Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
BURLINGTON CLINTON ST INTERSECTION IMPROVEMENT 2017
BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS 2017 13 -Apr -2017 Plans, Specs, proposal and contract 18 -Apr -2017 Res 17-118, authorizing the acquisition of property interests necessary for construction 18 -Apr -2017 Res 17-120, setting a public hearing 24 -Apr -2017 Notice of public hearing 02 -May -2017 Res 17-146, approving plans, specs, form of agreement and estimate of cost. 03 -May -2017 Notice to Bidders 10 -Oct -2017 Revised Plans, Specs, proposal and contract 17 -Oct -2017 Res 17-327 setting a public hearing 23 -Oct -2017 Notice of public hearing 06 -Nov -2017 Res 17-340, approving plans, specs, form of agreement and estimate of cost. 07 -Nov -2017 Notice to Bidders 19 -Dec -2017 Res 17-363, awarding contract (Ricklefs Excavating Ltd.) 23 -Jan -2018 Performance and Payment Bond 23-Jan2018 Form of Agreement (Ricklefs Excavating Ltd.) 28 -May -2020 Engineer's Report 02 -Jun -2020 Res 20-142, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE BURLINGTON CLINTON STREET INTERSECTION IMPROViSt CITY OF IOWA CITY, IOWA - — PROJECT NUMBER CS -TSF -3715(657)-85-52 DATE PREPARED: October 12, 2017 J I hereby certify that this engineering document was prepared by me pwl"11111111/„ or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. ``0"§§QPOFESSIOyq� BARRETT m E 3- �! 10/12/2017 5 HUBBARD a Barrett Hubbard, P.E. Date 0 23274 a Iowa Reg. No. 23274 My license renewal date is December 31, 2017 ��rrnnnnua�" Pages or sheets covered by this seal: ALL DATE PREPARED: October 12, 2017 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS NOTE TO BIDDERS FORM OF PROPOSAL FORM OF AGREEMENT PERFORMANCE AND PAYMENT BOND........ CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)......... WAGE THEFT POLICY ................ GENERAL CONDITIONS ............. SUPPLEMENTARY CONDITIONS r BIDDEWSTATUS FORM .................................... I4GETED SMALL BUSINESS PROVISIONS. TIFCHNIPAL SPECIFICATIONS Lk— c DIVI�FQN 1 -GENERAL REQUIREMENTS N Page Number AF -1 ...............NB -1 ................ FP -1 ................ BB -1 ...............AG -1 ................ PB -1 ...............CC -1 ............... WT -1 ...............GC -1 ...............SC -1 ................ BF -1 ......................................................TS -1 Section 01010 Summary of the Work ................................. Section 01025 Measurement and Payment ....................... Section 01310 Progress and Schedules ............................ Section 01570 Traffic Control and Construction Facilities. DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments.......... Section 02100 Site Preparation... ............... ................................... Section 02220 Earth Excavation, Backfill, Fill and Grading........... Section 02270 Slope Protection and Erosion Control .................... Section 02510 Asphalt Cement Concrete Paving .......................... Section 02520 Portland Cement Concrete Paving ........................ Section 02524 Curb Ramps........................................................... Section 02660 Water Distribution................................................... Section 02670 Adjustment and Removal of Monitoring Wells....... ..............01010-1 ..............0102 5-1 ..............01310-1 ..............01570-1 ..........................02050-1 ..........................02100-1 ..........................02220-1 ..........................02270-1 ..........................02510-1 ..........................02520-1 ..........................02524-1 ..........................02660-1 ..........................02670-1 NOTICE TO BIDDERS BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 2nd day of June, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20th day of June, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of water main along Clinton Street between Court Street and Burlington Street. Replacement of traffic signal at the intersection of Clinton Street and Burlington Street. ADA and sidewalk improvements between along Clinton Street between Court Street and Burlington Street. Replacing concrete panels and adding right and left turn lanes to Clinton Street at the intersection with Burlington Street. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of FIVE (5) year(s) from and after its completion and formal acceptance by the City Council. 0 A non -mandatory Pre -Bid Meeting will be held on May 18, 2017 at 2:00 p.m. ia:khe Ei*neering Conference Room (Iowa City City Hall, 410 East Washington Street, Iowa Citk,' a'wa�2240#,to discuss bid alternates. c� ~� N �..,��I —a n o, r AF -1 ' '� c—n The following limitations shall apply to this Project: Working Days: _75_ Specified Start Date: _July 10, 2017_ Liquidated Damages: $_500_ per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions, 415 Highland Ave Suite 100, Iowa City, Iowa, Iowa, by bona fide bidders. A $30.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. JULIE VOPARIL, DEPUTY CITY CLERK AF -2 N O_ O J C7 ^C N per+ --1 CT T Cn r AF -2 Section 02700 Sewers................................................................................................02700-1 Section 02750 Jacked Crossings...............................................................................02750-1 Section 02800 Traffic Signalization...........................................................02800-1 Section 02900 Landscaping......................................................................................02900-1 �V ---if7 al 1 C.. O NOTICE TO BIDDERS BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 6'" day of December, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19"' day of December, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of water main along Clinton Street between Court Street and Burlington Street. Replacement of traffic signal at the intersection of Clinton Street and Burlington Street. ADA and sidewalk improvements along Clinton Street between Court Street and Burlington Street. Replacing concrete panels and adding right and left tum lanes to Clinton Street at the intersection with Burlington Street. Pavement markings on Clinton Street between Benton Street and Church Street. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the tapproved contract form has been executed, a bond has been filed by the bidder guaKanteeing the performance of the contract, and the contract and bond have been Ctappfd_ved-by the City. The City shall promptly return the checks or bidder's bonds of unsu,essNoidders to the bidders as soon as the successful bidder is determined or within thirty,gayV: whichever is sooner. The IFQc4ssf61 bidder will be required to furnish a bond in an amount equal to one hundred U-perceOK J00%) of the contract price, said bond to be issued by a responsible surety apprq�pd by fhe City, and shall guarantee the prompt payment of all materials and labor, and a`ls'o protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of FIVE (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 75 Specified Start Date: April 1 2018 Liquidated Damages: $ 500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions, 415 Highland Ave Ste 100, Iowa City, Iowa, by bona fide bidders. A $30 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be made payable to Rapids Reproductions. The fee is refundable if returned within 10 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be ob- tained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa CHRISTOPHER GUIDRY , CITY CLERK -I� �, r M NB -2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 91 Bid submittals are: Envelope 1 Envelope 2 Bid Bond and Bidder Status Form Form of Proposal I -M r Liz .q y SEC, e �D V F-- �V (.1.. o C" � o 0 N Bid Bond and Bidder Status Form Form of Proposal I -M FORM OF PROPOSAL BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equiprrg;nt and to perform the Project as described in the Contract Documents, including Addenda and and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to compjete�e vM contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such tO 4J BID ITEM NO DESCRIPTION UNIT PRICE BID QTY UNIT (numbers) EXTENSION 1. MOBILIZATION 1 LS 2. CONSTRUCTION SURVEYS 1 LS 3. TRENCH COMPACTION TESTING 1 LS SUBGRADE AND SUBBASE 4. COMPACTION TESTING 1 LS CONCRETE MATURITY TESTING 5. FOR PCC PAVEMENT 1 LS 6. TRAFFIC CONTROL 1 LS 7. FLAGGERS 5 EA MOBILIZATIONS, EROSION 8. CONTROL 5 EA 9. FILTER SOCKS 387 LF FILTER SOCKS AT STORM 10. SEWER STRUCTURES 8 EA FP -1 11. REMOVAL OF TREE 6 EA $ $ REMOVAL OF EXISTING PAVEMENTS, DRIVEWAYS, 12. CURB, AND GUTTER 1609 SY $ $ REMOVAL OF EXISTING 13. SIDEWALK 1120 SY $ $ REMOVAL OF STORM SEWER 14. STRUCTURES 6 EA $ $ REMOVAL OF STORM SEWER 15. STRUCTURES, TOP ONLY 2 EA $ $ REMOVAL OF STORM SEWER 16. AND CULVERT PIPE 38 LF $ $ ABANDONMENT OF EXISTING 17, WATER MAIN 1 LS $ $ 18. REMOVAL OF FIRE HYDRANT 4 EA $ $ 19. REMOVAL OF VALVES 5 EA $ $ REMOVAL OF EXISTING WATER 20. MAIN 194 LF $ $ REMOVAL OF EXISTING 21. PAVEMENT MARKINGS 1 LS $ $ REMOVAL OF EXISTING TRAFFIC 22. SIGNS 5 EA $ $ 23. REMOVAL OF PARKING METERS 9 EA $ $ 24. REMOVAL OF TRAFFIC SIGNAL 1 LS $ $ 25. REMOVAL OF LIGHT POLE 2 EA $ $ 26. MODIFIED SUBBASE, 6" 1889 SY $ $ 27. STORM SEWER MAIN, RCP, 12" 28 LF $ $ 28. STORM SEWER MAIN, DIP, 12" 13 LF $ $ 29. STORM SEWER INTAKE, SW-507 1 EA $ $ STORM SEWER INTAKE, SW-507 30. TOP ONLY 2 EA $ $ 31. STORM SEWER INTAKE, SW-510 2 EA $ $ CONNECTION TO EXISTING 32. STORM SEWER STRUCTURES 1 EA $ $ 'jNATER-MAIN, TRENCHED OR 33. -bqENg LESS, RJ HDD, 12" 75 LF $ $ V80TERR'QlAIN, TRENCHLESS, RJ .qAtHf1D, 109 LF $ $ ER-MAIN, TRENCHED, RJ oei DI�D '- 12��:: 437 LF $ $ WRr1GlAiN, TRENCHED, RJ �LL__ - 3F� DIF':;:8" 37 LF $ $ WATER MAIN, TRENCEHED, RJ 37. DIP, 6" 32 LF $ $ FURNISH AND INSTALL VALVE 38. AND BOX 17 EA $ $ FITTINGS FOR WATER 39. DISTRIBUTION SYSTEMS 2790 LBS $ $ WATER SERVICES 40. RECONNECTION 4 EA $ $ FP -2 TOTAL EXTENDED AMOUNT TOTAL EXTENDED AMOUNT FP -3 NUMBERS WORDS FURNISH AND INSTALL FIRE 41. HYDRANT ASSEMBLY 4 EA 42. VAVLE BOX ADJUSTMENT 1 EA 43. PCC PAVEMENT, CLASS C, 8" 69 SY 44. PCC PAVEMENT, CLASS C, 9" 1589 SY 45. PCC PAVEMENT, CLASS M, 9" 206 SY 46. PCC SIDEWALK, 6" 615 SY 47. PCC SIDEWALK RAMP 146 SY 48. DETECTABLE WARNINGS 162 SF 49. HMA OVERLAY, ''/�' PG 58-28S, 3" 69 SY PAVEMENTS MARKINGS, 50. DURABLE 465 STA 51. PAVEMENT SYMBOLS, DURABLE 63 EA 52. IMPORTED TOPSOIL 146 CY 53. DECORATIVE BRICK PAVERS 115 SY 54. SODDING 637 SQ 55. STREET LIGHTS 1 EA 56. TRAFFIC SIGNAL, PER PLAN 1 LS PERMANENT TRAFFIC SIGNS, 57. WITH POSTS, PER PLAN 42 EA TOTAL EXTENDED AMOUNT TOTAL EXTENDED AMOUNT FP -3 NUMBERS WORDS v c7 7 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Approximate Name Type of Work $ Amount NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents' and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Fni"R Signature: Printed Name: Title: Address: Phone: Contact: FP -4 r- V•� 0 r c-; LI.! J>- -J>- C:) o ,. c 0 N Fni"R Signature: Printed Name: Title: Address: Phone: Contact: FP -4 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated CLINTON STREET INTERSECTION IMPROVEMENTS Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for the BURLINGTON (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. _y The Surety, for value received, hereby stipulates and agrees that the obligatior� of s'a7c� Surety and its bond shall in no way be impaired or affected by any extension of the time witbin whieh the Owner may accept such Bid or may execute such contract documents, and said SWiety d e hereby waive notice of any such time extension. i , x The Principal and the Surety hereto execute this bid bond this tO, day9 A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 121hday of October, 2017, for the BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. 0 UJ J_ U. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers , attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; LO rcr Statewide Urban Design and Specifications (SUDAS) Standard z W— Specifications, 2017 Edition, as amended, v� Plans, �Q o i6? -,C) Technical Specifications and Supplementary Conditions; r -- f. Performance and Payment Bond, g. Contractor's Completed Bidder Status Form; attached hereto; h. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; i. Completed Form of Proposal, and AG -1 This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amnt: DATED this day of By Mayor ATTEST: City Clerk AG -2 20_ Contractor , �7 By -- —, Title `r— rn m v� w ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Shive-Hattery, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void, otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: r.1. Complete the Project in accordance with the terms and conditions of the Agreement, LP Q m w�tain a bid or bids for submission to Owner for completing the Pro ect in �1 P 9 1 v `— Yppcordance with the terms and conditions of the Agreement; and upon determina- t— flan by Owner and Surety of the lowest responsible bidder, arrange for a contract U— befween such bidder and Owner, and make available, as work progresses (even N though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not XM exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of FIVE (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness Witness DAY OF ME 20 N O J -.a O n +� Z (Principal) o, �- M (Title) (� r (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITY 4F IOWA CITY r L J � ra o N CITY 4F IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contracfd, consultant and vendor compliance during the course of the contract with the City. Q 6. All contractors, vendors, and consultants must refrain from the use of anysjggs or desigm0ions which are sexist in nature, such as those which state "Men Working" or "F_l0gmaa-4hedd,' and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors 6bid@ by tPity's Human Rights Ordinance. The City's protected classes are listed at Iowa City, City—Code section 2-3-1. mgr\asst\contractcomplianm.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. r trn CT%0 = LO �O aY tri— 4 VZ 6. flow 66es your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? mgAasst\contractcomplianm.doc CC -2 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mgr\asst\contractcompliance.doc CC -3 N J O C-)-< - r <rn M � v mgr\asst\contractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) aet potential employees know you are an equal opportunity employer. This can be done by 6i0entifying yourself on all recruitment advertising as "an equal opportunity employer". ;Usa-irkruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment (� "will bbWperpetuate the current composition of your workforce. Send recruitment sources a letter �enn&AUVt which reaffirms your commitment to equal employment opportunity and requests their Fassikhe in helping you reach diverse applicant pools. Lc) cAnalyze;' and review your company's recruitment procedures to identify and eliminate 12iscrirrfi_rjatory barriers. (d) Relect and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mg r\asst\contractcomp I ia nce. doc CC -4 1 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N O Q ~ �J O Ci C-)� - r �� = m v r 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of gL@elines-established by the center for disease control of the United States department of he*th agd,human services, that a person with a condition related to acquired immune © defiaientsyndrome poses a significant risk of transmission of the human immunodeficiency wvirus4o of persons in a specific occupation. o r Cv CC -6 e. May 2017 ` CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal -aid Projects (Third -party State -Assisted Projects) TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(10), which is 51 % or more owned, operated and actively managed by one or more women, minority persons, service -disabled veterans or persons with a disability provided the business meets all of the following requirements: is located in this state, is operated for profit and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years. 2. TSBREQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 1913.7. These requirerpSnts supersede all existing TSB regulations, orders, circulars and administrative requirements. P � 3. TSB DIRECTORY INFORMATION D� Available from: Iowa Economic Development AuthorityA—in Targeted Small Business Certification Program 200 East Grand Avenue —� Z Des Moines, IA 50309 5 N Phone: 515-725-3132 2i Website: httos://www.iowa.aov/tsb/index.php/home o 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result -oriented program. Therefore, the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State -assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTOR SHALLAPPOINTAN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officerto fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Economic Development Authority (515-725-3132) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. Page 1 TSB Affirmative Action Responsibilities N1 E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially usefulfunction. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. REQUIRED DATA, DOCUMENTS AND CONTRACTAWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information". This form includes: (1) Name(s) of the TSB(s) contacted regarding subcontractable items. (2) Date ofthe contract. (3) Whether or not a TSB bid/quotation was received. (4) Whether or not the TSB's bid/quotation was used. (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicatgd on the Pre-bid Contact Information form. Page 2 N O _ Q y y <� r <r - ;;z ;;z N 0 3idder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: /—/—to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C ame of home state or foreign country reported to the Iowa Secretary of State 2. Does your company's home state or foreign country offer preferences to bidders who are reside*,? Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's homd-state or -foreign - country and the appropriate legal citation. --I C13 on r if needed. To be completed by all bidders Part D certify a e statements ma a on this document are true and complete to the best of my knowledge and I know, a my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has fled a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. .O ❑ Yes ❑ No to business is a limited liability company whose certificate of organization is filed in a state other 6" *1�-tttS�n Iowa, has received a certificate of authority to transact business in Iowa and the certificate Q - not been revoked or canceled. U3 vvim' --r O O r r N BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts anew Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(l) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. o These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. o, —i The following amendment is adopted. -t � Adopt the following new 875—Chapter 156: =t n C CHAPTER 156 M M BIDDER PREFERENCES IN GOVERNMENT CONTRACTING (� 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and op4ional procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875--156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any V der on—,a public improvement. Failure to provide the statement with the bid may result in the bid bein&OeeWe onresponsive. This may result in the bid being rejected by the public body. QW.29J�terminingresidency status. Uj d? Fpt ymposes of the Act, a person or entity is a resident bidder if the person or entity: (46 Isrized to transact business in Iowa; and (Zj one or more places of business in Iowa at which it is conducting or has conducted *lusints inj5i' tate for at least three years immediately prior to the date of the first advertisement for ,* LLNte puRic impaement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF4 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the fust advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income taXSetum, if applicable, made payments to the Iowa unemployment insurance fund, if applicable; and maRained an Iowa workers' compensation policy, if applicable, in effect for each of those three yearg:y .� 875-156.3(73A) Application of preference. When awarding a contract for a public trrt¢rovement the lowest responsible bidder, the public body shall allow a preference to a resident bidt eR as Wainst� nonresident bidder that is equal to any preference given or required by the home state or'E Wigmoount ym in which the nonresident bidder is a resident without regard to whether such preference are:dctua enforced by the applicable regulatory body in each state. If the bidder is a subsidiary-of apnt thaT would be a nonresident bidder if such parent were to bid on the public improvement in its org name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worke'r's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875=156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. { 156:6(1) Investigative powers. The commissioner or the authorized designee shall have the "following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act.�O Q En Wo place of employment. The commissioner may, consistent with due process of law, nter4'any of employment to inspect records concerning labor force residency, to question an mpl ro4'ep"loyee, and to investigate those facts, conditions, or matters as are deemed appropriate der er�i=n ether any person has violated the provisions of the Act. The commissioner shall only �i ake aaentDyRo a place of employment in response to a written complaint. C. t3Re ' of workers. The commissioner may investigate and ascertain the residency of a Wrkeriilgagedda any public improvement in this state. d.'— aths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken dsition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. A& I f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percept of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investig4�qm by t le•division, not to exceed $5,000 for each violation found in a second investigation by the divisioae7gl n�o exGcw $15,000 for a third or subsequent violation found in any subsequent investigation by-tie-divielpn. EAII violation of this chapter for each worker and for each day the violation continues cons +�F�In a aparat� distinct violation. In determining the amount of the penalty, the division shall consider th(tappropnaten s of the penalty to the person or entity charged, upon determination of the gravity of tola]pn(s)M collection of these penalties shall be enforced in a civil action brought by the attorney g M oni halfTOe division. r ca 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/14] [Published 1/8/14] EDITOR's NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 March 2014 2. 3 4. 5. CONTRACT PROVISION Targeted Small Business(TSB)Affirmative Action Responsibilities on Non -Federal -aid Projects (Third -party State -Assisted Projects) TSB DEFINITION A TSB is a small siness, as defined by Iowa Code Section 15.102(7), whi is 51% or more owned, operated and actively managed one or more women, minority persons or persons wi a disability. Generally this is a for-profit small business ente rise under single management, is located in low nd has an annual gross income of less than 4 million dollars comp\anrage of the three preceding fisca ears. TSB REQUIREMENTIn all State -assisted pvailable through the to a Department of Transportation, local govemments havecertain affirmative actts to encourage and crease participation of disadvantaged individuals in business enterprises.ments are based Iowa Code Section 19B.7 and 541 Iowa AdministrativeCode Chapter 4. Thesupersede all xisting TSB regulations, orders, circulars and administrativerequirements./ TSB DIRECTORY INFORMATION Available from: Iowa Department of Inspe tic, and Appeals Targeted Small Busine Lucas Building Des Moines, IA 50 9 Phone: 515-281-7 02 Website: htt :// ia.iowa. o\d a e7.htm THE CONTRACTOR'S TSB OLICY The contractor is expec to promote participation of disadva ged business enterprises as suppliers, manufactures and subcontractors through a continuous, positkoe, result -oriented program. Therefore the contractors TSB policy shall be:, Itis the policy of this fine that Targeted Small Business (TS concerns shall have the maximum practical opportunity to participate in contracts funded with Stateassis funds which are administered by this firm ( suppliers, manufactures and subcontractors). The purpos of our policy is to encourage and increase t TSB R3iticipation in contracting opportunities made awilable State -assisted programs. r� W w APPOINT AN EQUAL EMPLOYMENT i� (EEO) OFFICER ontr"A!WA8 designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action 7nsig diesk—�s person shall have the necessary statistics, funding, authority and responsibility to carry out enfor� th@3&is EEO policy. The EEO officer shall be responsible for developing, managing and implementing the progr= on a Sy -to -day basis. The officer shall also: a N A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515-281-7102) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to imoohe TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. TS -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Idwa or his authorized representative. 7 "OWNER" and "CITY" shall mean the City of Iowa City and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF shall mean the CITY. Iowa acting througNthg 9Coyr c TRANSPORTATION-,`,` "C UNiV "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work SC -1 will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. SC -2 .n u� 1� rn c� Q W �r U� iU Ll p U$ r- O 0 N SC -2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "Orior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same -'coverage, wifMe same limits, as the insurance specified in this Contract, and shall not be subjo any further limitations or exclusions, or have a higher deductibleor-self-in�d retention than the insurance which it replaces. ? 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractors Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa - S -4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRAC- TOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the [DOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. SC -4 .0 160 .= iso g tJj v YQ r Jp SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of themselves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning „on papg CC -1. S-9 WAGE THEFT POLICY. '� For all contracts of $25,000 or more, the Contractor shall abide by the requirements of &C itay's W Theft Policy, which is included with these Specifications beginning on page WT -1. f S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. 5-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. SC -5 S-12 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note City requires Bidder Status form for all projects over $25,000 SC -6 .o to ,` W at V J ,A r� r- C:) SC -6 F. The following are exempted from the provisions of this section: Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 �a J O T m 47, CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 O J' Q JY U3 yr O V O tc� r CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in anyjudicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, fora period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall conte a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wa ThejPPolicy nay submit a request in writing indicating that one or more of the following actions have bee�kerw `TT,, a. There has been a bona fide change in ownership or control of the ineligible person pr entity,.,Z b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -2 � Q Q v Jr W J r - WT -2 STATE OF COUNTY ) SS: WAGE THEFT AFFIDAVIT I, , upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity'] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by WT -3 Signature na P C� ti - on 2 r --i v Notary Public in and for the State of GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 .ta Q rn �o w - W y �r U. "c:) r N GC -1 TSB Affirmative Action Responsibilities E. Ensure the scheduled progress payrfents are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING SBs PARTICIPATION ON A PROJECT TSBs are to as ume actual and contractual responsibilities for provision f materials/supplies, subcontracted work or other commercia useful function. A. The bidder ay count: (1) PlannVnecessaryseful xpenditures for materials/supplies to be tained from TSB suppliers and manufacturers; or (2) Work subcontracted to a TSB; or (3) Any oc mmercially useful function. B. The contractoco t: (1) 100%n expen iture to a TSB manufac rer that produces/supplies goods manufactured from raw mals. (2) 60% expenditu to TSB suppliers hat are not manufacturers; provided the suppliers perform a commlly useful fu tion in the su ly process. (3) Only texpenditures o TSBs th perform a commercially useful function in the work of a contrancluding those a subs ntractor. (4) Work ontracting Autho ty h determined that it involves a commercially useful function. The TSB have a necessary seful role in the transaction of a kind for which there is a market outsidcontext of the TSB ogram. For example, leasing equipment or purchasing materials from trime contractor wo n t count. 7. REQUIRED DATA, DOCUMENTS AND CO CTA ARD PROCEDURES FROM BIDDERStgONTRACTORS FOR PROJECTS WITH ASSIGNED GOA — — ,tr n le I de (s) ;t. "SB bid/quotation was received. TSB's bid/quotation was used. proposed to be subcontracted. r_�:1rrr� Bidders who fail to dem contract. Bidders shall Information". This form (1) Name(s)ofthe (2) Date of the cor (3) Whether or not (4) Whether or not (5) The dollar amq B. Contractors Using Use those TSBs on the Pre-bid C 0 J e reasonable positive e s may be declared ineTi�' � to be aw�r¢gd the to the bidding documents lus a separate form "Ti Pr Q Contact s: � contacted regarding subcont ctable items. w From TSBs quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated Information forth. TS -2 TSB Affirmative Action Responsibilities C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre -solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which neral news circulation, trade /Sd ations and/ r minority -focused media were advertised concernin the subcontracting opportu (3) Were writt n notices sent to TSBs thawere ing solicited and was sufficient time allowed for the TSB to participate effectively? (4) Were initials licitations of interested Tllow d up? (5) Were TSBs p vided with adequate infn ut the plans, specifications and requirements of the contract?(8) Were interested TSBs negotiated with faith? If a TSB was rejected as unqualified, was the decision based o an investigation of tpabilities?(7) Were interested Bs assisted in obtaonding, lines of credit or insurance required by the contractor? (8) Were services used f minority commurganization, minority contractors groups; local, State and Federal minority usiness assistaces or any other organization providing such assistance. The above documentation shall remain in Rle contrac rs files for a period of three (3) years after the completion of the project and be available for examinatio by the IgWa Department of Inspections and Appeals. 8. POSITIVE EFFORT DOCUMENTATION WHB,N P J GOALS ARE ASSIGNED Contractors are also required to make positiverts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form "TSB Pre-bid Contact fo anon" is required to be submitted with bids on all projects. If thereis no TSB participation, then the contr ctor all comply with section 7C. of this document prior to the contract award. TS -3 V5 UJ J}- � v r- } L, L.. o v - '- c 0 N TS -3 TSB Affirmative Action Responsibilities C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre -solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed forthe TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors' groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years afterthe completion of the project and be available for examination by the Iowa Economic Development Authority. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form "TSB Pre-bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document priorto the contract award. Page 3 N m C) bn V c�i -< r-- «� s C4 Page 3 Form 730007VVP 7-97 Contractor Project# County City TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION (To Be Completed By All Bidders Per The Current Contract Provision) Page# In order for your bid to be considered responsive, you are required to provide information on this form shovdng your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whet her or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcommctable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. TABLE OF INFORMATION SHOVING BIDDERS PRE-BID TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR TSB DATES CONTACTED QUOTES RECEIVED QUOTATION USED IN BID YES/ DATES YES/ DOLLAR AMT. PROPOSED dM01 [tOZ Total dollar amount proposed to be subcontracted to TSB on this project $ List items by name to be subcontracted: VVV Forth 730007WP 7-97 Contractor Page# Project# TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION County City (To Be Completed By All Bidders Per The Current Contract Provision) In orderforyour bid to be considered responsive, you are required to provide information on thisform showing your Targeted Small Business contacts made with your ' submission. This infornationissid*dlo verification and confirmation. In the event it isdetermined that the Targeted Small Bu ssgoalsare not met, then before awarding the contract, the Contracting Authority wi I® a determination asto whether or nollheappaientsumeaiul low bidder made good faith eflodsto meet the goals NOTE: Every effort shall be made to solicit quotesor bids on as many contractable items as necessary to achieve the sale ' ed goals If a TSB'squote isused in the bid, it isassumedfrettiuefrnlisied Wilbe used asa subcontractor. TA OF INFORMATION NG BIDDERS PRE-BID TARG D SMAL SINESS (TSB) CONTACTS SUBCONTRACTOR TSB S CONTACTED QUOTES RECEIVED QUOTATION USED IN BID YES NO DATES CONTACTED YES/ NO DOLLAR AMT. PROPOSED TO BE SUBCONTRACTED 3l3.tlfa 7 :6 !�V Total dollar amount proposed to be subcontracted to TSB on this project $_____ ' List items by name to be subcontracted: TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove sidewalk and ramps and construct new ADA compliant ramps and sidewalk. 2. Construct 9 -inch thick Portland Cement Concrete pavement on Clinton Street for turn lanes and panels to be replaced. 01010-1 3. Excavate for the new Portland Cement Concrete pavement and granular subbase for tum lanes. 4. Install new 12" water main between Burlington Street and Court Street. 5. Remove existing traffic signal and install new traffic signal. 6. Remove existing and install permanent pavement markings on Clinton Street between Benton Street and Church Street. 7. Provide traffic control during all phases of project. 8. Clear and grub existing vegetation and furnish and install seed, fertilizer, and mulch throughout project. w LP 6 ,; i9. Other work associated with intersection reconstruction. a W Jr J rte, Ui o r -- 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing vg rk under the contract; also, for costs arising from the action of the elemFeFpts, or" t. rom any unforeseen difficulties which may be encountered during the exam Rhe W" and up to the time of acceptance. --a �� ::� C-) �, r B. Construction items may be bid as a lump sum or as itemized work;-VqchAill be on a unit cost basis. In either case, some work may be required fare hich-Zsep pay item is not provided. Completion of this work is required. If a separa* pay is not provided for this work, it is to be considered incidental to ffie project and no separate payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. Ln -All labor, materials and equipment required to bring surfaces to the proper elevation a, "rand density including loading, hauling, and disposal of unsuitable material, below [] _ --grade excavation, borrow and hauling, placing, forming, drying, watering and W a v�ompaction of fill material, and all such work as may be required to make the grading J Y Work complete with a uniform surface free of rock, broken concrete, tree roots, limbs r— ;and other debris is incidental to this project unless it is listed as an item in the FORM o v PROPOSAL. r E The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris 01025-2 is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS Mobilization (LS) The unit price for this item (LUMP SUM) shall include all costs associated with preparatory work and operations for all items under the contract; including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; bonds and insurance; permits and all other overhead expenses. This item shall also include all efforts necessary for multiple mobilizations and demobilization. 2. Construction Surveys (LS) The unit price for this item (LUMP SUM) shall include all costs associated with the services required to complete the staking as set forth in the Contract Documents. Re-establishment and replacement of existing property corners and government monuments and benchmarks shall be included in this item. Progress payments will be made for this item will be proportionate with the completion of the work. Additional surveying and/or re -work of construction due to incorrect or insufficient construction surveys performed by the Contractor are incidental. Lump sum for this item includes, but is not limited to, the following: • Verifying existing and as -built street elevations at intersection returns adjacent to proposed pedestrian ramps and other critical locations. N • Identifying deviations from contract documents disceeredHe verifying existing and as -built elevations and reportingctiie game the ENGINEER. 7TI i � • Establishing locations and elevations of landings, rai}}2��s�ecia� shaping areas and other features of pedestrian rampgra# intersections. —rna v a Q • Checking survey control points in contract documeitta"kan�6 providing a letter, signed by a licensed professional land &'urveyor, stating whether or not said surveyor: o Concurs with the survey control points, and o Accepts their accuracy and correctness, and o Whether or not the surveyor is willing to use them for construction staking on the project 3. Trench Compaction Testing (LS) The unit price for this item (LUMP SUM) shall be for all costs including sampling, laboratory testing, Feld tests and reports. No measurement will be made. Progress payments made for this item will be proportionate to completed work that passes tests in accordance with the Contract Documents. Retests required in failing areas are incidental. 4. Subgrade and Subbase Compaction Testing (LS) The unit price for this item (LUMP SUM) shall be for all costs including sampling, laboratory testing, field tests and reports. No measurement will be made. Progress payments made for this item will be proportionate to 01025-3 completed work that passes tests in accordance with the Contract Documents. Retests required in failing areas are incidental. 5. Concrete Maturity Testing for PCC Pavement (LS) The unit price for this item (LUMP SUM) shall be for all costs including sampling, laboratory testing, field tests and reports, No measurement of this item will be made. Progress payments made for this item will be proportionate to completed work in accordance with the Contract Documents. 6. Traffic Control (LS) The unit price for this item (LUMP SUM) shall include all costs associated with the services of traffic control required to complete the Work as set forth in the Contract Documents. The progress payment made for this item will be proportionate with the work completed. Multiple set-ups of various stages of this project are incidental to the lump sum cost for this item. Lump sum cost includes traffic control measures associated with removing existing pavement markings and placing new pavement markings beyond project construction limitations. 7. Flaggers (EA) The unit price for this item (EACH) shall be paid on a count basis for each day each flagger was used as authorized and counted by the ENGINEER. The Contractor will be paid the unit price per day. A day is considered a minimum of six hours. Flaggers worked between two hours and six hours a day will be considered a half day. Flaggers used for under two hours per day are incidental to item mobilization. 8. Mobilizations, Erosion Control (EA) The unit price for this item (EACH) shall be paid on a count basis for each mobilization to the site. The CONTRACTOR shall mobilize for erosion control activities, when required by site conditions, to conform to permit requirements, and/or when so directed by the ENGINEER. Instillation and removal of erosion control devices shall be included in the bid items for individual BMP's. 9. Filter Socks (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. When approved by the ENGINEER, the replacement of damaged or worn filter socks shall be paid under this item. The unit price shall be complete payment to furnish, install, secure, maintain, remove and dispose of filter socks installed on this project. LO <1 a, M Filter Socks at Storm Sewer Structures (EA) y W The unit price for this item (EACH) shall be paid on a count basis as measured 8vyr by the ENGINEER. When approved by the ENGINEER, the replacement of %0 Y"damaged or worn filter socks shall be paid under this item. The unit price +--.!_shall be complete payment to furnish, install, secure, maintain, remove and t3Z5v �ispose of filter socks installed on this project. r -- JZ 11. Removal of Tree (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER, including all equipment, materials and disposal costs. The root of the tree shall be completely removed and area backfilled as required by 01025-4 the ENGINEER. Any damage to surrounding property shall be repaired at contractor's expense. 12. Removal of Existing Pavements, Driveways, Curb, and Gutter (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis. The area paid shall be that area of pavement, driveway and/or curb and gutter removed as measured by the ENGINEER including integral curb. Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Removal of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Borrow Excavation and will not be measured and paid under this item. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 13. Removal of Existing Sidewalk (SY) The unit price for this item (SQUARE YARDS) shall be paid on an w8a basis, of sidewalk, including ramps, removed as measured by the_F-NGItgER. Loading, hauling, and disposal of material; recycling costs, Rr ydirr�tippiM fees and taxes, and delivery of materials outside normal oppi�g ours Q" the landfill are incidental. s"< rn F- 14. Removal of Storm Sewer Structures (EA) rr1n = rrne�t The unit price for this item (EACH) shall be paid on a count b4iAas45easdFeCi by the ENGINEER for all manholes and intakes. Sawcutting;pecesjary for removal, loading, hauling and disposal of the materials in this item; Md furnishing, placing and compacting backfill are incidental. 15. Removal of Storm Sewer Structures, Top Only (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER for all manholes and intakes called out to have top only removed. Any damage to the base of the structure shall be repaired at contractor's expense prior to placing new top. Sawcutting necessary for removal; loading, hauling and disposal of the materials in this item; and furnishing, placing and compacting backfill are incidental. 16. Removal of Storm Sewer and Culvert Pipe (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. All storm sewer pipe, including flared end sections, and all roadway culverts. Loading, hauling and disposal of materials in this item and furnishing, placing and compacting backfill are incidental. 17. Abandonment of Existing Water Main (LS) The unit price for this item (LUMP SUM) shall include all costs associated with abandonment of existing water main including the disconnection of existing services and capping ends in accordance with contract documents. 01025-5 18. Removal of Fire Hydrant (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes short term on-site storage, followed by delivery to jurisdiction water division. Removal item includes couplings, valves and fittings not reused on project. Capping or plugging hydrant leg, plus repairs to polyethylene encasements and/or tracer wire are incidental. 19. Removal of Valves (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes short term on-site storage, followed by delivery to jurisdiction water division. Removal item includes couplings, valves and fittings not reused on project. Capping or plugging hydrant leg, plus repairs to polyethylene encasements and/or tracer wire are incidental. 20. Removal of Existing Water Main (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes short term on-site storage followed by delivery to jurisdiction water division OR disposal by Contractor, whichever is applicable. Capping or plugging and disposal of miscellaneous fittings, excepting hydrants and valves are incidental. 21. Removal of Existing Pavement Markings (LS) The unit price for this item (LUMP SUM) shall include all costs associated with the removal existing pavement markings, cleanup work areas and property dispose of removal debris. This item applies for the remove of existing pavement markings on existing roadways within and beyond project construction limits as noted in contract drawings. CONTRACTOR shall make own determination of associated quantities. 22. Removal of Existing Traffic Signs (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Signs shall be removed, salvaged, and delivered to City of Iowa City. Disposal of posts is incidental. 23. Removal of Parking Meters (EA) tin i The unit price for this item (EACH) shall be paid on a count basis as measured q5k by the ENGINEER. Parking Meters shall be removed, salvaged, and (] W y delivered to City of Iowa City. Disposal of posts is incidental. LU J Removal of Traffic Signal (LS) r -.-The unit price for this item (LUMP SUM) shall include all costs associated with o c:3 -the removal of the existing traffic signal. Traffic signal equipment such as �— —cabinet, controller, and signal heads shall be delivered to City of Iowa City. N Disposal of all items not returned to the city shall be properly disposed of and is incidental. 25. Removal of Light Pole (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Light pole not to be reinstalled shall be removed, salvaged, and delivered to City of Iowa City. Disposal of wiring and base is incidental. Pole to be reinstalled shall be stored by contractor and installed on new base. Damage to pole shall be repaired at Contractors expense. 01025-6 26. Modified Subbase, 6" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis, for granular subbase constructed at the specified thickness including placement 12 -inches beyond the back of curb. Also included with this item is excavation to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 27. Storm Sewer Main, RCP, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. c. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. m e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurten2Mces. f. Supply, placement and compaction of specified pipe beckilin m"arial m standard or select material within the pipe envelope irnv�ing--Icon encasements. — g. Supply, placement and compaction of standard backfill a anular barl M. material. Granular backfill material shall be used in trenchesr. witrJap feet of pavement or as otherwise indicated or specified on the Engineer. - c- h. Dewatering trenches and excavations for pipe, intakes, marfFoles and associated structures including furnishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. I. Temporary support of existing utility mains and service lines. m. Temporary fencing required to contain livestock. n. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 28. Storm Sewer Main, DIP, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. 01025-7 29. Storm Sewer Intake, SW -507 (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, furnishing bedding material, placing bedding and backfill material, compaction, base, structural concrete, reinforcing steel, precast units (if used), inverts, pipe connections, castings, and adjustment rings. 30. Storm Sewer Intake, SW -507 TOP ONLY (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, placing backfill material, compaction, base, structural concrete, reinforcing steel, precast units (if used), inverts, pipe connections, castings, and adjustment rings. 31. Storm Sewer Intake, SW -510 (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, furnishing bedding material, placing bedding and backfill material, compaction, base, structural concrete, reinforcing steel, precast units (if used), inverts, pipe connections, castings, and adjustment rings. 32. Connection to Existing Storm Sewer Structures (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes coring or cutting into the existing manhole or intake, pipe connectors, grout, and waterstop (when required). 33. Water Main, Trenched or Trenchless, RJ HDD, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. If trenchless method is chosen, unit price includes furnishing and installing both carrier pipe and casing pipe; casing spacers; furnishing and installing annular space fill material; tracer system, testing; and disinfection; trenchless installation materials and equipment. If Trenched method is chosen, unit price includes excavation, shoring, furnishing and installing water main pipe. Both methods shall include dewatering, and placing backfill material. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the LO pipe centerline with no deductions for fittings. Q r c: W a _,rThe unit prices for construction of water services will be paid based on the r�— number of each size and type installed. E3 oThe following items shall be considered incidental unless they are included with LL" oother items listed in the FORM OF PROPOSAL. Reference Section 02665, Part r 2.01 and Part 3.03 for City provided parts and services. a. Furnishing and installing pipe, joint materials and fittings. b. All water main adapters and sleeves required for installation and connections to existing water mains. c. Furnishing and installing tapping sleeves, corporation cocks, tapping services, curb shut-off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. d. All trench, mole, exploratory, and hand excavation. uiu�11.1 e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. f. Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. i. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. j. Testing and disinfection of water mains and water services as required. k. Dechlorination of flushed water entering storm sewer system. I. Temporary support of existing utility mains and service lines. m. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are fully operational and accessible during construction. o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. 34. Water Main, Trenchless, RJ HDD, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes furnishing and installing both carrier pipe and casing pipe; casing spacers; furnishing and installing annular space fill material; tracer system; testing; and disinfection; trenchless installation materials and equipment; dewatering and placing backfill material. 35. Water Main, Trenched, RJ DIP, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes trench egavation, dewatering, furnishing bedding material, placing bedding anoackfit3naterial, tracer system, testing, disinfection, and polyethylene wrap 11191 til@qron pt� and for fittings.'— -� 36. Water Main, Trenched, RJ DIP, 8" (LF) -cr rnrnrnrn The unit price for this item (LINEAL FEET) shall be paid on�4- eakbas measured by the ENGINEER. Unit price includes tre6c emcav dewatering, furnishing bedding material, placing bedding and'backftwmaterial, tracer system, testing, disinfection, and polyethylene wrap for ductile iron pipe and for fittings. 37. Water Main, Trenched, RJ DIP, 6" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes trench excavation, dewatering, furnishing bedding material, placing bedding and backfill material, tracer system, testing, disinfection, and polyethylene wrap for ductile iron pipe and for fittings. 38. Furnish and Install Valve and Box (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes all components attached to the valve or required for its complete installation, including underground or above ground operator, square valve operating nut, valve box and cover, valve box extension. and valve stem extension. 01025-9 39. Fittings for Water Distribution Systems (LBS) The unit price for this item (POUNDS) shall be paid on a weight basis as measured by the ENGINEER. Unit price includes restrained joints and thrust blocks. 40. Water Services Reconnection (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes water service corporation, service pipe, curb stop, stop box, trench excavation, dewatering, furnishing bedding material, installation of tracer wire system for non-metallic service pipe, and placing bedding and backfill material. 41. Furnish and Install Fire Hydrant Assembly (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes the fire hydrant, barrel extensions sufficient to achieve proper bury depth of anchoring pipe and height of fire hydrant above finished grade, and components to connect the fire hydrant to the water main, including anchoring pipe, fittings, thrust blocks, pea gravel or porous backfill material, and fire hydrant gate valve and appurtenances, except tapping valve assembly if used. 42. Valve Box Adjustment (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, fittings, hardware, backfill, compaction and the protection of these fixtures during the construction process. 43. PCC Pavement, Class C, 8" (SY) The unit price forthis item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to Uo establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. C7% eg © a uW, Aggregate durability class for all P.C. Concrete paving shall be Class 3. W v y ---Pavement smoothness shall be evaluated for main line pavement per current r '_'�IDOTSpecifications. C5 o c 44. PCC Pavement, Class C, 9" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as ` measured by the ENGINEER on the number of square yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material 01025-10 under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3. Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications 45. PCC Pavement, Class M, 9" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing,,gr'ading to establish a uniform grade between the sidewalk and top of curb, andMackfilling at curb lines, driveway edges and parking lot edges. E5 0 �� � Z7 Aggregate durability class for all P.C. Concrete paving shall be)64ass-a r —+ c-1 on Pavement smoothness shall be evaluated for main line pavi�t 2r cuE IDOT Specifications 7 (� _ u? s 46. PCC Sidewalk, 6" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350, curing, jointing and joint sealing, and backfilling at form lines. 47. PCC Sidewalk Ramp (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Cement Concrete sidewalk ramp constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350, curing, jointing and joint sealing, and backfilling at form lines. 48. Detectable Warnings (SF) The unit price for this item (SQUARE FEET) shall be paid on an area basis as measured by the ENGINEER on the number of square feet of manufactured detectable warning panels. Includes Steel bar supports. 01025-11 49. HMA Overlay, 1/2" PG 58-28S, 3" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Asphalt Cement Concrete pavements, driveways, bases and overlays constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate base, supply, placement and compaction of asphalt, and backfilling at curb lines. 50. Pavement Markings, Durable (STA) The unit price for this item (STATION) shall be paid on a lineal basis as measured by the ENGINEER based on a 4 -inch width. Unit price includes prep work, layout, supply and placement of epoxy paint and glass beads and protection during cure. Layout must be approved by the Engineer. I.D.O.T. Supplemental Specification 97036 will govern this item. 51. Pavement Symbols, Durable (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes layout, surface preparation, and application of each symbol and legend. 52. Imported Topsoil (CY) The unit price for this item (CUBIC YARDS) shall be paid on a volume basis Contract quantity is an estimated quantity for bidding purposes only. Payment shall be made only for authorized quantities of imported topsoil furnished and placed. 53. Decorative Brick Pavers (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Decorative Brick Pavers constructed as specified in contract documents. Includes Subgrade preparation, concrete base, expansion joint, and sand/cement joint filler. 54. Sodding (SQ) The unit price for this item (SQUARES) shall be paid on an area basis as measured by the ENGINEER on the number of squares (1 square = 100 square feet) of sod placed and includes preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified, including a one-year guarantee. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 55. Street Lights (EA) i The unit price for this item (EACH) shall be paid on a count basis as measured 5 by the ENGINEER. Unit price includes new hardware, foundation, wiring, and Q 6(�S� connection to existing street light controller. UJ a jY Traffic Signal, Per Plan (LS) r The unit price for this item (LUMP SUM) shall include all costs associated with +� v v�complete traffic signalization work in accordance with contract documents, U pincluding removal of existing equipment, footings and handholds where indicated. The lump sum price includes installation of owner -supplied materials. Costs associated with conforming to project staging shall be considered incidental. 01025-12 57. Permanent Traffic Signs, With Posts, Per Plan (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes furnishing and installation of signs and sign posts in accordance with contract documents - P' O f7 _ O h 3' r 4w 01025-13 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. ONRn - PIRODUCTS W J &one.D _ ) - CLITION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A non -mandatory Pre -Bid Meeting will be held on May 18, 2017 at 2:00 p.m. in the Engineering Conference Room (Iowa City City Hall, 410 East Washington Street, Iowa City, Iowa 52240) to discuss bid alternates. B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 75 working days. Saturdays will not be counted as working days. The specified start date is April 1, 2018. Liquidated damages of $500 per day will be charged on work beyond 75 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well -organized and continuous manner to minimize the 01310-1 disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. , _ d B. The Railroads will provide all labor, materials and equipment f oilro d fa removal, excavation, disposal, sub -drainage, ballast, sub -ball det ncQracka renewal.r-- -�co rn r C. The Railroads have certain time limitations on when the above me pii edWrk r rM take place. It shall be the Contractor's responsibility to coordinate._, bWvailJM to meet the Railroads' schedule. Any costs associated with traio;reroupg due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11/00 shared\engin"e pec H\01310dm 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS: 6y Traffic control devices may be new or used, but must meet the requirements of the J®OT Standard Specifications. r` Bim. i;.iP11 construction fence shall be new and securely fastened to approved posts and UJ Utailed as directed by the Engineer. 7-' @QUIPMENT: LL- CD PC Portable generators may not be used to power traffic control devices within 300 feet 0 of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING' signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. B. Excavations for water main may be covered with a steel plate. Contractor shall submit plan and shop drawings showing properties and thickness of steel plate with calculations. Steel plate shall be secured so as not to move when vehicles drive over plate. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project ared�oeemed appropriate by the Engineer shall be the responsibility of the Cont6cttor. Z C7-[ err 11/00 A shamad�nginewr pec ii\01570.doc 7 S ryq. 01570-2 DIVISION 2 - SITE WORK SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of tf' rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris u-: i' suiting from work on the project. if/BAMTEALS: Un C-�.� A- gcations of disposal sites. PART �'- A70OUCTS N 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. 02050-1 Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary rrMesures to support and protect said utilities and maintain them in seri . 14 3. If active utilities are damaged or interrupted as a result of %*brkbnt* projoat, take appropriate measures to restore service immediat. eWprati�f utility services under these circumstances shall be ae Contra expense. -� s 4. Active utilities shown on the drawings to be relocated,tor which require relocation due to unforeseen circumstances or conditions, shall befelocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non- active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. 02050-2 Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11/00 shamd%"ree03pe .N02050.da 02050-3 plans or as directed by the Engineer. B. Sewer Abandonment and Removal �}. Removal shall be at the locations and to the limits noted on the plans or as CPdirected by the Engineer. Q w = a gO I Backfill under and within 5 feet of paved surfaces shall be Class A crushed �~ stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to C:) vy 98% Standard Proctor Density. Other excavations shall be backfilled with o suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non -shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11/00 shamd%"ree03pe .N02050.da 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART2-PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, following divisions and sections of the Division 21. Earthwork, Subgrades and Subbases. k Section 2101. Clearing and Grubbing. ata Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 the work in this section willorm with [DOT Standard Specificatio T a tD Division 21. Earthwork, Subgrades and Subbases. k Section 2101. Clearing and Grubbing. ata Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 shared gmee�M2 f W dm 02100-2 W Lr) rZ © Q W� U� U. 8 C) r_© N 02100-2 I SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, usercent of maximum density at optimum moisture as determined by ASTttD69:,,,��ee , unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer PIR use . PART 2 - PRODUCTS Q 2.01 MATERIALS: rt� A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration 02220-1 and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General 2. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell oholes and form a flat or shaped bottom, true to grade, so that pipe will have u.r a uniform and continuous bearing. Support on firm and undisturbed material r between joints, except for limited areas where use of pipe slings have Wit— 1 P P P 9 y r� disturbed bottom. c-�'Pc!ptection Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. 02220-2 D. Trench Excavation in Fill Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined Whe [DOT Construction Manual Section 10.22, and approved by tfte Iowa --DNR and City. The Contractor is not to proceed with soil remov S�1r d edinT measures until instructed by the Engineer. �C-) �, r 3. Disposal site to be provided by the Contractor and approv6py tW EncgiWr and Iowa DNR. = Q 4. Contractor is responsible for completing and filing all necessTy Federal, State and local government agency forms and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 02220-3 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractors operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 3.06 BACKFILLING: 02220-4 All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall in be at the Contractor's expense. Q W2.= In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing } lead or galvanized piping with new 1 -inch or larger copper water service pipe r- r_Q from the water main to the curb box. The Contractor will be paid per the (L ov o applicable bid item. If there is no bid item, the unit price for the replacement — of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 3.06 BACKFILLING: 02220-4 A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill wiLi Class A crushed stone to within 12 inches of finished surface. =° C. Do not place stone or rock fragment larger than 2 i4n Ain in 2 W of pipe nor larger than 12 inches in backfill. Do not drpoalg maEr" of backfill material into trench. 1C-) <� 3� til C. Backfilling Around Structures o 1. Do not place backfill against or on structures until they hav-9attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 shared\ ngineer\spec i\02220.dm 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY. A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual". latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to tho requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1d4i SIR A.— JaNAr to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not `ss. t ct to extremes of either hot or cold, and with the manufacturer's protective cover C:) `1r ince. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. N O 3.03 GEOTEXTILE: o �A A. Surface Preparation �� --4 -:� C -J. CA r 1. The surface on which the geotextile is to be placed will b,=,e �p the t lines and grades as shown on the plans. The surface, i a 7Saso I smooth and free of loose rock and clods, holes, depresMoAS, Vpojec muddy conditions and standing or flowing water. t (T B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "U', or 7' shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up-slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be 02270-2 installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11/00 sharedWgneer%spe 002270 dw 02270-3 Gn L Q CD Q Q W-` LUd'- J � U� U � ,� {i ,- O a C. -It) 02270-3 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mi Asphalt paving. (� — J C. Seal Coat. -1A � 1.02 REFERENCES: fir' = m o A. IDOT Standard Specifications. ? r m B. IDOT Supplement Specification 01014. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. 02510-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. erg Section 2530. Partial Depth Finish Patches. v: 3.1b OPE'NING10 TRAFFIC: A.. td@aing to traffic, including Contractor's vehicles, will not be permitted until the pavement _j o$; u face treatment has cured sufficiently to prevent damage as determined by the LL. o 0 B. Opering to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: A. Division I - Iowa City Streets - Asphalt Overlay NAME ILIMITS Clinton Street IStation 14+09.41 to 14+33.05 3.05 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. B. Except as noted herein, all asphalt millings remain the property of the City and will be delivered to the Iowa City Landfill located on Hebl Ave.. 02510-2 1. Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts an existing Portland Cement Concrete Paving. The PCC paving shall be milled at a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior4 operation. All loose material shall be removed from the surface and crack�y broeminq or air blowing. The City's street sweeping crew and equipment will beilat9 to aid the Contractor with sweeping operations prior to cleaning each streetone tlmEPIS only. Any subsequent sweeping required will be at the Contractor's regnse.+ :< rr--n y m 3.07 AGGREGATES = A. Type. rn 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. 1. A'/z-inch mix shall be used on all streets and all divisions of this project 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to Yd' below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 58-28S on all streets and divisions of this project. 02510-3 3.10 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHALT PLACEMENT A. Lifts Division 1 - A 1'/z" depth intermediate course followed by a 1'/z" depth surface course. 2. Division 2 — A 2" depth base course followed by a 2" depth surface course. Division 3 - A 3" depth surface course. W B. C64action J _ 1 t: p Class 1 B compaction shall be used on all streets and divisions of this project. Y— r_g 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be'/:' Gradation 21. Bituminous material shall be MC -3000. Primer shall be MC -70. 3.14 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be performed by the Owner. The Section 2316.08 for Payment shall not apply to this project, there will be no smoothness incentive payment. 02510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE. N 4 A. Use adequate numbers of skilled workers who are thorou§� traaed a experienced in the necessary crafts and who are completely—!MliaQvith tq� specified requirements and the methods needed for proper performreRcB o� a w�rlr in this section. t� rn i� B. Quality testing: 1. Compressive Strength Tests. T 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A.Q, ,Curing compound shall be applied immediately following finishing of the concrete, Q `micldding back of curb. '= 3.y ' � J E11(JaRON�NTAL REQUIREMENTS: ..� f ! —tr A. L> concrete is being placed in cold weather and temperatures may be expected to dfp below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the 02520-2 Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 sharetl�ngineer\specaii102520.tloc GO -i Cl) rn r... <M a R7 r Cn 02520-3 SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY., A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D. ASTM C309 - Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITYASSURANCE., 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete work. Pre -Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 A. Use adequate number of skilled workers who are thoroughly trained and experienced in the W� necessary crafts and who are completely familiar with the specified requirements and the ��^'•, Q, methods needed for proper performance of curb ramp construction. B..r i:Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope 24irements will be, at the Engineer's discretion, removed and replaced at the Contractor's >e&Yense. _ L& sbbmff iLS: �- o Acs., Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete work. Pre -Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 C. Tactile / Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max. 3. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, or Metadome, PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: o--• ^- C1 ..: n O A. Cross slope refers to the slope that is perpendicular to the direction of tr 214Rufi4ing slo refers to the slope that is parallel to the direction of travel. �� r B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level. y. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to aaedel piAhe un1255 existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.0% to a level plane. `n 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick P.C.C. will be placed as indicated on project plans. B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or 8 -inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths may vary at the street back of curb and through the area of truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clearwidths and do not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to 02524-2 proposed curb ramp design in order to provide a "best -fit'. Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. E The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are –U otherwise specified by the Engineer. 3�&8 IRSTAGf;ATION: Lr: � L LJ Uj Accncrete: Place and screed to required elevations as specified in Section 02520. 1�-_– apply truncated domes per manufacturer's specifications. (.L c..) —vim= CA PMtect concrete from premature drying, excessive hot or cold temperature and damage. 0 Dc' Curing Compound: Apply per manufacturer's guide for rate and method. 02524-3 SECTION 02660 CITY OF IOWA CITY WATER DISTRIBUTION SPECIFICATIONS November 2016 PART1 GENERAL 1.1 SUMMARY A. Fumish, install and test water distribution system and water services as indicated and specified. B. Water Division maintains salvage rights to all fire hydrants designated as public. Samples of water main and its appurtenances may also be retained by the Water Division for testing or documentation purposes. C. Reuse of materials is not allowed without prior permission. Reuse of materials previously attached to another system shall not be allowed. D. All piping shall be isolated from the existing water system until it has passed all testing procedures and is approved for service. E. In the event that field conditions prevent the isolation of the new piping from the existing water system, any existing main and valving, and any appurtenances that will be tested against, shall be well flushed and pass the pressure test per part 4.7 of this section before any new system installation is permitted. Any costs associated with testing the existing water main prior to connecting the new pipe will not be paid for separately, but shall be considered incidental to the water main disinfection and pressure testing for the new water main. F. The approval of reusing any private service main, piping, valves, or appurtenances by the Water Division does not infer any guarantee that:3 will perform as required. The Water Division accepts no fault for anjiffue"risiM from, or possibly related to, the approved reuse of any materialssrHa prw9te — service. � Q, 17 � M 1.2 REFERENCES o A = Q A. This specification references the following documents. In their Tatest edition, the referenced documents form a part of this specification to the extent specify herein. In case of conflict, the requirements of this specification shall prevail. B. City of Iowa City 1. City Code of Ordinances 2. Iowa City Municipal Design Standards 3. Earth Excavating, Backfill & Grading Specifications - Section 02220 4. Accepted Products for Water Distribution Materials 5. Iowa City Water Division Policies & Procedures Manual 6. Backflow Ordinance C. American National Standards Institute and American Water Works Combined Standards (ANSI/AWWA) D. American Water Works Association (AWWA): 1. AWWA Manual M23: PVC Pipe -Design and Installation 2. AWWA Manual M17: Installation, Field Testing, and Maintenance of Fire CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page I of 17 Hydrants E. American Society for Testing Materials (ASTM) 1. ASTM A48: Gray Iron Castings 2. ASTM B62: Composition Bronze or Ounce Metal Castings 3. ASTM B75: Seamless Copper Tubing 4. ASTM B88: Seamless Copper Water Tube 5. ASTM 8584: Copper Alloy Sand Castings for General Applications 6. ASTM D2241: Polyvinyl Chloride (PVC) Pressure -Rated Pipe (SDR Series) F. Manufacturers' Specifications G. Occupational Safety and Health Administration (OSHA): 1. Standard 1926, Subpart P -Excavations 1.3 SUBMITTALS A. Submit to the Jurisdictional Engineer the following drawings or details for approval 1.5 RECEIVING, STORAGE AND HANDLING A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading all piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AWWA M23, change "should" to "shall." D. Within the "Handling" language of AWWA M23, change "should" to "shall." E. Follow AWWA C600 for proper storage, handling, and installation of DIP. F. Remove pipe and fittings contaminated with mud, dirt, gravel, debris, and surface water from the site; do not use in construction unless thoroughly cleaned, inspected, and approved by the Jurisdictional Engineer. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 2 of 17 prior to installation. B. Shop, Working Drawings or Construction Plans showing: 1. Pipe layout with valves, fittings and hydrants shown 2. Bolts 3. Joints 4. Tapping sleeves, couplings, and special piping materials 5. Polyethylene Thrust block designs and details R.. Special backfill QCL RNiltlficates: Sworn certificates of shop tests showing compliance with appropriate w a tItandard for all piping materials. Mt?UA {§t URANCE U A� U-' Jligsdictional Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 RECEIVING, STORAGE AND HANDLING A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading all piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AWWA M23, change "should" to "shall." D. Within the "Handling" language of AWWA M23, change "should" to "shall." E. Follow AWWA C600 for proper storage, handling, and installation of DIP. F. Remove pipe and fittings contaminated with mud, dirt, gravel, debris, and surface water from the site; do not use in construction unless thoroughly cleaned, inspected, and approved by the Jurisdictional Engineer. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 2 of 17 1.6 TIME A. All work requiring a shutdown of active water main must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Advance notice requirements to the Iowa City Water Division when materials or services are supplied by the Division are listed below. The Division makes every attempt to schedule services at requested dates and times, but reserves the right to schedule services based on staff availability, weather, and utility emergencies. Serve notice to the Water Division at 319-356-5160. 1. Two-day notice given before beginning water work. 2. Twenty-four hour notice for a water tap request, with an approved water tap application. 3. For notice to customers of disruption of water service: a. Seven-day notice to Water Division of requested shutdown. b. Water customers receive 48 hour advanced notice of shutdown. 4. Schedule water pipe testing a minimum of 24 hours before preferred starting time. Projects requiring full testing of a pipe will only commence on a Monday, Tuesday, or Wednesday, unless special exception is granted by the Jurisdictional Engineer. 5. For locations of underground facilities, provide notice as required by Iowa One -Call system, 1-800-292-8989. 1.7 LICENSES AND APPLICATIONS A. City of Iowa City 1. Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 2. The Contractor or their agent will be responsible for submitting tapping application forms and record drawings. a PART 2 PRODUCTS cs -n n-� -4 2.1 All products used for water work shall be from the list of "Accepted ctWfor Vater Distribution and Water Service Materials" maintained by the Iowa City VVsag Diyjsion.r y special exception requests shall be submitted to the Jurisdictional EngiF�eu In v7riting� timely manner for review prior to installation. w u, 2.2 PIPE A. Polyvinyl Chloride (PVC) Pipe: Comply with AWWA C900 or AWWA C905 with gray iron pipe equivalent outside diameters. 1. Minimum Wall Thickness: a. 4 inch through 24 inch sizes: DR 18. b. Sizes over 24 inch: As specified in the contract documents. CITY OF IOWA CITY WATER DISTRIBUTION -02660 November 2016 Page 3 of 17 2. Joint Type: Use push -on joint type, except as otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA C900 or AWWA C905. b. Integral Restrained Joint: AWWA C900 or AWWA C905 pipe with restraining system manufactured integrally into pipe end. c. Mechanical Restrained Joint: Ductile iron mechanical device designed for joint restraint of AWWA C900 or AWWA C905 pipe complying with the requirements of ASTM F 1674. 3. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. B. Ductile Iron Pipe (DIP): 1. Minimum Thickness Class: a. 4 inch through 24 inch sizes: Special thickness Class 52 according to Q+ �_: AWWA C151. For directionally bored pipe, restrained joint pipe, and pipe Q w suspended from structures, use special thickness Class 53. �>: b. Sizes over 24 inches: As specified in the contract documents. J Lo �"L Cement -mortar Lined: According to AWWA C104 with asphalt seal coat. I.— >_ External Coating: Asphalt according to AWWA C151. in o c> Joint Type: Use push -on type, unless otherwise specified the contract documents or as authorized by the Engineer. a a. Push -on: According to AWWA C111. b. Mechanical: According to AWWA C111. c. Restrained, Buried: Pipe manufacturer's standard field removable system. d. Restrained, in Structures: Restraining gland, flanged or grooved. e. Flanged: According to AWWA C111. f. Grooved: According to AWWA C606. g. Gaskets: According to AWWA C111. 5. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. 2.3 BOLTS FOR WATER MAIN AND FITTINGS Use corrosion resistant bolts. A. Tee -bolts and Hexagonal Nuts for Mechanical Joints: 1. High-strength, low -alloy steel manufactured according to AWWA C111. 2. Provide ceramic -filled, baked -on, fluorocarbon resin coating for bolts and nuts. 3. Include factory -applied lubricant that produces low coefficient of friction for ease of installation. B. Other Bolts and Nuts: 1. Stainless steel. CITY OF IOWA CITY WATER DISTRIBUTION -02660 November 2016 Page 4 of 17 2.4 FITTINGS A. Comply with AWWA C110 (ductile iron or gray iron) or AWWA C153 (ductile iron). 1. Joint Type: a. For all pipe sizes, use restrained mechanical joint system. Provide follower gland using breakaway torque bolts to engage thrust restraint. 1) Minimum pressure rating same as connecting pipe. For fittings between dissimilar pipes, the minimum pressure rating is the lesser of the two pipes. 2) Suitable for buried service. 3) Joint restraint system to be field installable, field removable, and re -installable. b. Use of alternate restraint systems must be approved by the Jurisdictional Engineer. 2. Lined: Cement mortar lined according to AWWA C104 with asphalt coating. 3. Wall Thickness: Comply with AWWA C153. 4. Gaskets: Comply with AWWA C111. B. Flange Adapter: 1. Body: Ductile iron complying with ASTM A 536. 2. End Rings (Follower Rings): Ductile iron complying with ASTM A 536. 3. Gaskets: New rubber compounded for water service and resistant to permanent set. 4. Bolts and Nuts: High strength, low alloy corrosion resistant steel or carbon steel bolts complying with ASTM A 307. o C. Pipe Coupling: Comply with AWWA C219. — 1. Center Sleeve (Center Ring): Steel pipe or tubing compf'rieg wpq ASTVr 53 or ASTM A 512, or formed carbon steel with a minimVa-vieH4of 30,000 psi. 2. End Ring (Follower Ring): Ductile iron complying withA�A 536, orn steel meeting or exceeding the requirements of ASTM Ade 1010-1020. � �o 3. Gaskets: New rubber compounded for water service and-fesist4A top permanent set. —' 4. Bolts and Nuts: Stainless steel. 2.5 CONCRETE THRUST BLOCKS A. Use Iowa DOT Class C concrete. B. Comply with the contract documents for dimensions and installation of thrust blocks. Comply with SUDAS Figure 5010.101. 2.6 PIPELINE ACCESSORIES A. Polyethylene Wrap: 1. Comply with AWWA C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.102 through 105. 1. Tracer Wire: Blue in color. a. Solid Single Copper Conductor: CITY OF IOWA CITY WATER DISTRIBUTION -02660 November 2016 Page 5 of 17 1) Size: #12 AWG 2) Insulation Material: Linear low-density polyethylene (LLDPE) installation suitable for direct burial applications. 3) Insulation Thickness: 0.045 inches, minimum. b. Bimetallic Copper Clad Steel Conductor: 1) Size: #12 AWG. 2) Rating: Direct burial. 3) Operating Voltage: 30 volts. 4) Conductivity: 21%. 5) Copper Cladding: 3% of conductor diameter, minimum. 6) Insulation Material: High density polyethylene. 7) Insulation Thickness: 0.030 inches, minimum. 2. Ground Rod: 3/8 inch diameter minimum, 60 inch steel rod uniformly coated with metallically bonded electrolytic copper. 3. Ground -rod Clamp: High-strength, corrosion -resistant copper alloy. 4. Splice Kit: See "Accepted Products for Water Distribution Materials." 5. Tracer Wire Station: Reference figures CIC -5010.102 through 105. 2.7 SPECIAL GASKETS A. For soils contaminated with gasoline, use fluoro gaskets. For other soil contaminants, contact the Engineer for the required gasket. SERVICE PIPE AND APPURTENANCES JWALL�3VATER �i er Tubing: No couplings or connections are permitted under paving. P 9P P 9 LL— 0 1P. Comply with ASTM B75 and ASTM B88. N 2. Wall Thickness: Type K. 3. Packaging: Shall be in coils for sizes 3/4 -inch through 1 '/cinch, and in coils or straight pipe for size 2 -inch. B. Service Saddles: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: Equal, but not to exceed, 200 PSIG. 3. Body Composition: 85-5-5-5 cast brass 4. Strap: Wide band, 304L stainless steel with 304L stainless steel studs. 5. Nuts and Washers: 304 stainless steel, nuts supplied with fluorocarbon coating. 6. Threading: AWWA tap thread (CC thread). 7. Gaskets: Comply with section 2.7 of this specification. C. Corporation Valves: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet shall be AWWA taper thread, outlet shall be conductive compression connection for CTS OD tubing. 5. Valve: Compression ball type. D. Ball Curb Valves: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 6 of 17 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet and outlet shall be compression connection for CTS OD tubing. 5. Valve: Shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat, and end pieces shall have o -ring sealed with double o -ring seals. Curb Box: 1. Comply with ANSI/AWWA C800. 2. Style: Arch pattern, slide style. 3. Length: 5 -foot box, 1 -foot telescope, shall telescope up and down inside the base casting. 4. Coating: Black dip inside and out. 5. Rod: 5/8 -inch diameter with small key -clamp welded to rod; stainless steel road and cotter pin, 42 -inches long. F. Curb Box Lids: 1. All lids: a. Brass components shall conform to ASTM B62 and ASTM 8584, UNS C83600-85-5-5-5 (latest revision). b. Lids shall be made of cast iron per ASTM A48, Class 25. c. Lid shall be coated with black dip. 2. Regular applications: a. Shall be tapped 1 -inch with brass insert. b. Shall be 2 -hole Erie pattern with the "W" in a raised letter. 3. Cement applications: a. Shall be tapped with 1 -inch brass pentagon plug with word "Water' in raised letters. b. All pentagon brass plugs shall have a 27/32 -inch point to flat side. G. Straight Three -Part Unions: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Body: "No lead brass" alloy, meeting ASTM 8584. 3. Connections: Conductive compression connection for CTS OD on both ends. 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. ©" H. Yard Hydrants: Shall be freezeless style. v h ~ R 2.9 NON -SHRINK GROUT ?� --Wl, r Comply with Iowa DOT Materials I.M. 491.13. r= m 2.10 VALVES `'? Q r v A. General: 1. Valve Body: Manufacturer's name and pressure rating cast on valve body. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 7 of 17 2. Direction of Opening: The opening direction is counterclockwise as viewed from the top. 3. Joints: a. For buried installations, use mechanical joints per AWWA C111. Comply with 2.3 of this section for joint nuts and bolts. b. For installation within structures, flanged with dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. 4. Valve shall have been manufactured within 5 years of installation date. B. Gate Valves: 1. Standards: Comply with AWWA C509 (gray iron or ductile iron) and NSF 61. 2. Stem Seals: Double O -rings permanently lubricated between seals. Lubricant certified for use in potable water. 3. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. C. Butterfly Valves: 1. Standards: Comply with AWWA C504 class 150B or class 250B (gray iron or ductile iron) and NSF 61. to 2. Stem: Stainless steel according to ASTM A 240, Type 304, turned, U'' `` ground, and polished. �T` X For Seat on Body Valves: W d w— a. Disc: Ductile iron or gray iron with plasma applied nickel -chromium C.>*_ edge or stainless steel edge according to ASTM A 240, Type 316, and >_Z3 mechanically fixed stainless steel pins. o I—.< b. Seat: Synthetic rubber compound mechanically retained to the body. For Seat on Disc Valves: a. Disc: Ductile iron according to ASTM A 536 with synthetic rubber compound seat mechanically retained to the disc. b. Seat: Continuous Type 316 stainless steel seat. 5. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. D. Tapping Valve Assemblies: 1. Tapping Valve: Gate valve complying with AWWA C509. 2. Sleeve: a. Minimum 14 gauge. b. Stainless steel according to ASTM A240, Type 304. Full-body ductile iron may be allowed for specific installations. c. Minimum working pressure 150 psi. d. Must fully surround pipe. e. Flanged with dimensions and drillings according to AWWA C110 or ANSI 816.1 class 125. 2.11 FIRE HYDRANT ASSEMBLY A. Material: Comply with AWWA C502. B. Manufacturers: See "Accepted Products for Water Distribution Materials." C. Fire hydrant assembly shall have been manufactured within 5 years of installation date. D. Features: 1. Breakaway Items: Stem coupling and flange. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 8 of 17 2. Inlet Nominal Size: 6 inch diameter. 3. Inlet Connection Type: Mechanical joint. 4. Hose Nozzles: Two, each 2 1/2 inches in diameter, with caps attached with chains. 5. Direction of Opening: Clockwise. 6. Items to be specified: a. Operating nut: 1'/� inch, standard pentagon. b. Pumper nozzle one 4'/cinch pumper nozzle. c. Nozzle threads: National Standard Hose Threads. d. Main valve nominal opening size: 4.5 -inch on main smaller than 12 - inch in diameter, 5.25 -inch on main 12 -inch and larger E. Painting: 1. Shop coating according to AWWA C502. 2. Color: Safety Red, unless otherwise indicated by the Water Division. F. External Bolts and Hex Nuts: Stainless steel according to ASTM A193, Grade B8. G. Gate Valve: Comply with this section. H. Pipe and Fittings: Comply with this section. 2.12 APPURTENANCES A. Flushing Device: As specified in the contract documents. B. Valve Box: 1. Applicability: For all buried valves. 2. Manufacturer: See "Accepted Products for Water Distribution Materials." 3. Type: Slip (slide) type. 4. Material: Gray iron. 5. Cover: Gray iron, labeled "WATER" 6. Wall Thickness: 3/16 inch, minimum. 7. Inside Diameter: 5 inches, minimum. 8. Length: Adequate to bring top to finished grade, including valve box extensions, if necessary. 9. Factory Finish: Asphalt coating. 10. Valve Box Centering Ring: Include in installation. C. Valve Stem Extension: Provide as necessary to raise 2 inch operating nut to within 5 or 6 feet of the finished grade. Stem diameter according to valve manufacturer's recommendations, but not less than 1 inch. Shall be stainless steel. D. Stainless Steel Repair Clamps: 1. Comply with AWWA C230. 2. All stainless steel, single section, double section,Epr triple section, depending upon size of main. R 3. Shall have stainless steel bolts and nuts. 2.13 LUMBER Gm a M 771 3 � A. Lumber for bracing or supports shall be hardwood. (i.e. oak, r��2),Igo noLlfse creosoted lumber in contact with piping materials. r 2.14 WATER CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 9 of 17 A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. 2.15 DISINFECTION AGENT- CHLORINE A. Liquid Chlorine complying with AWWA 8300 and AWWA 8301. B. Sodium Hypochlorite complying with AWWA B300. C Calcium Hypochlorite complying with AWWA B300. D. All disinfecting agents to be NSF 60 certified. Supply and store in the original container. PART 3 EXECUTION 3.1 REFERENCES AND DOCUMENTS lj Contractor must have all required documents on the site before commencing with IS: the work. Water mains, valves, hydrants, and special fittings shall be installed in the v,:J6cations shown on the plans or as directed by the Engineer. i -Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with UJ __ANSI/AWWA C600 except as noted herein. CWpipe must be furnished and installed in accordance with AWWA M23 and I/AWWA C605 except as noted herein. (� CE M ntractor must prepare and retain a set of "as -built' drawings on the job site with aEaurate and current information on the location of all valves, pipe and special N construction features. Survey or GPS points are accepted, but not in lieu of, written as -built information. Minimum information required for submittal to the Water Division - 1 . ivision:1. Pipe size and material, length of pipe between fittings (center -to -center) 2. Fitting type, size, restraint type, note if installed vertically or horizontally 3. Tracer wire box locations 4. Any changes in pipe depth, and where the main is buried greater than 7 feet or less than 5 feet 5. Any special fittings or construction materials E. Contractor shall have all buried utilities located by the Iowa One -Call Utility Location service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. 3.2 PIPE INSTALLATION A. General: 1. Do not use deformed, defective, gouged, or otherwise damaged pipes or fittings. 2. Keep trench free of water. Clean pipe interior prior to placement in the trench. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 10 of 17 3. Clean joint surfaces thoroughly and apply lubricant approved for use with potable water and recommended by the manufacturer. 