Loading...
HomeMy WebLinkAboutIA AVE& E BOUND BURLNGTN ST BRIDGE OVER IA RIVER REPAIR 2017IOWA AVE BRIDGE & EAST BOUND BURLINGTON ST BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION 2017 30 -Jan -2017 Plans, Specs, Proposal and Contract. 07 -Feb -2017 Res 17-39, setting a public hearing. 21 -Feb -2017 Res 17-58, approving plans, specs, form of agreement, and estimate of cost. 22 -Feb -2017 Notice to Bidders 21 -Mar -2017 Res 17-79, awarding contract. 17 -Apr -2017 Performance and Payment Bond 20 -Apr -2017 Form of Agreement 02 -Jan -2018 Res 18-3, accepting the work. CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Nathan Miller, P.E. City Engineer Iowa Reg. No. 21479 `SQA. ..S51../' h : NKMAN L W. MILLEN ; m My license renewal date is December 31, 2018. DATE SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICETO BIDDERS................................................................................. NOTE TO BIDDERS.................................................................................... FORMOF PROPOSAL................................................................................ BIDBOND.................................................................................................... FORMOF AGREEMENT............................................................................. PERFORMANCE AND PAYMENT BOND ................................................... CONTRACT COMPLIANCE Page Number (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 WAGETHEFT POLICY.......................................................................................... WT -1 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SCA BIDDER STATUS FORM. ............................................................_............... BF -1' TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work .............................................. Section 01015 Alternates................................................................. Section 01025 Measurement and Payment ..................................... Section 01310 Progress and Schedules .......................................... DIVISION 3 - CONCRETE Section 03310 Pre -Placed Aggregate (PAC) ................................... IOWA DOT DEVELOPMENTAL SPECIFICATION DS 15008 - Fabric Formed Concrete Structure Revetment ............. ...... 01010-1 ...... 01015-1 01025-1 ...... 01310-1 033100-1 15008-1 NOTICE TO BIDDERS IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 14 day of March 2017, Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 21 day of March, 2017, or at special meeting called for that purpose. The Project will involve the following: Repairing scour damage to the piers of the Iowa Bridge and East Bound Burlington Street Bridge over the Iowa River. Bid alternates include the use of fabric formed concrete sturcture revetment and concrete encasement of pier columns. All work is to be done in strict compliance with the plans and specifications prepared by IIW, P.C., of Dubuque Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. 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 AF -1 City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: December 1, 2017 Late Start Date: September 1, 2017 Liquidated Damages: $500 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 Department of Public Works, Iowa City, Iowa, by bona fide bidders. A $30 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. A refund will be issued if re -usable plans and specifications are returned to the City of Iowa City within 14 days of the project Award date. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. JULIE VOPARIL, DEPUTY CITY CLERK AF -2 r� _a NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Envelope 3: Bid Bond Form of Proposal Bidder Status Form 745 0 !r © s 0 FORM OF PROPOSAL IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work' which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 BASE BID -TOTAL EXTENDED AMOUNT= $ BID ALTERNATE 1 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1.0 MOBILIZATION REVETMENT, CLASS B LS 1 $ $ 2.0 TRAFFIC CONTROL REVETMENT, CLASS E LS 1 3.0 SCOUR MITIGATION - REVETMENT, CLASS B TON 400 4.0 SCOUR MITIGATION - SY 730 A 1.4 REVETMENT, CLASS E TON 1000 5.0 SCOUR REPAIR - CY 250 FABRIC FORMED CONCRETE REVETMENT SY 5 6.0 SCOUR REPAIR - CONCRETE GROUT CY 10 BASE BID -TOTAL EXTENDED AMOUNT= $ BID ALTERNATE 1 BID ALTERNATE 1 - TOTAL EXTENDED AMOUNT = $ BID ALTERNATE 2 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT A 2.1 CONCRETE REPAIR SY 485 $ $ BID ALTERNATE 2 - TOTAL EXTENDED AMOUNT = $ FP -2 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT A 1.1 BASE BID DEDUCTION - REVETMENT, CLASS B TON -400 A 1.2 BASE BID DEDUCTION - REVETMENT, CLASS E TON -1000 A 1.3 SCOUR MITIGATION - FABRIC FORMED - CONCRETE REVETMENT SY 730 A 1.4 SCOUR MITIGATION - CONCRETE GROUT CY 250 BID ALTERNATE 1 - TOTAL EXTENDED AMOUNT = $ BID ALTERNATE 2 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT A 2.1 CONCRETE REPAIR SY 485 $ $ BID ALTERNATE 2 - TOTAL EXTENDED AMOUNT = $ FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: o Address: F_ Phone: N Contact: FP -3 , 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 Iowa Avenue Bridge & East Bound Burlington Street Bridge over the Iowa River Scour Repair & Mitigation Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful 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 providedin 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. *11b Principal and the Surety hereto execute this bid bond this day of , A.D., 20_ Witness Witness MAN (Seal) Principal By (Title) (Seal) Surety By (Attomey-in-fact) Attach Power -of -Attorney 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, Specifications, Proposal and Contract dated the 20th day of January, 2017, for the IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION ('Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this Agreement for the construction of said Project; and NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto g. Contractor's Completed Assurance of Contract Compliance Program (Anti -Discrimination Requirements); attached hereto h. Proposal and Bid Documents; and i. This Instrument. AG -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 acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name Quantity Unit Price $ Amount VD, CD a r 4;;T- Payments are to be made to the Contractor in accordance with the Supplementary �3 Conditions. N DATED this By ATTEST: day of Mayor Contractor By ATTEST: 20_ Deputy City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner. in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for 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 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 determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF r� IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) IM Bridge Scour Repair Iowa City 1419501 11W IIW, P.C. 4155 Pennsylvania Avenue Dubuque, IA 52002-2628 563-556-2464 Voice / 563-556-7811 Fax www.iiwenar.com Scour Repair & Mitigation, Iowa Ave & Burlington St Bridges 01.20.2017 BASE BID NO. DESCRIPTION 1.0 Mobilization 2.0 Traffic Control 3.0 Revetment, Class B 4.0 Revetment, Class C 5.0 Fabric Formed Concrete Revetment 6.0 Concrete Grout BASE BID TOTAL BID ALTERNATE 1 A1.1 Base Bid Deduction - Revetment, Class B A1.2 Base Bid Deduction - Revetment, Class C A1.3 Fabric Formed Concrete Revetment A1.4 Concrete Grout BASE BID + BID ALTERNATE 1 QUANTITY 1 LS 1 LS 400 TONS 1,000 TONS 5 SY 10 CY -400 TONS -1,000 TONS 730 SY 250 CY PRICE $25,000.00 $5,000.00 $150.00 $150.00 $420.00 $1,050.00 $150.00 $150.00 $140.00 $350.00 BID ALTERNATE 2 NO. DESCRIPTION QUANTITY PRICE A2.1 Concrete Repair 485 CY $1,800.00 BID ALTERNATE 2 PRICE $25,000.00 $5,000.00 $60,000.00 $150,000.00 $2,100.00 $10,500.00 $252,600.00 ($60,000.00) ($150,000.00) $102,200.00 $87,500.00 $232,300.00 PRICE $873,000.00 $873,000.00 N G-� I' Q . Contract Compliance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgrtasshcontractcompliance.doc 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 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mg r\assftontractcom plia n ce. d oc 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 Phone Number Signature Title Print Name Date mgAassttcontractcompliance.doc 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. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by r_identifying yourself on all recruitment advertising as "an equal opportunity employer'. (b) c Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth -...recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) 'Analyze and review your company's recruitment procedures to identify and eliminate - discriminatory barriers. (d) `Select and train persons involved in the employment process to use objective standards and to ,support equal employment opportunity goals. (e) `Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgAassftontractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and.shall be treated as such under any health or temporary disability insurance or sick cleave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective 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 department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: CC -6 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 qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, 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 employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment 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 narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability 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 narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 v cv CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, 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. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Polity it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Dis6piinary action has been taken against the individual(s) responsible for the acts giving rise to the violapn(s); k Remedial ack+on has been taken to prevent a recurrence of the acts giving rise to the disqualification or defatF; Qr d. Other*tors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. ITAK WAGE THEFT AFFIDAVIT ] SS: COUNTY ) I, upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by VLT16; Signature on , 20_. Notary Public in and for the State of GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council' and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall "Standard Specifications for Highway and amended. S-2 LIMITATIONS OF OPERATIONS. mean the Iowa Department of Transportation Bridge Construction," Series of 2015, as Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC -1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 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 (1) Bodily Injury & Property Damage' Each Occurrence Aggregate $1,000,000 $2,000,000 (2) City of Iowa City shall be named as an Additional Insured for ongoing and completed work using ISO form CG2010 1185 or a combination of ISO forms, CG2010 07 04 and CG2037 07 04 (or using substitute forms that provide equivalent coverages) Automobile Liability Combined Single Limit (1) Bodily Injury & Property Damage Excess Liability $1,000,000 Each Occurrence Aggregate $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. "Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. SC -2 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. 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 oompliance 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. SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: 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-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT -1. ( ' S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede. applicable sections in the IDOT STANDARD SPECIFICATIONS. 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. SC -5 S-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-13 BIDDER STATUS FORM. 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. SC -6 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: /—/—to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: L—/—to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? 4 Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign coNntry and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. r�> ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa aid the certificate has not been revoked or canceled. BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875 --Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875 --Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. ' Afjdiate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statetiient shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: ~ (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a - nonresident bidder that is equal to any preference given or required by the home state or foreign copntry, in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary ofa parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own'nhme, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaintform. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations ;of the Act. b. Entry into place of employment. The commissioner may, consistent with due, process.:of law, enter any place of employment to inspect records concerning labor force residency, to queAion an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the tesideney of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. f Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chgter, or the applicability of any rule under this chapter to any person or circumstance is held invalid f�y court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/14] [Published 1/8/14] EDITOR'S No't'e: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, general provisions of the Contract, and other Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Work under separate contracts. 4. Access to site. 5. Work restrictions. 6. Specification and Drawing conventions. 1.3 PROJECT INFORMATION A. Project Identification: Scour Repair & Mitigation, Iowa Ave Bridge & East Bound Burlington Street Bridge over the Iowa River. 1. Project Location: Iowa Avenue bridge over the Iowa River, East Bound Burlington Street Bridge over the Iowa River. B. Owner: City of Iowa City 1. Owner's Representative: IIW, P.C. C. Engineer: IIW, P.C. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 01010-1 1. Project includes repairing scour damage to two bridges over the Iowa River, and provides a bid alternate to include concrete repair on the same bridges, as well as any other Work indicated in the Contract Documents. B. Type of Contract: 1. Project will be constructed under a single prime contract. 1.5 WORK UNDER SEPARATE CONTRACTS A. General: Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying Work under this Contract or other contracts. Coordinate the Work of this Contract with work performed under separate contracts. B. Concurrent Work: Owner has awarded separate contract(s) for the following construction operations near the Project site. Those operations will be conducted simultaneously with work under this Contract. 1. Park Road Bridge Replacement: To Peterson Contractors Inc. 1.6 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to the piers of both bridges and staging areas as defined in the plans. 2. See drawings for construction staging on the bridge decks and associated traffic control. 3. Roadways, Driveways, Walkways and Entrances: Keep roadways, driveways and entrances clear and available to traffic at all times. Do not Use these areas for parking or for storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Condition of Existing Grounds: Maintain portions of existing grounds, landscaping, and hardscaping affected by construction operations throughout construction period. Repair damage caused by construction operations. 01010-2 1.7 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On -Site Work Hours: Limit work to working hours of 7:00 a.m. to 10:00 p.m., Monday through Friday, unless otherwise indicated. 1. Weekend Hours: Allowances for weekend work shall be permitted with no traffic closure allowed. 2. Early Morning Hours: Allowances for early morning work shall be permitted with no noisy activities allowed. 3. Hours for Utility Shutdowns: No utility shutdowns are expected, nor will be permitted 4. Hours for noisy activities: Shall be limited to 8:00 a.m. to 8:00 p.m. C. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to the Public with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon () is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sectionsin Division 01 apply to the Work of all Sections in the Specifications. END OF SECTION 011000 5/02 shareMengineerspec -M1010 01010-3 SECTION 01015 ALTERNATES PART1-GENERAL 1.1 SUMMARY A. Provide alternate bid(s) to be added to the amount of the Base Bid if the corresponding change in scope is accepted by the City of Iowa City. B. Include within the alternate bid prices all costs, including materials, installations, and fees. C. Show the proposed alternate bid prices opposite their proper description on the Form of Proposal. D. No additional working days will be granted with the inclusion of the alternate bid(s). 1.2 SPECIFIC ALTERNATES A. Alternate Bid Items 1. Scour Mitigation with Fabric Formed Concrete Structure Revetment. Alternate 1 is intended to allow the contractor to use fabric formed concrete structure revetment (concrete grout filled fabric forms or articulated block mat) as scour mitigation in place of the stone revetment specified in the base bid. Provide a bid price for installation of fabric formed concrete structure revetment as scour mitigation around four (4) pier footings. 2. Concrete Repair. Provide a bid price for encasing two pier columns on each of the two bridges with 6 inches of reinforced concrete as indicated in the Drawings. C. Alternate Bids The Base Bid and Alternate Bid Numbers 1-2 will be reviewed by the City Council on March 14, 2017. The possible results of their review of the Alternate Bids are: 1. Not accept any Combination of Base and/or Alternate Bid(s). 