY 5' AFF (TYP. OF 5). 26 PROVIDE ADDITIONAL REINFORCING AT MANWAY OPENINGS PER �.. 27 BID ALTERNATIVE NO. 6 S INCLUDE PLUG VALVE AN PIPING TO 6' TEE. PROVIDE eUND FLANGE ON TEE AS PART OF BASE BID. EL. 640.50 REINFORCING NOT SHOWN 6" DSL /BSL B" OF fL EL 638.00 - IE VARIES S €L. 627.00 I 4J�li•4 I = = U 6' DSL .121 fL EL 636.00 -\ y BASEMENT i4 milaM• () I - 12' DG = I EL VARIES 7001 6" DSL* fL EL 629.50 70-1 U 70-02 r REINFORCING / 12" DG 10" DG t EL 651.30 EL. 640.50 t EL 634.30 I EL 654.60 70 -04 10" DG fL EL 651.00 t EL 646.88 12" DG• fL EL 631.14 12" PRECAST EL 637.00 #4012" (TYP.) J 10" DG t EL 636.50 CL EL 654.00 12" DG t EL 631.50 6" DSL t EL 636.00 10" DG t EL 634.66 12" DG EL 631.0 LANDING EL. 649.02 CONCRETE BEAM (TYP.) SEE BEAM SCHEDULE AND DETAIL K 99- AS5.04 12" DG t EL 634.70 FIRST FLOOR 8" OF IE VARIES BASEMENT 12" DG• Q EL 631 .14 12" DG t EL 634.30 -\ 8" OF IE VARIES EL. 626.00 OVERHEAD DOOR SILL NOT SHOWN PLANK RRO EL 657.50 EL 627_00 ( A ) (TYP') 70- ASM3.02 SECTION 10 70- ASM3.03 0 1' 2' 4' 8' SEE SHEETS 70- AS1.02 AND 70- AS1.03 FOR FOOTING SCHEDULES PI ANK BRIT EL 667.83 1/2' EXPANSION MATERIAL, HOLD DOWN 1/2" AND CAULK (TYP.) Fi�S:\ MAD \1100 -- 1199 \1154 \008 \Acad \Strand Drawings \70 ASM3.03.dwg Time: Jul 19, 2010 - 9:46am 4" HIGH x8" WIDEx0.063" ALUM. SCUPPER. ALL - SEAMS SOLDERED. SEE � \ PLAN FOR LOCATION. _. 1 8" PRECAST l i SECTION 2 70- ASM3.03 0 1' 2' 4' 8' / \70- ASM3.02.) MP') - 8" DEEP x 12" WIDE x 0.063" ALUM. CONDUCTOR HEAD 4" DEEP x 4" WIDE x 0.050" ALUM. DOWNSPOUT LANDING EL. 659.83 CONCRETE SPLASH BLOCK 6" GRANULAR CUSHION OVER VAPOR BARRIER (TYP.) REINFORCING NOT SHOWN REINFORCING NOT SHOWN SECTION 13 70- ASM3.03 0 1' 2' 4' 8' 12' CRUSHED STONE OVER GEOTEXTILE FABRIC (TYP.) GENERAL NOTES: 1. SEE DRAWING 99- AS6.03 FOR GENERAL ARCHITECTURAL AND STRUCTURAL NOTES, DESIGN CRITERIA, ALLOWABLE STRESSES, SOIL BEARING VALUES, AND REINFORCING LAP LENGTHS AND COVER REQUIREMENTS. 2. SEE SHEETS 70- AS1.02 AND 70- AS1.03 FOR LOCATION OF BASEMENT SLAB CONSTRUCTION JOINTS. • CONTRACTOR SHALL VERIFY DIMENSIONS, ELEVATIONS AND PIPE SIZES WITH EQUIPMENT MANUFACTURER. 3 - #5 CONT. KEY NOTE • pi ANK BRG EL 657.50 FOUNDATION INSULATION (TYP.) #5012" #5012" I T DOWELS #4012" CONCRETE STOOP / (02) O1 SEE (70- ASM3.02) AND (70- ASM3.02) FOR TYPICAL WALL DETAILS. O SEE PLUMBING DRAWINGS FOR NPW AND DEW PIPING TO ACCUMULATIONS (TYP.). • SEE PLUMBING DRAWINGS FOR DRIP TRAP DRAINAGE PIPING (1YP.). • CONCRETE EQUIPMENT PAD ( K ) 99- AS5.01 SO ACCUMULATOR AND AUTOMATIC DRIP TRAP NOT SHOWN. O PROVIDE BEVELED FLANGE FILLERS AS REQUIRED (TYP.). O ROUTE 1" SS DRAIN TO HUB DRAIN. AUTOMATIC DRIP TRAP NOT SHOWN. © SIDEOUTLET CROSS. O SLOPE DG PIPING AWAY FROM PRV. 10 PROVIDE BOSS ON FITTING WITH 1/2' TAP, SS BALL VALVE, FLAME CHECK, AND BARB FITTING FOR DG GAS SAMPLE TAPS. (DI 4"x4 "x1/4 "x4" LONG ANGLE 0 2' -0" O.C. FASTEN TO BEAM AND WALL WITH 1/2" 0 EXP. ANCHOR. PROVIDE VERTICALLY SLOTTED HOLE THROUGH ANGLE AT WALL. 12 PROVIDE TAPS FOR DIGESTER GAS SENSING UNE AND PRESSURE SWITCH. PROVIDE GAS SENSING LINE AS SPECIFIED INCLUDING 1/2" SS COILED TUBING COILED TO A MINIMUM DIAMETER OF 20 ". PROVIDE TEE WITH ISOLATION VALVE AT LOW POINT IN GAS SENSING PIPING. U, I ° m zzz Q N F cc GE 0 w et W I Z = VN E p, O 3 0 Y m W ' SHEET 156 70- ASM3.03 JOB NO. 1154 -008 STRAND ASSOCIATES, INC. ENGINEERS FINAL SEALANT 8" OF IE 654.5007 ' 8" OF IE 638.0007 6" PW CE EL 634.001 12 DG 4' D rk EL 634.30 1 45 EL 629.31 2" DEW 12" DG• rE-L -6 .32:30 EL 631.14 COVER SUPPORT 12" DG* CL EL 629.00 SECTION( 9 ) 70- ASM3.06 0 1' 2' 4' 5' II II I I I I I u COVER SUPPORT ROD SIDE SKIRT ROOFING ASPHALT FILL MATERIAL SUPPORT ROD ( A SIDE SKIRT SEAL 70- ASM3.06 NO SCALE BASEMENT 7001 4" D 1-E- L 634:05 File: S:\ MAD \1100 - -1199 \1154 \008 \Acad \Strand Drawings \70 ASM3.06.dwg Time: EL 663.50 EL - 6 - 3 - 37q EL. 640.50 EL. 629.0D EL 627.00 NOTES: 1. INSTALLATION OF SKIRT SEAL SHALL BE IN ACCORDANCE WITH MANUFACTURE'S REQUIREMENTS. 2. FILL MATERIAL SHALL BE APPROVED BY MANUFACTURER PRIOR TO SUBMITTAL. 3. SUPPORT ROD AND FINAL SEALANT SHALL BE PROVIDED BY MANUFACTURER AND INSTALLED BY CONTRACTOR. Jul 19, 2010 - 9:46am EL. 621.50 12" DG IE 631.33 Verify elevation with equipment manufacturer CENTER PIPING NOT SHOWN. SEE SECTION CONCRETE PIPE SUPPORT (TYP.) 8" SAMPLING WALL (TYP.) (PROJECTED INTO VIEW) ( 17 70- ASM3.05 ) EL 655.00 (NP.) 4' PRV ASSEMBLY WI 3 -WAY VALVE (PROJECTED INTO VIEW) OVERFLOW LEVEL E . 660.00 6" BSL EL 636.75 (ROTATED INTO VIEW) FIXED DIGESTER COVER SECTION( 16 70- ASM3.06 0 I' 2' 4' B' WALKWAY ROTATED INTO VIEW GENERAL NOTES: 1. SECTION CUT IS COVER LAYOUT IS SIMILAR FOR T DIGESTER S 0 NO. 1. SEE PLAN VIEW DRAWINGS. • CONTRACTOR SHALL VERIFY DIMENSIONS, ELEVATIONS AND PIPE SIZES WITH EQUIPMENT MANUFACTURER. ELEVATED PIPE SUPPORT -2 a a a 10" DG EL 637.50 A6: TgilaigiA„. EL 660.00 EL 660.00 LOW EL 657.00 EL. 658.00 BOTTOM OF SKIRT EL. 656.00 EL. 623.00 6" DSL rr EL 625.00_ 12" DG EL VARIES (ROTATED INTO VIEW) ELEVATED PIPE SUPPORT -1 ( 99 -M EI . 663.50 HIGH EL. 661.2 FIRST FLOOR SIDE SKIRT SEAL (TYP.) 70- AS M3.06, ROTATED INTO VIEW 3" INSULATION W/ EL STOMERIC COATING (TYP.) EL. 640.50 0 0 STAIRS AND PLATFORM ROTATED INTO VIEW BASEMENT 7001 5" DSL rE EL 629.50 EL 629.00 EL 657.50 EL. 627.00 EL 626.00 KFY NOTES: 0 1 3" INSULATED METAL WALL PANEL AS SPECIFIED, FULL HEIGHT. CUT TO FIT AROUND PIPING AND OTHER WALL PENETRATIONS. WRAP AROUND COLUMNS. PROVIDE CONT. 6 -MIL VAPOR BARRIER BETWEEN METAL PANEL AND INSULATION. 02 FOR WALL AND SLAB REINFORCEMENT SEE (70-A39.43.04) 03 SEE PLUMBING DRAWINGS FOR NPW AND DEW PIPING TO ACCUMULATORS (TYP.). SEE PLUMBING DRAWINGS FOR DRIP TRAP DRAINAGE PIPING (TIP.). CONCRETE EQUIPMENT PAD ( K ) 99- AS5.01 ACCUMULATOR AND AUTOMATIC DRIP TRAP NOT SHOWN. PROVIDE BEVELED FLANGE FILLERS. PROVIDE BLIND FLANGE WI 3/4" SS PIPE, VALVE, AND 3/4" GHT FITTINGS. (TYP. OF EACH PIPE). AUTOMATIC DRIP TRAP INSTALLED W/ PIPE SADDLE ON 12" DG PIPING. ROUTE DRAIN TO NEAREST FLOOR DRAIN. 10 VERIFY SPOOL PIECE LENGTH WITH COVER MANUFACTURER. z 0 U) ZZ�02 LU Nog' LC 4 11 0 WIZ z0 m O W Q 0 3 3 O m 0 u. 0 O D U STRAND ASSOCIATES. INCA ENGINEERS SHEET 159 70- ASM3.06 JOB NO. 1154 -008 1 FOR CONTINUATION SEE DRAWING 75- ASM1.02 �A 1 I I 392G: 1 4/ / / / / / / / / //. /.//// / / / / / / / / / / / / /A / / / / // l co n 0 0 e tt N r 1 -6" 0 • WRZEfflal 12a. I e% 7 5 46 0 O a) MASONARY CONTROL JOINT (TYPE 1) TYP. J 75- ASM3.02 CONCRETE FRAME ( 75- ASM3.01 A \ f 1' -8" 2' -O" 1 -0" 7' -8" EL 628.50 EL. 628.34 SLOPE N a U, 6 '_ 8 " E 628.34 SLOPE TRENCH DRAT (TYP. OF 4) 7 -EL. 628.50 7525D CONCRETE FRAME (75- ASM3.01 e 1 2'-0 29' -8" D C 2' -0" 31' -4" 6' - B" EL. 628.50 SLOPE EL. 628.34 EL 628.50 7525C GUARD POST (TYP.) ( 99 - (5.01 ) OVERHEAD DOOR SILL SECTION/ 99- 5502 12' -0" 8 " 7 -4" SLOPE 0 EL. 628.50 -� EL. 628.34 0 1 -8" 1' -0" 1' - 6" File: S: \MAD \1100 -- 1199 \1154 \008 \Acad \Strand Drawings \75 ASM1.03.dwg Time: Jul 19, 2010 - 9:53am 1 - 6" I L EL. 628.50 7528A 1' -B" EDGE OF PLANK OPENING ABOVE DRAINAGE STAT1011 A A 75- ASM5.02 EL 636.13 1' -0" 2' -0" 3 -4" 0 2' -6" 4' -0 2" UP I 9 -0" 1J co 17 127011 =1 ' -O" Y 13R07 " ± =7 " -7 1/2" CONCRETE STOOP G ( 99- AS5.02 20' -0" " r® 11' -6" PLAN D V 2' 4' 8' N O PENING ABOVE EL 628.35 N CONCRETE STOOP 99- A5 C G ) 5.02 I PASSAGEWAY 17524i ALUMINUM RS ( 99- A S5.04 EL. 628.50± (MATCH EXISTING) L n 6 -4" Q COLUMN E3 I i I I 1 1' -4" FOR CONTINUATION SEE DRAWING 75- ASM1.06 GENERAL NOTES: 1. REFER TO DRAWING 75- ASM1.01 FOR GENERAL NOTES. 2. LAP MASONRY WALL REINFORCING 3' -4". GROUT CORES AT REINFORCING SOLID. PROVIDE ADHESIVE ANCHORED DOWELS OF SAME SIZE AND SPACING AS WALL REINFORCING AND EMBED 6" INTO FOUNDATION WALL EXTEND WALL REINFORCING 6 INTO BOND BEAM AT TOP OF WALL 3. FOR TYPICAL WALL SECTIONS, SEE 0 0 MERZE{EglirIERIMMEW 4. PROVIDE LINTELS AT ALL DOOR OPENINGS. SEE DOOR SCHEDULE. 5. LAP MASONRY WALL REINFORCING 1' -8 ". GROUT CORES AT REINFORCING SOLID. PROVIDE ADHESIVE ANCHORED DOWELS OF SAME SIZE AND SPACING AS WALL REINFORCING AND EMBED 4" INTO FLOOR SLAB. KEY NOTES: ® 1' -6 "x6" PRECAST COLUMN CLADDING( ) 99- A55.07 ® PROVIDE #6024" OC VERTICAL REINFORCING CENTERED IN 12" EXTERIOR AND INTERIOR CMU WALLS. SEE GENERAL NOTE 2. (3 PROVIDE 16040" OC. VERTICAL WALL REINFORCING CENTERED IN 8" EXTERIOR CMU WALLS. SEE GENERAL NOTE 2. ® 8" NON- BEARING CONCRETE BLOCK WALL O PROVIDE LINTEL TYPE L -4. SEE LINTEL DETAIL ( B ) 99- AS5.03 ® ARE EXTINGUISHER WI BRACKETS. SEE SPECIFICATIONS FOR QUANTITY. O PORTABLE DAVIT CRANE FLOOR MOUNTED PEDESTAL BASE. CONTRACTOR SHALL COORDINATE BASE LOCATION WITH EQUIPMENT. MFR. TO ALLOW REMOVAL OF SUMP PUMPS. (21 W8x28x12' -6" SUPPORT BEAM FOR PRECAST PLANK WITH HSS 4x4x3/8 COLUMNS AND BASE PLATES 10"x10 ". E DETAILS( B ) PRECAST SUPPORT, 75- ASM5.02 D BEAM- COLUMN CONNECTION, AND(75- ASM5.02 INTERIOR COLUMN FOOTING. O PROVIDE THE AND DETAIL 10 PROVIDE 14048" OC VERTICAL WALL REINFORCING IN 8" INTERIOR WALL. SEE GENERAL NOTE 5. PER SPECIFICATIONS 11 CAULKED JOINT AT INTERIOR AND EXTERIOR FACE. 12 PROVIDE MASONRY TIES 016" OC TO CONCRETE FRAME (TYP.). KEY PLAN NO SCALE z I= I J 0 N 3 0 0 m U, O SHEET 196 75 -ASM 1.03 JOB N0. 1154 -008 z 0 STRAND ABBOCIATEB, INC.' ENOINEERB l WATER POLLUTION CONTROL PLANT MODIFICATIONS DS PROCESSING BUILDING BASEMENT PLAN - 2 DUBUQUE, IOWA CITY OF DUBUQUE JULY 2010 RECORD DRAWING E: APRIL 2010 ASM3.05 75 -01 HINGED ACCESS HATCH POLYMER FEED POINT #2 3' PEC STORAGE ROOM 7520A 6" WAS CL EL 640.00 6" WAS � FOR CONTINUATION SEE DRAWING 75- ASM1.05 6" WAS q. EL!641.50 I, EL 639.00 rL EL 639.00 75 -C -16 6' DSL ¢ EL 640.00 752 6' DSL CL EL 638.00 6' WAS I. EL 640.00 FOR 6" DSL fL EL 638.00 6" BSL rE EL 638.00 PEC 9O nl 75 -C -10 75 ASM 3.08 1 1 N D 1' 2' 4' B' PLAN 3" PEC 75 -C -11 75 -C -12 COUPLING ADAPTER (TYP.) 6' WAS CL EL 640.00 POLYMER MIXING VALVE Q (TYP. OF 2) 5 -6" 0 w n Q n ✓ m I 1 EDGE OF FIRST FLOOR INFILL ABOVE (TYP.) 13' -3 1/2" BASEMENT 175191 I 110x 10x6 WYE I ilE 639.500 I II 6" WAS rE EL 631.50 ONCRETE FLOOR BEAM ABOVE (TYP.)( K 99- AS5.04 ,/ N n 75 -C -13 75 -C -17 7' -9 1/2" 75 -C -18 75 -C -14 COLUMN (TYP. OF 10 99- AS 5.05 6" CNT CE EL 629.86 75 -C -19 75 -C -15 r ■ ! 10" CNT L IE 637.55 I 1 CO I 45" ELBOWS CNT IE 639.27 I , 6" TWAs \WAS CL EL 640.00 - -7 6" WAS EL 631.50 O VERIFY SIZE AND LOCATION OF q. POLYMER MIXING VALVE WITH ROTARY DRUM THICKENER MANUFACTURER. IF REQUIRED, CONTRACTOR SHALL SHIFT 6" BSL PIPING WEST TO AVOID CONFLICT WITH EXISTING CONDUIT JUNCTION BOX. 6" PRF EL 642.00 6" PRS EL 642.00 r r . L 6' �WAS/V AS Q EL 640.OD • U � 7519A I_ n Il Il_il 0 1 GENFRAL NOTES: 1. REFER TO SHEET 75- ASM1.01 FOR GENERAL NOTES. KEY NOTES; 0 0 PROVIDE 12" MASONRY BLOCK WALL W/ 2 -HR FIRE RATING. PROVIDE FIRESTOPPING AT ALL PIPE PENTRATIONS FOR 2 -HR FIRE RATING. RELOCATE CW PIPING TO AVOID CONFLICTS WITH NEW WORK. PREPARE AND PAINT STEEL GUARD PLATES (TYP.). WYE AND ALL CNT PIPING AND FITTINGS DOWNSTREAM OF WYE SHALL BE CPVC. ALTERNATE POLYMER MIXING VALVE LOCATION. PROVIDE SPOOL LENGTH SANE AS POLYMER MIXING VALVE. CONTRACTOR SHALL VERIFY SIZE AND LOCATION WITH ROTARY DRUM THICKENER MANUFACTURER. PROVIDE TAP FOR PRESSURE GAUGE ASSEMBLY. 