Loading...
HomeMy WebLinkAboutINDUSTRIAL CAMPUS/2011rL "D 2011 3, MAY I I . /?- /� n 1 1 Afrr. of _cOn --} rc� s - r 61ie- !7 @liri6�C� on p wn S ape c; �_c_ iD.u.�� —"?mow. DT cOn rac-j- If eS ,.^'.k�e o� CO.�I' "h�'r• Ewa Cr.{y Tncl�r!g�- C�grr�,AK.c '/�c�iG -�'� d,re�•i•�nQ dace �ul;ae- o-[- - Q. cYly e-N` �t — ��'L�iDr • 2. , Y.q J M���,w v e.x Q Cu' _ Lzt, +k �rrLew� , LLCl2 .rt> v: c Cri!1.e2r,r. �t- /1 �nd�t5�n:a l- tli�•,au� ��-% `r0 � r�7[9�rr�t+3�s _l^�EE: Or _ �l_n�R& 06 ID —q %Cor__���Kic��Sp_�t�u� ) II I (J 1 4v G-CLD 0.Y . eitGF-e. �.( ��r•1C C -Jy .CQQvv 4,v - su�i4S%i -.Cl� icy F0_ 6i dens ? iix h9 tmQ dl- slum, l( C',}� 4a a2w� %Jo-�- ;ems To. �:?c� r�5 �rv�o� �i,��iL_CCCh; Cn-• .` neso _a z'fc> 2uJ.c�rd�r C �tr4c= t� au1 -. oi, z, „cy �i_ •2 t�-tb V l nt,- y ,v -A lo—,k(7W�Fti �i .w� \� —Ca•�s rL- L'�.in.�`- ' �1Ay - �? _ Fo! V � r eon •cYG� �e� orvna c� r<kl Q 4- W 4:. �'2aarSon -. 0 Specification No: Specification For 110VVA CULT ]INDUSTRIAL CAMPUS Iowa City, Iowa CITY OF IOWA CITY City of Iowa City Engineering Division — Public Works 410 East Washington Street Iowa City, Iowa 52240 Phone: 319-356-5140 Fax: 319-356-5007 Contract Documents Prepared By: *Foth Foth Infrastructure & Environment, LLC 4211 Glass Road NE, Suds B • Cedar Rapids, Iowa 624982516 Phooe:(319)365 -9565 • Fax: (319) WS-9631 N O O 452 b %� =t W c-) -<M a SPECIFICATIONS FOR IOWA CITY INDUSTRIAL CAMPUS IOWA CITY, IOWA FOTH INFRASTRUCTURE AND ENVIRONMENT LLC. 4211 GLASS ROAD NE, SUITE B CEDAR RAPIDS, IOWA 52402 \Ui�nnuilp N D pFESSIONq�Il xl' supervision and that I am a duly licensed Professional Engineer •• under there laws theStale Iowa Dale: + L9ll ��'; e SCOTT K. Scott K. Severs, P.E. SOVERS _ License No. 17141 17141 My renewal date is December 31, 2011 �^{•'•.,��, Pages or sheets covered by this seal: All pages \Ui�nnuilp I hereby certify that this engineering document was prepared by me or under my pFESSIONq�Il xl' supervision and that I am a duly licensed Professional Engineer •• under there laws theStale Iowa Dale: + L9ll ��'; e SCOTT K. Scott K. Severs, P.E. SOVERS _ License No. 17141 17141 My renewal date is December 31, 2011 �^{•'•.,��, Pages or sheets covered by this seal: All pages TABLE OF CONTENTS CC -1 N ° GC -1 Supplementary Conditions .......................................................................... ............................... E — R -1 IOWA CITY INDUSTRIAL CAMPUS IOWA CITY, IOWAn Title Page o Certifications s Table of Contents BIDDING REQUIREMENTS, CONTRACT FORMS: Advertisementfor Bids ..................................................................................... ...........................AF -1 Noteto Bidders ........................................................................................... ............................... NB -1 Formof Proposal ......................................................................................... ............................... FP -1 BidBond .......................................................................................................... ...........................BB -1 Formof Agreement ..................................................................................... ............................... AGA Performance and Payment Bond .................................................................... ............................PBA Storm Water Discharge Associated with Industrial Activity for Construction Activities ..............SW -1 CONDITIONS OF THE CONTRACT: Contract Compliance (Anti- Discrimination Requirements) .......................... ............................... CC -1 GeneralConditions .................................................................................... ............................... GC -1 Supplementary Conditions .......................................................................... ............................... SCA Restriction on Non - Resident Bidding on Non - Federal -Aid Projects ............... ............................... R -1 SPECIFICATIONS: PART 1 – GENERAL REQUIREMENTS 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 02230 Subgrade Treatment, Fly Ash ......... ............................... 02230 -1 Section 02660 Water Distribution ......................... ............................... 02660 -1 Appendix A: Accepted Products for Water Distribution Materials...... 02660 -17 Section 02910 Wetland Seeding .......................... ............................... 02910 -1 ADVERTISEMENT FOR BIDS Iowa City Industrial Campus Sealed proposals will be received by the City Clerk of the City, of Iowa City, Iowa, until 10:00 A.M. on the 14th day of June, 2011, 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 21St day of June, 2011, or at such later time and place as may then be scheduled. The Project will involve the following: The construction of site improvements as required to develop approximately 1h 3 acres of land located adjacent to 420th Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 50,550 CY of excavation and embankment, 9,213 SY of 10" PCC roadway pavement, 2,356 SY of 6" PCC sidewalk pavement, 4,871 LF of subdrain, 4,256 LF of storm sewer, 26 storm sewer structures, 2,488 LF of water main, pavement markings, 5,014 LF of sanitary sewer, 330 LF of directional boring with steel casing pipe, 12 sanitary sewer structures, 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 N O Vic. u �n ca LED, :X cn Utl� S� ADVERTISEMENT FOR BIDS AF -1 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: July 5`h. 2011 Completion Date: Aril 30 2012 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 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. The refund will be issued 2 weeks after bid opening if re- useable plans and specifications are returned to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to 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, N 0 a — sy c7 -G i r 'din v. ADVERTISEMENT FOR BIDS AF -2 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 N O E7 _ �n FYI Ln mar r� 9� ADVERTISEMENT FOR BIDS AF -3 2. 3. NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days priorto 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 0 ci — �^ A -IC7 W r q s .. n NOTE TO BIDDERS NB - 1 FORM OF PROPOSAL IOWA CITY INDUSTRIAL CAMPUS 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 Address of 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. N O C-) FORM n� � 79 rn _ cn • 0 ppl� Y • ■ FORM OF PROPOSAL FP -1 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE DIVISION 1.1 1 - GENERAL CONSTRUCTION SURVEY FIELD OFFICE MOBILIZATION LS LS $ $ 1 1 _ 1 1 $ 1.2 $ _ $ $ $ 1.3 _ LS $ _ 1.4 1.5 RAILROAD PROTECTIVE LIABILITY INSURANCE RAILROAD FLAGGER 2 - EARTHWORK CLEARING AND GRUBBING TOPSOIL, STRIPPING, SALVAGING & RESPREAD _ TOPSOIL STRIPPING, SALVAGING &RESPREAD, SITE EXCAVATION, CLASS 10, ROADWAY AND BORROW _ _ EXCAVATION, CLASS 10, SITE SUBGRAOE TREATEMENT, FLY ASH MODIFIED SUBBASE REMOVALS, AS PER PLAN 3 - TRENCH AND TRENCHLESS CONSTRUCTION LS $ CDAY 15 $ $ $ _ $ _ $ $ _ $ $ S S DIVISION 2.1 LS CY _ CY _ CY_ CY _ BY CY LS 1 $ 2.2 3,828 $ 2.3 21,150 $ 2.4 26,243 $ 2.5 24,307 $ 2.6 21,544 $: 2.7 1,847 $ _ 2.8 DIVISION 3.1 1 $ $ $ _ _ 1 1,000 TRENCH DEWATERING TRENCH FOUNDATION STABILIZATION MATERIAL LS 3.2 TON $ 4 - SEWERS AND DRAINS - DIVISION 4.1 4.2 $ _ _ $ SEWER SANITARY, 151N. DIA. , PVC TRUSS LF 90 _ _ 4,719. 205 SEWER, SANITARY, 42 IN. DIA., RCP CLASS IV (T -LOCK LINED ) LF 4.3 SANITARY SEWER GRAVITY MAIN W/ CASING PIPE, TRENCHLESS, RCP, CLASS IV (T -LOCK LINED], 42' DIA. STORM SEWER TRENCHED, 15' DIA, RCP CLASS V _ STORM SEWER TRENCHED 18' DIA RCP CLASS V STORM SEWER, TRENCHED, 24' DIA, RCP CLASS III _ LF _ 4.4 4.5 4.6 787 $ C-%-'e' LF 226 $ $ fTl TJ LF 698 _ 127 1,474 144 _ 256 72 7 • 1 4.7 STORM SEWER, TRENCHED, 24' DIA, RCP CLASS V STORM SEWER, TRENCHED, 24' DIA, HDPE PIPE CULVERT, TRENCHED 15' DIA., RCP CLASS III PIPE CULVERT, TRENCHED, 24' DIA., RCP CLASS III PIPE CULVERT TRENCHED 36" DIA., RCP CLASS III LF 4.8 LF $ 4.9 LF $ 4.10 LF LF $ $ 4.11 $ S 4.12 PIPE CULVERT, TRENCHED, 42' DIA„ RCP CLASS III PIPE CULVERT, TRENCHED, 66' DIA., RCP CLASS III PIPE CULVERT, TRENCHED, 36' DIA., CMPJNSTALL ONLY APRONS, CONCRETE 151N. DIA. , W /APRON GUARD APRONS CONCRETE 181N. DIA. , W /APRON GUARD LF 320 56 $ $ 4.13 LF $ $ 4.14 LF _ 96 4 3 4 $ $ 4.15 4.16 4.17 _ 4.18 EA $ $ EA $ $ $ $ _ APRONS CONCRETE 241N. DIA. , W /APRON GUARD _ APRONS CONCRETE 361N. DIA. , W /APRON GUARD _ APRONS, CONCRETE 421N. DIA. , W /APRON GUARD EA $ EA 2 $ $. _ $ _ 4.19 EA 4 4.20 APRONS CONCRETE, 661N. DIA., W /APRON GUARD _ EA 1 $ 4.21 PIPE CULVERT REMOVAL _ SUBDRAIN AND FITTINGS 61N. CORRUGATED_ PVC (TYPE 1) SUBDRAIN, CLEANOUTS 6 IN. _PVC, TYPE A -1 SUBDRAIN CONNECTION TO INTAKES EA _ 138 $ $ 4.22 LF EA 4,871 _ _ 18 _ _ 32 2 $ $ 4.23 _$ $ 4.24 4.25 4.26 EA $ _ _ $ _ $ $ SUBDRAIN CMP OUTLET (RF -19E) 81N. DIA. FIELD TILE REPAIR AND FITTINGS PVC UNSPECIFIED DIA. EA $ LF 1,000 $ FORM OF PROPOSAL FP-2 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE DIVISION 5 - WATER MAIN 8 APPURTENANCES 5.1 ADJUSTMENT OF FIXTURE, VALVE BOX ASSEMBLY EA 4 $ $ 5.2 ADJUSTMENT OF FIXTURE, HYDRANT ASSEMBLY EA t 2,363 _ 125 7 $ _ _ _ $. $ $ 5.3 WATER MAINLTRENCHED DUCTILE IRON C151 CLASS 52,12 IN. DIA. LF_ LF EA LB _ $ 5.4 _ 5.5 5.6 5.7 DIVISION 6.1 _ 6.2 6.3 6.4 6.5 WATER MAIN W/ CASING PIPE, TRENCHLESS, RESTRAINED JOINT, DIP, C161 CLASS 52,12- DIA. VALVE ASSEMBLY, RAN GATE, 121N.. _ FITTINGS WATER MAIN HYDRANT ASSEMBLY 6- STRUCTURES FOR SANITARY AND STORM SEWERS MANHOLE SANITARY, SW- 301,_84 IN. DIA. (T -LOCK LINED)_ MANHOLE, SANITARY,_SW -301, 1081N. DIA. (T -LOCK LINED) TEE MANHOLE, SANITARY, SW -305, 421N, DIA. W148 IN. DIA. RISER (T -LOCK LI INTAKE, SW- 508, SINGLE OPEN THROAT LARGE BOX. _ INTAKE, SWU✓✓10 DOUBLE OPEN THROAT, LARGE BOX MANHOLE STORM SW-401,48 IN. DIA. $ 768 _ $ $ EA 7 EA 5 $ EA 1 $ $ EA 6 $ $ EA EA EA EA e $ $ _ 8 9 _ _ _ 1 $ $ 6.6 $ _ $ 6.7 MANHOLE STORM SW -403 103'X103' DIVISION 7 - STREETS AND RELATED WORK 7.1 PAVEMENT, STANDARD OR SLIP FORM P.C. : CONCRETE CLASS C, CLASS 3 DURABILITY, 101N. BY 9,213 $ $ 7.2 DRIVEWAY PCC, 61N. BY 177 $ $ 7.3 7.4 SIDEWALK, PCC, 61N. SIDEWALK, PCC PEDESTRIAN CURB RAMAP6 IN. _ DETECTABLE WARING PANELS CAST IRON SY 2,356 $ $ SY SF 30 84 $ $ 7.6 _ S_ --- _ _ _$ $ 7.6 RAILROAD CROSSING APPROACH BY 138 DIVISION 8 - TRAFFIC CONTROL 8.1 TRAFFIC CONTROL LS t $ 8.2 PAINTED PAVEMENT MARKINGS DURABLE STA 15.01 $ $ _ _ PAINTED SYMBOLS, DURABLE 9 - SITE WORK AND LANDSCAPING SEEDING, FERTILIZING, AND MULCHING TYPE 1, PERMANENT LAWN MIXTURE HYDRAULIC SEEDING EA 7 DIVISION 9.1 w" ACRE_ 2.5 3.7 $ _n"� C-) $ -{f °' .s.. IS 9.2 SEEDING, FERTILIZING, AND MULCHING TYPE 2, PERMANENT COOL SEASON MIXTURE (HYDRAULIC SEEDING) ACRE _ {may 9.3 SEEDING, FERTILIZING, AND MULCHING TYPE 4, URBAN TEMPORARY EROSION CONTROL MIX (HYDRAULIC SEEDING) ACRE 2.5 ITI $ %J , , 1 94_ SEEDING, FERTILIZING, AND MULCHING TYPE 5, RURAL TEMPORARY EROSION CONTROL MIX _(HYDRAULIC SEEDING ACRE 6.8 _ 9.5 SILT FENCE LF 5,840 $ 9.6 INLET PROTECTION EA 26 $ $ 9.7 STORM WATER POLLUTION PREVENTION PLAN SWPP \ LS 1 9,8 TREE PROTECTION EA 27 $ $ 9.9 STONE DITCH CHECK EA 5 S _ $ 9.10 REVETMENT CLASS E TON 325.8 DIVISION 10 - UTILITY SERVICE (NOT USED) _ DIVISION 11 - DEMOLITION (NOT USED) FORM OF PROPOSAL FP -3 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 13 - WETLAND MITIGATION SEEDING _FERTILIZING & MULCHING, EMERGENT WETLAND MIX (HYDRAULIC DIVISION 12.1 _ $ ACRE ACRE 1.5 8,0 $ $ $ _ $ _ _ _ $ 12,2 12.3 12.4 SEEDING, FERTILIZING S MULCHING, WETLAND MIX HYDRAULIC SEEDING SEEDING, FERTILIZING 8 MULCHING, UPLAND BUFFER MIX HYDRAULIC SEE ACRE 2.2 $ EMERGENT WETLAND GRASS PLUGS EA 700 1,400 $ _ 12,5 WETLAND GRASS PLUGS EA $ _ TOTAL BASE BID OF ITEMS: $ N O G C") Ca n � T R-n fm r T T 0 FORM OF PROPOSAL FP - 4 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, area as follows: NOTE: All subcontractors are subject to approval by City. The Owner reserves the right to accept or reject the Bid. The 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 states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. FI (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) FORM OF PROPOSAL FP -5 N O Ln � � rain r :-Zxl LO M NOTE: All subcontractors are subject to approval by City. The Owner reserves the right to accept or reject the Bid. The 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 states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. FI (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) FORM OF PROPOSAL FP -5 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 Iowa City Industrial Campus. 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 (Seal) Principal 0 (Seal) Surety N p By ° — (Attomey -in -fact) D� 1 c7 (Attach Power -of Attorney) _�M xb BID BOND 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 Iowa City Industrial Campus Project, and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda b. "Iowa Statewide Urban Specifications for Public Improvements Manual" C. Plans; _o d. Specifications and Supplementary Conditions; °� e. Advertisement for Bids; -icy w f. Note to Bidders; Kf F Gam` U.7 fifide F� g. Performance and Payment Bond; _ c, h. Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; i. Contract Compliance Program (Anti - Discrimination Requirements); j. Form of Proposal and Bid Documents k. This Instrument The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): FORM OF AGREEMENT AG -1 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this day of OWNER: City of Iowa City ATTEST: FORM OF AGREEMENT Mayor CONTRACTOR: By (Title) ATTEST: City Clerk (Company Official) APPROVED BY: City Attorney's Office N d _ �r- � _rTl 5. i7N AG- 2 o PERFORMANCE AND PAYMENT BOND C^ (Here insert the name and address or legal title of the Contractor) M Principal, hereinafter called the Contractor and as Surety, heeninafter (Here insert the legal title of the Surety) 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 Iowa City Industrial Campus Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by 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: Complete the Project in accordance with the terms and conditions of the Agreement, or 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. 11=0128T a1►17;ZYL�ill11111113610 2--.m C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's 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) (Surety) (Title) PERFORMANCE AND PAYMENT BOND PB- 2 N O 0 (Address) S2 W =t n rn 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 temps 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 Title Company Name Address Telephon c� Signed By (president vice- president, general partner of proprietor) STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITY Datel a, SWA Compliance P)irc- q, CITY OF IOWA CITY N O -icy w LD 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 City Code section 2 -3 -1. CONTRACT COMPLIANCE CC -1 N O _i<r- 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.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' EquawEmployment Opportunity Officer? o (Please print) Phone number �..n Address a f 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 b .•ice ('� n W m u J 71 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 handbooks, and advertising. N 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER o 0 Designate an equal employment opportunity officer or, at minimum, assign soro a tre 'n responsibility of administering and promoting your company's Equal Employmggt- ppq unibr- program. This person should have a position in your organization which emphasizes the importance of the program. M }_ 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opertunity 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 periodicallyjob descriptions to make sure they accurately reflect majorjob 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 ,O City of Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. N O D 4 � �M rn m J • E •ma, 6�1 CONTRACT COMPLIANCE CC - 5 2 -3 -1 CHAPTER3 DISCRIMINATORY PRACTICES 2.3.1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3.3: Credit Transactions; Exceptions 2 -3 -4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 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. 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: Iowa City 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. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 N O -}3.1 C-) i =fir° Fn I.iJ 'Ed 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: Iowa City 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. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 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- ficlency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious Institution or Its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for Instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94.3647, 11 -8 -1994) 897 Iowa Cky 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 - Ile 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) N d 1> -C � Za 1 n M r� 2 -3.1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) 3. The employment of Individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of Individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub - Ile 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. GENERAL CONDITIONS GC -1 N c7 J GENERAL CONDITIONS GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Construction Stakes S -3 Compliance with OSHA Regulations S -4 Insurance S -5 Concerning Subcontractors, Suppliers and Others S -6 Work on Sundays or Legal Holidays S -7 Supervision and Superintendence 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 0 n —C =i c <r rrl N' O W r 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. Public Improvements Manual with the following SUPPLEMENTAL REGULATIONS 10 of the Iowa Statewide Urban Specifications for SC -1 N The Contractor shall be responsible for providing construction staking fo -the pr%sct. Survey stakes (including control points) inadvertently disturbed or removec�durir §Ethe course of construction shall be replaced at the contractor's expense.'- ri S -3 COMPLIANCE WITH OSHA REGULATIONS. –ice w F TJ Add the following to section 1070, paragraph 2.02 of the Iowa Statewide Urbag citnationOr 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 Bodily Injury & Property Damage* Automobile Liability SUPPLEMENTAL REGULATIONS Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit SC -2 Bodily Injury & Property Damage $1,000,OOOo Excess Liability $1,000,000 $1,00,OOO— Worker's Compensation Insurance as required by Chapter 85, Code of IQWa:7, c­�-< i yy``--'' "Property Damage liability insurance must provide explosion, collapse�p un'dergrdund coverage when determined by City to be applicable. rn � F �� �� co R9, The City requires that the Contractor's Insurance carrier be A rated or bettoby A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims- made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's 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. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. N 2. Contractor is not, and shall not be deemed to be, an agent or emplor. ee oMe City of Iowa City, Iowa. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. -�� w Add the following paragraph to section 1080, paragraph 1.01 of the Iowa - SMtekbde Orlin Specifications for Public Improvements Manual Bidders shall list those persons, firms, companies or other parties tccu 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 sh,.gll furnish documentation of all efforts to recruit MBE's. o S -6 WORK ON SUNDAYS OR LEGAL HOLIDAYS. Amend section 1080, paragraph 1.07 of the Iowa Statewide Urban Specifi poonszffor P Improvements Manual as follows: rn k Except for such work as may be required to properly maintain lights and biirricades 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 available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -8 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. 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 Part 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. Contractors and approved Subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S -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. SUPPLEMENTAL REGULATIONS SC -6 N M o J 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. I 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 R-1 NON - FEDERAL -AID PROJECTS N d C7-C �' •p...•s� --HC W .<r c� %o v RESTRICTION ON NON - RESIDENT BIDDING ON R-1 NON - FEDERAL -AID PROJECTS 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. N PART2- PRODUCTS —° o — C-) 2.01 NONE �� r c)-C PART 3 - EXECUTION =I r— C-0 -<M rn 3.01 PROCEDURE: ° I A. Payment under this contract shall occur no more than once per mczih 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: Division 1– General 1.1 Construction Survey (LS) – This item will be measured and paid for at the lump sum contract price. This payment shall be full compensation for all 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. N 0 Nothing herein shall be construed to limit or precludEBpartiat= payments otherwise provided for by the contract. 