Loading...
HomeMy WebLinkAboutLOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT PROJECT LOWER CITY PARK & KIMBALL RD STORM SEWER IMPROVEMNET PROJECT 01-Jun-2021 Plans, Specs, proposal and contract, estimate of cost 01-Jun-2021 Res 21-152, setting a public hearing 07-Jun-2021 Notice of public hearing 15-Jun-2021 Revised plans 15-Jun-2021 Res 21-172, approving project manual and estimate of cost 17-Jun-2021 Notice to bidders 27-Jul-2021 Res 21-207, rejecting bids 28-1ul-2021 Notice to bidders 17-Aug-2021 Res 21-228, awarding contract (Bockenstedt Excavating Inc) 20-Nov-2022 Engineer's Report 06-Dec-2022 Res 22-299, accepting the work 12-Dec-2022 Performance, Payment and Maintenance Bond m• ni0 i, Johnson County, Iowa llr �rx r s prr 4: 40 CITE Y OF IOWA CITY N DEPARTMENT of PUBLIC WORKS ci it . ,T `_c .ER •. IU /A LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT INDEX �__� �A — Loca is ' . -\ IOWA CITY s. A.01 TITLE SHEET AND PLAN CERTIFICATIONS _ \ \, A.02—A.03 CONTACTS, LEGEND, ENGINEERING \ \ GENERAL NOTES AND UTILITY NOTES B.O1 TYPICAL CROSS SECTIONS AND DETAILS C.01—C.02 QUANTITIES AND TABULATIONS DIVISION —.IN 410 East Washington Street- 319456-5140 C N D.01 PCC/HMA REMOVALS D.02 KIMBALL ROAD PCC PLAN Not to Scale GOVERNING SPECIFICATION: „ ....._____' • THE 2021 EDITION OF THE"IOWA STATEWIDE URBAN STANDARD E.01—E.02 900 N.DUBUQUE DRIVEWAY PLAN AND PROFILE SPECIFICATIONS FOR PUBLIC IMPROVEMENTS"SHALL GOVERN. — I G.01 ALIGNMENT, PROFILE AND SURVEY TIES • IOWA CITY SUPPLEMENTAL SPECIFICATION SHALL GOVERN AS REFERENCED. J.01-1.02 TRAFFIC CONTROL NOTES AND KIMBALL RD DETOUR PLAN • ALL APPLICABLE FEDERAL,STATE AND LOCAL LAWS AND ORDINANCES WILL BE FOLLOWED DURING CONSTRUCTION OF THIS 11M1 Ir.. L.01—L.02 JOINTING PLANS PROJECT �N►BA1-L M.01 M.03 STORM SEWER PLAN,PROFILES AND TABULATIONS. CITY OF IOWA CITY ENGINEERING DIVISION R 01 R.02 EROSION AND SEDIMENT CONTROL PLANS APPROVED U.01—U.02 DESIGN DETAIL SHEETS P Kh q !' f ,,/,_572_, / I CITY ENGINEER DATE /, / BROWN ST I hereby certify that this engineering document was prepared by me / /, W o`��OF ESS I p�;'�., or Professional lct rsonal Engineersupervision under the laws that of the State of Iowa. OQttl ql Signed: Date: N;` SCOTT K. '•; CO RONAL ST W BONERS Z // // 0 17141 ;:,,; (oLlt�[ LI / // :> . �: Iowa c BONERS. P.E. %,I* IOWA *,� Iowa License No. 11141 ��,,,,,,,,,,.``�� My licensed renewal date is December 31,2021 Pages or sheets covered by this seal: ALL * IOWA ONE CALL 800-292-8989 TOLL FREE Project Date File# Sheet CALL BEFORE YOU DIG LOWER CITY PARK AND KIMBALL ROAD STORM SEWER 05/25/21 A.01 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT i i tt . ,1��; �t Johnson County, Iowa .. ` _-k'` Ilse . 2011 JUG! - 1 Pi" S . t CITY OF IOWA CITY N DEPARTMENT of PUBLIC WORKS CITY t.r LEP lOW.', C:►` , 1Qi':* LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT AND RIVERBANK STABILIZATIO I PROJECT Index t ll - -____, 1� �` A.01 Title Sheet and Plan Certifications iii\ Loca i \ A.02 Legend and Utility Information IOWA CITY \ \` B.01 Typical Cross Sections and Detail EN G I N E E R I N G C.01—C.02 Quantities and Tabulations \ \ D.01 PCC Removals D.02 Kimball Road PCC Plan Es 02 Clark Driveway Plan ... Profile DIVISION _� J.01—J.r' Traffic Control St.. g Notes 410 East Washington Street - 319-356-5140 / l N L01—L02 - r•nting Plans / l\ \ Not to Scale M.01—M.03 S : . Sew- 'Ian and Profiles " (.....„21 R.01—R.03 Erosi. trol Plan GOVERNING SPECIFICATION: ``�_ I U.01—U-02 Design -eta sets • THE 2021 EDITION OF THE IOWA STATEWIDE URBAN STANDARD SPECIFICATIONS FOR PUBLIC IMPROVEMENTS"SHALL GOVERN. I ` • IOWA CITY SUPPLEMENTAL SPECIFICATION SHALL GOVERN AS 1 N. REFERENCED. • ALL APPLICABLE FEDERAL,STATE AND LOCAL LAWS AND ORDINANCES WILL BE FOLLOWED DURING CONSTRUCTION OF THIS L.:. PROJECT 1 ,IMBALI— ' CITY OF IOWA CITY ENGINEERING DIVISION \\\4% APPROVED P K 1111 q--- fCITY ENGINEER DATE / BROWN ST I hereby certify that this engineering document was prepared by me / LtJ `,,,,rrrr rrrrr,,, or under my direct personal supervision and that I am a duly / �ssoE ESS/pN',,� licensed Professional Engineer under the laws of the State of Iowa. • ��`Q�. '•�� '�• Signed: Date: CO _' SCOTT K. ���: RONALGt ST c.) s17141OVER ^1; Co l i /z-) / /' ��� SCOTT K. SOVERS, .E. �!�'* 'I()WA * Iowa License No. 17141 ,,,,,,,,,,,,,,, My licensed renewal date is December 31,2021 Pages or sheets covered by this seal: ALL * IOWA ONE CALL 800-292-8989 TOLL FREE Project: Date File# Sheet CALL BEFORE YOU DIG LOWER CITY PARK AND KIMBALL ROAD STORM SEWER 05/25/21 A.01 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT CONTACTS GENERAL LEGEND THE FOLLOWING UTILITY COMPANIES MAY HAVE EDGE OF PAVEMENT MANHOLE 0 MH OVERHEAD ELECTRIC OE FACILITIES IN PROXIMITY TO THE PROJECT: RIGHT OF WAY(ROW) CATCH BASIN IDCB PORTLAND CEMENT CONCRETE PCC W GAS&ELECTRIC MID AMERICAN ENERGY CO. HOT MIX ASPHALT HMA WATER MAIN CENTERLINE CLEANOUT CO FO 1630 Lower Muscatine Rd. MAILBOX MB FIBER OPTIC CABLE TREE,DECIDUOUS rr GUY WIRE SAN Iowa City, Iowa 52240 0 SIDEWALK SW SANITARY SEWER JOE RETEK GAS FIRE HYDRANT ST TREE,CONIFEROUS WATER METER WM STORM SEWER Phone:319-341-4457 CULVERT LIGHT POLE 0-0 Mobile:319-930-6225 HEDGE/TREE COVER �� ��DRAINAGE LINE - JASON WARREN-ELECTRIC FENCE G i DUCTILE IRON PIPE DIP UTILITY BOXES REINFORCED CONCRETE PIPE RCP T I LP Phone: 319-341-4425 x GAS MAIN SIGNS o 4 WATER VALVE WV Mobile: 319-330-7301 RETAINING WALL — BURIED TELEPHONE CABLE T POWER POLE g PP GAS VALVE >. GV BUILDING BURIED TELEVISION CABLE TV WATER SHUT OFF 3,6° CENTURY LINK BURIED ELECTRIC E 615 3rd Avenue SE BACK OF CURB TO BACK OF CURB B-B Cedar Rapids, IA 54201 GENERAL CONSTRUCTION NOTES DAVID KIRKEBY 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE 2021 EDITION OF THE STATEWIDE URBAN DESIGN AND Phone: 319-206-9056 SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, GENERAL SUPPLEMENTAL SPECIFICATIONS, Mobile:319-329-3807 SUPPLEMENTAL SPECIFICATIONS,AND SPECIAL PROVISIONS,UNLESS OTHERWISE SPECIFIED IN THESE PLANS. 2. CONSTRUCTION ADMINISTRATION,INSPECTION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE COMMUNICATION MEDIACOM CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 546 Southgate Avenue 3. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, Iowa City, Iowa 52240 UNLESS AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. KEVIN FOUNTAIN 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF Phone: 319-351-0408 x3701 THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION Mobile: 319-621-8466 ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. ALL HORIZONTAL AND VERTICAL REFERENCE ARE US STATE PLANE IOWA SOUTH ZONE;US SURVEY FOOT NAD 83 (1996 HARN)AND NAVD 88,RESPECTIVELY. A.T.&T. 6. ALL TREES,SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY 1425 Oak Street NOTED AS"REMOVE"OR"CLEAR AND GRUB"ON THE PROJECT PLANS OR AS DIRECTED BY THE ENGINEER.THE Kansas City, MO 64106 CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO • LENNY VOHS PROTECTED TREES OR SHRUBS OR TO THEIR ROOT SYSTEMS. Phone: 816-275-4014 7. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL PROVIDE Mobile: 770 335 8244 APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS"SIDEWALK CLOSED', "SIDEWALK CLOSED-USE OTHER SIED",AND"PEDESTRIAN DETOUR<WITH APPROPRIATE DIRECTIONAL ARROWS>". IOWA NETWORK SERVICES 8. DURING REMOVALS AND CONSTRUCTION, THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL Jeff Klocko DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE Phone: 515-240-2544 WITH THE APPLICABLE SPECIFICATIONS,APPROVED BY THE ENGINEER AND SHALL BE CONSIDERED INCIDENTAL TO Mobile: 515-830-0445 THE WORK a 9. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY THE ENGINEER PRIOR r--, -. TO REMOVAL. FA M UNIVERSITY OF IOWA 10.WORK DURING AN EMERGENCY:THE CONTRACTOR SHALL PERFORM ANY WORK AND SHALL FURNISH AND INSTALL ,N v GEORGE STUMPF ANY MATERIALS AND EQUIPMENT NECESSARY DURING AN EMERGENCY ENDANGERING LIFE OR PROPERTY.IN ALL f..» ' r N CASES THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF THE EMERGENCY AS SOON AS PRACTICAL,BUT SHALL ' ,� .,""'"" Phone: 319 335 2814 NOT WAIT FOR INSTRUCTIONS BEFORE PROCEEDING TO PROPERLY PROTECT BOTH LIFE AND PROPERTY. "'"i IMON 11. EXPANSION JOINTS:EXPANSION JOINTS WILL BE REQUIRED ADJACENT TO THE EDGES OF ALL DRIVEWAYS WHEN c REPLACING SIDEWALK SECTION(S) LOCATED THROUGH DRIVEWAYS. EXPANSION JOINTS SHALL BE INSTALLED -,,,,tC . crt Randy Schoon ADJACENT TO ALL STREETS AND STEPS. EXPANSION JOINTS SHALL BE SEALED JOINTS SHALL BE DONE IN ",41 ""13 I Phone: 319-261-4630 ACCORDANCE WITH SUDAS STANDARD SPECIFICATIONS AND DETAILS �„ 70 w Mobile:319-553-1176 12.CONTRACTION JOINTS AND FINISH:CONTRACTION JOINTS SHALL BE FORMED IN THE NEW PAVEMENT TO MATCH,INCi� j u APPEARANCE, THOSE JOINTS IN THE ADJACENT PAVEMENT AND IN A WORKMANLIKE MANNER. CONTRACTION E JOINTS SHALL BE SPACED AT INTERVALS EQUAL TO THE WIDTH OF THE PAVEMENT, OR AS DIRECTED BY THE y' UTILITY LOCATING CREW "ONE CALL" ENGINEER.PAVEMENT SHALL HAVE A UNIFORM TEXTURE WITH A BROOM FINISH.PAVEMENT SHOULD MATCH THE 0 Phone: 1-800-292-8989 EXISTING ADJOINING PAVEMENT FOR FRAMING AND TEXTURE. 13. DOWELING:EXISTING SIDEWALKS SHALL BE DOWELED TO NEW SECTIONS OF SIDEWALK USING 12'LENGTHS OF#4 co CITY OF IOWA CITY REBAR. THE REBAR SHALL BE PLACED AT 1'-0" ON CENTER, DRILLED 6" INTO THE EXISTING SIDEWALK, AND 9 CONCRETE DUST REMOVED BEFORE EPDXY GROUTED INTO PLACE.SEE FIGURE 7030.301 FOR DOWELING DETAILS. WATER DIVISION JON DURST 14.FINISH GRADING, SEEDING,AND MULCHING:AREAS DISTURBED ADJACENT TO REPAIRS SHALL BE FINISHED,FINE IN 6 GRADED AS NOTED ON R-SHEETS. OFFICE: 319 356-5160 15.VALVES AND TREE ROOTS: UPON EXCAVATION, IF VALVES OR TREE ROOTS ARE ENCOUNTERED, CONTACT CITY 1 ON CALL: 319356-5166 PERSONNEL PRIOR TO PROCEEDING. PAVEMENT CONTAINING VALVES WILL BE EVALUATED ON A CASE BY CASE c BASIS.TREE ROOTS SHALL BE EVALUATED BY THE CITY FORESTER.A RESPONSE WILL BE AVAILABLE ON A COURSE • SEWER DIVISION WASTEWATER ON CALL COLLECTIONS OF ACTION WITHIN TWO BUSINESS DAYS. MOBILE: 319-631-1144 16.THE CONTRACTOR SHALL CONTINUOUSLY MAINTAIN ADEQUATE PROTECTION OF ALL ITS WORK FROM DAMAGE AND 6 SHALL PROTECT THE JURISDICTION'S PROPERTY AND ADJACENT PRIVATE PROPERTY FROM INJURY OR LOSS V ARISING IN CONNECTION WITH THE WORK. THE CONTRACTOR SHALL REPAIR OR RESTORE ANY SUCH DAMAGE, TRAFFIC ENGINEERING BROCK HOLUB INJURY,OR LOSS TO JURISDICTION PROPERTY OR ADJACENT PRIVATE PROPERTY. Y OFFICE: 319-356-5482 17. PAVEMENT CURING SHALL BE DONE IN ACCORDANCE WITH SECTION 7010 ce d 18. REPLACE ANY PROPERTY MONUMENTS REMOVED OR DESTROYED BY CONSTRUCTION. MONUNMENTS SHALL BE czs PARKS&FORESTRY TYLER BAIRD SET BY A LAND SURVEYOR REGISTERED TO PRACTICE IN THE STATE OF IOWA AT THE CONTRACTORS EXPENSE. aOFFICE:319-356-2069 19. ON UNIVERSITY OF IOWA HOME FOOTBALL GAME DAYS, DUBUQUE STREET AND ITS SIDEWALK SHALL BE FULLY o OPEN TO VEHICULAR AND PEDESTRIAN TRAFFIC. CONTRACTOR WILL NOT BE ALLOWED TO WORK ADJACENT TO OR o TO CLOSE LANES TO TRAFFIC ON DUBUQUE STREET ON UNIVERSITY OF IOWA HOME FOOTBALL GAME DAYS. z W ENGINEERING H SCALE: N/A DESIGN: MAC P0 ' LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet CITY OF IOWA CITY DIVISION V SCALE: N/A DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Contacts, Legend and General Notes A.02 DATE: 5/28/21 CONTACTS GENERAL LEGEND THE FOLLOWING UTILITY COMPANIES MAY HAVE EDGE OF PAVEMENT MANHOLE 0 MH OE FACILITIES IN PROXIMITY TO THE PROJECT: RIGHT OF WAY(ROW) CATCH BASIN CB PORTLAND CEMENT CONCRETE PCC OVERHEAD ELECTRIC W HOT MIX ASPHALT HMA WATER MAIN GAS&ELECTRIC MID AMERICAN ENERGY CO. CENTERLINE CLEANOUT Co . FO 1630 Lower Muscatine Rd. MAILBOX y MB FIBER OPTIC CABLE Iowa City, Iowa 52240 TREE,DECIDUOUS GUY WIRE SIDEWALK s `..ter SW SANITARY SEWER SAN FIRE HYDRANT ST STORM SEWER JOE RETEK GAS TREE,CONIFEROUS J� (� ,! Phone: 319 341 4457 CULVERT F UCTILE IRth EJUI - 1 FM I1•D�Mp LIGHT POLE p Mobile: 319 930 6225 HEDGE/TREE COVER -/`/�/�/`� DRAINA LINE ��--_ • # UTILITY BOXES REINFORCED CON IPE RCP 0 QP JASON WARREN ELECTRIC FENCE x GAS MAI C' `1 �F Ki.f WATER VALVE b WV Phone: 319 341 4425 RETAINING WALL BURIED T EPHONE CABLE T SIGNS < l t- r i� GAS VALVE ►a GV Mobile: 319-330-7301 POWER POLE j��f Cyr [0 4$PP BUILDING BURIED TEL VISION CABLE TV WATER SHUT OFF 4'0 CENTURY LINK BURIED ELE• -IC E 615 3rd Avenue SE BACK OF CURB TO BACK OF CURB B-B Cedar Rapids, IA 54201 DAVID KIRKEBY GENERAL CONSTRUCTION NOTES: UTILITY NOTES: Phone: 319-206-9056 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE 2021 EDITIO IF THE STATEWIDE URBAN DESIGN Mobile: 319-329-3807 AND SPECIFICATIONS(SUDAS)STANDARD SPECIFICATIONS,GENERAL SUPP. MENTAL SPECIFICATIONS, 1. IOWA CODE 480,UNDERGR•.ND FACILITIES INFORMATION,REQUIRES VERBAL NOTICE TO IOWA ONE-CALL SUPPLEMENTAL SPECIFICATIONS,AND SPECIAL PROVISIONS, UNLESS OTHER •E SPECIFIED IN THESE PLANS. 1-800-292-8989,NOT LES HAN 48 HOURS BEFORE EXCAVATING,EXCLUDING WEEKENDS AND HOLIDAYS. COMMUNICATION MEDIACOM 2. WHERE EXISTING POWE' •OLES ARE IN CLOSE PROXIMITY TO OPEN AREAS,UTILITY COMPAINIES ARE TO BE 546 Southgate Avenue 2. CONSTRUCTION ADMINISTRATION AND INSPECTION WILL BE PERFORMED BY T . CITY OF IOWA CITY. CONTACTED TO HOLD HE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. Iowa City, Iowa 52240 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CO •ACTOR SHALL GET 3. UNDERGROUND F•' LITIES,STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND KEVIN FOUNTAIN AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVA PROPERTY. THE RECORDS,AND T REFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. Phone: 319 351 0408 x3701 CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTIO UNLESS 4. IT IS POSSIBLE ERE MAY BE OTHER UNDERGROUND FACILITIES. THE EXISTENCE OF WHICH IS PRESENTLY Mobile:319-621-8466 AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. NOT KNOW• OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE A.T. &T. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE .INSTRUCTION CONTRA' OR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 1425 Oak Street OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANC 'F 5. WHE• PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED Kansas City, MO 64106 CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. WI• IN THE CONSTRUCTION AREA,IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: LENNY VOHS • NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. Phone: 816-275-4014 5. ALL HORIZONTAL AND VERTICAL REFERENCE ARE US STATE PLANE IOWA SOUTH ZONE;US SURVEY F•IT NAD • COORDINATE OPERATIONS WITH UTILITIES. Mobile: 770 335 8244 83(1996 HARN)AND NAVD 88,RESPECTIVELY. • AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. IOWA NETWORK SERVICES 6. ALL TREES,SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS • DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID Jeff Klocko SPECIFICALLY NOTED AS"REMOVE"OR"CLEAR AND GRUB"ON THE PROJECT PLANS AND AS DIRECTED BY TH DAMAGE THERETO. Phone: 515-240-2544 ENGINEER.THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT • PRIOR TO BEGINNING CONSTRUCTION,PROVIDE LABOR AND EQUIPMENT NECESSARY TO Mobile: 515-830-0445 INJURY OR DAMAGE TO SAID TREES OR SHRUBS OR TO THEIR ROOT SYSTEMS. DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSING WHICH MAY UNIVERSITY OF IOWA 7. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS. GEORGE STUMPF PROVIDE APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE 6. A. PIPE TRENCHES LOCATED UNDER AND WITHIN 5-FEET OF PAVED SURFACES SHALL BE BACKFILLED WITH Phone: 319-335-2814 CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUC AS CLA A CRUSHED STONE(IOWA DOT GRADATION#11)PLACED IN 8 INCH MAXIMIM LIFTS COMPACTED TO AT "SIDEWALK CLOSED","SIDEWALK CLOSED—USE OTHER SIED",AND"PEDESTRIAN DETOUR<WITH LEAST .%STANDARD PROCTOR DENSITY UP TO THE FINAL ONE FOOT.THE FINAL ONE FOOT SHOULD BE IMON APPROPRIATE DIRECTIONAL ARROWS>". COMPA D TO AT LEAST 98%STANDARD PROCTOR DENSITY.BACKFILL FOR ALL OTHER LOCATIONS WITHIN Randy Schoon STREET RIG' -OF-WAYS OR WITHIN EASEMENTS ADJACENT TO THE STREET RIGHT-OF-WAYS MAY BE Phone: 319-261-4630 8. DURING REMOVALS AND CONSTRUCTION,THE CONTRACTOR SHALL USE ALL MEANS NECESSARY 'a CONTROL SUITABLE EXC• ATED MATERIAL.IF EXCAVATED MATERIAL IS UNSUITABLE,THEN BACKFILL WITH CLASS A Mobile: 319-553-1176 DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE CRUSHED STON . •LL BACKFILL WITHIN STREET RIGHT-OF-WAYS OR WITHIN EASEMENTS ADJACENT TO THE ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS,APPROVED BY THE ENGINEER AND SHALL BE STREET RIGHT-OF- •YS SHALL BE COMPACTED TO 90%STANDARD PROCTOR DENSITY. UTILITY LOCATING CREW "ONE CALL" CONSIDERED INCIDENTAL TO THE WORK. 7. ADJUST ALL VALVES, •NHOLES,CASTINGS,HYDRANTS,ETC.,TO MATCH THE NEW SURFACE FOR UTILITIES Phone: 1-800-292-8989 9. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY THE ENGINEER THAT ARE NOT TO BE AB DONED OR REMOVED.COORDINATE WITH THE APPROPRIATE UTILITY OWNER. CITY OF IOWA CITY PRIOR TO REMOVAL. 8. VERTICAL SEPARATION OF S •RM SEWERS CROSSING UNDER WATER MAIN SHOULD BE AT LEAST 18-INCHES 10. REPLACE ANY PROPERTY MONUMENTS REMOVED OR DESTROYED BY CONSTRUCTION.MONUNMENTS SHALL WHEN MEASURED FROM THE T••OF THE SEWER TO THE BOTTOM OF THE WATER MAIN.IF PHYSICAL WATER DIVISION CERST CONDITIONS PROHIBIT THE SEPARATION,THE SEWER MAY NOT BE PLACED CLOSER THEN 6 INCHES BELOW A OFFICE: 319-356-5160 BE SET BY A LAND SURVEYOR REGISTERED TO PRACTICE IN THE STATE OF IOWA AT THE CONTRACTORS ON CALL: 319356-5166 EXPENSE. WATER MAIN OR 18 INCHES ABOVE A WATER MAIN.MAINTAIN THE MAXIMUM FEASIBLE SEPARATION 11. ON UNIVERSITY OF IOWA HOME FOOTBALL GAME DAYS, DUBUQUE STREET AND ITS SIDEWALK SHALL BE DISTANCE IN ALL CASES.THE WATER AND SEWER PIPES MUST BE ADEQUATELY SUPPORTED AND HAVE SEWER DIVISION WASTEWATER ON CALL COLLECTIONS WATERTIGHT JOINTS.A LOW PERMEABILITY SOIL SHALL BE USED FOR BACKFILL MATERIAL WITHIN 10 FEET OF FULLY OPEN TO TRAFFIC. CONTRACTOR WILL NOT BE ALLOWED TO WORK OR TO CLOSE LANES ON DUBUQUE MOBILE: 319-631-1144 THE POINT OF CROSSING. WHERE THE STORM SEWER CROSSES OVER OR LESS THAN 18 INCHES BELOW A STREET TO TRAFFIC ON UNIVERSITY OF IOWA HOME FOOTBALL GAME DAYS. WATER MAIN,LOCATE ONE FULL LENGTH OF SEWER PIPE OF WATER MAIN MATERIAL OR REINFORCED TRAFFIC ENGINEERING BROCK HOLUB CONCRETE PIPE(RCP)WITH FLEXIBLE 0-RING GASKET JOINTS SO BOTH JOINTS ARE AS FAR AS POSSIBLE FROM OFFICE: 319-356-5482 THE WATER MAIN. PARKS&FORESTRY TYLER BAIRD 1. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR A SEWER MANHOLE.A MINIMUM OFFICE: 319-356-2069 HORIZONTAL SEPARATION OF 3 FEET SHALL BE MAINTAINED. 2. CONTRACTOR SHALL PROVIDE FERNCO STRONG BACK RC 1000 OR 5000 SERIES COUPLINGS FOR DISSIMILAR PIPE CONNECTIONS. CITY OF IOWA CITY H SCALE: N/A DESIGN: MAC Pea Sheet Title: File# Sheet ENGINEERING V SCALE: N/A DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION DATE: 5/28/21 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Legend and General Information A.02 GENERAL NOTES GENERAL NOTES UTILITY NOTES 01-20-84 203-1 06-07-94 232-8 1. IOWA CODE 480,UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE-CALL 1-800-292-8989,NO Plan and profile sheets included in the project are for the purpose The top six(6)inches of the disturbed areas shall be free ofrock LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND HOLIDAYS. of alignment,location and specific directions for the work to be and debris and shall be suitable for the establishment of vegeta performed under this connect. Irrelevant data on these sheets is lion,subject to the approval of the Engineer. 2. THE CONTRACTOR SHALL, IF REQUESTED BY THE OPERATOR OF AN UNDERGROUND FACILITY,ASSIST IN THE LOCATION OF IT not to be considered a part of this contract FACILITIES; PROVIDED, HOWEVER, THE JURISDICTION SHALL NOT BE RESPONSIBLE TO THE CONTRACTOR OR TO AN 102897 232-10 OPERATOR OF AN UNDERGROUND FACILITY FOR THE COST OF LOCATING SUCH FACILITY, OR FOR ANY DAMAGE TO SUC 01-20-84 204-2 The contractor Is expected to have materials,equipment,and labor Zen JUN 15 F•+ All holes resulting tromopeationsof the contrada,indudingremoval availableona daily basis to Install and maintain erosion control i it tf: tgCILITY THAT OCCURS IN ATTEMPTING TO LOCATE IT, OR FOR ANY DAMAGE TO THE FACILITY OCCASIONED BY TH of guardrail posts,fence posts,utility poles,or foundation studies, features on the project.This may involve seeding,sin fencerock CONTRACTOR'S PERFORMANCE OF WORK UNDER THE CONTRACT. shall be filled arhdoonsdidatedlo finished grade asdirededbythe ditdhchedrs,sitt basins,orsindikes. vCI1Y CLE IPA. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPAINIES ARE TO BE CONTACTED T engineer to prevent future settlement The voids shall be filled as IOWA CI T, IOC., HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. soon as practical-preferably the day created and not latex than the 01-20-84 LILT, Any portionof the rightof-wayorprojedlimits Road oonlradorIsto use due cautionInworldng over and around 4. THE LOCATION, DEPTH, AND SIZE OF ABOVEGROUND AND UNDERGROUND FACILITIES, INCLUDING PUBLIC AND PRIVAT (including borow areas and operation sites)disturbed by any such ail tile lines. Breaks in the tile line due to the contractor's care- UTILITIES,SHOWN ON THE PLANS ARE APPROXIMATE ONLY AND ARE NOT GUARANTEED. operations shall be restored toan acceptable condition.Thisoper lessness are robe replaced at his expense without cost to the State 5. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES. THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN 0 ation shall be considered incidental to other bid items in project of Iowa.Any file lines broken or disturbed by our cut lines will be replaced asdirectedby the engineer in charge of construction and SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE 0 213-1 at the State of lows's expense. DELAY CAUSED BY SUCH WORK. n shall be the contractor's responsibility to provide waste areas 6. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN TH or disposal sites for excess material(excavated material or broken 01-19-88 251-1 concrete)which is not desirable to be incorporated into the work The contractor shall be responsible to maintain access to individual CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: involved on this project These areas shall not impact wetlands properties during construction. • NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO BEGINNING CONSTRUCTION. or'Waters Of The U.S.'No payment for overhaul will be allowed Relocated access shall be completed to individual properties prior • COORDINATE OPERATIONS WITH UTILITIES. for material led to these sites. ��terial shall� � existing • AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. within the right-of-way,unless specifically stated in the plans or to removal of existi access. approved by the engineer. If the permanent access cannot be completed prior to removal of • DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. the existing access,thecontractorshall provide and maintain an . PRIOR TO BEGINNING CONSTRUCTION,PROVIDE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATIO 213-2 alternate access.Temporary Granular Surfacing will be paid for as The contractor's attention is direded to the following consideration a contract item orby extra work. AND ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS. n regard to removal and replacement of topsoil in borrow areas: 7. THE CONTRACTOR SHALL SUPPORT, SUSTAIN, AND PROTECT EXISTING PIPES, CONDUITS, POLES, WIRES, AND OTHE Topsoil shall be stripped,salvaged,and spread to match thidmessof the existing 06-22$4 251-3 APPARATUS LOCATED UNDER, OVER,ALONG,ACROSS, OR ADJACENT TO THE WORK SITE. with a minimum of 4 inches. A plan for stage constriction of local accesses which are required to remain open to traffic during constru tionshallbesubmittedby 8. IF UTILITIES ARE DAMAGED THROUGH CONTRACTOR'S NEGLIGENCE, THEY WILL BE REPAIRED BY THE AGENCIES NAVIN. the contractor for approval by the engineer. CONTROL OF SAME, BUT THE COST OF SUCH REPAIRS SHALL BE PAID BY THE CONTRACTOR. 9. ALL PIPE TRENCHES LOCATED UNDER AND WITHIN 5-FEET OF PAVED SURFACES SHALL BE BACKFILLED WITH CLASS A CRUSHE 213-4 01-20-84 261-2 STONE (IOWA DOT GRADATION #11) PLACED IN 8 INCH MAXIMIM LIFTS COMPACTED TO AT LEAST 95% STANDARD PROCTO The contractor shall apply necessary moisture to the construction Before performing earthwork,tiling,or excavation within three hundred area and haul roads to prevent the spread of dust. Refer to the current feet ofan existingpipeline,the contractor shall notify the pipeline DENSITY UP TO THE FINAL ONE FOOT. THE FINAL ONE FOOT SHOULD BE COMPACTED TO AT LEAST 98% STANDARD PROCTO current SUDAS Standard Specifications section 1070 part 2.10.. company and the pipeline company shall mark the location of the pipe- DENSITY. BACKFILL FOR ALL OTHER LOCATIONS WITHIN STREET RIGHT-OF-WAYS OR WITHIN EASEMENTS ADJACENT TO TH line as required by Section 479.47 of the Code of Iowa. STREET RIGHT-OF-WAYS MAY BE SUITABLE EXCAVATED MATERIAL. IF EXCAVATED MATERIAL IS UNSUITABLE, THEN BACKFIL 213-8 o. The badduing and associated embankment construction shall be The contractor shall exerdse all due caution when wortdnginthe WITH CLASS A CRUSHED STONE. ALL BACKFILL WITHIN STREET RIGHT-OF-WAYS OR WITHIN EASEMENTS ADJACENT TO TH completed within 14 working days after the curing period has expired vicinity of pipelines carrying combustible or to*materials which are STREET RIGHT-OF-WAYS SHALL BE COMPACTED TO 90%STANDARD PROCTOR DENSITY. ti for culvert extension. present on this project. Pipeline kxxtion shown on the plans repre 10. ADJUST ALL VALVES, MANHOLES,CASTINGS, HYDRANTS, ETC.,TO MATCH THE NEW SURFACE FOR UTILITIES THAT ARE NOT Ti `r sents the best information available at the time of plan preparation. XI The immediate embankment shall be placed to provide 8:1 slopes BE ABANDONED OR REMOVED.COORDINATE WITH THE APPROPRIATE UTILITY OWNER. away from the cuhert top. 09-21-99 262-3 11. VERTICAL SEPARATION OF STORM SEWERS CROSSING UNDER WATER MAIN SHOULD BE AT LEAST 18-INCHES WHEN MEASURE BEFORE YOU DIG: FROM THE TOP OF THE SEWER TO THE BOTTOM OF THE WATER MAIN. IF PHYSICAL CONDITIONS PROHIBIT THE SEPARATIOI' 0 221� IOWA 1-CALL#1-800-292-8989 < Estimated quantity fcr new concrete pavement includes all integral surb,all street THE SEWER MAY NOT BE PLACED CLOSER THEN 6 INCHES BELOW A WATER MAIN OR 18 INCHES ABOVE A WATER MAIN.MAINTAI returns,and spade!areas of repairs unless othenvise specified in the plans. - THE MAXIMUM FEASIBLE SEPARATION DISTANCE IN ALL CASES. THE WATER AND SEWER PIPES MUST BE ADEQUATEL tt SUPPORTED AND HAVE WATERTIGHT JOINTS. A LOW PERMEABILITY SOIL SHALL BE USED FOR BACKFILL MATERIAL WITHIN 1 IOWA CITY Contractor< FEET OF THE POINT OF CROSSING. WHERE THE STORM SEWER CROSSES OVER OR LESS THAN 18 INCHES BELOW A WATE s 2214 Portland Cement Concrete and HMA paving,per SUDAS S pedficadons. MAIN, LOCATE ONE FULL LENGTH OF SEWER PIPE OF WATER MAIN MATERIAL OR REINFORCED CONCRETE PIPE (RCP) WIT In order to avoid any unnecessary surface breaks orpremature FLEXIBLE 0-RING GASKET JOINTS SO BOTH JOINTS ARE AS FAR AS POSSIBLE FROM THE WATER MAIN. co spilling,the nyofthe iecasrysawed uttiexengopse exfreme care orthe Contract IOWA CITY 12. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR A SEWER MANHOLE. A MINIMUM HORIZONTA performing any of the necessary saw cutting operations for the Contractor N may use the Maturity Method of testing proposed pavement removal. todebermine the strength of Portland Cement Concrete SEPARATION OF 3 FEET SHALL BE MAINTAINED. paving,per SUDAS Standard Specifications. 13. PER THE SUPPLEMENTAL SPECIFICATIONS, DIVISION 4, SECTION 4010, PART 3.04.F.1, CONTRACTOR SHALL PROVIDE FERNCI -2 STRONG BACK RC 1000 OR 5000 SERIES COUPLINGS FOR DISSIMILAR PIPE CONNECTIONS. 6 To obtain the coned tam grades at low pants where intakes are ' bated the contradormust exercise extreme care when paving 03-26-04 IOWA CITY 14. PIPE PENETRATIONS INTO STRUCTURES SHALL BE A FLEXIBLE WATERTIGHT SEAL. ALLOWABLE PREMANUFACTURED SEAL full widtlh pavements.This may require pouring one heft of theThe contractor is required to exercise all necessary caution in rn pave- construction operations directly adjacent to the project and utilize INCLUDE LINK-SEAL,A-LOK, PSX-DIRECT DRIVE BOOTS OR ENGINEER APPROVED EQUAL. mentatatinhearatlhornhetlhodsapprovedbytheengkhea. g methods of construction to prevent damage to the surrounding 15. MANHOLE ADJUSTMENT RINGS TO BE LADTECH HDPE MANHOLE RINGS, CRETEX PRO-RING, AMERICAN HIGHWAY PRODUCT buildings. The contractor is responsible for pre-andpost-construction RUBBER ADJUSTMENT RING, LADTECH HDPE ADJUSTMENT RINGS, OR STANDARD PCC. IF PCC RINGS ARE USED, SHIMS T. E 232-5 damage surveys for properties directly adjacent to the project including m The contractor shall not disturb desirable grass areas and desirable evaluating and documenting any damages.Any damages as a result LEVEL MANHOLE FRAME MADE OF MATERIALS OTHER THAN PCC OR THE RING MATERIAL DISCUSSED ABOVE WILL NOT B trees outside the construction limits.The contrador will not be � of construction activities shall be corrected at the contractor's expense. ALLOWED, I.E.:WOOD, BRICK, ROCKS, ETC. Y areasforstted or park ofmatiri matveerials. Stosgedequpmant or use dseMceaee 16. MANHOLES PLACED IN PAVEMENT OR IN THE PARKWAY (BETWEEN THE SIDEWALK AND STREET) SHALL BE FLUSH WITH TH a areas for storage of materials. Storage,parking and service area(s) will be subject to the approval of the resident engineer. FINISH GRADE. MANHOLES IN NON-PAVED AREAS OUTSIDE OF THE RIGHT-OF-WAY SHALL HAVE A RIM ELEVATION 0.2-FOO ABOVE FINISH GRADE. co IOWA CITY 17. MANHOLE STEPS ARE NOT ALLOWED IN MANHOLES AND ARE TO BE TURNED OVER TO THE CITY. z The City of Iowa City shall be responsible for the construction staking. W 5 H SCALE: 1"=XX' DESIGN: MAC Project: Sheet Title: File# Sheet CITY OF IOWA CITY ENGINEERING WN: LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT GENERAL NOTES A.03 V SCALE: 1"=XX' DATE:DRA 5/2JEH8/21 CLARK DRIVEWAY TYPICAL CROSS SECTION 14'EDGE OF PAVEMENT TO EDGE OF PAVEMENT STA 0+6.7 TO STA 0+39.4 TO BEGINNING OF KIMBALL ROAD TYPICAL CROSS SECTION TAPER I # p BACK of CURB to BACK of CURB(21'B-B) V(ARRI tl. SLOPE 2% . . . . SLOPE P% QA 1tiN 1 5 2'TYP 2'TYP SLOP sLOPEx •...........,....... ... "fir i ARK c r PCC DRIVEWAY 2'TYP t+►iVc il -..- •-'=.i,ir. . .. .- ................• r k ff Li/q 4'MODIFIED SUBBASE if: —9'CONCRETE PAVEMENT 12 MODIFIED SUBBASE w SUBDRAIN ® CONTRACTOR TO VERIFY OVERLAY GUTTER TO GUTTER WIDTH IN THE FIELD SUBDRAIN © STAMPED PCC OR SOD TO BE INSTALLED BETWEEN CURB AND FRONT OF SIDEWALK AS SHOWN ON SHEETS D.02 AND R.02.CITY OF IOWA CITY TO SUPPLY PCC STAMP AS NEEDED. TAPER FROM 14'E-E TO 10'B-B STA 0+39.4 TO STA 0+50 SLOPE 2% SLOPE 2% Io--. —o 2'TYP 7 PCC DRIVEWAY RIP RAP TYPICAL CROSS SECTION a 4'MODIFIED SUBBASE L 0 V C 0 N Lu ,47 s 2.0' iii1l=III1111111 HIP,. TYP.TOP OF BANK I = = I -I 1= 1 z•. EL:642.5 11110III®IIII®IIII®IIIII,��!:r. �,. .. ^. �. �. 2:1 MAX E = II_®IIII®IIII®IIII®IIII II1111=IIIIIa"•�i�i�ii►► c IIII®IIII®IIII®IIIII=IIIIIIIIII;. Illii ;�'�:�.: N BACK of CURB to BACK of CURB(10'B B) =III®IIII®IIIIIIIIII=IIIII =lllllllllllMlllu���!e�e���j o STA 0+50 TO STA 1+07.5 _ I _ III I I=1f ilu�p �004� . ►o,_ LOW WATER LEVEL - .� �' .� ti N �-Ill =IIIII�1!•01.11•0••• EL:637.50 11111 IIIII 11111=11111EIIIIIEIIIIIIEIIII 0111=�i i. �W 6 SLOPS SLOPEE22% 111111 11111 11111=IIIII®IIII IIIIInIhI,`:��p^ 3.0' 2'TYP —' CLASS E REVETMENT TO BE PLACED ON 11j1 �I l 11111 mil 11111I`111 �^ 2'TYP 011111==IIIII IIIII EXISTING RIVER BANK AT 2H:1V SLOPE(MAX) 11 n IIlII ICI()®IIII= r PCC DRIVEWAY FROM EXISTING IOWA RIVER LOW WATER LEVEL IIlm➢IIIII IIIII El TO THE TYPICAL TOP OF BANK. MINIMUM i,IIIII IIIII—m" 4"MODIFIED SUBBASE THICKNESS SHALL BE 2 FOOT WITH 3 FOOT THICKENED TOE AT RIVER 3' a a ot a m 0 a z w 19 m H SCALE: N/A DESIGN: MAC Plged: Sheet Title: File# Sheet CITY OF IOWA CITY ENGINEERING V SCALE N/A DRAWN JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION DATE: 5/28/21 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT TYPICAL CROSS SECTIONS AND DETAILS B.01 CLARK DRIVEWAY TYPICAL CROSS SECTION BACK of CURB to BACK of CURB(10'B-B) STA 0+50 TO STA 1+07.5 TliMEiAt:L R")-11P14AL CROSS SECTION M 2 uu. BAcK of luRBpto BACK:77B(2113' -13) — VARIES SLOPE 2% SLOPE 2% 7all j - I_ ' 2'TYP • • • • • • --e-)riAli,h4-)1 rd `je4- ,z )/ • 2'TYP CIILYI.EQ,FR'r SLOPE 2% 4 WALK 2. p 0.06"t.Cr(Y Fmtgamom 6"PCC 7"PCC DRIVEWAY ri --I • 4"MODIFIED SUBBASE TYP 9'CONCRETE PAVEMENT 12"MODIFIED SUBBASE CONTRACTOR TO VERIFY OVERLAY G TO GUTTER WIDTH IN THE FIELD SUBDRAIN SUBDRAIN '7-) STAMPED PCC TO BE INSTALLED B N CURB AND FRONT OF SIDEWALK. CITY OF IOWA CITY TO SUPPLY ST AS NEEDED. 14 EDGE OF PAVEMENT TO EDGE OF PAVEMENT STA 0+6.7 TO STA 0+39.4 TO BEGINNING OF TAPER SLOPE 2% SLOPE 2% 2'TYP —r PCC DRIVEWAY 4'MODIFIED SUBBASE RIP RAP TYPIC A CROSS SECTION 2.0' TYP.TOP OF B' EL:642.5 7- 111- 111 -111111111- 1111 TAPER FROM 14'E-E TO 10'B-B 4PArthfrOgrt4, •1 STA 0+39.4 TO STA 0+50 IIMIIIIMIIIIMIIIIMMIE11111E11111 *.La a a all'a.2 .. 1111E11111E11101111E111111E1111A- Ill - SLOPE 2% SLOPE 2% O1ffl1OIfl OW' LOW WATER LEVEL 11 I E = •"O. • EL:637.50 2'TYP 3.0' • r PCC DRIVEWAY 11111 111_=-A III II CLASS E REVETMENT PLACE ON EXISTING I 4'MODIFIED SUBBASE RIVER BANK AT 2H:1V SLOPE FROM EXISTING '1111-7 --111 1111011t RIVER BED ORDINARY HIGH WATER LINE '1111 gniIII IMI MINIMUM THICKNESS SHALL BE 2 FOOT 3' CITY OF IOWA CITY . ENGINEERING DIVISION H SCALE: N/A V SCALE: N/A DESIGN: MAC DRAWN: JEH Project: LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT AND RIVERBANK STABILIZATION 5/28/21 PROJECT Sheet Title: TYPICAL CROSS SECTIONS AND DETAILS File# Sheet B.01 DATE: ITEM SUDAS No. / ITEM No. ESTIMATED PROJECT QUANTITIES 1 2010-108-B-0 Clearing and Grubbing by Area ITEM AS BUILT See R Sheets. Removal and disposal of all materials and placement of backfill in area where roots have been removed.Additional ITEM CODE ITEM UNIT QUANTITY trees or stumps that need to be removed will require permission from the engineer prior to completion of the work. Protect all trees No. QUANTITIES not marked for removal. 1 2010-108-B-0 Clearing and Grubbing LS 1 2 2010-108-D-1 Topsoil, On-site Depth of cut for stripping and salvaging topsoil is 4 inches. Contractor to make all efforts to salvage and respread existing topsoil. 2 2010-108-D-1 Topsoil,On-site CY 257.14 Finished topsoil thickness shall be 8 inches where finishing with urban seed and sod. Supplemental topsoil required to achieve 8 3 2010-108-D-3 Topsoil.Off-site CY 128.57 inch thickness shall be paid for as Topsoil, Off-Site. 3 2010-108-D-3 Topsoil, Off-site 4 2010-108-E-0 Excavation,Class 10 CY 350 2011 JUN 15 P H 14: I1. ,j This item is reserved for topsoil needed to supplement on-site topsoil to achieve an 8 inch finished thickenss. Contractor shall make 5 2010-108-G-0 Subgrade Preparation SY 295 all efforts to salvage and reuse existing topsoil within project limits. Contractor shall be responsible to furnish and spread topsoil to I i .i. ,[E R allow fora minimum of finished depth of 8 inches.Quantity is based on 4 inches of imported topsoil placed everywhere to be finished ltj 6 2010 108 I 0 Subbase, Modified SY 295 ` , 4 1..N.f 1 v with urban seed and sod. Use of this item must receive prior approval by the Engineer. 7 3010-108-F-0 Trench Compaction Testing LS 1 ``'`' '' �� � 4 2010-108-E-0 Excavation, Class 10 8 4020-108-A-1 Storm Sewer,Trenched, RCP, 15" LF 53 This item shall include the removal of existing soil and aggregate base, hauling and placement of the material within the grading limits, hauling off site of excess soil(waste), and hauling and placement of borrow material in accordance with the specifications 9 4020-108-A-1 Storm Sewer,Trenched, RCP, 18" LF 377 and these plans. The Contractor shall dispose of excess material and material that is not suitable for embakment construction to 10 4020-108-D-0 Removal of Storm Sewer,less than 36 inch LF 295 locations provided by the Engineer. Item does not include any utility trench excavation. The finished grade shall be of uniform cross- section and approved by the Engineer prior to placement of modified subbase. Contractor shall notify City of any dispute with 11 1030-108-B-0 Pipe Apron,RCP, 15" EA 2 - 5 2010-108-G-0 Subgrade Preparation 12 1030-108-B-1 Pipe Apron, RCP, 18" EA 1 Includes subgrade preparation for all roadway pavement to a depth of 12 inches. Quantity is based on the area of 12 inch subgrade 13 4030-108-C-0 Footings for Concrete Pipe Aprons EA 2 preparation,completed in 2-6"lifts,extending 2 foot byond the pavement edge. Both lifts shall be compacted and proofrolled to satisfaction of the Engineer. The top lift shall be leveled and smoothed with a steel drum roller and proof rolled prior to starting 14 4040-108-A-0 Subdrain, Longitudinal, 6" LF 120 subbase placement. In instances of conflict with utilities,the depth may be reduced as directed by the Engineer. Preparation under 15 4040-108-D-0 Subdrain Outlet, DR-303,6" EA 2 entrances, drives and sidewalks shall be incidental to those items. 6 2010-108-1-0 Subbase, Modified 16 6010 108 B 0 Intake,SW 512,24"DIA EA 2 This item includes furnishing, placing, compacting, and trimming to the proper grade. Modified subbase to be installed as noted in 17 6010-108-B-0 Intake,SW-541 EA 2 the typical sections, including areas under PCC pavement and 2 feet beyond the back of curb or edge of pavement. Recycled PCC 18 6010 108 B 0 Intake, Extension Unit SW 542 EA 2 pavement that is removed as a part of this project and/or virgin material, meeting the gradation of modified subbase, may be used. 7 3010-108-F-0 Trench Compaction Testing 19 6010-108-G-0 Connection to Existing Intake EA 1 The Contractor is responsible for trench compaction testing. 20 6010-108-H-0 Remove Intake EA 1 8 4020-108-A-1 Storm Sewer, Trenched, RCP, 15" Joints shall use rubber,confined, o-ring or profile gasket complying with ASTM C-443. Pipe bedding shall conform with SUDAS SW- 21 7010-108-A-0 Pavement, PCC,9" SY 100 102, Class R-2.Type of pipe allowed shall be RCP,Class III. Furnishing, placing,and compacting Class A Roadstone backfill 22 7010-108-E-0 Curb and Gutter, PCC, 1.5 Ft,6 In. LF 60 material shall be included in this item in accordance with Section 3010 of the City of Iowa City Supplemental Specifications. 9 4020-108-A-1 Storm Sewer, Trenched, RCP, 18" 23 7010-108-1-0 PCC Pavement Samples and Testing LS 1 Joints shall use rubber, confined, o-ring or profile gasket complying with ASTM C-443. Pipe bedding shall conform with SUDAS SW- 24 7030-108-A-0 Removal of Sidewalk SY 12 102, Class R-2.Type of pipe allowed shall be RCP,Class III. Furnishing, placing,and compacting Class A Roadstone backfill 25 7030-108-A-0 Removal of Driveway SY 130 material shall be included in this item in accordance with Section 3010 of the City of Iowa City Supplemental Specifications. 10 4020-108-D-0 Removal of Storm Sewer, less than 36 inch a. 26 7030 108E 0 Sidewalk, PCC,6" SY 15 This item is for removal of existing storm sewer pipe shown on sheet M.03. Furnishing, placing and compacting Class A Roadstone 27 7030 108 H 1 Diveway, Paved, PCC,7" SY 128 backfill material shall be included in this item in accordance with Section 3010 of the City of Iowa City Supplemental Specifications. 11 1030-108-B-0 Pipe Apron, RCP, 15" 28 7040-108-H-0 Pavement Removal SY 100 See M Sheets. This item includes trench excavation;dewatering;furnishing and installing pipe;furnishing, placing,and compacting N in 29 7040-108-1-0 Curb and Gutter Removal LF 60 bedding and backfill material;connectors;and other appurtenances. MD 30 8030-108-A-0 Temporary Traffic Control LS 1 12 1o3a1os-B-1 Pipe Apron, RCP, 18" uSee M Sheets. This item includes trench excavation;dewatering;furnishing and installing pipe; furnishing, placing,and compacting abedding and backfill material;connectors;and other appurtenances. 31 9010-108-B-0 Hydraulic Seeding,Seeding,Fertilizing,and Mulching AC 0.32 13 4030-108-C-0 Footings for Concrete Pipe Aprons See M Sheets. This item includes excavation;dewatering;reinforcing steel;concrete;furnishing and installing apron;furnishing, < 32 9020-108-A-0 Sod SQ 15 placing, and compacting bedding and backfill material;connectors;and other appurtenances. 33 9040-108-A-2 SWPPP Management LS 1 14 4040-108-A-0 Subdrain, Longitudinal,6", Dual Wall Slotted HDPE Subdrain shall be Type 1, installed prior to granular shoulders and in the location shown in the Typical Sections. Construction will be iD 34 9040-108-D-1 Filter Sock,9" LF 150 per Figure 4040.231, Case B. co 35 9040-108-D-2 Filter Socks, Removal LF 150 15 4040-108-D-0 Subdrain Outlet, DR-303,6" 36 9040 108 J 0 Rip Rap,Class E Revetment TON 2000 Outlet through storm structure walls shall be completed using CMP with Rodent Guard. Constructure will be per Figure 4040.233. N 16 6010-108-B-0 Intake, SW-512,24"DIA 5 37 9040-108-N-1 Silt Fence LF 300 Refer to M Sheets for location. Provide castings with City of Iowa City covers as shown in U sheets unless otherwise noted.Class 38 9040-108-N-2 Silt Fence Removal of Sediment LF 300 III, Class NA, and Class NB are not acceptable backfill materials. 13 ' 17 6010-108-B-0 Intake, SW-541 39 9040-108-N-3 Silt Fence Removal LF 300 Refer to M Sheets for location. Provide castings with City of Iowa City covers as shown in U sheets unless otherwise noted. Class 8 40 9040-108-T-1 Inlet Protection Device,6" EA 5 III, Class NA, and Class NB are not acceptable backfill materials. E 41 11020-108-A-0 Mobilization LS 1 18 6010-108-B-0 Intake, Extension Unit SW-542 m Refer to M Sheets for location. Provide castings with City of Iowa City covers as shown in U sheets unless otherwise noted. Class 42 11030-108-A-0 Maintenance of Postal Service EA 1 III, Class IVA, and Class IVB are not acceptable backfill materials. a 43 11050-108-A-0 Concrete Washout, Lined LS 1 19 6010-108-G-0 Connection to Existing Intake a 20 6010-108-H-0 Remove Intake Refer to M Sheets for location. Entire structure shall be removed, shall become property of the Contractor and properly disposed of. c 21 7010-108-A-0 Pavement, PCC, Class C, Class 3 Durability, 9" 0 Refer to B Sheet for typcial seciton, D Sheets for location. Certified plant inspection and maturity testing are required and is t? Z incidental to this item. W H SCALE: N/A DESIGN: MAC Project Sheet Title: File# Sheet u CITY OF IOWA CITY ENGINEERING V SCALE N/A DRAWN: JEH LOWER CITY PARK ANDKIMBALL ROAD STORM SEWER Quantities and Tabulations DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT C.01 DATE: 5/28/21 ITEM SUDAS No. No. ITEM 1 2010-108-B-0 Clearing and Grubbing by Area Lower City Park 84 Kimball Road Storm Sewer Improvement and Riverbank Stabilization Project See R Sheets. Removal and disposal of all materials and placement of backfill in area where roots have been removed.Additional trees or stumps that need to be removed will require permission from the engineer prior to completion of the work. Protect all trees Bid Item SUDAS No. Description ESTQTV Units Unit Price Amount 2101-0850001 2010-108-B-0 Clearing and Grubbing 1 LS $ 1,200.00 $ 1,200.00' not marked for.retngval. ._ Topsoil,On-site 257.14 CV $ 50.00 $ 12,857.00 2 2010-108-D-1 Topsoil,On-site !- ' °ia Topsoil.Off-site 128.57 CY $ 60.00 $ 7,714.20 Depth of cut for stnpp45 aad laWaging topsoil is 4 inches. Contractor to make all efforts to salvage and respread existing topsoil. Excavation,Class 10,Class 12 or Class 13 350 CV $ 15.00 $ 5,250.00 Finished topsoil thickness shall be 8 inches where finishing with urban seed and sod. Supplemental topsoil required to achieve 8 Subgrade Preparation 295 SY $ 3.00 $ 885.00 inch,,Uctnehall be paid for as Topsoil, Off-Site. Subbase, Modified 295 SY $ 20.00 $ 5,900.00 3 2010-108-D-3 To Trench Compaction Testing 1 LS $ 2,000.00 $ 2,000-00_ p ar - i t pm 2 2503-0114415 4020-108-A-i __Storm Sewer,Trenched, RCP, 15" 53 LF $ 60.00 $ 3,180.00 This item is reserved for topsoil need to supplement on-site t••soil to achieve an 8 inch finished thickenss. Contractor shall make 2503-0114418 4020-108-A-1 Storm Sewer,Trenched, RCP, 18" 377 LF $ 70.00 $ 26,390.00 all efforts tcr'sal a ree xisting topsoil within project Ii• its.Contractor shall be responsible to furnish and spread topsoil to 4020-108-D-0 Removal of Storm Sewer,less than 36 inch 295 LF $ 10.00 $ 2,950.00 allow fni{t'of�'t rniu i depth of 8 inches. Quantity i eased on 4 inches of imported topsoil placed everywhere to be finished -Pipe Apron,RCP,15" 2 EA $ 1,500.00 $ 3•C��- with urb 4dAa 1.14 tAN item must receive prio approval by the Engineer. Footings for Concrete Pipe Aprons 2 EA $ 600.00 $ 1,200.00 Subdrain, Longitudinal,6" 120 LF $ 14.00 $ 1,680.00 4 2010-108-E-0 Excavation, Class 10 Subdrain Outlet, DR-303,6" 2 EA $ 250.00 $ 500.00 This item shall include the removal of existing soil and a..regate base, hauling and placement of the material within the grading 2435-0251224 6010-108-B-0 Intake,SW-512,24"DIA 2 EA $ 3,000.00_ $ 6,000.00 limits, hauling off site of excess soil(waste),and haulin• and placement of borrow material in accordance with the specifications Intake,SW-541 2 EA $ 2,000.00 $ 4,000.00 and these plans.The Contractor shall dispose ofexce-- material and material that is not suitable for embakment construction to Intake, Extension Unit SW-542 2 EA $ 4,600.00 $ 9, .00 locations provided by the Engineer. Item does not inc/de any utility trench excavation.The finished grade shall be of uniform cross- Connection to Existing 2 EA $ 750.00 $ 1,500.00 Connection to Existing Intake 1 EA $ 1,500.00 $ 1,500.00 section and approved by the Engineer prior to place, ent of modified subbase. Contractor shall notify City of any dispute with Remove Intake 1 EA $ 750.00 $ 750.00 5 2010-108-G-0 Subgrade Preparation Pavement,PCC,9" 100 SV $ 75.00 $ 7,500.00 Includes subgrade preparation for all roadway pa ment to a depth of 12 inches. Quantity is based on the area of 12 inch subgrade Curb and Gutter, PCC, 1.5 Ft,6 In. 175 LF $ 45.00 $ 7,875.00 preparation,completed in 2-6"lifts,extending 2 •ot byond the pavement edge. Both lifts shall be compacted and proofrolled to PCC Pavement Samples and Testing 1 LS $ 1,000.00 .atisfaction of the Engineer. The top lift shall leveled and smoothed with a steel drum roller and proof rolled prior to starting Removal of Sidewalk 12 SY $ 12.00 $ 144.00 Removal of Driveway 130 SY $ 20_00 $ 2,600.00 - •base placement. In instances of conflict 'th utilities,the depth may be reduced as directed by the Engineer. Preparation under Sidewalk, PCC,6" 15 SY $ 65.00 $ 975.00 en -nces, drives and sidewalks shall be in, dental to those items. Diveway, Paved,PCC,7" 128 SV $ 70.00 $ 8,960.00 6 2010-108-1-0 Sub• e, Modified , Pavement Removal 100 SY $ 10.00 $ 1,000.00 Curb and Gutter Removal 60 LF $ 15.00 $ 900.00 This ite includes furnishing, placing,c• pacting,and trimming to the proper grade. Modified subbase to be installed as noted in Temporary Traffic Control 1 LS $ 5,000.00 $ 5,000.00 the typic- •ections, including areas u,:er PCC pavement and 2 feet beyond the back of curb or edge of pavement. Recycled PCC Hydraulic Seeding,Seeding, Fertilizing,and - pavement th- is removed as a part• this project and/or virgin material, meeting the gradation of modified subbase, may be used. Mulching 0.32 AC $ 7,500.00 $ 2,400.00 7 3010-108-F-0 Trench Comp.. ion Testing Watering 80 MGAL $ 60.00 $ 4,800.00 The Contractor i -sponsible for -nch compaction testing. Sod 15 SQ $ 150.00 $ 2,250.00 8 4020-108-A-1 Storm Sewer, Tren •-., RCP,. " SWPPP Management 1 LS $ 1,500.00 $ 1,500.00 Joints shall use rubb- con -.,o-ring or profile gasket complying with ASTM C-443. Pipe bedding shall conform with SUDAS SW- Fi lte r Sock,9" 150 LF $ 2.50 $ 375.00 Filter Socks,Removal 150 LF $ 1.00 $ 150.00 102, Class R-2.Type o '. allowed shall be RCP,Class III. Furnishing, placing, and compacting Class A Roadstone backfill 9040-108-J-0 Rip Rap,Class E Revetment 2000 TON $ 50.00 $ 100,000.00 material shall be includ-• this item in accordance with Section 3010 of the City of Iowa City Supplemental Specifications. Silt Fence 300 LF $ 2.00 $ 600.00 9 4020-108-A-1 Storm Sewer,Trenche. 'C' 18" Silt Fence Removal of Sediment 300 LF $ 1.00 $ 300.00 Joints shall use rubbe confin-• o-ring or profile gasket complying with ASTM C-443. Pipe bedding shall conform with SUDAS SW- Silt Fence Removal 300 LF $ 1.00 $ 300.00 102, Class R-2.T of pipe allo -d shall be RCP, III. Furnishing, placing, and compacting Class A Roadstone backfill Inlet Protection Device,6" 5 EA $ 150.00 $ 750.00 yp" pp Class urn g' p g Mobilization 1 LS $ 1,500.00 $ 1,500.00 material shall be i uded in this ite • in accordance with Section 3010 of the City of Iowa City Supplemental Specifications. Concrete Washout,Lined 1 LS $ 500.00 $ 500.00 10 4020-108-D-0 Removal of Sto .ewer, less than 3: 'nch This item is for' moval of existing sto ewer pipe shown on sheet M.03. Furnishing, placing and compacting Class A Roadstone $ 248,035.20 backfill materi shall be included in this i in accordance with Section 3010 of the City of Iowa City Supplemental Specifications. 11 1030-108-B-0 Pipe Apron, RCP, 15" *My estimate at the beginning of 2020 was$247,120 See M Sheets. This item includes trench ex vation;dewatering;furnishing and installing pipe;furnishing, placing,and compacting I I bedding and backfill material; connectors; and • er appurtenances. 12 4030-108-C-0 Footings for Concrete Pipe Aprons See M Sheets. This item includes excavation;de •tering; reinforcing steel;concrete;furnishing and installing apron;furnishing, placing,and compacting bedding and backfill materi. connectors;and other appurtenances. 13 4040-108-A-0 Subdrain, Longitudinal,6", Dual Wall Slotted HDPE Subdrain shall be Type 1, installed prior to granular sho, ders and in the location shown in the Typical Sections. Construction will be per Figure 4040.231,Case B. 14 4040-108-D-0 Subdrain Outlet, DR-303,6" Outlet through storm structure walls shall be completed using CMP with Rodent Guard. Constructure will be per Figure 4040.233. 15 6010-108-B-0 Intake,SW-512,24"DIA Refer to M Sheets for location. Provide castings with City of Iowa City covers as shown in U sheets unless otherwise noted. Class III, Class NA, and Class IVB are not acceptable backfill materials. 16 6010-108-B-0 Intake,SW-541 Refer to M Sheets for location. Provide castings with City of Iowa City covers as shown in U sheets unless otherwise noted. Class III, Class NA,and Class IVB are not acceptable backfill materials. 17 6010-108-B-0 Intake, Extension Unit SW-542 Refer to M Sheets for location. Provide castings with City of Iowa City covers as shown in U sheets unless otherwise noted. Class III, Class NA,and Class IVB are not acceptable backfill materials. 18 6010-108-G-0 Connection to Existing Intake 19 6010-108-H-0 Remove Intake Refer to M Sheets for location. Entire structure shall be removed, shall become property of the Contractor and properly disposed of. 20 7010-108-A-0 Pavement, PCC, Class C, Class 3 Durability, 9" Refer to B Sheet for typcial seciton, D Sheets for location. Certified plant inspection and maturity testing are required and is incidental to this item. 21 7010-108-E-0 Curb and Gutter, PCC, 1.5 Ft,6 In. Refer to B Sheet for typcial seciton, D Sheets for location. Certified plant inspection is required and is incidental to this item. 22 7010-108-1-0 PCC Pavement Samples and Testing CITY OF IOWA CITY H SCALE: 1"=XX' DESIGN MAC Project: Sheet Title: File# Sheet ENGINEERING V SCALE: 1"=XX' DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Quantities and Tabulations DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT C.01 DATE: 5/28/21 22 7010-108-E-0 Curb and Gutter,PCC, 1.5 Ft, 6 In. Refer to B Sheet for typcial seciton, D Sheets for location. Certified plant inspection is required and is incidental to this item. 23 7010-108-1-0 PCC Payment Samples and Testing 24 7030-108-A-0 Removal of Sidewalk Full depth saw cuts along the removal limits are incidental to this item.The contractor shall be responsible for additional removal, earthwork, subgrade preparation, modified subbase and paving expenses due to damaged edges.Additional removal to be determined by Engineer. Payment shall be made for the area of payment remoyd, regardless of thickness. Refer to the D Sheets for locations. Hauling and disposal of materials are incidental. j°"" 25 7030-108-A-0 Removal of Driveway � Full depth saw cuts along the removal limits are incidental to this item.The contractor shall be responsible for additional removal, earthwork, subgrade preparation, modified subbase and paving expenses due to damaged edges.Additional removal to be determined by Engineer. Payment shall be made for the area of payment removed,regardless of thickness. Refer to the D Sheets 1i! JUN 'r D for locations. Hauling and disposal of materials are incidental. J f" Li 4 I 26 7030-108-E-0 Sidewalk, PCC,6" Refer to B Sheet for typical section, D Sheets for location.6-inch subgrade preparation,certified plant inspection and maturity {tL�'j 7 )' CL}f�L! testing are required and shall be considered indicental to this item. �U ifl f A CITY, Ii �S►/i 27 7030-108-H-1 Driveway, Paved,PCC, 7" Refer to B Sheet for typical section, D Sheets for location.6-inch subgrade preparation,certified plant inspection and maturity testing are required and shall be considered indicental to this item. 28 7040-108-H-0 Payment Removal Unit price shall be full compensation for removal of payment regardless of thickness,type,and reinforcing. See R Sheets for removal limits. 29 7040-108-1-0 Curb and Gutter Removal Unit price shall be full compensation for removal of Curb and Gutter regardless of thickness, type,and reinforcing. See R Sheets for removal limits. 30 8030-108-A-0 Temporary Traffic Control See J Sheets for Traffic Control Requirements 31 9010-108-B-0 Hydraulic Seeding, Seeding, Fertilizing, and Mulching Seed all areas within construction limits as indicated on the R Sheets. Removal of rock and other debris,finish grading including repairing rills and washouts,and checking grade and adjusting as necessary before preparing the seedbed are considered incidental to this item.Contractor is responsible for protecting all seeded areas during establishment and acceptance. Seeding of areas disturbed outside of construction limits shall be the responsibility of the Contractor at no additional cost to the City. 32 9020-108-A-0 Sod Sod all areas within construction limits as indicated on the R Sheets. Cost for watering shall be considered incidental to this item. Removal of rock and other debris,finish grading including repairing rills and washouts,and checking grade and adjusting as necessary before preparing the sodbed are considered incidental to this item. Contractor is responsible for protecting all sodded areas during establishment and acceptance adn sod replacement during maintenance period is incidental to this item. Sodding of areas disturbed outside of construction limits shall be the responsibility of the Contractor at no additional cost to the City. 33 9040-108-A-2 SWPPP Management Inspections shall meet the requirements of the NPDES General Permit No. 2 and shall be the responsibility of the Contractor. The contractor shall maintain copies of the SWPPP and all inspection reports and shall be responsible for all inspections until the Notice of Discontinuation.All reports shall be copied to the City. 34 9040-108-D-1 Filter Sock, 9" Quantity is assumed amount needed for erosion control as indicated on the R Sheets. Quantity shall be field measured for final payment. Item includes installation,anchoring stakes,and maintenance of filter socks. 35 9040-108-D-2 Filter Socks, Removal Quantity is an assumed amount needed for erosion control as indicated on the R Sheets. Quantity shall be field measured for final payment. Item includes disposal of filter socks and accumulated sediment off-site, finish grading of the area and restoration. 36 9040-108-J-0 Rip Rap, Class E Revetment See R Sheets. Recycled PCC payment or broken concrete will not be allowed. 37 9040-108-N-1 Silt Fence See R Sheets for estimated locations for placement of silt fence to address possible erosion during construction.Verify the specific locations with the Engineer prior to beginning placement. Bid item includes 25%additional quantity for field adjustments and replacements. 38 9040-108-N-2 Silt Fence, Removal of Sediment This item is included for cleanout and repair of the silt fence during the project. Item includes disposal of accumulated sediment off- site. The bid quantity is equal to 10%of the bid quantity for silt fence. 39 9040-108-N-3 Silt Fence, Removal of Device This item is included for silt fence removal required for staging reasons,for replacement(replacement to be paid separately),or for o areas that haw achieved 70% permanent growth. The bid quantity is equal to 50%of the bid quantities for the silt fence. Item 8 includes off-site disposal of fence, posts,and accumulated sediment and restoration of the area to finished grade. 40 9040-108-T-1 Inlet Protection Device, 6" rnItem includes removal and off-site disposal of the device upon compoletion of the project. 41 11020-108-A-0 Mobilization 42 11030-108-A-0 Maintenance of Postal Service This item includes coordination with the US Postal Service(USPS)for the removal and replacement of the permanent mailbox at 900 N. Dubuque Street,and a temporary mailbox during location. _ 43 11050-108-A-2 Concrete Washout czi co 0 0 W H SCALE: N/A DESIGN: MAC Project Sheet Title: File# Sheet u CITY OF ID WA CITY ENGINEERING V SCALE: N/A DRAWN: JEH LOWER MIEN PARK AND RIVERBANK L ROAD STORM SEWER Quantities and Tabulations DIVISIONIMPROVEMENT AND RIVERBANK STABILIZATION PROJECT C.02 DATE: 5/28/21 23 7030-108-A-0 Removal of Sidewalk Full depth saw cuts along the removal limits are incidental to this item.The contractor shall be responsible for additional removal, earthwork,subgrade preparation, modified subbase and paving expenses due to damaged edges.Additional removal to be determined by Engineer. Payment shall be made for the area of pavement removed, regardless of thickness. Refer to the D Sheets for locations. Hauling and disposal of materials are incidental. 24 7030-108-A-0 Removal of Driveway Full depth saw cuts along the removal limits are incidental to this item. The contractor shall be responsible for additional removal, FILED earthwork,subgrade preparation, modified subbase and paving expenses due to damaged edges.Additional removal to be determined by Engineer. Payment shall be made for the area of pavement removed,regardless of thickness. Refer to the D Sheets for locations. Hauling and disposal of materials are incidental. 25 7030-108-E-0 Sidewalk, PCC,6" �g�� {iiN �{G Refer to B Sheet for typical section, D Sheets for location. 6-inch subgrade preparation, certified plant inspection and maturity U JU testing are required and shall be considered indicental to this item. t't 26 7030-108-H-1 Driveway, Paved, PCC,7" Cl I Y {��[1�}#� Refer to B Sheet for typical section, D Sheets for location.6-inch subgrade preparation,certified plant inspection and maturity IO Rri CITY. t testing are required and shall be considered indicental to this item. 27 7040-108-H-0 Payment Removal Unit price shall be full compensation for removal of pavement regardless of thickness,type, and reinforcing. See R Sheets for removal limits. 28 7040-108-1-0 Curb and Gutter Removal Unit price shall be full compensation for removal of Curb and Gutter regardless of thickness,type,and reinforcing. See R Sheets for removal limits. 29 8030-108-A-0 Temporary Traffic Control See J Sheets for Traffic Control Requirements 30 9010-108-B-0 Hydraulic Seeding, Seeding, Fertilizing,and Mulching Seed all areas within construction limits as indicated on the R Sheets. Removal of rock and other debris,finish grading including repairing rills and washouts,and checking grade and adjusting as necessary before preparing the seedbed are considered incidental to this item.Contractor is responsible for protecting all seeded areas during establishment and acceptance. Seeding of areas disturbed outside of construction limits shall be the responsibility of the Contractor at no additional cost to the City. 31 9020-108-A-0 Sod Sod all areas within construction limits as indicated on the R Sheets. Cost for watering shall be considered incidental to this item. Removal of rock and other debris,finish grading including repairing rills and washouts,and checking grade and adjusting as necessary before preparing the sodbed are considered incidental to this item. Contractor is responsible for protecting all sodded areas during establishment and acceptance adn sod replacement during maintenance period is incidental to this item. Sodding of areas disturbed outside of construction limits shall be the responsibility of the Contractor at no additional cost to the City. 32 9040-108-A-2 SWPPP Management Inspections shall meet the requirements of the NPDES General Permit No. 2 and shall be the responsibility of the Contractor. The contractor shall maintain copies of the SWPPP and all inspection reports and shall be responsible for all inspections until the Notice of Discontinuation.All reports shall be copied to the City. 33 9040-108-D-1 Filter Sock,9" Quantity is assumed amount needed for erosion control as indicated on the R Sheets. Quantity shall be field measured for final payment. Item includes installation,anchoring stakes,and maintenance of filter socks. 34 9040-108-D-2 Filter Socks, Removal Quantity is an assumed amount needed for erosion control as indicated on the R Sheets.Quantity shall be field measured for final payment. Item includes disposal of filter socks and accumulated sediment off-site,finish grading of the area and restoration. 35 9040-108-J-0 Rip Rap, Class E Revetment See R Sheets. Recycled PCC pavement or broken concrete will not be allowed. 36 9040-108-N-1 Silt Fence See R Sheets for estimated locations for placement of silt fence to address possible erosion during construction.Verify the specific locations with the Engineer prior to beginning placement. Bid item includes 25%additional quantity for field adjustments and replacements. 37 9040-108-N-2 Silt Fence, Removal of Sediment This item is included for cleanout and repair of the silt fence during the project. Item includes disposal of accumulated sediment off- site.The bid quantity is equal to 10%of the bid quantity for silt fence. 38 9040-108-N-3 Silt Fence, Removal of Device This item is included for silt fence removal required for staging reasons,for replacement(replacement to be paid separately), or for areas that hay achieved 70%permanent growth.The bid quantity is equal to 50%of the bid quantities for the silt fence. Item includes off-site disposal of fence, posts, and accumulated sediment and restoration of the area to finished grade. 39 9040-108-T-1 Inlet Protection Device, 6" Item includes removal and off-site disposal of the device upon compoletion of the project. 40 11020-108-A-0 Mobilization 41 11030-108-A-0 Maintenance of Postal Service This item includes coordination with the US Postal Service(USPS)for the removal and replacement of the permanent mailbox at 900 N. Dubuque Street,and a temporary mailbox during location. 43 11050-108-A-2 Concrete Washout CITY OF JO WA CITY V SCALE 1"=XX' DESIGN: MAC Project Sheet Title: File# Sheet ENGINEERING V SCALE: 1"=XX' DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Quantities and Tabulations DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT C.02 DATE. 5/28/21 REMOVE 2' C&G TO _ -- - _ EXISTING INTAKE •'�II _ - _ Exis ING FENCE&LANDSCAPING-OUTSIDE--- -- / ' OF ROW TO BE PROTECTED. REMOVE C f E / EXISTING CENTUR/i'LINK '®I®' r 89.44 SY NN. FIBER.LOCATION AND DEPTH �'I`a' ` � ' PF1 / TO BE VERIFIED�Y THE (_ EXISTING INTAKE ST-599 CONTRACTOR. I I '�''. STA 2117+39.95, 13'LT. / i '' , ' ��, CITY CLERK / I I t 1 r !OWA CITY, 1OV K'MBALLROA° / I / I I ISTA.2118+07 , -we_ \\ \ / / I I tI /J%\\ j1REMOVE 9" PCC / � / PROTECT EXISISTING 10.14 SY1 t 1 P;r, 21 B-B SIDEWALK I*** II vr .41II \I '44e-*t----- r "Wow 7.9 _ / 1111 i; ,,�'/I� REMOVE 154.1 SF or Apr /AA • di -------- EXISTING 5" SIDEWALK AND --------- STAMPED�TECT ADA RAMP /, j ■� 4.5' 4' _ -`�� STAMPED PCC AN► P ETECTABLE o I - �_ -- WAR G DEVICE —,2.6', / - - - t - - - - - - -L \ - - - \ \J 6 PROTECT EXISTING MID-AM POWER POLE AND GUY LINES. / ` PROTECT EXISTING il N r ----- SIDEWALK REMOVE EXISTING DRIVEWAY 503 SF OF 7" PCC AND 633 SF llg OF HMA DRIVE WITH CURB Rill all Aall 41.5' 0 10' O ow 0 3 58.3' W '' 4y4 \\\\\ o \\re \ \\\\\\\\\\�\\\ \\\ Ak.+O w \\\ \\ \\ -\\ \ .=.\, A \ d ►. t,\\\\\\\\\\\\\\\}[\\\\\, \ \ \ \ \\ � old 0 3 \\\\\\\\\\\ \\\\\\\ \\\ \\\ \\\ " \ OB co ,\\\\\\\\\\\'\\\\\\\\\\\\\\\\\\\\\\\ \\\\\\\\ ,\\\\\\\ _ n a \ \\ \\\\\\\\\\\kk\ os! \\\\\\\ \\\\\\\► 1 ✓� O O 0 M TEMPORARILY RELOCATE MAILBOX a a. 2 w FOR MAIL DELIVERY AND REINSTALL TO / 1 ORIGINAL POSITION. / CITY OF JO WA CITY ENGINEERING H SCALE: 1"=10' DESIGN: MAC Pm, : LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet DIVISION V SCALE: N/A DRAWN: JEH DATE: 5/28/21 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT PCC/HMA Removals D.01 '���I REMOVE 9" PCC I���'' ISTING INTAKE w + L..- a._84-.44 SY 21I ttf - I P. • . iIrc PT: 2118+45.25 ALL ROAD I ® KIMB wE�w • E— REMOVE s" PCC 211.,+00 �- ''�►/�: w PROTECT EXISISTING itik i.,%1/ .,441•40! 1 10.14 SY \r, A, SIDEWALK \A All-4_ -A Irigliev Ailir-A°4- A4•1W . 4** L •Pcl'imumarimma--- -N'y , . me „., P'aTECT ADA RAMP -..- AMU= I- 11111111111111111 ,�� 111 yYo . REMOVE EXISTING 5"SIDEWALK _ ....__... rr,„„mmurear_ „„A, 40r.:Av _-� hI AN► ETECTABLE . � WAR .G DEVICE —�' I MLI vissimississiA , t ' 11/4mil AKAN , .0 PROTECT EXISTING I N 0 1 .„; ,tf.4.4 SIDEWALK REMOVE EXISTING r •IVEWAY P1M . tall PIA 503SFOF7" PCC A D633SF OF HMA DRIVE WITH CURB 0 10' of o -- ol MA . :: ______. AA re ..ArjrAir M o r Pr Artr," for . ....._. _. . - CD a om ferrir 1/2/7 , il A -4101,4i. 4 AO, 1 ji Fri ri r r,At, n 0 4 .:• .0„,,,i, io , ,,,, .„0„, .1 C2 Li; 4 AA, 7 Attatt A A/___ 0 n TEMPORARILY RELOCATE MAILBOX o 0 0 ° FOR MAIL DELIVERY AND REINSTALL .6 C) :o W ORIGINAL POSITION. a Ai a ENGINEERING H SCALE: 1"=XX' DESIGN: E LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title. File# Sheet CITY OF IOWA CITY DIVISION V SCALE: 1"=X0C DRAWN:DATE: 21 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT PCC/HMA Removals D.01 N •w PROPOSED STORM . STING STORM PROPOSED STORM SEWER STRUCTURE STRUC •- - - 99 SEE SHEET M.02 FOR DETAILS ST-60 STRUCTURE SW-541 WITH I EXTENSION UNIT SW-542 EXISTING ROW. SEE FIGURES 601.514 AND APPROXIMATE LOCATION601.5 T-60 2. ______ , __ -- OF INSTALL CENTURY LINK INSTALL 60 LF FACILITY OF C&G O : _ � - — 89.44 SY 0 - C Ljj 2C U r // / I r, �—— ——ar___ ° - • ,..,. to — i-- / I l 1 _ ��p 1 �..- i / / 1 I -a_= -IT- a-�- ° , ° i , 4 +- / I ppD �" / 1 I ° ° L. PT: 2118+45.25 KiMBA�"L R N \�' / / 1 I 1 e / ° > e I ° ° d wE-wE-WE- \\��-\ / / 10.14 SY OF 2118+QD °e / ° >� ° ° a � / `, we-�w`� wc. A \ a liti r \\ PROTECT EXISTING MH/"� �" ,' A ° , , A li ; ° A WNia i 1 1:4.;' -'4N P 4 0! -.9'_ I t,' in i t. \ -% ' .------------ - ------- \ '. 4 /A 6 i I PrAMIIIMIMEIPIP"- . ..010.10111.1"Nraeradla _ ° 4.5' /° LL I I _ ATCH EXISTING 3'SIDEWALK - PA.AVIS BEING REPLACED TO " PAIR \ REPLACE 4'SIDEWALK 7tIvs W POINT. SPECIAL CARET• :E / PROTECT EXISTING TAKEN DURING REPLACEMENT AN a STAMPED PCC. FINISHING. I \ PROPOSED STORM STRUCTURE ST-602 \ STRUCTURE SW-541 WITH \ REMOVE AND REPLACE EXTENSION UNIT SW-542 \STAMPED PCC AS NEEDED. SEE FIGURES 6010.541 AND 6010.542 PROTECT EXISTING MID-AM \ \ POWER POLE AND GUY LINES. w� \ \ \ \ CITY OF IO WA CITY ENGINEERING HSCALE: 1"=10' DESIGN: MAC LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet DIVISION VSCALE: 1"=N/A DRAWN JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Kimball Road PCC Plan D.02 DATE: 5/28/21 OPROPOSED STORM EXISTING STORM -ROPED STORM SEWER STRUCTURE STRUCTURE ST-599 SEE SHEET M.02 FOR DETAILS s j ST-601 E J STRUCTURE SW-541 WITH EXTENSION UNIT SW-542 1Q11N SEE FIGURES 601.514 AND APPROXIMA LO A710:42 601.542. FA STALL� 1 C—Cla T/ INSTALL 60 LF FACT vair //* OFC&c IOTA CIT i:� � 0 10' 89.44 SY OF ;—�—_ Niiiiif 9"PCC -- 111111.11--------'-------... .4110.111 41,00/0 ,�. ® A lille / ° °° ° I ° ° ° •/ ) ° ° ., P T: 2118+4'.25 VG 1Wi 37 KMBALL OADR - -..,...z- -...-4414 9"PCC I ; ° I� / . pi , 1 a e• ° '•/ si b 4 la NNW 1111\ allii•_____KII _------------------------ ___.16. A ° / �_� ATCH EXISTING 3'SIDEWALK 8,, c PANEL IS BEING REPLACED TO " PAIR REPLACE 4'SIDEWALK A LOW POINT.SPECIAL CARE Ti :E .' TAKEN DURING REPLACEMENT AN • FINISHING. PROPOSED STORM _ELSGN STRUCTURE ST-602 STRUCTURE SW-541 WITH EXTENSION UNIT SW-542 SEE FIGURES 6010.541 AND 6010.542 CITY �� T m T H SCALE: 1"=10' DESIGN: MAC ProjectSheet Title: File# Sheet 11 'ly ENGINEERING V SCALE: 1"=N/A DRAWN: JEH DATE: 5/28/21 LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Kimball Road PCC Plan DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT D.02 MAT H PROP 40•TH EDi cGXI'S� ' DIN�: TEMPORARY TRAFFIC 1 . i CONTROL SHALL BE MI JUN I 5 P COORDINATED WITH �� FIGURES 8030.101,8030.110 CITY C 'a AND 8030.112 3V / 10 a 6 _ �� IOINA WI 0 10, PROTECT E . licial SID ALK • •ee ► 1UBUQU CLARK, BRYAN & ANDREA =EGIN P• DRI 41 MATC EX.WALK � STA 0 06.89 .g' \ � L •8S •F Be�' Taper 1RI .WAY WI It i � Air 0+•• 42 EN" TAPER AND � A BE N 6"CURB Imo' a i STA 0+50 6 6 00 la� ° ® MATCH EXISTING O �d ° d •• °a ° as (( �J) O �l d ° a 0416L 4 J ° + a e J a a / ° / 0 a 1 a J / a A a 4 / ti` _ vii O. Z e Ti 0 o �+ ° P-•' STORM �- V 72 n- 11111 ,1 SEWER SEES �' W _...iiiiiiiiiiiiiiiirigimi w rill , OR DETAILS , ' __ 3 s14,ir _6;50 f N O O E�TOE EXITIN AKE - g MAT H PROPOSE GRADES -L WITH1bEXIS _- -_ 3 2 a EXISTING ROW a3 $.1\ _ n All - I H SCALE: 1"=10' DESIGN: MAC Pf01 Sheet Title: File# Sheet CITY Y ®1' I o I i f� CITY ENGINEERING V SCALE: 1"=N/A DRAWN: JEH LOWER DIVISION EN PARK AND KIMBALLROAD STORM SEWER Clark Drivewa PCC Plan E.01 IMPROVEMMENT AND RIVERBANK BANKSTABILIZATION PROJECT DATE: 5/28/21 DRIVEWAY PROFILE 680 680 jJ 1Q1I `�'I I E i PVI STA: 0+72.14 676 JUH -I PM 4: 42 675 PVI ELEV:: 5.12 K53.44 CITY CLERK IOWA CITY(Qy°A LVC: 50.00 vcr a) vcr cv) 672 .-- N: ri ti Cc CD + CAD +� C`�D v, 670 o uj o , cri U O m coW W Q 668 i- 0) U) co co Y Ch CD Q N 665 + CC i j II w co 6. Cl) ii I— CO u_ J wco 0W N 660 CO CD 660 W fl O I � W I I 1��01° I 656 655 1.00% • 652 EXISTING 8' SIDEWALK 650 1 PROPOSED 648 15"RCP 645 645 co coc N N M NI' coCD coCD CCO in CD 0+00 0+50 1+00 CITY OF IOWA CITY V SCALE: 1"=20' DESIGN: MAC Project: Sheet Title: File# Sheet ENGINEERING V SCALE: 1"=20' DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Clark Driveway Plan and Profile E.01 DATE: 5/28/21 DRIVEWAY PROFILE N t5 PM 7 680 680 676 1011 JU PVI STA: 0+72.14 675 PVI ELEV: 653.44 K: 5.12 �1 YR ( LVC: 5c.00 I0 'A C17'Y, fQ1",'A • 6` v co672 N- C N cc co v Lc cb Lr. v + cc + co 670 Lu L . u. + LL > LL II CO w Q 668 1— a co Y co cp Q N O W t` 665 + CC Lc) o m co II w { 664 Q I— W Q GC co 0 w W ,i 660 m 660 W it 0 Q• W O w 1a�6o1' 656 655 EXISTING 6' PCC SIDEWALK 1 00% 652. 650 (")%''\. [ PROPOSED DRIVEWAY PRGFII F PROPOSED EXISTING DRIVEWA" 15"RCP PROFILE 648 645 645 I Un ' in coN Co Oil (Ni O C6 �I • Lc) inLn in Ln co co (0 coj� 1 1 0+00 0+50 1+00 CITY OF' IOWA CITY ENGINEERING H SCALE: 1"=20' i DESIGN: MAC Project: Sheet Title: File# Sheet LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION V SCALE: 1"=20' DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Clark Driveway Plan and Profile E.02 DATE: 5/28/21 PFIL t 1811 JUlV — ! PM 4 1,2 v J CITY CLERK • i IA CITY. IOWA • 0 10' \41\ Be• • Taper BEGIN PCC DRI AlliA 0+'' 42 TAPE' :ND1M . ATCH EX.WALK BEG • 6"CUR: W� d � STA 0+516 6 0a '__t:!V + a(`III � � MATCH � a " J�� DRIVEWAY EXISTING O d a d 4 a ° ° J. ° ° • O d ° ° a ° O d a ° J aU. ° a ° 4 ° J a a r ° 66, z I]I] Q a a ° \I • "IL m Th -- a � == Ji cam , • / �J)1 J e aci PROPSED eCM a SEWER SEE SHE ;� 2 ra TAILS ' 0 04. 41L _ GRADE T ST.-_. EXITING INTAKE 5gg w CITY OF IOWA CITY H SCALE: 1"=10' DESIGN: MAC Sheet Title: File# Sheet ENGINEERING V SCALE: 1"=N/A DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Clark DrivewayPCC Plan DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT E.02 DATE: 5/28/21 Clark Driveway Profile No. PVI Station PVI Elevation Grade In Grade Out A(Grade Change) Profile Curve Type Sub-Entity Type Profile Curve Length K Value Curve Radius , i I r- "`' 1 0+06.70' 652.784' 1.00% � 2 0+72.14' 653.439' 1.00% 10.76% 9.76% Sag Symmetric Parabola 50.000' 5.124 512.417' 3 1+07.46' 657.238' 10.76% _ 7U71 JUH 15 PH 14: 4 CITY CLERK IOWA erry !OWA Clark Driveway Alignment No. Type Start Station N E Length Radius Direction End Station Delta angle Chord length Chord Direction Start Direction End Direction Mid-Ordinate External Tangent External Secant PI Included Angle PI Station 1 Line 0+00.00' 615675.706 2177881.074 61.304' S84°54'42"E 0+61.30' 2 Line 0+61.30' 615670.269 2177942.136 26.510' 586°12'45"E 0+87.81' _ 3 Curve 0+87.81' _19.651' 99.947' 1+07.46' 11.2649(d) 19.619' _N88°09'18"E S86°12'45"E N82°31'21"E 0.483 9.857' 0.485' 168.7351(d) 0+97.67' Control Points Northing Easting El. Desc. LOCATION 2 615244.887 2178437.986 677.37 cn EAST SIDE OF GILBERT APPROXIMAELY 240'SOUTHEAST OF THE INTERSECTION OF GILBERT AND KIMBALL 3 615456.896 2178260.947 657.68 cn SOUTH WEST CORNER OF KIMBALL AND GILBERT ST 4 615581.006 2178010.803 652.71 cn SOUTH SIDE OF KIMBALL JUST EAST OF DUBUQUE ST 5 615665.725 2177902.103 651.60 cn SOUTH SIDE OF CLARK DRIVEWAY APPROXIMATELY 14 FEET EAST OF SIDEWALK 13 615533.23 2178224.47 654.29 chx NORTH SIDE OF KIMBALL AT GILBERT.ORIGINAL CP FROM GATEWAY PROJECT. L_ a v c c ry oz. O N ._ ...z . C=3 N L, n n r ... ... , I.J P 0 0 10. 0 me, L U. 00 rq 0 s 0 0 .. 0 + o * — 0 pp �, m ri M v c. ao + ti n 0 0+ 0 + a a Z a Xce w Q , 0. as I 03 Z W A H SCALE: N/A DESIGN: MAC Project: Sheet The: File# Sheet CITY OF IO YEA CITY ENGINEERING DIVISION V SCALE: N/A DRAWN JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Alignment, Profile and Survey Ties G.01 DATE: 5/28/21 108-23 GENERAL TRAFFIC CONTROL NOTES STAGING NOTES 04-04439 TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS,AS ADOPTED BY LOCATIONS INDICATED AT PROJECT SITES AND ADJACENT SIDE STREETS. la I THE DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE(IAC),CHAPTER 130. THEREFORE IT IS ADVISABLE TO ADOPT A CONSTRUCTION SEQUENCE } ^� THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER TO MAINTAIN MOST THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL. TRAFFIC PATTERNS AT ALL TIMES. THESE METHODS AND PRACTICES SHALL INCLUDE,BUT NOT BE LIMITED TO,THE FOLLOWING: CONTRACTOR SHALL STAGE WORK ACCORDING TO THE FOLLOWING MILESTONES: ?A}t 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED,ERECTED,MAINTAINED AND LUL I5 p11 4. REMOVED BY THE CONTRACTOR. Start Date:August 1,2021 Final Completion:September 15,2021 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL C) E R K PROPERTIES AT ALL TIMES DURING CONSTRUCTION. Labor Day weekend:No work will be allowed on the Holiday,preceding Friday and all j n'A A ` i1 daySaturday. t(J((� 11' I O WA 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES,THE CONTRACTOR SHALL PROVIDE University Move-in:All work requiring lane closure on Dubuque St shall be completed COMPLETE REVISED TRAFFIC CONTROL PLANS TO BE APPROVED BY THE CITY OF IOWA by Saturday August 14,2021 CITY AND IOWA DOT. Liquidated Damages:$500 per day 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE(1)WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DURING CONSTRUCTION. GENERAL TRAFFIC CONTROL OPERATIONS 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF 25-FEET FOR TAPER CHANNELIZATION,AND 50-FEET FOR TANGENT CHANNELIZATION. 1. MAINTAIN 1-LANE TRAFFIC WITH FLAGGERS DURING HOURS 7 A.M.TO 7 P.M. 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK OF CURB WHERE POSSIBLE. 2. OPEN LANES TO 2-LANE TRAFFIC OUTSIDE OF THESE HOURS. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS.PORTABLE 3. FLAGGERS ARE REQUIRED FOR 1-LANE OPERATIONS DURING MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF MILLING/RESURFACING. LESS THAN 3 DAYS. 8. 'ROAD CLOSED"AND"ROAD CLOSED TO THRU TRAFFIC"SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS,PREVENT PROVIDED THAT TRAFFIC TO ADJACENT PROPERTIES IS MAINTAINED. OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING UPON APPROVAL BY THE PROJECT ENGINEER. IT IS RECOGNIZED THAT AS THE VARIOUS ACTIVITIES RELATED TO CONSTRUCTION PROGRESS,CERTAIN SITUATIONS MAY ARISE WHICH WILL 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED PRECLUDE ADHERING TO THE ORIGINAL CONSTRUCTION SEQUENCE OR ENTIRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL LOCATIONS WHICH WOULD READILY LEND THEMSELVES TO MORE EFFICIENT STAGING WHERE TYPE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. OPERATIONS.SHOULD THE CONTRACTOR DESIRE TO DEVIATE FROM THE ORIGINAL PLAN,A WRITTEN ALTERNATIVE PLAN SHALL BE SUBMITTED TO 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS.THE BACK THE PROJECT ENGINEER FOR APPROVAL. SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A MINIMUM OF SIX YELLOW REFLECTORS,ONE AT EACH END OF EACH RAIL,OR AT LEAST ONE RAIL ON A CONTRACTORS SCHEDULE OF OPERATIONS WILL BE REQUIRED. THE EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERLY SLOPED AT EACH SCHEDULE SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO SPECIFIED END. STARTING DATE OR AT THE PRECONSTRUCTION CONFERENCE. IT SHALL SHOW THE PROBABLE STARTING DATE AND THE AMOUNT OF COMPLETION, a 12. TYPE"A"LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON ALL IN PERCENT OF THE CONTRACT AMOUNT,THE CONTRACTOR EXPECTS TO BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. COMPLETE IN EACH 10 DAY WORKING DAY PERIOD. IT SHALL PROVIDE m REASONABLE ASSURANCE OF FINAL COMPLETION OF THE SCHEDULE OF 13. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR FENCING THE CONTROLLING OPERATION DURING EACH STAGE OR PHASE OF WORK TO PROTECT PEDESTRIANS.ALL SIDEWALK CLOSURES SHALL BE APPROPRIATELY FOR THE ENGINEERS INFORMATION AND PREVIEW.THE CONTRACTOR MAY N BARRICADED.THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES REVISE THIS CONCEPT WHEN CONDITIONS WARRANT A CHANGE AND in ADJACENT TO CONSTRUCTION ACTIVITIES. FORWARD TO THE ENGINEER FOR REVIEW. 0 14. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT SITE(AS REQUIRED FOR CONSTRUCTION)AND STOCKPILE ATA LOCATION TO BE DETERMINED 3. PROVIDE DUBUQUE STREET LANE CLOSURE FOR ENGINEER REVIEW BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE RESPECTIVE OWNERS. PRIOR TO STARTING WORK. 15. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING 4. EXACT REMOVAL LIMITS TO BE VERIFIED PRIOR TO REMOVAL. NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER,AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE PROPERTY OWNER. 5. TEMPORARY TRAFFIC CONTROL ON DUBUQUE STREET WHALL BE COORDINATED WITH FIGURES 8030.101,8030.110,8030.11. 16. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE CORRIDOR,AS NOTED IN THE TABULATION OF UTILITY CONFLICTS. m 17. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD.THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 6 8 18. THE BID ITEM"TEMPORARY TRAFFIC CONTROL"SHALL INCLUDE THE COST OF ALL TRAFFIC CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS. FL, 19. THE CONTRACTOR SHALL PROVIDE(AT NO ADDITIONAL COST)ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES TO PROPERLY gMAINTAIN PEDESTRIAN TRAFFIC,OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. 2 O. 7 z 9 — A H SCALE: N/A DESIGN: MAC Sheet Title: File# Sheet CITY OF IOWA CITY ENGINEERING V SCALE: N/A DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT TRAFFIC CONTROL NOTES J.01 DATE: 5/28/21 108-23 GENERAL TRAFFIC CONTROL NOTES STAGING NOTES 04-04-89 1. SEE J SHEETS FOR DETOUR ROUTE. TRON IC CONTROL ICN THIS PROJECT VIES SHALL BE INT ACCEETSAND G WITH ASCURRENT MANUAL CLOCATIONS ION ACTIVITY IN THISJ T WILL DI ADJAT CENT AT 2. PROVIDE DUBUQUE STREET LANE 3. PRIOR REMOVAL LIMITS K.BE VERIFIOEDURE PRIORTO REINEER MOVA REVIEW ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS,AS ADOPTED BY LOCATIONS INDICATED AT PROJECT SITES AND ADJACENT SIDE STREETS. PRIOR TO STARTING WORK. XACT O THE DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE(lAC),CHAPTER 130. THEREFORE IT IS ADVISABLE TO ADOPT A CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER TO MAINTAIN MOST 4. TEMPORARY TRAFFIC CONTROL ON DUBUQUE STREET WHALL BE THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL. TRAFFIC PATTERNS AT ALL TIMES. COORDINATED WITH FIGURES 8030.101,8030.110,8030.11. THESE METHODS AND PRACTICES SHALL INCLUDE,BUT NOT BE LIMITED TO,THE '}} FOLLOWING: CONTRACTOR SHALL STAGE WORK ACCORDING TO THE FOLLOWING 1U��}}C1 JUN - I PM 4• 11.2 MILESTONES: 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED,ERECTED,MAINTAINED AND REMOVED BY THE CONTRACTOR. Start Date:August 1,2021 CITY CLERK Final Completion:September 15,2021 IOWA O WA C I T Y.► IOWA 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALL TIMES DURING CONSTRUCTION. Labor Day weekend:No work will be allowed on the Holiday,preceding Friday and all day Saturday. 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES,THE CONTRACTOR SHALL PROVIDE University Move-in:All work requiring lane closure on Dubuque St shall be completed COMPLETE REVISED TRAFFIC CONTROL PLANS TO BE APPROVED BY THE CITY OF IOWA by Saturday August 14,2021 CITY AND IOWA DOT. Liquidated Damages:$500 per day 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE(1)WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DURING CONSTRUCTION. GENERAL TRAFFIC CONTROL OPERATIONS 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF 25-FEET FOR TAPER CHANNELIZATION,AND 50-FEET FOR TANGENT CHANNELIZATION. 1. MAINTAIN 1-LANE TRAFFIC WITH FLAGGERS DURING HOURS 7 A.M.TO 7 P.M. 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK OF CURB WHERE POSSIBLE. 2. OPEN LANES TO 2-LANE TRAFFIC OUTSIDE OF THESE HOURS. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS.PORTABLE 3. FLAGGERS ARE REQUIRED FOR 1-LANE OPERATIONS DURING MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF MILLING/RESURFACING. LESS THAN 3 DAYS. 8. "ROAD CLOSED"AND"ROAD CLOSED TO THRU TRAFFIC"SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS,PREVENT PROVIDED THAT TRAFFIC TO ADJACENT PROPERTIES IS MAINTAINED. OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING UPON APPROVAL BY THE PROJECT ENGINEER. IT IS RECOGNIZED THAT AS THE VARIOUS ACTIVITIES RELATED TO CONSTRUCTION PROGRESS,CERTAIN SITUATIONS MAY ARISE WHICH WILL 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED PRECLUDE ADHERING TO THE ORIGINAL CONSTRUCTION SEQUENCE OR ENTIRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL LOCATIONS WHICH WOULD READILY LEND THEMSELVES TO MORE EFFICIENT STAGING WHERE TYPE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. OPERATIONS.SHOULD THE CONTRACTOR DESIRE TO DEVIATE FROM THE ORIGINAL PLAN,A WRITTEN ALTERNATIVE PLAN SHALL BE SUBMITTED TO 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS.THE BACK THE PROJECT ENGINEER FOR APPROVAL. SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A MINIMUM OF SIX YELLOW REFLECTORS,ONE AT EACH END OF EACH RAIL,OR AT LEAST ONE RAIL ON A CONTRACTORS SCHEDULE OF OPERATIONS WILL BE REQUIRED. THE EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERLY SLOPED AT EACH SCHEDULE SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO SPECIFIED END. STARTING DATE OR AT THE PRECONSTRUCTION CONFERENCE. IT SHALL SHOW THE PROBABLE STARTING DATE AND THE AMOUNT OF COMPLETION, 12. TYPE"A"LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON ALL IN PERCENT OF THE CONTRACT AMOUNT,THE CONTRACTOR EXPECTS TO BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. COMPLETE IN EACH 10 DAY WORKING DAY PERIOD. IT SHALL PROVIDE REASONABLE ASSURANCE OF FINAL COMPLETION OF THE SCHEDULE OF 13. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR FENCING THE CONTROLLING OPERATION DURING EACH STAGE OR PHASE OF WORK TO PROTECT PEDESTRIANS.ALL SIDEWALK CLOSURES SHALL BE APPROPRIATELY FOR THE ENGINEERS INFORMATION AND PREVIEW.THE CONTRACTOR MAY BARRICADED.THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES REVISE THIS CONCEPT WHEN CONDITIONS WARRANT A CHANGE AND ADJACENT TO CONSTRUCTION ACTIVITIES. FORWARD TO THE ENGINEER FOR REVIEW. 14. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT SITE(AS REQUIRED FOR CONSTRUCTION)AND STOCKPILE AT A LOCATION TO BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE RESPECTIVE OWNERS. 15. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER,AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE PROPERTY OWNER. 16. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE CORRIDOR,AS NOTED IN THE TABULATION OF UTILITY CONFLICTS. 17. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD.THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 18. THE BID ITEM"TEMPORARY TRAFFIC CONTROL"SHALL INCLUDE THE COST OF ALL TRAFFIC CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS. 19. THE CONTRACTOR SHALL PROVIDE(AT NO ADDITIONAL COST)ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC,OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. CITY OF IOWA CITY V SCALE 1"=XX' DESIGN: MAC Project Sheet Title: Flle# Sheet ENGINEERING LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION V SCALE: 1"=XX' DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT TRAFFIC CONTROL AND STAGING NOTES J.01 DATE: 5/28/21 , , ROAD CLOSED KIMBALL ROAD TO THRU TRAFFIC < DETOUR KIMBALL R-11-4 • - ON TYPE III AVE CI KIMBALL ROAD 0 NTS ® DETOUR 0 LI 1* \ II I-- 1 © 0 © ROAD DETOUR I"- WORK O C AHEAD END 'L` / G w20-1 CI r� U) Q ZI a © Q MULL ROAD DETOUR © III / t K►M6 A N ,p N O id ED I Fy / 0. O O N N11\ 3 (.7 Z al N ii CO ....... O I I © > I >r{ VG 0 0 ,LLI c-)--: - V V —G i„ r V. �u v BROWN n o ST ri r4 p W © LI B Z CO W 9 m ENGINEERING H SCALE: N/A DESIGN: MAC LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet CITY OF IO WA CITY DIVISION V SCALE N/A DRAWN JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT KIMBALL ROAD DETOUR J.02 DATE: 5/28/21 x,\ , • FILED 1 N MI JUN 15 PH 4: 42 • 1 CITY CLERK IOWA CITY, IOWA 0 10' - / / / / / / I I I RON) // / / j I Mill 0 10.5' KIMBA�L I / 1 CC / I I I I --- ��_ / / I I I Pe U / I -2 1' ' -2 19.1' i II U 10.5' Ell — �,�� RT I I willa. /II 1.0 1,1 za- - i w ----____(_____--k------ uss - wolo a0��■.'�'��W� I - §" ___ - - -_ - - - I " 9" I \ N I 8 \ 3 \I A \ \ 0 1 \ m \ K \ f re 0 \ \ m 0 i? \ \ w H SCALE: 1"=10' DESIGN: MAC t Sheet Title: File# Sheet CITY OF I0 WA CITY DIVISION ENGINEERING VSCALE: 1"=N/A DRAWN: JEH LOWERPROVIMCITPRORK ANDVEMENT KIMBALLBANKROAD STORM SEWER Kimball Road JointingPlan DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT L.01 DATE: 5/28/21 r-P) FILED „ N 101I JU I - I PM 4: 4 2 CITY CLERK 1OW�A CITY. IOWA H H o 10y a.--.‘.--.4'2.4 ii' iiiiiiiiiiii\� r ....rs...... ..... ..A IN IN 01 NI x A! .,, K►M in ' ,,A10.5' PT: 2118 .25 Ll ROADBA \ \ 1 B-B 211,;+Op I j 9.1' I.j... wiiiiiiiiiiiii. Mk Pv 10.5' -1P11111111111011111.1...mulimayillilliall Al All 11111 ■ ti'o o T c .cf n SGN CITY OF IO WA CITYH SCALE: 1"=10' DESIGN: MAC Project Sheet Title: File# Sheet ENGINEERING DIVISION V SCALE: 1"=N/A DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Kimball Road Joint Plan IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT DATE: 5/28/21 L.01 SEE FIGURE 7010. 101 FOR FILED JOINT DETAILS BM JuN is Pn 4 42 0 IOWA CITY, O A 10' mis \,... ED JOINT(TYP) C--- li Kil ig 39.7 00 ga,> 58.3' --- 11111 0 ----'...MENI 16' .IM. MIIIII 16.5' . 0 10.6' o 0CD It BT MI c 10.0' ,p� 10.0:. 10 1 6.T O ./ r0 ON: CI co BT aud; Elmcon u; a o 0 0 a: a 2 w MI O "C" JOINT(TYP) J 3 C U __ 9aX `_ `_ U co _ O N 0 w.a 3 O E m 0 Y _ Q N." __ a m 0 G z W ENGINEERING H SCALE. 1"=10' DESIGN: MAC LOWER ITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet CITY OF IOWA CITY DIVISION V SCALE: 1"=N/A DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT 900 N. Dubuque Driveway Jointing Plan L.02 DATE: 5/28/21 SEE FIGURE 7010. 101 FOR _. _ - .£ JOINT DETAILSC zat' ,� _ rr_SO N UN 1 PN4: 42 IOWA City O 1, iiii0 10' t; 460 ED JOINT(TYP) V Iii iiiii iof ____________. ei 0 0 fig 0 16' .. 16.5' - 0 10. �. f 0. O BT 0 10.0' 0� 10.0� 10_ v-I 6.7' 0p�p Co. ,r` M 1112 BT .........,Ar— j� -- u l g o I--1 0. O "C"JOINT(TYP) aMI ® CITY OF IO YEA CITY H SCALE: 1"=10' DESIGN: MAC Sheet Title: File# Sheet ENGINEERING V SCALE: 1"=N/A DRAWN JEH LOWER CITY PARK ANDKIMBALLROADSTORMSEWER Clark DrivewayJoint Plan L.02 DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT DATE: 5/28/21 Kimball Storm Sewer PROFILE 672 670 _ 668 IDIIJUN15 PM4: 142 CITY CLERK IOWA CITY, I0WA 665 664 IX WATER MAIN NWNTAIN 1.6' ST-602SW-542 SEPERAnC" STA 2118+25.69,10.5 R .__ 0 FG=668.71 SW542 _..FL OUT(Np 859.80 STA 2118+26.69,10.5 L FG 668.68 FL IN (S).=65933 660 FL OUT (Wp 659.00 660 --- ST (EXISTING) ".._..._ .. .. .. ._. _ J 542A 2117+38.2,13.0 L656IN(E)=653.276OF1B FyC I 62�F • co 650 650 O Driveway Storm Sewer PROFILE 660 660 W 656 N 655 8 652 ST-438 0-439 ST-439 650 X 35 LF of 15"RCP @ 1.00% FL= 0 FL=650.15 648 of 0 645 645 H SCALE: 1"=10' DESIGN: MAC Protect: Sheet Title: File# Sheet CITY OF IOWA CITY ENGINEERING LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Kimball Road &900 N Dubuque Driveway DIVISION V SCALE: 1"=10 DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT q M.01 DATE: 5/28/21 Storm Sewer Kimball Storm Sewer PROFILE 672 670 FILED 1�11JU, -� P 668 H4: 42 to A HK Cary,10wA 665 _ --- 664 �.,. DL WATER W W W1MAW18 ST-802SW-542 SEPERAMM STA 2118.25 69,10.5 R 0 FG4369.71 SW-542 FL OUT(N)m 659.80 STA 2118+25.69,10.5 L FG=668 68 FL IN (S)=659.33 660 FL OUT (W)=659.00 660 ST-808(EXISTING) SW-542 P$01 STA 2117+38.2,13.0L 21LF OF 15" •�t5% 655 FL IN(Ep 853.27 P 1�1yCP�6.95°1" 62 65 650 650 Driveway Storm Sewer PROFILE 660 660 656 655 652 ST-438 P-439 ST-439 650 r 35 LF of 15"RCP @ 1.00% FL= 0 FL=650.15 648 645 645 CITY OF IO WA CITY H SCALE: 1"=10' DESIGN: MAC Sheet Title• . File# Sheet ENGINEERING V SCALE: 1"=10 DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Kimball Road &Clark Driveway Storm DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Sewer M.01 DATE: 5/28/21 1T•= dl tY_1 Y 1 , SEE FIGURE 6010.512 T::4T. E 1 I�.I.�i frer '11111N \ �Y hd ?\ NSTALL 24"SW-512 WI '•e�r.' \ W-604,TYPE 3B CASTING � �'� II pr,„ \m, OVER EXISTING 12"RCP. �jfj�: RIM EL=643.50 'T're! \O FL =640.32 T .: or NM ME "Wile.11114 14t°4111111 RIOalliftb‘ EX P-382 ST-622Arrili \ III REPLACE 36"EXISTING\ INTAKE WITH\ SW-512 W/SW-604 PE 4D CASTING RIM EL �43.00 EXST-620 0,k, or FL IN(NW) •=63•. 5 !ir#g FL OUT(E) - •39.30 �li6, LY`Y.. *_ �t:=t 1d. kw L T Lr_..' ST-623 ":410' . 4w REPLACE i'�'�' *1* � - 1ST G FES =- r-. III: •s.r r• • �EX P586 / All ' e � ,17 • I11 k EX ST-583 —sr__ �•tife IX ST584 •-•�1� _ r -0+25 0+00 1+00 2+00 3+00 3+25 650 650 0, N N ^ ST-622 REPLACE EXISTING INTAKE -648 q WITH SW-512 W/BEEHIVE a RIM EL =643.00 Y^� _ FL IN(NW) =639.45 -645 -..., _ FL OUT(E) =639.30 r i w a a I 1 Q co ea -642,,, < > ..-a4 C) _ rri-r-' o O• REPLACE EXISTING FES . g23 ' H 18"RCP FES W ©- "4: 3, 640- -- 4---- FL 638.38 -640 s — 295 LF OF 18"RCP 0.31% I �I N S c V -638 cc a. a et 635 - i i I I 635 Z c. -0+25 0+00 1+00 2+00 3+00 3+25 W 76 H SCALE: 1"=10' DESIGN: MAC Project: Sheet Title: File# Sheet CITYOF IO WA CITY ENDIVISION ON RING V SCALE: 1"=10 DRAWN: JEH IMPROVEMENT AND RIVERBANKLOWER CITY PARK LST BILIZATION PL ROAD STORM ROJECT :Lower City Park Storm Sewer M.02 DATE: 5/28/21 fir .11111\ EP381 1 SEE FIGURE 6010.512 � s=' INSTALL . �ti 24•SW-512 WI SW-804,TYPE Ao iiiiilli or_LT• 3B CASTING OVER EXISTING 12•RCP. ����� RIM EL�43.50 /!j .ti„.- 1 / jllirilir 1011'AlfJUN -'j" ' I i o • EP3e2 CITY C t, Li :rt7; REPLACE 36•EXISTING INTAKE WITH ��� LY: . SW-512 W/SW�04TYPE 4D CASTING fig t�Y-�L EX ST-820 N., ■ RIM EL 443,00 FL IN(NW 639.e5 REM• EXISTING 12 1 Iyr ,. FL OUT(E)=639.30 CMP 0�0 a tiY�7 II ii . 'r.!r- IVY -r=F .41 LY,_ ?9$'Of 18 :�I:1 EX P380 I " 0.31 e:...:? er LY<. ST�23 Ai* ' REPLACE EXISTING FES .�rT. WITH 18•FES ,o�.I r:7Y:i FL OUT=838.38 01701. LY:: dt -r=F EX PS68 / ����� ...AT. it..r. Nil" 'b L EX ST583 . �:.IyI or• ;7001- Alt EX ST-584 ''IT otatlon -0+25 0+00 1+00 2+00 3 00 3+25 650 -650 ST-622 -648 REPLACE EXISTING INTAKE WITH SW-512 W/BEEHIVE RIM EL =643.00 FL IN(NW) =639.45 -645 FL OUT(E) =639.30 m o IP 13) fi42 CD ST-623 O REPLACE EXISTING FES M H18"RCP FES y W 640— FL =638.38 640 295 LF OF 18"RCP(d 0.31% — -638 6350+25 0+�00 1+00 2+00 3+I00 3+2535 CITY OF IOWA CITY ENGINEERING H CALE 1"=10' DESIGN MAC Prolea Sheet Title: File# Sheet LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION V SCALE: 1"=10 DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT :Lower City Park Storm Sewer M.02 DATE: 5/28/21 INTAKES AND UTILITY ACCESS PIPES KIMBALL ROAD KIMBALL ROAD NO. LOCATION TYPE FORM GRADE FL NOTES ST-599 EXISTING INTAKE SW-505 653.27(NE) IN EXISITNGINTAKE LINE INTAKE/UTILITY CLASS PIPE BID DESIGN SLOPE INLET OUTLET - NUMBER ACCESS NO. „D„ SIZE LENGTH LENGTH % ELEVATION ELEVATION NOTES ST-601 SW-542 668.68 659.00(W) OUT FROM TO IN FT FT 659.33(S) IN P-600 ST-599 ST-601 2000 18 76 82 6.95 659.00 653.27 ST-602 SW-542 668.71 659.80(N) OUT , P-601 ST-601 ST-602 2000 15 13 21 1.5 659.80 659.33 Lower City Park ST-621 SEE NOTES SW-512 W/SW-604,TYP 3B CASTING 643.50 640.32 BUILD STRUCTOR OVER EXISITING 12"RCP CLARK DRIVEWAY ST-622 SW-512 W/SW-604,TYP 4D CASTING 643.00 639.30(OUT) REPLACE EXISTING STRUCTURE INTAKE/UTILITY PIPE BID DESIGN ST-623 FES 638.38 LINE CLASS SLOPE INLET OUTLET SIZE LENGTH LENGTH NOTES NUMBER ACCESS NO. "D" % ELEVATION ELEVATION FROM TO IN FT FT CLARK DRIVEWAY P-439 ST-438 ST-439 2000 15 35 35 1.00 650.15 649.80 ST-438 FES 15" 649.8 OUT ST-439 FES 15" 650.15 IN LOWER CITY PARK INTAKE/UTILITY PIPE BID DESIGN LINE CLASS SIZE LENGTH LENGTH SLOPE INLET OUTLET NOTES NUMBER ACCESS NO. "D" % ELEVATION ELEVATION -g FROM TO IN FT FT L • a P-685 ST-622 ST-623 2000 18 295 295 0.31 638.38 639.30 rn Lii N O N Ln M O f m I 2 W U Q N (..9 U co N O N f`rf N cs. _ N S C) a g4Cam'? i E -rn -•3 Ill SO a !� .4"' cd N a a o z _ H SCALE: 1"=10' DESIGN: MAC �1 Sheet Title: File# Sheet CITY OF IOWA CITY ENGINEERING V SCALE: 1"=10 DRAWN: JEH LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT STORM SEWER TABULATIONS M.03 DATE: 5/28/21 jiii\k * 4,,, HIIIHHHHHILIIIII.. Or , / N 001\111/116' • * \V \'V \4/ \1/ \ry \I/ \1//4 0 201111111HH4111.171 iiii01-, • '•d�' FILL AND GRADE TO Iii ' •. • ' \fr . \fr \fr 0 \fr , •«« • EE DETAIL PROPOSED INTAKE 8� 0 Z 60' •n f« • t' . FOR GRADING SEED WITH TYPE 1 S- . . • • INFORMATIO PERMANENT LAWN �� Z r « MIX. �` .v PROPOSED RIM' .4644 EL:643.50 rod • f .i/ .i/ w \ .1/ .I, .t' .i/ .I, .I, • 0 I ' « ro \\* .i. '4 \i/ \i/ \fr . \i/ \i/ 41/ et'Ae 1p, 1-- 40.. ✓�, "�-TECT E)CISTING PC .� .I, .i. .i/ .fr _...., ✓ .1/ el 6'' ,j L0, 1k ab' 1 2 1 1111' v. NSTALL INLE P- •TECTION 411 `643 %I 11141) 4 1 E TO EXISTIN I! A, RAD &SEEDW1 GROUND N PE 4,UR,, T: PORARYECMIX' ng PER . ; E 901°— i C° p PER DETAIL ON eII) STALL MAX 500 LF OF RIP RA �I b,c . liNgsor .. .GE 8.01 -=t c-) cn "" p 3 6 CITY OF IOWA CITY ENGINEERING VH SCALE: N/A DESIGN: MAC LOWER CITY PARK AND KIMBALL ROAD STORM SEWEC File# Sheet V SCALE: N/A DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT EROSION AND SEDIMENT CONTROL PLAN R.01 DIVISION DATE: 5/28/21 1` \ --Rit PLACE 30 LF OF N. WATTLE TO PROTECT N. �• PRIVATE PROPERTY �.._- \ x 277 Q ��01.......------ PLACE 2 19+50 ......................... ...:..... ........ ......... ...... ...... .................- __..._._.. .. a._:- .rzsu•_-:-._.a.._='rE'3�z�suu^�•isir'S;-7sS= / ........................._ ._.._:c.._.::Y'iii"cr:.,-•y:a--_.a-ue':-•.n'—'.-•x::.v/ ........... ^•^v:u::ce::n:.:: ar-arm ::.._:_-x:nr4'Iv_.-aSu"Y' e_..;-'•'•... ..........._.... .a.+_%n..ar_.._.::•it m`i:::T.:v:a:.::c..if7; c.3S 9:;A:n�:E:::-:- .............. .......:.-..�:e:-.•- �:mn-.•m.:mm..:m,:..•:-..u..:•:r.:rxve-m..:.er.�-..r..n•.r...::.::.�r::.= __ ....... I 4SiS ixYk A S.k4 'SSrk&SnS3-irni K'Y ICI ••.• +O O � �� z irRx S?Pff4 S A'f vaS 211' �n / I I + I PT: 2118+A _ \ I I I 12118+00 I., KaA -ow W. _ I I PLACE INLET ,i, . / I 1 I PROTECTION �• 7+, I 1 I rimI4mi; Se- /11-11111111111111111111111.113" .37''..4, ,.... li 01 L -i - SOD DISTURBED AREAS AS -q 4 I NEEDED =� vc, ` Iv N GDETOPROPOSD\ \ \ ` F=S AND STABIL!'E A' W/ PERMANE T _ ,���tillitL8‘, A N MIXTURE P:R �- RI �_ CLEARING y� GRUBBIN LIMITS 11 9010.20 A la f 1 /.',7.) d + likup ... v.)) 1 `114111•..,, k ,.0. . . !IL — /' 0 20' Fii ;� 1•. �. 14W 6 6 0 ‘,.. co kg ______________IL.W ! a I 4. w r 4. I� Rprit W s v Impri•-__ __............ - - pLAc , ch. rp '� 1 ,. 1s. �—�_ ''STECTION ,= L�i.��_._!fJ . ; Al ' --=___ NE H SCALE: 1"=20' DESIGN: MAC Prof LOWER CITY PARK AND KIMBALL ROAD STORM SEWER CITY OF IO WA CITY Sheet Title: File# Sheet ENGIDIVISIONERING V SCALE: N/A DRAWN: JEH DATE: 5/28/21 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT EROSION AND SEDIMENT CONTROL PLAN R.02 NNW 0) P E 38 " OF O ATT TO P'•T- tiN Q ZQ11 JUN -J P• ly 4: 2119+50 o 43 __ 10 14111.:111 ' CITY o sir I 1 + NM �� PT: 2118 2 w PLACE INLET 1.. \ I. �� PROTECTION - i� / It all lirTx \ \\ M\ . ' '', _ $ '.\..., .11 11110111111r IN r 11 I 1 i aici. wry ll 20' og j� �I CC l_ 660 o MI 111 0 ,11 - 1:) 11)/pop. fr, • 1.:: . -' •655 r _________ ------- PLACE INLET sr ROTECTION tit .. H SCALE: 1"=XX DESIGN: MAC LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: Fde# Sheet CITY OF IOWA CITY ENGINEERING DIVISION V SCALE: 1"=XX DRAWN: JEH DATE: 5/28/21 IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT EROSION CONTROL PLAN R.02 NOTES: 1. REFER TO THE CONTRACT ODDMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS LEG E N D 2. CONSOLDATE AND MODERATELY COMPACT BY 9JCING 1MTH A SHOVEL OR USING OTHER c.,nAPPROVED TECHNIQUES. �� Q+ �m NM raft HER a Trrnan a c nee. °mode 3. A 95%STANDARD PROCTOR OBN6TTY. arBlw GLASS 1BEDOIIGMAT UAL _ _ {—. Tf m.ror n' wrensex aMta:a reprea x mesax 4. PROTECT PIPE ACCESSORIES,AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF11111 ��� '�a�up AN toe s:noe circler in ar BEDDING AND BACICFlLL MATERIALS. ctAss i BA[7fFILL MATERIAL �{ �' I..m s.AN tor ✓6 at. OVER-DCCAVATION AND 4\ KEYS FOUNDATION STONE � AN a PHEW fl` 5111131fa .0 rem Ad a or ram 3run.c 00=OUTSIZEDIA METER OF PIPE D=INSIDE DAME IEH OF PIPE PPAVEMENT -CI IrNV-.ONG M Ewa,ISIS OS=OUTSDESPANOFPPE TN=TRENCH WIDTH � DTHATTOPOFPIPS - .- - - )PPieMr ""l' d= DEPTH OF WOOING MATERIAL BELOW PIPE MINIMUM=00-1 B' SUS - - EWE ca.i.CO�Ra R r ODMI OR CGS OR 4'MI-IQHEVER IS GFEATER) PAIAXMUM=1.25XCD+12'OR 54' GO ;WHICHEVER IS GiREAIER)) UNOISRIREED EARTH I •. , ! IF RI ACRABF TREATIIE.NT lS SfFED. .. 2 MINIMUM OF SUITABLE CLASS IA/NA/ �r NS lei —c .A r Pt r• a'11!<'73LR — ]—..- NB BACKFLL MATERIAL TO BE USED ,r f tc . _ �t� 't_lt',,,,c-,..w r rq INSTEAD OF CLASS I BAdff1L I ATSTML CO CI COLLAR MaREVES c ova WAYLEER �I�aMi�LRlP3lilr'rA / .CR�Ti l#7.P7PrKq".q!�►t KP.4117-11- FINAL TFENO-I BAOffLL ' BURY DEPTH I COMPACT TO AT LEAST 95%STANDARD a .. PROCTOR DENSITY*UP TO THE FINAL �� % +R y ONE FOOT.THE ANAL ONE FOOT '��n r n- KT Tel SHOULD BE COMPACTED TO AT LEASTGNP. ) r NM STANDARD PROCTOR DENSITY Ilwnx mem r dG TAPE POO 00 SECONDARY BACKFLL SEE NOTE 3 PAUT�WEOTTNI fi 1 Crore.a. L CD2 PRIMARY BAOCFILL SEE NOTE 3 I I�' Q �a POP.Wrx F �71 SPRNGL.NE OF PIPE D ID O0.2 HAUNCH SUPPORT.SEE NOTE 2 lir CONCRETE OCUM ECR NMI GREATER T WA I: — RIPE BEDDING oos II — OVFR£(CAVATION eV...a c rr�E.HOM.v.Nl�n PPE TO STRUCTURE GONECTRd C AND FOUNDATION STONE,REQUIRED ONLY G'O► OIOATE AND MODERATELY WI fN SPECFID N 1HE CONTRACT PPE TO PPE COJECTICIN-RE �T MR COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DEEMED BY THE ENGINEER(SEE 3010.2_05 AND 3J211 D) SPECFIC TRENCH BEDDING AND BACKFLL SORES IOWA CITY q B"ql ° RCP GRAVITY FLOW SEWERS FIGURE O�Nm1N STORM SEWER PPE SHEET O IOWA CITY ON UNDER OR WITHIN ME FEET OF PAVEMENT NT FIGURE 40Z0 Zl t NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL mu PLJICEMQNi FtEQIAFEMEMNTS LEGEND Z CONSOIDATE A)MODERATELY COMPACT BY SUCING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. CUSS I BEDOND MATERIAL MOMS F a COMPACT TO AT LEAST 95%STA 3AFD PROCTOR DENSITY,OBTAIN REQUIRED CO.PACT10N WRTHIN Tworeu ram GSTYHO o. A SOIL MOISTURE RANGE OF OPTIMUM MOISTURE TO 4%ABOVE OPTIMUM MOISTURE CONTENT. CLASS II BACKFLL MATERIAL co 4- PROTECT PPE ACCESSORIES.ALD APPURTENANCES DURING PLACEMENT AND COMPACTION OF TOPE 0 ..NOTET Uri BEDDING AND BACKFLL MATERIALS CLASS II/IVAI NB SUITABLE ) . AN,',Hoe,KEY: MATERIAL BOLT-GOWN NAY VARY N CO=OUTSIDE DIAMETER OF PIPE D=INSIDE DIAMETER CF PIPE OVER-EXCAVATION AND ``� Ii COMER(TOPE Q U NOTES. N os=OUTSIDE SPAN OF PIPE TN=TRENCH WIDTH AT TOP OF PIPE FOUNDATION STOLE E ,, _ - ~-.- HOVER .TpATIEINMO TEXT STYLES FRAY VARY. Ln d= DEPTH OF REDOING MATERIAL BELOW PIPE P NIMUA=OO+1E UNMAN OFEOOICEALLD RO ME CLASSVBO,OCFILL MATERIAL rti� `� F Ioty. ooAR DR Dale OR 4'Mn1K;HEVER IS GREATER) MAxwtLMM=125XOD+12'OR 54' (E�TOPSOIL) R%cc, As�' ��L `' `d / H \ (WHICI•EVER LS GREATER) .. H� R ♦ C UDISTURBED EARTH 1 t,..-E'T '',7_�H Y7 } Q1 ANCHOR THE LONER RINE OF ALL •mew .. f U ice. •"' .G 1 'THREE-PIECE GISMOS TO THE MANHOLE CD t— �RII 11.-11 -.. ...:-.......,-..1........,- -- F Al � i.. s7Nucn .rw1e. r�mE ,I,p mil lon.11m111=oono 11o11�11=11�I mu— l '+ C`�°° „DOCUMENTS, NO TIE"; ,"'E '.---- IIi 11 1 II—II it II--mu 11 1 O STRUCTURE.FOISTING Fief.DOE'NOT 3>--t ' «MAMA._ w _ ANAL TRENCH BACKFLL `,..f 111211 71 INCH ANCHOR AMETE I-OUE of EQUALLY SPACED IF ..< •_„ "1'. 0 /MAMA _n AR INCH THE FR ii HDIE%EOAAVlr SPA® �_ II—N II II I�--1 II 11=1f COMPACT TO AT LEAST 9sx srarnARD 7i0q� lot"! AROUND THE FRUE cr.' f =( PROCTOR DENSELY WITHIN RIGHT-OF-WAY MAMAt r M--- j —- -.- ® C SPECIFIED FURNISH BOLT DONN FRAME AND o BURY DEPTH — �II(=.IIP,IL �II(= �--. -. AND90%STAI•DARDPROCTORDENSITY -- - COWERWITHFOUR I.2INCHNUMa.IOw1EIER r "'p v I II—II 1-11 11 11 CUTSSIDE THE RIGHT-OF-WAY;OBTAIN • STAINLESS STEEL,MIX NUT RECESSED rnr frt"1 .�. L)• I— —I 1-,-- SCRE`NS.SECURE COVER WITH SCREWS I. 11 1104 REQUIRED COMPACTION WITHIN A SOL wrsHeRs.No RUGGER GASKET SEALS Ce . 0 TW - MOISTURE RANGE OF OPTIMUM M01STIRiE ANCHOR BOLT HOLE p FLANGE ITtP) , ' TO 4%ABOVE OPTIMUM MOISTURE 9 — — �.L - \ CONTENT PLPLANI 1� "• r, OD IN oN , .— SECONDARY BACKRLL SEE NOTE 3 (7.. o \ \ 6 0132 PRIMARY BAC KRILL SEE NOTE 3 ze MN ,1 1 1 2 SPRTNGUNE OF PIPE \ D \ — — OD2 HARROW SUPPORT.SEE NOTE 2 c 6.5.16. m s.T W — \ PIPE BEDDING g oo,S J \ ?.i MN n N \ AND FOLCAVATLON a Ta•WAIN 1 AND FOUNDATION STONE REQUIRED ONLY co CONSOLIDATE AND MODERATELY MEN SPECIRED IN THE CONTRACT TYPICAL SECTION O COMPACT BEDDING MATERIAL DOCILE OR WHEN DIRECTED BY THE ce ENGINEER(SEE 3010,205 AND 3,01.13) 2' s>�aO TRENCH 06 IOEA CITY :"DI FIGURE a�a 1 N UNPAVED AREA O' o IO WA CITY SM1T DIES R(1 RE BIT)ep cs na,aO.�R.EV�ON z I„ ENGINEERING H SCALE: N/A DESIGN: MAC Project LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet CITY OF IO WA CITY DIVISION V SCALE: N/A DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Design Detail Sheets U.01 ATE: 5/28/21 NOTES. 1- REFER TO THE CONTRACT DOCUMENTS FOR SPECFIC MATERIAL AND PLACEMENT HEf,1UIRENENTS.. LEG EN D c 1___ �� QQ m ems a re•esn.,...,.,,a c nma 2 GON SOLDATE AND MODERATELY COMPACT BY SLICING 1MTH A SHOVEL OR USING OTHER APPROVEDTEC*-t 11ES. �>�>—� C Lvoeeas�s rra.lre..m.•ss 3. COMPACT TO A7 LEAST 9SX STANDARD PROCTOR DENSITY. CLASS I BEDDING MATERIAL L l aQ ss ml xaMs.x ax s:era x 4. PROTECT PIPE.ACCESSORIES,AND APPURTENANCES WRNS PLACEMENT MD COMPACTON OF Srff :rd.-. 1,.. "� .+ax snnar s:Nom a ve. BEDDING AND BACKFILL MATERIALS cuss F1 BPC�(FLL MATTRIAL �� .sn'esr. / j p r.ax m IN hoe 8,5 n aware come OVER-EXCAVATIONAIt L«/ mers.rr..•asnors fl Owe armee%en NM Ma wa KEY: FOUNDATION STONE 11 .1.1. AM if Neese IMP* snowy. or made arztre •OD=OUTSIDE DIAMETER OF PPE D=IH EE IDE DIAMETER OF PIPE -_- I PAVEMENT 01 c.c.-ra¢ I r ��t�l �' r•� P r` CTj +v.e'sr RP m,a zne 65=OUTSIDE WAN OF PPE TA'=TRENCH'MOTH AT TOP OF PIPE _ �Ime� lJj7 I+ d= DEPTH OF BEDDING MATERIAL BELOW PPE MINIMUM=OO+1F 'SUBBASE �w�ry • !� Oq8 OR 06.8 OR 4'(VIYNiCr'ESIER 6 GREATER) MAXIMUM=1 Z9(CO+1 r OR S4' 110 • (YHICHEVER SGFEATEFR) UNDISTURBED EARTH CITY C ER U , ' y • - IOW I T • a IF SUBGAAOE TREATMENT IS�EC:IFED. `�� A C I� r I O Q1 2 MINIMUM OF SUITABLE CLASS IB!NA/ '�.' — -�iFJr i. - - NB BAC3SALL IATERIAL TO BE USED Mi - .:: \ INSTEAD OF GLASS II BACKFILL MATERIAL ram. *� �� � � CORKSFTc:.GL1.Vi=IXiFYE6 LT MT.IBMWFR FINAL TRENCH BACIQ;.L H BURY DEPTH / COMPACT TO AT LEAST 959.STANDARD �,a �,,,,„ar PROCTOR DENSITY UP TO THE FINAL � ; .- ONE FOOT.THE RNL1L ONE FOOT 1�� r„R ho- TW SHOULD 8E COMPACTED TO AT LEAST • ) INI 98%STANDARD PROCTOR DENSITY. s• 1 — — — — wMirwenrw ei G rp r�+� TYPE R4zODRQEfE COLLAR CselEPO 1N 0 IL 00 SECONDARY BACKFLL SEE NOTE 3 I'"-T'�E OL R R OZNIE p Prea.a _ owl OD.2 PRIMARY BAGKFLL SEE:NOTE 3 +r c DRAMs MI e..1 SPRNGLINE OF PIPE D I I E! 002 HAUNCH SUPPORT,SEE NOTE 2 4 ',1 nn T CONCRETE OXLIP KR PIES GREATER RAVI I: — PIPE BEDDING OD 6 . — OVEF3-D(CAVATION EI10101.02ROE FIFE JOINT a PPE TO STRUCTURE raNEcrrSE d AND FOUNDATION N STONE,IEQIJFE ONLY ram -ONLY Fa GUNSOLDATE AND MOCEITATELY WHEN SPECF N THE CONTRACT COMPOSER KR COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DFECTED 8Y THE ENGNEET(SEE 3010.105 AND 3-01.D) SPECFIC TABNCH BEDDING AND BAOCFLL ZONES IOWA CI T Y a""1014 RCP GRAVITY FLOW SEWDRS F1GUFE 201 SHEET OF 8 IOWA CITY MORON STORM (CONNECTIONS FIGURE 4020 Zt UNDER OR WITHIN FT E FEET OF PAVEMENT NOTES: ((�� I 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AN)PLACEMENT REQUIREMENTS. LEG D E N 2 C ONSOLDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES CLASS I BEDDING MATERIAL -G A 3. COMPACT TO AT I FAST 95%STANDARD PROCTOR DENSITY.OBTAIN REQUIRED COMPACTION WITHIN Twos R XSO LA.,TTIG A SOIL MOISTURE RANGE OF OPTFAUM MOISTURE TO 4%ABOVE OPTTMUM MOISTURE CONTENT. CLASS II BACKRLL MATERIAL 4 PROTECT PPE,ACCESSORIES.AHD APPURTENANCES DURING PLACEMENT AND COMPACTION OF _ -E G FRAME NOTES: BED INS AND BACKFILL MATERIALS. CLASS IF/NA/NB SUITABLE �_i TWQPIE CE FRED•. WITH BOLTOOYN • '•Q SPACING,AND NUMBER OF Lim Rap FuNmEs KEY: BACLO=ILLMATEF AL l if_ I.,. MAY VARS. 00=OUTSIDE DIAMETER OF PIPE D=INSIDE DIAMETER OF PPE F COWERBOLT i A OVER-EXCAVATION AND ` _ I� �O 011141). ����: OS=OUTSIDE SPAN OF PPE TN=TRENCH WIDTH AT TOP OF PIPE R7lJNDATION STONE I � 'O- I O ... ROUGHNESS PATTER AM TEXT STYLES MAY WRY. d= DEPTH OF BEDDING MATERIAL BELOW PPE MINIMUM=OD+1>f ODAi CC 0518 OR 4'(WHICHEVER IS GREATER) MWXIMHLAM=125X00+12 OR 54• CLASS TOPSOIL) MATERIAL F. Sy-v :;. ` ' MINIMUM ONE ORJLFIL®FIGOaaE (WHICHEVER IS GREATER) C" \ .`r, 'S • - r• - UNDISTURBED EARTH O 'ti - —'� �r7r > T • ••-hE LOW ER FRME OF AU_ II[=11 N.�11�111=1f II�II 11=11�11[�_ � � Sro6 OflTT FRAME y n I 1- y11 -1IP11 - 11 11�11. 1 IrPFPAL 11. M -' II U L. '•1 i,, II sTRU• -,.Twev SPECIFIED N THE ` +.,t I CORERS ••• ./HCRgq TI-E FRAME II I II=1I H=I I=l II II SANTFABT OF ' -- CASTINCE TOTE MANHOLE 1, 1I I n STRUCTURE. FC.C11GaatiEDDaMDT I _ 7FINAL aim INCLUDEurinawLESORSEOTS.MILFOUI s 1=11 I II 11 1 II II.1111 AACTTOHAT 95%STANDARD "f` +"QR� TO. .. AROM7.1 A]DIAMETER HOLES eoLr LLY SAWED H PROCTOR DENSITY WITHIN RIGHT-OF-WAY ® IF SFEOFIm.FURNISH BOLT DGWN FLLP/.EPf/D BURY,DEPTH III=1=.I= III = - AND 90%STANDARD PROCTOR DENSITY - - - --T I I=11=I=1,, 1111 i -:.1. OUTSIDE THE RIGHT-OF-WAY• ;OBTAIN sT COVER NATH FOURnoc INCH RECESS MN MUM ED 10i _.. '--- �- REQUIRED COMPACTION WITHN A SOL sCREVl3.SECURE cove,MSS sceE,rs wASHESS MD RUBBER/•AacFT SEALS MOISTURE RANGE OFOPTMUMMOISTURE MHCHIOR BOLT HOtEa) F1NlBEDYPI TO 4%ABOVE OPTIMUM MOISTURE CONTENT PLAN 111 OD SECONDARY BACKFILL.SEE NOTE 3 GAGNET LEAL OD2 PRIMARY BACKFILL USE NOTE 3 11,2 —ZB NR SPRINGLJNE OF PIPE % D % OD2—_ HAUNCH SUPPORT UM NOTE 2 ——— — 6,sne \� Er , PIPE BEDDING is MN\ OVER-EXCAVA710N �7F MN •1 \ AND FOUNDATION STONE.REQUIRED ONLY d WI-EN SPECFED N THE CONTRACT CONSOLIDATE AND MODERATELYTYPICAL SECTION COMPACT BEDDING MATERIAL DOCUMENTS OR WHEN DIRECTED BY THE ENGINEER(SEE 3010,205 AND 3.01.13) efHI10N UI SPECFIC BEDDING BEDDG MD BACKFLL ZONES FKiURE 30T0201 I0 WA CITY GMMIN N ncP GRAVRY ROW SEWERS SHEET 5 of O N UNPAVED NBA IOIF'A CITY CASTNGS FOR SANITARY SENER M ECRES POUIEMIaNH CITY OF IOWA cf./TY H SCALE: 1"=XX' DESIGN:RA MAC Sheet Title: File# Sheet ENGINEERING V SCALE: 1"=XX' DRAWN: JEH • LOWER CITY PARK AND KIMBALL ROAD STORM SEWER DIVISION IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Design Detail Sheets U.01 DATE: 5/28/21 #4 EPDXY COATED REAR X 12- 0 1" ON CENTER EXISTING 4" CONCRETE SIDEWALK NEW 6' CONCRETE SIDEWALK : .IL \ 2R 1 .mod 8 ...... �� -Y p.- :ILA A . • DRILL AND EPDXY GROUT REBAR INTO EXISTING CONCRETE EXISTING 4" CONCRETE #4 EPDXY COATED RET3AR X 1r 0 1. ON SIDEWALK C ENVIER NEW 4' CONCRETE SICEWALIC 2" -- Q i!0. �, .� r- c'> Ui a DRILL AND EPDXY GROUT REEAR 01_ - "a ^ 6� INTO EXISTING CONCRETE ST1 : l N I ,...� O I+ 3 I 1 Q f C7 U_ a, N O N N 4 8 1 10 WA CITY ' EICIEVIIKKCOMECTION FIGURE io 121 1PMEMIG COWS ON V m g Q n cz m o z _ I ENGINEERING H SCALE: N/A DESIGN: MAC Project: LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet CITY OF IOWA CITY DIVISIONDesign Detail Sheets U.02 V SCALE: N/A DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT DATE: 5/28/21 1011 JUN —I py 4; 3 Cpu I°IVA CITY IOW A #4 EPI]XT COATED REBAR X 12. 0 1 DN C ENTER EXISTING 4° CONCRETE SIDEWALK MDR 6� CONCRETE SIDEWALK 2' DRILL AND EPDXY LOUT REBAR INTO EXISTINC CONCRETE EXISTING 4 CONCRETE 14 EPDXY COATED REBAR K 12. 0 1 d ON SIDEWALK CENTER NEW 4" CONCRETE SIDEWALK \\\\ A • DRILL AND EPDXY GROUT REBAR Be INTO EXISTING CONCRETE IO WA CITY SIDEWALK CCINNE:CTICN FIGURE 7030.301 ma pm Emma Dlo, CITY OF IO WA CITY ENGINEERING H SCALE: 1"=XX' DESIGN: MAC Pr ged: LOWER CITY PARK AND KIMBALL ROAD STORM SEWER Sheet Title: File# Sheet DIVISION V SCALE: 1"=XX' DRAWN: JEH IMPROVEMENT AND RIVERBANK STABILIZATION PROJECT Design Detail Sheets U.02 DATE: 5/28/21 ' — Alma fma'ANpZs." EEG (AU& 4nai : i sei ioas so •tirir CITY OF IOWA CITY UNESCO CITY OF LITERATURE _-is 7 r Y PUBLIC WORKS DEPARTMENT = 772 Fri ENGINEERING DIVISION . PROJECT MANUAL FOR THE FORMAL LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT PROJECT IOWA CITY, IOWA June 1 , 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 under the laws of the State of Iowa. .......... . col� 1• Z � za2 SCOTi K. • �a i Date SOVERS = 17141 License Number: P17141 ,.• � My license renewal date is December 31, 20 2 yyr�,��/tow—..a'1,1110 i Pages or sheets covered by this seal: Entire Bound Document c-) c_ ... CD r-- O . • : tt� Lower City Park And Kimball Road Storm Sewer Improvement Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS ca -- SUPPLEMENTAL SPECIFICATIONS 71 PLANS :14 ;(ram -° ;± fl Lower City Park And Kimball Road Storm Sewer Improvement Project 0010 — Page 1 of 1 0100 n NOTICE TO BIDDERS LOWER CITY PARK AND KIMBALL ROAD STORM SEWER1MP..QVEME�IT y PROJECT � � � I t r 4• 3. Sealed proposals will be received bythe CityClerk of the Cityof Iowa City, to a, until OQ P.M p p y i�! ... , � on the 13'h day of July 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 City Hall is closed to the public 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 Emma J. Harvat Hall at 6:00 P.M. on the 27th day of July, 2021, or at special meeting called for that purpose. If City Hall is closed to the public 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.icqov.orq/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: Removal and replacement of the storm sewer outfall in Lower City Park from the trail to the Iowa River, installation of additional intakes and grading in Lower City Park to drain low spots that are holding water, installation of two intakes on Kimball Road east of the Gilbert Street Intersection, and removal and replacement of the private driveway immediately north of the Kimball Road and Dubuque Street intersection and the installation of a culvert to maintain drainage. All work is to be done in strict compliance with the Project Manual prepared by the City of Iowa City, 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(c�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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0100 — Page 1 of 2 0100 NOTICE TO BIDDERS LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT PROJECT Seal- • •roposals will be received by the City Clerk of the City of low- ity, Iowa, until 3:00 P.M. on the 'th day of July 2021. If City Hall is closed to the public d ,e to the health and safety concerns fr. •• COVID-19, sealed bids may still be delivered in ,erson on Mondays through Fridays 8:00 a o 5:00 pm. The person delivering the sealed bid ay come to the front lobby of City Hall, 410 Eas 1 ashington Street, Iowa City, Iowa, and upo -rrival telephone the City Clerk at (319) 356-5043. ;-led proposals will be opened immediat- y thereafter. Bids submitted by fax machine shall not b- 'eemed a "sealed bid" for purposes ' this Project. Proposals received after this deadline will be r- rned to the bidder unopened. I ity Hall is closed to the public due to the health and safety conc_ s from COVID-19, the bid ,pening will be an electronic meeting using the Zoom Meetings. Infor -tion for this meeting wi be distributed by the City Engineering Division to prospective bidders o the Project Plan H' ders List. For information on how to participate in the electronic meeting, : ease contact t City Engineering Division at (319) 356- 5140. Proposals will be acted upon by the City Co•.cil . a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 20th day of July, 202 , .r at special meeting called for that purpose. If City Hall is closed to the public due to the healt a • safety concerns from COVID-19, the council meeting will be an electronic meeting using he ,om Meetings. For information on how to participate in the electronic meeting, see .ic•ov.• •/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: c-a— ` Removal and replacement of the stor sewer outfall in Lower 'ty Park from the trail to-the Iowa River, installation of additional intake and grading in Lower City 'ark to drain ttlw spots,that are holding water, installation of two in es on Kimball Road east of - Gilbert Street Intersection; and removal and replacement of t►- private driveway immediately no ' of the Kirfiiball'1 oad and Dubuque Street intersection and e installation of a culvert to maintain ,rainage. All work is to be done in stri compliance with the Project Manual prepare• by the City of Iowa City, Iowa, which has here 'fore been approved by the City Council, and ar- on file for public examination in the Office .f the City Clerk. If City Hall is closed to the public ••- to the health and safety concerns fr•- COVID-19, copies are available by telephoning the City lerk at (319) 356-5043 or emailing kellie-fruehling 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0100 — Page 1 of 3 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 ha&Jless 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 o :five (5).: year(s) from and after its completion and formal acceptance by the City Council.- The following limitations shall apply to this Project: o Specified Start Date: August 9, 2021 Substantial Completion Date: October 1, 2021 Final Completion Date: October 31, 2021 Liquidated Damages: $500.00 per day *Substantial Completion will be determined when the road and driveway are open to traffic, all storm sewer is installed and functioning, and the rip-rap along the Iowa River is installed. Remaining minor work will include seeding, site clean-up and punch list items. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at: Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800) 779-0093. 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. No fee will be required for the Project Manual provided to bidders or other interested persons. 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0100 — Page 2 of 2 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 pro , • •ayment of all materials and labor, and also protect and save harmless the City from all claims an. ,amages of any kind caused directly or indirectl, by the operation of the contract, and shall also g• rantee the maintenance of the improve nt for a period of five (5) year(s) from and after its co •letion and formal acceptance by the •ity Council. The following limitations shall ap• to this Project: Specified Start Date: August 9, 2021 c7 .. ,w.., Substantial Completion Date: October 1, 2021 >--4 Final Completion Date: ' tober 31, 2021 c? Liquidated Damages: $5►COO per day -' ern -v *Substantial Completion will be determ ed wh: the road and drivewaac-eopen to trFffic, all storm sewer is installed and funct �nin•, and the rip-rap along:.the Iowa River is installed. Remaining minor work will incl - seeding, site clean-up and punch-list items. The Project Manual may be examined at the off e o the City Clerk. Copies thereof and blank forms may be secured at Technigraphics, a di ision o' -apids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 5 40, Phone. 319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800) 779-0093. If City -II is closed to . e public due to the health and safety concerns from COVID-19, copies are - 'ailable by telepho g the City Clerk at (319) 356-5043 or emailing kellie-fruehlin. • iowa-ci A $20 fee is required for each --t of the Project Manual provide• to bidders or other interested persons. The fee shall be in e form of a check, made payable to 'e City of Iowa City. The fee is refundable if returned w' in 14 days of award of the project b ity Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515) 239-1422. Bidders shall list on the 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0100 — Page 2 of 3 technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK co C - . 1 .�� -p rn x cD Lower City Park And Kimball Road Storm Sewer Improvement Project 0100— Page 3 of 3 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT 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 Lower City Park And Kimball Road Storm Sewer Improvement in said city at 6:00 p.m. on the 15th day of June, 2021, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-6 =" 19, the council meeting will be an electronic meeting usingt? (a- the Zoom Meetings. For information on how to participate- in the electronic meeting, see www.icqov.orq/councildocs or�,�_) — ! telephone the City Clerk at(319) 356-5043. ;-<rra7, . n 62 This project includes removal and replacement of PCC paving, storm sewer installation, bank shaping and rip-rap'' . installation along the Iowa River, grading, erosion control and seeding and is located at Lower City Park and Kimball Rd. generally between Dubuque St. and North Gilbert St. 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-fruehlinqiowa-city.orq. 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0110— Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS Lower City Park and Kimball Road Storm Sewer Improvement PROJECT 1. Bid Submittals: a. Time, Date and Location: 3:00 pm, July 13, 2021 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 City Hall is closed to the public 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. 2. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.Iowa.qov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 3. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. - -, c._ 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 dscf+ption of the bid security requirements. 4. Progress and Schedule: > �. a. Contract Times: c� Specified Start Date: August 9, 2021 Substantial Completion Date: October 1, 2021 Final Completion Date: October 31, 2021 Liquidated Damages: $500 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. Lower City Park And Kimball Road Storm Sewer Improvement Project 0200- Page 1 of 2 c. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. Many events are being postponed or cancelled due to the COVID-19 Pandemic. The Contractor should make sure their activities are not impacting community events. iii. No lane closures on Dubuque Street will be allowed during the Iowa Arts Festival, August 13-15. iv. No work shall occur on University of Iowa Home Football game days. 5. 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. 6. 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. FF€3iiew this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete d4sjcription of the insurance requirements. c-< t =-+c-) — r 7. Taxes: r i a. Sales Tax Exemption Certificates will be issued according to Secaon 020, 1`.08 of the Supplemental Specifications. 7 8. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 9. 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. 10. 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. Lower City Park And Kimball Road Storm Sewer Improvement Project 0200- Page 2 of 2 0400 PROPOSAL LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT 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 3). City of Iowa City c,-< . City Hall -=�c-, "- 410 East Washington Street - m m Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the mount 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. Lower City Park And Kimball Road Storm Sewer Improvement Project 0400— Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 Clearing and Grubbing LS 1 2 Topsoil, On-site CY 257.14 3 Topsoil. Off-site CY 128.57 4 Excavation, Class 10 CY 350 5 Subgrade Preparation SY 295 6 Subbase, Modified SY 295 Trench Compaction 7 Testing LS 1 Storm Sewer, 8 Trenched, RCP, 15" LF 53 Storm Sewer, 9 Trenched, RCP, 18" LF 377 Removal of Storm Sewer, less than 36 10 inch LF 295 11 Pipe Apron, RCP, 15" EA 2 12 Pipe Apron, RCP, 18" EA 1 Footings for Concrete 13 Pipe Aprons EA 2 Subdrain, 14 Longitudinal, 6" LF 120 Subdrain Outlet, DR- 15 303, 6" EA 2 Intake, SW-512, 24" 16 DIA EA 2 17 Intake, SW-541 EA 2 Intake, Extension Unit 18 SW-542 EA 2 Connection to Existing 19 Intake EA 1 N 20 Remove Intake EA 1 `ci- Y ( , c 21 Pavement, PCC, 9" SY 100 c-,...co _ Curb and Gutter, PCC, --,(-) cri r 22 1.5 Ft, 6 In. LF 60 =_Crsi -0 Fr PCC Pavement C� X r 23 Samples and Testing LS 1 w 24 Removal of Sidewalk SY 12 25 Removal of Driveway SY 130 Lower City Park And Kimball Road Storm Sewer Improvement Project 0400 — Page 2 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 Clearing and Grubbing LS 1 2 Topsoil, On-site CY 257.14 3 Top .' . Off-site CY 128.57 4 Excavatio lass 10 CY 350 5 Subgrade Prep. •tion SY 295 6 Subbase, Modified SY 295 Trench Compaction 7 Testing LS 1 Storm Sewer, 8 Trenched, RCP, 15" 53 Storm Sewer, 9 Trenched, RCP, 18" LF 377 Removal of Storm Sewer, less than 36 10 inch LF 295 11 Pipe Apron, RCP, 15" EA 2 Footings for Concrete 12 Pipe Aprons EA 2 Subdrain, _ 13 Longitudinal, 6" 120 ' Subdrain Outlet, DR- y j 14 303, 6" EA 2 c� 1 Intake, SW 512, 24" -.<r- 15 DIA EA 2 r i f r ,i 16 Intake,SW-541 EA 2 ' Intake, Extensio nit r 17 SW-542 EA 2 Connection t• xisting 18 Intake EA 1 19 Remo Intake EA 1 20 P ement, PCC, 9" SY 100 urb and Gutter, PCC, 21 1.5 Ft, 6 In. LF 175 PCC Pavement 22 Samples and Testing LS 1 23 Removal of Sidewalk SY 12 24 Removal of Driveway SY 130 25 Sidewalk, PCC, 6" SY 15 Lower City Park And Kimball Road Storm Sewer Improvement Project 0400— Page 2 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 26 Sidewalk, PCC, 6" SY 15 Driveway, Paved, PCC, 27 7" SY 128 28 Pavement Removal SY 100 Curb and Gutter 29 Removal LF 60 Temporary Traffic 30 Control LS 1 Hydraulic Seeding, Seeding, Fertilizing, 31 and Mulching AC 0.32 32 Sod SQ 15 33 SWPPP Management LS 1 34 Filter Sock, 9" LF 150 35 Filter Socks, Removal LF 150 Rip Rap, Class E 36 Revetment TON 2000 37 Silt Fence LF 300 Silt Fence Removal of 38 Sediment LF 300 39 Silt Fence Removal LF 300 Inlet Protection 40 Device, 6" EA 5 41 Mobilization LS 1 Maintenance of Postalerxo 42 Service EA 1 is — z L. Concrete Washout, --: .. 43 Lined LS 1 _fir- CJ7 .r�— • ' TOTAL EXTENDED AMOUNT =. Z$ - x The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Lower City Park And Kimball Road Storm Sewer Improvement Project 0400 — Page 3 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT .veway, Paved, PCC, 26 7" SY 128 27 Pavem- •t Removal SY 100 Curb a Gutter 28 Removal LF 60 Temporary affic 29 Control LS 1 Hydraulic Seeding, Seeding, Fertilizing, 30 and Mulching AC 0.32 31 Watering M L 8o 32 Sod SQ 5 33 SWPPP Management LS 1 34 Filter Sock, 9" LF 150 35 Filter Socks, Removal LF 1 Rip Rap, Class E 36 Revetment TON 2000 37 Silt Fence LF 300 Silt Fence Removal of 38 Sediment 300 39 Silt Fence Removal LF 300 Inlet Protection 40 Device, 6" EA 5 c.) 41 Mobilization LS 1 Concrete Washout, c`)- '= 42 Lined LS 1 r-- TOTAL EXTENDED AMOUNT = z'$ c,J The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Lower City Park And Kimball Road Storm Sewer Improvement Project 0400 — Page 3 of 5 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 NOTE: All subcontractors are subject to approval by City of Iowa City. _.4 :- r— 13. CD Lower City Park And Kimball Road Storm Sewer Improvement Project 0400 — Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company El Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title c�~c r r Fri Es 2-3 z Street Address '• 0 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. Lower City Park And Kimball Road Storm Sewer Improvement Project 0400 — Page 5 of 5 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 0 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). ❑Yes 0 No My company has an office to transact business in Iowa. 0 Yes 0 No My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. 0 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 0 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above,your company qualifies as a resident bidder.Please complete Parts B and D of this form. If you answered"No"to one or more questions above,your company is a non-resident bidder.Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: You may attach additional sheet(s)if needed. To be completed by non-resident bidders A t? "'T" Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: n- —if7 r'►t -0I r*n 1 2. Does your company's home state or foreign country offer preference to bidders who are resi ^s 4 YeJ No 3. If you answered"Yes"to question 2,identify each preference offered by your company's hcge stater 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: Lower City Park And Kimball Road Storm Sewer Improvement Project 0405 - Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ry c'a ❑ 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. r- ❑ Yes ❑ No My business is a limited partnership or a limited liability limited par shi3'whoSe certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limitrtabi r limitegt partnership has received notification from the Iowa Secretary of state that the application for ce ii ate o"f authority has been approved and no notice of cancellation has been filed by the limited partnership r the rrmitedit bility 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. Lower City Park And Kimball Road Storm Sewer Improvement Project 0405 — Page 2 of 2 0410 BID BOND FORM LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Lower City Park And Kimball Road Storm Sewer Improvement 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 provid$the surity, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the t5hgatipns of-said Surety and its security shall in no way be impaired or affected by any extensi6 6 the-time Within which the Owner may accept such Bid or may execute such contract documerttt andhsaid $t rety • 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) Lower City Park And Kimball Road Storm Sewer Improvement Project 0410 - Page 1 of 2 Attach Power-of-Attorney, if applicable r., CD r.- M . - Lower City Park And Kimball Road Storm Sewer Improvement Project 0410 — Page 2 of 2 0500 CONTRACT LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT 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 1st day of June, 2021, for the Lower City Park And Kimball Road Storm Sewer Improvement ("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 constrµartion of said Project. a NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the s, listed in Its Proposal including the total extended amount of $ rri rM which sums are incorporated herein by this reference. C-' . 0 wl .. r 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. Lower City Park And Kimball Road Storm Sewer Improvement 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: c� Signature of City Official Signature of Cor or3:5fficerr m -o T zrt:Q� s x Printed Name of City Official Printed Name of Gontractrr Officer Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk(for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office Lower City Park And Kimball Road Storm Sewer Improvement Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT 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: Cc This project includes removal and replacement of PCC paving, storm sewe 16tallatjon, bank shaping and rip-rap installation along the Iowa River, grading, erosion control 4iid7seang and Is located at Lower City Park and Kimball Rd. generally between Dubuque St. arf3 NV rthiGilbe -.'t. To faithfully perform all the terms and requirements of said Contract with a.. tie theren specified, in a good and workmanlike manner, and in accordance with the Co fact Dacumenfl. It is expressly understood and agreed by the Contractor and Surety in this bond that to 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0510 — Page 1 of 5 by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penalm ofiis bond, provided that all such changes do not, in the aggregate, invo 'an imrease.of more than 20% of the total contract price, and that this bond sha 'then t =released as to such excess increase; and .-.,,c--, — C. To consent without notice that this Bond shall remain in full for_ee'and4fectuntil the Contract is completed, whether completed within the specifieI rntc tt p d, within an extension thereof, or within a period of time after the ca 'rtfact-riod'h s elapsed and the liquidated damage penalty is being chatged against the Contractor. — D. That no provision of this Bond or of any other contract shall be valid that limits to less than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense"would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Lower City Park And Kimball Road Storm Sewer Improvement Project 0510 — Page 2 of 5 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. 1 F-, VC r rn Lower City Park And Kimball Road Storm Sewer Improvement Project 0510 — Page 3 of 5 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney-in-Fact Officer Title of Contractor Officer Printed Name of Attorney-in-Fact Officer Company Name of Attorney-in-Fact Company Address of Attorney-in-Fact City, State, Zip Code of Attorney-in-Fact Telephone Number of Attorney-in-Fact Lower City Park And Kimball Road Storm Sewer Improvement Project 0510 — Page 4 of 5 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. H Crn o f. Lower City Park And Kimball Road Storm Sewer Improvement Project 0510 — Page 5 of 5 FILED 0520 CONTRACT COMPLIANCE ion JUN _ I PM 4: SECTION I - GENERAL POLICY STATEMENT CITY CLERK It is the policy of the City of Iowa City to require equal employment oppcl y(1iIjaW,CMig, 9ntract 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. Lower City Park And Kimball Road Storm Sewer Improvement Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPuANCE • The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptiplitcfL§Agi RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPA'RTIVIENTIPRIOR TO THE EXECUTION OF THE CONTRACT. CITY CLERK IOWA CITY. If14r With respect to the performance of this contract, the contractor, consu tan`f 6 endor 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0520 — Page 2 of 6 5. The undersighed tizire s to display, in conspicuous places at the work site, all posters required by f derdf•aid state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 7 7i JLi - I PH 6. How doesCjibiklt)t.ibii4t currently inform applicants, employees, and recruitment sources (includirbgi ' ica 1 IMOIAare 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0520- Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL14MPLYENT OPPORTUNITIES �- 1. COMPANY POLICY 1011 JUN - PH 4: 4 Determine your company's policy regarding equal employrWinii4p6iitirfts. Document the policy and post it in a conspicuous place so that it is kii&enadirdli 41 mployees. 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 Lower City Park And Kimball Road Storm Sewer Improvement Project 0520— Page 4 of 6 discrimination. ' (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increasItlin. E Opr civersity of your workforce representation. Companies must ma e sure procedures for selecting candidates for promotion, transfer and trainingOwleylvKickMpon a fair assessment of an employee's ability and work recorggl.AVrTiVri30 Acompanies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amlegal.com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. Lower City Park And Kimball Road Storm Sewer Improvement Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of MI JUN -I PM 4: 4 I CITY CLERK This Company and its em toe Vt FITY. IOWA p y p y �I 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. Lower City Park And Kimball Road Storm Sewer Improvement Project 0520— Page 6 of 6 0530 ion juti — I pm I,: t; !WAGE THEFT POLICY It is the policy 9f'jttgeJity Iowa City, as expressed by City Council Resolution No. 15-364 adopted on Ileppler('}t0,f M1, , not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity(including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages,for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter"Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of$25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. 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); Lower City Park And Kimball Road Storm Sewer Improvement 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. Lower City Park And Kimball Road Storm Sewer Improvement Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. 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 ?-C1 Lower City Park And Kimball Road Storm Sewer Improvement 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/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.orq/archived-specifications/. O >- C) •... F-- >-U I S 0 Lower City Park And Kimball Road Storm Sewer Improvement 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://iowasudas.orq/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. • a .."4' U O a. w m Lower City Park And Kimball Road Storm Sewer Improvement 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.orq/weblink/0/edoc/1845668/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. Lower City Park And Kimball Road Storm Sewer Improvement Project Page 1 of 1 PLANS N L ,.. >-cs Lower City Park And Kimball Road Storm Sewer Improvement Project Page 1 of 1 FILED 2021 JUN - I PM 4: 3 CITY CLERK IOWA CITY, IOWA ENGINEER'S ESTIMATE June 1, 2021 City Clerk City of Iowa City, Iowa Re: Lower City Park and Kimball Road Storm Sewer Improvement Project Dear City Clerk: The engineer's estimate of probable construction cost for the Scott Boulevard Trunk Sanitary Sewer Extension Project is $250,000.00. Sincerely, ALktAil.4.A. a suciti Melissa A. Clow Special Project Administrator Prepared by:Melissa Clow,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5413 Resolution No. 21-152 Resolution setting a public hearing on June 15, 2021 on project manual and estimate of cost for the construction of the Lower City Park and Kimball Road Storm Sewer Improvement 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 Iowa City Gateway account#S3809. 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 15th day of June, 2021, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. City Hall is currently closed to the public because of the coronavirus. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. 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 1st day of June , 2021 A,Lik-Sns) Approve. • Attest: 77.1; City lerk City Attorney's Office—05/27/2021 It was moved by Thomas 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 r CA o Lower- C;t 3 Pour1� �� , $,�vnbc�,t�� a Ai- Pt ► PRESS-CITIZEN MEDIA +orm � 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 Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0004765524 6/7/21 06/07/2021 $48.09 Copy of Advertisement Exhibit"A" Subscribed d sworn to before me by said a nt this 7 day of J ne, 2021 Notary Public Commission expires KATHLEEN ALLEN Notary Public State of Wisconsin 0,,g et a 40 )- NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE LOWER CITY PARK AND KIMBALL ROAD STORM SEWER IMPROVEMENT 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 Protect Manual, including the plans, specifications, Contract, and estimated cost for the construction of the Lower City Park And Kimball Road Storm Sewer Improvement in said city at 6:00 p.m.on the 15th day of June,2021, said meeting to be held in the Emma J. Harvest Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Hall is closed to the public 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. This project Includes removal and replacement of PCC paving,storm sewer installation bank shaping and rip-rap installation along the Iowa River, grading, erosion control and seeding and is located at Lower City Park and Kimball Rd. generally between Dubuque St.and North Gilbert St. 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 emolling kel l ie-f ruehl ing®iowa-city.org. Any interested persons may appear at said meeting of the City Council for the purpose of making obiections 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 low. Kellie K.Fruehling,City Clerk