Loading...
HomeMy Public PortalAboutResolution 2019-62, Appoving Plans & Specifications & Solicit Bids For Havens Acres Roadway Rehabilation Project RESOLUTION NO. 2019-62 RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND TO SOLICIT BIDS FOR THE HAVENS ACRES ROADWAY REHABILATION PROJECT FOR THE CITY OF RIVERDALE, IOWA . WHEREAS, the City Council of the City of Riverdale ("City") authorized its Engineer MSA Professional Services ("MSA") to prepare plans and specifications for bid for certain improvements to streets in Havens' Acres Subdivision; and, WHEREAS, MSA has provided plans and specifications prepared November 27, 2019. NOW THEREFORE, BE IT RESOLVED, BY THE CITY COUNCIL OF THE CITY OF RIVERDALE, SCOTT COUNTY, IN THE STATE OF IOWA: Section 1. That the plans entitled "Havens Acres Roadway Rehabilitation (South Kensington Street and Wisteria Lane)", project no. 10876057, specifications prepared November 27, 2019 are hereby approved. Section 2. That MSA shall publish, advertise, solicit bids and prepare a bid tabulation for said project for future Council consideration; and, Section 3. That the Mayor shall authorize and City Clerk attest orders for MSA to proceed as stated herein. PASSED AND APPROVED this 10th day of December, 2019. Mi ael Bawden, . or ATTEST: Yk444/. ./ta4,1 ad) 34.1)4") Mary'Frances Blevins, City Clerk Prepared by: Tim Long December 5, 2019 HAVENS ACRES ROADWAY REHABUTAT1ON (SOUTH KENSINGTON STREET & WISTERIA LANE) CITY OF RIVERDALE SCOTT COUNTY, IOWA SHEET INDEX LEGEND UTILITIES GENERAL SHEETS(Al EXISTING WATER MAIN Al TITLE SHEET ----•-. EXISTING GATE VALVE t HYDRANT GAS&ELECTRIC: =1.111.1111111....1 'd WATER SERVICE t CURB STOP MIDAMERICAN GAS COMPANY Mill■■ ■■ 1. —CROSS SECTION SHEETS(B( •--w---( PROPOSED WATERM N VALVE,&HYDRANT DUNE HIRL �...M..IMI♦L B2 EXISTING CROSS SECTIONS (309)793-3615 ` ...1+ B2 PROPOSED SECTIONS —e EXISTNGED SANITARRER SERVICE SEWER VE&CURB 6 MANHOLE°P DHMIRLOMIDAMERICAN.COM ��1�1��1f1i1� B3-B6 ROADWAY DETAILS —.-- ' ••■•••••�� QUANTITIES AND GENERAL INFORMATION(C —w— EXISTING FORCEMAIN TELEPHONE: _~tunit'■■�r Cl GENERAL NOTES.6 QUANTITIES --O FASTING STORM SEWERBISLET CENTRAL SCOTT TELEPHONE ammo m __ RICK BILLUPS PROPOSED STORM SEWER.INLET MM�MM PROJECT LOCATION: RCK 2135-9611IU••••U•IMIIe SCOTT COUNTY,IOWA DEMOLITION SHEETS(D( PROPOSED STORM SEWER a MANHOLE RICK19lCS fECH.COM \\ D1-02 SOUTH KENSINGTON STREET DEMOLITION PROPOSED SANITARY SEWER 6 MANHOLE D3 WISTERIA LANE DEMOLITION —.— BURIED ELECTRIC WATER. IOWA AMERICAN WATER COMPANY RESTORATION SHEETS(E( —. BURIED GAS 6 VALVE DAVID KULL Et-E2 SOUTH KENSINGTON STREET RESTORATION —„— BURIED CABLE TELEVISION (563)468-9225 ET WISTERIA LANE RESTORATION —r— BURIED TELEPHONE DAVID.KULL@AMWATER.COM _ - —'O— BURIED FIBER OPTICS INTERNET: t -I - ---- - OVERHEAD UTILITY CENTURY LINK RAILROAD TRACKS TOM STURMER EXISTING CURB a GUTTER THOMAS.STURMEReCENTURYLINK.COM PROPOSED CURB&GUTTER , 4 / ——— FASTING SIDEWALK PROPOSED SIDEWALK NOT FOR CONSTRUCTION - PROJECT LOCATION EXISTING CULVERT PIPE ,gip .- '\ t I PROPOSED CULVERT PIPE —1 A• �- `--_-_ FENCE LINE • __ .��,}},, 40. DRAINAGE ARROW `_"A - J9! - �� SILT FENCE '• 'O�� _ $ —— RIGHT-OF-WAY CALL , a u^M• Y 6 / ____ BASELINE ONE ® ,m M 6�� PROPERTY LINE • : rwrv-Y.' TREE UNE ' BENCHMARK o IRON PIPE 1-800-292-8989 jt • • IRON ROD www.tawounecall.com -7,7 • CONTROL POINT A I .0. ` • UTIUTY POLE&GUY I HEREBY CERTIFY 11.51 THIS ENOANEENING DOCUMENT WAS PREP-..D by ME B SOIL BORING OR UNDER MY DIRECT PERSONA/ SUPS NVISIUN AND 14461 I AM A: ILY " ' LIGHT POLE UCENSED PROFESSIONAL ENUINER U11UDH THE LAWS OF THE SG-.. 0H _ IOWA. • 6 PEDESTAL .' STREET SIGN- SIGNATURE: DATE: -- MAILBOX LOCATION MAP a FLAGPOLE NOME:CHRISTIAN ROBERT COOPER.PL. NOT TO SCALE a TREE-DECIDUOUS UCENE NUMBER:P23729 TREE-CONIFEROUS MY LICENSE RENEWAL DATE IS DECEMBER 31,2019 CONS MN umwax UTIUTY LOCATIONS SHOWN ON PLANS ARE APPROXIMATE AND CONTRACTOR X TREE TO BE REMOVED PAGES OR SHEETS CU,rEREO 9T THrS SEAL:ALL SHALL HAVE APPROPRIATE UTILITY MARK EXACT LOCATIONS PRIOR TO CONSTRUCTION. "' .IIDOI M(.wif[NMISURVEYING HAVENS ACRES ROADWAY REHABILITATION RdE MSA R 11ING 17 Stay NA„Nncl/nnxanm/nru CITY OF RIVERDALE TITLE SHEET IUtl/6U�7 .�mo+re.w....w,.w..�w.n.AID:uww o„w,w,w,mwr,wnc..,�.,om..,..,,wrewrc.,..r.,,,a _ 'IX3IY .I------.. SCOTT COUNTY,IOWA AIS. DATE COMPLETED: 11/27/2019 CITY OF RIVERDALE - HAVENS ACRES ROADWAY REHABILITATION SOUTH KENSINGTON AND WISTERIA LOCATION ESTIMATE YEAR: 2019 CONSTRUCTION YEAR: 2020 • • L1i .. .:a a'^xEi^r r .., Y % 7 ° us'4°1te' u' t a fr i .11 v r General 1 Traffic Maintenance-SUDAS 8030.104 1 LS $2,000.00 $2,000.00 2 Traffic Maintenance-TC 419 1 LS $3,000.00 $3,000.00 3 Sawcut Breakout Line 602 LF $3.00 $1,806.00 4 Sawcut Curb Cut 466.4 LF $35.00 $16,324.00 5 Sawcut Curb and Gutter 8 LF $10.00 $80.00 6 Remove Curb and Gutter 16 LF $20.00 $320.00 7 Driveway Pavement Removal 286 SY $14.00 $4,004.00 8 Pavement Removal, Milling-1.75" 5,000 SY $5.80 $29,000.00 9 Pavement Removal,Milling-2.0" 196 SY $6.00 $1,176.00 10 Grind Butt Joint 165 LF $2.00 $330.00 11 Curb and Gutter,Special 15 LF $55.00 $880.00 12 PCC Driveway,6" 217 SY $57.00 $12,369.00 13 Furnish Manhole Castings,SW-601 8 EA $800.00 $6,400.00 14 Exterior Chimney Seal 8 EA $1,000.00 $8,000.00 15 Granular Subbase, 10" 91 TON $30.00 $2,730.00 16 Granular Subbase,6" 77 TON $30.00 $2,310.00 17 Class 13 Excavation 23 CY $20.00 $460.00 18 Class 10 Excavation 102 CY $12.00 $1,220.40 19 Valve Box Adjustment Riser, 1" 1 EA $150.00 $150.00 20 Valve Box Adjustment Riser,4" 1 EA $200.00 $200.00 21 Water Meter Box Modified 3 EA $800.00 $2,400.00 22 Schedule 80 PVC,6" 206 LF $25.00 $5,150.00 23 PVC Assembly 3 EA $200.00 $600.00 24 Connect Drainline to Structure 3 EA $1,600.00 $4,800.00 25 Area Intake with Grate,2'Dia. 1 EA $2,000.00 $2,000.00 26 Intake Top Removal 6 EA $250.00 $1,500.00 27 Intake Tops 170 SF $40.00 $6,800.00 28 Class I or Class II Backfill 64 TON $30.00 $1,920.00 29 Asphalt Overlay Fabric 5,000 SY $4.50 $22,500.00 30 HMA LT Surface, 1/2"PG 58-28S 650 TON $90.00 $58,500.00 31 Tackcoat 1,150 GAL $3.00 $3,450.00 32 Offiste Topsoil 120 SY $3.00 $360.00 33 Type 1 Seed Mixture 135 SY $2.00 $270.00 34 Mobilization 1 LS $10,000.00 $10,000.00 CONSTRUCTION SUBTOTAL $213,009 Inflation 2% per year $4,260 CONSTRUCTION SUBTOTAL( 2020 ) $217,270 Contingency 5% $10,900 Design Engineering&Bidding 0% $0 Construction Engineering 0% $0 *estimate does not include grant administrative costs a G.\10\10876\10876057\Calculations\10876057 191126 Opinion of Probable Construction Cost M A DATE COMPLETED: 11/27/2019 CITY OF RIVERDALE - HAVENS ACRES ROADWAY REHABILITATION SOUTH KENSINGTON AND WISTERIA LOCATION ESTIMATE YEAR: 2019 CONSTRUCTION YEAR: 2020 R _ a )l.l ._, it. a:l, i', I c General 1 Traffic Maintenance-SUDAS 8030.104 1 LS $2,000.00 $2,000.00 2 Traffic Maintenance-TC 419 1 LS $3,000.00 $3,000.00 3 Sawcut Breakout Line 602 LF $3.00 $1,806.00 4 Sawcut Curb Cut 466.4 LF $35.00 $16,324.00 5 Sawcut Curb and Gutter 8 LF $10.00 $80.00 6 Remove Curb and Gutter 16 LF $20.00 $320.00 7 Driveway Pavement Removal 286 SY $14.00 $4,004.00 8 Pavement Removal, Milling-1.75" 5,000 SY $5.80 $29,000.00 9 Pavement Removal,Milling-2.0" 196 SY $6.00 $1,176.00 10 Grind Butt Joint 165 LF $2.00 $330.00 11 Curb and Gutter,Special 16 LF $55.00 $880.00 12 PCC Driveway,6" 217 SY $57.00 $12,369.00 13 Furnish Manhole Castings,SW-601 8 EA $800.00 $6,400.00 14 Exterior Chimney Seal 8 EA $1,000.00 $8,000.00 15 Granular Subbase, 10" 91 TON $30.00 $2,730.00 16 Granular Subbase,6" 77 TON $30.00 $2,310.00 17 Class 13 Excavation 23 CY $20.00 $460.00 18 Class 10 Excavation 102 CY $12.00 $1,220.40 19 Valve Box Adjustment Riser, 1" 1 EA $150.00 $150.00 20 Valve Box Adjustment Riser,4" 1 EA $200.00 $200.00 21 Water Meter Box Modified 3 EA $800.00 $2,400.00 22 Schedule 80 PVC,6" 206 LF $25.00 $5,150.00 23 PVC Assembly 3 EA $200.00 $600.00 24 Connect Drainline to Structure 3 EA $1,600.00 $4,800.00 25 Area Intake with Grate,2'Dia. 1 EA $2,000.00 $2,000.00 26 Intake Top Removal 6 EA $250.00 $1,500.00 27 Intake Tops 170 SF $40.00 $6,800.00 28 Class I or Class II Backfill 64 TON $30.00 $1,920.00 29 Asphalt Overlay Fabric 5,000 SY $4.50 $22,500.00 30 HMA LT Surface, 1/2"PG 58-28S 650 TON $90.00 $58,500.00 31 Tackcoat 1,150 GAL $3.00 $3,450.00 32 Offiste Topsoil 120 SY $3.00 $360.00 33 Type 1 Seed Mixture 135 SY $2.00 $270.00 34 Mobilization 1 LS $10,000.00 $10,000.00 CONSTRUCTION SUBTOTAL $213,009 Inflation 2% per year $4,260 CONSTRUCTION SUBTOTAL( 2020 ) $217,270 Contingency 5% $10,900 Design Engineering&Bidding 0% $0 Construction Engineering 0% $0 'estimate does not include grant administrative costs G:\10\10876\10876057\Calculations\10876057 191126 Opinion of Probable Construction Cost a NI S A RIVERDALE SUPPLEMENTAL SPECIFICATIONS TO SUDAS, 2019 EDITION Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Unless noted otherwise, the specifications for this project are SUDAS —2019 Edition, except as amended by these Supplemental Specifications. References to "Standard Specifications" refer SUDAS —2019 Edition". References to drawing standards refer to SUDAS — 2019 Edition. Pay Item 1: Traffic Maintenance—SUDAS 8030.104 Traffic Control shall consist of lane closures for locations were Contractor equipment is stored, areas of operation, areas where manhole lids need to remain removed from the manhole, and areas of excavation, areas of pavement repair areas of milling, and areas of paving. It is expected the number of lane closures will be controlled by the Contractor. The Contractor has the freedom to modify this drawing standard to match the location and extent of planned work. This pay item is for the total number of lane closures required and is therefore, a lump sum item, rather than payment for each lane closure. Sign installation, location, advance warning, etc., shall conform to the applicable portions of SUDAS Section 8030—Temporary Traffic Control. This work will be paid at the contract unit price per lump sum for TRAFFIC CONTROL SUDAS 8030.104, for all the lane closures on local roads required by the Contractor. Pay Item 2: Traffic Maintenance—TC 419 Traffic Control shall consist of the right lane closure for east-bound State Street for pavement removal and paving operations. The Contractor shall abide by the requirements of the permit (#82A-2019-034). It is expected the right lane of east-bound State Street will be closed just prior to demolition work beginning on the Kensington Street Work. This lane will not open again until paving operations are complete in this area. This pay item is for one lane closure for the length of time required by the Contractor to complete the work on this portion of Kensington Street. This work will be paid at the contract unit price per lumps sum for TRAFFIC CONTROL TC 419. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Pay Item 3 Sawcut Breakout Line Sawcut Breakout Line shall conform to Section 7040— Pavement Rehabilitation, subpart 3.02.A. This specification shall be used for all pavement and driveway sawcuts. Sawcuts shall be the full depth of the HMA or PCC pavement. No adjustment for sawcut depth or materials will be made. The sawcut length shall be measured as only that necessary to create a clean edge for a butt joint. This work will be paid at the contract unit price per lineal foot for SAWCUT BREAKOUT LINE. Pay Item 4 Sawcut Curb Cut The sawcut curb cut shall provide for a 0.5 inch rise between the gutter elevation and the road side edge of the curb cut. The elevation of the house side edge of the curb cut may vary from 0.5 inch above the gutter elevation to 1.5 inch above the gutter elevation. The curb cut shall be made with a truck or rail mounted large diameter saw designed specifically for this use. The "cut and snap"method is not allowed. The curb cut shall be initiated at the backside of the curb and progress towards the street. The cut off portion of curb may be buried behind the existing curb and gutter. The specified width of the curb cut is intended to be one foot wider than the existing driveway. Six inches on either side of the driveway the existing curb shall be cut at a taper so that the cut top of curb rises from the elevation specified in the first paragraph to the existing top of curb. If the existing concrete curb is damaged as a result of these operations, replacement of the curb shall be at the Contractor's expense. However, if the existing concrete is found to be in poor condition, or was previously cracked. The replacement of the curb will be processed as a change order to the project. This work will be paid at the contract unit price per lineal foot for SAWCUT CURB CUT. Project#10876057 Supplemental Specifications 2019 MSA Professional Services,Inc. Pay Item 5 Sawcut Curb and Gutter Sawcut curb and gutter shall be performed, in accordance to the applicable portions of Section 7040— Pavement Rehabilitation, Curb and Gutter Removal, of SUDAS, Article 3.09. Sawcut curb and gutter will be measured and paid at the contract unit price per lineal foot for SAWCUT CURB AND GUTTER. Pay Item 6 Remove Curb and Gutter Remove curb and gutter shall be performed, measured, and paid for in accordance to the applicable portions of Section 7040—Pavement Rehabilitation, Curb and Gutter Removal, of SUDAS. Pay Item 7 Driveway Pavement Removal This item is for the removal of the pavement surface. The removal of the aggregate base and sub-base material beneath the driveway paid surface will be measured and paid for as Class 10 Excavation (Pay Item 18). This item is intended to cover the removal of both HMA and PCC pavement. Driveway pavement removal shall be performed, measured, and paid for in accordance to the applicable portions of Section 7030—Sidewalks, Shared Use Paths, and Driveways, Removal of Sidewalk, Shared Use Path, or Driveway, of SUDAS. Pay Item 8 Pay Item 9 Pavement Removal, Milling - 1.75" Pavement Removal, Milling -2.0" The purpose of milling the pavement 1.75 inches deep is so that the construction of a 2-inch thick surface course will result in the elevation of the new roadway pavement to match or be greater than the gutter flag elevation by no greater than '/4 inch. Project#10876057 Supplemental Specifications 0 2019 MSA Professional Services,Inc. Pavement removal shall be performed, measured, and paid for in accordance to the applicable portions of Section 7040 — Pavement Rehabilitation. Milling, of SUDAS of the thickness indicated. Pay Item 10 Grind Butt Joint Grinding a butt joint is intended to use the milling process to create a butt joint between new pavement and existing pavement rather than utilizing a sawcut breakout line. The butt joint shall be near vertical and shall be 2 inches in depth. The butt joint shall be constructed in the pavement on Sycamore Lane that is more recent in age than that on Kensington Road. The butt joint on State Street shall be constructed in the newer overlay pavement on State Street. This work will be paid at the contract unit price per lineal foot for GRIND BUTT JOINT. Pay Item 11 Curb and Gutter, Special The shape of the curb and gutter shall be hand formed to conform to the cross section detail in the plans. The Contractor shall provide a concrete washout. Providing a concrete washout shall be considered incidental to Pay Item 11. New curb and gutter shall be doweled into adjacent curb and gutter. Furnishing and installing dowels shall be considered incidental to Pay Item 