Loading...
HomeMy WebLinkAboutHIGHWAY ONE WATER MAIN REPLACEMENT 2021 HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT/202 1 HWY 1 WATER MAIN REPLACEMENT PROJECT 10-Nov-2021 Plans, Specs, proposal and contract, estimate of cost 16-Nov-2021 Res 21-283, setting public hearing 22-Nov-2021 Notice of public hearing 30-Nov-2021 Res 21-296, approving project manual and estimate of cost 02-Dec-2021 Notice to bidders 04-Jan-2022 Res 22-6awarding contract to Maxwell Construction 11-Feb-2022 Performance, Payment, and Maintenance Bond 15-Nov-2022 Res 22-284 Accepting Work a x ._ 7P71 tO`` l 0 I MI .nna� }�� 01.111am •• 114.". .Z �IIIIIMA NIth CITaft ale MO "nhalliai.. CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT IOWA CITY, IOWA November 9, 2021 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision �����,�,,,++� +„������,.,,��� and that I am a duly licensed Professional Engineer h,,,,� O); ss'..4`4e%y4 under the laws of the State of Iowa. .?' •araaoLry w•.•e,= � U.) 11/9/2021 16536 ;? radley W._ oeth Date • =,�, •• •� License Number: 16536 /�,%„,,,r)0:ev,(*,,,,,,�o, My license renewal date is December 31. 20 22 Pages or sheets covered by this seal: Entire Bound Document Highway 1 Water Main Replacement Project 0005 — Page 1 of 1 4 0010 TABLE OF CONTENTS r c PROJECT MANUAL f t - 0005 CERTIFICATIONS PAGE f. a;:r;';-A 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS APPENDICES Highway 1 Water Main Replacement Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS- , HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT i' :C_. Sealed proposals will be received by the City Clerk of the City of 1OWva`City, Iowa, until 3 P.M. on the 21 day of December 2021, If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 4 day of January 2022, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting. see www.icgov.orq!councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: approximately 1.600 feet of 12" PVC water main installed by directional drill method on the north side of Highway 1 between Westport Plaza (Walmart Entrance) and Hawk Ridge Drive. In addition, the construction activities will include the associated fittings, valves, hydrants, traffic control, shared use path removal and restoration, and seeding. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering. of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinqaiowa-city.orq. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall Highway 1 Water Main Replacement Project 0100 — Page 1 of 2 promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days. whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City. and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 1, 2022 Substantial Completion Date: May 31, 2022 Final Completion Date: June 30, 2022 Liquidated Damages: $500 per day All of the bid items listed in Section 0400— Proposal shall be completed by the Substantial Completion Date. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions, located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq(@iowa-city.orq. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Highway 1 Water Main Replacement Project 0100— Page 2 of 2 0110 NOTICE OF PUBLIC HEARING } 0. NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Highway 1 Water Main Replacement in said city at 6 p.m. on the 30th day of November 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting. see www.icgov.orgfcQuncildocs or telephone the City Clerk at (319) 356-5043. This project includes approximately 1.600 feet of 12" PVC water main installed by directional drill and open trench methods on the north side of Highway 1 between Westport Plaza (Walmart Entrance) and Hawk Ridge Drive. In addition, the construction activities will include the associated fittings, valves, hydrants, traffic control, and shared use path removal and restoration. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling@iowa- city.org. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City. Iowa and as provided by law. Kellie K. Fruehling. City Clerk Highway 1 Water Main Replacement Project 0110— Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS , , „ Highway 1 Water Main Replacement PROJECT f-= 1. Optional Pre-Bid Meeting: a. Time, Date, and Location: December 14, 2021 at 2 P.M. City Hall, Iowa City b. If the meeting is not conducted in person due to the health and safety concerns from COVID-19, this meeting will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 2. Bid Submittals: a. Time, Date and Location: December 21, 2021 by 3 P.M. City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented. for complete descriptions of proposal requirements and conditions. d. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 3. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https:f/www.Iegis.iowa.gov/docsfiacfchapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. c. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. Highway 1 Water Main Replacement Project 0200 — Page 1 of 3 5. Progress and Schedule: a. Contract Times: Specified Start Date: March 1, 2022 j ?;' Substantial Completion Date: May 31, 2022 Final Completion Date: June 30, 2022 Liquidated Damages: $500 per day All of the bid items listed in Section 0400- Proposal shall be completed by the Substantial Completion Date. b. Work Restrictions: i, No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineers approval and said notification. c. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. Many events have been postponed or cancelled due to the C0VID-19 Pandemic. The Contractor should make sure their activities are not impacting community events. iii. Close of Classes for University of Iowa is May 6, 2022. Final Exam Week is 9 - 13 May. iv. University of Iowa Commencement Weekend is 14 and 15 May 2022. v. Last days of classes for Iowa City Community School District is June 1, 2022. vi, No work shall occur on University of Iowa Home Football game days. 6. Performance. Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council, b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Highway 1 Water Main Replacement Project 0200 - Page 2 of 3 Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four(4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. fi1 CD cis ..T c^�r Highway 1 Water Main Replacement Project 0200— Page 3 of 3 INSERT IN ENVELOPE 2 0400 PROPOSAL HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , . and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Highway 1 Water Main Replacement Project 0400 — Page 1 of 5 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT CLEARING AND 1 LS 1 GRUBBING ON-SITE TOPSOIL, STRIP, 2 STOCKPILE,SPREAD, CY 61 BASED ON 8" DEPTH 3 SUBBASE, GRANULAR,6" SY 73 4 COMPACTION TESTING LS 1 5 TRENCH FOUNDATION TONS 60 TRENCH COMPACTION 6 LS 1 TESTING WATER MAIN, TRENCHED, C900 PVC 7 LF 26 DRIB RESTRAINED JOINT, 8"* WATER MAIN, 8 TRENCHED, C900 PVC IF 212 DRIB RESTRAINED JOINT, 12"* WATER MAIN, wp TRENCHLESS, C900 PVC 9 DRIB RESTRAINED JOINT, LF 1418 r • N 12", DIRECTIONAL DRILL c' 10 FITTINGS, BURIED LBS 1006 11 VALVE, 8" GATE EA 1 12 VALVE, 12" GATE EA 5 13 FIRE HYDRANT ASSEMBLY EA 2 14 FIRE HYDRANT REMOVAL EA 1 15 CUT-IN CONNECTION,8" EA 1 16 CUT-IN CONNECTION, 12" EA 2 17 PCC PAVEMENT SAMPLES LS 1 AND TESTING 18 REMOVAL OF SHARED SY 73 USE PATH 19 SHARED USE PATH, PCC, SY 73 10FT,6" PCC, M-MIX 20 TRAFFIC CONTROL LS 1 21 TEMPORARY SEEDING, AC 0.2 TYPE 5 Highway 1 Water Main Replacement Project 0400 — Page 2 of 5 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT HYDRAULIC SEEDING, TYPE 1 SEED MIX, 22 AC 0.2 INCLUDING WATERING AND WARRANTY SWPPP MEASURES- 23 WATTLES,9'", INCLUDES LF 550 INSTALLATION AND REMOVAL SWPPP MEASURES- 24 INLET PROTECTION EA 3 DEVICE 25 CONSTRUCTION SURVEY LS 1 26 MOBILIZATION LS 1 TEMPORARY GRANULAR 27 SY 100 SIDEWALK' 28 CONCRETE WASHOUT LS 1 TOTAL EXTENDED AMOUNT = $ Safety fencing will be considered incidental to these items. The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Highway 1 Water Main Replacement Project 0400 — Page 3 of 5 INSERT IN ENVELOPE 2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS ._� ' 'a NOTE: All subcontractors are subject to approval by City of Iowa City. Highway 1 Water Main Replacement Project 0400— Page 4 of 5 INSERT IN ENVELOPE 2 The undersigned Bidder is a'an: ❑ Individual. Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature • i^ t� Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE:The signature on this proposal must be an original signature in ink: copies, facsimiles, or electronic signatures will not be accepted. Highway 1 Water Main Replacement Project 0400 — Page 5 of 5 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized,please review the Worksheet:Authorization to Transact Business 1. ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes 0 No My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. ❑ Yes 0 No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 0 Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above,your company qualifies as a resident bidder.Please complete Parts B and D of this form. If you answered"No"to one or more questions above,your company is a non-resident bidder. Please complete Parts C and [)of this form, To be completed by resident bidders Part B Dates: to Address: (nun/dd/yyyy) City,State,Zip Code: Dates: to Address: (m»t/dd/vyvy) City,State,Zip Code: Dates: to Address: N) (nmt/dn&yyyy) City,State,Zip Code: You may attach additional sheet(s)if needed. To be completed by non-resident bidders Part C Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? 0 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. Firm Name: Signature: Date: Highway 1 Water Main Replacement Project 0405— Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. Cl Yes El No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes El No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa. has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. r,.Lice} :6WI0IANtlal Highway 1 Water Main Replacement Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM HIGHWAY 1 WATER MAIN REPLACEMEt ,J'ROJECT CITY OF IOWA CITY " as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs. executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Highway 1 Water Main Replacement Project. NOW. THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety. for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of . . , . , . _ . _ . . . . A.D., 20 . (Seal) Witness Principal By: (Title) (Seal) Surety By: Witness (Attorney-in-fact) Attach Power-of-Attorney, if applicable Highway 1 Water Main Replacement Project 0410 — Page 1 of 1 0500 CONTRACT HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 9 day of November, 2021. for the Highway 1 Water Main Replacement ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto: and b. Contractor's Completed Contract Compliance Program (Anti- Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and c. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Highway 1 Water Main Replacement Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City. with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): NAME OF APPROXIMATE SUBCONTRACTORS TYPE OF WORK COSTS DATED this day of , 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official Printed Name of Contractor Officer Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk (for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office Highway 1 Water Main Replacement Project 0500— Page 2 of 2 0510 ,.F.. PERFORMANCE, PAYMENT, AND MAINTENANCE BOND c� HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, , as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City. Iowa, as Obligee (hereinafter referred to as the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Project includes approximately 1,600 feet of 12" PVC water main installed by directional drill method on the north side of Highway 1 between Westport Plaza (Walmart Entrance) and Hawk Ridge Drive. In addition, the construction activities will include the associated fittings, valves, hydrants, traffic control, and shared use path removal and restoration, and seeding.. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons. firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants. oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the Highway 1 Water Main Replacement Project 0510 — Page 1 of 4 portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law.litle Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A, To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five (5) year(s) from the date of acceptance of the work under the Contract. by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair: and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract: B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20%of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) year(s) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense"would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents. in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Highway 1 Water Main Replacement Project 0510 — Page 2 of 4 r— In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond. the Contractor and?Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term. or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code: third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder, The Contract is hereby made a part of this Bond. Highway 1 Water Main Replacement Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer 1071 NBukeiy rripany Name By By f,t I '' 1' r P&+ Signature of Contractor Officer Signature of Attorney-in-Fact Officer Title of Contractor Officer Printed Name of Attorney-in-Fact Officer Company Name of Attorney-in-Fact Company Address of Attorney-in-Fact City, State, Zip Code of Attorney-in-Fact Telephone Number of Attorney-in-Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Highway 1 Water Main Replacement Project 0510 — Page 4 of 4 t f 0520 CONTRACT COMPLIANCE . SECTION I - GENERAL POLICY STATEMENT'- It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 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 City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors. and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors. vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. Highway 1 Water Main Replacement Project 0520— Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. 1 i 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.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, creed, disability. gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer: recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City. enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Highway 1 Water Main Replacement Project 0520— Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date N K,.. Y, c Highway 1 Water Main Replacement Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES Ati h.- . COMPANY POLICY v�j rQ Q � 2 Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it'is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings. web page postings. employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) 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 Highway 1 Water Main Replacement Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: httos://codelibrary.amlegal.com/codes/iowacityia/latest/iowacity iai0-0-0-631#JD 2-3-1. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. jy `s.F'i:r ........... ---i C .. L N o Highway 1 Water Main Replacement Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age. color, creed, disability, gender identity. marital status, national origin, race, religion. sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. Highway 1 Water Main Replacement Project 0520 — Page 6 of 6 t st 0530 7111 1` OV 10 AM 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, riot to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance,which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of$25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary' economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. 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. Ill. 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): Highway 1 Water Main Replacement Project 0530 — Page 1 of 3 c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council, The City Council will make a final decision as to whether to grant a reduction or waiver. 177 -74 x. Highway 1 Water Main Replacement Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act. the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature a} tTh ai -' (7; -_ 4 a. 13 Highway 1 Water Main Replacement Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https:?+iowasudas.orq!manualsispecifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https:/iiowasudas.orglarchived-specifications/. Ei • Highway 1 Water Main Replacement Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https:/fiowasudas.org?supplemental-specifications?'. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. f:•z= 3 ^ ate: w,. --{ �+ " •rr'� Highway 1 Water Main Replacement Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2021 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.ordtweblinklOEedoc11845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. If City Hall is closed to the public due to the health and safety concerns from COVID-19. arrangements for public examination will need to be made with the City Engineering Division Office by telephone at (319) 356-5140. rn rV l.� Highway 1 Water Main Replacement Project Page 1 of 1 II_. .. n SPECIAL PROVISIONS The City of: Iowa City allows bidders to submit a computer-generate attachment, hereinafter referred io as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.B, for details on preparirrg's computer-generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. Measurement and Payment for items that are not covered by a measurement and payment item in either SUDAS or Iowa City Supplemental Specifications: 5020-X-1, Cut-In Connection, 8" 5020-X-1, Cut-In Connection, 12" Measurement & Payment by each cut-in connection made. The unit price for each item includes, but is not limited to advanced coordination with City of Iowa City for required customer notices and outages; measuring, cutting, and removing section of existing water pipe. plug, or fitting: dewatering and cleaning existing water pipe: furnishing and using all temporary plugs and disinfectant to prevent contamination of existing water pipe; polyethylene wrap; furnishing and installing coupling, sleeve(s), gaskets, mechanical joint gland, restraining devices; leak testing; bracing: connecting new water pipe to existing water pipe. fitting, or valve: excavation; backfill: compaction: and furnishing all labor, materials and equipment necessary to complete work. Measurement and Payment for items that have a measurement and payment item in either SUDAS or Iowa City Supplemental Specifications, and are further modified or clarified. The original measurement and payment description applies, except as modified as follows: 9010-B, Hydraulic Seeding, Fertilizing, and Mulching, Type 1 Seed Mix, Unit price also includes watering and warranty. 9040-F-1, SWPPP Measures — Wattles, Unit price includes installation, removal, and maintenance of wattles due to any rain event occurring while the measure is installed. 9040-T-1, SWPPP Measures — Inlet Protection Devices, Unit price includes installation, removal, and maintenance of inlet protection devices due to any rain event occurring while the measure is installed. DELETE 5010.1.07.A. REPLACE 5010.2.01.A.1.a. 4-inch through 12-inch sizes: DR18. ADD 5010.2.01.A.2.b. Trenchless restrained joint pipe shall be as listed in City of Iowa City Water Division, Accepted Products for Water Distribution Materials. For trenched installation only, self- restrained gaskets are an acceptable method of joint restraint. ADD 5010.2.05.B.1.b. Install two independent tracer wires when water main is installed by trenchless methods. Highway 1 Water Main Replacement Project Page 1 of 1 PLANS SHEET REVISION NUMBER TITLE NUMBER A.01 COVER SHEET 0 A,02 CONTROL POINTS AND OVERVIEW PLAN 0 C.01 QUANTITIES AND NOTES 0 J.01 TRAFFIC CONTROL SHARED PATH CLOSURE 0 J.02 TRAFFIC CONTROL LANE CLOSURE 0 MWM,1 PLAN AND PROFILE 0 MWM.2 PLAN AND PROFILE 0 MWM.3 PLAN AND PROFILE 0 MWM.4 PLAN AND PROFILE 0 S.01 SIDEWALK AND PAVING SHEET 0 z*7.: Lc) Highway 1 Water Main Replacement Project Page 1 of 1 APPENDICES The following figures from the SUDAS Standard Specifications and Supplemental Specifications are attached for convenient reference. Please review the sections of this Project Manual entitled, SUDAS Standard Specifications, General Supplemental Specifications. and Supplemental Specifications as the figures includes by reference will need to be obtained from the provided referenced websites. SUDAS Standard Specifications and Iowa City Supplemental Specification Figures • Figure 3010.103: Flexible Gravity Pipe Trench Bedding • Figure 3010.104: Pressure Pipe Trench Bedding • 'Figure 3010.201: Specific Trench Bedding and Backfill Zones ■ Fiqure 5010.101: Thrust Blocks ■ *Figure 5010.102: Tracer Wire Installation with Existing Locate Wire • `Figure 5010.103: Tracer Wire Installation without Existing Locate Wire • 'Figure 5010.104: Tracer Wire Installation Service Size 4" or Larger with Existing Locate Wire • 'Figure 5010.105: Tracer Wire Installation Service Size 4" or Larger without Existing Locate Wire • `Figure 5020.201: Typical Hydrant and Valve Assembly • Fiore 7010.101: Joints • Figure 7030.201: Classes of Sidewalks • *Figure 7030.301: Sidewalk Connection ■ Figure 8030.101: Temporary Traffic Control General Information • Figure 8030.110: Lane Closure on Multi-lane Street • Figure 8030.117: Sidewalk Detour • Figure 8030.118: Sidewalk Diversion • Figure 8030.119: Closure of Marked or Unmarked Crosswalk ' Found within the Supplemental Specifications ;' - M CD 1,0 cD Highway 1 Water Main Replacement Project Page 1 of 1 tl AO 6133HS I £01 010£310101A , -t I if.- 4 S S M e4 8 ti V G G c a it '+ - W $ T P, 0 G i N ss N t,K N O Yr.� ..- .... (gyp A ( I N o Q r A I L ^S a a } L' 11 I I N g 4 /le I ]s?'" m „). rl S 5` .♦ rn I N I y� awl N A L � i 1 I I t1 r m �n 2 gi o 1 . .. i m bN 8, a 'w v o a co > v v t m 4 8 8 a 8 $ 0 ' � 44-li0`$c . ': ..� 714 F t,rc 0 . ♦ . a:P 4. 04 4 4 saa $ a $ g 'I• , 40" T w 1 , O llilf - :..„41 ' ,..E.7`45". 1 ",71. 4 k • N @ » `4 0 $ $ $ $ $ $ $ $ S j T D W v O auu 8y� 8 _:i .. 8If 31iE 4 O G z O a W N P O P 00 N N S O '� t£ I m � rn Al j3 i q ; ;1 C o rn , m i p nal T iri g g 4 AR , - T i N FR ^' • 13 I I ! ILLI; It A$ 44 a XI 1 i i 1T q 2 z < .g u O C-, v ` *3 P" 9- o cn DO NOT USE ON PRIMARY ROADWAYS BEDDING CLASSES TW - - TW - s TW ` r ,�1 �_ _/s1 ��j 1�, C�> ii ( 11111, ) ,I i0 -- Class I Bedding Material ':1',..t:......-..; ` • 001 Laose Su table Bad '� ' ; + �p l' ` Matenal or Undisturbed `t�C, p1�"',•'. d I Matenal with Bell Shaping k. . ,'•-• :`. ` d d 8s#i 4 zQ,•a 4 CLASS P-1 CLASS P-2 CLASS P-3 ALLOWABI F BURY DEPTH Q Place remainder of bedding and backfill material as DUCTILE IRON,AWYVA C151.CLASS 52 PVC.AWWA C900,DR18 specified in The contract documents Pipe Class P-1 Class P-2 Class P-3 Pipe Class P-1 Class P-2 Class P-3 Diameter Bedding Bedding Bedding Diameter Bedding Bedding Bedding 1.1ty (inches) (inches) 4 40 40' 40 4 19' 23' 40 OD = Outside diameter of pipe 6 40' 4O' 40 6 19' 23' 20 8 40' 40' 40 8 19 23' a0 TA, Trench width at top of pipe' Mtn =OD•18 inches OR 1 25xOD.12 inches 10 38' 40' 40' 10 19' 23' 40 (whichever is greater) 12 31' 40' 40 12 19' 23' 40' 14 28' 40' 40 14 19' 23' 40 d = Depth of bedding material below pipe Min. =OD18 OR 4 inches 16 23' 37' 40 16 19' 23' 40 (whichever is greater) 18 20' 34' 40 18 19' 23' 40 �_ 20 1B' 32' 40' 20 19' 23' 40 'd I .' ,, SUbAS �I�LNADOT 1 �' 24 18' 29' 38 24 19' 23' 1 '23'13'30 31 70 SW-104 mFIGURE J010.1% STANDARD LOAD PLAN w 38 13' ,t,r: 0 ® 42 13' 21' 29 xra:20. ass.:Mr.'v UN,alt r+n+nrna+iwrr $ 48 13' 19' 2T a,b.r .:Cdi. �Y411A91,14X FM 54 13' 19' 2T v m PRESSURE PIPE TRENCH BEDDING NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEGEND 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3. COMPACT TO AT LEAST 65%RELATIVE DENSITY. 4. COMPACT TO AT LEAST 95%STANDARD PROCTOR DENSITY, CLASS II BACKFILL MATERIAL 5, PROTECT PIPE,ACCESSORIES,AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. OVER-EXCAVATION AND FOUNDATION STONE KEY PAVEMENT 'j `• OD — OUTSIDE DIAMETER OF PIPE TW — MINIMUM TRENCH WIDTH AT TOP OF PIPE D = INSIDE DIAMETER OF PIPE OD i 18"OR 125XOD+12" (WHICHEVER IS GREATER) SUBBASE d = DEPTH OF BEDDING MATERIAL BELOW PIPE UNDISTURBED EARTH a - 4 IF SUBGRADE TREATMENT IS SPECIFIED, 2'MINIMUM OF SUITABLE CLASS III/IVA/ < IVB BACKFILL MATERIAL TO BE USED r1�' �• r '. '4;' '4 T " 1- INSTEAD OF CLASS II BACKFILL MATERIAL .74V• lit ti �40 ' '� FINAL TRENCH BACKFILL BURY DEPTH �! t` COMPACT TO AT LEAST 95%STANDARD \4 a • ,,. • t� / PROCTOR DENSITY UP TO THE FINAL ONE FOOT. THE FINAL ONE FOOT V + '' ` «%-{- �� SHOULD BE COMPACTED TO AT LEAST -;TW �I�'" • r'� - 1- e'`lj 98%STANDARD PROCTOR DENSITY. ��tv;'• ,} r "' 1 � SECONDARY BACKFILL, SEE NOTE 4 OD/2 — t'�tatPRIMARY BACKFILL, SEE NOTE 3 SPRINGLINE OF PIPE \ `l D OD/2 HAUNCH SUPPORT,SEE NOTE 2 • a t s 4 M 9•:. ir,�t' r^-f#:�. PIPE BEDDING OD/6 .-4. '' r- +�-.•`r,;r. OVER-EXCAVATION AND FOUNDATION STONE, REQUIRED ONLY "d,'4 ► i - CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE .. :. ENGINEER (SEE 3010, 2.05 AND 3.01.D) T ^ WA CI T� SPECIFIC TRENCH BEDDING AND BACKFILL ZONES j I� DIVISION ENGINEERING DIP GRAVITY FLOW SEWERS FIGURE 3010201 DIVISION SHEET 1 OF 8 UNDER OR WITHIN FIVE FEET OF PAVEMENT NOTES: 1_ REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEGEND 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3 COMPACT TO AT LEAST 65%RELATIVE DENSITY, 4 COMPACT TO AT LEAST 95%STANDARD PROCTOR DENSITY, OBTAIN REQUIRED COMPACTION WITHIN CLASS II BACKFILL MATERIAL A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4%ABOVE OPTIMUM MOISTURE CONTENT, 5. PROTECT PIPE,ACCESSORIES,AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF CLASS III /IVA/IVB SUITABLE BEDDING AND BACKFILL MATERIALS. BACKFILL MATERIAL KEY OVER-EXCAVATION AND OD — OUTSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = FOUNDATION STONE D = INSIDE DIAMETER OF PIPE OD+18`OR 1.25XOD+12"(WHICHEVER IS GREATER) CLASS V BACKFILL MATERIAL .; �:r� m:::: .. d = DEPTH OF BEDDING MATERIAL BELOW PIPE (E.G.TOPSOIL) \-' ♦ /i++77 (( �� '\� �� UNDISTURBED EARTH ,,`��\/i'�\ \/ice./,\.i�\li.s. /I:&.! /.:\.: ce\/a /ice. . ,\,,ef. /'� 11=1 l I_a H 1=1 11=1 l I-111 11�111=111—I 1 1 1 11E-111=1 =�'✓' `� X : 11-111=11 111-111E-111-1 I III-111=111—I 1 111-1 , ♦�4:— 1 � E-_--j • FINAL TRENCH BACKFILL f�''• 1-111=11 111-111-111=11 111-111-111=11 11 ! • COMPACT TO AT LEAST 95%STANDARD AII .1,77-r-a:,=,.1ilialiEr_-_111=1,n_i_u=III, f1 PROCTOR DENSITY WITHIN RIGHT-OF-WAY BURY DEPTH . -111=111= _ , �J�• AND 90%STANDARD PROCTOR DENSITY �� I I—I 11-11 III 11—I 1111 Ill 11 1 I/� OUTSIDE THE RIGHT-OF-WAY; OBTAIN i`,1 III— _ 111T=— — II,Jj. • I I-111 II 111— 11-111=11 I 11 , ♦ • REQUIRED COMPACTION WITHIN A SOIL / .,11 ' — — 11W, 111�I \ MOISTURE TO 4%ABOVE OPTIMUM NGE OF OPTIMUM MOISTURE MOISTURE II f II II II 1. IN, I C r-ob-■■ . I,`! ♦ CONTENT 'Sb = IT1=1 I .SSECONDARY BACKFILL, SEE NOTE 4 • III-111=I I i f��1 i• , OD/2 I,\ ,.!,f PRIMARY BACKFILL, SEE NOTE 3 SPRINGLINE OF PIPE ♦ D ' ;♦1J 0D/2 HAUNCH SUPPORT, SEE NOTE 2 \ `n PIPE BEDDING r ` ' OD/6 "" •. OVER-EXCAVATION �+ " AND FOUNDATION STONE, REQUIRED ONLY " •,� ''�` f � r.,.:� �c�:� d,4"MIN t .. CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT 1 u 3 COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE ". -I ENGINEER (SEE 3010, 2.05 AND 3.01.D) f - ..a 10 WA CITY ENGINEERING SPECIFIC TRENCH BEDDING AND BACKFILL ZONES FIGURE 3010.201 DIVISION DIP GRAVITY FLOW SEWERS SHEET 2 OF 8 IN UNPAVED AREA NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEG E N Q 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3. COMPACT TO AT LEAST 95%STANDARD PROCTOR DENSITY. 4. PROTECT PIPE, ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF CLASS II BACKFILL MATERIAL BEDDING AND BACKFILL MATERIALS. OVER-EXCAVATION AND KEY: FOUNDATION STONE OD - OUTSIDE DIAMETER OF PIPE D - INSIDE DIAMETER OF PIPE PAVEMENT a; •4 TW -- MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD+18"OR 1.25X0D+12"(WHICHEVER IS GREATER) d = MINIMUM DEPTH OF BEDDING MATERIAL BELOW PIPE = OD/8 OR 4' (WHICHEVER IS GREATER) SUBBASE UNDISTURBED EARTH -- — •� ♦i,`.� E !_+ z! �`..- 19"t 1 fq- s, i t 4 " J. � 4c(V �� ; �� IF SUBGRADE TREATMENT IS SPECIFIED, �.�:..%.z.' '� ' ,, = �' '' 2 ir`°e�'�� 2'MINIMUM OF SUITABLE CLASS III/IVA/ , s f } k 'ft r.1 i all ktil*Z• ' `f " IVB MINIMUM LL MATERIAL TO BE USED ' ' ' � s ��,__ �,�� �,,__ � INSTEAD FI CLASS II BACKFILL MATERIAL BURY DEPTH r $+ . 07 �`�;" �.0 �y '`� Z/. ' `� : ' '' - ._. � FINAL TRENCH BACKFILL • `?r ,.- xx ,a,r‘1. - _ 'COMPACT TO AT LEAST 95%STANDARD y a Tw - .'1, PROCTOR DENSITY UP TO THE FINAL ONE / x, �. W r,; ,€`e, FOOT. THE FINAL ONE FOOT SHOULD BE r COMPACTED TO AT LEAST 98%STANDARD �, ., ' .O f f f PROCTOR DENSITY. f/�•.. ; ' • - 1 I SECONDARY BACKFILL, SEE NOTE 3 OD/2 i -r PRIMARY BACKFILL,SEE NOTE 3 SPRINGLIKE OF PIPE A * t \ HAUNCH SUPPORT, SEE NOTE 2 OM . ) PIPE BEDDING OD/6 %`Tin, ,ff,, T:• l ` OVER-EXCAVATION I ' •G. 1 01 l.0 11 1,13t1 ,* .d.'.-1,-.. .4,,,� ..�4Ii - \ AND FOUNDATION STONE, REQUIRED ONLY • WHEN SPECIFIED IN THE CONTRACT CONSOLIDATE AND MODERATELY r COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3,01.D) 1 V WA CI T l SPECIFIC TRENCH BEDDING AND BACKFILL ZONES DIVISION ENGINEERING PRESSURE PIPE-DIP OR PVC (C-900) FIGURE 3010.201 oivisioN SHEET 3 OF 8 UNDER OR WITHIN FIVE FEET OF PAVEMENT NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEGEND 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3 COMPACT TO AT LEAST 95%STANDARD PROCTOR DENSITY 4 PROTECT PIPE, ACCESSORIES AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF CLASS II BACKFILL MATERIAL BEDDING AND BACKFILL MATERIALS CUSS III/ IVA 1 IVB SUITABLE KEY: BACKFILL MATERIAL OD - OUTSIDE DIAMETER OF PIPE D - INSIDE DIAMETER OF PIPE OVER-EXCAVATION AND TW - MINIMUM TRENCH WIDTH AT TOP OF PIPE - OD--18' OR 1.25X0D-12" (WHICHEVER IS GREATER) FOUNDATION STONE d = MINIMUM DEPTH OF BEDDING MATERIAL BELOW PIPE = OD/8 OR 4" (WHICHEVER IS GREATER) CLASS V BACKFILL MATERIAL . (E G TOPSOIL} -,. \' \\`�i\\`�/i,�\��'�i`''/•\`�fj$��/i�\"/i\�'!i�'/ . .v vy\•,•/\: • • UNDISTURBED EARTH -...::\ :iz.,; ;�i:::A:):; ;:i':I;.i::; •:•S ;�;:;j;;Z:..,.�.O.O.♦ 11_L-7-Tf f= EMI 111- 11=_`111E11 f-111 ME = 1 ' , "I-111=11 1111=1 I I-111-I I 111=111-III-I I I 11=1 ;* ]I I J1=-I 11=-_1 1 l -L1=-III ll H I L I I I= :•. i-111-11 I I I-111-111=111 111=I 11=111=111 I I I I I I=1 I I-I I I-1 11=1 I I-III III I I I-I I i- �!- •♦ FINAL TRENCH BACKFILL —��I I1-11�I �111-1 I�—_1-- � COMPACT TO AT LEAST 95%STANDARD BURY DEPTH 111=III-11 111E I1-111-11 �111E11=11 �p 1--1-111- III 11 — NT III—I 11 " PROCTOR DENSITY WITHIN RIGHT-OF-WAY 1=1 I H 1 —'I I-1 I I-111=1 I 1 _,1 J 1 11. \' AND 90 STANDARD PROCTOR DENSITY ,11 LI I T`,I L lI I •• III I I OUTSIDE THE RIGHT-OF-WAY OBTAIN REQUIRED COMPACTION WITHIN A SOIL I III ._1 III 1 '., MOISTURE RANGE OF OPTIMUM MOISTURE •OD• l: > TO 4%ABOVE OPTIMUM MOISTURE ._ .__. _. �„ III � CONTENT SECONDARY BACKFILL. SEE NOTE 3 • OD/2 ---__'.**. - - PRIMARY BACKFILL. SEE NOTE 3 SPRINGLINE OF PIPE 'o NL , HAUNCH SUPPORT. SEE NOTE 2 OD/2 ----- PIPE BEDDING .' {JCL):h . •__') \- j C .5 `* . r I OVER-EXCAVATION r;t., ' AND FOUNDATION STONE, REQUIRED ONLY _ CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE I 1 4 ,g ENGINEER (SEE 3010, 2 05 AND 3,010) SPECIFIC TRENCH BEDDING AND BACKFILL ZONES IO WA CITY ENGINEERINQ FIGURE 3010.201 DIVISION PRESSURE PIPE DIP OR PVC (C-900) SHEET 4 OF 8 IN UNPAVED AREA NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEGEND 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3, COMPACT TO AT LEAST 65%RELATIVE DENSITY. 4. PROTECT PIPE,ACCESSORIES,AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF CLASS II BACKFILL MATERIAL BEDDING AND BACKFILL MATERIALS. OVER-EXCAVATION AND KEY- FOUNDATION STONE OD - OUTSIDE DIAMETER OF PIPE PAVEMENT - - - D = INSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD+18"OR 1.25X0D+12"(WHICHEVER IS GREATER) SUBBASE d = DEPTH OF BEDDING MATERIAL BELOW PIPE UNDISTURBED EARTH 4.16.. ,N 041 „ , `lre(C ��i' �"`r- IF MNIMUM SUBGRADEO SUITABLE CLASS IIITMENT IS C SPVA/ ECIFIED, IVB BACKFILL MATERIAL TO BE USED / � ��.,,, INSTEAD OF CLASS II BACKFILL MATERIAL BURY DEPTH / / -. ' $.44:404406tV . . ` '. •- r -r;,r d ''/. FINAL TRENCH BACKFILL `lIt *' �` COMPACT TO AT LEAST 95%STANDARD '1/ li ', / TW ., , /. 3 ,`. PROCTOR DENSITY UP TO THE FINAL ONE `, �44 '4. ,e FOOT. THE FINAL ONE FOOT SHOULD BE Ifs` ` /SOD i �F 4. COMPACTED TO AT LEAST 98%STANDARD 7 . `. �`.,, PROCTOR DENSITY. v;' ;•; -- ♦ 12`MINA SECONDARY BACKFILL, SEE NOTE 3 • OD/2 - • 0 _ .SPRINGLINE OF PIPE v `1 • PRIMARY BACKFILL, SEE NOTE 3 HAUNCH SUPPORT, SEE NOTE 2 ODF2 ,---Zw PIPE BEDDING OD/6 1P+ 06 411 t`'( • OVER-EXCAVATION L II,/ ; ; d 4"MIN , '��� 'i�� • AND FOUNDATION STONE, REQUIRED ONLY *=-4 '= Yf"r�`%��` /`� CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010,2.05 AND 3.01.D) CITYSPECIFIC TRENCH BEDDING AND BACKFILL ZONES I D A DIVISION ENGINEERING PVC TRUSS PIPE GRAVITY FLOW SEWERS FIGURE 3010.201 DIVIs10N SHEET 5 OF 8 UNDER OR WITHIN FIVE FEET OF PAVEMENT NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEGEND 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3. COMPACT TO AT LEAST 65%RELATIVE DENSITY. 4. PROTECT PIPE, ACCESSORIES.AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF CLASS II BACKFILL MATERIAL BEDDING AND BACKFILL MATERIALS. CLASS III/IVA/IVB SUITABLE KEY- BACKFILL MATERIAL OD = OUTSIDE DIAMETER OF PIPE OVER-EXCAVATION AND D = INSIDE DIAMETER OF PIPE FOUNDATION STONE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD+18"OR 1.25X00+12"(WHICHEVER IS GREATER) CLASS V BACKFILL MATERIAL �•.� ,z d = DEPTH OF BEDDING MATERIAL BELOW PIPE ,r•'� '�' `'��� '' (E.G. TOPSOIL) M�riSki �` �W _ i y "c;p V- '74x;..%.,N'!i :0"•. .:,-ow-w!iv - UNDISTURBED EARTH _11-i ii- =1 a=u1=h —ICI —uu iu:iu-Hf r. ,. I___A c 1-1 I —1 I ___ 11—I ti I-11 —114-411—I 11—I I —1 14-411-141 & 111-111 11-111=11 III 111;111=11 l_._I I 1 111111=1 I a<�/' N• gm 111 111E111=111=1 11= =111 1 = * —Ill 111E1 I I-111 Ill Ill-1 11-11 111 111-111E1 ./ -111- 1 -111 11-111 (1-111 �'? FINAL TRENCH BACKFILL IIIII=111-III III 11=111=11 I III 111=1 II .. I I 1-111._I I IEI I 1—III=Il III III-1 I I—I I � ' COMPACT TO AT LEAST 95%STANDARD BURY DEPTH I� — — 11 11-111-111 11 111 11- � PROCTOR DENSITY WITHIN RIGHT-OF-WAY �''I", 1EI 11 111E111E111=111 E111-111-1 I ,' %; AND 90%STANDARD PROCTOR DENSITY `" ; -III- II HE _ III III ' 'k 11 1 11 III I TW I 1-1 I I— �\ OUTSIDE THE RIGHT-OF-WAY; OBTAIN +'/ . —1 II—I III II—III I III 4. REQUIRED COMPACTION WITHIN A SOIL •4il III—PHI ill -111 . , MOISTURE RANGE OF OPTIMUM MOISTURE 1•. 11-11 III ��p- 1=11 H 11 4 TO 4%ABOVE OPTIMUM MOISTURE i III III 1 i III III . ' CONTENT - N'--11 11 =11=11=III IP�� 12'MIN _' 1 ,s' SECONDARY BACKFILL, SEE NOTE 3 • OD/2 1 / '� A • PRIMARY BACKFILL, SEE NOTE 3 SPRINGLINE OF RIPE 1`1, HAUNCH SUPPORT,SEE NOTE 2 O9f2 I,< I ! j i��1. ` PIPE BEDDING j C :6 ► r 0 r , G�,:r,��•�04., k OVER-EXCAVATION Div; , y . it mole., ;:ram • AND FOUNDATION STONE, REQUIRED ONLY d,4 W." �.1, / I�' ; CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT 1 ; ' Y COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE I ._: � ENGINEER (SEE 3010,2.05 AND 3.01.D) SPECIFIC TRENCH BEDDING AND BACKFILL ZONES 1 O WA CI T Y ENGINEERING PVC TRUSS PIPE GRAVITY FLOW SEWERS FIGURE 3010.201 DIVISION SHEET 6 OF 8 IN UNPAVED AREA NOTES: A , 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEG E 1 V ID 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3. COMPACT TO AT LEAST 95%STANDARD PROCTOR DENSITY. 4. PROTECT PIPE,ACCESSORIES,AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF CLASS II BACKFILL MATERIAL BEDDING AND BACKFILL MATERIALS. OVER-EXCAVATION AND KEY: FOUNDATION STONE OD - OUTSIDE DIAMETER OF PIPE D _ INSIDE DIAMETER OF PIPE PAVEMENT OS = OUTSIDE SPAN OF PIPE TW - TRENCH WIDTH AT TOP OF PIPE �4 d = DEPTH OF BEDDING MATERIAL BELOW PIPE MINIMUM = 0D+18" SUBBASE OD/8 OR OS/8 OR 4" (WHICHEVER IS GREATER) MAXIMUM = 1.25X0D+12"OR 54" (WHICHEVER IS GREATER) UNDISTURBED EARTH ' IF SUBGRADE TREATMENT IS SPECIFIED, . 2'MINIMUM OF SUITABLE CLASS III/IVA —' `• "' *to `� er . V-4 :`' Ik' ' ' IVB BACKFILL MATERIAL TO BE USED ' 4*4: `� ; G\ .� INSTEAD OF CLASS II BACKFILL MATERIAL ,404)410.40, 4 � SI ,�44 j � FINAL TRENCH BACKFILL 4 it*. BURY DEPTH Aisle , . : A. COMPACT TO AT LEAST 95%STANDARD +� ' - Y ,�� PROCTOR DENSITY UP TO THE FINAL * `'-ie . ,i?t) ,.!, , + N..\ ONE FOOT. THE FINAL ONE FOOT TW fir! SHOULD BE COMPACTED TO AT LEAST ; `. ...._ ....�. 98%STANDARD PROCTOR DENSITY. OD —? SECONDARY BACKFILL, SEE NOTE 3 OD/2 PRIMARY BACKFILL,SEE NOTE 3 SPRINGLINE OF PIPE D ..- \— OD/2 HAUNCH SUPPORT,SEE NOTE 2 lk— PIPE BEDDING ODJ6 `` OVER-EXCAVATION Nc— AND FOUNDATION STONE, REQUIRED ONLY d, \r"tiri "* ``h\\ :,'� :k\ , CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010,2.05 AND 3.01.D) SPECIFIC TRENCH BEDDING AND BACKFILL ZONES IO WA CI T Y DIVISION ENGINEERING RCP GRAVITY FLOW SEWERS FIGURE 3010,201 lvlsl SHEET 7 OF 8 UNDER OR WITHIN FIVE FEET OF PAVEMENT NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. LEGEND 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CLASS I BEDDING MATERIAL 3 COMPACT TO AT LEAST 95%STANDARD PROCTOR DENSITY. OBTAIN REQUIRED COMPACTION WITHIN - A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4%ABOVE OPTIMUM MOISTURE CONTENT, CLASS II BACKFILL MATERIAL 4. PROTECT PIPE,ACCESSORIES,AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF ' BEDDING AND BACKFILL MATERIALS. CLASS III/IVA/IVB SUITABLE KEY: BACKFILL MATERIAL OD - OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE OVER-EXCAVATION AND OS = OUTSIDE SPAN OF PIPE TW = TRENCH WIDTH AT TOP OF PIPE FOUNDATION STONE d = DEPTH OF BEDDING MATERIAL BELOW PIPE MINIMUM = OD+18" CLASS V BACKFILL MATERIAL r>, OD/8 OR OS/8 OR 4" (WHICHEVER IS GREATER) MAXIMUM = 1.25X0D+12"OR 54" (E.G. TOPSOIL)`` (WHICHEVER IS GREATER) • ., ...ry �'\`t`yjl�q�,• i` %i\`Mi •, �;- vYi UNDISTURBED i• / . \�'� i •/•Z{. \ 1,r EARTH ,.i�i�%�\�/i \//i: /l:\� •\\Ii::\%i��/i: �1.-\�i'�\ih��\vl:�i�It`�.L•� t1i/i��� • ._—III L_ L ._1 1_=1I1=III III III=III_-. 1IIIII1111111IIIIIII1i IIIIIIH=111111111IIIIIIII111_III111111111I, '•/; FINAL TRENCH BACKFILL �-III-III I�-I I 1-III-I�I I�I-III-III-III III •�/� COMPACT TO AT LEAST 95%STANDARD -1I1 III=III—III III 1I—III—I1I III III=III �� I II -1III— 11=1 I I=I I 111—I 11=11 I-1 I 14 . PROCTOR DENSITY WITHIN RIGHT-OF-WAY BURY DEPTH Ipi IC I I II— I� �1 . AND 90%STANDARD PROCTOR DENSITY 1 III i II i—I I 111 I I I,1 11' OUTSIDE THE RIGHT-OF-WAY; OBTAIN i rm1 I IE II=1 11- - I I—r / REQUIRED COMPACTION WITHIN A SOIL / _TW ._� 1 1 MOISTURE RANGE OF OPTIMUM MOISTURE `` •(' TO 4%ABOVE OPTIMUM MOISTURE ____ -...�, — '� �� CONTENT A-- OD /--1 ;> --' - SECONDARY BACKFILL, SEE NOTE 3 OD/2 PRIMARY BACKFILL. SEE NOTE 3 SPRINGLINE OF PIPE ♦ A -- \- 00/2 ._ f HAUNCH SUPPORT, SEE NOTE 2 t i ♦� `( PIPE BEDDING CD/6 :6 l C ! C OVER-EXCAVATION }� ' + Lc `-- AND FOUNDATION STONE, REQUIRED ONLY r 'Ys` =,>'- .'- .,w, r• ",\ \y CONSOLIDATE AND MODERATELY WHEN SPECIFIED IN THE CONTRACT 1,_/ - F, COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER (SEE 3010, 2.05 AND 3.01.D) SPECIFIC TRENCH BEDDING AND BACKFILL ZONES J0 WA CITY ENC31NEERING3 FIGURE 3010.201 DIVISION RCP GRAVITY FLOW SEWERS SHEET 8 OF 8 IN UNPAVED AREA --U,dst.,roeo y thrust, Extend thrust blocks to unistunxd soli Excavation into trench wall may oe Trust Block^1 -�' necessary. (�tl►g� «mil J FOln1 vefllcBl 6U,'3Cf5 or poured CtY'ICl20B IT1NBf DI0[frB except on DEHMQ surface. __ ; ', Enca,:e all(Minos in por wthyaana wrap Uo nM aarrw.rorxxala 10 dua2ty contact ( " « lords or fitting bolts J \ I(i / •�,' '� Ueannp S,r,ac —It 11,1,n MINIMUM BEARING SURFACE W1 .B• n Dwnneter of �� Pipe Tees ant (inche0 Dean Erns SEC110N 1tr 45` B� -- - 4 1 1 2 4 3 51 2 - 4 4 TEES BENDS 1 2 4 7 14 10 .0 3 5 11 21 15 12 4 5 14 29 21 15 .9 . iLL -.. _ 71F= 20 11 21 42 TB 55 74 15 31 Ep 1fi 75 �1iii1� , a I� �I'11,� 2304 24 47 92 171 120 .