2. Accept Base Bid Only 3. Accept Base Bid and Alternate 1 only. 4. Accept Base Bid and Alternate 2 only. 5. Accept Base Bid, Alternates 1, and Alternate 2. END OF SECTION 01015 11/00 ahamdkengin"Ospew-M0101 S.dx 01015-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.1 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.2 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. 1.3 SCOPE OF PAYMENT A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract, also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2-PRODUCTS 2.1 NONE PART 3 - EXECUTION 3.1 PROCEDURE A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.2 BID ITEMS A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with : like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as 'REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off 0102E-2 adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS A. Base Bid 1.0. Mobilization. No additional description required. c_ 2,0. Traffic Control. I The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic 7 control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed t.." officers, temporary pavement markings and orange safety fence at road closures. PJ 3.0. Scour Mitigation - Revetment, Class B. The unit price for this item will be paid based on the number of tons of specified Class B Revetment placed, which shall be as shown on the plans with overages to be explicitly authorized by the Engineer. Stone shall be placed over Class E Revetment as specified. Method of payment shall be in accordance with Section 2507.05 of the IDOT Standard Specifications and as defined in the Estimate Reference Information table in the Drawings. 4.0. Scour Mitigation - Revetment, Class E. The unit price for this item will be paid based on the actual tonnage of Class E Revetment placed, which shall be as shown on the plans with overages to be explicitly authorized by the Engineer. Method of payment shall be in accordance with Section 2507.05 of the IDOT Standard Specifications and as defined in the Estimate Reference Information table in the Drawings. 5.0. Scour Repair - Fabric Formed Concrete Revetment. The unit price for this item will be paid based on the actual number of square yards of filled fabric forms placed as scour repair. Method of payment shall be in accordance with Section 15008.05 of the IDOT Developmental Specification DS -15008 and as defined in the Estimate Reference Information table in the Drawings. 6.0 Scour Repair - Concrete Grout. The unit price for this item will be paid based on the actual number of cubic yards of concrete grout required to fill the fabric forms placed as scour repair. Method of payment shall be in accordance with Section 2507.05 of the IDOT Standard Specifications and as defined in the Estimate Reference Information table in the Drawings. 01025-3 B. Bid Alternate 1 A1.1. Base Bid Deduction - Revetment, Class B. The unit price for this item will be DEDUCTED from the contract. This negative quantity item is intended to reflect the removal of the Class B revetment stone from the project which was included in the base bid. The total contract deduction shall be based on the unit cost bid and the plan quantity specified. A.1.2. Base Bid Deduction - Revetment, Class E. The unit price for this item will be DEDUCTED from the contract. This negative quantity item is intended to reflect the removal of the Class E revetment stone from the project which was included in the base bid. The total contract deduction shall be based on the unit cost bid and the plan quantity specified. A.1.3. Scour Mitigation - Fabric Formed Concrete Revetment. The unit price for this item will be paid based on the actual number of square yards of filled fabric forms placed as scour mitigation, which includes placement around four pier footings/columns. Method of payment shall be in accordance with Section 15008.05 of the IDOT Developmental Specification DS -15008 and as defined in the Estimate Reference Information table in the Drawings. A.1.4. Scour Mitigation - Concrete Grout. The unit price for this item will be paid based on the actual number of cubic yards of concrete grout required to fill the fabric forms placed as scour mitigation, which includes placement around four pier footings/columns. Method of payment shall be in accordance with Section 2507.05 of the IDOT Standard Specifications and as defined in the Estimate Reference Information table in the Drawings. C. Bid Alternate 2 A.2.1. Concrete Repair The unit price for this item will be paid based on the actual square yardage of concrete repaired which shall be as shown on the plans with changes to be explicitly authorized by the Engineer. See Sheet G1.2 for additional information regarding items incidental to concrete repair. END OF SECTION 01025 11/00 shared\enginme spe-Ml025.dm 01025-4 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.1 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. 1.2 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 2.1 NONE PART 3 - EXECUTION 3.1 MEETINGS PRIOR TO CONSTRUCTION A. A Pre -Construction meeting will be held prior to beginning work. 3.2 PROGRESS OF WORK A. Liquidated damages of $500 per day will be charged on work beyond December 1, 2017. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 01310-1 E. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.3 STREET CLOSINGS A. Notify the Engineer seven days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. B. See additional information on Sheet G1.3. END OFSECTION 01310 11/00 sharecMng ineerlspea-H\01310.doc 01310-2 SECTION 033100 PRE -PLACED AGGREGATE CONCRETE (PAC) PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes pre -placed aggregate concrete, including reinforcement, aggregate and grout materials, mixture design and placement procedures. 1.3 SUBMITTALS A. Action Submittals. 1. Product Data: For each type of product. 2. Design Mixtures: For each grout mixture. B. Test Reports. 1. Cement and pozzolan will be accepted on the basis of manufacturer's certification of compliance, accompanied by mill test reports that materials meet the requirements of the specification. Certification and mill test reports shall identify the particular lot furnished. No cement or pozzolan shall be used until notice of acceptance has been given by the owner. 2. Grout mixture proportions shall be submitted for Owner's review. The source of materials and proportions of Portland cement, pozzolan, fluidifier, fine aggregate, and water shall be stated. The submission shall be accompanied by test reports indicating that the grout mixture proportion is determined in accordance with CRD -C 615. and shall attest that proportions thus selected will produce preplaced-aggregate concrete of the quality indicated. No substitution shall be made in the source or type of materials used in the work without additional tests to show that the new materials and quality of preplaced aggregate concrete are satisfactory. 3. Contractor Quality Control Reports specified in Article 3.7. C. Manufacturers Certificate. 1. Curing compound shall be certified for compliance with all specification requirements given in Part 2 of this specification. D. Review of Equipment and Procedure. PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-1 Plywood: Exterior grade plywood at least 5/8 -inch thick. Steel: Minimum 16 gage well matched tight -fitting and stiffened to support the weight and pressure of concrete without deflection detrimental to tolerances. Curing. The curing medium and methods to be used shall be submitted for review by the Owner. 1.4 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) and Corresponding U.S. Army Corps of Engineers Handbook for concrete and Cement (CRD) Standard Indicated Where Available. 1. C 33-90 (CRD -C 133) Concrete Aggregates (ACI 301) 2. C 39-86 (CRD -C 14) Compressive Strength of Cylindrical Concrete Specimens (ACI 301) 3. C 70-79 (CRD -C 1 1 1) Surface Moisture in Fine Aggregate (R 1985) 4. C 125-88 Terminology Relating to Concrete and Concrete Aggregates 5. C 136-84a (CRD -C 103) Sieve Analysis of Fine and Coarse Aggregates 6. C 150-89 (CRD -C 201) Portland Cement (ACI 301) 7. C 171-69 (CRD -C 310) Sheet Materials for curing Concrete (R 1986) (ACI 301) 8. C 231-90 (CRD -C 41) Air Content of freshly Mixed Concrete by the Pressure Method (ACI 301) 9. C 566-89 (CRD -C 113) Total Moisture Content of Aggregate by Drying C 618-89a (CRD -C 225) Fly Ash and Raw of Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete B. U.S. Army Corps of Engineers Handbook for Concrete and Cement (CRD). 1. CRD -C 84 Compressive Strength of Preplaced-Aggregate Concrete 2. CRD -C 100 Sampling Concrete Aggregate & Aggregate Sources & Selection of Material for Testing 3. CRD -C 119 Flat and Elongated Particles in Coarse Aggregate 4. CRD -C 300 Membrane -Forming Compounds for Curing Concrete 5. CRD -C 400 Water for Use in Mixing or Curing Concrete 6. CRD -C 611 Flow of Grout Mixtures (Flow -Core Method 7. CRD -C 615 Selecting Proportions for Intrusion Grout Mixtures 8. CRD -C 619 Grout Fluidifier C. American Concrete Institute (ACI Standards) 1. ACI 304 Guide for the use of Preplaced Aggregate Concrete for structural and Mass Concrete Applications. 2. ACI 117 Specifications for Tolerances for Concrete Construction and Materials 3. ACI 305R Guide to Hot Weather Concreting 4. ACI 306R Guide to Cold Weather Concreting 1.5 MEASUREMENT AND PAYMENT. A. Measurement of preplaced-aggregate concrete will be made on the basis of the actual volume placed. After preparation for aggregate placement. and before installation of forms. Contractor shall notify Owner that repair areas are ready for PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-2 examination and measurement for payment. Payment for preplaced-aggregate concrete will be made at the contract unit price per square yard for "Concrete Repair." which price shall include the cost of required selective demolition; unloading. Handling, and storage of all aggregate, cement, pozzolan, fluidifier, and admixture used in the work, of all labor, of all testing; and the use of all equipment. Tools, cylinder molds, and other materials, including reinforcement and embedded items required to complete the work. PART 2 -PRODUCTS 2.1 MATERIALS A. Comply with the following sections of ACI 304.1 unless modified by requirements in the Contract Documents: 1. "Course Aggregate." 2. "Fine Aggregate." 3. "Cement." 4. "Pozzolan." 5. "Admixtures." 6. "Pre-packaged Grout Products." 7. "Resinous Grout". 8. "Grout Mixture Proportioning". B. Cement shall be Portland cement or Portland cement in combination with pozzolan and shall conform to appropriate specifications listed below: 1. Portland Cement. ASTM C 150, Type I or II except that the maximum amount of C3A in Type I cement shall be 15 percent low alkali when used with aggregates which require it. 2. Pozzolan shall conform to ASTM C 618, Class F C. Fluidifier shall conform to ASTM 937 D. Aggregate shall meet the following grading requirements 1. Gradation. a) Fine Aggregate, The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the grout mixer: Sieve Size Percent by weight, Passing No. 8 (2.36mm) 100 No. 16 (1.18mm) 95-100 No. 30 (600um) 55-80 No. 50 (300um) 30-55 No. 100 (150 um) 10-30 No. 200 (75 um) 0-10 PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-3 2.2 In addition to the grading limits specified above, the fine aggregate shall have a fineness modulus of not less than 1.30 nor more than 2.10. The grading of the fine aggregate shall also be controlled so that the fineness moduli of at least four of any five consecutive test samples shall not vary more than 0.15 from the average fineness modulus of all samples previously taken. a. Coarse Aggregate, The grading of the coarse aggregate shall conform to the following requirements: Sieve Size Percent by weight, Passing 2 -in (50 mm) 100 1 Y�-in (37.5) 95-100 1 -in. (25mm) 40-80 % in. (10 mm) 20-45 % in. (12.5mm) 0-5 3/8 -in. (9.5mm) 0-2 b. Particle shape. The quantity of flat and elongated particles of the coarse aggregate, as defined and determined by CRD -C 119, shall not exceed 25 percent. C. Washing. The coarse aggregate shall be thoroughly washed immediately before placement to remove all materials finer than No. 4. E. Curing Materials 1. Impervious sheet materials ASTM C 171, type optional except polyethylene film, if used, shall be white opaque. 2. Membrane -forming curing compound CRD -C 300, pigmented or non - pigmented, Non- pigmented compound shall contain a fugitive dye. F. Water for mixing or curing shall be potable - other water may be used if it meets the requirements of CRD -C 400. PROPORTIONING A. Composition, Preplaced-aggregate concrete shall be composed of coarse aggregate and intrusion grout. Intrusion grout shall consist of cement, pozzolan, fluidifier, fine aggregate, air entraining admixture, and water, The intrusion grout shall be proportioned in accordance with CRD -C 615. B. Strength. The compressive strength shall be 4000 pounds per square inch at 28 days. C. Maximum Water -Cement Ratio by weight shall be .45 PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-4 D. Air Content of the grout mixture as determined by ASTM C231 within 15 minutes after mixing shall be 9.0+/- 1.0 percent for only exposed repair areas above 6" below the low water elevation. Air entrainment not required for surfaces permanently exposed to water 6" below the low water elevation. E. Grout Consistency shall be 18.0+/- 2.0 seconds when tested in accordance with CRD -C 611. 2.3 RELATED MATERIALS A. EUCLID - Sentinel Embedded Galvanic Anodes 1. Model: GOLD 2. Count: a. Placed into all P.A.C. pours where existing reinforcing is uncovered. 3. Placement: a. Per manufacturer's recommendations (www.euclidchemical.com) b. Minimum 3" cover but as close to the surface of maximum corrosion as possible. c. Test continuity per manufacturer installation instructions using a high impedance multimeter prior to acceptance. d. Galvanic anodes to be placed ONLY where existing reinforcing is uncovered and will remain in place within the new PCC pour. e. Additional details and requirements per manufacturer installation instructions. 2.4 FORMWORK A. Design formwork to withstand pressures resulting from placement and vibration of concrete and to maintain specified tolerances. 1. Limit the deviation of the formed concrete repair surface from the plane of the spillway face to no more than + �/a inch; Class B Surface per Section 4.8.3 of ACI 117. 2.5 STEEL REINFORCEMENT A. Retain requirements in this article or revise to suit Project. B. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating, compatible with epoxy coating on reinforcement and complying with ASTM A 775/A 775M. C. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed; uncoated and epoxy coated. D. Plain -Steel Wire: ASTM A 1064/A 1064M, as drawn. E. Plain -Steel Welded -Wire Reinforcement: ASTM A 1064/A 1064M, plain, fabricated from as -drawn steel wire into flat sheets. PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-5 F. Deformed -Steel Welded -Wire Reinforcement: ASTM A 1064/A 1064M, flat sheet. G. Expansion Anchors: 1. Bolts, nuts and washers, galvanized according to ASTM F 2329 with zinc bath temperature not to exceed 850°F or ASTM B 695, Class 55, Type I. Use full- length galvanized anchor bolts that: a. Meet the requirements of ASTM F 1554, Grade 36. b. Are Unified Coarse Thread Series, and c. Have Class 2A tolerance. 2. Anchors shall be steel threaded stud with an integral cone expander and a segmented expansion clip. The stud shall be manufactured from carbon steel and the expansion clip shall have two undercutting embossments per segment and be manufactured from 316 stainless steel. The anchor shall have been tested and qualified for performance in cracked concrete per ACI 355.2 and ICC -ES AC193. PART 3 - EXECUTION 3.1 PREPARATION OF REPAIR AREA A. Each PAC repair area shall be sawed out to a depth of no less than 4". B. Each repair area shall be "framed" with the cutting saw to square off and incorporate all local areas of spalling. C. Degraded concrete shall be loosened. removed and disposed of to a full depth throughout the repair areas as designated on the plans. D. Existing rebar shall be preserved if not heavily degraded and oxidized. Concrete must be removed to a minimum of 1 ''/2"behind existing rebar. E. Existing reinforcing that cannot be preserved should be cut out flush with the repair edges. F. Once concrete and rebar are removed, repair area must be cleaned via sand or hydroblasting to remove all laitance and unsound materials. G. All existing rebar whether cut or remaining in repair area should be cleaned to bright steel condition and coated with 2 -part epoxy. H. After repair area is cleaned and rebar is coated, new epoxy -steel reinforcing shall be placed. Minimum reinforcing will include at least one pin drilled and anchored into the existing areas of the area to a minimum depth of 6" in sound concrete. Pins will extend into the new area a minimum of 6". Pins shall be drilled every 30" o.c. as the repair size allows and additional pieces of rebar placed into the repair to the rebar pins so the finished repair area contains a mat of epoxy reinforcing at 10" o.c. each direction. PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-6 I. Epoxy reinforcing size shall be #6. 3.2 EQUIPMENT A. Batching Equipment: All materials shall be mechanically batched by weight except the water and admixture which may be batched by volume. B. Scales. The weighing equipment shall conform to the applicable requirements of NBS Handbook 44, except that the accuracy shall be plus or minus 0.2 percent of scale capacity. The Contractor shall provide standard test weights and any other auxiliary equipment required for checking the operating performance of each scale or other measuring devices. 