'n ae, The proposal will have a lump sum item for Mobilization hq;�idd�t Will indicate his bid price in dollars, and this will be the contract prt' for this iteIRn 1. Partial Payments. a. The Mobilization pay item shall not exceed five.`5)-- percent off al construction costs. =� — b. 50 percent of the original contract price for this item maybe 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. 1.4 Railroad Protective Liability Insurance (LS) – This item will be measured and paid for at the lump sum contract price. This payment shall be considered full compensation for securing Railroad Protective Liability Insurance. 1.5 Railroad Flagger (CDAY) – This item will be measured and paid for at the set Calendar Day contract price to the nearest 0.5 Calendar Day increments. Compensation is for specified all work associated with utilizing the railroad Fagger supplied by the Iowa Interstate Railroad when working within 25 -ft of the 01025-2 tracks. Flagging over a beyond want is listed on the Proposal form will be the responsibility of the Contractor. 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 Msed on the estimate of Clearing and Grubbing Completed. C-) 2.2 Topsoil, Strip, Salvage & Spreading (CY) 2.3 Topsoil, Strip, Salvage & Spreading, Site (CY) =�s Refer to current version of the Iowa Statewide Urban Sper1ptiou for jPRlic Improvements Manual. Payment will be based on plan quad jt t$� t 2.4 Excavation, Class 10, Roadway and Borrow (CY) - The At price hall 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. Contractor shall be responsible for obtaining suitable borrow material as required to complete construction. There will be no payment for overhaul. Material and compaction testing, as outlined in the contract documents, shall be performed by an independent geotechnical testing laboratory (as approved by the Engineer) employed by the contractor. No separate payment will be made for testing services, it shall be considered incidental this item. 2.5 Excavation, Class 10, Site (CY) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for site excavation as outlined within the project plans. 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 proposed 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 railroad spur and siding to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris. The Contractor shall be responsible for obtaining suitable borrow material as required to complete construction. There will be no payment for overhaul. 01025-3 Material and compaction testing, as outlined in the contract documents, shall be performed by an independent geotechnical testing laboratory (as approved by the Engineer) employed by the contractor. No separate payment will be made for testing services, it shall be considered incidental this item. 2.6 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. 2.7 Modified Subbase (CY) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the modified subbase to the depth as specified. Included with this item is all work required including supply, placement of specified material, finish grading and compaction of surface to required elevation. N i7 The modified subbase material shall meet the requirements- �"eglrpns 2100, and 4123 of the Iowa Department of Transportation Standaltd' Secifir ations2r Highway and Bridge Construction and as indicated in the.�natrefe7iCe information. fir— � 2.8 Removals, as per Plan (LS) — The unit price shall be fuV- i4rnpensati8Ur furnishing all equipment, materials, labor and other miscellaweous related work required to properly remove and dispose of the existing grain bin aft pcc slab. Partial payments will be based upon the estimate of removals completed. Division 3 — Trench and Trenchless Construction 3.1 Trench Dewatering (LS) — This item will be measured and paid for at the lump sum contract price. This payment shall full compensation for furnishing all materials, equipment, and labor necessary to dewater trench excavations as required to install the proposed sanitary sewer main and laterals to the line and grade as specified in the contract documents. 3.2 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 Sanitary Sewer, Trenched, 15 in, Dia., PVC Truss (LF) - Refer to current version of the Iowa Statewide Urban Specifications for Public Improvements Manual. The unit price shall be full compensation for furnishing all materials and labor for installing sanitary sewer pipe and appurtenances of the given type and diameter. Item includes trench excavation, sheeting and shoring, bedding, backfill, water tight plugs, compacting and other miscellaneous related work including testing. The length of pipe installed shall be measured from center of structure to center of structure. 4.2 Sanitary Sewer, Trenched, 42 in. Dia., RCP Class IV — T -Lock Lined (LF) - Refer to current version of the Iowa Statewide Urban Specifications for Public Improvements Manual. The unit price shall be full compensation for furnishing 01025-4 all materials and labor for installing sanitary sewer pipe and appurtenances of the given type and diameter. Item includes T -Lock lining, trench excavation, sheeting and shoring, bedding, backfill, water tight plugs, compacting and other miscellaneous related work including testing. The length of pipe installed shall be measured from center of structure to center of structure. Pipe joints shall be bell & spigot with a rubber compression gasket joint conforming to ASTM C443, as specified. 4.3 Sanitary Sewer Gravity Main W/ Casing Pipe, Trenchless, RCP, Class IV (T -Lock Lined), 42 in. Dia. (LF) - The unit price shall be full compensation for furnishing all materials, equipment, and labor for the installation of steel casing and carrier pipes to the line and grade as specified. Item includes all necessary pipe, casing spacers, sheeting, shoring, bore pits, capping of ends with concrete or grout and other miscellaneous work. The furnishing and installation of casing pipe will not be paid for separately, but shall be considered incidental to this item. 4.4 -4.7 Storm Sewer, Trenched, RCP Various Classes, 15, 18, 24 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, dewaterirU bedding, trench backfill, compacting and other miscellaneous related -work. 1fib length of pipe installed shall be measured along centerline of pipecfigrg in—side wall�to inside wall of structures. Pipe joints shall be bell & spigot with a rubber compre$@bn `'asks int conforming to ASTM C443, as specified. c5 T' a 4.8 Storm Sewer, Trenched, 24" Dia., HDPE (LF) - The untt ice gall 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, trench 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. 4.9-4.13 Pipe Culvert, Trenched, RCP Class III, 15, 24, 36, 42, 66 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, trench backfill, compacting and other miscellaneous related work. Pipe joints shall be bell & spigot with a rubber compression gasket joint conforming to ASTM C443, as specified. 4.14 Pipe Culvert, Trenched, 36" Dia., CMP, Install Only (LF) - The unit price shall be full compensation for furnishing all materials (excluding CMP pipe and & CMP aprons) and labor for installing storm sewer pipe and appurtenances of the given type and diameter. The CMP culvert & aprons will be provided by the 01025-5 Iowa Interstate Railroad. Item includes trench excavation, sheeting and shoring, dewatering, bedding, trench backfill, compacting and other miscellaneous related work. 4.15 -4.20 Aprons, Concrete, 15, 18, 24, 36, 42, 66 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. 4.21 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. 4.22 Subdrain and fittings, 6 in. Dia., Corrugated PVC — Type 1 (LF) — The unit price shall be full compensation for furnishing all materials and labor for installing subdrain of the given type and diameter with appurtenances. Includes trench excavation, disposal of excess excavated material, furnishing and placing plugs, 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 o manufactured by Contech Construction Products, Model: A -2H00, Advanced Drainage Systems, Model: ADS N -12 or Hancwr, Model: HI44AspeBfied." ii 4.23 Subdrain, Cleanouts, 6 in. PVC, Type A -1 (EACH) — The uaq p5icecshall Ce7ull compensation for installing subdrain cleanouts as detailedtid lm�ectmi B e project plans. Includes trench excavation, disposal of egress mteria vc bends, pvc riser pipe, casting, Portland Cement Concrete: Pad,`.'�einfo g, furnishing and placing of porous bedding, backfilling and fini king th"urface as directed by the Engineer. CD 4.24 Subdrain, Connection to Intakes (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. Measurement will be based upon the number of proper connections to intakes. 4.25 Subdrain, CMP Outlet (RF -19E), 8 in. Dia. (EACH) — The unit price shall be full compensation for furnishing all materials and labor for installing corrugated metal pipe subdrain outlets and appurtenances of the given type and diameter. Includes rodent guards, grouted joints and special connections, concrete patio blocks, backfilling (with specified material) and surface restoration. Construction of the subdrain outlets shall be in accordance to the Iowa Department of Transportation Standard Road Plan RF -19E unless otherwise noted. 01026-6 4.26 Field Tile Repair and Fittings, PVC, Unspecified Dia. (LF) — Unit price includes furnishing pipes and appurtenances, handling, excavation, dewatering, installation, bedding, backfilling, compaction and other miscellaneous related work necessary to connect existing field tiles encountered during construction. Measurement will be based on the length of Engineer approved pipe ttlbtalled. ci Division 5 — Water main and Appurtenancesn 5.1 Adjustment of Fixture, Valve Box Assembly (EACH) �� w 5.2 Adjustment of Fixture, Hydrant Assembly (EACH) The unit price shall be full compensation for furnishing all maLeQs, imuipri sA li"bi e� and labor for adjustment of hydrant and valve box assemblieaa in ated �n the plans and in these specifications. Item includes all requiretfapputenances, bedding, backfll, tie rods, bolts and any extensions if required. CO 5.3 Water Main, Trenched, Ductile Iron, C151 Class 52, 12 in. Dia. (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, polystyrene insulation, tracer wire and other miscellaneous related work including testing. Also includes restrained joint pipe as specified on plans. 5.4 Water Main W/ Casing Pipe, Trenchless, Restrained Joint, DIP, C151 Class 52, 12 in. Dia. (LF) — The unit price shall be full compensation for furnishing all materials, equipment, and labor for the installation of steel casing and carrier pipes as specified. Item includes all necessary pipe, casing spacers, sheeting, shoring, bore pits, dewatering, capping of ends with concrete or grout and other miscellaneous work. The furnishing and installation of casing pipe will not be paid for separately, but shall be considered incidental to this item. 5.5 Valve Assembly, R/W Gate, 12 in. Dia. (EACH) - The unit price shall be full compensation for furnishing all materials and labor for installing water main valves and appurtenances of the given type and size. Items include bedding, concrete blocking, gland rings, gaskets, tie rods, bolts, valve box and lid, polyethylene encasement, and extension if required. 5.6 Fittings, Water Main (LBS) — The unit price shall be full compensation for furnishing all materials and labor for installing water main fittings and appurtenances of the given 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. 5.7 Fire Hydrant Assembly (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 01025-7 wire, tracer wire terminal box, polyethylene sheeting /encasement and any extensions if required. Division 6 - Structures for Sanitary and Storm Sewers 6.1 Manhole, Sanitary, SW -301, 84 in. dia. -T -Lock Lined (EACH) 6.2 Manhole, Sanitary, SW -301, 108 in. dia. - T -Lock Lined (EACH) 6.3 Tee Manhole, Sanitary, SW -305, 42 in. dia. W/ 48 in dia. Riser (EACH) The unit price shall be full compensation for furnishing all materials and labor for installing sanitary manholes and appurtenances of the given type and size including excavation, sheeting and shoring, bedding, backfill, compaction, crushed stone base, precast concrete adjusting rings, T -Lock lining, frame and cover, chimney seals and other miscellaneous related work including testing. 6.4 Intake, SW -508, Single Open Throat, Large Box (EACH) 6.5 Intake, SW -510, Double Open Throat, Large Box (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. c: 6.6 Manhole, Storm, SW -401, 48 in, dia. (EACH) -+ 6.7 Manhole, Storm, SW-403,103 in. X 103 in. (EACH) The unit price shall be full compensation for furnishing all mawfs and labgryrr constructing manholes of the given type Including casting amO and lid, concrete fillet, excavation, sheeting and shoring, dewatering:lhseedddirtg, ba691„ compaction, crushed stone base, precast concrete adjustment riafls and all other miscellaneous related work. cry Division 7 - Streets and Related Work 7.1 Pavement, Standard or Slip -Form PCC Class C, Class 3 Durability, 10 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. Certified plant inspection, pavement thickness cores, profilograph pavement smoothness measurement, maturity testing, and cold weather pavement protection will not be paid for separately but shall be considered incidental to this item. Pavement thickness and smoothness incentives will not paid on this project. 7.2 Driveway, Paved, 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. 01025-8 7.3 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 these items are the mix design, subgrade preparation and compaction, subgrade treatments, forming, jointing and backfilling at form lines. 7.4 Sidewalk, PCC Pedestrian Curb Ramp, 6 in. (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, curing, jointing, and backfilling at form lines. 7.5 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. 7.6 Railroad Crossing Approach (SY) — The unit price shall include all materials, labor and equipment necessary for installation of the Railroad Crossing Approach. Bid item includes reinforcing bars, 6" perforated CMP subdrain and rodent guards, Class B, Class D or ballast meeting railroad specifications and all PCC & HMA pavements. Refer to the current version of the Urban Standard Specifications for Public Improvements. Division 8 — Traffic Control, Signals and Lighting 8.1 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. 8.2 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). ci Durable pavement markings shall be in accordance to the t DeWartme "of Transportation Materials IM 483.04 and Standard Specificat�ep 152 r =ac), W F 8.3 Painted Pavement Symbols, Durable, (EACH) - The unity ppe _Ahall "lull compensation for furnishing all materials, labor and equijia3:�.ht FAces a�, to install durable painted symbols as recommended by the Vanuf&9ure!°�'his 01025-9 °' 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. Division 9 — Site Work and Landscaping 9.1 Seeding, Fertilizing, and Mulching Type 1, Hydraulic Seeding (AC) 9.2 Seeding, Fertilizing, and Mulching Type 2, Hydraulic Seeding (AC) 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. 9.3 Seeding, Fertilizing, and Mulching Type 4, Hydraulic Seeding (AC) 9.4 Seeding, Fertilizing, and Mulching Type 5, Hydraulic Seeding (AC) 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 of the permanent seeding dates or as directed by the Project Engineer. 9.5 Silt, Fence (LF) 9.6 Inlet Protection (EACH) The unit price shall be full compensation for furnishing all materials, equipment, 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. 9.7 Storm water Pollution Prevention Plan (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 basetbbn thaxstimated percentage of work completed at the time of submittal of GJi-apgZation r payment. Final payment will be made upon completion '' `III work on tF9e project required by the contract; full payment will be made faq"' cp,43 tract Owl including any amount not paid as a partial payment. r- �� -,� s rn LO f< 01025-10 CO 9.8 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. 9.9 Stone Ditch Check (EACH) - The unit price shall be full compensation for furnishing all materials and labor for installing stone ditch checks as shown on the site plans. The erosion stone shall be placed on engineering fabric (incidental to item). Also included is subgrade preparation, 10 in. HDPE pipe, pipe end sections. special shaping and provisions to keep rock from being contaminated with soil during subsequent construction activities. Erosion Stone shall meet the requirements of Sections 4130.03 thru 4130.05; of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. 9.10 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. Division 10 - Utility Service (Not Used) Division 11 - Demolition (Not Used) Division 12 - Wetland Mitigation 12.1 Seeding, Fertilizing & Mulching, Emergent Wetland Mix, Hydraulic Seeding (AC) 12.2 Seeding, Fertilizing & Mulching, Wetland Mix, Hydraulic Seeding (AC) 12.3 Seeding, Fertilizing & Mulching, Upland Buffer Mix, Hydraulic Seeding (AC) Refer to Project Supplemental Specification. The unit price shall be full compensation for furnishing all materials and labor for seeding, fertilizing & mulching of given type. This item includes preparing and scarifying substrate surface, seeding, mulch, fertilizer, watering and maintenance as specified. 12.4 Emergent Wetland Grass Plugs (EACH) 12.5 Wetland Grass Plugs (EACH) Refer to Project Supplemental Specification. The unit price shall be full compensation for furnishing all materials and labor for the planting of grass plugs. This item includes preparing and scarifying substrate surface, watering and maintenance as specified. END OF SECTION 01025 0 o = C-) -4 -tc -:' i C-0 <M rn M 0-o 01025-11 > co N O SFCTION 01090 REFERENCE STANDARDS C-) i PART I GENERAL zrn 1.01 GENERAL =rf� `•° 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 (IDOT) 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. PART 2- PRODUCTS Not Used ti PART 3 - EXECUTION -r C) �rtl ?_' rn Not Used c END OF SECTION 01090 �O 01090-2 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 week intervals throughout the project. PART2- PRODUCTS ti None. o L) sy- { < PART 3 - EXECUTION w , r- -I c a 3.01 MEETINGS PRIOR TO CONSTRUCTION: __T :Z -y A. A Pre - Construction meeting will be held prior to beginning workl> _ 3.02 PROGRESS OF WORK: A. Calendar Days for Completion Date and Final Payment Work will be completed and ready for final payment within 146 Calendar Days, in accordance with the General Conditions. Calendar Day count shall start on July 5t', 2011 and continue thru the completion of all work for the project, excluding surface restoration and permanent seeding. If all work is complete and the Fall 2011 seeding is not available per the Iowa Statewide Urban Specifications for Public Improvements, Calendar Day count shall be suspended thru March 31s`, 2012. Calendar Day count shall resume on April 1" 2012 and continue until seeding operations are complete. 01310 -1 149 G E. F Dates for Milestones 1. In addition to the final completion times, there are work items must be completed. Milestone1: Project Completion (Excluding Permanent Seeding) Milestone 2: Permanent Seeding Liquidated Damages ti 0 o — n s» d milestones+y which c�r=n to ca r M•'m zd Octobeg8 20, 6 rn April 30, 2012 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 within 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 3.02B 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 3.0213 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. 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. 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. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. 01310-2 G. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. H. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. The Contractor shall coordinate all work with individual lot builders. J. The Contractor shall provide a 3 -day notice to E & L Prybil prior to removing the existing Iowa Interstate Railroad crossing. The Contractor shall also provide temporary access to the E & L Prybil Property off of 420th Street (across Iowa Interstate Railroad tracks) at all times during planting and harvesting seasons. 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. B. The Contractor shall coordinate all necessary work with the Iowa Interstate Railroad for the proposed roadway at -grade crossing, sanitary sewer /storm sewer pipe installation, drainage culverts and grading for the railroad spurs / siding. END OF SECTION 01310 01310 -3 N l� U �n �rn a rn co 01310 -3 SECTION 01570 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," 2009 Edition, as revised. C. Traffic Control Notes on project plans. ti CJ 1.03 SUBMITTALS: < -c °) -� A. Submit a traffic control plan for all activities requiring traffic coa aF not' pec feally addressed by the project plans. _ Z? PART2- PRODUCTS — CD Tz .. 