Loading...
HomeMy WebLinkAboutSTREET IMPROVEMENTS/SYCAMORE FROM LANGENBERG AVE TO HWY 6/2010IMPROVEMENTS/ SYCAMORE FROM LANGENBERG AVE _PC19.�_t 4 ,) L,ar f-"berg -AU-0- +0 41".�hw7 (1 /-2o /p 83 -M, -/a P(a- hlc SPlons� iorvN o� fro�oarq-l/ -Aeo, f Ct5Y�2rxe.� %L eSy i ".0Dtr le COST 4v- 4)le S�rCampv2 STre�'(/TncpreL)e.rlen� _l -ror� n�4reUU�er�9 �u2nwe �o as a3��- Id Zesol,� -�,aE, /or �8 ise��l;n� ce, l�w6l :c/ eaJr�r�/ an APr:l61 c�/c�ICO _o-v% jrrv' t,I S�tG :- j1�:Cfc."L"'t DMS /��Gr w... r CDn"LY'2�t' Q [. (T`n fit' CAST o-` 44e SyCls+nor� Z.0.rt�'tn �'ti✓'� '*+v¢nu..¢. �o U. S, �f9v�xlayr 6- �`in-a�rou�pJ- rt�l�r�S Scz; d �,2ar;nc� /�:rec�;n� C�� En9:netr �b plczce Sr;d �lans o► XjJ4 No- ;c—f— o-t T` tar, ll y Ac o e el- seM t»[' Tar -Pj A S 6- Apput - -/(g �e1So� �. �`o� -NS a rrovw�c� / (Ln.s Spec:�leaiier�zs Forw. of Con.t-�'Yit -�' ? C.strY2R."� aT CDS�- -�pr �.e. COYtS'iw'.ce.�'io+. o� -�'�•e Sycamora S�rez� �,�o..� Lar��ek barmy �1�, �o as �mPrave..�ew�3 Proj¢c -E , es bl;s�;K�y ate, w4 of- cj.r ;4 cLccumPc.ry e�c� �� �L; rem �� C , �'le �K dl; s� #7 '�v :cwe✓'S �;ki -�� e aKn' plQ<e IGY rcce;�� o� 7 I IVinj /D �2 SC����,a� -� /(i-c173 0"orci;ntj. U) "A , -oc+ � aui- ���,r'��Z,eq (x /Xr ivlo ✓'i- )o S 4�e ISI-r,-,4-'I+ lmp r/Io%3,iM4 lP-: Poo 0- �c�nt�pvtbzr� 1 Yyue to ��(��u�a0� 6 � �?olo ��J� ;S2m2vti i 'i D ✓' ,. is •— O't- c C� 1-' U - _ -- Fav-m of T y an,�j T'aA I• -Mqy - i�- �es�.l�� -'� 0+1 (a-� /�� Q�ce-� -�,� -i'1,� Syccin,or2 ����-- -�rvfn 1 � i CITY O F 1 O VVA C I T Y MEM GSANDUM Date: March 22, 2010 To: File From: Ron Knoche, City Engineel-�. Re: Sycamore Street from Langenberg Avenue to U.S. Highway 6 Improvement Project The estimated construction cost for the above referenced project is $2,233,000. N d 0 0 ?- s —ref` w Specification No: Specification For SYCAMORE STREET IMPROVEMENTS ILAGENBERG AVENUE TO US HIGHWAY 6 Iowa City, Iowa ar,yids,- CITY OF IOWA CITY Contract Documents Prepared By: �Foth Foth Infrastructure & Environment, LLC 4211 Glees Road NE, saAe B • Geder RapWS, Iowa 624022516 Pto :(319) 36595&5• F=1310) 36&9631 N O City of Iowa City C:) D 2 C ii Engineering Division — Civic Center c->-< ry 410 East Washington Street Iowa City, Iowa 52240 '< a b Phone: 319-356-5140 Fax: 319-356-5007 `" w Contract Documents Prepared By: �Foth Foth Infrastructure & Environment, LLC 4211 Glees Road NE, saAe B • Geder RapWS, Iowa 624022516 Pto :(319) 36595&5• F=1310) 36&9631 SPECIFICATIONS FOR SYCAMORE STREET IMPROVEMENTS LANGENBERG AVENUE TO US HIGHWAY 6 IOWA CITY, IOWA FOTH INFRASTRUCTURE AND ENVIRONMENT LLC. 4211 GLASS ROAD NE, SUITE B CEDAR RAPIDS, IOWA 52402 1 t t+lrlr�E''4 N CJ ,,QQ` pFESSION G� �7 CM direct the laws of the vii Iowa. ``�•• •�Cj' 4 ; (/n .� � Date�3�ZZ to =v; SCOTT K. " : r^� Scott K. Severe, P.E. i SOVERS • y— License No. 17141 17141 i ? My renewal date is December 31, 2011 ' S �'a f7 �•., . • L'T �� Pages or sheets covered by this seal: WP• p���\`` All pages O ..0 1 t t+lrlr�E''4 engineering document was prepared by me under my ,,QQ` pFESSION G� al direct personal supervision and that I am a duly licensed Professional Engineer sio a .............. direct the laws of the vii Iowa. ``�•• •�Cj' 4 ; (/n .� � Date�3�ZZ to =v; SCOTT K. " : r^� Scott K. Severe, P.E. i SOVERS • y— License No. 17141 17141 i ? My renewal date is December 31, 2011 ' S �'a f7 �•., . • L'T �� Pages or sheets covered by this seal: WP• p���\`` All pages Title Page Certifications Table of Contents BIDDING REQUIREMENTS, CONTRACT FORMS: Advertisementfor Bids .......................................................................... ............................... Noteto Bidders ..................................................................................... ............................... Formof Proposal .................................................................................. ............................... BidBond ............................................................................................... ............................... Formof Agreement ............................................................................... ............................... Performance and Payment Bond .......................................................... ............................... Storm Water Discharge Associated with Industrial Activity for Construction Activities ........ CONDITIONS OF THE CONTRACT: Contract Compliance (Anti- Discrimination Requirements ) ........................ General Conditions ................................................... ............................... Supplementary Conditions ......................................... ............................... Restriction on Non - Resident Bidding on Non - Federal -Aid Projects .......... SPECIFICATIONS: PART 1 — GENERAL REQUIREMENTS ...AF -1 .. NB -1 ... FP -1 ...BB -1 .. AG -1 ...PB -1 ..SW -1 .......................... CC -1 .......................... GC -1 .......................... SC -1 ............................. R -1 Section 01010 Summary of the Work... ....................................................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 TABLE OF CONTENTS 01090 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01570 Traffic Control and Construction Facilities ........................... o P s yj SYCAMORE STREET IMPROVEMENTS _r�; c -4 "v ro LAGENBERG AVENUE TO US HIGHWAY 6 C_' _< 9 w E IOWA CITY, IOWA s' cn .c' BIDDING REQUIREMENTS, CONTRACT FORMS: Advertisementfor Bids .......................................................................... ............................... Noteto Bidders ..................................................................................... ............................... Formof Proposal .................................................................................. ............................... BidBond ............................................................................................... ............................... Formof Agreement ............................................................................... ............................... Performance and Payment Bond .......................................................... ............................... Storm Water Discharge Associated with Industrial Activity for Construction Activities ........ CONDITIONS OF THE CONTRACT: Contract Compliance (Anti- Discrimination Requirements ) ........................ General Conditions ................................................... ............................... Supplementary Conditions ......................................... ............................... Restriction on Non - Resident Bidding on Non - Federal -Aid Projects .......... SPECIFICATIONS: PART 1 — GENERAL REQUIREMENTS ...AF -1 .. NB -1 ... FP -1 ...BB -1 .. AG -1 ...PB -1 ..SW -1 .......................... CC -1 .......................... GC -1 .......................... SC -1 ............................. R -1 Section 01010 Summary of the Work... ....................................................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01090 Reference Standards ........................... ............................... 01090 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 PART 2 - SITE WORK Iowa Statewide Urban Specifications for Public Improvements Manual (Not Bound Herein and Excluding Division 5 — Water Mains and Appurtenances) PART 3 — SUPPLEMENTAL SPECIFICATIONS Section 02660 Water Distribution ........................ ............................... 02660 -1 Appendix A: Accepted Products for Water Distribution Materials....... 02660 -17 ADVERTISEMENT FOR BIDS Sycamore Street Improvements Langenbera Avenue to US Highway 6 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 28th day of April, 2010, and shall be received in the City Clerk's office no later than said date and time. Sealed propos- als will be opened immediately thereafter by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat at 7:00 P.M. on the 4th day of May, 2010, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to Sycamore Street: • Reconstruction from Langenberg Avenue to Burns Avenue; • Pavement and Sidewalk Rehabilitation from Burns Avenue to US Highway 6. Approximate project quantities include: 12,316 CY of excavation and embankment, 14,289 SY of 9" PCC roadway pavement, 1,638 SY of PCC pavement patching, 10,250 SY of PCC diamond grinding, 1,836 SY of 4" and 2,506 SY of 6" PCC sidewalk pavement, o 5,225 LF of subdrain, 3,223 LF of storm sewer, 44 storm sewer structures, pavement markings, erosion control, seeding, traffic control and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by Foth Infrastructure and Environment, LLC. of Cedar Rapids, which have heretofore been approved by the City Council, and are on file c 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 and post bond satisfactory to the City insuring 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 for a period of not to exceed fifteen (15) calendar days until a contract is awarded, ADVERTISEMENT FOR BIDS AF -1 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. 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 Council, 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) year(s) from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: Mav 24'", 2010 Completion Date: March 31s', 2010 Liquidated Damages: $800.00 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 City Engineer of Iowa City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $75.00 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: Treasurer of the City of Iowa City, Iowa. 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 subcontract. 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 will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. N O o ° C-) w =� r ` Fri o in rn .c- F t� ADVERTISEMENT FOR BIDS AF -2 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 N O D � � C) N 1 � C r77 C po :> (-n _r- ADVERTISEMENT FOR BIDS AF -3 2. 3. NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1 Envelope 2 Bid Bond Form of Proposal N U LD C7 spy nc lD U1 Z- I F- � NOTE TO BIDDERS NB - 1 FORM OF PROPOSAL SYCAMORE STREET IMPROVEMENTS LANGENBERG AVENUE TO US HIGHWAY 6 NOTICE TO BIDDERS: PLEASE DO NOT USE THE BID FORM INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL FORM ARE INCLUDED WITH THIS DOCUMENT. Name of Address of Bidder TO: City Clerk City of Iowa City - Civic Center 410 East Washington Street Iowa City, Iowa 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. 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. FORM OF PROPOSAL ti o O 6 �n U7 FP -1 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE DIVISION 1.1 1 - GENERAL CONSTRUCTION SURVEY FIELD OFFICE LS LS LS _ _ 1 _ 1 $ $ $ $. _ $ $ 1.2 1.3 MOBILIZATION 1 2 - EARTHWORK CLEARING AND GRUBBING PAVEMENT REMOVAL DRIVEWAY REMOVAL_ _ SIDEWALK REMOVAL _ REMOVAL OF EXISTING CURB (GRIND) REMOVAL OF EXISTING STRUCTURES _ TOPSOIL STRIPPING SALVAGING & SPREADING EXCAVATION CLASS 10 ROADWAY AND BORROW $ 5 DIVISION 2.1 2.2 2.3 $ $ LS 1 $ $ BY 9,554 $ $. BY 185 $ $ 2.4 _ _BY _ LF _ EA _ _ CY 229 $ 2.5 300 $ $ 2.6 11 $ 2.7 _ 3,096 _$ $ 2.8 _ CY 12,316 $ $ 2.9 SUBG_RADE TREATMENT, FLY ASH MODIFIED SUBBASE BY 17,607 $ $ 2.10 CY 3,075 $ DIVISION 3- TRENCH AND TRENCHLESS CONSTRUCTION 3.1 TRENCH FOUNDATION STABILIZATION MATERIAL DIVISION 4- SEWERS AND DRAINS _ _ 4.1 SEWER STORM, 151N. DIA. , RCP CLASS III TON 400 C7 `(_ LF 678 $ r 4.2 SEWER STORM 18 IN. DIA., RCP CLASS III LF 477 $ "' ro 4.3 SEWER STORM, 24 IN. DIA., RCP CLASS III LF LF LF 432 591 149 $ 4.4 SEWER STORM, 301N. DIA., RCP CLASS III SEWER STORM, 36 IN, DIA., RCP CLASS III SEWER STORM 421N. DIA, RCP CLASS III 4.5 4.6 $ LF 720 $ $ 4.7 SEWER STORM 221N. X 13.51N. ARCH 181N. EQU RCP CLASS III LF 32 $ 4.8 SEWER STORM, 28.51N. X 181N. ARCH 241N. EQUI , RCP CLASS III LF 86 $ $ S $ $ S S S $ $ 4.9 SEWER STORM, 36.25 IN. X 22.5 IN. ARCH 30 IN. EQUM, RCP CLASS III LF _ 58 2 1 3 1 5,225 48 6 $ $ $ $ $ $ $ $ 4.10 APRONS, CONCRETE, 181N. EQ. ARCH PIPE (28.5 IN. X 181N.) W/APRON GUAf EA EA EA EA LF EA EA 4.11 APRONS, CONCRETE 241N. DIA. W /APRON GUARD 4.12 APRONS, CONCRETE, 301N. DIA. , W /APRON GUARD APRONS, CONCRETE 301N. DIA. , REMOVE AND REINSTALL_ 4.13 4.14 SUBDRAIN AND FITTINGS, 61N. PVC TYPE 1 4.15 SUBDRAIN, CONNECTION TO EXISTING INTAKES OR STORM SEWER 4.16 SUBDRAIN CLEANOUTS 61N. PVC, TYPE A -1 4.17 STORM SEWER AND PIPE CULVERT REMOVAL LF 939 $ $ DIVISION 5 - WATER MAIN & APPURTENANCES 5.1 WATER MAIN, ADJUSTMENT HORIZONTAL EA 4 $ $ 5.2 WATER MAIN, ADJUSTMENT VERTICAL EA 2 $ $ 5.3 5.4 RELOCATE FIRE HYDRANT_. ADJUSTMENT OF FIXTURE HYDRANT ASSEMBLY ADJUSTMENT OF FIXTURE, VALVE BOX ASSEMBLY FIRE HYDRANT ASSEMBLIES EA 2 $ $ EA EA EA LF $ _ _ _a __ $ $ $ _ $ 5.5 _ 13 _ 1 96 5.6 5.7 WATER MAIN, DUCTILE IRON, 61N. 5.8 WATER MAIN DUCTILE IRON 81N. LF 106 $ $ 5.9 161N. X 61N, DUCTILE IRON TAPPING SLEEVE W/o IN. VALVE EA 1 $ $ FORM OF PROPOSAL FP -2 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 5.10 161N. X 81N. DUCTILE IRON TAPPING SLEEVE W/8 IN. VALVE WATER MAIN FITTINGS INSULATING EXISTING WATER MAIN WATER MAIN REMOVAL - STRUCTURES FOR SANITARY AND STORM SEWERS EA LES 1 $ $ $ $ _ 5.11 1,048 14 _ $ $ _ $ 5.12 EA 5.13 LF 201 $ DIVISION EA FA EA. EA $ - $ $ $ _ 6.1 6.2 STORM SEWER UTILITY ACCESS SW -401 601N. DIA. INTAKE, SW -508 INTAKE, SW -509 _ INTAKE, SW -510 1 6 $ 6.3 1 6.4 11 $ _ 6.5 INTAKE, SW 510 TOP AND INSERT ONLY INTAKE, SW -510 (MODIFIED) _ INTAKE, SW -512 _ INTAKE, SW-513 (TOP ONLY) INTAKE SW- 513REMPORARY)_ EA _ 2 $ _ $ $ $ $ $ 6.6 EA _ _ _ 5 3 $ _ 6.7 EA EA EA $ _ 6.8 3 6.9 _ 1 6.10 6.11 INTAKE RA -41 INTAKE RA -41 W/ RA -42 EXTENSION UNIT _ EA__ EA 7 $ 4 $ _ 6.12 ADJUSTMENT OF FIXTURE SANITARY SEWER MANHOLE _ EA 5 $_ $. DIVISION 7 - STREETS AND RELATED WORK 7.1 PAVEMENT STANDARD OR FORM P.C. CONCRETE CLASS C CLASS 3 DL BY _ 14,289 $ $ _ 7.2 7.3 _SLIP PAVEMENT, HMA, 61N. PAVEMENT, DETOUR CURB AND GUTTER PCC 2.5 FT DRIVEWAY, PCC 61N. TON BY 369 $ $ $_ 6,548 205. 382 $ cN.� 7.4 LF $ $ b _ 7.5 BY $ 7.6 SIDEWALK PCC 41N. _ SIDEWALK, PCC 61N. _ SIDEWALK PCC PEDESTRIAN CURB RAMP BY BY BY 1,836 $ 7.7 7.8 2,506 $ $w 205.1 638 _�r-i $� 7.9 _ DETECTABLE WAKING PANELS (CAST IRON) - SF .12 7.10 SURFACING, DRIVEWAY, CLASS CRUSHED STONE GRANULAR SURFACING ON ROAD CRUBHED STONE (TEMORARY)_ TON 52_ $ 7.11 TON 200 7.12 PCC PATCHES, FULL - DEPTH, BY AREA SY _ _ 1,622 $ $ 7.13 PCC PATCHES, FULL - DEPTH, BY COUNT EA 48 $ _ $ 7.14 _ CD BASKET ASSEMBLY (12 FT LENGTH) _ EA _ _ _ _60 $ 7.15 _ PCC PATCHES, PARTIAL- DEPTH, BY AREA _ _ SY 16 7.16 PCC PATCHES, CURB AND GUTTER LF 11_ 7.17 PCC PAVEMENT SURFACE REPAIR DIAMOND GRINDING BY 10 250 $ $ 8- TRAFFIC CONTROL, SIGNALS AND LIGHTING PAINTED PAVEMENT MARKINGS, WATERBORNE /SOLVENT PAINTED PAVEMENT MARKINGS. DURABLE _ 112.8_ DIVISION _ 8.1 6.2 STA STA _3 _$_ $ _ 140.39 $ _ _ 8.3 _ PAINTED SYMBOLS DURABLE EA_ 34 $ $ 8.4 TYPE A SIGNS SHEET ALUMINUM SF 143.5 $ _ $ 8.5 POSTS, STEEL LF _ 266 _ 1 $ $ _ 8.6 TRAFFIC CONTROL (335) _ LS _ 8.7 FLAGGERS _ DIVISION 8 - SITE WORK AND LANDSCAPING 9.1 (SEEDING, FERTILIZING, AND MULCHING TYPE 1, PERMANENT LAWN MIXTUR DAY 25 $ _ $ ACRE $ $ 3.05 FORM OF PROPOSAL FP-3 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 9.2 SEEDING, FERTILIZING, AND MULCHING TYPE 4, URBAN TEMPORARY EROSIC ACRE 3.05 $ $ $ 9.3 SILT FENCE LF _ EA _ 2,325 $ 9.4 INLET PROTECTION 16 _ 9.5 9.6 9.7 FILTER SOCKS LF 600 1 5 CONSTRUCTION EROSION CONTROL LS $ $ _ TREE PROTECTION _ REVETMENT, CLASS E FIELD FENCE, REMOVE AND REPLACE _ WOOD BOARD FENCE, REMOVE AND REINSTALL EA $ 9.8 TON 60 $ $ 9.9 LF 348 $ $ 9.10 LF 981 _ $ $ yt _ 9.11 CHAIN LINK FENCE, REMOVE AND REINSTALL CHAIN LINK FENCE 4 FT HIGH, TEMPORARY LANDSCAPING FEATURES, ADJUSTMENT OF FDCTURE LF LF _EA 151 9.12 965 9.13 1 9.14 30 -IN HIGH STEEL BIKE PATH OBSTRUCTION REMOVE AND REINSTALL EA _ SF EA 2 $ $ 9.15 MODULAR BLOCK RETAINING WALL RELOCATION OF MAILBOXES 280 9.16 3 TOTAL BASE BID OF ITEMS: $ H _ O d o UT .C'- - I 55�') F FORM OF PROPOSAL FP -4 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the Sycamore Street Improvements — Langenberg Avenue to US Highway 6. 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 performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid 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 day of . A.D., Witness Witness Principal By (Title) Surety By O 1 (Attorney -in -fact) (Attach Power -of Attorney) BB -1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City"), and ( "Contractor"). Whereas the City has prepared certain plans, specification forms for proposal and bid documents dated the day of 20_, for the Sycamore Street Improvements — Langenberg Avenue to US Highway 6, 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. 'Iowa Statewide Urban Specifications for Public Improvements Manual' C. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; o d. Plans; C7 0` e. Specifications and Supplementary Conditions; f. Advertisement for Bids; fir_... n� xy g. Note to Bidders; crt h. Performance and Payment Bond; Restriction on Non- Resident Bidding of Non - Federal -Aid Projects; j. Contract Compliance Program (Anti- Discrimination Requirements); k. Form of Proposal and Bid Documents 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. FORM OF AGREEMENT AG -1 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this day of OWNER: City of Iowa City ATTEST: Mayor CONTRACTOR: Lz- (Title) ATTEST: City Clerk (Company Official) APPROVED BY: City Attorney's Office �O , 7 e FORM OF AGREEMENT AG- 2 PERFORMANCE AND PAYMENT BOND (Here insert the name and address or legal title of the Principal, hereinafter called the Contractor and (Here insert the legal title of the Surety) J•� i/ LP 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 ($ ) 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 Sycamore Street Improvements — Langenberg Avenue to US Highway 6; 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 the City of Iowa City, 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 determination 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 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. PERFORMANCE AND PAYMENT BOND PB -1 C. The Contractor and Contractors 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 subcontractors, 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 IN THE PRESENCE OF: Witness Witness (Principal) (Title) `o N —° 0 (Surety) 171 F .o €7 (Title) (Address) PERFORMANCE AND PAYMENT BOND PB -2 City County Storm Water Discharge Associated With Industrial Activity For Construction Activities Project Project Number Certification Statement "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System ( NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co- permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the identified site. As a co- permittee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit." Name Type, Stamp or Print Legibly Title Company Name Address Telephone Number Signed By (president, vice - president, general partner of proprietor) STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITY Date O o aCy SW -1 Contract C Ginn pl lance Program CITY OF IOWA CITY N _O L.) O <r r, CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all 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 employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, 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. 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 .C,ity Cone section 2 -3 -1. CONTRACT COMPLIANCE CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program 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 CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 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 seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statem�jnt. 0 Where is this statement posted? �' 5- r A A° C z C7 -C N� -�• �rTJ rl 4. What is the name, telephone number and address of your business' Equop, Employment Opportunity Officer? (Please print) Phone number Address 5. 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. CONTRACT COMPLIANCE CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? 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 N _ O c : tii J s= u� 1� (sue CONTRACT COMPLIANCE CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post 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. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee htOdbooks, and advertising. ; 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER_ Designate an equal employment opportunity officer or, at minimum, assign someone the .i G 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 �n 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. CONTRACT COMPLIANCE CC -4 � r � '0!C City oP ork'4 0711� 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.. CONTRACT COMPLIANCE CC-5 N r� 15 �n ui CONTRACT COMPLIANCE CC-5 2 -3.1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2.3.1: Employment; Exceptions 2 -3.2: Public Accommodation; C7rc rr1 Exceptions 2 -3.3: Credit Transactions; Exceptions 2 -3-4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 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 training 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. C. It shall be unlawful for any employer, 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) 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 this 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- 897 Iowa City C7rc rr1 i C. It shall be unlawful for any employer, 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) 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 this 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- 897 Iowa City 2 -3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment 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. 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) 697 Iowa city 2 -y3 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) GENERAL CONDITIONS Division 1, General Requirements and Covenants of the Iowa Statewide Urban Specifications for Public Improvements Manual shall apply except as amended in the Supplementary Conditions. n -C iv (r' Ul n� f� GENERAL CONDITIONS GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION N S -1 Definitions S -2 Construction Stakes r S -3 Compliance with OSHA Regulations _ •��� `'' S f� S -4 Insurance ' S -5 Concerning Subcontractors, Suppliers and Others S -6 Work on Sundays or Legal Holidays S -7 Supervision and Superintendence ui S -8 Employment Practices S -9 Contract Compliance Program (Anti - Discrimination Requirements) S -10 Measurement and Payment S -11 Taxes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 1 of the Iowa Statewide Urban Specifications for Public Improvements Manual, 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 section 1010 of the Iowa Statewide Urban Specifications for Public Improvements Manual: "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 2009, as amended. S -2 CONSTRUCTION STAKES. Replace item B of section 1050, paragraph 1.10 of the Iowa Statewide Urban Specifications for Public Improvements Manual with the following: SUPPLEMENTAL REGULATIONS SC -1 c� yy i 04 i The Contractor shall be responsible for providing construction staking for the'.project. Survey stakes (including control points) inadvertently disturbed or removed during the course of construction shall be replaced at the contractor's expense. u S -3 COMPLIANCE WITH OSHA REGULATIONS. Add the following to section 1070, paragraph 2.02 of the Iowa Statewide Urban Specifications for Public Improvements Manual: 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 -4 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 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. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the 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 SUPPLEMENTAL REGULATIONS SC - 2 Bodily Injury & Property Damage $1,000 Excess Liability $1,000,000 $1,000000• Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and V�ritlt rgrgynd 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 Contractors 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: a. If the Contractor changes insurance carriers, or if Contractors insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractors insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during 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. SUPPLEMENTAL REGULATIONS Sc - 3 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. N 7. In the event that any of the policies or insurance coverage identified -on Cbritractor's Certificate of Insurance are canceled or modified, the City may in it "iscretign eithe55 suspend Contractor's operations or activities under this Contract, or_`.tprnitpate IN' Contract, and withhold payment for work performed on the Contract. < N r C. HOLD HARMLESS -' _a 1. The Contractor shall indemnify, defend and hold harmless the City ofJbwa City and its officers, employees, and agents from any and all liability, loss, cost, daniege, 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. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to section 1080, paragraph 1.01 of the Iowa Statewide Urban Specifications for Public Improvements Manual: 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. SUPPLEMENTAL REGULATIONS SC - 4 If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 WORK ON SUNDAYS OR LEGAL HOLIDAYS. Amend section 1080, paragraph 1.07 of the Iowa Statewide Urban Specifications for Public Improvements Manual as follows: 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 -7 SUPERVISION AND SUPERINTENDENCE. Add the following to section 1080, paragraph 1.10 of the Iowa Statewide Urban Specifications for Public Improvements Manual: CONTRACTOR shall maintain a qualified and responsible person avai4p -,24 hours -pel day, seven days per week to respond to emergencies which may dceUri after how's. CONTRACTOR shall provide to ENGINEER the phone number and /or pagtgg'seryi�e of this individual. S -8 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose Asical 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. S -9 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 Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the Iowa Statewide Urban Specifications for Public Improvements Manual. SUPPLEMENTAL REGULATIONS SC-5 S -11 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in section 1090, paragraph 1.07 of the Iowa Statewide Urban Specifications for Public Improvements Manual. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. S -12 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note: that these requirements involve only highway projects not funded with Federal monies. SUPPLEMENTAL REGULATIONS SC -6 C7 �� SUPPLEMENTAL REGULATIONS SC -6 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /her contractors and subcontractors at the work site until the project is completed. 1 hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS 1 ti o� R -1 SECTION 01010 SUMMARY OF WORK PART1 GENERAL General description, not all inclusive: Phase 1— Outfall Pipe and Detour Pavement Construction 1. Install storm sewer pipe crossings as indicated on plan sheets J.03 —J.04, �n r 2. Construct detour pavement along the east side of Sycamore St from the City Corporate limits to approximately 125 ft south of Burns Ave. 3. Extend existing storm sewer pipe and install granular surfacing at Terrapin Dr. and Russell Dr. temporary connection. Phase 2 — Permanent Improvements 1. Close Langenberg Ave., Terrapin Dr., & Wetherby Dr.. at Sycamore St. and switch traffic on to the detour pavement. Access to adjoining subdivisions shall be maintained thru Dickenson Ln., Lakeside Dr. and Burns Ave. intersections. 2. Install storm sewer and longitudinal subdrain 3. Grade and pave the western portion of Sycamore Street including the following connecting side streets: Langenberg Ave., Terrapin Dr., and Wetherby Dr. 4. Construct temporary pavement wedges for the connection of the proposed pavement to the detour pavement at the Langenberg Ave. and Terrapin Dr. intersections. 5. Open Langenberg Ave. and Terrapin Dr. to thru traffic and close the Sycamore St. / Dickenson Ln. Intersection. 6. Grade and pave Dickenson Ln. and the remaining western portion of Sycamore St. 7. Construct the permanent HMA Transition (Sta. 104 +57.50 to Sta. 107 +70). 8. Open Dickenson Ln., close Lakeside Dr. and switch traffic from the detour pavement to previously constructed western portion of Sycamore Street. 9. Grade and pave Lakeside Dr. and the eastern portion of Sycamore St. (to the termination of the intersection radius returns). 10, Open Lakeside Dr. to thru traffic and remove detour pavement. 11. Install the remaining storm sewer and longitudinal subdrains. 12. Grade and pave the eastern portion of Sycamore St. 01010-1 Phase 3 — Permanent Traffic Control and Site Restoration 1. Finish grade and permanent seed all disturbed areas within the project limits. 2. Install durable pavement markings and permanent traffic signing. 3. Remove all temporary traffic control and open to thru traffic. Phase 4 — Patching and Surface Restoration (Burns Ave to US Hwy 6) 1. Install lane closures as outlined on Iowa DOT Standard Road Plan TC -419. One lane of traffic in either direction shall be maintained at all times. 2. Perform pavement patching and sidewalk improvements. 3. Diamond grind existing pavement surface (Sta. 134 +63 to Sta. 156 +60) 4. Install durable pavement markings and permanent traffic signing. 5. Remove all temporary traffic control and open to thru traffic END OF SECTION 01010 07 w 01010-2 SECTION 01025 MEASUREMENT AND PAYMENT PART 1GENERAL 1.01 SUMMARY: 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 PAYMENT.• 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 may be 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. PART2- PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 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 at the time of next monthly payment or 30 days after the project is accepted by the City Council, which ever is sooner. This is provided that no claims against the project have been filed within 30 days of project acceptance. Chapter 38 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 / 11 �4.. kn �n 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 PAYMENT.• 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 may be 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. PART2- PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 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 at the time of next monthly payment or 30 days after the project is accepted by the City Council, which ever is sooner. This is provided that no claims against the project have been filed within 30 days of project acceptance. Chapter 38 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: 4n C >. .. Division 1— General 1.1 Construction Staking (LS) — This item will be measured and paid for at the lump sum contract price. This payment shall be full compensation for the survey work required for the project including the staking of all permanent utility and temporary construction easements. Partial payments will be based on the estimate of survey work completed. Final payment will be made at the time the survey books are submitted to the Engineer. 1.2 Field Office (LS) — This item will be measured and paid for at the lump sum contract price. This payment shall be considered full compensation for the supply and delivery of an on -site field office that meets the requirements outlined in section 2520 of the Iowa Department of Transportation Standard Specifications. Field office shall remain on site until completion of the project, or as otherwise directed by the Engineer. 1.3 Mobilization (LS) - Mobilization shall consist of preparatory work and 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 and insurance; and for the establishment of all offices, buildings, and other facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall include demobilization costs. Nothing herein shall be construed to limit or preclude partial payments otherwise provided for by the contract. The proposal will have a lump sum item for Mobilization. The bidder will indicate his bid price in dollars, and this will be the contract price for this item. 1. Partial Payments. a. The Mobilization pay item shall not exceed five (5) percent of total construction costs. b. 50 percent of the original contract price for this item may be paid in the first payment application. The remainder of this item may be paid in the second and third payments (25 percent each). c. Payment for mobilization will not be made until a construction schedule and construction erosion control plan are submitted and approved. 2. Full Payment. Upon completion of all work on the project required by the contract, full payment will be made for this contract item, including any amount not paid as a partial payment. Division 2 — Earthwork 2.1 Clearing and Grubbing (LS) — This item will be measured and paid for at the lump sum contract price. This payment shall include 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 construction limits as directed by the Engineer. There will be no burning or burying allowed on the site. Wood chips shall be hauled off site. Partial payments will be based on the 01025 ��A estimate of Clearing and Grubbing Completed. 2.2 Pavement Removal (SY) " `n OA 2.3 Driveway Removal (SY) 2.4 Sidewalk Removal (SY) The unit price for this item includes removal and disposal of Portland Cement Concrete, asphalt, and seal coat pavements. Saw cuts, hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 2.5 Removal of Existing Curb - Grind (LF) — The unit price shall be considered full compensation for furnishing all equipment, materials and labor to remove and properly dispose of the existing curb by grinding. Curb removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 2.6 Removal of Existing Structures (EACH) - The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove and dispose of existing structures as identified in the contract documents. 2.7 Topsoil, Strip, Salvage & Spreading (CY) — Refer to current version of the Iowa Statewide Urban Specifications for Public Improvements Manual. Payment will be based on plan quantity. Offsite disposal of excess material will not be paid for separately, but shall be considered incidental to this item. 2.8 Excavation, Class 10, Roadway and Borrow (CY) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for roadway and borrow excavation. This item will be paid based on the plan quantity of cubic yards of excavation. Work includes all excavation from the existing ground surface to the subgrade for the pavement, and excavation for borrow where so ordered; excavation for shoulders, slopes, open channel ditches, and intersections all in conformity with alignment grades and prescribed cross - sections above the finish grade; and removal and disposal of all materials, except materials or items for which direct payment is otherwise provided. This item also includes all work required to bring the roadway to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris. The removal of all obstructions within the limits of the project, including foreslopes and backslopes shall be included in this item. Offsite disposal of excess material will not be paid for separately, but shall be considered incidental to this item. There will be no payment for overhaul. 