1. Batching Tolerances a. Weighing tolerances. The following weighing tolerances shall apply: Material Percent of Required Weight Cement +1 Pozzolan +1 Fluidifier +3 Fine aggregate +2 Water +1 Admixture +3 2. Volumetric Tolerances. For volumetric batching equipment. the following tolerances shall apply: Material Percent of Required Volume Water +1 Admixtures +3 C. Grout Mixer shall be a machine especially designed for the mixing of grout, and shall be capable of mixing grout mechanically to a uniform consistency. The mixer shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. Revolving drum concrete mixer will not be permitted. D. Agitator Tank shall have at least the same capacity as the mixer and shall be equipped to agitate the grout effectively and continuously. All grout entering the tank shall be passed through a mesh screen. The screen size shall not be less than 3/16 inch and not be greater than 3/8 inch. E. Grout pump shall be positive displacement type or a progressive cavity type. The pump shall be equipped with a by-pass line connecting the discharge and inlet or provide circulation into the agitator for continuous operation in line blockage or temporary shutdown of grouting operation occurs. A pressure gage shall be installed on the pump discharge line to indicate incipient line blockage or a plugged insert pipe. Standby pumping equipment shall be provided. PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-7 F. Grout Pipe System: 1. Delivery Pipes. The main delivery line carrying grout from the grout pump to the vicinity of the insert pipes shall be of such diameters that grout velocity at the planned operating rate will range between two and four feet per second. All pipe fittings shall be completely watertight. Unions shall be provided for quick disconnect to facilitate pipe cleanup when required. A manifold system in which more than one grout insert is operative at the same time will not be permitted. 2. Grout Insert Pipes. Repair depths are shallow, and it is not anticipated that grout insert pipes will be required. If used where concrete repair is exposed to a horizontal surface, the pipes shall be 1 '/z inches in diameter. Connections between grout delivery hoses and insert pipes shall be by means of quick opening fittings. Quick disconnect pneumatic fittings will not be permitted of this purpose. All valves in the pipe system shall be plug type, quick opening, and which can be easily taken apart and cleaned. Valves over 1 inch in diameter shall be stem lubricated. 3. Sounding Wells. The sounding wells shall be 2 inches diameter pipe provided with 1/2 inch slots at frequent intervals. The pipe shall be reamed and checked for burrs before installation. The sounding line shall be equipped with a 1 inch diameter float so weighted as to sink in water, yet float on the grout surface within the slotted pipe. 3.3 COARSE AGGREGATE PLACEMENT A. Concrete Surfaces. Concrete surfaces on which coarse aggregate is to be placed or preplaced- aggregate concrete surfaces between stages shall be clean and free from foreign material. Excessive accumulation of fine material on the surface shall be removed with either high pressure water jets or other approved methods. B. Embedded Items. Before placing coarse aggregate, all embedded items shall be firmly and securely fastened in place as indicated on the drawings or as otherwise required. Embedded items shall be free of oil and other foreign materials such as loose coatings or rust, paint, and scale. Sand or water blasting shall be used to clean all PAC placement area metals to bright, like -new condition. C. Washing and Screening. Coarse aggregate shall be washed, screened, and saturated immediately before placement. If more than one size of coarse aggregate is used, the aggregate shall be weighed, batched, and mixed in the proper proportions onto the wash screen. The wash screen may either be a vibrating deck or revolving type. D. Conveying and Placing. Coarse aggregate shall be conveyed to the forms and placed in substantially horizontal layers by means of which will prevent objectionable segregation and be removed before placing the next lift. Placing of coarse aggregate under water shall be continuous in each state or lift until placement in that stage or lift is completed. When the coarse aggregate is to be placed in the dryer, there shall be no vertical droop greater than five feet except where suitable equipment is provided to prevent breakage and segregation and where specially authorized. PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-8 E. Cold Weather Placing. The forms shall be free of frost and the aggregate when deposited in the form shall be free of ice, snow and frozen lumps and shall have a temperature of not less than 40 degrees Fahrenheit (F). The preplaced-aggregate shall be kept above 40 degrees F prior to and during the intrusion procedure. 3.4 GROUT MIXING AND PUMPING A. Charging Sequence. The order of placing material in the mixer shall be as follows: (1) Water, or premixed water and fluidifier, if the fluidifier is in a liquid form; (2) Cement, or preblended cement and fluidifier, if the fluidifier is in a powder form; (3) G Remaining ingredients c :a. Mixing Time. The mixing time for each batch, after all solids are in in mixer, shall be a _ not -less than two minutes. The mixer shall be provided with an acceptable device to c > 'lock the discharge mechanism until the required mixing time has elapsed. Mixers :shall not be charged in excess of the capacity recommended by the manufacturer, '.nor shall they be operated at a speed in excess of that recommended. Pumping Procedure. After mixing each batch of the intrusion grout, the grout shall continue to be agitated until all parts of the batch are intruded into the aggregate mass. Prior to intruding grout, the coarse aggregate within the forms shall be in a moist condition at the time of intrusion. The intrusion shall be started at the lowest point in the aggregate. All pumping shall be done uniformly and at the rate that will permit the grout to fill all voids and avoid displacing the aggregate. Spacing of insert pipes for intruding the grout shall be such as to insure adequate penetration of voids in the coarse aggregate, and will be based on Contractor's previous experience and controlled by size of aggregate thickness and depth of section proximity to forms, embedded materials, and other factors relating to the particular section to be placed. Insert spacing shall be such that location of grout surface can be accurately controlled at all times. Satisfactory means shall be provided for venting the underside of embedded projections as required. During the intrusion procedure the forms shall be externally vibrated in the vicinity of the grout surface. The vibration shall use approved equipment and procedures. Sounding wells or other approved means of accurately locating the grout surface without interrupting the intrusion procedure shall be provided for observation and regulation of the level of the grout. Agitation shall be continuous during any shutdown of the intrusion procedure. When there is a lapse in the operation of intrusion in excess of 15 minutes. the grout shall be re -circulated through the pump. or agitator and pump. The lines shall be flushed with clean water if required. They shall be disconnected from grout insert pipe after flushing until pumping is resumed and grout appears. In no case shall grout be used after appreciable stiffening of the grout mixture has occurred. D. Cleaning Plugged Grout Insert Pipes. Care shall be exercised to avoid plugging grout insert pipes by avoiding insofar as possible interruptions in pumping; however, when a pipe becomes plugged, it shall be withdrawn immediately until the end is at least two feet above the level of the grout before an attempt is made to unplug it by washing out the lie. In no case shall washing be attempted with the end of the grout line inserted in the grout. PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-9 E. Placing Temperature. Intrusion grout shall not be placed when the ambient temperature is below 35 degrees F, unless specifically approved. The preplaced- aggregate concrete, without special protection, shall not be subjected to freezing temperatures before final set of the grout has occurred. Grout, when intruded during cold weather, shall have a temperature of not less than 40 degrees F nor more than 60 degrees F. Heating of the mixing water or fine aggregate will not be permitted until the temperature of the grout has decreased to 45 degrees F. All methods and equipment for heating shall be subject to approval. Operations will not be permitted when the sun, heat, or humidity prevent proper intrusion. M7 � 3.5 c_FINISHING A. General. All surfaces are to be finished to the lines shown on the drawings within the specified tolerance. B. Exposed Vertical Surfaces. Smooth -formed finish. Repair and repair tie holes and c defects. Remove form hardware to a point at least 2 inches beneath the surface and fill voids with a neat grout. C. Exposed Horizontal Surfaces. Apply light broom finish. The grout shall be brought up to flood the aggregate surface and any diluted surface grout shall be removed by brooming. Following this a thin layer of pea gravel shall be worked down into the surface by tamping and raking. When the surface is sufficiently hardened to permit working the surface shall be screeded and floated, and finished with a light broom texture. 3.6 CURING AND PROTECTION A. General. The preplaced-aggregate concrete shall be cured by an approved method for the period of time given below: 1. Type I Portland cement: 7 days Immediately after the grouting is completed, the preplaced-aggregate concrete shall be protected from premature drying, extremes in temperatures, rapid temperatures change, mechanical injury and injury from rain and flowering water. All materials and equipment needed for adequate curing and protection shall be available and at the site prior to start of grouting. B. Moist curing. Preplaced-aggregate concrete moist -cured shall be maintained continuously (not periodically) wet for the entire curing period. When wooden form sheathing is left in place during curing the sheathing shall be kept wet at all times. Horizontal surfaces shall be cured by pounding. or by covering with a minimum uniform thickness of 2 inches continuously saturated sand, or by covering with saturated non -staining burlap or bottom maps. C. Impervious -Sheet Curing. Horizontal surfaces may be cured using impervious sheets. The sheets shall comply with the requirements of ASTM C 171, except that PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-10 the polyethylene film, if used, shall be white opaque. All surfaces shall be thoroughly wetted and be completely covered with waterproof paper, polyethylene film or with polyethylene -coated burlap having the burlap thoroughly water - saturated before placing. Covering shall be lapped not less than 12 inches and securely weighted down or shall be lapped not less than 4 -inches and taped to form a continuous cover with completely closed joints. The sheet shall be weighted to prevent displacement so that the remains in contact with the concrete during specified length of curing. Covering shall be folded down overexposed edges of the slabs and secured approved means. Sheets shall be immediately repaired replaced if tears or holes appear during the curing period. 3.7 „CONTRACTOR QUALITY CONTROL .'-A. r Contractor shall regulate, test, and inspect his procedures, equipment, and (..'' materials so that the completed project will comply with the requirements of the (r project specifications. B. Inspection Details and Frequency of Testing 1. Preparations for Placing. Foundation or construction joints, forms and embedded items shall be inspected in sufficient time or prior to each coarse aggregate placement by the Contractor. Contractor shall certify to the Owner that repair areas are ready to receive intrusion grout. 2. Fine Aggregate C. Grading. At least once during each shift in which intrusion grout is being produced. there shall be one sieve analysis and fineness modulus determination in accordance with ASTM C 136 and C 125, respectively for the fine aggregate. 1. Moisture Content. There shall be at least two tests for moisture content in accordance with either ASTM C 70 or C 566 during each shift of grout production. The time for the tests shall be selected randomly within the shift. An additional text shall be made whenever the grout consistency is shown to be out of control or excessive variation in fluidity is notices. 2. Coarse Aggregate. At least once during each shift in which the coarse aggregate is being placed. there shall be a sieve analysis in accordance with ASTM C 136 for each size group of coarse aggregate. 3. Grout Consistency. At least two tests shall be made on randomly selected batches of grout mixture during each shifts production in accordance with CRD - C 611. Additional tests shall be made when excessive variation in flow of grout mixture is reported by the grout foreman. 4. Air Content shall be checked at least twice during each shift that grout is being produced. Samples shall be tested in accordance with ASTM C 231. 5. Test Cylinders of pre -placed aggregate concrete shall be made and cured in accordance with CRD -C84 and tested in accordance with ASTM C39. A set of test cylinders for 7-28- and 90 -day breaks shall be made and tested during each shift that grout is being intruded. 6. The contractor shall insure that the preplaced-aggregate concrete is properly grouted, finished, protected and cured. PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-11 D. Reports. The results of all tests and inspections conducted at the project site shall be reported in writing weekly and shall be delivered to the Design Professional within 3 days after the end of each weekly reporting period. The Owner has the right to examine all Contractor quality control records. END OF SECTION 033100 G cr. CD c, c� N PRE -PLACED AGGREGATE CONCRETE (PAC) 033100-12 DS -15008 (New) QJ10WADOT DEVELOPMENTAL SPECIFICATIONS FOR FABRIC FORMED CONCRETE STRUCTURE REVETMENT Effective Date October 20, 2015 THE STANDARD SPECIFICATIONS, SERIES 2015, ARE AMENDED BY THE FOLLOWING MODIFICATIONS AND ADDITIONS. THESE ARE DEVELOPMENTAL SPECIFICATIONS AND THEY SHALL PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. 15008.01 DESCRIPTION. A. Construct fabric formed concrete revetment as shown on the plans. The revetment is normally used adjacent to bridge substructure units to protect the substructure from excessive scour. B. Use fabric formed revetment consisting of specially woven, double -layer synthetic forms filled with a pumpable, fine aggregate concrete grout in such a way as to form a stable revetment of required thickness, weight, and configuration. C. Ensure the fabric formed revetment configuration is 'Articulating Block Mat' with reinforced polyester cable, and/or'Armor Units' with or without reinforced polyester cable according to the contract documents. 15008.02 MATERIALS. A. Fabric Forms. 1. Manufacturers and Products. a. Acceptable manufacturers and products are shown in Materials I.M. 496.01, Appendix F. b. Ensure the fabric forms supplied meet the details and specifications of the approved products as modified by this specification. 2. Fabric and Cables. a. General. 1) Fabricate fabric forms to conform to the dimensions shown in the contract documents. Adjust the fabric form dimension to provide the finished dimension shown (following filling with concrete grout), including allowances for form material in anchor, terminal, or toe trenches as applicable. See Article 15008.02, C, for the requirements for concrete grout for the fabric formed concrete revetment. 2) Use fabric forms composed of synthetic yarns formed into a woven fabric. Ensure: Yarns used in the manufacture of the fabric are composed of nylon and/or polyester. Forms are woven with a minimum of 50% textured yarns by weight (mass) to improve adhesion to the concrete grout and to improve filtration. DS -15008, Page 2 of 8 Each layer of fabric conforms to the physical, mechanical, and hydraulic requirements referenced herein. Fabric forms are free of defects or flaws that significantly affect their physical, mechanical, or hydraulic properties. 3) Ensure fabric used to fabricate the fabric forms meets or exceeds the values shown for the properties shown in Table DS -15008.02-1: Table DS -15008.02-1: Fabric Form Minimum Property Requirements Property Test Method Units Armor Unit Articulating Block Mat Composition of Yams Nylon or Polyester Nylon orer Pol estt Mass Per Unit Brea (double -layer) ASTM D 5261 oz/yd2 14 12 Thickness ASTM D 5199 mils 28 25 Mill Width in 76 76 Wide -Width Strip Tensile Strength - Machine ASTM D 4595 Ibf/in 190 140 - Crass ASTM D 4595 Ibf/in 140 110 Elongation at Break % 20 20 - Machine ASTM D 4595 - Cross ASTM D 4595 % 30 30 Trapezoidal Tear Strength - Machine ASTM D 4533 Ibf 180 150 - Cross ASTM D 4533 Ibf 115 100 Apparent Opening Size (AOS) ASTM D 4751 US Std. Sieve 60 40 Flow Rate ASTM D 4491 gal/min/fl? 50 90 Notes: 1. Conformance of fabric to specification property requirements is based on ASTM D 4759. 2. All numerical values represent minimum average roll values (i.e., average of test results from any sample roll in a lot must meet or exceed the minimum values). Sample lots according to ASTM D 4354. 4) Ensure mill widths of fabric are a minimum of 76 inches. Reinforce each selvage edge of the top and bottom layers of fabric for a width of no less than 1.35 inches by adding a minimum of six warp yarns to each selvage construction. Cut mill width rolls to the length required. Separately join the double -layer fabric (bottom layer to bottom layer and top layer to top layer) by means of sewing thread to form multiple mill width panels with sewn seams on no less than 72 inch centers. 5) Ensure the following (field sewing will be permitted only to join the factory assembled fabric form panels together): All factory -sewn seams face downward upon completion of the revetment. All seams sewn in the factory are not less than 90 pound -force per inch when tested according to ASTM D 4884. All sewn seams and zipper attachments are made using a double line of U.S. Federal Standard Type 401 stitch. All stitches are sewn simultaneously and are parallel to each other, spaced between 0.25 inches to 0.75 inches apart. Each row of stitching consists of four to seven stitches per inch. Thread used for seaming is nylon or polyester, or both. 6) When cables are required, use cables constructed of high tenacity, low elongation, continuous filament polyester fibers. Ensure cables have a core construction consisting of parallel fibers contained within an outer jacket or cover. Ensure the weight of the parallel core is 65% to 75% of the total weight of the cable. 7) Use cable of nominal size and rated breaking strength specified in the following sections for the type and size of fabric formed revetment. Splice cables using aluminum compression fittings selected so that the resultant cable splice from use of a single fitting provides a minimum of 80% of the rated breaking strength of the cable. DS -15008, Page 3 of 8 At each splice, use a minimum of two fittings separated by a minimum of 6 inches of cable overlap. Upon completion of the revetment, encase all fittings by concrete grout within the fabric form. b. Articulating Block Mat. 1) Use fabric forms consisting of double -layer woven fabric joined together by narrow perimeters of interwoven fabric into a matrix of rectangular compartments that form a concrete articulating block mat. Use cords to connect the two layers of fabric at the center of each compartment. Ensure the cords are interwoven in two sets of four cords each, one set for the upper layer and one set for the bottom layer. Ensure each cord has a minimum breaking strength of 160 pound -force when tested according to t ' ASTM D 2256. 2) Offset fabric form compartments one-half a compartment length, in the mill width c> direction, to form a bonded concrete block pattern. The mill width direction for articulating block mat is the flow direction shown on the plans unless otherwise noted. 3.) Ensure fabric form compartments each have four grout ducts, two on each side parallel to the mill width direction, to allow passage of the concrete grout between adjacent compartments. Two additional grout ducts, one on each side perpendicular to the mill width direction, is permissible. Ensure the concrete grout filled, cross sectional area of each grout duct is no more than 10% of the maximum filled cross sectional area of the block transverse to the duct. 4) Install grout stops at predetermined mill width intervals to regulate the distance of lateral flow of concrete grout. Use nonwoven filter fabric for the grout stop. Ensure the grab tensile strength of the filter fabric is no less than 90 pound -force when tested according to ASTM D 4632. 5) Install cables between the two layers of fabric and through the compartments in a manner that provides for longitudinal and lateral binding of the finished articulating block mat. Ensure two revetment cables perpendicular to mill width direction pass through each compartment. Ensure one revetment cable parallel to the mill width direction passes through the approximate center of each compartment. 6) Ensure the cables enter and exit the compartments through opposing grout ducts. As an alternate, cable ducts may be provided for insertion of revetment cables between compartments. Ensure the diameter of each cable duct is 1.0 inch maximum. 7) Completely embed in the concrete grout all cables within each compartment. 8) Ensure articulating block mat nominal finished dimensions and properties are those listed in Table DS -15008.02-2: Table DS -15008.02-2 - Articuill na Block Mat Properties Size 4 inch 1 6 inch 8 inch 1 10 inch 12 Inch Average Thickness, inches 4.0 6.0 8.0 10.0 12.0 Mass Per Unit Area, lb* 45 68 90 113 135 Mass per Block, Ib 88 188 325 563 844 Nominal Block r Dimensions, inches 20x14 20x20 20x26 30x24 30x30 Cable Nominal Diameter, 0.250 0.312 0.312ror 0.375rd) 0.375r0r inches Cable Average Breaking 3700 4500 45WN 70001" 7000'°) Strength, Ibf CCondcrete Coverage , 75 50 38 30 25 For information only. mr When the contract documents require 0.375 inches cable, the Average Breaking Strength is to be 7000 pound -force. r`l Mill width direction x perpendicular to mill width direction. cm When the contract documents require 0.440 inches cable, the Average Breaking Strength shall be 10,000 pound -force. DS -15008, Page 4 of 8 c. Armor Units/Concrete Bags. 1) Use fabric forms consisting of two layers of woven fabric sewn together. Ensure when filled with concrete grout, they form a concrete Armor Unit (concrete bag). 2) Install self-sealing filling valves, suitable for use with an injection pipe at the end of a pump hose for concrete grout, at predetermined locations. 3) When Armor Units are specified, use fabric forms similar to the typical unreinforced bags produced by the manufacturers specified above. 4) When Armor Units Reinforced are specified, make the following modifications to the typical unreinforced bag: C a) Use fabric form that is continuous along its length. The intent is to provide a continuous width and thickness of fabric formed concrete along the substructure unit being protected. E i b) Install grout stops as required to regulate the distance of flow of concrete grout. C-, Use grout stop material consisting of nonwoven filter fabric. Ensure the grab C.. % tensile strength of the filter fabric is no less than 90 pound -force when tested according to ASTM D 4632. r , c) Space longitudinal cables evenly across the cross section of the Armor Unit. Splice them at joints. Ensure cables are a nominal 0.250 inches in diameter and their rated average breaking strength is no less than 3700 pound -force. Ensure cords connect the cables to the fabric form as required to position the cables near the center of the finished armor thickness. The number of longitudinal cables required and required nominal finished dimensions and properties are shown in Table DS -15008.02-3: Table DS -15006.02-3: Armor Unit Properties Size - Filled Thickness Filled Thickness Width Unfilled No. Longitudinal Ln u� „� Fabric Form Cables Volume of Concrete Volume of Concrete In Oft Oft 6 9 24 2 0.8 1.1 6 9 36 2 1.3 1.8 9 12 48 3 — 2.6 3.2 9 12 60 4 3.3 4.2 9 12 72 5 4.1 5.2 9 12 84 6 4.8 6.5 12 15 96 7 7.2 8.8 12 15 108 8 8.2 10.0 For information only. ro' For Reinforced Armor Units B. Delivery. 1. Keep fabric forms dry and wrapped such that they are protected from the elements during shipping and storage. If stored outdoors, ensure they are elevated and protected with a waterproof cover that is opaque to ultraviolet light. Ensure fabric forms are labeled as per ASTM D 4873. DS -15008, Page 5 of 8 2. Submit a manufacturer's certificate that the supplied fabric forms meet the criteria of this specification, as measured in full accordance with the referenced test methods and standards. Ensure the certificates include the following information about each fabric form delivered: • Manufacturer's name and current address; • Full product name; • Style and product code number, • Composition of yarns; and • Manufacturer's certification statement. C. Concrete Grout for Fabric Formed Concrete Revetment. 1. Ensure materials for concrete grout for the fabric formed concrete revetment (concrete grout) c meet the following requirements: Item Section (of the Standard Specifications) Portland Cement 4101 Fine Aggregate 4110, 4111 or 4112 Water 4102 Adniixtures 4103 Fly Ash 4108 2. Ensure the concrete grout consists of a mixture of Portland cement, fine aggregate, water, admixtures, and fly ash proportioned and mixed to provide a pumpable slurry. The Contractor has the option of using grout fluidizer. 3. Proportion and mix the concrete grout so that its consistency when delivered to the concrete pump has an efflux time of 8 to 12 seconds when passed through the 0.75 inch orifice of the standard flow cone that is described in ASTM C 939. 4. Ensure the concrete grout has an air content of no less than 5% or no more than 10% of the volume of the grout. Ensure the mix obtains a compressive strength of 2000 pounds per square inch at 28 days when tested in conformance with Materials I.M. 315. 5. Provide the Engineer with a mix design meeting the above requirements. Produce a 1 cubic yard test batch prior to utilizing the intended mix design. The Engineer will validate consistency and air content of the test batch. Previously approved mix designs with a history of strength and flow may be utilized without a test batch subject to approval of the Engineer. Once the mix has been designated, do not change without the Engineer's approval. 6. A mix utilizing at least 800 pounds of cementitious material with a required substitution of at least 25% but no more than 35% type C fly ash may be used without strength testing before placement. Efflux time and air content by unit weight determination will be measured by the project Engineer prior to placement and at least once every 4 hours until the placement is complete. 15008.03 CONSTRUCTION. A. Equipment. Obtain the Engineer's approval for mixing and pumping equipment used in preparation and handling of the concrete grout. Ensure proportioning and mixing equipment meets the requirements of Articles 2001.20 and 2001.21 of the Standard Specifications. Ensure the mixing capacity of mixers is sufficient to permit the intended pour to be placed without interruption. Before the mixers are used, remove all oil or other rust inhibitors from the mixing drums, stirring mechanisms, and other portions of the equipment in contact with the grout. Ensure pumping DS -15008, Page 6 of 8 equipment has a variable flow rate to provide enough pressure for pumping without breaking the fabric. B. Site Preparation. 1. Construct areas on which fabric forms are to be placed to the lines, grades, contours, and dimensions shown on the plans. Remove all obstructions, such as roots and projecting stones. Bring areas below the allowable grades up to grade by placing compacted layers of select material. The Engineer will specify the thickness of layers and the amount of compaction. Where required by the contract documents, identity soft and otherwise unsuitable subgrade soils, excavate, and replace with select materials according to the Standard Specifications. 2. Excavate for and prepare aprons, anchors, terminal, and/or toe trenches according to the lines, grades, contours, and dimensions shown on the plans. Immediately prior to placing the fabric forms, the Engineer will inspect the prepared area. Do not place forms until the area has been approved. C. Fabric Form Placement. General. a. Place engineering fabric on the graded surface approved by the Engineer when required by the contract documents. Place fabric forms over the engineering fabric, when required, and within the limits shown on the plans. Anchor the fabric forms as required to prevent displacement during curing of grout. Anchorages requiring connection to the structure and not shown on the plans require approval by the Engineer prior to use. b. Where fabric formed concrete is placed adjacent to a substructure unit, place the fabric forms so that the filled fabric formed revetment is flush with the substructure unit. When placing fabric form, allow for contraction of the fabric form during filling. c. Make all field seams using two lines of U.S. Federal Standard Type 101 stitches. Use nylon and/or polyester thread. Sew all seams face down. Zipper seams are permitted unless noted otherwise in the contract documents. Ensure the finished strength of the field seams complies with the manufacturer's recommendations. d. Splice all cables crossing a field seam according to Article 15008.02, A, 2. Upon completion of the revetment, encase all splice fittings by concrete grout within the fabric form. e. Where fabric formed concrete units/mats lap on top of previously installed units, place 6 mils thick polyethylene sheeting on top of the underlying unit to prevent bonding prior to placement of the engineering fabric and fabric forms for the succeeding layer. f. Immediately prior to filling with the concrete grout, the Engineer will inspect the assembled fabric forms. Do not pump grout until the fabric seams have been approved. Do not allow unfilled fabric forms to be exposed to ultraviolet light (including direct sunlight) for a period exceeding five calendar days. 2. Articulating Block Mat. Before filling with concrete grout, join adjacent fabric form panels by field sewing or zippering the two bottom layers of fabric together and the two top layers of fabric together. Use lap joints only at locations shown in the contract documents. 3. Armor Units. a. Join typical unreinforced Armor Units together following placement of concrete grout as shown in the contract documents. b. Before filling with concrete grout, join Reinforced Armor Units by field sewing or zippering the two bottom layers of fabric together and the two top layers of fabric together to form a continuous unit. DS -15008, Page 7 of 8 D. Proportioning and Mixing Concrete Grout. Accurately measure all materials by volume or weight (mass) as they are fed into the mixer. Ensure the quantity of water is such as to produce a grout having a pumpable consistency. Mix grout for no less than one minute. If agitated continuously, the grout may be held in the mixer or agitator for up to 2.5 hours in temperatures below 70°F and up to 2 hours at higher temperatures. If there is a lapse in a pumping operation, recirculate the grout through the pump or through the mixer drum (or agitator) and pump. E. Concrete Grout Placement. 1. General. a. Pump concrete grout in such a way that excessive pressure on the fabric forms and cold joints is avoided. A cold joint is defined as one in which the pumping of the concrete grout into a given form is discontinued or interrupted for an interval of 45 minutes or more. c b. After the concrete grout has set, backfill and compact all anchor, terminal, and toe trenches as specified by the Engineer. c. Restrict foot traffic on the filled form to an absolute minimum for one hour after filling. f ; d. if a fabric formed concrete unittmat is to bear on previously installed units, the lower units shall be allotted a minimum of four hours of cure time before beginning installation of a succeeding, vertically adjacent course of fabric formed unit(s). Abutting fabric formed concrete unitstmats may be installed immediately after placement of the preceding unit(s). e. Do not wash (spray) freshly pumped fabric formed concrete under pressure with water in an effort to clean or remove spills from its surface. Maintain the cement film that bleeds through the top layer of the fabric form through curing on finished surfaces exposed to sunlight. Should the film be removed in these areas, repair the film by spreading a thin layer of a water -cement paste over the effected area. 2. Articulating Block Mat. Following the placement of the fabric forms, cut small slits (of the minimum length to allow proper insertion of the filling pipe) in the top layer of the fabric form to allow the insertion of the filling pipe at the end of the concrete grout pump hose. Pump concrete grout between the top and bottom layers of fabric, filling the forms to the recommended thickness and configuration. Temporarily cross holes in the fabric forms left by the removal of the filling pipe by inserting a piece of nonwoven fabric or similar material. Remove the nonwoven fabric when the concrete grout is no longer fluid. Clean and smooth the grout surface at the hole by hand. 3. Armor Units. a. Following the placement of the fabric form, insert the filling pipe at the end of the concrete grout pump hose through the self-sealing filling valve. Pump concrete grout between the top and bottom layers of fabric, filling the forms to the recommended thickness and configuration. b. When the contract documents require joining of adjacent Armor Units by inserting reinforcement bar dowels or staples into the Armor Units, insert the dowels or staples into the filled unit(s) no less than one half hour and not more than one hour after filling of the unit, unless the Engineer directs otherwise. When the contract documents require joining of vertically adjacent Armor Units, drive reinforcing dowels into the lower unit in the time frames specified in this paragraph. Place the vertically adjacent fabric form over the reinforcing dowels. Force the dowels through the bottom layer of the vertically adjacent fabric form prior to filling that form. F. Cold Weather Protection. 1. Concrete grout shall not be placed in forms laying on frozen ground. 2. Grout filled fabric formed concrete less than 48 hours old shall be protected as follows: DS -15008, Page 8 of 8 Table DS -15008.041: Grout Filled Fabric Formed Concrete Protection Night Temperature Type of Protection Forecast 32°F to 25°F One layer of burlap or a 3/4 inch layer of soil. Below 25°F Three layers of burlap or equivalent commercial insulating material, or a 1 12 inch layer of soil. 3. Protection shall completely cover the fabric formed concrete to the waterline on the finished fabric formed concrete surface. Protection of fabric formed concrete below water is not required. 15008.04 METHOD OF MEASUREMENT. A. Fabric Formed Concrete Revetment. Square yards shown in the contract documents of the type specified for each installation. B. Engineering Fabric. Article 2507.04 applies. C. Concrete Grout. Article 2507.04 applies. 15008.05 BASIS OF PAYMENT. A. Fabric Formed Concrete Revetment. 1. Per square: yards for the type specified. 2. Payment is full compensation for all work, including furnishing the forms and all equipment, tools, and labor necessary to place the forms ready for filling with grout and all required work following filling. The work includes but is not limited to joining field seams, cable splices, plastic for lap areas, and reinforcing bars to join Armor Units. 