Loading...
Purina Drive Barge Docking Facility Repair Project AwardMasterpiece on the Mississippi Dubuque band AI- America City 11111r 2007 • 2012 • 2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Purina Drive Barge Docking Facility Repair Project (CIP #6802479) DATE: August 12, 2013 Sealed bids were received for the Purina Drive Barge Docking Facility Repair Project. Public Works Director Don Vogt recommends award of the contract to the low bidder, Newt Marine, in the amount of $589,850, which is $3,150 or 0.53% below the engineer's estimate of probable cost. Public Works Director Don Vogt further recommends that the City Council recognize that there was an irregularity in the original bid submittal from Newt Marine, waive its original unit pricing bid, and accept its clarified unit pricing. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Del Uhlik, Jr., Gavilon Grain, LLC Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Don Vogt, Public Works Director John Klostermann, Street Maintenance Supervisor x Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Don Vogt, Public Works Director DATE: August 14, 2013 SUBJECT: Purina Drive Barge Docking Facility Repair Project (CIP#6802479) INTRODUCTION The attached resolution authorizes the award of the construction contract for the Purina Drive Barge Docking Facility Repair Project (CIP#6802479). BACKGROUND In the fiscal year 2014 Capital Improvement Project budget, funds ($670,577) are allotted for the repair of the Purina Drive barge docking facility. The existing dock facility is used to unload salt and other dry materials subsequently stored on City - owned property by contracted lessees. DISCUSSION Engineering plans and specifications for this project were prepared by IIW Engineering &Surveyors, P.C. This project provides for the installation of new sheet pile dock facing and a related tie -back system. It also provides for the removal of an abandoned conveyor system. BID RESULTS Sealed bids for the Purina Drive Barge Docking Facility Repair Project were publicly opened at 2:00 p.m. on August 6, 2013. Listed below are the three lump sum base bids that were received for this project: Newt Marine Taylor Construction Siostrom and Sons Inc. $589,850.00 $621,250.00 $713 D00.00 In addition to the lump sum bid, unit pricing for Class E revetment in- place, removal and disposal of existing concrete deadmen, and additional 8,000 psi wall concrete in -place were also requested. The original bid documents received for the unit prices are listed below. Newt Marine Additional Class E revetment in- place: $2,750.00Ron (50 ton bid evaluation basis) _ Removal and disposal of existing concrete deadmen: $1 500.00 /cubic yard (25 cy bid evaluation basis) Additional 8,000 psi wall concrete in- place: $5,625.00 /cubic yard (15 cy bid evaluation basis) Taylor Construction Additional Class E revetment in- place: $30.00/ton (50 ton bid evaluation basis) _ Removal and Disposal of existing concrete deadmen: $200.00 /cubic yard (25 cy bid evaluation basis) Additional 8,000 psi wall concrete in- place: $500.00 /cubic yard (15 cy bid evaluation basis) Siostrom and Sons Inc. Additional Class E revetment in- place: $63.90/ton (50 ton bid evaluation basis) _ Removal and Disposal of existing concrete deadmen: $57.70 /cubic yard (25 cy bid evaluation basis) Additional 8,000 psi wall concrete in- place: $141.70 /cubic yard (15 cy bid evaluation basis) After the bid opening, a clarification was received by Ms Ron Balmer from Newt Marine's Dan Arnold stating that Newt Marine had mistakenly interpreted the unit pricing bid submittal form to mean that total prices for the project's additional work were to be given. Upon receiving this additional information from Newt Marine, City Attorney Barry Lindahl was asked to review the bidding submittals and provide an opinion on how to proceed. After reviewing the information provided, Mr. Lindahl determined that a bid submittal irregularity had occurred and that Newt Marine should provide a corrected bid sheet. Below are the corrected bid submittal unit prices from Newt Marine: Newt Marine Additional Class E revetment in- place: $55.00 /ton (50 ton bid evaluation basis) _ Removal and disposal of existing concrete deadmen: $60.00 /cubic yard (25 cy bid evaluation basis) Additional 8,000 psi wall concrete in- place: $375.00 /cubic yard (15 cy bid evaluation basis) RECOMMENDATION I recommend that the City Council recognize that there was an irregularity in the original bid submittal from Newt Marine, waive its original unit pricing bid, accept its clarified unit pricing, and award the construction contract for the Purina Drive Barge Docking Facility Repair Project to it in the amount of $589,850.00. This bid is $3,150.00 or 0.53% below the engineer's estimate of probable cost. PROJECT COST - BUDGET IMPACT Cost Estimate Bid Award Construction Contract $ 593,000.00 $589,850.00 Contingency 16,127.00 19, 277.00 Engineering 61 450.00 61,450.00 Estimated Total Project Cost $ 670,577.00 $670,577.00 This project is funded with monies budgeted specifically for the Purina Drive Barge Docking Facility Repair Project in the Public Works Department's FY 2014 Capital Improvement Project budget CIP# 6802479 in the amount of $670,577.00. ACTION TO BE TAKEN The City Council is requested to approve the attached resolution awarding the Purina Drive Barge Docking Facility Repair Project to Newt Marine in the amount of $589,850.00. Attachment Prepared by: Don Vogt, Public Works Director August 8, 2013 Mr. John Klostermann City of Dubuque Public Works 925 Kerper Ct. Dubuque, IA 52001 -2405 Re: City of Dubuque, Iowa Purina Drive Barge Dock Maintenance Project Award Recommendation IIW Project No.: 11232.06 Dear Mr. Klostermann: Bids for the Purina Drive Barge Dock Maintenance Project were opened and read at 2:00 p.m. on August 6, 2013. Three (3) bids were received for this project. A tabulation of the bids is enclosed. We have evaluated the unit bid items for reasonable conformance with the engineers estimate. Bids with extreme variations from the engineers estimate or other bids received, or where obvious unbalancing of unit prices has occurred have been thoroughly evaluated. After reviewing the bids, it was determined the low bid was submitted by Dubuque Barge & Fleeting DBA Newt Marine Service of Dubuque, Iowa. The base bid lump sum total price is $589,850.00. Three (3) unit price items were also identified in the bid with quantities to be used for bid evaluation purposes. The extended amount including unit price items is $599,725.00. Dubuque Barge & Fleeting DBA Newt Marine Service has the experience, workforce and equipment to properly complete this contract. We recommend award of Purina Drive Barge Dock Maintenance Project to Dubuque Barge & Fleeting DBA Newt Marine Service in the amount of $589,850.00. The Engineer's estimate for this project was $593,000.00. The low bid of $589,850.00 is $3,150.00 or 0.53% below the Engineer's estimate. Sincerely, IIW, P.C. Ronald A. B. • er, P.E., S.E., AIA Chief Financial Officer /Principal Building Designer & Structural Engineer Enclosure: Bid Tab Copy: Dubuque Barge & Fleeting DBA Newt Marine Service IIW, P.C. www.iiwengr.com ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING Dennis F. Waugh, PE /SE* Charles A. Cate, PE ** Gary D. Sejkora, PE Michael A. Jansen, PE /SE Ronald A. Balmer, PE /SE /AIA Timothy J. Tranel, PE* John F. Wandsnider, PE Julie P. Neebel, PE James P. Kaune, PE Thomas J. Oster, PLS ** Wray A. Childers, PLS Geoffry T. Blandin, PE Mark C. Jobgen, PE Lauren N. Ray, PE /SE* Bradley J. Mootz, PE /SE Cody T. Austin, PE* Marc D. Ruden, PE Mark R. Fassbinder, AIA* Michael A. Ruden, NCARB /AIA* Craig J. Elskamp, AIA Robert W. Blok, PE Eric J. Helminiak, PE /SE* Steven J. Hunn, PE Jeffrey J. Brandt, PLS / RLS Craig L. Geiser, PLS / RLS Adam J. Moris, PE James P. Maloney, PE David A. Leapaldt, AIA, CID* Nathan W. Miller, PE G. Alan Peterson, PE Joseph D. Wejman, PE * LEED AP ** Retired 4155 Pennsylvania Avenue, Dubuque, IA 52002 -2628 ♦ [P] 563.556.2464/800.556.4491 ♦ [F] 563.556.7811 ENGINEERS. ARCHITECTS. SURVEYORS. jjw RESOLUTION NO. 274 -13 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE PURINA DRIVE BARGE DOCKING FACILITY REPAIR PROJECT CIP# 6802479 Whereas, sealed proposals have been submitted by contractors for the Purina Drive Barge Docking Facility Repair Project CIP# 6802479 (the Project) pursuant to Resolution No. 231 -13; and Whereas, said sealed proposals were opened and read publicly by the Assistant City Clerk on the 6th day of August 2013, and it has been determined that Newt Marine of Dubuque, Iowa with the bid in the amount of $589,850.00 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 Newt Marine, 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 19th day of August,1P013. Attest: . Firnstahl, CMC, City Clerk Roy D. Buol, Mayor Bid Tabulation City of Dubuque, Iowa Purina Drive Barge Dock Maintenance Project Bid Date: August 6, 2013 IIW Project No. 11232 -06 Newt Marine Base Bid Lump Sum Total Price $589,850.00 Taylor Sjostrom $621,250.00 $713,000.00 Description Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Additional Class E Revetment in -place 50 Ton $55.00 $2,750.00 $30.00 $1,500.00 $63.90 $3,195.00 Removal & Disposal of existing concrete deadman 25 CY $60.00 $1,500.00 $200.00 $5,000.00 $457.70 $11,442.50 Additional 8,000 psi wall concrete in -place 15 CY $375.00 $5,625.00 $500.00 $7,500.00 $141.70 $2,125.50 Bid Evaluation Basis $599,725.00 $635,250.00 $729,763.00 THE CITY OF DUB E MEMORANDUM Masterpiece on the Mississippi BARRY LINDA ,/`� —7 CITY ATTORNf Y To: Mayor Roy D. Buol and Member's of the City Council DATE: August 16, 2013 RE: Purina Drive Barge Dock Maintenance Project: Bid Issue The purpose of this Memorandum is to provide you with information relating to a bid issue on the Purina Drive Barge Dock Maintenance Project raised by one of the unsuccessful bidders, Taylor