Loading...
HomeMy WebLinkAboutSIDEWALK INFILL/2010SIDEWALK 1NFILU 2010 a 3 M~~ i~ - -lv S: d~.~~.. ~ k ~.-~. t l ~~~ v ~~~~~ __ _ _ _ , ~eSol ~.c..~cs.-, ~a - goo c.~e.~.tc~,Y'~ ~r~,o~.. ~~ C;~ s ;~~'~~-_ ~_ ro c ce-~ w; ~-~ ~ ~ 0..m--far, ZE n~O ~lt-~. ~ 's~ ~%an. o~ ro ~ (` ~ ~"~' r" r n~ -FQN '~"1.s.. o2alG S i 4 eu? al ~~ ~n ~. l ~ ~ ' ?.~ No-~r ~.~ otC ~ ~c nr~ ~.v c~ c.$~s„~ ~t ~roP<.r'~ c'; ~Jr,~-s ~,J~, ~-1. m~, ~~e. n~~er~. ~r ~- aoty Sidewalk $"n.~;l~ ~roJe~~= 3~g/m2o/~7 ~~-o~ /Vat;--; c,~. ~- ~ ~.~-- -fin c~cg~,..:,~ ~-~,n9 t c,~ly c~.91~~-s -- Pl ~ ~.s ~ SP.eC~ ~~ c~ ~ ic~S~ ~rp~o5c~~ -f~~rw, rjj t Cc`~r~~rr'a~~C ~ G'S~!-. rn~~ hT eas~ ~o ,- -f1, ~ do to •S; ~~~,~~ i<. _ ~ ~; ~ ~ ~r ~ ~~'. /~- IvIAU` /~ ~~So~u-~-~o~ ~o- ~'`~7 Sep-~-~~r,~ Q ~~-~ b ~ic ~,.2Ccr~~-~Q pan ~uh~~2l~ ~2v(O On ~1~.nS~ Spec~~-~ca~ ~ o-riS, ~~t'rv-, p~1- Co+~trac'~ ~ esa°, mczZla. o~t Cosh Tyr Th ~ CDns~f-ruc~rp~ o~ ~~,e_ data S,`deula/1L_ l~-~%l~ ~f'c>~y ee--~ c~, ~~-c~_; ~~c. C~~~ _ L'~~r1C _ ~'c~ p c.t ~ ~ ~ S h ~'1 D ^t- ~ C e of $ 0. ~ ~ ~ ~ 2c~~ ~ n r~ ~ ~ r 1"Q.~-~ ~ n~ C ~ -~-~ ~~ ~ n e °~ tom' ?' o '~ ~QC2 Sc~! c~_ P~ctnS _c7~_ +~ ~~ -t'F~~'d~tti~~ l •C ~rtSp2~i'r'c`n_ _' Na-~"~ c~ o~ f u~ j ~~ cr -~~c~~r- i n q v v-l-~ ~ e ~__ 5 ~ l i c ~_t ,~ ~-s' Nab--: ~C ~i P e a D-~ a ~~ 4 __ _ _ _ _ ; a p ~+ -~un1 - 1 b _ ~ ~~so ~ u~ ~ n .-, !c~ ~ a 9 3 ~ ro V ~ n (~ 1 r~ ~. s1 ~ ~ ~ ~ ; ^~~ c ~c ~~ m-,s , 't ac- r~ o~ ~-brri-r 4 cT- ~ QS-~ ; rn ~ a'~ ca s ~- U ,-~~ ;~ -E-~,.~ cans ~ r uc-~; ~5-~-, v '~ -~~~ -2 a D l y i _ j ~ ; r~ e ~,vc=~ / ~ ~ ~; l~ D r ~ J ~ c~ ~ .~s-~a ,6 / ~s ~ i ri.rj a n~t~ v1~ 4~' ~ ; ~ S e cu r~, . ~o ~ccaw,fx~~ e~zc~l, 1';`~, ~1, r~Q~~-~,-.c~ ~;~-~ C/e~~ ~~ ~c,~b Iis~, n~-4-',c-~ ~ ~ ~~I ~e ~rS ~ -1-~, X', ndc ~,,-r,e. ~ n a~ ~ ~ce ~a r ('~c e ; ~^~- ~s7 •b ~ c~ s,~ k A i _ ~ ~ N a-E-; ~~ ~o ~ ; dd~~ s ~ P~~-~ b--F ~u b ~ ~~ ~~-~; ~ >-, .. .. 6 ~~ 1a-~.~JuL' /D_~~ ~2sr~(u-~-~ni--~ l~J - 35S ~cvar~ci~,nc3 Cat-ti-l-~c-T" 4nc1 ~'t(,or~xrr,q ~~Z2 a ~ ~~, -~- ~ ~ ~o lI~- I c ^I J __+ ~ ~ ~ Utz ~ ~o ,S i c~ r~ ~ -~~ ~. Y ~ 2 ~ ~'~t S"7~ 4 O tr~~ ~r~CI~ ~ o r' _ j C O s~-ZS-~ ~' ~.c ~-(-, ~ r,. c~ 7~ a o l 0 S_.' c~ e cJa ! K r-,~. n-t- ; l ~ ~r ~~ eC1~ . i' __ .~ ~/~ ~~ ,~ `- ~ ~~r Vr ~~. V"b~Y~yr~,v1~ i ~o~Yr G~ \ rv~ OS ~~ ~~-~r~_Grlnnc.b.G-~, {; I~ .~ d.5 ~ ..SAN - l l _ _~ ~ 1 L ~S-o ~ u.~ ; m-~- ~/ - ~ a Q CCe~ , n.c~ f ~.t._ c,J v ~ IG ~ r -~ d u ! D S ~ ~t w c~ ~ K J t i f _ _~~ _ _ _ __ _ _ _ _ _ _ _ __~ _ __ _ _ _ _ __ •J 13 Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 319-356-5149 RESOLUTION NO. 10-100 RESOLUTION DECLARING THE CITY'S INTENT TO PROCEED WITH AND AUTHORIZING THE ACQUISITION OF PROPERTY RIGHTS FOR THE 2010 SIDEWALK INFILL PROJECT. WHEREAS, notice of public hearing on the City's intent to proceed with a public improvement project and to acquire property rights for the above-named project was given as required by law, and the hearing thereon held; and WHEREAS, the City of Iowa City desires to construct the 2010 Sidewalk Infill Project ("Project") which includes the construction of sidewalk along Rochester Avenue, Dubuque Road and Bristol Drive; and WHEREAS, the City Council has determined that construction of the Project is a valid public purpose under State and Federal law, and has further determined that acquisition of certain property rights is necessary for the proposed project; and WHEREAS, the Iowa City Engineer's office has determined the location of the proposed Project; and WHEREAS, City staff should be authorized to acquire necessary property rights at the best overall price to the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: It is the City's intent to proceed with the 2010 Sidewalk Infill Project. 2. The City Council finds that it is in the public interest to acquire property rights necessary for the construction of the 2010 Sidewalk Infill Project ("Project"), which Project constitutes a public improvement under Iowa law. The City Council further finds that acquisition of said property rights is necessary to carry out the functions of the Project, and that such Project constitutes a valid public purpose under state and federal law. 3. The City Manager or designee, in consultation with the City Attorney's office, is authorized and directed to establish, on behalf of the City, an amount the City believes to be just compensation for the property to be acquired, and to make an offer to purchase the property for the established fair market value. 4. The City Manager, or designee, is hereby authorized and directed to negotiate the purchase of property rights for the construction, operation and maintenance of the Project. The City Manager or designee is authorized to sign purchase agreements for the purchase of property and/or easements, and offers to purchase property and/or easements. 5. In the event negotiation is successful, the Mayor and City Clerk are hereby authorized, upon direction of the City Attorney, to execute and attest all documents necessary to effectuate the purchase of said property rights. The City Attorney is hereby directed to take all necessary action to complete said transactions, as required by law. Resolution No. 10-100 Page 2 6. In the event the necessary property rights for the Project cannot be acquired by negotiation, the City Attorney is hereby authorized and directed to initiate condemnation proceedings for acquisition of any and all property rights necessary to fulfill the functions of the Project, as provided by law. Passed and approved this 23rd day of ATTEST:/~~~~~ ~- 7~~ CIT LERK NAYS: It was moved by Bailey and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x x x x x X March 20 10 ~ °~r, MAYOR `'~ ~ Approved by ~~1L ~~-' City Attorney's Office ~'9 ~~ ~ ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright pweng\res\easres2010Sidwalkl nfill.doc NOTICE OF INTENT TO ACQUIRE PROPERTY RIGHTS WHICH MAY BE NEEDED FOR THE 2010 SIDEWALK INFILL PROJECT TO: Robert W. & Dorothy L. Stevens 2949 Rochester Avenue Iowa City, IA 52245 Robert W. Stevens Jr., Shirley A. Connor Judy L. Gabriel & James E. Stevens 2510 Aaron Drive SE Iowa City, IA 52240 James A. & Loretta C. Clark 414 E. Market Street Iowa City, IA 52245 Marie Ruppert 1406 N Dubuque Road Iowa City, IA 52245-5718 Jason G. & Jessica M. Andersen 1610 N Dubuque Road Iowa City, IA 52245-5722 James Putman & Kathleen Holt 1630 N Dubuque Road Iowa City, IA 52245-5722 Donald E. Jr. & Terry Rhoades c/o River City Properties 1 S50 S Gilbert Street Iowa City, IA 52240 Karen Wicks Lenane & H. Clare Wicks 1704 N Dubuque Road Iowa City, IA 52245-5724 Frederick P. & Erica A. Meyer 637 Scott Park Drive Iowa City, IA 52245 Bernard A. & Nancy A. Sorofman 1501 Bristol Drive Iowa City, IA 52245-5704 Dennis E. & Barbara Jo Doherty 541 Amhurst Street Iowa City, IA 52245 Virginia A. Melroy & James R. Neagle 1512 N Dubuque Road Iowa City, IA 52245-5720 Lisa A. Ziniel o 1620 N Dubuque Road o ~ IA 52245-5720~ Iowa Cit ..°.~ ~ ..~ ~. y, ...~ ~-~ .~ r Jon & Mary Swanson -tc~ i :'ern d D 7840 Vi r ve neyar = Paso Robles, CA 93446-96&'~a~ ~ .,~ Arthur H. Miller ~ .. ~ 1700 N Dubuque Road Iowa City, IA 52245-5724 Ting-Fong & Nei-Jia C. Chin 1710 N Dubuque Road Iowa City, IA 52245-5724 James A. & Sandra J. Bucher 1740 N Dubuque Road Iowa City, IA 52245-5724 William F. & Patricia A. Sueppel 1408 Bristol Drive Iowa City, IA 52245 Chapter 6B of the Iowa Code requires a governmental body which proposes to acquire property rights under power of eminent domain for a public improvement project to give notice of the project to all agricultural property owners whose properties may be affected and , to hold a public hearing. 1. DESCRIPTION OF THE PROJECT. NOTICE IS HEREBY GIVEN to the above-identified agricultural property owners that the City Council of the City of Iowa City will consider funding of the site-specific design for the 2 2010 Sidewalk Infill Project, making the final selection of the route or site location, or acquiring or condemning property rights, if necessary, required for the project. Said project involves construction of an 8-foot wide sidewalk along the south side of Rochester Avenue from where it currently ends, about 180 feet east of Larch Lane, to Amhurst Street, construction of a 4-foot wide sidewalk along the east side of Dubuque Road from North Dodge Street to Bristol Drive, and construction of a 4-foot wide sidewalk on the west side of Bristol Drive from where is currently ends to the proposed sidewalk along Dubuque Road. 2. PRIVATE PROPERTY RIGHTS MAY BE ACQUIRED BY NEGOTIATION OR CONDEMNATION. If the above-described project is approved by the City Council, the City may need to acquire property rights for the project improvements. Property rights may include a temporary construction easement, a permanent easement, and/or a fee simple parcel (complete ownership). Upon review of the records of the Johnson County Auditor, it appears that properties or portions of properties owned by the above-identified persons may have to be acquired for the project by the methods described above. The City will attempt to purchase the required property by good faith negotiations. If negotiations are unsuccessful, the City will condemn those property rights which it determines are necessary for the projec~The proposed location of the above-described public improvement is shown on docume~tion which is now on file in the office of the City Clerk and available for public viev~~ -°~ ~.~ m ~ 3. CITY PROCESS TO DECIDE TO PROCEED WITH THE PROJ1~4CAN~ TO ACQUIRE PROPERTY RIGHTS; CITY COUNCIL ACTION RER1E~ TO rn FUND PROJECT. m z' o~ o ~ ~ The City has provided funding in its budget for this project, as well as funding acqu-ct~ any property rights that may be needed for the project. City staff has analyzed the options fatihow to proceed with this project and has coordinated project planning with other appropriate agencies. The planning has reached the point where preliminary designs now indicate that certain property rights may need to be acquired. Any public comment will be considered in preparing the final designs, particularly as private property may be affected. In making the decision to fund the site-specific design for the public improvement, to make the final selection of the route or site location, or to acquire or condemn property rights, if necessary, the City Council is required to hold a public hearing, giving persons interested in the proposed project the opportunity to present their views regarding the decision to fund the site-specific designs for the project, make the final selection of the route or site location, or to acquire or condemn, if necessary, property or an interest in property for the project. The public hearing will be held on the 23~d day of March, 2010 in the City Council Chambers, Civic Center, 410 East Washington Street, Iowa City, Iowa, commencing at 7:00 p.m. or, if cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. In order to fund the site-specific design for the public improvement, to make the final selection of the route or site location, or to commence the acquisition or condemnation of property rights, if necessary, for the above-described project, City Council will be required to approve the project and authorize acquisition of private property rights for the project by Council resolution. The City Council is scheduled to consider adoption of a 3 resolution authorizing acquisition of property rights for the above-described project following the public hearing. When an appraisal is required, if the project is approved by the City Council, an appraiser will determine the compensation to be paid for easements and/or property acquired in fee simple. The City will offer no less than the appraised value and will attempt to purchase only the needed property by good faith negotiations. If the City is unable to acquire properties needed for the project by negotiation, the City will acquire those property rights by condemnation. 4. CONTACT PERSON If you have any questions concerning the 2010 Sidewalk Infill Project please cont~.t the 0 following person: 0 0 Joshua J. Slattery Civil Engineer City of Iowa City 410 E. Washington Street Iowa City, IA 52240 (319) 356-5149 ~n D .~ m c~ ~.. n -< -={c~ -- 'r ~-- ~Gr r*e ~ o~ ~ o T-- c n . 5. THIS NOTICE IS FOR INFORMATION ONLY AND IS NOT AN OFFER TO PURCHASE PROPERTY RIGHTS. The City Council of the City of Iowa City, Iowa has not yet determined to undertake the above-described project or to acquire property rights for the project. This Notice does not constitute an offer to purchase property rights. 6. STATEMENT OF RIGHTS. Just as the law grants certain entities the right to acquire private property, you as the owner of property have certain rights. You have the right to: a. Receive just compensation for the taking of property. (Iowa Const., Article I, Section 18) b. An offer to purchase which may not be less than the lowest appraisal of the fair market value of the property. (Iowa Code §§ 6B.45, 6B54) c. Receive a copy of the appraisal, if an appraisal is required, upon which the acquiring agency's determination of just compensation is based not less than 10 days before being contacted by the acquiring agency's acquisition agent. (Iowa Code §6B.45) d. When an appraisal is required, an opportunity to accompany at least one appraiser of the acquiring agency who appraises your property. (Iowa Code §6B.54) Participate in good faith negotiations with the acquiring agency before the acquiring agency begins condemnation proceedings. (Iowa Code §6B.3(1)) 4 f. If you cannot agree on a purchase price with the acquiring agency, a determination of just compensation by an impartial compensation commission and the right to appeal its award to district court. (Iowa Code §§ 6B.4, 6B.7, and 6B.18) g. A review by the compensation commission of the necessity for the condemnation if your property is agricultural land being condemned for industry; (Iowa Code § 6B.4A) h. Payment of the agreed upon purchase price, or if condemned, a deposit of the compensation commission award before you are required to surrender possession of the property. (Iowa Code §§ 6B.25 and 6B.54(11)) i. Reimbursement for expenses incidental to transferring title to the acquiring agency. (Iowa Code §§ 6B.33 and 6B.54(10)) j. Reimbursement of certain litigation expenses: (1) if the award of the compensation commissioners exceeds 110 percent of the acquiring agency's final offer before condemnation; and (2) if the award on appeal in court is more than the compensation commissioner's award. (Iowa Code §6B.33) k. At least 90 days written notice to vacate occupied property. (Iowa Code § 6B.54(4)) 1. Relocation services and payments, if you are eligible to receive them, and the right to appeal your eligibility for and amount of payments. (Iowa Code §316.9) The rights set out in this Statement are not claimed to be a full and complete list or explanation of an owner's rights under the law. They are derived from Iowa Code Chapters 6A, 6B and 316, For a more thorough presentation of an owner's rights, you should refer directly to the Iowa Code or contact an attorney of your choice. Mari K. Karr o City Clerk 0 o ~ c? r n n ~ ._r ~~ :<m ~. ~ " 3 %: ~ .~:. O ~' ut ...i N Not to Scale I eANB11Rr cT ~ _ _ _ an CORPgtATE I1wTS _ _ . _ ~ an of lowA _ _ . _ _ I _ _ _ _ _ _ - _ - - - I I I cn I I I ~~ I I I I I I I 80 I N I o_ O A`e ~~ ~~ fzi , I I A ~ W ~~ n -C -.J ~ I 011E ROAD ~ ~ ~ I rn ~~ IA AVE & ~ ~ CT ~ 1 DUBUQUE RD ~~ ~' ~ / ~ I ~ AR ~~ n~ ~+ 1 I ~ , E DR S s I ~ ~ ~ n ~ la 3 Dodq° St Ct ~ I S ' n ~~ 3 > ~ ~ & b I < s ~j = ~ P ro' ect Sites ~ ~ I I HK;KORY ~ ' I ~ ~ CR (AIDS ST U ~~ ~'~ ~ ~ G I N @ luNn A7. ' ~5~.. P ~ cs R R 5 N ~ 0R ~ ~'~ ~ ~ CEDAR ST ~ ~n F ~ ~ ~ VIINDSOR TUOOR DR ~ O GE aCRTONN COUI IAKE FOREST AVE RO ~i ` rE51BURY CT CT Q M'1 ~ ~ ~ < f. ~ OR ~ + y HASTMICS H ROCHE ~ STER AVE < ~ ~ ~ ~ 4r s ~ „~~" ~ o HANO~E'R rn ~ ROCHESTER v `'PA~ H p ~~ >t c d CT '^ ~ ~ T „_ J'' ff `+V N HOTZ AVE i ElD ~ ~~,+~ HEATH ~ ~j y~ ~CRFJ CI S " 1 RIDGEWAY R \ HEAT1{ CIIRR ~Q' ER . ~'" p~ d ~ ~ ~ to N~ GIENDAIE ~ PRINCETON ~ ~ ° i ~ ~gHNCfON ~ ST Woodo°~n Or J R N ~ ` H ~ ~ EATHE R ASHINGTON ST ~ =~ ~ 1 Sy1EET gR1AR AVE ~ ~ OR/ WA TON DALE CT GLE ~0~~ ~j ~ ~} ~ 1 ~ ~r, , ~ ~ L~f ~ r ~ ,.~. AgRNNGSI OF ... .. '~i,. .. LS y ~ ~ 1~ ! t~ ~ _.~~ ~ Z ~ RADCUFFE AyE < ~ IOWA CITY 2010 SIDEWALK INFILL PROJECT DATE: FE 2oto ROCHESTER AVENUE AND DUBUQUE R OAD FILE #: PS-263 ENGINEERING DIVISION LOCATION MAP SHEET: 1 of 1 Publish 3/8 NOTICE OF INTENT TO ACQUIRE PROPERTY RIGHTS WHICH MAY BE NEEDED FOR THE 2010 SIDEWALK INFILL PROJECT TO: Robert W. & Dorothy L. Stevens Robert W. Stevens Jr., Shirley A. Connor 2949 Rochester Avenue Judy L. Gabriel & James E. Stevens Iowa City, IA 52245 2510 Aaron Drive SE Iowa City, IA 52240 James A. & Loretta C. Clark Dennis E. & Barbara Jo Doherty 414 E. Market Street 541 Amhurst Street Iowa City, IA 52245 Iowa City, IA 52245 Marie Ruppert Virginia A. Melroy & James R. Neagle 1406 N Dubuque Road 1512 N Dubuque Road Iowa City, IA 52245-5718 Iowa City, IA 52245-5720 Jason G. & Jessica M. Andersen Lisa A. Ziniel 1610 N Dubuque Road 1620 N Dubuque Road Iowa City, IA 52245-5722 Iowa City, IA 52245-5720 James Putman & Kathleen Holt Jon & Mary Swanson 1630 N Dubuque Road 7840 Vineyard Drive Iowa City, IA 52245-5722 Paso Robles, CA 93446-9687 Donald E. Jr. & Terry Rhoades Arthur H. Miller c/o River City Properties 1700 N Dubuque Road 1550 S Gilbert Street Iowa City, IA 52245-5724 Iowa City, IA 52240 Karen Wicks Lenane & H. Clare Wicks Ting-Fong & Nei-Jia C. Chin 1704 N Dubuque Road 1710 N Dubuque Road Iowa City, IA 52245-5724 Iowa City, IA 52245-5724 Frederick P. & Erica A. Meyer James A. & Sandra J. Bucher 637 Scott Park Drive 1740 N Dubuque Road Iowa City, IA 52245 Iowa City, IA 52245-5724 Bernard A. & Nancy A. Sorofman William F. & Patricia A. Sueppel 1501 Bristol Drive 1408 Bristol Drive Iowa City, IA 52245-5704 Iowa City, IA 52245 Chapter 6B of the Iowa Code requires a governmental body which proposes to acquire property rights under power of eminent domain for a public improvement project to give notice of the project to all agricultural property owners whose properties may be affected and to hold a public hearing. 1. DESCRIPTION OF THE PROJECT. NOTICE IS HEREBY GIVEN to the above-identified agricultural property owners that the City Council of the City of Iowa City will consider funding of the site-specific design for the 2010 Sidewalk Infill Project, making the final selection of the route or site location, or acquiring or condemning property rights, if necessary, required for the project. Said project involves construction of an 8-foot wide sidewalk along the south side of Rochester Avenue from where it currently ends, about 180 feet east of Larch Lane, to Amhurst Street, construction of a 4-foot wide sidewalk along the east side of Dubuque Road from North Dodge Street to Bristol Drive, and construction of a 4-foot wide sidewalk on the west side of Bristol Drive from where is currently ends to the proposed sidewalk along Dubuque Road. 2. PRIVATE PROPERTY RIGHTS MAY BE ACQUIRED BY NEGOTIATION OR CONDEMNATION. If the above-described project is approved by the City Council, the City may need to acquire property rights for the project improvements. Property rights may include a temporary 2 construction easement, a permanent easement, and/or a fee simple parcel (complete ownership). Upon review of the records of the Johnson County Auditor, it appears that properties or portions of properties owned by the above-identified persons may have to be acquired for the project by the methods described above. The City will attempt to purchase the required property by good faith negotiations. If negotiations are unsuccessful, the City will condemn those property rights which it determines are necessary for the project. The proposed location of the above-described public improvement is shown on documentation which is now on file in the office of the City Clerk and available for public viewing. 3. CITY PROCESS TO DECIDE TO PROCEED WITH THE PROJECT AND TO ACQUIRE PROPERTY RIGHTS; CITY COUNCIL ACTION REQUIRED TO FUND PROJECT. The City has provided funding in its budget for this project, as well as funding to acquire any property rights that may be needed for the project. City staff has analyzed the options for how to proceed with this project and has coordinated project planning with other appropriate agencies. The planning has reached the point where preliminary designs now indicate that certain property rights may need to be acquired. Any public comment will be considered in preparing the final designs, particularly as private property may be affected. In making the decision to fund the site-specific design for the public improvement, to make the final selection of the route or site location, or to acquire or condemn property rights, if necessary, the City Council is required to hold a public hearing, giving persons interested in the proposed project the opportunity to present their views regarding the decision to fund the site-specific designs for the project, make the final selection of the route or site location, or to acquire or condemn, if necessary, property or an interest in property for the project. The public hearing will be held on the 23~d day of March, 2010 in the City Council Chambers, Civic Center, 410 East Washington Street, Iowa City, Iowa, commencing at 7:00 p.m. or, if cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. In order to fund the site-specific design for the public improvement, to make the final selection of the route or site location, or to commence the acquisition or condemnation of property rights, if necessary, for the above-described project, City Council will be required to approve the project and authorize acquisition of private property rights for the project by Council resolution. The City Council is scheduled to consider adoption of a resolution authorizing acquisition of property rights for the above-described project following the public hearing. When an appraisal is required, if the project is approved by the City Council, an appraiser will determine the compensation to be paid for easements and/or property acquired in fee simple. The City will offer no less than the appraised value and will attempt to purchase only the needed property by good faith negotiations. If the City is unable to acquire properties needed for the project by negotiation, the City will acquire those property rights by condemnation. 4. CONTACT PERSON If you have any questions concerning the 2010 Sidewalk Infill Project please contact the following person: Joshua J. Slattery Civil Engineer City of Iowa City 410 E. Washington Street 3 Iowa City, IA 52240 (319) 356-5149 5. THIS NOTICE IS FOR INFORMATION ONLY AND IS NOT AN OFFER TO PURCHASE PROPERTY RIGHTS. The City Council of the City of Iowa City, Iowa has not yet determined to undertake the above-described project or to acquire property rights for the project. This Notice does not constitute an offer to purchase property rights. 6. STATEMENT OF RIGHTS. Just as the law grants certain entities the right to acquire private property, you as the owner of property have certain rights. You have the right to: a. Receive just compensation for the taking of property. (Iowa Const., Article I, Section 18) b. An offer to purchase which may not be less than the lowest appraisal of the fair market value of the property. (Iowa Code §§ 6B.45, 6B54) c. Receive a copy of the appraisal, if an appraisal is required, upon which the acquiring agency's determination of just compensation is based not less than 10 days before being contacted by the acquiring agency's acquisition agent. (Iowa Code §6B.45) d. When an appraisal is required, an opportunity to accompany at least one appraiser of the acquiring agency who appraises your property. (Iowa Code §6B.54) e. Participate in good faith negotiations with the acquiring agency before the acquiring agency begins condemnation proceedings. (Iowa Code §6B.3(1)) f. If you cannot agree on a purchase price with the acquiring agency, a determination of just compensation by an impartial compensation commission and the right to appeal its award to district court. (Iowa Code §§ 6B.4, 6B.7, and 6B.18) g. A review by the compensation commission of the necessity for the condemnation if your property is agricultural land being condemned for industry; (Iowa Code § 6B.4A) h. Payment of the agreed upon purchase price, or if condemned, a deposit of the compensation commission award before you are required to surrender possession of the property. (Iowa Code §§ 6B.25 and 6B.54(11)) i. Reimbursement for expenses incidental to transferring title to the acquiring agency. (Iowa Code §§ 6B.33 and 6B.54(10)) j. Reimbursement of certain litigation expenses: (1) if the award of the compensation commissioners exceeds 110 percent of the acquiring agency's final offer before condemnation; and (2) if the award on appeal in court is more than the compensation commissioner's award. (Iowa Code §6B.33) k. At least 90 days written notice to vacate occupied property. (Iowa Code § 6B.54(4)) 1. Relocation services and payments, if you are eligible to receive them, and the right to appeal your eligibility for and amount of payments. (Iowa Code §316.9) The rights set out in this Statement are not claimed to be a full and complete list or explanation of an owner's rights under the law. They are derived from Iowa Code Chapters 6A, 6B and 316, For a more thorough presentation of an owner's rights, you should refer directly to the Iowa Code or contact an attorney of your choice. s/Marian K. Karr City Clerk ~~ •_~~ Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 l~im~, being duly sworn, say that I am. the legal clerk .of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper .time(s), on the following date(s): Mt~GI-f $, ,20 ~b Legal Cle Subscr ed and sworn t~before me this ~~~ day of ! /~~ A.D. 20 / G) ~~ ~ ~ ublic ~P„ ~ Q LI NDP. KROTZ a ~ Commission Number 732619 ' . My Commission Expires ov+~ January 27, 2011 OFFICIAL PUBLICATION Said project involves construction of an 8-foot wide sidewalk along the south side of Rochester Avenue NOTICE OF INTENT TO from where it currently ends, about ACQUIRE PROPERTY RIGHTS 180 feet east of Larch Lane, to WHICH MAYBE NEEDED FOR .Amhurst Street, construction of a 4- THE 2010 SIDEWALK INFILL PROJECT toot wide sidewalk along the east side of Dubuque Road from North TO: Dodge Street to Bristol Drive, and Robert W. & Dorothy L. Stevens construction of a 4-foot wide side- walk on the west side of Bristol 2949 Rochester Avenue IA 52245 Iowa City Drive from where is currently ends , James A. & Loretta C. Clark to the proposed sidewalk along 414 E. Market Street IA 52245 Iowa Ciiy Dubuque Road. 2. PRIVATE PROPERTY RIGHTS , Marie Ruppert 1406 NDubuque Road MAY BE ACQUIRED BY NEGOTI- ATION OR CONDEMNATION. Iowa City, IA 52245-571 S Jason G. & Jessica M. Andersen If the above-described project is approved by the City Council, the 1610 N Dubuque Road .City may need to acquire property Iowa City, IA 52245-5722 rights for the project improvements. James Putman & Kathleen Holt Property rights may include a tem- 1630 NDubuque Road Iowa City, IA 52245-5722 porary construction easement, a permanent easement, and/or a fee Donald E. Jr. & Terry Rhoades rti simple parcel (complete owner- Upon review of the records of ship) es c!o River City Prope 1550 S Gilbert Street . the Johnson County Auditor, it Iowa City, IA 52240 Karen Wicks Lenane & H. Clare appears that properties or portions of properties owned by the above- Wicks identified persons may have to be 1704 N Dubuque Road acquired for the project by the meth- IA 52245-5724 lowa City ods described above. The City will , Frederick P. & Erica A. Meyer attempt to purchase the required 637 Scott Park Drive 45 property by good faith negotiations. If negotiations are unsuccessful, the Iowa City, IA 522 Bernard A. & Nancy A. Sorofman City will condemn those property 1501 Bristol Drive lowa City, IA 52245-5704 rights which it determines are nec- essary for the project. The pro- Robert W. Stevens Jr.., Shirley A. posed location of the above- Connor described public improvement is Judy L. Gabriel & James E. shown on documentation which is Stevens now on file in the office of the City 2510 Aaron Drive SE Clerk and available for public view- lowa City, IA 52240 Dennis E. & Barbara Jo Doherty 3 CITY PROCESS TO DECIDE TO 541 Amhurst Street PROCEED WITH THE PROJECT Iowa, City, IA 52245 Melroy & James R. inia A Vir AND TO ACQUIRE PROPERTY N I I p . g ROJ CT TO FUND P EQUIRED Neagle 1512 N Dubuque Road The City has provided funding in its Iowa City, IA 52245-5720 budget for this project, as well as Ziniel Lisa A funding to acquire any property . 1620 N Dubuque Road Iowa City, IA 52245-5720 rights that may be needed for the project. City staff has analyzed the Jon & Mary Swanson options for how to proceed with this 7840 Vineyard Drive project and has coordinated project Paso Robies, CA 93446-9687 planning with other appropriate Arthur H. Miller 1700 N Dubuque Road agencies. The planning has reached the point where preliminary Iowa City, IA 52245-5724 designs now indicate that certain Ting-Fong & Nei-Jia C. Chin property rights may need to be 1710 N Dubuque Road acquired. Any public comment will Iowa City, IA 52245-5724 be considered in preparing the final James A. & Sandra J. Bucher designs, particularly as private 1740 N Dubuque Road Iowa City, IA 52245-5724 property may be affected. In making the decision to fund the William F. & Patricia A. Sueppel site-specific design for the public 1408 Bristol Drive Iowa City, IA 52245 improvement, to make the final selection of the route or site loca- tion, or to acquire or condemn prop- Chapter 6B of the Iowa Code erty rights, if necessary, the City requires a governmental body which proposes to acquire property Council is required to hold a public hearing, giving persons interested rights under power of eminent in the proposed project the opportu- domain for a public improvement Wily to present their views regarding project to give notice of the project the decision to fund the site-specific to all agricultural property owners designs for the project, make ,the whose properties may be affected final selection of the route or site and to hold a public hearing. location, or to acquire or condemn, DESCRIPTION OF THE PRO- 1 if necessary, property or an interest . JECT. in property for the project. The pub- NOTICE IS HEREBY GIVEN to the lic hearing will be held on the above-identified agricultural proper- 23rd day of March, 2010 in the ty owners that the City Council of City Council Chambers, Civic the City of Iowa City will consider Center, 410 East Washington funding of the site-specific design Street, Iowa City, Iowa, com- for the 2010 Sidewalk Infill Project, mencing at 7:00 p.m. or, if can- making the final selection of the i i celled, at the next meeting of the osted il thereafter as C ng or r route or site location, or acqu condemning property rights, if nec- p ounc City by the City Clerk. In order to fund essary, required for the project: the site-specific design for the pub- lic improvement, to make the final selection of the route or site loca- tion, or to commence the acquisition or condemnation of property rights, if necessary, for the above- described project, City Council will be required to approve the project and authorize acquisition of private property rights for the project by Council resolution. The City Council is scheduled to consider adoption of a resolution authorizing acquisition of property rights for the above- described project following the pub- lic hearing. When an appraisal is required, if the project is approved by the City Council, an appraiser will determine the compensation to be paid for easements andlor property acquired in fee simple. The City will offer no less than the appraised value and will attempt to purchase only the needed property by good faith negotiations. Ii the City is unable to acquire properties need- ed for the project by negotiation, the City will acquire those property rights by condemnation. 4. CONTACT PERSON If you have any questions concern- ing the 2010 Sidewalk Infill Project please contact the following person: Joshua J. Slattery Civil Engineer City of Iowa City 410 E. Washington Street Iowa City, IA 52240 (319)356-5149 5. THIS NOTICE IS FOR INFOR- MATION ONLY AND IS NOT AN OFFER TO PURCHASE PROPER- TY RIGHTS. The City Council of the City of Iowa City, Iowa has not yet determined to undertake the above-described project or to acquire property rights for the project. This Notice does not constitute an offer to purchase property rights. 6. STATEMENT OF RIGHTS. Just as the law grants certain enti- tiesthe right to acquire private prop- erty, you as the owner of property have certain rights. You have the right to: a. Receive just compensation for the taking of property. (Iowa Const., Article I, Section 18) b. An offer to purchase which may not be less than the lowest apprais- al of the fair market value of the property. (Iowa Code §§ 68.45, 6654) c. Receive a copy of the appraisal, if an appraisal is required,' upon which the acquiring agency's deter- mination of just compensation is based not less than 10 days before being contacted by the acquiring agency's acquisition agent. (Iowa Code §68.45) d. When an appraisal is required, an opportunity to accompany at least one appraiser of the acquiring agency who appraises your proper- ty. (Iowa Code §68.54) e. Participate in good faith negotia- tions with the acquiring agency before the acquiring agency begins condemnation proceedings. (Iowa Code §66.3(1)) f. If you cannot agree on a purchase price with the acquiring agency, a determination of just compensation by an impartial compensation com- mission and the right to appeal its award to district court. (Iowa Code §§ 66.4, 66.7, and 68.18) g. A review by the compensation commission of the necessity for the condemnation if your property is agricultural land being condemned for industry; (Iowa Code § 6B.4A) h. Payment of the agreed upon pur- chase price, or if condemned, a deposit of the compensation com- mission award before you are required to surrender possession of the property. (Iowa Code §§ 68.25 and 66.54(11)) i. Reimbursement for expenses inci- dental to transferring title to the acquiring agency. (Iowa Code §§ 68.33 and 68.54(10)) j. Reimbursement of certain litiga- tion expenses: (1) if the award of the compensation commissioners exceeds 110 percent of the acquir- ing agency's final offer before con- demnation; and (2) if the award on appeal in court is more than the compensation commissioner's award. (Iowa Code §66.33) k. At least 90 days written notice to vacate occupied property. (Iowa Code § 66.54(4)) I. Relocation services and pay- ments, if you are eligible to receive them, and the right to appeal your eligibility for and amount of pay- ments. (Iowa Code §316.9) The rights set out in this Statement are not claimed to be a full and complete list or explanation of an owner's rights under the law. They are derived from Iowa Code Chapters 6A, 6B and 316, For a more thorough presentation of an owner's rights, you should refer directly to the Iowa Code or contact an attorney of your choice. s/Marian K. Karr City Clerk 80881 March 8, 2010 r ENGINEER'S ESTIMATE May 10, 2010 City Clerk City of Iowa City, Iowa Re: 2010 Sidewalk Infill Project Dear City Clerk: The estimate for this project is $190,000. Sincerely, Joshua J. Slattery, P.E. Civil Engineer _ _ ®~~ -•~...._ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org o ~' ~ , - ._ c-~ ~ -- ~. -=~ c s r' N ~:; - N fJ 1 ~...~ ~ j ~~ ~ , Z~~O ~~1~ I ~ P,~ 12~ 2~ ~ 10 ~'. ~ t. I T ~'. I Ir l'o'~~., DEPARTMENT OF PUBLIC WORKS . ENGINEERING DIVISION PLANS, 5'PECIFICATIONS, PROPOSAL AND CONTRACT . FOR.THE 2010 SIDEVIIALK INFILL PROJECT IOWA CITY, IOWA , I hereby certify that this engineering document was prepared by me or under my direct personal supervision. and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: _ , .`°Q~~F ~Nql°~ Joshua J. Slattery, P, E. -. City Engineer =~~° ~ti ., ~, ; JOSHUA J. ; ~, Iowa Reg. No. 19795 = w SLATTERY z My license renewal date is December 31, 2011. , :; ; `•., 19795 :' ~ °a,, ~ OW A ~~,.`. ~~unnna~~ ~..~~~ CITY QF IOWA CITY SPECIFICATIONS ~ ~~. TABLE OF CONTENTS Z~iO ~~;~ I C F~~ f~ ~ 2~i Page Number J'i'" "~-~ f'S ~ r+^r TITLE SHEET ~'~ `k .'~~'~ ~ ~ i'. I ~ r a',~''~ TABLE OF CONTENTS NOTICE TO BIDDERS ............................................................................................ AF-1 NOTE TO BIDDERS ............................................................................................... NB-1 FORM OF PROPOSAL ........................................................................................... FP-1 BID BOND ............................................................................................................... BB-1 FORM OF AGREEMENT ........................................................................................ AG-1 PERFORMANCE AND PAYMENT BOND .............................................................. PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ................................................... CC-1 GENERAL CONDITIONS ........................................................................................ GC-1 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules ..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 -SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation ................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02510 Hot Mix Asphalt Paving, Bituminous Seal Coat, and Milling 02510-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02524 Curb Ramps ........................................................................ 02524-1 Section 02530 Portland Cement Concrete Combined Sidewalk and Retaining Walls ........................................................................................... 02530-1 Section 02900 Landscaping ....................................................................... 02900-1 NOTICE TO BIDDERS 2010 SIDEWALK INFILL PROJECT ri~ ~ ~ ~ ~""`~ Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 15~ day of July, 2010. Sealed proposals will 2010 ~IAY I 0 P~412~ Z~ be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax CITY C~~r~ ~ machine shall not be deemed a "sealed bid" for I©WA CITY, I~~"~(~p~ purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12~h day of July, 2010, or at special meeting called for that purpose. The Project will involve the following: Mobilization, Clearing and Grubbing, 862 LF of Fence Removal, Traffic Control, 135 SY of Removals, 44 LF of P.C. Concrete Curb Grinding, 1,160 SY of 6" P.C. Concrete Sidewalk and Curb Ramp, 851 SY of 4" P.C. Concrete Sidewalk, 96 SY of 6" P.C. Concrete Driveway, 79 CY of Combined P.C. Concrete Sidewalk and Retaining Wall, 100 SF ADA Detectable Warning Truncated Domes, 4 TON of Hot Mix Asphalt Wedge for Driveway, 370 LF of Field Fence, 474 SQ of Sodding, and 4,082 LF of Filter Sock. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. AF-1 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: September 30, 2010 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Iowa City Engineer, Iowa City, Iowa, by bona fide bidders. A $20.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the -owa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ~";~~ a e ~.. ~,:.. a n~ ~ ZOIQ~~Y 10 P~ 1~'~ 2 a+Y I Y Y,aF d ~ ~; f 0'r'~'~ C i~ ~ , i ~!~'.'' AF-2 NOTE TO BIDDERS ~ ~ { 1. The successful bidder and all subcontractors are requir~8~1~1'~~r~h~atR~l$~~~ys prior to award three references involving similar projects, includin ate least one municipal reference. Award of the bid or use of specific subcontracto 0~'~ ~ ~~d if sufficient favorable references are not verified or may be deniedl~c~~h ip~~Cperience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB-1 FORM OF PROPOSAL ,, 2010 SIDEWALK INFILL PROJECT ~~ ~ m>' CITY OF IOWA CITY NOTICE TO BIDDERS: °~~ 3'.' PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED~JN'~~r~1~1 ~C1tJ141~, VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Division 1 -Dubuque Road and Bristol Drive 1 Mobilization LS 1 $ $ 2 Clearin and Grubbin LS 1 $ $ 3 Traffic Control LS 1 $ $ 4 Pavement, Driveway and Sidewalk Removals SY 57 $ $ 5 P.C. Concrete Curb Grindin LF 25 $ $ 6 Sidewalk and Curb Ramp, P.C. Concrete, 6" SY 54 $ $ 7 Sidewalk, P.C. Concrete, 4" SY 847 $ $ 8 Drivewa , P.C. Concrete, 6" SY 63 $ $ 9 Combined P.C. Concrete Sidewalk and Retainin Wall CY 9 $ $ FP-1 10 ADA Detectable Warning Truncated Domes SF 64 $ $ 11 Hot Mix Asphalt Wed e for Drivewa TON 4 $ 12 Soddin SQ 206 ~"" $ 13 Filter Sock LF 2,4~~JQ ~; TOTAL ~-~ .. $ Division 2 -Rochester Avenue JOYV CITY.It3,t~, 1 Mobilization LS 1 $ $ 2 Clearin and Grubbin LS 1.00 $ $ 3 Fence Removal LF 862 $ $ 4 Traffic Control LS 1 $ $ 5 Pavement, Sidewalk, Curb and Gutter Removals SY 78 $ $ 6 P.C. Concrete Curb Grindin LF 19 $ $ 7 Sidewalk and Curb Ramp, P.C. Concrete, 6" SY 1,106 $ $ 8 Sidewalk, P.C. Concrete, 4" SY 4 $ $ 9 Driveway, P.C. Concrete, 6" SY 33 $ $ 10 Combined P.C. Concrete Sidewalk and Retaining Wall CY 70 $ $ 11 Curb and Gutter, P.C. Concrete, 2.0 FT. LF 20 $ $ 12 ADA Detectable Warning Truncated Domes SF 36 $ $ 13 Fence, Field LF 370 $ $ 14 Soddin SQ 268 $ $ 15 Filter Sock LF 1,658 $ $ SUBTOTAL $ TOTAL EXTENDED AMOUNT $ FP-2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate do~r~ ~ ount~ the subcontract, are as follows: ~ ,,,,. ~& is t :~ (~?; ~ -~ Lr l F 1 t.r ° . i-. ~ Y ; ~t ~~:-i ~.rh ~ ~~ ~ei R~ ~ NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-3 BID BOND as Principal, and , as ~'u"r~t~l~li~ that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of 2010 ~iAY I 0 P~ 12~ 29 Dollars $ ( ) to pay said sum as herein prov ~~i~V'~- ~ 'ncipal and Surety further promise and declare that these obli ations shall bind ~O~A X11 UY"~~ g our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the 2010 Sidewalk Infill Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful pertormance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20 Witness (Seal) Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City c wa ~~ ~ ' c:~ ~.~, ("City"), and ("Contractor"). I ~~t+ R Whereas the City has prepared certain plans, specifications, proposal an'~ bi~~o~u~~nt~s~ dated the day of 2010, for the 2010 Si~~~~rl~~l~~~'~cf;~~ct ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit _ prices, and extended dollar amounts, are as follows (or shown on an attachment): ~~ ~~ 2Q10 SAY I 0 Pik R~~ 2 CITY CIrE~~ 10I~'A CITY, I(! ~-~ 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 2p C~ By Mayor ATTEST: Contractor By (Title) ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 ._ -- _ T _ _- PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) ,l.A Principal, hereinafter called the Contractor and 2~ 0 ~ f ~,Y ~ ® F r. f~~ (insert the legal title of the Surety), ~:a i.~' ~..K~v.;$' as Surety~~ti~r~i~gr ~@f~e the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of ,entered into a (date) written Agreement with Owner for the 2010 Sidewalk Infill Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Iowa City Engineer's Office, of Iowa City, Iowa, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of ~" ~ ~ ~, the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda 2Q { 0 ~EAY { 0 P{~ (~' ~~nd/or amendments thereto, less the amount properly paid by Owner to C{TY CLEi~r~ Contractor. 10~'~p C{TY 0~'~' ~- 'C. `f~e ontractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF , 2010. IN THE PRESENCE OF: Witness (Principal) (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 ~.,.a .~ ~ (~ tl ~r'~ 2u6Q ~~;~~' I 0 f~i~" ~2~ 2~ ~,~ !fA 1~ k\J ~ S~A Y U 'r' X1.`-°6 l+ ~ I 1 ~ ~ .~ V f ~''i Contract Compliance Program CITY OF IOWA CITY ~,~.__ __ SECTION I -GENERAL POLICY ~T~ It is the policy of the City of Iowa City to require equal emp~~q~iYo~~ort@~t~in~ City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their empl~'~~ ~~~r~~ted equally without regard to race, color, creed, religion, national origin, sex, gender identi~~~~c~l~'d~f~e~~1~, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC-1 SECTION II -ASSURANCE OF COMPLIANCE ~~ ~ ~~ °" The following sets forth the minimum requirements of a satisfactory Equal Employment O~po1-t~tP4it"1<'~Ci`gram which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CON~~~Q~',~' ~ ~ ~''` j~'~ ~u With respect to the performance of this contract, the contractor, consultant or vendor rje`~s(.~s`~eillmws: (For the purposes of these minimum requirements, "contractor" shall include consul~~'0~1aEi~lv~n~~~sj a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et se .) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? ~~~. ?~IOI~1~Y 10 Pi~91~28 C~1~Y C! ~~~ i0S~4 CITY. IO~~,~w The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPFP'ORTUNITIES s COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Doc~`~ve ~alic~~drj~:p~~t it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation, T~e~pol~e~r_~t~tement should recognize and accept your responsibility to provide equal employment a,r~,~i~~ ~r~ ~~~~~~our employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ~. 1010 ~;~ Y I 0 P9~ (~: 2 ~; Ci~Y C~.EF~~; 10 WA C I ~' Y. i Ira $''Y`. r 1 =.:.®~'~ „~- VIII ~ -~a.a~_ ~O CIt~J Of ~~ ~` Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC-5 2-3-1 CHAPTER 3 2-3-1 ri~ DISCRIMINATORY PRACTICES 201 ~~~~ z ! 0 P'~ i?~ 2~~ SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation C. It shall be V~B~pf~if~ir~'a~ijY~'°ployer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or train€ng or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of thls Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- Iowa City asp CC-6 h 2-3-1 'J ~ r hA spective employee a lest for the pres- 2010 ~~`~ I 0 ~~ {2~a of the antibody to the human immunodeficiency virus. An agree- ,~ ment between an employer, employ- CITY C~.~~+ IOYYA CITY.1~3'~~r~'ent agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 897 Iowa Cety 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995} 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) CC-7 ~'~. GENERAL CONDITIONS r,~ ~~. ' 2D ! ~ Pi;~ ; ! 0 Pty 12 ~ 2 6 Division 11, General Requirements and Covenants of the Iowa Department of TC~?~~'o~~~°~'yw~ "Standard Specifications for Highway and Bridge Construction, Series of 2009, as amende shall apply except as amended in the Supplementary Conditions. GC-1 ARTICLES WITHIN THIS SECTION '! -1 Definitions 2010 ~~~, (~,S_2D~~ ~,lfir~}i~ations of Operations ~5 3 4~ns4a4~ance r upervision and Superintendence ~~T~ ~ ncerning Subcontractors, Suppliers and Others ~~~~ C - ' (~ ompliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-1.1 Construction Stakes Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE• CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for SC-1 the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. ' ~, ~ .~ 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. ~~ I ~ ~~ ~ ~>' + (~ Pt p?; 2 ~ 3. Cancellation or modification of said policy or policies shall be considered just;4~e~fo~.,~_( the City of Iowa City to immediately cancel the contract and/or to halt r ~ ~^^~ contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. "Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: SC-2 a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's ~eptance of the work, Contractor agrees to immediately notify the City of such nt. ~; ~ b. If Contractor's insurance is canceled or is allowed to lapse during said period, ~~~~ ~%"~~ 10 P~~ttp~3tor shall be required to obtain replacement insurance coverage to fulfill its CITY ~~~~t~Jigation hereunder. ~ 0 ~`,~ C ,~ ~, ~ i~~, . 'ring said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. SC-3 S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: F~~ ~~. ~ ~ CONTRACTOR shall maintain a qualified and responsible person availal~~~4~k~o~~ ~~ ~~: 2~ day, seven days per week to respond to emergencies which may occur after ourst. CONTRACTOR shall provide to ENGINEER the phone number and/or paging s~YT~~~wtt~~a'- individual. j~'~'t~I~ ~~~~, ~~y~'~f' S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. SC-4 S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's nt +act~~ompliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. 70~o r~~x i a ~~~ ~~~ ~~ Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines ~~ t~l ~v>~ms and methods of measurement. The provisions of this section will supersede ~Q~~~p ~li~al~'tctions in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. 5/10 data on citynt/Eng/MasterSpecs/frontend.doc SC-5 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: y ~. r _.s 2010 fir' r I 0 ~`~ !2~ 2 ,,..k 4A:! ..,. r.... t,ar 0 ~~li }~ ~ i t i'~r I V e~~': 1. Provide vehicular and pedestrian traffic control during all phases of the project. 2. Install filter sock along back of curb and as indicated on plans. 3. Clear and grub portions of site and remove existing trees and shrubs where necessary. 4. Remove existing fence, pavement, driveway, Curb and Gutter, and sidewalk where indicated on plans. 5. Construct 8-foot wide and 6" thick Portland Cement Concrete sidewalk along the south side of the Rochester Avenue right-of--way from where the existing sidewalk currently ends, about 180 feet east of Larch Lane, to Amhurst Street. 6. Construct 4-foot wide and 4" thick Portland Cement Concrete sidewalk along east/southeast side of the Dubuque Road right-of--way from N. Dodge Street to Bristol Drive, along the west side of the Bristol Drive right-of--way from Dubuque Road to the existing sidewalk, and on east side of the Bristol Drive right-of-way in front of vacant lot between 1408 and 1430 Bristol Drive. 7. Construct associated combined concrete sidewalk and retaiiung wall, and curb ramps with detectable warnings. 8. Construct 6" thick P.C. concrete driveway approaches. 9. Install field fence. 10. Restore disturbed areas with sod. 1 ] . Other work associated with sidewalk installation. 5/10 uioiu.do~ 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: ~=~'9~ ~~ 2010 f'3~Y I 0 P~j 12~ 20 I 0 ~".~A C i _~ Y.10 -~~ A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PA YMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which maybe encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE PART 3 -EXECUTION 3.OI PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5%retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of C1a1111S. 01025-1 3.02 BID ITEMS: ,. ~ GENERAL The following subsections describe the measurement of and payment for the work to be Z~ ~ Q ~~~Y ~ ~ P"i ~~~ G s~done under the items listed in the FORM OF PROPOSAL. C~rY ~~-~~`~~ f Each unit or lump sum price stated shall constitute full payment as herein specified for each 01~A C i T Y, ~ ~ ~~,~ item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacernent (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIl'TIONS ~~. Division 1 -Dubuque Road and Bristol Drive t~ ~'~.:~ 1. Mobilization Z~ ~ Q F~'l, + Q P~L~ ,~. 2 The unit price for this item shall consist of preparatory work operations for all ' ~s yA under the contract, including, but not limited to, those necessary for the mov ~ o~if+~~ ~~ i i; ~t i personnel, equipment, supplies, and incidentals to the project site; bonds, in c~', ~t. ~~ t ~,~, and permits; and for the establishment of all temporary restrooms and other on site facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site, and all other overhead expenses so that the other work items unit costs reflect true cost to perform said item in the field. This item shall include demobilization costs. Nothing herein shall be constructed to limit or preclude partial payments provided for the contract. The proposal will have a lump sum item for Mobilization. The bidder will indicate bid price in dollars, and this will be the contract price for this item. 2. Clearing and Grubbing The lump sum price for this item includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, and rubbish within the limits of construction as directed by the Engineer. Also included is removal, salvage, relocation and replacement of mailboxes, decorative fencing, planters, flagpoles, and similar other items as directed by the Engineer. 3. Traffic Control The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including ban-icades, safety fencing, drums, lights, standard signs, temporary concrete barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures 4. Pavement, Driveways and Sidewalk Removals The unit price for this item will be paid based on the number of square yards of Pavement Removed. Removal quantities shall include Portland Cement Concrete, full depth Hot Mix Asphalt, driveways, sidewalks, and curb ramps. Removal of compacted granular material and traffic control shall be considered incidental Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Additional effort required for this purpose is considered incidental. 4. P.C. Concrete Curb Grinding The unit price for this item will be paid based on the number of linear feet of PCC Curb that has been ground. Curbs shall be ground in a manner that allows the construction of a curb rau~ps. 01025-3 6. Sidewalk and Curb Ramp, P.C. Concrete, 6" 7. Sidewalk, P.C. Concrete, 4" The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses ZQ~Q ~~,~ ~ ~ ~ ~~t ~;~ and mix designs. Included with these items are subgrade preparation and compaction, subgrade treatments, reinforcing steel, forming, concrete placement and finishing, ~~~~ ~~.~~~ curb ramps, curing, jointing and joint sealing, and backfilling at form lines. Portland ~ a ~~- C ~ T ~'~, ~ ~ rw~~ Cement Concrete mix shall be IDOT C mix. Excavation will be considered incidental to these items. The estimated quantities are: 140 cubic yards cut and 95 cubic yards fill. Included with these items is all work required to bring the parkway and sidewalk area to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris. Also included is cutting, loading, hauling and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. No extra payment will be made for work associated with the installation of PCC Curb integral to PCC Sidewalk at locations as shown in the project plans. Height on the integral PCC Curb may vary between 0 and 8". 8. Driveway, P.C. Concrete, 6" The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements and driveways constructed at the specified widths, thickness' and mix designs, including 5-foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcing steel, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges, and traffic control. Portland Cement Concrete mix shall be IDOT M mix. The following portland cement pavement thickness' shall apply: Portland Cement Concrete Driveway Minimum of 6 inches Portland Cement Concrete Match existing or minimum of 7 inches Removal of existing gravel driveway approaches shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Aggregate durability class for all P.C. Concrete paving shall be Class 3. 9. Combined P.C. Concrete Sidewalk and Retaining Wall and Steps The unit price for construction of combined portland cement concrete sidewalk and retaining wall shall be paid based on the plan quantity of cubic yards of Class C structural concrete and includes excavation, forming, supply, placement and finishing of concrete, steel reinforcement, backfill, jointing and joint sealing, keyways, curing, surface treatments, and all other materials, equipment and labor to complete the combined portland cement concrete sidewalk and retaining wall in place. 01025-4 10. ADA Detectable Warning Truncated Domes Detectable warnings shall consist of raised truncated domes with a ~~ er rs-~, nominal 0.9 -inch and shall contrast visually with adjoining surfaces. Thy D t ~1e ~ -' warnings shall be brick red in color. The unit price for this item will be paid based on the number of square feet of ADA detectable warnings installeaQ ~~~~ ~te~ w~l~t1 ~7. 2 ~ include all materials, work and equipment necessary to install the detectable warnings accordin to cit standards. ~' ~ ~ ~~~ ~ fl~- ~ F'~ i`i g y i0~"~;4 C! ~ Y.1~~f~~; 11. Hot Mix Asphalt Pavement. The unit prices for this item will be paid based on the number of tons of Hot Mix Asphalt Pavement constructed at the specified widths, thicknesses and mix designs. Included with this item are milling, subgrade preparation, subgrade treatments, asphalt binder, tack coats, supply, placement and compaction of asphalt. 12. Sodding. The unit price for this item will be paid based on the number of squares (1 square = 100 square feet) of sod placed and includes excavation, grading and preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified, including a one-year guarantee. Also included with this item is the stripping, stockpiling and spreading of topsoil as necessary. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 13. Filter Sock The unit price for filter sock will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer. Bid item includes installation, maintenance and removal of filter socks upon establishment of ground cover. Filter sock material and installation shall comply with the current Iowa Statewide Urban Design Specifications (SUDAS) Section 9040 -Erosion and Sediment Control. Division 2 -Rochester Avenue Mobilization The writ price for this item shall consist of preparatory work operations for all items under the contract, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; bonds, insurance, and permits; and for the establishment of all temporary restrooms and other on site facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site, and all other overhead expenses so that the other work items unit costs reflect true cost to perform said item in the field. This item shall include demobilization costs. Nothing herein shall be constructed to limit or preclude partial payments provided for the contract. The proposal will have a lump sum item for Mobilization. The bidder will indicate bid price in dollars, and this will be the contract price for this item. 01025-5 2. Clearing and Grubbing ~"'° ~""~ The lump sum price for this item includes all work required to cut, remove and ~~ ~ ~~'°°' ~""' ~ dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, and rubbish within the limits of construction as directed by the Engineer. Z~ ~ ~ ~,~~`' ~ Q ~t~j ~~: ~^ i~Also included is removal, salvage, relocation and replacement of mailboxes, decorative fencing, planters, flagpoles, and similar other items as directed by the C ~ ~ Y Q ~ ~ &~ ~{ Engineer. 3. Fence Removal The unit price for this item will be paid based on the number of linear feet of fence removed. Hauling and disposal of waste materials shall be incidental. The amount of fence to be removed shall be approved by the Engineer prior to the work. 5. Traffic Control The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary concrete barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 5. Pavement, Sidewalk, Curb and Gutter Removals The unit price for this item will be paid based on the number of square yards of Pavement Removed. Removal quantities shall include Portland Cement Concrete, full depth Hot Mix Asphalt, driveways, curbs and gutters, sidewalks, and curb ramps. Re-noval of compacted granular material and traffic control shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Additional effort required for this purpose is considered incidental. 6. P.C. Concrete Curb Grinding The unit price for this item will be paid based on the number of linear feet of PCC Curb that has been ground. Curbs shall be ground in a manner that allows the construction of a curb ramps. 7. Sidewalk and Curb Ramp, P.C. Concrete, 6" 8. Sidewalk, P.C. Concrete, 4" The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and nux designs. hicluded with these items are subgrade preparation and compaction, subgrade treatments, reinforcing steel, forming, concrete placement and finishing, curb ramps, curing, jointing and joint sealing, and backfilling at form lines. Portland Cement Concrete mix shall be IDOT C mix. Excavation will be considered incidental to these items. The estimated quantities are: 775 cubic yards cut and 66 cubic yards till. Included with these items is all work required to bring the parkway and sidewalk area to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris. Also included is cutting, loading, hauling and disposal of unsuitable material, below grade 01025-6 excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. _ No extra payment will be made for work associated with the installa~tio~~' ~:rb integral to PCC Sidewalk at locations as shown in the project plans. Height on the integral PCC Curb may vary between 0 and 8". ~Q ~ Q ~~ ~ ~ ~ P~~ ~~: ~ ~ 9. Driveway, P.C. Concrete, 6" ~ ~ ~ i' ~ ~ ~ jw; d' i I ~ 6~~'I~ ~ i ~"'~'. i ~ ~~~~f~, The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements and driveways constructed at the specified widths, thickness' and nux designs, including 5-foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcing steel, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges, and traffic control. Portland Cement Concrete mix shall be IDOT M mix. The following portland cement pavement thiclaless' shall apply: Portland Cement Concrete Driveway Minimum of 6 inches Portland Cement Concrete Match existing or minimum of 7 inches Removal of existing gravel driveway approaches shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Aggregate durability class for all P.C. Concrete paving shall be Class 3. 10. Combined P.C. Concrete Sidewalk and Retaining Wall The unit price for construction of combined portland cement concrete sidewalk and retaining wall shall be paid based on the plan quantity of cubic yards of Class C structural concrete and includes excavation, forming, supply, placement and finishing of concrete, steel reinforcement, backfill, jointing and joint sealing, keyways, curing, surface treatments, and all other materials, equipment and labor to complete the combined portland cement concrete sidewalk and retaining wall in place. ll. Curb and Gutter, P.C. Concrete, 2.0 FT. The writ price for this item will be paid based on the number of linear feet of Portland Cement Concrete curb and gutter constructed at a 2-foot width and depth of the existing pavement and includes excavation required to place forms and cw-b and gutter at required elevations, forming, reinforcing steel, supply, placement and finishing of concrete, curing, jointing and joint sealing, grading to establish a wlifonn grade between the sidewalk and top of curb, backfilling at curb lines, and traffic control. Portland Cement Concrete mix shall be IDOT M mix. This item shall be considered incidental when poured integrally with Portland Cement Concrete pavement. 12. ADA Detectable Warning Truncated Domes Detectable warnings shall consist of raised truncated domes with a diameter of nominal 0.9 -inch and shall contrast visually with adjoining surfaces. The Detectable 01025-7 warnings shall be brick red in color. The unit price for this item will be paid based on the number of square feet of ADA detectable warnings installed. This item will .~ ~"~"' ~ ~', include all materials, work and equipment necessary to install the detectable warnings 9 ~.. ~~ ~~~ according to city standards. 2~ I ~ ~i~~ I ~ ~~~~ (?i~ j Fence, Field r•i ~.r `f ~~.. ~ C~ ~'t The unit price for this item will be paid based on the number of linear feet of specified I0 ~+~ ~ I ~ ~, 1 ~ ~`~#~ fence placed and includes measurements required to establish fence in proper location. Install Field Fence in accordance with MI-103 of the IDOT Standard Road Plans with the exception of no single strand barbed wire at the top or bottom offence. 14. Sodding. The unit price for this item will be paid based on the number of squares (1 square = 100 square feet) of sod placed and includes excavation, grading and preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified, including a one-year guarantee. Also included with this item is the stripping, stockpiling and spreading of topsoil as necessary. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 15. Filter Sock The unit price for filter sock will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer. Bid item includes installation, maintenance and removal of filter socks upon establishment of ground cover. Filter sock material and installation shall comply with the current Iowa Statewide Urban Design Specifications (SUDAS) Section 9040 -Erosion and Sediment Control. 5/10 sharedVenginecrAspws-ii'I) I U?S.doc 01025-4 ~. ~ ~~~ SECTION 01310 `' ~~~~ ~° ~~" PROGRESS AND SCHEDULE~~i~ ~+~ ~' ~ ~ ~~ ~ ~~~ 2.~ p .t j~ ~.~ { ~~ 4.~E..'~ ri}ch PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. PART 3 -EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. No Pre-Bid meeting will be held. B. APre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. This contract shall be a completion date contract. Division I and Division II shall be completed by September 30, 2010. Liquidated damages of $100.00 per day will be charged for every calendar day past the specified completion date mentioned above. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 01310-1 D. Restoration activities such as pavement replacement will follow closely behind the work ~n if multiple mobilizations are necessary. E. The Contractor will become an active partner with the City in communicating with and ZQ~~ ~id~ ~ a pi's}~bi~i~g information to concerned residents and businesses. 3 3~ I ~ ~~Il'~A TION WITH UTILITIES: A. It is anticipated that utility conflicts will occur. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 5/10 shared\engineer\specs-ii\013 I Qdoc 01310-2 SECTION 01570 ~ s.: 4 ~ ~~ , ~iaar 1... '.,' TRAFFIC CONTROL AND CONSTRUCTION Ft'~~'~~I~~"IF~. ~ PART 1 -GENERAL ~~ ~ - ~~ ~.~ r E. i ~ i 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2003 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS 2.O1 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Sigms. 01570-1 ~j,#U1Vlslon 25. Miscellaneous Construction. p Section 2528. Traffic Control. 20lOY l (~,oP~1 i`~' SIGNS: CI~rY 'LE~:'~~, ~~~~~ C~:~~,~1~ City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 5/10 shazead\engineer\specs-iiA01570.doc 01570-2 SECTION 02050 ~..M,~ ~~ DEMOLITIONS, REMOVALS AND ABANDO~]~1~1~1'~'~~..~ ~~; 2 ~-~, Q., ~. ~. a. PART 1 -GENERAL ~ ~ v~~'rr~ ~ ~ ~~ ~' ' ~ ~~~ 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 -PRODUCTS 2.O1 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 251 1. Removal and Construction of Portland Cement Concrete Side- 02050-1 walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 201~~ ~~'s~~'G~'~~~~ ~A~ ~, C ~~>t yimits of demolition shall be per 3.04 of this section. The Engineer reserves the right to fo~A C~T~. ~~'~e demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational dw-ing all non-working and non-active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to a ntam b ~.. vehicular access to adjacent properties and businesses to the maxir~ilS xt ~ , ~.. possible. ZQ1~ ~itq~ ~ ~ ~~ 1C~ ~u D. Disposals 1. No material or debris shall be buried within the project work area. ~~ ~n ' ° ~ ~ ., ~, material resulting from demolitions and removals shall be hauled to and is lb ~~~~~'~"'~ of at aContractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include P.C. Concrete, and A.C. Concrete pavements, driveways, sidewalks, and Curb and Gutter. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. 5/10 shared'~engincenspecs-i~A020~O.doc 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: k~s~w ~ ~s "" ~ E; ~~° ...~ m r ,~ 2010 Pi.~Y I 0 r ~`°I i~`: 2 CI i `r t~l_~„; EO~~~ CI"Y, ia~',~ A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 -PRODUCTS None. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the linvts of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY: ~~ Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. ZQ ~ Q I~ J~ ;~ ~ ~ ~ f ~ { ~ ~ C'i~tractor shall provide 48 hour minimum advance notice for sign removal and for sign ~' ~, replacement. Permanent signs will be replaced prior to concrete pours. CITY t~~..~~;,1~ i ®'~~A C ~ ~ ~°' ~ ~ ~~` ~'~vlove mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections offence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control 5/10 shared\engineerAspecs-iiA021 UO.doc 02100-2 SECTION 02220 ,~ ~- ~~. ~h~ ~~. EARTH EXCAVATION, BACKFILL, FILL AND~~l`~~~2; 2~ PART1-GENERAL 1.01 SUMMARY: ~ ~, ~~'F?~, C ~ 0 Y. i ~ l~~°,a~ A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. L03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient duantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from 02220-1 ~ erosion. ~~ ~ Grp ~~~ ~F v r',.; -° 3.03 DRAINAGE AND DEWATERING: 20iD ~,~Y ~ Q P~~i~' L provide and maintain ample means and devices (including spare units kept ready for C~~~ C~.~~~"~~ immediate use in case of breakdowns) to intercept and/or remove promptly and dispose O ~ft(A C ~ ~' ~'~ ~ ~ `~~!,i~ properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCA NATION: A. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. B. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency fornls and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When reduired, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with 02220-2 roots. Do not leave frayed, crushed, or torn edges on any roots 1" c~`;'l~er ~"°'~ diameter or on any branches. Frayed edges shall be trimmed with a u4ilit i ~~~ €~~~.~~ Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. Z~ ~ ~ ~"~~4i' ~ Q P~`3 ~~: L j ~,._. 3. No construction materials and/or equipment are to be stored, piled~,p>9 ae~ ~ y within the trees' drip line. + ~ ~`V~w ~ ~ ~ ~ ~ i ~ ~t~t,#~ 4. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 5. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 8. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services Pernaanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1-inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 02220-3 3.05 ROCK EXCAVATION: ,, 1,~ A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. ~~ o` `4,: zaio ~~~, i ~ ~~ a ~~ B. Explosives shall not be used for rock excavatyq~s .i; ~ pp ~i I t_~~~:~~4 3.06 BACKFILLING: ~ ~~'1`~ ~ f ~ .1,~ ~ L~ ~6~,u,'e,~ A. General 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 02220-4 3.07 UNAUTHORIZED EXCAVATION: ~ $~ ~ ~ x A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compa ted to 95% Standard Proctor Density. ~~ ~ ~ ~~~'~'~~ ~ fl ~~~~ ~`~~ ~ V~ ~ Sir IAA L.. ~..i Zi'1 5/f0 shared\cngincerAspecs-iiA02220.doc 02220-5 SECTION 02510 -~~ ~ ~ ~~ HOT MIX ASPHALT PAVING, BITUMINOUS ~~~ ~O i ~~, ~ .~ AND MILLING. _ ~f 1!~ ~I{,~f,.~7~i89 Q~~~ G~ ~ ~. ~~~~~ PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely faYniliar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as anlended in this document, the materials in this section will confornl with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. 02510-1 PART 3 -EXECUTION 4 Cd:,an ~ 3.O1 TECHNIQUES: i A. Except as amended in this document, the work in this se~~ divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. lit~h~bv~~l Cbf~fo'rl'ri ~itl~the following C~T~' C,~..~~''r ~ ~ ~`~ ~ ~ ~ iw ~ ; ~ 1 ~~~~'~~ Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. Driveway shall be finished and opened to the property owners as soon as practicable. 3.04 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.05 AGGREGATES A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. 02510-2 ,.„ B. Gradation. ~~„, 1. A'/z-inch mix shall be used on all streets and all divisions of this project. 3.06 ASPHALT BINDER 2~1~ I6~~.Y I ~ P~~ I~~ 2~ R 'i- ps *e A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. ti'~~ I ~ ~"~'~`h"r IC~fA CITY.IQ~~` 3.07 EXISTING DRIVEWAYSURFACE A. Where the proposed asphalt overlay meets the existing asphalt driveway surface, the existing surface shall be milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.08 HOT MIX ASPHALT PLACEMENT A. Wedge The depth of the proposed wedge is estimated to be plus or minus 2 inches. The maximum lift thickness shall be 3 inches and the minimum lift thickness shall be 1 inch. B. Compaction Class 1B compaction shall be used on all streets and divisions of this project. 3.09 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be '/K" Gradation 21. Bituminous material shall be MC-3000. Primer shall be MC-70. 3.10 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the reduirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project; there will be no smoothness incentive payment. 02510-3 ~ ~~` SECTION 02520 y ~~-~ ~~ ~s~ PORTLAND CEMENT CONCRETE PAVI~`~4f ! ~ ~'' i2~ 2 7 CI~i''~' C~.EI~~a 60WA ClTY.10~'~~, PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete sidewalks and driveway approaches at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. L03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will confornl with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 41 O1 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PA EUTION ~.~ 3.O1 TECHNIQUES: zo ~ a ~~~ f ~ o ~,. ; . A. ~*~elit~~ amended in this document, the work in this section will conform with the ~~ ~ ~lr ~~ ~lh~wing divisions and sections of the IDOT Standard Specifications: ~o~A ~~ ~ ~-~~~ `ll ~'~fr~ Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 '` ~' ~ „~ D. Maximum allowable concrete temperature shall be 90° F. {~~ E. If concrete is placed when the temperature of the concrete could~~(9~ FP~~; ~ ~ Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is place~e~j ~l~'~~~ i ! 0 ~~1,~ C 9 ~ Y. 10'~~';~a 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the sidewalk and driveway approaches to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 02520-3 SECTION 02524 ~~~' ~, '~~~.~~bA'' CURB RAMPS 2010 ~9~~' ! 0 P~912~ 27 PART 1 -GENERAL ~ ~ ~~~ ~ ~ ~ ~ ~~"° s~' i0V"i's~ CITI'. Il~ti#~ 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. L 02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) D. L.M. Scofield Company Tech -Data Bulletin A-104.10. E. L.M. Scofield Company Tech -Data Bulletin A-514.02. F. L.M. Scofield Company Guide G-107.02. G. ASTM C309 -Liquid Membrane Forming Compounds for Curing Concrete. H. Armor-Tile Cast-In-Place Tactile/Detectable Warning Surface Tile. I. Figures section of specifications. 1.03 QUALITYASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper perfornlance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. I.OS DELI VERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. 02524-1 B. Powdered materials shall be kept dry and under cover. Protect liquid material from ?~ rge~ing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: 2~1~ N~~" Y i fl P; i '~~ 27 ~~,, ~g~ply with ACI requirements for cold and hot-weather concrete work. CB I `~' Gy_ t~~~'~ f~. Pt'~'1~'~f~llation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Cast-In-Place Tactile/Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max. 3. Vitrified Polymer Composite cast-in-place tiles shall be Armor-Tile Cast-in-Place Tactile/Detectable Warning Surface Tiles or approved equal. E. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped concrete. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conforn~ with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) and the following sections of the Americans with Disabilities Act (ADA) ~ Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of--Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. 02524-2 w. ~ y,~ F: C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level less existing conditions do not permit and layout is approved by the Engineer. Curb ramp cross slope should be no less that 1:48 or 2.08% to a level plane. ~~ ~ ~ ~~~~ ~ ~ PC~ ~~; 2 ~ 3.03 PORTLAND CEMENT CONCRETE THICKNESS: ~ ~ j `~" ~; ~, ~ ~ ~ °~ I01~"A CiTY.I(~~",~A~ A. 6-inch thick P.C.C. will be placed at all curb ramps unless otherwise directed by the Engineer. 3.04 WIDTHS: A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 3 feet. Four-foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ranlp design in order to provide a "best-fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches nunimum and 8 inches maximum from the curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of concrete. 3.08 LOCATIONS: A. Curb raulps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply tr~u~cated domes per manufacturer's specifications. 02524-3 C. Protect concrete from premature drying, excessive hot or cold temperature and damage. ~,_ ~"'f'~ng Compound: Apply per manufacturer's guide for rate and method. 2Q1~ ~?~;Y I 0 t'a~'?~ 2? !f'~Cpp'T`~ ~:~~/W~~~', 02524-4 SECTION 02530 ~~I~ PORTLAND CEMENT CONCRETE COMBINED SIDEWALK AND RETAINING WALL ~~ I 0 t~~,Y I 0 Pty 12~ 21 Ci ~~,ig C? CI=;:~~; i0-~'A CITY.I~~'~A PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete combined sidewalk and retaining walls. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete combined sidewalk and retaining wall at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. PART 2 -PRODUCTS 2.OI MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Section 2516. Removal and Construction of Retaining Walls and Steps. Division 41. Construction Materials. Sections 4101 through 4122. B. Concrete shall be Class C Structural Concrete. Aggregate durability class for all structural concrete shall be Class 2. 02530-1 3 -EXECUTION ~~.. , 3.01 TECHNIQUES: ~~~~ ~'~~~~ ~ ~A.~~~~ t~-~~c~pt as amended in this document, the work in this section will conform with the r ~, f following divisions and sections of the IDOT Standard Specifications: CITY C~ ~..i,t f0'~~'A CI~~ i lE,~`~'; Division 24. Structures. Section 2402. Excavation for Structures. Section 2403. Structural Concrete. Section 2404. Reinforcement. Division 25. Miscellaneous Construction. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 02530-2 SECTION 02900 LANDSCAPING PART 1 -GENERAL I.OI SUMMARY: ~_~ ~~.~~ ~.,. F 2010 M~,Y I 0 PIS i?~ 2 7 CIS°~° CMG%~ A. Plantings (shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. 02900-t P.~ ~ 2 - ODUCTS 2.01 SEED: 2~f~ ~?~,~e ~ 0 Pi lw~ 2? Minimum Proportion Lbs./ Lbs./ G j ~' `;' (;1_ ~ ~~i Mix by Weight Acre 1,000 sq.ft. ~~`tl~A C~ I AN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAI, MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11 % 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.02 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 -EXECUTION 3.01 PLANTING SHRUBS: A. Excavate with vertical sides and in accordance with following requirements: Do not use auger to excavate planting pits. B. Set shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than sun-ounding finished grade after settlement. 02900-2 C. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Backfill shrub pits halfway with planting soil mixture and thoroughly puddle before furth~b fi '° shrub pit. Water the shrubs again when backfill operation is complete. ~ ""` D. Rake bed area smooth and neat. Mulch all shrub beds with a minimurrf~~~l~i><i~-es~c~~~~~ 2 i hardwood mulch. ( ~ ~qq.~ ~,~p'~/~ ~/'y;t~ { O ~~~H C~ f 1 r~ t3 ~i~,~r~s 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1 /3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro-seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until gernunation, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Drawler-type or dual-wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to nunimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 02900-3 3.04 ~OD~ ~,~ I~~~.x A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent ~~ ~ ~ ~ ~, ~ ~ ~ ~ ~ pe~-Qsi~r~before establishment. ,apply lime by mechanical means at a rate of 3,000 pounds per acre. ~~~~ ~3:.~~ ~ 4 ~ Q ~'~ ~ i y .i,-~ ~ , t =~, ~. ,~pp~y fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. D. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02900-4 ~oafoad II!lul ~{lennap!S OIOz ~oalad r N C7 OD N Lf') CD ~ C N T ~' r T T E d v ~ C7 ~, a ti r a - m~ ~ t ~ ~ d ~ ~o~ N N no0 u ~ L~ ~ v _ ~ ~ y o ~~..~../// C ; r o (~ Ev; °~ O C~ ~ Y ~ c L n ~ O ..+! O .+ csv E % ' yv CL L~ e..- ~ p ~ n- don ~ a v ~ ~ O N ~~ y%~ ,~, o d ~ Q a..h ~ ~, « (~ ~ ~ ° o Y ~ v 0 ~ QOj N ~ ?-- ~ L O ~ O $~o w ; v \ ~ ~N g d o p '~^~ C~ 'p ~ u E a` ~ N H = '6 N yJ C (d ~ dv m v ~ ~ "u H C m d ~ N ~ N N 3 V J ~n~.. ~~ .... ., Z ~m W o~ .. ~~ _ X O O a O r N 0 ~:. Nam :o= ~ z ON /~~ a W L d C 7 0 0 0 ~"p.•. O N ~ Z •• ~ O 7 cn ~ ~ ~.. ~ SN3 ~~ ., v ~ •°; p O ~ Z a U ~ ~~ ~ z ~ o ~~ o !~ J Q m a~ N® VY ~ 8 8 O^® ~ O ~ w O 3~~ I-ii J_ %~ I z ~ ~ ~ ~ ~ z w z m ~ ~ ~ i U Q a Q w a a w O ~ W Y J U Z O :~ v z J a 3 °~ J 3 ~ ~ O ~ U Z w ~ U F w ~ rn ~ ~ O hz z O ~ ~ u~~ ~ U a ~ ~n O ~ w o °m v m ~ = m w ~ xa ~ ``' ~ ~ w m v ~a ~ ~ a 3 W ~ W W U U In J X 1 ? a Z J W W a (~ ~ W d O Z ~ m r a z v z m a O o -~ w N r ~ w ~ 9 3 F ~ o w a o m }~ ~ ~ ° ~ ~ ~ ~ w z O Z ~ a ~ m ~ j o ~ ~ 3 = ~ °w .°_, _ ~ o: a ~ o 0 o a ~ ~ O ~ w m v~ r x w m f a x in m a O 3 ~ c~ rn O~ m m o w ~. ~n a ¢ m a ~ ""~~~m ~ ~ W ~)~ r~ .. ~\-r ~ - ~ V - ----_~ -- ~, _ ,~ ,~- ., O I ~ ~ ~ o i O •~ ' J ~ O ~ ~ti z ~ 0 3nv lsai~ - -~_ ~~ __ T ~ .. ° r °o. 2 I V ~ ~ _ ~ -- ::: ~ ~c ~ ~ ~---- ~~ I ~ 'r-- ~ ~ ~ ii ba ' O - - }, ~olslb9 ~ ~ ~ ~ ~ O ~ ~ '~ ~= a O a ttS ~ ~ ~ 3nb~8na 0 0 ~ I ~ J r-- = N ~ ~ ~ N u. ~ J Q W Z ,Wrt Vx W w O Z ~" Q O Z Z Q CJ~ w W ~; O ~ ~ Z a~ 1_ ~ z O Q ~ c N Q' ~ _ O O O Q ~ ~ - ~ _ c ~ ~ c~ r ^ ~ Q>J V lW ~ 0 N O ~_ U~ ~_ 2~N~=~p°w ~a m ZOO O 00? Z ~~ Oa Z J ~ ~I~ r=~~r w~ U J ° Ja~N O Uw Or °3 Zj a N ~ O ~ w cn~ Ufa J r or ~o~ g w O- ~ ~ (0 m~KO¢w~m~0 z° =o ww~~ ~ O~J a oz ~o ~ o a N O W p O w Q' W- } Z = ~ w W J > N J r ~ a r r r O S N~ O a N W Z r ~ w Z- fn r° O W a r zzU°WrzUg cQn- w ~ =03 ? zo- ~o U U o: O aZ~00 w0 a N WZaS N rUS ~O N W o w ~ ~~~ow Uafo 3o w w r } U ° v Ocw.~ w z c~ ~ z z~=wwz~ ~z z ~ m=- a ~ Uz d z ~ w~00rm~ o w a zowzz ~ ~3 ¢ o d.~U W (n )- (n w OW ~ HH F ~ Z W 3~ Z }? Wp N W w U W ° a' O U W O U 3-~ W r° w O ~ J S ° } '' ~ O~SZ4:~pCiw w3 U ~~ 3~ z Qwa_ r vaim~ ra ~ ~ m ~ Q zzr=owv~~ U Urf~~o3 ~ Oor U wJw ~? °N ° O p W~a=~ rp2 ~ Zf`KrZ WOa O UJp O QZ > d UZUi~w ~r~ za J OZW ~ ~d~ w z2U =~ rg ~ O d ow°~z ~ > » Ooowvf > ~ cnz o~~ v'a v ~ W W~ U Z O W Z J U Z a' a~ H r O W J~ r Z V 1 W U ~ W ~ W d HHU>a W UQ max U1- N > aUI Z W K d 2 a a Y zw~vwir°-~=a< wW w~ Ooc~~a 3 ~ a ~~m = o Or 3 "' "' Q cn ° ~ r e0 ~ O o ~ =~ ~ OON W (A r° > d'O dS Z a O W Z ° NQ J ~d a Z Z .. C'7 000 N°~ Z aU ~~°J~ ~Oa S JW2 WN OZ ~`O a c a~i zoo moo---o ~F= za Wa~Ja w rtn a~)n F-~o- 3 oz ° o~ s ~ w W r J > Z d' U W W Nm}~wtn~o~ ~¢ ~~ ~wzww g =~~ a cnpZ dZS OO ~a ~ O ~ C.J x-Zr J_ O OU 7 OU- W err ~ ~~a oar ~ Ur ~ wNaam r Wx ° z~ WZ ~Z r O > ~ w )nOW~~f=z~Q ~w 0= z~OZO ~ w~J ~~ ~o~ dr~ UW =~ ~ awU~> U°Z Z~ V1 JS.._.~O r mWW 3> =UW J~N ~ ra ~ Z a Sz 00 ~ }N a N JSO ° ter? Odw SZ }N w 3~ Z~ J N a ~ h W ~ Z a~ J J r J U1 (7 ° U U r° m w W =WZ~o~o~ w ~m p~ 3p~aw ~ c=if .~ aw o°~`' >~Q Sa ow m ¢ a ~ vf~Za~ OD= ~ ~U WUav=iw ~w w4 U w ~ r wZ z Z c° c~~n r Ocn a~ Oa z y 3 a = ?} ~ 3~ ~W o Qmmw°Q3V0 Z~ W~ H~a~Z QW OZU Z Muir WZ Q p0 r ai a> NJw Z~f ZOr O NOZ ~~ Ow ~r UU= °~ Ohm OZO zip ~~ r ~ cn co W J H O OX Y ° W U O ~ U~ Q= W w ~ W r ~O U U a° N F- a ~ Z ~_ _: > 0 ~_ ~~d' rU3 H00 W= 1 ~ r Z ~ N W Oa W C.7 W W J~ W'm > J XUfOOZaa Za0 J~ ZZ Sr ~ Z } w W z=~ UO r?O UaJ O m°¢ wa xJ ~ r aom ~~ or~n ° Om OS U° z Wr )nw Wa az wm O W U z zan. ¢N} Ow w `- 2' W m J w a W' O W N ° x` 0 0 }- Z W r J a f y J Z - J ~ _J W~ Z Z m ° r a° m Z O= N ~~ ~ m U ya l=- O VI Q Z O a Z U 3 N W ..._ r~aUa W Ufa J OU1 W w Ja r ~ J °j °r Lir SZ° rUK 0_ 7 ~ s a N~_° W W- O N J J a y O a s H H w r- ~ a Q Z a d W N Z U W ~ w W ino_°3 ~w Oa Nr~ ~ ~z ~OZ Z3 ~Y ~~~ mW ~_ aO~ N W O a W Z Q'J 4. W W 3 H a W° J~Z Y OO Z ZF JN ~~ ~ t4 ~ >~JwrUCnrO wr a_S Zp Z >Q °~ O~ U30 ~oUJ a~ r~ ° c cn ~ U r S J - N r ° O w r O 4: w N w r ~ a J S N Z °~wo~m UwZ ~Z ao jwQ~~ Z~ rQa ~w QJ¢~ U1S3 N~ ~>O> J o~ a S U r Z O W o 0 ¢zorZ~3~Wa oa°io O~ fir=-c~`g° Jx =cwi~ o~ Jew o = oN ~~ o ~ ~ Or2-vVfia° w~Y aorn z z z a ~gVf rw >~a r r Ow z0 ~ ~ o cvU w ~W~oa! vo7 ~O z zz zrn 3 O(n O )n O~ O cn w -~ WUV) o Uo i ~ °o~oo Orn az a ~w ac.~z a_Z o ~ ~SOQ~UlWWJ3 °O~ X° ZODU N_•- VlZ ~w WOJ ~~~ NO U2 r W dr OZU2ZS ONUI wFW- O$~S7 W'v W-WW zr ~Zm ZOa Z Sr zJ /1~ Wz~~U~w~oj Oo¢ wQ cn=d~~ O~ Q:z~g 003 ZoU Oar OJ ~~ ~j V wSZ~~ca.~~WOCn a~o wz ~~ zz J° J~1->-a w° ~~a wwo Ja zf= >~ Z O =~3wro X~ilO} 3 10 SO ~U1000 Ja JwU SZ Oaa 2S0 JC.i Oo aw 33oa<nJwoam o.-S 30 ~¢r00 az a~a? ra °vfa rrf a° Oz a~ ~ z ~ N ~ v ~ ~ ~ ~ m ° ~ ~ WZ Z~ (7 ~ Z~ m WD M N N ~ N x N m }~O M~~ ~ ~ ONaD j0 mO nM - M cp ~ ~ O O O r a0 a0 _ ap co n a0 O ~ ON ~M~ aN~ n~^ >N OMM ~ Obi ~ 3 N N In ~ ~ ~ ~ ~ y~ I O ~ N Q Of O O~ a~ I O I N~ <O N - W M N c0 (O <O Z c0 c0 ~O J o ~ M ~ Z ] Ot (O Ol N O ~ N lf7 y ~ a0 M Q_ M \ to N ~ O ~ } iA ~ ~ c } M M M Z i+J r°1 M M M M w O i+7 M y r~ N r~ W r~ W r . ~o \\I y~W I I I oo \\~ ~,~ \ -m ~°i ° \ \ ~n\ z\ Y\ J\ ~ _~- rnrnrn >._~rnmrn r-zrnrnrn ~_ ~n }~~ ~°0 rn rn am mm Qrn am = 3p .+ MMM v~SMMM ~,,~'.-aMMr7 r3¢Yin _>r~ rUJM Q I M Q~ ~M ~M OM 3"~ .~ J U 'v ui r M ci ei N U a ti ui z ui O O ~ W U ti d ni N ui } v ~ di } ^~ O p C- O? C- - O C- O U C C ~' C W C C C Z C d' C ~ C ° C > M 3 0~ x ~ ~O o o" tO 3~ o o" r'o E o r r o > O o z o 0 o S o m o 0 O -~ L O p 3 ~ d L O a L O N •- ~ L L Z W L O L L a L Q L W L ~ L a L L ~ ~ d ~w (OUYd~W l!7 Ord ~W ~[7 C7~0_ U d OUd Q_ D_ °d ~d ra ~D- ~d O r E v 3 E " z z ~ O U $ .9L w w '- w ~ ~ ~ W Vl Q '> ~ U_ O N d d 2 ~ p a," ~ 5 a o w ~ ~ I~1 ~ '.' W J N a ~ Qw: ~ U a Z o _,T zo ~ a 3 ~ m ~ O o f ~ ~ 3 ~}n ~ a a - U °L' ° W Q ~ F 1}- H ~ 4: r d (~ U ~ U U U U U 0 W ' Q Z ~ ~ ~ ~ N ~ d- ~ ~ ~ ~ ~ ~ dN' g 00 N N = ~ d W f!1 ~ ~ (n (n ~ J ~ ~ J z f'+ ~ J J J (n Cn Cn (n U (n ~ ~ .-: } ~ r,. s ~~.. e ^' ; .4 ~' ~ w~ 'W ~ ,~1t O O ~ ~ i N ~ U ~ ~ Z m ~ ~ O Y N ~ _ ~ U ~ ~ ~ ~ a ~ ~ U c ~ ~ ~ _ ~ ~ ~ ~U ~ ~ ~ ~ ~ ZO (n I- o ~ A E ~' "' ~ o L N . m C >, ~ U U ~ s= O (II 'p O p C~ o 'L m ~j ~j U ~ c6 ~ ~ ~ - ~ r ~ ~ U T O c cn U ~ N ~ U O O U cv cU ~ N ~ X ~ Cn ~N ~ - ~ ~ ~ ~ ~ N ~ ~ ~ i > '+~ N ~ ~ U ~ ~ '~ O ~ O O ~ D ~ U ~ ~ ~ cA cn D U Q 2 cn ii ~ r- N M ~ ~ CO I~ 00 ~ ~ ~ ~ N ~ (~ r- W ~ H ~ 0 0 d7 ~ ~ M N N M O 00 ~ r- ~ a0 ~ ~ ~ ~ C M N ~ ~ (/) (n ~ (n 1- LL ~ ~- ~ ~- LL LL LL C~ LL J J J J (n J (~ (!) Cn U J Cn -~ UJ J O ~ N ~/ LL ~ O ~ F- O i U C L.L ~ ~ ~ O ~ ~ O Y ~j O U ~ ~ ~ U ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ > ~ ~ ~ U E-- Q ~ U ~ Q. ~ ~ aj N p U ~ ~ m ~ m ~ N ~ ~ ~ U U ~ U (LII G1 ~ ca ~ .Q ~ O O CL ?~ o ~ ~ U U U U C~ ~ ~ Cj j U ~ m ~ ~ > ~ o ~ ~ ~ U ~ ~ ~ ~ ~ ~ ~ ~ a~ ~ ~ ~ U ~ N O ~ ~ O ~ U ~ N ~ ~ U ~ ~ ~ U O O ~ ~ ~ O O N ~ .L N U ~ U cv cv 2i ~ ~ D O ~ (/~ ~ ~ ~ > ~ ~ Q ~ ~ ~ ~ ~ O C O U ~_ ~ . i ~ U L L E- ~ ~ ~ (n ~ U U Q L (n I..L ~ N C'~ ct I.i") CO Imo- 00 07 ~ ~ ~ ~ N ~ C~ ~ ~ ~ t!') ~ c~ o ~ C O '~ m a (0 ~ ~ '~ "'' ao a~ a E o O O O O L ~•= v ~ N L Y N Q '~~~ •m ~ O .a to ~ •N > .~ j ~ :-, ~ n ~ -a c ~ ~ co ~ CO cn ~ ~ c o cv m m 3 ° '~ (6 U ~ ~ O N ~ N '~ C N (B >' C ~ U C ~ ~ (a "~ ~ U ~ 0 to O ~ ° N - ~ U ~ - ~ ~ C . (6 (0 O p U~ U U~ ~ N . + 'O C ~ ~ O p O~ 'O U • C to (6 'd O U C ~ ~ N>~ , ~ C7 p O ~ .~ ~ ~ - ~ L o ~ ~ ~ ~ m •° ~ ~ U U ~ ~ • o~"~ -c ca ~ m a ~- ~ o ~ ~ ~ °-~Q ~ a i m m o o p - ~ ~ o 3 ~ ~ ~ c W o - n~ ° a~ O ~ y ~ Q ~ L o ° ca ~.~ nnU ,~ T. c ~ c ~.~ cn mO c m ° E C ~ O m '_' to w ° C ` W n o .~ ~ 3 U Z ~ ~ ° L Q ~ -O . ~ ~ ~, cn ' "6 .(B v ~ ~ ~ ~ L . '-' O ° vi ~ (9 ~ N 'p LO Q N '~ L "--~ Z CO N •-~ ~ ~ ~ U t~ t o ~ ~ ~ 3 cn ~ ~ f` N L N - ~ c c~ ~ ~ N o o ~ C ` C ~ ~ Q ~ ~ , ~. ~ o c c~ ~ x~ m ~ c c a c m m m e ca m '~ o o- c~ c -6 0 3 ~: Q ~~ ~ ~ ~ N U U t t,:. ~ - Ls i ~ N C .N O O (LO ~ U ~ ~ N ~ _ F- Z N p) O ~ y U~ n O _ U U - N ~ N O 7 cII L T ~' R i~r ~ . T 7 (0 ~ 4... .- L 0 .U O .N U 0 (0 "d H `~ (6 rn O C (6 L L!J N (6 '~ _ ~ 3 `- ~-+ ~ N N ~ U O .a z .~. ~~ ~ ~ E ~ ' p ~ ` ~ ° o C ~ c9 ° ~ N ~ cn 7 L ~ i . -.~ > - c a~ ~ ~ po c ~ ~ Q ~ ~ ~ n E a~i W > ~. ~ '~ c ~ N -ar cn ~ ~+V / ~ . co • w .C ~ • L ~ -a o o o ~ O_ L ~ U C O1 ~ W ~ o .N o -r ~ -6 ~ m Y w- (6 -~ m ~ ~, '~ ~ ._ ° (/1 ~ > ° W ~,~ ~. ~ O ~ O E ~ C ~ `° C7 E ~ L 7 ° ' ~ a (A L .Q L N °? ~6 >. ~ ~ C ~ IN (B °' J O - ~ ~ W A (9 N .~ ~ _.c. ~~ ~ ` o : U ° t L ~ ~' ~ o c p ° 3 0 ~ ° ~, co J m ~ ~' C (6 a~ m ~ is ~ a> ~. o ~ C n cn ~ ~ a :.' ~ : ~ = cv .,.(/) ~ ~ N U7 ~ c ~ ~•- o to C ~ T fn m o - m ~ 'a ~ ~ Z Q ~ L (0 C •.. 0 3 c ~D ~ J n. o ~ ~ n .C ~ ~- ~ c L ~ ~ ~ ~ _ ~ - • N ~ to ~ .= a ~c ~ ~ Z f6 j 'p o z O V U ~ O ~ ~ ~ U U m N ~ Y Z ~ ~ n •O 0 ~ ~ ~ ° L ~ a ~ U ~ ' J ~ ~ ~ ~ c9 ~ O c ~ ~- ~ ~ I q ~ ° ~ O L ~ c 6 9 c ~ ~ ~ U ~ ~ L Q n p ~ Z "- 3 ~ . ~ ~ L O ~ O ~ Q ~ > "~ C (6 U ~ ~ ~ ~ a ~ a ~ E ~ "a c 0 ~ ~ p : ~ ~ ~ C ~ N n ~ LL - N J ~ ~ to C > C E O > ~ ~ '~ ~ O = ~ ~ ~ - O W o0 O U "O ~ Z O O (6 C ~ U c9 ~ L w. •U O ~ ~ ~ Z ~ C > ~ ~ •3 ~ U O J L ~ J O ~ . U ~ ~ ~ } Q , '6 n ~ O C I- ~ (9 O ~ O ~ (B ~ C i ~ U T U (9 O O = ~ Q ~ ~ ~ Q w Q' N O N _ ~ ` ° y N C~ ~ >' (6 c0 +L. a a V L O L ~ ~ ~ L to ai -ao a ~' Q L ° o ` ° 3 ~, ~ _'~• L- .~ ~ ~ ~ ~ r c ~. o m 3 ~ ~ ao > ~ O ° c ° ~ ~ (~9 Z ~ ~ ° ~ O c U U .~ C n : ~ w O -0 ~ O ~ ~ ~ ~ ~ ~ ~ W ~ ~ ~ Z c0 E ~ L U O ~ N C ' ~ C Z _~ N ~ C ~ ~° L O J ~ >, ~ L O O ~~ (6 U C~ E C~ ~ c a i _ O D U Q ~ cn ~ ~ ~ E l m U a C6 C U~ (D c co ~ . E ~ o a> a> ° cn ~ cn z ~ ~ ~ ~ ~ o ~ •° ~ ~ n .~ ~ .~ ° m ~ ~ c ~ i ° n Q ~ ~ o ~ ~ ° ~ O ~ p (~ N O _ .U ~ O - _ p U U O ~ ~ ° ~ _ N ~~ L O L L O p~ O~ ~ ~~ ~ ~D Z N .~-+ ~ ti p Q L~ ~_ +L-~ U~ C O C / 00 LL O~ U N O U 07 O O / I..L 3 U~ U L~ O L .-+ ~ H O) U U L r H U ~ N Q U ~ ~ U ~ ~ ~ U N N ~, N '6 ~ N ~ U L O ~ O (9 ~, to • ~ ~ f0 OL ~ C •~ ~ ~ •~ > ~ ~ Q Y ~ W O ~ c ~ ~ C L N ~ ~ c6 "O ~ ~ -O ~ .U ~ ~ ~ ~ ~ O C ~ to O 'p U ip U - Vj ~ ~ ~ ~ ~ ~ ~ L n n O CC6 N ~ .- U i C L d •U = C "O OU ~- ~ (pD ~ ~ C ,~ ~ ` ~ O CO ° - ~ ' ~ ~ m °~ ~ E ~ ~ m .c .n ~ m E N ~ c > .3 .° ~ c ~ v : o c o ~' ~ ~ <n ~ ~ ° o m ° ~ o ~ ~ ~ ~ T ~ ~ ~ o o ~ ~ is o L ~> o n ~ ° . ~ c ° > >> ~ > c0 O C~ ~C ~ O >' L O y U L U N O ~~ = ~ U to U •i .~ C c O ~= w U O N O ~ U~~ N C O U N c6 O O) "_' O L D _ ~ c ~ ~ m ~ _C ~ ~ (n O O • "_' ~ L C ~ a - 6 ~ ~ ~ .O N C ~ "p O O C ° Q >. O N ~ (0 U n O N (6 ~ N ~ ~ •' - ~ ~ :+J C ~ ~ O7 "O O C 6 ( 9 ~, to O "O ~ O ( O L C (D ~~ ~ C O . N -_ L N Q U O ~ B O O ~ U .. C L ° ~ cn ~ (6 ~+ n° .«- ~ O `~ C c0 L C O C~ O C N n Cn ._ Z c0 L N~ ~ O m ». ~ n ~ N ~ ~ cD T L N C ~ [1 T N H d ~ ~ U O N - N ~ O (0 C -6 cB LO N U S L ~, •U ~ '~ L > V (9 to ~ ~ (B = O m ,~ a~ a cn ' c~ m ~ ~ ~ o c ~ m ~ a~ ° .C ~ n c m'~ a ~ c~ ° m aw U o m a o ~ J 0 0 ~ ~ ~ o O C a~ ~ ~ • o ° a :_ .~ c L ~ f6 L N O ~ co m ~ ~ +-' ~ > ~ ~ O C O U ~ O ~ m ~ O ~ ~ M CV O cn .C ~ p- ~ ~ N ~ - ~ O N ~ O _ ~ U ~ O N ~ O 6 ~ C ~ O O ~ L C L ~ ~ to C ~ Z ~ N . ~ ~ ~ ~ "a ~ ~ p O) "O O ~ "a ~ ~ ~ C O N "O Q N - f0 - L 7 • U ~~ w O L O (6 (6 c0 cB ~ ~ N ~' ~ O _ _ ;- ~ ~ O (6 .? U (6 ~ ~ . p- ~ C ~ U j C6 N '~ ~ O U ~ C (9 ~ Y C C ~ ~ `~- ~ ° N _ C cLn ~ ~ L >i ~ O~ N Z~ U O U 0 0 ~ n (9 N C C L U }' O ~ 7 L 0 7 ~ U C -O ~ p ~ ~~ O (D _U U ~ (d L C a 0 ~_ U ~ ~ .. ~ N (n fl- N O cn ° ~ (9 L N U ._ ~ O ~ .~ U L~ p U ~ ~ C6 N •~ O U C ' o C C o ~ N >, p ~ ~ c9 ~ p ~ ~ ~ °' Z ° o> n •~ o ~ O ~ ~ ~ L° c ~ ~ ~ c ` o Q ~ Q c ~ ~ co c -a o o ~ ~ ~ : ° ~ c0 ~~ a ~ o w O N c :_~ ~ ~ ° ~ 3 i ~ cn Q -a ° _ N L ~ c ° c ° ~ ~ ~ ~ ~ ~ ~ •° i c°' n ?' ~ c H ° E ~ o ~~ U L v , T~ O~ o o c N vi U -O J ° ~ ~~ O N O Y O ~ O 'O O W ~ ~ L - Q) N ~ ~ U > ~ '~ N U N ~ O ~ ~ ~ O j, Q to - ~ N p n N (0 ~ .O ~ ~ 7 ~, ~ U ~ cn cn Q C m (B C C O v_ N O L o w •- := c >, cn 7 U L C ca O ~ ~ "d ~ U> n m •~ ~ (O ~ ~ o~ a~ ~ ~ ~ N ~~~ ° N C N •N .-. C -~ 'C .~ ° (II O U >' O N Q ~ 7 nC ~ ~ U `n ~ ~ ' ~ (6 ~ C U ~ ~ ~ L ~ ~ ~ ~ (9 O ~ ~ ~ ° (6 ~ ~ ~ U U ` ~ ~ L ' N 'D N U ~ J O C w. ° U ~ ~' - ~ (A ~ ~ y~-+ 'C 6 (n ~ a L O U O O O ~ L ~ O N 'U U CO o> ~ v ~ 3 rn a> Z O y + ~ ~ '- ~ 'D ~ ° - ~ 3 ~ °- C ' (6 ° ° -° 3 ~ ., ~ y ~ ~ ~ n > ~ °~ -° ~ ° U n (9 ~ O ~ ~' ~ _ ~ -_ W ~ U L~ L ~ L m 3 ~ ~ ~ ~ N C ~ U In ~ ~ ~ U O ..~ ~ °~ ~ ~' o~ N ~ ~ o .~ ~a ~ w N o C° 3 Z ~ ~ i~ ~ Z ~ ~ '~ ° - _ V) U O ~~ L .~ ~ N~ L c L C p N ~ Y~ ~ p N U U c L V Z O ~ L O~ ~ L A O C C Q E T U ~ ~~ Q . N .~ O U p- ,,., w C O - U Q) ;C n U U C C O O O V C O ~ O n ~ U~ 0 - 4- ~ p O ".' C .~ - N ~ N- `' > U n N N O O ~ ~ ~ i C~~ Z 0 3 O L ~ O 7 O O~ H N L a~ ~ L ~' O "O ~ O O U ~ J ~ L L C ~~ O~ o (9 7 ~ E con " (~ ~ c~ 0 + a~ ~' ~ 3 n W ~ -° ~ p (6 3 E c D W °° -a ~~ ~ ~ . J () . + c a~ ° c W to O ~ ~ m c~ m z o J z c° c o F' co L m o Y:~- L -a .~ ~ L~ o m x L ° 3 a~ a~ o W ~>~ ° ~c ~~ Z c c y c ~~ o 0 o n, o ~ ~ C .c - o ~ c m a z° O O .~ m o E o L o~ ~ L- c9 c~ O 3 .c cn ~ o H o ~ ~ c ~ o Q o °' .c` ~ ~ ~ ° ~ '~ o ~ cn > -° ~ ~; ~ ~ ~ ~ ~ Q` ~ r a ~ c•~ ~ c o ~ =>o ~ X ~ ~ ~ ~ " o > cn o a~ ~ ~ U n Q ' ° c° U E ~~ ~ Q O D 3 aci ~ v H E~ °~ ° ° Q L U ~ +-- c6 0 CO L w U ._ N Q .. O C ._ c6 O U O H fn i O to M U L . - Y !d ~ ~_ C C~ L c O L C "O "6 "6 ° m ~ c ~ C L (6 ° ~. ° .= 3 ... ° ~ O ~ ° c 3 C ~ ° N c a ° '6 c N U ~ o U to ~ ~ ~ ° (a ~ - c ~- ~ - '6 ~ N U ~ p ~ o c~ C O O (II ~ ~ c s o 0 o d m • - cn 3 0 ~ • ~ ~. . c o .~ c o 0 3 .o ~ "' ~ ~ ~' . c > a~ ._ ~ •c c c in _ ~ ~ ~o o ~~3 c °'m Dai~ oo •3 ~~ ~' c ~~•-L > , i a O ° •~ > ,~ L N am ~ ~ c ~ ~ cn L ° U C . ~ N -C ~ ~ . ~ p- ~ C N C U N ~ O a E C U _ O O C CA ~' p ~ O N +_~ ~ N ` ~ O ~ N Y N C N O C OU O C "'' ~~ ° p N (0 .~ (~ !n , O ;_, "O > L O C c E L~ ~ U ~ ~ O ~ N ~ (O ~ L ~ O O U CO O U N O to n _Z C O 4. O T C ~ Qj ~ N O O ~ ~ U L ~ 30 ~ ~' O '~ ~ Y C ~ ~, 3 ~ ~ U +~. O U O) "~ ~ Y C p> L ~ C6 ~ C m_ ~ V C (0 O CC ~ N ~ O Q >' ~ -_ "~ d ~ (0 O Q ~ M U ~ ~ ~ "_ > ~ vi ~ N = ~ N Y ~ ~ ~ U N ~ ~ ~ ~ p- W Z L m N C ~ ~ ~ `° a ?~ O ~ ° mn- O - co O O ~ 3 U p ~ o Q oo ~ (6 ~ o 3 3~ ~i a~ O O O~ L 3 ~ L i ~ fn p T ~ W O Z a o . ~ ~ cn ° c o ° - m d ~ _ p• c ~ o ~ " ,~ in o L ~ ~ ~~ ' c .. U ~ . a ~ ~ Y o v i o cn 'n ° ~ c o ~o ° ~ U E U _- ( ~ _T N c ~ ~ ca ~ _ co _ U ca O _ co ~ L _ ~L- to U O ~ - ~ ~ .. ~ ~ a N ~ co 3 ~ w O ~ 'p ~ ~ o o O ~ ~«- U ~ o o O N ° -~ •~ ~ o ~ "0 ~ N o ~ ~ (9 N 3 cn °_ ~ n ~ .~ o °_ ~ ~ E ~ O ~ ~ w ° '~ Z - w . m ~ ca ~ n •~ '3 c •~ U c ~ c~ m ~ c ~ cn cn m a i ~ m ~ c o ~ ~ x E ~ ~ ~ ~ W ~ ~ ,~ ~ ~ ~ o O ° o ~ T .O a> ~ ~i .° ~ U o Y ~ .o ~ >, ~ ~ ~ ~ •a a`~i o ~' _ _ c O ~ ~ W o °- 0 3 co -ca S m ° o a ~ cn ,o n 0 0 o .o o ~ L C U O c~ m ~ L .~ ~ ~ ~ >, to U v m ~ L c0 i O T U U -a ° o . ~ ~ cn ~ ' w ~ a> ~ c - L ~.- .~ ~ Z ~ . v ~ a> p ~ . ~ ;~ ~ ° a~ (n cn o ~ ° ~ ~ in ~ ° ~ ° ~ p a> .cn ° in cn ~ ti .o m o 0 0 ~ O co co ~ ~ c cn c U ~ m m cn ~ •~ c ~ " c° ~ o ~ ~ o ~ ~ ° o a ~ ~ H m `n ~ ~ o ~ a o c ~o ~ ~ ~ _ i a o - U .m ~ ~ ~ c d ~ o c ~ a - o a cn ~ - ~ .~ ~ ~ •~ 3 ~ N O V C L U~ . c9 ~~ ' . (~ ~ m O d ~' O c°n •~ ~~ d N U ~ J a N ~~ "' O .~ O a f O . o- ~ c c°a ,~ o •n .o o ~ co E ~ ~ ~ ~ .~ ~ ° ~ m "co ~ ° d o Q ~ o O ~°- ~ o v ~' a. ? ~ ~ ~ _ L O p .L-. O U " ~ n N N O C6 a~ C 0~ T C (9 ~ ~~ ~ ~ L U CO n- • O n C O~ U V C .NJ ~_ -d ~ ~1 •' U '' C ~ (9 O C vi ~ O b .LJ O O ~ ~ •O N ~ "O U •C L C ~ Y ~ C ~ ca L O •~- i ~' ~ O CO ui 'O , LL C to (9 > ~ O N C T c6 n Q .~ ~ C (~ ~ m m m c U° c C U N L• o a~ ~° Q n~ m m z m O n O ° cLa ~ a 3 c~ O ~~ a~ ~~ cn ~ > - 3 ~ ~ ~ ~ ~ ~ ~ • ~ ~ ° o m Q ~ ~ o ~ > o a 0 o c 0 W ~ ~ o >, '~ ~ 0 ~ 0 E . ~~ ~~ c 3 m E ~ ~ ~ ~ `~° o ~ °~° ~ ~ mW a ~~~ o c `° E c i c a ~ 0 Q° °.c U o ° o ~ . ~~~ U o o~ ~ c ~ ~ °~-a-o ~ ° •o ~ °~ ~ H c 3 ~°- ~ ~ m ~' ~ ~ ~ o o ~ > o n o ~ ~ ~ •"= ~ c ~ ° ~ o ~ `n ~ ~ o .co m N d - ~ ° ~ ~ z cn ~ m ~ _ Q O ~ ~ U m U ~ U o ~ c6 ~ ~ > ~ a Lo ~ 'o c U ` O c ° a i ~ E ~ a c ~ ~ o `n ~ ~ o i a~ . c ~~ ~ cn o O~ 3 p~ j o v °?~ ~ w a m ~ . o ca c a a~ o~ cn o 0 o co •-> ca v i • U m 'er c ~ ~ m- Nc`'f°`oca g c i nmo° m ~°~'~ n ~ c °° ° N ° m T~ mboo ~ ~ o `n~aa~ ~ o E~ac4o~ m .~ ~ ~ ~ o ~ ~ c ~ c ~ ~ ~ ~ ~ cn o ~ W •~ -o - o c~ ~ d c~ ~ ~ cn ~ ~ Q ~ ~ ~ cn ~ •` o c ° m c ~ ~ _ 3 ~ ~ ~ ~ d c ~ c o ' ~ .~ ~ ~ ~ ~ 3 a ~ ~ o ~ ~ o ~~ c ~~ o n Q ~ v o ~ M m ti ._ ~ o c ° 3 ~ p ~ ~ ° ~ . ~ L L C Y ~ Z W o ~ ~ ~ ~ cn ~ n- cn C ~ ~ .~ v o ~ ° > U O E ?j ~ ~ ' L ~p ~ C U p- ° . . E ~ E o U N ~ ~ a U) ° ~ :C N O ~ ~ O ~ 'O ~ N o in m w ~ ~ O O p ~ "O U O T - o ~ ~ O , C c c w - Q ~~ O~ • = cn ~ ~ ~ o c°~ U U cn D o m o U n U ° o ~~ ~~ N~ r ~ H ~' o~ n U ~ e t co F- •C a 'a G N U N ~ a~ a~ w cn U E- ~ n U o c o ~ U U ~.- ca .. . U ~r J h- L m ~ ~ 0 3nN3~t1 ~ ~~ ~ ~ ~ 2i3 1S3H~ON No ~ c " tI? ~ ~ Q N p u. ~ N ~ N Z~~ W ~ ~ Z .k, ~...= X Q Z P[ (~ U ~ 6t--~+++ ~" (n ~ ~ o_ Z 5.ap _......_._._......... ___ __ .. ................,, = Z N ~ O Q ~ °~ 2 ~ ~ ~ ~ .. P ~ _._-_....___ U z ~ ~ ~ = cn U c~ ~ -' W W ! i, N U ~_ F-' ~ J J Q Y ~ ~ CL/) ~ (i` Z W ~ ~ Q ~O ~ j, U~ W p ~ Q ~ ~ l ~ C ~ ~'~ JQ ' ~ OU U U ~ ~ U _ Q > Q Q ~ t ;~ Q ~ W~ W X~ ~ Z O ~ w ~ ~ v ~ ~ ~ ~ ~ Z o ~ ~ v z Q U b~ z ~ d 0 ( ~ ~- .--~ ~ ~ O ~~ W --~ W U J N Q N p X W . Z ~ ~ ~ ~ O H- ~ z ~ ~ Q ~ ~ ~ Q ~ d, ~ ~ X N - ~ Z ~ W ~ W Q ~ ~ ~ X W m ~ c~S ~ ~ ~ ~ s ~.i ~ z ~ ~ ~ 1 , ~, '~ U I ~ o ~ U ~ o !ii d ~ Q i ; d, X O m ` ~ ~~ ~' ``~ ~ I z - N ~ o N ~ ~ X W ~ ~ ~ U 0 O ..___ .....................~_~ ~ f- . ~ ~ Y ~ '~ Q ~........._ ..............._-. \ ~ Z ~ ~ T~ ~ O J ~ ~ ~ c ~ U \ ~ N ~ ~ .~ \\ `~ ~ ~ O 0 z ,~ ~ Qz z W ~`';~ ~nN3nd ~~~ ~ w ~` ~~, 2~31S3H~02~ a 3~ ~ Q z , ~, ` ~ \ ~ o ~ m ~ ~ ~ °' ` ,l\ ~. Q J O ~mr ~ U Z O ~ "'" ~ (/~ =>o Q U (~/l Q U ZQ ~ ~ W ~ ~ H ~ ~ W ~ 1 ~ t ~ J X Q ---- __- _ __ ..~ zoao i ~ ~'~ ~ s - ~ w N ~ Q i ~ „ X VJ ~ c cn i ~ ~ ~, o 0 i w ~ L. O ~ ~ ~ o U ' W ii ' x ~ U o ~ Q t w = }, ~, z ~ ~ ~ W J Z ~Q ~ U ~ ~ ~ W0 ,~~{{ O ~ (~ ~l (n J a z ? ' J t WD ~ O p Z ~ W Z O ~ Q w ~~ 'll`,,, `~ `~ Q W N Q J ~ J U Q ,,, ~ ~ U X Q ~ ~ W \ ~ ~` l \~~ F- U ~'-~ ~ ~ x ~ O N Z ~ ' ` ~'-~ ~ ~ N z Q p ~r O J O ~ , ti w ~ 00 Q ~ ~ ~ b~ z N Q ~ Q ------- Q (n ~ m J ~ ~ J ~ ~ ~~ Uo ! w~ ~ G= O ~ U W ~ N ~ ~ W Z ~ ~1 O ~ _ p ~ v~ ~ ~ I w ~' ~ ~ N~ \~ ` Z Q U ~o ~ Z ~~ i 0 ~ o ~ j X Z U Q ~ O W H U~ (n ~ W ~ O ~ w ~ z ~ vi W ~m o ° MOLL '' ~ _ W x x ~ J = J z r~ ~ N °Q QQ t ~ ~ b~ N ~ ~ U C~ ~ ~~ ~ !~ .a ~.- Q ~Ow ~ ~ ~ z ~W g U (.., J ~ H ° ° ~ (n ~ " .._. ~. ~- ~- r ~ o Q 3 z ° Z w --,,, yC ~ U ¢ ~ O ° N O ~ C O L ~ ~°U~ \ O Zm ~ W r Q ~ a w ~ OQ Q ~ d' ( /I H Z Z ~ w Z ° ; W Z w - - J (n Y; O U I I- ¢ O w ~ z U 7 s'. ,{ r ~ _ U z ~ ° a Y ~ I II ~ I ~' z p Q U ~ z J ; _ ;: r ;` °',. s f., it O ~ ~ Z W J I '- w L~ H i,~+,r .. ; ~f a;.r., • ' ~ ° ~ J p ° ~ ~ W ~ 3 N III. V x Z W~ W ~ (~ ~ Q ,.>s •s;;3.,r.: ~.:f' '.n~lr ,.". ~~• t•~ .' ' ~• U c~ Z O ~ o III: ~ ° ¢ _ ~ ~ .i:?~:~:.~:: +" ~ o d l w ° W Y (n ~ W O OQp ~ a~J ° ~^ J di ~ ~~ ° cn ~ ~ I I-~ .. W 3~ Q HI~~'~ W ~ Q ° ~W LL -_ ~ = W Z N ~Z ~ ~ ~lL ~'~ W W > ~ O ~ ~ J QV J Q ~ w ~ Q (nJ ~ Q Q W ~ = Li. Z ~ ~ m N ~ ~ > ~ W p ~ ~_ ~ ~ ~ W O ~ J Q F~ ~ Z ~ ~ > ¢ wN Q ~ 1a-~ O m~ w ~ > wo U o ~ O _ ~w cn ~.f y = a te O Z O ~ w ~ U ~'{a.~w;+r ~ ~~ ~ ~ p ~ U Q N U ~ ~ _ II O~Q' W~ WO n ~ ~ - , > W W U O O cn cn c ~ w ,` _~ ~, 1 0 ~ ~ `~ !nW i~..~_.~ ~N ~ ~ = Z ~_I`v ~ x ~ 0 Uw °~ ZQ ~¢ = ~ ~~ ~ O r * ~ O m O ~ ~ CV O O ~ U ~ L~ O ~ Y ~ ~ U O m Z ~ ~ °°~ O x ~ 0 ~ Q N W Q ^ W X x° Q U U Y U ~~ Y Q 1- ~ Q ~ w O -~ ~ ~ Z ~w ~ ~ U C9b~~ x N L ~' w ~ p H W J m 'n ~ N ~~~ W ~ ~ °'~ m `° r W N ~ Q ~O W J V D U ° ~ ~C U ~p ~ ° _ ~ W Y ~ U Li Q~ C/ J Z -J a> O Z 0 ~ ~ U ~O..U ~ VI Q Q o z o ° ~ Uo~ wm W ~ ~ Q ~ ° ~ cnU~ ~ J o W ~ ~, MOLL w Q U U z cn 0 n N x z = _ o ~ W 0 - III. I ~ 0 1 _ -. IIIIII °° ° ~ V I Q ~ O U -' II Z ~ m III Q f- Y Q I ~ 111 ~ z Y ~ c ~ 1 ,1 I= ~ 0 ~ O W z o a ~ c°i~ L~ = cai~ w te ~ ~ ~ ~ ~ ~ ~ z ~ ° a U I 11 III- r - z z w- J U w z ~ W z ~ J ~ W ~ Q ;~ ~ m a I_I I ~ m 0 Q W o = W ~ ~ U ~ ~ I I I N I II > ~ U ~ ~ ~ w ~ III • I i J Z~ o W W w Q O Z ~ ` L N a Q ~ z z w ° o ~~ lli i ~ ~ ~ ~ Q `~ W W z o 0° od t _III ~ zw ~ W ZO f , I ~ v III I Y ~p ~ w Z~ ~~ I I w -~ J ~ WD o I _, II~ w~~ _ ~ ~~ F- 0 O ~ o ~ ,~ W Y J T `J J Q ~m w ~ ~ U ~ :~ ~ ~ 2 ~.. O ' ~~ ~ rS,K ~~ .. O ~ \ f + _v ~ W p /~~~u w i { ~ U i ~ Q ~r -- \ ~ ~ co r y ° '~' o ~k Cfl s o ~ ~ a~ N o v ° - W U~ O d °+ E E ~/ Q p ~ ~ _ \ ~ b~ C O W Q M'N Q F- ~ .L-• ~ o ~ ~ Z _N ~ N n/ w c O U~ O~ LL ~ a W .t-~ N y ~ U N ~ ~ ~ Q ~ ; O O °~ N U .p u E d o N c ~ O © v N W v v Q z Q •~~ ~ 7 ~ ° N E O- ~ W ry~ O n X° O O N p U J Q ~ ~' ~_ O W W ~~ ; N n U m a ~ Z D. ~ ~ ~ ~ y a ~ ~ o ~°v EN ~ ~ • U J a.. ~ CC ~ O N 7 N /W Q U J ~ ~ ` Np K X Q~ LL_ ~ U ~ Q Q z ~ p ~ N O U O rLL1r_ ~ ~ ~ ~ ~ ~ C~ ~ 7UT ~ ~ LL N a o~ J O / c nx o_ ~ yv W Y ~°o oho U o W C O_ ~ N J U G ~~ '-' s O } ~ Q ~' : - - ~ N z ~' a C~ ~~-;~ ~ ~ ~ ~ ~ +~ o ~ p ~',,.~ ?,..,~ Q ~-- ``Y ~ e '"~ 0 ~ N U c v~ v o c ~ ~~ a~ v « ~"~+ o ° ~ p > IA ° X U N °+n ~~ _ E = C 7 Ul W N = C M a i+ CO O O C N ~ ~~ O+ E U .° y ~ ~ O N ~~° C X y C ~ O d L~ O •> O ~ ~ E 7 ~ .+ C O u ooOm OX °;Uy ; 3~ ~~ E nv ?~ ~ .Lp. C N N d) O ° y O C w~ N ai O C O O G d n~ ~ O ~ y O N C ~ O ~ p _ 7 O •; C N C QO,~d, ~ d~ y ~~ NBC N N ~ d CD ~ N° d 0 N 3 ~ a) O y ~ n O N ~ N L U ~ N~ 3 U 6~ p a 0 ~ °' c o:° ~ ac o E~ u c ~ c~ N °° ~ in ° N ~ _ d m ac o ° ° V- ° o ° n o.° ° E O ° y 3 0~ NTn« a ~t O c ~ c a 7-° v api c N ~y ~ ~ H 3 d mL nc'~ m o0 m d ~ u ~ c d~ ~ U o y _•x ~ ~ NL~r Et, ` ^' NO L N u C~ ~ C° '] N U N ~ O O ~ x yn'oc oho : v a ooEN ~_ a~ EE 6 vi °~a3 ~y0 E ~'° ~ o ym c ~ ~° -° v °06~ /~ ~ O y,, O y C C 7 y. N 11 E s d ~~ a w d °' o E o d m n c o ° N 'vim v ~ ~ c7cy a o ; avi •°-~ m ~ y~.oc ~' a~ c - aLC o o ,.-~~u do ° ~ E ; rn °o v oc ° nai'~ w ~~._ a x cn` yN°' u ~; E E oo n v `~' n a3ivd~+ Eo'r N EN no.°: ~ a?p~ p ~ ~ ~ `o~ c ~ •x ~ c o v d ~ o .~~ o~ ° ~ c 7 ° d rna' Y E°~•- ~°n a ~o Ec ° Nu ~ ~ o W a~oc rno ~ Eo cc ~ `-" ~ ~ o v ° a u n u ~ ~ ° a~ c ~ nL E d„ c.Y °'°'o ° a~ °' u c Eno ° ° ~ o E,°: ° o., o r; 0 0.03_ o ~~~ o.o .~ o .Y °~ o o-~ivr ~-° c,.c°,,L°, ~ ° ° ~ w `° ° a°'i tr N ~ ~~ E v o ~ n c o_ 3,. ° mrw m a 3 J 'o ~ a3 "•• E ~ -'o ° °';~ a, °' a~ ~ o'er a 'x ~ y.N O O O O ~ E~=~ ° E L n ter- o E o y rn y L m o ~ a '° ~ o .. -o ° ~ n ~ U O~ ~ '; CO U ° C cv - ~ - C C 01 O L O N n 41 N'O ~ C .° ~ y O' z G u U ~ O E,~: d O~~ C O O C c° U 2 L O L ° ,- L O O O E N -a o ~ ~' ~ ;, =>n C~C ~ 6 G N C U ~ s d d :.::. ~ ~ C W c'J ti ~ S :Q a $ ~ ':: m 1~ ~ y ..:. ~ o p ~ W - ~ ll S U .y z ° d a p ~:: ~ ~ ~ .0 0 0 -' E ~ Z d d U z i~ U 1:`.: O w zz '°. m Q O~ ~ z o ~ ~ ova ~ ' \ ` ~ ¢ ~ 'E E U ~~ Q ~ .:, ... 3 ~ W z O N ~ ~° W ~ ~ W D ::.:: ~ ~ ~ J I ~.. ~. U f+ j~;"+o::::::` 0 W ~ n a ''ti o}.~:`:.~ " ~r.~.~.:r ICY .E p'.. ~ o ~s~o~O ~ ~ O O c v d ~ '~'~ ~:' it ap c_ E ~ ~ J r~`) O m C ~ O f0 / ~ ~ I Q w s*r 0/ m O .~ W Q .: :: / ~ '~ Q ~ .: o l i ~ ~ ~ / ~ :Q m C o ~ o a o m y 'fn _o c ~ `~ u ° E " a° ° ~ o D 1n U ~ Z ~~ cv r ~~.~s °~ ~ ~:~ cLn 3F' .®. '° ~ I O ° -- °' j o ~ € CV I ~ ~ N Q .J X ww W a~ ~ W p ~ .L] O N ~ O W = Z ~ _ O 00 C~ U ~ I d J w Q b\ m= z - ~ U ~ ~ N ~ U O C ""~ ~ ~ ~ M M Q m ~ ~ U ~ ~ J I~ W O®®U3 z _ Q~I, o M Z W ~ N ~ N N Z M ~ II ~ ~ O (./~ O ~ O S ~-I Cn Y O 2 N o ~~~ f Z O m ~ °_J~; W Z v v ~ N ~ ~ ~ ~; ~ U ~ ~ ~ ~ O N ~ ° co ~ z v aTi z w- ~ U7 ~~ ~ Y -~ w c9 w I Z Q ~~~ w~ ~ O NR' N~ W Y ~ '~ U \~ \~ ~ ~ Q O .O = O I U;" I U ~ U hi m L ~ U) O N U ~ v~ ~ ~ C ~ ~ ~ T O ~ 3 N y ~ Q ~ 7 U N 0 0 'o LJJ v ~ ~ ~ a~ c.> >,-o Q O ~ o v .~ -J ~ N J~ uNi 'x .o Q C ~ U_ U O O U C O N L ~ N ~ N (~ s ~ d ~ I ~ ' c a3i y z O o ~ o M E °~ Q O~ _ ~ N~ C 3 c i° ~ o w w N O O ~ ~ O U ~ ~ o ~ ~N Q ~ c ~ o_ O _ w F- z Q ~ ~ N N c o - O Q Q W w O aJ U J o O ~ o ~ ~ v O o ~ o ~ ~ ~ 3 ~ v o ~~ d -LT , L ~ E ° ~ ° Q O N ~ J O Q ~~ ~ Cl~ V7 Y ~ o o N > ~ o ° - 7 Q ~, L tiN L o_ o. 3 c o o f ~ ~ ~ Z_ O - ° S c~c`~c~ ~ Z E~ c a `° ~, .JE ~ + O o s O Z ~ o °-' c" w 'o w O -7 N o ~ ~ ~ ~ .o '~ z a o ~ W o_ o 0 M C O C N d .C W I r C'J W~ W z o o O v v W ~ LL ~ _ ~ a z° Q ~N m o o .~ O OO O ~~ a U,m~ ac _ ~ ~ O =>o 7 ~ ~, o ~ z ~ a O U •~ ~ p ~ C/) i N 3; ~ ~ 1 ~ 3 ~ J '' ~ Z Q a--~ 3 L_ O CJ O o Q Z_ c 'o o+ .~vE Boa c~ m O ++ C O O_ U O O +~ N a`~ ~ c .v v o co c o~ o 0 o ~ Q ~, v Boa' vy E a~° -~, ~ ~ O~ z ~ Y o ~~w y a°iU~ ~ w v ~ _ _ C ~, .N c ~ o O~ ~ ~ o O c a3i c o+ o~ 3 p .~ ~ c c Cn E J O v ~ c E a~ .` o c ~ ~ vL Q ° ° ~ `o ° a E'a'~~ LC +~ a~ E ~'o U ° ~, a~ ~~ °'~ vu WZ 0 ~ o ~ o~ ~ ~ ~ ~= 7 0 v c~ 7 c W ~ ~ E E 3 Q c ° v~~ ._ O_ _ L N -O ~-- O nl o I o a~ ° o~ ° v~~~ E ~, °" g ° U' ~ .I o0 7 EE°~ ~~~~ 03 WO p ~ m o ow ~L ~ am > > -° N U ~ ~ o_ ~ C X ~ O "O "O - 7 O C O O m> L ~ov~ a;o ~ N'o (n L C ~' O L E O C U d O U ~, N +-' ~ O N' N CO ~ U .` ~- ~ .L-. ~ ~ U O ~ •~ O r~ ~ .L.+ O O~~ ~ N O x N - ~ ~ LiJ ~ „ C O 7` N ,p O 3 0 ~ 3 D"7 C dry1 L ~w > p C N N U N d p t~ C O O ° N ~ ~ U O_ C ~, ~ N O_ U O C A N 3 ~~ •~ N ~- Ql v "' .° C O +-' O_ N~ ~ O fn L C N " pl L A N O U O~ Oi O .L.J N O+ a U O ~ a~ a °' 0 0 'o '~ ~ n o v ~y w O L C ° ~ O U Y U L N N N ~ w N r Z O O '~- C {' v C~ pi ~~ N y L ++ _ C_ C ~ C ~ to O~ O C p N U C O m ~ j W a~ 3v ~ ~~ .~o ~ Gov W .N= arc a~~cQ ° c c°3'E r v ~ti ~ ~ 3 H ~ ~ N ~ ~ Q a~ ~ U .N .~ \) c~ ~ co X17 a> N ~. ~ N .,.~ r';~ r © ...+ ~ ~e ~.- C~ C~.S~..~. ~ ~ ` Q ~ W a ^ CV z ~_ U ~ ~ O ~ ~ ~ ~ • ~ ~ y ~ Z tV N Z J Z d' W Q w ~ a ~ ~ ~ ~ o w o c~i ~ ~ ~ U ~ UU F- ~ON ~ a ~ ~ ~ N OU ~ ~~ OZ Q ~ U y } L Nm p U < ~ x , ... X 2Qa; wN w ~ ~ w ~ ~ ~ ~ N~j j ow ~ - Z Q • ~ ~ ~ ~ LW\f/I ~ J ~ Z ~ a ' d \ J Z W ~ ~ t iL- \\\ ~ f0 O Q) w eD ~ Q <_ ~ Z ~ U ~, O sN U W ~ a~ z ~, ~ ~ ~ U N N •,~ Z O ~ U T ~ ~ w~ ~ ~ _~ Y ~ O `a ~ > UN ~ 0 ~ o~ ~ J c0 '~ ~~ co ~ aw Z a >o ~ Q ~ ~ ~ ~ ~ ~ acy~ ~ ~ ~ °a~ N ~ ~ O f ~'l ~ ~ ~ ~~ a ~ ~w Zw w w ~ 'L U ~ r +., c~ ~i a o ~ ~_ CD ~ ~ ~ a 3 ~ ~c~i ~? ~z ~ O ~ O ~ in 8E o ~ :~,` ~. ~ w v a in ~ v N O ~ ~ ~ ~ N ~ I ~m ~ ~ nI, ~ W ~ ^^~ U Q I~L ~ O d ~ ~ Y -i ~ ti -c a~ ~ c ~ ~ U N N ~ L O ~ U W Z w U ~ ra.l U -- ~ = U Q O = ~ z o H _ r o _ ~ UO WWja ~ Z Q Q Z No oa ~o~a ® w ~ ~; ~; Ua ~w~< e ~ Z ~ ~ Z Q •~~~ Z~20 N ~ Q W v7 ~j W m a a o ~.. a O c ~' _ ', . ~~ ~ °•~ a m Cn ~ ~ ~ o U ~ Z Z cn ~ ~, o ~ Z w ~ z ~ _ ~- o ~ Q w W ``' n' o " w Z > ~ 0 z ~z ~ U ~ O c~ ~ ~ CC pv~,~ ~ a ' r o W Z `~ w ~ (n ~ > > ~' ~ z~ a z~ °z `'' ` Z ~ v~` a z Nw NZ QO 5 o~ Y~' O ~ ~ x~ w xo ~z O W~ 52o wcn ~C' wU ~. ~~ ~~ o~ ~~ ~~ ti O O E~ N ~ N _. ~ ~.~~ I I .rg r ~; ~ O ~ / ~ ~. I ~ I ~ O I o E~ ~ ~ Hal bry ~ I / W H a~ N ~ ~ I /~ ~ /~ I ~ I ~ 6L+~ V I / I f ~ ~ ate' ~ Q U ~, ~ I / Q 6L +£' I ~ ~ ~ Q L~i. ~ w L = l o OY= I .: ~ ~ ~ I Z ~ i I Z Q N Z 9+~ I ~-. ~ N \ I ~ Q Y U I ° N ~ ~wQ I I O W ~ JQw O O N E ~° Z JO_w ! ~ J 2 I Q~ + J` I m~ I QNO ~'\ J H QO F-Ww I SOW ~ I oo ~~ ~ I ~UW S6~ I H ZN(n I ~Q J I I I I y / W ' ~ j ~ ~ N Moa ss ~ / - w w I I ~ ~ ~F W I f- I I ~- i ~ I v w I w I J N Q ~' I ~ w I ~~ W L I J~ U Q - M I o ~ I ~ I I ~ Cn w ~ I a ~ I I N J ~ ~ Z __~ o I ~ m ~ a I w ~ I ~- v ~ J a~ ~„ ~ O ~,l/ !~ \C\ C O I °~ I w \ I I ~ Q MOa ,99 o I I ~ - I U ~ Q I l O O I O w w~ N U 'p O O cQ„ I " I I ~ ~ ~ ~ ~ F- ~ ~ ® C_J ~~ ~ I w I ,~ / ( ~ Y O I ~ Q I I I ~ / ~ !~ ~ ~ ~ I w ~ -~ ~ I y ~ _ 0) ~ O ~ C~ I a MM W 1 ~ I ~ ~, m I = J I I w ~ Q I ~~ ~ O~ ~ ~ i\~ I I CV O ~ Q ~ I ~ + ~ ~' I ~ ~ r I ~ U H ~ W N w ~ ~ I ~~~ w w ~ ~ O Y N ~ ' ~ ~ ~, t~ I i ~~ ~~(( ~ I I W Q J Y ~ ~ a I w a ~ ~ I w ~ O ~ J- W Q ~ ~ I OL+L ~ ~ ~ O ~ ~ "' a Q~~ H- L9+1 NUw ?acn w _ ~ W O ~ `~'~ - ~' oQ~ 3 I I Q ~ + I I I I I ` ~ w ~ °~~' ~ °' m o s I w w ~ ~ w .... w ZU co' l I m I ~ +~ 9t+ = H ~Z(n I O _ I ~ I H U o U O..J ` I ~ U~ Q O ~ H W ~ Z o I U I ~ ~ ~ J A W ~ I ~ D Q I N d' / ~ / I I I ~ I ~~ Ow n- ~~ - ~ U cn `~ m _ > ~ ~ N Zw ~' I ~ / NQ I -Z ~ Q cn b J I .--- N ~ ~~ J ~ I J U QW Z ~ .,~ pry _ ~-~~ I J I I ~'~ I ~ Q ~~ O J _ I ~ m a c v I N N Q ~ ~ Z H - .~ ~ o D O N i ~~+~ r ~ ~ ~ ~ Q m I n, ~y ~ ~ - 3 I ,~ ~6~ I J ~' (~ I J Q ~/ w ~~ SGN / d ~~ \ O~ O I I ~ O J I I Qz w ~~ ~O Z ~ WZ ~ N ~ Q ~ F' ~ Q + y . (~~ Z J NJ ~ ~ ~~ (n (n + W Z ~O C7 a I I ~ I U w UJ ~ (A ~ WSW Y Q . \ ~O ~U~Q j • ~ ~ a~ ~ Z WD I ZU2 ~Z J O Q W O ~ ~ ~ >~ / O J,J~6/~Q O I ~ I ~ Q Q~0 d C~ L•1 -- U~Q J ~'-I w cnNO U F- n HH WN / o 'O°~v ~w ~ sT ` ~ o (> ~ ~ W NCO ? I Z ~ I ~ w Z ~ v W U / ~ Z ~ ~ ~ I ~ Q w ~ Z = l ~ ~ T U i ZZ Qcn ~ W Q I JQ3 O -~ moo ~ 0 I J U ~ ~ - si Nom= XOO ~(~ I i/~ ~ - SSA / / ~ 0 ~ " I ~ Z O ~ 0/ n j `(` ~ ~ O . 5 ~ !~ ~` ~~ a / } ~ I V I V V r ~ ~ O RF PGA I jE~ MB ~. I I d ~ [~ Lei v O ~S O Q° PP zE~ O ~ ,d, H~lb'W I I ` ~V p O U ' + ~ I W w.r .~, H~1VW ~ ~ -O ~/ y ~ ~ a> ~ L r ~~, { N i ` '~b O cn ~_. ~~ I I U N Z N~ ~ ' `'~ }-- O 7 O --C 1 a~ U~~ U Q O Z ~~~ Q~~= C 7 ~ c~ a~ N .. + ~~"Q r~ ~I w ~ ~ ~ ~-UQ , wQV^ 20 Q ~- ~ ~U~O ~ ~ cn ~ ~~~. v:J:.~ ~ I ~ ~ O Jw~ ~ O o o cn 6 I' JO -~ cn W ~~~~ ~ ~ ~ w w ~ a N ~ o Q3 ~~oQ.~ / a ® ~ W ~ ~ ~ - w N F-WJ~ J I NpZO o z O-~N ~ ~ ~ ~(ntc') N I I ~ I Z(n~Z ~ NNE V m zN~ J J ` ~ a ~ f~ I- Y ~ i z g Q l a HUQ O ~ ( ~ I N Z ~ i N~ I y ~~ _ ~ ~ ~ ~_ ~~ ' 'z ~ ~' Y Q ~ ~ ~ o p Hw O N /~ w p w w W ~~ °~ ~ w Z~` U / >wo ~ ~ ~ ~ of ZJ~ ~ ~ // ao~ w U O PI ~ a O ' / ~~O W ~~ ~ I E Q w~ e ~ ~ " W~ =ate 3 I ~pP ~ I o J~ W ~ QNO ~+gl I ~- o= W 2 NH XOH Q Z F- ~ O '~' J Q NUW V t o~ °oa w ~ O Z F-~J = ~~ s cn III ~ ~~ ?acn N ~ v°3 W °z a~ U ' ~Ww ¢ --~w J ~ ~ J I II ~ I I p a, cnQcn a ~U C Q I U M02i .99 I tjti~-9~ I ~ -i- - - - - - - I I ~ I ,n H- ~ ~ J' 4 I r., J I ~N ~ O I I ~ I N I I ~ ~ ~ C I I ' ll+ I I N I , I a 9O U W U I ~ ~ I O -~- L~. Y = cp I o ~_ .~ I ~ I ZJN r C/1 .~ I ~ ~ ~ I I I ~ ~~J Q ~ ~ [~ J ~ ~ ~ W ~g+5t ~ ~ U p~ N I - b Q o a O ~, °u I ~UW ~ U W 1 J ~ ~ o N ._ l^^ l I ~ I °~ N J O ~ ~ NJ Z W VI I ~ J '° a 1 I I ~ O I ~ I I SQ I -- ~ ~ °~' m U Q~ ry I I ~ ~ U ~„ ~ W I I ~ ~ I ~ D ~ U `~ a O J I ~ ~ ~{I X95 0 I 1 I Q O ~ n I ~ \ ~ / ° o a0~« ~ o m a M l _- _- _ ~ p I ~ n W O Q a o ~ Z N ~ Q (lll V ', ~.. I„ I„ I U ((~ u m ° ~ U ~ U U N ~ ~ ca I ~ ~ I ow `o = > ~ I I ~ I I I I ~ N 3 U I I ~ v~ O p r J ~ a ( ° ~O c I m - ~ I ~ I ~ I Q' ~ I m - a ~ Q C C!J °' O r ~ J I _ ~ ° O ~ o 0 I a I, I I I I ~ o ii v I I' I I I I I I Y U ~ J W a I QN W Z I O ~ U- W O ~ ~ I ~ J I ~~w ~_ ~> I I w' I J~ I Q w I ~ ~ I I F- _ W ~ ~ U a - Q ~ ~ ~ O Y a I QQ J Q -- J NO W I ~ W I NN ~ a ~ ~ ~ N~JF -- ZO ~ I N ~_ J 1 I U W a I I N~"' Zv I Z- I -(nOZ Z O I W J I ~ ~ I I L~ I I - I J U a°o ~ J O Q M021 .99 I ; w 0 -~ Q O ~ + Q~W _ - ip ~ m ~ f Q N~ O N ~~_ Z I Z I ~ °~ o co I ~ ~' Z~ \ I I ~ r~ l V~ „ T I M' I I ~~ I O T V \ J _ II I I r I I I I I J ,8, H~l'dW ~~.. I ~ ~ \ `J I I ~ I ,~, H~1`dW -~ ~ ~ y \ ~ 8p. ~QQ ~ ZoX?~~o ~ N~~S dso~~~c N t. ~. ~`~~ ~S do ~~b,O ~S s~~+ p~S1 e ~ r, 71-- N I ~~i/A ~- /~ ~... _~ ~-~_~ o ~° o ~ i ~... in o I ~ -r-~ ~ I ~ ~ O ~' ~ I ~ ;/ ° \~\ ~ ~\ •~ o I ~ I~ 0° ± ~ I I ~ ~ N m ~ I ( I ~ ~ ~vz w ° Q ~ I m ~, ~ r I ~ , I aQ ao 0 I I I ~ ~z~ I ~ O I I I pOQ U W I + I` O ~ 2 0~ ~ ~¢~ w W W w I ~ U a w N \ \ I U I ~ a ~ ~ ~ m J I ~ O\ ~ / ~ c=n I s f a \ 0 m I t U w > a0 U O I ~ ~o I ~ ~ I I o a _~ ~ J j a mZ 0 `Y __ ~ Y '-~' °o W J { # ^LL W _ I Q I ~` ~ H ~ ~Qa w I ~ p ~ U J W I U W ~ +I O I ~ N N ;~2 I I ~ p J_ U Q I ~ ~ OW Y ~J I LL p i Q w w lL+6l ~ o ~ I ~ N N N pW I Moa ss i U J O a ? Z .-. W U w ~JN I _ V J a I I J V~ d W ~ ~ ~ Qaw W J`-' ~ J , ~ NF-~ ~ ? I O I Q J ~ N O ' I W ~ Z N ~ ~ N O ~`~ I Y a I- I p N p + I ~ ° ~ I Z ~ Q ~ r ~ ~ I a ~_ ~ W J Q W °° ~ ` ~ ~~ QW W I o a ~ II 1 ~~ ~~W m N W p OZ U 1 I ~ 0~ ~ p ~ N p W ~ ~ 1 ~ ~ ~ ~pJ (> W Q Q J~ b ~ " J Q w I dQ O I ~ QZp ~Z ~ ~ I Z~N p-N U I Qp ~ 1 N Z `~ > ¢ ~ ~' a o ~ ~/~12~4 N g ~ ~ ~ I ~ ° ~ z S~~b~ wQ0 ~ ~ p --{ a "a \~~~ ~ ~ ~ ~ N W I ~ apOQ ~e N ~Q2 ~ U W m 3 8 J~ ~ 0 ~ - * { - II I I ~ _ U W ~ O d' { 1 ~ ~ ~ ~ ~ ti a ,a. H~ldw ~, I I (' J ~ r T I I i I I ~~ N N ~ ~ , N W Z I w w ~o~= ~ coo I ~~ ~ p I ~NZ pN Q d ~ N N ~ ~ p w ~ Y Q 0 Q H= S U N W Q~ Q W 0 3 m Z p O J 0PP U~ Q ~ W ~ ~ W yW ~ O ~ W J~F- ~NUHN J~o ~ ~Hw (( - W / Z ~ OHO ~ N ~ P Y o. Q 00 ~ s~ _ ,, ~ o ,' ~ o ` `` ~o ~, Qv` OO ~~ _ ~ O APO ~ ~> H ~ a, /,,~ / / CJ n i // ~ Z ~ ! ~ ~ (7 ~ /f ~ N~ C / ~' ~ a ~ ~ ,~~ ~ ~ 1 Ow Q ~/ U I f~ N~ /~ I ~ O U L / ~ ~ ~- Q) U O / ~ Z Q / ,3, H~1dW I ~ I { ~ m I ~ ~ I I I I I = C N J~ woo I ~ N N NZO I ~ F Z li /\ w-~v I ~ -' >~w t I i FW-~U O z o= woo ~m I cp ~ ~` r GNU o~ I ~ J~ J ~' o I J ~ Y ~~ I °< I N O ?N ^~ I r I >_ ~Z o I I i QO I ~ = W ~ Ir ~I - ~~W I I p0¢ ~' ~ U W UN + ~ ~' a j- 2 ~ I ~' Y O o J J Q N p ~ J NpJ~ a ~ ZO Z(nOZ ~ (' 4 I ~ I i O~ 0 6l'88+Z= o~S d03 I I ~ 4 I ~ _rQ + J o I 0 ///JJJ~~~\ a > /~ \\ T o a I o~ N " J~ I N o ~z m~ oQ ~v I c I m I I MOa ,09 N n U v U `\\ ~ ~ Q N ~ Z p N w W H I- U H O a J W ~ J ~ LLL ~ J v W ~ Y ~ Zo ~y N Q w J a O LL U U a M~ W ~ .~ ~ ~_ ~_ O C!) o m o ~ N ~ O Q) U 0 Qi 0 o_ ~ ~ Y C C U ~ ~ N ~ ~ U 0 M O I Q r Z ~N ~, _ > o a~ Y ~ O ~ o ~ ~- iL U I ~ I Z W WZ W ~ Z~ I ~- WD I O I I I Lr7 ~' N N r r h ~ cn air.+' ~ ~k CO O ~ N .~, ~ C7 G."1 CV z z w ~ J z Y = Q V Z W w p J Q p (~ ~ N O_ 'n W d U N C 2 G ~ gi C.7 z Z J ~ ~ Q W U ^ r ~ ~ ~ Q N W -~ ~ Q) p O C ~ ~ O Q F- Z Q) (n Q ~ Z O U ~ ~ ~ ~ O i C9 ~ CL O ~ W ~ ~ W w ao ~ ~ Q m ~ ~ ~ O O ~ .~ ^ = t0 ~ W vJ ~~, ~ o Q w ~ `~ [~y~ J ~ m ~/ CJ Q d ~ CTS O N ~ ~ N O ~ (O U ~ L` w LHi ~ Z w d ~ Q) O N N N M O d ~ W Dcfl~ON ..Q U ~ O Q W W W W N O Z O c0 to O~ d O= Z M O ~ N U N ~ d N M O ' n Y v J J O U O N N N ~~i Q _ L~ ~N000 ~ -' ~ W I~ rl/ O N O N fn /n fn ~ _ -O LJ_ Y ~_ ~ ~ ~ 3 aUi m m ~ ~ U ~ ~ Z U Z J J J J 0 M Q O Z ~N ~ QJ U ~ ~ ~ N _ ~ ~ \W _ C A ' ~ ~ r ~ Q ca ~ C UJ J ~ °' i 0 ~ a ~ " i v ~~ o ~' m ~ ~' CL W~ 3 Z I Z - W U i U i i ~ i r~\ ~ J v - - - - I ~ W I - - - - D ? ~ 0 ~ a Moa ,os ; N ~Q i o ~ Y O « W N O o ~a N m ~ ~\ m U Y4 ~ a r7 ~ a ~ o N ~~ w 3 ~ w u CY .. .~ ~: _ ~ i-- w c0 (O N F- w d In N ~ w 0 O7 In ~ w ~ O ~ ~ w 0 M ~ ~- w 0 ~ M ~ w 0 M lf) ~ w N 1n ~ ~ M CO ~ N ~ w O ~ - ~ O 0 ~ w O ~ 1n r w aO N t0 ~ w ~ d M f- w N ~ ~ ~ tM ~- w d ~ N ~ w N OM d ~ w ~ N ~- w M ~O ~ ~ w N ~ ~ O '~ r- w O O N ~ ~ c0 ~ d ~ r w O ~ M ~ ~. N (O ~ ~ ^ ~ ~ w M ~ d F- w ^ ~ r- ~ ~ M ~ w a0 f~ r- w d c0 ~ r N N r- ~- w 0 d N r- w N N r- w M O ~ F- w N n ~ d 00 N ~ F- w ~ O d ~ w ~p ~ ~ w N a0 M ~ ~ O 00 r 3 3 w 3 w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w ~*• OO ~ rn Of O~ i+) M M O) N N N aO 00 ~ ~ M N O ~ O~ d ip pp ~ O (~ ^ d c0 O~ ~ O O d ~ ~ ~ M Z O - ~ M N O d O r M a0 ~ 40 ~ O ~ O N N O ~ d O d O) N ~ d M ~ N ~ M d N M O) O O) d M N O) ~- M O i0 ~ ~ ~ c0 ~ c0 O N d ~ N p M ~ N N M cD ~ ~} d I~ d I~ ~ O - ~ d ~ d ~ O ~ ' a0 - c0 F O M ~ i7 d N ~ ~ ~ ~ O ~ N N ~ ~ ~ ;n 0 0 0 O M Q O O ~ ~ ;t O X 0 0 ~ ~ 0 0 ~ ;n ;n ;n ; ~ •- ~ ~ U ~ d M O N 0 0 M 0 O 0 p~ ~ d d ~ In in iA d d d lL•) in in iM N a0 N rM cD N d d c0 In in in d In in ~ ~ ~ ~ ~ ~ cD ~ ~ ~ Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z w m ~ ~ N M d N c0 I~ pp Cp O ~ N M d M c0 I~ 00 O~ O N N N N M N d N ~ N co N I~ N a0 N CA N O M M N M M M d M ~ M co M 1~ M a0 M Cn M O d d N d M d d d ~ d Z J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J H O Z w J D! O ~ d O O d O a0 u7 a0 t0 O~ O m M r O~ O~ d M M d d N a0 O ~ ~ O ~'') ~ ^ d M M ~ Cn r 1~ d Cy N N 2 M co N ~ ~ 0 0 ~ ~ rM n O M O ~ M ~ M i co O O~ t~ ~ N U N ~ N ~ Oi ~ Oi to ~ ~ N .- co ~ a0 .- ~ Cl ~ ~ to N r- M H C7 z w J d ~ a0 QI N ~ d t0 00 I~ C1f O N O ~ I~ 01 Cn 1n M M d O O O N ~ d ~ O to ~ M M ~ N O N N N N U ~ M ~p N i(j '" p O ~ d M 1~ O d ~ ~ M M CO O O M ~j N Q N ~ N ~ O ~ Cn ~ ~ ~ N ~ c0 ~ a0 ~ ~ Oi .- ~ t0 N r- M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O M a0 0 O 0 O 0 tf) O p O N O ~ O p p O cO p O O O O O O M M 0 0 0 0 0 0 0 ~ I~ ~ Q cD Q D! O ~ ~ n N N O ~ ~ ~ ~ n O) c0 O ~ N N N N N M ~ M ~ ~A M to N p ~ ~ ~ d H Z W Q ~ ~ ~ ~ ~ ~ ado ~ M O ~ n M O O t0 ONO c0 1~ ~ O ~ ~ cM0 H ~ 00 ~ n ~ ~ ~ N r r ~ a0 M I~ d' ~ O to d 00 to M i r C.7 ? 3 3 3 3 w w w w w w w w w w w w w w w w w w w w w W N ~ ~ N M O p~ d O~ c0 N N ~p d 0 ~"~ C1~ in O n ~ M in O c0 m d ~ N N N M ~ d O N d O d d d M d 0 0 d ~- d d O d a0 N pp a0 i0 00 d M in 00 d ~ :- i0 ~ ~"~ I~ N ~ O d' 01 m d o0 0 ~ ~ r X ~ 0 O 0 O M ~ M r O ~ ~ ~ I~ N N N N ~ r ~ d ~ M ~ 00 O ~ M B O~ .- O O O ~ O ~ M O M ~ I~ O N E r- ~ O O O O ~ ~ ~ ~ O ~ N O ~ N O N M M d to ~ U Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z J C~ Z Q e M = N e ~p s M ~ : I~ a N e O e c0 s e s N = ~ - in - N ° M x N r ~ 00 ~ e d - OI a M N N N d ~ M ~ ~ to ~ N 0 d ~ d ~ M ~ M N d O O ~ O ~ O~ N N ~ M iM N ~ ~ ~ N N to M t0 N O O I~ O OI ;n ~ M ~ Q O~ N OO ~ n ;`~ O ~ tl•) d (O M p ~ N a0 M 01 d O 0 J w M a0 ~ c0 ~ I~ N d I~ ~ a0 d c0 d co N in N A N O ~ N M ~ ~ D .- X 0 0 0 0 0 0 0 0 ~ M ~ ~ N ~ ~ M r- X 0 0 W J CO Z Q Z O F ° M N ~p = M ° O e ^ t N e O e ~ = O _ (V s ~ = ~ - N c M cV _ iA = a0 ° a d - rn = M a N U J N O N N d M ~ M M ~ :- ~ N ~ In ~ t0 N O i~ d O) to ~ d ~ ~ O) M a0 O r M 00 N In d (O p Q p t/7 O m O O W N ~ ~ ~ ~ ~ N M N O O ;n M ~ N ~ ;`~ ~ d M ~ N M ~ Q w M a0 c0 I~ in ~ n d 00 d c0 d ~p N N N to N O M ~ N M to d 0 ~ X 0 0 0 0 0 0 0 0 .- M ~ ~ N ~ ~ .- X 0 0 W m ~ O ~ N M d ~ c0 I~ a0 O~ O N M d ~ O Z U N U M U d U ~ U co U I~ U ao U O) U U U U U U U U U U U N U N U N U N U N U N U I ~ I i ~x l ~ +I V I I ~ LT `~ I I I ~ 69 ~,+5 - d 9 \ ~O ( x I ~ ~I ~ r ;~ Q ~ to ~ ~. I ~ I poZ ~ N '~I~ ldW,~~ I I C I ~ a" ~ ~' W ii u~ ~ cwt ~ "= I i I Ir 8 H~1dW i 1. ~ ~ ~ I I ` WNW ~ ,.- ~ I I ~' ? ` i ~ I ~ i I I ~n v w - ~ I I I I ~ °- ~, I ~ mo, ~` .~., ~, ~. I / ~ ~? I ~ ~ ~ ' _I ~ z ~ ~ ~ w I ~ r ~ ~ O N ~ ~; IIIJ ~ I I ~ W z W w I I t I I I ~ Z L . , ~ ~~ Z - ~ JF=- I t I l o .L >- O ~ I w z ~ o I ~~ I I NJ J Q > ?~ O ~! = >~ ~ ~ W ° N I ~ m I I~ ~_ I Z~W ^ ~N W / I Wj i Qw Q U~ ' (I I mC.~= ~ ~ prry / ~ I ~`~' ~ I1 ? `~ ~ ~ I \ ~' LYE ~~ ;I I I O J ~a Q U = ~ I ~ I I ~ ~ ~ U w I I I J~ WQ I Q J QO 1 I \~ ; I I I I can (~v ~ Q~ W ~ ? I I z °z w vii ~ ~ ~ ~ ~ ~`~ I I I ~ = ~ w ~ ~ I I I _acn ? Q . ~ \ I i ~~ ~ J Ib a O ~ I i Z ~~ \ Q ~ O w O I Z ~ ---- ~ ~ ~ ~ ~ Q .-. Q J 4+44 ~ " I - ~ ~ ~ ~ ~ ~ II ~ W~ ~~ I -~ ~~ ~ ~I >~ ~~ ~ I ~ ~ S6'6b+ G ld I >~ I Y w v U / I / I I i _ ~ `~ o Y I j O~ I I wN >~ p O N ~Q ~~ ~ > c~~ U ~ I ~ I I U w ~ ~ ~ I I , ' ~ \ ~ z w J ~ ~ ~ " ' I ~~ "'m ~ ~ I ' ~` ' ~ I ~ ~ cn W , w ~ z / --J I I o I ; I ~a z J ~Q ` I I o f ~ I I 0 ~~ I I II ' I I I Q r ~ Z J (n Z I I ~ Z Q li Z ~ zN ~ I ~O I Q ,__. ~~ ~ ~ ~,., l' r I ~ Q ~ ~ ° o I ' ~ o v F- ~Z W~ ~ 3 O 1 to ~. I w~ ~o i 1 ~. I , o I a ~w ~~~ U ~ U ~ ~ ~ (/~ ~ ~ / , h I wo ~~ ~~Q 0+96 I ( wcnw I ~- z cn W ww II I °~ ~~~ W I I ° = a~ / I/ I ; -o 3Q / ~ Uw I ~ (~ oo I I N~ °'~ °' `° L / ~ O o oo~ ~w .~ ~~ a I J ~ / i Y N V r I ~ I I I I \~~ o ° ~~ Q 0 ^ Z I..L / ~y~~ I I ~ U ~ \ Z N ~ I ~ ~` / I I ~ ~ Z J ~ Z ~ J W /N_/ ~ I ~ i ~ ~ ~ ~ ~ ~ cn ~n S ~ ~ I J ~ ~ ~ I i I r ,~ o w .~ 3 a J w .~. I~ I ~ I I ~~~ o J ~~ I~ c i I ~~ J ~ ~ ~ ~ I ~ I r . J~ Y o W Q o o ~ I I m~ ~~ ~ Z J 0 I ~I ; I ' _QU J~ I o 0 U W 0° ;:. ~ o I U ~ a ~ I I x ~~ / / ~ I w / o / ~ I, I o Y f- o ~ I / 1 ~ ~ ~, 00 / I U w w Z o Q ~ ° Z / ~ ' W W I J ~ I ~ I U) Q~ J o W Z O I ' ~ T y Q ~ N I ~ I J Y C~ Q ,~ (~ I I a o ? ~ ~ I ~azw z> '~ I I ' H ~ ~ X I Np~O o WO ' I ~ m Q ...~ I . I ~ I Z_ W W O ~ O p~ 0 r ~ ' o W I I I I cn ~ cn C ~ ~ r / d d ' J J a I ~ >K I I j 08 ~ I ~ Y I I P W v z I J ~ ~ ~~ O = J ~ ~ I I W w .~~ I W O " ~\ ~ T I l O I o J I~ x ~ I > O ~ a ~- v I ~ o ro I o° ~W I x_ I I , ~ ~ ~ O N ~~ z w ~ ~. ~ W L ~ ~ b H~lt/W I I .} ' I I `" I ~ I ' "' I III ,~ / I I I I I I ~I ~ ~ ~ I I I ~ ~ ~~ ~~ I ~ / I _ ~- ~n i ~ :~ = ~ I ~~ ~: ~-- _ -. _~ :.~ ._ _ g Q ~.._ ~ .... __ ___ ....... Cl::...... >- o d I / ~ / ~ ~ loI \~ ~ Y N ~ I~ J p O N ~ ( ~ v Cfl Q' W W /I /QJ ~ I ~ I.~ I zw / ~ ZO ~ ~ ~~ > ~ i w~ \ o °= Y W ~ ~ ~ o ~ I ~ ~ ~; w ~~ I ~ ~ I 3 J ~ v / J ,. I I ~ r ~ '` ' I N ~1~ r: II z I~ ~ ~ , , i~ ~ ~ f -~~~~ ,- I I ~ ~~ ,' ~ , I~ / ~> ~ Y ,~ I / J o ~ I I /I, ~~ Z I I W I ~ ~,~ ~ ~ W O ? ~ Q ~ I ~ ~~ ~! `~ / W ~' ~ ~ ~ ~ ~ ~ I ~ ~ _ ~ ~ ~~ ' o ~ U ~ `I ~ a O W N I : , ~ N ~ ' W J ~' Q ~ ,! I I~ Z ~ I ' W I I ~ a `. o f: ~ I ~ ! I I v I I a I W C~i N ~ ~ V~:~ V'. I c ~ I wv Z ~ 1 I J I 1 aJ ~ T ~ o F- E I I 1 N `o W w z z ~ I I o ~, w ~ ' I LL i k I I m 3 { ~.. m ~ > I "~ w ~ I ~ ~~ I N Z _T' i I I .I I ~ I _ 1 69 9~+~d I ~ z ~' ~I ~o Q~ ~ ,~~ ~~~ ' ~I ~ v ~- ~ ~ Z ~}. ~Q'W 8 H~1dW { ,~ ~ I`~ Z N ~ ~ I \~novW Yom` is I °' ~ .~~a ;: ~~. '~.::::. ~ I ' ~ ~ / ~ 4 H~1dW I w Z ~ li ~ ~ 0 ' I \¢cn¢ ~ 0 a ~ W I ~ ~ w W~ Q~ \ ~Ww o _ ~ l- I I t->Z.~ ~mo ~~ ~. __ `` I j ~ I~ I I~ I Q II z ~ I /~ W o ~ ~ ( ~ ~ cf) w ~ ~ I ' ~ ~ \ w ~ ~ ~ ~; I I , I >- z ~ I w ' \ I ~~ Q ~ I ~ v w °J ~ o ~ ~\ ~` ~ ~~ W ~ ~ I -~ ~~ t ~ _ z ~ ~ L ~ w ~ , ~ I ~ ~ ~ o - m Q :! , I o ~/ w I I ~ o ~ ~ LL Q I " CV o W ~ I cc I - ~ i I ' ^ VJ U p X I 3 ~ W ~ ~ I I ~ ~ . = ~ I - I ~ ~ o U ~ I o O ~ ~ I ' li E I ~ ~ Y ~ i I ~~ I > i I I m ~ ~ ~~~ I / )( \ O p U z ~ o I ~ I , I I ~ / ~ ° a I ~ ~~ Q ° ~ I ~Z Y o 1 ~e l ~ ~~ ' / I I ~ a~ ~ ro ~~ , ~ I _ > p m 9 I ' / Y WU J I I 3 ~` o ~ ~ ~ I ,' I I~ Q N ~v i - I I ~ ~ ~~ ~~ U Zm ~ I ~ / o ~ I ~ I ~ ~ 0 0 ~ ~ W =~ ' ~ I ~ a p °' ~ - I ~ iL U \ ~ , ~ \ ~ I ~ V ~ Q i '~ I I ~ W z ~ ~~. wl ~ zo Z ,. ~ , ~ ~ to l \~ Z> w o I ,~ ~ ~ ~ ,' ~ ~ o N ~ / / ~ 1 ~ I ~ ~ I ~ ~~ ~ ~ ~ I ~ ~ ~ ~ ~ I ~ / .~ „~ I~ ~ H~lb'W ~; ~ ~ __.. , I ~-, _ _ I ~ ,~ ~ ~ ~ I `~ i ~ ~ i I w I I"~. J ..~ my i.! 1 ,a x ~ 6~~°~, ~. o ,°' ~ gam. --- i,.- c, ~ ~ I I I ~ ~I I ~ ~ ~ ~ ~ ~/ ~ O 7' Q ~ U F- O ~ .3. I ~~w ~ ~' I wNW i ~ ¢ ) I in ~ w ~ I 1~' Z I \ ZI I ~ I~ -`-Y O i I I `I I W ~ I N z ~ c W ~ II 3 ~ .~ ~ I F o' ~ n I I W N x ~ I ~ \ U W~ I U W ~ I z ~ I I ~ ~ ~~ I ~ W ~ I o ~ I w ~ ,Ir I I \~ I P\IIP I I \ I I ~\ J X I \ 3 -- I ~ ~ W I \ ~_ N i I ~ U <~ \ v ~ I ~ !Z I \ ~ \ I J \ ~ ~ ~ I I ~~ z ~ `` I I ~ I I ~~ II I I I :I~. ~ { ~ > wwc m C'l ¢ /w 4 H~1bW Z} I~ ~ ., Q O~ a ~¢ J I \ ¢ NU I ~ ~ W ¢ ~ \ ~ F - I I -~.~ ~ CWT U ~ ~ W W Imo ° ~~ I I ~>z.... °°~ ° ~ I ~ x x X x X X ~ ~ IJJ ¢ r J = ~~ ~ ~ ~ 0~3(n ~ ~ 1 H W'~Od.~ W U Y N¢ p N J J ~ ~ ~ X ¢ J D J W wH~~~ ~ oN~¢ N Z V Z D ~ ~ ~ ~ ~ W W ~ Z Z Z~ W ¢ ¢ ¢ H N ~ ¢ J ~ W ~ W ~ O ~ ONN ~ ~ LWi.I Z J _J ¢ Z Q J ~ ~ N >O ~ ~ ~ V U Q S O W 3 W ~° J ~ ~ o Q ~ N ~ ~ ~' e'O w Z ~N ~ J ~ J ~ , IS ~~d ,b is ls~ n H wd ~ ~ L r' Cn ~ ~ ~ N ~ ~ Z g Y J Q W 0 U~ ~= m L (/) ~ w 60'55+51 = d0~> :....._.. + N F- ~3 4 IS ~~d ,b Z Z ~ - - ~ I _ j ~~ Q O 1 ~~ I }. ~ (/~ ~ ~ U w ~ ~~ ~ ~ ~~ ~ _ ~d/1 ~ ~ d _ J l8'9Z+91 = ~ i - ~ ~ ~d: ~ > J I J c~ (n ~ ~ I_ ~j/ ~ ~ Z ~ c0r = cn `~ I I I I( om I II ° ~ W ' ~5 ~ II `~ y ~ ~ ~ , ~ I I W ~ U Z . I w ~ ~ W J ~ I ~ I~ I ~ 3 I N N Q W I IZ w o O a Q ~ f ' I U Lo ~ ~I~~ ~~ ~~Y U ~ W i ( I a ~ W o °° ~, `° ~ ~ Nye O ~ U \ ~ w U ~ ~ I N O J ~ ~ I ~ ¢ \ ~ N I I ~ ~~ Q ~z° ~ `~ ~ I ~ ~ ~m Z oo ~ =>o 8Z _~ ~ LE+b l = ld Y J 3 mo ~ .~z+~~, c~ ~ ~ I /~" a~sd ~ ~ c m a c <n o 0 g~ z "' z co w _ (nom I ~ ~ I w \I ('~ z Ja ~O Z~O ~ ~ ~ W zz ~mv 1~ i ~ ~\\ X W~ F- o I L-- z > ~, ~3Z - - _ WD O \ i w 88 06+8 l = ~d 00C~ J Z ~ ~~OW ~I ~ N ~~z¢ ~ ~ ~ ~ II ~ ~~ ~ ,~ ~ OL~W= Z O m H ! I I T ~I ~- I ~,_ ~ i '~ I h-1 J1 t' °+ I ~ / ~ I " ' , I / ~ ~ ~ W L T Q U N ~~//~'~ o V J W LOi W 0 O+ O' C7 Z SCOTT BLVD ~ Q w Q = ~`- ~- L L ~ CO m vrn vo+ ~ a~ N 0 J~Q~(n J N_ N_ O l.i_ N W N .~ (/~ tf7 UN p ~w~jw(n ~Z ~w ~ oQ Q OQ o ~ I z ~ ,~ CV I-;:~; ~ O Z ~ ~. t=- Z ~ O Ul U m a~ CJ a~i a~ c Q~ ~ ~c~ p woo wJog ~ ~ Q W LR_ ~ UI=--w U~OOw Z m ~~ m ~~ ~ Q~ f C~'"-- •T• -~- Z Q m~~~ Q w Z J U / I"~ v~ ~~ Z 3 ~r~e U `-~ ~ w ~ ~ ~ I- O J W LJ ~ •j a ~ •~ a o ~ ~ ,"~~y /p, ~p~J ~UQO W ~ o~ ~ o~ C_~L ~~ ~ "~+.~, U W W O W~ U U~ _J F- d m H- ~ y (n N J m ~ U_ »~oz o~~~~ ~ OC1- JQww _'~ LL two O ~J~w= Z -~ ~ ~~w~U wa~cn~- T ~ F O Q 1 U ~ w ~ '~S ~ ~ ~i U ls~n ~ ~ NWb ~ w ~- a z w w ~- °' °¢ c~ a ~ a U Z ~ N ~ r ~~ ~ a~ ~' ~- (n f-~ U_Z ~ Q X W W ~~ I ~ m~ Q U O Q X ~ ~ _ O O ~ m W Y _ W ~ W ~ ~ ~~ J pw~ Q ~wcn Wow ~~~ ~ ~_ ~ ~WN ~Om ~ o ~o ~ Larch Ln ~ -° c ~ ~ ° ~ > o ~ ~ ~ ~ ~~ U N ~~ O ~ ~ I N ~ O N ~ C/~ cn ~ C~ p ~ ~ 0~ U (j ~ p ~ N ~ NO ~/~ ~ ~ N 3n12i4 ~OlSl2~8 ° O ~3 ~ N~~~ W F ~ ~~ ~ O~ ~ ~ O ory o ~ W a ~ ~ Y ~ ~~d V V~ ~ OWE O ~ ar'i C~ O ~ Z °-' O W Z I U_ X w °°" O~Q~ ~~W IUX ~' ~ W ~ m O J o ~L~ Lj_OQ a a ~ m O Y ~ Z~ z z° J WWW ~ a> ~-°a ~~~o ~~~ w ~www ~~QCn o = > o > ~ ~ ~ H Q ~ U O U N F- I N F- I ~ a = ~ 3~ ~N ~3 T 1 ~_ ~ ~ ~ co a Z c cn W "~ i ~ Y N ~ ii U '-- 3nl~a ~olsl~a ~ o d ~ ~ O~ p ~iP ~-w WZ ~ ~Fw- ~~ UN ~~ ~WQ Z~ U~ n-N ~ I O U~U ~_ ~O ?N OO ~~~ Zj ~N ~C~ F' 'S. ~ZQ WD ~3 .C W ~~, ~Om o ~ °2 ~ o ~N ~ w ~ Y o py ~ °~ 3 ~ 0 0 ~ nbnen~ OO o,QCn IUx Q) ~ W z ~ ~Q~ o 0 ° omOJ U~ °z U - Z Q ~ I ~ W W W ~ N ~ ~ ~ D ~ ?i ~ ~HQ(n ~~~ 3d 1 Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 RESOLUTION NO. 10-247 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 1, 2010 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2010 SIDEWALK INFILL PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 1St day of June, 2010, at 7:00 p.m. in the Emma J. Harvat Hall,. City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the- plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 10th day of Mav . 201 ~ ~n MAYOR - Approved by ATTEST: ~ /d d~~x. CI ERK City Attorney's Office Y~~~~o pweng\res\setph-sidwalklnfill-2010.doc 5-10 Resolution No. 10-247 Page 2 It was moved by Mims and seconded by Wright -the Resolution be adopted, and upon roll call there were: AYES: ~- x x X ~_ ~_ x NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright wpdata/glossarylresolution-ic. doc PUBLISH 5/14 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2010 SIDEWALK INFILL PROJECT IN THE CITY IOWA CITY, TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2010 Sidewalk Infill Project in said city at 7:00 p.m. on the 1~ day of June, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Printer's Fee $ Ct • ~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: TIE IOWA CITY PRES5-CITIZEN FED. lD # 42-0330670 I, Q d 6r~ ~~~'r'y- being duly sworn, say that I am, the legal clerk of the IOWA CITY PRES5-CITIZEN., a newspaper published in said county, and that a notice, ~a printed copy of which is hereto attached, was published in said ~. paper ~ ~ .time(s), on the following date(s): .,,4~ l~l hard Legal Cle Subscri ed and sworn to before me this I LI'B' day of A.D. 20 i G' /~ ~ Notary Public ~pue LINDA KROTZ ~~ Commission Number 732619 My Commission Expires °1"'~ Janua 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 0 SIDEWALK INFILL PR JEC RE'CITYT7F IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of 'the 2010 Sidewalk Infill Project in said city at 7:00 p.m. on the 1st day of June, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is can- celled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 80415 May 14, 2010 PUBLISH 6/4 NOTICE TO BIDDERS 2010 SIDEWALK INFILL PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 1~' day of July, 2010. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12'h day of July, 2010, or at special meeting called for that purpose. The Project will involve the following: Mobilization, Clearing and Grubbing, 862 LF of Fence Removal, Traffic Control, 135 SY of Removals, 44 LF of P.C. Concrete Curb Grinding, 1,160 SY of 6" P.C. Concrete Sidewalk and Curb Ramp, 851 SY of 4" P.C. Concrete Sidewalk, 96 SY of 6" P.C. Concrete Driveway, 79 CY of Combined P.C. Concrete Sidewalk and Retaining Wall, 100 SF ADA Detectable Warning Truncated Domes, 4 TON of Hot Mix Asphalt Wedge for Driveway, 370 LF of Field Fence, 474 SQ of Sodding, and 4,082 LF of Filter Sock. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from ,the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. AF-1 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: September 30, 2010 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of the Iowa City Engineer, Iowa City, Iowa, by bona fide bidders. A $20.00 non-refundable fee is required for each set of plans and specifications provided to bidders br other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 ~~~ 6 Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356.5149 RESOLUTION NO. ~ n-29~ RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2010 SIDEWALK INFILL PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 1St day of July, 2010. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meetin~, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 12 day of July, 2010, or at a special meeting called for that purpose. Passed and approved this 1st day of June , 20~_. n ~ti. ~~ MAYOR ATTEST: ~~t~ CIT ERK Approved by City Attorney's Office S'2S I ( O i°weng/res/10Sidewalklnfill-res-appp&s.doc 5/10 Resolution No. 10-293 Page 2 It was moved by sailey and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: x X X X ~_ ~- x NAYS: " ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright wpdata/glossary/resolution-ic.doc Printer's Fee $ ~~, CERTIFICATE OF PUBLICATION _ STATE OF IOWA, ' JOHNSON COUNTY, 5S: TIE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 Htai~-Se~i~i~, being duly sworn, say that I am, the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, ~a printed copy of which is hereto attached, was published in said paper ~ ~ .time(s), on the following date(s): Legal Clq~l# ~~ Subscr;<bed and sworn to before me this day A.D.20 C Notar Public ar,t` LINDA KROTZ :~, Commission Number 732619 • ~ My Commission Expires ' o~,- January 27, 2011 OFFICIAL PUBLICATION NOTICE TO BIDDERS 2010 SIDEWALK INFILL PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 1st day of July, 2010. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be .deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12th day of July, 2010, or at special meeting called for that purpose. The Project will involve the follow- ing: Mobilization, Clearing and Grubbing, 862 LF of Fence Removal, Traffic Control, 135 SY of Removals, 44 LF of P.C. Concrete Curb Grinding, 1,160 SY of 6" P.C. Concrete Sidewalk and Curb Ramp, 851 SY of 4" P.C. Concrete Sidewalk, 96 SY of 6" P.C. Concrete Driveway, 79 CY of Combined P.C. Concrete Sidewalk and Retaining Wall, 100 SF ADA Detectable Warning Truncated Domes, 4 TON of Hot Mix Asphalt Wedge for Driveway, 370 LF of Field Fence, 474 SO of Sodding, and 4,082 LF of Filter Sock. All work is to be done in strict com- pliance with the plans and specifi- cations prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have hereto-fore been approved by the City Council, and are on file for public exami-nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the Ciry of Iowa City in the event the success-ful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfac- tory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained fora period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the can- vass and tabulation of bids is com- pleted and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price, said bond to be issued by a respon- sible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and dam- ages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: September 30, 2010 Liquidated Damages: $100.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Iowa City Engineer, Iowa City, Iowa, by bona fide bidders. A $20.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac-tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic' Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregu-larities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 80476 June 4, 2010 ~,> 1 ~~'~ 27 Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149 RESOLUTION NO. 10-355 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2010 SIDEWALK INFILL PROJECT. WHEREAS, Feldman Concrete of Dyersville, Iowa has submitted the lowest responsible bid of $152,926.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Feldman Concrete, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 12th day of July 2010 /~ MAYOR Approved by ATTEST: ~~ ~~ C T ERK City Attorney's Office ~ ~ ~ It was moved by _ Bailey and seconded by Wickens ~ the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey --~- Champion x Dickens x Hayek % Mims X Wilburn x Wright pwengUes~awrdcon2010sidewalkinfill. doc 7/10 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Feldman Concrete ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 10th day of May , 2010, for the 2010 Sidewalk Infill Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers N/A ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; c. Plans; FILED d. Specifications and Supplementary Conditions; JUL 2 7 2010 City Clerk e. Notice to Bidders; Iowa Ciry, lows f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit AG-1 prices, and extended dollar amounts, are as follows (or shown on an attachment): ~GIL~~,S~pT ~C~y.~-7-.L.t~~4~ ~ Cfc~i~'%t(~co f{ Grvb~'jr~[~-C~ -' ~~c ~~• `~U p'DI C ~ I L - ~f--! L'T ~a~ ~c'~ c I t. Z + O() t,-- ~' ~. D , l ~ l~' ,. D/7 nf~i~mAyt ~d~ >=-,r9 ~rx~ '- ~a~ y 7~_x ao} ~5 z `~~ R~ z j ~v ~~ ~ ~rlCi/t1~ 'J -~/~~~ ~:~ C t - ~~D,L-~= x io_ v v 3, ~oU•Q~ 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this 27th day of C By ~ ~~~ ~ ~~-- Matthew J. Hayek Mayor ATTEST: City Clerk FILED July , 2o~o.JUL 2 7 2010 City Cletk Iowa City, Iowa Contractor B _ (Title) I~L,C~? ~ /L ATTEST: Title ( mpany Official) Approved By: ~kc: 7rr.,nre~a~~`~<1~s~ City Attorney's Office ~/~ ~~~ AG-2 FORM OF PROPOSAL 2010 SIDEWALK INFILL PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM C?F PROPOSP.L INCLUDED !N THE BOUNG VOLUME OF THF_ SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder ~~L.. ~ !~ f~ a I'~I l~i°`V~ (~ ~ ~~ t ~-- Address of Bidder ~q ~ b~ ~~ l ~ r 1~- ~ ~ t a ~'~-S `/' I ~ 4° f-`~.~ ~ ~ ' ~ ~"D y ~ TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 FILED JUL 2 7 2010 Ciry Clerk Iowa Cary, Io~,va The undersigned bidder submits herewith bid security in the amount of $ ~ p % n, i= i3 (~~ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda ,and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Division 1 -Dubuque Road and Bristol Drive 1 Mobilization LS 1 $ $ ~ ~~ 2 Clearin and Grubbin LS 1 $ _ $ ~ ~,~75. ac' 3 Traffic Control LS 1 $ _ $ L(OO.c~D 4 Pavemen±, Driveway and Sidewalk Removals SY 57 $ 2 Z ~ 5 U $ (1 ~Z-5(J 5 P.C. Concrete Curb Grinding LF 25 $ j 5- DC) $ 7j+• DD 6 Sidewalk and Curb Ramp, P.C. Concrete, 6" SY 54 $ ~- S $ ~Z 7- 7 Sidewalk, P.C. Concrete, 4" SY 847 $ ~y - $ ~~ l ,~ 8 Drivewa , P.C. Concrete, 6" SY 63 $ ~~ • ~~~ $ 21003• 9 Combined P.C. Concrete Sidewalk and Retainin Wall CY 9 $ I ~5~~ ~-' $ j/ ~ D. Cr' FP-1 10 ADA Detectable Warning Truncated Domes SF 64 $ ZH - CU $ (? ~>~~CG~ 11 Hot Mix As halt Wed e for Drivewa TON 4 $ ZG~D-~~ $ ~C~- vU 12 Soddin SQ 206 $ ZI-`3S $ ~ jD1-~D 13 Filter Sock LF 2,424 $ Z- 10 $ 5~, D`7C~`IU SUBTOTAL $ (p~ I-~j},, Division 2 - P.ochester Avenas 1 Mobilization LS 1 $ $ ~ `°1 - 2 Clearin and Grubbin LS 1.00 $ $ ~ y,C, .~-cYJ 3 Fence Removal LF 862 $ ° `!U $ -7 ~~- SG 4 Traffic Control LS 1 $ $ ~(!5 -v(~ 5 Pavement, Sidewalk, Curb and Gutter Removals SY 78 $ 2,Z--~(~ $ X55-GYM 6 P.C. Concrete Curb Grindin LF 19 $ ~- DU $ ~~S-~ 7 Sidewalk and Curb Ramp, P.C. Concrete, 6" SY 1,106 $ 3`!-~U $ Y:~ `t~-ZC> 8 Sidewalk, P.C. Concrete, 4" SY 4 $ ~D-c~~ $ ~ /C'v 9 Drivewa , P.C. Concrete, 6" SY 33 $ 3Z-~S $ 0 L~-~~ 10 Cornbined P.C. Concrete Sidewalk and Retainin Wall C`r 70 $ /$U- ~'~% -, $ /~l~(pCL%~' -- 11 Curb and Gutter, P.C. Concrete, 2.0 FT. LF 20 $ Z5-G~ $ SCOrCU 12 ADA Detectable Warning Truncated Domes SF 36 $ 2~1`vC~ $ Qky-~ 13 Fence, Field LF 370 $ - G(;> $ D°?D--(~ 14 Soddin SQ 268 $ "LI -`6`~ $1 $.~-~ 15 Filter Sock LF 1,658 $ ~Z- t r3 $ ~~ ~ ~l^lJC1 SUBTOTAL $0~"Z ~-~C, TOTAL EXTENDED AMOUNT $ ~ 9,~~,~ FILED JUL 2 7 2010 Ciry Clerk Iowa Ciry, Iowa ~~ FP-2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: f%~'kt'r~5i fV'T" ~XC~iV a~~.i.t~[C~- G(-4-~kri ti.t~ $.. ~r'~~~i ~ Ca ~G / ~. i £ ~ -- ~ /~-T~~' ~~ 1C. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: ~ ~--L ~tY1 W !`1 LG~1 C f'~: i ~ Signature: Printed Name: ~ t~V (-~- ~ - f'" ~ C:`i~ -Y7 ~ Title: [.~ C.t,"~'1 ~C- t2- Address: Z~ O ~ l> 1`'(~1 ~~ 12~ " Phone: ~ ~ ~'" ~ ~ ~ ~' ~ ~ ~~ Contact: ~~ (- i..~ ~., ~... ~ ~-- 1^`~--~-D rv1-~lty FILED ~~ ,~ ,Z 7 ?o~n City Cietk 1~tva Cit`', lvrra FP-3 ~~ b~,t,/~~,,s~. PERFORMANCE AND PAYMENT BOND Feldman Concrete , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of ONE HUNDRED FIFTY-TWO THOUSAND NINE HUNDRED TWENTY-SIX AND 00/100 Dollars {$ 152,926.00) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and~~~~~ jointly and severally. ~uL 27 ZO10 Jul 12th, 2010 city C:leik WHEREAS, Contractor has, as of Y ,entered into a lcsvacu:,IPxa (date) written Agreement with Owner for the 2010 Sidewalk Infill Project; and WHEREAS, the Agreement requires execution of this Pertormance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Iowa City Engineer's Office, of Iowa City, Iowa, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully pertorm said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair far a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Cade of lows, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 19th IN THE PRESENCE OF: rtness DAY OF July , 2010• ~~ /7 ~~~ (Principal) Owner (Title) (Surety) Witness Attorney-in-fact (Title} 500 Iowa St (Street) ~II.ED Dubuque, IA 52001 (City, State, Zip) Jtl1. 2 7 ?010 Ciry Clerk Icwa Ciry, h"a 563-556-5441 {Phone) PB-2 From:Diana Hedrick FaxID:6087236440 Page 4 of 4 uaie: tnarzuiu u4:ta rm rage:y or q N~ERCHAl~TTS~ BONDING COMPANY POWER OF ATTORNEY Know All Persona By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL): a corporation duly organized under the laws of fie State of Iowa, and having iffi principal office in the City of Dee Moines, Courtly of Polk, State of Iowa, bath made, constituted and appointed, and does by these presents make, constitute and appoint David H Frita Keith M Sandberg Kevin L)FhrUch Diana K Hedrick Olivia R Schmitt of Dubuqae and State of IOWA its true and lawful Attomeyan-Fact, v~ith full power and authority hereby conferred fn its rime, place and stead, to sign, execute, acknowledge and deNver in its behaH as surety any and aN bonds, undertakings, recognizanees or offer written obligations in the nature thereof, subject to the limdation fiat any such instrument shah not exceed fhe amalnt ot: ONE IbiILLIO~i (51,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attomeyin-Fact, pursuant to the authority herein given, are hereby ratffled and confirmed. This Power-of-Aitomey is made and executed pursuant Eo and by authority of the fdbwing Amended Substiiuted and Restated By- laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November t6, 2002. ARTICLE II, SECTION S -The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to exearte on behalf of the Company, and attach the Seal of the Company thereto, bands and undertakings, remgnizances, contracts of indemnity and other writings obligatory in the nature Thereof. ARTICLE II, SECTION 9 -The signature of any authorized officer end the Seal of the Company may be affixed by fecaimie to any Power of Attorney or Certification thereof authorising the execution and delivery of any bond, undertaking, recognizance, or other suretyship ot>bgatiorrs of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witrress Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and Its corporate seal to be hereto affixed, this 28th day of July 2009 . STATE OF IOWA COUNTY OF POLK ss. .--... .: O~~ •• P O • ~p9 :y •OOA q,4~.y~: :~;,~ -O- 0~3: 1933 .y :c,~ ••...... MERCHANTS BONDING COMPANY (MUTUAL} gY /«Iq~,~ Preskient / On this 28th day of July 2009 before me app~retl Larry Taylor, to me personary known, who being by rrre dui sworn dtd say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the mrporafion described In the toregang instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof,) have hereunto set my hand and affaed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. C MYTH Commission Number 173104 My Commission ~pvas Maroh 16, 2012 Notary Public, Polk County, lows STATE OF IOWA COUNTY OF POLK ss. I, William Werner, Jr., Seaetary of the MERCHANTS BONDING COMPANY (MUTUAL}, do hereby certify ihatthe above and foregoing is a true and correct copy of the POWER•OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is sU~l in iull force and effect acrd has not been amended or revoked. In Witness Wheroot, I have hereunto set my hand and afNxed the seal of the Company on ittis 19th day of July 2016. . • • • • • • ~D~~fi t:py • ;00•~fjlPO :°9• q9 ~ .~-~ Z -d- ~~ • ;a~• 1993 :•e; .s~. •cr. POA 0005 (1109) •...• •.• ~~~ ~~ Secretary FILED iii. 2 ~ 1010 City Clerk Icwa City, Iowa P` ~~, Prepared by: Josh Slattery, Civil Engineer 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 RESOLUTION NO. 11-22 RESOLUTION ACCEPTING THE WORK FOR THE 2010 SIDEWALK INFILL PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2010 Sidewalk Infill Project, as included in a contract between the City of Iowa City and Feldman Concrete of Dyersville, Iowa, dated July 27, 2010, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, the final contract price is $165,083.90 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 25th day of January , 20 11 /~'~- ~.. MAYOR Approved by ATTEST: lat. ~ ~'~r,~'~1~/ _ ~ ~~ CICI-~ERK City Attorney's Office , iy tt It was moved by Champion and seconded by wri~ht the Resolution be adopted, and upon roll call there were: AYES: ~- ~_ x ~_ x NAYS: ABSENT: Bailey Champion x Dickens Hayek Mims Wilburn Wright `f -~ < ~~ Pwenglres/2010sidewalkinfill-acptwork.doc 1 /11