3. Unless otherwise noted in the contract documents, payment is also full compensation for all bank shaping, excavation, and backfilling necessary to complete the work in conformance with the contract documents. B. Engineering Fabric. Article 2507.05 of the Standard Specifications applies. C. Concrete Grout. Article 2507.05 of the Standard Specifications applies. IOWA AVE BRIDGE & FI'L.F EAST BOUND BURLINGTON STREET HRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION =amy V> INDEX OF SHEETS WILES NUMBER SHEET TITLE E COVER SHEET G1.1 BASE BID & ALTERNATE 1 - SCOUR MITIGATION & REPAIR BID ITEMS z O OR ULD GENERAL NOTES Z ;= m CI.2 p ST too E o z r AVENUE BRIDGE IN IN W i BASE BID & ALTERNATE I - SCOUR MITIGATION DETAILS PARK RD BID ALTERNATE 2 - CONCRETE REPAIR DETAILS MARKET E MARI GROVE ST ST a a a - JEfFERS4 N ST E JEFFEI ST a m z MCL O z zo IOWA AVE RIDGEWND !J/1 �m W ING V N LL WpSHR 2 N Bk1RUNGTON ST sT tT E B c $ J ST J} cr 2 G TY PARK LloO IG i m wRT I N ST W pISON E r, ISDN SECTION 9 .,ggkb, LOCATION MAP NORTH CITY PARK BOAT LANDING & TEMPORARY STAGING AREA ADJACENT PROJECT: PARK RD BRIDGE REPLACEMENT - PETERSON CONTRACTORS, INC. IOWA AVENUE BRIDGE ADT - 7,200 EAST BOUND BURLINGTON STREET BRIDGE ADT - 12,950 SPECIFICATIONS THE IOWA DOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2015, PLUS APPLICABLE GENERAL SUPPLEMENTAL SPECIFICATIONS. SPECIAL PROVISIONS, AND THE FOLLOWING DEVELOPMENTAL SPECIFICATIONS SHALL APPLY TO CONSTRUCTION WORK ON THIS PROJECT. DS -15008 I FABRIC FORMED CONCRETE STRUCTURE REVETMENT. ADDITIONAL SPECIAL PROJECT REQUIREMENTS ARE INCLUDED IN THE IOWA CITY STANDARD SPECIFICATIONS AND DETAILS CONTACTS IIW, P.C. CITYIOWA CITTTNGINTERING C/O NATHAN MILLER DEPARTMENT 4155 PENNSYLVANIA AVENUE C/O SCOTT SOVERS DUBUQUE, IOWA 52002 410 E. WASHINGTON STREET V. (563)556-2464 IOWA CITY, IOWA 52240 F. (563)556-7811 V. (319)356-5142 E. n. milbrOlwengr.com F. (319)356-5007 E. ¢Ott-EaverEOlowO-city.ory SHOP DRAWINGS AND SUBMITTALS SHOP DRAWINGS AND SUBMITTALS SHALL BE SUBMITTED TO: IIW, P.C. C/O NATHAN MILLER 4155 PENNSYLVANIA AVENUE DUBUQUE. IOWA 52002 PERMITTING CONSTRUCT THIS PROJECT ACCORDING TO THE REQUIREMENTS OF U.S. ARMY CORPS OF ENGINEERS NATIONWIDE PERMITS NO. 3 & NO. 25. CITY OF IOWA CITY THIS ENGINEERING DOCUMENT HAS BEEN APPRO 0 FOR C TRUCTION. l 1h 0 //7 APPROVED B DATE INDEX OF SHEETS SHEET NUMBER SHEET TITLE E COVER SHEET G1.1 BASE BID & ALTERNATE 1 - SCOUR MITIGATION & REPAIR BID ITEMS z O BID ALTERNATE 2 - CONCRETE REPAIR BID ITEMS G1.3 GENERAL NOTES BURLINGTON STREET BRIDGE ;= m CI.2 BASE BID & ALTERNATE 1 - SCOUR MITIGATION & REPAIR DETAILS C1.3 � E o z r AVENUE BRIDGE C2.1EXISTING W C2.2 BASE BID & ALTERNATE I - SCOUR MITIGATION DETAILS C2.J BID ALTERNATE 2 - CONCRETE REPAIR DETAILS MARKET E MARI ET ST ST - JEfFERS4 N ST E JEFFEI iON m \W z zo IOWA AVE �m W ING N E Z WpSHR N Bk1RUNGTON ST E B RUNGT ST LloO IG i m wRT I N ST W pISON E r, ISDN SECTION 9 .,ggkb, LOCATION MAP NORTH CITY PARK BOAT LANDING & TEMPORARY STAGING AREA ADJACENT PROJECT: PARK RD BRIDGE REPLACEMENT - PETERSON CONTRACTORS, INC. IOWA AVENUE BRIDGE ADT - 7,200 EAST BOUND BURLINGTON STREET BRIDGE ADT - 12,950 SPECIFICATIONS THE IOWA DOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2015, PLUS APPLICABLE GENERAL SUPPLEMENTAL SPECIFICATIONS. SPECIAL PROVISIONS, AND THE FOLLOWING DEVELOPMENTAL SPECIFICATIONS SHALL APPLY TO CONSTRUCTION WORK ON THIS PROJECT. DS -15008 I FABRIC FORMED CONCRETE STRUCTURE REVETMENT. ADDITIONAL SPECIAL PROJECT REQUIREMENTS ARE INCLUDED IN THE IOWA CITY STANDARD SPECIFICATIONS AND DETAILS CONTACTS IIW, P.C. CITYIOWA CITTTNGINTERING C/O NATHAN MILLER DEPARTMENT 4155 PENNSYLVANIA AVENUE C/O SCOTT SOVERS DUBUQUE, IOWA 52002 410 E. WASHINGTON STREET V. (563)556-2464 IOWA CITY, IOWA 52240 F. (563)556-7811 V. (319)356-5142 E. n. milbrOlwengr.com F. (319)356-5007 E. ¢Ott-EaverEOlowO-city.ory SHOP DRAWINGS AND SUBMITTALS SHOP DRAWINGS AND SUBMITTALS SHALL BE SUBMITTED TO: IIW, P.C. C/O NATHAN MILLER 4155 PENNSYLVANIA AVENUE DUBUQUE. IOWA 52002 PERMITTING CONSTRUCT THIS PROJECT ACCORDING TO THE REQUIREMENTS OF U.S. ARMY CORPS OF ENGINEERS NATIONWIDE PERMITS NO. 3 & NO. 25. CITY OF IOWA CITY THIS ENGINEERING DOCUMENT HAS BEEN APPRO 0 FOR C TRUCTION. l 1h 0 //7 APPROVED B DATE 10WAW� ONE CALL 1-800-292-8989 www.iowaonocall.com UnUTY NOTE: THE LOCATIONS OF EXISTING UTILITIES ARE NOT SHOWN IN THESE PLANS AND MAY BE PRESENT. IT SHALL BE THE RESPONSIBILITY OF ANYONE USING THIS DOCUMENT TO ASCERTAIN THE EXACT LOCATION, SIZE, TYPE, MATERIAL, AND ELEVATION OF ALL UTILITIES THAT MAY BE PRESENT. INDEX OF SHEETS SHEET NUMBER SHEET TITLE C.01 COVER SHEET G1.1 BASE BID & ALTERNATE 1 - SCOUR MITIGATION & REPAIR BID ITEMS G1.2 BID ALTERNATE 2 - CONCRETE REPAIR BID ITEMS G1.3 GENERAL NOTES BURLINGTON STREET BRIDGE CIAE%ISTING BRIDGE -PLAN & ELEVATION CI.2 BASE BID & ALTERNATE 1 - SCOUR MITIGATION & REPAIR DETAILS C1.3 BID ALTERNATE 2 - CONCRETE REPAIR DETAILS C1.4 EXISTING BRIDGE PHOTOS IOWA AVENUE BRIDGE C2.1EXISTING BRIDGE - PLAN & ELEVATION C2.2 BASE BID & ALTERNATE I - SCOUR MITIGATION DETAILS C2.J BID ALTERNATE 2 - CONCRETE REPAIR DETAILS C2.4 EXISTING BRIDGE PHOTOS 10WAW� ONE CALL 1-800-292-8989 www.iowaonocall.com UnUTY NOTE: THE LOCATIONS OF EXISTING UTILITIES ARE NOT SHOWN IN THESE PLANS AND MAY BE PRESENT. IT SHALL BE THE RESPONSIBILITY OF ANYONE USING THIS DOCUMENT TO ASCERTAIN THE EXACT LOCATION, SIZE, TYPE, MATERIAL, AND ELEVATION OF ALL UTILITIES THAT MAY BE PRESENT. W, PC ABCHTECTI.MEw SINL ENGINE RV dROTRI/CTION SERr1CFS ENNRJ_A E SUF EE'I E RING LAND t. ENGI ING MUNICIPALL ENGI :ERINL SiRUCTl11UL ENGINEERIIq e CCpYRIGHT wl N1 RIGMS RESERVED THESE DOCUMENTS HAVE BEEN 'RE ARID SPECIFIGIILY FOR THIS FROECT MY. NO PMT OF THIS D HWSNT MAY MIFFRR CED OF MTRI& DN MN FORM WTROUT TIE PERMIS6MM OF 1M'. C A SFOR ATIDN N THIS ILI w S UN LL w U 101 SOT rrr MAr n6 [NOEWIf DCbIAIIT YS PSfPS1� SIY[E d1 Ci PFASGIN 9ICR'.9p NO O U14P YY p2 .4�; S S�/ 0...• 11411 .W A CLAY 4 PP3ESY.N/1 DPi1RA U[Q IIE qo 4 '• FIR un a *E Si.rt m a a.A rq <�101lSR `- . e x. oAEvm Vx �EL,. 7/31 a. DATE ]D'rT' 1 ,, ALL SHEETS W, PC ABCHTECTI.MEw SINL ENGINE RV dROTRI/CTION SERr1CFS ENNRJ_A E SUF EE'I E RING LAND t. ENGI ING MUNICIPALL ENGI :ERINL SiRUCTl11UL ENGINEERIIq e CCpYRIGHT wl N1 RIGMS RESERVED THESE DOCUMENTS HAVE BEEN 'RE ARID SPECIFIGIILY FOR THIS FROECT MY. NO PMT OF THIS D HWSNT MAY MIFFRR CED OF MTRI& DN MN FORM WTROUT TIE PERMIS6MM OF 1M'. C A SFOR ATIDN N THIS ILI w S UN LL w U 101 BASE BID — ITEMS AND QUANTITIES FABRIC FORMED CONCRETE STRUCTURE REVETMENT SCOUR REPAIR & STONE REVETMENT SCOUR MITIGATION IOWA AVE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER CONSTRUCTION USE ONLY REF. NO. BIO ITEM DESCRIPTION UNITS QUANTITY MOBILIZATION 1.0 MOBILIZATION LS 1 2.0 2-0 TRAFFIC CONTROL LS 1 ALLOWABLE CLOSURES. 3,0 SCOUR MITIGATION - STONE REVETMENT, CLASS 8 TON 400 y `Qe0 4.0 SCOUR MITIGATION - STONE REVETMENT, CLASS E TON 1000 MATERIALS IN QUANTITIES OTHER THAN THOSE ESTIMATED IN THESE PLANS. 5.0 SCOUR REPAIR - FABRIC FORMED CONCRETE REVETMENT SY 5 € a O d 6.0 SCOUR REPAIR - CONCRETE GROUT CY 10 BASE BID - ESTIMATE REFERENCE INFORMATION DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS REF. BID ITEM DESCRIPTION NO. PIER 11 PIER /2 PIER /1 PIER 02 1,0 MOBILIZATION 4DO TON ONLY A SINGLE MOTIUZATION PAYMENT WILL BE AUTHORIZED. FLOODING AND/OR OTHER HIGH-WATER EVENTS WILL NOT BE CONSIDERED AS A 250 TON 250 TON 250 TON 250 TON BASIS FOR ADDITIONAL MOBILIZATION PAYMENTS. 2.0 TRAFFIC CONTROL TOTALS TRAFFIC CONTROL MAY NOT BE REQUIRED DEPENDING ON CONTRACTORS MEANS AND METHODS. SEE SHEET G1.3 FOR LIMITATIONS FOR FABRIC FORMED CONCRETE REVETMENT ALLOWABLE CLOSURES. 3.0 SCOUR MITIGATION - STONE REVETMENT, CLASS 8 - - - 10 CY PAYMENT SHALL BE FULL COMPENSATION FOR ALL LABOR AND MATERIALS REQUIRED TO INSTALL STONE REVETMENT, CLASS B SCOUR y `Qe0 ARMORING ON THE UPSTREAM FACE OF FOUR PIER FOOTINGS. PAYMENT WILL BE BASED ON THE ACTUAL TONNAGE OF REVETMENT PLACED. SCOUR MITIGATION - CONCRETE GROUT CONTRACTOR SHALL RECEIVE EXPLICIT WRITTEN AUTHORIZATION FROM THE OWNER. OR OWNERS REPRESENTATIVE, PRIOR TO PLACING 250 MATERIALS IN QUANTITIES OTHER THAN THOSE ESTIMATED IN THESE PLANS. 4.0 SCOUR MITIGATION - STONE REVETMENT. CLASS E PAYMENT SHALL BE FULL COMPENSATION FOR ALL LABOR AND MATERIALS REQUIRED TO INSTALL CLASS E STONE REVETMENT SCOUR € a O d PROTECTION AROUND FOUR PIER FOOTINGS. PAYMENT WILL BE BASED ON THE ACTUAL TONNAGE OF REVETMENT PLACED. CONTRACTOR m SHALL RECEIVE EXPLICIT WRITTEN AUTHORIZATION FROM THE OWNER, OR OWNERS REPRESENTATIVE, PRIOR TO PLACING MATERIALS IN $ � QUANTITIES OTHER THAN THOSE ESTIMATED IN THESE PLANS. 5.0 SCOUR REPAIR - FABRIC FORMED CONCRETE REVETMENT s PAYMENT SHALL BE FULL COMPENSATION FOR ALL LABOR AND MATERIAL REQUIRED TO INSTALL THE FABRIC FORMS USED FOR REPAIRING ONE 0 UNDERMINED PIER FOOTING (SCOUR REPAIR 5 SY). PAYMENT FOR CONCRETE GROUT USED TO FILL FORMS SHALL BE MADE UNDER A SEPARATE BID ITEM. PAYMENT SHALL BE BASED ON THE ACTUAL SQUARE YARDAGE OF FABRIC FORMS PLACED. CONTRACTOR SHALL RECEIVE EXPLICIT WRITTEN AUTHORIZATION FROM THE OWNER, OR OWNERS REPRESENTATIVE, PRIOR TO PLACING MATERIALS IN QUANTITIES OTHER THAN THOSE ESTIMATED IN THESE PLANS. &0 SCOUR REPAIR - CONCRETE GROUT PAYMENT SHALL BE FULL COMPENSATION FOR ALL LABOR AND MATERIAL REQUIRED TO FILL THE FABRIC FORMS WITH CONCRETE GROUT USED FOR REPAIRING ONE UNDERMINED PIER FOOTING (SCOUR REPAIR 10 CY). PAYMENT FOR FABRIC FORMS SHALL BE MADE UNDER A SEPARATE BID ITEM. PAYMENT SHALL BE BASED ON THE ACTUAL CUBIC YARDAGE OF GROUT PLACED WITHIN THE FABRIC FORMS. CONTRACTOR SHALL RECEIVE EXPLICIT WRITTEN AUTHORIZATION FROM THE OWNER, OR OWNERS REPRESENTATIVE, PRIOR TO PLACING MATERIALS IN QUANTITIES OTHER THAN THOSE ESTIMATED IN THESE PLANS. BASE 910 — ESTIMATED QUANTITIES DATA BELOW 15 FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS SCOUR MITIGATION I STREAMem ARMORING AND PROTECTION IOWA AVENUE BURLINGTON STREET TOTALS PIER 11 PIER /2 PIER /1 PIER 02 REVETMENT, CLASS B 1 D TON 1DO TON 100 TON 100 TON 4DO TON REVETMENT, CLASS E 250 TON 250 TON 250 TON 250 TON 1000 TON SCOUR REPAIR I TIER FOOTING UNDERPINNING IOWA AVENUE BURLINGTON STREET TOTALS pIER /1 PIER /2 PIER /1 PIER /2 FABRIC FORMED CONCRETE REVETMENT - - - 5 SY 5 SY CONCRETE CRWT - - - 10 CY 10 CY BID ALTERNATE 1 GENERAL NOTES 1. 010 ALTERNATE 1 IS INTENDED TO ALLOW THE CONTRACTOR TO USE FABRIC FORMED CONCRETE STTFTjLUU TUR;;,,,,$$EE ENT (CONCRETE GROUT -FILLED FABRIC FORMS OR ARTICULATING BLOCK MAT) AS SCOUR MITIGATION IN PLA CE1(IEi SaTONE"R VMENT SPECIFIED IN THE BASE BID. s 2. NEGATIVE QUANTITIES FOR STONE REVETMENT HAVE BEEN INCLUDED IN BID ALTERNATE 1, ITEMS A1.1 & A1.2. TO REFLECT THE REMOVAL OF ALL STONE REVETMENT THAT WAS OTHERWISE INCLUDED IN THE BASE BID. 1R� 3. ALL MOBILIZATION AND TRAFFIC CONTROL PAYMENTS WILL BE MADE AS ESTABLISHED IN�1�j80''LLa�L l 11'' aI� O F• I 014 4. THE BASIS OF AWARD WALL MADE ON THE COMBINED TOTALS OF THE BASE BID AND BID ALTERNATE 1. 1. r�� '' c BID ALTERNATE 1 — ITEMS AND QUANTITIES- " ' FABRIC FORMED CONCRETE STRUCTURE REVETMENT SCOUR MITIGATION IOWA AVE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER CONSTRUCTON SE UONLY N0.. RBF BID ITBA DESCRIPTION UNITS QUANTITY BID ITEM ESTABLISHES THE UNIT COST DEDUCTION FOR STONE REVETMENT THAT WILL NOT BE USED WITH THE INCLUSION OF BID ALTERNATE 1. A1,1 BASE BID DEDUCTION - STONE REVETMENT, CLASS B TON -400 195 SY 195 SY A1.2 BASE BID DEDUCTION - STONE REVETMENT, CLASS E TON -1000 BID ITEM ESTABLISHES THE UNIT COST DEDUCTION FOR STONE REVETMENT THAT WILL NOT BE USED PATH THE INCLUSION OF BID ALTERNATE 1. A1.3 SCOUR MITIGATION - FABRIC FORMED CONCRETE REVETMENT SY 730 y `Qe0 A1.4 SCOUR MITIGATION - CONCRETE GROUT CY 250 BID ALTERNATE 1 - ESTIMATE REFERENCE INFORMATION DATA BELOW 15 FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS REF' NO. BID ITEM DESCRIPTION A1.1 BASE END DEDUCTION - STONE REVETMENT CLASS, B Z Rq BID ITEM ESTABLISHES THE UNIT COST DEDUCTION FOR STONE REVETMENT THAT WILL NOT BE USED WITH THE INCLUSION OF BID ALTERNATE 1. IOWA AVENUE PIER /i PIER j2 THIS NEGATIVE QUANTITY ITEM IS INTENDED TO REFLECT THE REMOVAL OF THE STONE REVETMENT, CLASS B SCOUR ARMORING FROM THE TOTALS PROJECT WHICH WAS PREVIOUSLY INCLUDED IN THE BASE BID. THE TOTAL PRICE DEDUCTION FOR THIS ITEM WILL BE BASED ON UNIT COST BID 195 SY 195 SY AND THE PLAN QUANTITY SPECIFIED. A1.2 BASE BID DEDUCTION - STONE REVETMENT CLAM. E 80 CY 80 CY BID ITEM ESTABLISHES THE UNIT COST DEDUCTION FOR STONE REVETMENT THAT WILL NOT BE USED PATH THE INCLUSION OF BID ALTERNATE 1. 250 CY THIS NEGATIVE QUANTITY ITEM IS INTENDED TO REFLECT THE REMOVAL OF THE STONE REVETMENT, CLASS E SCOUR PROTECTION STONE FROM i NLL LL w Q�v THE PROJECT WHICH WAS PREVIOUSLY INCLUDED IN THE BASE BID. THE TOTAL PRICE DEDUCTION FOR THIS ITEM WILL BE BASED ON UNIT COST y `Qe0 BID AND THE PLAN QUANTITY SPECIFIED. A1.3 SCOUR NITIGATION - FABRIC FORMED CONCRETE REVERENT W LU m H PAYMENT SHALL BE FULL COMPENSATION FOR ALL LABOR AND MATERIAL REQUIRED TO INSTALL THE FABRIC FORMS USED AS "SCOUR W �-'P Z MITIGATION", WHICH INCLUDES PLACEMENT AROUND FOUR PIER FOOTINGS (730 SY). PAYMENT FOR CONCRETE GROUT USED TO FILL FORMS SHALL BE MADE UNDER A SEPARATE BID ITEM. PAYMENT SHALL BE BASED ON THE ACTUAL SQUARE YARDAGE OF FABRIC FORMS PLACED. € a O d CONTRACTOR SHALL RECEIVE EXPLICIT WRITTEN AUTHORIZATION FROM THE OWNER, OR OWNERS REPRESENTATIVE, PRIOR TO PLACING MATERIALS m IN QUANTITIES OTHER THAN THOSE ESTIMATED IN THESE PLANS. REFER TO IDOT OS 15008, SECTION 15008.05, PARAGRAPH A, FOR ADDITIONAL $ � PAYMENT INFORMATION. A1.4 SCOUR MITIGATION - CONCRETE GROUT s PAYMENT SHALL BE FULL COMPENSATION FOR ALL LABOR AND MATERIAL REQUIRED TO FILL THE FABRIC FORMS WITH CONCRETE GROUT USED 0 FOR AS "SCOUR MITIGATION", WHICH INCLUDES PLACEMENT AROUND FOUR PIER FOOTINGS (250 CY). PAYMENT FOR FABRIC FORMS SHALL BE MADE UNDER A SEPARATE BID ITEM. PAYMENT SHALL BE BASED ON THE ACTUAL CUBIC YARDAGE OF GROUT PLACED WTHIN THE FABRIC FORMS. CONTRACTOR SHALL RECEIVE EXPLICIT WRITTEN AUTHORIZATION FROM THE OWNER, OR OWNERS REPRESENTATIVE, PRIOR TO PLACING MATERIALS IN QUANTITIES OTHER THAN THOSE ESTIMATED IN THESE PLANS. REFER TO IDOT DS 15008, SECTION 15008.05, PARAGRAPH C. FOR ADDITIONAL PAYMENT INFORMATION. BID ALTERNATE 1 - ESTIMATED QUANTITIES W C7 0 DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS Z Rq IOWA AVENUE PIER /i PIER j2 BURLINGTON STREET PIER /1 PIER f2 TOTALS FABRIC FORMED CONCRETE REVETMENT 195 SY 195 SY 170 SY 170 SY 730 SY CONCRETE GROUT 80 CY 80 CY 45 CY 45 CY 250 CY IIW ARCHITECTURE CML ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LANE SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PRWECT ONLY. NO PAST OF THIS DOCUMENT MAY BE REPROWILED WR1glR THE PERMISSION CE P.C.INFO ATION INTWS DOCUMENT RM IS 001151C£REO G1A1 W C7 0 K m Z Rq OF- K Q OF LU O O Q' CZ W R z K K H L F- Wm ¢ i NLL LL w Q�v 3 om y `Qe0 � W Q 0m W 0 K K m W LU m H w K W O O W �-'P Z W m € a O d m m $ � ? Q s 0 0 Q G1A1 BID ALTERNATE 2 - ITEMS AND QUANTITIES CONCRETE REPAIR IOWA AVE BRIDGE k EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER CONSTRUCTION USE ONLY REF. NO. BID ITEM DESCRIPTION UNITS QUANTITY CONCRETE REPAIR A2.1 CONCRETE REPAIR SY 485 BID ALTERNATE 2 - ESTIMATE REFERENCE INFORMATIDN DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASS FOR EXTRA WORK ORDER REQUESTS REF' SID ITEM DESCPoPTION NO. DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS A21 CONCRETE REPAIR CONCRETE REPAIR PAYMENT SHALL BE FULL COMPENSATION FOR ALL LABOR AND MATERIALS REWIRED TO ENCASE THE EXISTING PIER COLUMNS WITH 6 INCHES OF BURLINGTON STREET PIER j1 PIER 12 REINFORCED CONCRETE AT 2 PIERS ON THE IOWA STREET BRIDGE AND 2 PIERS ON THE BURUNGTON STREET BRIDGE. METHODOLOGY MAY SELECTIVE CONCRETE DEMOLITION- INCLUDE THE USE OF CONVENTIONAL CAST -IN-PLACE CONCRETE, PRE -PLACED AGGREGATE, STAY -IN-PLACE FORMS, OR A COMBINATION 660 SF THEREOF. PRICE PAID SHALL SHALL BE BASED ON THE ACTUAL SQUARE YARDS OF CONCRETE REPAIRED. BID ALTERNATE 2 - ESTIMATED QUANTITIES DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS CONCRETE REPAIR IOWA AVENUE PIER /1 PIER /2 BURLINGTON STREET PIER j1 PIER 12 TOTALS SELECTIVE CONCRETE DEMOLITION- 1523 SF 1523 SF 660 SF 660 SF 4,366 SF EXPANSION ANCHORS" 244 EA 244 EA 106 EA 106 EA 700 EA REINFORCING STEEL, EPDXY COATED' 3,850 LB 3,850 LB 1,700 LB 1,700 LB 11,100 LB CONCRETE- 30 CY 30 CY 15 CY 15 CY 90 CY 'INCIDENTAL TO COST OF CONCRETE REPAIR BID ALTERNATE 2 GENERAL NOTES 1. THE GENERAL PURPOSE OF BID ALTERNATE 2 IS TO ENCAPSULATE THE COLUMNS (ABOVE. THE FGOTINIM FNO BELOW THE SPRING UNE) ON 2 PIERS ON THE BURUNGTON STREET BRIDGE AND 2 PIERS ON THE IOWA AVENUE BRIDGE. 1 2. WORK IS BEING BID AS ALTERNATE 2 WILL NOT BE CONSIDERED AS A BASIS FOR CONTRACT AWARD AND WILL ONLY BE INCLUDED INTO THE CONTRACT UPON EXPLICIT WRITTEN AUTHORIZATION TO PROCEED FROM THE OWNER. IIJ I 3. CONTRACTOR SHALL TAKE CARE NOT TO DAMAGE ANY EXISTING STRUCTURES AND. AR UTILRRG.; �1E �iiR6; SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES AND PREVENTING ANY DAMAGE THERETO. NO C FdR ADDfTIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FAR AVOIDING CONFLICTS WITH EXISTING FACIUTIES AND/OR REPAIRING DAMAGE CAUSED DURINO,CONSTRUCTION. 4. CONCRETE REPAIR SHALL EXTEND FROM THE TOP OF THE EXISTING PIER FOOTING TO ABOVE,TIkEIN 1VAYLA UNE. THIS MAY REQUIRE THE REMOVAL OF STREAMBED MATERIAL THAT HAS DEPOSITED OVER THE DOWNSTREAM SIDE OF THE OIEji F 'q GS. THE UPPER LIMIT OF THE CONCRETE REPAIR SHALL BE DETERMINED IN THE FIELD, THE QUANTITIES SHOWN ASSUME THE REPAl EXTENDS TO THE ARCH SPRING LINES. SELECTIVE DEMOLITION NOTES: 5. ALL DETERIORATED CONCRETE SHALL BE REMOVED FROM THE FACE OF THE EXISTING PIER COLUMNS PRIOR TO PLACEMENT OF REPAIR CONCRETE 6. THE METHOD OF CONCRETE REMOVAL AND EQUIPMENT USED SHALL BE UNITED TO PREVENT UNDO DAMAGE TO THE EXISTING STRUCTURE. REMOVAL METHOD SHALL BE APPROVED BY THE ENGINEER. 7. THE MAXIMUM DEPTH OF CONCRETE REMOVAL SHALL BE ASSUMED A MAXIMUM OF 2 INCHES BEYOND THE EXISTING PIER COLUMN FACE. DETERIORATED CONCRETE BEYOND THIS DEPTH MAY REMAIN. B. SPLICING OF EXISTING REINFORCING SHALL NOT BE PERFORMED AS PART OF THIS PROJECT. THE REMOVAL OF ANY EXISTING REINFORCING EXPOSED DURING CONCRETE REMOVAL SHALL BE APPROVED BY THE ENGINEER. 9. THE PREPARED SURFACE SHALL BE APPROVED BY THE ENGINEER PRIOR TO SUBSEQUENT ACTIVITIES. THE CONTRACTOR SHALL PROVIDE VIDEO EQUIPMENT TO FACILITATE THE INSPECTION OF SUBMERGED ELEMENTS. EXPANSION ANCHOR NOTES: 10. EXPANSION ANCHORS SHALL BE INSTALLED INTO THE PREPARED FACE OF THE EXISTING PIER COLUMN AS DETAILED IN THESE DRAWINGS, BUT NOT LESS THAN 4•. 11. MINIMUM EMBEDMENT OF EXPANSION ANCHORS INTO SOUND CONCRETE SHALL BE IN ACCORDANCE WITH THE MANUFACTURES RECOMMENDATIONS. 12, CLEAR DISTANCE FROM FINISHED FACE OF CONCRETE TO THE HEAD OF ANY EXPANSION ANCHOR SHALL BE A MINIMUM OF 4 INCHES REINFORCING STEEL NOTES: 13. CLEAR DISTANCE: 4 INCHES CONCRETE NOTES: 14. CONCRETE PLACEMENT METHOD MAY INCLUDE CONVENTIONALLY PLACED CAST -IN -PUCE CONCRETE OR THE UTIUZATION OF PREPLACED AGGREGATE, AT THE CONTRACTOR'S DISCRETION. 15. FORMWORK FOR CONVENTIONALLY PLACED CONCRETE SHALL BE OF SUFFICIENT STRENGTH AND IMPERMEABILITY TO PREVENT LOSSES OF CEMENTATIOUS MATERIAL DURING CONCRETE PLACEMENT DUE TO RIVER FLOW OR VELOCITY OF DISPLACED WATER IN FORMS. 16. RATE AND METHOD OF PLACEMENT SHALL BE SUCH AS TO PREVENT SEGREGATION OF MATERIALS AND FLUSHING OF CEMENT. METHOD SHALL BE APPROVED BY THE ENGINEER PRIOR TO PLACEMENT. 17. CONVENTIONALLY PLACED CONCRETE: fc = 3.0 k01 16. SPECIFICATIONS FOR THE USE OF PREPLACED AGGREGATE ARE INCLUDED IN THE PROJECT SPECIFICATIONS. 19. CONTRACTOR MAY UTIUZE STAY -IN-PLACE FORMWORK PROVIDED THE FORM MATERIALS ARE NOT SUBJECT TO CORROSION, ROT, ABRASION, OR UV DEGRADATION. CONTRACTOR SHALL SUBMIT PROPOSED METHODOLOGY AND PRODUCTS TO THE ENGINEER FOR APPROVAL PRIOR TO CONSTRUCTION. 11w ARCHITECTURE CMLENGINEERING ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING PROJECT ONLY. NO PMT OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBIRED IN MY FORM WITHOUT THE PERMISSION OF IIW, P.C. ALL INFORMAnM IN THIS DOCUMENT IS CONSIOEFED QU W F- N O z wQU adz Zww Uj W U_ w W W J D_ 06 U CO QZW 0 0p mU¢ E'J m 0 UJ 0 d m F W W co Z Z O O � w I — 03 `� ZO¢ O = a m f W � � K u�oo Ul y 9 K 0) Q 3 0 G1,2 Oject No: 14195 Ilw,P.c.J ♦ GENERAL NOTES CONSTRUCTION STAGING AND RIVER ACCESS SCOUR MITIGATION AND REPAIR I . W1. THE GENERAL PURPOSE OF THIS PROJECT IS TO REPAIR AND MITIGATE SCOUR DAMAGE 1. THE CONTRACTOR SHALL BE PROVIDED A TEMPORARY STAGING AREA NEAR THE SOUTH GENERAL NOTES: ON THE PIERS OF THE IOWA AVENUE AND BURLINGTON STREET BRIDGES. END OF THE BOAT RAMP PARKING IN CITY PARK. THE EXACT SIZE AND LOCATION OF 1. SCOUR PROTECTION AND ARMORING SHALL BE PLACED AT ALL PIERS AND MAY ARC-LLTFCTIGE 2. FLOW IN THE IOWA RIVER IS CONTROLLED BY THE CORALVILLE DAM 8.5 RIVER MILES STAGING AREA SHALL BE APPROVED BY THE CITY. CONSIST OP.StONE RLPTE1�AEtIT, FABRIC FORMED CONCRETE STRUCTURE REVETMENT, OR CIVIL ENGINEERING 1.1 THE REPLACEMENT OF THE PARK ROAD BRIDGE MAY UMIT RIVER ACCESS A COMBINATION DF CONSTRUCTION SERVICES UPSTREAM OF THE IOWA AVENUE BRIDGE. THE CONTRACTOR SHALL BE FAMILIAR WITH BOTH P OF OT ENVIRONMENTAL ENGINEERING TO LAND SURVEYING THE OPERATION OF THE DAM AS IT PERTAINS TO FLOW IN THE RIVER. DAILY FLOW AND SITE. 2. CONTRACTOR SHALL TAKE CARE NOT TO DAMAGE ANY EXISTING STRUCTURES AND/OR MUNICIPAL ENGINEERING ELEVATION INFORMATION IS AVAILABLE ON THE US ARMY CORPS OF ENGINEERS WEBSITE / STRUCTURAL ENGINEERING 2. CONTRACTOR SHALL BE RESPONSIBLE FOR THE INSTALLATION, MAINTENANCE, AND UTILITIES. THE CON1TR Tp tSHk BE RESPONSIBLE FOR LOCATING AND PREVENTING TRANSPORTATION ENGINEERING < http://rivergages.mvr.usace.army.mil>. REMOVAL OF TEMPORARY SECURITY FENCING AROUND THE TEMPORARY STAGING AREA DA rI �j Tt1 LT.1( NO LIA�MS P.9Rf ADDITIONAL COMPENSATION WILL BE ALLOWED TO INTEGRRY.EXPERTISE.SOLUTIONS 3. SCOUR LIMITS AND EXTENTS SHOWN ON THESE PLANS WERE DETERMINED THROUGH AS REQUIRED FOR SAFETY OF PUBLIC PARK USERS AS WELL AS SECURITY OF ANY THr C`ONIRACTOR FOR AVOIDING CONFLICTS WITH EXISTING FACILITIES AND/OR Www.uweng,.corn.800.556.•1.791 UNDERWATER INSPECTIONS AND SOUNDINGS PERFORMED IN OCTOBER 2014. THE STORED MATERIALS. REPAIRING,D6M A$E,Cf6USED'DURING CONSTRUCTION. STREAMBED CONDITIONS SHOWN IN THESE PLANS DO NOT CONSTITUTE A GUARANTEE LL'--•4:I I 1 THAT DIVERGENT CONDITIONS WILL NOT BE ENCOUNTERED. FINAL COMPENSATION 3. CONTRACTOR SHALL PROTECT EXISTING VEGETATION, GRADING, EQUIPMENT, STRUCTURES, STONE REVETMENTNOT 1' ` ' ' SHALL BE BASED UPON THE ACTUAL QUANTITIES PLACED DURING CONSTRUCTION AS PAVING, UTILITIES, AND OTHER IMPROVEMENTS AT THE STAGING AND OTHER 3. ALL STONE REVETMENT SHALL MEET THE REQUIREMENTS SPECIFIED IN IOWA DOT ESTABLISHED BY THE UNIT COSTS SPECIFIED IN THE BID SCHEDULE. IMPROVEMENTS AT THE STAGING AND RIVER ACCESS AREAS. STANDARD SPECIFICATIONS SECTION 2507. 4. CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING ANY DAMAGE RESULTING FROM 4. CLASS E STONE REVETMENT SCOUR PROTECTION SHALL BE PLACED OVER THE EXISTING CONSTRUCTION TO THE BOAT LANDING, PARKING AREAS, AND STAGING AREAS AT THE STREAMBED IN A MAT AT LEAST 2 FOOT THICK WHICH SHALL EXTEND 10FT FROM THE CONTRACTORS EXPENSE. UPSTREAM NOSE OF PIER COLUMN AND/OR FOOTING AND 5FT FROM ALL OTHER PIER BIDDING AND AWARD FACES. CLASS B STONE REVETMENT SCOUR ARMORING SHALL BE PLACED OVER ALL 5. CONTRACTOR SHALL PROVIDE ENVIRONMENTAL PROTECTIONS DURING ALL CONSTRUCTION AL COPYRIGHT 2017 CLASS E REVETMENT LOCATED UPSTREAM OF THE PIER COLUMN AT A MINIMUM ALL RIGHTS RESERVED. 1. AWARD SHALL BE BASED ON THE COSTS ESTABUSHED IN THE BASE BID PLUS ACTIVITIES, INCLUDING AT THE STAGING AREA, AS REQUIRED TO COMPLY WITH THICKNESS OF 2 FEET. THESE DOCUMENTS HAVE BEEN ALTERNATE 1 AND AS DETERMINED TO BE IN THE BEST INTEREST OF THE CITY. FOR ENVIRONMENTAL REGULATIONS AND TO MINIMIZE POSSIBLE AIR, WATERWAY, AND SUBSOIL PREPARED SPECIFICALLY FOR THIS COMPARISON PURPOSES ALTERNATE 2 WILL NOT BE CONSIDERED AS A BASIS FOR CONTAMINATION OR POLLUTION OR OTHER UNDESIRABLE EFFECTS. PROJECT ONLY.NO PART OF THIS 5. OUTSIDE EDGES OF REVETMENT PROTECTION AND ARMORING SHALL TERMINATE WITH A DOCUMENT MAY BE REPRODUCED AWARD. OR DISTRIBUTED IN ANY FORM 6. CONTRACTOR SHALL USE DESIGNATED AREAS OF THE OWNERS BOAT RAMP PARKING MAXIMUM SLOPE OF 2:1. WITHOUT MISSIONOFIIS, 2. BID ALTERNATE 2 MAY BE ADDED TO/ OR REMOVED FROM THE CONTRACT AT THE P.C.ALL INFORMATION IN THIS DISCRETION OF THE OWNER. THE CONTRACTOR SHALL RECEIVE EXPLICIT WRITTEN AREA FOR CONSTRUCTION PERSONNEL DOCUMENT IS CONSIDERED FABRIC FORMED CONCRETE STRUCTURE REVETMENT NOTES: PROPERTY OF IIW,P.C. AUTHORIZATION TO PROCEED PRIOR TO PERFORMING ANY WORK IDENTIFIED IN BID 6. ALL FABRIC FORMED CONCRETE STRUCTURE REVETMENT SHALL MEET THE 7. THE USE OF GAS POWERED GENERATORS SHALL BE PERMITTED WITHIN THE ALTERNATE 2. REQUIREMENTS SPECIFIED IN IOWA DOT DEVELOPMENTAL SPECIFICATION DS-15008. w CONSTRUCTION STAGING AREA. 0 3. THE POSSIBLE RESULTS OF THE ALTERNATE BID REVIEW ARE: 7. FABRIC FORMED CONCRETE STRUCTURE REVETMENT USED FOR SCOUR PROTECTION AND 3.1. NOT ACCEPT ANY COMBINATION OF BASE AND/OR ALTERNATE BIDS. 8. CONTRACTOR SHALL HAVE ACCESS TO OWNER'S RESTROOM FACILITIES IN CITY PARK. ARMORING SHALL BE PLACED OVER THE EXISTING STREAMBED IN AN 8-INCH THICK m N 3.2. ACCEPT BASE BID ONLY. MAT THAT SHALL EXTEND 10FT FROM ALL PIER FACES AND CONSIST OF ONE OF THE tj 3.3. ACCEPT BASE BID AND ALTERNATE 1 ONLY. 9. SINGLE LANE CLOSURES SHALL BE PERMITTED ON BOTH BRIDGES. FOLLOWING MATERIALS: LU 3.4. ACCEPT BASE BID AND ALTERNATE 2 ONLY. 9.1. BOTH ROADS SHALL REMAIN OPEN DURING CONSTRUCTION ACTIVITIES. ACCESS TO 7.1. REINFORCED ARMOR UNITS, 8-IN MINIMUM THICKNESS, 36-INCH MINIMUM UNFILLED c 3.5. ACCEPT BASE BID, ALTERNATE 1, AND ALTERNATE 2. ALL DRIVEWAYS AND ACCESS POINTS MUST BE MAINTAINED BY STAGING WIDTH. ADJACENT ARMOR UNITS SHALL BE JOINED USING REINFORCEMENT BAR CO c, CONSTRUCTION WORK AROUND CRITICAL AREAS. DOWELS OR STAPLES. UJ p Z- 9.2. LANE CLOSURES MAY NOT REMAIN IN PLACE FOR MORE THAN 24 CONSECUTIVE 7.2. REINFORCED ARTICULATING BLOCK MAT, 8-INCH NOMINAL THICKNESS. LAP JOINT0 Ce 0- HOURS. LOCATIONS SHALL BE APPROVED BY THE ENGINEER. 9.3. CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLATION, MAINTENANCE, AND 0 3 > C7 SHOP DRAWINGS AND SUBMITTALS REMOVAL OF ALL TRAFFIC CONTROL. 8. FABRIC FORMED CONCRETE STRUCTURE REVETMENT USED FOR SCOUR REPAIR BENEATH Zcc re H E 9.4. TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH THE IOWA DOT STANDARD ROAD0 Q 2 C 1. SHOP DRAWINGS AND SUBMITTALS SHALL BE SUBMITTED TO: FOOTING (UNDERPINNING) SHALL BE PLACED UNDER ANY UNDERMINED AREAS OF THE m 06 s PLANS, THE MANUAL FOR UNIFORM TRAFFIC CONTROL DEVICES, AND ANYEXISTING PIER FOOTING AND SHALL CONSIST OF ONE OF THE FOLLOWING MATERIALS: -� 0 O_ IS' 11W, P.C. REQUIREMENTS ESTABUSHED BY THE CITY - 4155 PENNSYLVANIA AVENUE 8.1. REINFORCED OR UNREINFORCED ARMOR UNITS, 12-IN MINIMUM THICKNESS, Q D W Q E 9.5. CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN TO THE CITY FOR 36-INCH MINIMUM UNFILLED WIDTH. ADJACENT ARMOR UNITS SHALL BE JOINED m H w DUBUQUE, IOWA 52002 APPROVAL TWO WEEKS PRIOR TO ANY CLOSURES. USING REINFORCEMENT BAR DOWELS OR STAPLES. w I- CC CC` OR 9.6. CONTRACTOR SHALL NOTIFY THE CITY ONE WEEK BEFORE ANY SPECIFIC CLOSURE to wcc 11 N,MILLERCIIWENGR.COM MAY BE INSTALLED. Z < > 0 Ir 9. FABRIC FORMED CONCRETE STRUCTURE REVETMENT LAYOUT, PLACEMENT METHODOLOGY, W 0 O 2. THE FOLLOWING ITEMS REQUIRE APPROVED SUBMITTALS: MATERIALS, AND MIX DESIGNS MUST BE SUBMITTED TO ENGINEER FOR APPROVAL TWO 111 05 C) 2.1. TRAFFIC CONTROL PLAN (IF LANE CLOSURES ARE UTILIZED) 10. THE CONTRACTOR MAY NEGOTIATE DIRECTLY WITH OWNERS FOR STAGING OF WEEKS PRIOR TO INSTALLATION. V a CONSTRUCTION ACTIVITIES ON PRIVATE PROPERTY. WRITTEN AGREEMENTS SHALL BE 2.2. PRIVATE PROPERTY LAND USE AGREEMENTS (IF PRIVATE PROPERTY WILL BE SUBMITTED TO THE CITY PRIOR TO STAGING ON PRIVATE PROPERTY. ...- _ED 10. A LIST OF PREAPPROVED MANUFACTURES AND PRODUCTS ARE SHOWN IN THE IOWA UTILIZED) c 01 2.3. FABRIC FORMED CONCRETE STRUCTURE REVETMENT LAYOUT, PLACEMENT DOT MATERIAL I.M. 469.01 APPENDIX F. °•a w } METHODOLOGY, MATERIALS, AND MIX DESIGNS (IF UTILIZED) 11. WATER USED FOR CONCRETE GROUT SHALL MEET THE REQUIREMENTS SPECIFIED IN 2.4. WATER QUAUTY TESTS FOR RIVER WATER USED FOR CONCRETE GROUT (IF UTILIZED) ADJACENT PROJECT/POSSIBLE SITE ACCESS CONFLICT IOWA DOT STANDARD SPECIFICATION SECTION 4102.01. o Q 11.1. CONTRACTOR MAY USE WATER PUMPED DIRECTLY FROM THE IOWA RIVER AFTER m 0 1. ALL WORK SHALL BE COORDINATED WITH OTHER PROJECTS WHICH MAY BE UNDER SUBMITTAL OF WATER QUALITY TEST RESULTS IN ACCORDANCE WITH SECTION ma`o. CONSTRUCTION CONCURRENTLY WITH THIS PROJECT. CONTRACTOR SHALL COORDINATE 4102 01 to to OPERATIONS WITH THOSE OF OTHER CONTRACTORS WORKING WITHIN THE SAME AREA. 11,2,POTABLE WATER OBTAINED FROM THE MUNICIPAL SUPPLY SHALL BE ACCEPTED o o 'o m SPECIFICATIONS THIS INCLUDES THE REPLACEMENT OF THE PARK ROAD BRIDGE, CONTRACTOR: PETERSON WITHOUT TESTING. CONTRACTOR SHALL NEGOTIATE TERMS OF ACCESS AND I' N.1. IOWA CITY STANDARD SPECIFICATIONS SPECIAL PROJECT REQUIREMENTS & SPECIFICATIONS CONTRACTORS INC. PAYMENT WITH THE CITY. ACCESS LOCATIONS WILL BE LIMITED TO EXISTING . . . , N d o UTILITY LOCATIONS, WITH THE CLOSEST WATER MAIN LOCATED ALONG MADISON o 2. PRE-PLACED AGGREGATE SPECIFICATION INCLUDED IN PROJECT MANUAL FOR ALTERNATE STREET EAST OF THE IOWA RIVER. 0 0 0 2 IF UTILIZED. g .8.) 3. IOWA DOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2015, PLUS CURRENT SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS. coI 1.1. DEVELOPMENTAL SPECIFICATION: DS-15008 I FABRIC FORMED CONCRETE STRUCTURE ,$ REVETMENT. o L. 2 I p W W O 5 5 re z m . a w w J Z 0,• 2LL . . . Ii00 c V B sg o a m Sheet Nal G1.3 Project No: 14195 11W,P.C./ s X EDGE 11w HITEC ,,. € . Yom" rAPPR0 EXISTING APPROX.EDGE •�CHANNEL , CIVIL ENGINEERING RIPRAP 1 a i `''6� �' ` ENVIRONMENTAL ENGINEERING i Illi OF CHANNEL Q "'t r EXISTING MUNICIPAL ENGINEERING '/ LAND SURVEYING � 3' R] A I1: ) .,< RIPRAP TRS STRUCTURAL N ENGINEERING IN ENGINEERING 1 �I y ( INTEGRITY.EXPERTISE.SOLUTIONS 11 i I I I I ©COPYRIGHT 2017 ALL RIGHTS RESERVED. THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY.NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF IIW, `1 f P.C.ALL INFORMATION IN THIS 1 I DOCUMENT IS CONSIDERED PROPERTY OF IIW,P.C. AM iiP- L_ _I ►V rea EXISTING A RIPRAP r o HYDRO ELECTRIC PLANT w s � zES .�, 0 0 "--SPILL-OVER DAM - F— E-2 > - TOP OF DAM ELEV = 49.0 Q < ? o Ei i m w O w a < W tx } D PLAN Ur J 1- ° nllllll�lllluu,,,_ IA z U w CD NOT TO SCALE NORTH 1- Z O < 1 w LU HZ Z- 1 D m COQ o5 a X J D m m J a � N CL H W W3 a o w o g 115'10112' I 1...- _ 110'61/2" _1..... 115'10 1/2'r I,- .5Ir ❑ os 7 .o 7 a 0 COST CO , Iiiiwn.....•....---- • e, ---.•••••••.:Iiimioning.I I 0 0. — • • —••mingunnumuimpin.a.• ...--- • • —....,sommenumilil E E E co --• ,- ,.• —n 60 N N O l0 '- LOW WL ELEV=50.4 + ❑ �J o • 5 INN co"41c --z._.—— _ -.-. .c_ __. �_ 'tel �� _ //✓ D i O 11=11=11=i1 _'� �._ —_. _ _____ 11=1=II=I 40 m 6 =11=11 110111111v d E � —.— __.-._- - ____ 30 O N O 2012 UPSTREAM a CHANNEL PROFILE m w w o 2012 DOWNSTREAM E 5 CHANNEL PROFILE v a CC Ir d .v _1 w w DESIGN SCOUR -11 . . . LLL o 0 ®ELEVATION ELEVATION Cu s d , NOT TO SCALE ❑` a N cc Sheet No:f C1.1 Project No: 14195 11W,P .f !"•°+"•"� CLASS B FABRIC FORMED •1•-rel•,•'"•''•.''••''•• ! CONCRETE STRUCTURE FOOTING BELOW 141111!1:11:711: : liit��!"!:!•:!:t� '� SCOUR ARMORING REVETMENTCLASS E 1;+:•;,•;re 1;• 1-'1''•1V"•'1' 7l) 1 OVER SCOUR PROTECTION STONE .,..n..v,.p.ar.�,qar.a..y.�n.4,. ,...g•n.,d1,•�i41//�•► (UPSTREAM ONLY) °!`t•`t••'••�••'•••V.4441''••''41"4•3 -, / 1 `� 00000 000000 000000000000000000,0000000000000000000000000000 ARCHITECTURREVETMENT •!,.I,.\•„••„•a„•.rgy,1•„•..•,,Iv,�n4„1'•• •',y 'i1� �}Ott ,•c•01.0 ••;•;$1.:10%:41,:•:••••'••'•;'� 00000 000000 OOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOC CIVIL ENGINEERISCOUR 4'4Mt'tl *,,, 4,'.I•'•it•'•1.'1i'1•1• 44..z.-��, 1' lk �i 00000 000000 0000000000000000000000000000000000000000000000 CONSTRUCTIONSERS ��•,•,•.•J11,11.+•�•.•;�•y►;�{•••••,�;�'•. 1. 1• 1•PROTECTION 11j•�N1•�„�ei'1�"\1.1'10110'• I;'1 '•;1�•,_••'• 1...•`\ . " "l 000000 00000 0000000000000000000000000000000000000 70000000C ENVIRONMENTAL ENGIING .;.:4:N:A':*AV:A`7'07'4'4h4','7'0,N444':E44444�'��b444'44:"4,'sS,:�;'.6V,T ..;•!!�!iir.,, 4 ” 0000000000000000000000000000000000000000000000000,8-00.00000:,t'i,+i":,,!'..,,•►.11!: t!,,,4*!yP,.�P.y�ty�t��t•4t•4t•4t•t .N.yet•,tt•,•t,•t,•Clete..,:•IN•„IP:r!r.r.r. �vA7 Iy �I SURVEYIN•� 1' 1' I I'�%' 000000000000 0000000000000000000000000OOOOOOOOOt�-v-c,^OOCOOOOOCMUNILENGINEGbr . •i. 1 „ .. ii b.9. . . ,.v.!,.�.rI.•i.4.U. ,.„•.10....y..4.4:04�ig.y.� dia 1' 1• 11 1• „——,... w r, .,.,. 00000 �d•�!��:•!i•�•i�•��•�•�1•��•��'1'i'N•i�'•�•�'9';••'•�•4�•\��•a•••�•••••••�'•�•\�1 •��•��•��••1111 y•.•.11,11••• 1 L�` ' •. , O O O O 0 O$C�6 O$O-�O g..�'/'l _ r STRUG.1!�g�.�9gt g!n.•„\. •g4g!�..SD.!g!,..a,.•n.• .\!,ganly.•.,,L,g!„1yg!,1!..1..1 ,�.1.1, \ \••"•.•t\•1111 leg'1 •1111•;' 'I �vf�' ; 1' �.1' 0O0000 0 00O0OO000O0 ^y3'1 i �!_i t' t 1♦.•,1*, '•'.• 4.••••♦ ••••11_11••• .'•y.••••T••••••1. ••♦ 41 1 . ,'* i, i,•i t Ji,i," 10'—D"O TRANSPORNGRING •••1•1.•1,►I�ir'�.'1-�\�\�\:�•\•1.1111��1111.1111�\�/•1•a•1•1•1•1•'��'11�•1•���''�'•''•\•\'•'•'•'••1'\_'\'••1'1 ,/ 4' /' .1'� 000CI 0OCf,4,0•. •+,., • . • • • • .,,• • • • • • • •, • • • • • • • • • • .,I'•' 1� o 000_( :O 00 0• _ MIN, I S r.•,A& . ....1 ,.a �.\ 1.•.•..1D.4.4..4,_1._+,_1,_1..4,4..4..4•L•.4,4,_4•.•,_•,_•,I,_I,••0._•..•:_••_•.�,.•, �& A, �., 0OO 0f _ / iC NTEGRIION O 1•�•1�t•1?v :.��•p�•P��Pi'i •�" '.,1••' ' 1 N : ,uoO > -/ I. •{1,,,�,,••„..„ t1. 1' 1• 1 0l :rh I { Ias �0oOo00 FLOW �'i\i�,,i;i�1%,” 10-0"A11,'1k1lit 00000 00 •,�. .,, !.:t :,?Z:':0': Ad TYP r 1 1i 1) FLOW 00000000 00000C 19;•1; r �,1,'`�1' 11" 00000 0 � 5T-4” FV /,00000 ---moi ge' 'g ri ,, d. , i j�-�- AA4./a.a_ - �i •.•\•t4—o '�'}. 000000000 000000 ����, �a�y�yp I,g.•\ :,1.,1,,, 0 1�1� All. 00000 0000000000 00000 s••;•.,,.•t.,'.., 1 � �'./`/'/' )000000000000000 000000 1,w•,•,,.��;..i„• FV A I ! •% 0 00000 X60000 00 0�0 0000000-O000000o0000Uouuuvuuw . •00000 11,.11,.•,•.�,�0� ' )0000000000000000000000000000000000000000000000000.0000000 0 U•I(•1'�J11r•t�,.��a�!+•�!oa•;•11+�\�+�••; I?i•' .74,1°V.91141.1401,0 I:v1 .','••.I 00000000000000000000000000000000000000000000000000.00000000 4,...vt ,..4_'..t.-1;,•41.61142.4',41 _ ••r) �� 8' 1' x.1. 00000000000000000000000000000000000000000000000000.000o00oOC y�.!i,! • 11.11 .1 .� .C1�• _•i';•••t1.11747 /'1 '111/ /11•'•1a4a1 •:1•••••1�in�\•'.1t.1!71!1,.1�1�) 44,40 1• , �I 1111 00000000000000000000000000000000000000000000000000000000000 %• tea•._•, �1:41�•.�r•I� :.•,t•,.••••4••••y•••••%46'A.•.•.•.•.•0y••1•.•.•1•• 1 1'�1 '� ' 00000000000000000000000000000000000000000000000000000000000C •+,,�19.�.�.1�',;v.`..11!11 �,• • •!u!:Au....�!• � •!n..•.. 11-11='� • • I \ • 1.1.1 • ► 1 ©COPYRIGHT2017 •:i�!„•, ny,o. •�46. •, •t;:.:.• r,A!...,:a, r.o.,,.,i:�,:A.v:+ •',,.1i••a•ak•••• .'�` • 1, 1 nnnnnn�nnnnnnnnn�nnnnnnrtr nnnnnnnnnnnnnnnnnnnnnnnn nnnnnnnnn 'It..•t.:y4•a.', '1.'1.•1 .,1'It••••t 41.4'1•1•I't'1•1•1,•1•.6,, y41'est�•, • I I •R 1.1.1 ►.• • ..ir./•'/•` , ,1• i1•i'. ALL RIGHTS RESERVED. } 1R •At•�t,: it•t••1 ►1 v�1,i� ����,%•,%•%••1.4'••t•A••1��tttbe,k,i••�f4�R'R�R,••%•% M•• / 414•.41.4.4047-06A,..' '�,.f'.. THESE DOCUMENTS HAVE BEEN •OW.1.1001, t.4.h.t� 1,I4g•,1•, h14I•,I,•s.:.4.,• -,.•+..•t11•,.!n.!n.;+..t.tg� .r,•�p`':Pig1,.r• 'I .4.47.0 TYPICAL PLAN PREPARED SPECIFICALLY FOR THIS ',•,.•'1144 • ... •.•'•'.'•'.'•gAlt.t ,•4.0 •••••”'••.. -, 1 PROJECT ONLY.NO PART OF THIS •s1�i•�i iArer 2,11 s,si�i1.Pt�i•�i•�•01.i., ;0” 0 �'� � APPROXIMATE LIMITS DOCUMENT MAY BE REPRODUCED i,•y►•.•.'•t•••�..•••.•.•7.7.1•• 1' 1 1 11 OF' FOUNDATION OR DISTRIBUTED IN ANY FORM �, APPROXIMATE UMITS WITHOUT THE PERMISSION OF IIW FOOTING • •!�•!.•1•1•1•I'!''•••.1.••¢;•1.ti�•1.i�1 /, •1 1�i UNDERMINING ® PIER OF FOUNDATION P.0 ALL INFORMATION IN THIS ►l'%4i44..44.4,0i/4.'4.N”b:••: , , 1 1 • , a•, , DOCUMENT IS CONSIDERED BELOW •�•r.' �.•.;1 .•.i•0..:1et tv.-1 :il' #2 ONLY UNDERMINING ® PIER PROPERTY OF I IW.P.C. • '�.4,'IV..t's,'6.t�41�.. 0-- . ;2 ONLY •••',`.,!..1* ;.;, r 3i01}% CONTRACTOR MAY CONSTRUCT TYPICAL REVETMENT PLAN SCOUR MITIGATION USING CO 3 EITHER OPTION. SEE NOTES - ON SHEET G1.3 FOR MORE INFORMATION. I p q LOW WL ELEV=50.4 LOW WL ELEV=50.4 Q N V w • —SCOUR ARMORING z -- (.9 K, OVER SCOUR 0 IY R ,:'!t:1..a�1.1_1,•' PROTECTION - t.. ,,,•':i1,•U•h'q.;,.. , (UPSTREAM ONLY) W m > W •1• 1��,M,1•I•••1:11. 00 t.�k IIIIIIIInIE.-- SCOUR w o ••♦11•,....,.,..,,...,,,t,,..00.,... SCOUR I 111111 COU 10'-0" F— w w '''',-.174,710;70:--. 10•-0" 111 MITIGATION FLOW F } O •�1•i�•�I•\1111•, PROTECTION / �� 1 1111111] -- ,, Z Z U w I , EXISTING •1a�1•�5�1�1v�• ;!u 1. I ::'.,'. EXISTING : 11]1 O O Q 1- o I STREAMBED' • 1 11'' i!a:.e . •r�1:1::::::::::1:::::.,. ' 01 1 STREAMBED ,11�1j1111 I— " •,,,•• •• .K� }1�, 1 1111 Q Z o ::.,,......',:.....1......:,,......?.*:-...:.;,..:.' .1,1i•1,1s �,,•rg;'1;+i,,1 ,g-rg; :•1' : 111 - y ti.