2.9 Subgrade Treatment, Fly Ash (SY) — Refer to Project Supplemental Specification. The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the treatment of subgrade with fly ash in accordance with the contract documents. 01025-3 d 2.10 Modified Subbase (CY) - The unit price shall be full compensatiorifbrTurnishing all materials, labor and equipment necessary for placement of (the modified subbase to the depth as specified. Included with this item is all work requt)ed supply, placement of specified material, finish grading and compaction of surface to required elevation. The special compaction of subgrade, as shown on the typical sections found in section B of the plans, shall be considered incidental to this item. The modified subbase material shall meet the requirements of Sections 2115, and 4123 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction and as indicated in the estimate reference information. Division 3 — Trench and Trenchless Construction 3.1 Trench Foundation Stabilization Material (TON) — Refer to current version of the Iowa Statewide Urban Specifications for Public Improvements Manual. Payment shall be based upon the amount of material placed as indicated on the delivery tickets and as approved by the Engineer. Division 4 — Sewers and Drains 4.1 -4.6 Sewer, Storm, RCP Class III, 15, 18, 24, 30, 36, 42 in. Dia. (LF) — The unit price shall be full compensation for furnishing all materials and labor for installing storm sewer pipe and appurtenances of the given type and diameter. Item includes trench excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. The length of pipe installed shall be measured along centerline of pipe from inside wall to inside wall of structures. Pipe joints shall be bell & spigot with a rubber compression gasket joint conforming to ASTM C443, as specified. 4.7 -4.9 Sewer, Storm, RCP Class III, 18, 24, 30 in. Dia. Equiv. Arch (LF) — The unit price shall be full compensation for furnishing all materials and labor for installing storm sewer pipe and appurtenances of the given type and diameter. Item includes trench excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. The length of pipe installed shall be measured along centerline of pipe from inside wall to inside wall of structures. Pipe joints shall be sealed with an approved mastic material and wrapped with 24 inches (minimum) approved filter fabric, as specified. 4.10 -4.12 Aprons, Concrete, 18 (equivalent arch), 24, 30 in. Dia. (EACH) — The unit price shall be full compensation for furnishing all materials and labor for installation of pipe aprons and appurtenances of the given type including excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. Also includes apron toe wall, pipe connectors and apron guards as detailed on plans. 4.13 Aprons, Concrete, 30 in. Dia., Remove and Reinstall (EACH) — The unit price shall include all equipment, labor and materials (including concrete footing) 01025-4 necessary to remove and reinstall the concrete apron a% "indicated on .ft contract documents. Measurement will be based on concrete;apro�s p }perlk u� 4.14 Subdrain and fittings, 6 in. Dia., Corrugated PVC — Type 1 (LFf ,The unit ,pric ) shall be full compensation for furnishing all materials and labor Jor installing subdrain of the given type and diameter with appurtenances. Includes trench excavation, disposal of excess excavated material, furnishing and placing ffwgs, elbows, tees, grouted joints, special connections, furnishing and placing porous bedding, backfill and finishing the surface as directed by the Engineer. Pipe and fittings shall be Polyvinyl Chloride (PVC) corrugated pipe manufactured by Contech Construction Products, Model: A -2000, Advanced Drainage Systems, Model: ADS N -12 or Hancor, Model: HI -Q as specified. 4.15 Subdrain, Connection to Intakes or Storm Sewer (EACH) — This item includes all labor, equipment, tools, materials, excavation, backfilling, compaction, rodent guards, grout, saddles and all other miscellaneous work as necessary to connect the subdrain to intakes or storm sewer. Measurement will be based upon the number of proper connections to intakes or storm sewer. 4.16 Subdrain, Cleanouts, 6 in. PVC, Type A -1 (EACH) — The unit price shall be full compensation for installing subdrain ceanouts as detailed in section B of the project plans. Includes trench excavation, disposal of excess material, pvc bends, pvc riser pipe, casting, Portland Cement Concrete Pad, reinforcing, furnishing and placing of porous bedding, backfilling and finishing the surface as directed by the Engineer. 4.17 Storm Sewer and Pipe Culvert Removal (LF) - This unit price for this item includes removal and disposal of existing storm sewer pipe as required for construction of the project. Removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or directed by the Engineer. Division 5 — Water main and Appurtenances 5.1 Water main, Adjustment - Horizontal (EACH) 5.2 Water main, Adjustment - Vertical (EACH) Unit price includes all fittings, water main pipe, harnesses, stainless steel tie rods w/ ss nuts, polyethylene encasement, tracer wire, thrust blocking; removal and disposal of existing water main pipe and appurtenances, excavation, dewatering, granular bedding and granular trench backfill as necessary to adjust the existing water main as directed by the Engineer. Measurement will be based upon the number of horizontal and vertical water main adjustments completed. 5.3 Hydrant Assembly Relocation (EACH) - The unit price shall be full compensation for furnishing all materials and labor for relocation of a fire hydrant, as indicated on the plans and in these specifications. Item includes all appurtenances, bedding, concrete blocking, piping from the main to the hydrant, tie rods, bolts, and any extensions if required.. 01025-5 5.4 Adjustment of Fixture, Hydrant Assembly (EACH) `o 5.5 Adjustment of Fixture, Valve Box Assembly (EACH) The unit price shall be full compensation for furnishing all material §y.,equiprYtant and labor for adjustment of hydrant and valve box assemblies, as indicated on the plans and in these specifications. Item includes all required appurtenances, bedding, backfill, tie rods, bolts and any extensions if required. 5.6 Fire Hydrant Assemblies (EACH) - The unit price shall be full compensation for furnishing all materials and labor for installing hydrants and appurtenances as detailed on the plans. Includes bedding, concrete blocking, piping from the main to the hydrant, tie rods, bolts, tee, isolation valve and valve box, tracer wire, tracer wire terminal box, polyethylene sheeting /encasement and any extensions if required. 5.7 Water Main, Ductile Iron, 6 in. (LF) 5.8 Water Main, Ductile Iron, 8 in. (LF) The unit price shall be full compensation for furnishing all materials and labor for installing water main pipe and appurtenances of the given type and diameter. Includes trench excavation, sheeting and shoring, dewatering, bedding, backfill, compacting, gaskets, bolts, polyethylene encasement, tracer wire and other miscellaneous related work including testing. Also includes restrained joint pipe as specified on plans. 5.9 16 in x 6 in Ductile Iron Tapping Sleeve w/ 6 in. valve (EACH) 5.10 16 in x 8 in Ductile Iron Tapping Sleeve w/ 8 in. valve (EACH) The unit price shall be full compensation for furnishing all materials and labor for installing tapping sleeve & valve and appurtenances of given type and size. Item includes bedding, concrete blocking, gland rings, gaskets, tie rods, bolts, valve box and lid, and extension if required. 5.11 Water Main Fittings (LBS) — The unit price shall be full compensation for furnishing all materials and labor for installing water main fittings and appurtenances of give type and size. Gaskets, gland rings and bolts are not included in the weight and are considered incidental to the fitting. The weight of a fitting is defined by the specified weight of the AWWA C110/C153 fitting or manufacturers equivalent standard. 5.12 Insulating Existing Water Main (EACH) - The unit price shall be full compensation for furnishing all materials, equipment and labor for insulating the existing water main in accordance with the contract documents. 5.13 Water main Removal (LF) - This unit price for this item includes removal and disposal of existing water main pipe as required for construction of the project. Removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or directed by the Engineer. Division 6 — Structures for Sanitary and Storm Sewers 6.1 Storm Sewer Utility Access, SW -401, 60 in. dia. (EACH) - The unit price shall be full compensation for furnishing all materials and labor for constructing manholes of the given type including casting frame and lid, concrete fillet, 01025-6 excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. 6.2 Intake, SW -508 (EACH) 3 6.3 Intake, SW -509 (EACH) ` 6.4 Intake, SW -510 (EACH) c� 6.5 Intake, SW -510, Top and Insert Only (EACH) 6.6 Intake, SW -510, Modified (EACH) 6.7 Intake, SW -512 (EACH) 6.8 Intake, SW -513, Top Only (EACH) � F4 6.9 Intake, SW -513, Temporary (EACH) 6.10 Intake, RA -41 (EACH) 6.11 Intake, RA -41 w/ RA -42 Extension Unit (EACH) The unit price shall be full compensation for furnishing all materials and labor for constructing intakes of the given type including casting frame and lid, concrete fillet, excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and all other miscellaneous related work. 6.12 Adjustment of Fixture, Sanitary Sewer Manhole (EACH) - The unit price shall be full compensation for furnishing all materials and labor to complete the work as indicated on the plans and in these specifications. Item includes replacement of frame and lid as specified on the plans. Division 7 — Streets and Related Work 7.1 Pavement, Standard or Slip -Form PCC Class C, Class 3 Durability, 9 in. (SY) The unit price shall be full compensation for furnishing material and labor for mix design, supplying to site, testing, preparing base, forming and reinforcement, placing with integral curb & gutter, floating and finishing, curing, jointing and joint sealing. Included with this item are all materials, labor, and equipment to determine pavement smoothness for mainline pavement and provide for surface correction, as specified. Contractor may use the maturity method of testing to determine the strength of Portland Cement Concrete, as specified. 7.2 Pavement, HMA, 6 in. (TON) — The unit price shall be full compensation for furnishing materials, labor, and equipment necessary for sampling and testing, supplying to the site, preparing base, placement, compaction, and removal of excess material. Includes mix design, asphalt cement, primer and tack coat. The asphalt cement concrete mixture shall be a base course '/" mix with a performance graded asphalt binder, PG 64 -22. The mix shall also meet the requirements of Section 7020 of the Iowa Statewide Urban Specifications for Public Improvements Manual, as specified. 7.3 Pavement, Detour (SY) — The unit price shall be full compensation for furnishing all materials, equipment, and labor as necessary for the construction, maintenance, repair and removal of the detour pavement in accordance with the contract documents. Excavation, grading and full depth removal and disposal of the detour pavement will not be paid for separately, but shall be considered incidental to this item. 01025-7 'o i 7.4 Curb & Gutter, PCC, 2.5 Ft. (LF) — The unit price shall be full compensation tczr furnishing all materials, labor and equipment necessary for placement of the Portland Cement Concrete curb and gutter at specified widths and thickness. Included with this item are mix design, excavation required for placement of curb and gutter, forming and reinforcement, supply, placement and finishing of concrete, curing, jointing and joint sealing, and backfilling. 7.5 Drives, PCC, 6 in. (SY) — The unit price shall be full compensation for furnishing material and labor for mix design, supplying to site, testing, preparing base, forming and reinforcement, placing, floating and finishing, curing, jointing and joint sealing. 7.6 Sidewalk, PCC, 4 in. (SY) 7.7 Sidewalk, PCC, 6 in. (SY) The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the Portland Cement Concrete sidewalk to the depth as specified. Included with this item are the mix design, subgrade preparation and compaction, subgrade treatments, forming, jointing and backfilling at form lines. Integral curbs shown on the back of the sidewalk common panels (within the Sycamore Street Rehabilitation Section - refer to H Sheets) will not be paid for separately, but shall be considered incidental to the sidewalk, PCC, 4 in. item. 7.8 Sidewalk, PCC Pedestrian Curb Ramp (SY) — The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the PCC pedestrian curb ramp to the depth as specified. Included with this item are the mix design, subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps and truncated domes, curing, jointing, and backfilling at form lines. 7.9 Detectable Warning Panels — Cast Iron (SF) — The unit price shall be full compensation for furnishing and installing cast iron detectable warning panels in accordance with the contract documents. 7.10 Surfacing, Driveway, Class A Crushed Stone (TON) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the class 'A' road stone. Includes excavation to grade, subgrade preparation and compaction, supply and placement of specified rock, finish grading and compaction of surface. The driveway surfacing material shall meet the requirements of Section 4120.04; of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. 7.11 Granular Surfacing on Road, Crushed Stone, Temporary (TON) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the installation of granular surfacing (temporary) in accordance with the contract documents. Contractor shall obtain approval from the Project Engineer prior to placement. 01025-8 Granular surfacing on road, crushed stone (temporary) shall meet the requirements of Section 4120.04 (Class A); of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Conduction. Ca 7.12 PCC Patches, Full- Depth, By Area (SY) L? -:v 7.13 PCC Patches, Full- Depth, By Count (EACH) -zz 'a 7.14 CD Basket Assembly, 12 ft Length (EACH) 7.15 PCC Patches, Partial- Depth, By Area (SY) 7.16 PCC Patches, Curb and Gutter (LF) The unit price shall be full compensation for furnishing all materials, 18bor an equipment necessary for placement of the Portland Cement Concrete patching to the depth as specified in the contract documents. Included with theyiatching items are removal and proper disposal of existing pavements, mix design, excavation required for placement, forming and reinforcement, supply, placement and finishing of concrete, curing, jointing and joint sealing, and backfilling. Any pavement that is outside of the identified patching locations that is damaged shall be replaced at the contractors expense. 7.17 PCC Pavement Surface Repair, Diamond Grinding (SY) — Refer to current version of the Iowa Statewide Urban Specifications for Public Improvements Manual. Offsite disposal of all slurry material resulting from grinding activities will not be paid for separately, but shall be considered incidental to this item. Division 8 — Traffic Control, Signals and Lighting 8.1 Painted Pavement Markings, Waterborne / Solvent, (STA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to install painted pavement markings as indicated on the traffic control and staging sheets (J Sheets). This item includes prep work, layout, supply and placement of paint and glass beads. Measurement will be based upon a 4 -inch wide line (Refer to 'C' Sheets for tabulations). 8.2 Painted Pavement Markings, Durable, (STA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to install durable pavement markings as recommended by the manufacturer. This item includes prep work, layout, supply and placement of durable paint and glass beads. Measurement will be based upon a 4 -inch wide line (Refer to 'C' Sheets for tabulations). Durable pavement markings shall be in accordance to the Iowa Department of Transportation Materials IM 483.04 and Standard Specification 2527. 8.3 Painted Pavement Symbols, Durable, (EACH) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to install durable painted symbols as recommended by the manufacturer. This item includes prep work, layout, supply and placement of durable paint and glass beads (Refer to 'C' Sheets for tabulations). Durable pavement symbols shall be in accordance to the Iowa Department of Transportation Materials IM 483.04 and Standard Specification 2527. 01025-9 8.4 Type A Signs, Sheet Aluminum (SF) — The unit price shall be full compensation for furnishing all materials (excluding mounting hardware), labor and equipment necessary to install type A signs as shown on the project plans. Sign mounting hardware (rivets and washers) will be supplied by the City of Iowa City Streets Department. 8,5 Posts, Steel (EACH) — The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to install steel posts for type A signs. This item includes post anchor bases and all necessary hardware (nuts, bolds, etc.) for sign installation. 8.6 Traffic Control (LS) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to control traffic during construction. This item includes furnishing, installing, maintaining, moving, and relocating all traffic control devices including barricades, drums, lights, standard signs, flaggers, and uniformed officers. Partial payment for traffic control will be based on the estimated percentage of work completed at the time of submittal of the application for payment. Final payment will be made upon completion of all work on the project required by the contract; full payment will be made for this contract item, including any amount not paid as a partial payment. 