addendum no. 1 to contract document plans …
Post on 29-Nov-2021
3 Views
Preview:
TRANSCRIPT
HDR Project No. 10310518 Metro Waste Authority (MWA) October 11, 2021 Metro Park East Phase 1 – 2021 Drainage and Cover Improvements
ADM1 - 1
2021/10/11 1
ADDENDUM NO. 1 2
TO CONTRACT DOCUMENT PLANS SPECIFICATIONS 3
4
PROJECT: METRO WASTE AUTHORITY 5
MPE PHASE 1 – 2021 DRAINAGE AND COVER IMPROVEMENTS 6
TO: PROSPECTIVE BIDDERS AND OTHER INTERESTED PARTIES 7
8
The Contract Documents and Specifications, including the Contract Drawings, are hereby 9
modified by the following items: 10
CHANGES TO DRAWINGS 11
AD-1 Item 1 DRAWINGS - REPLACE ENTIRE SET WITH ATTACHED SET 12
A. Items within drawings that were changed within Addendum No. 1 are clouded within the 13
attached Sheets. In general, the following were updated within the Addendum No. 1 14
drawings. See attached Drawing set for all changes. 15
B. Sheet 00G002: Included Contractor’s soil haul route and alternative construction site 16
entrance. 17
C. Sheet 00C101: Provided clarifications to the requirements of the work within road 18
replacement and culvert removal areas. Revised the extents of the seeding. Provided 19
contours for the reshaping of the terraces on the southwest side of Phase 1. 20
D. Sheet 00C102: Included updates to the box culvert installation area, slope direction of the 21
access road, updated contours, and updated callouts. 22
E. Sheet 00C501: Updated Detail 2/00C501 to include elevations for the box culvert installation 23
and to match the elevation of the top of the box culvert with top of the connecting gravel 24
access road elevations. 25
F. Sheet 00C502: Included new detail 2/00C502 for Encountering Leachate Seeps. Updated 26
Detail 1/00C502 – Cap Repair Section for removal of the inlet structures to the 36-in culverts 27
and modifications to the existing 6-IN pipes coming into the sides of the inlet structures. 28
CHANGES TO SPECIFICATIONS 29
AD-1 Item 2 SECTION 00 10 00 NOTICE OF HEARING AND LETTING 30
A. REPLACE the first line within the second paragraph of Notice of Hearing and Letting, 31
“Sealed Bids for the design and construction of the MPE Phase 1 – 2021 Drainage and 32
Cover Improvements will be received, by the Authority, at the office of the Metro Waste 33
Authority, 300 East Locust Street, Suite 100, Des Moines, Iowa 50309 until 12:00 PM local 34
time on October 14, 2021, at which time the Bids received will be opened and publicly read 35
by the Authority’s representative.” With “Sealed Bids for the design and construction of the 36
MPE Phase 1 – 2021 Drainage and Cover Improvements will be received, by the Authority, 37
at the office of the Metro Waste Authority, 12181 NE University Avenue, Mitchellville, Iowa 38
50169 until 12:00 PM local time on October 14, 2021, at which time the Bids received will be 39
opened and publicly read by the Authority’s representative.” 40
AD-1 Item 3 SECTION 00 41 00 BID FORM 41
B. REPLACE the existing Section 00 41 00 BID FORM with the attached Section 00 41 00 42
ADM1 BID FORM. 43
HDR Project No. 10310518 Metro Waste Authority (MWA) October 11, 2021 Metro Park East Phase 1 – 2021 Drainage and Cover Improvements
ADM1 - 2
AD-1 Item 4 SECTION 31 23 00 - EARTHWORK 1
A. REMOVE paragraph 3.5.F.1 “For cohesive soils moisture content of compacted soils shall 2
be in the range of minus 4 to plus 1 percent (-4/+1 percent) of optimum moisture, as defined 3
by ASTM D698.” And replace with the following 3.5.F.1; 4
“1. For cohesive soils moisture content of compacted soils shall be in the range of minus 4 5
to plus 1 percent (-4/+1 percent) of optimum moisture for structural fill and be in the range of 6
0 to plus 4 percent (0/+5 percent) of optimum moisture for clay liner, as defined by ASTM 7
D698.” 8
AD-1 Item 5 SECTION 32 92 00 SEEDING 9
ADD the following paragraph 3.3.B.12 to Specification Section 32 92 00 following paragraph 10
3.3.B.12; “12. Warranty: Provide Warranty period of product and workmanship for one year 11
following date of seeding or final completion, whichever is achieved later.” 12
A. ADD the following paragraph 2.2.A.2 to Specification Section 32 92 00 following paragraph 13
2.2.A.2; “2. Dormant seeding may be used in lieu of waiting until the acceptable planting 14
season if proposed by the Contractor and approved by the Engineer.” 15
16
ADDITIONAL CLARIFICATIONS & INFORMATION 17
(DOES NOT MODIFY CONTRACT DOCUMENTS) 18
AD-1 Item 6 PROSPECTIVE BIDDER QUESTIONS AND RESPONSES NOT INCLUDED IN 19
ABOVE ADDENDUM ITEMS 20
Question (pre-bid site walkthrough): Are the white PVC standpipes at each of the three culvert 21
inlet locations to be removed? 22
Answer: The white standpipes are intended for removal by the Contractor. Contractor shall 23
carefully excavate along standpipes for removal of the 36-IN culverts in order to investigate if they 24
are tied into the culverts. Prior to removal of the white standpipes, Contractor to meet with Owner 25
and Engineer to verify removal. 26
27
Question: At which address shall bids be delivered, the Mitchellville address or the Des Moines 28
address? 29
Answer: Bids shall be delivered the Metro Park East Landfill at 12181 NE University Avenue, 30
Mitchellville, IA 50169 per Specification Section 00 20 00 – Instructions to Bidders. 31
32
Question: What is the required warranty period? 33
Answer: All work shall be covered by the Contractor’s standard one year warranty. Certain items 34
as specified within the Specification Sections contain additional warranties including, but not 35
limited to, seeding and geosynthetic clay liner. 36
37
Question: What if major leachate seeps are encountered during excavation and removal of the 38
36-IN culverts? 39
Answer: In general, leachate will be required to be contained, pumped, and managed by the Contractor 40
within the project limits and waste, if encountered. If leachate seeps are observed, contact the Owner and 41
Engineer to observe the locations and review direction forward. For purposes of bidding, a detail 42
will be provided within Addendum No. 1 for requirements if major leachate seeps are encountered 43
requiring overexcavation of waste and replacement. Waste will be hauled to the active working 44
face of the Metro Park East Phase 2 landfill on site. Assume up to two (2) major leachate seep 45
encounters per detail 2/00C502 within Contractor’s bid price. 46
47
Question: Can the Bid Form, Bid Bond, and Statement of Qualifications be submitted within one 48
envelope? 49
HDR Project No. 10310518 Metro Waste Authority (MWA) October 11, 2021 Metro Park East Phase 1 – 2021 Drainage and Cover Improvements
ADM1 - 3
Answer: Yes, the Bid Form, Bid Bond, and Statement of Qualifications be submitted within one 1
envelope. 2
3
Question: The note shows 2’x12’ box with a 12’ length and flared wings. Box culverts typically are 4
designed with the width of the opening x the height of the opening for size. There is not a 12’ wide 5
x 2’ box culvert in the IA DOT. It is also my understanding that precast box culvert production is 6
way behind and procurement and delivery is held up until 2022. With that said, would a cast in 7
place structure be acceptable? For figuring concrete and steel, I would need the width of the 8
culvert (opening only), height (opening only) and total length of barrel which looks like 12’ from 9
the plans. I will also need the anticipated embankment over the structure. 10
Answer: 2’ height x 12’ width are the inside dimensions, with 12’ length (not including the 11
wingwalls). There is no embankment over the box culvert. The top of the box culvert is 12
the surface of the access road. It is correct IDOT does not have this size with 13
their standard details. The 2’ inside height maintains the current road elevation as closely as possible. 14
Contractor to submit a shop drawing of the proposed box culvert with rebar layout 15
for HS-20 loading and no embankment as shown on the drawings. Poured-in-place in lieu of 16
precast is acceptable, but concrete testing will must be included in the bid price and the 17
Contractor will have to have the reinforcement and concrete design certified by a Structural 18
Engineer licensed in the state of Iowa as part of the submittal process. 19
20
Question: Will dormant seeding be allowed in lieu of waiting until the spring to seed? 21
Answer: An alternate will be included within Addendum No. 1 to include the alternative option of 22
dormant seeding. The Contractor’s warranty for seeding shall be one year from the date of 23
seeding and adequate vegetation shall be established. 24
25
Question: Will AutoCAD files be available during the bidding process? 26
Answer: Yes, AutoCAD files will be available during the bidding process. If AutoCAD files are 27
desired, request an electronic media release agreement from Austin Broshar at 28
Austin.broshar@hdrinc.com. 29
30
Question: How do you get an invite to the virtual bid opening? 31
Answer: Request an invite from Austin Broshar at Austin.broshar@hdrinc.com to obtain an invite 32
to the virtual bid opening via WebEx. 33
AD-1 Item 7 PRE-BID MEETING NOTES 34
For Bidders’ convenience a copy of the meeting notes and attendee sign-in sheet from the pre-35
bid meeting are included with this addendum. 36
ALL ITEMS IN CONFLICT WITH THIS ADDENDUM ARE HEREBY DELETED. 37
THIS ADDENDUM IS MADE PART OF THE CONTRACT DOCUMENTS AND SHALL BE 38
NOTED ON THE BID FORM. 39
HDR Engineering, Inc. 40
41
______________________ 42
Katie Kinley, P.E. 43
Certified copy provided to Owner on October 11, 2021 44
45
46
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved.
00 41 00 Page 1 of 4
10310518
SECTION 00 41 00
BID FORM
METRO WASTE AUTHORITY
PROJECT MPE PHASE 1 – 2021 DRAINAGE AND COVER IMPROVEMENTS
ARTICLE 1 – BID RECIPIENT
1.01 This Bid is submitted to:
Metro Waste Authority
12181 NE University Avenue
Mitchellville, Iowa 50169
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS
2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.
2.02 BIDDER will sign and deliver the required number of counterparts of the AGREEMENT with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
ARTICLE 3 – BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:
Addendum No. Addendum, Date
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved.
00 41 00 Page 2 of 4
10310518
Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings.
E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.
F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work.
J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.
K. Bidder has examined and carefully prepared the proposal from the Bidding Documents and has checked the same in detail before submitting this Bid.
L. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Contract.
M. Bidder agrees to waive any claim it has or may have against the Owner, the Engineer and the respective employees, arising out of or in connection with the administration, evaluation or recommendation of the Bid.
ARTICLE 4 – BIDDER’S CERTIFICATION
4.01 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process;
2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;
3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved.
00 41 00 Page 3 of 4
10310518
4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.
ARTICLE 5 – BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):
Item
No. Description
Estimated
Quantity Unit
Bid Unit
Price Bid Price
101 Mobilization, demobilization, and all work not included in Bid Item Nos. 102, and 103.
1 LS
102 Site Preparation and Earthwork 1 LS
103 Culvert Removal and Drainage Improvements
1 LS
104 Project Allowance (10% of Base Bid = Item No.’s 101+102+103).
1 LS
105 Alternate Item – Dormant Seeding 1 LS
Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor’s overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents.
Alternate bid item 105: Dormant seeding – include in this item the additive or deductive cost (if any) to complete a winter seeding event in accordance with the requirements listed in Specification 32 92 00. This event may be completed in lieu of the spring event, and still requires the contractor to deliver a full stand of grass within 1-year of the initial seeding event. Areas in need of reseeding to be evaluated at approximately 6-months after initial event with base bid OR alternate.
Total Base Bid Price for Bid Items 101 through 104 (Total of
Lump Sum and Allowance = Total Bid Price) $
(numerals)
(words)
5.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.
5.03 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE 6 – ATTACHMENTS TO THIS BID
6.01 The following documents are submitted with and made a condition of this Bid:
A. Required Bid security;
B. List of Project References;
C. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids;
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved.
00 41 00 Page 4 of 4
10310518
D. Required Bidder Qualification Statement with supporting data.
ARTICLE 7 – DEFINED TERMS
7.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
ARTICLE 8 – BID SUBMITTAL
BIDDER: [Indicate correct name of bidding entity]
By: [Signature]
[Printed name]
(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of
authority to sign.)
Attest: [Signature]
[Printed name]
Title:
Submittal Date:
Address for giving notices:
Telephone Number:
Fax Number:
Contact Name and e-mail address:
State Contractor’s License No.:
(where applicable)
END OF BID FORM
PROP
PRO
P
PROP PROP PROP PROP
PRO
PPR
OP
PROP
PRO
P
PROPPROPPROP
PRO
P
PRO
P
Metro WasteAuthority
Metro Park East Landfill
Project No.
Mitchellville, Iowa
10310518
September 2021
I N D E X O F D R A W I N G SBid Drawings For
Phase I MSWLFDrainage and CoverImprovements
Issued for Bid
Metro Waste Authority
SOURCE: GOOGLE EARTH (AERIAL) IMAGERY DATE APRIL 18, 2018
POLK
CO
.
JASP
ER C
O.
METRO PARK EASTLANDFILL ENTRANCE
NE UNIVERSITY AVE / NE 12TH AVE / IA HWY 163
PROJECTLOCATION
POLK
CO
.
JASP
ER C
O.
NE
112T
H S
TREE
T
SE 6TH AVENUE SE 1
24TH
ST
SE 3RD AVE
W 1
4TH
STR
EET
SE 112TH STR
EET
MSWLF PHASE IIMSWLF PHASE I
GENERAL00G000 COVER SHEET00G001 CIVIL LEGEND AND GENERAL NOTES00G002 EXISTING CONDITIONS PHASE I & II MSW LANDFILL
CIVIL00C101 DRAINAGE AND COVER IMPROVEMENTS PLAN00C102 PERIMETER ROAD GRADING AND STORM CULVERT PLAN00C501 DRAINAGE AND COVER DETAILS00C502 DRAINAGE AND COVER DETAILS
METRO PARK EAST LANDFILL LOCATION MAPSCALE: 1" = 1500'
KATIE KINLEY, P.E.KINLEYKATHRYN
P26021
I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY MEOR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA.
MY LICENSE RENEWAL DATE IS DECEMBER 31, 2021.
PAGES OR SHEETS COVERED BY THIS SEAL:
ALL GENERAL (G) SHEETS; ALL CIVIL (C) SHEETS
(DATE)
LICEN
SED
PROFESSIONAL ENGINEER
IOW A
c:\p
ww
orki
ng\c
entra
l01\
d256
2010
\00G
000.
dwg,
Lay
out1
, 10/
11/2
021
7:05
:48
PM
, MB
ICK
FOR
D
10.11.2021
GENERAL NOTES1. SEE SPECIFICATIONS FOR BASIS OF BIDS.
2. TOPOGRAPHY BASED ON AERIAL TOPOGRAPHY BY AEROVIEWSERVICES DATED JULY 1, 2021. BACKGROUND SURVEY WITHIN THELIMITS OF CONSTRUCTION MAY BE UPDATED IN AREA OF PROPOSEDWORK IMMEDIATELY PRIOR TO BORINGS, PIPE INSTALLATION ORINSTALLATION OF STRUCTURES - SEE SPECIFICATIONS ONCONTRACTOR SURVEYING.
3. SITE COORDINATES ARE BASED UPON IOWA STATE PLANE SOUTHZONE (1402) NORTH AMERICAN DATUM OF 1983 (NAD83). ELEVATIONSARE BASED UPON THE NORTH AMERICAN VERTICAL DATUM OF 1988(NAVD88). ALL SURVEYING SHALL USE ESTABLISHED COORDINATESYSTEM AND DATUM.
4. COORDINATES FOR EXISTING GROUNDWATER WELLS, PIEZOMETERS,AND LANDFILL GAS PROBES ARE ROUNDED TO THE NEAREST FOOT.PROTECT EXISTING GROUND WATER MONITORING WELLS ANDPIEZOMETERS, LANDFILL GAS MONITORING PROBES, LEACHATELINES AND GROUNDWATER PUMP CONTROL PANELS, AND OTHERFEATURES. SEE TECHNICAL SPECIFICATIONS.
5. DO NOT OBSTRUCT LANDFILL SITE ACCESS ROADS PER TECHNICALSPECIFICATIONS. COORDINATE ALL ROADWAY UTILIZATION,STAGING, ROADWAY CUTS AND RECONSTRUCTION TO ENSURECONTINUOUS SITE ACCESS AND ACCESS TO ACTIVE LANDFILLAREAS. SEE SPECIFICATIONS FOR REQUIREMENTS FORCOORDINATION AND SEQUENCING, INCLUDING COORDINATION WITHONGOING LANDFILL OPERATIONS.
6. TEMPORARY CULVERTS MAY BE INSTALLED IN THE PERIMETERDITCHES AND DRAINAGE WAYS TO FACILITATE ACCESS. SIZECULVERTS TO AVOID BACKING UP WATER IN DITCH. REMOVE AT ENDOF PROJECT AND RESTORE DITCH PER SPECIFICATIONS.
7. CONFINE ALL WORK TO WITHIN DESIGNATED LIMITS OFCONSTRUCTION.
8. ACCESS TO THE AREA OF WORK WILL BE VIA NE UNIVERSITY AVENUEAND THE LANDFILL SITE ENTRANCE.
9. SEE TECHNICAL SPECIFICATIONS ON CONTRACTOR'SRESPONSIBILITY TO LOCATE AND PROTECT UTILITIES NOT DEFINEDOR LOCATED BY DIGGER'S HOTLINE OR UTILITY COMPANIES.
10. COORDINATES FOR PROPOSED BORINGS AND STRUCTURES MAY BEMODIFIED BASED ON FIELD CONDITIONS AT THE TIME OFINSTALLATION. PRIOR TO BORINGS OR EXCAVATION CONTRACTORSHALL VERIFY WITH ENGINEER THAT PROPOSED WORK WILL NOTIMPACT EXISTING LANDFILL LINER, CAPPING SYSTEM, LEACHATECONVEYANCES OR OTHER ENVIRONMENTAL PROTECTIONFEATURES. SEE TECHNICAL SPECIFICATIONS.
11. EXACT LOCATION OF SOIL STOCKPILE AREAS MAY VARY. CONFIRMLOCATIONS PRIOR TO ADDING OR REMOVING SOILS IN THESESTOCKPILES.