�.•.••.�..�•.1.11. i-',/ I 1111 -� ..•T .•v.a , ,.v.wa... . ,• /" N 1111111111 1111111 STREAMBED � 0 ,.•, a_a n 1,1 •. • •. 111 0 } I ELEV 41.11 m i W s C 3 PIER #1 STREAMBED PIER #1 �•....,.. : .... `� � EAST ELEVATION / ELEV = 41.1. EAST ELEVATION o Q IY / SCOUR REPAIR \\ // „\ 4D"' m O SCOUR REPAIR ` CO I LOW WL ELEV=50.4 / 1 o D- / ,n T LOW WL ELEV=50.4 TOP OF FOOTING , I ❑ ❑ ❑ • ` STONE REVETMENT NOT / SHOWN FOR CLARITY / • r.o '7 o 2 TOP OF FOOTING ` SCOUR 10.-0" \\ SCOWNUR MITIOR GATION TION NOT // 2 0 0 5 DETAIL—B MITIGATION PIER #2 UNDERPINNING II co 11 DETAIL—A 'mar F-- �� OVER SARMORINGLOW 1111111 / PIER #2 UNDERPINNING m w •�'P'•. 10'-0" lk \ FLOW m •,44•i•jy. PROTECTION 11 �/ m o ••,e.„'.':'.•• ——— 1 (UPSTREAM ONLY) 1111i'_ 1 ❑ ••.•i.� _ �11j�� 141''''4441•44,•,4",• '1'1•' • • P .N • ♦ IIIIIIIIIIIIy111111111 STREAMBED w °' ,,11 11 1•, / 11 �1�11 l 1, ELEV = 37.0. 5 5` � w w ❑ Z5 co ,.?�. ._ `. :. � z ce< cc • 1t\ 1 •,1.1.1 1 I I 1 I a zY 1'1+ N ----� c -g d CC CC .,.16.•.•.•.x,•o••.r11•Nfra � - STREAMBED r a .. . . .:,. - PIER #2 . . ELEV = 37.Ot DETAIL-A EXISTING .2 i w o 0 EAST PARTIAL STREAMBED DETAIL-B--- PIER #2EXISI7NG PROTECTION ELEVATION ' ° N ❑ o EAST PARTIAL STREAMBED Sheet Nof ELEVATION STONE REVETMENT OPTION - FABRIC FORMED CONCRETE STRUCTURE REVETMENT OPTION - SCOUR MITIGATION DETAILS SCOUR MITIGATION DETAILS C1.2 BASE BID BID ALTERNATE 1 Project No: 14195 ow,P .J DETAILS ON THIS SHEET SHALL BE INCLUDED UNDER BID ALTERNATE 2 AND SHALL ONLY BE COMPLETED UPON EXPLICIT i � WRITTEN AUTHORIZATION TO PROCEED FROM THE OWNER. ARCHITECTURE #6 0 10 10" - CIVIL ENGINEERING CONSTRUCTION SERVICES DETAIL ENVIRONMENTAL ENGINEERING REPAIR A REPAIR LAND SURVEYING EPAIR A ING 0 CONCRETE MUNICIPAL STRUCTURAL ENGINEERING 10 E.W. REPAIR TRANSPORTATION ENGINEERING CONCRETE / 111=1 --.�, k` n - 7'A'�^ ., r .�<i'z "'1 ` : .a,"t> 'r,tt' r.yr till ,� ki}A,{ � i� � F§ ,� � fir -' .y. 1 y� <5 x1 ^tk � - • >`t . t ty c� Y J {l��i r�x� =z 8 1 t.,.'�,. ,� a 5. ` `Y v Y.. . y2 S3�" „ -i .y.,A`..y i "M r4, .,„)„t,-_,A?,,ia,:" ``k '�c ~,` F.a?I*ooi � ac fi 4 P i I `� _ ✓' , S+3.,:rt _ .<71 '-a au Y l '47. '+4 1.0 rf.-t-,,,,k,-Tit t r I'T titp 0 1 TOP OFi +r..., lk.:j-,+..r_aTA4 t • a- £e.`':.., - i X- r �� t1g t 4 ,,T„ 4 5• r,),Pt5f:; h �+»t •r ., ti. r c >y � < I FOOTING ��C s � .�'T`�.' -t' �"ice �� `�lt �v '^,`t;'�F3rtu';i. nx i ^ r ;=3„xu,.,r.>.H3 �y+ "•c" '$�' ' ? I �y1130-. t t3.x.0.e.,..t � `�.y:3`.•+'yd. ... 4v Q'` ."F. t 34,g-i 7 r t ?ti 4 �r ,ta;,sc ig, rr• ; 4T , _ t Z- g r is` S.. °`•.. L...,"S ,1? ,,,,i4•fiL Iw,4 }�. .N <.C�4+?l x i" S f Y, ,Y < w r� 4 vbt v 'i-�: �SF,i .�w.. �i ..rr ..µ...r - ?" s ,� F ccr '<"e.. ''.�-� '.st-` t. ffilMf_ SEE BASE BID FOR PROPOSED SCOUR MITIGATION SEE BASE BID FOR PROPOSED SCOUR MITIGATION SEE BASE BID FOR PROPOSED SCOUR MITIGATION TOP OF AND REPAIR. AND REPAIR. TOP OF AND REPAIR. Q COPYRIGHT 2017 FOOTING FOOTING ALL RIGHTS RESERVED. WEST ELEVATION NORTH ELEVATION EAST ELEVATION THESE DOCUMENBEEN PREPARED SPECIFICALLYCALLY F FOR THIS -- --- PROJECT ONLY.NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF IIW, P.C.ALL INFORMATION IN THIS PIER #1 DOCUMENT IS CONSIDERED PROPERTY OF IIW,P.C. W 3 cl U) #6 0 10" #6 0 10" J DETAIL Q ? REPAIR A REPAIR N (--- CONCRETE #6 0 CONCRETE REPAIR W WR 10" E.W. CONCRETE I o 2 w Ell , d,, _x. ,: �t}y 1:......x,4 1.,`, t k<<11,41... .'M / RPM {s !?_b:i i J:r i< �s. fr R ?; ;i1,{ x�+��. .;dc jF{i V v}(.kr�l �Z . O < N t a+;�'.f.. '4 i"a ..?c, ik'k„?:'�K tt-ty �; ;4•.-Y,.. „..5> .� , , ,� sr I 3� e o,r?:rl.„;+5`•': K�:,.?�{r,,. T: ......; ,3a.... .,<r;w. k „i• `• "`I'��'-,LiYa,Yi`rr?f..xv�".� e I..L Q. } .� 1"31 Jif t.r y. S 1 r x -1 �'” i..k . ,.y + '1 �r r a I d F O .�r a 3 .`'7,. fA n Miro.# •y�1r?'a f ' IF s'7 I I ij�r3"'.TI t 1 � �� g r xis"' »r ' fir s r W W — C. 0 -s' m x. A c a, t.�.. ,^ R.» .� Y >T s.V ? n � � U W tp o I 1 TOP OF o Z = m + 'rte '_a.F;^� - 3 r, z r rdK .'k &tP° } ^^ '';3� 4.- I pi FOOTING ` - , i _ �,, rr o- acr r. Wd2 O Q F R;r • JrK r � , r u rye, Y 1 .Y S Y•� i, /.-.4 r`v' .sk,,IYR g' c4 h,i.t. Z i,;.Tats, svt;', .- s ?r,." W 0 0rx 4..Z1-e- '1T2� ` .E�..1tai.. - .,7.Z' i '� ._ r ,A.:. -t _, a...+F4., _0. li ,.'4r -rr2.' _4•,t,t?�: w.a.F-*:1 Q I-- Z W x a"u, -r.<;s:.,.� K r K, �nr� i.s w .. : \ ' 1 1 �f a:r<a __ x4 cA � l ` W o ISEE BASE BID FOR PROPOSED SCOUR MITIGATION m `- TOP OF / SEENBASEPBID FOR PROPOSED SCOUR MITIGATION AND REPAIR. TOP OF SEENGAPE BID FOR PROPOSED SCOUR MITIGATION s FOOTING AND REPAIR. FOOTING AND REPAIR. CO— Z a WEST ELEVATION NORTH ELEVATION EAST ELEVATION O N % PIER #2 15, a 6" MIN CI) V) rn r FROM SOUND o a o ro #6 0 CONC n 10" E.W. X6 0 d ca o m AT ENDS 10" E.W. REPAIR TOP OF REPAIR a �, 6 o CONCRETE ELEV = t 50.7 FV 0 0 0 0 , rilEn c U `o B— #6 0 10" E.W. co E v m p o 3a"� EXPANSION 0 m ( B`J I---,,, ANCHORS 0 MAX IF REMOVALVRIE > ❑ 2'-6" O.C. MAYBE coZ w w UPT014" o LI , I USED TO ATTACH a w cc EDGE OF I REINFORCING m a w w FOOTING 57'-4" FV I STEEL AND FRAMEWORK lo.�0 rn ; BELOW I ? LL o 0 LJ '_ O N N o a H TOP OF FOOTING ELEV = ± 45.5 FV Sheet No f C1,3 TYPICAL PLAN DETAIL A Project No 14195 - - I wr cn 1 IJi1le . , . iill I . •,, O 1 j rR 4il 1.1.1.?'_. t •1 . 1 Q t . j i * m t I 4 .rir•. +4. M r - 1 'rf� -I CD — m m ICO qqiii yC Z 0,� �. pe , 0 ..4„..1 oo 1, n i { O ... _co v) ,I ..., 44;4 r.,1 .,S; • .-,c-,s, . .✓ y CP A I i p 73 ,• m OpZ ir .`.r�. C t. 1 K m ( r ,l E1' D • ?xis\ ; , y , OZ I' ! , n_ I _. r; )k1 U) Z O f is., a . i 1i/t I 0 ,� m I it, r. ; ,L' mit }j t,' ,i- ni m w t��Ir Y.• I . r, - L. Z ' l}^ Ii ,,i; ! f1 m O Z . C ! •`; Z t r:_r. 1: • -r 0 i...--,(1) O . - ,. C i ;� i''' ' i r., [r m z I - yrt- i +� -- A } y •0 -,+._ m ;� m {t , , , 70 m L O � 4 t�c,0, y .\ a= trik T.. 4, t\ ;art +. D r G7 7,1.7b3.7:::77. t m A m D 9 4, ,r. f ; f1It.. . , .-- I ill I .:t �.,, • .. - •• flit44ba, 11 ,.. ' Plii ,,. t,..,. , ' :*- --)Ok l), N -79i i,;ifi' 1!' . ....! • I t - _ ''j 1 F.,. r ) 1 1 �4 r, .1k,.1t�. . `.� I ;( j` w,,.. AC • Zit— y iz 1 II I , .-. 'S. , T 1. , Drawing Issue Information f Project Description f . c,A p l' z H ,, vNz r5r N G7 z s Z = g Project Mgr:. Drawn ByDJS EXISTING BRIDGE PHOTOS vS o mPmND�o 1.° Issued For BiddingIssued For construction1NCo(1<).ozvoo � k if, �comCmC, o r3jwzzmmm '�!7r { � �ciz O NimPOOTZ, mZmZArg ", - - mZ <mNmy BURLINGTON STREET BRIDGE zo1>�mpT�<=m Zz<zmc 8 FINAL PLANS 01-20-17 DJS OWNER REVIEW 01-12-17 DJS IOWA CITY,IOWA OozOOOOoV Ozm�Gz G6 _ "iOp ,mc z mAn OWNER REVIEW 01-10-17 DJS OVER THE IOWA RIVER w im=ym o c z Nz Rev Description Date By P:\14\195\DRBING'S\DHL\14195.URUNGTON BRIDGE REPAIRS DWG 1/20/2017 11:58 AA CAW SCHWARZ 0 IIW,P.C.f 11w ARCHITECTURE CIVIL ENGINEERING Gos.• .S + y CONSTRUCTION SERVICES _ 'r4 . I 1 i O 1 0 EXISTING ENVIRONMENTAL ENGINEERING OF CHAN1411. < MASONRY WALL LAND SURVEYING MUNICIPAL ENGINEERING EXISTING r STUAL EG fl '\,\' 'J TRANSPORTATION RUCTRENGINEERING i r I INTEGRITY.EXPERTISE.SOLUTIONS �. ,t 1 a .�`E, I� j II I 1 II I II II I II I 1 II I 1 II 1 II 11I' I1 I _ _____ 7 -I _ _ _ - - 11 -1--- - - _..-- _ _ _ ©COPYRIGHT 2017 ALL RIGHTS RESERVED. 111 1 II lI I THESE DOCUMENTS HAVE BEEN II Ii I PREPARED SPECIFICALLY FOR THIS PROJECT ONLY,NO PART OF THIS Il I DOCUMENT MAY BE REPRODUCED II II I I OR DISTRIBUTED IN ANY FORM II I, I WITHOUT THE PERMISSION OF IIW, II II I P.C.ALL DOCUMENT OIS11 li li liRMATION IN PROPERTY OF IIW.P.C. 11 rq rq 31 EXISTING `IIIIIIIII'- I---- I— r J RIPRAP ' ,t APPROX.EDGEZ _ �� OF CHANNEL w PLAN APPROX.EDGE 0 Lu o OF CHANNEL 0 Q 0 w � W m O a a 0 PLAN ..,IIIIIIIIIIIIIIIIII". rn W z ° MOT TO SCM NORTH V o a WUW Z > Q = m I- Z a � ~ W - N W I- < 1 0 W 3 w w 7 22Z g o5 7 0 a m Q O W C < 0 70 n ce 5 m :::-.- n i -. U d 1I - _ -- I _ ISI' rn UT ( a 60I hilr . . EEEm • O cv o io (;10 O O O O LOW ELEV=50.3 ` 0 n N 50 ` = -S `o m 3 m W g Ei . O 30 I I < Ww I I I p, LLL 8 C 1j 11=1 vErrI IIII-= m 11'N - n1f =_j111 2012 UPSTREAM � m o � CHANNEL PROFILE o a " cc 2012 DOWNSTREAM Sheet No:j IGINAL CHANNEL PROFILE ®ELEVATION CHANNEL PROFILE NOT TO 8C.= DESIGN SCOUR C2.1 ELEVATION Project Na: 14195 CLASS B 11W P.c J CLASS E "!��!i�;•!,�y•'-4'. SCOUR ARMORING FABRIC FORMED / 11•x . 1 STONE 4:440:4:160b0 5 .••• �� CONCRETE STRUCTURE FOOTING BELOW IIA1 „ , ,,, ,,+, , , 1,.,,.,, • 1 OVER SCOUR REVETMENT 1,1,114,1 e 1+1111 te,4:F ��y���. PROTECTION REVETMENT SCOUR „s•,•,�• .,�,•1 ,1 ••�• r;r.� � (UPSTREAM ONLY) PROTECTION .••1•••$•‘•1.1.1.•1.1./�1!•1.1�/.4(4�1.141,�� r�••� •� �v�vovvoz �� Q v ����v�,�����w������������� ��1 1 1•�1•!NN► ► . ►'N 1J•1J►41 11111;•1 1 1� , `'1 ��.'�1jti• 00000.0000000 0000 0000000000000000000000000000000000000000000000000 ARCHITECTURE •,.,,..,!4.?� ;i�th ekft'wwwwwww44.00 Wil''•'•• ' , )000000000000 000 0000000000000000000000000000000000000000000000000( CIARCHITINEERING 'b•••vv�•�4•�i••i�:,�`J•J•,•�•vi•1•i5�/5• •��: •�,'•�1, •4411411.4001\,:s 0000000000.00 0000 0000000000000000000000000000000000000000000000000 CONIVILENIONERINGES 1 1 1 1 1.1 1 ,1,. , 1 1 1 1 1 1 1 • .F4�•J1►i•i•4f4YL''i �Cie4�$0.ki•���';010, • •wig—,A�-.PA ,•:i�J•i•-�l�•v•i�;�n ••i•v:�:>'ib y. '1' ` ,00.00o00L0000000000 000000000000000000000000000000000000000000000000( ENVIRONMENTAL ENGINEERING 1 1 1 1 1 1 1, 1 1 1•1 1 1 1 1 1 1 1, 1 1 1 1 /, 1 1,1, 1 1 1,.,4'.► 1 1 1 1 1 1 1 1 1 1 1 1 1'/ �,+•,+•;•,+• ,.�!�,.•,!•,+�r•,•�,•.•.•.�e�! A,.•,•r�r�r•.�•�,.�,�.y,••.•,•�.•.1 �,+�.� �.•.•.••.••••�,••, 40414;0411.4 00000000000000000 0000000000000000000000000000000000000000000000000 LAND SURVEYING p+,f.w4,•, •,;.•f•,;/41�1ia;1.,v„v4,v4}4.,4,;4.,b!1�/4/�4 1!•1 4,v4,v.►v4,;i41h.,;,!,;}V416)4:44:04:044:2444:; .x•4,!,!w4w•,„ (41,y•w1,4w•,;n,;i.,;,.,;/.1 M., )00000 0000000000 000000.00000000000000000000000000000000000000000( ..,��,1„1 i191 /�,.iii itiL.� \v1.,/�,/.,/,, t4.10.iti�,/�1r s \x,1,1./%1 i/11 •, 1.1 �,�.,11,1,1y iii 10d�ac cc,dc,do . OO0:OO MUNICIPAL ENGINEERING � ” �} 00000 010-0 �0v��� ,•wT/ . •:•Tv . ';v1.... .:•iTv7• v1 v.•l• • ,:•:' •, ,.vTv:•„•„vi wTv'41 v�w• i•w1,•/vw���,•• / ,/ • f• •.4 • ),0 Q q 0,0 0- O0d Q 0 0 O O O STRUCTURAL ENGINEERING •/,•'•1_►1.•.'1.•1.V.11i1,1 .M...1•+'1•',1•1.1•1.'1,1'/•1,•1'1•1•1-,/•1•►•►�1 i1•1•1,•1�1�1 01.1•1•1•1••1,••••••• Ap.`,, a'1 , r O 0 O Q q Di O 0,-[5 O TRANSPORTATION ENGINEERING Ata •,..v...ev-,,llv.-�ev.�1i.1"�41!�1•-Iv�••.Ivr.,v Iv�111.1,-,•i111.11/x�'11�11,v.1•n1,�1�,,_,v,,�,,lv�!�„_,e,',•�,,�,vx', x+�1•-41•, at•1�►'�1'��1� 111 _ ' ' ,, 0 0 O• MIN.0 TIP J c INTEGRITY.EXPERTISE.SOLUTIONS ,,x,x (JT111JM1'41114...T.eireT 1;•1•.,1, ,i!w41/1/.1/ew1v.,,eire1 x•44•A;J.,•yv,v�r+wlev,,eire, ,,re,,,, ,,1 , e,�,•:owet,,, .I i ,ti At ,1• dt, • Oo000 O0 _ _ ,.O FLOW 14-4V4141-4,44-•-..- 114 ,:;//,11;�:�*Oct•:�:f:ef:ei:�••!.��1!.�/ .��:I:R:?:Mt:!!:!.!;.;.•...,.....•Clk..,,..,/,.�•....VCI 10'-0”� e 1./'71' o 0 0.:o o°; 0 0 0 0 0 0( --moi �.....Vi•,.•a�!. i.i . MIN. ,, �. �- /. Q go �} tI • •• • 0000 o I 0000 ie:T 111;•,1.;!•• '4.1.--..'w �11;,�1�� `I•l D00000 0 - � 000000" • !�••••' j•���r•16111 11 •1. 1 .0000(00 67'-1" FV )000006 ' 01:'':4:?4' �' �'�a,9-4 �i•ale-t' t' D00000 oc .00000 ;1 11+111 1 1 11 VP "ppiripI 000 �o )0000oc i!,!L.v. 1i.,v..v1.1i1lei, • • • i• • • ( X 0 0 0 0 0 0 0 0 • 0 00000 ,v1.v.•�.,h4,v.,!,•1• ,ail" 1•a 1" I• I•` I•` I•a 00000t000000000000 )OOOOOC �•• 1004111•' i. �}a� ' 'J D 0 0 0 0 O S)d�S S�A.PL .:��5�! _ _ 0 0 0 0 0 0 ,�41,41(1.,,�/.,.,•, i l.....i••.•..•••4- :• .0.4k, i,•,1i0.11•,�'VA*,i1 0000000000000000000000�0000�0000000Oo00-0000000000000000`0000000000000( •,41'0..�,•x�4x?.144,vq;41;f4, ,,'x„13 1 1 i 1 •/ 1 ••• • •.••.•w,.�:�,••-,, -. ,, .•-.��:, :. :4 a•...4.a4�a, .•: ,4•„•,:..,•„•,i;VA ,Y :il:..••.•,:•-.•-.,�:�:4,:44.0,.:.!•r� . DOo0000000000000000000000000000000000000000000000000000000000000000 r.,+,;.,,,,f,1�,.,,,,,;_;1 ,,_, y_,;. y.,,,•1_,•,y.,• 1•/1•,_,;,1�,_,,,.,_•,.,.1_1•r,�1��1,+, 1,,,,,,v_I , 1 '''''''!.�_1 41 6 . 4 11 >•• .•. . e _ e • • ..._ea_e-_• _• :• _• _• _e. _e: ,�, ,+ _.• ,•, .•._ • • • •� •� 0000000000000000000000000000000000000000000000000000000000000000ooc •i+Irv.,.. .•n,v..,v.,vyl.N.1/.1._I '/.1 1}-1 1'.,! !w.,v.,v4,•,41;i..,'41f.1'i.1•iIf..1��..,y,1'n, .,•,•,„/+.,;,,,L,,.114, •,v.,�1.1 •,,,I,�+.,�q�+, � �a I �_�I 4 •,+44: v•r•d.•:•,+•: d•d •..•+.•.•4•••.........•..•..a•a••„•,•,•,•„•,{�••,•,•,•••a•,•,•,•,•,•,•,• �/�'�1.�1r''�`. �/•ae/ ' �000000000000000000000000000000000000000000000000000000000000000000 v1 v1 v .y.v. / _,.1._.• ,.,Oy/1,•/4,•.,•A,•JI,•4,•.,•1.,•,4,•/4,•/,A4It•/!,•1+,•11%4,,•1!,•!,•0{,•1,•(,1(,11,v.,l., _,%., _ 1_,•+1.,J,,;41 J" ' ' ik ' '_. � 0 0 0 O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 O O O O O O O O O 0 O O O O O O O O O O O 0 O O O O O O O O G I}•►.•1 .•.+'-1 -��1:-1-1�'!. +.••:l• _ _ _i S S I:,:4,I�,A,' ' �.�{eyl 5)5V�••5 S S S'..,!.,�:''I x- ,.1,0 1• . 91 +' C000000000000000000000000000000000000000000000000000000000000000000 ©COPYRIGHT20)7 V,41 111 1 1,•1,•1, 1,1'•10.1' 1 1' .'4 1w 1 1' •,-.0,-.10•06,,i101114.11 1 1.1.1 1 1 ''''.1, 1 1 1 1 1 1 1 1,i, 1'1 , , 1 •114.1.1,4 ' n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n :�'WC/0�,•'� •, ',/',/.,1�1�,\41 ,;/�1�/�,1./ ,,1�,�, '., 1 ,, ' , i '4 .4,411$01,07/•• •�1 i•'� 1 / 1 ,/ ALL RIGHTS RESERVED. •••���••• •••;.,•••••••••"�.,•••,�•••••••••��,•• � •1 •��• ••�•••.•�•••��• ,. •`�'•'•' THESE DOCUMENTS HAVE BEEN .,•1,•1,•1 1 1 1�•f 111i•1�•, 11,f11:1l•11( litteill 1•f.`4.fy/.•/,�,1141,,,11,1,J.J J1�.�111 !1/1,1,•If•10+.f 1f�, .. 1t'•'�4�1' 1' ,14 PREPAREDSPECIFICALLY FOR THIS 111 l,,IyA11/4U•/U,,. I1�/1,,•/%1�,,i,�.- . . .. a1•`1f•,1.1.1.+.11111!1.1 1 111fNI 1 1 1 1 - 1 ' ',' ,4'1• TYPICAL PLAN PROJECT ONLY.BE REPRODUCED OUCED ''•• .4 ••••••46.44•.•••i•{••� 1�•1•� • • • ,l • FLOW DOCUMENT MAY BE REPRODUCED 1.11 J 1 J 11111!111, 1 11 11 1 1 1 / 1 1 1 1 1 1 1 �,� OR DISTRIBUTED IN ANY FORM ...:? ,•,•.,•1v1,1.,.4,/...1.•41.,51.1,•••••••4•a'/ a'1 ,1 '1 �' v FOOTING ' ' ' • � WITHOUT THE PERMISSION OF IIW, BELOW %•••�0 1,�(, ,1 1 1 / 1/1 1 1 , 1 1�•�• •1••�••: P.C.ALL INFORMATION IN THIS '•••••••01.9•••••••••• • •••••`` 1r 1 ,� DOCUMENT IS CONSIDERED .,.'.''.1.1.1.111.,• •1�1•,•',milk/'i, 1,} 1.1 a 11)1.11i1,1 •.10•1 1 A 1! •. PROPERTY OF IIW,P.C. •°'..0411,','111,401''; ��'4' CONTRACTOR MAY CONSTRUCT TYPICAL REVETMENT PLAN SCOUR MIIIGATION USING EITHER OPTION. SEE NOTES I ON SHEET G1.3 FOR MORE INFORMATION. W LOW WL ELEV=50.3 LOW WL ELEV=50.3 Q QI SCOUR ARMORING • o OVER SCOUR - 7 w o •�e:sa �!„!.!.• SCOUR 10'-0” PROTECTION ct CD II,o w 111111:1 } 111`1 . ••••••••.:1 x.,41,49.7....- .- PROTECTIONIIM (UPSTREAM ONLY) W Z p < > 1 1. 1 1 / x: 1 II11 • _ TOP OF FOOTING E • �•►1.,•1•.P0"..1ti• • FLOW � I ��.�11111 SCOUR ELEV = 42.5 — m 0 < a 1 X1.1•1•'-'4,4'044 4414414 eltTi i;•1 .• ✓\ ✓4 1JJ�''t�1JJ.1,'�JI 1 11111111 111 MITIGATION FLOW 10-0" J H Z } O I Y�.Y,Y''� CV 11 I < F-- 1.1 e 1d 1 1.1.1.1,1•��.. .r1�IKrK�i�t�f1� 1111 �--��/ EXISTING:` •..I-.'"0.1.1 1`.'P 1;�1 a o•i1t-�1-,J4, .1.•1!�:;4�,r1,1' .1s...--:...,-:.. 11111111111 —, > Q I- n 1' •••�+��•••�!�;.1.1.1 J�•! ,!•J1•!4!•R. 1 cV L: EXISTING 1111111 — Q t- `:.,::.•{:.: STREAMBED _ �h�i STREAMBED .:.*".....-::'-.1.2':.•••/......,-.....•••'...••.-:... .:.-•;... ,. , •.:. .. ELEV 34.3±{- STREAMBED' � Q � a 1, 1.. w -- > - O �I .a .. T��_�.�__.^ _,� ,: ,...:.a_r:.•:_t:' STREAMBED :i1 ,.:' ..�• ♦ = - ,. ....- ._ ..:, ...a,... ..a. ... .. ELEV 34.21 _ PIER #1 PIER #1 ,_-(n O = EAST ELEVATION EAST ELEVATION 0m. o U N a ❑ j V ec N O CL J 0, 0) . , oo ❑ m rr 1- LOW WL ELEV=50.3 SCOUR ARMORING LOW WL ELEV=50.3 . . . . ry w o 0 g OVER SCOUR p o PROTECTION = o O O SCOUR FLOW 10'-0" (UPSTREAM ONLY) ? irr,�.ri;�i••Rit;►v4}7,4,_,..r,-.. SCOUR aJ c ••... • ..••.• PROTECTION '_�� 1xJ��_1 1.1 1'�Iy 11'•Iy1'•�'•P•1'•1„•1,•. IIIIIIIIIIIII MI11GA110N o c°� 1101.■._ TOP OF FOOTING •5,S••S.. P �J��J�..��JJ� ■q1 ELEV = 42.5 s,`0• I �1 -1 1�1 1 1 1 1171 • 1l 1 1V'� fV I 1 0]W .4 •4••..Oii ..,.,r"a•. 1 . A1lI ikax h6I �1 111111111 Flow 10•-0" 3 • • �J ` — I.. ..':.. • 111,/014,1,,,,,,�..•,..41414,4•1414.04.414.414.414.4144,4740:1,411.41,...• . .111.11.,....4l j:1'-S', N m i :,� :-.y;. � 1111 •. .,•••••4,.•;•• ,6• ..� x..11/'1.1•. 1.. `' ... .::, .:' 1111111111 0` N 1 EXISTING E. ` 41,,•,, 1,o.•1 1 1 J 4 1 I. EXISIING I ELEVSTREBED >I STREAMBED: I I: ELEV = 37.30 o N l STREAMBED W W d ww ❑ STREAMBED a. Z j. . ° S a Ce rt ELEV = 37.31 J PIER #2 PIER #2 cn 'W . . . 'E 0 0 C V'0 EAST ELEVATION EAST ELEVATION o a� o Sheet No:f STONE REVETMENT OPTION — FABRIC FORMED CONCRETE STRUCTURE REVETMENT OPTION — SCOUR MITIGATION DETAILS SCOUR MITIGATION DETAILS C2.2 BASE BID BID ALTERNATE 1 Project No 14195 11W,P .j DETAILS ON THIS SHEET SHALL BE INCLUDED UNDER BID i • ALTERNATE 2 AND SHALL ONLY BE COMPLETED UPON EXPUCIT W WRITTEN AUTHORIZATION TO PROCEED FROM THE OWNER. ARCHITECTURE 0 10" 0 10" CIVIL ENGINEERING #6 DETAIL CONSTRUCTION SERVICES REPAIR A REPAIR ENVIRONMENTAL ENGINEERING LAND SURVEYINGMUNICIPAL CONCRETE t6 0 CONCRETE STRUCTURAL ENGINEERING 10" E.W. CONCR TRANSPORTATION ENGINEERING CONCRETE INTEGRITY.EXPERTISE.SOLUTIONS if t Tat t- ,K . ;<'y'E. ::t1>;- ,ra•C.,4 I T 40`......01..e v4A V ...),,fS-+,4:5 Yr1; s xr .._+;. k}'�" l ,t,�Xt -L. e;g Z �G 'i''37 1xp '96;S "'1 .A; a .., i m 3,A r ,'- a y ti, e,1 4 ':�3.lf •r�.'¢F... ;, �,!S'�!D.. �'f a. tF L livi -44, i,< v`"�•t,t"rt- ,t L.41:: J >} ..eyYF.E i VA -•'�4t.' .F + Pt Yr�I ~[u,E( .< ;•S ��-et:C� �'''. T .1, .aat G.L .�h i„pi. I air2,7'� r - e, iwv. r 1�•>T. t� y�ys� }. � Yw e�'�., �' �f' (?�i'� < ��r t� ,�+?. r�y,,'4 S � x,•a�-s s i�`� T r;ti2i:�a ' 't� �t:'3�.3:,a ':ti4�`.fae�,.`,.'+?"" sci� z�;`.,�A'•,.Ytrfi.'+r,'{`ii *}xj,t ,,;ywreS•,rxY �_ 0 I 6 8 �v`'��'?:l2.sef:�;••'a' .r vta.F�s.=a•., t 1`.;5, 7.Y;ti•).•sx.,f. ?:.t9l. -r•-•. 2:, 7 .,.,,_k•` rf?..x'`3 .G�. ✓"-i. .Yxs ,H` I F0011NG ,.,-..„.f-6-"r' !lt1:'-c ,f. ,nx.�'Y_ 4r: Y/f`.; s.. i,(���} 5,,,N ���E' a. L.a . °0.f -tl�i.•� �t'` 3 fre � I t•a.�•ti i ey J- s .fit A �•� _ t �F' '.5;b`- aw �M V • ar--t J,,� h- - � • ;1 r�Y _.- i 2 �� Y 1 'i'� 3L 1 } t,C r' a '�r ;{,,,..'..--_,..:‘,..4- 45,-,•t• 1 a Lr.. lam'' y) , wwq , {3'7 Y '17.4,,t d; ;ya.�.•,_ 1..,.' . " .� s .- '� , +Iv<. .N 'Ww.. ,�.n: .;r.. 3:,.'":57:y:. :r Tt`�1..'i �, ;,,,,;,,,, ?-�:.`^A;n:. x`e 1 `.6,.`!t_'r_r�_ sit Win...°-•E7`.:� .. •T;4 4^•<+L:i.�, s^e .. ,L,+ .'. t•• ��I n _ ..:. NIMINO SEE BASE BID FOR PROPOSED SCOUR MITIGATION. SEE BASE BID FOR PROPOSED SCOUR MITIGATION. SEE BASE BID FOR PROPOSED SCOUR MITIGATION. ©COPYRIGHT zotT TOP OF TOP OF ALL RIGHTS RESERVED. FOOTING FOOTING DOCUMENTSTHESE SPECIFICALLYVFR BEEN THIS WEST ELEVATION NORTH ELEVATION EASTPREPAREO ELEVATION PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM 1MTHOUT THE PERMISSION OF IW P .ALL INFORMATION IN THIS PIER #1 DOCUMENT IS CONSIDERED PROPERTY OF IIW,P.C. z 3 N x COO o #6 0 10" J DETAIL #6 0 10" REPAIR A REPAIR Ni_ CONCRETE 06 0 REPAIR CONCRETE LL.I II-1s 10" E.W. offCONCRETE HQ U CC R, girl — / -‘11 c • [r . T t :, L t- tl !� S> A Z < m O < a 't'''- 4,.,..,,,,,,„5,.., 'rte•% %'1' ..5ti4-;" ',r ra;E r k a •.0: 4k4...e its: ,}V. _ .•»_ ;y �v-71;,^� t�.;;.) LU } 3 g 7 ,'t ,r . a..G.= = i { 11111- t 43f�r'i-, s .t` ��'�'' r" �", yT Er„t t`Y� a 01'' .< , f' : w , y 3' , �' t f 1 1'j ;. . - y, T y`r' � ", xl O..r^nka' ° 3t r� T� �{� ,r , 5 F +e+ di` �u i a1 * 1 p�u�t >ti�. J 1 0 �•rt�r,:':�z'•ti5:�:���SYx. ��'�:.57r :iF':Sr.�'.: :�"'e�.E3{3.��.��C. �„'�7.`'�^��A= w w Z �,w: :u..a w- ,F, "v .s. � ..S$. ,. - zj F OTING `� ,.3 ". * Y. 1'4� ' '. r '�'. r: „ .:'a r. - �Y r j Q U ~,•K ,,•' < ri O '✓' �”- rw 8"r • t4 I ,_ --t A3 i LLJ Q , ,''l- . ` 4 , s F.q= 't.:,;£ ii f amu ' : I E1i. .'. 'a , .,,v5 -' i" s, , oice._ :'yd -a y:y • • °`4 r. .,. _ ' �i �'•Fr .. s" �+:,, a�- ` �- 2- k.....4, .c. s P 'r3_ }iq�yr• a it3�r ivJd +:..,W.. i • 1 ��•1�'ter' x,..-- •iK� ,v$. ...,,,c F . s••l • 1 ,i*i �:f...„'�; Q o j IIIIIIIIIMMWM SEE BASE BID FOR PROPOSED SCOUR MITIGATION. SEE BASE BID FOR PROPOSED SCOUR MITIGATION. TOP SEE BASE BID FOR PROPOSED SCOUR MITIGATION. m Z s TOP OF FOOTING FOOTING WEST ELEVATION NORTH ELEVATION EAST ELEVATION a OU g N ❑ j 15 PIER #2 0 d 6" MIN a FROM SOUND (J.) �' CONCNI . . ❑' o ❑ m r N- r TOP OF REPAIR , dcZtoo ELEV = t 53.0 FV o 0 0 0 U Pameilli V EDGE OF FOOTING coo #6 0 #6 0 BELOW REPAIR ❑U 10" E.W. 10" E.W. A CONCRETE #6 0 10" E.W. IIIm�° AT ENDS m r ` N C 0 N O 75. I A I ANCHORS 0 MAX REMOVAL o ° 2'-6" O.C. MAYBE VARIES W �, o I I USED TO ATTACH a z LU LU REINFORCING —` T 67—1" FV I STEEL AND FRAMEWORK 1 �_r 2 m _,o_ w w L � `�u . u00 J TOP OF FOOTING o a e is ELEV - t 42.5 FV Sheet No f TYPICAL PLAN C2.3 DETAIL A Project No. 14195 11W,P .J 11w 0.-0-. ARCHITECTURE :4;:,,-!.-- -kit... . ¢ CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING - - iI t LAND SURVEYING J ' � ' - r, k;•` - - MUNICIPAL ENGINEERING ,,,, • STRUCTURAL ENGINEERING 17 - _ - -'r TRANSPORTATION ENGINEERING • i' •* INTEGRITY.EXPERTISE.SOLUTIONS A 30 X1'111' ., � •'. __ -.- . ilk + -,-,:i. .-:,. - 17 ,4,-10111.0. c-P1577 .75,-,-.• • i a _ - RESERVED L RIGHTS " " -,41. 6;',.‘7.s4 �' THESE DOCUMENTS HAVE BEEN " "!.,.5 '7 f r, -• - +.. - T �'• '#4-14•••,,;; `• -O, :y PREPARED SPECIFICALLY FOR THIS __._ ♦. - r P _ i : . , • - f 4� '�' PROJECT ONLY.NO PART OF THIS ` .- \ r•+�5. �' - :` ^.-y_' - DOR DISTRIBUTED INMENT MAY BE ANYORM REPRODUCED _- _ 1` - �.__ ___. ____-; _ �.. PERMISSION OFIIW. -•_ -.:-_:------ _... _ _ -���O� I'�- WITHOUT THE ____ :, C':^ -- .. -... -r --. P.C.ALL INFORMATION IN THIS ---,r.._.r -. r—-• ___ _ _ _ _ .. s.:. _ . _ -... _ DOCUMENT IS CONSIDERED c - - -- •" PROPERTY OF11W,P.C. �� -: :...�:�-'— :t Tom. _ _ - ,a_: - �_ - _ _ ._ - ^';-w_�_ .•,. - 3 �. • _ IOWA AVENUE BRIDGE LOOKING SOUTH I IL 1Y 0 w W oa > 0 COO < K1 CO O �O ZF - IL > U 2 -''I- Q O w I k_ .�` ' ` 0 0 *Celt 1..X 1S1 .r---.�.,-- • . u g -.. : MMIIIIIIIMONIIIMIMPIIIPIRMIN ,,,k a:.T5_--�- ' - " -. d .40 cn cn - 000m 47' �' 2 sootest • � t 0 m LL { . ,; 0S o a _ 11111111111111W- +ws, " U- - .,. • CT< 9u � w w o' E In 55 Z w w v cc a w w -.ee cc d •V J W W N m Q ' m Z III PIER 1 (WEST) LOOKING SOUTH PIER 2 (EAST) LOOKING NORTH Sheet Nol C2.4 Project No. 14195 ye ( z) Prepared by:Scott Sovers,Senior Civil Engineer,410 E.Washington St.,Iowa City,IA 52240,(319)356-5142 RESOLUTION NO. 17-39 RESOLUTION SETTING A PUBLIC HEARING ON FEBURARY 21, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION 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 Annual Bridge Maintenance & Repair account#S3910. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. 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 21st day of February, 2017, 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 7th day of February , 20 17 74f-- OR Approved by ATTEST: AA `� � D "ZICITYVCL`ERK City Attorney's 0 ice /�yl' pwenglrnasters'setph.doc 1/11 • I Resolution No. 17-39 Page 2 It was moved by Botchway and seconded by Cole the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton r Prepared by:Scott Sovers,Senior Civil Engineer, Public Works,410 E.Washington St.,Iowa City,IA 52240 (319)356-5142 RESOLUTION NO. 17-58 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST 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, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Annual Bridge Maintenance & Repair account#S3910. 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 post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 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 3:00 p.m. on the 14th day of March, 2017. 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 March, 2017, or at a special meeting called for that purpose. Passed and approved this 21st day of February , 2017. M/ R `� \\ Approved �/by ATTEST: E vT o�0 _u'�Vuex..vlYrdkefj tti— D CITY CLERK City Attorney's Office 2.77/,1 Resolution No. 17-58 Page 2 It was moved by Mims and seconded by Thomas the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims X Taylor x Thomas X Throgmorton Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, February 23, 2017 4:40 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 2.23.17 Notice To Bidders 1-2.pdf; 2.23.17 Notice to Bidders 2-2.pdf Certificate The undersigned, being first duly sworn on oath,states that The Construction Update Plan Room Network("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa,with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned,the duly qualified and acting President/CEO of the CU Network, and that as such President/CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City Curb Ramp Improvement Project 2017 City Of Iowa City Frauenholtz-Miller Park Project 2016 City Of Iowa City Iowa Avenue Bridge & East Bound Burlington Street Bridge Over The Iowa River Scour Repair& Mitigation A printed copy of which is attached and made part of this certificate,to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation,on the following date(s): February 23, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. U4-0( February 23, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long—Project information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d) 515-657-4400(o)515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsm@mbionline.com (w)www.mbionline.com Find us on 111, Protect Information Follow us on Social Media! ad Facebook i a • IowaBidDate.com 1 •w NOTICE TO BIDDERS IOWA AVENUE BRIDGE & EAST BOUND • BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION PROJECT RECEIVED Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 14 day of March 2017. Sealed proposals FEB 2 2 2017 will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 21 day of March, 2017, or at special meeting called for that purpose. The Project will involve the following: Repairing scour damage to the piers of the Iowa Bridge and East Bound Burlington Street Bridge over the Iowa River. Bid alternates Include the use of fabric formed concrete sturcture revetment and concrete encasement of pier columns. All work is to be done In strict compliance with the plans and specifications prepared by IIW, P.C., of Dubuque Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council, 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 I be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date:December 1,2017 Late Start Date:September 1,2017 Liquidated Damages:$500 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 Department of Public Works, Iowa City, Iowa, by bona fide bidders. A $30 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. A refund will be issued if re-usable plans and specifications are returned to the City of Iowa City within 14 days of the project Award date. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City,Iowa. JULIE VOPARIL, DEPUTY CITY CLERK ,62o I . IOWA LEAGUE Qf CITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders Iowa Avenue Bridge & East Bound Burlington Street Bridge over the Iowa River Scour Repair & Mitigation Project Classified ID: 102201 A printed copy of which is attached and made part of this certificate, provided on 02/22/2017 to be posted on the Iowa League of Cities' internes site on the following date: February 22 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 2/22/2017 (113 3-76LiAr Alan Kemp, Executive Director NOTICE TO BIDDERS • IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 14 day of March 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 21 day of March, 2017, or at special meeting called for that purpose. The Project will involve the following: Repairing scour damage to the piers of the Iowa Bridge and East Bound Burlington Street Bridge over the Iowa River. Bid alternates include the use of fabric formed concrete sturcture revetment and concrete encasement of pier columns. All work is to be done in strict compliance with the plans and specifications prepared by IIW, P.C., of Dubuque Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%) of the contract price, said bond to be issued by a responsible surety approved by the • City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date:December 1,2017 Late Start Date:September 1,2017 Liquidated Damages:$500 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 Department of Public Works, Iowa City, Iowa, by bona fide bidders. A $30 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. A refund will be issued if re-usable plans and specifications are returned to the City of Iowa City within 14 days of the project Award date. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City,Iowa. JULIE VOPARIL,DEPUTY CITY CLERK 3 (?3 Prepared by:Scott Savers, Sr. Civil Engineer,410 E.Washington St., Iowa City, IA 52240(319)356-5142 RESOLUTION NO. 17-79 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION PROJECT. WHEREAS; Superior Seawalls Inc. of Illinois City, Illinois has submitted the lowest responsible bid of $247,155.00 for construction of the above-named project; and WHEREAS, the bid includes the base bid only; and WHEREAS, funds for this project are available in the Annual Bridge Maintenance & Repair account # S3910. WHEREAS, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. NOW, THEREFORE; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project for the base bid only is hereby awarded to Superior Seawalls Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 21 st day of March , 20 17 M OR Approved by ATTEST: 1, ACV a -AlkrvArad 964 � CITY CLERK City Attorney's Office 7/rs11+7 It was moved by Mims and seconded by Dickens the Resolution be adopted, and upon roll call there were: it Resolution No 17-79 Page 2 AYES: NAYS: ABSENT: x Botchway x Cole x Dickens X Mims x Taylor x Thomas x Throgmorton pweng\masterslawrdcon.doc 3/17 E LO_Pcc_ra JLP ET] riff] PcPrJP�rJ��PrJ�rJ�rJ�rP�PrP�PrJ�rJ�rJ�rJ�cPcPrJ�rJ�rJ�r�rJ�J@PPPJ�JJ��rJ�rJ�rJ�rPrJ�rJ�LiarLP PcfO 5 5 4LIINSURANCE 5 5 POWER OF ATTORNEY No. 9 0 2 5 5 Notice: The warning found elsewhere in this Power of Attorney affects the validity thereof.Please review carefully. 5 Know All Persons By These Presents,that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa,and having its principal office in the City of West Des Moines,County of Polk,State of Iowa,hath made,constituted and appointed,and does by these presents make,constitute and appoint Jeffrey R. Baker,Nancy D. Baltutat, Patrick K.Duff,Mark E.Keairnes, Greg T. LaMair,Joseph I.Schmit,Christopher R.Seiberling,and Jill Shaffer of West Des Moines and State of Iowa its true and lawful Attorney-in-Fact,with full power and CS authority hereby conferred in its name,place and stead,to sign,execute,acknowledge and deliver in its behalf as surety any and all bonds,under- takings, recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall notexceed the amount of: ****************Unlimited Amount**************** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company,and all such 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 By-Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1998. 5 ARTICLE VIII,SECTION 4.-The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and to authorize them to execute on behalf of the Company,and attach thereto the Corporate Seal,bonds,undertakings,recognizances,con- tracts tracts of indemnity or other obligatory writings,excluding insurance policies and endorsements. 5 S ARTICLE VIII,SECTION 5.-The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII,Section 4 of the By-Laws. Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed,this 10th day of May , 2016 V IMT Insurance Company — / Sean Kenned ,President C7 rS _, �"" 5 WARNING: THIS POWER IS INVALID IF NOT PRINTED WITH RED BORDER i tE LO 0'3 � STATE OF IOWA ss: 5 COUNTY OF POLK 3'.> EV S ff► On this 10th day of may , 2016 ,before me appeared Sean Kennedy,to me personally known, 5 who being by me duly sworn did say that he is'President of the IMT Insurance Company,the corporation described in the foregoing instrument, 5 and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of West Des Moines,Iowa,the day and year first above written. SETH CARY 4 COMMISSION CISS 7E> S9 +, �/ 5 bra NotaryPublic,Polk(Zu S-�- 1 D/7nty,Iowa CERTIFICATE 55 I,Dalene Holland,Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY,executed by said the IMT Insurance Company,which is still in force and effect. _ 5 n Witne s Whereof, I have hereunto set my hand and affixed the Seal of the Company on .$ day of 5 4�% . 20 17 +^S &QQ,�.Q/lk. belt . tJJ w( Dalene Holland,Secretary 5 SY 06 06(01/07) C5 O,rJ�r PrPrJurJ�clEfrJ�rJ�cPr�r�rJ�rPcPrJ�rJ�tncPcPrlcP PrJ orJ�rJ�rJ�r l�r�r PrJ�r��rJ�r�cPrJ�rJ�r PrJ�rJ�rJurPr�cPrJ��cl�cPrJucfc PcPc frJ�rJ�rJ�rJ�rJr�cPrlcl�rJ�rJ�rJ�cPrJ�cPrJ�c!r PrnnPrJur��PcPcPrJ�rJ�rJ�cPrJ�rJ�rJ�r FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Superior Seawalls, Inc. ("Contractor"). WHEREAS, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 20th day of January, 2017, for the IOWA AVENUE BRIDGE & EAST BOUND BURLINGTON STREET BRIDGE OVER THE IOWA RIVER SCOUR REPAIR & MITIGATION ("Project"). and WHEREAS, Contractor submitted a bid on the Project described in said Plans. Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this Agreement for the construction of said Project; and NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $247,155,00 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers N/A : attached hereto: b. "Standard Specifications for Highway and Bridge Construction.'..Series of 2015, Iowa Department of Transportation, as amended; c. Plans; ill d. Technical Specifications and Supplementary Conditions; ._ -73 e. Performance and Payment Bond; ry f. Contractor's Completed Bidder Status Form; attached hereto g. Contractor's Completed Assurance of Contract Compliance Program (Anti-Discrimination Requirements); attached hereto h. Proposal and Bid Documents: and This Instrument. AG-1 .j / 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 acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name Quantity Unit Price $Amount GOE International, LLC 1 $1O.O011QO $10,000 Oa N 4. Payments are to be made to the Contractor in accordance with the Supp rnentary Conditions. :7-'—i 7 ° )-< N r -=rte (=, :.<mrn DATED this 5th day of April , 24r tv ry city Contractor By By al 77. - ,_______„ ,,, ----%-- - -- Title General Mana_er yor ATTE T: ATTEST: rill. ,/— Br t‘_./f.e_ .(,t./; i le Vic Presdir0.erations Deputy City Clerk ( o ' .any Official) Approved By: . c%, ,, Atvg-,-1,-vv-e-WitkkAga-k, City Attorney's Office `i/S/'' AG-2 PERFORMANCE AND PAYMENT BOND sY90255 Superior Seawalls Inc dba Superior Seawalls & Docks , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and IMT Insurance Company (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Two Hundred Forty Seven Thousand One Hundred Fifty Five&00/100 Dollars ($ 247,155.00 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. n �• WHEREAS, Contractor has, as of 4,, ,_./ S , Z.C)i7 , entered inl2 < (date) rn Iowa City Bridges Scour written Agreement with Owner for 8^p-ir n Mi*ig=ti^r Project; and N0 WHEREAS, the Agreement requires execution of this Performance and RaymeikBond, to rn be completed by Contractor, in accordance with plans and specifications prepared 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 determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS -� DAY OF 4p,1 / 20 f 7. D .M.. IN THE PRESENCE OF: c,-< -- -=+ -.I Superior Seawa Is Inc dba S.. '.r StwalitiDocks (Princi. N Air s 4/Mgt' Witness (Title) IMT Insura ce Com•an C. i Witness I Shaffer 4itle) Attorney-in-fact PO Box 1336 (Street) Des Moines, IA 50306 (City, State, Zip) 515-327-2777 (Phone) PB-2 3d (3) Prepared by: Scott Sovers,Sr. Civil Engineer,410 E.Washington St., Iowa City, IA 52240(319)356-5142 Resolution No. 18-3 Resolution accepting the work for the Iowa Avenue Bridge & East Bound Burlington Street Bridge over the Iowa River Scour Repair & Mitigation Project Whereas, the Engineering Division has recommended that the work for construction of the Iowa Avenue Bridge & East Bound Burlington Street Bridge over the Iowa River Scour Repair & Mitigation Project, as included in a contract between the City of Iowa City and Superior Seawalls, Inc. of Illinois City, IL, dated April 5, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Engineer's office; and Whereas, funds for this project are available in the Annual Bridge Maintenance & Repair account #S3910; and Whereas, the final contract price is $249,618.74. 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 2nd day of January , 2018. .4 hill Ma r Approved by ATTE T.,: .e-e—P-e—P Acyls. Azo, ,nzi ufu4.. ity Clerk 6 City Attorney's Office 7y/ -I,7 It was moved by Botchway and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway X Cole X Mims X Salih x Taylor x Thomas x Throgmorton Pweng/masters/acptwork.doc 12/17