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 _ N b O W 0 �rn � En 01570-2 SECTION 02230 SUBGRADE TREATMENT, FLY ASH PART 1- GENERAL 1.01 SUMMARY A. This item shall consist of constructing one or more courses of a mixture of soil, fly ash, and water in accordance with this specification, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans for the purpose of stabilizing existing soil properties. I "GRI L! 4:~I TJ N _ _ O A. Construction sequencing and method. i'i B. Mixing Proportioning. =fn ca C. Laboratory developed data relating optimum moisture, and deri8q critfria fr the Contractor's independent, and Engineer approved Geoteo�iyvcal Nginee g Facility. This data shall demonstrate the increased capacity potentiam the soil if applicable. D. Field density and moisture testing indicating compliance with specifications. E. Results of chemical and physical composition analyses on each source of fly ash. F. Material certification of compliance for materials delivered to the site, to include individual load tickets for all material delivered. PART2- PRODUCTS 2.01 MATERIALS A. Fly Ash: Fly ash shall meet ASTM C 618, Section 4.3 when sampled and tested in accordance with ASTM C 618, Sections 5, 6, and 8, unless otherwise shown on the plans. Note 2 of Section 3.1.2 of ASTM C 618 will not apply. Fly ash shall be Class C containing a minimum of 22% CaO. The source of the ash shall be identified and approved in advance of stabilization operations in order that laboratory tests can be completed prior to commencing work. 2. Fly ash shall be stored and handled in closed weatherproof containers until immediately before distribution. Fly ash exposed to moisture prior to mixing with soils shall be discarded. 02230 -1 B. Water: C. Soil: Water used for mixing or curing shall be reasonably clean and free of oil, salt acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water shall meet the requirements of AASHO T 26. Water known to be of potable quality may be used without testing. Soil for this work consists of materials on the site or selected materials from other sources and shall be uniform in quality and gradation, and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 1.5 inches. 2.02 APPLICATION A. Rate of Application: 1. Fly ash shall be applied at a rate of 15% fly ash per unit of dry soil weight for the 12 inch depth of subgrade treatment shown on the plans. The Contractor's agent for testing (an approved Geotechnical Engineering Consultant), may propose a different application rate for more desirable mechanical or economical reasons for review and approval by the Engineer. B. Tolerances: At final compaction, the fly ash and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance Fly Ash Application Rate +0.5%,-0% Water (Optimum Laboratory Moisture) +2%.-0% PART 3 - EXECUTION o CD = 3.01 WEATHER LIMITATIONS n .atea -c A. The fly ash - treated subgrade shall not be mixed while the atmz poend, temperature is below 40 °F or when conditions indicate that teriY{e�aty ;es m all below 40 °F within 24 hours, when it is foggy, rainy, or when sgiJyor sut�grad frozen. �n 3.02 EQUIPMENT A. The equipment required shall include all equipment necessary to distribute, incorporate, and compact the subgrade and fly ash material as per the Contractor Geotechnical Representative's recommendations. To control dusting and maintain an accurate placement of the fly ash material, no end dumping or bottom dumping of the fly ash material will be allowed. The fly ash shall be spread uniformly over the top of the subgrade by an approved screw -type 02230 -2 spreader box or other approved spreading equipment capable of mechanically controlling the distribution rate of the fly ash. Although necessary for small and irregular shaped areas, the spreading of fly ash by motor - grader, dozer, or skid - loader will not be allowed on mainline portions of this project. The fly ash shall be distributed in such manner that scattering by wind will be minimal. Due to the proximity of private homes, and other structures that could suffer adverse effects due to dusting, the Contractor is advised to use such equipment that will minimize dusting and prevent the migration of dust off of the construction site. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to a proper application, or are detrimental to properties adjacent to the work area. 3.03 CONSTRUCTION METHODS A. General: 1. It is the primary purpose of this specification is to establish a completed stabilized subgrade containing a uniform fly ash mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth, and with a smooth surface suitable for placing subsequent courses. The Contractor shall regulate the sequence of work in order to use the proper amount of fly ash, maintain the work, and rework the courses as necessary to meet the aforementioned requirements. o by B. Pre - Application Grading: 1. The area to be incorporated with fly ash shall be graded-ff�rrp aWrad 0.10' below final grading lines before incorporation will Contractor will provide the Engineer or the Engineer's F gprre5enfatives> facilities from which to check proper grading in anticipaf on of fIr ash incorporation. Pre - application grading shall be based upon the proposed (or approved) modified rate and the intent to provide a final 12 inch layer of fly ash treated subgrade in conformity with the lines and grades in the plans of said subgrade layer. C. Application: D. Mixing: Fly ash shall be spread only on areas where the mixing and compaction operations can be completed within 2 hours. The amount of fly ash spread shall be the amount required to obtain 15% (or approved modified rate) fly ash content by weight in the 12 inch layer of the fly ash treated subgrade. The full depth of the treated subgrade shall be mixed with the pulvamixer until the soil /fly ash mixture is uniform (soil /fly ash clods less than 1 inch in size). Fly ash shall not be left exposed for more than 30 minutes after application. Water shall be added through use of a pulvamixer equipped with a spray bar in the mixing drum capable of applying sufficient 02230 -3 quantities of water to achieve the required moisture content of the soil -fly ash mixture. The system shall be capable of being regulated to the degree as to maintain moisture contents within the specified range. Specified moisture contents shall be established based on laboratory tests with the site soils and the specific fly ash to be used for the treatment. Final moisture content of the mix, immediately prior to compaction, shall not be below nor more than 2% above the optimum moisture content for maximum density of the mix as determined in accordance with ASTM D 698. If moisture contents exceed the specified limits, additional fly ash may be added to lower the moisture content to the required limits. Lowering moisture contents by aeration following addition of the fly ash will not be permitted. E. Compaction: Compaction of the soil and fly ash mixture shall begin immediately after mixing of the fly ash and be completed within two hours following incorporation of the fly ash. The field density of the compacted mixture shall be at least 95% of the maximum density of laboratory specimens prepared from samples taken from the material in place. The specimens shall be compacted and tested in accordance with ASTM D 698. 2. The in -place density of the fly ash - treated subgrade layer shall be determined in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 2922 at intervals so that each test shall represent no more than 500 square yards. 3. Irregularities, depressions, or weak spots, which develop, shall be corrected immediately by scarifying the area affected, adding or removing material as required, and reshaping and re- compacting. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. 4. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests will be made by the Contractor's Geotechnical Representative. If the material fails to meet the density requirements, it shall be reworked to meet these requirements. Throughout this operation, the shape of the course shall be maintained by the Contractor, and the surface upon completion shall be smooth and shall conform with the typical section shown on the plans and to the established lines and grades. Should the material lose the required stability, density, and finish before the next course is placed or the work is accepted; the material shall be re- compacted and refinished at no additional cost to tEOwne�r. .<r M E 02230 -4 Sr — F. Finishing and Curing: After the final layer or course of the fly ash - treated subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The finished surfaces shall not vary more than 3/8 inch when tested with a 16 foot straightedge applied parallel with and at right angles to the pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor, at no additional cost to the Owner, and in a manner satisfactory to the Engineer. 2. After the fly ash - treated course has been finished as specified herein, the surface shall be protected against rapid drying and maintained in a thorough and continuously moist condition by sprinkling for a period of not less than three days or until the modified subbase is placed. G. Thickness: The thickness of the fly ash - treated subgrade shall be determined by the Contractor's Geotechnical Representative by depth checks after surface is graded to an acceptable tolerance from final finished subgrade elevations. The method of depth checks shall be coring, cores will be taken at intervals so that each test will represent no more than 500 square yards. When the base thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Engineer reserves the right to deduct, from the contract a percentage of unit price correlating to the percentage of thickness deficiency. The Contractor shall replace, at no additional cost to the Owner, the base material where borings are taken for test purposes. H. Maintenance: The Contractor shall maintain the fly ash - treated subgrade in good condition from the start of work until all the work has been completed, cured, and accepted by the Engineer. 3.03 TESTING REQUIREMENTS A. ASTM D 698: Moisture - Density Relations of Soils and Soil- Aggregate Mixtures Using 5.5 lb Rammer and 12 inch Drop B. ASTM D 1556: Density of Soil in Place by the Sand -Cone Method C. ASTM D 2167: Density and Unit Weight of Soil in Place by the Rubber4alloon Method o — D. ASTM D 2922: Standard Test Methods for Density of Soil and �4gAgate q Place by Nuclear Methods (Shallow Depth) t E. AASHTO T 26: Quality of Water to be Used in Concrete '`Cr] X'' rn a a L .. 02230 -5 3.04 MATERIAL REQUIREMENTS A. ASTM C 618: Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete PART 4 - METHOD OF MEASUREMENT 4.01 SUBGRADE TREATMENT, FLYASH A. The subgrade treatment, fly ash treated item to be paid for shall be the number of square yards completed and accepted. The appropriate percentage of stabilizing agent incorporation shall be monitored by invoices from certified scales. No separate measurement in weight shall be made for the completion of this item. PART 5 -BASIS OF PAYEMENT 5.01 SUBGRADE TREATMENT, FLYASH A. Payment shall be made at the contract unit price per square yard for the subgrade treatment, fly ash of the thickness specified. The price shall be full compensation for furnishing all material, including fly ash, and for all preparation, delivering, placing and mixing these materials, all material and field testing by an independent, Engineer approved geotechnical laboratory, and all labor, equipment, tools and incidentals necessary to complete this item. 02230 -6 N _G r� �n r' rTl � M ir' .• �b 02230 -6 CITY OF IOWA CITY n SECTION 02660`; �! - rn ,, i"�➢ WATER ]DISTRIBUTION 0 PART GENERAL D 1.1 SUMMARY.• A. Furnish, install and test water distribution system as indicated and specified. 1.2 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 Contractor during normal working hours. Copies may be obtained fiom the organizations or from the Iowa City Water Division at cost plus 15 %. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02660, Water Distribution - Section 02660, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSUAWWA- C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSUAWWA- C105/A21.5 -99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSUAWWA- C110 /A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSUAWWA- C111/A21.11: Rubber- Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSUAWWA- Cl 50/A21.50: Thickness Design of Ductile -hon Pipe WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 1 of 17 02/14/11 6. ANS1/AWWA-C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSIAWWA- CI53/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 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. ANSUAWWA 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 -hron Water Mains and Their Appurtenances 15. ANSI/AWWA C651 ***: Disinfecting Water Mains 16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -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: I. ASTM D2241 F. Manufacturers Standardization Society: 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. N O -� 7 n. a °�j HATER DISTRIBUTION- CITY OF 109A CITY - 02660 Page 2 of 17 1.3 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. B. 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. ^, 0 C. Shop, Working Drawings or Construction Plans showing: I. Pipe layout with valves, fittings and hydrants shown �?� w 2. Bolts F— 3. Joints 4. Tapping sleeves, couplings, and special piping materials. :�4i� t° 5. Polyethylene �n 6. Thrust block designs and details 7. Special backfill D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUALITYASSURANCE. 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. 1.5 TIME. A. 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 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. WATER DISTRMUT10N- CITY OF IONA CITY - 02660 02/14111 Page 3 of 17 PART2 PRODUCTS 2.1 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 2.2 DUCTILE- IRONPIPE. A. Pipe shall be AWWA C151, Class 52. B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AWWA C104. C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. D. Pipe is to be complete with all necessary joint gaskets, lubricants, glands and bolts. 2.3 DUCTILE- IRONPIPEJOINTS. A. Single rubber- gasket push -on joints or mechanical joints shall conform to ANSI/AWWA C111 /A21.11. Furnish with all necessary hardware and gaskets. B. Bell- and - spigot pipe joints shall conform 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. F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.4 POLYVINYL CHLORIDE PIPE. A. Pipe shall conforni 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. 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. ti 4 ci �rn w F WA'rLK DISTRIBUTION- Cla r IO,j CITY6- 60 02114/11 v?7 _—K Page_4 -of 17 W l0 2.5 FITTINGS: A. All fittings shall conform to ANSUAWWA C110 /A21.10, with pressure rating of Class 350 for 3" to 24 ". B. Mechanical joint fittings shall be ductile iron compact ANSUAWWA C153/A21.53 or ductile standard ANSUAWWA C110 /A21.10. Large fittings, 12 -inch through 20- inch shall be ductile iron standard ANSUAWWA C110 /A21.10. Swivel tees shall be ductile iron standard ANSUAWWA 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. 2.6 RESILIENT SEAT VALVES & VALVE BOXES: A. Gate valves shall conform to ANSUAWWA C509. 1. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 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. 5. Valves are to be non - rising stern with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSUAWWA 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 bDIts anguts. o— �� �`e�rnl m WATER DISTRIBUTION-6.? 1C&CIT 60 02/14/11 �'> Page �S Of 17 lD 2.7 02/14/11 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 steel 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" HYDRANTS. Specification standard: ANSI/AW WA Standard C502 Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 4%2 inches for 12" water main and under 51/4 inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2%2 -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: 6 inch Depth of bury: Depth of bury shall be 6 feet Direction of opening: Open to right (clockwise) N ° Packing: Conventional or O -Ring `o — C-5 Size and shape of I %2 inch, standard pentagon <fc; w M operating nut: C : , Zr Working pressure: 250 psi k= — Color: Safety Red WATER DISTRIBUTION- CITY OF IO1VA CITY - 02660 Page 6 of 17 2.8 SPECIAL FITTINGS. 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: I. 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. 5. Shall have stainless steel or NSS Cor -Blue nuts and bolts. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 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. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, deAending upon size of main. `F- 2. Shall have stainless steel bolts and nuts. Yn 2.9 GASKETS, BOLTS, NUTS, AND THREAD ROD: c-) 1 w " A. Mechanical joints made with: -<I- rn " n G ^ 1. Bolts: NSS Cor -Blue. 4° 2. Stainless steel bolt studs with SS nuts on each end. u� B. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4" diameter. 2.10 LOCATION WIRE: A. Location wire #12 solid copper, THHN insulation in yellow, orange or blue color. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 7 of 17 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood. (i.e. oak, 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, disinfecting 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 3.1 REFERENCES AND DOCUMENTS. A. Contractor must have all required documents on the site before commencing with the work. 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, ANSI/AWWA -C605 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 and special construction features. Examples of special buried features would be: o 1. Offsets in alignment. .. 2. Changes in depth, depth greater than 8 feet or less than 5 featt f 3. Special fittings or construction materials. '41°I x: M 3.2 RECEIVING, STORAGEANDHANDLING. $_0 ID A. The City 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`%ith 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 8 of 17 C. Within the "Stor age" language of AW WA M23, change "should" to "shall." D. Within the "Handling" language of AW WA M23, change "should" to "shall." 3.3 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'/z fect. Generally, the maximum depth shall not exceed 7 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 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 fiom 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. Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: the force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems" and 2. the sewer force main is laid at least 4 linear feet fiom the water main. N r., CJ C-) I "I C-) W y� Y 7J WATER DISTRIBUTION- CI'O 10\1521 CITY - 0`2660 02/14/11 Page 9 of 17 G. Gravity sewer mains shall be separated from water mains by a horizontal distance of at least 10 feet unless: the top of a sewer main is at least 18 inches below the bottom of the water main and 2. the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting both the minimum pressure rating of 150 psi and the requirements of Sections 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems ". However, a linear separation of at least 2 feet shall be provided. H. Should physical conditions exist such that exceptions to Sections 3.3 Pall F and 3.3 Part G of this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. J. 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. 1. 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. N WATER DISTRIBUTION- CITY OF IOWA'iNTY - 02660 02114111 Page 10 of 17 m WATER DISTRIBUTION- CITY OF IOWA'iNTY - 02660 02114111 Page 10 of 17 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 fi-om 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 (Tyler Series 6855 - Item 666A, Range 51" to 71" or East Jordan Series 8555 — Item 666A) and mark the drawings appropriately. 3.4 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 hand tamping 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 directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT. A. Thrust Restraint: 1. 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 to prevent shifting before placing concrete. See Iowa City Reference Manual for detail information on thrust blocks — Figure 7.1. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: 1. 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. e )Upt where they replace flange bolts of smaller size with nut on each side of f Inge. �C-) w `<n 7 1 C3 � ��pp WATER DISTRIBUTION- Cn_bF IOWACITY -02660 02/14/11 - ge 11 of 17 C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.6 JOINTS AND COUPLINGS. 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: 1. The range of torque for tightening bolts which is indicated in ANSI/AW WA 0600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. 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 18 inches. 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. a 0 C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. rsM 3. Carefully mark and place the sleeve coupling in the center��ie joint. 3.7 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. This includes connections made on public and private mains. 