Construction, Inc. Bids for this project were opened and read at 2:00 p.m. on August 6, 2013. Three bids were received. Copies of the bids are attached as Attachments 1, 2, and 3. All three of the bids have base bid lump sums shown on the first line of the attachments. Newt Marine Service (Newt) was the lower bidder on the base bid. In addition to the base bid lump sum, bids are required to provide unit prices for possible additional work. At the time of the bid opening, Street & Sewer Maintenance Supervisor John Klostermann and the City's consulting engineer, Ron Balmer from IIW, PC, noticed an inconsistency between the unit prices on the Newt bid, Attachment no. 1, and the other two bids. For example, the unit price on the Newt bid for concrete was $5,625.00 while the other two unit prices are $141.70 and $500.00 per cubic yard. Both Mr. Klostermann and Mr. Balmer also recognized that the Newt unit prices were significantly out of line with what would be typically expected for that kind of work. Shortly after the bid opening, and without any prompting on the part of the City, Mr. Balmer received an email from the Newt representative who had prepared the bid, indicating that the unit prices were improperly filled out. See Attachment 4. Instead of indicating the unit price, the Newt bid shows the extended price for the number of estimated units. The Newt representative included the correct unit prices in the email which are consistent with the unit prices from the other two bidders and are also consistent with the typical costs for such work. The issue was brought to my attention. I suggested that Newt be advised to submit a revised bid. OFFICE OF THE CITY ATTORNEY DUBUQUE, IOWA SUITE 330, HARBOR VIEW PLACE, 300 MAIN STREET DUBUQUE, IA 52001 -6944 TELEPHONE (563) 583 -4113 / FAx (563) 583 -1040 / EMAIL balesq @cityofdubuque.org Newt did submit a revised bid, Attachment 5, which includes the corrected unit prices. It is clear from a review of Newt's original bid, Attachment 1, that the corrected unit prices were derived by simply dividing the incorrect unit prices by the estimated quantities. For example, dividing the incorrect unit price of $5,625.00 per cubic yard for concrete by the estimated 15 cubic yards results in the corrected unit price of $375.00 per cubic yard. As the Iowa supreme court said in Urbany v. Carroll, 157 N.W. 852 (Iowa 1916), "mere irregularities in the form of the bid will not justify its rejection, for these may be corrected after being opened in entering into the contract." In lstari Const. Inc. v. City of Muscatine, 330 N.W.2d 798 (Iowa 1983), the supreme court reviewed the general principles relating to bid irregularities: As a general rule, we are reluctant to interfere with a local government's determination of who is the lowest responsible bidder, absent proof that the determination is fraudulent, arbitrary, in bad faith, or an abuse of discretion. Our reluctance to interfere with local government determination under the circumstances mentioned above is founded on the theory that "public officers in awarding contracts for the construction of public works ... perform not merely ministerial duties, but duties of a judicial and discretionary nature...." 64 Am.Jur.2d Public Works and Contracts § 64 (1972). Courts, "in the absence of fraud or a palpable abuse of that discretion ordinarily will not interfere with their decision as to the details of entering into a contract, or the acceptance of bids therefor, so long as they conform to the requirements of controlling constitutional or statutory provisions, ordinances, or other governing legislative requirements." Id. Generally, formal defects not affecting the competitive character of a bid may be disregarded; and so, the mandatory provisions of a statute not being violated, a public board may waive compliance with its own requirements as to the form of bid, or as to information to be supplied by bidders. The statement has been made that the board may waive defects in a bid where such waiver works no prejudice to the rights of the public. While public officials may waive irregularities or requirements as to the form of bids, they have no authority to waive defects which affect or destroy competitive bidding. Id. Competitive bidding in granting of municipal contracts 'is employed for the protection of the public to secure by competition among bidders, the best results at the lowest price, and to forestall fraud, favoritism, and corruption in the making of contracts.' " 2 In my opinion, waiving the irregularities in the form of the Newt bid is consistent with the foregoing principles. My recommendation is that the City Council waive the irregularities in the original bid and accept the revised bid from Newt. BAL:tis Attachments cc: Michael C. Van Milligen, City Manager Don Vogt, Public Works Director John Klostermann, Street & Sewer Maintenance Supervisor Ron Balmer, IIW, PC F:\ USERS \tsteckle \Lindahl\ Memos\ MayorCouncil_ PurinaDriveDockMaintenanceProjectBidlssue _081613.doc 3 CITY OF DUBUQUE, IOWA PURINA DRIVE BARGE DOCK MAINTENANCE PROJECT BID SCHEDULE Revised per Addendum 1 BASE BID LUMP SUM TOTAL PRICE $„c9i Base bid includes 100 ton of Class E revetment in- place. UNIT PRICES Additional Class E Revetment In -place $ 07, 7SA / ton (50 ton bid evaluation basis). BID FORM 1A Removal and Disposal of existing concrete deadman $ 4-53o. ao 1 cubic yard (25 c.y. bid evaluation basis). Additional 8,000 psi wall concrete in- place $ 6A-C7 / cubic yard (15 c.y. bid evaluation basis). Date AUGUST 6th , 2013 Firm Name DUBUQUE BARGE & 'FLEETING DBA NETT MARINE SERVICE Address 5 JONES ST. DUBUQUE, IA 52001. Telephone Number 563- 557 -1855 Fax Number 563- 588 -4371 Contractor Registration No. CO87153 Federal ID No.. 42 -0930672 Signature X Typed or Printed Title ATTEST: Signature Typed or Printed Title C4RTElz itfElt_ i yi C,�E / ?5ii3E,t i &feu j 42No LQ C S7`i,ryq 7-0 A. For all sections, the following subcontractor information must be included: subcontractor Name and Address Purpose Hired Saul -HS' QE 7 A6— . Bid Proposal Page 1 of 2 A-1 - Addendum No. 1 07/31/2013 18 ;02 FAX A7cMM*1t' • CITY OF DUBUQUE, IOWA PURINA DRIVE BARGE DOCK MAINTENANCE PROJECT BID SCHEDULE Revised per Addendum 1 BASE BID LUMP SUM TOTAL PRICE $ 7/4 Base bid includes 100 ton of Class Erevetmenf In- place. UNIT PRICES Additional Class E Revetment in- place $ 63.90 / ton (50 ton bid evaluation basis). Removal and Disposal of existing concrete deadman $ f1 /57,70/ cubic yard (25 c.y. bid evaluation basis). Additional 8,000 psi wall concrete In -place $ /41/.. 70 / cubic yard (15 c.y. bid evaluation basis) Date August 6th 2013. U002/004 BID FORM 1A Firm Name Address Terephone Number Fax Number Contractor Registration No. Federal ID No. Signature Typed or Printed Title ATTEST: Signature Typed or Printed Title Sjostrom & Sons, Inc. 1129 Harrison Avenue, Rockford,. IL 61104 815- 226 -0330 815 - 226 -88.68 . N/A 36- 1784930 Joel p, 'Sjostrom President Kristopher Sjostrom Secretary For all sections, the following subcontractor information must be included; Subcontractor Name and Address Purpose Hired Bid Proposal Page 1 of 2 A -1— Addendum No. 1 M114M4EUf 3 CITY OF DUBUQUE, IOWA PURINA DRIVE BARGE DOCK MAINTENANCE PROJECT BID SCHEDULE Revised per Addendum 1 00 BASE BID LUMP SUM TOTAL PRICE $ (pall L — Base bid includes 100 ton of Class E revetment In-place. UNIT PRICES oo Additional Class E Revetment in -place $ 3c / ton (50 ton bid evaluation basis). pb Removal and Disposal of existing concrete deadman $ aob , / cubic yard (25 c.y. bid evaluation basis). o Additional 8,000 psi wall concrete in -place $ 5 fz. i l cubic yard (15 c.y. bid evaluation basis). BID FORM 1A Date August 6 ,2013 Firm Name Address Telephone Number Fax Number Contractor Registration No. Taylor Construction,. Inc. 7314 Columbus St, PO Box 110, New Vienna, IA 52065 563- 921 -2315 563- 921 -3845 C087259 Federal ID No. 4.2- 1020362 Signature Typed or Printed Title ATTEST: Signature `244. Typed or Printed Tina M. Meyer Title Krista L. Taylor V -Pres S.'r /i -real For all sections, the following subcontractor information must be included: Subcontractor Name and Address Purpose Hired Bid Proposal Page 1 of 2 A-1 –Addendum No. 1 Afoot mew + Ronald Balmer From: Dan Arnold <darnold @newtmarine.com> Sent: Tuesday, August 06, 2013 2:34 PM To: Ronald Balmer Subject: purina drive Ron, This note is to clarify the bid form that we submitted for Purina Drive Barge Dock Repairs. We interpreted the bid form for the optional items to mean that a total was to be included for rip rap, concrete disposal, and 8000 psi concrete. The numbers on the bid form represent totals for quantities . Rip Rap is $55.00 per ton for a total of $2,750.00. Concrete disposal is $60 per cy for a total of $1,500.00. 8000 psi concrete is $375 per cy for a total of $5,625.00. If there are any questions, feel free to contact our office. Dan Arnold AS % NEWT MARINE SERVICE 5 Jones Street ^ Dubuque, IA 52001 P : [563] 557.1855 F : [563] 588.4371 C : [563] 451.6378 damold @newtmarine.com www.newtmarine.com 1 Arrv$i1Ewr s CITY OF DUBUQUE, IOWA PURINA DRIVE BARGE DOCK MAINTENANCE PROJECT BID SCHEDULE Revised per Addendum 1 aG BASE BID LUMP SUM TOTAL PRICE $ $ rt e.co Base bid includes 100 ton of Class E revetment in place. UNIT PRICES no Additional Class E Revetment in -place $ / ton (50 ton bid evaluation basis). BID FORM 1A dcfl Removal and Disposal of existing concrete deadman $ 66• / cubic yard (25 c.y. bid evaluation basis). Additional 8,000 psi wall concrete in -place $ 3 75 , f / cubic yard (15 c.y. bid evaluation basis). Date Aca6as r , 2013 Firm Name Qa6dZi3 6 /306 1-FLE&V G` M i �(�(,(/,+J� 5 Address - T" JE5 5-7- 6u6 dpuE _TA 5 zoo f Telephone Number G -- SS7 / F s Fax Number d-c?F' _ L 3 7 / Contractor Registration No. Federal ID No. Signature Typed or Printed Title ATTEST: Signature Typed or Printed Title CO 77rs,9 5102-0? 14.7 - L'4RTER I1iEt&JT 6r, :1 -c, :1-tit-re)/ For all sections, the following subcontractor information must be included: Subcontractor Name and Address Purpose Hired Svurfas:gc Lt' Nc&E-7--E Bid Proposal Page 1 of 2 A-1 - Addendum No. 1 TAYLOR CONSTRUCTON NC 7314 Columbus St. - P 0. Box 110 - New Vienna IA 520165 August 15, 2003 City of Dubuque City Clerk 50 West 13`11 St Dubuque, IA 52001 Dear Mr. Kevin Firnstahl : I am requesting my name be added to the Monday, August 19, 2013, City Council Meeting Agenda. The City Attorney Barry Lindahl recommended I contact you on this matter. The issue I want to comment on is the award of the construction project named "Purina Drive Barge Dock Maintenance Project ". Sincerely, Krista L. Taylor Vice - President cc: Josh Welle, attorney Phone (563) 921 -2315 - Fax (563) 921 -3845 - www.taylorconstr.com IAY LO R NSTRUC11ON, NC 7314 Columbus St. - P.O. Box 110 - New Vienna IA 52065 August 15, 2013 Mayor Roy D. Buol City of Dubuque City Hall 50 West 13th St Dubuque, IA 52001 Dear Honorable Mayor Buol: As a company who bids frequently in the City of Dubuque as well as in the surrounding counties and cities, we are writing you in concern how a recent bid opening was handled. On August 6, 2013, our company, Taylor Construction, Inc., submitted a bid on the "Purina Drive Barge Dock Maintenance Project ". On August 12, 2013, Ron Bawler of the IIW informed me the City was planning to award the contract to Newt Marine. Please explain to me why the City is going to award a contract to a bidder that did not comply with the Cities' standard specifications and procedures? The Iowa Statute, Section 26.9, provides that, "the contract for the public improvement must be awarded to the lowest responsive, responsible bidder ". Based on my review of all three bids, it does not appear that Newt Marine's bid was responsive. To be responsive, a bid must comply in all material aspects to the terms of the invitation to bid. Because we understand that Newt Marine failed to accurately state its unit prices as required by the invitation to bid, its lack of responsiveness was "material," and therefore not something the City is permitted to waive. My research is based on a two legal cases listed below. Per legal case Urbany v. Carroll, 176 Iowa 217, 157 N.W. 852 (Iowa 1916). At 222, 854: "There must be a substantial compliance with the proposal to warrant the consideration of the bid, else bidding would not be on equal terms, and the advantages of competition lost. Unless the bid responds to the proposal in all material respects, it is not a bid at all, but a new proposition. Rejection of irresponsive bids is necessary if the purposes of formal____ advertising are to be attained, that is, to give everyone an equal right to compete for Government business, to secure fair prices, and to prevent fraud." Phone (563) 921 -2315 - Fax (563) 921 -3845 - www.taylorconstr.com Per legal case Arkansas Highway & Transp. Dep't v. Adams, 300 Ark. 16, 775 S.W.2d 904 (1989) (highway commission justified in rejecting low bid in favor of second low bid which was $112,252.25 higher to protect the integrity of the bid process). "While the item in question here may have been minor in comparison with the overall bid price, AHTD's unwillingness to accept a bid with such an uncertainty and its refusal to consider post -bid negotiations with respect to the bid price in order to protect the integrity of the bidding process are, in our view, not irrational" A precedent is being started where a contractor can change his or her unit prices after the bid opening. Questions I would like answered are the following: 1) Did one person or group make the decision to award and overlook the City specs and procedure? 2) What standard will the City apply to the next bid with high unit prices? We appreciate your assistance on educating us on how the City enforces their specs and regulations. Sincerely, Krista L. Taylor Vice - President TAYL CONSTRUCTION, NC. 7314 Columbus 5t. - P.O. Box 110 - New Vienna IA 52065 August 15, 2013 Councilman Ric Jones City of Dubuque City Hall 50 West 13th St Dubuque, IA 52001 Dear Honorable Councilman Jones: As a company who bids frequently in the City of Dubuque as well as in the surrounding counties and cities, we are writing you in concern how a recent bid opening was handled. On August 6, 2013, our company, Taylor Construction, Inc., submitted a bid on the "Purina Drive Barge Dock Maintenance Project ". On August 12, 2013, Ron Bamler of the IIW informed me the City was planning to award the contract to Newt Marine. Please explain to me why the City is going to award a contract to a bidder that did not comply with the Cities' standard specifications and procedures? The Iowa Statute, Section 26.9, provides that, "the contract for the public improvement must be awarded to the lowest responsive, responsible bidder ". Based on my review of all three bids, it does not appear that Newt Marine's bid was responsive. To be responsive, a bid must comply in all material aspects to the terms of the invitation to bid. Because we understand that Newt Marine failed to accurately state its unit prices as required by the invitation to bid, its lack of responsiveness was "material," and therefore not something the City is permitted to waive. My research is based on a two legal cases listed below. Per legal case Urbany v. Carroll, 176 Iowa 217, 157 N.W. 852 (Iowa 1916). At 222, 854: "There must be a substantial compliance with the proposal to warrant the consideration of the bid, else bidding would not be on equal terms, and the advantages of competition lost. Unless the bid responds to the proposal in all material respects, it is not a bid at all, but a new proposition. Rejection of irresponsive bids is necessary if the purposes of formal advertising are to be attained, that is, to give everyone an equal right to compete for Government business, to secure fair prices, and to prevent fraud." Phone (563) 921 -2315 - Fax (563) 921 -3845 - www.taylorconstr.cor Per legal case Arkansas Highway & Transp. Dep't v. Adams, 300 Ark. 16, 775 S.W.2d 904 (1989) (highway commission justified in rejecting low bid in favor of second low bid which was $112,252.25 higher to protect the integrity of the bid process). "While the item in question here may have been minor in comparison with the overall bid price, AHTD's unwillingness to accept a bid with such an uncertainty and its refusal to consider post -bid negotiations with respect to the bid price in order to protect the integrity of the bidding process are, in our view, not irrational" A precedent is being started where a contractor can change his or her unit prices after the bid opening. Questions I would like answered are the following: 1) Did one person or group make the decision to award and overlook the City specs and procedure? 2) What standard will the City apply to the next bid with high unit prices? We appreciate your assistance on educating us on how the City enforces their specs and regulations. Sincerely, r�> �Cu Krista L. Taylor Vice - President AYLOR STRUC m ION, NC 7314 Columbus St. - P.O. Box 110 - New Vienna IA 52065 August 15, 2013 Councilman David Resnick City of Dubuque City Hall 50 West 13th St Dubuque, IA 52001 Dear Honorable Councilman Resnick: As a company who bids frequently in the City of Dubuque as well as in the surrounding counties and cities, we are writing you in concern how a recent bid opening was handled. On August 6, 2013, our company, Taylor Construction, Inc., submitted a bid on the "Purina Drive Barge Dock Maintenance Project ". On August 12, 2013, Ron Bawler of the IIW informed me the City was planning to award the contract to Newt Marine. Please explain to me why the City is going to award a contract to a bidder that did not comply with the Cities' standard specifications and procedures? The Iowa Statute, Section 26.9, provides that, "the contract for the public improvement must be awarded to the lowest responsive, responsible bidder ". Based on my review of all three bids, it does not appear that Newt Marine's bid was responsive. To be responsive, a bid must comply in all material aspects to the terms of the invitation to bid. Because we understand that Newt Marine failed to accurately state its unit prices as required by the invitation to bid, its lack of responsiveness was "material," and therefore not something the City is permitted to waive. My research is based on a two legal cases listed below. Per legal case Urbany v. Carroll, 176 Iowa 217, 157 N.W. 852 (Iowa 1916). At 222, 854: "There must be a substantial compliance with the proposal to warrant the consideration of the bid, else bidding would not be on equal terms, and the advantages of competition lost. Unless the bid responds to the proposal in all material respects, it is not a bid at all, but a new proposition. Rejection of irresponsive bids is necessary if the purposes of formal advertising are to be attained, that is, to give everyone an equal right to compete for Government business, to secure fair prices, and to prevent fraud." Phone (563) 921 -2315 - Fax (563) 921 -3845 - www.tayloreonstr.eona Per legal case Arkansas Highway & Transp. Dep't v. Adams, 300 Ark. 16, 775 S.W.2d 904 (1989) (highway commission justified in rejecting low bid in favor of second low bid which was $112,252.25 higher to protect the integrity of the bid process). "While the item in question here may have been minor in comparison with the overall bid price, AHTD's unwillingness to accept a bid with such an uncertainty and its refusal to consider post -bid negotiations with respect to the bid price in order to protect the integrity of the bidding process are, in our view, not irrational" A precedent is being started where a contractor can change his or her unit prices after the bid opening. Questions I would like answered are the following: 1) Did one person or group make the decision to award and overlook the City specs and procedure? 2) What standard will the City apply to the next bid with high unit prices? We appreciate your assistance on educating us on how the City enforces their specs and regulations. Sincerely, Krista L. Taylor Vice - President TAYLSR C NSTRUCTION, 7314 Columbus St. - I? O. Box 110 - New Vienna IA 52065 August 15, 2013 Councilman Kevin Lynch City of Dubuque City Hall 50 West 13`" St Dubuque, IA 52001 Dear Honorable Councilman Lynch: As a company who bids frequently in the City of Dubuque as well as in the surrounding counties and cities, we are writing you in concern how a recent bid opening was handled. On August 6, 2013, our company, Taylor Construction, Inc., submitted a bid on the "Purina Drive Barge Dock Maintenance Project ". On August 12, 2013, Ron Bawler of the IIW informed me the City was planning to award the contract to Newt Marine. Please explain to me why the City is going to award a contract to a bidder that did not comply with the Cities' standard specifications and procedures? The Iowa Statute, Section 26.9, provides that, "the contract for the public improvement must be awarded to the lowest responsive, responsible bidder ". Based on my review of all three bids, it does not appear that Newt Marine's bid was responsive. To be responsive, a bid must comply in all material aspects to the terms of the invitation to bid. Because we understand that Newt Marine failed to accurately state its unit prices as required by the invitation to bid, its lack of responsiveness was "material," and therefore not something the City is permitted to waive. My research is based on a two legal cases listed below. Per legal case Urbany v. Carroll, 176 Iowa 217, 157 N.W. 852 (Iowa 1916). At 222, 854: "There must be a substantial compliance with the proposal to warrant the consideration of the bid, else bidding would not be on equal terms, and the advantages of competition lost. Unless the bid responds to the proposal in all material respects, it is not a bid at all, but a new proposition. Rejection of irresponsive bids is necessary if the purposes of formal advertising are to be attained, that is, to give everyone an equal right to compete for Government business, to secure fair prices, and to prevent fraud." Phone (563) 921 -2315 - Fax (563) 921-3845 - www.taylarconstr.com Per legal case Arkansas Highway & Transp. Dep't v. Adams, 300 Ark. 16, 775 S.W.2d 904 (1989) (highway commission justified in rejecting low bid in favor of second low bid which was $112,252.25 higher to protect the integrity of the bid process). "While the item in question here may have been minor in comparison with the overall bid price, AHTD's unwillingness to accept a bid with such an uncertainty and its refusal to consider post -bid negotiations with respect to the bid price in order to protect the integrity of the bidding process are, in our view, not irrational" A precedent is being started where a contractor can change his or her unit prices after the bid opening. Questions I would like answered are the following: 1) Did one person or group make the decision to award and overlook the City specs and procedure? 2) What standard will the City apply to the next bid with high unit prices? We appreciate your assistance on educating us on how the City enforces their specs and regulations. Sincerely, Krista L. Taylor Vice - President AYLOR CONSTRUCTON, NC. 7314 Columbus St. - P.Q. Box 110 - New Vienna IA 52065 August 15, 2013 Councilwoman Karla Braig City of Dubuque City Hall 50 West 13`x' St Dubuque, IA 52001 Dear Honorable Councilwoman Braig: As a company who bids frequently in the City of Dubuque as well as in the surrounding counties and cities, we are writing you in concern how a recent bid opening was handled. On August 6, 2013, our company, Taylor Construction, Inc., submitted a bid on the "Purina Drive Barge Dock Maintenance Project ". On August 12, 2013, Ron Bamler of the IIW informed me the City was planning to award the contract to Newt Marine. Please explain to me why the City is going to award a contract to a bidder that did not comply with the Cities' standard specifications and procedures? The Iowa Statute, Section 26.9, provides that, "the contract for the public improvement must be awarded to the lowest responsive, responsible bidder ". Based on my review of all three bids, it does not appear that Newt Marine's bid was responsive. To be responsive, a bid must comply in all material aspects to the terms of the invitation to bid. Because we understand that Newt Marine failed to accurately state its unit prices as required by the invitation to bid, its lack of responsiveness was "material," and therefore not something the City is permitted to waive. My research is based on a two legal cases listed below. Per legal case Urbany v. Carroll, 176 Iowa 217, 157 N.W. 852 (Iowa 1916). At 222, 854: "There must be a substantial compliance with the proposal to warrant the consideration of the bid, else bidding would not be on equal terns, and the advantages of competition lost. Unless the bid responds to the proposal in all material respects, it is not a bid at all, but a new proposition. Rejection of irresponsive bids is necessary if the purposes of formal advertising are to be attained, that is, to give everyone an equal right to compete for Government business, to secure fair prices, and to prevent fraud." Phone (563) 921 -2315 - Fax (563) 921 -3845 - www.taylorconstr.com Per legal case Arkansas Highway & Transp. Dep't v. Adams, 300 Ark. 16, 775 S.W.2d 904 (1989) (highway commission justified in rejecting low bid in favor of second low bid which was $112,252.25 higher to protect the integrity of the bid process). "While the item in question here may have been minor in comparison with the overall bid price, AHTD's unwillingness to accept a bid with such an uncertainty and its refusal to consider post -bid negotiations with respect to the bid price in order to protect the integrity of the bidding process are, in our view, not irrational" A precedent is being started where a contractor can change his or her unit prices after the bid opening. Questions I would like answered are the following: 1) Did one person or group make the decision to award and overlook the City specs and procedure? 2) What standard will the City apply to the next bid with high unit prices? We appreciate your assistance on educating us on how the City enforces their specs and regulations. Sincerely, Krista L. Taylor Vice - President AYLOR CONSTRUCT!ON, NC. 7314 Columbus 5t. - P.O. Box 110 - flew Vienna IA 52065 August 15, 2013 Councilwoman Joyce Connors City of Dubuque City Hall 50 West 13th St Dubuque, IA 52001 Dear Ilonorable Councilwoman Connors: As a company who bids frequently in the City of Dubuque as well as in the surrounding counties and cities, we are writing you in concern how a recent bid opening was handled. On August 6, 2013, our company, Taylor Construction, Inc., submitted a bid on the "Purina Drive Barge Dock Maintenance Project ". On August 12, 2013, Ron Bamler of the IIW informed me the City was planning to award the contract to Newt Marine. Please explain to me why the City is going to award a contract to a bidder that did not comply with the Cities' standard specifications and procedures? The Iowa Statute, Section 26.9, provides that, "the contract for the public improvement must be awarded to the lowest responsive, responsible bidder ". Based on my review of all three bids, it does not appear that Newt Marine's bid was responsive. To be responsive, a bid must comply in all material aspects to the ternis of the invitation to bid. Because we understand that Newt Marine failed to accurately state its unit prices as required by the invitation to bid, its lack of responsiveness was "material," and therefore not something the City is permitted to waive. My research is based on a two legal cases listed below. Per legal case Urbany v. Carroll, 176 Iowa 217, 157 N.W. 852 (Iowa 1916). At 222, 854: "There must be a substantial compliance with the proposal to warrant the consideration of the bid, else bidding would not be on equal terms, and the advantages of competition lost. Unless the bid responds to the proposal in all material respects, it is not a bid at all, but a new proposition. Rejection of irresponsive bids is necessary if the purposes of formal advertising are to be attained, that is, to give everyone an equal right to compete for Government business, to secure fair prices, and to prevent fraud." Phone (563) 921 -2315 - Fax (563) 921 -3845 - www.taylorconstr.com Per legal case Arkansas Highway & Transp. Dep't v. Adams, 300 Ark. 16, 775 S.W.2d 904 (1989) (highway commission justified in rejecting low bid in favor of second low bid which was $112,252.25 higher to protect the integrity of the bid process). "While the item in question here may have been minor in comparison with the overall bid price, AHTD's unwillingness to accept a bid with such an uncertainty and its refusal to consider post -bid negotiations with respect to the bid price in order to protect the integrity of the bidding process are, in our view, not irrational" A precedent is being started where a contractor can change his or her unit prices after the bid opening. Questions I would like answered are the following: 1) Did one person or group make the decision to award and overlook the City specs and procedure? 2) What standard will the City apply to the next bid with high unit prices? We appreciate your assistance on educating us on how the City enforces their specs and regulations. Sincerely, z„-----' rl C¢l<ct izzeGr9C Krista L. Taylor Vice - President YLOR CONSTRUCTION, NC,. 7314 Columbus 5t. - P.O. Box 110 - New Vienna 1A 52065 August 15, 2013 Councilwoman Lynn Sutton City of Dubuque City Hall 50 West 13`x' St Dubuque, IA 52001 Dear Honorable Councilwoman Sutton: As a company who bids frequently in the City of Dubuque as well as in the surrounding counties and cities, we are writing you in concern how a recent bid opening was handled. On August 6, 2013, our company, Taylor Construction, Inc., submitted a bid on the "Purina Drive Barge Dock Maintenance Project ". On August 12, 2013, Ron Bawler of the IIW informed me the City was planning to award the contract to Newt Marine. Please explain to me why the City is going to award a contract to a bidder that did not comply with the Cities' standard specifications and procedures? The Iowa Statute, Section 26.9, provides that, "the contract for the public improvement must be awarded to the lowest responsive, responsible bidder ". Based on my review of all three bids, it does not appear that Newt Marine's bid was responsive. To be responsive, a bid must comply in all material aspects to the terms of the invitation to bid. Because we understand that Newt Marine failed to accurately state its unit prices as required by the invitation to bid, its lack of responsiveness was "material," and therefore not something the City is permitted to waive. My research is based on a two legal cases listed below. Per legal case Urbany v. Carroll, 176 Iowa 217, 157 N.W. 852 (Iowa 1916). At 222, 854: "There must be a substantial compliance with the proposal to warrant the consideration of the bid, else bidding would not be on equal terms, and the advantages of competition lost. Unless the bid responds to the proposal in all material respects, it is not a bid at all, but a new proposition. Rejection of irresponsive bids is necessary if the purposes of formal advertising are to be attained, that is, to give everyone an equal right to compete for Government business, to secure fair prices, and to prevent fraud." • Phone (563) 921 -2315 - Fax (563) 921 -3845 - www.tayoorconstr.corn Per legal case Arkansas Highway & Transp. Dep't v. Adams, 300 Ark. 16, 775 S.W.2d 904 (1989) (highway commission justified in rejecting low bid in favor of second low bid which was $112,252.25 higher to protect the integrity of the bid process). "While the item in question here may have been minor in comparison with the overall bid price, AIITD's unwillingness to accept a bid with such an uncertainty and its refusal to consider post -bid negotiations with respect to the bid price in order to protect the integrity of the bidding process are, in our view, not irrational" A precedent is being started where a contractor can change his or her unit prices after the bid opening. Questions I would like answered are the following: 1) Did one person or group make the decision to award and overlook the City specs and procedure? 2) What standard will the City apply to the next bid with high unit prices? We appreciate your assistance on educating us on how the City enforces their specs and regulations. Sincerely, Krista L. Taylor Vice - President Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Purina Drive Barge Docking Facility Repair Project (CIP #6802479) DATE: July 23, 2013 Dubuque Alamatcacny 11111 2007 • 2012 • 2013 Public Works Director Don Vogt recommends City Council approval of the plans, specifications, form of contract and the estimated cost of $670,577 for the Purina Drive Barge Docking Facility Repair Project. I concur with the recommendation and respectfully request Mayor and City Council approval. hrilvt4 /t(4, Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Don Vogt, Public Works Director Gus Psihoyos, City Engineer Phil Wagner, Acting Economic Development Director John Klostermann, Street and Sewer Maintenance Supervisor Steve Brown, Project Manager NovusAGENDA - Home http: // agenda. novas. cityofdubuque. org /ItemDetails /ClientApproval She... Masterpiece on the Mississippi Dubuque 2012 TO: Michael C. Van Milligen, City Manager FROM: Don Vogt, Public Works Director DATE: July 22, 2013 SUBJECT: Purina Drive Barge Docking Facility Repair Project (CIP#6802479) INTRODUCTION The attached resolution authorizes the approval of the plans, specifications, form of contract and estimated cost for the Purina Drive Barge Docking Facility Repair Project (CIP#6802479). BACKGROUND In the fiscal year 2014 Capital Improvement Project budget, funds ($670,577) are allotted for the repair of the Purina Drive barge docking facility. The existing dock facility is used to unload salt and other dry materials subsequently stored on City -owned leased property by contracted lessees. DISCUSSION Engineering plans and specifications for this project have been prepared by IIW Engineering & Surveyors, P.C. This project provides for the installation of new sheet pile dock facing and related tie -back system. It also provides for the removal of an abandoned conveyor system. The schedule for the project is proposed as follows: Advertisement of Bids July 19, 2013 Notice of Public Hearing July 19, 2013 Public Hearing August 5, 2013 Receipt of Bids August 6, 2013 Award of Contract August 19, 2013 PROJECT COST - BUDGET IMPACT The cost estimates for the project are as follows: Construction Contract Contingency $ 593,213 15,914 1 of 2 7/23/2013 2:47 PM NovusAGENDA - Home http: // agenda. novus. cityofdubuque. org/ ItemDetails /ClientApprovalShe... Engineering Estimated Total Project Cost 61,450 $ 670,577 This project will be funded with monies ($670,577) specifically budgeted in the Fiscal Year 2014 Capital Improvement Budget (CIP#6802479) for the Purina Drive Barge Docking Facility Repair Project. ACTION TO BE TAKEN The City Council is requested to approve the plans, specifications, form of contract and estimated cost for the Purina Drive Barge Docking Facility Repair Project. Attachment ale •� - -> Novusolut1ons Copyright 2001 -2013 2 of 2 7/23/2013 2:47 PM RESOLUTION NO. PURINA DRIVE BARGE DOCKING FACILITY REPAIR PROJECT PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the Purina Drive Barge Docking Facility Repair Project, in the estimated amount of $593,213.00 are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 5th day of August, 2013, at 6:30 p.m. in the Historic Federal Building Council Chambers at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. The Purina Drive Barge Docking Facility Repair Project is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four but not more than forty -five days before the date for filing bids before 2:00 p.m. on the 6th day of August, 2013. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action, at 6:30 p.m., in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa, on the 19th day of August, 2013. Passed, approved and adopted this Attest: Kevin S. Firnstahl, City Clerk day of , 2013. Roy D. Buol, Mayor NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE PURINA DRIVE BARGE DOCKING FACILITY REPAIR PROJECT NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Purina Drive Barge Docking Facility Repair Project, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 5th day of August, 2013, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: The Purina Drive Barge Docking Facility Repair Project consists of removing the existing railings and conveyor platform along with the installation of new sheet pile dock facing and related tie -back system, railings and rip rap of river bank slope. Any visual or hearing- impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589 -4120 or TDD at (563) 690 -6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the day of 2013. Kevin S. Firnstahl, City Clerk NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT PURINA DRIVE BARGE DOCKING FACILITY REPAIR PROJECT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising the improvement as stated below must be filed before 2:00 P.m. on August 6, 2013, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 200 p..m. on August 6, 2013, at City Hall - Conference Room A, 50 West 13t" Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on August 19, 2013. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work on the improvement shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed within 90 consecutive calendar days. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. Copies of the plans and specifications prepared by IIW, P.C. may be obtained from Tri -State Blueprint, 696 Central Avenue, Dubuque, Iowa 52001. Telephone 563 - 556 -3030; facsimile: 563 - 556 -1525. No plan deposit is required. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. The Purina Drive Barge Docking Facility Repair Project consists of removing the existing railings and conveyor platform along with the installation of new sheet pile dock facing and related tie -back system, railings and rip rap of river bank slope. Masterpiece on the Mississippi Dubuque AB- Amenca City 2012 TO: Michael C. Van Milligen, City Manager FROM: Don Vogt, Public Works Director D1/ SUBJECT: Purina Drive Barge Docking Facility Repair Project (CIP #6802479) DATE: July 8, 2013 INTRODUCTION The attached resolution authorizes the approval of the plans, specifications, form of contract and estimated cost for the Purina Drive Barge Docking Facility Repair Project (CIP #6802479) to be considered at the public hearing on August 5th. BACKGROUND In the fiscal year 2014 Capital Improvement Project budget, funds ($670,577) are allotted for the repair of the Purina Drive barge docking facility. The existing dock facility is used to unload salt and other dry materials subsequently stored on City -owned leased property by contracted lessees. DISCUSSION Engineering plans and specifications for this project have been prepared by IIW Engineering & Surveyors, P.C. This project provides for the installation of new sheet pile dock facing and related tie -back system. It also provides for the removal of an abandoned conveyor system. The schedule for the project is proposed as follows: Advertisement of Bids July 19, 2013 Notice of Public Hearing July 19, 2013 Public Hearing August 5, 2013 Receipt of Bids August 6, 2013 Award of Contract August 19, 2013 BUDGET IMPACT The cost estimates for the project are as follows: Construction Contract $ 593,213 Contingency 15,914 Engineering 61,450 Estimated Total Project Cost $ 670,577 1 This project will be funded with monies ($670,577) specifically budgeted in the Fiscal Year 2014 Capital Improvement Budget (CIP #6802479) for the Purina Drive Barge Docking Facility Repair Project. ACTION REQUIRED The City Council is requested to establish the date for the public hearing and authorize the City Clerk to advertise the request for proposals through the adoption of the attached resolution. Attachment 2 PURINA DRIVE BARGFI DOCK MAINTRNANCR PROJECT DUBUQUE, IOWA GENERAL NOTES 1. 2. 3. 4. 5. VICINITY MAP NO SCALE II IIIOIIn NORTH 7015000 00C14 WALL ANCHORAGE S057EM 10 UNDOCUMENTED AND UNKNOWN, ENCOUNTERING BURIED TIEBACKS AND CAST -IN -PLACE REINFORCED CONCRETE OEADMAN STRUCTURES IS EXPECTED. THE CONDITION OF SUCH STRUCTURES 15 LIKELY TO BE COMPROMISED, AND REMOVAL IS EXPECTED TO BE NECESSARY. FOR PAYMENT PURPOSES REMOVAL OF THE EXSTIN0 ANCHORAGE STRUCTURES SHALL BE BASED ON THE ACTUAL MEASURED CONCRETE VOLUME, 84801 REMOVAL OF TIEBACKS AND ASSOCIATED HARDWARE BEING INCIDENTAL. SEE BID FORM FOR UNIT PRICE TO BE ESTABLISHED WITH THE 810, FOR THE PURPOSE OF COMPARING BIDS AN ASSUMED VOLUME OF 25 CUBIC YARDS WILL BE TAKEN IME5 THE UNIT PRICE AND ADDED TO THE RASE BID. NOTIFY THE ENGINEER WHEN SUCH STRUCTURES ARE ENCOUNTERED FOR THE PURPOSE OF MEASUREMENT FOR PAYMENT. THE UNIT PRICE SHALL INCLUDE MATERIALS, LABOR AND EQUIPMENT REQUIRED FOR REMOVAL AND DISPOSAL OF SUCH STRUCTURES COMPLETE, INCLUDING ANY SHOOING OR TEMPORARY SUPPORT OF EXISTING STRUCTURES TO REMAIN. SINK HOLES HAVE DEVELOPED IN THE PAST THAT HAVE BEEN FILLED W101 FLOWABLE MORTAR. IT IS EXPECTED THAT THESE CONDITON5 CAN BE EXCAVATED WITH STANDARD 0071PMENT. NO *0010ONAL PAYMENT WILL DE MADE FOR EXCAVATING 0110 SUCH MATERIALS, 100 TON OF CLASS E REVETMENT SHALL 8E INCLUDED IN THE RASE BID. SEE BID FORM FOR UNIT PRICE PER TON OF A001TIONAL CLASS E REVETMENT; MATERIAL, LABOR. AND EQUIPMENT IN PLACE; THAT MAY BE REQUE51E0 BY THE OWNER. NO ADDITIONAL REVETMENT WILL BE ASSUMED FOR THE PURPOSE OF EVALUATING BIDS, MAINTAIN AND SUBMIT ALL LOAD TICKET RECORDS FOR TIE PURPOSE OF PAYMENT. DACKFILL SHALL BE COMPACTED TO 055 STANDARD PROCTOR DENSITY. SUPPLY REPRESENTATIVE SAMPLE OF PROPOSED DACKFlLL MATERIALS TO TESTING AGENCY FOR ESTABLISHING COMPACTION CRITERIA, NOTIFY ENGINEER FOR COMPACTION TESTING A MINIMUM OF 24 HOURS PRIOR TO NEED FOR TESTING. STEEL SHEET PILING SHALL BE ASTM A172 GRADE B. MATERIALS SHALL COMPLY 181H IOWA DOT SPECIFICATION SECTION 4167. COMPLY W1 TH IOWA DOT SPECIFICATION SECTION 2501 PILES ANT PILE DRIVING, FOR EXECUTION. BASIS OF PAYMENT WILL BE LUMP SUM FOR 144E WORK SHOWN ON THE DRAWINGS, UNIT PRICE BASIS FOR PILING PAYMENT INDICATED I0 THE IOWA DOT SPECIFICATIONS DO NOT APPLY. FARM SENCE AGENCY. MAP DATA 0 2013 LOCATION MAP NO SCALE IIII����IIIIII NORTH 6. 0E30015 SHALL DE DYWIDAC THREADBAR WITH DOUBLE CORROSION PROTECTION SYSTEM, OR APPROVED EQUAL. SEE PLAN FOR REWIRED SIZES AND LENGTHS. 2, LIMIT CONCRETE PLACEMENT LIFTS AS REQUIRED TO PREVENT OVERSTRESSING FORMWORK AND PROPOSED WALERS, TIEBACKS ANO STEEL SHEET PILING. ENGINEERING AND ANY RECUIREO ADDITIONAL SUPPORT OR SHORING 15 THE CONTRACTOR'S RESPONSIBILITY, B. ALL CONCRETE REINFORCEMENT SHALL BE EPDXY COATED, COMPLY WITH IOWA DOT SPECIFICATION SECTION 4151.03 FOR MATERIALS, PLACE IN ACCORDANCE WITH 2412.03. 9. STRUCTURAL STEEL AND GUARDRAIL HARDWARE SHALL BE TYPE 304 STAINLESS STEEL UNLE55 00470015E SPECIFICALLY NOTED OR APPROVED. 10, PERMITTING THROUGH THE U5 ARMY CORPS OF ENGINEERS IS IN PROCESS AND SHALL 8E COMPLETE PRIOR TO START OF CONSTRUCTION. PERMIT TRACKING NUMBER 15 MVR -2013 -830. 11. U5 FISH AND WILDLIFE SERVICE IS REQUIRING THAT A MUSSEL INVESTIGATION AND RELOCATION IN THE VICINITY OF THE WORK BE COMPLETED 8I11-115 TWO (2) WEEKS OF THE START 00 CONSTRUCTION. THE OWNER SALL COMPLTE 711I5 WORK PRIOR TO ISSUING THE NOTICE TO PROCEED. 12. PRODUCT 000070IE5 REQUIRING THE OWNER'S USE OF THE EXISTING DOCK ARE EXPECTED 10 CONTINUE INTO SEPTEMBER 2013, WHICH MAY DELAY THE START OF WORK FOR A NOMINAL PERIOD. ANY SUCH DELAY SHALL BE EXCLUDED FROM THE CON5110000N PERIOD. ONCE CONSTRUCTOR BEGINS IT WILL NOT BE INTERRUPTED FOR PRODUCT DELIVERIES, IF INCLEMENT WEATHER SETS IN BEFORE THE PROJECT CAN BE COMPLETED IN THE FALL OF 2013 THE CONSTRUCTION PERIOD MAY BE SUSPENDED AT THE CONTRACTORS REQUEST AND RESTARTED WREN WEATHER BREARS IN THE SPRING OF 2014. ALL WORK SHALL BE COMPLETE ON OR BEFORE MAY 15, 2014, AT CONTRACTOR'S OP00N 00R1< MAY PROCEED THROUGH THE WINTER USING APPROPRIATE COLD WEATHER CONSTRUCTION SHEET INDEX REVISIONS 5000• NUMBER SHEET TITLE COVER SHEET Fill AOSILEV0TIONS ANO 1. NERD 01.3 OEOTECIINICAL DATA 01.01 SITE SURVEY C .UI DEMOLMON FLIN DnSTRULYION PLAN SAT SIIEETPILE WALL ELEVATIONS SRA SECTIONS .0 OLTI1 IR.11 iHR ENCVILMINO =WENT WAS MENU. OY 00 m 1.0 9RCCT PEOSONAL AL PUIR001 0NOL11 911 LAM OF INC SiRlt Or IOWA So RI No RSV P05 • ARCHITECTURE CIVIL ENGINEERING CONSTRUCT ION SERVICES ENVIRONMENTAL ENGINEERING LAN) SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING ,094RTI COONS 1,r 1iRarAROPIPTnm.1.8880*0114 E00o1? (r) COPYRIGHT JEg2ALLR I1Ts RUAIEWS HAVE PEEN PREPARED SPECIFICALLY FOR THIS PROJECT 0,1'. NO PART OF THIS DOCUMENT MAY OE REPRODUGEO OR DINMIPUTED IN ANY FORM WITHOUT THE PERMISSION OF IIVV. P.C. ALL INFORMATION IN TNIS OOCUM1IEHTISCONSIDEPED COVER SHEET 9nAL0 n. Gniyrn PE % I AO, /]91 LIE ) RCICW, OAT: ILLS os Was COW= EY THIS CLRPRCARM': ALL SHEETS INDEXED Pr0)001N0: 11230.00 ABBREVIATIONS 4 ANGLE A CENTRAL ANGLE AB ANCHOR BOLT A/C AIR CONDITIONING(ER) AC ACRES AD ALGEBRAIC DIFFERENCE ADM. ADDITIONAL A.F.F. ABOVE FINISHED FLOOR ACC AGGREGATE ALT ALTERNATING ALUM ALUMINUM ANC* ANCHOR AOH ARROW ON HYDRANT ARCH ARCHITECTURAL ASPH ASPHALT AVG AVERAGE B —B B.B. B/C BD B /DITCH BFP B /.. 8/ BL BLOC BLK EILKG 001 0NT B.M. BOP BOT BRC BRKT BSMT BTWN BV C. CANT CAN CB C —C CF CN BRC OP LISP CJ Q CL CLO CLR MP CMU CO COL COMP CONC CORD CONN CONST CONT CONTR COORD CDR CP CPE CRST 01* CTRD CTR CU CULT CV CY BACK OF CURB TO BACK OF CURB BOND *009 BACK OF CURB BOARD BOTTOM OF DITCH OW PREVENTOR *050 11 BASE LINE BRICK LEDGE BOTTOM OF SLOPE BUILDING BLOCK BLOCKING BENT BEAM BENCH MARK BEGINNING OF PROJECT BOTTOM BEARING BRACKET BASEMENT BETWEEN BUTTERFLY VALVE CURS AND GUTTER CANTILEVER CABLE TELEVISION CATCH BASIN CENTER TO CENTER CUBIC FEET • CHORD CHORD BEARING CAST IRON PIPE CAST—IN—PLACE CAST IRON SOIL PIPE CONTROL JOINT CENTERLINE CEILING CLEAR CORRUGATED METAL PIPE CONCRETE MASONRY UNIT CLEAN OUT COLUMN COMPACTED CONCRETE CONDITION CONNECTION CONSTRUCTION CONTINUOUS CONTRACTOR COORDINATE CORNER CONTROL POINT CORRUGATED POLYETHYLENE PIPE CRUSHED STONE CORRUGATED STEEL PIPE CENTERED CENTER CUBIC CULTIVATED CHECK VALVE CUBIC YARD 01* (0) DIAL DIM 01P DIST DL DN DRWY DS DWG(5) DWL(5) ELY E E.E. EF. EFT EJ EL 01E0 ELEV EMBED ENCR ENTR EOP EOR 0/P EO E/5 E5MT EST EX EXC EXP EXT EXTD EW FD FDN FE F.E. FES F —F Fkl F.F. FFE FC 66 GR FL FLR FM ENO FRIA FT FTC FVi FV GA CC CALV CL CND GRAN GIRD GV GYP DEGREE OF CURVE DEFLECTION DIAMETER DIAGONAL DIMENSION DUCTILE IRON PIPE DISTANCE DEAD LOAD DOWN DRIVEWAY DOWNSPOUT DRAWING(S) DOWEL(5) EAST EASTERLY EACH EACH END EACH FACE EFFECTIVE EXPANSION JOINT ELEVATION ELECTRICAL ELEVATOR EMBEDMENT ENGINEER ENTRANCE END OF PROJECT END OF RADIUS EDGE OF PAVEMENT EQUAL EDGE OF SHOULDER EASEMENT ESTIMATE EXISTING EXCAVATE /EXCAVATION EXPANSION EXTERIOR EXTEND EACH WAY FLOOR DRAIN FOUNDATION FIRE EXTINGUISHER FIELD ENTRANCE FLARED END 5EC00N FACE TO FACE FURNISH k INSTALL FAR FACE FINISH FLOOR ELEVATDN FORM GRADE FINISHED GRADE FLOWLINE FLANGE FLOOR FORCE MAIN FOUND FRAME FAR SIDE 700T/FEET FOOTING FUTURE FIELD VERIFY GUTTER GAGE GENERAL CONTRACTOR GALVANIZED CLUE LAMINATED WOOD GROUND GRANULAR CRAPE GATE VALVE GYPSUM HD H.E.F. H.I.F. HK M.M. HINA H.O.F. HOW HP HST U.S.A. HT MT NYD J. AP FP SP 5T VSUL T TR VV AB J1 JST(S) KP KIP KSF LAT 18/ LB // 11 11II LLV LONG LP LPT LT 111 LW PAS MAX MBR ME MEC* MEZZ MFR MM MIN MISC ML MOD MOO MTD HEAD HORIZONTAL EACH FACE HORIZONTAL INSIDE FACE HOOK HOLLOW METAL HOT MIX ASPHALT HORIZONTAL OUTSIDE FACE HORIZONTAL HORSEPOWER HIGH POINT HEADED STUD ANCHOR HOLLOW STRUCTURAL SECTION HEIGHT HYDRANT NSIDE DIAMETER /INSIDE DIMENSION NVERT ELEVATON N510E FACE 50LATIDN JOINT MPRDVEMENTS NCHES NFORMATDN NSPECTON NSTALLATION NSULATION 410810R NTER5ECT10N NVERT RON PIPE JUNCTION BOX DINT /JOINT LENGTH 00151(5) RATE OF VERTICAL CURVATURE KIPS KIPS PER MDT 1 KIP a 1,000 L85 KIPS PER SQUARE FOOT LENGTH OF CURVE LATERAL POUND LINEAL FOOT UVE LOAD LONG LEG HORIZONTAL LONG LEG VERTICAL LONGITUDINAL LIGHT POLE LOW POINT LEFT LINTEL LIGHT WEIGHT MASONRY MAXIMUM MEMBER MATCH EXISTING MECHANICAL MEZZANINE MANUFACTURER MANHOLE MINIMUM MISCELLANEOUS MICRO LAMINATED WOOD MOISTURE RESISTANT MODIFY MONUMENT MOUNTED 9/32" MIN. ]HP STANDARD HOOK DETAILS tlb a NOMINAL BAR DIAMETER BAR SIZE 0 e FINISHED INSIDE BEND DIAMETER BAR SIZES STANDARD HOOKS STIRRUP /TIE 40005 F3. 44. 45 60 430 40. 47. 40 6tl9 840 49. 4010. 411 BBb Beb tlb a NOMINAL BAR DIAMETER BAR SIZE DIMENSIONS OF STANDARD 100 -000 HOOKS. ALL GRADES DIMENSIONS OF STANDARD 00 —DEC HOOKS, ALL GRADES 5ED Q AOR G 0 D AORC D 43 5' 3' 2 6' 2,° 04 8' 4' 3 B' 3' 45 T- 8" 3• 10' 391" 46 R' B' 4X2' 1' -0' 4YE' 47 10' T' ,)" 1 -2' 58' 4D 11' CI*., A Top 20 25 31 40 1' -3' 1191' 917' Close A 10 D e BEND DIA METE N/A 6.8. N.F. 6/ NO 0/4 N.S NIC NOM 4TS NW'LY 0C OD 0.F. O.H. 0P OPP PC P.C. PCF PCC PEO PERF PERIM PERP PI PA PLF PLR PM PDB PDT POT PRC PRELIM PROP PROP PRV PS P51 7 P.T. PT PVC PVMT R.O. Rb:R RCS RCP RCP RD REBAR RE NE RETA REM REV REV RIM R.O. ROW RP RR RS RT NORTH 5 NOT APPLICABLE. NOT AVAILABLE 5e NORTHEASTERLY SAN NEAR FACE SANS NORTHERLY 5B NUMBER 56* NEAR 510E 5D NOT IN CONTRACT SOL NOMINAL SEC NOT TO SCALE 6010 NORTHWESTERLY 5F ON CENTER OUTSIDE DIAMETER OUTSIDE FACE OVER HEAD OPENING OPPOSITE 5HT 510. 5124. 5'10 5LL SOC POINT OF CURVE 5PC PRECAST/PRESTRESSED FO CONCRETE SPEC POUNDS PER CUBIC FOOT 50 P CEMENT CONCRETE 55 PEDESTAL /PEDESTRIAN ST PERFORATED 5TA STAG STD STIFF 5TU 5T SIDS SIR 5UPP svilY S 5YM SYMM PERIMETER PERPENDICULAR POINT OF INTERSECTION PROPERTY UNE PLATE POUNDS PER LINEAL FOOT PRANK PRINCIPAL MERIDIAN POINT OF BEGINNING POINT OF CURVE POINT OF TANGENT POINT OF REVERSE CURVE PRELIMINARY PROJECTION PROPOSED PRESSURE REDUCING VALVE PRESTRESSED CONCRETE POUNDS PER SQUARE FOOT POUNDS PER SQUARE INCH PAINTED POINT OF TANGENCY POLYVINYL CHLORIDE PAVEMENT 000N810 RADIUS ROOF DRAIN REMOVE k REPLACE REMOVE SALVAGE REINFORCED CONCRETE BOX REINFORCED CONCRETE PIPE ROAD REINFORCING BAR REFERENCE REINFORCING/REINFORCED REMAINDER REQUIRED REVISION RIM ELEVATION ROUGH OPENING RIGHT OF WAY RADIUS POINT RAILROAD RESILIENT SEAT RIGHT T/B 1/DITCH T/C T /GRAN T /WALL T//P S T/51113 T/W Tk8 T.0.94.1. T.D.C. T.O.F. 1,0.5, TOE TEL TEMP TERM TCB 1HD 111K TPD TPC TRANS IS TWP rep UAC UE UL ULFM *40 LINO SOUTH SUPERELEVATION SANITARY SANITARY SEWER SOIL BORING SCHEDULE SUB DRAIN SUPERIMPOSED DEAD LOAD SECTION SOUTHEASTERLY SQUARE FOOT SPOT FACE STEP F00TNG DOWN SHEET SIGNAL SIMILAR SOUTHERLY SUPERIMPOSED *VE LOAD SLAB ON GRADE SPACE SPECIFICA0ON SQUARE STAINLESS STEEL STREET STATION STAGGERED STANDARD 5086060R STEEL STORM STORM SEWER STRUCTURE/STRUCTURAL SUPPORT SOUTHWESTERLY SQUARE YARD SYMBOL SYMMETRICAL TANGENT LENGTH TOP OF BANK TOP OF DITCH TOP OF CURB TOP OF GRAVEL TOP OF WALL TOP OF PAVEMENT TOP OF SLOPE TOP OF SUBCRADE TOP OF WALK TOP AND BOTTOM TOP OF BEAM TOP OF BRICK LEDGE TOP OF CONCRETE TOP OF EXISTING FOOTING TOP OF F00TN0 TOP OF MASONRY TOP OF PIER TOP OF STEEL TEMPORARY CONSTRUCTION EASEMENT TELEPHONE TEMPORARY TERMINATE TOP OF GRADE BEAM THREAD THICK / THICKNESS TEMPERED TOPPINGS TRANSVERSE TUBE STEEL TOWNSHIP TYPICAL VAR VC VCP VER 0A ( VERT V.I.F. V.O.F. VOL API API VPT TWA W/0 W.P. WD WN0 WT WV WWF %STS % %STC YD VARIES VERTICAL CURVE 0TRIFIED CLAY PIPE VERTICAL EACH FACE VERIFY VERTICAL VERTICAL INSIDE FACE VERTICAL OUTSIDE FACE VOLUME VERTICAL POINT OF CURVE VERTICAL POINT OF INTERSECTION VERTICAL POINT OF TANGENCY WEST W1 TN WESTERLY WATER MAIN WITHOUT WORKING POINT WOOD WINDOW WATER SHUT OFF WEIGHT WATER VALVE WELDED WIRE FABRIC CROSS EXTRA STRONG DOUBLE EXTRA STRONG YARD EXISTING SU'FACE AT PROPOS 0 Q. PROP ELEV 5ED Q Rig 21420 21150 PROFILE LEGEND UTILITY USE AS CONSTRUCTED UTILITY EASEMENT UNDERWRITERS LABORATORIES. INC. UNDERWRITERS LABORATORIES FACTORY MUTUAL UNLESS NOTED OTHERWISE F%ISTINO — D - - SD- 5 - - FM— — C - - OHE- - E ---- — OHT- - --- T - -OHN- - N - - OHU- - FIB - - X - - 0 — — ❑ - - LIIIIIIIII REINFORCING STEEL LAP SP ICE DETAILS elren9Rh Types i>�. ,a�.�. ' 4000 pal Close A Top 23 31 37 54 02 70 Close A 19 24 29 42 45 54 Claee B Tap 33 41 49 71 51 91 Claus B 25 31 37 54 62 70 6000 psl CI*., A Top 20 25 31 44 51 57 Close A 10 20 24 34 39 44 Close 8 Top 25 33 40 55 66 74 CIoas B 20 20 31 44 51 57 NOTE: 70* 070 *0 0OATED BAR5, MULTIPLY 000 TAOULA100 VALUES BY ONE OF THE F0LL0WINC 8961085: CONCRETE COVER AND SPACING CONDITION FACTOR COVER < 396 OR C —C BAR SPACING < 7Cb 1.50 OTHER CASES 1.20 • SPLICE LENGTHS ARE SPECIFIED IN INCHES 2, DEFINITION OF USE: CLASS A: SLAB REINFORCEMENT CLASS 9: ALL OTHER CONCRETE AND MASONRY REINFORCING 3. BAR SPACING AND BAR CLEAR COVER MUST SATISFY ONE OR BOTH OF THE FOLLOWING REQUIREMENTS: A. CLEAR SPACING BETWEEN SPLICED BARS MUST NOT BE LESS THAN THE DIAMETER OF THE BAR BEING SPLICED, 7H0 CLEAR COVER TO THE SPLICED BARS MUST NOT BE LESS THAN THE DIAMETER OF THE BAR, AND CODE REQUIRED STIRRUPS OR TIES MUST BE PLACED THROUGHOUT THE SPLICE LENGTH B. CLEAR SPACING BETWEEN SPLICED BARS MUST NOT BE LESS THAN IW0 TIMES THE DIAMETER OF THE BAR BEING SPLICED AND THE CLEAR COVER TO THE SPLICED BARS MUST NOT BE LESS THAN THE DIAMETER OF THE BAR. 4. HORIZONTAL REINFORCEMENT WITH MORE THAN 12' OF FRESH CONCRETE BELOW SHALL BE CONSIDERED AS TOP BAR5. EXCEPT WALL REINFORCING. 5. THESE SPLICE LENGTHS HAVE BEEN DEVELOPED SPECIFICALLY FOR THE CONDITIONS OF THIS PROJECT IN ACCORDANCE WITH ACI 318 AND SHALL BE USER FOR THIS PROJECT ONLY. B. HORIZONTAL REINFORCEMENT SPLICES SHALL BE STAGGERED A MINIMUM OF 4' -0'. 7, CHART APPUES TO A5TM A615, GRACE 60 REINFORCING ONLY. 0,00 10T 4 c LEGEND PROPERTY LINE EASEMENT CENTERLINE STORM SEWER SUB DRAIN SANITARY SEWER FORCE MAIN WATER LINE GAS LINE OVERHEAD ELECTRIC UNDERGROUND ELECTRIC OVERHEAD TELEPHONE UNDERGROUND TELEPHONE OVERHEAD TELEVISION UNDERGROUND TELEVISION OVERHEAD MAY FIBER OPTIC WRE FENCE CHAINUNK FENCE W000 FENCE CONTOUR LINE RANIOAO TRACKS GUARD RAIL SPOT ELEVATION DIRECTION OF FLOW TREE UNE CATCH BASIN AREA INTAKE STORM MANHOLE SANITARY MANHOLE UTILITY MANHOLE WATER VALVE MANHOLE FIRE HYDRANT WATER SHUT OFF WATER VALVE YARD HYDRANT GAS VALVE SIGN UTILITY POLE UTILITY POLE WITH LICHT TRAFFIC SIGNAL POLE GUY ANCHOR LIGHT POLE *DUTY PEDESTAL WELL MAILBOX WATER LEVEL BOLLARD SOIL BORING POST INDICATOR VALVE DECIDUOUS TREE W/ TRUNK DIA. CONIFEROUS TREE W/ TRUNK DIA. SHRUB OR BUSH . FOUND IRON ROO FOUND IRON PIPE SET IRON ROD CONTROL POINT 70070080 D —5D- - 5 - - fM— - G - -OHE- - E - - OHT- - T — DHN —TV- -09U- - FIB — - 0 - - ❑ - - 000— + 0.00 0 O 4do kil IIW ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURvEyING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING EORIttE%PERBSESOLUTI (C) COPY RIGHTS ESERVEO. THESE DOCUMENTS HAVE SEEN 6PECIFlCALLYFORTHIB T ONLY. NO EPR OF THIS DOCUMENT KW OE OR OW— REA/TED IN ANY FORMS virtUOUT THE PERMISSION N IN MB DOCUMENT ID CORS10ERE0 ABBREVIATIONS 5 Sh PINS) G1,2 Pr91ad No; 11237 -00 19a"anoionlansta Soli narlon L000lDo ALLENDER nUTzio; ENGINEERS INC. 3641,1091bSiorel tlemotle1,1A MSS Not to Scale 5020 010,0 by: OW Salt Bongo Unloading Dock PN 121147 Purina Drina &Mississippi Myer Dubuiloo, 04,00 Site P Inn /LORING LOC NO. 7:00. 401 111141 1001030 400 11.404 ,101.11.11.40 1000. CON& 3114404.0111.44 Pub...04 0,00 CI. 1.30044.4.0w,13, 4115 Pomn Om I e P34nnus.1.11 Rslan PM a Dawn:4 '011l14I1V 010.70' 003411.4114113 411 CNN Omo smock NOM rsIlso WNW: 4°OrAEFINA NM/ Malarial Dosarlption. 1411101153 210 Stows Eno lo medium lend Nab gravel, m•IN 1 o W1.111140 to motlitma und.lmo-invol, mimeos Clxy stammer St., 011.4.03L00 000.1V11301 Dad of Dorbm be ONIMArA. ropteomuni=promv Mao en rumMil Timm otom INN ALLENDER BUTZKE ENGINEERS, INC. l 1=0 41 Gookohnical &vim:ow:Rai I Con Ruction Q.C. BORING LOG NO. 2 Smiod No.' 01147 211oN31 naglyin 00001100.14 13141,141/41.4 311/414311.11114.4 011401: 0111 NINNIcuct/31.40`.0, 41330430.1.314 AND. ■ ... .0 MD 0011434 lisin 1102101171.,, PM, Drown 1101 Doll N,,_w■M,N.,g4/ . cm 00. 4.0N2--,--N 000 NSA 340,0413 3 1as _L_ 0l . 1 ut 1P20/10 t ibu, !Jm;,, tr,,, 1,r - 2 . 31.01101 0133c rictIon. 1 ` upg am 192 5. MA ISO i i I , i_ 1 •- r " ssn a . snn Is snn 1 77E 03 SSA 2 7 SSA 0 ZO1 13 I' ORUSIIII1 WASS NSA nr.tomedtumanndwit A groelpumee ask, Nobs to voy moist aniliaaaseanananetiP WIIIhnotunebould=o0411441r kti SP th: A -d- MU am to moSlum mild, Dm gm,* WIEN. Dad, gm, clayey .m1 wItItamasic• rtom 'MID MP RANULAR ALLUVIUM Onss Ilse N own sond MINIM SP fiC . SINS - - E. .13.ou 0414.0orlap -S43.3 • ro mom sm MIMI ObsoNmiv• Tu. ni comptolo _ Nu. _ 301:0 _ ALLENDER BUTZKE ENGINEERS, INC. Goolachnical i Enviroinnenbil I Co, liana, Q.C. BORING LOG NO. 7 11*0421 LILLO_ assaat aillnyaggabiallanksh—_-_____ NH. 0 1.30 0.4,11414011111. comm.. Dues, 0.100333 1'4 '',Y4r•C 41/5 Prionianna Amor ■ ... .0 MD NNW. W. n 0, 4123 „,,, ,.,,,.0,0,7p, ut 1P20/10 t ibu, !Jm;,, tr,,, 1,r ..: 4 Malarial DoacrIpllon7 1 ” SOO 5,4 360 30- 7 I 1 ij.._ 0 -EST& 9 1-1r_ snn Is snn 1 77E 03 SSA 2 7 SSA 0 ZO1 13 0.144 Comoro 34.4110414.1 Drown no. la mow, and.. grarel anata ."'"7,Y.sinisasaa :ay . FILL WM WNW= bouldos WE Np)sear I7' WIN Dunstan bauldou (4.40) from 21, 26.31 ... P , 1 4 ■ i',11 Drum, MN mml to medium, Irma glAveL mtursintl GIUNULA0. ALLUVIUM 13214 mry Ms, send AIN arsenic; Sc. 31010 ds Plue lo tome sem1411.14' SD E/ SC W ME 0414.0orlap 301.8 The •SeMoNX=•••,=,nysrm TOss N mu le110 _ Mo. _ 100404:41, o .o. o it lo bauslo 0.1. Ilmn E•NeonnuMMAIN,...M. ON IronOonmarnOml ALLENDER BUTZKE ENGINEERS, Goolochnical I Pankow:mall I CoastruNion INC. Q.C. • IIW ARCHITECTURE CNN ENGINEERING CONSTRUCTION SERViCES ENVIRONMENTAL ENGINEERING I AND SURVEYING MUNJOIPAL ENOWEERING STRUCTURAL CNGINEEINNO TRANSPORTATION ENGINEERING EOSIT• EMPERTISESOLUDONS ® COPYRIGHT 2013 ALL RIGHTS RESERVED. THESE DOCUMENTS HAVE KEN PREPARED SPECIFICALLY FOR THM PROJECT ONLY. NO PART Of THIS DOCUMENT MAY BE RSPNODUCED OR DISTRIBUIED DI ANY FoRNI WORSE, THE PERmISSION OF IIW, P.C.ALL INFORMATION SI THIS DOCUMENT IS CONSIDERED PROPERTY OF mY. aV�W2VU -rnvn 0 ir A Sheol No G1.3 Prolnol No: 11132.9 EX 070 4 PILE DOLPHIN EX STEEL GRATE 00017 009.0' EX I2' STEEL OUT TL 604.49' EX EDGE WATER EL 993.70' E% CR 092.83' CTR 10" SPILL TRAY SLEEVE 10' HIGH E% ELEC CONTROL PANEL EX CR 581.02' E% lY STEEL WT FL 005.89' EX GREEN BRACKET TYP EX METAL RA10110 E% BURIED ELECTRICAL EX JOINT COT WALL 889.48' EX 00157 907 WALL 008.37' E% 0004 0' PCC SLAB EX CR 907.92' E% JOINT 007 WALL 808.30' EX DOT WALL 809.02' EX 2'x2' REC. GRATE STORM IN 009.02' 12' STEEL OUT R 808.70' E% 007 L AT FLOOD C40E 010.W0L71' AT FL000 00 GAT0E'84 .74' E% 2'X2' REC. CRATE STORM IN L 060700.3.99' 5' 12' 5100, OUT F 000 9' WATER 93.7 \ 0% STEEL PLATE I� \ OVER CONVEYOR BELT E% ASPH PVMT \ SITE SURVEY EX BLDG NORTH HORIZONTAL SCALE IN FEET 10 20 DRAWING MAY NAVE BEEN REDUCED � fx N. ' S /Co f N. EX TOP WALL 018.43' 907 WALL 810.07' EX JOINT TOP WALL 818.51' E %JO TOP WALL 610.INT 04' EX JOINT PO1 TOP WALL 01 11.40' \ / / / / E% 0&01NT.J / TDP WALL 01 41' E% TOP WALL 618.23' BOT WALL 818.12' II W ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENOINEERINO LAND SURVETINO MUNICIPAL ENOINEERINO STAUCTUL NOINEERINO 1MNSPORTATION ENGINEERING 1111EGRIttfNPERTIEEdELUTION 44 m,y .,4 A .b 1 ® COPYRIGHT RE1R Au RIGITr0 ' RESERVED. THESE DOCUMENTS HAVE BEEN PREPARED D SPECIFICALLY FOR THIS ONLY NO PAST OF THM DocUMENT mAY BS REPRODUCED 16D IN ANY 40911 oR wit.. THE ReFORIssioN P L, 411 INFORMATION IN DIM DOCUMENT IS CONSIDERED PROPER, OF lree P.L. 6 2 3 8 BM1 o1 NOI C1101 Pro1nE1 No: 11732 -05 PROTECT EX DOLPHIN TO REMAIN E% CTR 4 PILE 001P141 REMOVE EX STEEL GRATING & ASSOCIATED STEEL FRAMING EX STEEL ORATE DOCK 009.0' E% 12' STEEL OUT FL 604.49' E% EDGE WATER EL 993.70' E% GREEN BRACKET TR' EX 12' STEEL OUT 71 605.89' E% CR 502,03' REMOVE E% SPILL TRAY SLEEVES CTR 10' SPILL TRAY SLEEVE 10' HIGH EX ELEC CONTROL PANEL EX CR 5811.02' REMOVE IX GUARDRAIL. 7YP NOTE: SINK HOLE DEVELOPMENT IN 11115 AREA HAS BEEN FILLED W11H PLOWABLE MORTAR PROTECT E% BURIED ELECTRICAL TO REMAIN E% BURIED ELECTRICAL E% METAL RAILING EX JOINT 809 WALL 609.45' E% JOINT - ` ▪ — BOT WALL 009,37' REMOVE EX STEEL BRACKETS, TB. OF (0) PROTECT IX RETURN WALL 10 REMAIN EX 0074 5' PCC SLAB EX CR 557.92' ~ UNLESS SPECIFlCALLY (TOTES, ` ` EX GRAVEL NO WARN SHALL BE PERFORMEDIIt_ _ G WITHIN 15' CLEAR ZONE OF EXISTING FLOOD CONTROL r \ ` 5 9001070 E4 JOINT 007 WALL 009.30' E% 90T WALL 609.02' EX 0'42' REC. 09510 STORM IN 009.02' 12' STEEL OUT FL 606.90' 00 V811'00017;1. -' A7 F1000 8 97' 0X WALL AT FL000 CATS 001 610.24' EX 2'82' 807. 0951E 1 O 0RM IN 009. 602.9535' 12' 510051 UT FL ' r 0 ✓ \\V EX GONG DEMOLITION PLAN PROTECT E% DOLPHIN TO REMAIN REMOVE E% SUPPORTED PLATFORM E% E000 WATE4 EL 593.]9' a6BamllV�muO�. NORTH HORIZONTAL SCALE IN FEET 0 10 20 DRAWING MAY HAVE BEEN REDUCED REMOVE IX GONG WALLS k ASSOCIATED FOUNDATIONS. WALLS0. SAWGUT AT INTERFACE W/WALL 70 REMAIN E% STEEL COVER PLATE V CONVEYOR SYSTEM REMOVED BY OTHERS T �. D9 E% 8 CO PLATE ✓ '0 014e4V OVER CONVEYOR BELT f R R 2Rq�S -- EX BLDG EX TOP WA LL 016.43' 40T WAL L 610.02' E% 5594 P01.1T \ EX JOINT TOP WALL 816.51' EX JOINT TOP WALL 61&44' E% 30147 TOP WALL 018.40' \ / / E% 518.41' JOINT I TOP WALL BLIT WALL 510,12' PGI ®® CAH NVIN G CONSTRUCTION I ENVIRONMENTAL ENG LANG SURVEYING 3TMe0RC NSPORTATION ENGINEER I NG TEGRIIY.EXPERRSESOLMIN5 71 9xN RI aT 1 0774 1g) COPYRIGHT 2010CLL RIGHTS THESE :1901 CE AVE BEEN PREP A FICALLYT TH10 ISAS DOCUMENT MAY BE REPRODUCE° MTION N THIS t2M, CONBIDERED PROPERTY or in. Ct02 Plolncl No: 11272 -00 MAINTAIN CONTINUITY OF MINE AT CORNERS, TT. SEE DETAIL THIS SHEET 4' SCH 40 PVC CONDUIT BURIED MIN 2 -0', TURN UP 0 ENDS AND CAP 1' —(1' ABOVE FINISHED GRADE LADDER. SEE DETAIL SPILL TRAY SLEEVE. SEE DETAIL E% 12' STEEL OUT FL 804,49' E% ED WATER EL GE 593.70' mIIIIIIIUm, NORTH HORIZONTAL SCALE IN FEET 0 10 20 DRAWING MAY HAVE BEEN REDUCED SELECTIVELY REMOVE E% CONC WALL FOR HE —BACK INSTALLATION WHERE RE0'D UDDER. SEE DETAIL BE —BACK. SEE DETAILS. TYP OF (14) E% 12' STEEL WT iL 005.89' WALER. SEE DETAILS (17) 45 HOW 0 7' 0C. PROVIDE STAGGERED CLASS D LAPS AS REO'D E% 2'02' REG CRATE STORM IN 608.02' 12' STEEL OUT FL 006.76' CARE TO AVOID E% IPE DURING CONSTRUCT) • `. 1 VIDE OVERSIZED STEEL CA WHERE PIPE PASSES THROUGH DEADPAN WALL GUARDRAIL SEE ELEVATIONS & DETAILS EXTEND SLOPE UP TO MATCH IN IN/EX GRADE E% EDGE WATER EL 593.79' Elr CONC DEADPAN WALL SEE DETAILS E% 2'02' REG. CRATE 510RM IN 008.35' 1Y 51001 OUT FL 007.95' *%11114/1/ TERM IN INTERSECTING WALL W /SID HOOK. ADJUST SPACING AT TIE —BACK BLOCKOUiS ./— /5 OC VERT }-0" ag 0" . I C1 S7 II >" OC. � �1 PROVIDE STAGGERED CLASS LOP A B LAPS AS REO'D.' ADJUST AT SPACING BE —BACK SPACING R OC VERT. 41% AD JUST SPACING AT TIE—RACK 41000 O0 7 S UNLESS SPECIFICALLY NOTED. NO WORK SHALL BE PERFORMED WITHIN 15' CLEAR ZONE OF EXISTING FL00D CONTROL STRUCTURE (17) 45 HORIZ 0 7' OD TERM IN INTERSECTING WALL W /STD HOOK. DEADMAN WALL REINF 11.7KAM1 /6 -1 EXCAVATE & SLOPE TO MATCH E% ADJACENT REVETMENT. INSTALL CLASS E STONE REVETMENT PER IDOT SPEC SECTION 2507— ALLOWANCE 100 TON CLASS E STONE ASPH PVMT s. s. ft \ f s. E% 9L00 CONTRUCTION PLAN (2) 112.30 07705 . SEE WALL ELEVATIONS EXTENT OF LOWER CHANNEL BELOW. SEE WALL ELEVATIONS H55 4W720 SPACER W /(2) 6 *0175 NOTE: WALL REINFORCING NOT SHOWN FOR CLARITY. WALER SPLICE ® WALL CORNER 0.1.1a r. r -6' P227 SIICC7PILE WALL MOVE INTERLOCK FROM THIS 007711E SECTION (4) ;$"0 80LT5 11" BENT R BOLTED TO EA ABUTTING SHEETPILE SECI10N 7/ Yn'B BOLTS 0 16' 00 MAX VERT SPACING. EXTEND R FULL HT OF WALL (2) 012030 WALER. SEE WALL ELEVA110N5 GTE: WALL FLUTES NOT SHOWN FOR CLARITY. MIN CONTINUOUS WALL REINFORCING PROVIDE STD HOOK AT OUTSIDE FACE CORNER 1AP BARS. SAME SIZE k OUAN111Y AS WALL REINFORCING CORNER RIENFORCING 0I II W ARCHITECTURE CNN. ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORNORON ENGINEERING NTEGNITE%PERTGESOLURONS ® COPY010Hr26I27lI. RIGHTS SERVED. THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR TNIS PROJECTOR,. RO PART OP 1111S DOCUMENT RAY DE REPRODUCED ODCUMNT IS DB, CONSIDERED C. PfloPrRIY or CONSTRUCTION PLAN La 08 O 5h 71 No 51,1 Prolncl No: 11272 -07 MAX, TYP �T /EK j OR 6 (VERIFY) Y) CPA (VERIFY) (MATCH 1T /E1( LOW WALL) II,, 4 W6DIEa MAX, TY'8IP D ® AM immimmainfimmimi %V _rr__I___ rrrrrrrimirrrrrrir•r• - -- -C.. --- .ter --1 ■■� —ter -- mr•mI� �r�r�s rsmosi' ®r. MAX. T1P ( (VER0 IFY) ,\O 6 WA .tl V (MATCH VEX W LOW WALL) SHEETPIL tAT S03(BEE P ( a 111(1 11- '-1 -(VFA' IFY) I11- SHEETPILE �34 .. F.FIb^1. BED WEST SHEETPILE WALL ELEVATION IDE LADDER DETAIL "a SOLID STEEL RUNGS 0 UNIFORM VERT SPACING OF 1' -0` OC. PROVIDE UNIFORM VERT SPACING FROM GRAD TO TOP RUNG. EXTEND LADDER TO WATER LEVEL AT TIME OF CONSTRUCTION 2))+.Y., CONY SIDE RAIL EA SIDE. GRIND LEGS IF REO'D 10 MATCH 511CC1PILE GEOMETRY PZ27 SHEETPILE WALL SOUTH SHEETPILE WALL ELEVATION 1177.3.1 SE.1.12073 9" NOM 1.0. XSTG PIPE APPROX HIGH, MATCH E% I" BASE PL 700 118" LONG NPE 304 SS ANCHOR DOLTS SPILL TRAY SLEEVE DETAIL SHEETPILE 10E 0E10 `L 3131 BRACE 0 EA POST. CUt TO Fii 2 75,4x0' -D" (2) 0005 55 E %P ANCHORS 0 AT 00 W /MIN 310 GONG EMBED EAST SHEETPILE WALL ELEVATION M1" SGH BO POSTS 0 ' -O" OC MA% 2" 5CH B0 RAILING, TYP CR (VERIF1) L 313JiA' -1010 0 EA POST (2) % "P 001TS BASE 2 1)1010' -0" GUARDRAIL SECTION AT HIGH GRADE ele. MDR 11/C - 1.-C SHEETPILE QESEMRE0 SAND k CEMENT GROUT (4) '1F•o SS EXP ANCHORS W /MIN �IRJ 310 CONC EMBED EX SHEETPILE WALL PZ27 SHEETPILE WALL ROW CONC WALL —G09 6 4 VERIFY) NOTE: WALL REINFORCING NOT SHOWN FOR CLAflItY. GUARDRAIL SECTION AT LOW GRADE 30.04 4002101/)• 6I ARCHITECTURE N CNA ENGINEERING NG CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING TRANSPORTATION ENGINEERING aOLIJ 101.19 © COPYRIGHT WOWS MED. RI TRESE DOCUMENTS RAVE BEEN PREPARED SPECIFICALLY FOR MIS PROJECTOR,. NO PART OF THIS DOCUMENT MAY. REPRODUCED ALIANP NTIIS CONSIO � ERCO PROPER,Y OEM,, P.C. Gi Sh a1 oI S41 Plnfncl No: 11212 -00 R 1.e4x(/' -10 ", TYP 0% SHEET PILING 15' -0" MIN CLEARANCE TO ANY PART OF FL000WAI.L STRUCTURE 3" RR, TYP ALL EDGES 1' -6- 1.11 PZ 27 SHEET PILE WALL (2) 012030 WALER (4) A7A VERT, TYP O EA WALL FLUTE NOTE: OTHER WALL REINFORCING NOT SHOWN ON THIS DETAIL FOR CLARITY, SEE WALL SECTION M1" SCH 40 PVC CASINO FILL ANNULAR SPACE 8EU T. GROUT SHALL DE IN ACCORDANCE WITH E -MECK ND. MAR'S RECOMMENDATIONS 1?6 "° DYWIDAC ANCHOR. SEE PLAN FOR LOCATIONS EX SHEET PILING 455 4x9x■ SPACER W /(2) T"c BOLTS 0 00 MA% x3x0' -3", TYP WO BOLT, TYP 1 /2"^- PLAN BLOW -UP 8 x 1' -r r- 1•- i . ° DAG ANCHOR R & NUT WALER MAY BC SPLICED AS SHOWN 106 "0 01'WIDA0 ANCHOR. SEE PLAN OR LOCATIONS 4" SCH 40 PVC CASING FILL ANNULAR SPACE W /GROUt. GROUT SHALL DE IN ACCORDANCE WITH TIE -BACK MFR'S RECOMMENDATIONS NOTE: WALL REINFORCING NOT SHOWN FOR CLARITF. TIE -BACK CONN TO WALL R 9%P07(x2' -O" TOP & B0T OF WALER 0 SPLICE LOCATIONS (2) 012x30 WALER P2 27 SHEET PILE WALL DYWIDAC ANCHOR it NUT (3 "P BOLT, TYP N01E: WALL REINFORCING NOT SHOWN FOR CLARITY. SECTION 00 SUN B-"' l 1/r ( G -HAD (VERIFY) CONIC DEADMAN WALL 0'FT SEE DETAILS _. 110 -8ACK. SEE DETAILS SECTION E% SHEET PILING PZ 27 SHEET PILE WALL (2) 012x30 WATER 73 "R BOLT R )4x300' -3 ", TYP 00* BLEED HOLES 0 3' -0" 00 ALONG WEB OF LOWER WALER CHANNEL Vir NOT TB BEAIE 4° SCH 40 PVC CASING. IE 1)0x0"0' -10 ", TYP FILL ANNULAR SPACE W /GROUT. GROUT SHALL BE IN ACCORDANCE WITH TIE-BACK MFR'S RECOMMENDATIONS PZ 27 SHEET PILE WALL (2) C1200 WALER HSS Y. W/(2)4 a4 o BOLTS SPACER O �II 6' -0" OC MAX E% SHEET PILING NOTE: WALL REINFORC NO NOT SHOWN FOR CLARITY. 40 SECTION 116 °! DYWIDAC ANCHOR. SEE PLAN FOR LOCATIONS. DYWIDAC ANCHOR R & NUT BLOCKOUT 0 TIE -BACK. FILL W /GONG AFTER TIE -BACK IS INSTALLED -1r it NOTE: GUARDRAIL NOT SHOWN FOR CLARITY. . MIN PZ 27 SHUT PILE WALL MATCH T /E% �LDW WALL) ( (6) 00 l o• E F. PROVIDE STAGGERED RED CLn55 8 LAPS AS REVD WALER. SEE DETAILS 35 0 10" 00 VERT. PROVIDE STAGGERED CLASS B LAPS AS REVD 3S 01D" 00 HORIZ E.F. PROVIDE STAGGERED CLASS 8 LAPS AS REVD NOTE: DEADMAN WALL REINFORCING NOT SHOWN FOR CLARITY. e flOVIOE STAGGERED CLA55 D LAPS AS REVD AIM • (1D) 37 0 0" OC IIORIZ B.F. PROVIDE STAGGERED CLASS B LAPS AS REO'D %IS'RNG SHEET PILING [INFORM) GONG WALL O SW 6" 0 V W. WALER. PROVIDE STAGGERED CLASS B 10175 US REM) TIE -BACK CONN TO DEADMAN Bee4 °:,-N REMOVE RIVER MUD (MN E% & PROPOSED SHEE1PILE WALLS 10 SAND LAYER 00100 & PLACE LONG WALL TO TOP OF SAND LAYER 100 001 TOE EMBED PGI ARCHITECTURE CNILENGWEERING CG ONSIENTION SERVICES ENVIR LAND TAI ETINO RING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING EORIIY.E%PER115ESOLUTION Q COPYRIGHT 1o11 ALL RICHrn THESE DOCUMENTS HAVE BEEN EPARTOnPnCTI, LY FOR 1: POl6c NIY. NO PARTOFTHIn vocumenr MY ON REPRoDOSco WiHOUTTTNE PERMISSION Mw. ALL INFORMATION IN TN. DOCUMENT IS 0NWI0vc mopes, or . 7 -2 Y4 L. 0 h ION °I 1 P10na No: 11202 -De RESOLUTION NO. - 13 APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST OF THE PURINA DRIVE BARGE DOCKING FACILITY REPAIR PROJECT NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed plans, specifications, and form of contract now on file in the Office of the City Clerk and estimated cost for the Purina Drive Barge Docking Facility Repair Project, in the estimated amount of $593,213.00 are hereby approved. Passed, approved and adopted this Attest: Kevin S. Firnstahl, City Clerk day of , 2013. Roy D. Buol, Mayor