Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SANITARY SEWER REPAIRS 2023
2023 SANITARY SEWER REPAIRS 22-Dec-2023 Plans, Specs, Project Manual 02-Jan-2024 Res No. 24-05: Setting a Public Hearing 08-Jan-2024 Notice of Public Hearing 16-Jan-2024 Res No. 24-20: Approving project manual and estimate of cost 18-Jan-2024 Notice to Bidders 20-Feb-2024 Res No.24-40: Awarding Contract (J Q Construction) 07-Mar-2024 Performance, Payment & Maintenance Bond 30-Oct-2024 Engineer's Report 04-Nov-2024 Res No. 24-269: Accepting work Stanley Building 225 Iowa Avenue 563.264.6600 Stanley Consultants INC. Muscatine, IA 52761 1 stanleyconsultants.com December 21, 2023 Joseph B. Welter Senior Engineer City of Iowa City 410 East Washington Street Iowa City, Iowa 52240 SUBJECT: Final Contract Documents 2023 Sanitary Sewer Repair Project City of Iowa City, Iowa Dear Joe: Today we have submitted via email the drawings and opinion of probable construction costs for the 2023 Sanitary Sewer Repair project. The opinion of probable construction cost for the subject project is estimated to be $313,000. The bid opening for the project is scheduled for February 8th, 2024 as listed in the project manual. If you have any questions, please feel free to contact me at 563-264-6287 or other Stanley Consultants team members Eric Schallert or Jay Brady. Sincerely, 0& /hJ Karmen Heim, P.E. Senior Project Engineer Stanley Consultants, Inc. cc: Files q v rn N r C7 � - 1oil IP CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL 2023 SANITARY SEWER REPAIRS PROJECT w IOWA CITY, IOWArn N 1 DECEMBER 21, 2023 7 0 f F E s s 1 oN \\moo Q� •,.........,�•q� �`��' ea <v ; ; 2 c z KARMEN K. z "' • HEIM : rn U • P17381 0005 CERTIFICATIONS PAGE 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 under the laws of the State of Iowa. jrtitme'r, OK t*4'm / z— 2.1-20*Z3 Karmen K. Heim Date License Number: P17381 My license renewal date is December 31, 2024 Pages or sheets covered by this seal: Entire Bound Document rn c-) ,».. r r 2023 Sanitary Sewer Repairs 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 w eta: r v....+� ,.,,.�. 2023 Sanitary Sewer Repairs Project 0010 — Page 1 of 1 0100 - NOTICE TO BIDDERS 2023 SANITARY SEWER REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City,1owa, u11Nl 3: RA.M. on the 8th day of February 2024. Sealed proposals will be opened immediatelythei6aftei :ids submitted by fax machine shall not be deemed a "sealed bid" for purposes of"fhis 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 2011 day of February, 20245, or at special meeting called for that purpose. The Project will involve the following: Replacement and repair of sanitary sewer pipes and manholes as well as reconnection of sanitary sewer services at various locations across the City of Iowa City. All work is to be done in strict compliance with the Project Manual prepared by Stanley Consultants, Inc., of Muscatine, Iowa, 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) year(s) from and after its completion and formal acceptance by the City Council. 2023 Sanitary Sewer Repairs Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: 1 April 2024 Substantial Completion Date: 30 September 2024 Final Completion Date: 30 October 2024 Liquidated Damages: $750 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date. 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 GRACE, CITY CLERK rn _ t ") ... 2023 Sanitary Sewer Repairs Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2023 SANITARY SEWER REPAIRS 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 2023 Sanitary Sewer Repairs in said city at 6:00 p.m. on the 161h day of January, 2024, 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 replacement and repair of sanitary sewer pipes and manholes as well as reconnection of sanitary sewer services at various locations across the city. 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. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Grace, City Clerk 2023 Sanitary Sewer Repairs Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS 2023 Sanitary Sewer Repairs PROJECT 1. Optional Pre -Bid Meeting: a. None 2. Bid Submittals: rn 1 a. Time, Date and Location: ry 8 February 2024 and 3:00 PM h' 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://www.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 security requirements. 5. Progress and Schedule: a. Contract Times: Specified Start Date: 1 April 2024 Substantial Completion Date: 30 September 2024 Final Completion Date: 30 October 2024 Liquidated Damages: $750 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date. 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. 2023 Sanitary Sewer Repairs Project 0200 — Page 1 of 3 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. University of Iowa Graduation Weekend, 10-12 May 2024 iv. Arts Festival, 31 May — 2 June 2024 w: Jazz Festival, 5-7 July 2024 vi. University of Iowa Move -in, 23-25 August 2024 vii. Iowa City Community School District, First Day of Classes, 23 August 2024 viii. No work shall occur on University of Iowa Home Football game days, including, but not limited to: 31 August 2024; 7 September 2024; 14 CZ September 2024; 12 October 2024; 26 October 2024; 2 November 2024; and 29 November 2024 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 is 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 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. 2023 Sanitary Sewer Repairs Project 0200 — Page 2 of 3 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. 2023 Sanitary Sewer Repairs Project 0200 — Page 3 of 3 INSERT IN ENVELOPE 2 � ' 1 k PROPOSAL 2023 SANITARY SEWER REPAIRS PROJECT CITY OF IOWA CITY tV fV Please DO NOT USE the proposal included in the bound volume of the specifications, Sega "4te copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, Of 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 and , 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. 2023 Sanitary Sewer Repairs Project 0400 — Page 1 of 6 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT **2010-A: Clearing and Grubbing by 1 Units UNIT 50.0 2010-C: Clearing and Grubbing by 2 Lump Sum LS 1 **2010-F: Below Grade Excavation 3 (Core Out) CY 130.0 2010-G: Subgrade 4 Preparation SY 876.0 **2010-H: Granular Stabilization, Class A Roadstone (Iowa DOT Gradation No. 5 11) TON 415.0 2010-J, Subbase, 6 Modified, 6 inches SY 876.0 **3010-C: Trench 7 Foundation TON 50.0 **3010-D: Replacement of Unsuitable Backfill 8 Material CY 20.0 4010-A: Sanitary Sewer Gravity Main, Trenched, PVC 9 Truss, 8 inches LF 58.0 4010-A: Sanitary Sewer Gravity Main, Trenched, RCP, 24 10 inches LF 6.0 4010-A: Sanitary Sewer Gravity Main, Trenched, RCP, 30 11 inches LF 12.0 4010-H: Removal of 12 Sanitary Sewer LF 96.0 6010-A: Manhole, rn 13 SW-301, 48 inches EA 7 ...,. 6010-A: Manhole, 14 SW-301, 60 inches EA 6010-C-1:Internal 15 Drop Connection EA 1 **7010-E: Curb and Gutter, 24 inches 16 wide, 8 inches thick LF 60.0 2023 Sanitary Sewer Repairs Project 0400 — Page 2 of 6 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 7030-A: Removal of Driveway or 17 Sidewalk SY 52.0 7030-E: Sidewalk, 18 PCC, 4 inches SY 8.0 7030-G: Detectable 19 Warnings SF 16.0 7030-H: Removal of 20 Pavement SY 818.0 7030-H-1: Driveway, Paved, 21 PCC, 6 inches SY 44.0 7030-H-2: Driveway, Granular, 22 6 inches SY 6.0 7040-A: Full Depth Patch, PCC, 8 23 inches SY 659.0 7040-A: Full Depth Patch, 8-inch PCC with 3-inch HMA 24 Overlay SY 159.0 **7040-I: Curb and 25 Gutter Removal LF 60.0 8030-A: Temporary 26 Traffic Control LS 1 9010-A: Conventional Seeding, Seeding, Fertilizing, and Mulching with Watering and 27 Warranty SF 2,546.0 **9040-D-1: Filter Socks, Installation, 28 6 inches LF 25.0 **9040-D-2: Filter M 29 Socks, Removal LF 25.0 90404 Rip Rap, ' Erosion Stone - - tt Class E Revetment,. 30 18-inch depth TON 17.0 **9040-T-1: Inlet _m Protection Device, 31 Installation EA 3 **9040-T-2: Inlet Protection Device, 32 Maintenance EA 3 2023 Sanitary Sewer Repairs Project 0400 - Page 3 of 6 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 33 11,020: Mobilization LS 1 TOTAL EXTENDED AMOUNT = ** These are provisional items to establish unit prices in case these items are needed during construction. The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. 2023 Sanitary Sewer Repairs Project 0400 — Page 4 of 6 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. 2023 Sanitary Sewer Repairs Project 0400 — Page 5 of 6 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 p•.ti z IY -v 7r NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2023 Sanitary Sewer Repairs Project 0400 - Page 6 of 6 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 Workrheet: 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 comDleted by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: (mm/ddlyyyy) H Dates: to (mm/dd/yyyy) You may attach additional sheet(s) if needed. Address: City, State, Zip Code: Address: City, State, Zip Code: To be completed by non-resident bidders Part C I . Name of home state or foreign country reported to the Iowa Secretary of State: r! 2. Does your company's home state or foreign country offer preference to bidders who are residents? rTb Yes -TIE] No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state foreipmuntry and the appropriate legal citation. 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: 2023 Sanitary Sewer Repairs 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 ,organiz=ion is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa ante cerpficate has not been revoked or canceled."' ry 2023 Sanitary Sewer Repairs Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM 2023 SANITARY SEWER REPAIRS PROJECT CITY OF IOWA CITY as Principal, and e_ , as Surety declare that we are held and are firmly bound unto the City of-lowary. ity, riewa, hereinafter called "OWNER," in the amount of `' ` ...to pay said sum as herein provided. We as Principal and Surety further promise and i#clarbthat these obligations shall bind our heirs, executors, administrators, and successors; jointly ;&d severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for 2023 Sanitary Sewer Repairs 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 By: By: Principal Surety Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable day (Seal) (Title) (Seal) 2023 Sanitary Sewer Repairs Project 0410 — Page 1 of 1 and 0500 CONTRACT 2023 SANITARY SEWER REPAIRS PROJECT CITY OF IOWA CITY This Contract is made and entered into by and between the City of Iowa City, Iowa ("City"), ("Contractor"). Whereas, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 21s' day of December, 2023, for the 2023 Sanitary Sewer Repairs ("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 including the total extended amount 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. rri c� P-1i 2023 Sanitary Sewer Repairs 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 TYPE OF WORK COSTS 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 ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: (Company Official) 2023 Sanitary Sewer Repairs Project 0500 — Page 2 of 2 0510 - PERFORMANCE, PAYMENT, AND MAINTENANCE BOM "., 2023 SANITARY SEWER REPAIRS PROJECT; CITY OF IOWA CITY N 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: Replacement and repair of sanitary sewer pipes and manholes as well as reconnection of sanitary sewer services at various locations across the City of Iowa City. 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 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 2023 Sanitary Sewer Repairs Project 0510 — Page 1 of 4 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 year(s) (5) 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 year(s) (5) 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 .'a failure to perform as required in the Contract and Contract Documents, that all z agreements and promises set forth in the Contract and Contract Documents, in LJJc approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction ,,,,,,,j' will be fully indemnified so that it will be put into the position it would have been in —�- C\J had the Contract been performed in the first instance as required. LL n, 2023 Sanitary Sewer Repairs 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. 'T 1 ry r -,a 2023 Sanitary Sewer Repairs 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. 2023 Sanitary Sewer Repairs 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 City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to 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 consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. Provisions: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 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 Aorking" or "Flagman Ahead," and instead use gender neutral signs. i - .,t.:.f 7. All contractors, vendors, and consultants must assure that their subcontractoft abicler-by the City's Human Rights Ordinance. The City's protected classes are listed q4gE City City Code Section 2-3-1. t'a" t7'} v 2023 Sanitary Sewer Repairs 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 {bode 2023 Sanitary Sewer Repairs 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 r*� 2023 Sanitary Sewer Repairs Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES -• �c-a � I COMPANY POLICY N Determine your company's policy regarding equal employment opportunities._:docurt the policy and post it in a conspicuous place so that it is known to all your ernplo�e . Furthermore, disseminate the policy to all potential sources of employees acid to your subcontractors asking their cooperation. The policy statement should rec6ghize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) 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 ensure 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 2023 Sanitary Sewer Repairs 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: https:HcodeIibrary.amIega1.com/codes/iowacityia/Iatest/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. 2023 Sanitary Sewer Repairs 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. r., -TJ pnvw.f., rV 2023 Sanitary Sewer Repairs 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 Resolutio", o. 1.5w-64 adopted on November 10, 2015, not to enter into certain contracts with, or providelAscrell'orlary 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" udi'cial or administrative proceeding of committing a repeated or willful violation of the,aowakWage 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;4or 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 wages, 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 the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); 2023 Sanitary Sewer Repairs 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. nV 2023 Sanitary Sewer Repairs Project 0530 — Page 2 of 3 2023 Sanitary Sewer Repairs 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: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature NJ n 2023 Sanitary Sewer Repairs 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:Hiowasudas.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/. 4 N) w P 2023 Sanitary Sewer Repairs 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.ora/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. 2023 Sanitary Sewer Repairs 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/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. 2023 Sanitary Sewer Repairs 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 Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. -vrn M a• 2023 Sanitary Sewer Repairs Project Page 1 of 2 SECTION 9010 — SEEDING PART 1 — GENERAL 1.08 MEASUREMENT AND PAYMENT A. Conventional Seeding 1. Seeding: (REPLACE) a. Measurement: Measurement will be in square feet for each type of seed. b. Payment: Payment will be in unit price per square feet for each type of seed. c. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; furnishing water and other care during the care period, and warranty. N -- w rn ry -a- 2023 Sanitary Sewer Repairs Project Page 2 of 2 PLANS � - 2023 Sanitary Sewer Repairs Project Page 1 of 18 m 0 0 a U DRAWING INDEX SHEET NUMBER SHEET TITLE A.01 COVER SHEET C.01 UTILITY CONTACTS, LEGEND AND ABBREVIATIONS C.02 GENERAL NOTES C.03 UTILITY NOTES C.10 CONTROL POINT TABLE C.11 QUANTITIES TABLE MSA.01 CLARK STREET MSA.02 DEARBORN (903) MSA.03 DEARBORN (921) MSA.04 HIGHLAND AVE MSA.05 MUSCATINE AVE MSA.06 NORWOOD CIRCLE MSA.07 RUNDELL STREET MSA.08 2ND AVE MSA.09 SPRUCE ST MSA.10 WASHINGTON ST S.01 SIDEWALK RAMP AT HIGHLAND AND PLUM @10WAW- ONE 1-800-292-8989 www.iowaonecalf.com I "W PLANS OF PROPOSED IMPROVEMENTS FOR: 2023 SANITARY SEWER REPAIRS IVU 1 C: THE PROPOSED IMPROVEMENTS INCLUDED IN THESE DRAWINGS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE CURRENT EDITION IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS MANUALS (SUDAS) AND THE CURRENT CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS. CITY OF IOWA CITY THIS ENGINEERING DOCUMENT IS APPROVED FOR CONSTRUCTION /Z� 2, APPROVED BY DATE CITY OF IOWA CITY, IOWA LOCATION MAP NITS PLANS PREPARED FOR: CITY OF IOWA CITY UNESCO CITY OF LITERATURE FILED 2R173 011-T 22 PH t . 12 LOCATION INDEX (SEE OVERALL LOCATION MAP) LOCATION STREET NAME 1 CLARK STREET 2 DEARBORN STREET 3 DEARBORN STREET 4 HIGHLAND AVENUE 5 MUSCATINE AVENUE 6 NORWOOD CIRCLE 7 RUNDELL STREET 8 SECOND AVENUE 9 SPRUCE STREET 10 WASHINGTON STREET aawwulul�luu/� E S S I pN'//����'�i p •. % 411 z PATRICK M. '; Z uJ : JOHNSON `—, P26386 nnnn I HEREBY CERTIFY THAT REVISION 0 TO THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT AM A DULY LICENSED PROFESSIONAL ENGINEER UNDEI THE LAWS OF THE STATE OF IOWA. 1 ,P.c &zk— 12 — 2 1 — 2 e2 PATRICK M. JOHNSON 12-21-2023 LICENSE NUMBER: P26386 _ MY LICENSE RENEWAL DATE IS 12-31-2023 PAGES OR SHEETS COVERED BY THIS SEAL. S.01 I HEREBY CERTIFY THAT REVISION 0 TO THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR `\\�N���\��lliillllllll�ffff///ii//� \`� P� F O ES SI /v ii, UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I \�` Q %� AM A DULY LICENSED PROFESSIONAL ENGINEER UNDEF ••.••••'••••.�� ••••�`�'� THE LAWS OF THE STATE �� �Q•,• z KARMEN K. •; z OF10 A. ��//�� .,'i .lit iVI �2'2 I-20d j HEIM m P17381 rn = KARMEN K. HEIM 12-21-2023 LICENSE NUMBER: P17381 ••. .� MY LICENSE RENEWAL DATE IS 12-31-2024 // PAGES OSHEETS COVERED BY THIS SEAL: /ON/ A MSA.OIMSA.IO /ffrlllllf1111 %\"` A.01, C.01 - C.03, C.10, C.11 DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: AS NOTED CHECKED ER SCHALLERT NO.30623.00 REV. APPROVED KK HEIM m 2023 SANITARY SEWER REPAIRS COVER SHEET 4 APPROVED ER SCHALLERT Stanley cmulli nts w- A.01 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21 2023 IOWA CITY IOWA z z a z 0 U LJ W J z Q H m 0 0 U UTILITY CONTACTS LIST MATTHEW KEARNEY IOWA NETWORK SERVICES CITY OF IOWA CITY CONTINUED: OSP CONSTRUCTION ENGINEER JEFF KLOCKO ImOn COMMUNICATIONS (515) 240-2544 OFFICE WATER DIVISION 625 FIRST STREET SE, SUITE 250 (515) 830-0445 CELL (319) 356-5160 24-HOUR CONTACT CEDAR RAPIDS, IA 52401 water@iowa-city.org T 319-200-7778 METRONET M 319-450-0653 JOSHUA HOFMANN WASTEWATER DIVISION matthew.kearney@imon.net (360) 722-4604 CELL ON -CALL COLLECTIONS www.imOn.net Joshua. Hofmann@metronet.com (319) 631-1144 LUMEN/CENTURY LINK: UNIVERSITY OF IOWA KRYSTLE SCHOON GEORGE STUMPFF (319) 640-6359 CELL (319) 335-2814 615 3RD AVE. SE CEDAR RAPIDS, IOWA 52401 MIDAMERICAN KrystleSchoon@Lumen.com ENERGY COMPANY - GAS IOWA CITY GAS ENGINEERING: CLINT ROWE (319) 939-5352 CELL Clint. Rowe@lumen.com DARWIN DRISCOLL MEDIACOM 546 SOUTHGATE AVE. IOWA CITY, IA 52240 O - 319-351-0408 EX 3702 M - 845-204-5742 F - 319-351-3839 UNITE PRIVATE NETWORKS ATTN: CLARK LUNDY, RVP OF CONSTRUCTION 13300 HICKMAN ROAD, STE. 115 CLIVE, IA 50325 CELL: 515-288-1281 EMAIL: Clark.Lundy@upnfiber.com FAX: 816-903-9401 CARSON HEMPHILL GAS RESIDENTIAL AND COMMERCIAL OFFICE: 319-341-4461 CELL: 319-360-3956 MID-AMERICAN ENERGY COMPANY - ELECTRIC PAUL ROE RESIDENTIAL/ COMMERCIAL LIGHTING OFFICE: 319-341-4420 CELL: 319-330-7465 MARIAM TARAWNEH (319) 270-8581 CELL (319) 341-4489 OFFICE Mariam.Tarawneh@midamerican.com STEPHEN KNESS CITY OF IOWA CITY: CONSTRUCTION MANAGER II OSP ENGINEERING CLEC - EASTERN IOWA PARKS AND FORESTRY WINDSTREAM TYLER BAIRD 1450 N. CENTER POINT RD. (319) 356-5100 HIAWATHA, IA 52233 tbaird@iowa-city.org OFFICE: 319-790-7678 MOBILE: 319-538-1985 RIGHT-OF-WAY TECHNICIAN Stephen.Kness@Windstream.com (319) 356-5438 AT&T STREETS/TRAFFIC ENGINEERING LENNY VOHS BROCK HOLUB (816) 275-4014 OFFICE (319) 356-5482 (770) 335-8244 CELL bholub@iowa-city.org LEGEND G T CTV WE - --—OHE— E x DESIGNED G RE DRAWN GM REEVES CHECKED ER SCHALLERT APPROVED KK HEIM m APPROVED ER SCHALLERT Stanley Consultants ING REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21. 2023 "7 1532 wv N EXISTING BUILDING PARCEL LINE/ROW EXISTING ROADS, SIDEWALKS AND DRIVEWAYS MAJOR CONTOUR MINOR CONTOUR GAS LINE EXISTING SEWER LINE EXISTING STORM LINE EXISTING TELEPHONE CABLE EXISTING CABLE TV LINE EXISTING WATER LINE EXISTING OVERHEAD ELECTRIC EXISTING UNDERGROUND ELECTRIC EXISTING FENCE EXISTING WALL/LANDSCAPE EXISTING FLOWER BEDS HOUSE NUMBER CONTROL POINT POWER POLE RESIDENT WATER VALVE WATER VALVE EXST MANHOLE FLOW ARROW (INDICATES DIRECTION OF FLOW) TREE CITY OF IOWA LEGEND CONT. PAVEMENT REPLACEMENT W W W W SEEDING W W W CONTRACTOR STAGING/ LAYDOWN AREA j: ABBREVIATIONS CPP CORRUGATED PLASTIC PIPE EA EACH EX, EXST EXISTING FT FEET MH MANHOLE QTY QUANTITY ROW RIGHT OF WAY TYP TYPICAL 2023 SANITARY SEWER REPAIRS UTILITY CONTACTS, LEGEND AND ABBREVIATIONS SCALE: AS NOTED NO.30623.00 REV. C.01 0 O u ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, GENERAL SUPPLEMENTAL SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. THE SCOPE AND LIMITS OF CONSTRUCTION SHALL BE CONFINED TO THE RIGHT-OF-WAY UNLESS OTHERWISE SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION UNLESS AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE PLANE IOWA SOUTH ZONE; US SURVEY FOOT NAD 83 AND NAVD 88, RESPECTIVELY. 6. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR "CLEAR AND GRUB" ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREES, SHRUBS, OR ROOT SYSTEMS. 7. WATER MAIN WORK NOT ANTICIPATED. IF NEEDED THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATERMAIN RELATED WORK WITH THE IOWA CITY WATER DIVISION. 8. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS "SIDEWALK CLOSED", "SIDEWALK CLOSED - USE OTHER SIDE", AND "SIDEWALK <WITH APPROPRIATE DIRECTIONAL ARROWS>" AS DEEMED NECESSARY BY THE ENGINEER. 9. DURING REMOVAL AND CONSTRUCTION, THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. GENERAL NOTES 10. PROPOSED SANITARY SEWER PIPE IS PVC TRUSS PIPE, UNLESS OTHERWISE NOTED. RESTORE LINE AND GRADE ON NEW SEWER PIPE INSTALLED. 11. EXISTING SANITARY SEWER PIPE SIZE AND MATERIAL ARE LISTED ON THE PLAN SHEETS IF KNOWN. 12. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. REPLACEMENT PAVEMENT SHOULD MATCH THE EXISTING PAVEMENT UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 13. WORK DURING AN EMERGENCY: THE CONTRACTOR SHALL PERFORM ANY WORK AND SHALL FURNISH AND INSTALL ANY MATERIALS AND EQUIPMENT NECESSARY DURING AN EMERGENCY ENDANGERING LIFE OR PROPERTY. IN ALL CASES THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF THE EMERGENCY AS SOON AS PRACTICAL, BUT SHALL NOT WAIT FOR INSTRUCTIONS BEFORE PROCEEDING TO PROPERLY PROTECT BOTH LIFE AND PROPERTY. 14. PER SUPPLEMENTAL SPECIFICATIONS, DIVISION 4, SECTION 4010, PART 3.04.F.1, COUPLINGS SHALL BE 1000 OR 5000 SERIES STRONG BACK (RC) AS MANUFACTURED BY FERNCO OR ENGINEER APPROVED EQUAL. 15. DOWELING: EXISTING SIDEWALKS SHALL BE DOWELED TO NEW SECTIONS OF SIDEWALK USING 12" LENGTHS OF #4 REBAR. THE REBAR SHALL BE PLACED AT V-0" ON CENTER, DRILLED 6" INTO THE EXISTING SIDEWALK, AND CONCRETE DUST REMOVED BEFORE EPDXY GROUTED INTO PLACE. SEE CITY SUDAS SUPPLEMENT FOR FIGURE 7030.301 FOR DOWELING DETAILS. 16. FINISH GRADING, SEEDING, AND MULCHING: AREAS DISTURBED ADJACENT TO REPAIRS SHALL BE FINISHED, FINE GRADED WITH TOPSOIL, SEEDED, FERTILIZED, AND MULCHED WITH TYPE 1 SUDAS MIXTURE. 17. PROVIDE TRAFFIC CONTROL PLANS AS NEEDED TO PERFORM THE WORK. REFER TO SUDAS DETAIL 8030.101 FOR TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION. 18. MAINTENANCE AND CONTROL OF TRAFFIC: PROPERLY CONSTRUCTED AND LIGHTED BARRICADES SHALL BE PROVIDED BY THE CONTRACTOR AS NEEDED TO PROTECT HIS WORK FROM TRAFFIC. "NO PARKING" SIGNS WILL BE FURNISHED BY THE CITY TO FACILITATE REMOVAL OF PARKED CARS AHEAD OF THE SCHEDULED WORK. PLEASE NOTIFY THE CITY AT LEAST FOUR DAYS IN ADVANCE OF THE CONSTRUCTION. NO PARKING SIGNS NEED TO BE POSTED FOR AT LEAST 48 HOURS. 19. REFER TO SECTION 1060, 1.08.A OF THE CITY'S SUPPLEMENTAL SPECIFICATIONS FOR BULK WATER USE BY THE CONTRACTOR DESIGNED KK HEIM G DRAWN GM REEVES CHECKED ER SCHALLERT cad'offlombs APPROVED KK HEIM m APPROVED ER SCHALLERT Stanley Consultants me REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21, 2023 "7 20. ANY AREA DISTURBED BY THE CONTRACTOR'S ACTIVITIES, OUTSIDE THE IMMEDIATE REPAIR LOCATION, SHALL BE RESTORED TO THEIR ORIGINAL CONDITIONS AT NO EXPENSE TO THE OWNER. 21. EXPANSION JOINTS: EXPANSION JOINTS WILL BE REQUIRED ADJACENT TO THE EDGES OF ALL DRIVEWAYS WHEN REPLACING SIDEWALK SECTION(S) LOCATED THROUGH DRIVEWAYS. EXPANSION JOINTS SHALL BE INSTALLED ADJACENT TO ALL STREETS AND STEPS. EXPANSION JOINTS SHALL BE SEALED. JOINTS SHALL BE DONE IN ACCORDANCE WITH SUDAS STANDARD SPECIFICATIONS AND DETAILS. 22. CONTRACTION JOINTS AND FINISH: CONTRACTION JOINTS SHALL BE FORMED IN THE NEW PAVEMENT TO MATCH, IN APPEARANCE, THOSE JOINTS IN THE ADJACENT PAVEMENT AND IN A WORKMANLIKE MANNER. CONTRACTION JOINTS SHALL BE SPACED AT INTERVALS EQUAL TO THE WIDTH OF THE PAVEMENT, OR AS DIRECTED BY THE ENGINEER. PAVEMENT SHALL HAVE A UNIFORM TEXTURE WITH A BROOM SHISH. PAVEMENT SHOULD MATCH THE EXISTING ADJOINING SIDEWALK FOR FRAMING AND TEXTURE. 23. VALVES AND TREE ROOTS: UPON EXCAVATION, IF VALVES OR TREE ROOTS ARE ENCOUNTERED, CONTACT CITY PERSONNEL PRIOR TO PROCEEDING. PAVEMENT CONTAINING VALVES WILL BE EVALUATED ON A CASE BY CASE BASIS. TREE ROOTS SHALL BE EVALUATED BY THE CITY FORESTER. A RESPONSE WILL BE AVAILABLE ON A COURSE OF ACTION WITHIN TWO BUSINESS DAYS. 24. BOXOUT REPLACEMENT IF NEEDED IS CONSIDERED INCIDENTAL TO PROJECT. COORDINATE BOXOUT WORK WITH CITY OF IOWA CITY PRIOR TO STARTING WORK. 25. THE CONTRACTOR SHALL CONTINUOUSLY MAINTAIN ADEQUATE PROTECTION OF ALL ITS WORK FROM DAMAGE AND SHALL PROTECT THE JURISDICTION'S PROPERTY AND ADJACENT PRIVATE PROPERTY FROM INJURY OR LOSS ARISING IN CONNECTION WITH THE WORK. THE CONTRACTOR SHALL REPAIR OR RESTORE ANY SUCH DAMAGE, INJURY, OR LOSS TO JURISDICTION PROPERTY OR ADJACENT PRIVATE PROPERTY. 26. PAVEMENT CURING SHALL BE DONE IN ACCORDANCE WITH SECTION 7010. 27, THE CONTRACTOR SHALL REUSE CASTINGS AND LIDS, AS POSSIBLE AND APPROVED BY THE ENGINEER, THAT MEET THE CITY'S SUPPLEMENTAL SPECIFICATIONS. NEW CASTINGS AND LIDS TO BE PROVIDED BY THE CONTRACTOR FOR NEW MANHOLE LOCATIONS. SEE FIGURE 6010.601. SALVAGE CASTINGS AND LIDS WITH CITY LOGO TO THE WASTEWATER DIVISION IF THEY ARE NQT NEEDED. 28. BELOW GRADE EXCAVATION (CORE OUT) MAY BE NE SSARrIF UNSUITABLE OR UNSTABLE SOIL IS ENCOUNTERED b: OW j,,8 ,.OF SUBGRADE. SEE IOWA CITY SUPPLEMENTAL FOR MSURENT AND PAYMENT. CITY OF IOWA CITY 2023 SANITARY SEWER REPAIRS I GENERAL NOTES SCALAS NOTED •NO.30623.00 REV. A& O' m 0 0 U UTILITY NOTES 1. THE PROTECTION OF PUBLIC AND PRIVATE UTILITIES, ABOVE 10. CLAIMS FOR ADDITIONAL COMPENSATION WILL NOT BE GROUND AND UNDERGROUND FACILITIES, IS DESCRIBED IN THE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE, NOTES BELOW AS REQUIRED IN SECTION 1070, 2.07 OF THE DELAY, OR ADDITIONAL WORK OCCASIONED BY THE LOCATION PROJECT MANUAL. OR ADJUSTMENT OF ABOVEGROUND OR UNDERGROUND FACILITIES, OR CONNECTIONS THERETO. 2. THE LOCATION, DEPTH, AND SIZE OF ABOVE GROUND AND UNDERGROUND FACILITIES, INCLUDING PUBLIC AND PRIVATE UTILITIES, SHOWN ON THE PLANS ARE APPROXIMATE ONLY AND ARE NOT GUARANTEED. 3. OTHER UNDERGROUND FACILITIES MAY EXIST AND THEIR LOCATION MAY NOT BE PRESENTLY KNOWN OR IDENTIFIED. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE EXISTENCE AND EXACT LOCATION OF ALL SUCH FACILITIES LOCATED WITHIN THE CONSTRUCTION AREA TO AVOID DAMAGE. 4. WHERE EXISTING FACILITIES ARE SHOWN IN THE CONTRACT DOCUMENTS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OPERATORS OF THOSE FACILITIES PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITIES. 5. THE CONTRACTOR SHALL ALLOW ACCESS TO FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. 6. THE CONTRACTOR SHALL SUPPORT, SUSTAIN AND PROTECT EXISTING PIPES, CONDUITS, POLES, WIRES, AND OTHER APPARATUS LOCATED UNDER, OVER, ALONG, ACROSS OR ADJACENT TO THE WORK SITE. 7. IF UTILITIES ARE DAMAGED THROUGH CONTRACTOR'S NEGLIGENCE, THEY WILL BE REPAIRED BY THE AGENCIES HAVING CONTROL OF SAME, BUT THE COST OF SUCH REPAIRS SHALL BE PAID BY THE CONTRACTOR. 8. THE CONTRACTOR SHALL, PRIOR TO COMMENCING ANY ' '} EXCAVATION OR OTHER OPERATION THAT MAY AFFECT UNDERGROUND FACILITIES, NOTIFY THE "IOWA ONE CALL" UNDERGROUND FACILITY LOCATE SYSTEM, ESTABLISHED PURSUANT TO IOWA CODE CHAPTER 480. 9. THE CONTRACTOR SHALL, IF REQUESTED BY THE OPERATOR M" OF AN UNDERGROUND FACILITY, ASSIST IN THE LOCATION OF ITS FACILITIES; PROVIDED, HOWEVER, THE JURISDICTION w SHALL NOT BE RESPONSIBLE TO THE CONTRACTOR OR TO ANY OPERATOR OF AN UNDERGROUND FACILITY FOR THE COST OF LOCATING SUCH FACILITY, OR FOR ANY DAMAGE TO SUCH FACILITY THAT OCCURS IN ATTEMPTING TO LOCATE IT, OR FOR ANY DAMAGE TO THE FACILITY OCCASIONED BY THE CONTRACTOR'S PERFORMANCE OF WORK UNDER THE CONTRACT. DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: AS NOTED CHECKED ER SCHALLERT APPROVED KK HEIM m 2023 SANITARY SEWER REPAIRS UTILITY NOTES N0.30623.00 REV. APPROVED ER SCHALLERT Stanley ConSllltarlt5 m, C.03 0 REVISIONS IDSGN CHKD I APVD I DATE DATE DECEMBER 21. 2023 IOWA CITY IOWA O, U m 0 0 U CONTROL POINT TABLE POINT # EASTING NORTHING ELEVATION FULL DESCRIPTION 400 2183661.22' 604396.94' 716.878' CUT X boc 401 2183628.13' 604671.12' 708.297' CUT X boc 402 2186055.79' 608450.66' 691.884' CUT X boc 403 2186022.62' 608138.11' 688.204' CUT X boc 404 2188402.78' 609430.23' 710.446' CUT X boc 405 2188441.48' 609215.02' 705.051' CUT X boc 406 2180593.93' 610945.31' 702.471' CUT X boc 407 2180375.44' 610942.87' 693.840' CUT X boc 408 2181885.37' 610676.27' 696.167' CUT X boc 409 2181725.83' 610817.37' 700.498' CUT X boc 410 2183136.08' 607266.97' 676.219' PIN FOUND 5-8 ppc mms C.P. 411 2183171.39' 607394.61' 677.466' CUT X boc 412 2183418.08' 607557.86' 687.991' CUT X boc 413 2183481.18' 607134.48' 677.969' CUT X boc 415 2181590.89' 607985.39' 710.553' CUT X boc 416 2179577.43' 605765.82' 652.084' CUT X boc 417 2179645.60, 605814.00' 653.056' CUT X intake 703 2186018.23' 608328.33' 689.253' PK NAIL boc NOTES: SEE PLAN SHEETS FOR LOCATIONS OF CONTROL POINTS. c..a DESIGNED KK HEIM DRAWN GM REEVES CHECKED ER SCHALLERTa-Ift APPROVED KK HEIM APPROVED ERSCHALLERT DATE DECEMBER 21, 2023 m Stanley Gonsuftants Nc. CITY OF IOWA CITY 2023 SANITARY SEWER REPAIRS IOWA CITY IOWA CONTROL POINT TABLE SCALE: AS NOTED NO.30623.00 C.10 REV. 0 REVISIONS DSGN FCHKD APVD I DATE EI LJ m a 0 U LOCATION DESCRIPTION ESTIMATED QUANTITY BY LOCATION CLARK 903 DEARBORN 921 DEARBORN HIGHLAND AVE MUSCATINE AVE NORWOOD RUNDELL SECOND SPRUCE WASHINGTON LOCATION NUMBER 1 2 3 4 5 6 7 8 9 10 BID ITEM SUDAS BID ITEM DESCRIPTION UNITS MSA.01 MSA.02 MSA.03 MSA.04 MSA.05 MSA.06 MSA.07 MSA.08 MSA.09 MSA.10 TOTAL 1 **2010-A CLEARING AND GRUBBING BY UNITS UNIT - -- - - -- - - - - - 50 2 2010-C CLEARING AND GRUBBING BY LUMP SUM LS - - - - - - 1 - - - 1 3 **2010-F BELOW GRADE EXCAVATION (CORE OUT) CY - -- - - - - - - - - 130 4 2010-G SUBGRADE PREPARATION SY 254 111 61 72 55 38 60 119 68 39 876 5 -2010-H GRANULAR STABILIZATION, CLASS A ROADSTONE (IOWA DOT GRADATION NO. 11) TONS - -- - - -- - - - - - 415 6 2010-J 6" SUBBASE, MODIFIED SY 254 111 61 72 55 38 60 119 68 39 876 7 -3010-C TRENCH FOUNDATION TONS - -- - - -- - - - - - 50.0 8 **3010-D REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL CY - -- - - -- - - - - - 20 9 4010-A SANITARYSEWER GRAVITYMAIN, TRENCHED, PVC TRUSS, 8 INCHES LF 4 4 8 4 10 6 0 6 8 8 58 10 4010-A SANITARYSEWER GRAVITYMAIN, TRENCHED, RCP, 24 INCHES LF 0 0 0 0 0 0 6 0 0 0 6 11 4010-A SANITARYSEWER GRAVITYMAIN, TRENCHED, RCP, 30 INCHES LF 0 0 0 0 0 0 12 0 0 0 12 12 4010-H REMOVAL OF SANITARY SEWER LF 9 4 13 9 10 6 18 6 8 13 96 13 6010-A MANHOLE, SW-301, 48 INCHES EA 1 1 1 1 1 0 0 0 1 1 7 14 6010-A MANHOLE, SW-301, 60 INCHES EA 0 0 0 0 0 0 1 0 0 0 1 15 6010-C-1 INTERNAL DROP CONNECTION EA 0 0 0 0 0 0 1 0 0 0 1 16 **7010-E CURB AND GUTTER, 24 INCHES WIDE, 8 INCHES THICK LF - -- - - -- - - - - - 60 17 7030-A REMOVAL OF DRIVEWAYOR SIDEWALK SY 20 0 0 6 3 0 16 7 0 0 52 18 7030-E SIDEWALK, PCC, 4 INCHES SY 2 0 0 6 0 0 0 0 0 0 8 19 7030-G DETECTABLE WARNINGS SF 0 0 0 16 0 0 0 0 0 0 16 20 7030-H REMOVAL OF PAVEMENT SY 234 111 55 65 52 38 44 112 68 39 818 21 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCHES SY 18 0 0 0 3 0 16 7 0 0 44 22 7030-H-2 DRIVEWAY, GRAVEL, 6 INCHES SY 0 0 6 0 0 0 0 0 0 0 6 23 7040-A FULL DEPTH PATCH, 8-INCH PCC SY 234 111 55 65 0 38 44 112 0 0 659 24 7040-A FULL DEPTH PATCH, 8-INCH PCC WITH 3-INCH HMA OVERLAY SY 0 0 0 0 52 0 0 0 68 39 159 25 **7040-I CURB AND GUTTER REMOVAL LF - -- - - -- - - - - - 60 26 8030-A TEMPORARYTRAFFIC CONTROL LS - -- - - -- - - - - - 1 27 9010-A CONVENTIONAL SEEDING, SEEDING, FERTILIZING, AND MULCHING WITH WATERING AND WARRANTY SF 504 429 144 122 162 270 75 344 132 364 2546 28 **9040-D-1 FILTER SOCKS, INSTALLATION, 6 INCHES LF - -- - - -- - - - - - 25 29 **9040-D-2 FILTER SOCKS, REMOVAL LF - -- - - -- - - - - - 25 30 9040-J RIP RAP, EROSION STONE - CLASS "E" REVETMENT- 18" DEPTH TON 0 0 0 0 0 0 17 0 0 0 17 31 **9040-T-1 INLET PROTECTION DEVICE, INSTALLATION EA - -- - _ -- _ - - - _ 3 32 **9040-T-2 INLET PROTECTION DEVICE, MAINTENANCE EA _ __ _ _ __ _ _ _ _ 3 33 11020-A MOBILIZATION LS - - - - -- - - - - 1 ** THESE ITEMS ARE PROVISIONAL ITEMS TO ESTABLISH UNIT PRICES IN CASE ITEMS ARE NEEDED DURING CONSTRUCTION DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: AS NOTED CHECKED ER SCHALLERT NO.30623.00 REV. APPROVED KKHEIM m 2023 SANITARY SEWER REPAIRS QUANTITIES TABLE APPROVED ER SCHALLERT Stanley Consultants Nc C.11 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21, 2023 IOWA CITY IOWA 823 I i i- I I I of I OF APPROXIMATE LOCATION I OF TRANSVERSE JOINTS (TYP) REMOVE APPROXIMATELY 9LF OF EXISTING 8" VCP AND LAMPHOLE INSTALL 4LF OF 8" PVC TRUSS PIPE - AND CONNECT TO EXISTING PIPE P20-20 EXISTING 144- LAMPHOLE, RIM = 710.83 DEPTH = 7' INSTALL 48 DIAMETER SW-301 MANHOLE 831 TAGING AND ISTURBED AREA. ( EST SIDE) PPROX AREA: 267.8 S SEE NOTE 1. PRESERVE AND PROTECT TREE i CONCRETE DRIVE REMOVE AND REPLACE EXISTING EDGING EACH SIDE OF DRIVEWAY — I I DRIVEWAY, PAVED I PCC, 6" APPROX. AREA 17.7 SY I EXISTING EDGINGJ' BLOCK I FOR CONTINUATION SEE THIS SHEET, BELOW RIGHT I � i I I � i I �w .. Y � I TER J INT Q 824 'ONC ETE Z J O I o i I i PRESERVE AND PROTECT EXISTING PLANTINGS — BRICK SIDEWALK, NOTE 3, TYP C, I 830 2 , i i I EDGE OF PLANTINGS IN ROW, (TYP) FULL DEPTH PATCH, 8" PCC WITH 6" MODIFIED W I SUBBASE. REPLACE CURB AND GUTTER. " APPROX AREA: 234 SY I G �1 1 fl d TEND OF PAVEMENT USED FOR EXISTING ON STREET PARKING RESIDENT WATER ` VALVE (TYP) STAGING AND DISTURBED AREA (EAST SIDE) APPROX. AREA: 236 SF PROTECT TREE « I REPLACE SIDEWALK APPROX AR A: 2.1 SO SY I NORTH GENERAL NOTES: 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101, 8030.104, 8030.110. 3. ALL EXISTING LANDSCAPING, PAVERS, PLANTS SHALL BE PRESERVED. IF THEY CANNOT BE PRESERVED, THEY MUST BE SALVAGED AND REPLACED. IF SALVAGING AND REPLACEMENT IS NOT POSSIBLE ITEMS SHALL BE REPLACED IN KIND. NOR-1, I 816 CP415 710.553 CUT X 'oc I I I I � W I Ul Y� I Q Z J0 U U — I I � I i � _ I FOR CONTINUATION SEE THIS SHEET, ABOVE LEFT DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: 1" = 20' CHECKED ER SCHALLERT NO.30623.00 REV. APPROVED KK HEIM o 2023 SANITARY SEWER REPAIRS APPROVED ER SCHALLERT Stanley Wlsuftd11ts,Nc CLARK STREET MSA.01 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21,2023 "� IOWA CITY IOWA 10, m 0 0 U JACKSON AVE CP412 WA CUT X boc CENTER JOI 'OF CONCRE ROW APPROXIMATE LOCATION OF TRANSVERSE JOINTS (TYP) I FULL DEPTH PATCH 8" PCC WITH 6" MODIFIEd SUBBASE.REPLACE CURB AND GUTTER. 903 APPROX AREA: 111 SY Q20-295 MH 152-4 RIM:686.55 IE IN: 8" CLAY, 676.80, 111 IE OUT: 8" CLAY, 676.78, S REMOVE APPROXIMATELY 4LF OF EXISTING 8" VCP AND I MANHOLE. INSTALL 4LF OF 8" PVC TRUSS PIPE AND CONNECT TO EXISTING PIPE STAGING AND DISTURBED AREA. APPROX AREA: 305 SF SEE NOTE 1. I I I — —- —-— — — — — — —I I I I / NORTH GENERAL NOTES. REMOVE EXISTING BRICK MANHOLE WITH CONCRETE HALF WALL. WATER 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 VALVE SHALL BE REMOVED, CAPPED SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. IN ACCORDANCE WITH SUDAS AND WATER UTILITY REQUIREMENTS FOR 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101 AND 8030.104. CAPPING A LIVE POTABLE WATER LINE 3. THE SOUTH LIMIT OF PCC PATCH IS APPROXIMATELY 4 FT SOUTH OF THE SOUTH EDGE OF THE 906 DEARBORN STREET DRIVEWAY OPPOSITE SIDE OF THE STREET. R VALVE _ MANHOLE, SW-301 j INSTALL 48" DIAMET R RECONNECT 2 EXIST NG SANITARY SERVICES' 12.50 W STAGING AND DISTURBED 1601 W AREA (EAST SIDE) APPROX AREA: 124 S , NOTE 1 W W- - - - - - - - - W CONCRETE DRIVE U) W Z F- w W O� 00 U or, Z QO Q U I 906 I — FLOWER BED (TYP) 908 I I tV N r— DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE:1" = 20' CHECKED ER SCHALLERTqlwAPPROVED KK HEIM ® 2023 SANITARY SEWER REPAIRS N0.30623.00 REV. APPROVED ER SCHALLERT Stanley Consultants INC. DEARBORN (903) MSA.02 0 REVISIONS I DSGN CHKD APVDI DATE DATE DECEMBER 21, 202_LL I IOWA CITY IOWA L m 0 0 U NORTH LOCATE EXISTING BURIED LA PHOLE (1 52f3, 020 295) AND , SW.30 WITH NEW 48" DIA _FTFR MANHOLE, SW-301 PyQLEI ARPROXIMATEL 200' C NTER JOINT DOWNSTREAM OF MH 152-4 SHOWN 0 CONCRETE ON DRAWING MSA.02 i I APPROXIMATE STAGING AND DISTURBE AREA APPROX AREA: 73 SF 917 LOCATION OF TRANSVERSE JOINTS (TYP) g 914 EDGE OF 6" GRA EL DRIVE y MISCELLANOUS APPRO AREA: 6.2 SY ' PLANTINGS (TYP 4 PRESERVE AND 1 PROTECT REMOVE APPROXIMATELY 13LF OF --4r w ._ " — -— -- EXISTING 8" VCP AND LAMPHOLE. GRAVEL � CONCRETE INSTALL 4LF OF 8" PVC TRUSS PIPE j DRIVE � DRIVE E_ —(ON EACH SIDE _ON��NHOLEI 1 AND CONNECT TO EXISTING PIPS EXISTING PIPE GRADE CHANGE IS 1.98% ° i — — — — UPSTREAM OF LAMP 0.30% DO NSTREAM EXISTING PI E IS 6'-7' DEEP I c W 921 I Uj 918 STAGING ANDcn O U I DISTURBED AREA Z APPROX AREA: 71 SF FULL DEPTH PATCH J WITH 6" MODIFIED SUBBASE_. REPLACE CURB ANDUTTER. G APPROX AREA: 55 SY 923 O $ W U 1 , i CONCRET DRIVE u 4 — — — — — — — — - - — — �',ONCRET QRIVE I -- 40" TREE I o , I F FOR CQNTINUATION S E THIS SHEET RIGHT? 920 GENERAL NOTES: 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS FIGURES 8030.101 AND 8030.104. 3. THE SOUTH LIMIT OF PCC PATCH IS APPROXIMATELY 4 FEET SOUTH OF THE CENTERLINE OF THE 921 DEARBORN STREET SIDEWALK. FOR CO TIN AiU _'1QN SEE THIS SHEET L �W W Z f" Q� W O� m U Q� Z WO U 0 " CP413 677.969 CUT X boc DESIGNED KK HEIM CITY OF IOWA CITY SCALE: 1" - 20' DRAWN GM REEVES N0.30623.00 REV. APPROVED KK HEIM Row?CHECKED ER SCHALLERT APPROVED KK HEIM m 2023 SANITARY SEWER REPAIRS DEARBORN (921) APPROVED ER SCHALLERT Stanley Consukants INc. REPLACEMENT MSA.03 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21, 2023 IOWA CITY IOWA FULL C 8" PCC SUBBF APPRC LOCATE END OF PIPE AND INSTALL NEW o 48" DIAMETER SW-301 MANHOLE. C' 0 REMOVE APPROXIMATELY 9LF OF EXISTING 8" VCP PIPE AND INSTALL 4LF _ OF 8" PVC TRUSS PIPE ON WEST SIDE - -�- -30r00 �0 OF NEW MANHOLE AND CONNECT TO EXISTING PIPE. ESTIMATED DEPTH IS 6 FT. -3H0--- - 3H0- - - __-3Ho--- _ROW_ _ - STAGING AND DISTURBED ELECTRIC POLE & AREA. SEE NOTE 1. UTILITY PEDISTAL / APPROX AREA: 90 SF (PRESERVE) 1401 REMOVE AND REPLACE SIDEWALK RAMP SEE SHEET S.01 APPROX AREA 6.3 SY - STAGING AND DISTURBED AREA SEE NOTE 1 APPROX AREA: 32 SF f U 1- Y u1 Y U O Z Lu Y OU CH417 653.056 CUT X intoke MH 322-9A (P21-250) RIM:652.49 IE IN: 24" RCP, 646.41, W IE OUT: 24" RCP, 645.79, S Ll_� - - - WE WE- WATER VALVE (TYP) FIRE HYDRANT CONCRETE JOINT (TYP) HIGHLAND AVE (CONCRETE) PROTECT EXISTING TELEPHONE { ---3H0- -, (} 3HO- --3H0----3H0----3HO----3H0-- T - .- - - - - u � I MH 1365-5 (P21-255) RIM:652.34 IE IN: 12" RCP, 645.05, N IE IN: 24" RCP, 644.74, S IE OUT: 24" RCP, 643.66, W -PRESERVE EXISTING INLET F- Fw- (n W z n_ Ov 1402 NORTH T GENERAL NOTES: 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101, 8030.104, 8030.110, 8030.117, AND 8030.119. 3. THE WEST LIMIT OF PCC PATCH IS APPROXIMATELY 18 FEET WEST OF THE WEST EDGE OF THE PLUM STREET WEST SIDEWALK. 1 = Il u DESIGNED KK HEIM CITY OF IOWA CITY G DRAWN GM REEVES SCALE: 1" = 20' CHECKED ER SCHALLERT - 01 a ba APPROVED KK HEIM m 2023 SANITARY SEWER REPAIRS HIGHLAND AVE N0. 30623.00 REV. APPROVED ER SCHALLERT Stanley Consultants INC. MSA.04 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21, 2023 IOWA CITY IOWA \ / 1106 CP,409 \ 700`498 \ T X\J oc \ \ \ \ EDGE JOINT (TYP)� CENTERLINE JOINT L DEPTH PATCH 3" A OVER 8" PCC IT 6" MODIFIED S BASE. PPROX. AREA: 52.2 SY --x (STAGING AND DI RUED AlEnEE NOTE IA R AREA: 162 SF REMOVE EXILINGTMANHOLE ANDINSTA L 48"ANHOLE, \ SW-30.. REMOVE APPROXIMATELY 10 LF 9F EXISTING 8" SANITARY. \ INSTALL 51-F OF 8" PVC TRUSS PIPE ON EA�H SIDE OF MANHOLE AND I CONNECT TO EXISTING i P17-215 MH 51-2 RIM:699.16 IE IN: 8" CLAY, 1588.03, S IE OUT: 8" CLAY, 688.02, N I I I i 1122 E COLLEGE ST I I EXISTING — — � DINT (TYP) ALLEY 6" DRIVEWAY PAVEMENT APPROX. AREA: 2.8 SY 1126E COLLEGE ST \1 DESIGNED KK HEIM DRAWN GM REEVES ER CHECKED ER SCHALLERT 9-09 all m ftolmh APPROVED KK HEIM APPROVED ER SCHALLERT Stanley W147uka h Inc. REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21, 2023 "� NORTH T GENERAL NOTES: 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101, 8030.104 AND 8030.117. 3. THE SOUTH LIMIT OF COMPOSITE PATCH IS APPROXIMATELY 5 FEET SOUTH OF THE NORTH EDGE OF THE 1126 E COLLEGE ST DRIVEWAY. CITY OF 2023 SANITARY SEWER REPAIRS I MUSCATINE AVE C.J SCALE: 1" = 20' NO.30623.00 REV. MSA.05 0 FOR CONTINUATION SEE THIS SHEET BELOW RIGHT 10 NJOH I CP404 I NORTH ICEN ER' POINT CUT 6 S18-215 ' 18"� dREE CUT X� b c IOF C N RETE 433-1 of I S - I c..) w �q _ 3N0-_ �-.---.3�p - _3N0 =3MD-_ - 3407 3W- Q 1- 3i.p_ _ _ - I W O Z O O U 9 N I18" JREE 0 — — — — I STAGING D DISTURB _ '-AREA. SE NOTE 1. EXISTING �. 11.84 I APPRO REA: 270 SF 10 CONCRETE I JOINT (TYP) _ I FOR CONTINUATION SEE THIS SHEET ABOVE LEFT l 6 I REPAIR EXISTING 8" PIPE GENERAL NOTES: I APPROXIMATELY 52' SOUTH OF MANHOLE (S18-215) 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 41 c � SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. I PRES2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101 AND 8030.104. .E�� AND \ PROTECT EXISTIN 3. THE SOUTH LIMIT OF PCC PATCH IS APPROXIMATELY 3 FEET SOUTH OF THE NORTH EDGE OF I PLANTINGS (TYP) THE 6 NORWOOD CIRCLE DRIVEWAY. 1 CONCRETE DRIVE 1 w 10" o REE FULL DEPTH PATCH 5 8" PCC WITH 6" MODIFIED \ \ SUBBASE.REPLACE CURB AND GUTTER. \ \ APPROX AREA: 37.6 SY rQ 2802 REMOVE APPROXIMATELY 6LF OF 0 EXISTING 8" PIPE. INSTALL 61-F OF \ 04, \ 8" PVC TRUSS PIPE AND CONNECT 2 O TO EXISTING PIPE. PIPE DEPTH IS 9 \ ��j O APPROXI AT LWATION FEET DEEP. REPAIR SECTION �F 8" SANI AR SEWER INCLUDES EXISTING WYE \ \ CONNECTION. REPLACE WYE CP40 DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: 1" = 20' CHECKED ER SCHALLERTqmwAPPROVED KKHEIM m 2023 SANITARY SEWER REPAIRS NORWOOD CIRCLE N0.30623.00 REV. APPROVED ER SCHALLERT Stanley Consultants INC. MSA.06 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21. 2023 IOWA CITY IOWA z z H z Z O U } w z a 0 m 0 0 U CENTER JOINT OF CONCRETE Q20-325 >' TING MH 151-4 RIM:676.09 IE IN: 8" CLAY, 670.72, IE OUT: 8" CLAY, 670.70, REMOVE UP TO 6LF OF PIPINq IN EACH DIRECTION AT MANHOLE AND REPLACE WITH EW II REMOVE EXISTING MANHOLEA�}D REPLACE WITH NEW 60" DIAMETER MANHOLE, SW-301. IF DROP FRAM SOUTHEAST PIPE ENTERS MANHOLE 2' OR MORE ABOV�-T E INVERT, INSTALL NEW INTERNAL DROP C NECTION ON INCOMING 8" (OR 12") SANITARY L E.FROM;SOUTHEAST BOTTOM OF SLOPE PROT EXIST INLET REMOVE 2 TREES AS NECESSARY FOR CONSTRUCTION NOTE 3 J - c) EST LNG '6- STAGING AND DISTURBED AREA. SEE NOTE 1, APPROX AREA: 75 SF INSTALL RIP RAP, EROSION STONE, CLASS "E" REVETMENT ON BANK FOR EROSION PROTECTION. 18" DEPTH, APPROX 17 TONS. 30" RCP 1 NORTH ROW ei` GENERAL NOTES: I� '' ��//"" 1. RESTORE THE DISTURBED AREAS OUTSIDE OF rFIRE DRANT PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. FULL DEPTH PATCH WATERING AND WARRANTY INCLUDED. cMMPCC AND 6" 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL MODIFIED SUBBASE. APPROX AREA: 43.8 SYWITH SUDAS 8030.101 AND 8030.104. 3. TREE REMOVAL AND CLEARING AND GRUBBING WITHIN IDENTIFIED DISTURBANCE LIMITS SHALL — . — — -- — — — — — — — — BE PAID FOR BY CLEARING AND GRUBBING LUMP �EROVIDE POSTIVE DRAINAGE SUM. 22.00 d t INS�� i4 � 77 TO STORM INLET I I + I2" JREE PRESERV�LANDSCAPE BLOCK REPLACE IF DISTURBED 6" IREE PRESERVq PROTECT I FULL DEPTH DRIVEWAY PATCH, 6" PCC AND 6" MODIFIED SUBBASE. APPROX AREA: 16.4 S Q20-130 H 560-21 — � RW676.09 IE IN:' 665.27, SE IE OUT 664 / 930 RUNDELL ST AND "REES EXISTING 12" \ \; t 6"- TREE \ � EXISTING 24" \ TOP OF SLOPE RESE AND -- PROTECT \ 30" RCP- \ EXISTING' - CONCRETE JOINT (TYP) \ DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: 1" = 10' CHECKED ER SCHALLERT APPROVED KK HEIM ® 2023 SANITARY SEWER REPAIRS RUNDELL STREET N0.30623.00 REV. APPROVED ER SCHALLERT Stanley Consultants m MSA.07 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21, 2023 IOWA CITY IOWA NORTH N U m 0 0 a U 6" PCC DRIVEWAY _PAVEMENT. --- - APPROX AREA: 7 SY STAGING AND DISTRUBED APPROX AREA: 344 SF 711 FULL DE TH PATC� 10'� o 8" PCC ITH 6" MODIFIED SUBBAS . REPLACE C RB AND GUTTER. . A PROX AREA: 111.5 SY �II PRESERVE TREE 01 IY EXISTING CONCRETI i JOINT (TYf CENTER JOINT 2205 OF CONCRETE EXISTING PAVEMENT JOINT (TYP) - 0 0 0 o P 03 8 .253 K NAIL boc APPROX LOCATION 01` — — EXISTING CURB CUT. `Z INSTALL NEWICURB AND GUTTER THRW THIS AREA TWO BORE D UTILITIES GO THROU H SANITARY SEWER AT A LOCATION F 712 128' SOUTf FROM MANHOL - (R19-105) AT THE INTERSE ION OF 2ND AVE AIND D STREET.0 NTRACTOR bAND PPORT FROM CITY FIELD STAFF LIY COMPANY TO IDENTIFY WHAT UTILITIES GO THROUGH EXI ANITARY COORDINATE WITH UTILITY C MPANY IX E qR CAP LINES IF NEEDE ISTING 8" PIPE. INSTALL 6 LF OF PVC TRUSS PIPE AND CONNECT 1 EXISTINC}P1RE WHIICH IS PROXIMATELY T DEEP GENERAL NOTES: 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101 AND 8030.104. 3. THE NORTH LIMIT OF PCC PATCH IS APPROXIMATELY 2 FEET SOUTH OF THE NORTH EDGE OF THE 711 2ND AVENUE DRIVEWAY. a cn .„ N DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: 1" = 20' CHECKED ER SCHALLERT gallmmbs APPROVED KK HEIM m 2023 SANITARY SEWER REPAIRS 2ND AVE N0.30623.00 REV. APPROVED ER SCHALLERT Stanley Gonsuftants INC. MSA.08 0 REVISIONS DSGN CHKD APVD DATE DATE DECEMBER 21, 2023 IOWA CITY IOWA O m 0 0 U 1603 REMOVE EXISTING MANHOLE AND 8 LF O'FEXiSTIN(::s V*_ REPLACE WITH NEW 48" DIAMETER SW-301 MANHOLE. INSTALL 4 LF OF 8" PVC TRNESS PIPE (ON EACH SIDE OF W MANHOLE) AND CONNECT OO EXISTING PIPE Lo CONCRETE c�v STAGING AND DISTURBED AREA, SEE NOTE 1, APPROX AREA: V SF PROTECT EXISTI 14G DRIVEWAY I STAGIN3 AND DISTUR�E AREA, E EE NOTE 1, APPRO AREA: 13 SF fJ 1629 � J W Q U = co d Q - - -OHE IF- - - - APPROXIMATE, CENTERLINE/ PAVEMENT i C 00 16.878 CUT X boc 25' 0 i c -M EXISTING 8" VCP SANITARY EDGE OF PATCI- END 2' NORTH C INLET STRUCTU �I-OHE-- - -OHE- - PROTECT-C-XFSTING _ INLETS AND CURB. AND GUTTER (TYP) M H 511-0,(022-65) RIM:709.64 IE IN: 8" CLAY, 701.03, S IE OUT: 8" CLAY, 700.94, N NORTH GENERAL NOTES: 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101 AND 8030.104. 3. THE SOUTH LIMIT OF PCC PATCH IS APPROXIMATELY 2 FEET SOUTH OF THE SOUTH EDGE OF THE 1629 SPRUCE STREET DRIVEWAY. N DESIGNED I HEIM CITY OF IOWA CITY SCALE: 120' DRAWN GM REEVES " = G CHECKED ER SCHALLERT APPROVED KK HEIM 2023 SANITARY SEWER REPAIRS SPRUCE ST N0.30623.00 REV. APPROVED ER SCHALLERT Stanley Consultants INc MSA.09 0 REVISIONS DSGN CHKD APVD DATE JDATE DECEMBER 21. 2023 IOWA CITY IOWA 0 Lo m 0 0 U SEWER CO INUES TOWARDS L CAS ST INTER MH 46-5 (P17-105) -CTV 828 ALPHA OMEGA SORORITY _ —1 — _ _ _ _ — _ — — _ _ — — INSTALL 48" DIAMETER REMOVE APPROXIMATELY 13LF OF SEWER MANHOLE, SW-301 INCLUDING BROKEN PIPE TO THE WEST OF OVER PRIVATE SERVICE TlJr-SERlf'r'� 1 IAIC IAI C`TAI 1 AI � 11C O�-11V/( CTV FULL DEPTH PATCH 3" HMA OVER 8" PCC WITH 6" MODFIED SUBBASE. APPROX AREA: 39.2 SY CP407 693.840 CUT X boc WE "E E WASHINGTON ST (ASPHALT) REPAIR AND REPLACE MEDIAN CURBING AND SEEDING. SEE NOTE 1 AND 5. APPROX AREA: 364 SF — FC wv G G I. I I I I I 807 I FO FO TRUZ.S_PIPE EACH -SIDE OF INEW MANHOLEAND CONNECT TO EXISTING PIPE. CONNECT TO SERVICE FROM SOUTH TO MANHOLE 36.00 APPROXIMATE LOCATION / OF 8" SANITARY SEWER ��— L W W W W W W CPJ406 --- -- 2.471 -- - REFLECTIVE CRACK CUT X boc \, CENTER LINE JOINT AREAS RESERVED FOR CONSTRUCTION STAGING/ LAYDOWN, 571 SQ FT FO 10 FO FO PIPE IS BROKEN 336' WEST OF BRICK MH 52-2 (P17-90) WASHINGTON ST. RIVEWAY PRIVATE COMBINED SERVICE FROM - SOUTH CONINIECT-2 SEW€R-AT 333'- - - >— — — — — — — �- — -APPROX. 9-DEEP.-- M- 1152-2 (P17-90) r POSSIBLE WATER ALVE IS WEST OF S GOVERNOR ST. (FIELD CONFIRM IF ATER OR GAS IF IMPACTED BY CONSTRUCTION) I 103 I I I PI BETA PHI HOUSE � I � 815 I I I i I I NORTH GENERAL NOTES: 1. RESTORE THE DISTURBED AREAS OUTSIDE OF PAVEMENT PATCHES WITH SUDAS TYPE 1 SEEDING, FERTILIZER, AND MULCHING. WATERING AND WARRANTY INCLUDED. 2. COORDINATE CONSTRUCTION TRAFFIC CONTROL WITH SUDAS 8030.101 AND 8030.104. 3. THE WEST LIMIT OF COMPOSITE PATCH IS APPROXIMATELY IN LINE WITH THE WEST EDGE OF THE E WASHINGTON STREET CENTER MEDIAN. 4. REFLECTIVE CRACKING IS NOT EVENLY SPACED. VERIFY WITH CITY EXACT REMOVAL LIMITS. 5. REMOVE PLANTINGS OR REPLACE PLANTINGS TO MATCH EXISTING. COORDINATE WITH CITY. =k r-3 W DESIGNED KK HEIM CITY OF IOWA CITY DRAWN GM REEVES SCALE: 1" = 40' CHECKED ERSCHALLERT APPROVED KK HEIM m 2023 SANITARY SEWER REPAIRS WASHINGTON STAPPRN0.30623.00 REV. REVISIONS DSGN CHKD APVD DATE DATE OVDECEMBER 21ED ER L20 3 ERT Stanley COnSu�CY1t5 INC MSA.10 0 IOWA CITY IOWA O APPENDICES The following figures from the SUDAS Standard Specifications and Supplemental Specifications are attached for convenient reference. Please review the sections of this Project Manual entitled, SUDAS Standard Specifications, General Supplemental Specifications, and Supplemental Specifications as the figures includes by reference will need to be obtained from the provided referenced websites. SUDAS Standard Specifications and Iowa City Supplemental Specification Figures: ■ Figure 3010.101: Trench Bedding and Backfill Zones ■ Figure 3010.102: Rigid Gravity Pipe Trench Bedding ■ Figure 3010.103: Flexible Gravity Pipe Trench Bedding ■ Figure 3010.201: Specific Trench Bedding and Backfill Zones ■ Figure 4010.201: Sanitary Sewer Service Stub ■ Figure 6010.301: Circular Sanitary Sewer Manhole ■ Figure 6010.303: Sanitary Sewer Manhole Over Existing Sewer ■ Figure 6010.308: Internal Drop Connection for Sanitary Sewer Manhole ■ Figure 6010.601: Castings for Sanitary Sewer Manholes ■ Figure 7010.101: Joints ■ Figure 7010.102: PCC Curb Details ■ Figure 7010.901: PCC Pavement Jointing ■ Figure 7010.904: Typical Jointing Layout ■ Figure 7030.101: Concrete Driveway, Type A W ■ Figure 7030.103: Driveway Grading c-) .. . ■ Figure 7030.201: Classes of Sidewalk rev ■ Figure 7030.204: General Features of an Accessible Sidewalk ." M ■ Figure 7030.205: General Sidewalk and Curb Ramp Details == ■ Figure 7030.207: Curb Ramp for Class B or C Sidewalk •• ■ Figure 7030.210: Detectable Warning Placement X_ ■ Figure 7030.301: Sidewalk Connection ■ Figure 7040.101: Full Depth PCC Patches less than or equal to 15' long ■ Figure 7040.102: Full Depth Patches Greater than 15' Long ■ Figure 8030.101: Temporary Traffic Control General Information ■ Figure 8030.102: Work Off Pavement with Minor Encroachment onto Traveled Way ■ Figure 8030.103: Work in Center of Low Volume Street ■ Figure 8030.104: Lane Closure on Low Volume Street (Self -Regulating) ■ Figure 8030.105: Lane Closure for Short -Term or Moving Operations Using a Single Flagger ■ Figure 8030.106: Lane Closure on Two -Lane Road Using Two Flaggers ■ Figure 8030.110: Lane Closure on Multi -Lane Street ■ Figure 8030.111: Lane Closure at an Intersection ■ Figure 8030.112: Lane Closure on the Far Side of an Intersection ■ Figure 8030.116: Street or Road Closure ■ Figure 8030.117: Sidewalk Detour 2023 Sanitary Sewer Repairs Project Page 1 of 60 ■ Figure 8030.118: Sidewalk Diversion ■ Figure 8030.119: Closure of Marked or Unmarked Crosswalk ■ Figure 9030.101: Planting Pit ■ Figure 9030.102: Tree Staking, Guying, and Wrapping ■ Figure 9030.103: Tree Drainage Well 2023 Sanitary Sewer Repairs Project Page 2 of 60 Refer to the contract documents for specific material and placement requirements. 1Q Required only when specified in the contract documents or when directed by the Engineer. Key OD = Outside diameter of pipe D = Inside diameter of pipe TW = Trench width at top of pipe \ d = Depth of bedding material below pipe r Bury Depth v , TW Final Trench Backfill OD C, a 12" min. \ Secondary Backfill i OD/2 Primary Backfill n Springline of Pipe i D —k Haunch Support OD/2 ---- ---- OD/6 pQ A D9QP p oOQp p DO p:c-. J :a a•: tJ, p:a..e J REVISION �} SUDAS (�IOWADOT ;00".•,� g•0. Pipe Bedding 0W-101 FIGURE 8010.101 STANDARD ROAD PLAN SHEETiof1 Over -excavation and a Foundation Stone REVISIONS- Replaced laws DOT and SUDAS logos. x �u.4 �. o..•d- �cionl $ M.czA m o T TRENCH BEDDING AND BACKFILL ZONES UV IVA.J 1 U%DL: IJIV I"IZilivimfR I f[lJMLJVVtA 1 J RCP AND VCP CIRCULAR PIPE BEDDINGO TW 1.25 x OD (OD, 8" min.) � \ OD/4 or 4"'mil n. p Plain or Reinforced - OD Concrete as Specified OD/4 ICI Class I Beddin, Material 'Tl C m r 0 0 O N En 2 m m d O n N 1.25 x OD (OD+g"min.) O TD CLASS R-3 CLASS R-4 Concrete Cradle Concrete Top REINFORCED CONCRETE ARCH AND ELLIPTICAL PIPE BEDDING CLASS R-5 Arch :lass I 3edding Aateria9 d CLASS R-5 Vertical Elliptical Class I Bedding Matedal OD/2 T1 /2 T d (;LASS K-b Horizontal Elliptical Refer to sheet 2 for bury depth restrictions. O1 Use Bedding Class R-1 or R-2 unless specified otherwise. OPlace remainder of bedding and backfill materials as specified in the contract documents. Key OD = Outside diameter of pipe OS = Outside span of pipe TW = Trench width at top of pipe: Min. = OD+18 inches Max.= 1.25xOD+12 inches OR 54 inches (whichever is greater) d = Depth of bedding material below pipe: OD/8 or OS/8, OR 4 inches (whichever is greater) C= r—j rV l� r i • i USSUDAS Q"CWADOT RE SON 4 04-20-21 SW'1 02 FIGURE 3010.102 STANDARD ROAD PLAN ;lass I SHEET 1 off 2 ledding REVISIONS: Addeo — DO NOT USE ON PRIMARY ROADWAYS. Aateria9 RIGID GRAVITY PIPE TRENCH BEDDING _n rn w. C ALLOWABLE BURY DEPTH CLASS III RCP CLASS IV RCP .5r. CLASS V RCP EXTRA STRENGTH VCP CONCRETE ARCH PIPE HORIZONTAL ELLIPTICAL RCP VERTICAL ELLIPTICAL RCP C '� wo W SUDAS (0IOWADOT REVISION 4 ob-zo-z1 SW-102 o FIGURE 3010.102 STANDARD ROAD PLAN N SHEET2o 2 REVISIONS'. Adde note DO NOT USE ON PRIMARY ROADWAYS. (A m m I N RIGID GRAVITY PIPE T TRENCH BEDDING N Pipe Diameter (in) Class R-1 Bedding Class R-2 Bedding Class R-3 8 R-4 Bedding No Steel As=0.4% As=1.0% 12 T 10' 15' 19' 2T 15 B' 10' 16' 19' 2T 18 8' 11' 16' 20' 40' 21 B' 11' 18' 26' 40' 24 8' 12' 23' 36' 40' 27 10' 15' 30' 40' 40' 30 11' 15 29' 40' 40' 33 11' 15' 28' 40' 40' 36 11' 15' 2T 40' 40' 42 11' 15' 26' 38' 40' 48 11' 15' 26' 36' 40' 54 11' 15' 25' 34' 40' 60 11' 15' 25' 33' 40' 66 11' 15 24' 32' 40' 72 11' 15' 24' 32' 40' As =Area of Steel Reinforcng Bedding Class Pipe Dla. (in) R-1 R-2 R-3 & R4 No Steel As=0.4 % As=1.0% 6 25' 30' 30' 30' 30' 8 20' 26' 30' 30' 30' 10 18' 23' 30' 30' 30' 12 18' 20' 30' 30' 30' 15 15' 19' 28' 30' 30' 18 14' 18' 30' 30' 30' 21 15' 22' 30' 30' 30' 24 18' 28' 30' 30' 30' 27 20' 30' 30' 30' 30' 30 19' 29' 30' 30' 30' 33 20' 30' 30' 30' 30' 36 30' 30' 30' 39 j�i 30' 30' 30' 42 30' 30' 30' As =Area of Steel Reinforcing Pipe Diameter (in) Class R-1 Bedding Class R-2 Bedding Class R-3 8 R� Bedding No Seel As�.4 % As=1.0% 12 12' 15' 23' 28' 40' 15 12' 16' 23' 30' 40' 18 13' 16' 29' 40' 40' 21 13' 1 B' 40' 40' 40' 24 16' 23' 40' 40' 40' 27 19' 30' 40' 40' 40' 30 19' 29' 40' 40' 40' 33 19' 28' qp' 40' 40' 36 19' 28' 40' 40' 40' 42 18' 2T 40' 40' 40' 48 18' 26' 40' 40' 40' 54 18' 25' 40' 40' 40' 6p 18' 25' 40' 40' 40' 66 18' 25' 40' 40' 40' 72 18' 24' 40• 40' 40' As Area of Steel Reinforcing Pipe Size (In x in) EDgw. (in) Pipe Class A -III A -IV 18x11 15 6' 11' 22 x 13 18 6' 11' 26 x 15 21 6' 13' 29x18 24 T 15' 36 x 22 30 8' 15' 44 x 27 36 8' 14' 51 x 31 42 8' 15' 58 x 36 48 8' 15' 65 x 40 54 8' 15' 73 x 45 60 8' 14' BB x 54 72 9' 14' Based on Class R-5 bedding Pipe Size (in x m) Equiv. Dia. (in) Pipe Class HE -III HE -IV 14 x 23 18 12' 22' 19 x 30 24 15' 29' 22 x 34 27 15' 28' 24 z 38 30 15' 27' 27 x 42 33 15' 27' 29 x 45 36 15' 26' 32 z 49 39 15' 26' 34 x 54 42 15' 25' 38 x 60 48 15' 25' 43 x 68 54 15' 24' 48 x 78 60 15' 24' 53 x 83 66 15' 24' 58 x 91 72 15' 24' 63 x 98 78 15' 23' 68 x 106 84 15' 23' Based on Class RS bedding Pipe Diameter (in) Class R-1 Bedding Class R•2 Bedding Class � 8 R� Bedding No Sleel As=O.d% As=1.0% 12 18' 23' 35' 40' 40' 15 19' 24' 40' 40' 40' 18 19' 30' 40' 40' 40' 21 25' 40' 40' 40' 40' 24 34' 40' 40' 40' 40' 27 40' 40' 40' 40' 4p' 30 40' 40' 40' 40' 40' 33 40' 40' 40' 40' 40' 36 40' 40' 40' 40' 40' 42 37' 40' 40' 40' 40' 48 35' 40' 40' 40' 40' 54 33' 40' 40' 40' 40' 6p 32' 40' 40' 40' 40' 66 31' 40' 40' 40' 40' 72 37' 40' 40' 40' 40' As Area of Steel Reinforcing Pipe Size (Iin) Equiv. �) Pipe Class VE-III VNV VE-V VE-VI 23 x 14 18 10' 15' 22' 33' 30 x 19 24 10' 16' 34' 40' 34 x 22 27 11' 20' 40' 40' 38 x 24 30 12' 23' 40' 40' 42 x 27 33 15' 30' 40' 40' 45 x 29 36 15' 29' 40' 40' 49 x 32 39 15' 29 40' 40' 54 x 34 42 15' 28' 40' 40' 60 x 38 48 15' 2T 40' 40' 68 x 43 54 15' 27' 40' 40' 76 x 48 60 15' 26' 40' 40' 83 x 53 66 15' 25' 40' 40' 91 x 58 72 15' 25' 40' 40' 98 x 63 78 15' 25' 40' 40' 106 x 68 84 15' 24' 40' 40' Based on Class R-5 bedding 1 4" min. OD BEDDING CLASSES CLASS F-1 �— Class I Bedding Material lass I adding Iaterial ALLOWABLE BURY DEPTH(2) PVC PIPE Pipe Diameter ASTM D 3034 ASTM F 679 ASTM F 949 ASTM F 1803 ASTM D 2680 (in) Solid Wall Solid Wall Comig. Exterior Closed Profile Composite (Truss Type) SDR 23.5 SDR 26 SDR 35 SDR 35 8 30' 28' 24' --- 24' --- 32' 10 30' 28' 24' --- 24' --- 32' 12 30' 28' 24' --- 24' --- 32' 15 30' 28' 24' --- 24' --- 32' 18 ___ ___ ___ 24' 24' ___ --- 21 --- --- --- 24' 24' 24' --- 24 --- --- --- 24' 24' 24' --- 27 --- ___ -__ 24' ___ 24' --- 30 --- --- --- 24' 24' 24' --- 33 --- --- --- 24' --- --- --- 36 --- --- --- 24' 24' 24' 42 --- ___ ___ 24' --- 24' --- 48 ___ --- ___ 24' --- 24' ___ 54 --- ___ ___ ___ ___ 24• --- 60 --- ___ ___ ___ --- 24' il DUCTILE IRON, AViWA C151, CLASS 52 DO NOT USE ON PRIMARY ROADWAYS Pipe Diameter (in) Class F-1 Bedding Class F-2 Bedding Class F-3 Bedding 4 40' 40' 40' 6 40' 40' 40' 8 49 40' 40' 10 40' 40' 40' 12 37' 40' 40' 14 31' 40' 40' 16 28' 37' 40' 18 25' 34' 40' 20 23' 32' 40' 24 20' 29' 38' 30 18, 23' 31' 36 18, 22' 30' 42 17' 21' 29' 48 16, 19, 27' 54 16' 1 19, 27' J O1 Place remainder of bedding and,barfkfill matq&la as speed in the contract documents,, 1 '� Q2 Minimum depth of bury 12 inchek3as spea'I"iWby the manufacturer.' ALLOWABLE BEDDINGMLASSEIS s PIPE MATERIAL STORM SEW99' SANhRY SEWER Ductile Iron F-1, F-2, F-3 F-1, F-2, F-3 HDPE F-2, F-3 Not allowed Polypropylene F-2, F-3 F-3 PVC F-2, F-3 F-3 Key OD = Outside diameter of pipe TW = Trench width at top of pipe: Min. = OD+18 inches OR 1.25xOD+12 inches (whichever is greater) HDPE PIPE Pipe Diameter (in) AASHTO M 294 12 8' 15 9' 18 9' 24 9' 30 9' 36 9' 42 8' 48 8' 54 8' 60 8' POLYPROPYLENE PIPE Pipe Diameter (in) ASTM F 2764 12 24' 15 25' 18 22' 24 20' 30 22' 36 21' 42 22' 48 23' 54 21' 60 21' U} SUDAS IpIOWADOT a 04-20-21 FIGURE 3010.103 STANDARD ROAD PLAN SW 1 U3 SHEET 1 of 1 REVISIONSAdtl n DO NOT USE ON PRIMARY ROADWAYS. FLEXIBLE GRAVITY PIPE TRENCH BEDDING NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 65% RELATIVE DENSITY. 4. COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY. 5. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE _ D = INSIDE DIAMETER OF PIPE OD+18" OR 1.25XOD+12" (WHICHEVER IS GREATER) d = DEPTH OF BEDDING MATERIAL BELOW PIPE BURY DEPTH LEGEND CLASS I BEDDING MATERIAL CLASS II BACKFILL MATERIAL J J OVER -EXCAVATION AND FOUNDATION STONE PAVEMENT ' .d SUBBASE UNDISTURBED EARTH IF SUBGRADE TREATMENT IS SPECIFIED, 2' MINIMUM OF SUITABLE CLASS III / IVA / IVB BACKFILL MATERIAL TO BE USED INSTEAD OF CLASS II BACKFILL MATERIAL FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY UP TO THE FINAL ONE FOOT. THE FINAL ONE FOOT SHOULD BE COMPACTED TO AT LEAST 98% STANDARD PROCTOR DENSITY. SECONDARY BACKFILL, SEE NOTE 4 OD/2 1 1 PRIMARY BACKFILL, SEE NOTE 3 SPRINGLIN,E OF PIPE D OD/2_ HAUNCH SUPPORT, SEE NOTE 2 ij PIPE BEDDING c\j N - OD/6 OVER -EXCAVATION d, 4" MIN j� AND FOUNDATION STONE, REQUIRED ONLY cz)` "�`�^` CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT _. COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION DIP GRAVITY FLOW SEWERS UNDER OR WITHIN FIVE FEET OF PAVEMENT SHEET 1 OF 8 NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 65% RELATIVE DENSITY. 4. COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY. OBTAIN REQUIRED COMPACTION WITHIN A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4% ABOVE OPTIMUM MOISTURE CONTENT. 5. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE _ D = INSIDE DIAMETER OF PIPE OD+18" OR 1.25XOD+12" (WHICHEVER IS GREATER) d = DEPTH OF BEDDING MATERIAL BELOW PIPE ME COMPACT BEDDING MATERIAL LEGEND CLASS I BEDDING MATERIAL CLASS II BACKFILL MATERIAL CLASS III / IVA / IVB SUITABLE BACKFILL MATERIAL OVER -EXCAVATION AND FOUNDATION STONE CLASS V BACKFILL MATERIAL (E.G. TOPSOIL) UNDISTURBED EARTH FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY WITHIN RIGHT-OF-WAY AND 90% STANDARD PROCTOR DENSITY OUTSIDE THE RIGHT-OF-WAY; OBTAIN REQUIRED COMPACTION WITHIN A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4% ABOVE OPTIMUM,.MOISTURE CONTENT - SECONDARY BACKFILL, gE NOlI4 C`J PRIMARY BACKFILL, SEEAOTE 3 HAUNCH SUPPORT, SEEINOTE'P -" PIPE BEDDING OVER -EXCAVATION AND FOUNDATION STONE, REQUIRED ONLY WHEN SPECIFIED IN THE CONTRACT DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION DIP GRAVITY FLOW SEWERS IN UNPAVED AREA SHEET 2 OF 8 NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY. 4. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD+18" OR 1.25XOD+12" (WHICHEVER IS GREATER) d = MINIMUM DEPTH OF BEDDING MATERIAL BELOW PIPE = OD/8 OR 4" (WHICHEVER IS GREATER) BURY DE SPR '. .a. .••. .� a.. �;_ VVIV�JV LI V/"�IL/"�IVV IVIV VLI I/'11LL1 COMPACT BEDDING MATERIAL LEGEND CLASS I BEDDING MATERIAL CLASS II BACKFILL MATERIAL OVER -EXCAVATION AND FOUNDATION STONE PAVEMENT •� ° • .a SUBBASE UNDISTURBED EARTH IF SUBGRADE TREATMENT IS SPECIFIED, 2' MINIMUM OF SUITABLE CLASS III / IVA / IVB BACKFILL MATERIAL TO BE USED INSTEAD OF CLASS II BACKFILL MATERIAL FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY UP TO THE FINAL ONE FOOT. THE FINAL ONE FOOT SHOULD BE COMPACTED TO AT LEAST 98% STANDARD PROCTOR DENSITY. SECONDARY BACKFILL, SEE NOTE 3 PRIMARY BACKFILL, SEE NOTE 3 HAUNCH SUPPORT, SEE NOTE 2 PIPE BEDDING OVER -EXCAVATION AND FOUNDATION STONE, REQUIRED ONLY WHEN SPECIFIED IN THE CONTRACT DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION PRESSURE PIPE - DIP OR PVC (C-900) SHEET 3 OF 8 UNDER OR WITHIN FIVE FEET OF PAVEMENT NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY. 4. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD+18" OR 1.25XOD+12" (WHICHEVER IS GREATER) d = MINIMUM DEPTH OF BEDDING MATERIAL BELOW PIPE = OD/8 OR 4" (WHICHEVER IS GREATER) O D/2 SPRINGLINE OF PIPE OD/2 CONSOLIDATE AND MODERATELY COMPACT BEDDING MATERIAL BEDDINGCLASS I CLASS 11 BACKFILL MATERIAL SUITABLEMal BACKFILL •MATERIAL 1-IO�11{J OVER -EXCAVATION AND FOUNDATION STONE .��s TOPSOIL) UNDISTURBED EARTH FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY WITHIN RIGHT-OF-WAY AND 90% STANDARD PROCTOR DENSITY OUTSIDE THE RIGHT-OF-WAY; OBTAIN REQUIRED COMPACTION WITHIN A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4% ABOVE OPTIMUM MOISTURE CONTENT SECONDARY BACKFILL, SEE NOTE 3 PRIMARY BACKFILL, SEE NOTE 3 HAUNCH SUPPORT, SEE NOTE 2 PIPE BEDDING OVER -EXCAVATION AND FOUNDATION STONE, REQUIRED ONLY WHEN SPECIFIED IN THE CONTRACT DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION PRESSURE PIPE - DIP OR PVC (C-900) IN UNPAVED AREA SHEET 4 OF 8 NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 65% RELATIVE DENSITY. 4. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD+18" OR 1.25XOD+12" (WHICHEVER IS GREATER) d = DEPTH OF BEDDING MATERIAL BELOW PIPE BURY DEPTH \ cl;:; c�12", MIN' " 0D/2 SPRINGLINF-PF PIPE OD/2 d, 4" MIN —' `— CONSOLIDATE AND MODERATELY COMPACT BEDDING MATERIAL LEGEND CLASS I BEDDING MATERIAL CLASS II BACKFILL MATERIAL OVER -EXCAVATION AND FOUNDATION STONE PAVEMENT d.•d SUBBASE UNDISTURBED EARTH IF SUBGRADE TREATMENT IS SPECIFIED, 2' MINIMUM OF SUITABLE CLASS III / IVA / IVB BACKFILL MATERIAL TO BE USED INSTEAD OF CLASS II BACKFILL MATERIAL FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY UP TO THE FINAL ONE FOOT. THE FINAL ONE FOOT SHOULD BE COMPACTED TO AT LEAST 98% STANDARD PROCTOR DENSITY. SECONDARY BACKFILL, SEE NOTE 3 PRIMARY BACKFILL, SEE NOTE 3 HAUNCH SUPPORT, SEE NOTE 2 PIPE BEDDING OVER -EXCAVATION AND FOUNDATION STONE, REQUIRED ONLY WHEN SPECIFIED IN THE CONTRACT DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION PVC TRUSS PIPE GRAVITY FLOW SEWERS UNDER OR WITHIN FIVE FEET OF PAVEMENT SHEET 5 OF 8 NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 65% RELATIVE DENSITY. 4. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD+18" OR 1.25XOD+12" (WHICHEVER IS GREATER) d = DEPTH OF BEDDING MATERIAL BELOW PIPE BURY DEPTH � OD12 SPRINGLIN OF PIPE ,:... c.) OD/2 r.: r� d, 4" MIN CONSOLIDATE AND MODERATELY COMPACT BEDDING MATERIAL SUITABLE BACKFILL MATERIAL AND FOUNDATION STONE UNDISTURBEDOVER-EXCAVATION .' FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY WITHIN RIGHT-OF-WAY AND 90% STANDARD PROCTOR DENSITY OUTSIDE THE RIGHT-OF-WAY; OBTAIN REQUIRED COMPACTION WITHIN A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4% ABOVE OPTIMUM MOISTURE CONTENT SECONDARY BACKFILL, SEE NOTE 3 PRIMARY BACKFILL, SEE NOTE 3 HAUNCH SUPPORT, SEE NOTE 2 PIPE BEDDING OVER -EXCAVATION AND FOUNDATION STONE, REQUIRED ONLY WHEN SPECIFIED IN THE CONTRACT DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION PVC TRUSS PIPE GRAVITY FLOW SEWERS SHEET 6 OF 8 IN UNPAVED AREA NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY. 4. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE OS = OUTSIDE SPAN OF PIPE TW = TRENCH WIDTH AT TOP OF PIPE d = DEPTH OF BEDDING MATERIAL BELOW PIPE MINIMUM = OD+18" OD/8 OR OS/8 OR 4" (WHICHEVER IS GREATER) MAXIMUM = 1.25XOD+12" OR 54" I (WHICHEVER IS GREATER) BURY DEPTH SPRINGLINE OF PIPE CONSOLIDATE AND MODERATELY COMPACT BEDDING MATERIAL LEGEND CLASS I BEDDING MATERIAL CLASS II BACKFILL MATERIAL OVER -EXCAVATION AND FOUNDATION STONE PAVEMENT •• "• ' •a SUBBASE UNDISTURBED EARTH IF SUBGRADE TREATMENT IS SPECIFIED, 2' MINIMUM OF SUITABLE CLASS III / IVA/ IVB BACKFILL MATERIAL TO BE USED INSTEAD OF CLASS II BACKFILL MATERIAL FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY UP TO THE FINAL ONE FOOT. THE FINAL ONE FOOT SHOULD BE COMPACTED TO AT LEAST 98% STANDARD PROCTOR DENSITY. SECONDARY BACKFILL SEE NOTE 3 PRIMARY BACKFILL, St4 NOTE HAUNCH SUPPORT, SEE NOTE 2 PIPE BEDDING OVER -EXCAVATION AND FOUNDATION STONE, REQUIRED ONLY WHEN SPECIFIED IN THE CONTRACT DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION RCP GRAVITY FLOW SEWERS UNDER OR WITHIN FIVE FEET OF PAVEMENT SHEET 7 OF 8 NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY. OBTAIN REQUIRED COMPACTION WITHIN A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4% ABOVE OPTIMUM MOISTURE CONTENT. 4. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY OD = OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE OS = OUTSIDE SPAN OF PIPE TW = TRENCH WIDTH AT TOP OF PIPE d = DEPTH OF BEDDING MATERIAL BELOW PIPE MINIMUM = OD+18" OD/8 OR OS/8 OR 4" (WHICHEVER IS GREATER) MAXIMUM = 1.25XOD+12" OR 54" (WHICHFVER IS GRFATFR) BUF V VI`1VVLI I" -l1- lvlV I1r-,I-I COMPACT BEDDING MATERIAL LEGEND CLASS I BEDDING MATERIAL CLASS II BACKFILL MATERIAL CLASS III / IVA / IVB SUITABLE BACKFILL MATERIAL OVER -EXCAVATION AND FOUNDATION STONE CLASS V BACKFILL MATERIAL (E.G. TOPSOIL) UNDISTURBED EARTH FINAL TRENCH BACKFILL COMPACT TO AT LEAST 95% STANDARD PROCTOR DENSITY WITHIN RIGHT-OF-WAY AND 90% STANDARD PROCTOR DENSITY OUTSIDE THE RIGHT-OF-WAY; OBTAIN REQUIRED COMPACTION WITHIN A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4% ABOVE OPTIMUM MOISTURE CONTENT SECONDARY BACKFILL, SEE NOTE 3 PRIMARY BACKFILL; SEE ( ITE 3- HAUNCH SUPPORT, SEE4-4bTE 2 PIPE BEDDING OVER-EXCAVATION CA AND FOUNDATION STONE, REQUIRED ONLY WHEN SPECIFIED IN THE CONTRACT DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) IO WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION RCP GRAVITY FLOW SEWERS IN UNPAVED AREA SHEET 8 OF 8 1O Place bedding and backfill material as required for sewer main. O2 Service Line Slope: 4 inch: 2% to 5% 6 inch and greater: 1 % to 5% ROW Line Location Post 10, Sanitary Sewer Main Trench Wall 10' to 12' a Sanitary Sewer Main Tee or Wye Service Line �•+�✓ Slope T,1 pro p R Ao .Rp v T Cap or Plug m Class I Bedding Material po / 22.5° to 45° 'IV S ON SANITARY SEWER SERVICE STUB SUDAS QIOWADOT 2 04-21.20 M + A ° °o W ° ° ° °� ° FIGURE 4010.201 STANDARD ROAD PLAN " " -2O ° ^OQ SHEET 1 d2 (�6] REVISIONS: Ch-n d1101-8e dhg Metrlal. S2 t!1 S m m o SANITARY SEWER SERVICE STUB T N ROW Line 10' Location Post -ta r•..� /\\\ Sanitary Sewer Main Trench Wall \\ \j 10' to 12' Service Line 2 jam/ \\ SlopeO \� Cap or Plug Sanitary Sewer Main Place bedding and backfill material as required for sewer main. \\/' %\ Service Riser \/ /\\ Service Line Q2 Service Line Slope: 4 inch: 2% to 5% Tee or Wye SlopeO //\�6 inch and greater: 1% to 5% If service riser slope is steeper than 1:1, construct riser of entire service line with schedule 40 PVC (ASTM D 1785) or ductile iron (AWWA C151, Class 52). Use single length of pipe for riser, if possible. j oQ p°�:.a go :tP" . one:• \//\�/�\\//\�// ://\\/�\ Class I BeddingO Material SupportBench zREVISoa-zi-zo 18" min. gD SUDAS QIOWADOT 22.5' to 45° SW201 FIGURE 4010,201 STANDARD ROAD PLAN SHEET z of z RevisioNs enen9ea Q SANITARY SEWER SERVICE STUB WITH RISERSIDAS mio ewemem.en�. DIR o.d�11u� m o ° ° SANITARY SEWER SERVICE STUB T N Depth Lowest Flowline 8" min. TYPICAL SECTION Location Static ealant (typ.) st Riser -tions st Base with Riser Section ible Pipe action (typ.) Class I Bedding Material PLAN If manhole depth exceeds 20 feet, install steps. Install infiltration barrier. 0 For additional configurations, maintain a minimum of 12 inches of concrete between vertical edges of pipe openings. Q2 12 inch minimum riser height above all pipe openings. O3 When specified, provide an eccentric flat top In Lieu of eccentric cone section. w r ^+a cn Manhole Diameter (inches) Maximum Pipe Diameter O (inches) for 2 Pipes At 1800 Separation At 90 Separation 48 24 18 60 36 24 72 42 30 84 48 36 96 60 42 Depth Precast Riser I Section with Square Bottom Edge I 12"® min. t1'-09`5Y,-•Pp Lowest Existing Sewer Flowline Class I •b. o. P��bp�0� Bedding Material O'•�a60 ��°� �••a Cast -in -place op • oQpoop. Base L 12" 4" Casting 27" dia. Manhole Diameter Concrete Fillet 1 Possible _�C5,�New Pipe 6" min. TYPICAL SECTION Location Stati 5 Precast Top Joint Sealant (typ.) PLAN Precast Riser Sections Non -shrink Grout Class I Bedding 2. Material qqp, dO pQ :6. Ja Flow ..O.Qo �b°•'.Qo �b°�.qo' Existing Sewer i Qoa. •�Qoa. •� ° p�•.Qpo�• 8" min. Class 1 #4 Bars @ 12" o.c. Bedding Material Each Way r..4 F w N If manhole depth exceeds 20 feet install steps. Install infiltration barrier. M Q1 For new pipe connections, provide cored opening with flexible pipe connector. ;..r'i Q2 For existing pipe connections, provide an arched opening with a diameter up to 6 inches larger than outside diameter of pipe. Install waterstop around existing pipe. Fill void between pipe and opening with non -shrink grout. For additional configurations, maintain a minimum of 12 inches of concrete between vertical edges of pipe openings. ® 12 inch minimum riser height above all pipe openings. QS When specified, provide an eccentric flat to In Lieu of eccentric cone section. Manhole Maximum Pipe Diameter 3 Diameter (inches) for 2 Pipes At 180 At 90 (inches) Separation Separation 48 24 18 60 36 24 72 42 30 84 48 36 96 60 42 US SUDAS (OIDWADOT 5 0-18-2 FIGURE 6010,303 STANDARD ROAD PLAN SW'303 SHEET 1 of 1 IEVISIONS: Added ctr —5. SANITARY SEWER MANHOLE OVER EXISTING SEWER 0 Core drill openings at least 12 inches from existing manhole joints. 2O Install flexible pipe coupler or pipe joint on new sanitary sewer 18 to 24 inches from outside of manhole wall. O3 Align elbow so discharge is directed at outlet pipe or at 45 \W degrees to manhole flow. Flexible Pipe Connection 0Reshape fillet to provide a smooth transition and to direct flow to outlet. OS If manhole is built new with drop -in connection, use A-LOK Receiving Bowl connector. If drop in connection is attached to an existing manhole core hole as required to accept pipe. Install Influent Sanitary Sewer OO Link -Seal, PSX-Direct drive boot or engineer approved equal 60"diameter (min.) 18"-24" Flexible Pipe Coupler Pipe Brackets water tight connector. Solvent Welded Connection Bottom Elbow 0 w 4 N.�.�. d 8" min. Class I ' I-� 12„ Bedding Material rt IO I I A 1 1 l D VGS ON ENINEERING Internal Drop Connection for Sanitary Sewer Manhole Figure 6010.308 TYPE A TWO-PIECE FIXED CASTING TYPE C TWO-PIECE FIXED CASTING WITH BOLT -DOWN COVER ( BOLT -DOWN COVER (TYPE C) FRAME NOTES: SIZE, SPACING, AND NUMBER OF LUGS AND FLANGES MAY VARY. COVER NOTES: ROUGHNESS PATTERN AND TEXT STYLES MAY VARY. 0� I OTAT� MINIMUM ONE CONCEALED PICKHOLE. Cl 1) ANCHOR THE LOWER FRAME OF ALL U ,-C, THREE-PIECE CASTINGS TO THE MANHOLE STRUCTURE. WHEN SPECIFIED IN THE CONTRACT DOCUMENTS, ANCHOR THE FRAME SANITARY ti O OF TWO-PIECE CASTINGS TO THE MANHOLE STRUCTURE. IF CASTING FRAME DOES NOT SEWER INCLUDE ANCHOR HOLES OR SLOTS, DRILL FOUR C' �s IYORKS 7/8 INCH DIAMETER HOLES, EQUALLY SPACED DE4� AROUND THE FRAME. ANCHOR BOLT HOLE(]) PLAN GASKET SEAL FLANGE (TYP) a TYPICAL SECTION (2) IF SPECIFIED, FURNISH BOLT DOWN FRAME AND COVER WITH FOUR 1/2 INCH MINIMUM DIAMETER STAINLESS STEEL, HEX NUT, RECESSED CAP SCREWS. SECURE COVER WITH SCREWS, WASHERS, AND RUBBER GASKET SEALS. un CASTINGS FOR FIGURE 6010.601 IO WA CITY SANITARY SEWER MANHOLES ENGINEERING DIVISION rn x m m See Detail C q� OT O30" Long Tie Bar at 12" Centers PLAIN JOINT DAY'S WORK JOINT(Non-working) (Abutting Pavement Slabs) Pavement Edge 24" min. See Detail A or B Header Board Plastic or Tarpaper Wrapped :Soo:•80 :800:•80o T °°�� o'• T/3 o•' ° o•° o•° ° o•° T CONTRACTION JOINT )att 12"30" Long Tie Bar Header Block Centers HT' ®O HEADER JOINT (End Rigid Pavement) See Detail A or B Pavement Edge See Detail C " min. 9" min. o°o :•8 0°0 :• O 80 0 °o•°°°°o• ° °o• ° 018" Long Dowel2 at 12" Centers Hole Diameter 8' 18" Long Dowel) 'CD' 00© Larger than Dowel at 12" Centers DOWELED CONTRACTION JOINT 'RD' 00 ABUTTING PAVEMENT JOINT See Detail A or B Pavement Edge " min 15" min. o�•o;d •o; •o°�oo .°o° T o o•°o• •oo•° 030" Long Tie Bar 2 at 12" Centers Hole Diameter " 24" Long Tie Bar) 'CT' ® Larger than Tie Bar at 12" Centers. TIED CONTRACTION JOINT ART' ABUTTING PAVEMENT JOINT RIGID TIE TRANSVERSE CONTRACTION 10 See dowel assemblies for fabrication details. 02 See Bar Size Table for Contraction Joints on Sheet 2. 03 Locate 'DW' joint at a mid -panel location between future 'C' or 'CD' joints. Place no closer than 5 feet to a 'C' or'CD' joint. ® Place bars within the limits shown under dowel assemblies. 05 Edge with 1/8 inch tool for length of joint. For HT joint, remove header block and board when second slab is placed. © Unless specified otherwise, use'CD' transver e contraction joints in mainline pavement when�T i greater or equal to 8 inches. Use 'C' joints when is less than 8 inches. 7� 'RT joint may be used in lieu of 'DW' joint at the end of the days work. Remove any pavement damaged due to the drilling at no additional cost to the Contracting Authority. Top of Curb Top of Slab °•o .•oo 30" Long Tie Bar at 12" Centers 'DW - CG'®® DAY'S WORK JOINT CURB AND GUTTER UNIT LEGEND �• o • Existing Pavement Proposed Pavement A} SUDAS QIOWADOT 04-19-22 FIGURE T010,101 I STANDARD ROAD PLAN PV�101 0 C—) JOINTS 4" ± 16" Saw Cut Joint Sealant Material —� 4, ± 8., III 'y do .• °°o ° 9 o� ° 0:8O°6: T/2 (g� o° L/2 Saw Cut`-' O °O op A BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Crack or Joint Line Top of Cur aw Cut Bottom of Saw Cut 1 2' Joint Sealant Material o , i Top of Slab 'C' JOINT IN CURB (Match 'CT', 'CD', or'C' joint in pavement.) �2., to„ 4 Top of Pavement m Sealant c X m I-4 !0 o o SECTION A -A (Detail at Edge of Pavement) x m m IN O n DETAIL A (Saw cut formed by conventional concrete sawing equipment.) Joint Sealant Material — ill + 4 14'±4' Crack or — Joint Line 48" to 16" Saw Cut Y _ ° o a DETAIL B (Saw cut formed by approved early concrete sawing equipment.) Joint Sealant TRANSVERSE CONTRACTION 1.1 ± 4 O° — o` Crack or o Joint Line o O 4' ± Saw Cut 16 )001 �11 4" ± 4" Saw Cut DETAIL C -, 1 1- ® Saw 'CD' joint to a depth of T/3 ± 1/4"; saw1q joint to a depth of T/4 ± 1/4". 0 When tying into old pavement, (represents the depth of sound PCC. i'4 "n BAR SIZE TABLE FOR CONTRACTION JOINTS O Solid Dowel Tubular Dowel Tie Bar Diameter Diameter Size < 8" 31, 7„ #6 4 8 > 8" but 1 1•. 1 3" #10 < 10" 4 8 z 101, 1 1--1 $' #11 Tubular Dowel Bars will not be allowed for RD joints. LEGEND Existing Pavement Proposed Pavement [) SUDAS FIGURE 7010.101 1 STANDARD ROAD PLAN JOINTS PV-101 See Detail C FnI 0.00 PLAIN JOINT (Abutting Pavement Slabs) 11 o eo ao a o O 'BT' ABUTTING PAVEMENT JOINT - RIGID TIE OT Joint Bars Bar Length and Spacing < 8" 'BT-1' #4 36" Long at 30" Centers #5 30" Long at 30" Centers z 8" 'BT-2' #5 36" Long at 30" Centers 4" Dia. Hole for BT-3 11 and BT-4 Joint 5" Dia. Hole for B1-5 0 0�•000 o O Joint 9" min. 15" min. I 'BT' ABUTTING PAVEMENT JOINT - RIGID TIE (Drilled) 0 Joint Bars Bar Length and Spacing < 8" 'BT-5' #4 24" Long at 30" Centers 8" 'BT-3' #5 24" Long at 30" Centers 'BT-4' 24" Long at 15" Centers !o o See Detail D-1, D-2, or D-3 See Detail E m 'K' wo KEYED JOINT FOR ADJACENT SLABS _n (Where T is 8" or more) 30"BLon at See Detail E 11 12" Centers o 'O°o°'•oo°oo. O .o 22" #5 Bars at 'KS-1' 12" Centers [Single Reinforced Pavement (Bridge Approach)] 11 #5 Bars 30" Long at 12" Centers #6 Bars at 12" Centers See Detail E #5 Bars at 12" Centers 1 22" .•o * . . r o ° 21 0 °o 00 . 2 #8 Bars at #5 Bars at 12" Centers 12" Centers 'KS-2' [Double Reinforced Pavement (Bridge Approach)] See Detail E 11 o•o�• o•o 'KT' 10 0 ABUTTING PAVEMENT JOINT - KEYWAY TIE OT Joint Bars Bar Length and Spacing < 8" 'KT-1' #4 30" Long at 30" Centers z 8" 'KT-2' #5 30" Long at 30" Centers 'KT-3' 30" Long at 15" Centers LONGITUDINAL CONTRACTION 10 Bar supports may be necessary for fixed form paving to ensure the bar remains in a horizontal position in the plastic concrete. 11 Sawing or sealing of joint not required. t12 The following joints are interchangeable, subject to the pouring sequence: 'BT-1', 'L-1', and 'KT-1' 'KT-2' and 'L-2' 'KT-3' and 'L-3' See Detail D-1, D-2, or D-3 d. 8. O .o • o•o • .o '�• o.o ` 0� CONTRACTION JOINT OT Joint Bars Bar Length and Spacing < 8" 'L-1' #4 36" Long at 30" Centers 'L-2. 36" Long at 30" Centers 2 8" 'L-3' #5 36" Long at 15" Centers LEGEND Existing Pavement Proposed Pavement 4> SUDAS (PIDWADOT tt as-ts- FIGURE 7010.101 STANDARD ROAD PLAN P • •101 �OINTSp� c.n rn m m IA O m ICO a•o.• VL* �0 0 TIE BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Joint Sealant T/3 1" 16" Saw Cut Crack or Joint Line DETAIL D-2 (Required when the Department of Transportation is not the Contracting Authority, or when specified in the contract documents) �y �8 ± �6" Saw Cut oO o00 00 T/3±4' D Do 13 0 0 0 0 00 00. O Crack or —7 — Joint Line DETAIL D-1 (Required when specified in the contract documents.) 09 When tying into old pavement, (D represents the depth of sound PCC. 13 Sealant or cleaning not required i �1r,+4r or $r T/2 O o 0o A B 0 0 DETAIL E KEYWAY DIMENSIONS Keyway Type Pavement Thickness (�) OA Standard 8" or greater 14 231, Joint Sealant Material 1-8 to 16" Saw Cut Narrow Less than 8" 1" 2- o0 o° T/3±4' Oo 0 0 0 0l �D oOi o° O O Crack or Joint Line DETAIL D-3 (Required when the Department of Transportation is the Contracting Authority, or when specified in the contract documents) LONGITUDINAL CONTRACTION LEGEND Existing Pavement Proposed Pavement g} SUDAS QIOWADOT it 04-19-22 FIGURE 7010.101 STANDARD ROAD PLAN P • -101 SHEET 4 of 8 REVISIONS Modlftd drtl note 32. JOINTS 0 0 .• o o .• T/2 O L/2 L DOWEL PLACEMENT (Applies to all joints unless otherwise detailed.) x m m i� O n i00 See Detail H Width (See(. — table below) 'CF' JOINT TYPE WIDTH CF-1 2" CF-2 22" CF-3 3" CF-4 32" See Detail F Resilient Joint Filler ° oe° 4-1" Nominal 'E' 1" EXPANSION JOINT 2" Thru lrtb-,11, � Top of Curb Resilient Joint Filler Top o °°o0 a o ° of Slab 1" Nominal JOINT IN CURB (View at Back of Curb) 1 B Flexible Foam Top of Curb Joint Filler To of Slab /��IIIf2" Nominal 0EE' JOINT IN CURB (View at Back of Curb) Top of Curb "i'e 1" Thru Curb Top of Slab o, oop o Curb ° Resilient Match 'E' Joint o0o e ,00 Joint Filler in Pavement Slab 'ES' JOINT IN CURB (View at Back of Curb) Detail F or Detail G Joint Filler Material 17 (See Bar Size Table for Doweled (See Bar Size Table for Doweled Expansion Joints) °°vo° ° ° ° Expansion Joints) 0 QOOo 14 18" Long Dowel [.—Width at 12" Centers (See Doweled Expansion Joints Table) 'ED', 'EE', 'EF' 16 DOWELED EXPANSION JOINT Joint Sealant (See Detail F) Joint Filler SECTION B-B 2" Joint Sealant 415 Material Joint Filler DETAIL F °o 14 See Bar Size Table for Doweled Expansion Joints. 15 Edge with 1 /4 inch tool for length of joint indicated if formed: edging not required when cut with diamond blade saw. 16 See Dowel Assemblies for fabrication details and placement limits. Coat the free end of dowel bar to prevent bond with pavement. At intake locations, dowel bars may be cast -in -place. 17 Predrill or preform holes in joint material for appropriate dowel size. 18 Compact tire buffings by spading with a square -nose shovel. 1 2"Joi 1t Sealant Material / 4" plywood or pressed wood spacer required for'EF' joint. DETAIL G Flexible Foam Joint Filler 17 15 1-21- Joint Sealant Material f 7:0 If_110111:1 EXPANSION r 18 Tire Buffings DOWELED EXPANSION JOINTS TYPE WIDTH FILLER MATERIAL 17 ED 1" Resilient (Detail F) EE 2" Flexible Foam (Detail F) EF 32" Flexible Foam (Detail G) BAR SIZE TABLE FOR DOWELED EXPANSION JOINTS 0 < 8„ >_ 8" but 2 101, < 10" Dowel Z. 11" 11. Diameter 4 4 2 Tubular Dowel Bars will not be allowed for expansion joints. LEGEND ,�• o' Existing Pavement Proposed Pavement W SUDAS FIGURE 7010.101 STANDARD ROAD PLAN ��ffll JOINt Irl L CONTRACTION JOINTS 1 V-0" ± 2' for 12'-0" Pavement CJ CJ Ll Spaces between dowel bars ar( 12" 12" 12" Side Top of Pavement Leg dimensions with a 4' allowable tolerance. 12" 1 12" 1 12" 12" 12" 12" 12" 12" ELEVATION© Contraction Joint and Assembly 28 Both Sides LONGITUDINAL SECTION DOWEL ASSEMBLIES 19 ©21 19 Use 18 inch long dowel bars with a tolerance of ± 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within ± 1/8 inch. ©0 Use wires with a minimum tensile strength of 50 ksi. 0 Details apply to both transverse contraction and expansion joints. © Weld alternately throughout. © 0.306 inch diameter wire. Wire sizes shown are the minimum required. ® Maximum 0.177 inch diameter wire, welded or friction fit to upper side rail, both sides. © Measured from the centerline of dowel bar to bottom of lower side rail + 1/4 inch. © Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. © If dowel basket assemblies are required for curbed pavements, the assembly length is based on the jointing layout. See PV-101, sheet 8. ® Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and has no more than 1/4 inch horizontal skew from end of basket to end of basket. DOWEL HEIGHT AND DIAMETER FOR DOWELED CONTRACTION JOINTS T DH © 0 Diameter (Solid) Diameter (Tubular) 7" to 71 2 �„ 2 1„ 4 71. 8 8" to 92„ 4„ 11, 13, 10" to 112" 54" 12" 18 ' 12" to 13" 64" 12" 15. Tubular Dowel Bars will not be allowed for RD joints. t -1 4 00 C\J >:n C,) m Retainer R, Top of Approved A EXPANSION JOINTS - 11'-0" ± 1" for 12'-0" Pavement Tie Wire —Retainer Rails 30 ^ u u �u 3Side Ru ails u \ ( g� 9 PLAN Spaces between dowel bars are nominal dimensions with a 1" allowable tolerance. j 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12„yI 3 Side Rails Leg© ELEVATION 30 Expansion Joint and Assembly® �1 x �--- r Wir q : �2-Anchor PinPs 8" min. Both Sides SECTION THRU EXPANSION JOINT JOINT OPENING AND EXPANSION TUBE EXTENSION Joint Type O Minimum Tube Length "ED" 1" 6" •EE" 2" 7" ..EF" 9„ 19 Use 18 inch long dowel bars with a tolerance of ± 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within ± 1/8 inch. 4 ©0 Use wires with a minimum tensile strength of 50 ksi. Wire Details apply to both transverse contraction and expansion joints. ® Weld alternately throughout. ©3 0.306 inch diameter wire. Wire sizes shown are the minimum required. ® Maximum 0.177 inch diameter wire, welded or friction fit to upper side rail, both sides. © Measured from the centerline of dowel bar to bottom of lower side rail + 1/4 inch. 1 © Per lane width, install a minimum of 8 anchor pins Retainer Rail'( evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. DOWEL HEIGHT AND DIAMETER FOR DOWELED EXPANSION JOINTS (DEm Diameter 7" to 7 ' 2" 4" 8" to 92.. 1' 11. 10" to 112" 54" 12" 12" to 13" q" 12" Tubular Dowel Bars will not be allowed for expansion joints. 19020 DOWEL ASSEMBLIES © If dowel basket assemblies are required for curbed pavements, the assembly length is based on the jointing layout. See PV-101, sheet 8. ® Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and has no more than 1/4 inch horizontal skew from end of basket to end of basket. ©9 Clip and remove center portion of tie during field assembly. 30 1/4 inch diameter wire. OPTIONAL LEG SHAPES 2 1" min 12" min. 45° Anchor Pin #1/0 Gauge Wire (0.306" diameter) ANCHOR PIN 19 Use 18 inch long dowel bars with a tolerance of ± 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within ± 1/8 inch. ©0 Use wires with a minimum tensile strength of 50 ksi. Details apply to both transverse contraction and expansion joints. 3© Diameter of bend around dowel is dowel diameter + 1/8 to 3/16 inches. 3© For uniform lane widths: 3 to 6 inches. For taper and variable width pavements: 3 to 12 inches. Back of Curb Longitudinal Joint Edge of Pavement Centerline Joint Gutterline Jointt Top of Pavement 6"W r..,s I1 PLACEMENT LIMITS PLACEMENT LIMITS (Rural Section) (Curb and Gutter - Gutterline Jointing) D + 16" max. BEND AROUND DOWEL 1/4 or 1/3 Point Longitudinal Joint PLACEMENT LIMITS (Curb and Gutter - 1/4 or 1/3 Point Jointing) 19 DOWEL ASSEMBLIES ©0 21 Back of Curb -P 72 , 1 R 3 42„ T- Slo a as per_ plans GRADE — ELEV. 12„ Z-15 g T— Slope as FORM Err 2" R per plans GRADE — — — — ELEV. 412" „ Slope as FORM 4 per lens GRADE ELEV. Forjoint details, see PV-101. Q 6 inch Standard Curb, 6 inch Sloped Curb, or 4 inch Sloped Curb as R 3" specified. 6" STANDARD CURB 6" SLOPED CURB 4" SLOPED CURB Q e inch if Proposed Pavement is HMA. No elevation difference if Proposed Pavement is PCC. 03 'BT' , 'KT', or 'L' joint if Proposed Pavement is PCC. 'B' joint if Proposed Pavement is HMA. ® 0 to 2 inches for residential entrances. 12 to 3 inches for industrial or commercial entrnces. Back of Curb utterline 2" (max.) `� Slope as per plans 7 —' 4 2 Slope as FORM per plans GRADE — — —\1 ELEV. 71 rr 1-1" to 3" 2 2 (as specified) Slope as FORM per plans GRADE — — — ELEV. Level Varies Varies - Line DROP CURB AT SIDEWALK L� DRIVEWAY DROP CURB (IowaDepartment of Transportation is not the Contracting Authority) DRIVEWAY DROP CURB'" (Iowa Department of Transportation is the Contracting Authority) 4 """; L ") „ y _ 6" cn 4-1, ill. 2 2 See Detail A 6„ 2 12„ 1 2'-6" or asspecified) 6" c 1" R 10B V o N 1" R Slope as 2 (� FORM per plans T GRADE _ — ELEV. Proposed Pavement -- * SUDAS QIOWADOT REVISION s as-z,-zo Pv-102 FIGURE 7010.104 STANDARD ROAD PLAN SHEET 1 of 2 __j REVISIONS: Spilt DRIVEWAY DROP CURB Eetall IM, two detalls. Added new I,d note A. Sbeet 1. Renumbered dra oe teon S- 5. BEAM CURB* _ *For short replacement sections, m match existing curb profile DETAIL A CURB AND GUTTER UNIT p PCC CURB DETAILS N Cn 2 m m N O m N No Curb Transition 5' ' Cur0 b CURB RUNOUT FOR ALL CURBS 4" 0 ed Sloped Transition Slop CURB TRANSITION FROM 6" SLOPED TO 4" SLOPED 15' Normal@5 JOINTING DIAGRAM FOR CURB AND GUTTER UNIT Curb and Gutter Proposed Pavement Curb and Gutter 6" 5' 0" 10 e 6t, Transition Standard CURB TRANSITION FROM 6" STANDARD TO 6" SLOPED 4" 5' 0,t Sloped 6 dard Transition Stan CURB TRANSITION FROM 6" STANDARD TO 4" SLOPED Q5 If proposed pavement is PCC, match Vmt spacing for proposed pavement. Place 'E' joints in curb and gutter section where expansion joints are to be placed in proposed pavement. 4) SUDAS QIDWADOT sV as-zf-zo FIGURE 7010.102 STANDARD ROAD PLAN SHEET 2 of 2 REVISIONS: Split DRIVEWAY DROP CURB d—fi Into two tlOM.. AEaeC new circle note A — Sheet 1. Renum d drlce note on Sh- 5. PCC CURB DETAILS 31' Back to Back 26' Back to Back 8'-0" 7'-6" T-6" 8'-0" Profile Grade 1 2 �2 0% 2 2.0% 2 P — — — — — — — — — — — — — — — — — QUARTER POINT JOINTING 31' Back to Back 26' Back to Back 10'-6" 10'-0" 10'-6" Profile Grade 1 2. % 2 2.0% 1 — — — — — — — — — — — — — — — — — THIRD POINT JOINTING 31' Back to Back 26' Back to Back 2'-0" 3'-0" 12'-6" 12'-6" 3'-0" 2'-0" 10'-0" 10'-0" Profile Grade 1 2 2 0°_ 2 2.0*%F — — — — — — — — — — — — — — GUTTERLINE JOINTING �ry�t 1O 6 inch standard curb. O2 BT, KT, or L joint depending on pavement thickness and construction staging. OSubbase or subgrade as specified. ® Unless otherwise specified in the contract documents. O5 No dowels within 24" of the back of curb. With gutterline joint, place first dowel 6 inches from the joint. See Figure 7010.101, Sheet 8. TRANSVERSE JOINT REQUIREMENTS Pavement Thickness Transverse Joint Type Transverse Joint Spacing 6" C 12' 7" C 15' 8" CD O5 15' 9" CD O5 15' 210" CD O5 17' 26' or 31' Normal Spacing Refer to Figure 7010.901 for maximum transverse joint spacing. Normal Spacing Where new and existing pavements meet, and no existing dowels, tie bars, or C i— Y U Joint keyed joints are present, provide a 'BT', 'RT', or'RD' joint. o a,ILIC' 'KT' or'L' Joint 'L' Joint 1O Shorten jointing pattern on either side aC of openings to allow joints to intersect round castings and fall at the edges of intake boxouts. 'KT'or'L'Joint0 N—f'KT' ,DW, Where pavement abuts an unimproved Joint'KT'Jostreet, terminate with a type 'HT' joint. End of Day's Work When radius exceed 20 feet, add one additional 'C' joint at radius xout with 'KT' intersections. s 1/2 Normal'C' Spacing or'KT' Joint w 'C' Joint Future T Driveway — l mmercial veway Y1J 'E' Joint N " JkHO2 'KT' or'L' Joint a �7X 2' Min. " to m IL' int r XT' Joint 'C' Joint KT' Joint cDW' X 'L' Joint oDay's o c) M O ? � CO C/) N x m1/2 Normal oint End of REMION Work Naw ,0-,9-,0 SUDAS 7010.904 SHEET 1 of 1 SUDAS Standard Specifications ,C' 'C' Spacing ° PLAN VIEW TYPICAL JOINTING LAYOUT M 0 c X m 0 w 0 0 2 m m 0 T U joint TYPE A WITH FLARES -'B'joint 10 0 2 'C'or'E' joint 8 10 'C'joint ' � oQe Refer to Detail B Back of curb TYPE A WITH RADII Back( DETAIL A (Residential/Agricultural Only) Drop Curb Heights - 2 Residential: 0" to 2" 3 Curb— Commercial/Industrial: 1'/" to 3" ® Sidewalk 6 Driveway 18" 12" 7 \ O TYPICAL SECTION 0#5 x 36" OR reinforcing bar 1 -1 1i Back of curb DETAIL B c ODriveway radius (R) Residential: 10 foot minimum 15 foot maximum. Commercial and industrial: As specified in the contract documents. OTransition the curb height to 0 inches at end of taper/radius or at the front edge of sidewalk. Do not extend raised curb across sidewalk. OPavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 inches minimum. O4 Sidewalk thickness through driveway to match thickness of driveway. O5 Center reinforcing bar vertically in the pavement. 66 Match thickness of adjacent roadway, 8 inches minimum. OProvide 'E' joint at back of curb unless 'B' joint is specified. O8 For alleys, invert the pavement crown 2% toward center of alley. OTarget cross slope of 1.5% with a maximum cross slope of 2.0%. If specified in the contract documents, construct the sidewalk through the driveway 5 feet wide to serve as a passing space. 10 If cross slope of adjacent sidewalk panel exceeds 2.0%, remove and replace to transition from existing sidewalk to sidewalk through driveway. If elevation change requires a curb ramp, comply with Figure 7030.205; verify need for detectable warning panel with Engineer. 11 Transition street curb at minimum 1:1 slope to meet driveway curb. SUDAS [To 0 .101 SHEET 1 of 1 SUDAS Standard Specifications CONCRETE DRIVEWAY, TYPE A O1 10 foot vertical curve required for 5% or m greater change in grade. Width Varies E O -' O2 Slope varies. See contract documents. a0 Target cross slope of 1.5% with a o maximum cross slope of 2.0%. Existing a 2 Ground--- _ -- - -- Line � Driveway -' Finished Grade �——���--- 1--------- -- SidewalkO3 Driveway TYPICAL CUT SECTION —n 1 ' F -y +x•snua c O Width Varies O J. - Driveway 0 2% 2% --- --j- -- L------ �� 1 0 ��maX `-' Sidewalk(j- Finished ��— Grade mGround Existing— — �'-- REV'S" 10-20-15 W Line TYPICAL FILL SECTION Driveway SUDAS30,103 rl o W EET 1 of 1 = SUDAS Standard Specifications m m 0 DRIVEWAY GRADING m Target cross slope of 1.5% with a W maximum cross slope of 2.0% (including See Figure 7030.202 sidewalk through driveway). for Curb Detail 0 Ensure top of curb slopes to street for 0 drainage. Sidewalk O3 Parking Slopes: 4" min. If parking width is less than 10 feet wide, slope at inch per foot. 12" 18" If parking width is 10 feet wide and greater, slope at''/z inch per foot. GLASS A SIDEWALK Special grade may be specified in the (Sidewalk extends from contract documents. back of curb to ROW) W = Sidewalk width as specified in the contract documents. O W,: 4'-0" min. Roadway 1'-0" or Greater#n CLASS B SIDFWALK k �# •f i O 3 0 0 ewa W 4'-0" min. Roadway OMatch pedestrian street crossing slope, .v .v or flatter. Key Minimum 4 feet by 4 feet. Target cross Curb Ramp slope of 1.5% with a maximum cross ° slope of 2.0 /o. � .k W W W 41 �' Turning Space � Target cross slope of 1.5% with a Existing W W NV Sidewalk maximum cross slope of 2.0%. 14, y Match existing y ...... Detectable Warning y sidewalk cross slope. • • • • • • I I '4' T s Slope Transition Grass w 4 Segment (where necessary) i- I y41 W W Curb ramp requirements: .t NY 1-Y 'Y i 41 ,, 1. Maximum curb ramp slope 14, Parking y m co W of 8.3%, or 'k � y y w 20� a ec 2. Minimum length of 15'-0" � 9 y v, y j , at any constant slope rQ W W I W W y 41 WP 14, W 'k OGrade Break y y W 1P 11, 'k y 5'-0" min. J, 4, L, W %Jt \ Passing c ��� Space area if E Special ;;; O sidewalk b Shaping ••• is less than 5'-0" wide. m 41 'k � � %1, IVy y y Space passing area at m Nil'k � y 41 � 200'-0" (max.) intervals. REVISION Perpendicular Curb `� ������ (Required for new w construction) s 1 ,o-zo-,s SUDAS 7030.204 o Ramp Slope: :::::' Grade Break O1 y 0 6.25% (target) . J Face of Curb y' SHEET , of , A 8.3% (max) \ Back of Curb W � � \ y y SUDAS Standard Specifications = S ecial p — _ ----- m Shaping --- — — — — — — — — — — —— GENERALFEATURES OF AN ACCESSIBLE SIDEWALK n Perpendicular Curb Ramp Turning Space Parallel Curb Ramp Standard Sidewalk (length varies) (4'-0"x4'-0" min.) (if required) 6" min. I O I Sto a Varies U See Detail A 6 25% (target) ---- 5%max. 2 Cross Slope 4" min. 6" min. Pavement When a KT or BT joint is installed at the back of curb, " expansion joint or KT-2 12 18 provide Yz" expansion joint at front or back of the turning space. or BT-3 joint when specified. TYPICAL SECTION - CURB RAMP Key Curb Ramp Turning Space EMDetectable warning SKEWED CROSSING PERPENDICULAR CROSSING Sidewalk ' Edge of Pavement it Possible Crossing Arm (location varies) O 24" Wide (min.) Detectable Warning of Roadway DETECTABLE WARNING LOCATION AT RAILROAD CROSSING Yz" (max.) -T I Level —� Line Back of Curb DETAIL A Gutterline 0 Provide a minimlbm 2 footwidth of detectable warning surfaces in the direction of pedestrian travel across the full width ofthe curb ramp or turning space, exclusive of curbs or flares. I 0 Provide a minimum of 6 inches of concrete below the detectable warning panel. 0 Minimum 4 feet by 4 feet. Target cross slope of 1.5% with a maximum cross slope of 2.0%. ® If normal sidewalk elevation cannot be achieved with the perpendicular ramp between the street and landing due to limited ramp length, provide a parallel ramp to make up the elevation difference between the landing and the standard sidewalk. The length of the parallel ramp is not required to exceed 15 feet, regardless of the resulting slope. Do not exceed 8.3% slope for parallel ramps shorter than 15 feet. OIf crossing gate conflicts with location of detectable warning or if pedestrian crossing gate is provided, place detectable warning panel in advance of the crossing gate. Locate front edge of detectable warning © panel 12 to 15 feet from centerline of nearest rail. Orient truncated domes parallel to the direction of pedestrian travel. S& (0'p.) Key - Curb Ramp Turning Space o<e Detectable warning W W Grass 0 Parallel Curb Ramp: If normal sidewalk elevation cannot be achieved with the perpendicular ramp between the street and landing due to limited ramp length, provide a parallel ramp to make up the elevation difference between the landing and the standard sidewalk. The length of the parallel ramp is not required to exceed 15 feet, regardless of the resulting slope. Do not exceed 8.3% slope for parallel ramps shorter than 15 feet. O2 Turning Space: Target slope of 1.5% with maximum slope perpendicular to the travel directions of 2.0%. Minimum 4 feet by 4 feet. O3 Perpendicular Curb Ramp: Target running slope of 6.25% with maximum running slope of 8.3%. Target cross slope of 1.5% with a maximum cross slope of 2.0%. Fw OMatch pedessidan street crossing cross slope or flatfef.. C N� fV 3 0 O m m 0 T Grade B 2'-0' Break 9:11V9:1►III 1401A_1 2 Z01r,12.1 Grade Break -------- — — 2'-0"min. ---- 2'-0" min. 2'-0" min. PARALLEL RAMPS Provide a minimum 2 foot width of detectable warning surfaces in the direction of pedestrian travel across the full width of the curb ramp or turning space, exclusive of curbs or flares. 0 When detectable warning is located on curb ramp surface, orient domes in the direction of pedestrian travel. 0 When the distance between the grade break and the back of curb is less than 5 feet, place detectable warning surface at the bottom of the curb ramp. Where one corner of the curb ramp is more than 5 feet from the back of curb, eak construct curb ramp as a parallel curb ramp. Move grade break back as required to pla,oddetectable warning on turning space atthe back of curb. Key - Curb Ramp Turning Space Detectable Warning SUDAS 17030.210 SUDAS Standard Specifications DETECTABLE WARNING PLACEMENT #4 EPDXY COATED REBAR X 12" @ 1' ON CENTER EXISTING 4" CONCRETE SIDEWALK NEW 6" CONCRETE SIDEWALK 2" a v ; e d v DRILL AND EPDXY GROUT REBAR INTO EXISTING CONCRETE #4 EPDXY COATED REBAR X 12" @ 1' ON EXISTING 4" CONCRETE CENTER SIDEWALK NEW 4" CONCRETE SIDEWALK 2" ° o ac 0 DRILL AND EPDXY GROUT REBAR`,, 6" INTO EXISTING CONCRETE _r S:,, IO WA CITY SIDEWALK CONNECTION FIGURE 7030.301 ENGINEERING DIVISION Existing Joint GUTTERLINE JOINTING Existing Joint Existing t Pavement 'RD' Joint 'B' 'RD' , THIRD POINT JOINTING O Existing B, Pavement Y Joint 'RE T Existing Pavement tD' Joint - � 6'-Q; min. 5- max. �r 15'-0 maw^ 15- max. ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH CENTER PANEL PATCH WITH OPPOSING JOINT WITH OPPOSING JOINT WITH OPPOSING JOINTS ExistingExisting ExistingExisting Existing Existing Joint Existing pavement g Pavement Existing Pavement Joint Joint Joint Joint ' 'B' Joint B' Joint 7 'B' Joint 'RT' Joint 'RD' Joint ` —'RD' Joint 'RT' Joint O " min. O2 n. 5 - max. 5 - -max. ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH NO OPPOSING JOINT NO OPPOSING JOINT 5 C X m o 'RD' J A O O FULL ROADWAY WIDTH PATCH int Joint -RD' FULL ROADWAY WIDTH PATCH int Joint ' RT' B' Joint -I 15'- max. CENTER PANEL PATCH NO OPPOSING JOINT 'B' Joint -i /_ Existing Joint 'RD' Joint ADJACENT PANELS PATCH 'RD' Joint 'RD' Joint 0 Patches on roadways with quarter point jointing will be similar to third point jointing details. O2 Minimum distance between existing joint and patch is 6 feet. If distance is less than 6 feet, extend patch to existing joint. If subgrade or subbase material is required below patch, bring material to a level 2 inches below bottom of existing pavement. ® BT, KT, or L joint depending on pavement thickness and pouring sequence. k 0 r LONGITUDINAL SECTION THRU PCC PATCH Existing Dowel or Tie Bars Curb T/2 Existing Pavement T+2^ (typ.) R"S'0H 3 2021 Edition SUDAS 7040.101 SHEET 1 of 1 SUDAS Standard Specifications FULL DEPTH PCC PATCHES LESS THAN OR EQUAL TO 15' LONG -RD' Z! G) X m 0 A O N rn x m m 0 m I@ 'RD' Joint — GUTTERLINE JOINTING .,— Existing Pavement Existing Joints - ® n. 16-010 151-0 max. min, ONE PANEL WIDTH PATCH Ar 'RT' Joint i I svur�w �� FULL ROADWAY WIDTH PATCH _ ! Y t :d� flul d THIRD POINT JOINTING 0 Existing Pavement Existing Joints 'BT' Joint -RD' Joint ® O 20-0 max. mm. OUTSIDE PANEL PATCH r- Existing Pavement Existing Joints - 'RD' Joint Joint --'B-r Joint ® 1 "min. 0- max. min.0 CENTER PANEL PATCH 'RD' 191 I10'-0" min. 6'-0" O min. '20'-0'' maxi min. FULL ROADWAY WIDTH PATCH Joint Joint Patches on roadways with quarter point jointing will be similar to third point jointing details. 0 Minimum distance between existing joint and patch is 6 feet. If distance is less than 6 feet, extend patch to existing joint. O3 Match existing joint type and locations. If specified, replace existing 'C' joints with 'CD'joints. ® If existing joint spacing is greater than 20 feet, add a 'CT' joint at mid -panel. QIf subgrade or subbase material is required below patch, bring material to a level 2 inches below bottom of existing pavement. © BT, KT, or L joint depending on pavement thickness and pouring sequence LONGITUDINAL SECTION THRU PCC PATCH Existing Dowel or Tie Bars Curb T/2 Existing Pavement T+2^ (typ.) SU DAS 7040.102 SHEET 1 or 1 SUDAS Standard Specifications FULL DEPTH PATCHES GREATER THAN 15' LONG F F F Buffer Space (lateral) provides protection for traffic and workers 1 • • ■ • ■ ■ L L ■ F F F Shoulder Taper Advance Warring Area Transition Area tells traffic what to expect ahead moves traffic out of its normal path Key* ® Arrow Board q�--M}}-..-M--Mv'-�c Safety Fence Arrow Board Support Shadow Vehicle or Trailer-�i�L�� ■ Channelizing Device ■ Sign (shown 1 facing left) Direction of Traffic 0 Type III Barricade X Drum ® Work Space r. Flagger Work Vehicle PedesWan ♦ I Vehicle Warning Ls (amber, high -Intensity Channelizing Device i I rotating, flashing, osclllagng, or strobe light) *Applies to all Section 8030 figures Traffic Space allows traffic to pass through the activity area L T ■ _► ■ ■ Buffer Space Work Space Buffer (longitudinal) is set aside for Space provides protection workers, equipment, (longitudinal) Downstream for traffic and and material storage Taper workers Distance Between Signs Speed Limit (mph) A 20-25 100 30-40 250 45-50 350 55 500 Activity Area is where work takes place Channelizing Device Spacing Speed Limit (mph) Taper (ft) Buffer (ft) Work Space (ft) 20 20 40 40 25 25 50 50 30 30 60 60 35 35 70 70 40 40 80 80 45 45 90 90 50 50 100 100 55 55 110 110 Termination Area lets traffic resume normal operations It may be necessary to combine two or more examples to adequately address the traffic control needed. Utilize vehicle warning lights (amber, high -intensity rotating, flashing, oscillating, or strobe light) on all shadow and work vehicles. Vehicle hazard lights may be used to supplement warning lights. Do not use hazard lights alone. Flags may be used to call attention to the advanced warning signs. If a closure extends overnight, utilize channelizing devices with retroreflective sheeting. Speed limit refers to the legally established and signed speed limit. If an arrow board is used on 2-lane roads, operate only in the caution mode. Adjust the position of warning signs and channelizing devices for available sight distance. Do not install temporary traffic control devices until work is ready to begin, and remove or cover all signs and devices promptly when they are not needed. The END WORK (G20-2) signs shown on all figures are optional. Merging Taper Lengths for Lane Closure* Speed Limit (mph) Taper Length (L) (ft) Number of Devices 20 80 5 25 125 6 30 180 7 35 245 8 40 320 9 45 540 13 50 600 13 55 660 13 *Values shown are for a 12 foot shift. Table does not apply to one -lane, two-way (flagger) tapers ry t' V 41..r WTVI ) END ROAD WORK .— wow ROAD WORK AHEAD �A Use only on minor, low speed (< 40 mph) streets. Provide a lane closure for higher speed traffic conditions. Maintain a minimum lane width of 10 feet as measured to the near face of channelizing devices. For short-term use on low speed, low volume roads without wider heavy commercial vehicles, a minimum lane width of 9 feet may be used. Where the opposite shoulder is suitable for carrying vehicular traffic, lanes may be shifted by using closely spaced channelizing devices provided the resulting lane widths are at least 10 feet wide. Additional advanced warning may be appropriate, such as a ROAD NARROWS sign. For short-term work, the taper and channelizing devices may be omitted if a shadow vehicle with activated vehicle warning lights is used. Refer to Figure 8030.101 for symbol key and sign spacing. F F f�a I— A J L END ROAD WORK ROAD' WORK AHEAD N) N k . 'i Maintain a minimum lane width on either side of the center work space of 10 feet as measured from the near edge of channelizing devices to the edge of pavement, paved shoulder, or face of curb. A lane width of 9 feet may be used for short-term stationary work on low speed (< 40 mph), low volume ROAD roads when motor vehicle traffic does not include WORK longer and wider heavy commercial vehicles. AHEAD A work vehicle displaying vehicle warning lights may END 10 feet minimum to curbline or outside be used instead of the channelizing devices forming the tapers. ROAD WORKI edge of paved A shoulder Refer to Figure 8030.101 for symbol key and sign spacing. .i 1�A END 7 ROAD WORK ROAD WORK AHEAD 21 G) c X m aEAIIOo W New 10-17-17 W SU DAS 8030.103 4 0 W SHEET 1 of 1 = SUDAS Standard Specifications m m o WORK IN CENTER OF LOW VOLUME STREET Refer to Figure 8030.1 for syn"ibol key and sign ROAD spacing. WORK AHEAD Alternate 1 END Use of Alternate 1'1`restricted to low -speed ROAD WORK A roadways with good sight distance (paved or unpaved) during daylight hours. 10' min. Traffic may be self-regulating when the work space is short and drivers can see the roadway ■ ■ ■ ■ ' beyond. Vow ■ Use one or two flaggers when motor vehicle ■ ■ tLLLL_LLJ —� traffic cannot effectively self -regulate. F r A 50' to 100' 1 END Buffer Space ROAD WORK WORK ROAD (optional) HEAD Alternate 1 Alternate 2 Use of Alternate 2 is restricted to roadways where average daily traffic is fewer than 400 vehicles and good sight distance exists. Do not use within 2,500 feet of a similar work site. � LAB ROAD ROAD WORK May be used for overnight closures. During AHEAD AHEAD non -working hours remove materials, equipment, ED D-1 A� A �i or stockpiled waste and fill or cover ROAD WORK L excavations. I -► ■■ ■■ m ■ ■ RE SON New 10-17-17 O W F F F Q F SUDAS g030.104 Buffer Space a (� A . �. A �� A (optional) END SHEET t of 1 ROAD WORK 15' 50' to 100' 50' to 100' Cn ROAD IaNE '* SUDAS Standard Specifications WORK AHEAD AHEAD O ORA FIC Alternate LANE CLOSURE ON LOW VOLUME „ STREET (SELF-REGULATING) END ROADJWORK l �i1 L L A ���� A 30' to 50' 100' max. ROAD WORK ONE LANE ROAD AHEAD AHEAD <9> ROAD WORK AHEAD F A A 4— MM410� END ROAD WORK Use is restricted to roadways where average daily traffic is fewer than 2,000 vehicles per day and good sight distance exists. Use during daylight hours only. Do not park vehicles or equipment on opposite side of work area. A work vehicle displaying vehicle warning lights may be substituted for the Type III barricade. Refer to Figure 8030.101 for symbol key and sign spacing. Flagger Notes: Allow traffic in the open lane to flow freely. Stop the first vehilcle in the closed lane from the flagger position shown, then move toward the centerline to stop other vehicles. A second flagger may be required when the flagger's view of approaching traffic in the open lane is less than % mile or the work site is in an area of restricted sight distance (such as a No Passing Zone): and excessive traffic delays and conflicts are encountered. If second flagger is required, refer to Figure 8030.106. .a E`•J 'Tj iR� a W —V wa An optional BE PREPARED TO STOP sign may be added between the Flagger sign and the ONE LANE ROAD AHEAD sign. Extend the buffer space as required so the two-way traffic taper is placed before a horizontal curve (or crest vertical curve) to provide adequate sight distance for the flagger and a queue of stopped vehicles. oNE LArE <9> Refer to Figure 8030.101 for symbol key and sign • nT ROADspacing. AHEAD Flagger Notes: Cl Stop the first vehicle in the closed lane from the flagger position shown, then move toward the 4— centerline to stop other vehicles. ■ ■ ■• ♦ lC_L_L_!J ■ N " • ' - -">' �' +"'� Provide lighting to mark flagger stations at night. A single flagger may be used for low volume T F situations with short work zones on straight roadways < . ; where the flagger is visible to road users ♦ 50' to 100' ROADNWORK approaching from both directions. Refer to Figure ♦ a, 8030.105. ♦ Refer to Figure 8030.107 for work in vicinity of a street -rail crossing. 50' to 100' « . END A ., {-fr.t" k ROAD WORK i�• � ef,.,D B ' M A A oNE LANE ROAD AHEAD REv�sior� New 10-1 i ROAD WORK SUDAS 8030,1Q HEAD A SHEET 1 of ROAD WORK AHEAD ROAD (optional) WORK RIGHT LANE<� AHEAD CLOSED AXEAD >'.% Outside Lane Closure END AHEAD RDAD WDRK ROAD MONK A ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ —1110. ■ ■ ■ �� z` F F �— A A A L Buffer Spa (optional ROAD WORK LEFT LANE CLOSED 4 AHEAD AHEAD Inside Lane Closure (optional) F For low speed, low volume, urban streets the LEFT/RIGHT LANE CLOSED AHEAD sign may be omitted. Refer to Figure 8030.101 for symbol key and sign spacing. w e INS) v Place arrow board within the closed lane behind the channelizing devices and as close to the beginning of the taper as practical, while keeping it on the paved surface. If the work area extends across the crosswalk, the crosswalk should be closed using appropriate information and devices. For traffic signal maintenance, consider using law enforcement and/or a shadow vehicle. For intersection approaches reduced to a single lane, left -turning movements may be prohibited to maintain Lt capacity for through motor vehicle traffic. Right lane closure shown; for left lane closure, modify sign messages and arrow board. Refer to Figure 8030.101 for symbol key and sign spacing. If the work area extends across the crosswalk, the crosswalk should be closed using appropriate information and devices. For traffic signal maintenance, consider using law enforcement and/or a shadow vehicle. Right lane closure shown; for left lane closure, modify sign messages and arrow board. ROAD Refer to Figure 8030.101 for symbol key and sign WORK �— i END spacing. AHEAD ROAD WORK ROAD WORK AHEAD END A ROAD WORK A �1 iv ■ END I� A A IROAD WORK A ROAD s s WORK LANE ENDS Ui AHEAD ALEFTE H ROAD i WORK AHEAD END T ROADWORK t7 C T aEvisioN m New 10-17-17 O SU DAS 8030.112 N 14) SHEET 1 of 1 = SUDAS Standard Specifications m m LANE CLOSURE ON THE FAR n SIDE OF AN INTERSECTION When distance "A" is less than 500 feet, place the barricade with the ROAD CLOSED TO THRU TRAFFIC sign in the middle of the traffic lane approaching the work area. The barricade may be omitted if the distance to the work area is less than 250 feet. Last Public Road Intersection Prior Maintain safety fence closures to prevent to Closure unauthorized vehicles from passing through. Place staggered Type III barricades in the roadway after the last public road intersection prior to the closure. Safety Fence If local traffic is allowed to pass a Type III barricade, retroreflective sheeting is required on both sides of the barricade. Refer to Figure 8030.101 for symbol key and sign spacing. A A A ROAD ROAD ROAD N) CLOSED CLOSED CLOSED N) AHEAD C ROAD CLOSED AHEADTO _ THRU TRAFFIC L7 C Zl aEvisiory m NewOD 10-17-17 SUDAS 8030.116 SHEET 1 of 1 = SUDAS Standard Specifications m m o STREET OR ROAD CLOSURE n Use when crosswalks, sidewalks, or other pedestrian facilities are closed or relocated. Ensure temporary facilities are detectable and include accessibility features consistent with the features present in the existing pedestrian facility. Signs such as KEEP RIGHT (LEFT) may be placed to guide or direct pedestrians. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. When required in the contract documents, provide auxiliary lighting or audible information devices to assist pedestrians with visual disabilities. - Only the temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. ' Refer to Figure 8030.101 for symbol key and sign spacing. a I rill VZZI'A M Q > r E5 U w N 0 crnc C J Cn T • v M M a 3 0 ac M y r W v a� 0 vt Ce) all C M REVISION Co New 10-17-17 O SUDAS 8030.117 v SHEET 1 of 1 = SUDAS Standard Specifications m m o SIDEWALK DETOUR n Use when crosswalks, sidewalks, or other pedestrian facilities are closed or relocated. Ensure temporary facilities are detectable and include accessibility features consistent with the features present in the existing pedestrian facility. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas ADA Compliant from pedestrians. Channelizing Where pedestrians are diverted onto high-speed Device roadways, provide a temporary traffic barrier and, if L L J L specified in the contract documents, a crash cushion, - to separate the temporary sidewalk from vehicular traffic. 48" min. When required in the contract documents, provide auxiliary lighting or audible information devices to assist pedestrians with visual disabilities. Only the temporary traffic control devices related to r� pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 8030.101 for symbol key and sign �► spacing. l� O Temporary circulation path ice. TemporaryROAD WORK Curb Ramp Fmil F AHEAD _ •• t7 c mREVISION co New 10-17-17 SUDAS _ 8030.118 co SHEET 1 of 1 = SUDAS Standard Specifications rn m o SIDEWALK DIVERSION T Use when work activities close crosswalk or reduce width to less than 4 feet. Ensure temporary facilities are detectable and include accessibility features consistent with the features present in the existing pedestrian facility. When required in the contract documents, provide auxiliary lighting or audible information devices to �1■ assist pedestrians with visual disabilities. SIDEWALK CLOSED +--1 1 Refer to Figure 8030.101 for symbol key and sign CROSS HERE _. spacing. ■-T■ ■ ■ �. A 50' to 100' 50' cr) ROAD SIDEWALK CLOSED WORK �� AHEAD CROSS HERE T t7 C �7 REVISION co New 10-17-17 SUDAS 8030.119 SHEET 1 of 1 = SUDAS Standard Specifications m m CLOSURE OF MARKED OR n UNMARKED CROSSWALK Q1 Spread root system in natural position with soil excavated from pit. O2 Build a firm cone -shaped mound of soil in the middle of the planting pit. QInstall with root flare at or slightly above grade. Do not place mulch within 6 inches of trunk. ® Install root flare 2 to 3 inches above grade. Do not place mulch within 6 inches of trunk. Mound finished grade to cover portion of 3 3" Deep Mulch rootball above grade. 4 ., Finished Grade Existing Grade. Form 3" deep "`3 saucer. -- - - -- - - - - -- 2 _.. 2 Depth as Required Scarify sides * of pit. _i 1 3 Times Root System 3 Times Root System' PLANTING PIT PLANTING PIT c (Bare Root Plants) (Bare Root Plants on m Poorly Drained Soils) aev sioN 7 2022 Edition O W SUDAS g030.101 0 SHEET 1 of 2 Cn SUDAS Standard Specifications = m m o PLANTING PIT m N Form 3" deep saucer. 3" Deep Mulch 3 6 Finished Grade /----- ---- IT Depth of Root Ball or y Container Scarify sides of pit. Root System 7 3 Times Root Ball Diameter Place rootball on PLANTING PIT Form 3" deep undisturbed soil. (Balled and Burlapped Plants) saucer. Existing Grade Mound finished grade to cover portion of rootball above grade. ---- I -- — --- - ---- --- Depth of Root Scarify sides Ball or of pit. Container Root System 3 Times Root Ball Diameter I Place rootball on undisturbed soil. PLANTING PIT (Balled and Burlapped Plants on Poorly Drained Soils) Finished 7 — Grade / / Scarify sides of pit. , 001—am 3 Times Root Ball Diameter PLANTING PIT (On Slopes) O3 Install with root flare at or slightly above grade. Do not place mulch within 6 inches of trunk. ® Install root flare 2 to 3 inches above grade. Do not place mulch within 6 inches of trunk. OS Begin transition at edge of root ball. © Cut and completely remove top 1/2 of twine, burlap, and wire baskets from root ball prior to placing backfill material. - 3" Deep Mulch Original Grade --# Depth of Root Ball or ' Container �M Root System �+ Place root ball on undisturbed soil. 1/4 to 1/3 Tree Height 0Protect trunk from ground line to first branch (2'-0" min.) when specified in the contract documents. Place one stake to southwest. Steel Post W N STAKING PLAN Flagging Flagging (Trees 2 1/2 inch diameter or smaller) Material Trunk Material Support ' &. Strapping ` 1 1 /2 to 2/3 Tree Height (4'-0" min.) Place one stake • to southwest. ID o ; 2'-0"min. REV1510N 1 2022 Edition SUDAS 9030.102 / , N �, i SHEET 1 of 2 � STAKING PLAN = Planting Pit (Trees larger than 2 1/2 inch diameter) SUDAS Standard Specifications per Figure im 1 9030.101 STAKING TREE STAKING, GUYING, o N AND WRAPPING Earth A `JU3U.lui GUYING Place one ar to the south% O1 Protect trunk from ground line to first branch when specified in the.00ntract documents. a _ w GUYING PLAN Finished Grade O1 If pervious soil is encountered at a depth less than 6 feet, the drainage well may be terminated when the well extends a minimum of 12 inches into the pervious soil layer. ti T i { \ Engineering Fabric Planting Pit per Figure 9030.101 0° 8" to 12" o Diameter R r...i ° Impervious Soil Porous Backfill Material s 6.0"O1 ` °go 12" T 0 c m°pP acvisioN �p 1 2022 Edition W o SUDAS 9030.103 W SHEET 1 of 1 =I SUDAS Standard Specifications m Pervious Soil (if present) 0 TREE DRAINAGE WELL Prepared by: Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, Iowa 52240, (319) 356-5144 Resolution No. 24-05 Resolution setting a public hearing on January 16, 2024 on project manual and estimate of cost for the construction of the 2023 Sanitary Sewer Repairs 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 Account # V3101 - Annual Sewer Main Replacement. 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 161h day of January, 2024, 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 end day of January '2024. M Attest: Cl City Clerk Approved by / G . City Attorney' Office - 12/22/2023 It was moved by salih and seconded by adopted, and upon roll call there were: Ayes: Nays: Dunn the Resolution be Absent: Alter Bergus Dunn 9 L D Harmsen Moe Salih JAN 02 2024 Teague City Clerk Iowa City, Iowa � LocaliQ Iowa GANNETT PROOF OF PUBLICATION CITY OF IOWA CITY City Clerk's Office City Of Iowa City 410 F Washington ST Iowa City IA 52240-1825 STATE OF WISCONSIN, COUNTY OF BROWN The Iowa City Press Citizen, a newspaper printed and published in the city of Iowa, Johnson County, State of Iowa, and personal knowledge of the facts herein state and that the notice hereto annexed was Published in said newspapers in the issue: 01 /08/2024 and that the fees charged are legal. Sworn to and subscribed before on 01/08/2024 Legal (. iern L�L,L-�� C'Z�-- Notary, State of' WI, County of Brown C -) _vS My commision expires Publication Cost: $40.00 Order No: 9703548 # of Copies: Customer No: 1249729 1 PO #: 2023 Sanitary Sewer THIS IS NOT AN INVOICE! Please (1 not use this fora+ Jor payment )'emittance. KATHLEEN ALLEN Notary PubiiC State of Wisconsin PO Box 631851 Cincinnati, OH 45263-1851 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2023 SANITARY SEWER REPAIRS 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 Proiect Manual, including the plans, specifications, contract, and estimated cost for the construction of the 2023 Sanitary Sewer Repairs in said city at 6:00 p.m. on the 16th day of January, 2024, 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 proiect includes replacement and repair of sanitary sewer pipes and manholes as well as reconnection of sanitary sewer services at various locations across the city. Said Proiect 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 obiections to and comments concerning said Proiect Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Grace, City Clerk FILED JAN 0 8 2024 City Clerk Iowa City, Iowa Page 1 of 1 Prepared by: Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, Iowa 52240, (319) 356-5144 Resolution No. 24-20 Resolution approving project manual and estimate of cost for the construction of the 2023 Sanitary Sewer Repairs 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 Annual Sewer Main Replacement, Account Number V3101. 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 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 81h day of February, 2024. 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 201h day of February, 2024, or at a special meeting called for that purpose. Passed and approved this 16th day of January I` Attest: V,C�c -�- City Clerk 20 24 l M,a pr (� Approved by City Attor ey s Office (Liz Craig - 01 /11 /2024) FILED JAN 16 2024 City Clerk Iowa City, Iowa Resolution No. 24-20 Page 2 It was moved by Bergus adopted, and upon roll call there were: Ayes: and seconded by Nays: Moe the Resolution be Absent: Alter Bergus Dunn Harmsen Moe Salih Teague FILED JAN 16 2®24 City Iowa ,04 a-ra 1I I IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS 2023 Sanitary Sewer Repairs Project Classified ID: 111705520463 A printed copy of which is attached and made part of this certificate, provided on 01/18/2024 to be posted on the Iowa League of Cities internet site on the following date: 2024-01-18 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 01/18/2024 FILED Alan Kemp, Executive Director JAN 18 2024 City Clerk Iowa City, Iowa 0100 NOTICE TO BIDDERS 2023 SANITARY SEWER REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 81h day of February 2024. 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 201h day of February, 20245, or at special meeting called for that purpose. The Project will involve the following: Replacement and repair of sanitary sewer pipes and manholes as well as reconnection of sanitary sewer services at various locations across the City of Iowa City. All work is to be done in strict compliance with the Project Manual prepared by Stanley Consultants, Inc., of Muscatine, Iowa, 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) year(s) from and after its completion and formal acceptance by the City Council. FILED city iQ13R lk lam©�, Ili The following limitations shall apply to this Project: Specified Start Date: 1 April 2024 Substantial Completion Date: 30 September 2024 Final Completion Date: 30 October 2024 Liquidated Damages: $750 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date. 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 GRACE, CITY CLERK FILED JAN 18 ZOZ4 City Clerk Iowa City, Iowa Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, January 18, 2024 9:40 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files A ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** Mimecast Attachment Protection was unable to create safe copies of your attachments. 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 — 2024 Parking Garages Maintenance And Repair Project Iowa City — 2023 Sanitary Sewer Repairs 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): January 18. 2024 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. January 18, 2024 Date President/CEO of The Construction Update Plan Room Network Cindy Adams FLED Project Information Specialist JAN 18 2024 Master Builders of Iowa 402-9858 ECAdams, . IVIBI. Build I Wwww.MBI.Build 4100 Westown Pkwy i West Des Moines. IA 50266 City Clerk Iowa City, Iowa DAILY NOTICE TO BIDDERS construction update C FILED JAN 18 2024 City Clerk Iowa City, Iowa 0100 NOTICE TO BIDDERS 2023 SANITARY SEWER REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 8` day of February 2024. 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 20'h day of February, 20245, or at special meeting called for that purpose. The Project will involve the following: Replacement and repair of sanitary sewer pipes and manholes as well as reconnection of sanitary sewer services at various locations across the City of Iowa City. All work is to be done in strict compliance with the Project Manual prepared by Stanley Consultants, Inc., of Muscatine, Iowa, 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) year(s) from and after its completion and formal acceptance by the City Council. 1=1 L ED JA N 18 2024 The following limitations shall apply to this Project: Specified Start Date: 1 April 2024 Substantial Completion Date: 30 September 2024 Final Completion Date: 30 October 2024 Liquidated Damages: $750 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date. 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 GRACE, CITY CLERK FILED JAN 18 2024 City Clerk Iowa City, Iowa Prepared by Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, Iowa 52240 (319) 356-5144 Resolution No. 24-40 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2023 Sanitary Sewer Repairs Project Whereas, J Q Construction, LLC of Washburn, Iowa has submitted the lowest responsive, responsible bid of $284,441.71 for construction of the above -named project; and Whereas, funds for this project are available in the Annual Sewer Main Replacement, Account Number V3101. 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 is hereby awarded to J Q Construction, LLC of Washburn, Iowa, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 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 20th day of February , 20 24 M Approved by Attest � � .J City derk City Attorn y's Office (Liz Craig - 02/14/2024) It was moved by salih and seconded by Alter the Resolution be adopted, and upon roll call there were: Ayes: ►N Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague Bond No. 364017G 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2023 SANITARY SEWER REPAIRS PROJECT CITY OF IOWA CITY Know All by These Presents: That we, JQ Construction, LLC of Washburn, Iowa, as Principal (hereinafter the "Contractor" or "Principal") and Westfield Insurance 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 two hundred eighty-four thousand four hundred forty-one dollars and seventy-one cents ($284,441.71), 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 wheeas said Contractor entered into a contract with the Jurisdiction, bearing date the _�'l day of (hereinafter the "Contract") wherein said Contractor undertakes and agrees to constru t the following described improvements: Replacement and repair of sanitary sewer pipes and manholes as well as reconnection of sanitary sewer services at various locations across the City of Iowa City. 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. 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 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 2023 Sanitary Sewer Repairs Project 0510 — Page 1 of 4 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 year(s) (5) 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 year(s) (5) 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. 2023 Sanitary Sewer Repairs 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. 2023 Sanitary Sewer Repairs Project 0510 — Page 3 of 4 PRINCIPAL: JQ Construction, L.L.C. Printed Name of Contractor Officer By 'Signature of Contractor O Icer Owner Title of Contractor Officer SURETY: Westfield Insurance Company ...•�SURq,yc, N; SEAL: �- BY�'' .... `Y JSigkatdre jAtfttorMnc.tces .. " Sara Huston, 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 2023 Sanitary Sewer Repairs Project 0510 — Page 4 of 4 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 02114124, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney POWER NO. 1429262 15 Westfield Insurance Co. Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, DIONE R. YOUNG, SETH ROOKER, SARA HUSTON, KATE ZANDERS, JOHN CORD, GRACE RASMUSSEN, JAMIE GIFFORD, LUKAS SCHRODER, JOINTLY OR SEVERALLY of WAUKEE and State of IA its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY'. 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 14th day of FEBRUARY A.D., 2024 . w....,..", WESTFIELD INSURANCE COMPANY CorporateSVRr(p�"+ti�1C)Nfl[ ��.,.•'~� '"�N� Seals -t,.�•-• C�, �r`�4.•• �sG•; WESTFIELD. NATIONAL INSURANCE COMPANY Affixed��t 'a' ; o: •• A'iz.; + e^ OHIO FARMERS INSURANCE COMPANY �1... N SEAL 9�' State of Ohio �••..�...... ,..•••'•�` By. County of Medina ss.: Gary W. tumper, Nationa Surety Leader and Senior Executive On this 14th day of FEBRUARY A.D., 2024 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal µtAL�''w Affixed ,� S�ss s`Z-,:,:_: t.� '. . ?jar State of Ohio 1 4+ ► - David A. Kotnik, Attorney at. taw, Notary Public County of Medina ss.: S% q r " My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of 20N . c SEAL GZ �t►aT •'o ff: 1848: ®� +'• �. Frank A. Carrino, Secretary, .40 BPOAC2 (combined) (03-22) CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 3S6-5000 ENGINEER'S REPORT www. gov.or 09 FAX �v�vw.icgov.org October 30, 2024 City Clerk Iowa City, Iowa Re: 2023 Sanitary Sewer Repairs Construction Project Dear City Clerk: I hereby certify that the 2023 Sanitary Sewer Repairs Construction Project has been completed by JQ Construction, LLC of Washburn, Iowa, in substantial accordance with the Project Manual developed by Stanley Consultants, Inc. of Muscatine, Iowa. The project was bid as a unit price contract and the final contract price is $406,041.89. There were six (6) change orders on this project, as follows: 1. Revised Repair for the Rundell Street Location — $62,239.74 2. Washington Street Location - Lead Water Service Repairs and Reworked Sewer Repair — $25,264.11 3. Relocation of Water Service on Second Avenue, Replacement of Intake Throats on Spruce Street, and Core Holes for Services on Dearborn Street — $15,900.00 4. Erosion Stone at Dead End Streets — $336.00 5. Revisions to the Work for the Rundell Street Location and Final Quantities — $12,366.65 6. Unlabeled Service Wyes and Full Depth Patch Pavement Removal — $10,743.68 Total: $126,850.18 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, aell, City Engineer Prepared by Joe Welter, Engineering Division, Public Works, 410 East Washington Street, Iowa City, Iowa 52240 (319) 356-5144 Resolution No. 24-269 Resolution accepting the work for the 2023 Sanitary Sewer Repairs Project Whereas, the Engineering Division has recommended that the work for construction of the 2023 Sanitary Sewer Repairs Project, as included in a contract between the City of Iowa City and JQ Construction, LLC of Washburn, Iowa, dated March 7, 2024, 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 Annual Sewer Main Replacement Account Number V3101; and Whereas, the final contract price is $406,041.89. 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 4th day of November 2024 M Attest: City Clerk It was moved by Dunn and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by City Attor ey's Office (Eric Bigley - 10/31/2024) salih the Resolution be Absent: Alter Bergus Dunn Harmsen Moe Salih Teague