Loading...
HomeMy WebLinkAboutSTORM SEWER/FIRST AVENUE/PHASE 2/2013STORM SEWER/ FIRST AVENUE/ Phase 2/ 2013 r a g 4 ©- f cSvm See.JCf �f ��5�� -iuen�,tt �hGsz a �e Z [7 .� - ,;uri - l ✓--'. _I � Gn_� r f � Pe t,�^� � c�i-1-; � aS �_ .���-c� 'S� 1 I c�--� rrCl'- E. 25-1-� r�ic�� I l J— S,e*1f c ���<bt�c hear�rc�rs—�-u_u ` Icar ( f--L'r,ca-:_cnS� -l�Crh-,_ 'f f_6n4cczc'r f e/s�;,,-,a ur co34 `4_ r n �4 -�(� Y—� ,�5 -i�10-er L,t-Z i7 -e.C4;,-,_rj _ _, c'i��:� Off- .Sr _� I�^`2 G. r`ii�} � Cx, I.2_<'�+, � ��-C �; �y. fCnq,rt:r'�.+• ��'�� f.. f _ Qc1Ut✓`�iSGn�CnT -!or �ic(S g`VuW !3RSD�w � Yj^ .Z/O f G,�r'LV� plar2S"r rJJLC! `�7rm vY cgorckvlw' t cost -((-11f,0✓' -f�lCAST/�v �cd ;� OT )T' e- Fr $ Av'e nu { Sloe ti o u,AL✓ +wr +O✓ Lm2 r ds r i^O� 2 a Y ' V sh, ✓t� Op 6 r . -W �aCCCr, 1� Ta ;CI�YK -/o p"blls� n�<« of b) -ds. of 4•ear;mR - ?roo-F oT I� J ' i 6s -P- a SF -t t,f �VQKCC� �Fbrr vLu�e-v .�r�ack�rLtnZ S �rt7yeEL . �r r rlll� CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX ENGINEER'S ESTIMATE www.icgov.01g June 3, 2013 City Clerk City of Iowa City, Iowa Re: 1st Avenue Storm Sewer Improvements Project —Phase 2 Dear City Clerk: The estimate for Phase 2 of the 18t Avenue Storm Sewer Improvements Project is $1,126,000. Sincerely, Jason R. Havel, P.E. Civil Engineer Specification No: Plans, Specifications, Proposal and Contract For 1St Avenue Storm Sewer Improvements Phase 2 Iowa City, Iowa CITY OF IOWA CITY City of Iowa City Engineering Division — Public Works 410 East Washington Street Iowa City, Iowa 52240 Phone: 319-356-5140 Fax: 319-356-5007 Contract Documents Prepared By: An Foth Foth Infrastructure & Environment, LLC 3950 River Ridge Drive NE, Suite A Ceder Rapids, IA 52402-2515 Phone: 319-3859565 Fax: 319-305-9631 SPECIFICATIONS FOR I ST AVENUE STORM SEWER IMPROVEMENTS PHASE 2 IOWA CITY, IOWA FOTH INFRASTRUCTURE AND ENVIRONMENT LLC. 4211 GLASS ROAD NE, SUITE B CEDAR RAPIDS, IOWA 52402 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of p0F�S 310 the State of Iowa. O............. .��i•� ' PaAp0-- Date: Sh/ PATRICK P. got PATRICK P. KUET .E. KUETER , License No. 14642 14642 ; m• a•: My renewal date is December 31, 2674 ° .�,,,rr,,....•�O• Pages or sheets covered by this seal: q� /own�ss*p All pages TABLE OF CONTENTS 1ST AVENUE STORM SEWER IMPROVEMENTS PHASE 2 IOWA CITY, IOWA Title Page Certifications Table of Contents BIDDING REQUIREMENTS, CONTRACT FORMS: Advertisement for Bids .............................................. Note to Bidders......................................................... Form of Proposal...................................................... BidBond................................................................... Form of Agreement ................................................... Performance and Payment Bond .............................. CONDITIONS OF THE CONTRACT: Contract Compliance (Anti -Discrimination Requirements)........................................................ CC -1 GeneralConditions...................................................................................................................GC-1 SupplementaryConditions......................................................................................................... SC -1 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects..............................................R-1 SPECIFICATIONS: PART 1 — GENERAL REQUIREMENTS Section 01025 Measurement and Payment ................................................ 01025-1 Section 01090 Reference Standards.......................................................... 01090-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 PART 2 - SITE WORK Iowa Statewide Urban Specifications for Public improvements Manual (Not Bound Herein) ADVERTISEMENT FOR BIDS 1s` Avenue Storm Sewer Improvements Phase 1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 PM. on the 17th day of July, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23rd day of July, 2013, or at special meeting called for that purpose. The Project will involve the following: The construction of storm sewer improvements upstream and downstream of 1st Avenue approximately 935 feet northeast of Lower Muscatine Road. Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 828 CY of excavation, 3,990 SY of PCC pavement, 71 SY of HMA parking lot pavement, 534 LF of 7 ft x 4 ft reinforced concrete box culvert, 622 LF of 9 ft x 4 ft reinforced concrete box culvert, 236 LF of storm sewer, storm sewer structures and appurtenances, 199 LF of trenchless sanitary sewer services, pavement markings, erosion control, seeding, and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by Foth Infrastructure and Environment, LLC, of Cedar Rapids, Iowa, which have heretofore been approved bythe City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidderfails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. 10I Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 5". 2013 Intermediate Completion Dates: Phase 1 —Stage 1: September 16th, 2013 All Phases and Stages: November 22 . 2013 Completion Date: May 9th. 2014 Liquidated Damages: $800.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the office of the City Engineer of Iowa City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $35.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. A refund will be issued if re - useable plans and specifications are returned to the City of Iowa City within 14 days of the project award date. 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 Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal AF -2 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. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 ADVERTISEMENT FOR BIDS AF -4 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NOTE TO BIDDERS NB - 1 FORM OF PROPOSAL IST AVENUE STORM SEWER IMPROVEMENTS PHASE 2 NOTICE TO BIDDERS: PLEASE DO NOT USE THE BID FORM INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL FORM ARE INCLUDED WITH THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City - Civic Center 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 Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices. We further propose 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. FORM OF PROPOSAL FP -1 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE DIVISION 1 -GENERAL LS i CONSTRUCTION SURVEY 1 5 $ $],I .2 MOBILIZATION LS 1 S _ DIVISION 2 -EARTHWORK 1 2.1 CLEARING AND GRUBBING 22 PAVEMENT REMOVAL LS SY EA S S _ 4098 _- S 5 23 REMOVAL OF EXISTING STRUCTURES 2.4 TOPSOIL STRIP SALVAGE AND SPREAD _ 25 TOPSOIL FURNISH AND SPREAD 4 S 5 5 5 CY 155 $ $ ___ 3 CY 161 828 _ 455 2.6 EXCAVATION. CLASS 10 23 SPECIAL BACKFILL 28 SURGRADE PREPARATION 121N CY S _ CY SY S 4005 $ _ DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION $ _ 3.t TRENGH FOUNDATION STABILIZATION MATERIAL DIVISION _4 -SEWERS AND DRAINS 41 _ SEWE R STORM 151N DIA RCP CLASS III 4.2 SEWER STORM 16 IN. DIA. RCP CLASS III TON _1,035 S LF _ 10B $ $ _ _ LF _ 13 __ 4.3 SEWER STORM. 36 IN. DIA. RCP CLASS III _ LF 100 15 _ 1 _ 4.4 SEWER STORM 6 IN. DIA. PVC LF 4.5 APRONS CONCRETE, 151N. DIA. _ 4.6 APRONS, CONCRETE 181N DIA 4,7 SLOPED END SECTION 4 FT RISE TYPE 1 _ EA EA 1 $ _ $ _ EA 1 _ 48 SEWER STORM. 7 FT X 4 FT REINFORCED CONCRETE BOX PRECAST ORCAST-Iry-PLACE LF 534 4.9 SEWER STORM 9 FT X 4 FT REINFORCED CONCRETE BOX PRECAST OR CAST -IN-PLACE LF _ 622 _ 199 4.10 SAN ITA BY SEWER VJITH CASING PIPE 6IN DIA DIPTRENCHLESS 4.11 SANITARY SEWER 61N DIA DIP - 4.12 SANITARY SEWER. IY IN. DIA. DIP _ LF LF 20 $11 $ LF 20 $ __ _ 4.13 SUBORAIN AND FITTINGS 61N. CORRUGATED PVC, NON -PERFORATED LF 24 $ _ _ 4.14 ABANDON EXISTING 401N X 651N RCAP V0 FLOWABLE MORTAR CY 40 _ _ 4.15 ABANDON EXISTING 241N. RCP W/ FLOWABLE MORTAR _ _CY LF 7 $ 4.16 STORM SEWER AND PIPE CULVERT REMOVAL 4.17 SANITARY SEWER REMOVAL 501 $ _ LF 75 5 $ _ 5 DIVISION 6- STRUCTURES FOR SANITARY AND STORM SEWERS 1 6.1 STORM MANHOLE SWL01_. 46"DIA . EA 6.2 STORM INTAKE, SW -501 _ _ 63 STORMINTAKE SW-510(CAST -IN-PLACE) _ _ 6.4 STORM INTAKE SW -511 EA EA43,853$ $ $ $ _ 5 EA _ 6.5 STORMCULVERT TRANSITION STRUCTURE, 7 US 3_FTTO 7 FTX4 FT _ EA _ 66 STORM JUNCTION BOX 12 FTX 9 FT EA S 6.7 STORM JUNCTION BOX. I3 FT X 6 FT 6.6 SANITARY MANHOLE SW-30148"DIA„DROP STRUCTURE EA EAS69 SANITARY MANHOLE SW -302. 481N X 48 IN EASDIVISION 7 -STREETS AND RELATED WORKPAVEMENT, STANDARDORSLIP FORM P.C. CONCRETECLASS C. NON -REINFORCED, CLASS 71 3 DURABILITY, 6IN. SY PAVEMENT, STANDARD OR SLIP FORM P.C. CONCRETE CLASS O NON -REINFORCED, CLASS 72 3 DURABILITY, 8 IN. SY 65 _ 71 $ 7.3 ASPHALT CEMENT CONCRETE PAVEMENT PG 64-2P 314' ASS. GIN. _ _ 7.4 EMULSIFIED ASPHALT CURB AND GUTTER 2.5 FT SY LF 81 $ _. _$ _ 75 SIDEWALK PCC 41N. SV 69 IS FORM OF PROPOSAL FP -2 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE DIVISION _ 61_ ft2 8 - TRAFFIC CONTROL. SIGNALS AND LIGHTING PAINTEDPAVHdENT1dARKINGS WATERBORNEISOLJENT 14 1 $ $ STA LS 5 S _ _ TRAFFIC CONTROL. CONSTRUCTION ACCESS AND STAGING 9 - SITE WORK AND LANDSCAPING TEMPORARY SEEDING, FERTILIZING, AND MULCHING TYPE 2, EROSION CONTROL MIXTURE SEEDING. FERTILIZING, AND MULCHING TYPE I PERMANENT LAWN MIXTURE CONSTRUCTION EROSION CONTROL DIVISION 9.1 9.2 ACRE 0.fi0 5__ S _ _ _ 5 _ $ $. _$__ ACRE 058 1 93 94 ITS _ LF _SO LF SILT FENCE TEMPORARY ROLLED EROSION CONTROL _(TYPE2D) CHAIN LINK FENCE, REMOVE AND REINSTALL CHAIN LINK FENCE. CONSTRUCTION(TEMPORARY_ CONSTRUCTION SAFETY FENCE 750 _ 3P $ 9.5 5 $ 96 468 5 $ $ $ _ 97 9.0 9.9 9.10 LF _ 367 5 S 5 5 LF TON TON 2,647 _ _ _142 83_ REVETMENT CLASS E _ FILTER BLANKET CLASS A 5 TOTAL BASE BID OF ITEMS: $ FORM OF PROPOSAL FP -3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The Owner reserves the right to accept or reject the Bid. The Owner intends to award a single contract which it deems to be in the best interests of the City. All Bidders shall submit a detailed "Schedule of Prices" as described in the Instructions to Bidders. 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 inconformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. FIRM: 0 (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) FORM OF PROPOSAL FP -4 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the IST Avenue Storm Sewer Improvements — Phase 2. 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 bond for the Principal's faithful performance of said Project, and for the payment of all persons performing .labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received hereby stipulates and agrees that the obligations of said Surety and its bond 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 bond this day of A.D., (Seal) Witness Principal 0 (Seal) Surety Witness (Attorney-in-fact) {Attach Power -of Attorney} BID BOND BB -1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor" Whereas Foth has prepared certain plans, specifications, proposal and bid documents dated the_day of , 20_, for the 151 Avenue Storm Sewer Improvements — Phase 2, and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Iowa Statewide Urban Specifications for Public Improvements Manual' C. Plans; d. Specifications and Supplementary Conditions; e. Advertisement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding of Non -Federal -Aid Projects; Contract Compliance Program (Anti -Discrimination Requirements), Form of Proposal and Bid Documents k. This Instrument The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): FORM OF AGREEMENT AG- 1 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this day of OWNER: City of Iowa City ATTEST: Mayor City Clerk CONTRACTOR: By (Title) ATTEST: (Title) (Company Official) APPROVED BY: City Attorney's Office FORM OF AGREEMENT AG- 2 PERFORMANCE AND PAYMENT BOND as (Here insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Surety, hereinafter insert the legal title of the Surety) called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as entered into a (date) written Agreement with Owner for the 1" Avenue Storm Sewer Improvements — Phase 2; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. PERFORMANCE AND PAYMENT BOND PB- 1 C. The Contractor and Contractors Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Address) PERFORMANCE AND PAYMENT BOND PB- 2 Contract Compliance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CONTRACT COMPLIANCE CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 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. 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 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. CONTRACT COMPLIANCE CC -2 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 to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CONTRACT COMPLIANCE CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased 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. CONTRACT COMPLIANCE CC -4 �► �m�1ir `s f City of orp C� Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CONTRACT COMPLIANCE CC -5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4:. Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: 2-3-1 A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, 'sex or sexual orientation. (Ord. 03-4105, 12-153-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or In any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697,11-7-1995) Iowa City 2-3-1 2-3-1 D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. I-. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification., (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or Iowa City 2-3-1 2-3-2 elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647,11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) 2-3-2: PUBLIC ACCOMMODATION; EXCEPTIONS: A. It shall be unlawful for any person to deny any other person the full and equal enjoyment of the goods, services, facilities, privileges, advantages of any place of public accommodation because of age, color, creed, disability; gender identity, marital status, national origin, race, religion, sex or sexual orientation. This section shall not apply to discounts for services or accommodations based upon age. (Ord. 00-3950, 11-7-2000) September 2008 Iowa City GENERAL CONDITIONS Division 1, General Requirements and Covenants of the Iowa Statewide Urban Specifications for Public Improvements Manual shall apply except as amended in the Supplementary Conditions. GENERAL CONDITIONS GC- 1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Construction Stakes S-3 Compliance with OSHA Regulations S-4 Insurance S-5 Concerning Subcontractors, Suppliers and Others S-6 Work on Sundays or Legal Holidays S-7 Supervision and Superintendence S-8 Employment Practices S-9 Contract Compliance Program (Anti -Discrimination Requirements) S-10 Measurement and Payment S-11 Taxes S-12 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 1 of the Iowa Statewide Urban Specifications for Public Improvements Manual, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within section 1010 of the Iowa Statewide Urban Specifications for Public Improvements Manual: "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY' shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. SUPPLEMENTAL REGULATIONS SC -1 S-2 CONSTRUCTION STAKES. Replace item B of section 1050, paragraph 1.10 of the Iowa Statewide Urban Specifications for Public Improvements Manual with the following: The Contractor shall be responsible for providing construction staking for the project. Survey stakes (including control points) inadvertently disturbed or removed during the course of construction shall be replaced at the contractor's expense. S-3 COMPLIANCE WITH OSHA REGULATIONS. Add the following to section 1070, paragraph 2.02 of the Iowa Statewide Urban Specifications for Public Improvements Manual: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-4 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: SUPPLEMENTAL REGULATIONS SC -2 Type of Coverage Each Occurrence Aggregate' Comprehensive General Liability _ Bodily Injury & Property Damage" $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. "Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. SUPPLEMENTAL REGULATIONS SC -3 C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractors liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. SUPPLEMENTAL REGULATIONS SC -4 S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to section 1080, paragraph 1.01 of the Iowa Statewide Urban Specifications for Public Improvements Manual: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 SUPERVISION AND SUPERINTENDENCE. Add the following to section 1080, paragraph 1.10 of the Iowa Statewide Urban Specifications for Public Improvements Manual: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. SUPPLEMENTAL REGULATIONS SC -5. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Part 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the Iowa Statewide Urban Specifications for Public Improvements Manual. S-10 TAXES. Contractors and approved Subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and titled the same as this section) and submit it to the Engineer before work can begin on the project. SUPPLEMENTAL REGULATIONS SC - 6 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME. TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: RESTRICTION ON NON-RESIDENT BIDDING ON R - 1 NON -FEDERAL -AID PROJECTS SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT.- A. AYMENT. A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE PART 3 -EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 30 days after the project is accepted by the City Council. This is provided that no claims against the project have been filed within 30 days of project acceptance. Chapter 38 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025- 1 3.02 BID ITEMS: (Refer to estimate reference information on plans). END OF SECTION 01025 01025-2 SECTION 01090 REFERENCE STANDARDS PART 1GENERAL 1.01 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and current Supplemental Specifications 5. American National Standards Institute (ANSI). 6. American Water Works Association (AWWA). 7. American Welding Society (AWS). 8. Federal Specifications (FS). 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 01090-1 11. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The Contractor is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART 2 -PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01090 01090-2 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Completion Date(s) and Final Payment 1. Work will be completed and ready for final payment by May 9h, 2014, in accordance with the General Conditions. B. Dates for Milestones 1. In addition to the final completion times, there are milestones by which certain work items must be completed. Milestone 1: Stage 1 — Phase 1: September 16, 2013 (Excluding Permanent Seeding) 01310-1 Milestone 2`: All other Stages and Phases: November 22, 2013 (Excluding Permanent Seeding) "Note: Contractor will be required to substantial complete each Stage within each Phase of the project and restore traffic and parking patterns prior to advancing to the next Stage of the project. Milestone 3: Permanent Seeding/Final Closeout May 9, 2014 C. Liquidated Damages Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $800 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. 2. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Milestone Work is not completed by the Milestone dates specified in paragraph 3.028 above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Milestone Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $800 for each day that expires after the time specified in paragraph 3.026 until the Milestone Work is complete. 3. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. D. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. G. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the 01310-2 existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. H. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. I. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. END OF SECTION 01310 01310-3 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. END OF SECTION 01570 01570-2 M O O N N O 00 r` N o� LI.I M oz z LLI ~ z 0 r T i r W W PLANS OF PROPOSED IMPROVEMENTS FOR 2013 IST AVENUE STORM SEWER IMPROVEMENTS URBAN STANDARD DETAILS FOR PUBLIC IMPROVEMENTS ALL STANDARD DETAILS SHALL BE CONSIDERED APPLICABLE TO CONSTRUCTION WORK ON THIS PROJECT. THE FOLLOWING DETAILS ARE BROUGHT TO THE CONTRACTOR'S ATTENTION: FIGURE NAME DATE NO. SW_IOI TRENCH BEDDING & BACKFILL ZONES 04/21/09 SW -102 RIGID GRAVITY PIPE TRENCH BEDDING 04121IN SW -103 FLEXIBLE GRAVITY PIPE TRENCH BEDDING 04/21/09 SW -211 SPECIAL PIPE CONNECTION FOR STORM SEWER 04/21/09 SW -301 CIRCULAR SANITARY SEWER MANHOLE 04/21109 SW -307 CODE CONNECTION FOR SANITARY SEWER MANHOLE 04/21/09 SW -401 CIRCULAR STORM SEWER MANHOLE 04/21/09 SW -402 RECTANGULAR STORM SEWER MANHOLE 04/21/09 SW -501 SINGLE GRATE INTAKE 10/16/12 SW -510 DOUBLE OPEN -THROAT CURB INTAKE, LARGE BOX 10118/I1 SW -511 RECTANGULAR AREA INTAKE 04/21/09 SW -601 CASTINGS FOR SANITARY SEWER MANHOLES 10/15/13 SW -602 CASTINGS FOR STORM SEWER MANHOLES 10/20/09 SW -603 CASTINGS FOR GRATE INTAKES 10/15/13 SW -604 CASTINGS FOR AREA INTAKES 10/20/09 PV -101 JOINTS 04/19/11 PV -102 PCC CURB DETAILS 04/19/11 PV -103 MANHOLE BOXOUTS IN PCC PAVEMENT 04/19/11 RF -3 CONCRETE APRONS 10/15!13 RF -26 PIPE APRON GUARD 10/15/13 RF -29 SAFETY GRATES FOR BOX CULVERTS 04/16/13 RF -30A CULVERT (BEDDING AND BACKFILL) 10/19/t0 MI -102 CHAIN LINK FENCE CONSTRUCTION 04/16/13 EC -201 SILT FENCE 04/20/10 9040.3 ROLLED EROSION CONTROL PRODUCT IRECP) 10/17/06 INSTALLATION ON SLOPES REDUCED ad DO NOT SCALE Oi ONE CALL 4\7iA�/ 8001292-898/ s ( GLLI-.EqR-PoV-qV PHASE 2 Goer (OF MWA NTT 9 MWA CITY CONTRACT NO.13626-580200 LOCATION MAP NOT TO SCALE B. O G Si M11SO111NC 4VF r_ I_ uWAM 13 ~ € iZc i W �ICG'aiory �2, c o G ., i « n t- O „tiidJI gRRWOOD Ci k o, jj' m cr �' ' x s WRR AVE 14 I ST WA ^IE Si T '� p ET G IN lz ENIX f !G 1 ST EanDEOP➢ Si can, n ' PO Ew I tON wcr ISN A. $ � AW E nvE r{^°" c: L� w "'" N AVE Z a — V n R wo 4L) r" DEFOREST AVE FDP � pM1 tiF u o� a.E IT inRDC: SRRIING AT or • S Is q I Ta IT as OT �'j 3J G T�—_E 7 N cl\ wD e1Vtl. C, _ PROJECT InavwE II LOCATION N a Circus. J, iwop ° FwnaoN 0 ea,w s+"0oS r�APPIE V 61FA50N N.. PUT�RG" IT 1 s 31 rI„q p`s DR ��,50N 4YE �Y j SM'W5� AVE � W� THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS AND THE CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS AND DETAILS SHALL APPLY TO CONSTRUCTION WORK ON THIS PROJECT. 11 CITY OF K)WA CITY 11 OWNER: CITY OF IOWA CITY C/O JASON HAVEL, P.E. 410 EAST WASHINGTON STREET IOWA CITY, IA 52240 PHONE: (319) 356 -WO FAX: (319) 356-5007 CITY OF IOWA CITY ENGINEER: FOTH INFRASTRUCTURE & ENVIRONMENT, LLC ENGLISH CITY OF IOWA CITY ENGINEER: FOTH INFRASTRUCTURE & ENVIRONMENT, LLC C/O PATRICK KUETER, P.E. 3950 RIVER RIDGE DRIVE NE, SUITE A CEDAR RAPIDS, IA 52402 PHONE: (319) 365-9565 FAX: (319) 365-9631 ,x*z Fot h Fath Intraatructure & Environment, LLC 3950 River Ridge Drive NE, Suite A Cedar Rapids, IA 52402-2515 Phone: 319-3659565 Fax: 31"65-9631 JOHNSON COUNTY CITY CONTRACT NO.: 3626-580200 SHEET NUMBER A.01 I hereby certify that this engineering Ma,Iment was prepared by we 105-3 or under my direct aers.no', supervision .,it that I han o duly INDEX OF SHEETS orzl-87 NO law.. Q)U j -_ $140113 DESCRIPTION F2 A 01 TITLE SHEET ad A.02 Llaense Nambec 14642 LEGEND & SYMBOL INFORMATION SHEET 14642 A A,03 17951 GENERAL NOTES Pace. ar sheets covereb by this seal: B.01 -B. 12 TYPICAL CROSS-SECTIONS AND DETAILS 'yf Is, V C.OI-C,07 ESTIMATE OF QUANTITIES AND GENERAL INFORMATION 0.01-0.03 PLAN AND PROFILE SHEETS - STORM SEWER E.01 PLAN AND PROFILE SHEETS - SANITARY SEWER G.01 REFERENCE TIES AND BENCHMARKS H.01 -H,02 RIGHT-OF-WAY SHEETS AND TEMPORARY EASEMENTS J.01 -J.04 STAGING AND TRAFFIC CONTROL SHEETS K.01 PAVEMENT MARKINGS L.01 -L.02 GEOMETRICS, STAKING, AND JOINTING SHEETS V.011,09 BOX CULVERT AND JUNCTION BOX STRUCTURE SHEETS I hereby certify that this engineering Ma,Iment was prepared by we or under my direct aers.no', supervision .,it that I han o duly licensed Profersiaoul Engineer under the laws or the State of pE6Sl0 � law.. Q)U j -_ $140113 sae F2 R PATRICK KUETCR, P.E. DATE at PATRICK T ad K(JETER i Llaense Nambec 14642 Q 14642 A My license renewal date is DECEMBER 31, 2014. 17951 My license renewal data is DECEMBER 31, 2013. Pace. ar sheets covereb by this seal: lof Pages or sheets covered by This seal: ALL SHEETS EXCEPT V.01 -V.09 'yf Is, V SHEETS 11.01 -ii I hereby certify the« this engineering datument was prepared by me .r antler, my Cvect persanol saperatuan bad that an o duly licensed Preleseonal Engineer i the laws at the State of �OFESS(ON9 Iowa. tm Dov 5t3o xol3 THOMAS J. CIHA, F.E. DATE h THOMAS J. 61 Us, CIHA m ❑.cense Number: 17951 l 17951 My license renewal data is DECEMBER 31, 2013. lof Pages or sheets covered by This seal: 'yf Is, V SHEETS 11.01 -ii STANDARD SYMBOLS .--�.- Guardrail (Beam or Cable) Is GP Guard Post (ane or two) ■ ■ ■ Guard Post(over two) O FP Filler Pipe O OV Gas Valve O WV Water Valve O SL Speed Lm:t Sign O MM Mile Marker Post ❑ SIGN Sign O WHU Water Hook Up ❑ RT Radio Tower (D TA Tower Anchor ❑ EB Electric Box ❑ TCB Traffic Signal Control Box ❑ RRB Rail Road Sign', Control Box IF TSB Telephone Switch BE. Shading -.Proposed Concrete Surface Shading - Proposed HMA Surface (Symbols are Typical Only) TABULATION OF UTILITIES TABULATION OF UTILITIES 02-23-93 Interstate H)ghwau Symbol IS T,i Septic Tank QU.S. Highway Symbol TC) Cistern OIowa Highway Symbol L P L.P. Gas Tank (No Footing) ❑ County Road Highway Symbol UST Underground Storage Tank Evergreen Tree CITY OF IOWA CITY - STREET & TRAFFIC ENGINEERING Latnne ( Deciduous Tree -- Luminaire Fruit Tree - Traffic Signal Shrub (Bushes) Traffic Signal With Luminaire CITY OF IOWA CITY - WATER DIVISION Timber O TP Telephone Pedestal -.-.---- Hedge O TVP Television Pedestal -41. Stump -e- Telephone Pole AL Swamp FAk:(319) 356-5169 Telephone Pole ISeoond Company) ITT= Rock Outcrop Telephone Pole IThird Company) °oap o Broken Concrete 1000 SOUTH CLINTON STREET Telephone Pole (Fourth Company) AAA ° (RI Ro Revetment P p' Telephone Pole (Fifth Com and p P 000 Cemetery 411- Power Pole Grave Power Pole (Second Company) ICV) Cave Power Pole (Third Company) ISH) Sink Hole 4)z Power Pole (Fourth Company) --'�� Board Fence Power Pole (Fifth Company) AT&T Chain Link or Security Fence Electrical Highhne Tower (Metal or Concrete) Wire Fence 5261 NOW 114TH ST. SUITE B Telephone Riser Pole x �4'b'Y Terrace Power Riser Pole Earth Dam or Dike F,,oang) { Telegraph Pole n-r�r Earth Dam or Dike (Proposed) DON MASTON Satelhte TV Dish -----0 Tile Outlet -- -"W11— - - Existing Water Line -- Edge of Water -- - -W2— - Existing Water Line (Second Companyl -� Existing Drainage - San.. -. - Existing Sanitary Sewer Line —`1-► Proposed Drainage - - -T- - - Existing Telephone Line ■ Right of Way Rail or Lot Corner - - - T2 - - - Existing Telephone Line (Second Company) I] Concrete Monument - _ FD-'- - - Existing Fiber Optics Telephone Line PHONE, (DIRT 341-4423 Well — -St. S.— - Existing Storm Sewer Line ® Windmill — _G— — Existing Gas Line Beehive Intake — -G-HP— - Existing High Pressure Gas Line ® Existing Intake — —02— — Existing Gas Lne (Second Ccmpanyi Proposed Fo akc — G2 -HP— - Existing High Pressure Gas Line (Second Company) Existing Ut)Lty Access (Manhole) ----- -E ------ Existing Power Line Proposed Utility Access (Manhole) -- - E2----- Existing Power Line iSeeond Company) Fire Hydrant - - - -TV- - - - Cable Television Line • WH Water Hydrant IRUra11 .--�.- Guardrail (Beam or Cable) Is GP Guard Post (ane or two) ■ ■ ■ Guard Post(over two) O FP Filler Pipe O OV Gas Valve O WV Water Valve O SL Speed Lm:t Sign O MM Mile Marker Post ❑ SIGN Sign O WHU Water Hook Up ❑ RT Radio Tower (D TA Tower Anchor ❑ EB Electric Box ❑ TCB Traffic Signal Control Box ❑ RRB Rail Road Sign', Control Box IF TSB Telephone Switch BE. Shading -.Proposed Concrete Surface Shading - Proposed HMA Surface (Symbols are Typical Only) TABULATION OF UTILITIES TABULATION OF UTILITIES 02-23-93 WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO ,NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS. AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT 15 POSSIBLE THERE MAY BE OTHERS. THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT 15 THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT 18001-292-6989 AT LEAST 46 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT. THE ABOVE UTILITY COMPANIES ARE KNOWN TO HAVE FACILITIES ON THE PROJECT. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. RIGHT OF WAY LEGEND A Proposed Right of Way Ll Existing Right of Way Existing and Proposed Right of Way ® Easement and Existing Right of Way ■ Borrow n Easement (Temporary) 0 Easement XExcess --344 Property Line a/ C Access Control Ke]ZkT14,iir*1NA4M1c1as Survey Line S";AP fie ference Pom: A-- _1_e` Section Corner --Y' - Proposed Profile Grade Railroad E.lstmg -Proposed Field Tile x ro� PCulverts Stream SYMBOLS UNIQUE TO PROJECT ROJECT Np1 11008-03 OC IGNCD DY S. SOVERS IND DATE BY REVISAN DESCRIPTION_ RJJECT DATEOLV 2013 CHECKED DV 6. SJYE RS - \� 1ST AVENUE STORM SEWER IMPROVEMENTS BRFBT Nn, AE DAT, . 6L v2nu 11:33:27 A4 DRAWN B, Foth - - PHASE 202 F FIL . x x ,IE 201. i nuae uJ cnD Ten: uQDD DO Amsei - CITY OF IOWA CITY, )own LEGEND & SYMBOL INFORMATION SHEET CITY OF IOWA CITY - ENGINEERING DEPARTMENT JASON HAVEL 410 E.WASHINGTON STREET IOWA CITY,IA 52240 PHONE: 1319; 356-5410 FA x: ORA) 356-5007 CITY OF IOWA CITY - STREET & TRAFFIC ENGINEERING JOHN 50BASKI 3800 NAPOLEON LANE IOWA CIT IOWA 52240 PHONE131`UY, 356-5181 CITY OF IOWA CITY - WATER DIVISION ED MORENO W 80 STEPHEN ATKINS DRIVE IOWA CITY, IOWA 52245 PHONE (319) 356-5164 FAk:(319) 356-5169 CITY OF IOWA CITY - WASTEWATER DIVISION DAVE ELIAS 1000 SOUTH CLINTON STREET IOWA CITY, IOWA 52240 SLS. PHONE: (2191356-6170 FAx: 1319) 356-5172 CENTURY LINK KEVIN IIEEREN T 615 DEC AVENUE SE CEDAR RAPIDS, IOWA 52401 PHONE: (319) 399-7408 FAX: (319) 399-7216 AT&T JIM OOEKE TO 5261 NOW 114TH ST. SUITE B GRIMES, IOWA 50111 PHONE: 1515) 986-9413 MID -AMERICAN ENERGY - GAS ED YOUNG DON MASTON 1630 LOWER MUSCATINE ROAD 1630 LOWER MUSCATINE ROAD G IOWA CITY, IOWA 52240 IOWA CITY, IOWA 52240 PHONE: (319) 341-4457 PHONE: (319) 341-4461 FAXa3191341-4490 FAX: (319) 341-4490 MID -AMERICAN ENERGY - ELECTRIC DICK BOCK JASON L. WARREN OHE 1630 LOWER MUSCATINE ROAD 1630 LOWER MUSCATINE ROAD IOWA CITY, IOWA 52240 IOWA CITY, IOWA 52240 E PHONE, (DIRT 341-4423 PHONE: (319) 341-4425 FAX: 131q) 341-4490 FAX: 13191 341-4490 MEDIACOM DARWIN DRISCOLL TV 546 SOUTH GATE AVENUE IOWA CITY, IOWA 52240 PHONE: 1319) 351-0409. EXT 234 FAx: 1319)351-3839 WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO ,NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS. AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT 15 POSSIBLE THERE MAY BE OTHERS. THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT 15 THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT 18001-292-6989 AT LEAST 46 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT. THE ABOVE UTILITY COMPANIES ARE KNOWN TO HAVE FACILITIES ON THE PROJECT. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. RIGHT OF WAY LEGEND A Proposed Right of Way Ll Existing Right of Way Existing and Proposed Right of Way ® Easement and Existing Right of Way ■ Borrow n Easement (Temporary) 0 Easement XExcess --344 Property Line a/ C Access Control Ke]ZkT14,iir*1NA4M1c1as Survey Line S";AP fie ference Pom: A-- _1_e` Section Corner --Y' - Proposed Profile Grade Railroad E.lstmg -Proposed Field Tile x ro� PCulverts Stream SYMBOLS UNIQUE TO PROJECT ROJECT Np1 11008-03 OC IGNCD DY S. SOVERS IND DATE BY REVISAN DESCRIPTION_ RJJECT DATEOLV 2013 CHECKED DV 6. SJYE RS - \� 1ST AVENUE STORM SEWER IMPROVEMENTS BRFBT Nn, AE DAT, . 6L v2nu 11:33:27 A4 DRAWN B, Foth - - PHASE 202 F FIL . x x ,IE 201. i nuae uJ cnD Ten: uQDD DO Amsei - CITY OF IOWA CITY, )own LEGEND & SYMBOL INFORMATION SHEET GENERAL NOTES 1. CERTAIN RELOCATIONS OF EXISTING UTILITIES MAY BE REQUIRED AS A RESULT OF CONSTRUCTION OF THIS PROJECT. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE THE REQUIRED WORK WITH THE RESPECTIVE UTILITY COMPANIES IN ORDER TO AVOID UNNECESSARY DELAYS TO CONSTRUCTION. 2 IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800--292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 3. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES, UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 4. THE CONTRACTOR SHALL PROVIDE THE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY CAUSE CONFLICTS, THESE DETERMINATIONS SHALL BE MADE PRIOR TO THE START OF ACTUAL CONSTRUCTION. THE CONTRACTOR SHALL CONTACT THE UTILITY COMPANY PRIOR TO BEGINNING EXCAVATION. THE CONTRACTOR SHALL. ALSO THEN UNCOVER THE UTILITY, ASSIST THE ENGINEER IN DETERMINING THE ELEVATION AT THE CARRIER PIPE, AND BACKFILL THE EXCAVATION_ 5. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE APPROVED WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL (EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH 15 NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INVOLVED ON THIS PROJECT. 6. THE CONTRACTOR SHALT_ DISPOSE ALL ASPHALTIC CEMENT CONCRETE AND OTHER BITUMINOUS MATERIALS IN ACCORDANCE WITH THE RULES AND REGULATIONS OF THE IOWA DEPARTMENT OF NATURAL RESOURCES, 7. ALL HOLES RESULTING FROM OPERATIONS OF THE CONTRACTOR, INCLUDING REMOVAL OF FENCE POSTS, UTILITY POLES OR FOUNDATION STRUCTURES SHALL BE FILLED AND CONSOLIDATED TO FINISHED GRADE AS DIRECTED BY THE ENGINEER TO PREVENT FUTURE SETTLEMENT. THE VOIDS SHALL BE FILLED AS SOON AS PRACTICAL, PREFERABLY THE DAY CREATED AND NOT LATER THAN THE FOLLOWING DAY, HOLES NEAR PEDESTRIAN WALKWAYS SHALL BE FENCED OFF AT ALL TIMES AND IF PRACTICAL COVERED WITH BOARDS DURING THE OVERNIGHT HOURS AND AT TIMES WHERE WORK IS NOT TAKING PLACE AT THE LOCATION OF THE HOLE FOR AN EXTENDED PERIOD OF TIME. ANY PORTION OF THE RIGHT-OF-WAY OR PROJECT UMTS (INCLUDING BORROW AREAS AND OPERATION AREAS) DISTURBED BY ANY SUCH OPERATIONS SHALL BE RESTORED TO AN ACCEPTABLE CONDITION. THIS OPERATION SHALL BE CONSIDERED INCIDENTAL TO OTHER BID ITEMS IN THE PROJECT. 8_ DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USF ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 9. EROSION CONTROL MEASURES NECESSARY TO PROTECT AGAINST SILTATION, EROSION AND DUST POLLUTION ON THE PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 10. IN ORDER TO AVOID UNNECESSARY SURFACE BREAKS OR PREMATURE SPALLING, THE CONTRACTOR IS CAUTIONED TO EXERCISE EXTREME CARE WHEN PERFORMING ANY OF THE NECESSARY SAW -CUTTING OPERATIONS FOR THE PROPOSED PAVEMENT REMOVAL. 11. THE CONTRACIOR SHALL TAKE SPECIAL CARE TO MAINTAIN POSITIVE DRAINAGE WHERE INTAKES ARE LOCATED. 12. 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 DRIVEWAY MODIFICATIONS THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 13. THE CONTRACTOR SHALL CONFINE WORK TO THE CONSTRUCTION LIMITS AND RIGHT-OF-WAY. IF THE CONTRACTOR OBTAINS ADDITIONAL EASEMENTS FOR THE STORAGE OF EQUIPMENT AND MATERIALS, COPIES OF THE AGREEMENTS WITH THE PROPERTY OWNERS SHALL BE PROVIDED TO THE ENGINEER. 14. THE CONTRACTOR SHALL NOT DISTURB GRASS AREAS OR TREES OUTSIDE THE CONSTRUCTION LIMITS. THE CONTRACTOR WILL NOT BE PERMITTED TO PARK OR SERVICE VEHICLES OR EQUIPMENT, OR USE THESE AREAS FOR STORAGE OF MATERIALS. ALL STORAGE, PARKING AND SERVICE AREA(S) WILL BE SUBJECT TO THE APPROVAL OF THE ENGINEER. 15. THE UTILITY COMPANIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN CONSTRUCTION LIMITS, SHALL BE NOTIFIED BY THE CONTRACTOR PRIOR TO START OF CONSTRUCTION. 16. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS AND THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS. 17. IT IS ANTICIPATED THAT ALL PERMANENT AND TEMPORARY EASEMENTS AS REQUIRED FOR THE PROJECT WILL BE ACQUIRED PRIOR TO THE PROJECT START DATE AS OUTLINED IN THE CONTRACT DOCUMENTS. Pro CT DAT a 7/1 / 0-C"C" icrvm sr s savees no oar. er Rerlslon oemalvnox � Fath1 ST AVENUE STORM SEWER IMPROVEMENTS Pao 'a oaTe wn�rzols 0H . ar s. savices CAD DA�Ez va 12011 11:33:28 AF OPANN BY;- --1-- — PHASE 2 Q.Q3 CAO FILE xYrRA Tzmnum0e UO%nUvPl„uriu00s CC AC.sm. ___ ��_ cITYOFlowAOITY,toWa GENERAL NOTES NOTES VAR 2C oz NORMAL SECTION SHOWN MAY BE E E 10' w N (EX IS TING-10VAR fE N �� f o W F z q. 3' zw a J, 7 z 4" SPECIAL BACKFILL zl= w� 0Q1 A, )rp 3 w J 4 h I w EXISTING GROUND 11 E-11-1p �- S.o P o �- i wl ENGINEER SUCH AS INTERSECTIONS. NOTES VAR 2C oz NORMAL SECTION SHOWN MAY BE E E 10' N W - 1 N ° a ww � zw SPECIFICALLY DESIGNATED BY THE WW 4 EXISTING GROUND NOTES NORMAL SECTION SHOWN MAY BE NORMAL SECTION SHOWN MAY BE - APPROPRIATELY MODIFIED FOR AREAS ° APPROPRIATELY MODIFIED FOR AREAS SPECIFICALLY DESIGNATED BY THE SPECIFICALLY DESIGNATED BY THE ENGINEER SUCH AS INTERSECTIONS. '°� ° ENGINEER SUCH AS INTERSECTIONS. REFER TO OTHER DRAWINGS FOR 6" PCC PAVEMENT REFER TO OTHER DRAWINGS FOR DETAILS DETAILS © REFER TO OTHER DRAWINGS FOR ZCOMPLA 1Q REFER TO OTHER ORpW[NGS FORDETAILS OF SHOULDER AND POSSIBLE DETAILS OF SHOULDER AND POSSIBLE SIDEWALK CONSTRUCTION SIDEWALK CONSTRUCTIONQ2 BACKFILL " 02 BACKFILL Q 6" STANDARD CURB CTED GRANULAR BACKFILL OO 6" STANDARD CURB KT -I OR L-1 JOINT 1 ASS A CRUSHED STONE) ® KT -I OR L-1 JOINT I�e:, ® BT -5 JOINT 1 1 ® ST -5 JOINT 1 © JOINT LAYOUT SHALL BE AS SHOWN IN THE 'L' SHEETS. TRANSVERSE 2 O 2,p' O DINT LAYOUT SHALL BEASSHOWN JOINTS WILL BE 'C'. (TY (TYP.I JOINTS WILL BE fTYP.) TYPICAL CROSS SECTION 7 FT x 4 FT SINGLE CELL BOX CULVERT BEHIND CORE FITNESS NOTES: NORMAL SECTION SHOWN MAY BE APPROPRIATELY MODIFIED FOR AREAS SPECIFICALLY DESIGNATED BY THE ENGINEER SUCH AS INTERSECTIONS. REFER TO OTHER DRAWINGS FOR DETAILS 1Q REFER TO OTHER DRAWINGS FOR DETAILS OF SHOULDER AND POSSIBLE SIDEWALK CONSTRUCTION © BACKFILL a3 6" STANDARD CURB Q KT -1 OR L -t JOINT Q BT -5 JOINT ® JOINT LAYOUT SHALL BE AS SHOWN IN THE 'L' SHEETS. TRANSVERSE JOINTS WILL BE 'C'_ LOCATION ROAD IDENTIFICATION I STATION TO STATION ,e%7577NG GROUND TYPICAL CROSS SECTION SINGLE CELL BOX CULVERT ROAD IDENTIFICar[DN UNDER PAVEMENT UNDER PAVEMENTIINnFR PnvF Mr -NT SLOPE -� VARIES- 2.0' ITYP. 1 LOCATION STATION TO STATION NOTE 2011+01- 2013+17 _...7'x4' PCBC 2013+93 2018+25 9'X4' PCBC TYPICAL CROSS SECTION LOCATION 9FT x 4 FT SINGLE CELL BOX CULVERT ROAD IDENTIFICATION srar[oN To srartoN UNDER GRASS UNDER GRASS 2018+35 2019+30 UNDER GRASS 2019+713 2020+23 PPD CI N0: 111008 CG CESIGNEO BY; C, CARPER FN3 DATE I BY I REVISION OLSCRIPT104 SHEE! N0. PROJCT WTE c/n UrzG13 CMFCKE3 BY P. RUETER 1ST AdENUE STORM SEWER IMPROVEMENTS CAD CP 6 5/31/2313 11 3 30 !M CflA dM1 8. G CARPER - PHASE 2 B 01 LAD F nr. x �cR/ F� D11Y1L.Ima Do�cnD� Ian:� uooB o3 BG1 snc __ I I i N �� CITY OF IOWA CITY, IOWA TYPICAL CROSS SECTIONS AND DETAILS EXISTING GROUND NOTES: NORMAL SECTION SHOWN MAY BE APPROPRIATELY MODIFIED FOR AREAS SPECIFICALLY DESIGNATED BY THE ENGINEER SUCH AS INTERSECTIONS. REFER TO OTHER DRAWINGS FOR DETAILS �1 REFER TO OTHER DRAWINGS FOR DETAILS OF SHOULDER AND POSSIBLE SIDEWALK CONSTRUCTION Q BACKFILL Q 6" STANDARD CURB 04 KT -I OR L-1 JOINT Q5 BT -5 JOINT Q JOINT LAYOUT SHALL BE AS SHOWN IN THE 'L' SHEETS. TRANSVERSE JOINTS WILL BE 'C', TYPICAL CROSS SECTION 9FT x 4 FT SINGLE CELL BOX CULVERT UNDER RAILROAD SPUR NOTES: TYPICAL 6" PCC SECTION SHOWN SHALL BE PLACED AT ALL LOCATIONS ON THE PROJECT EXCEPT FOR IST AVENUE AND THE HMA PARKING LOT OF PARCEL #11- 6" PGC PAVEMENT DETAIL SCALE: NONE AA.1.4 20' ¢£ 10` , I 10` Ns w NOTES: TYPICAL B" PCC SECTION SHOWN SHALL BE USED ON IST AVENUE. 2 B" PCC PAVEMENT DETAIL SCALE: NONE LOCATION ROAD IDENTIFICATION I STATION TO STATION NOTES: TYPICAL 6" HMA SECTION SHOWN SHALL BE USED IN THE PARKING LOT ON PARCEL #11. 3 6" HMA PAVEMENT DETAIL SCALE: NONE DJEC1 NO: woos Do D s KID ev c cJETED NN :.. +r N.� ��� 1ST AVENUE STORM SEWER IMPROVEMENTS B.O C. Pacaccr car[ mrnrzo is ci uceD ev T NUErEe — — �0�� CAD DAT : E/ 1/20:3 11:33;3C A oaauN D c ['ADEEN ---- — PHASE 2 TAD E:. P. x �rTVE�zo:.vnous ooE rc�aiaysw loos o0 oa: snc TYPICAL CROSS SECTIONS AND DETAILS 7 41N� NO Curb 2 R 3., 6-0"Transition FORM Err R 3" Curb GRADE ELEV. ' 6" CURB RUNNOUT DETAIL SCALE: NONE �Monhole Risers i Flexible Pipe Connection Flexible Pipe Connection 6" STANDARD CURB 2 6" STANDARD CURB DETAIL SCALE: NONE Construct drop and overflow from ductile iron pipe of some diameter specified for sewer main. Provide mechanical joints for all ductile iron pipe and fittings. Place Class t bedding materiol, CLEM, flowable mortar, or concrete from top of elbow to bottom of sewer main. O2 Encase elbow in concrete. 12 inches minimum on all sides. Standard Sanitary Sewer Main Concrete Encasement J 90a Elbow or Two 45 a Bends Possible Sleeve or Transition Coupling Lowest Flowlino SW -601 Costing ;t Adjustment Rings Cmm"y Seo 27"b, Steps (tYP ) / Precast Top Manhole Diameter Depth mm Lowest Flowhne -- — 6 mrt —� 12' min. j le. mm. TYPICAL SECTION Depth OI For additional caofiguraticas, maintain aam of 12 'mchee of concrete between veRcal sages of Pipe opeangs. 02 12 inch minimum riser height above all pipe openings. Lomtron Statim Joint Sealant ttyp.) Precast Riser Sec6and PLAN Precast Bose cth L legml Riser Se .lion Flevible Pipe Connection (typ.) iAnQ4.4'o: Class 1 Bedding Material SW -301 J CIRCULAR SANITARY SEWER MANHOLE SCAIFNONE O Cost -in-place base shown. If base Is precast integral with bottom riser, the lmmunt of the base is oat required to e0sad beyond the outer edge at the rser. O Far odditianal canfigarotions, maintain o m'nimum of 12 inches of concrete between vertical edges of pipe openings. 03 12 inch minimum riser height above all pipe openings. Maximum Pipe Diameter Manhole (inches) for 2 Pipes Diameter (aches) Se hatiou SeDo,anam 48 24 19 60 36 24 1 ]2 42 30 84 48 36 96 60 42 Location Station recast Riser Sections s rem, PLAN Maximum Pipe Diameter y Manhole (Inches! for 2 PI es Diameter PRCJECT NC: 1'1008-00 JESIbNEO BY b CART -R LATE 0/!Vl[013 CRFCKF] BY P. CA PER__ caD Dnt : sr 1 2 a 8B B W oRawn B C. cAaPER ise DAT cm -1--: acs E��Ou�luoos 00\AL�PIar:�l looB OD eol.mc (inches) t I 1 Se oration I Se oration 48 24 18 60 36 24 72 42 30 84 48 36 96 6D 42 Class I Bedding Material SW -307 G DROP CONNECTION FOR SANITARY SEWER MANHOLE SCALE: NONE o.e.eacn way TYPICAL SECTION SW -401 5 CIRCULAR STORM SEWER MANHOLE SCALE: NONE PRCJECT NC: 1'1008-00 JESIbNEO BY b CART -R LATE 0/!Vl[013 CRFCKF] BY P. CA PER__ caD Dnt : sr 1 2 a 8B B W oRawn B C. cAaPER ise DAT cm -1--: acs E��Ou�luoos 00\AL�PIar:�l looB OD eol.mc NC aeT BY REVMON DEECRIPi IaN Fath 1STAVENUESTORMSEWERIMPROVEMENTS PHASE 2 CITY OF IOWA CITY, TYPICAL CROSS SECTIONS AND DETAILS R_Lt aD. B.03 - — - -- -- �--- — 'L L SW -302 MODIFIED STRUCTURE S-14 REINFORCING SECTION A -A PLAN VIEW SCALE: NONE E CD 12' OC EA WA.) ADVIDE (2) ACCITIONAL RTICAL BARS EACH DE CF PIPE OPENINGS. JRNER BARS l9"x79" AH 5' 28' c OT FOR INSERT ON OF 24'x24 HAND PULL UCP GATE #5 CIRCULAR TIES TOP N BOLCMI AT SLAB OPENING SW -302 MODIFIED STRUCTURE S-14 REINFORCING 2 PLAN VIEW TOP SCALE: NONE HANDLE TO EX ENC T2 _ PER MAT /j5 ® 12' O.C. EACHWAY HANDLE TG * F D 12' -,(EPEE MAT # ® ic" QG. -ACI � �UP ABOVE FINISHED ,OPS LOWER MAT #5 ® 6' O. C_ EACHWAV ABOVE FNISIICD TVP � ,5 � i" SLOT FOP ;ATF �� LOWER VAT #5 ® 6• Q.G. EAG HWAY � 1 1 CHFCK n F P. KJ. TER 12"11 1 683.24 TOP OF 1 1 T u u 8' RE NF i 683.94 TOP OF _ 5' (MIN_: KEINE T ((AIN.) CONCRETE 10I'I ,��-#5 REINF, STL CONCRLT TOP ' -,#', ;RHNF. STL 11 3.31 AM FREON By G RPER _ - --- 1 z - o c FACHWAY ( 1 _-- '/� 1z' o C FACHWAY FRAME 24' C,AII � 1 /� OPENINS B.04 CAD FRE: x Rx Ei20IVODDa0U,CkD%-I an.V1m36 UDem,snx _ L� I Y CITY OF IOWA CITY, IOWA Steps (No GATE GATE I— HEIGHT T � A HEIGHT At- (24") A 24'> J� 6 94 EFFLUENT 'V} EFFLUENT 661.94i 01 61),94 INFLUENT INV T INVEF h 617.44 70P OF J� 677A4 TOP OF 4 A L S (M'. N.) REINF V A L - (MIN.) REMIT CONCRETE BASE �8" CONCRETE BASE #5 RNN'STL 12" D.0 EHWAY MIN.) BEDDING .YI _et # REINF- _ I (Fd'�d[}'q�p•TMp'',Q'' LU..9 T9.a.-..y VQ'ec' lYnb OQvOp;`f"n�'p`4v V�U. , vYQ+ n'a-xiO�')p ffQn'9i'nJ Q'OvPPL�1Q- it 0C SACHJlY pBEDDING Q`OAAs-�.. B" (MITI L_ #5 24" @ 12" O.C., BASE MID DECK — {)5 24" Q,n 12" O.C., BASE AND DECK 24" 24" SW -302 MODIFIED STRUCTURE S-14 REINFORCING z SECTION C -C CROSS SECTION SCALE: NONE SW -302 MODIFIED STRUCTURE S-14 REINFORCING 4 SECTION B -B CROSS SECTION SCALE: NONE ,#6 REINF STL IYPICAI AI STAI(HI RAPS NO DOM Or SIAH 2" HOI TOM COVER #5 VEPTICAL L -BARS TYPICAL AT SIAB OPENING AND i ABOVE PIPE: #5 VI RIIICAL 1 6'k 16" T L—EAFS P'PICA L AT SLAB ORFNINC GENERA_ NOTES 1. CONTRACTOR SHALL FURNISH 1 - 24" x 24" HAND PULL STOP GATE, AND ONE RAIL ASSEMBLY, 2, THE CONTRACTOR SHALL PROPOSE A HAND PULL GATE IN ADVANCE OF COMPLETING THE CONCRETE REINFORCED TOP, THE SLOTS INDICATED FOR THE TOP ARE APPROXIMATE AND MAY NEED TO BE MODIFIED TO INCORPORATE THE PROPOSED GATE. 3. THE GATE RAIL SYSTEM SHALL INCORPRATE A WATERTIGHT SEAL SYSTEM CAPABLE OF MINIMAL LEAKAGE AT 5' OF STATIC HEAD PRESSURE 4, THE GATE SHALL HAVE A MAXIMUM PULL OUT FORCE OF 120 POUNDS, AND SHALL BE LIGHT ENOUGH TO BE REMOVED OR INSTALLED BY AN AVERAGE STRENGTH PERSON. PRO] ET ND: 111008 00 DESIGN C BY; 6 ARPER 10 DATE aT REVIS-3N CESCRIPHON 1ST AVENUE STORM SEWER IMPROVEMENTS SHEET ND, PRD] CT DATE D7(P/2013 CHFCK n F P. KJ. TER CAD DATE: 5/ 1/l 11 3.31 AM FREON By G RPER �— - �� � PHASE 2 B.04 CAD FRE: x Rx Ei20IVODDa0U,CkD%-I an.V1m36 UDem,snx _ L� I Y CITY OF IOWA CITY, IOWA TYPICAL CROSS SECTIONSAND DETAILS Lowest Fle.sne Farm Erode SECTION Castlnq O ® 4w1 OPat raCrich Diagonal Ear 12 ohir. Joint Ryp.) Ilya.) 4w2 If DeDib ]. Wall hvert Height 4"1— 8" men Base ¢nl 461 2! 0. Wal —•i 6" 1rr--. 2.-W 6.. A -A —47 REIIfORCMG BAR LIST Mark Size Location SM1n e Len lh Coast S pacing 4.1 MAxIMUM PIPE DIAIAETERS Back of Luh 8" 4t1 4@ 4t3 art L W4— SECTION C -C I I sw.BBz 'I B• e" I Type G _ Carting Back of Carlo F� � End 5 From _ Pipe Location Premst CasFin-place Structure Structure Short Wall 18" Lang Wnll 30" "© 4 Walls — I Wail Nei ht minus 4" 14 Grade '-0" min. at Low PoIMTop 4w2Lang Was3'-Vanes�4w3 Do not__®__�Ieovain 4 Short WallsY-Varies4b1 9base4`-24 4624 Bose5 Dowel Bar MAxIMUM PIPE DIAIAETERS Back of Luh 8" 4t1 4@ 4t3 art L W4— SECTION C -C I I sw.BBz 'I B• e" I Type G _ Carting Back of Carlo F� � End 5 From _ Pipe Location Premst CasFin-place Structure Structure Short Wall 18" Lang Wnll 30" Wall's 1414 1 B" Ael Wall Beam Depth ID' -0 max. legm 12" poll I 4x2 B 8" mFl. -� '� Shore Wali 90 SECTION ANN PPO Li N0: 111aJ8 JJ ] 5 GNEO BY CARPER PRO CT OAT 02/ i/PO i3 LHELKLD 3Y KU iEP CAD DATE: _5/31/2013 II 39 3 AN DRAWN 6T . CARPER PAC ELLE X VLEVE\tJLUII038 60hCA0hPla�s'1 1008 r0 B01 ebt Locution Station (Back of Curb) Refer to SW -514 her bnxout detols. 07 Install lour 14 divganal bars of all pipe openings. Q SW -603 type R unless Type U is specified in the contract documents. (D CosPiO-place bcse sM1own. If base is prernsf integral with walls, the footprint of the base is not required to extend beyond the outer edge of the walls. Q4 12 inch mnmum waL height above all pipes _ Witlib of Insert inapplicable) (36" typ, 18'min.) - Face of 6' Standard Coup Normal 2 Pavement r 11rifSlook � y 9H-( >N1 Truwelamooth and place bond breaker SECTION 643 QNSERTj Modity tlimensbns as required to emommodete other but heghls When SM1orf W.II 15" 18" Long Wall 24" 30" "© apecTed 20 Insert ahapirxI may fie 361"A tl for insertwidlhA lnex than 38 YtdleA. For an 1&Inch Insert, reduce c menalons Indicated by y Inch. Q 12 ll minlmum.1 hall above at pipes. •4 Bars of 15" o.a Far In gs - SW -604 type 6 Costing , Way PLAN sw-so1 SINGLE GRATE INTAKE SCALE: NONE ISPACER) SW -51O 3 DOUBLE OPEN -THROAT CURB INTAKE, LARGE BOX SCALE: NONE PE9151pN D eCPIPTION I - --- �,- nit •4 Burs at 12" o. c. Each `Noy MAXIMUM PIPE DIAMETERS Pipe Precast Cast -in-place Location Struclvre Structure F9YIiR�li7.� Form Crude 8 Location Htatlon (Back of Curb) 1 snort 6" Install tear •4 ei.gond bars at ail pipe openings. CasFin-pl.ce hose shown. I( base is precast iJl Fif 1L. ntegral with walls, the footprint of the hose is not required to extend beyond the outer edge of the wogs. 12 incM1 rcindnum waP heght above all pipes. LowtianStation644Type 6 Lvsig NYYNShort Wall -D" =u��tlus, so lu LQ�xx PLM! SW-511 2RETANGULARAREAINTAKE SCALE: NDNE Transverse joint sparing on new concrete pavement Is voniroled by the intake bxwt. Adjust adjacent Joint q,ispacings regmretlto accommodate boxouisFor retrofl[Intakes, match exislhg paveman[lolntsq12 Slpp any tremaverse pavamen[fdnls that do nmconi«m to IDe minimum spacing requirements at the edge of therwert area, Roandaashapin - Ar _ _ _ _ ';_ _,,!�1v4t1i36"tYpIl of biinverti1-� 9' ED _ _ _ _ _ _ _ _ .. _ I SM1orf W.II 15" 18" Long Wall 24" 30" 8 Location Htatlon (Back of Curb) 1 snort 6" Install tear •4 ei.gond bars at ail pipe openings. CasFin-pl.ce hose shown. I( base is precast iJl Fif 1L. ntegral with walls, the footprint of the hose is not required to extend beyond the outer edge of the wogs. 12 incM1 rcindnum waP heght above all pipes. LowtianStation644Type 6 Lvsig NYYNShort Wall -D" =u��tlus, so lu LQ�xx PLM! SW-511 2RETANGULARAREAINTAKE SCALE: NDNE Transverse joint sparing on new concrete pavement Is voniroled by the intake bxwt. Adjust adjacent Joint q,ispacings regmretlto accommodate boxouisFor retrofl[Intakes, match exislhg paveman[lolntsq12 Slpp any tremaverse pavamen[fdnls that do nmconi«m to IDe minimum spacing requirements at the edge of therwert area, Roandaashapin - Ar _ _ _ _ ';_ _,,!�1v4t1i36"tYpIl of biinverti1-� 9' ED _ _ _ _ _ _ _ _ .. _ I gatinlet.2'-o"minon Grade '-0" min. at Low PoIMTop Do not__®__�Ieovain REINFORCING BAR LIST Mark '. Sae Location � Shape , Count Length Entered 461 '. 4 Base 9 4'1" 12'' _ALBase 5 8'b" 11" 2_4 9 Insert 4 Boxout Length minus a" See 411---., mass _4J]_�_._ ._--I. B',6" ee Pan 4t2 '. 9 To 8 4'-0" 12" an 18 8" 4w1 4 Walls 24 Wall Haight minus 4"_ 13" 4w2 4 Longi. Vane 4'-8' 12" 4w3 q $--tgri Dowel Bar . (bpJ Boxoul Length B' Jain[ (16'-0" min., 20'-0" max.) PLAN HENT BARN Nantes_ 1STAVENUESTORM SEWER IMPROVEMENTS PHASE 2 CITY OF ariMA CITY, IOWA Ls Nantes_ B' B' " n 2 �^ A" SYV MAXIMUM PIPE DIAMETERS Pips Precast Cas[ -F -place Location SbudureStmGure shortlVall 30" 3fi" Innn WIN NO r BUacer Beam ISOMETRIC e efarto Senlon B -B r all99nment of Top wNh Bpacer) TYPICAL CROSS SECTIONS AND DETAILS FEET NO. 6.05 1.. Adjustment Rin TYPE A Gasket 26" own - /2'iwarylere hYN cvsf'n9 Sed TYPE C'� �4, Twa A,ol, (wed room, win bolbdown cover All 6 �4 "mm. 4. 1 24 m Bolt -down Cove, S6 Ye Boll tirneU 0 .. TYPICAL SECTION 4N 4[2 4 4 I O 3a8" 2 W P A Frome News V( Size and spacing of lugs and flonges f Me, vary. DA'ATERI �' r '�ry,} SEWER✓ Cover Notes Cover shall contain the Iowa City q �., logo i � C O AORRS standard and v min mum of one concealed dd, ole- ➢E% . 54'' 1 411 412 4 4 O When the cantrd,t daGurrlents require the frame to be attached to the Q shoe lure, drill lour T(" diomefer holes Mchar Bmf now Fbnde Ityp 1 or slats. equally spored around frame. PLAN Q2 If specified furnish halt down Mame and 60" cover with four I' v 211/," et.inless 411 412 steel, hex tend recessed cap screws V-7" Y-8" Secure over with screws, ed,here, add 6 rubber gasket suds - SW -601 1 CASTINGS FOR SANITARY SEWER MANHOLES SCALE:NONE TYPE R(D Curb Inlet Grate (Minimum open ."a 180 is I PLAN ti —Flow 351/."to 35`4" Y--3"mox. N 36" to 36y,"4211/4' to 43" SECTION B -B Cl) For use at curb drops for driveways. Use only when specified in the contract documents. Q Provide bicycle-eofe v..e-style an ate. Al low pointe, grates with vanes food, both directions of How are allowed. Q For det.he of bowout povement, ,for to SW 514. Form 231/," to 24s" Slope or Q Crude Ady ed pay ed T n11/i'to 18" �4, 6"too" _ ___ _ r _ _ f 4. 1 6"m 6'!z` CASTINGS FOR AREA INTAKES F TR or 3"R SCALE: NONE TYPICAL SECTION TYPE E TYPE G Teo -Isere rhea eoetlng Two-piece fixed carried O Frame Notes: Size and sPac ng of lugs aad fl.nges moy vory �p \ 5 V'^ SEWER `r R 4. Cover Nates .q t� tURM WE-, k 2 Cover sholcontan the Iowa City s\ ��l 4 standard logo and a minimum of one s \' a,Wens' i C " Yp4 conoled patrol¢, ORIC9 ➢E aeL'- rQjm PV. Q1 When the contract documents require the from,, to be Mooted to the structure d 11 fou Tlli'diuwa,A, holes or slots, eq ally d,red around frode. RAN MUor Balt Hole O A." If,,.l Remove bolls upon completion of paving. PLAN -- 2V old. --1 "{y' 6I '$ -- 1 �mini, — }5R"m . TYPICAL SECTION chefi's must meet the following "'ru endents Q Fromes and covers are Gray Last Iro, Q 2-6 SF Free Open Are. Q Must support HS -20 loading. 04 NAMMM V5565 or equ8vohodd Eos1 Jordan hen Works TYPE 6 42'' N SW -602 G CASTINGS FOR STORM SEWER MANHOLES SCALE: NONE SW -604 _ CASTINGS FOR AREA INTAKES SCALE:NONE a REINFORCING BAR LIST TYPICAL SECTION D W Mork Set Length Count 0 W Mork Sire Length Count 12" 2'-4" 4N 4[2 4 4 2'A" 3'-8" 3a8" 2 ]'-10" 411 4f2 a 4 T-6" 31-8" 3 6 15" 2'-101{r" 4N 412 4 4 2'-6 /2' 3' 8" 3 2 54'' 1 411 412 4 4 l3 3'-8" 6 16" 3'-5" 411 442 4 4 3'4" 3' B" 3 3 60" 1'-1^ 411 412 4 4 V-7" Y-8" 3 6 24' 4' 6" 411 4(2 4 4 4'-2" 3`8" 366" 3 61-11" 411 412 4 4 1" Y-6" 3 6 30'• 5..7„ 411 412 4 4 5'.p' 3'-6"4 }72" 10,-0., 411 412 4 4 g,.8.. 31-8" 3 7 36" 6'-6" 40 412 4 4 6'-4" 3'-6" 3 5 18„ 10,-7„ 411 412 4 4 Il 3'-B" 3 7 42" I'-3" 411 412 4 4 Hl- N -B" 3 5 4fl 412 4 4 3`B" 8 TYPICAL SECTION erfd cJ.. RCP APRON SECTION FOOTING SCALE: NONE ELEVATION RCP do on seCtian 4n 4f2 4 bars C 18" an rhow, PROJECT NJ: t1/ CUB GC DESIGN -P, SYi B LPRPER ER EBOJFET CA*e C narz l� c1/ Ech c BY F KLEIN cAJ EA F. 5131/2013 1 32 AN oxnWN Br L. cARPEa cw FILE x.\CRME\e01\11=8 cc CN)'m e+ doe oo_eol wrn V ' I a8" Foth n TYPICAL CROSS SECTIONS AND DETAILS sHFF°, Na B•Os T L1 _ _- w cJ.. RCP APRON SECTION FOOTING SCALE: NONE ELEVATION RCP do on seCtian 4n 4f2 4 bars C 18" an rhow, PROJECT NJ: t1/ CUB GC DESIGN -P, SYi B LPRPER ER EBOJFET CA*e C narz l� c1/ Ech c BY F KLEIN cAJ EA F. 5131/2013 1 32 AN oxnWN Br L. cARPEa cw FILE x.\CRME\e01\11=8 cc CN)'m e+ doe oo_eol wrn �N0 JAIL BY REVISION OLSCHIF[AN Foth 1ST AVENUE STORM SEWER IMPROVEMENTS PHASE 2 CITY OROWACITY, IOWA TYPICAL CROSS SECTIONS AND DETAILS sHFF°, Na B•Os T L1 _ _- C B SIDE VIEW aYPE 2 APRON) - PLAN —{ N �i SECTION A -A GROOVE END DETAIL 6" min. 3.: (TYPE 1 AND TYPE 2 APRONS) END VIEW Trim pipe and fill voids with mortar. 1C36"x6" - w2xw2 (8gi Wire Mesh TYPE PC -1 CONCRETE COLLAR CONNECTION Lap ends of wire mesh a minimum of 6 Inches. 2QConcrete collar is required when annulorspace between the outside of the pipe and the wall of the structure is 2 inches or greater, oirneneorr Ye E;'a sherr isaid shollthe considered the design lengm.AST deerence betwear the on ,11,,D: of concrete apron anteued And tire lenytn Indlcobed rerun,. sreube L,,or, CmtdU, otl]usled No in the lung£, of concrete curvet ,ape furnished. When specified in tie [ L,,Ld pipe opronguardguares thall Ue -inflen no chraoRF 25 Pp P 3 _ ,n tl no I—Asesd Pro�Pdo i_Jg: t � ns.}L Oil Sintbe raised the contract and price for eo OTArgue end used on her end section Groove end used on outlet end section C-,', wdh AASHTO M 17C for tong:.e end groove d m=nslona. 4" min. OO Invert Rl 1 CONCRETE APRON SCALE:NONE Wall of Precast Manhole I— or Intake Structure 4" morin. T. Invert PLAN PROFILE Wall of Precast Manhole or Intake Structure 9" min. CONCRETE COLLAR FOR CONCRETE COLLAR FOR PIPES 12" AND SMALLER PIPES GREATER THAN 12' PIPE TO STRUCTURE CONNECTION 0 Provide two *4 hoop bars in concrete collar. Lop bars a minimum of 6 inches. ® Trowel concrete flush with inside well of structure. SW -211 3 PIPE JOINTS SCALE:NONE RW No R X PIPESILE X PPE SRE N '21 xr RTx14`to Y9' 8' a' 6" max. ^ a• m=xs-wa zr e a fa' ze a er.ar e' el at• Y Ta'z96"HW W BB' N Y y 6' As I 78P We BAR ARES DE Int DY CYECKE] By' C CARPER P KJETEP TYPE 2 APRONS FEE SIZE the Iror REVU BOT UN DIM. SLOPE A B it CIRIRR F G 1 1Y' 2d0 1" 2•.D•• 4'- " 6'-'6" 2`11"2" ^' Y' 15" 2.1:1 6" 2' 3" T -IP' 6'-1" 7-6" 2Il" 2li" 18" 2.3:1 9" 2'3" T -IP' 6'-1" P -D" 2�" 2V 21" 2A:1 W TO" 3"Iti" l 3'-5" 3" 3" 21 2]' 2.5 1 2.51 ID's ib 3 ]i. 2 6" 6 I 1 I 27% 6 I% 1 4' 11" ii 9(]_ 3" lij"_. 30" 2.Sd 12" 4'-6" I'-]�'"6'-I�" 5'-0" ]�" ]fit" 36" 2.50 15" 5'J" 2'-9" B' -O" 6'r a 1,•.... 42" 2.511 21" 5'O" 2'-R" B'-0" 6`6" 4�" 4' ".. 48" 2.5:1 2/" 6'-0" 2,-0" B' -D" 1-D" 5" Sr.. 54" 1.9:1 21 5'-5" 2-T' e'-0" Y-6" 5�' Sit" 60" 1.40 24W Div 3 0" B' D Bomr 51 6" 66" 1.7:1 30' 6-0" 2`3" 8'-3 B'-0' 5�" 6" 72" TAIT 21" N-6" Vitt" It 3"9'-0" 5" ]•• Al 1.80 36.. A..6.. 1.-q., q..3.. 4p 6., 81" 1.5:1 23 .. A'-6 .• 1'-q" 9'-3 •• 10•.0" 6 •• 8" Rl 1 CONCRETE APRON SCALE:NONE Wall of Precast Manhole I— or Intake Structure 4" morin. T. Invert PLAN PROFILE Wall of Precast Manhole or Intake Structure 9" min. CONCRETE COLLAR FOR CONCRETE COLLAR FOR PIPES 12" AND SMALLER PIPES GREATER THAN 12' PIPE TO STRUCTURE CONNECTION 0 Provide two *4 hoop bars in concrete collar. Lop bars a minimum of 6 inches. ® Trowel concrete flush with inside well of structure. SW -211 3 PIPE JOINTS SCALE:NONE RW No R X PIPESILE X PPE SRE N '21 xr RTx14`to Y9' 8' a' 6" max. ^ a• m=xs-wa zr e a fa' ze a er.ar e' el at• Y Ta'z96"HW W BB' N Y y 6' As I 78P We BAR ARES DE Int DY CYECKE] By' C CARPER P KJETEP N DATE BY REV: he, D �IPTiO.. FEE SIZE the Iror REVU BOT UN Bee SIZE 1ST AVENUE STORM SEWER IMPROVEMENTS fr za y saP_r n0. I' 1/31/2013 xr ur s f r •'' a ^' ^f A td to q AE ELF p. - - - - �L CRY OF IOWA CITY, IOWA TYPICAL CROSS SECTIONS AND DETAILS vvvF DOLT LENGTH -PIPE WALL iHItKNEd5+Y= T Provd gpurd dime s to It rh Type of Apronprovided (RF -3 or RF-4D.'V 3 to completely st on ap on a Use AS.M A615, Crude 40, or merchant oualit , smoothed or deformed steeJbars In construction of the guyrdk conform to folLmotlon requIrernerds of Standara .tpeci`idiTions S<hon2404 fed Cit, gplvanize the c r!eted o, n Adorer in accordance with ^,aTv A123. FRONT —0 STORM SEWER PIPE SANITARY SEWER PIPE C.... Bort:r (I Alqunrds to h,c or Post One ints-rundore Cross per. If ,,or ee 1., 60 aI o g eater, use is. into, Pdlate cross �bar3 e-ually spaced. RF -26 2 PIPE APRON GUARD SCALE: NONE QSTORM SEWER PIPE MAXIMUM SEPARARTION WITHOUT SUPPORTS SANITARY SEWER PPE 12 �A SEWER PPE A A PIPE SUPPORTS 4 SANITARY SEWER CROSSING SCALE: NONE SAMTARY SEWER PIPE POSITION STORM SEWER PIPE SO THAT PIPE JOINTS DO NOT FAL BETWEEN PIPE SUPPORTS. SANITARY SEWER PIPE 2 - BASIS STEEL REINFORCINGBARS QTPI 12" WN. 12" MIN. UNDISTURBED EARTH MAY BE USED FOR FORMS BACKFILL AREA BETWEEN PIPE SUPPORTS ADD CROSSED PIPE WITH COMPACTED BEDDING MATERIA OR FLOWABLE MORTAR PPE StWPORTS ARE CAST IN-PLACE P.C.L. Frloioi 10: 111006 LO - `- RDJCC DATE:07/17/2013 DE Int DY CYECKE] By' C CARPER P KJETEP N DATE BY REV: he, D �IPTiO.. ` -I 1ST AVENUE STORM SEWER IMPROVEMENTS saP_r n0. dE DAIL 1/31/2013 11;33:35 AM BRAWN 8 C CARPER r F�� PHASE 2 AE ELF X.\CRN�C1f I:CoA 00\CATPIensV Ius 00.60101, _ - - - - V CRY OF IOWA CITY, IOWA TYPICAL CROSS SECTIONS AND DETAILS vvvF Br Roper to the Cpnlm[t droumenle fer spyAfi[ mote6ol mtl pW,—,Bt Rragpeepm![enls. O N AIR h Mn dRt6y Mei�nee�e mnlroct documents r. kff 03 Ou1Nde diameter of pipe D - NSW¢ Qareter of pipe TW Trexh nitlth of fop of pipe A - Depth ofbeddirq moteam below Opt of RCP AND VCP PPE BEDDING ---I I, ---_ Tw L� Cloys I Bedtlng Males, CLASS R Sanitary Sewer Ou[lie truer F-I,F-2. F-3 1.25 x OD - RIPE IOD' 8"min.) I Not Nlored PVC Ol4 or F3 Pbin or Reinlweed AD "ret, 0e S"eir. d b0' CII Redding 00 Motorial CLASS R-2 1.25 n DO IOD`•^B"trip) '.. Vl , Concrete Curdle Corcrcte Mb REINFORCED CONCRETE ARCH PIPE BEDDNG • ---_- Tre-_— --' 2 OS — Cloys I Bedtlng D AMotend CLASS R-5 PROJECT N0: II10CP DO ]ES CNEO BY C. CAPPER NO DA PRJJLc DATE 07/17/2B13 CH CRED 3v P NLETER — CAD DATE: 5/31/ 0I3 11 ]9 Js AY DPr wN BV c. CARPER CAD FILE x VCPAIEVD] nu mad 00A.AL3PIaosVII cDa cc Bal anx _ OD12 0 vd O SW -101 TRENCH BEDDING AND BACKFILL ZONES SCALE:NONE Refer to sMet2 for bury depth restrictions QI Lee Beddng Cloys R 1 cor R-2 Ann,, Sphefietl otherwise. Bore rambler of border, red boakflil molerWe os seeafied in the contract documents. Key 00 Oulsfde domeler al ppe OS Outside span of pipe RV Trench w461N of lop of pipe+ Mn. - Oft inches Me,.- 125,00.12 inch¢, OR 54 inoben (Mddever B greater) d Depth of beading maleriol6Now pipe' OD/6 or OSIS, OR 4 inches lwb¢haver ie greaten SW -102 3 RIGID GRAVITY PIPE TRENCH BEDDING SCALE: NONE 4"min. A'Ql I CLASS F-1 BEDDING CLASSES Clms I Shoff N Motrin, QI Hope remonder of b ddin, and beekflll dsterids be spe[il'¢d in the conlmU Anumems. ALLOWABLE BEDDING CLASSES Pipe Natuna, Storm Sewer Sanitary Sewer Ou[lie truer F-I,F-2. F-3 F-1, F-2 F-3 RIPE F 2, r-3 Not Nlored PVC F2,F3 F3 ASTM D 3034 —01 WOO CLASS III PCp 1Rephes) &ddim n Sepe , No Sle,R 3AMDR44 Bei IOx I Ot 1 i' 1 10' 1 15 1 19 1 2J' EXTRA STRENGTH VCP Ppe Buhler lin she s) CWss R-1 Beddir Cloys RQ Beddn Clee F-3 6 R-4 R<daing No Stect la C.aT M -1.W 6 Key r'ma. ^1a:2, mlo;d4fi; 3I' `-j'Ip s2; bVpO 4 1' min. 20' 26' 30' b0' 3@ 00 BIT ¢ d'omof,, 0Ince 'Close IReddgq Moleriol 30' TW Trexh Aidlh of top of pipe- 12 I6' 20' Wn.- 00.18 ipope, OR ISsxCO.12 Inches CLASS F-2 CLASS F-3 (whlchever ie q,Bylod 15' ALLOWABLE BURY DEPTH 28' NDPE PIPE 30' IS 14' IS do et, Cmas F-2 or F3) PVC PIPE 30' DUCTILE IRON AWWA C151 CLASS 52 21 I. 15' 22' t8eddr Cle,s F 2 or F-3) V 30' (Batldng f1os, FI, F-1. or F31 24 Rte M 294 OlinphX M 494 tinTesl TB' ASTM D 3034 —01 WOO CLASS III PCp 1Rephes) &ddim n Sepe , No Sle,R 3AMDR44 Bei IOx I Ot 1 i' 1 10' 1 15 1 19 1 2J' EXTRA STRENGTH VCP Ppe Buhler lin she s) CWss R-1 Beddir Cloys RQ Beddn Clee F-3 6 R-4 R<daing No Stect la C.aT M -1.W 6 25' 30' 30' 3I' K' 8 20' 26' 30' b0' 3@ 10 1R' 23' 30' 30' 30' 12 I6' 20' 30' 30' 30' 15 15' M' 28' 30' 30' IS 14' On 30' 30' 3P 21 I. 15' 22' 30' 30' 30' 24 1 18' TB' 30' 3O' 30' 27 1 20' 30' 30' 30' 30' 30 19' 29" 30' 30' 30' 33 20' 30' 30' 30' 30' 36 2On 30' 30' W 30' 39 19' 29' 30' 30' 30' 42 1 is 26 1 30' 30' 30' As - Neo 0 Steel Reinlorcin SW -103 2 FLEXIBLE GRAVITY PIPE TRENCH BEDDING SCALE: NONE ALLOWABLE BURY DEPTH CLASS IV RCP D(n�hes) &tltlin9 Bed6n9 No StttIN 3AS'0.4'! MA5 �1.OY 12 1 12' li. 15 1 23' 1 28' 1 40' tEJNFORCED CONCRETE ARCH PIf Pipe Sm Equiv fiech by 'Yomeln Clens A10 Close AiV in IB by liac111 15 1 6' 11' REVISION DESCRIPTION!� I 1ST AVENUE STORM SEWER IMPROVEMENTS -PHASE 2 CITY OF IOWA CLTY, IOWA CLASS_V RCP Pipe Doss Cloys Gass R 3 6 R-4 Badding Dpn<ler Ri R2 bntllesl Beddng Beddng No Steel Ac•C.41. ps-LD'f. 12 Is 1 23 1 35' 1 40 140' BMEE1 N0. TYPICAL CROSS SECTIONS AND DETAILS B'a& 1 B' 15 1 9' 1B : 9' 24 9' SO 36 9' 36 9' 42 8' B' 54 R' 60 B' SW -103 2 FLEXIBLE GRAVITY PIPE TRENCH BEDDING SCALE: NONE ALLOWABLE BURY DEPTH CLASS IV RCP D(n�hes) &tltlin9 Bed6n9 No StttIN 3AS'0.4'! MA5 �1.OY 12 1 12' li. 15 1 23' 1 28' 1 40' tEJNFORCED CONCRETE ARCH PIf Pipe Sm Equiv fiech by 'Yomeln Clens A10 Close AiV in IB by liac111 15 1 6' 11' REVISION DESCRIPTION!� I 1ST AVENUE STORM SEWER IMPROVEMENTS -PHASE 2 CITY OF IOWA CLTY, IOWA CLASS_V RCP Pipe Doss Cloys Gass R 3 6 R-4 Badding Dpn<ler Ri R2 bntllesl Beddng Beddng No Steel Ac•C.41. ps-LD'f. 12 Is 1 23 1 35' 1 40 140' BMEE1 N0. TYPICAL CROSS SECTIONS AND DETAILS B'a& �= P See Detail C R O T PLAIN JOINT (Abutgng Pavement Slabs) / - See Detail A or B D� 4 CONTRACTION JOINT Q30" Long Tle Bar at 12" Centers .DW 000 DAYS WORK JOINT(Non-working) Pavement Edge % L- 24' min. Heatley Board-� Z Mastic or Tarpaper Wrappetl O c" T3 r O30" Long Tie Bar ^Header Block at 12" Centers 'HT' HEADERJOINT (End Rigid Pavement) See Detail A or B Pa ement Edge -J S Detail C ee 9'mim9"min, y v18"Lmg Dowel__ at 12" Centers !!�� Hole Diameter B' 18" Long Dowel 'CD'`1 (4)/l Larger than Dowelat 12"Cont ers DOWELED CONTRACTION JOINT 'RD'4005 ABUTTING PAVEMENT JOINT .of- See Detail A or 0 A. .'a. Long Tie Be, at 1Y Centers 'Cr 4(� TIED CONTRACTION JOINT See Dethll C--1 2g..i_ Bars Bar Length and Spacing 22,r T O p4 30" Long at 30" CeMors 12" Centers 12" Centers 'KT -2' 30" Long at 30" Centers i 8" 'KT -3' 30"Lon et 15"Centere 4 #10 PLAIN JOINT 1 2" 411 (Abubing Pavement Slabs) Pavement g Ed 9"min 5"mi . $ OT Hole Diameter 6 LJ s'-24" Long Tle Baro Larger than Dowel 'Rr at 12" Centers. 4 ABUTTING PAVEMENT JOINT RIGID TIE TRANSVERSE CONTRACTION A e- BIT V ABUTTING PAVEMENT JOINT • RIGID TIE (D I Joint Bars Bar Length and Spacing <8" 'BTA' #4 36" Lmg at 30" Centers a B" 'BT -2' V5 36" Long at 30' Centers 4" Dia. Hole for BT-3 � and BT4 Joint e c - g" Ola. Hole for BT -5 TT Joint ot9�in.15"min.1 T .IT. ABUTTING PAVEMENT JOINT - RIGID TIE (Dulled) OT Joint Bars Bar Length and Sparing Long at 30" Centers i 8" 'BT -3' 24" Long at 30" Centem 'BTX 24" Long at 15" Centers t See Detail D-1 or o-2 See Detail E �a3a. OT 'K' KEYED JOINT FOR ADJACENT SLABS (Where T Is 8" or mare) 30'Bam;g at See Detail E - L. . 11 f 12" Centers O , Bars at 'KS -i' 12" Centers [Single Refnfomed Pavement (Bridge Approach)] t1 [- #5 Bars 30" Long at 12" Canters \ �#SBaraat12"Centers See Detail E-. '�, i ! �ry5 Bars at 12' Centers 2g..i_ Bars Bar Length and Spacing 22,r T e 88 Bars at #5 Bars at p4 30" Long at 30" CeMors 12" Centers 12" Centers 'KS -2' (Double Reinforced Pavement (Bridge Approach)] BeeDash E. N Q 'KT' ABUTTING PAVEMENT JOINT -KEYWAY TIE I OT Joint Bars Bar Length and Spacing < B" 'KT -1' p4 30" Long at 30" CeMors Diameter Size 'KT -2' 30" Long at 30" Centers i 8" 'KT -3' 30"Lon et 15"Centere -See t DetaJ^D4 or D-2 0T L' CONTRACTION JOINT OT Joint BAR SIZE TABLE <e° Dowel Ti. Bar V Diameter Size 8^ 4' ad a 8' but 11" 0" 4 #10 a 10" 1 2" 411 Joint Line -See t DetaJ^D4 or D-2 0T L' CONTRACTION JOINT OT Joint Bars Bar Length and Spacing <e° -L-1' set 36" Long at 30" Ganem 8" orgo amr 'L-2 36" Long at 30" Centers Y B ,13' #5 36" Long at 15" Centers OT g T(2 U2 BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Top of Curb_ -Saw Cut Be". of SawC��ut--.l 1` I r1 2" Joint Sealers-U�D. Material Top of Slab A V o: 'C' JW NT IN CURB (Ma1Ch'DT','CD', or'C' joint in pavement.) 1,0 3 Top of Pavement 2 4 Sealant SECTION A -A (Detail at Edge of Pavement) TOO Tl2 2 U L TIE BAR PLACEMENT (Applies to all joints unless otherwise detailed.) '1 '.'�8" t 16 Saw Cut Pavement Thickness QT Q OB Standard 8" orgo amr 14" T1334 r n o0 :c p C" Crack Joint Line DETAIL D-1 (Required when the Department of Transportation is the Contracting Authority, or when apeci ed in the contract documents.) Joint Sealant Saw 11�4" 36" Saw Cut Creek or oho Joint Line o DETAIL A (Saw cut formetl by conventional concrete sawing equipment.) Joint Sealant Material—tg 16 "Saw Cut 4 ±8 l A 1Ott4'x4' � o0 O" Co 8,`�n- Crack or------ °p Y Joint Line DETAIL B (Saw cut formed by approved early concrete sawing equipment.) -+- r-1" Joint Sealant Material — 44 16E1"saw Cut q J8 Y tb"±q'Saw Out C, = n 0 Crock "--- Jointlinin e � DETAILC T12 S � o ..3 A B 00 DETAIL E KEYWAY DIMENSIONS Keyway Type Pavement Thickness QT Q OB Standard 8" orgo amr 14" 24" Narrow Less then S" 1" 2" Joint Sealant Matto. q 1.t16 Saw Cut eC c" ;O p T(3 x4 < 0 0�0 Crack or J Joint Line DETAIL D-2 (Required when the Department of Transportation Is not the Contracting Autlsorlly, or when spedfied in the contract documents) LONGTfUDINAL CONTRACTION See dowel assemblies for fabrication detals. 0 Be. Bar Sae Table. 03 Locate DWleint at a mid -panel location between future 'C' or'CD pints. Place no doserthan 5 feel lg a'C' or CD'Joint ® Place bars within the limits shown under dowel assemblies 05 Edge with 1141nch tool for length of joint indicated i formed: edging not required when out with diamond blade saw. Remove header block and board when second slab is placed. 0 Unless otherwise spedf d,ua.'CECtmnsve�s , contraction joints In mainline pavement when UJB greater or equal to 8 inches. Des 'C' joints when IJ is leas than 8 inches. 'Rrjoint 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 cast to the Contracting Authority. Saw'CD' joint to a depth of T13± 114"; saw'C' joint to depth of T14 ± 114". 0g When tying into old pavement. OT represents the depth of sound PCC. Bar supports may be necessary for foxed form paving to ensure the bar remains in a horaontal position in the plastic concrete. 11 Sawing or sealing ofjoint not required. The following prof are interchangeable, subject to the Pouring sequence: 'BT -1','L-1', and 1<1r -l' 'KT -2' and'L-2' 'KT -3' and'L-3' 3ealmJ m.Ieaning mA,.quired. JOINTING 5CAl E:NONE PRLd ECT NO: ilIg]B 00 DESC JED 8 G CAfi Eft NO DA E BY -EVIS.]N DESCPIPT:3N \ �rP Sr CET NO, PROJECT DATE minus 3 CHECtEB 3 -r. adETLR ---. ---- ----. V ■ O�� 1ST AVENUE STORM SEWER IMPROVEMENTS L1g JATE: 5ra12D13 u 3--36 a ORA.N Ar c. cAR ER --- PHASE 2 CAD x1cR11E\2m1Y T.DDaCD\CAD%P-11IODB00BOI.,1 CITY OF IOWA CITY, IOWA TYPICAL CROSS SECTIONS AND DETAILS B'09 GENERAL NOTES: Inslalllit fence aacmdlnq to the requirements of Section 9040, 3.01 Am of locations shown o the contract docurronts or os directed by the utc.0iomlEshows, Of thee( 12 in at fohri, a mimnum of 6 S. deep © flobric may be Aided below the ground Owe) Comport ground by driving Id j each ads of the sit fence as requited to So limenfly Secure the fabric in the trench to prevent Q puloul and flow order the fence. In mditches,, el At fence on side smile e bottom Novation at the end of the fence is a tenimme of 2 in, higher then the top of the ® fence in the toe point of me ditch. Smalpoo is to be embedded 20 in false, otherwise allowed by the Jurisdictional 05 Cm r. Secure top or englae,rdg terms to steel posts usuryG wire or round Iles 150 m. mint. See delete of "Attachment to Posts." TYPICAL SILT FENCE DITCH CHECK ATTACHMENT TO POST or Q ties ` SILT FENCE SCALE: NONE In. of mdle I ,mond cent,, TYPCA'- SILT FENCE INSTALLATION ON LONGITUDINAL SLOPES Aid, View) See pban or spacing TYPICAL SILT FENCE INSTALLATION ON LONGITUDINAL SLOPES (Profile Via,) Table i Min Slope MiIT anchors 53T ISI d 2'd 2/ de PI 2S! C rhe VF - EDGE LAP (4'-0" min. anchor spacirlgl / / Compac led soil ANCHOR TRENCH bocktln 02" ran mabhor d,mrml _Wz END SPLICE fIS" m rodurer spacing) I 24, . ��� m � H www�wwewww ao• LONGITUDINALDETAILS OF SILT FENCE ON 'Reduce Dost smarm; to 5'-0" At ..let can ielar ide areas or be renown! to odequdely support fence 2 SILT FENCE S E: NONE fO Prepere se ®ed end Imply ed am fertilizer prior to imunilothm. if alfccaNe- Q melnllonchor trench of the top of the Na he. Place loekCJland hardest the trench atter atap1 If sorra,, is...bed rgpl sd J ie[lillier a COm us Vfilms� fold ®Tainihq pot., o he R� a composed Q Careful, e ml,rodrd down the ,lope or .loan the Slope as Specified. ® Overlapad .cent renmm s . inimuof 2 In. and i anchor n pia.. Lop consecutive rolls, down the slopp a dent aeliell eachmvot tyle, an retell © Anchor blanket to grand a mdinq to andmeto...'9 eaarrmC ded Odell., pattern mmlmun drul In lbble 1. ROLLED EROSION CONTROL PRODUCT SCALE NONE O (ECT nil: 1110JB oo DESIGNED 3Y C CARPER NO DAl'c BY REVISION lIE5CR1PTfIXi SHEii ND. _ 1 1ST AVENUE STORM SEW ER IMPROVEMENTS zDaEu oAfE Dv 212013 _ r DAiE-_/3 V2013 1 i iI AM LI LCNED c. PS eOET CRANI By L. =SRPE; —I �`V�. ���� PHASE 2 B'10 ADPf. XAMME1?m JVNgOF Dc�cno�=la„e� moa oD RD h, _ v cIiY 0P I0Wn cliv,lOwn TYPICAL CROSS SECTIONS AND DETAILS BRAC: rcNCE rAt BOTTOM TENSION LOST ADD e.= IIID -CONCRETE ENCASEMENT POST CA. INSTALLATION I" V -i0P RAIL x m -STEEL FOSi Z !... IAbIETER iA I ATTACH FABRIC AS SPEOIFIEA TOP RAID CLAMP xro TU mANGLE. u —CROWN i" BRACE, CO2 ERMINAL OR PULL e.= IIID -CONCRETE ENCASEMENT CORNER, ANGLE AND PULL POSTS INSTALLATION (TWO BRACE POST ASSEMBLIS) (ROMETPoC VIEW) TEMPORARY CHAIN LINK CONSTRUCTION FENCE DETAIL SCALE:NONE Required Injection Points 1 3D' 2 60 2 Net VI 1 Pavement ms: RB' 90' 3 2 Not m I pavement To BG' _._ y 120' 4 3 Hot in 2 root m 1 pavement Pavement mai SP' max FN' ms Bq' ► 12D'+ INLET SIDE Pavement Width Pavement Width ►�� i Temporary Earth Berm Section along culvert 2' Existing R.C.B. or R.C.PI TO BARBED WIRE - ('W'HEN SPECIFIED) NN TOP RAE POST OR RAIL ATTACH AT 12" INTERVALS — GHJJN� BRACE RAI'_ CLAMP — E NK FENCE. BRACE RAIL O FOR NOT REQUIRED R E-CEER BAR FENCES LESS THAN TRUSS RODr—._40... LA tRI 1 OTTAM �GROU CION NRE ANGLE, BRACE, CORNER TERMNIAL OR PULL POST ASSEMBLY -ONNECT TO TDP RAIL WI -H APPROVED C AMP AND BARBED WISFS F S+ECIEIFD) NO.6 AWG BASE COPPER WEE GROUND Ud ENE vt8"x 8' I COPPER CLAD GROJND ROD GROUND ROD INSTALLATION CF SPECFIEm OUTLET SIDE +2, Temporary F, Earth Berm —1:1 Typ. � Cap subdrain QI Flavable Mortar.3� a° subdraln at flovline elevatum of culvert shall be extended into the culvert a distance of 2' (5) Removal of headvalls may be required. 2Q Gnarmlir Baokflll. Pros the height of the culvert. Granular Backfill covers subdrain and extends an additional 2'. © Cutlet shall be filled first See tnJection $Wdraie and granular backfill are incidental to flovable mortar, parol detail for additional information. ® Ends of culvert shell be crossed sufficiently to retain flovable mortar. Temporary earth banns are Incidental to flovable mortar. of opening W1 APPROVED -CLAMP .AMP TO GROUND ROD Existing R.C.B. BRACE BARRIO WIRE SUPPORTING ARM. BRACE POST ASSEMBLY 1 BOTTOM TENSION WIRE :O HIGH FFN.,F & JVER) n W WIRE TIE OR CLAMP KNUCKLED M OF FENCE FA TOP SPACED AT AX AND BOTTOM OF FENCE FABRIC CEM1'iERS (MA%)MUM) BOTTOM TENSION WIRE AND BARBED SELVAGE Existing R.0 ^ Height Width - H Section thru culvert (Rectangular structures less than B' in either heignt or width. Circular structures less than 10' Dia.) 2 DETAILS OF CULVERT ABANDONMENT WITH FLOWABLE MORTAR SCALE: NONE PROJECT No 11008 DO _ EFSIGN o BY C -ARPER PRDJFP,T DATE Giivimia CHI J er P RJ -TDR DAD DATE: sA vzrla 11;33;37 N oiuury Br L cnPPFR CAD FI_Z: XACa\1E\2o1.\1vooe or\CAm=Ians�lmne op eDT rn GATE INSTALLATION TYPICAL CROSS SECTIONS AND DET AILS1 sT Nn. TBA N OATL 0Y RENIS JJ DE'GNIPI ION _ WIDTH AS SPECIFIED ON THE Z !... IAbIETER PLAN OR SPECIAL PROVISION TRUSS ROA CLAMP NOTE' BOTTOM 0— IF S ECIFIED, PROVIDE PVC COATED FARR- FRAMEWORK, WITH ALL GATES, FITTINGS ASSESSORES, FAST NRS ANT WIRE TO MAT -H -HE COLOR SP CIFIFD. , 1D.C 10 O' BRACE POST BRACE POST 1 RRACE RAL:. N C NOT SECURED FOR C n= _.+ FULL P05T 10'-0" BARBED WIFE (i—BRACE FENCES 0' OR LESS IN R61GHT r - PG` SFAC NG TOP L PO�SPACING RN ERaL PULLT GGT — FENCE rA3Rl^ _..,� ice—./� OM ��-BOT ON ARE CONCRETE FOOT FENCE ABRIC-., _P011 PDBI.y BARBED RAI) (WHEN WHE SPELL IED) R is OR POST INSTALLATION BOTTOM rPRAG GROUND LIN_ - / PO T x Y Z SN P GlE n IF e GROUND PD T0, n G TERM NAL 3'-C' 10 ITC LINE 6 TIGHTENING DEV OE a Sp gp TRUSS ROD HGM' YO SR A CORNEA MBL-, Pp__ An RRACE 9 q CONCRETEF TRUSS ROD' BL3 6 OR FENCE BIGHT ^ MENT- CONCRETETRUSS ENCASEMENT T ., FNCAr-MFNF' (TYPJ 8 AND GREATER � TOP RAIL — PULL POST INSTALLATIONo �� (ONE BRACE POST ASSEMBLY) / TRU59 ROD TIGHTENING CORNER, ANGLE AND PULL POSTS INSTALLATION (TWO BRACE POST ASSEMBLIS) (ROMETPoC VIEW) TEMPORARY CHAIN LINK CONSTRUCTION FENCE DETAIL SCALE:NONE Required Injection Points 1 3D' 2 60 2 Net VI 1 Pavement ms: RB' 90' 3 2 Not m I pavement To BG' _._ y 120' 4 3 Hot in 2 root m 1 pavement Pavement mai SP' max FN' ms Bq' ► 12D'+ INLET SIDE Pavement Width Pavement Width ►�� i Temporary Earth Berm Section along culvert 2' Existing R.C.B. or R.C.PI TO BARBED WIRE - ('W'HEN SPECIFIED) NN TOP RAE POST OR RAIL ATTACH AT 12" INTERVALS — GHJJN� BRACE RAI'_ CLAMP — E NK FENCE. BRACE RAIL O FOR NOT REQUIRED R E-CEER BAR FENCES LESS THAN TRUSS RODr—._40... LA tRI 1 OTTAM �GROU CION NRE ANGLE, BRACE, CORNER TERMNIAL OR PULL POST ASSEMBLY -ONNECT TO TDP RAIL WI -H APPROVED C AMP AND BARBED WISFS F S+ECIEIFD) NO.6 AWG BASE COPPER WEE GROUND Ud ENE vt8"x 8' I COPPER CLAD GROJND ROD GROUND ROD INSTALLATION CF SPECFIEm OUTLET SIDE +2, Temporary F, Earth Berm —1:1 Typ. � Cap subdrain QI Flavable Mortar.3� a° subdraln at flovline elevatum of culvert shall be extended into the culvert a distance of 2' (5) Removal of headvalls may be required. 2Q Gnarmlir Baokflll. Pros the height of the culvert. Granular Backfill covers subdrain and extends an additional 2'. © Cutlet shall be filled first See tnJection $Wdraie and granular backfill are incidental to flovable mortar, parol detail for additional information. ® Ends of culvert shell be crossed sufficiently to retain flovable mortar. Temporary earth banns are Incidental to flovable mortar. of opening W1 APPROVED -CLAMP .AMP TO GROUND ROD Existing R.C.B. BRACE BARRIO WIRE SUPPORTING ARM. BRACE POST ASSEMBLY 1 BOTTOM TENSION WIRE :O HIGH FFN.,F & JVER) n W WIRE TIE OR CLAMP KNUCKLED M OF FENCE FA TOP SPACED AT AX AND BOTTOM OF FENCE FABRIC CEM1'iERS (MA%)MUM) BOTTOM TENSION WIRE AND BARBED SELVAGE Existing R.0 ^ Height Width - H Section thru culvert (Rectangular structures less than B' in either heignt or width. Circular structures less than 10' Dia.) 2 DETAILS OF CULVERT ABANDONMENT WITH FLOWABLE MORTAR SCALE: NONE PROJECT No 11008 DO _ EFSIGN o BY C -ARPER PRDJFP,T DATE Giivimia CHI J er P RJ -TDR DAD DATE: sA vzrla 11;33;37 N oiuury Br L cnPPFR CAD FI_Z: XACa\1E\2o1.\1vooe or\CAm=Ians�lmne op eDT rn ■` V ��`� 1ST AVENUE STORM SEWER IMPROVEMENTS PHASE 2 CITY OF ICWACITY,ICWA TYPICAL CROSS SECTIONS AND DET AILS1 sT Nn. TBA N OATL 0Y RENIS JJ DE'GNIPI ION _ CURTAIN WALL CLASS "A" IADOT STONE PLAN Top of bank ;e cf channel CLASS "E" REVENTMENT Thickness, T = 2 FTL PROFILE Min. Section A -A Concrete channel Construct notch at end of apron. Depth -2T CLASS "E" RE CLASS "A" IA,.., 1-11 ROCK OUTLET PROTECTION 1 OUTLET TO DEFINED CHANNEL SCALE: NONE GENERAL NOTES: 1. CLASS "A" IADOT STONE SHALL BE PLACED AT A DEPTH OF 12". 2. TAMP CLASS "E" REVETMENT STONE INTO CLASS ''A, IDOT STONE TO CREATE A CHANNEL CROSS SECTION. 47 AL TO SLOPED ENO SECTION PRCJB T NQ "E 111008 00 CESIGNPI RI C CAaPER NO CPTL CY REVIS:CN CESCRIPTION 1ST AVENUE STORM SEWER IMPROVEMENTS SN w aradE T EA'e axnvzm3 _ crvecN o C, 11 93 38 AM ERANN 8Y P uueTEe C CARPER — PHASE Z /] B.1 2 CIC CATE 5/!1/2013 V TYPICAL CROSS SECTIONS AND DETAILS CAD E1LE x:�cRSIL zm wmoe oEscno�Pla„s� ua3R of RE1 stn _ elnoFlowncln,Towa R0JC61 N0: 1 1000 00 ESTIMATED PROJECT QUANTITIES 1.01 CATE I BY REV: SICK UESCRIPTICN 55 -IA D7 t5-97 Item No. I Item tt Total As Built Ouan DIVISION 1 - GENERAL - - 1.1� CONSTRUCTION SURVEY PHASE Z 1.2 CAD DATE 5/ VYD13 MOBIL RATION - 01415ION2 EARiHWORK2.1 [EA ESTIMATED PROJECT QUANTITIES CLEARING AND GRUBBINGPAVEMENT 1,�a CAD ,i_ xAHME�muloL CD\CAD\P BDD CD sn: _ _._ ____ REMOVAL 4098 2.3 REMOVAL OF EXISTING STRUCTURES 4 2.5 TDP501L, STRIP, SALVAGE AND SPREAD ]55 2.5 TOPSOIL, FURNISH AND SPREAD 187. 2-.6 EXCAVATION, CLASS 10 CY 828 2.7 SPECIAL BACKFILL CY 455 2.8 SUBGRADE PREPARATION, 12 IN. SY 4006 DIVISION 3 :-TRENCH AND TRENCHLESS CONSTRUCTION 3.1 TRENCH FOUNDATION STABILIZATION MATERIAL TON 1035 DIVISION 4 - SEWERS AND DRAINS 4.1 SEWER STORM, 15 IN. DIA.„ RCP CLASS II[ LF 108 4.2 SEWER STORM, 18 IN. DIA., RCP CLASS III LF 13 4.3 SEWER STORM, 36 IN. DIA., RCP CLASS IT LF 100 4.4 SEWER STORM, 8 IN. DIA., PVC LF 15 4.5 APRONS, CONCRETE, 15 IN. DIA. EA I 4.6 APRONS, CONCRETE, 18 IN. DIA. EA 1 4.7 SLOPED END SECTION, 4 FT RISE TYPE 1 EA I 4.8 SEWER STORM, 7 FT X 4 FT REINFORCED CONCRETE BOX (PRECAST OR CAST -IN-PLACE) IF 534 - 4.9 SEWER STORM, 9 FT X 4 FT REINFORCED CONCRETE BOX (PRECAST OR CAST -IN-PLACE)_ LF 622 ' _ SANITARY SEWER WITH CASING PIPE, 6 IN. DIA., DIP, TRENCHLESS LF 199 _4.10 4.11 SANITARY SEWER, 6 IN. DIA., DIP LF 20 4.t2 SANITARY SEWER, 12 IN. DIA., DIP LF 20 4.13 SUBDRAIN AND FITTINGS, 6 IN, CORRUGATED PVC, NDN -PERFORATED LF 24 4.14 ABANDON EXISTING 40 IN X 65 IN RCAP W/ PLOWABLE MORTAR CY 40 4.15 ABANDON EXISTING 24 IN. SCAR W! FLOWABLE MORTAR CY 7 4.16 STORM SEWER AND PIPE CULVERT REMOVAL LF 501 4.17 SANITARY SEWER REMOVAL LF 75 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS S.I STORM MANHOLE, SW -401, 48" DIA. EA I 6.2 STORM INTAKE, SW -501.......... EA 3 6.3 STORM INTAKE, SW -510 (CAST -IN-PLACE) EA 1 6.4 STORM INTAKE, SW -511 EA 1 6.5 STORM CULVERT, TRANSITION STRUCTURE, 7 FT X 3 FT TO 7 FT X 4 FT EA I. 6.6 _ STORM JUNCTION BOX, 12 FT X 9 FT EA 1 -, 6.7 STORM JUNCTION BOX, 13 FT X 6 FT EA I 6.8_ SANITARY MANHOLE, SW -301, 48" DIA., DROP STRUCTURE EA I 6.9 SANITARY MANHOLE, SW -302, 48IN X 48 IN EA 1 DIVISION 7 -_ STREETS AND RELATED WORK . 7 1 PAVEMENT, STANDARD OR SLIP FORM P.C. CONCRETE CLASS C, NON -REINFORCED, CLASS 3 DURABILITY, 6 IN. SY 3853 - 7.2 PAVEMENT, STANDARD OR SLIP FORM P.C. CONCRETE CLASS C, NON REINFORCED, CLASS 3 DURABILITY, 8 IN. SY 68 7.3 ASPHALT CEMENT CONCRETE PAVE_MENI, PG 64-28, 3/4" AGO., 6 IN, SY 71 - 7.4 EMULSIFIED ASPHALT CURB AND GUTTER, 2.5 FT LF 81 7.5 SIDEWALK, PCC, 4 IN. SY 69 DIVISION 8 _ _ - TRAFFIC CONTROL, SIGNALS, AND LIGHTING 8.1PA IN RN TEL PAVEMENT MARKINGS, WATERBOE / SOLVENT STA 14 8.2 TRAFFIC CONTROL, CONSTRUCTION ACCESS AND STAGING LS t DIVISION 9 - SITE WORK ANO LANDSCAPING TEMPORARY SEEDING, FERTILIZING, AND MULCHING TYPE 2 EROSION CONTROL MIXTURE ACRE _0.50 _ 9.2 SEEDING, FERTILIZING, AND MULCHING TYPE I, PERMANENT LAWN MIXTURE ACRE 450 9.3 CONSTRUCTION EROSION CONTROL LS t 9,4 SILT FENCE LF 750 19.1 4.5 TEMPORARY ROLLED EROSION CONTROL [TYPE 2D) SO 36 9.6 CHAIN LINK FENCE, REMOVE AND REINSTALL LF 468 9.7 CHAIN LINK FENCE, CONSTRUCTION (TEMPORARY[ LF 367 9.8 CONSTRUCTION SAFETY FENCE LF 2647 9.9 REVETMENT, CLASS E TON 142 q.10 FILTER BLANKET, CLASS A TON 83 R0JC61 N0: 1 1000 00 CESIGWD 9Y C CARPER 1.01 CATE I BY REV: SICK UESCRIPTICN 1ST AVENUE STORM SEWER IMPROVEMENTS SHEET N0. PRLJE CT LATE 0]/1]!2013 _ CMF6KL0 3Y P. KLE fP lc. CARPE9 - - ��� PHASE Z C 01 CAD DATE 5/ VYD13 1,52:47 AM DRAWN - ESTIMATED PROJECT QUANTITIES 1,�a CAD ,i_ xAHME�muloL CD\CAD\P BDD CD sn: _ _._ ____ CITY OF IOWA CITY, IOWA ESTIMATE REFERENCE INFORMATION I00-4A ESTIMATE REFERENCE INFORMATION I00-4A ]0-29-02 10-29-02 Item No. Item Code Description INeom Item Code Description DIVISION I - GENERAL 1.1 CONSTRUCTION SURVEY A. REFER TO CONTROL POINT AND ALIGNMENT TABULATIONS ON SHEET G.01. B. THIS ITEM INCLUDES ALL SURVEY WORK NECESSARY FOR THE CONSTRUCTION OF THIS PROJECT AS INTENDED BY THE CONTRACT DOCUMENTS AND APPROVED REVISIONS. C. INCLUDES STAKING OF THE PERMANENT STORM SEWER AND TEMPORARY CONSTRUCTION EASEMENTS. D. ADDITIONAL SURVEY WORK REQUIRED TO RESTAKE SURVEY POINTS DISTURBED DURING CONSTRUCTION WILL NOT 2.7 SPECIAL BACKFILL A. REFER TO TYPICAL SECTIONS ON SHEET B.01. B. REOUIREMENTS OF SPECIAL BACKFILL SHALL MEET THE IOWA DOT SPECIFICATIONS SECTION 4132. C. THE INCORPORATION OF RECYCLED PCC AND HMA PAVEMENT MATERIALS WILL NOT BE ALLOWED ON THIS PROJECT. D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER CUBIC YARD, THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, AND MATERIALS NECESSARY FOR THE INSTALLATION OF BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. CONTRACTOR SHALL PROTECT SPECIAL BACKFILL IN ACCORDANCE TO THE CONTRACT DOCUMENTS. SURVEY STAKES OR REPLACE AS NEEDED WITH NO ADDITIONAL COMPENSATION. 2.8 SUBGRADE PREPARATION, 12 IN. 1.2 MOBILIZATION A. CONTRACTOR WILL BE PAID BASED UPON THE SCHEDULE OUTLINED IN THE CONTRACT DOCUMENTS. A. REFER TO TYPICAL SECTIONS ON SHEET R.02. B. REQUIREMENTS OF SUBGRADE PREPARATION SHALL MEET THE IOWA DOT SPECIFICATIONS SECTION 2111.03 PARAGRAPH B C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER SQUARE YARD. THIS SHALL BE CONSIDERED PJLL DIVISION 2 - EARTHWORK COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, AND MATERIALS NECESSARY FOR THE PREPARATION OF 2.1 CLEARING AND GRUBBING THE SUBGRADE IN ACCORDANCE TO THE CONTRACT DOCUMENTS. A. REMOVAL OF TREES MUST BE APPROVED BY THE ENGINEER. ALL COSTS ASSOCIATED WITH REPLACEMENT OF UNAPPROVED REMOVALS WILL BE AT THE CONTRACTOR'S EXPENSE. DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION B. INCLUDES REMOVAL FROM PROJECT SITE AND DISPOSAL OF TREES AS IDENTIFIED BY THE FNGINEER OR SHOWN ON THE PLANS: GRUB, REMOVE AND DISPOSE OF STUMPS AND ROOTS. C. REMOVAL AND PROPER DISPOSAL OF ALL TRASH LOCATED WITHIN THE EXISITING DRAINAGE: CHANNEL WILL NOT BE PAID FOR SEPERATELY BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 3.1 TRENCH FOUNDATION STABILIZATION MATERIAL A. THIS ITEM SHALL BE IN ACCORDANCE WITH SECTION 3010 OF THE URBAN STANDARD SPECIFICATIONS, B. MATERIALS SHALL CONFORM TO SECTION 3010, PARAGRAPH 2.04 OF THE URBAN STANDARD SPECIFICATIONS. C. PAYMENT SHALL BE BASED UPON THE AMOUNT OF MATERIAL PLACED AS INDICATED ON THE DELIVERY TICKETS. D, THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER TON, THIS SHALL BE CONSIDERED FULL 2.2 PAVEMENT REMOVAL A. REFER TO GENERAL NOTES NO.5 & 6 ON SHEET A.03. COMPENSATION FDR FURNISHING ALL TOOLS, EQUIPMENT, AND MATERIALS NECESSARY FOR THE STABILIZATION OF A TRENCH AS DIRECTED BY THE ENGINEER. B. THIS ITEM INCLUDES REMOVAL AND DISPOSAL OF ALL PCC PAVEMENTS OF VARIOUS THICKNESSES. IRIS ITEM ALSO INCLUDES REMOVAL OF THE TEMPORARY PARKING LOT ACCESS PAVEMENT. DIVISION 4 - SEWERS AND DRAINS C. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE BETWEEN EXISTING AND PROPOSED PAVEMENTS. 4.1 SEWER STORM, 15 IN. DIA., RCP CLASS III 0. INCLUDES SAW CUTTING NECESSARY FOR STAGED CONSTRUCTION. 4.2 SEWER STORM, 18 IN. DIA., RCP CLASS [I[ E. ANY DAMAGE TO EXISTING PAVEMENTS NOT IDENTIFIED FOR REMOVAL SHALL BE REPLACED AT THE CONTRACTORS EXPENSE. 4.3 SEWER STORM, 36 IN. DIA., RCP CLASS III A. REFER TO STORM SEWER TABUI..ATIDN ON SHEET C.06. 2.3 REMOVAL OF EXISTING STRUCTURES A. REFER TO SHEETS D.01-D.03 FOR LOCATIONS. B. REMOVALS SHALL BE IN ACCORDANCE WITH SECTION 2401 OF THE IOWA DOT STANDARD SPECIFICATIONS. C. INCLUDES REMOVAL OF HANDRAIL ABOVE THE EXISTING JUNCTION BOX ON THE SOUTH SIDE OF 1ST AVENUE. D. THE CONTRACTOR WILL BE PAID THE CONTRACT PRICE PER EACH STRUCTURE REMOVED. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE REMOVAL AND PROPER DISPOSAL OF EXISTING STRUCTURES AS IDENTIFIED IN THE CONTRACT DOCUMENTS. B. REFER TO TYPICAL TRENCH DETAILS ON SHEET 8.08. -' C. THE CITY WILL PROVIDE TESTING FOR ALL MATERIALS AND COMPACTION TESTING AS REQUIRED BY THE CONTRACT DOCUMENTS. D. TRENCH BEDDING FOR STORM SEWER SHALL BE CLASS R-2 WITH CLASS A CRUSHED STONE (MEETING IOWA DOT GRADATION NO. 11 GRANULAR TRENCH BACKFILL COMPACTED TO 957. STANDARD PROCTOR DENSITY. E. ALL STORM SEWER SHALL HAVE BELL AND SPIGOT JOINTS WITH 0-RING GASKET JOINT PER ASTM C443. F. REFER TO SW-211 ON SHEET 8.07 FOR DETAILS ON CONCRETE COLLAR CONNECTIONS. G. INCLUDES FURNISHING PIPE AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, GRANULAR BEDDING, TRENCH BACKFILL, CONCRETE COLLARS, AND OTHER MISCELLANEOUS WORK. 2.4 TOPSOIL, STRIP, SALVAGE AND SPREAD A. TOPSOIL IS ESTIMATED WITH 5077. SHRINK IN VOLUME. 4.4 SEWER STORM, 8 IN. DIA., PVC B. THIS BID ITEM INCLUDES THE FOLLOWING QUANTITIES: A. REFER TO STORM SEWER TABULATION ON SHEET C.06. B. REFER TO TYPICAL TRENCH DETAILS ON SHEET B.08. 155 CY OF STRIPPING 336 CY OF SPREADING + SHRINK C. THE CITY WILL PROVIDE TESTING FOR ALL MATERIALS AND COMPACTION TESTING AS REQUIRED BY THE CONTRACT DOCUMENTS D. INCLUDES CONNECTION OF THE EXISTING PCC STORM SEWER PIPE TO THE PROPOSED PVC PIPE THROUGH USE OF 181 CY OF BORROW (CONTRACTOR FURNISHED) A FURNCO WITH STAINLESS STEEL SHEAR RING (OR APPLICABLE SLEEVE I. E. TRENCH BEDDING FOR STORM SEWER SHALL BE CLASS F-2 WITH SUITABLE TRENCH BACKFILL COMPACTED TO C. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO ROADWAY EXCAVATION. D. THIS ITEM WILL BE PAID BASED ON PLAN QUANTITY OF CUBIC YARDS OF TOPSOIL STRIPPED, SALVAGED AND SPREAD. 907. STANDARD PROCTOR DENSITY. F. INCLUDES FURNISHING PIPE AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, GRANULAR BEDDING, TRENCH BACKFILL, AND OTHER MISCELLANEOUS WORK. 2.5 TOPSOIL, FURNISH AND SPREAD A. BASED ON VOLUME REQUIRED TO HAVE 6 INCHES OF TOPSOIL OVER ALL DISTURBED AREAS INCLUDING AN ESTIMATED 5DZ SHRINK. 4.5 APRONS, CONCRETE, 15 IN. DIA. B. TOPSOIL SHALL BE HIGH QUALITY SOIL CONSISTING OF THE TOP 6 INCHES OF FIELD OR PASTURE LOAN 4.6 APRONS, CONCRETE, 18 IN, CIA. CONTAINING A GOOD SUPPLY OF HUMUS AND A HIGH DEGREE OF FERTILITY. THE QUALITY OF SOIL SHALL A, REFER TO STORM SEWER TABULATION ON SHEET C.06. BE APPROVED BY THE PROJECT ENGINEER. B. PIPE CONNECTORS SHALL BE INSTALLED ON THE LAST THREE PIPE JOINTS FOR ALL STORM SEWER OUTLETS. C. OVERHAUL WILL NOT BE MEASURED AND PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO THE EXCAVATION. C. REFER TO IOWA DOT STANDARD ROAD PLAN RF-14 FOR DETAILS ON CONNECTED PIPE JOINTS. D. THIS [TEM WILL BE PAID BASED ON PLAN QUANTITY OF CUBIC YARDS OF TOPSOIL FURNISHED AND SPREAD. D. REFER TO DETAIL #5 ON SHEET B.06 FOR DETAILS ON APRON SECTION FOOTING. E. INCLUDES APRON GUARD, PIPE CONNECTORS AND CONCRETE APRON FOOTING. 2.6 EXCAVATION, CLASS 10 F. INCLUDES MISCELLANEOUS CHANNEL GRADING AT INLET OF STORM SEWER. A. THIS BID ITEM INCLUDES THE FOLLOWING QUANTITIES: 4.7 SLOPED END SECTION, 4 FT RISE TYPE 1 828 CY OF FILL + BOX SHRINK A. REFER TO STORM SEWER TABULATION ON SHEET C.06. B. REFER TO PRECAST END SECTION NOTES AND DETAILS ON SHEET V.03. B. THE ESTIMATED 828 CY OF BORROW SHALL BE SUPPLIED BY THE CONTRACTOR. C. THE CONTRACTOR WILL BE REQUIRED TO COMPACT TO AT LEAST 95Z OF THE MATERIALS STANDARD PROCTOR DENSITY. C. INCLUDES FURNISHING SLOPED ENO SECTION & CONNECTORS, HANDLING, EXCAVATION. DEWATERING, INSTALLATION, BEDDING, BACKFILL, SAFETY GRATE, CURTAIN WALL, PARAPET, AND ALL OTHER MISCELLANEOUS WORK. D. THE CITY WILL PROVIDE TESTING FOR ALL MATERIALS AND COMPACTION TESTING AS REQUIRED BY THE CONTRACT DOCUMENTS D. INCLUDES MISCELLANEOUS CHANNEL GRADING AT OUTLET OF CULVERT. E. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO THE EXCAVATION ON THIS PROJECT. F. THIS ITEM WILL BE PAID BASED UPON PLAN QUANTITY OF CUBIC YARDS OF CLASS 10 EXCAVATION. PFUJFri M1ro: 1'1008 CO OE31GN D 8 G CArBCR CES]3:Pi?11 IST AVENUE STORM SEWER IMPROVEMENTS SHEET N0. PROIEGF DATE 07/17/2013 CHF <FC B P. IIETLI GAC OATEi 5/31/201. 11:3331 AM DRA.N BY C. CARPER AD F1--: xxcaa[x 0ux!n00a 00xcA0�garsv im0a 0D G01:ns �� � PHASE 2 CITY OF IOWA CITY, IOWA ESTIMATED PROJECT QUANTITIES /'� C.02 ell0DAllfFrlIlION - ESTIMATE REFERENCE INFORMATION 100-4A ESTIMATE REFERENCE INFORMATION 100-4A 1d-29-02 ''. 10-29-02 Item Item Code Descrlptl on Item ItNo.em Code Descriptlon No. 4.14 ABANDON EXISTING 40 IN X 65 IN RCAP WI FLOWABLE MORTAR 4.8 SEWER STORM, 7 FT X 4 FT REINFORCED CONCRETE BOX (PRECAST OR CAST -IN-PLACE) 4.15 ABANDON EXISTING 24 IN. RCP WE FLOWABLE MORTAR 4.9 SEWER STORM, 9 FT X 4 FT REINFORCED CONCRETE BOX (PRECAST OR CAST -IN-PLACE) A. REFER TO SHEET 0.02 FOR LOCATION AND DETAILS. A. REFER TO TYPICAL SECTIONS ON SHEETS B.01 & 6.02 FOR EXCAVATION LIMITS AND BEDDING & BACKFILL MATERIAL. B. REFER TO DETAIL #2 ON SHEET B.11 FDR CULVERT ABANDONMENT DETAILS. B. REFER TO STORM SEWER TABULATION ON SHEET C.06. C. THIS ITEM IS PAID ON A VOLUME BASIS OF FLOWABLE MORTAR, AS MEASURED BY THE ENGINEER. C. REFER TO PRECAST BOX NOTES, INSTALLATION NOTES, SPECIFICATIONS, AND DETAILS ON SHEET V-01 & V.02. D. ALL LABOR, EQUIPMENT, AND MATERIALS NECESSARY FOR THE ABANDONMENT OF THE STORM SEWER PIPES D. IF THE CAST -IN-PLACE OPTION IS SELECTED, THE BOX CULVERT SECTIONS LOCATED BENEATH THE RAILROAD SPUR WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. (APPROXIMATELY STA. 2D19+30 TO STA, 2019+70) SHALL. BE DESIGNED FOR COOPER E-80 LIVE LOAD WHILE THE REMAINDER OF THE BOX CULVERT SHALT_ BE DESIGNED FOR HL -93 LIVE LOAD IN ACCORDANCE TO AASHTO LRFD BRIDGE 4.16 STORM SEWER AND PIPE CULVERT REMOVAL. DESIGN SPECIFICATIONS, 5TH ED., SERIES OF 2010, DESIGN SHALL ALSO GENERALLY CONFORM 10 SECTION 8 A. REFER TO PLAN SHEETS D.01-0.03 FOR LOCATIONS. OF THE IOWA DOT BRIDGE DESIGN MANUAL AND THE IOWA DOT REINFORCED CONCRETE BOX CULVERT STANDARDS. B. THE LENGTH OF REMOVAL WILL BE MEASURED IN THE FIELD BY THE ENGINEER. DESIGN CALCUATIONS AND PLAN DETAILS SHALL BE SEALED BY A PROFESSIONAL ENGINEER LICENSED IN THE STATE C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THIS SHALL BE CONSIDERED OF IOWA AND SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW AND APPROVAL. FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE REMOVING, BACKFILLING E. THE CITY WILL PROVIDE TESTING FOR ALL MATERIALS AND COMPACTION TESTING AS REQUIRED BY THE CONTRACT DOCUMENTS. AND DISPOSING OF PIPE. F. REMOVAL AND REINSTALLATION OF RAILROAD SPUR WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 4.17 SANITARY SEWER REMOVAL G. FIELD CORING AS WELL AS THE SUPPLYING & INSTALLATION OF A BOOT -TYPE CONNECTOR (PSX:OIRECT DRIVE BY PRESS A. REFER TO PLAN SHEETS D.02, D.D3, AND E.01 FOR LOCATIONS. SEAT- GASKET CORPS, KOH -N-SEAL II 506 SERIES BY TELLEBORG PIPE SEALS MEFOR OR APPROVED [GOAL) AS REQUIRED B. THE LENGTH OF REMOVAL WILL BE MEASURED IN THE FIELD BY THE ENGINEER. FOR THE STORM SEWER PIPE PENETRATION OF THE PROPOSED BOX CULVERT WILL NOT BE PAID FOR SEPARATELY, BUT SHALL C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THIS SHALL BE CONSIDERED BE CONSIOIERED INCIDENTAL TO THIS ITEM. FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE REMOVING, BACKFILLING H. UTILITY ACCESS AND INTAKE CASTINGS (FRAME, LID, ADJUSTMENT RINGS WILL NOT BE PAID FOR SEPERATELY, AND DISPOSING OF PIPE. BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. REFER TO SHEETS B.06, C.05, AND D.01 -D.03 FOR LOCATIONS AND DETAILS. ACCESS LLD SHALL HAVE THE IOWA CITY LOGO & STORM SEWER LABAEL AS ILLUSTRATED IN DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS DETAIL #2 ON SHEET B.06 FOR SW -602 CASTINGS FOR STORM SEWER MANHOLES. 6. STORM MANHOLE, SW -401, 48" DIA. L INCLUDES FURNISHING ALL MATERIALS, LABOR, EQUIPMENT, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, A. REFER TO STORM SEWER TABULATION ON SHEET C.06. GRANULAR BEDDING, TRENCH BACKFILL, AND ALL OTHER MISCELLANEOUS WORK, B. REFER TO MANHOLE STRUCTURE O=TAILS ON SHEET 8.03, J. INCLUDES MATERIAL AND LABOR ASSOCIATED WITH PROVIDING AND INSTALLING THE CULVERT TIES, LIFTING HOLE PLUGS, C. MANHOLE LID SHALL FEATURE THE CITY OF IOWA CITY LOGO & STORM SEWER LABEL AS ILLUSTRATED ENGINEERING FABRIC, AND JOINT MATERIAL. DETAIL #2 ON SHEET B-06 FOR SW -602 CASTINGS FOR STORM SEWER MANHOLES. K. LENGTH FOR BOX CULVERT BENDS WILL BE INCLUDED IN THE LENGTH OF PIPE MEASURED. ALL OTHER COSTS U. INCLUDES FURNISHING STRUCTURES AND APPURTENANCES, HANDLING. EXCAVATION, DEWATERING, INSTALLATION, ASSOCIATED WITH PIPE BEND FABRICATION AND INSTALLATION IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS BEDDING, BACKFILI-, AND ALL MISCELLANEOUS WORK. WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 6.2 STORM INTAKE, SW -501 4-10 SANITARY SEWER WITH CASING PIPE, 6 IN. DIA., DIP, TRENCHLESS 6.3 STORM INTAKE, SW -510 (CAST -IN-PLACE) A. REFER TO SANITARY SEWER TABULATION ON SHEET C.06. 6.4 STORM INTAKE, SW -511 B. REFER TO SHEET E.O1 FOR LOCATION AND NOTES. A. REFER TO STORM SEWER TABULATION ON SHEET C.06. C. THIS BID ITEM INCLUDES ALL MATERIALS, LABOR, AND EQUIPMENT NECESSARY FOR INSTALLATION OF THE SANITARY SEWER B. REFER TO INTAKE STRUCTURE DETAILS ON SHEET B.05. SERVICE AS SHOWN IN THE PLANS BY BORING Wl STEEL CASING. ALSO INCLUDES FURNISHING PIPE AND APPURTENANCES, C. REFER TO INTAKE CASTING DETAILS ON SHEET 8.06.-'T HANDLING, BORE PITS, BYPASS PUMPING, TEST, AMC ALL OTHER MISCELLANEOUS WORK. D. MANHOLE LID FOR STRUCTURE SW -510 SHALL FEATURE THE CITY OF IOWA CITY LOGO & STORM SEWER LABEL AS D. FLEXIBLE PIPE CONNECTIONS SHALL BE ALOK (CAST IN WALLS PER STAM C 9231 OR APPROVED EQUAL. ILLUSTRATED IN DETAIL #2 ON SHEET B.06 FOR SW -602 CASTINGS FOR STORM SEWER MANHOLES. E. INSTALLATION SHALL BE IN ACCORDANCE WITH SECTION 2553 OF THE IOWA DOT STANDARD SPECIFICATIONS. E. INCLUDES FURNISHING STRUCTURES AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, F. DURING THE INSTALLATION OF THE SANITARY SEWER SERVICE (SN -1) THE CONTRACTOR WILL BE REOUIREO TO BEDDING, BACKFILL, AND ALL MISCELLANEOUS WORK. BYPASS PUMP (INCIDENTAL TO THIS ITEM). CORRDINATE BYPASS PUMPING LOCATION WITH THE PROJECT ENGINEER. 6.5 STORM CULVERT, TRANSITION STRUCTURE, 7 FT X 3 FT TO 7 FT X 4 FT 4.11 SANITARY SEWER, 6 IN. DIA., DIP A. REFER TO STORM SEWER TABULATION ON SHEET C.06. 4.12 SANITARY SEWER, 12 IN. DIA., DIP B. REFER TO SHEET V.01 FOR ADDITIONAL INFORMATION. A. REFER TO SANITARY SEWER TABULATION ON SHEET C.06. C. ALL LABOR, EQUIPMENT, AND MATERIALS NECESSARY FOR THE CONSTRUCTION OF THE STORM SEWER TRANSITION STRUCTURE B. REFER TO DETAILS #1 & #3 ON SHEET B.08 FOR SW -101 TRENCH BEDDING & BACKFILL ZONES AND SW -103 FLEXIBLE GRAVITY WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM, PIPE TRENCH BEDDING DETAILS, RESPECTIVELY. C. TRENCH BEDDING AND BACKFILL FOR SANITARY SEWERS SHALL BE CLASS A GRANULAR MATERIAL (SPECIFICATION 6.6 STORM JUNCTION BOX, 12 FT X 9 FT 4120.04 & 4109 - GRADATION NO. 11) COMPACTED TO 95Z STANDARD PROCTOR DENSITY, THE TOP 12 INCHES 6.7 STORM JUNCTION BOX, 13 FT X 6 FT DIRECTLY BELOW THE PAVEMENT SUBBASE SHALL BE COMPACTED TO 987. STANDARD PROCTOR DENSITY. A. REFER TO STORM SEWER TABULATION ON SHEET C.06. D. FLEXIBLE PIPE CONNECTIONS SHALL BE ALOK (CAST IN WALLS PER STAN C 923) OR APPROVED EQUAL. B. REFER TO JUNCTION BOX DETAILS ON SHEETS V.04-V.O9. E. DURING THE INSTALLATION OF THE PROPOSED SANITARY SEWER MAIN (SN -2 AND SN -3) ON SHEETS 0.02 AND D.03, C, THIS ITEM IS PAID ON AN EACH BASIS AND SHALL MEET THE REQUIREMENTS OF SECTIONS 2403 "STRUCTURAL CONCRETE" THE CONTRACTOR WILL BE REQUIRED TO BYPASS PUMP (INCIDENTAL TO THIS ITEM). CORRDINATE BYPASS PUMPING LOCATION AND 2404 "REINFORCING" OF THE IOWA DOT STANDARD SPECIFICATIONS. WITH THE PROJECT ENGINEER. D. MANHOLE LID FOR JUNCTION BOX STRUCTURES SHALL FEATURE THE CITY OF IOWA CITY LOGO & STORM SEWER LABEL F. CULVERT SUPPORTS SHALL BE CONSTRUCTED AT LOCATIONS WHERE SANITRARY SEWER LINES PASSING UNDER THE PROPOSED AS ILLUSTRATED IN DETAIL #2 ON SHEET 6.06 FOR SW -602 CASTINGS FOR STORM SEWER MANHOLES. BOX CULVERT ARE LESS THAN 18 INCHES BETWEEN THE BOTTOM OF THE BOX CULVERT AND THE TOP OF THE SANITARY SEWER E. INCLUDES FURNISHING ALL MATERIALS, EQUIPMENT, LABOR, EXCAVATION, DEWATERING, INSTALLATION, BEDDING, PIPE, CULVERT SUPPORTS ARE INCIDENTAL TO THIS ITEM. REFER TO DETAIL #4 ON SHEET B.07 FOR ADDITIDNAL INFORMATION. BACKFILL, STRUCTURE CONCRETE, REINFORCING, PIPE CONNECTIONS, AND ALL OTHER MISCELLANEOUS WORK. G. THIS 810 ITEM SHALL INCLUDE ALL MATERIALS AND EQUIPMENT NECESSARY FOR THE INSTALLATION OF SANITARY SEWER TO THE LINE AND GRADE, AS SPECIFIED ON THE PLANS. ALSO INCLUDES FURNISHING PIPE AND APPURTENANCES, 6.8 SANITARY MANHOLE, SW -301, 48" DIA., DROP STRUCTURE HANDLING, EXCAVATION, DEWATERING, INSTALLATION, GRANULAR BEDDING, TRENCH BACKFILL, CONNECTIONS, A. REFER TO SANITARY SEWER TABULATION ON SHEET C.06 AND E.01 FOR PLACEMENT LOCATION, BYPASS PUMPING, TESTING AND ALL OTHER MISCELLANEOUS WORK. B. REFER TO MANHOLE STRUCTURE DETAILS ON SHEET B.03. C. MANHOLE LID SHALL FEATURE THE CITY OF IOWA CITY LOGO & SANITARY SEWER LABEL AS ILLUSTRATED IN 4.13 SUBDRA IN AND FITTINGS, 6 IN. CORRUGATED PVC, NON -PERFORATED DETAIL #1 ON SHEET B.06 FOR SW -601 CASTINGS FOR SANITARY SEWER MANHOLES. A. REFER TO SHEET 0.01 FOR SUBDRAIN LOCATIONS. D. THIS BID ITEM SHALL INCLUDE ALL MATERIALS AND EQUIPMENT NECESSARY FOR THE INSTALLATION OF DROP B. INCLUDES POROUS BACKFILL AND ALL REQUIRED FITTINGS TO CONNECT TO DOWNSPOUTS; INCIDENTAL TO THIS ITEM. CONNECTIONS AND MANHOLES TO THE LINE AND GRADE AS SPECIFIED IN THE PLANS, ALSO INCLUDES FURNISHING C. PIPE AND FITTINGS SHALL BE POLYVINYL CHLORIDE (PVC) CORRUGATED PIPE MANUFACTURED BY CDNTECH CONSTRUCTION PIPE, FITTINGS, CONCRETE, APPURTENANCES, CHIMNEY SEALLS, 'HANDLING, EXCAVATION, DEWATERING, INSTALLATION PRODUCTS (A-2000), ADVANCED DRAINAGE SYSTEMS (ADS N-12) OR HANCOR 0-1-0 ), AS SPECIFIED. BEDDING, BACKFILL BYPASS PUMPING, CONNECTION OF EXISTING PIPE OUTLEST, AND ALL OTHER MISCELLANEOUS WORK. PPO CT N0: 11 DEB 00 _ DESIGNED BY G CARFER AGO On C BY REVISION CESC3IVT[ON Cj��� 1ST AVENUE STORM SEWER IMPROVEMENTS SHEET 10 - FPOJECT DATE 37/17/2013 _ CHECKED Bx _ P. WETER x` PHASE z C,03 GB GATE: 5/3 /2013 11:33:40 AM DRAWN BT C. CAPPER rU ESTIMATED PROJECT QUANTITIES L 1 _.._L_-_____ GAJ TILE: M�rR�IrVCI,�I.mee ec�cA'lw �ensTt ioOa Do rDi eFt an OF IOWA CITY, ESTIMATE REFERENCE INFORMATION 1004A ESTIMATE REFERENCE INFORMATION 100-4A 10-29-02 J10-29-02 Item Item Cade Descrlptlon Item Item Code Descrlptlon No. 6.9 SANITARY MANHOLE, SW -3D2, 48 IN X 48 IN 8.2 TRAFFIC CONTROL, CONSTRUCTION ACCESS AND STAGING A. REFER TO SANITARY SEWER TABULATION ON SHEET C.06 AND D.03 FOR PLACEMENT LOCATION. A. ITEM INCLUDES PREFATORY WORK, CONSTRUCTION, MAINTENANCE AND SURFACE RESTORATION OF THE STAGING AREA AS B. REFER TO MANHOLE STRUCTURE DETAILS ON SHEETS B.04. INDICATED ON SHEET J.02 AND ALL TRAFFIC CONTROL INCLUDING LANE CLOSURES, SIGNAGE, AND TEMPORARY PAVING. C. MANHOLE LID SHALL FEATURE THE CITY OF IOWA CITY LOGO & SANITARY SEWER LABEL AS ILLUSTRATED IN B. WORK MAY INCLUDE, BUT NOT BE LIMITED TO GRADING OF STAGING AREA, MAINTENANCE OF ANY CONSTRUCTION STAGING DETAIL #1 ON SHEET B.06 FOR SW -601 CASTINGS FOR SANITARY SEWER MANHOLES. AND OR ACCESS COMPONENTS, AND SURFACE RESTORATION. D. ALL MATERIALS, EQUIPMENT AND LABOR REQUIRED TO CAST THE 5 IN. X 28 IN. SLOT IN THE TOP OF STRUCTURE C. REMOVAL OF CURB & GUTTER AND CONSTRUCTION OF TEMPORARY HMA OR PCC PARKING LOT ACCESS (76 SQUARE YARDS) S-14 AS WELL AS THE SUPPLY AND INSTALLATION OF THE HANDPUU- STOP GATE WILL NOT BE PAID FOR SEPARATELY. TO CORE FITNESS DURING PHASE 1 STAGE I, AS WELL AS, REMOVAL OF TEMPORARY ACCESS AND REINSTALLATION BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. OF CURB & GUTTER WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. E. INCLUDE ALL MATERIALS AND EQUIPMENT NECESSARY FOR THE INSTALLATION OF THE MODIFIED SANITARY MANHOLE D. ALL AREAS DISTURBED SHALL BE RESTORED TO PRECONSTRUCTION OR BETTER CONDITION. WITH HANDPULL STOP GATE TO THE LINE AND GRADE AS SPECIFIED IN THE PLANS. ALSO INCLUDES FURNISHING E. PRIMARY ACCESS TO THE CONSTRUCTION AREA SHALL BE OFF OF LST AVENUE FOR THE DURATION OF THE PROJECT. STRUCTURE AND APPURENANCES, CHIMNEY SEALS, DEWATERING, HANDLING, EXCAVATION, INSTALLATION, BEDDING, F. ANY PAVEMENT DAMAGE CAUSED BY CONSTRUCTION TRAFFIC TO EITHER THE PRIMARY AND OR SECONDARY ACCESSES BACKFILL, AND ALL OTHER MISCELLANEOUS WORK. SHALL BE REPLACED AT THE CONTRACTORS EXPENSE, G. THE GRASSED AREA LOCATED TO THE NORTH OF CORE FITNESS AND THE CONSTRUCTION AREA ON PARCEL #6 (IOWA CITY DIVISION 7 - STREETS AND RELATED WORK COMMUNITY SCHOOL) MAY BE UTILIZED FOR MATERIAL STORAGE AND STAGING. ANY DISRUPTION TO THE EXISTING GROUND 7,1 PAVEMENT, STANDARD OR SLIP FORM P.C. CONCRETE CLASS C, NON -REINFORCED, CLASS 3 DURABILITY, 6 IN. SHALL BE RESTORED TO PRECONSTRUCTIDN OR BETTER CONDITION, USING TYPE I PERMANENT LAWN MIXTURE (INCIDENTAL A. REQUIRES 'C' TRANSVERSE JOINTS. TO THIS ITEM). - B. REFER TO TYPICAL SECTIONS ON SHEET B.01 & B.02 FOR DETAILS AND PLACEMENT LOCATION. H. CONTRACTOR SHALL MAINTAIN PEDESTRIAN WALKWAYS AT ALL TIMES. WORK MAY INCLUDE GRANULAR SURFACING AND C. REFER TO SHEETS L.01 -L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS. SIGNAGE, IF NECESSARY, D. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR PCC PAVING, PER IOWA DOT SPECIFICATIONS. E. CONTRACTOR MAY USE THE MATURITY METHOD OF TESTING (INCIDENTAL TO THIS ITEM) TO DETERMINE THE STRENGTH DIVISION 9 - SITE WORK AND LANDSCAPING OF THE PCC PAVING, PER IOWA OOT STANDARD SPECIFICATIONS. 9.1 TEMPORARY SEEDING, FERTILIZING, AND MULCHING TYPE 2, EROSION CONTROL MIXTURE F, COLD WEATHER PROTECTION AS OUTLINED IN SECTION 7010 OF THE URBAN STANDARD SPECIFICATIONS WILL NOT A. INCLUDES SEED, FERTILIZER, MULCH, WATER AND EROSION MAINTENANCE TO PREVENT EROSION UNTIL PERMANENT BE PAID FOR SEPERATELY, BOT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. SEEDING CAN BE INSTALLED. THIS ITEM HAS BEEN INCLUDED AS CONTINGENCY AND SHALL ONLY BE USED IF - AUTHORIZED BY THE ENGINEER. 7.2 PAVEMENT, STANDARD OR SLIP FORM P.C. CONCRETE CLASS C, NON -REINFORCE, CLASS 3 DURABILITY, 8 IN. B. ITEM SHALL BE IN ACCORDANCE WITH SECTION 9010 AND 9040 OF THE URBAN STANDARD SPECIFICATIONS, 1 A. REQUIRES 'CD' TRANSVERSE JOINTS. C. THE TOP SIX INCHES OF THE SEED BED SHALL BE FREE OF ROCK AND OTHER DEBRIS AND SHALL BE SUITABLE FOR THE B. REFER TO TYPICAL SECTIONS ON SHEET B.02 FOR DETAILS AND PLACEMENT LOCATION. ESTABLISHMENT OF VEGETATION WITH THE APPROVAL OF THE ENGINEER. C. REFER TO SHEET L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS, D. SEEDING OF STAGING AREAS OUTSIDE OF THE PROPOSED GRADING LIMITS WILL NOT BE PAID UNDER THIS ITEM, BUT D. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR PCC PAVING, PER IOWA DOT SPECIFICATIONS. SHALL BE CONSIDERED INCIDENTAL TO ITEM 8.2 - TRAFFIC CONTROL, CONSTRUCTION ACCESS AND STAGING. E. CONTRACTOR MAY USE THE MATURITY METHOD OF TESTING (INCIDENTAL TO THIS ITEM) TO DETERMINE THE STRENGTH OF THE PCC PAVING, PER IOWA DOT STANDARD SPECIFICATIONS. 9.2 SEEDING, FERTILIZING, AND MULCHING TYPE 1, PERMANENT LAWN MIXTURE F. COLD WEATHER PROTECTION AS OUTLINED IN SECTION 7010 OF THE URBAN STANDARD SPECIFICATIONS WILL NOT A. INCLUDES SEED, FERTILIZER, MULCH, WATER AND EROSION MAINTENANCE UNTIL ESTABLISHED GROWTH HAS BEEN ATTAINED. BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. B. ITEM SHALL BE IN ACCORDANCE WITH SECTION 9010 AND 9040 OF THE URBAN STANDARD SPECIFICATIONS. C. THE TOP SIX INCHES OF THE SEED BED SHALL BE FREE OF ROCK AND OTHER DEBRIS AND SHALL BE SUITABLE FOR THE 7.3 ASPHALT CEMENT CONCRETE PAVEMENT, PG 64-28, 3/4` AGG., G IN. ESTABLISHMENT OF VEGETATION WITH THE APPROVAL OF THE ENGINEER. A. REFER TO TYPICAL SECTIONS ON SHEET 8.02 FOR DETAILS AND PLACEMENT LOCATION. D. SEEDING OF STAGING AREAS OUTSIDE OF THE PROPOSED GRADING LIMITS WILL. NOT BE PAT[) UNDER THIS ITEM, BUT S. REFER TO SHEET L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS. SHALL BE CONSIDERED INCIDENTAL TO ITEM 8.2 - TRAFFIC CONTROL, CONSTRUCTION ACCESS AND STAGING. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER SQUARE YARD. THIS SHALL BE CONSIDERED FULL COMPENSTATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS (HMA PAVEMENT, BINDER, TACK COAD 9.3 CONSTRUCTION EROSION CONTROL NECESSARY FOR THE INSTALLATION OF ASPHALT PARKING LOT IN ACCORDANCE TO THE CONTRACT DOCUMENTS. A, THIS ITEM INCLUDES MANAGEMENT OF PERMIT REQUIREMENTS AND MAINTENANCE OF A STORM WATER MANAGEMENT PLAN. B. THIS ITEM SHALL BE IN ACCORDANCE WITH NPDES REQUIREMENTS. CONTRACTOR/SUBCONTRACTOR IS RESPONSIBLE FOR 7.4 EMULSIFIED ASPHALT CURB AND GUTTER, 2.5 FT THE IMPLEMENTATION AND MANAGEMENT OF CONTROL. MEASURES SPECIFIC TO THE PROJECT SITE. A. REFER TO SHEET D.03 FOR PLACEMENT LOCATION. C. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO APPLY FOR AND OBTAIN A NPDES GENERAL PERMIT #2 TURD B. REFER TO SHEET L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS. THE IOWA DEPARTMENT OF NATURAL RESOURCES. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THIS SHALL BE CONSIDERED FULL COMPENSTATION FOR FURNISHING ALL MATERIALS, EQUIPMENT, AND LABOR NECESSARY FOR THE INSTALLATION OF 9.4 SILT FENCE THE HMA CURB AND GUTTER IN ACCORDANCE TO THE CONTRACT (DOCUMENTS. A. REFER TO DETAILS #1 & 2 ON SHEET B.10 FOR INSTALLATION DETAILS, B. INCLUDES REMOVAL AND PROPER DISPOSAL ONCE STABILIZATION OF DISTURBED GROUND IS ACHIEVED. 7.5 SIDEWALK, PCC, 4 IN. C. FOR USE DURING CONSTRUCTION ACTIVITIES. A. REFER TO SHEET D.02 FOR PLACEMENT LOCATION. B. REFER TO SHEETS L A2 FOR GEOMETRIC STAKING DETAILS. 9.5 TEMPORARY ROLLED EROSION CONTROL (TYPE 2D) C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER SQUARE YARD. THIS SHALL BE CONSIDERED FULL A. REFER TO DETAIL #3 ON SHEET B.10 FOR INSTALLATION DETAILS. COMPENSTATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE INSTALLATION B. ITEM SHALL BE IN ACCORDANCE WITH SECTION 9040 OF THE URBAN STANDARD SPECIFICATIONS. OF ALL SIDEWALK IN ACCORDANCE TO THE CONTRACT DOCUMENTS. C. ANCHORS AND ANCHOR TRENCHES WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS 11 DIVISION 8 - TRAFFIC CONTROL, SIGNALS AND LIGHTING 9.6 CHAIN LINK FENCE, REMOVE AND REINSTALL 8.1 PAINTED PAV'T MARK, WATERBORNEJSOLVENT A. REFER TO SHEET D.01 -D.03 AND J.03 FOR LOCATIONS. A. REFER TO SHEET K.01 FOR PAVEMENT MARKING LAYOUT, 8. REFER TO DETAIL #1 ON SHEET BAT FOR CHAIN LINK FENCE CONSTRUCTION DETAILS. B. FOR PERMANENT PARKING LOT MARKINGS ON PARCEL #10 - SIDI EAST L.C., PARCEL #I! - REALTY HOLDING CO INC., C. INCLUDES POST REPLACEMENT FOR ALL EXISTING CHAIN LINK FENCING TO BE REMOVED AND REINSTALLED. AND PARCEL #12 - S&M EAST L.C. D. THIS BID ITEM SHALL BE MEASURED FOR PAYMENT BY THE ENGINEER, C. REFER TO IOWA DOT STANDARD ROAD PLAN PM -110 FOR PAVEMENT MARKING DETAILS, E. THE CONTRACTOR SHALL BE PAID THE CONTRACT UNIT PRICE PER LINEAL FOOT, THIS SHALL BE CONSIDERED FULL D. PARKING STALL DIMENSIONS VARY BY LOCATION. COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR REMOVAL AND REINSTALLATION OF THE E. REFER TO IOWA OOT STANDARD ROAD PLAN PM -111 FOR WHEELCHAIR PARKING SYMBOL. EXISTING CHAIN LINK FENCING M ACCORDANCE WITH THE CONTRACT DOCUMENTS. PROJECT N0: 11 DC8 00 DESIGN CRY C. CARPER INC DATE BY REV SIGN DESCR IPTION SI ECT M19. PROJECT DATE 3»vrzC or o-3 LHLC< P. NUE-ER .- - och 1STAVENUE STORM SEWER IMPROVEMENTS CAD DATE: 5/3 /2013 1::33:41 AM DRAWN BY: L. CARPER r PHASE 2 C 04 CAD FICE� xrcavrzmnFlXOOuxCAD\Pi­\Il OOxnr_�D sm FCIT' OF IOWA CITY, IOWA ESTIMATED PROJECT QUANTITIES KWIC NO: 100-4A ESTIMATE REFERENCE INFORMATION 10-29-02 NO OhTE BT REV SIGN 0 SDRIPTICN Item Item Code Description No. 9.7 YHOJEC DATE CHAIN LINK FENCE, CONSTRUCTION (TEMPORARY) Ci CNEO 3v — .. NUETFR A. REFER TO SHEET J.03 FOR LOCATIONS. B. REFER TO DETAIL Al ON SHEET B.11 FOR CHAIN LINK FENCE CONSTRUCTION DETAILS. PHASE2 C. THIS BID ITEM SHALL BE MEASURED FOR PAYMENT BY THE ENGINEER. C,05 D. THE CONTRACTOR SHALL BE PAID THE CONTRACT UNIT PRICE PER LINEAL FOOT. THIS SHALL BE CONSIDERED PULL sr3lizma 11:33:11 an oanxN ar COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR INSTALLATION .AND REMOVAL OF THE -� TEMPORARY CONSTRUCTION CHAIN LINK FENCING IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. 9,8 CONSTRUCTION SAFTEY FENCE ESTIMATED PROJECT QUANTITIES A. REFER TO SHEET J.02 -J.03 FOR PLACEMENT LOCATIONS. CR0 FP E: x vCRNIErzc-1\111008 00vcno\Pia"..nl00a B. FENCING SHALL BE A MINIMUM OF 4 -FEET HIGH, CONSISTENTLY RESTRICTIVE FDRM TOP OF GRADE,AND WITHOUT �- HORIZONTAL OPENINGS WIDER THAN TWO INCHES. CITY OF IOWA CITY, IOWA C. SHALL BE ERECTED PRIOR TO CONSTRUCTION AND STAGING OF EOUIPMENTOR MATERIALS AND SHALL NOT BE REMOVED UNTIL FINAL SUFACE RESTORATION OPERATIONS. 9.9 REVETMENT, CLASS E A. REFER TO INSTALLATION DETAIL ON SHEET B.12. B. REFER 10 SHEET 0.03 FOR LOCATION C. THIS ITEM SHALL BE USED AT BOX CULVERT OUTLET SURROUNDING CONCRETE CHANNEL. D. ALL LABOR, EQUIPMENT, AND MATERIALS NECESSARY FOR THE ISNTALLATICN OF REVETMENT STONE WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 9.10 FILTER BLANKET, CLASS A A. REFER TO INSTALLATION DETAIL ON SHEET B.12. B. REFER TO SHEET 0.03 FOR LOCATION C. THIS ITEM SHALL BE USED AT BOX CULVERT OUTLET SURROUNDING CONCRETE CHANNEL UNDER THE REVETMENT. D. CLASS A CRUSHED STONE SHALL BE IN ACCORDANCF WITH IOWA DOT GRADATION NO. 11. E. ALL LABOR, EQUIPMENT, AND MATERIALS NECESSARY FOR THE ISNTALLATION OF THE FILTER BLANKET WELL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. KWIC NO: 111008 OJ 0HI M1FO 9Y C. C'RPE4 NO OhTE BT REV SIGN 0 SDRIPTICN 1ST AVENUE STORM SEWER IMPROVEMENTS -"�- YHOJEC DATE 07/:7/2013 Ci CNEO 3v — .. NUETFR - l -- Fath PHASE2 C,05 c2c oaT : sr3lizma 11:33:11 an oanxN ar cses-a -� ESTIMATED PROJECT QUANTITIES CR0 FP E: x vCRNIErzc-1\111008 00vcno\Pia"..nl00a 00 cm.anx �- CITY OF IOWA CITY, IOWA LIST OF INTAKES AND UTILITY ACCESSES Location Standard Form Bottom Structure Road Plan Grade Well Depth (Station) (Eley.) IEIev.) (Feet) 2011+17. Nates S-3 2013+17.65, PIPE CL RT RF -3 JUNCTION BOX 687.51 1 680.75 1 b.// 12 x9- JUNCIIUN BUX, SEL NUIE r SELUW. Pipe Diameter (lnches) -_... Slope y Into Elevation Flox Lines Outlet Other Elevation Elevation P1 a ProFlle Sheet No. 0� rn0 .r a as m` S-4 2013,q2.94, Al 2.00X. _CL 5-12 2018+95.16, JUNCTION BOX 686.87 RT 679.81 1 7.06 13'x6` JUNCTION BOX, SEE NOTE 8 BELOW. C-1 3.15 61,8 _. 685.68 685.60 D_DI CULVERT PENTRAT[ON: 2010+14, S -S 2013+75.09, 109.31' 9' X 4' RT SW -510 685.70 1 680.75 0.02, D.0 4.95 CAST - IN PLACE RF -3 680.4 0 - - RE FLAD END SECTION IS 6 LF AT 1.00% C_-3 - S-15 PCBC 9-6 2014+09.21, 0.35 38.29' 677.72 RT SW -501 685.70 PENTRA TION: 681.70 3.5' 4.00 S-14 2019+97.43, 9.8 ' RT SW -302 683.94 EX. STIR 677.44 2000 6.50 48"x48", SEE NOTE 5 BELOW. 683.41 S-7 2014+06.98, D.01 10.40' RT SW -501 681.46 4.44 P-2 S-2 S-15 2020,17 78, CL ...685.90 684.93 677.72 - - a -A I 2n16+81.97. TYPE 1 SLOPED END 27.9A' I T - SW -511 684.24 680.24 P-3 4.00 S-4 SEE NOTE 4 BELOW S -I1 2018+75.46, PIPE 23.67' RT RF -3 680. N - PIPE _. Intahe/Utlllty Access No. From To Class 'D' Pipe Diameter (lnches) -_... Slope y Into Elevation Flox Lines Outlet Other Elevation Elevation P1 a ProFlle Sheet No. 0� rn0 .r a as m` FLARED END SECTION IS 6 LF Al 2.00X. 5-12 2018+95.16, S-3 14.39' RT SW -401 68230 683.40 67q.15 C-1 3.15 61,8 1 DO 685.68 685.60 D_DI CULVERT PENTRAT[ON: 2010+14, C-2 SA PCBC 9' X 4' 295 0.60 680.64 5-13 2019+00.95, 0.02, D.0 25.60' LT RF -3 680.4 0 - - RE FLAD END SECTION IS 6 LF AT 1.00% C_-3 - S-15 PCBC 9' X 4' .............. 0.35 678.86 677.72 O.D3 CULVERT PENTRA TION: 2010*52, 3.5' RT S-14 2019+97.43, 9.8 ' RT SW -302 683.94 EX. STIR 677.44 2000 6.50 48"x48", SEE NOTE 5 BELOW. 683.41 683.39 D.01 P-2 S-2 S-15 2020,17 78, CL 3.00 684.93 677.72 - - 4' RISE TYPE 1 SLOPED END SECTION P-3 S-5 S-4 2000 36" 100 0.50 681.25 680.75 S-16 2007+99.00, 0.70' RT SW -602 689.49 - - SW -602 TYPE E.CASTING, SEE NOTE 4 BELOW. S-7 2000 15" 27 0.50 682.20 682.06 S-17 2010+94.00, 0.70' RT SW -602 689.53 C-2 - 15" - SW -602 TYPE E CASTING, SEE NOTE 4 BELOW. 0.02 5-18 2015+60.00, 0.60' 1_1 SW -602 687.36 - - SW -602 TYPE E CASTING, SEE NOTE 4 BELOW. MH -1 2012+64.89, 9.67' RT SW -301 I 689.30 619.29 10.21 8 DIA. ECCENTRIC MANHOLE, SEE NOTE 6 BELOW. STRUCTURE NOTES: I) CONTRACTOR TO FIELD VERIFY ALL EXISTING STRUCTURE INFORMATION PRIOR TO INSTALLATION OF STORM AND SANITARY SEWER 2) ALL STRUCTURES SHALL BE INSTALLED WITH STEPS AS SHOWN IN DETAILS ON SHEETS B.03 -B.05. 31 STRUCTURE FRAME AND LID REQUIREMENTS, SEE DETAIL #1-4 SHEET 6.06. 4 BOX CULVERT SECTION AT ACCESS OR CASTING LOCATIONS SHALL HAVE ADEOUATE REINFORCING. A 27 INCH DIAMETER HOLE SHALL BE CORED INTO THE TOP OF THE BOX CULVERT SECTION IN THE FIELD. USE ADJUSTMENT RINGS AS NEEDED FOR CASTINGS TO MEET GRADE ELEVATION. REFER TO V SHEETS FOR ADDITIONAL INFORMATION. 5) STRUCTURE WILL HAVE A HANOPULL STOP GATE FOR PIPE P -I1. SEE SHEET B.04 FOR DETAILS. 61 STRUCTURE MH -1 SHALL HAVE AN EXTERNAL DROP CONNECTION, SEE DEIAIL #4, SHEET B.03. 7) STRUCTURE S-3 SHALL BE A CAST -IN-PLACE 12' X 9' JUNCTION BOX. TOP SLAB OF THE STRUCTURE WILL BE AT FINISHED GRADE ELEVATION. THE TOP SLAB THICKNESS VARIES. FORM GRADE ELEVATION OF 687.51 IS FOR TOP OF SLAB AT THE CENTER OF THE STRUCTURE. ELEVATION AT THE ACCESS CASTING LOCATION IS 687.69. REFER TO SHEETS V.04 -V.06 FOR ADDITIONAL INFORMATION. 8) STRUCTURE S-4 SHALL BE A CAST -IN-PLACE 13' X 6' JUNCTION BOX. FORM GRADE ELEVATION OF 686.87 IS THE TOP OF RIM FOR THE CASTING. TOP OF SLAB ELEVATION IS AT 686.41. REFER TO SHEETS V.D7-V.09 FOR ADDITIONAL INFORMATION, P-6 P-7 P8 3 1 0.50 1 677.94 99 1 0.60 1 679.79 20 6.86 678.11 679.89 679.57 Yrsn11Mu Notes END AT VERTICAL BEND BEGIN AT VERTICAL BEI CULVERT PENTRATION: ANITARY SEWER LINE AND REPLACE UNDER BOX CULVERT AND REPLACE UNDER BOX CULVERT SD -1 EX. PIPE C 1 PVC LIST OF SUBDRAIN AND SEWER PIPE Line Number Intahe/Utlllty Access No. From To Class 'D' Pipe Diameter (lnches) Length of Line (Feet) Slope y Into Elevation Flox Lines Outlet Other Elevation Elevation P1 a ProFlle Sheet No. 0� rn0 .r a as m` Imo/,/ C-1 S-1 S-3 PCBC 7' X 4' 534 0.34 683.40 681.58 C-1 D.01, D.0 61,8 1 DO 685.68 685.60 D_DI CULVERT PENTRAT[ON: 2010+14, C-2 SA PCBC 9' X 4' 295 0.60 680.64 678.86 0.02, D.0 I SD -3 C_-3 - S-15 PCBC 9' X 4' 327 0.35 678.86 677.72 O.D3 CULVERT PENTRA TION: 2010*52, 3.5' RT P-1 EX. STIR C-1 2000 15" 15 0.50 683.41 683.39 D.01 P-2 S-2 C-1 2000 15" 21 3.00 684.93 684.30 D.02 P-3 S-5 S-4 2000 36" 100 0.50 681.25 680.75 0.02 P-4 S-6 S-7 2000 15" 27 0.50 682.20 682.06 P-5 5-7 C-2 2000 15" 5 0.5n 681.96 681.93 0.02 P-6 P-7 P8 3 1 0.50 1 677.94 99 1 0.60 1 679.79 20 6.86 678.11 679.89 679.57 Yrsn11Mu Notes END AT VERTICAL BEND BEGIN AT VERTICAL BEI CULVERT PENTRATION: ANITARY SEWER LINE AND REPLACE UNDER BOX CULVERT AND REPLACE UNDER BOX CULVERT SD -1 EX. PIPE C 1 PVC 6' 8 I.DO 68h.79 685.11 PRCJE i DATE 0 rIr2013 CNE KEC BV i W /17 -ATE: 0..Ui UULVLHI PLNIHAIIUN, 2UU4+82, 3.S HI PHASE 2 0� rn0 .r a as m` Imo/,/ ESTIMATED PROJECT QUANTITIES CAO 1L %:1C9\ E\e011\t1100B 00\CAO\Plans\11!'IC8 OD_CO LeM1t _ SO -2 FX. PIPE C-1 PVC 61,8 1 DO 685.68 685.60 D_DI CULVERT PENTRAT[ON: 2010+14, 3.5' RT I SD -3 I PVC ( 6 8 1.00 685.55 685.47 D.D1 CULVERT PENTRA TION: 2010*52, 3.5' RT SEWER NOTES: 1) ALL STORM SEWER PIPES ARE CLASS 3 GASKETED UNLESS NOTED OTHERWISE. 2) CONNECTION TO EXISTING STORM AND SANITARY SEWER PIPE IS INCIDENTAL TO PIPE INSTALLATION. CONNECTION TO BE MADE BY USE OF A FIELD CONSTRUCTED CONCRETE COLLAR OR FERNCO CONNECTION. 3) CONTRACTOR TO CONNECT TO EXISTING STRUCTURE. SAWING OPENING INTO EXISTING STRUCTURE AND CONCRETE COLLAR OR FERNCO CONNECTION ARE INCIDENTAL TO PIPE INSTALLATION. 01316 scacCI Nm 1!1008-00 _ oeslevm e, c. enaaea no DATE or RE ISlov DESCRIPTION � IST AVENUE STORM SEWER IMPROVEMENTS SHEET KC PRCJE i DATE 0 rIr2013 CNE KEC BV i W /17 -ATE: P. KUCTCF _ �oth PHASE 2 0� rn0 .r a as m` Imo/,/ ESTIMATED PROJECT QUANTITIES CAO 1L %:1C9\ E\e011\t1100B 00\CAO\Plans\11!'IC8 OD_CO LeM1t _ v CITY OFIOWA CITY, IOWA POLLUTION PREVENTION PLAN 110-12A POLLUTION PREVENTION PLAN it°-tzn 4-19-11 4-19-11 2. OTHER CONTROLS This Pollution Prevention Plan (PPP) Includes Information on Roles and Responsibliittee, Project Site Description, Controls, a. Contractor disposal of unusetl construction materials and construction material wastes shall comply with applicable state meIntenanee Procedures, Inspection Requirements, Non-Storm Water Controls, Potential Sources of Off Right-of-Way Pollution, and and local waste disposal, sanitary sewer, or septic system requlations. In the event of a conflict with other governmental Definitions. This plan references other documents rather than repeating the information contained In the documents. A copy of this Base laws, rules and regulations, the more restrictive laws, rules or regulations shall apply. Pollution Prevention Plan, amended as needed per plan revisions or by contract modification, will be readily available For review. 1) Vehicle Entrances and Exits - Construct and maintain entrances and exits to prevent tracking of sediments onto roadways. 2) Material Delivery, Storage and Use - Implement practices to prevent discharge of construction materials during delivery, All contractors shalt conduct their operations In a manner that controls pollutants, minimizes mtzes erosion, and prevents sediments from p P storage, and use. entering waters of the state and leaving the highway right-cf-way. The prime contractor shall be responsible for compliance and 3) Stockpile Management - Install controls to reduce or eliminate pollution of storm water from stockpiles of sell and implementation of the PER for their entire contract. This responsibility shall be Further shared with subcontractors whose work Is a paving. source of potential pollution as defiled in this PPP. 4) Waste Disposal - Do not discharge any materials, Including building materials, into waters of the state, except as authorized by a Section 404 permit. 1. ROLES AND RESPONSIBILITIES 5) Spill Prevention and Control - Implement procedures to contain and clean-up spills and prevent material discharges to the A. Designer: storm drain system and waters of the state. 1. Prepares Base PPP included In the project plan. 6) Concrete Reslduals and Washout Wastes - Desicnate temporary concrete washout facilities for rinsing out concrete trucks. 2. Prepares Notice of Intent (NOq submitted to Iowa DNR. Provide directions to truck drivers where designated washout Facilities are located. 3. Signature authority on the Base PPP and NOL 7) Vehicle and Equlpment Cleaning - Employ washing practices that prevent contamination of surface and ground water from B. Contractor/Subcontractor: wash water. 1. Affected contractors/subcontractors are co-permittees with the IDOT and will sign a certification statement adhering to the 8) Vehicle and Equipment Fueling and Maintenance - Perform on site Fueling and maintenance in accordance with all requirements of the NPDES permit and this PPP plan. All co-permittees are legally required under the Clean Water Act and the environment laws such as proper storage of onside fuels and proper disposal of used engine oil or other fluids on site. Iowa Administrative Code to ensure compliance with the terms and Conditions of this PPP. 9) Lltter Management - Ensure employees properly dispose of litter. 2. Submit a detailed schedule according to Iowa DOT Standard Specifications Section 2602 and any additional plan notes. 3. APPROVED STATE OR LOCAL PLANS 3. Install and maintain appropriate controls. During the course of this construction, It Is possible that situations will arise where unknown materials will be encountered. 4. Supervise and implement good housekeeping practices. When such situations are encountered, they will be handled according to all federal, state, and local regulations In effect at 5. Conduct joint required Inspections of the site with inspection staff. the time. 6. Signature authority on Cc-Permittee Certification Statements and storm water Inspection reports. C. RCE/Inspector: IV. MAINTENANCE PROCEDURES L Update PPP whenever there 1s a Change In design, construction, operation or maintenance, which has a significant effect on the The contractor is required to maintain all temporary erosion and sediment control measures In proper working order, including discharge of pollutants from the project. cleaning, repairing, or replacing them throughout the contract period. This shall begin when the Features have los[ 50% of their 2. Maintain an up-to-date list that Identifies contractors and subcontractors as co-permittees. capacity. 3. Make these plans available to the DNR upon their request. 4. Conduct joint required Inspections of the site with the contractor/subcontractor. V. INSPECTION REQUIREMENTS 5. Complete an Inspection report after each inspection. A, Inspections shall be made jointly by the contractor and the contracting authority at least once every seven calendar days and 6. Signature authority on storm water inspection reports and Notice of Discontlecatlen (NOD). after each rain event that is 1/2" or greater if deemed necessary by the project engineer. Storm water monitoring Inspections will Include: 11. PROJECT SITE DESCRIPTION I. Date of the inspection. A. This Pollution Prevention Plan (PPP) is for the 1st Avenue Storm Sewer Improvements. 2. Summary of the scope of the Inspection. B. This PER covers approximately 2.0 acres with an estimated 2.0 acres being disturbed. The portion 3. Name and qualifications of the personnel making the Inspection. of the PPP covered by this contract has 2.0 acres disturbed. 4. Rainfall amount. C. The PER is located In an area of Muscatine and Tama Slit Loam soil assoclatlons. 5. Review erosion and sediment control measures within disturbed areas For the effectiveness in preventing impacts to receiving The estimated average SCS runoff curve number for this PPP after completion wlll be 80. waters. D. Storm Water Site Map - Multiple sources of information comprise the base storm water site map Including: 6. Major observatinns related to the Implementation of the PPP. 1. Drainage patterns - Pian and Profile sheets and Situation plans. Identify corrective actions required to maintain or modify erosion and sediment control measures. 2. Proposed Slopes - Cross Sections. Profile watadditional7. B. Include storm water monitoring inspection reports in the Amended PPP. Incorporate any additional erosion and sediment control 3. Areas of Sall Disturbance - construction limits shown on Plan and sheets. measures determined as a result of the inspection. Immediately begin corrective actions on all deficiencies found and complete all 4, Location of Structural Controls - Tabulations on C sheets. actions within 3 calendar days of the Inspection. . Locations of Non-structural Cortrols - Tabulations on C sheets. 6. Locations of Stabilization Practices - generally within construction limits shown on Plan and Profile sheets. y[, NON-STORM WATER DISCHARGES 7. Surface Waters (including wetlands) - Plan and Profile sheets. This includes subsurface drains (i.e. longitudinal and standard subdrains) and slope drains. The velocity of the discharge from 8. Locations where storm water is discharged - Plan and Profile sheets. these features may be controlled by the use of patio blocks, Class A stone, erosion stone or other appropriate materials. E. The base site map is amended by contract modifications and progress payments of completed erosion control work. F. Runoff from this work will flow Into Ralston Creek. VII. POTENTIAL SOURCES OF OFF RIGHT-OF-WAY (ROW) POLLUTION Silts, sediment, and other forms of pollution may be transported onto highway right-of-way (ROW) as a result a[ a storm event. III. CONTROLS In the Iowa DOT Standard Specification Section 2802.03 for Potential sources of pollution located outside highway ROW are beyond the control of this PPP. Pollution within highway ROW wll- A. The contractor's work plan and sequence of operations specified for be conveyed and controlled per this PPP. accomplishment of storm water controls should clearly describe the intended sequence of major activities and each activity define the control measure and the timing during the construction process that the measure will be implemented. VI11. DEFINITIONS B. Preserve vegetation In areas not needed for construction. C. Section 2601 and 2602 of the Iowa DOT Standard Specifications define requirements to implement erosion and sediment control A. Base PPP - Initial Pollutlon Prevention Plan. measures. Actual used may vary from the Base PPP and amendment of the plan will be documented via fieldbook entries B. Amended PPP - May Include Plan Revisions or Contract Modifications for new Items and Fleldbook entries made by the inspector. quantities or by contract modification. Additional erosion and sediment control items may be required as determined by the inspector and/or C. IDR - Inspector's Daily Report - this contains the inspector's dally diary and Item postings. contractor during storm water monitoring inspections. IF the work involved is not applicable to any contract items, the work will D. Controls - Methods, practices, or measures to minimize or prevent erosion, control sedimentation, control storm water, or be paid For according to Iowa DOT Standard Specification Section 11Dq,03 paragraph B. minimize contaminants from other types of waste or materials. CONTROLS E. Signature Authority - Representative From Designer, Contractor/Subcontractor, or RCE/Inspector authorized to sign various storm 1. ERDSiON AND SEDIMENT water documents a. Stabilization Practices 1) Site plans will ensure that existing vegetation is preserved where attainable and disturbed portions of the site will be stabilized. 2) Stabilization measures shall be Initiated as soon as practicable in portions of the site where Construction activities have temporarily or permanently ceased. 3) Temporary stabilizing seeding shall be completed as the disturbed areas are constructed. If Construction activity 1s not planned to occur 1n a disturbed area for at least 21 days, the area shall be stabilized by temporary seeding or mulching within 14 days. Other stabilizing methods shall be used outside the seeding time period. 4) Stabilization measures to be used for this project are located In the Estimated Project Quantities TOO-IA) and Estimate Reference Information (100-4A) located on the C sheets of the plan. Additional items may be found 1n the Insspector's Daily Reports (IDR) or Contract Modifications. U. Structural Pra Rices 1) Structural practices .111 be Implemented to divert flows from exposed sells and detain or otherwise limit runoff and the - +y discharge of pollutants from exposed areas of the site. 2) Structural it,to be used for this project are located In the Estimated Project Quantities (100-IA) and Estimate Reference Information (100-4A) located on the C sheets of the plan, as well as all other Item specific Tabulations. Typical drawings detailing construction of the devices to be used on this project can be found on the B sheets of the plan or are referenced in the Standard Road Plans Tabulation. c. Storm Water Management 1) Measures shall be Installed during the Construction process to control pollutants In storm water discharges that will occur after construction operations have been completed. The installation of these devices may be subject to Section 404 of the Clean Water Act, ROJECT IC'A, 10//17/ _ CE IGNC] C. CARPER NO: NO GTiC 2Y RFV_SION OESCP]PTION 1ST AVENUE STORM SEWER IMPROVEMENTS SNEEi N0. Y; PROJECT con//zoic CHECKED ev . CARP-R LARYEI � I� � PHASE /I C.07 _ - CAC DATE, 51-11/2313 1;35;42 AM OPAWN aT . _ POLLUTION PREVENTION PLAN CAD -1'E: % WRllE\2DII1111AC6 COl _ _- cnO�Pmn»luooe oo m. �,A CITY OF IOWA CITY, IOWA 0 0 0 0 0 0 0 0 0 0 (31 1528 MALL DRIVE 0 0 0 0 IOWA CITY COMMUNITY SCHOOL I 0 0 0 LJ 0 TATE HIGH SCHOOL 1552 MALL DRIVE TEMP. COINED. EASEMENT CUT HOLDINGS LL lu REMOVE 16 LF STORM SEWER SL.s- RELOCATE ROME POLES _REMOVE - LL [-F — — STORM SEWER — — — OUT OF OWEN-C HOLD $t.s. -MiZANSTRUCTION (BY OTHERS) S-16 S REMOVE AND REINSTALL 386 LP OFCHAIN S,- EMP. COMET.' EASEMENT JTI�Mp CONS — -TEMP. — — — — — — — — — — Cl), LINK -FENCE 11F- 6'1 I/L4 1,L STc 1 -1- -L 1- 1� v LDuLIFLOF RF F -L E. 1I - c r# 155 PERMANENT DRAINAGE EASEMENT - OLD IE,- ft '— REMOVE TEMPORARY PERMANENT PLUG EXISTING 40"45" RCAP 5-17 � N CONNECTION AND INSTALL REMOVE FLUME AND — — — — ,— TRANSITION STRUCTURE — — — — — — — — — CONSTRUCT CURB TEMP. CONST—.EASEMENT CONNECT ROOF DRAINS 1 PERMANENT TO SUBDRAINS AND 1 DRAINAGE TIE INTO BOX CULVERT EASEMENT 1555 IST AVE AMQRQ2E, GERR zR, O CORE FITNESS It I> 2012:07 R, 1621 IST AVE I z I 0 20 FEET AMBROSE, GERR LL F HASE 1, TAGE 2 - -------- STRUCTURE S-13 STRULTURE S-1 W- 0? TYPE E. UTILITY ACCE$ �W-602 TYPE E. UTILITY ACCE STA. 2OD7,49. 0. 0.70' ?1 ETA. 2010-94.0). 0,71D' F T GRADE: 639.49 'FORM GR Y DE: 6N ENT CAST ING AND A)JUSTMEN RINGS SJBDR�IN I CASTING AID ADJUST ENT RUMS /7ORM OR TOP I OF BOX CULVERT STA 2010,14, 3 5'.RT TOP OF DIX CULVEFT EFIST NG GPOUN PROFILE E Fl- ELEV. 985 SO rqn AT CETTEPLINE JF F;qn 685 681 1 0,20% (EXISTING) 534 UP 77WPCBC � O[34X (C-1) STRUCTURE S 1 6" SUBCRkINA E SUBDRA TO (SD 3) ST 2004-87 RE STA. 2010-52. 3.5' RT STA, 20)7-73.00, Fl- IN: 683.42 (EX. 7'.3' PCECI STA, 2007+8 .08, 3.5' -T FL ELEV. I FL ELEV. 685.47 F L DO (cc- HIE ELEV. 633.39 6 7= —rZ lfiANSIICI�0��3,!FCT�ull , !E 675 FF7n 7',, CBC T 7',R4' PC 1' c R7n CT w 00 DAL TO 0, m m m DO IF) DO BAD i TA) w To CD m w US LB LD DAY U) w w lw L) +50 +75 2D07+00 +25 +50 +75 2008+00 5 30 +75 20D9+00 +25 +50 +75 2010+OD +25 +50 75 2011+00 +25 +50 +75 2012+00 +25 +50 F'RDJECNO; PiODB-00 — DESIGMED BY i C. CARPEB NO REVISION DESCRIPTION 1ST AVENUE STORM SEWER IMPROVEMENTS SHEET 40. I DROJEC- DATE i 07/17/2013 CHECKED BY: I 11:03:45 AM DRAWFI BY: C. CAREER Fot h PHASE I STORM SEWER D.01 - 5/31/2CI3 DAD D.T. 1008-00EL �J\�Ians\I:[008 CO-DOI,ht BAD FILL: CITY Of IOWA CITY, IOWA PLAN AND PROFILE "m 1� G�—p o 6N-_77�»77777T'7771T' 618 ' O 1�+ �. 0- y + _ C' �"'s ��� { In 1 �p�r, E T�'/�/-7/7T�/77777"�l/ REFER TO SHEET E.OI FOR SANITARY SEWER �� RELOCATION 1 ��I R MOVE { V 5' CURB RUNOUT T ] TING TUBE 1 7 REMOVED AND REPLACE 20 LF SANITA,,Sf w,I CULVERT WITHE6"UDIPE PIP�x 1528 MALL DRIVE REMOVE FLUME AND CONSTRUCT CURB ° 1 { ': \-'` ` 'tl ', I .' ADO SUPPORTS. (t^ J IOWA CITY COMMUNITY SCHOOL TEMP. CONST. EASEMENT — — — — — — — — — — ,, PROTECT I -a s❑ PLUG AND ABANDON 65 LF �� 55 _ _ PROTECT I, 1� '� 1 _ EXISTING 40" X 65" RCAP TATE HIGH SCHOOL (�- — --, — PROTECT LITE POLE REMOVE S_4 W! PLOWABLE MORTAR 1550 IST AVE ITE POLE / E%ISTING , S&M EAST LC \ > a / 1 1 STRUCTURE REMOVE 22 LF _ _STORM _ _ t SEWER THE SALON t - - - _ - _ - - - - - - G 1 { PROFESSIONAL EXISTING SUBDRAIN ACADEMY CULVERT 1� 1 5 SAND IbPIL 1 _ _ _ _ _ _ RRACILOING _ 1 �'-" I� PERMANENTS//71�{ + I 00 t t OZ DRAINAGE EASEMENT ! — — 77TT// '.� 1 I' 11 V 11 11 j I S 6 — REMOVE 34 LF STORM SEWER - El — — — — _ _ REMOVE 40 LF II e �II�IE i RELOCATE POWER POLE '� STORM SEWER (L ��1 Q i x OUT OF CURB AND HOLO DURING CONSTRUCTION S-17 TEMP. CONST. n �1 1 (8Y OTHERS) � EASEMENT ! i= 1555 AVE _ _ PLUG AND ABANDON 60 LF EXISTING 24" RCP I �I [ AMBROSE, DERR N W/ PLOWABLE MORTAR w - w� In I SO-3 CORE FITNESS - W I �I �� - If II� RELOCATE GAS MAIN (BY OTHERS) 1 Z k * CONNECT ROOF DRAINS TO SUBDRAINS AND �I S-5 TIE INTO BOX CULVERT°- �I ml S2.5. v 9 1 ❑ E 2❑ PHAF1,STA E 2 �- PHASE 1. STAGE ]PHASE 2. STAGE 3 RHASE 2. S _�I� AGE 2-^TSTRUCTURE S-3 12' 'JUNCT OX P u+ m 2 14+65 .2013+1 .65.' " STR CTURE S 4 13'x6` JUNCTION BOX MST TOP OF SLAB (STRUCTURE CENTER): 87.51 STA 2013+92.94FL IN: 682.25 EX. 15' CP) NE TDP OF SLAB (STRUCTU E CENTER); 686.41 FL IN: 682.25 (EX. 15" RCP) E `° FL N: 681.3 tEX. 6'x .5'RCB)FL IN; 681.58 ( -1) NW ABA DON EXIS ING FL N: 680.7 (P 3) E DI ILEKBIC FL10U 686141,45 56'x3.5R FL UTi .680. 4 (C-2) Ran AT AT CENT CED RCBL fEX CB) SE FLO ABLE 0 TAR BOT OM' WELL 679.81 aQn U2014-3BDRAIN t XI5'RT IST AV NUE OPOSED STA. 2014+30, 4.5' RT RB & GU TER FL 2 LEV. = 6 3.43 CBS 534 L 7'x4' P BC a 0.3 % fC-ll - -- �. 68 LF 6'x:3.5' RCB - - @ 0.157. (EXISTING) 95 LF 9 4' PCBC 0.60'/. (C-2) _ FFEOV _ _ _ _ _ - _ 680.. (P-2) 11+20 27, 3.5' T S#4 36" P CP (P-3) CULVERT SUPPORTS . = 6 4.30 REFERRTO�OF ARC STA, 2913+92.94 6.5' RT REFER TO DETAIL 4 6" DIP'( N-1) ON SHEET B. 7 FL ELEV. = 680.75 ON SHEET B. 7 675 __ STA. 012+60.1 -. "DIP (SN 2) — - 67, ! FL LEV. = 6 9.54 - - 15" R'P (P-5) STA. 2 15+00.09, STA. 20 F 4+08.17, ELEV. 4.5' RT = 681.93 FL ELI,V..= 678,02 �v Q` 6 O' h ❑7 r] N C2 P N Ir] to R 4 V1 O Ifl O ("J CJ ^ P Q' O` O' �..... P 6 6` O' 0' � O' O` W n (D CO ❑l tD tD P. fv h. I� n h OR W W ¢1 OR W W m 6T N a) N W of of [D Ito m W N . N W TO W N GJ _— W. Lt0 (0 U) cD t0 cD tD 2010+00 +25 +50 +75 2011+00 +25 +50 +75 2012+pp +25 +5U +75 2013+00 +25 +50 +75 2014+00 +25 +50 +75 2015+00 +25 +50 +75 2016+00 PRO -CT NO: 111008-03 _ UESMNCO ❑r L CARPER NO 0.41E BY REVISION OCSCRIPT.04_ 1ST AVENUE STORM SEWER IMPROVEMENTS Eer No. PRO-CT DATE m/l3Jzo la Vz01] a as as An CIIECKE] Px P. XUErR ❑RIIN1110 a c. cArePEfl r` �O`� PHASE 2 STORM SEWER 0'02 m� PAR PLAN AND PROFILE ��� � FlU,: .- CA] PILE. % \CRUE\2]li\1110]8 UO\CAO\P ens\111008 03 002+5h, _ __ V CITY OF IOWA CITY, IOWA r \ 2200 IOWEft MUSCARINE RD PROCTOR & GAMBLE HAIR CAREE LLC 00+1 ZOZ Q REMOVE o f AND REPLACE 20 LF O am r /,' /11 o . o O O I CLASS E r REVETMENT SANITARY CULVERT SEWER UNDER BOX + 1 tl WITH 6" DIP PIPE. r h+/ / _ \ (.Yi \ cr �l-"° W oy ADD SUPPORTS. .--� 1 1480 IST AVE _ T _-7T O REALTY HOLDING CO INC \ I ( RE00 /N I It/ 0 � �� � � p� I / 1 � � � `�-685 � BOX CULVERT m SAFETY GRATE STRAIGHT TYPE � � � . { � TYPE 7 CULVERT) PLASTIC GAS MAIN CDNTRACIOR HOLD AND LAY ON TOP / / r '\ I ( �_ �, G REMOVE AND REPLACE 20 SEWER UNDER BOX LF y�, � i DF BOX CULVERT / / II 3//�� _ '� _ _ _ _ _ _SANITARY CULVERT WITH 12" DIP PIPE t`0 ADD SUPPORTS. P' I A aS 2 ii /•� �' A' / - / CP #151o 3 o .A -sem F _ _ _ _ _ _ _ / 5 _ _ _ S - C-2 r-3- _ _ _ _ - _ _ _ _ - -t0 \' I j 'Nt STRUCTURE WITH HANDPULL STOP GATE COORDINATE WITH P&G -e J� \ _TT ` S 4(/ / I \ Nv - _ _ _ -- EXISTING _ STRUCTURE �' p j j COVER Ox REMOVE 155 LF STORM SEWER...�1'_-.. T GRADE TD DRAIN yy ti REMOVE 162 LF \ / 1550 1ST AVE� REMOVE TREE � � I - f / STORM SEWER / / r / a REMOVE 50 LF STORM CULVERT 6&M EAST LC a THE SALON PROFESSIONAL � 5' CURB RUNG � �� � © .. �'1' 1486 1ST . A � \� S&M EAST REMOVE TREE AVE LC '� r / i / / /\ + / o /� � / � r�� �-� `�^ REMOVE AND REINSTALL � � RAILROAD SPUR , ACADEMY � � ./ �� REMOVE AND REINSTALL A 3 _ { - / ly x / BOX CULVERT SHALL HAVE 1 FT OF COVER WITH A 4a SLOPE TO 82 LF OF CHAIN1A LINK FENCE 0 20 ti THE FLARED END SECTION LOW FEET POINTS ON EITHER SIDE OF THE CULVERT. GRADE TO DRAIN, PHASE 2, STAG 2 IHASE 2. TAGE 1 a '.S RUCTURE S-9 ` STRUC URE S 1 -Sd7 - 604 TY G 6, 1NT KG„ TRUC URE 1:90 SW 60 TYPE E UT TY S 5 A. 2017+ - ...- ....645 TA. ORM 015+60A GRADE: GE I. D.60 7.36 PROPOSE GRADE FIRM C GRAD': STING A 684.28 ADJUSTIIENT RIN55 15 ST RCP (P 07 4.5' LT fCASTIZNC ANDA JUSTMENT RINGS AT CENT ERLINE Oq TOP OF BOX CULV RT FL .2019+0 ELEV. = .95. 80.19 PLAC N TOP .OF B0% CULVERT OF BOX CULVERT ST UCTURE S 10 AM ROAD SPUR 690 - EXISTING GROUND PROFILE W TYPER NTA STA. 2 TR T 18+35.35 R _.. 8" STEEL !P 97 P OPOSED ADE PROPOSE _. GRADE AT CENTE LINE OF PCBC FORM G ADE: 684 30 STA 2418+9 16, 4.5' T A CENTRE LINE AT CENT ERLINE CASTING ND ADJU TMENT RI GS FL £L V.-679. 7 0 .BOX CULVERT OF BOX. ULVERT I D TOP OF BOX CULV RT ] `RCP (P -';I 1) Ap�S ',,, _ _ A. 20 t9+97.43 4.5' RT ,.. _. __ _._ F ELEV. ' :.677.92 FERO 295 1 F 9'x4' P BC Q O. D% (C-2) 327 LF 9'x4' PCB a 0.35% (C-3) STA. 2016 15" RCP 80.98, 4.5' (P-6). LT 18" RC (P-7)— C75,FL = .6' __ STA. 201 +75.46 .5 RT CUL ERT SUP ORTS ___.. STA. 20 __ 6+91.60 FL ELEV. = 80.32 REF R TO DE AIL #4 STRUCTURE S -t CURTAIN WAIL 4 RISE SLOPED E D SECTIO , VERTICA BEND 2" O[P (S -3) ON SHEET B.C7 0 STA, 018+76.5 , C , STA: 2020+17.78, FL ELEV: 677.72 j FL E., EV. = 67 5.34 I A7n m -SO,• mm�o mn. mnnm n '.rm-,• if) n nnm CIOm m m 'nnm m m 7+00 +25 +50 +75 2018+ 5 +50 +75 2019+00 +25 mm +50 +75 2020+00 _ _ +25 +50 +15 . +7omm5 ...— 2015+00 -__a +25 50 +75 2016+00 25 +50 +75 PX cT 1u7ce CO ueslee o e as �uIPER na DATE Rv "EYIs!oe oEscRlPnaR IST AVENUE STORM SEWER IMPROVEMENTS sREET eR. ----- OAT 13 ceEC< DATE -E, u+ oaare c e. P. auFTER CARPER k ���� PHASE 2 STORM SEWER D.0 - ar3laola n 2 a: CAU CAT /2013 wo EA CAO FIIF: X1CR\IE\2011V 1100800\CA]\Pln'rs\11133800603 zM _ _.. Y CITY OFIOWACRY,IOWA PIAN AND PROFILE BORE 6" DIP SANITARY SEWER UNDER PARKING LOT N 00 -�� 1 ANTICIPATED �` BORE PIT - ABANDON EXISTING ? SANITARY SEWER -� TEMPORARY NMA OR PCC ACCESS DRIVE TO CORE \� �0�a;�0 _5 gD.-\� ��5:_ FITNESS PARKING LDT _ k F « — _ < I ',. STRUCTU E MH-I. SW-301.46!' ',. m W/ EXTE NAL DRDP, STRUCTUE wu �z STA. 20t +64.$9, FORM GR DE: 689: 67' RT 0 PLUG AND ABANDON wE m� OVERFLOW: 684.80 FL IN: 679.89 (DRIP (EX. 6' CLAY)-EXI STRUCTURE) 5T TING STRUCTURE LT -EXIST SANITARY ING6"CLAY SEWS AND 20.11+9 .48. 141 ST �m FL OUT: 679.79 (S -1) FOR GRADE':' 87.55 REMO E EXTERNAL DROP BOTTOM WELL: 67929 FL IN: 683. 0 (EX. 6' CLAY) aQn FL UT: 683. 0 (EX. 6' CLAY) - BOTTOM WELL: 682.60 - 6" C (EXIS AY ING) PROPOSED 7'X4` BOX CULVERT FL ELEV. = 681 76 y EXISTING STRUCTURE STA. 2011+75.7 172.26' 685 N 5 LT RRP _ �. �_ y FORM GRADE: 66 FL IN:, 678.72 ( .90 X. 6" CL Y) uu PLUG AND ABA EXISTING 6" C DON AY - - _- 1 - .�. N Y FL IN: 678.59 t FL OUT: 678.49 N- 1) (EX. 6" C AY) EXTERNAL DROP SANITARY SEW R ".D1 _.@.. - ...—._ _ _._.. y BOTTOM WELL: 6 7.99 _ - 620 I C NNECTIDN CULVERT C ti I SUPPORT 1 —• O Q' C] P ¢] l(1 � !➢ f+ In x O W W t0 In I� W Iq n 03 cD r GD O' W W, O P F2� P O 0- M 6' 4O c0 (4 lD GJ c0 (i} t0 ID (0 DO w (0 +75 101+00 +25 +50 +75 102+00 +25 +50 +75 103+00 +25 +50 +75 104+00 iGJE INP; I]FEIGVES B C. CAPPEry DMSIGNECIFI NO D4 F BY REYI515Y OFSGqIPTIDN IST AVENUE STORM SEWER IMPROVEMENTS SHET N0. _ aaaE T DATE mnnzo is 5Y F aoeTee CAR DATE: 5,31/2013 1t 349 nM 5r+n ry or c. cAavea h PHASE 2 SANITARY SEWER C e'01 _ � CnD lze, x\raarzam 11/ ncae oai noy�re�:�uuce oe Eol nc _ CITY OF IOWA cm, 10 PLAN AND PROFILE �O t N 4 N N Op OON O O 0_ ON N <o CONTROL POINT #110 Il� SET V2" REBAR I NESS N: 604,795.81 N: 604,376.84 STORM SEWER - POINT DATA <G0 /v�9 / Qr HORIZONTAL NO BASELINE INFORMATION N.STATION 20 0+ NORTHING 9 .5000 EASTING 2184976.0494 _ N 62 BEARINGIDISTANCE DELTA ANGLE DOC. TANGENT LENGTH E RADIUS SUPER _.... _ DATE (0 36 / .0000 2001+10.00 604702,0q% ELEVATION 21850)4.3494 STA STA N 67° 36 55,66" E / 913 9237 2011+00.92 _ 605080.4600 SET REBAR 2185990.3059 1/2 112" N 89° 23 0f 34" W / 13.8475 2011*14.77 605079.8281 2015+03.36, 2186004.1389 18.02' N 62° 23 04.34" W / 13.3475 2011+28.62 605033 4094 2186016.4009 687.28 N 37° 23 04 34" W / 3 3985 --- _2011«36.02 2011.36.02 605067.5303 _ _ 2186020.9009. N 24 23 04 34" W / 181.6326 2013«17.65 604902.1006 CP#155 2186095.8895 201 H26 N 38° 48 50 9T' W / 75.2904 2013,92.9+ _ 604833.4383 2186033.40 2186134.45)4 x 30" N 29° 53 06 91" W / 16.2319 _ 2014+09.21 604823.3306 2166142.5651 FT54 57 511.9]' W / 8.2908 2014+13 5p 4 1 W / 8.2908 2014,25.74 - 604813 1267 2186157.517B 5 75° 02 00 9T W / 50.2908 2014+76.08 604830.1144 2166206.1027 N 79° 53 58 94 W / 8.2908 - 2014+84.38 604828.6699 21B6214.2667 N 54° 9 58.89 " W / 6.2908 - 2014,92.69 604823.9105 2186221.0559 N 24° __.... 5J 8, 56.84" B / 7.3710 2015+00.04 60480.5249 2186224.1331 -N24' 5J 58.75" W / 69.3710 2015+63.41 6TI4 ]56.4993 2186253.1735 N 49° 57' 58.80° N / 19.5974 2015+87.01 604343.8435 2186268.1786 N 54° 57' 58.85" W / 396.5934 2019+83.60 604545 3430 2186611.5255 N 84° 57' 58.90" W / 8.2908 2019+91.8° 604544.6156 2186619.)844 S ID° 02' 01.05 W f 8.2908 2020+00.18 604547,4467 2166627.576q 5 45' 02' 01.00" N f7.8]I6 2020+08.06 604553.0094 _ 2186633.1462 S_29" 02' 01.04" W / 100.0000 2021+08.06 604640.4429 2186681.6985 �O t N 4 N N Op OON O O 0_ ON N <o CONTROL POINT #110 Il� SET V2" REBAR I NESS N: 604,795.81 N: 604,376.84 E 2, 185,876. t9 CONTROL POINT DATA <G0 /v�9 / Qr NO LOCATION MILIOS'O PO NORTHING EATING DESCRIPTION ELEVATION CPW 101 CP<110 STA STA 2008+66.93, 2000 16.98, 3 LUMINAIRE 219.93' 319.24` RT RT- 604795.61 604376.84 SET REBAR 2185876.19 2185138.30 1/2 112" x 30 x 30" REBAR REBAR 688.88 698.13 CP#150 STA 2015+03.36, 18.02' Li 604822.12 01 "I. . 0 STORM SEWER INTAKE 3O '. 2186242.47 1/2" x 30" REBAR 687.28 CP#151 STA. 2018+37.25, 16.9' LT 604633.26 21864g3.31 1/2" x 30" REBAR 68A.58 CP#155 STA. 201 H26 62, 35.13' Li 605104.16 p C' t'0 2186033.40 1/2" x 30" REBAR 689.55 �O t N 4 N N Op OON O O 0_ ON N <o CONTROL POINT #110 Il� SET V2" REBAR I NESS N: 604,795.81 N: 604,376.84 E 2, 185,876. t9 E 2, 185, 138.30 Fyr� <G0 /v�9 / Qr r� F MILIOS'O PO 40 -7j7CPN110 17 0 ON O„ Q ON CFri" 00 0 2p 10 Irl N N Q CONTROL POINT #101 CONTROL POINT #110 SET /2" REBAR CORE SET V2" REBAR I NESS N: 604,795.81 N: 604,376.84 E 2, 185,876. t9 E 2, 185, 138.30 Fyr� <G0 /v�9 / MILIOS'O ''o Pyr. NQ Al 19.50'�St�tiS IJ� LUMINAIRE Q TREE BILLBOARD SIGN - NO PARKING 3 LUMINAIRE 3 S10RM SEWER MANHOLE CONTROL POINT #150 V2" CONTROL POINT #151 1�2" SET REBAR SET REBAR �. N: 604,822.12 E: 2, 186,242.47 N: 604,633.26 E: 2,186,493.31 ( .tyJ JLWU m g .90 Q pP Oj t Y � x"32 1Q LUMINARE 'c 01 "I. . 0 STORM SEWER INTAKE 3O '. a SANITARY SEWER MANHOLE O WATER VALVE O SANITARY SEWER MANHOLE O SANITARY SEWER MANHOLE CONTROL POINT #155 SET T112" REBAR N: 605104.16 E: 2186033.40 _159.53' 3yA r 2 Q� s0 •Ar�2 p C' t'0 r c s�F s (� \v< © STORM SEWER INTAKE 2Q POWER POLE LUMINARE PRO) Ol NJ: 111008-00 U 5 CM1EONN'DU BY C C+RPER FRo.IFCT nATE vn_UZD!9 ZHSCNI Fr C* LA R .... IMS OA -E4 5/31/2013 1 3 49 AM 3RAW4 DY 0. CAPPER cAl rTL64 NO 3.07E Sr RfVIS ON OLSC6IPTSON _ ��`� I 1ST AVENUE STORM SEWER IMPROVEMENTS PHASE 2 CITY OF IOWA CITY, IOWA REFERENCE TIES AND BENCHMARKS SHEET N5. G.01 _ PROJECT 10: IIOJB NC OESIGN D RY L CAPPER MI wF 9T IET ION I;ES-RIFT D4 _ FOth 1ST AVENUE STORM SEWER IMPROVEMENTS wer ED. P4CJCGI LSE W! )Rrl"i CHECS D 8 P. SLEflR - - CAL DATE eP i o s 1 z s2 PX FRA.N Rv r CARPER — — — PHASE 2 01 Tar FI x:� RVE�mac❑a0e oov,uTPia,Twl0J8 03 110111, — "- CITY OF IOWA CITY, IOWA RIGHT-OF-WAY LAYOUT 0 0 0 0 0 0 0 0 Oom © 0 + 1526 MALL DRIVE 0 N IOWA CITY COMMUNITY SCHOOL O O +92.69 27 3. T434-6 .28' TEMP. CONST. EASEMENT_ I I _- +64.75 36. •97. , +02.453s.26� TEMP. CONST. EASEMENT I 9.04 _ _ - - - - - kN- - - - _ pERMAET DRAINAGE. EASEMENT - - ,l I 47 9 +08. +31.94 36.28 — — _ — — — —TEMP. CONST, EASEMENT 36. +64.20 28" I C: D I Im Im I r 9 Iv 1 I 10 1555 IS AVE to I0 ' AMBROSE G Y Izu'i 1 I> 2012+00 m N GD 1" Im ^7 Im _ y 1621 IST AVE AMBROSE, GERRY I h Im m 13 I IA I 3 > 1 Z 11 z z ti ti I 10 A I a z la la I Im I m I I I> m Im Im m m z i I I 2.08 2013+00 I I Ru V.65 �6.28' t 4. I 36.28' T _ �W Tst pvEMyl _. i 'J 0 20 FEET 90JEC. N0: 11 708 0F5 ERFO 6T C CAPPER NG GATE NY _ flEV1610N p SCRIP110N ��� SHEET W. 'ROJROJEC- NJ: 3JQO COCOo13 _ ❑i ,JMF eY P. wO ER __ _ 1ST AVENUE STORM SEWER IMPROVEMENTS CAC OAIE: 5/3:/201.1 11:33:51 AN OPAWN 3Y L CARPER llt-- PHASE 2 H.01 EUEILE x:wR�1.v2mnu1P08001PAVI—PIuc6arcPo sm iI I _-� CITY OF IOWA CITY, IOWA RIBMT-OF-WAYI-AYOUT IST AVENUE SW ' T a mr Al mo za F: L -- - "Iz -- - - -� -- _ _ _ _ _ _- - _+17.50 36.28' 1 \ t \ \ \ rF kOQ a47.93 v v A VCC �}0 36.28' :1 1 Z y 1550 1ST AVE S&M EAST LC u� ��q2 ( 96.64 «97.56 36.28' 36.28` - 35,26 36.28' ffffff 3 .35 9. 1 \F\FZr� 6.41 +63fi.28' + 6002 36.26 . 36.28" .. C ECi D B r. zJETER c. C rtPLa -L- tV ----- +24.65 36.28 i 1550 1ST AVE S&M EAST LC u� ��q2 ( r \ O \F9F +8942 36.28 V FZr O /6.99 O,pgr \F\FZr� 6.41 +63fi.28' + 6002 36.26 . 36.28" .. C ECi D B r. zJETER c. C rtPLa ��` I tV J. PHASE 2 H.Q'j CAO DATE: 5/3:/201D u 3 s AM ORA.N BY , v F9 Z 49.53 36.28' 48.86 CAD FILE: xYCRVE\2m1\;no0a00\CADAP elsvu0360n ND2.n,. ,Tnw CS �2,y r r +79.46 \ A 36.28 +5D 33 r i N 36.26' l �. * 7.82 36.29' i RI'A 2()14+(10 PERMANENT DRAINAGE EASEMENT 8.18 36.28 2015+00PFL 4f _- - _ _ _ _ _ - _ - _ _ _f SANITARY SEWER EASEMENT SANITARY SEWER EASEMENT 11 I I 69.63 6.28' 7 ` ( \ RE ALTY VHOLOING CO I \rFy A f 3 7.01 36.9 \nF' 36.28 +80.17 \ \FSS 39 rF4q +69.34 C e \t 36.28' VZZs V _ r 54.64 \ F 36.28' TEMP. CONST. EASEMENT _ 1.06 .a9.04 ,45.64 FZ3.y �r 36.28' ZT . 9r ti O,p Z9C S�`z( �rVl 4P ( F •. v r I e \ \ n 36.2 \Filo \s<1 1486 IST AVE \'✓,y, , SW A T LC �SF +62.91 36.28' II N O0 \ kQO "i QIZS j o zD FEET PROJECT N0: 11 CCS CO _ _ OCSIGN D BYi +8942 36.28 2200 LOWER MUSCAT[NE RU PROCTOR & GAMBLE CARE LLC a20 EEEE�T FEET F� -HAIR II N O0 \ kQO "i QIZS j o zD FEET PROJECT N0: 11 CCS CO _ _ OCSIGN D BYi C. PARPER NO OR F BY REVISION CFSCP.IPPCN 1ST AVENUE STORM SEW ER IMPROVEMENTS SA=T NC- PRaF T DATE 0761]6 013 .. C ECi D B r. zJETER c. C rtPLa ��` I J. PHASE 2 II N O0 \ kQO "i QIZS j o zD FEET PROJECT N0: 11 CCS CO _ _ OCSIGN D BYi C. PARPER NO OR F BY REVISION CFSCP.IPPCN 1ST AVENUE STORM SEW ER IMPROVEMENTS SA=T NC- PRaF T DATE 0761]6 013 .. C ECi D B r. zJETER c. C rtPLa ��` I PHASE 2 H.Q'j CAO DATE: 5/3:/201D u 3 s AM ORA.N BY RIGHT -0F -WAY LAYQUT CAD FILE: xYCRVE\2m1\;no0a00\CADAP elsvu0360n ND2.n,. CIttOFIOWA CITY, IOWA TRAFFIC CONTROL PLAN 108-23 04-04-89 !08-23 TRAFFIC CONTROL PLAN 04-04-89 108-26 STAGING NOTES oe-3u-ea t06-26 STAGING NOTES L=1 11 The Contractor shall employ sound practices of safety and traffic control, These methods and practices shall Include, but not be 15. At the time of Initial setup or at the time of major stage changes, 100 percent of each type of device (signs, cone=_, Contractor shall maintain at least a single lane of traffic to each direction on Ist Avenue throughout the duration of the project. The STAGE 3 - STA. 2013+85 (1ST AVE) TO STA 2014+65 I.) Install orange safety Fencing around the perimeter of the limited to, the following: tubular markers, drums, barricades, vertical panels, changeable only lane closures foreseen are for the construction and removal of Construction area. Contractor shall maintain pedestra m access message signs, and pavement markings) shall be class!fled as the temporary access drive to the Core Fitness parking lot (refer to in accordance with current ADA standards to all busisnesses 1. The Contractor shall coordinate traffic control with other acceptable by the requirements of the American Traffic Safety sheet J.02) where a single south bound lane closure will be permitted located on Parcel #10 IS & M East _C). projects In the area Services Association (ATSSA), "Quality Standard for Work Zone Traffic Control Devices - 1992." Throughout the duration of the and Phase 2, Stage 3 for removal and Installation of storm sewer pipe and structure (refer to sheet J.03) where a single north bound lane 2.) Install traffic control for the Ist Avenue lane closure (Outside NB Lane) in accordance with the Iowa DOT Standard 2. Traffic control on this project shall be in accordance with specific layouts shown on these plans. Traffic control devices. procedures, and layouts shall be as per current Part VI of the Manual on Uniform Traffic Control Devices (MU iCD ). project, unacceptable devices or situations that are found on the job site as determined by before mentioned publication shall be replaced or the situation corrected within 12 hours of initial notification by the project engineer. closure well be permitted. GENERAL CONSTRUCTION SEQUENCING IS AS FOLLOWS: PHASE 1 - IST AVENUE TO EXISTING 7 FT X 3 FT RCD (J.02) Road Plan TC -419. 3.1 Install ISE Avenue sidewalk detour as indicated on sheet J.04.. 4.1 Construct from STA. 2014+65 to STA. 2013+85. 5.1 Remove traffic control (Including orange safety fencing) and open to traffic. 3. All traffic control devices shall be furnished, erected, 16. The location for storage of equipment by the contractor during 6.1 Perform Finish grading and seed & fertilize all disturbe areas. maintained and removed by the contractor, nonworking hours shall be as approved by the engineer, and the STAGE I - STA. 2012+00 TO STA. 2013+29 (1ST AVENUE) Contractor shall provide a written agreement with the property 1.) Install traffic control for the Ist Avenue lane closure ADDITIONAL NOTES: 4, All traffic control slons shall be placed at a minimum of 2 feet clear of the back of curb or outside edge of shoulder where possible. owner. 17. Contractor shall Install Type III Barricades with "Sidewalk Closed" for all sidewalk closures on an as needed basis, All (Outside SB Lane) in accordance with the Iowa DOT Standard Road Plan TC -419. 2.) Install Ist Avenue sidewalk detour as Indicated on sheet J.04. 3.) Install orange safety fencing around the perimeter of the 1.1 Contractor shall provide businesses & property owners a minimum of a 1 week notice prior to staging changes. 2.) It will be the Contractors responsibility to malntaln drainage during the installation of the proposed storm sewer. 5. Portable mountings For warning signs may be used for temporary Installations of 3 days or less. sidewalk closures shall have advanced notice at nearest crossing. - Prcject Engineer: construction area for the temporary access drive. 4.) Construct temporary entrance For Parcel #9 (Gerry Amhrose ). 5.) Close Parcel #g (Gerry Ambrose) existing entrance and install 3.) Contractor w111 he permitted to work on phases I and 2 concurrently, however each stage within the two phases shall be completed entirely except For seeding and be open to use prior to 6. "Road Closed" and "Road Closed to Thru Traffic" signs to be Jason Havel, P.E. (319 )356.5410 (office) orange safety Fencing around the perimeter of the construction commencing on to subsequent stages. mounted above top rail of Type III barricades so as not to City of Iowa City (319)356.5007 (faxI area. Install barrels and orange safety fence In parking lot ebscure the diagonal panels. 410 E. Washington Street Jason-havel@Iowa-city.org Iowa City, Iowa 52240 to delineate temporary parking Islands and drive Isles (refer to sheet J.02). Contractor shall maintain pedestrian access In 7. The proposed signing may be modified to meet field conditions. prevent obstructions and to accommodate construction scheduling upon approval of the Project Engineer. accordance with current ADA standards to the Core Fitness entrance at all times. 6.) Relocate existing sanitary sewer service (refer to sheet E.O U. 7,) Construct from STA. 2013+29 to STA. 2012+00. t08-26 STAGING NOTES 08-30-88 8. Orange safety fence shall be placed entirely across the traveled B,) Remove orange safety Fencing and open to traffic. It Is not the intent to confine the Contractor's activit les to the portion of the roadway at all locations where Type III Barricades with "Road Closed" signs are used. areas of suggested stages alone. It is understood that some of the various steps, though listed In numerical order, may occur 9,) Remove temporary entrance, perform finish grading and seed & fertilize all disturbed areas-. simultaneously. The Contractor may conduct several operations 9. All Type III Barricades shall have Type 'A' low Intensity Flashing concurrently, provided that traffic Is maintained and that these STAGE 2 - STA. 2007+73 (Structure S -II TO STA. 2012+00 warning lights. The back side of the Type III Barricades shall be reflector!zed by a minimum of six yellow reflectors, one at each end of each rail, or at least one rail on each barricade shall have reflectorized stri0es properly sloped at each end. At full operations do not conflict with the staging indicated herein. Construction in front of Core Fitness (Phase 1, Stage I) shall take priority over all other construction and is to be completed as identified In specifications. 1.) Install orange safety fencing around the perimeter of the construction and staging area. Contractor shall maintain pedestrian access in accordance with current ADA standards to the Core Fitness entrance at all times, closure locations, Contractor shall provide enough Type 111 2.) Construct From STA. 2012+00 to STA. 2007+73. Barricades to completely cross the road. It Is recognized that as the various activities related to construction progress, certain situations may arise which will 3.) Remove orange safety fencing and open to traffic, 4.) Perform finish grading and seed & fertilize all disturbed areas. 10. Long term or permanent traffic control signs that confl let with preclude adhering to the original construction sequence or which specific layouts shown on these plans are to be covered as directed by the project engineer. would readily lend themselves to more efficient staging operations. Should the Contractor desire to deviate from the original plan, a PHASE 2 - IST AVENUE TO OUTLET LOCATED ON PARCEL #13 -P&G 0.03) written alternative plan shall be submitted to the Project Engineer 11. Sign washing shall be considered incidental to traffic control For approval a minimum of one (I) week prior to the proposed changes. STAGE 1 - STA. 2016+91 TO STA. 2020+24 (RCB Outlet) and required as directed by the project engineer. Coordinate with all pubitc and private projects in the area at all I.) Install temporary chain link security fencing around the pertmete of the construction area within Parcel #13 (Proctor and Gamble). 12. All construction signs shall be Diamond Grade Fluorescent Orange or White V.I.P. Sheeting or equivalent. (Iowa DOT Type VII Sheeting) times. The following is a list of known projects: A.) Lower Muscatine Road Improvements. 2.1 Install orange safety fencing around the perimeter of the constructlon area within Parcel #12 IS & M East LC). Contractor shall maintain pedestrian access In accordance with current ADA B.) ISE Avenue Railroad Underpass Project. standards t0 all businesses located on Parcel #12 IS & M East LC) 13. The Contractor shall contact the City of Iowa City to remove C.) Mall First Addition - Lot 1. at all times. all permanent street signs conflicting with proposed 3.) Remove and salvage railroad spur ballast, ties and steel rail. improvements. The Contractor shall remove all other signs as PROJECT ACCESS: 4.) Construct From STA. 2020+23 to STA. 2016+91. determined by the engineer and they shall Cama In the property of the respective owners. This work shall be considered incidental to other work. The contractor shall also notify The Contractor will have access to the project site from Ist Avenue for the duration of the project. 5.) Reinstall railroad spur to the existing location/elevation, 6.) Install permanent chain Zink security fencing on Parcel #13 (Proctor and Gamble). the City of Iowa City to reinstall street signs. The STAGING AREA (PHASE 1): 7.) Remove temporary chain link security and orange safety fencing contractor Is to reinstall all other signs. Staging of equipment and materials will only be permitted wlthtn and open to traffic. the project Ilmlts or parcel #6 (Iowa City Community School District) S. Perform finish grading and seed & fertilize all disturbed areas. 14. The Contractor shall furnish and Install all permanent. as Identified on sheet J.02. road signs (City to provide street name signs) before the roadway is reopened to traffic. The Contractor shall notify the City one (1) week prior to changes in traffic patterns. STAGING AREA (PHASE 2): Staging of equipment and materials shall be offsite or within the specifled project limits. STAGE 2 - STA. 2814+65 TO STA. 2016+91 1.) Close Parcel #10 (S & M East LC) entrance and install orange safety fencing around the perimeter of the construction and staging area. Contractor shall maintain construction and staging area and pedestrian access In accordance with current ADA GENERAL COMMENTS: standards to all businesses located on Parcel #10 IS & M East LC) Do not drive on the proposed pavement with construction traffic and Parcel #11 (Realty Holding Co.) at all times, greater than the legal Toad limits. 2.) Construct from STA. 2016+91 to STA. 2014+65. 3.) Remove orange safety fencing and open to traffic. 4,) Perform finish grading and seed & fertilize all disturbed areas. aoJECT no: 100s a0 orsmer0 By smwess na DATE BY a=v.>l0n asscHI+•me 1ST AVENUE STORM SEWER IMPROVEMENTS sneer mc. 3LJEGT mAtE 0 !V/2613 CHECKED BY: B BOHHHB cao I : 5,31M13 u 3 z a++ caawr� s c cameo Coo ilrE x v evex201 vt10oe 0emn0v>i�sv im0B-o0101.an Fath PHASE 2 CITY OF IOWA CITY, IOWA T TRAFFIC CONTROL PLAN &STAGING NOTES J.01 PHASE 1 - STAGES 1 & 2 TRAFFIC CONTROL LEGEND STAGE 1 1 TRAFFIC SIGN STAGE 2 TYPE III BARRICADE PEDESTRIAN ROUTE CHANNELIZING DEVICES, DIRECTION OF TRAFFIC 0 TRAFFIC CONE X—X— ORANGE SAFETY FENCE * TUBULAR MARKER HE P&G SAFETY CHAIN LINK FENC a VERTICAL PANEL ALTERNATE ACCESS X DRUM SEQUENCING ARROW M. ALL MM MA CITY COMMUNIEZ SCLCW X-- x — x— x— x x— x — X — x— x— x— x— X= XL--L— A ENT RANCE TO CORE FITNESS STAGING AREA t —--——————- ....... PEDESTRIAN ACCESS —X—X—x —x ROUTE DURING STAGE I 3 1555 IST A�E AMBROSE GERR 7 \ 1.21 Is*AYE02 1R.ROSE, GEM STA. 2012-00--�� tCORE FITNESS ENTRANCE TO PARKIC LOT CORE FITNESS NEXT RIGHT '14 GRIND CURB TEMPORARY ACCESS DRIVE. CLOSE RIGHT LANE FOR INSTALLATION PARKING -WITH ITH SIGNAGE AND — — - — — — — KERS AS NEEDED TWE MAR NEXT LEFT 1ST AVENUE 411tj -2- /V 0 30 NO 11 DATE By RiVISIM CESCRIPTION IST AVENUE STORM SEWER IMPROVE sl�eci Mo. ROJEC7 DATE t C7/17/2013 PHASE2 J.02 "TDJEC, NJ: 11TE08-00 I l;J3,54 V I J�515NEU B�; F ..... MENTST7PHASE I - STAGES 1 & 2 �Rl�AEF E— P. ILLI��l N E EA AN RE ,F� CAP, OAT, 3/31/20:3 R -4- Fot h STAGING AND TRAFFIC CONTROL GAE Fl.b: JO —OL hl CITY Of IOWA CITY, IOWA END LL 4� 626-2n DETOUR � PPRNq'� LOT _I d> -- X X ROAD WORK AHEAD 1 CLOSE RIGHT LANE FOR REMOVAL/ INSTALLATION OF STORMSEWER PIPE _ 1 W20 { AND PAVEMENT. 3, x .36 W>- fi" % STA. 2014+65 1510 PST AVE 1 I � STA. 2016+91 �P x AL 1 DETOUR L PARING LOT J/ a m X466 AATAIV�E T IST + i PHASE 2 - TRAFFIC STAGES CONTROL 1, 2, & 3 LEGEND ® STAGE I TRAFFIC SIGN ® STAGE 2 -�- TYPE III BARRICADE ® STAGE 3 CHANNELIZING DEVICES: => DIRECTION OF TRAFFIC • TRAFFIC CONE —X--=X— ORANGE SAFETY FENCE ♦ TUBULAR MARKER — # — P&G SAFETY CHAIN LINK FENCE VERTICAL PANEL - ALTERNATE ACCESS ® SEOUENCING ARROW X DRUM Pn V d 2266 L6WER MUSCAT INE z PEP:S9E<LGP�LE Ma P CAPEE LL PARKNC LOT j` PRCJEGT M1D; 11036 CO CC IGNO KY C �ARPE0. NO CATE BY REVISION DESCRIPTION Fot ET SHEET NO. -- -• 1ST AVENUE STORM SEWER IMPROVEMENTS PewecT oaTe o,/v1z21a CHECKED By a K.1eTee_ PHASE2 PHASE 2- STAGES 1, 2,&3 CAE TATF: 5/31/2013 11335RAM 012 c2AaPE STAGING AND TRAFFIC CONTROL J.U3 DD 1. X.\UR\N\mu\nlooe OO\CAE\P a�s�1/00300 JOI s - _ ___ CITY OF IOWA CITY, IOWA 0 20 FEET LO RCJE T NO: II CO8 CC DESIGNFC PY C CARPER NO )A-[ BY Rc^1I51W CEBCRIPTICN IST AVENUE STORM SEWER IMPROVEMENTS SNFFT N6 PROJECT DATE C7lV/]C.3 ❑CCK D 0 P.80ETER BY C. CARPER - --- Fath PHASE 2 K.01 CAO CA.E. 5/3 8013 t 33 57 AM CRAWN CITY, IOWA PAVEMENT MARKINGS CAO FUF x:�cR�l �zcu�nmce 3ouao�Plms�voos oo KOIsnt I— CITY OF IOWA 4 O 0 O O O 0 O O t } } t OD O 0 O O O O O 0 N N N N STA. 2007+65.82, 1.00' LT EXISTING ELEV, FG 689.12= STA. 2DD8+11.92, 8.61' LT EXISTING ELEV. FG 689.16 #T #-# 4 STA, 2006+45.70. 9.06' RT EXISTING ELEV. 688.89.4 MATCH EXISTING 5TA, 2008+11.92. 9.02RT EXISTING ELEV. 689.12± MATCH EXISTING { OSTA. 2007+65.79, 14.69' RT EXISTING ELEV. 689.16+ MATCH EXISTING /� STA. 2007+74.21, 14.70' RT lJ EXISTING ELEV. 689.48E MATCH EXISTING OSTA. 2007+74.22, 19.49' RT EXISTING ELEV. 689.42' MATCH EXISTING QSTA. 2007+84.98, 19.49' RT EXISTING ELEV. FG 689.40A QSTA. 2007+87.85, 12.84' RT CENTER OF 3.0' RADIUS (A) FG ELEV. = 689.48 (8) FG ELEV. = 689.49± STA. 2007h9L00, 9.00' RT lJ EXISTING ELEV. 689.471 MATCH EXISTING OSTA. 2007+91.77. 8.61' LT EXISTING ELEV. 669.64 OSTA. 2007+65.77, 7,00' LT CENTER OF 6.0' RADIUS (A) FG ELEV. = 684.63 (B) FG ELEV. = 689.58 OSTA. 20DS-87.67, 9.11' RT EXISTING ELEV. 689.22± MATCH EXISTING ID STA. 2008+93.80. 15.00' RT CENTER OF 5.5' RADIUS (A) FG ELEV. 689.27± (B) FG ELEV. = 689.25+ 11 STA. 2009+01.67, 9.46 RT EXISTING ELEV. 689.26+ MATCH EXISTING QSTA. 2009+41.10, 9.27' RT EXISTING ELEV. 689.99E MATCH EXISTING ST � 2008+45.70. 8.61' LT EX TING ELEY. FG 688.95 STA. 2006+83.23, 8.61' LT EXISTING ELEY. FG 689.42 STA, 2008+83.23, 9.01' RT EXISTING ELEV. 689.21* MATCH EXISTING F-1 13 STA. 2009+41.1D, 11.39' RT EXISTING ELEV. 690.11± MATCH EXISTING 14 STA. 2010+86.30, 11.39' RT EXISTING ELEV. 690.231 MATCH EXISTING 15 STA. 2010+86.30, 17.39' RT EXISTING ELEV. 690.24± MATCH EXISTING 16 STA. 2010+94.30, 11.39' RT EXISTING ELEV. 689.74 STA. 2010+94.30, 17.39' RT EXISTING ELEV. 689.71± MATCH EXIST IND STA. 2011+44.30, 30.30' RT EXISTING ELEV. 689.66± MATCH EXISTING 19 STA. 2011+44.99, 10.49' RT EXISTING ELEV. 68930+ MATCH EXISTING 20 STA. 2D11+19.95, 26.67' LT EXISTING EASY. FG 689.13 � STA. 2011+41.45. 18.30' LT `.Y CENTER OF 4.0' RADIUS (A) FG ELEV. = 689.24: (B) FG ELEV. = 689.26 STA. 2011+74.35, 37.15 LT lY CENTER OF 4,0' RADIUS (A) FG ELEV. � 689.18 (8) FG ELEV. m 689.14± STA. 2011+88.86, 17.15 LT 23 EXISTING ELEV. 689.41* SAWCUT MATCFLINE 24 STA, 2011+86.71, 12.65' LT EXISTING ELEY. FG 669.06 QSTA. 2012+03.34, 16.14' LT CENTER OF 4.0' RADIUS (A) FG ELEV. = 688.88+ (8) FG ELEV. = 686.97 c STA. 2009+41,10, 6.61' LT EXISTING ELEV. FG 689.47 STA, 2009+75.10, 8.61' IT EXISTING ELEV. FG 689.80 ///��� STA, 2010+09.10, 8.61' LT / EXISi ING ELEV. 4 10, 86 /// STA. 2NG ELE.10, 8.61' LT EXISTING ELEV. FG 689.81 STA. 2010+04.ID, 11.39' RT EXISTING ELEV. 689.99± MATCH EXISTING STA. 2009+75.10, 11.39' RT EXISTING ELEV, 690.01± MATCH EXISTING / STA. 2010+77.10, 11.39' RT EXISTING ELEV. 690.03+ MATCH EXISTING STA. 2010+43,10, 11.39' RT EXISTING ELEV. 689.98± MATCH EXISTING STA. 2011+64.24, 11 EXISTING ELEV. 68 MATCH EXISTIN STA. 2011+83.80, 11 EXISTING ELEV. 68 MATCH EXISTIN STA. 2012+03.04, EXISTING ELEV. MATCH ENIE 0 STA. 2010+77.10, 8.61' LT EXISTING ELEV. FG 689.53 WIFT+09.24, 13.36' LT TING ELEV. FG 689.24 w- ©STA. 2012+29.00. 13.36' RT EXISTING ELEV. FG 689.15* QSTA. 2012+32.73. 13.49' RT EXISTING ELEV. FG 689.27+ STA, 2012+42.43. 13.61' RT EXISTING ELEV. FG 689.31± QSTA. 2012+46.15. 13.94' RT EXISTING ELEV. FG 689.271 ®STA. 2012+36.04, 15.00' LT CENTER OF 4.0' RADIUS (A) FG ELEV. - 686.92 (B) FG ELEV. - 688.801 STA. 2012+50.09, I6.01' LT EXISTING ELEV, 689.412 SAWCUT MATCH POINT 32 STA. 2012+49.90, 10.51' LT EXISTING ELEV, FG 689.10 33 STA. 2012+64.06, 15.02' LT CENTER OF 5.0' RADIUS (A) FG ELEV. = 689.12= (B) F6 ELEV, = 689.16 34 STA. 2012+70.70, 14.78' RT EXISTING ELEV, 689.48± MATCH EXISTING 7>a STA, 2012+7D.89, 10.61' RT 11.7.7 EXISTING ELEV. 689.42± MATCH EXISTING 36 STA, 2012+93.64, 11.40' RT EXISTING ELEV. 668.80± MATCH EXISTING QSTA. 2012+93.19, 24.34' RT EXISTING ELEV. 688.95± MATCH EXISTING 39 STA. 2012+98.83. 15.32' Li CENTER OF 5.0' RADIUS (A) FG ELEV. = 688.82 (B) FG ELEY. = 689.16± STA. 2013+17.65, 25.59' RT 39 CENTER OF 5.0' RA01US (A) FG ELEV. = 687.56± (B) FG ELEV. = 667.41 40 STA. 2013+25.05. 20.57' RT EXISTING ELEV. FG 687.053 MATCH EXISTING STA. 2013+24.32, 12.33' LT 41 EXISTING ELEV. FG 687.14'+ MATCH EXISTING STA. 2013+29.05, 20.48' RT L/ EXISTING ELEV. FG 687.12E MATCH EXISTING STA. 2013+28.32, 12.42' LT EXISTING ELEV. FG 687.16± MATCH EXISTING 44 STA. 2U11+69.48, 158.75' LT EXISTING ELEV. 687.842 MATCH EXISTING STA. 2011+89.30, 157.98' LT 45 EXISTING ELEV. 687.73± MATCH EXISTING STA. 2011+70.07. 178.74" LT 46 EXISTING ELEV. 686.16! MATCH EXISTING 7� STA. 2011+89.93, I77,97' LT lJ EXISTING ELEV. 687.81* MATCH EXISTING 46 9 q 2012+00 STA. 2012+76.04, 118.55' LT STA, 2012+70,54, 141.45' LT 56 EXISTING ELEV. 688.63' EXISTING ELEV. 688.48± MATCH EXISTING MATCH EXISTING - 59 STA2 EXISTING ELEV. 687.88± 125,54' LT STAa EXISTING 2ELEVp7688405A1 Li \� MATCH EXISTING MATCH EXISTING \\ STA. 2013+05.61. 124,57' LT STA. 2012+95.75. 152.85' LT i EXISTING ELEV. 687.21! EXISTING ELEV. 687.21± MATCH EXISTING MATCH EXISTING 2013+00 lam% 49 Q � \ ~1 B NOTES, B y 0 41 _ - MATCH EXISTING TRANSVERSE JOINTS (C) 40.� �% ALL ELEVATIONS ARE FORM GRADE OR TOP OF 43 SLAB UNLESS NOTED OTHERWISE. M �-42 " CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. - F L -_ --- - NOTIFYER IF ELEVATIONS ARE DIFFERENT THAN SHOWN. - T 0 FEET 20 PRCJL'T NC; '1008-00 BLS CNEC BY4 C. CARPCR NC DATF 9Y REVISION OESCRIPTTCN SHEET N0. PROJF T DATE 07717/2013 _ cHFCXEO ar P. x_ TFR 1ST AVENUE STORM SEWER IMPROVEMENTS CAO DATE 5/ L2C.3 11 33 >B AM DRAWN 9Y C. CAPPED � PHASE L.012 CAD '�LE: xlRVF90LIV ua9a aDxLwxPlo„:v lone OC'al snc � I CITY OF IOWA CITY, IOWA GEOMETRIC,STAKING,&JOINTING LAYOUT STA. 2013+63.06. 117.54' RT' EXISTING ELEV. 686.24± MATCH EXISTING STA. 2011+7398. 118.98' RT QSTA, 2014*09.21 3763 1' IT EXISTINGEXISTING ELE OSTA 2014+09 21 36 48' RT CENTER OF 4' RADIUS (A) FG ELEV. = 686.42 (8) FG ELEV. = 686.08 QSTA 2014.04.08. 31.56' RT EXISTING ELEV. FG 685.4 0 STA 2014+20.39 lO.9T LT EXISTING ELEV. FG €83 O6 STA. 2014+37.Z 33.76' LT EXISTING ELEY. E 641 ©STA 2014«5986 1651' LT EXISTING ELEV. 686.61± 0 5TA. 2014+58.16 17.16' RT EXISTING EL V. FG 687.04 O % 0 5].2 3 9G21RTSTIST2ING4L FIF S6 OSTA. 2014+67.28 18.06' RT CEN 10` . (A) FG ELEV. = 686 686.6383 (e) FG ELEV. = 687.15 tin_ vOd _]4. 11.6;6' PT 10 Exi STING ELEV. FG 687.17 Il STA, 20 15+670 '1611126 . 2345' RT EXISTING ELEV. 688.p9t 12 EX STINGS«67Y41681 7 RT 13 STA 2015-7185 15.69' RT FXIST ELEV-667 BOX 14 STA. 2015+67 41 25 55' RT E%IS ING ELEY. 688.841 STA. 2016+10 69 5.45' LT 15 CEN ER OF 10' RADIUS OF 10' RADIUS (A) FG ELEV. = 686.96 (8l FG ELEV. = 686.48 16 5TA 2016+15.29. 3.99' RT E%ISTING ELEV. FG36 5.4T LI STA. 2013+67.9 l. 62.01' RT EXISTING ELEV. 686.40 --- MATCH EXISTING STA. 2014+17.50, 22.87' RTS EXISTING ELEV. 6B6.221 MATCH EXISTING STA. 2014-18.13. 30.45' Ri EXISTING ELEV. 666.951 MATCH EXISTING STA. 2014,29.69, 21.08' RT EXISTING ELEV. 667.041 MATCH EXISTING STA 2016«1795 9.40' LT CENTER OF 47 RADIUS (A) FG ELEV. = 686.48 (8) FG ELEV. = 666.12 IB STA2016+61.45 18.2Y LT EXISTING ELEV. FG T. 19 STA. 2016+44.70, 2B.70' RT CENTER OF 4.5' RADIUS (A) FG ELEV. = 686.89 (B) FG ELEV. = 686.54 (C) FG RILEY. = 686.43 STA. 2016+58.52. 33.73' RT FG ELEV. 686.56 STA. 2016-66.42, 39.86' RT FG ELEV. 686.32 QSTA. 2—— 1.72 52.00' RT CENTER OF 4.5' RADIUS (A) FG ELEV. = 686.04 DEC FG ELEV. = 686.28 (C) FG ELEV. - 686.65 STA. 2016+81.18. 52.59' RT EXISTING ELEV. FG 685.98± QSTA. 2017+07404s 19.23' RT EXISTING ELEV. F6 684.341 ®STA. 2016«q!46% 7.31' RT FG ELEV. 684.73 ® STA. 2016+84.78, 0.10' LT FG ELEV. 684.84 STA. 2017+02.80, 23.32' LT FG ELEV. 684.46 ©STA. 2017+19.60, 44.97` LT FG ELEV. 684.59 5TA. 2017+4127 76.03' LT CENTER OF 25' RADIUS (A) F6 ELEV. = 685.05 (B) FG ELEV. = 685.18 PROJECT NO: 111008-N UFS ENED 9Y CARPER PPO CI DATE 07/172013 GHECKEO 3Y KUETEP CAD JAIL; 5/31/2013 Il 59 AN DRAWN BY C. CARPER CAO FILE % \CR\1112711\Ir.DC& CC\CA01PIln 11II008 00 L02 zM EXISJING"ELEY. f 87 18? �I'�1ATC4( E%ISKI 22.6 LT ExiS ING3EBEY. FG 6667 14i2()14+00 MAT CH,iXISTING ' STA. ST0.22. 14.04' Li EXISTING ELEV. 686.626 ATE Q 6 MATCH EXISTING STA. 4.38, 28.83' LT EXISTING STING ELEV. 687.11± MATCH EXISTING KT- OR L- - STA. 2015+04.56, 15.11' LT EXISTING ELEV. 687.18 _ 1.d+ " x 2015+00 0 IO9 T/7 7 o- - _._.._.......� STA, 6.21. 13.23' LT a � EXISTING ELEV. 687.25 STA. 2015+01.86, 18.65' RT EXISTING ELEV. F6 667.29± MATCH EXISTING STA, 2015+44.44, 21.87' RT - EXISTING ELEV. 688.056 MATCH EXISTING 2015+79.06. 14.04' LT QO iTING ELEV. FG 686.50± X MATCH EXISTING %(o 2 STA. 2015+84.49, 24.30' LT EXISTING ELEV. 686.606 MATCH EXISTING -STA. 2016,06.26. 10.87LT EXISTING ELEV. 686.541 MATCH EXISTING STA. EXISTING HE EXISTIING664-RT ,6666', 14 li W/ �STEXI25117,16. 25.00' STOIING ELEV_ 686.026LT STA. 2016+34.06, 11.99' Li \ EXISTING ELEV. 685.]6= A. STING 7.83, 18.82' RT 6 MATCH016E%0 TING I XISTING ING ELEV. 687.513 T t MATCH EXISTING - � STA. STING 4.08, 25AP U A 1© EXISTING ELEV. 685.296 STA. STING 0.54, 29.10' RT MATCH EXISTING $ EXISTING ELEV. 667.32± MATCH Exi ST ING KT -1 1 x -I 0 _ STA. ]015-97.87. 19.61' RT -. STA. Ex STA, 2016+81.74, 69.45' RP EXISTING ELEV. 686.771 MATCH EXISTING STA. 2016-89.69, 59.10' RT EXISTING ELEV. 686.231 MATCH EXISTING NOTES: MATCH EXISTING TRANSVERSE JOINTS (C) ALL ELEVATIONS ARE FORM GRADE OR TOP OF SLAB UNLESS NOTED OTHERWISE. CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. NOTIFY ENGINEER IF ELEVATIONS ARE DIFFERENT THAN SHOWN. 19 STA. 20S7,22,48. 31.26' RT �� EXISTING ELEV. 685.0'1 V MATCH EXISTING11 CTA. 2017-35.18. 14.80' RT T EXISTING ELEV, 684.76± MATCH EXISTING STA. 2017-62.40, 35.84' RT EXISTING ELEV. 685.953 777, MATCH EXISTING STA. 2017-74.98. 19.50' RT_-- /' STA. 2017+44.13, 76.58' LT YJ FG ELEV. 685.00 n STA. 2017.41.86, 96.52' LT YJ FG ELEV, 685.10 CENTER OF 4.5' RADIUS (A) FG ELEV. = 685.05 (8) FG ELEV, - 685.05 QSTA. 2017+55.98, 101.99' LT EXISTING ELEV. FG 685.22t STA. 2017+52.94, 67.93' LT F6 ELEV. 685.24 34 STA. 2017+69.14. 69.66' LT CENTER OF 4.5' RADIUS (A1 EG ELEV. = 585.19 (8) FG ELEV. = 685.07 QSTA. 2017.55.32. 74.69' LT F6 ELEV. 685.35 STA. 2017+29.88, 41.90' LT 36 FG ELEV. 684.98 37 STA. 2017+45.19, 30.02' LT EXISTING RILEY. FG 604.59± STA, 2016+94.16. 43.67' LT EXISTING ELEV. 684.29E MATCH EXISTING STA. 2017+04.18, 56.93' LT EXISTING ELEV. 684.39± MATCH EXISTING STA. 2017+28.63, 88.61' LT EXISTING ELEV. 684.80± MATCH EXISTING STA. 2017+60.59. 18.01' LT YYJJ EXISTING ELEV. FG 684.68± {, STA. 2017+73.17. 34.43' LT YJ EXISTING ELEV. FG 684.98± 40 STA. 2017+84.83. 21.11' LT EXISTING ELEV. FG 685.22± 91 STA. 2017+92.84, 29.61' LT EXISTING ELEV. FG 685.18± STA. 2017+96.06. 32.63' LT 42 EXISTING ELEV. FG 684.97± STA. 2017+95.02, 24.72' LT 93 CENTER OF 5' RADIUS (Al FG ELEV. = 684.92 M FG ELEV. = 684.96 44 STA. 2017+96.03, 17.64' LT CENTER OF 2' RADIUS (Al FG ELEV. = 685.10 (8) FG ELEV. = 685.26 45 STA. 2018+16.02, 6.77' LT ELEV. 684.96 46 STA. 2017-86.69, 4.44' RT ELEV. 685.89 QSTA. 2017+61.51, 9.05' RT ELEV, 685.44 STA. 20 17+73.71. 6.73' LT 49 ELEV. 665.37 49 STA, 2017+47.85, 1.55' LT ELEV. 684.81 0 STA, 2017+10.70. 17.20' LT ELEV. 684.73 STA. 2016«53.54, 24,18' LT ELEV. 684.911 MATCH EXISTING 52 STA. 2016+50.38, 20.14' LT ELEV, 685.07± MATCH EXISTING A. 2017+46.57, 114.55' LT EXISTING ELEV. 685.07± MATCH EXISTING 5TA, 2017-58.36. 103.52' LT EXISTING ELEV. 685.271 MATCH EXISTING LT MATCH E% /7 QO 2� 39 STA. 2017+q7.65, 34.13' LT / EXISTING NG ELELEV. 684.916 1( 4 4 MATCH EXISTING j 8 O- STA. 2018+0E6LE.0Y4, 6280.4LT EXISTING .8 / 44 - MATCH EXISTING STA, 2018+24.45, 31.44' LT EXISTING ELEV. FG 684.521 -_STA. STING ELEV. 29651' Ri �"f EXISTING ELEV. 686.551 - ki 1 MATCH EXISTING STA. 2017«99.06, 15.09' RT EXISTING ELEV. 686.521 MATCH EXISTING STA. 2018 STA. 2018+14.88. 27.29' RT EXISTING EXISTING ELEV. 686.496 9 od1,+Q MATCH EXISTING e^e F h I ST AVENUE STORM SEWER IMPROVEMENTS PHASE 2 CITY OF IOWA CITY, IOWA T SHEET N0. GEOMETRIC, STAKING, &JOINTING LAYOUT L'02 PRECAST BOX CULVERT NOTES: IT IS THE INTENT OF THIS DESIGN TO CONSTRUCT A NEW 7'x4' AND 9'x4' PRECAST REINFORCED CONCRETE BOX CULVERT. UTILITY COMPANIES AND MUNICIPALITIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN THE CONSTRUCTION LIMITS SHALL BE NOTIFIED BY THE CONTRACTOR OF THE CONSTRUCTION STARTING DATE. THE 7'.4' PRECAST R.C.B. CULVERT SECTIONS SHALL BE DESIGNED FOR FOR HL -93 LIVE LOAD AND EARTH FILLS Of 1'-0. THE 9'x4' PRECAST R.C.B. CULVERT SECTIONS LOCACIED BENEATH THE RAILROAD SPUR (APPROXIMATELY STATION 2019*30 TO 2019+70)SHALL BE DESIGNED FOR COOPER E -BO LIVE LOAD AND EARTH FILLS OF 5'-0. THE REMAINDER OF THE 9'x4'PRECAST CULVERT SECTIONS SHALL BE DESIGNED FOR HL -93 LIVE LOAD AND EARTH FILLS OF 1'-0. EXCESS CLASS 20 EXCAVATION MATERIAL SUITABLE FOR BACKFILLING SHALL BE STOCKPILED AT THE CONSTRUCTION SITE,AS DIRECTED BY THE ENGINEER. THE LENGTH IN LINEAR FEET OF PRECAST REINFORCED CONCRETE BOX CULVERT WILL BE BASED ON THE PLAN QUANTITY. FOR THE NUMBER OF LINEAR FEET GIVEN ON THE PLAN,THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THE PAYMENT SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL,LABOR AND EQUIPMENT NECESSSARY TO COMPLETE ALL WORK. REFER TO ESTIMATE REFERENCE NOTES ITEM 4.8 - STORM SEWER,? FT X 4 FT REINFORCED CONCRETE BOX (PRECAST OR CAST- IN-PACE)AND ITEM 4.9 - STORM SEWER, 9 FT X 4 FT REINFORCED CONCRETE BOX (PRECAST OR CAST -IN-PLACE) ON SHEET C.02 FOR ADDITIONAL INFORMATION ON BIDDING THE BOX CULVERT, THE CONTRACIOR SHALL FURNISH AND INSTALL CULVERT TIES FOR ALL JOINTS. THE MAIN SECTION JOINTS WILL HAVE ONE TIE ON EACH SIDE OF THE BARREL AND THE LAST BARREL SECTION WILL BE ATTACHED TO THE END SECTIONS WITH TWO TIES PER SIDE. THE END SECTION JOINTS WILL HAVE TWO TIES PER SIDE. TIE RODS WILL BE ONE INCH DIAMETER STEEL AND SHALL MEET REQUIREMENTS OF ASTM A709 GRADE 36 OR EQUAL. CULVERT TIE ASSEMBLIES SHALL BE GALVANIZED AFTER FABRICATION. THF LIMITS FOR EXCAVATION FOR THE PRECAST CONCRETE BOX CULVERT SHALL BE AS SHOWN IN THE TYPICAL SECTIONS ON SHEETS B.01 & B.02. A MINIMUM OF 12 INCHES OF GRANULAR MATERIAL WITH A MAXIMUM AGGREGATE SIZE OF e INCH SHALL BL USED AS BEDDING FOR THE PRECAST BOX CULVERT. THE BEDDING SHALL BE SHAPED TO A FLAT BASE USING A TEMPLATE. THE CONTRACTOR SHALL SUBMIT DETAILS OF THE PROPOSED PRECAST BOX SECTIONS TO THE ENGINEER. THE DETAILS SHALL INCLUDE THE FOLLOWING INFORMATION AS FOUND ON THE "SUBMITTAL SHOP DRAWING" STANDARD SHEET: A. A SITUATION PLAN DRAWING SHOWING THE BACK TO BACK PARAPET DIMENSION FOR THE LINE OF THE CULVERT SECTIONS. B. DIMENSION THE NUMBER OF PRECAST SECTIONS AND SECTION LENGTHS. C. A DETAIL OF THE PRECAST BARREL SECTIONS SHOWING A CROSS SECTION VIEW OF THE SECTION, STEEL LOCATIONS, DIMENSIONS, ETC. D. A DETAIL OF THE PRECAST CULVERT END SECTION SHOWING A CROSS SECTION VIEW OF THE SECTIONS,STEEL LOCATIONS, DIMENSIONS, ETC. SIMILAR TO THE END SECTION DETAILS SHOWN IN THE IDOT STANDARDS. THE CONTRACTOR SHALL PROVIDE ALL INFORMATION SHOWN ON THE SUBMITTAL SHOP DRAWING SHEET REGARDLESS OF WHICH PRECAST BOX OPTION IS SELECTED. APPROVAL OF DETAILS IS REQUIRED FOR "NONSTANDARD" PRECAST BOX OPTIONS AND "NONSTANDARD" END SECTION OPTIONS. BOXES AND END SECTIONS REQUIRING OPENINGS OR ATTACHMENTS SHALL BE CONSIDERED NONSTANDARD. THE CONTRACTOR SHALL ALLOW THIRTY WORKING DAYS FOR THE ENGINEER'S REVIEW PRIOR TO THE START OF FABRICATION. WALL AND SLAB PENETRATIONS SHALL BE FIELD CORED IN THE PRECAST BOX CULVERT FOR THE STORM SEWER CONNECTIONS IDENTIFIED ON SHEETS 0.0'. THRU D.03. ADDITIONAL REINFORCING SHALL BE PROVIDED IN WALLS AND SLAB TO COMPENSATE FOR REINFORCING CUT BY FIELD CORING. WALL PENETRATIONS WILL BE SIZED TO ACCOMMODATE PIPE TYPE AND DIAMETER PLUS BOOT -TYPE CONNECTOR. THE BOOT -TYPE CONNECTORS SHALL BE SELECTED FROM THE FOLLOWING PRODUCTS: •PSX:DIRECT DRIVE BY PRESS SEAL GASKET CORP. •KOR-N-SEAL 11 506 SERIES BY TRELLEBORG PIPE SEALS MILFORD • APPROVED EQUAL SLAB PENETRATIONS SHALL BE 27" IN DIAMETER. USE ADJUSTMENT RINGS AS NEEDED FOR CASTINGS TO MEET GRADE ELEVATION. DETAILS REQUIRING APPROVAL SHALL BE DESIGNED AND SEALED BY A PROFESSIONAL ENGINEER CURRENTLY REGISTERED IN THE STATE OF IOWA. BOXCAR SOFTWARE VERSION 3.1 OR LATER OR OTHER EQUIVALENT SOFTWARE CAN BE USED TO DESIGN THE PRECAST BOX CULVERT BARREL SECTIONS, PROVIDING THE ANALYSIS MEETS THE MINIMUM REQUIREMENTS ESTABLISHED FOR THE IDOT STANDARDS AS FOUND IN THE IDOT BRIDGE DESIGN MANUAL. THE MINIMUM REQUIREMENTS INCLUDE REINFORCEMENT CLEARANCE REQUIREMENTS USED IN THE "IDOT STANDARDS." PRECAST BOX CULVERT INSTALLATION NOTES: PRECAST CONCRETE BOX CULVERT SECTIONS SHALL BE LAID WITH THE GROOVE END OF EACH SECTION UP -GRADE, AND THE SECTIONS SHALL BE TIGHTLY JOINED. CONCRETE TIES TO BE USED ONLY TO HOLD BOX SECTIONS TOGETHER, NOT FOR PULLING SECTIONS TIGHT. JOINT OPENINGS BETWEEN SECTIONS SHOULD BE AS TIGHT AS PRACTICABLE AND LIMITED TO A MAXIMUM OF n INCH OPENINGS. THE JOINT ON THE BOTTOM OF THE CULVERT SHALL BE SEALED WITH A FLEXIBLE WATER TIGHT IINCH BUTYL ROPE GASKET AS PER MATERIALS I.M.491.09. BUTYL ROPE GASKET SHALL BE INSTALLED IN ACCORDANCE WITH THE RECOMMENDATIONS OF THE MANUFACTURER AND SHALL EXTEND VERTICALLY 6 INCHES ABOVE THE BOTTOM FILLET. ALL JOINTS SHALL BE TRIMMED CLEAN ON THE INSIDE AFTER SEALING. THE CONTRACTOR SHALL PLACE A 2 FOOT WIDE PIECE OF ENGINEERING FABRIC AROUND THE TOP AND SIDES OF EACH PRECAST JOINT. THE FABRIC SHALL BE CENTERED WITH IFOOT ON EACH SIDE OF THE JOINT,THE FABRIC SHALL BE ATTACHED TO THE WALLS AND TOP OF EACH SECTION TO PREVENT THE FABRIC FROM SLIPPING OFF THE JOINT DURING BACKFILLING OPERATIONS. ATTACHMENT METHODS SHALL BE APPROVED BY THE ENGINEER. THE ENGINEERING FABRIC SHALL BE IN ACCORDANCE WITH ARTICLE 4196.01, B, 3, OF THE STANDARD SPECIFICATIONS. DURING BACKFILLING THE COMPACTION ADJACENT TO THE BOTTOM CORNER RADII OR CHAMFER. SHALL BE ACCOMPLISHED WITH A MECHANICAL HAND COMPACTOR. THE CONTRACTOR SHALL FURNISH AND INSTALL LIFTING HOLE PLUGS FOR EACH SECTION. LIFTING HOLES SHALL BE PLUGGED WITH A PRECAST CONCRETE PLUG OR PLASTIC PLUG APPROVED BY THE ENGINEER,SEALED AND COVERED WITH A 2'x 2'PIECE OF ENGINEERING FABRIC CENTERED OVER THE HOLE AND ATTACHED TO THE SECTION TO PREVENT THE FABRIC FROM SLIPPING. JUNCTION BOX NOTES: THE FOLLOWING NOTES APPLY TO JUNCTION BOX STRUCTURES S-3 AND S-4 AS DETAILED IN THESE PLANS. THE EXIS71NG CONCRETE BOX CULVERT AND STORM SEWER PIPE SHALL BE CAREFULLY EXPOSED IN THE VICINITY OF THE JUNCTION BOXES. ANY DAMAGE TO THE 'EXISTING PIPE AND BOX CUI-VERT WILL BE REPAIRED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE CITY. THE TYPICAL TONGUE OR GROOVE JOINT SHALL BE OMITTED FROM THE END OF THE PRECAST RCB SECTION THAT JOINS EACH JUNCTION BOX. THE BAD BARS SHALL BE SET AS DOWELS IN DRILLED HOLES INTO THE END OF THE EXISTING CONCRETE ARCH CULVERT AND PROPOSED/EXISTING CONCRETE BOX CULVERT. HOLES ARE TO BE 10" DEEP. THE DOWELS SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURER'S RECOMMENDATIONS. BONDING AGENT SHALL BE A POLYMER GROUT SYSTEM IN ACCORDANCE WITH ARTICLE 2.301.03, F, OF THE STANDARD SPECIFICATIONS. THE CONCRETE FILLET SHALL BE PLACED AFTER THE WALLS HAVE BEEN CAST AND THE WALL FORMS ARE REMOVED.FILLET SHALL BE SHAPED TO PROVIDE A SMOOTH TRANSITION FOR FLOW WITHIN THE JUNCTION BOX. KEYWAY DIMENSIONS SHOWN ON THE PIANS ARE BASED ON NOMINAL DIMENSIONS UNLESS STATED OTHERWISE. IN ADDITION, THE BEVEL USED ON THE KEYWAY SHALL BE LIMITED TO A MAXIMUM OF 10 DEGREES FROM VERTICAL. MINIMUM CLEAR DISTANCE FROM FACE OF CONCRETE TO NEAR REINFORCING BAR IS TO BE 2" UNLESS OTHERWISE NOTED OR SHOWN. SPECIFICATIONS: DESIGN: AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 51H ED., SERIES OF 2010. CONSTRUCTION: IOWA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, CURRENT SERIES,PLUS APPLICABLE GENERAL SUPPLEMENTAL SPECIFICATIONS, DEVELOPMENTAL SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS. DESIGN STRESSES: DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH THE AASHTO LRFD BRIDGE. DESIGN SPECIFICATIONS, STH ED.,SF.RIES OF 2010: PRECAST BOX CULVERT: BAR REINFORCEMENT IN ACCORDANCE WITH AASHTO LRFD SECTION 5,GRADE 60. WELDED WIRE REINFORCEMENT IN ACCORDANCE WITH AASHTO LRFD SECTION S. CONCRETE IN ACCORDANCE WITH AASHTO LRFD SECTION 5,f'c - 5.0 KSI. JUNCTION BOX: REINFORCING STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION 5,GRADE 60. CONCRETE IN ACCORDANCE WITH AASHTO LRFD SECTION 5,f'c = 4.0 KSI. GF 0 A( CLASS 20 EXCAVATION LIMITS GRANULAR BEDDING DETAIL GRANULAR MATERIAL SHALL TERMINATE 3'-0 SHORT OF THE PRECAST CURTAIN WALL. PROJec NJ: Imoa Do CH DESIGNED or r ROKK ec ca � KE sees+�T-a"+ �) ���� 1ST AVENUE STORM SEWER IMPROVEMENTS EI PR9JEG DATE C7/I7/2013 CHF KED BY J ROSKE _ ( CAD DPTs 5/31/20 :3 12 s PN oanxw ev T e�rFl eR PHASE 2 �'� CAD TIE: xnrRVF\20 i„avuuDe OeYcnexRerere sv lmce eo..c, S� CITY OF IOWA CITY, IOWA GENERAL NOTES AND QUANTITIES HOLE --1 CE JOINT-- 4 HOLE 11-4 TAPERED HOLES PERMITTED WHEN PRECAST -- TYPICAL TIE LAYOUT NOTE: HOLES SHALL BE CAST OR DRILLED I'-4 FROM CENTERLINE OF JOINTS AS SHOWN ABOVE, UNLESS FORMS ARE SET UP FOR 1'-4 SPACING FROM OUTSIDE OF JOINT %--- WELD COUPLER TO BOLT TOP VIEW r— II 1 } a 2-8 (ADJ. I," MIN. a ADJUSTABLE TIE r --LAYER OF WELDED WIRE FABRIC WELDED WIRE FABRIC FABRIC LAYER DETAIL NOTE: WHEN MORE THAN ONE LAYER OF WELDED WIRE FABRIC IS USED TO OBTAIN THE REQUIRED REINFORCEMENT AREAS, THE WIRES OF THE WELDED WIRE FABRIC SHALL BE PLACED AS SHOWN. CUT OR BEND INSIDE REINFORCEMENT AS NECESSARY TO ACHIEVE CORNER REQUIREMENTS - 4y EXTRA STRONG PIPE l 1 1 i I 32 2-8 t AS 3y OPTIONAL REQUIRED TO PRODUCE z CANOPY TIE Q ACCEPTABLE JOINT N DETAIL A U BOLT TIE\JD # THE CONNECTIONS SHALT_ BE PLACED AT THE DOWNSTREAM ENO WHEN THE CONNECTIONS ARE PLACED INSIDE OF STRUCTURE. TONGUE END 4'-0 MINUMUM MAX. 3 #3 HAUNCH BARS D 1-0 MAX.SPACING 3 rt MAX. I #3 BAR,CUT AS NECESSARY / ! TO FIT TONGUE AT CORNERS o \J Asl GROOVE END � I I Y I I 1 I I i 0 0- I I I - 1 1 I #3 BAR I 1 ALAI IL 1 1 A ) in _ 1 Y SEE FORMING DETAIL LONGITUDINAL BARREL SECTION (REINFORCEMENT BAR OPTION SHOWN) M:. NOTES: 10 CULVERT TIES ARE TO BE 1"0 RODS. SEE THIS SHEET FOR CONNECTION DETAILS. HAUNCH SIZES ARE TO BE 12" VERTICAL, 12" HORIZONTAL ON ALL BOX SIZES. J LONGITUDINAL REINFORCEMENT DENOTED AS Ass & As6 MUST BE PLACED IN SLAB, FLOOR, AND WALLS AND MUST BE 0.06 IN2/FT. MIN. �J REFER TO SHEET V.03 FOR BARREL TO END SECTION CONNECTION TIE HOLE LOCATIONS. T5 OPTIONAL SQUARED CORNERS WITH q" TO 2" CHAMFER. U BOLT TIES ARE REQUIRED FOR BIKE, PEDESTRIAN, AND CATTLE PATHS WITH NUTS ON FILL SIDE. " CL. LONGITUDINAL :V CL. REINFORCEMENT — NYLON BOOTS ON EVERY FOURTH WIRE. PLASTIC SPACERS MAY BE UTILIZED IN LIEU OF NYLON BOOTS WHEN SPACED AT A MAXIMUM OF 46 INCHES. TRANSVERSE REINFORCEMENT BOTTOM OF FORM PLAN LONGITUDINAL REINFORCEMENT NYLON BOOTS ON EVERY FOURTH WIRE. PLASTIC SPACERS MAY BE UTILIZED IN LIEU OF NYLON BOOTS WHEN SPACED AT A MAXIMUM OF 48 INCHES. --BOTTOM OF FORM STEEL FORM OR EQUAL SECTION FORMING DETAIL -ASS (3 r-Asi SEE DETA L A R I I I'-0 MAXIMUM �5 WELDED EYE OR APPROVED EQUAL Y 1{ RADIUS CT YP.) Y, .. I ,• I II I MALL RADIUS I" CL. .," 0 As2 ASG O3 HAUNCH BARS TO EXTEND A OR BEVEL OPTIONAL TYP, #3 HAUNCH BARS MINIMUM OF 2" BEYOND INSIDE ASI,A57 OR A58 �1 ASS _ a —OUTSIDE FACE ' ---- - D L -O SPACING (TYPJ REINFORCING,BUT NOT PAST N 2'-8 (ADJ 1' MIN..) a 2'-8 (ADJ. t1 z" MIN.) q OUTSIDE REINFORCING (TYP.) � G � EYE BOLT TIE WELDED PIPE TIE Aso O ? Asl As6 -As5 TONGUE AND INSIDE FACE —I �r�_ LI I I ;� A52,As3 OR As4 2 WELDED EYE OR 2 SEE DETAIL A - (3)As5 As6 O3 TO GROOVE SHOWN As6 APPROVED EQUAL As3 BARS A5 REINFORCEMENT NOT TONGUE AND GROOVE JOINT DETAIL _ - NECESSARY TO FIT SHOWN FOR CLARITY NGUE AT CORNERS I I I _ .-AsGO 2`-8 (ADJ. *I} MIN.) X I a 2'-8 (ADJ. tI z' MIN.) e ' As8� ADD 03 In DOUBLE EYE BOLT TIE DOUBLE WELDED PIPE TIE -- s � APPROVED CONCRETE BOX TIES TRANSVERSE BARREL SECTION (REINFORCEMENT BAR OPTION SHOWN) PROJ CT NO: 111338-03 Jt 16NEJ B: T CRIA No DATE av REV310N OESCRIP1101 1 ST AVENUE STORM SEINER IMPROVEMENTS weer No. FRU CT DATE 07/ .7/2013 CHECKED 8. J RCKKE - CAD DA.E: 5/31/2013 I o:,36 PM DRAWN By J EIFFIER -- - — PHASE 2 V.02 CAD IILE: 7WB\IFA2ou1 IMDB DIICAD\RcC'c N1 �ooa oast. — CITY OF IOWA CITY, IOWA TYPICAL BARREL & BOX TIE DETAILS 3"A HOLE IN CURB AND SLAB of C, 4" TONGUE _ � OR GROOVE 2 TIES TO BARREL SECTION ------1 I s I ti t" DIAMETER CULVERT TIES (TYP.) 2�a I wA b A A I 1 v ( 1 I 1 1 wl� 1 I JOINT OPTION A I I SHOWN, SEE DETAIL 1 I A BELOW Ci I 1 o_z 1 I I 1 t o G m x� I I I I I aN� 1 I I JOINT OPTION I B SHOWN`5 I 1 o x _ — a I p Q N o w r 171 AAI iflClhl all e (REINFORCEMENT NOT SHOWN) EDGE OF 4 0 w LAP SPLICE 1-0 MAXIMUM RADIUS (TYP.) OPTIONAL SQUARED CORNER n WITH 4" TO 2" CHAMFER - HAUNCH BARS TO EXTEND A o MINIMUM OF 2" BEYOND INSIDE REINFORCING, BUT NOT PAST OUTSIDE REINFORCING (TYP.) _ --END OF GROOVE JOINT ---TONGUE DETAIL A (DETAIL SHOWN AT FLOOR; SIMILAR AT WALLS) 3o STIRRUPS 0 6" O.C. SEE TABLE FOR LONGIT.REINFORCING 3'4 HOLE WITH NO.8 DOWELS L-0 LONG JOINT OPTION B SHOWN( -- TOP TIE NOT REQUIRED IF HEIGHT H IS LESS THAN 4'-0 4 INLET FLOW DIRECTION LEVEL a OUTLET FLOW DIRECTION .\i 5fo GAL. V. STEEL �E FENCE ANCHOR 3" 0 HOLES c -TWO CULVERT -1 _ ___ --------- I - ~ TIES ARE I i L REQUI'�- 0 o� ml l'DOWELS o, Y � Z I' -o LONG Q JOINT OPTION `/ . A SHOWN ( BOTH DIRECTION IDIRECTIONS E.E �I 5" 6-0 TYP. 4'-0 MIN. }-CI CL. L SIDE ELEVATION -0 ~MIN. F -At I 8 L Ab Q 0.20 IN2/FT NO.3 BARS �l / O I' -D SPA. Y/ f—As3 (SEE TABLE) S �'J An (PERMI SIBLE LAP O �)(8 SECTION Y -Y S 1:1 BEVEL IN2/FT N0. 3 BARS aR I-0 SPA. -- ---3" DIA. HOLES TWO PER CURTAIN WALL MINIMUM02 B CONSTRUCTION NOTES: PRECAST BOX CULVERT END SECTIONS SHALL BE CONSTRUCTED IN ACCORDANCE WITH DETAILS AND NOTES, AS SHOWN BELOW: REINFORCING FOR PRECAST END SECTIONS & CURTAIN WALLS SHALL BE WELDED WIRE REINFORCING (WWR) MEETING THE REQUIREMENTS OF AASHTO -RFD SECTION 5. THE CONCRETE COVER OVER THE REINFORCING STEEL SHALT_ NOT BE LESS THAN 1.5 INCHES OR GREATER THAN 2.0 INCHES. REFER TO STANDARD SHEET PROD GI -13 FOR ADDITIONAL NOTES. REFER TO FABRIC DETAIL ON SHEET V.02 FOR MULTIPLE WWR LAYERS. OI USE TONGUE ON INLET END SECTION AND GROOVE ON OUTLET END SECTION. FILL HOLES WITH GROUT. GROUT SHALT. CONSIST OF I PART CEMENT AND 2 PARTS SAND. USE AIR ENTRAINED PORTLAND CEMENT. GROUT MIX SHALL HAVE A MAXIMUM SLUMP OF 4 INCHES. 30 THICKNESS OF FLOOR, Tb = B IN. FOR 6' SPAN, Tb = 10 IN. FOR ALL OTHER SPANS. 40 JOINT OPTION A;PROVIOE JOINT IN WALLS AND FLOOR. 'ILRMWATE JOINT AT HAUNCH. SEE DETAIL A ON THIS SHEET. 50 JOINT OPTION B:PROVIDE JOINT IN WALLS,FLOOR AND HAUNCH. `6 HAUNCH DIMENSION TO MATCH BARREL HAUNCH SIZE. MINIMUM LONGITUDINAL REINFORCEMENT SHALL BE 0.06 SQ. INCHES PER PERIPHERAL FOOT ON ALL FACES OF THE END SECTION,EXCEPT IN THE TONGUE AND GROOVE AREA. V LAP SPLICES SHAT -I BE CLASS C AND SHALL BE DESIGNED ACCORDING TO THE AASHTO -KtU BRIDGE DESIGN SPECIFICATIONS. At & Ab REINF. SPAN I At Ab S (FT) (I N2/FT) (IN'/FT) 9 1 0.31 0.59 DIMENS. I Ah & As3 REINF. SPAN SECTION Hi. Ah S (FT) H TFT) (I Nz/FT) REQUIRED As3 ON /FT) 9 1 0.24 0.24 q NOTE: H IS THE LARGEST VERTICAL DIMENSION OF THE SECTION. I� U I N i0i As3 (SEE TABLE) An REINFORCEMENT, SEE TABLE. SPLICES ALLOWED AT CL OF SPAN ONLY, PRECAST CURTAIN WALL) SECTION Z -Z PARAPET LONGII REINFORCING SPAN S (FT) REQUIRED BAR SIZE 9' 1 #6 SMALL RADIUS OR BEVEL OPTIONAL LONGITUDINAL I' CL. REINFORCING Try Ahs �, OUTSIDE FACE h m 4 INSIDE FACE As3 OR A54 #4 LONGITUDINAL BARS LONGITUDINAL REINFORCING 2'-6' LONG AT I-0" ON WELDED TER RQ DED WIRE REINFORCING TONGUE AND GROOVE JOINT DETAIL BENT BAR DETAILS 6 –8—� 5fa 30 NOTE: ALL DIMENSIONS ARE OUT TO OUT. D = PIN DIAMETER. APRON DIMENS. BOX APRON RISE LENGTH RIFT) L(FT) 4 IO' -3 DOWEL SETTING NOTE THE ETC, BARS MAY BE SET AS DOWELS IN DRILLED HOLES. HOLES SHALL BE DRILLED TO THE DEPTH REQUIRED TO ACHIEVE BAR EMBEDMENT AS SHOWN IN THE "SIDE ELEVATION" DETAIL. THE DOWELS SHALL BE INSTALLED IN ACCORDANCE WiTH THE MANUFACTURER'S RECOMMENDATIONS. EITHER OF THE FOLLOWING SYSTEMS MAY BE USED AS A BONDING AGENT: A, POLYMER GROUT SYSTEM SHALL BE IN ACCORDANCE Willi ARTICLE 2301.03,17,01' THE STANDARD SPECIFICATIONS. B. HYDRAULIC CEMENT GROUT SYSTEMS.DRILLED HOLES ARE TO BE 22' TIMES THE DOWEL DIAMETER AND ARE TO BE BLOWN CLEAN WITH COMPRESSED AIR IMMEDIATELY PRIOR TO PLACING GROUT. THE HYDRAULIC CEMENT GROUT SHALL BE ONE OF THOSE APPROVED IN MATERIALS I.M.491.13. PRCJEC n0: IIIL08 AO DESIGNED 3Y rCINA NO RAIL TY PCVISIfN VStfl IP TICK ��`� 1ST AVENUE STORM SEWER IMPROVEMENTS sHaer no. PRfdEC 9AiE C9/13/2C 13 _ _ CHILE ED l f1r J KW,eI - - r` / C10 DAI-: S/31/2013 1261 36 PM DN}VY BT J E14FLEfE _ -f PHASE 2 y ,03 cno rl r x�Cav azo r\l:mca oo��A^�Rrrr.. .yi nre nay,.. CITY OF IOWA CITY, IOWA PRECAST END SECTION DETAILS all e (REINFORCEMENT NOT SHOWN) EDGE OF 4 0 w LAP SPLICE 1-0 MAXIMUM RADIUS (TYP.) OPTIONAL SQUARED CORNER n WITH 4" TO 2" CHAMFER - HAUNCH BARS TO EXTEND A o MINIMUM OF 2" BEYOND INSIDE REINFORCING, BUT NOT PAST OUTSIDE REINFORCING (TYP.) _ --END OF GROOVE JOINT ---TONGUE DETAIL A (DETAIL SHOWN AT FLOOR; SIMILAR AT WALLS) 3o STIRRUPS 0 6" O.C. SEE TABLE FOR LONGIT.REINFORCING 3'4 HOLE WITH NO.8 DOWELS L-0 LONG JOINT OPTION B SHOWN( -- TOP TIE NOT REQUIRED IF HEIGHT H IS LESS THAN 4'-0 4 INLET FLOW DIRECTION LEVEL a OUTLET FLOW DIRECTION .\i 5fo GAL. V. STEEL �E FENCE ANCHOR 3" 0 HOLES c -TWO CULVERT -1 _ ___ --------- I - ~ TIES ARE I i L REQUI'�- 0 o� ml l'DOWELS o, Y � Z I' -o LONG Q JOINT OPTION `/ . A SHOWN ( BOTH DIRECTION IDIRECTIONS E.E �I 5" 6-0 TYP. 4'-0 MIN. }-CI CL. L SIDE ELEVATION -0 ~MIN. F -At I 8 L Ab Q 0.20 IN2/FT NO.3 BARS �l / O I' -D SPA. Y/ f—As3 (SEE TABLE) S �'J An (PERMI SIBLE LAP O �)(8 SECTION Y -Y S 1:1 BEVEL IN2/FT N0. 3 BARS aR I-0 SPA. -- ---3" DIA. HOLES TWO PER CURTAIN WALL MINIMUM02 B CONSTRUCTION NOTES: PRECAST BOX CULVERT END SECTIONS SHALL BE CONSTRUCTED IN ACCORDANCE WITH DETAILS AND NOTES, AS SHOWN BELOW: REINFORCING FOR PRECAST END SECTIONS & CURTAIN WALLS SHALL BE WELDED WIRE REINFORCING (WWR) MEETING THE REQUIREMENTS OF AASHTO -RFD SECTION 5. THE CONCRETE COVER OVER THE REINFORCING STEEL SHALT_ NOT BE LESS THAN 1.5 INCHES OR GREATER THAN 2.0 INCHES. REFER TO STANDARD SHEET PROD GI -13 FOR ADDITIONAL NOTES. REFER TO FABRIC DETAIL ON SHEET V.02 FOR MULTIPLE WWR LAYERS. OI USE TONGUE ON INLET END SECTION AND GROOVE ON OUTLET END SECTION. FILL HOLES WITH GROUT. GROUT SHALT. CONSIST OF I PART CEMENT AND 2 PARTS SAND. USE AIR ENTRAINED PORTLAND CEMENT. GROUT MIX SHALL HAVE A MAXIMUM SLUMP OF 4 INCHES. 30 THICKNESS OF FLOOR, Tb = B IN. FOR 6' SPAN, Tb = 10 IN. FOR ALL OTHER SPANS. 40 JOINT OPTION A;PROVIOE JOINT IN WALLS AND FLOOR. 'ILRMWATE JOINT AT HAUNCH. SEE DETAIL A ON THIS SHEET. 50 JOINT OPTION B:PROVIDE JOINT IN WALLS,FLOOR AND HAUNCH. `6 HAUNCH DIMENSION TO MATCH BARREL HAUNCH SIZE. MINIMUM LONGITUDINAL REINFORCEMENT SHALL BE 0.06 SQ. INCHES PER PERIPHERAL FOOT ON ALL FACES OF THE END SECTION,EXCEPT IN THE TONGUE AND GROOVE AREA. V LAP SPLICES SHAT -I BE CLASS C AND SHALL BE DESIGNED ACCORDING TO THE AASHTO -KtU BRIDGE DESIGN SPECIFICATIONS. At & Ab REINF. SPAN I At Ab S (FT) (I N2/FT) (IN'/FT) 9 1 0.31 0.59 DIMENS. I Ah & As3 REINF. SPAN SECTION Hi. Ah S (FT) H TFT) (I Nz/FT) REQUIRED As3 ON /FT) 9 1 0.24 0.24 q NOTE: H IS THE LARGEST VERTICAL DIMENSION OF THE SECTION. I� U I N i0i As3 (SEE TABLE) An REINFORCEMENT, SEE TABLE. SPLICES ALLOWED AT CL OF SPAN ONLY, PRECAST CURTAIN WALL) SECTION Z -Z PARAPET LONGII REINFORCING SPAN S (FT) REQUIRED BAR SIZE 9' 1 #6 SMALL RADIUS OR BEVEL OPTIONAL LONGITUDINAL I' CL. REINFORCING Try Ahs �, OUTSIDE FACE h m 4 INSIDE FACE As3 OR A54 #4 LONGITUDINAL BARS LONGITUDINAL REINFORCING 2'-6' LONG AT I-0" ON WELDED TER RQ DED WIRE REINFORCING TONGUE AND GROOVE JOINT DETAIL BENT BAR DETAILS 6 –8—� 5fa 30 NOTE: ALL DIMENSIONS ARE OUT TO OUT. D = PIN DIAMETER. APRON DIMENS. BOX APRON RISE LENGTH RIFT) L(FT) 4 IO' -3 DOWEL SETTING NOTE THE ETC, BARS MAY BE SET AS DOWELS IN DRILLED HOLES. HOLES SHALL BE DRILLED TO THE DEPTH REQUIRED TO ACHIEVE BAR EMBEDMENT AS SHOWN IN THE "SIDE ELEVATION" DETAIL. THE DOWELS SHALL BE INSTALLED IN ACCORDANCE WiTH THE MANUFACTURER'S RECOMMENDATIONS. EITHER OF THE FOLLOWING SYSTEMS MAY BE USED AS A BONDING AGENT: A, POLYMER GROUT SYSTEM SHALL BE IN ACCORDANCE Willi ARTICLE 2301.03,17,01' THE STANDARD SPECIFICATIONS. B. HYDRAULIC CEMENT GROUT SYSTEMS.DRILLED HOLES ARE TO BE 22' TIMES THE DOWEL DIAMETER AND ARE TO BE BLOWN CLEAN WITH COMPRESSED AIR IMMEDIATELY PRIOR TO PLACING GROUT. THE HYDRAULIC CEMENT GROUT SHALL BE ONE OF THOSE APPROVED IN MATERIALS I.M.491.13. PRCJEC n0: IIIL08 AO DESIGNED 3Y rCINA NO RAIL TY PCVISIfN VStfl IP TICK ��`� 1ST AVENUE STORM SEWER IMPROVEMENTS sHaer no. PRfdEC 9AiE C9/13/2C 13 _ _ CHILE ED l f1r J KW,eI - - r` / C10 DAI-: S/31/2013 1261 36 PM DN}VY BT J E14FLEfE _ -f PHASE 2 y ,03 cno rl r x�Cav azo r\l:mca oo��A^�Rrrr.. .yi nre nay,.. CITY OF IOWA CITY, IOWA PRECAST END SECTION DETAILS DIMENS. I Ah & As3 REINF. SPAN SECTION Hi. Ah S (FT) H TFT) (I Nz/FT) REQUIRED As3 ON /FT) 9 1 0.24 0.24 q NOTE: H IS THE LARGEST VERTICAL DIMENSION OF THE SECTION. I� U I N i0i As3 (SEE TABLE) An REINFORCEMENT, SEE TABLE. SPLICES ALLOWED AT CL OF SPAN ONLY, PRECAST CURTAIN WALL) SECTION Z -Z PARAPET LONGII REINFORCING SPAN S (FT) REQUIRED BAR SIZE 9' 1 #6 SMALL RADIUS OR BEVEL OPTIONAL LONGITUDINAL I' CL. REINFORCING Try Ahs �, OUTSIDE FACE h m 4 INSIDE FACE As3 OR A54 #4 LONGITUDINAL BARS LONGITUDINAL REINFORCING 2'-6' LONG AT I-0" ON WELDED TER RQ DED WIRE REINFORCING TONGUE AND GROOVE JOINT DETAIL BENT BAR DETAILS 6 –8—� 5fa 30 NOTE: ALL DIMENSIONS ARE OUT TO OUT. D = PIN DIAMETER. APRON DIMENS. BOX APRON RISE LENGTH RIFT) L(FT) 4 IO' -3 DOWEL SETTING NOTE THE ETC, BARS MAY BE SET AS DOWELS IN DRILLED HOLES. HOLES SHALL BE DRILLED TO THE DEPTH REQUIRED TO ACHIEVE BAR EMBEDMENT AS SHOWN IN THE "SIDE ELEVATION" DETAIL. THE DOWELS SHALL BE INSTALLED IN ACCORDANCE WiTH THE MANUFACTURER'S RECOMMENDATIONS. EITHER OF THE FOLLOWING SYSTEMS MAY BE USED AS A BONDING AGENT: A, POLYMER GROUT SYSTEM SHALL BE IN ACCORDANCE Willi ARTICLE 2301.03,17,01' THE STANDARD SPECIFICATIONS. B. HYDRAULIC CEMENT GROUT SYSTEMS.DRILLED HOLES ARE TO BE 22' TIMES THE DOWEL DIAMETER AND ARE TO BE BLOWN CLEAN WITH COMPRESSED AIR IMMEDIATELY PRIOR TO PLACING GROUT. THE HYDRAULIC CEMENT GROUT SHALL BE ONE OF THOSE APPROVED IN MATERIALS I.M.491.13. PRCJEC n0: IIIL08 AO DESIGNED 3Y rCINA NO RAIL TY PCVISIfN VStfl IP TICK ��`� 1ST AVENUE STORM SEWER IMPROVEMENTS sHaer no. PRfdEC 9AiE C9/13/2C 13 _ _ CHILE ED l f1r J KW,eI - - r` / C10 DAI-: S/31/2013 1261 36 PM DN}VY BT J E14FLEfE _ -f PHASE 2 y ,03 cno rl r x�Cav azo r\l:mca oo��A^�Rrrr.. .yi nre nay,.. CITY OF IOWA CITY, IOWA PRECAST END SECTION DETAILS PROPOSED 7'-0 a 4-0 'RECAST RCB CULVERT 10 9'-0 EXISTING 15'4' RCP I ING 6'-0 x RCB CULVER' W.A.C.) m EXISTING 45"x73" CONCRETE ARCH PIPE O 4.2 - 0 c C z u a y- a Q � 0 402- 22 1 02- 2i' 11-4 20 SP.0 6 = 10'-0: 21 - 5m2 FI -4 _- 10 SP. ® 1'-0 = 10'-0; 11 - 431 401 I L_ O t= ----------- I--------- ________2' 4 20 SP.O 6 10'-0; 21 - 51N2 I 2'- 8a 3`6 ID SP. e L-0 - I0'-0; II - 40l Ic I 4 4 1 F--BAS-LINE & CL 7'-0 x 4'-0 1_ _ 'TOPRENF. PRECAST RCB CULVERT 1 o d • 5'-4 1 1 i —2'-34' HOLE FOR SW -602 1 i I TYPE 0 CASTING I I 1 401 436 4al 15 SP, 0 9 ll' -3; 16 6ml 1-4 2SP. I`-0 I4 SP. e 1'-0 = 1'-,1' .. I'-0 3 SP. @ 9 10} 5 401 3-401 111-8 T 1 LOCATION in STATION - -)- _ _ -I CL JUNCTION BOX —I 1 - I � I I 2'-6 � I ry 1 4'-68' 4'-58' o� I �A A i m EXISTING 45"x73" CONCRETE ARCH PIPE O 4.2 - 0 c C z u a y- a Q � 0 402- 22 1 02- 2i' 11-4 20 SP.0 6 = 10'-0: 21 - 5m2 FI -4 _- 10 SP. ® 1'-0 = 10'-0; 11 - 431 401 I L_ ' I BOTTOM.. RE INF. I• C JUNCTION BOX �( 1• • I t= 4 20 SP.O 6 10'-0; 21 - 51N2 I ID SP. e L-0 - I0'-0; II - 40l Ic I 4 4 'TOPRENF. I• I • I ( I I 1 401 436 4al 15 SP, 0 9 ll' -3; 16 6ml 1-4 2SP. I`-0 I4 SP. e 1'-0 = 1'-,1' .. I'-0 3 SP. @ 9 10} 5 401 3-401 111-8 PLAN NOTE: SLAB PLAN SECTIONS A -A THIRD D -D, FLOOR PLAN = = SEE SHEET V.05 - P30Jhl. N!l� 11 008 DO UE [' F BY; GIIA GATE 8T flE4I51GN JESGRIPi ION ��� SHEET N0. PWJEC-LC DATND: -COS DO e OLSEWIEDFCKED B • eoXXE ___ 1 'IST AVENUE STORM SEWER IMPROVEMENTS CAr WE: 5/31120:3 a � s �N 0no-wm er � EIFP: Pe � PHASE 2 V.04 CAD a=, .:"ra vl,1111 e0c�eno�aerore �i1.008OD.sl. n ( ( �0 CITY OF IOWA CITY, IOWA JUNCTION BOX STRUCTURENO.S-3DETAILS t= 4 20 SP.O 6 10'-0; 21 - 51N2 4 ID SP. e L-0 - I0'-0; II - 40l 4 4 432. 5k2 r _5m2," m - 0 A ti BD TOP REINF. 1 '^ z m i �fE JUNCTION BO% v a I 61<3 4aS—wl a Q I (CENTERED re `" N = •� ( ON OPENING} i• z `" - d a. vr 4RBOTTRE (.. v vi 4a3 m� 404 �• o mA o N (• �N -6kl o.1e = m o 4el - n ' I I o m m _ 432 •4o75k2• • •��-4o1• r 4al 52' 13 SP.0 9 = 9-9; 14 Gkl 5, ,2z 2 SP.I' 0 SP. R L-0 4' 0 1' 0 3 SP. N 9 4 4 4 .4 & 102,1N 5 - 437 }� 1�4 - 4al 3-4al 10'-8 PLAN NOTE: SLAB PLAN SECTIONS A -A THIRD D -D, FLOOR PLAN = = SEE SHEET V.05 - P30Jhl. N!l� 11 008 DO UE [' F BY; GIIA GATE 8T flE4I51GN JESGRIPi ION ��� SHEET N0. PWJEC-LC DATND: -COS DO e OLSEWIEDFCKED B • eoXXE ___ 1 'IST AVENUE STORM SEWER IMPROVEMENTS CAr WE: 5/31120:3 a � s �N 0no-wm er � EIFP: Pe � PHASE 2 V.04 CAD a=, .:"ra vl,1111 e0c�eno�aerore �i1.008OD.sl. n ( ( �0 CITY OF IOWA CITY, IOWA JUNCTION BOX STRUCTURENO.S-3DETAILS ---- JUNCTION BOX 5k2 6kl 4e2 � I—�-4el ---Shc � 4°4 4bl I 402 & 4bII 4b 10 J A DIMENSION TO MATCH RCB CULVERT GEOMETRY I— 6kl <--CL JUNCTION BOH T -5k2 Ii 4e2 —Del 5d -0°5 4b3 0 0 5dl J u w 'o S SECTION E -E ¢n� OF IGNEO 9Y T CITU 5k2 Shc I --- 4e2 I— 4e l 0! SNetr Na. N_0 ------�`. 4bl'D ---- — Fath PHASE2 CIT70FIOWACITY,IOWA JUNCTION BOX STRUCTURE NO. &3 DETAILS NN — 5dl SPACING,( & 4b4 0 4b3 4°I �' ---_ (TYP.)Q _-.b ti 4°2 m Shc Z 4b 13 _...j k 4b1 - b n 4b64b2 EAU _.SUN SPACING, 4b10 . I - m Q1 - z -- 4b2 -I10 (TYP.Ic-Ai & AEG N 4b3 & „ CONCRETE I�FILLET 4b12 o DEC c 462 m a -0°I 2 --Ii S' 0a JE 2'-C IO •. �A, IL m i d v 4b9 + 4020---- m L -4f2 —4f1 L406 1 Sm2 BEVELED 2x4 KEYWAY m -0bl (TYP. TOP 3 4'-2 I' 9 e ---�� TO MATCH CONCRETE ARCH PIPE GEOMETRY CI G SECTION C -C CONCRETE 4b9 F w BOTT.OF WELL ,D j --- --- O ELEV.= 680.75 a — rn DIEU ----- oI _ m ° L:• .----Sm2 :. 4b2DO•• L5m2IL L4f2 \_-4f1 v 6ml 4a3 Shc BEVELED 2x-0 KEYWAY (TYP. TOP & BOTTCM) NfOR OTE: p //}}N p IONOF SECTIONS A -A THOU D -D, SECTION D -D SECTIOB -B SEE SHEET O �4f2 W2 W2� o '' v Sm2 -4fl BEVELED 2x4 KEYWAY �� m --6m1 (TYP.TOP & BOTTOM) —I w w � c a - � z w � SECTION A -A a o A DIMENSION TO MATCH RCB CULVERT GEOMETRY I— 6kl <--CL JUNCTION BOH T -5k2 Ii 4e2 —Del 5d -0°5 4b3 0 0 5dl J u w 'o S SECTION E -E ¢n� PROJECT NO: III000 00 OF IGNEO 9Y T CITU 5k2 1ST AVENUE STORM SEWER IMPROVEMENTS --- 4e2 I— 4e l 0! SNetr Na. N_0 ------�`. PRC. -CT DATE 07111712013 _ cICONED av a0te CAD Due: DwizmP 12;51 ;37 Pn PF .. er a.eiF a CAD FILE . x:Yca�CY2DULI1mos Dcyre0IRefem YII DDe Dc sT ---- — Fath PHASE2 CIT70FIOWACITY,IOWA JUNCTION BOX STRUCTURE NO. &3 DETAILS I 1 — 4b2 -0bII D _-.b m Shc Z 4b 13 _...j k 4b1 - b n EAU _.SUN SPACING, 4b10 . I - m Q1 - z -- 4b2 (TYP.Ic-Ai & AEG N 4b3 & „ CONCRETE I�FILLET 4b12 o DEC c 462 m a -0°I '.I � •. �A, IL m i d v 4b9 + 4020---- m L -4f2 —4f1 L406 1 Sm2 BEVELED 2x4 KEYWAY m -0bl (TYP. TOP & BOTTOM) 4'-2 I' 9 e AA DIMENSION TO MATCH CONCRETE ARCH PIPE GEOMETRY ~ G SECTION C -C PROJECT NO: III000 00 OF IGNEO 9Y T CITU 1ST AVENUE STORM SEWER IMPROVEMENTS SNetr Na. N_0 DATE _ BI' REVISION OE�CRIPImy PRC. -CT DATE 07111712013 _ cICONED av a0te CAD Due: DwizmP 12;51 ;37 Pn PF .. er a.eiF a CAD FILE . x:Yca�CY2DULI1mos Dcyre0IRefem YII DDe Dc sT ---- — Fath PHASE2 CIT70FIOWACITY,IOWA JUNCTION BOX STRUCTURE NO. &3 DETAILS V. 05 E-� --. _-.b m Shc _...j k 4b1 - b n _.SUN SPACING, 4b10 . I - -- v (TYP.Ic-Ai 4b3 & „ n o DEC c v a -0°I '.I � •. �A, M m i d v 4b9 + 4020---- m m a P / a� o I y h m -0bl 10 I`-9 e 4'-2 I' 9 e A`-2 10 e ~ G CONCRETE 4b9 3 j FILLET j - 4j3 4j2 O I :4�O3 — rn ° L:• .----Sm2 :. �^ L5m2IL L4f2 \_-4f1 v 6ml 4a3 Shc BEVELED 2x-0 KEYWAY (TYP. TOP & BOTTCM) NfOR OTE: p //}}N p IONOF SECTIONS A -A THOU D -D, SECTION D -D SECTIOB -B SEE SHEET O PROJECT NO: III000 00 OF IGNEO 9Y T CITU 1ST AVENUE STORM SEWER IMPROVEMENTS SNetr Na. N_0 DATE _ BI' REVISION OE�CRIPImy PRC. -CT DATE 07111712013 _ cICONED av a0te CAD Due: DwizmP 12;51 ;37 Pn PF .. er a.eiF a CAD FILE . x:Yca�CY2DULI1mos Dcyre0IRefem YII DDe Dc sT ---- — Fath PHASE2 CIT70FIOWACITY,IOWA JUNCTION BOX STRUCTURE NO. &3 DETAILS V. 05 E-� 7'-0 x 4'-0 PRECAST RCB CULVERT 4 4 RE 1 I I � I 1 1 I I 1 i G. JUNCTION BOX I ) I 1 1 I 1 I 1 I I i I - -4b5 - 4bS-- 4 b7 �-4al 1401 —) 'L _ 4b2 4b3 PART SECTION THRU WALL l 0 00 TO a I BENT BAR DETAILS 2'-5 4b4 3'-5 4b5 � 4 b F q� 4'-2 4b2 4'-6 4b3 , k D=3< .. 5dl 4'-2 DUG I._6 1 4'-6 14b7 MIN. LAP - 4'-4 14b8 D=2 4 j 1 TO BAR 11-6 MIN. LAP __,!�l R=1' -O 3'-10 TO � BAR 4j2 D-33 1'-6 MIN. LAP / 5k2 t R=I' -2 4J3 TO `t BAR NOTE: ALL DIMENSIONS ARE OUT TO OUT. D PIN DIAMETER. 4b12 Mj s 6'-3 4b13 CONCRETE PLACEMENT QUANTITIES ONE JUNCTION BOX EXISTING QUANTITY 6-0 x 3'-6 6.6 RCB CULVERT 10'-8 (U.A.C.) 4 4 20 SR. Q 6 = 10'-0) 21 - 5k2 y 10 SP.0 I'-0 = 10'-C; 11 - 4o1 y._ r 4bl �5k2 18 22 7'-0 7-0 84 103 4a3 404 WALL, VERT., BELOW OPENING BOTH FACES _ -- WALL VERT., ABOVE OPENING, 80TH FACES JUNCTION BOX STRUCTURE NO. S-3 DETAILS 12 14 l'-4 I'-8 11 16 405 4o6 WALL, VERT., ABOVE OPENING, BOTH FACES WALL VERT., BELOW OPENING, INSIDE FACE 4o4 4al 9b9 ,.,, o m 1' 10_ 11-9 15 6 4a7 408 WALL VERT., ABOVE OPENING, INSIDE FACE WALL, DIAGONAL, AT CORNERS � , - 4a2 2' 3 41-0 8 H JUTS- 1 I I � I 1 1 I I 1 i G. JUNCTION BOX I ) I 1 1 I 1 I 1 I I i I - -4b5 - 4bS-- 4 b7 �-4al 1401 —) 'L _ 4b2 4b3 PART SECTION THRU WALL l 0 00 TO a I BENT BAR DETAILS 2'-5 4b4 3'-5 4b5 � 4 b F q� 4'-2 4b2 4'-6 4b3 , k D=3< .. 5dl 4'-2 DUG I._6 1 4'-6 14b7 MIN. LAP - 4'-4 14b8 D=2 4 j 1 TO BAR 11-6 MIN. LAP __,!�l R=1' -O 3'-10 TO � BAR 4j2 D-33 1'-6 MIN. LAP / 5k2 t R=I' -2 4J3 TO `t BAR NOTE: ALL DIMENSIONS ARE OUT TO OUT. D PIN DIAMETER. 4b12 Mj s 6'-3 4b13 CONCRETE PLACEMENT QUANTITIES ONE JUNCTION BOX LOCATION QUANTITY FLOOR 6.6 WALLS SLAB 5.1 7.5 TOTAL (CY) 1 19.2 NOTE: CONCRETE FILLET IS NOT INCLUDED IN THE CONCRETE PLACEMENT QUANTITIES SHOWN ABOVE. CONCRETE (INCLUDING FILLET)AND REINFORCING STEEL ARE CONSIDERED INCIDENTAL TO THE 'STORM JUNCTION BOX, 12 FT. x 9 FTP BID ITEM ADNOTE: FiELD TRIM BARS AS REQUIRED TO PROVIDE 2' CLEARANCE TO WALL/SLAB OPENINGS. RnJECT REINFORCING BAR LIST ONE JUNCTION BOX - BAR LOCATION SHAPE NO. LENGTH WEIGHT 4ol 4a2 WALLS, VERT., INSIDE FACE -- WALL VERT., BOTH FACES — -AD onreoa 5/31/2013i2oia _ 12:51:37 __ CH -KEE o,o �jEIFFrE3' — <esr: x_xcex:,muv,laueaoxeuoFere�e 18 22 7'-0 7-0 84 103 4a3 404 WALL, VERT., BELOW OPENING BOTH FACES _ -- WALL VERT., ABOVE OPENING, 80TH FACES JUNCTION BOX STRUCTURE NO. S-3 DETAILS 12 14 l'-4 I'-8 11 16 405 4o6 WALL, VERT., ABOVE OPENING, BOTH FACES WALL VERT., BELOW OPENING, INSIDE FACE 12 5 1' 10_ 11-9 15 6 4a7 408 WALL VERT., ABOVE OPENING, INSIDE FACE WALL, DIAGONAL, AT CORNERS 5 4 2' 3 41-0 8 H JUTS- WALL, DIAGONAL, AT CORNERS 4 3'-6 9 4bl WALLS, HORIZ., OUTSIDE FACE F-7 10_ 15'-0 IDO 4b2 _ WALLS HORIZ., OUTSIDE FACE L 10 7'-7 51 4b3 WALLS HOPI Z., OUTSIDE FACE L 10 9'-1 61 4b4 WALLS HORIZ., INSIDE FACE F- IS 3-10 46 4b5 WALLS HOPI Z., INSIDE FACE F- 9 4-10 29 4b6 4b7 WALLS, HORI Z., INSIDE FACEF_ WALLS, HORIZ. INSIDE FACE r 8 8 5-7 5-1 30 32 4b8 9b9 WALLS, HORIZ., INSIDE FACE WALLS, HORIZ., NSIDL FACE F_ 7 10 51-9 W-4 _27 69 41BIO _4b —i WALLS, HORIZ., BOTH FACES WALLS, TORI Z., BOTH FACES 8 4 13'-4 _ 1 10-4 71 28 4b12 4b13 _ARCH WALL, AT OPENING,.BOTH FACES -- ARCH WALL,AT OPEN NG, BOTH FACES (1 2 2 _ 6'-10 I0'-8 9 14 5dl FLOOR & WALL, DOWEL F_ 51 2'-7 137 4el SLAB LONCIT., BOTTOM 13 10-4 90 4.21 SLAB LONG IT., TOP 8 10-4 55 4f. I FLOOR LONGIT., TOP 13 17 -4 98 4f2 I FLOOR, LONG.T., BOTTOM 8 1I 4 61. 9jl 4j2 SLAB, HOOP AT OPENING, BOTH FACES Q WALL HOOP AT OPENING BOTH FACES Q 2 2 91-9 7'-10 13 10 4j3 WALL, HOOP AT OPENING, BOTH FACES Q 2 8' 10 12 Gk Sk2 SLAB, TRANSV., BOTTOM WALLS, VERT., OUTSIDE FACE 14 42 13'-4 6'-7 280 288 6k3 SL AB, ADDITIONAL REIFF. AT OPENING, BOTTOM 2 5'-5 16 6m1 FLOOR, TRANSV., TOP 16 13-10 332 5m2 WALLS, VERT., OUTSIDE FACE L 42 10'-6 460 REINFORCING STEEL - TOTAL (L B) 2682 ADNOTE: FiELD TRIM BARS AS REQUIRED TO PROVIDE 2' CLEARANCE TO WALL/SLAB OPENINGS. RnJECT uo -oeTt er n:.vls:ar+ ccscmancu 1ST AVENUE STORM SEWER IMPROVEMENTS sneer vo. — -AD onreoa 5/31/2013i2oia _ 12:51:37 __ CH -KEE o,o �jEIFFrE3' — <esr: x_xcex:,muv,laueaoxeuoFere�e � � PHASE2 em OF IOWA CITY, IOWA JUNCTION BOX STRUCTURE NO. S-3 DETAILS V.06 TING 6-0 x 3-6 PROPOSED 9-0 x 4'-0 RCB CULVERT - PRECAST RCB CULVERT (U.A.C.) 7'-8 0 1-0 6'-0 O 32 10 SP 8a = 7 Solll 6m2 I' 3z 4q II SP. @ 1'0 T0. 8 bal 6-10,; 12 Sot 4q 1 �P 0 0 7'-0' 8 501 1'-4 4 i SF. 0 al 4 -o I• I 4T2 I 4e2 0 4,02 - -6m2 - 1 - - <- -6k2 a. 4a2 r a - v 0 - '^ z • � iTOP REINF. I �. BOTTOM REINF. a m r JUNCTION BOX I• 4a3 ft '�'._ - J o a •.I - �� 3 w I N 4a5 -- i N ENTERED I,. Q JUNCTION BOX -: ri m 1 ON OPENING) `n N .. 40 4 + @I � i � 6d N • i Q oA • 0,,, N • . • V Nv TOP R i4- 9fl earl m 0 4o2 ---,,•I I.. _5el v a v a' 6ml '� ti vai o 1-. -8kl < K N o 0 _907-... BTT.RE 1402 I. 402 ti 2i ( II SP.O 9 - e-3; 12 - 6ml 2z 4 7 SP.Q 1'-0 = 7'-0;8 - 8K 4 8'-8 11 7'-8 FLOOR PLAN SLAB PLAN +uecT No none 00 _ of NNIO or _LCI RCJE T BAIF 07/://20:3 CFFCKFJ BY a0 Jt iE `/�:/AB 3 :2 8a Pn DRAWN B J FIF=..ER < < �:aE. x x^�vF,zou�aoDB DD�crD�Rcre,e x:uooa co.,x. NC oaTE By aens:M DE9CR:Prmn 1 �. /' Fickh IST AVENUE STORML1SEpWEgR IMPROVEMENTS PI IAJE G em oPIOWA clTv,IOWA JUNCTION BOX STRUCTURE NO. S-4 DETAILS saFET Na. A/ �/ ,O7 mY �', ��� o_I f_ _ _ _ - _ _ _ _ - I I t o al i � - I 1 3-10 I m -BASELINEa JUNCTON BOX & I I- JUNCTION I -LOCATION 9'-0 x 4 '- 0 PRECAST BOX I STATION ROB CULVERT _ - A � i --BASELINE I EXISTING I I G' -C x 3-6 RCB CULVERT I m I - 12-4 I -12-0Q HOLE N I_ I _ y _ _ _ _ _ IFOR SW -602 o (TYPE E CASTING I --IT---- ri- C II I1 I C o - Q i i I 1 m 3' -Ie 2'-10g PLAN "OTE: FOR SECTIONS A -A THRU C -C, SEE SHEET V.08. 32 10 SP 8a = 7 Solll 6m2 I' 3z 4q II SP. @ 1'0 T0. 8 bal 6-10,; 12 Sot 4q 1 �P 0 0 7'-0' 8 501 1'-4 4 i SF. 0 al 4 -o I• I 4T2 I 4e2 0 4,02 - -6m2 - 1 - - <- -6k2 a. 4a2 r a - v 0 - '^ z • � iTOP REINF. I �. BOTTOM REINF. a m r JUNCTION BOX I• 4a3 ft '�'._ - J o a •.I - �� 3 w I N 4a5 -- i N ENTERED I,. Q JUNCTION BOX -: ri m 1 ON OPENING) `n N .. 40 4 + @I � i � 6d N • i Q oA • 0,,, N • . • V Nv TOP R i4- 9fl earl m 0 4o2 ---,,•I I.. _5el v a v a' 6ml '� ti vai o 1-. -8kl < K N o 0 _907-... BTT.RE 1402 I. 402 ti 2i ( II SP.O 9 - e-3; 12 - 6ml 2z 4 7 SP.Q 1'-0 = 7'-0;8 - 8K 4 8'-8 11 7'-8 FLOOR PLAN SLAB PLAN +uecT No none 00 _ of NNIO or _LCI RCJE T BAIF 07/://20:3 CFFCKFJ BY a0 Jt iE `/�:/AB 3 :2 8a Pn DRAWN B J FIF=..ER < < �:aE. x x^�vF,zou�aoDB DD�crD�Rcre,e x:uooa co.,x. NC oaTE By aens:M DE9CR:Prmn 1 �. /' Fickh IST AVENUE STORML1SEpWEgR IMPROVEMENTS PI IAJE G em oPIOWA clTv,IOWA JUNCTION BOX STRUCTURE NO. S-4 DETAILS saFET Na. A/ �/ ,O7 �', ��� A DIMENSION TO MATCH RCB CULVERT GEOMETRY I -SYMMETRICAL ABOUT CL JUNCTION BOX & PRECAST RCB CULVERT Skl -5d2 :-4a4 4101 - �A i - 4b7J o o -41 - 41014 b Sol 8d Shc & 5,02 4b4--SPACING,(TYP.) Oa 4b2 1-D o MQ 407 402 o- 10 2.-0 W' o - - 1 -CONCRETE i m 0 ''.. 3 �~ / FILLET I - t -6m2 L -4f2 C--4fl BEVELED 2x4 KEYWAY L--6ml (TYP. TOP & BOTTOM) SECTION B -B SECTION C -C NOTE: FOR LOCATION OF SECTIONS A -A THOU C -C, SEE SHEET V.07. R3JEE N0: 111009 OJ USIGHFO 3V I CIH' 33JLC JATE 07/1'7/2013--- cHECREO RY aaKkF AC DAT 5/312.13 12 51 38 HM ORAdM1 BY J EIFFLER CADFILP' xlCg%jL\231n1uc0aoD�cAowelere sAll,coeDazo- Nv DA`F 0r REYISIC4 DL$2R 'ICN F0�h 1ST AVENUE STORM SEWER IMPROVEMENTS PNAaSE G CITY OF IOWA CITY, IOWA '�--Ct JUNCTION BOX SHFFT NO. �$ ..- _ _ - r-8kI 6k2 1 --4e2/. Sel 5d3 405 4b2 MP N - - Ma Ell — A - a D m 5dl & 41G7 —J 4b2 + SPACING,(TYP.)' d 0,n po _ - 4106 Mo- D V4104 406 WSo In - -002 .n 4bl -- —_ N W/2 W/2 0 e QW d 10 3-06 1 3'-6 2-6 4-06 10 ----. ---- ~ W N.. o CONCRETE 1O FF I LLET ..-..... - 1107 m BOT T. OE WELL V m' ELEV. = 679.81 bdl < ---. I U a "^-3 i 6m2 '-4f2 4fl 403 BEVELED 2x4 KEYWAY L6ml Shc (TYP. TOP & 80 i TOM) SECTION -� SECTION A -A A DIMENSION TO MATCH RCB CULVERT GEOMETRY I -SYMMETRICAL ABOUT CL JUNCTION BOX & PRECAST RCB CULVERT Skl -5d2 :-4a4 4101 - �A i - 4b7J o o -41 - 41014 b Sol 8d Shc & 5,02 4b4--SPACING,(TYP.) Oa 4b2 1-D o MQ 407 402 o- 10 2.-0 W' o - - 1 -CONCRETE i m 0 ''.. 3 �~ / FILLET I - t -6m2 L -4f2 C--4fl BEVELED 2x4 KEYWAY L--6ml (TYP. TOP & BOTTOM) SECTION B -B SECTION C -C NOTE: FOR LOCATION OF SECTIONS A -A THOU C -C, SEE SHEET V.07. R3JEE N0: 111009 OJ USIGHFO 3V I CIH' 33JLC JATE 07/1'7/2013--- cHECREO RY aaKkF AC DAT 5/312.13 12 51 38 HM ORAdM1 BY J EIFFLER CADFILP' xlCg%jL\231n1uc0aoD�cAowelere sAll,coeDazo- Nv DA`F 0r REYISIC4 DL$2R 'ICN F0�h 1ST AVENUE STORM SEWER IMPROVEMENTS PNAaSE G CITY OF IOWA CITY, IOWA JUNCTION BOX STRUCTURE NO. SADETAILS SHFFT NO. �$ ..- _ _ - EXISTING PROPOSED 6'-0 9`-0 x 4'-0 RCB CULVERT PRECAST (U.A.C.) 7 8 RCB CULVERT 4a 11 SP.0 7i 6 IOzp 12 6k2 1' 41 T'l 4 7 SP. ® 1'-0 T 0, a- 5al ~ REINFORCING BAR ONE JUNCTION LIST - BOX - 501 4b4 4b3 SHAPE I NO. LENGTH v Sal , -FCC `" 402 ---. 7'-3 U ro WALL VERT., BOTH FACES 22 7-2 105 4a3 WALL VERT., BELOW OPENING, BOTH FACFS 12 m a f- I8 4a2ELQ WALL VERT., ABOVE OPENING, BOTH FACES 18 5 17 EL WALL, VERT., ABOVE OPENING, BOTH FACES JUNCTION BOX 1-2 9 I I I i I i WALL, DIAGONAL, AT CORNERS 9 I I I 1 I I ___ - 9 0 WALL, DIAGONAL,AT CORNERS I i 4 - m �+ AS� 1D 4a2 -v M, _ n -- 13' 1 96 - 4b4 L4c2_ (—j II 14-I 103 4b3 4bl L LI -0 SECTION THRU WALL BENT BAR DETAILS Cl 5d3 '----"' I'-2 5d2 r �z F7_ , D=2 � 4 Shc n D 2i 6 n n MIN. LAP �,Q /'4b3 1�/--R-L-2< 4j ITO CL BAR 11-6 � _ I MIN. LAP -,D 4z J R-2'-O,' TO � BAR- 6k2 6m2 4j2 NOTE: ALL DIMENSIONS ARE OUT TO OUT. D = PIN DIAMETER. CONCRETE PLACEMENT QUANTITIES - ONE JUNCTION BOX LOCATION QUANTITY FlDOR5.3 WALLS ---- ---- 4.7 SLAB TOTAL (CY) 1 14.6 NOTE; CONCRETE FILLET IS NOT INCLUDED IN THE CONCRETE PLACEMENT QUANTITIES SHOWN ABOVE. CONCRETE (INCLUDING FILLET)AND REINFORCING STEEL ARE CONSIDERED INCIDENTAL TO THE 'STORM JUNCTION BOX, 13 FT. A, 6 FT: BIO ITEM. * k * *NOTE: FIELD TRIM BARS AS REQUIRED TO PROVIDE 2" CLEARANCE TO WALL/SLAB OPENINGS. REINFORCING BAR ONE JUNCTION LIST - BOX BAR LOCATION SHAPE I NO. LENGTH 'WEIGHT_ Sal WALLS, VERT., INSIDE FACE lG 7'-3 121 4a2 WALL VERT., BOTH FACES 22 7-2 105 4a3 WALL VERT., BELOW OPENING, BOTH FACFS 12 2-3 I8 404 WALL VERT., ABOVE OPENING, BOTH FACES 18 5 17 4c5 WALL, VERT., ABOVE OPENING, BOTH FACES 12 1-2 9 406 WALL, DIAGONAL, AT CORNERS 9 3-6 ___ - 9 407 WALL, DIAGONAL,AT CORNERS 4 4'-0 II 4bl WALLS, HOT I Z., OUTSIDE FACE n H 13' 1 96 462 WALLS, HORIZ., OUTSIDE FACE (—j II 14-I 103 4b3 WALLS, HORIZ., INSIDE FACE L 20 3' 10 51 _ 464 WALLS, HOR I Z., INSIDE FACE 22 7'-4 10B 4b5 WALLS HORIZ., INSIDE FACE 7 Y-6 16 4b6 WALLS HORIZ., INSIDE FACE 7 41-6 21 4bI WALLS, HORIZ., BOTH FACES IO W-4 96 Stll FL=OR & WALL, DOWEL � 23 2'-7 62 5tl2 SLAB, DOWEL 10 2'-5 25 5d3 51 AB, DOWEL J 7 2'-1 15 5el SLAB, LONGIT., BOTTOM ''. 14 T-4 107 4e2 SLAB, LONGIT. TOP 8 7`-4 39 4fl FLOOR,LONGI T. TOP 14 i 3-4 78 4*2 FLOOR, LONGIT., BOTTOM 1 8 1 8-4 45 4j1 SLAB, HOOP AT OPENING, BOTH FACES I 0 2 9'0 12 4j2 WALL, HOOP AT OPENING, BOTH FACES I 2 14'-3 19 Ski SLAB, TRANSV., BOTTOM 8 14'-4 306 6k2 WALLS, VERT., OUTSIDE FACE F_ 24 6'-11 249 8k3 SLAB, ADDITIONAL REINF. AT OPENING, BOTTOM 2 7-0 37 6mI FLOOR, TRANSV., TOP 12 ''. 14' 10 '.. 267 6m2 WALLS, VERT., OUTSIDE FACE 22 ''. 10' 6 ''. 347 REINFORCING STEEL -TOTAL (LB)'', 2389 *NOTE: FIELD TRIM BARS AS REQUIRED TO PROVIDE 2" CLEARANCE TO WALL/SLAB OPENINGS. -1 RE_V SION OES='41Pi ON PROJE i NO: 111008-00 UESIGV C 6 CIA NO OATE BY --_-EEI IST AVENUE STORM SEWER IMPROVEMENTS 0 /Ii0tO PROJE T DAiE 2 CHF KFC 8Y J FOKKE EIPFLER - Foth PHASE p V.09 GAO OAiE: 5/3/20 3 12.51;38 PM ORfibN BY J — JUNCTION BOX STRUCTURE NO. S-4 DETAILS CAD FILE k,cRVE\zOu%U100930\Ur\Rer... s1um0e 30.11 CITY OF IOWA CITY, IOWA Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)356-5410 RESOLUTION NO. 13-192 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 18, 2013 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF PHASE 2 OF THE FIRST AVENUE STORM SEWER IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the First Avenue Storm Sewer Improvements account # 3626. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 18th day of June, 2013, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 4th day of June 20 13 &-�A MAYOR Approved by ATTEST: )� y./�L� f CITY ERK City Attorney's Office S�/z�Il3 pweng\maslerslsetph doc ii11 Resolution No. 13-1 Page 2 It was moved by Mims and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton ADVERTISEMENT FOR BIDS 1s` Avenue Storm Sewer Improvements Phase 2 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2'30 PM. on the 17th day of July, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23rd day of July, 2013, or at special meeting called for that purpose. The Project will involve the following: The construction of storm sewer improvements upstream and downstream cf 1" Avenue approximately 935 feet northeast of Lower Muscatine Road. Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 828 CY of excavation, 3,990 SY of PCC pavement, 71 SY of HMA parking lot pavement, 534 LF of 7 ft x 4 ft reinforced concrete box culvert, 622 LF of 9 ft x 4 ft reinforced concrete box culvert, 236 LF of storm sewer, storm sewer structures and appurtenances, 199 LF of trenchless sanitary sewer services, pavement markings, erosion control, seeding, and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by Foth Infrastructure and Environment, LLC, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are or file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and past bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. AF -1 Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 5'h 2013 Intermediate Completion Dates: Phase 1 —Stage 1: September 16'" 2013 All Phases and Stag eses: Novem Completion Date: May 9'0, 2014 Liquidated Damages: $800.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the office of the City Engineer of Iowa City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $35.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. A refund will be issued if re - useable plans and specifications are returned to the City of Iowa City within 14 days of the project award date. 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 Economic Development at (515) 2424721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contractshall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal AF -2 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. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Al Prepared by Jason Havel, Public Works, 410 E_ Washington St., Iowa City, IA 52240 (319) 356-5410 RESOLUTION NO. 13-210 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF PHASE 2 OF THE FIRST AVENUE STORM SEWER IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. 8 Ounnn� WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held, and WHEREAS, funds for this project are available in the First Avenue Storm Sewer Improvements account # 3626. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 17t' day of July, 2013. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 23rd day of July, 2013, or at a special meeting called for that purpose. Passed and approved this 18th day of June 20 13 4-Ak Z24" MAYOR Approved by ATTEST:_ 13a4,c4-iLJ K ._kl% CITY RK City Attorney's Office A013 pwen9Wasterstres appp&s.doc 6/13 Resolution No. 13-210 Page 2 It was moved by Dobyns and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: Dickens the ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton Printers Fee $ .) 1- —15 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITEZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper --I— time(s), on the following date(s): Legal Cl Subscribed and sworn to b ' re me this day of A.D. 201. Notary Public *FLINDAKROTZ ission Number 732614 Commission Expires January 27 2014 I OFFICIAL PUBLICATIOPJ NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR PHASE 2 OF THE 1ST AVENUE STORM SEWER IMPROVEMENTS 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 lona City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of Phase 2 of the 1st Avenue Storm Sewer Improvements Project in said city at 7:00 p.m. on the 13th day of June, 2013, said meeting to be held in the Emma J. Harvat Hall in tha City Hall, 410 E Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City C.Oenell thereafter as post- ed by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said Improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K_ KARR, CITY CLERK June 11, 2013 F 's Fee $ 45ATE OF PUBLICATION ATE OF IOWA, SON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 1, � o ,i being duly sworn, say that I am the legal clerk of the IOWA CM PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I tical on the following date(s): -`l A/E 45 l 7i Legal CJ Subscribed and sworn to b,fi e me this Jzs­_i4day of A.D. 20/x. Notail Public •r„r c LINDA ICROTZ Commission Number 732619 My Com misston Expites o+• • Janua 27, 2014- OFFICIAL PUBLICATION OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS City, and shall guarantee the tat Avenue Storm Sewer prompt payment of all materials Improvements and labor,. and also protect and Phase 2 save harmless the City from all Sealed proposals will be claims and damages of any kind received by the City Clerk of the caused directly or indirectly by the City of Iowa City, Iowa, until 2:30 operation of the contract, and shall PM. on the 17th day of July, 2013. also guarantee the maintenance of Sealed proposals will be opened the improvement for a period of immediately thereafter by the City five (5) year(s) from and after its Engineer or designee. Bids sub- completion and formal acceptance muted by fax machine shall not be by the City Council. deemed a "sealed bid” for purpos- es of this Project. Proposals The following limitations shall received drier this deadline will be apply to this Project: returned to the bidder unopened. Specified Start Date: August 51h, Proposals will be acted upon by 2013 the City Council at a meeting to be Intermediate Completion Dales: held in the Emma J. Harvat Hall at Phase 1 — Stage 1: September 7:00 P.M. on the 23s] day of July, 16th, 2013 2013, or at special meeting called All Phases and Stages: for that purpose. November 22nd 2013 Completion Date: May 9th 2014 The Project will involve the follow - ng' The construction of storm sewer improvements upstream and downstream of 1 st Avenue approx- imately 935 feet northeast of Lower Muscatine Road. Project Includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 828 CY of excavation, 3,990 SY of PCC pavement, 71 SY of HMA parking lot pavement, 534 LF of 7 ft x 4 ft reinforced concrete box culvert, 622 LF of 9 it x 4 It reinforced con- crete box culvert, 236 LF of storm sewer, storm sewer structures and appurtenances, 199 LF of trench - less sanitary sewer services, pave- ment markings, erosion control, seeding, and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by I Infrastructure and Environment, LLC, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are en 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 accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety In the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CIN, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a peri- od of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price, said bond to be issued by a responsible surety approved by the Liquidated Damages: $800.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies ofsaidplans and specifications and form of proposal blanks may be secured at the office of the City Engineer of lova City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bid- ders. A $35.00 refundable fee is required for each set of plans and specifics - tions provided to bidders or other interested persons. The fee shall be in the form of a check, made pay- able to: Treasurer of the City of Iowa City, Iowa. A refund will be issued if re -usable plans and spec- ifications are returned to the City of Iowa City within 14 days of the project award date. Prospective bidders are advised that the City of Iowa City desires to employ minor- ity contractors and subcontractors on City projects. A listing of minor- ity contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shell submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extend- ed dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts 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 resi- dent 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 techm cantles and irregularities. Published upon order of the City Council of Iowa City, Iowa MARIAN K. KARR, CITY CLERK r. 111,,ii9o, June 25, 2013 -P"D3 -.�- 2 WROM Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5410 RESOLUTION NO. 13-226 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF PHASE 2 OF THE FIRST AVENUE STORM SEWER IMPROVEMENTS PROJECT. WHEREAS, Ricklefs Excavating, Ltd. of Anamosa, Iowa, has submitted the lowest responsible bid of $1,213,062 for construction of the above-named project; and WHEREAS, funds for this project are available in the First Avenue Storm Sewer account # 3626. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Ricklefs Excavating, Ltd., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 23rd day of July 20 13 ATTEST, 1pt. � CITY CtERK 9 `�A A MAYOR Approved by / City Attorneys Office -7/i7��3 It was moved by Champ; o and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES X X X x X X pwenglmasterslawrd=i doc 7113 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton 3 o d Prepared by. Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5410 RESOLUTION NO. 15-1 RESOLUTION ACCEPTING THE WORK FOR PHASE 2 OF THE FIRST AVENUE STORM SEWER IMPROVEMENTS PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of Phase 2 of the First Avenue Storm Sewer Improvements Project, as included in a contract between the City of Iowa City and Ricklefs Excavating, Ltd. of Anamosa, Iowa, dated May 31, 2013, be accepted, and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office. and WHEREAS, funds for this project are available in First Avenue Storm Sewer account #3626, and WHEREAS, the final contract price is $1,223,246.16. 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 6th day of January 20 15 C� MAYOR Approved by ATTEST: / �i" /C�Gua % Uzi �ftsP CITY CLERK City Attorney's Office It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Dickens X Dobyns X Hayek X Mims X Payne X Throgmorton