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. NVATER DISTRMUTION- CITY OF IONA CITY - 02660 02/14/11 Page 12 of V 3.8 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 C105/A21.5 -99 installation methods. This includes any ductile iron laid in cul -de -sacs or other small radius areas where PVC main could not be used. 3.9 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. Iowa Department of Transportation GDOT) requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the sheet. 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 connection. F. 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. 0 C) C-) P CM rn M C—:) 7:0 WATER DISTRIBUTION- CITY OF 10'A�CITY - 02660 02/14/11 image 13 of 17 C. If requested by the City, the contractor will work with 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 operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS. A. General 02/14/11 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/AW WA C651 and the following specifications. B. Special Disinfection Requirements 1. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. 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. 3. 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 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. 4. 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' /4 of the main diameter. For 6 -inch through 12 -inch water mains, a single 2' /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). �v a - - -; r) �� W fM WATER DISTRIBUTION- Clf?or10\wITY 0 _Page 14 of 17 �O After final flushing and before the new water main is connected to the distribution system, two consecutive sets of acceptable samples, taken at least 24 hours apart, shall be collected from the new main. At least one set of samples shall be collected fiom every 800 -1000 feet of the new water main. plus one set from the end of the line and at least one from each branch. 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 1. Use ANSl/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 1. 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 '/4 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: Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants 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. 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. ry WATER DISTRIBUTION - Q<MF IOWA CIT 660 02114/11 p�Page{�17 ko kD 02114111 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. 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. For water main replacement only, 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 ANSUAW WA C600 and ANSUAW WA C605. 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 at least 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. C. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. ti a ci C.) —: <m m WATER DISTRIBUTION- Onf) 100CITY g4P6fi0 !gage 1 7 �3 _ lD D. Hydrant Operations: 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: 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 may 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. HATER DISTRIBUTION- CITY OF IONA CITY - 02660 02/14/11 Page 17 of 17 N O CD I � 1 :n �� W D� +' , :r•' t4 37 N d HATER DISTRIBUTION- CITY OF IONA CITY - 02660 02/14/11 Page 17 of 17 SECTION 02910 WETLAND SEEDING PART 1- GENERAL 1.01 SUMMARY.• A. This part of the Supplemental Specifications consists of the general requirements necessary for construction of the wetland mitigation plan (Emergent Wetland, Wetland and Upland Buffer sites) as described in the project plans and these specifications. 1.02 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. B. Shop and Working Drawings: 1. Emergent Wetland seed mix N d 2. Wetland seed mix o = �} y 3. Upland Buffer seed mix 1m � PART 2 — PRODUCTS — Not used PART 3 - EXECUTION 3.01 EMERGENT WETLAND, WETLAND, AND UPLAND BUFFER CONSTRUCTION: A. Seed Bed Preparation Seed bed preparation shall be in accordance with SUDAS. C. Emergent Wetland 1. Seeding This seed mixture shall include the seeding of a minimum of 10 Ibs /acre of clean seed oats and ANNUAL RYE for additional erosion control. The following emergent wetland species will be included in the emergent wetland seed mix. This mix will be seeded at 15 Ibs /acre. This mix may overlap along the margin of the emergent area and those identified as wetland. 02910 -1 Forbs Blue Vervain Verbena hastata Blue Flag Iris Iris versicolor Boneset Eupatorium perfoliatum Bur Marigold Bidens cernua Bur Reed Sparganium eurycarpum Swamp Aster Aster puniceus Ironweed Vernonia fasciculata Marsh Blazingstar Liatris spicata Monkey Flower Mimulus ringens Riddell's Goldenrod Solidago riddellii Swamp Milkweed Asclepias incarnata Sweet Flag Acorus calamus Water Dock Rumex orbiculatus Water Plantain Alisma plantago - aquatica Sedges, Rushes, and Grasses Dark Green Bulrush Scirpus atrovirens Fox Sedge Carex vulpinoidea Fringed Sedge Carex crinita Hardstem Bulrush Scirpus acutus Soft -stem Bulrush Scirpus validus Spike Rush Eleocharis palustris A copy of the seed tag showing the variety, origin, and analysis of the seed shall be submitted to the Engineer. 2. Plugs In addition to the seeding in Item 1, the site will following plugs: Soft Stem Bulrush Blue Flag Iris Fringed Sedge Tussock Sedge Fox Sedge Button bush Sweet Flag N O CD be suppleni&nTed f the c�-< w 1 C-) M Scirpus validus Iris shrevei Carex crinita ry Carex stricta ° Carex vulpinoidea Cephelanthus occidentalis Acorus calamus One flat of each species shall be planted randomly, throughout the emergent areas; the lowest point of the shallow basins. If not available, other emergent species should be selected and planted according to recommended planting instructions. At a minimum ten (10) flats should be used. 02910 -2 C. Wetland 1. Seeding This seed mixture shall include the seeding of a minimum of 10 Ibs /acre of clean seed oats and ANNUAL RYE for additional erosion control. The following wetland species will be included in the wetland seed mix. This mix will be seeded at 15 Ibs /acre. This mix may overlap along the margin of the wetland area and those identified as emergent wetland. Forbs Canada Anemone Anemone canadensis Silkweed Asc /epias syriaca New England Aster Aster nova- angliae Flat- topped Aster Aster umbellatus False Aster Boltonia asteroids Rattlesnake Master Eryngium yuccifolium Joe Pye Weed Eupatorium maculatum Boneset Eupatorium perfoilatum Sneezeweed Helenium autumnale Sawtooth Sunflower Helianthus grosseserratus Rose Mallow Hibiscus militaris Great Blue Lobelia Lobelia siphilitica Great St. John's Wort Hypericum pyramidatum Prairie Blazing Star Liatris pycnostachya Cream Gentian Gentiana flavida Compass Plant Silphium laciniatum Evening Primrose Oenothera biennis Mountain Mint Pycnanthemum virginianum Riddell's goldenrod Solidago riddellli Sweet Black -eyed Susan Rudbeckia subtomentosa Grasses Big Bluestem Andropogon gerardii Fox Sedge Carex vulpinoidea Virginia Wild Rye Elymus virginicus Prairie Cordgrass Spartina pectinata Fowl Manna Grass Glyceria striata A copy of the seed tag showing the variety, origin, and analysis of the seed shall be submitted to the Engineer. N O ci 02910 -3 >> N 0 C. 2. Plugs In addition to the seeding in Item 1, the site will be supplemented by the following plugs: Grasses Awl- fruited Sedge Soft Rush Big Bluestem Bottlebrush Sedge Wool Grass Forbs Wild Bergamot Marsh Marigold Cream Gentian Compass Plant Rose Mallow Prairie Blazing Star Sawtooth Sunflower Carex stipata Juncus effuses Andropogon gerang Carex comosa • c") Scirpus cyperinus �{ .-r Monarda fistu /osa ,-n Caltha palustris =' Gentian flavida x' Silphium laciniatum Hibiscus militaris i w lD N 0 Liatris pycnostachya Helianthus grosseserratus One flat of each species shall be planted randomly, throughout the wetland areas. If not available, other wetland species should be selected and planted according to recommended planting instructions. At a minimum twenty (20) flats should be used. Upland Buffer 1. Seeding This seed mixture shall include the seeding of a minimum of 10 Ibs /acre of clean seed oats and ANNUAL RYE for additional erosion control. The following species will be included in the native upland seed mix. This mix will be seeded at 15 Ibs /acre. This mix has been designed as a short grass mix, to provide ease of long term maintenance, erosion control, and maximize filtration. Forbs Partridge pea Dotted Mint Flowering Spruge Lanceleaf Coreopsis False Boneset Purple Prairie Clover Ohio Goldenrod Upland White Aster Ox -eye Sunflower Smooth Blue Aster Yellow Coneflower 02910 -4 Cassia fasiculata Monarda punctata Euphorbia corollata Coreopsis lanceolata Kuhnia eupatoriodes Petalostemum purpureum Solidago ohiensis Aster ptarmicoides Helfopsis helianthoides Aster laevis Ratibida pinnata E. F Old Field Goldenrod Stiff Goldenrod Rattlesnake Master Pale Purple Coneflower Ohio Spiderwort Hoary Vervain Prairie Cinquefoil Roundheaded Bushclover Compass Plant Grasses Little Bluestem Sideoats Grama Rough Dropseed Buffalo Grass Solidago nemorafis Solidago rigida Eryngium yuccifolium Echinacea pallida Tradescantia ohiensis Verbena stricta Potentilla arguta Lespedeza capitata Silphium lacinatum Andropogon scoparium Bouteloua curtipendula Sporobolus aspera Buchloe dactyloides A copy of the seed tag showing the variety, origin, and analysis of the seed shall be submitted to the Engineer. Schedule, Watering, and Maintenance 1. Seeding should be accomplished in "dormant" period, late fall through early winter, to minimize potential erosion and improve success of proposed seeding. Plugs should be accomplished during fall /spring seeding windows, as specified by SUDAS. 2. Contractor shall water wetland area as necessary to ensure establishment of seed mixture and plugs. Water is not available on site. Contractor shall supply water. Water supply and application is incidental to the contract. 3. Erosion control devices such as silt fence, straw bales, and erosion control matting shall be used as necessary to improve the success of the mitigation measures. Erosion control devices and subsequent removal is incidental to this item. Material Acceptance • 80% overall vegetation survival after first year • 50% survival of species planted after first year o o � -- � rs � r M r _ N O 02910 -5 PCK 3d 2 Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5144 RESOLUTION NO. 11 -149 RESOLUTION SETTING A PUBLIC HEARING ON MAY 17, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY INDUSTRIAL CAMPUS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Iowa City Industrial Campus Project account # 4512 - 434710. 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 17th day of May, 2011, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 3rd day of May 20 11 ATTEST: t 'L. CITY CtERK pweng/res/selph- 420thStlCP.doc MAYOR Approved by JfA 10A`f lal I— City Attorney's Office 1-/ y57) I Resolution No. 11 -i Page 2 It was moved by trims and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: x x x x x X x wpdaWg1ossary/reso1ution- 1c.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA CITY INDUSTRIAL CAMPUS 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 Iowa City Industrial Campus Project in said city at 7:00 p.m. on the 17th day of May, 2011, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5144 RESOLUTION NO. 11 -182 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND FOTH INFRASTRUCTURE AND ENVIRONMENT, LLC TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE IOWA CITY INDUSTRIAL CAMPUS RAILROAD IMPROVEMENTS PROJECT. WHEREAS, the City of Iowa City desires to construct railroad improvements to serve the Iowa City Industrial Campus; and WHEREAS, this project involves construction of two railroad sidings and one railroad spur line along the Iowa Interstate Railroad within the Iowa City Industrial Campus; and WHEREAS, the City desires the services of a consulting firm to prepare preliminary and final design for construction of the Iowa City Industrial Campus Railroad Improvements Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with Foth Infrastructure and Environment, LLC to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with Foth Infrastructure and Environment, LLC. WHEREAS, funds for this project are available in the Iowa City Industrial Campus Project account #4512- 434710; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant's Agreement. Passed and approved this t 7th day of May 2011 /V� MAYOR / j Approved by ATTEST: %l' "�9J YC A�ziel 1 Atct,, Au?-�,"crd (t f e w CITY CLERK City Attorneys Office lllj� Rsenghes /anduslcampusdeignagl.doc Resolution No. 11 -182 Page 2 It was moved by Bailey and seconded by a; i h,,,-„ the Resolution be adopted, and upon roll call there were: AYES: x x x x wpdata/glossary/resolution- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 17th day of May , 2011 , by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Foth Infrastructure and Environment. LLC. , of Cedar Rapids , hereinafter referred to as the Consultant. WHEREAS, the City desires to secure the services of the Consultant to provide engineering planning and design services related to the Iowa City Industrial Campus — Railroad Siding and Spur Improvements. WHEREAS, the preliminary and final design services to be provided, shall include railroad siding /spur design, utility design (storm water culvert extensions), earthwork, and general plan and specification preparation. The total length of the proposed railroad improvements is approximately 6,400 LF. NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. SCOPE OF SERVICES Consultant agrees to perform the engineering services for the City, and to do so in a timely and satisfactory manner. Services provided under this agreement shall be as further described in Attachment A, attached and incorporated herein. The City agrees to provide the information stated in Attachment D, attached and incorporated herein. IL TIME OF COMPLETION The Consultant shall complete all phases of the Project in accordance with the schedule shown, assuming notice to proceed is issued by the City on or before May 17, 2011. The schedule of the work to be performed shall conform to the Schedule set forth in Attachment 8, attached and incorporated herein. Any deviations from the Schedule shall be approved by the authorized City representative. III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "Not -to- exceed" amount listed in Section IV, The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. -2- C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, -3- either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362,5, O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES In consideration of the services, work, equipment, supplies, or materials provided herein, the City agrees to pay the Consultant the following NOT -TO- EXCEED FEE (Unit CosUTime Charges), including any authorized reimbursable expenses, pursuant to the Schedule of Fees set forth in Attachment C, attached and incorporated herein. TOTAL NOT -TO- EXCEED FEE $ 115,825.00 Consultant shall bill City monthly for services and reimbursable expenses. -Payment-shaWbe-due- and--payaWewtthirrth' aysof- City's- receiptrof- invoices /.'IA , l`Y lnv� V. MISCELLANEOUS I 1 l ,3 A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. it is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. FOR THE CITY By: Ma J A : ,e Title: Mayor Date: May 17. 2011 �/ ATTEST: trsI�fJ ff `� Y�L,t,) City Clerk FOR THE CONSULTANT Foth Infrastructure and Environment, LLC _ s Title: Senior Protect Manager Date: 6-6- 1 1 Approved by: City Attorney's Office Date Foth Infrastructure & Environment, LLC IC Industrial Campus — RR Siding and Spur Improvements Date: April 18, 2011 City of Iowa City ATTACHMENT "A" - SCOPE OF SERVICES IC Industrial Campus RAILROAD SIDING AND SPUR IMPROVEMENTS Iowa City, Iowa The work to be performed by the Consultant under this agreement shall encompass and include all detail work, services, materials, equipment and supplies necessary to complete the railroad improvement plans for the project. The scope of services is based on the following assumptions: • The proposed project involves engineering planning and design services related to the addition of two railroad sidings and one railroad spur along the Iowa Interstate Railroad located within the Iowa City Industrial Campus. • The design services to be provided shall include railroad siding /spur design, utility design (storm water culvert extensions), earthwork, and general plan and specification preparation. The total length of the proposed railroad improvements is approximately 6,400 LF. • The Consultant shall coordinate with the Iowa Interstate Railroad on the development of the final design and construction documents. • The City of Iowa City shall coordinate with the Iowa Interstate Railroad on preparation of Real Estate and Construction Agreements. The scope of services to be performed by the Consultant shall be completed in accordance with generally accepted standards of practice and shall include the services to complete the following tasks: TASK A - Contract Management 1.0 Project Administration 1.1 Project Management The project manager will be responsible for the development and tracking of the project plan for the project development. This includes task identification, staff scheduling and coordination, project communications, monthly progress reporting and invoicing and other important elements of the project. The project duration is assumed to be twelve (12) months. 1.2 Project Development Team Meetings. Maintain communications with the Project Development Team and various other designated representatives. The project development team will include the City of Iowa City Engineering Department and Foth Companies. Meet to review progress and to discuss specific elements of the project design (assume three (3) meetings in Iowa City). The meetings will also serve to establish schedules, develop project goals, establish initial design parameters, promote a dialog between the various entities, improve the decision - making process, and expedite design development. Prepare minutes of meetings and keep documentation of other communications. For budget purposes, it is assumed that the meetings will be attended by one (1) staff member of the Consultant. The following project meetings are included with the scope of work: Project Review Meetings - two (2) meetings (In Iowa City) Note: there is one (1) additional meeting included for miscellaneous purposes. 1.3 Design Development Meetings with the Iowa Interstate Railroad. The Consultant will conduct meetings with the Iowa Interstate Railroad to coordinate railroad siding and spur design and access to their mainline facility. For budgeting purposes, it is assumed that the Consultant will conduct three (3) meetings that will be attended by one (1) staff member of the Consultant. The City shall coordinate all executable agreements between themselves and the Iowa Interstate Railroad. CMocuments and Settings\djei \Desktop\IC Projects"20thVnduslrial Park Siding and Spurscope-2011 -0501 IC RR Siding Spur.doc Folh Infrastructure & Environment, LLC IC Industrial Campus — RR Siding and Spur Improvements Date: April 18, 2011 City of Iowa City 1.4 Individual Property Owner Meetings The Consultant will conduct meetings with individual property owners to address issues of specific concern to adjacent properties. These meetings will be held in concert with the Project Development Team meetings. This will include specific discussions about access issues, changes in circulation, potential right -of -way needs, and other issues related to specific parcels. During the scheduled individual property owner meeting times, the Consultant's project manager will meet with the affected property owner to discuss the specifics of the project as it relates to their property, obtain information regarding any issues the property owner feels is important, and get input regarding their expectations. For budget purposes, it is assumed that the Consultant will conduct two (2) meetings per property owner (Strub -Tobin Holdings LLC and Daniel C Yeager). The meetings will be attended by one (1) staff member of the Consultant. 