12. EXACT LOCATION OF PIPES AND TRENCHES FOR LATERALS MAY BEMODIFIED IN THE FIELD BASED ON SITE CONDITIONS AT THE TIME OFCONSTRUCTION AND TO ENSURE PROPER SLOPES AND ROUTING.COORDINATE WITH ENGINEER ANY MODIFICATIONS IN THE FIELDPRIOR TO PROCEEDING.
13. SEE SPECIFICATIONS ON MANAGING SURFACE WATER DURINGCONSTRUCTION. CONTRACTOR TO PROVIDE STORM WATERDIVERSION BERMS AND CONTROLS AS REQUIRED TO PREVENTRUN-ON TO WORK AREAS.
14. SEE SPECIFICATIONS REGARDING ACTIVE GAS COLLECTION ANDCONTROL SYSTEM AND CONTRACTOR RESPONSIBILITY FORCONTINUOUS OPERATION.
SYMBOLOGY NOTES1. THIS IS A STANDARD SHEET SHOWING COMMON SYMBOLOGY. ALL
SYMBOLS ARE NOT NECESSARILY USED ON THIS PROJECT.
2. SCREENING OR SHADING OF WORK IS USED TO INDICATE EXISTINGCOMPONENTS OR TO DE-EMPHASIZE PROPOSED IMPROVEMENTSTO HIGHLIGHT SELECTED TRADE WORK. REFER TO CONTEXT OFEACH SHEET FOR USAGE.
SAND (SECTION)
STRUCTURAL FILL (SECTION)
LETDOWN (PLAN)
PLAN TITLE
GENERAL SYMBOLOGY MATERIALS IN PLAN / SECTION
SHEET WHERE SECTIONVIEW IS FIRST CUT *
SECTION LETTER
FLAG INDICATES DIRECTIONOF SECTION CUT
SECTION CUT MARKER
SECTION TITLE
DETAIL TITLE
PLAN1/4" = 1'-0"
XXXX
XXXX
SECTION3/8" = 1'-0"
XXXX
DETAIL1/4" = 1'-0"
SHEET WHERE DETAILIS LOCATED *
DETAIL NUMBER
ARROW INDICATESDIRECTION OFPLAN NORTH
NORTH ARROW
LARGE PIPELINE
PROPERTY BOUNDARYPROP
EXISTING MAJOR CONTOUR25
EXISTING MINOR CONTOUR
PROPOSED MAJOR CONTOUR25
PROPOSED MINOR CONTOUR
VEGETATION/BRUSH LINE
X X X FENCE - BARB WIRE
FENCE - CHAIN LINK
CIVIL MAPPING SYMBOLOGY
SURFACE FLOW DIRECTION
MONITORING WELL
UTILITY/CIVIL LINE SYMBOLOGY
VALVE
NATIVE SOIL (SECTION)
PLACED SOIL (SECTION)
DAILY / INTERMEDIATE COVER (SECTION)
LEA LEACHATE PIPE - SOLID WALL
FM LEACHATE FORCEMAIN
> > DRAINAGE TERRACE
WASTE LIMITS OF WASTE
OHE OVERHEAD POWER LINE
UGE UNDERGROUND POWER
GROUNDWATER PIEZOMETER
SD STORMWATER CULVERT
MW
PZ
>> >> DRAINAGE DITCH / SWALE
WETLANDS DELINEATIONWTL
SECTION LETTER
SHEET WHERE SECTIONIS LOCATED
INTERNAL CELL/PHASE BOUNDARY
LEA LEACHATE PIPE - PERFORATED
SD STORM SEWER PIPE
FENCE - WOOD
G GAS HEADER PIPE
G G G GAS COLLECTOR PIPE
TREES / SHRUBBERY
SURVEY CONTROL POINT
WASTE (SECTION)
RECOMPACTED CLAY (SECTION)
VEGETATIVE SOIL LAYER (SECTION)
PROTECTIVE SOIL COVER (SECTION)
DRAINAGE LAYER (SECTION)
RIP-RAP / REVETMENT STONE (PLAN/SECTION)
GRAVEL (SECTION)
GWT GROUNDWATER PIPE / TRENCH
B
2
ISSUE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2" FILENAME
SCALE
SHEET
DATE
C
D
A
1 3 4 5 6 7 8
MWA METRO PARK EAST PHASE I2021 DRAINAGE AND
COVER IMPROVEMENTS
A. BROSHAR
10310518
CIVIL
DRAWN BY
K. KINLEY
M. BICKFORD
A 09/28/2021 ISSUED FOR BIDB 10/11/2021 ADDENDUM #1
Metro Waste Authority
LEACHATE EXTRACTION WELLLEW
DUAL EXTRACTION WELLDEW
METHANE MONITORING PROBEMMP
A A A COMPRESSED AIR LINE
CIVIL LEGEND AND GENERAL NOTES
00G001.dwg
00G001
X
c:\p
ww
orki
ng\c
entra
l01\
d256
2010
\00G
001.
dwg,
Lay
out1
, 10/
11/2
021
7:05
:41
PM
, MB
ICK
FOR
D
H
V
V
VVVV
VV
VV
V
>
>>>>>
>>>
672.5' of 24" LFG-9001A @ 2.69%
672.5' of 24" LFG-9001A @ 2.69%
165.
5' o
f 24"
LFG
-900
1A @
0.6
4%
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTLWTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
GW
T
GW
TGWT
MW-10
E
EE
CO
FML
FML
DYH
EE
E
EE
EE
EE
EE
E
E
E
E
E
E
E
E
E
E
E E
E
WW
WW W
W
FML
E
E
E
E E
E
E E E E
E
E
EE
E
OE
DYH
DYH
DYH
E
E
DYH
E E E E E E E E
EE
EE
E
E
EE
EE
EE
EE
EE
E
E
FO
FO FO FO FO FO FO
FOFO
FOFO
FO
FOFO
FO
FO
FO
FO
FO
FO
FO
E
E
E
EE
E
E
EEEEE
EEE
E
E
E
E
FO
FO
FO
FOFO
FO
FO
FO
FO
FO
FO
FO
FO
FO
E EE E E E
E E E E E EE
EE
EE
EE
E
EE
E
E
E
EE
E
E
E
E
E
E
E
E
EE
EE
W
W
W
W
WW
W
W
W
WW
W
SAN
SAN
SAN
FO
E
EE
EE
E
FO
BLOW-OFF RISER
VALVE
VALVE
VALVE
VALVE
VALVE
VALVE
VALVE PER WMI
VALVE
VALVE
VALVE
GW
TG
WT
GW
TG
WT
GW
T
GW
T
GW
T
GWT
GW
T
GW
T
GW
T
GU-5GU-4GU-3AGU-3
>
>
>>
>
>
>
>>>>>>>>>>>
>>>>>>>>>
>
>
>
>>>>>
>
>>>
>
>
>
>
>>
>>
>>
>>
>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>>
>
>>
> >
>
> > > > > > > >
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>>>>>
>>>
>
>>>
>
>
>
>
>
>
>>>
>>
>>
>
>
>
> > > > >
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>
>>
>>
>>
>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>
>
>>
>
>
>
>>
>
>>
>>
>>
>
>
>
>
>>
>>
>>
>>
>>
>
>>
>
>
>
>
>
>
>>>>>
>>>
>
>
>
>
>
>
>
>
>
>>
>>
>>
>>>>>>>>>>>
>
> > > > >
>>
>>
>
>
>
>>
>
>
>
>
>
>>
GW
TV
E E
E
E EE
E
E EE
FO
FO FOFOE
E
VALVE
GW
T
GWTGWT
GW
T
MMP-14
MMP-3
MMP-N1
MMP-N2
MMP-N3
MMP-W3
MMP-W2
MMP-W1
LEW-15LEA LEA
LEALEA
LEA
CONDENSATEKNOCKOUT
PZ-12
PZ-13
PZ-9
PZ-11
PZ-3
RWH-120
RWH-121RWH-82
RWH-78
RWH-77
RWH-76
UO-1UO-2
UO-3 UO-4GU-18
VALVE #1
VALVE #2
VALVE #3
VV
LEACHATE #1
M MH
CPICO16SCPICO17S
CPICO18S
CPICO15S
CPICO19S CLV-07
C PICO14SCPICO1AWEST
CPICO13S CPICO12S
C LV-06
CPICO11S
CPICO10S C
PICO9SCPICO8S C
PICO7SC PICO1AEAST
C PICO6S
CLV-08
C PICO5SC PICO4S
C LEAK DETECT
C LV-05
C PICO3S
CPICO2S
CPICO1S
C LV
CLV
C PICO20SCPICO21S
C PICO1WCPICO3W CPICO2W
CPICO4W
CPICO5W
CPICO6W
CPICO7W
CPICO8W
CPICO9W
C PICO10W
CPICO11W
CPICO12W
CPICO13W
CPICO14W
CPICO16W
C PICO15W
C PICO17W
CPICO18W
CPICO22W
C PICO20W
CPICO23W
CPICO24W
CPICO21W
CPICO11N
CPICO10N
CPICO9N C
PICO8N CPICO7N
CPICO6N C
PICO5NC
PICO4NCPICO3N C
PICO2N
CPICO1N
CPIICO1W
CPIICO2W
CPIICO3W
CPICO7E
C PICO6E
C PIICO4W
CPIICO5W
CPICO5E
CPICO4E
CPIICO6W
CPICO3E
CPICO2ECPICO1E
C PIICO6E
C PIICO5E
C PIICO4E
HH
H
HH
H HH-C1HHH-P1
H HH-C2HHH-P2
H HH-P2A
H HH-C3H
HH-P3
H HH-C4HHH-P4
H HH-C5HHH-P5
HHH-C6H
HH-P6
H HH-C7
HHH-P7
H HH-C8HHH-P8
H HH-C9HHH-P9
H HH-C10HHH-P10
H HH-C11H
HH-P11
H HH-C12HHH-P12
H HH-C13HHH-P13
H HH-C14HHH-P14
H HH-C15HHH-P15
H HH-C16HHH-P16
H HH-C17HHH-P17
H
H
H
H H
H
W
M
H
T
T
T
T
T
S SP-D1
S SP-D2
S SP-D3
V
V
V
V
V
V
V
V
V
V
V
V
T
T
T
X
XX
XXXXXX
XX
XX
X
X
X X X X X X
X X X X X X X X X X X X X X X X X X
XX
X
XXXXXXXXXXXXXX
X
X
XX
X
X
XXXXXX
XX
XX
XXX
X
XX
XX
XX
XX
XX
XX
X
XXXXXXXXXXXXXXXXXXX
X X X X
XX
X
XX
XXXX
X
X
XXX
X
X
X
XX
XX
XX
XX
XX
X
X
X
X
X
X
X
X
XX
XX
XX
XX
XX
XX
XX
XX
XXX
X
XX
X
XX X
X
XXX
X
X
XX
X
XX
XX
XXXX
X
XX
X
MW-22R
MW-23
MW-24R
MW-6
MW-26
MW-47
MW-50
MW-51
MW-52
MW-53
MW-BMW-C
MW-43
MW-44BMW-44A
MW-34
MW-38
MW-63MW-14R
MW-3
MW-17MW-16
MW-15
MW-39 (PZ-8)
MW-55
MW-4 MW-18
MW-19
MW-5
MW-28
MW-56
MW-20
MW-57
MW-59MW-21
MW-60
MW-65 MW-30R MW-31R
MW-37
MW-61
MW-32RMW-33R
MW-62
MW-54
MW-66MW-67
ADS
MW-58
CPICO19W
MMP-1
XX
XX
XX
XX
XX
X
XX
X
6" PVC
H
8" PVC
15" RC
P
T2
T1
S
SEPTICTANK
SS
EE
FO
POWER CONDUIT E E
E
EE
MW-68MW-69
MW-70
MW-71
MW-72
CPICO25W C
PICO26W
CPICO27W
CPICO28W
GWT GWT GWT GWT
GWT GWT GWT GWT GWT
VVV
V
V
V V
GEW-142R
GEW-162R
GEW-133
RWH-120
RWH-121RWH-82
RWH-78
RWH-77
RWH-76
GEW-134
GEW-135
GEW-153R
GEW-154
GEW-155
GEW-163R
GEW-165
GEW-175
GEW-176
HC-131
GEW-182
GEW-181
GEW-152R
GEW-143R
GEW-188
GEW-190
GEW-191
GEW-189
GEW-177RRWH-188
RWH-190
RWH-191
GEW-151
GEW-174
RWH-174
RWH-175
RWH-176
RWH-155
PC-05
PC-06
CELC
PC-01
PC-03
GEW-161R
GW
T
GW
TGWT
GWT
GW
T
GW
T
GW
T
GW
T
GW
T
GW
TG
WT
GW
TG
WT
GW
TG
WT
GWT
G
G
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEALEALEA
LEA
LEA
LEA
LEALEA
LEA
LEA LEA LEA LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA LEA LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
G
LEA
LEA
LEALEA
A
AA
AA
A
A
A
A
A
A
A
A
AA
A
A
AA
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
AA A A A A A A A A A A A A A A A
AA
AA
AA
A
AA
A
AA
AA
AA
AA
A
AA
A
AA
AA
AA
A
AA
A
A
A
A
A
AA
A
A
A
A
AAA
AAAA
A
AA
AA
AA
AA
AA
AA
AA
A
A
A
A
A
A
A
A
A
A
A
A
A
AA
AA
A
A
A
A
A
AAAA
A
A
A A
A
A
AA
AA
A
AA
A
A
A
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
A
AA
AA
A
AA
A
A A A A
A A A A A A A
A
A
AA
A
A
A
AAA
A
AA
A A
A
A
AA
AA
AA
AA
A
AAA
A
A
A
A
A
A
AA
A
AA
AA
AA
A
A
A
AA
A
A
A
AA
A
A
A
A
A
A
A
AA
AA
AA
A
AA
A
A
A
A
A
A
A
A
A
A
A
AAA
AA
AA
AA
A
AA
AA
AA
A
A
A
AA
A
AA
A
A
AA
A
A
A
A
A
A
A
A
A
A
A
A
AAA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
A
A
A
A
A
A
A
LEA
AA
AA
AA
AA
AA
AA
A
LEALEA
LEA
LEA
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
G
G
G
G
G
G
G
G
G
G
G
G
GG
G
G
GG
G
G
G
G
G
G
GG
G
G
G
G
G
G
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
G
G
G
G
GG
GG
G
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
GG
G
G
G
G
G
G G G G G GG G
G
G
G
GG
G GLE
A
LEA
LEA
LEA
AA
A
LEA
LEA
LEA
GWT GWT GWT GWT GWT
LEA
LEA
LEA
G
G
G
G
G
G
G G G
G
G G
G G G
GGG
G
G
G
A
A
A
AA
A
A
AA
G G
G
G
M MH #2
M MH M MH #1
M LMH-1
M LMH-2
M LMH-3
M LMH-4
M LMH-5
M LMH-6
M LMH-7
M LMH-8
M LMH-9
M LMH-10M LMH-11M LMH-12
MLEACHATE #2
M MH
M MHM MH
M LMH-13
MCELL IA EAST SUMPMCELL IA WEST SUMP
MRECIRC WET WELL
M
M
M
M
NPW
FA CB
FD
D
G
D
DEF
X
GWT GWT GWT GWT GWT GWT GWT GWT
GWT GWT GWT GWT GWT GWT GWT GWT
GWT GWT GWT GWT GWT GWT GWT GWT
LEA LEA LEA LEA LEA LEA LEA
LEA LEA LEA LEA LEA LEA
LEALEA
LEALEA
LEALEA
LEA
C
C
C
LEA LEA LEA LEA LEA
LEA LEA LEA LEA LEA
LEA LEA LEA LEA LEA
E
EE
EE
E
E
EE
E E E E EE
E
WE E
XXXX
X
X
X
X
X
X
X
X
XX
E
EE
EE E
E
E
E
GWT GWT
GWT GWT
LEA
LEA
LEA
S SP-D4
S SP-D5
S SP-D6
C
C
C
GWT GWT
W
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
PRO
PPR
OP
PRO
PPR
OP
PRO
PPR
OP
PRO
P
PROPPROPPROPPROPPROPPROPPROPPROP
PROPPROPPROP
PROPPROPPROP
31
40
30
41
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
WW
G G G G
G
G
G
G
LEA
LEALEA
LEA
LEA
A
A
A
A A A A A AA
AA
A
G
G G G
G
G
A
A
A
A
GEW-196
A
A
A
A
A
A
A
A
AA
PC-01
A
GLEA
AA
HZ-01
HZ-02
G
G
G
G
G
G
G
G
GG GG
GG
GG
G
G
G
HZ-03
G
G
G
GG G G
GEW-195
LEALEA
GG G
A A A A A
G GLEA
A
A A A A
GG
GG
G
GG
LEA
LEA
A
A
AA A
AA
A
G
G
PC-04
PC-11
GG
GG
GG
GG
G G G G
GG
G G
PC-03
PC-02
G
CELC
GEW-194
A
GEW-193
LEAA A A
A
A
GEW-192
G G GG
GG
G
PC-10
GEW-164R
MW-73
WASTE
WASTE
WASTE
WASTE
WASTEWASTEWASTEWASTEWASTE
WASTE
WASTE
WASTE
WAS
TE
WAS
TEW
ASTE
WASTEWASTE
WASTEWASTEWASTEWASTEWASTE
WASTE
WASTE
WASTE
WASTE
WAS
TEW
ASTE
WASTE
WASTE
WASTE
WAS
TE
WAS
TE
WASTE WASTE WASTE WASTE WASTE
WASTE
WASTE WASTE
WAS
TEW
ASTE
WAS
TEW
ASTE
WAS
TEW
ASTE
WAS
TEW
ASTE
WAS
TE
WASTE
WASTE
WAS
TEW
ASTE
WAS
TE
WASTE
WASTE
WASTE
WASTE
WASTEWASTE
WASTE
WASTEWASTE WASTE
CELL E(FUTURE)
CELL F(FUTURE)
CELL H(FUTURE)
CELL I(FUTURE)
CELL K(FUTURE)
CELL G(FUTURE)
CELL L(FUTURE)
FF
E
PHASE I MSWLF UNIT
PHASE II MSWLF UNIT
COMPOSITE LINER(APPROX 20 ACRES)
YR 1996
4' CLAY LINER(APPROX 18 ACRES)
YR 1992
COMPOSITE LINER
(8 ACRES) YR 2003
4 FT. CLAY CAPCLOSED AREA
COMPOSITE CAP CLOSED AREA(SOUTH SLOPE)
2 FT. CLAY CAP CLOSED AREA(WEST SLOPE)
COMPOSITE CAP CLOSED AREA(NORTH SLOPE)
PHASE 1A DISPOSALAREA
WET WEATHERDISPOSAL AREA
NORTHDISPOSAL AREACOMPOSITE CAP
(47 ACRES)YR 1999
OLD DISPOSAL AREA(34 ACRES )
PRE-YEAR 1992
PHASE 1BDISPOSAL
AREA
PHASE 1A PHASE 1BOVERLAP
CELL B WEST CELL B EAST CELL C SOUTH CELL D SOUTH
CELL D NORTHCELL C NORTH
CELL A
COMPOSITE CAPCLOSED AREA
(STAGE 1 CAPPING)
G
GG
GG
G
G
G
G G
G
G
G G
G
G
G G
G
G
G
NORTHSEDIMENT
POND
NON-POTABLEWATERSUPPLY WELLS
EAST
PER
IMET
ER B
ERM
NORTHEASTSEDIMENT
POND
SOUTHSEDIMENT
POND
SOUTHWESTSEDIMENT
POND
NORTHWESTSEDIMENT
POND
NE UNIVERSITY AVE. / NW 12TH AVE. / IA HIGHWAY 163
1
2
4
5
3
D
C
A
E
NE UNIVERSITY AVE. / NW 12TH AVE. / IA HIGHWAY 163
B
FG
678
H
9J
10
PHASE I SUPPORTBUILDING
COMPOSTPAD
I
SITE ENTRANCE / EXIT
9
K
SOIL BORROWAREA
ANIMAL BEDDINGSTOCKPILE
SITE/CONSTRUCTION ENTRANCE.COORDINATE ACCESS WITHOWNER UPON MOBILIZATION
CONTRACTORSOIL HAUL ROUTE
CONTRACTORSOIL HAUL ROUTE
CONTRACTORSOIL HAUL ROUTE
N 583000
N 582500
N 582000
N 581500
N 581000
N 580500
N 580000
N 579500
N 579000
E 16
7900
0
E 16
7950
0
E 16
8000
0
E 16
8050
0
E 16
8100
0
E 16
8150
0
E 16
8200
0
E 16
8250
0
E 16
8300
0
E 16
8350
0
E 16
8400
0
E 16
8450
0
E 16
8500
0
E 16
8550
0
E 16
8600
0
E 16
8650
0
SITE SURVEY CONTROL
POINT ID.
CP-30
CP-31
CP-40
CP-41
NORTHING
583020.06
583124.00
579825.11
582442.72
EASTING
1680086.92
1683175.56
1679684.88
1684717.36
ELEVATION
867.57
930.36
820.34
936.53
B
2
ISSUE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2" FILENAME
SCALE
SHEET
DATE
C
D
A
1 3 4 5 6 7 8
MWA METRO PARK EAST PHASE I2021 DRAINAGE AND
COVER IMPROVEMENTS
A. BROSHAR
10310518
CIVIL
DRAWN BY
K. KINLEY
M. BICKFORD
A 09/28/2021 ISSUED FOR BIDB 10/11/2021 ADDENDUM #1
Metro Waste AuthorityEXISTING CONDITIONS
PHASE I & PHASE II MSW LANDFILL
00G002.dwg
1" = 250' 00G002
SITE BUILDINGS
SCALE HOUSE / OFFICE
MAINTENANCE FACILITY 2
FIRE & WASHDOWN PUMP HOUSE
COLD STORAGE BUILDING 4
COLD STORAGE BUILDING 3
COLD STORAGE BUILDING 2
MAINTENANCE FACILITY 1
COLD STORAGE BUILDING 1
GAS PLANT
CWTS SUPPORT BUILDING
1
2
3
4
5
6
7
8
9
10
SITE LOCATIONS
SCALES
FUELING STATION
WHEEL WASH STATION
RECYCLING AREA
PUBLIC DROP-OFF AREA
SHINGLES DISPOSAL AREA
COMPOST CENTER
CELL TOWER
LEACHATE LOAD-OUT AREA
PRE-APP LAGOON
ANIMAL BEDDING STOCKPILE
A
B
C
D
E
F
G
H
I
J
K
B
B
B
B
c:\p
ww
orki
ng\c
entra
l01\
d256
2010
\00G
002.
dwg,
Lay
out1
, 10/
11/2
021
7:05
:32
PM
, MB
ICK
FOR
D
830
832
840
850
860 87
0 880
890 900
910 92
093
094
0
944 950
960
970
820
830
840
850
860
870
880
890
900
910
920
930
940
950
960
970 980 986984
830
840
850
860
870
880
890
900
910
920
930
940
950
824826
818
820
820
820
820
820
830
826
826
932
934
936
938
960
970
980
870
880
890900
910
920
930
940
950
960
850
860
870
880
890
900
910
920
820
830
840
850860
870880890
900
910
920
930
940
938
934
942
948
820830
840850860870880
890
900
910
920
930
940
950
960
840850
860
870880
890
900
910
920
930
940
950
960
87088
0
890900910920930940
950
960
970
850
860
870
880
890
90091
0
920
970
980
984
984986
910
920
930
940
950
960
970
970
910
920
926
930
930
940
920
920
930940
950960
890
900
910
840
850
860
862
880
870
840830
820
830
830
818
820
820
820
820
820
826
832
840
850
860
850860
870
832834
836
820
820
822
822
830
84085
086087
0880
840
850
860870
880
830
830
840
>
>
>>>>>>
>>>
672.5' of 24" LFG-9001A @ 2.69%
672.5' of 24" LFG-9001A @ 2.69%
165.
5' o
f 24"
LFG
-900
1A @
0.6
4%
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
MW-10
CO
EEE
E
EE
EE
EE
EE
EE
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E E E E E
E
E
E
E E E E E E E E E E
EE
EE
EE
E
E
EE
EE
EE
EE
EE
EE
E
E
E
FO
FO FO FO FO FO FO FO
FOFO
FOFO
FO
FO
FO
FOFO
FO
FO
FO
FO
FO
FO
FO
FO
FO
E
E
EEEEEE
E
FO
FOFO
FO
FO
FO
FO
E
EEE
BLOW-OFF RISER
VALVE
VALVE
VALVE
VALVE
VALVE
VALVE
VALVE PER WMI
VALVE
VALVE
VALVE
GU-3AGU-3
>
>
>>>>>>
>
>>
>>
>>
>>
>>
>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>>
>
>
>>
>
>
>
>
>
>
>
>
>
>
>>
>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>
>>
>>
>>
>>
>>
>
>
>>
>>
>>
>>
>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>>
>
>
>
>>>
>
>
>
>>
>>
>
>>
>>
>>
>>
>
>
>
>>
>>
>>
>>
>>
>>
>
>
>>
>
>
>
>
>
>
>
>
>>>>>>
>
>>>>>>>>>>>>>
>
>
>
>
>
>>
VALVE
MMP-N3
MMP-W3
MMP-W2
MMP-W1
LEW-15
LEALEA
CONDENSATEKNOCKOUT
PZ-13
PZ-9
RWH-120
RWH-121
DEW-57DEW-55 DEW-56 DEW-59
DEW-62DEW-46
DEW-45
DEW-61DEW-24
DEW-23
DEW-14
DEW-15
DEW-16
DEW-17
DEW-18
DEW-109
DEW-108
DEW-107
DEW-115
DEW-114 DEW-113 DEW-112
DEW-117DEW-116 DEW-89
DEW-87 DEW-86
DEW-94 DEW-93 DEW-92 DEW-91
DEW-90
DEW-98RDEW-97R
DEW-74DEW-38RDEW-37R
DEW-100DEW-101
DEW-96 DEW-95DEW-111
DEW-103
DEW-127
DEW-73DEW-99
DEW-39
TEW-8
DEW-125RDEW-124
TEW-7
DEW-9R08
TEW-6DECOMMISSIONED
DEW-8R
DEW-104
DEW-7R
DEW-105
DEW-106
DEW-19R
DEW-110
DEW-2RDEW-3R DEW-4R
DEW-5RDEW-6
DEW-40R
DEW-35R
DEW-36DEW-126
DEW-102
DEW-72
DEW-71
DEW-70
DEW-69
DEW-68
DEW-67DEW-43R
DEW-42
DEW-34R
DEW-33R
DEW-32R
DEW-21DEW-12DEW-1
DEW-13 DEW-22 DEW-29R
DEW-30R
DEW-31R
DEW-44
DEW-47
DEW-66
DEW-65R
DEW-26
DEW-27
DEW-28
RWH-109
RWH-82
RWH-78
RWH-77
RWH-76
VALVE #1
VALVE #2
VALVE #3
LEACHATE #1
DEW-123
H HH-C1HHH-P1
H HH-C2HHH-P2
H HH-P2A
H HH-C3H
HH-P3
H HH-C4HHH-P4
H HH-C5HHH-P5
HHH-C6H
HH-P6
H HH-C7
HHH-P7
H HH-C8HHH-P8
H HH-C9HHH-P9
H HH-C10HHH-P10
H HH-C11H
HH-P11
H HH-C12HHH-P12
H HH-C13HHH-P13
H HH-C14HHH-P14
H HH-C15HHH-P15
H HH-C16HHH-P16
H HH-C17HHH-P17
V
V
V
V
V
V
V
V
V
V
V
V
T
T
XX
XX
XX
X
X
XX
X
X
X
X
X
XX
XX
XX
XX
XX
X
X
X
X
X
X
X
X
XX
X
XX
XX
XX
XX
XX
XX
XX
XX
XX
XX
X
X
X
XXX
X
X
X
MW-22R
MW-50
MW-51
MW-52
MW-53
MW-B
MW-63MW-14R
MW-3
MW-17MW-16
MW-15
MW-39 (PZ-8)
MW-55
MW-4 MW-18
MW-19
MW-5
MW-28
MW-56
MW-20
MW-57
MW-59MW-21
MW-60
MW-65 MW-30R MW-31R
MW-61
MW-32RMW-33R
MW-62
MW-54
EAST 10,000 GALLON UNDERGROUNDTANK, PUMP STATION, LOADOUT AREA
ADS
MW-58
MMP-1
MW-68MW-69
MW-70
MW-71
MW-72
VVV
V
V
GEW-133
RWH-120
RWH-121RWH-82