•�.�.-` 76 :.i 67 172 244 iT] t _ klrrmum'rtane area basal on rater pressure of 50 pm and iruwioW 7W Pn140444a1,500 AV CROSSES DEAD ENDS 71 _L evt10 �_� Amor � ��t�r r c� 1 L, . - -- la�l-,`'SUDAS �101NADOT , I,o.,e,, ! t3 V 0e WM-10 1 =IGUE 5010.101 STANDARD IOU PAA1 II I �� II I` III ,, ET 1.t2o 3k110 O / ,......Yam DOT.e WOAD boo-.t nes lop.. ir r , , , tat..4- .�Au.a,•,. .8+...�zA 1 V TYPICAL PLAN THRUST BLOCKS CHANGES IN PIPE DEPTH DEAD ENDS(ALTERNATE METHOD) Use only wIn n allowed by the En neer or when specit*ad n the contract documents Strap, r - 0 Mechanc/0 Jan: Limos sins Restrained Cap—', ' Kane.. d Jars r 4.1 —Ratans-Gland } Rxsda P4a r L. -r+r-- Of Sin /� ;,< . II 1St. 1011 0 AIM Jli ilp "- ' f. Al‘' /. 1!�' ^ A. —hen tke fr 1 ' s` +r air t t -—Op 1 N. - / L — y T \\Ns._,n.,,Mrea, •i I---. R sanar Gland ELEVATION %� ,/�/ n= N.. -�Y r '},'''l J .'a"�r�- I I ,4 dl � j 1 , r/ TWnpOde t�A (� • ( r 1'. i /J:'` /, r'r r 4. '.'X 41 f. T sr finI A..L I3 _ /, r'J . - .b}^`23.d 4t?. !/ Min 15%C� a ;txarac comm. I C :6 k V 0 ( t l.,'�. IZvb4 , / c.E>S[IDAS IOwADOT ,�' h 1.6XD d f�T1 F+oc� .4 s ` _ ,, •?•�s FIGURE 5OI D.101 STINCARD ROAD RUIN WM 101 o p w, + .- 7 SEC I ION B-B :CI .--/7,- /.7-// , ; F - I 1 ,ALWS Maommu ow W r oaf Y.0_rti.1 tail=*wr n...05. SAL 1. SECTION AA r.t �I qTHRUST BLOCKS r., /% EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO 10 INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND THEN DOWN TO GROUND ROD. CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM 70TERMINATION POINTS. / 0 PLACE TACT W GROUNITH NATIVD RODSE 6SOIL-10" AWAY FROM PIPE AND IN I I WIRE CONNECTING GROUND ; °TRACER 1MRE TERMINAL BOX ROD TO TERMINAL BOX IS A AT GROUND LEVEL SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN FIRE HYDRANT BARREL . i GROUND ROD P FIRE HYDRANT VALVE \\--,_ NEW WATER MAIN ;// ---' FIRE HYDRANT TEE DO NOT RUN WIRE I II UP VALVE BOX f I�I.� EXISTING WATER MAIN 1' POSSIBLE SPLICE d 1 EXISTING LOCATE WIRE �J SPLICE 5 �i1' TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH lie SPLICE NOTE: ADDITIONAL TRACER WIRE t�d' OI LL) �t�"r;(�f DETAILS MAY BE FOUND ON 313 A I I) FIGURES 5010.103-5010.105. IC :6 WV 01 /Oi ILJZ TYPICAL DETAIL ..i I TRACER WIRE INSTALLATION w/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure 5010.102 REvisED05/2018 EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO to aINTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND � BACK DOWN. 1 �0 CLAMP TRACER WIRE TO GRDUND ROD Al SYSTEM r0 TERMINATION POINTS PLACE GROUND RODS 6"-10" AWAY FROM PIPE AND IN + TB CONTACT WITH NATIVE SOIL. I WIRE CONNECTING GROUND ®TRACER WIRE TERMINAL BOX ROD TO TERMINAL BOX IS A AT GROUND LEVEL 4 SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN \\ - 1.(‘' // FIRE HYDRANT BARRELQ Iti FIRE HYDRANT VALVE ` GROUND ROD \\ NEW WATER MAIN FIRE HYDRANT TEE DO NOT RUN WIRE .i /-10 -% UP VALVE BOX - EXISTING WATER MAIN WITHOUT LOCATE WIREv. POSSIBLE SPLICE *1)4---- ---- -- 4 L : SPLICE �� - TAPE WIRE AT MIDPOINT j OF EACH PIPE LENGTH Ilrir GROUND ROD® V M01 'i_ - Di I�II Y d3 13 A113 I C :5 : Q I AoN Ix : i ' - 7 • • TYPICAL DETAIL TRACER WIRE INSTALLATION WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure 5010.103 REVISED 05/2018 GROUND LEVEL © EXTEND TRACER MARE UP TO INTERNAL TERMINAL OF TRACER WIRE TERMINAL BOX CLAMP TRACER WARE TO GROUND ROD AT SYSTEM ® TERMINATION POINTS. WITH NAT R SDILROD 6'-1DT FROM PIPE AND IN CONTACT TRACER HIRE TERMINAL BOX �AT GROUND LEVEL NEW SERVICE MAIN - Ilk ROUND '1 EXISTING WATER MAIN -_ EXISTING LOCATE `r) TAPEACE M PIPE IDPOI1T SPLICE t 'bWV 01 , VV0/ TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER w/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure 5010.104 REVISED 05/2018 GROUND LEVEL EXTENDCER TRACER HIRE UP TC INTERNAL TERMINAL OF TRA WIRE TERMINAL BOX. CLAMP TRACER VdRE TO GROUND RCO AT SYSTEM ( TERMINATION POINTS. ii N5TALL GROUND ROD 6"—'10" FROM PIPE AND IN CONTACT `='4MTH NATIVE SOIL, TRACER WRE TERMINAL BOX sdr...,,,•`-AT GROUND LEVEL NEW SERVICE MAIN ROUND 'ID® EXISTING WATER MAIN WITHOUT EXISTING TRACER WRE TAPE WIRE AT MIDPOINT CF EACH PIPE LENGTH TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER v..� WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure 5010.105 REVISEDO5/2018 TRACER WIRE TERMINAL BOX PLACE BETWEEN HYDRANT AND HYDRANT HYDRANT VALVE, IN CONCRETE: PLACE 1' FROM HYDRANT. STORZ PUMPER IN GRASS; TAPE TO BARREL WITH 2X4 SCRAP 3'-0" NOZZLE OF WOOD INSTALLED BETWEEN BOX AND RADIAL .] BARREL TO ENSURE METALS DO NOT TOUCH, I.-- CLEAR SPACE Am VALVE BOX AND -6" GATE VALVE x OM MAIN FINAL � Z 'i' ; bTRENCHt / GRADE t 1 I�' / It i., TRENCH `-1 SPLICE TO MAIN -TRACING WIRE OR Ili I I BACKFILL ' I 1 SET ADDITI❑NAL GROUND ROD TRACER WIRE T -IL �� .0 H❑LDING (H WATER BACKFILL WITH CLEAN 2-1/2 SPOOL ❑R - MAIN CRUSHED STONE TO 18" ABOVE =l_ 1r 1� THRUST BOTTOM OF HYDRANT BASE --l_� MEGA LUG 1_ BLOCK — - * - ---'''t--- SOLID II-ill _L-: J1j= rM oir, , 114IlnI -. ,. 1C❑NCRETE � —ICTl BLOCK AS REQ'D LS❑LID CONCRETE ANCHOR OR SWIVEL TEE GROUND ROD BLOCK SOLID CONCRETE BLOCK OE :6 14V GI f►Gtil 128Z .J ...-1 I t . TYPICAL HYDRANT AND VALVE ASSEMBLY Figure 5020.201 TO SCALE REVISED Ul/c See Detail C 1Q See dowel assemblies for fabrication details. „.-u. .�b,do :A ?C-1_:) 0 See Bar Size Table for Contraction Joints on Sheet 2. (� ' 1 I Q3 Locate'DW joint at a mid-panel location between future 11 30"Long Tie Bar-' 'C'or'CD'joints.Place no closer than 5 feet to a 1- at 12"Centers 'C'or'CD'joint. B' $ (31 ® PLAIN JOINT DW• ` '`-' 4Q Place bars within the limits shown under dowel (Abutting Pavement Slabs) DAY'S WORK JOINT(Non-working) assemblies. 05 Edge with 118 inch tool for length of joint. For HT joint, Pavement Edge remove header block and board when second slab is 24"min. placed. See Detail A or B Header Boardm ' I -Plastic or Tarpaper Wrapped O Unless specified otherwise,use'CD'transver __t L _ ' contraction joints in mainline pavement when(T)i o• ' ;=_' '0 0 f' greater or equal to 8 inches.Use'C'joints when 1 is •O G O .$• Q���`� .`7�0aO °°''`` T-�� less than 8 inches. 7 f \, 7, 'RT'joint may be used in lieu of'DW'joint at the end of 'C' © °30"Long Tie Bar- -Header Block the days work.Remove any pavement damaged due to CONTRACTION JOINT at 12"Centers 'HT ®_ 0 the dnlling at no additional cost to the Contracting HEADER JOINT Authority. (End Rigid Pavement) Top of Curb- Top of Slab- --See Detail A or B Pavement Edge '-See Detail C �j�1 t • min.9`min. "gam St:.,- _l �y ?,./J) F 19 1 o'° � O oU. `� 2',, i 7 . L .o'�•' '• .+ 30"Long Tie Bar-J 7 18"Long Dowel - 2 at 12"Canters at 12"Centers Hole Diameter$" '-18"Long Dowel 'CD' i:1 4 Larger than Dowel � at 12"Centers 'DW-CG'•' ' DOWELED CONTRACTION JOINT •RD'LYJ0 DAY'S WORK JOINT ABUTTING PAVEMENT JOINT CURB AND GUTTER UNIT LEGEND — Pavement Edge_:_' 4, Eating Pavement , See Detail A or B -'ruin 15"min. j Propose-l Pavement tt < ° - r o 0 c y.o'."o °h:' �Jt,'`SUDAS QIOWADOT I 1 - - . 030'Long Tie Bar 1„ i 72 PV-1 01 at 12"Centers Hole Diameter 8- L24"Long Tie Bar IIGURE 711I.M1 STANDARD ROAD PLAN S-teT i,�e 'CT'r 4} Larger than Tie Bar ART ^ 12"Centers. 9 �� �W�i 6 �;� �ntrorta" (11 TIED CONTRACTION JOINT ABUTTING PAVEMENT:IOIN7 i,i f�.4��2.�d.J 1 j4'P d. m RIGID TIE �- ' .,�Y �. 1"Z e.�«„ire,.,," m -1 T TRANSVERSE CONTRACTION -� };1� t AON �� JOINTS 0o :6 i9 tt 1 .._.II _' 1"± 1 "Saw Cut (Th Saw'CD'joint to a depth of T13±.114";saw'C'joint to a Joint Sealant Notarial 4 16 depth of T+4± 114 �~*1 0 When tying into old pavement,rl represents the depth } 1 I Y 9 P" �. P e . of sound PCC. ''Q .{.0-9 .� O io O Saw Ctip 1121. P. P L - o" BAR PLACEMENT o0 "D (Applies to all joints unless otherwise detailed 1 Crack or ""a eQo Joint LineVIZI " BAR SIZE TABLE FOR DETAIL CONTRACTION JOINTS (Saw cut formed by conventional concrete sawing equipment.) ( -�� Solid Dowel Tubular Dowel Tie Bar -- Diameter Diameter Size 8. 3- 7,. #6 4 8 Top of Curter ,—Saw Cut Joint Sealant Matenal ill-to 6"Saw Cut ?8;but 1 �. 1 3" #10 Bottom of Saw Cut-- -1 1- 4"t g- ij > 10" 1 2" 1 S" #11 Joint Sealant i r.Material Top of Slab p- Tubular Dowel Bars will not be allowed for / L , /eG i 1i"t4" e ` O RDoints- O p Of4c7 ';k • •aC+ AIL,0_ 0p Crack or r"r , 'C'JOINT IN CURB Joint Line (Match'CT'.'CD',or'C'joint in pavement) DETAIL B (Saw cut formed by approved early concrete sawing equipment.) 1, to 3„ a" 1. Top of Pavement l 4 Joint Sealant Material 4 i 18 Saw Cut LEGEND 1.. 1 0Li •f\ y � tts 0 1 .Q�! ERnlnp Pnre nenf . .... Sealant 4 t El 5 r 0 1 4 *4"Saw Cut:6 Q I t � #ZQ ��+;Banns �ilowADOT 10 l t<2, 4 0' - Pv-101 SECTION A-A 'o O 0 1GURE 7010.1t01 STANDARD LOAD PLAN G Crack _ 5-IEET 2.iz (Detail at Edge of Pavement) Joint Line 41,1"1, ( ",'`. M�,+Nu�.N...«•�v". .a.d. ,K...,.."�" io DETAIL C t t.-.` ..4 i, J b. ),�..�, .410 ro 0 TRANSVERSE CONTRACTION JOINTS m 03 (1 See Detail C 4i Bar supports may be necessary for fixed form paving to ensure the bar remains in a horizontal position in the i. #5 Bars. See Detail E —i'1 j i plastic concrete. ,T Y,:.30"Long at N-� T ii 12"Centers " '" 0 Sawing or sealing of joint not required B 21" �•_", ¢" l w 1r j / t2 The following joints are interchangeable, subject to the PLAIN JOINT pouring sequence: (Abutting Pavement Slabs) #5 Bars at BT-1','L-1',and'KT•1' 'KS-1' 12"Centers 'KT-2'and'L-2" [Single Reinforced Pavement(Bridge Approach)) 'KT-3'and'L-3' •--t J ^o:F o ?0 ,-See Detail D-1,D-2.or D•3 11 _2 'BT. J 1 ' #5 Bars 30"Long at 12"Centers /..;,p2,9- � rr, ABUTTING PAVEMENT JOINT-RIGID TIE l'-1 See E #6 Bars at 12"Centers �r—#5 Bars at 12"Centers " T~ Joint Bars Bar Length and Spacing ;''�?� _ #4 36"Long at 30"Centers 22„ `=-----._.-...__-- 'L' <8` 'BT-t' ------" CONTRACTION JOINT #5 30"Long at 30"Centers 21 1114 2 8" 'BT-2' #5 36"Long at 30"Centers 2 (T j Joint Bars Bar Length and Spacing Bars at 12"Centers 12"Centers c 8" 'L-1' #4 36"long at 30"Centers 4'Dia.Hole for BT-3 'KS-2' z 8" 'L-2' #5 36"Long at 30"Centers and BT-4 Joint 1 (Double Reinforced Pavement(Budge Approach)) L 3' 36"Long at 15'Centers 5"Dia Hole for BT-5 T' Joint l: -i -n,n 15"min ^ See.Detail E em 11 'Br ABUTTING PAVEMENT JOINT-RIGID TIE(Drilled) =I=(Tl( ) Joint Bars Bar Length and Spacing T ? LEGEND < 8" 'BT-5' #4 24"I.ong at 30"Centers l`1'Kr 0-2I v'4•o_ Emoting P"' ' nl ii :2 8„ 'BT-3' #5 24"Long at 30"Centers ABUTTING PAVEMENT JOINT-KEYWAY TIE Prrq¢sctl Pxrwwrt •c 'BT-4' 24"Long at 15"Centers _ M (T 1 Joint Bars Bar Length and Spacing s.Si?DAS QIOWADOT ,a 1 oa.z,.� rn ��J cp <8" 'KT-1' #4 30"Long at 30"Centers P y-101 —See Detail 0-1,D-2,or D-3 = 'KT_2' #5 30"Long at 30"Centers FIGURE 7010.101 STANDARD ROAD PLAN ter 3 s a oSee Detail E 'KT-3 30"Long at 15"Centers «r.,9�,,�,�.,,"-,�.Rtl„�,�,,,d;K,,,,w•,,,.«,- T ? 1 T . . _ " m � 1.f... t q1.11.11. ""a' ,...: .." -1 'K' 1- -) },iIi O KEYED JOINT FOR ADJACENT SLABS LONGITUDINAL CONTRACTION JOINTS (Where T is 8"or more) AON Ill (D When tying into old pavement,r)represents the depth of sound PCC_ is" 13 Sealant or cleaning not required. `o Q e n. ,6 a. Q°0 .° °p T/3t4— ii, O° •0:d;✓a.= ® Op Q Q [] o 111.11 L Crack or y o ' Joint Line TIE BAR PLACEMENT DETAIL D-1 0 "II 0 0 (Applies to all joints unless otherwise detailed.) o (Required when specified in the contract documents.) . 0 DETAIL E KEYWAY DIMENSIONS Keyway Type Pavement Thickness (T) (A) (t��:) Standard 8"or greater 1} 24 Joint Sealant Material F—q '1g'Saw Cut Joint Sealant Material I ID 18 Saw Cut Narrow Less than 8" 1" 2"' !-- ,a - ..e Q to o. O V V°°y°(° o° �Q°1� 1- 4 T/3 td _ Tf3t; . • 0 00 • Q aoO LEGEND , ) a!- Q°D° opt ° °', _, n Ezelrra Pe1w-",q Crack or Crack or -A }, ._' ; 1 Joint Line Joint Line - - 4C166 71 a DETAIL D-2 DETAIL D-3 , ,. . !�t 6 t!' 01 tv,“, i' ' DA SUS a IDWADOT , 10 I o-2'-2o (Required when the Department of Transportation (Required when the Department of Transportation ';b pV-1O1 is not the Contracting Authority,or when Is the Contracting Authority,or when FIGURE 7010101 STANDARD WAD P:AN specified in the contract documents) specified in the contract documents) „111•,t WI..au.,.r+.r*cw•0011.r.6r0e'._r••-•..•1- 1 1/'Nrrm.a &I.:I...y. I i44-- 1• o LONGITUDINAL CONTRACTION JOINTS m i O () See Bar Size Table for Doweled Expansion Joints. Joint Sealant OT 2'Thru Curb Top of Curb (See Detail F) S) Edge with 1/4 inch tool for length of joint indicated if n O. • 1 Resilient formed;edging not required when cut with diamond blade i--(L/2 °G •;•°.f." ` Joint Filler Joint Filler IF saw. •`(.' • ' ° .4 Top . o•�.>.;, (1�r6' See Dowel Assemblies for fabrication details and DOWEL PLACEMENT of Slab placement limits.Coat the free end of dowel bar to (Applies to all joints unless otherwise detailed.) 42-1l-4-1"Nominal SECTION B-B prevent bond with pavement.At intake locations,dowel bars may be cast-in-place, 'E' --See Detail H JOINT IN CURB @ Predrill or preform holes In joint material for appropriate ` (View at Back of Curb) ® 2"Joint Sealant dowel size. / Material l.J Compact tire buffings by spading with a square-nose Widtp'�'e.- J Q :-Flexible Foam Joint shovel table (See - - Top of Cu Joint Filler IMO�� Filler DOWELED EXPANSION JOINTS table below) CF'JOINT - 'I t3 of Slab -°•ter I ' — — TYPE WIDTH FILLER MATERIAL(j TYPE WIDTH a°., DETAIL F o ki.1-._ , _:4(- ED 1" Resilient(Detail F) CF-1 2" °°`-0 ' l EC 2" Flexible Foam(Detail F) 212 ©+► r2"Nominal CF-2 EF 32" Flexible Foam(Detail G) CF-3 a" 'EE' 1 JOINT IN CURB �JointSealant Material CF-4 32 (View at Back of Curb) 1 y BAR SIZE TABLE FOR DOWELED 4 ;:;',: EXPANSION JOINTS i ir r 1"plywood or ( 2 8"but Top of Curb O 1"Thru Curb o°o pressed wood Dowel See Detail F :3 11 11„ ,.„7 Resilient Top of Slab-, urb o spacer required Diameter 4 4 2 Joint Filier for joint. Tubular Dowel Bars will not be allowed Match'E'Joint Joint Fifer DETAIL G —Flexible Foam� for expansion joints. • t in Pavement Joint Filler l J ``Q, I Stab - 1' Nominal (Of- LEGEND E' 'ES' _ Enet►q Pesnent 1"EXPANSION JOINT JOINT IN CURB 1- ` -n (E., 2 Joint Sealant Material PropafaIPx.amarn 5 (View at Back of Curb) •.o. ,..,.._ i _ _ ...., o•. a Dotal!F or Detail G Joint Filler Material i1?) diL1e =i •V4J(See Bar Size Table for Doweled _ �r (See Bar Size Table for Doweled p.., P Y-101 Expansion Joints) Expansion Joints) a-e: FIGURE 7010.41 STANDARD ROAD PLAN ����-�pp��� 11[5n9CI.e W1Mf lbw•.la+w.tM.rw Aw-ae wtltYMr,--yw... �� it i1W 1!'pw.rl, , s 0. �77 F f ' ' 0 DETAIL M -Tire Buffings\lJ! s.a,,,. -.4. ,�1 ? -�- m 18"Long Dowel Width `r art i j •� ,' `Z m (See Doweled Expansion Joints Table):J`I1'1 J 1'1 H at 12"Centers 'ED'.'EE','EF' 116) JOINTS DOWELED EXPANSION JOINT 7 C ;5 WV 01 AGN IlUl EXPANSION 7,0 ti - n„ 7.011 Q ' t1 t,_; Z2 @ Use 18 inch long dowel bars with a tolerance of±1/8 Inch Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within± ( I1 1 `T 'LER't 118 inch. 11'-0"i 2"for12 �svement 1 �2( Use wires with a minimum tensile strength of 50 ksi. 4 ' . 01 Details apply to both transverse contraction and 41,5. 41� .L/' v 41� % ‘ 4- i y expansion joints. r k` And s , , sD Weld alternately throughout. 01 0.306 inch diameter wire. Wire sizes shown are the Tie Wire 181 `fSrde Rads `r Tie Wire-- minimum required P Maximum 0.177 inch diameter wire,welded or friction fit to upper side rail,both sides. Measured from the centerline of dowel bar to bottom of lower side rail 1/4 inch. Spaces between dowel bars are nominal dimensions with a 4"allowable tolerance- 0,1 Per lane width,install a minimum of 8 anchor pins (- evenly spaced(4 per side),to prevent movement of 12" 12" 12" 12' 12" 12" 12" 12' 12" 12' 12" assembly during construction.Anchor assemblies - I I I 14— I_ ' 1 placed on pavement or PCC base with devices I" r r r r r r r r r r approved by the Engineer ® MO If dowel basket assemblies are required for curbed Side Rails jEjLEVA710N pavements,the assembly length is based on the jointing layout.See PV•101, sheet 8. Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and Top of has no more than 114 inch horizontal skew from end Pavement— c Contraction Joint and Assembly of basket to end of basket_ I DOWEL HEIGHT AND DIAMETER FOR DOWELED CONTRACTION JOINTS i+i© T Diameter Diameter m Tie Wi ;. ' ,� DH (Solid) (Tubular) K�eaw 5 , 7 Ey 7"to 72 32 ,o 1 DI z, _ r. S 2 2 a $ �J S[TDAS (�11D1NAOOT ,/ L 9 " ---Anchor Pin ' "� 8 min1" „ Y-101 Both t3"to 91" 44 14 18 FIGURE 7010.101 STANDARD t0AD PLAN sire Sides 10"to 112" 51" 11. 18 Mr.1UUtZ w>f.w u.n.r...•a.. N....e...t r rr-.r"�.... LONGITUDINAL SECTION �� I 12"to 13" 64" 12" 1A, 1. "f"'t" iikRI,. .f1.11.{HWY.,M m �19 1 c�� ".."4► -. DOWEL ASSEMBLIES Tubular Dowel Bars will not be allowed for p RD joints. JOINTS z EXPANSION JOINTS 19 Use 18 inch long dowel bars with a tolerance of±1/8 1 r inch.Ensure the centerlines of individual dowels are 11'-0"± " for 12'-0"Pavement parallel to the other dowels in the assembly within± IA' (i4i 1/8 inch. --Tie Wire- Tie Wire -�Reta^ner Rails 3 �;2-4) 0 Use wires with a minimum tensile strength of 50 ksi. /i --Tie Wire p� 0 Details apply to both transverse contraction and i m _. expansion joints. 1.22) l2 1 `. ..22 t ti22rI. L22i 2-2 1� ' 1 -b '' A ( Weld alternately throughout_ '! 0 0.306 inch diameter wire.Wire sizes shown are the 1 Rails-: �y. minimum required. PLAN Spaces between dowel bars are nominal dimensions with a 1"allowable tolerance. Maximum 0.177 inch diameter wire,welded or friction d fit to upper side rail,both sides. 12" 12" 12" 12" 12" 12"_ 12" 12" 12" _ 12"_ 12"- I" I. `I" I" I i. `I I I I ,,-, Measured from the centerline of dowel bar to bottom of lower side rail+ 1/4 inch �, la Per lane width,install a minimum of 8 anchor pins 1`2Side Rails Leg`` ® Retainer Rails`3 evenly spaced(4 per side),to prevent movement of assembly during construction Anchor assemblies ELEVATION placed on pavement or PCC base with devices ( ) approved by the Engineer. Retainer Rail- Top of Expansion Joint and Assembly 0, If dowel basket assemblies are required for curbed Pavement - -...I — r.- pavements,the assembly length is based on the jointing layout.See PV-101, sheet 8. "'._X_, i1 Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and Approved Cite o 1` T DOWEL HEIGHT AND DIAMETER has no more than 1/4 inch horizontal skew from end Expansion - FOR DOWELED EXPANSION JOINTS P 'Tie -_' � _ of basket to end of basket. Tube ' Wir=` . 0 (,.Ig Diameter i , 1 1„ 0 Clip and remove center portion of tie during field Leg'-�J [1`�Anc for Pi . I 8 min. �"to 72" 2" 4 assembly. Sides 8"to 9-1" 44" 11" 1/4 inch diameter wire- SECTION THRU EXPANSION JOINT 10"to 11 51 12" c m JOINT OPENiNG AND 1„ - - - o EXPANSION TUBE EXTENSION 12"to 13" « 12 `SUDAS QIOWADOT 1- I o Joint Type L) Minimum Tubular Dowel Bars will not be allowed PV"101 o Tube Length for expansion joints. FIGURE 7010.101 STANDARD LOAD PLAN "ED" 1" 6" s-ter-•ra «['.t9[M Mo mar uos A,r.H„cw er.r,ewrrr,«,r"�vo 11'marmots cn "EE" 2" 7" m "EF" 9" 19J®® /�to 0{ ��.l(� ,`'`::0c�,myFe.a « ,+,ka «.« DOWEL ASSEMBLIES M31.) Allj V p JOINTS m 4�+ 7�7 c0 - '1. la r hit{ 14 �1I11 1 t :J ® Use 18 inch long dowel bars with a tolerance of± 1/8 inch,Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within±1/8 </fr inch. 1"min ,-- - 0 Use wires with a minimum tensile strength of 50 ksi. .illi; 12"min. 0Details apply to both transverse contraction and expansion joints. N U pill Anchor Pin r (9 Diameter of bend around dowel is dowel diameter+ 118 #1/0 Gauge Wire ! to 3/16 inches. (0 306"diameter) OPTIONAL LEG SHAPES ANCHOR POI (3 For uniform lane widths: 3"-6". For taper and variable width pavements:3"- 12". Back of Curb ' Edge of Pavement -; Longitudinal Joint �-r—Centerline Joint Gutterline Joint i_ Top of Pavement -- ' rirI PLACEMENT LIMITS PLACEMENT LIMITS (Rural Section) (Curb and Gutter Gutterline Jointing) Back of Curb---' 1/4 or 1f3 Point ////// -- Longitudinal Joint T I \ tit s4 = c D+ g max. ;_ - =` _ m tIr . ' verirc =11 ' I 4) UJA[S Q oo 1u 154.21.M' PV-101 o 7-0* -� PIGUN NI&1N SW Or1OD MAID NM BEND AROUND DOWEL PLACEMENT LIMITS elaMoHEET a=re (Cub and Gutted 41Mlx 1/3 Point Jointing) "�i19 ��..�.,.. M•..ew/�...,...�.�b or 1 �G/� iaiW�(1•uo"."ssK"R 1 DOWEL ASSEMBLIES o JOINTS m 1p 0 Target cross slope of 1.5%with a maximum cross slope of 2,0%(including sidewalk through dnveway), See Figure 7030.202 for Curb Detail O Parking Slopes: 0If parking width is less than 10 feet �� wide,slope at 14 inch per foot / Sidewalk . 4 min If parking width is 10 feet wide and Roadway greater,slope at inch per foot. I 12"I 18" Special grade may be specified in the contract documents. CI ASS A SIDFWALK (Sidewalk extends from W- Sidewalk width as specified back of curb to ROW) in the contract documents, 0 cz O 1, - ie . - W S 4'-0"min./ t Roadway - 1'•0'or Greater CLASS B SIDEWALK — V ilik0i 'A1I3 VMOI 7, ‘A1]3A113 0 im O Z : , 0 l 1�0 Itut SUDAS t 7030.201 ' i I______, hFr' 1�.1 , _Roadway SUDAS Standard Specifications m m 4 f J AS.Ss'-S1flWAl 1S ;, CLASSES OF SIDEWALKS #4 EPDXY COATED REBAR X 12" n 1 ' ON CENTER EXISTING 4" CONCRETE SIDEWALK NEW 6" CONCRETE SIDEWALK / 2• k. \ 1 ti + 4 P 44 n b a d a 1 \ w n DRILL AND EPDXY GROUT REBAR INTO EXISTING CONCRETE EXISTING 4" CONCRETE 7- 4 EPDXY COATED REBAR X 12" 1 ' ON CENTER SIDEWALK NEW 4" CONCRETE SIDEWALK 2" a - a4 \'' + e IL'. f e • d . DRILL AND EPDXY GROUT REBAR 6" INTO EXISTING CONCRETE n a o # c .f r� v i a G t � 10 j 1 �� }'`� `ij ! SIDEWALK CONNECTION FIGURE 7030.301 t ENGINEERING DIVISION N Buffer Space(lateral) — Traffic Space allows It may be necessary to combine two or more oxen plus provides protection for traffic to pass through to adequately address the traffic control needed, I. I. F traffic and workers the activity area I. Utilize vehicle warning lights(amber,nigh-intensity rotating,flashing,oecnlat.rg,or strobe light)on all shadow and work vehicles. I Vehicle hazard lights may be used to supplement illi* •♦ warning alone.. Do not use hazard lights alo . ■ to L■ ■ Flags may be used to call attenbon to the advanced millf. . ■,■ S i / ■ -4.° warning signs. • ■ • isIf a closure extends overnight,utilize channelizing • ■ devices with retrorefiective sheeting ■ • Speed lima refers to the legally established and I. F I.I. I. signed speed limit. Buffer Space Work Space Surfer ttongitudinall s set aside for Space - If an arrow board is used on 2-lane roads.operate Shoulder Taper- provides protection workers,equipment. (longitudinal) Downstream only in the caution mode for traffic and and material storage Taper workers Adjust the position of warring signs and channelizing devices for available sight distance. Translion Area Do not Install temporary traffic control devices Advance Warning Area - moves traffic out Activity Area r i. until work is ready to begin,and remove or cover al, tells traffic what to expect ahead is where work takes place sand devices promptly when theyare not needed of is normal path \-Termination Area s"g" lets traffic resume the END W ORK normal operations Key' (D20-2).9iQns shown on ea figures are opt Dial. .fJno.a.+ru w-.-.-tic car ry him. Distance Between Signs ...< • Speed Limit(mph) A ' '�---f( C D .. 20-25 100 /-� a.m.eoaros.w., m�1M shadow Vanua 30-40 250 tT't A rn V 0 or Try.pr _..-:73 -...: 45-50 350 !�`�"'•f '' k..D �a.,.,r ■ Charm endDe.ici I. S.r(Sho.n 55 503 ,1'... I %CM tint �� W N — IIIIIIIIIIr. Mud.'el Traffic L I Tit«'r eirnrw i ChanMHiing Device Spacing Merging Taper Lengths for Lane Closure' Speed Limit(mph) Taper(ft) Buffer(ft) Work Space(ft) Speed Lime Taper Length(L) Number of 7,5 \\\` 20 20 40 40 (mph) (to Devices X Urtm MA spa_a ... m 25 25 50 50 20 BO 5 a' 30 30 60 80 25 125 6rjh---/ ,� mil- --_ . \ )SUDAS 8030.101 — 'flora...ride 33 35 70 70 30 1f)0 7 40 40 80 80 35 245 8 l Wm -a; ♦I '.'ah.:a N•in. JgM ... -ter ::Ir r' ,.i 1 nary_ s ,n,yry 45 45 90 90 40 320 9 w]ees .;p Doeca i I♦ u.:xx r2,„3as,.."." ,« 50 50 100 100 45 540 13 SUDAS Standard Specifications T top) 55 55 110 110 50 600 13 m m 55 560 13 a 'Applies to ail Section 8030 figures 'Values shown are for a 12 foot shift Table does TEMPORARY TRAFFIC CONTROL C) not apply to one-lane,two-way(flagger>tapers GENERAL INFORMATION 71 ROAD For low speed.low volume,urban streets the WORK LEFTtRIGHT LANE CLOSED At sign may be AHEAD omitted. END ROAD MINK A-I Refer to Figure 8030.101 for symbol key and sign .1 spacing. �N __.._.y---... . 4.• ♦w ♦- - L 10010* ior 7 • , • • • I r I • M, g"�A A A _ _ L Buffer Space • • D47 font,t, (optional) • ROAD I (Optional) RORK F Mg GOT L AHEAD CLOSED MEAD Outside Lane Closure era C ...-C1 ?' ROAD -,- WORK '''"'y.--i END AHEAD n'K """"' OON MONK A --4 C t , fa N ■ ■ ■ of \\� ' — m cOD I £`.'SUDAS O •. 8030.110 i� I� _ ,iiEE- , la • M1 I- A A L - Suffer ;�•• SUDAS Standard Specifications rn ROAD (optional) 4 II DRI4. Itil lArl _ HEAD ;`E`""0 fl I LANE CLOSURE ON -n Inside Lane Closure MULTI-LANE S TREET Use when crosswalks,sidewalks or other pedestrian facilities are dosed or relocated Ensure temporary facilities are detectable and inrAQe accessibility features consistent with the features present in the exsbng pedestrian facility. Signs such as KEEP RIGHT(LEFT)may be placed to guide or direct pedestrians. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. When required in the contract documents,provido auxiliary lighting or audible information devices to assist pedestrians with visual disabilities Only the temporary traffic control devices related to 1 I I- pedestrians are shown Other devices related to 1 control of vehicular traffic may be necessary. I Refer to Figure 8030 101 for symbol key and sign spacing. J _% _ J ( L 0 flFr ffl oy v {. Ivo m - C) m ( nev. t 10.17 17 CO CO 4—. ` SU DAS 8030.117 .____,,, EHEET 1 et 1 V vi SODAS Standard Specifications I m m o SIDEWALK DETOUR rl Use wtren crosswalks.sidewalks,or other pedestrian facilities ore dosed ur relocated Ensure temporary facilities are detectable and mCi+de accessibility features consistent with the features present in the ex.-sting pedestrian facility. Provide continuous oarriers or fencing oomprying with the requirements of PROWAG to secure work areas pi ADA Compliant t morn pedestrians Channeezing Where pedestrians are diverted onto high-speed Device ys,provide a temporary traffic Darner and,if _ specifiedroadwa I. the contract documents,a crash cushion to separate the temporary sidewalk from vehicular _ traffic J I r Li } When required in the contract documents,provide as, �' auxiliary lighting or audible information devices to f, assist pedestrians arift u sual disabilities t t Only the temporary traffic control devices roiatcd to pedestrians are shcrHn Other dgvices related to ... .. control of vehicular traffic may be necessary Refer to Figure 8030.101 for symbol Key and sign spacing. L 4 ■ I AI I fe L CD Temporary _ t "(f'> circulation path j `e r" rn 27n ROAD Temporary--I (;; WORK Curb Ramp , AHEAD CO m r s: II,. : b SUDAS c., 4> 8030.118 y DICE- :it t x :ir, StJDAS Standard Specifications rn m m Z, SIDEWALK DIVERSION Use when work activities dose crosswalk or reduce width to less than 4 feet Ensure temporary tacihbes are detectable and indde accessibility features consistent with the features present in the exsung pedestrian facility. When required in the contract documents,provide auxiliary lighting or audible information devices to SIDEWALK CLOSED assist pedestrians w+ih viSual disabilitie s 4kiwie Refer to Figure 8030.101 for symbol key and sign CROSS tfRE spacing. .1 e o r r l �; tir.11 , Mr ill Pirire A , . ____ r", iI iv soatar scr-.- ROAD SIDEWALK CLOSED/ wank insm•••=♦ AHEAD . CROSS FERE _m 5 c A «r~JP m new I 1C-17-17 Co SUDAS I ��� 8030.119 J 31•11- cl 1 immw o SUDAS Standard Specifications m m CLOSURE OF MARKED OR o UNMARKED CROSSWALK WATER ., ENGINEERING 1029 Hershey Avenue Muscatine, IA 52761 a 563.506.2673 i- brad@watersmithengineering.com c„, _ Joe Welter,-PE '— City of Iowa City 410 East Washington Street Iowa City, IA 52240 November 9, 2021 Subject: Highway 1 Water Main Replacement Project, Engineer's Opinion of Cost Dear Mr.Welter, The engineer's opinion of cost for the Highway 1 Water Main Replacement Project with Public Hearing date of November 30, 2021 and bid due date of December 21, 2021 is$460,000. Please let me know if you need any additional information. Sincerely, Bradley W. Roeth P.E. Senior Engineer I I x IT-, H I G H WAY 1 WATER MAI N :, • • , :..• REPLACEMENT PRO JECT y " ---+ ` _ • , : '. ,ii,, „-,F, r. =i n• 30 Know whets below. I T F IO\NA dig. a,. z ...L-1( Can you CITYr I-, �I• ` '.o,: .., BURIED UTILITE.S ARE SHOWN ACCORDING TO �" l ` �' OF 1 D YVA CITY AVAILABLE INFORMATION_ CONTRACTOR SHALL IOWA CITY IOWA LOCATE ALL UTILITIES PRIOR TO EXCAVATION. , LEGEND x r g3 DRAWING LIST -' s7 M SANITARY ANHOIE f ! SHEET III REVISION IOWA ONE CALL UTILITY CONTACT NUA..0I OMER SHEET ILIA:ER INFORMATION t; --) LIMEY POLE WITH GUYS A 02 OONTROLPOtliTS AND OVERVIEW PLAN I MIDAMER GAS AUREOLA NETWORK SERVICES 5 0 C.01 QUANTITIES AND NOTES 0 Contact Name:Cameo Hemphill Contact Name:left Klocko S WATER SERVICE a 0` TRAFFIC CONTROL SHARED PATH CLOSURE 0 Contact Phone:3193414461 Contact Phone:S15830944S J.C2 TRAFEW CONTROL LANEOSL'RL 0 Contact Email:crnempt,11brnidamerlean.com Contact Email:jett klotkanJurean.cam J FIRE HYDRANT MpNMT PLAN AND PROFILE 0 CENTURYLINK MIDAMER•ELEC M �. M WM 2 PLAN AND PROFILE 0 Contact Name:SADIE HULL Contact Name:JASON WAitREN .� l/'�I C-RaEYUVE $4W04.3 PLAN AND PROFILE q Contact PMme:9185470147 Contact Phone_3193414425 _m - N MYf►A.4 PLAN AND PROFILE 0 Contact Email:sad:e huII@luen-com Contact Email:)Iwarren#mldamencan.co:,- ` ` V1 R=_CLCER S.01 SIDEWALK AND PAVING SHEET 0 IOWA CITY,CITY OF MED)tACOM IOWA CITY Contact Name:Water Office Contact Name:Cart Norton — w PROPOSED WATER MAIN Contact Phone:3193565160 Contact Phone:3195946201 j Contact Email:Water;=Iowa-cttyorg Contact Email::rc tonr'medlacomcc a g wit METING WATER WIN Ei IOWA COMMUNICATIONS NETWORK ... - -. -0.---- - EA STING NITUAAL GAS Contact Name;Shannon Marlow ; w: S es _ OUSTING OYERFIEM E3ECTR:C Contact Phone:5005723944 LOCATION MAP Contact Email: Idcplan-.owaorpcalkN c,,va Ecv I: - - -- aa,------ FXSTING SANITARY SEnc.R - - IMON COMMUNICATIONS,LLC 0i - - --- ao, ----- EXISTING VORM OROA rL----- a Contact Name.Matthew Kearney —E' T—T 1 y J~{ Contact Phone:3192614640 C —C — ETOSTINGTEtECOmLnihTV I �'-t- /I, I I 3 w a a r r ��_ L—� Contact Email;ma thew.kearneya3imon.net e S sF S+LT FEN c - -� 'Tr! I— I P'RS1PFftrV ONE ---1'JJ BENTON$T - J v, Z EtE —i * — EXLS*Pea CARRNEAD'ELLP•KINL'_N_r v /} I 1 , — -MILLER AVE ---,I I ; '-`A 'E 1 LLL DCT'•H PAVEMENT.ORR'LVMV,OK .2 W EEEIER ST I _ lH s \- PROJECT LOCATION _ WESTPORT PLAZA TO \ i HAWK ROGE DR i I ABBREVIATIONS [11 tit APPROX APPROXIMATE �I W DI DUCTILE IRON — _ \ I hereby certify that this engineering document was prepared byme =L.s > mill :u DIP DUCTILE IRON PIPE _ �� j g s g of under my drrectpersonal supervision and that I am a dulyItcerised = LF LINEAR FEET E p Q .. U o LT LEFT CITY OF IOWA CITY �otisio►t Pr Iona]Erogineerr der the laws of the State of Iowa. Ida < j MIN MINIMUM ENGINEERING DIVISION �,' �fo 7 V,,>( s Q ` 11/9/2021 PVC POLYVINYL CHLORIDE .0• E' #. ee v APPROVED FOR CONSTRUCTION z u: pCE It i RT RIGHT iT �t +� � r' BBraddlleyrW,Roeth My license renewal date is 4 ROW RIGHT OF WAY "' -•�••r License Number 16536 December 31,2022 Avii.ST STREET Jw �"°""t� :;HEFT ��� 1//�� Z Sheets covered by this seal:ALL DRAWINGS E,'l-u ,a t STA STATION cry FNCIVEER DATE A,01 I T I F 1 I 1 CONTROL POINTS N ..- COORDINATES ARE IN IOWA STATE PLANE SOUTH ZONE L POINT N(FT) E(FT) ELEV.(FT) —__ DESCRIPTION 0 t — , -- _— J 710I i CP01 606,274.96 2,173,435.95 679.23 CONTROL POINT/1/2"REBAR A CP02 606,047.45 2,172,710.30 685.69 MAG NAIL i(� ' -'T`'� ___LI x Ct U • �r-END PROJECT +4, s CP03 605.510.89 2,171,953.52 683,94 MAG NAIL = �' ''. 1 F�, _ pa�v- {� ) Z iL _ '°% I" PARCEL NO. 1016349201 `'' !; 100 HAWK RIDGE DR UNIT 4316 ,. �� W IP 4 VESPER IOWA CITY LLC = Q_Y MWM.4 - 1 __--_ 5- . -- ;LIy 4 -` -ia— I .� 4 I �—HIGHWAY 1 MILE POST 84 fiFi ,441) ---- CP02 t m ;..; MWM 3:- ' LBLOG. 3� r-' 1C.. "".�- - f .� �i: _� -- .ram C F`� r { js�-.'� _ i‘%:11,.. f .' y ROPOSED PVC WATER MAIN `I�.F �� - �� Irert °tKr / L 12"EXISTING DIP7:.070,1*.:________0 j , s- us ! ! VIP C ;i MWM.2/ a �` t aWsi ar = 3 ��G PARCEL NO. 1016347001 >l •----- 1.,„ .4 \ =,1„, r # D 1 ,s, „ ,..,g . . ____1-'-/ . .44,, ..1.--- li>(„0.0". 4VV "'" Iaw1 2 — t I�• • I 1160 HIGHWAY 1 W XN7 - ss �. ,>,1 ��� *�% t�„ "� HEAL,DAVID ` r [ t ' �a+��3 +t m 'k HEAL,SHARON r''/ 5 / _ 7F.1 niv �s= - - ��� 1 PARCEL NO. 1016306003 `' 'i d1 . 809 HIGHWAY 1 W OM '° �• • MWM 1' ��* ` ". f, 1* • 1'�� WILLIAMSON.DIANE H. Ion 1 • /4 1111K , :tip / '� s =jig YI r p • #�.t r. �. !, , V. o 1.......: .1., / s r" i. " W r / t, / t + I t rt1 4 // ~—CPDJ / �4 ( 07 F € i t 5' \IF ra - �,,t PARCEL NO 1016376003 " It ff/ 1059 HIGHWAY 1 4V t � , 1 < BEGIN PROJECT - ��" .� �= CLUB CAR MASH IOWA CITY,LLC It s. *� - ... +.- 4.+ • ` 's/ rt ` p7 t • "' ti It #r' M ! ii°! I : 3 5;; ::• ,., ESTPOR L 4%. e 't tr s 'Of ilk,� � I 4 +, ,--HIGHWAY 1,MILE POST P4?r_ j to ♦ � �_ 'f tt♦,�t� *` ' r is - 7IiY / , NO% 1 NN , t if 919 w PARCEL NO. 1016366002 �` £,...- ,,,.. 5 !! A / 1069 HIGHWAY 1 WEST f PARCEL NO. 1016378001 o a RKB INVESTMENTS LLC # ,, e Al , 919 HIGHWAY 1 W ¢ v r *° t 4 WAL-MART REAL ESTATE BUSINESS TRUST '} s / ♦ el:" SHEET IGENTIF°CATION 1035f t A.02 r. I I I I 2 I 3 I 4 I 5 PHASING PLAN PROJECT QUANTITIES 1 THE FOLLOWING IS A SUGGESTED PHASING PLAN CONTRACTOR IS REQUIRED TO DEVELOP A CONSTRUCTION SEQUENCE THAT MAINTAINS CUSTOMER SERVICE THROUGHOUT PROJECT WITHIN ALLOWABLE SERVICE DISRUPTIONS.CONTRACTOR SHALL SODAS ITEM BID ITEM TITLE UNIT PLAN OTY AS BUILT CITY I [� COORDINATE PROPOSED PHASING PLAN WITH OWNER. + CODE 3 I '1 1 2010-C CLEARING AND GRUBBING LS 1 A z2.CLOSE ISOLATION VALVES NEAR ASHLEY DRIVE,1069 HIGHWAY I WEST,AND HAWK RIDGE DRIVE.NO WATER SERVICE TAPS a r ARE LOCATED WITHIN THE LIMITS OF THESE VALVES. 2 20100.1 ON-SITE TOPSOIL STRIP,STOCKPILE,SPREAD,BASED ON W DEPTH CY 61 3.PRESSURE TEST EXISTING MAIN AS NOTED ON MWM.4. 3 2010-I SUBBASE GRANULAR,6' Sy 73 • 4 2010-t COMPACTION TESTING 1 — p 4 CONSTRUCT WATER MAIN. Z„1t ti�tIl ( lie 0• ^t L - 5 3010-C TRENCH FOUNDATION TONS 60 �r V/�'�� 5 PRESSURE TEST IN SEGMENTS FROM STA 0*00 TO STA 10*50 AND FROM STA 10*50 TO STA 16*50. 6 3010 F TRENCH COMPACTION TESTING — 1 I--e--1 5 7 5010-A-1 WATER MAIN,TRENCHED,C900 PVC DR18 RESTRAINED JOINT,W LF 26 Z w I I �-'. 8 5010-A-1 WATER MAIN,TRENCHED,C900 PVC DRIB RESTRAINED JOINT,IP r LF 212 V 9 5010-A-2 WATER MAIN,TRENOILESS.C900 PVC DR18 RESTRAINED IOINT,12",DIRECTIONAL DRILL LF 1416 10 5010-C-2 FITTINGS,BURIED LBS 1006 Cf 11 5020 A VALVE,GATE,8' EA 1 12 502D-A VALVE,GATE,12" _ EA 5 13 5020-C FIRE HYDRANT ASSEMBLY EA 2 14 5020-I FIRE HYDRANT REMOVAL EA 1 15 5020-X-1 CUT-IN CONNECTION,8" EA 1 16 50204•2 CUT-IN CONNECTION,12' EA 2 � 17 7010-I PCC PAVEMENT SAMPLES AND TESTING LS 1 m • - 18 7030-A REMOVAL OF SHARED USE PATH SY 73 19 7030-C SHARED USE PATH,PCC,10FT,6"PCC,M-MIX SY 73 - - 20 8030-A TRAFFIC CONTROL LS 1 21 9010•A TEMPORARY SEEDING.TYPE 5 AC 0.2 22 9010-8 HYDRAULIC SEEDING,TYPE 1 SEED MIX,INCLUDING WATERING AND WARRANTY AC 0.2 23 9040-F-1 SW PPP MEASURES-WATTLES,9",INCLUDES INSTALLATION AND REMOVAL LF 550 i 24 9040-T-2 SWPPP MEASURES-INLET PROTECTION DEVICE EA 3 2 GENERAL NOTES UTILITY NOTES 26 11010-A CONSTRUCTIONsuRVEY Ls 1 A 26 i102H>A MOBILWTIOION is I � 1 ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IOWA I WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR 27 11040-8 TEMPORARY GRANULAR SIDEWALK SY 100 1 STATEWIDE URBAN DESIGN AND SPECIFICATIONS(SUDAS) ENCOUNTERED WITHIN THE CONSTRUCTION AREA,IT SHALL BE THE RESPONSIBILITY OF THE 28 110S0-A CONCRETE WASHOUT LS 1 STANDARD SPECIFICATIONS.SUPPLEMENTAL SPECIFICATIONS.AND CONTRACTOR TO. SPECIAL PROVISIONS,UNLESS OTHERWISE SPECIFIED IN THESE 1 1. NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY PLANS CONSTRUCTION. 2 CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE 1.2. COORDINATE OPERATIONS WITH UTILITIES CITY OF IOWA CITY. 1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. 3 LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT 1 4 DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID — PLANS THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE DAMAGE THERETO. ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE 1.5. PRIOR TO BEGINNING CONSTRUCTION.PROVIDE LABOR AND EQUIPMENT NECESSARY . :° r PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS WITHIN THE LIMITS OF CONSTRUCTION.UNLESS AUTHORIZED BY WHICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS. I THE ENGINEER AND PRIVATE PARTIES IN WRITING. 2 UNDERGROUND FACILITIES,STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM a 4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL AVAILABLE SURVEYS AND RECORDS,AND THEREFORE THEIR LOCATIONS MUST BE PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. CONSIDERED APPROXIMATE ONLY. 3 THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN 3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES,THE EXISTENCE OF WHICH IS 6 ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY PRESENTLY NOT KNOWN OR SHOWN NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE LIMIT OWNER ACCESS TO THEIR PROPERTY ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK 8 4 —� 5. ALL TREES,SHRUBS AND VEGETATION SHALL REMAIN AND BE 4 THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE-CALL SERVICE AT(800)-292-8989 I 1 — PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT 'a $} 5 B 'REMOVE OR'CLEAR AND GRUB'ON THE PROJECT PLANS AND AS 5 KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. al F f j N. 8 p,n DIRECTED BY THE ENGINEER THE CONTRACTOR SHALL TAKE UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT OF DISCOVERY INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM !=V I 5 t Ir 6 PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT u ., yI i n PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE €i 5 cfi I SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS 0 = w:s AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC B;i -V rc CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS ui E u 'SIDEWALK CLOSED','SIDEWALK CLOSED-USE OTHER SIDE',AND " 'SIDEWALKKWTTHAPPROPRIATEDIRECTIONALARROWS>'AS WATER MAIN CONSTRUCTION NOTES DEEMED NECESSARY BY THE ENGINEER. _ 7 DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM 1. STATIONING IS ALONG THE CENTERLINE OF THE WATER MAIN.UNLESS NOTED 9. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES WITH ALL WORK AND STAGING AREAS DUST CONTROL MEASURES SHALLOTHERWISE WATER DEPARTMENT PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO BE IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS AND 2 ALL WATER MAIN FITTINGS.VALVES,AND SERVICE CURB STOPS TO BE WITHIN REDUCE CHORINE TO AN ACCEPTABLE LEVEL PRIOR TO FLUSHING WATER MAIN APPROVED BY THE ENGINEER,AND SHALL BE INCIDENTAL RIGHT-OF-WAY. 10. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE WITH OPERATING NUT rn 8. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD 3 POTHOLE EXISTING WATER MAIN,WATER SERVICES,AND SANITARY SEWER CENTERED UNLESS NOTED OTHERWISE 3 W VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL NL SERVICES AT LEAST 60 FT IN ADVANCE TO VERIFY LOCATION PRIOR TO INSTALLING 11 TRENCHES ARE TO BE BACKFILLED IN ACCORDANCE WITH SECTION 3010 a 0 9- SEED ALL AREAS WITH SUDAS TYPE 1 SEED MIXTURE. NEW WATER MAIN. ADJUST ALIGNMENT OF NEW WATER MAIN AS NECESSARY TO 12. CONTRACTOR IS RESPONSIBLE FOR TRENCH COMPACTION TESTING FOR z ,, -. Z 10 DO NOT PARK VEHICLES.EQUIPMENT OR STORE MATERIALS WITHIN AVOID HORIZONTAL AND VERTICAL CONFLICTS POTHOLING AND MINOR BACKFILLING OF EXCAVATIONS INCLUDING BORE PITS AND SERVICE CONNECTIONS. - _ O 4 FEET OF ROADWAY OPEN TO TRAFFIC. ADJUSTMENTS ARE INCIDENTAL TO CONSTRUCTION OF WATER MAIN. 13 CITY MAINTAINS SALVAGE RIGHTS ON ALL REMOVED HYDRANTS.VALVE BOXES,AND 1 J .. -- a 11. PROTECT UTILITY POLES.LINES.AND APPURTENANCES NOT SHOWN 4. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR SEWER LIDS. ` 2 0 En FOR RELOCATION. MANHOLE MINIMUM SEPARATION DISTANCES AS LISTED IN SUDAS SPECIFICATIONS 14 ANY SERVICE LINE FOUND TO CONTAIN LEAD SHALL BE ENTIRELY REPLACED FROM _ , W 12. RESET ALL PROPERTY PINS DISTURBED BY CONSTRUCTION.PINS 1, RESET BY PROFESSIONAL LAND SURVEYOR.COST IS INCIDENTAL CONSTRUCTION). 15. POLY WRAP SHALL BE V-BIO,NO EXCEPTIONS.INCIDENTAL TO CONSTRUCTION - z TO CONSTRUCTION 6 PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO INSTALL NEW WATER 16. HYDRANTS SHALL HAVE 5.25 INCH MAIN VALVE,OPENING WITH STORZ PUMPER Q 13. PROTECT ALL SURFACING NOT INDICATED FOR REMOVAL FROM MAIN VERIFY LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAIN NOZZLE.PENTAGON NUT.WITH LATCHES AND CHAINS CI CIDAMAGE DURING CONSTRUCTION PRIOR TO CONSTRUCTION NEW WATER MAIN.ADJUST ALIGNMENT AND DEPTH OF 17. INSTALL TWO INDEPENDENT TRACER WIRES WITH WATER MAIN INSTALLED BY NEW WATER MAIN AS NECESSARY FOR CONSTRUCTION. TRENCHLESS METHODS. 7 PROVIDE TEMPORARY SERVICE LINE RELOCATION TO MAINTAIN WATER SERVICE IF SERVICE IS IN CONFLICT WITH NEW WATER MAIN IINCDDENTAL TO CONSTRUCTION). 8 RESTRAIN ALL JOINTS. S.Ht t 1 Uh'J-.-I1.- _:\ C01 l 2 13 I4 SIGN LEGEND: obi a t $'GN S r IK l ' ; I ' r-.SIGN 3 Si G`.3 5 w.., !4 t STREET CROSSING REGT) ` N _ ►''��II SIGN 1 cLouo t t �t1` i ® �J�� Z SIGN 2 siL rnA_. a �' 2 STRFFI LR75JIh :Er.)2. �/ 1 e • '.1 LCSCC r, SIGN d t .. ., R ai SIGN 3 DC �- , ,. . ,.. r # W (ARROW DIRECTION VARIES) Y A .401' y ` . " i �s r Y / s 4,- r"` __. R SIGN 2 sue... -, 11/4 , .. • '`, '.'iEST OF•�,i�'iK RIDGE DR a F ,.... r 4 r 0 — - _ At 6 ti 3 ' I -- ';r.E':d.:._K DETOUR ROUTE FOR HWY I .... ,,F� 5 1Yv a ` .. « t I R r r t '`S;GN1 - r c '� z °- BUS STOP CLOSED --} : tl..� \--SEE SHEET J 02 FOR TRAP=Ir ;ONTROL ON LANE CLOSURES 11 : : .- — 4 sop U t 1 I . , .• • .2 y. . • is - ,-1r 3 t ' 4 1 SIGN 2— g _ - , 4 - __,.. 4 1 t 3 ..-. —1 **, * , -....wi -- --1 _—SIGN1 ^! 1 S' sk qq fb t C 4 �y 9 +, ` (`� -__- _- (EAST OF sLIN3E-ST. 4b S,i It [ a6i i V� SIDEWALK DETOUR ROUTE FOR-(WY 1 a of i ; d ree ems. - _i g ¢4``f,. O._ - v 1 a _ TRAFFIC CONTROL FOR SHARED PATH CLOSURE AND DETOUR WATER MAIN CONSTRUCTION ON HWY 1. NOTES: b s w 1. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY CLOSURES i -J-J O 2 RESTORE DRIVEWAYS AND SHARED PATH WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE-OPEN AT END OF EACH WORK DAY ;,s O i g U a t 3 AU.TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(MUTCD) ?3'` 6 C)~ -a$ i O. 19 A 4 STREET AND SIDEWALK CLOSURE AND DETOURS.SODAS 8030 101.8030.110.8030 111.8030 117 AND 8030 119. 'E 5 CONTRACTOR SHALL MAINTAIN MINIMUM 11 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC x u a al 6 ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE PROVIDE TEMPORARY STOP SIGNS WHERE REMOVED SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY. 7. POSTED SPEED LIMIT ON HIGHWAY 1 WEST NEAR HAWK RIDGE DRIVE IS 45 MPH. 5-EE-T 8 PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS.INCIDENTAL TO TRAFFIC CONTROL. ICENTIF CATION 9 SHARED PATH SHALL BE REOPENED FOR TRAFFIC AT ENO OF EACH WORK DAY.PROVIDE MINIMUM 5 FT PATH WIDTH WITH SAFETY FENCE AND TEMPORARY SURFACING J.01 I I I I 1 I 2 I 3 I , • SIGN LEGEND: 1 * '� r. •� - f •i" .° ,.- ,. f , • !a 1k N SIGN 1 • ; . r„,,,,„,. '- T ii,_ ,t'A' ' r a L9 � MI .7z SIGN 2 "' slonlux �. r, 1, �. w �r ' - 1 a ` � °`f.� e + a max ; < w " a eici, Li ' ._,__...L . , . _ SIGN 3 1�., _, �`,��, � _:� � ,. � i-� - ►� r,• „, T �,,. --- _ --- - -i" -- -� riiii. 10� r� - 'ai l �' ,.+. , • a SIGN 4 • 4„ y _ -. �•I :‘,..„0„\____wer ___— .:_ SIGN 5 CLOSED • �, 100 / � E , è1: 2 ;= :i--_ ' f SIGN 6 " _ H I. ' _ ' � '� Z°'aE = ctxs � SIGN 1 a J SIGN 5 -' ..ter' — yam* c,:., "Ni _ SIGN 7 — C fir ,. +--- ,�_ _" �. ,_ s pLLGG,3 � NOTE 9 Y'I=- v` -,11'-'� = - I -"��, - F f a ®i r- —IL—' t?FT Pill. 4 r—dil -✓. r. " ,.: tx' • '.' '1 1'" 1: 1 �' I. • r -_ir k' ♦, a. F "'•J c r a Alt — x c;�`'� `—ONE LANE TO REMAIN' / r r innimainimmaiml u / tiro OVEN AT ALl TIMES � ,,...;-4,.,,- �i� l� Ir Q: r . ,.y .!fit.. ;,��L."* �� �' ♦ ' M ! a- ". re-511 b 2 “ ° ,� '' -,� r , ' alb , , ,/ NOTE 9 / ; .�"- G�Cx`�� '.�P'L {'`` >� tIT� itirll4���ti� i -k. ',. l ` «w:, r l 4; o + ►Alb t a 3 P u } 4 SIGN2 l , f ~ 40 1 If ' * r i. EAST OF WESTPORT PLAZA} L '`f a''' t11 + o x r w 8 W +,'� / m it 1 j ` \.� /,_ r` ti ! fI t t` a err iev • a s .rc 1 LRIVnTC Jo. , . r% - %t'! 8'.J% 2 g i �� y` 1 } < t i — I I✓11P ''f d� 10E91 ? I' • ` r,, �, , + `; TRAFFIC CONTROL FOR LANE CLOSURE t -IGN 3 ! WATER MAIN CONSTRUCTION ON HWY 1. I' 4 / ' NOTE 9 / d` 1 }I �,` ' , DRIVEWAY ACCESS S&I LL[3E NOTES: 41 I MAINTAINFD AT AL4L TIMES I' 1 PROVIDE 4 DAYS NOTICE TO CRY AND RESIDENTS PRIOR TO STREET CLOSURE PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY CLOSURES i 0 w / 5 4 cc ' WE8TPof�T p' 2 RESTORE DRIVEWAYS AND SHARED PATH W1TH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE-OPEN AT END OF EACH WORK DAY ;i s 1 O Si /lie ' f 3 ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(MUTCD) a i V 0 f w A N. /• r �" 4 STREET AND SIDEWALK CLOSURE AND DETOURS.SUDAS 8030 101.8030 110.8030 111 8030 117 AND 9030 119 z I IT: L' ... _ C J 5 CONTRACTOR SHALL MAINTAIN MINIMUM 11 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC 4 E 6 ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE PROVIDE TEMPORARY STOP SIGNS WHERE REMOVED SIGN 3 POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED At NO ADDITIONAL COST TO CITY. 7. POSTED SPEED LIMIT ON HIGHWAY 1 WEST NEAR HAWK RIDGE DRIVE 15 45. _-EET 8. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS,INCIDENTAL TO TRAFFIC CONTROL. is-r.Ti-^ATIui, 9 SHARED PATH SHALL BE REOPENED FOR TRAFFIC AT END OF EACH WORK DAY.PROVIDE MINIMUM 5 FT PATH WIDTH WITH SAFETY FENCE AND TEMPORARY SURFACING. J'02 41 I I I 1 -1 4. / mP1.. I'l' - -A{I d t r; --.-FO--"-_ r 0 - l _-- _— 10 U Z_ r- AIL — it Z A r 17VALVE.BOLTTCTEE 1, �_ REMOVE HYDRANT AND SALVAGE tp X8'TEEi 4 '' i f f'_.' TO CITY OF IOWA CITY t8'RCP CULVERT CROSSING `' 12"VALVE.BOLT TO TEE _ -----T T T ,—T--T--'-T— N PROPOSED s2'PVC WATER AIAN — - T I I -7 - T- _\ 12'CUT IN VALVE rot -TT -f I I • T CLEARING AND BORE PIT f 8"X6'TEE EXISTING 17 WATER MAIN , L—t 1 I( - — r GRUBBING.REMOVE 3 F I �� ;- II _ 1 - � - w ++00 or 1_ t f LARGE TREE vi, �. or w, w :-- 2�0,� -.a JL _UJ ± Lj`f—.• YI }N �:= _W �_."�}_ w , r am-y_„�._ � -f ►,, �' J o . CI�a tb+ CROSS EXISTING MAIN Wx-- - Z t2'45'ELBOW • . -r- T HYDRANT ASSEMBLY - -} �`or j�� ��`�40 i ,L _ i� -J-; 1 -- }- so,_ _ S r • 11 mg (FIGURE 5020.201) _% — ' 0 x---{- g0 a u 8"45'ELBOW �� —��� - I t 12'HOPE DRA.N TILE�- I �xi�--- PRESERVE AND PROTECT EXISTING _ - Mr ELECTRICAL MANHOLE - 9 I �/ rn PRESERVEANDPROTECTEXISTINGELECIRICALMANHOLE 1 PRESERVE AND PROTECT 2 r , trr nn `� z EXISTING TRAFFIC LIGHTS I V' PRESERVE AND PROTECT EXISTING TRAFFIC LIGHTS I a C HIGHWAY 1 WES 30'-9'FRO�EDGE OFP�'VE\'- ty v E'CU'-IN VALVE-1 0 40'4'FROM EDGE OF ROADWAY(APPROX)- _ r- _ 1'4 I y 1 4 '0 k LL I 18'RCP CULVERT i = i 12'VALVE BORE 12'%8"TEE PROPOSED 12 PVC'i LATER MiAIN EXISTING SURFACE 690 s 2 3} HYDRANT ASSEMBLY 2 MS I \ 12"VALVE 11'MIN.CLEARANCE -- -- g c i¢? 685 II Q 3 z660- } 5.5FfMIN. I - -� — O a h ... I 1 � S.5 FT i IN. lc 4.1 r r J V I,.675 - - - W f��' p -. - - 1210rTEEI- 'poi raw ELBOW til NEW 1 CONNECT AT - ---. 8'XB'TEE _.._.�, I ir _'1 NEW 12'VALVE .-w- 3 C EXISTING 0'WATER MAIN 5 \ 8'CUT-IN VALVE X 670-- ' ##t . d 12'45*ELBOW i , EXISTING 17 WATER MAIN EXISTING W WATER MAIN 6 g 4 - 0 i 670 =i s 2 A 20+00 20+50 i a Z 665 I I ) + I j { I STATION 2 Q 0.00 1+00 2+02TATION 3+00 4+00 4.20 a 3 IDENTIF CATION MWM.1 1 I I I I I `' I ' /' _ — ROW APPROX .. __.. _ ._ — _ U f -._ _ ___ c -__. .-_.,_-- - _ ate_ 't ___ fp 11 �_'-'•-._____ 7.------ ROJ.APPROX '�_- o-= ` � _- _ O .�- a;i _ �- F , __ ZU _ i -- "__ n Eo f n / nl ; / P_r_4(Z. iF =1 r,—PROPOSED 12 PVC WATER MAIN m F- r rr 1550 FT RADIUS CURVE SH0.•VN Itl'RCP CULVERT CROSSING I I Z\ BURIED ELECTRIC--ti GAS m T - rT T i _ T- s l;'. j t _ 6t� _ _y wi--r--T— N wT �+_—�__�___i y�duo__ i ---_ ", -r- _-r--T- t N-71 _1 -y 1 .. I :t -1==�.-rrl+- ' ---_T- i T T \ - -� .�--1`-1-..-1. 'S- w=1:----- I� ti __ •_— -_��. ✓r- 41 ` =iE�f��'' _ 1 1,i I 6 5 1 I 1_-1 a v w�--.— ----...e„------w,r7:ciN L-- —24'RCP STORM SEWER CROSSING I _ W- sa- R t> it EXISTING 12"WATER MAIN __'ft_"�fr ftl.1 st':,E ` BORE PIT _-_-- oel s,,~ - A z Ir sn. II S „ 60-0'FROM EDGE OF ROADWAY(APPROX) \I r i 1 f 5 I 1 1HTGHWAYWEST , , b 2 a o 1G :u u: n 31 b - S LL :_ II a 13 :1 5 It. ego I — BORE PJ2cRORMER EXISTING SURFACE 1 18'RCP CULVERT a 2 1� ?' PROPn -r. is v✓t rr:,TER Ir<AIN ` s�'yrs 665— r- _, .... ms _` _ 7 v 18'MIN CLEARANCE i jr 2$i r. g•TO/ 10'-1" O ' ' 5 5 FT MIN I I I7-:' , T ___---18"MIN CLEARANCE W I i I ZZ3 C 670— i d 2 i 4 d EXISTING 12"WATER MAIN u a a c-, Z ELECTRICAL(VERIFY DEPTH) GAS(VERIFY DEPTH! x W < u C 665 I + II 1 f I 2 4+20 5+00 64.00 STATION 7.00 8400 8+20 cc E > S-ELT ICE-NTIr CATION MWM-2 4 I 2 . 3 1 -I ROW APPROX _.....- 1 z Rov,,APPROX. I i i---- , ..1 - -----.--- -- - -- PO----- -so -- ro FL --......--. ro ll/ .t in 1., Z ---sO --------- Fo --- FO -------- Fo-- ---- -FO---- --FO- --- . ---- FO-------- FO -- — O - -- _. 0 f Fo--- _______ _ i 4 -1Z'VALVE I r--r-i 01 1 ''s/ r 1,- ''.•I 12"X 6'TEE--1 E---.. 1:1 r- 12'VALVE --, ....-• Z\ \ E i 36"RCP STORM SEWER CROSSING ...---- rn BORE PIT i PROPOSED 12'PVC WATER MAIN Z ..- I .---1S'RCP CIJILVERT CROSSING I rn .., 4 „... 1 -'—r- -r\ -,-A -- I --T-- 1 1 I I 1 ---1--- .-...4._ ' \ II 1 1 ` / 1 r----- — I -7-7---F—r- --n----r —n—r--1---r-- --,-- __,- ..—T-- --,-- t• E _L..,.__L_ 1 i 1 1 i -T- ITT 1 -- - -1-- i r.,.. xv 13+0D _vo 0 ---- HYDRANT ASSEMBLY , vi,„ \\.k..,"4.•,. . I (FIGURE 5020.201) 12 22 5"ELBOWS 51-07ROM EDGE OF ROADWAY(APPROX: I S 6 S E C EXISTING 12'WATER MAIN I .. _. I 1 WEST _,_ ___ : HIGH 5 I, HIGHWAY I _ 5 i i 4, 7U EC GIMIIMI V 8 1 ill ii Il li I I —HYDRANT ASSEMBLY 1 EXISTING SURFACE _ 7 ir RCP CULVERT BORE PIT r-36'RCP STORM SEINER r-' S e ..A • TS"MIN.cLEARANce _7_____ •...../___ ___ , _........ . ......"/ 1,.......... .....a+.. .oir.r.. .....m......... ...mrw . ......... l' I .. ..... •ar.r.r '' r.. __.__ ...... , I I U ir MK CLFJIRANCE PROPOSED ir PVC WATER MAIN ..,-1 . ,''''"- 1 P :: .------ 1-- - .-- ------ III LU• --__ _ .... . _ __:._ _ ______ -I_-.. • ` 5 '' 0 ir - r m 2 IX X 6-TEE '\\—EXISTING ir WATER MAIN 670 . . . ir VALVE ir 22-5'ELBOWS ... 1 . . * . M 4 6.23 9.00 10000 STATION 11*00 12•130 12.20 e S.,-IEET IDENTIF CATION MWM.3 _ I I 1 I r l 2 I 3 I_ 4 I 5 '5 ac-s, N 7 1- -fir` G 4 ROW APPROX :\ , , . •'� 51 l _ - --' .-a© --FO FCC--w�._»'.'...- FED , FO y FROWAPPROX . - GI. F8 FO - Ki --'- _- w - _ - - fU F� -___..__. FO. • f0 n�,r ai: --. __ Z j. �-- _�po / 12'Cu I-IN CONNECTION.REMOVE t_BOW.CONNECT TO EXISTING 12'WATER MAIN ` Q 0 tr d Z�.- ‘ , . ., --. FO _ _ = Fa3 �/ - -,�- �,r iFrii Lu FO- �----"D �- dr' CLEARING AND GRUBBING-BRUSH AND SMALL TREES-� o - - Fir 1 fo V \ \ • 'I ,, r �--- _ / - /} Qom) T2"22 5 ELBOWS - '�'a �-'-"-- y.� V. EXISTING 12'WATER MAIN BORE SIT -- - }�-. y1 1E+48 24'RCP STORM SEWER c -4\ 7 .....-.---1 _ __„-...------. �1 -4sfifr�- - `- - - - - ; sat. - i ux _ ' II vi r'� / -__ _ _ -T -r-T� -�-?���y;_ �,�-' W ---J• I-`-T`- TTi 12"`RCP STORM SEWER-\_ ( /FI: - - - —� III - 1__-�-ti"- 15+" W` l^^�� -,-�___i I I _ I _.1, --ce_ 1 _ _tea.--CONTRACTOR SHALL PERFORM PRESSURE _ 1:-1---- -- __ �_�-� PROPOSED 12'PVC WATER MAIN 1- J-" l r a TEST BETWEEN THESE TWO VALVES PRIOR �Y„._ _.-c. -~ -__ _ - TO CUTTING INTO EXISTING WATER MAIN _-_ - 12+� W __,I.._%'. i CROSS EXISTING WATER MAIN --i f _ E 6 I UJ41EN?APPROXLOCATORCOULDNOTLOCATE? \I'JES "t �' ; :tri I .... . , ...,, ... 1.,. ./ l GH //\ ( L., I \ , _ I 4g3� FROM EDGE OF ROADWAY(APPROX) I }a. 111110 i 15I [ 1,� :r, r e 3' _ .; E. ':sosII s: fibs m c EXIS I ING SURFACE _ `� z aa- ii- , BORE PIT g PI " �s 6PrT -� MM ' gt,$ oal ~ STA16.33 a•- ¢�� PROPOSED 1?PVC WATER MAIN \� REMOVE ELBOW.CONNECT 3 5.5FTMIN. ' 1 TO EXISTING 12'WATER MAIN - z 675 . - �.....),- r _ I I w Jwb70 ( F -- � J EXISTING it WATER MAIN r -w u 3 C Er (ESTIMATED LOCATION) 12'22.5°ELBOWS a 2 t 4 a b85 LUMEN(VERIFY DEPTH) _' c Q • (LOCATOR COULD NOT LOCATE) z Z I I iix III E12 s Q 12.20 13.00 14•00 STATION 15.00 15400 t r,- c `, 5-E=T IC-NTIF C LTICr MWM.4 I • I ° I ° J z m '. ,, t s: ,„,4 l O L AL miiiiiiiiiiiiiiiimm. S f> D IIMIIIIIIMMIEL NIIMINIIIL \ w i ° fra' IL' / -4 ...a �` -� \ '` I • (4449000>s, -co o //\ .. /\ , 0,y J :' \ , \ \ Iiir4 , , 11.3 o p fTI 4 Dj zm n = �� rn j 4\i'll114\44%14. I.' ' m rn " m nm m co \ n x 7s �" b i \ ;A. ' / Z r(nrh;,., i X. -0 D p D cn Z `� T Z m ./ /\ I,,/ o� \ / \6 • / \ . , . n ILI #4i#. ' \ N . ,' 4,\\.\\ : . \\*.</:4116, « ♦ y - \ ''♦': lb a 46 ..,../Lil._lio._\ 1 r"0 oQ .e , z I♦ m m �`' m cn DI : ( ......... s" ........ ..., ,....) _ • 0 ,it t :.,0 .4.t.- !^••••„,, g , ....> lC) ,S• DES,40KDBY DATE J HICHYtAY' CITY OF Y01YA Mr ;mot _, 7�'!�'=fi MANITV U.=MiITPk:]!=C- �1OWACtTY,IA5?NSt IM„M ICADBr �JOLI[aTl1T[N ND.: WATERtigig i" I EP ti„-T7 F T. IDWAGTY.IA ICIr0 Dm O R, 1 O,V CIT'. IT,:WA s D7eD Ir. comma No WATERSMTH ENDINEEPoNO 1 141A7 SCAZ!MX DAM PIA NUNIIIIR SIDEWALK AND PAVING SHEET 1029HERSHEY AYE uUSCATNE.IA 52761 ��. iu N„,�. 0 CITY FILE FOR BIDDING 77m�11 6Oa, ENGINEERING g , d Prepared by:Joe Welter,Public Works,410 East Washington Street,Iowa City,Iowa 52240,(319)356-5144 Resolution No. 21-283 Resolution setting a public hearing on November 30, 2021 on the project manual and estimate of cost for the construction of the Highway 1 Water Main Replacement Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Hwy 1 (Hawk Ridge to Walmart) Water Main Replacement-Account#W3313. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above- mentioned project is to be held on the 30th day of November, 2021, at 6:00 p.m. in the Assembly Room at The Center, 28 S Linn Street, 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. If City Council does not meet in person due to the health and safety concerns from COVID- 19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. 3. 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. 4. A copy of the project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 16th day of Novembe , 2021 Mayor P Tem ApprovedG Attest: l) E l _o )/) City Clerk City A orney's Office (Sara Greenwood Hektoen — 11/10/21) It was moved by Weiner and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner AL, I • 1 IOWA LEAGUE Qf CITIES 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 Highway 1 Water Main Replacement Project Classified ID: 111638374400 A printed copy of which is attached and made part of this certificate, provided on 12/02/2021 to be posted on the Iowa League of Cities internet site on the following date: 12/02/2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 12/02/2021 Alan Kemp, Executive Director NOTICE TO BIDDERS HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 21 st day of December, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 4 day of January 2022, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see ***.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: approximately 1,600 feet of 12" PVC water main installed by directional drill method on the north side of Highway 1 between Westport Plaza (Walmart Entrance) and Hawk Ridge Drive. In addition, the construction activities will include the associated fittings, valves, hydrants, traffic control, shared use path removal and restoration, and seeding. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq(a�iowa-city.orq. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent(100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 1, 2022 Substantial Completion Date: May 31, 2022 Final Completion Date: June 30, 2022 Liquidated Damages: $500 per day All of the bids listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions, located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinqaiowa-city.orq. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, December 2, 2021 9:12 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 12.02.21 Notice To Bidders.pdf 1 RISK Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. 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—Highway 1 Water Main Replacement Project Iowa City—Wastewater Treatment Plant Access Control upgrade 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): December 2, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CLt December 2, 2021 Date President/CEO of The Construction Update Plan Room Network Cindy Adams—Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street—Des Moines, Iowa 50309 (D) 515.402-9858(0) 515-288-7339 (e) cuhelp@MBI.Build (w) https://MBI.Build (w) https://lowaConstructionUpdate.com (w) www.iowabiddate.com 1(a' construction update Stay �(4.0 191 in Connected %Mr/ 2 DAILY NOTICE TO BIDDERS construction update NOTICE TO BIDDERS HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 21st day of December, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 4 day of January 2022, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icaov.orq/councildocs or telephone the City Clerk at(319) 356-5043. The Project will involve the following: approximately 1,600 feet of 12" PVC water main installed by directional drill method on the north side of Highway 1 between Westport Plaza (Walmart Entrance) and Hawk Ridge Drive. In addition, the construction activities will include the associated fittings, valves, hydrants, traffic control, shared use path removal and restoration, and seeding. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq(a iowa-citv.orq. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment,and Maintenance Bond in an amount equal to one hundred percent(100%)of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 1, 2022 Substantial Completion Date: May 31, 2022 Final Completion Date: June 30, 2022 Liquidated Damages: $500 per day All of the bids listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions, located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq(a�iowa-citv.orq. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK • Prepared by Joe Welter,Public Works,410 East Washington Street,Iowa City,Iowa 52240,(319)356-5144 Resolution No. 21-296 Resolution approving the project manual and estimate of cost for the construction of the Highway 1 Water Main Replacement Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Hwy 1 (Hawk Ridge to Walmart) Water Main Replacement, Account Number W3313. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above-named project shall be in the amount of 10% (ten percent)of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 21st day of December, 2021. 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 Assembly Room at The Center, 28 South Linn Street, Iowa City, Iowa, at 6:00 p.m. on the 4th day of January, 2022, or at a special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at(319) 356-5043. 5. If City Council does not meet in person due to the health and safety concerns from COVID- 19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at(319) 356-5043. Resolution No. 21-296 Page 2 Passed and approved this 30th day of November , 2021 Mayor Approved by Attest: L' -(t 1 c .� City Clerk j City Attor y s Office (Liz Craig— 11/23/21) It was moved by Taylor and seconded by Bergus the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus X Mims X Salih x Taylor x Teague x Thomas x Weiner R3iedia PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST This is not an invoice IOWA CITY IA 522401825 #of Affidavits1 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Cost: 0005009384 11/22/21 11/22/2021 $49.68 Copy of Advertisement Exhibit"A" /k 1/16/614X1--- WSubscri ed and swor before me by said affiant this 22 day of November, 2021 Notary Public I r 2'1) Commission expires KATHLEEN ALLEN Notary Public State of Wisconsin NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED G WAY D 1 C WAT FOR MAIN REPLACEMENT PROJECT IN THE CITY OF IOWA CITY,IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct o public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Highway 1 Water Moin Replacement in sold city at 6 p.m. on the 30th day of November, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn Street in sold city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. It City Council does not meet in person due to the health and safety concerns from COVID-19,the council meeting will be an electronic meeting using the Zoom Meetings. For informotion On how to participate in the electronic meeting, see www.icgay.org/councildocs or telephone the City Clerk at (319) 356-5043. This protect includes approximately 1,600 feet of 12" PVC water main installed by directional drill and open trench methods on the north side of Highway 1 between Westport Plaza (Wolmart Entrance) and Hawk Ridge Drive. In addition, the construction activities will include the associated fittings, valves, hydrants, traffic control, and shared use path removal and restoration. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk of (319) 356-5043 or emailing kell ie-f rueh l ingOiowa-c ity.org. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Proiect Manual or the cost of making said Improvement. This notice is given by order of the City Council of the City of Iowa City,lowo and as provided by law. Kellie K.Fruehling,City Clerk Prepared by:Joe Welter,Engineering Division,410 East Washington Street, Iowa City,IA 52240(319)356-5144 Resolution No. 22-6 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Highway 1 Water Main Replacement Project Whereas, Maxwell Construction, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of$421,455.00 for construction of the above-named project; and Whereas, funds for this project are available in the Hwy 1 (Hawk Ridge to Walmart) Water Main Replacement, Account#W3313; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to Maxwell Construction, Inc. of Iowa City, Iowa, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 4th day of January , 2022 ut�R.e� M r Approved b Attest : ( )'� 7..u,cf.:_,` City Clerk City Att ney's Office (Sara Greenwood-Hektoen — 12/27/2021) It was moved by Weiner and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter x Bergus x Harmsen x Taylor x Teague x Thomas x Weiner i Bond No.54243307 0510 Pill FEB I l PERFORMANCE, PAYMENT, AND MAINTENANCE BOND _, _ Ptf ' 3 HIGHWAY 1 WATER MAIN REPLACEMENT PROJECT 1 ' �'C��ER CITY OF IOWA CITY lop KNOW ALL BY THESE PRESENTS: That we, Maxwell Construction, Inc. — Iowa City, Iowa, as Principal (hereinafter the "Contractor" or "Principal") and United Fire&Casualty Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of four hundred twenty-one thousand, four hundred fifty-five dollars ($421.455.00), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the f0T4 day of FilSkvitity 2022 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Project includes approximately 1,600 feet of 12" PVC water main installed by directional drill method on the north side of Highway 1 between Westport Plaza (Walmart Entrance) and Hawk Ridge Drive. In addition, the construction activities will include the associated fittings, valves, hydrants, traffic control, and shared use path removal and restoration, and seeding. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to- wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not Project 0510 — Page 1 of 4 satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractorenpl;Sufety Shall not be liable to said persons, firms, or corporations unless the claims'of`said'cleiMants'-against said portion of the contract price shall have been established as provided bylaw. The Contractor and Surety hereby bind themselves to the obligations andGondltiohs set forth in Chapter 573 of the Iowa Code, which by this reference is made apart'hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five (5) year(s)from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) year(s) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first Project 0510— Page 2 of 4 r • instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. rr -D ""�,,,, 0=o p $ Project 0510— Page 3 of 4 PRINCIPAL: SURETY: Maxwell Construction,Inc. United Fire&Casualty Company Printed Name of Contractor Officer ety Compan e By By -c�-'�'`-, S' n re Contractor fficer Signature of Attorney-.'-F.� �officer St "'e h I1 Dione R.Young,Attorney-in-Fact Title of Contractor Officer Printed Name of Attorney-in-Fact Officer Holmes,Murphy&Associates,LLC Company Name of Attorney-in-Fact 2727 Grand Prairie Parkway Company Address of Attorney-in-Fact Waukee,IA 50263 City, State, Zip Code of Attorney-in-Fact (515)223-6800 Telephone Number of Attorney-in-Fact rn Ei2 r-' rcl �} w Project 0510— Page 4 of 4 r fge UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, STACIE CHRISTENSEN, SHELBY GREINER, GINGER HOKE, EACH INDIVIDUALLY their true and lawful Attomey(s)-i n-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company,United Fire& Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boarf Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" t:...% "'r l .-1 Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may,Thtait time glme, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other sbligatoiy stnunenpeflike nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or speciarpotver of attorney of certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of suct, Brier and the on eal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-ir a �i ubjee the li ri a ons set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any sttth i-f mdiiI6 and .140- the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at anyd-i#voke,,,all power.. . authority previously given to any attorney-in-fact. •• IN WITNESS WHEREOF,the COMPANIES have each caused thast presengo be signed by its ```,��4 �,��,,' ``,`4`' N;r�,�, ;QP`Fo Po;q'y�, vice president and its corporate seal to be hereto affixed this 15t h day of January, 2014 F CORPORATE IA Le, CORPORATE L_ a;j?4 DOS oo - _ _ _ ,u�•z� ;= UNITED FIRE&CASUALTY COMPANY SEAT �� SEAL le : •,�, Ins ..__ UNITED FIRE&INDEMNITY COMPANY %%, `°',``'� '''`6 1PEPt`V FINANCIAL PACIFIC INSURANCE COMPANY BY: L-,,,,.,,;_,/r4 _ State of Iowa,County of Linn,ss: Vice President On 15th day of January, 2014, before me personally came Dennis J. Richmann to me known,who being by me duly sworn,did depose and say;that he resides in Cedar Rapids,State of Iowa;that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. HuesYr Patti Waddell 'ic Iowa Notarial Seal Commis , 0 a.t e.a i___ sion number 713274 Notary Public •owl. My Commission Expires 10/26/2022 My commission expires: 10/26/2022 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this day of , 2022 `` `II 4E/E.,�'i, 0"`Y\NDE',*„ O`,,(.\GINSUq,,, `Jq. ( Fb:. ````tee ''}A s Qr.'GpP►OA,j j?.:C? -W CORPORATE CORPORATE L's .<:.2 WO u FO..O; .f7d AA _,.,,,,A srAt. SEAL ;s . Nor:<,:a Assistant Secretary, '�4 pen 8°j� �'.5. g s�y''.;I1IFOP,:. ''',"*.,A 111 ss0`` ''''si�wmiili\o°O �•��nnnumu\�n•��"`` UF&C&UF&I&FPIC BPSA0049 1217