1.5 Quality Control Plan Establish review and checking procedures for project deliverables. Designate responsibility for implementation of the plan. TASK B - DESIGN SURVEY 1.1 Preparation of Acquisition Plats and Legal Descriptions The CONSULTANT shall prepare acquisition plats and legal descriptions for property to be acquired for the project. For estimating purposes, the following numbers of acquisition plats are assumed for this agreement: Permanent Drainage Easements = 3 each Temporary Construction Easement plats = 2 each The following table summarizes the anticipated project right -of -way acquisitions, for which this scope of service task has been developed: PARCEL NUMBER PARCELNAME PERMANENT EASEMENT TEMPORARY CONSTRUCTION 1 IC Industrial Park Campus OUTLOT "A ") 1 2 Strub -Tobin Holdings LLC 1 1 3 Daniel C. Yeager 1 1 Individual plats and legal descriptions will be prepared for each parcel with temporary acquisitions. The plats and legal descriptions shall comply with requirements of the Iowa Code and shall be prepared by or under the direct supervision of a duly licensed land surveyor under the laws of the State of Iowa. The plats shall also be completed in accordance with the CITY of Iowa City requirements. This task also consists of staking the easement locations for purposes of right -of -way negotiations. The staking survey includes the marking of key easement location points in order to visualize the locations in the field and shall also include marking of existing property lines locations. For the purpose of this agreement, easements will be staked one (1) time. 1.2 Monumentation of Permanent Easement Acquisitions This task consists of monumentation of the permanent easements acquired as a part of this project, which will be performed upon completion of construction of the proposed improvements. The monumentation shall comply with requirements of the Iowa Code and shall be performed by or under the direct supervision of a duly licensed land surveyor under the laws of the State of Iowa. C: \Documents and Sedings\djel \Desktop \IC Projects \420th\IndustdaI Park Siding and Spur\scope-20Y60501 IC RR Siding Spur.doc 2 Foth Infrastructure & Environment, LLC IC Industrial Campus — RR Siding and Spur Improvements Date: April 18, 2011 City of Iowa City This task does not include monumentation of any existing right -of -way pins that are disturbed during construction activities. TASK C - DESIGN DEVELOPMENT The Consultant shall develop the preliminary design for construction of the railroad improvements. The work to be performed by the Consultant under Preliminary Design Development shall consist of the following tasks: 1.1 Preliminary Design Development This task consists of preparation of preliminary design for the siding improvements. The primary focus will be on geometric layout, review of site grading /drainage related improvements, and other necessary construction elements. The design drawings will show base mapping and proposed site layout features, including existing /proposed grading contours, existing /proposed drainage structures (including flow line, drainage area, and topography), and existing /proposed right -of -way. The preliminary design drawings will be used as a reference in preparing final construction plans for the railroad improvements. 1.2 Preliminary Typical Sections Preliminary sections will be developed for the project. The primary focus will be on railroad right -of- way layout in conjunction with existing topographic features. Analyzing the effects of the proposed improvements on drainage and grading with respect to the adjacent properties is included in this task. 1.3 Assistance with ARRA Funding Applications (2009 & 2010) The Consultant assisted with preparation of funding applications (cost estimates and conceptual design displays) for the railroad and spurs. Includes attending ARRA meetings and posting project files to website. TASK D - PLAN DEVELOPMENT 1.0 Preliminary Plans Utilizing the preliminary design, the Consultant shall develop preliminary plans for the railroad sidings and spur for the Iowa City Industrial Campus. Upon completion, the design plans will be approximately 60 percent complete. 1.1 Plan Preparation - Title Sheet and Typical Sections (A and B Sheets) Prepare title and typical track section sheets. This task shall also include miscellaneous details such as special track details, grading details and other required details. 1.2 Plan Preparation — Estimate of Quantities (C Sheets) This task consists of a preliminary determination of the bid items to be included in the project, along with their appropriate tabulations. 1.3 Plan Preparation — RR Siding & Spur Plan and Profiles (D and E Sheets) Prepare preliminary plan and profile drawings at a scale of 1 " =20' horizontal and 1 " =5' vertical. These drawings will show base mapping and proposed track alignments. Include slope intercepts, side road intersections, ditch locations, cross drainage, erosion containment, existing and proposed drainage structures (including flow line, drainage area, and topography), existing and proposed right -of -way, and easements. Intersecting angles and station equation between mainline and siding /spur reference line will also be shown. Profiles will show proposed elevations, grades, vertical curve length and "K" value, elevations for PVC, PVI, and PVT, ditch profiles and ditch elevations. These drawings will also show existing contours and proposed grading information along the corridor. 1.4 Plan Preparation — Culvert Extensions (M Sheets) This task consists of the design and drafting associated with the extension of two existing culverts (36" Steel & 66" CMP) as required for the construction of the proposed railroad sidings. Task C:Mocuments and Settings\djel Mes ktop \IC ProjectsW20lhVndusldaI Park Siding and SpuMcope 2011- 0501_IC RR Siding Spurdoc Foth Infrastructure & Environment, LLC IC Industrial Campus — RR Siding and Spur Improvements Date: April 18, 2011 City of Iowa City includes the development of special connection (between existing & proposed culverts) and all other required inlettoutlet details. 1.5 Plan Preparation - Special Construction Details (U Sheets) This task consists of the design and drafting associated with the preliminary assembly of modified standards and special details. 1.6 Plan Preparation — RR Siding & Spur Cross Sections (W, X, Y, and Z sheets) Generate preliminary cross sections at V =10' horizontal and V =5' vertical scale at key locations for the railroad siding and spur. Cross sections will generally be developed at terrain breaks, and at 50' intervals. Include finished grade line elevation and calculated earthwork volumes, indicating estimated earthwork volume for each proposed construction stage. 1.7 Preliminary Opinion of Probable Construction Cost Prepare a preliminary opinion of probable construction cost for the project. Preliminary cost estimates shall be based on representative major project elements and based on recent bid information. Detailed quantity takeoffs will not be developed for the preliminary cost estimate. 1.8 Preliminary Plan Review by Design Team The Consultant shall submit preliminary plans and budget to the City for review and comment. A Field Review will be held by the Project Development Team to discuss key issues and design concepts. Revisions will be noted and incorporated during check plans preparation. 2.0 Check Plans Utilizing the preliminary design plans, the Consultant shall develop check plans for the railroad sidings and spur for the Iowa City Industrial Campus.. Upon completion, the design plans will be approximately 90 percent complete. 2.1 Incorporate Comments from Preliminary Plan Review The Consultant will respond to comments resulting from the Preliminary Plan Review and Field Exam. Recommended modifications will be incorporated into the plan set. 2.2 Check Plan Preparation The Consultant will prepare check plans, which will generally include the following tasks for this project: Title Sheets (A Sheets) - This item consists of finalizing the title sheet. The title sheets will include the following: Index of Sheets, legend, utility contact information, location map, project number, letting date and design designation. Typical Sections (B Sheets) - This item consists of final design and drafting of typical track cross - sections and standard details to be utilized for the improvements. Estimate of Quantities (C Sheets) - This item consists of final bid items to be included in the Project as well as final quantity tabulations and the development of the general notes and estimate reference information. This item also includes the final design and tabulation of the erosion control measures to be provided on the Project. Siding and Spur Plan and Profiles (D and E Sheets) - This item consists of the final design and drafting of siding and spur plan and profile sheets, including the detail information required for plan approvals, and construction of the proposed improvements. Reference Ties and Bench Marks (G Sheets) - This item consists of assembling reference ties to the plan control points and the bench mark data used to develop the plans and to be preserved though out construction of the project. This also includes preserving any Government Corners, which are found in the vicinity of the proposed construction. C: \Documents and Settings \djel\Desktop \IC Prolects\420th \Industrial Park Siding and Spurlscope_2011- 05011C RR Siding Spur.doc Foth Infrastructure & Environment, LLC IC Industrial Campus — RR Siding and Spur Improvements Date: April 18, 2011 City of Iowa City Culvert Extensions (M Sheets) - This item consists of final design and drafting of all details related to the extension of two existing culverts (36" steel and 66" CMP) as required for the construction of the proposed railroad sidings. Erosion Control Plans (S Sheets) This item consists of design and drafting of the proposed erosion control measures required for the project. Erosion control measures shall include but not limited to items such as silt fencing, wood excelsior mat, filter socks, rock outlet protection and sediment traps. Tabulations of Earthwork Quantities (T Sheets) - This item consists of final design and tabulation of the earthwork quantities. Special Construction Details (U Sheets) - This item consists of the final design and drafting of miscellaneous details not included in the other items. Included are such items as special grading details, special storm sewer or manhole details not included in the standard drawings, special paving details, retaining wall design details and other required details. Sidinq and Spur Cross - Sections (W, X, Y, Z Sheets) - This item consists of the final design and drafting of individual cross - sections for the Project. Cross - sections will be designed and drawn at 50- foot maximum intervals, with additional cross - sections included as necessary. Cross - sections will show the existing ground elevations as well as the final project grading, including foreslope and backslope information, special subgrade treatment, ditches and other pertinent information. 2.3 Opinion of Probable Construction Cost Prepare opinion of probable construction cost for the project. Final cost estimates shall be based on representative all project elements and based on recent bid information. Detailed quantity takeoffs will be developed for the final cost estimate. 3.0 Final Plans The Consultant will prepare final construction documents, which will generally include the following tasks for this project: 3.1 Incorporate Comments from Check Plan Review The Consultant will respond to comments resulting from the Check Plan Review. Recommended modifications will be incorporated into the final plan set. 3.2 Final Opinion of Probable Construction Cost Prepare opinion of probable construction cost for the project. Final cost estimates shall be based on representative all project elements and based on recent bid information. Detailed quantity takeoffs will be developed and for this estimate. 3.3 Project Permitting The Consultant will assist the City in preparing applications for permits from governmental authorities that have jurisdiction to approve the design of the project and participate in consultations with such authorities, as necessary. The Consultant shall prepare the following documents for the project: • Pollution Prevention Plan • NPDES storm water discharge permit Any fees for construction permits, licenses or other costs associated with permits and approvals shall be the responsibility of the City. The Consultant shall provide technical criteria, written descriptions and design data for the City's use in filing the applications for permits. The Consultant shall prepare the permit applications and other documentation. 3.4 Preparation of Project Manual This task consists of preparation of a Project Manual utilizing the standard City front -end documents, C: \Documents and Settings\djet \Desktop \IC ProjectsA20tUndustrial Park Siding and Spurtscope_2011- 0501 _IC RR Siding Spucdoc Foth Infrastructure & Environment, LLC Date: April 18, 2011 IC Industrial Campus — RR Siding and Spur Improvements City of Iowa City including conditions of the contract and detailed construction specifications. The Iowa Interstate Railroad Design and Specifications shall be utilized on this project. TASK E - BID PERIOD SERVICES (Limited) The City will coordinate and manage the project letting process. The work tasks to be performed or coordinated by the City include the following: printing of plans and specifications, distribution of bid documents, notice of project publication and distribution of addenda. The work tasks to be performed or coordinated by the Consultant during the Bid Period Services shall include the following: 1.0 Printing of Plans and Specifications - (Task not included) 2.0 Notice of Project The Consultant shall prepare the formal Notice of Hearing and Letting. The City shall handle publication of the Notice of Hearing and Letting. The City shall also prepare and disseminate an informal notice to contractors concerning the upcoming Project. 3.0 Plan Clarification and Addenda The bid lettings shall be administered by the City. The Consultant shall assist the City during the bid periods in answering questions regarding the design intent. The Consultant shall prepare addenda as appropriate to interpret, clarify or expand the bidding documents. The City shall distribute the plan clarification information and addenda to the project plan holders. 4.0 Letting, Bid Tabs, and Award Recommendation The Consultant shall be a representative present when the bids and proposals are opened and shall advise the City on the responsiveness of the bidders. The City shall prepare the tabulation of bids, award of contract, and prepare the necessary contract documents for the project. TASK F — Construction Period Services (Limited) The work tasks to be performed or coordinated by the Consultant during the Construction Period Services shall include the following: 1.0 Pre - Construction Meeting The Consultant shall attend a preconstruction meeting for the project with contractors, suppliers, utility companies and City staff. It is anticipated that the City will perform construction administration and observation services. 2.0 Shop Drawing Review (Limited) The Consultant shall review shop drawings, samples, and other data which the Contractor is required to submit, but only for conformance with design concept of the Project and conformance with the information given in the contract documents. The Consultant shall evaluate and determine the acceptability of substitute materials and equipment proposed by the Contractor. The Consultant shall have authority to require special inspection or testing of the work, and shall receive and review all certificates of inspections, testing, and approvals required. The Consultant shall review the following shop drawing submittals: a.) RR culvert submittals. b.) RR material submittals 3.0 Site Visits In connection with observations of the Contractor's work while it is in progress: a. The Engineer shall make visits to the site at intervals appropriate to the various stages of construction as the Consultant deems necessary (estimated three 3 site visits during the peak construction activity) in order to observe as an experienced and qualified design professional the progress and quality of the various aspects of the Contractor's work. Based on information obtained during such visits and on such observations, the Consultant shall determine, in general, C:Mocuments and 8ettings\dje1 \Desktop\IC Projec(sW20thVndustrial Park Siding and SpuAscope 2011 -0501_IC RR Siding Spucdoc Foth Infrastructure & Environment, LLC Date: April 18, 2011 IC Industrial Campus — RR Siding and Spur Improvements City of Iowa City if such work is proceeding in accordance with the Plans, and the Consultant shall keep the CITY informed of the progress of the work. b. The purpose of the visits to the site will be to enable the Consultant to better carry out his duties and responsibilities during the construction phase and, in addition, by exercise of the Consultant's efforts as an experienced and qualified design professional, to provide for the CITY a greater degree of confidence that the completed work of the Contractor will conform to the Plans, and that the integrity of the design concept as reflected in the Plans has been implemented and preserved by the Contractor. c. The Consultant shall not during such visits supervise, direct, or have control over the Contractor's work, nor shall the Consultant have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by the Contractor for safety precautions and programs incident to the work or for any failure of the Contractor to comply with laws, rules, regulations, ordinances, codes, or orders applicable to the Contractor furnishing and performing his work. d. During such visits, the Consultant may disapprove of or reject the Contractor's work while it is in progress if the Consultant believes that such work will not produce a completed Project that conforms to the Plans, or that it will prejudice the integrity of the design concept of the Project as reflected in the Plans. 4.0 Design Interpretation The Consultant shall answer design interpretation questions from City's Project Manager and Contractors. 5.0 Final Inspections and Project Closeout - (Task not included) 6.0 Change Orders - (Task not included) 7.0 Record Drawings This task consists of preparation of construction record drawings defining the actual location of improvements and fixtures. The Consultant shall prepare record drawings showing those changes made during construction, based on the marked -up drawings and other data furnished by the Contractor and the Resident Construction Observer. The Engineer shall provide the CITY with one (1) reproducible copy of the record drawings. TASK G - Proiect Deliverables The scope of services shall be considered complete upon completion and delivery of the following items to the satisfaction of the City Engineer: • Seven (7) sets of Preliminary Plans (half -size 11 "x17 "). • Eight (8) sets of Check Plans (half -size 11 "x17 ") • Eight (8) original final review drawings (half -size 11 "x17 ") and final project manual • One (1) original final unbound drawing set and project manual Two (2) sets of full size final drawings (22 "x34 ") • Electronic files in AutoCAD format, including design base maps and sheet files ADDITIONAL SERVICES: Additional Services are not included in this Agreement. If authorized under a Supplemental Agreement the Consultant shall furnish or obtain from others the following services: 1.) Coordination with Iowa Interstate Railroad (Real Estate Agreement & Construction Agreements). 2.) Traffic counts and traffic projections. 3.) Traffic modeling and analysis. C:IDocuments and Settingsldjel \Desktop\IC ProjectM420thlindustrial Park Siding and Spurlscope .2011 -0501 IC RR Siding Spur.doc Foth Infrastructure & Environment, LLC IC Industrial Campus — RR Siding and Spur Improvements Date: April 18, 2011 City of Iowa City 4.) Landscaping design. 5.) Right -of -way negotiation and acquisitions. 6.) Report of record ownership and liens (title searches). 7.) Preparation of environmental evaluation and documentation. 8.) Wetlands Delineation, Permitting and Mitigation. 9.) Eminent domain proceedings. 10.) Relocation assistance. 11.) Right -of -way closing /recording services. 12.) Condemnation services. 13.)Project Letting Services. 14.) Construction period services (administration, observation, and survey). 15.) Construction testing services. 16.) Development of a finish grade ground surface (CAD tin file) and contours. 17.)Right -of -way plan sheets (H- Sheets). 18.) Public open house / informational meetings. Changes in Scope of Services: The City may request Additional Services from the Consultant not included in the Scope of Services as outlined. Additional services may include, but not be limited to, expanding the scope of the project and work to be completed; requesting the development of various documents; construction services; or requesting additional work items that increases the Engineering Services and corresponding costs. Upon initiation of Additional Services, the Consultant will submit the estimated cost. Such costs will be based on the current hourly rates and fixed expenses as outlined in the Consultant's attached Standard Fee Schedule. C: \Documents and Settings\djet \Desktop \IC Projects\420th \Industrial Park Siding and Spur\swpe 2011-0501_IC FOR Siding Spur.doc Foth Infrastructure & Environment, LLC Date: April 18, 2011 IC Industrial Campus — RR Siding and Spur Improvements City of Iowa City ATTACHMENT "B " - SCHEDULE IC Industrial Campus RAILROAD SIDING AND SPUR IMPROVEMENTS Iowa City, Iowa The Consultant shall complete the following phases of the Project in accordance with the schedule shown; assuming notice to proceed is issued by the City on or before May 17, 2011. Consultant Contract approval Preliminary Design Development Check Plans Final Plans Plan Approval & Project Letting Project Construction May 17, 2011 June 1, 2011 thru June 30, 2011 July 1, 2011 thru August 31, 2011 November 1 thru November 30, 2011 January 1 2012 thru February 29, 2012 April 1 thru June 30, 2012 If notice to proceed is given at a later date, time of completion shall be extended accordingly. C: \Documents and Setting sldjellDesktopllC ProjectsW20MIndustnaI Park Siding and Spurlscope_2011 -0501 IC RR Siding Spur.doc Foth Infrastructure & Environment, LLC Date: April 18, 2011 IC Industrial Campus — RR Siding and Spur Improvements City of Iowa City ATTACHMENT "C" - STANDARD RATES IC Industrial Campus RAILROAD SIDING AND SPUR IMPROVEMENTS Iowa City, Iowa FOTH INFRASTRUCTURE AND ENVIRONMENT, L.L.0 2011 STANDARD HOURLY RATE SCHEDULE Project Director $152.00 Project Manager III $146.00 Project Manager If $135.00 Project Manager 1 $124.00 Project Scientist $131.00 Lead Engineer $135.00 Project Engineer III $124.00 Project Engineer II $114.00 Project Engineer 1 $103.00 Staff Engineer 111 $101.00 Staff Engineer 11 $97.00 Staff Engineer 1 $91.00 Lead Technician $101.00 Engineering Technician 111 $97.00 Engineering Technician II $93.00 Engineering Technician 1 $84.00 CAD Technician $82.00 Construction Manager $117.00 Lead Field Technician $96.00 Field Technician III $85.00 Field Technician II $72.00 Field Technician 1 $58.00 Land Surveyor $103.00 Administrative Assistant $60.00 REIMBURSABLE EXPENSES 1. All materials and supplies used in the performance of work on this project will be billed at cost plus 10 %. 2. Auto mileage will be reimbursed per the standard mileage reimbursement established by the Internal Revenue Service. Service vehicle mileage will be reimbursed on the basis of $0.72 per mile. 3. Charges for outside services such as soils and materials testing will be billed at their invoice cost plus 15 %. ADJUSTMENTS TO FEE SCHEDULE 1. Fee schedule effective January 1, 2011. Rate changes occurring during contract period shall be subject to written approval by City. C:\Documenls and Settings \djel \DesklopVC Projects \420th \Industrial Park Siding and Spur\scope 2011- 0501_IC RR Siding Spur.doc 10 Foth Infrastructure & Environment, LLC Date: April 18, 2011 IC Industrial Campus — RR Siding and Spur Improvements City of Iowa City ATTACHMENT "D" - CITY'S RESPONSIBILITIES IC Industrial Campus RAILROAD SIDING AND SPUR IMPROVEMENTS Iowa City. Iowa The City shall provide the following: 1. All necessary electronic plan and contour drawings, dtm drawings, orthophotos and current Johnson County Parcel drawings (for use in supplementing surveyed areas). C: \Documents and Settings \djei \Desktop \IC ProjectskMtWdustrial Park Siding and Spuftcope_2011 -0501 IC RR Siding Spur.doc 11 _�� °J Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5144 RESOLUTION NO. 11 -179 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY INDUSTRIAL CAMPUS 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; and WHEREAS, funds for this project are available in the Iowa City Industrial Campus Project account #4512- 434710. 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 10:30 a.m. on the 14th day of June, 2011. 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 21st day of June, 2011, or at a special meeting called for that purpose. Passed and approved this 17th day of ATTEST: CITY CLERK pmng/res/appp &s420thStICP.doc 4/11 20 11 Approved by City Attorney's Office l Resolution No. i i -179 Page 2 It was moved by Bailey and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata/glossa ry/resolOon- 1c.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee S '� CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330670 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): 41 A-Y D Alf t( Legal rk Subscribed and sworn to befo -e me this __�_� day of Notar LINDA OT 732fi1 J 27, 2014 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA CITY INDUSTRIAL CAM- PUS 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 seat for the construction of the Iowa City Industrial Campus Project in said city at 7:00 p.m. on the 171h day of May, 2011, said meeting to be held in the Emma J. Harval Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is can- celled, at the next meeting of the City Council thereafter as posted by the CRY Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY COL 2011 83008 Y Publish 5/25 ADVERTISEMENT FOR BIDS Iowa City Industrial Campus Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 14th day of June, 2011, 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 21St day of June, 2011, or at such later time and place as may then be scheduled. The Project will involve the following: The construction of site improvements as required to develop approximately 173 acres of land located adjacent to 420th Street. Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 50,550 CY of excavation and embankment, 9,213 SY of 10" PCC roadway pavement, 2,356 SY of 6" PCC sidewalk pavement, 4,871 LF of subdrain, 4,256 LF of storm sewer, 26 storm sewer structures, 2,488 LF of water main, pavement markings, 5,014 LF of sanitary sewer, 330 LF of directional boring with steel casing pipe, 12 sanitary sewer structures, 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: July 5 h 2011 Completion Date: April 30 , 2012 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 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. The refund will be issued 2 weeks after bid opening if re- useable plans and specifications are returned to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to 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 Printer's Fee $ a Lq CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 being duly sworn, say that I ant 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,_ tinne(s), on the following date(s): Male hmi Legal 1 rk Subscribed and sworn to before me this c--.) 'day of A.D. 20 I/ T too to 11Py �7,aoi® I ID1 OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS Iowa City Industrial Campus Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 14th day of June, 2011, and shall be received . in the City Clerk's office no later than said date and time. Sealed proposals will be opened immediately there. after 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 atameeting to be held in the Emma J.Harval at 7:00 P.M. on the 21st= day ,'oI June, 2011, or at such .later time and place as may then be scheduled. The Project will involve the fol- lowing: The construction of site Improve- ments as required to develop approximately. 173 acres of land located adjacent to 420th Street. Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 50,550 CY of excavation and embankment, 9,213 BY of 10" PCC roadway pavement, 2,356 BY of 6" PCC sidewalk pavement, 4,871 LF of subdrain, 4,256 LF of storm sewer, 26 storm sewer structures, 2,488 LF of water main, pavement markings, 5,014 LF of sanitary sewer, 330 LF of direc- tional boring with steel casing pipe, 12 sanitary sewer structures, 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 path 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 complet- ed 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 cor- poration 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 malnte,nance of said Project, if required, pursu- ant to the provisions of this notice and the other contract docu. ments. 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 per- cent (100 %) of the contract price, said bond to be Issued by a responsible surety approved by the City Council, and shall guaran. tee 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 improve. ment fora 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: July 51h, 2011 Completion Date: April 301h, 2012 Liquidated Damages: $000.00 perday 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 refundable fee is required for each set of plans and specifications provided to bidders or interested persons. The fee shall be In the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. The refund will be Issued 2 weeks after bid opening if re- useable plans and specifications are returned to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City proj- ects. A listing of minority contrac- tors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (516) 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 pro- posed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference will be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder prefer- ence 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 83215 May 25, 2011 20 Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5144 RESOLUTION NO. 11 -240 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA CITY.INDUSTRIAL CAMPUS PROJECT. WHEREAS, Maxwell Construction of Iowa City, Iowa has submitted the lowest responsible bid of $3,162,014.70 for construction of the above -named project; and WHEREAS, funds for this project are available in the Iowa City Industrial Campus Project account # 4512. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above -named project is hereby awarded to Maxwell Construction, subject to the condition that awardee secure adequate performance and payment bond; insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, Insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 21st day of .tune _'2011 MAYOR Approved by^ ATTEST: _(L?�2t% ,G/ �(�(Ll ✓QIXuI Y/� (� CITY L-ERK City Attorney's Office 4o iall It was moved by Bailey and seconded by adopted, and upon roll call there were: AYES: X X x x x x pwenglres/awrdwn -ICI C.do 6111 Mims NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright the Resolution be ABSTAIN: x FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and Maxwell Construction, Inc. ( "Contractor'). Whereas the City has prepared certain plans, specification forms for proposal and bid documents dated the2i day of rcnvi e . 20J 1 , for the Iowa City Industrial Campus Project, and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 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. b. C. d. e. f. 9• Addenda Numbers #1 "Iowa Statewide Urban Specifications for Public Improvements Manual" Plans; Specifications and Supplementary Conditions; o Advertisement for Bids; v Note to Bidders; �:rn Performance and Payment Bond; h. Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; N O C__ r cr Q% m N I. Contract Compliance Program (Anti- Discrimination Requirements); j. Form of Proposal and Bid Documents k. This Instrument g �1 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): FORM OF AGREEMENT AG -1 PLEASE SEE SCHEDULE ATTACHED HERETO AND MADE A PART OF THIS CONTRACT AS EXHIBIT 'A' 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this 215E day of Jam%, OWNER: City of Iowa Citv By ATTEST: City Clerk FORM OF AGREEMENT 2011 CONTRACTOR: Maxwell Construction, Inc. By Jeffrey L v (Title) President ATTEST, Deborah Clark (Title) Secretary (Company Official) APPROVED BY: City Attorney's Office AG- 2 N C) n—C ) g r N AG- 2 Wctnrr` IOWA CITY INDUSTRIAL CAMPUS Subcontractors List MidWest Borings, Inc. Quantities Unit Price Extended Amount 66" Steel Casing Bore for 42" RCP Carrier Pipe 205.00 LF 1,005.00 $ 206,025.00 PO Box 38 Santiago,MN 55038 42- 2002777 MMS Consultants, Inc. Quantities Unit Price Extended Amount Staking - Base Bid 1.00 LS 19,500.00 $ 19,500.00 1917 South Gilbert Street Iowa City, Iowa 52240 42- 1035842 Neuzil & Sons Quantities Unit Price Extended Amount Mobilization 1.00 LS 17,000.00 $ 17,000.00 Clearing and Grubbing 1.00 LS 1,500.00 1,500.00 Topsoil, Stripping, Salvaging & Respread 3,828.00 CY 3.20 12,249.60 Topsoil, Stripping, Salvaging & Respread Site 21,159.00 CY 3.20 67,708.80 Excavation, Class 10, Roadway & Borrow 26,243.00 CY 6.45 169,267.35 Excavation, Class 10, Site 24,307.00 CY 3.45 83,859.15 Removals, as per Plan 1.00 LS 2,000.00 2,000.00 Stone Ditch Check 5.00 EA 5,050.00 25,250.00 $ 378,834.90 3691 James Avenue SW Oxford, Iowa 52322 42- 1395533 Nickol Boring, Inc. Quantities Unit Price Extended Amount 12" Watermain 24" Steel Casing 125.00 LF 180.00 $ 22,500.00 30798 Pink Oak Dyersville, IA 52040 N 42- 1152067 r— .<m rn `.� N Stevens Erosion Control Quantities Extended Quality Traffic Control Quantities Unit Price Amount Traffic Control 1.00 LS 2,600.00 $ 2,600.00 Painted Pavement Markings, Durable 15.01 STA 227.00 3,407.27 Painted Symbols and Legends, Durable 7.00 EA 205.00 1,435.00 $ 7,442.27 1704 E Euclid Avenue 3.70 AC 2,150.00 Des Moines, Iowa 50313 7,955.00 Seeding, Fertilizing and Mulching Type 4, Urban 81- 0558645 - Stevens Erosion Control Quantities Unit Price Extended Amount Seeding, Fertilizing and Mulching Type 1, Permanent Law Mixture (Hydraulic Seeding 2.50 AC 2,300.00 $ 5,750.00 Seeding, Fertilizing and Mulching Type 2 Permanent Cool Season Mixture (Hydraulic Seeding) 3.70 AC 2,150.00 7,955.00 Seeding, Fertilizing and Mulching Type 4, Urban - Temporary Erosion Control Mix (Hydraulic Seeding) 2.50 AC 1,800.00 4,500.00 Seeding, Fertilizaing and Mulching Type 5, Rural Temporary Erosion Control Mix (Hydraulic Seeding) 6.80 AC 1,800.00 12,240.00 Silt Fence 5,840.00 LF 1.50 8,760.00 Inlet Protection 26.00 EA 46.00 1,196.00 $ 40,401.00 5245 Observatory Avenue Riverside, Iowa 52327 42- 1518712 Extended Streb Construction Quantities Unit Price Amount Mobilization 1.00 LS 5,000.00 $ 5,000.00 10" PCC Class C 9,213.00 SY 37.20 342,723.60 6" PCC Driveway 177.00 SY 35.00 6,195.00 6" PCC SIDEWALK 2,356.00 SY 24.75 58,311.00 PCC Curb Ramp 30.00 SY 35.00 1,050.00 ADA Detectable Warning 84.00 SF 37.00 3,108.00 Railroad Crossing Approach, Complete 138.00 SY 41.00 5,658.00 $ 422,045.60 PO Box 3327 Iowa City, Iowa 52244 42- 0892646 Terracon Consulting Quantities Unit Price � Extended Amount Trench Compaction Testing - Estimated Services $5495.00 6459.00 Mass Grading Compacting Testing - Estimated Services $20660 {.$2620 t q 2640 12th Street SW ::t a' Cedar Rapids, Iowa 52404 '' 42- 1249917 n d� N Geomax Soil Stabilization Quantities Subgrade Treatment, Fly Ash 21,544.00 SY 3011 Sierra Court SW Iowa City, Iowa 52240 27- 0354672 The J Team Quantities Welding of Arneron T -Lock 108" Manhole Joint EA 84" Manhole Joint EA 48" Manhole Joint EA 42" Pipe Joint EA 3055 Meadow Glen Street Marion, Iowa 52302 -6352 14- 1891946 Thurn Seeding Quantities Moblization 1.00 LS Emergent Wetland Mix 1.50 AC Wetland Mix 8.00 AC Upland Buffer Bix 2.20 AC Emergent Wetland Grass Plugs with Warranty 700.00 PLUGS Wetland Grass Plugs with Warranty 1,400.00 PLUGS 16978 Asbury Road Dubuque, Iowa 52002 20- 2583452 Unit Price Extended Amount 7.20 $ 155,116.80 Unit Price 311.00 224.00 140.00 120.00 Extended Amount Unit Price Extended Amount 2,000.00 $ 2,000.00 4,777.00 7,165.50 4,444.00 35,552.00 4,925.00 10, 835.00 4.00 2,800.00 4.00 5,600.00 $ 63;952.50 FEE °=h c <7-i _ice iv cn m r n N PERFORMANCE AND PAYMENT BOND Bond # IAC107408 Maxwell Construction Inc. 3011 Sierra Court SW. Iowa City, Iowa 52240 as (Here insert the name and address or legal tide of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) of Des Moines. Iowa as Surety, hereinafter (Here insert the legal title of the Surety) 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 Three Million One Hundred Sixty -Two Thousand Fourteen and 701100 ($ 3.162,014.70 ) for the payment for which Contractor and Surety hereby b(nd themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of July 6th, 2011 entered Into a (date) written Agreement with Owner for the Iowa City Industrial Campus Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by 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 amount payable by Owner to Contractor under the Agreement, together with Pr y addenda and/or amendments thereto, less the amount proppLly paidEby Owner to Contractor. c� c Z:71 °ER. �01?%d; \i IGE,=��.� ID rAYfAFri'� BCPi^ C-) Cm N C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, In accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's 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 29th DAY OF June IN THE PRESENCE OF: Witness Diane Sanders Witness Diane Sanders PERF-ORfvlAiNCF AND PAY'i'viENT 6ON0 Maxwell Construction, Inc. (Principal) (Title Jeffrey L. M well, President 2011 Merchants Bonding Company (Mutual) (Surety) 1j, t 2 r 2 itle) Denise K. Blough, Attorney4n-Fact � 11 Ressldent Licensed Agent V 24 Westside Drive, Iowa City, Iowa 52246 (Address) N Q U L J� f• KFF- 2 MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the Stale of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, both made, constituted and appointed, and does by these presents make, constitute and appoint L.J. Wegman, David Winegarden, Craig Welt, Terry McDonald, Jean A. Wilson, Denise K. Blough, Beth Ambrisco, Kristi Nielson of Iowa City and State of Iowa its two and lawful Attorney -in -Fact, with full power and authority hereby conferred In its name, place and stead, to sign, execute, acknowledge and deliver In its behalf as surety any and all bonds, undertakings, recognizanoes or other written obligations In the nature thereof, subject to the limitation that any such Instrument shall not exceed the amount of. TEN MILLION ($10,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney Is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE 11, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, rewlinizances, contracts of Indemnity and other writings obligatory In the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 9th day of February , 2009, _. ;n \N�,CO�'•, MERCHANTS BONDING COMPANY (MUTUAL) y; 1933 : e: By STATE OF IOWA •...... COUNTY OF POLK as. /-f-7 ;54- President On this 9th day of February , 2009 , before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing Instrument, and that the Seal affixed to the said instrument Is the Corporate Seal of the said Corporation and that the said Instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. N In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, lowa,lhe, day and ywr first above written. C) -- -._G� C— x CINDY SMYTH Ol Commission Number173604 ww ••�� ow. My Commission Expires March 16,2012 Notary Public, Polk 9eynlowiX f STATE OF IOWA COUNTY OF POLK ss. ' N I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF- ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company an this29thday 00 u n e , 2011 POA 0001 (1/09) Oa�\<3P0'jV. , °• rte'•;_ -a- a'• 1933 rep yp • .° Secretary OP ID: DB CERTIFICATE OF LIABILITY INSURANCE DAT 06130DYYYY) o6l3on 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 319 -887 -3700 AW Welt Ambrisco ins., Inc. 24 Westside Drive 319- 8873701 Iowa City, IA52246 Joe Campanelli LUTCF CONTACT WAG: PHCI o Eat: FNC No): eWA1L PRODUCER CUSTOMER,, MAXWE -5 INSURER(S) AFFORDING COVERAGE NAIC# INSURED Maxwell Construction, Inc. & INSURERA. United Fire & Casualty 13021 GEOMAX Soil Stabilization, Inc Jeffrey L. Maxwell 3011 Sierra CL SW INSURERS: A INSURER C: X INSURER D: 60367832 Iowa City, IA 52240 INSURER E : DA: GE PRELIISES Eaoalarenre $ 100,00 INSURER F: $ 10,00 PERSONAL &ADV IN,URY COVERAGES CERTIFICATE NUMBER: REVISION NUMREB' THIS IS TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS. iN R TYPE OF INSURANCE ADM 3R S 0 YYVD POLICY NUMBER POLICY EFF MMMDM'YY I POLICY EXP WHYDIDA(Y)P(I LIMNS GENERALLMSILIN EACH OCCURRENCE $ 1,000,00 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE IJOCCUR X 60367832 01/01/11 01/01/12 DA: GE PRELIISES Eaoalarenre $ 100,00 MEDE% (Anyonepersan) $ 10,00 PERSONAL &ADV IN,URY s 1,000,000 X Limited Pollution $100,000 LIMIT X Contractual Llab. GENERALAGGREGATE $ 2,000,000 FOR INSURED CONTRACTS GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS- COMPIOPAGG $ 2,000,000 POLICY X PRO LOC $ • AUTOMOBILE LIABILITY ANY AUTO 60367632 07101/11 01/01112 COMBINEDSINGLELMIT (Ea accident) $ 1,000,000 X 80DILY NJURY(Perpemon) $ ALLOWNEDAUTOS BODILY N,URY(Per accident) $ SCHEDULEDAUTOS HREDAUTOS PROPERTYDNAAGE (Peraoddert) $ NON - OWNEDAUTOS $ X Comp. & Collision $1,000 DED COMP & COLL $ X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 • EXCESS LIAR CLAIMS-),IE FD 60367832 01101111 07101172 DEDUCTIBLE $ $ RETENTION $ 0 • WORKERS AMEMPLOYERS' LIABILIT ANY PROPRIETORIPARTNEREXECt111VE YIN OFRCERMVIBER EXCLUDED'! N❑ NIA 60367832 01/01/11 01/01/12 X TORY Lr IRS ER EL. EACH ACCIDENT ^' $ 100,000 E L. DISEASt!EA F1 OY E $ 100,000 (MantlatoryNNH, If yes, describe under DESCRIPTION OF OPERATIONS below EL. DMFJ�.4E, Y Ltft $ 500,00 • Retaliation Float 68367832 01/01111 01/01/12 • ullders Risk C7 —f, N 25,88 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (aach ACORD 101, Additional Remarks Schedule, If more space Is required) RE: Iowa City Industrial Campus, Iowa City, LA. 1 ri X M p^q nuna.r�lc nv��crt t.HIXI:CLWIIVIV CITY -IC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of lOWa City ACC RDANCEI NOTICE WILL BE DELIVERED IN NTH THE POLICY PROVISIONS. 410 E. Washington Street Iowa City, IA 52240 AUTHORIZED REPRESENTATIVE r)1ARR- 9nngarnPnrr)RDYIRATV)N dmoi hl.---A ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD OP ID: DB H"PC"' 6 CERTIFICATE OF LIABILITY INSURANCE oar0( /30111 rv) 06/30!11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER •.319 - 667 -3700 A W Welt Ambrisco Ins., 1 na 24 Westslde Drive 319- 887 -3701 Iowa City, IA52246 Joe Campanelli LUTCF REACT A1CN Ext: FAX No): EaIAIL POLICY NUMBER PRODUCER CUSTOMER,,, MAXWE -5 INSURER(S) AFFORDING COVERAGE NAICA GENERAL LIABILITY INSURED Maxwell Construction, Inc. & GEOMAX Soli Stabilization, Inc Jeffrey L. Maxwell 3011 Sierra Ct. SW INSURERA: United Fire & Casualty 13021 INSURER B: INSURER C: $ 1,000,00 INSURER D: X COMMERCIAL GENERAL LIABILITY Iowa City, IA 52240 INSURER E: 60367832 01/01!11 NSURER F PaEMISeS Ea a«wrence $ 100,000 e.Vv=MMUES CEH'rIFICATFNHMRF17 ovsmm�N •u Tone¢¢. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTH E POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSR yp POLICY NUMBER POLICY DDPOFYY MM,001 YYPY LIMITS GENERAL LIABILITY PACH OCCURRENCE $ 1,000,00 A X COMMERCIAL GENERAL LIABILITY 60367832 01/01!11 01101/12 PaEMISeS Ea a«wrence $ 100,000 CLAIMS,MPDE aOCCUR MEDEXP(Anymepereun) $ 10,00 X Limited Pollution $100,000 LIMIT PERSONAL&ADV $ 1,000,000 X CODifaC1UBI Liab. GENERAL AGGREGATE AGGREGATE ATE $ 2,000,00 ORINSURED CONTRACTS GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS- COMP /OPAGG $ 2,000,000 POLICY X PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LPAN $ 1,000,00( A X ANY AUTO 60367832 01/01!11 01101/12 (Ea accident) BODILY IN.URY(Perpemon) $ ALL OWNEDAUTOS BODILY IN.ARY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (PeraaltlaM) $ NON- OWNEDAUTOS X Comp. & Collision $1 000 DED COMP & COLL $ X UMBRELLA LMB X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 A EXCESS LIAB CLAIMS3AADE 60367832 01/01/71 01!01112 DeoucrlBLE $ RETENTION $ 0 $ WORKERS COMPENSATION CSTAT OTH - X AN EMPLOYERS' LIABILITY YN❑ TWORYLIM RUS EL EACH ACCIDENT $ 100,000 A ANY 60367832 01101/11 01101/12 CERRd REXC UDEED��TIVE (Mandatory in NH) NIA rry�aa El, DISEASE - EA EMPWr E $ 100,000 if yes, describe under EL DI - POLICYtr=T § 500 ,000 DESCR�TION OF OPERATIONS belay A nstallation Float 60367832 01 /01!11 01101112 123,00 A Buflders'Risk ,.:_�� C c 25,66 DESCRIPTION OF OPERATIONS ILLOCATIONS I VEHCLES (Aaach ACORDT01,Addldonal Remarks Is reulmd) N l Railroad Protective Liability the na ofIa Inft to Railroad. o , , I�pq r , rTI IOWAIN2 Iowa Interstate Railroad 5900 6th Street SW Cedar Rapids, IA 52404 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE'ANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD CORPORATION. All rlahts reserved nwrcu Zo 1zu0B1uB1 The ACORD name and logo are registered marks of ACORD FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City'), and Peterson Contractors, Inc. ( "Contractor'). Whereas the City has prepared certain plans, specification forms for proposal and bid documents dated the _day of . 20_, for the Iowa City Industrial Campus Railroad Siding and Spur Improvements Project, and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Iowa Statewide Urban Specifications for Public Improvements Manual" C. Plans; d.- Specifications and Supplementary Conditions; - e. Advertisement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; I. Contract Compliance Program (Anti- Discrimination Requirements); j. Form of Proposal and Bid Documents k. This Instrument The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): FORM OF AGREEMENT AG -1 j ffi r x s s q a a a a N 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED thlEL,504Nay of OWNER: CON i TOR: - City of Iowa Ci Pe son Contractor Inc. By By /lam p resident M, (Title) Mayor ATTEST: FORM OF AGREEMENT City Clerk ATTEST: ITitle) (Company Official) A PR 7 ff4 " - City Attorney's Office AG- 2 RESTRICTION ON NON - RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECTNAME: Iowa City Industrial Campus Railroad Improvements TYPE OF WORK: Excavation 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. I 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 OFFICE TITLE: DATE: President I 11 Q. Peterson RESTRICTION ON NON - RESIDENT BIDDING ON R-1 NON - FEDERAL -AID PROJECTS H Storm Water Discharge Associated With industrial Activity For Construction Activities City Iowa City Project Industrial Campus RR Improv County Johnson 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 1, 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 pre,Ventiori plan developed under this NPDES permit and the terms of this NPDES permit." Name Cordell q. peterson Type, Sfamp or Pdnt Legibly Title preyid rst Company Name Peterson Contractors, Inc. Address P.O. Box A Reinbeck, IA 50669 Telephone Numbe _ 319 - 345- 27711y3 Signed By e m general STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITY Date` 1�4 SW -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.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 at 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 statement. Where is this statement posted? Office locations 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Mark Peterson 319 - 345 -2713 P.O. Box A, Reinbeck, IA 50669 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? Notice includdd:with application packet EEO Policy posted at office locations The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. P on Contractors, Inc. 319 - 345 -2713 B7ines8 e Phone Number ('�, �L president Signature Title cgrdell q. petersu�t Print Name CONTRACT COMPLIANCE Date CC -3 Bond No. 105775797 PERFORMANCE AND PAYMENT BOND Peterson Contractors, Inc., P.O. Box A, Reinbeck, IA 50669 as (Here insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Travelers Casualty and Surety Company of America as Surety, hereinafter (Here insert the legal title of the Surety) called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, In the amount of one Million, Two Hundred Sixty Seven Thousand, One Hundred Seventy Seven and 20/100 Dollars ($1.267.177.20 ) 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 2012 , entered into a (date) written Agreement with Owner for the Iowa City Industrial Campus Railroad Siding and Spur Improvements Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by 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 Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the Improvements by the Owner. D. No right of action shall accrue to or -for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, Including any of Principal's 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 R it were expressly set out herein, SIGNED AND SEALED THIS IN THE PRESENCE OF: &- L u- wjthess 3ctn� kh t Witness Stacy Venn DAY OF Peterson Contractors, Inc., (Principal) (Title) M', Ke �e{erson 2012 Travelers Casualty and Surety Company of America (Surety) (Title) Anne Crowner, Attorney -in -Fact Holmes Murphy & Associates, Inc. P.O. Box 9207, Des Moines, IA 50306 -9207 (Address) PERFORMANCE AND PAYMENT BOND PB• 2 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .A POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 221980 Certificate No. 004388352 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casually Company, Travelers Casually and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the Slate of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the Slate of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and (list Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin therein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Craig E. Hansen, Dianne S. Riley, Jay D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner, Laure K. Guisinger, Tim McCulloh, and Stacy Venn of the City of . De o)iieS , State of Twi'a , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of June 201 t Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 30th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casually and Surety Company of America United States Fidelity and Guaranty Company sra a o;.xM iNS�s apt. xsuaq. ��ir µse auynq SrydyC p ( ri G > OAVON.1 ACY J e9 g 4 6 n hraAYA1fD -+},y ` _ r'Zn ? �aevoagr�.,ei sWp 1977 wurram. �F ress Y erO 1951 :SEAL j siSBR cava ,(s< AIMfi`� State of Connecticut City of Hartford ss. By; Georg Thompson, tr ice President On this the 30th day of June 2011 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TlT In Witness Whereof, I hereunto set my hand and official seal. �pT*Aq My Commission expires the 301h day of June, 2016. * pUBl t� Cyr � �S 58440 -6 -11 Printed in U.S.A. `n ul A 0'. t j� Marie C. Teveault, Notary Public RED BORDER This Power of Attorney is granted tinder and by the authority of the following resolutions adopted by the Boards of Directors of Farrington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Choimnan, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary many Assistant Secretary may appoint Attorneys -in -Pact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, reeognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that (lie Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duty executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity quit Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian hnsn{ance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compardes, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , 20 12 Kevin E. Hughes, Assistant Sec tary J{1vE yy 0EA � � 1977 �iSBALis To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact as at www,traNelersboiid.coni, Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. AC"R" CERTIFICATE OF LIABILITY INSURANCE °AT 05/08/12 W' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder ht lieu of such endorsement(s). PRODUCER LSB Financial 219 Main Street Cedar Falls, IA 50613 Phone: 319- 268 -4242 Fax: 319- 268 -4211 CONTACT NAME: PHONE FAX (AIG,No, EXO:.__ AIC NoI,____- E -MAIL ADDRESS: PRODUCER PETER -3 CUSTOMER ID 9 INSURER(S) AFFORDING COVERAGE NAIC9 INSURED INSURER A: Zurich American Ins CO 16535 Peterson Contractors, Inc. INSURER B: AXIS Surplus Insurance Co 26620 _ _ INSURER C: _ Reirbeck Motors, Inc. INSURER D: 07/01/12 PO Box A / 104 Blackhawk St INSURER E: _PREMISES MED EXP(Anyone person) Reinbeck, IA 50669 _ INSURER F: CLAIMS MADE IX I OCCUR COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE Non INSR SUER PAID -- POLICYNUMBER POLICY EFF MM/DDM'VY I POLICY EXP IMMrODIY)YYI LIMITS GENERALLIABILITY EACHOCCURRENCE $ 1,000,000 A X COMMERCIALGENERAL LIABILITY X X GLO926706501 07101/11 07/01/12 Ea ocwrr0ence S 300,000 _PREMISES MED EXP(Anyone person) $ 10,000 CLAIMS MADE IX I OCCUR PERSONAL &ADV INJURY $ 1,000,000 X Blnkt Contractual X XCU Coverage GENERAL AGGREGATE $2,000,000 GEN'LAGGREGATE LIMITAPPLIES PER PRODUCTS - COMP /OP AGG $ 2,000,000 ., $ POLICY [XI PE0T LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Far aWdenn $2,000,000 A X ANY AUTO BAP926706601 07101/11 07101/12 BODILYINJURV(Per person) $ ALL OWNED AUTOS RY BODILY NJV(Per accident) $ X SCHEDULED AUTOS HIREDAUTOS PROPERTY DAMAGE (Per accident) $ $ X NON- OWNEDAUTOS S _. B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE EAU753420/O7/2011 07/01/11 07/01/12 EACH OCCURRENCE $ 5,000,000 AGGREGATE -- $ 5,000,000 DEDUCTIBLE S X RETENTION $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETORIPARTNEWEXECUTIVE OFFICEMHEMSER EXCLUDED? ❑N (Mandatory In NHl WA WC9267067 -01 07/01/11 07101112 X WC STATU- OTH- TOR I ER E.L. EACH ACCIDENT S 1,000,000 E. L. DISEASE - EA EMPLOYEE $ 1,000,000 E . DISEASE - POLICY LIMIT 51,000.000 If yes, describe under A Cargo CPP9267064 -01 07/01111 07/01/12 800,000 A I Rent/Lease Equip CPP9267064 -01 07101111 07/01/12 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) For the project described as Iowa City Industrial Campus Railroad Improvements Project, the City of Iowa City is named as an additional insured. PCI p J3845 City of Iowa City 410 East Washington Street Iowa City, IA 52240 -1626 ACORD 25 (2009109) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE COMPKIE The ACORD name and logo are registered marks of ACORD reserved. MrApr_ 2d(2) Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5144 RESOLUTION NO. 13 -304 RESOLUTION ACCEPTING THE WORK FOR THE IOWA CITY INDUSTRIAL CAMPUS PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa City Industrial Campus Project, as included in a contract between the City of Iowa City and Maxwell Construction of Iowa City, Iowa, dated June 21, 2011, 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 Iowa City Industrial Campus Project account # 4512; and WHEREAS, the final contract price is $3,352,328.43. 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 15th day of October , 20 13 ATTEST: % P. CITY CLERK MAYOR Approved by C(tia �0'Uln �.jilw* -w City Attorney's Office I ha h � It was moved by champion and seconded by Aims the Resolution be adopted, and upon roll call there were: AYES: X x X x X x x Pweng /masters /acptwork.dw 9/13 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton 0 FILED a. N 2011 MAY -3 AM c, E ~ - CITY CLERK _ e 2 104',41 CITY: IOlV4 %off c ENGINE q o � Do Z V a a z MO J yQ nQ ?� rc rcM* r y 3 ® aL`a u'b 3a C11 °nn4 '�O c r Z uzs1' a �, c3 VUC�Yv zzm`c o� E v Lo t% Y �1J�' LLq�fr V P5 s 00 ^ z dodo � veee_ _______ �o d O U w O `n Nm 8z OEM Ez- jU 3 OlLVE6-Z4S4 �ON 19SM1N00 J.110 IIOz /t4 P81V0 ONIll3l sndWVD inialsnaNi ADD VMOi - J Z n N FIL ED o m W 2611 My - CJ a ■ • X < � ai o I F 5 �C O v Q H Ye V - ,5 co O, t. 1 gaS� 3- V _ .. N'7' 7 g y�E a PP. y- S- E � ¢ C C .'�. VV Q J`` P1 m o o c c a c❑ c❑ o c 4 c c c¢ y � c ppa ■ _ _ o _ 9 Y = _ _ _ _ _ a _ s - - G - _ Z .,. - - - -- - • - •- - - - ,- _1 - - - - - - I - I - - - - - - y-a Jai, /-I, ,- ,-{, (A - a (� �i❑✓� ❑%�ti �C_'�i���l <° jj9gk � �� ®�'N1m qq ®gym '��r� qp -- -- b7��:o I � Boss 3 O Z FILED G a 2011 MAY —3 AM 9: 21 L CITY CLERK VIVA CITY, iOWPF g w 3 fWe p N O 2 F O W N Q (i g v P l 3nN3Atl latll t= III �� l�✓�.^ __ � i t � j' �. � E -r l338 sl�11 aanlnd Jv i - �i ' � aA[aa ssvdwoo "� � • ',1�V' \H \ € 'aniaa ssvawo3 3anlna g I x 9 I :� § ± ƒ ° � @ � : } �. Z. FILED °mi a m,� \ �CITY CLERK E® +a m:: )2( \; f - © - -� � I / \\ / e I ) {� : � \ _ /..� ®`)[ 9• } )\ / (§ q }� }}� . § r \(.\\ \�\ G ) {� : � \ _ /..� ®`)[ 9• } )\ / (§ q }� }}� . § r \(.\\ \�\ zz FILED [ § § _ m MAY 4a!> ,R CLEB - } �o CITY, 11 � l - } }� �/ IL I \ A/ » a -- - \ \ - } ( 6\- § ; 11wl \\ (�ILE g O mg py -3 IV ° �4 g CLERK F L l!��..°}°};����$C`gqIYr yz� E" S I? F+W PI.IIY. in, •s Y V Z Ig O�i J R L s jm 3 � olzawaava �e eeeeee .3' S �",¢ s 5� "e � g i � s» ♦� P- - k g �«°-,- °A ARRRR RRiRRR�R �Fyyo gvaA,N ii Fx y -.Rk ;9FP, Ri v;t�= C8 n of -3 Sr _ y`yay FILED OIL O i m 2011 MAY -3 GM 9 2 E CITY CLERK � T047A CITY. ;C4:'A o V r Ai p V tK 5 z J; y C I — 0 6 a gtg e @ • 5 @sps E s F LL oC � R L! �_- r. f F 3y _e R 'YS ?'Y FILED - w N U6 i l,]NJk- _ K c c., r \ a _ r - = Z U yyeY¢ J� Q O 3� 0 � v ; FILED } m MAY aAll ,E kK.. ] ^ �! & ) m¥cE i r� 10,1A \) w \ - � - } \ . < ;t ;• U6 \ ~ : 94 2IIH4Y-3 g ® @� s s tigb 24 Qwi CIT.. 4tn H,g a $ E . z U 9 e _ M d _- Q Hu 3 -4 - 1 pail JI I_ U F � Y Q a z V R § 1 . ne .P e, F O€ e � � VAS nab -'> 6m q FILED, R s 2011 Mir 3 ^C: ` CITY e,' ie i$a �' xxA / I j6 € $• O n^ � a s L.1 __ Tb IL l ull s x rl- I gt u a 3 I� 11 s s k a - I Itn IF-REW—T CF n � a _ V 8n L aJ a s "" 8 iy ImR d f 00 a e ?`a VU O =, FILED 0 10lItiAY £> q CITy CLr a� 3� S 3.n Q e 8¢g� ti k �.Lf"� kL ti m" L � o 4 :� &k °g � =t €fie. 5 g ♦� ��; s ➢=z s"a �zj6 � "g 5 a� i O y "r O 1�9 etc O- 3 32Ja, 3 g, a °s -= a as -= "ey "ac a& =s o_ & co 0 0 U C a a Va 0 6V j� Za Uc O ml gas N[S r � FILES' �� _ a �, w 4i 2011 MAY 22 � e —3 AH g: �?.,•,: �. E � CITY CLtilli � � t $ E g { s � z �a � y 6 € � j � S a 8 QQ°x ue �E C y � g• _ R sE� c a` os ©m s3 e Ie � { t $ E g { s � e j � S a 8 QQ°x �E $ a ' 6� R sE� c a` os ©m e Ie � { t $ 8 QQ°x �a�,y„8 R sE� S a` 3 yI� � 9 eR a,� u§ 8g QEd 8 gd$E d m�a w F4° pa m� xE� c Rme t s s€ $ k L m $ F c � 's § $ _ '!i 3 s zoii my -3 AIM 4=22 %s { e s x� ; f Cy_F4f s' €ffi c o a S O El t gHg ��s` € e� S iD R i- 4 _ s � �% 3 S 3 - b &6 4� =a- Nis I I I J'u �e IL�-Li L a s F ge} nQeyay. co a$ E x z [ e s k 201I MAY 3 5£ a pc3 CIT C_ s e_ 2& o O O CO 0 0 00 - E < €_ 0 O W i ?m Scs 5 a z �€ ' \yj n tEI g :Sa .Egg ' e o5 vu �ws E b" FILED 6 �nu 5 -• 2g1I om -3 dP1 4= 22 CITY CLERK ° x s 1071A CITY. (0'"M a c os c 8 €§ v all Wz U Y ae o_< ^ _ e 110 1 O i- i � 3 c SV � w j - E s I � s; YC O I "s I Stu` B° FILED _ X 2011hAY -3 F, #5-22 a s s x xo CITY CL CiTY C'.tA e l i o FS * r 1 1 a x y U6 I V — 3 1 ,ED 1 g�a3 'r�' FiLE f j III ell k �i e � i �1 s Ld 4 FILUU - 1— o � 2011 MAY -32w q = g CITY CLE K _ CL mYe 6 0€' O e 3 _ 6 3 6 _ 6 t ". U a 'o E a f U� Ki p a Z° U� 3 0 i O Ff? o - - w _ E — N W f _ _ _ -_ - TO- 0 ez W a - w - _ ". U a 'o E a f U� Ki p a Z° U� 3 0 i O LED �- p ?, W- a 2 E< _ _ _ - -- - - - _ _ -__ r<R __ _ s zo W w axv U _ o &o.F. F1 § : : / //, \ \ § \\ -- -\ / \ \} \ \\ \ \ \ \ }} \ \-- \ � ME- ^\ - - - - - -. -_ - - - - - - _ _ - - - - - : - - - - _ -- - o. IT e al �I i bilk o�j o n 0 201 . Y 2 U d Af - 0 - M W a i a I ii w - 3 W - N C Q LL I b� o° N >t - e a o_ _ o _ 0 o � I k k W m N HIJ } f _ F a - - - N _ J - oY: 8 �11�111�11 211 13� a X111111 ®111 �1�111 ■111 C CLLR J e° z i0VrR II Y, -u ICJ aa9 F iuw a o Y 0 - -- 0 aivevvvlf g - 7—E ,PVgtl e_ _ O s ° Is f adc a - _- - 3 W - f - O 6 U _ F U - ¢ o o w - - - o f _ rt _ eee __ w s N _ PI _ a _ _ a rewv�s vale, °yaa .,e � dy: .mwr 2 d:d vavaaw� a-dd yuw.depY N W U - 3 C3- dtliw'°:vas aai i r v -- J Z — N W m ear -$g2o, LL Y O suo� naN ass i d+3S ° S R - o _ — aty a6euiu� �11�111�11 X111111 ®111 �1�111 ■111 e s f V6 Q� �u J O � o 8 6 D 3E e is e 9 in ip e s f V6 Q� �u J O � o 8 6 D 1{{ LE4J 0 nn § CJ 23 e Y CLERK CYTY,101''.4 4� �sLL W m6 w J�a W� o� N 6 _ G � eta o' 430- J3 OS Q c 8 Q LL O_ O C f U1 O I I a - W JV ��mm U C � LL N ♦� a� LL O x _ � o 00 s Ri mrt �. vL A -_ 10'111. ITY, , 5 - o 'o Z J O 0 U V� u L - N f Ua Q Z Q � i o e z 3 W m Ov om o - Z m - 1 t] Z y w w w a � o � i � Q a m _ _ ~ Q Co - z ¢ J m Q F m Q F - OO V O O � C g� m OC - 3 r fi mo - _ aG� _ 6 9 N FILED 7011 rV -3 �.X 9= 2 CITY CLEE4 d 0 0 f -- a �s oe za �c 3 0 3 II i I 8 _f i i d _9 3 II i I I _f i i FILED 2011 MLY -3 'k. ° 23 CITY CLE 10`H,4 CITY, 11 E Q V O G f m f U< ¢-3O zt �3 o? zo S0 3 0 s 6- �sj 3 r. aia „gs 6�s a€ °e e o - � _ - - -- -_ w a 3 - e Z ` CU _ a z LD a 'o J O � _ _ 'o Km G a f z = J E — U J _ — 3 Q o as Ci T� � o O_ w � o TC VV 0 F 5' e v ' dos w a 3 - e Z ` _ a z J O � _ _ z = — J _ — as w _ IIF I I XII �I! A'o' rE II3 eP I � 8 I� w� X2011 i' /I IJ w al -oo.i J/ I I — I w '00 OF, If I wl Iul - I _ I I � I I .1 1 C - I • I I �I ii I lu I I N 0 M 6 Q V� Q� J3 p4 } UV 3 0 s 0 I � 1 IOlL9 � F 1 3 S6'EL9 R Co. l4 . I _ IT o � _ n I�• _ —L_�� — 5 �N 0 el 6 I I I I Q 3 I f = I a• c I I� I m a V O I� If - �U 00N9£ I( JL a �6 Yr 1 1) n. / - r I n •f � �I -N� �ll I 11. _ / y I a /1 I � Is I I Ilj $ I• . r' ; III EI's m r alll I � ✓ - N_.. z _5'EL _ � �ki ED M = o 00 +Lb- ss'LLS� O T" C LI \i5, ECLL9i �I I 00 +91, * °z 10'LLV / r� .�j — 3 G I I u _ 98 9L9� Y 3 0 6i JCf AY x 00 -St, c FC III to Ixl �'- LS'9C9+ a I I y _ I \ 82'9L9i I 00 +1d, nrscse Iy /J NN z c _ z v 52'5[9 �n w J K' I l 11 O X 00 +£b Q a G I / 11E� I I 5 ov-sts� = x II - I � III Z6SG9i X I 00 +Zb _ R f9'SL- _ _ EC "L9 I * 00 +10 00 +E5 , �I E II 113E �I I II Id6 11y IIE ,. rcl'o W Ell I XI II a I YIIE 9 �I x i I 00 +bb 113E ,. Ell I XI a li 00 +84 "I I A l l tal II It III - rill 00 +Lt, 2L'HL9m � Q xI o wI execs ` b8'BL9T _ - a p Q _ _ U 6 I I h 5> BL90 _ — - 91'8L8� °- ? `o u v a x _ 0 I � EZ" C- m _WSW ale t11 � = I lo -" I/ n _ 9e'ecsm y s 's Ll'BL9 0 n 9 y e FILED N 2611 MAY -3 'Ni 9:23 e i01k'P, CI7Y�I ^'''. WA MY. �1I1 y � ti ow � Na Qo 1 :atlOtl 3FC11111 w H 00 +L5 - scaL9� a P /M" / s Ilk: I I oo +ss I I a'bL9� s I� r I k N 9E "6L9 r INN G .I �h, -_ y VIII h '� HSbL9 � J oo +ss o I° bL9v VIII w 1 s I _ I w W - Imo, w > .� Ij 8S6r9� - 1 1 o _ � I - a z aN I � 9o�y /ory { 00 +65 I`I I - - I 1 w III II LL 'l l I I - r - _ _ pp +s5 ` \� �- m- P °» ■ g; p am a�; me LLJ- -)3/ - . § \� \ - \} * / - \ � /§ > > / / \2\ \ � , - - - - y \ \ e - � _ ° / \ \§ 0 / % \. y y ° _�.- : - -- y> nm _ ,- FILED N 1011 hkY -3 Ah 9 23 CITY CLEFK, 101, °7A CITY, Y`A. a o f U¢ a F� 2 a 4 FZ V� O - o -_ z i O J s I� 5 _ al F I o a a 4 - o -_ z J _ F I W 6 3 = ' o g FILED iv _ -.1 2911 MAY -3 AN 9: 23 -- - -- CITY CLERK LL V - Qo U — E LL 4 — 4 e� e� €e a E FILED � o Y II 0 ]MAY —3 AM 9: 23 ao,55 CITY CLERK, — 0`MA CITY, IOI'A II � R 2 II S y OO.K III D � Ml z� �y 09a Q2 O D I C s rF� C 00•EE V III 60 O It+ III — 0 133tl35 Hap26 I II I oo•oc I I I I I I �' II I n I II I I I I I I I I I I M i II I II, I I I I ,II I I I o s III �eP�F i III I I S9 I N I I II e II I I I I YY� FILED 1 N � O 2011HdY -3 kM 9:23 CITY CLERH� oo.ss �T" 10;!A CITY. IC�. "; II _ IN � 00•£5 1156- II � I I i� I I oa II II 11 III 00.25 II II I I a a II u I I Fu Ell 9 IVIII �Y ®4 O_ 00.16 I c NY ISr f SAS 2� S C£ ¢ p 'Pg o� ¢P� CI♦ oo.ee " oo +as ao•ee m. 58• r ^4 g' � � Y pp K 00.9 gi &Ha3 a M FILED Y 2011 MAY —3 AM 9: 23 CITY CLERK OWA CITY. IC ;A.. y� O Q N 6 f Q U� a° z� o_ 80 a 3 0 c7 o� s �O O -- - - - - -- m I I it f II II II - 11 eroNR� I i �V� xg oo.x e i I - i ii �aee age 0 0 00 +5 i- I L E 1_ III 2911 MAY -3 A `, lc! N e CITY CL-RV _ 4 IOWA OIT'f, - e e- - I e m e n - e W P n - o I 0 - P a m 0 m� _ I wwe i I aw w f I 4O8 OLL GCm O. 0 �e oa +E£ _ IIII Illll,n _ _m i g,w mH� IN —� w IV N�a uww n ry n ce _ o - o wf -. +Zf a ` mm ¢Doll - _ 133H15 HIM, 00 +bZ - I I I I I I I � III t I - I O g J 'o i 0 i �q a� ow 6 f Uo 3 � O � O U U 0 O - - - - -- _ - --�� \ate\ 00 +7£ _ ( - - II I mg ----------- - - - -41 00 +oe ' m� I 00 +bZ - I I I I I I I � III t I - I O g J 'o i 0 i �q a� ow 6 f Uo 3 � O � O U U 0 O y� OP 1s E D $ N 2011 NAY -3 AH 9; 2' CITY CL`eF < _ 10`41A CITY, IK' o 'm c� Y OE 00 +06 - _ a � 00 4 i II �� II II I II II 3 ° II OO +eE , s yl w U6 ICI g lal al lol A I "I II m w II 00 +[E II I A a I li II II 00 +g£ II _ _ II II �aQ = II rsos va^ 00�,Lb 6 lL E D 211 MAY -3 AN 9: 24 CITY CL -'P'' - I 00 +54 I R- oo +bb 00 +cb o 00 +Zb 00 +11, nmu w s� m o N - ' R o o 0 >W o °w f 6' V < a° ° a z� r� U J 3 0 mend w �o U 's s� m 0 £o J i ED £ O J I nor -3 A' ^ z N 2�zaI CITY CLE ^n'. m " IOWA CITY. I,'" _ i a a H pV_ 00 +Z5 = III as so x� I o w u I i � �♦ G 4 < 00 +IS ® }i}5 F� U s -. 