4. Push pipe joint to the indication line on the spigot end of the pipe before making any joint deflections. 5. Limit joint deflections to one degree less than pipe manufacturer's recommended maximum limit. 6. Tighten bolts in a joint evenly around the pipe. 7. Install concrete thrust blocks on all fittings 12 -inch in diameter or larger as calculated by the design engineer (comply with SUDAS Figure 5010.101). For fittings resulting in any changes in the horizontal alignment, vertical alignment, or cross-sectional area of the pipe, install restrained joints within length(s) designated by the design engineer. When specified in the contract documents, install both concrete thrust blocks and restrained joints as designed. Follow Figures CIC -4C.1, CIC -4C.2, and CIC - 5020.201 for thrust restraint requirements for fire hydrant assemblies. 8. Keep exposed pipe ends closed with rodent -proof end gates at all times when pipe installation is not occurring. 9. Close the ends of the installed pipe with watertight plugs during nights and non -working days. 10. Do not allow any water from the new pipeline to enter the existing distribution system piping until testing and disinfection are successfully completed. 11. Pipe bedding and backfill, and trench width within the pipe envelope, shall conform to the plans or as directed by the Engineer. B. Additional requirements for DIP installation: 1. Utilize full-length gauged pipe for field cuts. Alternatively, field -gauge pipe selected for cutting to verify the outside diameter is within allowable tolerances. 2. Cut the pipe perpendicular to the pipe barrel. Do not damage the cement lining. Bevel cut the ends for push -on joints according to the manufacturer's recommendations. 3. Encase all pipe, valves, and fittings with polyethylene. C. Additional requirements for PVC pipe installation: 1. Cut the pipe perpendicular to the pipe barrel. Deburr and bevel cut spigot end of the pipe barrel to match factory bevel. Re -mark the insertion line. 2. When connecting to shallow -depth bells, such as on some cast iron fittings or valves, cut the spigot end square to remove factory bevel. Deburr the end and form a partial bevel on the end. 3.3 POLYETHYLENE ENCASEMENT INSTALLATION A. Apply two layers of polyethylene encasement to buried ductile iron pipe and to buried fittings, fire hydrants, and appurtenances. The polyethylerw encWment is used to prevent contact between the pipe and the bedding meal, I -t need not be airtight or watertight. -�, B. Install polyethylene encasement according to AWWA C105, uCDg4ub V or fla=t sheets, and pipe manufacturer's recommendations. C. Do not expose the polyethylene encasement to sunlight for lo4�rperiggs bee installation. J 7 Z 41 CITY OF IOWA CITY WATER DISTTa1BUTION - 02660 November 2016 Page I I of 17 D. Remove all lumps of clay, mud, cinders, etc. on the pipe surface before encasing the pipe. Take care to prevent soil or bedding material from becoming trapped between the pipe and polyethylene. E. Lift polyethylene -encased pipe with a fabric -type sling or padded cable. F. Secure and repair encasement material using polyethylene tape, or replace as necessary. G. If existing polyethylene encasement is cut away for additional work, exposed area shall be rewrapped to ensure no metals are exposed to bedding material. 3.4 TRACER SYSTEM INSTALLATION A. Install with all buried water main piping. Comply with Figures CIC -5010.102 through 105 for tracer wire installation. B. Begin and terminate the system at all connections to existing mains. C. Install wire continuously along the ten or two position of the pipe. Do not install wire along the bottom of the pipe. Attach wire to the pipe at the midpoint of each pipe length; use 2 -inch wide, 10 mil thickness polyethylene pressure sensitive tape. D. Install splices only as authorized by the Engineer. Allow the Engineer to inspect 4n all below grade splices of tracer wire prior to placing the backfill material. %E. Jhstall ground rods adjacent to connections to existing piping and at locations a+ ��8pecified in Figures CIC -5010.102 through 105 and Figures CIC -4C.1 and CIC - Q = LLj-4C.2. Ground rods must have direct contact with native soil/undisturbed ground. LLJ wring two wires to the surface at each fire hydrant location and terminate with a `>- Acer wire station (comply with Figure CIC -5010.102 and CIC -5010.105). G- =Final inspection of the tracer system will be conducted by the Water Division at (!,s o c;'" completion of the project and prior to acceptance by the owner. Verify the electrical continuity of the system. Repair discontinuities. I A minimum of 18 inches of wire slack at every tracer wire terminal box lid shall be installed. I. Every splice along the tracer wire shall have a minimum of 18 inches of wire slack added to the line. J. No uninsulated wire shall be installed along any length of run or at splice points. All exposed wire shall be mended as directed by Water Division personnel, and all splices shall include dielectric grease. K. Ground rods should be placed 6 to 10 inches from the pipe and not make contact with any part of the water system or any other utility. 3.5 LOCATION, ALIGNMENT, SEPARATION 8 GRADE A. No water pipe shall pass through or come in contact with any part of a sewer manhole. B. Should physical conditions exist such that exceptions to this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. C. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. D. Horizontal Separation of Gravity Sewers from Water Mains: CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 12 of 17 I . Separate gravity sewer mains from water mains by a horizontal distance of at least 10 feet unless: • The top of a sewer main is at least 18 inches below the bottom of the water main, and • The sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. 2. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting the requirements set forth in this section. However, provide a linear separation of at least 2 feet. E. Separation of Sewer Force Mains from Water Mains: Separate sewer force mains and water mains by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 02260, 2.2 and 2. The sewer force main is laid at least 4 linear feet from the water main. F. Separation of Sewer and Water Main Crossovers: 1. Vertical separation of sanitary and storm sewers crossing under any water main should be at least 18 inches when measured from the top of the sewer to the bottom of the water main. If physical conditions prohibit the separation, the sewer may be placed not closer than 6 inches below a water main or 18 inches above a water main. Maintain the maximum feasible separation distance in all cases. The sewer and water pipes must be adequately supported and have watertight joints. Use a low permeability soil for backfill material within 10 feet of the point of crossing. 2. Where the sanitary sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material so both joints are as far as possible from the water main. 3. Where the storm sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material or reinforced concrete pipe (RCP) with flexible O-ring gasket joints so both joints are as far as possible from the water main. G. Surface Water Crossings: Comply with the Recommended Standards for Water Works. 2012 Edition. 1. Above -water Crossings: Ensure the pipe is adequately supported and anchored; protected from vandalism, damage, and freezing; and accessible for repair or replacement. 2. Underwater Crossings: Provide a minimum cover of 5 feet over the pipe unless otherwise specified in the contract documents. When crossing water courses that are greater than 15 feet in width, provide the following: a. pipe with flexible, restrained, or welded watertight joints, b. valves at both ends of water crossings so the sectiorESan bClolated for testing or repair, ensure the valves are easily accessM ar(Rnot subject to flooding, and �>—+ —I c. permanent taps or other provisions to allow insertion`s snRl mejET to determine leakage and obtain water samples on eaclk3rde ofthe closest to the supply source. o: 3.6 VALVES A r J CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 13 of 17 A. Set valves on precast concrete bases. B. All valves connected to pipe 4 -inch diameter and larger shall be restrained to the pipe. C. Valve boxes should be centered over valve operating nut and run straight and true (not angled). D. Valve boxes set in paving shall not be installed with an expansion joint. 3.7 FIRE HYDRANT A. Install according to Figure CIC -5020.201. B. Fire hydrant valve is positioned adjacent to the water main, attach it to an anchor tee. C. Fire Hydrant Depth Setting: 1. Use adjacent finished grade to determine setting depth. 2. Set bottom of breakaway flange between 2 and 5 inches above finished grade. 3. If finished grade is not to be completed during the current project, consult with the Engineer for proper setting depth. 413. Coordinate installation with tracer wire installation. Orient fire hydrant nozzles as directed by the Engineer or Inspector. W PP�CONNECTIONS UNDER PRESSURE J• V� J y -Follow manufacturer's installation instructions. Its. LJt"�pping mains for new connections 1 -inch to 12 -inch in diameter shall be done by v� Water Division. This includes connections made on public and private mains. Anew and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.9 WATER MAIN OPERATIONS A. All work which involves operating the active public water distribution system will require the notice, consent, approval, and assistance of the Water Division. B. An accurate and legible copy of the "as -built' drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. PART 4 DISINFECTION AND TESTING FOR POTABLE WATER SYSTEMS 4.1 GENERAL A. Upon completion of a newly installed water main or when repairs to an existing water CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 14 of 17 system are made, the main shall be disinfected according to instructions listed in ANSI/AWWA C651 and the following specifications. B. As stated in the AWWA C651, "the final water quality test is not the primary means for certifying the sanitary condition of a main." If large amount of sediment, or any foreign material (sod, wood, plastic, etc.), is found during the testing of a pipe, all testing shall cease. The pipe shall be disconnected and cleaned out, and the Jurisdictional Engineer or their representative shall verify the pipe is clean before testing can resume. Foreign matter in a pipe automatically constitutes a failed test. C. Any time a water pipe is repaired, a minimum regime of flushing the pipe and taking one bacteriological sample will be required for testing purposes. 4.2 SCHEDULING AND CONFLICTS A. Notify the City Inspector or Water Division two working days in advance of testing or disinfection operations to coordinate the operations. B. The Engineer or his/her representative is required to be in attendance during testing or disinfection. C. Entire testing sequence for a segment shall be completed within an appropriate timeframe. If testing sequence for a segment, including tracing, is not satisfactorily completed within two (2) weeks from initial disinfection, testing sequence for segment shall start over from initial disinfection. Testing schedules for other segments may be affected. D. Testing shall not commence until all components are installed correctly (including tracing system), and an as -built and completed materials list are submitted for review. 4.3 SEQUENCE OF TESTING AND DISINFECTION Perform operations according to AWWA C651 in the sequence below. Successfully complete each operation before continuing to the next operation. All mains shall pass bacteriological testing before pressure testing is allowed. Testing segments shall be no longer than 1200 feet along one main. All legs/lateral mains shall be tested as separate segments. Long main lines over 1200 feet in length shall be tested in discrete testing segments, and adjoining in-line testing segments shall not be tested together in any manner. Water mains must pass all testing before any main or service taps are allowed. N A. Tablet Method (Concurrent with Water Main Installation): =' 1. Perform disinfection. z-6 -n 2. Flush after disinfection. 7i__4 -r 3. Perform bacteria tests. C-) -< m 4. Perform pressure and leak testing. -4 C-) B. Continuous -Feed or Slug Method (After Water Main Installation 61se t&s method only if approved by the Jurisdictional Engineer. The sed, lece,2f test and disinfection may be modified with approval of the Jurisdictioal Enpeer. 1. Perform initial flush. 2. Perform disinfection. 3. Flush after disinfection. 4. Perform bacteria tests. 5. Perform pressure and leak testing. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 15 of 17 4.4 DISINFECTION A. General: Sodium Bisulfite (NaHS03) Ib 1. Disinfect according to AVWVA C651. 2. Keep piping to be chlorinated isolated from lines in service and from 1.2 points of use. 3. Coordinate disinfection and testing with the Inspector. 4. Obtain and test water samples, unless otherwise provided by the 2.9 2.4 Jurisdictional Engineer. B. Procedure: 1. Induce a flow of potable water through the pipe. 2. Introduce highly chlorinated water to the pipe at a point within 5 pipe 50 diameters of the pipe's connection to an existing potable system, or within 62.6 5 pipe diameters of a closed end, if there is no connection to an existing 104 system. 3. Introduce water containing a minimum of 25 mg/L free chlorine until the entire new pipe contains a minimum of 25 mg/L free chlorine. 4. Retain chlorinated water in the pipe for at least 24 hours and no more than 48 hours. C-; 5.1; After 24 hours, a detectable free chlorine residual of A) greater than or o, equal to 0.2 mg/L for the tablet method or B) greater than or equal to 10 z. m /L for the continuous feed method shall be found at each sample point. UJ 4.5 FIdJSIWNOG LL A5 h pipe using potable water until chlorine residual equals that of the existing potable water system. BN Dispose of chlorinated water to prevent damage to the environment. Dechlorinate highly chlorinated water from testing before releasing into the ground or sewers. Obtain Jurisdiction approval prior to flushing activities. 1. Check with the local sewer department for the conditions of disposal to the sanitary sewer. 2. Chlorine residual of water being disposed will be neutralized by treating with one of the chemicals listed in the following table. Table 5030.02: Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100,000 Gallons of Water Residual Chlorine Concentration m /L Sulfur Dioxide (SO2) Ib Sodium Bisulfite (NaHS03) Ib Sodium Sodium Sulfite Thiosulfate (Na2SO3) (Na2S203 + Ib 5H2O) Ib Ascorbic Acid (C608H6) Ib 1 0.8 1.2 1.4 1.2 2.1 2 1.7 2.5 2.9 2.4 4.2 10 8.3 12.5 14.6 12.0 20.9 50 41.7 62.6 73.0 60.0 104 4.6 BACTERIOLOGICAL TESTING CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 16 of 17 Test water mains according to AWWA C651. After water has sat in the testing segment for 24 hours without water use, and without flushing the pipe, two sets of samples shall be taken 15 minutes apart while the sampling taps are left running. If the initial disinfection procedure fails to produce satisfactory bacteriological results, or if other water quality is affected for any reason, the system shall be reflushed and resampled. 11 the check samples fail, the system shall be rechlorinated and testing repeated. 4.7 PRESSURE AND LEAK TESTING A. Secure unrestrained pipe ends against uncontrolled movement. B. Isolate new piping from the existing water system. C. Fill and flush all new piping with potable water. Ensure all trapped air is removed. D. Pressurize the new pipe to the test pressure at the highest point in the isolated system. Do not pressurize to more than 5 psi over the test pressure at the highest point in the isolated system. E. Test and monitor the completed piping system at 1.5 times the system working pressure or 150 psi, whichever is greater, for 2 continuous hours. F. If the measured pressure loss does not exceed 5 psi, and the pressure does not drop below 150 psi, the test will be considered acceptable. G. Repair all visible leaks regardless of test. H. Addition of makeup water is not allowed. 4.8 SYSTEM TRACE A. All tracer wire terminal boxes shall be to grade, located appropriate distance from hydrant/valve, and with tracer wire correctly attached. A Water Division locator shall complete a trace of the new pipe(s), including connections to existing main. Any tracing deficiencies noted by the locator shall be corrected and retraced until the entire system traces out correctly. 4.9 SYSTEMS CHECK A. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. B. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. After hydrant has been flushed, close it and check for drainage. This is done by placing a hand over the nozzle opening and checking for a va o m. Then check the hose thread for proper fit. 1 Replace nozzle cap, then open hydrant again and inspecPLOinttssfor lee M. 4.10 PUTTING WATER MAIN /N SERVICE c)"< — r' �C-) o+ The Water Division shall put the completed water system in service onlyr stem ham' § satisfactorily passed all testing and documentation requirements. V CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 17 of 17 SECTION 02670 ADJUSTMENT AND REMOVAL OF MONITORING WELLS PART1-GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to adjust existing monitoring wells as directed by the Engineer. B. Furnish labor, materials, tools and equipment to remove existing monitoring wells as directed by the Engineer. 1.02 REFERENCES: A. Iowa Administration Code — Chapter 39. P:, Iowa Geologic Survey — Technical Information Series 15. Ln 1�Q3 QUALiT ASSURANCE. j,l A`ustment of monitoring wells and removal of monitoring wells shall be performed y&n Iowa State Licensed Driller. Bo iDiFposal sites shall comply with all applicable Iowa Department of Natural �— Resources (DNR) and United States Environmental Protection Agency (EPA) regulations. C. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, stone, castings if not reused, and other waste or debris resulting from work under this section. D. Complete all necessary Federal, State and local government agency applications and forms associated with drilling and monitoring well removal. 1.04 SUBMITTALS: A. Locations of disposal sites. B. Appropriate Federal, State and local government agency forms and applications as stated in item 1.03.D above. PARTY -PRODUCTS 2.01 MATERIALS: A. Bentonite will only be used by a state -licensed driller. 02670-1 PART 3 - EXECUTION 3.01 TECHNIQUES: The work in this section will conform with the applicable sections of the Iowa Administrative Code and the Iowa Geologic Survey Technical Information. 3.02 INSPECTION: A. Inspection as required by Federal, State and local agencies. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, and other public or private utilities shown on the plans or otherwise known to be in the project area. 2. Protect active utilities. 3. If active utilities not shown on plans or are encountered, the Contractor shall take necessary measures to protect said utilities and to maintain them in service. 4. If active utilities are damaged or interrupted as a result of work under this section, the Contractor shall restore service immediately. Restoration of utility service under these circumstances shall be at the Contractors expense. B. Site Protection Measures Provide Traffic Control necessary per Section 01570. Barricade open excavations or depressions resulting from work during non- working hours and/or if not working in immediate area at given time. Provide suitable warning lights adjacent to excavation and work areas. 3. Warning lights shall be kept operational during all non -working and non- active periods. C. Site Access Measures 1. Contractor shall perform adjustment and removal operatior's,so as to maintain access to adjacent properties and businesses. o D. No material or debris shall be buried within project work area. All an-;ta6ts' material resulting from removal shall be hauled to and disposed of at a CgP;Pafthe ct rni red site approved by the Engineer or the landfill. The Contractor shtiMpy currn tipping fee at the landfill. e M IS aP v J 02670-2 3.04 REMOVALS: A. Monitoring Well 1. Removal shall be to limits noted on plans or as directed by the Engineer. 2. Monitoring wells shall be removed per method and requirements stated in the references in 1.02 of this section. 3. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. 4. All waste materials and debris from monitoring well removals shall be removed from the site and disposed of by the Contractor. 13. Monitoring Well Adjustments 1. Monitoring wells located within the construction limits will be adjusted so that their cover castings are flush with the final grade. 02670-3 2. Cover castings damaged while removing from well will be replaced at the Ln Contractor's expense. All waste materials shall be removed from the site and disposed of by the LIJ d Jy. Contractor. c-) F -- E3 ' + '�"I'/00 �' < r o shared) gme pecaHMM70.dm N 02670-3 SECTION 02700 SEWERS PART 1 -GENERAL 1.01 SUMMARY. A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA-A21.50/C150, latest edition, Thickness Design ofctile-I1 Pipe. car o ►1 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron CQmoctroing9, 3 in. through 16 in., for Water and Other Liquids. v (n 4. ANSI/AWWA-A21.1 1/C1 11, latest edition, Rubber -Gasket J" fo4uctile- Iron Pipe and Gray -Iron Pressure Pipe and Fittings. c 02700-1 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile - Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile - Butadiene -Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. 02700-2 e'i Plastic Pipes Using Flexible Elastomeric Seals WD F. B3Truss Pipe — For Sanitary Sewers W X: w H ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) `D rZ3 (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) r o s-< 5s Compounds `— 2. o ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile - Butadiene -Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. 02700-2 B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART2-PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. N 4. Pipe Markings: All pipe shall be marked with the date of mann` cture d ASTM class. If quadrant reinforcement is used, the top s*be arke-cPdn the outside of the pipe. y; i -4 r m 5. Lift holes are not allowed. �� s rn � 6. Minimum Bedding — Type B per ASTM C 12 with comp�e&9ranu ar material to the springline of the pipe. " B. Reinforced Concrete Pipe - For Storm Sewers 02700-3 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating - 02700A 3. Pipe Strength G?Q Lr) ci+ �t mss: a. Circular pipe: Pipe strength shall be as specified on the plans. If not Q = cc2 specified, the minimum pipe strength shall be Class III as defined in W>: a ASTM C76. J V F- b. Arch pipe: Pipe strength shall be as specified on the plans. If not LE o specified, the minimum pipe strength shall be Class III A as defined o in ASTM C506. N 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating - 02700A E. G. H a. Inside of pipe and fittings: Double thickness cement lining and bitumi- nous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSI/AWWA C1 50/A21.50 with compacted granular material to the springline of the pipe. PVC Truss Pipe — For Sanitary Sewers All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. Corrugated Plastic Pipe for Subsurface Drainage Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the sWdards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" ab`b�eTipea r _4 rn Manholes in 1. Joints: All joints will be confined O-ring or profile gasket £ing;AASTM C443. , No lift holes through the entire wall. 02700-5 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non - rocking. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. 1P Eedding: _ w Granular bedding material shall consist of porous backfill material, IDOT d W v� Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - ECUTION U_ CD v.. 3.01 IWTALLA TION OF PIPE: 0 N A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. 02700-6 D. Connections A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall'. 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: rl 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. ,A 3. Furnish test plugs, water pumps, appurtenances, and �a r. Astallo bulkheads for testing and weirs for measurement as -:D es&ary. Groundwater elevation from observation wells or excavations are subjf to acceptance by the Engineer. 02700-7 a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum Yz-mile for sewers) and before connection to buildings. Low- pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in - in inches Minutes 4 2.0 02700-8 exceed 8 psig. 4 ® a' Mo (3) All air through single control panel. U1 Q _j�- !:!! b. Procedure J >_ C-) ~ ( 1 ) Perform from manhole -to -manhole after backfill. r� O r, (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in - in inches Minutes 4 2.0 02700-8 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. N A C. Rate of leakage from sewer: Determined by thg3amoua"Zof water required to maintain the initial water elevation for7J1VhoRfrom`n start of the test. ;�--) - r rn d. Allowable exfiltration same as allowable infiltratic RCt�1f tog ave( head above the section being tested exceeds two aIXve t4p.gf pipe, then the allowable exfiltration can be increas y 59 for �ac'h additional foot of head. C, m 02700-9 e. Modification to this test only as approved by the Engineer. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of t .001". Proving rings shall be available. e:J 2. The mandrel inspection shall be conducted no earlier than 30 days after 60 c; reaching final trench backfill grade provided, in the opinion of the Engineer, a+ sufficient water densification or rainfall has occurred to thoroughly settle the ® =w� soil throughout the entire trench depth. Short-term (tested 30 days after UJ Q —r> installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all t—R sewer lines. Any sections of the sewer not passing the mandrel test shall be U. a ZS»t uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. I C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling, bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. 02700-10 G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW.• A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. N D. Use water main materials for gravity sewers with less than 10 feet of Srizontal distance and top of the sewer less than 18 inches below the bolft uBofdhe wat main; maintain a linear separation of at least two feet. : a - E. Where gravity sewer crosses over water main or service or where t 'top of seM� is less than 18 inches below the bottom of the water main or servlcegthe�plowlna requirements shall apply: -' 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 02700-11 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. uCQ, The force main is laid at least four linear feet from the water main. ®03 rn+ �F}iryAkn9�spe.Z00.aac O �O ca N 02700-12 SECTION 02750 JACKED CROSSINGS PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to install carrier pipe by boring and jacking or by similar approved methods. 1.02 REFERENCES: A. American Railway Engineering Association "Specifications for Pipelines Conveying Non -Flammable Substances," latest edition. . I. B. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Unless otherwise specified, the methods and equipment used shall be the option of the Contractor, provided that the proposed methods and equipment is approved by the Engineer. Such approval shall in no way relieve the Contractor of the responsibility for making a satisfactory installation. Only workers experienced in boring and jacking operations shall be used to perform the work. Statement of qualifications shall be submitted and approved by the Engineer prior to the start of work. PART2-PRODUCTS 2.01 CARRIER PIPE MATERIALS: A. Water Main: Ductile Iron Pipe, Class 52, Conforming to AWWA C -151, -and tufollowing: j J a. Mechanical joint fittings conforming to AWWAI09d Ci. Griffin Snap -Lok restrained joint or approved ege{aloall-Ve us � n ON b. Cement mortar lining for pipe conforming to AW -19¢. M C. All fittings shall be bituminous coated inside and tai rt ide`O co d. All water main shall be installed within casing pipes as specified including the furnishing and installation of casing chokes, 3 per every 20 -feet of pipe. B. Sanitary Sewer: Ductile Iron Pipe, Class 52, conforming to AWWA C-151, and the following: 02750-1 a. Mechanical joint fittings conforming to AWWA C-110 and C-111. b. Pipe and fittings coated inside and out with coal -tar pitch varnish conforming to AVWVA C-106. C. All ductile iron sanitary sewer shall be installed within casing pipes as specified. 2. Reinforced Concrete Pipe, Class III design strength, conforming to ASTM C- 361 and the following: 3.01 PROTECTION OF UNDERGROUND FACILITIES: A. Contractor is responsible for locating all underground facilities and modifying boring operations to prevent damage to existing facilities. B. Potholing for existing utilities requires full panel replacement of affected panel. 3.02 JACKING EQUIPMENT: A. The jacking head shall consist of suitable bearing pieces to protect the pipe from damage. B. The jacks shall be of ample capacity to provide more than the anticipated requirement. C. The reaction blocks shall be suitable to provide for resistance to, and distribution of, the reaction from the jacks. D. The Contractor shall take extreme caution to ensure that the jacking apparatus is strongly constructed and set and maintained in proper relative position and alignment, in order to minimize forces which would tend to bend the pipe, cause it to deflect from true alignment, or displace the reaction blocks. 3.03 EXCAVATION AND JACKING OPERATIONS: A. Pipes shall be joined before being subjected to the jacking process, or after they have reached final position, depending on the type of pipe and nature of the joint and jointing material. B. The method of jacking, in each case, shall be approved by the Engineer. C. Bracing and backstops shall be so designed and jacks of sufficient rating such that 02750-2 to a. Joints shall conform to ASTM C-443 using confined "O" -ring gaskets. Q ya— b. Reinforced concrete pipe shall be installed without casing pipes, unless otherwise indicated. Pipes with exterior projections necessitating excavation larger than the pipe body will not be r—<t permitted. f 1 6CD T 3:;- vs EXECUTION 0 N 3.01 PROTECTION OF UNDERGROUND FACILITIES: A. Contractor is responsible for locating all underground facilities and modifying boring operations to prevent damage to existing facilities. B. Potholing for existing utilities requires full panel replacement of affected panel. 3.02 JACKING EQUIPMENT: A. The jacking head shall consist of suitable bearing pieces to protect the pipe from damage. B. The jacks shall be of ample capacity to provide more than the anticipated requirement. C. The reaction blocks shall be suitable to provide for resistance to, and distribution of, the reaction from the jacks. D. The Contractor shall take extreme caution to ensure that the jacking apparatus is strongly constructed and set and maintained in proper relative position and alignment, in order to minimize forces which would tend to bend the pipe, cause it to deflect from true alignment, or displace the reaction blocks. 3.03 EXCAVATION AND JACKING OPERATIONS: A. Pipes shall be joined before being subjected to the jacking process, or after they have reached final position, depending on the type of pipe and nature of the joint and jointing material. B. The method of jacking, in each case, shall be approved by the Engineer. C. Bracing and backstops shall be so designed and jacks of sufficient rating such that 02750-2 the jacking can progress without stoppage, except for adding lengths of pipe, until the leading edge of pipe is at the jacking limit. D. Jacks and bracing shall be arranged such that the thrust is applied parallel with the centerline of the pipe and distributed equally along the jacks. E. The pressure exerted by the jacks shall be applied uniformly over the end of the pipe by a collar, or shall be distributed to a number of points around the pipe circumference by cross timbers. Application of pressure with the metal of the jack in direct contact with the pipe will not be permitted with either concrete, ductile iron or steel pipes. Suitable cushioning material shall be inserted between the jack and pipe. Spalled concrete or crumpled metal, which result in an unsatisfactory joint when the succeeding section of pipe is placed, shall be cause for rejection and removal of the damaged section. Once jacking has been started, it shall be continuous until completion of the jacking operations in order to reduce the possibility of a "stuck" pipe and to minimize the creep of the soil into the face, even though this may involve working outside the normal working hours or outside the normal working days as approved by the Engineer. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous jacking operations. G. Care shall be taken during excavation and jacking operations to ensure that the jacked pipe remains true to line and grade. H. No open cut within jacking limits shown on the plans shall be permitted without authorization of the Engineer. 3.04 CARRIER PIPE INSTALLATION: A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. B. If the plans call for the carrier pipe to be installed without a casing pipe, the requirements for installation of casing pipe as detailed herein shall apply. This shall include filling of voids between undisturbed embankment and outside of pipe with specified grout. C. Carrier pipes installed in casing pipes shall be supported on shop -fabricated chokes specifically designed for this purpose. Support system shall be firmly attached to carrier pipe at specified intervals. Support system components shall be installed near to, but not at, pipe joints and at other locations so that pipes are well supported. Carrier pipe joints or barrels shall not be permitted to bear directly aga$Mt casing pipe. The pipe support system shall be designed to allow placeiRnt of�grout in all areas of annular void as described herein. -,Y C3 D. Placement of grout between casing and carrier pipe and materiaggsaFn sh4Me as described elsewhere herein.<r- 330 in 3 3.05 CONTROL OF LINE AND GRADE: a Q A. During the installation of casing pipes and carrier pipes, the Contracfd shall be responsible for monitoring alignment and elevation of said pipes. The Contractor shall provide control points and reference marks for this purpose. Allowable 02750-3 deviations from the plan alignment and elevation are as follows: Horizontal Deviation: 0.40 ft. deviation from plan alignment per 100 ft. of installed pipe. 2. Vertical Deviation: 0.20 ft. deviation from plan elevation per 100 ft. of installed pipe. In addition, care shall be taken to assure that minimum positive grade, as determined by the Engineer, is maintained in the installed pipe. Minimum L" positive grade shall be determined based on maintaining minimum flow © Q; 5r„ velocity (2 feet per second) at 0.8 full pipe conditions. _ cr:o UJ B:cc t`bo Contractor shall take appropriate measures to maintain jacked installations J ao min the above -stated tolerances. If measures require removal of newly -installed >pes, removal of rocks, boulders or other obstructions encountered or other (L measures which cause a void outside the casing or carrier pipes, said voids shall be .— filtgd with grout injected under pressure by a method approved by the Engineer. 11/00 shareMenginee0spe iV2750. m 02750-4 SECTION 02800 TRAFFIC SIGNALIZATION Traffic signal shall be installed according to SUDAS standard specification with exceptions listed below. DIVISION 8 — TRAFFIC CONTROL SECTION 8010 — TRAFFIC SIGNALS 8010, 2.01 — UNDERGROUND, A. Handhole, 1. General, a. Cable Hooks: Delete the subsection and replace with the following: Provide four galvanized steel cable hooks with a minimum diameter of 3/8 inch and a minimum length of 5 inches. Provide with Type I handholes only. 8010, 2.01 — UNDERGROUND, A. Handhole, 3. Composite Handhole and Cover: Delete the subsection and replace with the following: Provide composite handholes unless specified otherwise on the plans. Composed of mortar consisting of sand, gravel, and polyester resin reinforced by a woven glass fiber mat or of resin mortar and fiberglass. Provide a skid resistant surface on the cover. Provide two 3/8-16 UNC stainless steel hex head bolts with washers. The handholes shall have ANSI Tier 22 ratings and the covers shall have ANSI Tier 15 ratings. Covers shall be two piece for Type III and Type IV handholes. 8010, 2.01 — UNDERGROUND, B. Conduit, 3. Plastic Conduit and Fittings, b. HDPE: Delete the subsection and replace with the following: 1) Comply with ASTM F 2160 (conduit) and ASTM D 3350 (HDPE material), SDR 11. 2) Use orange colored conduit. 3) Continuous reel or straight pieces to minimize splicing. 4) For dissimilar conduit connections, provide an adhesive compatible with both materials. 5) Conduit couplers for HDPE to HDPE connections shall be double a-loc couplers. 6) HDPE duct plugs shall be blank expandable duct plugs with elastomeric gaskets and rope loops. 8010, 2.01 — UNDERGROUND, C. Wiring and Cable, 4. Communications Cable: Delete the subsection and replace with the following: Communications cable shall be fiber optic cable only. Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 2.01 — UNDERGROUND, C. Wiring and Cable, 5. Category 5E (Cat5E) Cable: Delete the subsection and replace with the following: 5. Category 5E (Cat5E), Category 6 (Cath), and Category 6A (Cat6A) Gaitle: � 'TJ Specifications shall be furnished by the City of Iowa City Information Techilgogy--, Services Division. _,rte1--- 8010, 2.01 — UNDERGROUND, C. Wiring and Cable, 6. Fiber Optic Cable aril gce4oriJsn Delete the subsection and replace with the following: Specifications shall be fufFNBhtd 126 the Q City of Iowa City Information Technology Services Division. - 02800 -1 00 8010, 2.01 — UNDERGROUND, C. Wiring and Cable: Add the following subsection: 7. Pull tape: Pull tape shall be a flat polyester pull -tape with a minimum pulling strength of 1250 lbs. with permanent sequential footage markings. 8010, 2.02 — DETECTION, B. Pedestrian Push Button Detectors: 2. Accessible Pedestrian SignalsgAPS) Push Button Stations: Add the following note: u-: *he Cfty of Iowa City uses Polara iNavigator Push Button Stations with 9" x 15 front bteia"pters and 9"x15" R10 -3e faceplates with braille when APS push buttons are s�pecftdtgn the plans. Button covers shall be black in color. 80tH, 2.S;bE!%ECTION, B. Pedestrian Push Button Detectors: 3. Solid State Pedestrian tAsh Bn-APS): Add the following note: co TMV City of Iowa City uses round Polara BuIIDog push buttons when non -APS push buttons are specified on the plans. Body color shall be black. 8010, 2.02 — DETECTION, B. Pedestrian Push Button Detectors: 4. Signs: Delete the subsection and replace with the following: 4. Signs: Furnish R10 -3e signs with directional arrows as shown on the plans complying with MUTCD. 8010, 2.02 — DETECTION, C. Video Detection Camera System: Add the following note: The City of Iowa City uses the iteris VantageNext video detection system, processors, and cameras unless otherwise specified on the plans. 8010, 2.02 — DETECTION: Add the following subsection: D. Radar Detection System: The City of Iowa City uses the Wavetronix radar detection system unless otherwise specified on the plans. 8010, 2.03 — COMMUNICATIONS, A. Traffic Monitoring System: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 2.03 — COMMUNICATIONS, B. Fiber Optic Hub Cabinet: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 2.04 — CABINET AND CONTROLLER, A. NEMA Controller, Cabinet, and Auxiliary Equipment, 1. Controller: Add the following note: The City of Iowa City uses Siemens m60 Series ATC controllers. 02800-2 8010,2.04— CABINET AND CONTROLLER, A. NEMA Controller, Cabinet, and Auxiliary Equipment, 2. Cabinet: Add the following subsections: j. The cabinet shall contain strong mounting shelves to accommodate the mounting of the controller and all auxiliary equipment. The mounting shelves shall permit the controller and all auxiliary equipment to be withdrawn from the cabinet for inspection or maintenance without breaking any electrical connections or interrupting operation of the controller. k. The cabinet shall contain two thermostatically controlled duct fan units with a minimum rating of 100 CFM in free air shall be installed in the cabinet to provide forced air ventilation through the cabinet. The fan unit shall be mounted to the inside top of the cabinet and shall be easily removed and replaced without having to dismantle any part of the cabinet or exhaust duct system. The thermostat controlling the fans shall be manually adjustable to turn on between 90 degrees F and 150 degrees F with a differential of not more than 10 degrees F between automatic turn -on and turn-off. The fans shall intake air through filtered vents located near the bottom of the cabinet or cabinet door and exhaust it through a weather-proof, screened duct located near the top of the cabinet. Fiberglass type dry filters shall be used to cover the air intakes into the cabinet. These filters shall be easily removed and replaced and be of standard dimensions commercially available. The filters shall be provided with positive retainment on all sides to prevent warpage and entry of foreign matter around the edges. I Provide a piggy back cabinet for the battery backup system. 8010, 2.04 — CABINET AND CONTROLLER, B. Uniterruptible Power Supply Battery Backup System: Add the following note: The City of Iowa City uses alpha Technologies battery backup system with an Ethernet interface for remote monitoring. 8010, 2.05 — POLES, HEADS, AND SIGNS, A. Vehicle Traffic Signal Head Assembly, 1. Housing: Delete subsection a. and replace with the following: A. Individual signal sections made of durable polycarbonate. Color shall be black and integral to the materials composition. 8010, 2.05 — POLES, HEADS, AND SIGNS, A. Vehicle Traffic Signal Head Assembly, 7. Mounting Hardware: Add the following subsection: c. All traffic signal heads shall be side mounted when installed on a vertical poIfgPost top mounting is not allowed. Factor side mounting and minimum mount" heig]i requirements when determining pedestal pole shaft lengths. D C-) "n 8010, 2.05 — POLES, HEADS, AND SIGNS, A. Vehicle Traffic Signal Head Asssgm%, 8. ( " LED Modules: Delete subsection and replace with the following: c 2 rn Comply with current ITE standards. LED modules shall be provided wi -Ih 5 },far � J performance warranty. Ic` cz 02800-3 8010, 2.05 — POLES, HEADS, AND SIGNS, B. Pedestrian Traffic Signal Head Assembly, 1. Housing: Delete subsection a. and replace with the following: a. Made of a durable polycarbonate. Color shall be black and integral to the materials composition. 8010, 2.05 — POLES, HEADS, AND SIGNS, B. Pedestrian Traffic Signal Head Assembly, 1. Housing: Delete subsection b. and replace with the following: Self-contained unit capable of separate mounting or inclusion in a signal face containing diwoignal sections rigidly and securely fastened together. LH10, f.05LES, HEADS, AND SIGNS, B. Pedestrian Traffic Signal Head Assembly, 3. D Module t4d the following subsection: r SLEdi CD - 8010, dules shall be provided with a 15 year performance warranty. r - 8010, 20 — POLES, HEADS, AND SIGNS, C. Traffic Signal Poles and Mast Arms, 1. General: Delete subsection c. and replace with the following: c. Use continuously tapered, round, steel poles of the anchor base type. Fabricate poles of low carbon (maximum carbon 0.30%) steel of U.S. standard gauge. 8010, 2.05 — POLES, HEADS, AND SIGNS, C. Traffic Signal Poles and Mast Arms, 1. General: Delete subsection f. and replace with the following: f. Where a combination street lighting / signal pole is specified in the contract documents, ensure the luminaire arm is mounted in the same vertical plane as the signal arm unless otherwise specified. Use a luminaire arm of the single member tapered type. Fabricate the pole with a minimum 4 inch by 6 inch handhole and cover located opposite the signal mast arm. Luminaire mounting height shall be 30 feet unless otherwise specified. 8010, 2.05 — POLES, HEADS, AND SIGNS, E. Pedestrian Push Button Post: Add the following note: The City of Iowa City uses Frey Manufacturing Corporation Crosswalk Pedestals or pedestal poles as described in subsection D. Traffic Signal Pedestal Poles depending on the location of the intersection. Provide push button posts as specified on the plans. 8010, 2.05 — POLES, HEADS, AND SIGNS, F. Traffic Signs: Add the following note: The City of Iowa City will supply the street name signs. The CONTRACTOR shall supply the universally adjustable mast arm sign brackets and install the street name signs and brackets. 8010, 3.01 — UNDERGROUND, A. Handhole, 2. Excavation: Delete subsection. and replace with the following: 2. Excavation: Excavate as necessary to accommodate the handhole and granular base. The CONTRACTOR is responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. Whenever excavation is 02800-4 made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. All waste material and debris shall be disposed of at a sanitary landfill at the CONTRACTOR'S expense. 8010, 3.01 — UNDERGROUND, A. Handhole, S. Conduit: Add the following subsection: d. Cap unused conduits with duct plugs. 8010, 3.01 — UNDERGROUND, A. Handhole, 6. Cable Hooks: Delete the subsection and replace with the following: Install cable hooks centered between the knockouts and the top of the handhole for Type I handholes only. 8010, 3.01 — UNDERGROUND, B. Conduit, 1. General: Delete subsection a. and replace with the following: a. Place conduit to a minimum depth of 30 inches and a maximum depth of 48 inches below the gutterline. When conduit is placed behind the curb, place to a minimum depth of 30 inches and a maximum depth of 48 inches below top of curb. 8010, 3.01 — UNDERGROUND, B. Conduit, 1. General: Delete subsection e. and replace with the following: e. Install duct plugs in conduit ends. When duct plugs are not practical, pack conduit ends with conduit sealing compound. 8010, 3.01 — UNDERGROUND, B. Conduit, 1. General: Add the following subsection: f. Install pull tape in each conduit segment and secure to duct plugs at each end. 8010, 3.01 — UNDERGROUND, B. Conduit, 2. Trenched Installation: Add the following subsection: c. The CONTRACTOR is responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. Whenever excavation is made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. N 8010, 3.01 — UNDERGROUND, C. Wiring and Cable: Delete subsection 1 ar%% plaa wit"T —4 following: 1. Where practical, follow color codes and ensure cables are properly t1q*ed_aj theM controller with durable labels, or other appropriate methods, attached t6a,fte cis es. Label home runs for signal and video cables as follows: northeast corrjer i bfa, southeast corner is orange, southwest corner is yellow, and northwesfcornerC" green. Other Iowa City cable and color codes are as follows: 02800-5 Left turn signals = 1 tape Through signals = 2 tapes Right tum signals = 3 tapes Cables Green '--If = green ellow ba Yll = b*k gDO baF= reif Gy m CK = e J �° v tl.. o o Green ball = green Yellow ball = orange Red ball = red Green arrow = blue Yellow arrow = black Common = white and white/black 9 Conductor Cables — Pedestrian Signals Main street walk = green Main street don't walk = red Side street walk = green/black Side street don't walk = red/black Common = white Main street push button = orange Side street push button = black Common = white/black r.nmmnn = hh ip 8010, 3.01 — UNDERGROUND, C. Wiring and Cable, 9. Fiber Optic Cable and Accessories: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 3.01 — UNDERGROUND, C. Wiring and Cable, 10. Fiber Optic Cable Field Testing: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 3.01 — UNDERGROUND, D. Footings and Foundations, 1. Excavation: Add the following subsection: a. The CONTRACTOR is responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. Whenever excavation is made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. 8010, 3.01 — UNDERGROUND, D. Footings and Foundations, 2. Foundation: Add the following subsection: 4. Removal: Where shown on the plans, the CONTRACTOR shall remove the top of the existing mast arm footings, anchor bolts, and conduits to 36 inches below the existing top of curb or edge of pavement elevation. Waste materials shall be removed from the site and disposed in accordance with local regulations. Backfilling for the removal shall be performed with mechanical compaction equipment meeting the requirements for backfilling conduit. The upper 6 inches of the removal area, if outside the proposed pavement, shall be backfilled with black dirt. 8010, 3.02 — DETECTION: Add the following subsection: D. Radar Detection System: Install according to the manufacturer's recommendations and as specified in the contract documents. 02800-6 8010, 3.03 - COMMUNICATIONS, A. Traffic Monitoring System: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 3.03 — COMMUNICATIONS, B. Fiber Optic Hub Cabinet: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 3.05 — POLES, HEADS, AND SIGNS, A. Vehicle and Pedestrian Traffic Signal Heads: Add the following subsection: 5. Pole mounted signal heads and pedestrian push buttons are shown on the plans and schematic drawings in schematic form only. Pole mounted signal heads are generally intended to be mounted on the face of pole with respect to oncoming traffic. Modifications to this are required when the view of the pole mounted signal indication is blocked. Pedestrian push button shall be located on the pole face so the arrow on the R10 -3e sign directs pedestrians to the appropriate crosswalk. The location of signal heads in which the view of the indications is blocked or partially blocked by utility poles, trees, other signal heads or any physical obstructions shall be adjusted to a location approved by the ENGINEER. Standard heights and locations shown on the plans are typical for unobstructed locations. Signal heads installed without approval of the ENGINEER, which in the opinion of the ENGINEER are obstructed, shall be relocated at the CONTRACTOR'S expense. Holes in the poles due to this signal relocation shall be plugged in a manner acceptable to the ENGINEER. 02800-7 N 4 n_ S h �n �ra rn M G� Q co 02800-7 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 0 W .a �'_ SECTION 02900 LL o z3 LANDSCAPING o N PART 1-GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART2-PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Mix Minimum Proportion Lbs./ by Weight Acre Lbs./ 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.090 *A commercial mix may be used upon approval of the Engineer if it c tqnso a D —moi high percentage of similar grasses. mac-)rn 2.03 SOD: <r- m rn a A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weedsand other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 2d5 LANE ANP -FERTILIZER: _ °= W A. l5und agriculture limestone containing not less than 85 percent of total carbonates. _j Bi— +eriilizer shall contain the following percentages by weight or as approved by C-) ineer: Nitrogen" - 15% Phosphorus -15% Potash - 15% 'At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: Trees: Spring — March 30 through May 15 Fall — Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and 02900-3 thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than %-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchordd into the'- soil. The application rate for reasonably dry material shall be appr'oximatEA 1'/Ztote�r s of dry cereal straw, two tons of wood excelsior, or two tons of peAQ harp per adr�, or other approved material, depending on the type of mat444'furnLshe $II accessible mulched areas shall be consolidated by tilling with a rruAghsta Iize and slope areas shall be tilled on the contour. Crawler -type or dual-W*l tr?,Gtors PnII be used for the mulching operation. Equipment shall be operatq0,4h a%annerJo minimize displacement of the soil and disturbance of the design V§6 sbeion. V. G. Apply additional care as necessary to ensure a hearty stand of grass aMe end of the one-year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. 02900-4 G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11/00 sha d\engtnam pecaiiI029(Odw 02900-5 Apply lime by mechanical means at a rate of 3,000 pounds per acre. Q 6Dply fertilizer at a rate of 450 pound per acre. LLJc J $ J c14emove weeds or replace loam and reestablish finish grades if there are any delays dgsodding. LJL U Cj -> Rake area to be sodded. — ® V Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11/00 sha d\engtnam pecaiiI029(Odw 02900-5 Iowa Department of Transportation SPECIAL PROVISIONS FOR WATER DISTRIBUTION SYSTEMS BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS JOHNSON COUNTY CS -TSF -3715(657)-85-52 Effective Date March 17, 2015 SP -126043 Pagel of 22 SP -126043 (NEW) THE STANDARD SPECIFICATIONS, SERIES OF 2012, ARE AMENDED BY THE FOLLOWING MODIFICATIONS. THESE ARE SPECIAL PROVISIONS AND SHALL PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. na o_ rt C O T 7 �h T m a M _ � = Q A �- 00 THE STANDARD SPECIFICATIONS, SERIES OF 2012, ARE AMENDED BY THE FOLLOWING MODIFICATIONS. THESE ARE SPECIAL PROVISIONS AND SHALL PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. SP -126043 Paget of 22 PART 1 -GENERAL 1.1 SUMMARY. A. Furnish, install and test water distribution system as indicated and specified. G 1.2 RSFER@VCES-- ALJ l TM ilcation references the following documents. In their latest edition, the referenced do6um t3form a part of this specification to the extent specified herein. In case of conflict, the reguirefraepis of this specification shall prevail. One copy of all references marked with a "* shall be (L kegorxe site, readily available and accessible to the Engineer during nonnal working hours. Copies mmcbe ot�ained from the organizations or from the Iowa City Water Division at cost plus 15%. 0 N B. City of Iowa City Water Division Reference Manual C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-Cl05/A21.5: Polyethylene Encasement for Ductile -Iron Pipe System 3. NSI/AWWA-C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-C111/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI/AWWA-C 1 50/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI/AWWA-Cl51/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSI/AVWVA-C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 - inch through 64 -inch for Water Service 8. ANSI/AWWA C502: Dry -Barrel Fire Hydrants 9. ANSI/AWWA C504: Rubber -Seated Butterfly Valves 10. AWWA C509: Resilient -Seated Gate Valves for Water Supply Service. 11. ANSI/AWWA C510 Double Check Valve Backflow -Prevention Assembly 12. ANSI/AWWA C511 Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600'*: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651"•: Disinfecting Water Mains 16. ANSI/AWWA C800: Underground Service Line Valves and Fittings. SP -126043 Page 3 of 22 17. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 10 -inch for Water Distribution D. American Water Works Association: E. F C 1. AWWA Manual M23*': PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants American Society for Testing Materials: 1. ASTM D2241 2. ASTM B75-86 Seamless Copper Tubing Manufacturers Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application Uni-Bell PVC Pipe Association: 1. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900. 1.3 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Shop and Working Drawings: 1. Pipe layout with valves, fittings and hydrants shown 2. Valves N = 3. Hydrants DA c�i 4. Fittings 2-< — _4 C-) m 5. Bolts ;<m a M 6. Joints Z5J w 0 7. Tapping sleeves, couplings, and special piping materials. m 8. Polyethylene 9. Thrust block designs and details 10. Special backfill C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. D. Manufacturer's Literature: 1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other SP -126043 Page4 of 22 accessories. 2. Brochures and technical data and coatings and linings and proposed method of application. E. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks h4or to date of planned operation. Cn 1.4 115il2MIT�: } J r A Contra`" superintendent on the job must have a license as a sewer and water service installer isFsue b(' he City to construct water and sewer mains and services in Iowa City. PL. TIS' Cmntfactor or their agent will be responsible for the tapping application forms and records. I C. 1.5 QUALFVYASSURANCE: A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.6 TIME: A. Time is of the essence for water main construction work. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at356-5160. 1. For tapping service, provide 24 hours' notice. 2. For notice to customers of disruption of water service, provide 48 hours' notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days' notice. 4. For locations of underground facilities, provide 48 hours' notice. PART 2 -PRODUCTS 2.1 All products used for this work shall be from the list of "Accepted Products for Water Distribution Materials" contained in the Iowa City Water Division Reference Manual and found in Part 5 of this document. If there is a discrepancy between the Iowa City Water Division Reference Manual and Part 5, the Iowa City Water Division Reference Manual prevails., 2.2 DUCTILE -IRON PIPE. A. Thickness design shall conform to ANSI/AWWA C150/A21.50. B. Manufacture shall conform to ANSI/AWWA C1 51/A21.51. C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52. SP -126043 Page 5 of 22 D. Thickness for pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. E. Cement mortar lining shall conform to ANSI/AWWA C104/A21.4. 2.3 DUCTILE -IRON PIPE JOINTS: A. Single rubber -gasket push -on joints or mechanical joints conforming to ANSI/AWWA C111/A21.11. Furnish with all necessary hardware and gaskets. B. Bell -and -spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal. (Class 53) D. For unbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal. (Class 53) E. Do not use drilled & tapped retainer glands. F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.4 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile -iron pipe. PVC pipe materials are only allowed in sizes 4 to 10 inch diameter. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall not be used around cul-de-sacs or other small radius curves. N C9 2.5 FITTINGS: =c n C� A. All fittings shall conform to ANSI/AWWA C110/A21.10, with pressure ratirt§'0Q::1a� 350= 3- inch to 24 -inch. �M B. Mechanical -joint fittings shall be ductile iron compact ANSI/AWWA C153//iZ.93 orZd' uctibtandard ANSI/AWWA C110/A21.10. Large fittings, 12 -inch through 20 -inch shalt -b6' dubae iron standard ANSI/AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSI/AW A C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI/AWWA C110/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. 2.6 RESILIENT SEAT VALVES & VALVE BOXES: A. Gate valves shall conform to ANSI/AWWAC509. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. SP -126043 Page6 of 22 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi and gaskets rated at 250 psi. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2 -inch square operating nut for operation of the valve and shall open left. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. C. Tapping Valves shall be as specified for resilient -seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machinecutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51 -inch to 71 -inch. Use lids marked"water'. 2.7 HYDRANTS: Specification standard: ANSI/AVVWA Standard C502 Type of shutoff: Compression Type of Construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main Valve Opening: 4'/ inches for 12 -inch water main and under, 5'/a inches for 16 -inch main and above. Nozzle arrangement and size: Two 2'/cinch hose nozels and one 4'/cinch pumper nozzle, with caps attached with chains. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 0 vi moi, *alves shall be capable of being repacked or replacing o -rings under pressure. �Walves are to be non -rising stem with the stem, nut and thrust collar made of bonze. la U t— 'Uuttojyalves shall conform to ANSI/AWWA C504, for buried service, Class 150B. 3£alve seat to be installed on disk or valve body. P N 2. Butterfly valves shall not be utilized in sizes smaller than 16 -inch, unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2 -inch square operating nut for operation of the valve and shall open left. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. C. Tapping Valves shall be as specified for resilient -seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machinecutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51 -inch to 71 -inch. Use lids marked"water'. 2.7 HYDRANTS: Specification standard: ANSI/AVVWA Standard C502 Type of shutoff: Compression Type of Construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main Valve Opening: 4'/ inches for 12 -inch water main and under, 5'/a inches for 16 -inch main and above. Nozzle arrangement and size: Two 2'/cinch hose nozels and one 4'/cinch pumper nozzle, with caps attached with chains. Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch Depth of bury: Depth of bury shall be 6 feet Direction of opening: Open to right (clockwise) Packing: Conventional or O -Ring Size and shape of 1'/z inch, standard pentagon operating nut: Working Pressure: 250 psi Color: Safety Red SP -126043 Page 7 of 22 A 1 J —4 �� rn co SP -126043 Page 8 of 22 2.8 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fiVgs except for laying length and types of end connection. 00 FM&*ETapping Sleeves: a w . 1� call be mechanical joint, split construction with end gaskets, manufactured to fit cast iron }e"uctile iron pipe. Branch shall have a flange fitting to match thetapping valve. 2� II meet theOD requirements for Class A, B, C, or D pit cast pipe. © - N 3. Shall be fumished complete with all accessories. 4. Required for 12 -inch and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor -Blue nuts and bolts. E. Stainless Steel Tapping Sleeves: Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas. F. Stainless Steel Repair Clamps: All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.9 GASKETS, BOLTS, AND NUTS: A. Mechanical joints made with: Bolts: 3/4 inch NSS Cor -BLUE. Stainless steel bold studs with stainless steel nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with stainless steel nuts and '/< inch diameter. 2.10 LOCATION WIRE: A. Location wire shall be solid copper, THHN insulation in yellow, orange or bluecolor. SP -126043 Page 21 of 22 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER SERVICE: A. Service lines shall be new type K copper in coils for sizes'/. -inch thru 1 Yrinch and in coils or straight pipe for 2 -inch size. B. No couplings or connections will be permitted under the paving. 2.13 SERVICE SADDLES: A. Service saddles shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. B. Saddles shall be equal to but not exceed up to 200 PSIG. C. Body shall be 85-5-5-5 cast brass. D. Strap shall be wide band, 304L stainless steel with 304L stainless steel studs. E. Nuts and washers shall be 304 stainless steel. Nuts are supplied with fluorocarbon coating. F. Saddles shall be AVWVA tap thread (CC thread). G. Saddles with nitrile gaskets shall be used in L.U.S.T. areas (Leaking underground storage tank areas). 2.14 CORPORATION VALVES: A. Corporation valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. B. Valves shall be 300 PSIG maximum working pressure. C. Body shall be 85-5-5-5 cast brass. > C3 C'7 D—i 4 D. Valves shall be inlet: AWWA taper thread, outlet: conductive compressieR-<nneetion CTS O.D. tubing.<� rn T,, M s � 0 E. Valves shall be compression ball type valves. - `a t' t 2.15 BALL CURB VALVES: �a A. Ball curb valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. B. Valves shall be 300 PSIF maximum working pressure. C. Body shall be 85-5-5-5 cast brass. D. Valves shall be compression connection for CTS O.D. tubing, both ends. SP -126043 Page 10 of 22 E. Valves shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat. F. Valve shall have end pieces o -ring sealed with double o -ring seals. 2.16 CURB BOX— ARCH PATTERN: LO 40 G�}i b IPp�'shall meet or exceed current ANSI/AWWAC800 specifications. c w t,8rb 64d shall be Erie Pattern — 5601 L —2 -hole. _ >-Es Qrb tZ shall be 5 -foot box (telescope 1 -foot) and shall telescope up and down inside the base D. (su'rb box shall be slide style. E. Curb box and accessories shall be black dip coated inside and out. F. Curb box rod length shall be a 5/8 -inch rod, 42 -inches long, small key -clamp welded to rod with stainless steel rod and cotter pin. 2.17 STRAIGHT THREE PART UNIONS: A. Unions shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. B. Union shall be conductive compression connection for CTS O.D. tubing both ends. C. Body and nut shall be corrosion resistant cast bronze 85-5-5-5. D. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. E. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. F. Entire gasket shall be closed. G. Fluorocarbon coating shall be on inside surface of nut. H. Union pressure rating shall be greater than the valve or fitting with which it is used. 2.18 COPPER TUBING: A. Copper tubing shall meet or exceed current ANSI/AWWA C800 specifications. 2.19 YARD HYDRANTS: A. Yard hydrants shall be freezeless style. 2.20 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged SP -126043 Page 21 of 22 for water. PART 3 - EXECUTION 3.1 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSI/AWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni-Bell PVC Pipe Association UNI -B-3-88 except as noted herein. D. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 3.2 RECEIVING, STORAGE AND HANDLING: A. The Engineer may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AWWA M23, change "should" to "shall." o am„n g n c-) D. Within the "Handling" language of AWWA M23, change "should" to "shall." �� 3.3 LOCATION, ALIGNMENT, SEPARATION & GRADE: rn J. m A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. �0 B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 51/2feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, SP -126043 Page 12 of 22 one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A 'Minimum. horizontal separation of 3 feet shall be maintained. W nI PSCGWater main and ductile iron water main with greater than 400 feet between features that exterg�ii the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire }�ngthli5anake electronic location possible. LL �:36e wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to Me side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one -foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box' which is a full-size valve box and mark the drawings appropriately. 3.4 PIPE BEDDING AND BACKFILLING: A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI -B-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by stomping o n the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT: A. Thrust Restraint: For pipe smaller than 10 -inch diameter, concrete block shall be used, placing t h e concrete block next to the fitting and undisturbed soil. For 10 -inch and larger diameter p i p e , blocking shall be by cast -in-place concrete. Cover fittings and joints with 8 mil. Polyethylene before placing concrete. Brace fittings with hardwood lumber to prevent shifting before placing concrete. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: 3.6 3.7 SP -126043 Page 21 of 22 Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 inch, except where they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. JOINTS AND COUPLINGS: A. Push -on Joints: Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSI/AWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. o n o C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. �C-) --<r— rn or M. m 2. Use soapy water as gasket lubricant. ,� Q 3. Carefully mark and place the sleeve coupling in the center of thejoint. TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.8 POLYETHYLENE ENCASEMENT: SP -126043 Page 14 of 22 A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI/AWWA C205/A21.5 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. c 3.9 HYDi"T INSTALLATION: !ilartalfey�arefully to avoid breakage and damage to flanges. Keep hydrants closed until they are jqsti�- Protect stored hydrants from dirt, water, ice, animals and vandals. ..-! - >-E3 wTr tnef #tallation, clean piping and elbow of any foreign matter. 0 0 C. stall hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre -cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER SERVICE INSTALLATION: A. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. B. The City Water Division will provide, at Contractor cost, labor to tap the water main for services. Each water service pipe shall be connected to the water main through a brass corporation stop. A tapping saddle is required on all water main materials. The plastic plug from PVC main shall be recovered. The main shall be tapped at an angle of 45 degrees with the vertical, if possible. The stop must be turned so that the T -handle will be on top. C. The old water service under the street right-of-way will be shut off and removed. The old stop box will be removed. D. The Contractor shall install the new copper service line from the new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be determined by the Water Division. The minimum size will be 1 -inch to the stop box. The service pipe shall be laid in the trench with sufficient weaving to allow not less than one foot extra length for each 50 feet of straight line distance. E. Underground water service pipe shall be laid not less than 10 feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least 18 inches above the top of the building drain line at its highest point. SP -126043 Page 21 of 22 F. A curb stop shall be furnished and installed for each service at the location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each stop box valve. A cast iron stop box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The stop box shall be located between the curb and the property line and visible from the sidewalk. Stop box shall not be located with sidewalk or driveway paving unless approved by the Engineer. G. The Contractor shall make a clean cut on the existing service line and connect the new service line at the location as directed by the Engineer. H. The Contractor shall be responsible for visual inspection of all water service materials used on the project. If water pressure is available or will be available within 24 hours of make the new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. 3.11 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as -built' drawings must be on file in the Water Division off i ce prior to using the water supply. C. If requested by the City, the contractor will work with the Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions a n d pressure and flow variations on the water distribution system and existing customers. 3.12 DISINFECTION FOR POTABLE WATER SYSTEMS: A. General N Q 1. Upon completion of a newly installed water main or when repairs town exismg water system are made, the main shall be disinfected according to instructions lisikjp ARI/Am C651 and the following specifications. t1, B. Special Disinfection Requirements r Z 1. Exercise cleanliness during construction. Protect pipe interiors, fittAF ant valves against contamination. 2. Water main 16 -inch and larger in diameter must be swabbed with a soft pig prior to flushing if flow in the system is not adequate to maintain scouring velocity (2 fps) during flushing. 3. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. 4. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than SP -126043 Page 16 of 22 25 mg/L chlorine throughout the length of main. 5. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than Y. of the main diameter. For 6 -inch through 12 -inch water mains, a single 2'/r inch fire hydrant opening is adequate. Water entering stone sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). CD6. Collect a bacterial sample from the end of each line or 800-1,000 feet and deliver the sample � `,to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days ,zSTor the results. If the bacterial sample shows the absence of coliform organisms, the UJ c 'hydrostatic test may proceed. ko u �- . Gi -Tabic M thod of Chlorine Application LL- G' ' Ise ANSI/AWWA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than not less than '/. of the main diameter. For 6 - inch through 12 -inch water mains, a single 2'/cinch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. 3.13 TESTING: A. General All Water main testing shall be completed within a 4 -day window. This means that testing will need to commence on a Monday or Tuesday in order to complete all of the items as required. Depending upon the Hygienic Lab schedule, Wednesday is possible if everything proceeds in a timely manner. If the schedule as outlined above causes excessive delays in project progress, testing may commence Thursday or Friday with approval of the Engineer. 2. Utilize only the specified amount of granular chlorine to disinfect the main. B. Filling the water main: Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish. The line shall be filled until a trickle of water is discharged from the hydrant. Monitor and control the released water to minimize damage. C. Bacterial Tests: E. SP -126043 Page 21 of 22 No sooner than 24 hours and no later than 48 hours after filling the main, the first bacterial test should be taken. 2. Bacterial tests shall be taken at all locations as determined by the Project Engineer. Tests will be taken after water has been flushed to normal residual levels. Contractor shall be responsible for dechlorinating all discharged water. The Iowa City Water Division is available for professional guidance if the contractor is not experienced in current dechlorination procedures. 3. Within 24 hours a second bacterial test must be taken for each of the initial tests taken. Verbal or written verification form the University of Iowa Hygienic Lab must be provided for the entire initial series of tests prior to the commencement of second series of tests. Verification must be provided for all bacteria tests prior to pressure testing. This verification may be in the form of a call, email, or fax from the Hygienic Lab. D. Pressure and Leakage Tests: Pressure testing shall be performed on all newly installed water mains. Tests shall be for 2 hours at 150 psi. Pressurize the line no greater than 155 psi. A gauge owned the Cityof Iowa City must be placed on the line in addition to the contractor's gauge. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. The Project Engineer will give notice to the Iowa City Water Division to locate the water main via all of the tracer wire boxes installed by the contractor. Wire boxes must be fully installed and placed in their final locations before locates shall be performed. The main must trace as it will when it is placed in service. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for 2 hours with no additional pumping means the water main has failed to pass the test. o 0 7. If the water main fails the pressure and leakage test, locate, uncover, andr ogpplaceefective pipe, fitting or joints. Conduct additional tests and repairs until water main F s the test _ n r rnt-t 8. Once the newly constructed water main passes the pressure and leak test ese bed dtSdve, the Contractor shall perform final flushing. At this time, as-builts, hard copies of— aCt rial t S�1 and a completed material list (certified by the Contractor) must be provided t o th2ojeEngineer. The materials list form may be found at the end of this document. o 9. Upon the completion of final flushing, the Project Engineer shall notify the Iowa City Water Division that the water main has successfully passed all testing and tapping permits may be issued. Prior to final acceptance of the project, all outstanding water main punch list items (plumbing valve boxes, setting final box elevations, turning hydrants, etc.) shall be completed. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. SP -126043 Page 18 of 22 F. Hydrant Operations: After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. after hydrant has been flushed, close it and check for drainage. This is done by placing the hand over Lthe nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. t V}2ebee nozzle cap, then open hydrant again and inspect all joints for leaks. UJ v� G. _3ow -Wst: >_ E LL o 1. c-) &Flow tests shall be conducted to verify all components of the water system are fully open and m operational and to determine the fire flow capacity. N 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test shall be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. PART 4 — METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 — Water main A. Payment by the lineal foot of pipe laid in the trench as measured for each diameter, type, and class in the Bid Schedule. The Contractor will be paid the contract unit price per lineal foot of each size of water main pipe installed. Deductions will be made from the measured length for valves and other appurtenances. The unit prices as bid shall include the furnishing of all labor, equipment and materials necessary to install the water main in accordance with the contract documents. This price also includes MJ glands, gaskets, nitrile gaskets, bolts, polyethylene wrap and the installation of these items. This work shall include all excavation, installing and joining of pipe and fittings, removal and disposal of water, backfilling, sheeting, shoring, disposal of excess excavated material, protection of existing structures and utilities, clean-up and all other operations unless specifically covered by other pay -items specified under this contract. 4.2 —Water main, Trenchless A. Payment by the lineal foot of pipe installed by trenchless methods as called out on the plans for each diameter, type, and class in the bid schedule. The Contractor will be paid the contract unit price per lineal foot of each size of water main pipe installed. The unit prices as bid shall include the furnishing of all labor, equipment and materials necessary to install the water main by trenchless methods in accordance with the contract documents. This item shall include all necessary piping (restrained joint), fittings, tracer wire, excavation (bore pits), dewatering, sheeting and shoring, disposal of excess excavated materials, protection of existing features (structures, utilities & vegetation), clean-up and all other operations unless specifically covered by other pay items specified under this contract. 4.3 —Water main, Trenchless W/ Casing Pipe A. Payment by lineal foot of pipe installed by trenchless methods (w/ casing pipe) as called out on the plans for each diameter, type, and class in the bid schedule. The Contractor will be paid the contract unit price per lineal foot of each water main pipe installed. The unit price as bid shall include the furnishing of all labor, equipment and materials necessary to install the water main by trenchless methods (w/ casing pipe) in accordance with the contract documents. This item shall include carrier pipe (restrained joint), casing pipe, skids, bands, excavation SP -126043 Page 21 of 22 (bore pits), dewatering, sheeting and shoring, disposal of excess excavated materials, protection of existing features, clean-up and all other operations unless specifically covered by other pay items specified under this contract. 4.2 - Fittings A. Each fitting will be measured by the pound. The Contractor will be paid the unit price per pound of fitting. Weight of a fitting is defined by the specified body weight of the AWWA C153 fitting or manufacturers equivalent standard. Gaskets, gland rings and bolts are not included in the weight and are considered incidental to the fitting. For fittings that are not available in AWWA C153 compact size, then weight will be determined by weight of AWWA C110 fitting. Mainline line tee(s) to the hydrants, including the piping from the tee to the hydrant, are to be considered incidental to the hydrant assemblies. This shall be considered full payment for materials, equipment, excavation, installation and all associated work. 4.3 - Special Fittings and Couplings A. Includes couplings, cutting -in sleeves, retainer glands, anchoring pipe and couplings, repair sleeves and clamps, etc. Includes accessories and installation for special fittings and couplings. Payment shall be considered incidental to the installation of the water main pipe. 4.5 -Valves A. Each valve will be measured as a single unit. The contractor will be paid the contract unit price for each valve installed. This shall be considered full payment for equipment, excavation, installation and materials including concrete blocking, crushed stone, bolts, gland rings, gaskets, valve box and lid, and extension if required. 4.6 -Hydrant Assemblies A. Each hydrant assembly will be measured as a single unit. The contractor will be paid the contract unit price f o r each hydrant assembly installed. This shall be considered full payment for equipment, excavation, installation and materials including hydrant, isolation valve, mainline tee and piping from the main to the hydrant. 4.7 -Thrust Restraint A. Concrete thrust blocking and other restraint accessories including threaded rods, nuts, eyebolts and m e c h a n i c a l joints shall be considered incidental to the installation of water main. 4.8 -Disinfection and Hydrostatic Testing A. Disinfection and hydrostatic testing water mains will not be paid for separately but shall be considered incidental to the water main installation. Includes furnishing all materials, labor and equipment to disinfect the water main and re -disinfect if required, and perform hydrostatic testing of the completed water main system; including corporation stops, copper tubing, hoses, pumps, gauges and other equipment required Ir disinfection and hydrostatic testing. Also included are hoses, piping and accessories necessary to cop ud tchloppated water to a proper disposal point. -ac> C-3 i 4.9 -Tracer Wire rn A. Tracer wire shall be considered incidental to the installation of water main pipe andfit n rn S 4.10 -Polyethylene Wrap =,-"r `•D A. Polyethylene wrap shall be considered incidental to the installation of pipe, fittings, valves, and5drants. 4.11 -Services A. Water services shall be measured and paid on a count basis for each type and size as set forth in the Contract Documents. Payment for this item shall be considered full compensation for furnishing all tools, equipment, labor and materials (including all required piping, hardware and fittings - corporations, curb stop & box and tapping saddles) necessary for the installation and reconnection of water service in accordance with the contract documents. 4.12 -Removal of Existing Water main A. Payment by the lineal foot of existing water main removed as measured. The contractor will be paid the contract unit price per lineal foot of water main pipe removed. The unit price as bid shall include the furnishing of all labor, SP -126043 Page 20 of 22 equipment and materials necessary to remove the pipe in accordance with the contract documents. This work shall include all cutting, removal and disposal of pipe, excavation, plugging, backfill, sheeting and shoring, disposal of excess excavated material, protection of existing structures and utilities, clean-up and all other operations unless specifically covered by other pay -items specified under this contract. PART 5 — ACCEPTED PRODUCTS FOR WATER DISTRIBUTION MATERIALS WATER PIPE: (Ductile) ANSI/AWWA—A21.51/C151 American, Clow, Griffin, McWane, and US Pipe, or approved equal. Class 52 for direct burypiping unless otherwise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe. WATER PIPE: ( PVC) (Class 150) —C900 C900 thickrks class DR18 (6 -inch thru 10 -inch) FITILWGS: /cnuc,' fron Standard) ANSI/AWWA — A21.10/C110, 3 -inch to 24 -inch - 350 psi (Du Mlronom0rct)AWWAC153,350psi Clow2iler/61niort Pipe, Sigma, or approved equal. MECWNIC/6J(I&T-RESTRAINT DEVICE: (Megalug —with NSS Cor -Blue Nuts and Bolts) Ebaa``ro''n Saps Inc.=1100 series for ductileiron r 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS (With Stainless Steel Nuts & Bolts): Smith -Blair -261, Ford FS1, RomacSS1 or approved equal VALVES: (Butterfly) ANSI/AWWA C504, Class 150B Clow, Pratt, Mueller, Kennedy, M & H, DeZurik, Val -Matic, or approved equal HYDRANTS (4 Yz-inch for 12 -inch and under) (5'/4 -inch for 16 -inch and above) AWWAC502 Clow F-2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING (with Stainless Steel Nuts & Bolts): Standard solid black sleeve — Tyler/Union 5-1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441, Romac Style 501 or approved equal TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter, WaterPro, Utility Equipment or approved equal - Valvco —95E —2 M/ inch ID with lockable cast-iron lid — minimum 18 -inch long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: For Direct Bury: No. 12 AWG single solid copper conductor, 30 mil LLDPE insulation, blue in color For Directional Bury: No. 12 AWG copper -clad stainless steel core, 45 mil LLDPE insulation, blue in color Kris Tech, Copperhead or approved equal GROUND ROD: SP -126043 Page 21 of 22 3/8 -inch diameter, 60 -inch steel diameter steel rod uniformly coated with metallically bonded electrolytic copper GROUND ROD CLAMP: High strength, corrosion -resistant copper alloy I N Q O �n O n� { rn v rn o 10 P - 'D SP -126043 Page 22 of 22 CITY OF IOWA CITY CITY PROJECT -WATER MATERIALS LIST PROJECT c a NAME: a, r YEAR:0 s MG W _.1 •n v � PIPE (Bvetile).ANOMMA—A21.51/C151 AccepteUipes: Ain ricin; blow, Griffin, McWane, and US Pipe Make:_ - Last Updated: February 17, 2014 INSPECTOR: Year: PIPE (PVC) Class 150—C900 Accepted Types: C900 thickness class DR18 (6 -inch -10 -inch) Make: Model: Year: FITTINGS (Ductile Iron Standard) ANSI/AWWA — A21.10/C110, 3-inch-24-inch(350psi) Accepted Types: Ductile Iron Compact AWWA C153 350psi, Clow, Tyler/Union, US Pipe, Sigma Make: Model: Year: MECHANICAL JOINT RESTRAINTS (Megalug with Blue Bolts) Accepted Types: 1100series—ductile, 2000 PVfor PVC Make: Model: Year: VALVES (Butterfly) ANSI/AWWA C504, Class 150B Accepted Types: Clow, Pratt, Mueller, Kennedy, M&H, De2urik or Val -Matic Ma Model: Year: HYDRANTS (4.5 -inches for<=12-inch DIP; 5.25 -inches for>=16-inch DIP)AWWA C502 Accepted Types: Clow F2545 Medallion, Mueller Super Centurion 250 Year: SLEEVETYPE COUPLINGS (with stainless nutsand bolts) Accepted Types:Standa rd solid black(Tyler/Union 5-1442, Griff in), Bolted Straightwith SS n utsa nd bolts (Smith/Blair441or Romac501) Make: Model: Year: TRACER WIRE BOXES Accepted Types: US Filter, WaterProor Utility Equipment: Valvco95E, 21/2 -inch with lockablecastiron lid minimum 18 -inch long telescoping Make: TRACER WIRE & CONNECTORS Accepted Types: For Direct Bury: #12 AWG single solid copperconductor, 30 mil LLDPE insulation, blue in color For Directional Bury: #12 AWG copperclad stainlesssteel core, 45 mil LLDPE insulation, blue in color Kris Tech, Copperhead or approved equal ** Connectors for wire must be DB Plus TwisterType (with weatherproof gel) Make: Color: OTHER NOTES: CONTRACTOR COMPANY: CONTRACTOR SIGNATURE: SP -126043 Page 22 of 22 DATE: N O_ J r, 'ern a r w SHIVEHATTERY FILED Burlington and Clinton Street Intersection Improvements Opinion of Probable Construction Costs Quantities- Revised October 12, 2017 2GP OCT 16 AM 9: 39 ITEM NO. ITEM UNIT UNIT PQ I ,"F natant- TOTAL PRICE 1 MOBILIZATION LS $ 4 0 1 0$ 45,000.00 2 CONSTRUCTION SURVEYS LS $ 12,000.00 1 0 $ 12,000.00 3 TRENCH COMPACTION TESTING LS S 1,500.00 1 0 $ 1,500.00 4 SUBGRADEAND SUBBASE COMPACTION TESTING LS $ 1,500.00 1 0 $ 1500.00 5 CONCRETE MATURITY TESTING FOR PCC PAVEMENT LS $ 2,500.00 1 0 $ 2,500.00 6 TRAFFIC CONTROL LS $ 25,000.00 1 0 $ 25,000.00 7 FLAGGERS EA $ 350.00 5 0 $ 1,750.00 8 MOBILIZATIONS, EROSION CONTROL EA $ 500.00 5 0 $ 2,500.00 9 FILTER SOCKS LF $ 4.50 1 387 0 $ 1,740.83 10 FILTER SOCKS AT STORM SEWER STRUCTURES EA $ 110.00 8 0 $ 880.00 11 REMOVAL OF TREE EA $ 450.00 2 4 S 2,700.00 12 REMOVAL OF EXISTING PAVEMENTS, DRIVEWAYS, CURB, AND GUTTE BY $ 6.00 583 1,026 S 9,654.00 13 REMOVAL OF EXISTING SIDEWALK SY $ 6.00 439 681 S 6,720.00 14 REMOVAL OF STORM SEWER STRUCTURES EA $ 750.00 4 2 $ 4,500.00 15 REMOVAL OF STORM SEWER STRUCTURES, TOP ONLY EA $ 500.00 2 0 $ 1,000.00 16 REMOVAL OF STORM SEWER AND CULVERT PIPE LF $ 15.00 16 22 $ 570.00 17 ABANDONMENT OF EXISTING WATER MAIN LS $ 1,500.00 1 0 $ 1,500.00 18 REMOVAL OF FIRE HYDRANT EA $ 700.00 2 2 $ 2.800.00 19 REMOVAL OF VALVES EA $ 300.00 5 0 $ 1,500.00 20 REMOVAL OF EXISTING WATER MAIN LF $ 2000. 194 0 $ 3,880.00 21 REMOVAL OF EXISTING PAVEMENT MARKINGS LS $ 7,000.00 1 0 $ 7,000.00 22 REMOVAL OF EXISTING TRAFFIC SIGNS EA $ 100.00 5 01$ 500.00 23 REMOVAL OF PARKING METERS EA $ 150.00 5 4 $ 1,350.00 24 REMOVAL OF TRAFFIC SIGNAL LS S 10,000.00 1 0 $ 10,000.00 25 REMOVAL OF LIGHT POLE EA $ 750.00 0 2 $ 1,500.00 26 MODIFIED SUBBASE, 6" BY $ 15.00 688 1,201 $ 28,335.00 27 STORM SEWER MAIN, RCP, 12" LF $ 60.00 22 6 $ 1,680.00 28 STORM SEWER MAIN, DIP, 12" LF $ 80.00 0 13 $ 1,040.00 29 STORM SEWER INTAKE, SW -507 EA $ 3,800.00 1 0 $ 3,800.00 30 STORM SEWER INTAKE, SW -507 TOP ONLY EA $ 2,800.00 2 0 $ 5,600.00 31 STORM SEWER INTAKE, SW -510 EA $ 4,700.00 1 1 1 $ 9,400.00 32 CONNECTION TO EXISTING STORM SEWER STRUCTURES EA $ 1,500.00 0 1 $ 1,500.00 33 WATER MAIN. TRENCHED OR TRENCHLESS, RJ HDD, 12" LF $ 275.00 75 1 0 $ 20,625.00 34 WATER MAIN, TRENCHLESS, RJ HDD, 12" LF S 275.00 109 0 S 29,975.00 35 WATER MAIN. TRENCHED, RJ DIP, 12" LF $ 225.00 437 0 If 98,325.00 36 WATER MAIN, TRENCHED, RJ DIP, e" LF $ 175.00 37 0 $ 6,475.00 37 WATER MAIN, TRENCHED, RJ DIP, 6" LF $ 165.00 32 0 $ 5,280.00 38 FURNISH AND INSTALL VALVE AND BOX EA $ 2,300.00 17 0 $ 39,100.00 39 FITTINGS FOR WATER DISTRIBUTION SYSTEMS LBS $ 9.50 2,790 0 $ 26,505.00 40 WATER SERVICES RECONNECTION EA $ 3,000.00 4 0 $ 12,000.00 41 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY EA $ 4,900.00 2 2 $ 19,600.00 42 VALVE BOX ADJUSTMENT EA $ 750.00 1 0 $ 750.00 43 PCC PAVEMENT, CLASS C, 8" SY $ 50.00 69 0 $ 3.450.00 44 PCC PAVEMENT. CLASS C. 9" SY $ 60.00 1 388 1,201 $ 95 340.00 46 PCC SIDEWALK, 6" SY $ 50.00 257 358 $ 30,750.00 47 PCC SIDEWALK RAMP SY $ 65.00 61 1 85 $ 9,490.00 48 DETECTABLE WARNINGS SF $ 35.00 52 110 $ 5,670.00 49 HMA OVERLAY, 112" PG 58-285, 3" BY It 90.00 69 0 $ 6.210.00 50 PAVEMENT MARKINGS, DURABLE STA $ 35.00 441 24 $ 16,275.00 51 PAVEMENT SYMBOLS, DURABLE EA $ 200.00 53 10 $ 12,600.00 521111`11011TED TOPSOIL CY $ 35.00 146 0 $ 5,110.00 53DECORATIVE BRICK PAVERS SY $ 75.00 115 0 $ 8,625.00 54 SODDING So $ 40.00 637 0 $ 25,480.00 55 STREET LIGHTS EA S 5,000.00 0 1 $ 5,000.00 56 TRAFFIC SIGNAL, PER PLAN LS $275,000.00 0.5 0.5 $ 275.000.00 57 1 PERMANENT TRAFFIC SIGNS, WITH POSTS, PER PLAN EA S 220.00 38 41$ 9,240.00 CONSTRUCTION SUBTOTAL CONTINGENCY (10%) MAXIMUM TSIP FUNDS AVAILABLE CITY SHARE OF TSIP ELEGIBLE WORK CONSTRUCTION TOTAL $669,000 $299,000 $968,000 $66,900 $29,900 $96,800 $200,000 $128,900 $864,800 $200,000 $1,064,800 'The Architect/Engineer, as a design professional familiar with the construction industry, has prepared this opinion of the Probable Cost of Construction. It is recognized, however, that neither the Architect/Engineer nor the Owner has control over the cost of labor, materials, or equipment, over the Contractor's method of determining bid prices, or over competitive bidding, market, or negotiating conditions. Accordingly, the ArohitecUEngineer cannot and does not warrant or represent which bids or negotiated prices 411 not vary from the Probable Cost of Construction. SHIVEHATTC-RY A R, Li I" F C T J R r+ c h i Transmittal PROJECT: IC -Burlington-Clinton Intersection Impr DATE: 10/12/2017 SUBJECT: Burlington Clinton Intersection Improvements - Issued for Bid Documents VIA: Hand Delivery PURPOSE: For Bid TO: COMPANY/ADDRESS PHONE Danielle Cavanary City of Iowa City, IA 319.364.0227x2269 Jason Reichert 410 E Washington Street 319.356.5416 jason-reichart@iowa-city.org Iowa City, IA 52240 FROM: COMPANY/ADDRESS PHONE Danielle Cavanary Shive-Hattery, Inc. 319.364.0227x2269 dcavanary@chive-hattery.com 1 REMARKS: Jason, Attached you will find the following documents as requested: • One (1) Issued for Bid Plan Set (certified) • Three (3) Issued for Bid Plan Set Cover Sheets (certified) • One (1) Issued for Bid Project Manual (certified) • Two (2) Issued for Bid Project Manual Cover Sheets (certified) • One (1) Opinion of Probable Construction Costs • One (1) DNR Water Supply Construction Permit Application (signed) Thank you, Danielle Cavan" , DESCRIPTION OF CONTENTS CITY DATED TITLE NOTES 1 10/12/2017 1121150_Cost Opinion.pdf 1 10/12/2017 1121150_Plans.pdf 1 10/12/2017 1121150—Special Provisions.pdf 1 10/12/2017 1121150 DNR Water Permit Application.pdf COPIES: Bryan Benjamin Shive-Hattery, Inc. Barrett Hubbard Shive-Hattery, Inc. Project H 1121150 Shive-Hattery 12839 Northgafe Dri,e I Iuv, a' ,( A '.