RWH-78
RWH-77
RWH-76
GEW-135
HC-131 GEW-177R
PC-01
PC-03
GW
T
GW
T
GWT
GW
T
GW
T
GW
T
GW
TG
WT
GW
TG
WT
GW
TG
WT
GW
T
GWT
GWT
G
G
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEALEALEA
LEA
LEA
LEA
LEALEA LEA
LEA
LEA LEA
LEA
LEA LEA LEA LEA LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA LEA LEA LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEALEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
G
LEALEA
LEALEA
A
AA
AA
AA
A
A
A
A
A
A
A
A
A
AA
AA
A
AA
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
AA
A
A
A
A
A
A
A
A
A
A
A
AA
A
A
A
AA A A A A A A A A A A A A A A A A A A
AA
AA
AA
AA
A
A
AA
AA
A
AA
A
A
AA
AA
AA
AA
AA
A
AA
AA
AA
AA
A
AA
A
A
A
A
A
A
AA
A
A
A
A
A
A
AAA
AAAAA
A
AA
AA
AA
AA
AA
AA
AA
AA
AA
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
AA
A
AA
A
A
A
A
A
A
A
AAAAAA
A
A
A
A A A
A
A
A
AA
AA
A
AA
A
A
A
A
A
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
AA
A
AAA
AA
A
A
AA
A
A
A A A A A
A A A
A A A A A
A
A
A
AA
A
A
A
AA
AAAA
A
AA
A A
A
A
A
AA
AA
AA
AA
AA
A
AAA
A
A
A
A
A
A
AA
A
A
AA
AA
AA
AA
A
AA
A
A
A
A
AA
AA
A
A
A
A
AA
A
A
A
A
A
A
A
A
A
A
A
AA
AA
AA
AA
A
AA
A
A
A
A
A
A
A
AA
A
A
A
A
A
A
A
AA
AA
AA
A
A
A
A
A
AA
AA
AA
AA
A
A
AA
A
A
AA
A
A
A
A
A
A
A
A
A
A
A
A
AA
A
A
A
A
AAA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
A
A
AA
A
A
A
A
A
A
AA
AA
AA
AA
AA
AA
AA
AA
LEA LEA
LEA
LEA
LEA
LEA
G
G
G
G
G
G
G
G
GG
G
G
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
G
G
G
GG
G
G
G
G
GG
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
GG
G
G
G
G
G
G
G
G
GG
G
G
G
G
G
G
G
GG
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G G G G G GG G
G G
G
G
G
G
G
GG G G
GLE
A
LEA
LEALEA
A
LEA
LEA
LEA
LEA
LEA
G
G
G
G
G
G
G
G
A
A
A
A
AA
A
A
A
A
AA
A
M MH #2
M MH M MH #1
M LMH-1
M LMH-2
M LMH-3
M LMH-4
M LMH-5
M LMH-6
M LMH-7
M LMH-8
M LMH-9
M LMH-10M LMH-11M LMH-12
MLEACHATE #2 M LMH-13
MCELL IA EAST SUMPMCELL IA WEST SUMPM
LEA
EE
E EE E
>>
>>
>>
>>>>
>>
>>
>>
>>
>>
>>
>>
>>
>>WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTL
WTLPR
OP
PRO
PPR
OP
PRO
PPR
OP
PRO
PPR
OP
PRO
P
40
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GEW-81
GEW-82
GEW-80
GEW-78
GEW-79
GEW-77 GEW-76
GEW-75
GEW-84
GEW-85
GEW-83
GEW-53
GEW-60
GEW-52GEW-51
GEW-58
GEW-50
GEW-49GEW-48
G LEA
LEA
AA
A
A
A A
G
A
A
A
A
GEW-196 A
A
A
A
A
A
A
A
A
AA
GEW-195
LEAGA A
G
A
A
G
A
A
G
PC-03
PC-02
GEW-194MW-73
WASTE
WASTE
WASTE
WASTE
WASTE
WAS
TE
WAS
TE
WAS
TEW
ASTE
WASTEWASTE
WASTEWASTEWASTEWASTEWASTEWASTE
WASTE
WASTE
WASTE
WASTE
WASTE
WASTE
WAS
TEW
ASTE
WASTE
WASTE
WASTE
WASTE
WAS
TE
WASTE
WASTE WASTE WASTE WASTE WASTE WASTE
WASTE
WASTE
WAS
TE
WAS
TE
WASTE
WASTE
WASTE
WASTE
WASTE
>>
>
> >>
> >
>
>
>
>
>
>
>>
>>
>>
>
>
>
>
>>
>>
>
>
>
NORTHWESTSEDIMENT POND
2 FT. CLAY CAPCLOSED AREA(WEST SLOPE)
4 FT. CLAY CAPCLOSED AREA
METRO METHANEFACILITY
COMPOSITE CAP CLOSED AREA(SOUTH SLOPE)
COMPOSITE CAP CLOSED AREA(NORTH SLOPE)
SOUTHWESTSEDIMENT POND
PHASE I SUPPORTBUILDING
OBSERVATIONAREA
TEMP. SOUTHSEDIMENT
POND
NORTHSEDIMENT
POND
COLDSTORAGE
BLDG. 1
LETDOWN
LETDOWN
LETDOWN
LETDOWN
REMOVE (2) EXISTING 36"CULVERTS AND INLET/OUTLETSTRUCTURES, INCLUDINGCONCRETE CULVERT OUTLETSTRUCTURE; SEE DETAIL 1/00C502
ACCESS ROAD
ACCESS ROAD
ACCESS ROAD
ACCESS ROADACCESS ROAD
ACCESSROAD
ACCESS ROAD
90° HDPE ELBOW, TYP(SEE NOTE 2)
90° HDPE ELBOW,TYP (SEE NOTE 2)
SEE DETAIL 2/00C502 FOR LEACHATESEEP ENCOUNTERS UPONEXCAVATION AND REMOVAL OF THETWO (2) EXISTING 36" CULVERTS.
REMOVE 4" PVC RISER,TYP (SEE NOTE 3)
REMOVE 4" PVC RISER,TYP (SEE NOTE 3)
N 583000
N 582500
N 582000
N 581500
N 581000
N 580500
N 580000
N 579500
E 16
7950
0
E 16
8000
0
E 16
8050
0
E 16
8100
0
E 16
8150
0
E 16
8200
0
E 16
8250
0
E 16
8300
0
B
2
ISSUE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2" FILENAME
SCALE
SHEET
DATE
C
D
A
1 3 4 5 6 7 8
MWA METRO PARK EAST PHASE I2021 DRAINAGE AND
COVER IMPROVEMENTS
A. BROSHAR
10310518
CIVIL
DRAWN BY
K. KINLEY
M. BICKFORD
A 09/28/2021 ISSUED FOR BIDB 10/11/2021 ADDENDUM #1
Metro Waste AuthorityDRAINAGE AND COVERIMPROVEMENTS PLAN
00C101.dwg
1" = 200' 00C101
DRAINAGE TERRACE (TYP);SEE DETAIL 3/00C501
DRAINAGE TERRACE (TYP);SEE DETAIL 3/00C501SEE SHEET 00C102
FOR CULVERT ANDROAD GRADING
TIED CONCRETEBLOCK MATTING(TCBM) LETDOWNSTRUCTURE; SEEDETAILS 1 & 2/00C501
PHASE IIMSWLF UNIT
PHASE I MSWLF UNIT
CAP IMPROVEMENTS LEGEND
REPAIR TERRACE OUTLETS - GRADETO DRAIN INTO LETDOWN (PLACE1.5'x20'x40' RIP-RAP AT EACH REPAIR)
RESHAPE TERRACE; CLEANOUTSEDIMENT AND PLACE FILL TOOBTAIN 2% MIN. SLOPE
EXISTING ACCESS ROAD
NOTES1. SEED ALL DISTURBED AREAS RESULTING FROM
CONSTRUCTION ACTIVITIES.
2. INSTALL 90° HDPE ELBOW ON EXISTING 6-INCHDRAIN LINES ENTERING BOTH SIDES OF THEINLET STRUCTURES AND EXTEND 6-INCH HDPEDRAIN PIPE BEYOND ELBOW TO DAYLIGHT.INSTALL GRATES AT THE OUTLET OF THE DRAINPIPES. (x3 LOCATIONS)
3. FIELD INVESTIGATE AND REMOVE 4-INCH PVCRISERS (x3 LOCATIONS). BACKFILL HOLES WITHGRANULAR BENTONITE.
INTENDED SURFACE FLOW DIRECTION
APPLY AMENDED TOPSOIL, SEEDAND FERTILIZE PER SPECIFICATIONS
EXISTING CONCRETECULVERT OUTLETSTRUCTURE TO BE REMOVED
REPAIR ROAD; REPLACE20-FOOT LONG 18" DIA.ADS N-12 CULVERT
B
B
B
B
c:\p
ww
orki
ng\c
entra
l01\
d256
2010
\00C
101.
dwg,
Lay
out2
, 10/
11/2
021
7:05
:11
PM
, MB
ICK
FOR
D
825
830
835
825
830
835
840
845
836
837
838
839
830
835
840
845
838
839
840
845
837
838
839
E
E
E
E
E
E
E
E
E
E
E
E
E
E
CPICO14W
CPICO16W
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEA
LEAWTL
WTL
WTL
WTL
WTL
WTL
WASTE
WASTE
WASTE
WASTE
WASTE
WASTE
WASTE
WASTE
WASTE
838
839840
839
837
838837
835
833
834
836
837
838
836
837
838
200C501
CULVERT CROSSING
MW-57
ROADWAY GEOTEXTILE;MIRAFI 500X ORAPPROVED EQUAL
STRUCTURAL FILL
3" SURFACE COARSE AGGREGATE;IOWA DOT GRADATION 11
9" BASE COARSE AGGREGATE;IOWA DOT GRADATION 13A
STRIP VEGETATION
EXISTING ROAD TO BEREMOVED; GRAVEL TO BESALVAGED AND STOCKPILEDPER OWNER DIRECTION
GRADE IN DITCH, PLACEEROSION CONTROL MATTING,SEED AND FERTILIZE
SLOPE
B
2
ISSUE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2" FILENAME
SCALE
SHEET
DATE
C
D
A
1 3 4 5 6 7 8
MWA METRO PARK EAST PHASE I2021 DRAINAGE AND
COVER IMPROVEMENTS
A. BROSHAR
10310518
CIVIL
DRAWN BY
K. KINLEY
M. BICKFORD
A 09/28/2021 ISSUED FOR BIDB 10/11/2021 ADDENDUM #1
Metro Waste AuthorityPERIMETER ROAD AND STORM
CULVERT GRADING PLAN
00C102.dwg
1" = 10' 00C102
TIED CONCRETE BLOCK MATTING(TCBM) LETDOWN STRUCTURE;SEE DETAIL 1 & 2/00C501
12'
NEW AGGREGATEROADWAY; SEE DETAILON THIS SHEET
NEW AGGREGATEROADWAY; SEE DETAILON THIS SHEET
NEW AGGREGATEROADWAY TYPICAL SECTIONNO SCALE
3-
CLASS "E" RIP-RAP
CLASS "E" RIP-RAP
NOTES1. SEED ALL DISTURBED AREAS RESULTING
FROM CONSTRUCTION ACTIVITIES.
NOTE
1. SECTION APPLIES TO CULVERTREMOVAL ROAD REPAIR AND NEW ROAD.
B
2'x12' PRECAST CONCRETE BOXCULVERT; OLD CASTLEPRECAST MODEL382BOXCULVERT FOR HS-20LOADING OR APPROVED EQUAL
c:\p
ww
orki
ng\c
entra
l01\
d256
2010
\00C
102.
dwg,
Lay
out1
, 10/
11/2
021
7:04
:47
PM
, MB
ICK
FOR
D
1
6'-0"
VARIES
1
FLOWLINE OF TERRACE
IOWA SUDAS 2020, TYPE2 TURF REINFORCEMENTMATTING, SEED,TOPSOIL AND FERTILIZE.
3
1VARIES
2'-0"
2'-0
"
3
1
DRAINAGE TERRACENO SCALE
3-
APPROX 4:1(MATCH EXIST GRADE)
3:1
END OF LET DOWNSTRUCTURE
4:1 (TYP) 3:1 4:1 (TYP)
3:1
4:1 (TYP) 3:1
MIN MIN
3:1
3:1
3:1
PROVIDE TRANSITION FROMBERM ON CREST TO
DIVERSION BERM
3:1
3:1
3:1
3:1
VARIES
CH
ANN
EL W
IDTH
A
A
SECTION A-A3:
1 3:1
3:1
3:1
3:1 3:13:1
APPROX. 6" FROMFLOWLINE OF LETDOWN
END OF LET DOWNSTRUCTURE
LIMITS OF LETDOWNSTRUCTURE ARMORING
13
13
3" ANIMALBEDDING
2'-0"' 9'-0" 6'-0" 2'-0"
3'-0
"
EXISTING EROSION LAYER
3" ANIMAL BEDDING
STRUCTURAL FILL TIED CONCRETE BLOCK MATTING(TCBM); SEE SPECIFICATIONS
SEE DETAIL2/00C501
31
4'-0"
3'-0"MIN
18"
ENERGY DISSIPATER FOR LETDOWN STRUCTURESNO SCALE
2-
GEOTEXTILETERMINATION BELOWLETDOWN STRUCTURE
GEOTEXTILE (10 OZ) MATERIALALONG ALL INTERFACE AREASWITH GROUND CONTACTUNDER RIP-RAP
CLASS "E" RIP-RAP
12'-0"
CLASS "E" RIP-RAP
STRUCTURAL FILL
EXISTING EROSION LAYER
NOTE
1. INSTALL 3" OF ANIMAL BEDDING ON TERRACESTO ESTABLISH VEGETATION ON COMPACTED FILL.
2. FIELD FIT WITH ENGINEER'S APPROVAL TOMAINTAIN 2% MINIMUM SLOPE. AVOID PLACINGINFRASTRUCTURE IN FLOWLINE OF TERRACE,AND AVOID RAISING INFRASTRUCTURE.
NOTE
1. INSTALL 3" OF ANIMAL BEDDING ONTCBM TO ESTABLISH VEGETATIONON COMPACTED FILL.
2'-0
"
GEOTEXTILE (10 OZ) MATERIALALONG ALL INTERFACE AREASWITH GROUND CONTACTUNDER RIP-RAP
2% 2%
TIED CONCRETE BLOCKMATTING LETDOWN STRUCTURE;SEE DETAIL 1/00C501
LIM
ITS
OF
WAS
TE
4'-0"
2'x12' PRECAST CONCRETE BOXCULVERT; OLD CASTLE PRECASTMODEL 382BOXCULVERT FOR HS-20LOADING OR APPROVED EQUAL
TIED CONCRETE BLOCKMATTING (TCBM) LETDOWN STRUCTURENO SCALE
1-
TER
RAC
E FL
OW
LIN
E2%
(TYP
)
TOP
OF
TER
RAC
E
TER
RAC
E FL
OW
LIN
E2%
(TYP
)
TOP
OF
TER
RAC
E
STRUCTURAL FILL
RUNOUT AND ANCHOR PERMANUFACTURER'S SPECIFICATION;10' MINIMUM (TYP)
RUNOUT AND ANCHOR PERMANUFACTURER'S SPECIFICATION;10' MINIMUM (TYP)
LET DOWN STRUCTURE
STRUCTURAL FILL
13
EL = 837.75
EL = 835.75
MATCH GRAVELELEVATIONS;838.75 TO 839.0
EL = 838.00
EL = 836.00
NOTE
1. EXTEND TIED CONCRETE BLOCKMATTING MINIMUM OF 2-FOOTUNDERNEATH THE CLASS "E" RIP-RAP.
B
2
ISSUE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2" FILENAME
SCALE
SHEET
DATE
C
D
A
1 3 4 5 6 7 8
MWA METRO PARK EAST PHASE I2021 DRAINAGE AND
COVER IMPROVEMENTS
A. BROSHAR
10310518
CIVIL
DRAWN BY
K. KINLEY
M. BICKFORD
A 09/28/2021 ISSUED FOR BIDB 10/11/2021 ADDENDUM #1
Metro Waste AuthorityDRAINAGE AND COVER DETAILS
00C501.dwg
AS NOTED 00C501
B
B
B
c:\p
ww
orki
ng\c
entra
l01\
d256
2010
\00C
501.
dwg,
Lay
out1
, 10/
11/2
021
7:04
:29
PM
, MB
ICK
FOR
D
CAP REPAIR SECTIONNO SCALE
1-
NOTE
1. WASTE ENCOUNTERED WITH TRENCHING ANDGRADING TO BE HAULED TO ACTIVE AREA.
WASTE
24" EXISTINGUNCOMPACTEDEROSION LAYER
24" MIN. CLAY LINERCOMPACTED IN 6-INCHLIFTS, SEE SPECIFICATION
REPAIR EROSIONLAYER IN SINGLE LIFT
KEY INTO EXISTING CLAYAND PLACE IN LIFTS
REMOVE (2x) 36" CULVERTS.HAUL WASTE TO ACTIVE FACEAND BACKFILL SOIL INCOMPACTED 1-FOOT LIFTS
GCL
6" MIN. OVERLAPOF GCL (TYP)
SEED AND FERTILIZEPER SPECIFICATIONS
INLET STRUCTURES TO THE EXISTINGTWO (2) 36-INCH CULVERTS TO BEREMOVED. INLET STRUCTURES SHALLBE REMOVED ALONG WITH THEREMOVAL OF THE CULVERTS.
INSTALL HDPE 90° ELBOW ON EXISTING 6-INCHDRAIN LINES ENTERING BOTH SIDES OF THE INLETSTRUCTURES AND EXTEND 6-INCH HDPE DRAINPIPE BEYOND ELBOW TO DAYLIGHT DOWNSLOPE.INSTALL GRATES AT THE OUTLET OF THE DRAINPIPES. (x3 LOCATIONS)
REMOVE WASTE ANDREPLACE WITH CLAYSOIL BACKFILL
REMOVE WASTE ANDREPLACE WITH CLEANAGGREGATE BACKFILL
6"
12"EXISTING 2-FOOT SOIL CAP. KEYNEW 2-FOOT CLAY SOIL CAPINTO EXISTING 2-FOOT SOIL CAP.
EXISTING 2-FOOT SOIL CAP. KEYNEW 2-FOOT CLAY SOIL CAPINTO EXISTING 2-FOOT SOIL CAP. 10'-0"
5'-0
" TO
8'-0
"
AREAS OF
EXISTING WASTE
2
1
1
1
REPAIRING LEACHATE SEEPSNO SCALE
2-
A
A
LENGTH OF SEEP 10'-0"EACH SIDE OF SEEP
EXCAVATION LIMITS. KEYNEW 2-FOOT CLAY SOIL CAPINTO THE EXISTING 2-FOOTSOIL CAP, ALL SIDES.
NOTES
1. ASSUME UP TO TWO LOCATIONS OF LEACHATE SEEPSWILL BE ENCOUNTERED DURING THE EXCAVATIONAND REMOVAL OF THE EXISTING CULVERTLETDOWNS. COORDINATE WITH OWNER/ENGINEER.
PLAN VIEW
SECTION VIEW
REMOVE AND REPLACEEXISTING VEGETATIVECOVER LAYER
EXCAVATE THROUGH EXISTING 2-FOOT SOILCAP. EXCAVATE AND REMOVE WASTE. IMPORTLOW PERMEABILITY CLAY SOIL AND REINSTALL2-FOOT SOIL CAP IN 6-INCH COMPACTED LIFTS,KEYED INTO SURROUNDING EXISTING SOIL CAP.
B
2
ISSUE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2" FILENAME
SCALE
SHEET
DATE
C
D
A
1 3 4 5 6 7 8
MWA METRO PARK EAST PHASE I2021 DRAINAGE AND
COVER IMPROVEMENTS
A. BROSHAR
10310518
CIVIL
DRAWN BY
K. KINLEY
M. BICKFORD
A 09/28/2021 ISSUED FOR BIDB 10/11/2021 ADDENDUM #1
Metro Waste AuthorityDRAINAGE AND COVER DETAILS
00C502.dwg
AS NOTED 00C502
B
B
B
c:\p
ww
orki
ng\c
entra
l01\
d256
2010
\00C
502.
dwg,
Lay
out1
, 10/
11/2
021
7:04
:18
PM
, MB
ICK
FOR
D
Metro Waste Authority | MPE Phase 1 – Drainage and Cover Improvements Pre-Bid Meeting Minutes
Pre-Bid Meeting Minutes Project: MWA MPE Phase 1 - Drainage and Cover Improvements
Subject: Pre-Bid Meeting
Date: Thursday, October 07, 2021
Location: Metro Park East Landfill
(Discussion Items as part of the minutes from the meeting and the site walkthrough are
bold and italicized)
SUMMARY OF WORK
a. Existing culvert/outfall removal
b. New letdown structure
c. Box Culvert/roadway
i. Box culvert can be poured cast in place in lieu of precast. Concrete and
reinforcement shop drawings will need to be certified by a Structural
Engineer, licensed in the State of Iowa, and hired by the Contractor if cast
in place is used.
d. Terracing
i. 2% slope
e. Topsoiling, erosion control, seeding
f. See Specification Section 01 11 00 and the Drawings and Specifications for work
to be performed.
EXISTING CONDITIONS
a. This is a closed landfill site that has an existing landfill cap. Disturbances to the
cap are not anticipated to occur beyond the removal of the existing culvert and
shall be avoided.
b. Bidders shall be aware of existing infrastructure such as leachate collection lines,
gas wells, and other utilities shown within the drawings.
BORROW SOURCE
a. Soil borrow source location is shown on sheet 00G002. Area within the location
of soil borrow to be coordinated with Owner/Engineer.
b. Animal Bedding for use in amended topsoil
c. Site/project location access/right of way
TESTING AND SURVEYING
a. Contractor is responsible for testing. See Specification Section 31 23 00 for
testing requirements.
b. Contractor is responsible for surveying per the Contract Documents. See
Specification Section 01 71 23 for additional information.
i. For regulatory approval of the project, the clay liner backfill at the location
of the existing culvert to be removed must be surveyed as outlined in
Specifications.
Metro Waste Authority | MPE Phase 1 – Drainage and Cover Improvements Pre-Bid Meeting Minutes
c. CAD linework will be available after the pre-bid meeting, if desired. Submit
requests to Austin Broshar, HDR at Austin.broshar@hdrinc.com to obtain the
CAD files. Contractor must fill out an “Agreement with Contractor for Delivery of
Electronic Media” in order to obtain CAD linework.
SCHEDULE
a. Questions regarding the Bidding Documents shall be submitted no later than
4:00 PM on Monday, October 11th, 2021.
b. Bids due next week, October 14th, 2021 by 12:00 PM local time.
ii. Submit Bids to 12181 NE University Avenue, Mitchellville, IA 50169 with
attention to Jon Penheiter
iii. The bid opening will be conducted virtually through WebEx. A link will be
sent out to all bidders on the plan holders list. Email Austin Broshar, HDR
at Austin.broshar@hdrinc.com to request the meeting invite.
c. Notice to Proceed – November 1st, 2021
d. Substantial Completion – December 31st, 2021
e. Final Completion – April 15th, 2022 (for seeding)
BIDDING
a. Use Bid Form in the Project Manual
b. See the Project Manual for specific protocols
c. Include: Bid Security, Statement of Bidder’s Qualifications, and other required
documents
d. Basis of Bid: Lump Sum
INTERPRETATIONS:
a. No addenda have been issued to date. An addendum will be issued follow the
pre-bid meeting to include meeting notes, attendance list, and any potential
changes to the Bidding Documents.
b. Only addenda can modify documents (See Specification Section 00 20 00)
OTHER QUESTIONS AND DISCUSSION:
Discussion Items:
If long lead times are anticipated for the precast concrete box culverts, cast in place
concrete box culvert will be acceptable. If cast in place concrete is utilized, the
Contractor shall be required to submit shop drawings to Engineer with concrete mix and
reinforcement designs, stamped by a Structural Engineer licensed in the State of Iowa
employed by the Contractor and shall be included within Contractor’s bid price.
A question was asked regarding the allowance to be included with the bids. The
allowance shall be 10% of proposed bid amount and is included to be used for small
design changes in construction, if needed and justified. The allowance is not intended to
be used and will be deducted from the final contract amount through a change order if
Metro Waste Authority | MPE Phase 1 – Drainage and Cover Improvements Pre-Bid Meeting Minutes
not needed. Reference specification section 01 21 00 for requirements of the project
allowance.
A question was asked regarding the existing condition of the utility crossing where the
existing gas line near DEW-16 crosses the existing (2) 36-in culverts for removal on
Sheet 00C101. It is assumed that the gas line crosses below the (2) 36-in culverts. Utility
locates and protection of utilities to remain within construction activities are the
responsibility of the Contractor.
References to “topsoil” within the Contract Documents will consist of a mixture of animal
bedding and underlying/placed general fill material obtained from the designated borrow
areas shown on Sheet 00G02. All areas disturbed by Contractor activities shall be
reseeded by the Contractor.
Contractors will likely be able to use the Waste Management site construction entrance
to the north of the gas plant in the northwest corner of the property. Coordinate with
MWA and Waste Management on commencement of construction.
MWA reiterated the requirements of the Contract Specifications in which the access road
along the perimeter of the Phase 1 landfill is used by Waste Management personnel
vehicles and disturbances to the road should try to be minimized and coordinated with
advanced notice.
Metro Waste Authority | MPE Phase 1 – Drainage and Cover Improvements Pre-Bid Meeting Minutes
Pre-Bid Meeting Photo Log
Photo 1 – Existing stormwater outlet for removal. facing east from the east side of the existing access road.
Photo 2 – Vertical inlets connecting to the 36-in diameter culverts to be removed shown, facing north. There are three (3) locations of inlets with two inlets at each location.
CONCRETE OUTLET STRUCTURE TO
BE REMOVED THAT IS EMBEDDING
THE EXISTING (2) 36-IN DIAMTER AND
(1) 18-IN DIAMETER CULVERTS
VERTICAL INLETS
CONNECTING TO THE 36-
IN DIAMETER.CULVERTS.
WHITE STANDPIPE AT EACH INLET
LOCATION LOCATED ALONG THE
ALIGNMENT OF THE EXISTING CULVERT
ALINGMENT TO BE REMOVED.
Metro Waste Authority | MPE Phase 1 – Drainage and Cover Improvements Pre-Bid Meeting Minutes
Photo 3 – Grates and vegetation over the vertical culvert inlets to be removed.
Photo 4 – Facing north on the west sideslope at an area where seeding is required per Sheet 00C101 near DEW-16.
Metro Waste Authority | MPE Phase 1 – Drainage and Cover Improvements Pre-Bid Meeting Minutes
Photo 5 – Facing South on the west sideslope at an area where seeding is required per Sheet 00C101 near DEW-16.
top related