3 0 00 +05 og sz- _ 00 +bb _ N 4 e J / i 0 ^. OO +g4 gr OO +Lb - FILED 21111 MAY -3 AN 9: 24 N CITY CLERK a IOWA CITY, ICl'di. 0 n z a p V N � � W V U 0 -- -- -------- Fez m oa T - -- -- -- o a f5tl3vID A21 ♦b,YCtlOtl 3tl�ifli � F 00 +CS j O / U _ _ _ _ _ � o ! l � II I to I I 00 +95 I I I I�w I Imo` I I I I I I I I Li I I I I I I I I i' "ao Qi;m I I I I II II I 00 +SS II II II I I 'LLI� a; - ICI m INI =1 o I I OO +bS I I I I I I I I I I I I I I r I I 00-ES I I oo�s� lea ;FILED m ES'f[9m =II b CITY C EFl _ orBLB^ I I IN II w c_� o f OO +bE � II - - oa ELB� 8 0 w: I ' I LS EC9�= L i N I H EL9� Wa° II I I I I _ a I m bb'ELB� U I � 3 n ry I — Qa I o N L Ci OCIFEE I I m z (V I 29 "bLB� �332l1$ H102b 1 —FOC 00 lJ ! II i � a5'bC9� s III VIII � I I � I SE'rL916 W I II � I I I I I II 00?0£ Ill If r_ zz�o 11 E. 149 I 9I'bC9 � I III I I I I II III _ 7r- I ;� €�_. OO +Ib FILE I _- S. - o,:.e iJ a9" I b• - VIII tl. III ' I 81'SL � O m g 00 +04 _ .� w Uo - 6 I fiz Z8'bL I J 6 I - LL SP9L9 * 6 V a S 00 +bE I Eo"aLSP � s I� c ® ti ml bb'EL9 + v 30 I, e0'9L9v I I - _ 9I'9G9� � o I - um s 9Z'bG9m i'n I` N III a 1 HE "bL9 i S' 66'9L9 �SVM 31 � I I II 99'9L9v s I I ' OOI�rGE I 66 "bL9R II - I I I III NpI III I 1 � I� � I BZ'bL9�' � 5['bL9f' Ca � 111'1 F 00119£ - Y II °� I I � I 'r I S9 "EL9 i OOI >SE a 00 -Lb *' 1411 ' FILED 68'LL e s I 201�a' 9 =2 EC LL � 00 +9b I a ' os'L!se a f ti0 dE 1111 a Ic' IL _ 5:'LL9i ec x - [0'LL9� O OD +Sb X11 I U� x I , a *. I Y I I — W I 1r a I UI I I bb'SL w SB'SL � M I I ... # D . a Ill q. Z+5L9 r 00 +Zb u9 I B I �csL \\ O I I r: 00 +6b > 0 w a � a � U y �� +Bq a �t n x y m III III III IIL � l� 1 E III 2�l1 MAY -3 IE s III 1 CITY C h I II I \\ O I I r: 00 +6b > 0 w a � a � U y �� +Bq a �t n x y m FILED I II l� 2�l1 MAY -3 '� c: s s CITY C E„ I II 0;4ACI o°.' I I I I I I I N � I I ,I III II o 9 I I I L S I i i I I `4 \� J C , I I I I I li O fG'8!9n L o bf'BLB+ o y3 Sf'BL90 a E uo vB!B ❑'BL o ZC'BL 88'LL c J f U� Qe O 20 r= V� 0 8 oo +Ls i� III ur 00 +g5 Ilr IIIh ail I it oo +ss� e i7 li ii it l oo +rs IIIIP I n �py �Sj FILED C i v C y IN /I I I I i III, ii I� I I I I I I ii i I I I � I �I �I 0 .a LL 1 ¢w i� Qo V ~ N I9'BL9+ Q U c ¢C o EC BL4^ Z se'aL� Uu 3 0 Bb'840 LL 1 'L O v G p - z - 3� yw W U m G I P n y 6 a 3 O n6OU ry v'NU o wPu v Ww -. ouu i =u $ a Y ��v'°ww _ u Q rm iw •(� dam. ° m m ry p n _ i I 0 ry v � w z o ° a. �I iLLiu�m G ym o S i u I o .0 p iiiw o u G 9 I G o If N L 6 _ � c c ° C - a r TY CLFDR-�. I - o ° _ — w LL wo ym mso 4 i o a f Ua ° — — 3 Qa • \ x y � oQe �o erw Wr _ O so - CD w a s -T 0 - -� w I w � .o m wow _ a - W �o _ o Nz. - - e j - h ! m = o _ B - o CI7 CCcRft - o U — O W c O 6 w � m C " o — u W U O z� min '^ .tea � ego N nuu 6 f ui ru Mc o � - Z_o � u U 0 F =. nuuu °m a v. I _ _ s Lo� lm o � o o 0 o w�� m a �_soo ,rp�w J o oa 55 o O 6 U °iw �¢V 0 m e m e e N o - � p 2011 Y 3 0. 9:24 - - I _ p I 2 O o U yi W �D w U o o Ft � _ J n a- zt o - ' � e p _ ^ ° -e o w PEP LO M v ° rvn °n a [+ w a w ¢• GNU n w�. o�w .ice E p ✓�n°uuc r¢ -roc in✓uuc £ I 3 �6 p ^ 1£5 p £ € C FILED 5 o 7O!I MAY -3 Ali 9� 24 CITY CLERK iow C!TY.!G.iA 9� f % / 12 I ------- - - - -,! - ---- ----- - - - - -- �- a N I O — � / r ABM 5 =d 3 33�c a N FILED 2011 MAY —3 AM 9: 24 — ID "'1 CITY, IOWA _ c Iw xlAUStiu a - E E � mVIfNaAR � °F W 1M LFL AtlL m i Z 0 N C I aoawna 9 _ _ o -oenu sxn 0 _= u 11- F a AM f ¢U% F� � 3 o= z� = L4l LIIlYtlO e 3 3 rC Fe U Q s L6 II V inpE m IOANIS15:511 O �- u O = t EEC` o� _ c Iw xlAUStiu a - E E � mVIfNaAR � °F W 1M LFL AtlL m C I aoawna 9 _ _ o -oenu sxn 0 _= u 11- F = L4l LIIlYtlO e 3 3 = M FILED a d 2AI I MAY —3 AM 9: 24 !Ci:'A CIiY.l61'sA �g r - _ mire ° u a — v �xies i meenc — in llkiBMA C f D u z ° n xi O 40 — =,S� Y D e Li O ` m � t `o J U< m -nm S �u � LPj c 3 a� _oirVr a� a 48y« n3 zt 3 O 2« _ _ Pm soN s — om oixarm U6 a ai pe�v` >w a e .ones rc rws�wo to s °4 i meenc — C D u z ° n xi O 40 Y O ` m � t `o m -nm S �u � �ia c _oirVr a� a 48y« 2« _ _ Pm soN — om oixarm a ai i meenc — C D u z ° n xi O ` 40 m -nm S �u � �ia c _oirVr a� a 48y« 3 y FILED 2011 MAY -3 AM, 9:24 CITY CLERK - _ E:xvA�EHE _ f� , =tl u /some 1emennn ` � _ m Q lens asr. = _- u � O ` � p 3 � • y ON Q `� p3 rcz 9j��Cr e u m E e w Ml: yes m�orfm� rtor.+.o m nanw s U6 o �t WIMS 3_ — e3'tl /A _ i n SIY.Id a _ g In In 7�7 777 1-1� Till k O ` O N g U � — t= IS S.. id IH- a E t >oL psi 9j��Cr e u m E e w Ml: FILED 2011 RnY -3 AM 9: 24 6 Vtl[31N3xWXx e S P e $ o E E� _ _ Y i1n 9 0 N ' 3ina 1W ° °5 s'suivao _ ti / fiNOIA nX -ldE 3 _ _ � e mC 4 6 - .'�tl31A9tl b - - tl'aAXxX r IOEXAE SASE a �= u O o n 6 f U� ° O F5 U O em __ s 3 k a 4 a9r.. A: ado£ 6 Vtl[31N3xWXx e S P e $ o E E� _ _ Y i1n ' 3ina 1W ° °5 s'suivao _ ti / fiNOIA nX -ldE 3 _ _ � e mC 4 6 - .'�tl31A9tl b - - tl'aAXxX r IOEXAE SASE a �= u O o n ° r- e P - s'suivao 3 _ � e y / smne - .'�tl31A9tl - - �= u o n em __ e� FILED d IJ`lci[�ITYr10`?;a Egg ` F€ o E E iv2 'ILL9N3tl15 � ]- X1f1'EJnX v _ -aC i 14. 11N'. AtlU - SO m 3 O - Y Xl1YM ['J 11{ SMCIX - - — m 1X3nome mennx - - ens xY - - - - -I O u o m -`lJ _, U Yoevu �sn j J � I u o a o = eE r — om olxares � - i U6 - \ \ \ \ \n \\ \ 3 3 3 3 �J lnunnal _ s� s � 3 oc „ 6 � tl39xIIV 0 a ro ai An 5„ HE o o'm$ LL nree wrlsrea n. [.[[wm ..w_ a e 8 O tl�2u m Yoevu �sn j � I u o a o = eE r - 9P ]INdYItl - \ \ \ \ \n \\ \ 3 3 3 3 F'l LED }\ ym3m,= cec » CITY, oa . §) |[ § Z � �} ) - u Lvj ^ , . cf FILED - 2011 HAY -3 Ali c. 24 1 �l.:E{ J_ � Va •,1:x3tl15 _ i P INN Ae, _ s= _ _ rlxtlltlro — tl31tlM 0 m y _ '�I Atll!]btl Ai / &MI9 — '4AWA4 irv5x O r� o e a yd - 0 - � = V Yl➢a _ _ in n n n n f V� a zz 0 n 55Y 3 3 2 X u 8 V 3 0 94l erv2AYa E '� s LL I LN . Er ag4.`_. i5 k iov:,a c1 ..::� - J_ � Va •,1:x3tl15 _ i P INN Ae, _ s= _ _ rlxtlltlro — tl31tlM u v sMrs _ '�I Atll!]btl Ai / &MI9 — '4AWA4 irv5x O r� o e a yd - 0 - � = V Yl➢a _ _ in n n n n n 55Y 3 3 X u 94l erv2AYa E '� J_ � Va •,1:x3tl15 _ i P INN Ae, _ s= _ aurM — u v sMrs '�I Atll!]btl — '4AWA4 irv5x O r� o e a yd - - � 3 3 FILED a 19'et'AC'TY,10 ",, 2011 F',t:" —3 0'. 9: 24 941V I C V _ ,ve — Lx mn -lmtxm 0 u m vXMC� -tl — — — _ 3Lll ; tl3Enix - _ — -Deno sosn e O .: xsna � _ co 1Y TJRT m � f U< 0 5� _ — E a _ — o Aso t �u $o v q D 90'. 'JI4JYM: O E ° 3 s _ U6 E E c n swae — -sn e y u. 'AY3�MIP' i lau a G _ _ d o o �e weea s� =`o e- se w = a �a =s _ 19'et'AC'TY,10 ",, _ ,ve — Lx mn -lmtxm vXMC� -tl — — — _ 3Lll ; tl3Enix - _ — -Deno sosn e O .: xsna � _ co 1Y m � _ — E uP' _ — o Aso $o v q D 90'. 'JI4JYM: E ° 3 2\a,, III IN �: �1✓ o� I_ 2aI �I II 4.�f� d'; -s an 9: CITY CI-ER'n _ < a cc ; s IQ I / y I � � - I �� � �'- — F rai• % / � it Al I II,, I -III- ;—� I I,•,Ili - ; - III I 14 ���I' � 0 •„ � , II Ia ge I I. f! I I I k �II - I I I I y I 00 9 J/� I• I R I III - • I N �/Y�✓�} FILEO 9: 24 � _ I I� v 2011 MAY -3 AM I —N CITY CLERK MY, a I V V a- I Ve m [ a oo.ss `I i s 'ljz MIS i il _/ I' - - -_ - - -- - �� rl I� 9S l - _ In I III, c 00.11 _ j:, •,, ',I _ "�_-' 00+01 t, I� U � W I I ao' Pe�x „. cni I s ANI §iP se /EF 6 i - IIi IIF fASEME N. I - �z LLLL s d 0 a \ UW p_Wa Fg a2 3y � I p � Pryl I� MEN] I I 1 T. s I I 1 I o rZ I � I I — _sue •rs�asmuAT - — - — - _. — - t� ! ” -- �� k MEN] XYL9 lo s u r I / � 3 I� � I, N 1t E6 ! w Ny Q < O2n i G+ T U } O 1 � 4 Q _ AYMpYptl tlO1J3llOJ �nind �1 � n -�a r �sre 9stL z 4. �3a BO '8L9 ♦ - ° z w z w 3 I LTILIi. EASE ENT U F' o—sz _ i IB [L9 L . I 95 LLc _ I I� c II I s � _ 00 +02!4 III Yip V` ,j tg _ £I'LL9: m - r 62'8L9'� XYL9 lo s u r I / � 3 Z0i1 Y i:'''I 25 :11 r III III III Ili L fl 111 F ) I I III111 If� 11 11 I __ 111 1111 � i li �I I III I I I > I I IJ,I 3 III OO +SEb 4- I V LLu �11 II V, t: L 111 H. �I I I I E III III III _xS3.,35Y3 ��o; x ary i iryS 3nYFe.d OZ 11 11 00 +OE6 ,II I I I I III II� III II I I II I II 11 1 II{ III III I ' r II I i I IJI II I III I I I I II I I I IIV III III I I ' III III III ' _ I ' I ' — I I I 60 pQq z W J pW2a Zyp_ K U_ 3< o% i r _��` 3fM3�Y livl OO+OSb II I I II !(I III I� li n III =i1i ��a I�III I M'� Ili C !ll\II' OO +Sbb ivau3sve in'ir 3 P, 9: Z` F � 5 tl M35 Iybll�'OY y� 1N_N yid . J V { llli — 1 IIII ill , __a IIII d�� III I � z U � J O ¢ — Fwa Uy ¢ 2 <5 �z n0 fy U pj �F QWt 'Lwo_ T� FQ U• az 3< 0 C L& �o a V w Q f i U � Q o F� N2 0 a ?o Uu O fi 3 FILED 2011 MAY -3 A " 4: H I — _ e e H III Z r I W III f e ve UI a O Z w: _oo = o oe a Ec w z 0 J J m r o _ n e '"oeoPaacc mneemm 0�o3 -00oo0000 0 _eeeeeeeee c000 2828 - e ve §[ )� ! � ( \� ;]« ) � ; ! : FILED ( a m a AM ,a \ e¥cA 1-IfflitVA ._3 / \ � \ \ � ( � 0.0 \ \� r- ,§(G (} U ( \ ) \� ({ [ ¢ (( _ \§ M"m s �\ }§/ 112 3 � - � {( � - \ � \\ |} \ \ / ( \ ) - - \\ \§ ({ [ (( _ \§ M"m s }§/ 112 � - � {( � - \ |} - - \\ \§ p = 2 /' qi mom. will! /(v' :514 4m 3 Old _ O `�$I °n 'Y; \ \ \��V___iiJ /// /y �. �5 „% UH FM-3 RK 125 j /I % a?w q jig riot rc m? k3 is�'g 'dim g tea$ <aS /N /! m8 3' l ;/ iLL3; o g<'m' goy �3 •�o5v�w S «a a /j /,j 'f / %! stag e Y`s� p$ gs so. S �w i d` • 4 Y°U 91° Po N / mm 4-3 r oil ANN 91, MISS F \ w f 1 %§ _ d I - =� MR., NQ '----- - - - - -r — - - -- --- - - - - -- ��ar ~� 3AJaO SSVdWOO geP4 FILED » MAY 4s225 ƒ[/ - 22 . y ,- ) ) :� > | - \ \ ! ! .,) _ \ � \i`i ) !` } � - _- , ( � ;!! Z ANN � � ( ƒ[/ - \ \ ! ! .,) _ \ � \i`i ) � ;!! o� _o I m � 2a - ----------- M6R4 tl19 � O � lI �ol W n 2 b - #� $ Z y o F � 0 � r V ilal F °w o i o „ \ . � I 9xnw»r w'ue.ses, � I 8 exaw'us is m.o H - s6os° t9 N91 Ke[Cx 939 i s ds r a - Woos ,� P Gt °e `z5 - o� o S� v o nL P m � 5 — L _ U 6 r 4 F 0 0 J t, z —_ - -- {{ I — IIm�o _ FIp � I" 1 - -- i - - - - - -- - - o S: 25 CITY C1 ; m . 0 y a > t u I L06 %2 Ge �m O� G a I os oases o� 0 t � � o e. I+ I` �/ R ll�l � I I I ➢L_b � rh I�bJA r f % 9J4419 S 4 U� B 9.A3 1 i I� OOM•0, eo N=m a I ! N'05n6 J f Q a _ LC C9 � 9 6 �3 , - I A _ e1 �r s TT gp CPWE IM � 'd0' G9 or�.a oeo a z , All udn- 0 •v y / \ � � � /� OG oan OL•t Jdn �— +�e� \ \ / ,pea i OF 989 °e as I ozroea i � 8 Ela FILED `k x h \ Zifll MAY 3 A11 4, 25 r /' �V CITY CL� v` / rM„ r rr / /i/ rt• 10�4A CITY ,, W -� � •K/ A , r r �r - / / ✓ \ f •. r ; �/ •� -- / rr - -- SSvdNoo /`- - - - - -- - -- - p q a \ &Y 3, , g.. 25 \ it 2911H T —BW U6 X °W \ m{ I I I V 8 -3 I 3AIUG SSVd W00 ° o_ FILED &' s /// 20II MAY r3 AN 4 2G �� a NMI q i p n / Rig �Z / M1� 3 O 3O- `a )2 F U V Q 3 0 - � I O \ \jll _ _ _ __ w Q i e TTT n -v 3n180. ssv'ewoa �� a a $ \ s. i rr F I 2011 MAY —3 'r 2E CITY !NFF / g ONAC Eo ° a ~a, 9/ A / ( E i fr d r 1 1\ _ _ I � 8 6 6 y h 6 8 0 s > 8 d a N EIS ED b ZNIMLAY -3 A 1 °2` �8 Tv CITy'1.:71i ?, - _ - a ac I I w� �o I I I I I � a 'M'f1L ONLL81X3 y n 1 _ O Z `a Q = V ua 2 W — I g 3 � a �y, m I 1 IB eI 1 i —'maaa usire L i I I � s I I t_ I I I % m M N N d I PHI — I o p p p _ x _ O W _ 6 m III I O U V i m i ¢ J n Q J L n N 0 � o � m F L e U a o p i p I ry ry 0 o e ipn z I I I � 1 I 1 o I C I I — f p I I F n' =� w I l I p I O w c m u+ = o ao v N = O o C 7 0 a o�* 8 U T _ _ M a f n I m ° O� ZLL o � _ UV I I 3 I i —4 J e N e o_ o � w i I I U v d b m I � _ 1 O �e m n s �a e_ in ° ° F4 r 5 $ CRT III J O j O F y 6 M P Ili III c U< dt a I^ m < n I O ° o_ z� r� U Q v ° I � e o s ° I °n I I I e I V o x � G _ o ° I O LLLI O o vi.aS Mij _ ° � o CITY C EP:; i. o �G °w I w� _ ay O U Q I m P — a r V o i I I _ I o 4__ N b to �� s I e _ I e I _ w o w a o � G O MIT- ° CITY CLEFT, i ° p w a c U U p O i ° �0 N 7 q a Qo ° e p Z LL _ o rF p r as e i c Q CD p _ p o 'I - -� p n e a 3 w S o _ O w N 0 _. 2811 M 1 Y -3 AM 9 20 0 ?^ A CIT L NJ'a ' c WW a U V —o a m � U O 3 0 o o n s a - a v q. O a it - H 1A �sy } 0 p CtF CLE F I ,o a Ea —°y 0 m T J p a w w O V 6 n a p J 3 V� O o c R � p ° a s a o e 3 w �+ p �f ` 9 � O a — I z >� I I�P I e a s a I r � 3 I za o p v o_ r n 96 _ I i I o ° s a � ° O 0 I 3 o I o I w o �o � ° o ggW 0 U U _ 7 6 w W O I 6 p3 a ^ J3 o O U rz I o ' o a 3 p i c_ —Q o o I e e ° I o it o � o V f 'gjr ° o w r a -FIB. Qlitap� cu I 0 - I _ - z I ~ w . U U ° o I U T - J o n Q e u j2 v Ie o > Vo O - a o_ 0 O N Q N co V 6 o ° a ° o o - c a o 0 1 S _ _ es m m m o a } I ° w� r °w m m ^ I I I ° o O O I -1. O d» so V U T I I w d a v r S r - � o 0 I a I O n x n 0 n k o o I 1d Ie a ° N ul F Wl- I ° �� V C 4 0 _ _ 0 - o CiTY.r L. R o q I I o �o I 1 ' I - io � I o a I I — o m 1 v 4 Qa i 3 a o c I _ O - Oo ON ON: s e p. o A_ I + e r n O _ — U I I I 'm O i X664 I o a :R- iC w 19 I a CITY o a I I ow K VU i a- i p w LL' o f 6 U� p r • Z LL -o N n � ' a a a • x •I O o� o a o ° o _ -WO o a� o, I 0 a — I a Iae a m F_ I I - i +7 r id 0 0 p i I 0 N J 6 f Q I d d I Q p J 3 4'6 2 p m v p UV O_ o I o il o o n u v p_ C rJl � o o p w e w I e p i I s.� p ;s £fee L I ° 3 � a � - -I 2UI k:Y -3 M 2S o r. I TY ri rc ° N �°r ° L I i j f og dq ° i I I �o I I I I o LL w i wl a ° ° o F o O_ ?o O a 3.. Q 3 J o OM ^ O r R O r Ln O . O s o 0 I � I 0 ry ry e ry� _o 0 L s' i o 0 ;R N EE�` LED - Gil Y 1-g'!, i I I I dy f I oz p I o y b w b a E v i � s zp o _ O O O LO .� O � - -- s o p ZS O p b 0 s 0 r —c o j O O 4 O O O wq' O g .. _ 19 p tC - e o ° o p w O V ° V i0 I I 9 6 p U6 7a 2 F 3 — 3 CITY CLER!! O p 00 a ° "U-6�M a c � a 0 0 c o ° p o _ Gi` CLIP:': p i p ° y r. I 0 - N p o f a V¢ J V — p p Ne 7� O � a � c o v v v ° 0 _. • �. .. F'.. ~ u I 0 = o e r s 0 — t a o °m c - 4 I a 3 c O - 1 cii - OL 0 °w c i m ¢ •n a b I ° N d 4 Qe n 0 b� a I e G a- v 3 o 0 O O a Qn. a L(1� On lfl `n o ° e o ° o ° I I I - ° ° '8 O U q�ap e - o - N D _ Bi MAY -3 AM 9 0 c CITY CLERK... p o p o J � o — am o ° D —Or � III 0 ddd l m o � p p U 'e. _ o Ira Q p O o S CD o V �e b p L2 p N r . I n 1n G r - ~ = S 2. O � I l P o p O -- muesli f I a aS 4J a � [i e � � N N = I TA' CITy,1s• .. I o q o - 0 - z - O p K V V - T q 7 n n m �i Fv ya22 U _ a v x o I � Q 3 _ n G _ _ CD 0 o e 0 III.. p m O V V� G O — V O I LCwN V vw a - � � N 1 Yi -. - I I - i I o I ° N ,o a� ° O N n w w w Oa i ° a 7 L C > ° ° Fu U v Q X r� ° i Inb o s ° e o 0 _. ° o o ° SID ,I e _ e e w w LL xs 5n � i4a N ,o IT CLF 0 _ -` - 0 o Ia Nm o � L I o a& J I w I I I VIII I y o w w o I I 30 O 1 I a o - I I I I n o ^r o r ^ O _ O C w L r r - o tl nI — 0 3 O r N r N o c I' is _ � m uo o ° i m 0 0 0. I a _ i zt 0 6 0 03 zo 0 0 a —Q e a I i I a e � �CD LA ^ 1.6 b o I I a - L w _ m I .. e 0 _a o � ¢ N I o I ° - I z I o F w I _ p _ y >� ° w w p c io V V I p O N 2 7 x U rp 6 � e m u b Jo Q - p CP �o p p UV a u i p _ M m j n N V Q n e 0 X r� r I m^ � 1a, m m ° c - a I p - o I p � I - p x p S 1 q, PyIStl r. ' e _ N o I h f 0 o o � _ I z �U o c it _ _F oU yw V U � q 6 Q I o _ zg iC c U- 3 I e 0 0 0 o N N c c r o e < a U0O 6 c _I ¢9 L x e r o m o � I Ho c= o a 0 o d - ITV ..... -. _... - I � - o z I 00 o o �+ w = a� I io V V O O � 6 Q Q _ ¢t n 3 m c i o p I 0 I 0 p o wo o I _ o 0 - I o 0 0 0 asp, m °- ° >oG 0 b m m m N I o I I I I o m _ I - w= �o I a� ow �o o� 0 I I I o o E I e o �3 �I o= z� �a o y U e 3 b m � LO ri ti e c _ s e I� � I 0 I I 3 Ida - o I I � � O 3 M m - - I . _,. - I I ° a ° O C VV C N J ° m< os C - F C UV 3 P o -- - LL .II i ° Ir la n � e I I I r I o I >; m °p RF I- a� M 29H M, trCITY CIE'..... o I fo p S� t- I I I n N d I i o Q- e F'o � o i I - o I o O�� N e s m m ry —WO I e I, y Q I I _I I I I 3 s 0 I I I - O I �- HO �I M - I I E1 Y C_ R _ I - I I p li - I I p � W n m EO O j I Q H p _ � 3 U °- a LL v 3 _ I I ± - o „ o P O+ OWN tp T + � �tO p m O _ k O 0 v I d 005 __ O> Co p -3 11 Q 23 0 O I ICI i I p N ^ i _ F o V O NN m a m I C C _ I N 6 a � n a zC O I m e O No OO- i C C 0 0 o I I d,m CD .. n .m _. e ... UiN I'm .Low - _Ln m C m p p O G c O i 1 i N� _ _ I � _ - � Ilr I I - >o ow ° o I I ° s IL =_o li o a Oa _.. WO I i I 0 0 o r ° I a'..S a9„ O 4 � M 20i RV _ ° w z io o0 'IT CL q P _ f - - I ° o o L % a H o C- Q 3 o_ o 0 e ° Oe ° V d e e a o a I ° J FILED L oL cZ oa a oc e 06 2011u4Y -3 AM 9- 8 CiT, CYLyER'�y 9': �Be_lvtl. E�Af1 .l Vl11r IV V.N a99 16K3133W 0 N U YlLL 3NfI NItlW'1S%3 � I 0 o.sszz� rocs r Q N 110081 N1038 '.YYB9� 9IYtl/a!L --- _---------- Z 9 +99iiS= Yy y 6 _ ______ _ •_n -I�r _ o I _ YtlLf]n101�3� n] Q H 013 �bJ V i O S Z o ~ oorpfvv%vis0 105 azL4'tllS V 1l H�LW tt'� tl5 Q I V_ CI "I 10l __________ ___ H6 a- + I B9 I f' s — - -- G:'�66'- ltlai d0l 91,099 A96- ,-/ OS 0 v 6ZL 1 lw h - I I I I I I s.'ras= llrtl.4J1 m'ae3. 6 Z I _i____ li — I 966(9 69" e a e 0 D9 0 0£ t L C 9 i x o D s> g 3 OZ I t MN'1flX3j �� I 9 08 HAY -3 All 9t ;Y; ;:/ "KP 3C 6L' >v9- 2011 W >e06;tl�5 o M S6 08aOK S =tl I I 6z - -- - - -- -- - -- --= ioP A C17(.i6':u.� - - -- - - - -Ir --------------- -- - - -' -- - 0 U y O ¢V O K 94 BNO4M GN14163 � I N I � Q Q tl /c01 OO aYE9° �'BG9 Z F 6 _— __ __,- ----------- �" _ - runa - }�-'Y 3ovassre'lsxo� I 9+KE Sm tlfd 9s d9 ys� T ' I I I 00 +0 V MIR _ ___ i __ -____ `_ I I I I cz -sv- rba /acc xus 06 r i � - moe "lsrc3 rcmilmnlsol e8 A N8tl3aOl9M'JbSI$�lQt � 8 g c os c oL Ot of pZ a9 a9 06 !� g Nll3NIl MN'1flX3j �� I "KP 3C 6L' >v9- F bd /apl W >e06;tl�5 o M S6 08aOK S =tl w:aze I ° O FILED } i L 9 OZ I t 9 0 6$ CIiYGL� to zl zl -------- _ __ .- — ` i � 'OL'181X3 / 1vY13Nl I 15 I X'XLIM A\ Atltl3i3S3N 5tl 3d0'15N'Jb8 Ol IIfQJ O ' OLa 3atlN5 V I 0}W6LL b1S Ol O9d�LLL b15 Q 1 rv'.ltl0ltll d8 p I K oa.sos *s= vs _ _ ---------------- I T_• I — J I INI Mn 5 -N- -- --------- I I e. ewalasa lnea,_ t3 Y3° rtL"�AJ1 95'BQ +t Lo =v �� I II SH9 I osH , I gl e I 9SB[9 OOiCa6 S� DZ HH I I �L B ❑6 l 4 0 LW d FILED 09 04 - b t b4 b4 M a o5 yUl I t:AY —3 0 G a V O 5 a F K N a E U Q K 7 0 Z F U O O AN 9' 8 o4 +eoez��ls 1DVtl11N WdOl3 oa +ce¢ s= v d 3NIl LSV3 �i T y Ut SIT 34 b �W13Nf1ItlW'161p -------------------- — ocz W�NL3L I 6LLL'tl15 i 0 G a V O 5 a F K N a E U Q K 7 0 Z F U O O �W13Nf1ItlW'161p —+ W�NL3L Y160165 6LLL'tl15 XJLI6 N1 LI'LPA� IV tl(d01 � oil __ i b �exml�wms 3xnlne wd wosre'LSwo I - i �- e6mubwms I an'lre� � I I 00 ---- ___ a i - _ }Z I I -I I a�L nS I _ _ Z I 1 I I I I I OS _q 09 bC c b5 0 G a V O 5 a F K N a E U Q K 7 0 Z F U O O 1711 FD _o 0 v 0 U Q 6 T_2 F i O s I� 0 8 8� A e'= C r�O LUII_ ------- _ Iva /ao1 � CITY TWA CI .L'cRi'„ "r.lo .- �� i 3,on vdl waam3sw us I t -- _�, — m' s'rars pp»uannulwu -is �-� I us T]x3 — aril0o onoa ss to nnv I _o 0 v 0 U Q 6 T_2 F i O s I� 0 8 8� A e'= sf za.- Iva /ao1 's +so s -Y �� i 3,on vdl waam3sw us t -- _�, m' s'rars us T]x3 ss to nnv I -- �9 -'�` I 1NiT 3tlla Vla SS Xi — — O£Z �GwM ♦mil_ Tai r 0'4 svNmu.nllosaam tl I aoia =4 9CH1 L019Nn b1S '11Ip110 tl6 I iT= 93f 00 +6 wag � LL9 _ o � , OZ OL I aml�nlala aamm�� �— seas =rlvvtlol. oa.' aoa T =vas OfZ fZ ♦`T T - I I I S'LL9 - rca /doi i ♦ __i _ I se us a6'L39- - IYLl2:1 9 +8Oa S= Y ♦ 49 Oo C O£ L l M m 09 CL G9 _o 0 v 0 U Q 6 T_2 F i O s I� 0 8 8� A e'= a� .o - c DP a ° o< c < c of �r c e oL os o L nil ay -3 Av.. 9: 28 ° SE tt9 - --- -- - - - -- -- -- - - -- uni 0 ow iaunrvrcrv'isixs / � ' 9c..urt of eo-eo 'n H uss w ro I uoiia�m as y 0 V o O p 44't� IVi 1. +so S =va L I I ous m 0 4 � I 1 98'BL9 ZCb ^o> IrJcG U Q \ + — e musul Is J 6s IP'.65= Itll1 /d01 +osgs- va >_ O 96 lfil 1 -- l6 I I 1 IS'L9= IxE /c01 OO +SSB i= S � Cli __ -- 00 z I I I Lit ZL LL I I 8 6 S 9 04 C, °u 04 OZ 0C W DOL 8a" _o FILED u> a9 pZI l a a 9 a8 001 2011 t, Y —3 Wm 5' S CITY CL ONP bZ i9� lba/� rate s -aac � as «< I�as L _L xulorlo es '. 0 N'JtlL13N IWi' 9C(3 U I I I I ¢�6 K N +at = v fiNTR' �Ols3tlnN] sans ssia� U ams N 3 7 Q F � V L�O<9 I O III I I e xaLaxl s I I ppLB ANN ' 6E CBe- I'JLi d.'.1 i UL ♦YSP.fi =YY6 �� OS 0 Z1 T I 108 I I I I a MTa t= 00 a1 L — ---------- ___ __-- I I I ualm3ea �IJm.B (QBB9 � I 66 *1f1 - YA oL�a _ L o s I / II'E6 ,YMe 91 OY ` 3 N�dav 0 04 0 _O£ OZ _ _ 1 1 aY 09 L gig`s Z O Pi r=n y O9 1L 0 W C, 09 L 6 0 L 10! mAy —3 €s! 9:28 9- IdX dQl Cil Y �Eh,. I -� I z _- \ 0 I I I U 1l JSS ON]Vtlltl(Itl6 3NWV a YTM13Nn 14W'181Y3 � V 0 0 ec oa== rvz/am �1� _ -_ BaBIIe t =vas - -- • •. ---------- ----- i I / ]�YYIW aatlMS a 3vm�ens srvm J'� ano-u�9ns'lsxm �' & E m aoeaaw .a aas l ems sL 1'isno]x loam N3a a3n3s 3sva n - m. � Nlgl$ 584'I]d] . >L -.2l 9 BS_EES YiB- \ / —W'ISB AHI o 2 B<NV'µ .� lllil']M H]N3tlIt 3n01503 511tl]tl ] - 2V _— _ ___ � / N ` iZ'005= YiVdOi I 00 15 EEHS6 S- Y ' I£L ! 11 5666 �OX]tlXLXlIdB 4 tllIt23L 15Y3LNld 0 ". AP 15 POnY g.]YtiL9Nl 16 LL6llbtl] IALLM TI1 Ni3tl ONY NGY:PN �� 3y j� 3YI11nJ ]� ' �— ('15N0]IaN3 x3aW s I6ms ♦� or6e9' nl xi ; r]?v- �\ IIBWnBE II- � I U6 5 4Y I TItlN']YB S 9 ,I1fy �� N3x13 9mN5ntl YSSY19 - r'" �__ a3narv�n3om xa �� ' ro+nm ry rv91 fE lS/P. +e ]X. azr6. 3 9l'6 019>.9L s 4'tll% 'SINtl LLmv15N.3ll UUylYnO 1 X]LOIYI a9 i 'i 3L'029- Ytl/d01 ZV699 § .Bt =va - la Z'. CP4- Ida /aCc I m of a L FILEDcf oz I C I W or OR CL OR C5 cot I 2011 MAY -3 kH 9 - , —y -= 10WA CITXY, 67, ZL I y y N�W13NIlNl4n'19d3 � y ZC CP9= ai hIVa /d01 s =v i ii _________ bn — ____ lc ��e»aval ffi?J a�saan 9dlli'I81 na � J o. Q — K 3C � B t7 2 I � � U EEE!9- IVG' /d:l 1g pg Q I LZ I e it I Fkdfd0l gpply OS6'6L9= I I g zs'ecv= ma /dot v I I -------- I_____ _____ t Z D @9 I x'J1'Oyial � �I OS'0!9 1 / uX` 9 ❑I t 0 09 _ € c a > O 2 l,w 3 AN 9:2R CIT CLPRK tITTIOUVA s aWA Z J I � 9 9NIp143 n1M W Y !'tl 99n6' NO'J ]YLI3ufIN1YX lsik3 � O �QQ 1 i ap K ~ N I 9[EL9= itly/dtL ^ � o 00 _ ZfZL I a a a m o s z I � u U 69'6L9= `MIdO: O \ OS -- NOL OnR �.01=es]s= v d M F III - I I I I I 1 Focn L Of L Ol ZZ OS C _OL O3 ,