0 COORDINATE CONNECTION BETWEEN POLYMER MIXING VALVE AND 3" PEC WITH ROTARY DRUM THICKENER MANUFACTURER. 10 CONNECT NEW VENT TO EXISTING VENT. FIELD VERIFY EXISTING VENT ELEVATION. PROVIDE FITTINGS AS REQUIRED. 11 BID ALTERNATIVE NO. 6 SHALL INCLUDE ALL 6" FR PIPING. (DI PROVIDE TAP FOR DEW FLUSHING UNE. 13 ROUTE PIPE IN VERTICAL TO ABOVE HUB DRAIN. CUT PIPE TO PROVIDE TAPERED 45 DEGREE END AT BOTTOM OF PIPE. 14 FIRE EXTINGUISHER IN BRACKETS. SEE SPECIFICATION FOR QUANTITY. 15 ADJUST PIPING ELEVATION AS REQUIRED TO AVOID DOOR LINTEL AND STAIRS. (:)/ PROVIDE MASONRY TIES 016" OC TO EXISTING CONCRETE WALLS. 6" PRF Q EL 642.00 2" CA 10" CNT IE 637.28 6" PRS fE EL 640.50 te r' q, EL 641.00 6" S 6" TWAS /WAS I. EL 636.75 6" TWAS/WAS CL EL 631.50 KEY PLAN NO SCALE 1 0 0 z 0 0 z z Z Z N a u) W Z C.) W o CC W a cn ® J 0 N STRAND ASSOCIATES, INC.* ENOINEEREI t C SHEET 199 75 -ASM 1.06 JOB NO. 1154 - 008 File: S:\ MAD\ 1100 -- 1199 \1 154 \008 \Acad \Strand Drawings \75- ASM1.06.dwg Time: Jul 19, 2010 - 9:53am 6" BSL EL 654.50* 6' BSL /DSL Q EL 653.17* 6" BSL CE EL 647.54 6" BSL EL 638.83 00 LEL VEIT 6" DSL q. EL 639.33 6" DSL _ rE EL 638.00 am .47 AUL VET C- 0 Coy AEX HDC 75 -06 0 *.410; ∎1.4 ill..4111 o *I .4 ?cm #) r m=::ms..1* ;l+ 6" DSL q. EL 647.54* 00 00 00 U p `4\♦ l g �� 9) NI" I � i 1 I r i____. I � I ---� � - r_�I 1_-__- I r- .� - - 1i m 6" BSL EL 64 0 ro, 00 6' FR q EL 639.00 BID ALTERNATIVE NO. 6 851MP 6" BSL EL 647.5 545s 1.1 MCv 75-04 J EL' 642. A 1M 6" S ~ EL 641 Q0 6" TWAS/WAS rE EL 640.00 16012 "x31' -9" ALT. W/ 16012 "x10' -0" #6012 x15' -O" ALT. W/ #6012 "x31' -9" BALL CHECK VALVE (TYP. OF 2) 8 "x6" REDUCER (TYP. OF 2) 8" BSL EL 629.67 6" DSL `X 6704 6"-DST 351 EL 637.00 l SAMPLE SINK NOT SHOWN FOR CLARITY 4" BSL I EL 654.58* (TYP. OF 2) HEAT EXCHANGERS NOT 7 - SHOWN (TYP.) SECTION 11 75- ASM3.09 0 0 AEL WIT 4" BSL T EL 647.62* (TYP. OF 2) #5012" Pr 0 4 © ■ ' IL 4" D (CPVC I 6" BSL c. EL 642.00 e , 6" BSL EL 638.00 - fi 75 -02 AEL 6" BSL q. EL 638.00 BID ALTERNATIVE NO. 6 SECTION 14 75- ASM3.09 0I 1' 6 6" BSL I. EL 654.50* PRESSURE SENSOR (TYP.) 6" BSL q. EL. 647.54* 6" BSL Q EL 638.33 6' BSL Q EL. 637.00 75 -02 - ritt 6" DSL rL EL 654.50'r I / � fL EL 642.00 6" 6" S CL EL 632.50 6" TWAS/WAS CL EL 631.50 8" BSL CL EL 629.86 ADDITIONAL REINFORCING AT CONCRETE OPENINGS (TYP.)( C 99- AS5.01 #6012 "015' -0" ALTERNATE W/ #6012x31' -9" #5012x31' -9" EL. 645.67 10" CNT IE VARIES #3 EW DRILL AND ADHESIVE ANCHOR 0012- DEEP (TYP.) HIX #5012" #6012'515' -0" ALT. W/ #6012'031' -9" #6012" I II •; , -- ____ r #6012' #5012" ADDITIONAL REINFORCING AT CONCRETE OPENINGS I HTX \70 -04/ 4'-0" SECTION 15 75- ASM3.09 O 1' 2' 4" DSL EL. 654.58* (TYP.) 4" D (CPVC) 6" DSL I EL 638.00 C C 99- AS5.01 GRATING (TYP.) EL. 645.92 6 -0' EL 645.75 70-01 70-07 (70-05) 7 2 / # 5012 6' , '/ IE 64 00 • 0 � ii,..__ I i III Pr 1r E 641(80 C) PROVIDE I PROTECTIVE COATING ON ,� ENTIRE CURB AND GROUT 6" D (CPVC) " FR ADJUST IE CONNECT 6 6 E 638.00 TO 10" D SECTION( 12 75- ASM3.09 0 1' 2' 4' 8' TAP FOR TEMPERATURE PROBE (TIP.) 0 SECTION 13 75- ASM3.09 EL. 646.50 EL 646.00 :.tip: - -' - -� NON- SHRINK GROUT CONCRETE BEAM (TYP. OF 3) 70 -03 6" BSL I. EL 653.17 PRESSURE SENSOR (TYP.) 6" DSL I EL 647.54* EL Y4 - 6" DSL q. EL 638.00 M 4" BSL /DSL EL 654.58* (TYP.) #3 E.W. DRILL AND AHESNE ANCHOR #3012" O.C. MIN. 3" DEEP (TYP.) 1 16012 "x31' -9" 6" PRF Q EL 642.00 \` 6 S c. EL. 641.00 6" PRS I EL. 642.00 6" TWAS /WAS T. EL. 640.00 _i 1 -4D (CPVC #6012 "x10' -0" ALTERNATE W/ #6012 "x31' -9" 6' BSL CL EL. 653.17 PRESSURE SENSOR (TYP.) 6" DSL . EL. 647.54* 6" DSL CL EL 639.33 6" DSL q. EL. 654.50* 6" BSL q. EL 654.50* KEY NOTES: Oi SLUDGE SAMPLE LOCATION. PROVIDE BOSS ON FITRNG C75- A ASM5.01 W/ 2" TAP FOR SA PIPE (TYP.) SEE ('IARIFlCATION: THE #6012 "x10' -0" REINFORCING SHOWN AS BOTTOM BARS ARE TOP BARS IN THE REINFORCING MAT. 0 PROVIDE 2" SS PIPE, BALL VALVE, FITTINGS, AND 1 1/2" HOSE FITTING AT 2" VENT AT HEAT EXCHANGER (TYP. OF 6). O3 PROVIDE CPVC BUND FLANGE AND TAP WITH 2" PIPE AND BALL VALVE. PROVIDE FLEXIBLE 2" HOSE AND FTTING AND CONNECT TO 2' D ON HEAT EXCHANGER (TYP OF 6). O SLOPE DRAIN PIPING AT 1/4"/FT. DETAIL. O ROUGHEN SURFACE MIN 1/2" AMPLITUDE. *CONTRACTOR SHALL VERIFY DIMENSIONS, ELEVATIONS, AND PIPE SIZES WITH EQUIPMENT MANUFACTURERS. 0 U, z 0 d zz 0 FE 9 m0 N z O a 0 0 O 2 z W O m 0 O 0 gc F- • o c°1 O CI I= O a W I STRAND AB80CIATE8,IN0 ENGINEERS SHEET 219 75- ASM3.09 JOB NO. 1154 - 008 File: S:\ MAD \1100 -- 1199 \1154 \008 \Acad \Strand Drawings \75- ASM3.09.dwg Time: Jul 19, 2010 - 9:55am File: S:\ MAD\ 1100 -- 1199 \1154 \008 \Acad \Strand Drawings \75— ASM5.01.dwg Time: Jul 19, 2010 — 9:55am u • UPPER LEVEL SAMPLE LINES DEW FLUSHING UNE SAMPLE LINE HEADER FROM UPPER LEVEL HEAT EXCHANGERS GENERAL NOTES: O = SAMPLE POINT. SEE PROCESS DRAWING FOR LOCATION. 2. 2" SA SHALL BE SS W/ SS BALL VALVES. PROVIDE UNIONS ON ALL VALVES. KEY NOTES' 0 FOR CONTINUATION OF NPW DILUTION WATER SEE DRAWINGS 75 -P1.03 AND 75- P6.02. 0 CONNECT TO POLYM : 7 D POINTS 1 AND 2 LOCATED ON® EEO PIPING. VEIT 0 CONNECTIEMT AND®' CALIBRATION CHAMBER V N TO MA ` H POLYMER TANK VENT PIPING. ® CONNECT TO POLYM D POINTS 3 ^ FEED PIPING. AND 4 LOCATED 0 0 CONNECT TO POLYMER MIXING VALVE LOCATED OI( ROT \FEED PIPING. 75 -02/ ROUTE ADDITIONAL PIPING TO FUTURE POLYMER MIXING VALVE LOCATIONS. TO AIR OPERATED GATE VALVES (TYP.) 1/2" CA SOLENOID VALVE (TYP.) 1" CA 2" SA (TYP.) SAMPLE SINK ON LOWER LEVEL TO TRUCK LOADING GATES (RM7525) CENTRIFUGE CENTRIFUGE OIL SYSTEM OIL SYSTEM (RM7513) (RM7513) 1/2" CA 1" CA 1" CA E 'COMPRESSED AIR SCHEMATIC 75- ASM5.01 NO SCALE GENERAL NOTES: 1. PROVIDE VALVE AND FLEXIBLE CONNECTION AT AIR SERVICE TO EQUIPMENT (TYP.). FROM IN O PLANT PUMPS ( SAMPLE SCHEMATIC 75- ASM5.01 NO SCALE 6" BSL FROM 2" CA FROM PRIMARY CAUBRATION SLUDGE PUMP STATION CHAMBER CHIP FROM X75 -01/ 6" CNT DISCHARGE PIPING O E FROM A" PITS FROM 6" PRF FROM 6" TWAS/WAS DEW ` FLUSHI GN UNE KEY NOTES CONTINUED: © CONNECT TO POLYMER MIXING VALVE LOCATED 0 RDT FEED PIPING. ROUTE 75 -01 ADDITIONAL PIPING TO FUTURE POLYMER MIXING VALVE LOCATIONS. O PROVIDE INSECT SCREEN FOR 6" VENT PF PF 0 CONNECT 75 - / AND 75 -04 CALIBRATION CHAMBER VENT TO MANNICH POLYMER TANK VENT PIPING. CORE HOLE THROUGH EAST WALL ADJACENT TO MANNICH POLYMER TANKS AS REQUIRED. O ROUTE PIPING AND ASSOCIATED VALVES BELOW GRATING (TYP.). 3" PEC #4048" OC DOWELS DRILLED AND GROUT INTO PRECAST AND BOND BEAM 2" CONCRETE TOPPING 12" PRECAST CONCRETE PLANK 00 2 1/2" NPW (TYP. OF 2)O1 3 PEC f At-H5 F . 01 NO \RD ALE POLYMER FEED SCHEMATIC 75- oil GROUT 4 AP L AP 1 -O" EMULSION POLYMER TOTES (TYP. OF 3) 2" FLEXIBLE CONNECTION (TYP.) BOND BEAM GROUT SOLID W/ 2 #5 CONT. PLANK BRG. EL 643.17 EL. 642.50 MANNICH POLYMER TANK (TYP. OF 2) 1" CLEAR PVC SITE GLASS (TYP. OF 2) #4048" OC DOWELS DRILLED AND GROUT INTO PRECAST AND BOND BEAM 2" CONCRETE TOPPING EL 644.33 0 PLANK BRG EL. 643.17 PLATFORM EL. 642.00 4 1/2" 4' -O" LANDING ALUMINUM RAILING C 99- AS5.03 \ ALUMINUM STAIRS 12" PRECAST CONCRETE PLANK GROUT BOND BEAM GROUT SOLID W/ 2 #5 CONT. 3" PEC 6" PVC VENT LAP 0 PLATFORM FRAMING BY EQUIPMENT MFR. B S.D1 ) WALL /FLOOR CONNECTION (G- STAIR /FLOOR CONNECTION 75- ASM 0 1 2 75- ASM5.01 0� OUTSIDE WALL PENETRATION (TIP. OF 2) 3" PEC 3x3x4 TEE (TYP. OF 2) CONTAINMENT WALL PENETRATION (TYP. OF 2) 2" FLEXIBLE CONNECTION (TYP.) EMULSION POLYMER TOTES (TYP. OF 2) 00 LAP BRG PROVIDE INSULATION WEDGE TO ACCOUNT FOR DIFFERENCE IN PLANK THICKNESS 8" PRECAST CONCRETE PLANK GROUT BOND BEAM GROUT SOLID W/ 2 #5 CONT. 1" GAP 4 1/2" 75- ASM D 5 ) PLANK BEARING 0 ®' 3" QUICK CONNECT CALIBRATION CHAMBER c CENTRIFUGE POLYMER FEED SCHEMATIC 75- ASM5.01 NO SCALE 6 1/2" GENERAL NOTES: 1. PROVIDE AMPLE UNIONS (NOT ALL SHOWN) AT ALL EQUIPMENT AND ACCESSORY CONNECTIONS TO FACILITATE EQUIPMENT REMOVAL 2. CONTRACTOR SHALL SUBMIT PIPING LAYOUT TO ENGINEER FOR REVIEW PRIOR TO INSTALLATION. 3. CONFIRM ALL PIPE CONNECTION SIZING WITH EQUIPMENT MANUFACTURER. PROVIDE ALL REDUCERS, UNIONS, AND ADAPTERS AS REQUIRED. NOT ALL REDUCERS, UNIONS, AND ADAPTERS ARE SHOWN. 4. SEE SPECIFICATIONS FOR PIPING AND APPURTENANCES TO BE FURNISHED SKID MOUNTED BY EQUIPMENT MANUFACTURER. 5. PROVIDE UNIONS AT APPROXIMATELY 10FTt IN ALL PIPING CONTAINING NEAT OR DILUTED POLYMER. 3" PEC0 2 1/2" NPW (TYP. OF 2)O PLANK BRG. EL. 660.17 10" PRECAST CONCRETE PLANK BEARING STRIP #4048" OC DOWELS DRILLED AND GROUTED INTO PRECAST AND BOND BEAM V 0 Fri z g SHEET 222 75— ASM5.01 JOB NO.1154 -008 Z } S STRAND ABSCICIATEB, INC. ENGINEERS t y WA C -sP 99 =P5.01 ) TD 0 0 TD IE 623.50 f4 It ; /' ��\ )2 6" W ,� i IE 626.54 #' ''6" W IE 626.45 r ` (TYP. OF 4) 1 IIII 1 co F "1/ l(i , / i / /CBI \",\ / / . \\ ,_ ( 99- (( P5.01 f \'I / 1 15- TD ; 1 il IE 626.29\ %;i (TYP. OF 4) I 3" V UP 6" ST IE 624.75 6" ST FROM ABOVE 6" W IE 627.00-i IE 623.57 WASTE AND VENT PLAN 0 2' 4 6' 16' 1{ \ ,__ .=- 1 / 3" W FROM' j ABOVE \ / „ _1 \ / I i ' 1 I. - -1 FD -2 - I _I_ 0 / / ` = }; 1 - _ -I -+ \:' SEP SEP E p� ( / 75 -01 75 -02 99 -P5:02 ` / I 3- 1 ti - 1 File: S:\ MAD\ 1100 -- 1199 \1154 \008 \Acad \Strand Drowings \75- P1.01.dwg Time: Jul 19, 2010 - 9:56am i 1" NPW t FROM ABOVE ( ��I z HB l; _ HB L H9 C or'I �\ // / %1 - I,- i i 's = 1 __I 1 !1 - o in �� iif ` (HO -_- . _ _. =aloe I z v 3 r / NPV OPS / 11' t WATER SUPPLY PLAN o r a' 6• ,s• >� GENERAL NOTFS: 1. FOR DETAILS, EQUIPMENT CONNECTIONS, AND PIPES SIZES NOT SHOWN ON FLOOR PLANS, REFER TO DETAILS, ISOMETRICS AND SCHEDULES. 2, SLOPE ALL STORM AND DRAIN PIPING AT 1/8 - INCH FOOT UNLESS OTHERWISE INDICATED. 3. PLUMBING CONTRACTOR TO SEE ARCHITECTURAL PLANS FOR CHANGES IN CEILING HEIGHTS. 4. DRAWING INTENT IS TO INDICATE GENERAL ARRANGEMENT. DESIGN AND INTENT OF WORK, AND IS PARTIALLY DIAGRAMMATIC. 5. MOUNT HOSE BIBBS 3' -0" AFF. 6. WHERE ABOVE GROUND PLUMBING PIPING AND PROCESS PIPING CROSS. PLUMBING PIPING SHALL BE ROUTED ABOVE PROCESS PIPING. 7. COORDINATE UNDERGROUND PIPING LAYOUT WITH FOOTINGS. DRAIN PIPING SHALL AVOID FOOTINGS UNLESS OTHERWISE NOTED. 8. CONTRACTOR IS RESPONSIBLE FOR SAW CUTTING OF EXISTING FLOOR AS REQUIRED FOR INSTALLATION ON NEW UNDERGROUND DRAIN PIPING. KEY NOTES: O ROUTE PIPING TIGHT TO CEILING. O SEE YARD PIPING PLAN FOR CONTINUATION. 0 CONNECT SUMP PUMP DISCHARGE TO VERTICAL WASTE STACK. ® COORDINATE ROUTING OF SUMP PUMP DISCHARGE WITH STAIRS. O HUB DRAIN SHALL RECEIVE DRAINAGE FROM CONVEYOR. KEY PLAN N NO SCALE w 0 Sa STRAND ASSOCIATES, INCA ENGINEERS SHEET 225 75 -P1.01 JOB NO.1154 -008