Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ROHRET SOUTH TRUNK SANITARY SEWER PROJECT/2022
ROHRET SOUTH TRUNK SANITARY SEWER PROJECT 06-Sept-2022 Res No. 22-228: Publication of notice of intent and setting date of public hearing 15-Sept-2022 Notice of Intent 13-Feb-2023 Plans, specs, project manual, estimate of cost 21-Feb-2023 Res No. 23-47: Setting a Public Hearing 28-Feb-2023 Notice of Public Hearing 07-Mar-2023 Res No. 23-66: Approving project manual and estimate of cost 09-Mar-2023 Notice to bidders 04-Apr-2023 Awarding Contract (Maxwell Construction Inc.) 27-Apr-2023 Contract — Maxwell Construction 27-Apr-2023 Performance, Payment, & Maintenance Bond 25-Sep-2024 Engineer's Report 01-Oct-2024 Res No. 24-244: Accepting work b Prepared by: Joe Welter, Public Works, 410 East Washington Street, Iowa City, Iowa 52240 319-356-5144 Resolution No. 22-228 Resolution authorizing mailing and publication of notice of intent to commence a public improvement project to construct the Rohret South_ Trunk Sanitary Sewer Project and to acquire property for the project; and setting date of public hearing on October 3, 2022. Whereas, under the provisions of Sections 6B.2A and 613.213 of the Iowa Code, a governmental body which proposes to acquire property under power of eminent domain for a public improvement project is required to give notice of intent to commence the project to all property owners whose properties may be acquired in whole or in part for the project; and Whereas, the City Council of the City of Iowa City intends to commence a project to construct the Rohret South Trunk Sanitary Sewer Project, which includes an approximately 2,500-foot long, 30- inch trunk sanitary sewer main, abandonment of existing sanitary sewer mains, reconnection of private sanitary sewer services to the new trunk, repaving Abbey Lane, Mormon Trek Boulevard, and Rushmore Drive, and restoration of surfaces with pavement, seeding, or sodding, which project is to be known as the Rohret South Trunk Sanitary Sewer Project; and Whereas, funds for this project are available in the Rohret South Sewer Project, Account Number V3155; and. Whereas, before the City of Iowa City can proceed with said project, the City Council must: a. Hold a public hearing, providing the opportunity for public input on the question of proceeding with the public improvement and on the acquisition or condemnation of property interests for the project; and b. Adopt a resolution declaring its intent to proceed with said project and authorizing the acquisition of property interests required for the project by negotiation or condemnation. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. Documentation showing the proposed location of the Rohret South Trunk Sanitary Sewer Project shall be placed on file in the office of the City Clerk and made available for public viewing. 2. A public hearing on the City's intent to proceed with the Rohret South Trunk Sanitary Sewer Project and to acquire property rights therefore is to be held on the 3rd day of October, 2022, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall Center, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 3. The Department of Public Works and City Clerk are hereby authorized and directed to cause notice of the City's intent to proceed with said project and authorize the acquisition of property for said project to be mailed not less than thirty (30) days and published 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. Resolution No. 22-228 Page 2 Passed and approved this 6th day of September 12022 R Approved by i 1 / Attest: City Jerk City Attorne s Office - 09/01/2022 It was moved by Taylor adopted, and upon roll call there were: and seconded by Weiner Ayes: Nays: Absent: x Alter x Bergus x Harmsen x Taylor x Teague x Thomas x Weiner the Resolution be Rohrer R� V-VVI CITY CLERK CITY OF IOWA CITY ICPO 410 E WASHINGTON ST IOWA CITY IA 522401825 • Pui,edia PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Affidavits) 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 tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Cost: 0005405923 9/15/22 09/15/2022 $115.60 Copy of Advertisement Exhibit "A" (:�)� q��tj'_2 Subscribed/and sworn to before me by sai ffiant this 15 day of September, 2022 Notary Public Commission expires NOTICE OF INTENT TO ACQUIRE PROPERTY RIGHTS WHICH MAY BE NEEDED FOR ROHRET SOUTH TRUNK SANITARY SEWER PROJECT TO: Alien Developmgnt, LLC, P.O. Box 3474, Iowa City, Iowa 52244; Mormon Trek Village Homeowners Association, c/o Kim Schairer, 1415 McKinley Place Iowa City, Iowa 52245; Bruce and Judy Pfohl, 2229 Abbey Lane, Iowa City, Iowa 52246 Chapter 6B of the Iowa Code requires a governmental body which Proposes to acquire Property rights under Power of eminent domain for a public improvement Project 10 give notice of the Project to all agqricultural property owners Whose roppe�rtppluue5 TOY be affected and iDESCdRIP bi hearION riing. THE PROJECT. NOTICE IS HEREBY GIVEN to ite or site location, or or condemning property necessary, required for I. Said project Involves )n of an oPproximately long, 30.inch trunk Sewer main, ent of existing sanitary sins, reconnection of nitary sewer services to trunk, repaving Abbey rmon Trek Boulevard, shmore Drive, and t of surfaces with seeding, or sodding IVATE PROPERTY TIN E ACQUIRED OR 4ATI ON. we -described project is City may need to acquire prc rights for the P improvements. Property may Include a temp construction easement, Permanent easement, and/or simple Parcel (con ownership). Upon review ( records of the Johnson C Auditor, it appears that prop or portions of properties own the above -identified Persons have to be acquired for the Pi by the methods described c The City will attempt to pur the required property by faith negotiations. If neg01y are unsuccessful, the CC condemn those Property I which it determines are nece for the Project. The pro The City has Provided funding in its bud et for this Project, as well as funMng to acquire any Property rights that may be needed for the Project. City staff has analyzed the options for how to Proceed with this project and has coordinated project Planning with other appropriate agencies. The planning has reached the Point y as Private !tied. on to fund the for the Public oke the final oute or site is hearing, giving 'ested in the Proposed P'� 3 -�__ 3 the opportunity to Present their views regarding the decision to fund the site -specific designs for the protect, make the final selection of the route or site location, or to acquire or condemn, if necessary, property or yn interest in property for the protect. The Public hearing be held on thee 3rd day of October, 2022 in the C(ty Council Chambers, Civic Center, 410 Eat Washington Street, Iowa City, Iowa commencing at 6:00 P.M. or, R cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk, In order to fund the site -specific design for the public improvement, to make the final selection of the route or site location, or to commence the ucquisltion or condemnation of property rights, if necessary, for the above -described Project, City Council will be required to approve the Project and authorize acquisition of private Property rights for the Project by Council resolution. The City Council is scheduled to consider adoption of a resolution authorizing acquisition of property rights for the above -described project following the Public hearing. When on appraisal is required if the Project is approved by the Eity Council on appraiser will determine the compensation to be Paid for easements and/or property acquired in fee simple. The City will offer no less than the appraised value and will attempt to Purchase only the needed The City Council of the City of Iowa City, Iowa has not vet determined to undertake the above -described protect or to acquire property rights for the Drolect. This Notice does not constitute an offer to purchase property rights. Kellie Fruehling, City Clerk STRAND ASSOCIATES' Excellence in Engineering Since 1946 Strand Associates, Inc 910 West Wingra Drive Madison, WI 53715 (P) 608.251,4843 www.strand.com February 13, 2023 Mr. Joseph Welter, P.E. City of Iowa City 410 East Washington Street Iowa City, Iowa Re: Rohret South Trunk Sanitary Sewer Project City of Iowa City, Iowa (City) Dear Mr. Welter: Enclosed you will find the sealed project manual and final opinion of probable construction cost for the subject project for the City's use for bidding. The final opinion of probable construction cost is $3,475,000. Please call 608-251-4843 if you have any questions or concerns. Sincerely, STRAND ASSOCIATES, INC.' -0000 Eric D. Vieth, P.E. Enclosures EDV:dl\"strmcLcom\projects\MAD\i600-3699�3604\009\Cortespondence\OwnatOUPDocs for Public Hearing\Rohret LeW.docx co Arizona I Illinois I Indiana I Iowa I Kentucky I Ohio I Tennessee I Texas I Wisconsin tn.. c Ott .,.,tit �' � "� CITY OF IOWA CITY. UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE J ROHRET SOUTH TRUNK SANITARY SEWER PROJECT IOWA CITY, IOWA ,- FEBRUARY 13, 2023 :., 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer �FESS10/v"",, under the laws of the State of Iowa. 'w ERIC D. z VIETH : z ; Eric D. ViethDate �., 22000 License Number: 22000 I�'Nj..... My license renewal date is December 31, 2023 Pages or sheets covered by this seal: Entire Bound Document CD •: , yl Rohret South Trunk Sanitary Sewer Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL. 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS APPENDICES C"o Rohret South Trunk Sanitary Sewer Project 0010—Page lofl 0100 NOTICE TO BIDDERS ROHRET SOUTH TRUNK SANITARY SEWER PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 28th day of March 2023. 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 6:00 P.M. on the 4th day of April, 2023, or at special meeting called for that purpose. The Project will involve the following: The construction of approximately 2400 lineal feet of 30-inch diameter reinforced concrete pipe trunk sanitary sewer, including the trenchless construction of 330 lineal feet across STH 218. The project also involves approximately 5000 square yards of concrete pavement replacement, spot water main replacement, concrete sidewalk and driveway replacements, 330 lineal feet of storm sewer construction, and landscape restoration. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc., of Madison, Wisconsin, which has 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the forrxl shown in Section 0510, 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 periock.:Df five (5) years from and after its completion and formal acceptance by the City Council. ;? Rohret South Trunk Sanitary Sewer Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: May 15, 2023 Substantial Completion Date: November 15, 2023 Final Completion Date: May 15, 2024 Liquidated Damages: $750 per day All. of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except the following bid items: 69. CONVENTIONAL SEEDING, 70. CONVENTIONAL SEEDING, 72. WATERING 76. TEMPORARY RECP, TYPE 1 77. SILT FENCE 81. TEMPORARY FENCE FERTILIZING, AND MULCHING - TYPE.3 SEED MIX FERTILIZING, AND.MULCHING - WETLAND SEED MIX C Critical Closure of Mormon Trek Boulevard: 12 Calendar Days Incentive/Disincentive:. $1000/day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, Toll -Free: (800) 779-0093. 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 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 fist on the Contract its 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 riot to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK - 41 ' CO ' a• Rohret South Trunk Sanitary Sewer Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE ROHRET SOUTH TRUNK SANITARY SEWER PROJECT IN THE CITY OF IOWA CITY, IOWA TO. ALL TAXPAYERS OF THE CITY OF .IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Rohret South Trunk Sanitary Sewer in said city at 6 p.m. on the 7th day of March, 2023; said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes the construction of approximately 2400 lineal feet of 30-4nch diameter reinforced concrete trunk sanitary sewer, including trenchless construction of 330 lineal fee across STH 218. The project also involves approximately 5000 square yards of concrete. pavement replacement, concrete sidewalk and driveways replacements, 330 lineal feet of storm sewer construction, and landscape restoration. Said Project Manual 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 appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of...... making said improvement. S) This notice is given by order of the City Council of -W:I the City of Iowa City, Iowa and as provided by law. ? `' Kellie K. Fruehling, City Clerk ti u n j Rohret South Trunk Sanitary Sewer Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS ROHRET SOUTH TRUNK SANITARY SEWER PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: March 21 st, 2023 Virtual Meeting Via Zoom 2. Bid Submittals: a. Time, Date and Location: 3 P.M. March 28th, 2023 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https:Hwww.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description -of the bid .a security requirements. 5. Progress and Schedule: a. Contract Times: - Specified Start Date: May 15, 2023 Substantial Completion Date: November 15, 2023 = Final Completion Date: May 15, 2024 Liquidated Damages: $750 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except the following bid items: 69. CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING - TYPE 3 SEED MIX 70. CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING - WETLAND SEED MIX 72. WATERING Rohret South Trunk Sanitary Sewer Project 0200 — Page 1 of 3 76. TEMPORARY RECP, TYPE 1.0 77. SILT FENCE 81. TEMPORARY FENCE Critical Closure of Mormon Trek Boulevard: 12 Calendar Days Incentive/Disincentive: $1000/day 100 b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. 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.' C. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting community events. iii. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City and Strand Associates Inc. are to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including Rohret South Trunk Sanitary Sewer Project 0200 — Page 2 of 3 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 based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 12. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other electronic submittals. b. Record documentation is required on all projects in accordance with Section 1090, 1.08.E of the Supplemental Specifications. Liquidated damages will be considered if adequate record documentation is not submitted by the Final Completion Date. A Y'S"t rin K c.a �-1 _ Rohret South Trunk Sanitary Sewer Project 0200 — Page 3 of 3 INSERT IN ENVELOPE 2 0400 PROPOSAL ROHRET SOUTH TRUNK SANITARY SEWER PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , selected Alternates, and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. 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 and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern.% _.n w r c0 N Rohret South Trunk Sanitary Sewer Project 0400 — Page 1 of 11 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT CLEARING AND GRUBBING, STA 1. 10+00 TO STA 20+25 LS 1.0 CLEARING AND GRUBBING, STA 2. 20+25 TO STA 36+00 LS 1.0 3. TOPSOIL ON -SITE CY 1,300.0 4. TOPSOIL OFF -SITE CY 350.0 BELOW GRADE . EXCAVATION (CORE 5. OUT) CY . 500.0 SUBGRADE 6. PREPARATION SY 6,108.0 GRANULAR STABILIZATION, CLASS A ROADSTONE (IOWA DOT GRADATION 7. NO. 11) TONS 1,000.0 SUBBASE, 6" 8. MODIFIED SY 6,108.0 COMPACTION 9. TESTING LS 1.0 TRENCH 10. FOUNDATION TONS 200.0 REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL (STA 10+50 TO STA 11. 20+25) CY 200.0 SPECIAL PIPE SUPPORT, FLOWABLE MORTAR FILL UTILITY LINE 12. SUPPORT TRENCH COMPACTION 13. TESTING LF 20.0 LS 1.0 CO Rohret South Trunk Sanitary Sewer Project 10400 — Page 2 of 11 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT ITEM.' DESCRIPTION UNITS QUANTITY PRICE SANITARY SEWER GRAVITY MAIN - TRENCHED, RCP, 14. 30" LF 1,991.0 SANITARY SEWER GRAVITY MAIN - TRENCHED, RCP, 15. 18" LF 46.0 SANITARY, SEWER GRAVITY' MAIN - TRENCHED, PVC 16. TRUSS, 10" LF 10.0 SANITARY SEWER GRAVITY MAIN - TRENCHED, PVC 17. TRUSS, 8" LF 60.0 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE - TRENCHED, RCP, 18. 30" LF 61.0 EXTENDED AMOUNT SANITARY SEWER GRAVITY MAIN WITH . CASING. PIPE - TRENCHLESS, RCP, 19. 30" LF 335.0 SANITARY SEWER 20. SERVICE, PVC, 4" LF 814.0 REMOVAL OF SANITARY SEWER, 21. RCP, 30". LF 172.0 SANITARY SEWER' `•v- ABANDONMENT, FILL AND PLUG 22. WITH CLSM LF 1,651.0 , ca STORM SEWER, TRENCHED, RCP, 23. 12" LF 165.0 STORM SEWER, .TRENCHED, RCP,. 24. 15" LF 140.0 Rohret South Trunk Sanitary Sewer Project 0400 — Page 3 of 11 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT STORM SEWER, TRENCHED, RCP, 25. 18" LF 10.0 STORM SEWER, TRENCHED, RCP, 26. 36" LF 28.0 REMOVAL OF STORM SEWER, 27. RCP, 12" LF 165.0 REMOVAL OF STORM SEWER, 28. RCP, 15" LF 140.0 REMOVAL OF STORM SEWER, 29. RCP, 18" LF 10.0 REMOVAL OF STORM SEWER, 30. RCP, 36" LF 28.0 SUBDRAIN, DUAL 31. WALL HDPE, 6" LF 2,412.0 SUBDRAIN OUTLETS AND CONNECTIONS, 32. HDPE, 6" EA 9.0 33. BYPASS PUMPING LS 1.0 WATER SERVICE PIPE, TYPE K 34. COPPER, 3/4" LF 10.0 WATER SERVICE «� 35. CORPORATION, 3/4" EA 1.0 w 4 WATER SERVICE 4=' CURB BOX 36. ADJUSTMENT EA 5.0mi F-pi u WATER MAIN, ~ TRENCHED, 1 :: 37. DUCTILE IRON, 12" LF 10.0 WATER MAIN, TRENCHED, 38. DUCTILE IRON, 8" LF 15.0 Rohret South Trunk Sanitary Sewer Project 0400 — Page 4 of 11 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM. DESCRIPTION UNITS QUANTITY PRICE AMOUNT WATER MAIN 39. REMOVAL LF 25.0 FITTINGS, DUCTILE. 40. IRON, 12" EA 4.0 FITTINGS, DUCTILE 41. IRON, 8" EA 9.0 42. VALVE, GATE, 12" EA 2.0 43. VALVE, GATE, 8" EA 6.0 FIRE HYDRANT 44. ASSEMBLY EA 4.0 FIRE HYDRANT ASSEMBLY 45. REMOVAL EA. 4.0 46. VALVE REMOVAL EA 1.0 VALVE BOX 47. REMOVAL EA 1.0 VALVE BOX 48. EXTENSION EA 2.0 VALVE BOX 49. REPLACEMENT EA 2.0 MANHOLE, SANITARY SEWER, 50. 48" EA 1.0 MANHOLE, u SANITARY ;SEWER, _ _� y 51. 60" EA 11.0 52. INTAKE, SW 510 EA 9.0 53. REMOVE MANHOLE EA 5.0 ?' ABANDON MANHOLE, REMOVE. 2' BELOW FINISHED GRADE . AND FILL 54. WITH CLSM EA 8.0 55. REMOVE INTAKE EA 8.0 Rohret South Trunk Sanitary Sewer Project 0400 - Page 5 of 11 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT -INTERNAL DROP 56. CONNECTION EA 2.0 PAVEMENT, PCC, 7" (ABBEY LANE), C- 57. SUD MIX SY 4,257.0 PAVEMENT, PCC, T', (RUSHMORE 58. DRIVE), C-SUD MIX SY. 729.0 PAVEMENT, PCC, 8", REINFORCED (MORMON TREK), C- 59. SLID MIX SY 80.0 PCC PAVEMENT SAMPLES AND 60. TESTING LS 1.0 REMOVAL OF SIDEWALK, SHARED, USE PATH, OR 61. DRIVEWAY SY 1,723.0 SIDEWALK, PCC, 4", 62. C-SUD MIX SY 522.0 SIDEWALK, PCC, 6", 63. C-SUD MIX SY 575.0 DETECTABLE 64. WARNINGS SF 156.0 DRIVEWAY, PAVED. 65. PCC, 6", C-SUD MIX SY 1,030.0 DRIVEWAY, rl GRANULAR 66. SURFACING SY 1,030.0 PAVEMENT Vil 67. REMOVAL SY 6,238.0 TEMPORARY F CD 68. TRAFFIC CONTROL LS 1.0 CONVENTIONAL SEEDING, FERTILIZING, AND. MULCHING - TYPE 3 69. SEED MIX ACRE 0.56 Rohret South Trunk Sanitary Sewer Project 0400 —Page 6 of 11 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING - 70. WETLAND SEED MIX ACRE 0.26 71. WATERING LS 1.0 72. WARRANTY LS 1.0 73. SOD SQ 230.0 PLANTS, TREE (1.25- 74. 1.5" CALIPER) EA 2.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) - 75. MANAGEMENT LS 1.0 TEMPORARY RECP, 76. TYPE 1.0 SY 2,000.0 77. SILT FENCE LF 675.0 INLET PROTECTION DEVICE, SURFACE 78. APPLIED EA 13.0 STABILIZED CONSTRUCTION 79. ENTRANCE SY 140.0 REMOVAL AND REINSTALLATION OF EXISTING 80. FENCE, CHAIN LINK LF 120.0 81. TEMPORARY FENCE LF 450.0 CONSTRUCTION 82. SURVEY LS 1.0 83. MOBILIZATION LS 1.0 MAINTENANCE OF 84. POSTAL SERVICE LS 1.0 MAINTENANCE OF SOLID WASTE 85. COLLECTION LS 1.0 _W Rohret South Trunk Sanitary Sewer Project 0400 - Page 7 of 11 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION ESTIMATED UNIT EXTENDED UNITS QUANTITY PRICE AMOUNT TEMPORARY PEDESTRIAN RESIDENTIAL 86.' ACCESS SY 200.0 REMOVE, SALVAGE, AND RELOCATE LIGHT POLE (INCLUDES NEW CONC. BASE AND 87. CONDUIT/WIRING) LS 1.0 TOTAL EXTENDED AMOUNT (BASE BID) = $ ALTERNATIVE BID NO.1 SANITARY SEWER GRAVITY MAIN - TRENCHED, RCP, 14. 30" (DEDUCT) LF -1,991.0 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE - . TRENCHED, RCP, 18. 30" (DEDUCT) LF -61.0 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE - TRENCHLESS, RCP, 19. 30" (DED.UCT) LF -335.0 ` 1 t MANHOLE, SANITARY SEWER, .~ . 51. 60" (DEDUCT) EA -11.0 4"' "`'n SANITARY SEWER >. GRAVITY MAIN - TRENCHED,. HDPE 14A. LINED RCP, 30" LF, 1,991.0 Rohret South Trunk Sanitary Sewer Project 0400 — Page 8 of 11 INSERT IN ENVELOPE 2 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE - TRENCHED, HDPE 18A. LINED RCP, 30" LF 61.0 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE - TRENCHLESS,HDPE 19A. LINED RCP, 30" LF 335.0 MANHOLE, SANITARY SEWER, 51A. HDPE LINED, 60" EA 11.0 TOTAL EXTENDED AMOUNT W/ALTERNATIVE BID NO.1 = $ The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. «T� ,µt1t1 Co NJ Rohret South Trunk Sanitary Sewer Project 0400 — Page 9 of 11 INSERT IN ENVELOPE 2 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 subcontractors are subject to approval by City of Iowa City. ry w n+rlM,q s.^�4 f`J Rohret South Trunk Sanitary Sewer Project 0400 — Page 10 of 11 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address' City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Rohret South Trunk Sanitary Sewer Project 0400 — Page 11 of 11 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheets Authorization to Transact Business). ❑ 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 non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/ddlyyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. 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 preference to bidders who are residents? - rt ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state'or foreign country and the appropriate legal citation. � t o You may attach additional 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: Rohret South Trunk Sanitary Sewer Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 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 ❑ 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 filed 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. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of 'authority to transact business in Iowa abd the certificate has not been revoked or canceled. r =:; f y rNa Rohret South Trunk Sanitary Sewer Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM ROHRET SOUTH TRUNK SANITARY SEWER PROJECT CITY OF IOWA CITY , 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 amount of 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 for {Template - Insert Project Name} Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (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 security 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 security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of , A.D., 20 Witness day (Seal) Principal By - :; (Title) (Seal) Surety By: Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable Rohret South Trunk Sanitary Sewer Project 0410 — Page 1 of 1 0500 CONTRACT ROHRET SOUTH TRUNK SANITARY SEWER PROJECT CITY OF IOWA CITY THIS CONTRACT 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 February, 2023, for the Rohret South Trunk Sanitary Sewer ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract 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 Proposal for the total extended amounts including any selected alternatives of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. OD Rohret South Trunk Sanitary Sewer Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, 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 (or shown on an attachment): DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) Cit Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official Printed Name of Contractor Officer Title of Contractor Officer ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Rohret South Trunk Sanitary Sewer Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND ROHRET SOUTH TRUNK SANITARY SEWER PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The construction of approximately 2400 lineal feet of 30-inch diameter reinforced concrete pipe trunk sanitary sewer, including the trenchless construction of 330 lineal feet across STH 218. The project also involves approximately 5000 square yards of concrete pavement replacement, spot water main replacement, concrete sidewalk and driveway replacements, 330 lineal feet of storm sewer construction, and landscape restoration. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform,. fulfill, and abide by each and every covenant, condition, and part of said Contract, by referp�lce made a part hereof, for the above referenced improvements, and shall indemnify,�and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employeeefurnishir^ g materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed toy pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the Rohret South Trunk Sanitary Sewer Project 0510 — Page 1 of 4 portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said personsr=firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of.the loWly Code, which by this reference is made a part hereof as though fully set out herein, 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five (5) years from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Rohret South Trunk Sanitary Sewer Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Co N) Rohret South Trunk Sanitary Sewer Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. rn C-J co w' Rohret South Trunk Sanitary Sewer Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity.in all ,Qty 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or comultants, 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 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations 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. Rohret South Trunk Sanitary Sewer Project 0520 — Page 1 of 6 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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 Street Address ` City, State, Zip Code;., Rohret South Trunk Sanitary Sewer Project 0520 — Page 2 of 6 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. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date c I. M t C-) f. f._ Rohret South Trunk Sanitary Sewer Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment oppottu 'ItiesPtDocumerpt the policy and post it in a conspicuous place so that it is known to efIVyour employees. Furthermore, disseminate the policy to all potential sources of employ es and to � r subcontractors asking their cooperation. The 'policy statement shooJdr—,rec gnizerand accept your responsibility to provide equal employment opportunity in allyaur ernployme'nt practices. In regard to dissemination of this policy, this can be done, for.examph, through the use of letters to all recruitment sources and subcontractors, persona I contacts, employee meetings, web page postings, employee handbooks, and. advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunityofficer 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) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth, recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select 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 Rohret South Trunk Sanitary Sewer Project 0520 — Page 4 of 6 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. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: httos://codelibrary.amlegal.com/codes/iowacitvia/latest/iowacity ia/0-0-0-631#JD 2-3-1. 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. .a CO N Rohret South Trunk Sanitary Sewer Project 0520 — Page 5 of 6 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, gender identity, marital status, national origin, 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: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. 17' - r d 3� Rohret South Trunk Sanitary Sewer Project 0520 — Page 6 of 6 0530 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 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, for a 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 wag", within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a,result of the Wage Theft Policy it may submit a request in writing indicating that one or more of::itae following actions have been taken: 3 a. There has been a bona fide change in ownership or control of the inerigible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Rohret South Trunk Sanitary Sewer Project 0530 — Page 1 of 3 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. e :v Rohret South Trunk Sanitary Sewer Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: I 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. Signature -w rn M Rohret South Trunk Sanitary Sewer Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.org/archived-specifications/. r; rr.,y i � s Rohret South Trunk Sanitary Sewer Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https:Hiowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. M ,t co ry Rohret South Trunk Sanitary Sewer Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2023 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.org/weblink/0/edoc/l845668/CIC%2OSupplemental%20SPecs.i)df or are available in the City Engineering Division Office. w yw"" 4 1 7�7 ID Rohret South Trunk Sanitary Sewer Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer -generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Speications beyond the Supplemental Specifications referenced earlier in this Project Manual as written below. SECTION 2010 — EARTHWORK, SUBGRADE, AND SUBBASE *rr— 1.08 MEASUREMENT AND PAYMENT J. Subbase: (REPLACE) MR 3. Includes: Work includes but is not limited to, excavating, and disposing of existing soil in subbase layer, furnishing, placing, and compacting, and trimming to the proper grade. SECTION 3010 — TRENCH EXCAVATION AND BACKFILL 1.03 SUBMITTALS D. (ADD) CLSM design mix, giving dry weights of cement, saturated surface -dry weights of aggregate, types, names and percent of admixtures, air content, and water used per cubic yard. E. (ADD) Initial and final set times of design mix as determined by ASTM C403. F. (ADD) Quality Control: 1. Experience of ready mix plants supplying CLSM. 2. Experience of specialty contractors supplying CLSM. Use skilled workmen who are thoroughly trained, experienced and familiar with the specified requirements and the methods for proper performance of this work. 3. Laboratory test data on seven (7) and twenty-eight (28) day strengths. G. (ADD) Quality Assurance: 1. Ready mix plants and specialty contractors shall have a minimum of two years' experience producing CLSM of the type required. Submit list of projects including quantity, density and strength of CLSM supplied for similar projects in past two years as proof of experience. 2.06 SPECIAL PIPE EMBEDMENT AND ENCASEMENT MATERIAL Rohret South Trunk Sanitary Sewer Project Page 1 of 9 C. CLSM: (REPLACE) 1. Materials: a. CLSM shall consist of portland cement, aggregate, admixtures, and enough water to allow the material to flow freely. CLSM shall be self -leveling and self - compacting. b. Unless otherwise noted, all materials shall comply with requirements of ACI 229R. c. Portland Cement— ASTM C150 —Type I or Type II. d. Foam Liquid Concentrate: Concentrate per ASTM C869 when tested in accordance with ASTM C796. e. Fine Aggregate: ASTM C33. f. Admixtures: Certified to be compatible with each other. Admixtures shall not contain calcium chloride. Fly ash shall not be used in any CLSM mix that will be in direct contact with any soils. g. Water: Potable, clean and containing less than 100 parts per million (ppm) of chlorides. Free of any substances deleterious to lightweight CLSM foaming agent. 2. Mix Design: a. Consistency: The mixture of cement, aggregate, water and admixtures shall be proportioned to create a flowable slurry with a minimum flow of 8-inches when tested in accordance with ASTM D6103. The mix must be a homogenous slurry so the materials do not segregate upon deposition. Bleed water shall be no greater than 10 percent of the mixing water as measured by Method A of ASTM C232. b. Proportioning and Design of CLSM mixes. Field experience test data or laboratory test batches prepared in accordance with ACI 211:1 anct,ACI 301. c_�� c. Low Density (LD) CLSM: ; i. Excavatable by machine. -. ii. Low density, non -bleeding cellular concrete. - iii. Portland cement and water slurry blended with a high Stability pre - generated foaming agent. iv. Fluid (10-inch slump), pumpable. v. Wet Density: greater than 30 pounds per cubic foot (pcf). vi. Twenty-eight (28) day Compressive Strength: 100 pounds per square inch Rohret South Trunk Sanitary Sewer Project Page 2 of 9 (psi) minimum. vii. If water is present in the structure being abandoned, the CLSM shall have a minimum density of 70 pcf. 3. Mixing: a. Sufficient mixing capacity shall be provided to permit the CLSM to be placed without interruption. The mixer drum shall be completely emptied prior to the initial batch of CLSM to make sure that no additional cement fines are incorporated into the mix. SECTION 4010 — SANITARY SEWERS 1.03 SUBMITTALS (REPLACE) Comply with Division 1 - General Provisions and Covenants, as well as the following: A. HDPE Liner Manufacturer's experience including total years involved in manufacturer of HDPE liners for the services intended. B. HDPE Liner Manufacturer's data of liner, joint system, special construction, and fillet material. C. HDPE Liner Manufacturer's materials and written installation procedure data and certification that liner and materials conform to requirements of these specifications. D. HDPE liner field test results. E. AGRU certified welder credentials for manhole joint welding. 1.05 DELIVERY, STORAGE, AND HANDLING (REPLACE) Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Take precautions during shipping, handling, and storage to prevent ;ratching, denting, or puncture of HDPE liner, or damaging anchorage system. Use special precautions during cold weather. B. Store HDPE liner in accordance with recommendations of manufacturer. C. Protect HDPE liner from excessive heat. ., D. Repair damage to HDPE liner or anchorages in strict accordance with the manufacturer's instructions and recommendations. 1.07 SPECIAL REQUIREMENTS (REPLACE) HDPE Liner Quality Assurance: Rohret South Trunk Sanitary Sewer Project Page 3 of 9 A. Liner shall be furnished by manufacturer who is experienced, reputable, and qualified in the manufacturing of materials. Manufacturer shall give evidence of successful use of its product as a lining for concrete sewer pipes, appurtenances, and structures in sewage conditions recognized as corrosive to concrete. B. Producer shall be Q-Cast certified by the American Concrete Pipe Association as well as NPCA or PCI Plant certification for minimum of 3 years prior to and during production of the products for this project. C. Manhole joints shall be welded by an AGRU certified welder. 1.08 MEASUREMENT AND PAYMENT B. Sanitary Sewer Gravity Main with Casing Pipe: a 1. Trenched: (REPLACE) a. Payment: Payment will be made at the unit price per. lineal `foot for the plan quantity for each type and size of carrier pipe. No chang6iho quantity shall be made. 2. Trenchless: (REPLACE) a. Payment: Payment will be made at the unit price per lineal foot for the plan quantity for each type and size of carrier pipe. No changes to quantity shall be made. 2.01 SANITARY SEWER (Gravity Mains) F. Reinforced Concrete Pipe (RCP) 18 inch to 144 inch: 1. General: e. (ADD) Acceptable Manufacturers: American Concrete Products, or equal. 2. Pipe Lining: c. HDPE: (REPLACE) 1) (REPLACE) Minimum thickness of 0.064 inches (1.625 millimeters) according to ASTM D5199. 4) (REPLACE) Locking extensions made from the same material as the liner. Minimum of 88 anchors per square foot extruded as on homogenous piece with pull-out strength of 250 N (56 pounds) per anchor. 7) (REPLACE) Capable of resisting groundwater pressure equal to 22 psi. 8) (ADD) Joints: Rohret South Trunk Sanitary Sewer Project Page 4 of 9 i. Each pipe section shall be manufactured with a thermoplastic connector factory installed in the bell end manufactured from Polypropylene Black (PP-B) resin. ii. Thermoplastic coupler shall be manufactured from Polypropylene Black (PB) with (2 each) double tilting -edge EPDM gaskets that meet testing requirements of ASTM F477. iii. Installed joints shall be capable of holding a constant internal pressure of 36 psi. 9) (ADD) Product: AGRU Sure Grip, or equal. 3.02 GRAVITY SEWER INSTALLATION B. Trenched: 8. (ADD) HDPE Liner: a. Protect liner from damage during installation, equipment, personnel, and materials used throughout the installation process. b. Repair damaged areas and perform work in accordance with the manufacturer's instructions and recommendations. Patch holes, cuts, tears, and seriously abraded areas in liner. 3.04 GRAVITY MAIN PIPE JOINTING G. (ADD) HDPE: 1. Field welding of the HDPE-lined manhole joints shall be performed in accordance with the AGRUSAFE Sure Grip Concrete Protective Liner System Part 1, 2, and 3. SECTION 4010 — SANITARY SEWERS 3.08 SANITARY SEWER ABANDONMENT B. Fill: rt tl co 1. (REPLACE) Prior to filling the sewer, the Contractor will verify the sewer'line is not in use with the Engineer. 2. (REPLACE) Pipes to be abandoned shall have all liquids are solids removed before installation of watertight bulkheads. Ground water infiltration will not be allowed between the time of the bulkhead installation and filling of the pipes. The cost of the cleaning and maintaining a liquid -free space will be incidental to the abandonment item. 3. (REPLACE) Construct water tight bulkheads consisting of at least two injection ports/vents at each end of the pipe. Injection ports and vents will be 2" pipes (with male NPT fittings) or per the requirements and recommendations of the contractor installing the CLSM. Make sure all voids are filled with flowable mortar and will Rohret South Trunk Sanitary Sewer Project Page 5 of 9 withstand the pressure of the pipe filling operations. 4. (ADD) Fill pipes labeled on the Plans with CLSM, LID, by ready mix truck, pump, or other approved method by continuous discharging material in the space to be filled. 5. (ADD) CLSM shall not be placed on frozen ground. Batching, mixing and placing may begin only if the air temperature is at least 340 F and rising. At time of placement, CLSM shall have a temperature of at least 40OF. Mixing and placing shall stop when the air temperature is 40 ° F and falling. 6. (ADD) Field Quality Control: a. Provide adequate facilities for safe storage and proper curing of CSLM test cylinders onsite for first 24 hours, and for additional time as may be required before transporting to test lab. b. Provide CSLM for making cylinders from the point of discharge into forms. When CSLM is pumped, samples used shall be taken from discharge end of pump hose. 7. (ADD) Testing and Inspection: a. Coordinate with and schedule with Engineer CLSM testing services. b. Wet Density: i. During placement of the initial batches, check the density and adjust the mix as required to obtain the specified cast density at the point of placement. ii. At hourly intervals during placing, monitor the density and adjust as necessary to maintain the specified cast density. c. Cylinders shall be made in field and tested in laboratory in accordance with ASTM D4832. d. One sample shall be collected for every 25 cubic yards of CLSM. e. Strength level of CLSM will be considered satisfactory -if aver,.ige 28 day strength test results are within the strength range specified''and twee (3) day strength is at least 20 psi. UJ SECTION 4060 — CLEANING, INSPECTION, AND TESTING OF SEWERS ` �.ry Mu 171 1.03 SUBMITTALS w4 co t REPLACE Comply with Division 1 - General Provisions and Covenants, (REPLACE) p y Cii well as the following: A. Perform tests and inspections on HDPE liners. Prepare test reports and submit. Rohret South Trunk Sanitary Sewer Project Page 6 of 9 1.07 SPECIAL REQUIREMENTS (ADD) Testing shall be done in accordance with manufacturer's recommendations. Infiltration and exfiltration testing should be used for HDPE-lined pipes and manholes in accordance with ASTM C969. Air pressure testing will be used only if the manufacturer and Engineer approve. 3.06 (ADD) TEST FAILURE Remove and replace components of sanitary sewer pipe or manholes that do not pass tests and inspections and retests are done at no additional cost to the City. SECTION 6010 — STRUCTURES FOR SANITARY AND STORM SEWERS 1.03 SUBMITTALS H. (ADD) HDPE liner field test results. I. (ADD) AGRU certified welder credentials for manhole joint and field cored pipe penetration welding. 1.05 DELIVERY, STORAGE, AND HANDLING C. (ADD) Take precautions during shipping, handling, and storage to prevent scratching, denting, or puncture of HDPE liner, or damaging anchorage system. Use special precautions during cold weather. D. (ADD) Store HDPE liner in accordance with recommendations of manufacturer. E. (ADD) Protect HDPE liner from excessive heat. F. (ADD) Repair damage to HDPE liner or anchorages in strict accordance with the manufacturer's instructions and recommendations. 1.07 SPECIAL REQUIREMENTS C. (ADD) Manhole joints and field cored pipe penetrations shall be welded by,;an AGRU certified welder. 2.11 ADDITIONAL MATERIALS FOR SANITARY SEWER MANHOLES B. Riser Section Coating:„ s rJ' .� 2. Interior: (REPLACE)`; c? a. HDPE Protective Liner: :v N 1) Chemical resistant, high tensile strength, puncture -resistant polymer membrane, designed and tested for use in application intended, in thickness recommended by manufacturer for application. 2) Products: Agru America, Inc., HDPE Sure Grip Type 560, 2mm thickness, Rohret South Trunk Sanitary Sewer Project Page 7 of 9 or equal. 3) HDPE liner to be cast -into inside facing manhole base walls, risers, and cones or flat -covers. 4) Concrete manhole benching and inverts shall be monolithically -cast. 5) Manhole joints shall be welded by an AGRU certified welder in accordance with manufacturers recommendations. 6) Concrete fillet/bench shall be formed to include the concrete additive, ConShield, to protect the surface against MIC corrosion. Install according to manufacturer's recommendations. 3.01 GENERAL REQUIREMENTS FOR INSTALLATION OF MANHOLES AND INTAKES G. Fillet: 5. (ADD) Concrete fillet/bench shall be formed to include the concrete additive, ConShield, to protect the surface against MIC corrosion. Install according to manufacturer's recommendations. 3.03 ADDITIONAL REQUIREMENTS FOR PRECAST CONCRETE STRUCTURES F. (ADD) HDPE Protective Liner: 1. Field welding of the HDPE-lined manhole joints and field -cored pipe penetrations shall be performed in accordance with the AGRUSAFE Sure Grip Concrete Protective Liner System Part 1, 2, and 3. SECTION 6030 — CLEANING, INSPECTION, AND TESTING OF STRUCTURES 1.03 SUBMITTALS (REPLACE) Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Perform tests and inspections on HDPE liners. Prepare test reports and submit. 1.07 SPECIAL REQUIREMENTS (ADD) Testing shall be done in accordance with manufacturer's recommertdAtions.- Infiltration and exfiltration testing should be used for HDPE-lined pipes and manholes irraccordance with ASTM C969. Air pressure testing will be used only if the manufactbrer aid Engineer approve. N-� co 3.04 SANITARY SEWER MANHOLE TESTING ry D. (ADD) Holiday Spark Test: 1. Perform Holiday Spark Test per ASTM D5162-08 in addition to other required testing. Rohret South Trunk Sanitary Sewer Project Page 8 of 9 3.05 TEST FAILURE (ADD) Removed and replaced components of sanitary sewer pipe or manholes that do not pass tests and inspections and retests are done at no additional cost to the City. t,.bJ ... t uu"��'y E •11` �' u �w:nryyp. r ` ;....� w..i CO F'. 1 Y Rohret South Trunk Sanitary Sewer Project Page 9 of 9 PLANS r. M CO N) Rohret South Trunk Sanitary Sewer Project Page 1 of 1 ROHRET SOUTH TRUNK SANITARY SEWER THIS PROJECT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, GENERAL SUPPLEMENTAL SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS. � r In ai • wr®��� CITY OF IOWA CITY UNESCO CITY OF LITERATURE DJECT LOCATION FOR THE CITY OF IOWA CITY IOWA CITY, IOWA L. co ry tU DRAWING LIST SHEET NO. SHEET DESCRIPTION A.01 TITLE B.01 EXISTING TYPICAL SECTIONS B.02 PROPOSED TYPICAL SECTIONS C.01 GENERAL NOTES C.02 LEGEND AND ALIGNMENT C.03 QUANTITIES D.01-D.03 ROADWAY PLAN AND PROFILE G.01 CONTROL POINTS OVERVIEW G.02 CONSTRUCTION ACCESS PLAN - WEST OF STH 218 H.01-H.02 EASEMENT IMFORMATION J.01 TRAFFIC CONTROL -ABBEY LANE J.02 TRAFFIC CONTROL - RUSHMORE DRIVE J.03 TRAFFIC CONTROL - MORMON TREK BLVD K01-K.03 RESTORATION PLAN L.01-L.02 PAVEMENT JOINTS MSA.01-MSA.05 RUSHMORE DRIVE AND ABBEY LANE UTILITY PLAN AND PROFILE V RR.01 EROSION CONTROL NOTES RR.02 - RR.04 EROSION CONTROL PLANS S.01 - S.07 CURB RAMP DETAILS U.01 DESIGN DETAIL DRAWINGS W.01 RUSHMORE DRIVE CROSS SECTIONS PROJECT LOCATION W.02-W.14 ABBEY LANE CROSS SECTIONS NO SCALE PROJECT LOCATION MAP ,Tr NO SCALE Strand Associates, Inc. 910 West Wingra Drive Madison, WI 53715 608-251-4843 www.strand.com CIP NO. V3155 wt ' ERIC D. = Z = VIETH22000 = Z = W - 0 WuP"``d`. I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME DR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA Lv-114011 7t/13/2.1 ERIC D. VIETH DATE P22000 12-31-23 LICENSE / RENEWAL DATE PAGES OR SHEETS COVERED BY THIS CERTIFICATION: ALL PAGES CITY OF IOWA CITY THIS ENGINEERING DOCUMENT HAS BEEN APPROVED FOR CONSTRUCTION. APPROVED BY DATE 6: A=I STRAND ASSOCIATES' 1 1.5% TYP. 4"CONCRETE SIDEWALK (TYP.) 1 VARIES 1.5% TYP. 25.0 PRIVATE STREET B I 6" INTEGRAL CURB (TYP.) VARIES 2.0% 2.0 4"CONCRETE SIDEWALK (TYP.) 7" P.C.C. PAVEMENT EXISTING RUSHMORE DRIVE TYPICAL SECTION NO SCALE 66.0' RAN EXISTING MORMON TREK BLVD TYPICAL SECTION NO SCALE 6" INTEGRAL CURB (TYP.) 22.0% —a -: v.: v :v 7" P.C.C. PAVEMENT EXISTING ABBEY LANE TYPICAL SECTION NO SCALE VARIES 4.0' TYP. VARIES 1.5% TYP. SANITARY SEWER EASEMENT C� w ` m 6=' — QJ r 7-2 M co tV N W Z W O lu N Y G 19 W F O N J a Q a V i u c a 1.- o a = 0 Z Z N O P F N c X W oa 3604.009 PROJECT MGR. EV 4 1 &=I STRAND ASSOCIATES' SHEET B.01 10. 2023 — 12-.57om 4" CONCRETE SIDEWALK SPOT REPLACEMENT (TYP.) PROPOSED RUSHMORE DRIVE TYPICAL SECTION NO SCALE PROPOSED 8" P.C.C. PAVEMENT PROPOSED GRANULAR SUBBASE - MATCH EXISTING DEPTH, 6" MIN. PROPOSED MORMON TREK BLVD TRENCH PATCH TYPICAL SECTION NO SCALE SPOT REPLACEMENT (TYP.) POROUS BACKFILL 6" SUBDRAIN 12" SUBGRADE PREPARATION - BELOW GRADE EXCAVATION (CORE OUT) TO 18" IF SUBGRADE FAILS CLASS I BEDDING PROPOSED ABBEY LANE TYPICAL SECTION NO SCALE 14.0' V CONCRETE SIDEWALK SPOT REPLACEMENT(TYP.) .0 W W to W o y �_ J 4x Z y�Z V Y t7 z d Q O t�f H ~ p G F a Z co)UA w o O ~ d O W = 19 O d C JOB NO. 3604.009 PROJECT MGR. EV �. STRAND ASSOCIATE S° ChnnlaPlnn\Tvn;rnl B.02 GENERAL NOTES 1. SAW -CUT AT TERMINATION TO FULL DEPTH ALL PAVEMENTS TO BE REMOVED. 2. ALL EXISTING STREET SIGNAGE REMOVAL AND REPLACEMENT BY OWNER. CONTRACTOR SHALL COORDINATE TIMING OF REMOVALS AND REPLACEMENTS ONE WEEK IN ADVANCE. 3. THE CONTRACTOR IS RESPONSIBLE FOR CLEANING DIRT AND DEBRIS FROM STREETS, DRIVEWAYS, AND SIDEWALKS CAUSED BY CONSTRUCTION ACTIVITIES. 4. ALL WORK INVOLVED IN THIS PROJECT SHALL BE CONSTRUCTED ON CITY OWNED RIGHT-OF-WAY OR WITHIN EXISTING EASEMENTS. NO MATERIALS, EXCAVATED MATERIAL, OR EQUIPMENT SHALL BE STORED ON, PARKED ON, DEPOSITED ON, OR DRIVEN OVER ANY OTHER PRIVATE PROPERTY UNLESS WRITTEN AUTHORIZATION IS OBTAINED FROM THE PROPERTY OWNER BY THE CONTRACTOR. A COPY OF SUCH WRITTEN AGREEMENT SHALL BE MADE AVAILABLE TO THE ENGINEER. 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OUTSIDE THE CONSTRUCTION LIMITS. 6. ALL TREES, SHRUBS, AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR "CLEAR AND GRUB" IN THE PLANS OR AS REQUESTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT DAMAGE TO SAID TREES OR SHRUBS OR ROOT SYSTEMS. 7. THE CONTRACTOR SHALL PREPARE A DETAILED SCHEDULE OF WORK WHICH SHALL BE SUBMITTED AT THE PRE -CONSTRUCTION CONFERENCE. THE SCHEDULE SHALL SHOW ANTICIPATED EQUIPMENT AND MATERIAL DELIVERIES AND COMPLETION OF MAJOR TASKS IN THE PROJECT. 8. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIALS (EXCAVATED MATERIALS) WHICH ARE NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INCLUDED IN THIS PROJECT. NO PAYMENT FOR OVERHAUL WILL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. 9. DURING CONSTRUCTION, CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE FEDERAL, STATE, AND LOCAL REGULATIONS. ALL CONCRETE (EXISTING AND NEW) SHALL BE WET -SAWED. IT IS THE CONTRACTOR'S RESPONSIBILITY TO COLLECT AND REMOVE ANY SLURRY RESULTING FROM WET -SAWING ACTIVITIES. 10. THE CONTRACTOR SHALL HAVE MATERIALS, EQUIPMENT, AND LABOR AVAILABLE ON A DAILY BASIS TO INSTALL AND MAINTAIN EROSION CONTROL FEATURES ON THE PROJECT. 11. THE CONTRACTOR SHALL TAKE SPECIAL CARE TO MAINTAIN POSITIVE DRAINAGE WITHIN THE PROJECT LIMITS. 12. NO EXTRA PAYMENT WILL BE ALLOWED FOR DEWATERING IF NECESSARY DURING CONSTRUCTION. 13. OPEN TRENCHES FOR UTILITY INSTALLATION SHALL BE SECURED EVERY NIGHT WITH CONSTRUCTION SAFETY FENCE. 14. FOR ALL TREES TO BE PROTECTED, CONTRACTOR SHALL SAWCUT ROOTS CLEAN VERTICALLY PRIOR TO UTILITY EXCAVATION. CONTRACTOR SHALL NOTIFY ENGINEER PRIOR TO EXCAVATING NEAR EXPOSED ROOT SYSTEMS AND SAWCUTTING ROOT SYSTEMS. UTILITY NOTES: STORM SEWER CONSTRUCTION NOTES. 1. ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE. IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR SHALL PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. 2. CASTING TO BE PLACED ABOVE OUTLET SIDE OF INTAKES. PLACE MANHOLE OPENING OVER DISCHARGE SIDE OF DOUBLE -BOX INTAKES. 3. MANHOLES PLACED IN PAVEMENT OR IN THE PARKWAY (BETWEEN THE SIDEWALK AND STREET) SHALL BE FLUSH WITH THE FINISH GRADE. MANHOLES IN NON -PAVED AREAS OUTSIDE OF THE RIGHT-OF-WAY SHALL HAVE A RIM ELEVATION 0.2-FOOT ABOVE FINISH GRADE. 4. FERNCO STRONGBACK 1000/5000 SHIELDED FITTINGS SHALL BE USED FOR CONNECTING DISSIMILAR AND SIMILAR PIPE MATERIALS. 5. CONTRACTOR SHALL FIELD CORE ALL SUBDRAINS TO INTAKES WATER MAIN CONSTRUCTION NOTES: 1. CONTRACTOR SHALL PROVIDE POLYWRAP AND TRACER WIRE ON ALL NEW WATER MAIN INSTALLED 2. FOR VALVE PLACEMENT OR VALVE REMOVALS, CONTRACTOR SHALL BE PAID UNDER VALVE, WATER MAIN, FITTINGS AND WATER MAIN REMOVAL BID ITEMS 3. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO INSTALL NEW DI WATER MAIN. VERIFY LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAIN PRIOR TO CONSTRUCTING NEW WATER MAIN. 4. NOTIFY CITY 7 DAYS PRIOR TO ANY SHUTDOWN OF EXISTING WATER MAIN. LIMIT DISRUPTION TO WATER MAIN SERVICES TO 4 HOURS. CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING IMPACTED PROPERTIES OF WATER SERVICE SHUTDOWNS 48 HOURS IN ADVANCE. 5. COORDINATE FLUSHING OF WATER MAIN AND OPERATION OF EXISTING VALVES WITH THE WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHLORINE TO AN ACCEPTABLE LEVEL PRIOR TO FLUSHING WATER MAIN. 6. ALL FITTINGS AND VALVES TO BE RESTRAINED. 7. SALVAGE HYDRANTS, VALVE BOXES, AND LIDS TO THE CITY. 8. REPORT ANY EXPOSED WATER SERVICE LINE MATERIALS TO CITY. 9. CONTRACTOR SHALL PROTECT AND TEMPORARILY SUPPORT EXISTING WATER MAINS AS NECESSARY THAT ARE EXPOSED DURING SEWER CONSTRUCTION. CONTRACTOR MAY CHOOSE TO REMOVE AND REPLACE EXISTING WATER MAIN AT SEWER CROSSINGS AT CONTRACTOR'S EXPENSE. 10. CONTRACTOR SHALL FIELD VERIFY EXISTING WATER MAIN DEPTHS PRIOR TO ORDERING NEW VALVE AND FIRE HYDRANT MATERIALS FOR SPOT WATER MAIN REPLACEMENTS. 11. WHERE EXISTING WATER MAIN IS EXPOSED AT SEWER CROSSINGS, CONTRACTOR SHALL FIELD VERIFY MIN. SEPARATION REQUIREMENTS ARE MET. IF SEPARATION REQUIREMENTS ARE NOT MET, CONTRACTOR SHALL NOTIFY ENGINEER AND PROVIDE C900 PVC SS PIPING AND SPECIAL PIPE SUPPORT AS DIRECTED BY ENGINEER SANITARY SEWER NOTES: 1. CONTRACTOR SHALL SUBMIT A SANITARY SEWER CONSTRUCTION SEQUENCING PLAN FOR NEW INSTALLATIONS AND ABANDONMENTS FOR CITY APPROVAL PRIOR TO CONSTRUCTION. 2. CONTRACTOR SHALL PROVIDE SEWER TELEVISING PER THE SPECIFICATIONS FOR ALL SEWER MAIN INSTALLATIONS (INCLUDING LIVE SEWERS) 3. CONTRACTOR SHALL PROVIDE SANITARY SEWER TESTING PER THE SPECIFICATIONS FOR ALL SEWER MAIN AND MANHOLES UPSTREAM OF SAN MH-4. 4. CONTRACTOR SHALL FIELD VERIFY SANITARY LATERAL LOCATIONS AND ELEVATIONS PRIOR TO MAKING LATERAL CONNECTIONS TO THE TRUNK SEWER OR MANHOLES. 5. FOR SANITARY SEWER MANHOLE ABANDONMENTS, CONTRACTOR SHALL REMOVE MANHOLE STRUCTURE A MINIMUM OF 2 FEET BELOW PROPOSED FINISH GRADE AND FILL THE EXISTING STRUCTURE WITH CLSM. 6. CONTRACTOR SHALL PROVIDE FERNCO STRONG BACK RC 1000 OR 5000 SERIES COUPLINGS FOR PIPE CONNECTIONS. 7. MANHOLES PLACED IN PAVEMENT OR IN THE PARKWAY (BETWEEN THE SIDEWALK AND STREET) SHALL BE FLUSH WITH THE FINISH GRADE. MANHOLES IN NON -PAVED AREAS OUTSIDE OF THE RIGHT-OF-WAY SHALL HAVE A RIM ELEVATION 0.2-FOOT ABOVE FINISH GRADE. 8. CONTRACTOR SHALL FIELD VERIFY LOCAL SEWER ELEVATIONS PRIOR TO FIELD CORING MANHOLES. AM 3604.009 EV �. STRAND ASSOCIATES® IT I eo d Aw Time: Feh 10. 9093 - 19:57- C.01 EXISTING ---- EXISTING RIGHT OF WAY - EXISTING PROPERTY LINE G - E —of SAN —w — ST — T — OH J m Y W G= H N89°14'59"E 142.49' O O IRpSH00 RE 10+ 11+001+42 � ABBEY LANE pR1VE - - RUSHMORE ALIGNMENT SJ�7' xn �y 2j8 1Ax00 1�x00 0 1,1,0 11x00 N59°48'26"E 476.48' � 10x PROPOSED SAN PROPOSED SANITARY SEWER AND SEWER LATERAL G PROPOSED GAS LINE PROPOSED TRUNK SANITARY SEWER PROPOSED TRUNK SANITARY SEWER W/ CASING W PROPOSED WATER MAIN ST PROPOSED STORM SEWER T PROPOSED TELEPHONE LINE E PROPOSED UNDERGROUND ELECTRIC LINE FO PROPOSED FIBER OPTIC LINE X X PROPOSED FENCE ❑ -0 o- PROPOSED SILT FENCE IP PROPOSED INLET PROTECTION PROPOSED END CAP � PROPOSED WATER VALVE PROPOSED FIRE HYDRANT 1O� PROPOSED SANITARY SEWER MANHOLE ® PROPOSED STORM SEWER MANHOLE PROPOSED CURB INTAKE o+ RUSHMOREpRNE ° 1g+00 1a+oo 17+00 16+p0 N75°01'01" 497.76' _ w U a W J Z Y U 23+00 ABBEY LANE AND SEWER ALIGNMENTLIJ 7/;/ w w U w } g U a Z) Z m O U N N73°16'34"E 178.31' - 31+00 32+00 33+00- 34+00 o. ABBEY LANE 24+00 25+00 26+00 27+00 28+00 i8. °5�325.52' STA = 30+90.99 � + Y = 604658.26 + N � X = 2167558.78 -N69°57'12°E 217.2 ' a o- DELTA = 16°49'51" PI STA = 28+11. T = 53.55 ---804$77r74r L,=.106.34-- X = 2167290. 9 = 362.00 dELTA= 16° 9'35° C $TA = 30+37.44D = 17°37' TSTA =31+43.78T = 48.07 l = 95.44 13 = 325.OpPLAEN VIEWDRIVE PC STA = 27+63.68 PT STA = 28+59,15 / co Ca.7 ' 0 60 120 240 UTILITY CONTACT INFORMATION CITY OF IOWA CITY - CITY OF IOWA CITY -INFORMATION MID-AMERICAN ENERGY -GAS CITY OF IOWA CITY -RIGHT-OF-WAY TECHNICIAN ENGINEERING DEPARTMENT TECHNOLOGY CARBON HEMPHILL CELL: (319) 930.1917 JOE WELTER SERVICES 1630 LOWER MUSCATINE ROAD OFFICE: (319) 356-5438 410 E. WASHINGTON TRENT HANSEN IOWA CITY, IA 52240 IOWA CITY, IA 52240 PHONE: (319) 356-5433 GAS DISTRIBUTION ENGINEER PARKS AND FORESTRY PHONE: (319) 356-5144 PHONE: 319-341-4461 TYLER BAIRD JWELTER@IOWA-CITY.ORG IOWA ONE CALL (UTILITIES) SUPERINTENDENT OF PARKS AND FORESTRY STEVEN K. HALSTEAD AT&T OFFICE: (319) 356-5093 CITY OF IOWA CITY -TRAFFIC 9001 HICKMAN ROAD, SUITE 200 LENNY VOHS TBAIRD@IOWA-CITY.ORG ENGINEERING DES MOINES, IA 50322 LV2121@ATT.COM BROCK HOLUB PHONE (515) 278-8700 PHONE: 816-275-4014 IMON COMMUNICATIONS, LLC 3800 NAPOLEAN LANE MAT -THEW KEARNEY IOWA CITY, IA 52240 MID-AMERICAN ENERGY -ELECTRIC UNIVERSITY OF IOWA PHONE: (319) 200-7778 PHONE: (319) 356-5482 LINDSAY HOUSTON GEORGE STUMPF 1630 LOWER MUSCATINE ROAD PHONE: (319) 335-2814 LUMEN CITY OF IOWA CITY - IOWA CITY, IA 52240 TONY GLESSNER WATER DIVISION PHONE: (319) 341-4419 UPN ANTONIO.GLESSNER@LUMEN.COM 80 STEPHEN ATKINS DRIVE FAX: (319) 341-4490 TANNER LUJAN PHONE: 515-263-7305 IOWA CITY, IA 52240 UPNGIS@UPNFIBER.COM PHONE: (319) 356-5160 IOWA COMMUNICATIONS NETWORK 816-814-9135 MEDIACOM WATER@IOWA-CITY.ORG DAVE AUGSPURGER CARL NORTON DAUGSPURGER@ICN.STATE.IA.US CNORTON@MEDIACOMCC.COM WASTEWATER DIVISION 515-725-4604 (OFFICE) PHONE: 319-594-6201 ON -CALL COLLECTIONS 515-229-2013 (CELL) PHONE: (319) 631-1144 NOTES: 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL CONSTRUCTION STAKING. 2. 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 THESE 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 THERE MAY BE OTHERS, THE EXISTENCE OF WHICH PRESENTLY NOT KNOW OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. 3. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ON -CALL SERVICE AT (800)-292-8989 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT, 4. THE UTILITY COMPANIES SHOWN ARE KNOWN TO HAVE FACILITIES ON THE PROJECT. ILI IOWA ONE CALL 1-800-292-8989 I www.iowaonecall.com ra og OB NO. 3804.009 PROJECT MGR. EV 4 ALI STRAND ASSOCIATES C.02 10. 2023 - 1 NOTES: 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL CONSTRUCTION STAKING. 2. 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 THESE 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 THERE MAY BE OTHERS, THE EXISTENCE OF WHICH PRESENTLY NOT KNOW OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. 3. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ON -CALL SERVICE AT (800)-292-8989 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT, 4. THE UTILITY COMPANIES SHOWN ARE KNOWN TO HAVE FACILITIES ON THE PROJECT. ILI IOWA ONE CALL 1-800-292-8989 I www.iowaonecall.com ra og OB NO. 3804.009 PROJECT MGR. EV 4 ALI STRAND ASSOCIATES C.02 10. 2023 - 1 BD ITEMS SUQ4S CODE DESCRIPTIONS ESTIMATED QUANTITY UNITS 1. 2010-0 CLEARING AND GRUBBING. STA 10+00 TO STA 20+25 1.0 LS 2. 2010-C CLEARING AND GRUBBING. STA 20+25 TO STA 38+00 1.0 LS 3. 2010-D-1 TOPSOIL ON -SITE 1,300.0 CY 4. 2010-D-3 TOPSOIL OFF -SITE 350.0 CY 'S. 2010-F BELOW GRADE EXCAVATION (CORE OU 500.0 CY 6. 2010-G SUBGRADE PREPARATION 6,108.0 SY •7 2010-H GRANULAR STABILIZATION, CLASS A ROADSTONE IOWA DOT GRADATION NO. 11 ' 1,000.0 TONS 8. 2010J SUBBASE, 6" MOOIFED 6,108.0 SY 9. 2010-M COMPACTION TESTING to LS '10. 3010-C TRENCH FOUNDATION' 200.0 TONS '11. 3010-0 REPLACEMENT OF UNSUITABLE BACKFLL MATERIAL (STA 10f50 TO STA 20+25)' 200.0 CY '12.3010-E SPECIAL PIPE SUPPORT, PLOWABLE MORTAR FLL UTILITY LINE SUPPORT 20.0 LF 13. 3010-F TRENCH COMPACTION TESTING 1.0 LS 14. 4010-A-1 SANITARY SEWER GRAVITY MAN -TRENCHED, RCP, 30" 1,991.0 LF 15. 4010-A-1 SANRARY SEWER GRAVITY MAN -TRENCHED, RCP. 18' 46.0 LF 16. 4010-A-1 SANRARY SEWER GRAVITY MAINMAIN-TRENCHED. PVC TRUSS, 10" 10.0 LF 17. 4010-A-1 SANITARY SEWER GRAVITY MAN -TRENCHED, PVC TRUSS, 8" 80.0 LF 18. 4010$1 SANffARY SEWER GRAVITY MAN WITH CASING PIPE -TRENCHED, RCP, 30" 61.0 LF 19. 4010-B-2 SANITARY SEWER GRAVITY MAN WITH CASING PIPE-TRENCHLESS. RCP, 30" 335.0 LF 20. 4010-E SANITARY SEWER SERVICE, PVC, 4" 814.0 LF 21. 4010ai REMOVAL OF SANITARY SEWER. RCP, 30" 172.0 LF 22. 4010-L SANITARY SEWER ABANDONMENT, FILL AND PLUG WITH CLSM 1,651.0 LF 23. 4020-A-1 STORM SEWER. TRENCHED, RCP. 12" 165.0 LF 24. 4020-A-1 STORM SEWER, TRENCHED, RCP. 15' 140.0 LF 25. 4020-A-1 STORM SEWER, TRENCHED, RCP, 18' 10.0 LF 26. 4020-A-1 STORM SEWER, TRENCHED, RCP, 36" 28.0 LF 27. 4020-D REMOVAL OF STORM SEWER. RCP, 12" 165.0 LF 28. 4020-0 REMOVAL OF STORM SEWER, RCP. 15" 140.0 LF 29. 4020-0 REMOVAL OF STORM SEWER, RCP, 18" 10.0 LF 30, 4020-0 REMOVAL OF STORM SEWER, RCP, 36"� 28.0 LF 31. 4040-A SUBDRAN.DUAL WALL HDPE. 6" 2.412.0 LF 32. 4040-0 SUBDRAN OUTLETS AND CONNECTIONS. HDPE, 8" 9.0 EA 33. 4050-Cr3 BYPASS PUMPING 1.0 LS 34. 5010-E-1 WATER SERVICE PIPE. TYPE K COPPER, 3!4" 10.0 LF 35, 5010-E-2 WATER SERVICE CORPORATION, 3+4" 1.0 EA 36. 5010-E� WATER SERVICE CURB BOXAQIUSTMENT' 5.0 EA 37. 5010-A WATER MAN. TRENCHED. DUCTILE IRON,, 12" 10.0 LF 38, 5010-A WATER MAN, TRENCHED, DUCTILE IRON,, 8" 15.0 LF 39. 5010-H WATER MAN REMOVAL 25.0 LF ap. 5o10-a1 FITTINGS, DUCTILE IRON.1r 4.0 EA 41. 5010-C-2 FITTINGS, DUCTILE IRON, 8" 9.0 EA az. 5020-A vALVE. GATE, 12" z.o EA 43. 5020-A VALVE, GATE, 8"------���� 6.0 EA 44. 5020-C FIRE HYDRANTASSEI�LY 4.0 EA 45. 5020J FIRE HYDRANT ASSEMBLY REMOVAL 4.0 EA 46. 5020-K VALVE REMOVAL 1.0 EA 47. 5020-L VALVE BOX REMOVAL 1.0 EA •48. 5020-G VALVE BOX EXTENSION-2.0 _ EA '49. 5020-H VALVE BOX REPLACEMENT' 20 EA 50. 6010-A MANHOLE, SANITARY SEWER. 48" 1.0 EA BD ITEMS SODAS CODE DESCRIPTIONS ESTIMATED QUANTITY UNITS 51. 6010-A MANHOLE, SANITARY SEWER, BO" 11.0 EA 52. 6010-B INTAKE. SW 510 9.0 EA 53. 6010a-i REMOVE MANHOLE 5.0 EA 54_ 6010+i ABANDON MANHOLE. REMOVE 2' BELOW FINISHED GRADE AND FILL WITH CLSM 8.0 EA 55. 6010-H REMOVE INTAKE 8.0 EA 56. 6010-C-1 INTERNAL DROP CONNECTION 2.p EA 57. 7010a1 PAVEMENT, PCC, 7" (ABBEY LANE), CSUD MO( 4,257.0 SY 58. 7010-A PAVEMENT, PCC. 7" (RUSHMORE DRIVE), CSUD MD( 729.0 SY 59. 7010-A PAVEMENT. PCC, 8', REINFORCED (MORMON TREK), CSUD MD( 80.0 SY W. 7010-I PCC PAVEMENT SAMPLES AND TESTING 1.0 LS 61. 7030-A REMOVAL OF SIDEWALK SHARED USE PATH, OR DRIVEWAY 1,723.0 SY 82. 7030� SIDEWALK, PCC, 4", CSUD MU( 522.0 SY 63. 7030-E SIDEWALK, PCC, 6". CSUD MIX 575.0 SY 64. 7030�G DETECTABLE WARNINGS 156.0 SF �. 7030ai-i DRIVEWAY. PAVED. PCC, 6", CSUD MD( 1,030.0 SY 66. 7030-H-2 DRIVEWAY, GRANULAR SURFACING 1.030.0 SY 67. 7040+1 PAVEMENT REMOVAL 6.238.0 SY 68. 8030-A TEMPORARY TRAFFIC CONTROL 1.0 LS 69. 9010-A CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING -TYPE 3 SEED MU( 0.56 ACRE 70. 19010-A CONVENTIONAL SEEDING, FERTILIZING, AND MULCHNG-WETLAND SEED MIX 0.26 ACRE 71. 9010-0 WATERING 1.0 LS 72. 9010-E WARRANTY 1.0 LS 73. 9020�► SOD 230.0 SQ 74. 9030,A PLANTS, TREE 125-1.5' CALIPER) 2.0 EA 75. 9040-A,2 STORMWATER POLLUTION PREVENTION PLAN (SWPPP -MANAGEMENT � 1.0 LS 76. 9040�-0 TEMPORARY RECP, TYPE 1.0 2,000.0 SY 77. 9040�1-1 SLT FENCE 675.0 LF 78. 9040.T 1 INLET PROTECTION DEVICE, SURFACE APPLIED 13.0 EA 79. 9040-0-1 STABLED CONSTRUCTION ENTRANCE 140.0 SY 80. 9060-D REMOVAL AND REINSTALLATION OF E705TNG FENCE, CHAIN LINK 120.0 LF 81. 9060-F TEMPORARY FENCE 450.0 LF 82. 11,010-A CONSTRUCTION SURVEY 1.0 LS 83. 11,020.A MOBILIZATION 1.0 LS 84. 11,030-A MAINTENANCE OF POSTAL SERVICE 1.0 LS 85. 11,030.8 MAINTENANCE OF SOLID WASTE COLLECTION 1.0 LS •86. 11,040,A TEMPORARY PEDESTRIAN RESIDENTIAL ACCESS' 200.0 5Y 87. 0000.999-A REMOVE, SALVAGE, AND RELOCATE LIGHT POLE (INCLUDES NEW CONC. BASE AND CONDUfffWIRING 1.0 LS ALTERNATfVE BID NO. 1 14. 4010-A-1 SANITARY SEWER GRAVITY MAIN -TRENCHED, RCP, 30" (DEDUCT) -1,991.0 LF 18. 4010$-1 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE -TRENCHED, RCP, 30' (DEDUCT) -61.0 LF 19. _ 4010�B-2 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE-TRENCHLESS, RCP, 30" (DEDUCT) -335.05.0 LF 51. 6010�A-2 _ __ MANHOLE. SANITARY SEWER, 60" (DEDUCT) � �� _ _ -11.0� EA 14A. 4010,A-1 SANITARY SEWER GRAVITY MAIN -TRENCHED. HDPE LINED RCP, 30" 1.991.0 LF 18A. 4010-B-i SANRARY SEWER GRAVITY MAIN WITH CASING PIPE -TRENCHED, HDPE LINED RCP, 30" 61.0 LF W a c i 2 !2c d z W W N Y a y o W z s y F z H o a Z � � Q z = N QT z O = y O ry F CD C a (^'rl O r co oc r-...k W JOB NO. 3604.009 PROJECT MGR. EV STRAND ASSOCIATES9 SHEET C.03 File- S-\MAD\3600--3699\3604\009\0rnwie.s\CAD\Civil 3d\SheetsPl-\Rohret 0,-titi-d- Time: Feb 10. 9093 - 17;59- z 19A. 4010$-2 SANRARY SEWER GRAVITY MAIN WITH CASING PIPE-TRENCHLESS, HDPE LI 1 0 II f + N Q 0 10 20 40 J t' > z N � � d 2480 RUSHMORE DR --. Wr--- PARCEL:1017352048 m J 2314ABBEY LN J S f 2338 ABBEY LN Q PARCEL:1017379038 2302 ABBEY LN {- W PARCEL:1017379039 Z `^" -'`- PARCEL: 1017379018 I V + ( PROTECT EXISTING LIGHT POLE OC FOR EL. ??? t� 28.1' STA, 10+32.28/12.5'LT `\ j 2 lI 2I I p Q RE -- -- L- ALIGNMENT a , R ABBEY LANE o" e h j Q--------- � ALIGNMENT f - ----- BOC FOR EL 689.84 - - io STA. 20+81.4514.3:LT RUSHMORE DRIVE N -+ W N z2+oo 11+00 1+a2 � 3+00 ABBEY LANE `\I z +00 10+00 24+00 0 r_ 25+00 o Q a m 26+00 U W b-io_ 4 C W A BOC FOR EL. ??? STA.10+31.74/12.6'RT I I I ______ U - - - - - - - - - - - - ------- -- 24.9' t I 1 BOC FOR EL. 689.27 STA. 10:�Y2.75/31.1'11T BOC E EL. 689.48 1 I —i 2480 RUSHMORE DR TA. 2 00/20.4'RT a PARCEL: 101735204 1 II �I I-! 2343 ABBEY LN PARCEL: 1017385009 2331 ABBEY LN 2307 ABBEY LN PARCEL:1017385008 2319ABBEY LN PARCEL:1017385007 pARCEL:1017385006 Lu ii f II J fi 705 - 705 705 ------- --- ------ 700 700 700 _I �. PVI STA: 23+55.00 PVI - PVI ELEV: 687.72 -----_---- _-'- _-_-- _-- - PVI ELEV: 684.40 .._ K: 25.31 K: 11.08 695 0 695 695 0 Lvc: so.00' LVC: 40.00' _.. o N ro No g - - LOW PT. STA: 24+75.03 - 0 0 + ° o __. -- _ ___--- m o 0 o LOW PT ELEV. 684.48 o? i Sao m '-m + + M o-_._... V1 W f' J N W _..-__ -.. _._. ____-._-___ r J. Q t0 N t0 690 N w w 690 690 ai w a d r o 0 o a, 0.99 % 0.85 % 0 00 % 0 45 % --_-- r H _- _+ D 'T N (O a a 3.16% 685 680 - b ° . _-_ r - 685 680 685 680 675 N N 111 cn --- - -- - - - 675 675 670 670 670 665 po - rn a co m — m 665 665 m -19 m m, 23+00 24+00 9+75 10+00 10+50 11+00 11+50 c\uem tann__-s�oo\3fine\nno\nrnW,nna\rem r,.,;i lel\C6eulaDlnn\An6ra1 vino non P-M. ,aWn Tmn Fnh to ?m-s - i?-Q— 705 O y I% a W o 'z J a a Z 0 700 W a 2 4 — --- m d = p VA a '' j z — 695 3 H o IY a ' 690 0 685 75 _ PROJECT MGR. EV 67 —co • 665-483 8 _ --- - STRAND W- ASSOCIATES' SHEET 25+00 26+00 26+50 D.01 2260 ABBEY LN PARCEL:1017379040 —_ BOC EO 65 0'LT co Z 27+0p _ a J � 1► A 2248 ABBEY LN PARCEL: 1017379041 2236 ABBEY LN PARCEL: 1017379042 BOC FOR EL. 686.43 - - - - STA. 28+59.1�3/14.0'LT _ ------._ 28+00 -_- __� _-== � BOC FOR . 685.99 � - (-- � �-`�==- TA.27+ 68/14.0'RTi (Cnt'� BOC FOR EL. 886.43 STA.28+59.13/14.0'RT Q� t 1 I 2265 ABBEY LN t PARCEL: 11017385005 i 2253 ABBEY LN f t PARCEL:1017385004 ' ABBEY LN L: 1017385003 t � 705 _ 700 695 690 685 680 675 670 665 26+50 d 0.45 2224 ABBEY LN PARCEL: 1017379043 ABBEY �.p.NE 2g+00 2211 CAE DR 1 2212 ABBEY LN PARCEL: 1017381006 1 PARCEL: 1017379044 I 1 Ir /1 it i 1 BOC .E_qR EL. 687. 30 37.44/14.0 T_ —_— —___ � ^__ --_` ---_ R7S pi, i 30+00 A 31+00 N A � o Q- —' C FOR EL. 687.34 - __ -"' -- STA.30+37.44/14.0'RT rwl�x �11 — r � fj2205 ABBEY LN 2229 ABBEY LN PARCEL: 1017385001 PARCEL:1017385002 .0 o -- �'m 0 0 w w 27+00 28+00 29+00 r;..;I AA\Ch—t+ PI—\Rnh—+ Pl— —i P—fil.d— Tim.• F.h 10 21121 — 19-59om PVI STA: 30+80.00 PVI ELEV 667.33 K. 32.96 1 LVC.50.00' -- --__- HIGH PT. STA. 30+71.91 HIGH PT ELEV. 68725 o — o 0 0 N O + r + a a 0.51% I i I - I I i 30+00 31+00 N 4 0 10 20 40 705 700 695 690 r�..r o �t ca 665 __1tiyJ :I Cal619 `.l co L>•�,47 675 670 665 31+50 ": 2 C LU J W LL. W O w Y � OC Q UJ C F O .j yFz �Z = "M ju m d = O a a O = 3 Y1 O Q W O Q 19 C JOB NO. 3604.009 PROJECT MGR. EV A iml STRAND ASSOCIATES' SHEET D.02 i W DR 2204 CAE DR 1425 BURRY DR RC BURRY 83 W PARCEL: 1017382008 { PARCEL: 1017382009 PARCEL: 1017383011 N > �I ( �I � jI iI C m II Q I I I LLII 0 10 20 40 28.1' X X X X ^�- - - - - - - - - - - - ------ - - - - - — -----•-- ------------- 0 �-.----------------------'-'---------- O Lo I 1 ABBEY LANE Q 32+00 33+00 34+00 35+00 36+00 L - - - - - - 37+00 H o o b f------1 LLI N ? .0 f J Z Posh I ST f J LJ 4—=— — — — — — — — — — — — — — JS----- ST -------- 41 1 OX / 1 � ZA 2151 ABBEY LN 700 695 690 -------------- 685 680 675 670 665 660 31+50 32+00 c•� uem ~,ann_ _ iFoo� -cFna� nno� n,. W;.,.,.� rem r;,,;l CL� r 2139 ABBEY LN PARCEL:1017384005 I 2035 ABBEY LN 2127 ABBEY LN 2115 ABBEY LN 2047 ABBEY LN PARCEL: 1017384001 PARCEL: 1017384004 PARCEL: 1017384003 PARCEL: 1017384002 i t - - 700 695 cq 690 685 --a a 80 + OI W cn W - w a � =k75 ID m co — m (D In 10 �- tD ' 1 (D ID 33+00 34+00 35+00 36+00 r.1 Pl— —n Pmfla A— T;— Pnh 11) 7n73 — 1'7 SOnm W w J W � W O W C O z J a F Z Z Z o a m d = ° o Q Q o to o 3 N O Q W O C 19 09 w. 70 3604.009 _ PROJECT MGR. EV 1 - 665 - --- 660 - STRAND ASSOCIATES$ SHEET 37+00 D.03 c\11 -4- 260 w 2 m z ABB:_PLAN d 1 611111111 CP 7�0 CP I C 5 FE-P-31 I W-7 CP 4, *31 th 40� X 7,* uj 4 > o PLAEN VIEW DRIVE n 0 u z -A 2 F 4L z Z 0 z 0 0 AL Rk L) w A > w < (L C) W e z L) Z w 0 tv CP 6 CONTROL POINT TABLE CONTROL POINTS (CP) NORTHING EASTING ELEVAITON NOTES 1 604632.55 2168087.55 681.71 MAG NAIL 2 604621.37 2167591.82 687.63 MAG NAIL 3 604569.74 2167363.63 686.90 MAG NAIL 1 4 604546.49 2167085.89 685.62 MAG 1 5 1 6�34 2166790.001 688.11 MAG E 6 604580.59 12166424.731 693.14 MAG NAIL F.I.: S:\MAD\3600--3699\3604\009\Drawings\CAC D,'i.._dw. Time: Feb 10. 2023 — 1:0Dom `GRYN DRIVE, 0 0 > z 0 left rh 1. f JOB NO. 3604.009 PROJECT MGR. EV "a, STRANU ASSOCIATES® SHEET G.01 \\ o / Lu PROVIDE STABILIZED � � " \ ` i_ � ACCESS ROAD NOTES. / CONSTRUCTION ENTRANCE a\` ROHRET ROAD 1. CONTRACTOR MAY USE TEMPORARY 1 SURFACE AS NECESSARY TO ACCESS � CONSTRUCTION STAGING AREA AND SANITARY SEWER WORK WITHIN THE 20' AND 60' CONSTRUCTION EASEMENT. ANY TEMPORARY SURFACES USED IN THE 60' z WIDE PRIOR TO RESNT SHALL ORATIONBE REMOVED L 2. ALL TEMPORARY MATTING NECESSARY IN Y I \ ��� W I WETLAND AREAS SHALL BE CONSIDERED �( \ � � � � � / /� \ IZ I ` INCIDENTAL TO CONSTRUCTION. 3. CONTRACTOR SHALL COORDINATE USE OF ACCESS ROAD WITH PRIVATE PROPERTY J OWNER CONSTRUCTION PROJECT. / \PARCEL: \\ \ ( �\ T-z, ' \\ 1018451001/�� �` ` \ HIGHWAY 4 REWILL BE AND PARKING ACCESS ON FROM HE SHOULDER OF THE HIGHWAY. co N% Lu PARCEL:lz c:) d Y u I� \ �� 1 'C — r� '�� _� 1�'.�•- \ = \ STH 218 ROW , \ \ y F O Z 20 WIDE TEMPORARY \\ 0 Iw% �(. 0 CONSTRUCTION \ \>' %y! EASEMENT (TYP.) ••", V C PAR*CEL: 10184512 NOCONSTRUCTION ACCESS \Iv I ALLOWED FROM STH 218 \ F TEMPORARY CONSTRUCTION `+*+� \ EASEMENT FOR LAYDOWN AND STAGING PAR L \ j f �� -\ '�� ��� AREA. AREA SHALL BE RESTORED WITH i + ` i \\\ \\ LEGEND JOB NO. �t!IM1260 TOPSOIL AND TYPE 3 MIX / Y + \ — — — 3604.009 CONSTRUCTION �"� PARCEL: PROJECT MGR. I / PARAL: ` '�� �""~ + I ACCESS ROUTE. �-- 1$19101002 1019126006 �''� -_�� ,! CONSTRUCTION Ev -/—� _ 1 60' WIDE TEMPORARY CONSTRUCTION EASEMENT STAGING AREA AVAILABLE FOR AREA SHALL BE RESTORED •\ �. � CONTRACTOR USE WITH WETLAND SEED MIX IN i-`. — f' WETLANDS AND TYPE 3 SEED / EXISTING WETLAND STABILIZED — MIX OUTSIDE WTLANDS / —' PARCEL: / 1020227002 f CONSTRUCTION STRAND PARCEL: ---_ � ENTRANCE ASS 0 C I A T E S ' \ 1019101002 ..� �/ / / \ �/ _I� / �,•^ \ / SHEET P.I.- o\MAn\jenn--'sFoo\%RnA\noo\n.,,w;., .\ren\r;„;i Ate.. Pinn.nwn Tl— Feb 10. 2023 - 1-01nm 2550 RUSHMORE DR PARCEL: 1017354024 EX. R/W jztt -TEMPORARY CONSTRUCTION RUSHMORE DRIVE EASEMENT 13981.04 S.F. 4, BAN 2480 RUSHMORE DR PARCEL.1017352048 30' WIDE SANITARY SEWER EASEMENT \ v \ TEMPORARY CONSTRUCTION 0 10 2 40 / EASEMENT 13981.04 S.F. s 00 N z o co W K ' �U cS� - o z Q 6° 26" 3 I, �- iA000. ii7 " U) LU 6+ 00 1g+ +00 p+ Z J S — — — — / + ` y +�+ V• `` ` + ` ` ` ` `. `+ ` "�+ + `+ w.,. - + +W + + ` 77' N00°43'51"W 26 ++ + + + + + �+ + + + 30+VIDE SANITARY + ` + + SEWER EASEMENT + ` + + + + + + ` 2480 RUSHMORE DR + PARCEL:1017352048 i + +' 2550 RUSHMORE DR `� •`W �` •+ +�`� �` „�`� ` PARCEL:1017354024 + TEMPORARY �\ �+ �` + +� `` + + +`� + + + `�"+ "� ` •� + + + •� ,� CONSTRUCTION EASEMENT 480.79 S.F. -\MAn\3600--3699\3604\n09\0rnwinns\('An\Cfvfl 3A\ShnetsPlnn\Fnaement Ilnework.Awa Timer Feh 10. 2093 — 1-09— N 0 10 \ 20 40 1"V u.r o ^� o N _ 07 LLI Z r. J co N Q G.) OC Z W ; G W N Q � Q F O oC C Z w fi Z Y Z F z v C Q v H I- p Z Z x H W z x W w O H W W s 11 3604.009 I PROJECT MGR. I EV 4. STRAND ASSOCIATES' H.01 n 1 RUSHMORE DR 2338 ABBEY LN 2314 ABBEY LNI 1 ; 1017379018 1017379038 LLIfui • TEMP O. EASEMENT 1 40 • • vp ABBEYLANE ZPW SANITARY SEWER *k* / ■ o FIR A' pardi i� . LU EASEMEN:1 l rl Lu uj • 1 . I 1017379040 ABBEY1 9141017379042 1017379043 1017379044 1017381006 Z. rr ��►,; -- Lu Lu 00 90 ►:�:—� _ �► _I mi .. �i��• •►••�►��— -- .. , ""�'•o�" '_lid 1. i+T..�'" /,,,,!• .:�- ',. .ems,.• /, oft woo *IPA V1 VIA • I # • 1 .E SANITARY STRAND SEWER EASEMENT • 1 PARCEL 11 ;11. ;11 •-ABBEY1 11 1 1 1 ,. CAE OR 1425 BURRY DR ,. :„ :..• :, Lu - I * ST #I ■ Intlgim 1 �i_� .� ,. lzi V;� SAN SAN..Ly 11 K� 00 • Iosl _. I ce o ST su m Gwso �r�rrr�.ITrr n>.r�r.1c�► �r� ��rrr• rim 1ll�iiill �r�r _�..�.,w��r�s��••__ ��r� �t�r i��l■SI�..� ►�t�f1► .Blow r..T — CLj�� I� i 20' WIDE SANITARY SEWER EASEMENT 2151 ABBEY LN 2139 ABBEY LN 2127 ABBEY LN 2115 ABBEY LN 2047 ABBEY LN 2035 ABBEY LN PARCEL: 1017384005 PARCEL: 1017384004 PARCEL: 1017384003 PARCEL: 1017384002 PARCEL: 1017384001 1699\3604\009\Dmwinav\CA0\Civil 3d\SherttsPlnn\Fasemnnt lineworkdwn Time: Feh 10. 2023 - 1:02om 0 10 N I 20 40 iiiQ z 37+00 C --I a z 0 H a oe 0 z z W 2 W H <= c a a w W >.—r r C-) -• --� �„...` 3�w k..� -f M y� IV (A) 3604.009 PROJECT MOR. Ev �. ml STRAND ASSOCIATES° SHEET H.03 �V R FIC CONTROL NOTES } r r TRAFFIC x\ 1. ALL TRAFFIC CONTROL SHALL FOLLOW + - '�' • ` . " ""� r SUDAS AND MUTCD STANDARDS, CLOSED ""'- - - --'— ., CURRENT EDITIONS. kgHEAD P ♦ ' t 2. MAINTAIN LOCAL TRAFFIC TO ABBEY T ♦ •�---�----- " s,,' LANE AT ALL TIMES DURING L\ o- _ 4_____ CONSTRUCTION. 1 ABBEY LANE 3. CONTRACTOR SHALL PROVIDE SIDEWALK , Zl— DETOUR -- s 3 {� r //ter I q CLOSURE SIGN S AND ADDITIONAL 500 FTC--� + + J ':,' ar'� 4' -+ TRAFFIC CONTROL SIGNAGE AS tip /� NECESSARY 111 4. CONTRACTOR SHALL LIMIT THE 0a �� s-1i�� I + Ma-$ •%" - _ COMPLETE CLOSURE OF ABBEY LANE TO x)r DETOUR i4"x12^ J 650 FOOT INCREMENTS TO ALLOW s O �. ,� `'`� �^• RESIDENTIAL ACCESS AND STREET § ABBEY LANE . " U ��. I ...`...._..__� "' " • PARKING ON ABBEY LANE OUTSIDE OF M6-1 _ ,� a ��' " THE ACTIVE WORK ZONE. 5. CONTRACTOR SHALL USE TEMPORARY ROHRETR040 • V� i \� - $ e" � GRANULAR BASE OPROVIDE TEMPORARY SURFACE ONABBEY LANE, ,N * A" 40 ,t, ti � iy I '�•4' - � , 1 � i� R • RUSHMORE DRIVE, RESIDENTIAL �r * T • I ` \ f" _ r ` DETOUR ,a xiz . C�� _i' Lu . I ABBEY LANE 4 ` c ZQ -- i 9>, Ile i YI1 _ D f r► BEY LANE r I ABBEY MS-1R ' I Lu INV co LU 0 _. w � ~ - ---- W CONTRA ORSHAL MAINTAIN ONE -LANE • ` e Z Z I Q ACCESS TO LOCAL TRAFFIC ON DOLEN PLA cYJ a AT ALL TIMES. PROVIDE ADDITIONAL TRAFFIC - i g I S� CONES, SIGNS. AND BARRIERS AS NECESSA 0 A LLL.I TT M I. �+ �' •�• ABBEY LANE �= L a�%E f R. CONTRACTOR SHALL C�OORDINATCCESS _..... - $ • -� 15INGILNJLOADIN�G WITH ' ANDfLOA '� �fr � a► . -r1' - � - �.: f� • - I � I PROP_ RTY/BUSiNESS OWNER OF 2343 ABBEY jt.1- LANE DURING MUSICAL EVENTSIlk , 9 Rlld .� "� - -� _ DETOUR s_ 60" X 30" ROAD CLOSED } t 1000 FT To tt ti� THRU TRAFFIC► ABBEYUINE' {rl 1 � -_ 21"X21" PLAEN VIEW DRIVE TYPE III BARRICADE TYPE III BARRICADE TYPE III BARRICADE G) ROAD CLOSED — LOCAL TRAFFIC ONLY DETAIL MAINTAIN ACCESS TO LOCAL RESIDENCES BY OFF -SETTING SIGNS ROAD . R I AHEA . ABBEY LANE � ' D 36D0--3699 3604 009 Dmwines CAD Civil 3d Sheet.Plen Tic C.M-Ldvm Time: Feb 10. 2023 - 1-03nm IAr • v � � e `e ♦ ,� DRIVEWAYS, AND SIDEWALKS AT ALL .. , TIMES DURING CONSTRUCTION OUTSIDE OF THE ACTIVE WORK ZONE. 6. CONTRACTOR SHALL BACKFILL ALL TRENCHES PARK EQUIPMENT CLOSE r. TOGETHER, AND PROVIDE SAFETY FENCE AS NECESSARY AT THE END OF EACH fi WORKING DAY TO LIMIT THE UNDERGROUND UTILITY WORK AREA AND MINIMIZE BLOCKAGES OF DRIVEWAYS. 7. CONTRACTOR SHALL ACCOMMODATE AND COORDINATE ACCESS FOR s TEMPORARY BUS SERVICE ROUTING, TEMPORARY REFUSE PICKUP AND DROP-OFF LOCATIONS AND TEMPORARY \ MAILBOX LOCATIONS THROUGH THE \jI DURATION OF CONSTRUCTION. 8. CONTRACTOR SHALL REMOVE AND RESET EXISTING MAILBOXES ON ABBEY LANE. LATERAL PLACEMENT OF A C—' MAILBOX SHALL BE 6 INCHES FROM THE BACK EDGE OF CURB TO THE ROADSIDE FACE OF THE BOX. BRICK OR OTHER MASONRY SUPPORT STRUCTURES ARE NOT ALLOWED. REMOVING AND RESETTING MAILBOXES SHALL BE W > INCIDENTAL TO MAINTENANCE OF � eret POSTAL SERVICE BID ITEM. } 9. ALL TEMPORARY CONSTRUCTION SURFACES SHALL BE CONSIDERED INCIDENTAL TO CONSTRUCTION. m I* i- ,C" � GJ I 0 50 100 LEGEND DETOUR ROUTE ® WORK ZONE POST MOUNTED WARNING SIGN TYPE III BARRICADE WITH FLASHERS AND SIGN O ROAD CLOSED - LOCAL TRAFFIC ONLY a z 0 N eWc W Z Q J W m m Q J 0 m H Z 0 ci Ci li li Q H 3604.009 I PROJECT MISR. I EV 4 1 iml STRAND ASSOCIATES J.01 _ I ROAD i HEAD RUSHM EORIVE M4-8 •_ y4� a SHMOREDRIVE RU3NYDR} +I 1.1W21" R 4 � DETOU � M j 'XI r ` r" M61 211N"xA� N 1. a' USHMOREDIM �� 21 214 % ROyRE M6-1 W s Z° RU RE DRE IV100b, 1 ., I F M6-1 ROAD LOSED . * _ HEAD DETO.P I 500 FT j M REDRNE " I RUSHMOREORNE j► w RACTOfib RySHALL PROVIDE41 U ♦� _ ... ♦ ,T RY'MAILBO TATION FOf ¢ MCKINLEY PLACE PRORTIES a wis ` W Lu Y o I g �` ! CONTRACTOR SHALL MAINTAIN U g I{ v a G 7 i ONE -LA- G�6S TO, LOCAL TRAFFIC g ` +q. N MCK PLAZA Ai ALL TIMES. I * w } - ,•, ' $ROVID ITIONAL *AFFIC CONES, a 0 �t y- SIGNS, A BARRIERS AS NECESSARY I 0 ABBEY LANE y ft 6 ` t )LIR FT- % DETC tiA � 5001 ROAD CLOSED TO THRU TRAFFIC TYPE III BARRICADE TYPE III BARRICADE ROAD CLOSED - LOCAL TRAFFIC ONLY DETAIL MAINTAIN ACCESS TO LOCAL RESIDENCES BY OFF -SETTING SIGNS r L/-iGi� V cvv umfv,- Al 1; TRAFFIC CONTROL NOTES 1. ALL TRAFFIC CONTROL SHALL FOLLOW SUDAS AND MUTCD STANDARDS, CURRENT EDITIONS. 2. MAINTAIN LOCAL TRAFFIC TO ABBEY LANE AT ALL TIMES DURING CONSTRUCTION. 3. CONTRACTOR SHALL PROVIDE SIDEWALK CLOSURE SIGNS AND ADDITIONAL TRAFFIC CONTROL SIGNAGE AS NECESSARY 4. CONTRACTOR SHALL USE TEMPORARY GRANULAR BASE TO PROVIDE A TEMPORARY SURFACE ON ABBEY LANE, RUSHMORE DRIVE, RESIDENTIAL DRIVEWAYS, AND SIDEWALKS AT ALL TIMES DURING CONSTRUCTION OUTSIDE OF THE ACTIVE WORK ZONE. 5. CONTRACTOR SHALL BACKFILL ALL TRENCHES, PARK EQUIPMENT CLOSE TOGETHER, AND PROVIDE SAFETY FENCE AS NECESSARY AT THE END OF EACH WORKING DAY TO LIMIT THE UNDERGROUND UTILITY WORK AREA AND MINIMIZE BLOCKAGES OF DRIVEWAYS. 6. CONTRACTOR SHALL ACCOMMODATE AND COORDINATE ACCESS FOR TEMPORARY CITY BUS SERVICE ROUTING, TEMPORARY REFUSE PICKUP AND DROP-OFF LOCATIONS AND TEMPORARY MAILBOX LOCATIONS THROUGH THE DURATION OF CONSTRUCTION. 7. ALL TEMPORARY CONSTRUCTION SURFACES SHALL BE CONSIDERED INCIDENTAL TO CONSTRUCTION. 8. CONTRACTOR SHALL USE MORMON TREK BLVD FOR CONSTRUCTION TRAFFIC IN AND OUT OF RUSHMORE DRIVE/MCKINLEY PLACE. N I 0 50 1D0 200 LEGEND DETOUR ROUTE ® WORKZONE POST MOUNTED WARNING SIGN TYPE III BARRICADE WITH FLASHERS AND SIGN O ROAD CLOSED - LOCAL TRAFFIC ONLY 0 2 0 N 5 c JOB NO. 3604.009 PROJECT MGR. EV 6; : I iml STRAND ASSOCIATES J.02 -waamm "I/ Q �l TYPE III BARRICADE Di ROAD CLOSED � ,a �Vl� f'.� �. �1•• I TRAFFIC CONTROL NOTES t `---='�_ '• � ._L-L-�� � • � �� � � � -� •'�'"� �-t- _ fir• ` i 1. ALL TRAFFIC CONTROL SHALL FOLLOW SUDAS + - ,! '+ }••- - i r'. �_ - F,•I •, I y AND MUTCD STANDARDS. CURRENT EDITIONS. r� + 2. MAINTAIN LOCAL TRAFFIC TO ABBEY LANE AT it ^� T-• - I ALL TIMES DURING CONSTRUCTION. DETOUR :.• r c T- „- 500 FT r - i t 7 • `1 ? _'�.�. - 3. CONTRACTOR SHALL PROVIDE SIDEWALK f � n 4 ti� • CLOSURE SIGNS AND ADDITIONAL TRAFFIC _ DETOUR = - r ', WMQRMONTREKBLV,) l � ��� '`� yL rCONTROL SIGNAGE AS NECESSARY '- a s MORMON TREK BLVD t y1 ---4. CONTRACTOR SHALL BACKFILL ALL TRENCHES. PARK EQUIPMENT CLOSE TOGETHER. AND ,r1 PROVIDE SAFETY FENCE AS NECESSARY AT THE ' M6-1 -: i END OF EACH WORKING DAY TO LIMIT THE } s 1 UNDERGROUND UTILITY WORK AREA AND r W BENTON STREET MINIMIZE BLOCKAGES OF DRIVEWAYS. C ` r 5. CONTRACTOR SHALL ACCOMMODATE AND '�"�* " '� ,* i '• .. ,•-. ��' �,-' Mn 8 ' 1 S �I COORDINATE ACCESS FOR TEMPORARY CITY rWBENTON S REIT K- ' f DETOUR + klc'" ' BUS SERVICE ROUTING, TEMPORARY REFUSE E _ �, �• — — — .. — � . RIIDNTREKBLOD - K � �,. �� PICKUP AND DROP-OFF LOCATIONS AND � TEMPORARY MAILBOX LOCATIONS THROUGH _ _ ,`-r-'' r }j1t• - - ? THE DURATION OF CONSTRUCTION. v -� a• �`. -i •t r . '� f `+ - I� i 6. MORMON TREK CLOSURE SHALL BE A CRITICAL �j }y. trl _ CLOSURE AS DESCRIBED IN THE PROJECT (� 2 i o .%. Y ',*-.t•' > �• s' 9 t TrV MANUAL. ' • �l - - .r--- 7 SHALBETEMPORARY CONSTRUCTION ACES CONSIDERED INCIDENTAL TO CONSTRUCTION s r �, r f .• . � y I� .. ,� Tr ROHRETROAD N f ROAD j CLOSED [ t' AHEAD < RUSHMORE DRNE F sy yT� i l �: R11-2 48" X 30" ROAD CLOSED TYPE III BARRICADE E III BARRICADE w o O' I , r j f" - ` •. _ • 1 s �. 8. ALL SIGNS SHALL BE PLACED BEHIND BOC IN • -1 '' CITY ROW. r 1 77 ¢ w ti• 9. NOTIFY THE ENGINEER FOUR DAYS IN ADVANCE +'b" • '•rI " _ 1 . ` - I oW m'� OF STREET CLOSINGS SO THAT A PRESS �• �.- S t SF h f ,�= 3. - -^i RELEASE CAN BE ISSUED. NO STREET MAY BE DENBIGH DRIVE w s CLOSED WITHOUT THE ENGINEER'S APPROVAL - • • - p - - - ' - , t - � � , • ." AND SAID NOTIFIC ATION - _ • . . �_ �--_ � d- � 1rf��.�iL���1�.�� _ a ROAD , CLOSED ETOUROn FT 8LW if N {ABBEY .� � �-_ ♦+ Y `_' � E •:r _ •`�, ._._ • w � � MORMON TREK BLYD - � t •�� � ' � i ` ! � •� DETOUR MORMON TREK BLV • � r i M6-1 Fes@ .t '� •- - ^� � �, MORMON TREK BLVO DETOUR ��• r--� _ DETOUR 500 FT a MORMON TREKBUT \�'> - -► MORMON TREK BLM DETOUR ,,,,x8 M6-1 MORMON TREK BLVO •�` �� M61 21"X11" M4.6 � DETOUR ROAD CLOSED -f AHEAD r M5-1R M4-8 21"X21" M4-8 24"X12" 24"X12" DETOUR • 500 FT H MORMON TREK BLVD • K PJS-1R ,� I, • �A\.�\r 1ej���. /j -. DETOUR 500 FT ' 4 \ ROAD r CLOSED M6.1 '1 xzl" s MORMON TREK BLYD .J r•..,y y u.s rn Co C-•0 co r-- N TV V� 0 400 600 LEGEND DETOUR ROUTE ® WORKZONE POST MOUNTED i WARNING SIGN TYPE III BARRICADE WITH FLASHERS AND SIGN O ROAD CLOSED JOB NO. 3604.009 PROJECT MGR. EV 4. STRAND ASSOCIATES' J.03 TroHic .—t-I.dwn v e SEE SHEET G.02 FOR ADDITIONAL RESTORATION REQUIREMENTS 10+00 J^r PARCEL:1020227002 v � CONTRACTOR SHALL NOT DISTURB EXISTING CREEK LEGEND CONCRETE PAVEMENT REPLACEMENT ®CONCRETE SIDEWALK REPLACEMENT ® WETLAND SEED MIX SIDEWALK ROM(NOREPLACEMENT) REMOVAL 2550 RUSHMORE DR PARCEL:1017354024 SOD J J TYPE 3 SEED MIX \ _ PROTECT EX. 20" OAK TREE PROTECT EX. 30" OAK TREE - 12+00 N1 13�00 2480 RUSHMORE DR / PARCEL: 1017352048//II� N a EX. R/W 0 10 zo a CONTRACTOR SHALL PROVIDE RUSHMORE DRIVE TEMPORARY RECP, TYPE 1.0 ON SLOPES ` \\ FOR ALL TYPE 3 SEED MIX RESTORATION AREA SHOWN SOUTH OF RUSHMORE DRIVE n L r 0 L rL 1L JLJ n1L r ) J J, n J � _.. >J7 n L >�J n-7L �L>�J)�� J1L>rJ>JJ)J7 r r )�l� fi 7'J)J7 n1L rJ>J n1L r Y n L r >J L r) J l l -' J r >' J n L r> l J n L r J n L r L r--- �� > dl _ _J _n _L r > �L r > J J1 n L rJ>J r > n L r > J J n -- .� ,J `T n� L n l L r� j J r L r J 1 L r >�J }J ; n i`Jd �L r >r J> ,�J r> J T ,� fi 1 v ` ~ L^r L)rJ )J1 �b'* J>JJ n1L rL)rJ >-�1 J>JJ J1 nr L>rJ>J� n J)JJ n-7 rL>J L rL>rJ J1 n, r >JJ n7L rL>r ) �-J) nrL>JJ ^,` - >fJ fn J n L 1 J J n L ,�lL7�o�> J ^�� rL) ) , n1L rJ)JJ I.n1�*aB >JJ �1L rL>rJ> n1L rJ>JJ �g7� rL)� >^� rL r >J7 n1L rJ)J opi7� rL>r J J1 rJ>n1L rJ>J ./>n1L rL)J./)n7L rL>rJ )J1>n1L rJ>J ./>n1L rL>rJ>J1 n1L rJ>J ./>n1L rL>JJ n7L r ) J J1 n L (jJ>JJ n1L r > J n L rL>rJ>J7 n1L rJ>JJ n7 > J n L r ) J n L > l J n l r J n L r > n1L r) J � J n L ->� n1L r> J 1- J J n L r >J n7L ` "M R 2480 RUSHMORE D � \ PARCEL:1017352048 y "" "" """" """""" """ ""."" """"""" "" " "•"" "" "" " """"""" ."" " 2550RUSHM6REDR.,"" PARCEL: 1017354024 ir\AAAO\3800--3699\3804\009\Drnwinas\CA0\Civil 3A\ShwetePlnn\restornfion InnAnnnoinn Plnn PI—d— Ti— Feb 10. 2023 - 1:18— z O C W [-1"1 C;xT LOE N z Q J IL z _O H O H rn W G z Q z d Q V H C z Q J / JOB NO. / 3604.009 i W PROJECT MGR. EV �. STRAND \\ ASS0CIATES' MEET � i K.01 I I �I w W I Q W I I 5I II II } J ' y�WJO / j I \IV/ I I V I I SIDEWALK PLACEMENT aQ I I A— (NO REMOVAL) L---/ ------ RUSHMORE DRIVE 22+00 r 1. U-------------- ---------- LEGEND I I II CONCRETE PAVEMENT I I REPLACEMENTCONCRETE 1 I II ®SIDEWALK REPLACEMENT ® II WETLAND SEED MIX I 1 ®SIDEWALK REMOVAL (NO REPLACEMENT) 2260 ABBEY LN 2248 ABBEY LN SOD PARCEL:1017379040 PARCEL:1017379041 J TYPE 3 SEED MIX + c LL 27+00 J 1 1 / i CONTRACTOR TO PROTECT TREE. CONTRACTOR TO PROTECT TREE. — 2265 ABBEY LN 2253 ABBEY LN PARCEL: 11017385005 PARCEL: 1017385004 i99\3604 009 D-.inaa CAD Civil id SheetaPlan reatornlion Landaeaoina Lu x w w N a N i Z uj I ) I I J IO o o zo 40 i I I I CONCRETE DRIVEWAY REPLAC ENT, TYPE A I I a 1 W/FLARE (TYP.) — L L7] + .00 q 24+00 N O zs+Qa 5 zs+oo ABBEYLANE e Z %—�.• • - ._vim ... XAA EX. RNV I• ---- — -- — _— _ _ s Q \� \ /�1 SIDEWALK PLACEMENT ' i I I REMOVE STUMP AND REMOVE (NO REMOVAL) 1 11,� PROVIDE 1.5' AMERICAN TREE (IYP.) -- I I CONTRACTOR TO HOPHORN BEAM IPROTECTTREE 1 CONTRACTOR TO PROTECT TREE. I i I I 1 I� 2236 ABBEY LN PARCEL: 1017379042 28+00 �SO 1 CONTRACTOR TO , � J�PROTECT TREE. j y1 ABBEY LN PARCEL: 1017385003 d— Time: Feb 10. 2023 - 1:05- 2224 ABBEY LN 2212 ABBEY LN 2211 CAE DR PARCEL: 1017379043 PARCEL: 1017379044 PARCEL: 1017381006 O WII 1 N H a i 1 f y y F Z w o I ( Z v z 3 V 0 1 0 10 20 40 Z F' O C CONCRETE DRIVEWAY 1 ' 2 Q REPLACEMENT, TYPE A �� ------------ Q w 2 W/FLARES (TYP.) — EX.RN1 —_ _ _ _ — ------------ Z ul _ 31,00 cn Z 30+0 LANE W AggEY RIW —=---__._ — (.• � JOB NO. 3604.009 PROJECT MGR. �Ln"J•'! N ( ID MENT AL) ," JZ Ev / STRAND ASSOCIATES 2229 ABBEY LN 2205 ABBEY LN PARCEL: 1017385001 SHEET K.02 PARCEL: 1017385002 w 0 w a U o1M i W > 2204 CAE DR 1425 BURRY DR 1426 BURRY DR PARCEL:1017382008 PARCEL:1017382009 X X PARCEL:1017383011 w w w i 11 m I it II ii II II� \ II II fir' I I i 111Q0 XE7t-R/Yy-- X X X _� EX. R/W ---___--------__ -- - - - - - - - - - - - - - - - -.�------- - _- ----------------------7--------- ABBEYLANE 32+00 33+00 34+00 35+00 36+00 s F r `. u _ a- - - - - - - _ _ _ - - _ - _ _ _ _ _ _ _ - _ _ _ _ _ _ EX R/W wM.M! CONCRETE DRIVEWAY REPLACEMENT TYPE A W/ FLARES (TYY JLA/ I// 2151 ABBEY LN I 2139 ABBEY LN PARCEL:1017384005 i REMOVE TREE (TYP.) 0 x YCONTRACTOR TO PLANT _ SIDEWALK PLACEMENT 1.25-1.5-IN KENTUCKY COFFEE 1 (NO REMOVAL) 0 CONTRACTOR TO I TREE (MALE, SEEDLESS) 77 PROTECT TREE /�1 I J CONTRACTOR TO PROTECT TREE. 2127 PARCEL: i017Y L384004 PARCEL: 11017384003 PARCEL:ABBEY ABBEY 1017384002 PARCEL: 1017384001 L------ 1 1 r------i POS) 1 GWSO N 0 10 20 40 iiiiia 37+00 LEGEND CONCRETE PAVEMENT REPLACEMENT ®CONCRETE SIDEWALK REPLACEMENT ® WETLAND SEED MIX ®SIDEWALK REMOVAL (NO REPLACEMENT) SOD TYPE 3 SEED MIX z 0 N a N z a .1 13 z O a O f H W G z a 13 z f3 a N 0 z a J JOB NO. 3604.009 PROJECT MGR. EV �. ml STRAND ASSOCIATES° SHEET K.03 I ' j 'RD'JOINT ----_.-_-- ___--_.-- p 7 -RD' JOINT -0 0 2.5 10 10 N 'RD' JOINT i L-2 JOINT 11r— 'RD' JOINT ,r L-2 JOINT ---� M, 1 RUSHMORE DRIVE 23+00 I ABBEY LANE 'CD' JOIN D O "RD' JOINT a I 'RD' JOINT - \• 'RD' JOINT 'RD' JOINT j I o I I I I I I. I I I I I I I I I I I I = I O 1 I LEGEND 8" PCC PAVEMENT (MORMON TREK) � I ON 1 Y W H z O 2 Ir O 2 i 10 I SEE DETAIL UPPER i I fall LEFT FOR JOINTING I REQUIREMENTS I I ------------ I = --- I I u RE 7 I i __\n_,� - -- -- —0 ?_(� — I ' 1 I I 4\009\Drnwinos\CA0\Civi1 3d\SheetsPlon\Jointing sh..t..d.. a -RD' 0 t).?A '{p�•D� O}DINT J ± � . max— Zp+Op . I I I I I I I GENERAL NOTES: I I 1. CONTRACTOR SHALL PROVIDE CONCRETE PAVING PHASING PLAN FOR APPROVAL THAT ADHERES TO TRAFFIC CONTROL PLAN REQUIREMENTS FOR MAX. ROAD LENGTH SHUTDOWN. 2. JOINTING LAYOUT SHOWN IS APPROXIMATE. FIELD VERIFY JOINTING LAYOUT WITH ENGINEERING FIELD REPRESENTATIVE. 3. FOLLOW SUDAS STANDARD DETAILS FOR JOINTING REQUIREMENTS. a \--------- 2480 RUSHMORE DR PARCEL:1017352048 1 II --- 0 - 5 ,m1, so � I I II I L---- — ---------- RUSHMORE DRIVE I i I T 0 80 RUSHMORE DR ARCEL: 1017352048 I 1 I , I I ILi]r Y w U J a z w J I .I O 'RD' JOINT i t p I I 4--------- - ------ --- it st � r ABBEY LANE I� I 1 I I I I I I I I I I I I I� I I I I 1 I ■mmm■ mmmmm mmmm� Emmms - � r O EV STRAND ASSOCIATES® SHEET L.07 • /� " # --- OEM ---m-mmi 1. CONTRACTOR SHALL PROVIDE CONCRETE PAVING PHASING PLAN FOR APPROVAL THAT ADHERES TO TRAFFIC CONTROL PLAN REQUIREMENTS FOR MAX. ROAD LENGTH SHUTDOWN. 2. JOINTING LAYOUT SHOWN IS APPROXIMATE. FIELD VERIFY JOINTING LAYOUT WITH ENGINEERING FIELD REPRESENTATIVE. W W Q U 2 U Q o� f i II I I I RD' JOINT II� 0 � X X X X � `^' --------------------------------_--_—_—_--_------- ABBEY LANE 0 1► ►► N 11 o ,o zo ------------- -------------- i u� M w z a J d � W z ; W N H Y R z O F O W > N a >- a Y! I..F a = v O Q V I I 'RD' JOINT o ,o xo 40 f" 0 a = N m ~ iI O O II W w 0 II F F W aWc lIr _ — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — i—��—� i I C I I cost - J L 35,01 36+ — — — — — 37+00 r------I rJ PosT 1 ®,, 1 sT --- -- -- — — ---� �1 JOB NO. '-- — — — — — — {---- — �j' —1-- �--1 3604.009 PROJECT MGR. 3i EV Q �. STRAND ASSOCIATES L.02 GENERAL NOTES. \ \ \ 1. TEMPORARY EXCAVATION SUPPORT IS REPRESENTED TO ILLUSTRATE APPROXIMATE SIZE AND LOCATION. CONSTRUCTED SIZE, LOCATION, DEPTH. DEWATERING, AND SHAFT BOTTOM STABILIZATION SHALL BE BASED ON CONTRACTOR DELEGATED \ \ \ \\\ \ DESIGN. \ \ \ 2. CONTRACTOR SHALL NOT ACCESS THE WORK AREA FROM STH 218. EQUIPMENT AND MATERIALS SHALL NOT BE STORED ABOVE THE TOE OF SLOPE SHOWN IN PROFILE. \ CO rpE�(JC� R'tASA L\Ayl VI E C\ RINt3 X NGE IC FEL4IG Sj� �E SARI \ \ t\ Z "\ - PROXII IT FMPORA(�Y \ \\ 1 \\ " " \ �EXCAVAtIO�N(��U (O T. dONT��AI R\ \�OONFLIC FVNTFl F(I T�rf B�R\V PARCEL: 1020227,o02"� \ \ ` \ 4100 r + r r ," t \ \ \ \ \ \ \ \ \C�1PI� ,oR HALL PRIDE EARING t \ \ \ \ \ \ \ \ 14N� GEi� I � S TECE$SARY \ RR�\�I\Iv1`T�MVdy1 °FN J 11P RT \ \ \ \\ \ \ \ \ \ \ y ; CA ; TIOr./—K \ St PO T STAIN V Rj 51, `tJ r SAN MH 1, 5' DIA \" " `\ `\�` � \ `i� \ E\ CI��S\N(� S%T 1�+54.\ / STA 10+50.00 / 0.00' T " '" " t " \ \ IE $8XA \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ REPiCB EXI \III F\ND / 0E� BASING STA. 10+59.08 ""' "Yr a \ 1\\ \ \fR(I \S\NICES�A�Y ` " " " `� " % �} `SAN M\H 2, 5' CIA PROTECT EXISTING FIBER LINE.f'\\�+ \ \ C \ _ STA 14+76.48 / 0.00' T /I —CONTR7�`TbR SNACL CCNTAGT " " I X A' / ICN PRIOR Tg'EXCAVATION \ \ \ \ \ \ \ \ \ \ \ \ 1 / NEAR E INGFIBEF " " " " Y ; , , ` \ \\\\ \ \ \ \ \ \ \ \ _ �6"x96 BO CUL VER \fit-A�\��\ 720 715 710 705 700 695 690 685 680 675 10+00 R/W TOP OF SLOPE 693.34 APPROXIMATE LOCATION OF EXISTING FIBER - -b 4.13-.1 FORESLOPE I LI --------J IE 30" = 681-00 (SW) (STUB 8 IE 30" = 680.70 (NE) DEPTH = 13,30' fit_ 11+00 ---- ----- --- f---- GENERAL NOTES: --- - 1. WALL THICKNESS OF STEEL CASING PIPE IS THE MIN. �----- REQUIREMENT. CONTRACTOR SHALL CONFIRM WALL --�------------ ---------- --- - --- THICKNESS IS ADEQUATE TO SAFELY RESIST INSTALLATION -- - / - - -` - - FORCES BASED ON CHOSEN METHOD OF INSTALLATION / - _ 2. CONTRACTOR SHALL PROVIDE CASING SPACERS AND CASING ---------------Y--- -- IADOT CLEAR ZONE ------- --�- -------- - ---- - 5:1 FORESLOPE END SEALS. THE ANNULAR SPACE SHALL NOT BE FILLED. APPROXIMATE LIMITS OF SHAFT, BORE PIT SHALL BE ENTIRELY OUTSIDE OF FORESLOPE 12+00 EXISTING GROUND RAN OVER REFERENCE LINE — 335 LF - MIN. LIMITS OF TRENCHLESS CONSTRUCTION. CONTRACTOR MAY EXTEND TRENCHLESS CONSTRUCTION BUT _ /I SHALL ONLY BE PAID PLAN QUANTITY FOR BID ITEMS 18 AND 19, TOE OF SLOPE = 694.00 J �— APPROXIMATE LIMITS OF SHAFT, 396 LF - MIN. 48-IN DIAMETER STEEL CASING BORE PIT SHALL BE ENTIRELY PIPE, MIN..344 INCH WALL THICKNESS OUTSIDE OF FORESLOPE _ I I 426 LF 30 SFwFR®n 40 / EX. ELEV. OVER L-------J REFERENCE LINE 1 14+00 IE 30" 678.99 (S IE 30" 678.95 (E DEPTH = 13.23' 0 z 0 N r 720 715 710 705 �v ..i "In w w i W N 3604.009 685 PROJECT MGR. EV 680 1 4 �. wl 675 STRAND ASSOCIATES` 15+00 15+50 M SA.01 2550 RUSHMORE DR ) PARCEL: 1017354024 PROTECT EXISTING \ 2480 RUSHMORE DR PARCEL:1017352048 CONTRACTOR TO REMOVE, SALVAGE, AND RELOCATE LIGHT POLE. EXTEND EXISTING CONDUIT TO RELOCATED LIGHT POLE — 16" AND 10" HP GAS. CONTRACTOR SHALL PROTECT AND CONTACT MID AMERICAN GAS PRIOR TO EXCAVATION FOR STANDBY EX. R/W PROVIDE CLEARING \ \ SAFETY FENCE POST-RO,T RATION AND GRUBBING AS /` RUSHMORE DRIVE NECESSARY. " PROTECT EXNTING REMOVE AND REPLACE 30" OAK TREEr EXISTING 15" STORM SEWER _ ~ �L WITH FERNCO COUPLINGS CD_ \ lf) � 695 �.� Q \.,. \ �a9�69 _ � (—i �— \ - - - :: : = _ �'693— —�' ` � REMOVE X � F— \ —aa `90 ^ — -- ! �ss2— — — MANHOLE V) 9 \ ! — — LU *00�691--- -689 � G1 r r r " � � ! � � + ",,.^"� + r � � s-- ! "r r - "� ses--ram+� ` � � ;� /+ �,• � + + � ` `t \\ " �s \ SANMH3.5C r r \ .STA 19i67.18 / 8/0. 0.04' RT .�, . '`�=�,'- '.`-� . •.+ ` �.`. .r '- ,' `.V + ' �`.. '+ �� ' �- +`- '. �� ` +�`r rr h_`a CONTRACTOR SHALL REMOVE EXISTING WIRING ~+ + °� + + + + fir" + + + + + + • + + TO EXISTING LIGHT POLES AND PROVIDE 2 -#10 +r r +r + + \ AND #10 GROUND IN EXISTING/NEW CONDUITS + / + + +'\ �r TO EXISTING AND RELOCATED LIGHT POLES TO GENERAL NOTES: + + MAINTAIN EXISTING CIRCUITING ` 1. ALL STORM SEWER INTAKES ARE TO FOLLOW SW-510, FIGURE 6010.510 IBuSIAAOSR= . ++ +PARCEL:J0173540 2. CURB INLET RIM GRADES AND OFFSETS ARE TO TOP BACK OF CURB. 3. CONTRACTOR SHALL PROVIDE TEMPORARY GRADING AS NECESSARY TO CONSTRUCT SANITARY SEWER. CONTRACTOR SHALL RESTORE TO EXISTING ELEVATIONS UPON COMPLETION OF SEWER CONSTRUC1-1 TION 710 705 700 695 690 685 680 675 670 665 l J _ U Q i i 0 10 zo +o/ N 1 � � / 1 \ \ PROTECT EXISTING LANDSCAPING (TYP.). ALL DISTURBANCE SHALL BE REPLACED IN -KIND \2% EL:017 DR �1 C) x� co N cif 0 O _N s W z J W � J W U. co p m I% Q d cc z z Q a ' J �d 0 W � J rA. D 3604.009 ' PROJECT MGR. I EV 6: 1 iml STRAND ASSOCIATES® MSA.02 15+50 16+00 17+00 18+00 19+00 20+00 21+00 •\Uen\srnn--tf;cc\3f;na\nnc\nr,.;��a\nnn\c,,;i 1,1\Chn tl Plnn Rnh—t llfil;fv Plnn n 1 Profile.A.n 7,m Fnh 1n 7n73 — 1-nRn GENERAL NOTES: 2480 RUSHMORE DR PARCEL: 1017352048 1. ALL STORM SEWER INTAKES ARE TO 1 FOLLOW SW-510, FIGURE 6010.510 SAN MH 4, 5' DIA 2. CURB INLET RIM GRADES AND STA 21+23.03 / 0.00' T OFFSETS ARE TO TOP BACK OF CURB. CONNECT 8" N I 1 I 1 REMOVE EX. MH. ABANDON 102 LF- 30" SEWER NEi 1 �, J WI I ielNtYp IGNMEQ I Z Q Y x I CURB INTAKE 1, 9' x 4' BOX a I 1( J I n STA 10+39.03 / 12.53' L �/1``; 1 1 I I a.II SAN MH 5, 6 DIA 1 I I I STA 22+20.96 / O.W T 0 FO O G O - EX. R v ' P Z 0 O m H ST 1 - CONTRACTOR SHALL CONTACT AT&T PRIOR TO EXCAVATING NEAR FIBER LINE. 4" PVC BURIED APPROX. 3.5 F 2338 ABBEY LN 2314 ABBEY LN 2302 ABBEY LN PARCEL: 1017379018 N PARCEL: 1017379038 PARCEL: 1017379039 zLu a W V g w CURB INTAKE 3,91 x 4' BOX d CONNECT 4" PVC SANITARY N n �i STA 24+55.15 / 38.9T LT ti Z LATERAL TO EXISTING PROTECT EXISTING LATERAL (TYP.) I LIGHT POLE 1 ) J I INSTALL NEW FIRE ( 1 URB INTAKE 4, 9 x 4' BOX I HYDRANT AND AUX VALVE. I C STA 24+83.44 / 38.9T LT INSTALL W WATER VALVE I I CONNECT�. 12" N o 10 zo 40 I REMOVE AND REPLACE NORTH OF TEE STA 24+41.00/23.8' LT PROTECT EXISTING (� iiiiiiiia 10 LF 15" STORM SEWER - ST ST LIGHT POLE �l w URB INTAKE 5, 9' x 4' BOX --------- _ STA 25+04.95/14.00'LT SUBDRAIN -- -- ---- © _ - -- RNV �- ��5-- ------------ _ 0 I I USTA 24+38. ABBEY LANE Eti-- OVE EXISTING -1 HYDRANT INSTA LL NEW 8. 1 - W--- ----- w - -- - w 0 CURB INTAKE 2, 9x 4' BOX ----- - STA 10+39.78 / 12.50' RT 1 1 - - - - o MANOT I 41-LF OF 84N PVC i E � z I BE ABANDON D TRUSS @ 0.20% INSTALL NEW 12"- V I WATER VALVE A i 1 R MOVE MH, ABANDON �j I I STA 23+11.19/13.6' RT . 1 2480 RUSHMORE DR I I E ISTING SEWER (EAST ---• - PARCEL: 101735204 I I AlD WEST). CONNECT TO I MANHOLE TO 1\\� \\ MANHOLE TO / RB INTAKE 6, 9' x 4' BOXE ISTING WSEWER SOUTH BE ABANDONED BE ABANDONED W I \ , I I � STA 24+78.22 / 14.00' RT , I 1 I REMOVE AND R CE CONTRACTOR SHALL CONNECT SEWER (CONNECT TO EX. 18' S / I I EXISTING HYD LATERALS FROM WEST TO EAST ON THE I I Vi I o W i CURB INTAKE 2 RIM 688.91 CURB INTAKE 1-- 690 RIM 688.92 690 685 5 LF 36" RC - - �- 685 IE 36" RCP 683.14 S 680 EX. 36" RCP 683.14 (N) IE 36" RCP 682.82 N 680 DEPTH=5.78' EX. 36" RCP 682.82 (S) DEPTH=6.09' PROPOSED 30" SANITARY SEWER 5.25" MVO HYD SOUTH SIDE OF ABBEY TO MAINTAIN REMOVE TAPPING SLEEVE AND VALVE. I I ADD 12" WATER VALVE TO SEWER SERVICE DOWNSTREAM DURING REPLACE 8X6 TEE AND INSTALL 8" WATER w I I NORTH OF HYDRANT TEE CONSTRUCTION VALVES ON EAST AND WEST SIDE OF TEE. ••,.. e 1 11 W 1 1 I I 1 1 2343 ABBEY LN 2331 ABBEY LN 2319 ABBEY LN 2307 ABBEY LN Z I PARCEL: 1017385009 PARCEL: 1017385008 PARCEL: 1017385007 PARCEL: 1017385006 J W INTAKE 3 } J IIc W -. 71- _ _..CURB _ _ RIM 685.44 CURB INTAKE 4 CURB INTAKE 6 \ Lu RIM 685.61 CURB INT E 5 m C Y 685 �-- RIM 684.83 1 685 m fe a - a IL O 28 LF 15" RCP 33 LF " - _- 10 Z _ _. RC 39 LF 15" RCP Q --TS"-Sl"OR1U-E ------ @ 0.67% - - - - - - ------ Z Z Uf F I- 0 SEWER _. a a x Ci z 680 IE 12" RCP 681.39 (N �! EX - - - - - WATER MAIN 680 W Z ; V IE 15" RCP 681.34 ( > a F O Z IE 15" RCP 681.24 (S ) VERIFY MIN. 18" SEPARKHO J - O - - - -- DEPTH = 4.37' W/ STORM SEWER = -. IE 15" RCP 680.30 (NE) O %00 - -- - 675 DEPTH C3.6IE 15" R681.75 (E) EX. E R8""RCP 680.30 (S) - 675 O H O IE 15" RCP 681.02 uj NN DEPTH = 4.48' IE 15" RCP 681.02 ( W) PROPOSED 30" F = _r ------ - - --- DEPTH = 3.81" SANITARY SEWER ne 695 - --- ----- - - _ 695 7 v EX 12" NMI. CONTRACTOR SHALL PROTECT AND 690 Q Q SUPPORT AS NECESSARY O EX 6" WATER MAIN PROPOSED GROUND 690 o CONTRACTOR SHALL PROTECT OVER REFERENCE LINE AND SUPPORT AS NECESSARYT-+ EXISTING GROUND V 685 OVER REFERENCE LINE 685 • _t._t_ APPROXIMATE PROFILE EX 15" RCP 8" WATER MAIN _ _ --- y JOB NO. EX 36" RCP I EX 10" SEWER ` 680 +- _ _ _.-___- 680 PRO GR. 3 PROJECT M EV 98 LF 30- 40A0% 675 _ ssa'_F 30" a o ao1° 675 - -- IE 30" 676.23 (W) - - _ IE 30" 675.74 (W) - - - - --- -- 6: - IE 8"-679r43-(Wp ELD CORE) _ IE 8" 677.88 (S) (FIELD CORE) -_ _ _ IE 30" 674.77 (W) - - - IE PT 6= 12. 0' - _ IE 30" 675.64 (E) - EX. ELEV. OVER - PROP ELEV.OVER - DEPTH = 12.70' - DEPTH = 13.07. REFERENCE LINE REFERENCE LINE IE 8" 678.75 (N) (FIELD CORE) 6�0 IE 30"6 670 STRAND DEPTH = 10.H 10.58' 8' Imo- 10 w m N ASSOCIATES® -- ._1 Q .0 MSA.03 21+00 22+00 23+00 24+00 25+00 26+00 26+50 IAfI\ififlfl--1R00\�fif16\/1f10\flrn u,innc\!`GIl\(`ivil 1,1\Chont,Plnn\Rnhrrt Iltilit, Plnn and Profile.dwn Times Feb 10. 2093 - 1-06- 710 705 700 695 690 685 680 675 670 665 2265 ABBEY LN PARCEL: 11017385W5 2260 ABBEY LN PARCEL: 1017379040 2248 ABBEY LN PARCEL:1017379041 2236 ABBEY LN PARCEL: 1017379042 L "C SAN STINGSAN M, 5'DIA STA 28+26.05 / 5_04' RT I LAA ._.�.. 2224 ABBEY LN 2212 ABBEY LN PARCEL: 1017379043 PARCEL: 1017379044 CONNECT 4" PVC LATERAL TO MH, FIELD CORE W/ KOR-N-SEAL BOOT I,(N SANI H 8, 5'IDIA 0 I STA 30+64.43 / 0.41' LT ���JJJJ'"''"' N t_ �• __ - -_--------- 0 10 20 40 SUED IN �- _ - — CD 31 M 30+00 Z H ABBE LANE z G J G S FO �- H _ FOB Q vG VT� v V E T F -A MANHOLETO BE ABANDONED .. F O — — � — 1/ —� 0� r�J% I CONNECT 4"PVC LATERAL TO MH, I I FIELD CORE W/ KOR-N-SEAL BOOT MANHOLE TO BE ABANDONED REPLACE EXISTING HYDRANT WITH NEW HYDRANT TEE, AND AUX VALVE. 2253 ABBEY LN 2241 ABBEY LN ' 2229 ABBEY LN PARCEL: 1017385004 PARCEL: 1017385003 PARCEL: 1017385002 APPROXIMATE LOCATION OF GEOTHERMALUNDERGROUND PIPING (APPROX. VY DEPTH). CONTRACTOR TO FIELD VERIFY AND PROTECT EXISTING PIPING DURING GENERAL NOTES CONSTRUCTION AS NECESSARY 2241 ABBEY LANE AND 2205 ABBEY LANE HAVE 2 SANITARY LATERALS CONNECTED TO THE EXISTING W 2205 ABBEY LN 10" SEWER MAIN. THE NEW LATERALS SHOWN ARE z THE ACTIVE SERVICE LOCATIONS. PARCEL: 1017385001 a J W J m10 I _ PROPOSED GROUND _ _ —�i OVER REFERENCE LINE '� �! m z - - Q V)W of EXISTING GROUND _ m OVER REFERENCE LINE = Z� a- m { w W APPROXIMATE PROFILE _ OF EX 8" WATER MAIN — EX10 SEWER- --- --- - / - - - _ = - —— . ____ _t. —. _ —. __.-__ --__- �- --.. - - - - - - - - l - - --- - I . 388 LF 30•' 0.40% - - - -- 239 LF 30- @ 0.40 % - _ Wv - - -- - - - - - OVER 0 0 EX. ELEV. OVER r PROP. ELEV. OVER _ (o ED wCO w REFERENCE LINE REFERENCE LINE H Ld _ o ---- - 10 26+50 27+00 28+00 -3699\3604\OD9\Drnwinne\CAD\Civil 3,1\SheetsPlaa\Rohret Utilitv Plan and Profile.Awn Time' Feb 10. 2023 — 1.06om 710 W i om O 00 0 a IL i 705 cc z z i as 700 p d i 695 0 u✓ H O 690 685 _.. rt co 680 x" N (n 675 670 C:DY, Q 29+00 30+00 31+00 3604.009 PROJECT MGR. EV STRAND ASSOCIATES& SHEET MSA.04 GENERAL NOTES: 2204 CAE DR 1425 BURRY DR SAN MH 11, 4' DIA LU 1426 BURRY DR PARCEL: 1017382008 PARCEL: 1017382009 STA 34+24.71 / 22.44' LT uj PARCEL: 1017383011 1. ALL STORM SEWER INTAKES ARE TO FOLLOW I RIM = 684.13 SUDAS SW510, FIGURE 6010.510. X CONNECT TO EXISTING STORM SEWER IE 10" = 673.00 (N) X CONNECT EX 10" N CONTRACTOR TO CONNECT 4" PVC SANITARY u� 2. CURB INLET RIM GRADES ARE TO TOP OF CURB. w y LATERAL TO EXISTING 30" CONCRETE PIPE. INSTALL NEW HYDRANT, 1 i I I ABANDON EXISTING 10" I I R' 2211 CAE DR n TEE AND AUX VALVE. I I ( I W I 1 n STA 31+83.00/33.54' LT SANITARY SEWER PROTECT EXISTING N PARCEL: 10173810(6 I I I I z I I 03 I I LIGHT POLE j SAN MH 12, DIA I I m I I PROTECT EXISTING LIGHT POLE I STA 34+4+24.81 / 10.31LT I I W W SAN DROP MH9, 6DIA REMOVE EX MH. ° I I I I ( Q CONNECT EXISTING 30 IN SEWER E. I I U STA 49 / 0.00' T REMOVE 24 LF - EX 30" RCP SEWER STUB WEST ` } SUBDRAIN o o zo �o . CONNNECTECT TO 10" N xEX. " X X --J kr ,�, w LLLJJJ"' EX. R/W - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --------------------------- - a _ ------ ---- ---- -------------_CURB INTAKE 7, 9' x 4' BOX_-- -- -- - -3 -- ----- ---- ---'-ate • STA 34+10.25 / 14.00' LT � � l - - 1 E E- CONNECT EX 12" N 4 -i ---------------- z ABBEY LANE SAN MH 10, 6DIA SAN AN N _ STA 33+65.49 / 0.02' LT + 00 32+00 33+00 L35+. 00 36+00 `t - - - - - CONNECT 4" PVC LATERAL O O r------i i TO MH W/ KOR-NSEAL BOOT 46 LF - 18" RCP @ 26 % ° osj i J a - - - - - - - - - - - - a Z G W �rr 0 W W 1WST _ ------------ TV --- - _..., w ---------- ---- -- -- -- - ---- --- -- ----- ----- .. FO ,. F EX. RNV �N I m _ V ETV E E Lr EMOVE YDRAN PROVIDE BYPASS PUMPING FROM EXISTING _ _ URB INTAKE 8, 9' x 4' BOX- - (( C A7 i MANHOLE TO BE ABANDONED -- STA 34+27.73 / 13.98' RT r r CONNECT EX 12" S MH AS NECESSARY. CONTRACTOR SHALL ( CONTRACTOR TO 1 r ,CURB INTAKE V. 9' x 4' BOX �y1 � CONNECT TO EXISTING MH WITH PROPOSED ROTECT TREE. STA 31+gp.p2 / 13.98' RT �.+1-� 18" RCP TEMPORARILY TO MAINTAIN SERVICE , ABA ST, p ' CONNECT EX 12" S UNTIL THE PROPOSED 30" SEWER AND ALL EAST, l047, AND NDON MH AND CONNECT LATERALS ARE RECONNECTED UPSTR 2035 ABBEY LATERALS ARE RECONNECTED 'PVC LATERAL TO EXISTING INS ALL NEW 8" WATER MAIN TEE WITH 8" TO EXISTING 30" SEWER SANITARY LATERAL N ,- EAf T AND WEST VALVES. RETAP 2151 ABBEY REMOVE EXISTING MANHOLE' AND CONTRACTOR TO CO NECT 4" PVC SANITARY 01 t-n LAA E WATER SERVICE WEST OF 8" VALVE. CONNECT TO EXISTING 18" SEWER LATERAL TO EXISTIN 3W CONCRETE PIPE. STA31+80.00/26.67' RT SOUTH, ABANDON SEWER E, W 8 NE. 2047 ABBEY LN 2035 ABBEY LN PARCEL: 1017384002 1 PARCEL: 1017384001 W 2151 ABBEY LN 2139 ABBEY LN 2127 ABBEY LN 2115 ABBEY LN _ CURB INTAKE 7 CURB INTAKE 8 Z PARCEL: 1017384006 PARCEL: 1017384005 PARCEL: 1017384004 PARCEL: 1017384003 RIM 684.24 RIM 684.07 Q 690 - CURB INTAKE 9 690 685 _ 685 J IL Lu w ___ _ 710 RIM 686.93 EX. WM. FIELD >. J ; Lu - VERIFY MIN. 18" W W w �- SEPARATION W m C > a 685 685 680 33 LF 12- RCP STORM SEWER 680 m Q ; ---i — ----- --- --- " O 705 Z -- ---- -- - -- _ 19 LF 12" $5 ' - _. - -_ - Z Z vi > F>- IE IE 12" RCP 68 IF 12" R2 P 679.52 1 ~ Z - - - _ 680 680 675 (SEA IE 12" RCP 678.64 (NW) 675 W Z j a 0 1.73( ) _ DEPTH -,SE > Q ; t1 700 IE 12" RCP 681.73 (N) DEPTH = 5.43' _ ~ p 2 -- --- -- DEPTH = 5.2' a' Z EX. 8" WATER MAIN - - ------ } 7 = 675 675 670 670 � H „°, o 695 -- EX 18" SEWER J O _ W -- PROPOSED 30" PROPOSED 30" SANITARY SEWER = ' C -- R EX. 10" SEWER 0 EXISTING GROUND a _ Vi 690 OVER REFERENCE LINE o� PR02IISEDGROUND 690 REFERENCE LINE � � N .. Z� xv m -- _ Q - _ -- -- -_ --__.__._._.. _- POSEDI2" i. _1t0� _ v¢i� _.. 685 STTORMRMSEWER T APPROXIMATE PROFILE .00%685 OF EX 8" WATER MAIN EX, 12" RCP W 680 -- - ------ - ,,, _ I _ 680 -- -- - EX 6" WATER MAIN _ _ _ _ _ _ W TECT -- - CONTRACTOR SHALL PROEX 10" SEWER I ( JOB NO. AND SUPPORT AS NECESSARY - - _ EX. 18 SEVJER _- _ I ( 3604.009 675--------- - .._ _ _. _ __ _ -- _, __ _ _.. EX. 10 SEWER `a 0 �._._... --- ----- ----- 675 PROJECT MGR. EV - J__ - --- - - -_ - - ._ - - - . - - - - - - - - - - - _BQt�3r- - - - - - - - - - - - - 123 LF @ 0.40 % (FIELD CORE) 178 LF 30" Q OAO % - 670 ------------ i 670 . ------------------ ------------- -- -r - IE30-670-31(W) - 4E30 67M5fW) IE 10' 677.05 (N) v ` a - IE 30" 670.21 (E) — IE 30" 671.35 (E) EX. ELEV- OVER PROP. ELEV. OVER o _ r DEPTH =13 70' EX. 30" SEWER ____ ,. REFERENCE LINE REFERENCE LINE u 665 _. .._ �... DEPTH = 14.91' (a _—_ -- _. _--------•------ 665 STRAND a ^N � ASSOCIATES `� —. m -- m SHEET MSA.05 31+00 32+00 33+00 34+00 35+00 36+00 36+50 File, S:\MAD\3600--3699\3604 009 Drains\CAO Civil 3d SheetsPlan Rohrat Utilitv Plan and Pro6le.dra Time: Feb 10. 2023 — 1:07am EROSION CONTROL NOTES. 1. STABILIZED CONCRETE ENTRANCE SHALL BE PLACES IN LOCATIONS AS INDICATED ON THE PLANS OR AS REQUESTED BY OWNER AND ENGINEER AT CONSTRUCTION ENTRY/EXIT LOCATION TO MINIMIZE MUD TRACKING ON CITY STREET. 2. DISTURBED AREAS SHALL BE UNIFORMLY GRADED PRIOR TO RESTORATION (SEEDING, EROSION MAT PLACEMENT, AND/OR MULCHING). 3. ANY SOIL STOCKPILED THAT REMAINS FOR MORE THAN 14 DAYS SHALL BE COVERED OR TREATED WITH STABILIZATION PRACTICES SUCH AS TEMPORARY OR PERMANENT SEEDING AND MULCHING. 4. A MINIMUM OF 8 INCHES OF TOPSOIL MUST BE APPLIED TO ALL AREAS TO BE SEEDED OR SODDED. 5. ALL WASTE AND UNUSED BUILDING MATERIALS (INCLUDING GARBAGE, DEBRIS, CLEANING WASTES, WASTEWATER. TOXIC MATERIALS, OR HAZARDOUS MATERIALS) SHALL BE PROPERLY DISPOSED OF AND NOT ALLOWED TO BE CARRIED OFF -SITE BY RUNOFF OR WIND. c 6. ALL OFF -SITE SEDIMENT DEPOSITS OCCURRING AS A RESULT OF CONSTRUCTION WORK OR A STORM EVENT SHALL BE CLEANED UP BY THE END OF EACH DAY. FLUSHING SHALL NO BE ALLOWED. 7. ANY SOIL EROSION THAT OCCURS AFTER FINAL GRADING AND/OR THE APPLICATION OF STABILIZATION MEASURES MUST BE REPAIRED AND THE WORK REDONE. 8. FOR ANY DISTURBED AREA THAT REMAINS INACTIVE FOR GREATER THAN 14 WORKING DAYS, OR WHERE GRADING WORK EXTENDS BEYOND THE PERMANENT SEEDING DEADLINES, THE SITE MUST BE TREATED WITH TEMPORARY STABILIZATION MEASURES SUCH AS SOIL TREATMENT, TEMPORARY SEEDING AND/OR MULCHING. z o_ 9. ALL TEMPORARY EROSION CONTROL PRACTICES SHALL BE MAINTAINED UNTIL THE SITE IS STABILIZED WITH 70% VEGETATION AND A NOTICE OF TERMINATION HAS „ BEEN APPROVED BY THE DNR. W r 10. WIND EROSION SHALL BE KEPT TO A MINIMUM DURING CONSTRUCTION. WATERING, MULCH OR A TACKING AGENT MAY NEED TO BE UTILIZED TO PROTECT NEARBY RESIDENCES/WATER RESOURCES. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ALL THE EROSION CONTROL MEASURES. 12. UPON COMPLETION OF STORM INLET CONSTRUCTION, THE CONTRACTOR SHALL INSTALL STORM DRAIN INLET PROTECTION FOR CONSTRUCTION SITE AS SPECIFIED. 13. FINE SEDIMENT ACCUMULATIONS SHALL BE CLEANED FROM STREETS, PRIVATE DRIVES, OR PARKING AREAS BY MANUAL OR MECHANICAL SWEEPING A MINIMUM OF z ONCE PER WEEK AND BEFORE ALL IMMINENT RAINS. 14. EROSION AND SEDIMENT CONTROL STRUCTURES SHALL BE INSPECTED WEEKLY AND WITHIN 24 HOURS OF RAINFALL OF 0.5 INCH OR MORE. 15. PROVIDE INLET PROTECTION FOR ALL EXISTING AND PROPOSED INLETS AND ALL EXISTING AND PROPOSED GRATED MANHOLE COVERS DURING CONSTRUCTION.. C H W W LA 0 >. Q Z F O J 9 > > to ~ Z H Y Z Z R O w 0 c ; V ^ry V ~ O O z F w 1:C7 0 C C _ W to 0 F W = O JOB NO. 3604.009 PROJECT MGR. EV �. STRAND ASSOCIATES9 SHEET RR.01 File- S:\MAD\3600--3699\3604\009\Drnwinas\CAD\Civil 3d\ShaetsPlan\Gen. Not- Ae Ienend.dwa Time: Fah 10. 2073 — 1:07nm 0 r0Z,d, 10+00 4 ` ` ` - „+00 12+00 13+00 14+00 Tw ' — — L--- PARCEL:1020227002 ` r n Gl) r LEGEND _ EXISTING WETLAND _ STABILIZED CONSTRUCTION \� ENTRANCE C— SILT FENCE IP INLET PROTECTION 2550 RUSHMORE DR 2480 RUSHMORE DR PARCEL: 1017354024 PARCEL: 1017352048 N �v EX. R/W F 0 10 \ 20 40 _ RUSHMORE DRIVE IP ` -- __ IP Lf) +0 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — - — — — — — — — — — — — — — — — N 16+00 17a00 ` fn 18+00 19+00 / 20+00 1 W W 30" Z Z J J U Q .. V�, _2480 RUSHMOREDRPARCEL: 10173520482550RUSHMOREDR, PARCEL: 1017354024 Fno o-\unm iann__uoo\iann\nno\n.nW�nne\ren\r,,,a id\C6evlePlnn\Pn6.nV c—;— rnn— pl— Pl—d., Tl...e C H W z W V! J a � G J �_ o _ 0 f� Z F Z Z Z v p 0 it R to Ci 0 Z F z 0 0 C x 0 0 ~ cc w 0 Ic I JOB NO. I 3604.009 EV 4 Aml STRAND ASSOCIATES® RR.02 I 2480 RUSHMORE DR 2338 ABBEY LN 3 2314 ABBEY LN PARCEL: 1017352048 PARCEL: 1017379018 a 3 PARCEL: 1017379038 I I i w Z Lu x it [L I I y g w N I I >_ I \ 1 1 1 W ( r--- I �� d N I I J 1 tV'b / i 1 � Z �I I Z 1 (�� W co I / ,� I 1 I I O o o zo 40 I I V> 1 1 � © i i .,T 1 rn I G I I Z I I a + I (- •� I i 2302 ABBEY LN W s PARCEL: 101 3 9039 Q O IL —�— m ST FO FO IF IPi — — — — — — —il r O '----- 'E5C RNV F o --- EX. RNV r I _ ---- s s. RUSHM R VE IP sAN — — —. —. — — —� —. —. ----j o 0 IP N z oo r— IP 24+00 25+00 ABBEY LANE °- Q w co 1 26+00 c '> Lu — — — — — — ----- .. — —. — . — . -- SAN AN S SA < '. N7 G F-- w E r — -- -- W Q lwJ' I I E E 7 S SAN SAN i LU J II ' i 2480 RU RE � � Z I PAR 017352048 1 1 O LEGEND 1 I 2 II � EXISTING WETLAND r i I 2343 ABBEY LN 2331 ABBEY LN 2319 ABBEY LN 2307 ABBEY LN 1 ( I PARCEL:1017385009 PARCEL:1017385008 PARCEL:1017385007 PARCEL:1017385006 STABILIZED CONSTRUCTION ENTRANCE Z --13 SILT FENCE 14 IP INLET PROTECTION 2260 ABBEY LN 2248 ABBEY LN 2236 ABBEY LN 2224 ABBEY LN 2212 ABBEY LN 2211 CAE DR r(r IL I PARCEL:1017379040 PARCEL:1017379041 PARCEL:1017379042 PARCEL:1017379043PARCEL: 1017379D44 PARCEL: 1017381DO6 > J N O (( /� Z 1 I IP C --- --- r I o io zo 40 z -- _ 2 •--_-------- O o� — — W 31+00 O-------- — — Q — +00 Q `� - IAME z Z27+00 C9 —' — — — — — — — �q ABB Z _ _ — — —nn — — — — IP z w U — Z 28+00 Z _ G __ ------- G cn G _ z ® -- — G FO S S Fp Q 11 + `rO SAN SAN _._ V; . _ �" •� _ fHX. ?�! JOB NO. — — — — — G i _ SAN TV TV— SAN �� N/ —� T �� �_ ��, • 3604.009 TV TV 10E E• � � (V PROJECT MGR. Ti Ev SAN — — -- FC;r FO I N STRAND I 11 I 1 ASSOCIATES` 2265 ABBEY LN 2253 ABBEY LN J ABBEY LN 2229 ABBEY LN 2205 ABBEY LN SHEET PARCEL: 11017385005 PARCEL: 1017385004 RC _1 , 1017385003 PARCEL: 1017385002 PARCEL: 1017385001 She RR.U3 i99\3604\009\Dmwinae CAD Civil 3d t.Plan\Rmeh-t Fion Control Plan Plnn.dw Timm- Feh in 7n93 — T7,,,,, 2204 CAE DR 1425 BURRY DR PARCEL: 1017382008 PARCEL 1017382009 w w w U �I III z \ W XE1(-Rift- — X X CD -- E — -- -- - E E — ------------- —--------- M SAN - ABBEY LANE sz.00 33+00 34+00 2151 ABBEY LAN 2139 ABBEY LN PARCEL: 1017384005 4 2127 ABBEY LN 'I 2115 ABBEY LN PARCEL: 1017384004 PARCEL: 1017384003 z w 0 1426 BURRY DR PARCEL: 1017383011 a 11 -rs - ewso i • I e�zrss =a� 2047 ABBEY LN PARCEL:1017384002 2035 ABBEY LN PARCEL: 1017384001 N I 0 10 20 37+00 LEGEND EXISTING WETLAND STABILIZED CONSTRUCTION ENTRANCE 0- SILT FENCE IP INLET PROTECTION 40 C V) ; Z 0J a N J CIL a J F O 0 Z N � 2 F Y V � Z Z R O 0 ; v t� O c Z ~ 2 O = y O 0 rg w = O W. 3604.009 PROJECT MGR. EV �. ml STRAND ASSOCIATES" SHEET RR.04 rn 9roz - 1-m,.,., LEGEND: RAMP LANDING O00000 TRUNCATED DOME STA. 21+52/ 34.41' LT EL 689.27 (MATCH) STA. 21 +51 / 26.42' LT EL 689.15 (MATCH) HMORE DRIVE STA. 22+01/ 21.39' RT EL 689.19 (MATCH) STA. 22+01/ 29.27' RT EL 689.23 (MATCH) o\uen\3ann--•aoo\3anw\nno\n...W�,....\nnn\n�..a 3A\ STA. 22+35/ 34.52' LT EL 689.41 (MATCH) I STA. 22439E 34.50' LT I EL 689.42 (MATCH) I N 0.2 STA. 22435E 30.43' LT EL 689.23 22+39/ 30.50' LT I I �EL 689.18 1.2 % ,............ , STA. 22+35/ 22.43' LT EL 689.09 . I 1 STA. 22+38/ 22.40' LT EL 689.04 STA. 22+46/ 21.05' LT - - - - EL MATCH o STA. 22+35/ 15.38' LT I -_-_- r I J EL 688.46 11 STA. 22+35/ 13.80' LT 00000000 IJJ EL688.45(SW) 00000000(I 00000000, 00000000 Z STA. 22+28112.10' LT I 0 _EL 688.48 (EOR, FL) STA. 22+39/ 15.45' LT O EL 688.41 (SVI) 1 00)o I I RI1-gwmr1RF I'1RIVF i STA. 22430E 1 EL 688.48 (EOR, OR, FFL)) n STA. 22+35/ 13.03' RT 'IM1 EL 688.43 (SW) I-STA. N �a 22+39/ 14.35' RT EL 688.38 (SW) 15% 0 2s s 00000000 00000000 STA. 22+35/ 14.39' RT 00000000 EL 688.44 000 O O 000000 0000 STA. 22+35/ 22.29' RT - - - - EL 688.56i _ _ _ STA. 22+48/ 20.85' RT J ' 1.5% EL 688.30 (MATCH, FL) m STA. 22+39/ 22.23' RT i !L EL 688.51 0 o.'.. �... _ O ,' STA. 22+35/ 30.13' RT EL 688.48 (MATCH) .................... I I I I STA. 22+39/ 30.10' RT I I EL 688.43 (MATCH) I I I I I I I I �mn nnrnilc Awn Time• Fen 10. 9093 - 1-nR- MORMON TREK BLVD STA. 23+02/ 27.97' L EL 688.30 1 STA. 23+02/ 26.51' LT--\ EL 688.20 STA. 23+02/ 23.11' LT � / EL 688.15 (SVV) 18% STA. 22+96/ 38.88' LT (EOR)J EL 688.41 STA. 22+96/ 46.57' LT EL 688.47 (MATCH) (FL) �0g .5 5 0 0D �I 4.5 STA. LT � :'p�° .°\-STA.23+02/31.97'LT EL689.09(MATCH)0°p°O EL 688.36 m O0O0 � 0000p0pp I ��'' �A Z O°O°00 °o°O° o N �_ m I _ 0°O°O° c 0°00 °°° I WOO 000 STA. 23+10/ 31.97LT c 000O0 EL 688.28 00000 1.2% 7% .;.;.;.15%;:;:;;; 5.3% I I I STA. 23+10/ 4T98' LT +1 STA. 23410E 26.43' LT I EL 689.41 (MATCH) EL I I p( 2i i STA. 23+10/ 27.97' LT I 2.0 % - EL 688.22 I STA. 23+10/ 16.64' LT EL 688.00 (SW)rrl ---- I wf_ / I / ` CAS _. J W H R W p G W z cc 00 H W N W Y ~ W Z � I d ~ i Z 190 it CpC C 3604.009 PROJECT MGR. EV 4 - 11 STRAND ASSOCIATES" MEET S.01 STA 24+45/ 47.29' LT EL 686.85 (MATCH) LEGEND' RAMP LANDING 000 TRUNCATED DOME / STA. 24+46/ 31.90' LT EL 685.98 , I -STA. 24+49/ 47.34' LT STA 24+56/ 47.43' LT EL 686.70 (MATCH) FEL 686.15 (MATCH, FL) 1 �� �JI III Ili STA 24+50/ 31.9T LT EL 685.93 3.1% ::':.1.25% I 16.7 I I 1 1 001 . IIIIIIIII,00 ••N �..::::::::::::`.J:1111111!Iloc o0 3.2% ::::1.s%_::::::: 1 1 s.t°�I I I I oOc STA 24+46/ 27.86' LT AI - - - - - - - EL 685.92 2.5 STA. 24+41/ 13.52' LT EL 685.16 (EOR, FL) - STA 24+54/ 0.00' EL 684.68 24+50 ISTA. 24+133.41' LT EL 985.66 (EOR, FL) ro STA. 24+55/ 31.90' LT EL 985.59 (SM `--STA 24+55/ 27.90' LT EL 685.51 (SW) / 7ry -STA. 24+50127.90' LT EL 685.85 STA. 24+50/ 17.42' LT EL 685.00 (FL) STA 24+54/ 13.51' LT EL 684.81 STA. 24+64/ 0.00' EL 684.54 STA 24+83/ 47.47' LT I I STA 24+89/ 47.42' LT 1.5 % STA. 24+93/ 4T46' LT N EL 685.88 (MATCH, FL) EL 686.40 (MATCH) )EL 686.43 (MATCH) I 0 2.5 5 A� ui o 0 m 0 m U STA. 24+83/ 33.41' LT \ J EL 685.29 (EOR, FL) d STA 24+90/ 31.91'LT STA 24+94/ 31.92' LT \ Z EL 685.31 EL 685.33 LLI J ` 0 - - - - ram::::.':. r 3r3s►-- r------------- ^( STA 24+84/ 31.91' LT 0 0 0 0 O O O O I I I I 1 .1 io I I I ; • - • 0.5 % •; .•; :•. 2.5 % `.'. z EL 685.20 (SW)0 0 0 O I I I I . STA. 24+98/ 31.90' LT O O O I ( I I o o l 1 1 1 1 1 1 1..................iV ....... :: EL 685.38 (MATCH) _` p IIIIIIIII :: `....... - - - - - - - - - - - - - rri - - - - - - - - - - - STA 24+84/ 27.91' LT _ ) _ _ _ _ - STA 24+98/ 28.06' LT EL 685.12 (S" _ _ _- EL 685.32 (MATCH) I - - - - STA. 24+94/ 27.92' LT - _- - EL 685.26 STA. 24+90/ 27.91' LT - - - EL 685.29 - - -- -I -I STA 24+93/ 17.16 LT ° 00000000 I EL 684.50 000000000 00000000 O O O O O O O O STA 24+93/ 14.93' LT � NJ EL 684.47 (SW) STA 24+89/ 17.14' LT e EL 684.57 2.0> STA. 24+74/ 13.51' LT STA 24+84/ 13.51' LT STA 24+98/ 13.52' LT 7 1.3% EL 684.54 EL 684.51 EL 684.40 (EOR, FL) STA. 25+04/ 13.5 EL 684.33 (LP) STA. 25+01/ 13.5U LT EL 684.36 (FL) STA. 24+74/ 0.00' RT EL 684.48 24+75 ABBEY LANE STA. 24+84/ 0.00' RT EL 684.51 STA 24+99/ 0.01' LTA EL 684.57 V) J I- W W V � Q i 0 IL I Z i V W W J O H19 p H Z Z J ! d } W I m a 1 v 3604.009 PROJECT MGR. EV 4 . STRAND ASSOCIATES' SHEET .S.OZ - nPmaa.ew. LEGEND. RAMP LANDING p0p0p TRUNCATED DOME 0 STA. 24+54/ 0.00' EL 684.68 24+50 ®vVv STA. 24+64/ 0.00' EL 684.54 STA. 24+7410.00' RT EL 684.48 24+75 STA. 24+84/ 0.00' RT EL 684.51 ABBEY LANE m STA. 24+77/ 13.50' RT EL 684.28 (FL, LP) STA. 24+81/ 28.21' RT EL 685.30 (MATCH) —\ ----------------------------------------------- STA. 24+81/ 31.80' RT ATCH) —\ ----------------------------------�35(M-- T I 1 i 1 I STA. 24+89/ 14.00' RT EL 684.33 (SW) STA. 24+89/ 28.28' RT EL 685.05 STA. 24+99/ 0.01' LT EL 684.57 N I 0 28 5 STA. 24+93/ 14.00' EL 684.35 (SW) STA. 24+93/ 28.32' RT EL 685.11 STA. 24+97/ 28.32' RT EL 685.17 (MATCH) 3.1% 15%' :: 1.5% �1 M1 3.1% : 1.5% 10% STA. 24+89/ 31.79'RT EL 685.10 , STA. 24+97/ 31.79' RT EL 685.20 (MATCH) \-- i - STA. 24+931 31.79' RT EL 685.16 ,.--- rn J a W W C V Q Z J Od Z V W W J VN O W W Z Q J d uj Q m CC m i119 n �.i 3604.009 ' PROJECT MGR. I EV 6;: A &=I STRAND ASSOCIATES' Details.dwa SHEET S.03 LEGEND: RAMP LANDING OOODO TRUNCATED DOME STA 31+33/ 39.31' LT EL 687.34 (MATCH) - i / STA.31+33/31.31'LT EL 686.97 STA 31+26/ 31.00' LT EL 687.33 � STA 31+26/ 26.91' LT EL 687.25 31+25 STA. 31+33/ 27.32' LT EL 686.91 STA 31+32/16.97'LT EL 686.55 STA. 31+32/ 14.75' LT EL 686.54 (SW)- STA 31+37/ 39.21' LT EL 687.31 (MATCH) 7/-0.7596 e O N STA 31+37/ 31.21' LT -EL 686.91 1.5% ... 13.9% I ) .••:: N� 1 1 1 1 1 1 1 1 1 N I�lil�l�l w �o STA 31+42/ 35.06' LT EL 686.80 (MATCH, FL) STA. 31+42/ 31.14' LT EL 686.72 (SW) D000 0 0 OXn OOQ o0 O 0 STA 31+42/ 27.14' LT EL 686.64 (SW) I STA. 31+36/ 27.21' LT EL 686.85 STA. 31+38/ 17.90' LT EL 686.45 (FL) \�* STA. 31+36/ 16.86' L EL 686.47 (SM STA 31+43✓ 13.26 LT EL 686.42 31+50 STA. 31+43/ 0.00' RT EL 686.69 I I I \ STA 31+76/ 47.12' LT 2.0% EL. 687.34 (MATCH) STA. 31+79/ 47.17' LT EL. 687.42 (MATCH) N 0 2.5 5 W \ a � c rs ? o w m n \ =� STA.31+76/31.12'LT EL686.60 ETA 31+69/ LT EL 686.59 (MATCH, FL) _ -< z ` i o N cl'7 1 STA. 31+80/ 31.12' LT �y;r EL 686.66 "\ 3 STA. 31+70/ 31.12' LT \� 11 l EL 686.43 (SV4) Lu L Q a0 O ' '2.9% 1 1 ..'::.':.' 1.5%. 000 I I 3.3% 1nj :.'. ::.1.5%::::•::: 1`6% STA. 31+70/ 27.12' LT _ EL 686.35 (SW) STA. 31 +80/ 27.21' LT -r= EL686.60 I--- _ �y STA 31+76/ 27.12' LT j - - - EL666.54-_----I Q p� -_-_ 01 -- - I Z a e - I STA. 31+80/ 17.17 LT - F O - - - ) EL 686.09 W000000104 2 00000000 >'F- %i Q a > 00000000 N 00000000 N Y v 0 00000000 ---- W z a O Z 0 �J H Q 1- 0 Z STA. 31+69/ 13.41' LT STA. 31+76117.06' LT u Z J = 0 EL 686.17 EL 686.14 (SW")? d W 0 0 00 v, 1.0% Q m F STA. 31+80/ 14.88' LT m a O EL 686.06 (S1 STA 31+88/ 13.50' LT 0% C -STA. 31+51/ 13.30' LT STA 31+60113.36 LT EL 685.98 (FL) EL 686.34 EL 686.26 STA. 31+84/ 13.52' LT EL 686.00 (EOR, FL) ABBEYLANE N JOB NO. 3604.009 PROJECT MGR. EV �. 31+75 � - STRAND -STA 31+52/0.00' T STA. 31+61/ 0.00' T STA. 31+70/ 0.00' LT ASS 0 C I A T E S EL 686.61 EL 686.52 EL 686.43 SHEET S.04 LEGEND. RAMP LANDING O0p0p TRUNCATED DOME 31+25------------------------------- -T STA. 31+31/ 14.00' RT EL 686.55 (SN)- STA. 31+31/ 29.17' RT EL 687.32 ISTA. 31+21/ 28.74' EL 687.41 STA. 31+21/ 32.7 1' RT �°ol EL 687.48 2.5 STA. 31+31/ 32.87' RT EL 687.38 31+50 STA. 31+43/ 0.00' RT EL 686.69 STA. 31+35/ 14.00' RT I EL 686.51 (SW) -STA. 31+40/ 13.50' RT EL 686.46 (FL) 1.0% _a STA. 31+52/ 0.00' T EL 686.61 ABBEY LA STA. 31+611 0.00'T EL 686.52 STA. 31+35/ 29.29' RT -- - -- EL687.28 _ _ _ STA. 31+40/ 29.37' RT STA. 31+66/ 2927' RT EL 687.39 (MATCH) EL 687.10 (MATCH) -- - - - ----------------------------------------------------- 1.0% 2.7% f0� STA. 31+66/ 32.68' RT ••;,�;;•�,•••• EL 687.15 (MATCH) ........... ....... ::.:'.':: STA. 31 +40/ 32.91' RT EL 687.42 (MATCH) A. 31+35/ 32.91' RT EL 687.34 31+75 I STA. 31+70/0.00' LT EL 686.43 STA 31+76/ 14.00' RT EL686.11 (SW)- 1.0�STA. 31+80/ 14.00' RT EL 686.07 (SW) - - J W lu > r y It - - - F O _ H Lu i _ W V H i o---� � � W z Q o z J H O w - - - - - STA. 31+80/ 29.08'RT IL W O = _ _ EL686.65 m STA. 31 +76/ 29.14' RT m EL 686.72 - - - STA. 31+84/ 29.03' RT Q = - - - - - EL 686.60 (SW) m O ---- C; C 3.5 % :. 1.6 N STA, 31+Bq/3267'RL t EL 686.67 {SIAI). rri 3.7% ':.' 1.5% 0.4% ..i7 STA. 31+76/ 3�RT STA. 31+80/ 32.67' RT -� } EL 686.75 EL 686.69 ..Ma JOB NO. 3604.009 k PROJECT MGR. E V �. STRAND ASSOC IATES' SHEET S.05 LEGEND: RAMP LANDING pOp�p TRUNCATED DOME STA. 34+ 32139.32' LT / EL 684.28 (MATCH) j STA. 34+21/ 31.34' LT / EL 684.36 (MATCH) STA 34+32/ 31.35' LT EL 683.93 ----------- -------------� I I I I I I I I I I STA. 34+36139.38' LT EL 684.25 (MATCH) -STA.: EL 68 3.9% I5.9% I I 000 ..... ••'11 °000 W.................... 1 1L--00000,0000,�O-�,,, '. ............. 3�14.1 �.... 0. STA. 34+21/ 27.51' LT STA. 34+32/27.35' LT -_-_-_-_- EL684.31 (MATCH) EL683.87 - - - - N. - - - N M - - - STA. 34+32/ 17.07' LT O O O O EL 683.57 000000004 0 0 0 0 1 0°0°0°O°1 0202020°4 STA 34+32/ 14.89' LT EL 683.54 (SW) 1.75%i o 0 31.34' LT STA. 34+42/ 35.58' LT EL 683.53 (FL,MATCH) 0 -STA. 34+40/ 31.34' LT EL 683.50 (SW) \ `STA. 34+42/ 31.33' LT EL 683.55 0 STA. 34+42/ 29.03' LT \ EL 683.56 (EOR, FL) `STA 34+42/ 27.33' LT EL 683.58 (SW)� BTA - I36/ 27.34' LT EL 683.83 `STA 34+38/ 18.10' LT EL68.44 STA. 34+36117.09 LT EL 683.50 (SW) 7 1.0% W > I � I ❑ I I STA 34+76/ 38.92' LT :3 EL 684.04 m ) I 1.0% STA 34+76/ 31.21' LT EL 683.74 STA. 34+70/ 35.64' LT EL 683.34 (FL,MATCH) V a'A rd STA 34+70/ 31.22' LT-/ EL 683.37 (SW) STA. 34+70/ 27.23' LT- I EL 683.40 (SW,HP) STA. 34+76/ 27.21' LT EL 683.E I 1.0% I I I i I I I N I I I 0 Un 2.i 5 1 I � W o 1 \ rri 1 � p ; 7-0 z i STA. 34+79/ 38 98 LT _ EL 684.08 o � STA. 34+80/ 31.19' LT `I EL 683.80 STA 34+84/ 31.2 EL 683.96 __.__------- c 4.0% STA. 34+84/ 27.23' H EL 683.89 J W W -STA. 34+80/ 27.22' LT � EL 683.74 Z i W W in W H Z Z J W ' .�yy In MM I m a I :i 0 > F ' z o 0 z 0 y z I = I � STA 34+86/ 13.52' LTA EL 682.99 (EOR,FL) STA. 34+42/ 13.50' LT STA. 34+51113.50' LT STA. 34+60/ 13.50' LT STA. 34+70/ 13.50' LT EL 683.40 EL 683.31 EL 683.22 EL 683.13 ABBEYLANE JOB NO. 3604.009 PROJECT MGR. �o EV N • STA. 34+42/ 0.01' RT - EL 683.69 STA. 34+51/ 0.02' RT STA. 34+70/ 0.02' RT EL 683.60 STA. 34+601 0.01' RT EL 683.42 STRAND 34+25 EL 683.51 +�+75 ASSOCIATES® SHEET S.06 F ilea 5-\JAO\3600--3699\3604\009\n-i-n \CArA Civil 3d\-11.71l7R- Delnils.dwn 7, Feh 10. 2023 - 1:08om STA. 34+27/ 13.99' RT STA. 34+32/ 13.99' RT EL 683.58 (SW)---\ EL 683.53 (SW) STA. 34+32/ 28.32' RT EL 684.15 STA. 34+28/ 28.31' RT EL 684.34 (MATCH) —\ ------------ STA. 34+28132.41' RT EL 684.32 (MATCH) —\ STA. 34+32/ 32.38' RT EL 684.21 LEGEND: RAMP LANDING ODOoO TRUNCATED DOME 0.99% STA. 34+36/ 13.98' RT EL 683.49 (SW) STA. 34+36/ 28.30' RT EL 684.13 4.7% ::'.0.5% ::::: 2.1% o ................. 2.6% '.0.5% 0`4% ------- STA. 34+40/ 32.34' RT EL 684.18 (MATCH) STA. 34+36/ 32.37' RT EL 684.19 - — - — - — - — - --- I ---------------------------' 0 25 1 N I N STA. 36+13/ LT i -- EL 681.39 (FL)) (MATCH) o 75 I 5 1 STA. 36+04/ 13.53' LT EL 681.67 (FL) vJ g I I I I I I 1 • POST I 1 I I �� II STA. 34+40/ 28.28' RT EL 684.22 (MATCH) STA. 36+13/ 0.00' LT STA. 36+04/ 0.00' LT EL 681.98 EL 682.08 36+00 x X x — — — — -- — — -- — --- — — — —� 1 I • POST I I I c. �i STA. 36+04/ 13.47' RT EL 681.87 ®--. "°� WI (FL) ----------- STA. 36+13/ 17.99' RT EL 683.74 (FL) (MATCH) I I — — — — — — — I I I I I I I — — — — —� 3604.009 ' PROJECT MGR. I EV6: Aiml STRAND ASSOCIATES 5.07 File STRONGBACK R 1000 / 5000 FERNCO r-- 45 SHOP FABRICATED BEND PVC LATERAL SERVICE NOTES. 1. CONTRACTOR SHALL MEASURE DISTANCE FROM NEAREST MANHOLE TO THE SERVICE LATERAL AND FURNISH MEASUREMENT TO DISTRICT. 2. CONTRACTOR SHALL NOTIFY WASTEWATER DIVISION 48 HOURS BEFORE INSTALLATION BEGINS. 3. CONTRACTOR SHALL MANUALLY BACKFILL AND COMPACT AROUND SADDLE UNTIL A MIN OF 12" OF COVER IS PLACED OVER THE CONNECTION. 4. CORE DRILLING OF CONCRETE PIPE SHALL USE THE WET DIAMOND BIT PROCESS. DO NOT ATTACH GUIDES TO THE EXISTING PIPE TO PERFORM CORE DRILLING. CORE DRILL DIAMETER SHALL BE PER THE CONNECTION MANUFACTURER'S REQUIREMENTS FOR INSTALLATION OF THE PROVIDED PRODUCT. CONTRACTOR SHALL BE RESPONSIBLE TO REPAIR OR REPLACE DAMAGED PIPE. 5. DIAMETER OF THE HOLE SHALL BE SIZED FOR THE FLEXIBLE AND WATERTIGHT CONNECTION FITTING. 6. CONCRETE CORES SHALL BE TURNED OVER TO THE CITY. PVC LATERAL SERVICE ROMAC STYLE "CB" SEWER LATERAL CONNECTION FITTING - WITH ADJUSTABLE STRAP, GASKET, AND SADDLE CASTING. - CORE DRILLED OPENING IN HOST PIPE F//�� PROPOSED OR EXISTING / 30" UNLINED CONCRETE / SANITARY SEWER. 4 i1SANITARY LATERAL CONNECTION - UNLINED 30" RCP SEWER U.01 NO SCALE STRONGBACK R 1000 / 5000 FERNCO r--- 45 SHOP FABRICATED BEND NOTES: 1. CONTRACTOR SHALL MEASURE DISTANCE FROM NEAREST MANHOLE TO THE SERVICE LATERAL AND FURNISH MEASUREMENT TO DISTRICT. 2. CONTRACTOR SHALL NOTIFY WASTEWATER DIVISION 48 HOURS BEFORE INSTALLATION BEGINS. 3. CONTRACTOR SHALL MANUALLY BACKFILL AND COMPACT AROUND SADDLE UNTIL A MIN OF 12" OF COVER IS PLACED OVER THE CONNECTION. 4. CORE DRILLING OF CONCRETE PIPE SHALL USE THE WET DIAMOND BIT PROCESS. DO NOT ATTACH GUIDES TO THE EXISTING PIPE TO PERFORM CORE DRILLING. CORE DRILL DIAMETER SHALL BE PER THE CONNECTION MANUFACTURER'S REQUIREMENTS FOR INSTALLATION OF THE PROVIDED PRODUCT. CONTRACTOR SHALL BE RESPONSIBLE TO REPAIR OR REPLACE DAMAGED PIPE. 5. DIAMETER OF THE HOLE SHALL BE SIZED FOR THE FLEXIBLE AND WATERTIGHT CONNECTION FITTING. 6. CONCRETE CORES SHALL BE TURNED OVER TO THE CITY d e FABEKUN JUNCTION. MODEL NUMBER FAS700150. INSTALL PER MANUFACTURER INSTRUCTIONS CORE DRILLED OPENING IN HOST PIPE - PROPOSED 30" HDPE LINED CONCRETE SANITARY SEWER a i 4 A5 4.. a B SANITARY LATERAL CONNECTION - HDPE LINED RCP SEWER U. 1 NO SCALE #6 BARE COPPER GROUND WIRE BONDED TO GROUND ROD AND POLE BOLT COVER - WASHERS (TYP.) - NON -SHRINK GROUT - io STATEWIDE URBAN DESIGN AND SPECIFICATIONS STANDARD DETAILS THE FOLLOWING DETAILS ARE SPECIFICALLY BROUGHT TO THE CONTRACTOR'S ATTENTION. A U STATEWIDE URBAN DESIGN AND SPECIFICATIONS AND SUPPLEMENTAL SPECIFICATION STANDARD DETAILS ARE APPLICABLE TO THIS CONTRACT NUMBER NAME 3010.101 Trench Bedding and Backfill Zones 3010.102 Rigid GravitPipe Trench Beddin 3010.103 Flexible Gravity Pipe Trech Bedding 3010AO4 Pressure Pipe Trench Bedding 3010,901 Sewer Pipe Support Over Existing Utility Line 4020.211 Storm Sewer Pipe Connections 4040.231 Subdrains 4040.233 Subdrain outlets 5010.101 Thrust Blocks 5010.102 Tracer System 5010.102 Tracer Wire Installation with Existing Locate Wire 5010.103 Tracer Wire Installations without Existing Locate Wire 5010.901 Minimum Clearance Between Water Services and Structures 5020.201 Typical Hydrant and Valve Assembly 6010.301 Circular Sanitary Sewer Manhole 6010.30E Internal Drop Connection forSanitary SewerManhole 6010.401 Circular Stone Sewer Manholes 6010.510 Double Open -Throat Curb Intake, Large Box 6010.601 Castings for Sanitary Sewer Manholes 6010.602 Castings for Storm Sewer Manholes 6010.603 Casting for Grate intakes 7010.101 Joints 7010.102 PCC Curb Details 7010.901 PCC Pavement Jointing 7010.904 Typical Jointing Layout 7030.101 Concrete Driveway, Type A 7030.1 M Right -of -Way Grading 7030.204 General Featuresof an Accessbile Sidewalk 7030.205 General Sidewalk and Curb Ramp Details 7030.206 Curb Ramps Outside of Intersection Radius 7030.207 Curb Ramps for Class B orC Sidewalk 70W.210 Detect Warning Placement 7030.301 Sidewalk Connection 7040.102 Full Depth PCC Patches Greaterthan 15' Len 8030.102 Work off of pavement with Minor Encroachment onto Travel Way 8030.116 Street or Road Closure E030117 Sidewalk Detour 8030.119 Closure of Marked or Unmarked Crosswalk 9040.119 Silt Fence 9042.120 Stabilized Construction Entrance CONDUIT AND POLE PROJECTION AS RECOMMENDED BY POLE MANUFACTURER O LEVELING NUTS (TYP.)- 3/4" CHAMFER MINIMUM 3' LONG GRADE105THREADED ANCHOR BOLTS HEAVY HEX NUT #3 HOOP @ 12" O.C. R (SEE NOTE 2) 9 .. 646 VERTICAL JOB NO. REINFORCING 3604.009 4 NOTES: PROJECT MGR. EV _ PVC COATED RIGID CONDUIT BURIED 24" BELOW FINISHED GRADE 1. TOP OF BASE SHALL BE 4" ABOVE TOP OF CURB. TOP 12" SHALL BE FORMED. e 2. PROVIDE 3-#3 TIES @ 3" O.C. AT TOP OF POLE BASE. . 5/8"OU-0" LONG COPPERWELD GROUND ROD WITH EXOTHERMIC/COMPRESSION 2'-0" DIA. 3" CLEAR 3. POLE SHALL BE MOUNTED 2'-0" BACK FROM EDGE OF PAVEMENT, UNLESS NOTED OTHERWISE. STRAND CONNECTION ASSOCIATES® c LIGHT t NO SCALE POLE BASE SHEET U.01 Fle: SAMAD\3600--3699\3604\009\Drowin \CAD\Civil 3d\SheetsP1an\Gen. Notes A, leaenddw Time• Feh 10_ 9091 - APPENDICES r-d Rohret South Trunk Sanitary Sewer Project Page 1 of 1 ALLENDER BUTZKE ENGINEERS INC. GEOTECHNICAL • ENVIRONMENTAL • CONSTRUCTION Q. C. Em JUNE 209 2022 PN 211485 GEOTECHNICAL EXPLORATION ROHRET SOUTH SEWER EXTENSION ABBEY LANE AND HIGHWAY 218 IOWA CITY, IOWA PERFORMED FOR STRAND ASSOCIATES, INC. 910 WEST WINGRA DRIVE MADISON, WISCONSIN 53715 j CPO i y 3660 109TH STREET • URBANDALE, IOWA 50322 9 PHONE 515-252-1885 9 FAX 515-252-1888 ALLENDER BUTZKE ENGINEERS INC. GEOTECHNICAL • ENVIRONMENTAL • CONSTRUCTION Q. C. June 20, 2022 Strand Associates, Inc. 910 West Wingra Drive Madison, Wisconsin 53715 Attn: Eric Vieth, P.E. Dear Mr. Vieth: RE: Geotechnical Exploration Rohret South Sewer Extension Abbey Lane and Highway 218 Iowa City, Iowa PN 211485 As authorized by Joseph M. Bunker, Corporate Secretary of Strand, Allender Butzke Engineers Inc. (ABE) has completed the geotechnical exploration for the above referenced project. The geotechnical exploration was conducted to evaluate physical characteristics of subsurface conditions with respect to design and construction of this project. The enclosed report summarizes the project characteristics as we understand them, presents the findings of the borings and laboratory tests, discusses the observed subsurface conditions, and provides geotechnical engineering recommendations for this project. We appreciate the opportunity to provide our geotechnical engineering services for this project. If you have any questions or need further assistance, please contact us at your convenience. We are also staffed and equipped to provide construction testing and inspection services on this project as well as environmental site assessments. Respectfully submitted, ALLENDER BUTZKE ENGINEERS INC. Jason Ruffcorn, E.I. Staff Engineer avid emann, P.E. Pri 1pa1 Engineer ``%V%IIIIIIIII hereby certify that this engineering document was prepared by `�FESS 10 me or under m direct personal supervision and that I am a duly lice a Prof sio I Engineer under the laws of the State of Iowa. G DAVID m LOGEMANN 12394 David /gemann, P.E. License Number 12394 Date ''�, ',• �.`` My license renewal date is December 31, 2023. .0 W •P %%% Pages covered by this seal: All Pages 1 PC and 1 Email Above v f C -'J 3660 109TH STREET 9 URBANDALE, IOWA 50322 9 PHONE 515-252-1885 9 FAX 515-252-1888 GEOTECHNICAL EXPLORATION ROHRET SOUTH SEWER EXTENSION ABBEY LANE AND HIGHWAY 218 IOWA CITY, IOWA PN 211485 TABLE OF CONTENTS PROJECT INFORMATION....................................................................................................... 1 FIELD EXPLORATION.............................................................................................................. 1 SUBSURFACE CONDITIONS................................................................................................... 1 SoilProfile.......................................................................................................................... 1 Environmental Assessment................................................................................................. 2 Groundwater Level Observations....................................................................................... 2 ANALYSIS AND RECOMMENDATIONS............................................................................... 3 SitePreparation................................................................................................................... 3 Excavation Stability and Dewatering.................................................................................. 3 Trenchless Construction...................................................................................................... 4 CompactedBackfill............................................................................................................ 5 Pavement Subgrade Preparation......................................................................................... 6 Pavement Thicknesses........................................................................................................ 7 GENERAL..................................................................................................................................... 8 APPENDIX Environmental Boring Logs Laboratory Test Results Boring Log Description/Legend Boring Logs E Profile of Borings " ` M Site Plan sa ALLENDER BUTZKE ENGINEERS INC. GEOTECHNICAL EXPLORATION w-� " ROHRET SEWER -a IOWA CITY, IOWA PN 211485. June 20, 2022 PROJECT INFORMATION The City of Iowa City with design assistance from Strand Associates, Inc. (Strand) is planning the construction of the proposed, approximately, 2400 linear foot segment of the Rohret Sewer located from 150 feet west of Highway 218 to the intersection of Abbey Lane and Burry Drive. Based on plans provided by Eric Vieth, P.E. with Strand, we understand that the sewer will consist of a 30-inch Rubber Gasketed Reinforced Concrete (RGRCP) pipe system. A majority of the new sewer will require excavation depths of 13 to 17 feet. Trenchless methods are planned to install 42-inch diameter casings beneath Highway 218 and Mormon Trek Boulevard. Launch/receiving pits for both trenchless crossings will require excavation depths on the order of 15 to 20 feet. FIELD EXPLORATION Seven borings were conducted at this site to depths of 20 to 36 feet below existing grades on May 9 and 10, 2022. Approximate locations of the borings as requested by Strand are shown on the enclosed Site Plan, while final boring locations were selected and staked by ABE. The boring northings, eastings, and surface elevations, indicated on the enclosed Boring Logs, were Iowa Real -Time Network (RTN) derived. Methods of drilling, sampling, standard laboratory testing, and classifying of subsurface materials are discussed in the Boring Log Description/Legend pages of the Appendix. SUBSURFACE CONDITIONS Soil Profile Detailed descriptions of soils encountered by this exploration are provided on the Boring Logs enclosed in the Appendix. The Profile of Borings (Plate A-1 to A-3) presented in the ALLENDER BUTZKE ENGINEERS INC. PN 211485 Appendix depicts the relative deposit elevations in the borings. Following is a discussion of the subsurface materials encountered in the borings. Unless otherwise indicated, the depths of soil stratum and groundwater levels are referenced from below existing grade at the individual boring locations at the time of drilling. This site is located within or near the Willow Creek flood plain where the small amount, up to 3.5 feet, of fill materials encountered in our borings has been placed in some isolated areas for street and highway grading. Portland Cement Concrete (PCC) pavement approximately 6.5 to 7.5 inches thick was encountered at the ground surface in the borings and was underlaid by 2 to 2.5 inches of crushed rock with fines in some areas. The natural soil profile encountered at the ground surface and below the fill and pavements consisted primarily of buried clay topsoil with trace amounts of organics and medium stiff to very stiff and moist to very moist, clay cohesive alluvium layers overlaying medium dense to dense sand granular alluvium associated with depositional events of Willow Creek. Below depths of 18 to 24.5 feet the alluvial deposits were underlain by stiff to very stiff Pre-Illinoian glacial till. Boring Nos. 1, 2, 4, and 5 terminated in the alluvial deposit near depths of 20 to 36 feet, while Boring Nos. 3, 6, and 7 terminated in the glacial till deposits near depths of 20 to 30 feet. Environmental Assessment This geotechnical exploration is not intended to be an environmental assessment study. No visual or olfactory observations of potential contaminates were encountered, however at Strand's request, all soil samples were screened with a photoionization detector (PID) and the respective readings taken in each boring are shown in the Environmental Boring Logs in the Appendix. Based on this information, slightly high PID readings were detected in only a couple samples from Boring No. 5. Groundwater Level Observations The borings were monitored during, shortly after drilling operations and 2 3hours after drilling operations in some borings. to detect moisture seepage and groundwger accumulation. The results of our groundwater level observations are noted on the Boring Logs enclosed in the Appendix. During drilling operations, all borings noted moisture seepage near depths of 7.5 to 15.5 feet below existing grades. Groundwater accumulation was observed between depths of 8 to 29.9 feet in Boring Nos. 1 through 4 at the completion of drilling operations and 8 to 11 feet after a period of 24 hours. Groundwater levels at this site are influenced by and will generally be a subdued reflection of stage levels in the nearby Willow Creek. Fluctuations of groundwater 2 ALLENDER BUTZKE ENGINEERS INC. PN 211485 levels can occur due to seasonal variations in the amount of rainfall, surface drainage, subsurface drainage, site topography, irrigation practices, groundwater cover (pavement or vegetation), and stage levels of the Willow Creek. The natural groundwater regime can also be influenced or altered by other deep subsurface utility installations and nearby wells. Based on the brown -gray coloring of the cohesive alluvium, moisture seepage, and groundwater accumulation observed during and 24 hours after drilling operations, we anticipate the seasonal high groundwater table along the sewer route could be within 5 feet of the ground surface. a� ANALYSIS AND RECOMMENDATIONS Site Preparation Site preparation will include demolition, removal, and relocation/replacem6nt of the existing roadways, sidewalks, landscaping, and utilities. We recommend that all pavement sections be completely removed and replaced with engineered compacted fill in accordance with Table A in the Compacted Backfill section of this report. Any abandoned utility lines should be completely removed or capped and grouted full. Construction debris removed from this site should be properly disposed in a construction/demolition landfill or recycling facility. The organic and loose materials in addition to all vegetation must be stripped. A minimum stripping depth of 6 inches is anticipated. In addition, any trees and large rootballs from any trees or shrubs should be completely removed in the excavation area. Excavation Stability and Dewaterina Boring information indicates the anticipated sewer excavation depths of less than 20 feet at this site will predominately encounter cohesive soil types. If excavations encounter only cohesive soils with no wet sand seams or layers, it is expected that the water seepage can be controlled by permitting it to drain into temporary construction sumps and be pumped outside the perimeter of the excavations. More extensive dewatering such as sand points and wells would be required for deep (near or below depths of 20 feet) excavations which extend down into water bearing sand layers. We recommend that, prior to excavating in saturated sand, water levels be maintained 2 feet or more below the bottom of excavations in saturated sand to prevent upward seepage forces which could reduce subgrade support. Deep excavations on the order of 15 to 20 feet for launch and receiving pits at both roadway crossings are expected to extend within the medium stiff and moist to very moist cohesive alluvium soils encountered in Boring Nos. 1 through 4. Moisture seepage and instability due to the softer soil zones could arise with deep excavations in those areas. Therefore, as an alternative to flattening the slopes of open excavations, shoring and bracing 3 ALLENDER BUTZKE ENGINEERS INC. PN 211485 r^a using either a trench box or driving sheet piling to stabilize launch andrfr-ceivt' g pits is anticipated. The extent of bracing or sloping of open cut excavations will be dependent upon depth of cut, groundwater conditions, soils encountered, length of time the excavation will be open, area available for excavation, and local governing regulations. Predominately cohesive "soils may appear to stand nearly vertical in shallow excavations for short periods of time. However, soil creep, surcharge loads, precipitation, subsurface moisture seepage, construction activity, vibrations and other factors may cause these soils to cave within an unpredictable period of time. Excavations encountering sand may tend to cave rapidly, especially if water is flowing through the sand. Unstable granular excavation walls may also cause surrounding cohesive soils to become unstable. Temporary shoring, flattening of the excavation slopes or use of trench boxes may be required to maintain a safe condition. Generally, the on -site cohesive alluvium soils not subject to moistures seepage are Type B, while the granular alluvium and cohesive alluvium soils subject to moisture seepage are Type C soils according to OSHA. Determining the appropriate OSHA classifications of the soil types encountered and implementing the required provisions for sloping, shoring, and bracing of excavations throughout the project during construction are the responsibility of the contractor per OSHA. Trenchless Construction Based on the Sewer Plan and Profile sheets from Strand, we understand trenchless construction will be utilized in two locations, beneath US Highway 218 (Profile A-1) and beneath Mormon Trek Drive (Profile A-2). Based on the preliminary US Highway 218 crossing sewer invert elevations between 680 to 678 feet, the 42-inch diameter steel casing will be placed in the medium stiff cohesive alluvium. An additional 42-inch steel casing pipe is planned beneath Mormon Trek Drive. The preliminary Mormon Trek Drive invert crossing elevations range from 675 to 674 feet; therefore, the steel casings will be placed predominately in the medium stiff cohesive alluvium. Based on the proposed casing elevations and soil boring data, the site conditions appear to be conducive to the more traditional trenchless method of horizontal auger boring for installation of the sewer casing at both crossings. The contractor should be aware of the soil and groundwater conditions which may be encountered during casing installation. It should be noted that trenchless methods that provide continuous support of the tunnel face would be preferable to reduce the risk of ground loss if saturated sand seams are encountered. Depending upon the amount of sand and seepage encountered around the casings, specialized trenchless techniques or additional stabilization measures such as dewatering, grouting, freezing, etc. may be required to complete trenchless operations. We recommend trenchless construction be observed by a n u AI.I.FNnF.R RIIT7.KF. F.NGINF.F.RC INC PN 211485 geotechnical engineer or representative to note changes in the surrounding soil conditions and observe construction procedures. Compacted Backfill t,. J We expect that existing soils encountered during sewer excavations will be reed during backfill operations. The on -site fill and natural alluvial soils are suitable for backfill and subgrade applications. The following Table A lists recommended minimum compaction requirements for fill materials in specific applications. For cohesive soils, moisture contents within a range of -1 to +4 percent of the material's optimum moisture content `are neoessary to achieve the desired fill qualities. Soil compacted closer to its optimum moisture content will exhibit greater stability under repeated construction traffic. TABLE A RECOMMENDED DEGREE OF COMPACTION GUIDELINES Construction Application Standard Proctor (ASTM D698) Cohesive Soil Standard Proctor (ASTM D698) Cohesionless Soil *Relative Density (D4253 & D4254) Cohesionless Soil Class 1 95% 98% 70% Class 2 90% 93% 45% Class 3 85% 88% 20% Class 1 - Subgrade for building foundations, slabs -on -grade, pavements and other critical backfill areas. Class 2 - Backfill adjacent to structures not supporting other structures - Minor subsidence possible. Class 3 - Backfill in non -critical areas - Moderate subsidence possible. *Use Relative Density technique (ASTM D4253 & D4254) where Standard Proctor technique (ASTM D698) does not result in a definable maximum dry density and optimum moisture content. The on -site soils can be excavated utilizing conventional excavation equipment. Granular soils can generally be suitably compacted with vibratory compaction equipment whereas cohesive soils are more suitable for compaction with sheepsfoot or pneumatic type compactors. Care should be exercised in properly backfilling and compacting all trenches, especially utility trenches under or adjacent to the pavement. Loosely compacted or sand backfilled trenches can collect surface water and inadvertently direct it to the pavement subgrade and cause softening of the soil as well as increasing frost heave potential. 5 ALLENDER BUTZKE ENGINEERS INC. PN 211485 At the time of this geotechnical exploration, moisture content of the soils was generally near to above the recommended moisture content range in the upper several feet; while the deeper soils were generally well above the recommended moisture content range. Depending upon precipitation levels prior to and during construction, adjustment of soil moisture content may be required in order to lower or raise the moisture to within the recommended moisture content range. Discing and aeration is generally the most economical method to lower soil moisture content, if climatic _conditions allow. Chemical modification (drying) of very moist soils with Class C fly ash, Portland cement, or quicklime can be accomplished if construction - scheduling does not permit field drying. Common chemical modification methods may not be reactive when temperatures are near or below 40' Fahrenheit if grading or fill placement at the site will be conducted during colder weather. Pavement Subarade Preparation The results of the Standard Proctor, Grain Size Analysis, and Atterberg Limits tests performed on representative existing roadway fill and natural soil samples obtained from Boring Nos. 3, 6, and 7 are enclosed in the Appendix (Figures GS-1, and PR-1 to PR-3). The test results indicate the lean to fat clay (CL-CH) trace sand existing fill encountered in Boring Nos. 3 and 6 are classified as AASHTO A-7-6 with a group indices of 25 and 28, respectively, and the lean clay (CL) cohesive alluvium encountered in Boring No. 7 is classified as AASHTO A-6 with a group index of 21. Both the existing fill and natural alluvial soils are suitable material types for subgrade applications per Iowa SUDAS specifications. Uniform subgrade support is critical in pavement performance. As discussed in the Compacted Baclq�ill section of this report, the on -site fill soils are generally suitable. As a minimum, we recommend that the prepared subgrade depth be at least 1 foot deep after fine grading or trimming and extend 2 feet beyond the edge of the pavements. The recommended 1 foot of compacted subgrade will necessitate undercutting and reworking soils. Subgrade preparation should be completed shortly before paving operations commence and is to be maintained in suitable condition until paved. Damages caused by construction traffic or deterioration due to adverse weather are to be repaired prior to paving. Depending upon conditions encountered at the time of construction, it -may be necessary to moisture condition existing soils to achieve the recommended moisture contenera4vp of -T.,.o +4 percent of optimum moisture content. Soils compacted closer to optimum-moistu e cOOW will exhibit greater stability under construction traffic loading. Suitable cohesiv�soil`compacted to a minimum of 95 percent of maximum dry density. determined by ASTM D6.98''would provide a design support capability equivalent to a CBR value of 3 or a modulus of subgrade reaction 6 ALLENDER RUTZKE ENGINEERS INC. PN 211485 value of 100 pounds per cubic inch. Subgrade compaction, moisture content and depth should be verified by an ABE representative. c_v Pavement Thicknesses —7 i 771 _. Based on discussions with Strand, we understand either rigid (Portlari& cemew concrete, PCC) or flexible (hot mix asphalt, HMA) pavement types are planned to be ulmd for the reconstruction of Abbey Lane. For the purposes of this report, we have assumed an AADT value of 2000 vehicles per day (vpd) in 2022 for Abbey Lane, with 2 percent trucks and a growth rate _n of 3 percent. Assuming a SUDAS Type A mix and a design analysis period of 50 years for rigid pavement, as recommended by Iowa SUDAS, this results in an equivalent single -axle load (ESAL) of 225,000 for Abbey Lane. The following Table B summarizes alternate pavement thicknesses for Abbey Lane. An alternative pavement evaluation can be provided if actual traffic volume and loading information is available. TABLE B TYPICAL PAVEMENT THICKNESSES Traffic Volume Rigid: PCC ' Flexible: HMA 2 Abbey Lane (-2000 ADT) 793 8594 1) PCC - Flexural strength of 550 psi 2) Type A HMA - Structural coefficient of 0.44/inch 3) Minimum thickness design for unreinforced concrete pavement per SUDAS 4) Minimum thickness design for hot mix asphalt pavement Using SUDAS (2019) we calculated the unreinforced pavement thickness of 6 inches with curbs and gutters. However, SUDAS (2019) specifications for pavement thickness indicates a minimum thickness of 7-inch thick unreinforced pavements are recommended for local streets. Original pavement thickness information, provided by Eric Vieth with Strand, indicates pavement thicknesses of 7-inch thick unreinforced pavement are present at this site. The original pavement condition should be evaluated to confirm the recommended 7-inch thick unreinforced pavement section design. The above pavement thicknesses and design are considered to be typical and would require periodic maintenance. This maintenance would consist of sealing cracks/joints and replacement of isolated distressed areas. Thicker pavement sections would reduce maintenance and increase the pavement service life. Likewise, thinner sections would be expected to have a shorter service life that still may satisfy particular project needs but may require more 7 ALLENDER R[IT7.KF. F.NGINF.F.RS INC PN 211485 maintenance. Other criteria which influence pavement service life include surface drainage, subsurface drainage, paving material quality, reinforcement, and joint design. Construction procedures involving placement, finishing, curing, jointing and weather protection can significantly impact pavement performance. (_'Ti V i) A r The analyses and recommendations in this report are based in part upon the data obtained from the soil borings performed at the indicated locations and from any other information discussed in this report. This report does not reflect any variations which may occur between borings or across the site. The nature and extent of such variations may not become evident until construction. If variations then appear evident, it will be necessary to reevaluate the recommendations of this report. It is recommended that the geotechnical engineer be provided the opportunity to review the plans and specifications so that comments can be made regarding the interpretation and implementation of our geotechnical recommendations in the design and specifications. It is further recommended that the geotechnical engineer be retained for testing and observation during earthwork and foundation construction phases to help determine that the design requirements are fulfilled. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranty, expressed or implied, is made. In the event that any changes in the nature, design or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless the changes are reviewed and the conclusions of this report modified or verified in writing by the geotechnical engineer. 8 ALLENDER BUTZKE ENGINEERS INC. APPENDIX ALLENDER BUTZKE ENGINEERS INC. ENVIRONMENTAL BORING LOG NO. I Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Iowa City, Iowa Madison, Wisconsin 53715 Surface Elevation: 692.9' Date Drilled: 5/9/2022 Drilling Method 4" CFA Datum: Iowa RTN Derived Drilling Depth: 36 Page 1 of 1 O w o Z E T ~ a a ° Material Description* U ° � D 0 Dark brown lean clay, moist to very moist _ CL 0.2 Moisture seepage near 2' 0.3 — 1 ST 0.6 Very dark gray after 4.5' — 0.4 _ 684 0.3 0.2 Dark gray lean to fat clay after 7' CL- CH 2 ST 12 0.4 Brown -gray sandy lean clay after I F i CL 0.3 COHESIVE ALLUVIUM 3 SSA 5.7 1.3 Gray after 17' 0.9 4 ST 672 0.4 24 2.7 5 SSA 0.4 Brown clayey sand, saturated ; SC 0.5 6 SSA 0.4 GRANULAR ALLUVIUM _ 660 0.6 Brown -gray silty sand after 32' SM: 36 1.5 With trace gravel after 35.5' 7 SSA End of Boring The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. 1 days ALLENDER BUTZKE ENGINEERS, INC. Depth to water: 8 ft. � ft. = 11 ft. s Geotechnical - Environmental - Construction Q.C. ABEWELL ENVIRONMENTAL BORING LOG NO. 2 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. 910 West Wingra Drive Madison, Wisconsin 53715 Abbey Lane and Highway 218 Iowa City, Iowa Surface Elevation: 692.9' Date Drilled: 5/9/2022 Drilling Method 4" CFA Datum: Iowa RTN Derived Drilling Depth: 36 Page 1 of 1 O w L o o Z d o o Material Description* L j N - o 0 Dark brown and brown -gray lean clay, trace J J CL 0.5 organics, moist J J FILL J Brown -gray lean clay, moist to very moist CL 0.4 I SSA 2.2 Dark gray after 3.5' 0.5 — 684 0.2 0.4 Brown -gray after 9' i 2 ST 0.4 12 0.4 3 ST COHESIVE ALLUVIUM 0.8 4 SSA 672 — Sandy after 22' 24 0.5 Interbedded sand seam from 23.5' to 24.5' _ 5 SSA 0.3 Brown -gray fat clay, moist after 28.5' 6 SSA — CH: Brown -gray silty sand, saturated SM 660 GRANULAR ALLUVIUM 0.9 7 SSA 36 End of Boring The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. 1 days ALLENDER BUTZKE ENGINEERS, INC. Depth to U M i water: 16 ft. = ft. = 10 ft. Geotechnical - Environmental - Construction Q.C. ABEWELL ENVIRONMENTAL BORING LOG NO. 3 Project No.: 211485 Project: Rohret South Sewer Extension Abbey Lane and Highway 218 Client: Strand Associates, Inc. 910 West Wingra Drive Iowa City, Iowa Madison, Wisconsin 53715 Surface Elevation: 689.0' Datum: Iowa RTN Derived Date Drilled: 5/10/2022 Drilling Depth: 30 Drilling Method 4" CFA Page I of I p > w L a) � 0 o Z E U) ~ a 70 O Material Description* o � � > _ 684 672 660 0 12 24 36 1.3 6.0 0.9 0.6 2.2 1.5 5.7 3.3 PCC 6.5"± :a..� .:>. . 7 SSA Brown -gray lean to fat clay, trace sand, moist Dark gray after 2' FILL C CH 1 SSA Dark gray lean clay, moist Brown -gray, moist to very moist after 7.5' Moisture seepage near 8' COHESIVE ALLUVIUM Very moist after 17' Interbedded sand seam from 23.5' to 24.5' Brown -gray lean to fat clay, trace sand after 24.5' Brown -gray lean clay after 29' CL 2 ST 3 ST 4 SSA 5 SSA CL- CH 6 SSA — CL End of Boring 3 'The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. days Depth to i water: 8.5 ft. — ft. = ft. = ALLENDER BUTZKE ENGINEERS, INC. Geotechnical - Environmental - ConstructionQ.C. Q ABEWELL ENVIRONMENTAL BORING LOG NO. 4 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Iowa City, Iowa Madison, Wisconsin 53715 Surface Elevation: 688.2' Datum: Iowa RTN Derived Date Drilled: 5/10/2022 Drilling Depth: 30 Drilling Method 4" CFA Page 1 of 1 p w L o o Z a-o a Material Description* J c� j 45 > is _ o 684 672 660 12 24 36 5.8 4.2 0.9 0.7 1.3 1.5 7 SSA Dark brown lean clay, moist BURIED TOPSOIL CL CL Brown -gray lean clay, moist Brown -gray fat clay, trace gravel after 8.5' Brown -gray lean to fat clay after 13.5' COHESIVE ALLUVIUM Brown -gray lean clay after 23.5' Moisture seepage near 25.5' Interbedded sand seams after 28.5' 1 SSA 2 ST _ CH 3 ST CL- CH 4 SSA 5 ST CL 6 SSA End of Boring `The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. days Depth to water: 29.9 ft. � ft. � ft. ALLENDER BUTZKE ENGINEERS, INC. Q!1 Geotechnical - Environmental - Construction Q.C. ABEWELL ENVIRONMENTAL BORING LOG NO. 5 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Madison, Wisconsin 53715 Iowa City, Iowa Surface Elevation: 686.2' Date Drilled: 5/10/2022 Drilling Method 4" CFA Datum: Iowa RTN Derived Drilling Depth: 20 Page 1 of 1 O w L 0 o Z 0 E co U) N � 0_ o a o Material Description* L m L �o 0 PCC 7"+ 684 20.0 5 SSA Dark gray and brown lean to fat clay, moist FILL CL- CH 0.8 1 ST Very dark gray lean clay, moist to very moist CL 16.5 Brown -gray fat clay layer from 8.5' to 10' 2 SSA — CH CL 12 4.6 COHESIVE ALLUVIUM 2.5 3 ST 672 0.5 2.1 8.8 Gray after 19' 4 SSA End of Boring 24 660 36 648 The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. days ALLENDER BUTZKE ENGINEERS, INC. Depth to water: Dry ft. ft. ft. Geotechnical - Environmental - Construction Q.C. Q ABEWELL ENVIRONMENTAL BORING LOG NO. 6 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Madison, Wisconsin 53715 Iowa City, Iowa Surface Elevation: 687.6' Datum: Iowa RTN Derived Date Drilled: 5/10/2022 Drilling Depth: 20 Drilling Method 4" CFA Page 1 of 1 o w s 5 0 o Z 0 E a ~ ° � O Material Description* r � � cn (n Q — 684 672 660 0 12 24 36 3.5 1.6 0.8 1.5 PCC (7.5"±) Over CRUSHED ROCK WITH FINES 2"± 5 SSA CL- CH Very dark gray and brown lean to fat clay, trace sand, moist to very moist FILL — — CL 1 SSA Brown -gray lean clay, moist to very moist COHESIVE ALLUVIUM Gray fat clay, moist after 18.5' 2 ST 3 ST 4 SSA CH End of Boring rz The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. daysDep water: en to water: Dry ft. ft. ft. ALLENDER BUTZKE ENGINEERS, INC. Geotechnical - Environmental - Construction Q.C. ABEWELL ENVIRONMENTAL BORING LOG NO. 7 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Iowa City, Iowa Madison, Wisconsin 53715 Surface Elevation: 684.4' Date Drilled: 5/9/2022 Drilling Method 4" CFA Datum: Iowa RTN Derived Drilling Depth: 20 Page 1 of 1 O C 0 Z a a o Material Description* U 0 n a� o o E w 684 0 PCC (7.5"±) Over CL 0.2 CRUSHED ROCK WITH FINES 2.5"± 5 SSA Brown -gray lean clay, moist to very moist 0.5 0.7 1 ST 0.3 Moisture seepage near 6' 0.8 2 SSA 1.5 COHESIVE ALLUVIUM 0.7 672 12 3.1 3 ST 1.2 0.6 0.4 Brown -gray sandy fat clay, trace gravel, moist CH 4 SSA 0.8 Interbedded saturated sand seams near 18.5' CH PRE-ILLINOIAN GLACIAL TILL Gray fat clay after 19.5' End of Boring 660 24 648 36 *The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation ALLENDER BUTZKE ENGINEERS, INC. Time: at completion hrs. days Depth to i Geotechnical - Environmental - Construction Q.C. Q water: Dry ABEWELL ..Particle Size Distribution Report G G O O O C C G C C C .rb O O O O (Op O R O to M N \ ik 3L Xk N 100 I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I 1 I I I I I I I I I I I I 1 I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I W 60 Z LL I I I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50 I W I I I I I I I I U I I I I I I I I I I I I I I LL I I I I I I I I I I I I I I I I I I I I I CT)a 40 I I I I I I I I I I I I I I �'. ••� I I I I I I I I I I I I I I I I I I I I I 1 I I 1 ' �. 30 I I I I I I I I I I - I 20 10 I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I 0 I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines +3,, _ Coarse Fine Coarse Medium Fine Silt Clay O 0.0 0.0 6.0 m 1.1 1.9. 70.3 26.6 ❑ 0.0 0.0 0.3 0.4 2.6 3.3 62.3 31.1 0.0 0.0 0.0 0.0 0.0 0.1 75.3 24.6 LL PI D bRn D D D bin C C O 43 24 0.0371 0.0178 0.0131 0.0034 ❑ 47 28 0.0421 0.0183 0.0125 0.0014 38 20 6.0386 0.0229 0.0182 0.0070 MATERIAL DESCRIPTION USCS AASHTO O Brown -gray lean to fat clay, trace sand CL. A-7-6(25) ❑ Very dark gray and brown lean to fat clay, trace sand CL A-7-6(28) A Brown-grayBr6wn-gray lean clay CL A-6 21 Project No. 211485 Client: Strand Associates, Inc. Remarks: Project: Rohert South Sewer Extension OFILL Abbey Lane and Highway 218, Iowa City, Iowa EIFTLL O Location: Boring No. 3 Depth: 1' to 5' ACOHESIVE ALLUVIUM ❑ Location: Boring No. 6 Depth: F to 5' A Location: Boring No. 7 Depth: T to 15' ALLENDER BUTZKE ENGINEERS, INC. Figure GS-1 PROCTOR TEST REPORT 107 105 0 103 U Q C 4) s� 0 101 99 ZAV for Sp.G. _ 97 2.68 15 17 19 21 23 25 27 Water content, % Test specification: ASTM D 698-12 Method A Standard Elev/ Depth Classification Nat. Moist. Sp.G. 2.68 LL 43 PI 24 %> #4 %< No.200 USCS CL AASHTO A-7-6(25) I'to 5' 0.0 96.9 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density = 104.4 pcf Optimum moisture = 20.4 % Brown -gray lean to fat clay, trace sand Project No. 211485 Client: Strand Associates, Inc. Project: Rohert South Sewer Extension Abbey Lane and Highway 218, Iowa City, Iowa OLocation: Boring No. 3 Remarks:,..,. FILL Figure PR-1 LALLENDER BUTZKE ENGINEERS, INC. PROCTOR TEST REPORT 104 0 102 C) 100 c a 0 98 96 ZAV for Sp.G. _ 2.68 94 16 18 20 22 24 26 28 Water content, % Test specification: ASTM D 698-12 Method A Standard Elev/ Depth Classification Nat. Moist. Sp.G. LL PI %> #4 %< No.200 USCS AASHTO 1' to 5' CL A-7-6(28) 2.68 47 28 0.3 93.4 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density = 102.2 pcf Optimum moisture = 21.2 % Very dark gray and brown lean to fat clay, trace sand Project No. 211485 Client: Strand Associates, Inc. Project: Rohert South Sewer Extension Abbey Lane and Highway 218, Iowa City, Iowa OLocation: Boring No. 6 Remarks: FILL Figure PR-2 ALLENDER BUTZKE ENGINEERS, INC. PROCTOR TEST REPORT 111.5 109 --pry 106.5 T 104 101.5 ZAV for Sp.G. _ 99 2.68 14 16 18 20 22 24 26 Water content, % Test specification: ASTM D 698-12 Method A Standard Elevl Depth Classification Nat. Moist. Sp.G. 2.68 LL 38 PI 20 % > #4 0.0 % < No.200 USCS AASHTO 5' to 15' CL A-6(21) 99.9 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density = 107.7 pcf Optimum moisture = 17.8 % Brown -gray lean clay Project No. 211485 Client: Strand Associates, Inc. Project: Rohert South Sewer Extension Abbey Lane and Highway 218, Iowa City, Iowa OLocation: Boring No. 7 Remarks: COHESIVE ALLUVIUM Figure PR-3 ALLENDER BUTZKE ENGINEERS, INC. BORING LOG DESCRIPTION/LEGEND (page 1 of 3) The material types encountered during the drilling operations were recorded on field logs. The profile represented on the Boring Log is based on final classification performed by a geotechnical engineer using the field logs, laboratory observation and testing. The material stratigraphy demarcation lines shown on the Boring Logs indicate changes in soil characteristics, however, actual soil changes or variations may occur as a gradual transition. Soil profile discussion, Log Boring information, water levels and recommendations presented in this report are based upon measured depths below ground levels existing at time of the field exploration, unless otherwise specified. DRILLING AND SAMPLING The borings were conducted with either a truck or all -terrain rotary drill rig using the drilling methods indicated on each Boring Log. Soil sampling and/or in -situ testing such as Shelby Tube (ST), split -spoon (SS), drive cone (DC), or core (C) was conducted at depth intervals which were selected in consideration of the characteristics of the proposed construction. Generally undisturbed soil samples are taken at 5 foot depth intervals or change in soil types. Disturbed soil samples from the auger, either jar size or bulk size samples, may be taken at intermediate intervals for the purpose of soil classification or laboratory testing. Borings conducted for soil classification only, will show no designation of sampling although disturbed sampling is performed. Soil samples obtained in the field were identified and sealed for transportation to the laboratory for performance of pertinent physical testing and engineering classification. DrillingMethods CFA - Continuous Flight Auger: 4, 6, or 8-inch diameter (ASTM D1452). RD - RotaryDrilling: Using drilling fluid in cased or uncased boring (ASTM D2113). HSA - Hollow Stem Auger: 6 or 8-inch diameter, continuous flight auger remains in boring with soil removed from the hollow stem through which undisturbed sampling is conducted. HA - Hand Auger: 4-inch or less diameter. Sample Types 'I'I -7" f„ W ST - Shelby Tube: Thin -walled tube samples of cohesive soils (ASTM D 1587). y SS - Split Spoon with 140 lb. manual hammer: Standard penetration test and split -barrel samples (ASTM D1°586). SSA - Split Spoon with 140 lb. automatic hammer: Standard penetration test and split -barrel samples (ASTM D 1586). DC - Drive Cone: Dynamic in -place testing of soil using a 2-inch diameter cone with a 60 degree point drive_ n into the soil for continuous 1-foot intervals in the same manner as Split Spoon, no sample is obtained. C - Core: Sampling hard soil or bedrock with a diamond core barrel in a rotary drill boring (ASTM D2113). SPT - Standard Penetration Test: Number of blows required to drive sampler (split spoon or drive cone) into the soil with a 140- pound weight dropping a distance of 30-inches (ASTM D 1586), number of blows recorded for each 6-inch interval in an 18- inch (or more) penetration depth, values shown are for each 6-inch interval (if series of number sets are shown) or a total of the last two 6-inch intervals (if only one number is shown) which is commonly referred to as "N" in blows per foot. High resistance is indicated by a high number of blows for a lesser penetration depth listed in inches. BS - Bulk Sample: Disturbed. CPT - Cone Penetration Test: Quasi -static in -place testing of soils using a 60 degree cone and friction sleeve which are steadily pushed into the soil and measure skin friction and end bearing (ASTM D3441). STANDARD LABORATORY TESTING Representative undisturbed soil samples obtained by the Shelby Tube sampler were tested for moisture content (ASTM D2216), density (dry) and unconfined compressive strength (ASTM D2166) in the laboratory. Results of these tests appear on the respective Boring Logs. Additional soil testing including particle size analysis (ASTM D422) and Atterberg Limits (ASTM D4318) may be conducted, if necessary, to define in more detail pertinent soil characteristics for classification in accordance with the Unified Soil Classification System. Specialized laboratory tests (if conducted) to determine pertinent soil characteristics are discussed in the "Laboratory Testing" section of the report. WATER LEVEL MEASUREMENT Water levels indicated on the Boring Logs are the levels measured in the borings at the times indicated. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of groundwater levels is not possible with short term observations. ALLENDER BUTZKE ENGINEERS INC. BORING LOG DESCRIPTION/LEGEND (page 2 of 3) DESCRIPTIVE SOIL CLASSIFICATION Soil description is based on the Unified Classification System as outlined in ASTM Designations D-2487 and D-2488. This classification is primarily based upon visual and apparent physical soil characteristics, comparison with other soil samples, and our experience with the soil. Additional laboratory testing may be conducted, if necessary to define in more detail pertinent soil characteristics. The Unified Soil Classification group symbol shown on the boring logs corresponds with the group names listed below. The description includes soil constituents, moisture conditions, color and any other appropriate descriptive terms. Group Group Name Group Group Name Group Group Name Group Group Name Symbol Symbol Symbol Symbol GW Well -Graded SW Well -Graded CL Lean Clay CH Fat Clay Gravel Sand GP Poorly -Graded SP Poorly -Graded ML Silt MH Elastic Silt Gravel Sand GM Silty Gravel SM Silty Sand OL Organic Clay OH Organic Clay Organic Silt Organic Silt GC Clayey Gravel SC Clayey Sand PT Peat RELATIVE PROPORTIONS GRAIN SIZE TERMINOLOGY Descriptive Term(s) Sand and Gravel Fines % of Dry Major Component of (Of components also o �o of Dry Weight Weight Sample Size Range present in sample) Trace <15 <5 Cobbles 12 in. to 3 in. (300mm to 75mm) With 15-30 5-12 Gravel 3 in. to #4 sieve (75mm to 4.75mm) Modifier >30 > 12 Sand #4 to #200 sieve (4.75mm to 0.074mm) Silt or Clay Passing #200 sieve :-..(.074 mm) CONSISTENCY OF FINE-GRAINED SOILS RELATIVE DENSITY OF COARSE -GRAINED SOILS Unconfined Compressive Strength, Qu, Psf Consistency SPT, bpf SPT, bpf Relative Density y < 500 Very Soft 0-2 04 Very Loose 500-1,000 Soft 2-4 4-10 Loose 1,000-2,000 Medium Stiff 4-8 10-30 Medium Dense 2,000-4,000 Stiff 8-15 30-50 Dense 4,000-8,000 Very Stiff 15-30 50-80 Very Dense 8,000-16,000 Hard 30-100 80+ Extremely Dense > 16,000 Very Hard >100 A1.1.F.NnRR RITT7.KF. F.NGINFRR9INC BORING LOG DESCRIPTION/LEGEND (page 3 of 3) ABBREVIATIONS ire co r, AT.i.RNDRR Ri1T7.W.. RN[:INF.F.R% YN('_ COMMONLY USED ABBREVIATIONS ft. or' -feet elev. -Elevation in. or " -inches % -Percent psf -pounds per square foot No. -Number plf -pound per lineal foot TB - Test Boring pcf -pounds per cubic feet N -blow count (SPT, bpf) kip - 1000 pounds USCS -Unified Soil Classification System ksf - 1000 pounds per square foot LL -Liquid Limit klf - 1000 pounds per lineal foot PL -Plastic Limit tsf -tons per square foot PI -Plasticity Index bpf -blows per foot (SPT, N) BORING LOG NO. 1 NORTHING 604204.7 EASTING 2165605.0 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. 910 West Wingra Drive Abbey Lane and Highway 218 Em Iowa City, Iowa Madison, Wisconsin 53715 Surface Elevation: 692.9' Date Drilled: 5/9/2022 Drilling Method: 4" CFA Datum: Iowa RTN Derived Drilling Depth, ft.: 36 Page: 1 of 1 o w Lz a)a 0 a o o U w �� o a 0 > �w o a Q O U Material Description* (2 � U cn j m a')r o a) W 0 Dark brown lean clay, moist to very moist CL 690 Moisture seepage near 2' 1 ST 31.7 82 1910 Very dark gray after 4.5' 6 Dark gray lean to fat clay after 7' CL- CH 2 ST 684 25.3 95 1940 Brown -gray sandy lean clay after I CL i 7 12 COHESIVE ALLUVIUM 3 SSA 7 21.7 678 18 Gray after 17' 4 ST 22.4 102 2000 672 24 8 24.9 5 SSA 666 27 Brown clayey sand, saturated SC 665.9 44 6 SSA 30 GRANULAR ALLUVIUM 660 Brown -gray silty sand after 32' SM 36 26 With trace gravel after 35.5' 36 7 SSA End of Boring 656.9 654 42 The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. 1 days ALLENDER BUTZKE ENGINEERS, INC. Depth to water: 8 ft. ft. 11 ft. Geotechnical I Environmental I Construction Q.C. BORING LOG NO. 2 NORTHING 604408.2 EASTING 2165937.7 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive no Iowa City, Iowa Madison, Wisconsin 53715 - Surface Elevation: 692.9' Date Drilled: 5/9/2022 Drilling Method: 4" CFA Datum: Iowa RTN Derived Drilling Depth, ft.: 36 Page: 1 of 1 O W L o O d w n N� w C o U 'N o a) yL oQ a i j o U Material Description* U CL U ?, J O d o10 WU) 0 Dark brown and brown -gray lean clay, trace CL organics, moist FILL 2.5 CL 690.4 690 Brown -gray lean clay, moist to very moist 1 SSA 11 32.1 Dark gray after 3.5' 6 684 23.8 103 2720 Brown -gray after 9' i 2 ST 12 28.6 89 1690 3 ST 678 COHESIVE ALLUVIUM 18 4 SSA 7 24.9 672 Sandy after 22' 24 11 16.1 Interbedded sand seam from 23.5' to 24.5' 5 SSA 23.8 666 12 Brown -gray fat clay, moist after 28.5' CH 6 SSA - 30 _1 31 Brown -gray silty sand, saturated SM 661.9 660 GRANULAR ALLUVIUM 36 30 36 7 SSA End of Boring 656.9 654 42 The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. 1 days ALLENDER BUTZKE ENGINEERS, INC. Depth to water: 16 ft. 7 ft. � 10 ft. Geotechnical I Environmental I Construction Q.C. BORING LOG NO. 3 NORTHING 604587.5 EASTING 2166644.4 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Iowa City, Iowa Madison, Wisconsin 53715 -00 Surface Elevation: 689.0' Date Drilled: 5/10/2022 Drilling Method: 4" CFA Datum: Iowa RTN Derived Drilling Depth, ft.: 30 Page: 1 of 1 O w L O N CL E u) O_ ~ .�.. C �o U 21 N �- o a 'N L_ w N o Q Q �E� U * Material Description U d J U U) N J ��?W L O a 0 PCC 6.5"± }ff . q} 0.5 7 26.1 CH 7 SSA Brown -gray lean to fat clay, trace sand, moist Dark gray after 2' 688.5 FILL 4 684 1 SSA 7 22.6 Dark gray lean clay, moist CL 685 6 27.3 88 1110 Brown -gray, moist to very moist after 7.5' Moisture seepage near 8' '�7 2 ST 678 12 29.4 90 2800 3 ST 672 COHESIVE ALLUVIUM 18 Very moist after 17' 4 SSA 6 28.4 666 24 10 16.1 24.1 Interbedded sand seam from 23.5' to 24.5' Brown -gray lean to fat clay, trace sand after 24.5' CL- 5 SSA CH 660 30 12 17.7 Brown -gray lean clay after 29' CL 30 6 SSA End of Boring 659 654 36 648 42 The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. days ALLENDER BUTZKE ENGINEERS, INC. Depth to water: 8.5 ft. ft. ft. Geotechnical I Environmental I Construction Q.C. BORING LOG NO. 4 NORTHING 604592.0 EASTING 2166816.1 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Madison, Wisconsin 53715 Iowa City, Iowa Surface Elevation: 688.2' Date Drilled: 5/10/2022 Drilling Method: 4" CFA Datum: Iowa RTN Derived Drilling Depth, ft.: 30 Page: 1 of 1 O W L o O N d w cA N� t C o U '� N o a O"a L w N o Q a o in U * Material Description U Q U ? 75 N J �, L O C- o w 0 0.6 9 26.1 J CL 7 SSA Dark brown lean clay, moist BURIED TOPSOIL 687.6 1 CL Brown -gray lean clay, moist 687.2 684 1 SSA 7 23.3 6 23.2 99 4090 Brown -gray fat clay, trace gravel after 8.5' CH 2 ST — 678 12 21.8 100 3380 Brown -gray lean to fat clay after 13.5' CL- CH 3 ST COHESIVE ALLUVIUM 672 18 4 SSA 9 24.1 666 24 22.5 97 1020 Brown -gray lean clay after 23.5' CL 5 ST Moisture seepage near 25.5' 660 30 9 19.4 Interbedded sand seams after 28.5' Q 30 6 SSA End of Boring 658.2 654 36 648 42 The stratification lines represent the approximate bounda lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. days ALLENDER BUTZKE ENGINEERS INC. Depth to water: 29.9 ft. ft. ft. Geotechnical I Environmental I Construction Q.C. BORING LOG NO. 5 NORTHING 604590.8 EASTING 2167222.7 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. 910 West Wingra Drive Abbey Lane and Highway 218 Iowa City, Iowa Madison, Wisconsin 53715 Surface Elevation: 686.2' Date Drilled: 5/10/2022 Drilling Method: 4" CFA Datum: Iowa RTN Derived Drilling Depth, ft.: 20 Page: 1 of 1 W L o Z C a S] d 7 O C o U w C w N o a 0 -o > w UI v- 2 C to 0 a a O U * Material Description L Q @ � U !n U j a� J b L' O �. Co o W 684 7 23.2 CH 5 SSA Dark gray and brown FILto L fat clay, moist 685.6 3.5 1 ST Very dark gray lean clay, moist to very moist _ CL 682.7 26.9 91 2970 6 678 12 24.4 Brown -gray fat clay layer from 8.5' to 10' CH 2 SSA — CL 12 COHESIVE ALLUVIUM 672 25.4 95 1160 3 ST 18 4 SSA 5 26.9 Gray after 19' 20 666 End of Boring 666.2 24 660 30 654 36 648 42 The stratification lines represent the approximate bounda lines between material types: in -situ, the transition may be gradual. Water Level Observation Time: at completion hrs. days ALLENDER BUTZKE ENGINEERS, INC. Depth to 77 water: Dry ft. ft. ft. Geotechnical I Environmental I Construction Q.C. BORING LOG NO. 6 NORTHING 604656.5 EASTING 2167512.9 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Iowa City, Iowa Madison, Wisconsin 53715 Surface Elevation: 687.6' Date Drilled: 5/10/2022 Drilling Method: 4" CFA Datum: Iowa RTN Derived Drilling Depth, ft.: 20 Page: 1 of 1 o > t � 0 a a o c w C�Cn o a _0 > �, �� o Q a Material Description* � � cn a� �t o > Q U �o �E� �� Iw w cn U � 0 D U 0 PCC (7.5"±) Over 0.8 CRUSHED ROCK WITH FINES 2"± CL- 686.8 5 SSA 10 20.3 CH 3 Very dark gray and brown lean to fat clay, trace 684 sand, moist to very moist CL 684.6 1 SSA 8 27.4 FILL Brown -gray lean clay, moist to very moist 6 678 24.8 90 2030 2 ST COHESIVE ALLUVIUM 12 25.9 93 1470 3 ST 672 18 12 20.9 Gray fat clay, moist after 18.5' CH 20 4 SSA — End of Boring 667.6 666 24 660 30 654 36 648 42 The stratification lines represent the approximate boundary lines between material types: in -situ, the transition may be gradual. Water Level Observation ALLENDER BUTZKE ENGINEERS, INC. Time: at completion hrs. days Depth to water: Dry ft. ft. ft. Geotechnical I Environmental I Construction Q.C. BORING LOG NO. 7 NORTHING 604669.0 EASTING 2167867.6 Project No.: 211485 Project: Rohret South Sewer Extension Client: Strand Associates, Inc. Abbey Lane and Highway 218 910 West Wingra Drive Madison, Wisconsin 53715 Iowa City, Iowa Surface Elevation: 684.4' Date Drilled: 5/9/2022 Drilling Method: 4" CFA Datum: Iowa RTN Derived Drilling Depth, ft.: 20 Page: 1 of 1 O � �5C a) '�3 Material Description* LU (n J ,I M T a �E w,CO ;w cn U U 684 0 PCC (7.5"±) Over "-4 . 0.8 5 SSA 5 21.8 CRUSHED ROCK WITH FINES 2.5"± CL 683.6 Brown -gray lean clay, moist to very moist 23.9 97 2000** 1 ST 678 6 Moisture seepage near 6' 6 25.8 COHESIVE ALLUVIUM 2 SSA 672 12 24.6 95 1600 3 ST 18 666 18 Brown -gray sandy fat clay, trace gravel, moist CH 666.4 4 SSA 15 11.2 Interbedded saturated sand seams near 18.5' 20 16.9 PRE-ILLINOIAN GLACIAL TILL CH 664.4 Grayfat clayafter 19.5' End of Boring **Estimated using calibrated hand penetrometer 660 24 654 30 648 36 642 42 The stratification lines represent the approximate bounda lines between material types: in -situ, the transition may be qradual. Water Level Observation ALLENDER BUTZKE ENGINEERS, INC. Time: at completion hrs. days Depth to water: Dry ft. ft. ft. Geotecl]Clical I Environmental I Construction Q.C. '2r 300 4 0 PROFILE OF BORINGS 696 696 Plan View (NORTH) 2 2 • 690 690 ST SA 31.7 1 82 2.1 1910 1 684 ST 25.3 1-1 3.8 68a 95 03 1940 = 720 - Profile of Borings Legend Symbol Description SSA ST Strata symbols 678 - 7 8.6 678 ® Lean Clay Alluvium 6- _ ® Lean to Fat Clay Alluvium m ® Clayey Sand LL ST SA m ® Silty Sand c 22.4 c 0 102 2000 4.9 6' ® Lean Clay Topsoil 672 N 672 5 ® Fat Clay Alluvium m W a Misc. Symbols SSA 8 SA 1 Water table at — 24.9 6.1 Completion 3.8 S Water table at x days sss sss SSA SA 44 - 2 ALLENDER BUTZKE ENGINEERS, INC. 660 Gl 3 C G t' yi 660 SSA JCi SA 26 0 Rohret South Sewer Extension Abbey Lane and Highway 218 R Iowa City, Iowa 664 654 PN 211485 Vertical Scale: 1 inch = 6 feet N O Plate A-1 '210 PROFILE OF BORINGS t59a 690 Plan View (NORTH) 4 SSA 7 26.1 SSA 9 26.1 SSA 7 684 22.6 684 SSA 3 i 7 23.3 = ST 27.3 88 - ST 1110 _ 23.2 99 678 — 678 Profile of Borings Legend ST 294 Symbol Description 90 2800 ST 21.8 Strata symbols 100 3380 PC Concrete 672 ----- - 672 ,. Lean to Fat Clay Fill SSA Lean Clay Alluvium m 128.4 2 SSA LL 241 ® Lean to Fat Clay Alluvium 0 j Lean Clay Topsoil NQ) 66s 666 T Fat Clay Alluvium LLJ10 SSA 16.1 ST Misc. Symbols 24.1 22.5 97 Water table at 1020 -- completion 660 -- -- SSA 660 117.7 SSA 9 19A ALLENDER BUTZKE ENGINEERS, INC. 654— 654 C`j_ 17f Rohret South Sewer Extension Abbey Lane and Highway 218 Iowa City, Iowa s4e s4s PN 211485 0 Vertical Scale: 1 inch = 6 feet 0 a Plate A-2 w ' No 2 ho 3r 4 ho 50 6PROFILE OF BORINGS 690 690 Plan View (NORTH) SSA 10 SSA 20.3 7 7 684ZOA Mill 684 7 8 27.4 SSA 5 6 • • ST 26.9 21.8 5 91 2970 ST 124.8 23.9 97 ST 2000*- 678 678 SSA 12 2030 24.4 SSA Profile of Borin s Le end IST. 25.8 Symbol Description ST 5.9 Strata symbol3 672672 1470 PC Concrete 95 ,�. 1160 ST Lean to Fat Clay Fill 24.6 _ SSALL 16 1600 ® Lean Clay Alluvium Ill 20.9 12 < Z Fat Clay Alluvium p� C SSA c O 5 26.9 0 Crushed Rock With Fines 666 SSA 666 j -n Sandy Fat Clay LL 11.2 (D l� (D 16.9 660 660 — ALLENDER BUTZKE ENGINEERS, INC. 654 654 r Rohret South Sewer Extension Abbey Lane and Highway 218 Iowa City, Iowa 648 648 PN 211485 Vertical Scale: 1 inch = 6 feet �w Plate A-3 CP 6 B- aX I M. 6Pl BOBBIN - EI..11 814i1.J] ] 'an 4 M64 WOM4 Euw v NCA'P 0 0 U R m B-7 ARREV LANE �� `CP2 CP1J c5 W ; P j o PLAEN VIEW DRIVE cc y r W 0 ; u Pm F n < u W n ° 0 H C o IL 0 PROJEC MGR. A STRAND ASSOCIATES 4 Plan is intended to show the approximate boring locations only. Base plan provided by Strand ALLENDER BUTZKE ENGINEERS INC. Rohret South Sewer Extension PN 211485 3660 - I09th Street Abbey Lane and Highway 218 Urbandale, IA 50322 Iowa City, Iowa Site Plan NOTES Al I PNJnPD RI1T7i1F FN!'_iNFFIJC IN!` Prepared by Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, Iowa 52240, (319) 356-5144 Resolution No. 23-47 Resolution setting a public hearing on March 7, 2023 on project manual and estimate of cost for the construction of the Rohret South Trunk Sanitary Sewer Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Rohret South Sewer Project, Account #V3155. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above - mentioned project is to be held on the 7th day of March, 2023, at 6:00 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. 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. A copy of the project manual 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 21st day of February , 2023 Mayor r Approved by/ Attest: �.t�t-C� •( G City Clerk City Attorn s Office (Sara Hektoen - 02/16/2023) It was moved by Dunn and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus X Dunn X Harmsen Taylor X Teague X Thomas P1dnrQj Sov�A� Trunk Ste JOIA� S. CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 PCT. ed'i a P 1-6,1 PRESS-CITIAN MEDIA PART OFTHE USA TODAY NETWORK This is not an invoice # of Affidavits) 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 tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Cost: 0005606360 2/28/23 02/28/2023 $44.81 Copy of Advertisement Exhibit "A" Subscribed and sworn to before me by said affiant this 28 day of February. 2023 Notary Public f 2 Commission expires KATHLEEN ALLEN Notary Public State of Wisconsin ary on that of ispectea vv any ons. ed persons may meeting of the City Purpose of making i and comments d Proiect Manual or 3f making said ifV theb City of oIowa as Provided by law. ding, City Clerk a 40 .a q 16 Prepared by: Joe Welter, Engineering Division, 410 E. Washington Street, Iowa City, Iowa 52240, (319) 356-5144 Resolution No. 23-66 Resolution approving project manual and estimate of cost for the construction of the Rohret South Trunk Sanitary Sewer 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 project manual 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 Rohret South Sewer Project, Account Number V3155. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The project manual 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 28th day of March, 2023. 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 6:00 p.m. on the 41h day of April, 2023, or at a special meeting called for that purpose. Passed and approved this 7th day of March , 2023 M Approved by Attest: City Clerk (� City Attorn 's Ice (Hektoen - 02/27/2023) Resolution No. 23-66 Page 2 It was moved by Harmsen and seconded by Rg„gLG the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter x Bergus x Dunn _ x Harmsen x > Taylor x Teague x Thomas Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, March 9, 2023 10:41 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: 03.09.23 Notice To Bidders.pdf Your attachments have been security checked by Mimecast Attachment Protection. Files where no threat or malware was detected are attached. 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 — Rohret South Trunk Sanitary Sewer Project Iowa City — Willow Creek Trail Improvements Project 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): March 08, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. l� b� March 08, 2023 Date President/CEO of The Construction Update Plan Room Network 1 Cindy Adams CL' Project information Specialist Construction Update Network M (515) 402-9858 1 E CAdaMS*M81.S0fd w www1owaCorstructionUodate com DAILY NOTICE TO BIDDERS 0 construction update CLT NOTICE TO BIDDERS ROHRET SOUTH TRUNK SANITARY SEWER PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 28th day of March 2023. 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 6:00 P.M. on the 4th day of April, 2023, or at special meeting called for that purpose. The Project will involve the following: The construction of approximately 2,400 lineal feet of 30-inch diameter reinforced concrete pipe trunk sanitary sewer, including the trenchless construction of 330 lineal feet across STH 218. The project also involves approximately 5,000 square yards of concrete pavement replacement, spot water main replacement, concrete sidewalk and driveway replacements, 330 lineal feet of storm sewer construction, and landscape restoration. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc., of Madison, Wisconsin, which has 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: May 15, 2023 Substantial Completion Date: November 15, 2023 Final Completion Date: May 15, 2024 Liquidated Damages: $750 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except the following bid items: 69. CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING - TYPE 3 SEED MIX 70. CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING - WETLAND SEED MIX 72. WATERING 76. TEMPORARY RECP, TYPE 1.0 77. SILT FENCE 81. TEMPORARY FENCE Critical Closure of Mormon Trek Boulevard: 12 Calendar Days Incentive/Disincentive: $1,000/day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. 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 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 list on the Contract its 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 W. Q a, J o . IOWA LEAGUE °fCITiES 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 1 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 Rohret South Trunk Sanitary Sewer Project Classified ID: 111678291763 A printed copy of which is attached and made part of this certificate, provided on 03/09/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-03-09 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 03/09/2023 u\J Alan Kemp, Executive Director w NOTICE TO BIDDERS ROHRET SOUTH TRUNK SANITARY SEWER PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 28th day of March 2023. 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 6:00 P.M. on the 4th day of April, 2023, or at special meeting called for that purpose. The Project will involve the following: The construction of approximately 2,400 lineal feet of 30-inch diameter reinforced concrete pipe trunk sanitary sewer, including the trenchless construction of 330 lineal feet across STH 218. The project also involves approximately 5,000 square yards of concrete pavement replacement, spot water main replacement, concrete sidewalk and driveway replacements, 330 lineal feet of storm sewer construction, and landscape restoration. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc., of Madison, Wisconsin, which has 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: May 15, 2023 Substantial Completion Date: November 15, 2023 Final Completion Date: May 15, 2024 Liquidated Damages: $750 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except the following bid items: 69. CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING - TYPE 3 SEED MIX 70. CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING - WETLAND SEED MIX 72. WATERING 76. TEMPORARY RECP, TYPE 1.0 77. SILT FENCE 81. TEMPORARY FENCE Critical Closure of Mormon Trek Boulevard: 12 Calendar Days Incentive/Disincentive: $1,000/day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. 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 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 list on the Contract its 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 �I Prepared by: Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, Iowa 52240 (319)356-5144 Resolution No. 23-99 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Rohret South Trunk Sanitary Sewer Project Whereas, Maxwell Construction, Inc. of Iowa City, Iowa has submitted the lowest responsive, responsible bid of $4,031,269.75 for construction of the above -named project; and Whereas, the bid includes the base bid and Alternate #1; and Whereas, funds for this project are available in the Rohret South Sewer Project, Account # V3155. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above -named project for the base bid plus Alternate #1 is hereby awarded to Maxwell Construction, Inc., 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 the contract for construction of the above -named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. 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. Passed and approved this - 4th day of Anri1 , 2023 Ma o I Approved by F Attest: City Clerk City Attorn 's Office (Liz Craig - 03/30/2023) It was moved by Alter and seconded by Dunn the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas 0500 CONTRACT ROHRET SOUTH TRUNK SANITARY SEWER PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Maxwell Construction, Inc. — Iowa City, Iowa ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 6th day of March, 2023, for the Rohret South Trunk Sanitary Sewer ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract 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 Proposal for the total extended amounts including any selected alternatives of $4,031,269.75, which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. APR ? 7 2013 Rohret South Trunk Sanitary Sewer Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, 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 (or shown on an attachment): NAME OF APPROXIMATE SUBCONTRACTORS LTYPE OF WORK COSTS Brite Traffic (Advanced Electrical Services, Inc.) — Iowa City, Iowa Metro Pavers, Inc. — Iowa City, Iowa Minger Construction Co., Inc. — Jordan, Minnesota MMS Consultants — Iowa City, Iowa Stevens Erosion Control — Hills, Iowa Terracon Consultants, Inc — Cedar Rapids, Iowa Temporary Traffic $30,000.00 Control Pavement $359,955.00 Trenchless pipe $525,000.00 installation Surveying $7,500.00 Erosion control, fencing, seeding, and $72,533.75 sodding Testing $39,750.00 DATED this+�1 day of _ \i) A 20 >> (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor �2A B Signature of City Officia ign re of Contra or Officer _43 r ae -z r'11 '- Se-P&y L Agxwe/I Printed Name o City Official Printed Name of Contractor Officer ATTEST: Title of Contractor Officer ATTEST: B CC By: City Jerk (for Formal -Projects only) /� (Company Official) APPROVED BY: APR 2 7 2023 City Attorney's Office Rohret South Trunk Sanitary Sewer Project 0500 — Page 2 of 2 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156 To be completed by all bidders Part A if Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized please review the Worksheet: Authorization to Transact Business). ll Yes ❑ No My company has an office to transact business in Iowa. X Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. 154 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 non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders 2� ` c)(� I•CJY y Part B Dates: O' ` L � to l'� Address: "()lJ 1 Mt• 54 (mm/ddlyyyy) City, State, Zip Code: �D C( i 1A 522140 Dates: to Address: (mm/dd/yyyy) Dates: to (mm/ddlyyyy) You may attach additional sheet(s) if needed City, State, Zip Code: Address: City, State, Zip Code: 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 preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed APR 2 7 2023 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 knowWje and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Datc: 1 7_1� - LOZ.3 Rohret South Trunk Sanitary" Slifer Project 0405 - Page 1 of 2 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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 OfficerL ?/�/J (Please print) VVI C / "��rhy''1 31y) 35 4- 3MI 51*re,-a �t 5t✓ Phone Number Street Address Tor✓ (ify a;< Qa yo City, State, Zip Code APQ .7:M Rohret South Trunk Sanitary Sewer Project 0520 — Page 2 of 6 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. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an /Equal Employment Opportunity employer? �o�✓.� �/I,p %k ��C� �f dt / t9�0/'►'!C ✓l f � hFsr ✓b� S�w � � The above responses are true and correctly reflect our Equal Employment Opportunity policies. Aaxviell Cor�str��f�`o T�►c �315� 3Py- SYsS Business Name Phone Number nature Title Print Name Date APR 2 7 2023 Rohret South Trunk Sanitary Sewer Project 0520 — Page 3 of 6 ied IOWA DOT Form 518100(08-22) EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION POLICY Company Name: Maxwell Construction Inc Street Address:3011 Sierra Ct. SW Mailing Address: See above City -Iowa City Date: State:IA ZIP Code: 52240 Phone: 319-354-5858 FAX: 319-354-0759 E-Mail Address: cmahon@maxwellconstructioninc.com A. Operating Statement It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age, disability, or any other classification protected by federal, state, or local laws. Such action shall include: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre - apprenticeship, and/or on-the-job training. B. Designation of the EEO/AA Officer Jeff Maxwell, President (Name, Position, Title) of this Company have designated, the following person as the EEO/AA Officer: Name:Carrie Mahon This EEO/AA Officer has the responsibility for, and is capable of, effectively administering and promoting the EEO/AA program and is assigned adequate authority and responsibility to do so. C. Definition of Equal Employment Opportunity (EEO) and Affirmative Action (AA) EEO is the opportunity of all applicants for equal employment without regard to race, religion, sex, sexual orientation, gender identity, color, national origin, age, disability, or any other classification protected by federal, state, or local laws. APR ti 7 2023 Page 1 of 6 C-4IOWADOT Form 518100(08-22) AA is the specific action taken to assure minorities and women will have opportunity for employment. The distinction between the two policies is that EEO is a policy which provides consistent action in regards to employment opportunities while AA is a pro -active policy designated to increase minority and female employment opportunities. D. Recruitment Policy • We will include in all advertising and placing of job orders: "An Equal Opportunity Employer" and "Women and minorities are encouraged to apply". • We will allow enough time, prior to making a hiring decision, to obtain a reasonable flow of female and minority applicants. • We will encourage all our current employees to refer females and minorities. • If it has been determined that after using our referral sources we still do not have a reasonable flow of female and minority applicants in each job classification in which we are seeking new hires, we will independently or with assistance from Iowa DOT staff, develop additional recruitment efforts. • If it has been determined that we do have a reasonable flow of female and minority applicants on file in each job classification in which we are seeking new hires, we will immediately make hiring decisions based on our operating statement. • 1 will use the following list of recruiting sources to increase minority and female applicants. AGC Career Board Handshake Examples: - want ads at female -affiliated organizations (name sources) - want ads in the local media (name sources) - Workforce Development - AGC Career Board - want ads in a foreign language (name sources) - sponsor a women's club activity (name sources) - promotions within the company - assistance from Iowa DOT Civil Rights Bureau Staff etcetera. Page 2 of 6 APR 2 7 2023 IOWADOT Form 518100 (08-22) ❑ Union (check if applicable) This Company will use its best efforts to obtain the cooperation of unions to increase female and minority group opportunities within the unions; and to encourage referrals of female and minority group employees by unions. This Company will use our best efforts to develop in cooperation with the unions joint training programs aimed towards qualifying more female and minority group members for membership in the unions and increasing the skill of female and minority group employees so that they may qualify for higher -paying employment. This Company will use our best efforts to incorporate an equal employment opportunity clause into all union agreements to the end that such unions will be contractually bound to refer applicants without regard to their age, disability, race, color, religion, sex, sexual orientation, gender identity, or national origin; making full efforts to obtain qualified female and minority group persons. E. Non -segregated Facilities Policy This Company certifies that it is providing non -segregated facilities for our employees. No employee is denied access to adequate facilities on the basis of disability, race, color, religion, national origin, sex, sexual orientation, or gender identity,. F. Training and Promotion Policy (check ONLY ONE of the boxes on pages 3, 4, or 5 then proceed to page 6) Informal Training Program This Company has an approved informal on-the-job training and promotion program. This Company will advise prospective and current employees of available training opportunities through office postings and supervisor referral. The qualifications are that you must be an employee in good standing and have supervisory approval. This Company will assure that all training and promotions are open to all employees, without regard to race, religion, sex, sexual orientation, gender identity, color, national origin, age, disability, or any other classification protected by federal, state, or local laws. Annual meetings with the employees will be held to obtain employee input. The Company will assess and evaluate the training and promotion opportunities for any interested employees yearly through this performance review. ❑ Formal Training Program (if you check this box, complete statements on page 4) When required to have a formal training program, we will utilize AGC's training program, or another training program that has been approved by the U.S. Department of Labor. When not required to have a formal training program, we will make use of an informal training program/ The qualifications are that you must be an employee in good standing and have supervisory approval. Page 3 of 6 APR 2 7 Z023 r QJIOWAOOT Form 518100(08-22) This Company will advise prospective employees/trainees of available training opportunities by using the following methods: employee handbook, office postings, shop postings, training videos, on-the-job training and classroom -type education at our facility. This Company will assure that all training and promotions are open to all prospective trainees and employees, without regard to race, religion, sex, sexual orientation, gender identity, color, national origin, age, disability, or any other classification protected by federal, state, or local laws. State the method used to review the progress of each trainee enrolled. Each new 'hire that joins, Maxwell Construction gets the same onboarding/training. All new hires receive paperwork that outlines the expectation of the role and the steps that are needed for safety protocols. State the method used to periodically review the training and promotion potential of employees. Maxwell Construction has a bi-annual staff meeting where all staff is invited for a morning of training (some new trainings and some refreshers) along with a lunch and time for all employees to ask questions or give input on safety topics. State the method of reviewing new hires, for example: new hires/trainees are monitored monthly by management to determine general progress as well as to determine any special areas of interest, direction, or difficulty. Ail new hires will partner with a foreman/superintendent to review the overall underground utilities safety protocols along with the expectation of 30/60/90-day check ins with their supervisor. At the check in meetings, this is a time where foreman will review what is going well and areas for improvement. This is also a time we encourage our employees to bring forward any thoughts or ideas that could be implemented on their job sites. ❑ Union This Company will assist in locating, qualifying, and increasing the skills of minority and female group employees and applicants for employment. The training and promotion policy is open to all prospective trainees and employees without regard to race, religion, sex, sexual orientation, gender identity, color, national origin, age, or disability. Consistent with manpower requirements, and as permissible under federal and state regulations, we will make full use of training programs, i.e.: pre -apprenticeship, apprenticeship, and/or on-the-job- training programs for the geographical area of contract performance. We will make use of an informal training program or when required to have a formal training, we will utilize our union training program(s) that has/have been approved by the U.S. Department of Labor. Page 4 of 6 APR 2 7 Z023 010WA DOT Form 518100 (08-22) This Company will advise employees and applicants for employment of available training programs and entrance requirements for each. This will be accomplished by job site postings. This Company will annually review the training and promotion potential of interested employees and will encourage eligible employees to apply for such training and promotions. This Company will review apprentice(s) progress on a monthly basis. This Company is willing to train all applicable union trades when resources are available and it is deemed practical. We will also strive to train in the following classifications: Carpenters, Cement Masons, Iron Workers, Laborers, Machine Operators, to name a few. This Company will advise prospective employees/trainees of available training opportunities, such as: employee handbook, on-the-job training, and classroom -type education as provided by the Apprenticeship Program as set forth by the Union. This Company will assure that all training and promotions are open to all prospective trainees and employees, without regard to race, religion, sex, sexual orientation, gender identity, color, national origin, age, disability, or any other classification protected by federal, state, or local laws. This Company will have a quarterly review of each trainee enrolled and will go over the review with the trainee. Each trainee's training evaluation will be retained in file and promotion opportunities will be considered yearly through a performance review. ❑ Consultant Engineering We intend that we will train the following job classifications (Occupational Employment Statistics Code) which are Professional, Paraprofessional, and/or Technical Occupations which require specialized schooling and/or training: Civil Engineer Intern - require 4-year college degree and 4 years of training under a Licensed Professional Engineer. Land Surveyor - require 4-year college degree and 4 years of training under a Professional Licensed Surveyor. Computer -Aided Drafting Technician - require 2 year college degree or equivalent on-the-job experience. Surveying - requires 2-year college degree or equivalent on-the-job experience. Civil Engineering Technician - requires 2-year college degree or equivalent on-the-job experience. The above trainees rate of pay will be based on the National, State, and Local Wage Estimates for Professional, Paraprofessional, and Technical Occupations. APR Page 5 of 6 410WA DOT Form 518100 (08-22) Signatures of two Officers: led= ADDITIONAL INFORMATION REQUIRED NOTE: FEDERAL REGISTER, NOVEMBER 15, 2000, VOLUME 65 now requires all contractors to provide the following information: 1. Age of firm or year of establishment (ONLY ONCE) 2. Annual gross receipts of the firm; you may report by designating the appropriate bracket your firm fits into as follows: ❑ Less than $500,000 ❑ $500,000 - $1,000,000 ❑ $1 million - $2 million ❑ $2 million - $5 million ❑ $5 million - $10 million X$10 million - $20 million $20 million - $50 million ❑ over $50 million You may send the completed form by the following methods: e-mail to: Uyil. RightstMowradot.us FAX to: (515) 232-6739 Mail to: Civil Rights Bureau Iowa Department of Transportation 800 Lincoln Way Ames, Iowa 50010 You may send the completed form by the following methods.- e-mail to: 4ivi.,nflnSli4yad.9t_L�s FAX to: 515-232-6739 Mail to: Civil Rights Bureau Iowa Department of Transportation 800 Lincoln Way Ames, IA 50010 APR ;? ' 2013 Page 6 of 6 WAGE THEFT AFFIDAVIT certify under penalty of perjury and pursuant to the laws of the StateofIowa that the following is true and correct: �11 1. 1 am the l�ii's/hr f [position] of 1041w1l (drISt/Kcirvl,�iC. ["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 Mi7Xi, I(ft �tgft/Kr&,n, :Y;iC- ["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. Z"A 41�- Signature Rohret South Trunk Sanitary Sewer Project 0530 — Page 3 of 3 Bond No. 54251131 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND ROHRET SOUTH TRUNK SANITARY SEWER PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Maxwell Construction, Inc. — Iowa City, Iowa, as Principal (hereinafter the "Contractor' or "Principal") and United Fire & Casualty Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of four million thirty-one thousand two hundred sixty-nine dollars and seventy-five cents ($4,031,269.75), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the _'27i k day of -D-r i 2023 , (hereinafter the "Contract") wherein said Contractor undertak s and agrees to construct the following described improvements: The construction of approximately 2400 lineal feet of 30-inch diameter reinforced concrete pipe trunk sanitary sewer, including the trenchless construction of 330 lineal feet across STH 218. The project also involves approximately 5000 square yards of concrete pavement replacement, spot water main replacement, concrete sidewalk and driveway replacements, 330 lineal feet of storm sewer construction, and landscape restoration. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the Rohret South Trunk Sanitary Sewer Project APR ' 7 2023 0510 — Page 1 of 4 K Iowa iowa portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five (5) years from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. APR ' 7 2023 Rohret South Trunk Sanitary Sewer Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. APR ti 7 1223 Rohret South Trunk Sanitary Sewer Project 0510 — Page 3 of 4 PRINCIPAL: Maxwell Construction, Inc. Printed Name of Contractor Officer r itle of Contractor Officer SURETY: United Fire & Casualty Company ty Co M By �..� Signature of Attorney -Faqf officer Dione R. Young, Attorney -in -Fact Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact (515) 223-6800 Telephone Number of Attorney -in -Fact APR ? 7 2023 Rohret South Trunk Sanitary Sewer Project 0510 — Page 4 of 4 ONCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SEFINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURCERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pack Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, DIONE R. YOUNG, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SARA HUSTON, SHELBY GREINER, GINGER HOKE, JOHN CORD, JOE TIERNAN, JENNIFER MARINO, BEN WILLIAMS, KATE ZANDERS, EACH INDIVIDUALLY their true 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 $100 , 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 hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until 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 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 Attomey-in-Fact. "Me President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-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 seal, 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 attorneys -in -fact, subject to the limitations set of 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 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. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 18t h day of March, 2022 p0j111AS N//i/ 111NI/N// \,1YNIIIklf �1 ``� i 41,2 aya\y, I•eocelti�T `�J�\GCE\G IN... NN 4 �, ; `�� s Q�,opvoq�n� UNITED FIRE & CASUALTY COMPANY -8 COREOYAIr F,':_ c maro«A,F. 9?y3o Foo: UNITED FIRE & INDEMNITY COMPANY - FINANCIAL PACIFIC INSURANCE COMPANY —•— 4 � SEA!'�t•,,� -v SEAL 11a�11� `\\ 9i�; 8iR lE a\��r ` ��41 1\`` //p71111111\\ / /IIIIININ\N � By: State of Iowa, County of Linn, ss: Vice President On 18th day of March, 2022, 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 he is a 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 signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Oat Judith A. Jones O Iowa Notarial Seal LCommission number 173041 Notary Public w My commission Expires 4/23rz024 My commission expires: 4/23/2024 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whokof the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Coriwkil; q iM this day of 2023. \µUuxNppN �Nanuulnip "�,\oN1tNSW1�'... `� �� �/i� �pl y,\�vrsrN/��4 . `FAG Uq7 k i� �(►�� 4 pry% o•�` /r►t '� �`QpGGpPPO'jo?[+c�'� (ijrdl' ""_ _ _ CUIVOSAIF q' 3` COe►04nrE 3e ' e:•2 LULY?? �':0 I may{ • eD sz ?� =72`. 19E6 ;'�a� By. t-��/���5 / 1. SEAL �� SEAL — = Y.,CT2` ., , �oa..> Assistant Secretary, OF&C & OF&I & FPIC 1111111\ N/NIIn11/� \` BPOA0049 1217 FILED SEP % 5 nZ4 City Clerk Iowa City, Iowa ENGINEER'S REPORT September 24, 2024 City Clerk Iowa City, Iowa Re: Rohret South Trunk Sanitary Sewer Construction Project Dear City Clerk: • � �+.rr,eam P"1 CITY OF IOWA CITY 41.0 Fo8t NNIOShington stroot lows! City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX wwNV.i0g0v.0r8 I hereby certify that the Rohret South Trunk Sanitary Sewer Construction Project has been completed by Maxwell Construction, Inc. of Iowa City, Iowa, in substantial accordance with the Project Manual developed by Strand Associates, Inc. of Madison, Wisconsin. The project was bid as a unit price contract and the final contract price is $4,081,880.62. There were four (4) change orders on this project, as follows: 1. Addition of Storm Sewer Manhole in the Intersection of Abbey Lane and Cae Drive — $11, 900.00 2. Extension of Substantial Completion and Final Quantities — $38,112.87 3. McKinley Place/Rushmore Drive Intersection Pavement and Final Quantity Adjustments — ($3,002.00) 4. Raising of the Utility Area between 2035 and 2047 Abbey Lane — $3,600.00 Total: $50,610.87 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer Prepared by: Joe Welter, Engineering Division, Public Works, 410 East Washington Street, Iowa City, Iowa 52240 (319) 356-5144 Resolution No. 24-244 Resolution accepting the work for the Rohret South Trunk Sanitary Sewer Construction Project Whereas, the Engineering Division has recommended that the work for construction of the Rohret South Trunk Sanitary Sewer Construction Project, as included in a contract between the City of Iowa City and Maxwell Construction, Inc. of Iowa City, Iowa, dated 27 April 2023, 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 Rohret South Sewer Project, Account Number V3155; and Whereas, the final contract price is $4,081,880.62. 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 I Gr day of nest-nbp-r , 20?4 ( I Ma 116r Attest: f - C� City Clerk It was moved by Moe and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by Z�O�- City Attorne s Office (Sue Dulek - 09/25/204) salih the Resolution be Absent: x Alter X Bergus X Dunn X Harmsen X Moe X Salih X Teague