11. Curb and gutter shall be performed, measured, and paid for in accordance with the applicable portions of Section 7010 Portland Cement Concrete Pavement, Curb and Gutter, of SUDAS. Pay Item 12 PCC Driveway, 6" The thickness of new PCC driveway aprons shall be 6-inches. If the new PCC driveway apron replaces a portion of a PCC driveway, a one half inch(1/2") by 6" wide expansion joint shall be placed for the full driveway apron width between the new driveway apron and the back of curb. The cost of the expansion joint shall be included in the Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. unit cost of the PCC Driveway, 6". If the new PCC driveway apron replaces a portion of a HMA or a gravel driveway, the installation of the expansion joint is not required. Where new concrete abuts existing concrete in PCC driveways, the joint shall be troweled After the concrete has cured, the joing shall be filled with joint sealant material conforming to Section 7010, Portland Cement Concrete Pavement, Part 2.01m subpart L of SUDAS. No joint treatment is required if the new concrete apron replaces a portion of an HMA or gravel driveway. The elevation of the PCC driveway apron adjacent to the sawcut curb cut shall match the elevation on the house side of the sawcut curb cut. The Contractor shall provide a concrete washout. Providing a concrete washout shall be considered incidental to Pay Item 12. PCC Driveway, 6" will be performed, measured, and paid for in accordance with the applicable portions of Section 7030—Sidewalks, Shared Use Paths, and Driveways, Driveways of SUDAS. Pay Item 13 Furnish Manhole Castings, SW-601 This work shall consist of furnishing sanitary manhole casting and adjustment rings that conform to the applicable portions of SUDAS Section 6010—Structures for Sanitary and Storm Manholes. This work is for the furnishing of the specified manhole frame, the associated specified manhole lid, and adjustment rings as a combined unit. This work will be paid at the contract unit price per each for FURNISH SANITARY MANHOLE CASTINGS, SW-601. Pay Item 14 Exterior Chimney Seal This section includes the materials and procedures required to provide the external pipe sealing of riser donuts and manhole frames in precast concrete manholes. The sealing shall be accomplished via the installation of an external wrap sealing system. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. For precast manholes an external chimney sealing system, meeting the requirements of this specification shall be used to seal the chimney section of manholes. Definitions A. Joints—the interface between doughnut risers, the conical manhole section, and the frame. B. Chimney Joint Sealing—The means of sealing a leaking or a defective interface in the manhole chimney by the installation of an external mechanical sealing system which bridges the joint to prevent infiltration. C. Approved Equal—A product that matches or exceeds the specified material, performance, and design life and is approved by ENGINEER. System Description A. The internal joint sealing system selected shall be designed to have a minimum 50-year design life. B. The external chimney seal shall prevent infiltration into the manhole at the many interfaces in the manhole chimney. An external chimney seal is required regardless of evidence or lack of evidence of previous leaks at the interfaces. Submittals A. The Contractor shall submit manufacturer's information that demonstrates the proposed product meets the requirement of the system description and the external chimney seal system. Acceptance Testing A. Manhole chimney sealing shall be visually inspected after installation for proper complete adhesion and proper positioning of the wrap to seal all interfaces, beginning at the manhole conical section/first doughnut riser interface to the frame/doughnut riser interface. There shall be no areas where adhesion is not complete or lose. Any observed void or incomplete adhesion of the wrap shall be considered having to fail acceptance testing and the chimney seal shall be reworked and inspected at no additional expense to the OWNER. Because these manholes that are to be sealed are existing and active, additional testing that includes vacuum testing or exfiltration testing is not feasible. Each and every manhole chimney that is sealed shall be visually inspected. Products External Chimney Seal System A. An external chimney joint seal system shall consist of wrapping the manhole chimney with an external rubber sleeve. The sleeve shall be made of stretchable, self-shrinking, intra-curing halogenated based rubber with a minimum thickness of Project#10876057 Supplemental Specifications 2019 MSA Professional Services,Inc. 30 mils. The backside of each unit shall be coated with a cross-linked reinforced butyl adhesive. The butyl adhesive shall be a non-hardening sealant. with a minimum thickness of 30 mils. The seal shall be designed to stretch around the chimney and overlap the previous placed seal in a shingle type installation. The application shall form a continuous rubber seal that applies inward pressure on the protected chimney for the life of the application. The first application of the seal shall effectively seal the interface between the manhole conical section and the first doughnut riser. The last application of the seal shall effectively seal the interface between the top doughnut section and the manhole frame. The last application of the seal shall be trimmed in such a manner as to fit and overlap the manhole flange, including the manhole flange reinforcement tabs. The seal wrap width may be 9 or 12 inches. Preparation A. The Contractor shall use pressure washing, scrubbing, wire brushing, and/or compressed air to clean the exterior of the existing manhole chimney. The surface of the exterior manhole chimney shall be free of loose dirt, deteriorated mortar, and old mastic or sealant. Prior to applying the rubber seal,the exterior of the manhole chimney shall be dry. Repair Mortar A. If the manhole chimney material has flaws in the concrete that will prevent effective sealing, the flaws shall repaired with mortar, or the doughnut rings shall be replaced. Repair mortar shall be a single component, ready to use with water, high strength, non-shrink polymer modified cementitious patching mortar designed for horizontal, vertical, and overhead use. Repair mortar shall not contain calcium chloride, added gypsum, metallic particle, lime, or high alumina cements. Compressive strength shall conform to ASTM C-109 7 day strength of at least 4000 psi. Flexural Strength shall conform to ASTM C-348 7-day strength of at least 700 psi Execution General A. Maintain manhole service throughout the duration of the project. B Provide 48 hours advance notice to ENGINEER prior to start of work. Qualifications A. The Contractor shall demonstrate during the bidding process that they have a successful history of sanitary manhole installations. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Installation A All work to be performed shall be in strict conformance to these specifications and manufacturer's requirements. B. The Contractor is responsible for verifying the height and outer diameter of each manhole chimney to be sealed. C. The Contractor shall inspect each manhole chimney to be sealed. If concrete repairs are required prior to sealing,those repairs shall be made as necessary. If repairs are not feasible,the chimney doughnut risers shall be replaced. Uneven interfaces may be leveled and smoothed with repair mortar. D. The Contractor shall inspect the concrete surface of the exterior of the manhole chimney for scale, mineral deposits, debris, dirt, asphalt, or concrete imperfections that would interfere with the successful installation of the seal. The Contractor shall be responsible to ensure all surfaces under the sealing area behind the sealing bands are clean, reasonably smooth, and free of any defects that would prevent the rubber sleeve from achieving a watertight seal. Repair mortar meeting the specified requirements shall be used to repair any defects and provide an adequate surface for the sleeve to compress against. Measurement and Payment The External Chimney Seal shall be paid at the contract unit price bid per manhole chimney. The unit cost shall include the cost of furnishing and installing an external rubber wrap, all necessary surface preparation work, the removal of the existing frame and lid, if necessary, the removal of existing adjustment rings, if necessary, the addition of new adjustment rings, and the installation of the new manhole fame and lid. Exterior chimney seals shall be furnished, installed, and paid for in conformance to the Specification for Exterior Chimney Seal included in this Technical Specification Section. This work shall include the labor and equipment necessary to expose the existing manhole chimney, except that pavement removal will be paid as part of Item 17. This work will be paid at the contract unit price per each for EXTERIOR CHIMNEY SEAL. Pay Item 15 Pay Item 16 Granular Subbase, 10" Granular Subbase, 6" The Contractor shall furnish and install granular subbase in the compacted thickness specified to be placed beneath new HMA driveway pavement, new PCC driveway pavement, and beneath new HMA roadway pavement. The thickness of the granular subbase beneath new HMA Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. driveway and roadway pavement shall be 10 inches thick, compacted. The thickness of granular subbase beneath new PCC driveway and curb and gutter shall be 6 inches thick, compacted. If the quality of the existing granular subbase is acceptable and the Contractor can extract it without contaminating it with other material, the Contractor may reuse this material with no deduction in the cost of furnishing and installing imported granular subbase. If this is the case, then plan quantity will be utilized for that driveway. Subbase shall be furnished, installed, measured, and paid for in accordance to the applicable portions of Section 2010—Earthwork, Subgrade, and Subbase, Subbase of SUDAS of the thickness indicated. Item 17 Class 13 Excavation Excavation of roadway pavement shall be considered Class 13 Excavation. Class 13 excavation will be performed, measured, and paid for in accordance with the applicable portions of Section 2010 Earthwork, Subgrade, and Subbase, of SUDAS. Item 18 Class 10 Excavation Excavation for earth shall be performed, measured, and paid for in accordance with the applicable portions of Section 2010—Earthwork, Subgrade, and Subbase, Class 10 Excavation, of SUDAS. Item 19 Item 20 Valve Box Adjustment Riser, 1" Valve Box Adjustment Riser, 4" This work shall include the furnishing and installation of a valve box riser that fit the existing associated valve box, in the existing pavement. This work will be paid at the contract unit price per each for VALVE BOX ADJUSTMENT RISER of the height indicated. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. • Item 21 Water Meter Box, Modified The Contractor shall furnish and install a water meter box of sufficient size to house a home owner connection to a PVC assembly to convey residential sump pump discharge to the storm sewer system. This shall be the Sump Pump Discharge Receptacle. The Contractor shall furnish and install sheet extruded polystyrene (Styrofoam) to cover holes in the water meter box that will be placed below grade. The Contractor shall furnish and install two layers of geotextile fabric to line the bottom of the water meter box installed to the elevation indicated. The top of the water meter box shall be removable. The aggregate material shall be Iowa Department of Transportation gradation number 2, 3, 4, Or 20. This work shall be paid at the contract unit price for each WATER METER BOX, MODIFIED. Item 22 Schedule 80 PVC, 6" This work includes the furnishing and installation of 6-inchd diameter Schedule 80 PVC to be a drain line. All fittings and adapters are included. This work shall be performed, measured, and paid for in accordance with the applicable portions of Section 4020— Storm Sewers of SUDAS. Item 23 PVC Assembly This work includes the furnishing, assembly, and installation of Schedule 80 PVC that will be housed in the Water Meter Box, Modified (aka Sump Pump Discharge Receptacle). This shall include, at minimum, a 6-inch through tee with a threaded cap on one end. The "out" side of the tee shall be 4-inch diameter. The location of the PVC assembly inside the sump pump receptacle shall be such that a straight piece of pipe can be placed inside the 4-inch diameter"out" side of the tee and it will align to fit in the holes in the water meter box without forcing the fit or flexing the piece of pipe. Project#10876057 Supplemental Specifications 2019 MSA Professional Services,Inc. This work will be paid at the contract unit price for each PVC ASEMBLY. Item 24 Connect Drainline to Ext's Structure This work shall include core sawing or sawcutting an opening in the existing storm sewer structure to connect Item 22 to as a discharge point for storm water conveyed by Item 22. The annular space between Item 22 and the cut opening in the storm sewer structure shall be patched with non-shrink grout for the full thickness of the wall of the structure in which the opening is created. This work will be paid at the contract unit price for each CONNECT DRAINLINE TO EXT'G STRUCTURE. Item 25 Area Intake with Grate,2' Dia. This item shall be furnished and installed in accordance to Section 6010— Structures for Sanitary and Storm Sewers, Circular Area Intake, D2 = 24 inches. This item will be measured and paid for in accordance with the applicable portions of Section 6010— Structures for Sanitary and Storm Structures of SUDAS. Item 26 Intake Top Removal This work shall include the removal of the tops on single open throat curb intakes, both large box and small box, as indicated on the plans. The means required to separate the top from the structure to remain shall be included as part of the work necessary to free or separate the top from the structure. The Contractor shall be responsible for any damage to any portion of the intake structure that is to remain. The Contractor shall dispose of the existing intake tops offsite in a legal manner. This work will be paid at the contract unit price for each INTAKE TOP REMOVAL. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Item 27 Intake Tops This work shall include the furnishing intake tops for single open throat curb intakes, for both large box and small box. Reinforcement and access casting shall be per SUDAS details SW-507 and SW-508. The top is not required to have a key on the underside that will fit into the existing intake wall. If the existing intake wall has a key area to match with an intake top, the void shall be filled with non-shrink grout or mortar that is part of the mortar bed placed to connect the new top of the intake to the existing intake walls. The top of the walls of the existing structure shall be leveled and brought to a grade to accommodate the new top and maintain a throat opening width of not less than 4 inches from the existing gutter line. Mortar shall be placed on the leveled wall and the intake top shall be placed on a mortar bed. The nose of the new intake top shall extend no further beyond the existing roadside top of curb. If the new intake top has dimensions such that it does not blend well with the existing curb, then the nose of the new intake top shall be set back a minimum of 1 inch from the roadside top of curb. The intake top length shall be measured from the exterior edge to the exterior edge. The intake top width shall be measured from the exterior nose to the exterior edge. However, no portion of the intake top that extends beyond two inches of the wall exterior of the existing intake shall be counted for measurement. This work will be paid at the contract unit price per measured square foot for INTAKE TOPS. Item 28 Class I or Class II Backfill This work shall include the furnishing of, placing of, and compacting of backfill material. This item will be performed, measured, and paid for in accordance with the applicable portions of Section 3010—Trench Excavation and Backfill of SUDAS. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Item 29 AsphaltOverlay Fabric The area which the asphalt overlay fabric will be applied shall be clean of dust and dirt. The fabric shall not be applied to damp surfaces. The fabric shall not be applied when the air temperature is less than 60 degrees or greater than 80 degrees. Fabric overlap shall be a minimum of 4 inches. Equipment shall not turn on the fabric This work includes the furnishing of and the installation of Asphalt Overlay Fabrics in conformance to Article 4196.01 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. Portions where one layer of asphalt overlay fabric overlaps another layer of asphalt overlay fabric will only be measured and count as one layer of asphalt overlay fabric. This work shall be measured and paid for per square yard of ASPHALT OVERLAY FABRIC. Item 30 HMA LT Surface, 1V2" PG 58-28S The HMA mix and placement of shall conform to the applicable portions Section 2303 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. This work will be performed, measured, and paid for per ton of HMA LT Surface, Y2" PG 58- 28S per Section 7021 Hot Mix Asphalt Overlays of SUDAS. Item 31 Tackcoat. Tackcoat material shall conform to Section 2303.02, Part E, subpart 1 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The application rate for areas where asphalt overlay fabric is not installed shall be 0.06 gallon per square yard. In this case, the application of the tackcoat is incidental to the construction of the HMA overlay. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. The application rate for areas where asphalt overlay fabric is installed shall be 0.23 gallon per square yard. In this case, the tack coat shall be applied immediately prior to placing the asphalt overlay fabric. This work will be measured and paid for per gallon for TACKCOAT. Item 32 Off-Site Topsoil Off-site topsoil shall be used to place on areas disturbed by the work for Items 21, 22, 24, 25, 26, and 27. Topsoil shall be placed to a depth of 4 inches. Topsoil shall conform to Section 2010—Earthwork, Subgrade, and Subbase, Topsoil of SUDAS This item will be measured and paid for per square yard for OFF-SITE TOPSOIL. Item 33 Type 1 Seed Mixture Seed shall be furnished and placed in accordance to Section 9010— Seeding of SUDAS. However, fertilization is not required. If seed is applied after September 30, the Contractor, at no cost to the contract, will apply the seed in one of the following operations, at their choice: A. Hydraulically, in conformance to Section 9010, Part 2.07, Subpart B, adding wood cellulose as a hydraulically applied mulch. B. Conventional seeding with hydromulching in conformance with Section 9040— Erosion and Sediment Control, Part 3.21, subpart B. C. Conventional seeding with RECP Type I in conformance with the applicable portions of Section 9040. Seeding shall be applied three feet beyond all areas receiving topsoil. Seeding shall be measured to include these areas. Retainage for seeding shall not be released until a stand of grass at least 2 inches tall with 75 % coverage is established. The retainage may be released if the Contractor agrees to cover the establishment of grass under project warranty. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Seeding will be measured and paid for per square yard of TYPE 1 SEED MIXTURE. Item 32 Mobilization Measurement and payment for mobilization shall conform to Section 11,020 — Mobilization of SUDAS. Project #10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. State Wage Rates and Affidavit of Compliance with 2 Prevailing Wage Rate Determination 3 Project#10876057 Wage Determination ©2019 MSA Professional Services,Inc. 00 73 43-1 Unless noted otherwise, the specifications for this project are SUDAS —2019 Edition, except as amended by these Supplemental Specifications. References to "Standard Specifications" refer SUDAS —2019 Edition". References to drawing standards refer to SUDAS —2019 Edition. Pay Item 1: Traffic Maintenance—SUDAS 8030.104 Traffic Control shall consist of lane closures for locations were Contractor equipment is stored, areas of operation, areas where manhole lids need to remain removed from the manhole, and areas of excavation, areas of pavement repair areas of milling, and areas of paving. It is expected the number of lane closures will be controlled by the Contractor. The Contractor has the freedom to modify this drawing standard to match the location and extent of planned work. This pay item is for the total number of lane closures required and is therefore, a lump sum item, rather than payment for each lane closure. Sign installation, location, advance warning, etc., shall conform to the applicable portions of SUDAS Section 8030—Temporary Traffic Control. This work will be paid at the contract unit price per lump sum for TRAFFIC CONTROL SUDAS 8030.104, for all the lane closures on local roads required by the Contractor. Pay Item 2: Traffic Maintenance—TC 419 Traffic Control shall consist of the right lane closure for east-bound State Street for pavement removal and paving operations. The Contractor shall abide by the requirements of the permit (#82A-2019-034). It is expected the right lane of east-bound State Street will be closed just prior to demolition work beginning on the Kensington Street Work. This lane will not open again until paving operations are complete in this area. This pay item is for one lane closure for the length of time required by the Contractor to complete the work on this portion of Kensington Street. This work will be paid at the contract unit price per lumps sum for TRAFFIC CONTROL TC 419. Project #10876057 Supplemental Specifications 2019 MSA Professional Services,Inc. Pay Item 3 Sawcut Breakout Line Sawcut Breakout Line shall conform to Section 7040—Pavement Rehabilitation, subpart 3.02.A. This specification shall be used for all pavement and driveway sawcuts. Sawcuts shall be the full depth of the HMA or PCC pavement. No adjustment for sawcut depth or materials will be made. The sawcut length shall be measured as only that necessary to create a clean edge for a butt joint. This work will be paid at the contract unit price per lineal foot for SAWCUT BREAKOUT LINE. Pay Item 4 Sawcut Curb Cut The sawcut curb cut shall provide for a 0.5 inch rise between the gutter elevation and the road side edge of the curb cut. The elevation of the house side edge of the curb cut may vary from 0.5 inch above the gutter elevation to 1.5 inch above the gutter elevation. The curb cut shall be made with a truck or rail mounted large diameter saw designed specifically for this use. The "cut and snap" method is not allowed. The curb cut shall be initiated at the backside of the curb and progress towards the street. The cut off portion of curb may be buried behind the existing curb and gutter. The specified width of the curb cut is intended to be one foot wider than the existing driveway. Six inches on either side of the driveway the existing curb shall be cut at a taper so that the cut top of curb rises from the elevation specified in the first paragraph to the existing top of curb. If the existing concrete curb is damaged as a result of these operations, replacement of the curb shall be at the Contractor's expense. However, if the existing concrete is found to be in poor condition, or was previously cracked. The replacement of the curb will be processed as a change order to the project. This work will be paid at the contract unit price per lineal foot for SAWCUT CURB CUT. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Pay Item 5 Sawcut Curb and Gutter Sawcut curb and gutter shall be performed, in accordance to the applicable portions of Section 7040— Pavement Rehabilitation, Curb and Gutter Removal, of SUDAS, Article 3.09. Sawcut curb and gutter will be measured and paid at the contract unit price per lineal foot for SAWCUT CURB AND GUTTER. Pay Item 6 Remove Curb and Gutter Remove curb and gutter shall be performed, measured, and paid for in accordance to the applicable portions of Section 7040—Pavement Rehabilitation, Curb and Gutter Removal, of SUDAS. Pay Item 7 Driveway Pavement Removal This item is for the removal of the pavement surface. The removal of the aggregate base and sub-base material beneath the driveway paid surface will be measured and paid for as Class 10 Excavation (Pay Item 18). This item is intended to cover the removal of both HMA and PCC pavement. Driveway pavement removal shall be performed, measured, and paid for in accordance to the applicable portions of Section 7030—Sidewalks, Shared Use Paths, and Driveways, Removal of Sidewalk, Shared Use Path, or Driveway, of SUDAS. Pay Item 8 Pay Item 9 Pavement Removal, Milling - 1.75" Pavement Removal, Milling - 2.0" The purpose of milling the pavement 1.75 inches deep is so that the construction of a 2-inch thick surface course will result in the elevation of the new roadway pavement to match or be greater than the gutter flag elevation by no greater than 1/4 inch. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Pavement removal shall be performed, measured, and paid for in accordance to the applicable portions of Section 7040—Pavement Rehabilitation, Milling, of SUDAS of the thickness indicated. Pay Item 10 Grind Butt Joint Grinding a butt joint is intended to use the milling process to create a butt joint between new pavement and existing pavement rather than utilizing a sawcut breakout line. The butt joint shall be near vertical and shall be 2 inches in depth. The butt joint shall be constructed in the pavement on Sycamore Lane that is more recent in age than that on Kensington Road. The butt joint on State Street shall be constructed in the newer overlay pavement on State Street. This work will be paid at the contract unit price per lineal foot for GRIND BUTT JOINT. Pay Item 11 Curb and Gutter, Special The shape of the curb and gutter shall be hand formed to conform to the cross section detail in the plans. The Contractor shall provide a concrete washout. Providing a concrete washout shall be considered incidental to Pay Item 11. New curb and gutter shall be doweled into adjacent curb and gutter. Furnishing and installing dowels shall be considered incidental to Pay Item 11. Curb and gutter shall be performed, measured, and paid for in accordance with the applicable portions of Section 7010 Portland Cement Concrete Pavement, Curb and Gutter, of SUDAS. Pay Item 12 PCC Driveway, 6" The thickness of new PCC driveway aprons shall be 6-inches. If the new PCC driveway apron replaces a portion of a PCC driveway, a one half inch(1/2") by 6" wide expansion joint shall be placed for the full driveway apron width between the new driveway apron and the back of curb. The cost of the expansion joint shall be included in the Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. unit cost of the PCC Driveway, 6". If the new PCC driveway apron replaces a portion of a HMA or a gravel driveway, the installation of the expansion joint is not required. Where new concrete abuts existing concrete in PCC driveways, the joint shall be troweled After the concrete has cured, the joing shall be filled with joint sealant material conforming to Section 7010, Portland Cement Concrete Pavement, Part 2.01m subpart L of SUDAS. No joint treatment is required if the new concrete apron replaces a portion of an HMA or gravel driveway. The elevation of the PCC driveway apron adjacent to the sawcut curb cut shall match the elevation on the house side of the sawcut curb cut. The Contractor shall provide a concrete washout. Providing a concrete washout shall be considered incidental to Pay Item 12. PCC Driveway, 6" will be performed, measured, and paid for in accordance with the applicable portions of Section 7030—Sidewalks, Shared Use Paths, and Driveways, Driveways of SUDAS. Pay Item 13 Furnish Manhole Castings, SW-601 This work shall consist of furnishing sanitary manhole casting and adjustment rings that conform to the applicable portions of SUDAS Section 6010—Structures for Sanitary and Storm Manholes. This work is for the furnishing of the specified manhole frame, the associated specified manhole lid, and adjustment rings as a combined unit. This work will be paid at the contract unit price per each for FURNISH SANITARY MANHOLE CASTINGS, SW-601. Pay Item 14 Exterior Chimney Seal This section includes the materials and procedures required to provide the external pipe sealing of riser donuts and manhole frames in precast concrete manholes. The sealing shall be accomplished via the installation of an external wrap sealing system. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. For precast manholes an external chimney sealing system, meeting the requirements of this specification shall be used to seal the chimney section of manholes. Definitions A. Joints—the interface between doughnut risers, the conical manhole section, and the frame. B. Chimney Joint Sealing—The means of sealing a leaking or a defective interface in the manhole chimney by the installation of an external mechanical sealing system which bridges the joint to prevent infiltration. C. Approved Equal—A product that matches or exceeds the specified material, performance, and design life and is approved by ENGINEER. System Description A. The internal joint sealing system selected shall be designed to have a minimum 50-year design life. B. The external chimney seal shall prevent infiltration into the manhole at the many interfaces in the manhole chimney. An external chimney seal is required regardless of evidence or lack of evidence of previous leaks at the interfaces. Submittals A. The Contractor shall submit manufacturer's information that demonstrates the proposed product meets the requirement of the system description and the external chimney seal system. Acceptance Testing A. Manhole chimney sealing shall be visually inspected after installation for proper complete adhesion and proper positioning of the wrap to seal all interfaces, beginning at the manhole conical section/first doughnut riser interface to the frame/doughnut riser interface. There shall be no areas where adhesion is not complete or lose. Any observed void or incomplete adhesion of the wrap shall be considered having to fail acceptance testing and the chimney seal shall be reworked and inspected at no additional expense to the OWNER. Because these manholes that are to be sealed are existing and active, additional testing that includes vacuum testing or exfiltration testing is not feasible. Each and every manhole chimney that is sealed shall be visually inspected. Products External Chimney Seal System A. An external chimney joint seal system shall consist of wrapping the manhole chimney with an external rubber sleeve. The sleeve shall be made of stretchable, self-shrinking, intra-curing halogenated based rubber with a minimum thickness of Project #10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. 30 mils. The backside of each unit shall be coated with a cross-linked reinforced butyl adhesive. The butyl adhesive shall be a non-hardening sealant. with a minimum thickness of 30 mils. The seal shall be designed to stretch around the chimney and overlap the previous placed seal in a shingle type installation. The application shall form a continuous rubber seal that applies inward pressure on the protected chimney for the life of the application. The first application of the seal shall effectively seal the interface between the manhole conical section and the first doughnut riser. The last application of the seal shall effectively seal the interface between the top doughnut section and the manhole frame. The last application of the seal shall be trimmed in such a manner as to fit and overlap the manhole flange, including the manhole flange reinforcement tabs. The seal wrap width may be 9 or 12 inches. Preparation A. The Contractor shall use pressure washing, scrubbing, wire brushing, and/or compressed air to clean the exterior of the existing manhole chimney. The surface of the exterior manhole chimney shall be free of loose dirt, deteriorated mortar, and old mastic or sealant. Prior to applying the rubber seal,the exterior of the manhole chimney shall be dry. Repair Mortar A. If the manhole chimney material has flaws in the concrete that will prevent effective sealing, the flaws shall repaired with mortar, or the doughnut rings shall be replaced. Repair mortar shall be a single component, ready to use with water, high strength, non-shrink polymer modified cementitious patching mortar designed for horizontal, vertical, and overhead use. Repair mortar shall not contain calcium chloride, added gypsum, metallic particle, lime, or high alumina cements. Compressive strength shall conform to ASTM C-109 7 day strength of at least 4000 psi. Flexural Strength shall conform to ASTM C-348 7-day strength of at least 700 psi Execution General A. Maintain manhole service throughout the duration of the project. B Provide 48 hours advance notice to ENGINEER prior to start of work. Qualifications A. The Contractor shall demonstrate during the bidding process that they have a successful history of sanitary manhole installations. Project#10876057 Supplemental Specifications 2019 MSA Professional Services,Inc. Installation A All work to be performed shall be in strict conformance to these specifications and manufacturer's requirements. B. The Contractor is responsible for verifying the height and outer diameter of each manhole chimney to be sealed. C. The Contractor shall inspect each manhole chimney to be sealed. If concrete repairs are required prior to sealing,those repairs shall be made as necessary. If repairs are not feasible,the chimney doughnut risers shall be replaced. Uneven interfaces may be leveled and smoothed with repair mortar. D. The Contractor shall inspect the concrete surface of the exterior of the manhole chimney for scale, mineral deposits, debris, dirt, asphalt, or concrete imperfections that would interfere with the successful installation of the seal. The Contractor shall be responsible to ensure all surfaces under the sealing area behind the sealing bands are clean, reasonably smooth, and free of any defects that would prevent the rubber sleeve from achieving a watertight seal. Repair mortar meeting the specified requirements shall be used to repair any defects and provide an adequate surface for the sleeve to compress against. Measurement and Payment The External Chimney Seal shall be paid at the contract unit price bid per manhole chimney. The unit cost shall include the cost of furnishing and installing an external rubber wrap, all necessary surface preparation work, the removal of the existing frame and lid, if necessary, the removal of existing adjustment rings, if necessary, the addition of new adjustment rings, and the installation of the new manhole fame and lid. Exterior chimney seals shall be furnished, installed, and paid for in conformance to the Specification for Exterior Chimney Seal included in this Technical Specification Section. This work shall include the labor and equipment necessary to expose the existing manhole chimney, except that pavement removal will be paid as part of Item 17. This work will be paid at the contract unit price per each for EXTERIOR CHIMNEY SEAL. Pay Item 15 Pay Item 16 Granular Subbase, 10" Granular Subbase, 6" The Contractor shall furnish and install granular subbase in the compacted thickness specified to be placed beneath new HMA driveway pavement, new PCC driveway pavement, and beneath new HMA roadway pavement. The thickness of the granular subbase beneath new HMA Project#10876057 Supplemental Specifications 2019 MSA Professional Services,Inc. driveway and roadway pavement shall be 10 inches thick, compacted. The thickness of granular subbase beneath new PCC driveway and curb and gutter shall be 6 inches thick, compacted. If the quality of the existing granular subbase is acceptable and the Contractor can extract it without contaminating it with other material, the Contractor may reuse this material with no deduction in the cost of furnishing and installing imported granular subbase. If this is the case, then plan quantity will be utilized for that driveway. Subbase shall be furnished, installed, measured, and paid for in accordance to the applicable portions of Section 2010 —Earthwork, Subgrade, and Subbase, Subbase of SUDAS of the thickness indicated. Item 17 Class 13 Excavation Excavation of roadway pavement shall be considered Class 13 Excavation. Class 13 excavation will be performed, measured, and paid for in accordance with the applicable portions of Section 2010 Earthwork, Subgrade, and Subbase, of SUDAS. Item 18 Class 10 Excavation Excavation for earth shall be performed, measured, and paid for in accordance with the applicable portions of Section 2010 —Earthwork, Subgrade, and Subbase, Class 10 Excavation, of SUDAS. Item 19 Item 20 Valve Box Adjustment Riser, 1" Valve Box Adjustment Riser, 4" This work shall include the furnishing and installation of a valve box riser that fit the existing associated valve box, in the existing pavement. This work will be paid at the contract unit price per each for VALVE BOX ADJUSTMENT RISER of the height indicated. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Item 21 Water Meter Box, Modified The Contractor shall furnish and install a water meter box of sufficient size to house a home owner connection to a PVC assembly to convey residential sump pump discharge to the storm sewer system. This shall be the Sump Pump Discharge Receptacle. The Contractor shall furnish and install sheet extruded polystyrene (Styrofoam) to cover holes in the water meter box that will be placed below grade. The Contractor shall furnish and install two layers of geotextile fabric to line the bottom of the water meter box installed to the elevation indicated. The top of the water meter box shall be removable. The aggregate material shall be Iowa Department of Transportation gradation number 2, 3, 4, Or 20. This work shall be paid at the contract unit price for each WATER METER BOX, MODIFIED. Item 22 Schedule 80 PVC, 6" This work includes the furnishing and installation of 6-inchd diameter Schedule 80 PVC to be a drain line. All fittings and adapters are included. This work shall be performed, measured, and paid for in accordance with the applicable portions of Section 4020—Storm Sewers of SUDAS. Item 23 PVC Assembly This work includes the furnishing, assembly, and installation of Schedule 80 PVC that will be housed in the Water Meter Box, Modified (aka Sump Pump Discharge Receptacle). This shall include, at minimum, a 6-inch through tee with a threaded cap on one end. The "out" side of the tee shall be 4-inch diameter. The location of the PVC assembly inside the sump pump receptacle shall be such that a straight piece of pipe can be placed inside the 4-inch diameter"out" side of the tee and it will align to fit in the holes in the water meter box without forcing the fit or flexing the piece of pipe. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. This work will be paid at the contract unit price for each PVC ASEMBLY. Item 24 Connect Drainline to Ext's Structure This work shall include core sawing or sawcutting an opening in the existing storm sewer structure to connect Item 22 to as a discharge point for storm water conveyed by Item 22. The annular space between Item 22 and the cut opening in the storm sewer structure shall be patched with non-shrink grout for the full thickness of the wall of the structure in which the opening is created. This work will be paid at the contract unit price for each CONNECT DRAINLINE TO EXT'G STRUCTURE. Item 25 Area Intake with Grate, 2' Dia. This item shall be furnished and installed in accordance to Section 6010— Structures for Sanitary and Storm Sewers, Circular Area Intake, D2 =24 inches. This item will be measured and paid for in accordance with the applicable portions of Section 6010— Structures for Sanitary and Storm Structures of SUDAS. Item 26 Intake Top Removal This work shall include the removal of the tops on single open throat curb intakes, both large box and small box, as indicated on the plans. The means required to separate the top from the structure to remain shall be included as part of the work necessary to free or separate the top from the structure. The Contractor shall be responsible for any damage to any portion of the intake structure that is to remain. The Contractor shall dispose of the existing intake tops offsite in a legal manner. This work will be paid at the contract unit price for each INTAKE TOP REMOVAL. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Item 27 Intake Tops This work shall include the furnishing intake tops for single open throat curb intakes, for both large box and small box. Reinforcement and access casting shall be per SUDAS details SW-507 and SW-508. The top is not required to have a key on the underside that will fit into the existing intake wall. If the existing intake wall has a key area to match with an intake top, the void shall be filled with non-shrink grout or mortar that is part of the mortar bed placed to connect the new top of the intake to the existing intake walls. The top of the walls of the existing structure shall be leveled and brought to a grade to accommodate the new top and maintain a throat opening width of not less than 4 inches from the existing gutter line. Mortar shall be placed on the leveled wall and the intake top shall be placed on a mortar bed. The nose of the new intake top shall extend no further beyond the existing roadside top of curb. If the new intake top has dimensions such that it does not blend well with the existing curb,then the nose of the new intake top shall be set back a minimum of 1 inch from the roadside top of curb. The intake top length shall be measured from the exterior edge to the exterior edge. The intake top width shall be measured from the exterior nose to the exterior edge. However, no portion of the intake top that extends beyond two inches of the wall exterior of the existing intake shall be counted for measurement. This work will be paid at the contract unit price per measured square foot for INTAKE TOPS. Item 28 Class I or Class II Backfill This work shall include the furnishing of, placing of, and compacting of backfill material. This item will be performed, measured, and paid for in accordance with the applicable portions of Section 3010—Trench Excavation and Backfill of SUDAS. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Item 29 Asphalt Overlay Fabric The area which the asphalt overlay fabric will be applied shall be clean of dust and dirt. The fabric shall not be applied to damp surfaces. The fabric shall not be applied when the air temperature is less than 60 degrees or greater than 80 degrees. Fabric overlap shall be a minimum of 4 inches. Equipment shall not turn on the fabric This work includes the furnishing of and the installation of Asphalt Overlay Fabrics in conformance to Article 4196.01 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. Portions where one layer of asphalt overlay fabric overlaps another layer of asphalt overlay fabric will only be measured and count as one layer of asphalt overlay fabric. This work shall be measured and paid for per square yard of ASPHALT OVERLAY FABRIC. Item 30 HMA LT Surface, V2" PG 58-28S The HMA mix and placement of shall conform to the applicable portions Section 2303 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. This work will be performed, measured, and paid for per ton of HMA LT Surface, '/2" PG 58- 28S per Section 7021 Hot Mix Asphalt Overlays of SUDAS. Item 31 Tackcoat. Tackcoat material shall conform to Section 2303.02, Part E, subpart 1 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The application rate for areas where asphalt overlay fabric is not installed shall be 0.06 gallon per square yard. In this case, the application of the tackcoat is incidental to the construction of the HMA overlay. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. The application rate for areas where asphalt overlay fabric is installed shall be 0.23 gallon per square yard. In this case, the tack coat shall be applied immediately prior to placing the asphalt overlay fabric. This work will be measured and paid for per gallon for TACKCOAT. Item 32 Off-Site Topsoil Off-site topsoil shall be used to place on areas disturbed by the work for Items 21, 22, 24, 25, 26, and 27. Topsoil shall be placed to a depth of 4 inches. Topsoil shall conform to Section 2010—Earthwork, Subgrade, and Subbase, Topsoil of SUDAS This item will be measured and paid for per square yard for OFF-SITE TOPSOIL. Item 33 Type 1 Seed Mixture Seed shall be furnished and placed in accordance to Section 9010— Seeding of SUDAS. However, fertilization is not required. If seed is applied after September 30, the Contractor, at no cost to the contract, will apply the seed in one of the following operations, at their choice: A. Hydraulically, in conformance to Section 9010, Part 2.07, Subpart B, adding wood cellulose as a hydraulically applied mulch. B. Conventional seeding with hydromulching in conformance with Section 9040— Erosion and Sediment Control, Part 3.21, subpart B. C. Conventional seeding with RECP Type I in conformance with the applicable portions of Section 9040. Seeding shall be applied three feet beyond all areas receiving topsoil. Seeding shall be measured to include these areas. Retainage for seeding shall not be released until a stand of grass at least 2 inches tall with 75 % coverage is established. The retainage may be released if the Contractor agrees to cover the establishment of grass under project warranty. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc. Seeding will be measured and paid for per square yard of TYPE 1 SEED MIXTURE. Item 32 Mobilization Measurement and payment for mobilization shall conform to Section 11,020—Mobilization of SUDAS. Project#10876057 Supplemental Specifications ©2019 MSA Professional Services,Inc.