8.7 Flaggers (DAY) — Item shall be measured and paid for in accordance with Section 2528 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. Use of flaggers shall be approved by the Project Engineer. Division 9 — Site Work and Landscaping 9.1 Seeding, Fertilizing, and Mulching Type 1, Permanent Lawn Mixture - Hydraulic Seeding (ACRE) — The unit price shall be full compensation for furnishing all materials and labor for seeding, fertilizing & mulching of given type. Includes preparation of topsoil, grading, preparing and scarifying substrate surface, seeding, mulch, fertilizer, watering and maintenance as specified, including a one -year guarantee. This item will be paid based on the plan quantity of acres of seeding, fertilizing & mulching. This item shall be utilized as permanent erosion control following completion of construction activities. 9.2 Seeding, Fertilizing, and Mulching Type 4, Temporary Erosion Control Mixture - Hydraulic Seeding (ACRE) — The unit price shall be full compensation for furnishing all materials and labor for seeding, fertilizing & mulching of given type. This item includes preparation of topsoil, grading, preparing and scarifying substrate surface, seeding, mulch, fertilizer, watering and maintenance as specified. This item shall be utilized as temporary erosion control when outside v1 of the permanent seeding dates or as directed by the Project Engineer.... AU 01025-10 �� o mod;, 9.3 Silt Fence (LF) �a�'• €' 9.4 Inlet Protection (LF) 9.5 Filter Socks (LF) is ' The unit price shall be full compensation for furnishing all materials, equip r' 6t, and labor for installation in accordance with Section 9040 of the Iowa Statewide Urban Specifications for Public Improvements Manual. Included in this item is the removal and disposal once stabilization of all disturbed ground is achieved. 9.6 Construction Erosion Control (LS) — The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to maintain erosion control during construction. Includes plan preparation, and all additional pollution control measures above and beyond other bid items listed that will be constructed and maintained by the Contractor based on the Contractor's Storm Water Pollution Prevention Plan. Contractor shall submit a detailed Storm Water Pollution Prevention Plan for approval by the Engineer, prior to commencement of construction activities. Reference shall be made to 'Iowa Construction Site Erosion Control Manual' for guidelines and procedures in reducing and preventing erosion. Partial payment for construction erosion control will be based on the estimated percentage of work completed at the time of submittal of the application for payment. Final payment will be made upon completion of all work on the project required by the contract; full payment will be made for this contract item, including any amount not paid as a partial payment. 9.7 Tree Protection (EACH) - The unit price shall be full compensation for furnishing all materials and labor for installation and maintenance of tree protection as shown on the plans. Item includes posts, orange mesh fencing, accessories, attachments and installation. Also includes removal of tree protection upon completion of the project. 9.8 Revetment, Class E (TON) - The unit price shall be full compensation for furnishing all materials and labor for installing revetment stone as shown on the plans. The stone shall be placed on engineering fabric (incidental to item). Also included is subgrade preparation and shaping, and provisions to keep rock from being contaminated with soil during subsequent construction activities. 9.9 Field Fence, Remove and Replace (LF) - The unit price shall be full compensation for furnishing all materials and labor for removal and replacement of field fence as indicated on the project plans. Item includes proper disposal of existing fence, posts, brace panels & wires, fabric, splices, accessories, attachments and installation. The amount of fence to be removed and replaced shall be approved by the Engineer prior to the work. The field fence shall meet the requirements of Section 2519 and Section 4154, of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, as specified. 01025-11 9.10 Wood Board Fence, Remove and Reinstall (LF) 9.11 Chain Link Fence, Remove and Reinstall (LF) The unit price shall be full compensation for furnishing all materials and labor for removal and reinstallation existing fence as shown on the plans. Item includes replacement of existing materials, as necessary, for reinstallation of existing fence to previous or better condition. If necessary, the Contractor shall provide new fence materials at no additional cost to the project. The amount of fence to be removed shall be approved by the Engineer prior to the work. 9.12 Chain Link Fence 4 ft High, Temporary (EACH) — The unit price shall be full compensation for furnishing all materials and labor for installation and maintenance of the temporary 4 ft chain link fence as shown on the plans. Item includes concrete, posts, fence fabric, wire, fasteners, accessories, attachments, and installation. Also includes removal and proper disposal of fencing upon completion of the improvements. 9.13 Landscaping Features, Adjustment of Fixture (EACH) — The unit price shall include all equipment, labor, materials, and watering needed to remove and reinstall the existing landscape features as indicated on the project plans. Measurement will be based on the number of landscaping features satisfactorily adjusted. All damaged landscaping materials resulting from construction activities shall be replaced at the contactors expense. 9.14 30 -inch High Steel Bike Path Obstruction, Remove and Reinstall (EACH) — The unit price shall include all equipment, labor and materials necessary for the removal and reinstallation of existing 30 -inch high steel bike path obstruction as indicated on the contract documents. Includes footing, reinforcing, anchor bolts and all other material necessary to install the obstruction to its original condition. 9.15 Modular Block Retaining Wall (SF) -The unit price shall be full compensation for furnishing all materials and labor for installation of the modular block retaining wall, as detailed on the plans. 9.16 Relocation of Mailboxes (EACH) - The unit price shall be full compensation for furnishing all materials and labor for relocation of the mailboxes (including temporary relocation), as shown on the plans. Item also includes installation of new posts of the same type and size as the existing posts. END OF SECTION 01025 01025- 12 •�� ; '� 01025- 12 N O 4� SECTION 01090 REFERENCE STANDARDS `rri �= cn PART 1GENERAL 1.01 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications ([DOT) and current Supplemental Specifications 5. American National Standards Institute (ANSI). 6. American Water Works Association (AWWA). 7. American Welding Society (AWS). 8. Federal Specifications (FS). 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 01090-1 11. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The Contractor is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART2- PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01090 01090-2 l `• /\ � 4 SECTION 01310 PROGRESS AND SCHEDULES 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 wee�tlrtervals throughout the project. rj PART 2- PRODUCTS i "l -� N �•�. None. PART 3- EXECUTION Lo -- cn 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Project Completion Date and Final Payment 1. Work will be limited to the specified completion date. The specified start date is May 24h, 2010. Liquidated damages will be assessed to the Contractor for all work beyond March 31", 2011 including Saturdays and Sundays. B. Dates for Milestones 1. In addition to the final completion date, there are milestones by which certain work items must be completed. Milestonel: Completion of Phase 2, August 13, 2010 Stage 4A — Lakeside Drive Intersection (Including sidewalks) 01310-1 Milestone 2: Completion of Phases 1 - 4 November� 1;r1oi Excluding final seeding C. Liquidated Damages 1. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed wittfin the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $800 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. 2. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Milestone Work is not completed by the Milestone dates specified in paragraph 3.026 above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Milestone Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $800 for each day that expires after the time specified in paragraph 3.026 until the Milestone Work is complete. 3. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. D. 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. F. 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 residences shall be maintained at all times. G. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub - phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. H. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 01310 -2 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. END OF SECTION 01310 N r7 N ��^• 01310-3 d t SECTION 01570 j't •P TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 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. PART2- PRODUCTS 2.01 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 Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 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. END OF SECTION 01570 ,vim o, . � v 01570-2 SECTION 02660 WATER DISTRIBUTION PART 1- GENERAL 1.01 SUMMARY: O �Y Cn A. Furnish, install and test water distribution system as indicated and specified. 1.02 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a * ** shall be kept on the site, readily available and accessible to the Engineer during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15 %. B. City of Iowa City Water Division 1. Reference Manual C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI /AWWA- C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI /AWWA- C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI /AWWA- C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI /AWWA- Cl 11/A21.11: Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI /AWWA- C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI /AWWA- C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSI /AWWA- C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 8. ANSI /AWWA C502: Dry- Barrel Fire Hydrants 02660 -1 9. ANSI /AWWA C504: Rubber - Seated Butterfly Valves 10. AWWA C509: Resilient- Seated Gate Valves for Water Supply Service. 11. ANSI /AWWA C510 Double Check Valve Backflow- Prevention Assembly 12. ANSI /AWWA C511 Reduced - Pressure Principal Backflow- Prevention Assembly 13. ANSI /AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI /AWWA C600 * * *: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI /AWWA C651 * * *: Disinfecting Water Mains 16. ANSI /AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 12 -inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23 * * *: PVC Pipe- Design and Installation 2. AWWA Manual M17 * * *: Installation, Field Testing, and Maintenance_ of Fire Hydrants E. American Society for Testing Materials: n ,� 1. ASTM D2241 _fin d F. Manufacturers Standardization Society: 1q <n 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni -Bell PVC Pipe Association: 1. UNI- B -3 -88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4 -36 inch) complying with AWWA Standard C -900 or C -905. 1.03 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. 02660 -2 C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. D. Manufacturer's Literature: 1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories. 2. Brochures and technical data and coatings and linings and proposed method of application. E. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. 1.04 QUALITY ASSURANCE: A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.05 TIME. A. Time is of the essence for water main construction work. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water 02660 -3 r�o r O o• Pi B. Shop and Working Drawings: w 1. Pipe layout with valves, fittings and hydrants shown 1 - 2. Valves 3. Hydrants h' 4. Fittings 5. Bolts 6. Joints 7. Tapping sleeves, couplings, and special piping materials. 8. Polyethylene 9. Thrust block designs and details 10. Special backfill C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. D. Manufacturer's Literature: 1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories. 2. Brochures and technical data and coatings and linings and proposed method of application. E. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. 1.04 QUALITY ASSURANCE: A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.05 TIME. A. Time is of the essence for water main construction work. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water 02660 -3 Division at 356 -5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. PART 2- PRODUCTS 2.01 All products used for this work shall be from the list of "Accepted Products for Water Distribution Materials" contained in the Iowa City Water Division Reference Manual and found in Appendix A. If there is a discrepancy between the Iowa City Water Division Reference Manual and Appendix A, the Iowa City Water Division Reference Manual prevails. ^ 0 2.02 DUCTILE -IRON PIPE. _ +� A. Thickness design shall conform to ANSI /AWWA C150/A21.50.� w m" B. Manufacture shall conform to ANSI /AWWA C151/A21.51. E_, 7' = lY in C. Thickness for direct bury piping, unless otherwise indicated or spbcifiedIishall be class 52. D. Thickness for pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. E. Cement mortar lining shall conform to ANSI/AWWA C104/A21.4. 2.03 DUCTILE -IRON PIPE JOINTS: A. Single rubber - gasket push -on joints or mechanical joints conforming to ANSI /AWWA C111/A21.11. Furnish with all necessary hardware and gaskets. B. Bell- and - spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. C. For bolted /restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal. (Class 53) D. For unbolted /restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal. (Class 53) E. Do not use drilled & tapped retainer glands. 02660 -4 F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.04 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI /AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile -iron pipe. PVC pipe materials are only allowed in sizes 6 to 10 inch diameter. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall not be used around cul -de -sacs or other small radius curves. 2.05 FITTINGS: A. All fittings shall conform to ANSI /AWWA C1101A21.10, with pressure rating of Class 350 for 3" to 24 ". B. Mechanical -joint fittings shall be ductile iron compact ANSI /AWWA C153/A21.53 or ductile standard ANSI /AWWA C110/A21.10. Large fittings, 12 -inch through 20- inch shall be ductile iron standard ANSI /AWWA C1 10/A21.10. Swivel tees shall be ductile iron standard ANSI /AWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI /AWWA C110/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. ;J 2.06 VALVES & VALVE BOXES: A. Gate valves shall conform to ANSI /AWWA C509. 1. Valves shall be full line size gate valves with epoxy cif &tl'h'g iri6lde qqd outside and contain stainless steel nuts and bolts. `O 7 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi and gaskets rated at 250 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 02660 -5 5. Valves are to be non - rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI /AWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16 ", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. C. Tapping Valves shall be as specified for resilient- seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71 ". Use lids marked "water ". �� o 2.07 HYDRANTS: <. Specification standard: ANSI /AW WA Standard C502 Type of shutoff: Compression, Type of construction: Break flange or break bolt above the ground Ilihe and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 4' /z inches for 12" water main and under 5'% inches for 16" water main and above 02660 -6 Nozzle arrangement 3 nozzle, two 2'/z -inch hose nozzles and one 4'/2 -inch and size pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: Depth of bury: Direction of opening: Packing: Size and shape of operating nut: Working pressure: Color: 2.08 SPECIAL FITTINGS: 6 inch Depth of bury shall be 6 feet Open to right (clockwise) Conventional or O -Ring 1'/z inch, standard pentagon - -r'-a' z 4 C?: O = cn 250 psi Safety Red A. Special pipe fittings must be approved by the Engineer B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 02660 -7 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triplg section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.09 GASKETS, BOLTS, AND NUTS: A. Mechanical joints made with: 4 Cn 1. Bolts: 3/4 inch NSS Cor -BLUE. --J 2. Stainless steel bold studs with stainless steel nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with stainless steel nuts and 3/4" diameter. 2.10 LOCATION WIRE: A. Location wire shall be #12 solid copper, THHN insulation in yellow or orange color. 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 - EXECUTION 3.01 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. 