Loading...
HomeMy WebLinkAboutHEBL AVE IMPROVEMENT PROJECT 2017HEBL AVENUE IMPROVEMENTS PROJECT 2017 26 -Apr -2017 Plans, Specs, proposal and contract 02 -May -2017 Res 17-143, setting a public hearing O8 -May -2017 Notice of Public Hearing 16 -May -2017 Res 17-174, approving plans, specs, form of agreement, and estimate of cost 17 -May -2017 Notice to Bidders 20 -Jun -2017 Res 17-208, awarding contract 04 -Dec -2018 Res 18-328, accepting the work CITY OF IOWA CITY o �rn DEPARTMENT OF PUBLIC WORKS � ENGINEERING DIVISION l' cn . PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY, IOWA 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 the State of Iowa. SIGNED: DATE: /� I Scott B. Pottorff, P.E. Iowa Reg. No. 16932 My license renewal date is December 31, 2017. SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS.......................................................................... NOTE TO BIDDERS............................................................................. FORM OF PROPOSAL......................................................................... BIDBOND............................................................................................. FORM OF AGREEMENT...................................................................... PERFORMANCE AND PAYMENT BOND ............................................ CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) ................................. WAGE THEFT POLICY........................................................................ GENERAL CONDITIONS...................................................................... SUPPLEMENTARY CONDITIONS....................................................... BIDDER STATUS FORM...................................................................... SPECIAL PROVISIONS........................................................................ TELECOMMUNICATIONS.................................................................... APPENDIX 1 —SOILS INFORMATION (FOR REFERENCE ONLY) TECHNICAL SPECIFICATIONS Page Number AF -1 NB -1 FP -1 1=111ii1 AG3 v Pq cr. ............. 'CC -1 W T -_I GC -1 SC -1 BF -1 SP -1 TC -1 The 2017 EDITION of the SUDAS STANDARD SPECIFICATIONS, published by the Iowa SUDAS Corporation, as modified by SUPPLEMENTAL SPECIFICATIONS are hereby incorporated into this project manual and shall be taken and considered as a part of the latter the same as if it were completely set out therein. NOTICE TO BIDDERS 2017 HEBL AVENUE IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 7th day of June, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20th day of June, 2017, or at special meeting called for that purpose. The Project will involve the following: The work will consist of improvements to Hebl Avenue between IWV Road and the Iowa City Landfill. including Class 10 excavation. PCC paving, storm sewer, RCB box culvert, field fence, fiber optic conduit, seeding and associated traffic control and staging. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., of Iowa City Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. ti Each proposal shall be completed on a form furnished by the City and must be sut?itted,. in a sealed envelope. In addition, a separate sealed envelope shall be subffitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% ofthebid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder, fails to enter into a contract within ten (10) calendar days of the City Council's award -of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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: Late Start Date: July 10, 2017 Specified Completion Date: October 27, 2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the City of Iowa City Engineering Division, 410 E. Washington Street, Iowa AF -1 City, Iowa, by bona fide bidders. A $25 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the dxtent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. ; C7 -C N The City reserves the right to reject any or all proposals, and also reservescthe ftht to waive technicalities and irregularities. M Posted upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 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. 2. 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 and Bidder Status Form Envelope 2: Form of Proposal NB -1 N a_ :-4 M N rn c� NB -1 FORM OF PROPOSAL 2017 HEBL AVENUE IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. v Iowa City, IA 52240 EG 1 The undersigned bidder submits herewith bid security in ount -of $ in accordance with the terms set forth in the "Project- Spec tion S. The undersigned bidder, having examined and determined the scope of the-Contraett Documents, hereby proposes to provide the required labor, services, materials arhd *uipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 T -O N 2017 Hebl Avenue Improvements Project No. Item Code Item Unit Unit Price Total Price 1 1070-206-A-3 Traffic Control LS 2 2010-108-C-3 Clearin and Grubbin LS 3 2010-108-D-1 On Site To soil CY 4 2010-108-E-0 Excavation Class 10 Roadwa and Borrow Rn CY 5 2010-108-E-0 Excavation Class 10 For Tem orar Pavin CY 6 2010-108-F-0 Below Grade Excavation Core Out CY 7 2010-108-G-0 Su rade Pre aration SY 8 2010-108-I-0 Subbase Modified 6" Thick SY 9 2010-108-I-0 Subbase Modified 4" Thick for Drives 369 SY 10 2010-108-I-0 Subbase 1" Clean Crushed Stone 6" Thick for Box Culvert 125 SY 11 2010-108-J-2 Removal of Culverts 9 EA 12 3010-108-C-0 Trench Foundation 100 TONS 13 3010-108-D-0 Replacement of Unsuitable Backfill Material, Granular Backfill 75 CY 14 3010-108-E-1 Granular Trench Bac fill, Class A Roadstone, 15" storm Sewer 59 LF 15 4020-108-A-1 Storm Sewer, Trenched, RCP, Class 3, 12" Dia. 147 LF 16 4030-108-A-1 Culvert, Trenched, RCP, Class 3, 12" Dia. 189 LF 17 4030-108-A-1 Culvert, Trenched, RCP, Class 3, 15" Dia. 157 LF 38 4030-108-B-0 Flared End Section, RCP, Class 3, 12" Dia. 7 EACH 19 4030-108-B-0 Flared End Section, RCP, Class 3, 15" Dia. 6 EACH 20 4040-108-A-0 Longitudinal Subdrain, Type 2, 4" 5,783 LF 21 4040-108-C-0 Subdrain Cleanout, Type A-1 4 EA 22 4040-108-D-0 Subdrain Outlet, DR -304 6 EA 23 5010-108-B-1 Steel Casing Pipe for Water Main, 24", Trenched 50 LF 24 6010-108-5-0 Intake, SW -512, 24" 1 EA 25 7010-108-A-0 PCC Pavement, 10" 6,768 SY 26 7010-108-I-1 PCC Pavement Sampling and Testing 1 LS 27 7010-108-M-0 Removal of PCC Pavement 66 sY 28 7030-108-H-1 PCC Driveway, 6" 369 SY 29 7030-108-H-2 Granular Driveway, Class A Crushed Stone, 6" 101 TONS 30 7040-108-G-0 Pavement scarification 5,486 SY 31 7040-108-H-0 Removal of HMA Pavement 1,098 SY 32 9010-108-A-0 Seeding, Fertilizing and Mulching, Permanent, Type 2 4 AC 33 9030-108-B-0 Trees, with Warranty 17 EA 34 9040-108-A-2 SWPPP Management 1 LS 35 9040-108-3-0 Rip Rap, Class E 50 TONS 36 9e40 -108-Q-1 Silt Fence 3,094 LF 37 9040-108-Q-3 Removal of Silt Fence 3,094 LF 38 11010-108-A-0 Construction Survey - --- 1 LS 39 11020-108-A-0 Mobilization 1 40 11030-108-B-0 Painted Pavement Markings, Waterborne or Solvent' 0 100.85 STA 41 11030-108-F-0 JWet, Retroflective Removable Tape Markings 1.44 STA 42 11040-108-A-0 IMaintenance of Postal Service 1 Ls 43 11040-108-B-0 IMaintenance of Solid Waste Collection T W 44 2122-5500060 Paved Shoulder, HMA, 6" 2240 BY 45 2312-8260250 Granular Surfacing on Road, Crushed Stone 650 TONS 46 2402-0425040 Flooded Backfill 58 CY 47 - 2402-2720000 Class 20 Excavation 275 CY 48 2415-2111005 Precast Concrete Box Culvert, 10'x5' 60 LF 49 2415-2201005 Precast Concrete Box Culvert End Section, 10'x5' 2 EACH 50 2519-2000020 Fence, Channel Cross., Type B 20 LF 51 2519-3280000 Fence, Field 2334 LF 52 2519-3300400 Field Fence Brace Panel 24 EA 53 2519-3750016 Gate, Field Fence, 16' 2 EA 54 2519-3750020 Gate, Field Fence, 20' 2 EA 55 2519-4200140 Removal of Fence, Field 1,551 LF 56 2523-0000200 Electrical Circuit 2,630 LF 57 2523-0000310 Handhole and Junction Box 3 EA 58 2528-8400256 Temporary Traffic Signal 1 LS 59 2528-9290050 Portable Dynamic Message Sign 15 DAY TOTAL BASE BID Alternate Bid #1 60 1 2519-3280000 Fence, Field 1 1,2501 LF 61 1 2519-3300400 lField Fence Brace Panel 31 EA 62 1 2519-4200140 IRemoval of Fence, Field 1,2501 LF Alternate Bid #2 0l `1, lIJ t� ";�I :,110 S 8 kV 9Z 110LIUZ TOTAL ALTERNATE #1 TOTAL ALTERNATE #2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Name: Type of Work: Aoox $ Amnt: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: - -. Printed Name: - :•� ,�,., Title: Address: Phone: Contact: 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 2017 Hebl Avenue Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (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 ttm 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., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney 1 -W FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain Plans, Specifications, Proposal and Bid Documents dated the day of , 20, for the 2017 Hebl Avenue Improvements Project ("Project"), 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 Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional compone+t-pertsc%hichare incorporated herein by reference: a. Addenda Numbers : attached b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Contractor's Completed Bidder Status Form; attached hereto i. Contractor's Completed Contract Compliance Program (Anti -Discrimination Requirements); attached hereto j. Proposal and Bid Documents; and k. This Instrument. AG -1 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 approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amnt: By ATTEST: Mayor ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office 4. Payments are to be made to the Contractor in accordance with the Supplementary N O Conditions. DATED this day of�Lo� (i') rn CitV Contractor 17) By ATTEST: Mayor ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. o 'J WHEREAS, Contractor has, as of entered into a( ° (date) s written Agreement with Owner for the 2017 Hebl Avenue Improvements Project; and 3 WHEREAS, the Agreement requires execution of this Performance and Payment?Bond to c,n be completed by Contractor, in accordance with plans and specifications prepared by MMS Consultants, Inc., which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 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 determina- tion 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 7c3 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. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of 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 subcontrac- tors, 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, ate a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 'rly�a IN THE PRESENCE OF: Witness Witness NNN -� M DAY OF �n (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITY OF IOWA CITY J L'J MANN - co A N- Y • 9 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. N T PROVISIONS: a -e7j 1. 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 Q-1y's Contract Compliance Program. Emergency contracts may be exempt from this provision at'Me discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about 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. mgAasst\contractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. _..I : J Where is this statement posted? o t � 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgr\asst\contractcompliance.doc 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 Phone Number Signature Title N O Print Name Datecn w N M y T1 mgAassAcontractcompliance.doc CC -3 SECTION 111- SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF r� Your staff should be aware of and be required to abide by your EquaEEmployment.,Opportunity program. All employees authorized to hire, supervise, promote, or discharge loyaes or are involved in such actions should be trained and required to comply with your polrndrttte cyrrent equal employment opportunity laws. n [ M 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. 12/01 mgAassflcontractcompliance.doc CC4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N O O CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital; status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) s `7 D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of 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: CC -6 Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interEreted narrowly. (Ord. 03-4105, 12-16-2003) o 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) ; 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy') o �7 J 1. Application. The Wage Theft Policy applies to the following: n v 1 a. Contracts in excess of $25,000 for goods, services or public improvements. n7N; . b. Contracts for discretionary economic development assistance. "Discretionary" ecopomic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 WAGE THEFT AFFIDAVIT 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by WT -2 Signature on Notary Public in and for the State of 20 N _O STATE OF J COUNTY ) c-') N cn c-) Crn a iii I, upon being duly sworn, state as follows: o -D 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by WT -2 Signature on Notary Public in and for the State of 20 GENERAL CONDITIONS Division 1, General Provisions and Covenants of the Statewide Urban Design and Specifications (SUDAS) "Standard Specifications Manual," 2017, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N 0 c-) no p� M -'r O 7 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance'c� �a1 S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others ? s S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 1 of the SUDAS "Standard Specifications Manual," 2016, 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 SUDAS STANDARD SPECIFICATIONS. "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. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to Section 1080, 1.07 of the SUDAS STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (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� 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 hislhdr responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 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. SC -2 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 skid period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a mlAimum 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. d. "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 Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on 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. OW C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. ; Add the following paragraph to Section 1050, 1.03 of the SUDAS. ST�NDA SPECIFICATIONS: --in Cr. 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-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to Section 1020, 1.12 of the SUDAS STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to Section 1070, 1.01 of the SUDAS STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. SC -4 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 -11 S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of=the Cib/s Wage Theft Policy, which is included with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. Measurement and payment for bid items on this project shall be as outlined in SUDAS Specifications for the section referred to in the item code listed on the plans. Bid items that use Iowa DOT bid item numbers shall refer to Iowa DOT Standard Specifications for measurement and payment information for those items. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-12 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC -5 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: /—/—to / / Address: ! `° City, State, Zip: Dates: /—/—to / / Address: City, State, Zip: Dates: /—/—to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. J ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules.' Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be-zvarded to the lowest responsible bidder; to clarify that only office addresses, not construction works, must, [ be reported; to remove a reference to perjury; and to change the deadline for submitting-a+stalie7nent to — Ci N the public body. -+n rn Paragraph 156.2(2)`b" was changed by deleting the phrase "under this Act." r— Subrule 156.2(3) was changed by adding new paragraph "k" concerning construe 4 cottiract registration, and by clarifying that compliance with only one of the lettered paragraphs -ii the;ubrnl is necessary. a Paragraph 156.2(4)`b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability, clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875 --Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least time years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a VDor force working on a public improvement is a resident of a particular state or country. v l "Subsidiary, " when used with respect to any specified person or entity, is an affifi co tiled b� such specified person or entity directly or indirectly through one or more intermedi _.I ry =ice 875-156.2(73A) Reporting of resident status of bidders. r 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded'W-; the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the catitmissi6itr. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the fust advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the adoration (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial?Sport, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a staid aer%n Iowet- the corporation (1) has received a certificate of authority from the Iowa secretary o, (�$as fi eT its most recent biennial report with the secretary of state, and (3) has neither rece' certificate .,t withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a constructionVgntractor'' pursuant to Iowa Code chapter 91 C. =3 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875--156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subtitle 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. o 156.4(3) Availability of written complaint form. The written complaint form shalLrfe available in all division offices and on the department of workforce development's Internet Web site.-, 2 v u i 875-156.5(73A) Nonresident bidder record-keeping requirements. While particit"g iwa public improvement, a nonresident bidder from a home state or foreign country with a resident labgr force preference shall make and keep, for a period of not less than three years, accurate records of all 'workers employed by the contractor or subcontractor on the public improvement. The records shalt inCilr'de each worker's name, address, telephone number if available, social security number, trade classificttilon, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter N M f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference;--qr, faWing the expiration of the time in which a party may file a written request for an informal conference, -tie dr'ftsion may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/14] [Published 1/8/14] EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 SPECIAL PROVISIONS 2017 HEBL AVENUE IMPROVEMENTS PROJECT CITY OF IOWA CITY, IOWA 1. Work on this project may commence as soon as possible after award. Final project completion, including satisfactory completion of all corrective work identified on the project "Punchlist," is October 27, 2017. Liquidated damages of $500.00 per working day shall be assessed for work beyond the completion date. 2. This project is a sales tax exempt project. The City of Iowa City will issue certificates to the awarded bidder and subcontractors as needed. 3. The City of Iowa City shall obtain and pay for NPDES General Permit #2 and prepare the project's SWPPP before the start of the project. The Contractor shall be responsible for all required weekly and event inspections and maintaining and updating the SWPPP for the duration of the project. The SWPPP Management bid item shall also include the following: installation and maintenance of a rock construction entrance, furnishing and maintaining a portals restroom facility for workers on site and installing a concrete washout area. Also included is removal and disposal of these items at the completion of construction. ` r.. a ro Pa� 4. Contractor may use areas outside of the ROW on property owned by the City`o'k1wa�Ai the cast side of Hebl Avenue for equipment and materials storage. Any areas used for storage that arq--jl outside of the area of disturbance of the project shall be restored by the Contractor to P'Aexisting3 condition. 0 5. Contractor shall be responsible for maintaining postal service along project as outlined iir SURAS Section 1070, 2.14. 6. Subgrade preparation item shall include the work to prepare the pavement subgrade and includes compaction of the subgrade to 95% Standard Proctor Density. Street subgrades shall pass proofroll test with loaded dump truck prior to placement of subbase rock. If areas of subgrade do not pass proofroll test, coreout and backfill with additional depth of modified subbase may be authorized by the Engineer and paid for with the Core Out bid item. The Core Out item shall include removal of unsuitable subgrade soils and replacement with granular material as specified. 7. Removal and reinstallation of the existing white decorative fence along the east side of Hebl Avenue shall be included in the grading bid items. 8. Removal and reinstallation of existing signs shall be incidental to traffic control. 9. Removal and reinstallation of existing fence and gates to connect to existing east/west fence shall be included in the fencing items. Any additional length of fencing installed to connect to existing fencing shall be paid with appropriate items. Contractor shall be responsible for coordinating with adjacent property owner to maintain and relocate electric fence. Contractor shall coordinate with adjacent property owner to maintain fencing during construction for livestock. 10. The contractor is encouraged to utilize hydraulic seeding for permanent seeding, fertilizing and mulching. If hydraulic seeding is not used, straw mulch shall be applied in accordance with SUDAS Section 9010, 2.07, A. The Contractor shall perform permanent seeding after August SP -1 10'h and prior to the completion date of October 27h. The contractor shall perform watering of the seeded areas a minimum of 3 times after placement of seed. There shall be a minimum of 48 hours between watering events and a minimum of 48 hours between any rain event in excess of 0.5" and the next watering event. The contractor shall provide water as well as hoses, sprinklers and other equipment as required to complete watering of the entire seeded area. Use enough water to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. Acceptance of seeding shall be as outlined in Section 9010, 3.10 of the SUDAS Specifications. 0339256Special Provisions.doc 4/25/2017 SP -2 N C? J �ya�y ,l r•i � � � r�Q 7 TELECOMMUNICATIONS PART1 GENERAL 1.01– Section Includes A. HDPE duct B. HDPE mechanical coupling C. Duct plug D. Pull tape E. Handhole and cover F. Ground bar and termination hardware G. Geotextile materials H. Locate / tracer wire 1.02 - Code Compliance A. All work and materials shall comply with the most recent rules, codes, and regulations, including but not limited to the following: 1. Occupational Safety and Health Act Standards (OSHA) 2. NFPA 70 - National Electrical Code (NEC) o -} 3. ANSI/IEEE C-2,1997 National Electrical Safety Code 4. All other applicable Federal, State, and local laws and regulations t? ami 1.03 - Submittals A. Submit product data for each of the following: =t� 1. HDPE duct o 2. HDPE mechanical coupling 3. Duct plug 4. Pull tape 5. Handhole and cover 6. Ground bar and termination hardware 7. Geotextile materials 8. Locate / tracer wire B. Submittal Procedures 1. Within five working days after receipt of the Contract and prior to the pre -construction conference or any payments, the Contractor shall submit to the Owner for timely review a schedule of submittals listing each required submittal as identified in Paragraph 1.03- A. 2. Submit the following information for approval prior to ordering and installation into the project. a. Manufacturer name b. Manufacturer part number c. All relevant specification and description information necessary for the Owner TC -1 to validate that the material submitted is in fact the material specified. 3. Transmit each submittal with transmittal letter indicating: date, project title, and contractor's name and address. 4. Apply Contractor's stamp. Sign or initialed submittal certifying that review, verification of products required, and dimensions are in accordance with the requirements of the work and Contract Documents. 5. Submit the number of copies that the Contractor requires, plus three (3) copies that will be retained by the Owner. Mail or deliver submittals to: City of Iowa City y. Attn: Trent Hansen v Hyl 410 East Washington Street C-) -C' ry r" �� Iowa City, IA 52240 Cn , , t— ,- si 3 6. Submittals will be reviewed by the Owner and returned to the Comra6t6? eithgr approved as submitted, approved with comments, or rejected with cotnment&-;�[f rejected, Contractor shall correct and resubmit as required, identifying all changes made since previous submittal. 7. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.04 - Manufacturer's Instructions A. When specified in specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, adjusting, and finishing, in quantities specified for Shop Drawings and materials brochures. B. Unless otherwise stated, where installation requirements identified in the Standards conflict with the manufacturer's recommendations, the more restrictive shall be applied. C. Notify Engineer of conflicts between manufacturers' instructions and Contract Documents. 1.05 - Quality Assurance A. Full compliance with engineered design and specifications is required. Performance criteria included in the references shall be met. Test data shall verify system performance. PART2 PRODUCTS 2.01 - Materials A. HDPE Duct 1. Acceptable Manufactures: Endot, Arnco, Carlon, Dura -line, or approved equal. 2. Product Description: High Density Polyethylene (HDPE), ASTM D 3035, SDR 11. UL Listed, smooth interior and exterior wall. Non -plenum rated. 3. Nominal Size: T' (nominal) controlled outside diameter, for underground installations. 4. Color. orange; solid color. 5. Fittings and Duct Bodies: Manufacturer's recommended fittings and components to make the system work. B. HDPE Mechanical Coupling or Fusion TC -2 1. NOTE: Ducts may also be field joined using approved fusion methods. Recommended 2. Acceptable Manufactures: ETCO 3. Product Description: Mechanical coupling, double E -Loc coupling for HDPE -to - HDPE connections in restrained and unrestrained installation locations. Threaded end caps with nylon compression bushing. 4. Nominal Size: Sized for 2" HDPE, SDR 11. C. Duct Plugs 1. Product Description: Expandable blank duct plug for 2" HDPE, SDR 11. Solid, elastomeric-gasket with pull -rope loop. D. Pull Tape N 1. Composition: Woven polyester. o a. Pulling Strength: minimum of 1250 lbs. `_ Cv b. Pull tape shall have permanent sequential footage markings. 7 �" t� E. Handholes —�� C 1. Acceptable Manufactures: Hubbell Quazite or approved equal. _ 2. Product Description: a. Handhole box: polymer -concrete, ANSI Tier 22, open bottom, with 4" rnause- hole on two ends. b. Handhole cover: polymer concrete, ANSI Tier 15, heavy duty, two-piece, two bolts, logo to read "Fiber Optics". Cover bolts shall be 3/8" stainless steel, penta- head with washers. 3. Nominal Size: Nominal handhole size shall be 30" wide x 48" long x 36" deep. 4. Color: gray. F. Ground Bar and Termination Hardware 1. Acceptable Manufactures: Harger or approved equal 2. Product Description: Copper ground bars with dimensions measuring 1/4" x 1" x 9" shall be furnished and installed with telecommunication handholes. The ground bars shall have 5 1/4 — 20 tapped holes with insulators and panhead torx screws. 3. Acceptable Manufactures: Thomas & Betts or approved equal 4. Blackburn, Copper connector, Type -L copper, single conductor one 14 AWG thru No.4 AWG. G. Geotextile Materials 1. Product Description: Woven geotextile, polypropylene resin fiber material shall be furnished and installed with telecommunication handholes. Minimum Average Roll Values (MARV) shall be as follows: TC -3 MARV PROPERTY TEST METHOD ENGLISH MECHANICAL Tensile Strength (Grab) ASTM D-4632 200 lbs Elongation ASTM D-4632 12% TC -3 Puncture ASTM D-4833 90 lbs CBR Puncture ASTM D-6241 700 lbs Mullen Burst ASTM D-3786 400 psi Trapezoidal Tear ASTM D-4533 75 lbs ENDURANCE UV Resistance (% Retained at 500 ins) ASTM D4533 70% HYDRAULIC Apparent Opening Size (AOS) ASTM D4751 40 US Std. Sieve Permittivity ASTM D-4491 0.05 sec Water Flow Rate ASTM D-4491 4 gpm/ft N O H. Locate / Tracer Wire a 1. Acceptable Manufactures: Pro -Pak Industries, Pro -Trace or Approved e9114t T° 2. Product Description: Copper conductor, 45 MIL thick HDPE jacket, I aV;G (N10 AWG) solid copper conductor, designed for direct bury, orange in colof..-J =� -, PART 3 EXECUTION 3.01 - HDPE Duct Installation A. HDPE duct shall be installed at a depth of 36" to 42" of cover below grade. Minimum cover shall be 36" unless otherwise noted. Crossings of known and identified utilities and obstructions require variance to maximum and minimum depths specified. When a depth of 36" to 42" cannot be maintained notify the Owner's representative to determine maximum allowable depth. Provide additional cover as required by State, City, other utilities and authorities having jurisdiction where applicable or as necessary to traverse other utilities. B. Maintain a minimum 12" horizontal separation between other communication utilities and piped fluids. Maintain a minimum 3" horizontal separation from power and foreign conduits. Maintain a minimum 60" horizontal separation from water mains. At crossings provide a minimum vertical separation of 6" from conduits, ducts, cable and piped fluids. Notify Owner's representative for variances. C. Contractor is required to maintain positive drainage along the route throughout the duration of the project. All necessary dewatering shall be provided at no additional cost to the Owner. D. Provide pull tape in each HDPE duct in each segment of the route. Secure pull tape to duct plug at each end. E. HDPE duct shall extend into handholes and tum up. See detailed drawings for handhole installation. F. HDPE duct shall be installed using the industry standard installation equipment and methods. G. A site survey of the installation of the duct shall be made by the Contractor prior to beginning work. TC -4 H. Cut duct square using a saw or pipe cutter; de -burr cut ends. I. Duct shall be field joined by either fusion methods or mechanical couplings. Use only those mechanical couplings specified. As -built markups shall reflect the station number of coupled joints. J. Plug both ends of unused duct using approved duct plugs. Protect installed duct against entrance of dirt and moisture before and after installation. K. Manufacturer's recommended installation tension shall not be violated. L. Damaged HDPE duct shall be replaced with new. M. Test each segment of new HDPE duct for excessive deflection and collapse using a test mandrel no smaller than 80% of inside diameter of the duct. The test shall be conducted after the trench has been backfilled and compacted to the required finished grade according to project specifications. City inspector must be present for test. 3.02 - Handhole Installation A. Refer to the detailed drawings for handhole installation details. B. Unless otherwise noted, handholes shall be installed level with grade, flush aW parallel to streets and sidewalks. If necessary, slope the area around the handholK withii3;aafew feet, to direct drainage away from the handhole. Provide fill around handho%o a" :j compact near to r 90% modified standard proctor density using a vibrating rammer compaction machine with appropriate sized foot and compacting around handholes in 8" to 12" lifts C. All dirt, debris, trash, packaging, tape, etc., resulting from work associated with the project shall be cleaned from handholes prior to acceptance of the project work. The rim of the handhole shall be cleaned and the cover bolted down when work is compl. All bolts shall be accounted for. D. Open handholes shall be sufficiently barricaded. END OF SPECIAL PROVISION TC -5 :. � � moi'' . � I t \ � � `• ` � 'k� � � i V� ✓ —" . 4PDA I I r es 21 I a-�^�a 11 '• 7+ WD to.ro tt+W 12+00 — t2.00 uwo 1 �� CITY OF IOWA ENGINEERING CITY DMSION �� t,�, a,u wtE � HEBLAVENUEIAAE�OVEMEM PROJECT aegma Plan antl Profile �° PSI w I� U.j IIS / , '. \ D / - . i I ,' /fir , , 1 1 1 I I 1 t 1 , • . � ', --r— ` �,-'• ` � -. `F sr y� A � ^'ems! •+e. •.h\ �-`.�.,a�+y �c �+\ ?. 'v '4 S `• �'-- _--"��-� --- �' .lir •� •',�`. � -, •, , ', 1 •• , J +, 1 ' �` '---• - -- -- I - Nk wrL La � :dN i. I L. 0' tl 1W 111GRE — _____ _ 4n•01wv A•12H2.12 _ _ •� S R S e i 8 R`• •• 3 ^ ^l>_^s •1 7i _ R iB g R N '3i b "¢ S S. S •1 wT S s s $ t H 36 _ 1+00 02x00 talao 1M00 15r0J CITY OF IOWA CITY DMG[No N6 �� HEBLAVENJE IMPROVEMENT PROJECT Plan mcl Pmnle PS 281 I �2 OAtE, 919. .7 U.j IIS L , it �nc7; -- �AC[Ht�t•vLSX+d,R j °a ` L 1 - y m 999It 999ru1 $ � {nus , u t99u I l � a� psi u W1 Lnou W 9ro[e o Moon a rz nsyt 1 � ®rie9ll$ w I L j 7 I j j i I I w I I jai 9[.L9L II [9'L91 . t9o'n! U td n99! Ler99O z> Y" L 01{91. • ; 111 {1 VI A; II / LL ` [ 0 Z0) z r I l [1 t�% i 111 11; V 1 [LOLLou 1 f 1 M IT {GOLL 9S9A< I t ! tpL'L9L 1 / 1 • .' i 6L5A : I / I 11 1 Isrm9'o9t 0 ' i 9 r �nc7; -- �AC[Ht�t•vLSX+d,R j °a .44Ydti� y m 999It 999ru1 $ � {nus , u t99u I y PY � u 9net 1 9 u W1 Lnou W 9ro[e o Moon a rz nsyt 1 � ®rie9ll$ w I L 1.l w jai 9[.L9L [9'L91 . t9o'n! U td n99! Ler99O z> Y" L 01{91. b.'69LyZ LL [ 0 Z0) z —�� - [1 t�% i [LOLLou M + {GOLL 9S9A< I t ! tpL'L9L 1 6L5A 11 1 Isrm9'o9t 0 ' i I [bl9l INTERTEC Braun Project CR -13-06995 BORING: B-01 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 31/4" HSA, Autohammer DATE: 213114 SCALE: 11.=4' Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rack-USACE EM1110-1.2808) % pcf FILL FILL: Sandy Lean Clay, trace of Gravel, trace of organics, brick _ layer at 3 feet, brown, moist. 13 3.0 16 113 q, = 4.25 tsf CL SANDY LEAN CLAY, trace of Gravel, gray to brown, moist, medium to very stiff. (Glacial Till) 16 113 %= 2.75 tsf 17 112 q„ =1.0 tsf 10.0 ;v END OF BORING. 0 Water not observed while drilling. Boring then backfilled. U M t0 n _ f �n-m-uo77� oiaun nnanw wi Fen nuw INTERTEC LOG OF BORING Braun Project CR -13-06995 BORING: B-02 Geotechnical Evaluation Hebf Avenue Improvement Project LOCATION: Sea attached sketch. Hebl Avenue Iowa City, IA DRILLER: R. Hunt METHOD: 3 1/4" HSA, Autohammer DATE: 213114 SCALE: 11.=4' s Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rock-USACE EM7110-1-2908) % pcf ' FILL FILL: Sandy Leen Clay, trace rav o Gel, wit5 concrete, brown, I – moist. i i- 50 blows for 5". , 3-0 25 98 q, = 2.5 tsf CL _ LEAN CLAY, brown, moist, very stiff. 4-0 (Loess) CL SANDY LEAN CLAY, trace of Gravel, dark brown to brown, c — moist, medium. i_ (Glacial Till) 24 112 q, = 1.0 tsf I i 28 99 % = 1.0 tsf 10.0 , END OF BORING. Water not observed while drilling. '- Boring then backfilled. I o CR -13 06995 Braun Inleuec CoWallm B-02 page 1 of 1 BRAUN'" LOG OF BORING INTERTEC Braun Project CR -13-06995 I BORING: B-03 Geotechnical Evaluation I LOCATION: See attached sketch. y Hebl Avenue Improvement Project e HeblAvenue END OF BORING. Iowa City, IA n DRILLER: R. Hunt a METHOD: 3114" HSA, Autohammer DATE: 2I3N4 SCALE: 11. _ Water not observed while drilling. ' - `o Depth Boring then backfilled. - - o a _ C `o feet Description of MaterialsJmolsl BPF WL MC DD Tests or Notes 0.0 Symbol (Sol[ -ASTM D2488 or D2487, Rock -USAGE E % pcf — - FILL FILL: Sandy Lean Clay, trace of organics, bro u� — 26 98 q" = 2.75 lsf m - a u _ N _ 28 93 9u = 1.5 1Sf 0 4.0 = CL LEAN CLAY, brownish gray, moist, soft to rath (Loess) v 25 99 q" = 1.25 tsf v 0 G _ 26 97 q" = .5 tsf 10.0 a END OF BORING. Water not observed while drilling. ' - Boring then backfilled. - - o a _ C ii u� Yat m - a u _ g _ G _ a i; o — J CR -13-06995 Braun Intertec Corporation 13-03 page 1 of 1 INTERTEC LOG OF BORING Braun Project CR -13-06995 BORING: B-04 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project I Hebl Avenue Iowa City, IA DRILLER: R. Hunt i METHOD: 3114"HSA,Autohammer DATE: 213114 SCALE: V=4' Depth feel Description of Materials BPF JWL MC DO Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % pcf i_ FILL L:Sandy-Lean Clay, trace of crgan cs, brown, moist. _ I 13 i 22 100 q, = 2.25 tsf 5.0 CLLEAN CLAY, brown, moist, rather stiff. _ (loess) 21 108 q, = 1.75 tsf I 8.0 16 117 q" =1-75 tsf CL SANDY LEAN CLAY, trace of Gravel, brown, moist, rather stiff. _ I (Glacial Till) 10.0 u END OF BORING.; Water not observed while drilling. `J Boring then backfilled. _ m 7 y� 0 r CR -13-06995 Braun Interleo Wpmatfon 6 04 page 1 of 1 BRAUN... INTERTEC RzIrI7"�I]��P[r] Braun Project CR -13-06995 BORING: B-05 Geotechnical Evaluation Hebl Avenue Improvement Project LOCATION: See attached sketch. HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 3 1/4" HSA, Autohammer DATE: 213/14 SCALE: V 414 Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % pcf ' - - - - ILL FILL: Sandi Lean Clay, trace of Gravel, trace of organics, dark _ brown, dry. s 33 i i 4.0 15 114 CL SANDY LEAN CLAY, trace of Gravel, brown, moist. — (Glacial Till) 6.0 11 SP ;::_.` POORLY GRADED SAND, fine-grained, brown, moist, rather sliff. (Glacial Till) I 8.5 .. 11 -� CIL SANDY LEAN CLAY, trace of Gravel, brownish gray, moist, rather stiff. 10.0 (Glacial Till) END OF BORING. _ Water not observed while drilling. _ Boring then backfilled: i' �n-a�-wary ereun lnterRw Gowaton U -M page 1 of 1 BRAUN° INTERTEC LOG OF BORINGS Braun Project R-13-06995 BORING: B-06 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 31/4" HSA, Autahammer DATE: 213114 SCALE: V=4' Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rock -USAGE EM1110-1-2908) % pcf LL FILL: Sandy Lean Clay, trace of organics, dark brown, moist. _ 9 3.5 15 114 q = 2.25 lsf _ CL LEAN CLAY, trace of organics, dark brown, moist, medium to stiff. — (Alluvium) 31 88 q = 2.0 tet 28 92 q„ =1.25 lsf 12.0 _o .�. SP- ':.. POORLY GRADED SAND with CLAY, trace of Gravel, gray, _ Sc ;' moist. rn (Alluvium) ,� Sandy Lean Clay seam at 14 feet. 117.5 O _ SC ,. CLA EY SAND, gray to brown, moist. ( (Alluvium) 20.0 END OF BORING. CR -13-06995 !keen lnlertei; Cor erallan n -M page i Of , INTERTEC Braun Project CR -13-06995 BORING: B-07 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 31/4" HSA, Autohammer DATE: 213114 SCALE: V=4' Depth feet Description of Materials BPF WL MC DD I Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rock -USAGE EM1110-1-2908) % pcf FILLFILLI FILL: Lein Clay, trace of organics, _ brown, moist. 8 3.0 114 q, = 3.0 tsf 115 CL CL LEAN CLAY, brown, moist, very stif16 (LoessSANDY LEAN CLAY, trace of Graystiff.(Glacial lmoist,stiff T13 123 qa = 2.25 tsf 16 113 qa = 3.O tsf 10.0 END OF BORING. Water not observed while drilling. --� Boring then backfilled. - cy - ' r — fel — rl U-13-ubyyb waun inieneuw FN aumi 7-1-TITITRE / INTERTEC LOG OF BORING Braun Project CR -13-()6995 BORING: B_08 Geotechnlcal Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 31/4" HSA,Autohammer DATE: 2/3114 SCALE: V=4' Depth - - - - feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Solt -ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % pcf FI L EIL :Sandy Lean Clay, trace of Gravel, dark brown to brown, _ moist. _ 7 3.0 16 113 3.75 tsf CL SANDY LEAN CLAY, trace of Gravel, brown, moist, very stiff. _ (Glacial Till) 15 117 q„=4.0tsf 16 117 q� = 4.5 tsf 10.0 END OF BORING. Water not observed while drilling. Boring then backfilled. i CR -13 06995 Braun Intedec Cofmallon e-ue page 1011 t L e BRAUN"' INTERTEC LOG OF BORING Braun Project CR -13-06995 BORING: B_09 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 3114" HSA, Aulahammer DATE: 213114 SCALE: 1.1.4- "=4'Depth Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rock -USAGE EM1110.1-2008) % pcf FILL L: Lean Clay, trace of organics, brown, moist. 9 3.0 _ 25 99 %= 1.251sf CL LEAN CLAY, brown, moist, medium. (Loess) 25 100 q, =.76 tsf i — i 26 103 %=1.25lsf 10.0 END OF BORING. Water not observed whlle drilling. Boring then backfilled. Oq—r�7 i i r i i — CR -3306995 wuen :menet .e ." BRAUN' INTERTEC LOC OF BORING Braun Project CR -13-06995 BORING: B-110 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 3 VV HSA, Aulohammer DATE: 213114 SCALE: 1" = 4' Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Soil.A$TM D2488 or D2487, Rock -USAGE EM1110.1-2908) % pcf ILLI FILL: Lean Clay, trace of organics, daik brown, moist. _ 19 30 27 103 q„ = 2.25 tsf CLLEAN CLAY, brown, moist, medium to stiff. _ (Loess) 26 101 qa =1.75 tef 23 102 q„ = .75 tsf 10.0 END OF BORING. Water not observed while drilling. Boring then backfilled.' — i c M CR -13-06995 Braun Inledec Corpaagon B-10 page 1 of 1 BRAUN"' INTERTEC LOG OF BORING Braun Project CR -13-06995 BORING: B-11 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 31/4" HSA, Autohammor DATE: 2/3/14 SCALE: 1.1.4- "=4'Depth- Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Solt -ASTM 02488 or D2487, Rock -USAGE EM1110-1-2908) % pcf FILLI L: Lean C ay, trace of organics, dark brown, moist. -- -- _ 21 3.0 21 96 qa = 3.5 lsf CL LEAN CLAY, brown, moist, medium to very stiff. _ (Loess) 24 97 %=.75tsf 26 % =1.0 lsf 10.0 END OF BORING. Water not observed while drilling. Boring then backrilled. — I i f � CR -13-06995 Braun Inlertac Curporallee o -n page i o„ BRAUN"' INTERTEC LOG OF BORING Braun Project CR -13-06995 BORING: B_12 Geotechnical Evaluation LOCATION: See attached sketch. Helal Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER: R. Hunt METHOD: 31/4" HSA, Autohammer DATE: 2/3/14 SCALE: 1" =4' Depth feet Description of Materials BPF WL MC DD Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rack-USACE EM1110-1-2808) % pcf CL LEAN CLAY, brown, moist, medium. _ (Loess) _ 9 25 98 %= 1.25lsf 26 111 q, = 1.25 tsf _ 7 10.0 END OF BORING. Water not observed while drilling. Boring then backfilled 3 I fi "'1]-W99" uraun intent l:o waum 0-1z pageion BRAUN"' INTERTEC LOG OF BORING Braun Project CR -13-06995 BORING: B-13 Geotechnical Evaluation LOCATION: See attached sketch. Hebl Avenue Improvement Project HeblAvenue Iowa City, IA DRILLER* R. Hunt METHOD: 3114" HSA, Aulohammer DATE: 2/3114 SCALE: 1"= 4' Depth feet Description of Materials BPF �Wl- Tests or Notes 0.0 Symbol (Soil -ASTM D2488 or D2487, Rock-USACE EM7110-1-2908) CL - LEAN CLAY, brown, moist, medium to stiff. _ (Loess) _ 13 _ 11 _ 7 0 J 7 10.0 END OF BORING. Water not observed while drilling. Boring then backfilled. �.Q. — — 8� I o CR -13-06995 Braun Inlertm CorWatlon 843 page 1 of 1 BRAUN INTERTEC Descriptive Terminology of Soil Standard D 2487-00 Classification of Soils for Engineering Purposes (Uniffed Sol] Classification Svstern) a BasedOmheme'sdalpasshgfire3h(?br.) mt.. b.If faH eampteaanlaEretl cobbles a bouBer; a boN, adtl YME mbbka q bookers a EON' b group name. c. C Dm/D10 C. -(Dje D1exDN d Irsoi oanlairs215'hsand, addYMraM'bgraq rams. GWGM .11-weded gravel vAth 0 GW� we4groded WawlwiNday GP -GM poodivdedw w1webdn GPGC P.0d, Waded Neel w3N da. GGGIdaSCSM. goup name. vel' to atcup name. S1Y-lobi w'et�raded ¢aM \ME sa 51YSC weagraded ¢and Wanday SP -SC poorly Waded saMwlN¢lN SP -SC POod/g lot it stchedheclay , k IfAttlace rberg contaisms Plc)b ksNo..area,d Nbe CL -Vu, k Ifsal oaMahs tOlo2g%Pis NO.200corrhiMeand'add'..ayslogrou nam pradmuaul L 1(eorpwdahs230%pbs 140]20 pledbTrnarx'ly wawed'gra% ogmWname. m PIs !4 arid on a, le v ' gedomslaneygra\al, add'gra\c6y roproup mune. o. PI <4 end pbis on Or above'A' Fns. o. PI Uapblsbets'N Ina. P. PI Plot¢be .,aloe\F.. ins. q. PI pld¢ EelO.v'A' Fr1a. 60 60 !i'. 40 Criteria (or Assigning Group Symbols and Solis Classification �iME0 Group Names Using Laboratory Tests Group DD Drydensfty,pd OC Organiceontem,% ,�NWANN Symbol Group Name" `o Gravels Clean Gravels C.24and15C�g 3- OW Well -graded gravel^ $� Morethanof 5% or lass fines • C<4amd/or1>C>3" GP Poorly graded gravale Gravels with Fines Fines classify as ML or MH GM Silly gravel d 1 m relamodon �+ c No.4 slave More than 12% fines Fines cloully esCLor CH GC Cla aiflMnidlo B $ Sands Clean Sends C.28end15C 53d SW Well -graded sand^ ;509' or more of Eek or less fines' C.< 6 andfor 1 > C,>39 SP Poorly graded sand" coarse free n SandswiFines lh Fines classily as ML or MH SM SiltysaMrah o passes Fines dasalfy as CL or CH SC Glayary sand ls" E No.4 slave More than 12%1 Inorganic PI>7and plots on orabove 'A' fru r CL Lean Clay him PI 14 or Plots below'A' line] ML $'thrm m Slits and Clays Liquid limit Organic Liquid limit -oven dde4, <078 OL Organic cla11FlO" Ian than 60 r: Liquid limit - not dried' OL organic sill g .B B Xi Sills and clays Inorganic PI ole on or above'A' fine CH Fat de " I m PI plots below'A' Iine MH Elastic silt' I m d o z Liquid limit 0 snit Ligold limit -oven dried < 0'76 ON Organic clay ms iE a" SOamore LI uM limit -mol dried Or enk siftN1 ma Highly Organic Sella Primarily organkmalter, dark in color and organicodor PT Peat a BasedOmheme'sdalpasshgfire3h(?br.) mt.. b.If faH eampteaanlaEretl cobbles a bouBer; a boN, adtl YME mbbka q bookers a EON' b group name. c. C Dm/D10 C. -(Dje D1exDN d Irsoi oanlairs215'hsand, addYMraM'bgraq rams. GWGM .11-weded gravel vAth 0 GW� we4groded WawlwiNday GP -GM poodivdedw w1webdn GPGC P.0d, Waded Neel w3N da. GGGIdaSCSM. goup name. vel' to atcup name. S1Y-lobi w'et�raded ¢aM \ME sa 51YSC weagraded ¢and Wanday SP -SC poorly Waded saMwlN¢lN SP -SC POod/g lot it stchedheclay , k IfAttlace rberg contaisms Plc)b ksNo..area,d Nbe CL -Vu, k Ifsal oaMahs tOlo2g%Pis NO.200corrhiMeand'add'..ayslogrou nam pradmuaul L 1(eorpwdahs230%pbs 140]20 pledbTrnarx'ly wawed'gra% ogmWname. m PIs !4 arid on a, le v ' gedomslaneygra\al, add'gra\c6y roproup mune. o. PI <4 end pbis on Or above'A' Fns. o. PI Uapblsbets'N Ina. P. PI Plot¢be .,aloe\F.. ins. q. PI pld¢ EelO.v'A' Fr1a. 60 60 !i'. 40 10 7 4 oa 10 16 20 30 40 60 60 70 80 90 100 110 Boulders ............................... Llquid Limit (LL) �iME0 3' to 12' Laboratory Tesla DD Drydensfty,pd OC Organiceontem,% ,�NWANN Wel density, pcf 5 Percent of saturation, % MC Natural moisture content % SG Spedficgravity LL Lkluld limit % C Cohesion, psi PL Plastic unfit% 0 Angle of Internal friction PI 'P'I 'jNUP.■. P200 % passing 200 sieve qp Pocket penetrometer strength, lsf iV MAP ; 0 NONE MZ" A 10 7 4 oa 10 16 20 30 40 60 60 70 80 90 100 110 Particle Size Identification Boulders ............................... Llquid Limit (LL) Cobbles ............................... 3' to 12' Laboratory Tesla DD Drydensfty,pd OC Organiceontem,% WD Wel density, pcf 5 Percent of saturation, % MC Natural moisture content % SG Spedficgravity LL Lkluld limit % C Cohesion, psi PL Plastic unfit% 0 Angle of Internal friction PI Plasticity Index.% qu Unconfined compressive strength, per P200 % passing 200 sieve qp Pocket penetrometer strength, lsf Particle Size Identification Boulders ............................... over 12' Cobbles ............................... 3' to 12' Gravel Ralhersoft ....... Coarse ..... __ ............... 3/4'to3' Fine ................................. No.4 to 314' Send Relhersfi8......::::'y Coarse ............................ No. 4 to No. 10 Medium ........................... No. 10 to No. 40 Fine ................................. No. 40 to No. 200 Silt ...................................... <No. 200, PI <4 or Hard:...............J.j below'A line Clay ...... _... _........... .......... < No. 200, PI 24 and on or above'A' fine Relative Density of Cohesionless Solis Very loose ................................ O to 4 BPF Loose ....................................... 8 to 10 BPF Medium dense ......................... 11 to 30 BPF Dense ...................................... 31 to 60 BPF Very dense ............................... over 60 BPF Co»sistency of Cohesive Solis Very son ................................... O to 1 BPF Soft ....................................... 2 to 3 BPF Ralhersoft ....... :....................... 4 to 8 BPF Medium .................................... 6 to 8 BPF Relhersfi8......::::'y O to 12 BPF SOH................:..,.................4 .................. 13 to 16 BPF Verystiff ..........7 :!.................. 17 to 30 BPF Hard:...............J.j ...... ..... :::..,.Iver 30 BPF iV Drilling Notes ; Standard penetration test bodngs were advanced by 3 1/4'or 61/4' ID hollow-slem augers unless noted olhenlise, Jailing Water was used to clean out auger prior to sampling only where Indicated on logs. Standard penetration test borings are de ignated by the prefix 'S)' (Split Tube). All samples were taken with the standard 2' OD split -lube sampler, except where noted. Pourer auger borings were advanced by 4' or 6' diameter continuous, flight, solid -stem augers. Soil classifications and strata depths were in. terred from disturbed samples ougered lothe surface and are, ]herefore, somewhat approximate. Power auger borings are designated by the pmfa°B.' Hand auger borings were advanced manually with a 1 112'o(3 1/4' diameter auger and were limited to the depth from which the auger could be manually withdrawn. Hand auger borings are Indicated by the prefix 'H' BPF: Numbers indicate blows perfoolrecorded in standard penetration test, also known as'N'value. The samplerwas set W Into undisturbed soil below the hollmo-stem auger. Driving resistancesvrers then counted for second and third 6' Increments and added to gal BPF. Where they differed significantly, they are reporied in the following form: 2112 for the second and grind S' Increments, respectively. WH: WH indicates the sampler penetrated soil underweighlof hammer and rods alone; driving not required. WR: WR Indicates the sampler penetrated sail under weight of rods alone; hammer weight and driving not required. TW Indicates thin-walled (undisturbed) tube sample. Note: All tests were ran in general accordance with applicable ASTM standards. RW..7A7 F -u 2017 Hebl Avenue Improvements Project Engineer's Estimate No. Item Code Item 1 1070-206-A-3 Traffic Control Quantit In Un' otal Price Unit Price Total Price 2 2010-108-C-3 Clearin and Grubbing 1 LS $15,080.80 $ 15,000.00 3 2010-108-D-1 On Site Ta soil 1.0 $2,800.00 $ 2,080.08 4 2010-108-E-0 Excavation, Class 10, Roadwa and Borrow 3'578 $12.00 $ 42,936.00 5 2010-108-E-0 Excavation, Class 10 For Temporary Paving 0'902 CY 53,412.88 6 2010-108-F-0 Below Grade Excavation Core out 400 CY V $S.BB E 3,200.00 7 2010-108-G-0 Sub rade Preparation 500 CV 8 2010-186-I-0 Subbase, Modified 6" Thick 10,128 S@ +- $0.50 E 9 2010-108-I-0 Subbase Modified 4" Thick for Drives 18,128 SV 5,064.00 60,768.80 10 2010-108-I-0 Subbase, 1" Clean Crushed Stone 6" Thick for Box Culvert 369 SY 2,583.00 11 2010-108-3-2 Removal of Culverts 125 SV $15.00 $ 1,875.00 12 3010-108-C-0 Trench Foundation 9 EA $250.00 $ 2,250.00 13 3010-108-D -B Replacement of Unsuitable Backfill Material, Granular Backfill 100 TONS $25.00 $ 2,500.00 14 3010-108-E-1 Granular TrenchBackfill, Class A Roadstone, 15" Storm Sewer 7S $50.00 $ 3,750.00 15 4020-108-A-1 Storm Sewer, Trenched, RCP, Class 3, 12" Dia. 59 LF $15.80 $ i6 4030-108-A-1 Culvert, Trenched, RCP, Class 3, 12" Dia. 147 LF $35.00 $ 885.00 17 4030-108-A-1 Culvert, Trenched, RCP, Class 3, 15" Dia. 189 LF $35.00 $ 5,145.80 6,615.00 18 4030-108-B-0 Flared End Section, RCP, Class 3, 12" Dia. 157 LF $40.00 $ 6,280.00 19 4030-108-B-0 Flared End Section, RCP, Class 3, 15" Dia. 7 EACH $1,208.08 $ 8,400.00 20 4040-108-A-0 Longitudinal Subdrain, Type 2, 4" 6 EACH $1,500.00 $ 9,008.00 21 4040 -108 -C -B Subdrain Cleanout, Type A-1 5,783 LF $6.0%0 $ 34,698.00 22 4040-108-D-0 Subdrain Outlet, DR -304 4 EA $750.00 $ 23 5010-108-B-1 Steel Casing Pipe far Nater Main, 24", Trenched 6 EA $750.0B $ 3, B00.B0 4,500.00 24 6018-108-B-0 Intake, SW -512, 24" 50 LF $100.00 $ 25 7010-108-A-0 PCC Pavement, 10" 1 EA $2,000.00 $ 5,008.00 26 7010-108-I-1 PCC Pavement Sampling and Testin 6,768 SV $50.00 $ 2,000.00 338,400.00 27 7010-108-M-0 Removal of PCC Pavement 1 LS $2,000.00 $ 2BBB.BB 28 7030-108-H-1 PCC Drivewa 6" 66 5V $10.00 $ , 29 7030-108-H-2 Granular Drivewa Class A Crushed Stone 6" 369 Sy $40.00 $ 668.00 16,760.00 30 7040-108-G-0 Pavement Scarification 101 TONS $20.00 $ 2,020.00 31 701 Removal of HMA Pavement 5,486 SV $2.50 $ 13,715.00 32 9010-108-A-0 Seedin , Fertilizine and Mulching, Permanent, Type 2 1,098 SY $10.00 $ 10,980.00 33 9030-108-B-0 Trees, with warranty AC $3,000.00 $ 12,000.00 34 9040-108-A-2 SWPPP Mena ement 17 EA $350.00 $ 35 9040-108-3-0 Rip Rap, Class E 1 LS $10,000.00 $ 5,950.00 10,080.08 36 981 Silt Fence SB TONS $35.00 $ 37 9040-101 Removal of Silt Fence 3,094 LF $3.50 $ 1,750.00 10,828.65 38 11010-108-A-0 Construction Survey 3,094 LF $1.00 $ 3,093.90 39 11020-108-A-0 Mobilization 1 LS $20,000.00 $ 40 11030-108-B-0 Painted Pavement Markin s, Waterborne or Solvent 1 LS $50, BB0.00 $ 20,000.00 50, BB0.00 41 11030-108-F-0 Wet, Retroflective Removable Tape Markings 100.85 STA $10.00 $ 1,008.50 42 11040-108-A-0 Maintenance of Postal Service 1.44 STA $100.00 $ 43 11040-108-B-0 Maintenance of Solid Waste Collection 1 LS $750.80 $ 144,00 44 2122-5508060 Paved Shoulder, HMA, 6" 1 LS $200.00 $ 750.00 45 2312-8268250 Granular Surfacin on Road, Crushed one 2240 SY $30.00 $ 200.00 67,200.00 46 2402-0425040 Flooded Backfill 650 TONS $15.00 $ 47 2402-2728000 Class 20 Excavation 56 Cy $50.00 $ 9,750.00 48 2415-2111005 Precast Concrete Box Culvert, 10'x5' 275 CV $15.00 $ 2,900.08 4,125.08 49 2415-2201005 Precast Concrete Box Culvert End Section, 18'x5' 60 LF $708.00 $ 42,800.88 50 2519-2080020 Fence, Channel Cross, Type B 2 EACH $10,800.00 $ 20,000.00 51 2519-3280800 Fence, Field 20 LF $75.00 52 2519-3300480 Field Fence Brace Panel 2334 LF $5.00 $ 1,500.00 24 EA $ 11,670.80 $250.00 E 6, BB0.00 53 2519-3750016 Gate, Field Fence, 16' 1 21 EA 1 $450.00 1 $ 900.00 54 2519-3750020 lGate, Field Fence, 20' 2 EA $600.00 $ 1,208.00 55 2519-4200148 Removal of Fence, Field 1,551 LF $2.00 $ 3,102.00 56 2523-0000208 Electrical Circuit 2,630 LF $5.00 $ 13,150.08 57 2523-0000318 IHandhole and ]unction Box 3 EA $500.00 $ 1,500.00 58 2528-8400256 ITemporary Traffic Signal 1 LS $5,000.08 $ 5,000.00 59 2528-9290050 Portable Dynamic Message Sign 15 DAY $200.00 $ 3,000.00 Alternate Bid #1 Alternate Bid #2 TOTAL BASE BID TOTAL ALTERNATE #1 $ 997,118.05 $ 10,750.00 TOTAL ALTERNATE #2 $ 5,851.00 N b Q r 3 ^� QY 3 0O cn rn 0 2017 HEBL AVENUE IMPROVEMENTS PROJECT CITY OF IOWA CITY � DEPARTMENT of PUBLIC WORKS Proiect Location Map Location Map Not To Scale UTILITY COMPANY CONTACTS SERVICE SUPPLIER PHONE NO. ELECTRIC MIDAMERICAN ENERGY 319-341-4425 TITLE 8HEIEr Contact Name : Jason Warren GENERAL NOTES AND DETALS WATER CITY OF IOWA CITY 319-351-1830 ESTIMATE FEFIEFENCE NOTES Contact Name : Jude Moss TABULATIONS COMMUNICATIONS CENTURYLINK 720-578-8090 I D9MOLIFION PLAN Contact Name: Tom Sturrner PAYING PLAN COMMUNICATIONS MCI Contact Name: Janette Harris 972-729-6650 NOTE: THE CONTACTS LISTED WERE PROVIDED BY IOWA ONE CALL SERVICE. IOWA UnunEs ONE CALL. RATE _ enoc _ w _ aeI hereby certify dal dla engineering d we Prepared by THE CONTRACTOR SHALL NOTIFY IOWA m• or under my directwparN•Ion anthat I d Nat am a duly Ilcaneea ONE CALL NO LESS THAN 48 HRS. IN 800292-898 0iProf"Wond Engineer undeWlo"a Stab of Iowa. umaaiwumumuxitae ADVANCE OF ANY DIGGING OR EXCAVATION. ao�QQpFF8810,yq�� YMERE 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 �_> 9007T' z SCOTT B. POTIORFF, 11P1 Iowa U. No. 16932 OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR PLAN APPROVED SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. '� My 11.,e renewal date b Oecanber 31, 20 . UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE by the SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE City of Iowa City THERE ONLY. IT IS POSSIBLE ERE 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 • eats ro e b d •tl: LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE •F� ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. Ity Engineer Date: SEAL Project o. IMRIAGOTASP� ERGDw= 1917 S. GILBERT ST. Sheet No. Drawn By. LLS 2-0G16 CHECK PLANS PLANNERS IOWACT', IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT TITLE SHEET Approved By. SBP 1-24'17 CHECK PLANS 0339256 MSURVEYORS (319) 351-8282 A.01 -17-17 CHECK PLANS eAPa AH HMEE� WWW.mmSCOnBUltanfS.nBt IOWA CITY, IOWA Date: 09-23-2016 — INDEX OF SHEETS7pp7" 4B No r1i AAI TITLE 8HEIEr BDIH 03 GENERAL NOTES AND DETALS CAI ESTIMATED PROJECT OUANIRISB CD2-= ESTIMATE FEFIEFENCE NOTES CD4 -C.08 TABULATIONS CA7-CA8 POLLUTION PREVENTION PLAN D.01 -D.02 I D9MOLIFION PLAN D.03 -D.04 PAYING PLAN D.05-DA9 PAVNO PROFLE D.10 ALT6NATE PENCE PLAN KDH+02 RK3Hf-0F-WAY 8URVEY CONTROL H.03 cefmLPE AUCINI IBdr DATA JAFJAS TRAFFIC CONTROL AND SrAGNO PLAN LAI MT3i8ECiION AND JONTM CErALB MAI SfOFFA SEWER NOTES M02 -A104 STORM SEWER PLAN AND PROFLE ROI -M GTRADNO AFD EROfiION CONTROL PLAN V.01 BOX CULVERT PLAN W.OFW.05 PAVING CROSS SECTIONS a J — —4 IOWA UnunEs ONE CALL. RATE _ enoc _ w _ aeI hereby certify dal dla engineering d we Prepared by THE CONTRACTOR SHALL NOTIFY IOWA m• or under my directwparN•Ion anthat I d Nat am a duly Ilcaneea ONE CALL NO LESS THAN 48 HRS. IN 800292-898 0iProf"Wond Engineer undeWlo"a Stab of Iowa. umaaiwumumuxitae ADVANCE OF ANY DIGGING OR EXCAVATION. ao�QQpFF8810,yq�� YMERE 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 �_> 9007T' z SCOTT B. POTIORFF, 11P1 Iowa U. No. 16932 OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR PLAN APPROVED SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. '� My 11.,e renewal date b Oecanber 31, 20 . UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE by the SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE City of Iowa City THERE ONLY. IT IS POSSIBLE ERE 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 • eats ro e b d •tl: LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE •F� ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. Ity Engineer Date: SEAL Project o. IMRIAGOTASP� ERGDw= 1917 S. GILBERT ST. Sheet No. Drawn By. LLS 2-0G16 CHECK PLANS PLANNERS IOWACT', IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT TITLE SHEET Approved By. SBP 1-24'17 CHECK PLANS 0339256 MSURVEYORS (319) 351-8282 A.01 -17-17 CHECK PLANS eAPa AH HMEE� WWW.mmSCOnBUltanfS.nBt IOWA CITY, IOWA Date: 09-23-2016 — 7_1.1 c) �- r1i _I IOWA UnunEs ONE CALL. RATE _ enoc _ w _ aeI hereby certify dal dla engineering d we Prepared by THE CONTRACTOR SHALL NOTIFY IOWA m• or under my directwparN•Ion anthat I d Nat am a duly Ilcaneea ONE CALL NO LESS THAN 48 HRS. IN 800292-898 0iProf"Wond Engineer undeWlo"a Stab of Iowa. umaaiwumumuxitae ADVANCE OF ANY DIGGING OR EXCAVATION. ao�QQpFF8810,yq�� YMERE 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 �_> 9007T' z SCOTT B. POTIORFF, 11P1 Iowa U. No. 16932 OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR PLAN APPROVED SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. '� My 11.,e renewal date b Oecanber 31, 20 . UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE by the SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE City of Iowa City THERE ONLY. IT IS POSSIBLE ERE 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 • eats ro e b d •tl: LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE •F� ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. Ity Engineer Date: SEAL Project o. IMRIAGOTASP� ERGDw= 1917 S. GILBERT ST. Sheet No. Drawn By. LLS 2-0G16 CHECK PLANS PLANNERS IOWACT', IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT TITLE SHEET Approved By. SBP 1-24'17 CHECK PLANS 0339256 MSURVEYORS (319) 351-8282 A.01 -17-17 CHECK PLANS eAPa AH HMEE� WWW.mmSCOnBUltanfS.nBt IOWA CITY, IOWA Date: 09-23-2016 — SILT FENCE DETAIL COMPACTED NATIVE SOIL BACKFILL \FILTER FABRIC - STEEL POST UNDISTURBED OR COMPACTED SOIL INSTALLATION 1. POSTS SHALL BE 1.33 POUNDS PER LINEAL FOOT STEEL WITH A MINIMUM LENGTH OF 5 FEET. STEEL POSTS SHALL HAVE PROJECTIONS FOR FASTENING WARE TO THEM. 2. SILT FENCE FABRIC SHALL CONFORM TO I.D.O.T. STANDARD SPECIFICATION SECTION 4196.01.A. SILT FENCING SHALL BE A MINIMUM OF 24' AND A MAXIMUM OF 36' HIGH WHEN COMPLETE. 3. THE FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE FENCE TO AVOID THE USE OF JOINTS. WHEN JOINTS ARE NECESSARY, THE FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT A SUPPORT POST, WITH A MINIMUM 6' OVERLAP, AND SECURELY SEALED. 4. POSTS SHALL BE SPACED A MAXIMUM OF 8 FEET APART AND DRIVEN SECURELY INTO THE GROUND ALONG THE FENCE ALIGNMENT. POSTS SHALL BE DRIVEN INTO THE GROUND A MINIMUM OF 28'. 5. A TRENCH SHALL BE EXCAVATED APPROXIMATELY 4' WIDE BY 12' DEEP ALONG THE UPSLOPE SIDE OF THE POSTS. 6. FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE POSTS SUCH THAT THE FABRIC EXTENDS INTO THE TRENCH AS SHOWN ABOVE. THE FABRIC SHALL BE FASTENED A MINIMUM OF THREE PLACES ON EACH POST. 7. THE TRENCH SHALL BE BACK FILLED WITH EXCAVATED MATERIAL AND THOROUGHLY COMPACTED. STABILIZATION SEEDING STABILIZATION SEWING SHALL BE IN ACCORDANCE WITH SUDAS SECTION 9010.2.02 SEW MIXTURES AND SEEDING DATES. TABLE 9010.06: TYPE 4 SEED MIXTURE COMMON NAME APPLICATION RATE Ib/acre SPRING - MARCH 1 - MAY 20 1. SILT FENCES SHALL BE INSPECTED WEEKLY AND AFTER EACH ANNUAL RYEGRASS 40 OATS- RAIN -FALL EVENT OF 0.5 INCHES OR MORE. DURING 65 - - ------------- o SUMMER - MAY 21 - AUGUST 14 - ANNUAL RYEGRASS - CENTER LINES 50 OATS* O 95 FENCE'S EFFECTIVENESS SHALL BE MADE IMMEDIATELY. FALL - AUGUST 15 - SEPTEMBER 30 ANNUAL RYEGRASS - LOT LINES, PLATTED OR BY DEED 40 GRAIN RYE - - - 65 • ENGINEER MAY DELETE FOR PREVIOUSLY ESTABLISHED URBAN AREAS. FERTILIZER SHALL BE APPLIED AT A RATE OF 300 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13-13-13 FERTILIZER (SUDAS SECTION 9010.2.03 A.2) STANDARD LEGEND AND NOTES ' - PROPERTY &/or BOUNDARY LINES 1. SILT FENCES SHALL BE INSPECTED WEEKLY AND AFTER EACH - - - CONGRESSIONAL SECTION LINES -------------- RAIN -FALL EVENT OF 0.5 INCHES OR MORE. DURING RIGHT-OF-WAY LINES - - ------------- o - EXISTING RIGHT-OF-WAY LINES - •- - CENTER LINES - - O - EXISTING CENTER LINES FENCE'S EFFECTIVENESS SHALL BE MADE IMMEDIATELY. - LOT LINES, INTERNAL 2. SHOULD THE FABRIC ON A SILT FENCE DECOMPOSE OR - LOT LINES, PLATTED OR BY DEED - - '� rlo - - - - PROPOSED EASEMENT LINES - -- - - - - - - - - - - EXISTING EASEMENT LINES AREAS THE FABRIC SHALL BE REPLACED PROMPTLY. �. m�y - BENCHMARK (R) - RECORDED DIMENSIONS 22-1 STORM EVENT. THEY MUST BE REMOVED WHEN THE - CURVE SEGMENT NUMBER -EXIST- -PROP- DEPOSITS REACH APPROXIMATELY ONE-HALF THE HEIGHT OFCo - POWER POLE $ $ - POWER POLE W/DROP # PROTECTED PLACE THAT WILL PREVENT THEIR ESCAPE # - POWER POLE W/TRANS CJ7 FROM THE CONSTRUCTION SITE. - POWER POLE W/UGHT $ - GUY POLE 6 - LIGHT POLE OO ® - SANITARY MANHOLE CONFORM WITH THE EXISTING GRADE, PREPARED AND - FIRE HYDRANT SEEDED. - WATER VALVE OO O - DRAINAGE MANHOLE 111w 0 - CURB INLET X X - FENCE LINE ( - EXISTING SANITARY SEWER (( AREAS ARE STABILIZED WITH AN ESTABLISHED GRASS COVER -PROPOSED SANITARY SEWER - EXISTING STORM SEWER - PROPOSED STORM SEWER W - WATER LINES E - ELECTRICAL LINES T - TELEPHONE LINES G - GAS LINES CONTOUR LINES (1' INTERVAL) - PROPOSED GROUND - EXISTING TREE LINE 0 - EXISTING DECIDUOUS TREE & SHRUB - EXISTING EVERGREEN TREES & SHRUBS THE ACTUAL SIZE AND LOCATION OF ALL PROPOSED FACILITES SHALL BE VERIFIED WITH CONSTRUCTION DOCUMENTS, WHICH ARE TO BE PREPARED AND SUBMITTED SUBSEQUENT TO THE APPROVAL OF THIS DOCUMENT. MAINTENANCE ' 1. SILT FENCES SHALL BE INSPECTED WEEKLY AND AFTER EACH RAIN -FALL EVENT OF 0.5 INCHES OR MORE. DURING o PERIODS OF PROLONGED RAIN INSPECTIONS SHALL BE AT •- LEAST DAILY. ANY REPAIRS NEEDED TO MAINTAIN THE SILT O FENCE'S EFFECTIVENESS SHALL BE MADE IMMEDIATELY. 2. SHOULD THE FABRIC ON A SILT FENCE DECOMPOSE OR •I"-"1 -e '� rlo "'� BECOME INEFFECTIVE PRIOR TO STABILIZING THE UPSLOPE AREAS THE FABRIC SHALL BE REPLACED PROMPTLY. m�y 3. SEDIMENT DEPOSITS SHOULD BE REMOVED AFTER EACH STORM EVENT. THEY MUST BE REMOVED WHEN THE DEPOSITS REACH APPROXIMATELY ONE-HALF THE HEIGHT OFCo THE FENCE. SILTS REMOVED SHALL BE PLACED IN A •• PROTECTED PLACE THAT WILL PREVENT THEIR ESCAPE CJ7 FROM THE CONSTRUCTION SITE. 4. ANY SEDIMENT DEPOSITS REMAINING IN PLACE AFTER THE SILT FENCE IS NO LONGER NEEDED SHALL BE DRESSED TO CONFORM WITH THE EXISTING GRADE, PREPARED AND SEEDED. 5. SILT FENCE SHALL REMAIN IN PLACE UNTIL IT IS NO LONGER NEEDED AS DIRECTED BY THE POLLUTION PREVENTION PLAN. GENERALLY SILT FENCES SHALL REMAIN UNTIL THE UPSLOPE AREAS ARE STABILIZED WITH AN ESTABLISHED GRASS COVER AS A MINIMUM. LLILLIO rRCLIMIIYXR/ fL/VYJ rIOfOC[ RO.OR NNMITYIOWA NOTESo.aw, e1: LLS z-0ss CHECK PLANS PLANNERS IOWA CITY, IOWA 52240 2017 HEBLAVENUE IMPROVEMENTS PROJECT LApproved By. SBP 1-24-17 0339256 SURVEYORS (319)WA282APE u:r IOWA CITY, IOWA AND DETAILS B.0Date: 09-23-2018 a-24-,7 FlIIALPLANs WW.SPECI= WWW.mmsconsultants.net 4.00' 12.00' 12.00' 4.00' 4.00' 24.00' 4.00' ASPHALT ASPHALT ASPHALT ASPHALT SHOULDER L-2 OR SHOULDER SHOULDER L-2 SHOULDER KT-2 JOINT KT-2 JOINT PROFILE PROFILE ELEVATION 1� ELEVATION w 10" PCC 4,'1 I♦4% 2X♦ 4gy 9 a 1,4.4%♦2% 2Xw► 4Xy Zq v/2 o- 10" MODIFIED 6" MODIFIED } +I 6" 10• MODIFIED 6" MODIFIED '•. 6' 6 SUBBASE SUBBASE - N I 6.6- SUBBASE SUBBASE "' r -0I --I POROUS BACKFILLIIQ�II 6" MODIFIED (GRADATIONOUS BAC29) L ---110" — SUBBASE EO 4" LONGITUDINAL r7 (GRADATION 9)--110•F� SUBBASE 4" LONGITUDINAL SUBDRAIN SUBDRAIN (PERFORATED) PERFORATED) TYPICAL CROSS SECTION STA WW TO 21400 TYPICAL. CROSS SECTION STA- 21+00 TO 28+00 N.T.S. N.T.S. 4.00' 24.00' 4.00' 4.00' 24.00' 4.00' ASPHALT ASPHALT ASPHALT ASPHALT SHOULDER L-2 OR SHOULDER SHOULDER L-2 OR PROFILE SHOULDER KT-2 JOINT PROFILE KT-2 JOINT r ELEVATION / ELEVATION �10�" PCC / 10" PCC 12" 4,% 4-2% 1 2%W 49 I4.4,% 4-2% 2%W 49y in 2 2' rt1 1 k'` 2 2' 6' MODIFIED 10' MODIFIED 6" MODIFIED � q � 10" MODIFIED h- 6 6 SUBBASE SUBBASE -,:N I 6.I I I 6' SUBBASE SUBBASE N 6" MODIFIED A� POROUS BACKFILL 10• 6" MODIFIED 10• SUBBASE 4" LONGITUDINAL (GRADATION 29) SUBBASE 4" LONGITUDINAL Y1 POROUS R BAC 9) L SUBDRAIN SUBDRAIN (PERFORATED) (PERFORATED) TYPICAL CROSS SECTION STA- 28+00 TO 29+75 TYPICAL CROSS SECTION STA- 29+75 TO 34+50 N.T.S. N.T.S. PCC DRIVEWAY DETAIL N.T.S. �—� �•7 c�-C fV =1o N0. 4 BARS, 18" LONG NEW DRIVEWAY APPROACH n C EVERY 24' ON CENTER, 6" MIN. P.C.C. 12" MAX. AT EACH END. GROUT IN PLACE. _ 4 O Q J a a MAINLINE12" PAVING MAINTAIN STREET P.C.C. DEPTH FOR A MINIMUM OF 12" INTO APPROACH PRELIMINARY PLAIS15 Project o. CML MWEM+s 1917 S. GILBERT ST. Sheet No. Drawn By. LLS 2- 8-18 CHECK PLANS IMAI LAN9 PLANNEI IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT GENERAL NOTES Approved By SBP 1-24-17 CHECK PLANS 0339256 MLANG 51MVEYORS (319)351-8282 AND DETAILS 6.02 a-n-n cnecKP ANs e 1 Mg P�� www.mmsconsultants.net IOWA CITY, IOWA Date: 09-23-2016 - q-17 1. TRANSVERSE JOINTS SHALL BE CD AND SHALL HAVE MAXIMUM SPACING OF 15' 2. CONTRACTOR TO PROVIDE CERTIFIED PLANT INSPECTION, MATURITY TESTING AND CUT CORES FOR THICKNESS VERIFICATION PER SUDAS SECTION 7010, 3.08. SMOOTHNESS REQUIREMENTS SHALL NOT APPLY TO THIS PROJECT. PRICE ADJUSTMENTS FOR DEVIATIONS IN THICKNESS AND AIR CONTENT SHALL APPLY. 3. PROVIDE LONGITUDINAL TINING OF PCC PAVING IN ACCORDANCE WITH SUDAS SPECIFICATIONS. 4. PROVIDE M MIX FOR PCC PAVING WORK DURING STAGES 2 AND 3. M MIX DESIGN BASED ON ASSUMPTION THAT PCC PAVING IS COMPLETED PRIOR TO 12 NOON ON SATURDAY TO RECEIVE PROPER CURE TIME PRIOR TO OPENING BY 7 AM ON MONDAY. ALTERNATIVE MIXES WITH SHORTER CURE TIMES MAY BE APPROVED BY THE ENGINEER FOR CRITICAL CLOSURE PERIODS. NO ADDITIONAL COMPENSATION WILL BE PROVIDED FOR ALTERNATE MIX DESIGNS. PLANT LIST - TREES STANDARD ROAD PLANS THESE STANDARD ROAD PLANS APPLY TO CONSTRUCTION ON THESE PLANS PLAN DATE SHEETS MATIRIE 5QE EC -201 10/18/18 3 Slit Fence MI -101 10/20/15 1 Fencing Layout MI -103 10/20/15 7 Deer Fence and Field Fence Construction MI -104 10/20/15 1 Fence Crossing at Channel Crossings, Flood Plains MI -210 10/20/15 2 Concrete Drives and Alleys PV -101 4/19/16 8 Joints DR -103 4/21/15 1 Pipe Culvert (Installation Details) DR -104 4/19/16 3 Depth of Cover Tables for Concrete and Corrugated Pipe DR -111 4/21/15 1 Box Culvert (Backfill) DR -121 4/18/17 2 Connected Pipe Joints DR -303 10/18/16 2 Subdrains (Longitudinal) PM -110 4/16/13 3 Una Types SW -101 4/21/09 1 Trench Bedding and Backfill Zones SW -102 4/18/17 2 Rigid Gravity Pipe Trench Bedding SW -512 10/21/14 2 Circular Area Intake TC -1 4/16/13 1 Work not Affecting Traffic (Two Lane or Multi—Lane) TC -216 10/18/16 1 Lane Closures With Signals TC -233 4/18/17 2 Spot Location with Lane Closure TC -252 4/19/16 3 Routes Closed To Traffic PLANT LIST - TREES QfY KEY WFANIGAL 1•Nty£ CaAMON NAME 512E 6a4451F MATIRIE 5QE 2 A6 AGER x IffIREE 1ANll 'AUnNN N -AW AUf" MAZP REP MARZ 2" GA- 15 & D 50 X 9d 9 A6 AF6al-US 6LA5RA OHIO f>I.Y.KEYE 2" GAL 9 & fy 4d X V 9 AS AGER SACGHARLM SUGAR MAPLP 2" GAL 15 & 6 7d X 9d 9 60 CAZYA OVATA 511A66ARK 1VZQRY 2" GAL 1 6 & 6 75 X 4d 2 QA 9ERar- "A W11TE OAC 2" GAL 13 & 13 75 X 50 9 QM 4EPZU5 MACROCARPA DUR OAC 2" GA_. 6 & 15 fid X 40 2 QR QJEFZU5 RUWA PED OAK 2" GAL 6 & b 7d X 9d I. TA TN_IA AI&RIGAIA AMERICAN LIWEN 2" GAL 15 & 15 5d X 9d 01-20-84 203-1 Plan and profile sheets included in the project are for the purpose of alignment, location and specific directions for the work to be performed under this contract. Irrelevant data on these sheets is not to be considered a part of this contract. 01-20-84 2D4-2 All holes resulting from operations of the contractor, including removal of guardrail posts, fence posts, utility poles, or foundation studies, 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. Any portion of the right-of-way or project limits (including borrow areas and operation sites) disturbed by any such operations shall be restored to an acceptable condition. This operation shall be considered incidental to other bid items in project. 04-15-08 213-1 It shall be the contractors responsibility to provide waste areas or disposal sites for excess material (excavated material or broken concrete) which is not desirable to be Incorporated Into the work Involved on this project. It shall be the contractor's responsibility to ensure that areas (including haul roads) selected for waste or disposal not impact 1) culturally sensitive sites or graves or 2) wetlands or "Waters of the U.S.", including streams or stream banks below the "ordinary high water mark", without an approved U.S. Army Corps of Engineers Section 404 Permit. No payment for overhaul will be allowed for material hauled to these sites. No material shall be placed within right-of-way, unless specifically stated in the plans. 01-20-84 232-5 The contractor shall not disturb desirable grass areas and desirable trees outside the construction limits.The contractor will not be permitted to park or service vehicles and equipment or use these areas for storage of materials. Storage, parking and service area(s) will be subject to the approval of the resident engineer. DB -22-84 251-2 The contractor is hereby notified that removal( any existing traffic markers, warning devices or guardrail b rs shall be scheduled subject to the approval of the Engineer. The contractor may be required to place te (lppAqrary"sarning- devices at certain locations where replacdscfent-Watures ore not installed the same day during which"eny stRA remdGafs take place.y' '— _ � 1232s-9 'I'r-1 ed THREATENED/ENDANGEREB�ATS Cut down all trees included In Clearing and drubbing ;4r September 30 and before April 1. These trees may be Inhabited by State and Federal listed threatened/endangered but species. Removing a tree between April 1 and September 30 being used by a listed bat constitutes a 'laldng'of a protected species, which is punishable by law. 232-10 EMERALD ASH BORER 10-27-14 Dispose of all wood material generated as a result of clearing and/or grubbing according to the Iowa Department of Agriculture and Land Stewardship's Emerald Ash Borer EAB) Quarantine Order. or more Information refer to http: //www.lowotreepestscorn/eabsegulatlons.html m-io-iv CHECK PLAN rrelece rvv. crva e:neurcum my a. ua.aeru ai. Drown By. LLS 12-06-1s CHECK PLANS IAND PLANNERS IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT GENERAL NOTES 1-24-17 CHECK PLANS 0339256 IM LAND SURWWO (319) 351-8282 Approved By. SBP 17-17 CHECK PLANS uu,e 013 A�xrla3s www.mmsconsultants.net IOWA CITY, IOWA AND DETAILS B.03 Dote: 09-23-2018 _ s ncm) NalrAL spliamb'19 By. LLS Approved By. SBP Date: 09-23-2016 Alternate Bid #1 2017 Heal Avenue Improvements Project 60 2519-32800001ce, Field 1,2501 LF 61 2519-3300400 Fenield Fence grace Panel 81 EA 62 2519-4200140 lRemoval of Fence, Field 1,2501 LF 2010-108-C-3 'Alternate Bid #2 - -- - 1.0 TOTAL 63 2519-3280000Fence, Field 693 LF 64 2519-3300400 Field Fence Brace Panel 41 EA 65 2519-4200140 lRemoval of Fence, Field 6931 IF By. LLS Approved By. SBP Date: 09-23-2016 I .-E""''""°". I ESTIMATED PROJECT I'"°°` r LA6v PI-ARNERS IOWACITY,IOWA52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT 0339256 M LtNn SURVEYORS (319) 351-6282 QUANTITIES C.01 . uRusc,IPE MFMTCM IOWA CITY, IOWA 2017 Heal Avenue Improvements Project No. Item Code Item Quantity Unit 1 1070-206-A-3 Traffic Control 1 LS 2 2010-108-C-3 Clearing and Grubbing 1.0 LS 3 2010-108-D-1 On Site Topsoil 3,578 CY 4 2010-108-E-0 Excavation, Class 10, Roadway and Borrow 8,902 CY 5 2010-188-E-0 Excavation, Class 10, For Temporary Paving 400 CY 6 2010-108-F-0 Below Grade Excavation Core Out) 500 CY 7 2010-108-G-0 Sub rade Preparation 10,128 SY 6 2010-108-I-0 Subbase, Modified, 6" Thick 10,128 SY 5 2010 -108 -Id Subbase, Modified, 4" Thick, for Drives 369 SY 10 2018-108-I-8 Subbase, 1" Clean Crushed Stone, 6' Thick, for Box Culvert 125 SY 11 2018-108-I-2 Removal of Culverts 9 EA 12 3810-108-C-0 Trench Foundation 100 TONS 13 3010-108-D-0 Replacement of Unsuitable Backfill Material, Granular Backfill 75 CY 14 3010-108-E-1 Granular Trench Backfill, Class A Roadstone, 15" Storm Sewer 59 LF Ii 4020-108-A-1 Storm Sewer, Trenched, RCP, Class 3, 12" Dia. 147 LF 16 4038-108-A-1 Culvert, Trenched, RCP, Class 3, 12" Dia. 189 LF 17 4830-108-A-1 Culvert, Trenched, RCP, Class 3, 15" Dia. 157 LF 18 4030-108-8-0 Flared End Section, RCP, Class 3, 12" Dia. 71 EACH 19 4030-108-8-0 Flared End Section, RCP, Class 3, 15" Dia. 6 EACH 20 4040-108-A-0 Longitudinal Subdrain, Type 2, 4" 5,783 LF 21 4040-108-C-0 Subdrain Cleanout, Type A-1 4 EA 22 4040-108-D-0 Subdrain Outlet, DR -304 6 EA 23 5010-108-8-1 Steel Casing Pipe for Nater Main, 24", Trenched 50 LF 24 6810-308-8-0 Intake, SW -512, 24" 1 EA 25 7010-108-A-0 PCC Pavement, 10" 6,768 SY 26 J 7018-108-I-1 PCC Pavement Sampling and Testing 1 LS 27 1 7010-108-M-0 Removal of PCC Pavement 66 SY 28 7030-108-H-1 PCC Driveway, 6" 369 SY 29 7030-108-H-2 Granular Driveway, Class A Crushed Stone, 6" 101 TONS 39 7040-108-G-0 Pavement Scarification 5,486 SY 31 7040-108-H-0 Removal of HMA Pavement 1,098 SY 32 9010-108-A-0 Seeding, Fertilizing and Mulching, Permanent, Type 2 4 AC 33 9030-108-8-0 Trees, with Warranty 17 EA 34 9040-108-A-2 SWPPP Management 1 LS 3i 9040-108-3-0 Rip Rap, Class E 50 TONS 36 9040-108-Q-1 Silt Fence 3,094 LF 37 9040-108-Q-3 Removal of Silt Fence 3,094 LF 38 11010-108-A-0 Construction Survey 1 LS 39 11020-108-A-0 Mobilization 1 LS 40 11030-108-B-0 Painted Pavement Markin s, waterborne or Solvent 100. STA 41 11030-108-F-0 Wet, Retroflective Removable Tape Markings 1. STA 42 11040-108-A-0 Maintenance of Postal Service LS 43 11040-108-6-0 Maintenance of Solid Waste Collection •=- + LS 44 2122-5500060 Paved Shoulder, HMA, 6" 2 SY 4i 2312-8260250 Granular Surfacing on Road, Crushed Stone 65 DNS 46 2482-0415040 Flooded Backfill 58 CY 47 2402-2720008 Class 20 Excavation - 1'TQ75 CY 48 2415-2111005 Precast Concrete Box Culvert, 10'x5' 60 LF 49 2415-2281085 Precast Concrete Box Culvert End Section, 10'x5' _= 2 ACH 58 2519-2000020 Fence, Channel Cross, Type B 20 F 51 2519-3280000 Fence, Field 2334 IF 52 2519-3300400 Field Fence Brace Panel 24 EA 53 2519-3750016 Gate, Field Fence, 16' 2 EA 54 2519-3750020 Gate, Field Fence, 20' 2 EA 5i 2519-4200140 Removal of Fence, Field 1,551 LF 55 2523-0000200 Electrical Circuit 2,630 LF 57 2523-0000310 Handhole and ]unction Box 3 EA 58 2528-8400256 Tempor2r Traffic Si nal 1 LS 59 2528-9290050 Portable Dynamfc Messa a Sign 15 DAY I .-E""''""°". I ESTIMATED PROJECT I'"°°` r LA6v PI-ARNERS IOWACITY,IOWA52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT 0339256 M LtNn SURVEYORS (319) 351-6282 QUANTITIES C.01 . uRusc,IPE MFMTCM IOWA CITY, IOWA 2017 Hebl Avenue Improvements Project Estimate Reference Notes No. Item Code Item Unit DESCRIPTION 1 1070-206-A-3 Traffic Control LS Refer to 3 Sheets for traffic control and staging plans and notes. 2 2010-108-C-3 Clearing and Grubbing LS Item is for removal of stumps for trees cut down by the City. The locations of stumps are as shown on D Sheets. Item also includes removal of shrubs and small trees within grading limits and as required for removal of fence on the west side of Hebl Avenue. 3 2010-108-D-1 On Site Topsoil CY Item includes stripping top 6" of topsoil from all areas to be disturbed, stockpiling topsoil during roadway construction, and repreading minimum 4" topsoil over all disturbed areas prior to final seeding. Quantity based on 6" depth over work area, less removal of existing pavement. 1 2010-108-E-0 Excavation, Class 10, Roadway and Borrow CY Item is for all necessary earthwork to establish the new roadway as shown on the plans. Item includes removal of granular surfacing material. Estimated quantities are 8,902 CY raw cut and 4,096 CY raw fill. No payment will be made for overhaul. All excess excavation material shall remain the property of the City and shall be hauled by the Contractor to a location within the landfill for stockpiling. 5 2010-108-E-0 Excavation, Class 10, For Temporary Paving CY Item is for all necessary earthwork to prepare roadbed for temporary granular surfacing. Item to be paid based on plan quantity and shall include all work required to prepare the roadbed for temporary granular surfacing, including compaction to 95% Standard Proctor Density. 6 2010-108-F-0 Below Grade Excavation (Core Out) CY Item is for coring out and removing unsuitable subgrade material and bringing in Modified Subbase material to replace. Determination of areas for core out shall be made by the Engineer after proof roll of subgrade. 7 2010-108-G-0 Subgrade Preparation SY Item includes scarification and compaction of top 6" of finished subgrade to 95% Standard Proctor Density and performing proof roll operations. 8 2010-108-I-0 Subbase, Modified, 6" Thick SY Item includes 6" of material beneath PCC Paving and HMA shoulder. Quantity includes extension 24" past edge of shoulder. Item includes 10" thick section below shoulder as shown on typical sections. 9 2010-108-I-0 Subbase, Modified, 4" Thick, (for Drives) SY Item includes 4" of material beneath PCC Driveways. 10 2010-108-I-0 Subbase, 1" Clean Crushed Stone, 6" Thick, for Box Culvert SY Item includes 6" of base material under precast box culvert sections. 11 2010-108-3-2 Removal of Culverts EA 12 3010-108-C-0 Trench Foundation TONS Item is for additional rock to be placed over unsuitable material in the bottom of trenches. Item shall be used only at the direction of the Engineer. 13 3010-106-D-0 Replacement of Unsuitable Backfill Material, Granular Backfill CY Item is for replacement of unsuitable trench backfill material with Class A crushed stone material. Item shall be used only at the direction of the Engineer. 14 3010-108-E-1 Granular Trench Backfill, Class A Roadstone, 15" Storm Sewer LF Granular trench backfill shall be used in areas as outlined on the M sheets under public streets. o 15 4020-108-A-1 Storm Sewer, Trenched, RCP, Class 3, 12" Dia. LF Refer to M Sheets for locations and storm sewer information. See Tabulation 102-3 on Sheet v 16 4030-108-A-1 Culvert, Trenched, RCP, Class 3, 12" Dia. LF Refer to M Sheets for locations and storm sewer information. See Tabulation 102-3 on Sheet C'05,t 9=3 17 4030-108-A-1 Culvert, Trenched, RCP, Class 3, 15" Dia. LF Refer to M Sheets for locations and storm sewer information. See Tabulation 102-3 on Sheet E�� Cn 18 4030-108-B-0 Flared End Section, RCP, Class 3, 12" Dia. EACH Refer to M Sheets for locations and storm sewer information. See Tabulation 102-3 on Sheet C -5E 19 4030-108-B-0 Flared End Section, RCP, Class 3, 15" Dia. EACH Refer to M Sheets for locations and storm sewer information. See Tabulation 102-3 on SheetSrz Co 20 4040-108-A-0 Longitudinal Subdrain, Type 2, 4" LF See Tabulation 104-9 on Sheet C.04 - UJ 21 4040-108-C-0 Subdrain Cleanout, Type A-1 EA See Tabulation 104-9 on Sheet C.04. Refer to SUDAS Detail 4040.233 22 4040-108-D-0 Subdrain Outlet, DR -304 EA See Tabulation 104-9 on Sheet C.04. Outlet subdrains adjacent to culverts. 23 5010-108-B-1 Steel Casing Pipe for Water Main, 24", Trenched LF Refer to V Sheets for location information. Plug ends of casing pipe. 24 6010-108-B-0 Intake, SW -512, 24" EA See M Sheets for locations and storm sewer information 25 7010-108-A-0 PCC Pavement, 10" SY Refer to B Sheets for typical sections and D Sheets and Sheet L.02 for locations for PCC Pavement 26 7010-108-I-1 PCC Pavement Sampling and Testing LS Contractor shall be responsible for Certified Plant Inspection, maturity testing and for cutting cores for thickness verification. Refer to PCC Paving Notes on Sheet B.03. 27 7010-108-M-0 Removal of PCC Pavement SY Refer to D Sheets for locations of pavement removal 28 7030-108-H-1 PCC Driveway, 6" SY See Tabulation 102-3 on Sheet C.05. Refer to PCC Driveway Detail on Sheet B.02. 29 7030-108-H-2 Granular Driveway, Class A Crushed Stone, 6" TONS See Tabulation 102-3 on Sheet C.05 I PRELIMINARY PLANE I Drawn By. LLS 2.06-16 CHECK PLANS Approved By SBP 1-24-17 1 CHECK PLANS Date: 09-23-2016 1�4-17-17 ICHECKPLANS 11 Project o. 0339256 M CM ENGINEERS 1917 S. GILBERT ST. LAND PLANNERS IOWA CITY, IOWA 52240 LAND SURVEYORS (319)351-6282 IeN SC&PE ARCHREN5 www-Mmsconsuftants.neti ENt'mOXKWAL SPH MISTS 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY' IOWA ESTIMATE REFERENCE LINFORMATION Sheet No, C.02 30 7040-108-G-0 Pavement Scarification SY Mill existing asphalt paving between Sta. 11+25 and 33+00. Milled material shall remain property of the City and shall be hauled by the Contractor to a location within the landfill and stockpiled. Milled material may be used for temporary granular surfacing. 31 7040-108-H-0 Removal of HMA Pavement SY Sawcut and remove existing HMA paving during Stage 1 (25'x50) and during Stages 2 and 3 between Sta. 10+00 and 11+25 and between Sta. 33+00 and 35+21.35. Removed material shall become property of the Contractor and shall be removed from the site by the Contractor. 32 9010-108-A-0 Seeding, Fertilizing and Mulching, Permanent, Type 2 AC 33 9030-108-B-0 Trees, with Warranty EA See Tree table on Sheet B.03 for species. Refer to D sheets for locations. 34 9040-108-A-2 SWPPP Management LS See Sheet C.06 for SWPPP details and R sheets for erosion control measures. 35 9040-108-3-0 Rip Rap, Class E TONS 36 9040-108-Q-1 Silt Fence LF See Tabulation 100-17 on Sheet C.05 37 9040-108-Q-3 Removal of Silt Fence LF 38 11010-108-A-0 Construction Survey LS Reset section corners removed by construction. 39 11020-108-A-0 Mobilization LS 4e 11030-108-8-0 Painted Pavement Markings, Waterborne or Solvent STA See Tabulation 108-22 on Sheet C.04 41 11030-108-F-0 Wet, Retroflective Removable Tape Markings STA See Tabulation 108-22 on Sheet C.04 42 11040-108-A-0 Maintenance of Postal Service LS Remove and reinstall permanent mailboxes. Install temporary mailboxes near the intersection of Hebl Avenue and IWV Road. Coordinate with Post Office for location. 43 11040-108-8-0 Maintenance of Solid Waste Collection LS 44 2122-5500060 Paved Shoulder, HMA, 6" SY Refer to Sheet B.02 typical sections. Instll HMA shoulder in two lifts, 1-4" lift and 1-2" lift. 45 2312-8260250 Granular Surfacing on Road, Crushed Stone TONS Item is for temporary granular surfacing during Stage IA. Thickness of granular surfacing shall be 12". Estimated initial quantity required is approximately 480 SY or 300 tons. Payment shall be made for additional material required to maintain the temporary granular surfacing during Stage 1A. Item also includes temporary granular surfacing installed with Stage 1 over box culvert. Milled material from pavement scarification may be used for thsi item. Millings used for this item will not be paid under this item. 46 2402-0425040 Flooded Backfill n, Backfill for bottom 5 feet of box culvert shall be flooded backfill in accordance with Standard Road Plan DR -111. Backfill above the flooded backfill shall be Class A crushed stone up to the bottom of subbase material. 47 2402-2720000 Class 20 Excavation CY Item is for excavation for box culvert installation. 48 2415-2111005 Precast Concrete Box Culvert, 10'x5' LF Refer to V Sheets for box culvert information 49 2415-2201005 Precast Concrete Box Culvert End Section, 10'x5' EACH Refer to V Sheets for box culvert information 50 2519-2000020 Fence, Channel Cross, Type B LF See Tabulation 100-7 on Sheet C.05. Refer to D Sheets for locations. c 51 2519-3280000 Fence, Field LF See Tabulation 100-7 on Sheet C.05. Refer to D Sheets for locations. Coordinate with property owner to maintain fencingj5uring cMstruction as required for livestock. Relocate existing electric fence and maintain electric fence for livestock during construction. 52 2519-3300408 Field Fence Brace Panel EA See Tabulation 100-7 on Sheet C.05. Refer to D Sheets for locations. 53 2519-3750016 Gate, Field Fence, 16' EA See Tabulation 100-7 on Sheet C.05. Refer to D Sheets for locations. 54 2519-3758020 Gate, Field Fence, 20' EA See Tabulation 100-7 on Sheet C.05. Refer to D Sheets for locations. 55 2519-4200140 Removal of Fence, Field LF See D Sheets for removal locations 56 2523-0000200 Electrical Circuit LF See Tabulation on Sheet C.05. Refer to D Sheets for locations. U11 57 2523-0000310 Handhole and ]unction Box EA See Tabulation on Sheet C.05. Refer to D Sheets for locations. 58 2528-8400256 Temporary Traffic Signal LS Refer to ] Sheets for details 59 2528-9290050 Portable Dynamic Message Sign DAY Refer to ] Sheets for details Alternate Bid #1 60 2519-3280000 Fence, Field LF See Tabulation 100-7 on Sheet C.05. Refer to Sheet D.10 for location. 61 2519-3300400 Field Fence Brace Panel EA See Tabulation 100-7 on Sheet C.05 62 2519-4200140 Removal of Fence, Field LF Remove existing field fence as required for installation of new field fence as shown on Sheet D.10 Alternate Bid u2 63 2519-3280000 Fence, Field LF See Tabulation 100-7 on Sheet C.05. Refer to Sheet 0.08 for location. 64 2519-3300400 Field Fence Brace Panel EA See Tabulation 100-7 on Sheet C.05 65 2519-4280140 Removal of Fence, Field LF Remove existing field fence as required for installation of new field fence as shown on Sheet D.10 ro o. Drown By LLS y -06a8 CHECK PLANS Approved By SBP 1-2417 CHECK PLANS 0339256 17-17 CHECK PLANS Date: 09-23-20161134-24-17 1 FINAL PLANS ■. M M CML ENGINEERS 1917 S. GILBERT ST. LAPD PLANNERS IOWA CITY, IOWA 52240 LANG SURVEYORS (319)3518282 ENIXONLUMSCUwENrSPecI.Ub'rs WW W.mmSCOnSUBan15.Llet 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY, IOWA ESTIMATE REFERENCE INFORMATION Sheet No, C.03 ry�Refer :r SUBDRAIN SHOULDER AND BACKSLOPE PAVEMENT MARKING LINE TYPES ,-LONGITUDINAL EW -211. See PM-110 Refer to Soils Sheets *BfY4 - Place on the same side of the roadway to match existing markings near the project. ***MNY4 - Factor of 1.00 as value includes rumber This Data Entry **NPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. _ Longitudinal Subdrain (DR -303) Subdrain Outlet This Data Entry Sheet fills Tab 108-22 effective 04-16-13 Class "A"* DC'/4: Double Centerline (Yellow) @ 2.00 Depth SLW2: Stop Line (White) @ 6.00 ELW4: Edge line Right (White) @ 1.00 DR -303, DR -304 or DR -305 Porous* Crushed Line Road or Lane Station to Station Side D Location Length b Line Type Unfactored Size Length - Backfill Stone Remarks No. Length Dir. of - Side DCY4 SLW2 ELW4 � Remarks Road ID Station to Station Marking Type FT ._ Type CY .. -... 1 (STA) x. Travel 1L,. STA STA ST STA LT 24.0 4.0 1193.8 21+93.83 DR -304 Febl 10+00.00 35+21.35 25.21 " NB Waterborne/Solvent Paint X 25.21 10+00.08 22+09.99 RT 24.0 4.0 1218.0 Febl 22+08.99 DR -304 10+00.00 35+21.35 25.21 BOTH Waterborne/Solvent Paint X 50.43 HEBL 22+05.38 32+25.66 LT 24.0 4.0 1020.3 _.. 11+00.00 11+02.00 0.02 - NB Wet Retroreflective Removable Tape X X X 0.12 Temporary stop bar placement shall be controlled by placement of 32+25.66 RT 24.0 4.0 34+00.00 34+02.00 0.02 .. SB Wet Retroreflective Removable Tape X X X 0.12 temporary traffic signal. stationing nw than a as necessary. 5 HEBL 32+27.28 35+21.59 LT 24.0 4.0 294.3 Factored Total: Waterborne/Solvent Paint 50.427 50.427 - 13.6 TYPE A-2 CLEANOUT STA 35+21.59 6 HEEL 32+27.28 35+20.23 RT 24.0 4.0 Factored Total: Wet Retroreflective Removable Ta a 1.44 - - 32+27.28 DR -304 13.6 TWE A-2 CLEANOUT STA 35+20.23 7 HEBL 14+03.22 21+71.17 LT 24.0 Bid Quantity: Painted Pavement Markings, Waterborne or Solvent-Based 100.85 4.0 768.0 11.9 FIELD TILE BEHIND FENCE Bid Quantity: Wet Retroreflective Removable Tape Markings 11 ro 0 G r 33- • 1 c-) n-C IV r - 1 t7 m 7 tb 7 C.11 -J Drawn B. By. LLS 2-os-1s CHECK PLANS O o. ENGINEEW 1917 S. GILBERT ST. PwNNENs IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT TABULATIONS Sheet Na Approved By SBP 1-24-17 CHECK PLANS 0339258 IMORNOKM, SIINVEYDNS (319)351-8282 IOWA OiITir' IOWA C.04 Dat- 0323-2018 417-17 CHECK PLANS �SP u1cE� s WWW.mmsbonsukants.net ry�Refer :r SUBDRAIN SHOULDER AND BACKSLOPE ,-LONGITUDINAL EW -211. Refer to Soils Sheets *Not a bid item -�-_- This Data Entry Sheet fills Tab 104-9 effective 04-21-15 Location Longitudinal Subdrain (DR -303) Subdrain Outlet Class "A"* Depth Shoulder Bac kslope ridge Berm 1 DR -303, DR -304 or DR -305 Porous* Crushed Line Road or Lane Station to Station Side D Size length Size Length Size Length Standard Road Plan and Backfill Stone Remarks No. Type Station - __ FT ._ Type CY .. 1 HEEL 10+08.00 21+93.83 LT 24.0 4.0 1193.8 21+93.83 DR -304 _55.3 TYPE A-2 CLEANOUT STA 10+0H 2 HEBL 10+00.08 22+09.99 RT 24.0 4.0 1218.0 22+08.99 DR -304 56.0 TYPE A-2 CLEANOUT STA 10+00 3 HEBL 22+05.38 32+25.66 LT 24.0 4.0 1020.3 _.. 22+05.38 DR -304 47.2 4 HEEL 22+21.54 32+25.66 RT 24.0 4.0 _ ry�Refer :r SUBDRAIN SHOULDER AND BACKSLOPE ,-LONGITUDINAL EW -211. Refer to Soils Sheets *Not a bid item -�-_- This Data Entry Sheet fills Tab 104-9 effective 04-21-15 Location Longitudinal Subdrain (DR -303) Subdrain Outlet Class "A"* Depth Shoulder Bac kslope ridge Berm 1 DR -303, DR -304 or DR -305 Porous* Crushed Line Road or Lane Station to Station Side D Size length Size Length Size Length Standard Road Plan and Backfill Stone Remarks No. Type Station - __ FT ._ Type CY .. 1 HEEL 10+08.00 21+93.83 LT 24.0 4.0 1193.8 21+93.83 DR -304 _55.3 TYPE A-2 CLEANOUT STA 10+0H 2 HEBL 10+00.08 22+09.99 RT 24.0 4.0 1218.0 22+08.99 DR -304 56.0 TYPE A-2 CLEANOUT STA 10+00 3 HEBL 22+05.38 32+25.66 LT 24.0 4.0 1020.3 _.. 22+05.38 DR -304 47.2 4 HEEL 22+21.54 32+25.66 RT 24.0 4.0 1004.1 22+21.54 DR -304 46.5 _ 5 HEBL 32+27.28 35+21.59 LT 24.0 4.0 294.3 32+27.28 DR -304 13.6 TYPE A-2 CLEANOUT STA 35+21.59 6 HEEL 32+27.28 35+20.23 RT 24.0 4.0 293.0 32+27.28 DR -304 13.6 TWE A-2 CLEANOUT STA 35+20.23 7 HEBL 14+03.22 21+71.17 LT 24.0 4.0 768.0 11.9 FIELD TILE BEHIND FENCE TABULATION OF Refer to SILT EC-201This FENCES ACCESS POINTS AND SAFETY RAMPS EntrSheet fills Tab 100-17 effective 04-20-10LocationLengthn Station End Station r2G+74.20 SideRemarks _ 30"x48x36" HANDHOLE 35+16.20 RT 1442.0 PERIMETER Refer to Cross -Sections LT Refer to MI -1011 MI -102, MI -103, MI -104, 510-3, and 510-6 1 DITCH CHECK Length of unc_ass ified pipe calculated is based on using Reinforced Concrete Pipe. LT 36.0 DITCH CHECK 21+59.65 NA LT 36.0 DITCH CHECK 22+62.11 NA ' Refer to MI -210 DITCH CHECK 23+37.14 NA LT 31.0 This Data Entry Sheet fills Tab 100-7 effective 10-16-12 LT 29.0 DITCH CHECK � Refer to EW -501. LT 27.0 DITCH CHECK Field NA LT 27.0 DITCH CHECK ^ NA From 3 Refer to EW -501 or EW -502. 34+39.18 NA LT 22.0 DITCH CHECK 34+84.40 Channel Crossing 22.0 DITCH CHECK Predetermined for access int not constructed with this project. Side Fence Brace Gate Remarks'-_ Station Offset Station Offset This Data Entr Sheet fills Tab 102-3 effective 10-15-13 No.* Length* Location Type Length of Opening Q O O O Pipe Culvert u Type Type LF._.. Driveway EACH_ LF:. A, B, C, lb 3 O PR 50.0 SR 56.5 LT Aprons Surfacing Remarks Connect to Existing _ Corner Post Case Dropped Dropped 10+79.88 Pipe LT PCC Material 2 ' Station Side Safety Ramp, 39.5 20+21.38 O Size Lt. Length Rt. 944.0 4 - or Prede ermzped* Curb Curb .' 21+70.63 54.5 LT 150.0 ._ .._• - 21+70.63 . LF FT -- -- LF LF LF J 28.0 B 10+50.00 LT C 2 45 23+39.78 1.5 12 147 93 54 1 48 Beehive on upstream end 1 16 FT. 11+56.86 RT C 2 12 23+39.78 2.1 12 58 40 18 2 47 Length Includes Apron 4 1 16 FT. 15+61.98 RT C 2 12 1 15 48 28 20 2 47 Len h Includes Apron 6.0 18+50.00 RT C 2 12 Connect to Existing 1 15 43 23 20 2 47 61 Length Includes Apron 22+31.02 LT C 2 12 15 66 35 31 2 47 Length Includes Apron 1290.0 RT 29+31.23 LT C 2 12 1.5 12 57 32 25 2 47 Length Includes Apron 33+76.20 L7 C 2 40 1.3 12 74 37 37 2 134 Length pron Includes AWNW 1290.0 15+85.50 1290.0 RT 693.0 4 Alternate #2 Work �W i J ";C Y - c -) -<N �n Cn fir- M v _rn a -) R c cn •J LF Drawn By LLS 2-06-16 FM LIMI�y PLANS Pn)ject CHECK PLANS No. CIVIL 6NumEEIB LAND PLANNERS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT TABULATIONS Sheet No. Approved By. SBP 1-24-17 CHECK PLANS 0339256 MLAND lmimm�AL SURVEYORS (319)351-8282 IOWACITY'IOWA C.05 -17-17 Date: 09-23-2016 CHECK PLANS AW&CU 9P&:IA181S w .mmsconsuftants.net TABULATION OF Refer to SILT EC-201This FENCES Data EntrSheet fills Tab 100-17 effective 04-20-10LocationLengthn Station End Station r2G+74.20 SideRemarks _ 30"x48x36" HANDHOLE 35+16.20 RT 1442.0 PERIMETER 10100.57 23+31.51 LT Refer to MI -1011 MI -102, MI -103, MI -104, 510-3, and 510-6 1 DITCH CHECK 20166.95 * Bid Item LT 36.0 DITCH CHECK 21+59.65 NA LT 36.0 DITCH CHECK 22+62.11 NA LT 30.0 DITCH CHECK 23+37.14 NA LT 31.0 This Data Entry Sheet fills Tab 100-7 effective 10-16-12 LT 29.0 DITCH CHECK 30157.73 Location LT 27.0 DITCH CHECK Field NA LT 27.0 DITCH CHECK ^ NA From 25.0 To 34+39.18 NA LT 22.0 DITCH CHECK 34+84.40 Channel Crossing 22.0 DITCH CHECK Side Fence Brace Gate Remarks'-_ Station Offset Station Offset Length* Panels* No.* Length* Type Type LF._.. EACH EACH_ LF:. 10+00 50.0 10+16.58 56.5 LT 30.0 4 Connect to Existing _ Corner Post 10+16.58 58.5 10+79.88 39.5 LT 81.0 4 2 20 FT. 10+79.88 39.5 20+21.38 39.5 LT 944.0 4 20121.38 39.5 21+70.63 54.5 LT 150.0 4 21+70.63 54.5 21+90.53 54.5 LT 28.0 B 21+90.53 54.5 23+39.78 39.5 LT 150.0 4 1 16 FT. 23+39.78 39.5 33+13.05 39.5 LT 973.0 4 1 16 FT. 33+13.05 39.5 33+17.80 43.0 LT 6.0 Connect to Existing Corner Post 22+63.15 40.0 22+78.96 1290.0 RT 1250.0 8 Alternate #1 Work 22+78.96 1290.0 15+85.50 1290.0 RT 693.0 4 Alternate #2 Work TABULATION OF Refer to SILT EC-201This FENCES Data EntrSheet fills Tab 100-17 effective 04-20-10LocationLengthn Station End Station r2G+74.20 SideRemarks _ 30"x48x36" HANDHOLE 35+16.20 RT 1442.0 PERIMETER 10100.57 23+31.51 LT Refer to MI -1011 MI -102, MI -103, MI -104, 510-3, and 510-6 1 DITCH CHECK 20166.95 * Bid Item LT 36.0 DITCH CHECK 21+59.65 NA LT 36.0 DITCH CHECK 22+62.11 NA LT 30.0 DITCH CHECK 23+37.14 NA LT 31.0 This Data Entry Sheet fills Tab 100-7 effective 10-16-12 LT 29.0 DITCH CHECK 30157.73 Location LT 27.0 DITCH CHECK Field NA LT 27.0 DITCH CHECK ^ NA From 25.0 To 34+39.18 NA LT 22.0 DITCH CHECK 34+84.40 Channel Crossing 22.0 DITCH CHECK Side Fence Brace Gate Remarks'-_ Station Offset Station Offset Length* Panels* No.* Length* Type Type LF._.. EACH EACH_ LF:. 10+00 50.0 10+16.58 56.5 LT 30.0 4 Connect to Existing _ Corner Post 10+16.58 58.5 10+79.88 39.5 LT 81.0 4 2 20 FT. 10+79.88 39.5 20+21.38 39.5 LT 944.0 4 20121.38 39.5 21+70.63 54.5 LT 150.0 4 21+70.63 54.5 21+90.53 54.5 LT 28.0 B 21+90.53 54.5 23+39.78 39.5 LT 150.0 4 1 16 FT. 23+39.78 39.5 33+13.05 39.5 LT 973.0 4 1 16 FT. 33+13.05 39.5 33+17.80 43.0 LT 6.0 Connect to Existing Corner Post 22+63.15 40.0 22+78.96 1290.0 RT 1250.0 8 Alternate #1 Work 22+78.96 1290.0 15+85.50 1290.0 RT 693.0 4 Alternate #2 Work TABULATION OF Refer to SILT EC-201This FENCES Data EntrSheet fills Tab 100-17 effective 04-20-10LocationLengthn Station End Station r2G+74.20 SideRemarks _ 30"x48x36" HANDHOLE 35+16.20 RT 1442.0 PERIMETER 10100.57 23+31.51 LT 1330.9 _ PERIMETER 19+10.54 NA LT 36.0 DITCH CHECK 20166.95 NA LT 36.0 DITCH CHECK 21+59.65 NA LT 36.0 DITCH CHECK 22+62.11 NA LT 30.0 DITCH CHECK 23+37.14 NA LT 31.0 DITCH CHECK 24+23.20 NA LT 29.0 DITCH CHECK 30157.73 NA LT 27.0 DITCH CHECK 31+62.% NA LT 27.0 DITCH CHECK 32+79.63 NA LT 25.0 DITCH CHECK 34+39.18 NA LT 22.0 DITCH CHECK 34+84.40 NA LT 22.0 DITCH CHECK ELECTRICAL DUCTS This Data Entry Sheet fills Tab 108-2 effective 08-01-88 Conduit Dia. LenR[h Location --- T T Remarks 30"x48x36" HANDHOLE HDPE SDR 11 ORANGE 2" 1297.0 STA 35+45 82' RT _ 30"x48x36" HANDHOLE HDPE SDR 11 ORANGE 2" 1333.0 _ STA 22+93 36' RT 30"x48"x36" HANDHOLE OVER EXISTING CONDUIT AT LANDFILL 0 O moi? � �� "1C7 Q� O7 3 yx � i Cil I TAHUTATION OF CUT FILL VOLUMES Station Cu[ Area Cu[ Volume Fill Area Flll Volume Cum. Cut Vol. Cum. FlII Vol. Cum. Net Vol. (Sq.ft.) (Cu.yd.) (Sq.ft.) (Cu.yd.) (Cu.yd.) (Cu.yd.) (Cu.yd.) 10+50.000 40.58 0 1.89 0 0 0 0 11+00.000 41.23 79.02 33.79 31.77 79.02 31.77 47.25 11+50.000 9.3 46.79 42.04 70.21 125.81 101.95 23.83 12+00.000 59.08 63.32 99.82 131.35 189.13 233.33 -44.2 12+50.000 110.31 156.84 59.36 147.38 345.97 380.71 -34.74 13+00.000 179.52 268.36 44.39 %.07 614.33 476.75 137.55 13+50.000 166.96 320.82 62.94 99.39 935.14 576.17 358.98 14+00.000 99.62 246.83 54.91 109.12 1181.97 685.29 4%.68 14+50.000 80.49 166.77 41.57 89.33 1348.74 774.62 574.12 15+00.000 75.01 143.98 20.92 57.85 1492.73 832.47 660.25 15+50.000 53.23 118.75 15.76 33.96 1611.47 866.43 745.04 16100.000 78.31 121.8 10.96 24.74 1733.27 891.17 842.09 16+50.000 83.14 149.49 7.86 17.43 1882.75 908.6 974.15 17+00.000 91.73 161.92 7.18 13.93 2044.67 922.53 1122.14 17+50.000 85.4 164.01 8.71 14.72 2208.68 937.25 1271.43 18+00.000 94.87 166.92 10.66 17.94 2375.6 955.18 1420.41 18+50.000 154.92 231.29 12.28 21.24 2606.88 976.42 1630.46 19+00.000 179.89 310.01 13.15 23.54 2916.89 999.97 1916.93 19+50.000 260.43 407.7 36.43 45.9 3324.59 1045.87 2278.72 20100.000 255.25 477.48 50.45 80.44 3802.08 1126.31 2675.77 20150.000 78.29 308.83 129.99 167.07 4110.91 1293.38 2817.53 21+00.000 29.63 99.93 108.3 220.64 4210.83 1514.02 26%.81 21+50.000 67.39 89.84 112.63 204.57 43.67 1718.59 2582.08 22+00.000 81.93 138.26 173.54 264.97 4438.94 1983.57 2455.37 22+50.000 46.02 118.48 101.39 254.57 4557.41 2235.13 2319.28 23+00.000 18.12 59.39 128.71 213.06 4616.8 2451.19 2165.61 23+50.000 8.52 24.67 140.6 249.37 4641.47 2700.56 1940.91 24+00.000 3.37 11.01 159.2 277.6 4652.48 2978.15 1674.32 24+SO.1M10 5.91 8.59 127.26 265.24 4661.07 3243.39 1417.67 25+00.000 7.75 12.67 61.61 174.58 4673.74 3418.27 1255.47 25+50.000 11.48 17.83 39.24 93.38 4691.57 3511.66 1179.91 26+00.000 16.85 26.23 28.27 62.51 4717.8 3574.16 1143.64 26+50.000 16.98 31.32 29.93 53.88 4749.13 3628.05 1121.08 27+00.000 23.53 37.51 30.65 56.09 4786.64 3684.13 1102.5 27+50.000 49.11 67.26 9.31 37 4553.9 3721.13 1132.76 28+00.000 157.76 191.54 0 8.62 5045.44 3729.75 1315.69 28+50.000 316.93 439.53 0 0 5484.97 3729.75 1755.22 29+00.000 346.72 614.49 0.15 0.14 6099.46 3729.9 2369.56 29+50.000 283.37 583.42 0 0.14 6682.88 3730.04 2952.84 30+00.000 199.2 446.82 0 0 7129.7 3730.04 3399.66 30150.000 115.11 291.02 3.02 2.8 7420.72 3732.84 3687.88 31+00.000 95.28 194.8 29.33 29.95 7615.52 3762.79 3852.73 31+50.000 104.76 185.22 39.67 63.89 7800.74 3826.68 3974.06 32+00.000 126.75 214.36 25.18 60.05 8015.1 3886.74 4128.37 32+50.000 118.2 226.5 19.98 41.81 8241.9 3928.55 4313.35 33+00.000 95.05 197.46 33.18 49.22 8439.36 3977.77 4461.59 33+50.000 64.4 147.65 32.02 60.38 8587 4038.15 4548.86 34+00.000 43.5 99.91 4.55 v Drawn By LLS 2-06-18 CHECK PLANS Approved By. SBP 1-2417 CHECK PLANS 4-17-17 CHECK PLANS Date: 09-23-2016 -24- p No.CM 0339256 imloympmWnp� EROMM uR9 PLeRRERs = SURVEYORS m'� 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)357-6282 w .mmSCOnSultantsmet 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY. IOWA TABULATIONS Sheet No. C,�6 3.86 8686.91 4072.01 4614.9 34+50.000 34.92 72.26 10.44 3.93 8759.17 4085.94 4673.23 35+00.00059.8587.140.44 0.13 8846.32 4096.08 4750.24 35150.000 0 55.91 0 0.41 8902.23 4096.48 4805.74 110-12A 110-12A D-12A POLLUTION PREVENTION PLAN POLLUTION PREVENTION PLAN POLLUTION PREVENTION PLAN This project is regulated b the requirements of the Iowa P le 9 Y q C. The PPP is located in an area of Fayette Silt Loam, T sheets of the plana or is referenced in Standard Specifications Section 2105. Department of Natural Resources (DNR) Notional Pollutant Colo-Ely Complex, Lagodo Silt Loam, Clinton Silt Loam and b. Structural Practices Discharge Elimination System (NPDES) General Permit No. 2 Fayette Silty Clay Loam soil associations. The estimated 1) Structural practices will be implemented to OR an Iowa Department of Natural Resources (DNR) National weighted average runoff coefficient number for this PPP after divert flows from exposed soils and detain or otherwise limit Pollutant Discharge Elimination System (NPDES) individual completion will be 0.45. runoff and the discharge of pollutants from exposed areas of storm water permit. The Contractor shall carry out the terms D. Storm Water Site Map - Multiple sources of information the site. Additionally, structural practices may include: silt and conditions of this permit and the Pollution Prevention comprise the base storm water site map Including: basins that provide 3600 cubic feet of storage per acre Plan (PPP). 1. Drainage patterns - Plan and Profile sheets and drained or equivalent sediment controls, outlet structures that Situation plans. withdraw water from surface when discharging basins, and This Base PPP includes Information an Roles and Responsibilities, Project Site Description, Controls, Maintenance 2. Proposed Slopes - Cross Sections. f S rb -construction limits shown Areas ooDisturbance 3. Soil Di t controls to direct storm water to vegetated areas. 9 2) Structural practices to be used for this Procedures, Inspection Requirements, Non-Storm Water on Plan and Profile sheets. ti f St t l C t -Tabulations on C l 4. Locaon oStructural project are located in the Estimated Project Quantities Controls, Potential Sources of Off Right-of-Way Pollution, and sheets. (100-OA, 100-1A, or 100-1C) and Estimate Reference Definitions. This plan references other documents rather than 5. Locations of Non-structural Controls -Tabulations on Information (100-4A) located on the C sheets of the plan, as repeatingyofthe Information contained in the documents. A copy of this Base Pollution Prevention Plan, amended as 6. Locations of Stabilization Practices -generally within well as all other item specific Tabulations. Typical drawings detailing construction of the devices to be used on this project needed per plan revisions or by contract modification, will be construction limits shown on Plan and Profile sheets. C sheets. can be found on the B sheets of the plans or are referenced readily available for review. 7. Surface Waters (including wetlands) -Project Location in the Standard Road Plans Tabulation. All contractors shall conduct kite operations in a manner P Map and Plan and Profile sheets. 8. Locations where atone water Is discharged -Plan and g c. Storm Water Management 1) Measures shall be installed during the that controls pollutants, minimizes erosion, and prevents Profile construction process to control pollutants In storm water sediments from -way.waters of the state and leaving the entering g highway right-of-way. The prime contractor shall be sheets. E. The base site ma is amended b contract modifications P y discharges that will occur after construction operations have been completed. This may include velocity dissipation devices compliance responsible for compliance and implementation of the PPP for and progress payments (fieldbook entries) completed erosion at discharge locations and along length of outfall channel as their entire contract. This responsibility shall be further whose work is a source of control work. Also, due to project phasing, erosion and , sediment controls shown on project plans may not be Installed necessary to provide a non-erosion velocity flow from structure shared with subcontractors potential pollution as defined in this PPP. until needed, based on site conditions. For example, silt fence to water course. If Included with this project, these items are located in the Estimated Project Quantities (100-OA, 100-IA, I. ROLES AND RESPONSIBILITES ditch checks will typically not be installed until the ditch has been installed. Installed locations may also be modified from or 100-1C) and Estimate Reference Information (100-4A) A. Designer: tabulation locations by field staff. Installed locations will be located on the C sheets of the plan, as well as all other Item 1. Prepares Base PPP included In the project plan. 2. Prepares Notice of Intent (NOI) submitted to Iowa documented by fieldbook entries. F. Runoff from this work will flow into an uunnomed specific Tabulations. Typical drawings detailing construction of the practices to be used on this project are referenced in the DNR. tributary to Old Mans Creek which flows Into the Iowa River. Standard Road Plans Tabulation. The Installation of these 3. Signature authority on the Base PPP and NOL III. CONTROLS devices may be subject to Section 404 of the Clean Water Act. 2. OTHER CONTROLS B. Contractor Subcontractor. / A. The contractor's ECIP specified in Article 2602.03 for accomplishment of storm water controls should clearly describe a. Contractor disposal of unused cons fUction 1. Affected contractors/subcontractors are the intended sequence of major activities and for each activity materials and construction material wasttje sholl_comply with co-permittees with the IDOT and will sign a certification to the the NPDES define the control measure and the timing during the applicable state and local waste disposal,. sanitary, sewer, o statement adhering requirements of permit construction process that the measure will be Implemented. septic system regulations. In the event ot.6 conflict with. and this PPP plan. Affected contractors/subcontractors are 8. Preserve vegetation in areas not needed for construction. other governmental laws, Nies and regulaHods, 0% more ....e anyone responsible for sediment or erosion controls or involved C. Sections 2601 and 2602 of the Standard Specifications restrictive laws, rules or regulations shall apply. f%)..-� In land disturbing activities. All co-permittees are legally define requirements to implement erosion and sediment control 1) Vehicle Entrances and E.4tay- CWhstruct and required under the Clean Water Act and the Iowa measures. Actual quantities used and installed locations may maintain entrances and exits to prevenL.;trucking-of sedim is Administrative Code to ensure compliance with the terms and vary from the Base PPP and amendment of the plan will be onto roadways. ''•i c - conditions of this PPP. documented via fieldbook entries or by contract modification. 2) Material Delivery, Storage arid Us6 - 2. Submit an Erosion Control Implementation Pian Additional erosion and sediment control items may be required Implement practices to prevent discharge of construction ' (ECIP) according to Specifications Section 2602 and any as determined by the Inspector and/or contractor during storm materials during delivery, storage, and use. additional plan notes. water monitoring Inspections. If the work Involved is not 1 3) Stockpile Management - Install controls to 3. Install and maintain appropriate controls. applicable to any contract items, the work will be paid for reduce or eliminate pollution of storm water from stockpiles of 4. Supervise and Implement good housekeeping according to Article 1109.03 paragraph B. soil and paving. - practices. 1. EROSION AND SEDIMENT CONTROLS 4) Waste Disposal - Do not discharge any 5. Conduct joint required inspections of the site with a. Stabilization Practices materials, Including building materials, Into waters of the state, Inspection staff. 6. Comply with training and certification requirements 1) Site plans will ensure that existing vegetation except as authorized by a Section 404 permit. of Specifications Section 2602. or natural buffers are preserved where attainable and disturbed 5) Spill Prevention and Control - Implement 7. Signature authority on Co-Permittee Certification portions of the site will be stabilized. procedures to contain and clean-up spills and prevent material Statements and stone water inspection reports. 2) Stabilization practices shall be initiated as discharges to the storm drain system and waters of the state. C. soon as practicable In portions of the site where construction 6) Concrete Residuals and Washout Wastes - 1. Update PPP whenever there 1. Update a change is design, activities have temporarily or permanently ceased. Designate temporary concrete washout facilities for rinsing out construction, operation or maintenance, which has a . 3) Temporary stabilizing seeding shall be concrete trucks. Provide directions to truck drivers where significant effect on the discharge of pollutants from the completed as the disturbed areas are constructed. If designated washout facilities are located. Designated washout project. construction activity Is not planned to occur in a disturbed areas should be located at least 50 feet away from storm 2. Maintain an up-to-date record that Identifies area for at least 21 days, the area shall be stabilized by drains, streams or other water bodies. Care should be taken contractors and subcontractors as co-permittees. temporary seeding or mulching within 14 days. to ensure these facilities do not overflow during storm events. 3. Make these plans available to the DNR upon their 4) Permanent and Temporary Stabilization 7) Concrete Grooving/Grinding Slurry - Do not request. practices to be used for this project are located In the discharge slurry to a waterbody or storm drain. Slurry may be 4. Conduct joint required Inspections of the site with Estimated Project Quantities (100-OA, 100-1A, or 100-1C) and applied on foreslopes or removed from the project. the contractor/subcontractor. Estimate Reference Information (100-4A) located an the C 8) Vehicle and Equipment Storage and 5. Complete an inspection report after each inspection. sheets of the plan. Typical drawings detailing construction of Maintenance Areas - Perform on site fueling and maintenance 6. Signature authority on storm water inspection the practices to be used on this project are referenced in the in accordance with all environment laws such as proper storage reports and Notice of Discontinuation (NOD). Standard Road Plans Tabulation. of onside fuels and proper disposal of used engine oil or other 5) Preservation of existing vegetation within fluids on site. Employ washing practices that prevent Il. PROJECT SITE DESCRIPTION right-of-way or easements will act as vegetative buffer strips. contamination of surface and ground water from wash water. A. This Pollution Prevention Plan (PPP) Is for the 6) Preservation of topsoil: Bid Items to be used 9) Litter Management - Ensure employees construction of a Street Improvement Project. B. This PPP covers approximately 5.9 acres with an for this project are located In the Estimated Project Quantities (100-OA, 100-1A, or 100-1C) and Estimate Reference properly dispose of litter. 10) Dewatering - Properly treat water to remove estimated 5.9 acres being disturbed. The portion of the PPP Information (100-4A) located an the C sheets of the plan. suspended sediment before it re-enters a waterbody or discharges off-site. Measures are also to be taken to prevent covered by this contract has 5.9 acres disturbed. Additional Information may be found in Tabulations in the C or scour erosion at dewatering discharge point. 1110-10-16 1 PRELIMINARY P�S Drawn By. LLS 2-06-16 CHECK PLANS Projec t No. eeawEERS 1917 s. GILBERT ST. PLANNERS IOWA CITY, IOWA 52240 2017 HEBLAVENUE IMPROVEMENTS PROJECT POLLUTION PREVENTION PLANApproved Sheet No. By SBP 1-24-17 CHECK PLANS (1339256 IMAJED M SURVEYORS (319) 351-6282 M=S IOWA CITY, IOWA C.07 4-17-17 CHECK PiA" Data 09-23-201611)4-24-17 1 FINAL PLANS �N www.mmsconsultants.net 110-12A tt°-12A POLLUTION PREVENTION PLAN POLLUTION PREVENTION PLAN 3. APPROVED STATE OR LOCAL PLANS During the course of this construction, it is possible CERTIFICATION STATEMENT that situations will arise where unknown materials will be I certify under penalty of law that this document and all encountered. attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified IV. MAINTENANCE PROCEDURES personnel properly gathered and evaluated the information The contractor is required to maintain all temporary submitted. Based on my Inquiry of the person or persons who erosion and sediment control measures in proper working order, manage the system, or those persons directly responsible for including cleaning, repairing, or replacing them throughout the gathering the information, the information submitted is, to the contract period. This shall begin when the features have lost best of my knowledge and belief, true, accurate, and complete. 50% of their capacity. I am aware that there are significant penalties for submitting false information, including the possibility of fine and V. INSPECTION REQUIREMENTS imprisonment for knowing violations. A. Inspections shall be made jointly by the contractor and the contracting authority at least once every seven calendar days. Storm water monitoring Inspections will Include: 1. Date of the Inspection. 2. Summary of the scope of the Inspection. 3. Name and qualifications of the personnel making the inspection. Signature 5. Review erosion and sediment control measures within disturbed areas for the effectiveness in preventing impacts to receiving waters. 6. Major observations related to the implementation of the PPP. 7. Identify corective actions required to maintain or printed or Typed Name modify erosion and sediment control measures. S. Include storm water monitoring inspection reports in the Amended PPP. Incorporate any additional erosion and sediment control measures determined as a result of the inspection. Immediately begin corrective actions on all deficiencies found within 3 calendar days of the inspection. Signature V. NON-STORM WATER DISCHARGES This includes subsurface drains (i.e. longitudinal and standard subdrains) and slope drains. The velocity of the discharge from these features may be controlled by the use of patio blocks, Class A stone, erosion stone or other appropriate materials. This also includes uncontaminated groundwater from dewatering operations, which will be controlled as discussed in Section III of the PPP. o SOURCES OF OFF RIGHT-OF-WAY (ROW) POLLUTIONTAL Silts, sediment, and other forms of pollution may be ''Z_4 =1 .�..�, transported onto highway right-of-way (ROW) as a result of a C7^< fV storm event. -T, Ch Potential sources of pollution located outside highway ROW are beyond the control of this PPP. Pollution within highway ROW will be conveyed and controlled per this PPP .[' .. -- ... CO VIII. DEFINITIONS A. Base PPP - Initial Pollution Prevention Plan. B. Amended PPP - May include Plan Revisions or Contract Modifications for new items, storm water monitoring inspection reports, and fieldbook entries made by the inspector. C. IDR - Inspector's Daily Report - this contains the inspector's daily diary and bid item postings. D. Controls - Methods, practices, or measures to minimize or prevent erosion, control sedimentation, control storm water, or minimize contaminants from other types of waste or materials. Also called Best Management Practices (BMPs). E. Signature Authority - Representative from Designer, Contractor/Subcontractor, or RCE/Inspector authorized to sign various storm water documents. LIMINARY PLANS Drawn By. LLS i6 CHECK PLANS Project No. CIVILENCDD:EIs 1917 S.GILBERTST. LAND PLANNERS IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECTApproved POLLUTION PREVENTION PLAN sheeJNo.. By. SBP 1-24-17 CHECK PLANS 033925fi M LAND SURVEYORS (319)351-8282 IOWA CITY, IOWA C. 4-17-17 CHECK PLANS Date: 09-23-2016 104-24-17 LANDSCAPE ARCRa'ECIE ENVDnNIBNT.e. SPECI.WSIS www.mmscons ultants. net W W_ (n N CITY CF IOWA CITY 1 ~ w J � x U --T n 0 I 0 50 100 Feet O SCALE: 1"=50' Z HEBL AVE SW --�-�$— --- --- --- --- -- — --- — --- — D}JE%- - - 7Enuc=7F=�L{ - - - DEMOLITION NOTES: 1) COORDINATE ALL DEMOLITION ACTIVITIES WITH OWNER BEFORE COMMENCING ANY DEMOLITION WORK. 2) THE CONTRACTOR SHALL CONTACT ALL UTILITIES AND ARRANGE FOR THEIR LOCATION OF FACILITIES BEFORE BEGINNING DEMOLITION. THE CONTRACTOR SHALL COORDINATE NTH ALL PUBLIC UTILITIES FOR DISCONNECTION AND REMOVAL OF THEIR FACILITIES SERVING STRUCTURE BEING DEMOLISHED. 3) CLEARING AND REMOVAL OF TREES, SHRUBS AND BRUSH SHALL INCLUDE REMOVAL FROM THE SITE OF ALL TRUNKS, BRANCHES, STUMPS AND ROOTS. 4) REMOVAL OF FENCES INCLUDES REMOVAL AND DISPOSAL OF ALL FENCE MATERIALS FROM THE PROJECT SITE. 5) ADJACENT STREETS ARE TO BE MAINTAINED CLEAN AS PER CITY OF IOWA CITY REQUIREMENTS. 6) THE CONTRACTOR SHALL PROVIDE TRAFFIC CONTROL CONFORMING TO THE CURRENT EDITION OF THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES: WHEN WORK EXTENDS ONTO THE STREET. t t W-4 ww'4 L �Lr vin _ _QA_________ 105 _ 102 L - — — — — — -------------- CITY GP IRNA CITY I 1 1 t t I t I I I w u�i 2 0 0 N - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 108 PENNK M. FF�L CRY OF IOWA CITY 102 yy IM 106 - -� - 109 '\MTY, OF IRNA (IT Y KEYNOTES NUMBER KEYNOTE 101 REMOVE 6,584 SY EXISTING ASPHALT PAVEMENT: CD REMOVE 270 SY EXISTING GRAVEL SHOULDER. 102 REMOVE EXISTING GRAVEL DRIVE (809 SY TOTAL) 103 REMOVE EXISTING STORM CULVERT 104 REMOVE EXISTING GUARDRAIL N� p,01 4-17-17 CHECK PLANS Date: OB -23-2016 105 --ac> REMOVE EXISTING TREE/SHRUB: F�1MP�c. M 106 Q3 REMOVE & REINSTALL EXISTING; SIGN (� 107 REMOVE & REINSTALL EXISTING MAILBOX 108 REMOVE EXISTING FENCE - 109 REMOVE EXISTING EXISTING PCC PAVING 103 103 TAT r r 'Ld = r— /o Q N — — — 104 HEBL AVE SW w %Qum - --._ 7(---9 ------------- U —------------------- ------------1=--- P"rJ M. Ff20L 108 I 1-5 Drawn By. LLS 2-ps-ls CHECK PLANS Proo. MM 1917 S. GILBERT ST. NERS IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT DEMOLITION PLAN Shed No. Approved By. SBP 1-24-17 CHECK PLANS 7�d0339256 MEroRS 1029 (319)351$282 IOWA CITY, IOWA p,01 4-17-17 CHECK PLANS Date: OB -23-2016 RM= WWW.mmSCOnSUI(80tS.08t SPHCIA1619 1 .. .. T T T T .. T T 0 50 100 Feet O Z SCALE: 1"=50' R06ER D. HWT VIRGINIA CAROLINE HLRT c-------mac----x----x -. x n T T T T T T 105 o r 101 " HEBL AVE SW —OHE _ _-_--0FE-=-- --ORE --- _ DENNIS M. FEC RbOM D. HLRT VF44NIA CARCtRE HLRT " To T T T- m + � a a _ HPBL AVE SW i -or - =�FiE — .- - Ho- - - 0 - - - 107 106 I I / I I jI` I I I 102 I 103 LINR�T PLANS o. M CNa ENGINEERS Drawn By. LLS TH9:16 CHECK PLANS LAND PLANNERS Approved By SBP 1-24-17 CHECK PLANS 0339256 M LAND SURY Rs 4-17-17 CHECK PLANS LANWAPE ARCMTEC7 Date: 09-23-2016 ENvwOM M'AL SPECIAL T T 103 101 106 DENNIS M. HETL IOWA CITY, IOWA —T— LLI W 106 ' 0 _ w 1~ 108 Q 1 \ —T T T T Q – H–'W o LIJ N W z J = 61 Q 'N 0 J C-) m r ' rn KEYNOTES NUMBER KEYNOTE 101 REMOVE 6,584 SY EXISTING ASPHALT PAVEMENT: REMOVE 270 SY EXISTING GRAVEL SHOULDER. 102 REMOVE EXISTING GRAVEL DRIVE (809 SY TOTAL) 103 REMOVE EXISTING STORM CULVERT 0Q (HE) REMOVE EXISTING GUARDRAIL (2) 105 REMOVE EXISTING TREE/SHRUB STUMP 106 REMOVE k REINSTALL EXISTING SIGN (8) 107 REMOVE & REINSTALL EXISTING MAILBOX 108 [REMOVE EXISTING FENCE 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY, IOWA DEMOLITION PLAN NOTE: SEE SHEET B.02 FOR TYPICAL SECTIONS. 0 50 100 SEE SHEET B.03 FOR TABLE OF STANDARD ROAD PLANS Feel AND TREE TABLE. Z SCALE: 1"=50' � 1 i � 1 � GITY OF IONA GITY REMOVE AND REINSTALL EXISTING qTY OF IOWA C, 1 - 2" HDPE SDR 11 I 12.00' FENCE AS REQUIRED FOR GRADING. ORANGE QR AS QR x x x ---- --- — — -- - - -OHE---OHE----OHE -- - --- -- - --- PROPOSED 20' GATE' PEM16 M. Hm PROPOSED FENCE CONNECT TO EXISTING FENCE.' EXISTING HDPE DUCT NEW 30"x48"x36"— HAND HOLE TO BE PLACED OVER EXISTING CITY DUCT 1 � bIFY'OP IOWA ary PAVING LEGENQ y -� -CI --7n CT -<� a M • n 6" VCC'DRAWAYQ n 6" HMA SHOULDER r7777r7-= 6" GRANULAR DRIVEWAY ROGB2 D- f�_ NEW 30"x48"x36" HWT � t'vF: HAND HOLE. PLACEMENT �'.? 14':• VIRGINIA CAROLINE HURT CITY OF IONA CITY IN AREA THAT HAND HOLE 1 - 2" HDPE SDR 11 IS LEVEL AND WILL NOT '+.. ORANGE ®� FlLL HATH WATER " 12.00' --� T F X F( =�—F F x (SFO F F X FO Ftp AG T — —TTATA — — — — - -{g :_ — — A e •;' A E.�N11E.., AS QF x OHt - - - -OHE - - - - _ -OHE =--- ---7:-0 -OH - �- -OHE - - - -OHE - -0HE - - -OH - OHE - - - -OHE - - OH ----------- — — — — — — — — ----------—-------------\-------—— — - 1P•0000NNECT TO EXISTING FENCE. PROPOSED 16' GATE M• ti PROPOSED FENCE I REMOVE AND REINSTALL GATE AS REQUIRED 1PLAN5 Frroleo o. IVEIIWA mDam 1917 S. GILBERT ST. Sheat No. Orden By. LLS 2-06-1s CHECK PLANS PLANNIM IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING LAYOUT PLAN -17 1 FINAL P�Nb Appro-d By. SBP 10339256 SURVEYORS (319)351-8282 D.03 -24-17 CHECK PLANS �5 WWW.mm5con5UIfeRts.nef IOWA CITY, IQWA Data: 09-23-2018 Z o so 100 Feel NOTE: SEE SHEET B.02 FOR TYPICAL SECTIONS. SCALE: 1"=50' SEE SHEET B.03 FOR TABLE OF STANDARD ROAD PLANS AND TREE TABLE. 1 ROGER D. NURT VIRGINIA CAROLINE I1LRT 1 - 2" HDPE SDR 11 ORANGE FF �.-_._.— —_ _ —%F_ T XT �- T _ T x T__ F X OM AG QM Al o g EBL'AUr;JUE � ,7 � I N M w N N .. - N• N CONNECT TO EXISTING FENCE. CO REMOVE AND REINSTALL GATE AS CO x -� ----0 --� xREQUIFED_ 40H —__- x -- -- �'1�1=��NE-�� - �Et — ---='rOFiE—' — -------- CONNECT TO EXISTING FENCE. CONNECT — — — ------------------------------------ PROPOSED 16' GATE --------- -- ---------------- PFNNIS M_ HM PROPOSED FENCE REMOVE AND REINSTALL GATE AS o REQUIRED J 'n 2" STEEL RIGID RISER ONrn POWER POLE CONNECTED[� C:) TO NEW HAND HOLE co I "Y U1 ` { NEW 30"x48"x36" '3 HAND HOLE NEXT TO POWER POLE RbeM D. F1UZ7 Q VIRGINIA GPRGLINE HURT HDPE SDR 11 ORANGE DE0 - --- — ------X---- k --- -X i( --- ----7C- --7C-----X----X------x-=- FCi- F F \ & m T m T T + x x -- QMn F a g BL AVEINUE g W 46.0P� i _ r7N_ HO- - - _ =6HE QA x - -SHE - — — -0 �•�� - HE-- -- CO - E - - --OHE'�- —I _ _ _ \ L-- — — --------------- IL --------------- I - ------------ PENNIS M. YIECt PROPOSED FENCE Drawn By. LLS cHECKPUWS Project°• e1Gp� PLURnm 1917 s. cILBERT ST. IOWA CITY, IOWA 52240 2017 HEBLAVENUE IMPROVEMENTS PROJECTApproved PAVING LAYOUT PLAN Sheet No.-0518 By. SBP 1-24-sueveroes iml (319) 351-8282 IOWA CITY' IOWADate: D4-17-17 CHECK PLANS 09-232016 ve ANC10iE<75 96mu. serclusrs www.mmsconsultanLs.net SCALE: H.1 "=50'- V.1 "=5' HIGH POINT EL =776.77 IGH POINT STA 10+09.78 PVI ELEV.7 4.37 A.D.=-7. 0% LVC:200 0 00 0) m ^ om on +^ +n N O U U U w U m 788 W m 775 PROPOSED SURFACE co c Z 00 a n O_ n LOW POINT ELEV=751.561 _ i PVI STA: 3+00.86 m GOb1 PVI ELE :755.66 A.D.= .60% LVC:1 0.00 el Cry 00 � rLn + - �o Ai m �6 EXI NG SURFACE � w i i i i NOTE: PROFILE ELEVATION IS TOF OF SLAB AT C ENTERLINE n m a n a a v n 0 10 0 n Lq n n Go n O (0P, n 0 to ri W) ui ad d ri ui rl. (d I rl n •r n 1D n n n n n n n ^ n n n (7 � C9 4 U � U LL O LL O w U � U w O 4 4 O w IOi O L� lOi 13+50 13+00 12+50 12+00 11+50 11+00 10+50 10+00 Bran ex LLs z-06-16 CHECK PLANS Project o. M CIVO. ENGINEERS 1917 S. GILBERT ST. W10 PLANNERS IOWA CIN, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING PROFILE Sheet No. Approved By SBP 1-2417 CHECK PLANS 0339256 M LAND SURVEMR5 (319)351-82821 IOWA CITY. IOWA STA:10+00 -13+50 D.OS -17-n CHECK PLANS Dates 08-23-2018 S OE M�' www.mmsconsultants.net SCALE: H.1 "=50'- V.1 "=5' LOW POINTE V=732.773 LOW POINT S A=17+00.24 PYI ST-A. 5 150.00 PVI ELE :735.23 A.D.= i.56% K:45.72 N� c-i o " 0n n +n n �w U U W > > m / W /41 / / o / r HIGH POINT LEV=730.32 /n p HIGH POINT E TA=18+49.99�-- PN STA: 9+00.00 799 5n CYN A.D.= 1.71X PROPOSED StJtFA-- 3 K:5 .54 LVC:1 0.00 / do 01M 01 OR 01N O M �/ > L.T 0)N ItM q + n + n i ' U U ' 1.64% 730 J I EXIS NG SURFACE NOTE: PROFILE ELEVATION IS TOP OF SLAB AT CENTERLI E n M 10 Oi r0 N M i0 10 n 00 10 n N M O rn M O n in M 00 M N 00 M n ' Iq rn M n N 00 W W) n 01 V' O W) N N to I� 00 N Ol Oi O O M M M 04 04 17 ri N M O n 00 O 04 M a r Gi eF N N n N N M M n M M M M M n M M M Y n n n n n n n n n n n n n r n n n n n n n n c2 c� c2 u- c- c- c� c2 c2 1 W u- c2 c2 W LL W W lL 11 W W 11 W 11 4 � LL W li u- 11 lL w u- W W w 11 � 19+50 19+00 18+50 18+00 17+50 17+00 16+50 16+00 15+50 15+00 14+50 14+00 13+50 Drown By. LLS 2{16-is CHECK PLANS Project o. BNG01E©S 1917 S. GILBERT ST. PUNK 9 IOWA CIN, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING PROFILE Sheet No. Approved By. SBP --0339256 IMIM LANG 9U WWRS (319) 351-6282 IOWA CITY, IOWA STA:13+50 - 19+50 D.06 17-17 CHECK PLANS Date : 09-23-2016 X�IAL WWW,mm5CAn5Ultanfs.nef SCALE: H.1 "=50'- V.1 "=5' LOW POINT ELEV=72 .501 LOW POINT STA=23 24.61 VI ELEV: 726.1 A.D.=8.04X K: 7.31 750Lo745740735 LVC:300.00 m� J N µ + n �S N \ � f/1 > j m j W m \ W ♦ LOW POINT LEV=720.871 LOW POINTS A=22+15.67 p -� PVI STA: 2+00.00 .79X c�-C fV �. K:3 .56 rn LVC: 00.00 \ �x O� OCJ P OPOSED SURFACE o� +� u1 NU NW oirj ♦` W 2 f XISTING SURFA E N O O O I M N lJ M O O O N N O NOTE: PROFILE ELEVATI NIS TOP OF LAB AT CENTE LINE Oi 10 � N O Oi n � u) Ol u) a0 O u) OD T O OP O n N O 00 � a0 ^ O M M M M M i(7 N N N N ^ aD M Or n n co n N r N ^ N N N N n n n n n n n n n n n n n � n n n n IL 26+50 26+00 25+50 25+00 24+50 24+00 23+50 23+00 22+50 22+00 21+50 21+00 20+50 20+00 Pmjod o. Drawn By. LLS AIS CRECKPLANS ENGOlEEP3 1917 S. GILBERT ST. PIJ,NNER9 IOWACITU, IOWA12240 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING PROFILE Sheet No. Approved By. SBP 4 1� 1l CHE-11�CK PLANS 0339256 Me IMRR�gsp� � (319) 351-8252 IOWA CITY, IOWA STA:20+00 - 26+50 D.07 Dote: 09-23-2016 www.mmsconsultants.net N O O O M N � M O O O N N O Y M Oi 10 � N O Oi n � u7 7 N N N N N O N N CJ N �[f 1G ^ n M M M M M N n N N N N ^ ^ n N ^ n N r N ^ N N N N n n n n n n n n n n n n n � n n n n SCALE: H.1 "=50'- V.1 "=5' HIGH POINT LEV=767.61 HIGH POINT A=30+41.23 PVI STA: 9+00.00 A.D.=- 2.29X K:3.54 LVC: 0.00 -775 P^ 0 0� rn M •• r.. N U U U m XISTING SURFACE O »�33'II PROPSED SURFACE , �� 2n cy � ylfrY of ' G 755 750 1 NOTE: PF OFILE ELEVAT ION IS TOP OF SLAB AT CENT RUNE 00 O Y o W r U) n n o) v n v In o In 00 n n o r n r 00 N %0n r 1� r ri n n (6tD to If) 4 YI N W O a0 U) 6 1n o) N (L1 of n d- (o r t0 n t0 r to r (O r n (o r to r (O n to n r W r n r I` n n n r cs cDcD u- L c� co cD Ll U. W W u- W W u- 31+00 30+50 30+00 29+50 29+00 28+50 28+00 27+50 27+00 26+50 Drawn By. LLS p-Os-1s CHECKPUWS ro o. CND. ENGINEERS 1917 S. GILBERT ST-.V—Sheet uND rv�NNeNs IOWA CIN, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING PROFILE No. Approved By. SBP 1-24-17 CHECK PLANS 0339256 IM WND SURVEYORS (319)351$282 IOWA CITY, IOWA STA:26+50 - 31+00 D.08 4-17-17 CHECK PLANS Date: 09-23-2016 L1N[6CHE ARCIITECI9 WWW.mmS0005UIfantS.Oet ENYIXONYE & SPHCW1.413 SCALE: H.1 "=50'- V.1 "=5' HIGH POINT ELEV=7 4.61 HIGH POINT STA=35+ 0.00 VI ELEV:773.81 A.D.=-1.00% K: 50.00 LOW POINT V=765.627 0- 0 MD MD LOW POINT S A=32+10.33 N PVI STA: 2+50.00 o o + +n A.D.= i.01% M U n W K: 311.25 0iLVC: > Gi U > 0.00 w m co °^ n - rn Lq of of to+ �� M W r7 M\ W U n . ` O\ > W M . O �� 5 N�/EXISTING SURFACE Q o W� Ld Lu - t C7 G(q—IQ' `,= li ' 75 E5;v 76 NOTE: PROFILE ELEVATION IS TOP OFcc LAB AT CENTE RLINE t0O n ^ t0 O O AD N O AO 00 O N t0 of t0OR O O n W 00 O n n n n n rl to W c(D m coo N to n m n n n n n n n cno n AWo n n n n 1. n n c� v_ L W u- c� Ll W 1, co � u- c- W u- W u -W � v_ W u- W 35+80 35+50 35+00 34+50 34+00 33+50 33+00 32+50 32+00 31+50 31+00 Drawn By. LLS 2-08-16 CHECK PLANS rolec o. M ILBERT ST. LM PUNN� IOWA CIN,1917 S. CI�OWA 522 0 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING PROFILE sheet No. Approved By SBP 1-24-17 CHECK PLANS 0339256 IN LAND 9o8WWO (319)351-8282 IOWA CITY, IOWA STA:31+00 - 35+50 D.09 4-17-17 CHECK PLANS S �MC'� ABCMTHCrs www.mmsconsuttents.net Date: 09-23-2016 EXYNAtNEWAL 8P8CIAB19 0 100 200 Feet NORTH SCALE: 1"=100' � x x 3� x — — x �E ii .% � )E--- I PROPOSED FENCE ^a I (ALTERNATE #1) I I i ® c. I I� ro OX Cn 1 1 ro GIN Zr IOWA CITY c PROPOSED FENCE I (ALTERNATE #2) 1 I' X I' I1 ". II II X � I 9 I1 1 I I Drawn By. LLS -1 1 2-06-16 CHECK PLANS ro o. ■-CM M ENGINEERS 1917 S. GILBERT ST. WD PLQWERS IOWA CITY. IOWA52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT ALTERNATE FENCE PLAN Sheet No. Approved By. SBP 1-24-17 CHECK PLANS 0339256 M LAND SURVEYORS (319)351$282 IOWA CITY, IOWA D.10 09-23-2016 4-17-17 CHECK PLANS WNC6CAPE A1C` ID'Pq."19 WWW,mmSCon5ult2nts.net eNvmoRl�aa NTEculuTa Date: M4-24-17 0 60 100 CITY OF IOWA CITYFeet STA: 16+05.05 40.00R GITY Gr IOWA GITY � SCALE: 1 "=50' Z SURVEY CONTROL H1 - -- --- ----- -- ----------'----- ---------- -- ----------------------------- --------- ----------- - HEBL AVE SW o a ` to 0 o a 8 g _ S 1, g STA: 10+50.16 25.551- 0 0 T— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — TEMPORARY) PENNIS M YIE6L CONSTRUCTION EASEMENT I ROGER P. FART VIROINIA GARGLINE HURT I- I- N N Drawn By LLS Approved By. SBP Date: 09-23-2016 GITY GP IOWA CITY SURVEY CONTROL POINT NORTHING EASTING ELEVATION DESCRIPTION V1 609214.350 2152009.060 774.64 JOHNSON COUNTY MONUMENT NUMBER 232 (POINT #1) CONTROL POINT; 5/8" REBAR APPROX. 197' WEST OF V2 606757.713 2151743.771 776.80 SOUTH FIELD ENTRANCE (POINT #9) CONTROL POINT; 5/8" REBAR APPROX. 250' NORTH OF Hi 607126.151 2152002.689 ---- AIRFIELD ENTRANCE EAST SIDE OF ROAD (POINT #7) CONTROL POINT; 5/8" REBAR APPROX. 75' SOUTH OF H2 607555.600 2151990.291 — — — — PRIVATE DRIVE EAST SIDE OF ROAD (POINT #100006) CONTROL POINT; 5/8" REBAR APPROX. 440' SOUTH OF H3 608641.012 2151944.755 ---- GRAVEL DRIVE WEST SIDE OF ROAD (POINT #3) CONTROL POINT; RH SPIKE IN JOINT OF MAILBOX AT 3116 H4 609320.141 2152338.546 ---- IWV RD SW. (POINT #302) —— HEBL AVE SW — —� — — — -4 N {may CONTROL H2 CENTER SECT 14-79-07 I CITY OF IOWA GIT' SURVEY CONTROL V2 I i7 N I CO - 1-1 �pq CITY OF IRNA a Y a m T- I �— — C — — TCR — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — DENNIS M. HM TEMPORARY CONSTRUCTION EASEMENT Project No. CM RN001RRRS isu a. bantKI JI. RIGHT-OF-WAY/ 'nc- r M LAND PlANNM IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT 0339256 M LAND SURVEYORS (319)351-6282 SURVEY CONTROL H.01 WwwcA ARCRnEC15 _------ -..__. IOWA CITY, IOWA RGflER D. HURIT VIRGINIA CAROLINE FART 0 50 100 Feet Z SCALE: 1"=50' I RGSER D. MURT VIRGINIA CAROLINE f HEBL AVE SW a o A O I O O O SURVEY CONTROL H3 _ _ _ _ _ _ _ _ _ — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — N— — — — — — — — — — — — — — — — — — DEMJI5 M. HEEL r' TEMPORARY CONSTRUCTION EASEMENT Pyr, ` 7 N A © .! m SURVEY CONTROL #H4 t;� rn gT.y®q i :1 �✓ cn STA: 35+39.77 43.84R SURVEY CONTROL V1 PROTECT EXISTING JOHNSON R06ER D. HURT COUNTY SURVEY MONUMENT. VIRGINIA CAROLINE HURT DO NOT DISTURB. n n „j of cm + + ? + v+i a < 12 U M a HEBL AVE SW g o c 6 — a o. 0 o o c o0 rn n M ro 0 N 1/4 CORNER — — — — — - - - - SECTION 14-79-07 I 0 �—\'STA: 35+29.76 36.28L— — — ---------------------la —---------------------_---__ DENNIS M. hmL TEMPORARY CONSTRUCTION EASEMENT ro o. CMENGUIEM 1917s.c8.BERrsT' RIGHT-OF-WAY/ Sheet No. Drown By. LLS 2-08-18 CHECKPLANB LAND PLONE9s IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT Approved By. SBP1-24-17 CHECK PLANS 0339256 M 6 SURMOM (319)351-8282 SURVEY CONTROL H.02 4-17-17 CHECK PLANS LWSC.1P8.1RCRPIBCIS IOWA CITY, IOWA` Date: 09-23-2018 _2q_17 EXhLON AL SPECIAIb'IS WWW.mmS0005Ultants.nel 0 100 200 Oi Feel Z SCALE: 1"=100' - — "__-----_"__-------- t------------ -----------------"_"_"-----' --- — --- — --- — --- — --- — --- — --- — --- -- — --- — --- — --- — - - -- - ----------------------------------------------------------------------------- 0 i - ------------------------ ------------------------ F, L'1 rn 0 L1 Tangent Data Length 3.01 Course N26'15'03"E Circular Curve Data Delta: 26'14'26" Type: Right Cl Radius: 200.00 Length: 91.60 Tangent: 46.62 Chord 90.80 Course N13'07'50"W L2 Tangent Data Length 2,344.83 Course N00'00"36"W Circular Curve Data Delta: 03'53'21" Type:Left ©Radius: 500.00 Length: 33.94 Tangent: 16.98 Chord 33.93 Course N01'57'17"W Tangent Data L3 Length 19.97 Course N0353'57"W Circular Curve Data Delta: 03'12'35" Type: Right Radius: 500.00 Length: 28.01 Tangent: 14.01 Chord 28.01 Course NO2'17'40"W OTangent Data L4 Length 58.42 Course N00'41'22"W Drawn By. LLS U-1U-1ti VKtL1W11N_KT rL NJ YrofeCt Na. ENGINEERS LAND PLANNERS iau u. vi�ocrti pl. IOWA CIN, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT CENTERLINE ALIGNMENT 2-06-16 CHECK PLANS Approved By. SBP 1-24-17 CHECK PLANS 0339256 IMMICIVE, LAND SitRVEY0R5 (318)351-8282 IOWA CITY, IOWA H.03 4-17-17 CHECK PLANS LANDSCAPE ARCHrrwrs W W W.mmSCOnSUllanfs.nel Date: 09-23-2016o,4-24-11 FINAL PLANS EN mIfiE g SPECIAI151S 0 20 40 O Feet Z SCALE: 1"=20' \I \ \ T -T T T- T CULVERTS -OHE - - - -OHE - - - -OHE +OHE - - - -OHE - - - -OHE - - - -OHE - - - -OHE - — — — ----- -------------------------------------- TRAFFIC CONTROL AND STAGING NOTES MAINTAIN ACCESS AND MAIL AND GARBAGE SERVICE TO EXISTING HOMES ALONG PROJECT ROUTE AS MUCH AS POSSIBLE DURING ALL STAGES. MAINTAIN ACCESS TO AGRICULTURAL FIELDS ON THE WEST SIDE OF HEBL AVENUE AS MUCH AS PRACTICAL DURING ALL STAGES, CONTRACTOR SHALL BE RESPONSIBLE FORo REMOVING EXISTING ROADWAY SIGNr41AND -• REPLACING THEM AT THE SAME LOCA-tlONS THE END OF THE PROJECT. -i c�- e rn STAGE 1 NOTES �tr1 A HEBL AVENUE SHALL BE CLOSED TO Ad -T SIC DURING STAGE 1. INSTALL TRAFFIC COINTROLM ACCORDANCE WITH STANDARD ROAD PLAN TC -252. INSTALL CHANGEABLE MESSAGE SIGN AT INTERSECTION OF IWV ROAD AND HEBL AVENUE NOTIFYING TRAFFIC OF UPCOMING CLOSURE FOR MINIMUM OF 5 DAYS PRIOR TO CLOSURE. COORDINATE SCHEDULE FOR CLOSURE WITH IOWA CITY LANDFILL AND CITY OF IOWA CITY. WORK SHALL COMMENCE AFTER THE LANDFILL CLOSES ON FRIDAY EVENING AND BE OPEN TO TRAFFIC BY 7 AM ON MONDAY MORNING. THE WORK INCLUDES REMOVAL OF THE EXISTING CULVERTS AND GUARDRAILS, INSTALLATION OF WEST END SECTION AND CULVERT BARREL SECTIONS AS REQUIRED TO CROSS EXISTING PAVEMENT OF HEBL AVENUE, BACKFILL AND TEMPORARY GRANULAR SURFACING. TEMPORARY GRANULAR SURFACING SHALL BE MINIMUM 12" THICK AND MINIMUM 24' WIDE. 16 PRELIMINARY PLANS Project No. I Icrva etroure�s IWIf b. UILULKT STI I TRAFFIC CONTROUSTAGING PLAN Imen N-1 Orown By. LLS z -0s -1s CHECK PLANS M LMD PuwNeas IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT Approved By. SBP 1-24-17 CHECK PLANS 0339256 M LAN9 Sl WWRS (319)351-0292 STAGE 1 J.01 -17.17 CHECK PIANS LAe0.5C ARCNITECIS IOWA CITY, IOWA 1A/CCT UAI C r�C QrIV r`I 11 %/CDT rl p 100 200 h„m SCALE: 1"=100' PAVING LEGEND DPROPOSED PCC PAVING - PROPOSED TEMPORARY GRANULAR SURFACING OPROPOSED HMA SHOULDER I i i STAGE 1A NOTES: REMOVE EXISTING PAVING AND INSTALL TEMPORARY GRANULAR SURFACING TO MAINTAIN A MINIMUM \ OF 24 FEET OF TRAVEL WIDTH ON EXISTING HEBL AVENUE PAVING. MAINTAIN A MINIMUM OF 8 FEET BETWEEN EXISTING PAVEMENT AND PROPOSED CENTERLINE OF HEBL AVENUE. MAINTAIN ACCESS TO LANDFILL AND ALL ADJACENT PROPERTIES. INSTALL CHANNELIZERS OR DRUMS AT MAXIMUM 50 FOOT INTERVALS ALONG EAST EDGE OF EXISTING HEBL AVENUE PAVEMENT. N d J o. cm E.NGwEEIs 19175.GILBERTST. TRAFFIC CONTROLISTAGING PLAN "0.I Drown By. LLS 2-pfi-18 CHECKPUWS WD PWNNERS IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT r Approved By. SBP 1-24'17 CHECK PLANS x a? LAND snwwRS (319)351$282 e L - - MAINTAIN ACCESS TO LANDFILL AND ALL ADJACENT PROPERTIES. INSTALL CHANNELIZERS OR DRUMS AT MAXIMUM 50 FOOT INTERVALS ALONG EAST EDGE OF EXISTING HEBL AVENUE PAVEMENT. N d J CONSTRUCT EAST HALF OF HEBL AVENUE BETWEEN STA: 11+25 AND 33+00. WORK INCLUDES INSTALLATION OF REMAINDER OF BOX CULVERT AND INSTALLATION OF DRIVEWAYS ON EAST SIDE IN ADDITION TO GRADING AND PAVING FOR EAST HALF OF PAVEMENT AND SHOULDER. INSTALL 500 LF BARRIER RAIL DURING STAGE 1A TO REMAIN UN111- START OF STAGE 4 --- Ll __ 1 o. cm E.NGwEEIs 19175.GILBERTST. TRAFFIC CONTROLISTAGING PLAN "0.I Drown By. LLS 2-pfi-18 CHECKPUWS WD PWNNERS IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT r Approved By. SBP 1-24'17 CHECK PLANS x a? LAND snwwRS (319)351$282 _ Ln IS71est J.02 CONSTRUCT EAST HALF OF HEBL AVENUE BETWEEN STA: 11+25 AND 33+00. WORK INCLUDES INSTALLATION OF REMAINDER OF BOX CULVERT AND INSTALLATION OF DRIVEWAYS ON EAST SIDE IN ADDITION TO GRADING AND PAVING FOR EAST HALF OF PAVEMENT AND SHOULDER. INSTALL 500 LF BARRIER RAIL DURING STAGE 1A TO REMAIN UN111- START OF STAGE 4 --- Ll __ 1 o. cm E.NGwEEIs 19175.GILBERTST. TRAFFIC CONTROLISTAGING PLAN "0.I Drown By. LLS 2-pfi-18 CHECKPUWS WD PWNNERS IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT Approved By. SBP 1-24'17 CHECK PLANS 0339258 M LAND snwwRS (319)351$282 IOWA CITY, IOWA I STAGE 1A IS71est J.02 4-17-17 CHECK PLANS w�ID�crs WWW.mmsconsultants.net EAST HALF STA: 11+25 TO 33+00 Date 09-23-2018 4 24 17 FINAL PLANS ENVLPoNID n SPECIAIb'19 0 30 60 PAVING LEGEND Feel Z SCALE: 1"=30' PROPOSED PCC PAVING PROPOSED TEMPORARY GRANULAR SURFACING DPROPOSED HMA SHOULDER EXISTING ASPHALT PAVING STAGE 2 NOTES: HEBL AVENUE SHALL BE CLOSED TO ALL TRAFFIC DURING STAGE 2. INSTALL TRAFFIC CONTROL IN ACCORDANCE WITH STANDARD ROAD PLAN TC -252. INSTALL CHANGEABLE MESSAGE SIGN AT INTERSECTION OF IWV ROAD AND HEBL AVENUE NOTIFYING TRAFFIC OF UPCOMING CLOSURE FOR MINIMUM OF 5 DAYS PRIOR TO CLOSURE? ----qq-'�� COORDINATE SCHEDULI F CLOSURE WITH IOWA I CIPPOF IOWA CITY. WORK SgA�`CONIME _ CE AFTER THE LANDFILL ,4 491E ON 9 t 1 FRIDAY EVENING AND BE OPEN TO TRAFFIC BY 7 AM ON MONDAY MORNING. WORK INCLUDES REMOVAL OF EXISTING HEBL AVENUE PAVING AND INSTALLATION OF FULL WIDTH PAVEMENT BETWEEN STA: 33+00 AND 35+21.35. PAVING SHALL UTILIZE M MIX FOR HIGH EARLY STRENGTH. REMOVALS MAY OCCUR THURSDAY NIGHT AFTER LANDFILL CLOSES WITH TEMPORARY GRANULAR SURFACING AS REQUIRED TO ACCOMMODATE TRAFFIC ON FRIDAY. WORK TO BE COMPLETED FRIDAY AFTER LANDFILL CLOSES IN PREPARATION FOR PCC PAVING SATURDAY MORNING TO BE COMPLETED BY 12 NOON ON SATURDAY. STAGE 2 SHALL BE COMPLETED AFTER STAGE 1 AND 1A AND BEFORE STAGE 4. STAGE 2 AND 3 MAY BE COMPLETED IN ANY ORDER. Dfmm By. LLS 1FN� 0. c"m ENDatas 1917 S. GILBERT ST. TRAFFIC CONTROUSTAGING�TRAFFIC PLAN IShoe Nm 2-0f*16 CHECK PLANS LAND PLANNERS IOWA CITY, IOWA52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT Appro,�d By. SBP 1-2 D-164-17 CHECK PLANS 0339256 M LANG SUEVEYONS (319)351-8282 STAGE 2 J.03 ail -17 CHECK PIANS LeNr MH=tS mmswnsUltants.net IOWA CITY, IOWA FULL WIDTH STA: 33+00 TO 35+21.35 loot. 09-23-2016 n_ve_w PINAI PIANS S EII1®tI LL SP[L1.WSl5 WWW' _. t 1L t t L t t t t t L t L t L i L t t i t L HEBL AVE SW g) I [--q H 0 30 60 Feet Z SCALE: 1"=30' / 1 --- — — — — — — — — — — — — — — — — — — — — — — — — —T — — — — — i / tt � / L A / L i t i L 4 PAVING LEGEND PROPOSED PCC PAVING OPROPOSED GRANULAR SURFACING PROPOSED HMA SHOULDER OEXISTING ASPHALT PAVING STAGE 3 NOTES: HEBL AVENUE SHALL BE CLOSED TO ALL TRAFFIC DURING STAGE 3. INSTALL TRAFFIC CONTROL IN ACCORDANCE WITH STANDARD ROAD PLAN TC -252. INSTALL CHANGEABLE MESSAGE SIGN AT INTERSECTION OF IWV ROAD AND HEBL AVENUE NOTIFYING TRAFFIC OF UPCOMING CLOSURE FOR MINIMUM OF 5 DAYS PRIOR TO CLOSURE. cN� COORDINATE SCHEDULE FOR' 9SU� WITC 'f IOWA CITY LANDFILL AND CITY-'0EjO CIT` — - WORK SHALL COMMENCE AFTEJ:t'TH� r LANDFILL CLOSES ON FRIDAY EVENING ANDA OPEN TO TRAFFIC BY 7 AM ON MONDAY MORNING. WORK INCLUDES REMOVAL OF EXISTING HEBL AVENUE PAVING AND INSTALLATION OF FULL WIDTH PAVEMENT BETWEEN STA: 10+00 AND 11+25. PAVING SHALL UTILIZE M MIX FOR HIGH EARLY STRENGTH. REMOVALS MAY OCCUR THURSDAY NIGHT AFTER LANDFILL CLOSES WITH TEMPORARY GRANULAR SURFACING AS REQUIRED TO ACCOMMODATE TRAFFIC ON FRIDAY. WORK TO BE COMPLETED FRIDAY AFTER LANDFILL CLOSES IN PREPARATION FOR PCC PAVING SATURDAY MORNING TO BE COMPLETED BY 12 NOON ON SATURDAY. HMA SHOULDER AND DRIVEWAY AND STORM SEWER WORK MAY BE COMPLETED OUTSIDE OF SCHEDULED CLOSURE WITH LANE CLOSURES AS REQUIRED. STAGE 3 SHALL BE COMPLETED AFTER STAGE 1 AND 1A AND BEFORE STAGE 4. STAGE 2 AND 3 MAY BE COMPLETED IN ANY ORDER. JPM�faNa By. LLS -0510 CHECK PLAN$w�vo Yr0lect NOICn'IL ENGWERS ltlil J. UILntIfl ST.I I TRAFFIC CONTROLJSTAGING PLAN (Sheet No. LLS -0576 CHECK PLANS w..a rrolecc NO � excweeis inu a.�antni sT.l I TRAFFIC CONTROLJSTAGING PLAN (Sheet No.l LAND PIANNERS IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT Approved By. SBP 1-2417 CHECK PLANS 0339256 LAND SURVEYORS (319)351$262 STAGE 3 J.04 09-23-2016 q_77 FINAL PL NNS _ s ��AL SP www.mmsconsultants.net IOWA CITY, IOWA FULL WIDTH STA: 10+00 TO 11+25 i F 0 100 zoo PAVING LEGEND O Feet Z SCALE: 1"=100' PROPOSED PCC PAVING PROPOSED HMA SHOULDER EXISTING ASPHALT PAVING FfE6L-AVESW STAGE 4 NOTES: MAINTAIN ONE LANE OF TRAFFIC ON COMPLETED EAST HALF OF HEBL AVENUE. INSTALL TEMPORARY SIGNALS AND OTHER TRAFFIC CONTROL IN ACCORDANCE WITH STANDARD ROAD PLAN TC -216 DURING THIS STAGE. CONTRACTOR SHALL PROVIDE SPECIAL TIMING FOR SIGNAL WITH LENGTH GREATER THAN 1050 FEET. ACCESS TO LANDFILL AND ADJACENT PROPERTIES SHALL BE MAINTAINED DURING THIS STAGE. 11 1 YroJect NO.M rrofect NOGN11. 1 REMOVAL OF THE EXISTING HEBL 60 AVENUE PAVEMENT AND TEMPORARY 0 r..,)r m FOR THE WEST HALF OF HEBL .-1 n AVENUE, INSTALLATION OF Approved By. SBP 1-24-17 CHECK PLANS CHECK i F 0 100 zoo PAVING LEGEND O Feet Z SCALE: 1"=100' PROPOSED PCC PAVING PROPOSED HMA SHOULDER EXISTING ASPHALT PAVING FfE6L-AVESW STAGE 4 NOTES: MAINTAIN ONE LANE OF TRAFFIC ON COMPLETED EAST HALF OF HEBL AVENUE. INSTALL TEMPORARY SIGNALS AND OTHER TRAFFIC CONTROL IN ACCORDANCE WITH STANDARD ROAD PLAN TC -216 DURING THIS STAGE. CONTRACTOR SHALL PROVIDE SPECIAL TIMING FOR SIGNAL WITH LENGTH GREATER THAN 1050 FEET. ACCESS TO LANDFILL AND ADJACENT PROPERTIES SHALL BE MAINTAINED DURING THIS STAGE. 11 1 YroJect NO.M rrofect NOGN11. 1 REMOVAL OF THE EXISTING HEBL 60 AVENUE PAVEMENT AND TEMPORARY ✓ � n r..,)r m FOR THE WEST HALF OF HEBL .-1 n AVENUE, INSTALLATION OF Approved By. SBP 1-24-17 CHECK PLANS CHECK DRIVEWAYS ON THE WEST SIDE OF rn ) — _ — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — _ — — , I � I � I LLS MLIMI T ru Nb B LLS U -IU -IU rItCLIMIN T rL NO CHECKPWJS YroJect NO.M rrofect NOGN11. WORK IN THIS STAGE INCLUDES REMOVAL OF THE EXISTING HEBL et No. et No.l6 AVENUE PAVEMENT AND TEMPORARY PAVEMENT, GRADING AND PAVING uxe PlJomm IOWA CIT'. IOWA 52240 FOR THE WEST HALF OF HEBL AVENUE, INSTALLATION OF Approved By. SBP 1-24-17 CHECK PLANS CHECK DRIVEWAYS ON THE WEST SIDE OF M HEBL AVENUE, AND FINAL GRADING AND SEEDING OF ENTIRE PROJECT. --- d " — ---------------------------------- ---------------------------- T HEBL AVE SW — _ — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — _ — — , I � I � I LLS MLIMI T ru Nb B LLS U -IU -IU rItCLIMIN T rL NO CHECKPWJS YroJect NO.M rrofect NOGN11. MGRS M my a. bILMKI bi. 6KGDi M lel1 J. 0ILMKI SI.I CONTROL/STAGING PLAN Tf\IIFFIC CONTROL/STAGING PLAN et No. et No.l6 Y 2Os-16 uxe PlJomm IOWA CIT'. IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT Approved By. SBP 1-24-17 CHECK PLANS CHECK 0339256 M LAND mwmm (319)351-8282 ITRAFFIC IOWA CITY, IOWA I STAGE 4 IshvOrorn J.05 09-23-2016 4-17-17 PIANSuLL www.mmsconsultants.net WEST HALF STA: 11+25 TO 33+00 Date: -24-17 FINAL PLANS 5P ON0, 0 20 40 Feet ZSCALE: 1"=20' AVENUE & IWV ROAD LANDFILL ROAD HEBL AVENUE & LANDFILL ROAD l?2"'- a rnaonuva.l wn0 rropoc no. clym mumNn:� mi, �. w�o�nl 01, arleer. nv. Drawn By. LLS 2-06-16 CHECK PIANS UND PLANNERS IOWA CIN, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT INTERSECTION AND Approved By. SBP 1-24-17 CHECK PLANS 0339256 M LAND SURWYDR6 (319)351-8262 JOINTING DETAILS L.01 n-1� CHECK PLANS w+ WEA Hmim IOWA CITY, IOWA Date: 09-23-2016 -2a-t� FINAL PLANS S elnmoxNexrwL seECLubis www.mmsoDnsuftants.net STORM SEWER CONSTRUC110N NOTES 1) CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES SHALL PREVAIL ALL MANHOLE AND INTAKE CASTINGS SHALL HAVE THE CITY OF IOWA CITY LOGO. 2) ALL STORM SEWERS SHALL BE CLASS 3 ROP UNLESS NOTED OTHERWISE IN THE PLANS. 3) AT PLACES WHERE A FLARED END SECTION IS REQUIRED, PIPE LENGTH INCLUDES THE FLARED END. THE LAST TWO JOINTS ARE TO BE TIED WHERE FLARED END SECTIONS ARE REQUIRED. 4) ALL STORM SEWERS SHALL BE PROVIDED WITH CLASS "B" BEDDING, UNLESS NOTED OTHERWISE. 5) STORM SEWER TRENCHES SHADED ON THE PROFILE VIEW SHALL BE BACKFILLED WITH EITHER OF THE FOLLOWING COMPACTED TO 95% STANDARD PROCTOR DENSITY: A. SUITABLE EXCAVATED MATERIAL IF EXCAVATED MATERIAL IS NOT SUITABLE, THEN B. CRUSHED STONE AS SPECIFIED FOR GRANULAR TRENCH BACKFILL SHALL BE USED. ENGINEER SHALL AUTHORIZE USE OF GRANULAR BACKFILL MATERIAL PRIOR TO PLACEMENT. 6) GRANULAR TRENCH BACKFILL SHALL BE CRUSHED STONE CONFORMING TO I.D.O.T. STANDARD SPECIFICATION 4120.04 WITH 1" MAXIMUM AGGREGATE SIZE. COMPACT TO 9576 STANDARD PROCTOR DENSITY. 7) THE ENTIRE DEPTH OF TRENCH FOR STORM SEWERS UNDER PUBLIC STREET PAVEMENT SHALL BE BACKFILLED WITH CLASS "A" CRUSHED STONE. THESE AREAS ARE SHOWN HATCHED ON THE PROFILE VIEW. 8) ALL RCP STORM SEWERS SHALL HAVE TONGUE AND GROOVE JOINTS. ALL JOINTS SHALL BE TIED WRAPPED IN ENGINEERING FABRIC. 9) ALL PIPE SHALL BE CERTIFIED. 10) ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE. IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR TO PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. 11) LIFT HOLES IN STORM SEWER WILL NOT BE ALLOWED. 12) PROVIDE CONCRETE FILLETS IN ALL NEW & EXISTING DRAINAGE STRUCTURES PER REFERENCED DETAILS. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS, OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION . THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTIUTIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THAT THERE MAY BE OTHER FACILITIES IN THE CONSTRUCTION AREA, THE EXISTENCE OF WHICH IS NOT PRESENTLY KNOWN OR SHOWN HEREON. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WALL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 1. PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL 2. BELL HOLES SHALL BE HAND SHAPED SO THAT ONLY PIPE BARREL RECEIVES BEARING PRESSURE. 3. PLACE BEDDING TO ENSURE THAT THERE ARE NO VOIDS UNDER OR ALONGSIDE THE LENGTH OF PIPE. 4. BACK FlLL SHALL BE HAND TAMPED UP TO 12" ABOVE TOP OF PIPE. 5. SEE TABLE FOR ALLOWABLE TRENCH WIDTH Bd. ID Bd INCHES FEET & INCHES CLASS "B" BEDDING By. LLS 2-0(x161 EHE C9PLANS -- -- m UND PUNNERS IOWA CITY, IOWA 62240 2017 HEBL AVENUE IMPROVEMENTS PROJECT ed By. SBP e_Zv_w CHFCKGPILANS 0339256 SMEYO�M IANOSC.IPEARCNQECIS (319)351-8282 IOWA CITY, IOWA NTS STORM SEWER NOTES CO C71 r 1TT m 0 N1 01 0 5D too Feet Q SCALE: H.1"=50' V.1"=5' Li PROPOSED Z 1 PROP FES #11 12 INCH FIBER OP T1C STA: 11+96.25 25.16PROP8 SEDPROP FES #12 12 INCH PROP FES #9 15 INCH PROP FES #10 15 INCH FIBEROPTICSTA:11+38.37 25.22R STA:15+90.26 25.06R STA-%+42.28 24.4OR F o I —__FO F__—`Fi3 �FV ^ T T — .._.,., o ,•� a b'- I PROP INTK #1 SW 512 N 606674.659 _ - E 2151947.584 PROPOSED 4"0 ,:ti. r •.t,>r ` ❑_ �� T - —C=-- - -OH - - -OHE - - - -0' SUBDRAIN ,, - PROP FES #13 12 INCH - - - - _ - - =OHS - - - - -01{E - - -OHE — - _ STA:10+98.45 24.51 L— o ----PROPOSED 4"0-- -- ---7-— — — — — — SUBDRAIN - F' / W N n N_ n O � M n O (/t O_ n a0 0! M ! II rn s nj a 0 N N N r y N O D_' W I 0 II o_z II to V)( a W m z 'n ;ia0i 11 0 D_ O of W d O W v O II 0 !,j 740 -110a _ IV o 0 lo lo � $• 775 735 IOU 75 P RC730 70 PVC TRUSS ® 0.28% Drawn By. LLS 2-0s-16 CHECK PLANS ro o. crvn. ENGINEERS LAND PLANNERS 1917 S. GILBERT ST. IOWA CITY, IOWA52240 2017 HEBLAVENUE IMPROVEMENTS PROJECT STORM SEWER PLAN Sheet No. CHECK PL�S Approved By. SBP 417.17 0339256 IMPAILAMCAPE ARYo�� (319) 1-8282 IOWA CITY, IOWA AND PROFILE M,02 CHECK PIANS Date: 09-23-2018 sQrypyfomg SPEL1ALMS nsulta WWW.mmS000501t2nt5.n0t PROPOSED FIBER OPTIC Nm 50 100 Feet SCALE: H.1"=50' V.1"=5' Z SUBDRAIN OUTLET, DR -304 jPROPOSED 4"0 �5 / SUBDRAIN, / PROPOSED 4"0 SUBDRAIN -�23 F F F^ FO oF^ F^ T T �= PROPOSED 4"0 SU BDRAIN OUTLET, PROPOSED 4"0 SUBDRAIN DR 304 SUBDRAIN X— — — — — — — — r — r — — —----------- — - -- -0 - - - - - E- - -OHE - - - -OHE - - - - -OHE - - - -OHE - - - -OHE - - - -OHE - - - - HE - - -OHE - - -OHE - - - -OHE — — — — — — — — — — — — — — — — — — — — — — — — — — — — -- PROPOSED 4'0 x SUBDRAIN By. LLS ed By. SBP 09-23-2016 Project o.ILNEWA NCS LAND PLNNERS 0SURYR PE ARM= SPECLW 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT (319)351-6282 IOWA CITY, IOWA w.mmsconsultants.net STORM SEWER PLAN. "° AND PROFILE 00 00 a Ln04 u 00 cm 4h IIII LLIU t(Ifa- n r a0L-LitIJ W (A z 00 r 73 01 715 RCP O ' C. 725R By. LLS ed By. SBP 09-23-2016 Project o.ILNEWA NCS LAND PLNNERS 0SURYR PE ARM= SPECLW 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT (319)351-6282 IOWA CITY, IOWA w.mmsconsultants.net STORM SEWER PLAN. "° AND PROFILE o so 100 ZZZZA Feet I Z SCALE: H.1"=50' V.1"=5' PROPOSED 4"0 PROP FIBER00PT1C PRSED OP FES 15 INCH SUBDRAIN .4 STA: 32+26.47 34.548 ` X_ __X— __ _ t___ — X__ — __ — __ 1 _ ___ — X_ — __ _ __ �___ — �_ — __X — ___X_ ______ —X__ --E^--I F — _X_ _ __ ___ ___ ___ — X FG om— I —� — T PROP FES #4B 12 INCH T SUBDRAIN OUTLET, STA: 28+98.77 24.74E .;; ... .. .; . `... DR-304 _ CLEANOUT o o 77 g 8 * N M n N, — - ----4L OUTLET, - / PROPOSED 4"0 DR-304N - SUB RAIN - HE - - - HE - - - -0 E —T'iE - - --OHEa9C - OH -HO-IE \ PROP FES #4A 12 INCH I a PROP FES #2 121NCH STA: 29+56_13 24.37L_ -------------- -- STA: 33+39.30 24.79L �y `� __________________ ------------ — 1f' ? - PROP FES #3 15 INCH n - - STA:32+26.47 23.98E 7 = PROP FES #1 12 INCH C-)-< r o i STA: 34+13.08 24.96L I 1� �3 N w 75 Q 0 77g ;k II N O N t0 n e O � Z m � II r- O Z N N o II lLj a w LL m COD m -- a- 0 770 rl II 43. w _ v N ;k775 II W ? to z w wH_ 775 00 00 �N ¢W 0 ave 1 Pvc \ 57' 60 :760 Cp \ RCP O 2 O 520$ V Oz\ Drerm BY LLS 9166 zos15 CHECKPANS projecto. 768 104111 EKCOIEERS ruxweRs 0 L 1917 S. GILBERT ST. OWACITV,IOWA52246 2017 HEBLAVENUE IMPROVEMENTS PROJECT STORM SEWER PLAN $heel No. rza-n CHECK PLANS o33szs5 1PA[M MKD SURVEYORS xDscereIOWA (319)351 8282 CITY, IOWADate: AND PROFILE M.04SBP 09-23-2018 417-17 CHECK PLANS NVIMN10.' AL SPEcuu515 www.mmsconsultants.net - \ �_ _ \ c fn QF 16WA ?.17Y - - - - _ \ \ \ �-.. \ 0 \ 50 100 ♦ \ ♦ ♦ \ \ ; ♦ Feet 1 1 SCALE \\` \ \ ♦ \ `I _ 1 11 1 1 1 t \ \ \ . \ , ♦ ♦or \ - - - i I 1 \ 1 735 737 Y 60 7�' 745 75p - 770, - - = ..J .•^ •: '-1 ••J 'J i -. �� js is �,� -•' _,' ^ .-] .�-, , �• t� V` li W • (�' W ' J' J J J .'J JJ .J� J J�.-�J J. J J ':J.. J' J J J..J .J JiV J J J J n . > ? .P A A - .P p A .. A . V` : cT V• tP... cP cT¢@�, J �-N-c,: J-m-aio / .... t3` 0�••_•�-��•:•.�.. Cp: c0 0—»N ll+ .P cP�O� -� CP \0-0��-.N W .P (T O+�+J$� t0 .0 .P_cP-.rn O�� N ........?--z_ ONE- OHE - - --ONE `_ _ --__. __ I1 Ln \ .•�^�'�•+ �— �••h�•�++'•+' .�•.+.-�9 •-rr��?'rg�rr�-••rte-••'• •• I ••Y ••• ••L�•.L •i.�•.•r.•u . • to /s0 i 4� � 1 -- VIRGINIA GARGLINE F1LR7 - 7_-- \ . - - - _ A�yk. h - - GTl \A' IOL�A Y - - �5 u _-- rn - _ _ - - - - - - -+c� 1s ` _ - - 735-738 _ - ' _ - vet. X733 _ T� \\ . , ,r I . .. � - 32=73 -34- 3 'A._ g5� •• ...�...�...�...�...�...�...�... S •.. y •..�.•.�•.�•;L�.. ■.�► ` -- - - 732 '� _ F 720 715" crr.. t FD 1" -'-- 716.�T >31 ------. _ T 717 725. — -- 719 720 _. 720 - C5_ 720 725 �,�,�1 71 730 5= -0NE --- -0 E - -!' 725 t \ J 1 �...�:.._�.. �...�_•.. EROSION CONTROL LEC ND - - - - - - - SILT FENCE/FILTER SOCK • • • PERIMETER SILT FENCE TEMPORARY ROCK CONSTRUCTION ENTRANCE/EXIT TEMPORARY SOIL STOCKPILE AREA TEMPORARY PARKING AND STORAGE DIRECTION OF OVERLAND FLOW W CONCRETE TRUCK/EQUIPMENT WASHOUT DUMPSTER FOR CONSTRUCTION WASTE EE PR PORTABLE RESTROOM </ �\� RIP RAP OU11E7 PROTECTION DL DOCUMENT LOCATION (PERMITS, SWPPP, INSPECTION FORMS, ETC.) 01 OTHER MEASURE: ®FILTER SOCK INLET PROTECTION 02 OTHER MEASURE: FILTER SOCK BEHIND CURB AT CURB RAMP 03 OTHER MEASURE: THE ABOVE LISTED ITEMS ARE SHOWN IN THEIR RECOMMENDED LOCATIONS. IF A CONTROL MEASURE IS ADDED OR MOVED TO A MORE SUITABLE LOCATION, INDICATE THE REVISION ON THIS SHEET. THE BLANKS LEFT FOR OTHER MEASURES SHOULD BE USED IF AN ITEM NOT SHOWN ABOVE IS IMPLEMENTED ON SITE, ADDITIONAL PRACTICES FOR EROSION PREVENTION AND SEDIMENT CONTROL CAN BE FOUND IN APPENDIX D OF THE SIMI Drown By. LLS 2-00-16 CHECKPLANS .0ject No. CM PLANN� IOWA CITY, 522 0 2017 HEBL AVENUE IMPROVEMENTS PROJECT GRADING AND EROSION sheet No. Approved By. SBP 1'24'17 CHECK PLANS 0339256 imium)04ENTAL MLAND SURVEYORS (319)3518262 IOWA CITY, IOWA CONTROL PLAN R.01 17-17 CHECK PLANS Date: 09-23-2016 LUREakFE ARCNREf.TS SpEC1AlEl9 wwW'.mmsconsullants.net 0 50 100 (4) Feet SCALE: 1"=50' .760 60, _1 1 t ! 1 I 1 I 1 \ _ '1__6 -'� --- - --- ', I 1 1 ILII Ilol lal �o.■..•,•�O(.Jaii..��ti.�.�.�r.i�...�..•�... �...�?.a ��1. �11.•�.'. iti �.� I.I.i�%.I�i •i•�O\ n. ..�)4. it �.i �.i.lr.i�\ ..i•�1..i�... �... �... Fa --F-7 1++�yyy�_ -765 765 -'�—�-i -\\\ ��s��\,�O\5� ��40� _ T \ `\� 725 \ -- - -- =UHL -- `- -770 - - _ �=- T4\—\ --I—---II------- p M^n O': l nN.. I\v - =BU SS fTWwAp\ C t - �1. - - �- - ,-t -oHE I I I i _ - - - - - - - - - - - r Ci"(, N) cn .a ip 1 1 1 I I 1 \ O _ - ` - -750 - - --_�_-'� 1 I J I \ \ \ 1 1 1 \ \ \_._ _ -- ---- ------ - _ _ i i ' _ - - - - - - - _ - \ R06M V -RRL - _ - - - - - - - - 755 _ - _ - -- -7 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ — EK)4-24-1 1"""' 'r°'°°` "°' "YIL " "" o GRADING AND EROSION Drawn By. LLS CHECK PLANS u D PUNNEM IOWACfTY,IOWA52240 2017 HEBLAVENUE IMPROVEMENTS PROJECT Approved By SBP CHECK PLANS 0339256 M LAND SURVEYORS (319)351262 CONTROL PLAN R.02 Date: 09-23-2016 q�yppCOE �H EeLWSlBwww.mmsconsultants.netIOWA CITY, IOWA FINAL PLANS INSTALL 50' - 24"0 CARBON STEEL— PIPE SLEEVE FOR FUTURE WATER MAIN. MAINTAIN 18" MIN. CLEARANCE. PLUG ENDS OF CASING PIPE. 735 730 725 720 715 710 705 700 rn n Drawn By. Approved By. Date: 10' X 5' SECTION 15'X15'X2'THICK 4 CLASS E RIPRAP ON ENGINEERING FABRIC / I o CL-CL BOX CULVERT STA 22+07.68 �I. ol -23 00. F i NORTH CENTERLINE BOX CULVERT / V15'X 15' X 2' THICK CLASS E RIPRAP ON ENGINEERING FABRIC ' 10'X5'END -I SECTION 60' - 10' X 5' RCB CULVERT W/30' SKEW I I I I I I I I I I I I I I I I I I I I I I I I I LI I I I I FG CENTERLINE I H-------I--------I--------I- -ELE�� 20_79-----I-------- I I I I I I I I I I I I I I I I rCLASS E RIPRAP ON I F--------I--------I-------I------I--- ENISNEERING-FABRIC-- I CLASS E RIPRAP ON II I ENGINEERING FABRIC I . _ , I H----------- -I - -----I--;- - J' ^�---c-I---------- I I •,• I I --------I--�1'� I — — — — --I--------i— 712.50 --I------- I 1 6" GRANULAR I I I BEDDIN ---- I I--------I---------------I--------I--------I--------I I I I I I I I I I I I I I I I I I I rn 0 H l a 0 co 0 rn n .t 4 a r ao ad t6 ui rc •'rn a 3 I� I 60' - 10' X 5' RCB CULVERT W/30' SKEW I I I I I I I I I I I I I I I I I I I I I I I I I LI I I I I FG CENTERLINE I H-------I--------I--------I- -ELE�� 20_79-----I-------- I I I I I I I I I I I I I I I I rCLASS E RIPRAP ON I F--------I--------I-------I------I--- ENISNEERING-FABRIC-- I CLASS E RIPRAP ON II I ENGINEERING FABRIC I . _ , I H----------- -I - -----I--;- - J' ^�---c-I---------- I I •,• I I --------I--�1'� I — — — — --I--------i— 712.50 --I------- I 1 6" GRANULAR I I I BEDDIN ---- I I--------I---------------I--------I--------I--------I I I I I I I I I I I I I I I I I I I rn 0 n a 0 co 0 rn n .t 4 a r ao ad t6 ui rc •'rn a 3 n n n n n n n n n -1+50 -1+00 -0+50 0+00 0+50 1+00 1+50 SEC'nON ALONG CENTERLINE BOX CULVERT LLS 2-06-1fi CHECK PLANS LAND PLANNERS SBP 1-24-17 CHECK PLANS 0338256 M LANo SURVEYORS GI ANR LINOSCAPE ARCNRECIS 0 50 100 Feet SCALE: H.1"=50' V.1"=10' 735 730 725 720 715 710 705 700 IOWA CIN, NOTE: RCB CULVERT CONSTRUCTION SHALL BE IN ACCORDANCE WITH IOWA DOT STANDARD CULVERT PLANS. CULVERT CONSTRUCTION SHALL UTILIZE PRE—CAST CULVERT BARREL AND END SECTIONS. REFER TO STANDARD CULVERT PLANS PRCB G1-13, PRCB G2-13 AND PRCB 10-13 FOR PRECAST CULVERT BARREL DETAILS. REFER TO STANDARD CULVERT PLANS PES 2-13—T3, PES 3-13—T3 AND PES 4-13 FOR DETAILS OF PRECAST CULVERT END SECTIONS. CONSTRUCTION SHALL BE STAGED AS SHOWN ON J (TRAFFIC CONTROL) SHEETS TO MAINTAIN TRAFFIC. PROVIDE FLOODED BACKFILL FOR BOX CULVERT PER STANDARD ROAD PLAN DR -111, INCLUDING SUBDRAINS AS SHOWN. BACKFILL ABOVE FLOODED AREA SHALL BE CLASS A CRUSHED STONE COMPACTED TO 95% STANDARD PROCTOR DENSITY UP TO THE BOTTOM OF THE SUBBASE. GRANULAR BACKFILL ABOVE FLOODED AREA SHALL BE INCLUDED IN BOX CULVERT BID ITEMS. VA522402017 HEBL AVENUE IMPROVEMENTS PROJECT 3512282 IOWA CITY, IOWA BOX CULVERT PLAN V.01 N J � ---n -av cr , cn •'rn a 3 co ut BOX CULVERT PLAN V.01 10+50-00 785 780 775 770 1365 775 12+00.00 770 765 760 755 75 ---------- " --------m— 15+50.00 ---------- , -------m®— . t mmmmmmmmmm _---_-m=_— mmmmmmmmmm \- ------mm-- , , v ` ---mmmm--- ------__-- -80 -60 -40 -20 0 20 40 60 80 10030 ----®----- Drawn By. LLS 2 -Os -i6 CHECK PLANS Approved By. SBP 1-24-17 CHECK PLANS 4-n-17 CHECK PLANS Date: 09 -23 -tots ro o. 0339256 IMMORNMM9 ENCD1EENs 1917 S. GILBERT ST. LANDPLANNERS IOWA CITY, N)WA 52240 SURvevoEs (319)351-8282 CHE ANCHRM SPecwnls WWW.mmsconsultants.net —mm------- PAVING CROSS SECTIONS SCALE: H.1"=50' V.1"=5' Sheet No. W.01 _—_—__---- ---------- 775 770 765 760 0 7755 -100 -80 -60 -40 -20 0 20 40 60 80 10050 765 13+50.00 760 755 750 745 74 _-----_—_ " --------m— 15+50.00 ---------- , --------- ------m_-- . t mmmmmmmmmm mmmmmmmmmm \- ------mm-- , , v ` ---mmmm--- ------__-- -80 -60 -40 -20 0 20 40 60 80 10030 ----®----- Drawn By. LLS 2 -Os -i6 CHECK PLANS Approved By. SBP 1-24-17 CHECK PLANS 4-n-17 CHECK PLANS Date: 09 -23 -tots ro o. 0339256 IMMORNMM9 ENCD1EENs 1917 S. GILBERT ST. LANDPLANNERS IOWA CITY, N)WA 52240 SURvevoEs (319)351-8282 CHE ANCHRM SPecwnls WWW.mmsconsultants.net —mm------- PAVING CROSS SECTIONS SCALE: H.1"=50' V.1"=5' Sheet No. W.01 765 760 755 750 p 745 -100 -80 -60 -40 -20 0 20 40 60 80 10040 11+nn.on _ 12+50.00 775 770 765 760 755 75 mmmmmmmm " --------m— 15+50.00 = , --------- ------m_-- . t mmmmmmmmmm mmmmmmmmmm \- ------mm-- , , v ` ---mmmm--- 00 -80 -60 -40 -20 0 20 40 60 80 10030 -80 -60 -40 -20 0 20 40 60 80 10030 ----®----- Drawn By. LLS 2 -Os -i6 CHECK PLANS Approved By. SBP 1-24-17 CHECK PLANS 4-n-17 CHECK PLANS Date: 09 -23 -tots ro o. 0339256 IMMORNMM9 ENCD1EENs 1917 S. GILBERT ST. LANDPLANNERS IOWA CITY, N)WA 52240 SURvevoEs (319)351-8282 CHE ANCHRM SPecwnls WWW.mmsconsultants.net —mm------- PAVING CROSS SECTIONS SCALE: H.1"=50' V.1"=5' Sheet No. W.01 _—_—__---- ---------- 775 770 765 760 755 50 l00 -80 -60 -40 -20 0 20 40 60 80 100 ___ 14+00.00 11 sn nn //Vi 7651 760 755 750 13+00.00 780 775 770 765 ---------- " --------m— 15+50.00 -------m--,- , --------- ------m_-- . t \- 'L100 -80 -60 -40 -20 0 20 40 j t aN 755 14+50.00 -L, r- H 750 745 740 735 73 ---------- ---------® ---------- ----_—mm__ ---mm=ri--- mmmmmr-m--- ---------- _—_—_--__— mmmmmmmmmm —__—_----- ii 750 745 740 Q 735 l00 -80 -60 -40 -20 0 20 40 60 80 106 30 750 745 740 735 73( 15+00.00 750 750 745 745 740 740 735 7351- 73(00 15+50.00 750 745 745 740 740 735 735 730 72� 16+00.00 745 740 735 730 \- _ , - , , v ` 00 -80 -60 -40 -20 0 20 40 60 80 10030 -80 -60 -40 -20 0 20 40 60 80 10030 _80 -60 -40 -20 0 20 40 60 80 10025 Drawn By. LLS 2 -Os -i6 CHECK PLANS Approved By. SBP 1-24-17 CHECK PLANS 4-n-17 CHECK PLANS Date: 09 -23 -tots ro o. 0339256 IMMORNMM9 ENCD1EENs 1917 S. GILBERT ST. LANDPLANNERS IOWA CITY, N)WA 52240 SURvevoEs (319)351-8282 CHE ANCHRM SPecwnls WWW.mmsconsultants.net 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY, IOWA PAVING CROSS SECTIONS SCALE: H.1"=50' V.1"=5' Sheet No. W.01 _._ 16+50.00 ___ 18+00.00 745 740 735 730 1325 745 740 735 730 725 19+50.00 CfA 17+00.00 1a+sn nn 740 735 730 725 720 315 _._ 17+50.00 745 740 735 730 725 107 20 740 19+00.00 735 730 725 720 71 ---__--_m- –80 –60 –40 –20 0 20 40 60 80 106" 21+00.00 rL"i00 735 73021+50.00 730 725 725 720 720 715 7715 710 7q) –80 –60 –40 –20 0 20 40 60 80 10b'' ___--__m-- –80 –60 –40 –20 0 20 40 60 80 103 22+00.00 730 725 720 715 710 mmmmmmmmmm _—__--mm_- -__--mmi__- ---__—mm-m _mmmmm /—_- --mm--m--- mmmmmmmmmm _ --m-----mm 1 1 —m ------mm --___---mm __m —_--_--®m mmm--- 00 –80 –60 –40 –20 0 20 40 60 80 10005 –80 –60 –40 –20 0 20 40 60 80 100705 740 735 730 725 5 7Y =100 –80 –60 –40 –20 0 20 40 60_., 8d+ 100''�I 7 z� m 735 20+50.00 _ 730 725 720 715 71 __---__mmm –80 –60 –40 –20 0 20 40 60 80 106" 21+00.00 rL"i00 735 73021+50.00 730 725 725 720 720 715 7715 710 7q) –80 –60 –40 –20 0 20 40 60 80 10b'' L100 730 730 725 725 720 720 715 715 2710 710 7(2$100 –80 –60 –40 –20 0 20 40 60 80 103 22+00.00 730 725 720 715 710 mmmmmmmmmm ---__—mm-m _ _ _ , _ – mmmmmmmmmm _ t – – – 1 1 mmmm_ffimmmmm __m mmm--- 00 –80 –60 –40 –20 0 20 40 60 80 10005 –80 –60 –40 –20 0 20 40 60 80 100705 er• LLs 2-10-1s CHECKPLANS By. SBP 1-24'17 CHECK PLANS o9z3 2918 S 4-24-17 1 FINAL PLANSS� ro o, 0339256 -- m -m_ 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY, IOWA PAVING CROSS SECTIONSApproved SCALE: H.1 "=50' V.1 "=5' --_- -m—_---_--, --_____—_- --_m—_--__ 730 725 720 715 10 "–`a100 735 730 725 720 7155 71100 –80 –60 –40 –20 0 20 40 60 80 106" 21+00.00 rL"i00 735 73021+50.00 730 725 725 720 720 715 7715 710 7q) –80 –60 –40 –20 0 20 40 60 80 10b'' L100 730 730 725 725 720 720 715 715 2710 710 7(2$100 –80 –60 –40 –20 0 20 40 60 80 103 22+00.00 730 725 720 715 710 _ _ _ , _ – – -- – – -- _ t – – – 1 1 – – –80 –60 –40 –20 0 20 40 60 80 10010 00 –80 –60 –40 –20 0 20 40 60 80 10005 –80 –60 –40 –20 0 20 40 60 80 100705 er• LLs 2-10-1s CHECKPLANS By. SBP 1-24'17 CHECK PLANS o9z3 2918 S 4-24-17 1 FINAL PLANSS� ro o, 0339256 IMM[M aci.�r�e lownarGownezz40 n11n SURVEY (319)351-8282 g SMULUM www.mmsoonsu8ants.net 2017 HEBL AVENUE IMPROVEMENTS PROJECT IOWA CITY, IOWA PAVING CROSS SECTIONSApproved SCALE: H.1 "=50' V.1 "=5' sneer No.txawn W.02Date 22+50.00 730 725 720 715 . =`1 0 00 —80 —60 —40 —20 0 20 40 60 80 100-- 7� 1 735 24+00.00 735 730 730 725 725 720 — — _ _ 720 715 715 71400 —80 —60 —40 —20 0 20 40 60 80 10310 25+50.00 _ _ 760 27+00.00 760 23+00.00 --- 730 725-- 720-- 715 25720715 71800 —80 24+50.00 735 740 730 735 725 730 720 725 715 72Q 755 750 745 740 731 5 775 740 _—_—_____- 735 755 765 750 760 745 755 740 750 74500 — 765 — — 1` 760 ` 755 — 725 750 45 75 00 —80 —60 —40 —20 0 20 40 60 80 10335 EE —80 Drawn By. Approved By Date: LLS SBP 09-23-2016 2-06-16 1-24-17 -17-17 CHECK PLANS CHECK PLAN$ CHECK PLANS ProjectO. 0339256 M CIVIL ENGINEERS LANU PLANNERS LAND SURVEYORS LANDSCOE ARCIIMM PNYTMKWr1AL SPICANSIS 23+50.00 730 720 7715 I 0 20 40 60 80 10010 9 -r4 -nn no 28+00.00 mmm 775 740 _—_—_____- 735 770 760 765 — — 730 760 755 ` 725 750 45 75 1� 0 c)W r90 =1 C7 O% m •'rn �. p m� 28+00.00 mmm 775 27+50.00 _—_—_____- 765 770 760 765 — — 760 755 755 750 45 75 28+00.00 mmm mmmmmmmmmm _—_—_____- __—_—____- —mm-____-- --_m®m--_- —__mmmmmm_ --_m—_m—__ —20 0 20 40 60 80 103 800 —80 —60 —40 —20 0 20 40 60 80 10 1917$. GILBERT ST. PAVING CROSS SECTIONS �'°°t Na IOWA CITY. IOWA 52246 2017 HEBL AVENUE IMPROVEMENTS PROJECT (319)351-8282 IOWA CITY, IOWA W.03 www.mmsmnsultants.net SCALE: H.1"=50' V.1"=5' 775 28+50.00 775 770 770 765 ' – – – _ 765 760 760 PRO OSED SURFqJ755 755 75100 -80 -60 -40 -20 0 20 40 650 780 30+00.00 775 770 765 760 75 ___--__—_— –86---6O –40 –20 0 20 _____-___—. —_--__---- _--_--_--- �� —__---__-- 1 PRELIMINARY PLANS _--_----_- Projecto. _mmmm__--- Crvd DNculeels LAND PLANNERS 1sn s.caBEa7 ST. IOWA CIN. IOWA 52240 _mmmm_---- ___--m--_- Sheat Na —mm,_mm_--_ CHECK PIANS ---&M__m--_ SBP 1-24-17 CHECK PLANS __-----m-- ___,- =mm—_-! M LAND SURWYUi __--__—_®_ IOWA CITY, IOWA _____-mm__ W.04 mmmmmmmmmm 09-23-zo16 17-17 mmmmmmmmmm ___--___-_ a WN�u � 780 775 770 765 5 2760 –100 –80 –60 –40 –20 0 20 40 60 80 10055 775 31+50.00 770 765 760 755 75 __---_---_ –86---6O –40 –20 0 20 40 60 80 10050 "=100 –80 –60 —_--__---- _--_--_--- �� 1 PRELIMINARY PLANS _--_----_- Projecto. —_mmm---_— Crvd DNculeels LAND PLANNERS 1sn s.caBEa7 ST. IOWA CIN. IOWA 52240 _mmmm_---- PAVING CROSS SECTIONS Sheat Na —mm,_mm_--_ CHECK PIANS ___--mm---' SBP 1-24-17 CHECK PLANS _m—m—m—__— ___,- =mm—_-! M LAND SURWYUi (319) 351-8282 IOWA CITY, IOWA _____-mm__ W.04 Date 09-23-zo16 17-17 mmmmmmmmmm __-----m__ a WN�u � mmmmmmmmmm ___----_m_, —_--_—_--- mmmmmmmmmm mmmmmmmmmm 775 770 765 760 p 7755 2100 –80 –60 –40 –20 0 20 40 60 80 10050 775 33+00.00 770 765 760 755 75 __--_---_- –86---6O –40 –20 0 20 40 60 80 10050 "=100 –80 –60 —_--__---- -__--_---- �� 1 PRELIMINARY PLANS _--_----_- Projecto. __mmmm---- Crvd DNculeels LAND PLANNERS 1sn s.caBEa7 ST. IOWA CIN. IOWA 52240 _mmmm_---- PAVING CROSS SECTIONS Sheat Na mmmmmv_--- CHECK PIANS ___--mm---' SBP 1-24-17 CHECK PLANS -_—_—mm___ ___,- =mm—_-! M LAND SURWYUi (319) 351-8282 IOWA CITY, IOWA __—___mm__ W.04 Date 09-23-zo16 17-17 mmmmmmmmmm __---_—m-- a WN�u � mmmmmmmmmm mmmmmmmmmm —_--_—_--- -__-----_- __-------- 775 770 765 760 755 780 775 770 765 760 75) 29+00.00 �e 30+50.00 II6V2TlTlTfTf ___ 33+50.00 ___ 780 29+50.00 775 770 765 760 7 780 775 770 765 760 00 —80 —60 —40 —20 0 20 40 60 80 lobss 5X 775 31+00.00 770 765 760 755 75 --___—_--- 0 P 2100 –80 –60 –40 –20 0 20 40 6 — 80� 10 775 32+50.00 1 7 770 770 _--m—m—_—_ r---____—�: _ 34+00.00 �e l00 –86---6O –40 –20 0 20 40 60 80 10050 "=100 –80 –60 —_--__---- Drown By. �� 1 PRELIMINARY PLANS _--_----_- Projecto. Crvd DNculeels LAND PLANNERS 1sn s.caBEa7 ST. IOWA CIN. IOWA 52240 _mmmm_---- PAVING CROSS SECTIONS Sheat Na 2-10- 16 CHECK PIANS ___--mm---' SBP 1-24-17 CHECK PLANS ___,- =mm—_-! M LAND SURWYUi (319) 351-8282 IOWA CITY, IOWA ---m__m=m-' W.04 Date 09-23-zo16 17-17 mmmmmmmmmm a WN�u � mmmmmmmmmm SCALE: H.1 V.1 —_--_—_--- 780 775 770 765 760 00 —80 —60 —40 —20 0 20 40 60 80 lobss 5X 775 31+00.00 770 765 760 755 75 --___—_--- 0 P 2100 –80 –60 –40 –20 0 20 40 6 — 80� 10 775 32+50.00 1 7 770 770 _--m—m—_—_ r---____—�: _ 34+00.00 �e l00 –86---6O –40 –20 0 20 40 60 80 10050 "=100 –80 –60 –40 –20 0 20 40 60 80 100'"'" "1"100 –80 –60 –40 –20 0 20 40 60 80 100 Drown By. �� 1 PRELIMINARY PLANS Projecto. Crvd DNculeels LAND PLANNERS 1sn s.caBEa7 ST. IOWA CIN. IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING CROSS SECTIONS Sheat Na 2-10- 16 CHECK PIANS Approwsd By. SBP 1-24-17 CHECK PLANS 0339256 M LAND SURWYUi (319) 351-8282 IOWA CITY, IOWA "=50' "=5' W.04 Date 09-23-zo16 17-17 CHECK PLANS a WN�u � www.mmsconsultants.net SCALE: H.1 V.1 0 P 2100 –80 –60 –40 –20 0 20 40 6 — 80� 10 775 32+50.00 1 7 770 770 _--m—m—_—_ r---____—�: _ 34+00.00 �e l00 –86---6O –40 –20 0 20 40 60 80 10050 "=100 –80 –60 –40 –20 0 20 40 60 80 100'"'" "1"100 –80 –60 –40 –20 0 20 40 60 80 100 Drown By. �� 1 PRELIMINARY PLANS Projecto. Crvd DNculeels LAND PLANNERS 1sn s.caBEa7 ST. IOWA CIN. IOWA 52240 2017 HEBL AVENUE IMPROVEMENTS PROJECT PAVING CROSS SECTIONS Sheat Na 2-10- 16 CHECK PIANS Approwsd By. SBP 1-24-17 CHECK PLANS 0339256 M LAND SURWYUi (319) 351-8282 IOWA CITY, IOWA "=50' "=5' W.04 Date 09-23-zo16 17-17 CHECK PLANS a WN�u � www.mmsconsultants.net SCALE: H.1 V.1 780 775 770 765 7601 34+50.00 780 785 - -- -� 775 780 770 775-- 765 75 765 770 785 785 780 780 775 775 770 770 ,Z65 76I 35+50.00 Drawn By. LLS r0 o.I CIVIL ENa07EEP5 1917 S. GILBEBT ST. PAVING CROSS SECTIONS Sheet No. 2-061s CHECK PLANS LAND PLANNERS OWACITY. IOWA52240 2017 HEBLAVENUE IMPROVEMENTS PROJECT Approved By. SBP 1-17-17 CHECK PLANS 0339256 I.ANDSC.wE AECNfIF.C15 (319)351-8282 IOWA CITY,IOWA W,05 cote: 09-23-2016 EeMNIENrM, PKLums www.mmsconsultants.netSCALE: H.1"=50' V.1"=5' NO O v • i CIO c'7 Drawn By. LLS r0 o.I CIVIL ENa07EEP5 1917 S. GILBEBT ST. PAVING CROSS SECTIONS Sheet No. 2-061s CHECK PLANS LAND PLANNERS OWACITY. IOWA52240 2017 HEBLAVENUE IMPROVEMENTS PROJECT Approved By. SBP 1-17-17 CHECK PLANS 0339256 I.ANDSC.wE AECNfIF.C15 (319)351-8282 IOWA CITY,IOWA W,05 cote: 09-23-2016 EeMNIENrM, PKLums www.mmsconsultants.netSCALE: H.1"=50' V.1"=5' s e_ o ) Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)356-5144 RESOLUTION NO. 17-143 RESOLUTION SETTING A PUBLIC HEARING ON MAY 16, 2017, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2017 HEBL AVENUE IMPROVEMENTS PRO- JECT, 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 Hebl Avenue Improvements account # L3322. 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 16th day of May, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 2nd day of Mav 20 17 MAKOR Approved by ATTEST:Q� CI' LERK City Attorney's Office pwengwaslerslsetph.doc 1/11 J Resolution No. 17-143 Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS x x x x x x ABSENT: X V0.11r\1►11 Thomas the Botchway Cole Dickens Mims Taylor Thomas Throgmorton a PC'heaia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and thal an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002115461 5/8/17 05/08/17 $35.45 Copy of Advertisement Exhibit "A" 9th day of May. 2017 Notary Public in and for State of Iowa zpPsr ANDREA HOUGH e ON COMMISSION N0.753956 gfYCOMMISSIONEXPIRES rows 1, . L � 24. 2) , NOTICE OF PUBLIC HEARING V, TO ALL TAXPAYERS OF THE CITY OF IOWA CITY IOWA, AND TO OTHER INTEkESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2017 Hebl on in said city, or ancelled, at the he City Council ad by the City includes the Hebl Avenue to the Landfill d `plans, specifications, form retract and estimated cost are on file in the office of the City in the City Hall in Iowa City and may be inspected by sted persons may d meeting of the City he purpose of making to and comments said plans contract or the cost This notice is'given by order of the City Council of the City of Iowa City, Iowa and as provided by law. JULIE VOPARC EDEEPUTY CITY Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 5224 (319) 356-5144 RESOLUTION NO. 17-174 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2017 HEBL AVENUE IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Hebl Avenue Improvements account # L3322. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builders of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 7th day of June, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 20th day of June, 2017, or at a special meeting called for that purpose. Passed and approved this 16th day of May 20 17 MA OR Resolution No. 17-174 Page 2 Approved by ATTEST: CI ERK pvrengLna roves appp&s.doc 5117 City Attorney's Office Resolution No. 17-174 Page 3 It was moved by Dickens and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Mims the Botchway Cole Dickens Mims Taylor Thomas Throgmorton A-ro-Lcl IOWA LEAGUE 4fCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - 2017 Hebl Avenue Improvements Classified ID: 103481 A printed copy of which is attached and made part of this certificate, provided on 05/17/2017 to be posted on the Iowa League of Cities' internet site on the following date: May 17, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/17/2017 Alan Kemp, Executive Director Post 5/17 NOTICE TO BIDDERS 2017 HEBL AVENUE IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 7th day of June, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20th day of June, 2017, or at special meeting called for that purpose. The Project will involve the following: The work will consist of improvements to Hebl Avenue between IWV Road and the Iowa City Landfill, including Class 10 excavation, PCC paving, storm sewer. RCB box culvert, field fence, fiber optic conduit, seeding and associated traffic control and staging. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., of Iowa City Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Late Start Date: July 10, 2017 Specified Completion Date: October 27, 2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the City of Iowa City Engineering Division, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders A $25 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa JULIE VOPARIL, DEPUTY CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, May 18, 2017 4:22 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 5.18.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City Hebl Avenue Improvements A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): May 18. 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 18, 2017 1 ` •' Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d) 515-657-4400 (o) 515-288-7339 (f) 515-288-8718 (e) mbiolanroom-dsm@mbionline.com (w) www.mbionline.com Proiect Information IowaBidDate.com ��®•© RECEIVED Post 5/17 MAY 17 Z017 NOTICE TO BIDDERS 2017 HEBL AVENUE IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 7th day of June, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hail at 7:00 P.M. on the 20th day of June, 2017, or at special meeting called for that purpose. The Project will involve the following: The work will consist of improvements to Hebl Avenue between IWV Road and the Iowa City Landfill. including Class 10 excavation. PCC paving, storm sewer. RCB box culvert. field fence, fiber optic conduit, seeding and associated traffic control and staging. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., of Iowa City Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form fumished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidders bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to 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: Late Start Date: July 10, 2017 Specified Completion Date: October 27, 2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the City of Iowa City Engineering Division, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders. A $25 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 261-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantifies, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa JULIE VOPARIL, DEPUTY CITY CLERK Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144 Resolution no. 17-208 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2017 Hebl Avenue Improvements Project Whereas, Peterson Contractors, Inc. of Reinbeck, Iowa, has submitted the lowest responsible bid of $943,064.02 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternates #1 and #2; and Whereas, funds for this project are available in the Hebl Avenue account # L3322. Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above-named project for the base bid plus Alternates #1 and #2 is hereby awarded to Peterson Contractors, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 20th day of June _,2017 Mayor Attes. 2cG�5 City Clerk, /& V It was moved by Mims adopted, and upon roll call there were: AYES: X X X X X X and seconded by NAYS: Amdl�L 6^/zr /7 City Attorney's Office Dickens the Resolution be ABSENT: X Botchway Cole Dickens Mims Taylor Thomas Throgmorton 5c - Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 18-328 Resolution accepting the work for the 2017 Hebl Avenue Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the 2017 Hebl Avenue Improvements Project as included in a contract between the City of Iowa City and Peterson Contractors, Inc. of Reinbeck, Iowa, dated June 20, 2017, 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 the Hebl Avenue Improvements account # L3322; and Whereas, the final contract price is $ 919,194.45. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 4th day of December/ 2018 G. M or Attest: Ci Clerk Approved by City Attorney's Office It was moved by salih and seconded by Teague the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Cole % Mims x Salih x Taylor x Teague x Thomas x Throgmorton