- 2249 1 1 i . f0.t ' 111a . , -F Transmittal DATE: 10/12/2017 When electronic files are a part of this transmittal, upon opening the electronic file, the rec�ren �re Me-Hattery's Terms and Conditions For Use. A copy can be found at: http://w .shive-hattery.com/pdf/EFT-TarmllAnd it �( In the event that the recipient does not have internet access or the link is not available, please contact the sender for a copy. 2917 OCT 16 AM 9: 39 CITY CLERK 10dA CITY,10�1,A Project # 1121150 SH IVC-FIATTCRY ♦ I C H I T E C r U Y F f E N G IN E F P ING CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION heC� LU °? —j -7 ae V a. LL'¢ O V" 1. 1-0 N PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS CITY OF IOWA CITY, IOWA PROJECT NUMBER CS -TSF -3715(657)--85-52 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed \\`���Q�pFESSIOjj/// Professional Engineer under the laws of the State of Iowa. m o BARREtt ° — 4-13-2017 HUBBARU Barrett Hubbard, P.E. Date 23274 — Iowa Reg. No. 23274 My license renewal date is December 31, 2017 `'"nnnninuaa� Pages or sheets covered by this seal: ALL 0 'RAPIDS EPRODUCTIONS, Inc. r >UI; Pk . Tri&AeA Date: April 13, 2017 To: City of Iowa City City Clerk 410 E Washington Street Iowa City, IA 5224 Letter of Transmittal From: Jill Chambers, Branch Manager Rapids Reproductions 415 Highland Ave Ste 100 Iowa City, IA 52240 319-354-5950 iitic@rapidsrepro.com Job: Plans and Specifications for the Burlington Street Intersection Improvements transferred on behalf of Carla Hilton with Shive-Hattery Architecture E Engineering 1 set of drawings and specifications CITYOFIC-CITYCLER 2017 RPR 13 PM:2 Received by Date Received SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ........................ NOTE TO BIDDERS .... FORM OF PROPOSAL ....................... A. R : QN0N FORM OF AGREEMENT .......................................... PERFORMANCE AND PAYMENT BOND ................ CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS).... WAGE THEFT POLICY .......... ........................... ..... - Page Number .......... -........... . ......... ...... ........ .... AF -1 ......... NBA ................................................. FP -1 ................................................ - AGA .... ................ ......................... ..... PB -1 ............ ........................................ CC -1 - .... - ...................... ................. WT -1 GENERALCONDITIONS... ............. __ ...... ............................................................................... GC -1 SUPPLEMENTARY CONDITIONS... .................................. ..................................................... SC -1 BIDDER STATUS FORM.. ............. ............ ......................... .................................................... BF -1 TARGETED SMALL BUSINESS PROVISIONS .......................... .................................. TS -1 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 02100 Site Preparation ............................... ............. -...................... ............ 02100-1 CITYLIFIC-CITYPI PP"' Section 01010 Summary of the Work.......................................................... �?%17.110'✓0 1`: 22 Section 01015 Alternates......................................................................................... 01015-1 Section 01025 Measurement and Payment............................................................. 01025-1 Section 01310 Progress and Schedules ........... -..... -.............................................. 01310-1 Section 01570 Traffic Control and Construction Facilities ........................................ 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments .................................... 02050-1 Section 02100 Site Preparation ............................... ............. -...................... ............ 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ...................................... 02220-1 Section 02270 Slope Protection and Erosion Control .............................................. 02270-1 Section 02510 Asphalt Cement Concrete Paving .................................................... 02510-1 Section 02520 Portland Cement Concrete Paving ................................................... 02520-1 Section 02524 Curb Ramps..................................................................................... 02524-1 Section 02660 Water Distribution............................................................................. 02660-1 Section 02670 Adjustment and Removal of Monitoring Wells .................................. 02670-1 Section 02700 Sewers............................................................................................. 02700-1 Section 02750 Jacked Crossings............................................................................. 02750-1 Section 02800 Traffic Signalization............................................................. 02800-1 Section 02900 Landscaping.................................................................................... 02900-1 N b NOTICE TO BIDDERS BURLINGTON CLINTON STREET INTERSECTION PROJECT Seated proposals will be received by the City Clerk of the City of loika City, Iowa, until 2:00 P.M. on the 2'a day of June, 2017. Sealed proposals will be open immediately thereafter. Bids submitted by fax machine shall not be deemed a "sea bid" for purposes of this Project. Proposals received after this deadline will be retur d to the bidder unopened. Proposals A be acted upon by the City Council at a mee ' g to be held in the Emma J. Harvat Hall at00 P.M. on the 6th day of June, 2017, or special meeting called for that purpose. The Project will inv ve the following: Replacement of wa r main along Clinton Street etween Court Street and Burlington Street. Replacer of traffic signal at the inter ction of Clinton Street and Burlington Street. ADA and side all improvements betw n along Clinton Street between Court Street and Burlington Str I. Replacing concret anels and adding right and left turn lanes to Clinton Street at the int section with Burling n Street. All work is to be done in strkt compliance #h the plans and specifications prepared by Shive-Hattery, of Iowa City, to which havfi heretofore been approved by the City Council, and are on file for public examin tion in thV Office of the City Clerk. Each proposal shall be completed n a rm furnished by the City and must be submitted in a sealed envelope. Ir addition, a s p rate sealed envelope shall be submitted containing a completed Bidder StatusForm an,'a bid bond executed by a corporation authorized to contract as a surety in the State of to in the sum of 10% of the bid. The bid security shall be made payable to the TREASU R THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in t e even the successful bidder fails to enter into a contract within ten (10) calendar days of he City ouncil's award of the contract and post bond satisfactory to the City ensuring a faithful p rformance of the contract and maintenance of said Project, if required, purs nt to the pro sions of this notice and the other contract documents. The City shall r ain the bid secu ',iy furnished by the successful bidder until the approved contract form has been execute , a bond has been filed by the bidder guaranteeing the perform ce of the contract, d the contract and bond have been approved by the City. T City shall promptly re rn the checks or bidders bonds of unsuccessful bidders to bidders as soon as the su essful bidder is determined or within thirty days, whichever is ooner. The successful bidder ill be required to furnish a bond in n amount equal to one hundred percent (100%) of t e contract price, said bond to be i ued by a respvrts'ble spray r FPK approved by the Ci ,and shall guarantee the prompt pay nt of all materiartd talx>la3 Fw4:22 and also protect a save harmless the City from all claims an amages of any kind caused directly or indire ly by the operation of the contract, and hall also guarantee the maintenance of the improvement for a period of FIVE (5) yr(s) from and after its completion and ormal acceptance by the City Council. A non-mandory Pre -Bid Meeting will be held on May 18, 2017' at 2:00 p.m. in the Engineering Conference Room (Iowa City City Hall, 410 East Washington Street, Iowa City, Iowa 52240) to discuss bid alternates. AF -1 The following limitations shall apply to this Project: Working Days: _75 Specified Start Date_: July 10, 2017 Liquidated Damages: $_500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of propo I blanks may be secured at Rapids Reproductions, 415 Highland Ave Ste 100, Iowa Ci , Iowa, by bona fide bidders. A $30 fee is required for each set of plans and specifications provide to bidders or other intere ed persons. The fee shall be made payable to Rapids Repr uctions. The fee is refunda le if returned within 10 days of award of the project by Ci Council in re -usable condition. Prospective ders are advised that the City of Iowa City sires to employ minority contractors and ubcontractors on City projects. A listing of Minority contractors can be obtained from the wa Department of Inspections and Appe Is at (515) 281-5796 and the Iowa Department of ansportation Contracts Office at (51 239-1422. Bidders shall list on the of Proposal the names of rsons, firms, companies or other parties with whom the bidd intends to subcontract. T is list shall include the type of work and approximate subcontract ount(s). The Contractor awarded the contact shall proposed subcontractors, together w4b, qua By virtue of statutory authority, preferenc# and coal produced within the State of Iowa, required under Iowa Statutes. The Iowa r to this Project. The City reserves the right to reject any of all technicalities and irregularities. list on the Form of Agreement of the I prices and extended dollar amounts. ebe given to products and provisions grown to Iowa domestic labor, to the extent lawfully Rcal resident bidder preference law applies Posted upon order of the City Councj of Iowa City, Iowa. GUIDRY , CITY r'l�a also reserves the right to waive NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one rnicipal reference. Award of the bid or use of specific subcontractors may be denied if fficient favorable references are not verified or may be denied based on past experience n projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include t name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of F Bidder Status Form NB -1 P-16 VQF10-CJTV�G,-`I_t_„a,`• 2017 APR 13 FORM OF PROPOSAL BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME QQF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM RE CONTAINED WITi4N THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits , in accordance with The undersigned bidder, having exa fined and termined the scope of the Contract Documents, hereby proposes to provide the quired labor, s i---in es, materials and equipment and to perform the Project as described int Contract Docume including Addenda and and to do all ork at the prices set fort erein. We further propose to do 'Extra Work" which may be regNd to complete the work contemplated, at unit prices or luo sums to be agreed upon in writing pri r to starting such work. BID UNIT PRICE BID �r Gn1 DESCRIPTION rn UNIT A EXTENSION 1. MOBILIZATION 1 LS W $ bid security in the amount of set forth in the "Project Specifications." The undersigned bidder, having exa fined and termined the scope of the Contract Documents, hereby proposes to provide the quired labor, s i---in es, materials and equipment and to perform the Project as described int Contract Docume including Addenda and and to do all ork at the prices set fort erein. We further propose to do 'Extra Work" which may be regNd to complete the work contemplated, at unit prices or luo sums to be agreed upon in writing pri r to starting such work. BID UNIT PRICE BID ITEM NO DESCRIPTION CITY UNIT (numbers) EXTENSION 1. MOBILIZATION 1 LS $ $ 2. CONSTRUCTION SURVEYS 1 LS $ $ 3. TRENCH COMPACTION TESTING 1 LS $ $ SUBGRADE AND SUBBASE 4. COMPACTION TESTING 1 LS $ $ CONCRETE MATURITY TESTING 5. FOR PCC PAVEMENT 1 LS $ $ 6. TRAFFIC CONTROL 1 LS $ $ 7. FLAGGERS 5 EA $ $ MOBILIZATIONS, EROSION 8. CONTROL 5 EA $ $ 9. FILTER SOCKS 387 LF $ $ FILTER SOCKS AT STORM 10. SEWER STRUCTURES 8 EA $ $ FP -1 11. REMOVAL OF TREE 6 EA $ $ REMOVAL OF EXISTING PAVEMENTS, DRIVEWAYS, 12. CURB, AND GUTTER 1609 SY $ $ REMOVAL OF EXISTING 13. SIDEWALK 1087 SY $ $ REMOVAL OF STORM SEWER 14. STRUCTURES 6 EA $ $ REMOVAL OF STORM SEWER 15. STRUCTURES, TOP ONLY 2 EA $ $ REMOVAL OF STORM SEWER 16. AND CULVERT PIPE 38 LF $ $ ABANDONMENT OF EXISTING 17. WATER MAIN 1 LS $ $ 18. REMOVAL OF FIRE HYDRANT 4 EA $ $ 19. REMOVAL OF VAL 5 EA $ $ REMOVAL OF EXISTING TER 20. MAIN 193 LF $ $ REMOVAL OF EXISTING 21. PAVEMENT MARKINGS LS $ REMOVAL OF EXISTING TRAFFIC 22. SIGNS 5 $ $ 23. REMOVAL OF PARKING METERS 9 EA $ 24. REMOVAL OF TRAFFIC SIGNAL 1 LS $ $ 25. REMOVAL OF LIGHT POLE EA $ $ 26. MODIFIED SUBBASE, 6" 1889 SY $ $ 27. STORM SEWER MAIN, RCP, 12" 28 LF $ $ 28. STORM SEWER MAIN, DIP, 12" 13 LF $ $ 29. STORM SEWER INTAKE, S 07 1 EA $ STORM SEWER INTAKE, S -507 30. c TOP ONLY 2 EA $ $ STORM SEWER INTAKE, W-510 2 EA $ $ �31. �ONDIEGTION TO EXIS ING W2. STOR4:SEWER STRU TURES 1 EA $ $ TLTCR(MTE BID WAT R MAIN, 3. yIREaj. LESS, RJ HDp, 12' 75 LF $ $ ;&TIiRkATE BID WATER MAIN, 34. ffRENCktD, RJ DIP, 12" 75 LF $ $ 9ATER MAIN, TRENCHED, RJ 35. DIP, 12" 543 LF $ $ WATER MAIN, TRENCHED, RJ 36. DIP, 8" 36 LF $ $ WATER MAIN, TRENCHED, RJ 37. DIP, 6" 31 LF $ $ FURNISH AND INSTALL VALVE 38. AND BOX 17 EA $ $ FITTINGS FOR WATER 39. DISTRIBUTION SYSTEMS 2790 LBS $ $ WATER SERVICES 40. RECONNECTION 4 EA $ $ FP -2 FORM OF PROPOSAL N CLINTON STREET INTERSECTION IM PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT LkSE THE FORM OF PROPOSAL INCLUDEDA THE BOUND VOLUME OF THE SPECIFIC TIONS. SEPARATE COPIES OF THIS ORM ARE CONTAINED WITHIN THE BACK VER OF THIS DOCUMENT. Name of Bidder \ Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St Iowa City, IA 52240 The undersigned bidder submitsA herewith bid security in the amount of in accordance vAh e terms set forth in the "Project Specifications. The undersigned bidder, havingxamine and determined the scrape of the Contract Documents, hereby proposes to provide a required bor, services, materials and equipment and to perform the Project as described iyf the Contract I ocuments, including Addenda and and to do II work at the pric set forth herein. We further propose to do/all "Extra Work" which contemplated, at unit prices or lu p sums to be agreed ul BID ITEM NO QTY UNIT 1. ATIO 1 LS 2. RUC ON SURVEYS 1 LS 3. H C IMPACTION TESTING 1 LS A AND SUBBASE 4. /RNIPTION ION TESTING 1 LS TE MATURITY TESTING 5. C PAVEMENT 1 LS 6. C CONTROL 1 LS 7. ERS 5 EA ATIONS, EROSION 8. OL 5 EA 9. FILTER SOCKS 387 LF FILTER SOCKS AT STORM 10. SEWER STRUCTURES 8 EA 101 be required to complete the work writing prior to starting such work. UNIT P CE BID (numb rs) EXTENSION It REMOVAL OF TREE REMOVAL OF EXISTING PAVEMENTS, DRIVEWAYS, 12. CURB, AND GUTTER REMOVAL OF EXISTING 13. SIDEWALK REMOVAL OF STORM SEWER 14. STRUCTURES MOVAL OF STORM SEWER 15. S UCTURES, TOP ONLY REM VAL OF STORM SEWER 16. AND C LVERT PIPE ABAND MENT OF EXISTING 17. WATER M IN 18. REMOVAL OF IRE HYDRANT 19. REMOYAI OF V VES REMOVAL OF EXI TING WATER 20. MAIN REMOVAL OF EXISTI 21. PAVEMENT MARKINGS REMOVAL OF EXISTING FFI( 22. SIGNS 23. REMOVAL OF PARKING METE 24. REMOVAL OF TRAFFIC SIGN L 25. REMOVAL OF LIGHT POLE 26. MODIFIED SUBBASE, 6" 27. STORM SEWER MAIN, R 12" 28. STORM SEWER MAIN, D , 12" 29. STORM SEWER INTAK , SW -507 STORM SEWER INTA SW -507 30. TOP ONLY 31. STORM SEWER INT KE, SW -510 CONNECTION TO [STING 32. STORM SEWERS RUCTURES ALTERNATE BID ATER MAIN, 33. TRENCHLESS, HDD, 12" ALTERNATE BI WATER MAIN, 34. TRENCHED, R DIP, 12" WATER MAIN TRENCHED, RJ 35. DIP, 12" WATER MA , TRENCHED, RJ 38. DIP, 8" WATER I� TRENCHED, RJ 37. DIP, 6" a , FURNI 14 INSTALL VALVE 38. AND B X y FITTING O$2 WATER 39. DISTRIBU?IQq SYSTEMS WATER Sf2kIICES 40. RECONN@rL'�dON u>_yil 1609 SY 1087 SY 6 EA 2 EA 38 ILF 1 / LS EA $ $ 5 EA V4 $ $ 3 LF $ $ 1 LS $ $ 5 EA $ $ 9 EA $ $ 1 LS $ $ $ EA $ $ 18 SY $ $ 28 LF $ $ 13 LF $ $ 1 $ $ 2 EA $ $ 2 EA $ $ 1 EA $ 75 LF $ $ 75 LF $ $ 543 LF 36 LF 31 LF 17 EA $ 2790 LBS $ $ 4 EA $ $ FP -2 FURNISH AND INSTALL FIRE 41. HYDRANT ASSEMBLY 4 42. VALVE BOX ADJUSTMENT 1 SY PCC PAVEMENT, REINFORCED, $ 43. 8" 69 SY PCC PAVEMENT, REINFORCED, $ 44. 9" 1820 45. PCC SIDEWALK, 6" 582 46. PCC SIDEWALK RAMP 145 47. DETECTABLE WARNINGS 162 48. HMA OVERLAY, 3" 69 PAVEMENT MARKINGS, 49. DURABLE 464 50. PAVEMENT SYMBOLS, DURABLE 63 51. IMPORTED TOPSOIL 146 52. DECORATIVE BRICK PAVERS 114 53. SODDING h 636 54. STREET LIGHTS\O 1 55. TRAFFIC SIGNAL, PER PLAN 1 PERMANENT TRAFFICSIGNS, 56. WITH POSTS, PER PLAN`' 42 TOTAL EXTENDED AMOUNT TOTAL EXTENDED AMOUNT FP -3 EA $ $ EA $ $ SY $ $ SY $ $ SY $ $ SY $ $ SF $ $ SY $ $ STA $ $ EA $ CY $ $ SY $ $ LS $ $ EA $ $ NUMBERS N O j W The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Approximate Name Type of Work $ Amount NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. 9 Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -4 M S- � S, _ LL z= et: 9 Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -4 TYPFi'N�-ClTVCL FRr 1?P R13P0:23 FP -3 FURNISH AND INSTALL FIRE 41. HYD TASSEMBLY 4 EA $ $ 42. VALVE B ADJUSTMENT 1 EA $ $ PCC PAVE NT, REINFORCED, 43. 8" 69 SY $ $ PCC PAVEME REINFORCED, 44. 9" 1820 SY $ $ 45. PCC SIDEWALK, 6 582 SY $ $ 46. PCC SIDEWALK RA 145 SY $ $ 47. DETECTABLE WARNI S 162 SF $ $ 48. HMA OVERLAY, 3" 69 SY $ $ PAVEMENT MARKINGS, 49. DURABLE 419 STA $ $ 50. PAVEMENT SYMBOLS, DURA LE 63 EA $ 51. IMPORTED TOPSOIL 146 CY $ $ 52. DECORATIVE BRICK PAVERS 114 SY $ $ 53. SODDING 636 SY $ $ 54. STREET LIGHTS EA $ $ 55. TRAFFIC SIGNAL, PER PLAN 1 LS $ $ PERMANENT TRAFFIC SIGNS, 56. WITH POSTS, PER PLAN 42 EA $ TOTAL EXTENDED AMOUNT $ NUMBERS TOTAL EXTENDED AMOUNT TYPFi'N�-ClTVCL FRr 1?P R13P0:23 FP -3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subject to approval Oy City. Approximate The undersigned bidder certifies that pis proposal is made in good faith, and without collusion or connection with a\stes person r persons bidding on the work. The undersigned biddthat his proposal is made in conformity with the "Contract Documents" and agrees thaev nt of any discrepancies or differences between any conditions of this proposal anract Documents" prepared by the City of Iowa City, the more specific shall prevail. Signature: \ J Printed Name: Title: Address: Phone: Contact: FP -4 , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) We as Principal and Surety further promise and declare that executors, administrators, and successors jointly and sev9t the Principal submission of the accompanying bid, dated CLINTON NOW, (a) INTERSECTION Project. If saK Bid shall be rejected, or in * alternate, said sum as herein provided. shall bind our heirs, This obligation is conditioned on for the BURLINGTON (b) If said B shall be accepted a the Principal shall execute and deliver a contract in the form pecked, and the/Principal shall then fumish a bond for the Principal's faithful perto ance of said roject, and for the payment of all persons performing labor or furnish g materia in connection therewith, and shall in all other respects perform the Proje , as a reed to by the City's acceptance of said Bid, then this obligation shall be void. ty erwise this obligation shall remain in full force and effect, provided that the liability of the Su r any and all claims hereunder shall, in no event, exceed the amount of the obliga/statherein.By virtue of statutity, the full Dunt of this bid bond shall be forfeited to the Owner in the event that the Printo execute th contract and provide the bond, as provided in the Project specifications ord by law. The Surety, f value received, hereby stipu es and agrees that the obligations of said Surety and its bond ali in no way be impaired or affectbQ by any extension of the time within which the Owner may a ept such Bid or may execute such co tract documents, and said Surety does hereby waive no - e of any such time extension. The E/incipal and the Surety hereto execute this bid bond this , A.D., 20_ Witness Witness 11-M day of CITYBF�C-°(5e'�fjil l= f��' Principal '2017 APR n awl 23 By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 13th day of April, 2017, for the BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into thi agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby as rees to perform th Project for the sums listed in its Form of Proposal including the which sums are incorporated 2. This Agreement consists of incorporated herein by a. Addenda Num b. "Standard 2015, Iowa amount of $ , this reference. ng additional component parts which are attached hereto; s for Highway and Bridge Construction," Series of of Transportation, as amended; C. Statewide/Urban Design and Specifications (SUDAS) .$tandard J d. Plans; e. Technical Specifications and Supplementary Conditions; -_n'� a f. Performance and Payment Bond; � w g. Contractor's Completed Bidder Status Form; attached hereto; h. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; AG -1 a Specifications, 2017 Edition, as amended; CD h. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; AG -1 Completed Form of Proposal; and This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): ATTEST: ATTEST: City Clerk AG -2 (Company Official) Approved By: City Attorney's Office C,CD f =' U1 v>7 t— _ a O N City Clerk AG -2 (Company Official) Approved By: City Attorney's Office FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Co tractor"). WHEREAS the ity has prepared certain Plans, Specifications, Prop sal and Contract dated the 20th day of Mar , 2017, for the BURLINGTON CLINTON ST ET INTERSECTION IMPROVEMENTS Project ("P ject'), and WHEREAS, Contractor ubmitted a bid on the Proj t described in said Plans, Specifications, Proposal and Contr ; and WHEREAS, the parties hereto ow wish to enter i this agreement for the construction of said Project NOW, THEREFORE, IT IS AGRE 1. The Contractor hereby agrees t perform the Project for the sums listed in its Form of Proposal including the t at ended amount of $ which sums are incorpor ed herein y this reference. 2. This Agreement cons' is of the folio 'ng additional component parts which are incorporated herei y reference: a. Addend umbers attached hereto; b. "Stan rd Specifications for Highway d Bridge Construction,' Series of 201 , Iowa Department of Transportation, s amended; /e.Performance ans; echnical Specifications and Supplementary C nditions; and Payment Bond; ontractor's Completed Bidder Status Form; attach d hereto; ontractor's Completed Assurance of Contract Comp'ance Program (Antiscrimination Requirements), attached hereto; C -FyJF- Di -SIF"d t" -EP 017 RPP i 3 F ;�'; h. Completed Form of Proposal; and L This Instrument. The above components are deemed complementary and should be read together. In the /_Tt3 event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the Surety, are held and firmly bound unto the City of Iowa City, the Owner, in the amount of bind themselves, their heirs, severally. WHEREAS, Contractor has, as of for the payment administrators, written Agreement with Owner for the B IMPROVEMENTS Project; and WHEREAS, the Agreement requires be completed by Contractor, in accord Shive-Hattery, which Agreement is by refers, hereafter referred to as the Project. / (date) as title of the Surety) as Surety, hereinafter called as obligee, hereinafter called Contractor and Surety hereby irs and assigns, jointly and entered into a CLINTON STREET INTERSECTION n of this Performance and Payment Bond, to witty plans and specifications prepared by made dNpart hereof, and the agreed-upon work is NOW, THEREFORE, THE CONDITIONS OF TS Contractor shall promptly and faithful / perform said Agreem shall be null and void; otherwise it of the Project. A. The Surety hereby waives B. Whenever, Contractor sha remain in full force and of any alteration or OBLIGATION are such that, if then the obligation of this bond fact until satisfactory completion time made by the Owner. be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or CITY0FIC-CITYCLERK 2017 PPR 13 P0:23 Z Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not Im exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of FIVE (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the P ' cipal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall p to all persons, firms or corporations having contracts directly with the Principal, including of Principal's subcontractors, all claims due them for labor performed or materials furnished � he performance of the Agreement for whose benefit this bond is given. The provisions of he/ er 573, Code of Iowa, are a part of this bond to the same extent as if it were ex�Ggssly set out rein. SIGNED AND SEALED THIS /% DAY OF 20 IN THE PRESENCE OF: Witness Witness N 0 O { �Co an on M n w--4 K i C9 bM rrt 9,M (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract ComplicInce Program CI3Y0FIC-ctsYC ERR 2417 RPR 13 W:23 j •�r-art iwr �_ SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so thatall citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, van Krs , and consults requesting to do business with the City must submit an Equal Opportunity Poli Statement afore the execution of the contract. 2. All City contractors, vendXen ltants with contracts of $25,000 or more (or less if required by another governmentust abide by the requirements of the City's Contract Compliance Program. Etracts may be exempt from this provision at the discretion of the City. Regardless the contract, all contractors, vendors, and consultants are subject to the City's Huminance, which is codified at Article 2 of the City Code. 3. Contracting departme s are responsi for assuring. that City contractors, vendors, and consultants are made ware of the City's C tract Compliance Program reporting responsibilities and receive the app priate reporting forms.\anoed of requirements will be included in any request for propos and notice of bids. 4. Prior to execu ' n of the contract, the compled Assurance of Compliance (located on pages C 2 and CC-3)or other required be received and approved by the City. 5. Contra ng departments are responsible foestions about contractor, consultant and vendor compliance during the course of ith he City. CRYOFBC-CMCLERK 6. All contractors, vendors, and consultants must refrain from the use of any si4r�esig8q>lpil$' which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City, City Code section 2-3-1. mgdassftontracicompifance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection fq�training, including apprenticeship. (( 2. The contractor will, in all solicitations or advertisements for employees p194 -ed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. y4246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? ,� A 4. What is the name, telephone number an address of your business' Equal ployment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to di lay, in conspicuous places at the work site, all posters required by federal and state law for the uration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6 How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? mgr\ass8contractwmpliance.doc CC -2 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date mgOasstcontractcompUance.doc CC -3 CITYU IC-CITYCL ERK 2047 APR 13 pm4:23 2. 7 9 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policystatement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, administering and promoting your company's Equal Employmen should have a position in you-Wganization which emphasizes the ii INSTRUCT STAFF Your staff should be aware of and be required to abide by your E All employees authorized to hire, supervise', promote, or disch g, actions should be trained and required to comply with your p ick opportunity laws. RECRUITMENT (a) Let potential employees know you are an equa identifying yourself on all recruitment advertising a (b) Use recruitment sources that are likely to yield dive will only perpetuate the current composition of y¢I annually which reaffirms your commitment toL assistance in helping you reach diverse appiic4nt (c) Analyze and review your company's reouitr discriminatory barriers. '` (d) Select and train persons involved in the ert/ployrr ssign someone the responsibility of Opportunity program. This person portance of the program. I Employment Opportunity program. employees or are involved in such and the current equal employment 5pportunity employer. This can be done by "an equal opportunity employer". -e applicant pools. Word-of-mouth recruitment workftarce. Send recruitment sources a letter I emplo'Wnent opportunity and requests their pools. to identify and eliminate process to L\se objective standards and to support equal employment opportunity gods. (e) Review periodically job descriptions to rake sure they accurately eflect major job functions. Review education and experience requirements to make sure t y accurately reflect the requirements for successful job perfo nce. (f) Review the job application to insure th only job related questions areas d. Ask yourself "is this information necessary to judge an a pl'cant's ability to perform the job a plied for?" Only use job-related tests which do not adver ly affect any particular group of peopl (g) Monitor interviews carefully. Prepa interview questions in advance to assn that they are only job related. Train your interviewe on discrimination laws. Biased and subj tive judgments in r~, personal interviews can be a m r source of discrimination. (h) Improve hiring and selection ocedures and use non -biased promotion, transfer and training 40 policies to increase and/ori rove the diversity of your workforce representation. Companies -00 must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all as { companies should post and otherwise publicize all job promotional opportunities and encourage ia0 all qualified employees to bid on them. rin 12/01 mgAas ficontractcompliance.doc CCA Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 CITYCIFIC-CITYCLFRK 2017 RPR 18 pm4:23 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital stat?s,- atiena � 'n, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unl ul for any labor organizatio'rqo refuse to admit to membership, apprenticeship 614kaining an applicant,to ex ny member, or to otherwise discriminate against any applica for membership, apprentice ip or training or any member in the privileges, rights or be fits of such membership, ap enticeship or training because of age, color, creed, disability, ge er identity, marital status, tional origin, race, religion, sex or sexual orientation of such a licant or member. C. It shall be unlawful for any employe employment agency, lab organization or the employees or members thereof to dir ly or indirectly advertise in any other manner indicate or publicize that individuals are nwelcome, objectionable r not solicited for employment or membership because of a , color, creed, disability, ender identity, marital status, national origin, race, religion, sex or xual orientation. (Ord. 5-3697, 11-7-1995) D. Employment policies relating to pregnancy and ch birth shall be gove ed by the following: 1. A written or unwritten employment policy or practi which excludes trom employment applicants or employees because of the employee's regnancy is a rima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pr nancy, scarriage, childbirth and recovery therefrom are, for all job related pu ses, to porary disabilities and shall be treated as such under any health or temporary d abili insurance or sick leave plan available in connection with employment or any wri n r unwritten employment policies and practicA volving terms and condition of employment as applied to other temporary disabs. E. It shall be unlawful for any person tocit or require as a con ion of a loyment of any employee or prospective employee t for the presence he antibody o the human immunodeficiency virus. An agreemetween an empl er, employment gency, labor organization or their employees, agor members a an employee or pr pective employee concerning employment, or benefits t n employee or prospe ive employee in return for taking a test for the pree of the a dy to the human immu eficiency virus, is prohibited. The prohibitionsis sub tion do not apply if the state epidemiologist determines and the tor ublic health declares through th utilization of guidelines established by the cente' ase control of the United States dep rtment of hgql$ and human services, that a pwith a condition related to acquired im une dfja*ncy syndrome poses a signifirisk of transmission of the human immunodeficiency virdAo other persons in a specific occupation. V ♦� ry w { I� tl..l W EMMT W n CC -6 F. The following are exempted from the provisions of this section: Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647,11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-199s}--,�_ 3. The employm\03-4105,12- dividuals for work within the hom� of the employer if the employer or members mily reside therein during such a ployment. 4. The employmdividuals to render personal service to the person of the employer or members foyer's family. (Ord. 943647, Istances 8-1994) 5. The employmthe asis of sex in those certain where sex is a bona fide occupational tion asonably necessary to th normal operation of a particular business or ee. The ona fide occupational q alification shall be interpreted narrowly. (Or05, 12- 6-2003) 6. A state or federal program desi ed to benefit a s cific age classification which serves a bona fide public purpose. (Ord. -3647, 11-8-1 94) 7. The employment on the basis of di bility in /2-116-2003) certain instances where presence of disability is a bona fide occupational ualificreasonably necessary to the normal operation of a particular business ore terprihe bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 105, 8. Any employer who regularly employs les section, individuals who are members of employees. (Ord. 08-4312, 8-11-2008) CC -7 an four (4) individuals. For purposes of this employer's family shall not be counted as CITVCFIC-CITVCLERK 2017 APR 13 Ptt4:23 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and omen applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: NOTE: This is a SAMPLE ONLY. You to formulate a policy which spec Name: Address: Teleohond Number: wish to c¢nfer with your EEO officer or legal counsel � meets tle needs of your company. CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in anyjudicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, fora period of five (5) years from the date of the last conviction, entry of plea administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic develop ent assistance. "Discretionary" economic development assistance shall mean any economic develop ent assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage The olicy does not ply to emergency purchases of goods and services, emergency construction or pub' improvemen work, sole source contracts excepted by the City's purchasing manual, cooperative/pig ack purch sing or contracts with other governmental entities. III. Affidavit. The contracting entity must co lete a attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contractin partment prior to the execution of the contract. Contract provision: Any contract to which this policy i a licable will include the following contract provision: if the City becomes aware that a person or entity (inclu ng a owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable i any ju 'cial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Paym nt Collecti in law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state sta ute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award o at any time aft the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to ontract with the City a a result of the Wage Theft Policy it may submit a request in writing indicating that on or more of the followin ctions have been taken: a. There has been a bona fide change in owl ership or control of the ineligible person or entity; b. Disciplinary action has been taken agai st the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to pre nt a recurrence of the acts giving rise toO1PONAM1P�Er"iIK default; 2017 APR 13 P0.24 or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility WT -1 period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. W m 07.K WT -2 STATE OF M WAGE THEFT AFFIDAVIT ) ss: COUNTY ) upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in sail contracting entity of more than 25%. ! 2. Neither ownership interest of more than -2,5% in any judicial or administrative pro Wage Payment Collection law, the lov any comparable state statute or local years. [contracting eni of said contracting ent eding of committing a i zMinimum Wage Act, ance. which Bove This instrument was acknowledged before me by WT -3 on nor any person or entity with an as been adjudicated guilty or liable ated or willful violation of the Iowa Federal Fair Labor Standards Act or the payment of wages in the last 5 20 Notary Public in and Vr the State of CITY®FIC-CITYCLERK 2017 APR 13 pm4:24 I 1 I 1 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 2017 RPR 13 pm4:2� SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations .`5-3 Insurance ' 84- , Supervision and Superintendence \Concerning S-5 Subcontractors, Suppliers and Others S-6 Co pliance with OSHA Regulations S-7 Emplbyment Practices S-8 Contract` ompliance Program (Anti-Discriminaf n Requirements) S-9 Wage Theolicy S-10 Measuremen nd Payment ' S-11 Taxes S-12 Bidder Status Form. 1 Caption and Introductory Statement These Supplementary Conditions amehd or Transportation "Standard Specifications f64F amended and other provisions of the Contra or supplemented remain in full force and e c S-1 DEFINITIONS. ADD to or CHANGE the following TIONS. "ENGINEER" shall mean authorized representative. within hent Division 11 of the Iowa Department of and Bridge Construction," Series of 2015, as ents. All provisions which are not so amended Director of Public 1.03 of the IDOT STANDARD SPECIFICA- "OWNER" and "CITY" shall mean the City of Iowa City, and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF shall mean the CITY. for the City of Iowa City, Iowa or his acting through the City Council 'ATION," or "COUNTY" "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 20C5j991bi0endedr*r FR,, 2017 APR n po ?4 S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work SC -1 will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty) calendar days prior to any change or cancellation of said policy or policies. / 3. Cancellation or modification of said policy or policies s II be considered just cause for the City of Iowa City to immediately cancel the c5paract and/or to halt work on the contract, and to withhold payment for any work pe rmed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purc sed by the Contractor to satisfy his/her responsibilities under this contract shall incl e contractual liability coverage, and shall be in the following type and minimum amounts Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury /Insurance a ge' $1,000,000 $2,000,000 Automobile LiabiCombined Single Limit Bodily Injury amage $1,000,000 Excess Liability$1,000,000 $1,000,000 Worker's Compeance as required by Chapter 85, Code of Iowa.'Property Damageance must provide explosion, collapse and underground coverage when determinedapplicable. The City required that the Contractor's Insurance carrier be A rated or better by A.M. Best. N � O { :D w on xy � W --1 =n dr— W � SC -2 0 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the -ontractor must comply with the following requirements: a. If fhContractor changes insurance carriers, or if Contractor's insurance coverage is can ed, during the cont ct period or within two years after City's acceptance of the wor Contractor agre s to immediately notify the City of such event. b. If Contractor s i s�urance is canceled or is allowed to lapse during said period, Contractor shall be.fequire to obtain replacement insurance coverage to fulfill its obligation hereunder.\ C. If, during said period, G tractor voluntarily changes insurance carriers or is required to obtain replace ent coverage from another carrier, Contractor shall either (1) purchase "tail" co a -age from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its ew oarrier, covering prior acts during the period of this Contract from and after its in eption\�\ d. "Tail" or "prior acts" coverage o provided shall have the same coverage, with the same limits, as the insurance pecified irk this Contract, and shall not be subject to any further limitations or excl sions, or h ve a higher deductible or self-insured retention than the insurance w 'ch it replac 5. The City reserves the right to waive a The City also reserves the right to rejd the requirements herein provided, am next low bidder, or declare a default City. iy of the insurance requirements herein provided. ct Contractor's insurance if not in compliance with on that basis to either award the contract to the nd pursue any and all remedies available to the SC -3 CITYGFIC-CITYCLERK 2017 APS! 13 nA:24 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance verage identified on Contractor's Certificate of Insurance are canceled or modified the City may in its discretion either sus p Contractor's operations or activities u der this Contract, or terminate this Contract, a ithhold payment for work perform ed on the Contract. C. HOLD HARMLESS The Contractor shall indemni efend and old harmless the City of Iowa City and its officers, employees, and agents many and all liability, loss, cost, damage, and expense (including reasonable attorne ' fe s and court costs) resulting from, arising out of, or incurred by reason of any claims, a ons, or suits based upon or alleging bodily injury, including death, or property damag ris out of or resulting from the Contractor's operations under this Contract, whethertuch o ations be by himself or herself or by any Subcontractor or by anyone directlVor indirectl mployed by either of them. Contractor is not, and shall not be deemed to be, an a Int or employee of the City of Iowa City, Iowa - S -4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECI CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRAC- TOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONT ACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. &M S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the ]DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws�egarding hazardous chemicals and right -to -know. / S-7 EMPLOYM%PRACTICES. Neither the Contra nor his/her subcontractors, mental condition is su hat his/her employment will or others employed on th project. Contractor shall not commit anx of the following following clauses in any subcontrpcts: To discriminate against any because of sex, race, color, rel status, age or disability unless employee. To discharge from employment religion, national origin, sexual unless such disability is related I S-8 CONTRACT COMPLIANCE For all contracts of $25,000 or Contract Compliance Program, S-9 WAGE THEFT POLICY. 12JiI loy any person whose physical or the health and safety of themselves practices and agrees to include the terms, conditions, or privileges of employment I origin, sexual orientation, gender identity, marital y is related to job performance of such person or to hire any individual because of sex, race, color, I4gender identity, marital status, age, or disability ance of such person or employee. the Contractor is included with REQUIREMENTS). abide by the requirements of the City's Specifications beginning on page CC -1. For all contracts of $25,000 o&ore, the Contractor shall abide * the requirements of the City's Wage Theft Policy, which is inclucjed with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the [DOT STANDARD SPECIFICATIONS. _, �r fT . EB,Y S-11 TAXES. W I TU- lC-C_. YC- 2017 APR 13 PA:24 Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. SC -5 S-12 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note City requires Bidder Status form for all proiects over $25,000 N 0 H SC -6 lidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: F-1 Yes F-1No Mycor is authorized to transact business in Iowa. (To help you determine if your company is authorized, pl ase review the worksheet on the next page). ❑ Yes ❑ No My company s an office to transact business in Iowa. ❑ Yes ❑ No My company's 0 in Iowa is suitable for more than rec iving mail, telephone calls, and a -mail. ❑ Yes ❑ No My company has b en conducting business in Iowa for a least 3 years prior to the first request for ❑ Yes ❑ No bids on this project. My company is not a subsidiary of another business entity o6y company is a subsidiary of another business entity that woula�qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your co ' parry qualifies as a resident bidder. Please complete Parts B and D of this\fprm. If you answered "No" to one or mode questions above, our company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders �� Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: ! I to J 1 \Addres's: Crfy.Atate, Zip: )N Dates: !_/_____10 1 / Address Cit, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip?, To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who \eresidents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your compae state or foreign country and the appropriate legal citation. You may attacNdditional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: 2017 APR 13 PO:24 You must submit the completed form to the governmental body requesting bids per 67S Iowa Administrative Code Chapter 166. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes Cl No My7ness sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a neral partnership or joint venture. More than 0 percent of the general partners or joint vent parties are residents of Iowa for Iowa in ome tax purposes. ❑ Yes ❑ No My business is an active co oration with the Iowa Secretary of tate and has paid all fees required by the Secretary of S e, has filed its most recent bie vial report, and has not filed articles of dissolution. 1%. ❑ Yes ❑ No My business is a corporation whose artib4qs of incortporation a filed in a state other than Iowa, the corporation has received a certificate uthoriy from the Iowa secretary of state, has filed its most recent biennial report with the secret of state, and as neither received a certificate of withdrawal from the secretary of state nor had it%ha ority re oked. E] Yes F1 No My business is a limited liability partnership which. iled statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filefi a statement of qualification in a state other than Iowa, has filed a statement of foreign qu lification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limite/liabilit imited partnership which has filed a certificate of limited partnership in this state,ot filed a statement of termination. Yes ❑ No My business is a limited partnership or a limiy limited partner hip whose certificate of limited partnership is filed in a state other the limited partner hip or limited liability limited partnership has received notification owa secretary of s to that the application for certificate of authority has been approvedotice of cancellatio has been filed by the limited partnership or the limited liability limitrship. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is 'led in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is file a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate _ has not been revoked or canceled. i�-.Z _D ,f BF -2 ARC 1271C LABOR SERVICES DIVISION18751 Adopted and Filed Pursuant to the authority of Iowa Code section 73A21, the Labor Commissioner hereby adopts anew Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received_ Commenters stated that some of the rules could be misinterpreted and that some othe rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. menters also questioned the constitute 'nality of Iowa Code section 73A.21. One commenter suggested ding compliance with Iowa Code hapter 91C as a basis to find that a company is authorized to tran ct business in Iowa. These rules are not identical t those published under Notice of Intended Action. Some changes are technical; other more substantive c ges are described below. References to "domicile" were ren ved from several rules. Subrule 156.2(1) was changed to cla i that the require nts apply only to a project to be awarded to the lowest responsible bidder; to clan at only office ddresses, not construction worksites, must be reported; to remove a reference to perj and to chan c the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by delete the pjrraso "under this Act." Subrule 156.2(3) was changed by adding new tragraph "k" concerning construction contractor registration, and by clarifying that compliance with o one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by addings a phr a If applicable." In rule 875-156.3(73A), the tern "public bocJy" replace he term "nonresident bidder." A new rule 875-156.9(73A) containing a sotmbility clau was added. The principal reason for adoption of this a�endment is to im ement legislative intent. No variance procedures are included in these rules because variance provisions a set forth in 875—Chapter 1. After analysis and review of this rile mapking, no impact on jobs h been found. These rules are intended to implement owa Code section 73A.21. 'these rules shall become effective on 'ebruary 12, 2014. The following amendment is adoptc� Adopt the following new 875—C apter 156: CITYDFIC-C TYC( F—P:( 11 CHAPTER 156 2017 APR 13 pt/f:24 BIDDER PREFE ENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scop6 and definitions. These rules institute administrative and operational procedures for enforcement o*he Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Acl " means Iowa Code section 73A.21. "Affiliaie, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division "means the division of labor of the department of workforce development. GT01 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body "means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bi er" means a person or entity authorized to transact business in this state and having a place of businessfo ransacting business within the state at which it is conducting and has conducted business for at least th years prior to the date of the first advertisement for a public improvement. If another state or foreign c try has a more stringent definition of a residen idder, the more stringent definition is applicableas to b rs from that state or foreign country. "Resident labor force preje e" means a requirement in which all r a portion of a labor force working on a public improvement is%sidentf a particular state or cou "Subsidiary, "when used with ry specified person or en y, is an affiliate controlled by such specified person or entity direcctly through one or me intermediaries. 875-156.2(73A) Reporting of resident status o ' ders. 156.2(1) Reporting to public body. When a cont for a publi improvement is to be awarded to the lowest responsible bidder, the public body shall req st a st ement from each bidder regarding the bidder's resident status. The statement shall be on the ignated by the commissioner. The statement shall require the bidder to certify whether the bidd is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall re i e resident bidder to identify each office at which the resident bidder has conducted business in a sta during the previous three years and the dates on which the resident bidder conducted busines at each o e. In the case of a nonresident bidder, the statement shall require the nonresident bidder to dentify the no esident bidder's home state or foreign country as reported to the Iowa secretary of s e, to identify eac reference offered by the nonresident bidder's home state or foreign country, and certify that, except set forth on the form, there are no other preferences offered by the nonresi t bidder's home state o foreign country. The statement shall include such additional information requested by the commi 'oncr. The statement must be signed by an authorized representative o the bidder. A fully comple statement shall be deemed to be incorporated by reference into all feet bid specifications and cont t documents with any bidder on a public improvement. Failure t rovide the statement with the bid ma result in the bid being deemed nonresponsive. This may resul n the bid being rejected by the public bo 156.2(2) Determining residency status. a. For purposes of the Act, a perso or entity is a resident bidder if the person or entity: (1) Is authorized to transact busi ss in Iowa; and (2) Has had one or more pla of business in Iowa at which it is conducting or has conducted business in this state for at least a years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that N 0 state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact .~j o business in the state if one or more of the following accurately describes the person or entity: In a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax M I purposes; C4 j !:I b. In the case of a general partnership or joint venture, more than 50 percent of the general partners n or joint venture parties are residents of Iowa for Iowa income tax purposes; A r— Z6m aA 1:31 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a sta ment of termination; f. In the se of a limited partnership or a limited liability limited partnership whose certificate of limited partnership ' filed in a state other than Iowa, the limited partnership or limited liability limited partnership has recei d notification from the Iawa secretary of state that the application for certificate of authority has been ap roved and no notice of cancellation has been filed by the limited partnership or the limited liability limite artnership; g. In the case of a li 'ted liability company whose certificate of organization is filed in this state, the limited liability company s not filed a statement of termination; h. In the case of a lim$c liability company whose certificate of organization is filed in a state other than Iowa, the limited liabili company has received a certificat of authority to transact business in this state and the certificate has n been revoked or canceled; L In the case of a corporation ose articles of incorporation ar Sled in this state, the corporation (1) has paid all fees required by IowaMos,chapter 490, (2) has filed most recent biennial report, and (3) has not filed articles of dissolutio j. In the case of a corporation cles of incorporatio are filed in a state other than Iowa, the corporation (1) has received a certificate f authority from the owa secretary of state, (2) has filed its most recent biennial report with the secret of state, and ( has neither received a certificate of withdrawal from the secretary of state nor had it authorit k. The person or entity is registered with Iowa pursuant to Iowa Code chapter 91 C. 156.2(4) Detennining if bidder has conducted b ini has a place of business for transacting business within business for at least three years prior to the date of the the bidder shall meet the following criteria for the thr e the public improvement: a. Continuously maintained a place of for more than receiving mail, telephone calls, b. Conducted business in the state for cau applicable, made payments to the Iowa unem Iowa workers' compensation policy, if appliq) for i; or of labor as a construction contractor fin state. In order to determine if a bidder at which it is conducting and has conducted t advertisement of the public improvement, ar period prior to the first advertisement for business in Iowa that is suitable those three ydrs and filed an lowaincome tax return, if went insurane fund, if applicable, and maintained an in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a ca tract for a public improvement to the lowest responsible bidder, the public/body shall allow a preferen a [o a resident bidder as against a nonresident bidder that is equal to any reference given or required by a home state or foreign country in which the nonresident bidder is a jeesident without regard to wheth such preferences are actually enforced by the applicable regulatory body in each state. If the bidder a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public hkqual ovement in its own name, h then the public body shall allow a preference as against so(bidder that is to the preference given or required by the home state or foreign country of the bidder's parent. 1a instaucQ5f Vgd,'bqgfd iahl F'iC preference, a public body shall apply the same resident labor force preference to a public tMP1 v rtRtgiY PF r,.21 this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to submle 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to submle 156.4(l). The written complaint form shall request the following information: the name, address, le ephone number, and e-mail address of the complainant; the name of the bidder that is believed to hav olated the Act; a description of any relationships tween the complainant and the bidder; an identi r 'on of the public body to which the bidder submits a bid; the home state or Foreign country of the bid • a description of the goods and services pro" ed under the bid; and such additional information as quested by the commissioner. 156.4(3) Avar bility of written complainiform. The written omplaint form shall be available in all division offices and o the department of workforce developmen s Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requi improvement, a nonresident bidder from a home state or fol preference shall make and keep,'for a period of not less than d employed by the contractor or subcontractor on the public imf worker's name, address, telephone numbeEif available, social starting and ending date of employment - 875 --156.6(73A) Investigations; determination M�civil pe designee shall cause an investigation to be made trtt c allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner following powers: a. Hearings. The commissioner may hold hearin and tents. While participating in a public i country with a resident labor force years, accurate records of all workers ment. The records shall include each urity number, trade classification, and The commissioner or an authorized of violations of the Act, including authorized designee shall have the charges of violations of the Act_ b. Entry into place of employ/peD he cc sioner may, cons ent with due process of law, enter any place of employment to recor concerning labor forc residency, to question an employer or employee, and to investose f ts, conditions, or matters are deemed appropriate in determining whether any person hted a provisions of the Act. The mmissioner shall only make an entry into a place of employr pone to a written complaint. c. Residency of workers. Theloner may investigate and ascertain the residency of a worker engaged in any public impron this state.d. Oaths; depositions; subpoea commissioner may administer oaths, take or cause to be taken deposition of witnesses, and reqsubpoena the attendance and testimony of witnesses and the .'production of all books, registers, pand other evidence relevant to a matter under investigation or hearing. -40 e. Employment of personnel. The commissioner may employ qualified personnel as are necessary Z o c -� for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the a a merit system provisions of Iowa Code chapter SA, subchapter IV. i t'> �r ES,; 910 f Rogues! fir recirds. The commissioner shall require a contractor Or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or nbt,thc division finds a violation of the Act by the party. If the determination indicates that the party engage in a violation of the Act, the determination shall also indicate the re edies the division intends to pursue ask result of the violation. 156.6(3) In mal conference. A party seeking revs w of the division's determination pursuant to this rule may file a written equcst for an informal conference. The request must be received by the division within 15 days after the d\Thivision ance of the division's review may present oral information and a amended or vacateshall consider the decision advising af the outcome of the in 875--156.7(73A) Remedies. ollowing the conclusi expiration of the time in which a arty may file a written pursue the following remedies. 156.7(1) Injunctive relief. If the 'vision determines may sue for injunctive relief against th awarding of a c the continuation of a public improvement 156.7(2) Civil penalty. Any person o ntity that v civil penalty in an amount not to exceed $1,0 for each not to exceed $5,000 for each violation foun in a sec $15,000 for a third or subsequent violation fin d in violation of this chapter for each worker and for ac c distinct violation. In determining the amount of the e a the penalty to the person or entity charged, upond e collection of these penalties shall be enforced in a cii division. aination. During the conference, the party seeking nits as to why the division's determination should be nation and arguments presented and issue a written Iconference. of the informal conference, or following the luest for an informal conference, the division may a violation of the Act has occurred, the division tet, the undertaking of a public improvement, or tes the provisions of this chapter is subject to a ation found in a first investigation by the division, investigation by the division, and not to exceed subsequent investigation by the division. Each the violation continues constitutes a separate and the division shall consider the appropriateness of aination of the gravity of the violation(s). The n brought by the attorney general on behalf of the 875-156.8(73A) Compliance with federal lavv. If it is de rmined that application of this chapter and the Act may cause denial of federal funds which wouldtherwise available for a public improvement, or would otherwise be inconsistent with requirements of ny federal I or regulation, the application of this chapter shall be suspended to the extent necessary to pre ent denial of a funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule /bility er this chapter, any rtion of a rule under this chapter, or the applicability of any rule under this chapo any person or circ tance is held invalid by court, the remainder of these rules or the rules' appliq� to other persons or ci instances shall not be affected. These rules are intended to implenfent Iowa Code section 73A.21. EDrroR's NOTE: For replacement y%d 12/16/13, effective 2/12/141 // [Published 1/8/141 for IAC, see IAC Supplement 1/8/14. fe3&7 CITYCPIC—CITYCLERK 2017 APR 13 P0:24 March 2014 2. 3. a A CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal -aid Projects (Third -party State -Assisted Projects) TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(7), which is 51% or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is a for-profit small business enterprise under single managemept, is located in Iowa and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years. TSB In all State -assist certain affirmative business enterpri: Code Chapter 4. requirements. TSB DIRECTORY projects made available through the Iowa Department of Transportation, local governments have tion requirements to encourage Bald increase participation of disadvantaged individuals in B�These requirements are based n Iowa Code Section 19B.7 and 541 Iowa Administrative SBs requirements supersede all a isting TSB regulations, orders, circulars and administrative Available from: Iowa Departme of Inspections Targeted Small smess Lucas Building Des Moines, IA 503 9 Phone: 515 281-7102 Website: htt://dia iowa ov/ a THE CONTRACTOR'S TSB POLICY The contractor is expected to promote partic manufactures and subcontractors through a TSB policy shall be: It is the policy of this firm that Tar opportunity to participate in conte (e.g. suppliers, manufactures and the TSB participation in contractir CKi] ► � 1:7 �y C�] :i�9 : L•U ��1, til l ►1 /Gl of disadvantaged business enterprises as suppliers, ous, positive, result -oriented program. Therefore the contractor's Business (TSB) concerns shall have the maximum practical rith State -assisted funds which are administered by this firm prs). The purpose of our policy is to encourage and increase made available by State -assisted programs. OPPORTUNITY (EEO) OFFICER The contractor shall designate a respons' le person to se as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have a necessary stalls cs, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EO officer shall be r ponsible for developing, managing and implementing the program on a day -today basis. Thp officer shall also: A. For current TSB information,�ontact the Iowa DepartmerXof Inspections and Appeals (515-281-7102) to identify potential material suppliers, manufactures and co Tactors. CIIYAFIC-CITYCLER 2017 APR 13 PA:25 B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. TS -1 TSB AfSrmaliee Action Responsibilities Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action promsions. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for protusion of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials/supplies or (2 Work to be subcontracted to a TSB; or (3) other commercially useful function. The contractor (1) 100% of an expenNvIre to a TSB manufacturer t raw materials. (2) 60% of an expenditure to B suppliers that are commercially useful function the supply prose (3) Only those expenditures to TSB hat perform a contract, including those as a subs tractor. (4) Work the Contracting Authority has de ned TSB must ham-, a necessary and useful ro in tt outside the context of the TSB program. For x from the prime contractor would not count. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive c contract. Bidders shall complete the bidding documE Information". This form includes: (1) Name(s) of the TSB(s) contacted regarding s (2) Date of the contract. (3) Whether or not a TSB bid/quotation was recE (4) Whether or not the TSB's bid/quotation was r (5) The dollar amount proposed to be subcontra5 B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the on the Pre-bid Contact Information form. N i�r E6m a� TS -2 obtained from TSB suppliers and manufacturers; produces/supplies goods manufactured from manufacturers, promded the suppliers perform a useful function in the work of a It it imehes a commercially useful function. The transaction of a kind for which there is a market iple, leasing equipment or purchasing materials )CE URES FROM BIDDERS/CONTRACTORS may be declar ineligible to be awarded the plus a separate fo called "TSB Pre -Bid Contact items. Used in Bid" column along with a "yes" indicated TSB Affirmative Action Responsibilities C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre -solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were in 'al solicitations of interested TSBs followed up? (5) Were TS , provided with adequate information about the plans, specifications and requirements of the contract: (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigatio ftheir capabilities? �7)Were interested TSBs assisted in o aining bonding, lines of credit or insurance required by the contractor? (8) eke services used of mlr)ority comm nity organization, minority contractors groups; local, State and Federal minority business assista ce offices or any other organization providing such assistance. The above documentatlen shall remain in the contr the project and be availablfor examination by the li B. POSITIVE EFFORT DOCUME TION WHEN NO files for a period of three (3) years after the completion of Department of Inspections and Appeals. ARE ASSIGNED Contractors are also required to ma positive efforts il utilizing TSBs on all State -assisted projects which are not assigned goals. Form "TSB Pre-bid CbiZtact Informati n" is required to be submitted with bids on all projects. If there is no TSB participation, then the co ractor shat comply with section 7C. of this document prior to the contractaward. TS -3 CITYCIPIC-CITYCLPRK 2017 APR 19 P'A'25 Form 730007WP 7-97 Contractor Project# L637M ET MdU LTOZ TARGETED SMALL BUSINESS (TSB) r — 1 PRE-BID CONTACT INFORMATION County City (To Be Completed By All Bidders Per The Current Contract Provision) In orderforyour bid to be considered responsive. you are required to provide information on thisforn showing your Targeted Small Bus verification and confirmation. In the event it isdelemiined that the Targeted Small Busnessgoalsare not met, then before awarding the contract, the Contracting low bidder made good faith efforts to meet the goals NOTE: Every effort shall be made to solicit quotesor bidson as many subconlractable itemsasnecessary to achieve the established used asa subcontractor. TABLE OF INFORMATION SHOWING BIDDERS 5 E -BID TARGETED SMALL BUSINESS (TSB) CONTACTS with yourbid submission. This nformafioniswoodro II make a determination alto whetheror nottheappamntsxcesduul If a TSB'squote sused in the bid, it sassumedthatthefinnlistodvdllbe SUBCONTRACTOR TSB DATES CONTACTED QUOTES R EIVED QUOTATION USED IN BID YES/ NO DATES CONTACTED YES/ NO DOLLAR AMT. PROPOSED TO BE SUBCONTRACTED Total dollar amount proposed to be subcontracted to TSB on this project 3 List items by name to be subcontracted: TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL, REQUIREMENTS SECTION 01010 SUMMARY OF THE WORK PARTI- GENERAL 1 General description, not all inclusive. A. Base Bid Work: 1. Remove side w and ramps and construct new ADA compliant ramps and sidewalk. . Construct 9 -inch thick ortland Cement Concrete pavement on Clinton Street or tum lanes and pan s to be replaced. 3. Ex vate for the new Portland Cement Concrete pavement and granular subb a for turn lanes. 4. Install ne 12" water m in between Burlington Street and Court Street. 5, Remove exist traffi signal and install new traffic signal. i 6. Remove existing install permanent pavement markings on Clinton Street between Benton St t and Church Street. 7. Provide traffic cont I ring all phases of project: 8. Clear and grub fisting v etation and furnish and install seed, fertilizer, and mulch througho project. 9. Other work as ociated with int section reconstruction. B. Alternate Bid W 1 1. Burlington treet has extensive utilities nd duct banks. Contractor shall submit a b for installing water main using both trenched and trenchless methods. City and Contractor will pothole existing utilities after contract has been awarded and determine method for installing new water(OMFIC-CITYCLERK Contractor will then be compensated using unit price for chos igth"CM PM4:25 instillation. 01010-1 SECTION 01015 ALTERNATES PART 1 - GENERAL 1.01 SUMMARY. A. Provide alternate bid(s) to be added to the amount of the Base Bid if the correspond- ing change in scope is accepted by the City of Iowa City. B. Include within the alternate bid prices all costs, including materials, installations, and fees. C. Show the proposed alternate bid prices opposite their proper description on the Form of Proposal. D. No additional working days will be granted with the inclusion of the alternate bid(s). 1.02 SPECIFIC ALTERNATES. A. Alternate Bid Items 1. Alternate Bid Water Main, Trenchless, RJ HDD, 12" 2. Alternate Bid Water Main, Trenched, RJ DIP, 12" B. Alternate Bids Contractor shall submit a bid for installing water main using both trenched and trenchless methods. City and Contractor will pothole existing utilities after contract has been awarded and determine method for installing new water main. Contractor will then be compensated using unit price for chosen method of instillation. 11100 sharedRengineeAspecs4101015.doc 01015-1 CITYOFIC-CITYCLERK 2017 APR 13 PM4:25 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual cluantity of work performed according to the various classes of work specified unle noted in Part 3 of this Section. The Contractor will be given an opportunity to be Present during measurement. 1.03 660PE OF PAYMENT: A. P Contractor shall accep the compensation as herein provided as full payment for fu hing materials, lab r, tools and equipment and for performing work under the contr also, for cos arising from the action of the elements, or from any unforeseen ulties wh' h may be encountered during the execution of the work and up to the tim f ac ptance. B. Construction items m bid as a lump sum or as itemized work, which will be paid on a unit cost basis. I eithe se, some work may be required for which a separate pay item is not prov' ed. Com tion of this work is required. If a separate pay item is not provided for his work, it is be considered incidental to the project and no separate paymen 11 be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: CITYQFIC-C1TY0- FDs- 201 9 PPR 13 PM4:25 A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01310-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall incl a compensation for special precautionary measures required to prevent injury or amage to said tree, shrub or root system. The prices for those items whic involve grading or excavation shall include compensation for top remov and replacement (unless it is listed as an item in the FORM OF PROPOSAL , osal of surplus excavated material, handling water, installation of all necessary s e bracing and temporary fencing around all open excavations and supply, pl ement compaction of specified backfill. The prices for those itelts which involve Nkrface removal adjacent to buildings or vaults shall include com ensation to protect 61,Ted surfaces from waterwhich may leak or seep into vaults landlor basements. All labor, materials and equipment required to bring urfaces to the proper elevation and density including loading, hauling, and disposa f unsuitable material, below grade excavation, borrow and hauling, placing, for ing, drying, watering and compaction of fill material, and all such work as may be r uired to make the grading work complete with a uniform surface free of rock, brokenncrete, tree roots, limbs CJ and other debris is incidental to this project unless itis listed s an item in the FORM OF PROPOSAL. CD The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, -X <? and parking tickets. The Contractor must figure these costs into their bid prices. The 63 City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. c� r w M The Contractor shall be responsible for continuous cleaning of mud and debris off �71� adjacent ddvewa s, streets, sidewalks and pdvate property, when mud and debris 01310-2 1-3 is deposited there as a result of any construction activity. The cost of clean up shall be incidental. i' �f 9 *1CO2tMik' &I 1. Mobilization (LS) The unit price for this item (LUMP SUM) shall include all costs associated with preparatory work and operations for all items under the contract; including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; bonds and insurance; permits and all other overhead expenses. This item shall also include all efforts necessary for multiple mobilizations and demobilization. 2. Construction Surveys (LS) The unit price for this item (LUMP SUM) shall include all costs associated with the services required to complete the staking as set forth in the Contract Documents. Re-establishment and replacement of existing property corners and government monuments and benchmarks shall be included in this item. Progress payments will be made for this item will be proportionate with the completion of the work. Additional surveying and/or re -work of construction due to incorrect or insufficient construction surveys performed by the Contractor are incidental. Lump sum for this item in ludes, but is not limited to, the following: • Verifying existing and -built street elevations at intersection returns adjacent to pro osed pedestrian ramps and other critical locations. • 1 ntifying deviations m contract documents discovered while veri existing and -built elevations and reporting the same to the ENG R. • Establishing 1 tions nd elevations of landings, ramps, special shaping areas an r features of pedestrian ramps at intersections. Checking survey con rol 'nts in contract documents and providing a letter, si ned by 'tensed professional stating whether or t said sury or: 2417 AP1� o Concurs with t survey contro oints, and o Accepts their curacy and cone ess, and o Whether or n the surveyor is willin to use them for constructio staking on the project 3. Trench Compacti6n Testing (LS) The unit price for this Rem (LUMP SUM) shall be for all costs including sampling, laboratory testing, field tests and reports. No measurement will be made. Progress payments made for this item will be proportionate to completed work that passes tests in accordance with the Contract Documents. Retests required in failing areas are incidental. 4. Subgrade and Subbase Compaction Testing (LS) The unit price for this item (LUMP SUM) shall be for all costs including sampling, laboratory testing, field tests and reports. No measurement will be made. Progress payments made for this item will be proportionate to 01310-3 completed work that passes tests in accordance with the Contract Documents. Retests required in failing areas are incidental. 5. Concrete Maturity Testing for PCC Pavement (LS) The unit price for this item (LUMP SUM) shall be for all costs including sampling, laboratory testing, field tests and reports, No measurement of this item will be made. Progress payments made for this item will be proportionate to completed work in accordance with the Contract Documents. 6. Traffic Control (LS) The unit price for this item (LUMP SUM) shall include all costs associated with the services of traffic control required to complete the Work as set forth in the Contract Documents. The progress payment made for this item will be proportionate with the work completed. Multiple set-ups of various stages of this project are incidental to the lump sum cost for this item. Lump sum cost includes traffic control measures associated with removing existing pavement markings and placing new pavement markings beyond project construction limitations. 7. Flaggers (EA) The unit price for this item (EACH) shall be paid on a count basis for each day each flagger was used as authorized and counted by the ENGINEER. The Contractor will be paid the unit price per day. A day is considered a minimum of six hours. Flaggers worked between two hours and six hours a day will be considered a half day. Flaggers used for under two hours per day are incidental to item mobilization. 8. Mobilizations, Erosion Control (EA) The unit price for this item (EACH) shall be paid on a count basis for each mobilization to the site. The CONTRACTOR shall mobilize for erosion control activities, when required by site conditions, to conform to permit requirements, and/or when so directed by the ENGINEER. Instillation and removal of erosion control devices shall be included in the bid items for individual BMP's. 9. Filter Socks (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. When approved by the ENGINEER, the replacement of damaged or worn filter socks shall be paid under this item. The unit price shall be complete payment to furnish, install, secure, maintain, remove and dispose of filter socks installed on this project. 10. Filter Socks at Storm Sewer Structures (EA) The unit price for this item (EACH) shall be paid on a count basis as measured 'sw by the ENGINEER. When approved by the ENGINEER, the replacement of damaged or worn filter socks shall be paid under this item. The unit price JD ;.'? shall be complete payment to furnish, install, secure, maintain, remove and J `' dispose of filter socks installed on this project. Ci] -. 11. Removal of Tree (EA) f .. The unit price for this item (EACH) shall be paid on a count basis as measured ` J '., by the ENGINEER, including all equipment, materials and disposal costs. The root of the tree shall be completely removed and area backfilled as required by 01310.4 the ENGINEER. Any damage to surrounding property shall be repaired at contractor's expense. 12. Removal of Existing Pavements, Driveways, Curb, and Gutter (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis. The area paid shall be that area of pavement, driveway and/or curb and gutter removed as measured by the ENGINEER including integral curb. Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Removal of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Borrow Excavation and will not be measured and paid under this item. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 13. Removal of Existing Sidewalk (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis, of sidewalk, including ramps, removed as measured by the ENGINEER. Loading, hauling, and disposal of material; recycling costs, including tipping fees and taxes; and delivery of materials outside normal operating hours of the landfill are incidental. 14. Removal of Storm Sewer Structures (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER for all manholes and intakes. Sawcutting necessary for removal; loading, hauling and disposal of the materials in this item; and furnishing, placing and compacting backfill are incidental. 15. Removal of Storm Sewer Structures, Top Only (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER for all manholes and intakes called out to have top only removed. Any damage to the base of the structure shall be repaired at contractor's expense prior to placing new top. Sawcutting necessary for removal; loading, hauling and disposal of the materials in this item; and furnishing, placing and compacting backfill are incidental. 16. Removal of Storm Sewer and Culvert Pipe (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. All storm sewer pipe, including flared end sections, and all roadway culverts. Loading, hauling and disposal of materials in this item and furnishing, placing and compacting backfill are incidental. 17. Abandonment of Existing Water Main (LS) The unit price for this item (LUMP SUM) shall include all costs associated with abandonment of existing water main including the disconnection of existing services and capping ends in accordance with contract documents. 01310-5 18. Removal of Fire Hydrant (EA) The unit price for this Rem (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes short term on-site storage, followed by delivery to jurisdiction water division. Removal item includes couplings, valves and fittings not reused on project. Capping or plugging hydrant leg, plus repairs to polyethylene encasements and/or tracer wire are incidental. 19. Removal of Valves (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes short term on-site storage, followed by delivery to jurisdiction water division. Removal item includes couplings, valves and fittings not reused on project. Capping or plugging hydrant leg, plus repairs to polyethylene encasements and/or tracer wire are incidental. 20. Removal of Existing Water Main (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes short term on-site storage followed by delivery to jurisdiction water division OR disposal by Contractor, whichever is applicable. Capping or plugging and disposal of miscellaneous fittings, excepting hydrants and valves are incidental. 21. Removal of Existing Pavement Markings (LS) The unit price for this item (LUMP SUM) shall include all costs associated with the removal existing pavement markings, cleanup work areas and property dispose of removal debris. This item applies for the remove of existing pavement markings on existing roadways within and beyond project construction limits as noted in contract drawings. CONTRACTOR shall make own determination of associated quantities. 22. Removal of Existing Traffic Signs (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Signs shall be removed, salvaged, and delivered to City of Iowa City. Disposal of posts is incidental. 23. Removal of Parking Meters (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Parking Meters shall be removed, salvaged, and delivered to City of Iowa City. Disposal of posts is incidental. 24. Removal of Traffic Signal (LS) The unit price for this item (LUMP SUM) shall include all costs associated with the removal of the existing traffic signal. Traffic signal equipment such as cabinet, controller, and signal heads shall be delivered to City of Iowa City. Disposal of all items not returned to the city shall be properly disposed of and ra �; is incidental. o{ F+ a 25. Removal of Light Pole (EA) -00 The unit price for this item (EACH) shall be paid on a count basis as measured C� by the ENGINEER. Light pole not to be reinstalled shall be removed, c { salvaged, and delivered to City of Iowa City. Disposal of wiring and base is incidental. Pole to be reinstalled shall be stored by contractor and installed on new base. Damage to pole shall be repaired at Contractors expense. -a 01310-6 26. Modified Subbase, 6" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis, for granular subbase constructed at the specified thickness including placement 12 -inches beyond the back of curb. Also included with this item is excavation to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 27. Storm Sewer Main, RCP, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. c. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other ac tC FaS osi�ted --, with cold weather. k. Testing of sewers as required. 20 17 SPP I. Temporary support of existing utility mains and service lines. m. Temporary fencing required to contain livestock. n. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 28. Storm Sewer Main, WATER MAIN, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. 01310-7 29. Storm Sewer Intake, SW -507 (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, furnishing bedding material, placing bedding and backfill material, compaction, base, structural concrete, reinforcing steel, precast units (if used), inverts, pipe connections, castings, and adjustment rings 30. Storm Sewer Intake, SW -507 TOP ONLY (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, placing backfill material, compaction, base, structural concrete, reinforcing steel, precast units (if used), inverts, pipe connections, castings, and adjustment rings. 31. Storm Sewer Intake, SW -510 (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, furnishing bedding material, placing bedding and backfill material, compaction, base, structural concrete, reinforcing steel, precast units (if used), inverts, pipe connections, castings, and adjustment rings. 32. Connection to Existing Storm Sewer Structures (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes coring or cutting into the existing manhole or intake, pipe connectors, grout, and waterstop (when required). 33. Alternate Bid Water Main, Trenchless, RJ HDD, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes furnishing and installing both carrier pipe and casing pipe, trenchless installation materials and equipment; pit excavation, dewatering, and placing backfill material, casing spacers, furnishing and installing annular space fill material; tracer system; testing, and disinfection. The unit prices for construction of water mains will be paid based on the number of linear feel installed. Length will be measured for each size and type along the pipe centerline with no deductions for fittings. The unit prices for construction of water services will be paid based on the number of each size and type installed. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. Reference Section 02665, Part 2.01 and Part 3.03 for City provided parts and services. ry a. Furnishing and installing pipe, joint materials and fittings. b. All water main adapters and sleeves required for installation and connections yto existing water mains. A �? c. Furnishing and installing tapping sleeves, corporation cocks, tapping �? services, curb shut-off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. a r d. All trench, mole, exploratory, and hand excavation. E6'-n e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. 01310-8 f. Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. I. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. j. Testing and disinfection of water mains and water services as required. k. Dechlorination of flushed water entering storm sewer system. I. Temporary support of existing utility mains and service lines. m. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are fully operational and accessible during construction. o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. 34. Alternate Bid Water Main, Trenched, RJ DIP, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes trench excavation, dewatering, furnishing bedding material, placing bedding and backfill material, tracer system, testing, disinfection, and polyethylene wrap for ductile iron pipe and for fittings. 35. Water Main, Trenched, RJ DIP, 12" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes trench excavation, dewatering, furnishing bedding material, placing bedding and backfill material, tracer system, testing, disinfection, and polyethylene wrap for ductile iron pipe and for fittings. CITYO TQC-CJTYf.I_F 2017 APR 1-3 P0:9P 36. Water Main, Trenched, RJ DIP, 8" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes trench excavation, dewatering, furnishing bedding material, placing bedding and backfill material, tracer system, testing, disinfection, and polyethylene wrap for ductile iron pipe and for fittings. 37. Water Main, Trenched, RJ DIP, 6" (LF) The unit price for this item (LINEAL FEET) shall be paid on a lineal basis as measured by the ENGINEER. Unit price includes trench excavation, dewatering, furnishing bedding material, placing bedding and backfill material, tracer system, testing, disinfection, and polyethylene wrap for ductile iron pipe and for fittings. 38. Furnish and Install Valve and Box (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes all components attached to the valve or required for its complete installation, including underground or above ground operator, square valve operating nut, valve box and cover, valve box extension, and valve stem extension. 01310-9 39. Fittings for Water Distribution Systems (LBS) The unit price for this item (POUNDS) shall be paid on a weight basis as measured by the ENGINEER. Unit price includes restrained joints and thrust blocks. 40. Water Services Reconnection (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes water service corporation, service pipe, curb stop, stop box, trench excavation, dewatering, furnishing bedding material, installation of tracer wire system for non-metallic service pipe, and placing bedding and backfill material. 41. Furnish and Install Fire Hydrant Assembly (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes the fire hydrant, barrel extensions sufficient to achieve proper bury depth of anchoring pipe and height of fire hydrant above finished grade, and components to connect the fire hydrant to the water main, including anchoring pipe, fittings, thrust blocks, pea gravel or porous backfill material, and fire hydrant gate valve and appurtenances, except tapping valve assembly if used. 42. Valve Box Adjustment (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes excavation, fittings, hardware, backfill, compaction and the protection of these fixtures during the construction process. 43. PCC Pavement, Reinforced, 8" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3. If weather conditions prohibit the use of Class M, P.C. Concrete, a deduct will be negotiated for the reduced cement content in Class C, P.C. Concrete. cPavement smoothness shall be evaluated for main line pavement per current a c IDOT Specifications. a� 00 44. PCC Pavement, Reinforced, 9" (SY) w The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Mb r— Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full cn depth concrete beyond the back of sidewalk where existing driveways are gravel 01310-10 or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges_ Aggregate durability class for all P.C. Concrete paving shall be Class 3. If weather conditions prohibit the use of Class M, P.C. Concrete, a deduct will be negotiated for the reduced cement content in Class C, P.C. Concrete. Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications 45. PCC Sidewalk, 6" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Cement Concrete sidewalk constructed at the specked widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350, curing, jointing and joint sealing, and backfilling at form lines. 46. PCC Sidewalk Ramp (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Portland Cement Concrete sidewalk ramp constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350, curing, jointing and joint sealing, and backfilling at form lines. 47. Detectable Warnings (SF) CiTY0FIC-C]ITY01_ F -P f117 APR 13 Pr 4:?;.q The unit price for this item (SQUARE FEET) shall be paid on area area basis as measured by the ENGINEER on the number of square feet of manufactured detectable warning panels. Includes Steel bar supports. 48. HMA Overlay, 1/2" PG 58-28S, 3" (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Asphalt Cement Concrete pavements, driveways, bases and overlays constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate base, supply, placement and compaction of asphalt, and backfilling at curb lines. 49. Pavement Markings, Durable (STA) The unit price for this item (STATION) shall be paid on a lineal basis as measured by the ENGINEER based on a 4 -inch width. Unit price includes prep work, layout, supply and placement of epoxy paint and glass beads and protection during cure. Layout must be approved by the Engineer. I.D.O.T. Supplemental Specification 97036 will govern this item. 01310-11 N 0 C+ � 37� an M rn co!! t a. CO M M 50. Pavement Symbols, Durable (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes layout, surface preparation, and application of each symbol and legend. 51. Imported Topsoil ICY) The unit price for this item (CUBIC YARDS) shall be paid on a volume basis Contract quantity is an estimated quantity for bidding purposes only. Payment shall be made only for authorized quantities of imported topsoil furnished and placed. 52. Decorative Brick Pavers (SY) The unit price for this item (SQUARE YARDS) shall be paid on an area basis as measured by the ENGINEER on the number of square yards of Decorative Brick Pavers constructed as specified in contract documents. Includes Subgrade preparation, concrete base, expansion joint, and sand/cement joint filler. 53. Sodding (SQ) The unit price for this item (SQUARES) shall be paid on an area basis as measured by the ENGINEER on the number of squares (1 square = 100 square feet) of sod placed and includes preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified, including a one-year guarantee. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 54. Street Lights (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes new hardware, foundation, wiring, and connection to existing street light controller. 55. Traffic Signal, Per Plan (LS) The unit price for this item (LUMP SUM) shall include all costs associated with complete traffic signalization work in accordance with contract documents, including removal of existing equipment, footings and handholds where indicated. The lump sum price includes installation of owner -supplied materials. Costs associated with conforming to project staging shall be considered incidental. 56. Permanent Traffic Signs, With Posts, Per Plan (EA) The unit price for this item (EACH) shall be paid on a count basis as measured by the ENGINEER. Unit price includes furnishing and installation of signs and sign posts in accordance with contract documents. 01310-12 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None, PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: CITYOEIC-CITYCLER 2017 APR 13 PM4:26 A. A non -mandatory Pre -Bid Meeting will be held on May 18, 2017 at 2:00 p.m. in the Engineering Conference Room (Iowa City City Hall, 410 East Washington Street, Iowa City, Iowa 52240) to discuss bid alternates. B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 75 working days. Saturdays will not be counted as working days. The specified start date is July 10, 2017. Liquidated damages of $500 per day will be charged on work beyond 75 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well -organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be 01310-13 maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11100 sharetlAengmeerlspecsu fl1310doc "n 01310-14 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all addressed by the project plans. PART2-PRODU 2.01 MATERIALS: 0 L3! Traffic control devices may IDOT Standard Soecificatic requiring traffic control not specifically or used, but must meet the i`6VM"19'k1EERK 2017 APR 13 PM4:25 All construction fence shall to new and curely fastened to approved posts and installed as directed by the ngineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A_ The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: 3.04 A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and busines es shall be maintained at all times. Temporary gravel surfaces shall be providedlas directed by the Engineer. A. All excavat—Orw shall be fenced B. Excavations for water in may be c ered with a steel plate. Contractor shall submit plan and shop dra s showi g properties and thickness of steel plate with calculations. Steel plate shall s ured so as not to move when vehicles drive over plate. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and ences within an eyond the project area deemed appropriate by the Engingtr shall be the responsilklity of the Contractor. 11/00 shareaGlengine Ar cs-11701570 doe 01570-2 DIVISION 2 - SITE WORK SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage stru res as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Spe ations. 1.03 QUALITYASSURANCE. A. Disposal sites shall comply all pplicable Iowa Department of Natural Resources and United States Envi ntal Protection Agency regulations. B. Comply with all state and local ordi a es pertaining to hauling and disposal of rubbish, broken concrete, asphalt, s ne, 'cks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. I PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone,C�� iiiia}t4 2s Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. 02050-1 Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515 Removal and Construction of Paved Driveways_ Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: /_\ 1. Notify orporations, companies, i ividuals and state or local authorities owning pip s, water lines, ga mains, buried and overhead electric facilities, telepho cable televis' n, fiber optic, and other public or private utilities shown on the wings otherwise known or discovered to be in the project area. 2. When active utilities are a ount d, promptly take necessary measures to support and protect said tilities an aintain them in service. 3. If active utilities are dyfnaged or interrupte s a result of work on the project, take appropriate asures to restore serve mmediately_ Restoration of utility s/cewith er these circumstances II be at the Contractor's expens 4. Active wn on the drawings to be relocat or which require relocatiforeseen circumstances or conditions, all be relocated in accornstructions from the Engineer. Generall , the respective utility o be responsible to perform relocation k for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide csuitable warning devices adjacent to excavations and work areas. T Warning devices shall be kept operational during all non -working and non- active periods. r C. ,Site Access Measures I. Pedestrian access to homes and businesses shall be maintained at all times. 02050-2 I I 1 I Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D_ Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. PavemeXand Sidewalk Removals 1. Remo shall be to the limits notAd on the plans or as directed by the 2. Pavement rem al shall include brick, P.C. Concrete, and A.C. Concrete pavements, drive ys, alleys, rking lots, and sidewalks. Removal of chip seal or aggregate s aces is t considered pavement removal. 3. Sawcuts shall be appro d the Engineer. 4. Removal operations shal c nform to construction phasing noted on the plans or as directed by t En kneer. B. Sewer Abandonment and 1. Removal shall be a he locations and10 the limits noted on the plans or as directed by the Engineer. 2. Backfill under a d within 5 feet of paved sut�ces shall be Class A crushed stone compa ed to 95°J° Standard Proctor Density. The top 12 inches directly belo paved surfaces shall be Class A�crushed stone compacted to 98% Stan rd Proctor Density. Other excavatiohs shall be backfilled with suitable a vated material, compacted to 90% Standard Proctor Density. 3. Sewers to Stan( abandoned, but not removed, shall be filled with an [ non -shrink wable mortar and bulkheaded at each end w t��C°o0rrcr%P IYWLFRK 2017 R 13 PA:26 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11100 sharecT engineehspm-02°50-dw 02050-3 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.09 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. \ IDOT Standard Specifications. 17_1 v" None. PART 3 - EXECUTION 3.09 TECHNIQUES: CITY€tFIC-CITYCLERK 2017 RPR 13 PM4:26 A. Except as amended in th do ment, the work in this section will conform with the following divisions and sects s of the IDOT Standard Specifications: Division 21. EartJaWork, S grades and Subbases. Section 101. Clean and Grubbing. Division 25. 2519. Fence 3.02 EXISTING TREES, SH!}'I BS AND VEGETATION. A. All trees, shru s and vegetation shall remain and b protected from damage unless specifically n ted as "REMOVE' or"CLEAR AND GB" on the plans oras directed by the Engineer. B. No construction materials and/or equipment are to be stor d, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of constr tion, and for trees, shrubs and vegetation not designated for removal. The Contractors liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY., A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify buried utilities in the construction area. 3.0677CO ON CONTROL: with Io70tye and Section Control. 11/00 \ / snareNenpineenspecs-iii02100 Goc l 1 11 presence and location of Slope Protection and Erosion SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 9.01 SUMMAY' Axcavating, lacinc excavation, a 'tio topsoil, strip, salt' 1.02 REFERENCES.- A. EFERENCES:A. IDOT Standard Sp( 1.03 QUALITYASSURANCE: stabilizing and compac of borrow and backfill, and spread. earth, including trench and rock osal of excavated material, and CITYOFIC-CITYCLERK A. Whenever a percentage of compa on is indicated or specified, �� ' 6' 41.27 maximum density at optimum moi r as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and mate/shallaapprove by the Engineer prior to use. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill maternsist of Class A Cr hed Stone, IDOT Standard Specification Section 4 Section 4109, Grad ion No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration 02220-1 and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and apurtenances to be built therein have been completed to such extent that they ill not be floated or otherwise damaged. B. Dispose of all pumped or drained water without ndue interference to other work, or causing damage to pavements, other surfa es, or property. Provide suitable mporary pipes, flumes, or channels for wattr that may flow along or across the wo C. Take all precauti ecessary to prevent d mage to the work by rain or by water entering the site, whet ater entry be ov land or by groundwater. 3.04 TRENCH EXCAVATION: A. General Excavate trench by machinery to,/or ju below, designated subgrade when pipe is to be laid in granular b(dding concrete cradle, provided that material remaining at bottom of tench is on slightly disturbed. Do not excavate lower part of tr nches by machi ery to subgrade when pipe is to be laid directly on botto of trench. Rem e last of material to be excavated by use of hand to Is, just before placin ipe. Hand shape bell holes and form a flat or sha d bottom, true to grade, so that pipe will have a uniform and continuous b ring. Support on firm an ndisturbed material between joints, except fo limited areas where use pipe slings have disturbed bottom. B. Protection Barricade and fence pen excavations or depressions resulting from work during non-workin ours and when not working in immediate area C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. ;n 2. Excavate trenches with vertical sides between elevation of ? center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. J A 02220-2 ID. Trench Excavation in Fill E. M re 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. Excavate exploratory pits structure is necessary for di of Unsuitable Soil The ontractor shall notify Resou s (DNR) if soil 2. Soil disposal A Construction h City. The Cor measures until 3. Disposal site to be and Iowa DNR. location of pipe or other underground rk properly. Engineer and Iowa Department of Natural amination is found or suspected during tion method shall be an option outlined in the IDOT tion 10.22, and approved by the Iowa DNR and rot to proceed with soil removal and remediation by the Engineer. by the Contractor and approved by the Engineer 4. Contractor is resp risible RV. completing and filing all necessary Federal, State and local go ernment a\cranof and applications. Care of Vegetatio/�injry roperty 1. Use excavachinery ansuitable type and operate with care to prevent trees, partierhanging branches and limbs and undergrousystems. 2. All branch, limb, and root cuttings shall b avoided. When required, theX shall be performed smoothly and neatly wit ut splitting o sing. - nen � h injured portions by use of a chainsaw or lopper for branches arPOwt e°rV'1'1 27 working with roots. Do not leave frayed, crushe , or torn edges on any roots 1" or larger in diameter or on any branches. Frayel4Ledges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 02220-3 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. & Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to The Contractor shall document the e ntered. The Contractor shall encoun d and submit the prop review and roval. storm sewer. on and elevation of any utility lines the Engineer whenever a utility is method of restoring the utility for All utility repairs shall made prior tq backfilling the trench. H. Water Services 1. Permanent copper water service /tc6a,from which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be re the water main to the curb box with new copper service pipe, witan ints. The cost for this work shall be at the Contractor's expense. q 2. In any excavation where existigb lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with, `new 1 -inch or larger copper water service pipe from the water main to the urb box. The Contractor wii.be paid per the applicable bid item. If there is no bid item, the unit price fort e replacement of the water service shall negotiated prior to commencement of the work. 3. When water service is isrupted, the Contractor shall make a reasonable attempt to restore the rvice within two hours. 4. Water service pipe shall be type k soft copper 3.05 ROCK EXCAVATION: A::; Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 3.06 BACKFILLING: 02220-4 A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B_ Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All othkr areas: Backfill shall consist of suitable job excavated materi I placed in one foot lifts compacted to 90% Standard Proctor Densi . If excavated material is unsuitable, backfill with Class A \ crush d stone to within 12 inches of finished surface. c. Do of place stone or rock fragment larger than 2 inches within 2 feet f Jpe nor larger than 12 inches in backfill. Do not drop large masses o9backfill material into trench. C. Backfilling Do t place ba fill against or on structures until they have attained su ient strength to ppt the loads, including construction loads, to which thwill be subjected. void unequal soil pressure by depositing material e my around structure. 2. Backfill sh\5andoard fClass A crushed stone placed in one foot lifts compacted to 9Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION. A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 shamftng menspe WD2220.ao° CITYGFIC-CITYCLERK 2017 APR 13 p 4:27 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1—GENERAL 1.01 SUMMARY. A. Placement of silt fence, erosion control and erosion stone. 1.02 REFERENCES: A. IDOT Standard B. Iowa Department of Manual", latest edition. 1.03 QUALITYASSURANCE. A. Revetment stone and erosion requirements of Section 4130 of B. Engineering Fabrics (gec the requirements of [DOT 1.04 STORAGE. engineering fabric, revetment stone, Division "Standard Road Plans Pone Xall meet the abrasion and durability e IDOT ndard Specifications. shall be of a n -woven material and conform to erinq Fabric for bankment Erosion Control. A. Prior to use, geotextile shaV be stored in a clean dry place, ut of direct sunlight, not subject to extremes of eith r hot orcold, and with the manufa rer's protective cover in place. Receiving, stora e, and handling at the job site shallin accordance with the requirements in ASTM D 4873, PART2—PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Q C_C011CLERK Section 4130. Revetment Stone and Erosion StoTf : Section 4169. Erosion Control Materials. 13 PIa4:27 Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: 3.02 0 ra Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence \ I ULE: Silt fence s be installed at locations indicated completion of gra irk Wood excelsior mat shall areas of swales immed%tply following seeding_ 3.03 GEOTEXTILE: A. Surface Preparation the plans immediately upon )laced and staked in seeded The surface on which the geotextile is to be pl ced will be graded to the neat lines and grades as shown on the plans. T e surface will be reasonably smooth and free of loose rock and clods, h les, depressions, projections, muddy conditions and standing or flowing w ler. B. Placement Prior to placement of the geotextile, the oil surface will be inspected for quality of design and construction. Th geotextile will be placed on the approved surface at the locations and i accordance with the details shown on the plans. The geotextile will be u oiled along the placement area and loosely laid (not stretched) in such a nner that it will conform to the surface irregularities when material is place on or against it. The geotextile may be folded and overlapped to permit p per placement in the designated area. 2. The geotextile will be joined byi6verlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain -J. "ears" to prevent total penetration. Steel washers will be provided on all but Tt the "U" shaped pins. The upstream or up-slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. ei At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line ca s. approximately 2 inches in from the edge of the placed geotextile at intervals to i91 not to exceed 12 feet unless otherwise specified. Additional pins will be 02270-2 installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed the specked covering within ultraviolet light. In no case will n from a height greater than 3 feet 11100 share"nglneenspe HV2270.doc 02270-3 A it can be anchored and protected with hours or protected from exposure to rial be dropped on uncovered geotextile 2417 APR 13 P QEPK SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART 1 -GENERAL 1.01 SUMkTARY: Q , materials, tools and equipment to prepare, shape, trim and compact receive Hot Mix Asphalt paving. B. Furnish labor, mN paving. C. Seal Coat. 1.02 REFERENCES: A. IDOT Standard SF B. IDOT Supplement 1.03 QUALITYASSURANCE: A. Use adequate nur in the necessary c and the methods r B. Quality testing: i 1. As per ID Program. PART2-PRODUCTS 2.01 MATERIALS: and equipment to place and compact Hot Mix Asphalt CITYCFIC-CITYCLERK 2017 RPR 13 Pw4:27 01014. > of skilled workers who re thoroughly trained and experienced and who are completely fkniliar with the specified requirements :d for proper performance o he work in this section. Supplemental Specification 0101 section 04 Quality Control A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. 02510-1 PART 3 - EXECUTION 3.01 TECHNIQUES: 3.02 0 I\ Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous C Section 2529. Full Di Section 2530. Partial Opening to traffic uding Cont or surface treatment cured Engineer. B. Opening to traffic shall not 3.03 COMPLETION OF WORK: A. When traffic is allowed upon and clean up. All streets practicable_ / 3.04 AREAS TO BE OVERLAYED: A. Division I - Iowa City Finish Patches. th Finish Patches. vehicles, will not be permitted until the pavement ntly to prevent damage as determined by the acceptance. pavement, the Contractor shall begin remaining work be finished and opened to the public as soon as Asphalt Overlay NAME I LIMITS Clinton Street IStation 14+09.41 to 14+33.05 3 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. �4 W -C B. Except as noted herein, all asphalt millings remain the property of the City and will be r. delivered to the Iowa City Landfill located on Hebl Ave.. U1 02510-2 qMI . 3.07 3.08 3.09 1. Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A headerjoint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts an existing Portland Cement Concrete Paving. The PCC paving shall be milled at a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be rerAoved from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contra or with sweeping operations prior to cleaning each street on a one-time basis only. Any Sequent sweeping required will be at the Contractor's expense. AGGREGATES\ -I A_ Type. 1. Type B aggregates shaNe used in bale mixtures. 2. Type A aggregates shall beed in in ermediate and surface mixtures. CITYOFIC-CITYCLERK B_ Gradation. 2017 APR 13 FH4:20 1. A'/cinch mix shall be used on all 4fre)kts and all divisions of this project. ADJUSTING STRUCTURES A. The Contractor shall adjus all existing m hole rings, valve boxes, catch basins, etc. within the existing pavemen This will includ of only structures that need to be adjusted up but also those struct res that need to be justed down, such as in the areas of full -depth grinding. The leveli g course will be place over the structure. The material over the casting will be remov d and the casting will b adjusted to ''/e' below the final finished"grade. The street su ace course will then be pla d. New castings to replace old will be provided by the Ci to be installed by the Contract where deemed necessary by the Engineer, however the cost of any damage caused y the Contractor will be deducted from the Con actor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. ASPHALT BINDER A. Asphalt binder shall be PG 58-28S on all streets and divisions of this project. 02510-3 3.10 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary, compacting subbase, placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHALT PLACEMENT A. Lifts 1. Division 1 - A 1112' depth intermedial course followed by a 1'/i" depth surface course. 2. Division 2 — A 2" depth base course foll wed by a 2" depth surface course 3. Divisio - A 3" depth surface course. B. Compaction 1. Class 1 B compaction sh be used on II streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACE TR ENT WORK: A. Work shall conform to Standard Specification ec 2307 unless specified otherwise in this document. Cover aggregate shall be ''/a' radati 21. Bituminous material shall be MC -3000. Primer shall be MC -70. 3.14 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall Department of Transportation Standard Spe pavement smoothness shall be determined by and evaluation will be performed by the Owner project, there will be no smoothness incentive hJ' nw 0 CO Z -. ;� CA3 --A - -0 -C S'S � r— E6 MM rn yq meet th requirements of Sectio?f 2316 of the Iowa ,ificatioyt for Highway and Bridge Construction. The 5che le B of the Pavement Charts. Profilograph testing Th/Section 2316.08 for Payment shall not apply to this 02510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 A. Furnish labor, materials, t ols and equipment to prepare, install, shape, trim and mpact subgrades to rec ive and Cement Concrete paving. B. Fumi labor, materials, t ols and equipment to form, place, reinforce, finish, joint and cur ortland Cemen Concrete roadways, parking area slabs, driveways, and sidewalks the locations nd grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Spe ' is 1.03 QUALITYASSURANCE: A. Use adequate numbe o skilled workers who are thoroughly trained and experienced in the ne essa crafts and who are completely familiar with the specified requirements nd the thods needed for proper performance of the work in this section. r .. B. Quality testing: 1. Compressive S ength Tests. 2. Entrained Air. 3. Slump. CIT4UFIC-CITYCLERK 4. Density Tests of Base and Subgrade. 2017 APR 13 FM4:20 PART2-PRODUCTS 2.01 !MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface ( Section 2301. Section 2302. Section 2310. ction 2316_ Division 25. Misce;ta Section 2512. Section 2515. Section 2517 Section 252 Section 25 3.02 CURING AND PROTECTION A. Curing compound including back of c 3.03 ENVIRONMENTAL Cement Concrete Pavement. Cement Concrete Pavement Widening. Portland Cement Concrete Overlay. ,it Smoothness. e s Construction. land Cement Concrete Curb and Gutter- l"kem'nnq and Construction of Paved Driveways. ConcretON4,eader Slab. Full Depth h Patches. Partial Depth 0-4h Patches. PAVEMENT: be applied immediately following finishing of the concrete, A. When concrete is Ijemg placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. ow � e Below 25° F Commercial insulating material approved by M , the Engineer. Co -e B. Concrete shall be protected from freezing temperatures until it is at least five days old. G7 ri1 C. Concrete damaged by cold weather shall be removed and replaced at the 02520-2 Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC., A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints i e pavement shall be clean and sealed prior to opening the street(s) to traffic of an ind. C. Opening to traffic s II not constitute fi al acceptance. 3.05 COMPLETION OF WORK. A. When traffic is allowed upo the avement, the Contractor shall begin remaining work and clean up. Ali streets sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the EgjineeNf weather conditions make it difficult to use Class M concrete, when spegjfied. 11/00 shmdkangineeftpe jAD2520A= 02520-3 CITY0FIC-CITYCLER:{ 2017 APR 13 PA:23 SECTION 02524 CURB RAMPS 1.01 SUMMARY: 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete B. Pre -Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D. ASTM C309 —Liquid Membrane For ing Compounds for Curing Concrete, E. Figures section of specifications. 1.03 QUALITYAS RANCE: A. Use adequa number of skilled w rkers who are thoroughly trained and experienced in the necessary cra nd who are co pletely familiar with the specified requirements and the methods needed f roper perfo ance of curb ramp construction. B. Slope measurements. Ne c structed curb ramps and sidewalks not meeting the slope requirements will be, at the neer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS. CITY UFzt.,-Ca -I e,t.E�K A. Comply with Section 013 2f0I7 PPR 3 (''Pm4:28 B. Comply with Section 02 0. 1.05 DELIVERY, STORAGE AND ANDLING: A. Deliver material in unopened containers with labels identi g contents attached. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete B. Pre -Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 C. Tactile / Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/_ 5% max. Face Thickness: 0.1875 +1- 5% max. Warpage of Edge: +/- 0.5% max. 3. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, or Metadome, PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and FntXies. Section 4. Accessible quirements Section 14. Public Riah 3.02 SLOPES: A. Cross slope refe7S4,o the slope that is f refers to the slope th s parallel to the B. Curb ramp cross slopes shoal be no and Spaces: Scope and Technical Re - tlar to the direction of travel. Running slope of travel. than 1:48 or 2% to a level plane. C. Curb ramp running slopes should n greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and ut is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2. to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick P.C.C. will be placed as indicated on oject plans. B. 4 -inch thick P.C.C. will begin 4 feet If back of curb a cent to a 6 or 8 -inch P.C.C. section, unless otherwise specified by the ngineer. 3.04 WIDTHS: M1.7 A. Curb ramps widths may vary at the street back of curb and t ugh the area of truncated domes. If necessary, transition width of ramps after truncate domes to match existing .t a sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb i9 ramp. iFV5 CURB RAMPS GEOMETRICS: Z�k r• - ca A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to 02524-2 proposed curb ramp design in order to provide a "best -fir. Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Vetectable warning surfaces shall extend 24 inches in the direction of travel and the full width the curb ramp. C. Dated ble warning surfaces should be located so that the edge nearest the street is at the back of rb line. 3.07 INSPECTION: A. Verify that subg a is installed acro ing to specifications and is free of conditions that could be detrimental top ormance of co red concrete. 3.06 LOCATIONS: A. Curb ramps are to be locat dir tly across a street, alley or driveway from another existing or proposed curb ramp or ' walk unless existing site conditions prevent this or are otherwise specified by the En eer. 3.09 INSTALLATION: A. Concrete: Place and scr d to require elevations as specified in Section 02520. B. Apply truncated dome er manufacturer pecifications. C. Protect concrete fro premature drying, exce sive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturers gw a for rate and method. C1TVCF3C-CTTVCL P � 2017 APR 13 Pw4:28 02524-3 SECTION 02660 CITY OF IOWA CITY WATER DISTRIBUTION SPECIFICATIONS November 2016 PART1 GENERAL 1.1 SUMMARY A. Furnish, install and test wa r distribute n system and water services as indicated and specified. B. Water Division maintains saliva rig s to all fire hydrants designated as public. Samples of water main and its ap rt nances may also be retained by the Water Division for testing or documentation urposes. C. Reuse of materials is not allowed it ut prior permission. Reuse of materials previously attached to another syst m sh I not be allowed. D. All piping shall be isolated from the isting ater system until it has passed all testing procedures and is approve for servic E. In the event that field conditions p event the iso tion of the new piping from the existing water system, any existi main and valy g, and any appurtenances that will be tested against, shall well flushed an ass the pressure test per part 4.7 of this section before anew system install ion is permitted. Any costs associated with testing the exis ng water main prior to onnecting the new pipe will not be paid for separately, ut shall be considered in 'dental to the water main disinfection and pressur testing for the new water in. F. The approval of reusing any g ivate service main, piping, va as, or appurtenances by the Water Division does not infer any guar tee that it will perform as required. The Water Division accepts no fault for a issues arising from, or possibly related to, the approved reuse of any material o a private service. 1.2 REFERENCES A. This specification references the following documents. In their latest edition, the referenced documents form apart of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. B. City of Iowa City 1. City Code of Ordinances CITYCF3C_M l yC E E EC 2. Iowa City Municipal Design Standards 2017 APR 13 pm4:20 3. Earth Excavating, Backfill & Grading Specifications - Section 02220 4. Accepted Products for Water Distribution Materials 5. Iowa City Water Division Policies & Procedures Manual 6. Backflow Ordinance C. American National Standards Institute and American Water Works Combined Standards (ANSI/AWWA) D. American Water Works Association (AWWA): 1. AWWA Manual M23: PVC Pipe -Design and Installation 2. AWWA Manual M17: Installation, Field Testing, and Maintenance of Fire CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page I of 17 Hydrants E. American Society for Testing Materials (ASTM) 1. ASTM A48: Gray Iron Castings 2. ASTM 662: Composition Bronze or Ounce Metal Castings 3. ASTM B75: Seamless Copper Tubing 4. ASTM B88: Seamless Copper Water Tube 5. ASTM 8584: Copper Alloy Sand Castings for General Applications 6. ASTM D2241: Polyvinyl Chloride (PVC) Pressure -Rated Pipe (SDR Series) F. Manufacturers' Specifications G. Occupational Safety and Health Administration (OSHA): 1. Standard 1926, Subpart P -Excavations 1.3 SUBMITTALS A. Submit to the Jurisdictional Engineer the f prior to installation. B. Shop, Working Drawings or Construction F 1. Pipe layout with valves, fittings and 2. Bolts 3. Joints 4. Tapping sleeves, couplings, and sp 5. Polyethylene 6. Thrust block designs and details 7. Special backfill C. Certificates: Sworn certificates of shop tes standard for all piping materials. 1.4 QUALITY ASSURANCE drawings or details for approval showing: ants shown piping materials showing compliance with appropriate A. Jurisdictional Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 RECEIVING, STORAGE AND HANDLING A. The City may mark materials which are found on the job site and which are determined to be defective or not approve . The marking may be done with spray paint. The Contractor shall promptly remo defective or unapproked materials from the site. B. While unloading all piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded- 3. added3. Do not attach cables to pipe unit frames or banding for lifting 0 -4 C. Within the "Storage" language of AWWA M23, change "should" to "shall." T D. Within the "Handling" language of AWWA M23, change "should" to "shall." E. Follow AWWA C600 for proper storage, handling, and installation of DIP. �y F. Remove pipe and fittings contaminated with mud, dirt, gravel, debris, and surface water from the site; do not use in construction unless thoroughly cleaned, inspected, A' and approved by the Jurisdictional Engineer. eu;�y b 7C CITY OF IOWA CITY WATER DISTRIBUTION • 02660 No bar 016 Page of 17 1.6 TIME A. All work requiring a shutdown of active water main must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Advance notice requirements to the Iowa City Water Division when materials or services are supplied by the Division are listed below. The Division makes every attempt to schedule services at requested dates and times, but reserves the right to schedule services based on staff availability, weather, and utility emergencies. Serve notice to the Water Division at 318-356-5160. 1. Two`-qay notice given before beginning water work. 2. Twenty, -four hour notice for a water tap request, with an approved water tap 3. For notic to customers of disruption of water service: a. Seven- d notice to Water Division of requested shutdown. b. Water cus mers receive 48 hour advanced notice of shutdown. 4. Schedule wate ipe testing a minimum,of 24 hours before preferred starting time. Projects equiring full testing of a pipe will only commence on a Monday, Tuesday �r Wednesday, unless special exception is granted by the Jurisdictional En neer. 5. For locations of underground facilitie , provide notice as required by Iowa One -Call system, 1-8000-Y,92-8989. 1.7 LICENSES AND APPLICATIONS A. City of Iowa City 1. Contractor's superintendent on t job water service installer issued by he it and services in Iowa City. 2. The Contractor or their ag t will b application forms and recor drawings. PART 2 PRODUCTS must have a license as a sewer and t to construct water and sewer mains for submitting tapping 2.1 All products used for water work shfll be from the list of °Apted Products for Water Distribution and Water Service Materiels" maintained by the low City W tslen b y special exception requests shall be submitted to the Jurisdiction ,Engine t° timely manner for review prior to installation. d Vale A 2.2 PIPE A. Polyvinyl Chloride (PVC) Pipe: Comply with AWWA C900 or AWWA C905 with gray iron pipe equivalent outside diameters. 1. Minimum Wall Thickness: a. 4 inch through 24 inch sizes: DR 18. b. Sizes over 24 inch: As specified in the contract documents. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 3 of 17 LJ 2. 3. Ductile 1. 5. Joint Type: Use push -on joint type, except as otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA C900 or AWWA C905. b. Integral Restrained Joint: AWWA C900 or AWWA C905 pipe with restraining system manufactured integrally into pipe end. c. Mechanical Restrained Joint: Ductile iron mechanical device designed for joint restraint of AWWA C900 or AWWA C905 pipe complying with the requirements of ASTM F 1674. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. Iron Pipe (DIP): Minimum Thickness Class: a. 4 inch through 24 inch sizes: Special thickness Class 52 according to AWWA C151. For directionally bored pipe, restrained joint pipe, and pipe suspended from structures, use special thickness Class 53. b. Sizes over 24 inches: As specified in the contract documents. Cement -mortar Lined: According to 4VWA C104 with asphalt seal coat. External Coating: Asphalt accordinJEgineer. AWWA C151. Joint Type: Use push -on type, unletherwise specified in the contract documents or as authorized by the a. ush-on: AccordingtoAWWA Cb. Me nical: According to AWWA11. c. Restrai Buried: Pipe manufaer's standard field removable system. d. Restrained, in ctures: Res e. Flanged: Accordin AWWA f. Grooved: According toAWWA g. Gaskets: According to A7ge. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth g 2.3 BOLTS FOR WATER MAIN AND 11. C111. gland, flanged or grooved. Use corrosion resistant bolts. A. Tee -bolts and Hexagonal Nuts for Mechanical Joints: 1. High-strength, low -alloy steel manufactured according to AWWA C111. t� 2. Provide ceramic -filled, baked -on, fluorocarbon resin coating for bolts and o { nuts. a o 3. Include factory -applied lubricant that produces low coefficient of friction v n for ease of installation. B. Other Bolts and Nuts: Stainless steel. { �n "'*camber 2016 CITY OF IOWA MY WATER DISTRIBUTION - 02660 Page 4 of 17 Z4 FITTINGS A. Comply with AWWA C110 (ductile iron or gray iron) or AWWA C153 (ductile iron). 1. Joint Type: a. For all pipe sizes, use restrained mechanical joint system. Provide follower gland using breakaway torque bolts to engage thrust restraint. 1) Minimum pressure rating same as connecting pipe. For fittings between dissimilar pipes, the minimum pressure rating is the lesser of the two pipes. 2) Suitable for buried service. 3) Joint restraint system to be field installable, field removable, and re -installable. b. Use of alternate restraint systems must be approved by the Jurisdictional Engineer. 2. Lined: Cement mortar lined according to AWWA C104 with asphalt coating. 3. Wall Thickness: Comply with AWWA C153. 4. Gaskets: Comply with AWWA 11. B. Flange Adapter: 1. Body: Ductile iron complying with STM A 536. 2. End Rings (Follower Rings): Duc ile iron complying with ASTM A 536. 3. Gaskets: New rubber compound d for water service and resistant to rmanent set. 4. Bh1ts and Nuts: High strength I w alloy corrosion resistant steel or C. Pipe 1. 2. 3. 4. steel bolts complying Comply with AWWA leeve (Center Ring) 53 or A TMA 512, or form d 30,000 p End Ring ( Ilo steel meetin o 1010-1020. Gaskets: New r permanent set. Bolts and Nuts: 2.5 CONCRETE THRUST A. Use Iowa DOT Class B. Comply with the cont blocks. Comply with 2.6 PIPELINE th ASTM A 307. 219. Steel pipe or tubing complying with ASTM A carbon steel with a minimum yield of )uctile iron complying with ASTM A 536, or the requirements of ASTM A 576, grade for water service and resistant top steel. concrete. I documents r dimensions and installation of thrust DAS Figure 50 101. A. Polyethylene Wrap: 1. Comply with AWWA C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.102 through 105. 1. Tracer Wire: Blue in color. a. Solid Single Copper Conductor: C1TY0 1C-CITYQ EP( 2017 OR 13 PH4:23 CITY OF IOIVA CrrY NATER DISTRIBUTION - 02660 November 2016 Page 5 of 17 1) Size: #12 AWG 2) Insulation Material: Linear low-density polyethylene (LLDPE) installation suitable for direct burial applications. 3) Insulation Thickness: 0.045 inches, minimum. b. Bimetallic Copper Clad Steel Conductor: 1) Size: #12 AWG. 2) Rating: Direct burial. 3) Operating Voltage: 30 volts. 4) Conductivity: 216/0. 5) Copper Cladding: 3% of conductor diameter, minimum. 6) Insulation Material: High density polyethylene. 7) Insulation Thickness: 0.030 inches, minimum. 2. Ground Rod: 3/8 inchter minimum, 60 inch steel rod uniformly coated with metallically bonds lectrolytic copper. 3. Ground -rod Clamp: High-strength, corrosion -resistant copper alloy. 4. Splice Kit: See "Accepted Products r Water Distribution Materials." 5. Tracer Wire Station: Reference rig s CIC -5010.102 through 105. 2.7 SPECIAL GA TS A. For soils conta ated with gasoline, use nil B. For other soil cont inants, contact the Eng 2.8 SMALL WATER SERVICE PIPE AND PURTEN A. Copper Tubing: No couplings or con ction., 1. Comply with ASTM B75 and AS E 2. Wall Thickness: Type K. 3. Packaging: Shall be in coils for sizes coils or straight pipe for size 2 -inch. B. Service Saddles: 1. Comply with ANSI/AWWA C800 and 2. Pressure Rating: Equal, but not to e) 3. Body Composition: 85-5-5-5 cast bra 4. Strap: Wide band, 304L stainless Ste 5. Nuts and Washers: 304 stainless s coating. 6. Threading: AWWA tap thread (CC h C. C7 ao Z� �o m D. ar M a� NrAUlba 2016 for the required gasket. under paving. 44nch through 1 Y: -inch, and in 92 P 62. d, SIG. with 304L tainless steel studs. Il, nuts su lied with fluorocarbon 7. Gaskets: Comply with section 2. of this specification. Corporation Valves: 1. Comply with ANSI/AWWA C 0 and ASTM B62. 2. Pressure Rating: 300 PSI maximum working pressure. 3. Body: "No lead brass" all oy, meeting ASTM B584. 4. Connections: Inlet shall be AWWA taper thread, outlet shall compression connection for CTS OD tubing. 5. Valve: Compression ball type. Ball Curb Valves: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. conductive CRY OF IOWA CITY WATER DISTRIBUTION - 02660 Page 6 of 17 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet and outlet shall be compression connection for CTS OD tubing. 5. Valve: Shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat, and end pieces shall have o -ring sealed with double o -ring seals. E. Curb Box: 1. Comply with ANSI/AWWA C800. 2. Style: Arch p slide style. 3. \ength: 5 -foot box, f9pot telescope, shall telescope up and down inside F, G. tN base casting. 4. Co g: Black dip inside nd out. 5. Rod: -inch diameter wit small key -clamp welded to rod; stainless steel road an otter pin; 42 -inch s long. Curb Box Lids: 1. All lids: a. Brass comp ents shall cc C83600-85-5-5\withl-inc visi b. Lids shall be t iroi c. Lid shall be colack 2. Regular applications a. Shall be tappeth b1 b. Shall be 2-holrn w 3. Cement applications a. Shall be tappc I raised letters. b. All pentagon brass plugs shal Straight Three -Part Unions: 1. Comply with ANSI/AWWA C800 2. Body: "No lead brass" alloy, mel 3. Connections: Conductivf both ends. 4. Gripper band shall be stainless can get underneath. 5. Conductor sp nc to ASTM B62 and ASTM B584, UNS per ASTM A48, Class 25. s insert. the "W° in a raised letter. pentagon plug with word "Water" in a 27/32 -inch point to flat side. B62. 8584. on connection for CTS OD on and ovkap itself so no gasket material shall provid$ metal to metal contact between copper tubing and t e fitting for 6. Entire gasket shall be enclo ed. 7. Fluorocarbon coating shal a on inside surface of nu . 8. Union pre sure rating shall be greater th the valve or fitting with which it is used. H. Yard Hydra : Shall be freezeless style. 2.9 NON -SHRINK GROUT Comply with Iowa DOT Materials I.M. 491.13. 2.10 VALVES CIT° F1G-CITVCLM',' 2017 MR 13 Fr14:23 A. General: 1. Valve Body: Manufacturer's name and pressure rating cast on valve body. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 7 of 17 2. Direction of Opening: The opening direction is counterclockwise as viewed from the top. 3. Joints: a. For buried installations, use mechanical joints per AWWA C111. Comply with 2.3 of this section for joint nuts and bolts. b. For installation within structures, flanged with dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. 4. Valve shall have been manufactured within 5 years of installation date. B. Gate Valves: 1. Standards: Comply with AWWA C509 (gray iron or ductile iron) and NSF 61, 2. Stem Seals: Double 0 -rings permanently lubricated between seals. Lubricant certified for use in potable water. 3. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. C. tterfly Valves: 1. Standards: Comply with AWWA C504 c ss 1508 or class 250B (gray i or ductile iron) and NSF 61. 2. Stem stainless steel according to A M A 240, Type 304, turned, ground, dnd polished. 3. For Seat on Body Valves: a. Disc: Ductile iron or gray iron w h plasma applied nickel -chromium edge or stainless steel edge acc rding to ASTM A 240, Type 316, and mechanically fixed stainless ste I pins. b. Seat: Synthetic rubber com and mechanically retained to the body. 4 For Seat on Disc Valves a. Disc: Ductile iron accordin to ASTM A 536 with synthetic rubber compound seat mechanical retained to the disc. b. Seat: Continuous Type 16 stainless steel seat. 5. External Bolts and Hex N ts: Stainless steel according to ASTM A 240, Type 304. D. Tapping Valve Assemblies: 1. Tapping Valve: Gate alve complying with AWWA C509. 2. Sleeve: a. Minimum 14 gale. b. Stainless steel ccording to ASTM A240, Type 304_ Full-body ductile iron may be allo ed for specific installations. c. Minimum wking pressure 150 psi. d. Must fully round pipe. e. Flanged ith dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. 2.11 FIRE HYDRANT ASSEMBLY A, Material: Comply with AWWA C502. 841 Manufacturers: See "Accepted Products for Water Distribution Materials." C. Fire hydrant assembly shall have been manufactured within 5 years of installation date. D. Features: 1. Breakaway Items: Stem coupling and flange. CRY OF IOWA CRY WATER DISTRIBUTION - 02660 Novembff4016 Page 8 of 17 2.12 2.13 2. Inlet Nominal Size: 6 inch diameter. 3. Inlet Connection Type: Mechanical joint. 4. Hose Nozzles: Two, each 2 1/2 inches in diameter, with caps attached with chains. 5. Direction of Opening: Clockwise. 6. Items to be specified: a. Operating nut: 1'/: inch, standard pentagon. b. Pumper nozzle one 41/cinch pumper nozzle. c. Nozzle threads: National Standard Hose Threads. d. Main valve nominal opening size: 4.5 -inch on main smaller than 12 - inch in diameter, 5.25 -inch on main 12 -inch and larger E. Painting: 1. Shop coating a cording to AWWA C502. 2. Color: Safety R d, unless otherwise indicated by the Water Division. F. External Bolts and Hex ts: Stainless steel according to ASTM A193, Grade B8. G. Gate Valve: Comply with th section. -� H. Pipe and Fittings: Comply wi this section. APPURTENANCES A. Flushing Device: As specified in the` ontract d uments. B. Valve Box: 1. Applicability: For all buried valv 2. Manufacturer: See "Accepted Pro u is for Water Distribution Materials." 3. Type: Slip (slide) type. 4. Material: Gray iron. 5. Cover: Gray iron, labeled "WAT R" 6. Wall Thickness: 3/16 inch, mig�mum. 7. Inside Diameter: 5 inches, m'himum. 8. Length: Adequate to bring t p to finished grad , including valve box extensions, if necessary. 9. Factory Finish: Asphalt co ting. 10. Valve Box Centering Rin :Include in installation. C. Valve Stem Extension: Provide s necessary to raise 2 inch erating nut to within 5 or 6 feet of the finished grade. Stem diameter accordi to valve manufacturer's recommendations, but not less than 1 inch. Sh I be stainless steel. I D. Stainless Steel Repair Clamps: 1. Comply with AW WA C230. 2. All stainless steel, single section, double section, or ple section, depending upon size of main. 3. Shall have stainless steel bolts and nuts. LUMBER �.i,1 YQr C -C TYCLER" A. Lumber for bracing or supports shall be hardwood. (i.e. oak, m` W?1s94:2g creosoted lumber in contact with piping materials. 2.14 WATER CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 9 of 17 A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. 2.15 DISINFECTION AGENT -CHLORINE A. Liquid Chlorine complying with AWWA B300 and AWWA 3301. B. Sodium Hypochlorite complying with AW\A B300. C Calcium Hypochlorite complying with AW A B300. D. ATr<isinfecting agents to be NSF 60 certifed. Supply and store in the original PART 3 EXECUTIO 3.1 REFERENCES AND A. Contractor must have all r'Lhqyired documents t the site before commencing with the work. Water mains, valve ,hydrants, and splecial fittings shall be installed in the locations shown on the plans or directed by t' e Engineer. B. Valves, fittings, hydrants and ductil on pipe s all be installed in accordance with ANSI/AWWA C600 except as noted h in. C. PVC pipe must be furnished and instal in ccordance with AWWA M23 and ANSI/AWWA C605 except as noted herein. D. Contractor must prepare and retain a set of "a \it awings on the job site with accurate and current information on the locatil valves, pipe and special construction features. Surveyor GPS points ared, but not in lieu of, written as -built information. Minimum information re or submittal to the Water Division: 1. Pipe size and material, length of pipe b tin (center -to -center) 2. Fitting type, size, restraint type, note if isertic or horizontally 3. Tracer wire box locations 4. Any changes in pipedepth, and whe ths buried ater than 7 feet or less than 5 feet 5. Any special fittings or construct n materiE. Contractor shall have all buried utilities located bya One -Call Utili Location service and shall do exploratory excavation assary to determin pecific conflicts between existing utilities and new water main. 3.2 PIPE INSTALLATION � A. General: 0aa 1. Do not use deformed, defective, gouged, or otherwise damaged pipes or fittings. 2. Keep trench free of water. Clean pipe interior prior to placement in the trench. a =? ,A W CITY OF IOWA CITY WATER DISTRIBUTION - 02660 Noir 2016 Page 10 or 17 3.3 91 C. 3. Clean joint surfaces thoroughly and apply lubricant approved for use with potable water and recommended by the manufacturer. 4. Push pipe joint to the indication line on the spigot end of the pipe before making any joint deflections. 5. Limit joint deflections to one degree less than pipe manufacturer's recommended maximum limit. 6. Tighten bolts in a joint evenly around the pipe. 7. Install concrete thrust blocks on all fittings 12 -inch in diameter or larger as calculated by the design engineer (comply with SUDAS Figure 5010.101). For fittings resulting in any changes in the horizontal alignment, vertical alignment, or cross-sectional area of the pipe, install restrained joints within length(s) designated by the design engineer. When specified in the contract documents, install both concrete thrust blocks and restrained joints as designed. Follow Figures CIC -4C.1, CIC4C.2, and CIC - 020.201 for thrust restraint quirements for fire hydrant assemblies. 8. p exposed pipe ends clos d with rodent -proof end gates at all times whe pipe installation is not oc urring. 9. Close die ends of the installed ipe with watertight plugs during nights and non- orking days. 10. Do not alto any water from distribution s tem piping until completed. 11. Pipe bedding anackfill, and conform to theor as dire) new pipeline to enter the existing sting and disinfection are successfully Additional requirements for DI installa 1. Utilize full-length gauge ipe fo selected for cutting to venithe tolerances. 2. Cut the pipe perpendicular to die. lining. Bevel cut the ends for p l manufacturer's recommendation: 3. Encase all pipe, valves, and fittin Additional requirements for PVC pipe in: 1. Cut the pipe perpendicular to the end of the pipe barrel to match fa 2. When connecting to shallow-dep fittings or valves, cut the spigot e Deburr the end and form a oartia POLYETHYLENE ENCASEMENT Q C. :h width within the pipe envelope, shall by the Engineer. field cuts. Alternatively, field -gauge pipe utside diameter is within allowable barrel. Do not damage the cement joints according to the polyethylene. )ipe arrel. Deburr and bevel cut spigot :toryb vel. Re -mark the insertion line. I bells, ch as on some cast iron d square o remove factory bevel. bevel on tend. CITY13FIC-CITVCLFRK 2017 APR 13 PM4:29 Apply two layers of polyethylene encasement to buried ductN iron pipe and to buried fittings, fire hydrants, and appurtenances. The polyethylene encasement is used to prevent contact between the pipe and the bedding material, but need not be airtight or watertight. Install polyethylene encasement according to AWWA C105, using tubes orflat sheets, and pipe manufacturer's recommendations. Do not expose the polyethylene encasement to sunlight for long periods before installation. CITY OF IOWA CITY WATER DISTRIDUT]ON - 02660 November 2016 Page 11 of 17 D. Remove all lumps of clay, mud, cinders, etc. on the pipe surface before encasing the pipe. Take care to prevent soil or bedding material from becoming trapped between the pipe and polyethylene. E. Lift polyethylene -encased pipe with a fabric -type sling or padded cable. F. Secure and repair encasement material using polyethylene tape, or replace as necessary. G. If existing polyethyleneasement is cut away for additional work, exposed area shall be rewrapped to ure no metals are exposed to bedding material. 3.4 TRACER SYSTEM INSTALLATION A. Install with aNkuried water main pipin Comply with Figures CIC -5010.102 through 105 fort er wire installation. B. Begin and terminate a system at all cc ections to existing mains. C. Install wire continuously ong the ten or t o position of the pipe. Do not install wire along the bottom of the e. Attach w e to the pipe at the midpoint of each pipe length, use 2 -inch wide, 1 it thickne polyethylene pressure sensitive tape D. Install splices only as authorized by Engi er. Allow the Engineer to inspect all below grade splices of tracer wire pr to acing the backfill material. E. Install ground rods adjacent to con nectio to xisting piping and at locations specified in Figures CIC -5010.102 through and Figures CIC -4C.1 and CIC - 4C.2. Ground rods must have direct contact h native soil/undisturbed ground. F. Bring two wires to the surface at each fire hydr location and terminate with a tracer wire station (comply with Figure CIC -501 . 2 and CIC -5010.105). G. Final inspection of the tracer system will be co duc d by the Water Division at the completion of the project and prior to acceance y the owner. Verify the electrical continuity of the system. Repair disc ntinuiti H. A minimum of 18 inches of wire slack at every racer wir terminal box lid shall be installed. I. Every splice along the tracer wire)dirted minimum o 8 inches of wire slack added to the line. J. No uninsulated wire shall be instay length of run r at splice points. All exposed wire shall be mendedby Water Divisi personnel, and all splices shall includedielectric K. Ground rods should be placed 6 trom the pipe and of make contact with any part of the water system utility. 3.5 LOCATION, ALIGNMENT, SEPARATION & GRADE A. No water pipe shall pass through or come in contact with any part of a sewer manhole. B. Should physical conditions exist such that exceptions to this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. G. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials ? may be laid within 75 feet of a public well and within 50 feet of a private well but A tj no closer than 25 feet of either. 1� Horizontal Separation of Gravity Sewers from Water Mains- CrrY OF IOWA CRY WATER DISTRIBUTION -02660 November 2016 Page 12 of 17 e Prate gravity sewer mains from water mains by a horizontal distance of at t 10 feet unless: The top o sewer main is at least 18 inches below the bottom of the water main, d The sewer is p ced in a separate trench or in the same trench on a bench of undist ed earth at a minimum horizontal separation of 3 feet from the water m When it is impossi to obtain the required horizontal clearance of 3 feet and a vertical cleara ce of 18 inches between sewers and water mains, the sewers must be c nstructed of water main materials meeting the =rements set forth this section. However, provide a linear s paration of at least Met. E. Separatio of Sewer Force Me s from Water Mains: Separate sewer force mains and ter mains by a ho 'zontal distance of at least 10 feet unless: 1. The fo a main is const cted of water main materials meeting a minimu ressure rat in of 150 psi and the requirements of Section 02260, 2. and 2. The sewer rce main is laid at least 4 linear feet from the water main. F. Separation of Sewer nd Wate Main Crossovers: 1. Vertical separa 'on of s nitary and storm sewers crossing under any water main shou be least 18 inches when measured from the top of the sewer to the b to of the water main. If physical conditions prohibit the separation, the er may be placed not closer than 6 inches below a water main or 18inc s above a water main. Maintain the maximum feasible separation is nce in all cases. The sewer and water pipes must be adequately su orte nd have watertight joints. Use a low permeability soil r backfi material within 10 feet of the point of crossing. 2. Where the sari ty sewer osses over or less than 18 inches below a water main, I ate one full le gth of sewer pipe of water main material so both joints as far as possi a from the water main. 3. Where the toren sewer crosse over or less than 18 inches below a water m ' , locate one full lengt of sewer pipe of water main material or reinforc concrete pipe (RCP) w h flexible O-ring gasket joints so both joints a as far as possible from t water main. G. Surface Water rossings: Comply with the ecommended Standards for Water Works, 2012 dition. 1. Above ater Crossings: Ensure the p e is adequately supported and anchored; protected from vandalism, mage, and freezing; and accessible for repair or replacement. 2. Underwater Crossings: Provide a minimum cover of 5 feet over the pipe unless otherwise specified in the contract documents. When crossing water courses that are greater than 15 feet in width, provide the following: a. pipe with flexible, restrained, or welded watertight joints, b. valves at both ends of water crossings so the section can be isolated for testing or repair; ensure the valves are easily accessible and not subject to flooding, and c. permanent taps or other provisions to allow insertion of a small meter to determine leakage and obtain water samples on each side of the valve closest to the supply source. 3.6 VALVES November 2016 CITYQFIC-CITYCLERIC 2017 APR 13 pm4:29 CITY OF IOWA CITY WATER DISTRIBUTION - 02660 Page 13 of 17 A. Set valves on precast concrete bases. B. All valves connected to pipe 4 -inch diameter and larger shall be restrained to the pipe. C. Valve boxes should be centered over valve operating nut and run straight and true (not angled). D. Valve boxes set in paving shall not be installed with an expansion joint. 3.7 FIRE HYDRANT A. Install according to Figure CIC -5020.201. B. Fire hydrant valve is positioned adjacent to the water main, attach it to an anchor tee. C. Fire Hydrant Depth Setting: 1. Use adjacent finished grade to determine setting depth. 2. Set bottom of breakaway flange between 2 and 5 inches above finished grade. �-3.If finished grade is not to be completed ring the current project, consult with p the Engineer for proper setting det . D. Coordinate.jnstallation with tracer wire Inst Ilation. E. Orient fire hy-crant nozzles as directed by e Engineer or Inspector. 3.8 TAPPED CONNECTIONS UNDER PRESSURE A. Follow manufacturer's installation it B. Tapping mains for new connecbgn! the Water Division. This includes ct C. A new and site specific tapping appl of size, and submitted to the We completed and include location, n drawing, and materials of constru 3.9 WATER MAIN OPERATIONS I to 12 -inch in diameter shall be done by ms made on public and private mains. must be prepared for each tap regardless ision. The tapping application must be '6.,address of water customer, schematic A. All work which involves op er ing the active public ter distribution system will require the notice, consent, a proval, and assistance of e Water Division. B. An accurate and legible cop of the "as -built' drawings muI be on file in the Water Division office prior to using Pe water supply. C. If requested by the City, th contractor will work with Water vision personnel to submit a plan for initial op rations and a plan for final opera ions to the Water Division for approval. The plans shall include a drawing and ty d list of actions which show all the significant steps necessary to connect to th existing water distribution system or conduct the filling, flushing and testing o rations. The purpose of both plans is to minimize the impact of service interruptions nd pressure and flow variations on the water distribution system and existing custo rs. PART 4 DISINFECTION AND TESTING FOR POTABLE WATER SY 4.1 GENERAL A. Upon completion of a newly installed water main or when repairs to an existing water CITY OF IOWA CITY WATER DISTRBLMON - 02660 Novembe 111 Page 14 of 17 system are made, the main shall be disinfected according to instructions listed in ANSI/AWWA C651 and the following specifications. B. As stated in the AWWA C651, "the final water quality test is not the primary means for certifying the sanitary condition of a main." If large amount of sediment, or any foreign material (sod, wood, plastic, etc.), is found during the testing of a pipe, all testing shall cease. The%elesall be disconnected and cleaned out, and the Jurisdictional Engineer or tresentative shall verify the pipe is clean before testing can resume. Foreigr in a pipe automatically constitutes a failed test. C. Any time a ater pipe is repaired, a one bacteriol ical sample will be r 4.2 SCHEDULING AND A. Notify the City Inspector,\sentative Wr Divisio, or disinfection operationdinate tIY B. The Engineer or his/herntative istesting or disinfection. C. Entire testing sequenceent shtimeframe. If testing seo segrsatisfactorily completed o wesequence for segment sove rofor other segments mayted. D. Testing shall not commence until all com tracing system), and an as -built and cora review, j 4.3 SEQUENCE OF TESTING AND m regime of flushing the pipe and taking for testing purposes. two working days in advance of testing operations. �quired to be in attendance during be completed within an appropriate nt, including tracing, is not s from initial disinfection, testing initial disinfection. Testing schedules s are installed correctly (including materials list are submitted for Perform operations according to AWWA C 1 in the sequ ce below. Successfully complete each operation before continuin to the next opera 'on. All mains shall pass bacteriological testing before pressure to ting is allowed. Tes g segments shall be no longer than 1200 feet along one main. II legs /lateral mains sh II be tested as separate segments. Long main lines over 1200 eet in length shall be test\d in discrete testing segments, and adjoining in-line testi segments shall not be test together in any manner. Water mains must pass al testing before any main or se a taps are allowed. A. Tablet Method (Concurregt with Water Main Installation): 1. Perform disinfecttjbn. 2. Flush after disinfection. 3. Perform bacteria tests. 4. Perform pressure and leak testing. B. Continuous -Feed or Slug Method (After Water Main Installation): Use this method only if approved by the Jurisdictional Engineer. The sequence of testing and disinfection may be modified with approval of the Jurisdictional En�gg_ineer. 1. Perform initial flush. CIT-WIC-CITYCLERK 2. Perform disinfection. 2017 APR 13 Pri4:23 3. Flush after disinfection. 4. Perform bacteria tests. 5. Perform pressure and leak testing. CITY OF IOWA CRY NATER DISTRIBUTION . 02660 November 2016 Page 15 of 17 4.4 4.5 DISINFECTION A. General: 1. Disinfect according to AWWA C651. 2. Keep piping to be chlorinated isolated from lines in service and from points of use. 3. Coordinate disinfection and testing with the Inspector. 4. Obtain and test water samples, unless otherwise provided by the Jurisdictional Engineer Procedure: 1. Induce a flow of potable water throuc h the pipe. 2 Introduce highly chlorinated water to he pipe at a point within 5 pipe meters of the pipe's connection to an existing potable system, or within 5 pip iameters of a closed end, if tl iere is no connection to an existing system. 3. Introduce wa containing a mini entire new pipe c tains a minimi 4. Retain chlorinated w r in the pil than 48 hours. 5. After 24 hours, a detectabl ree equal to 0.2 mg/L for the table mg/L for the continuous feed m4F FLUSHING of 25 mg/L free chlorine until the 25 mg/L free chlorine. at least 24 hours and no more )rine residual of A) greater than or od or B) greater than or equal to 10 I shall be found at each sample point. A Flush pipe using potable water u I chlorine resi al equals that of the existing potable water system. B. Dispose of chlorinated water to revent damage to \conions ent. Dechlorinate highly chlorinated water from t sting before releasinound or sewers. Obtain Jurisdiction approval p or to flushing activiti 1. Check with the local sewer department for tof disposal to the sanitary sewer. 2. Chlorine residual of water being disposed wzed by treating with one of the chemicals listed in the follow Table 5030.02: Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100.000 Gallons of Water Residual Chlorine Concentration mg/L- Sulfur Dioxide (SO2) Ib Sodium Bisulfite (NaHS03) Ib Sodium Sulfite (Na2SO3) Ib Sodium Thiosulfate (Na2S203 + 5H2O Ib Ascorbic Acid (C608H6) Ib 1 0.8 1.2 1.4 12 2.1 2 1.7 2.5 2.9 2.4 4.2 108.3 12.5 14.6 12.0 20.9 50 417 62.6 73.0 60.0 104 4.6 BACTERIOLOGICAL TESTING CITY OF IOWA CRY WATER DISTRIBUTION - 02660 Noccmb,T 2016 Page 16 of 17 Test water mains according to AWWA C651. After water has sat in the testing segment for 24 hours without water use, and without flushing the pipe, two sets of samples shall be taken 15 minutes apart while the sampling taps are left running. If the initial disinfection procedure fails to produce satisfactory bacteriological results, or if other water quality is affected for any reason, the system shall be reflushed and resampled. If the check samples fail, the system shall be rechlorinated and testing repeated. 4.7 PRESSURE AND LEAK TESTING A. Secure unrestrained pipe ends against uncontrolled movement. B. Isolate new piping from the existing water system. C. Fill and flush all new piping with potable water. Ensure all trapped air is removed. D. Pressurize the new pipe to the test pressure at the highest point in the isolated system. Do not pressurize to more than 5 psi over the test pressure at the highest point in the isolated system. E. Test and monitor the completed piping system at 1.5 times the system working press re or 150 psi, whichever is greatel for 2 continuous hours. R If them sured pressure loss does not 4xceed 5 psi, and the pressure does not drop belo 150 psi, the test will be cons ered acceptable. G. Repair all v1 ' le leaks regardless of tes . H. Addition of ma eup water is not allowect 4.8 SYSTEM TRACE A. All tracer wire terminal boxe hall to grade, located appropriate distance from hydrant/valve, and with tracer Ire orrectly attached. A Water Division locator shall complete a trace of the ne ipe(s), including connections to existing main. Any tracing deficiencies notedby locator shall be corrected and retraced until the entire system traces out torr ctl . 4.9 SYSTEMS CHECK A. Valve Operations: All valves all be l\and tested to verify operation. Remove the valve box lid, insert the v ve key nd close each valve. B. Hydrant Operations:1. After the hydranth been ina main and hydrant have been pressure tested, e h hydrahad and checked for proper operation. 2. After hydrant has been flushedd the for drainage. This is done by placing a hand over the nozand ch king for a vacuum. Then check the hose thread for proper fit. 3. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. 4.10 PUTTING WATER MAIN IN SERVICE The Water Division shall put the completed water system in service onlyCaff$F Sys3em fias;_Fi satisfactorily passed all testing and documentation requirements. 20!7 APR 13 -4:2c CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 17 of 17 SECTION 02670 ADJUSTMENT AND REMOVAL OF MONITORING WELLS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, ooIs and equipment to adjust existing monitoring wells as directed by the Engine B. Furnish labor, mated tools and equipment to remove existing monitoring wells as directed by the Engin er. REFERENCES: A. Iowa Administration ode — Chapter 39. B. to eologicSury y — Technical Information Series 15. 1.03 QUALITY A. Adjustment of mo ' oring wells and removal of monitoring wells shall be performed by an Iowa State Li sed Driller. B. Disposal sites s II corn with all applicable Iowa Department of Natural Resources (DN and Unit States Environmental Protection Agency (EPA) regulations. C. Comply with al state and local ordi nces pertaining to hauling and disposal of rubbish, broke concrete, stone, castin if not reused, and other waste or debris resulting from work under this section. D. Complete all necessary Federal, State `surd to I government agency applications and forms associated with drilling and monitoring ell removal. 1.04 SUBMITTALS: A. Locations of disposal sites. B. Appropriate Federal, State and local government agency for and applications as stated in item 1.03.D above. PART2-PRODUCTS 2.01 MATERIALS: A. Bentonite will only be used by a state -licensed driller.2017 PPR 18 P0:2'� IT`Iu�t-GA''C 02670-1 PART 3 - EXECUTION 3.01 TECHNIQUES: The work in this section will conform with the applicable sections of the Iowa Administrative Code and the Iowa Geologic Survey Technical Information. 3.02 INSPECTION A. Inspection as required by Federal, State and local agencies. 3.03 PROCEDURES: 0 1. all corporations, companies, i own ipe lines, water lines, gas facilities, Shdother public or private i known to bei a project area. 2. Protect active utilities. 3. If active utilities not shown o lans or take necessary measures to p tec service. 4. If active utilities are damaged or section, the Contractor shall re, utility service under these ci� expense. B. Site Protection Measures als and state or local authorities buried and overhead electric shown on the plans or otherwise encountered, the Contractor shall utilities and to maintain them in as a result of work under this immediately. Restoration of 6hall be at the Contractor's 1. Provide Traffic Control necjfssary per Section 01570. 2. Barricade open excavat ns or depressions resulting fromrk during non- working hours and/or i of working in immediate area at gi n time. Provide suitable warning lightt adjacent to excavation and work area 3. Warning lights shall be kept operational during all non-worki6g and non- active periods. C. Site Access Measures 1. Contractor shall perform adjustment and removal operations so as to maintain access to adjacent properties and businesses. ra o D. No material or debris shall be buried within project work area. All unsuitable material D'n resulting from removal shall be hauled to and disposed of at a Contractor -furnished � site approved by the Engineer or the landfill. The Contractor shall pay the current tipping fee at the landfill. w� i r - a r- u�70 w;K 02670-2 3.04 REMOVALS: A. Monitoring Well 1. Removal shall be to limits noted on plans or as directed by the Engineer. 2. Monitoring wells shall be removed per method and requirements stated in the references in 1.02 of this section. 3. Removal operations shall conform to construction phasing noted on the Smatedals r as directed by the Engineer. 4.Alste materials and de is from monitoring well removals shall be d from the site and dis osed of by the Contractor. B. MoWell 'ustments 1.ring we[ ocated within a construction limits will be adjusted so that ver castin are flush th the final grade. 2.castings dama d whit removing from well will be replaced at the ctor's expense. 3.te materials shall be moved from the site and disposed of by the Contractor. 11/00 sharedlengine ftpecsi102670.dw 02670-3 CIZ°a°OFIC-F;.dT ci_-qi- PARTI- GENERAL 1.01 SU ARY: A. Cc tructic wast ate] 1.02 REFERENCES: A. Reinforced SECTION 02700 SEWERS i of pipinv and structures for the collection and transmission of and storm ater. 1. ASTM C76,1 Culvert, Storrs 2. ASTM 0443, Concrete Cul, 3. ASTM C361, Low -Head Prn B. Reinforced Concrete - For Sanitary and Storm Sewers edition, Standard Specification for Reinforced Concrete in and Sewer Pipe. edition, Standard Specification for Joints for Circular n ewer Pipe, Using Rubber Gaskets. t editi , Standard Specification for Reinforced Concrete Pipe. Pipe - F®rLorm Sewers 1. ASTM C506, latest edition, Spe 'ftcation for Reinforced Concrete Arch Culvert, Stor Drain and Sewer Pip C. Vitrified Clay Pipe 1. ASTM C7 0, latest edition, Standa\Specifica for Vitrified -Clay Pipe, Extra Stre gth, Standard Strength, . 2. ASTM C425, latest edition, Standan for Compression Joints for Vitrified -Clay Pipe and Fittings. Ci , ,_,� ,,., w����t���?s ��f d'.s[,.i'fs'"��, D. Ductile Iron Pipe 201-7 PPR 13 Pr]'. _'3 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Design of Ductile -Iron Pipe. 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.1 1/C1 11, latest edition, Rubber -Gasket Joints for Ductile - Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 02700-1 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile - Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 8637Wd 61 MdU LTbz ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe — For Sanitary Sewers 1. ASTM D1784, latest edition, S (P Compounds and Chlori Com ation for Rigid Poly (Vinyl Chloride) Poly(Vinyl Chloride) (CPVC) 2. ASTM D2321, lates tion, Re mmended Practiice for Underground Installation of Flexible Th opl stic Sewer Pipe. 3. ASTM D2680, latest edition, Butadiene -Styrene (ABS) and Sewer Piping j 4. ASTM F477, latest edition, for Joining Plastic Pipe G. Manholes Specification for Acrylonitrile - yl Chloride) (PVC) Composite for PUFnstomeric Seals (Gaskets) 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. 02700-2 B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. 1, C. Shoring:mit plans for all shoring, excluding trench boxes, certified by a professional ngineer registered in the State of Iowa. This submittal will not be reviewed for tructural adequacy by the City. 2 -PRODUCTS 2.01 AI ATERIALS. A. \ Reinforcedponcrete Pipe - For Sanitary and Storm Sewers ts: All joints will be confined O-ring gasket meeting ASTM C443 or M C361, as specified. All pipe 36 -inch diameter and smaller will have and spigot joints. Pipe larger than 36 -inch diameter may have tongue groove joints. 2. 4Thickness: Minimum wall thickness will be B -wall as defined in ASTM or Class C25 as defined in ASTM C361. 3. Pip trength: Pipe strength shall be as specified on the plans. If not spe ifiIL4 'the minimum pipe strength shall be Class III as defined in ASTM C76 r defined in ASTM C361. •4. Pipe Markini)g: All pipe shall be marked with the date of manufacture and ASTM class. ff quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. 41TYPIC4,TTW0 cP;� 2017 RPR i.3 PO:. '9 B. Reinforced Concrete Pipe - For Storm Sewers 02700-3 1 EE:trWd ST ddU LTOZ )(d3 13AM-DIJOhilD Q 3. 4. 5. Cs011 Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. Pipe Strength a. Circular pipe: Pipe strei specified, the minimum ASTM C76. b. Pipe strenc 1rch.rpeipe: d,theminimum n C506. Pipe Markings: All pip hall It ASTM class. If quadrant r ' fo the outside of the pipe. Lift holes are not allowed. shall be as specified on the plans. If not strength shall be Class III as defined in shall be as specified on the plans. If not >e strength shall be Class III A as defined marked with the date of manufacture and ament is used, the top shall be marked on Minimum Bedding — Type I per ASTIVI�C 12 with compacted granular material to the springline of t e pipe. C. Vitrified Clay Pipe Joints: Shop drawing of gasket)nstallation and joint�ssembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700.\ 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: 02700-4 F G. a. Inside of pipe and fittings: Double thickness cement lining and bitumi- nous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4, Minimum Bedding —Type 5 per ANSItAWWA C15OIA21-50 with compacted granular material to the springline of the pipe. PVC Truss Pipe — For Sanitary Sewers All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum edding depth shall be as specified on the plans. If not specified, the minim bedding depth shall be 4" below the pipe. Vinyl Chloridel(PVC) Pipe — For Sanitary Sewer Service Lines IX All PVC pip$ shall be manufactured in accordance with ASTM D3034. 2. Xpints: ASTM D3212 gasketed. 3. All Mand 61 services shall be SDR 23.5. 4. Minimu Knrushed stone encasement to 6" above pipe. The minimum h shall be as specified on the plans. If not specified, the minimudepth shall be 4" below the pipe. Corrugated Plasticbsurface Drainage 1. Corrugateda smooth interior wall shall meet the standards of ASTM F94n ructed of resins meeting the requirements of ASTM D1784, cel4 . 2. Corrugated DPE with a sm oth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" abQ�to plip� nA 4pCiv cPit'�tC—� T Manholes 20_t7APR 1S`�-t°29 1. Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 02700-5 66:I7Wd 61 NdU LI OZ ; Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non - rocking. 7. Manholes in pavii� shall have an interior Cretex chimney seal (or approved a, equal) that spans Am the casting to the cone section. Bedding: 1. Granular Standard PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE: shall consist of porous backfill material, IDOT ion 4131 and Section 4109, Gradation No. 29. A. Inspect before installation. Remov4 and rtlace defective sections. B. Alignment and Grade 1. Install to line and grade indated on plans bsing laser and check elevation as required to maintain gra 2. Driving down to grade by sgiking or with excess ib� force from excavating equipment is not allowed_ i 3. Blocking the pipe to grad with wood, stones or other materials is not allowed. \ C. Bedding Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. 02700-6 D. Connections A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. Backfill as specified ir}6%tion 02220. G. Clean pipeline upon H. Tolerances deviation in a sewer I dia ter from the horizon Engine will not be allowec Engineer, ust be relaid at will be allow only if the backfall when it its are re when one or more a lent s section more than 1/8 inch per foot of pipe or vertical alignment, as established by the d all sewer laid incorrectly, as determined by the Contractor's expense. This tolerance in grade er is designed at a slope sufficient to prevent ad. Under no condition will a sewer be accepted have been installed without "fall". 2. The completed sewer Nst1be laid so nearly in a perfect line that an ordinary electric lantern held at cenV of the sewer at a manhole may be wholly visible to the eye at the level of the sqXer at the next manhole. 3. Sags and reverse slope on proper grade. 3.02 TESTING OF PIPE., A. Lamp all pipe to visually is prohibited. Remove and relay pipe to for defects and B. Leakage Tests: Perform leakaa tests on all sanitary sewbIS4.s follows: 1. Perform after completitin of backfill. q�tuyy 2 _ IyT _F trAT®�filE-<"s.'V+L 9 Y4ri_'.-.1^.�k 2. Perform after groundwater has returned to normal level. 2017 APIR 13 F ffl:30 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. 02700-7 a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. ZE LY d $T ddH LT OZ b. If groundwater is less than two foot above top of pipe at upper end, 1lI�-IQhiZJ conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximu /z -mile for sewers) and before connection to buildings. Low- pressure a tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure test: Nesigl d for testing sewers using low-pressure air. (2) rovide it regulator or safety valve so air pressure does not (3) All air th h single control panel. b. Procedure (1) Perform from an le -to -manhole after backfill. (2) Place pneuma c plugs: ) sealing length: equal to or greater than pipe dia eter, (b) pable of resisting internal test pressure witho external br ing or blocking. (3) Introduce low- essure air int sealed line and achieve nternal air pres ure 4 psig great than maximum pressure exerted by grow dwater above pip nvert. (4) Limit internal pre sure in sealed line low 8 psig. (5) Allow two minu as minimum for air p essure to stabilize. Disconnect low- ressure air hose from c ntrol panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 02700-8 i 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the r pipe. If pressu a drop exceeds 1.0 psig during the test period, the test shall be consi ered to have failed. Locate and repair leaks and retest as 6. Infiltrate Test a. De to b. Locate C. Allowat 7. Exhitration Test a. Subject si upstream manhole 1 two feet a water in ti conduct test for at least 24 hours. repair leaks, and retest as required. filtration%clean including manholes, fittings, and connections: er inch diameter per mile per 24 hours. al pressure by: (1) plugging the inlet of the m manholes, (2) filling sewer and upstream e until the water elevation in the manhole is rve top of sew or two feet above the existing ground trench, whicheve ' the higher elevation. b. Use suita le ties, braces, and we es to secure stoppers against leakageom test pressure, where onditions between manholes may resul in test pressure causing leaXge. C. Rate of leakage from sewer: Determined by the tamouliYpof wafefi-^ p "F required to maintain the initial water elevation for oae)fi3d?- firoQh'6'4 'O start of the test d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. 02700-9 GE:bHd 61 8dU LTCB:. e Modification to this test only as approved by the Engineer. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of ± .001 ". Proving rings shall be available. 2. The mandrel inspection shall be reaching final trench backfill grad sufficient water densification soil throughout the entire trent installation) deflection shall not diameter. The mandrel shall be sewer lines. Any sections of the \ uncovered and the Contractors a backfill material to the satisfacti n all be retested with the ao/no a The E neer shall be resp may be d to assist in dimensioning all be furni diameter and tvo of flexibl 3.03 CONSTRUCTION AND INST, INTAKE STRUCTURES: A. Set bases true to line and conducted no earlier than 30 days after e provided, in the opinion of the Engineer, nfall has occurred to thoroughly settle the depth. Short-term (tested 30 days after xceed 5% of the pipe's average inside and pulled by the Contractor through all ewer not passing the mandrel test shall be II replace and recompact the embedment of the Engineer. These repaired sections o mandrel until passing, i ible for approving the mandrel. Proving rings reis- Drawings of the mandrel with complete ed by the Contractor to the Engineer for each pipe. OF MANHOLES, MANHOLE BOXES AND on i' Vimum six-inch granular backfill material. B. Install O-ring or profile 'ask t in joints etween sections conforming to manufacturer's standard. C. Cast in place inverts must prov' e a channel at least o -half the depth of the pipe and match the full cross -se nal area of the pipe. All t ctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. 02700-10 G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of full capacity of ariy drainage waterNkto the sanitary sewer working day, the Contractor shall reestablish the �m affected by construction. Diversion of storm m is not allowed. B. Sanitary Shyers: The ContractPr shall at all times maintain full capacity in the sanitary sewe ystem and prot t the system from storm water. C. If pumps are use or the pump readily at han The Supervisor of the Iowa ity the responsible person ftV and/or replacement in cas to storm sewers or waterw, 3.05 CONFLICTS iver ion of flow, the Contractor shall have a stand-by ;on actor shall provide the Police Department and the Jas ewater Treatment Plant with phone numbers where be eached 24 hours a day to make immediate repairs if d ersion system failure. Diversion of sanitary sewage Os i not allowed. A. Provide temporary support for or services that cross the tren B. Compact backfill under the C. Separate gravity sewers from unless: water, gas, telephone, power or other utilities itilit rossing as specified in Section 02200. mains b horizontal distance of at least 10 feet 1. Top of sewer is at least 18 inches below the bbtom of the water main. 2. Sewer is placed in separate trench or in same tre ch on bench of undisturbed earth with at least three feet separation form the wafhLmain. D. Use water main materials for gravity sewers with less thaN010 feet of horizontal distance and top of the sewer less than 18 inches below the ftllorn of the water main; maintain a linear separation of at least two feet. C7 €FIa M, TYCL C Rai E. Where gravity sewer crosses over water main or service or where tte top o�serr%r"�;� is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 02700-11 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water maimaterial meeting a minimum pressure rating of 200 psi. 2. TI1s�orce main is laid at least four linear feet from the water main. 06/03 s ared�ngineerspem-nQ2700. doc M: PHd EI ddti LI OZ M3-136113-OIJOUID M 02700-12 PART 1 -GENERAL 1.01 SECTION 02750 JACKED CROSSINGS A. Fu7iNklabor, materials, tools and equipment to install carrier pipe and casing pipe by bori and jacking or by sirkiilar approved methods. 1.02 REFERENCES: A. American Railw� Non -Flammable B. IDOT Standard 1.03 QUALITYASSURANCE: A. Unless otherwise specified, tl the Contractor, provided that the Engineer. Such appro% responsibility for making a s boring and jacking operation qualifications shall be submit work. I PART2-PRODUCTS 2.01 CASING PIPE MATERIAL: "Specifications for Pipelines Conveying edition. me' e ods and equipment used shall be the option of prop ed methods and equipment is approved by shall i no way relieve the Contractor of the sfactory i tallation. Only workers experienced in shall be usX to perform the work. Statement of and approve y the Engineer prior to the start of A. Steel pipe to be used as a casing pipe for sanitary sewer or water\ain shall conform to ANSI Specification B36.10, current edition, with a minimum yield strength of 35,000 psi and nominal diameter and wall thickness as indicated on the plans. Pipes with exterior projections necessitating excavation larger than pipe body will not be permitted. B. Concrete for casing pipe bulkheads shall be Class C. 2.02 CARRIER PIPE MATERIALS: A. Water Main: CiTY0FIC-C)<TY0_� _ 2017 APR 1.3 Pwl:30 Ductile Iron Pipe, Class 52, Conforming to AWWA C-151, and the following: a. Mechanical joint fittings conforming to AWWA C-110 and C-111. Griffin Snap -Lok restrained joint or approved equal shall be used. b. Cement mortar lining for pipe conforming to AWWA C-104. 02750-1 ZE:bgd ET NdU LT OZ C. All fittings shall be bituminous coated inside and outside. d. All water main shall be installed within casing pipes as specified including the furnishing and installation of casing chokes, 3 per every 20 -feet of pipe. B. Sanitary Sewer: Ductile Iron Pipe, Class 52, conforming to AWWA C-151, and the following: a. Mechanical joint fittings conforming to AWWA C-110 and C-111. b. Pipe and fittings coated inside and out with coal -tar pitch varnish conforming to AWWA C-106. C. All ductile iron sanita sewer shall be installed within casing pipes as specified. Reinforced Concrete Pipe, CI ss III design strength, conforming to ASTM C- 36611 and the following: a \Joints shall conform t ASTM C-443 using confined "O" -ring gaskets. L7 unless permitted. PART 3 - EXECUTION 3.01 PROTECTION OF pipe shall be installed without casing pipes, idicated. Pipes with exterior projections tion larger than the pipe body will not be A. Contractor is responsible for �cating all underg and facilities and modifying boring operations to prevent dama to existing facilities. B. Potholing for existing utilities requires full panel replac\to cted panel. 3.02 JACKING EQUIPMENT. A. The jacking head shall consist of suitable bearing pict the pipe from damage. B. The jacks shall be of ample capacity to provide more than t anticipated requirement. C. The reaction blocks shall be suitable to provide for resistance to, and distribution of, the reaction from the jacks. D. The Contractor shall take extreme caution to ensure that the jacking apparatus is strongly constructed and set and maintained in proper relative position and alignment, in order to minimize forces which would tend to bend the pipe, cause it to deflect from true alignment, or displace the reaction blocks. 02750-2 3.03 EXCAVATION AND JACKING OPERATIONS: A. Pipes shall be joined before being subjected to the jacking process, or after they have reached final position, depending on the type of pipe and nature of the joint and jointing material. B. The method of jacking, in each case, shall be approved by the Engineer C. Bracing and backstops shall be so designed and jacks of sufficient rating such that the jacking can progress without stoppage, except for adding lengths of pipe, until the leading edge of pipe is at the jacking limit. D. Jacks and br ing shall be arranged such that the thrust is applied parallel with the centerline of th pipe and distributed equally along the jacks. E. T pressure ex ed by the jacks shall be applied uniformly over the end of the pipe by collar, or hall be distributed to a number of points around the pipe circu erence by ross timbers. Application of pressure with the metal of the jack in direct c ntact wit the pipe will not be permitted with either concrete, ductile iron or steel pip . Suite le cushioning material shall be inserted between the jack and pipe. 5palled co Crete r crumpled metal, which result in an unsatisfactory joint when the succeeding ecti n of pipe is placed, shall be cause for rejection and removal of the damaged sec 'o . F. Once jacking h been started, it shall be continuous until completion of the jacking operations in o e to reduce the possibility of a "stuck" pipe and to minimize the creep of the s I in the face, even though this may involve working outside the normal workin hou or outside the normal working days as approved by the Engineer. The Contra or shall not be entitled to additional compensation for effort required to m intain con 'nuous jacking operations. G. Care shall bq taken durini jacked piper mains true to H. No open cutwithin jacking li authorization f the Engineer. 3.04 CASING PIPE INSTALLATION. ,avation and jacking operations to ensure that the and grade., shown on the plans shall be permitted without A. Casing is not required, unless noted greater. When casing pipe is not utilized, with maximum wall thickness available f f t iVORC-CITYtii_ F?v 2017 APR 33 PA:30 plans, for pipelines 60" in diameter or pe to be bored or jacked shall be supplied class of pipe specified. B. Ends of the steel pipe sections shall be beveled ends for butt welding. The casing pipe joints shall be full -circle butt -welded joint conforming to AWWA C206-75. C. Minimum limits of installation of casing pipes shall be as shown on the plans. D. When casing pipes are installed by the boring method, the pipe must be jacked through the soil as the soil is removed by the auger. Installing casing pipes through pre -bored holes after augering is completed is not permitted. Removal of material from bored holes by washing, jetting or sluicing is not permitted. 02750-3 E. If voids between undisturbed embankment and the outside of casing pipe result from installation work, the Contractor shall fill said voids with grout injected under pressure using approved methods. Grout placed as described shall be incidental to pipe installations and no additional compensation shall be allowed. F. Excavation for a limited distance ahead of forward end of the pipe will be permitted when the soil is sufficiently stable to stand without danger of caving. In this case, the e 6:0d 61 NdU le shall be trimmed to the neat size of the outside of the pipe to reduce resistance g i ,t1 _ f� toc jjacking and to maintain contact between embankment material and outside sur{ace of pipe. In soft or unstable soil, the pipe shall be allowed to cut its way through the soil to avoid danger of caving and subsidence of the overlying embankment and roadways or trackage. If the pipe is metal with a corrosion - resistant coating, care shall be taken to protect said coating from damage during jacking and excavating. G. Obstructions to the progress of he pipe, such as roots, boulders or portions of former structures, shall be removed a id deviations from line and grade shall be avoided if such deviation will result in it -fitting joints. The use of explosives for removing obstructions is prohibited. H. After installation of carrier pipe within casing pipes, the annular space between the ipes shall be filled with grout i conformance with the materials specification herein. grout shall be injected by ressure methods, in one operation. The Contractor she bmit the proposed met od to the Engineer for approval prior to work. After instalMkn of carrier placement as cubed hi concrete bulkheadSZ mini 3.05 CARRIER PIPE INSTALLA A. The carrier pipes shall be specified herein. s within casing pipes, and in conjunction with grout the Contractor shall seal ends of casing pipes with of one -foot thick. type and size as indicated on the plans and B. If the plans call for the ie pipe be installed without a casing pipe, the requirements for installatio of casing pip s detailed herein shall apply. This shall include filling of voids betty en undisturbed\supped nd outside of pipe with specified grout. C. Carrier pipes installed in casing pipes shall bshop-fabricated chokes specifically designed for thispurpose. Supall be firmly attached to carrier pipe at specified intervals. Support syts shall be installed near to, but not at, pipe joints and at other locaes are well supported. Carrier pipe joints or barrels shall not be permitted to bear directly against casing pipe. The pipe support system shall be designed to allow placement of grout in all areas of annular void as described herein. D. Placement of grout between casing and carrier pipe and material for same shall be as described elsewhere herein. 3.06 CONTROL OF LINE AND GRADE: A. During the installation of casing pipes and carrier pipes, the Contractor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor 02750-4 shall provide control points and reference marks for this purpose. Allowable deviations from the plan alignment and elevation are as follows: Horizontal Deviation: 0.40 ft. deviation from plan alignment per 100 ft. of installed pipe, i 2_ Vertical Deviation: 020 ft. de iation from plan elevation per 100 ft. of installed pipe. In addition, care shall I a taken to assure that minimum positive grade, as determined by the Engin er, is maintained in the installed pipe. Minimum posi ive grade shall be del rmined based on maintaining minimum flow veloc (2 feet per second)i t 0.8 full pipe conditions. B. The Contractor all take appropr to measures to maintain jacked installations within the above -s ed toleranceJif measures require removal of newly -installed pipes, removal of ro s, bouldeor other obstructions encountered or other measures which cause void outsa the casing or carrier pipes, said voids shall be filled with grout injected u er preure by a method approved by the Engineer. 11/00 5hareMenglnmAspe-VO2750.daa 027505 CATYGFIG-CITYCILERK 2017 APR 13 PX4:30 SECTION 02800 TRAFFIC SIGNALIZATION Traffic signal shall be installed according to SUDAS standard specification with exceptions listed below. %% DIVISION 8 — TRAFFIC, CONTROL SECTION 8010 — 8010, 2.01 — UNDERGROUND, A. ndhole, 1. Gene subsection and replace with the to g: Provide four minimum diameter of 318 inch and a min um length of only. 8010, 2.01 — UNDERGROUND, A. Handhole, 3. C subsection and replace with the following: Prove e otherwise on the plans. Composed of mortar con reinforced by a woven glass fiber mat or of resin m surface on the cover. Provide two 318-16 UNC stair handholes shall have ANSI Tier 22 ratings and the Covers shall be two piece for Type III and Type IV 8010, 2.01 — UNDERGROUND, B. Conduit, 3. 1 the subsection and replace with the following: 1) Comply with ASTM F 2160 (conduit) and 2) Use orange colored conduit. 3) Continuous reel or straight pieces to mini 4) For dissimilar conduit connections, provic 5) Conduit couplers for HDPE to HDPE cord 6) HDPE duct plugs shall be blank expand rope loops. a. Cable Hooks: Delete the Ivanized steel cable hooks with a inches. Provide with Type I handholes iosite Handhole and Cover: Delete the )osite handholes unless specified of sand, gravel, and polyester resin and fiberglass. Provide a skid resistant steel hex head bolts with washers. The [s shall have ANSI Tier 15 ratings. and Fittings, b. HDPE: Delete D 3350 (kDPE material), SDR 11. ize splicing. an adhesive compatible with both materials. ctions shall be double a-loc couplers, s duct plugs with elastomeric gaskets and C1TY6F1C-CITYCLFPR r( 8010, 2.01 — UNDERGROUND, C. Wiring and Cable, 4. Communications Cabje-jF elpte the ;5 subsection and replace with the following: Communications cable shall be fiber optic cable only. Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 2.01 — UNDERGROUND, C. Wiring and Cable, 5. Category 5E (Cat5E) Cable: Delete the subsection and replace with the following: 5. Category 5E (Cat5E), Category 6 (Cath), and Category 6A (Cat6A) Cable: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 2.01 — UNDERGROUND, C. Wiring and Cable, 6. Fiber Optic Cable and Accessories: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 02800-1 8010, 2.01 — UNDERGROUND, C. Wiring and Cable: Add the following subsection: 7. Pull tape: Pull tape shall be a flat polyester pull -tape with a minimum pulling strength of 1250 lbs, with permanent sequential footage markings. ;_::OKJ vI add LIOZ )i63 a°3:ik>z`3-31JIGA110 8010, 2.02 — DETECTION, B. Pedestrian Push Button Detectors: 2. Accessible Pedestrian Signals (APS) Push Button Stations: Add the following note: The City of Iowa City uses Polara iNavigator Push Button Stations with 9" x 15" front plate adapters and 9"x15" R10 -3e faceplates with braille when APS push buttons are specified on the plans. Button covers shall be black in color. 8010, 2.02 — DETECTION, B. Pedestrian Push Button Detectors: 3. Solid State Pedestrian Push Button (Non -APS): Add the following note: The City of Iowa City bkes round Polara BuIIDog push buttons are specified o0k plans. Body color shall be 8010, 2.02 — DETECTION, B. PedestrPap,.Push Button subsection and replace with the following: 4. Signs: Furnish R10 -3e signs with with MUTCD. 8010, 2.02 — DETECTION, C. Video Detection Camera The City of Iowa City uses the iteris VantageNext video and cameras unless otherwise specified on the plans. 8010, 2.02 — DETECTION: Add the following subsection: as D. Radar Detection System: The City of Iowa City uses system unless otherwise specified on the plans. 8010, 2.03 — COMMUNICATIONS, A. Traffic Monitoring Sy: replace with the following: Specifications shall be furnished by Technology Services Division. when non -APS push 4. Signs: Delete the on the plans complying the following note: system, processors, detection : Delete the subsdction and City of Iowa City Inlormatior 8010, 2.03 — COMMUNICATIONS, B. Fiber Optic Hub Cabinet: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 2.04 — CABINET AND CONTROLLER, A. NEMA Controller, Cabinet, and Auxiliary Equipment, 1. Controller: Add the following note: The City of Iowa City uses Siemens m60 Series ATC controllers. 02800-2 8010,2.04— CABINET AND CONTROLLER, A. NEMA Controller, Cabinet, and Auxiliary Equipment, 2. Cabinet: Add the following subsections: j. The cabinet shall contain strong mounting shelves to accommodate the mounting of the controller and all auxiliary equipment. The mounting shelves shall permit the controller and all auxiliary equipment to be withdrawn from the cabinet for inspection or maintenance without breaking any electrical connections or interrupting operation of the controller. k. The cabinet shall contain two thermostatically controlled duct fan units with a minimum rating of 100 CFM in free air shall be installed in the cabinet to provide forced air ventilation through the cabinet. The fan unit shall be mounted to the inside top of the cabinet and shall be easily removed and replaced without having to dismantle any part of the cabinet or exhaust duct system. a thermostat controlling the fans shall be manually adjustable to turn o, between 90 deg es F and 150 degrees F with a differential of not more than 10 degre F between auto atic turn -on and tum -off. The fans shall intake air through filtered ven located near th ottom of the cabinet or cabinet door and exhaust it through a weather -p of, screened d t located near the top of the cabinet. Fiberglass type dry filters shall be sed to cover t e air intakes into the cabinet. These filters shall be easily removed and re laced and be f standard dimensions commercially available. The filters shall be provide with positiv retainment on all sides to prevent warpage and entry of foreign matter aro d the edg I. Provide a piggy backabinet Jor the battery backup system. 8010, 2.04 — CABINET AND Backup System: Add the fol The City of Iowa City uses interface for remote monitc 8010, 2.05 — POLES, HEADS, Housing: Delete subsection a. A. Individual signal integral to the in 8010, 2.05 — POLES, HEADS, i Mounting Hardware: Add the f B. Uniterruptible Power Supply Battery echnologies battery backup system with an Ethernet Vehicle Traffic Signal Head Assembly, 1. the following: made of durdple polycarbonate. Color shall be black and composition. X SIGNS, A. Vehi%le Traffic Signal Head Assembly, 7. ina subsection: c. All traffic signal heads s all be side mounted when installed on a vertical pole. Post top mounting is not allowe' . Factor side mounting and minimum mounting height requirements when deter ping pedestal pole shaft lengths. CITY0FIC-CITYCLERF 8010, 2.05 —POLES, HEADS, AN SIGNS, A. Vehicle Traffic Signal Head Ass°'eirsbj5;P8 PM-1:30 Modules: Delete subsection d replace with the following: Comply with current ITE standards. LED modules shall be provided with a 15 year performance warranty. 8010, 2.05 — POLES, HEADS, AND SIGNS, B. Pedestrian Traffic Signal Head Assembly, 1. Housing: Delete subsection a. and replace with the following: a_ Made of a durable polycarbonate. Color shall be black and integral to the materials composition. 8010, 2.05 — POLES, HEADS, AND SIGNS, B. Pedestrian Traffic Signal Head Assembly, 1. Housing: Delete subsection b. and replace with the following: b. Self-contained unit capable of separate mounting or inclusion in a signal face containing two signal sections rigidly and securely fastened together. 8010, 2.05 — POLES, HEADS, AND SIGNS, B. Pedestrian Traffic Signal Head Assembly, 3. LED Module: Add the following subsection: c. LED modules shall be provided with a 15 year performance warranty. 8010, 2.05 — POLES, HEADS, AND SIGNS, C. Traffic General: Delete subsection c. and replace with the folli c. Use continuously tapered, round, steel poles of the of low carbon (maximum carbon 0.30%) steel of U.S. 8010, 2.05 — POLES, HEADS, AXD SIGNS, C. Traffic Signal General: Delete subsection f. and rbkace with the following: Poles and Mast Arms, 1. f. Where a combination street lighti signal pole is spe documents, ensure the luminaire arm Is" s ounted in the arm unless otherwise specified. Use a lumi ire arm of t Fabricate the pole with a minimum 4 inch by ' ch hanc the signal mast arm. Luminaire mounting height s II be specified. 8010, 2.05 —POLES, HEADS, AND SIGNS, E. Pedestrian following note: The City of Iowa City uses Frey Manufacturing Corp pedestal poles as described in subsection D. Traffic the location of the intersection. Provide push button 8010, 2.05 — POLES, HEADS, AND SIGNS, F. Traffic Signs: base type. Fabricate poles d gauge. and Mast Arms, 1. ed in the contract ie vertical plane as the signal single member tapered type. le and cover located opposite feet unless otherwise Post: Add the 1 Crossw k Pedestals or I Pedestal Nles depending on as specified the plans. the following The City of Iowa City will supply the street name signs. The CONTRACTOR shII supply the universally adjustable mast arm sign brackets and install the street name ! ins and brackets. 8010, 3.01 — UNDERGROUND, A. Handhole, 2. Excavation: Delete subsection. and replace with the following: 2. Excavation: Excavate as necessary to accommodate the handhole and granular base. The CONTRACTOR is responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. Whenever excavation is Z6:7wd 61 NdU LTOZ AdTIOU13-3I-JOh4ID 02800-4 made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. All waste material and debris shall be disposed of at a sanitary landfill at the CONTRACTOR'S expense. 8010, 3.01 — UNDERGROUND, A. Handhole, 5. Conduit: Add the following subsection: d. Cap unused conduits with duct plugs. 8010, 3.01 — UNDERGROUND, A. Handhole, 6. Cable Hooks: Delete the subsection and replace with the following: Install cable hooks centered between the knockouts and the top of the handhole for Type I handholes only. 8010, 3.01 — UNDERGROUND, B. Conduit, the following: a. Place conduit to a minimum below the gutterline. When cor of 30 inches and a maximum c 8010, 3.01 — UNDERGROUND, B. the following: e. Install duct plugsitgconduite ends with conduit seallog comp 8010, 3.01 — UNDERGROUND, f. Install pull tape in each 8010, 3.01 — UNDERGROUND, B. subsection: c. The CONTRACTOR is respo necessary to'complete the signs parkways, gravel driveways, or shall be replaced or restored as area involved shall be left in a n pavements, and base courses e materials and the cost shall be i General: Delete subsection a. and replace with of 30 inches and a maximum depth of 48 inches placed behind the curb, place to a minimum depth f 48 inches below top of curb. 1. General: Delete subsection e. and replace with duct plugs are not practical, pack conduit 1. General: Add the following subsection: and secure to duct plugs at each end. 2. Trenched installation: Add the following leincidental sidewalk removal and replacement rnstr ion. Whenever excavation is made across Sed ar s, the sod, topsoil, crushed stone and gravel Orly asp ssible to its original condition and the whole and presattable condition. Concrete sidewalk bituminous urfaces shall be replaced with new lental to therk. CiTY01-IC-C?TYCLERK 2017 NOR 13 PAM 8010, 3.01 — UNDERGROUND, C. Wiring and Cable: Dele% subsection 1 and replace with the following: 1. Where practical, follow color codes and ensure cables are properly labeled at the controller with durable labels, or other appropriate methods, attached to the cables. Label home runs for signal and video cables as follows: northeast corner is blue, southeast corner is orange, southwest corner is yellow, and northwest comer is green. Other Iowa City cable and color codes are as follows: 02800-s Left turn signals = 1 tape Through signals = 2 tapes Right turn signals = 3 tapes !1 Green ball = green Yellow ball = black Red ball = red Common = White ST NdU LT07, 113-3I301.1I0 Green ball = green Yellow ball = orange Red ball = red Green arrow = blue Yellow arrow = black Common = white and white/black a vuuu uuiui.auw — rcucauiau Signals Main street walk = green Main street don't walk = red Side street walk = green/black Side street don't walk = red/black Common = white Main street push button = orange Side street push button = black Common = white/black 6ommon = blue 8010, 3.01 — UNDERGROU , C. Wiring and Cable, 9. F Delete the subsection and rep with the fallowing: Speci City of Iowa City Information Tech ogy Services Division. 8010, 3.01 —UNDERGROUND, C. Wirin end Cable, 10. Delete the subsection and replace with the f6l�owing: Speci City of Iowa City Information Technology Servicek Division. 8010, 3.01 — UNDERGROUND, D. Footings and following subsection: a. The CONTRACTOR is responsible for incidents necessary to complete the signal construction. Wf parkways, gravel driveways, or sodded areas, the shall be replaced or restored as nearly as possibl area involved shall be left in a neat and presenia pavements, and base courses and bituminous s r materials and the cost shall be incidental to th c 8010, 3.01 — UNDERGROUND, D. Footings and following subsection: Optic Cable and Accessories: ons shall be furnished by the Optic Cable Field Testing: ns shall be furnished by the 1. Excavation: Add the ,�14ewalk removal and replacement ne r excavation is made across >G , to oil, crushed stone and gravel to its oritj,'nal condition and the whole conditionConcrete sidewalk aces shall b eplaced with new 2. Foundatikyt: Add the 4. Removal: Where shown on the plans, the CONTRACTOR shall remove the top of the existing mast arm footings, anchor bolts, and conduits to 36 inches below the existing top of curb or edge of pavement elevation. Waste materials shall be removed from the site and disposed in accordance with local regulations. Backfilling for the removal shall be performed with mechanical,compaction equipment meeting the requirements for backfilling conduit. The upper'6 inches of the removal area, if outside the proposed pavement, shall be backfilled with black dirt. 8010, 3.02 — DETECTION: Add the following subsection: D. Radar Detection System: Install according to the manufacturer's recommendations and as specified in the contract documents. 8010, 3.03 - COMMUNICATIONS, A. Traffic Monitoring System: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 3.03 — COMMUNICATIONS, B. Fiber Optic Hub Cabinet: Delete the subsection and replace with the following: Specifications shall be furnished by the City of Iowa City Information Technology Services Division. 8010, 3.05 — POLES, HEADS, AND SIGNS, A. Vehicle and Pedestrian Traffic Signal Heads: Add the following subsection: 5. Pole mount\thlse ads and pedestrian push buttons are shown on the plans and schematic draematic form o . Pole mounted signal heads are generally intended to ben the face of po with respect to oncoming traffic. Modifications quired when the iew of the pole mounted signal indication is blocked. Pedebutton shall be to ated on the pole face so the arrow on the R10 -3e sign dtrians to the app riate crosswalk. The location of signal heads which the blocked by utility poles, trees, her signal adjusted to a location approved the EN shown on the plans are typical fo nobstr approval of the ENGINEER, which the c be relocated at the CONTRACTOR' xp( relocation shall be plugged in a manne ac 02800-7 of the indications is blocked or partially ds or any physical obstructions shall be =ER. Standard heights and locations d locations. Signal heads installed without :)n of the ENGINEER are obstructed, shall . Holes in the poles due to this signal table to the ENGINEER. CITY0FIC-CITYC _EW 2017 APR 13 PA:30 SECTION 02900 LANDSCAPING PART 1 -GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed landscape accessories and mE 1.02 QUALITY A. The fitness o II plantings shall Fores#er with the (lowing requirf 1. Nomenclature: cientific U.S.D.A. listings a q thos 2. Standards: All trees nig American Association of B. The Contractor shall repair or re Engineer and/or City Forester, hal for a period of one year after City 1.03 SUBMITTALS: sod), including soil preparation, finish grading, determined by the Engineer and/or the City id common names shall be in conformity with of established nursery supplies. conform to the standards established by the plantings which, in the judgment of the vived and grown in a satisfactory manner ,cceptance of the project. A. Certify that all plantings are free f disease and i sect pests. Certificates shall be submitted to the Engineer and/or ity Forester. B. Submit certification of seed mJGu res,purity, ger\burrn�ingof nd crop year identification to the Engineer.1.04 DELIVERY, STORAGEAND HANDL(: VeFIC-C3TYGi E`ii 17 APR 13 pix -1:31 A. Protect all plantings in transit to site to prevent wind. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART 2 -PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. 16:17wd t 9dU L les which have no leader or have a damaged or crooked leader, or multiple v3 t a h1l - �UllE %ha ers, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Mix Minimum Proportion by Weight Lbs./ Acre Lbs./ 1,000 sq.ft. c ue Grass 70% 122.0 2.80 nial Ry s (fine leaf vane 10% 18.0 0.40 7RAcMIX* ing Red Fes 20% 35.0 0.80 L MIX* ky 31 Fescue 54% 25 0.57 hgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be use upon approval of th ngineer if it contains a high percentage of similar gras s. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merlon Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 Z04 LIMEAND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus -15% Potash -15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: 0 (� Season and Completion 1. Tr s: Spring -Mach30 throug May 15 Fall —Sept. 18 through 2. The C\affecte plant outside a limits of such dates with permission of the Cihe City Forest r may stop or postpone planting during these her condition are such that plant materials may be advers The planting shall be performcy of planting and under the consta t C. Tree and shrub placement shall be familiar with the accepted procedures i of a qualified planting supervisor. on the plans. D. Contractor shall inform the City Forester the starting date and location. All planting soil must be approved by the City Fores a efbra use. E. Excavate with vertical sides and in ac rda\feereater owing requirements: 1. Excavate tree pits to a minim m of tin diameter than root ball of tree and sufficiently dee to allomum of 6 inches of planting soil mixture below root ball Z Plant shrubs in pits 12 inches greater in width tha?' meter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of lantingg soil mixture below root ball. CITYGFIC CITYCLERK 2017 APR 13 pm4:31 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and 02900-3 thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: -fig:17M $I ASU LT%ckfill material for plantings shall be a mixture of 213 loose friable topsoil and 1/3 ;3e�J t rnLa-E�Bhelan sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIMEAND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractors expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one dire ion, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to de th of not more than 1/4 -inch and compact by means of an acceptable lawn r Iler weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used up approval of the Engineer. D. wn area adequately at time o sowing and daily thereafter with fine spray until germs and continue as necessary throughout maintenance and protection period. E. Seed during approximate ti er' ds of April 1 to May 15 and August 15 to September 15, and only weat and soil conditions are suitable for such work, unless otherwise directed by the E gine F. All areas requiring mulch shall be ulched as so s seed is sown and final rolling is completed. Mulch shall be eve and uniformly dis ted and anchored into the soil. The application rate for teas ably dry material shall be proximately 1%2 tans of dry cereal straw, two tons of ood excelsior, or two tons of prairie hay per acre, or other approved material, pending on the type of material furnished. All accessible mulched areas shall a consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sodas necessary to prevent erosion before establishment. 02900-4 B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time peri s of April 1 to May 15 and August 15 to October 15, and only when weather and s it conditions are suitable for such work, unless otherwise\main the Engineer I. Apply addas necessa to ensure a hearty stand of grass at the end of the one-yance period. 3.05 MAINTENANCE - ALL A. Begin maintenance immNprop ly d continue maintenance until final acceptance of work. Water, mulch, weun , spray, fertilize, cultivate and otherwise maintain and protect all plantings B. Maintain sod and seed a ximum height of 2'/2 inches by mowing at least three times. Weed tholy on and maintain until time of final acceptance. Reseed and refertilize wi • inal ' ures, watering, or whatever is necessary to establish, over entire arlose sta d of grasses specified, and reasonably free of weeds and undesirabsses. C. Reset settled trees andbs to proper rade and position, and remove dead material. D. All plantings shall be gteed for a perio of one year after by City Council acceptance of the projeE. The Contractor shall sull water for planting a d maintenance. Water may be obtained at the Contracxpense at the bulk wat fill station located at 1200 S. Riverside Drive. All watst be paid for in advanc at the Civic Center, 410 E. Washington Street. 11/00 CITFdlFIC—CITVCLERK aharedlenglne ftpet 102900.d= 2017 RPR 13 PV4:31 02900-5 r PON BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS JOHNSON COUNTY Project Location Map Not to Scale BURL N'GTON STREE' B011Tsee-- City of Iowa City, Iowa PROJECT NUMBER CS -TSF -3715(657)--85-52 Irl �IIII■LL��III � Ili: !1111'1■_� � Illli 1�■ ill■ �♦li — :I PROJECT• ' • i -BIBBr- STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) 2015 EDITION PLUS THE APPUCABLE GENERAL SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROWSIDNS SHALL APPLY TO CONSTRUCTON OF ROADWAY ELEMENTS OF THIS PROJECT. IOWA CITY STANDARDS AND SPECIFICATIONS SHALL APPLY TO CONSTRUCTION OF WATER MAIN ON THIS PROJECT. Project Number: 1121150 J TOTALSHEETS: 95 SHIVEHATTE-RY A R C H I T E C T U R E+ E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax 319.354.6921 1 chive-hattery.mm Iowa I Illinois I Indiana Index of Sheets SHEET NO. SHEET TITLE A.00 developed from the information available. This is COVER SHEET A.01 CALL , LEGEND A.02 - A.05 EXISTING CONDITIONS, SITE PREP AND DEMO B.01 TYPICAL SECTIONS C.01 - C.14 PROJECT QUANTITIES D.Ot - D.04 PAVING PLAN G.01 GEOMETRIC CONTROL H.01 RIGHT-OF-WAY PLAN JAI - J.08 TRAFFIC CONTROL AND STAGING PLAN J.09 -J.17 DETOUR PLAN L.01 -L.03 PAVING DETAILS M.01 STORM SEWER PLAN MW.00- MW.04 WATER MAIN PLAN AND PROFILE N.01 - N.07 TRAFFIC SIGNAL PLAN N.08 ITS PLAN 0.01 -0.06 SIGNING AND STRIPING PLAN R.01 - R.03 RESTORATION PLAN S.01 -S.18 SIDEWALK DETAILS U.01 - U.07 DETAILS SHIVEHATTE-RY A R C H I T E C T U R E+ E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax 319.354.6921 1 chive-hattery.mm Iowa I Illinois I Indiana 1-800-292-8989 IOWA The Utilities as shown on this drawing were C-') developed from the information available. This is ONE not implied nor intended to be the complete CALL , inventory of utilities in this area. It is the PAGES, "Em DR aNSIFMs M"ERED BY TIIs IAL: ALL SHEETS clients/contractors responsibility to verify the location of all utilities (whether shown or not) and protect said utilities from any damage. SHIVEHATTE-RY A R C H I T E C T U R E+ E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax 319.354.6921 1 chive-hattery.mm Iowa I Illinois I Indiana I CITY OF IOWA CITY I THIS ENGINEERING DOCUMENT IS RECOMMENDED FOR FILING WITH THE CITY CLERK N 0 C7 C-') MYSM gAEE Y UMBE SUGERN.. AND TIMI 1M A aIAY NCMffa PROFE59WK ENG AMR UNDER NAME Barrett Hubbard DAT[ 10.12-2(11] L. 23274 4 r PAGES, "Em DR aNSIFMs M"ERED BY TIIs IAL: ALL SHEETS N I CITY OF IOWA CITY I THIS ENGINEERING DOCUMENT IS RECOMMENDED FOR FILING WITH THE CITY CLERK FINAL PLAN DOCUMENTS - OCTOBER 12, 2017 ME I HEREBY MRDFY THAT T 15 ENGINEERING DMauENT BID)ECT GEEDw BASPREPARED BY ME OR UNDER `APAAtIOFE55{Ory]AAA�i�� q i _u BAMM m'_ HUBBARD a _ MYSM gAEE Y UMBE SUGERN.. AND TIMI 1M A aIAY NCMffa PROFE59WK ENG AMR UNDER NAME Barrett Hubbard DAT[ 10.12-2(11] L. 23274 MY UMNSE RENEYNL DATE Is "B"EveFA sI, A11 23274 ' PAGES, "Em DR aNSIFMs M"ERED BY TIIs IAL: ALL SHEETS FINAL PLAN DOCUMENTS - OCTOBER 12, 2017 ME UTILITIES LEGEND CONVENTIONAL SIGNS PLAN MARK EXISTING DESCRIPTION PROPOSED OC CABLE LINE -OVERHEAD OC — — — —C— — — CABLE LINE - UNDERGROUND — — — —C— — — OE ELECTRIC LINE - OVERHEAD OE — — —E— — — ELECTRICAL LINE - UNDERGROUND — — — —E— — — -----G-- GAS MAIN -G- - �� SANITARY SEWER (<8" DIA) �>-- 0 SANITARY SEWER (>8" DIA) - ® DECIDUOUS(EXIST/PROP) —...— ... —.----..— STEAM CONIFEROUS(EXIST/PROP) STORM SEWER (<8" DIA) —< G �t STORM SEWERDIA) r i �3 -------------------- SUBDRAIN ----------- OT OVERHEAD TELEPHONE — — —T— — - - — — —FO— — — FIBER OPTICS — — — —FO— — — — — — —T— — — UNDERGROUND TELEPHONE — — —T— — — __-yr—__ WATER MAIN —_-w—_— TRAFFIC CONTROLLER CABINET DEMO NOTES: • REMOVE EXISTING TRAFFIC CONTROLLER AND FOOTING. EXISTING CONDUIT TO BE ABANDONED IN PLACE BY CAPPING END. BACKFILL EXCAVATION WITH SUITABLE SOIL, FURNINSH AND PLACE 18" DEPTH TOPSOIL AND 3" MULCH. • SURROUNDING LANDSCAPING AND DECORATIVE BRICKS TO BE PROTECTED TO THE MAXIMUM EXTENT PRACTICAL. LEGEND RIGHT -OF -WAV PLAN MARK DESCRIPTION PROPOSED RIGHT-OF-WAY - EXISTING RIGHT-OF-WAY - EXISTING PROPERTY LINE --------- PROPOSED EASEMENT EXISTING EASEMENT -------- TEMPORARY EASMENT LEGEND CONVENTIONAL SIGNS PLAN MARK DESCRIPTION --I SURVEY LINE - SIDE ROAD CENTERLINE — —688— — EXISTING CONTOUR (MAJOR) — —678— — EXISTING CONTOUR (MINOR) Q PROPOSED CONTOUR (MAJOR) 678 PROPOSED CONTOUR (MINOR) LEGEND EROSION CONTROL AND DEMOLITION PLAN MARK DESCRIPTION — — — — — SEDIMENT CONTROL DEVICE l INTAKE SEDIMENT CONTROL I LEGEND I LEGEND SURVEY GUARD POST/ BOLLARD DESCRIPTION MB 1 CONTROL POINT SPOT ELEVATION FPLAN�M�ARK IRON ROD -FOUND Q IRON ROD -SET PROPERTY CORNER SLOPE ARROW XCUT FOUND J� X CUT SET I LEGEND I PROJECT NO. 1121150 SHEET NO. A.01 EXISTING STRUCTURE O� GUARD POST/ BOLLARD MB 1 MAILBOX L. HANDICAPPED PARKING Q SIDEWALK RAMP 2% SLOPE ARROW J� FLOW ARROW DRAINAGEARROW 0 SHRUB(EXISTiPROPOSED) - ® DECIDUOUS(EXIST/PROP) .:.y r -' CONIFEROUS(EXIST/PROP) SINGLE POLE SIGN G �t DOUBLE POLE SIGN i �3 TRAFFIC SIGNAL FENCE (EXIST/PROP) FIELD FENCE (EXIST/PROP) rFIELD SILTFENCE o EXISTING INTAKES '�— SW -508 INTAKE �®. SW-5101NTAKE ❑O SW -507 INTAKE _ CONSTRUCTION LIMIT LINE PROJECT NO. 1121150 SHEET NO. A.01 CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. EXISTING UI ITS HANDHOLE ' f� I I I I I PROTECT I I EXISTING COUNTY JOHNSON GPS I RIGHT-OF-WAY (TYP) MONUMENT I } 1 ' - Tir- II 1 _J41_.0 J F l�I REMOVE 8LF OF 12" RCP ACC SAWCUT FULL DEPTH AND REMOVE HMA PAVING SALVAGE BRICK PAVERS AND RETURN TO CITY REMOVE 8LF OF I 12'RE RCP _ STORM MH REMOVE STORM INTAKE ()4) RIM -689.45 684.23 IE 685 23 IE REMOVE PORTION OF REMOVE STORM _ EXISTING WATER MAIN FOR NEW TIE-IN 1cINTAKE (Al) MW.01 14+00 ---t-^ SAWCUT FULL DEPTH AND REMOVE HMA PAVING SALVAGE BRICK PAVERS AND RETURN TO CITY CONTRACTOR IS REQUIRED TO LOCATE GAS MAIN IN THIS AREA AND COORDINATE WITH MID -AMERICAN TO CONFIRM THIS IS AN ABANDONED GAS MAIN. NOTE: • REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 AND 56+18.00 THAT CONFLICTS WITH PROPOSED STRIPING SHOWN ON 0.01 THROUGH 0.06 • PROTECT EXISTING PIPES AND STRUCTURES. REMOVE PIPE TO NEAREST JOINT. 1 IL.��111�±1 fel � �I I I IIAI I PROTECT EXISTING LIGHT POLE. I I I I I I 1 1 I I SAWCUT FULL -DEPTH AND REMOVE PCC _ PAVEMENT TO NEAREST JOINT LINE � �} I 4.1 Tr 1 REMOVE EXISTING VALVES, SERVICE REMOVE 41-F OF CONNECTIONS AND PORTION OF PCC \ 12" RCP W ' EXISTING WATER MAIN FOR NEW WORK. _ REMOVE 14LF OF \ j Iwo) 12" RCP I I +00 \ I I -44 I- - rT - -wABAN WA SAWCUT FULL -DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE I I REMOVE STORM INTAKE (TOP ONLY); M.01 (A2) I REMOVE STORM INTAKE (TOP - ONLY); M.01 (A3) O i I I; V REMOVE HYDRANT ASSEMBLY, DELIVER TO CITY. REMOVE EXISTING PIPING AND VALVES OF CROSS CONNECTION. REMOVE TREES (TYP) I \ \ I I 1 1 I ll�FINAL PAVING LIMITS FOR HILTON HOTEL CONSTRUCTION. CONTRACTOR TO COORDINATE CONSTRUCTION STORM MH II REMOVE BENCH, BRICK PAVERS, AND CONCRETE BENCH STORM INTAKE RIM -689.45 I _C SCHEDULE WITH MCCOMAS-LACINA (GC) -Fp 683.54 IE 18' RCP (W) I to 683.63 IE 15' RCP (NE) I I 683.57 IE 12' RCP (S) EXISTING o s to a STORM MH RIGHT-OF-WAY (TYP) RIM 685.661E 12, RCP IE) I RIM -689.51 I 684.93 IE 12- RCP (E) +- DIRECT 684.46 IE 12' RCP (N) BURIED 684.14 IE 15- RCP (SW)=- STEAM REMOVESIOEWALK ANCHOR H '' STORM INTAKE STORM MH LEGEND TO ACCESS CONNECT z . 689.70 RIM RIM=68993 685.951E 12"RCP (NW) 685.831E 12" RCP() W PCC PAVEMENT BRICK PAVER WATER SERVICE TO PROTECT EXISTING VALVE; o ADJUST TO FINISHED GRADE I I wo I 686.401E 8" PVC (NE) 685.881E 12" RCP (S) SIDEWALK ti o QQx 687.00 IE 8" VCP (E) REMOVAL I 4.1 Tr 1 REMOVE EXISTING VALVES, SERVICE REMOVE 41-F OF CONNECTIONS AND PORTION OF PCC \ 12" RCP W ' EXISTING WATER MAIN FOR NEW WORK. _ REMOVE 14LF OF \ j Iwo) 12" RCP I I +00 \ I I -44 I- - rT - -wABAN WA SAWCUT FULL -DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE I I REMOVE STORM INTAKE (TOP ONLY); M.01 (A2) I REMOVE STORM INTAKE (TOP - ONLY); M.01 (A3) O i I I; V REMOVE HYDRANT ASSEMBLY, DELIVER TO CITY. REMOVE EXISTING PIPING AND VALVES OF CROSS CONNECTION. REMOVE TREES (TYP) I \ \ I I 1 1 I ll�FINAL PAVING LIMITS FOR HILTON EMOVE STORM INTAKE (AS) -'' HOTEL CONSTRUCTION. CONTRACTOR TO COORDINATE CONSTRUCTION 17, REMOVE BENCH, BRICK PAVERS, AND CONCRETE BENCH STORM INTAKE - - _C SCHEDULE WITH MCCOMAS-LACINA (GC) -Fp > tD v RIh1=682.89 WALL. RETURN BRICK PAVERS TO CITY DISPOSE ALL ELSE to CLINTON STREET - RIM 685.661E 12, RCP IE) I 0m Irnl 686.001E 12" RCP (NW) Ww �� 686.051E 12" RCP ISE) REMOVE STORM MH REMOVESIOEWALK STORM INTAKE STORM MH LEGEND TO ACCESS CONNECT z . 689.70 RIM RIM=68993 685.951E 12"RCP (NW) 685.831E 12" RCP() W PCC PAVEMENT BRICK PAVER WATER SERVICE TO Q� o REMOVAL REMOVAL 686.001E 12" RCP (S) 686.381E 12" RCP (N) NEW WATER MAIN wo 0 686.401E 8" PVC (NE) 685.881E 12" RCP (S) SIDEWALK ti o QQx 687.00 IE 8" VCP (E) REMOVAL Wma O m CLINTON POSTm HMA t=. 0 6 STORM SEWER m REMOVAL SHEET NO l A.02 m Z. zz Uu - EMOVE STORM INTAKE (AS) -'' z REMOVE BENCH, BRICK PAVERS, AND CONCRETE BENCH STORM INTAKE z �- RIh1=682.89 WALL. RETURN BRICK PAVERS TO CITY DISPOSE ALL ELSE to STW ST R ORM MANHO, _ 685.54 IE 12" RCP (WI m W RIM 685.661E 12, RCP IE) I Irnl 686.001E 12" RCP (NW) 686.051E 12" RCP ISE) REMOVE STORM MH STORM INTAKE STORM MH LEGEND . 689.70 RIM RIM=68993 685.951E 12"RCP (NW) 685.831E 12" RCP() W PCC PAVEMENT BRICK PAVER o REMOVAL REMOVAL 686.001E 12" RCP (S) 686.381E 12" RCP (N) 0 686.401E 8" PVC (NE) 685.881E 12" RCP (S) SIDEWALK ti o •t 687.00 IE 8" VCP (E) REMOVAL o PROJECT NO CLINTON POSTm HMA REMOVAL 1121150APARTMENTS STORM SEWER m REMOVAL SHEET NO A.02 11� �m wo CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319.341-0425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. W 1 0 FINAL PAVING LIMITS FOR HILTON HOTEL CONSTRUCTION. CONTRACTOR TO COORDINATE CONSTRUCTION _ SCHEDULE WITH MCCOMAS-LACINA (GC) PCC SCHOOL OF MUSIC BUILDING EXISTING RIGHT-OF-WAY (TYP) PROTECT DECORATIVE PAVERS TRA IC CONTROLLER SEE JOTE ON A.01 SAWCUT FULL -DEPTH AND REMOVE PCC STREET PAVEMENT TO NEAREST JOINT LINE (TYP) REMOVE DECORATIVE PAVERS REMOVE AND SALVAGE PAVERS AROUND HANDHOLE. REINSTALL WITH NEW HANDHOLE CAUTIONO SIDEWALK WITH SNOW MELT SYSTEM. PROTECT AT ALL TIMES REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND SIGNAGE. REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE JD SALVAGE PIERS FOR NEW SIG�AL BASE. AFTER INSTAL TION OF NEW SIG AL BASE CONTRACTOR IS REQUIRED TO LOCATE GAS MAIN IN THIS AREA AND COORDINATE WITH MID -AMERICAN TO CONFIRM THIS IS AN ABANDONED GAS MAIN. 1 1 g1 I I I 11 I I 11 I 1 GRASS` ---`----4- t1 I I 81 I I - - - __ - -----------_J� 1lm.,<rnlyd7Fy__c♦___-_`r__r_-�°r-�_-� «--'c=_..L�� _. � r- I ♦♦ `♦1 `�\ ♦\ ♦♦ ♦\may\ \\ .•\\�♦ ���'.\`���`\�\� REMOVE EXISTING PCC SIDEWALK AND DRIVE APRON. EXISTING RIGHT-OF-WAY (TYP) PROTECT EXISTING MONITORING WELL - ADJUST TO NEW FINISHED GRADE SAWCUT FULL DEPTH AND REMOVE HMA NOTE • REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 AND 56+18.00 THAT CONFLICTS WITH PROPOSED STRIPING SHOWN ON 0.01 THROUGH 0.06 • ANY POTHOLING FOR UTILITY LOCATES ON BURLINGTON WILL REQUIRE FULL PANEL REPLACEMENT. • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED. / I 1 I I 11 PCC '\ I I 1� <♦ I I u . �•� PC ` ♦ =L I 1 11 � ♦♦ i � ♦ __ CORE HOLE � REMOVE HYDRANT ASSEMBLY AND RETURN TO CITY STORAGE IT REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND SIGNAGE. SALVAGE INSPIRATION AVE SIGN FOR REINSTALLATION REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE J, I ACC �r r PROTECT EXISTING LIGHT POLE r - -- o Z J K w O a aq a 0 0 PROJECT NO 1121150 SHEET NO. A.03 LEGEND PCC PAVEMENT REMOVAL DSIDEWALK REMOVAL HMA REMOVAL PCC SCHOOL OF MUSIC BUILDING EXISTING RIGHT-OF-WAY (TYP) PROTECT DECORATIVE PAVERS TRA IC CONTROLLER SEE JOTE ON A.01 SAWCUT FULL -DEPTH AND REMOVE PCC STREET PAVEMENT TO NEAREST JOINT LINE (TYP) REMOVE DECORATIVE PAVERS REMOVE AND SALVAGE PAVERS AROUND HANDHOLE. REINSTALL WITH NEW HANDHOLE CAUTIONO SIDEWALK WITH SNOW MELT SYSTEM. PROTECT AT ALL TIMES REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND SIGNAGE. REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE JD SALVAGE PIERS FOR NEW SIG�AL BASE. AFTER INSTAL TION OF NEW SIG AL BASE CONTRACTOR IS REQUIRED TO LOCATE GAS MAIN IN THIS AREA AND COORDINATE WITH MID -AMERICAN TO CONFIRM THIS IS AN ABANDONED GAS MAIN. 1 1 g1 I I I 11 I I 11 I 1 GRASS` ---`----4- t1 I I 81 I I - - - __ - -----------_J� 1lm.,<rnlyd7Fy__c♦___-_`r__r_-�°r-�_-� «--'c=_..L�� _. � r- I ♦♦ `♦1 `�\ ♦\ ♦♦ ♦\may\ \\ .•\\�♦ ���'.\`���`\�\� REMOVE EXISTING PCC SIDEWALK AND DRIVE APRON. EXISTING RIGHT-OF-WAY (TYP) PROTECT EXISTING MONITORING WELL - ADJUST TO NEW FINISHED GRADE SAWCUT FULL DEPTH AND REMOVE HMA NOTE • REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 AND 56+18.00 THAT CONFLICTS WITH PROPOSED STRIPING SHOWN ON 0.01 THROUGH 0.06 • ANY POTHOLING FOR UTILITY LOCATES ON BURLINGTON WILL REQUIRE FULL PANEL REPLACEMENT. • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED. / I 1 I I 11 PCC '\ I I 1� <♦ I I u . �•� PC ` ♦ =L I 1 11 � ♦♦ i � ♦ __ CORE HOLE � REMOVE HYDRANT ASSEMBLY AND RETURN TO CITY STORAGE IT REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND SIGNAGE. SALVAGE INSPIRATION AVE SIGN FOR REINSTALLATION REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE J, I ACC �r r PROTECT EXISTING LIGHT POLE r - -- o Z J K w O a aq a 0 0 PROJECT NO 1121150 SHEET NO. A.03 EXISTING TRAFFIC POLE, MAST ARM, HEADS AND E. SALVAGE TION AVE SIGN FOR \LLATION. FOUNDATION 36" 0 BELOW iED GRADE a a a 4'GA. REMOVE HYDRANT ASSEMBLY AND RETURN = TO CITY I IHGLE N SAWCUT FULL - DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. / 11 IV 4,I EXISTING RIGHT-OF-WAY (TYP) REMOVE PARKING METERS AND - SIGNS AND RETURN TO OWNER II 1 REMOVE PCC LANDSCAPING (TYP) �j REMOVE LIGHT POLE AND CURB AS CLINTON STREET R ` RETURN TO CITY; manu.r¢r D REMOVE PROTECT EXISTING LIGHT -t-- FOUNDATION 36' POLE REMOVE AND STORE LIGHT POLE FOR REINSTALLATION ON NEW SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT MINIMUM BELOW FOUNDATION. COMPLETELY REMOVE EXISTING FOUNDATION. I PROPOSED PROVIDE TEMPORARY SPLICE TO MAINTAIN POWER TO 11 GRADE REMAINING LIGHTS. SEE D SHEETS FOR NEW LAYOUT. I REMOVE ? I' TREE ` I REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE PROTECT EXISTING VALVE ADJUST TO FINISHED GRADE CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. / 11 IV 4,I I �r 0 II 1 11 e s a m 1 1 I I \S 1 _ 111 ® I 1 I I manu.r¢r D � II _a -t-- -r LU 1 1 SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT ` 111\\`\\ I Wo � II O II PROTECT LIGHT POLE.ra -1 � II II z 0 ? I' J I ASSEMBLY AND RETURN TO I REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE + m � 11 BELOW SIDEWALK GRADE O cD SAWCUT FULL -DEPTH AND • \ \ ® -REMOVE PROTECT EXISTING LIGHT EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING 1 \\\ W REMOVE YA HYDRANT • POLE FF \\ \\ ELECTRIC DEMO - REMOVE WIRING, ABANDON CONDUIT IN PLACE CLINTON STREE SHEET NO. 1 A.04 ~ 6 O N O 0r 3 I I 1111 \\ PCC NOTE: REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 < o m m AND 56+18.00 THAT CONFLICTS WITH PROPOSEDSFi21PING SHOWN ON 0.01 Om a THROUGH 0.06 1S Uz O 1 1 REMOVE EXISTING VALVE OF CROSS CONNECTION. REMOVE PORTION X 1 1 j OF EXISTING WATER MAIN FOR NEW CROSS CONNECTION. (MW.03) wm Luz PROTECT EXISTING TREE I SAWCUT FULL DEPTH ALONG EXISTING JOINTS AND REMOVE SIDEWALK. SAWCUT FULL -DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE I �r 0 REMOVE TRAFFIC SIGN 8 e s a m 1 1 I I \S 1 _ Z ® I 1 I I manu.r¢r D � II w L LU I LU 1 1 SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT I I Z N L I Wo � II O II PROTECT LIGHT POLE.ra -1 � II II z 0 ? I' J I ASSEMBLY AND RETURN TO I REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE + m � 11 PROTECT EXISTING TREE I SAWCUT FULL DEPTH ALONG EXISTING JOINTS AND REMOVE SIDEWALK. SAWCUT FULL -DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE — W - - — W 0 REMOVE TRAFFIC SIGN 8 e s a m PCC PAVEMENT REMOVAL Z ® manu.r¢r D , 1 , ,ff�1�i, w L )LD CAPITOL SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT Z N L I Wo _ N PROTECT LIGHT POLE.ra -1 3 z 0 REMOVE EXISTING SIGN w ASSEMBLY AND RETURN TO I REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE + m CITY. BELOW SIDEWALK GRADE O cD SAWCUT FULL -DEPTH AND • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE w � o -REMOVE EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING TREE 7 CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED.. • YARD HYDRANT SHALL BE REMOVED AND LINE ABANDONED PER WATER DIVISION STANDARDS. PAVEMENT REMOVED TO ABANDON LINE SHALL BE y REPLACED AT CONTRACTORS EXPENSE. w��oc SHEET NO. A.04 ~ 6 O N O 0r 3 — rnao =rte= U Z 0MCI — WY NOTE: REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 < o — W - - — W REMOVE TRAFFIC SIGN PCC PAVEMENT REMOVAL REMOVE PORTION OF EXISTING WATER MAIN FOR NEW TIE-IN D (MW.03) a� SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT I Wo rc O -1 SIGNAGE. I REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE O I REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE a POTHOLING FOR UTILITY LOCATES ON BURLINGTON WILL REQUIRE BELOW SIDEWALK GRADE FULL PANEL REPLACEMENT. SAWCUT FULL -DEPTH AND • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE X DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING REMOVE EXISTING TRAFFIC HAND HOLE CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED.. • YARD HYDRANT SHALL BE REMOVED AND LINE ABANDONED PER WATER DIVISION STANDARDS. PAVEMENT REMOVED TO ABANDON LINE SHALL BE +0 REPLACED AT CONTRACTORS EXPENSE. REMOVALS) SHEET NO. A.04 O 0r 3 NOTE: REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 O m m AND 56+18.00 THAT CONFLICTS WITH PROPOSEDSFi21PING SHOWN ON 0.01 Om a THROUGH 0.06 1S Uz O — Zz z wm Luz o� o� Z — W - - — W REMOVE TRAFFIC SIGN PCC PAVEMENT REMOVAL REMOVE PORTION OF EXISTING WATER MAIN FOR NEW TIE-IN D (MW.03) a� SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT I Wo rc O SIGNAGE. REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE O I REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE a POTHOLING FOR UTILITY LOCATES ON BURLINGTON WILL REQUIRE BELOW SIDEWALK GRADE FULL PANEL REPLACEMENT. SAWCUT FULL -DEPTH AND • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE REMOVE HMA DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING REMOVE EXISTING TRAFFIC HAND HOLE CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED.. • YARD HYDRANT SHALL BE REMOVED AND LINE ABANDONED PER WATER DIVISION STANDARDS. PAVEMENT REMOVED TO ABANDON LINE SHALL BE SALVAGE CERTAIN PLANTS AND SHRUBS BEFORE REPLACED AT CONTRACTORS EXPENSE. REMOVALS) SHEET NO. A.04 O 0r 3 NOTE: REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 O m m AND 56+18.00 THAT CONFLICTS WITH PROPOSEDSFi21PING SHOWN ON 0.01 Om a THROUGH 0.06 1S Uz — Zz z wm LEGEND REMOVE TRAFFIC SIGN PCC PAVEMENT REMOVAL REMOVE PORTION OF EXISTING WATER MAIN FOR NEW TIE-IN D (MW.03) SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT I EXISTING rc REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND RIGHT-OF-WAY(TYP) SIGNAGE. REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE I REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE a POTHOLING FOR UTILITY LOCATES ON BURLINGTON WILL REQUIRE BELOW SIDEWALK GRADE FULL PANEL REPLACEMENT. SAWCUT FULL -DEPTH AND • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE REMOVE HMA DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING REMOVE EXISTING TRAFFIC HAND HOLE CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED.. • YARD HYDRANT SHALL BE REMOVED AND LINE ABANDONED PER WATER DIVISION STANDARDS. PAVEMENT REMOVED TO ABANDON LINE SHALL BE SALVAGE CERTAIN PLANTS AND SHRUBS BEFORE REPLACED AT CONTRACTORS EXPENSE. LEGEND PCC PAVEMENT REMOVAL D SIDEWALK REMOVAL rc a HMA REMOVAL PROJECT NO. 1121150 LANDSCAPE AREA REMOVALS (COORDINATE WITH OWNER- CITY STAFF MAY WANT TO SALVAGE CERTAIN PLANTS AND SHRUBS BEFORE REMOVALS) SHEET NO. A.04 CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-3414425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. EXISTING CITY HANDHOLD I I I I SAN M111 IE 8" VCP WITH HANDHOLD LINE, TYP J N� EXISTING RIGHT-OF-WAY (TYP) _r�1Jlk1�� +I I 1 le':. Sn I I� ■N� ilr Z U r Hlf 4 4 I I ♦i: teal., �__ i= �I 1 � 30 ��•��1' 1 - 11 I I- Luom, > ;s g 1 171 rnvo r c! ia — — E— azo - I 7 D>- 11 In a ---- aU 0L 7 z 11 I w a j m 0 1 I ® ~w U w w — — — '_2�L I fn -r 15 m w rc V). u ___ _ 1 PCC / O -- 1I a ja 36 Zi SI___oil Ou U 11 a m U z pz I.i f X. W • SII �,..=f�rm�lA ✓I I I f 1 i 1 A' ii H- 1 W W 0 C0 I' U r I I /� w EXISTING Q a = Z I L,..' 0_ i # I Q RIGHT-OF-WAY (TYP) PROJECT NO. 1121150 U �I — ✓ ❑ II I 11,�1� SHEET NO. ------' rw ® A.05 LEGEND NOTE . ANY POTHOLING FOR UTILITY LOCATES ON BURLINGTON ®WILL PCC PAVEMENT REMOVAL REQUIRE FULL PANEL REPLACEMENT. . EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS AND MAYBE DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS DSHALLOW SIDEWALK REMOVAL EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING CONSTRUCTION UNTIL NEW SIGNALS ARE HMA REMOVAL CONSTRUCTED.. . YARD HYDRANT SHALL BE REMOVED AND LINE PER WATER DIVISION STANDARDS. DABANDONED LANDSCAPE AREA REMOVALS PAVEMENT REMOVED TO ABANDON LINE SHALL BE (COORDINATE WITH OWNER -CITY STAFF MAY WANT TO REPLACED AT CONTRACTORS EXPENSE. SALVAGE CERTAIN PLANTS AND SHRUBS BEFORE REMOVALS) +I I 1 le':. Sn I I� ■N� ilr Z U r Hlf 4 4 I I ♦i: teal., �__ i= �I 1 � 30 ��•��1' 1 - 11 I I- Luom, > ;s g 1 171 rnvo r c! ia — — E— azo - I 7 D>- 11 In a ---- aU 0L 7 z 11 I w a j m 0 1 I ® ~w U w w — — — '_2�L I fn -r 15 m w rc V). u ___ _ 1 PCC / O -- 1I a ja 36 Zi SI___oil Ou U 11 a m U z pz I.i f X. W • SII �,..=f�rm�lA ✓I I I f 1 i 1 A' ii H- 1 W W 0 C0 I' U r I I /� w EXISTING Q a = Z I L,..' 0_ i # I Q RIGHT-OF-WAY (TYP) PROJECT NO. 1121150 U �I — ✓ ❑ II I 11,�1� SHEET NO. ------' rw ® A.05 EXISTING CLINTON STREET `EXISTING EXISTING PCC CURB MODIFIED L EXISTING PAVEMENT WIDENING SUBBASE COMPACTED 9" PCC PAVEMENT WITH I VARIES 1.9 TO 8.63' WIDTH VARIES EXISTING 9" PCC PAVEMENT. VARIES 8.63' TO LBB' VARIES REPLACE PANELS AS SHOWN Q BT-3J0INT SEE PLAN PAVEMENT IN THE PLANS. INSTALL NEW REMOVAL MODIFIED SUBBASE 6" INTEGRAL CURB 20% 20 VARIES y f "..A -'. T021. 5% rtv..��i' 9^ V :Z •?� .•E V 1 4 *.. {•-:'".rK..•'.I' .�, 33'� i �• � �9r .. 1. J'i4.r °:j ua'•i%�;.-J'A4{' EXISTING EXISTING I MODIFIED COMPACTED SUBBASE 12" COMPACTED SUBGRADE SUBGRACE EXISTING PCC CURB 6" MODIFIED SUBBASE 9PCC PAVEMENT YWTH 'CD'JOINTS nCLINTON STREET -TYPICAL PAVEMENT WIDENING (EAST SIDE) Mor m srr.ME PAVEMENTWIDENING WIDTH VARIES EXISTING CLINTON STREET VARIES EXISTING 9' PCC PAVEMENT. PAVEMENT RE OVAL REPLACE PANELS AS SHOWN �6-INTEGRALCURS — IN THE ODIFIE SU INSTALL NEW MODIFIED SUBBASE VARIES -0.81% �:� 20% 2.0% .v71 12' COMPACTED SUBGRADE J `EXISTING EXISTING PCC CURB MODIFIED L EXISTING 8 -MODIFIED SUBBASE SUBBASE COMPACTED 9" PCC PAVEMENT WITH I VARIES 1.9 TO 8.63' SUBGRADE CO JOINTS VARIES 8.63' TO LBB' e-,-,CLINTON STREET - TYPICAL PAVEMENT WIDENING (WEST SIDE) Mor m SCKE EXISTING ACC OVER BRICK PAVERS EXISTING CLINTON STREET REPLACE PAVEMENT MOTH VARIES SEE PLAN 2.0% S" PCC PAVEMENT WITH CO JOINTS 3- HMA OVERLAY n CLINTON STREET -TYPICAL 3" HMA OVER 8" PCC (EAST SIDE) Mm m SaItE / STATION FT 15+34.82 Tu 16+3325 I VARIES B.10' TO 8.60' 1]+!).Y21016+08.91 I VARIES 1.9 TO 8.63' 18HMi.91 T 1 1 VARIES 8.63' TO LBB' WIDTH VARIES Q BT-3J0INT SEE PLAN 6- PCC SIDEWAU 6" MODIFIED SUBBASE rcn cuaraana NOTES: 1. SPACE 1' EXPANSION JOINTS AT 15V INTERVALS 4 TYPICAL 6" PCC SIDEWALK Mor m WALE STATION W FT 20+1144 TO21+]9.98 VARIES 11J0'T012.86' 21+i9.9BT022+43.09 I VARIES 12.88'701.0' 0 BT -3 JOINT WIDTHVARIES SEE PLAN SIDEWALK 3" BRICK PAVERS EXPANSION JOINT AN15-1 n CAULKING -{r— CURB AND GUTTER •--ry1 LI X SAND BEDDING 6" CONCRETE BASE ] 5 TYPICAL BRICK PAVERS STA 19+20.00 - 19+89.50 L JMpr m Sr.ME BT3 JOINT 3" HMA OVERLAY \ 9" PCC PAVEMENT WITH *CD JOINTS e" PCC PAVEMENT WITH 'CO' JOINTS 6" MODIFIED SUBBASE 12' COMPACTED SUBGRADE r� JOINT BETWEEN PPC AND HMA SECTION PROJECT NO 21150 " Mor m SrJ1IE SHEET NO. B.01 I I' E PROJECT NO. 1121150 SHEET NO C.01 ESTIMATED PROJECT QUANTITIES ITEM NO. ITEM UNIT DIVISION 1 CITY FUNDS DIVISION 2 AS BUILT CS -TSF -3715 QUANTITY (657)-85.52 1 MOBILIZATION LS 1 EA 2 CONSTRUCTION SURVEYS LS 1 3 TRENCH COMPACTION TESTING LS 1 PCC PAVEMENT, CLASS C, 9' 4 SUBGRADE AND SUBBASE COMPACTION TESTING LS 1 45 5 CONCRETE MATURITY TESTING FOR PCC PAVEMENT LS 1 6 TRAFFIC CONTROL LS 1 257 7 FLAGGERS EA 5 SY 8 MOBILIZATIONS, EROSION CONTROL EA 5 9 FILTER SOCKS LF 387 HMA OVERLAY, 1/2' PG 58-28S, 3" 10 FILTER SOCKS AT STORM SEWER STRUCTURES EA 8 50 11 REMOVAL OF TREE EA 2 4 12 REMOVAL OF EXISTING PAVEMENTS, DRIVEWAYS, CURB, AND GUTTER SY 583 1026 13 REMOVAL OF EXISTING SIDEWALK SY 439 681 14 REMOVAL OF STORM SEWER STRUCTURES EA 4 2 15 REMOVAL OF STORM SEWER STRUCTURES, TOP ONLY EA 2 SODDING 16 REMOVAL OF STORM SEWER AND CULVERT PIPE LF 16 22 17 ABANDONMENT OF EXISTING WATER MAIN LS 1 1 18 REMOVAL OF FIRE HYDRANT EA 2 2 19 REMOVAL OF VALVES EA 5 EA 20 REMOVAL OF EXISTING WATER MAIN LF 194 21 REMOVAL OF EXISTING PAVEMENT MARKINGS LS 1 22 REMOVAL OF EXISTING TRAFFIC SIGNS EA 5 23 REMOVAL OF PARKING METERS EA 5 4 24 REMOVAL OF TRAFFIC SIGNAL LS 1 25 REMOVAL OF LIGHT POLE EA 0 2 26 MODIFIED SUBBASE, 6" SY 688 1201 27 STORM SEWER MAIN, RCP, 12" LF 22 6 28 STORM SEWER MAIN, DIP, 12' LF 0 13 29 STORM SEWER INTAKE, SW -507 EA 1 30 STORM SEWER INTAKE, SW -507 TOP ONLY EA 2 31 STORM SEWER INTAKE, SW -510 EA 1 1 32 CONNECTION TO EXISTING STORM SEWER STRUCTURES EA 0 1 33 WATER MAIN, TRENCHED OR TRENCHLESS, RJ HDD, 12" LF 75 34 WATER MAIN, TRENCHLESS, RJ HDD, 12" LF 109 35 WATER MAIN, TRENCHED, RJ DIP, 12' LF 437 36 WATER MAIN, TRENCHED, RJ DIP, 8" LF 37 37 WATER MAIN, TRENCHED, RJ DIP, 6" LF 32 38 FURNISH AND INSTALL VALVE AND BOX EA 17 39 FITTINGS FOR WATER DISTRIBUTION SYSTEMS LBS 2790 40 WATER SERVICES RECONNECTION EA 4 41 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY EA 2 2 I I' E PROJECT NO. 1121150 SHEET NO C.01 ESTIMATED PROJECT QUANTITIES REM NO. ITEM UNIT DIVISION 1 FUNDS DIVISION 2 AS BUILT CS-TSF-3715CITY (657)-85-52 QUANTITY 42 VALVE BOX ADJUSTMENT EA 1 43 PCC PAVEMENT, CLASS C, 8' SY 69 44 PCC PAVEMENT, CLASS C, 9' SY 388 1201 45 PCC PAVEMENT, CLASS M, 9- BY 206 46 PCC SIDEWALK, 6' SY 257 358 47 PCC SIDEWALK RAMP SY 61 85 48 DETECTABLE WARNINGS SF 52 110 49 HMA OVERLAY, 1/2' PG 58-28S, 3" SY 69 50 PAVEMENT MARKINGS, DURABLE STA 441 24 51 PAVEMENT SYMBOLS, DURABLE EA 53 10 52 IMPORTED TOPSOIL CY 146 53 DECORATIVE BRICK PAVERS SY 115 54 SODDING SO 637 - 1 55 STREET LIGHTS EA 0 1 56 TRAFFIC SIGNAL, PER PLAN LS 0.5 0.5 57 PERMANENT TRAFFIC SIGNS, WITH POSTS, PER PLAN EA 38 4 I I' E PROJECT NO. 1121150 SHEET NO C.01 U u S b U 9 ►i i REMOVAL OF TREE REMOVAL OF EXISTING PAVEMENTS, DRIVEWAYS, CURB, AND GUTTER NO. I STATION OFFSET REMARKS STATION TO STATION SIDE AREA (SQ YDS) REMARKS Clinton Street 1 15+542 20.5 R 34.17' Clinton Street 2 15+70.4 20.7 R 4 14+35.37 14+76.98 L 154.5 22+03.88 3 16+04.8 15.9 R 5 14+32.65 16+27.85 R 243.5 TOTAL 5 15+19.17 15+35.00 L 12.6 19+85.0 4 16+16.0 15.5 R STATION 17+48.19 19+26.37 R 537.1 22+84.8 5 20+47.3 30.8 L 19+16.77 28.05 19+26.37 20+76.30 R 346.6 4 6 1 22+06.6 1 32.81 L 19+86.19 22+43.25 L 245.2 23+04.10 13+18.01 BOTH 69.1 SEE SHEET N.08 TOTAL 6 TOTAL 1609.0 REMOVAL OF EXISTING TRAFFIC SIGNS NO. STATION OFFSET EACH EACH Clinton Street 20+10.81 26.7 L 1 14+55.50 23.13' R 2 15+21.35 34.17' R 3 15+32.81 31.84' L 4 20+44.12 22.18' R 5 22+03.88 27.35' L R Manhole 5 14+72.2 36.91 R Top Only TOTAL 5 REMOVAL OF LIGHT POLE NO. STATION OFFSET EACH Clinton Street 1 20+10.81 26.7 L 14+07.5 14+36.8 R 2 20+93.38 40.29 L 31.37 L Intake 2 14+51.4 15.27 R TOTAL 2 REMOVAL OF STORM SEWER STRUCTURES NO. STATION OFFSET SIDE REMARKS Clinton Street Clinton Street Clinton Street 14+07.5 14+36.8 R 1 1 14+35.4 31.37 L Intake 2 14+51.4 15.27 R Intake 3 15+40.5 9.02 R Intake 4 15+40.7 16.05 R Manhole 5 14+72.2 36.91 R Top Only 6 15+18.6 37.01 R Top Only 19+85.0 20+10.3 REMOVAL OF FIRE HYDRANT NO. STATION OFFSET TOTAL 6 Clinton Street REMOVAL OF STORM SEWER AND CULVERT PIPE REMOVAL OF EXISTING SIDEWALK N0. I STATION TO STATION SIDE LENGTH Clinton Street Clinton Street Clinton Street 14+07.5 14+36.8 R 1 14+51.22 14+51.35 L 8 R 2 14+53.83 14+61.26 L 8 14+70.0 3 15+26.34 15+38.21 R 14 15+22.5 4 15+41.25 15+41.25 R 4 L 5 15+42.50 15+46.50 R 4 58.0 TOTAL 17+32.8 19+24.4 R 394.4 TOTAL 38.0 19+26.5 L 130.7 includes removal of decorative pavers 19+85.0 20+10.3 REMOVAL OF FIRE HYDRANT NO. STATION OFFSET L EACH Clinton Street 22+84.8 1 14+56.16 24.26' R 2 19+16.77 28.05 R 3 19+89.14 54.93' L 4 20+59.11 31.44' L Yard Hydrant TOTAL 4 REMOVAL OF EXISTING WATER MAIN REMOVAL OF EXISTING SIDEWALK STATION TO STATION SIDE AREA (SO REMARKS Clinton Street REMARKS Clinton Street 14+07.5 14+36.8 R 29 14+33.2 14+74.0 R 121.8 15+49.50 10.00' 14+56.4 14+70.0 L 28.8 4 15+22.5 15+30.7 L 14.6 L 15+17.2 15+83.8 R 58.0 TOTAL 17+32.8 19+24.4 R 394.4 19+01.9 19+26.5 L 130.7 includes removal of decorative pavers 19+85.0 20+10.3 R 109.0 19+86.5 21+50.5 L 229.1 includes removal of decorative pavers 22+84.8 23+14.9 L 24.8 contractor to dispose of brick pavers 23+03.9 23+14.3 R 7.9 TOTAL 1 1120.0 REMOVAL OF EXISTING WATER MAIN REMOVAL OF VALVES STATION TO STATION NO. STATION OFFSET REMARKS Clinton Street 14+07.5 14+36.8 R 29 1 15+50.83 9.91' R 2 15+49.50 10.00' R 3 15+51.00 9.80' R 4 19+89.98 14.53' R 5 19+91.29 54.78' L TOTAL TOTAL 5 REMOVAL OF EXISTING WATER MAIN NO. STATION TO STATION SIDE LENGTH Clinton Street 1 14+07.5 14+36.8 R 29 2 15+30.3 15+56.9 R 27 3 19+81.8 20+61.2 R 79 4 14+62.0 14+63.3 R 21 5 19+90.8 19+92.0 R 14 6 19+92.8 19+93.1 L 23 TOTAL 194.0 PROJECT NO. 1121150 SHEET NO. C.04 ABANDONMENT OF EXISTING WATER MAIN NO. STATION TO STATION SIDE LENGTH Clinton Street AREA(SY) NOTES 1 1 14+36.8 15+30.3 R 93 2 15+56.9 19+81.8 R 425 14+43.87 TOTAL 69.0 R Supplied for infonnational purposes only 2 14+58.56 14+70.42 TOTAL 519.0 PCC PAVEMENT, CLASS C, 8" NO. STATION TO STATION AREA (SO YDS) REMARKS Clinton Street AREA(SY) NOTES 1 14+09.41 14+33.02 68.6 19+19.96 19+24.17 1 1 14+35.67 14+43.87 TOTAL 69.0 R PCC PAVEMENT, CLASS M, 9" NO. STATION TO STATION AREA (SO YDS) REMARKS Clinton Street 1 19+24.75 19+85.83 205.2 TOTAL 206.0 DETECTABLE WARNINGS PCC SIDEWALK RAMP NO. STATION TO STATION OFFSET AREA(SY) NOTES Clinton Street REMARKS Clinton Street 19+19.96 19+24.17 1 1 14+35.67 14+43.87 31.00' R 5.8 2 14+58.56 14+70.42 20.50' R 5.2 3 14+64.32 14+69.42 25.09 L 5.0 4 14+70.94 14+74.11 29.00' R 5.2 5 14+75.02 14+75.02 52.09 L 4.7 6 15+16.81 15+20.64 29.00' R 5.1 7 15+24.31 15+34.84 14.50' R 6.7 8 15+28.00 15+33.00 30.59 L 4.9 9 19+02.10 19+16.92 30.09 L 9.1 10 19+05.70 19+16.04 26.00' R 7.9 11 19+17.46 19+24.20 39.25' R 11.0 12 - 19+21.92 19+25.98 47.59 L 8.0 13 19+85.48 19+09.49 38.59 R 10.5 14 19+87.77 20+OS.78 41.09 L 46.4 15 19+92.64 20+07.90 22.09 R 10.2 TOTAL 146.00 PCC PAVEMENT, CLASS M, 9" NO. STATION TO STATION AREA (SO YDS) REMARKS Clinton Street 1 19+24.75 19+85.83 205.2 TOTAL 206.0 DETECTABLE WARNINGS PCC SIDEWALK, Err NO. I STATION TO STATION OFFSET AREA (SY) REMARKS Clinton Street 19+19.96 19+24.17 1 14+41.37 34.25' 1 14+33.09 14+74.10 35.00' R 89.0 2 14+64.57 14+69.57 32.00' L 25.0 3 15+28.00 15+33.00 38.00' L 7.6 4 15+16.81 15+83.86 35.09 R 53.3 5 17+36.74 19+24.06 40.09 R 207.9 6 19+05.87 19+26.37 30.00' L 37.5 7 19+87.16 21+50.42 1 30.00' 1 L 96.6 8 19+84.98 20+02.93 20.00' R 64.5 R 22+84.81 23+14.39 36.00' L 24.8 L 23+03.92 23+14.26 22.00' R 7.9 R 14 12 19+23.00 47.59 L 14 13 TOTALI 615.00 PCC PAVEMENT, CLASS M, 9" NO. STATION TO STATION AREA (SO YDS) REMARKS Clinton Street 1 19+24.75 19+85.83 205.2 TOTAL 206.0 DETECTABLE WARNINGS NO. I STATION OFFSET STATION TO STATION AREA (SF) NOTES Clinton Street Clinton Street 1 19+19.96 19+24.17 1 14+41.37 34.25' R 12 2 14+65.60 23.00' R 10 3 14+67.00 28.50' L 10 4 14+71.60 29.50' R 10 5 14+74.00 52.50' L 12 6 15+18.60 29.00' R 10 7 15+30.50 32.00' L 10 8 15+30.60 17.09 R 10 9 19+09.50 28.50' R 14 10 19+09.50 32.50' L 14 11 19+19.30 39.00' R 14 12 19+23.00 47.59 L 14 13 19+88.00 38.50' R 14 14 19+95.00 42.00' L 48 15 19+99.00 25.21' R 14 TOTAL 162.00 PCC PAVEMENT, CLASS M, 9" NO. STATION TO STATION AREA (SO YDS) REMARKS Clinton Street 1 19+24.75 19+85.83 205.2 TOTAL 206.0 HMA OVERLAY, 112" PG 58-28S, 3" NO. NO. SIDE STATION TO STATION AREA (SO YDS) REMARKS Clinton Street 1 19+19.96 19+24.17 1 17.3 14+09.41 14+33.02 68.6 19+85.37 19+89.46 R 14.9 3 19+86.33 19+90.47 L TOTAL 69.0 4 19+21.25 19+25.97 L 51.1 5 PCC PAVEMENT, CLASS C, 9" 19+24.60 NO. 6 STATION TO STATION AREA (SO YDS) REMARKS 115.0 Clinton Street 19+86.19 1 22+43.25 1 14+32.43 16+30.51 355.2 23+04.10 2 14+35.37 14+76.98 187A 3 15+15.86 15+35.01 15.9 4 17+49.19 19+24.60 527.2 TOTAL 5 19+85.83 20+76.30 114.6 r .{ 6 19+86.19 22+43.25 318.7 7 23+04.10 13+18.01 69.1 SEE SHEET N.08 _, • r- TOTALI 1589.0 _ PCC PAVEMENT, CLASS M, 9" NO. STATION TO STATION AREA (SO YDS) REMARKS Clinton Street 1 19+24.75 19+85.83 205.2 TOTAL 206.0 PROJECT NO. 1121150 SHEET N0. C.05 DECORATIVE BRICK PAVERS NO. STATION TO STATION SIDE AREA (SO YDS) REMARKS Clinton Street 1 19+19.96 19+24.17 R 17.3 2 19+85.37 19+89.46 R 14.9 3 19+86.33 19+90.47 L 30.8 4 19+21.25 19+25.97 L 51.1 5 17+49.19 19+24.60 5272 6 TOTAL 20+76.30 115.0 PROJECT NO. 1121150 SHEET N0. C.05 MODIFIED SUBBASE, Err NO. STATION TO STATION AREA D)) REMARKS Clinton Street 1 14+09.41 14+33.02 68.6 2 14+32.43 16+30.51 355.2 3 14+35.37 14+76.98 187.4 4 15+15.86 15+35.01 15.9 5 17+49.19 19+24.60 5272 6 19+24.60 20+76.30 346.6 7 19+86.19 1 22+43.25 318.7 8 23+04.10 13+18.01 69.1 SEE SHEET N.08 TOTAL 1889.0 PROJECT NO. 1121150 SHEET N0. C.05 F, 3 O e n i U� 3 O _i S U_ Thi 3 PAVEMENT MARKING LINE TYPES & SYMBOLS `} >7 See Detail on Sheet U.01 Z C, "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. 00 NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 I•' w L DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 V w Z w CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 N Location Length by Line Type (Unfactorad) Remarks m Road ID Station to Station Length Dir. Side A Z p - (STA) Travel el CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 �"N 090 + U QD m a L C R STA STA STA STA STA STA STA STA EACH EACH EACH EACH 3o M 7+30.00 7+55.00 0.25 S X 0.25 �- m 7+30.00 10+66,00 3.36 S X 3.36 y U z k v c ,�a 7+30.00 7+30.00 0.00 N X 1.00 ~ m o 7+30.00 10+41.00 3.11 N X 3.11 'r"- 0 7+30.00 10+41.00 3.11 N X 3.11 7+30.00 10+66.00 3.36 B X 3.36 7+55.00 10+66.00 3.11 S X 3.11 --1 Q 0 10+41.00 10+66.00 0.25 N X 0.25 10+66.00 10+66.00 0.00 IsX 1.00 kJ 11+29.00 11+56.00 0.27 S X 0.27 - [V 11+29.00 11+29.00 0.00 N X 1.00 T 11+29,00 14+32.00 3.03 N X 3.03 TWO LINES INCLUDING CROSS 11+29.00 14+57.00 3.28 N - X 7.58 HATCHING 11+29,D0 14+57.00 3.28 B X 3.28 w 11+56.00 14+35.00 2.79 S X 2.79 11+56,00 14+63.00 3.07 S X 3.07 0 i 14+32.00 14+57.00 0.25 N X 0.25 t-, o f 14+35.00 14+35.00 0.00 S X 1.00 o F- w a w m y ?w w 14+57.50 14+58.00 0.01 N X 024 w 14+67.00 14+67.00 0.00 B X 0.40 O U a 14+76.00 14+94,00 0.18 X 0.78 ON COURT WEST OF CLINTON '�+ 3 m Oo m 14+76.00 15+16.00 0.40 X 0.40 ON COURT WEST OF CLINTON iY i a� S 14+76.40 15+16.00 0.40 X 0.39 ON COURT EAST OF CLINTON 0 a 14+94,00 14+94,D0 0.00 X 0.50 ON COURT FAST OF CLINTON i 14+94,00 14+94.00 0.00 X 0.50 ON COURT WEST OF CLINTON m 14+94,D0 15+17.00 0.23 X 0.23 ON COURT EAST OF CLINTON 15+31.00 15+31.00 0.00 B X 0.39 15+34,00 16+27.00 0.93 N X 0.93 15+37.00 15+37.00 0.00 S X 10.24 0 15+37.00 16+34,00 0.97 S X 0.97 o 15+37.00 17+36.00 2.01 S X 2.01 a a D O a 15+37.00 19+01.00 3.64 B X 3.64 15+44,00 15+44,00 0,00 N X 1.00 PROJECT NO. 15+63.00 15+63.00 0.00 S X 1.00 11211H 15+86.00. 15+86,00 0.00 S X 1.00 INCLUDES SHARROWS SHEET NO. 16+27.00 17+03.00 0.76 N X 1.52 TWO LINES `..10 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01 } t7 E "NPY4 Z - For estimating purposes only. No Passing Zone Lines will be located in the field. Z NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00XF SLW2: Stop Line (White) @ 6.00 u w d CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 L Z N E Location Length by Line Type (Unfactored) Remarks F 0 Road ID Station to Station LengthDir. (STA) of Travel Side CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 A w, N + U J. 30 L C R STA STA STA STA STA STA STA STA EACH EACH EACH EACH oc 16+34.00 16+34,00 0.00 S X 1.00 "' m - c 16+34.00 17+38.00 1.04 S X 1.04 Lei V > m \ m c 16+81.00 16+81.00 0.00 Is X 1.00 INCLUDES SHARROWS / w Cl - 17+03.00 17+16.00 0.13 N X 0.13~ m a m - ms o = r 17+76.00 18+07.00 0.91 N X 0.91 I U - 17+38.50 18+19.00 0.81 S X 0.81 W 17+38.50 19+05.00 1.67 S X 1.67 < N NJ O 17+49.00 19+01.00 1.52 N X 1.52 18+07.00 18+07.00 0.00 N X 1.D0 1.00 ».a 18+07.00 19+01.00 0.94 N X 0.94 TWO LINES 18+19,00 18+19.00Eq 0.00 N X 11.00 INCLUDES SHARROWSX1. fT 18+77.00 18+77.00 0.00 N X 1.00 1.00 ':� �.7 18+99.00 18+99,00 0.00 S X 1.00 19+01.00 19+01.00 0.00 N X 0.36 19+09.00 19+09.00 0.90 B X 0.52 w 19+25.00 19+84.00 0.59 B X 0.59 ON BURLINGTON FAST OF CLINTON 19+27.00 19+89.00 0.62 B X 0.62 ON BURLINGTON WEST OF CLINTON i 19+27.00 19+61.00 0.34 X 0.34 ON BURLINGTON WEST OF CLINTONLu >< g 19+50.00 19+85.00 0.35 X 0.35 ON BURLINGTON EAST OF CLINTON ~ ` 20+00.00 20+00.00 0.00 B X 0.55 0- 20+03.00 23+13.00 3.10 N X 3.10 Uz 3 20+10.00 20+10.00 0.00 S X 0.36 Oo m m 20+10.00 21+41.00 1.31 S X 2.62 TWO LINES a, U ? ` 20+10.00 21+82.00 1.72 S X 1.72 0 U 20+10.00 21+41.00 1.31 8 X 1.31 ? 20+15.00 20+15.00 0.00 N X 1.00 m 20+33.00 20+33.00 0.00 S X 1.00 1.00 21+07.00 21+07.00 0.00 S X 1.00 INCLUDES SHARROWS 21+41.00 21+41.00 0.00 S X 1.00 1.00 21+41.00 21+82.00 0.41 S X 1 0.41 0 21+41.00 22+00,00 0.59 S X 0.59 'o 21+41.00 23+13.00 4.72 B % 4.72 INCLUDES TWO LINES AND DIAGIONAL a STRIPING 21+62.00 23+13.00 1.31 S X 1.31 PROJECT NO. 21+98.00 21+98.00 0.00 N % 1.00 121150 22+13.00 22+73.00 0.60 N X 0.60 SHEET N0. 22+43.00 23+08,00 0.65 S X 1 1 I 10.65 1 1 1 C.II PAVEMENT MARKING LINE TYPES & SYMBOLS >117/ See Detail on Sheet U.01 Z "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (While) @ 1.00 DLW4: Dotted Line (White) @ 0.33 CHYB: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 w > CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 N Z rtn n Location Length by Line Type (Unfactored) Remarks 0 m Road ID Station to Station Length (STA) Dir. of SideZ Travel CHYB DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 A 3 z,N 090 + U w 1p STA STA STA STA STA STA STA STA EACH EACH EACH EACH L C R 30 23+13.00 23+13.00 0.00 S X 1.00 23+13.00 23+13.00 0.00 N X 0.16 V 24+04.00 24+04.00 0.00 S X 0.29Mn 24+04.00 27+15.00 3.11 S X 3.11 �'-+��±r v o 24+04.00 24+04.00 0.00 N X 1.00 Ci oC- 24+04.00 26+80.00 2.76 N X 2.76 0 INCLUDES TWO LINES AND DIAG70t 3 M o 24+04.00 26+02.00 4.21 B X 4.21 STRIPING •- --t; 24+25.00 24+81.00 0.56 S X 0.56 IV 24+44.00 25+03.00 0.59 N X 0.59 25+37.00 26+69.00 1.32 S X 1.32 25+37.00 26+69.00 1.32 S X 1.32 26+02.00 27+02.00 1.00 B x 1.00 26+13.00 26+74.00 0.61 N X 0.61 26+19.00 27+02.00 0.83 N X 0.83 i 26+22.00 26+22.00 0.00 N X 1.00 BUS 26+55.00 26+55.00 0.00 N X 1.00 ONLY & s 26+80.00 27+05.00 0.25 N X 0.25 w00 26+87.00 26+87.00 0.00 N X 1.00 w a m o J y 27+05.00 27+05.00 0.00 S X 1.00 <w N w 27+05.00 27+05.00 0.00 N X 0.25 Uw a 28+19.00 31+44.00 3.25 N X 3.25 m rc 28+23.00 28+23.00 0.00 N X 1.00 Oo a J S a a 28+28.00 28+28.00 0.00 5 X 0.33 i 0 28+28.00 28+53.00 0.25 S 0.25 28+28.00 29+44.00 1.16 S X 1.16 m 28+28.00 29+44.00 1.16 B X 1.16 28+35.00 31+44.00 3.09 N X 3.09 28+53.00 28+53.00 0.00 S X 1.00 28+53.00 31+52.00 2.99 S X 2.99 0 28+53.00 31+52.00 2.99 S X 2.99 o 29+44.00 29+44.00 0.00 S X 1.00 a a INCLUDES TWO LINES AND DIAGIONAL c ° 29+44.00 31+44.00 5.77 B X 5.77 STRIPING PROJECT NO. 31+44.00 31+44.00 0.00 S X 1.00 1121150 31+44.00 31+44.00 0.00 N X 0.16 32+47.00 34+02.00 1 1.55 N X 1.55 SHEET NO. 32+53.00 32+53.00 1 0.00 1 S X 0.36 C.12 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01^� 0 o "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. , r z r NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 ' w DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHWB: Channelizing Line (White) @ 2.00 SLW2: Stop Line (While) @ 6.00 u w ti CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (While) @ 1.00 Z N N Location Length by Line Type (Unfactored) Remarks Road ID Station to Station Length (STA) Dir. of Side Travel 't Z o CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 w �N 00Q+�� w 1 L C R STA STA STA STA STA STA STA STA EACH EACH EACH EACH rr 32+53.00 34+02.00 1.49 S X 1.49 - O1 I.d d W 32+53.00 35+81.00 3.28 S X 3.28 US x c 32+53.00 35+81.00 3.28 S X 3.28 w 3 -_ 32+53.00 32+53.00 0.00 N X 1.00~ m O Lo - M8 o 32+53.00 35+77.00 3.24 B X 3.24 = r ` . 32+56.00 35+77.00 3.21 N % 3.21 _ m M 32+74.00 32+74.00 0.00 S X 1.00 C7 Q o 34+02.00 34+02.00 0.00 S X 1.00 - 34+02.00 34+77.00 0.75 N % 0.75 _ CT 34+02.00 35+77.00 1.75 N % 1.75 -•:r wtZ 34+77.00 34+77.00 0.00 N % 1.00 a 34+77.00 35+77.00 1.00 N % 1.00 iV 34+96.00 34+96.00 0.00 N % 1.00 INCLUDE SHARROWS 35+52.00 35+52.00 0.00 N X 1.00 35+77.00 35+77.00 0.00 S X 1.00 w 35+77.00 35+77.00 0.00 N X 0.32 35+82.00 35+90.00 0.08 B X 0.61 a i 36+68.00 36+76.00 0.08 B X 0.61 WE ~U x Z O 36+77.00 39+75.00 2.98 N X 2.98 j6 % Z� aW O W m 36+77.00 40+00.00 3.23 N X 3.23 N K 36+61.00 36+81.00 0.00 S X 0.25 v 36+81.00 37+05.00 0.24 S X 0.24 0 O o o m m 36+81.00 40+05.00 3.24 S X 3.24 a u a 36+81.00 36+81.00 0.00 N % 1.00 0 36+81.00 40+00.00 3.19 B X 3.19 i 37+05.00 40+05.00 3.00 S X 3.00 m 39+75.00 40+00.00 0.25 N X 0.25 40+00.00 40+00.00 0.00 S X 1.00 40+00.00 40+00.00 0.00 N X 0.25 40+05.00 40+13.00 0.08VNX 0.61 c 40+72.00 40+80.00 0.08 0.61 40+79.00 43+79.00 3.00 3.0040+79.00 a 44+04.00 3.25 3.25 40+85.00 0.00 0.25 PROJECT NO40+85.00 1121150 40+85.00 41+09.00 0.24 0.24 40+85.00 44+04.00 3.19 3.19 SHEET NO. 40+85.00 40+85.00 0.00 1.00 C.13 PAVEMENT MARKING LINE TYPES & SYMBOLS } 0 Detail on Sheet U.01 E "NPY4 -For estimating purposes only. . No Passing Zone Lines will be located in the field. Z 2" NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 W DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Une (While) @ 6.00 L w w N CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 L ZLU N y Location Length by Line Type (Unfactored) Remarks F 0 Road ID Station to Station Length (STA) Dir. of Side Travel Z 3 _ o CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 � r k'J N si O% + U w kp L C R STA STA STA STA STA STA STA STA EACH EACH EACH EACH 1 rr 30 40+85.00 44+04.00 3.19 B X 3.19 W 41+09.00 44+04.00 2.95 S X 2.95 d V > c 43+79.00 44+04.00 0.25 N X 0.25 k++ ~N O N 44+04,00 44+04.00 0.00 S x 1.00 - M a o 44+79.00 45+04.00 0.25 S X 0.25 Zu�- V 44+79.00 48+06.00 3.27 S X 3.27 � /\ m M U' W 44+79.00 44+79.00 0.00 N x 1.00 Q o 44+79.00 47+81.00 3.02 N X 3.02 44+79.00 47+81.00 3.02 N X 3.02 44+79.00 48+06.00 3.27 B X 3.27 J 45+04.00 48+06.00 3.02 S x 3.02 - (7 47+81.00 48+06.00 0.25 N X 0.25 -4 4 48+06.00 48+06.00 0.00 S X 1.00 48+79.00 49+04.00 0.25 S X 0.25 48+79.00 52+21.00 3.42 S X 3.42 48+79.00 48+79.00 0.00 N X 1.00 48+79.00 51+96,00 3.17 N X 3.17 moi. 48+79.00 52+21.00 3.42 N X 3.42 F F Op z 48+79.00 52+21.00 3.42 B X 3.42 zp 3 a 9 QW O 49+04.00 52+21.00 3.17 S X 3.17 N LL 51+96,00 52+21.00 0.25 N X 0.25 w Ulx `3 52+21.00 52+21.00 0.00 S X 1.00 O6' o_ m m 52+70.OD 52+95.00 0.25 5 X 0.25 aYz � a 52+70.00 55+93.00 3.23 S X 3.23 0 52+70.00 52+70.00 0.00 N X 1.00 52+70.00 56+18.00 3.48 B X 3.48 m 52+95.00 55+93.00 2.98 S X 2.98 52+95.00 55+93.00 2.98 N x 2.98 52+95.00 56+18.00 3.23 N X 323 55+93.00 56+18.00 0.25 N X 0.25 0 o 56+18.00 56+18.00 0.00 5 X 1.00 0.00 0 LENGTH OR SYMBOL SUBTOTAL 14.70 43.74 83.87 84.40 12.47 4.75 6.30 5.97 40.00 4.00 11.00 8.00 QUANTITY FACTORS 2.00 2.00 1.00 1.50 0.33 0.50 15.00 6.00 1.00 1.00 1.00 1.00 PROJECT N0. 1121150 TOTAL 29.40 87.48 83.87 126.59 4.12 2.38 94.50 35.82 40.00 4.00 11.00 8.00 TOTAL(STA) 465,00 SHEET NO. SYMBOL TOTAL 63.00 C.14 a g a 0 U O a s u_ 3 - • - ii,: I��IIis . -- I� 1 .. .MENEM , • - k m1 M 'n' 1 1 1 �._I .I �r_�_.. � / \\\ •� . .vv .v��im� V�i� • ��� ILII �i G R: ��� \ \\\\ 5 �� E�---��- Eye �1 ��� •1 01 � II • �� MATCH EXIS SIDEWALK IFING '����R.:. _■ _ _ _ _- _ _- _- _, _��=�i-�i _�i-�i _��-��-��►.lLl�h3 v' . .. �tz�a'i?�i$i�Y� �!1�dS�%�ii��•'�.'�'. �_���\��, '�� � ��� '. •..v -I :.v.-a.'�''.��� -A►. ■■■■IID,'►, �'� l�l��►� ism ME ME In• 11 ---. ON ■ IM■ ' I■■ I■ I ■ �� , 9 ALIGNMENT SEGMENT TABLE CL -Clinton SEGMENT # START STATION LENGTH RADIUS LINE/CHORD DIRECTION DELTA (A) START POINT END POINT L2 -6+00.00 1664.14' CP - NOW 43'39.00"W 0 S' N = 607542.54 N = 609206.55 CUT'X' NORTHEAST OF LAMP POST BY QUIZNO'S ENTRANCE CP - 1010 1 610059.54 2177656.40 686.92 E = 2177468.16 E = 2177447.03 L3 10+64.14 66.56' NOW 37'48.34'E W N = 609206.55 N = 609272.36 I 'o rc E = 2177447.03 E = 2177457.02 L4 11+30.70 1669.30' N01' 13'43.54V W a N = 609272.36 N = 610941.27 LL I 0 E = 2177457.02 E = 2177421.22 L5 28+00.00 2850.00' wy N00° 43' 07.94"W m� N= 610941.27 N = 613791.05 oo_ w� C7 a a u E = 2177421.22 E = 2177385.46 L Johnson County L� - -�- -�- +r--� - W UJ En H 0 U t' 106 x250 20+00 L4=� CP# NORTHING EASTING ELEVATION DESCRIPTION CP- 106 610163.18 _ TT +CLINTON TREET + v CUT'X' ON PLANTER CURB, SOUTHEAST OF RAMP CP - 250 0 S' �q N 688.88 CUT'X' NORTHEAST OF LAMP POST BY QUIZNO'S ENTRANCE CP - 1010 1 610059.54 2177656.40 686.92 CUT'X' SOUTH SIDE OF BURLINGTON ST., ±115 FEET EAST OF CENTERLINE CLINTON ST. W I 'o rc a Jf 0.x �U ZW 6 OW W a 8 o 0 O N al LL I 0 ° UW o I wy m� oo_ w� C7 a a u f z m SURVEY CONTROL POINTS CP# NORTHING EASTING ELEVATION DESCRIPTION CP- 106 610163.18 2177400.14 692.37 CUT'X' ON PLANTER CURB, SOUTHEAST OF RAMP CP - 250 610430.24 2177395.69 688.88 CUT'X' NORTHEAST OF LAMP POST BY QUIZNO'S ENTRANCE CP - 1010 1 610059.54 2177656.40 686.92 CUT'X' SOUTH SIDE OF BURLINGTON ST., ±115 FEET EAST OF CENTERLINE CLINTON ST. w rc r n 0 0 < PROJECT NO. 112115'0 SHEET NO. G.01 rAarojaaauc1121i�kvmblasDo ineW_Cro .Dl RighW-waxa y 101IM0177s1:04AM I �P1PrcectskIQ11211500elivembleslOmwingsll CWU.01 Traffic CoMrol.dwg T l I I 4-0,— Ell Lj4 COURTSTREET W N } F- n I Iti m nz I m A O � Z zo N m I BURLINGTON STREET 1 011212 017 7:52:47 AM CLn N 0 m 'x c0 00 czi r I. I I I 11 I I II I I y 11 I I> I I� I( I �I 'I I I I I I I I I I I I 0 I - li e l 11111 ro TRAFFIC CONTROL AND STAGING PLANZ y BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS m A L m O IOWA CRY, IOWA m `m N i y DATE 1011M17 SCALE o ORANRJ BH FIELD BOOK APPROVED BRB REVISION m �..IA.RCHITECTURE+ENGINEERING 9 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 fax: 319.354.6921 1 www.shive-haftery.com Iowa I Illinois Indiana I I l/Jl _ 2— &31p CLINTON STREET DUBUQUE STREET 2 8 U I G20-2 W1-41- z 1vA I 1� AN d -1 • • • •R11-2 Y G20-2 W20-1 SIGN LEGEND 0 0="IN�ILIFT wlw HONKW D M�WOnx.:rvuYY'XMXS µ 35X' ROAD CIOi)) a1u ROAD � oaxuo pypppSFflro CLOSED _ 1HRU 1iRAffIC rlwumrwrrlc AHEnD w �� END exononowaN ROAD o ROAD WORK x r CLOSED '0 TCO E Z U L ■�� i■ w N z N N L7 w Z O w N 1w317 �0 oo. or car, nm-eaaa.. N� {D O N L:— •� I ' N I � —FI Z' � gw III -- -- w z z o 2W 0-1 - L_ �I w F -G m o G20-2 �- w my Q W o N T Z W QC 6 w> — -- Um 0r PHASE 1 z" - _m w TRAFFIC CONTROL OUj a m • SET UP DETOUR FOR COURT STREET USING DETOUR A SEE J.09. Ui a • SET UP PEDESTRIAN DETOUR USING DETOUR D SEE J.12 LLo • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON CLINTON �p STREET. 12' MINIMUM LANE WIDTH PLUS V FOR CHANNALIZERS. m • A MINIMUM OF ONE LANE IN EACH DIRECTION SHALL BE MAINTAINED AT ALL TIMES ON BURLINGTON STREET. - _ • CONTRACTOR SHALL USE EITHER STEEL PLATES OVER TRENCH FOR _ -- - - WATER MAIN ACROSS BURLINGTON STREET OR CONSTRUCT HALF AT A - - TIME AND FILL IN TRENCH AND TEMP PATCH WITH ASPHALT TO MAINTAIN 0 TRAFFIC. � • CONTRACTOR MAY CLOSE COURT STREET FOR UP TO 48 HOURS, OR INSTALL PIPE HALF AT A TIME TO MAINTAIN TRAFFIC. o _ CONSTRUCTION PROJECT NO. • INSTALL WATER MAIN AND SERVICE CONNECTIONS. 1121150 • INSTALL NEW TRAFFIC SIGNAL AT INTERSECTION OF CLINTON AND BURLINGTON. PROVIDE FOR PEDESTRIAN ACCESS THROUGH SHEET NO. CONSTRUCTION ZONE. J.03 LEGEND • 42" CHANNALIZERS ® WORKZONE N♦ TRAFFIC FLOW G20-2 W20-1 SIGN LEGEND 0 0="IN�ILIFT wlw HONKW D M�WOnx.:rvuYY'XMXS µ 35X' ROAD CIOi)) a1u ROAD � oaxuo pypppSFflro CLOSED _ 1HRU 1iRAffIC rlwumrwrrlc AHEnD w �� END exononowaN ROAD o ROAD WORK x r CLOSED '0 TCO E Z U L ■�� i■ w N z N N L7 w Z O w N 1w317 �0 oo. or car, nm-eaaa.. N� {D O N L:— •� I ' N I � —FI Z' � gw III -- -- w z z o 2W 0-1 - L_ �I w F -G m o G20-2 �- w my Q W o N T Z W QC 6 w> — -- Um 0r PHASE 1 z" - _m w TRAFFIC CONTROL OUj a m • SET UP DETOUR FOR COURT STREET USING DETOUR A SEE J.09. Ui a • SET UP PEDESTRIAN DETOUR USING DETOUR D SEE J.12 LLo • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON CLINTON �p STREET. 12' MINIMUM LANE WIDTH PLUS V FOR CHANNALIZERS. m • A MINIMUM OF ONE LANE IN EACH DIRECTION SHALL BE MAINTAINED AT ALL TIMES ON BURLINGTON STREET. - _ • CONTRACTOR SHALL USE EITHER STEEL PLATES OVER TRENCH FOR _ -- - - WATER MAIN ACROSS BURLINGTON STREET OR CONSTRUCT HALF AT A - - TIME AND FILL IN TRENCH AND TEMP PATCH WITH ASPHALT TO MAINTAIN 0 TRAFFIC. � • CONTRACTOR MAY CLOSE COURT STREET FOR UP TO 48 HOURS, OR INSTALL PIPE HALF AT A TIME TO MAINTAIN TRAFFIC. o _ CONSTRUCTION PROJECT NO. • INSTALL WATER MAIN AND SERVICE CONNECTIONS. 1121150 • INSTALL NEW TRAFFIC SIGNAL AT INTERSECTION OF CLINTON AND BURLINGTON. PROVIDE FOR PEDESTRIAN ACCESS THROUGH SHEET NO. CONSTRUCTION ZONE. J.03 — _- R11-4 L 1 rf Ij �O `a _.. .. _ G20-2 �ry„I CLINTO N STREET —- R71-2...yyy.y.y.y���111111� •Ri1-2 •�� • • :mR11-4 _ U 111 � I UI F AI DUBUQUE STREET g. 6 LEGEND • • 42" CHANNALIZERS WORKZONE TRAFFIC FLOW M M SIGN LEGEND <> --L ",_ <g> O www¢ o RIGH a xx ouv.o® wma LANE N� ,�.o cLosco r arasnu•.n rxr� HEA wz n�i. pip az�www• ROAD oID va am�oro ROAD NORK CLOSED xb 1 1gm crxr W20 -5L VV41J-�;14 0-2 ON w • •rn — — fT: O I M M SIGN LEGEND <> --L ",_ <g> O www¢ o RIGH a xx ouv.o® wma LANE N� ,�.o cLosco r arasnu•.n rxr� HEA wz n�i. pip az�www• ROAD oID va am�oro ROAD NORK CLOSED xb 1 1gm crxr W20 -5L VV41J-�;14 ON • •rn — — fT: C..0 • p:, N N W Zw • � g� w � do ^. Z� zm PHASE 2 �1 o TRAFFIC CONTROL 0 o IN mo a y • • SET UP DETOUR FOR COURT AND CLINTON STREET USING DETOUR A SEE Q y u rc __. J.09. pr a G20-2• SET UP PEDESTRIAN DETOUR USING DETOUR D SEE J.12 4 T W4 -2R --', • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON CLINTON zo o In m - STREET. 17 MINIMUM LANE WIDTH PLUS V FOR CHANNALIZERS. Uz In • CLOSE 1 WB LANE OF BURLINGTON STREET AT INTERSECTION OF Uz Es _ CLINTON STREET. W • COURT AND BURLINGTON STREET SHALL NOT BE CLOSED AT THE SAME TIME. m • INTERSECTION OF CLINTON AND COURT MAY BE CLOSED FOR UP TO 48 W20 -5R HOURS, OR PAVING SHALL BE DONE IN SUCH A MANOR TO MAINTAIN TRAFFIC. CONSTRUCTION • INSTALL NEW STORM SEWER INTAKES AND CONNECT TO EXISTING c SYSTEM. REPLACE PANELS IN INTERSECTION OF CLINTON STREET AND COURT o a STREET FOR WATER MAIN INSTALLATION. o o < CONSTRUCT NEW SIDEWALK ON BE AND NE CORNERS OF CLINTON W2 STREET AND COURT STREET. aaoaEciNo. B REPLACE PANELS IN NE CORNER OF BURLINGTON STREET AND CLINTON 11411W STREET FOR WATER MAIN REPLACEMENT. 1 • INSTALL NEW SIDEWALK IN NE CORNER OF BURLINGTON STREET AND SHEET NO. `; CLINTON STREET. ,f,QQ W20-1 • SET UP DETOUR FOR CLINTON STREET USING DETOUR B SEE J.10. • SET UP PEDESTRIAN DETOUR USING DETOUR E ON J.13 AND DETOUR H ON J.16 • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON COURT STREET 12' MINIMUM LANE WIDTH PLUS 1' FOR CHANNALIZERS. • CLOSE EB LANE OF BURLINGTON STREET AT INTERSECTION OF CLINTON 3 STREET. Zi CONSTRUCTION j • INSTALL NEW STORM SEWER INTAKE IN SW CORNER OF CLINTON STREET u, AND COURT STREET AND CONNECT TO EXISTING SYSTEM. • CONSTRUCT NEW SIDEWALK RAMP IN SW CORNER OF CLINTON STREET e AND COURT STREET. 0 s • ADD RIGHT TURN LANE TO CLINTON STREET. ,'�, • CONSTRUCT NEW SIDEWALK AND SIDWALK RAMP IN BE CORNER OF BURLINGTON STREET AND CLINTON STREET. sCH�, o' NJS G ILI IN w m w II ROAD wm� WDRK w.Dwaecxi•Ao _ 2w g� o- o c7 � y 43 I LIIi • (DZ Nw Ri11 W20-1 • SET UP DETOUR FOR CLINTON STREET USING DETOUR B SEE J.10. • SET UP PEDESTRIAN DETOUR USING DETOUR E ON J.13 AND DETOUR H ON J.16 • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON COURT STREET 12' MINIMUM LANE WIDTH PLUS 1' FOR CHANNALIZERS. • CLOSE EB LANE OF BURLINGTON STREET AT INTERSECTION OF CLINTON 3 STREET. Zi CONSTRUCTION j • INSTALL NEW STORM SEWER INTAKE IN SW CORNER OF CLINTON STREET u, AND COURT STREET AND CONNECT TO EXISTING SYSTEM. • CONSTRUCT NEW SIDEWALK RAMP IN SW CORNER OF CLINTON STREET e AND COURT STREET. 0 s • ADD RIGHT TURN LANE TO CLINTON STREET. ,'�, • CONSTRUCT NEW SIDEWALK AND SIDWALK RAMP IN BE CORNER OF BURLINGTON STREET AND CLINTON STREET. sCH�, o' NJS G ILI IN E _ on xx AHEAD rxr • _—`� onrvuu ROAD Eo IEiT u� CLOSED Qc a E ux nonton�rAo AHEAD 3s...n E x �� END Dno nwaxz RDAD .� -D �� `o`asDTO ROAD WORN YM1° CLOSED MN 1RAFFIC T G20-2 W4 -2R s,w.1 4IMP R71- . E. . . • • . �I LILD - — DUBUQUE STRFET - - I_ M-0 w rn �(D Z O � Z W L W � L N. z N 2SZN � 5 DI Zo_ W �N � + 1W"cl �ocl I00 ® o�c s<� IN axT _, w c-) H 0 tV i i i omcw ".11 •.'� 4-26 AW20 5L 45020-1 SIGN LEGEND m u� � gluDnmmxT jjjj� .sur En // ROAD wm� WDRK w.Dwaecxi•Ao E _ on xx AHEAD rxr • _—`� onrvuu ROAD Eo IEiT u� CLOSED Qc a E ux nonton�rAo AHEAD 3s...n E x �� END Dno nwaxz RDAD .� -D �� `o`asDTO ROAD WORN YM1° CLOSED MN 1RAFFIC T G20-2 W4 -2R s,w.1 4IMP R71- . E. . . • • . �I LILD - — DUBUQUE STRFET - - I_ M-0 w rn �(D Z O � Z W L W � L N. z N 2SZN � 5 DI Zo_ W �N � + 1W"cl �ocl I00 ® o�c s<� IN axT _, w c-) H 0 tV i i i omcw ".11 •.'� 4-26 AW20 5L 45020-1 ❑I I LEGEND • • 42' CHANNALIZERS ® WORKZONE TRAFFIC FLOW o a O � PROJECT NO. 1121150 SHEET NO. J.05 m _ 2w g� o- o c7 � z� (DZ Nw Y O � a Z0. p Z LL a N c w LL N K W )> awit JW U O N �r 3 r„ o_ w 0o UJ a m m J o CE a 500 �z ❑I I LEGEND • • 42' CHANNALIZERS ® WORKZONE TRAFFIC FLOW o a O � PROJECT NO. 1121150 SHEET NO. J.05 1 PHASE 4 TRAFFIC CONTROL • SET UP PEDESTRIAN DETOUR USING DETOUR F SEE J.14 • FOR INSTALLING FIBER OPTIC CONDUIT ACROSS CLINTON CONTRACTOR MAY CLOSE CLINTON STREET FOR UP TO 48 HOURS. SET UP DETOUR C SEE J.11 • OTHERWISE MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON CLINTON STREET. 12' MINIMUM LANE WIDTH PLUS T FOR CHANNALIZERS. • CLOSE WB LANE OF BURLINGTON STREET AT INTERSECTION OF CLINTON STREET. CONSTRUCTION `�. ADD RIGHT TURN LANE ON CLINTON STREET. r CONSTRUCT NEW SIDEWALK AND RAMP ON NW CORNER OF CLINTON ? STREET AND BURLINGTON STREET. INSTALL FIBER OPTIC CONDUIT FROM CITY HANDHOLD TO CABINETAND TO NEW HANDHOLDS NEAR COLLEGE STREET. CLINTON STREET W20-1 .. tt k _ — G20.2 ,• , G20-2 W20-1 W20-3 • SIGN LEGEND ..m �ceman � u e�un woxR x�oxowcsuuo LANE uri aosronnrnr CLOSE) R'_' m o ® ur<acffnuF o AHEAD +� y ]fxx EA END - eo.o.+oA. ROADoaoxo ROAD WORK •' CLOSED " YP M"!Tl o Im p — o 0 LEGEND rc F o � a I • • 42" CHANNALIZERS PROJECT NO. W20-1 — . W4 -2R Ror _ _--W20.3 -.... i- o SHEET NO. 3�E 1 J.06 R112 R11-2 G20-2 - -- --- - 5 ao 09y m f~qw a w o y w Q z I Z w a re K L—_ Jw U w W Fy O_ Z2 o o - m K m J O OJ Uu a a U LLz �7 rK 1 w w I rn —DUBUQUE STRFET _ CR — S7 — m W20-1 0 LEGEND rc F o � a • • 42" CHANNALIZERS PROJECT NO. ® WORKZONE 1121150 SHEET NO. TRAFFIC FLOW J.06 �� X11 o -I PHASE 5 I , TRAFFIC CONTROL --- • SET UP PEDESTRIAN DETOUR USING DETOUR G SEE J.15 0 • CLOSE EB LANE OF BURLINGTON STREET AT INTERSECTION OF CLINTON r STREET. CONSTRUCTION W20 -5R • CONSTRUCT NEW SIDEWALK RAMP AT SW CORNER OF BURLINGTON STREET AND CLINTON STREET. Z -c i Lj • - - -- W4 -2R LlV I G20-2 �tv CLINTON STREET l 12 SIGN LEGEND 0.05E0 w' aasm.„uo waRKwaa.IFw Z N W:- '711-1 HEA aHx K �wL ENDVDno woak r w N > Z V L !❑ 3jF W Z o— , �� w �N G20-2 1 w N 30 1 I ' :D=m m ° w w J I U K I r 0 '... y• g N tD _ N � W20-1 r> _ �a I I I PROJECT NO. 1121150 SHEET N0. J.07 , G20-2 1 I y ° w w J I U K I r 0 PROJECT NO. 1121150 SHEET N0. J.07 G20-2 1 ° w w U K I r g a � � W20-1 _ LEGEND z42'CHANNALIZERS 711, _ _ DUBUQUE STREET _ — — - Z J WORKZONE M i mollo- TRAFFIC FLOW PROJECT NO. 1121150 SHEET N0. J.07 .P1Projci lCU1211501Deliverables\Dmwmg511_CivilQ.01 Traffic anW.dwg 10112J2017 7:53:M FM �P:Tr0ject5I l2115MDeINe2aes10rawNMI CIVi61.100ebuctlwg m 0 o s m m m 1- p m 171 oN m A A y m C- m m z 1 li 10112/201] ]36:09 AM I N ry DATE O O O I n C '- r m z z c 0 z O O w c z ti m N A IT m m D 10112/201] ]36:09 AM I o ry DATE o O JI� I D I it I PENTRISS STREET v m O D 7 v o DATE o O � O O O r z m ~ m m m '^ ti y A _ :r al 1 1 1 1 �1 1 COURT STREET I �i 1 1 1 1 1 !j c .-O BURLINGTON STREET � ■ A A r w iz A DATE o O DRANM APPROVED TREET L ---A DETOUR PLAN BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA 1011212017 SCALE BK FIELD BOOK BRB REVISION WASHINGTON STREET ff�l HARRISON STREET ,3v-.60 1VLr1H1 I L'KY AtA.trr!!fii,CVITECTURE+ENGINEERING 78 I hgate Drive I Iowa City, Iowa 52245 31"4.3040 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois Indiana D I it I ,3v-.60 1VLr1H1 I L'KY AtA.trr!!fii,CVITECTURE+ENGINEERING 78 I hgate Drive I Iowa City, Iowa 52245 31"4.3040 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois Indiana 1 �P:WrojectWO112115O1 Werahk %\ minpe I Civ WAO De r.dwg I 7 z 0 IT m m 0 A A A y O IT 0 y ° IT m z 10112201] 7:50:11AM 11-- v m O C W PENTRISS STREET 0 doa a �, ppo V� ti z O D Xm �J-•I A mIT z A m I. I � III III ISI l - D, COURT STREET i E- L. I I I ' ' ' ' ' ' 7 BURLINGTON STREET > a ❑ 5t` N A L mCD z O CD y A 0 Z LDATEO AwN PROVED ti 0 N IEET o WASHINGTON STREET A Ilk I 1 G DETOUR PLAN OS ;6 WV 9 DOLI BURLINGTON CLINTON STREET INTERSECTION IMPROVEM IOWA CITY, IOWA 181722017 SCALE ,� +� 1 BH FIELD BOOK BRB REVISION I ASHIVEF-IATTERY ARC H I T E C T U R E+ E N G I N E ERIN G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 fax: 319.354.6921 1 www.shive-haftery.com Iowa I Illinois Indiana 0 doa a �f' ppo V� 0 cT o z m Il m z a m z 0 ASHIVEF-IATTERY ARC H I T E C T U R E+ E N G I N E ERIN G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 fax: 319.354.6921 1 www.shive-haftery.com Iowa I Illinois Indiana .P:1Pioje UM11211500elivembleslDrawingsll CiviM.10 DetourAwg , N I m 0 o m IT p O m m IM v p A O p N m o z 10112(2017-7:M:16 AM m O C t —lu tr COURT STREET � a - D r`1 I I� I I� I I� I I� I I� I I� I I� I I t♦ I I� 1 1� 1 1 gb A { � tO { ' I I _I - rr - ww COLLEGE STREET i � wA _ co c 'A I I� I I� 1 1 t• 1 1 _ 1 a A 9 L m r �\ i DATE o S z P DRAWN IOWAAVENUE L-_ JEFFERSON STREET -1I DETOUR PLAN "v BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA 1011212017 SCALE — BH FIELD BOOK — APPROVED BRB I REVISION BURLINGTON STREET WASHINGTON STREET I \ / g, m 1 ( b 4 m m G) m 0 r7 a�n9 019$ a � po X313 4 til: SHIVEHATTERN 63 AMI I T E C T U R E+ E N G I N E E R I N G rae Drive I Iowa City, Iowa 52245 319.354.3040 1 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois I Indiana HARRISON STREE o c > o m z m m O Z O Z m u ti y DA m A m IT m m y R1 -I ti I —lu tr COURT STREET � a - D r`1 I I� I I� I I� I I� I I� I I� I I� I I t♦ I I� 1 1� 1 1 gb A { � tO { ' I I _I - rr - ww COLLEGE STREET i � wA _ co c 'A I I� I I� 1 1 t• 1 1 _ 1 a A 9 L m r �\ i DATE o S z P DRAWN IOWAAVENUE L-_ JEFFERSON STREET -1I DETOUR PLAN "v BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA 1011212017 SCALE — BH FIELD BOOK — APPROVED BRB I REVISION BURLINGTON STREET WASHINGTON STREET I \ / g, m 1 ( b 4 m m G) m 0 r7 a�n9 019$ a � po X313 4 til: SHIVEHATTERN 63 AMI I T E C T U R E+ E N G I N E E R I N G rae Drive I Iowa City, Iowa 52245 319.354.3040 1 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois I Indiana .P:\Proja VC111211W\DeliveraUlea\Drawings\i DNiN.10 D dwg Eg'" %q 9J ;?A€ YyR A p 0 Ln Z m L m O IOWA CITY, IOWA Z y p b O mA 0 e > APPROVED BRB REVISION Y yii� n� o A O 9 r m m m O -1 m m N A A O 71 m m C O O m m 0 Z C z D 0 m m �zDO rmm m m O N 1 z m A —1r2 Oor Sy.C) m, 2 m m D m C m cmz H m C Z A � OOT Z O m �; m HARRISON STREET COLLEGE STREET fi=r A p A S L m O IOWA CITY, IOWA NJ i y DATE 10/12I2017 SCALE COURT STREET 0 DRAWN BH FIELD BOOK > APPROVED BRB REVISION r 0 c m c �_- c c m — � m m I y I I I IA Q BURLINGTON STREET r COLLEGE STREET B1filYISFIQ3R341r T II 1 m L ` - _ �_ L- m - _- \O N O r -1 Z y m 1 a D n 131 13 0z G 1SHIV EFIATTERY tE C TUR E+ E N G I N E E R I N G t4N Drive Iowa City, Iowa 52245 134-0351. 1 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois I Indiana PEDESTRIAN DETOUR PLAN BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS y A L m O IOWA CITY, IOWA NJ i y DATE 10/12I2017 SCALE 0 0 DRAWN BH FIELD BOOK APPROVED BRB REVISION B1filYISFIQ3R341r T II 1 m L ` - _ �_ L- m - _- \O N O r -1 Z y m 1 a D n 131 13 0z G 1SHIV EFIATTERY tE C TUR E+ E N G I N E E R I N G t4N Drive Iowa City, Iowa 52245 134-0351. 1 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois I Indiana sP1 roj 1sVC%11211W1Deliverad slDrawmgsll_CNA110De r.ftg 10/12201115126 M1 �P\Projects\IC111211501Dellvera51es1Drewings11 CI .10 DNaer.dw m m HARRISON STREET r COURT STREET iI-MpikillW&A lISC1u: m 0 m m O m m N m O A A O m C n m o i m J i I APPROVED N A `P 1p N 4� COLLEGE STREET A {I PEDESTRIAN DETOUR PLAN �£ ;6 �� 9 11� p BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS 1 a Rtom �� A II J gaT€ € e4�$ T II m + - -- - IP I 11 A O J --i z 0 DRAM 0 Z m ti / 1 APPROVED N A `P 1p N 4� COLLEGE STREET A {I PEDESTRIAN DETOUR PLAN �£ ;6 �� 9 11� p BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS 1 a Rtom �� A 0 E A ➢ gaT€ € e4�$ T II m + 9 IP I 11 A O J DATE 0 0 DRAM APPROVED N A `P 1p N 4� COLLEGE STREET A {I PEDESTRIAN DETOUR PLAN �£ ;6 �� 9 11� p BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS 1 a Rtom �� A 0 E A ➢ gaT€ € e4�$ T II m + y C) O Z �y m G) S Z IP I 11 H HIVEHAT ERY IOWA CITY, IOWA 8311 ARCHITECTURE+ENGINEERING 10112/2017 SCALE 2839 Northgate Drive I Iowa City, Iowa 52245 BH FIELD BOOK 319.354.3040 fax: 319.354.6921 I www.shive-hattery.com BRB REVISION — Iowa I Illinois Indiana �P:1Projecls1IC111211501Defnerables\D2wings\i_CWU.10 DeW,dwg m C O m m m58 y HARRISON STREET =----� 101122D177:54:36AM r �— A D I COURT/STREET ,J I I F X BURLINGTON STREET — COLLEGE STREET i,. a L i O BURLINGTON STREET — COLLEGE STREET i,. APPROVED PEDESTRIAN DETOUR PLAN t BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA 10112/2017 SCALE BH FIELD BOOK BRB REVISION n r z 8 z y m -mi V f! i I z 0 o m z m m m m m O m '^ N z o A w m 0 V � o z m TL D r - lIr m 0 m D Z v m O C M A iI" " *0u SH IVC-FWFrC-RY IARC H I T E C T U R E+ E N G I N EERI NG 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois Indiana L i O G Z DATE o O DRAwN APPROVED PEDESTRIAN DETOUR PLAN t BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA 10112/2017 SCALE BH FIELD BOOK BRB REVISION n r z 8 z y m -mi V f! i I z 0 o m z m m m m m O m '^ N z o A w m 0 V � o z m TL D r - lIr m 0 m D Z v m O C M A iI" " *0u SH IVC-FWFrC-RY IARC H I T E C T U R E+ E N G I N EERI NG 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois Indiana ,P:Wroge MD1121150\0eliverables\Drawingsll_CrviIV.10Oemm.Mq SII HARRISON STREET - ji 0 m C O m m N m 1 0 /1 212 0 1] )5641 AM I m F o m m m m O m = m N A o m O A A N m O N n1 m Z 1p m � D z I_ Q ' n r -I 0 0 2 N ;0 m —E BURLINGTON STREET I1 m A L m O J ~� y LDRA E ZO b Z 0 ROVED COLLEGE STREET I VIII !I i PEDESTRIAN DETOUR PLAN BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA IW121201] SCALE BH FIELD BOOK BNB I REVISION 1 T m 0 m ;LI D Z 0 m 0 C IJVT I MEMO Is W JT CTURE+ENGINEERING Cor jgj1D ve -I Iowa City, Iowa 52245 54.3040 fax:319.354.6921 1 www.shive-hattery.com Iowa I Illinois Indiana .P 1Prge 4011211WOeliveredeslOr xingsll CMR110 Delwr.dwg I' l HARRISON STREET m O m y m -I � III UIQ COURT STREET 10112120177:54:46 AM COLLEGE STREET r 1 2 z m fl m � � 9 : e PEDESTRIAN DETOUR PLAN BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS m A L m 2 IOWA CITY, IOWA V o g Z DATE 1W M1T SCALE O DRAM BH FIELD BOOK APPROVED BRB REVISION r 1 2 z m fl m � � "k,113 113 vAkQ! X110 `6 Kn "ISHIVEHATTERY RHIT' CTURE+ENGINEERING jorthgate Drive I Iowa City, Iowa 52245 19.354.3040 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois Indiana c 9 : e "k,113 113 vAkQ! X110 `6 Kn "ISHIVEHATTERY RHIT' CTURE+ENGINEERING jorthgate Drive I Iowa City, Iowa 52245 19.354.3040 fax: 319.354.6921 1 www.shive-hattery.com Iowa I Illinois Indiana c P1ProgMs\lC111211508]eliverabb Omwings\7_CWU..0I Paving Details., wg 1011212017 7;56.05 PM moz . . ■ 4 - �■ . ■ �.. ��■ �, of All ONO 689. 68 TIC 689 18 GtJ m INN MEN 9.60 TIC 11mv, �. ��.,.. '31 RI 111■\��� �\■■■■�27����' � ■ ■ �� 'I r �r .PAP ■ I ■I . �' ■■�I • cn �'�■� cn ■■■II �,I 1 w OMENS■ ■ ■ ________________ • PAVING -.-•. CLINTONBURLINGTON r r L r 2839 Northgate Drive FIELD BOOK , P:1Pruja %1W 12115010eliverad s\DmwNs%l Civi0L.01 Paving D Ws.dwg 10112201]]:5612 AM P1PgedWQ11211501UefiwmbIWDmwu,gW Clvilk.01 Pwig DeWhAwg 1011212019 7:56:17 AM CD CD BURLING ON STREET s9 m 6� CD SS CID O m BTJ BT CD CD 09 v m 6 ,6J Z9 x`39 v 09 q d0 RD 691 D cD RD RD g 1 Off' 6`0 69 -. _ ch N m oy �c0 Co Sbs� \\ DD 0.805 69 O 'x.0.81 e �'jp1 0 CO r CD CD 0.19% ' s 9 � I6 n 6 6 97 U U o / a s9 I / cD yT1 1.32% 6 C rya Z 76v C I�\ cn 73 CD m 0 1.5 6 CID m `� TC' Z 6 CD O11 A V✓ m \ 6 //1 / CD � m m -' 6696s 3?% m ------� \ CD , 19 9ks D rC, D v CD 6.00% 6 6 O moz CD ~ m 6 ti cG- M UD or / ++ r w \ O & I m Z gy O � o \ i� r �\ n i n PAVING DETAILS i IVC-I-IATI-C-RY m T BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS r m v in IOWACITY,IOWA AJCHITECTURE+ENGI N E E R I N G DATE 101121201] SCALE — W z o e y Northgale Drive I Iowa City, Iowa 522455 DRAWN BH FIELD BOOK _ 319.354.3040 1 fax: 319.354.6921 1 www.shive-haftery.com APPROVED ERB REVISION — Iowa I Illinois I Indiana -G• -ARAN .w NEW STORM - SW -507 (All) FORM GRADE = 689.00 STA 14+51.50, OFF: 20.50' RT FJRR 77 IF 17' Rr.P !W l U� e CONTRACTOR TO VERIFY STORM INTAKES THAT TOPS ARE CALLED OUT TO BE REPLACED THAT THE WELL IS IN L GOOD SHAPE. 3 JIVRM INIMNL 689.81 RIM 686.56 IE 12" RCP ) REPLACEINTAKE TOP - SW -507 (A2) RESHAPE THROAT EXISTING RIGHT-OF-WAY ZZ TING RIGHT-OF-WAY STORM MANHOLE 689.65 RIM STORM MH ` RIM=689.45 b 683.54 IE 18" RCP (W) 683.63 IE 15" RCP (NE) EXISTING 683.57 IE 12" RCP (S) r 686.05 IE 12" RCP (SE) STORM MH RIM=689.51 II 684.93 IE 12' RCP (E) UI ITS 684.46 IE 12" RCP (N) I0 BURIED 684.14 IE 15" RCP (SW) INTAKE STEAM HANDHOLE II I I I I 'rtrt1 U El frC -507 (A3) RESHAPE i t I I I I I II EXISTING RIGHT-OF-WAY COUNTYYNGPS MONUMENT II III �-}W � I� I 689.70 RIM ill II 685.95 IE 12 RCP (NW) n -= 686.00 IE 12" RCP (S) Illi Ili ^ 686.40 IE 8" PVC (NE) I[I II z 687.00 IE 8" VCP (E) II )I 1 a -- "_-- --- - 11 LF OF 12'RCP @1.02% DIS IE 684.14 o NEW STORM - SW -510 (A4) FORM GRADE = 688.94 _{ -{ - - - -�- - - - -1.7 STA 14+50.40, OFF: 27.69'LT �_ 685.281E 12' RCP (E) 684.251E 12" RCP (N) li \ I \W�---- II II I tTt 4 LF OF 12' RCP @2.12% j j PCC \ UIS IE =685.36 I 1 i \ \ 14+00 1 f 15+00 \ -- - - - - + __ - I- 7 L OF 12 RCP @2.05% 6.12 ill -_W-_ _ - - -ABAN WAT -G• -ARAN .w NEW STORM - SW -507 (All) FORM GRADE = 689.00 STA 14+51.50, OFF: 20.50' RT FJRR 77 IF 17' Rr.P !W l U� e CONTRACTOR TO VERIFY STORM INTAKES THAT TOPS ARE CALLED OUT TO BE REPLACED THAT THE WELL IS IN L GOOD SHAPE. 3 JIVRM INIMNL 689.81 RIM 686.56 IE 12" RCP ) REPLACEINTAKE TOP - SW -507 (A2) RESHAPE THROAT EXISTING RIGHT-OF-WAY ZZ TING RIGHT-OF-WAY STORM MANHOLE 689.65 RIM STORM MH ` RIM=689.45 683.54 IE 18" RCP (W) 683.63 IE 15" RCP (NE) 683.57 IE 12" RCP (S) r 686.05 IE 12" RCP (SE) STORM MH RIM=689.51 II 684.93 IE 12' RCP (E) 684.46 IE 12" RCP (N) I0 BURIED 684.14 IE 15" RCP (SW) INTAKE STEAM II TOP - SW f I wi ru rano W _ - 61-F OF 12" RCP @ 1.86% E�E DIS IE = 685.54 _ \` - ,4- < CONNECT EXISTING PIPE TO NEW INTAKE------- -- I 1-----�9-ABAN WAT.-W-_ - W- r i m STORM MANHOLE 689.65 RIM ` 686.00 IE 12" RCP (NW) 686.05 IE 12" RCP (SE) II I0 REPLACE INTAKE II TOP - SW -507 (A3) RESHAPE THROAT I Fn STORM INTAKE I� 689.70 RIM ill II 685.95 IE 12 RCP (NW) -= 686.00 IE 12" RCP (S) Illi Ili ^ 686.40 IE 8" PVC (NE) I[I II z 687.00 IE 8" VCP (E) II )I 1 II I I V-1 NEW STORM - SW -510 (A5) _ - - FORM GRADE 688.95 STA 15.42.85, OFF 13.50' RT 685.88 IE 12' RCP (S) 685.831E 12' RCP (W) 686.381E 12' RCP (N) 13 LF OF 12' RCP @ 0.93% UIS IE = 686.00 EXISTING RIGHT-OF-WAY CLINTON POST APARTMENTS w PROJECT N0. 1121150 SHEET NO. M.01 WATER MAIN GENERAL NOTES 1. ALL CONSTRUCTION SHALL CONFORM TO CITY OF IOWA CITY SPECIFICATIONS INCLUDING MATERIALS AND SEPARATION OF EXISTING FACILITIES. 2. WATER MAIN SHALL HAVE A MINIMUM OF THREE (3) FOOT HORIZONTAL AND EIGHTEEN (18) INCHES VERTICAL CLEARANCE FROM ALL SEWER PIPE AND STRUCTURES, BOTH STORM AND SANITARY. IF WATER MAIN IS TO BE INSTALLED WITH LESS CLEARANCE DUE TO RESTRAINTS THEN ALL SEWER PIPE SHALL BE WATER MAIN TYPE MATERIAL. 3. ALL NEW WATER MAIN TO BE INSTALLED WITH MINIMUM VERTICAL COVER OF 5A" FROM TOP OF PIPE TO PROPOSED FINISHED GRADE. 4. ALL WATER MAIN SHALL BE CLASS 53 RESTRAINED JOINT DUCTILE IRON PIPE (RJ DIP). PIPE JOINT GASKETS SHALL BE TYTON FLUORO GASKETS. 5. ALL DUCTILE -IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH AN S MIL POLYETHYLENE ENCASEMENT PER THE SPECIFICATIONS. SECTIONS OF WATER MAIN PIPE TO BE DOUBLE WRAPPED ARE SHOWN ON THE WATER MAIN PLANS. 6. ALL FITTINGS TO BE RESTRAINED WITH THRUST BLOCKS AND MEGA LUGS. THRUST BLOCKS SHALL BE CONSTRUCTED OF IOWA DOT CLASS °C" CONCRETE. 7. ALL VALVES SHALL BE RESTRAINED 6. ALL BOLTS SHALL BE NSS COR -BLUE OR STAINLESS STEEL. 9. BACKFILL WITHIN 2 FEET OF FITTINGS AND APPURTENANCES SHALL BE COMPACTED USING PNEUMATIC OR HAND TAMPERS ONLY TO ENSURE PROPER AND UNIFORM COMPACTION OF BACKFILL. 10. WATER MAIN CROSS -HATCHED ON THE PROFILE SHALL RECEIVE FINAL TRENCH BACKFILL (BEGINNING 1 FOOT ABOVE THE PIPE) OF CLASS 1 CRUSHED STONE (SUDAS 3010) COMPACTED TO 95% STANDARD PROCTOR DENSITY. FINAL TRENCH BACKFILL FOR ALL OTHER WATER MAIN SHALL BE EITHER OF THE FOLLOWING COMPACTED TO 95% STANDARD PROCTOR DENSITY: 10.A. SUITABLE EXCAVATED MATERIAL. IF EXCAVATED MATERIAL IS NOT SUITABLE, THEN; 10.B. CLASS 1 CRUSHED STONE 11. PROVIDE AND INSTALL TRACER WIRE FOR ALL NEW WATER MAIN. REFER TO THE ACCEPTED WATER MAIN MATERIALS SPECIFICATION. SEE DETAIL ON SHEET U.03 12. WHERE NOTED ON THE PLANS FOR DIRECTIONAL DRILLING INSTALLATION, COMPLY WITH SUDAS SPECIFICATION SECTION 3020 FOR TRENCHLESS INSTALLATION METHOD. 13. NEW WATER SERVICES SHALL BE LIVE TAPPED UTILIZING TAPPING SLEEVE AND VALVE WITH FLUORO GASKETS. 14. CONTRACTOR TO CONTACT CITY OF IOWA CITY WATER DIVISION TO SCHEDULE ALL LIVE TAP CONNECTIONS. 15. PRIOR TO CONNECTING NEW WATER SERVICES AND SHUTTING DOWN EXISTING WATER MAINS, NEW WATER MAIN TO BE COMPLETED AND SHALL HAVE PASSED DISINFECTION AND PRESSURE TESTS. CONTRACTOR SHALL BE ABLE TO PROVIDE AND INSTALL A TEMPORARY BLOWOFF TO ACCOMMODATE TESTING AS NEEDED PRIOR TO MAKING CONNECTIONS TO EXISTING WATER MAINS. 16. CONTRACTOR IS REQUIRED TO PROVIDE MINIMUM 7 DAYS ADVANCE NOTICE TO OWNERS REPRESENTATIVE PRIOR TO SHUTTING OFF WATER SERVICE. THE CITY WILL PROVIDE THE CONTRACTOR WITH THE SHUTDOWN NOTIFICATION FORM. 17. DUE TO THE DOWNTOWN LOCATION, THE NUMBER OF SHUTDOWNS REQUIRED TO COMPLETE THE WORK, AND THE TYPE OF CUSTOMERS THAT WALL HAVE SHUTDOWNS, THE CONTRACTOR AND THE CITY WATER DIVISION WILL VISIT THE PROPERTIES IN ADVANCE TO DETERMINE WHEN THE OUTAGES CAN OCCUR. WATER MAIN SHUTDOWN TIMES WILL BE AS DIRECTED BY THE CITY WATER DEPARTMENT, AND MAY REQUIRE NIGHT WORK. NIGHT WORK IS TO BE INCLUDED AS PART OF THE CONTRACTOR'S BID FOR WATER MAIN WORK. 18. ALL EXISTING HYDRANTS REMOVED ARE TO BE DELIVERED TO THE CITY WATER DIVISION 19. ALL NEW FIRE HYDRANTS ON THIS PROJECT SHALL HAVE A 51" MAIN VALVE OPENING. 20. REFER TO SHEET U.04 FOR FIRE HYDRANT ASSEMBLY DETAILS, 21. PLACE CONCRETE CAPON ALL NEW CURB STOP INSTALLATIONS WITHIN PAVING. 22. LL BE THE THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THAT THERE MAY BE OTHER FACILITIES IN THE CONSTRUCTION AREA, THE EXISTENCE OF WHICH IS NOT PRESENTLY KNOWN OR SHOWN HEREON. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 23. CONTRACTOR HAS OPTION TO DIRECTIONAL BORE OR TRENCH WATER MAIN ACROSS BURLINGTON STREET. CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON ON BEST APPROACH TO GET WATER MAIN INSTALLED AROUND DUCT BANKS. LEGEND ® CLASS 1 CRUSHED STONE CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. PROJECT NO. 1121150 SHEET NO. MW.00 0 --1 CLINTON STREET 6'GATEVALVE CONNECT TO EXISTING a (2) 6" 45° BENDS 1:* 12" GATE VALVE CONNECTTO 30 1+00 EXISTING — w — - - -----ARAN GA INSTALL I2' REDUCER 12" GATE VALVE HYDRANT ASSEMBLY 12" GATE VALVE 0. CONNECTTO EXISTING WATER MAIN PLAN VIEW 1" = 20' 700 695 690 685 680 675 670 l I i Lu Luo l l II 12"x 12" CROSS CONNECTION �0\ W112" GATE VALVES ON FOUR SIDES \ 12" GATE VALVE\■I alll tm 6" GATE VALVE II _2.E.G-r)— . - < - o e® 0 E Ur•,.. �r Z WATER TIGHT CAP ON ALL ENDS OF Tw rT ABANDONED WATER MAIN (TYP) /w—w--,� .-----w-- EXISTING WATER MAIN TO BE ABANDONED - -w-- ' II � — II CONNECTTO — EXISTING - W — - — _ — w — _ _ w 6" LIVE TAP, TAPING SLEEVE �? -- MUST HAVE FLORIO GASKETS--------------- 302+00--------� CONNECTTO EXISTING 6" LIVE TAP, TAPING SLEEVE MUST HAVE FLORIO GASKETS 300+00 WATER MAIN PROFILE H:1" = 20'; V:1" = 10' 301+00 700 695 690 685 680 675 670 302+00 302+25 �� 0,_ w d Z N N z o w Q N 1 w m '=m m c pomms EMEN/0's m � Nmmou.'o �400' � 0 mfo�;' — m o c :J �/�/fie //,Milo Uz m Q J+� N M2 � 300+00 WATER MAIN PROFILE H:1" = 20'; V:1" = 10' 301+00 700 695 690 685 680 675 670 302+00 302+25 CONNECTTO EXISTING 0 a o PROJECT NO. 1121150 SHEET NO. MW.01 �� 0,_ w d Z N N z o w Q N 1 w m '=m m c 095 �� ~ m O N — m o c :J w--~ Uz m Q J+� N M2 CONNECTTO EXISTING 0 a o PROJECT NO. 1121150 SHEET NO. MW.01 I —w---- w--- w--- —w— —w a ---w—� —_ �––––—FO— –- -W-- --W-- __________________ 302+00 REMOVE EXISTING SIDEWALK PANEL AT JOINTS TO ACCESS — NEW WATER MAIN WATER MAIN PLAN VIEW 1"=20' 700 NOTE: CONTRACTOR REQUIRED TO INSTALL WATER MAIN IN FRONT OF HILTON HOTEL WITHIN 695 LIMITS SHOWN ON PLAN SHEET USING TRENCHLESS CONSTRUCTION METHODS WITH OUT A CASING PIPE. COORDINATE WITH HOTEL 690 g FOR SWITCHING SERVICE FROM OLD WATER MAIN TO NEW WATER MAIN. CONTRACTOR a SHALL REMOVE SIDEWALK TO NEAREST JOINT TO ACCESS WATER MAIN FOR SERVICE TAP 685 AND RESTORE AT CONTRACTORS EXPENSE. 3 680 675 670 n+00 8" LIVE TAP, TAPING SLEEVE INSTALL WATER MAIN MUST HAVE FLORIOUSING TRENCHLESS GASKETS CONSTRUCTION --W-----W----�W--- 6" LIVE TAP, TAPING SLEEVE MUST HAVE FLORIO GASKETS -- ----- ----= T CONNECTTO CONNECT TO INSTALL WATER MAIN EXISTING EXISTING IN CASING PIPE CLINTON STREET 18+00 HYDRANT ASSEMBLY 1Z'22.5* BEND C -w -W- WATER MAIN PROFILE 302+25 H:1" = 20'; V:1" - I(' 303+00 3D4+00 700 695 690 685 680 675 670 304+50 PROJECT NO. 11211M SHEET NO. MW.02 NEW WATER MAIN TO BE INSTALLED UNDER EMSTING PROPOSE GRADE SERVICE EXISTING 3RADE — — — — — — — — — — — — — — — — _ —— NEW WA ER MAIN TO BE INSTALLI D UNDER EXISTING SERVICE 12" RJ DIP WI MJ FLU RO GASKETS - -- -- - 77Y m f F W w W W mw -- -- N ipv m � N h O O O O O M N G C � t00 t00 c00 cOo (OO lop tOp fOp WATER MAIN PROFILE 302+25 H:1" = 20'; V:1" - I(' 303+00 3D4+00 700 695 690 685 680 675 670 304+50 PROJECT NO. 11211M SHEET NO. MW.02 CLINTON STREET EXISTING WATER MAIN TO BE ABANDONED Iii I I H CONTRACTOR HAS OPTION TO OPEN TRENCH OR DIRECTIONAL BORE WATER MAIN ACROSS BURLINGTON SEE MW.00 IIII FOR DETAILS. 1111p I 11 12" GATE VALVE i I jl I �I 8" GATE VALVE M CONNECT TO EXISTING I 1* 8" GATE VALVE CONNECT TO EXISTING 12" GATE VALVE - -F- _ 4 \\ \\ WATER TIGHT CAP ON ALL ENDS OF ABANDONED WATER MAIN (TYP) \\ I \\ \\ 12"x 8" CROSS CONNECTION; 12"AND 8" GATE VALVES ON EACH SIDE \\ \� (2) 12" 45" VERTICAL BENDS 1 I CONTRACTOR IS REQUIRED TO SUPPORT 1111 \\\\ DUCT BANK S(11U.01) 1 1 \ \3f6 2.34 II 12" GATE VALVEAIR --- ----�--- `- -------- - 6" GATE VALVE CONNECT TO EXISTING (2)6-45I.0- BENDS _— INSTALL 12"x6* REDUCER 1"=20' DOUBLE POLY WRAP (2)12" 22.5° BENDS 11 I I I 1111 3 +00 — "• II 690 O S`m 685 III � II •� �I I I a RANTASSEMBLY jI 11 - - - - - _ _ - _ - -----_ --_ act --H---- __ _ ____ __ _ — --- --- -- __ -H W U 675 I w _ dr �E—ot \ N 75 CONTRACTOR IS RESPONSIBLE TO COORDINATE WITH UTILITY OWNER TO I I I I z � POTHOLE AND CONFIRM LOCATION AND DEPTH OF DUCT BANKS IN ADVANCE 1 ® I I H OF WATER MAIN INSTALLATION. I I I II J I I-1 i l WATER MAIN PLAN VIEW m i I jl I �I 8" GATE VALVE M CONNECT TO EXISTING I 1* 8" GATE VALVE CONNECT TO EXISTING 12" GATE VALVE - -F- _ 4 \\ \\ WATER TIGHT CAP ON ALL ENDS OF ABANDONED WATER MAIN (TYP) \\ I \\ \\ 12"x 8" CROSS CONNECTION; 12"AND 8" GATE VALVES ON EACH SIDE \\ \� (2) 12" 45" VERTICAL BENDS 1 I CONTRACTOR IS REQUIRED TO SUPPORT 1111 \\\\ DUCT BANK S(11U.01) 1 1 \ \3f6 2.34 II 12" GATE VALVEAIR --- ----�--- `- -------- - 6" GATE VALVE CONNECT TO EXISTING (2)6-45I.0- BENDS _— INSTALL 12"x6* REDUCER 1"=20' DOUBLE POLY WRAP 304+50 G WATER MAIN PROFILE a H:1" = 20'; V:1" = 10' 305+00 306+DO 705 700 695 690 685 680 675 670 306+60 o e® 705 700 695 g E 690 O S`m 685 MMMMMMISUPPORTELEC.DUC' 680 U 675 W �Mls N 75 670 OF HDD WATER MoAN � g 304+50 G WATER MAIN PROFILE a H:1" = 20'; V:1" = 10' 305+00 306+DO 705 700 695 690 685 680 675 670 306+60 o e® v O 0% MMMMMMISUPPORTELEC.DUC' F;a �Mls N 75 LF OF HDD WATER MoAN INSTALLATION M -M Elm ■, °mss °.• /.���� . / odr•zo v, wozzo_Elm 010 W/Epzotovol RJ DIP mmilimilhOmm.111,. MINEIN. 304+50 G WATER MAIN PROFILE a H:1" = 20'; V:1" = 10' 305+00 306+DO 705 700 695 690 685 680 675 670 306+60 o e® PROJECT NO. 11211W SHEET NO. MW.03 v O 0% F;a W N PROJECT NO. 11211W SHEET NO. MW.03 . P,V7miectWCk11211501DelivemM %Ua ingsll_CaiW W.01 WaW Main Plan and Profile.Av9 I 0 10112/2017 75922 AM C� Q ~ ? o 9 y z p [DATE DRAWN APPROVED 0 WATER MAIN PLAN AND PROFlLE 16 .SHIVEEFIA77ERN BURLINGTON ERM STREET INTERSECTION IMPROVEMENTS G IOWA CITY, IOWA �,q, tH TECTURE+ENGINEERING 10)1?Mlg l SCALE — 9 to Drive I Iowa City, Iowa 52245 BR FIELD BOOK — 319.354.3040 fax: 319.354.6921 1 www.shive-hattery.com BRB REVISION _ IowaI Illinois Indiana rl GENERALNOTES 1. THE CITY OF IOWA CITY TRAFFIC SIGNALIZATION SPECIFICATIONS APPLY TO THIS PROJECT. 2. THE LOCATION OF ALL UTILITIES ON THE PLANS ARE TAKEN FROM EXISTING PUBLIC RECORDS. THE EXACT LOCATION AND ELEVATION OF ALL PUBLIC UTILITIES MUST BE DETERMINED BY THE CONTRACTOR. IT SHALL BE THE DUTY OF THE CONTRACTOR TO ASCERTAIN WHETHER ANY ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN ON THE PLANS MAY BE PRESENT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL UNDERGROUND UTILITIES AND SHALL NOT BE SEPARATELY COMPENSATED FOR DELAYS OR EXTRA COST. 3. THE MEANS OF THE WORK AND THE SAFETY OF THE CONTRACTOR'S EMPLOYEES ARE SOLELY THE RESPONSIBILITY OF THE CONTRACTOR. 4. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION. REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING,EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OUTSIDE THE CONSTRUCTION LIMITS RESULTING FROM NEGLIGENCE. 6. THE CONTRACTOR SHALL COORDINATE TEMPORARY DISRUPTION OF UTILITY SERVICES WITH THE CITY OF IOWA CITY, AND/OR AFFECTED UTILITY COMPANIES VNEN RELOCATING EXISTING FACILITIES OR CONNECTING TO THE EXISTING FACILITIES. 7. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING THE POWER SERVICE LOCATION WITH THE POWER SERVICE PROVIDER PRIOR TO CONDUIT/CIRCUIT INSTALLATION. THE SERVICE SHALL BE UNDER GROUND INSTALLATION. S. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL UNCOVER EXISTING UTILITIES AT CRITICAL LOCATIONS TO VERIFY EXACT HORIZONTAL LOCATION AND ELEVATION. 9. THE LATEST MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES SHALL APPLY TO THIS PROJECT. 10. THE CONTRACTOR SHALL INSTALL ONE SIGNAL CABLE FROM EACH SIGNAL HEAD TO THE BASE OF THE POLE. A &CONDUCTOR CABLE SHALL BE USED FOR 3 -SECTION HEADS, A 7 -CONDUCTOR SHALL BE USED FOR 4 OR 5 SECTION SIGNAL HEADS, AND A 9 -CONDUCTOR CABLE SHALL BE USED FOR PEDESTRIAN SIGNAL HEADS AND PUSH BUTTONS PER SIGNAL POLE. 11. THE LOCATIONS OF ALL FOOTINGS, HANDHOLES, CONDUIT, AND DETECTOR ZONES ARE TO BE COORDINATED WITH THE ENGINEER AND ARE SUBJECT TO ADJUSTMENT IN THE FIELD BY THE ENGINEER. 12. ALL SIGNAL HEADS SHALL COME FURNISHED WITH BACK -PLATES. 13. ALL STREETLIGHT LUMINAIRE ARMS SHALL BE LOCATED AT 180 DEGREES TO THE POLE ACCESS HANDHOLE (PARALLEL WITH MAST -ARM) UNLESS OTHERWISE NOTED. LUMINAIRES SHALL HAVE A 30' MOUNTING HEIGHT. STREET LIGHTS SHALL BE LEOTEK LED GREENCOBRA GCI. 14. RUNS FOR CAMERA POWER/FOCUS AND COAXIAL CABLE SHALL BE CONTINUOUS WITHOUT SPLICES FROM THE CAMERA TO THE CONTROLLER. 15. THE STATIONS AND OFFSETS LISTED ON THE SIGNAL PLANS ARE TO THE CENTER OF THE ITEM UNLESS OTHERWISE NOTED. 16. CONTRACTOR TO RECEIVE DELIVERY OF TRAFFIC SIGNAL POLES ASSUMES RESPONSIBILITY FOR DELIVERY, STORAGE, PROTECTION, AND INSTALLATION IN THE FIELD. CONSTRUCTION MATERIALS MAY BE STORED ON SITE AS DIRECTED BY THE ENGINEER. 17. ALL MAST ARM MOUNTED SIGNAL HEADS, TRAFFIC SIGNS, AND STREET NAME SIGNS SHALL BE MOUNTED USING A UNIVERSALLY ADJUSTABLE MOUNTING BRACKET. 18. THE TRAFFIC SIGNAL CABINET SHALL BE MOUNTED ON A 18 INCH HIGH ALUMINUM RISER. 19. THE VIDEO DETECTION UNITS AND OBSERVATION CAMERA SHALL BE MOUNTED USING A UNIVERSALLY ADJUSTABLE MOUNTING BRACKET. VIDEO DETECTION UNITS MOUNTED ON THE MAST ARM SHALL USE AN EXTENSION POLE WITH ASTRID BRACKET CLAMP KIT. VIDEO DETECTION UNITS AND OBSERVATION CAMERA MOUNTED ON LUMINAIRES SHALL BE MOUNTED DIRECTLY TO THE LUMINAIRE ARM. 20. ELECTRICAL SERVICE FOR STREET LIGHTING IS 120 VAC. SINGLE PHASE. STREET LIGHTING SHALL BE ON SEPARATE 120 V CIRCUIT FROM THE TRAFFIC SIGNALS. THE STREET LIGHTING WILL BE CONTROLLED BY A CABINET -MOUNTED PE PHOTOCELL WITH WATER -TIGHT ENTRY. A SERVICE SURGE BREAKER SHALL BE INSTALLED FOR ALL INCOMING POWER. 21. TRAFFIC SIGNAL POLES, MAST ARMS, AND LUMINAIRE EXTENSIONS SHALL HAVE A GLAVANIZED FINISH. 22. THE CONTROLLER SHALL BE EAGLE M60 FIBER READY. FURNISH AND INSTALL PATCH CORDS, DISTRIBUTION PANELS. AND MISCELLANEOUS CABINET EQUIPMENT. CONTROLLER SHALL BE INTERCONNECTED TO THE EXISTING CONTROLLERS ATTHE BURLINGTON STREET AND CAPITAL STREET INTERSECTION AND THE BURLINGTON STREET AT DUBUQUE STREET INTERSECTION WTH FIBER OPTIC CABLE AS SHOWN ON THE PLANS. THE CITY IS RESPONSIBLE FOR INSTALLING FIBER OPTIC CABLE AND MAKING THE NECESSARY FIBER TERMINATIONS. 23. ALL PVC CONDUIT SHALL BE SCHEDULE 80 OR DIRECTIONAL BORED HDPE CONDUIT. 24. THE CONTRACTOR HAS THE OPTION TO TRENCH OR BORE CONDUIT, HOWEVER, PAVEMENT SHALL NOT BE DISTURBED DURING CONSTRUCTION UNLESS NOTED ON THE PLANS. AREAS DISTURBED BY CONSTRUCTION SHALL BE RESTORED TO ORIGINAL CONDITION AT THE CONTRACTOR'S EXPENSE. 25. ALL SIGNAL INDICATIONS SHALL BE LED IN ACCORDANCE WITH MOST RECENT ITE SPECIFICATIONS. LED'S SHALL HAVE A 15 YEAR PERFORMANCE WARRANTY. 26, INSTALL A 96 A.W.G. BARE COPPER GROUND HARE BETWEEN THE GROUND RODS IN THE SIGNAL FOOTINGS AND THE CONTROLLER CABINET TO FORM A CONTINUOUSLY GROUNDED SYSTEM. THE GROUND WIRE SHALL BE INSTALLED IN ALL CONDUITS. 27. CONTRACTOR SHALL FURNISH A SCHEDULE OF UNIT PRICES FOR ESTIMATED TRAFFIC SIGNAL QUANTITIES. 28. PROVIDE 48 HOURS NOTICE TO CITY OF IOWA CITY TRAFFIC ENGINEERING DEPARTMENT BEFORE PLACING TRAFFIC SIGNALS INTO OPERATION. 29. REFER TO STAGING/TRAFFIC CONTROL SHEETS FOR TRAFFIC CONTROL AND STAGING DETAILS FOR THE PROJECT. THE EXISTING TRAFFIC SIGNAL SYSTEM SHALL REMAIN OPERATIONAL THROUGHOUT CONSTRUCTION. ANY NECESSARY SHUTDOWNS OF THE EXISTING TRAFFIC SIGNAL SYSTEM SHALL OCCUR DURING OFF PEAK HOURS AND BE COORDINATED WITH THE ENGINEER. 30. FURNISH AND INSTALL BATTERY BACK-UP SYSTEM INCLUDING ALL ACCESSORIES AND CABINET. SYSTEM SHALL PROVIDE 4 HOURS OF FULL COLOR OPERATION AND 8 HOURS OF FLASHING OPERATION. 31. CONTRACTOR SHALL BAG COMPLETED TRAFFIC SIGNALS UNTIL NOTIFIED BY THE ENGINEER TO ACTIVATE THE INTERSECTION, 32. PEDESTRIAN PUSH BUTTONS SHALL COMPLY WITH ALL ACCESSIBLE PEDESTRIAN SIGNAL (APS) REQUIREMENTS. LEGEND TRAFFIC SIGNAL PLAN MARK DESCRIPTION --I* TRAFFIC SIGNAL W/ BACKPLATE CONTROLLERAND CABINET PEDESTRIAN SIGNAL LS MAST ARM (LENGTH) LUMINAIRE Q HANDHOLE B CONTROLLER ® SIGNAL BASE O PEDESTAL BASE r - - VIDEO DETECTION ZONE VEHICLE SIGNAL HEAD - <R,<Y,<FY, <G W/ BACKPLATE, MAST ARM MOUNTED WIRELESS DETECTOR M INDUCTIVE LOOP DETECTOR Mill VIDEO DETECTION COM OBSERVATION CAMERA MAST ARM / POST MOUNTED SIGN ELECTRICAL SERVICE GROUND MOUNTED SIGN 1 SIGNAL POLE LABEL Q HANDHOLE LABEL EA SIGNAL HEAD LABEL O PEDESTRIAN HEAD LABEL - - CONDUIT O BOLLARD WIRE AND CABLE PUSHBUTTON TRAFFIC SIGNALIZATION/FIBER INTERCONNECT LUMP SUM ITEM QUANTITIES ITEM UNIT QUANTITIY AS -BUILT QUANTITY CONTROLLERAND CABINET CABINET& CONTROLLER, 8 -PHASE Wt ACCESSORIES LS 1 CABINET MODIFICATIONS (FIBER INTERCONNECT) EA 5 TRAFFIC SIGNAL HEADS VEHICLE SIGNAL HEAD - R,Y,G W/ BACKPLATE, MAST ARM MOUNTED EA 8 VEHICLE SIGNAL HEAD - <R,<Y,<FY, <G W/ BACKPLATE, MAST ARM MOUNTED EA 4 DETECTION ITERIS VIDEO DETECTION SYSTEM LS 1 POWER SUPPLY ELECTRICAL SERVICE EA 1 HANDHOLES POLYMER CONCRETE COMPOSITE HANDHOLE, TYPE III EA 8 POLYMER CONCRETE COMPOSITE HANDHOLE, TYPE IV EA 1 WIRE AND CABLE SIGNAL CABLE - 7C #14 LF 881 (INCLUDES QUANTITIES WITHIN SIGNAL CABLE - 5C #15 LF 1,028 SIGNAL POLES AND MAST SIGNAL CABLE - 9C #14 LF 1,364 ARMS) LIGHTING -1C#8 LF 1,687 VIDEO DETECTION - 3C #16 LF 740 C.1 VIDEO DETECTION - RG -59/U LF 740 �> TRACER -1c#10 LF 724:-4 GROUND -1c#6 LF 900 --t CONDUIT 2" PVC (SCH 80), TRENCHED LF 72 1 ' 3" PVC (SCH 80), TRENCHED LF 48 4" PVC (SCH 80), TRENCHED LF 28y> 4" PVC (SCH 80), PUSHED LF 265 2" HDPE SDR 11 LF 1,184 2" STEEL, TRENCHED LF 15 2" STEEL, PUSHED LF 94 CONCRETE FOOTINGS POLE FOOTING - V DIA X 13' DEPTH EA 4 POLE FOOTING - 2' DIA X 4' DEPTH EA 4 TRAFFIC SIGNAL PEDESTRIAN PEDESTAL -GALVANIZED EA 4 POLES COMBINATION SIGNAL POLE/LUMINAIRE ARM - GALVANIZED W/40' MAST ARM EA 2 COMBINATION SIGNAL POLE/LUMINAIRE ARM - GALVANIZED W/ 45' MAST ARM EA 2 MISC PEDESTRIAN SIGNAL HEADS EA 8 PEDESTRIAN PUSH BUTTONS - APS EA 8 LED LUMINAIRE LIGHT FIXTURES - LEOTEK EA 4 SIGNS TRAFFIC SIGN - R3 -5L EA 4 TRAFFIC SIGN - R10 -12A EA 4 TRAFFIC SIGN - RIO -15 EA 4 TRAFFIC SIGN - 04-1 L EA 1 TRAFFIC SIGN - D4-1 R EA 1 TRAFFIC SIGN - R10-3ER EA 4 TRAFFIC SIGN - R10-3EL EA 4 ALL QUANTITIES SHOWN IN THE PLANS AND SPECIFICATIONS ARE FOR INFORMATIONAL AND ESTIMATING PURPOSES ONLY. THE CONTRACTORS BID FOR THIS PROJECT SHALL INCLUDE ALL LABOR AND MATERIALS NECESSARY TO PROVIDE A COMPLETE AND FUNCTIONAL TRAFFIC SIGNAL INSTALLATION. 0 E Z w P W f•�3 a ; u i 8 a PROJECT NO. 1121150 SHEET NO. N.01 TRAFFIC SIGNAL FACES + I I �_ ,III I I LEFT TURN 0 E YIELD 2 z• R � � iii � I � ON FLASHING � d ii O 0 A I w t I YELLOW ® w v ONLY ARROW Z v t iz• `� W � � I O '— I I I I I I 1 I R3-5 R10 -12A 11 I I I 10 Q ©® a 1s R10-3eR R10-3eL 30" X 36' 30" X 36" I i I 11 I Z o— A© DA AA 00 I 1 i AA 0 0 I •Iii I Om pI' I vl l TURNING& NOTE: VEHICLES u~ al ii a SIGNAL FACES SHALL BE DIALIGHT LED I II j j I 1 A RKING P♦ \/ U 0 ,� WITH 15 YEAR PERFORMANCE WARRANTY I I I III I \�TO : I II T J=oc I I I I RIO -15 D4 -1L D4 -1R j j I I 11 30" X 30" 30" X 30" 30" X 24" V Z— Moi — 1 —� I 1 1 G N 1y o I 5 M T ARM' — -- I Imob I \ loe I -T 1 1 2"G n I I I I x 4— -I --- — — m I --- _ II 11 I I \ ____ II _. -a- 49 1 ^` D I, I I��ppl I Z i `# I Z Y I I 54 8 ^1 \ \ a.,m o _ W r lo J CLINTON STREET 1 19+" MENI _ — -- N LL 18+00 II— __ —w— .. ... —w —_W— •1 -- A ° - ----'--- rc 0 S _ 45' S RM- --7p — 7p — — — — — — { _ i-' \ ' it I I' j I / • OT CITY TO PROVIDE STREET NAME SIGNS AND CONTRACTOR TO PROVIDE PROJECT NO. BRACKETS AND INSTALL SIGNS AND BRACKETS ON MAST ARM. 11211M 8 I � j I I I � I • CONTRACTOR TO REMOVE AND REINSTALL INSPIRATION AVE SIGNS ON NEW 1 I SIGNAL POLE. SHEET NO. NIIM M CONTRACTOR RADIUS FOR FIBER OPTIC CABLEDUIT S FOR NEW FIBER MEETS MINIMUM N.O,2 i I EXISTING CIN HANDHOLE CIC -131 I CONDUIT FOR FIBER I I SEE N.OB I 12LF-2"PVC TRENCHED `\ 1-iC #6 (GROUND) I 1-1C #10 (TRACER) I 1-9C #14 (PEDESTRIAN) \ I 13LF-3"PVC TRENCHED O 1-0C#6(GROUND) 0-150 1 1AC #10 (TRACER) • I 1-9C #14 (PEDESTRIAN) 1-5C #14 (3 - TRAFFIC SIGNAL HEAD) 1-7C #14 (4 - TRAFFIC SIGNAL HEAD) 1-3C #18 (VIDEO) 1-1C #8 (LUMINAIRE) CONDUIT FOR FIBER SEE N.08 14LF -4" PVC TRENCHED (X2) 1-0C #6 (GROUND) 1 -IC #10 (TRACER) 8-9C #14 (PEDESTRIAN) 4-5C #14 (3 - TRAFFIC SIGNAL HEAD) 4-7C #14 (4 -TRAFFIC SIGNAL HEAD) 4-3C #18 (VIDEO) i 4 -1C -"LUMINAIRE) T i O i J i � Is 79LF-4'PVC PUSHED 1.1C #6 (GROUND) D I 1.1 C #10 (TRACER) 4.9C #14 (PEDESTRIAN) 2-5C #14 (3 -TRAFFIC SIGNAL HEAD) 2-7C #14 (4 - TRAFFIC SIGNAL HEAD) 2-3C #18 (VIDEO) CLINTON STREET I 3-1C#8(LUMINAIRE) D� N I d I A D I Y 19+00 92LF-4"PVC PUSHED 1-0C #6 (GROUND) IAC #10 (TRACER) 2-9C #14 (PEDESTRIAN) 1.5C #14 (3 - TRAFFIC SIGNAL HEAD) 1-7C #14 (4 - TRAFFIC SIGNAL HEAD) 1-3C #18 (VIDEO) 3AC #8 (LUMINAIRE) I 64 24LF - 2" PVC TRENCHED I 1-1C #6 (GROUND) 1-1C #10 (TRACER) I 1-9C #14 (PEDESTRIAN) I 11LF-3"PVC TRENCHED 91 a IAC #6 (GROUND) 1-iC #10 (TRACER) 1-9C #14 (PEDESTRIAN) 05 1-5C #14 (3 -TRAFFIC SIGNAL HEAD) \ 1-7C #14 (4 -TRAFFIC SIGNAL HEAD) 1-3C#18(VIDEO) 3 3-1C #8 (LUMINAIRE) 0-12o HH EXISTING CITY HANDHOLE CIC -131 CONDUIT FOR FIBER SEE N.08 y SIGNAL CABINET ® ■ , 64 L 6LF-2 RIGID STEEL TREN ' 2-1C #8 (POWER -HOT) r� \` s ❑ 2-1C #8 (POWER -NEUTRAL) 1-1C #6 (GROUND) Y I 1-1C #10 (TRACER) I 11LF-3"PVC TRENCHED 1-1 C #6 (GROUND) `\ 1-1C #10 (TRACER) I 1-9C#14(PEDESTRIAN) I 1-5C #14 (3 -TRAFFIC SIGNAL HEAD) \ I i -7C #14 (4 -TRAFFIC SIGNAL HEAD) I 1-3C #18 (VIDEO) 0-150 1 1-1C #8 (LUMINAIRE) \ I 26LF-2'PVC TRENCHED CONDUIT FOR FIBER \\ I?\ 1-1C#6(GROUND) SEE N.08 Q 1-1C #10 (TRACER) Iz zz I \ Q — —1-9C #14 (PEDESTRIAN) 94LF-4"PVC PUSHED I I I 1-1C #6 (GROUND) W 1-1C #10 (TRACER) I 2-9C #14 (PEDESTRIAN) 1-5C #14 (3 - TRAFFIC SIGNAL HEAD) I 1-7C #14 (4 - TRAFFIC SIGNAL HEAD) 1-3C #18 (VIDEO) I 3 -IC #8 (LUMINAIRE) I QI F_ PROJECT NO. L I W o NOTE: z o I. F_ PROJECT NO. SERVICE FOR TRAFFIC SIGNAL (METERED) AND ONE SERVICE FOR LIGHTING ON 1121150 Z 12LF-3"PVC TRENCHED SHEET NO. 1-1C#6(GROUND) I INSTALL FLOOD -SEAL IN LINE AND WYE FUSED AND NON-FUSED KITS. 1-1C #10 (TRACER) m 1-9C #14 (PEDESTRIAN) 1-5C #14 (3 -TRAFFIC SIGNAL HEAD) 1-7C #14 (4 -TRAFFIC SIGNAL HEAD) 1-3C #18 (VIDEO) 3 -IC #8 (LUMINAIRE) E 62 61T 11 Y -Ola ozl -0la 12LF-2'PVC TRENCHED O tj 1-1C #6 (GROUND) R3-5 1-1C #10 (TRACER) 1-9C#14(PEDESTRIAN) 0 E m w t w N ZVL — N N 0 m Z a— w N + U m w m* °G o cco W 0 �m C OT 1 1 I c, 94LF-4" RIGID STEEL PUSHED I 2-1 C #8 (POWER -HOT) 2-1 C #8 (POWER -NEUTRAL) vo 1-1C #6 (GROUND) °g 1-iC#10(TRACER) ¢� o o ----- -+-- m o Imom NE zF ` S2 p m K 9LF-2"RIGID STEELTRENCHED U a m 2.1 C #8 (POWER -HOT) LL J I 2-1 C #8 (POWER -NEUTRAL) w z 1-1C #6 (GROUND) z 1-1C #10 (TRA m MID AMERICAN ELECTRIC VAULT Y -- ~ N O — rnv p 0 = V z u — 'T 0) ; Q Nm O TO o OT 1 1 I c, 94LF-4" RIGID STEEL PUSHED I 2-1 C #8 (POWER -HOT) 2-1 C #8 (POWER -NEUTRAL) vo 1-1C #6 (GROUND) °g 1-iC#10(TRACER) ¢� o o ----- -+-- m o Imom NE zF ` S2 p m K 9LF-2"RIGID STEELTRENCHED U a m 2.1 C #8 (POWER -HOT) LL J I 2-1 C #8 (POWER -NEUTRAL) w z 1-1C #6 (GROUND) z 1-1C #10 (TRA m MID AMERICAN ELECTRIC VAULT o NOTE: • CITY TO INSTALL FIBER LINE BETWEEN CABINET AND CITY HANDHOLE CIC -131 • INSTALL TWO POWER SERVICES FROM MID -AMERICAN VAULT TO CABINET. ONE PROJECT NO. SERVICE FOR TRAFFIC SIGNAL (METERED) AND ONE SERVICE FOR LIGHTING ON 1121150 SIGNAL POLES (NOT METERED) SHEET NO. • FOR STREET LIGHT POWER FEEDS, THE CONTRACTOR SHALL SUPPLY AND INSTALL FLOOD -SEAL IN LINE AND WYE FUSED AND NON-FUSED KITS. N.03 CONDUIT SCHEDULE CABLE SCHEDULE PUSHED PUSHED TRENCH TRENCH O POWER CONTROL VIDEO TRACER GROUND REMARKS CD E v rcU U PVC STEEL TRENCH PVC STEEL HDPE REMARKS Q w LIGHTING Z Z 4.. 2.. 2" T 4.. 2" 2 -.N- LL O F w O F 1c #6 7c #14 Sc #14 9c #14 1c #8 3c #16 RG -59A) 1c #10 1c #6 LL o III w t O # LENGTH # LENGTH # LENGTH # LENGTH # LENGTH # LENGTH # LENGTH # LENGTH # LENGTH w N PWR HHS 9 8 PNR HHS 9 4 29 1 14 1 14 / /V` Z 0 w Z.N + HHS HH6 94 94 HH5 HH6 94 4 396 1 99 1 99 HH6 CAB 6 6 HH6 CAB 6 4 74 1 19 1 19 CAB HH1 14 28 DOUBLE RUN3 CAB HH1 14 4 106 4 106 8 212 3 80 4 106 4 106 1 27 1 27 HH1 P1 11 11 HH7 P2 26 26 HH1 P1 11 1 24 1 24 1 24 3 151 1 24 1 24 1 24 1 64 HH7 HH2 94 94 P1 51 40 1 60 1 t " u m a 30 _ m M i 'v HH2 P3 12 12 P1 21 28 1 48 HH2 P4 12 12 P1 22 16 1 36 HH1 HH4 79 79 P7 85 1 10 HH4 P7 14 14 ii w 0` w HH4 P8 10 10 P1 PB84 CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTON HH4 HH3 92 92 HH1 P2 26 1 39 1 39 1 39 1 39 = V - n C f Z 0 O o M OV 14 Oi N 0 HH3 P5 11 11 P2 24 1 10 HH3 P6 24 24 P2 PB25 CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTON DR11 CAB HH7 11 HHi HH2 94 1 99 1 99 2 198 3 297 1 99 1 99 1 99 1 99 „- HH7 131 108UK UN in M o P3 12 1 25 1 25 1 25 3 154 1 60 1 60 1 25 1 BS -� HH4 EXIST 250 UK 11 UUUbLtHH2 P3 71 36 1 56 _ r - HH7 HH8 692 P3 41 24 1 44 HHB HH9 120 P3 42 13 1 33 P3 25 1 10 ['1 TOTAL 265 94 72 48 28 15 1184 W P3 PB24 CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTID51 HH - HANDHOLD HH2 P4 12 1 25 1 25 1 25 P- POLE BASE r.a P4 44 1 10 PB -PUSH BUTTON m P4 PB45 CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTON i � HH1 HH4 79 2 168 2 168 4 336 3 252 2 188 2 188 1 84 1 84 w HH4 P7 14 1 27 1 27 1 27 3 160 1 62 1 62 1 27 1 67 i P7 31 36 1 56 ZpY S z P7 81 25 1 45 r j P7 82 13 1 33 y a w o y dd p V LL W P7 ss 1 iD Qs y P7 P064CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTON �w a HH4 PB 10 1 23 1 23 i 23 Ny o_ m PB 84 1 10 1_2 m P8 P885 CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTON a �0 HH4 HH3 92 1 97 1 97 2 194 3 291 1 97 1 97 1 97 1 97 z HH3 P5 11 1 24 1 24 1 24 3 151 1 59 1 59 1 24 1 84 P5 11 41 1 61 'm P5 61 30 1 50 P5 62 18 1 38 P5 45 1 10 P5 PB44 CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTON HH3 P6 24 1 37 1 37 1 37 P6 85 —I; 1 10 i o 'a P6 PB64 CONNECT 2 CONDUCTORS FROM PED SIGNAL HEAD TO PUSH BUTTON ; PROJECT NO. 499 801 934 1240 1534 673 673 658 818 Subtotal 1121150 50 80 93 124 153 67 67 66 82 10% Cutting 8 Splicing TOTAL 549 881 1028 1364 1 1687 740 740 724 900 SHEET NO. N.04 POLES AND MAST ARMS SCHEDULE i DETAILS w POLE TYPE p ¢ F SIGNAL HEAD SPACING POLE HEIGHT a y Z B C D CAM P CONNECTION DETAIL 8' 10' 18' w I COMBINATION 45.0' 39.8 28.3 16.4 15 2 PEDESTRIAN PEDESTAL 3 COMBINATION 40.0' 35.7 24.4 13.0 15 4 PEDESTRIAN PEDESTAL 5 COMBINATION 45.0' 41.4 29.8 18.1 15 6 PEDESTRIAN PEDESTAL 7 COMBINATION 40.0' 35.9 24.7 13.3 15 `a 8 PEDESTRIAN PEDESTAL Notes: 1) LOCATION IS DISTANCE FROM CENTER OF POLE MEASURED OUTO TO THE END OF THE ARM. 2) ORIENTATION OF LUMINAIRE ARM IS CLOCKWISE MEASUREED FROM THE CENTERLINE OF THE SIGNAL MAST ARM. 3) ON COMBINATION POLES, A MINIMUM OF 4"X6" HANDHOLE AND COVER SHALL BE LOCATED IN THE SHAFT OPPOSITE THE SIGNAL MAST ARM. 4) CAMERA SHALL BE MOUNTED ON THE MAST ARM ON RISER. CONTROLLER CABINET SCHEDULE POLE AND MAST ARM SIGNS SCHEDULE TOP OF ¢ zm r7 2 m> z LEGEND QUANTITY SIZE R3-5 LEFT TURN ONLY 4 30" X 36" O ¢ O K R10 -12a LEFT TURN YIELD ON FLASHING YELLOW 4 30"X 36" FOOTING R10-15 TURNING VEHICLES YIELD TO PEDESTRIANS 4 30"X 3(r DIAMETER DEPTH PER SCHEDULE D4 -11L PARKING LEFT ARROW 1 30"X30" PHASES D4 -1R PARKING RIGHT ARROW 1 30"X24" 20+01.53 D3-1 BURLINGTON STREET 2 691.34 D3-1 CLINTON STREET 2 L 2.0' INSPIRATION AVE 2 691.50 R10-3eR PUSH BUTTON 4 9" X 15" 0 R10-3el- PUSH BUTTON 4 9" X 15" 14.0' Notes: 1) Signs shall be placed as shovm on Sheet N.02 2) City to provide street name signs and contractor to install. 3) Contractor to remove and reinstall Inspiration Ave signs on nevi signal pole. CONTROLLER CABINET SCHEDULE LOCATION TOP OF CONTROLLER REMARKS FOOTING ELEVATION s a w J O ¢ O K FOOTING BASES NOTE DIAMETER DEPTH PER SCHEDULE STATION OFFSET PHASES TYPE FUNCTION 20+01.53 74.13' L 691.34 8.00 A L 2.0' 4.0' 691.50 30.0' 15.0' 0 3.0' 14.0' Notes: A - Fuly-Actuated 1) THE SIGNAL SYSTEM FLASH MODE IS ALL RED S - Semi -Actuated 2) NORMAL OPERATION IS 8 PHASE, WITH PHASES 1,3,5,7 BEING P- Pretimed PROTECTED/PERMISSIVE LEFT TURNS WITH FLASHING YELLOW ARROWS M - Master 3) PHASE 2 AND 6 SHALL BE ON VEHICLE RECALL. L - Local I I I Ute_ LUMINAIRE BASES AND HANDHOLES SCHEDULE z P: (0 O i a � s a w J O ¢ O K FOOTING BASES NOTE DIAMETER DEPTH PER SCHEDULE TOP OF FOOTING 30.0' 15.0' 0 w 3.0' 14.0' 691.27 STATION OFFSET P1 19+95.94 52.11' 2.0' 4.0' 691.50 30.0' 15.0' 0 3.0' 14.0' 691.56 P2 20+07.65 40.75' 2.0' 4.0' 691.69 30.0' 15.0' 0 3.0' 14.0' 691.91 P3 20+04.67 30.40' 2.0' 4.0' 691.89 30.0' 15.0' 0 3.0' 14.0' 691.58 P4 19+95.25 42.75' 2.0' 4.0' 691.55 Ute_ BASES AND HANDHOLES SCHEDULE C) z r LOCATION BASES "mill REMARKS w w w w w w w r STATION OFFSET P1 19+95.94 52.11' L 1 PROJECT NO. 11211M SHEET NO. N.05 BASES AND HANDHOLES SCHEDULE C) z r LOCATION BASES HANDHOLES REMARKS w w w w w w w r STATION OFFSET P1 19+95.94 52.11' L 1 P2 20+07.65 40.75' L 7 P3 20+04.67 30.40' R 1 P4 19+95.25 42.75' R 1 P5 19+13.49 44.14' R 1 P6 19+04.86 34.35' R i P7 19+04.77 39.04' L 1 PB 19+17.83 51.82' L i HH7 19+88.46 56.15' L 1 TRAFFIC SIGNAL HH2 19+92.79 30.85' R 1 TRAFFIC SIGNAL HH3 19+22.47 49.98' R 1 TRAFFIC SIGNAL HH4 19+18.08 41.54' L 1 TRAFFIC SIGNAL HH5 20+07.86 26.20' R 1 POWER HH6 20+00.81 67.59' L 1 POWER HH7 19+87.95 74.53' L 1 FIBER OPTIC HH8 23+09.21 34.23' L 1 FIBER OPTIC HH9 23+09.31 25.19' R 1 FIBER OPTIC TOTALS 0 4 0 4 0 8 1 0 Notes: 1) All locations to center of pole base/handhole. 2) Top of Foundation = 3" above Proposed Grade. PROJECT NO. 11211M SHEET NO. N.05 PUL SU Canaan Ground We. Dud Expansion Material Tie So ... a. r _, r3"Clearance Rod I 3Clearance 45 Ties " (TTpd V, Bark OShape top 11 inches with forms. O2 Install rodent guard. Lower Tie Bar Spacing Clearance MAST ARM FOOTING DETAIL NOT TO SCALE FROM SILICAS STANDARD 8010.102 E%IEW Y BASE WALLS OF PULL. COVER C014R SHALL BE RATED TO 15,000 18 TER 15 HANDHOLE DIMENSION TABLE (NOMINAL) FOOTING DIMENSIONS TABLE DEPTH NPE L) VO (0) Max MaM TYPE Arm Length L O ® ounl Sao Length Bar Count Upper Spaces rs do ower Spaces sari A 5 35' 12'4" T41" 12 8 11'b" 17 9 12" N/A WA B 36'-45' 14'-0" 3'-0" 12 B IT -6" 19 11 12" N/A WA C 48'-55' 16'-0" VZ' 12 B 16-6" 25 12 8' S 12" D 58'-60' 18'-0" Y -Y' 13 8 1Tb" 28 15 8" 5 12" E 61'-70' 18'-0" 3'b" 12 10 17'4V" 28 15 8" 5 12" F 71' - 60' 21'-0" 3'0" 12 10 20'0" 40 22 6" 10 8" MAST ARM FOOTING DETAIL NOT TO SCALE FROM SILICAS STANDARD 8010.102 E%IEW Y BASE WALLS OF PULL. COVER C014R SHALL BE RATED TO 15,000 18 TER 15 HANDHOLE DIMENSION TABLE (NOMINAL) LENGTH WIDTH DEPTH NPE L) VO (0) III 36" 24" 30" IV I ts- 30" 36" BOX PRECAST COMPOSITE HANDHOLE N07 TO SCALE FROM SUDAS STANDARD 8010.103 Fixed or Universally Adjustable Mounting — Brackets P-destrian Traffic Signal Head Assembly Pedestrian Push Button Sign Pedestrian _ Push Button E PEDESTAL POLE PEDESTRIAN POLE DETAIL NOT TO SCALE FROM SUDAS STANDARD 8010.106 r____Jv-____, tou LVIWr® ANDCR 1118 i I•��71,ad I:: 3' MIN GROUND NOIM 1Q shvill laP tt INCHES © e1T $PACING Mia Mi LOG11aNE AS SPIZURI G of THE WNUFALIUli CONTROLLER CABINET BASE NOT TO SCALE FROM SUDAS STANDARD 8010.101 No. 6 Care copper wire 1 (25) Bevel —. FA.chor Itd Concrete Ground clamp Bushing Finished grode line Peas 0 E IY � Jw t w N z V L � N m — N N � � 3 Z o w N L w m U > x c Q w C w y — rnY p 2 rL�i= UZ MCI d Q O ••: {`•: �-;_ CEJ 24 Square or 24 Diameter ,round n Conduit ( Pte —/,Cod �( j as require ) jr- 24" 24• TYPE A L1 La FOOTING DETAIL FOR PEDESTRIAN POLE `'' NOT TO SCALE - FROM STANDARD 878001-05 i rc LJ J_ _ Q O 0 W" p 2 m METER FURNISHED AND INSTALLED Oy a w o m BY CONTRACTOR. (SIDE OFJ w U w w CABINET TO BE DETERMINED AT Z� m �` 1 TIME OF CONSTRUCTION.) C) to w 3 UIn D x m LLL - r 4a `a CONTROLLER EF H i ABNIET 2 BREAKER DISCONNECT O W/BREAKER u METER PROTECTION - m NOTE WONMNAR NII11 MMOWI DEItOY FOR EXACT REOUIROIENTS SERVICE DETAIL - CABINET MOUNTED NOT TO SCALE PROJECT N0. 1121150 SHEET NO. N.O6 i ts 8 a 9 SIIXSItlF1G iIELD—i VIEW / N, i i i uquunuG RRncREi ///1 y<'STNNLE35 STEEL GWgHG WSTMME SM SlXI1CTIRE M£AIXER-iIGX' GHLE ENTNES 3' RISE TYPICAL PLACEMENT OF TRAFFIC CONTROL AND STREET NAME SIGNS –. R.D O ENSURE THE TOP OF THE SIGNAL HOUSING IS NO MORE THAN / 26-8" ABOVE THE PAVEMENT. ENSURE THE BOTTOM OF THE SIGNAL HOUSING AND RELATED ATTACHMENTS ARE AT LEAST 15'-8" ABOVE THE PAVEMENT. Rare wool O ENSURE THE BOTTOM OF THE SIGNAL HOUSING (INCLUDING raisTCABLES BRACKETS THAT IS NOT LOCATED OVER A ROADWAY IS A MINIMUM f OF 8'-6" AND A MAXIMUM OF 14'-8" ABOVE THE SIDEWALK, OR IF THERE IS NO SIDEWALK ABOVE THE PAVEMENT GRADE AT THE CENTER OF ROADWAY. 33 MOUNT PEDESTRIAN SIGNAL HEADS WITH THE BOTTOM OF THE DRIPLWH SIGNAL HOUSING (INCLUDING BRACKETS) NO LESS THAN T-0" OR MORE THAN 10'-0" ABOVE THE SIDEWALK LEVEL. POSITION AND ADJUST HEADS TO PROVIDE MAXIMUM VISIBILITY AT THE cA BEGINNING OF THE CONTROLLED CROSSWALK. TYPICAL CAMERA INSTALLATION NOT W SCALE TYPICAL STEEL MAST ARM NOT TO SCALE 0 VIDEO DETECTION CAMERA I ~ I a _L__ — J O 4"X8" HANDHOLE WITH FRAME AND COVER LOCATED OPPOSITE OF ONCOMING TRAFFIC BOLT COVERS (4 REQUIRED) 2" MIN - 3" MAX ABOVE GRADE OR FLUSH WITH SIDEWALK PEDESTRIAN PUSH BUTTON AND SIGN GROUND LUG OPPOSITE HANDHOLE STAINLESS PROJECT NO 1121150 SHEET NO. N.07 --in f 7a cA Ci] PROJECT NO 1121150 SHEET NO. N.07 LU LU LU LU i Z q F- _ Z` ® y U)z LU I xue w rtE O r- ELM LW L W d LU RC 'T E Z } SLW2 DLW6 BLAW - Z NLU —N W 0] SLW2 ELW6 LL L -_ 1.D 0 1 DLw6 !R3�17j ; DCY4 _. -__ Z O - - W +0' 0W W m o ci CLINTON STREET W o w c • 1 R3-17 ~ m o a ff _— —_—_ - - - DLW6 2�.yA►— SLAW SLAW ii _ •_. _. RC SLW2 ELM �r ��• ELM 9 I I DCY4 J W NOTES: z z • LANE DIMENSIONS SHOWN ARE APPROXIMATE. CONTRACTOR SHALL ENSURE THAT BIKE LANES w ARE STRIPED AT 5 MINIMUM, AND PARKING LANES AT B' FROM FACE OF CURB. TRAFFIC LANES z a ARE PREFERRED TO BE STRIPED AT 11', IF THERE IS ADDITIONAL WIDTH OF THE ROAD THE BIKE g f LANE WIDTH SHALL BE INCREASED. o_ Y • R3-17 SIGNS SHALL BE BLACK ON WHITE. z O z • PARKING METERS BETWEEN BENTON AND RAILROAD TRACKS SHALL BE REMOVED AND EL a o y RETURNED TO THE CITY OF IOWA CITY. • WHERE PARALLEL PARKING SPACES ARE DELINEATED AND TO REMAIN, PERPENDICULAR STRIPE cn- I u m u e TO BE REPLACED IN EXACT SAME POSITION. Z. Qw z Zo m z �u a (A—z o m }7 ADV. Vn\ R3-6 MOD u L(J/v ADV. INTERSECTION u ADV. INTERSECTION CONTROL BUS VARIES"X 3o CONTROL ONLY ONLY ONLY VARIES" X 30" 0 o 0 0 � R3-17 . �. BEgN PROJECT NO. BIKE LANE STOP �T � LWANE BEGIN RIGHT TURN \I /(" ADV. INTERSECTION � � � ADV. INTERSECTION � � ADV. INTERSECTION 11211SD BIKE LANE 18"X24" 36"X36"L/�� LANE YIELD TO BIKES ONLY CONTROL ONLY ONLY ONLY CONTROL LLLJJJ LJ CONTROL Y0D IU g0 36"X30" VARIES" X 30" VARIES" X 30' ONLY NLY VARIES" X 30" SHEET No. 0.01 P \Project 40112115MDelivema s\Drawings\l_Civil\0 01 Signing and Stnining.0" 1011212017 8:02:51 AM 1111 Ili 444 IM suz m 11I � I B6.0 94. mm 1111 m "� __ ---` HARRISON STREET m I I ji- WRIGHT STREET -- -- --. __- -- —! I 6A I1 alro 5 m e.0 e¢s o I m r m I I / r --4 m Z Z O + — Z c 5m I rn m m .Z�1 � m m L _ ,LL ILL .9 ,9 I I o I_ II EE.a A s F- t L ,ZL aS.9 — t PRENTISS STREET I_ zC I \ w al APPROVED I I I �I Alto I SIGNING AND STRIPING PLAN )� 9 130 Ef H I` ,� L Iq� RY BURLINGTON CLINTON STREET INTERSECTION IMPROVEMEIVt� :0 �}y 1 1 V 1 IOWA CITY, IOWA ARCHITECTURE+ENGINEERING 1011=017 SCALE— 2839 Northgate Drive I Iowa City, Iowa 52245 BN FIELD BOOK 319.354.3040 1 fax: 319.354.6921 1 www.shive-hattery.com BRB REVISION — Iowa I Illinois I Indiana D Z o zz R 0 zo 1n N v A N o y DATE 0 DRAVrN APPROVED I I I �I Alto I SIGNING AND STRIPING PLAN )� 9 130 Ef H I` ,� L Iq� RY BURLINGTON CLINTON STREET INTERSECTION IMPROVEMEIVt� :0 �}y 1 1 V 1 IOWA CITY, IOWA ARCHITECTURE+ENGINEERING 1011=017 SCALE— 2839 Northgate Drive I Iowa City, Iowa 52245 BN FIELD BOOK 319.354.3040 1 fax: 319.354.6921 1 www.shive-hattery.com BRB REVISION — Iowa I Illinois I Indiana YP \PrcjaclsYCO 12115011)ePvera51es1Orawingsl l_CrvN0.01 Sgnirg aril SNping.tlwg I pLz � I I _ 1 I D II A I I I I z9+u I 96 42 e6.1z n o S S F EO.il �EY•22 S s 1;F - < D m Zt t e EPLZ aO•E ' D gm I � ii I gwg I I� W r ,ZL .oz ,Z L m 00.02 0 r Z 1 Z N m m CO., 1 +o o eL19z A w 101102017 8:03:01 W L zE 4 cNl I__ A ro4 tn 1 + COURT STREET 0 - 1 - a Yws I A c L. wn 1 m 0 I 1 � O F I 9 L m y !n I � 1 ILZa pEa9L a11 l it _ O I I 1 1 F I 1'SI ses I 1 I 1 I 1�1 m i I I 1 1 IL L o n 0 I I I 1 1 a ,I CO. t I 1 •U 'S 1 1 m 1 1 1 A A r _ a _,- I 1 1 1 9EK4 N ci 6s.0 I r O _ M O Sm Z o g A i I m Z m y 1 .m j m 510 y T m A I p9.94 / DO m 64.aL LL N Z N Zd dL .L m y I}=w m D 70A C O O p m 0 41.92 D S 'TI La9Z n y V'• 1 N D A 9x 0 t Si Vmm O \1 IS .e1 _ I7 & 5 0.64 IT D 69 2 N In O1•9Z m 09.9— � s BURLINGTON STREET aLL -- / I 1E — — — — — — — - -- pn9z _ F e1,6L I m ,Zt a E WASHINGTON STREET 1 I I � I i w ,ri v 6H9Z � I Iii A 1 Z u rii E •9 IL0 z J m r VIP.CE'J.11' Vt'i� Z m a-�� lf3 5 F : SIGNING AND STERSE �L�O B9f DOLIUZ SHIVEFIATTCRY v BURLINGTON CLINTON STREET INTERSEC IA! O NT N A IOWA cm, sown O m N m ARCH ITECTUR E+ E N G I N E E R I N G w $ g DATE 1011212017 "ALEn!q _ 2839 Northgate Drive I Iowa City, Iowa 52245 DRANK 811 PIELDBOOK 319.354.3040 fax: 319.354.6921 1 www.shive-haftery.com APPROVED BRB REVISION — Iowa I Illinois Indiana ,P:WmptlsUCN Ili I5MDall"adeslwx ingski-CMRO.m Signing and SMplv.o-e 10112017 8:03:10 AM °eaft Z W Z i v J }4 A p 1 I Q a(Z 5r � z tl S 1 I � sLLz I II I 11 "> E WASHINGTON STREET f- rr g g F A �LIL �ZL dl �, elrez I scree ZE WI A (La5E 1111 111 � In 0 JEFFERSON STREET t I 'LL ,LL � I I — 5 l O m p O i .L gg O W m I j r I n x 9H n I r m —z' Z In CDm i m 0 l�—L ZEai I IOWA STREET - p .zE tJ } r J � $ J 0. Z 0 m - I I � MARKET STREET m L m r a — LK V I M r = K L In – I I I � m p �hC11`1111 � 3J`11= t�+ A�31 I a i Oe I SIGNING AND STRIPING PLAN iL:6 WV 91 1 v IVEFIATTCRY BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS m A O m O IOWA CITY, IOWA R C H I T E C T U R E+ E N G I N E E R I N G A g DATE mnzson scaLE — 839 Northgate Drive I Iowa City, Iowa 52245 O DRAWN BN FIELD BOOK —1 1 I fax: 319.354.6921 I www.shive-hattery.com APPROVED BRB REVISION — Iowa I Illinois Indiana _ P'\Pmi MC012115010eWemble Mmwinasll GwA0.01 Slaniw aW Selaiw.dw 10112/2017 8:03:19 PM aMVC%11211 WN1iwmb1es%DrawingMI CMN0.01 Signing and Shiping.dwg APPROVED 10112/2017 8:03:22 AM ss.I v o O 0) i y DATE o z DRAVVN APPROVED 10112/2017 8:03:22 AM ss.I w 1 FAIRCHILD STREET -I _ CHURCH J I RCC I 4"M SIGNING AND STRIPING PLAN 6 Nng' '-T ' W BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS �L V at IVEHATTE IOWA CITU, IOWA R C H I T E C T U R E+ENGINEERING 10112/2017 SCALE — 39 Northgate Drive I Iowa City, Iowa 52245 BH FIELD BOOK — 419.354.3040 1 fax: 319.354.6921 1 www.shive-hattery.com BRB REVISION — Iowa I Illinois I Indiana R m T EACH CORNER, RESTORE o s—m (� E DISTURBED PARKWAY AREAS S® ® Z r3 p BETWEEN SIDEWALK ANO CURB WITH 6" DEPTH TOPSOIL AND SOD. LLJ I.L. 09 � ' CO W L _ a; uW 1 — — — — — Z ata _ N E N Z 0 1♦' ...... W � a ❑O u� R -- -- -------- «;*------------- - - - - -�-------- - - - - -- wo ~ N O N _ 2 C _ INLET PROTECTION INLET PROTECTION u Z 0 m CLINTON STREET ��3cl 14+00 15+00 HHo ----+ -----I----_—-----�- --�- --- --�-- - n 17 _ --- —T—.—_ �.--_.---.,--. - ---- ------ INLET PROTECTION - . '• FILTER SOCK- P% ®LL. . . . . . . . . . .'. . a i ZO Y O 2 dw a w m O Zmrc O v W w LD- N C RESTORE PARKWAY BETW�SIDEWALAND CURB 6" DEPTH TOPSw STORMWATER POLLUTION PREVENTION NOTES rn �05= o = m WR m 1. SEDIMENTATION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF FENCING FILTER TUBES ON A REGULAR BASIS AS PER THE IDOT AND SUDAS STANDARD REGULATIONS. ffz YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST BE SPECIFICATIONS. SILT FENCES MUST BE CLEANED OUT WHEN THEY ARE 50% FULL. i IMPLEMENTED DURING WINTER MONTHS AS WELL. COMPOST FILTER TUBES MUST BE CLEANED OUT WHEN THEY ARE 33% FULL. 10. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING o CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER i 2. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL EROSION ON THE SITE AT ALL 6. INSTALL SILT FENCE/COMPOST FILTER TUBES AROUND ALL STORM INTAKES WITHIN THE FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND TIMES. THE CONTROL MEASURES SHOWN ON THE PLAN ARE A MINIMUM. THE SITE. PROVIDE SILT FENCE FILTER TUBES AROUND ALL NEW INTAKES AS THEY ARE GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE m CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL MEASURES AS CONSTRUCTED. TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS, NECESSARY TO FULFILL THIS REQUIREMENT. 7. CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCE/COMPOST FILTER TUBES AROUND 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS 3. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION CONTROLS FOR AREAS THAT STOCKPILED OR EXCAVATED SOILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, WILL NOT BE REDISTURBED FOR 21 DAYS OR MORE. THE CONTRACTOR IS STRONGLY RE -SPREAD. FERTILIZERS, GREASE AND CLEANING SOLVENTS. ALL REASONABLE PRECAUTIONS WILL ENCOURAGED TO PROVIDE STABILIZATION CONTROLS FOR ALL DISTURBED AREAS ON BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE c SITE REGARDLESS OF THE TIME PERIOD BEFORE THEY WILL BE DISTURBED AGAIN. THE 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE CONTRACTOR SHALL SEED DISTURBED AREAS AS SOON AS WORK IS COMPLETED AS TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION ¢ INDICATED ON THE PLANS AND PROJECT MANUAL. SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN o a METHOD OF REMOVING SEDIMENT WHILE DEWATERING. CONTRACTOR. 4. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP OF ALL SURROUNDING ROADS, PROJECT No. DRIVES, AND PARKING LOTS SHALL BE PERFORMED ON A DAILY BASIS AT A MINIMUM 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES AND UPON REQUEST BY OWNER'S REPRESENTATIVE AT NO ADDITIONAL COST. BE PLACED ONSITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, 1121150 PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD AND BROOMED CLEAN. MUD REST ROOM FACILITIES ARE USED ON-SITE, THE CONTRACTOR IS REQUIRED TO INSTALL VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL TRACKS ARE TO BE REMOVED AS THEY ARE CREATED. A 12" COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE SHEET NO. AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE 5. MAINTAIN SILT FENCING AT ALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL OWNER'S REPRESENTATIVE. R.01 i a N 0 5 10 <`.------------------------ 17+00 _________ 17+00 CLINTON STREET — 18+00 1 -------____----_----FILTER SOCK 0 --------------- ______ W>1 _� — ESTORE PARKWAY BETWEEN SIDEWALK AND CURB 6' DEPTH TOPSOIL AND SOD. – STORMWATER POLLUTION PREVENTION NOTES 1. SEDIMENTATION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST BE IMPLEMENTED DURING WINTER MONTHS AS WELL. 2. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL EROSION ON THE SITE AT ALL TIMES. THE CONTROL MEASURES SHOWN ON THE PLAN ARE A MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. 3. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION CONTROLS FOR AREAS THAT WILL NOT BE REDISTURBED FOR 21 DAYS OR MORE. THE CONTRACTOR IS STRONGLY ENCOURAGED TO PROVIDE STABILIZATION CONTROLS FOR ALL DISTURBED AREAS ON SITE REGARDLESS OF THE TIME PERIOD BEFORE THEY WILL BE DISTURBED AGAIN. THE CONTRACTOR SHALL SEED DISTURBED AREAS AS SOON AS WORK IS COMPLETED AS INDICATED ON THE PLANS AND PROJECT MANUAL. 4. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP OF ALL SURROUNDING ROADS, DRIVES, AND PARKING LOTS SHALL BE PERFORMED ON A DAILY BASIS AT A MINIMUM AND UPON REQUEST BY OWNER'S REPRESENTATIVE AT NO ADDITIONAL COST. PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD AND BROOMED CLEAN. MUD TRACKS ARE TO BE REMOVED AS THEY ARE CREATED, 5. MAINTAIN SILT FENCING AT ALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM FENCING FILTER TUBES ON A REGULAR BASIS AS PER THE IDOT AND SUDAS STANDARD SPECIFICATIONS. SILT FENCES MUST BE CLEANED OUT WHEN THEY ARE 50% FULL. COMPOST FILTER TUBES MUST BE CLEANED OUT WHEN THEY ARE 33% FULL. 6. INSTALL SILT FENCE/COMPOST FILTER TUBES AROUND ALL STORM INTAKES WITHIN THE SITE. PROVIDE SILT FENCE FILTER TUBES AROUND ALL NEW INTAKES AS THEY ARE CONSTRUCTED. 7. CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCEICOMPOST FILTER TUBES AROUND STOCKPILED OR EXCAVATED SOILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS RE -SPREAD. 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE METHOD OF REMOVING SEDIMENT WHILE DEWATERING. 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO BE PLACED ONSITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE REST ROOM FACILITIES ARE USED ONSITE, THE CONTRACTOR IS REQUIRED TO INSTALL A 12" COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL C REGULATIONS. �w w w 10. IDENTIFICATION OF ALLOWABLE NONSTORMWATER DISCHARGES: DURING CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, FERTILIZERS, GREASE AND CLEANING SOLVENTS. ALL REASONABLE PRECAUTIONS WILL BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNER'S REPRESENTATIVE. r 0 E Z O O 09 ZO W L � W d —LO3 � z QZ o–E W LL + �m0 V CO C ■ w - 1 � o wo moo d 2"LO PROJECT NO. 11211M SHEET NO. R.02 H- W W 01 I— z O 0 z_ I O] 1 L - TJJ- RELOCATED PEDESTRIAN LIGHT SEE D SHEETS FOR ADDITIONAL INFORMATION —1------- - -----t.-- - - - - - - - - - - - - - - - - - - - - - - - - - ------ - - - - -- D-41 Ir CLINTON STREET 1 1 1 11 1 11 STORMWATER POLLUTION PREVENTION NOTES 1. SEDIMENTATION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST BE IMPLEMENTED DURING WINTER MONTHS AS WELL. 2. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL EROSION ON THE SITE AT ALL TIMES. THE CONTROL MEASURES SHOWN ON THE PLAN ARE A MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. 3. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION CONTROLS FOR AREAS THAT WILL NOT BE REDISTURBED FOR 21 DAYS OR MORE. THE CONTRACTOR IS STRONGLY ENCOURAGED TO PROVIDE STABILIZATION CONTROLS FOR ALL DISTURBED AREAS ON SITE REGARDLESS OF THE TIME PERIOD BEFORE THEY WILL BE DISTURBED AGAIN. THE CONTRACTOR SHALL SEED DISTURBED AREAS AS SOON AS WORK IS COMPLETED AS INDICATED ON THE PLANS AND PROJECT MANUAL. 4. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP OF ALL SURROUNDING ROADS, DRIVES, AND PARKING LOTS SHALL BE PERFORMED ON A DAILY BASIS ATA MINIMUM AND UPON REQUEST BY OWNER'S REPRESENTATIVE AT NO ADDITIONAL COST. PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD AND BROOMED CLEAN. MUD TRACKS ARE TO BE REMOVED AS THEY ARE CREATED. 5. MAINTAIN SILT FENCING AT ALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM 21+00 LAI' ------------------� DISTURBED LANDSCAPE AREAS TO BE REPLANTED BY CITY. CONTRACTOR TO PROVIDE 8' DEPTH MULCH OVER 12' DEPTH TOPSOIL. r FENCING FILTER TUBES ON A REGULAR BASIS AS PER THE IDOT AND SUDAS STANDARD SPECIFICATIONS. SILT FENCES MUST BE CLEANED OUT WHEN THEY ARE 50% FULL. COMPOST FILTER TUBES MUST BE CLEANED OUT WHEN THEY ARE 33% FULL. 6. INSTALL SILT FENCE/COMPOST FILTER TUBES AROUND ALL STORM INTAKES WITHIN THE SITE. PROVIDE SILT FENCE FILTER TUBES AROUND ALL NEW INTAKES AS THEY ARE CONSTRUCTED. 7. CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCEICOMPOST FILTER TUBES AROUND STOCKPILED OR EXCAVATED SOILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS RE -SPREAD. 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE METHOD OF REMOVING SEDIMENT WHILE DEWATERING. 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO BE PLACED ONSITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE REST ROOM FACILITIES ARE USED ON-SITE, THE CONTRACTOR IS REQUIRED TO INSTALL A 12" COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL u 0 REGULATIONS. a 0® SML N iQf DISTURBED LANDSCAPE AREAS TO BE REPLANTED BY CITY. �Z-: CONTRACTOR TO PROVIDE 8" DEPTH MULCH OVER 12" DEPTH TOPSOIL. �7 10. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, FERTILIZERS, GREASE AND CLEANING SOLVENTS. ALL REASONABLE PRECAUTIONS WILL BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNER'S REPRESENTATIVE. znwz z m Z 2 w Mo + ms 1 w ma' aM >� V Q w _V Z 1a - MCI AMM Q M-3 Ct1 PROJECT NO. 11211M SHEET N0. R.03 ,P1Projects\IC\fl2115DWelimmblssWmwM5%1_Civi8S.01 Side lkO ils.dw 10H220178:05:53 MA SIDEWALK COMPLIANCE E See S Sheets Z * Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. m ... W This Data Entry Sheet fills Tab 113-10 effective 10-15-13 1..111,W L m Point to Point Sidewalk Designation Distance • FT D Elevation FT Slope % Legally Acceptable Range Pos. or Neg. Difference between Designed Slope and Maximum Legally Acceptable Range Acceptable Does Designer Constructed need to obtain Range design approval from Method's Engineer? Pos. or Neg. Staking Measured Initials Remarks Required Slope on this Quadrant? % FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation Z v t 3 Z o w N 1101 1102 Ramp Running Slope 6.68 10.41 6.2% 0.5% to 8.3% 2.1% 0.5% to 8.3% 1101 14+74.77 31.69 689.22 w o u1 1102 1103 Landing/Turning Space 6.05 0.02 0.4% 0.1% to 2.0% 1.6% 0.1% t0 2.0% 1102 14+68.08 31.64 689.63 1103 1104 Sidewalk Running Slope 5.22 0.02 19.4% 0.5% to 5.0% 4.6% 0.5% to 5.8% 1103 14+67.97 37.69 689.65 ' , , -_ W W 1184 1105 Sidewalk Cross Slope 6.29 0.03 0.4% 0.5% to 2.0% 1.6% 0.5% to 2.0% 1184 14+67.07 42.91 689.68 11, •aa 11, of M to 1105 1106 Match Existing Cross Slope 4.95 0.1 2.0% Match Existing FALSE Match Existing 1105 14+67.75 49.20 689.70 \ V C A C 1106 1107 Match Existing Cross Slope 4.77 0.11 2.3% Match Existing FALSE Match Existing 1106 14+62.80 49.10 689.80 1107 1108 Match Existing Cross Slope 4.50 0.07 1.6% Match Existing FALSE Match Existing 1107 14+58.03 49.00 689.91 1108 1109 Match Existing Cross Slope 5.00 0.06 1.2% Match Existing FALSE Match Existing 1108 14+53.54 48.95 689.98 T t p 1109 1110 Match Existing Cross Slope 5.00 0.05 1.0% Match Existing FALSE Match Existing 1109 14+48.54 48.90 690.04 1 = p M 1110 1111 jMatch Existing Cross Slope 5.27 0.07 1.3% Match Existing FALSE Match Existing 1110 1 14+43.54 1 48.85 690.09 AAA V Zto - 1331 1112 Match Existing Cross Slope 5.24 0.51 9.8% Match Existing FALSE Match Existing 1111 14+38.27 48.80 690.16 M O1 too 1112 1113 Match Existing Cross Slope 6.24 -0.65 -10.4% Match Existing FALSE Match Existing 1112 14+33.03 48.75 690.68 Q N p7 _ 1113 1114 Sidewalk Running Slope 5.34 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 5.8% 1113 14+33.05 42.51 690.01. --_4 1114 1115 Sidewalk Running Slope 5.27 -0.07 -1.3% 0.5% to 5.0% 3.7% 0.5% to 5.0% 1114 14+38.38 42.59 690. _ O 1115 1116 Sidewalk Running Slope 5.00 -0.05 -1.0% 0.5% to 5.0% 4.0% 0.5% to 5.0% 1115 14+43.66 42.65 690.^ � 1 1116 1117 Sidewalk Running Slope 5.00 -0.07 -1.4% 0.5% to 5.8% 3.6% 0.5% to 5.0% 1116 14+48.66 42.70 689. _ 1117 1118 Sidewalk Running Slope 4.50 -0.06 -1.4% 0.5% to 5.8% 3.6% 0.5% to S.0% 1117 14+53.65 42.76 689.86-7 Q1 1118 1119 Sidewalk Running Slope 4.77 -0.06 -1.4% 0.5% to 5.0% 3.6% B.S% to 5.0% 1118 14+58.15 42.80 689.8l.;r- 1119 1120 Sidewalk Running Slope 5.26 -0.05 -0.9% 0.5% to 5.0% 4.1% 0.5% to 5.88 1119 14+62.92 42.86 689.75 = 1120 1121 Sidewalk Running Slope 4.77 10.04 0.8% 0.5% to 5.0% 4.2% B.S% to 5.0% 1120 14+63.01 37.60 689.70-1 1121 1122 Sidewalk Running Slope 4.50 10.04 0.9% 0.5% to 5.0% 4.2% 0.5% to 5.0% 1 1121 14+SB.25 37.51 689.7 "-- •• 1122 1123 Sidewalk Running Slope 5.00 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 1122 14+53.75 37.43 689.79'- 1123 1124 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 8.1% to 2.0% 1123 14+48.75 37.33 689.82 s 1124 1125 Ramp Running Slope 6.52 -0.1 -1.6% B.S% to 8.3% 6.7% 0.5% to 8.3% 1124 14+43.76 37.24 689.77 g 1125 1126 Crosswalk Cross Slope - Yield Condition 6.47 -0.05 -0.7% 0.0% to 2.0% 1.3% 0.0% to 2.0% 1125 14+37.24 37.12 689.67 1126 1127 1127 1128 Ramp Running Slope Landing/Turning Space 4.12 5.00 0.09 0.05 2.2% 1.0% 0.5% to 8.3% 0.1% to 2.0% 6.1% 1.0% 0.5% to 8.3% 0.1% to 2.0% 1126 1127 14+39.75 14+43.87 31.16 31.24 689.62 689.71 J U Qw g m 1128 1129 Sidewalk Running Slope 5.00 -0.02 -0.3% 0.5% to 5.0% 4.7% 6.5% to 5.0% 1128 14+48.87 1 31.33 689.76 Lug o �' 1129 1130 Sidewalk Running Slope 4.50 -0.04 -0.8% 0.5% to 5.0% 4.2% B.5% to 5.0% 1129 14+53.86 31.43689.74 Y w E 1130 1131 Sidewalk Running Slope 4.77 -0.03 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.8X 1 1130 14+58.36 31.51 689.71 w w � a 1131 1132 Landing/Turning Space 4.96 -0.82 -0.5X 0.3% to 2.0% 1.5% 0.1% to 2.0% 1131 14+63.12 31.60 689.68 1132 1133 Ramp Running Slope 6.77 -0.26 -3.9% 0.5% to 8.3% 4.4% 8.5% to 8.3% 1132 14+63.12 26.64 689.66 p = m a m 1133 1134 Crosswalk Cross Slope - No Yield Condition 5.21 •0.05 -1.0% 0.0% to 5.0X 4.0% 0.0% to 5.0% 1133 14+63.12 19.87 689.39 N_ 1134 1135 Ramp Running Slope 5.30 0.26 5.0% 0.5% to 8.3% 3.3% 0.5% to 8.3% 1134 14+68.12 21.34 689.34 z a 1135 11136 Ramp Running Slope 5.25 -0.34 -6.5X 0.5% to 8.3% 1.8% 0.5% to 8.3% 1135 14+68.12 26.64 689.61 1136 1101 Crosswalk Cross Slope - Yield Condition 5.20 -0.05 -0.9% 0.0% to 2.0% 1.1% 0.0% to 2.0% 1136 14+73.38 26.68 689.26 z 1102 1135 Ramp Cross Slope 5.00 -0.02 -0.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% m 1102 1131 Landing/Turning Space 4.96 0.05 1.0% 0.1% to 2.0% 1.8% 0.1% to 2.0% 1103 1120 Landing/Turning Space 4.96 10.95 1.0% 0.1% to 2.0% 1.8% 0.1% to 2.8% 1104 1119 Sidewalk Cross Slope 4.96 0.07 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1106 1119 Sidewalk Cross Slope 6.24 -0.05 -0.8% 0.5% to 2.0% 1.2% 0.5% to 2.0% 1107 1118 Sidewalk Cross Slope 6.20 -0.1 -1.5% 0.s% to 2.0% 0.5% 0.5% to 2.0% 1108 1117 Sidewalk Cross Slope 6.19 -0.1 -1.7% 0.5% to 2.0% 0.3% 0.5% to 2.0% m 1109 11116 Sidewalk Cross Slope 6.20 -0.09 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o 1110 1115 Sidewalk Cross Slope 6.20 -0.09 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% r a 1111 1114 Sidewalk Cross Slope 6.21 -0.09 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o o 1120 1131 Landing/Turning Space 6.00 -0.02 -0.4% 0.1% to 2.0% 1.6% 0.1% to 2.0% 1121 1130 Sidewalk Cross Slope 6.00 -0.04 -0.6% 0.5% to 2.0% 1.4% 0.5% to 2.0% PROJECT NO. 1122 1129 Sidewalk Cross Slope 6.00 -0.04 -0.6% 0.5% to 2.0% 1.4% 0.5% to 2.0% 1121150 1123 1128 Landing/Turning Space 6.00 -0.06 -1.8X 0.1% to 2.0% 1.0% 0.1% to 2.9% 1124 1127 Ramp Cross Slope 6.00 -0.06 -1.0% 0.1% to 2.0% 1.0% 0.I% to 2.0% SHEET NO. 1132 1135 Ramp Cross Slope 5.00 -0.05 -1.0% 0.1% to 2.0% 1 1.0% 1 0.1% to 2.8% S.02 P:Troj sUC\11211M0 liverab %Dr ingstl_Civi0S.0/ SiE a k De 6i g 101122017 8 06:02 M SIDEWALK COMPLIANCE CD E See S Sheets Z ' Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. ■ m m W L This Data Entry Sheet fills Tab 113-10 effective 10-15-13 Point to Sidewalk Designation Distance A Slope Legally Difference between Acceptable Does Designer Staking Measured Initials Remarks FOR INFORMATION ONLY: Z N Point " Elevation Acceptable Designed Slope and Constructed need to obtain Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES _ Range Maximum Legally Range design approval on this Acceptable Range from Method's Quadrant? 3 FT FT % Pos. or Ne g Pos. or Ne g. Engineer? % Point Station Offset Elevation Z ° - . 1201 1202 Ramp Running Slope 9.89 0.32 3.2% 0.5% to 8.3% 5.1% 0.5% to 8.3% 1201 14+64.41 23.13 689.06 + U 1202 1203 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1202 14+64.43 33.02 689.38 44 cmo I w Coi 1203 1204 Sidewalk Running Slope 5.00 -0.23 -4.5% 0.5% to 5.0% 0.5% 0.5% to 5.0% 1203 14+64.46 38.02 689.33 1204 1205 Sidewalk Running Slope 6.43 -0.29 -4.5% 0.5% to 5.0% 0.5% 0.5% to 5.0% 1204 14+64.48 43.02 689.11 1 1 1 � 1205 1206 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1205 14+64.51 49.45 688.82 u ~ � x 1206 1207 Sidewalk Running Slope 6.41 8.29 4.5% 0.5% to 5.0% 0.5% 0.5% to 5.0% 1206 14+69.51 49.41 688.77 1207 1208 Sidewalk Running Slope 5.00 0.23 4.5% 0.5% to 5.0% 0.5% 0.5% to 5.0% 1207 14+69.46 43.00 689.06 o m 1208 11209 Landing/Turning Space 5.00 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1208 14+69.46 38.00 669.28 t ao 1209 1210 Ramp Running Slope 6.25 -0.3 -4.8% 0.5% to 6.3% 3.5% 0.5% to 8.3% 1209 14+69.43 33.00 689.33 0 1210 1201 Crosswalk Cross Slope - No Yield 6.18 0.03 0.5% 0.0% to 5.0% 4.5% 0.0% to 5.0% 1210 14+69.42 26.75 889.03 Condition .�;,,C-i -_. 1202 1209 Ramp Cross Slope 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1211 14+64.54 55.57 1203 1208 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1212 14+69.53 55.53 6 7 1204 1207 Sidewalk Cross Slope 4.98 -0.05 -1.0% 0.5% to 2.0% 1.0% 0.5% to 2.0% 1213 14+75.07 55.49 698'19- 1205 1211 Landing/Turning Space 6.12 -0.06 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1214 14+75.01 49.37 68 1206 1212 Landing/Turning Space 6.12 -0.06 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1215 14+69.58 59.53 68$:,.,. �? 1211 1212 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1216 14+64.55 59.52 688198 W 1206 1214 Ramp Running Slope5.51 -0.39 -7.0% 0.5% to 8.3% 1.3% 0.5% to 8.3% 1217 14+69.57 63.49 688.78 m 1212 1213 Ramp Running Slope 5.54 -0.41 -7.5% 0.5% to 8.3% 0.8% 0.5% to 8.3% Yes Yes 1 1218 14+65.65 63.49 688.81 1213 1214 Crosswalk Cross Slope - No Yield 6.12 0.09 1.5% 0.0% to 5.0% 3.5% 0.0% to 5.0% 1219 14+60.46 55.60 688.95 Condition w 1205 1220 Sidewalk Running Slope 3.91 0.18 4.5% 0.5% to 5.0% 0.5% 0.5% to 5.0% Yes Yes 1220 14+60,59 49.48 688.99 ' 1220 1219 Sidewalk Cross Slope 6.12 -0.04 -0.7% 0.5% to 2.0% 1.3% 0.5% to 2.0% 1221 14+50.53 55.47 689.43 g 1220 1222 Sidewalk Running Slope 10.12 0.44 4.3% 0.5% to 5.0% 0.7% 0.5% to 5.0% Yes Yes 1222 14+50.48 49.48 689.43 % Y J g 1222 1221 Match Existing Cross Slope 5.99 0 -0.1% Match Existing FALSE Match Existing Qv o0 oU.J 1221 1219 Sidewalk Running Slope 9.93 -0.48 -4.8% 0.5% to 5.0% 0.2% 0.5% to 5.0% Yes Yes 1219 1211 Sidewalk Running Slope 4.07 -0.2 -4.8% 0.5% to 5.0% 0.2% 0.5% to 5.0% Yes Yes <r �Q 1211 1216 Sidewalk Running Slope 3.95 0.02 0.5% 0.5% to 5.0% 4.5% 0.5% to 5.0%� o 1216 1215 Sidewalk Cross Slope 5.03 -0.07 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% oo m m 1216 1218 Sidewalk Running Slope 4.12 0.84 0.9% 0.5% to 5.0% 4.1% 0.5% to 5.0% �� u a 1218 1217 Match Existing Cross Slope 3.92 -0.12 -2.9% Match Existing FALSE Match Existing i 12171215 Sidewalk Running Slope 3.96 0 0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1215 1212 Sidewalk Running Slope 4.00 1 0 0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% m 0 o w � i a 0 o a PROJECT NO. 1121150 SHEET NO. S.04 .PAProj ]=l 12115MWiwmd Ms a ingstl_CMAS.01 SiE alk O i6dxg 1011212017 BW 12M SIDEWALK COMPLIANCE T See S Sheets Z ' Does not include curb ari Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. This Data Entry Sheet fills Tab 113-10 effective 10-15-13 w d 1n > Point to Sidewalk Designation Distance A Slope Legally Difference between Acceptable Does Designer Staking Measured Initials Remarks FOR INFORMATION ONLY: L Z N y Point ' Elevation Acceptable Designed Slope and Constructed need to obtain Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES Range Maximum Legally Range design approval on this (� Acceptable Range from Method's Quadrant? Z o Engineer? - FT FT % Pos. or Neg. Pos. Neg. Point Station Offset Elevation w y'm or % + 1301 1302 Ramp Running Slope 7.00 0.55 7.8% 0.5% to 8.3% 0.5% 0.5% to 8.3% 1301 15+28.00 30.38 688.83 w 1302 1303 Landing/Turning Space 4.58 -0.03 -0.6% 0.1% to 2.0% 1.4% 0.1% to 2.0% 1382 15+28.00 37.38 689.37 °t o M. 1303 1304 Sidewalk Running Slope 4.57 -0.03 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.0% 1303 15+28.00 41.96 689.34 Z) - m 1304 1305 Sidewalk Running Slope 4.65 -0.03 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.0% 1304 15+28.00 46.53 689.32 V > k 1305 1306 Match Existing Cross Slope 5.00 0.08 1.7% Match Existing FALSE Match Existing 1305 15+28.00 51.18 689.29 w ❑ �° - m-- 5 O N 1306 1307 Sidewalk Running Slope 4.58 0.02 0.4% 0.5% to 5.0% 4.6% 0.5% to 5.0% 1306 15+33.00 51.11 689.37 - mW o 1307 1308 Sidewalk Running Slope 4.57 0 0.0% 0.5% to 5.0% 5.0% 0.5% to 5.0% 1307 15+33.00 46.53 689.39 = = o 1308 1309 Landing/Turning Space 4.58 0.03 0.6% 0.1% to 2.0% 1.4% 0.1% to 2.0% 1308 15+33.00 41.96 689.39 V - 1309 1310 Ramp Running Slope 8.91 -0.55 -6.2% 0.5% to 8.3% 2.1% 0.5% to 8.3% 1309 15+33.00 37.38 689.42 °r' 3 4 1310 1301 Crosswalk Cross Slope - No Yield 5.35 -0.04 -0.8% 0.0% to 5.0% 4.2% 0.0% to 5.0% 1310 15+33.00 28.47 688.87 N o r Condition 1302 1309 Ramp Cross Slope5.00 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% _c �;'� O 1303 1308 Landing/Turning Space 1 5.00 10.05 11.0% 1 0.1% to 2.0% 1.0% 0.1% to 2.0% --a 1304 1307 ISidewalk Cross Slope 1 5.00 10.08 11.5% 1 0.5% to 2.0% 0.5% 0.5% to 2.0% :X �p v � a i (nz JO Y O 0 O Hh Wrc (]w a p w a GO N > J� N LL C U 0 O NJi x m DO m m U)i U a 2 O 2 rc m D w O w r i LL 0 o a PROJECT NO. 11211W SHEET NO. S.06 PWrcje 40112115MDeWwableMD2wing0 CwM.01 SMewalk Dei bl g 10112/20118: 06: 22 AM SIDEWALK COMPLIANCE 0 E See S Sheets Z 8 * Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Y 3z L This Data Entry Sheet fills Tab 113-10 effective 10-15-13 W W � Point to Point Sidewalk Designation Distance * FT A Elevation FT Slope % Legally Acceptable Range Pos. or Neg. Difference between Designed Slope and Maximum Legally Acceptable Range Acceptable Constructed Range Pos. or Neg. Does Designer Staking Measured Initials Remarks need to obtain Required Slope design approval on this from Method's Quadrant? Engineer? %W VALUES Point FOR INFORMATION ONLY:z USED TO DETERMINE DESIGNED SLOPES Station Offset Elevation v > 1O 10 3 _ Z g N 1401 1402 Ramp Running Slope 9.38 0.7 7.5% 0.5% to 8.3% 0.8% 0.5% to 8.3% 1401 15+33.00 13.31 688.91 4 + U 1402 1403 Landing/Turning Space 4.00 0.04 1.1% 0.1% to 2.0% 0.9% 0.1% to 2.0% 1402 15+33.00 22.69 689.61 1 ; It 0 1403 1404 Landing/Turning Space 5.11 0.07 1.4% 0.1% to 2.0% 0.6% 0.1% to 2.0% 1403 15+33.08 26.69 689.65 g cq � m 1404 1405 Ramp Running Slope 1.78 0.12 6.7% 0.5% to 8.3% 1.6% 0.5% to 8.3% 1404 15+33.00 31.80 689.72 r- y 1405 1406 Ramp Running Slope 3.99 0.26 6.6% 0.5% to 8.3% 1.7% 0.5% to 8.3% 1405 15+33.79 33.39 689.84 Q) Y 9 1406 1407 Sidewalk Running Slope 5.76 0.01 0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1406 15+37.76 33.80 690.10 �}oc "' 1407 1408 Sidewalk Running Slope 0.00 0 0.0% 0 0.0% 0 1407 15+43.52 33.85 690.11 ~ 16 `-' 1408 1409 Sidewalk Running Slope 5.76 -0.01 -0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1408 15+49.28 33.96 690.10 - a O = = r noi. 1409 1410 Sidewalk Running Slope 5.76 -0.01 -0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1409 15+55.05 34.06 690.09 i V z - 1410 1411 Sidewalk Running Slope 5.76 -0.02 -0.4% 0.5% to 5.0% 4.6% 0.5% to 5.0% 1410 15+60.81 34.10 690.08 m C! ; 1411 1412 Sidewalk Running Slope 5.76 -0.12 -2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 1411 15+66.57 34.17 690.06 1412 1413 Sidewalk Running Slope 5.77 0.11 2.0% 0.5% to 5.0% 3.0% 0.5% to 5.0% 1412 15+72.33 34.25 689.94 1413 1414 Sidewalk Running Slope 5.76 0 -0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1413 15+78.10 34.32 690.05 1414 1415 Match Existing Cross Slope 5.83 0.09 1.5% Match Existing FALSE Match Existing 1414 15+83.86 1 34.40 690.05 I I 1415 1416 Sidewalk Running Slope 5.76 0 0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1415 15+83.90 40.23 690.13 ci 1416 1417 Sidewalk Running Slope 5.76 -0.11 -2.0% 0.5% to 5.0% 3.0% 0.5% to 5.0% 1416 15+78.14 40.18 690. 1417 1418 Sidewalk Running Slope 5.76 0.12 2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 141715+72.38 40.12 690.®'3r'c O 1418 1419 Sidewalk Running Slope 5.76 0.02 0.4% 0.5% to 5.0% 4.6% 0.5% to 5.0% 1418 15+66.61 40.01 690. -4 1419 1420 Sidewalk Running Slope 5.76 1 0.01 0.2% 1 0.5% to 5.0% 4.8% 0.5% to 5.0% 1419 15+60.85 40.03 690. 1420 1421 Sidewalk Running Slope 5.76 0.01 0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1420 15+55.09 39.97 690.1k r- ITI 1421 1422 Sidewalk Running Slope 5.76 0.01 0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1421 15+49.33 39.91 690.19--.-., 1422 1423 Sidewalk Running Slope 5.76 -0.01 -0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1422 15+43.56 39.85 690.20 'a;1 1423 1424 Sidewalk Running Slope 5.76 -0.16 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 1423 15+37.80 1 39.80 690.19 Y 1424 1425 Sidewalk Running Slope 4.04 -0.14 -3.6% 0.5% to 5:0% 1.4% 0.5% to 5.0% 142415+32.04 39.77 690.03 a u m o 1425 11426 Sidewalk Running Slope 3.86 -0.14 -3.6% 0.5% to 5.0% 1.4% 0.5% to 5.0% 1425 15+28.00 39.63 689.69`-' Wrc 1426 1427 Sidewalk Running Slope 3.81 -0.08 -2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 1426 15+24.14 39.50 689.75 O U w w 1427 1428 Sidewalk Running Slope 4.00 -0.08 -2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 1427 15+24.14 35.69 689.67 a� 1428 1429 Ramp Running Slope 7.32 -0.46 -6.2% 0.5% to 8.3% 2.1% 0.5% to 6.3% 1428 15+24.14 31.69 689.59 1429 1430 Crosswalk Cross Slope - Yield Condition 5.11 0.02 0.3% 0.0% to 2.0% 1.7% 0.0% to 2.0% 1429 15+16.81 31.69 689.13 N z m m 1430 1431 Ramp Running Slope 6.25 0.42 6.7% 0.5% to 8.3% 1.6% 0.5% to 8.3% 1430 15+17.89 26.69 689.15 u 0 3 1431 1432 Landing/Turning Space 3.86 0.04 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1431 35+24.14 26.69 689.56 z 1432 1433 Landing/Turning Space 4.00 -0.02 -0.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% 1432 15+28.00 26.69 689.60 1433 1434 Ramp Running Slope 7.59 -0.57 -7.5% 0.5% to 8.3% 0.8% 0.5% to 8.3% 1433 15+28.00 22.69 689.58 m 1434 1401 Crosswalk Cross Slope - No Yield Condition 5.31 -0.11 -2.0% 0.0% to 5.0% 3.0% 0.0% to 5.0% 1434 15+28.00 15.10 689.01 1402 1433 Ramp Cross Slope 5.00 -0.02 -0.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% 1435 15+32.04 35.69 689.83 1403 1432 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1436 15+28.00 35.69 689.77 1404 1437 Landing/Turning Space 5.00 -0.07 -1.4% 0.1% to 2.0% 0.6% 0.1% to 2.0% 1437 15+28.00 31.74 689.65 w 1405 1435 Sidewalk Cross Slope 2.89 -0.01 -0.3% 0.5% to 2.0% 1.7% 0.5% to 2.0% o 1406 1423 Sidewalk Cross Slope 6.00 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o o 1407 11422 Sidewalk Cross Slope 6.00 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1408 1421 ISidewalk Cross Slope 5.95 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% PROJECT NO. 1409 1420 Sidewalk Cross Slope 5.91 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1121150 1410 1419 Sidewalk Cross Slope 5.93 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1411 1418 Sidewalk Cross Slope 5.84 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% SHEET NO 1412 1417 Sidewalk Cross Slope 5.87 0.09 1.5% 1 0.5% to 2.0% 0.5% 0.5% to 2.0% S.08 SIDEWALK COMPLIANCE ` CD E See S Sheets T z 8 * Does not include curb - Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. a This Data Entry Sheet fills Tab 113-10 effective 10-15-13 w t w d Legally Difference between Acceptable Does Designer Staking FOR INFORMATION ONLV: z N v+ Point to Distance * D Slope Acceptable Designed Slope and Constructed need to obtain Required Measured VALUES USED TO DETERMINE DESIGNED SLOPES - N N Point Sidewalk Designation g Elevation Range Maximum Legally Range design approval on this Slope pe Initials Remarks CD Point Station Offset Elevation Acceptable Range from Method's Quadrant? Engineer? ` z o - FT FT % Pos. or Neg. Pos. or Neg. % C`1 w N 1413 1416 Sidewalk Cross Slope 5.86 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% + U 1424 1435 Sidewalk Running Slope 4.08 -0.2 -5.0% 0.5% to 5.0% 0.0% 0.5% to 5.0% 1425 1436 Sidewalk Running Slope 3.94 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 1427 1436 Sidewalk Running Slope 3.86 0.1 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% �- c� 1428 1437 Landing/Turning Space 3.86 0.06 1.7% 0.1% to 2.0% 0.3% 0.1% to 2.0% U .>_ x 'v � c 1428 1431 Ramp Cross Slope 5.00 -0.02 -0.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% `�' -- 1432 1437 Landing/Turning Space5.05 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% ~ 10 c H - =vo _ U Z10n- ^ O) M C :'1 �•6;(i d .I> Z� "'4 7 � � r p, 711 9 GA f coO Y O O O Fw O p QW N LL K U a Z O m 0 0 rc � a o u a < PROJECT NO. 1121150 SHEET NO. S.09 .P\Pmjacis\IC\112115PDNiverades\Orzwings\1 Civi11S.05Sid.Ik De ik.Qwg 10I1=118:07:41PM SIDEWALK COMPLIANCE \ E See 5 Sheets T Z z * Does not include Staking required curb by Contracting Authority per Article 2511.03 of the Standard Specifications. - d This Data Entry Sheet fills Tab 113 -10 effective 10 -IS -13 uw L w � Point to Point Sidewalk Designation Distance * FT A Elevation FT Slope % Legally Acceptable Range Pos. or Neg. Difference between Designed Slope and Maximum Legally Acceptable Range Acceptable Does Designer Constructed need to obtain Range design approval from Method's Engineer? Pos. or Neg. Staking Measured Initials Remarks Required Slope on this Quadrant? % FOR INFORMATION ONLY:Z VALUES USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation L z m 3 Z o - 2101 2102 Ramp Running Slope 10.03 0.68 6.7% 0.5% to 8.3% 1.6% 0.5% to 8.3% 2101 19+24.06 42.11 691.38 + U to 2102 2103 Sidewalk Running Slope 3.53 -0.05 -1.5% 0.5% to 5.0% 3.5% 0.5% to 5.0% 2102 19+14.02 42.03 692.06 "' m 2103 2104 Sidewalk Running Slope 3.01 -0.08 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 1 2103 19+14.02 45.56 692.00 o 2104 2105 Sidewalk Running Slope 6.01 -0.07 -1.1% 0.5% to 5.0% 3.9% 0.5% to 5.0% 2104 19+14.02 48.57 691.92 W 2105 2106 Sidewalk Cross Slope 5.03 -0.07 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2105 19+20.04 48.57 691.86 ~ d 10 2106 2107 Sidewalk Cross Slope 5.09 -0.07 -1.4% 0.5% to 2.0% 0.6% 0.5% to 2.0% 2106 19+19.99 53.60 691.78 \ CJ � x c . - 2107 2108 Sidewalk Running Slope 4.09 -0.11 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2107 19+19.95 58.69 691.71 / - y - - 2108 2109 Sidewalk Running Slope 4.09 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2108 19+19.92 62.78 691.60 ~_ io o m 2109 2110 Sidewalk Running Slope 4.09 -0.11 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2109 1 +1 . 9 66.86 691.48 r o c = 2110 2111 Sidewalk Running Slope 4.08 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2110 19+19.86 70.95 691.37 r h 0 2111 2112 Sidewalk Running Slope 4.09 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2111 19+19.82 75.03 691.26 V z 2112 2113 Sidewalk Running Slope 4.08 -0.11 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2112 19+19.79 79.12 691.1.5 U 2113 2114 Sidewalk Running Slope 4.09 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2113 19+19.76 83.20 691.-e3 a rn 2114 2115 Sidewalk Running Slope 4.09 -0.16 -3.9% 0.5% to 5.0% 1.1% 0.5% to 5.0% 2114 19+19.72 87.29 690:^-• 2115 2116 Sidewalk Running Slope 4.05 -0.16 -3.9% 0.5% to 5.0 1.1% 0.5% to 5.0% 2115 --l9-+-l-9-.-6T-91.38 690. _ 2116 2117 Match Existing Cross Slope 4.25 0.12 2.8% Match Existing FALSE Match Existing 2116 19+19.66 95.43 690.60= O% 1 2117 2118 Sidewalk Running Slope 4.06 0.1 2.6% 0.5% to 5.0% 2-.4-9---0.5 to 5.0% 2117 19+15.41 95.4 690.7 '.- 2118 2119 Sidewalk Running Slope 4.08 0.16 3.9% 0.5% to S.0% 1.1% 0.5% to 5.0% 2118 19+15.44 91.34 690.83 t 2119 2120 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2119 19+15.47 87.26 1 690.99 - 2120 2121 Sidewalk Running Slope 4.08 0.11 2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2120 19+15.51 83.17 691.10 2121 2122 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2121 19+15.54 79.09 691.21-' [-0 2122 2123 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2122 19+15.57 75.00 691.32 '3 2123 2124 Sidewalk Running Slope 4.08 0.11 2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2123 19+15.61 70.91 691.43 y 2124 2125 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2124 19+15.64 66.83 691.55 w 2125 2126 Sidewalk Running Slope 4.08 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2125 19+15.67 62.74 691.66 s 2126 2127 Sidewalk Running Slope 5.04 0.09 1.7% 0.5% to 5.0% 3.3% 0.5% to 5.0% -2-116- 19+15.70 58.66 6 1.77 2127 2128 Sidewalk Running Slope 5.70 0.09 1.6% 0.5% to 5.0% 3.4% 0.5% to 5.0% 2127 19+13.37 54.19 691.86 E 2128 2129 Sidewalk Running Slope 7.15 0.12 1.6% 0.5% to 5.0% 3.4% 0.5% to 5.0% 2128 19+09.37 50.13 691.95 coz 2129 2130 Sidewalk Running Slope 4.73 -0.04 -0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 2129 19+04.10 45.30 692.07 Q w $ o 2130 2131 Sidewalk Cross Slope 11.31 -0.17 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2130 18+99.40 44.86 692.03 wT o w o 2131 2132 Crosswalk Cross Slope - Yield Condition 6.13 0.03 0.5% 0.0% to 2.0% 1.5% 0.0% to 2.0% 2131 18+99.49 33.55 691.86 0i - LL rc 2132 2133 Ramp Running Slope 9.93 -0.49 -4.9% 0.5% to 8.3% 3.4% 0.5% to 8.3% 2132 19+05.62 33.60 691.89 2133 2134 Crosswalk Cross Slope - No Yield Condition 7.59 0.05 0.7% 0.0% to 5.0% 4.3% 0.0% to 5.0% 2133 19+05.70 23.67 691.40 3 wog o - m 2134 2135 Ramp Running Slope 7.00 0.55 7.8% 0.5 to 6.3% 0.5% 0.5% to 8.3% 2134 19+12.67 26.66 691.45 coz S m 2135 2136 Landing/Turning Space 2.00 -0.01 -0.4% 0.1% to 2.0% 1.6% 0.1 to 2.0% 2135 19+12.62 33.66 692.00 a 2136 2137 Ramp Running Slope 7.01 -0.55 -7.9% 0.S% to 8.3% 0.4% 0.5% to 8.3% 2136 19+14.08 35.03 691.99 $ 2137 2101 Crosswalk Cross Slope - Yield Condition 7.62 -0.05 -0.7% 0.0% to 2.0% 1.3% 0.0% to 2.0% 2137 19+21.08 35.09 691.43 2102 2136 Landing/Turning Space 7.00 -0.07 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 2138 19+14.02 53.55 691.87 z 2102 21 9 Ramp Cross 5 o -pe 8.47 -0.05 -0.6% 0.1% to 2.0% 1.4% 0.1% to 2.0% 2139 19+05.55 41.96 692.01 m 2103 2128 Sidewalk Cross Slope 6.52 -0.06 -0.9% 0.5% to 2.0% 1.1% 0.5% to 2.0% 2104 2138 Sidewalk Cross Slope 4.98 -0.05 -1.0% 0.5% to 2.0% 1.0% 0.5% to 2.0% 2106 2138 Sidewalk Cross Slope 5.97 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2107 2126 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2108 2125 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5 to 2.0 2109 2124 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o 2110 2123 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2111 2122 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% w a° 2112 2121 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0%o 9 2113 a 2120 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2114 2119 Sidewalk Cross slope 4.25 0. 6 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% PROJECT No. 2115 2118 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 112115.0 2127 2138 Sidewalk Cross Slope 0.92 0.01 1.6% 0.5% to 2.0% 0.4% 0.5% to 2.0% 2129 2139 Sidewalk Cross Slope 3.64 -0.06 -1.5% 0.5% to 2.0% 0.5% 0.5 to 2.0% 2132 2139 Landing/Turning Space 8.36 0.12 1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% SHEET NO. S.11 .P1Praje MC\ll2ll5DIDeliveraMes\D2wkgs%l_CMIRSMSideIkDeMils.dwg 1011280178:07:57 AM SIDEWALK COMPLIANCE o See S Sheets Z * Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. This Data Entry Sheet fills Tab 113-10 effective 10-15-13 y w N Point to Sidewalk Designation Distance A Slope Legally Difference between Acceptable Does Designer Staking Measured Initials Remarks FOR INFORMATION ONLY: Z N m Point * Elevation Acceptable Designed Slope and Constructed need to obtain Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES - Range Maximum Legally Range design approval on this ,N C7 Acceptable Range from Method's quadrant? Z 0 FT FT % Pos. or Neg. Pos. or Neg. Engineer? % Point Station Offset Elevation 2201 2202 Ramp Running Slope 9.11 0.22 2.5% 0.5% to 8.3% 5.8% 0.5% to 8.3% 2201 19+05.93 28.48 691.36 2202 2203 Landing/Turning Space 6.66 -0.02 -0.3% 0.1% to 2.0% 1.7% 0.1% to 2.0% 2202 19+05.93 37.59 691.59 1� 0� 2203 2204 Sidewalk Running Slope 5.90 0.01 0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 2203 19+06.84 44.19 691.57 � 2204 2205 Match Existing Cross Slope 10.69 0.03 0.3% Match Existing FALSE Match Existing 2204 19+00.94 44.27 691.58 u M 2205 2206 Match Existing Cross Slope 5.34 0 0.0% Match Existing FALSE Match Existing 2205 19+01.03 54.96 691.61 V o 2206 2207 Match Existing Cross Slope 7.94 0 -0.1% Match Existing FALSE Match Existing 2206 19+00.98 49.62 691.61 w w-- 2207 2208 Match Existing Cross Slope 6.05 0 0.0% Match Existing FALSE Match Existing 2207 19+06.93 54.88 691.6170 c n n- 2208 12209 Sidewalk Running Slope 3.69 -0.02 -0.5% 0.5% to 5.0% 4.5% 0.5% to 5.0% 2208 19+12.98 54.79 691.60 =,T O C = 2209 12210 Landing/Turning Space 5.60 -0.05 -0.9% 0.1% to 2.0% 1.1% 0.1% to 2.0% 2209 19+12.93 51.10 691.59 _ Z [) 0 2210 2211 Ramp Running Slope 7.84 -0.24 -3.0% 0.5% to 8.3% 5.3% 0.5% to 8.3% 2210 19+18.53 51.09 691.54..-.1 0� °03cl ;m 2211 2212 Crosswalk Cross Slope - Yield Condition 7.20 0.11 1.5% 0.0% to 2.0% 0.5% 0.0% to 2.0% 2211 19+26.37 51.09 691.38__x: Q N hL t n =y i ys rr �! to A' w w w 0 n i m Z wF Y O m i 0 a W C N Wm � LU- � ¢ W > m LL 2 LU x m Ni a n 3 0 z rc m 0 � a � 0 a a PROJECT NO. 1121150 SHEET NO. S.13 .P:%Proja %IM11211501Delive2Dles%Drawings\1 Divi88.05 SiE alk DelaiS.d g 10112/2017 8:08:09 PM SIDEWALK COMPLIANCE See S Sheets Z * Does not include curb z Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. ■ m ■ w L This Data Entry Sheet fills Tab 113-10 effective 10-15-13 Point to Point Sidewalk Designation Distance* FT A Elevation FT Slope % Legally Acceptable Range Pos. or Neg. Difference between Designed Slope and Maximum Legally Acceptable Range Acceptable Does Designer Constructed need to obtain Range design approval from Method's Pos. or Neg. Engineer? Staking Measured Initials Remarks Required on Slope this Quadrant? % FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation Z v E _ N Z a - 2301 2302 Landing/Turning Space 3.84 0.05 1.3% 0.1% to 2.0% 0.7% 0.1% to 2.0% 2301 19+87.17 51.93 691.10u-' N 2302 2303 Ramp Running Slope 7.50 0.41 5.5% 0.5% to 8.3% 2.8% 0.5% to 8.3% 2302 19+98.45 53.92 691.15 4 + U m 2303 2304 Sidewalk Running Slope 4.50 -0.05 -1.0% 0.5% to 5.0% 4.0% 0.5% to 5.0% 2303 19+90.51 61.42 691.57 w m 2304 2305 Sidewalk Running Slope 4.50 -0.15 -3.3% 0.5% to 5.0% 1.7% 0.5% to 5.0% 2304 19+90.54 65.92 691.52 o m 2305 2306 Sidewalk Running Slope 3.96 -0.13 -3.3% 0.5% to 5.0% 1.7% 0.5% to 5.0% 2305 19+90.57 70.42 691.37 2306 2307 Sidewalk Running Slope 3.93 -0.13 -3.3% 0.5% to 5.0% 1.7% 0.5% to 5.0% 2306 19+90.60 74.38 691.24 2307 2308 Sidewalk Running Slope 4.97 -0.05 -1.0% 0.5% to 5.0% 4.0% 0.5% to 5.0% 2307 19+90.62 78.31 691.11 V c 230 2309 Sidewalk Running Slope 5. 5 0.08 1.5% 0.5% to 5.0% 3.5% 0.5% to 5.0% 2308 19+90.65 3.28 691.06 2309 2310 Sidewalk Running Slope 4.99 0.06 1.3% 0.5% to 5.0% 3.7% 0.5% to 5.0% 2309 19+95.70 83.28 691.14 > 0 o m 2310 2311 Match Existing Cross Slope 5.11 0.03 0.6% Match Existing FALSE Match Existing 2310 19+95.69 88.27 691.20 - t o 'a T = r 2311 2312 Match Cross Slope 4.25 0.02 0.02 1 0.5% Match Existing FALSE Match Existing 2311 20+00.80 88.27 691.24 1 Z 0 _ 2312 2313 Sidewalk Running Slope 5.00 -0.03 -0.5% 0.5% to 5.0% 4.5% 0.5% to 5.0% 2312 20+05.05 88.27 691.26 LA Q R rn c 2313 2314 Sidewalk Running Slope 5.00 -0.05 -1.0% 0.5% to 5.0% 4.0% 0.5% to 5.0% 2313 20+05.05 83.27 691.23 N - 2314 2315 Sidewalk Running Slope 4.25 0.06 1.4% 0.5% to 5.0% 3.6% 0.5% to 5.0% 2314 20+05.05 78.27 691.18 2315 2316 Sidewalk Running Slope 5.08 -0.05 -1.0% 0.5% to 5.0% 4.0% 0.5% to 5.0% 2315 20+00.80 76.27 691.24 _-4 --4 2316 2317 Sidewalk Running Slope 3.93 0.13 3.3% 0.5% to 5.0% 1.7% 0.5% to 5.0% 2316 19+95.71 78.28 691.19 C.-{ - 1 2317 2318 Sidewalk Running Slope 3.94 0.14 3.5% 0.5% to 5.0% 1.5% 0.5% to 5.0% 2317 19+95.71 74.35 691.32 iC7 2318 2319 Sidewalk Running Slope 4.50 0.15 3.3% 0.5% to 5.0% 1.7% 0.5% to 5.0% 2318 19+95.96 70.42 691.45 .- ; 2+• 2319 2320 Sidewalk Running Slope 4.50 0.05 1.B% 0.5% to 5.0% 4.0% 0.5% to 5.0% 2319 19+95.96 65.92 691.60 1 S 2320 2321 Ramp Cross Slope 6.65 0.1 1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 2320 19+95.96 61.42 691.65 -V km 2321 2322 Ramp Running Slope 7.50 -0.48 -6.3% 0.5% to 8.3% 2.0% 0.5% to 8.3% 2321 20+02.60 61.42 691.75 •• 2322 2323 Landing/Turning Space 6.35 0.11 1.8% 0.1% to 2.0% 0.2% 0.1% to 2.0% 2322 20+02.55 53.92 691.27 W 2323 2324 Ramp Running Slope 5.40 0.3 5.5% 0.5% to 8.3% 2.8% 0.5% to 8.3% 2323 20+06.90 51.08 691.39 N 2324 2325 Ramp Running Slope 4.57 0.25 5.5% 0.5% to 8.3% 2.8% 0.5T -to --8.-3Y- 2324 20+12. 1 51.08 ----6-9T-6-9- 9 62325 2325 2326 Ramp Cross Slope 4.99 -0.08 -1.5% 0.1% to 2.0 0.5Y-0.1% to 2.0% 2325 20+16.88 51.07 691.93 2326 2327 Ramp Cross Slope 4.58 -0.07 -1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 2326 20+16.88 46.08 691.86 g 2327 328 Ramp Running Slope 4.57 -0.23 -5.0% 0.5% to 8.3% 3.3% 0.5% to 8.3% 2327 20+16.88 41.50 691.79 2328 2329 Ramp Running Slope 5.40 -0.27 -5.0% 0.5% to 8.3% 3.3% 0.5% to 8.3% 2328 20+12.31 41.50 691.56 U)0 0 2329 233e Match Existing [rocs Slope 5.50 0.1 1.7% Match Existing FALSE Match Existing 2329 20+06.90 41.50 691.29 G w w rc a $ o o i 2330 2301 Crosswalk Cross Slope - No Yield Condition 23.83 -0.28 -1.2% 0.0% to 5.0% 3.8% 0.0% to 5.0% 2330 20+05.14 36.29 691.39 Y- �� L U y LL 2302 2331 Landing/Turning Space 5.51 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 2331 19+95.96 53.92 691.21 ¢ w 2303 2320 Ramp Cross Slope 5.44 0.08 1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 2332 19+96.71 46.08 691.23 w 4 m 2304 2319 Sidewalk Cross Slope 5.41 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2333 20+06.90 46.08 691.34 0 V5, m m 2305 2318 Sidewalk Cross Slope 5.36 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2334 20+12.31 46.08 691.62 a 2306 2317 Sidewalk Cross Slope 5.12 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2335 20+00.80 83.28 691.19 0 2307 2316 Sidewalk Cross Slope 5.09 0.08 1.6% 0.5% to 2.0% 0.4% 0.5% to 2.0% 2336 20+02.68 70.46 691.55 2309 2316 Sidewalk Running Slope 5.00 0.05 1.0% 0.5% to 5.0% 4.0% 0.5% to 5.0% 2337 20+02.64 65.96 691.70 z 2309 2335 Sidewalk Cross Slope 5.10 0.05 1.0% 0.5% to 2.0% 1.0% 0.5% to 2.0% al m 2311 2335 Sidewalk Cross Slope 4.99 1 -0.05 -1.0% 0.5% to 2.0% 1.0% 0.5% to 2.0% 2313 2335 Sidewalk Cross Slope 4.25 1 -0.04 -1.0% 0.5% to 2.0% 1.0% 0.5% to 2.0% 2315 2335 Sidewalk Cross Slope 5.01 -0.05 -1.0% 0.5% to 2.0% 1.0% 0.5% to 2.0% 2320 2331 Ramp Running Slope 7.50 -0.44 -5.9% 0.5% to 8.3% 2.4% 0.5% to B.3% 2322 2331 Ramp Cross Slope 6.59 -0.07 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 2323 P333 Ramp Cross Slope 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 2324 2334 Ramp Cross Slope 5.00 -0.06 -1.3% 0.1% to 2.0% 0.7% 0.1% to 2.0% 2326 2334 Ramp Running Slope 4.57 -0.24 -5.2% 0.5% to 8.3% 3.1% 0.5% to 8.3% o 2328 2334 Ramp Cross Slope 4.58 0.06 1.3% 0.1% to 2.0% 0.7% 0.1% to 2.0 ti 2329 2333 Ramp Cross Slope 4.58 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 0 0 2331 2332 Landing/Turning Space 7.88 0.03 6.3% 0.1% to 2.0% 1.7% 0.1% to 2.0% 2332 2333 Landing/Turning Space 10.19 0.1 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% PROJECT NO. 2333 2334 Ramp Running Slope 5.40 0.28 5.2% 0.5% to 8.3% 3.1% 0.5% to 8.3% 1121150 2318 2336 Sidewalk Cross Slope 6.73 0.1 1.5% 1 0.5% to 2.0% 0.5% 0.5% to 2.0% 2319 337 Sidewalk Cross Slope 6.69 0.1 1.5% 1 0.5% to 2.0% 0.5% 0.5% to 2.0% SHEET NO. 2336 2337 Sidewalk Running Slope 4.50 0.15 3.3% 1 0.5% to 5.0% 1.7% 0.5% to 5.0% S.15 . PTno, nUc11211em emblela�meelic«ns.os smeweu IMMi78N 17un SIDEWALK COMPLIANCE See S Sheets A/ z 3 Z * Does not include curb i Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications.XF °G This Data Entry Sheet fills Tab 113-10 effective 10-15-13 u w y Point to Point Sidewalk Designation Distance " FT 4 Elevation FT Slope % Legally Acceptable Range Pos. or Neg. Difference between Designed Slope and Maximum Legally Acceptable Range Acceptable Does Designer need Constructed to obtain design Range approval from Method's Engineer? Pos. or Neg. Staking Measured Initials Remarks Required Slope on this Quadrant? % FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation Z v r _ N Z Z 3: + 2m � U m 2401 2402 Ramp Running Slope 10.41 0.26 2.5% 0.5% to 8.3% 5.9% 0.5% to 8.3% 2401 20+02.93 19.98 691.40 0 2402 2403 Landing/Turning Space 4.94 -0.07 -1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 2402 20+02.93 30.39 691.66 m 2403 2404 Sidewalk Running Slope 2.93 -0.13 -4.4% 0.5% to 5.0% 0.6% 0.5% to 5.0% 2403 20+07.66 30.39 691.59 u M 2404 2405 Match Existing Cross Slope 3.19 0.06 1.8% Match Existing FALSE Match Existing 2484 20+10.43 31.81 691.46 \ V m c 2405 2406 Match Existing Cross Slope 7.09 0.12 1.6% Match Existing FALSE Match Existing 2405 20+10.39 35.00 691.52 / w '= 2406 2407 Match Existing Cross Slope 4.66 0.07 1.6% Match Existing FALSE Match Existing 2406 20+10.31 42.09 691.63 '- 6 o m 2407 2408 Sidewalk Running Slope 5.58 -0.04 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.0% 2407 20+10.25 46.75 691.71 - L g C C 2408 2409 Sidewalk Running Slope 4.22 -0.03 -8.7% 0.5% to 5.0% 4.3% 0.5% to 5.0% 2408 20+04.67 46.69 691.67 �; Z _ 2409 2410 Sidewalk Running Slope 6.89 -0.04 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.0% 2409 20+00.82 48.41 691.64 2410 2411 Sidewalk Running Slope 4.83 -0.03 -0.7% 0.5% to 5.0% 4.3% 0.5% to 5.0% 2410 19+95.91 53.24 691.60 2411 2412 Sidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2411 19+93.66 57.51 691.57 2412 2413 Sidewalk Running Slope 4.14 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2412 19+93.62 61.64 691.44 -� 2413 2414 Sidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2413 19+93.59 65.78 691.32 2414 2415 Sidewalk Running Slope 4.14 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2414 19+93.55 69.91 691.20 2415 2416 Sidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2415 19+93.52 74.05 691.07 2416 2417 Sidewalk Running Slope 4.14 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2416 19+93.48 78.18 _- 690.95 2417 2418 Sidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2417 19+93.44 82.32 690.82 3 2418 2419 Sidewalk Running Slope 4.16 -0.13 -3.0% 0.5% to 5.0% 2.0% 0.5% to S. 2418 19+93.41 86.45 690.70 ; 2419 2420 Match Existing Cross Slope 4.25 -0.06 -1.5% Match Existing FALSE Match Existing 2419 19+93.37 90.61 690.58 w 2420 2421 Sidewalk Running Slope 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2420 19+89.12 90.55 690.51 2421 2422 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2421 19+89.16 86.42 690.64 2422 2423 Sidewalk Running Slope 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2422 19+89.19 82.28 690.76 Y 2423 2424 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2423 19+89.23 78.15 690.88 Ju 8 o 2424 2425 Sidewalk Running Slope 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2424 19+89.27 74.01 691.01 U. 2425 2426 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2425 19+89.30 69.88 691.13 �3 �Q h LL e 2426 2427 Sidewalk Running Slope 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2426 19+89.34 65.74 691.26w 2427 2428 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2427 19+89.37 61.61 691.38 9 z 2428 2429 Sidewalk Running Slope 5.61 0.04 0.8% B.5% to 5.0% 4.2X 0.5% to 5.0% 2428 19+89.41 57.47 691.50 N m m 2429 2430 Sidewalk Running Slope 4.86 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 2429 19+89.46 51.86 691.55 a 2430 2431 Sidewalk Cross Slope 5.00 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2430 19+89.50 47.00 691.59 2431 2432 Sidewalk Running Slope 5.00 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 2431 19+94.50 47.00 691.66 i 2432 2433 Ramp Running Slope 9.53 -0.47 -5.0% 0.5% to 8.3% 3.3% 0.5% to 8.3% 2432 19+94.50 42.00 691.70 m 2433 2434 Crosswalk Cross Slope - Yield Condition 7.20 0.04 0.6% 0.0% to 2.0% 1.4% 0.0% to 2.0% 2433 19+84.98 42.00 691.23 2434 2435 Ramp Running Slope 7.82 0.49 6.2% 0.5% to 8.3% 2.1% 0.5% to 8.3% 2434 19+86.68 35.00 691.27 2435 2436 Landing/Turning Space 4.83 -0.06 -1.2% 0.1% to 2.0% 0.8% 0.1% to 2.0% 2435 19+94.50 35.00 691.76 2436 2437 Ramp Running Slope 7.00 -0.29 -4.2% 0.5% to 8.3% 4.1% 0.5% to 8.3% 2436 19+95.93 30.39 691.70 2437 2401 Crosswalk Cross Slope - No Yield Condition 7.79 -0.01 -0.1% 0.0% to 5.0% 4.9% 0.0% to 5.0% 2437 19+95.93 23.39 691.41 2405 2439 Sidewalk Running Slope 5.71 0.15 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2438 19+99.43 35.00 691.71w 2406 2440 Sidewalk Cross Slope 5.63 0.02 0.4% 0.5% to 2.0% 1.6% 0.5% to 2.0% 2439 20+04.67 35.00 691.67 0 0 2408 2440 Sidewalk Cross Slope 4.67 -0.01 -0.3% 0.5% to 2.0% 1.7% 0.5% to 2.0% 2440 20+04.67 42.02 691.66 2409 2442 Sidewalk Cross Slope 1.98 -0.01 -0.3% 0.5% to 2.0% 1.7% 0.5% to 2.0% 2441 19+99.43 42.01 691.68 PROJECT NO. 2410 2443 Sidewalk Cross Slope 1.94 0.02 1.2% 0.5% to 2.0% 0.8% 0.5% to 2.0% 2442 19+99.43 47.00 691.64 1121150 2411 2428 Sidewalk Cross Slope 4.25 -0.06 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2443 19+94.50 51.90 691.62 2412 2427 Sidewalk Cross Slope 4.25 -0.06 -1.5% B.5% to 2.0% B.5% 0.5% to 2.0% SHEET NO. S.17 SIDEWALK COMPLIANCE o See S Sheets Z Z � * Does not include curb - d Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. ■ ■ ■ w t This Data Entry Sheet fills Tab 113-10 effective 10-15-13 Point to Sidewalk Designation Distance A Slope Legally Difference Acceptable Does Designer need Staking Measured Initials Remarks FOR INFORMATION ONLY: Z o t Point * Elevation Acceptable between Designed Constructed to obtain design Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES _ N Range Slope and Range approval from on this 1O Z Maximum Legally Method's Engineer? Quadrant? m Acceptable Range Point Station Offset Elevation Z o - w FT FT % Pos. or Neg. Pos. or Neg. % + 'C�j 2413 2426 Sidewalk Cross Slope 4.25 -0.07 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2414 2425 Sidewalk Cross Slope 4.25 -0.07 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% � � m 2415 2424 Sidewalk Cross Slope 4.25 -0.07 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% r2 2416 2423 Sidewalk Cross Slope 4.25 -0.06 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% V m 2417 2422 Sidewalk Cross Slope 4.25 -0.06 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% w - - 2418 2421 Sidewalk Cross Slope 4.25 -0.07 -1.5% B.6% to 2.0% 0.5% 0.5% to 2.9% Y m c !' 2429 2443 Sidewalk Cross Slope 5.05 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% T = 1Z M __ 2431 2443 Sidewalk Cross'Slope 4.90 -0.04 -0.8% 0.5% to 2.0% 1.2% 0.5% to 2.0% 1 V Z 2432 2441 Landing/Turning Space 4.93 -0.02 -0.4% 0.1% to 2.0% 1.6% 0.1% to 2.0% m oiW 2432 2435 Landing/Turning Space7.00 0.06 0.8% 1 0.1% to 2.0% 1.2% 0.1% to 2.0% ¢ N ch 2435 2438 Landing/Turning Space 4.93 -0.04 -0.9% 0.1% to 2.0% 1.1% 0.1% to 2.0% 2436 2462 Ramp Cross Slope 7.00 -0.04 -e.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% 2438 2439 Landing/Turning Space 5.25 -0.05 -0.9% 8.1% to 2.0% 1.1% 0.1% to 2.0% I I 2438 2441 Landing/Turning Space 7.01 -0.03 -0.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% 2439 2440 Landing/Turning Space 7.02 -0.01 -0.1% 0.1% to 2.0% 1.9% 0.1% to 2.0% c� 2440 2441 Landing/Turning Space 5.25 0.02 0.4% 0.1% to 2.0% 1.6% 0.1% to 2.0% o 2441 2442 Sidewalk Cross Slope 4.99 -0.04 -0.9% 0.5% to 2.0% 1.1% 0.5% to 2.0% 4 2442 2431 Sidewalk Cross Slope 4.93 0.02 0.5% 0.5% to 2.0% 1.5% 0.5% to 2.0% -[ 2431 2443 Sidewalk Cross Slope 4.90 -0.04 -0.8% 0.5% to 2.0% 1 1.2% 0.5% to 2.0% _{{c-D �tr w a 'y N J O m O HN3 w V o w Ow N LL W C Q¢w U tq i v 3 z 0 z_ m O O O O M1C PROJECT NO. 1121150 SHEET NO. S.18 PROVIDE STRAPSICHAINS AT T-0' OC MAX SUPPORT BEAMS WITH BLOCKING OR VERTICAL SHORING AS REQUIRED FOR EXCAVATION � II II --- I n II II II II NOTES: �L 1. CONTRACTOR TO PROVIDE PROPOSED SHORING PLAN TO OWNER AND ENGINEER FOR APPROVAL. SHORING FOR ALL UNDERMINED UTILITIES IS REQUIRED. 2. CONTRACTOR TO FIELD VERIFY SIZE OF EXISTING UTILITY TO BE SHORED. PROVIDE SIZE TO OWNER AND ENGINEER TO VERIFY ADEQUATE SIZING IS PROVIDED. ,2 SCHEMATIC SUPPORT OF EXISTING UTILITIES I 4'3" WATER MAIN PROVIDE STEEL BEAMS TO SUPPORT EXISTING UTILITIES. BEAMS TO BE SIZED TO PREVENT CRACKING IN CONCRETE DUCTBANKS II I I EXISTING DUCTBANK II ® RAIL ROAD CROSSING SYMBOL (White) —24'-0" 20•-0'•W-0'•� L' 3'�� 2 LANE WIDTH A" 6•;T' LANE WIDTH 2. 1'-77"-j-_ ®BIKE LANE SYMBOL ARROW (White) ao" W7—�— 72'•�72"� TA LEFT/RIGHT TURN ARROW (White) iAe) 610 7% 610" BIKE LANE SYMBOL SHA`RROW (White) 11r• SOLID LANE LINE (White) DOTTED LINE (WHITE) 49> LaneWidth 4" (Joint) - - (Joint) 4.. 5LW STOP LINE (White) Lw4 DOTTED LINE (WHITE) (Joint) minimiI f -7 -T -4'--T-7-1 ® CROSSWALK BAR (White) 8' — CY4 DOUBLE CENTERLINE (Yellow) ll 4" 8 24" 4 4 STANDARD PAVEMENT MARKINGS ' NOT TO SCALE 0 E Z 1 1 w t LLLuw�� Z N 0 � Z o Q w N + U CD 1 w 0a � o c7 =—VZ 1A Mao S C C � — M PROJECT NO. 1121150 SHEET NO. U.01 F1 SIGN TO INDICATE THE LOCATION OF THE CONCRETE WASHOUT AREA COMPACTED EMBANKMENT MATERIAL OR FILTER SOCK, TYP. DOUBLE LAYER THICKNESS PLASTIC LINER K, M OR FILTER SOCK AROUND PERIMETER GROUNDSURFACE g•K ` �3H:1V OR FLATTER R AS REO. TO CONTAI SIDE SLOPES WASTE CONCRETE NOTES: 1. CONCRETE WASHOUT AREA SHALL BE INSTALLED PRIOR TO ANY CONCRETE PLACEMENT ON SITE. 2. SIGNS SHALL BE PLACED AT THE CONSTRUCTION ENTRANCE, AT THE WASHOUT AREA, AND ELSEWHERE AS NECESSARY TO CLEARLY INDICATE THE LOCATION OF THE CONCRETE WASHOUT AREA TO OPERATORS OF CONCRETE TRUCKS AND PUMP RIGS. 3. THE CONCRETE WASHOUT AREA SHALL BE REPAIRED AND ENLARGED OR CLEANED OUT AS NECESSARY TO MAINTAIN CAPACITY FOR WASTED CONCRETE. 4. AT THE END OF CONSTRUCTION, ALL CONCRETE SHALL BE REMOVED FROM THE SITE AND DISPOSED OF AT AN ACCEPTED WASTE SITE. 5. WHEN THE CONCRETE WASHOUT AREA IS REMOVED, THE DISTURBED AREA SHALL BE SEEDED AND MULCHED OR OTHERWISE STABILIZED IN A MANNER ACCEPTED BY THE CITY. 6. PROVIDE A DOUBLE THICKNESS OF IMPERMEABLE PLASTIC LINER WITH A MINIMUM THICKNESS OF 10 MIL PER SHEET CONCRETE WASHOUT DETAIL 5 NOT TO SCALE — (Typ) Grate wire reed FikerSoxii- r%mTiedFiaerSoxx- End Standard Plan View Standard Section Filtrexx ® Inlet Prot Curbside Storm Grate Option "A" Curbside Storm Grate Option "B" Plan View Plan View Excess Sock Material to be Drawn in and Curb Tied Otto Stake at Secure Sock to Both Ends Grate wdh Rubber Tie Downs Catch Basin Curbside Storm Grate Section Ir N�y Z STAKE I.L — Z COMPOST FILTER TUBE �]:?t�'; • GROUND LINE t !ice '1 PLACE ADDITIONAL COMPOST Z r v' MATERIAL TO FILL THE SEAM 'o BETWEEN THE TUBE AND THE C GROUND Z p — SIDE VIEW w COMPOST FILTER TUBE + U 1 TO BE STAKED IN PLACE w DISTURBED AREA co (STAKE EVERY B' FOR ; M P ADDED STABILITY) o 0* PLACE COMPOST FILTER tv' TUBE PERPENDICULAR O�� V — rn o ,Wg o TO SLOPE �• '' AREA TO BE = o PROTECTED . w U � — UI gyma 3 Q N M O TOP VIEW COMPOST FILTER TUBE DETAIL , 4 NOT TO SCALE N � � J o0 curb Storm Gutter Inlet Curb Storm Gutter InIeF r e -t' Storm Gutter Cover'` ,W a m o_ Storm Gutter Cover �o 9 ;2'x ical Cinder Bock Weather -Resistant Wire Mesh LL v, z U Luw a Fil mxx@ 8' Fiftrexx® 8" ti o_ erSoxxN (ryp) FilerSoxx- (ryp) $ o m io i A Sock Tied u a to Wire Mesh o Wooden Stake 2"x 2' Wooden Stoke i rc Excess Sock Material to be Excess Sock Material to beWeather-Resistant Wire Mesh Drawn in and Tied Off to Curb Drown in and Tied Off to Stake at Both Ends Stake at Both Ends / Curb Storm Gutter Cover,, FiHerSoxxn Storm Gutter Cover`, 6 Notes ° 1. All material to meet Fittrexx® spec cations 2. FikerSoxx" composHsoYrocWseed fill to meet application requirements. Catch Basin Catch Basin o r, 3. Compoct material to be dispersed on site, as determined by Engineer. PROJECT NO. 121150 Curbside Gutter Option "A" Curbside Gutter Option "B" SHEET NO. U.02 �z z t uW �> Z N w O EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO — N INTERNAL TERMINALS OF BACK DOWN. TRACER WIRE TERMINAL BOX AND U' m CLAMP TRACER WIRE TO 0 GROUND ROD AT SYSTEM L o — TERMINATION POINTS. +,� © PLACE GROUND RODS 6"-10" AWAY FROM PIPE. U 10. 1w� oci LU o J2 s tw WIRE CONNECTING GROUND1O TRACER WIRE TERMINAL BOX ROD TO TERMINAL BOX IS A SEPARATE WIRE FROM THE AT GROUND LEVEL m Om — m a S WIRE TO THE HYDRANT RUN I x z -_ i U Z — FIRE HYDRANT BARRELCDLn rn ( �J FIRE HYDRANT VALVE ®GROUND ROD- 0 I NEW WATER MAIN FIRE HYDRANT TEE � l= _i DO NOT RUN WIRE UP VALVE BOX EXISTING WATER MAINNN---��� POSSIBLE SPLICE WITHOUT LOCATE WIRE \ 0 SPLICE i O Y TAPE WIRE AT MIDPOINT m a w g S2 OF EACH PIPE LENGTH �w w 2 ak' � N LL C ROUND RODS ow a 3 � y O_ r z m rc (J ` Z O [9 m TYPICAL DETAIL TRACER WIRE INSTALLATI❑N WITHOUT EXISTING LOCATE WIRE SCALEI NOT TO SCALE Figure CIC -5010101 o9� mo REVISED 11/2015 PROJECT NO S\VAT\VoterDlvlSbnReferenceMnnunl\$tontlnrtlgro�ings\TrccerNaEzlsting<CICSOIg.I011.tl�g 11211W TRACER WIRE INSTILLATION 6 xor m suE SHEET NO U.03 FA TYPICAL SECTION CROSSES L TYPICAL PLAN THRUST BLOCK DETAIL 1 of 2 NOT M srxE Undisturbed Soil --t Bearing Surface (See Table) BENDS 31151156as DEAD ENDS Extend thrust blocks to undisturbed soil. Excavation into trench wall may be necessary. Form vertical surfaces of poured concrete thrust blocks except on bearing surface. Encase all fittings in polyethylene wrap. Do not allow concrete to directly contact pints or fitting bolts. Diameter of Pipe, D P (inches) MINIMUM BEARING Bends 11)4 22ND, 1 45° SURFACE 900 (sf) Tees and Dead Ends 4 1 2 4 6 2 4 8 6 8 4 7 14 10 10 6 11 21 15 12 8 29 21 14 11 21 28 16 R24 1 27 50 36 18 17 34 63 45 20 21 42 78 55 24 31 60 111 78 30 47 92 171 120 36 67 13 44 173 Minimum surface area psi and allowable sail based on water pressure pressure of 1,000 psf. of 150 cam') ag PROJECT NO. 11211M SHEET NO. U.05 F, Engineering Fabric TYPE PC -2 CONCRETE COLLAR CONNECTION PIPE JOINT WRAPPING PIPE TO PIPE CONNECTION CONNECTION TO EXISTING PIPE NOT TO SCALE Overlap fabric 12" at top of pipe. i!�hk iii WARNING PIPE BEDDING DETAIL NUT 10 SME MINIMUM SIDEWALL 2'-0" CLEARANCE TOP OF FINISHED GRADE PROVIDE TOPSOIL OR PAVING AS PER PLANS AND SPECIFICATIONS. ACTUAL TRENCH SIDE SLOPE TO BE DETERMINED BY CONTRACTOR IN ACCORDANCE WITH OSHA STANDARDS BACKFILL SHALL BE IDOT GRADATION 11 CLASS A ROADSTONE UNDER PAVEMENT. ALL OTHER BACKFILL SHALL BE SUITABLE NATIVE MATERIAL. SEE SPECIFICATIONS FOR COMPACTION REQUIREMENTS. TRACER WIRE PIPE BEDDING POLYWRAP RJ DIP III PROJECT NO. 1121150 SHEET NO. U.O% A W I� BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENT COUNTY Project Location Map Not to Scale UA- F-] City of Iowa City, Iowa PROJECT NUMBER CS -TSF -3715(657)--85-52 Irm-2 koHN PROJECT LOCATION LEd bA�J STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) 2015 EDITION PLUS THE APPLICABLE GENERAL SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS SHALL APPLY TO CONSTRUCTION OF ROADWAY ELEMENTS OF THIS PROJECT. IOWA CITY STANDARDS AND SPECIFICATIONS SHALL APPLY TO CONSTRUCTION OF WATER MAIN ON THIS PROJECT. Project Number: 1121150 1:0 TOTAL SHEETS: 93 SHIVE-I-IATrEFY A R C H I T E C T U R E + E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax319.354.6921 I shive-haftery.conn Iowa 1 Illinois I Indiana CITY01Fav-CITYCI ER% 2017 APR 13 PH4:44 3MIIIIHItt(((( Index of Sheets SHEET NO. SHEET TITLE A.00 developed from the information available. This is COVER SHEET A.01 LEGEND A.02 -A.05 EXISTING CONDITIONS, SITE PREP AND DEMO B.01 TYPICAL SECTIONS C.01 -C.14 PROJECT QUANTITIES D.01 -D.04 PAVING PLAN G.01 GEOMETRIC CONTROL H.01 RIGHT-OF-WAY PLAN J.01 -J.08 TRAFFIC CONTROL AND STAGING PLAN J.09 -J.16 DETOUR PLAN L.01 -L.03 PAVING DETAILS M.01 STORM SEWER PLAN MW.00- MW.04 WATER MAIN PLAN AND PROFILE N.01 - N.07 TRAFFIC SIGNAL PLAN N.08 ITS PLAN 0.01 -0.06 SIGNING AND STRIPING PLAN R.01 - R.03 RESTORATION PLAN S.01 -S.17 SIDEWALKDETAILS U.01 - U.07 DETAILS SHIVE-I-IATrEFY A R C H I T E C T U R E + E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax319.354.6921 I shive-haftery.conn Iowa 1 Illinois I Indiana CITY01Fav-CITYCI ER% 2017 APR 13 PH4:44 3MIIIIHItt(((( 1-800-292-8989 A `\`\`�OQQOEESSIONgrO� 3 V : BARRFI7 '. m HUBBARD z - The Utilities as shown on this drawing were N., Barrett Hubbard developed from the information available. This is L not implied nor intended to be the complete inventory of utilities in this area. It is the clients/contractors responsibility to verify the location of all utilities (whether shown or not) and protect said utilities from any damage. SHIVE-I-IATrEFY A R C H I T E C T U R E + E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax319.354.6921 I shive-haftery.conn Iowa 1 Illinois I Indiana CITY01Fav-CITYCI ER% 2017 APR 13 PH4:44 3MIIIIHItt(((( I HEREBY CEA`B Y THAT THIS ENQNEERING DOCUMENT DESLNIBED EELOW WAS PREPARED BY WE OR UNDER A `\`\`�OQQOEESSIONgrO� 3 V : BARRFI7 '. m HUBBARD z - nAn RE IRrofFSBONu AND THAT UNDER N., Barrett Hubbard DAM' 4-13-9017 "CENSE 23274 - 23274 MY UCENSE RENEWAL DAIS IS DECEMMBEA 31. MI) ALL SHEETS col2Rm BY MS sEu: CONSTRUCTION DOCUMENTS - APRIL 13, 2017 x A.00 F X I v EXISTING CONTRACTOR IS REQUIRED TO NOTIFY UI ITS MID -AMERICAN ENERGY (JASON WARREN: HANDHOLE 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. PROTECT JOHNSON EXISTING COUNTY GPS RIGHT-OF-WAY (TYP) MONUMENT� IPCC REMOVE BLF OF RCP O12"REMOVESTORM_ REMOVE 8LF OF INTAKE (A4) 12° RCP ACC SAWCUT SAWCUT FULL DEPTH AND REMOVE \ HMA PAVING SALVAGE BRICK PAVERS AND STO A \ RETURN TO CITY RIMS 684.23 IE 1 685.23 IE 9 REMOVE PORTION OF REMOVE STORM EXISTING WATER MAIN FOR INTAKE (Al) 1 NEW TIE-IN MW -01 14+00 1 - — - + SAWCUT FULL DEPTH AND REMOVE HMA PAVING SALVAGE BRICK PAVERS AND RETURN TO CITY CONTRACTOR IS REQUIRED TO LOCATE GAS I MAIN IN THIS AREA AND COORDINATE WITH - MID -AMERICAN TO CONFIRM THIS IS AN ABANDONED GAS MAIN. NOTE: • REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -0+68.00 AND 56+18.00 THAT CONFLICTS WITH PROPOSED STRIPING SHOWN ON 0.01 THROUGH 0.06 • PROTECT EXISTING PIPES AND STRUCTURES. REMOVE PIPE TO NEAREST JOINT. ■� �9 11 IPCCI\� REMOVE 14LF OF _ 12" RCP 1 115+00 i REMOVE 41-F OF 12" RCP \ `.I I I I SAWCUTFULL-DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE I I REMOVE STORM INTAKE (TOP ONLY); M.01 (A2) iI REMOVE STORM INTAKE (TOP - ONLY); M.01 (A3) O s STORM MH I RIM=689.45 �! 683.54 IE 18- RCP (W) 683.63 IE 15• RCP (NE) i 683.57 IE 12" RCP (S) EXISTING ° '® STORM MH RIGHT-OF-WAY (TYP) a �* RIM=689.51 FANCHOR/ 684.46 IE 12" RCP (N)BURIED i STEAM 684.14684.14 1 (SW) y (°. rn PROTECT EXISTING VALVE; ADJUST TO FINISHED GRADE/eCAS IC, rmq -• 4"CoNU • ------ - -._(- REMOVE EXISTING VALVES, SERVICE // HO CONNECTIONS AND PORTION OF - - TO W - EXISTING WATER MAIN FOR NEW K. _ / C SC (MW.Ot) m'io h _ �u N o I 113!1 v REMOVE HYDRANT ASSEMBLY, DELIVER TO CITY. m REMOVE EXISTING PIPING AND VALVES OF CROSS I I I CONNECTION. REMOVE TREES (TYP) LEGEND V-4UET - - - DSIDEWALK REMOVE STORM INTAKE (A5) - STORM INTAKE STORM STORM MANHOLE RIM=682.89 685.54 IE 12° RCP (W) RIM 686.001E 12" RCP (tNW) 12° RCP (E) 686.051E 12" RCP (SE) REMOVE STORM MH STORMINTAKE i 689.70 RIM RIM=689.93 685,95 IE 12- RCP (NW) 685.83 IE 12- RCP (W) 686.00 IE 12" RCP (S) 686.38 IE 12" RCP (N) 686.40 IE 8° PVC (NE) 685.88 IE 12" RCP (S) 687.00 IE 8° VCP (E) CLINTON POST APARTMENTS PROTECT EXISTING LIGHT POLE. ! +' 1 ! ' SAWCUT FULL -DEPTH I AND REMOVE PCC k PAVEMENT TO NEAREST T1 � m JOINT LINE ■� �9 11 IPCCI\� REMOVE 14LF OF _ 12" RCP 1 115+00 i REMOVE 41-F OF 12" RCP \ `.I I I I SAWCUTFULL-DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE I I REMOVE STORM INTAKE (TOP ONLY); M.01 (A2) iI REMOVE STORM INTAKE (TOP - ONLY); M.01 (A3) O s STORM MH I RIM=689.45 �! 683.54 IE 18- RCP (W) 683.63 IE 15• RCP (NE) i 683.57 IE 12" RCP (S) EXISTING ° '® STORM MH RIGHT-OF-WAY (TYP) a �* RIM=689.51 FANCHOR/ 684.46 IE 12" RCP (N)BURIED i STEAM 684.14684.14 1 (SW) y (°. rn PROTECT EXISTING VALVE; ADJUST TO FINISHED GRADE/eCAS IC, rmq -• 4"CoNU • ------ - -._(- REMOVE EXISTING VALVES, SERVICE // HO CONNECTIONS AND PORTION OF - - TO W - EXISTING WATER MAIN FOR NEW K. _ / C SC (MW.Ot) m'io h _ �u N o I 113!1 v REMOVE HYDRANT ASSEMBLY, DELIVER TO CITY. m REMOVE EXISTING PIPING AND VALVES OF CROSS I I I CONNECTION. REMOVE TREES (TYP) PAVING LIMITS FOR HILTON .CONSTRUCTION. CONTRACT ORCONSTRUCTION LE WITH MCCOMAS-LACI (GC) REMOVE BENMA, BRICK PAVERS, AND C WALL. RETURN BRICK PAVERS TO CITY Ir—n ALL ELSE LEGEND V-4UET - - - DSIDEWALK REMOVE STORM INTAKE (A5) - STORM INTAKE STORM STORM MANHOLE RIM=682.89 685.54 IE 12° RCP (W) RIM 686.001E 12" RCP (tNW) 12° RCP (E) 686.051E 12" RCP (SE) REMOVE STORM MH STORMINTAKE STORM MH 689.70 RIM RIM=689.93 685,95 IE 12- RCP (NW) 685.83 IE 12- RCP (W) 686.00 IE 12" RCP (S) 686.38 IE 12" RCP (N) 686.40 IE 8° PVC (NE) 685.88 IE 12" RCP (S) 687.00 IE 8° VCP (E) CLINTON POST APARTMENTS PAVING LIMITS FOR HILTON .CONSTRUCTION. CONTRACT ORCONSTRUCTION LE WITH MCCOMAS-LACI (GC) REMOVE BENMA, BRICK PAVERS, AND C WALL. RETURN BRICK PAVERS TO CITY Ir—n ALL ELSE PROJECT NO 1121150 SHEET NO. A.02 LEGEND PCC PAVEMENT REMOVAL DSIDEWALK REMOVAL HMA REMOVAL ® STORM SEWER REMOVAL PROJECT NO 1121150 SHEET NO. A.02 1 n' CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. n f TA I Cf FINAL PAVING LIMITS FOR HILTON HOTEL CONSTRUCTION. CONTRACTOR TO COORDINATE CONSTRUCTION _ SCHEDULE WITH MCCOMAS-LACINA (GC) --- IPCC I Q ,IV r W ViAWfW= 6AMME b LEGEND OPCC PAVEMENT REMOVAL U SIDEWALK REMOVAL HMA REMOVAL ti SCHOOL OF MUSIC BUILDING EXISTING RIGHT-OF-WAY (TYP) CLINTON STREET REMOVE DECORATIVE PAVERS REMOVE AND SALVAGE PAVERS AROUND HANDHOLE. o s® REINSTALL WITH NEW HANDHOLE scut w fir CAUTIONII SIDEWALK WITH SNOW MELT SYSTEM. PROTECT AT ALL TIMES PROTECT DECORATIVE PAVERS TRAFFIC CONTROLLER SEE qOTE ON A.01 SAWCUT FULL -DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE (TYP) GRASS 1 ♦ ♦ \ ♦ \ ♦ w \ / �♦ \ REMOVE EXISTING PCC SIDEWALK AND DRIVE APRON. EXISTING RIGHT-OF-WAY (TYP) PROTECT EXISTING MONITORING WELL - ADJUST TO NEW FINISHED GRADE SAWCUT FULL DEPTH AND REMOVE HMA NOTE • REMOVE ALL STRIPING ON CLINTON STREET BETWEEN STATION -4+68.00 AND 56+18.00 THAT CONFLICTS WITH PROPOSED STRIPING SHOWN ON 0.01 THROUGH 0.06 • ANY POTHOLING FOR UTILITY LOCATES ON BURLINGTON WILL REQUIRE FULL PANEL REPLACEMENT. • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED. REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND SIGNAGE - RETURN TO CITY REMOVE FOUNDATION 36° MINIMUM BELOW PROPOSED GRADE SALVAGE PIERS FOR NEW SIUjJAL BASE. TER INSTAL TION OF NEW SIG L BASE CONTRACTOR IS REQUIRED TO LOCATE GAS MAIRN THIS AREA AND COORDINATE WITH MID -AMERICAN TO Cb�W THIS IS AN ABANDONED GAS MAIN. \ PCG l 11 I I I I \1 I I I I I 1 IB OVE HYDRANT ASSEMBLY RETURN TO CITY I IIN,T I _ 1 REMOVE EXISTING TRAFFIC SIGNAL POLE, MASTARM, SIGNAL HEADS AND SIGNAGE- RETURN TO OWNER. SALVAGE INSPIRATION AVE SIGN FOR REINSTALLATION REMOVE FOUNDATION 36° MINIMUM BELOW PROPOSED GRADE (, ACC �r PROTECT EXISTING LIGHT POLE PC \ v - PCC 1 a- 1 r �i IL i PROJEOT NO 1121150 SHEET NO. A.03 IB OVE HYDRANT ASSEMBLY RETURN TO CITY I IIN,T I _ 1 REMOVE EXISTING TRAFFIC SIGNAL POLE, MASTARM, SIGNAL HEADS AND SIGNAGE- RETURN TO OWNER. SALVAGE INSPIRATION AVE SIGN FOR REINSTALLATION REMOVE FOUNDATION 36° MINIMUM BELOW PROPOSED GRADE (, ACC �r PROTECT EXISTING LIGHT POLE PC \ v - PCC 1 a- 1 r �i IL i PROJEOT NO 1121150 SHEET NO. A.03 k REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND SIGNAGE -RETURN TO CITY. SALVAGE INSPIRATION AVE SIGN FOR REINSTALLATION. REMOVE FOUNDATION 36" MINIMUM BELOW s RIGHT-OF-WAY(TYP) � I � t L I 1 POLEAND RETURN TO CITY; 11! REMOVE REMOVE HYDRANT MINIMUM BELOW _ - PROPOSED ASSEMBLY AND RETURN TO CITY ELECTRIC DEMO -REMOVE WIRING, ABANDON CONDUIT IN PLACE HOLE' r SAWCUT FULL -DEPTH - AND REMOVE PCC PAVEMENTTO - NEAREST JOINT LINE .vrtE - HOLE 1 H- W W D' F U1 .i 6 u u I a- ` EXISTING RIGHT-OF-WAY(TYP) REMOVE LIGHT I �— PROTECT EXISTING LIGHT POLEAND RETURN TO CITY; REMOVE FOUNDATION 36" MINIMUM BELOW \. PROPOSED L REMOVE YAR HYDRANT POLE GRADE REMOVE PCC LANDSCAPING CURB — PROTECT EXISTING LIGHT POLE REMOVE TREE REMOVE PARKING METERS AND SIGNS AND RETURN TO OWNER (TYP) REMOVE AND STORE LIGHT POLE FOR REINSTALLATION ON NEW FOUNDATION. COMPLETELY REMOVE EXISTING FOUNDATION, PROVIDE TEMPORARY SPLICE TO MAINTAIN POWER TO REMAINING LIGHTS. SEE D SHEETS FOR NEW LAYOUT. PROTECT EXISTING VALVE ADJUST TO FINISHED GRADE CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. l - SAWCUT FULL DEPTH ALONG EXISTING JOINTS AND REMOVE SIDEWALK. - SAWCUT FULL -DEPTH AND REMOVE PCC PAVEMENT TO NEAREST JOINT LINE o s m m OL® CAPITOL PROTECT LIGHT POLE. REMOVE EXISTING SIGN ASSEMBLY AND RETURN TO CITY. REMOVE \. ------- TREE I �— PROTECT EXISTING LIGHT 11 L REMOVE YAR HYDRANT POLE ELECTRIC DEMO -REMOVE WIRING, ABANDON CONDUIT IN PLACE CLINTC N STREETX o X \s PCC REMOVE EXISTING VALVE OF CROSS CONNECTION. REMOVE PORTION x 1 OF EXISTING WATER MAIN FOR NEW CROSS CONNECTION. (MW.03) Oy os ISTING TREE o W YY ZR .. p.. }u dz r c_{ O --_--_--- "--------- O 6 w ' CE __ _:`'- ---- --- NOTE: rFz`, C • REMOVE ALL STRIPINNCLINT STREETS EEN STATION -4+68.00 Zo m m CC AND 56+18.00 THAT CONFLICTS TH PROPOSE STRIPING SHOWN ON 0.01 Om $ THROUGH 0.061i o ❑ ., ��. �� REMOVE TRAFFIC SIGN ` 0o ��.��� ACG I � F- w REMOVE PORTION OF EXISTING WATER MAIN FOR NEW TIE-IN w m (MW.03) LEGEND SAWCUT FULL -DEPTH ACROSS DRIVEWAY APRON PROTECT ELECTRIC VAULT CINDFIC- ITYCL Rk\ C EXISTING REMOVE EXISTING TRAFFIC SIGNAL POLE, MAST ARM, SIGNAL HEADS AND RIGHT-OF-WAY (TYP) PCC PAVEMENT REMOVAL 2017 APR 13 FHA 4 9 SIGNAGE - RETURN TO CITY. REMOVE FOUNDATION 36" MINIMUM BELOW PROPOSED GRADE I ❑ 1\. SIDEWALK REMOVAL REMOVE EXISTING SIGN FOUNDATION TO 18 -INCHES NOTE • ANY POTHOLING FOR UTILITY LOCATES ON BURLINGTON WILL REQUI E 0. BELOW SIDEWALK GRADE o °6¢ FULL PANEL REPLACEMENT. HMA REMOVAL SAWCUT FULL -DEPTH AND • EXISTING TRAFFIC SIGNAL AND FIBER CONDUIT IS SHALLOW AND MAY BE REMOVE HMA DAMAGED BY CONCRETE SAWING. CONTRACTOR SHALL USE CAUTION AS PROJECT NO. EXISTING TRAFFIC SIGNAL MUST REMAIN IN OPERATION DURING LANDSCAPE AREA REMOVALS 112t15o REMOVE EXISTING TRAFFIC HAND HOLE CONSTRUCTION UNTIL NEW SIGNALS ARE CONSTRUCTED.. (COORDINATE WITH OWNER- CITY STAFF MAY W T TO • YARD HYDRANT SHALL BE REMOVED AND LINE ABANDONED PER WATER SALVAGE CERTAIN PLANTS AND SHRUBS BEFORE DIVISION STANDARDS. PAVEMENT REMOVED TO ABANDON LINE SHALL BE REMOVALS) SHEETNO. REPLACED AT CONTRACTORS EXPENSE. A-04 1 E a Q a e a ri v PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01 0 E "NPY4-For estimatingZ purposes only. No Passing Zone Lines will be located in the field. Z. NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 DLW6: toiled Line (White) @ 0.50 SLW4: Solid Lane Line (While) Q 1.00 w DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (While) @ 6.00 u w CBW6: Crosswalk Bar (While) @ 15.00 ELW6: Edge Line Right (While) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 Z N m Location Length by Line Type (Unfactored) Remarks Road ID Station to Station Length (STA) Dir. Side Travelel • Z o CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 Q+oto w 00 w 1 30 L C R STA STA STA STA STA STA STA STA EACH EACH CH EACH ne Clinton St -4+68.00 4+68.00 0.16 S X 0.16 uc 1- mem 4+68.00 4+43.00 0.25 S X 025 \ > Uc me 4+68.00 -0+68.00 - 0.00 N X 1.0 / w ` - m 4+68.00 -1+84.00 2.84 N 2.84 ~ m m T -Ma0 3.09 B X _ f M 4+68.00 -1+59.00 3.09 = V - 4+43.00 -1+64.00 2.79 S X 2.79 m -2+91.00 -2+91.00 0.00 N X 1.00 Q Cl) m 3p -2+32.00 -2+32.00 0.00 N X 1.00 -1+84.00 -1+59.00 0.25 N X i I I -1+64.00 -1+64.00 0.00 S X 1.00 -1+59.00 -1+59.00 0.16 N X 0.16 -0+73.00 2+79.00 3.5 .:.. N X - --t -0+62.00 -0+62.00 0.2fR S X 0.23 -0+62.00 -0+37.00 0.25 S X 0.25 -4 n -0+62.00 -0+62.00 0.00 N X 1.00 -0+62.00 2+79.00 3.41 B X -0+37.00 2+79.00 3.16 S X 3.16 0+26.00 0+26.00 0.00 S X 1,00 Fo g i 0+63.00 0+63.00 0.00 S X 1,00 ¢ o g w 1+31.00 1+31.00 0.00 N X 1.00 o,l� 1+42.00 1+42.00 0.00 N x 1.00 Uw 3 2+79.00 2+79.00 0.00 S X 1.00 w i o - m m 2+79,00 2+79.00 0.16 N X 016 ar $ U 3+32.00 3+32.00 0.34 S X 0.34 0 3+32.00 6+58.00 3.26 S X 3.26 ? 3+32.00 6+58.00 3.26 S X 3.26 m 3+32.00 3+70.00 0.38 B X 0.38 3+36.00 3+36.00 0.00 N X 1.00 3+36.00 3+70.00 0.34 N X 0.34 3+36.00 3+70.00 0.34 N X 0.34 c 3+78.00 3+78,00 - 0.00 S X 1.00 4+10.00 6+33.00 2.23 N X 2.23 0 0 4+10.00 6+58.00 2.48 N X 2.48 4+26.00 6+58.00 2.32 B x 2,32 PRaEcr No. 1121150 4+36.00 4+36.00 0.00 S X 1.00 6+33.00 6+58.00 0.25 N X 0.25 SHEET NO. 6+58.00 6+58.00 0.00 S X 1.00 Ci.09 1. E PROJECT NO. 1121150 SHEET NO. U.09 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01 "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 BLW4: Broken Lane Line (White) @ 0.25 SLW4: Solid Lane Line (White) @ 1.00 DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 STYE: Standard Curb 6" (Yellow) @ 3.00 Location Length by Line Type (Unfactored) Remarks Road ID Station to Station Length (STA) Dir. of Side Travel L R CHYB DCY4 ELW4 DLW4 CBW6 SLW2 100 XU STA STA STA STA STA STA EACH EACH EACH EACH Clinton St -4+68.00 4+68.00 0.16 S X 0.16 -4+68.00 -4+43.00 025 S X 0.25 -4+68.00 -0+68.00 0.00 N X 1.00 -4+68.00 -1+84.00 2.84 N X 2.84 4+68.00 -1+59.00 3.09 - B X 3.0 .4+43.00 -1+64.00 2.79 S X 2.79 -2+91.00 -2+91,00 0.00 N X 1.00 -2+32.00 -2+32.00 490 N X 1.00 -1+84.00 -1+59.00 0.25 N X 5 -1+64.00 -1+64.00 0.00 S X 1.00 -1+59.00 -1+59.00 0.16 -. N X 0.16 -0+62.00 -0+62.00 0.23 S X 0.23 -0+62.00 -0+37.00 0.25 S X 0.25 -0+62.00 -0+62.00 0.00 N X 1.00 -0+62.00 2+79,00 3.41 N X 3.41 -0+62.00 2+79.00 3.41 B X 1 -0+37.00 2+79.00 : 3.16 -. S X 3.16 0+26.00 0+26.00 -:0.00.'+' S X 1.00 0+63.00 0+63.000:001.[ S X 1.00 1+31.00 1+31.00 0.00 N X 1.00 1+42.00 1+42.00 0.00 N 1.00 2+79.00 2+79.00 0.00 S X 1.00 2+79.00 2+79.00 0,16 ::: N X 0.16 3+32.00 3+32.00 0,34 S X 0.34 1 3+32.00 6+58.00 '..:--3.26--+ S X 6.52 TWO LINES 3+32.00 3+70.00 0.38 X 0.38 3+36.00 3+36.00 0.00 " - N X 1.00 3+36.00 3+70.00 0. N X 0.68 TWO ES 3+78.00 3+78.00 0.00 ,"- S X 1.00 4+26.00 6+33.00 ' 2.07 N X 4.14 TWO LINES 4+26.00 6+58.00 - 2.32 B X 2.32 4+36.00 4+36.00 0.00 S X 1.00 6+33.00 6+58.00 0.25 N X 0.25 6+33.00 6+58.00 ' . 0.25 N X 0.25 6+58.00 6+58.00 : ;`. 000 '�!,: S X 1.00 7+30.00 7+55.00 �;u. 0 25 a S X 0.25 E PROJECT NO. 1121150 SHEET NO. U.09 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01}/ Z E "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. 1 r - Z m NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 I.i DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 u w dr LO CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 21 L Z N Location Length by Line Type (Unfactored) Remarks F Road ID Station to Station Length (STA) Dir. of SideZ Travel m o CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 W r N 0A0X _+�� 1 w m LC STA STA STA STA STA STA STA STA EACH EACH EACH oz o c!' 7+30.00 7+55.00 0.25 S X 0.25 "' - O1 m W y H m 'v 7+30.00 10+66.00 3.36 S X 3.36 >_ ii U 'cmc 7+30.00 7+30.00 0.00 N X 1.00 w p m_- ~ 7+30.00 10+41.00 3.11 N X 11 ag 0 7+30.00 10+41.00 3.11 N X 3.11 =_� M c Z U - 7+30.00 10+66.00 3.36 B X 3.36 M m 7+55.00 10+66.00 3.11 S X 3.11 Q N- a 10+41.00 10+66.00 0.25 N X 0.2 10+66.00 10+66.00 0.00 S X 1.00 1 1 1 11+29.00 11+56.00 0.27 S X 0.27 11+29.00 11+29.00 0.00 N X00' 1.00 - 11+29.00 14+32.00 3.03 N X . 3 1 11+29.00 14+57.00 3.28 N X TWO LINES INCLUDING CROSS HATCHING el- 11+29.DO 14+57.00 3.28 B X 3. 11+56.00 14+35.00 2.79 S X 2.79 11+56.00 14+63.00 3.07 S X 3.07 14+32.00 14+57.00 0.25 N X 0.25 WO x 14+35.00 14+35.00 0.00 S X 1.00 F-Pz P: N g N 3 J 14+57.50 14+58.00 0.01 N X 0.24 jk' gcyz w LL 14+67.00 14+67.00 0.00 B X 0.40 F -Z 14+76.00 14+94.00 0.18 X 0.18 ON COURT WEST OF CLINTON 0z m m 14+76.00 15+16.00 0.40 X 0.40 ON COURT WEST OF CLINTON a 14+76.40 15+16.00 0.40 X 0.39 ON COURT EAST OF CLINTON �' 0 14+94.00 14+94.00 0.00 X 0.50 ON COURT FAST OF CLINTON i 14+94.00 14+94.00 0.00 X 0.50 ON COURT WEST OF CLINTON m 14+94.00 15+17.00 0.23 X 0.23 ON COURT FAST OF CLINTON 15+31.00 15+31.00 0.00 B X 0.39 15+34.00 16+27.00 0.93 N X 0.93 15+37.00 15+37.00 0.00 S X 0.24 15+37.00 16+34.00 0.97 S X 0.97 0 0 15+37.00 17+38.00 2.01 S X 2.01 a 15+37.00 19+01.00 3.64 B X 3.64 0 0 15+44.00 15+44.00 0.00 N X 1.00 PROJECT NO. 15+63.00 15+63.00 0.00 S X 1.00 1121150 15+86.00 15+86.00 0.00 S X 1.00 INCLUDES SHARROWS SHEETNO. 16+27.00 17+03.00 0.76 N X 1.52 TWO LINES C..10 x EXISTING CLINTON STREET PAVEMENT WIDENING WIDTH VARIES EXISTING 9' PCC PAVEMENT. LREMUVAL ES REPLACE PANELS AS SHOWN ENT IN THE PLANS. INSTALL NEW T rl CLINTON STREET - TYPICAL PAVEMENT WIDENING (EAST SIDE) U NOT TO SCALE i .99; 9" PCC PAVEMENT WITH covolrvTs CLINTON STREET rl CLINTON STREET - TYPICAL PAVEMENT WIDENING (WEST SIDE) NOT TO SCALE EXISTING ACC OVER BRICK PAVERS r1 CLINTON STREET- TYPICAL 3" HMA OVER 8" PCC (EAST SIDE) Nar ro scA�E CLINTON REPLACE PAVEMENT IIDTH VARIES SEE PLAN 8" PCC PAVEMENT WITH 'CD'JOINTS 3" HOT MIX ASPHALT STATION IW 15.34.82 I U JVJ3.25 VARIES 8.10' TO Bb0' 17r49.22 TO 18M1591 VARIESI.0'T08.63' 18 06.91 TO 1899.21 VARIES 8.63IU T.66 WIDTH VARIES O BT -3 JOINT SEE PLAN 6" PCC SIOEWAL 6" MODIFIED SUBBASE Q7 BT -3 JOINT ...,.,. ...,TED SUBGRADE NOTES: 1. SPACE V EXPANSION JOINTS AT 150' INTERVALS TYPICAL 6" PCC SIDEWALK NOT TO SCALE TYPICAL BRICK NOT TO SCALE 3" HOT MIX ASPHALT ST WIDTH VARIES SEE PLAN EXPAN ONJOINTAND CAUL NG r3"BRICK PAVERS C BANDGUTTER add yl " AND BEDDING 6"CON ETE BASE /FF74 _ T 90+9!1 (1N _ 10+RQ rn 8" PCC PAVEMENT WITH 'CD' JOINTS 9" PCC CD' JO M 12" COMPACTED SUBGRADE JOINT BETWEEN PPC AND HMA SECTION 6 NOT TO SCALE 7 RPE 13 PH4 PAVEMENI WIDENING WIDTH VARIES ❑ VARIES PAVEMEO 6" INTEGRAL CURB RE dOVA ►—: VARIES n -0.81 % o ❑ a .,• To+6.18% 1121150 SHEET NO. B.01 x 12" COMPACTED SUBGRADE 6" MODIFIED SUBBASE 9" PCC PAVEMENT WITH 'CD* JOIMS i .99; 9" PCC PAVEMENT WITH covolrvTs CLINTON STREET rl CLINTON STREET - TYPICAL PAVEMENT WIDENING (WEST SIDE) NOT TO SCALE EXISTING ACC OVER BRICK PAVERS r1 CLINTON STREET- TYPICAL 3" HMA OVER 8" PCC (EAST SIDE) Nar ro scA�E CLINTON REPLACE PAVEMENT IIDTH VARIES SEE PLAN 8" PCC PAVEMENT WITH 'CD'JOINTS 3" HOT MIX ASPHALT STATION IW 15.34.82 I U JVJ3.25 VARIES 8.10' TO Bb0' 17r49.22 TO 18M1591 VARIESI.0'T08.63' 18 06.91 TO 1899.21 VARIES 8.63IU T.66 WIDTH VARIES O BT -3 JOINT SEE PLAN 6" PCC SIOEWAL 6" MODIFIED SUBBASE Q7 BT -3 JOINT ...,.,. ...,TED SUBGRADE NOTES: 1. SPACE V EXPANSION JOINTS AT 150' INTERVALS TYPICAL 6" PCC SIDEWALK NOT TO SCALE TYPICAL BRICK NOT TO SCALE 3" HOT MIX ASPHALT ST WIDTH VARIES SEE PLAN EXPAN ONJOINTAND CAUL NG r3"BRICK PAVERS C BANDGUTTER add yl " AND BEDDING 6"CON ETE BASE /FF74 _ T 90+9!1 (1N _ 10+RQ rn 8" PCC PAVEMENT WITH 'CD' JOINTS 9" PCC CD' JO M 12" COMPACTED SUBGRADE JOINT BETWEEN PPC AND HMA SECTION 6 NOT TO SCALE 7 RPE 13 PH4 5111 ❑ 0 w r n o ❑ a PROJECT NO. 1121150 SHEET NO. B.01 0 > m PROJECT NO. 1121150 SHEET NO. C.10 � o PAVEMENT MARKING LINE TYPES & SYMBOLS z See Detail on Sheet U.01 w m L W > N > z N N _ N "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. Z o - w N NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 BLW4: Broken Lane Line (White) @ 0.25 0 SLW4: Solid Lane Line (White) @ 1.00 M DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 c \ CHW8: Channeliizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 / CBW6: Crosswalk Bar (White) @ 15.00 STY6: Standard Curb 6" (Yellow) @ 3.00 =3: Location w Ln Length by Line Type (Unfactored) N M O Remarks Road ID Station to Station Length (STA) Dir. of Side el L R CHY8 DCY4 ELW4 DLW4 CBW6 SLW20� iiaia Jt]j]0� STA STA STA STA STA STA EACH EACH EACH EACH 7+30.00 7+55.00 0.25 S X 0.25 7+30.00 7+30.00 0.00 N X 1.00 7+30.00 10+41.00 3.11 N X 6.22 TWO LINES 7+30.00 10+66.00 3.36 B X 3.3 7+55.00 10+66.00 3.11 S X 6.22 TWO LINES 10+41.00 10+66.00 0.25 N X 10+41.00 10+66.00 0.25 N X 0.25 10+66.00 10+66.00 0.00 S x 1.00 11+29.00 11+54.00 0.25 S X 0.25 11+29.00 11+54.00 0.25 S X 0.25 11+29.00 11+29.00 0.00 N X 1.00 11+29.00 14+32.00 3.03 N X 10.11 THREE LINES INCLUDING CROSS HATCHING 11+29.00 14+57.00 3.28 B X 3.28 11+54.00 14+35.00 2.81 S X 5.62 TWO LINES 14+32.00 14+57.00 0.25 N X . 0 TWO LINES 14+32.00 14+57.00 0.25 N X 0.25 14+35.00 14+35.00 0.00 S X 1. 14+57.50 14+58.00 0.01 N X 0.24 14+67.00 14+67.00 0.00 B X 0.40 14+76.00 14+94.00 0.18 X 0.18 ON COURT WEST OF CLINTON 14+76.00 15+16.00 0.40 X 0.40 ON COURT WEST OF CLINTON 14+76.40 15+16.00 0.40 X 0.39 ON COURT EAST OF CLINTON 14+94.00 14+94.00 0.00 X 0.50 ON COURT EAST OF CLINTON 14+94.00 14+94.00 0.00 X 0.50 ON COURT WEST OF CLINTON CITYOFIC- 14+94.00 15+17.00 0.23 X 0.23 ON COURT EAST OF CLINTON 2017 APP 15+31.00 15+31.00 0.00 X 0.39 15+37.00 15+37.00 0.00 5 X 0.24 15+37.00 16+34.00 0 S X 0.97 15+37.00 17+38.00 2.01 S X 2.01 15+37.00 16+27.00 0.90 N X 0.90 15+37.00 19+01.00 3.64 B X 3.64 15+44.00 15+44.00 0.00 N X 1.00 15+63.00 15+63.00 0.00 S X 1.00 15+86.00 15+86.00 0.00 S X 1.00 INCLUDES SHARROWS 16+27.00 17+03.00 0.76 N X 11.52 TWO LINES 16+34.00 16+34.00 0.00 S X 1 1 1 1.00 0 > m PROJECT NO. 1121150 SHEET NO. C.10 � o z a w m L W > N > z N N _ N Z o - w N 0 M c \ V XM c 0 / w y - � =3: UZ w Ln Q N M O 0 > m PROJECT NO. 1121150 SHEET NO. C.10 PAVEMENT MARKING LINE TYPES & SYMBOLS 011 0 See Detail on Sheet U.01 0 Z "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 ' w t DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (While) @ 6.00 w m CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 Z N N Location Length by Line Type (Unfactored) Remarks 0 1° Road ID Station to Station Length Dir. of Side * Z p - (STA) Travel CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 ;OO' + U w � L C R STA STA STA STA STA STA STA STA EACH EACH EACH EACH p - r! 16+34.00 16+34,00 0,00 S X 1.00 u - c m 16+34.00 17+38.00 1.04 S X 1.04'1000\ d V o c 16+81.00 16+81.00 0.00 S X 1.00 INCLUDES SHARROWS / w -- ~ N O N 17+03.00 17+16.00 0.13 N X 0.-0000 o c = = 0 17+16.00 18+07.00 0.91 N X 0.91 - V 17+38.50 18+19.00 0.81 S X 0.81 Z - N o 17+38.50 19+05.00 1.67 S X M 17+49.00 19+01.00 1.52 N X 1.52 18+07.00 18+07.00 0.00 N X 1.00 1.00 18+07.00 19+01.00 0.94 N X 0.94 TWO LINES - 18+19.00 18+19.00 0.00 N X 1.00 INCLUDES SHARROWS C7^"� 18+77.00 18+77.00 0.00 N X 1.00 1.00 m 18+99,00 18+99.00 0.00 S X 1.00 _ 19+01.00 19+01.00 0.00 N X 0.36 1 19+09.00 19+09.00 0.00 B X0.52 19+25.00 19+84.00 0.59 B X 0.59 ON BURLINGTON EAST OF CLINTON rc 19+27.00 19+89,00 0.62 B X 0. ON BURLINGTON WEST OF CLINTON `f NZ Y 19+27.00 19+61.00 0.34 X 0.34 ON BURLINGTON WEST OF CLINTON rF z y 19+50.00 19+85.00 0.35 X 0.35 ON BURLINGTON EAST OF CLINTON Q w o J w 20+00.00 20+00.00 0.00 B X 0.55 <Z C!� I LL 20+03.00 23+13.00 3,10 N X 3.10 w o 20+10.00 20+10.00 0.00 S X 0.36 Oo m m 20+10.00 21+41.00 1.31 S X 2.62 TWO LINES a° z $ 20+10.00 21+82.00 1.72 S X 1.72 i 20+10.00 21+41.00 1.31 B X 1.31 � 20+15.00 20+15.00 0.00 N X 1.00 'm 20+33.00 20+33.00 0.00 S X 1.00 1.00 21+07.00 21+07.00 0.00 S X 1.00 INCLUDES SHARROWS 21+41.00 21+41.00 0.00 S X 1.00 1.00 21+41.00 21+82.00 0.41 S X 0.41 21+41.00 22+00,00 0.59 S X 0.59 ° a INCLUDES TWO LINES AND DIAGIONAL o a g 21+41.00 23+13.00 4.72 B X 4.72 STRIPING 21+82.00 23+13.00 1.31 S X 1.31 PROJECT NO. 21+98.00 21+98.00 0.00 N X 1.00 11211 22+13.00 22+73.00 0.60 N I I X 0.60 SHEET NO. 22+43.00 23+08.00 0.65 5 I X 1 0.65 C.11 T PROJECT NO. 1121150 SHEET NO. C.11 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01 "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 BLW4: Broken Lane Line (White) @ 0.25 SLW4: Solid Lane Line (White) @ 1.00 DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 STY6: Standard Curb 6° (Yellow) @ 3.00 Location Length by Line Type (Unfactored) Remarks Road ID Station to Station Length (STA) Dir. of Travel Side CHY8 DCY4 ELW4 DLW4 CBW6 SLW2 f g4) F O�� f+ L C R STA STA STA STA STA STA EACH EACH EACH EACH 16+34.00 17+38.00 1.04 S X 1.04 16+81.00 16+81.00 0.00 S X 1.00 INCLUDES SHARROWS 17+03.00 17+16.00 0.13 N 0.13 17+16.00 18+07.00 0.91 N X 0.91 17+38.50 19+01.00 1.63 S X 3.25 TWO LINES 17+49.00 19+01.00 1.52 N X 1.52 P1.00 18+07.00 18+07.00 0.00 N X 1.00 1.00 18+07.00 19+01.00 0.94 N X 0.94 TWO LINES 18+19.00 18+19.00 0.00 N X 18+77.00 18+77.00 0.00 N X 1.00 1.00 18+99.00 18+99.00 0.00 S X 1.00 19+01.00 19+01.00 0.00 N X 0.36 19+09.00 19+09.00 0.00 B X 0.52 19+25.00 19+84.00 0.59 B X 0.59 ON BURLINGTON EAST OF CLINTON 19+27.00 19+89.00 0.62 B X 0.62 ON BURLINGTON WEST OF CLINTON 19+27.00 19+61.00 0.34 X 0.34 ON BURLINGTON WEST OF CLINTON 19+50.00 19+85.00 0.35 X 0.35 ON BURLINGTON EAST OF CLINTON 20+00.00 20+00.00 0.00 B X 0.55 20+10.00 20+07.00 -0.03 S X 0.36 20+10.00 21+41.00 1.31 S X 2.62 TWO LINES 20+10.00 21+82.00 1.72 S X 1.72 20+10.00 23+13.00 3.03 N X 3.03 20+10.00 21+41.00 1.31 B X 1.31 _ a 20+15.00 20+15.00 0.00 N X 1.00 20+33.00 20+33.00 0.00 X 1.00 1.00 21+41.00 21+41.00 0.00 S X 1.00 1.00 21+41.00 21+82.00 0 S X 0.41 21+41.00 22+00.00X 0.59 S X 0.59 21+41.00 23+13.6 4.72 B X 4.72 INCLUDES TWO LI AND DIAGIONAL STRIPING 21+56.00 21+56.00 0.00 S X 1.00 INCLUDES SHARROWS 21+82.00 23+13.00 1.31 S X 1.31 21+98.00 21+98.00 0.00 N X 1.00 22+13.00 22+73.00 0.60 N X 0.60 22+43.00 23+08.00 0.65 S X 0.65 23+13.00 23+13.00 0.00 S X 1.00 23+13.00 23+13.00 0.00 N X 0.16 PROJECT NO. 1121150 SHEET NO. C.11 PAVEMENT MARKING LINE TYPES & SYMBOLS > See Detail on Sheet U.01 E "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. Z _ NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 DLW6: Dotted Line (White) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 m DLW4: Dotted Line (While) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 u W eG CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 L Z N H Location Length by Line Type (Unfactored) Remarks F Road ID Station to Station Length (STA) Dir. of Side vel * X11 Z o CHY8 DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 Q W N O�O + UM cc 1 L R STA STA STA STA STA STA STA STA EACH EACH EACH EACH oe C 32+53.00 34+02.00 1.49 S X 1.49 LU t° m 32+53.00 35+81.00 3.28 S X 3.28 m V c* c >w 32+53.00 35+81.00 3.28 S X 3.28 m �_ ~ m o `A 32+53.00 32+53.00 0.00 N X 1.00 :E = c g 32+53.00 35+77.00 3.24 B X 3.24 V z g= 32+56.00 35+77.00 3.21 IN X .21 32+74.00 32+74.00 0.00 S X 1.00 Q N p 34+02.00 34+02.00 0.00 S X 1.00 34+02.00 34+77.00 0.75 N X 0.75 - I I 34+02.00 35+77.00 1.75 N X 1.75 34+77.00 34+77.00 0.00 N X 1.00 '?' "1 1 34+77.00 35+77.00 1.00 N X 1.00 34+96.00 34+96.00 0.00 N X 1.00 INCLUDE SHARROWS :4 35+52.00 35+52.00 0.00 N X 1.00 35+77.00 35+77.00 0.00 S X NNI 1.00 35+77.00 35+77.00 0.00 N X 0.32 o 35+82.00 35+90.00 0.08 B X 0.61 rc i Wz Y 36+68.00 36+76.00 0.08 B X 0.61r 0 g z 36+77.00 39+75.00 2.98 N X 2.96 ZQ� o W 9 36+77.00 40+00.00 3.23 N X 3.23 36+81.00 36+81.00 0.00 S X 0.25 U o_ 36+81.00 37+05.00 0.24 S X 0.24 �z Oo m 36+81.00 40+05.00 3.241%,S X 3.24 $ 36+81.00 36+81.00 0.00 NX 1.00 0 36+81.00 40+00.00 3.19 B X 3.19 i 37+05.00 40+05.00 3.00 S X 3.00 m 39+75.00 40+00.00 0.25 N X 0.25 40+00.00 40+00.00 0.00 S X 1.00 40+00.00 40+00.00 0.00 N X 0.25 40+05.00 40+13.00 0.08 B X 0.61 c 40+72.00 40+80.00 0.08 B X 0.61 40+79.00 43+79.00 3.00 N X 3.00 0 0 40+79.00 44+04.00 3.25 N X 3.25 40+85.00 40+85.00 0.00 S X 025 PROJECT NO. 1121150 40+85.00 41+09.00 0.24 S X 024 40+85.00 44+04.00 3.19 S X 3.19 1 SHEET NO. 40+85.00 40+85.00 0.00 N X 1.00 1 C.13 PAVEMENT MARKING LINE TYPES & SYMBOLS } See Detail on Sheet U.01 Z "NPY4 -For estimating purposes only. No Passing Zone Lines will be located in the field. m NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 DLWB: Dotted Line (While) @ 0.50 SLW4: Solid Lane Line (White) @ 1.00 DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 u w d CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) ELW4: Edge Line Right (White) @ 1.00 Z N m Location Length by Line Type (Unfactored) Remarks Vr Road ID Station to Station Length (STA)Travel Dv. of Side Z o CHY8 D ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 Q w vo + U -L-FC W 1e R STA STA STA STA STA STA STA EACH EACH EACH o 23+13.00 23+13.00 0.00 S X m 23+13.00 23+13.00 0.00 N X 0.16 m K V c 24+04.00 24+04.00 0.00 s x m o 24+04,00 21+15.00 3.11 5 X 3.11 - m a o 24+04,00 24+04.00 0.00 N X 1.00 = = r c 24+04,00 26+80 A0 2.76 N X 2.76 INCLUDES TWO LINES AND DIAGIONAL Ln Q N o 24+04,pO 26+02.00 4.21 B X 4.21 STRIPING 24+25.00 24+81.00 0.56 S X 0.56 24+44.00 25+03.00 0.59 N X 0.59 1 1 1 25+37.00 26+69.00 1.32 S X 1.32 25+37.00 26+69.00 1.32 S X 1.32 26+02.00 27+02.00 1.00 B I X 1.00 26+13.00 26+74.00 0.61 N X 0.81 26+19.00 27+02.00 0.83 N X 26+22.00 26+22,00 0.00 N X 1.00 BUS j 26+55.00 26+55.00 0.00 N X 1.00 ONLY _ o a 26+80.00 27+05.00 0.25 N X 0.25 w o Y o r 26+87.00 26+87.00 0.00 N X 1.00 o w 27+05.00 27+05.00 0.00 S X 1.00 3 LL m 27+05.00 27+05.00 0.00 N X 0.25 r ; U 28+19.00 31+44,00 3.25 N X 3.25 m 28+23.00 28+23.00 0.00 N X - 1.00 K__ 28+28.00 28+28.00 0.00 S X 0.33 28+28.00 28+53.00 0.25 S 0.25 i 28+28.00 29+44,00 1.16 S X 1.16 al m 28+28.00 29+44,00 1.16 B X 1.16 28+35.00 31+44.00 3.09 N X 3.09 28+53.00 28+53.00 0.00 S X 1.00 28+53.00 31+52.00 2.99 S X 2.99 28+53.00 31+52.00 2.99 S X 2.99 0 0 29+44.00 29+44.00 0.00 S X 1.00 a a INCLUDES TWO LINES AND DIAGIONAL 29+44.00 31+44.00 5.77 B X 5.77 STRIPING PROJECT NO. 31+44.00 31+44.00 0.00 S kx- 1.00 1121150 31+44.00 31+44,00 0.00 N X 0.16 32+47.00 34+02.00 1.55 N X 1.55 SHEET NO. 32+53.00 32+53.00 0.00 S 0.36 U.12 E ZUjo � z W L w Z N N N Z o - W � N * U c(0 w N � nj t6 \ V O w c / w a6 - - rnv0 Ul220 V Z c! Z ac CO 3 Q N M 0 PROJECT NO. 1121150 SHEET NO. C.12 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01 "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 BLW4: Broken Lane Line (White) @ 0.25 SLW4: Solid Lane Line (White) @ 1.00 DLW4: Dotted Line (White) @ 0.33 CHY8: Channelizing Line (Yellow) @ 2.00 CHW8: Channel'izing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 STYE: Standard Curb 6" (Yellow) @ 3.00 Location Length by Line Type (Unfactored) Remarks Road ID Station to Station Lengt (STA) Dir. of Travel L Side C R CHYB DCY4 ELW4 DLW4 CBW6 SLW2 i • s 010 4) STA STA STA STA STA STA EACH EACH EACH EACH 24+04.00 24+04.60 0.00 s x 0.29 24+04.00 27+02.00 2.98 S X 2.98 24+04.00 24+04.00 0.00 N X 1.00 24+04.00 26+80.00 2.76 N X 2.76 24+04.00 26+02.00 4.21 B X 4.21 INCLUDES TWO LINES AND DIAGONAL STGRIPING 24+25.00 24+81.00 0.56 S X 0.56 24+44.00 25+03.00 0.59 N X 0.59 25+37.00 26+69.00 1.32 S X 1.32 25+37.00 26+69.00 1.32 S X 1.32 26+02.00 27+02.00 1.00 B X 1.00 26+13.00 26+74.00 0.61 N X 0.61 26+19.00 27+02.00 0.83 N X 0.83 26+22.00 26+22.00 0.00 N X 1.00 BUS 26+55.00 26+55.00 0.00 N X 1.00 ONLY 26+80.00 27+05.00 0.25 N 0.25 26+87.00 26+87.00 0.00 N X 1.00 27+05.00 27+05.00 0.00 S X 1.00 27+05.00 27+05.00 0.00 N X 0.25 28+23.00 28+23.00 0.00 N X 1.00 28+23.00 31+44.00 3.21 N X 6.42 TWO LINES 28+28.00 28+28.00 0.00 S X 0.33 28+28.00 28+53.00 0.25 S 0.25 28+28.00 29+44.00 28+28.00 29+44.00 1.16 1.16 S x B X 1.16 1.16 F46e 6- 28+53.00 28+53.00 0.00 S X I 1 1.00 28+53.00 31+44.00 2. S X 5.82 TWO ES 29+44.00 29+44.00 0.00 S x 1.00 29+44.00 31+ .0 5.77 B X 5.77 INCLUDES TW INES AND DIAGONAL STRIPING 31+44.00 31+44.00 0.00 S X 1.00 31+44.00 31+44.00 0.00 N X 0.16 32+53.00 32+53.00 0.00 S X 0.36 32+53.00 34+02.00 1.49 S X 1.49 32+53.00 35+77.00 3.24 S X 6.48 TWO LINES 32+ . i 32+53.00 0.00 N X 1.00 32+53.00 34+02.00 1.49 N X 2.98 TWO LINES 32+53.00 35+77.00 13.24 B X 3.24 E ZUjo � z W L w Z N N N Z o - W � N * U c(0 w N � nj t6 \ V O w c / w a6 - - rnv0 Ul220 V Z c! Z ac CO 3 Q N M 0 PROJECT NO. 1121150 SHEET NO. C.12 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01>-0 E "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. Z � m NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centedine (Yellow) @ 2.00 DLW6: Dotted Line (While) @ 0.50 SLW4: Solid Lana Line (White) @ 1.00 I w t DLW4: Dotted Line (While) @ 0.33 CHYB: Channelizing Line (Yellow) @ 2.00 CHWB: Channelizing Line (White) @ 2.00 SLW2: Slop Line (White) @ 6.00 LU w d CBW6: Crosswalk Bar (White) @ 15.00 ELW6: Edge Line Right (White) @ 1.50 ELW4: Edge Line Right (White) @ 1.00 .> L Z N y Location Length by Line Type (Unfactored) Remarks F Road ID Station to Station Length (STA) Dir. of Side* Travel X11 Z o - CHYB DCY4 ELW4 ELW6 DLW4 DLW6 CBW6 SLW2 W TN Oto + M -L-Fc--FR w � 1 STA STA STA STA STA STA STA ST EACH EACH EACH EACH oe o 40+85.00 44+04.00 3.19 X 3.19 41+09.00 44+04.00 2.95 S 2.95 wow 43+79.00 44+04.00 0.25 N 0.25 -_ m a 44+04.00 44+04.60 0.00 s X Or 1.00~ - O a O 44+79,00 45+04.00 0.25 S - X 0 == 0 c 44+79.00 48+06.00 3.27 S X 3.27 c+u'i, 44+79.00 44+79.00 0.00 N X 1.00 Q N 0 44+79.00 47+81.00 3.02 N X 44+79.00 47+81.00 3.02 N X 3.02 CD = I I 44+79.00 48+06.00 3.27 B X 3.27 45+04.00 48+06.00 3.02 S X 47+81.00 48+06.00 0.25 N X 0.25 48+06.00 48+06.00 0.00 S X 1.00 48+79.00 49+04.00 0.25 S X 48+79.00 52+21.00 3.42 S X 3.42 48+79.00 48+78.00 0.00 N X 1.00 0 48+79,00 51+96.00 3.17 NX 3.17 48+79.00 52+21.00 3.42 N X 3.42 c Y g z 48+79.00 52+21.00 3.42 B X 3.42 4x 9 `->' 49+04,00 52+21.00 3.17 S X 3.17 LL W 51+96.00 52+21.00 0.25 N X 0.25 a 52+21.00 52+21.00 0.00 S X 1.00 z Q m m a 52+70.00 52+95.00 0.25 S X 0.25 52+70.00 55+93.00 3.23 S X 3.23 0 52+70.00 52+70.00 0.00 N X 1.00 al 52+70.00 56+18.00 3.48 B X 3.48 m 52+95.00 55+93.00 2.98 S X 2.98 52+95.00 55+93.00 2.98 N X 2.98 52+95.00 56+18.00 3.23 N X 3.23 55+93.00 56+18.00 0.25 N X 0.25 w 56+18.00 56+18.00 0.00 S X 1.00 w 0.00 0 �¢ a o a LENGTH OR SYMBOL SUBTOTAL 14.70 43.74 83.87 84.40 12.47 4.75 6.30 5.97 40.00 4.00 11.00 8.00 QUANTITY FACTORS 2.00 2.00 1.00 1.50 0.33 0.50 15.00 6.00 1.00 1.00 1.00 1.00 PROJECT NO. 1121150 TOTAL 1 29.40 87.48 83.87 126.59 4.12 2.38 94.50 35.82 40.00 4.00 11.00 8.00 TOTAL (STA) 464.15 SHEET NO. SYMBOL TOTAL 63.00 C.14 PAVEMENT MARKING LINE TYPES & SYMBOLS See Detail on Sheet U.01 "NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. NPY4: No Passing Zone Line (Yellow) @ 1.25 DCY4: Double Centerline (Yellow) @ 2.00 BLW4: Broken Lane Line (White) @ 0.25 SLW4: Solid Lane Line (White) @.1.00 DLW4: Dotted Line (White) @ 0.33 CHYB: Channelizing Line (Yellow) @ 2.00 CHW8: Channelizing Line (White) @ 2.00 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 STY6: Standard Curb 6" (Yellow) @ 3.00 Location Length by Line Type (Unfactored) Remarks Road ID Station to Station Len thDir, (STA) of Side Travel L C R CHYB DCY4 ELW4 DLW4 SLW2 CBW6 t 10101 STA STA STA STA STA STA EACH EACH EACH EACH 44+79.00 45+04.00 0.25 S X 0.25 44+79.00 44+79.00 1 0.00 N X 1.00 44+79.00 47+81.00 3.02 N X 6.04 TWO LINES 44+79.00 48+06.00 3.27 B X 3.27 45+04.00 48+06.00 3.02 S X 6.04 TWO LINES 47+81.00 48+06.00 0.25 N X 0.25 47+81.00 48+06.00 0.25 N X 0.25 48+06.00 48+06.00 0.00 S X 1.00 48+79.00 49+04.00 0.25 S X 0.25 48+79.00 49+04.00 0.25 S X 0.2 48+79.00 48+79.00 0.00 N X 1.00 48+79.00 51+96.00 3.17 N X 6.34 TWO LINES 48+79.00 52+21.00 3.42 B X 3.42 49+04.00 52+21.00 3.17 S X 6 TWO LINES 51+96.00 52+21.00 0.25 N X 0.25 51+96.00 52+21.00 0.25 N X 0.25 52+21.00 52+21.00 0.00 S X 52+70.00 52+95.00 0.25 S X 0.25 52+70.00 52+95.00 0.25 S X 0.25 52+70.00 52+70.00 0.00 N X 1.00 52+70.00 56+18.00 3.48 B X 3.48 52+95.00 55+93.00 2.98 S X 5.96 TWO LINES 52+95.00 55+93.00 2.98 N X 5.96 TWO LINES 2017 AP 55+93.00 56+18.00 0.25 N X 0.25 55+93.00 56+18.00 0.25 N X 0.25 56+18.00 56+18.00 0.00 -S X 1.00 0.00 LENGTH OR SYMBOL SUBTOTAL 14.70 j 43.49 j 168.90 1 17.20 6.30 5.65 40.00 4.00 11.00 8.00 QUANTITY FACTORS 2.00 2.00 1.00 0.33 15.00 6.00 1.00 1.00 1.00 1.00 TOTAL 29.40 86.98 168.90 5.68 94.50 33.90 40.00 4.00 11.00 8.00 TOTAL (STA) 419.36 SYMBOLTOTAL 63.00 Mi a a n E TRAFFIC SIGNAL EXISTING RIGHT-OF-WAY \� CONTROLLER CABINET 6° CURB AT BACK OF SIDEWALK (TYP) , \ C cEi z r� CLINTON STREET RAMP MATCH EXISTING STATION = 20+11.36 OFFSET=60.50'LT Ilia SET TOP OF NEW POLE BASE FOR LIGHT POLE 0.1 FOOT ABOVE ADJACENT SIDEWALK ELEVATION. POLE � � \\ � M•,. w �* p �} ^ ®L® CAPITOL Z N w ,n m ' \ - BASE SHALL MEET OR EXCEED [DOT STANDARD ROAD PLAN Li-201. REINSTALL EXISTING LIGHT POLE. \ Z o - w N m STAT N = 21+84.98 V > m a OF FS p` w Q' t — — — —.— — — — — — — — „•, �p'e }t. t{' ": t` yf.s.". 't'. & "y L "'rx* JG'� F ', fct+-`' '� ',I`- ''�."ff? ^P..c... � M CW O _N _ . *d �v.*.� 3:.. wv :�1 �. :x 5'd§;J'v gram '`'x + `,:+ :.: _. , f`r'x3s.e f I 2.^xf!.f ;3x, Gu:t I .:—:# ..—... OW .tiv=" m .r.aGK�:4;�':i 5 _:.v:.,i "' .fid i:m:.v h N 4' O MAT ISTING N CORE PCC "' HOLE +00 +00 MATCH EXISTING- v Mo IN y X y e, .phi �v I _ 1 Ib _ MATCH EXISTING----------- >A1--- ifjl - --�1 - --w— -- O ZU W 6 W m O �.- Sys. " e (Lim W ._n m m ;� II - - - - - ® ... CITYGFIC-1, 2017 APR ZF l U _41 Q dwk 1 H4 W K m m PCC �a TION 20+10.50 '{ A SET =44.50'RT LLI LEGEND f- 9" PCC PAVING Z - O Z_ 6" PCC SIDEWALK o o < J BRICK PAVERS PROJECT NO. 1121150 m tpl LANDSCAPE BUFFER SHEET NO. MATCH EXISTING D.03 r SURVEY CONTROL POINTS CP# NORTHING EASTING ELEVATION DESCRIPTION CP - 106 610163.18 2177400.14 692.37 CUT'X' ON PLANTER CURB, SOUTHEAST OF RAMP CP - 250 610430.24 2177395.69 688.88 CUT'X' NORTHEAST OF LAMP POST BY QUIZNO'S ENTRANCE CP - 1010 610059.54 2177656.40 686.92 CUT'X' SOUTH SIDE OF BURLINGTON ST., ±115 FEET EAST OF CENTERLINE CLINTON ST. ALIGNMENT SEGMENT TABLE CL -Clinton t7 o of _ 2nz E SEGMENT # START STATION LENGTH RADIUS LINE/CHORD DIRECTION DELTA (D) START POINT END POINT o u w a Z o e scut n rte. � � L2 -6+00.00 1664.14' N00° 43'39.00'W N= 607542.54 N= 609206.55 so ® E = 2177468.16 E = 2177447.03 N = 609206.55 N = 609272.36 I i N Z N N L3 10+64.14 66.56' N08° 37'48.34"E E= 2177447.03 E= 2177457.02 _ N 3 s L4 11+30.70 1669.30' NOV 13'43.54"W N = 609272.36 N = 610941.27 3 33 Z - E = 2177457.02 E = 2177421.22 - - - - ° , � w � E L5 28+00.00 2850.00' N00° 43' 07.94"W N = 610941.27 N = 613791.05 • + U a E = 2177421.22 E = 2177385.46 ! rD of U .>_ ii 'a < IEl c m76 10 °o 76-- 0 Ln o 1 Johnson County G p = ""' ^" ` 'nn U z° N - _ 106 , 250. ' n rn DO L3 1 15+00 20+00 _ ----f-- -i- +�- +-- - -�- -I- I- -�- ----{- + -F- L4 - CLINTON STREET - - LU -� w_w__ Lu q INTO. �.°,_ I.tT CD wf z o = I U) 1 wU �) J D o0 YIL � lF Z. m O u ot <o�1 m>K ❑❑ _ .».... IjU m O I1 I m m cotraror1-gas, Oo a m C7 � 0 � z rc E r SURVEY CONTROL POINTS CP# NORTHING EASTING ELEVATION DESCRIPTION CP - 106 610163.18 2177400.14 692.37 CUT'X' ON PLANTER CURB, SOUTHEAST OF RAMP CP - 250 610430.24 2177395.69 688.88 CUT'X' NORTHEAST OF LAMP POST BY QUIZNO'S ENTRANCE CP - 1010 610059.54 2177656.40 686.92 CUT'X' SOUTH SIDE OF BURLINGTON ST., ±115 FEET EAST OF CENTERLINE CLINTON ST. C$TYtIFIC- 2017 PPR r � a 0 0 PROJECT NO. 1121150 SHEET NO. G.01 P:IPmloctsllC1112115010etivembleslDmvAngsXlCmiNq.01 Rlgbtcf-Way.dwg ° 4M20174:33:30 PM TRAFFIC CONTROL NOTES 1. TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH THE SUDAS STANDARD SPECIFICATIONS AND DETAILS FOR PUBLIC IMPROVEMENTS, THE LATEST EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD), AND THE TRAFFIC CONTROL PLAN SHEETS. 2. FURNISH AND INSTALL ALL TRAFFIC CONTROL DEVICES AND MAINTAIN IN THE CORRECT POSITION. PROMPTLY CLEAN AND REPLACE DAMAGED TRAFFIC CONTROL DEVICES. PATROL THE WORK AREAS DAILY (AT A MINIMUM) TO ENSURE ALL TRAFFIC CONTROL DEVICES ARE PROPERLY SET. 3. WITHIN PROJECT LIMITS, REMOVE CONFLICTING PERMANENT SIGNAGE. DELIVER S AND POSTS TO THE IOWA CITY PUBLIC WORKS DEPARTMENT. 4. CONTRACTOR SHALL COORDINATE WITH OTHER PROJECTS IN THE AREA. 5. CONTRACTOR TO SCHEDULE CONSTRUCTION SUCH THAT ALL DETOUR ROUTES ARE OPEN (I.E. DO DETOUR TRAFFIC INTO ANOTHER DETOUR). 6. MINIMUM 12' LANE WIDTHS PLUS V FOR TRAFFIC CONTROL DEVICES DURING CONSTRUCTION. 7. CONTRACTOR SHALL ONLY CLOSE ONE LANE AT A TIME ON BURLINGTON STREET. 6. CONTRACTOR MAY ROCK DRIVEWAYS PRIOR TO PAVING IN ORDER TO ALLOW ACCESS QUICKER. THIS WILL NOT BE PAID WILL BE INCIDENTAL TO THE PARTICULAR DRIVEWAY PAVEMENT ITEM. 9. TEMPORARY PAINT MARKINGS WHEN REMOVED FROM CONCRETE SHALL NOT LEAVE PERMANENT SCARING. PROPERTY OWNER ACCESS 1. PROPERTY OWNERS SHALL BE PROVIDED ACCESS DURING CONSTRUCTION. TEMPORARY AGGREGATE SURFACING SHALL BE PROVIDED. RESIDENTAL DRIVES MAY BE CLOSED FOR A MAXIMUM OF 2 DAYS FOR CONSTRUCTION OF PCC DRIVEWAYS. 2. CONSECUTIVE ACCESS POINTS SERVING THE SAME BUSINESS SHALL NOT BE CLOSED CONCURRENTLY DURING STAGING OPERATIONS. a 3. ADJACENT PROPERTIES THAT PROVIDED INPUT WITH CITY COMMENT FORMS WITH OWNER NAMES, ADDRESSES AND COMMENTS ARE PART OF THE SPECIAL PROVISIONS FOR CONTRACTOR'S INFORMATION. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY SPECIAL ACCESS REQUIREMENTS FROM PROPERTY OWNER/TENANT COMMENTS. CONTRACTOR SHALL PROVIDE AT LEAST ONE ADAACCESSIBLE ROUTE TO BUILDINGS AT ALL TIMES. SIDEWALKrrRAILS NOTES 1. SIDEWALKS THAT ARE CLOSED DURING CONSTRUCTION THAT ARE CURRENTLY ADA COMPLIANT SHALL INCLUDE AN ADA COMPLIANT ALTERNATIVE ROUTE. 2. SIDEWALKS THAT ARE CLOSED DURING CONSTRUCTION THAT ARE CURRENTLY NOT ADA COMPLIANT SHALL PROVIDE A SIMILARLY ACCESSIBLE (AT A MINIMUM) ROUTE. 3. REFER TO STANDARD DETAILS TC -601 AND TC -602 FOR SIDEWALK CLOSURE INFORMATION AND STANDARDS. 4. THE CONTRACTOR SHALL OBTAIN SIDEWALK TRAFFIC CONTROL APPROVAL FROM THE CITY PRIOR TO IMPLEMENTATION. 5. SIDEWALK/TRAIL TRAFFIC CONTROL IS TO REMAIN IN PLACE UNTIL SIDEWALKS ARE REPLACED AND ACCESSIBLE. 6. THE COST FOR THE SIDEWALK ACCOMMODATIONS IS INCIDENTAL TO THE COST OF TRAFFIC CONTROL. 7. SIDEWALK SHALL BE CONSTRUCTED AFTER ADJACENT ROADWAY IS COMPLETE. STAGING NOTES 1. THESE STAGING NOTES ARE NOT INTENDED TO CONFINE THE CONTRACTOR' CTIVITIES TO THE AREAS OF SUGGESTED STAGES ALONE. IT IS UNDERSTOOD THAT VARIOUS STEPS INCLUDED HEREIN MAY 0 CUR SIMULTANEOUSLY. THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY, PROVIDED THAT TRA IC IS MAINTAINED AND THESE OPERATIONS DO NOT CONFLICT WITH THE STAGING INDICATED HEREIN, OTHER PORTIONS 0 HIS PROJECT, AND OTHER CONSTRUCTION ACTIVITIES. 2. S LONG AS WORK REMAINS ON THE PROJECT, THE CONTRACTOR$i1ALL REMAIN ON THE PROJECT. IF ISSUES EXIST WITHIN A PAAkE OF THE PROJECT WHICH ARE BEYOND THE CONTRACTC.V CONTROL (SUCH AS OBSTRUCTIONS OR UTILITY ISSUES), THE CITY 14STHE OPTION TO REVISE THE CONTRACT PHASING Ao DIRECT THE CONTRACTOR TO WORK ON OTHER 'UNAFFECTED' PHASES NAREAS OF THE PROJECT AS SHOWN WITHIN TFJEfCONTRACT DOCUMENTS, AT NO ADDITIONAL COST TO THE OWNER. THE OWNER -MAY PROVIDE ADDITIONAL WORKING DAYSS/ O THE CONTRACTOR BASED UPON RELOCATION EFFORTS AND SCHEDULING JU ICATION, IN ACCORDANCE WITH O 00 SUPPLEMENTARY CONDITIONS, SC -160.03 3. WITHIN THAT PHASE 4. THE CONTRACTOR SHALL BE RESPONSIBLE TO COLLECT REFUSE FROM EACH PROPERTY OWNER'S STANDARD PICK-UP SITE AND DELIVER 4. CONTRACTOR SHALL PR REFUSE TO A LOCATION DESIGNATED BY PRIVATE PICKUP OR FACILITATE (PROVIDE ACCESS) FOR REFUSE PICK-UP AT ITS CURRENT LOCATION. THIS SHALL BE DESIGNATED FOR EACH PHASE OF CONSTRUCTION. THE CONTRACTOR SHALL COORDINATE WITH THE IOWA CITY DISPOSAL SERVICE AND PROPERTY OWNERS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING TRASH, RECYCLING AND YARD WASTE COLLECTION FOR AREAS AFFECTED BY OR WHOSE ACCESS IS RESTRICTED BY CONSTRUCTION. 5. THE CONTRACTOR SHALL COORDINATE OR MAKE ACCOMMODATIONS IN THE CONSTRUCTION AREA FOR MAIL AND PARCEL DELIVERY SERVICE, PARKING, DRIVEWAY AND EMERGENCY VEHICLE ACCESS. 6. NOTIFICATION (DOOR HANGERS) SHALL BE APPROVED BY THE ENGINEER PRIOR TO DISTRIBUTION THE CONTRACTOR SH�AL PROPERTY OWNERS AND RESIDENTS A MINIMUM OF ONE WEEK (BUT NOT MORE THAN TWOR TACG CARMEN NG OIIFY' CONSTRUCTION. WORK WILL NOT BEGIN UNLESS NOTIFICATION HAS BEEN PROVIDED INA ORDANCE WITH THESE CONTRACT DOCUMENTS. CONTRACTOR SHALL NOTIFY RESIDENTS USING DOOR HANGERS. DOOR HANGERS SHALL INCLUDE THE FOLLOWING INFORMATION: • CONTRACTOR'S NAME AND EMERGENCY CONTACT NUMBERS • DESCRIPTION OF CONTRACTOR'S ACTIVITIES • DATE OF CONSTRUCTION ACTIVITIES IN THE AREA • ESTIMATED DURATION OF CONSTRUCTION ACTIVITIES IN THE AREA • DESCRIPTION/LOCATION OF AVAILABLE RESIDENTIAL PARKING • INFORMATION REGARDING GARBAGE COLLECTION (NOTE: CONTRACTOR SHALL NOT REQUIRE/REQUEST RESIDENTS TO SET OUT GARBAGE AT LOCATIONS WHICH MAY CAUSE UNDUE HARDSHIPS) HAS COMMENCEWHE CONTRACTOR SHALL CONTINUE WORK WITHIN THAT PHASE UNTIL ALL WORK NOTICE TO ALL CHANGES IN CONSTRUCTION STAGING AND TRAFFIC CONTROL. CTTYCIFIC 2017 € P u JL 2 Ln CD E p z m w t w N z N h — N Z o— w T N + U m w � � � p M U m o a o 2 0 M U Z m — T M G MOi , 3 N M.2 oz Y 0O 2 COW 3 U w m o m z 22 O ❑ FZp til W . 0FU �� 3 = Zo Zp o m rc �o m PROJECT NO. 1121150 SHEET NO. J.01 P:IProJ¢tls11Q112115010eMenbleslDrnWngsll CMN.01 TmftConhal.tlwg 417120174:41:21 PM ills r / \ 1 1 a I !� { I t it't/ { l i k 1 t 1 CLINTON STREET �� • , ;` �R112``_ • • ii f�W1L\, V 1 �•� \ t f. �i 1\ l 1 a 1-2 s -r Icy Wj0-2 J 11� N /rG� I W 1, STREET - --,M CLINTON r9s_7 ccuer z7r._�nua? —.-.. — ip1 .-....-.... M 1 0 SIGN LEGEND Owx w<.n ROAD wma IfFl4LRVE uxLFrosusr WORK xanwoxxulEno ss•xr x•xm• gHEgp sxa Rias ROAD wma rvinm ROAD N0.0SFD R CL MTC QASw Roaacsrn CLOSED ,viae Txwmunc AHEAD nxrsn E 1HRU iRAFBC a xw wxu END R'wwvax ROAD 8114 ROAD WORK CLOSED a"x'0 YNTCq•n,FL Rn' i U RS w Im sc® W w w w w W 0 U ? APR PHASE 1 TRAFFIC CONTROL • SET UP DETOUR FOR COURT STREET USING DETOUR A SEE J.09. • SET UP PEDESTRIAN DETOUR USING DETOUR C SEE J.11 • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON CLINTON -- STREET. 12' MINIMUM LANE WIDTH PLUS T FOR CHANNALIZERS. A MINIMUM OF ONE LANE IN EACH DIRECTION SHALL BE MAINTAINED AT ALL TIMES ON BURLINGTON STREET. --;'. - • CONTRACTOR SHALL USE EITHER STEEL PLATES OVER TRENCH FOR _t= WATER MAIN ACROSS BURLINGTON STREET OR CONSTRUCT HALF AT A — -"- TIME AND FILL IN TRENCH AND TEMP PATCH WITH ASPHALT TO MAINTAIN TRAFFIC. • CONTRACTOR MAY CLOSE COURT STREET FOR UP TO 48 HOURS, OR INSTALL PIPE HALF AT A TIME TO MAINTAIN TRAFFIC. o CONSTRUCTION 3 • INSTALL WATER MAIN AND SERVICE CONNECTIONS. • INSTALL NEW TRAFFIC SIGNAL AT INTERSECTION OF CLINTON AND m y BURLINGTON. PROVIDE FOR PEDESTRIAN ACCESS THROUGH CONSTRUCTION ZONE. w Q w D' o Q PROJECT NO. 1121150 SHEET NO. J.03 LEGEND • 42° CHANNALIZERS WORKZONE mollo- TRAFFIC FLOW CLINTON r9s_7 ccuer z7r._�nua? —.-.. — ip1 .-....-.... M 1 0 SIGN LEGEND Owx w<.n ROAD wma IfFl4LRVE uxLFrosusr WORK xanwoxxulEno ss•xr x•xm• gHEgp sxa Rias ROAD wma rvinm ROAD N0.0SFD R CL MTC QASw Roaacsrn CLOSED ,viae Txwmunc AHEAD nxrsn E 1HRU iRAFBC a xw wxu END R'wwvax ROAD 8114 ROAD WORK CLOSED a"x'0 YNTCq•n,FL Rn' i U RS w Im sc® W w w w w W 0 U ? APR PHASE 1 TRAFFIC CONTROL • SET UP DETOUR FOR COURT STREET USING DETOUR A SEE J.09. • SET UP PEDESTRIAN DETOUR USING DETOUR C SEE J.11 • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON CLINTON -- STREET. 12' MINIMUM LANE WIDTH PLUS T FOR CHANNALIZERS. A MINIMUM OF ONE LANE IN EACH DIRECTION SHALL BE MAINTAINED AT ALL TIMES ON BURLINGTON STREET. --;'. - • CONTRACTOR SHALL USE EITHER STEEL PLATES OVER TRENCH FOR _t= WATER MAIN ACROSS BURLINGTON STREET OR CONSTRUCT HALF AT A — -"- TIME AND FILL IN TRENCH AND TEMP PATCH WITH ASPHALT TO MAINTAIN TRAFFIC. • CONTRACTOR MAY CLOSE COURT STREET FOR UP TO 48 HOURS, OR INSTALL PIPE HALF AT A TIME TO MAINTAIN TRAFFIC. o CONSTRUCTION 3 • INSTALL WATER MAIN AND SERVICE CONNECTIONS. • INSTALL NEW TRAFFIC SIGNAL AT INTERSECTION OF CLINTON AND m y BURLINGTON. PROVIDE FOR PEDESTRIAN ACCESS THROUGH CONSTRUCTION ZONE. w Q w D' o Q PROJECT NO. 1121150 SHEET NO. J.03 CLINTON STREET w w w z w 0-1 x STREET 1-4 w w C o e a o o a 0 ♦ _. — —m 1 SIGN LEGEND wawa wsa ROADmw uaev+oswcxr wr; Evos�rr WORK aaxovmaxaxran wxw w-xx AHEAD asxx ROAD vma RIGH w�aea LETT wmsL CLOSED aan aeon LANE uveaosenu¢m WJE iwecLesenerEm AHEAD ache C10SFD xxx CLOSED scx�a xxs EA END ° �� nvax ROAD aauma^==" ROAD CLOSED aaanaa To ROAD WORK CLOSED -x- 7HRU 1�RAFRC mien ��- i 1 -- o♦- Rai o • T W4 --2L — — Z. W2 51- _ O O b O w w -- —__� U PHASE 2 LEGEND • • 42" CHANNALIZERS WORKZONE TRAFFIC FLOW w w C o e a o o a 0 ♦ _. — —m 1 SIGN LEGEND wawa wsa ROADmw uaev+oswcxr wr; Evos�rr WORK aaxovmaxaxran wxw w-xx AHEAD asxx ROAD vma RIGH w�aea LETT wmsL CLOSED aan aeon LANE uveaosenu¢m WJE iwecLesenerEm AHEAD ache C10SFD xxx CLOSED scx�a xxs EA END ° �� nvax ROAD aauma^==" ROAD CLOSED aaanaa To ROAD WORK CLOSED -x- 7HRU 1�RAFRC mien ��- i 1 -- o♦- Rai o • T W4 --2L — — Z. W2 51- _ O O b O w w -- —__� U PHASE 2 "� �� x o TRAFFIC CONTROL ofo a `->' SET UP DETOUR FOR COURT AND CLINTON STREET USING DETOUR A SEE Qk I LL rc OfI • SET DESTRIAN DETOUR USING DETOUR C SEE J.11 o ��±±gg�� • MAINTAIN NE LANE OF TRAFFIC IN EACH DIRECTION ON CLIP7f(JTI7fi+a�'IC- STREET. 12' MINIMUM LANE WIDTH PLUS 1' FOR CHANNALIZE00`1 APR IPAW• _ CLOSE 1 WB LANE OF BURLINGTON STREET AT INTERSECTION OFCLINTON STREET. wCOURTAND BURLINGTON STREET SHALL NOT BE CLOSED ATTHE SAMETIME.INTERSECTION [_R MAY BE CLOSED FOR UP TO 48 HOURS, OR PAVING SHALL BE DONE IN SUCH A MANOR TO MAINTAIN TRAFFIC. —_ CONSTRUCTION -- • INSTALL NEW STORM SEWER INTAKES AND CONNECT TO EXISTING SYSTEM. o L _ . REPLACE PANELS IN INTERSECTION OF CLINTON STREET AND COURT W'o Y- STREET FOR WATER MAIN INSTALLATION. a • CONSTRUCT NEW SIDEWALK ON SE AND NE CORNERS OF CLINTON o STREET AND COURT STREET. 7T • REPLACE PANELS IN NE CORNER OF BURLINGTON STREET AND CLINTON PROJECT NO. STREET FOR WATER MAIN REPLACEMENT. 1121150 • INSTALL NEW SIDEWALK IN NE CORNER OF BURLINGTON STREET AND CLINTON STREET. SHEET No. I J.04 -----.a-.,.� .L 1i. • _. -�I W120-1 SIGN LEGEND 1 I wart // LEn WOR 3_ - _r_ i 20-513 $ aamwr o 0. muoa� LµE uaa ffnuvn Z N m wreAD x aosm rxr — uNi s 3do— _.__- }t.__�, r ( "'—�'x Ly I a END w�io aowxroru ROAD R114 ROAD CLOSED "`moa TO W N xxir CLOSED aexx IHRU TRAFflC mx>v '� s_ + Ucl coo I t i e ,.. a a W LW V 's 2 c a I j-^ • scuc x itFr w _ X20-2 �~_ cm, o I I I -2R I t, ti � 'T o .05 II m Ln4 N Ly o . I • I (i ( � I i � SII __ �I_ J7 : ._ ".,..R;7 � . • � I h ' -- - ._ . -_—,� n,.. _ �- -_� CLINT6N STREET R1' I LIe,IaV RIiT - — / CO'JGipTi[T R�Li� D-UB.IJQUF-$TR�EL– - — - tbi EM . I/ ®-r- _ G20 -L- --ff:�_ .I -- of I i O - c-4 r � 2017 LEGEND t�'J % l • • 42° CHANNALIZERS WORK ZONE TRAFFIC FLOW z z= M ao za z� 0 a � �0 0 PROJECT NO. 1121150 SHEET NO. J.05 n r— ,— i jj' PHASE 3 TRAFFIC CONTROL • SET UP DETOUR FOR CLINTON STREET USING DETOUR B SEE J.10. • SET UP PEDESTRIAN DETOUR USING DETOUR D ON J.12 AND DETOUR G ON J.15 • MAINTAIN ONE LANE OF TRAFFIC IN EACH DIRECTION ON COURT STREET. g' 12' MINIMUM LANE WIDTH PLUS 1' FOR CHANNALIZERS. g CLOSE EB LANE OF BURLINGTON STREETAT INTERSECTION OF CLINTON 8 STREET. r� CONSTRUCTION ? • INSTALL NEW STORM SEWER INTAKE IN SW CORNER OF CLINTON STREET z AND COURT STREET AND CONNECT TO EXISTING SYSTEM. • CONSTRUCT NEW SIDEWALK RAMP IN SW CORNER OF CLINTON STREET 9 AND COURT STREET. v • ADD RIGHT TURN LANE TO CLINTON STREET. d • CONSTRUCT NEW SIDEWALK AND SIDWALK RAMP IN SE CORNER OF 9 BURLINGTON STREET AND CLINTON STREET. CLINT6N STREET R1' I LIe,IaV RIiT - — / CO'JGipTi[T R�Li� D-UB.IJQUF-$TR�EL– - — - tbi EM . I/ ®-r- _ G20 -L- --ff:�_ .I -- of I i O - c-4 r � 2017 LEGEND t�'J % l • • 42° CHANNALIZERS WORK ZONE TRAFFIC FLOW z z= M ao za z� 0 a � �0 0 PROJECT NO. 1121150 SHEET NO. J.05 s s` P:1PmjectsVC1112116OMaf embles!Drawings!! CIviN.01 Tmf0c Contml.Ewg 4!7120174:42:33 PM • PAPMJects11C111211501Celi..bleMmi ingsll_CiAJ.01 TmMc Contd.dwg 417120174:42:48 PM P:1PMIe t M11211500D NM .b!es'DraWngsll CIviN.10 Detour.dwg z 0 m m m o m rn N p o o X m N m OC s N g G) m m Z iI „e APPROVED ID r71 C� 4(7/2017 4:43:37 PM ,a 5,0 I' �0 -i f/I I IiA trilt�lr�rr�tt�it�rl uI COURT STR T v� v L m m � O m CO z u y o DATE z 9 DRAWN APPROVED ID r71 C� 4(7/2017 4:43:37 PM ,a 5,0 I' �0 -i f/I I IiA trilt�lr�rr�tt�it�rl uI COURT STR T v� STREET DETOUR PLAN: CLINTON STREET INTERSEE31 3 IOWA CITY, IOWA,A 04/13/2017 SCALE BH FIELD B01 BRB REVISION BURLINGTON STREET L 0 m 0 c ;U D 7 a c %il U 7J � fly= rn Z m m 0 0 a A m ..I o WASHINGTON STR5F.�T "-- SH IVEH TTErRY A R C H I T E C T U R E+ E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax: 319.354.6921 1 www.shive-haftery.com Iowa 1 Illinois I Indiana 1 1 1 1 1 1 limit=[ � STREET DETOUR PLAN: CLINTON STREET INTERSEE31 3 IOWA CITY, IOWA,A 04/13/2017 SCALE BH FIELD B01 BRB REVISION BURLINGTON STREET L 0 m 0 c ;U D 7 a c %il U 7J � fly= rn Z m m 0 0 a A m ..I o WASHINGTON STR5F.�T "-- SH IVEH TTErRY A R C H I T E C T U R E+ E N G I N E E R I N G 2839 Northgate Drive I Iowa City, Iowa 52245 319.354.3040 1 fax: 319.354.6921 1 www.shive-haftery.com Iowa 1 Illinois I Indiana P:1PrgedellC1 1211501CeINerebles0raw7ngs11 CNiIl1.10 Cetour.Cwg 417120174:43:44 PM PAPMlectsUM11211501DeWemblesTmWng0 CiviN.10 Detouctlwg ON2017 4:43:54 PM P-.TmlacIsOC111211501CerNembinsD ingsll CIviN.10 Cetour.dwg A 4f7120174:44:04 PM P:1PmjlectsUM11211501DeMmbtesTmWngsll CIviN.10 Detoucevy ' 477/20174:44x14 PM , P.Tr*cts1M1121lBMDermemblesghewingsli plv!TU.iO Detouctlwg 417/20174:4424 PM P:1PmleCtUM1121150M.W.bleslDmywngsll_CWIIU.IOCetmr.dwg 4 4020174:44:34 PM P:NmJeGsVM11211500efiverehlesTrevOngsll CIvi61.10 Uetour.c%q I l 4(720174:44:44 PM P:WroJectaUM112115010eMa201esMmWmgs11_CWi0L01 Paving Deteils.dwg 47/20174:47:10 PM P:NmjactsVC1112ll501CeRvemblesMm%dngsll CIvTL01 P"ng Cetails.Avg Q20174:47:18 PM 4 P:1PmlectsgCk11211SOMerNembleslDmWngsll CKIX.01 Peving Oeeils.dwg 4(7120174:47:23 PM iLiG yp''jt 5�i °ry y�n(Y bf����h R•F { � y 6 !'Fl / J t /B11I 3 BTlg:j'Gjf ig NO, C101 -Pi. �6 `' � �t,�.}?����h r>• � �� x, l�i�'' � ���� �-`'° ��,ek G iglu 9�6 9'a es :,� g RD §.'Itl{ 5.f'`{ �; v1q RDEr a � z 1 o0 -.. 691 =sttj, 'ft } ,. f:0 :., ,. RD RD 0 og _ 6 rli g . 6 .^ d .� ❑ I nl}{`J iili L}M �iit i £3R �5 co \ ' �iaEk m'll'�'aI' ❑ `� rag.H. L` i - �'} •V E ii ,I ' 'r/r rr� r i 6g L+ �`rr t v6 ry qi crit � !Co-.:.- i ,t iP4 \60 F4T 69'a iNg I) 6g I c t V � dC4 9 1l }Fo I�lil9P I s`97..Yrs.� 19 ��� / `/i{ I 4 i.t 1 �% I i/ / \ + 22914 r 6 CIDI;TNG i a6 y} J u t!69, % Vl lC G i / ss Lff hlirh- "! } �� k MI m jiu IR AA IliM MI GO seg o ~ iii J j/ 300Z0 /m/f///�//C \ JJJ� Z m �' // Z 1 o + / \ o &EP m 618 . m l em o \\ c z D Z m 88.94T. ro / PAVI BURLINGTON CLINTON STR�EErIINNTER EICTIONIMPROVEMENTS SH IVC I m a z r m afT7 OWACIT,IOWA ARCHITECTURE+ENGINEERING �"' 04/132017 SCALE — 7 0 2DATE o 2839 Northgate Drive I Iowa City, Iowa 52245 DRAWN BH FIELD BOOK — 319.354.3040 1 fax: 319.354.6921 1 www.shive-hattery.com APPROVED BRB REVISION — Iowa I Illinois 1 Indiana EXISTING UI ITS i HANDHOLE UI E4 C I ` ' I EXISTING RIGHT-OF-WAY JOHNSON COUNTY GPS I Iii MONUMENT �twt f f G a 11 LF OF IT RCP @ 1.02% DIS IE 684.14 O i NEW STORM -SW -510(A4) ' \ FORM GRADE = 688.94 _{ -� - • - -i- •i- - - - -� STA 14+50.40 OFF 27 69' LT �- 685.28 IE IT RCP (E) 684.25 IE 12" RCP (N) j 4 LF OF 12" RCP @2.12% j j ` i g PCC \ 0` U/S IE =685.36 r+00� 15+00 \ \ _ ----- �- ------- - +- 7 L OF 12"RCP @2.05% it - - W - - -. 86.12 -ABAN WAT G ASAN GAS I i \\ C I )------------ NEW STORM - SW -5071 (AI) ti FORM GRADE = 689.00I € STA 14+51.50, OFF: 20.50' RT i STORM MANHOLE 686.271E 12" RCP (W)STORM INTAKE \ m 686.00 EIM 2" RCP (NW) l 689.81 RIM 686.05 IE 12" RCP (SE) II 686.56 IE 12" RCP(IN) IIO I I 9i I I 0 REPLACE INTAKE It TOP-SW-507A2 1 ( ) STORM INTAKE .2 RESHAPE THROAT ii 689.70 RIM II 685.95 IE 12" RCP (NW) r .w 686.00 IE 12" RCP (S) CONTRACTOR TO VERIFY STORM INTAKES THAT TOPS 1I :,;� 686.40 IE 8" PVC (NE) ARE CALLED OUT TO BE REPLACED THAT THE WELL IS IN ��I 2 687.00 IE 8" VCP (E) I GOOD SHAPE. EXISTING RIGHT-OF-WAY I II ge m It d f II I .G. LI-- - a --w--tFF --w---- w--- �w---- w- - 6L2" RCP @ 1.869% (-cr-rx iT wD/685.54 �+���� FO- C ONNECT EXISTING i! PIPE TO NEW INTAKE - - - - - - - - -� IJ--�W-ABANWAT - W-- w - REPLACEINTAKE TOP - SW507 (A3) RESHAPE THROAT p N----------- NEW STORM -SW -510(A5) - - - FORM GRADE 688.95 STA 15.42.85, OFF 13.50' RT 685.881E 12" RCP (S) fi85.83 IE 12" RCP (N� 686.38 IE 12" RCP (N) 13 LF OF 12"RCP @0.93% UIS IE = 686.00 EXISTING RIGHT-OF-WAY CLINTON POST APARTMENTS PROJECT NO. 1121150 SHEET N0. M.01 TING RIGHT-OF-WAY STORM MH RIM=689.45 683.54 IE 18" RCP (W) 683.63 IE 15" RCP (NE) 683.57 IE 12" RCP (S) r STORM MH I .G. LI-- - a --w--tFF --w---- w--- �w---- w- - 6L2" RCP @ 1.869% (-cr-rx iT wD/685.54 �+���� FO- C ONNECT EXISTING i! PIPE TO NEW INTAKE - - - - - - - - -� IJ--�W-ABANWAT - W-- w - REPLACEINTAKE TOP - SW507 (A3) RESHAPE THROAT p N----------- NEW STORM -SW -510(A5) - - - FORM GRADE 688.95 STA 15.42.85, OFF 13.50' RT 685.881E 12" RCP (S) fi85.83 IE 12" RCP (N� 686.38 IE 12" RCP (N) 13 LF OF 12"RCP @0.93% UIS IE = 686.00 EXISTING RIGHT-OF-WAY CLINTON POST APARTMENTS PROJECT NO. 1121150 SHEET N0. M.01 G WATER MAIN GENERAL NOTES 0 o Z U 1. ALL CONSTRUCTION SHALL CONFORM TO CITY OF IOWA CITY SPECIFICATIONS INCLUDING MATERIALS AND SEPARATION OF EXISTING FACILITIES. Z 2. WATER MAIN SHALL HAVE A MINIMUM OF THREE (3) FOOT HORIZONTAL AND EIGHTEEN (18) INCHES VERTICAL CLEARANCE FROM ALL SEWER PIPE AND STRUCTURES, BOTH STORM AND SANITARY. IF WATER MAIN IS TO BE INSTALLED WITH LESS CLEARANCE DUE TO RESTRAINTS THEN ALL SEWER I I L PIPE SHALL BE WATER MAIN TYPE MATERIAL. w 3. ALL NEW WATER MAIN TO BE INSTALLED WITH MINIMUM VERTICAL COVER OF 5'-6" FRO TO PROPOSED FINISHED GRADE. u w O Z > N N 4. ALL WATER MAIN SHALL BE CLASS 53 RESTRAINED JOINT DUCTILE IRON PIPE (RJ DIP). PIPE JOINT GAS ALl BEIg, I' : 1111155111111116111161111: — 5. ALL DUCTILE -IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH AN 8 MIL POLYETHYLENE ENCASEMENT PER THE IFICATIONS. SECTIONS OF N WATER MAIN PIPE TO BE DOUBLE WRAPPED ARE SHOWN ON THE WATER MAIN PLANS. Z 0- 6. ALL FITTINGS TO BE RESTRAINED WITH THRUST BLOCKS AND MEGA LUGS. THRUST BLOCKS SHALL BE CONSTRUCTED OF IOWA CLASS "C" w N CONCRETE. + M ® U 7. ALL VALVES SHALL BE RESTRAINED 0 8. ALL BOLTS SHALL BE NSS COR -BLUE OR STAINLESS STEEL. 0 0 - - - 9. BACKFILL WITHIN 2 FEET OF FITTINGS AND APPURTENANCES SHALL BE COMPACTED USING PNEUMATIC OR HAND TAMPERS ONLY TO ENSURE PROPER AND UNIFORM COMPACTION OF BACKFILL. ` \\ V 10. WATER MAIN CROSS -HATCHED ON THE PROFILE SHALL RECEIVE FINAL TRENCH BACKFILL (BEGINNING 1 FOOT ABOVE THE PIPE) OF CLASS 1 w D CRUSHED STONE (SODAS 3010) COMPACTED TO 95% STANDARD PROCTOR DENSITY. FINAL TRENCH BACKFILL FOR ALL OTHER WATER MAIN SHALL // 01 BE EITHER OF THE FOLLOWING COMPACTED TO 95% STANDARD PROCTOR DENSITY: j0 p y 0 10.A. SUITABLE EXCAVATED MATERIAL. IF EXCAVATED MATERIAL IS NOT SUITABLE, THEN; — �"t O _ M 10.8. CLASS 1 CRUSHED STONE VZ _ m ? 11. PROVIDE AND INSTALL TRACER WIRE FOR ALL NEW WATER MAIN. REFER TO THE ACCEPTED WATER MAIN MATERIALS SPECIFICATION. SEE DETAIL ON SHEET U.03. Ln In o> 3 Q N f7 O 12. WHERE NOTED ON THE PLANS FOR DIRECTIONAL DRILLING INSTALLATION, COMPLY WITH SUDAS SPECIFICATION SECTION 3020 FOR TRENCHLESS INSTALLATION METHOD. 13. NEW WATER SERVICES SHALL BE LIVE TAPPED UTILIZING TAPPING SLEEVE AND VALVE WITH FLUORO GASKETS. 14. CONTRACTOR TO CONTACT CITY OF IOWA CITY WATER DIVISION TO SCHEDULE ALL LIVE TAP CONNECTIONS. 15. PRIOR TO CONNECTING NEW WATER SERVICES AND SHUTTING DOWN EXISTING WATER MAINS, NEW WATER MAIN TO BE COMPLETED AND SHALL"." HAVE PASSED DISINFECTION AND PRESSURE TESTS. CONTRACTOR SHALL BE ABLE TO PROVIDE AND INSTALL A TEMPORARY BLOWOFF TO ACCOMMODATE TESTING AS NEEDED PRIOR TO MAKING CONNECTIONS TO EXISTING WATER MAINS. 16. CONTRACTOR IS REQUIRED TO PROVIDE MINIMUM 7 DAYS ADVANCE NOTICE TO OWNER'S REPRESENTATIVE PRIOR TO SHUTTING OFF WATER SERVICE. THE CITY WILL PROVIDE THE CONTRACTOR WITH THE SHUTDOWN NOTIFICATION FORM. �o 17. DUE TO THE DOWNTOWN LOCATION, THE NUMBER OF SHUTDOWNS REQUIRED TO COMPLETE THE WORK, AND THE TYPE OF CUSTOMERS THAT WILL HAVE SHUTDOWNS, THE CONTRACTOR AND THE CITY WATER DIVISION WILL VISIT THE PROPERTIES IN ADVANCE TO DETERMINE WHEN THE OUTAGES CAN OCCUR. WATER MAIN SHUTDOWN TIMES WILL BE AS DIRECTED BY THE CITY WATER DEPARTMENT, AND MAY REQUIRE NIGHT WORK. NIGHT WORK IS TO BE INCLUDED AS PART OF THE CONTRACTOR'S BID FOR WATER MAIN WORK. 18. ALL EXISTING HYDRANTS REMOVED ARE TO BE DELIVERED TO THE CITY WATER DIVISION 19. ALL NEW FIRE HYDRANTS ON THIS PROJECT SHALL HAVE A 5]" MAIN VALVE OPENING. 20. REFER TO SHEET U.04 FOR FIRE HYDRANT ASSEMBLY DETAILS. 21. PLACE CONCRETE CAP ON ALL NEW CURB STOP INSTALLATIONS WITHIN PAVING. 22. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS, OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THAT THERE MAYBE OTHER FACILITIES IN THE CONSTRUCTION AREA, THE EXISTENCE OF WHICH IS NOT PRESENTLY KNOWN OR SHOWN HEREON. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 23. CONTRACTOR HAS OPTION TO DIRECTIONAL BORE OR TRENCH WATER MAIN ACROSS BURLINGTON STREET AFTER UTILITY DUCTS HAVE BEEN LOCATED. CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES AND IOWA CITY WATER DIVISION ON BEST APPROACH TO GET WATER MAIN INSTALLED AROUND DUCT BANKS. _Ml CLASS 1 CRUSHED STONE 2031 CONTRACTOR IS REQUIRED TO NOTIFY MID -AMERICAN ENERGY (JASON WARREN: 319-341-4425) IN ADVANCE OF ANY WORK OCCURRING AROUND THE MID -AMERICAN ELECTRIC FACILITIES. O 5 m PROJECT NO. 1121150 SHEET NO. MW.00 IM e P n a s II l AN GA I I� r W— w--- W -----W— i 2"CVSW — _ • / �t— 0 17+00 8 IVE TAP, TAPING SLEEVE MU HAVE FLORID GASK S �? I 6" LIVE TAP, TAPING SLEEVE - I MUSTLHAVE FLORID----_GASKi 9 302+007 02+00 303+ODI I -�C CONNECT TO CONNECTTO WATER MAIN PLAN VIEW EXISTING 1"=20' NTON STREET 18+00 ASSEMBLY W -----w- 304+00 12"22.5' BEND 1111E,X4O PROJECT NO 1121150 SHEET NO. MW.02 700 700 - _- NOTE: - CONTRACTOR IS REQUIRED TO sss 680 --- ----_ .-- --_.._ _. __... ----------- ss5 ----. _.. _-___ _-. _._- -..-.-.- _ EXISTING 3 E..- ROPOSE GRADE _- w.::: COORDINATE WITH MCCLOMAS m LINCA (GC FOR HILTON HOTEL) TO -- -..- - -- ------ 675 ¢ g ENSURE THAT WATER MAIN IS sso �.__..__ — — — — — — — _ — ——..—.--- sso ___ _-- INSTALLED AND CONNECTED TO a EXISTING SERVICE FOR HOTEL _ _-_ -- -..-.. 670 PRIOR TO DRIVEWAY AND say Tg _-... - - _..... _.._ say O h r O - O - O M d SIDEWALK BEING PLACED FOR (OD (OO t00 t00 tm0 fmD (m0 tmD HOTEL. —` WATER MAIN PROFILE 302+25 303+00 304+00 304+50 H:1" = 20'; V:1" = 10' _ __ ---- 1111E,X4O PROJECT NO 1121150 SHEET NO. MW.02 - _- 680 680 --- ----_ .-- --_.._ _. __... ----------- _._ _.._.. ._.... ----. _.. _-___ ...-. _. -..-.-.- ___ ❑._...- _- w.::: -- -..- - -- - m 675 ¢ o� 1�C-1 ___ _-- -- 670 670 O h r O O O O O M N (OD (OO t00 t00 tm0 fmD (m0 tmD (m0 tm0 WATER MAIN PROFILE 302+25 303+00 304+00 304+50 H:1" = 20'; V:1" = 10' 1111E,X4O PROJECT NO 1121150 SHEET NO. MW.02 P:IPmJectsVC1112115MDeINemblesTrawingsll CMr MW.01 Water MaIn Plan and ProMe.d g II 0 m A C m � o G z y Oz 0 4/7/2017 4:52:28 PM �n B W � WATER MAIN PLAN AND PROFILE S H IV E HATT G BURLINGTON CLINTONSTREET INTERSECTION IMPROVEMENTS IOWA CRY, IOWA A R C H I T E C T U R E+ E N G I N E E R I N G DATE 0471912017 scALE - 2839 Northgate Drive I Iowa City, Iowa 52245 DRAWN BN FIELD BOOK - 319.354.3040 fax: 319.354.6921 1 www.shive-haftery.com APPROVED BRB REVISION — Iowa I Illinois Indiana p N E GENERALNOTES 1. THE CITY OF IOWA CITY TRAFFIC SIGNALIZATION SPECIFICATIONS APPLY TO THIS PROJECT. 2. THE LOCATION OF ALL UTILITIES ON THE PLANS ARE TAKEN FROM EXISTING PUBLIC RECORDS. THE EXACT LOCATION AND ELEVATION OF ALL PUBLIC UTILITIES MUST BE DETERMINED BY THE CONTRACTOR. IT SHALL BE THE DUN OF THE CONTRACTOR TO ASCERTAIN WHETHER ANY ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN ON THE PLANS MAY BE PRESENT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL UNDERGROUND UTILITIES AND SHALL NOT BE SEPARATELY COMPENSATED FOR DELAYS OR EXTRA COST. 3. THE MEANS OF THE WORK AND THE SAFETY OF THE CONTRACTOR'S EMPLOYEES ARE SOLELY THE RESPONSIBILITY OF THE CONTRACTOR. 4. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING,EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OUTSIDE THE CONSTRUCTION LIMITS RESULTING FROM NEGLIGENCE. 6. THE CONTRACTOR SHALL COORDINATE TEMPORARY DISRUPTION OF UTILITY SERVICES WITH THE CITY OF IOWA CITY, AND/ORAFFECTED UTILITY COMPANIES WHEN RELOCATING EXISTING FACILITIES OR CONNECTING TO THE EXISTING FACILITIES. 7. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING THE POWER SERVICE LOCATION WITH THE POWER SERVICE PROVIDER PRIOR TO CONDUIT/CIRCUIT INSTALLATION. THE SERVICE SHALL BE UNDER GROUND INSTALLATION. B. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL UNCOVER EXISTING UTILITIES AT CRITICAL LOCATIONS TO VERIFY EXACT HORIZONTAL LOCATION AND ELEVATION. 9. THE LATEST MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES SHALL APPLY TO THIS PROJECT. 10. ALL QUANTITIES SHOWN IN THE PLANS AND SPECIFICATIONS ARE FOR INFORMATIONAL AND ESTIMATING PURPOSES ONLY. THE CONTRACTORS BID FOR THIS PROJECT SHALL INCLUDE ALL LABOR AND MATERIALS NECESSARY TO PROVIDE A COMPLETE AND FUNCTIONAL TRAFFIC SIGNAL INSTALLATION. 11. THE CONTRACTOR SHALL INSTALL ONE SIGNAL CABLE FROM EACH SIGNAL HEAD TO THE BASE OF THE POLE. A5 -CONDUCTOR CABLE SHALL BE USED FOR 3 -SECTION HEADS, A7 -CONDUCTOR SHALL BE USED FOR OR 5 SECTION SIGNAL HEADS, AND A 9 -CONDUCTOR CABLE SHALL BE USED FOR PEDESTRIAN SIGNAL HEADS AND PUSH BUTTONS PER SIGNAL POLE. 12. THE LOCATIONS OF ALL FOOTINGS, HANDHOLES, CONDUIT, AND DETECTOR ZONES ARE TO BE COORDINATED WITH THE ENGINEER AND ARE SUBJECT TO ADJUSTMENT IN THE FIELD BY THE ENGINEER. 13. ALL SIGNAL HEADS SHALL COME FURNISHED WITH BACK -PLATES. 14. ALL STREETLIGHT LUMINAIRE ARMS SHALL BE LOCATED AT 180 DEGREES TO THE POLE ACCESS HANDHOLE (PARALLEL WITH MAST -ARM) UNLESS OTHERWISE NOTED. LUMINAIRES SHALL HAVE A 30' MOUNTING HEIGHT. STREET LIGHTS SHALL BE LEOTEK LED GREENCOBRA GCI. 15. RUNS FOR CAMERA POWER/FOCUS AND COAXIAL CABLE SHALL BE CONTINUOUS WITHOUT SPLICES FROM THE CAMERA TO THE CONTROLLER. 16. THE STATIONS AND OFFSETS LISTED ON THE SIGNAL PLANS ARE TO THE CENTER OF THE ITEM UNLESS OTHERWISE NOTED. 17. CONTRACTOR TO RECEIVE DELIVERY OF TRAFFIC SIGNAL POLES ASSUMES RESPONSIBILITY FOR DELIVERY, STORAGE, PROTECTION, AND INSTALLATION IN THE FIELD. CONSTRUCTION MATERIALS MAY BE STORED ON SITE AS DIRECTED BY THE ENGINEER. 18. ALL MAST ARM MOUNTED SIGNAL HEADS, TRAFFIC SIGNS, AND STREET NAME SIGNS SHALL BE MOUNTED USING A UNIVERSALLY ADJUSTABLE MOUNTING BRACKET. 19. THE TRAFFIC SIGNAL CABINET SHALL BE MOUNTED ON A 18 INCH HIGH ALUMINUM RISER. 20. THE VIDEO DETECTION UNITS AND OBSERVATION CAMERA SHALL BE MOUNTED USING A UNIVERSALLY ADJUSTABLE MOUNTING BRACKET. VIDEO DETECTION UNITS MOUNTED ON THE MAST ARM SHALL USE AN EXTENSION POLE WITH ASTRO BRACKET CLAMP KIT. VIDEO DETECTION UNITS AND OBSERVATION CAMERA MOUNTED ON LUMINAIRES SHALL BE MOUNTED DIRECTLY TO THE LUMINAIRE ARM. 21. ELECTRICAL SERVICE FOR STREET LIGHTING IS 120 VAC. SINGLE PHASE. STREET LIGHTING SHALL BE ON SEPARATE 120 V CIRCUIT FROM THE TRAFFIC SIGNALS. THE STREET LIGHTING WILL BE CONTROLLED BY A CABINET -MOUNTED PE PHOTOCELL WITH WATER -TIGHT ENTRY. A SERVICE SURGE BREAKER SHALL BE INSTALLED FOR ALL INCOMING POWER. 22. TRAFFIC SIGNAL POLES, MAST ARMS, AND LUMINAIRE EXTENSIONS SHALL HAVE A GLAVANIZED FINISH. 23. THE CONTROLLER SHALL BE EAGLE M60 FIBER READY. FURNISH AND INSTALL PATCH CORDS, DISTRIBUTION PANELS, AND MISCELLANEOUS CABINET EQUIPMENT. CONTROLLER SHALL BE INTERCONNECTED TO THE EXISTING CONTROLLERS AT THE BURLINGTON STREET AND CAPITAL STREET INTERSECTION AND THE BURLINGTON STREET AT DUBUQUE STREET INTERSECTION WITH FIBER OPTIC CABLE AS SHOWN ON THE PLANS. THE CITY IS RESPONSIBLE FOR INSTALLING FIBER OPTIC CABLE AND MAKING THE NECESSARY FIBER TERMINATIONS. 24. ALL PVC CONDUIT SHALL BE SCHEDULE 80 OR DIRECTIONAL BORED HDPE CONDUIT. 25. THE CONTRACTOR HAS THE OPTION TO TRENCH OR BORE CONDUIT, HOWEVER, PAVEMENT SHALL NOT BE DISTURBED DURING CONSTRUCTION UNLESS NOTED ON THE PLANS. AREAS DISTURBED BY CONSTRUCTION SHALL BE RESTORED TO ORIGINAL CONDITION AT THE CONTRACTOR'S EXPENSE. 26. ALL SIGNAL INDICATIONS SHALL BE LED IN ACCORDANCE WITH MOST RECENT ITE SPECIFICATIONS. LED'S SHALL HAVE A 15 YEAR PERFORMANCE WARRANTY. 27. INSTALLA #6 A.W.G. BARE COPPER GROUND WIRE BETWEEN THE GROUND RODS IN THE SIGNAL. FOOTINGS AND THE CONTROLLER CABINET TO FORM A CONTINUOUSLY GROUNDED SYSTEM. THE GROUND WIRE SHALL BE INSTALLED IN ALL CONDUITS. 28. CONTRACTOR SHALL FURNISH A SCHEDULE OF UNIT PRICES FOR ESTIMATED TRAFFIC SIGNAL QUANTITIES. 29. PROVIDE 48 HOURS NOTICE TO CITY OF IOWA CIN TRAFFIC ENGINEERING DEPARTMENT BEFORE PLACING TRAFFIC SIGNALS INTO OPERATION. 30. REFER TO STAGING/TRAFFIC CONTROL SHEETS FOR TRAFFIC CONTROL AND STAGING DETAILS FOR THE PROJECT. THE EXISTING TRAFFIC SIGNAL SYSTEM SHALL REMAIN OPERATIONAL THROUGHOUT CONSTRUCTION. ANY NECESSARY SHUTDOWNS OF THE EXISTING TRAFFIC SIGNAL SYSTEM SHALL OCCUR DURING OFF PEAK HOURS AND BE COORDINATED WITH THE ENGINEER. 31. FURNISH AND INSTALL BATTERY BACK-UP SYSTEM INCLUDING ALL ACCESSORIES AND CABINET. SYSTEM SHALL PROVIDE 4 HOURS OF FULL COLOR OPERATION AND 8 HOURS OF FLASHING OPERATION. 32. CONTRACTOR SHALL BAG COMPLETED TRAFFIC SIGNALS UNTIL NOTIFIED BY THE ENGINEER TO ACTIVATE THE IN LEGEND TRAFFIC SIGNAL PLAN MARK DESCRIPTION TRAFFIC SIGNAL W/ BACKPLATE -m PEDESTRIAN SIGNAL ('I MAST ARM (LENGTH) -c LUMINAIRE Q HANDHOLE 8 CONTROLLER ® SIGNAL BASE O PEDESTAL BASE - l VIDEO DETECTION ZONE WIRELESS DETECTOR 6i INDUCTIVE LOOP DETECTOR L7t VIDEO DETECTION CIO --c OBSERVATION CAMERA s MAST ARM / POST MOUNTE SIGN { GROUND MOUNTED SIGN /O SIGNAL POLE LABEL HANDHOLE LABEL Q SIGNAL HEAD LABEL 8A PEDESTRIAN HEAD LABEL - - CONDUIT O BOLLARD PUSHBUTTON TRAFFIC SIGNALIZATION/FIBER INTERCONNECT LUMP SUM (D o ITEM QUANTITIES Z z ITEM UNIT QUANTITIY AS -BUILT QUANTITY w > CONTROLLER AND CABINET & CONTROLLER, 8 -PHASE W/ ACCESSORIES LS 1 Z N N CABINET CABINET MODIFICATIONS (FIBER INTERCONNECT) EA 5 uN'i TRAFFIC SIGNAL VEHICLE SIGNAL HEAD - R,Y,G W/ BACKPLATE, MAST EA 8 m HEADS ARM MOUNTED Z o - VEHICLE SIGNAL HEAD - <R,<Y,<FY, <G W/ BACKPLATE,EA 4 "-' >, N MAST ARM MOUNTED + U coo DETECTION ITERIS VIDEO DETECTION SYSTEM LS 1 1 cc' O POWER SUPPLY ELECTRICAL SERVICE EA 1 h of HANDHOLES POLYMER CONCRETE COMPOSITE HANDHOLE, TYPE III EA 8 1� I- a)c'? m� POLYMER CONCRETE COMPOSITE HANDHOLE, TYPE1 EA \ w w o IV / WIRE AND CABLE SIGNAL CABLE - 7C #14 LF 881 �_ ca (INCLUDEST QUANTITIES WITHIN SIGNAL CABLE -5C#15 LF 1,028 t o 1 y m= SIGNAL POLES AND SIGNAL CABLE 9C #14 LF 1,364 U Z - - o m MAST ARMS) M 3 LIGHTING - 1 C #8 LF 1,687 Q °� VIDEO ECTION-3C#16 LF 740 N m VYEO DETECTION - RG -591U LF 740 RACER -1c#10 LF 724 I GROUND -1c#6 LF 900 COND 2" PVC (SCH 80), TRENCHED LF 72 3" PVC (SCH 80), TRENCHED LF 48 4" PVC (SCH 80), TRENCHED LF 28 4" PVC (SCH 80), PUSHED LF 265 z 2" HDPE SDR 11 LF 1,184 ww F-> 2" STEEL, TRENCHED LF 15 z ¢� 2" STEEL, PUSHED LF 94 pa o CONCRETE LE FOOTING - 3' DIA X 13' DEPTH EA 4 w a w $ o FOOTINGS POL OTING - 2' DIA X 4' DEPTH EA 4 w w o V w w TRAFFIC PEDESTR PEDESTAL - GALVANIZED EA 4 z� SIGNAL COMBINATIO IGNAL POLE/LUMINAIRE ARM- EA 2 ¢� o POLES GALVANIZED 'MAST ARM zz - C m a COMBINATION SIG POLE/LUMINAIRE ARM- EA 2 c m GALVANIZED W1 45'MAKARM Uu 8 MISC PEDESTRIAN SIGNAL HEA EA 8 �o PEDESTRIAN PUSH BUTTONS EA 8 LED LUMINAIRE LIGHT FIXTURES - LEOTEK EA 4 m SIGNS TRAFFIC SIGN - R3 -5L EA 4 TRAFFIC SIGN - R10 -12A EA 4 TRAFFIC SIGN - RIO -15 EA 4 „a,,. , 1 TRAFFIC SIGN -D4 -1L EA TRAFFIC SIGN - D4-1 R EA 1 a TRAFFIC SIGN - R10-3ER EA 4 w o a TRAFFIC SIGN - R10-3EL EA 4 PROJECT NO. 1121150 ALL QUANTITIES SHOWN IN THE PLANS AND SPECIFICATIONS ARE FOR INFORMATIONAL AND ESTIMATING SHEET NO. PURPOSES ONLY. THE CONTRACTORS BID FOR THIS PROJECT SHALL INCLUDE ALL LABOR AND MATERIALS NECESSARY TO PROVIDE A COMPLETE AND FUNCTIONAL TRAFFIC SIGNAL INSTALLATION. N.0 TRAFFIC SIGNAL FACES • R tz Y R IGU • 1Y Y iG 12' G AA AA Ge AA AA 11 6 QQ fiass ¢ 61 62 A Q O O NOTE: SIGNAL FACES SHALL BE DIALIGHT LED WITH 15 YEAR PERFORMANCE WARRANTY �, -111 1 11 CLINTON STREET mot 19+' WN I II 44 � Hi� �II nl ISI t� LEFT TURN >- o --�� YIELD z I ON _ FLASHING o s a a w r YELLOW scsle i• r+xT LH w til ONLY ARROW Z N w _c,1 R3-5 R10 -12A C7 30" X 36" 30" X 36" Z o �\ w LO rl N \ w N '7 OM \ wllaEs P > u II � � � � i! \ � � ARKING ♦ U o ,19 5 P w I ( \ �TO ♦� ARKING 1 m-- I l0 O N_ \ II R10-15 D4 -1L D4 -1R = r c c '� 30" X 30" 30" X 30" 30" X 24" V Z 4 — co � 5r T RM Ya 15+I\\ I 2'G S I2 — — — — — — — 4 — — — — — — — — — — — — Ii m I I \ II I I V z t ______________ N II \ I ! l\ \ E I + \ a Iyn m 4 iz p -— I' —I tl \\ -- --— —W-— \ 13 W�� '11"ll UK 2046PR 13 pml 3 A: I 61—�4— — — '+ ---- 4— — as' S R 4 V« 7747\ V' o �¢ x 5 NOTE: ❑' ( I j • PROJECT NO. CITY TO PROVIDE STREET NAME SIGNS AND CONTRACTOR TO PROVIDE I BRACKETS AND INSTALL SIGNS AND BRACKETS ON MAST ARM. 11211W I I • CONTRACTOR TO REMOVE AND REINSTALL INSPIRATION AVE SIGNS ON NEW SIGNAL POLE. SHEET NO. • CONTRACTOR SHALL ENSURE THAT CONDUIT RUNS FOR NEW FIBER MEETS N.OZ I I MINIMUM CURVE RADIUS FOR FIBER OPTIC CABLE. E EXISTING CITY HANDHOLE CIC -131 H 1• , CONDUIT FOR FIBER SEE N.08 12LF-2"PVC TRENCHED SIGNAL CABINET 1 A #6 (GROUND) 6LF-2"RIGID STEEL TRENCHED NOT W. 1-1C #10 (TRACER) 2-1C #8 (POWER -HOT) 1-9C #14 (PEDESTRIAN) 2-1C#(NEUTRAL) 13LF-3"PVC TRENCHED s ❑ O 1-1C#6 (GROUND) 1-1C #10 (TRACER) 1-1C#10 (TRACER) 1-9C #14 (PEDESTRIAN) 11 LF-3"PVC TRENCHED 1-1C#6(GROUND) 1-5C#14(3- TRAFFIC SIGNAL HEAD) 11\ 10 3e O 1-7C #14 (4 - TRAFFIC SIGNAL HEAD) 1-9C #14 (PEDESTRIAN) 1-3C#18 (VIDEO) 1-1C#8 (LUMINAIRE) 7 _ �y SII � ❑4 CONDUIT FOR FIBER SEE N.08 14LF -4" PVC TRENCHED (X2) 1-1C #6 (GROUND) 1-1C #10 (TRACER) 8-9C #14 (PEDESTRIAN) 4-5C #14 (3 -TRAFFIC SIGNAL HEAD) 4-7C #14 (4 -TRAFFIC SIGNAL HEAD) 4-3C #18 (VIDEO) 4-16-WLUMINAIRE) v 79LF-4"PVC PUSHED \ 1-iC #6 (GROUND) D 1-1C#10(TRACER) 4-9C #14 (PEDESTRIAN) 2-5C #14 (3 - TRAFFIC SIGNAL HEAD) 2-7C #14 (4 - TRAFFIC SIGNAL HEAD) 2-3C#18(VIDEO) CLINTON STREET I 3-1C#8(LUMINAIRE) D• N o 19+00 92LF-4"PVC PUSHED 1-1 C #6 (GROUND) 1-1C #10 (TRACER) 2-9C #14 (PEDESTRIAN) 1-5C#14(3- TRAFFIC SIGNAL HEAD) 1-7C#14(4- TRAFFIC SIGNAL HEAD) 1-3C #18 (VIDEO) 3.1C #8 (LUMINAIRE) 64 24LF-2"PVC TRENCHED 1-1C #6 (GROUND) 1-1C #10 (TRACER) I 1-9C #14 (PEDESTRIAN) M I 62 O . I 6 11LF-3"PVC TRENCHED 1-1C#6(GROUND) Sl la 1-1C #10 (TRACER) 1-9C#14(PEDESTRIAN) O 1 -5C#14(3 -TRAFFIC SIGNAL HEAD) \ 1-7C #14 (4 -TRAFFIC SIGNAL HEAD) 1.3C #18 (VIDEO) s 3-1 C #8 (LUMINAIRE) H- -W 1— K U) z O 0 z J 0_' Z) 00 oz1—old 1-1C#10(TRACER) -moi 2-9C #14 (PEDESTRIAN) 1-5C #14 (3 - TRAFFIC SIGNAL 1-7C #14 (4 -TRAFFIC SIGNAL 1-3C #18 (VIDEO) 3-1C #8 (LUMINAIRE) 12LF-3"PVC TRENCHED 1-1C #6 (GROUND) 1-1C #10 (TRACER) 1-9C #14 (PEDESTRIAN) 1-5C #14 (3 - TRAFFIC SIGNAL 1-7C #14 (4 - TRAFFIC SIGNAL 1-3C #18 (VIDEO) 3-1 C #8 (LUMINAIRE) 12LF2"PVCTRENCHED # 47 1-1C #6 (GROUND) R3-5 1-1C #10 (TRACER) 1-9C #14 (PEDESTRIAN) i EXISTING CITY HANDHOLE CIC -131 —o1a O - R ) 2 1-9C #14 (PEDESTRIAN) ------------------- (D ---------------- E Z U w t w 0 n .>_ Z N N 0 Z 0 W TN + U m w � � WL`� o m Lu� _�2 c at M Ea \ / w o � y — m o 0 =—rnv 'u 0 CJZ Ln a m cl W 3 Q I I I I 94LF-4"RIGID STEEL PUSHED z 72-1C #8 (POWER -HOT) #8 (POWER -NEUTRAL) �>#6(GROUND)�6 10 (TRACER) Q. Oo 0(913 0 z 3 -- 0 v 9 1 zw 3 N 9LF-2"RIGID STEEL TRENCHED U c m 2-1C #8 (POWER -HOT) 2-1 C #8 (POWER -NEUTRAL) w0 wz 1-1C #6 (GROUND) �z 1-1C #10 (TRA m 6 'li n n If ii �---------- -----------CITYOFIC— ITYr L2MID AMERICAN ELECTRIC VAULT 017 AP, 13 PM4 Q a NOTE: 0 • CITY TO INSTALL FIBER LINE BETWEEN CABINET AND CITY HANDHOLE CIC -131 • INSTALL TWO POWER SERVICES FROM MID -AMERICAN VAULT TO CABINET. ONE PROJECT NO. SERVICE FOR TRAFFIC SIGNAL (METERED) AND ONE SERVICE FOR LIGHTING ON 1121166 SIGNAL POLES (NOT METERED) • FOR STREET LIGHT POWER FEEDS, THE CONTRACTOR SHALL SUPPLY AND SHEETNO. INSTALL FLOOD -SEAL IN LINE AND WYE FUSED AND NON-FUSED KITS. N.03 CONDUITFORFIBER 1• , �� SEE N.08 7 SIGNAL CABINET 6LF-2"RIGID STEEL TRENCHED NOT W. 2-1C #8 (POWER -HOT) 2-1C#(NEUTRAL) s ❑ 1-1C #6 (GROUND) 1-1C #10 (TRACER) 1 11 LF-3"PVC TRENCHED 1-1C#6(GROUND) \ 11\ 1-1 C #10 (TRACER) 1-9C #14 (PEDESTRIAN) \ 1-5C #14 (3 -TRAFFIC SIGNAL HEAD) \ 1-7C #14 (4 -TRAFFIC SIGNAL HEAD) \\ 1-3C #18 (VIDEO) O1 0-15 1-IC#8(LUMINAIRE) \ I \ \ o i 26LF-2"PVC TRENCHED CONDUIT FOR FIBER 1-iC #6 (GROUND) SEE N.08 1 11.40 RACER —o1a O - R ) 2 1-9C #14 (PEDESTRIAN) ------------------- (D ---------------- E Z U w t w 0 n .>_ Z N N 0 Z 0 W TN + U m w � � WL`� o m Lu� _�2 c at M Ea \ / w o � y — m o 0 =—rnv 'u 0 CJZ Ln a m cl W 3 Q I I I I 94LF-4"RIGID STEEL PUSHED z 72-1C #8 (POWER -HOT) #8 (POWER -NEUTRAL) �>#6(GROUND)�6 10 (TRACER) Q. Oo 0(913 0 z 3 -- 0 v 9 1 zw 3 N 9LF-2"RIGID STEEL TRENCHED U c m 2-1C #8 (POWER -HOT) 2-1 C #8 (POWER -NEUTRAL) w0 wz 1-1C #6 (GROUND) �z 1-1C #10 (TRA m 6 'li n n If ii �---------- -----------CITYOFIC— ITYr L2MID AMERICAN ELECTRIC VAULT 017 AP, 13 PM4 Q a NOTE: 0 • CITY TO INSTALL FIBER LINE BETWEEN CABINET AND CITY HANDHOLE CIC -131 • INSTALL TWO POWER SERVICES FROM MID -AMERICAN VAULT TO CABINET. ONE PROJECT NO. SERVICE FOR TRAFFIC SIGNAL (METERED) AND ONE SERVICE FOR LIGHTING ON 1121166 SIGNAL POLES (NOT METERED) • FOR STREET LIGHT POWER FEEDS, THE CONTRACTOR SHALL SUPPLY AND SHEETNO. INSTALL FLOOD -SEAL IN LINE AND WYE FUSED AND NON-FUSED KITS. N.03 P:IPmjatsllC111211501DeGveleblesl0awirigsll CIvIIW.Ot TrefAe Slgn2l.dxy 4/1312017 11:47:25 AM a a x x x x x x x x x D x x x x x x x x x x x x x a FROM a c0 41 m O x x 41 + xaa V m N xaaxaa2aaxOxx m V a A W N N+ N TO 2mp Dm r ti + Oxl IT o N A+ + t0 N + O A V t0 + N N b A N m+ + G m m CTR TO CTR DISTANCE z 9 m N V0 tp C A 0 m A x �Om O m C n d A N m i O r O z If0li A m A N G= y A —+E a m d Amm yA r m W N m z m r 0 x O m N N= O m A O n' m n_ p p C .T1 m 3 D A A x z z m a a x a a a a a a x OD x 2 a FROM m m� m m m YI UI N� p m m m m p J V V V V p x_ A A N W W W W W N_ N N + m m N 0 a QI m a a m A m m a x a m m a a O] m m m W a x U] y a C7 N A A V a m N 1) m m N N m a O TO A A A (!, N++ V N A A NA m N++ W N� A N m LA V, IJ 2 x m 2 m r A CTR TO CTR A m O++ N O W m m (p N W A m N A m m m O+ A A DISTANCE A A A it A r m p A D Z m x N A ?f m m y A - z i A m m O A V W IT V �p W A m t0 m m A pOj p O x r + + + + N + + + + A + + + + N + + + m # r m � x W W W W W W W W # C V W m O N A V m 0 O m 2 + + + N A ik V O m V m W O Z ' tm0 V N O� C ♦I x o IA + + N + + A g r r ci m o V W m IO m m m N N 'O Z V% t0 V N m O fO A m Lj n m A m m W N t0 N m N N [O N N f0 Z 0r V A V W A m m m m A V t0 f0 A y O mm m K O m m ro m n 0 m m S p 0 00 ci n 0 n n (7 e Q s Z z Z Z Z Z Z Z m N N N N N N N m a ZZ Z Z Z Z Z Z D. p p p p p p p p 0 0 i i 0 -I 0 N (All 0 0 0 N y N A A A .Ta1 ; A 3 3 3 3 3 3 A a a a a a a a a m N m fA N U1 m tll N S m yZy I- zz> yZ f1y1 yz yz Z r Z yZ !- O Iyr1 �yr1 �yrl O Byrn O O O O p O O O O O O O O O a C m C a C a C a C m C a C a C 2 x 2 2 2 2 2 m m OO m mm ym y i y y y y z z z z z z 0 z _ zi I TRAFFIC SIGNAL QUANTITIES BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS S H I V C— F- I Aid" ® m A ; 1 Z m El N m :®r IOWA CITY,IOWA •+� A R C H I T E C T U R E+ E N G I N E E R I N G DATE — oal3rzon SCALE $ 2839 Northgate Drive I Iowa City, Iowa 52245 _ DRAWN BH FIELD BOOK o 319.354.3040 1 fax: 319.354.6921 1 www.shive-haftery.com APPROVED BRB REVISION — Iowa I Illinois I Indiana E POLES AND MAST ARMS SCHEDULE Z DETAILS TOP OF LUMINAIRE LEGEND QUANTITY SIZE POLE TYPE LEFT TURN ONLY 4 30' X 36' R10 -12a C) z 30"X36" R10.15 O 4 = SIGNAL HEAD SPACING PARKING LEFT ARROW POLE HEIGHT z = O PARKING RIGHT ARROW FOOTING n D3-1 < z z t7 ¢ B C D CAM P CONNECTION DETAIL 8' 10' 18' NOTE DIAMETER DEPTH PER TOP OF 9"X 15' R10-3eL PUSH BUTTON 4 9"X15" Notes: 1) Signs shall be placed as shown on Sheet N.02 2) City to provide street name signs and contractor to install. 3) Contractor to remove and reinstall Inspiration Ave signs on new signal pole. S -Semi-Actuated 2) NORMAL OPERATION IS 8 PHASE, WITH PHASES 1.3.5,7 BEING P - Pretimed PROTECTEDIPERMISSIVE LEFT TURNS WITH FLASHING YELLOW ARROWS M -Master O i w 0 SCHEDULE FOOTING P4 19+95.25 4 5' R 1 P5 19+13.49 44.14' 1 COMBINATION 45.0' 39.8 28.3 16.4 15 P6 19+04.86 30.0' 15.0' 0 3.0' 14.0' 691.27 2 PEDESTRIAN PEDESTAL P7 19+04.77 39.04' L 1 1 2.0' 4.0' 691.50 3 COMBINATION 40.0' 35.7 24.4 13.0 15 1 30.0' 15.0' 0 HH1 3.0' 14.0' 691.56 4 PEDESTRIAN PEDESTAL 1 TRAFFICSIGNAL HH2 1 30.85' R 2.0' 4.0' 691.69 5 COMBINATION 45.0' 41A 29.8 18.1 15 49.98' R 30.0' 15.0' 0 1 3.0' 14.0' 691.91 6 PEDESTRIAN PEDESTAL 19+18.08 41.54' L 1 1 TRAFFICSIGNAL HH5 2.0' 4.0' 691.89 7 COMBINATION 40.0' j 35.9 j 24.7 13.3 15 POWER HH6 20+00.81 30.0' 15.0' 0 3.0' 14.0' 691.58 8 PEDESTRIAN PEDESTAL POWER HH7 19+87.95 74.53' L 1 1 2.0' 4.0' 691.55 FIBER OPTIC HHB 23+09.21 34.23' L 1 FIBER OPTIC HH9 23+09.31 25.19' Notes: 1) LOCATION IS DISTANCE FROM CENTER OF POLE MEASURED OUTO TO THE END OF THE ARM. 2) ORIENTATION OF LUMINAIRE ARM IS CLOCKWISE MEASUREED FROM THE CENTERLINE OF THE SIGNAL MAST ARM. 3) ON COMBINATION POLES, A MINIMUM OF 4'X6' HANDHOLE AND COVER SHALL BE LOCATED IN THE SHAFT OPPOSITE THE SIGNAL MAST ARM. 4) CAMERA SHALL BE MOUNTED ON THE MAST ARM ON RISER. CONTROLLER CABINET SCHEDULE POLE AND MAST ARM SIGNS SCHEDULE TOP OF o: zw �m N� z z LEGEND QUANTITY SIZE R3-5 LEFT TURN ONLY 4 30' X 36' R10 -12a LEFT TURN YIELD ON FLASHING YELLOW 4 30"X36" R10.15 TURNING VEHICLES YIELD TO PEDESTRIANS 4 30"X301 D4 -1L PARKING LEFT ARROW 1 30'X30' D4 -1R PARKING RIGHT ARROW 1 30'X24' D3-1 BURLINGTON STREET 2 74.13' 133-1 CLINTON STREET 2 A L INSPIRATION AVE 2 L R70-3eR PUSH BUTTON 4 9"X 15' R10-3eL PUSH BUTTON 4 9"X15" Notes: 1) Signs shall be placed as shown on Sheet N.02 2) City to provide street name signs and contractor to install. 3) Contractor to remove and reinstall Inspiration Ave signs on new signal pole. S -Semi-Actuated 2) NORMAL OPERATION IS 8 PHASE, WITH PHASES 1.3.5,7 BEING CONTROLLER CABINET SCHEDULE LOCATION TOP OF CONTROLLER REMARKS FOOTING O z 1-2 STATION LOCATION OFFSET BASES HANDHOLES REMARKS ELEVATION W P1 STATION OFFSET PHASES TYPE FUNCTION 20+01.53 74.13' L 691.34 8.00 A L 20+07.65 40.75' L 1 Notes: A- Fully -Actuated 1) THE SIGNAL SYSTEM FLASH MODE IS ALL RED S -Semi-Actuated 2) NORMAL OPERATION IS 8 PHASE, WITH PHASES 1.3.5,7 BEING P - Pretimed PROTECTEDIPERMISSIVE LEFT TURNS WITH FLASHING YELLOW ARROWS M -Master 3) PHASE 2 AND 6 SHALL BE ON VEHICLE RECALL. L- Local •.• ICL R -- PA: 0 0 °d PROJECT NO. 1121150 SHEET NO. N.05 BASE AND HANDHOLES SCHEDULE O z 1-2 STATION LOCATION OFFSET BASES HANDHOLES REMARKS W P1 19+95.94 52.11' 1 P2 20+07.65 40.75' L 1 P3 20+04.67 30.4 R 1 P4 19+95.25 4 5' R 1 P5 19+13.49 44.14' R 1 P6 19+04.86 34.35' R P7 19+04.77 39.04' L 1 P8 19+17.83 51.82' L 1 HH1 19+88.48 56.15' L 1 TRAFFICSIGNAL HH2 19+92.79 30.85' R 1 TRAFFIC SIGNAL HH3 19+22.47 49.98' R 1 TRAFFICSIGNAL HH4 19+18.08 41.54' L 1 TRAFFICSIGNAL HH5 20+07,86 26.20' R 1 POWER HH6 20+00.81 67.59' L 1 POWER HH7 19+87.95 74.53' L 1 FIBER OPTIC HHB 23+09.21 34.23' L 1 FIBER OPTIC HH9 23+09.31 25.19' R 1 FIBER OPTIC TOTALS 0 4 0 4 0 8 1 0 Notes: 1) All locations to center of pole baselhandhole. 2) Top of Foundation = 3' above Proposed Grade. •.• ICL R -- PA: 0 0 °d PROJECT NO. 1121150 SHEET NO. N.05 3'Clearance #5 Ties �� ) M Bare .tts Oi Shape top 11 inches with forms. 0 Install rodent guard. i' Gmund Wm Duct Expansion Material Te Spacing: FOOTING DIMENSIONS TABLE 3' Clearance II 30' 1r 2 TYPE Ms. Mast Ann Length Pawmtl Pavement N Bars Count Size } Grade Tie Bars er as no #Spaces #Spaces T a n A 0.. 12'-0" 3'-0" 12 8 9 12' N/A 6Spaces O.C. B 36'-45' 14'-0' Y -O" 12 8 el4' 11 12' N/A N/A Ground Rod 46'-55 16'-0. 3'-0' Conduit 8 120'-6'40 Clamp 8• 5 12' D 56'-80' 18'-0' "V` Bars L Upper Tie Bar Spacing AnrJror Bolfs 8' 5 12' E 61'-70' 18'-0' 3'6' 12 10 Ground Rod 15 8' 5 ifs Ties F 71'-80' 21'-0' 3'6' 72 10 (0 Z O— 22 6' 10 8' Lower Tie Bar m Fixed or Universally I Spacing uT j, N Adjustable Mounting } i.) ) Co. Brae 3'Clearance #5 Ties �� ) M Bare .tts Oi Shape top 11 inches with forms. 0 Install rodent guard. MAST ARM FOOTING DETAIL NOT TO SCALE STEEL BOLT g I PULL AOT b EXTEND B' BASE WALLS OF COVER PULL COVER FROM SUDAS STANDARD 8010.102 COVER SHALL BE RATED TO 15,000 LL 71ER 15 HANDHOLE DIMENSION TABLE (NOMINAL) LENGTH WIDTH DEPTH FOOTING DIMENSIONS TABLE (D) II 30' 1r 24- TYPE Ms. Mast Ann Length Foundation © OW N Bars Count Size Bar Tie Bars er as no #Spaces #Spaces ower a n A 5 35' 12'-0" 3'-0" 12 8 9 12' N/A WA B 36'-45' 14'-0' Y -O" 12 8 11 12' N/A N/A C 46'-55 16'-0. 3'-0' 12 8 120'-6'40 12 8• 5 12' D 56'-80' 18'-0' T -O' 13 8 15 8' 5 12' E 61'-70' 18'-0' 3'6' 12 10 15 8' 5 12' F 71'-80' 21'-0' 3'6' 72 10 (0 Z O— 22 6' 10 8' MAST ARM FOOTING DETAIL NOT TO SCALE STEEL BOLT g I PULL AOT b EXTEND B' BASE WALLS OF COVER PULL COVER FROM SUDAS STANDARD 8010.102 COVER SHALL BE RATED TO 15,000 LL 71ER 15 HANDHOLE DIMENSION TABLE (NOMINAL) LENGTH WIDTH DEPTH TYPE 0.) (W) (D) II 30' 1r 24- 111 36' 24' 30' IV 48' 30' 36• BOX PRECAST COMPOSITE HANDHOLE NOT M SCALE FROM SUDAS STANDARD 8010.103 24' MINI PEDESTAL POLE A � TYPE A PEDESTRIAN POLE DET FOOTING DETAIL FO DESTRIAN POLE NOT TO SCALE all SUDAS STANDARD 8010.106 NOT M SCALE -FROM STANDARD 878001-08 I aBINEr I I I I I I MGM --------J CONDURQ 1' GROUND M=R BOLTS 02 MIRE DUCT I � \ 3'YW GROUND ROD Gil 81NET M1DIH + 8'— GBWET r--A� - emir. N0T6 (1D SWPE TOP 11 INCHES Q BOLT SPACWG uIC CONWR 1MATNINS p5 SPECIRED BY THE MM'UFM RFR METER FURNISHED AND INSTALLED BY CONTRACTOR. (SIDE OF CABINET TO BE DETERMINED AT TIME OF CONSTRUCTION.) RBER 0 O I I I I Z U CABINET CABINET I _ � 3-0• MIN I METER I I I 13.t N I z N I - E1WAN510N I 33N WFALL � (0 Z O— I I m Fixed or Universally I uT j, N Adjustable Mounting } i.) ) Co. Brae No. 6 bare Ground clamp to POWER SUPPLY opper wire Bushing ?i MIDAMERICAN ENERGY FOR ENACT REQUIREMENTS, 1 25 el 1 Finished � PedestrianTraffic _ grade line Signal Head Assembly . " E E w 1- g1 C9 m U> x E? Pedesidan - Anchor W — Push Button.U- Sign E E rod .E ~ N m 7 pLo C '74 aE =Cm r ED y Cl Petlesidan Push BUDon °Y a m Concrete C.J Z M) — M d+. M tp 0 mm '.Ground _ • S C4 c:1 O 24 Squ or eter I Conduit ( ize od PEDESTAL POLE A � TYPE A PEDESTRIAN POLE DET FOOTING DETAIL FO DESTRIAN POLE NOT TO SCALE all SUDAS STANDARD 8010.106 NOT M SCALE -FROM STANDARD 878001-08 I aBINEr I I I I I I MGM --------J CONDURQ 1' GROUND M=R BOLTS 02 MIRE DUCT I � \ 3'YW GROUND ROD Gil 81NET M1DIH + 8'— GBWET r--A� - emir. N0T6 (1D SWPE TOP 11 INCHES Q BOLT SPACWG uIC CONWR 1MATNINS p5 SPECIRED BY THE MM'UFM RFR METER FURNISHED AND INSTALLED BY CONTRACTOR. (SIDE OF CABINET TO BE DETERMINED AT TIME OF CONSTRUCTION.) RBER I I I I CABINET CABINET 3-0• MIN METER - E1WAN510N WFALL m OEPfH + s' POWER SUPPLY NOTE COORDINATE WITH MIDAMERICAN ENERGY FOR ENACT REQUIREMENTS, SERVICE DETAIL - CONTROLLER CABINET BASE CABINET MOUNTED NOT TO SCALE FROM SUDAS STANDARD 8010.101 NOT TO SCALE REAKER DISCONNECT :IRC ECTI TBREAKER JTON w .dgYOIC tTT Ynn 2017 AP 13 Pt! � PROJECT NO. 1121150 SHEET NO. N.06 �d E REMc NOIAIIING BPPQ.F yrsrnuuEss a�mavrowG MTP CR siG s WIL 881E EM TYPICAL CAMERA INSTALLATION NOT TO SCALE 15' 3' RISE VIDEO DETECTIOOI� R R 93 HGFL— TYPICAL PLACEMENT OF TRAFFIC CONTROL AND STREET NAME SIGNS OENSURE THE TOP OF THE SIGNAL HOUSING IS NO MORE THAN 25'-6" ABOVE THE PAVEMENT. ENSURE THE BOTTOM OF THE SIGNAL HOUSING AND RELATED ATTACHMENTS ARE AT LEAST 15'-6" ABOVE THE PAVEMENT. O2 ENSURE THE BOTTOM OF THE SIGNAL HOUSING (INCLUDING BRACKETS THAT IS NOT LOCATED OVER A ROADWAY IS A MINIMUM OF ""AND A MAXIMUM OF 14'-6" ABOVE THE SIDEWALK, OR IF THERE IS NO SIDEWALK ABOVE THE PAVEMENT GT CENTER OF ROADWAY. O3 MOUNT PEDESTRIAN SIGNAL HEADS WITH THE BOTTOM OF THE SIGNAL HOUSING (INCLUDING BRACKETS) NO LESS THAN T-0" OR MORE THAN 10'-0" ABOVE THE SIDEWALK LEVEL. POSITION AND ADJUST HEADS TO PROVIDE MAXIMUM VISIBILITY AT THE BEGINNING OF THE CONTROLLED CROSSWALK. O 4"X8" HANDHOLE WITH FRAME AND COVER LOCATED OPPOSITE OF ONCOMING TRAFFIC BOLT COVERS (4 REQUIRED) 2" MIN - 3" MAX ABOVE GRADE OR FLUSH WITH SIDEWALK�� � P A I> p D p A p D p D A TYPICAL STEEL MAST ARM NOT TO SCALE PEDESTRIAN PUSH BUTTON AND SIGN GROUND LUG OPPOSITE HANDHOLE STAINLESS 2017 I I I PROJECT NO. 1121150 SHEET NO. N.07 e o® scNc x a[r w W z O Z W 03 R3-17 w -s+oo s+oo R3-17 NOTES: • LANE DIMENSIONS SHOWN ARE APPROXIMATE. CONTRACTOR SHALL ENSURE THAT BIKE LANES ARE STRIPED AT 5 MINIMUM, AND PARKING LANES AT B' FROM FACE OF CURB. TRAFFIC LANES ARE PREFERRED TO BE STRIPED AT 11', IF THERE IS ADDITIONAL WIDTH OF THE ROAD THE BIKE LANE WIDTH SHALL BE INCREASED. • R3.17 SIGNS SHALL BE BLACK ON WHITE. • PARKING METERS BETWEEN BENTON AND RAILROAD TRACKS SHALL BE REMOVED AND RETURNED TO THE CITY OF IOWA CITY. • WHERE PARALLEL PARKING SPACES ARE DELINEATED AND TO REMAIN, PERPENDICULAR STRIPE TO BE REPLACED IN EXACT SAME POSITION. W LU D_ W W } or�L oNLY R3 -8C ADV. INTERSECTION CONTROL VARIES" X 30' CLINTON STREET R3-8 MOD ADV. INTERSECTION BUS CONTROL ONLY VARIES" X30" a'7�JQ1 R3-17 Rt -i BEGIN R4-4 R3-8 R3-88 R3 -Bb YYYGGV// STOP N�" ���cJ^I �/ BIKE LANE 36X LANE YIELD DTO BIKES \ ADV. INTERSECTION /(" ADV. INTERSECTION CON INTERSECTION BIKE LANE 18'X24" 36"X36" 36"X30ELDTOBIKES u LLLJJI CONTROL ONLLLLJJJYONL OLJNLY CONTROL IJ GAMBOL 11ElDTO IKE$ 36'X30' ONLY VARIES"X30" VARIES"X30" ONLY NLY VARIES" X30" PROJECT NO. 1121150 SHEET NO. 0.01 NOTES: • LANE DIMENSIONS SHOWN ARE APPROXIMATE. CONTRACTOR SHALL ENSURE THAT ALL TRAFFIC LANES ARE STRIPED AT 11', BIKE LANES AT 5', AND PARKING LANES AT 8' FROM FACE OF CURB. IF THERE IS ADDITIONAL WIDTH OF THE ROAD THE BIKE LANE WIDTH SHALL BE INCREASED. • R3-17 SIGNS SHALL BE BLACK ON WHITE. • PARKING METERS BETWEEN BENTON AND RAILROAD TRACKS SHALL BE REMOVED AND RETURNED TO THE CITY OF IOWA CITY. • WHERE PARALLEL PARKING SPACES ARE DELINEATED AND TO REMAIN, PERPEN ULAR STRIPE TO BE REPLACED IN EXACT SAME POSITION. Gl I r, W - -------- _.. C7 E W 1 Z U � I I U) Y I ! ELW4 w I Q ' SLW2 DLW4 RC BLSW I j Z N m rl W 1 L .-- —. — _ _ �__J — N CLINTON STREET1-rT R3-17 O T 7-K C\l m II R3-Bc ADV. IN CONTROL ONL ONLY VARIES•X BEGIN BIKE L CONTROL STOP STORl-1P Po( �UflN Ii1fJE BEGR4-4 R3-8 ADV. BIKE LANE STOP BEGIN RIGHT TURN � ADV. INTERSECTION � � ADV. INTERSECTION BIKE LANE 18'X 24' 36'X36° 36"X30' LANE IELD TO BIKES CONTRONLY VARESOX 30' ONLY ONL ONLY VARIES'X 30' 1 z� D o Y 0 ZF O 0 m g U) N D Zw 3 QyCDZm O_ ZO f m 0 Z a5U fn0 JZ_ m R3-8 MOD LLLIII ADV. INTERSECTION BUS CONTROL ONLY VARIES'X30° 0 2017 APR i 2 r+ . PROJECT NO. ADV. SECTION 1215 CONTROL ONLY ONLY VARIES X3o SHEET N0. 0.01 o m m LU w I �\ ® U f \\\ / 0 I I z W \ SLW2 ELW4 .. II OLW4 DCY4 y R3 17 -6+00 -5+00 t �\ \R3-17 `n ; NOTES: • LANE DIMENSIONS SHOWN ARE APPROXIMATE. CONTRACTOR SHALL ENSURE THAT ALL TRAFFIC LANES ARE STRIPED AT 11', BIKE LANES AT 5', AND PARKING LANES AT 8' FROM FACE OF CURB. IF THERE IS ADDITIONAL WIDTH OF THE ROAD THE BIKE LANE WIDTH SHALL BE INCREASED. • R3-17 SIGNS SHALL BE BLACK ON WHITE. • PARKING METERS BETWEEN BENTON AND RAILROAD TRACKS SHALL BE REMOVED AND RETURNED TO THE CITY OF IOWA CITY. • WHERE PARALLEL PARKING SPACES ARE DELINEATED AND TO REMAIN, PERPEN ULAR STRIPE TO BE REPLACED IN EXACT SAME POSITION. Gl I r, W - -------- _.. C7 E W 1 Z U � I I U) Y I ! ELW4 w I Q ' SLW2 DLW4 RC BLSW I j Z N m rl W 1 L .-- —. — _ _ �__J — N CLINTON STREET1-rT R3-17 O T 7-K C\l m II R3-Bc ADV. IN CONTROL ONL ONLY VARIES•X BEGIN BIKE L CONTROL STOP STORl-1P Po( �UflN Ii1fJE BEGR4-4 R3-8 ADV. BIKE LANE STOP BEGIN RIGHT TURN � ADV. INTERSECTION � � ADV. INTERSECTION BIKE LANE 18'X 24' 36'X36° 36"X30' LANE IELD TO BIKES CONTRONLY VARESOX 30' ONLY ONL ONLY VARIES'X 30' 1 z� D o Y 0 ZF O 0 m g U) N D Zw 3 QyCDZm O_ ZO f m 0 Z a5U fn0 JZ_ m R3-8 MOD LLLIII ADV. INTERSECTION BUS CONTROL ONLY VARIES'X30° 0 2017 APR i 2 r+ . PROJECT NO. ADV. SECTION 1215 CONTROL ONLY ONLY VARIES X3o SHEET N0. 0.01 P:1PmIads11C111211501DGWombWsOmrz ngall_CW0.019gningan SWping.dwg 5111201]9:%:53 AM • 1 • 1 P9Pmjecb=11211500erNamblmU)mwlnpsll CWO.01 ftnInp and SMpin0.dwg V712017 4:58:22 PM P:1PmJ MVOI121150081 w binVkawhp611 CAO.01 Signing an0 Sitlpng dwg 51112 01 7 9:76:58 AM P:1PmjectsVM11211501DeINembins DraWngsll CiviW.01 Signing and SWping.dwg 4!7/20174:58:37 PM PWrapi M11211500dvwablesUkawfipa l CK W.015pnmg ana Wping.Awg 51V2017 9:3502 AM P:1PmjectsWl121150MerNemblesMrsWngsll_CIMRO.01 Slgning and Stdping.dxg 4/780174:50:50 PM P:\Pmlecte\IC\11211500elrvembl"TraWnga\1_Civi90.01 Signing arM Stnping.d" 511/20179:35:07 AM a:wo4UGAlt2il5moenmmeiesTrrMn¢sn cnino.msgnmeenesmvino.dwa anrzonase:oscM P:1Proje 110112115000di"mbInTnawingall_Cmi110.01 Signing and Sbp N.dwg 51U2011435:11 MI P:1ProjectsUMI121150rOegm bles%DraMngslt_CKZO.01 Signing and Strirmg.dxg 07/40174:59:15 PM T6" AEACH CH CORNER, RESTORE 1 u ` " DISTURBED PARKWAY AREAS I m BETWEEN SIDEWALK AND CURB WITH LLJ DEPTH TOPSOIL AND SOD. _ IN T PROTECTION o INLETPROTECTION CLINTON STREET 14+00 15+00 1. SEDIMENTATION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST BE IMPLEMENTED DURING WINTER MONTHS AS WELL. 2. IT IS THE CONTRACTORS RESPONSIBILITY TO CONTROL EROSION ON THE SITE AT ALL TIMES. THE CONTROL MEASURES SHOWN ON THE PLAN AREA MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. 3. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION CONTROLS FOR AREAS THAT WILL NOT BE REDISTURBED FOR 21 DAYS OR MORE. THE CONTRACTOR IS STRONGLY ENCOURAGED TO PROVIDE STABILIZATION CONTROLS FOR ALL DISTURBED AREAS ON SITE REGARDLESS OF THE TIME PERIOD BEFORE THEY WILL BE DISTURBED AGAIN. THE CONTRACTOR SHALL SEED DISTURBED AREAS AS SOON AS WORK IS COMPLETED AS INDICATED ON THE PLANS AND PROJECT MANUAL. 4. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP OF ALL SURROUNDING ROADS, DRIVES, AND PARKING LOTS SHALL BE PERFORMED ON A DAILY BASIS AT A MINIMUM AND UPON REQUEST BY OWNERS REPRESENTATIVE AT NO ADDITIONAL COST. PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD AND BROOMED CLEAN. MUD TRACKS ARE TO BE REMOVED AS THEY ARE CREATED. 5. MAINTAIN SILT FENCING AT ALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM off IVA FENCING FILTER TUBES ON ARtBCLLEANED AR BASIS AS PER THE IDOT AND SUDAS STANDARD SPECIFICATIONS. SILT FENCES BE CLEANED OUT WHEN THEY ARE 50% FULL. COMPOST FILTER TUBES MUST OUT WHEN THEY ARE 33°/ FULL. 6. INSTALL SILT FENCE/COMPOSTR TUBES AROUND ALL STORM INTAKES WITHIN THE SITE. PROVIDE SILT FENCE FILTBES AROUND ALL NEW INTAKES AS THEY ARE CONSTRUCTED. 7. CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCEICOMPOST FILTER TUBES AROUND STOCKPILED OR EXCAVATED SOILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS RE -SPREAD. 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE METHOD OF REMOVING SEDIMENT WHILE DEWATERING. 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO BE PLACED ONSITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE REST ROOM FACILITIES ARE USED ONSITE, THE CONTRACTOR IS REQUIRED TO INSTALL A 12" COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. 10. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDODUt%YERtAW-4 FO RTILI ERS, GREASE AND CLEANING SOLVENTS. ALL REASONAB E PREC �E CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMP�N$ PR BETAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNERS REPRESENTATIVE. PROJECT NO. 1121150 SHEET NO. R.01 o a 10 0 ® O N SCIIE N i4T L! J Z U \ 0 o V (n / 1 W L N Z N � — C C) p C _ N 2SN2 (� Z 5 Z 3 SS V — � LL .- Lf c! w N N ® +U(DDc 10. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDODUt%YERtAW-4 FO RTILI ERS, GREASE AND CLEANING SOLVENTS. ALL REASONAB E PREC �E CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMP�N$ PR BETAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNERS REPRESENTATIVE. PROJECT NO. 1121150 SHEET NO. R.01 3 M 0 L! J \ U.2! c w / w _ — C C) p C _ V — c! aN�,o 10. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDODUt%YERtAW-4 FO RTILI ERS, GREASE AND CLEANING SOLVENTS. ALL REASONAB E PREC �E CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMP�N$ PR BETAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNERS REPRESENTATIVE. PROJECT NO. 1121150 SHEET NO. R.01 El! 17+00 I CLINTON STRE FILTER SOCK (TYP) 1 0 5 to 0 5 NEN 1 ommil 0 FORE PARKWAY BE SIOEWALK —� CURB 6" DEPTH TOPSOIL AND SOD. FENCING FILTER TUBON A REGULAR BASIS AS PER THE IDOT AND SUDAS STANDARD SPECIFICATIONS. SILT , FENCES MUST BE CLEANED OUT WHEN THEY ARE 50% FULL. COMPOST FILTER TUBES MUST BE CLEANED OUT WHEN THEY ARE 33% FULL. 6. INSTALL SILT FENCEICOMPOST FILTER TUBES AROUND ALL STORM INTAKES WITHIN THE SITE. PROVIDE SILT FENCE FILTER TUBES AROUND ALL NEW INTAKES AS THEY ARE CONSTRUCTED. 7. CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCEICOMPOST FILTER TUBES AROUND STOCKPILED OR EXCAVATED SOILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS RE -SPREAD. 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE METHOD OF REMOVING SEDIMENT WHILE DEWATERING. 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO BE PLACED ONSITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE REST ROOM FACILITIES ARE USED ONSITE, THE CONTRACTOR IS REQUIRED TO INSTALL A 12' COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL 0 REGULATIONS. W iwW w H U) n 10. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING CIF°f ®e CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATZ517 FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, FERTILIZERS, GREASE AND CLEANING SOLVENTS. ALL REASONABLE PRECAUTIONS WILL BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNER'S REPRESENTATIVE. PROJECT NO. 1121150 SHEETNO. R.02 STORMWATER POLLUTION PREVENTION NOTES 1. SEDIMENTATION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST BE IMPLEMENTED DURING WINTER MONTHS AS WELL. 2. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL EROSION ON THE SITE AT ALL e TIMES. THE CONTROL MEASURES SHOWN ON THE PLAN ARE A MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. J. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION CONTROLS FOR AREAS THAT WILL NOT BE REDISTURBED FOR 21 DAYS OR MORE. THE CONTRACTOR IS STRONGLY m ENCOURAGED TO PROVIDE STABILIZATION CONTROLS FOR ALL DISTURBED AREAS ON 9 SITE REGARDLESS OF THE TIME PERIOD BEFORE THEY WILL BE DISTURBED AGAIN. THE CONTRACTOR SHALL SEED DISTURBED AREAS AS SOON AS WORK IS COMPLETED AS INDICATED ON THE PLANS AND PROJECT MANUAL. 4. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP OF ALL SURROUNDING ROADS, DRIVES, AND PARKING LOTS SHALL BE PERFORMED ON A DAILY BASIS AT A MINIMUM `r AND UPON REQUEST BY OWNER'S REPRESENTATIVE AT NO ADDITIONAL COST. ' PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD AND BROOMED CLEAN. MUD TRACKS ARE TO BE REMOVED AS THEYARE CREATED. e 3, o_ 5. MAINTAIN SILT FENCING ATALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM FENCING FILTER TUBON A REGULAR BASIS AS PER THE IDOT AND SUDAS STANDARD SPECIFICATIONS. SILT , FENCES MUST BE CLEANED OUT WHEN THEY ARE 50% FULL. COMPOST FILTER TUBES MUST BE CLEANED OUT WHEN THEY ARE 33% FULL. 6. INSTALL SILT FENCEICOMPOST FILTER TUBES AROUND ALL STORM INTAKES WITHIN THE SITE. PROVIDE SILT FENCE FILTER TUBES AROUND ALL NEW INTAKES AS THEY ARE CONSTRUCTED. 7. CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCEICOMPOST FILTER TUBES AROUND STOCKPILED OR EXCAVATED SOILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS RE -SPREAD. 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE METHOD OF REMOVING SEDIMENT WHILE DEWATERING. 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO BE PLACED ONSITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE REST ROOM FACILITIES ARE USED ONSITE, THE CONTRACTOR IS REQUIRED TO INSTALL A 12' COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL 0 REGULATIONS. W iwW w H U) n 10. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING CIF°f ®e CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATZ517 FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, FERTILIZERS, GREASE AND CLEANING SOLVENTS. ALL REASONABLE PRECAUTIONS WILL BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNER'S REPRESENTATIVE. PROJECT NO. 1121150 SHEETNO. R.02 E m ------- to 9— LJ N W� I IF -TT -11 "I ' STORMWATER POLLUTION PREVENTION NOTES 1. SEDIMENTATION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST BE IMPLEMENTED DURING WINTER MONTHS AS WELL. 2. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL EROSION ON THE SITE AT ALL TIMES. THE CONTROL MEASURES SHOWN ON THE PLAN AREA MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. 3. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION CONTROLS FOR AREAS THAT WILL NOT BE REDISTURBED FOR 21 DAYS OR MORE. THE CONTRACTOR IS STRONGLY ENCOURAGED TO PROVIDE STABILIZATION CONTROLS FOR ALL DISTURBED AREAS ON SITE REGARDLESS OF THE TIME PERIOD BEFORE THEY WILL BE DISTURBED AGAIN. THE CONTRACTOR SHALL SEED DISTURBED AREAS AS SOON AS WORK IS COMPLETED AS INDICATED ON THE PLANS AND PROJECT MANUAL. 4. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP OF ALL SURROUNDING ROADS, DRIVES, AND PARKING LOTS SHALL BE PERFORMED ON A DAILY BASIS ATA MINIMUM AND UPON REQUEST BY OWNER'S REPRESENTATIVE AT NO ADDITIONAL COST. PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD AND BROOMED CLEAN. MUD TRACKS ARE TO BE REMOVED AS THEY ARE CREATED. 5. MAINTAIN SILT FENCING AT ALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM ----------------/-------- <\ o CLINTON STRE RELOCATED PEDESTRIAN LIGHT SEE D SHEETS FOR ADDITIONAL INFORMATION \I u = —° 0 5 10 20 \ /l5 r V E — 6o —_________________ Z N 2SN2 mE ® Z O 555_ E W IL ----- _—__ _ — — _ _ N y + U c W N V O M r.;l <>Na BY CITY. MULCH ( FENCING FILTER TUBES ON A SPECIFICATIONS. SILT FENCE COMPOST FILTER TUBES MU; 6. INSTALL SILT FENCE/COMP SITE. PROVIDE SILT FENCE CONSTRUCTED. 7. CONTRACTOR IS REQUIRED T STOCKPILED OR EXCAVATED RE -SPREAD. INDSCAPE AREAS TO BE REPLANTED TRACTOR TO PROVIDE 8" DEPTH 12" DEPTH TOPSOIL. ,R BASIS AS PER THE IDOT AND SUDAS STANDARD BE CLEANED OUT WHEN THEYARE 50% FULL. EANED OUT WHEN THEY ARE 33% FULL. FILTER TUBES AROUND ALL STORM INTAKES WITHIN THE ER TUBES AROUND ALL NEW INTAKES AS THEY ARE PROVIDE SILT FENCE/COMPOST FILTER TUBES AROUND )ILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE METHOD OF REMOVING SEDIMENT WHILE DEWATERING. 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO BE PLACED ON-SITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE REST ROOM FACILITIES ARE USED ONSITE, THE CONTRACTOR IS REQUIRED TO INSTALL A 12" COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL m go - REGULATIONS. 10. IDENTIFICATION OF ALLOWABLE NONSTORMWATER DISCHARGES: DURING CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLOIT 'V TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 2017 A 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, FERTILIZERS, GREASE AND CLEANING SOLVENTS. ALL REASONABLE PRECAUTIONS WILL BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BYTHE OWNER'S REPRESENTATIVE. 13PH: 0 rc w n o a PROJECT NO. 1121150 SHEET NO. R.03 u = —° two U M LnO Q N M B DISTURBED LANDSCAPE AREAS TO BE REPLANTED BY CITY. CONTRACTOR TO PROVIDE 8" DEPTH MULCH OVER 12" DEPTH TOPSOIL. I I I r.;l <>Na BY CITY. MULCH ( FENCING FILTER TUBES ON A SPECIFICATIONS. SILT FENCE COMPOST FILTER TUBES MU; 6. INSTALL SILT FENCE/COMP SITE. PROVIDE SILT FENCE CONSTRUCTED. 7. CONTRACTOR IS REQUIRED T STOCKPILED OR EXCAVATED RE -SPREAD. INDSCAPE AREAS TO BE REPLANTED TRACTOR TO PROVIDE 8" DEPTH 12" DEPTH TOPSOIL. ,R BASIS AS PER THE IDOT AND SUDAS STANDARD BE CLEANED OUT WHEN THEYARE 50% FULL. EANED OUT WHEN THEY ARE 33% FULL. FILTER TUBES AROUND ALL STORM INTAKES WITHIN THE ER TUBES AROUND ALL NEW INTAKES AS THEY ARE PROVIDE SILT FENCE/COMPOST FILTER TUBES AROUND )ILS IF RAIN IS FORECASTED BEFORE STOCKPILE IS 8. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED INTO THE STORM SEWER SYSTEM. PLACING A FILTER FABRIC BARRIER AROUND THE PUMP INLET IS ONE METHOD OF REMOVING SEDIMENT WHILE DEWATERING. 9. SANITARY WASTE DISPOSAL: PORTABLE REST ROOM FACILITIES ARE ANTICIPATED TO BE PLACED ON-SITE WHERE SHOWN ON THE PLANS. IN THE EVENT THAT PORTABLE REST ROOM FACILITIES ARE USED ONSITE, THE CONTRACTOR IS REQUIRED TO INSTALL A 12" COMPOST FILTER TUBE AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL m go - REGULATIONS. 10. IDENTIFICATION OF ALLOWABLE NONSTORMWATER DISCHARGES: DURING CONSTRUCTION THE NON -STORM WATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT AND EQUIPMENT WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLOIT 'V TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. 2017 A 11. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, FERTILIZERS, GREASE AND CLEANING SOLVENTS. ALL REASONABLE PRECAUTIONS WILL BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORM WATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED, A RECORD OF SPILLS WILL BE MAINTAINED BY THE MAIN CONTRACTOR. 12. DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPARY-ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BYTHE OWNER'S REPRESENTATIVE. 13PH: 0 rc w n o a PROJECT NO. 1121150 SHEET NO. R.03 P:1PmjectsVM11211500er"mbles%Drdwingsll fvlI .01 SItlewelk Deails.Awg 417/20175:03:34 PM SIDEWALK COMPLIANCE � e See 5 Sheets Z v * Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. - Z' z: This Data Entry Sheet fills Tab 113-10 effective 10-15-13 i w r w a1 Point to Point Sidewalk Designation Distance * FT a Elevation FT Slope % Legally Acceptable Range s. or Neg. Difference between Designed Slope and Maximum Legally Acceptable Range Acceptable Does Designer Constructed need to obtain Range d ign approval f m Method's ngineer? Pos. or Neg. Staking Measured Initials Remarks Required Slope on this Quadrant? % FOR INFORMATION ONLY:> VALUES USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation z N N `o I , Z o - w 1101 1102 Ramp Running Slope 6.68 0.41 6.2% 0. o 8.3% 2.1% 0.5% to 8.3% 1 1101 14+74.77 31.69 689.220 tq w p 1102 1103 Landing/Turning Space 6.05 0.02 0.4% 0.1% to % 1.6% 8.1% to 2.0% 1102 14+68.08 31.64 689.63 30 M 1103 1104 Sidewalk Running Slope 5.22 0.02 0.4% 0.5% to 5.0 4.6% 0.5% to 5.0% 1103 14+67.97 37.69 689.65 1104 1105 Sidewalk Cross Slope 6.29 0.03 0.4%0.5% to 2.0% 1.6% 0.5% to 2.0% 1104 14+67.87 42.91 689.68 1105 1106 Match Existing Cross Slope 4.95 0.1 2.0% Match Existing FALSE Match Existing 1105 14+67.75 49.20 689.70 U c 1106 1107 Match Existing Cross Slope 4.77 0.11 2.3% Match Existing LSE Match Existing 1106 14+62.80 49.10 689.80 1107 1108 Match Existing Cross Slope 4.50 0.07 1.6% Match Existing FAL Match Existing 1107 14+58.03 49.00 689.91 '- 0 O N 1108 1109 Match Existing Cross Slope 5.00 0.06 1.2% Match Existing FALSE Match Existing 1108 14+53.54 48.95 - 689.98 T - m `r O 1109 1110 Match Existing Cross Slope 5.00 0.05 1.0% Match Existing FALSE Match Existing 1109 14+48.54 48.90 690.017-1 = r2 1110 1111 Match Existing Cross Slope 5.27 0.07 11.3% Match Existing FALSE tch Existing 1110 14+43.54 48.85 690.09 V Z 0 - 1111 1112 Match Existing Cross Slope 5.24 0.51 9.8% Match Existing FALSE Ma Existing 1111 14+38.27 48.80 690.16Ul co M m rn 3 1112 1113 Match Existing Cross Slope 6.24 -0.65 -10.4% Match Existing FALSE Match 'stin 1112 14+33.03 48.75 690.68 Q N e7 1113 1114 Sidewalk Running Slope 5.34 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 1113 14+33.05 42.51 690.03 1114 1115 Sidewalk Running Slope 5.27 -0.07 -1.3% 0.5% to 5.0% 3.7% 0.5% to 5.0 1114 14+38,38 42.59 690.07 1115 1116 Sidewalk Running Slope 5.00 -0.05 -1.0% 0.5% to 5.0% 4.0% 0.5% to 5. 1115 14+43.66 1 42.65 690.00 1 I I 1116 1117 Sidewalk Running Slope 5.00 -0.07 -1.4% 0.5% to 5.0% 3.6% 0.5% to 5)b% 1116 14+48.66 42.70 689.94 1117 11118 Sidewalk Running Slope 4.50 -0.06 -1.4% 0.5% to 5.0% 3.6% 0.5% to .0% 1117 14+53.65 42.76 689.88 1118 1119 Sidewalk Running Slope 4.77 -0.06 -1.4% 0.5% to 5.0% 3.6% 0.5% to .0% 1118 14+58.15 42.80 689.81 1119 1120 Sidewalk Running Slope 5.26 -0.05 -0.9% 0.5% to 5.0% 4.1% 0.5% tj 5.0% 1119 14+62.92 42.86 689.75 1120 1121 Sidewalk Running Slope 4.77 0.04 0.8% 0.5% to 5.0% 4.2% 0.5%10 5.0% 1120 14+63.01 37.60 689.70 1121 1122 Sidewalk Running Slope 4.50 0.04 0.8% 0.5% to 5.0% 4.2% 0.5 to 5.0% 1121 14+58.25 37.51 689.74 1122 1123 Sidewalk Running Slope 5.00 0.04 0.8% 0.5% to 5.0% 4.2% O.t to 5.0% 1122 14+53.75 37.43 689.78 i 1123 1124 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 1% to 2.0% 1123 14+48.75 37.33 689.82 1124 1125 Ramp Running Slope 6.52 -0.1 -1.6% 0.5% to 8.3% 6.7% .5% to 8.3% 1124 14+43.76 1 37.24 689.77 0 1125 1126 Crosswalk Cross Slope - Yield Condition 6.47 -0.05 -0.7% 0.0% to 2.0% 1.3% 0.0% to 2.0% 1125 14+37.24 37.12 689.67 i 1126 11127 Ramp Running Slope 4.12 0.09 2.2% 0.5% to 8.3% 6.1% F10.5% to 8.3% 1126 14+39.75 31.16 689.62 F710 >! 1127 1128 Landing/Turning Space 5.00 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1127 14+43.87 31.24 689.71 2 m o 1128 1129 Sidewalk Running Slope 5.00 -0.02 -0.3% 0.5% to 5.0% 4.7% 0.5% to 5.0% 1128 14+48.87 31.33 689.76 Lu 3a 0 5 1129 1130 Sidewalk Running Slope 4.50 -0.04 -0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 1129 14+53.86 31.43 689.74 Cli w LL a 1130 1131 Sidewalk Running Slope 4.77 -0.03 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.0% 1130 14+58.36 31.51 689.71 Wit, 1131 1132 Landing/Turning Space 4.96 -0.02 -0.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% 1131 14+63.12 31,60 689.68 < o 1132 1133 Ramp Running Slope 6.77 -0.26 -3.9% 0.5% to 8.3% 4.4% 0.5% to 8.3% 1132 14+63.12 26.64 689.66 0z = m m 1133 1134 Crosswalk Cross Slope - No Yield Condition 5.21 -0.05 -1.0% 0.0% to 5.0% 4.0% 0.0% to 5.0% 1133 14+63.12 19.87 689.39 551 1134 1135 Ramp Running Slope 5.30 0.26 5.0% 0.5% to 8.3% 3.3% 0.5% to 8.3% 1134 14+68.12 21.34 689.34 1135 1136 Ramp Running Slope 5.25 -0.34 -6.5% 0.5% to 8.3% 1.8% 0.5% to 8.3% 1135 14+68.12 26.64 689.61 z of 1136 1101 Crosswalk Cross Slope - Yield Condition 5.20 -0.05 -0.9% 0.8% to 2.8% 1.10.0% to 2.0% 1136 14+73.38 26.68 689.26 z 1102 1135 Ramp Cross Slope 5.00 -0.02 -0.5% 0.1% to 2.0% 1.5 0.1% to 2.0% m 1102 1131 Landing/Turning Space 4.96 0.05 1.0% 0.1% to 2.0% 1. 0.1% to 2.0% 1103 1120 Landing/Turning Space 4,96 0.05 1.0% 0.1% to 2.0% 1. % 0.1% to 2.0% 1104 1119 Sidewalk Cross Slope 4.96 0.07 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 20 -1 t�51 s� 1106 1119 Sidewalk Cross Slope 6.24 -0.05 -0.8% 0.5% to 2.0% 1.2% 0.5% to 2.0% 1107 1118 Sidewalk Cross Slope 6.20 -0.1 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1108 1117 Sidewalk Cross Slope 6.19 -0.1 -1.7% 0.5% to 2.0% 0.3% 0.5% to 2.0% o 1109 1116 Sidewalk Cross Slope 6.20 -0.09 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o 1110 1115 Sidewalk Cross Slope 6.20 -0.09 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% r 1111 1114 Sidewalk Cross Slope 6.21 -0.09 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1120 1131 Landing/Turning Space 6.00 -0.02 -0.4% 0.1% to 2.0% 1.6% 0.1% to 2.0% 1121 1130 Sidewalk Cross Slope 6.00 -0.04 -0.6% 0.5% to 2.0% 1.4% 0.5% to 2.0% PROJECT NO. 1122 1129 Sidewalk Cross Slope 6.00 -0.04 -0.6% 0.5% to 2.0% 1.4% 0.5% to 2.0% 1121150 1123 1128 Landing/Turning Space 6.00 -0.06 -1.0% 0.1% to 2.0%1.0% 0.1% to 2.0% 1124 1127 Ramp Cross SlopeSlope 6.00 -0.06 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% SHEET NO. 1132 1135 Ramp Cross 5.00 -0.05 -1.0% 0.1% to 2.0% 1 1.0% 0.1% to 2.0% S.02 PAPrge VM112115MDege b[sV7mWngsll CWS.01 SidewaN OetaUs.Ovg V/2017 PM SIDEWALK COMPLIANCE 0 o See S Sheets Z * Does not include curb - Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. W This Data Entry Sheet fills Tab 113-10 effective 10-15-13 L y W Paint to Sidewalk Designation Distance A Slope Legally Difference Acceptable Does Designer Staking Measured Initials Remarks FOR INFORMATION ONLY: Z `0 N Point * Elevation Acceptable between Designed Constructed need to obtain Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES - Range Slope and Maximum Range design approval on this Z 3 I Legally from Method's Quadrant? M 3 3 Acceptable Range Pos. or N Engineer? g % Point Station Offset Elevation Z o - FT FT % Pos. or Neg. W 1201 1202 Ramp Running Slope 9.89 0.32 1 Q.2% 0.5% to 8.3% 5.1% 0.5% to 8.3 1201 14+64.41 23.13 689.06 + 1202 1203 Landing/Turning Space 5.00 -0.05 -1. 0.1% to 2.0% 1.0% 0.1% to 2.0%1 1202 14+64.43 33.02 689.38 w 'C*l 1203 1204 Sidewalk Running Slope 5.00 -0.23 -4.5% S,5% to 5.0% 0.5% 0.5% to 5.0% Yes Yes 1203 14+64.46 38.02 689.33 o 1204 1205 Sidewalk Running Slope 6.43 -0.29 -4.5% 0.5 0 5.0% 0.5% 0.5% to 5.0% Yes Yes 1204 14+64.48 43.02 689.11 M 1205 1206 Landing/Turning Space 1205 14+64.51 49.45 688.82 1�1 ~ a) b(0 x 5.00 -0.05 -1.0% 0.1% to % 1.0% 0.1% to 2.0% w 0 m c 1206 1207 Sidewalk Running Slope 6.41 0.29 4.5% 0.5% to 5.0% 0.5% 0.5% to 5.0% Yes Yes 1206 14+69.51 49.41 688.77 - - � m o a 1207 1208 Sidewalk Running Slope 5.00 0.23 4.5% 0.5% to 5.0% 0.5% 0.5% to 5.0% Yes Yes 1207 14+69.46 43.00 689.06 - o t 0 1208 1209 Landing/Turning Space 5.00 0.05 1.0% 0.1% to 2.0% 0% 0.1% to 2.0% 1208 14+69.46 38.00 689.28 Z Y M 0 = 1209 1210 Ramp Running Slope 6.25 -0.3 -4.8% 0.5% to 8.3% 3. 0.5% to 8.3% 1209 14+69.43 33.00 689.33 C) M - 1210 1201 Crosswalk Cross Slope - No Yield 1210 14+69.42 26.75 689.03 °' 3 6.18 0.03 0.5% 0.0% to 5.0% 4.5% 0.0% to 5.0% Q N o Condition 1202 1209 IRamp Cross Slope 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 1% to 2.0% 1211 14+64.54 55.57 688.76 1203 1208 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0. to 2.0% 1212 14+69.53 55.53 688.71 I 1204 1207 ISidewalk Cross Slope 4.98 -0.05 -1.0% 0.5% to 2.0% 1.0% 0.5% t'&4,?. 0% 1213 1 14+75.07 1 55.49 688.29 0 a Cf) Y O aw m O 6 Win o W N U w w �W 3 o_ C, m m r� m pU F Z C m CI3Y®FIS-C TYM! E�.. 2017 RPR 1 Fyq; g 0 W 0 oo� PROJECT NO. 1121150 SHEET NO. S.04 P:1PtgactsVM11211501DeMembleslDrWngsll CNNS.01 Sidewalk Detmis.dwg 417=175:03:57 PM ' SIDEWALK COMPLIANCE 0 See S Sheets Z Z * Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. w r This Data Entry Sheet fills Tab 113-10 effective 10-15-13 w N Point toLRampRunning Sidewalk Designation Distance A Slope Legally Difference Acceptable Does Designer Staking Measured Initials Remarks FOR INFORMATION ONLY: Z N N Point * Elevation Acceptable between Designed Constructed need to obtain Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES - Range Slope and Maximum Range design approval on this L7 m Legally from Method's Quadrant? Z o Acceptable Range Engineer? w - Point Station Offset Elevation FT FT % Pos. or Neg. Pos. or Neg. + m U m 1301 1302 Slope 7.00 0.55 7.8% 0.5% to 8.3% 5% 0.5% to 8.3% 1301 15+28.00 30.38 688.83 w m v 1302 1303 Landing/Turning Space 4.58 -0.03 -0.6% 0.1% to 2.0%1.4 0.1% to 2.0% 1302 15+28.00 37.38 659.37 _o 1303 1304 Sidewalk Running Slope 4.57 -0.03 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.0% 1303 15+28.00 41.96 689.34 ~ 1304 1305 Sidewalk Running Slope 4.65 -0.03 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5.0% 1304 15+28.00 46.53 659.32\u > X o 1305 1306 Match Existing Cross Slope 5.00 0.08 1.7% Match FALSE Match 1305 15+28.00 51.18 659.29 Existing ting / °3 m O N 1306 1307 Sidewalk Running Slope 4.58 0.4% 0.5% to 5.0% 4.6% 0.5% t 1306 15+33.00 51.11 659.37 - t o 0 10.02 .0% c 1307 1308 Sidewalk Running Slope 4.57 0 0.0% 0.5% to 5.0% 5.0% 0.5% to ° 1307 15+33.00 46.53 689.39 = 0 o 1308 1309 Landing/Turning Space 4.58 0.03 0.6% 0.1% to 2.0% 1.4% 0.1% to 2.0° 1308 15+33.00 41.96 659.39 ■ U M - n 1309 1310 Ramp Running Slope 8.91 -0.55 -6.2% 0.5% to 8.3% 2.1% 0.51 to 8.3% 1309 15+33.00 37.38 689.42 U I ¢ o 1310 1301 Crosswalk Cross Slope - No Yield 5.35 -0.04 -0.8% 0.0% to 5.0% 4.2% 0. 0% to 5.0% 1310 15+33.00 25.47 688.57 Condition 1302 1309 Ramp Cross Slope 5.00 0.05 1.0% 0.1% to 2.0%1.0% 0.1% to 2.0% I I I 1303 1308 Landing/Turning Space 5.00 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1304 1307 Sidewalk Cross Slope 5.00 0.05 1.5% 0.5% to 2.0% 0.5% 1 0.5% to 2.0% NL w w 'o EOO Y O Lu 3 W O o �r O W J IU N K N � WZ U $ O z m CITY ff: y IV 2017 QIF n H W O~ � y� Q O PROJECT NO. 1121150 SHEET NO. S.06 P:ftec6VCH121ISWa mbWWrjxMgs11 MINS.01 Sidewalk DetaOs.dwg 417120175:04:08 PM F, SIDEWALK COMPLIANCE E See S Sheets 7 Z v * Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standardecifications. This to Entry Sheet fills Tab 113-10 effective 10-15-13 w w Point to Point Sidewalk Designation Distance * FT 4 Elevation FT Slope % Legally Acceptable Range Pos. or Neg. ifference betw n Designed Slope Maximum Lega Acceptable nge Acceptable Constructed Range Pos. or Neg. Does Designer Staking Measured Initials Remarks need to obt Required Slope design approval on this from Method's Q drant? Engineer? VALUES Point FOR INFORMATION ONLY: USED TO DETERMINE DESIGNED SLOPES Station Offset Elevation v t z N �+ 'O Z 3 Z - w y� N 1401 1402 Ramp Running Slope 9.38 0.7 7.5% 0.5% to 8.3% 0.8% 0.5% to 8.3% 1401 15+33.00 13.31 688.91 ® + 00. 1402 1403 Landing/Turning Space 4.00 0.04 1.1% 0.1% to 2.0% 0.9% .1% to 2.0% 1402 15+33.00 22.69 689.61 3 M 1403 1404 Landing/Turning Space 5.11 0.07 1.4% 0.1% to 2.0% 0.6% OX.. to 2.0% 1403 15+33.00 26.69 689.65 0 of m 1404 1405 Ramp Running Slope 1.78 0.12 6.7% 0.5% to 8.3% 1.6% 0.5° 0 8.3% 1404 15+33.00 31.80 689.72 w cn 1405 1406 Ramp Running Slope 3.99 0.26 6.6% 0.5% to 8.3% 1.7% 0.5% to .3% 1405 15+33.79 33.39 689.84 V @ 1406 1407 Sidewalk Running Slope 5.76 0.01 0.1% 0.5% to 5.0% 4.9% 0.5% to 5. °° 1406 15+37.76 33.80 690.10 w - w - - 1407 1408 1408 1409 Sidewalk Running Slope Sidewalk Running Slope 0.00 5.76 0 -0.01 0.0% -0.2% 0.5% 0 to 5.0% 0.0% 4.8% 0.5% 0 to 5.0% 1407 1408 15+43.52 15+49.28 33.85 33.96 690.11 690.10 ~ rn o = = C M S 1409 1410 Sidewalk Running Slope 5.76 -0.01 -0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1409 15+55.05 34.06 690.09 y V Z 1410 1411 Sidewalk Running Slope 5.76 -0.02 -0.4% 0.5% to 5.0% 4.6% 0.5% to 5.0% 1410 15+60.81 34.10 690.08 m N 1411 1412 Sidewalk Running Slope 5.76 -0.12 -2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 1411 15+66.57 34.17 690.06 Q N o 1412 1413 Sidewalk Running Slope 5.77 0.11 2.0% 0.5% to 5.0% 3.0% 0.5% to 5.0% 1412 15+72.33 34.25 689.94 1413 1414 Sidewalk Running Slope 5.76 0 -0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1413 15+78.10 34.32 690.05 1414 1415 Match Existing Cross Slope 5.83 0.09 1.5% Match Existing FALSE Match Existing 1414 15+83.86 34.40 690.05 I I 1415 1416 Sidewalk Running Slope 5.76 0 0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1415 15+83.90 40.23 690.13 1416 1417 Sidewalk Running Slope 5.76 -0.11 -2.0% 0.5% to 5.0% 3.0% 0.5% to 5.0% 1416 15+78.14 40.18 690.14 1417 1418 Sidewalk Running Slope 5.76 0.12 2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 1417 15+72.38 40.12 690.03 1418 1419 Sidewalk Running Slope 5.76 0.02 0.4% 0.5% to 5.0% 4.6% 0.5% to 5.0% 1418 15+66.61 40.01 690.15 1419 1420 Sidewalk Running Slope 5.76 0.01 0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1419 15+60.85 40.03 690.17 1420 1421 Sidewalk Running Slope 5.76 0.01 0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1420 15+55.09 39.97 690.18 1421 1422 Sidewalk Running Slope 5.76 0.01 0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 1421 15+49.33 39.91 690.19 1422 1423 Sidewalk Running Slope 5.76 -0.01 -0.1% 0.5% to 5.0% 4.9% 0.5% to 5.0% 1422 15+43.56 39.85 690.20 1423 1424 Sidewalk Running Slope 5.76 -0.16 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 1423 15+37.80 39.80 690.19 z y 1424 11425 Sidewalk Running Slope 4.04 -0.14 -3.6% 0.5% to 5.0% 1.4% 0.5% to 5.0% 1424 15+32.04 39.77 690.03 ¢ m o 1425 1426 Sidewalk Running Slope 3.86 -0.14 -3.6% 0.5% to 5.0% 1.4% 0.5% to 5.0% 1425 15+28.00 39.63 689.89 w3 0 W w 1426 1427 Sidewalk Running Slope 3.81 -0.08 -2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 1426 15+24.14 39.50 689.75 Y NIS h LL rc 1427 1428 Sidewalk Running Slope 4.00 -0.08 -2.1% 0.5% to 5.0% 2.9% 0.5% to 5.0% 1427 15+24.14 35.69 689.67 ¢ w a 1428 1429 Ramp Running Slope 7.32 -0.46 -6.2% 0.5% to 8.3% 2.1% 0.5% to 8.3% 1428 15+24.14 31.69 689.59 w o 1429 1430 Crosswalk Cross Slope - Yield Condition 5.11 0.02 0.3% 0.0% to 2.0% 1.7% 0.0% to 2.0% 1429 15+16.81 31.69 689.13 g o F m m 1430 1431 Ramp Running Slope 6.25 0.42 6.7% 0.5% to 8.3% 1.6% 0.5% to 8.3% 1430 15+17.89 26.69 689.15 0 $ 1431 1432 Landing/Turning Space 3.86 0.04 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1431 15+24.14 26.69 689.56 1432 1433 1433 1434 Landing/Turning Space Ramp Running Slope 4.00 7.59 -0.02 -0.57 -0.5% -7.5%1 0.1% 0.5% to to 2.0% 8.3% 1.5% 0.8% 0.1% 0.5% to to 2.0% 8.3% 1432 1433 15+28.00 15+28.00 26.69 22.69- A80aP0r,.j,-� 1434 1401 Crosswalk Cross Slope - No Yield Condition 5.31 -0.11 -2.0% 0.0% to 5.0% 3.0% 0.0% to 5.0% 1434 15+28.00 15.10 689:01 1402 1433 Ramp Cross Slope 5.00 -0.02 -0.5% 0.1% to 2.0% 1.5% 0.1% to 2.0% 1435 15+32.04 35.69 689.83 1403 1432 Landing/Turning Space 5.00 -0.05 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 1436 15+28.00 35.69 689.77 1404 1437 Landing/Turning Space 5.00 -0.07 -1.4% 0.1% to 2.0% 0.6% 0.1% to 2.0% 1437 15+28.00 31.74 689.65 1405 1435 Sidewalk Cross Slope 2.89 -0.01 -0.3% 0.5% to 2.0% 1.7% 0.5% to 2.0% 0 1406 1423 Sidewalk Cross Slope 6.00 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% ¢ 1407 1422 Sidewalk Cross Slope 6.00 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1 0 0 1408 1421 Sidewalk Cross Slope 5.95 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% PROJECT NO. 1409 1420 Sidewalk Cross Slope 5.91 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 112115D 1410 1419 Sidewalk Cross Slope 5.93 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1411 1418 Sidewalk Cross Slope 5.84 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% SHEET NO. 1412 1417 Sidewalk Cross Slope 5.87 0.09 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% S.08 P..Vtgeds=l 12115010eMemblesl0rew4ngsli CA905.05 Sidewalk 0et2Rs.dwg O 2017 5:0622 PM SIDEWALK COMPLIANCE cD E See S Sheets Z u * Does not include curb - Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. z I � This Data Entry Sheet fills Tab 113- effective 10-15-13 w L w UI Paint to Point Sidewalk Designation Distance * FT A Elevation FT Slope % Legally Acceptable Range Pos. or Neg. Difference between Designed Slope and Maximum Legally ceptable Range Acceptable Constructed Range Pos. or Neg.% es Designer Staking Measured Initials Remarks nee o obtain Required Slope design proval on this from Me d's Quadrant? Enginee VALUES Point FOR INFORMATION ONLY: USED TO DETERMINE DESIGNED SLOPES Station Offset Elevation Z z _ N y `O f0 Z o - LL' - N * 2101 2102 Ramp Running Slope 10.03 0.68 6.7% 0.5% to 8.3% 1. 0.5% to 8.3% 2101 19+24.06 42.11 691.38 U 2102 2103 Sidewalk Running Slope 3.53 -0.05 -1.5% 0.5% to 5.0% 3.5% 0.5% to 5.0% 2102 19+14.02 42.03 692.06 t0 N o 2103 2104 Sidewalk Running Slope 3.01 -0.08 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2103 19+14.02 45.56 692.00 °? 2104 2105 Sidewalk Running Slope 6.01 -0.07 -1.1% 0.5% to 5.0% 3.9% 0.5% to 5.0% 2104 19+14.02 48.57 691.92 2105 2106 Sidewalk Cross Slope 5.03 -0.07 -1.5% 0.5% to 2.0% 0.5% NO,5% to 2.0% 2105 19+20.04 48.57 691.86 2106 2107 Sidewalk Cross Slope 5.09 -0.07 -1.4% 0.5% to 2.0% 0.6% 0. to 2.0% 2106 19+19.99 53.60 691.78 \ w O !M 5 2107 2108 Sidewalk Running Slope 4.09 -0.11 -2.8% 0.5% to 5.0% 2.2% 0.5 0 5.0% 2107 19+19.95 58.69 691.71- 2108 2109 Sidewalk Running Slope 4.08 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% t .0% 2108 19+19.92 62.78 691.60 ~_ m o E5 2109 2110 Sidewalk Running Slope 4.09 -0.11 -2.8% 0.5% to 5.0% 2.2% 0.5% to % 2109 19+19.89 66.86 691.48 s o °c_ 2 t:M= 2110 12111 Sidewalk Running Slope 4.08 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0 2110 19+19.86 70.95 691.37 0 'j - U 2111 2112 Sidewalk Running Slope 4.09 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2111 19+19.82 75.03 691.26 Z M - 2112 2113 Sidewalk Running Slope 4.08 -0.11 -2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2112 19+19.79 79.12 691.15 M N 3 2113 2114 Sidewalk Running Slope 4.09 -0.11 -2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2113 19+19.76 83.20 691.03 a N M s 2114 2115 Sidewalk Running Slope 4.09 -0.16 -3.9% 0.5% to 5.0% 1.1% 0.5% to 5.0% 2114 19+19.72 87.29 690.92 2115 2116 Sidewalk Running Slope 4.05 -0.16 -3.9% 0.5% to 5.0% 1.1% 0.5% to 5.0% 2115 19+19.69 91.38 690.76 2116 2117 Match Existing Cross Slope 4.25 0.12 2.8% Match Existing FALSE Match Existing 2116 19+19.66 95.43 690.60 I I 1 2117 2118 Sidewalk Running Slope 4.06 0.1 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2117 19+15.41 95.40 690.72 2118 2119 Sidewalk Running Slope 4.08 0.16 3.9% 0.5% to 5.0% 1.1% 0.5% to 5.0% 2118 19+15.44 91.34 690.83 2119 2120 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2119 19+15.47 87.26 690.99 2120 2121 Sidewalk Running Slope 4.08 0.11 2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2120 19+15.51 83.17 691.10 2121 2122 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2121 19+15.54 79.09 691.21 2122 2123 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% N 2122 19+15.57 75.00 691.32 2123 2124 Sidewalk Running Slope 4.08 0.11 2.8% 0.5% to 5.0% 2.2% 0.5% to 5.0% 2123 19+15.61 70.91 691.43 F 2124 2125 Sidewalk Running Slope 4.09 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2124 19+15.64 66.83 691.55 w 2125 2126 Sidewalk Running Slope 4.08 0.11 2.7% 0.5% to 5.0% 2.3% 0.5% to 5.0% 2125 19+15.67 62.74 691.66 2126 2127 Sidewalk Running Slope 5.04 0.09 1.7% 0.5% to 5.0% 3.3% 0.5% to 5.0% 2126 19+15.70 58.66 691.77 2127 2128 Sidewalk Running Slope 5.70 0.09 1.6% 0.5% to 5.0% 3.4% 0.5% to 5.0 2127 19+13.37 54.19 691.86 2128 2129 Sidewalk Running Slope 7.15 0.12 1.6% 0.5% to 5.0% 3.4% 0.5% to 5 2128 19+09.37 50.13 691.95 W0 0 2129 2130 Sidewalk Running Slope 4.73 -0.04 -0.8% 0.5% to 5.0% 4.2% 0.5% to .0% 2129 19+04.10 45.30 692.07 Q w wW m o 2130 2131 Sidewalk Cross Slope 11.31 -0.17 -1.5% 0.5% to 2.0% 0.5% 0.5% 2.0% 2130 18+99.40 44.86 692.03 w 3 2131 2132 Crosswalk Cross Slope - Yield Condition P 6.13 0.03 0.5% 0.0% to 2.0% 1.5% 0.0 o 2.0% 2131 18+99.49 33.55 691.86 0� 2132 2133 Ramp Running Slope 9.93 -0.49 -4.9% 0.5% to 8.3% 3.4% 0. to 8.3% 2132 19+05.62 33.60 691.89 2133 2134 Crosswalk Cross Slope - No Yield Condition 7.59 0.05 0.7% 0.0% to 5.0% 4.3% 0 % to 5.0% 2133 19+05.70 23.67 691.40~ o o z 2134 2135 Ramp Running Slope 7.00 0.55 7.8% 0.5% to 8.3% 0.5% .5% to 8.3% 2134 19+12.67 26.66 691.45 cn� m 2135 2136 Landing/Turning Space 2.00 -0.01 -0.4% 0.1% to 2.0% 1.6% 10.1% to 2.0% 2135 19+12.62 33.66 692.00 $ 2136 2137 Ramp Running Slope 7.01 -0.55 -7.9% 0.5% to 8.3% 0.4% 0.5% to 8.3% 2136 19+14.08 35.03 691.99 o 2137 2101 Crosswalk Cross Slope - Yield Condition 7.62 -0.05 -0.7% 0.0% to 2.0% 1.3% 0.0% to 2.0% 2137 19+21.08 35.09 691.43 12 2102 2136 Landing/Turning Space 7.00 -0.07 -1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 2138 19+14.02 53.55 691.87 2102 2139 Ramp Cross Slope 8.47 -0.05 -0.6% 0.1% to 2.0% 1.4% 0.1% to 2.0% 2139 19+05.55 41.96 692.01 m 2103 2128 Sidewalk Cross Slope 6.52 -0.06 -0.9% 0.5% to 2.0% 1.1% 0.5% to 2.0% P77`R,,.- --; � 2104 2138 Sidewalk Cross Slope 4.98 -0.05 -1.0% 0.5% to 2.0% 1.0% .5% to 2.0% -' ',` 2106 2138 Sidewalk Cross Slope 5.97 0.09 1.5% 0.5% to 2.0% 0.5% 5% to 2.0% L'v J. �C �i• 1�-�Fes,' :E 2107 2126 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0. % to 2.0% 2108 2125 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0. to 2.0% 2109 2124 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o 2110 2123 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o 2111 2122 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% w 0. 2112 2121 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% o o 2113 2120 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2114 2119 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% PROJECT NO. 2115 2118 Sidewalk Cross Slope 4.25 0.06 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 1121150 2127 12138 Sidewalk Cross Slope 0.92 0.01 1.6% 0.5% to 2.0% 0.4% 0.5% to 2.0% 2129 2139 SidewCross Slope 3.64 -0.06 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2132 2139 Landing/Turning Space 8.36 0.12 1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% S . S.10alk S.10 a:wmjecsua112116=ervembles�Dmwhigsli—crons.05sieewalkoeraos.m,9 4nrz0175:06:33PM DEWALK COMPLIANCE E See Sheets 0 Z * Does not include curb - m Staking required by Contracting Authority per Article 2511.03 of the Standar Specifications. p w m L This Data Entry Sheet fills Tab 113- effective 10-15-13 0 w v > Point to Sidewalk Designation Distance 6 slope ally Difference between Acceptable Does Designer Staking Measured Initials Remarks FOR INFORMATION ONLY: N Z N w Point * Elevation Acce ble Designed Slope and Constructed n d to obtain Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES - N Rang Maximum Legally Range desl approval on this C7 Acceptable Range from et hod's Quadrant? Z o FT FT % Pos. or Neg. Neg. Pos. or Ne Engirt r? % Point Station Offset Elevation - w N 2201 2202 Ramp Running Slope 9.11 0.22 2.5% 0.5% to 8.3% .8% 0.5% to 8.3% 1 2201 19+05.93 28.48 691.36 rT� + U m 2202 2203 Landing/Turning Space 6.66 -0.02 -0.3% 0.1% to 2.0% 1. 0.1% to 2.0% 2202 19+05.93 37.59 691.59 m v gm: 2203 2204 Sidewalk Running Slope 5.90 0.01 0.2% 0.5% to 5.0% 4.8% 0.5% to 5.0% 2203 19+06.84 44.19 691.57 M ... 2204 2205 Match Existing Cross Slope 10.69 0.03 0.3% Match Existing FALSE Match Existing 2204 19+00.94 44.27 691.58 u 2205 2206 Match Existing Cross Slope 5.34 0 0.0% Match Existing FALSE Mat Existing 2205 19+01.03 54.96 691.61 V m c 2206 2207 Match Existing Cross Slope 7.94 0 -0.1% Match Existing FALSE Match isting 2206 19+00.98 49.62 691.61 w �_ 2207 2208 Match Existing Cross Slope 6.05 0 0.0% Match Existing FALSE Match Exi 'ng 2207 19+06.93 54.88 691.61 ~ m o 2208 2209 Sidewalk Running Slope 3.69 -0.02 -0.5% 0.5% to 5.0% 4.5% 0.5% to 5.0%+a 2208 19+12.98 54.79 691.60 =-OVp = r 2209 2210 Landing/Turning Space 5.60 -0.05 -0.9% 0.1% to 2.0% 1.1% 0.1% to 2.0% 2209 19+12.93 51.10 691.59 U Z - 2210 2211 Ramp Running Slope 7.84 -0.24 -3.0% 0.5% to 8.3% 5.3% 0.5% to 8.3% 2210 19+18.53 51.09 691.54 1 iii ce m 2211 2212 Crosswalk Cross Slope - Yield Condition 7.20 0.11 1.5% 0.0% to 2.0% 0.5% 0.0% to 2.0% 2211 19+26.37 51.09 691.30 u ' Q N 0 w I I I w 0 a (n zY O 0 O Hy 3 oLum h> 3 h O LU Wz nZ U $ O 2 K J 21717IRP 1 13 rpe 0 S0 oaf PROJECT NO. 1121150 SHEET NO. S.12 P:1PmJectOM11211501DeWemblesIDrawingsll CivTS.055idewalk Ceteils.dwg 4!720175:06:47 PM SIDEWALK COMPLIANCE E Z U � See S Sheets ' GL' w v * Does not include curb w z N N Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. This Data ry Sheet fills Tab 113-10 effective 1 -15-13 Z - w Point to Point Sidewalk Designation Distance" FT a Elevation FT Slope Legally Acceptable Range % Pos. or Neg. Difference b een Designed Slope a Maximum Legally Acceptable Range Acceptable Does Designer St ak' g Constructed need to obtain Re ed on Range design approval is from Method's Q Brant? Engineer? Pos. or Neg. Measured Initials Remarks Slope % FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation u \ / rn w U cq a 3 - m U � w � w 4l - L O 0 = .0 2301 2302 Landing/Turning Space 3.84 0.06 1.6% 0.1% to 2.0% 0.4% 0.1% to 2.0% 2301 19+87.17 51.93 691.09 U Z 2302 2303 Ramp Running Slope 7.50 0.41 5.5% 0.5% to 8.3% 2.8% 0.5% to 8.3% 2302 19+90.45 53.92 691.15 ^ o7 M 2303 2304 Sidewalk Running Slope 4.50 -0.12 -2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2303 19+90.51 61.42 691.57 Ln U ' M of 3 2304 2305 Sidewalk Running Slope 4.50 -0.12 -2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2304 19+90.54 65.92 691.45 Q N M o 2305 2306 Sidewalk Running Slope 3.95 -0.1 -2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2.305 19+90.57 70.42 691.33 2306 2.307 Sidewalk Running Slope 3.93 -0.1 -2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2306 19+90.60 74.38 691.23 2307 2308 Sidewalk Running Slope 4.97 -0.13 -2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2307 19+90.62 78.31 691.12 1 1 1 2308 2309 Sidewalk Running Slope 5.05 0.07 1.5% 0.5% to 5.0% 3.5% 0.5% to 5.0% 2308 1 19+90.65 83.28 690.99 2309 2310 Sidewalk Running Slope 4.99 0.14 2.9% 1 0.5% to 5.0% 2.1% 0.5% to 5.0% 2309 19+95.70 83.28 691.07 2318 2311 Match Existing Cross Slope 5.11 0.02 0.5% Match Existing FALSE Match Existing 2310 19+95.69 88.27 691.21 2311 2312 Match Existing Cross Slope 4.25 0.02 0.5% Match Existing FALSE Match Existing 2311 28+00.80 88.27 691.24 2312 2313 Sidewalk Running Slope 5.00 -0.05 -0.9% 0.5% to 5.0% 4.1% 0.5% to 5.0% 2312 20+05.05 88.27 691.26 2313 2314 Sidewalk Running Slope 5.00 0.13 2.5% 0.5% to 5.0% 2.5% 0.5% to 5.0% 2313 20+05.05 83.27 691.21 2314 2315 Sidewalk Running Slope 4.25 -0.06 -1.5% 0.5% to 5.0% 3.5% 0.5% to 5.0% 2314 20+85.05 78.27 691.34 1315 2316 Sidewalk Running Slope 5.08 -0.08 -1.5% 0.5% to 5.0% 3.5% 0.5% to 5.0% 2315 20+00.80 78.27 691.28 2316 2317 Sidewalk Running Slope 3.93 0.1 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2316 19+95.71 78.28 691.20 2317 2318 Sidewalk Running Slope 3.94 0.11 2.8% 0.5% to 5.6% 2.2% 0.5% to 5.0% 2317 19+95.71 74.35 691.38 2318 2319 Sidewalk Running Slope 4.50 0.12 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2318 19+95.96 78.42 691.41 2319 2320 Sidewalk Running Slope 4.50 10.12 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2319 19+95.96 65.92 691.53 a 2320 2321 Ramp Cross Slope 6.65 10.1 1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 2320 19+95.96 61.42 691.65 2321 2322 Ramp Running Slope 7.50 -0.41 -5.5% 0.5% to 8.3% 2.8% 0.5% to 8.3% 2321 20+02.60 61.42 691.75 cA o Y 2322 2323 Landing/Turning Space 5.20 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 2322 20+02.55 53.92 691.33 - P: o 0 2323 2324 Ramp Running Slope 5.40 0.21 3.8% 0.5% to 8.3% 4.5% 0.5% to 8.3% 2323 20+06.90 51.08 691.39 LU i o 2324 2325 Ramp Running Slope 4.57 0.34 7.4% 0.5% to 8.3% 0.9% 0.5% to 8.3% 2324 20+12.31 51.08 691.59 w m LL a 2325 2326 Ramp Cross Slope 4.99 -0.08 -1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 325 20+16.88 51.07 691.93 Y z 2326 2327 Ramp Cross Slope 4.58 -0.07 -1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 6 20+16.88 46.08 691.86 Q w a 2327 2328 Ramp Running Slope 4.57 -0.31 -6.7% 0.5% to 8.3% 1.6% 0.5% to 8.3% 232 20+16.88 41.50 691.79 2328 2329 Ramp Running Slope 5.40 -0.19 -3.5% 0.5% to 8.3% 4.8% 0.5% to 8.3% 2328 20+12.31 41.50 691.48 0z � m 2329 2330 Match Existing Cross Slope 5.50 0.1 1.7% Match Existing FALSE Match Existing 2329 1 20+06.90 41.58 691.29 1 z m 2330 2301 Crosswalk Cross Slope - No Yield Condition 23.83 -0.29 -1.2% 0.0% to 5.0% 3.8% 0.8% to 5.0% 2330 F 28+85.14 36,29 691.39 zo 2302 2331 Landing/Turning Space 5.51 0.08 1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 2331 19+95.96 53.92 691.24 i 2303 2320 Ramp Cross Slope 5.44 0.08 1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% 2332 19+96.71 46.08 691.23 2304 2319 Sidewalk Cross Slope 5.41 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2333 20+86.90 46.08 691.34 m 2305 2318 Sidewalk Cross Slope 5.38 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2334 20+12.31 46.08 691.53 2306 2317 Sidewalk Cross Slope 5.12 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2335 20+BB.80 83.28 691.17 2307 2316 Sidewalk Cross Slope 5.09 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2309 2316 Sidewalk Running Slope 5.00 0,13 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2309 2335 Sidewalk Cross Slope 5.10 0.1 2.0% 0.5% to 2.0% 0.0% 0.5% to 2.0% lTlrl p •.a-�r 2311 2335 Sidewalk Cross Slope 4.99 -0.07 -1.3% 0.5% to 2.6% 0.7% 0.5% to 2.0% •t FA%t• t•A 41!�.v�_+_' ;'� 2313 2335 Sidewalk Cross Slope 4.25 -0.04 -1.0% 0.5% to 2.0% 1.0% 0,5% to 2.0% ,[ (Itp 2315 2335 Sidewalk Cross Slope 5.01 -0.11 -2.1% 0.5% to 2.0% -0.1% 0.5% to 3.1% 2320 2331 Ramp Running Slope 7.50 -0.41 -5.5% 0.5% to 8.3% 2.8% 0.5% to 8.3% ¢ 2322 2331 Ramp Cross Slope 6.59 .0.1 -1.5% 0.1% to 2.0% 0.5% 0.1% to 2.0% ¢ a 2323 2333 Ramp Cross Slope 5.00 -0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% o 2324 2334 Ramp Cross Slope 5.00 -0.06 -1.2% 0.1% to 2.0% 0.8% 0.1% to 2.0% 2326 2334 Ramp Running Slope 4.57 -0.32 7.1% 0.5% to 8.3% 1.2% 0.5% to 8.3% PROJECT NO. 2328 2334 Ramp Cross Slope 4.580.05 1.2% 0.1% to 2.0% 0.8% 0.1% to 2.0% 7721150 2329 2333 Ramp Cross Slope 4.58 0.05 1.0% 0.1% to 2.0% 1.0% 0.1% to 2.0% 2331 2331 Landing/Turning Space 7.88 0 0.0% 0.27 to 2.0% 2.0% 0.1% to 2,0% 2332 2333 Landing/Turning Space 10.19 0.1 1.0% 0.1% to 2.0% 1.8% 0.1% to 2.0% SHEET NO. 2333 2334 Ramp Running Slope 5.40 0.2 3.6% 0.5% to 8.3% 4.7% 0.5% to 8.3% S.14 P:1PmjedsUM112115010e0uembles'J" Wngsli Civ]RS.05 Sldewalk 0elails.dwg 4!7110175:06:58 PM Cli 26 SIDEWALK COMPLIANCE E See S Sheets Z v * Does not include curb - Z Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. °= This Data Entry Sheet fills Tab 113-10 effective 10-15-13 w Point to Point Sidewalk Designation Distance * FT 4 Elevation FT Slope % Legally Acceptable Range Pos. or Difference between Designed Slope and Maximum Legally Acceptable Range Acceptable Does Designer need Constructed to obtain design Range approval from Method's Engineer? Pos. or Neg. Staking Measured Initials Remarks Required Slope on this Quadrant? % FOR INFORMATION VALUES USED TO DETERMINE Point Station Offset ONLY: DESIGNED SLOPES Elevation t z N 1p Z o + U m 2401 2402 Ramp Running Slope 10.41 0.26 2.5% 0.5% to 8.3% 5.8% 0.5% to 8.3% 2401 20+02.93 19.98 691.40 2402 2403 Landing/Turning Space 4.94 -0.07 -1.5% 0.1% to 2.0% 5% 0.1% to 2.0% 2402 20+02.93 30.39 691.66 o 2403 2404 Sidewalk Running Slope 2.93 -0.13 -4.4% 0.5% to 5.0% 0. 0.5% to 5.0% 2403 20+07.86 30.39 691.59 u 2404 2405 Match Existing Cross Slope 3.19 0.06 1.8% Match Existing FALSE Match Existing 2404 20+10.43 31.81 691.46 U 2 2405 2406 Match Existing Cross Slope 7.09 0.12 1.6% Match Existing FALSE Match Existing 2405 20+10.39 35.00 691.52 ' w " D -- 2406 2407 Match Existing Cross Slope 4.66 0.07 1.6% Match Existing FALSE ch Existing 2406 1 20+10.31 42.09 1 691.63 ~ rn o 2407 2408 Sidewalk Running Slope 5.58 -0.04 -0.6% 0.5% to 5.0% 4.4% 0.5 o 5.0% 2407 20+10.25 46.75 691.71 T = M 2408 12409 Sidewalk Running Slope 4.22 -0.03 -0.7% 0.5% to 5.0% 4.3% 0.5% to .0% 2408 20+04.67 46.69 691.67 �+� U Z N - 2409 2410 Sidewalk Running Slope 6.89 -0.04 -0.6% 0.5% to 5.0% 4.4% 0.5% to 5. 2409 20+00.82 48.41 691.64 oc M m 2410 2411 Sidewalk Running Slope 4.83 -0.03 -0.7% 0.5% to 5.0% 4.3% 0.5% to 5.0% 2410 19+95.91 53.24 691.60 Q N ro o 2411 2412 Sidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2411 19+93.66 57.51 691.57 2412 2413 Sidewalk Running Slope 4.14 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2412 19+93.62 61.64 691.44 2413 2414 Sidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2413 19+93.59 65.78 691.32 I 1 1 2414 2415 Sidewalk Running Slope 4.14 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2414 1 19+93.55 69.91 691.20 2415 2416 Sidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2415 19+93.52 74.05 691.07 2416 2417 Sidewalk Running Slope 4.14 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2416 19+93.48 78.18 690.95 2417 2418 ISidewalk Running Slope 4.13 -0.12 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2417 19+93.44 82.32 690.82 2418 2419 Sidewalk Running Slope 4.16 -0.13 -3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2418 19+93.41 86.45 690.70 2419 2420 Match Existing Cross Slope 4.25 -0.06 -1.5% Match Existing FALSE Match Existing 2419 19+93.37 90.61 690.58 z 2420 2421 Sidewalk Running Slope 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2420 19+89.12 90.55 690.51 w 2421 2422 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2421 19+89.16 86.42 690.64 2422 2423 Sidewalk Running Slope 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2422 19+89.19 82.28 690.76 U). 2423 2424 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2423 19+89.23 78.15 690.88 -10 $ o 2424 2425 Sidewalk Running Slope I 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2424 19+89.27 74.01 691.01 w R `3 < 0 5 2425 2426 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2425 19+89.30 69.88 691.13 o 2 2426 2427 Sidewalk Running Slope 4.13 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2426 19+89.34 65.74 691.26 ¢ w la 2427 2428 Sidewalk Running Slope 4.14 0.12 3.0% 0.5% to 5.0% 2.0% 0.5% to 5.0% 2427 19+89.37 61.61 691.38 w y o 2428 2429 Sidewalk Running Slope 5.61 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 2428 19+89.41 57.47 691.50 2z m m m 2429 2430 Sidewalk Running Slope 4.86 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 2429 19+89.46 51.86 691.55 E a 2430 2431 Sidewalk Cross Slope 5.00 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% 2430 19+89.50 47.00 691.59 $ 2431 2432 Sidewalk Running Slope 5.00 0.04 0.8% 0.5% to 5.0% 4.2% 0.5% to 5.0% 2431 19+94.50 47.00 691.66 2432 2433 Ramp Running Slope 9.53 -0.47 -5.0% 0.5% to 8.3% 3.3% 0.5% to 8.3% 2432 19+94.50 42.00 691.70 m 2433 2434 Crosswalk Cross Slope - Yield Condition 7.20 0.04 0.6% 0.0% to 2.0% 1.4% 0.0% to 2.0% 2433 19+84.98 42.00 691.23 2434 2435 Ramp Running Slope 7.82 0.49 6.2% 0.5% to 8.3% 2.1% 0.5% to 8.3% 2434 19+86.68 35.00 691.27 2435 2436 Landing/Turning Space 4.83 -0.06 -1.2% 0.1% to 2.0% 0.8% 0.1% to 2.0% 2435 19+94.50 35.00 691.76 2436 2437 Ramp Running Slope 7.00 -0.29 -4.2% 0.5% to 8.3% 4.1% 0.5% to 8.3% 2436 19+95.93 30.39 691.70 2437 2401 Crosswalk Cross Slope - No Yield Condition 7.79 -0.01 -0.1% 0.0% to 5.0% 4.9% 0.0% to 5.0% 2437 19+95.93 23.39 691.41 o 2405 2439 Sidewalk Running Slope 5.71 0.15 2.6% 0.5% to 5.0% 2.4% 0.5% to 5.0% 2438 19+99.43 35.00 1 1.7J„ 1 - 2406 2440 Sidewalk Cross Slope 5.63 0.02 0.4% 0.5% to 2.0% 1.6% 0.5% to 2.0% 2439 20+04.67 35.00 _ _ , �:3 Pm 4: a 2408 2440 Sidewalk Cross Slope 4.67 -0.01 -0.3% 0.5% to 2.0% 1.7% 0.5% to 2.0% 2440 20+04.67 42.02 691.66 2409 2442 Sidewalk Cross Slope 1.98 -0.01 -0.3% 0.5% to 2.0% 1.7% 0.5% to 2.0% 2441 19+99.43 42.01 691.68 PROJECT NO. 2410 2443 Sidewalk Cross Slope 1.94 0.02 1.2% 0.5% to 2.0% 0.8% 0.5% to 2.0% 2442 19+99.43 47.00 691.64 »21150 2411 2428 Sidewalk Cross Slope 4.25 -0.06 -1.5% 0.5% to 2.0%0.5% 0.5% to 2.0% 2443 19+94.50 51.90 691.62 2412 2427 Sidewalk Cross Slope 4.25 -0.06 -1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% SHEET N0. S.16 Cli 26 SIDEWALK COMPLIANCE 0 E See S Sheets Z 0 * Does not include curb - Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. °� @ I This Data Entry Sheet fills Tab 113-10 effective 10-15-13 w s w � Point to Sidewalk Designation Distance A Slope Legally Difference Acceptable Does Designer need Staking Measured Initials Remarks FOR INFORMATION ONLY:.? Point * Elevation Acceptable between Designed Constructed to obtain design Required Slope VALUES USED TO DETERMINE DESIGNED SLOPES Z N w Range Slope and Range approval from on this L7 Maximum Legally Method's gineer? Quadrant? 10 Point Station Offset Elevation Acceptable Range Z o - w w N FT FT % Pos. or Neg. Pos. or Neg. % + U m 2413 2426 Sidewalk Cross Slope 4.25 -0.07 % 5 0.5% to 2.0% 0.5% .5% to 2.0% w .p a o M 2414 2425 Sidewalk Cross Slope 4.25 -0.07 %5 0.5% to 2.0% 0.5% 0.5% .0% �Ca ~ m X v V w � Q 2415 2424 Sidewalk Cross Slope 4.25 -0.07 %5 0.5% to 2.0% 0.5% 0.5% to 2.0% o y -1'S =-0 = o 2416 2423 Sidewalk Cross Slope 4.25 -0.06 % 0.5% to 2.0% 0.5% 0.5% to 2.0% V z u! - 2417 2422 Sidewalk Cross Slope 4.25 -0.06 -1'S 0.5% to 2.0% 0.5% 0.5% to 2.0% Ln M M 3 % Q N M p 2418 2421 Sidewalk Cross Slope 4.25 -0.07 0.5% to 2.0% 0.5% 0.5% to 2.0% %5 2429 2443 Sidewalk Cross Slope 5.05 0.08 1.5% 0.5% to 2.0% 0.5% 0.5% to 2.0% I I I 2431 2443 Sidewalk Cross Slope 4.90 -0.04 -0.8 0.5% to 2.0% 1.2% 0.5% to 2.0% 2432 2441 Landing/Turning Space 4.93 -0.02 0.1% to 2.0% 1.6% 0.1% to 2.0% %4 2432 2435 Landing/Turning Space 7.00 0.06 0.8% 0.1% to 2.0% 1.2% 0.1% to 2.0% 2435 2438 Landing/Turning Space 4.93 -0.04 _ 9 0.1% to 2.0% 1.1% 0.1% to 2.0% w rc 2436 2402 Ramp Cross Slope 7.00 -0.04 -0'S 0.1% to 2.0% 1.5% 0.1% to 2.0% % EOZ J 2438 2439 Landing/Turning Space 5.25 -0.05 -0'9 0.1% to 2.0% 1.1% 0.1% to 2.0% U m0 O % Wrc o ¢ W > -0.5 Z IQ R 2438 2441 Landing/Turning Space 7.01 -0.03 0.1% to 2.0% 1.5% 0.1% to 2.0% ¢ w � 3 2439 2440 Landing/Turning Space 7.02 -0.01 -0.1 0.1% to 2.0% 1.9% 0.1% to 2.0% Wi x m m m % 2440 2441 Landing/Turning Space 5.25 0.02 0.4% 0.1% to 2.0% 1.6% 0.1% to 2.0% i 0 2441 2442 Sidewalk Cross Slope 4.99 -0.04 % 9 0.5% to 2.0% 1.1% 0.5% to 2.0% m 2442 2431 Sidewalk Cross Slope 4.93 0.02 0.5% 0.5% to 2.0% 1.5% 0.5% to 2.0% 2431 2443 Sidewalk Cross Slope 4.90 -0.04 % 8 0.5% to 2.0% 1.2% 0.5% to 2.0% -ell T LI-�;, 7A R1SFf''J I> 0 v 0 aQ PROJECT NO. 1121150 SHEET NO. S.17 PROVIDE STRAPS/CHAINS AT T-0" OC MAX SUPPORT BEAMS WITH BLOCKING OR VERTICAL SHORING AS REQUIRED FOR EXCAVATION —w �1 SCHEMATIC SUPPORT OF EXISTING UTILITIES vN0iT0—SZ7G F, SPAN VARIES PROPOSED WATER MAIN PROVIDE STEEL BEAMS TO SUPPORT EXISTING UTILITIES. BEAMS TO BE SIZED TO PREVENT CRACKING IN CONCRETE DUCTBANKS EXISTING 5�I a' -s'^ '-10" RC RAIL ROAD CROSSING SYMBOL (White) II � ° II II o-- _ II n---------- II C II II II 2' 0" NOTES: 1. CONTRACTOR TO PROVIDE PROPOSED 1'-' 1 SHORING PLAN TO OWNER AND A (White) 7A <9> ENGINEER FOR APPROVAL. SHORING FOR LANE SYMBOL (White) ALL UNDERMINED UTILITIES IS REQUIRED. 40" 2. CONTRACTOR TO FIELD VERIFY SIZE OF EXISTING UTILITY TO BE SHORED. 112" PROVIDE SIZE TO OWNER AND ENGINEER LW4 <6> TO VERIFY ADEQUATE SIZING IS LWidth\,V. LaCL PROVIDED. �1 SCHEMATIC SUPPORT OF EXISTING UTILITIES vN0iT0—SZ7G F, SPAN VARIES PROPOSED WATER MAIN PROVIDE STEEL BEAMS TO SUPPORT EXISTING UTILITIES. BEAMS TO BE SIZED TO PREVENT CRACKING IN CONCRETE DUCTBANKS EXISTING 5�I a' -s'^ '-10" RC RAIL ROAD CROSSING SYMBOL (White) —24,-0" 120'-0"16•_0•• 2' 0" LANE WIDTH 3'-4" 2' 6'-7" LANE WIDTH 1'-' 1 A (White) 7A <9> 4BIKE LANE SYMBOL (White) \1RIGHTTURNRROW 40" v ~ 112" SLW4 NE LW4 <6> DOTTED LINE (WHITE) LWidth\,V. LaCL (Joint) (Joint) � la 4" SL STOP LINE (White) <0> DOTTED LINE (WHITE) —24"—I (Joint) I t� �II f T—i 4' Z CBW6 CROSSWALK BAR (White)DOUBLE 41t YU CENTERLINE (Yellow) 201 —I a — CL 4" 6" (Joint) 4 24" 4" 4" (�l STANDARD PAVEMENT MARKINGS NOT TO SCALE RPR 13 Prs4151 w a r v ❑ PROJECT NO. 1121150 SHEET NO. U.01 SIGN TO INDICATE THE LOCATION OF THE CONCRETE WASHOUT AREA BERM OR FILTER SOCK AROUND PERIMETER GROUND SURFACE N COMPACTED EMBANKMENT MATERIAL OR FILTER SOCK, TYP. 8'X8' MIN ` `-3H:1V OR FLATTER R AS REO. TO CONTAI SIDE SLOPES E DOUBLE LAYER THICKNESS PLASTIC LINER WASTE CONCRETE NOTES: 1. CONCRETE WASHOUT AREA SHALL BE INSTALLED PRIOR TO ANY CONCRETE PLACEMENT ON r SITE. a 2. SIGNS SHALL BE PLACED AT THE CONSTRUCTION ENTRANCE, AT THE WASHOUT AREA, AND ELSEWHERE AS NECESSARY TO CLEARLY INDICATE THE LOCATION OF THE CONCRETE WASHOUT AREA TO OPERATORS OF CONCRETE TRUCKS AND PUMP RIGS. 3. THE CONCRETE WASHOUT AREA SHALL BE REPAIRED AND ENLARGED OR CLEANED OUT AS NECESSARY TO MAINTAIN CAPACITY FOR WASTED CONCRETE. 4. AT THE END OF CONSTRUCTION, ALL CONCRETE SHALL BE REMOVED FROM THE SITE AND DISPOSED OF AT AN ACCEPTED WASTE SITE. 5. WHEN THE CONCRETE WASHOUT AREA IS REMOVED, THE DISTURBED AREA SHALL BE SEEDED AND MULCHED OR OTHERWISE STABILIZED IN A MANNER ACCEPTED BY THE CITY. 6. PROVIDE A DOUBLE THICKNESS OF IMPERMEABLE PLASTIC LINER WITH A MINIMUM THICKNESS OF 10 MIL PER SHEET CONCRETE WASHOUT DETAIL �NOT TO SCALE Filfrexx® 8' Storm FilferSoxx"' (FyP) / Curbs Standard Section Filtrexx ® Inlet Prot I FilterSox 2'x 2' Woodi Curbside Storm Grate Option "A" Curbside Storm Grate Option "B" Plan View Plan View Excess Sock Material to be Drawn in and t Tied Off to Stake atcure Sock to Both Endsate with Rubber e Downs C Curbside Storm Grate Section Storm GuftelCol 1. All material to meet Filhexx9 specifications Z FflterSoxx-composbaoiymckrseed fig to meet application requirements. 3. Compost material to be dispersed on site, as determined by Engineer. COMPOST FILTER TUBE SIDE VIEW DISTURBED AREA O� � V �D \Z PLACE COMPOST FILTER QC's TUBE PERPENDICULAR O\� TO SLOPE TOP VIEW —GROUND LINE PLACE ADDITIONAL COMPOST MATERIAL TO FILL THE SEAM BETWEEN THE TUBE AND THE GROUND COMPOST FILTER TUBE TO BE STAKED IN PLACE (STAKE EVERY 8' FOR ADDED STABILITY) AREA TO BE PROTECTED COMPOST FILTER TUBE DETAIL NOT TO SCALE Excess Sock Material to be Drawn in and Tied Off to Stake at Both Ends Storm Gutter Cover y, Catch Basin Curbside Gutter Option "A" End Storm Grate Wim Tied FilterSon Wire TiedFilterSoxx- End Standard Plan View gFigerSoam Standard Section Filtrexx ® Inlet Prot I FilterSox 2'x 2' Woodi Curbside Storm Grate Option "A" Curbside Storm Grate Option "B" Plan View Plan View Excess Sock Material to be Drawn in and t Tied Off to Stake atcure Sock to Both Endsate with Rubber e Downs C Curbside Storm Grate Section Storm GuftelCol 1. All material to meet Filhexx9 specifications Z FflterSoxx-composbaoiymckrseed fig to meet application requirements. 3. Compost material to be dispersed on site, as determined by Engineer. COMPOST FILTER TUBE SIDE VIEW DISTURBED AREA O� � V �D \Z PLACE COMPOST FILTER QC's TUBE PERPENDICULAR O\� TO SLOPE TOP VIEW —GROUND LINE PLACE ADDITIONAL COMPOST MATERIAL TO FILL THE SEAM BETWEEN THE TUBE AND THE GROUND COMPOST FILTER TUBE TO BE STAKED IN PLACE (STAKE EVERY 8' FOR ADDED STABILITY) AREA TO BE PROTECTED COMPOST FILTER TUBE DETAIL NOT TO SCALE Excess Sock Material to be Drawn in and Tied Off to Stake at Both Ends Storm Gutter Cover y, Catch Basin Curbside Gutter Option "A" 0 0 CITV0FIC- ITY(Ua Catch Basin 2017 APR 61/I' _ I a PROJECT NO. 1121150 Curbside Gutter Option "B" SHEET NO. U.02 0 Inlet Curb Storm Gutter Inlet Storm er Cover O w Y 0 m o y a 3 0 m p n w Block Weather -Resistant Wire Mesh F z I N LL 8' Ffgrex& 8' Ww N a o (ryp) FiHerSoxxm (ryp) z = m z 0 m Sock Tied to Wire Mesh o fake 2-x 2Wooden Stake z Excess Sock Material to be Drawn in and Tied Off to Weather -Resistant Wire Mesh R5 m �� Stake at Both Ends Storm GutterCaver� Curb 0 0 CITV0FIC- ITY(Ua Catch Basin 2017 APR 61/I' _ I a PROJECT NO. 1121150 Curbside Gutter Option "B" SHEET NO. U.02 Fl E Z U � @ W L UjK w N Z N EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND BACK DOWN. (D O CLAMANER WIRE TO GROUND ROD AT SYSTEM Z 3 — TERM INA w N (3) ACE GROUND RODS 6"-10" AWAY FROM PIPE. °� + U (D. w N IT N � p M V Xv WIRE CONNECTING GROUND1OTRACER ROD TO TERMINAL BOX ISA WIRE TERMINAL OX o w SEPARATE WIRE FROM THE AT GROUND LEVEL O WIRE TO THE HYDRANT RUN = r VZ�— E HYDRANT BARREL Ln < 3 Q HYDRAN VALVE OGROUND ROD --,,,,.FIRE I I I NEW WATER MAIN E HYDRA T TEE DO NOT RUN WIRE UP VALVE BOX EXISTING WATER MAINNN��� POSSIBLE SPLICE w WITHOUT LOCATE WIRE \ W \\\ \ w LICE d O Y O TAPE WIRE AT MIDPOI w a w °' o y OF EACH PIPE LENGcn=o a2 l3 N li. 0: ROUND ROD- ow Np O m 0 U O r (J 2 K TYPICAL DETAILm TRACER WIRE INSTALLATI❑N WITH❑UT E ISTIN'G L❑CATE WIRE SCALE: NOT TO SCALE, Figure CIC -5010,101 p a o � � REVISED 11/2015 PROJECT NO. S-\VAT\VaterDlvlslonReferenaeManual\StandardDrasings\TracerNoExlsting(CIC5010.I011.deg CITvoFjc_C TYCgK (—,,v TSR WIRE INSTILLATION 2417 APR L2 SHEEYNO. �J NOT TO SGLLE U.03 A G,I TYPICAL SECTION TEES L —JJ CROSSES —J L THRUST BLOCK DETAIL 1 of 2 \J NOT TO SWE TYPICAL PLAN Undisturbed Soil Bearing Surface (See Table) BENDS DEAD ENDS Ei I Extend thrust blocks to undisturbed soil. Excavation into trench wall may be necessary. Form vertical surfaces of poured concrete thrust blocks except on bearing surface. Encase all fittings in polyethylene wrap. Do not allow concrete to directly contact joints or fitting bolts. Diameter of Pipe, D (inches) MINIMUM BEARING SURFACE (sf) Bends Tees and 11Ya 22)12 45° 900 Dead Ends 4 1 1 2 4 3 6 1 2 4 8 6 8 2 4 7 14 10 3 6 11 21 15 1 4 8 16 29 21 145 11 21 39 1 28 16 7 14 27 50 36 18 9 17 34 63 45 20 1 21 42 78 55 24 1 31 60 111 78 30 24 47 92 171 120 36 34 67 132 244 173 Minimum surface area based a psi and allowable soil pressur water pressure of 150 f 1,000 psf. CITYO ICCIT 2017 Ar", I3 SHEET NO. U.05 z 9 .. I s� v P. 0 Engineering Fabric TYPE PC -2 CONCRETE COLLAR CONNECTION �H1 CONNECTION TO EXISTWG PIPE �J NOT TO SCALE PIPE JOINT WRAPPING PIPE TO PIPE CONNECTION Overlap fabric 12" at top of pipe. n NPOT ro scuEIPE BEDDING DETAIL CLEARANCEV y :INISHED GRADE E TOPSOIL OR AS PER PLANS ECIFICATIONS. TRENCH SIDE SLOPE ETERMINED BY kCTOR IN ACCORDANCE >HA STANDARDS _L SHALL BE IDOT -ION 11 CLASS A "ONE UNDER PAVEMENT. iER BACKFILL SHALL BE _E NATIVE MATERIAL. SEE CATIONS FOR TION REQUIREMENTS. WIRE AP 2017 APR ny.` vy ❑ a r arc p6, p p Q PROJECT NO. 1121150 SHEET NO. U.07 P^ Prepared by: Jason Reichart, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240,(319)356-5416 RESOLUTION NO. 17-118 RESOLUTION AUTHORIZING THE ACQUISITION OF PROPERTY INTERESTS NECESSARY FOR CONSTRUCTION OF THE BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT. WHEREAS, the City of Iowa City desires to construct the Burlington Clinton Street Intersection Improvements Project ("Project") which includes the construction of new water main and ADA and sidewalk improvements along Clinton Street between Court Street and Burlington Street, the construction of new turn lanes and signal improvements at the Burlington and Clinton intersection, and the restriping of Clinton Street to include a 4 -Lane to 3 -Lane conversion from Jefferson Street to Court Street and the addition of bike lanes from Church Street to Benton Street; and WHEREAS, the City Council has determined that construction of the Project is a valid public purpose under State and Federal law, and has further determined that acquisition of certain property rights is necessary to construct, operate and maintain the proposed project; and WHEREAS, the City staff has determined the location of the proposed Project; and WHEREAS, City staff should be authorized to acquire necessary property rights at the best overall price to the City; and WHEREAS, funds for this project are available in the Burlington/Clinton Intersection Imp account # S3840. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The City Council finds that it is in the public interest to acquire property rights by warranty deed, quit -claim deed, and/or easement for the construction of the Burlington Clinton Street Intersection Improvements Project ("Project") which Project constitutes a public improvement under Iowa law. The City Council further finds that acquisition of said property rights is necessary to carry out the functions of the Project, and that such Project constitutes a valid public purpose under state and federal law. 2. The City Manager or designee is hereby authorized and directed to negotiate the purchase of property rights by warranty deed, quit -claim deed and/or'easement for the construction, operation and maintenance of the Project. The City Manager or designee is authorized to sign purchase agreements for the purchase of property and/or easements, and offers to purchase property and/or easements. 3. The City Manager or designee, in consultation with the City Attorney's Office, is authorized and directed to establish, on behalf of City, an amount the City believes to be just compensation for the property to be acquired, and to make an offer to purchase the property for the established fair market value. 4. In the event negotiation is successful, the Mayor and City Clerk are hereby authorized to execute and attest easement agreements and agreements in lieu of condemnation. The City Attorney is hereby directed to take all necessary action to complete said transactions, as required by law. r Resolution No. 17-118 Page 2 5. In the event the necessary property rights for the Project cannot be acquired by negotiation, the City Attorney is hereby authorized and directed to initiate condemnation proceedings for acquisition of any and all property rights necessary to fulfill the functions of the Project, as provided by law. Passed and approved this 18th day of April —,20 17 M AWOR oved ATTEST: a S�-I3-� % Z-� CITY1552ERK City Attorney's Office It was moved by sotchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: x x x x x x x pwenghnasterstacquireprop.doc ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton Se (7) Prepared by: Jason Reichert, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 RESOLUTION NO. 17-120 RESOLUTION SETTING A PUBLIC HEARING ON MAY 2, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Burlington/Clinton Intersection Imp account # S3840. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 2nd day of May, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 18th day of April 20 17 OR Approved by ATTEST:dlG%A//I / 4 �G(M,rnhAT7�F �l Y �DQp�k� CIT ERK ` City Attorney's Office 4//sJ/7 pwengVnasters\setphxoc 1111 r Resolution No. 17-120 Page 2 It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS Botchway Cole Dickens Mims Taylor Thomas Throgmorton Pchedia. PRESS -CITIZEN MEDIA PART OFTHE USATODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002081721 4/24/17 04/24/17 $40.25 Copy of Advertisement Exhibit "A" on Subscri d d MIT wo t fore me by said affiant this 26th day of Aoril. 2017 ,Carry ublic in Sate of Iowa &0 1 t .I jtJ rA% t°IUUt; "I UN T_ I COMMISSION NO. 763956 C * \ WCOMM1SSf0N EXPIRES Public -eotice is hereby Tven that the ty Council of the City of Iowa CityIowa, will conduct a public 'hearing on plans, specifications, form of contract and estimated cost for the construction of the Burlington Clinton Street Intersection Improvements Project in said city at 7:00p.m, on the 2nd day Map, Emma said meetin to be heldof in the Ea J, Harva Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting isof anthee 'City tCouncil thereaier as posted by the City Clerk. The Burlington Clinton Street is the construction main and ADA and )rovements along L between Court rlington Street, the new turn lanes and vements at the and to d . plans, specifications, form ntract and estimated cost are on file in the office of the City in the City Hall in Iowa City, and may be inspected by y interested persons may ar at said meeting of the City icil for the purpose of making tions to and comments arning said plans fications, contract or the cost aking said improvement. notice ;Is f by tooIonA C order Iowa r. Prepared by: Jason Reichert, Civil Engineer, 410 E. Washington Sl., Iowa City, IA 52240,(319)356-5416 RESOLUTION NO. 17-146 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Burlington/Clinton Intersection Imp account # S3840. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) -of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:00 p.m. on the 2nd day of June, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 20th day of June, 2017, or at a special meeting called for that purpose. Passed and approved this 2nd day of May � '20 17 M OR o Approved by ATTEST: Si a O OL o CI ERK City Attorney's Office I pweng 1Z, stem\resappp&sxoc 4/17 ZIO I 0 r. Resolution No. 17-146 Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: x x x x x x ABSENT: ABSTAIN: Thomas the Botchway Cole Dickens Mims Taylor Thomas Throgmorton A,reII IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Burlington Clinton Street Intersection Improvements Project Classified ID: 103254 A printed copy of which is attached and made part of this certificate, provided on 05/03/2017 to be posted on the Iowa League of Cities' intemet site on the following date: May , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/3/2017 GJ,W.W)� Alan Kemp, Executive Director Post 5/3 NOTICE TO BIDDERS BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 2nd day of June, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20th day of June, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of water main along Clinton Street between Court Street and Burlington Street. Replacement of traffic signal at the intersection of Clinton Street and Burlington Street. ADA and sidewalk improvements between along Clinton Street between Court Street and Burlington Street. Replacing concrete panels and adding right and left tum lanes to Clinton Street at the intersection with Burlington Street. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidders bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to fumish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of FIVE (5) year(s) from and after its completion and formal acceptance by the City Council. A non -mandatory Pre -Bid Meeting will be held on May 18, 2017 at 2:00 p.m. in the Engineering Conference Room (Iowa City City Hall, 410 East Washington Street, Iowa City, Iowa 52240) to discuss bid alternates. AF -1 The following limitations shall apply to this Project: Working Days: _75_ Specified Start Date: _July 10, 2017_ Liquidated Damages: $_500_ per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions, 415 Highland Ave Suite 100, Iowa City, Iowa, Iowa, by bona fide bidders. A $30.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa JULIE VOPARIL, DEPUTY CITY CLERK AF -2 Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, May 04, 2017 4:03 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 5.4.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City - Davenport Brick Street Reconstruction Iowa City - Riverfront Crossing Park, Phase 1 Iowa City - Burlington Clinton Street Intersection Improvements Iowa City - City Park Cabin Restoration A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): May 4. 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 4. 2017 Date President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Master Builders of Iowa 221 Park Street Des Moines, Iowa 50309 Phone: 515-288-7339 Fax: 515-288-8718 (e) mbiplanroom-dsm@mbionline.com www.mbionline.com Proiect Information rme m o Follow us on Social Medial Ni Facebook if 14ECe1V1ey Post 513 MAY 0 2 2D17 NOTICE TO BIDDERS BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 2nd day of June, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20th day of June, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of water main along Clinton Street between Court Street and Burlington Street. Replacement of traffic signal at the intersection of Clinton Street and Burlington Street. ADA and sidewalk improvements between along Clinton Street between Court Street and Burlington Street. Replacing concrete panels and adding right and left tum lanes to Clinton Street at the intersection with Burlington Street. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, If required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of FIVE (5) year(s) from and after its completion and formal acceptance by the City Council. A non -mandatory Pre -Bid Meeting will be held on May 18, 2017 at 2:00 p.m. in the Engineering Conference Room (Iowa City City Hall, 410 East Washington Street, Iowa City, Iowa 52240) to discuss bid alternates. AF -1 The following limitations shall apply to this Project: Working Days: _75_ Specified Start Date: _July 10, 2017_ Liquidated Damages: $_500_ per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions, 415 Highland Ave Suite 100, Iowa City, Iowa, Iowa, by bona fide bidders. A $30.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties With whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and Irregularities. Posted upon order of the City Council of Iowa City, Iowa JULIE VOPARIL, DEPUTY CITY CLERK AF -2 Prepared by: Jason Reichert, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 Resolution No. 17-327 Resolution setting a public hearing on November 6, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the Burlington Clinton Street Intersection Improvements Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Burlington/Clinton Intersection Imp account # S3840. Be it resolved by the Council of the City of Iowa City, Iowa: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 6th day of November, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 17th day of October / 2017. MiKol Atteq �20 Cify Clerk Approved by City Attorney's ey's Offic��x-� It was moved by Botchway and seconded by 'Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton 5 e c'-' ) i PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: 0002480574 10/23/17 10/23/17 Copy of Advertisement Exhibit "A" $42.37 Subscribed and sworn to before me by said affiant this 23th day of October. 2017 _q_)j Notary ublic QJ- a'6':�' OF :e is hereby given that )until of the City of Iowa, will con -duct a raring on plans, form ited cost of contract for the of the Burlington Street Intersection s Project in said city L. on the 6th day of 2017. said meetin¢ to Streef in said city, or ing is cancelled, at the ig of the City Council as posted by the City ton Clinton Street Improvements as the construction main and ADA and turn and to Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may a pear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, secifications, contract or the cost of" making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as providedby law. KELLIE FRIJEHLING, CITY CLERK 11 Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 17-340 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Burlington Clinton Street Intersection Improvements Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Burlington/Clinton Intersection Imp account # S3840. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 6th day of December, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19th day of December, 2017, or at a special meeting called for that purpose. Passed and approved this 6th day of November , 2017. Mayor Approved by Atte Clerk .9 n /t//.i , Ity �" " City Attorney's Office (c] / /,-7 I Resolution No. 17-340 Page 2 It was moved by sotchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: xBotchway Cole x x Dickens x Mims x Taylor x Thomas Throgmorton o IOWA 4fCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Burlington Clinton Street Intersection Improvements Project Classified ID: 105800 A printed copy of which is attached and made part of this certificate, provided on 11/07/2017 to be posted on the Iowa League of Cities' internet site on the following date: November 7, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/7/2017 Alan Kemp, Executive Director ,J NOTICE TO BIDDERS BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 6th day of December, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of December, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of water main along Clinton Street between Court Street and Burlington Street. Replacement of traffic signal at the intersection of Clinton Street and Burlington Street. ADA and sidewalk improvements between along Clinton Street between Court Street and Burlington Street. Replacing concrete panels and adding right and left turn lanes to Clinton Street at the intersection with Burlington Street. Pavement markings on Clinton Street between Benton Street and Church Street. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10%" of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%") of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of FIVE (5) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Working Days: _75_ Specified Start Date: April 1, 2018_ Liquidated Damages: $_500_ per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions, 415 Highland Ave Suite 100, Iowa City, Iowa, Iowa, by bona fide bidders. A $30 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 10 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK AF -2 Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, November 09, 2017 10:04 AM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 11.8.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City Public Library Computer Lab Renovation Iowa City - Burlington Clinton Street Intersection Improvements ReBid A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): November 8 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. November 8. 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d)515-657-4400(0)515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsm@mbionline.com (w) www.mbionline.com kr~'s elf tt, nd onty comryehFnuve Proiectlnformation c'anlnKlta,6v7ddtecVendaP IowaBidDate.com DECEIVED NOV 0 7 2017 NOTICE TO BIDDERS BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 6th day of December, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of December, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of water main along Clinton Street between Court Street and Burlington Street. Replacement of traffic signal at the intersection of Clinton Street and Burlington Street. ADA and sidewalk improvements between along Clinton Street between Court Street and Burlington Street. Replacing concrete panels and adding right and left tum lanes to Clinton Street at the Intersection with Burlington Street Pavement markings on Clinton Street between Benton Street and Church Street All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be Issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement fora period of FIVE (5) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Working Days: date. -- 75_ Specified Start Dae: _April 1, 2018_ Liquidated Damages: $_500_ per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions, 415 Highland Ave Suite 100, Iowa City, Iowa, Iowa, by bona fide bidders. A $30 fee is required for each set of plans and specifications provided to bidders or other Interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 10 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK AF -2 Prepared by. Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)3565416 Resolution No. 17-363 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Burlington Clinton Street Intersection Improvements Project Whereas, Ricklefs Excavating Ltd. of Anamosa, Iowa, has submitted the lowest responsible bid of $1,067,777.00 for construction of the above-named project; and Whereas, funds for this project are available in the Burlington/Clinton Intersection Imp account # S3840; and Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to Ricklefs Excavating Ltd., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 19th day of December 2017 M46r Approved by / Attests Pie �^ of "A IX City Clerk O"City Attorney's Office / 2 /--z�t Z It was moved by sotchway and seconded by Dickens the Resolution be adopted, and upon roll call there were Ayes: ON Nays: Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton BOND NUMBER: 54220022 PERFORMANCE AND PAYMENT BOND Ricklefs Excavating Ltd 12536 Buffalo Road Anamosa IA 52205 as (Insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and United Fire & Casualty Company (insert the legal title of the Surety) 118 Second Avenue SE PO Box 73909 Cedar Rapids IA 52407-3909 as Surety, hereinafter called the Surety, are held and firmly $oug� unto thg Clt� ppf low r� i�, Iowa, as obligee, hereinafter called ne i lion ixty ve Thousan en Hundred the Owner, in the amount of Seventv Seven Dollars & 001100 Dollars ($ 1,067,777.00 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of December 19, 2017 —,entered into a (date) written Agreement with Owner for the BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Shive-Hattery, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: o 1. Complete the Projedpin accordance with the terms and conditions o�jAgrgpment„ n m or C—r z n -C N 2. Obtain a bid or bids for submission to Owner for completirlptoe Pfolect --C accordance with the terms and conditions of the Agreement; and u dEjiminA-' tion by Owner and Surety of the lowest responsible bidder, arran a47bntra� between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not PB -1 exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the Improvements covered by this bond in good repair for a period of FIVE (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 19th DAY OF December 20 17 . IN THE PRESENCE OF: IfU/ n � uw Ricklets Excavating (Principal) M United Fire 8 Witness - (Title) Millhiser Smith Agency Inc. 3100 Oakland Rd NE (Street) Cedar Rapids IA 52402 319-365-8611 (City, State, (Phone) 0 O m C-) �C r r rri rn PB -2 C'a O N UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Se Department UNITED FIRE &INDEMNITY COMPANY,.3YEBSTER, TS 118 Second Ave SE ulgImFINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That LWI TED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the lawsof the State of Iowa; UNITED FIRE & INDEMNITY COMPANY a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collective),, called the Companies), and having their coil orate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appppoint TIMOTHY J. GSSMANN, KEVIN S. MEASE,`CASSA DRA J. DALEY, JENNIFER J. FREYMARK, TRACI A. LYONS,EACH INDIVIDUALLY of CEDAR;. RAPIDS IA their tee and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $20,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority herebygiven and hereby ratified and confirmed. The Authority hereby granted shall expire the 6th day of November, 2019 unless sooner revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE& INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following' bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety- Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companiesmay, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seat;; may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies; to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that be is Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that: it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he sieved his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. 14--.1 Judith A. Davis bwa Notarial number 1 Commission number 773041( Diary Public. My Commission Expires 04/2312 01 8 My commission expires: 04/23/2018 1, David A. Lange, Secretary of UN ITFD FIRE & CASUALTY COMPANY and Assistant Secretary of 'ITED FIRE & II�WMNITY COMPANY, and Assistant Secretary of FINANC IAL PACIFIC INSURANCE. COMPANY, do hereby certify that 1 have comp ar the forting copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set fortd. Pqu er of ey, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS; and that the same are correct tmnsct sere`and of hole of the .said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimo hereof I have r unto sub 'bed my name and affixed It corporate seal of the said Corpo k —G W ' this _�� day of 20 1 � \`fustrn M ,00`xm ut o^iNSUq,�,,, CONORATE q CO0.POR rE SEAL SrAL Secretary, OF&C Assistant Secretary, OF&I/FPIC BPOA0045 0115. ,j .„',z IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �5c° \,\,4� ,� �¢; 4„f\I MS, nY pvayT'',?b'\ vice president and its corporate seal to be hereto affixed this 6th day of November, 2017 , `E COxPORA'r _ - : `` fD"POPA1 UNITED FIRE & CASUALTY COMPANY SLwt. SEAL}'. 19N UNITED FIRE & INDEMNITY COMPANY 5'..�^in",cr`�\`c�l/.FOP`��t�ar FINANCIAL PACIFIC INSURANCE COMPANY State of Iowa, County of Linn, ss: ice President On 6th day of November, 2017, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that be is Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that: it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he sieved his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. 14--.1 Judith A. Davis bwa Notarial number 1 Commission number 773041( Diary Public. My Commission Expires 04/2312 01 8 My commission expires: 04/23/2018 1, David A. Lange, Secretary of UN ITFD FIRE & CASUALTY COMPANY and Assistant Secretary of 'ITED FIRE & II�WMNITY COMPANY, and Assistant Secretary of FINANC IAL PACIFIC INSURANCE. COMPANY, do hereby certify that 1 have comp ar the forting copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set fortd. Pqu er of ey, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS; and that the same are correct tmnsct sere`and of hole of the .said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimo hereof I have r unto sub 'bed my name and affixed It corporate seal of the said Corpo k —G W ' this _�� day of 20 1 � \`fustrn M ,00`xm ut o^iNSUq,�,,, CONORATE q CO0.POR rE SEAL SrAL Secretary, OF&C Assistant Secretary, OF&I/FPIC BPOA0045 0115. FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City'), and rl�L►1e'�S fGCLiI �Iri� I (-V• ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 121' day of October, 2017, for the BURLINGTON CLINTON STREET INTERSECTION IMPROVEMENTS Project ("Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $�[>lal� 1� 7.00 which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Statewide Urban Design and Specifications (SUDAS) Standard Specifications, 2017 Edition, as amended; o 0 m d. Plans; )> _ c-�-< N w r e. Technical Specifications and Supplementary Conditions; —+ -o m f. Performance and Payment Bond; r- (D _TJ w C3 g. Contractor's Completed Bidder Status Form; attached her(jo; en h. Contractors Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; i. Completed Form of Proposal; and AG -1 j. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amnt: SFe ClAacl oP DATED this �3 r L day of .20 19. city Contractor B By �. Mayor (Title) lY\C-C 'ACS,vAPA—I — ATTEST: ATTEST: %tom w� (Title) SCG e k(k ti! City Cle (Compan Official) Approved By: !ua stw'nlicit City Attorney's Office /, 3 j n c— D� Z 'n C')'< -iCN 7 Q3�M rn -0 M = AG -2 D cn J Bid Item Subcontractor No. Description Quantity Unit Price Extended Amount Advanced Electrical Services, Inc. 24 Removal of Traffic Signal 1.00 $9,000.00 $9,000.00 Advanced Electrical Services, Inc. 25 Removal of Light Pole 2.00 $600.00 $1,200.00 Advanced Electrical Services, Inc. 55 Street Lights 1.00 $1,200.00 $1,200.00 Advanced Electrical Services, Inc. 56 Traffic Signal, Per Plan 1.00 $252,000.00 $252,000.00 $263,400.00 Advanced Traffic Control 1 Mobilization 1.00 $1,500.00 $1,500.00 Advanced Traffic Control 6 Traffic Control 1.00 $6,700.00 $6,700.00 Advanced Traffic Control 7 flaggers 5.00 $350.00 $1,750.00 Removal of Existing Pavement Advanced Traffic Control 21 Markings 1.00 $4,000.00 $4,000.00 Advanced Traffic Control 22 Removal of Existing Traffic Signs 5.00 $40.00 $200.00 Advanced Traffic Control 50 Pavement Markings, Durable 465.00 $27.00 $12,555.00 Advanced Traffic Control 51 Pavement Symbols, Durable 63.00 $120.00 $7,560.00 Permanent Traffic Signs, With Posts, Advanced Traffic Control 57 Per Plan 42.00 $150.00 $6,300.00 $40,565.00 Culvers Lawn & Landscape 1 Mobilization 1.00 $720.00 $720.00 Culvers Lawn & Landscape 53 Decorative Brick Pavers 115.00 $91.08 $10,474.20 $11,194.20 LL Pelling 1 Mobilization 1.00 $1,300.00 $1,300.00 HMA Overlay, 1/2" PG 58-28S, 3" LL Pelling 49 Pavement Markings, Durable 69.00 $47.00 $3,243.00 $4,543.00 Metro Pavers 1 Mobilization 1.00 $17,800.00 $17,800.00 Concrete Maturity Testing for PPCC Metro Pavers 5 Pavement 1.00 $1,000.00 $1,000.00 Metro Pavers 43 PCC Pavement, Class C, 8" 69.00 $48.25 $3,329.25 Metro Pavers 44 PCC Pavement, Class C, 9" 1589.00 $52.65 $83,660.85 Metro Pavers 45 PCC Pavement, Class M, 9" 206.00 $58.65 $12,081.90 Metro Pavers 46 PCC Sidewalk, 6" 615.00 $37.00 $22,755.00 Metro Pavers 47 PCC Sidewalk Ramp 146.00 $47.50 $6,935.00 Metro Pavers 48 Detectable Warnings 162.00 $35.00 $5,670.00 Metro Pavers 53 Decorative Pavers 115.00 $37.00 $4,255.00 $157,487.00 FILED 2018 JAN 23 PN 3: 5 CITY CLERK 10 VIA CITY. fov.,.. Shive Hattery 2 Construction Survey 1.00 $7,850.00 $7,850.00 $7,850.00 Stevens Erosion Control 8 Mobilizations, Erosion Control 5.00 $300.00 $1,500.00 FILED Stevens Erosion Control 9 Filter Socks 387.00 $2.50 $967.50 Filter Socks at Storm Sewer Stevens Erosion Control 10 Structures 8.00 $75.00 $600.00 ZUIB JAN 23 PH 3: 5 Stevens Erosion Control 54 Sodding 637.00 $50.00 $31,850.00 $34,917s0 IA IO CITY joy,,t4 ENGINEER'S REPORT May 5, 2020 Re: Burlington Clinton Street Intersection Improvements Project Dear City Clerk: � r � ' ,tetown I CITY OF IOWA CITY 410 East Washington Strecl Iowa City, Iowa 52240-1826 (3 19) 356-5000 (319) 356-5009 FAX www.lcgov.org I hereby certify that the Burlington Clinton Street Intersection Improvements Project has been completed by Ricklef's Excavating Ltd. (DBA Boomerang) of Anamosa, Iowa in substantial accordance with the plans and specifications prepared by Shive-Hattery, Inc., of Iowa City, Iowa. The project was bid as a unit price contract and the final contract price is $1,055,769.36. There was a total of eight (8) change or extra work orders for the project as follows: 1. Storm Sewer Intake Adjustments $1,900.00 2. Fire Hydrant Extensions $5,365,80 3. Water Fitting Weight Adjustments -($4266.00) 4. Temporary Paving $15,772.08 5. Traffic Signal Modification $7,440.00 6. Pavement Marking Removal (Waterblasting) $4,780.65 7. Mulch Removal $1,872.75 8. Liquidated Damages 514.500.00) TOTAL $18,365.28 I recommend that the above -referenced improvements be accepted by the City of Iowa City Sincerely, )) cn Jason Havel, P.E. rri T,- j -T1 City Engineer ;7 o cn c ,; Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 20-142 Resolution accepting the work for the Burlington Clinton Street Intersection Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the Burlington Clinton Street Intersection Improvements Project, as included in a contract between the City of Iowa City and Ricklefs Excavating Ltd. (DBA Boomerang) of Anamosa, Iowa, dated January 23, 2018 be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Burlington/Clinton Intersection Imp account #53840;and Whereas, the final contract price is $1,055,769.36. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 2nd day of June Maor I_ Attest: City Clerk 2020. Appr ved by 7O"X/, CiTy Attorney's Office (Sara Greenwood Hektoen — 05/27/2020 It was moved by salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner