addendum no. 1 to contract document plans …

21
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 Contractors 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 Authoritys 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 Authoritys 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

Upload: others

Post on 29-Nov-2021

3 views

Category:

Documents


0 download

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

[email protected]. 29

30

Question: How do you get an invite to the virtual bid opening? 31

Answer: Request an invite from Austin Broshar at [email protected] 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 [email protected] 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 [email protected] 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.