1 ••1 B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSUAW WA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni -Bell PVC Pipe Association UNI- B -3 -88 except as noted herein. D. Contractor must prepare and retain a set of "as- built' drawings on the job site with accurate and current information on the location of all valves, pipe kid special construction features. Examples of special buried features wouKbe: 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 3. Special fittings or construction materials. `,��� o E 1 3.02 RECEIVING, STORAGE AND HANDLING: U A. The Engineer may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AWWA M23, change "should" to "shall." D. Within the "Handling" language of AWWA M23, change "should" to "shall." 3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE: A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1- 800 - ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5%2 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical 02660 -9 separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one -foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a full -size valve box and mark the drawings appropriately. 3.04 PIPE BEDDING AND BACKFILLING: A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI- B -3 -88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by stomping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as 6.0i cted t_� the Engineer. r� �y D. Set valves and hydrants on precast concrete bases. 02660 -10 3.05 PIPE RESTRAINT: A. Thrust Restraint: For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in -place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood lumber to prevent shifting before placing concrete. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged2gr capped using materials supplied by the pipe manufacturer. n o 2. All pipe ends or fittings left for future connections shall loC #d against thrust. —qc—, w b -<r— Uri :rl 3,06 JOINTS AND COUPLINGS: c_ .. � F_43 ye A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: The range of torque for tightening bolts which is indicated in ANSI /AWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 10 inches. 02660 -11 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. o C. Sleeve -Type Coupling: ` r> 1. Clean pipe ends for distance of 12 inches. tn W_�� 2. Use soapy water as gasket lubricant.; 3. J Carefully mark and place the sleeve coupling in the centei pi the jant. 5;p cn 3.07 TAPPED CONNECTIONS UNDER PRESSURE. A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.08 POLYETHYLENE ENCASEMENT.• A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI /AWWA C205/A21.5 installation methods. This includes any ductile iron laid in cul -de -sacs or other small radius areas where PVC main could not be used. 3.09 HYDRANT INSTALLATION. A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre -cast cement blocks to resist thrust at the pipe 02660 -12 connection. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as- built" drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with the Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operatons. The purpose of both plans is to minimize the impact of service anterrupY3ns and pressure and flow variations on the water distribution sys Cana =exist customers. C-) 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS: A. General cn 1. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI /AWWA C651 and the following specifications. B. Special Disinfection Requirements 1. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. Water main 16 -inch and larger in diameter must be swabbed with a soft pig prior to flushing if flow in the system is not adequate to maintain scouring velocity (2 fps) during flushing. 3. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg /L. Use either the granulated /tablet or continuous feed method with modifications as described in 3.11 C or D below. 4. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated 02660 -13 in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg /L chlorine throughout the length of main. 5. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg /L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than % of the main diameter. For 6 -inch through 12 -inch water mains, a single 2% -inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 6. Collect a bacterial sample from the end of each line or 800 -1,000 feet and deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. C. Tablet Method of Chlorine Application Use ANSI /AWWA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than not less than '% of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%2 -inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. 3.12 TESTING: A. Filling the water main: ,0 0 Fill the newly constructed water main system slowly UNP-g water under low pressure and low flow. The objective l�; 16, [ water while avoiding damage to new construction, customer adjoining property due to the release of air and water. Pu� must be on site to assist with operation of the system valves during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. 02660 -14 When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. Then, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: Conduct combined pressure and leakage test in accordance with ANSI /AW WA C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. p� C. Valve Operations: 1. All valves shall be located and tested to verify operatiortl: k th e box lid, insert the valve key and open and close each valve. Runt thus n. 02660 -15 and record the results. D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed, close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test shall be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. 02660 -16 �� 3r wti r_V 'b S 02660 -16 APPENDIX A Accepted Products for Water Distribution Materials WATER PIPE: (Ductile)ANSI /AWWA— A21.51/C151 American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DR18 (6" thru 10 ") FITTINGS: (Ductile Iron Standard) ANSI /AWWA — A21.10/C110, 3" to 24" - 350 psi (Ductile Iron Compact) AW WA C153, 350 psi Clow, Tyler /Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and /or NSS Cor -Blue Nuts and Bolds) for 12" and larger or under pavement Clow - F -5205, Mueller - H615, Kennedy, Tyler /Union, Kennedy, American Flow Control - Series 2800, or U.S. Pipe - T -9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -1-1304, Romac SST, JCM -432 0 zP: c-) MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) Ebaa Iron Sales Inc. STAINLESS STEEL REPAIR CLAMPS: u Smith -Blair -261, Ford FS1, Romac SS1 VALVES: (Resilient Seated Gate Valves) ANSI /AWWA — C509 Clow F -2640, Kennedy 1571 -X, Mueller Resilient Seat - A- 2360 -20, American AFC -500, or U.S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSI /AWWA C504, Class 150B Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik N 0 N W C ' r cn Co Flow Control - VALVES: (Tapping) Clow — F -2640, Mueller — T- 2360 -16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or American Flow Control -865 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71 ") East Jordan Series 8555 & Item 666A— Range 51" to 71" 02660 -17 HYDRANTS (4 %" for 12" and under) (5'/." for 16" and above) AWWA C502 Clow F -2545 Medallion, Kennedy Guardian K -81, Mueller Super Centurion 250, American Darling - MK 73 for 4 1/2" & B84 -B for 5 1/4" SLEEVE TYPE COUPLING: Standard solid black sleeve — Tyler /Union 5 -1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith -Blair 261. Romac SS1 or Ford FS1 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco —95E —2'/" ID with lockable cast -iron lid — minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow or orange FREEZELESS YARD HYDRANT: j d Woodford Mfg. Iowa Model Y34 and YI IC-) C') firr" - W nt z. .3 0.7 1 .•1 Ott E ji HE 2919 MAR 23 AH y.45 ,�� _ �= w Cliff uLY 10�., x - E ICtiNP ClS "P = i � N `cP kO - n E�aGINEEq C fw a °'SN3T 4 U r � Z� Lu £ C pT ^4\ 2� _^ � 6 �� � U U FFrO O>oo IL r F G Q a ZO 3� v m a W a a" °g W Q Im LS i—� w 02 MUSE r oo o 0_ O Q aG o _I=Io�= w V� m - .w ------------ - - - -_ -- < �7 Imp P- o Y � WE 3 �J ti Zm z Z r ¢ W ZD DO °,���_._. O116£6- M:'ON1DVENOD UO 9 MAH9IH Sn Ol 3nN3Atl 9HOMONtl1 W01A MZ18Z/40 :31V0 9NIUE1 SAMAOMI MKS MOMAS Y x - a >� o - a OV a E N o O O O = U ■ X � ^ F F _ = 9 ■ T N o f Q p CP Aga 2 F �1 n x$104: _HI 190, tin[, ri - a _ - sR BI N - LL O I ego o¢_ �, -_ .10 y. qy i i i5 SO sh F gg 4o EG E i 5 ❑=-_di �._ .0 �= a� °sm di N Q z 3 } z �y 3 3� s 12 3 S F N i n 3 3 LL a s s ° - ❑- c- �. �;9 N N E ��. 1 k m m o 0 0 o e ❑� C O C ❑ ❑ ❑� 0$ 5 3 o - � _ U + r+ LL `N � � •n c+ °' x ° � u u y m . a .. w u .' .� u � c' u r : m w c u > . s € v $ 1� x E A+q A y= - c r , 1 (aY\ W\ \ \ \ \ \ I\ -1 } } § � ( k� }�} ) \ %ƒ / j ()\ A JQ in y\ { \ b \ / ( q V. \ =«&vm\G9.%§ / ;d / S9J d \ ;y/ &Sy :y9a ;% S ƒ R\ q It Loy 7-1 nj \ \. \ \} \ \ \ \ \ 1 � En \= dr —n. ° -» S « }/ I / } A \ } A \ SQ ` K \iy tout Up St\ /2y S ƒ :? m y}4/ Z � MTV a) /\ _ .J it u �LJ o 11i _ pl '4l L� -L LAKESIDE DR. 0 ✓ J�JJ STANNTCU pR � Lu z � o X LY DDD SLV I 4, W p \\ J gp Q Nldtltla3l HlaON A 3nlao Nvwa3XS _. �� ' N. 1 I �pLLVWWD eLVO ��7 o IIII =mss UICKEMSC^N LN _ L II -- NEmill NGXAY LN r 4ti �� ✓ I a d o� i Cftp$BY _ rL J 0 �� BUPNS RVE lip I 1 YE C f Ir"_I GFiMT WOOD E |LED — ({ mmam,» _ CITY c w mwITY, »! \ \\ \ At \ � - - _ - } : ! -- � Inn \ \\\q j\ z F1LED ! !] mm s ms« »: CITY c a :»: - /q\ m;wv0 \4>: is f � \` 1 � �, ! ! ' e El! /. - : $)ƒ Z : O § Q : _ � ƒ � tT T ga � - ; / / / \� \� ( (2//0s \\ : 3±ED § ;2 mmae9v -- i: w¥c a =;: \ }}\ mvo /§}: \\ 7 ) / - � / [\ f = _ , /� � ) + $�� : /} i � _ : }; _ i � � ; > - { } t/! � �\ / �° � \ �� °° � ! }. : }, � i»_ ` - § - \ - - ` � ��� (! \� \ / ��� }J d jƒ \ -- ° `\ |(�\ ` - `! |(�� \ ` � >� _ k / /{ ( \/ � 2 \ :\ ) d \ \ \ _). � - e� ®: \. . ; / . \ ; f \ ! i f t ! � { � � !. � : . � � - ( Z [ ` � � � § � ) - _ -\ \�- _ �\ j ^\ z j \; / / Z\ © ` � - _ � � k \ / §/; / \ �_ -� � - ~ ° ®- \\ ) j \2\ @ E) } j @ (D \ \ E�LED _ « (\ ' ` \ - . !c \U. - - �(i : - � . / _ . . .0 / ! ` \ \. \ \ \. / _� ®t : l U6 - - , ! ) : } � �\ «- E <® S S - aInk (\\(5 \\ ED 6 N fd s g e'B 29I0N "R 23 All 9: a CIT1 CL nV, aB ay El iC CITY. I.,C.?. O� s 'S lit 9 FT $. F 3 \ �x i°s Fw� AA s� -r 111 N�� d ? I � s 6 n o n 5 � a R e c x m- s V§ e 9e - 58 ax s�- 4 p FILED �m a m O 6 4 1 41 FQ wt w� �x E�S 7 WZ¢ F�4 WQ W f% KK Um �Z 4 W U wJ ZS s a �s e`t�$ 8p 2010HAR23 d� 9'45 3 S+, CITY CLAP:, IOWA CI7Y.lO'rl.. L / 1 v S aP y S l Oj D i Y 9 3$- �p _ � I J• a 5 I (r G _e e ad2 a yh' F 3 y i 38t �. a 5 g e � b b� si� �� t g• 6m FILE? 0mAR 23 A4 S 46 g K s CITY C nrl g .ga 10'tivA Ci iY IOty� �r "sz° S'sg "� iR55 1 I F g�4 e �- '�� �d = g ny^ :yk a 6 6 sa° g 8 �vz I JII I _I g 8= Y. p'fr 8 g u z is R� a IE e a + x p K 2 g D n � 8 y i 'sa e x 8 -I {r I b r ] n y _ V cg € $ 4� y z is R� a IE e a + x p K 2 g D n � 8 y i 'sa e x 8 -I {r I S� iM 4 O n m i W a 0 °a v v m wa w>' w� Om £O� ~moo �Qo om Ez 'mQ b r w^ € S� iM 4 O n m i W a 0 °a v v m wa w>' w� Om £O� ~moo �Qo om Ez 'mQ m = o d Qi w 2 4 z 0 w Fl� U U rn zi f co o� f °o WZ¢ ya- Om 6� w wQ O W s p rr^ 8�e5 1` yy s I S 4 §g L x I ;Efj v - d IF, A x�a I I� y� TI F o iii 'iiii - 3- I � € rIM a p L y J Ir I s �lz o Gl O G D W V V wQ iiw w� o" u, w za z�s wu' O �Z aW NZ J s 551 BPS s '$k 9� °s 291011AR 23 AM 9:45 E g � �.� CITY CLERK !0 104VR CITY, ': "iA au { ry w Q O �1�1 11 k iIX ' i e �g bb i�°aFYll� g4v m a 4 6 P 11 l3I a qE r r y x S 3 R in 3 ,� I F b5 g � y .P'S 3 4 O_ m FILED 0 U O U V m NQ w3 x s �? wi O^ rc� >� - PHu MAR zs ;ra _ i l[[09 CITY CLE� CITY. 10' tioprp ®rs)� , MF� NWOaU�Rw>< Um Z W Q ' S w2a 4) %5 o s££r93 3Zoo 68i3 e� X >S §I bps e NI n 8 f{ e E��im 5 •° ^� O O e g a � 6 vm 4 i F w V U N'a wi fN 7 �N It 1 z �O� W�< f7 NQ NW �N 2 ti0 wJ O s `s §'s a m� 4a =: 58 I 3z 4d 2t!I�HAR23 4� s �� s �E a 3 IOWA CITY.10Wk � a aS J I A dd I k L� P t S 39 -Fj gP 5� ai � I ga Al sS —g eF \ I'- 4_ vm 4 i F w V U N'a wi fN 7 �N It 1 z �O� W�< f7 NQ NW �N 2 ti0 wJ O s `s §'s a m� 4a =: 58 I 3z 4d 2t!I�HAR23 4� s �� s �E a 3 IOWA CITY.10Wk � a aS J I A dd I k L� P t S 39 -Fj gP 5� ai � I ga Al sS —g eF \ I'- N i m Fil LL 0 w O 4 zrw w� 7 Oj Fw wW� NQ Dw �m 2 J O 3 A 0 a C _ 8 Si d 133 S `e8 4cHL °u ZDIDP,AR23 ��;M1 CIS Y Y J Y a o Tr 1 a cV VUa TZ b I) AEV. Uai3 i CY JOINTS (1 RANSVERSE CONTRACTCN; FlLCRF lolo.ap CEt TE CY JCINTS tLCNGI UpIM1AL CCNTRACTICNI fIGUAE= ]OIC.a3 CPiE= 01 01 SHE--T 3 Of Y CAIE CFCI ]0 SYEEi 2 OF 4 3 9 E O E a S LEI It IT C) � e ti � C � r7 J q ' iEY. ]AiE BY JCNTS (TRAYSV[RSE CONTiA:TIpN 'EINAE- )LIO.IA R -�, )AiE BY „a„ EILIIAE- iiM1.I8 JniH LI -Cb98 EaT3. Oi :b0E -DINTS (LONGITUD INAL CCM?ACTILNI SHEET 15 4 SrffT m W Q 0 yv tF O U F¢ wt W� >I Oj w w�< ma' wo ¢Z w mz 3 g n Yo 6 �GSa x R g8 a`r N I I'V YY�V Itr E �$ a I 6v �yi 3 u. Re'TJ. HL 0 it LZ E; 61 _ d 8 r fl / Ir � ��fl �• I i RE'l. 19iE 3° JOINiS (E%PAN£IORI ri(LiE C9p.cC � � ]Ale CI -R1-58 SHEET 3 0: P 3a e v. -P o ovgSSi_ iEY. ]4iE BV JU NiS (EXPANSUV) FILIIgE' ]]IL.IC NfV. UAIL BV lG9RE' ]CIO.]} DATE- 01 -0198 [Ri "' 93.63.99 iCC CURB DETAILS I Cl 0 £HfE I OF i m W Q 0 yv tF O U F¢ wt W� >I Oj w w�< ma' wo ¢Z w mz 3 g n Yo 6 �GSa x R g8 a`r N I I'V YY�V Itr E �$ a I 6v �yi 3 u. Re'TJ. HL 0 it LZ E; 61 _ d 8 r fl / Ir � ��fl �• I i RE'l. 19iE 3° JOINiS (E%PAN£IORI ri(LiE C9p.cC � � ]Ale CI -R1-58 SHEET 3 0: P 3a e v. -P o ovgSSi_ iEY. ]4iE BV JU NiS (EXPANSUV) FILIIgE' ]]IL.IC NfV. UAIL BV lG9RE' ]CIO.]} DATE- 01 -0198 [Ri "' 93.63.99 iCC CURB DETAILS I Cl �m a 0 w rc V U mQ 3 2x wa DR Oj n w w� }:} X14 H. wu c¢ �m ¢� Uw U wa O B �s mv`€ Or ga L wPra.�.,wraµwO�,..PA,_ I. ,w sIs,..=E;P.,r,.'I. e s 20iCKr1P.23 AM 9; 46 �s 5 CITY CLER:i 10'rYA -PITY, IOWA PARTIAL DEPTH f..00. %PT:FC- - �r�wsv o _ re• vP�.vmo � I —1 v i J i JOWi,CRxCI:� Ty F£ n Peenu o_" c c PAT aoa c rs,z P.T- rrvr -re cc ew,zc ROOF sn s da T tTO C� 6xtt o DEPTH P C C P TC r,oc TO E- s.-n. - - exzu+sroN wnTCau vmuc:n o._r a .o., To, or raanxe -'i+r OR rw+., � mnsLrs RG- OnTr c 3v ­1 PARTIAL DEPTH PATCH ' %VIiE� ]Jb3 I o,Te c'. -oi -sa sir I aR'. a e ce 55 FFt x �a om }�ao ei 0at ad _§fix.. s t t'33yQ.�4 �.� \II. q � Sa' JI isf E �§ •S36I� �9� B A. £ _ �I � �r� 1 �; I ■i 3 qi 3 app �j� 3[ 6 Y $ e ts A 6E' I w. �o a� u Ti- IF t � '.e; s1 ricu+c rom.w. sen u i s �m a 0 w rc V U mQ 3 2x wa DR Oj n w w� }:} X14 H. wu c¢ �m ¢� Uw U wa O B �s mv`€ Or ga L wPra.�.,wraµwO�,..PA,_ I. ,w sIs,..=E;P.,r,.'I. e s 20iCKr1P.23 AM 9; 46 �s 5 CITY CLER:i 10'rYA -PITY, IOWA PARTIAL DEPTH f..00. %PT:FC- - �r�wsv o _ re• vP�.vmo � I —1 v i J i JOWi,CRxCI:� Ty F£ n Peenu o_" c c PAT aoa c rs,z P.T- rrvr -re cc ew,zc ROOF sn s da T tTO C� 6xtt o DEPTH P C C P TC r,oc TO E- s.-n. - - exzu+sroN wnTCau vmuc:n o._r a .o., To, or raanxe -'i+r OR rw+., � mnsLrs RG- OnTr c 3v ­1 PARTIAL DEPTH PATCH ' %VIiE� ]Jb3 I o,Te c'. -oi -sa sir I aR'. a e ce 55 FFt x �a om }�ao ei 0at ad _§fix.. s t t'33yQ.�4 �.� \II. q � Sa' JI isf E �§ •S36I� �9� B A. £ _ �I � �r� 1 �; I ■i 3 qi 3 app �j� 3[ 6 Y $ e ts A 6E' I w. �o a� u Ti- IF t � '.e; s1 4$ gO F r ISO% to! S �a y y F e ,a ,II III 1 I 9 WIC WWu J s wi s� u =YVIY 46 Ye �I eye _ O =1 9 ( * n � e ; �Xx -ai aka s � Q ^8� £ka�53 gY �r�X� W 6 z - r �< a o 2 Mill- a0° E wn >s a wu ow QW y2 rl AAL Wt- r �I8 = n F LED m 2010" . 23 F 5' 4= E s _ z L a _ a InA CITY, I �y Q >d d r E V It 1 � v r / .15 --a -rew o08- x s �oa V i. iiezo - tg s a ANN p >.° Mega 3 � IL ED a m s = 9 2CIO MAR 23 AM6:45 12 knU %2 6 N e `ate m� °w: N g`oo N � I mt w na , qm f r3 I / € z ws •n? WIC £ 3£e ry ¢ o o z WO O W . 6 [� Y g � � ❑ G— � v� a •� Y � a i � q Y i m2 5 i � � ❑ C — J � i 5 ❑ l� a4 I y £ o ❑� U s �y EF�E P`�LL a i m y 2010'y4P 23 Cliy RM9:�"� - - L7T'yER: o 61 9 � J . il a' J m \ 5� h- 3' z ••1 x/ ry ��L J� E F a� �w a 2 g \��Y .�.. \ form 3 T A z� — 4 j' 3 - - tA i Ir. yo ae:. d• \`- 3" CHNN LINK FENCE INS-ALLA:ION CETN_5 060.1 JA'E' C,-Ola9 SiEE! 1 OF I ��oa :1 EE a i e c s" — — — ZONNd.R 1� ! ED 23 A 47 - v -, CITY C�!- - - Lj 'e V _ -- z Ed ° U z ° _ _ o ma -_ ° _ LL _ Y - -- ° 07 - N Omm _ ri$ a 4 y¢ Ow n o °w° °w= Imp Ij =£wo _- - `a tz ¢ _ a wl Iv w _ ° -° EKE, 3 ry£=m �K2 0 - I L E D - U _ - - - - 2010NRR23 IM 9 :47 IoVi -" - - - - - w a d = Z w�¢ y --- f -- _ caiw m ------ __ €N _ 1O m W — LL W — ° Q � _ _ e N 'Z W 3�0 e� _ oeae — ° %6u 4 O � U d U 2 w Q w Q WQ f_ >s o'A f�o Wz� wa° rcz om �z i� yz FILED 92010 MAR 23 AM 9: 47 CITYCLEBK - - 101Ya CITY.10'JlA — _— nFP _ En 2 Zw E g 4 C _ w e a - - E __ e ElF a o E _ _-_ U El - 3 _ El _gCw W o a z 6 _ _ F - �W ft ° 4 O � U d U 2 w Q w Q WQ f_ >s o'A f�o Wz� wa° rcz om �z i� yz 3 10 O a° FILED § U 2CIOMAR23 AM 9 47 = - - _ - it T C! ERK -- _ lOt4A ITV 1306 _ _ - r ay- 2 El 2E Z _ E o r LL no 2 - Gc QN w _ ... ��RREZ - ciz`c°-�i •. - <_ - �--m mm VO - m � u u <m� �+ -'gym v¢m m ✓�t m_owu -4m uo u, iaomo _¢ -cu° w NQ e 4 - O Ij gig u _ _- _p i€ _ ° � u�u r W -- eT Ko 6uo c_m° vc °Saomc r� Sco ¢euc aacmc�o u i _acmr� of umox m a8 =9 fo "s ci ws f� �x &a� rna w� rcrc Om Ei N2 a s Y.�e� �aa Ei` 2D10M ^423 &M Sl41 z 0 a - f - 0 LL Z W w w w E r w - -- W-- _- - = W -- - o�.v �i fo "s ci ws f� �x &a� rna w� rcrc Om Ei N2 a s Y.�e� 0 DID IN 1 9 4 GI T CLE i1 01d iY.I G i Wd I= a I IT ¢ I W 3 - m _ _ 2 K O - WZ r N - - � ¢ - 1 1 S - - m MIS J NQ - Q wtl ow �m _ _ °k�ti _ y a a J „ X02 E _ °- ° - - - -- s N _ - N U 6 p � Y ti - E J � Ya � O N W m o Y 6 ICI F Z_ o e P �a - O Q� - - 8 ti N N J - - s s - - m gEia _ - - m CU A fl - Q e o _ o � a I a w s - m w N _ r "¢ F z f - 0 x fv o wx N D LL £� O W r L N W 7 _ W 2° W� J _ F w6 - CC Ow £ m Z aw U m 'mz J ?P d?ld 0 I m 6 s I LJ06. �6 - I N - - - � w N N ° - W 5 - e a r J _ p �I Z x El- r m o p pal t r N I J - 9 _ r i - I _ R S 8� ^S I w�= - a _ 0 FILED ; U 2010 MAR 23 AM 9141 CITY CL"Sa 10 ?A CM, ::: ° c w w - ° - ee ee f - z oo- aooaa0000��000 _ 0 0 aooe oo r �e �y� a '< e' i3 i w a O - 2 J N wa Q £oF� R' 0 m zs � >o NQ Zo Om f2 6 v K 0= i a N N? 4 Z O _ III tl Y^' O — e 8 5 3 6 ° I - ° - ee ee _ - z oo- aooaa0000��000 _ 0 0 aooe oo r �e �y� a e' i w a O - J N Q R' 0 m Zo 6 v K 0= N 4 Z O _ III tl Y^' — e 2 IONAR23 I ClT'1 , _ - - {0lNACliY.101hA - 90C C O A _ �e - 1 0 I I I I I III I O i w w Ili O I a I C a o 0 a III O R � m I C - g = FILED "'OMAR23 AN 4: Cl Ty -- to VIA. C, 1 m o _ _ c 2i�Fc r N a �'€ ap m6 ¢q - z ¢q A x wW r 9 y _ w o Oe s q v r ° ° a0� 2 ° v Zu wwc K 3 Nao I ZC Ow y2 Q J s ---- -- 0 a J - a - Y Q p _ W - ¢ o UU W I u S nr� fr_ va o - N FILED 2018 MAR 23 AM 9 47 �z CITY CLcIR i IOWA CITY. 0 W ae ez u x c _ W f N 9� u' N W _ F NQ a 46 WZ w� 7 d o & � - On a J LL Wz Wz� LL O v 8 I Z O m6- K¢ Om f2 J � — �Z I m Q — 6x�mmm o J8¢ 0 � O a� ZIA Z S a M �z ae ez u x c _ 9� u' N W _ F a 46 d o & � - J LL LL O v 8 I Z O J � — I m Q — 6x�mmm o J8¢ 0 � a� i 3 m �•�- s �� 4 n S U e �C 2 a 'a U a W ed W _ 2 �+ a LL � 5� _ 0 �I O° LL w f� g o� m Q r rc §y o am Z O N _ O m c °Yr wzv Vo °y x„ ma- - rh I - ez om �z aw 'mz O 5 c E x of 'e 0 ate^ sae2 i 3 k _ e �C ed W _ 2 LL � 5� _ 0 �I O° LL w r g U m Q r LL O §y o Z O N _ O m c °Yr Vo °y x„ - rh I - i 3 k _ e �C ed W _ 2 LL � _ 0 O° LL r g m Q r a L -= SIT"' CLES 0 o W W S > 7 ° m T7 -w- Wz.. �Wa wa- wu cz Ei a w p rO yz is Z v 0 4 _ z z z z z Q Q 4 Q _ ce c �m 3e T_ r _ c8 =Im � \ ) )/ ; � \ f _- ! ® !/ & k FT / j /\ } !) \ 2 § �}}�® / {2 \ 0 3 S . {\ c -- - -- -- -- -- - - -- - 2 � -- - , _---- - - - - -- '© ----------------- ! §§ z - - - _ - 77 2 o �§ \ as \\ �: -- , - : - -- -- -- -- - - -- - - � -- - , _---- - - - - -- ----------------- §§ - - - _ - o e W / IS z O iL^ J � N � W U U _ O O Z V J 0 I N Q W Q N F 0 w J D � v� °a a Z Q J O m F t'l Z nN F WZ Y K F r Z W f i w a 0 z a m W� a Oj FOB f 00 w�E I o� v� vv W N¢� z IM ma w ow Om w vYi2 In O 3 a B e'Ca:c 3 c All— nn In e W / z iL^ J � N � W U U _ O O Z V J 0 I N Q W Q N F 0 w J D � v� °a Z Q J O m t'l Z nN Y K F r Z W f i w a 0 z a m a f 00 I o� v� vv iL^ � N W U U _ N F z °a ow J - o } o R o N } O a W L N eW C: yJ ZO'�Gi4��2' LLi - Z e w� q„ - a� __ W LL c - F LL' OF U 6 } O W c n - �I w 6 b f YR 5 »Q } Oj f�o Fwt W�u �a ?g r NQ Ow 6o w � s > o wa � z u 0 J 3 f O O 6 a 3 4 � S ry -8 A +171 awe> v y ei 2 S` ow J - o } o R o N } O a W L N w LLi - Z e w� q„ - a� __ W LL c - O J LL' OF ow J - o } o R o N } O W L N w LLi - Z e w� q„ - a� __ W LL c - O J LL' OF Q� 6 } O W O` n - �I F� b W YR 5 ow J - o } o R o N } O W L N LLi e Z e W 2 U - __ W LL c - O J 6 } O W R o N W 2 U - W LL c - O J 6 } O W - n - V d J - w d - _ Z W a � W G O Ol ° 3 z ZIP } a0° 2 s LL EFo W J KK OW Qm � UW Ya N 2 s 0 N W _ WO m E W _ 1/1 - 4 W J ss W r 3 -- O J k� W w N K J X A@ a LL LL � gq d ° Z N J _ Q r in W O O K r Z U � - Z O N V d J - w d - _ Z W a � W G O Ol ° 3 z ZIP } a0° 2 s LL EFo W J KK OW Qm � UW Ya N 2 s 0 N W _ WO m E W _ 1/1 - 4 W J ss W r 3 -- O J k� ° N J _ Q r in W O O K r Z U � - Z O N O F „ W � i 5 O = _ � J i ag m 5 N _ V d J - w d - _ Z W a � W G O Ol ° 3 z ZIP } a0° 2 s LL EFo W J KK OW Qm � UW Ya N 2 s 0 N W _ WO m E W _ 1/1 - 4 W J ss W r 3 -- O J k� r' i Q 'o f NQ w3 x f� >x ON rc� 10� EFo w2a p >a cm 1. gli NQ Om Uw N NQ a off T1 Q lilt HIPAIVIONS till, s .6 z a =x 1 2 °vim — W c — � _ F _ — 0,11111 POP 0 rut T. 3 K � ' =rye _ == __- =- -_ _ _- -_ 3 0 � � lit: 1011 fill 1 _aCT �U i c: 48 i 'o w MW Nit 10 M °z W f a __ 3 x fa wi mpg woo wz. fin¢ �w %Z 0w aw UU x s Ee 3 s NY�F e 3Y 83 3 3 L CNdd arP: O WON _y 3 _ _ i -o.. e.ma 6�u6o 1E aa aaa��" <mwL�" Z _ _ _ e1E WHOM O it - °o- �U i c: 48 i 'o w MW Nit 10 M °z W f a __ 3 x fa wi mpg woo wz. fin¢ �w %Z 0w aw UU x s Ee 3 s NY�F e 3Y 83 3 3 L CNdd arP: O WON _y 3 _ _ i -o.. e.ma 6�u6o 1E aa aaa��" <mwL�" Z _ _ _ e1E WHOM O it 4 00 +LO[ It N I IE'LLS �� fl Z HL91� HCi h _ - yG w I 60 HLS + x I e III _ w b90 I Y � 02'8Z9' eLs N 6 F I 3 w I. z x I w w w Z ELS x 1 m I Ka 7 I — z-BLe4 �- W QQ +SQI Sf'8L90 Z V Fjp I I O Z'SxS� OW I � �� f0'BG9r Q2 Q E "8G9N 7 a r OO +bOl I 3 Y. + I QQ +ZQ[ 2 s� - SVe 3 _ � 8 — -u--4 _ Bbe =R: ngob 00,101 re .. O'6ni T I ,f C ' V own I o%� oo�eol I a — All F[ It c N 6 Ir s TH 00 +801 \ k 3 oo1cot I I I I � _ I ; o I I a is 11 s K � III K W III I I yi I III 3 c 9 w 08 h T` kq I `- I I _ _ io dd I I K 'r I I I i I L 1 I l /o- I III e_ I li� I F e � I 1 J� °0 n � I I o%� oo�eol I a — All F[ It c N 6 Ir s TH 00 +801 \ k 3 oo1cot I I I I � _ I ; o I I a is 11 s K � III K W III I I yi I III 3 c 9 w 08 h T` kq I `- I I _ _ io dd I I K 'r I I I i I L 1 I l /o- I III e_ I li� I a N - Q Q 2� f w 7 Oj M FWC w4 KK om f Z QW 0 ON � I 1 °0 f W I a N - Q Q 2� f w 7 Oj M FWC w4 KK om f Z QW 0 ON 00,blT �i � sl 87 E99 b ¢ ° 00 +81 I \ o� s q q z } J 0 9_289° - \1111 ]J I I 1 w 1N3W35tl3 39Yn9tltl0 9rvLSlx3 \ �I ' - ra I.I I `°1111 � ___ �_'_ - EC'lag- 4Z.189 + co K0 fp� �I >0 00 +LII j. Ii �I� x s'28s° win ma- p� a IN is Oss, b'Z89m sE'oes � 1]'089 CL'be9+ ° ° ° \I s lav oa 3i�lni o b. 9 l 3471 0 +911 ____�_ III � v 1�• � ¢ ICI• J 1 c ° 9e Ells r 00 SII of I I � ° — 99 ° — EI'bL9 o m m o u n mow. w a off" I 3 I � la I 99 \n Ip bC9� - - _ IY v` oywLL 99 I I c < ec 9 _ ni - __ -- 'e'C89 °. E39L9 _ �'� fi Is'eL9 js 8'C89 0 § eE'9L9 9 ., III d.c n 12 cgs 92 2' 8L9 � fr _ _ 00 +£11' IIL b'089a _ - -� m 8�w b m �i ti °♦ s O 00 +9Z1 /�� �t 6'669 EL '269 V 6696 l� I 54269+ — 269 . 669 I l 6'E69n 88169+ r I w m I a i 9'E69� 09"169 e Z'E69m w zj I m Z &'169 + u II m - 9.2b9 0 £0'Ib9� u a� yY rQ a° a pw cC0b9 v' '� r ,v =w u blboo 00+E21 y�jJE 9.1 gin p W N = 61'069^ U W r osi < r s o � Q i c Cb'bE9T I I SU63ry 29'699 - I 0iJ CZ1 I C • �, - 8 90 "689' C II �I LL'889 ♦ 88 n _ bs'689. a I a' 00 +1 1 III I'899° = - r 91'BB3N x I - _ CL69m SL'L99+ g e n 3 -- rl 5 ?r Im n I B "989 m lY — ZB'9d9 'o 3hItl0 NIdVHb31. I _ - 535 b o _ us". 9E ass E _6'589 6 5 I z Lb'4891 H tE [5489 00 +IEI I YL rvb r. ill E2 -669. I I� o— � w eacco lam I J zoo, xwu a ' � 99'8691 d 113 + x + _ 6'664°° p i w 00 +O£S —1=1 lll, a y �N 01'9b9� a s 19'L69 � T ri W I WU Z �w AIe A8E13H1 N 3d Itl0 mis3MV1 �' Z'bb9° w 9z wa 0 L6969+ f i C969.p 99'969 -� III F - 079691 I so ow « �w ax f w z ry i 00 +8ZI II _ b'969y a L ZI'969 r c I m 4 Z'EO9� O y' 69'563 - 1 8569 + � LZ'Sn9 1 Al - m NN +LZI I� ll bbrob9 I I'• E IL'bb9i LL III I 'I II C. r �- - - n I - 01'66 -+ QQ +9ZI I -� 98 E69 b'Sb9 � 95'E69 p _ w o m III 0 I I ° I =1 I II II � E 9 g I p ® I�mw a DO +SZI II 1 1= ELZE 00 +9Ei 3AY S Hna ull ` � e �II 00 +SEI i I, I iII I I � I 111 I ___ P • VIII i II III � eo m II I � v II �+ 1 00 ZE[ rwl 1 II �, >- I I IIII„ I III III 00 -ICI y L� v I I IW I — �h 11111 :� I III�� II\ I I a $`a 1 I� aw .w I I � I I I I h I n 0 p Q �I ra f� ?s Oj £�g W w�¢ ya- w� ww Em z wz 5 �ILL MIDI o _ s INI 00 +9Ei 3AY S Hna ull ` � e �II 00 +SEI i I, I iII I I � I 111 I ___ P • VIII i II III � eo m II I � v II �+ 1 00 ZE[ rwl 1 II �, >- I I IIII„ I III III 00 -ICI y L� v I I IW I — �h 11111 :� I III�� II\ I I a $`a 1 I� aw .w I I � I I I I h I n 0 p Q �I ra f� ?s Oj £�g W w�¢ ya- w� ww Em z wz 5 �ILL I [3 zc'Ie- :1ImP_s p 46 CL9i L LL9 o jl a c119' Vr z f0 I Q a r N a - 1 - L_o �_ p G 00+11 .[01 s< 'az o s - w a I N wl _ ib LLe; 'I 8 Cti =LG90 F zi LL9N w2 br<c9• 'ate 1 � 80'LLB= � °3. pp +pllbl yaw ° 3/IN3Atl I1 F i`t.A - Lb'9L9 . Q 2 - I 4 6 "9L9 m� e e'sLe -+ IJ�.. _ 2'9La °o I oo +bol01 r �� li 99'9L9� l� VI L -99In O - e5'949 I I u m I z nn w 0 L'BL9 n u 09'9L9+ ftC 80.0: et- 3> J \ an o 00-801 01 4 - Li; - - 5'LL9m GG'9G9 —San. t '�b'f ILnLO 0Iep8 L I m.a zJ'LL9 a Hv'LL° i 6 °oRo OBLaw s all _ oo +zo II _ 1pl 42'8[9 J LL m r kBL90 uu "I �E 1. s w rc b � �9 Ijj[ea5 1 I SE'BL9 6 el 00-90101 I I I o0�48�p 101 N v�l 00 +L 1 101 I II I pll R 3Ntll NOSN3M]IO :. ' 00 +91101' l „e f Y i i i e i I i O. W I I I I 00 -enok I I I t II I x � I I I I I I I I I I OOtZ11�0I it I Ili Il ii II; I11 �I I LI } _ I I �I v I I / ' II f 1 I �I 1 1 I III n sl I wl of �I I I N i I� I LL I I m 4 Q f. �3 ws w� Oy £O� wu wwa p>o om aw a L oo -vzlol EE269� J, Y f0' 69� 2 z c I b_I69N 2L I69+ I II III < m z 9 I69. 2b I69 � r w al I Ii I II I w� !)+ OIA �s 'I _ o zlbs• np j a ZPI69�_ ' 1 r _ o Q I III ICI I a wl 6c I I C669I� I za'obs- I Ili I I u I I 25 "669+ %T I I w3 '- Z'6b91n 22 '669� j pm °s0o Y z � _ o 6 "689 ry W w e a Co. Bl III p W Ib'600� III wU' 5-089 a � IE'689. ' f'8H � II T 66'68 9 I - - 00 +1 k1 of III i c 'I — III __J B'9B90 3AIW NIdaM131 +� O� +�CtTJl'ii. I C5990 - o o � a o - 9'555. .____ ______ __ II 1 I SS'989i :' I III I 1 6 9 o F9-8 b II / E'E891 s 00 +5 101 I- saeaP _ 9z'S89- - ^ _ li. 0 0 VIV I I e . m " _ se os9 \ �w z'Ia9 Ok'E89 CC48 101+ 00 *A£I OIi r I METHERI DRIVE -bo i/ I I �I 1 I I III I OQ +8zigi u II° II � V' SSE 7l�LZYIal lI I� wlw - I I = I I 00 +LZlhpl I I I i 8'I .9LI DI ei. I I � co-M o l I I I II ' I I li III I I I II �I I III i. 00 +igiOl I. II II I LAKESIDE DRIVE �I /=I I I �o I I Ip 1 l- - I I i 'a �3 zi w f �? >� oN £off w� w�a p >o N6 CK Om f Z 6 �Z L1. 0:'069 I CE69ry v � 5't' S E9 'E c Z I bz h EEZb9 qq T 00 +9C1� o >o ��m e'siaa NS AVENUE s'a dI I II �� I +3 I II° I i 00tb£l, Fl Y Sa .esi oxp+sl � 0 I _I III C I i w wl J4 - ., oo.££llo �lr I II _ UI I I III I - fI. III I = ili III II �- u I�Nllil I I �� I I I oo�l£loi ,dll I j II I I I .Id II I LI f N I _ w Nlti I III Oa±jac i I - I�s c of Wol �u >o �a f wi 0m 21. Wz< r>E ma wm 0W fm z 'mQ 06 li a s" ez� 'aaE €ea? =w e_ E W _ s -- -- -- [� c 133M1S 3NOwrp.t5 S 6'089 65 "6L9+ w as 52'C89 a \ 2s Ogg + + w x _ 00 +S T T Z, 6 d i 7 329' p j _ �I i4� Ei n_ m. u. Ellis F Q Q N w rl - u �y y' y w �w k „emu °u Q mjw y ilw W Q 00-VT TZ oi�w�a N b - \ � �� i Z �✓ w lob O (T e� a c a I 1 I 13341S 38DWY315 w L7Z- A T— 22 r 9 u in ZgLL9 c O sss � w w iY i i Z L 9 _ _ y � I ` � �O♦ 12 j+� c� ���i ✓// 111, � I x �v �yl��� a w> y o � � �� Q J v Y � p� I 0o + ()E1b r � w y _ Ir 9:'L69 i t "5696 WVrAS - 1'a I I I '. 13 C 5 32! I aa ll * 11b 1133MS AS 1 - Zl -db9ry i 2 m 31 Lo69^ r _ p'p 2 � 0 'b590 FQo I In O E'oo3m Uw I Q mll � 55'669 � 00i8Zib' -- I o YI mll� N — cYY9m I k I a w O O � aa�� �I� III 1� COOLO W� 1 II IIL I I LF6 133tl S 3 WVOA5 iC v g133tl183tl9'nV9A5 .� pop 4T ggego _ m I ¢il �1 I _ L9910 o. a �,n bO Lag Ie LO L89 RR o mo O O 89 IS - I z I o a I o 8. cea9 - - _ _ �a °s W I 1y O O �b Lu - 5'9890 I a N I 6 e CO'C9�1 GO i51yd ° y w -- u 89 N s / i a �� m r ce9c° b 6'9090 tc o a m ° Cdr Q 81'989 6'9 Sry T f0 DO 133415 3YOW1 n 133ULS UOKrOA5 I ztaso KJ sat — W - wJE 00 1 021E ej 1Cd Om eE m a & - taJ W wK - - � —SE Ijl 1 P I I m e I « rs ya z- PPe I BOEO � O a � I u, � Ipl soa'aools0 va III o s TOLD 5900 89L9P, 00+1008 L1008 -IS 0.1 (I�' _ o 6919 u u ` e \ i - - - -- b- - - - - -- ` c'LL90 '9L9 �* i o >E PT .PPP r W — - — - — - -_`� - - — — - — - - 0 '9Lan IS GIs' '- 133tl15 3tlO S _• 133tl18 36CW1P S/ o scs ° O III b8 � W J ° u 1 1 I N CI e� �I1 3h34v -A 11T I 1 1' 3nN3AY 9y39N39N61c 1 —= rlr S'LL9N 1 v w o0'OSSr. evs Od I 1 _ ZS'CC9+ m J 111 i�T ZZ +Sr 1 0 1 I T 1 � 1 I b0 +51 co'oos � Fill �, �1 W11 _ too 11��MI£ I jS -lr� a Fd _ Z- t`°Itl WU Ls m \ N^J ll+3 _ TbLS c EL'IL'T 3n35vs +T Va�su ♦ — _ppy� mo�98C9f °9"9C90 Oc1133B15x3dOKV3AS u ill Z *- N _� S u 3 _ SG. a °C "S 20 \ g \ I� ♦sva� au3i_ _ _ _ _ _ b 94S 9 0 bL'SL9 Be s 00'°° +5 pv5 1°2 133UJS 3 CWUS o �Y _ LL mH m m N I m c_ o °o P n n n N 111,y1,1 23 Ml "'"`�'AItlO A8tl3N13M _ - �i 0 CPC9x0E-a G I OZ "66 ?� 0 "OOCN hb 669 ae l Wp — _ �i v�II sf — 3a _� 00- .CC p� I I n c �gg r d6 LII n nO b ao^ s wz" i - N s e N n w rc wa F>'S m a - c 0w m6 e 3 o—P e� IN - I OC 05 +92 e'+S 10 y}'!v�y � i. 3NY1 NOSN3MGI0� 0 GS °a O OC'00�52 e15 1 d o @9'089 N � 1 1 11 I. Zrv3x35�3 x.nl✓i rvtl d Go xl� CEY2�W e95- Ady - C-8C9!1 i3F3AV ea38N3%Vl I ' co oo.oz cas a 1 1 II ° � zs 290 � II III �Yr I E��1 I) 1 II 11 I, li - va p FILE ED O � IL I �1 2013XAR23 dfi;:49 "! I Y CLEK: I. ✓ - IO'VA CITY.10'i ?A �. II I o w o 1 o e w I - I I I_ I - mo ua n � I z a o _ _ w ^ _ u 86 Y FQ ZI � Z'!690 f0 jm o 'J Cp.pe elSlOd 3nitm 30153aY1 I 8["G69a C g W Wll _ II /' �tlf1S'�$3J KZ QW II, I I I I N R a a 4 x zlI I I 1 o u o w Po' _�A1N(f 00"OOSf-e1 d EZ'669 v� k —L F- — ixsiSS'A 671 LT- I l - m �l J JG I. f2 a ui `as � I Imo. a°gs4 F |LED )) mm o eez j } ) ( !r §; . ; •! __ m - ,,l,� Z ,!• _ _: _ _ ! ƒm;§§ 3M. EEI�&i3l — � ` \ \ �.� _ - .� � ' \m\ -- � \ � , ) R22 : {qA • +m - - -� \\ M ; j } ) ( !r §; . ; •! , ,,l,� ,!• ƒm;§§ � o 201m.V 23 AY : 49 3 CITY e lOYiA C1TY.1� "'d& m o� 6 w88 a sns� °,3 f 3w?3'+,333333. a $:583856$' 8 wQ zi B�SR�BS w� AR SSrv& g Ra $ ^$a H �SRrye c0 � §nn § ^ §S8SS38 ZE �o � ~emuw�a <8 �SY € ^�wPY tt°,�'68R28e8 o:�4�g f>� qa- zz om a� w mi s L 8 p E -mom m B R A J 10 �SRaBre Y• �mmmm• 2g gg� a• � s m� asmssa max ao 4 gss eo =, SS �8 ^8 Mil Y3� oAAF� 585tm 22 Ml 3 5 yy °S�A6�W a88 ASR all ?SA '8&R8 `8:-8 va °sw ae k gsa� 3 e o� w88 a sns� °,3 3w?3'+,333333. a $:583856$' 8 B�SR�BS AR SSrv& g Ra $ ^$a H �SRrye � §nn § ^ §S8SS38 � <8 �SY € ^�wPY tt°,�'68R28e8 o:�4�g �SRaBre Y• �mmmm• a a• � 3 e o� w88 a sns� °,3 3w?3'+,333333. a $:583856$' 8 B�SR�BS AR SSrv& g Ra $ ^$a H �SRrye � §nn § ^ §S8SS38 � <8 �SY € ^�wPY tt°,�'68R28e8 o:�4�g 00 +0YI 9A.Rp3 00 +9ill A,y� s c a'o a 3nN3Atl tllNaa31ltl9 m O 00 +56I - 0 3AIW NOStl319 Q 3nlaa NOall" l3 m0 i 00 +8EI = of ao tea° 00 +44I wu' 0w m (1 Q C ° 00 +LEI o ° � � Q O 6. N G-� O a - - -- 00 +931 3NJ3ntl $N8n9 u - 3AIdO Np$V319 00 +5£I - C 00 +I b1 3 x Ca' A Oo +pEl �.�c- 4 2 Q — 1L I 2913M P, 23 M 9i 49 " ITY 0 CL r, i 10 A ITY A C OP +A o ° 00 +991 OO +OSI i o8 a� OO +bbl 0 II Y' O 00 +Sb1 _ o O ' m o l ICI . 3uvi Aesoao 1 � p 00 +[bl'� U N 4 N ® + V V® N IIIL, W p 00 *ZSI n qN � wf on're aoonxrnH OO +bSI Q I o> S O ' i 00 +£SI a w} G �Q�i 00 +[ S[ I\ 9 AMH sn s w WZa ww £� I U wJ I OA% QOONAl'IOH 00 +991 OO +OSI i o8 a� OO +bbl 0 II Y' O 00 +Sb1 _ o O ' m o l ICI . 3uvi Aesoao 1 � p 00 +[bl'� U N 4 N ® n V V® w n k on're aoonxrnH OO +bSI Q S i 00 +£SI G �Q�i FILED a 2010MAR23 A'1 9 49 CITYCLEP;, IOVYA CITY. IG;'A E a Z occ -v o - O _ T g� cE c� Ne e5s way _ - __ N - _ __ TZ = ___ boo W Z 4 _ _ V��_c` -.Q S r € Y € v _ ++a ®m: @ ?c= � , � \ � % } .\ ( \!\) if } ! \ / \ \ \\ \\ \// \ \\ � 1W 7 11,11190- _.. _.. ..._. \` \ \ \ ; Slott \ \} \ \ / }/ \� \/\ \� / \(�\ \ } \ �� {\ \ : _ :! Z � - - _ _ -- : -- _ - - ._ - _- - _ - - -- Cc MGM 1 \\\\\\/\ \ \ \ \\ \\ \} \\ :fg as o \ \j \ \ / \ \ \ \ / \ \ \// \ : _ :! \ \j \ \ / \ \ \ \ / \ \ \// oo +sol _o 201U19AR23 AFI °.:4a: o� % TERRAPIN GRIV CIT 61TY � N o yy� p 3 wf to IotcNENSa — w — w - C7 w — a . — 6 MP —w = � L wz6 wW 00 +001 _ • _" W E c VS � r7 w a v ILAW WJJJ _ w V W LL`L= I O I � , SAA LAIVGENBERG VE 00 +OI1 Ea I I t I l :S 7 __ �e 00,41 00 +SiI u i Zoiar,A � I I oLl 00 +041\ c- ICROSBY LANE GLEASON ONUE Z 3g8 N �o GLEASON ORIVE N a CALIFORNIA AVENUE RE 4OLLYWOOD aaU_EVAFD 3 _£ N L7 � n �z _ wQ = i3 ^Z ¢o Qa w�E W° OW e. ,At IRON AVEYAIE ,� m Lm �E- D WN �+ i 26!u MAR 23 A.M9 =49 oN I f U w _33tl15 3tl�Ntl]AS /' II oi. Fwr Wz'a - W'U III d I iY h ry s Y r w� o j arc_ �o __ ES rcw �,a as w� � ells a�, _ v t* F` e•'y7 \TERRIPIN DRIVE ar�?3 Pn•• \d] __ P. ea� w IE OILKENGON LAN 00 +001 00 +511 €7,.. II �� I' IS u ;l I a I I M'GENBERG SAVE 00 +011 _._. I i I I I •I �g ON-1 wi - w� >s U7 i �FU°as 7 - w 0 ° m a= U FC 1 �Q ti CLi O N. BURNS AVEEWE �� 7�10i•r.? 23 of f� =F* _ F C a0 wf �O w � � / \ w 6 t �y0 WZQ -. �> / w6 1 � CC �w Q wz a 00•P €I _ 1 J 1 it VMTHSROV �DklVE_______• LAKESIDE DRIVE =7 s oo•sz� rc �j H H I m EVER %� o a 00 +0 t; iJ s s 'iEs e 0 ma r o < @S [ z — TF wx wi ®d E E rc� yyg ; LI fm B6 � it • V W 4 _ m2 00-GOT Ell a u 00 +001 _ FT O cLEASaN DRrvE <� 00 +SZ1 00 +041 a s f L f7'-w^ w0 wtv Oss � x oo / H� CRLIFCRNIA AVENGE DO r `c NZ wzo Z. AVENU���% iiTEMAPIN DRIVE BURNS 0 +0Zl _ O e Y eCa — � X �DICKENSDN LNE 5 El Aso R .. x -s I a �tt II B° ETNERBV DRIVE LAKESIDE DRIVE t a = �= L S: 2010 MAR 23 A1 9:50 " CI i Y CLERK se s IOiYA CITY. iC'isl;a u m TERRAPIN DRIVE V m 00 +OZ[ _ i3 2 \ WZ >m \ f0 wzi W > ma ai UWo � 2 ;f DIMEN LAW YL - N R ¢ LL W o 8b` �Y� r4 U' C^l"" s^ 00 -slI r NpZO � R r o c � I LAW, ..ERD gVEN 'x o 00 +01 J ge_ LJ °iY Li � €• i � � ' � CW7 w. ' o E- ciz F o x x r m- - - m - m F - -z w � o o . _ m U R U V 004011 w _ 00 #oI 11 �.. � � U n 2 <�i W I I c F a T F6 It m IN O � >o ma- } � cw r U� Qi N mQ S 00 #901 00 #901 L � s o 00.001 j P _ -- 00 #001 a 4 a -� g N ZOIO „° 23 ADm, 9: 50 CJTrOLD, 10iM CITY jC;7A 0 V (9 U w�l wf 66 £a � a WQ 2= s� �I Oq 0 EOM —w- wzi za N6 wU' zz fm az iw � NQ 1 4 �I z� III i I �a ^.wR d $l'03 eBS aaa 3e� f3do nz �ERRAPIN MM � a Oc�OZ1 y� w �3 �x OICKENSON LANE d� Z � W Z 00 +001 g F z x a ci z U 00 +51 I LL i g i 0 e LA NGE AVENU 'k'• FFFF 00 OT I ssai &_; I e Si � IN ofi o.T BURNS AVE W 3 # 9' HOLLYWOOD BOULEVARD a 2 CROSBY LANE - 4i oo +6s1 I Ps tm yETRERBV MIVE � � LaRE51pE MIVE Oo+S V' s GLEASpN DRIVE pLATIRON AVEWIE ♦. \ \— lO s $off = on \- >, GLEABUN IX21VE r w N• 00 +061 ♦ � • i O�sxQ va = m llo GLIFUFNIA AVENUE � e ^ 00 +£II 4 I 00 +111 — o U` O 3 1 00,0111 3E G.- 3g ., Li O �9 g to 00 +601 FILED € a -.2 IOMA:423 AM 9:S0 CITY CL D? ;- (OV14 CITY, jo ",' _ 00 +ZZ1 V aY � yys N COOOEO 00 +901 Y s�3 / �3Q 33 o ]T 00 +L11 3AIa0 NIdY 31 00-LOT 1 0 + 00 +901 OO +SOI 5•° ] ff" C3 n Y ?g Y 4 KNM a5 00 +b1I ZI 4 4 00 +g ll � =�S FILED € a -.2 IOMA:423 AM 9:S0 CITY CL D? ;- (OV14 CITY, jo ",' 00 +ZZ1 a yys N COOOEO °0 00 +1ZI g o ]T 00 +L11 3AIa0 NIdY 31 1 0 + o > y f 5•° ] ff" C3 n Y ?g Y 4 KNM a5 00 +b1I ZI 4 4 00 +g ll � =�S - � o - - - z yys N COOOEO g o 00 +L11 o > y f 0 F; 4w f Q �\ 2 wa 1 >� m N Kog Sl 3NYll 10O +911 �— nN3X is ,r nNx�� 59• N �W 00 +Sll — OO +bII h nfllnJ lfl3 3 tl R- J - � o - - - z i7 COOOEO -- o y f F; 4w f Q �\ 2 wa 1 >� m Kog ,r nfllnJ lfl3 3 tl R- J I - _ - 3n180 M SV3T ® - g N I 20IU MAR 23 19 5 - - pCW, n o+ - - - - IOiYA CITY, - - a 0 66 a - rz m4 00 +0VI — S w 00 -OCI o — o �Y £ 1 N O O N + + a Z �+ r _ I N m o _ pJ e wo 09+ P C < +m -b 0 b NI w C 111 11 3fM3nr vinamlTV3 o N ze G9� W 7 3A aSH3 13M ,3kIW 3CISDVl Z au w t7 - zrc ag wl 00 +8£[ Lssl _ ssl > u — se+ h Ile 00-LEI 3`y N h 3¢ a O a r O � Oi+ I M N 00 +CZS — III N � os. un l' I3A SNaOB 00 +9£I — YY1 M y 3e �: 00 +9Z1 3_ 00 +5£I ]� ig? 00 ZI FY' S 3 a, S °» h 00 bE[ s3a _ 4 = 00 +VZI — on w Ih GIs N -= 00 +££I — »g ss° f + Eavo 00 +151 on. ' - -o mie wonai�ax - _ 80° OO+OSI — I£ N 00 +bbl 4, h 00 +841 j L � ° v • G 3Myl A05atlJ BOO +,Lbl — o >� s:' s•s y it 00 +9b1 ' �h 00 +Sbi 3AIW NOUIVIA 3AIYn uncw�o _ 3AINa WSY3l; �4 rJ n t 23 V,� 9: 50 0 N 11 r I 9A H9n 00 +951 00 +551 ante aaaNATOH OO +yS L/ 00 +£Sl 00 +Z51 — M - o _ o D�O�/OO^l t O _ 000000 wa N x f G� o >s N — _— � - - -_— aa� fro FW= WZq reQ� f Z Z UW M47 Z a m_ --- -__ - -t t fit! J I� s °effi �a3 00 +1.11 ii G - LL C Q s•� �A�23 n tl AVM3AWQ �nse�+sv _ 00 +801 a' w y - b = w a o IIVHI Ninos 00 +b1I gry oz_ a i W N9E _r egg v a r6 s� n.+ 1 _ of L t oa 00 +£II e a. Z. - 5' 83 N ¢ >i S - y p W =mLL ✓ A5d y = I OO +Zll - °I " h 00 +SOI 00 +111 00 +b0t big - O c r - BxvM3A1tl0 O ml � �•e`3IIN3n Pp x9 =' - =3 W _ rail r a: run �' § 00 +601 �a _ o�u V. - ". l - I�1�1 i '± q _1p^. � 1-w� rmn P N 00 1 �[ 1-n- - - mo 2010 WAR 23 AM 9: 5 II �I g = e� o oa +yyp CITY. Pe >w g © 4 e z � 'Iitltll H1EWN 1< _ ¢z 3AItl0 =1 Idbdd3l 0 w� o +0 8 3 00 +9z1 m _ m < LL - �Na en W W° R' 3 F n W�- 00+6 o w - il O \ �y oo +Sz1 00 +911 ` €4 s° - OO +bZI o5m _ +GI1 Rise J 6 mp .a v _ m Ye °y .100 00 +£2I - \ I 1 0= A litlOtl �� nlnd � 3S ac`s ago= %y _ � oo +zzl s ry _ s � _ -- _ -goy - =z r m -- e�ea nn az 23 A,M - C o 00 +LEI CITY CLER, z -- IO n s P• � f wi /; 1 R atl�.3 f a _ • _a 8_z '$'x z N - p�' Q a w EY_ 00 +9E1 uh - 3fN3Atl SNtlfaB fO 00 +Z£ I > i s� ao� w z Res �soN _ om wn ox US 4 - wP oo•s£[ R 00 +IEi I �. >rai v, n ae R� RR S - ♦N - OO +bEI os: sx sw %d o O o 0 00 +0E1 -_ o + °wl " w Q - Qo Q _ z r ,x n vim( i 3 ;a — - tl0 UI my' Nee 00 +9Z1 ra.n ra.n - m 2 �o +on i — I �I I IS I e Ri F'l ra I I� I I I I I L^I Q id � I I I II I I �I I I - I 95 B Yp° 2� �♦ FQ 2�+ W2 ON f f f w =a om Q. f= W _ N� isi �w a 00 +601 L u F N � IIII I - 00 +sot I 16,1 =off I 00 -401 0l a� I �= I I` \ \I \ x I I i 00 +901 I I I I I II l� I �i I� x 00 +501 I i al 1 i I — I �I I IS I e Ri F'l ra I I� I I I I I L^I Q id � I I I II I I �I I I - I 95 B Yp° 2� �♦ FQ 2�+ W2 ON f f f w =a om Q. f= W _ N� isi Avnwoa mind �— r c'. I �- 3NVl NOSH 010 _ _Nj c c I I 'I = d — I� vWa I- w 0 y rc s I —w- _ F i >o i 0 6 z oa ¢ I °o < I fm m n I d q Q a Ll �i i 11 I n III X11 i � O i 00 +S11 l�lll a o =m I o= s 4 L i I I i ti - r � o I1 J 00 +zit II liVll 3011 � � Tm _ I �I z I I I - I r I- la II I 11 111 �IW i - I� II I I I 00 +111 o w e aes ,106« ° I1 1 e I IN WA T < I e� or-a lo -s 1,- _________ —__�__ w ° w z 3 oLL o _ oM1 _ yip ^.aW pcomaue� i�e I o fi ry f j u v. III 3rt[a0 Nldtlaa3 y _ w z a I"^e1ll N Zy 1 y¢u, i ill I _ I x I //* ry = 00 +6[{ �u�� I1 _ _IP O /y \e'r I fl wi a i r I I 00x811 II 111 a la I I 1571 I ° l OO +L[1 E- -� ox - I - r - - - - -- r.xarba 3anina I E ° II; I' o0 +azc I �, I I I ©Y I I I � I o0 +czl 00.921 00 +szi J OO +bZI 11111m *v I I I II Ill i' I I li I I ' I II i v e tl III n I iI III, I 5 a it IIII� m I i `�I Ali I II 4 I � i �c III of J� I Q� a s a � i I � u l ry W< rz � ww is ac iN °w o w� o'A nog f�q w =. >o �a- w om �z aw m¢ i it INN 0 W � I I I v I I I I a � I, I s a � i I � u l ry W< rz � ww is ac iN °w o w� o'A nog f�q w =. >o �a- w om �z aw m¢ i it INN 0 W I I � o oa +vsi 4 � I 4 •� r N m r� IS , p �I W ago Ni `O` >o = I e e c I I w LL oo +zsi - _ w a o I O III I I � rza� oo +lit ° yl I I �e� I Iry - u _ -- i I. III 11 I I I _ III I - I 0 0 I o I - ih - + 0 + osi a o m w P ' P I M �I �3M1I8 A9tl3H13M �m I � -- _ a� Itl0 30153 I _ __ -- a rq — — 7 — r — " fi N a O Q _ _ L9bL9 n y z _ s - rt _ A3 38 OV�JAS 81S 3 OrItl9A5 bS'bG9 a j m m m I �r �" 6'009✓+ m ¢ — - �r � L'0H90 1 1 _ - O W � - [ "089• �' TZ i[il I� Zu q w E 099 n y I nlw r>o i w Q _ I w t] mm I �x A ms f m 00+6II2! x= iww� o�o 96 ><r al �. N 133415 3 OWUA5 wvxes� I� y ZZ'LL9� _ i - SCi90 I r _ E "LL p H d. ZG _ p l4 _i PGG9 ° �y wn m ° o I - 3w w a P v y3 m a OM y a m 3 C W - eau n 3 In 0 v a n�nou v o a ry uuo — u — 0 LL - 'c s e_ ov - o0 LF6 ° _ o v. P 0 x w �ry - ,mm7no I vm i I g o ° I ° t? — ° � c N o m m O O m O O O _ O y m O O E 0 i I N U 0 WQ z3 wi m m i n0; fro � wz< y m az - o m J a � I F a o u II a o I Q a y < m �e — m P o _ .e. ,w a e .s x o — o o I — O n I a z o p m °rc N U m yQ P x ym o� m i Eon€ _ w N n LUZ= �m AT I O _ a � YH $ o e p LL w i e d& o 0 �1 L. 3 _ � n n d r n . c m C s a p F c uw y < ° P O I fro�i 0 L _ o ' �w m — N V V ti 22 C�a ip N �e1 Fjt w 2 u a � wm N NIA _ a 3 a fm z iv a m N Ell Oo s CP a L06 N x i F a �LLLLLL �e 0 P ° ° � aa_ - ° - ° Ww _ - gm - y m m m m zi � i w m dog e fro h- m az w ° m 0 �m r�l - o 6 _ :L e ,000 m LLLL LL� m. ° .... F O D = cam_: iu o po o I o i � fO m ° w m a J m I _o i3 � ON K� m ^ w W ¢ u 4 N>3 Q� W KK Om I\ UW w6 - V o o e v o ry LL m u In 6 N- � N N N ry ry — 9_F O a T v m m r 3 r. M po p p00 0 V i.. I.. m d -Pi I 2 wS f ] Oy p wiz W (� S QW UU. Q wiz ry n p p ui s Lo U6 G x w c v m m OJIJo L p «x e m a p p e F� ee n _ �3�E CD pry. -r" o _ ;e 9 ,o LL - o LL. I, 1 I .m o _ -�a o m - oory s m_ w = LL o LL =w 0 o j D _ -- O o� s a �s oa s N V m Y FQ m ry 2� WS s� WI O'er n K� WIC 2a n I H>o mQ- wU' Om (9 a I V. s OD _ ;e 9 ,o LL - o LL. I, 1 I .m o _ -�a o m - oory s m_ w = LL o LL =w 0 o j D _ -- O o� s 0 w a i L I � "s g 0 I w w f � o N U i N Q WZ WW -� W, w I N ro€ ma w� I ow f m w. �uPLLcm ow m NQ 0 ((OOm tl z N I. � v t N Am e DO � LL e ��wam I a �hLLU� VIII ° ° � 9 Ir OD 3 � x e N ' fl ea_ ° d _ Y O C s — u s �Y r sp s s r Yp� ^f 3� clf 35YC m _ Q g j F § w�� gs a �a u u S 0w QZ s n; ' 6 v z3 »• Y S � `�5� pttt i F F $P t U6 t u r d C Y, t R 6 '9 s 3z a 3 _ l R A3- ti4 6 ¢ _ ]c de�6_a _ Y° M y5h § kak vc x5 'v 3 V C f �•€ a ggqi g L - 4 T E e {f r s; Y ` I E /- tlieG R A3- ti4 6 ¢ _ ]c de�6_a _ Y° M y5h § kak x5 f $ C to a ggqi L 3 {f r s; Y ` I R A3- €i`es; 6 _ ]c de�6_a Y° 3t § kak f $ C � r 10 3 � s; Y ` I R A3- 6 _ ]c de�6_a C � r 10 : 6 _ ]c C 10 : s; xgac,° 7E ' s � G 3 o� Cryry s 5£ °m ZO!0f'An23 n ` a7 A "5..`2 u J° iui a o ru g a � t; r �P 5 Pigr 2 p eP �� 's p P F r g fJ L e r s _ y18Ei,, •- 1 _ m Q w� - _ B >_ �3 _ Qm � L w�< O oW m ¢z F8 J {9� s 5 j aR gE B �;e e a d b3 q C a T° !!P •� F PJI 1 S h .� d 3 = & a a 9 f' 6t 2G .. e N - arty. xgac,° 7E ' s � G 3 o� Cryry s 5£ °m n ` E# L r r §€ u a o ru F � a � t; r �P 5 Pigr 2 p eP �� 's p P xgac,° 7E ' � G 3 s 5£ §€ u a o ru F � a � t; r �P 5 Pigr 2 p eP �� 's p P F r g � G 3 s 5£ a o ru a � F r g 3AY 943BN30WI it 00 bol wN. — ie �m Yb I�iP 1' O 10 00 +801 OOILCI i, i I a I I 6� I 00 +901 �I _e it 611¢1 I i 00 +501 °m � I 'I I ' I _w F Ili Iw w I� I I � I I I I I r = I 4�Vl —4 s� .III • i v, 00 +511 £w,§ M w »r _ � I I 0 ,6 +£SI i e 00 +ZIS f N Y� -1V ;y I k� I � I I N I ��I WZ JI o'b m >o a 0. sz aw mz I S I LV I>'d II I I I II I °I fiI I�o£l �a I - hi� R IIII i;'< YC. e11 I s? I ee�. 4 III 00 +1 S l o •.I _o f N Y� -1V ;y I k� I � I I N I ��I WZ JI o'b m >o a 0. sz aw mz I S I LV I>'d II I I I II I °I fiI I�o£l �a I - hi� R IIII i;'< YC. e11 I s? I ee�. I { F Oil) M 231 M1952 I L i !r I r . 11 I Y \ I 6' I y / a g I I �a Y OO +IZ[ _ o o I � I• II i dog Ems ______ 00- II Irk F JII c I I I,I i �a� II I I wc� ¢¢ s w 3Ai8O Nld UU31 -_ og I I I ' 6g LE I" II 00 + 1 6 I - - �� dda I 11a I� I � I 1 I� °I a - A � I I 00-811 i m Ilm I \II \ F � � I- w 00 +b?,[ a se II I I a c i I I sa s 111 _ 00 +£Z1 11 rvxi \ _��I EP °9 � O 1 ,� E'bs- e 9 Id Olf 23 7-11 ell I II 0 00 -VE1 LT , o , LL- I m i w w e u z I wa � III LL wt 00 ££1 II 0 m ao< �ws wi< I a I omf I ai I I I r I� I I' I 00 +zEI X � � I I`- w I I I II I I .. 1 1 00 *.I E[���I; I - I .ha ll'i I I pIl i I II °I I I 00 +OE16 + o I I n_ P P I I � I I I ill r w 3AIE10 AM31413M 3N80 30153AV1 b [ eSo� navy li V Y °R 0 Y 3 a gag - - -- �N 0 P - rc a0� g w LL Fwd w J_ w mw - w zrc m � tiw o O _ RO NJ a _ z am _ its i 102 za _ - _ J 2 f O W r 0 z 0 m i I � I g. - WIM TRIPP, HIT - - r I Awl i Etta- pin _ _ ��c EyeFe,� e s I I I j_ °Im B in �� is '.�R oRRR8 RRRU°. _ m - '' -- "- -' -' -' ___ _____ ____ ____ Mpsx- - s� 00 +z11 I �!} I� I �!II - 0 'ICI — a II I I III I I mQ _ 444 6 �OF3 W° WO 1 u O W e I x aZ 00 +601 III 1 I fO I °$ 00 I y �I ° 0 1 NIg a]0 tl01 'a °3i i +I C00: -v15 b ' III n �y 1� II O N 00 +111 A 0 F S 0 +011 I �!} I� I �!II - 0 'ICI — a II I I III I I mQ _ 444 6 �OF3 W° WO 1 u O W e I x aZ 00 +601 III 1 I fO I °$ 00 I y �I ° 0 1 NIg a]0 tl01 'a °3i i +I C00: -v15 ,I o I 4 f . . Q D CD 'n v ° `s I V d om o ya q _ —• m m m a m O I m o - I _uz y � w w it � ii y Q O o� O p N r0 15 n O W cN. 22 o _ W �NN fps x e u w wU' e o W gZ N Z Q u w w w, 9 r nb w� w m In u I " I o wb s jb ,I o I 4 f . . Q D CD 'n v ° `s I V d om o ya q i- � m O WOI b m r 3 - II ry _ of O O 6 1 i 4 Omi O L — T I + 0 0 r w A N O O O + I III. i Sc 2N .n n k OTT I ce j I O O N U O Om L M � ) CD ° i3 - c wx s� eJ YW fFo LL n W U I I 2 i. jU I N W2 Q J i- � m O WOI b m r 3 - II ry _ of O O 6 1 i 4 Omi O L — T I + 0 0 r w A N O O O + I Sc 2N k I ce j I O O C), om - C; C)" 86 In LC) 20 96 lo C:) CD 10 -17 Pr.l OT m m m m i - 1. w m c } 6 °5 1 1 - 1 w w o _ � k � pp Our M�O co o m v Or f m. O M •� I O 0 1. OW co o O j K 1 ids fF''o m 0 p m p w In p W U' r w £ O to In I I O m p NZ � m O n O m vl O m • O T m I w m 19 w m w - a i O m _ x y x w I o uO 1 p N i ° x O yi O r O rl O O i. O In ) O.P z II Ln o 1 e r. - o ge g „cep m I o I I I I I i 1 N � o n o _ w _ = ; w m e ° W� m =N I, o� o, oc� i' c W ° N N F¢ ` 3 w w� pm MI. m o w I w tl o wc9 �m E �r e .h a e �II � pw s — o I a 3 � _ uc — n s ° OW ON e C . CD` OrJI ,.I C3 W W CDW �W + + CD o e e I i f ti P � r e e� M1 � M1 e 0 i i :o = y� ww I r �p - o e ° CD a .V N CD OP II Om n n OP + } Ln In 0 If �w o o— � II I I e ¢+ 0 0 o o o a a m m m m m m�wl Q d o a I w N F C � Ali OBI O tee. r�P�i O Om OO Q-, li + + + 't + 9, v C'1 p m N _ C\j r _ i �6 u I° I tl III ok _ I u I i ° 4 o I T b� b w� �w y -Ow _ OW ON Om + R u + + '. 6. 00 m r o wi ° o; do< -w� m e Mw o ° i a o �m e " a= I ail >v N 2 a O m m w ANN 96- 2 m 3 w PI i w . R o H si s - l S� 'w �i° i Y — f Our O^ P Om C3. a 7 Lop A- O� + + u + Y r cc N— 0 x w I lm w tla RNI" -: m i d - o a w a � 0 i w y oas epo o a OQ F_ O� Oar _ O -r N wx f a o >x ol K N _ O o wZQ w r w r O WU o w O W � Q � Q Z V� d i _ o I I a N s o m INN 0 a a p w _,r a m CD P _ Q.. 1 1 p p -o •� is u i ei co r a e 1 55 O °i�B o 3 — 23 �o ww c 0 m I wx �m 7 I WjC w Za yQ WO 5¢ pw �m W NZ - o s a o 0 - _ I r 0 i I L CD ro -' O in _ _ In CD p e _ Mo 00 r r + s e _ e,1 0 0 w h o a s tle2c o �n in ecs s ' o a J z o z x ° ° ° a w I y` 0 o I a o o _ 0 Ld Z O O O O r 50 J Or 0 djm Lida' Oo T LC) c.. o ^ h^ Nm C%j ...m O I U) .. LSl N y N LP m _ z m a x x n r NQ° O i WU' KK I OW m m I N6 � I N m O O, m O m ° m O m O m m VI n w o O Wm ° Ij Ow' � �l7 0 Lo C j O' 00 m p` _.O i..l 6 Q' I,Le O a p p. v. m o_ w m I I e ) —. - o 0 zags, a w 3 o I , ". 1323 I �- o 2 w a p 00 0 w W 0 O O Ln n N No _�� o Y C\j N P 00 I, N N 0 W N N_ N r ti o a W f� rc k i . 3 -i I o ✓ ` o W j $ - M Wig W (� g �4l EZ 0 °w \ I I °o I I j � o � d 0 m, 4 o el 3 I i -I e 0 0 o m Ln co OIL C6 :.... Irf W - - e o L e � � _ o � M X ;M 23 52 z >o rc� °w _ x � r3 �x pN 20, f_F'o W a 4-�t NQ WV' fz N2 J 0 Q I, O O m O 1 N - w O I� � 6P O a LO ^P O � O P + t Q (p u �P 7 O F Cl cn N N _ w 1 N p 1 v n .. fr PP:_ e�- r q0 �r QJ 3e 2 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 10 -78 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 6, 2010 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE SYCAMORE STREET FROM LANGENBERG AVENUE TO U.S. HIGHWAY 6 IMPROVEMENTS 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 6T" day of April, 2010, at 7:00 p.m. in 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. 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 23rd day of march , 2010. ATTEST: Cit Clerk Approved by: -City Attorney's Office Resolution No. 10 -78 Page 2 It was moved by Champion and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdatalglossarylresolutiomlo.doo NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE SYCAMORE STREET FROM LANGENBERG AVENUE TO U.S. HIGHWAY 6 IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Sycamore Street from Langenberg Avenue to U.S. Highway 6 Improvements Project in said city at 7 p.m. on the 6th day of April, 2010, said meeting to be held in the Emma J. Harvat Hall in 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 ADVERTISEMENT FOR BIDS Sycamore Street Improvements Langenberg Avenue to US Highway 6 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 28th day of April, 2010, and shall be received in the City Clerk's office no later than said date and time. Sealed propos- als will be opened immediately thereafter by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat at 7:00 P.M. on the 4th day of May, 2010, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to Sycamore Street: • Reconstruction from Langenberg Avenue to Burns Avenue; • Pavement and Sidewalk Rehabilitation from Burns Avenue to US Highway 6. Approximate project quantities include: 12,316 CY of excavation and embankment, 14,299 SY of 9" PCC roadway pavement, 1,649 SY of PCC pavement patching, 10,250 SY of PCC diamond grinding, 1,835 SY of 4" and 2,484 SY of 6" PCC sidewalk pavement, 5,249 LF of subdrain, 3,223 LF of storm sewer, 44 storm sewer structures, pavement markings, erosion control, seeding, traffic control and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by Foth Infrastructure and Environment, LLC. of Cedar Rapids, 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 and post bond satisfactory to the City insuring 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 for a period of not to exceed fifteen (15) calendar days until a contract is awarded, 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. 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 Council, 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) year(s) from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: Mav 24" 2010 Completion Date: April 15° , 201 1 Liquidated Damages: $800.00 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 City Engineer of Iowa City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $75.00 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: Treasurer of the City of Iowa City, Iowa. 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 subcontract. 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 will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK �aJ Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 10 -118 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE SYCAMORE STREET FROM LANGENBERG AVENUE TO U.S. HIGHWAY 6 IMPROVEMENTS 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 10:00 A.m. on the 28th day of April, 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 meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 10 day of May, 2010, or at a special meeting called for that purpose. Passed and approved this 6th day of April , 20 to ATTEST: %74174d.4lao �� BLS t% CITY'ELERK pwengVes /sycamore- langenbergappp&s.doc MO MAYO Appr ved by City Attorney's Office Resolution No. 10 -118 Page 2 It was moved by Bailey and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata/glossa ry/resolution -lo. dm NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright 05- t' Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 10 -273 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE SYCAMORE STREET FROM LANGENBERG AVENUE TO U.S. HIGHWAY 6 IMPROVEMENTS PROJECT, WHEREAS, Streb Construction Company, Inc. of Iowa City, Iowa has submitted the lowest responsible bid of $2,100,697.18 for construction of the above -named project. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The contract for the construction of the above -named project is hereby awarded to Streb Construction Company, Inc., 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. Passed and approved this 10th day of may 2010. Mayor Approved by: ATTEST: !t tce ac) City Jerk City Attorney's Office Resolution No. 10 -273 Page 2 It was moved by Wilburn and seconded by trims the Resolution be adopted, and upon roll call there were: AYES: x x x x x x wpdata/glossary/resolution- ic.doc NAYS: " ABSENT: Bailey x Champion Dickens Hayek Mims Wilburn Wright Printer's Fee oi0 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: TIE IOWA CITY PRESS. CITIZEN FED. ID # 42- 0330670 o G 1 S(,) A1a-rr2 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): ,M A-9- i 36 .20(l) Legal Cle Subscri ed and sworn to before me this — I .).• -,p day of AQ.zn•,� A.1 ?, 20l/0 r.t, LINDA Kr 1[tary° ublic Commission Number 732619 er> NyCommissionExpires Janua 27, 2011, OFFICIALPUBUCATION ' NOTICE OF PUBLIC HEARING ON PLANS. FOR 6 IMPROVEN IN THE CITY OF "I TT IUWA ANO 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 Sycamore Street from Langenberg Avenue to U.S. Highway 6 Improvements Project In said city at 7 p.m. on the 61h day of April, 2010, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 E. Washington Street in said city, or if said meeting Is cancelled, at the no)a meeting of the City Council thereafter as posted by the City Clerk. Said plans; specifications, form of contract and estimated cost are now bn 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, earning 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 80803 March 30, 2010 Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED. ID tt 42- 0330670 Buns- BreeWho, 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): q �Rry. �� 2oio Legal Cler Subscribed and sworn to before me this day ofd A.D. 20/ Notary Public �prAls a E LINDA KmOTZ ssionNumber732619 ommission Expires anuary 27,2011 OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS S camore Street Improvements an rg Ave'ride`Co GS — tghway 6— Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, unfit 10:00 A.M. on the 28th day of April, 2010, and shall be received In the City Clerk's office no later than said date and time. Sealed propos -als will be opened immediately thereafter by the City Engineer, Bids submitted by fax machine shall not be deemed a 'Sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meet. ing to be held in the Emma J. Harvat at 7:00 P.M. on the 4th day Of May, 2010, or at such later lime and place as may then be sched- uled. The Project will involve the follow. ing Improvements to Sycamore Street: • Reconstruction from Langenberg Avenue to Burns Avenue; Pavement and Sidewalk Rehabilitation from Burns Avenue to US Highway 6. Approximate project quantities Include: 12,316 CY of excavation and embankment, 14,299 SY of 91 PCC roadway pavement, 1,649 SY of PCC pavement patching, 10,250 SY of PCC diamond grinding, 1,835 BY of 4° and 2,484 BY of 6° PCC sidewalk pavement, 5,249 LF of subdrain, 3,223 LF of slorm sewer, 44 storm sewer structures, pave. ment markings, erasion control, seeding, traffic control and miscella- neous related work. All work Is to be done in strict com- pliance with the plans and speciff cations prepared by Foth Infrastructure and Environment, LLD. of Cedar Rapids, which have heretofore been approved by the City Council; and are on file for pub. lic 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 emporalion 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 falls to enter into a contract within ten (10) calendar days and post bond satisfactory to the City Insuring the faithful per. formance of the contract and malnle -nance of said Project, If required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the low- est two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, 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. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (too %) of the contract price, said bond to be Issued by a respon. sible surely approved by the City Council, 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 guar- antee the maintenance of the improvement for a period of five (5) year(s) from and after Its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Stan Date: May 241h, 2010 Completion Date: April 15th, 2011 Liquidated Damages: $800.00 .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 City Engineer of Iowa Cfty 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bid- ders. A $75.00 nonrefundable 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: Treasurer of the City of Iowa City, Iowa. Prospective bidders are advised that the City of Iowa Cfty 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 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 will be given to products and provisions grown and coal pro- duced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal rest. 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 Irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 00826 April 13, 2010 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City"), and Streb Construction Company. Inc. ( "Contractor"). Whereas the City has prepared certain plans, specification forms for proposal and bid documents dated the 22nd day of March . 2010 for the Sycamore Street Improvements - Langenberg Avenue to US Highway 6, 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 1.2 b. 'Iowa Statewide Urban Specifications for Public Improvements Manual' C. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; d. Plans; N O e. Specifications and Supplementary Conditions; o 2 ` =5� f. Advertisement for Bids; c -,) � g. Note to Bidders; -< b :M h. Performance and Payment Bond; cn - w I . Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; ' j. Contract Compliance Program (Anti - Discrimination Requirements); k. Form of Proposal and Bid Documents 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. FORM OF AGREEMENT AG- 1 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): OalyW5laujn A!Y —° D +- M 1=-enee- A q!500( `°- FO i ( a)5 06 '�o Free(Me(n (DA 6f -700p 6p tt� TA Evrr I'oh a1, 000 tP V-W S 4 q-, bw `.6 LLNthtuq, a9,CM0 0uaIJu1-mMr- 706Wa6 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this ;day of ni=au _qoVU . OWNER: CON CTIF City of Iowa City $�r Y) j C Ofd Co Ti c By By feu /Pn 1M / (Title)VICO4- e5'1dPU& Mayor ! / ATTEST: ATTEST:)CfVI dT I d SLN_ ey� (Title) f re S I d e 12.1 e.}, City Clerk (Company Official) �JJ APP vED BY: City Attorney's Office FORM OF AGREEMENT AG- 2 N O CJ �' fr s�y,J cx, CA) ,i FORM OF AGREEMENT AG- 2 FORM OF PROPOSAL SYCAMORE STREET IMPROVEMENTS LANGENBERG AVENUE TO US HIGHWAY 6 NOTICE TO BIDDERS: PLEASE DO NOT USE THE BID FORM INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL FORM ARE INCLUDED WITH THIS DOCUMENT. Name of Bidder Co., ZTo(. �� Address of Bidder /8 Go.n „V,641 JY'Vt :EOWA L;{ rTow4 TO: City Clerk City of Iowa City - Civic Center 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder subm its 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 1 Z and , and to do all work at the prices. 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. N O � O Y /7 FORM OF PROPOSAL ADDENDUM #1 FP-1 17� g—: j `bTd -C FTI ", Co C.J FORM OF PROPOSAL ADDENDUM #1 FP-1 SCHEDULE OF PRICES ITEt•I DESCRIPTIDN UNIT TOTAL UNIT COST 3 YZA 5'l50_� s 3 0LC s jV"O6OY"__5 LXILtI DEC) PRICE s' 3 0:Y' - z Q7O•�� DIVISION I - GENERAL I I CONSTRUCTION SURVEY FIELD OFF ICE 1 _ T -._ 12 _LS LS -LS 1J _ 1AOBILGATGN �- DIVISION 21 2- EARTHWORK CLEARINGANDCRUBBING PAVEMENT REMOVAL - - -- DRIVEWAY REMOVAL - -_ _- - - _ SIDEWALK REMOVAL _ _ _ REMOVAL OF EXISTING CURB {GRIND) _ - -_ REI.IOVPo. OF EXISTING STRUCTURES - _ TOPSOIL. S TRIPPING. SALVAGRIG 6 SPREADING EXCAVATION CLASS 10. ROADWAY ANN BORROW SUDGRADE TREATMENT. FLY ASH 1.1001FIED SUBBASE LS - _ 1 9,554. I85_ s _I1�ak5 $ 3• _ic7 $ 3 • r> > $ �-1 a7 s 2 ( fS S iv4O E 5 $ �I JJ 5 _ �tL t 1 E 5 S IMITg14 •�J 5 1 �1 0 5 QY[[�` - 22- _23 24 -SY_ SY SY _ 2,641 2.5 _ LF EA _ _ 300 _ B 26 _ 2.7 28 CY CY 3,096 12316 17560 29 SY - _ $ � 2.10 CY -_ -3,119 S Y DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION 31 DIVISION 4,1 -4.2 -SEWER 4..3 TREND F UPlDATION SIABILIUITIONTIMLRIAL IS q 4 SEWERS AND ORAING SEW9_R STORM. I51N DIA. RCP CLASS III _ S10R1A, 1BItJ- DIA.RCPGLASS III_ - -__ SEWER STOR4d. 241N- _DR. RCP CLASS III _ TON 40p � LF 67e $ Z6 _ LF 477 LF __ _ 432 44 SEW'ERSTDW.1,30I1J- DIA_.RCPCLA55111 _ LF 591 $ U-7, 45 SEWERSTORM,361N.DIA., RCPCLASSIII _ _ LF _ 149 _ $ $ g L 1 o." 4.6 SEW'ERSTCRM.421N.0IA, RCPCIASSIII LF_ 720 $_ � $ § (tf�'c'� 4.7 _ SEWER STORM, 221N. X 13.51H . ARCH {1B Ifl. EOUIVI RCPCLASSIII LF 32 40 SEWER STORM, 26.5114 X 18II4 . ARCH(241N. EDUIVI RCP CLASSIII LF Bfi 4.9 4.10 SEWER STORM 35.2511L X 225 IN ARCH (30114. EQUM RCP CLASS III APRONS. CONCRETE, 16 IN EO.ARCH PIPE (2851MX 18 1U), W /APRON GU _ LF EA 58 - 2 $ s •,, s - 7b4. - FI`1�/ . $ 1 -_4.11 APROIJS. CONCRETE. 24.10 DIA. W /APRON GUARD _ EA _ 1 n c j 4.12 APRONS. CONCRETE, 30 0J. DIA., NJ /APRON GUARD _ EA 3 E ! L� _ $ 4 1 4 14 - 4 15 416 - 4_t]- APRONS. CONCRETE 30113. DIA, REMOVE AND REINSTALL SUBDRAIN ANN FITTIIJGS, 610. CORRUGAI E.0 PVC (TYPE II SUBDRAIN, CONNECTI0N TO EXISTING 114TAKES SUBDRAIN. CLEANOUTS, A IT PVC. TYPE A�1 SCORIA SEWER AND PIPE CULVERTREEIOVAL _ EA_ i LF 5,249 $ I 1 IF EA EA 48 6 , 939 $ S _ A� $ LF [� .,>�;Cx7 $- -1T ?.I DIVISION 5 - WATER IAAIN S A PPURTEtIANCES 5.1 VVATERMAIt4 ,ADJIJSTI.IEI4TIHORIZO14TALI_ EA 4 $ ate 51 - _WATER MAIN, ADJUST EIENT(V RTEALI -- _ EA _ _ -2__ S $ -YfA1- $_- ) _ s•�� $f �',1D1d, j7 s L4, H 5,3 _ HYDRANT ASSEMBLY RELOCATION EA 2 1 13 5A ADJUSTMENT OF FIXTURE, HYDRANT ASSEMBLY 5.3_ AOJU5T1,1EfJT OFF IX T ORE. VACVE BOX ASS El.$BLY_ EA _5.6_ 57 - FIRE HYDRANT ASSE3dRLIES_ WATER LIAIN, DUCTILE IRON.61N EA LF _I 96 _._.,)�)o_ _ s 7j-.°� T Lk' • � . ..r �. co O FORM OF PROPOSAL O ° ° "`..� ADDENDUM#1 " f� 2 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TUTAL UNIT ;DST- FXTENDFD PRICE 5.8 59 510. 5.11 WATFR LAIN. DUCTILE ROIL 8 IN 161N %6111 OUCTII.F RON TAPPING SLEEVE W16 IN VALVE. 16 IN X 0111 DUCTILE 1 RON TAPPRIG SLEEVE VJIB IN VALVE WATER MAIN FITTINGS _ -- INSULATING WATER MAIN WATER MAIN REFNVAt STRUCTURES FOR SANITARY AND STORM SEWERS LT CH IF 103 I _ $ $ �QJ •1� ,�) �IJ s � )q $ 4 q ZJLL.• _- Los- EA - 1,016 _ 17 $ ? 5 _ )1 $ 0z 7 y 5.12 5 13 LF 201 E � CD 1 -5 co DIVISION6- r: 5 3 aC--) - _I 6.1 STORH SEWER UTILITY ACCESS, SW 401. 601N. UTA INTAKE., SW 50B - INTAKE, SW -503 RITAKE, SW 510 _ _ FA 1 62 EA - EA EA__. EA _. . _ - _ -_6 - 1 ___ it _ 2 $ Z cY) . 7� 5 ��C.J• S JnF>cn� _ $ K � a� - _ � b ���. $ 'c�GjI asCiL7.�� 6:] 64 6.5 INTAKE. SW -510, TOP AND CISCRf ONLY - PIT AKE. SW 510 L(1001FIE6) 66 EA EA 5 J _ 3 _ 1 3 -•"v �. , $_ _ _ �ya�, -_ E `� E zF � s- 3 �1 �`, $ �I��c�iCb $ �� _ S 3Z•$]PAVIDAENT. 1 $ 'l�I���• s $ 5_ 5 Z'11 5 $__ _Z /567 r� 6,7 INTAKE S V -512 INTAKE SW 5131TOP ONLY) - -- - -� IIJTHKE. SW 513 II EIAPORARYI _ 68 EA _ EA - EA EA 69 6.10 6.11 _ -__ _ INTAKE, PA 41 INTAKE, RA_41Vll RA -42 EXTENSION UHT T ADJUSTMENT OF FIXTURE, SANITARY SEWER MARMOT E _ STREETS AND RELATED WORK STAROARTJORSLIPFORIIPC .CONCRETECLASSC.CLASSJ PAVE3GENT,HHA BIEJ. _ 7 4 612_ F.A _ 5 _ _ 14,299 DIVISION? 1.1 12 7.3 SY - TON - -. ]73 $ 71z 6$ _ S __ZCam.$O $_. Z,S.� _ 3 3S. [0 $ 27 PAVEMENT, DETOUR _ SY LF 6,518 _ $ _/73l_RL, _ 7.4 -- _ CURB AND GUTTER, PCC, 2.5 FT 205 E p$�S. M�,�CI, � 7.5 76 _ ORIVEWAYPCC,611J _ -_ -- SIDEWALK, PCC, 4 IN, _ SIDEWALK, PCC, 6 VC - SY _ 240 - 1 835 SY -E Z2. E 7V 70. P' 7.7 SY _ _ 2.484 E 2eD. � E tpy Siy LB 19 SIDEWALK. PCC PEDESIRIAN CURB RAPAP _ - DETECTABLE WARING PANELS CAST IRON) SY 212 $ S• E 7 qZO. SF TON _ T014 538 _ 49 200 _ $ ?O $ Od 5 _ 9 $0. 7.10 SURFACING, DRIVEWAY, CLASS A CRUSHED SI ONE 7.11 GRAIJULAR SURFACING ON ROAD, CRUSHED STONE(TEMORARY ) $ 7b, p0 $ 000 l 12 PCC PATCHES. FULL DEPTH BYARFA _ - _ - _ PCC PATCHES, FULL- DEPTH. B'7 COUNT CD RASY.El nSSEIABLY�FI LGJGI H) PCC PATCHES. PI TO lAl,OEPRI. BY AREA - - - _ _ PBCPATCHES, CUR B ANU GUTTF R PCC PAVEMENT SURFACE REPAIR, ❑IhIdOE1D GRINDING 0 - TRAFFIC CONT ROL. SIONA LS AND LIGHTING PAINTED PAVEMENT MARKINGS. WATER BORNF I SOLVENT SY_ 1.622 8 [0 �. �_ $ / j(•___ 713 1.14 EA EA SY 48 50 $ 206- Oo OV F 0Z. y $ 9 8Yo G Ep S /DO, 9,]5 16 S (90. S (0�UO._. _. 00 ji6 Liz L _ 11 ,10,250_ n0 $- _ -.7,5 [_ SY 3 3(0 28S'." DIVISION et_ STA 11280 f E 3UL�• 82 PAINTED PAVEIdERT MARKINGS, DURABLE _ _ PAINTED SYMBOLS, DURABLE TYPEASIGNS.SHEETALUMINULI - __. POSTS, STEEL STA 150]]_ S 63 EH _ _ _ 90 q�,.�. $ 20 E �p,'y�• _ 84 SF _ 145.5 S $ Z /9ZZ 8,5 B6 LF -__ 228 - -_./ $ 12.75 S _5. 0000•�y _ $ _ 2907 , GO _ $ 3�1�00 _ TRAFFIC CONTROL LS - 1 N O FORM OF PROPOSAL O o ADDENDUM V I Z,-.FP � - 3 �cn G� ED �{ co r: W SCHEDULE OF PRICES ITEM DESCRIPTION UNIr _ TOTAL UNIT COST EXTENDED PRICE 8Y _o_e_ 89 - B. 19- DIVISIDN FLAGGFRS cDNDUn.21N DIA.rloae (TREUCHeD) CONDUIT. 21N CIA HOPE IBOREOL_ — N rIDHOLE C24 IF; X361,!) - - - 9. SITE WORK AND LANDSCAPING SEEDING_ IeRT1LIlIN1, NDrIULCLlUG TYPE 1.PFRNANFrITLANa4LlIXTU — - — — - S EE DI HG F L R I ILIZID T'. AN1) IF ULCIIF DC TYPE 4, URBAN TEMPORARY EROS SILT FENCE INLET PROTECTinll FILTER SOCKS - -- OA( Lr 25 _ e.95s 5.445 s 3ob.o� - s 2,� $ YO — - -- $__ 7 !� sue.' -- 3 2/74. s s - -_/7 9i0, °P tzJ a 7,3 pO `- 3,�<_'. S — LF FA - 4 305 - - -- ".P 9J._ 92 93 _ 94 95 ACRE_ --- -, ACRE EA 305 — 2 _ 16 500 ¢ %20.j, U0 - s __.'`4�� 5 '26�0 0=> ! b & LF 9.6 CONSTRUCTION EROSION CONTROL _ _ _ TREE PROTECTION _ _- _ RIEVETMENL CLASS F _ -_- - -- LS S Z_PoO.�J F Z. o0 O. 00 _ 97 _ EA _I_ 5 5 S9L _ 30 _ TON _ _ - -4g 99 _ 9 T FIELD FENCEREHOVEANDREPLACE - WOOD BOARD FENCL, RCMOVEAND REINSTALL LF LF 340_ 5 D. S 'J 5, S _ /� _,_ S '278[ - 3 Z�Z iO S• 981 9. 11_ CHAIN LINK F ENCE. REMOVE AND REINSTALL LF _ 151 9.12 9.13 CHAIN LIAR FGF:CE 4 FT HIGH, TEMPORARY LANDSCAPING FEATURES, ADJUSTMENT OF FIXTURE 30 -I N HIGH STEEL PIKE PATH OBSTRUCTION. REMOVE AND REINSTALL LF FA 955 t 3 �• ZDN. _ S CiiU "' phi $ - 2 3 , _ 4 - Z cc, �? _ - __. $ s 794. S Z O 00. , _ 9 -14 _ _ FA 2 t /p00. 9.15 9.16 LIODUI AR BLOCK Rti AI,IIf4G WALL RELOCATION OF I.IAILBOXES- SF _ 280 8, i���/ �¢ G�'�Q O EA _ _ _ _ - _ TOTAL BASE BID OF ITEMS: s Z loo, (DN% /$ FORM OF PROPOSAL _ ADDENDUM #1 FP -4 N e O u t 6� ry 1 C--)+ ".P co L9 FORM OF PROPOSAL _ ADDENDUM #1 FP -4 The names of those persons, firms, companies or other parties with whom we i rite nd to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, area as follows: t7 yy "fn � QTLI - C ti}til $ coo. T%�N-1 rTQg(-r- inGP � ,710, l0 000 � NOTE: All subcontractors are subject to approval by City. The Owner reserves the right to accept or reject the Bid. l he Owner intends to award a single contract which it deems to be in the best interests of the City. All Bidders shall submit a detailed "Schedule of Values" as described in the Instructions to Bidders. 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 slates 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: B �}e:�e,r, vrt Sire. (Printed Name) V• r (Title) /9 Q216yzrd Ora P n aox 3327 TC, (Business Address) Slot- 3-,S- 3y9g (Bidders Phone Number(s) 319- 3s1-y3�g (Bidders FAX Number(s)) a -ofrr1 m-r (Bidders Federal Tax I.D. Number) No D FORM OF PROPOSAL ADDENDUM #1 <� FP -5 C7 7 d CO W Bond No: 54.181662 PERFORMANCE AND PAYMENT BOND Strob Construction Co., Inc., 18 Commercial Drive, Iowa City, Iowa 52246 as (Here insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and United Fire & Casualty Company as Surely, hereinafter (Here insert the legal title of the Surety) called the Surety, are held and firmly bound unto the CiN of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Two Million One Hundred Thousand Six Hundred Ninety Seven and 181100 ($ 2,100,697.18 ) 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 March 22, 2010 , entered into a (date) written Agreement with Owner for the Sycamore Street Improvements — Langenberg Avenue to US Highway 0, 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 the City of Iowa City, 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 Owners 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 determination 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 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 amounU payable by Owner to Contractor under the Agreement, togethgr.�with any addenda and /or amendments thereto, less the amount propetly,pgfd by Owner to Contractor. PERFORMANCE AND PAYMENT BOND j D_ I 'L� ,� rJ Co ?' w 'L� C. The Contractor and Contractors 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 57$, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, 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 13th DAYOF May 2010 IN THE PRESENCE OF: Streb Construction Co., Inc. (Principal) / n vll V t Witness (Title) Witness Stac V nn, Secretary PERFORMANCE AND PAYMENT BOND United Fire & Casually Company (Surety) i cite) Dianne S. Riley, Attorney -in — Holmes, Murphy & Associates, Inc. P.O. Box 9207, Des Moines, Iowa 50306.9207 (Address) N O D < co W UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint SUZAN K. BLAKE- BUNDY, OR KEVIN J. KNUTSON, OR JACQUELINE M. DEVINE, ALL INDIVIDUALLY OF THE CEDAR RAPIDS, IA OFFICE, OR DIANNE S. RILEY, OR CRAIG E. HANSEN, OR JAY D. FREIERMUTH, OR BRIAN M. DEIMERLY, OR STEPHANIE RIVERS FINNEY, OR CINDY BENNETT, OR ANNE CROWNER, OR TIM MCCULLOH, OR STACY VENN, ALL INDIVIDUALLY of DES MOINES IA its true and lawful Attorney(s) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Any and Al 1 Bonds and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney -in -fact. "16d14q)L / �p conronnis seAr, aQ`. it 11RAPIDS IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 15th day of March, 2008 State of Iowa, County of Linn, ss: UNITED FIRE & CASUALTY COMPANY By �� �A On 15th day of March, 2008, before me personally came Dennis J. Richmann Vice President to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. 1e� Mary A. ame @ loxa Notarial Seal l� Commission n numberj—� o.Yp ] My Commission 01261io Expires Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by -laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of ilie said Company Few TAO this 13th day of Nay 20 10 RAP '� conronnrE °�'s_ •� S6A1. �' Secretary BPOA00190706 �rDJ Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 4_ dd(l ) RESOLUTION NO. 12 -199 RESOLUTION ACCEPTING THE SYCAMORE STREET FROM LANGENBERG AVENUE TO U.S. HIGHWAY 6 IMPROVEMENTS PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the Sycamore Street From Langenberg Avenue to U.S. Highway 6 Improvements Project, as included in a contract between the City of Iowa City and Streb Construction, Inc. of Iowa City, Iowa, dated May 10, 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, funds for this project are available in the Sycamore Street - Highway 6 to City Limits account # 3811; and WHEREAS, the final contract price is $ 2,081,470.28. 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 1st day of May , 2012. /,0 pV Mayor ATTEST: ))�J 2e- City Clerk Approved by: �(ua /dw,�I NAG 46 City Attorney's Office 0.1141 Z� Resolution No. Page 2 It was moved by Champion and seconded by Resolution be adopted, and upon roll call there were: AYES: x _x — x x x x x NAYS: Dickens the ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton