Loading...
HomeMy WebLinkAboutSEWER SEPARATION/BROOKLAND PARK (2004) SEWER SEPARATION / BROOKLAND PARK 2004 - - -- ----- ------- Rutf I of- _~ S\e_w'e K- S'c (0c<,rcd-ic~ "Brook....L:L"'-L-t.. 'Hx.rK. - .;2co<-t 'J?e...s=l=i= 04- -Cf /,~__u .. , . (., -A-pf. -04- 8e...tbvlt)CL P-l.-L-lo-({t.. hULrilVj 00 plCLv:LS j 5Pe r c,) ~ -\;(yy\ of Qovcl-rClCi- c;__rd U3-l-iI'VLCCf-G of ('DSt -61' , -i--he. co\'\s-tn.zC:~:ho-VL oL ~j--he. brc)okb-f\.d .-PQLr!<......., S<v--'-.,€-(' . Se...p-o,--rG~+iOYl pfDje...c..+-/ di ('(..e:h Iyj C'~ QC-e..~K -+n pt.JQ.Jj;sJ~. - _1''lo11L-e--- O{-' So~d )'\~r i '4 ) cu'\o\ . ,ell N?..L--hY\Lj --t-be. - G-t,j bl V\-e..eJ' -ID p I~ Sc'<-LO~ ptCLnS 0 G_-fi \e., f.f;; pLL \1' c- j n'3.pLG -+,?:JY) , - - - ._-~-----~-~-- \1-\ -- A-p~ -o+- dotice- _ af pL<..biiC_ )1€.1.lil I~ C-..c.\vJ...'''2J '?~...,\ v\ ~->\,\;"-,,-\-:,,,) -- -- I 5 - \\.,,' -- Q1..\ q\ ""''':' - "''''~ ~~-"--<:..\'\\ c..c...\',,,,,,,:::. \ \.?,,"'\"~"'\ ~~~ C__5""'\"='<"\."--~ "' .~ s\c- ~ """ c,. \..~ a~ C~~d' ~v- ---\-"~-"--- =.b {" 0 Q \., \ o...",}.. \' "'-" \,,_ _2) "'- \>J "->r S"-~o....."\.-I:;()", '<f'''~Q....~ .. - - -- dD -APt<.- /)<\, 1{J2.'50!u.-1-:on D4--:: / /9 ClfproJJ'/ng plo.n s! :2,p e. (,-r, elL -t l u,,-s / -1'0 v-v>-t of c..D~C<..e-+ f. e&-I-: rnCi:iL 0-+ <::.o~ -kv- -I-h42 co ns+,.,u..c:+; 011 uP- +-h.<1. I r . - ,- - - - 6I"od</ecnd. Rrk. Se.w.<1Y S~PQrC<..--\.:' 0",- B'bee::f. ~'S..+Qh!>J,', n2) wnov..n+- 0+ b:l-siCVr-~7- -to_CAc<;ornpo7 ea.ch .b;d I d;rec-l-i,..,~ C'+r O/.../<..-!o pu. b fish acllJ"v.}'.s~rn"d -+:0< b;ds [0 j::'x;n;f '+;f'Y1~ CcV\4 I. plMe J.oy 1.f'Ce',P+: o-fl,;ds. __ . . Q.3-~r-\.)1....\ \:\l ~"r blJ..s ~ov- ~f'''o~.\a.\..\l~<>.r\. .s....",...r ~fV"l.~\o,,~r"~,,-ct C',,",o"".).'~j ~."o~ <>'11'",=,u ~~: o~ 0 ~ ~ -rAA'-t -crp'+ 4.dd~u-/I\.J.-;rJo . L_-= _ Q.~ I ~ '_ f2-- . Se.po--f'CL-+JCfV\ ~cjec--*= - ---- _u ______ .. -- - - - - - - -- _. . - - - -----.- ---- ------ PQ~ R. d.. of ct - s:, ewe" S-eF'('Q+',ol\ '13 r"~ lc.."d'?c<.<' 1<- ~ d.dJ4. /~- ~-D4- T-\eso/lt..f.;{Jn 04- - /'51> Qt<4rcL ""} c.orJ~ ~ CU.L+ ho rl~; h} ..Jh-e. ~ov . +-0 si5Yl a.rJ -i-~ Cl. Cre>,,!<- -Iv d,.J- a. eorJrcd-.4'vr cons+,.r.<.e.-+;",- .D+ ~.e. !3rovklc..rd Po...../I...... S~wu" 5~p(;;.vc.J;U>\.. -Prcje.d--. Q0- My_ uil ~Of2 tv\. at 4COYNVYH.~ ( B-opomQ. E , ZCl-Se.p-a+ +=" vL.(:)Y1 eo e r~ ~,oOI+- oS~Ocr-D1 . K-<Z6Dll.{..+i",", 0<1-;).7/ C\cc~rin'J ~ ~rk. +t>r +he 15rc>Ol(jo.."'4 .~re S~.v~y" SQpa-rct.-1-;~ ?rojd.. . . L;, c\(~ Prepared by: Brian Boelk. Civil Engineer, 410 E. Washington Sl.lowa City.1A 52240 (319) 356-5437 RESOLUTION NO. 04-91 RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE BROOKLAND PARK SEWER SEPARATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 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 20th day of April, 2004, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City ClerIc 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 6th day of Apri 1 ,2004. &;~/ eJ. ;#-P - _ _ ayor ATTEST:~h':'~ < ~ City erk . Approved by: /~/~~ 9~/"(71 City Attorney's Ice q/ Resolution No. 04-91 Page 2 It was moved by Champion and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn . it( NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE BROOKLAND PARK SEWER SEPARATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Brookland Park Sewer Separation Project in said city at 7:00 p,m, on the 20th day of April, 2004, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 E, Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons, Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK .-- -- . - Printer's Fee $ \ L-,~"'"1 0 CERTIFICATE OF PUBUCATION STATE OF IOWA, JOHNSON COUNTY, SS: OFFICiAl PUBLICATION THE IOWA CITY PRESS-CITIZEN NOTICE OF PUBLIC HEARING. ON PLANS. SPECIFICATIONS.' FORM FED. ID #42-0330670 OF CONTRACT AND ESTIMATED COST FOR THE BROOKLAND PARK SEWER SEPARA- I, TION PROJECT. IN THE CI1Y OF IOWA CI1Y. IOWA TO ALL TAXPAYERS OF THE CI1Y OF Linda Krotz, being duly sworn, say IOWA CITY,' IOWA. AND TO OTHER INTERESTED PERSONS: that I am the legal clerk of the IOWA Public notice is, hereby given that the C!ty Council of the City o~ Iowa City, Iowa, CITY PRESS-CITIZEN, a newspaper WIll c:on-d,uct a public hearing on plans, specifications, form'of contract and esti~ published in said county, and that a mated cost for the con.-struction of the Broo,kland Park Sewer Separation notice, a printed copy of which is Project in said' city at 7:00 p.m. on the 20th-day of April; 2004. said meeting"to hereto attached, was published in be held in the Emma J. Harvat HaIl in City said paper J time(s), on the Hall. 410 E. Washington _ Street in said -. city, or if said meeting is cancelled, at the ne:4t meeting"of the City Council there- following date(s): after as posted by the City Clerk. i Said plans. specifications. form- at con- ~f';l l ~ ').()O ~ tract and estimated ccist are noW on file in the office-of the City Clerk in City Hall in / Iowa City, Iowa, and may be inspected by any interest-ed persons. . Any interested persons may appear at said r'!leeting of the City Council for the 0~ purpose of making objections to and comf'!1ents concerning said plans. speci- fica-tions, contract or the cost ot making said improvement. Legal Clerk This notice is given by OrdEH of the City Coun-c~1 of the City ot Iowa City, Iowa and Subscribed and s~fore me as pl'OVlded by'law. CLERK MARIAN K,. KARR, CI1Y this ire{ tA day of / A.D. 200 <( . 55384 April 15, 2004 e~~. Notary Public fA) ORLENE MAHER Comml..kln Number 715848 My Commls.lon Expires ,.. Ap~12.2005 " , ' . , r Q 0 0 ~ a OJ 0 ~ :J cJ~ ) 1 ~i~ i~ ~ .., ~ 0) ~ I "'C 0 (lJ I en Q fTl J~ ,f ~~ ~ 0 '0 2--0 t/'--.j'r\ Ul P \ s~)I ~ --l ;0 0 ~ lJ1 ~ '" :>> - < ~ - +:>>0 ~ G_ - ,~ Q) ~ ----0 ~ I ~J I ~ ~ ~ J ~- ::J ""-3 :::,.. ~ \ --- ~ ~ G~ 'U a C. ,/ ~ I~~ ... "'tl u ~ ~ ~ ~ -I--~-- b ~~ -~ }> g ~ S ,r c:i T; ,-., ,"Tn", C:1i I:t;': ::J ~ -c ~ ~ ~ ~ ~ Q) V:l ~jpHPPH ~ E ~M:Z:~iJ1i:~I~ r .., i~8!"F1i~ i !l..... ~:J: I: ~ ~ ::v ~ :III l5 ~ ., 0 '" ~ ~ CD oao~1 ~~~~ on ~ 8'" F ~ Ji~nJ ~ <><~ ~ ,., ~ g ;! to ..... ,., ~ Z Z ... o ~ ~ . ~ ~ ,.- ~ g ~ CD \! 0 ~ . ~ 00 ::J ~ i a. II ) F I (J) ~~~qll410""'~D U*O;:I 00 n i 0\1i CD .0 ~~ ~ ~Q ;; ~ Q Q ~ ~ ~ ~ ~ ~ ~ S 1i ~ ~ ~ n ~~ - I: .. ..... ... !! ,., :01 c ~i I ~ !f l ~. ~ ; i a ~ a ~ 5!l ~ ~~ g ;'" ~: ~ i ~ ~ ,., ~ ..... ~ Z j @ 2 ~~ ~~ ~ .~ .~ ~ ~ ~.~ g~ ~.q MM ~6 ~~ ~ ~ ..... ~ 0 'tl .... 0" .~ JI'i :III PI ::v:;r:: z ~ CD ~~ ~~ ... ... C'i 0'" ~ z::v z ~ "" .. ~, ~ i ~ i g ~ ~ ~ ~ c .., ~ ~ . ! I 1111111111 ~m. i I !!l1ll<O:1E~"'''''''''''''' i~g (J) , 1III1IIIII .-.-.- i I CD Z '"U c:n -i '"U c:n (j) ::! - -c (j) .............., P)oi>>Sllo<Dd ::J ~. ..., :::::t :S. ..., :::J CD a. z ~~"", \ CENSfl) "" ::>3-.::>3CD m... 6(>~if\t} lO 0 co in en CD m'" c:no c:n-:J' Q) ]I:! '"UCDolj?CDzCD >< ll> ::;; ::> _ ::;; 0 !S. Z~ ", "R,- :J CD :::t f>> CD .... , \........ .......:.../ (J) ..., 0 = ..., (I) (j)~ .....r.1jNI~~,.....' '"U - l/) 0 .!" I .............. ll> !S. 0 .., I i ~ f~g 1 ..- ::> !E. 0 . .. 1Jl - ::> if I . . " .,lh 1Jl _ Q) . I .{ ll> i . . i.ii 0 !f!!, t~" _fir .- i" ,-I ll<> P - . i t ~ i3l 0 ,.-t- .. : I! jl. c "lMO\ ')\1\'J ''IN\O\ i . " ;rt ~ · l' ll> . : ~ t . ::> ~ - I ;\ { ;:;: 0 'i\\JJ1'J H\'J ~ ~ - ~ ifg fir ~ , f1" l/) ~ . ~ ' ;': 92 :01 \W S \ Bd~ I,GuL ~ . fi 0 ~ ~~ 2!;i ::J n ~. Cl) n31\:1 o ,ti , ~ UJ J\) ....... .".. !Xl ..... 01 t j \...- ~ . ~ . - . Project .. ~ f Bo..Jdiood Pmk Sewer Separatioo - . .. ._-_._-'- ...-. ---- ---------..--- m )> I JooO)>"'O-....l ,,"'0> >-HI' b~~~~~ !" "lJO-t 1TI "tiN Z zr'H/J OOUJ(Il!:: (IlOUH"'~ :;;: - N - z en :::0 ZOZ:::O' --<' Z",. >""'I"J:r;:Z," -10?;!;:t:-tOC~O::I:~:J:25: ~ 00 ..... a- OJ> ... w IV - ::oC-<ZOO ~O 0> "'''' 0 AJ(')fT19~ ,.., UlO:I:Z::O 0> )>>ow w - 0 " -l "'",~ QUI (J) ~"'tI .,,~ ~~fTlO~~ > ::OO-l~l"'1~;sjC~r-rn'::::f~ ~ 3: ~""~:a~(T18 :;!>'" O:!:!:r r :::IonZ(I)C ..".....l"'1 ::00 O-"-:;:o'Z ::: ." ~ '" '" ~ '" '" '" '" '" 0 '" Z'" 0"'" aCz~n,.... r IT1Z0J'T'\. 3: ...,>z- (J)m-<.....O>(Il03<;lfT1 0 ~ () .., > .., -l ~ (") ~ (") !; V OOCZV'lI"'l (l1-l0 Z ",,, ~ (l)lnZfT'I ::; :;;Of:n . :;u(J)C>..., ,.., ::0 (") 0 ::: I 0 0 () .() .~ O(')VlUl Ul"''' ;a!!1Z>"'~ '" Z~il~:l!Ul l""'lU'/I""I-.........>::tJ:::!...,o 2'" I:ll ,.,::tIo::o r '" ~ ~ ~ m >...,~:jz~;j o~~ ;azo '" ~..,>~~oz{ri~~"9)i! "tI ~ ." :I: ~ ~ '" tI1 'J c V1:::or-~C'). ;; "z fTl>"">"",,~ ;: ~C:>::OI'T'JO - '" .' S "r~ Cz-t fT'I::u?JZ:::Otf) no- ...,., f'l"lgzen >o>lnCJ:iI"'"l~C ~ n ~ () ~ 0 oW~>~-lz >0", "",,,, ~-< 00' ~ -1-100 ~ O~~"'tI::uz 0 ~ i'; '" '" '" '" gj tI1 (')~> ::!l'T'I> '" "'Ul is ;jo~::Oon l'T1 -"lJ.....O>>U'I:;uI"'1- n (j tI1 tI1 tI1 ~ C ~OC');o>:I:-l -"," 0"''' zz -lZ~ )> 111::0 Zo l""'I (") ~ :< Ul""~~C~ z a8~l"'1r;t~gc:o~l"'1'4J;g> ~ tI1 0 ~ ~ ~ )> !l:fT1z,..,-tl'T1::tl ~Ob z--< V> ~. V10;aUJ Zo 0 ~ ~ ." ~ ~ Z r"1.'~~~n~ "z'" ,,"'''' :1:> C:C-c ~:;ll)>~ l'1l-nnz-:u:::td(IJco>z Z tI1 ;<l ;<l ;<l o,..l""1V'lrO'" ;::oVlntIli:m Ul S;:::!-iOnJ::Oc:;ocn::!ZZQ '" ::: J: -l ZZVl":-".~O ~~iii 00- ceo ':PVI I ,,~~c -<O,Zrrt>~-{ cUJItn......... -l '" '" 6; (j ~ ~ 3 ",."Ul mp::zoC'J 0 ~'...,o~ Zo"'" ~ i'l:;v-t:::Hii 0 ~ - MOc (11::00 ""~::o ~ 0 ~ tI1 0 'i ~ ~ rn "'0-< ~VI~ZfT1~ UlOO::O- (')~o~~ -1CJlPlo.....r~::O '" ~ iz ~ <: ~ .O"'O:P>o '" 0 ",f,\:;: 0'" 0 CJ)sa:I:8M~z ozz ::c>....~o >Z3::~Z )I> >0 O~:I:5~<n=t "tJ '" ~ ~ tI1 ., :;!-<" > ~o::!",,~z:;V)ooo '"0-<1""1;0 0 ~~>.....,o:a s~o ::tIf'flO:I:,;;; C~Z>VI ;<l tJ 0 00 OO....lTIM '" 000 ,...,~>.....::u z- ~ '" 0 '" <: iz ::o:::ElJ)VI-<AJO Ul>=' ~o~ o~g"tJ~C) '" ~Zc;),:I: a3::.z~n:<"Tl :::tCllOOO~ ~ 0 tI1 '" -<)> .:i10U')' ~F~ 0"" ')> ~ Vlr_gmol""'l':Q""g-l Ro ~ ~ ~ 0 en ....~ ::0 1"'1 C :::O~>C)' tI1 tJ :j a:t~!!l:;:::o~!:: !20a; Ul8~~!G> ~Z~'lJ_....ptptzc ""z"" ~ ~ .> Ul -,Zr>1' '" tI1 ~ -< OZf'Tl :p "'> >OM ;" ~'-<""m Ul f'Tltn - 1Tl(J).........:J:.... ~ ;<l l"l ~~ ~F-< OZ r'" ~-t~~,..,6 o>~>'" (fI)>O(J) "tJiii.....z- EOPlf'T1S n t;j ::: 1'0 _0." iT1oF....~z !" C::!"""'O::::tJ:J: """00:::0;= Z ~....'~"tl-oO NZO m(")::oC)oo (')oo~,.,"O~;!l~ro;;ooa:::j :I: ~ ~ ?,:2 >>'" ~ "":t" >f"'I::Q:t 5;;1" 3::"'O...."tJn~ 0 -<~""~UI ::J:Z !l!CJ)O:::oootnoz -< ""00)> , ::0>,> > )00 l""'IfA -I..., 0""0 ." () "":PP~""S:Z o~ ~~~ f'Tl"":P,)oo -< ~::!O~~ ~:ii<~zY!'''''':::ogl''1:UC"'YJ [;j ~ tI1 5"'tloOVloO ;?;JTlZ" c ~,Qcr='m~fY1Cl a>::ox z;g~n:a1'T11'T1 ,,2 z Ul-<, :<: f'Tl/'Tlzr:::;o ""o""-<M>o;o -~z"" V> >~ () 1'T10o~:;:~> >z 00> ....lS>z::tl ~-t;g::l 'OJo-< :::t"'YJOZZOClC: -<> ~~~ 1"1>-I~~~~~~~;oo~ tI1 ~;g_'....Z"tlVl ~;;1 _MZOl""l (j)O<oo zQo-t:E: , _ .::0 VI;g.... ' :I:z 2~)>~~ z~>Zz )>3::0--1..... 3::0rrt -IOVl ,....> ::out (I)-Ioz ~~?!>Offl Ul> ",,, ::O'VI Z ~-tiTl~.... 'C')~"'I"13::>~(I)I UJ~ 1"10 ::0-0 ",r g~ ptt/)O:::O-O ",r -< >> :O;!;'"Oo::I: ~I"1M a3::C~~ t.....~:ilfTl O::'E:t:c::;:::o S" f;;'" OUlZ )ooz:::03:/'Tl 6:::oI>oo-c-<o::jCVJ ~~~~~~ 0> ~ Si 10 6~~~;g '0 ~ -<-():;o O.."OI . "';;1 ",Q "'''' ",~zommm~ ~-<::to OA' ,.., o 01"10:1 ::!pz:r!n~ "'" "'~ > ;;I"'''' -o/T1;UM~ OMPl :::tIfTI"':;;" ;o-t~~ "'-< ~oplTl~ 0<: 0 <: 00 ;:0,-1 l"'1 :::tI!::-t ~::r_ ~!: < > <Xl'" -~-< n )>- ::I: ....f'I1_~ >VlC ~ z > " . :r;:::j- .... Z ~ 0 -IV) ,fTlo G") . r '" -<, -<V> -< '" '" 0", '" '" '" '" f;; '" '" '" ~ '" tI1 tI1 ~ '" '" '" .0 '" '" '" -< '" -< > > .." ." -< .., -< :;;: "0 OJ> IV "0 ~ - - - - - - - - a- - Z a- - tV OJ> ~ - ~ ~ - ~ .., " " " Q " C ." " -< "',,-< ::; ::; ::; -< ::; '" a; > '" ". ,,, lD r VI ~ G -< -< -< -< -< r '" '" ~ '" r " ~ 30- " ;a ~ Ul ~ '" '" > :d 0 ~ 0 ~~~ '" > Ul ~ .- " '" z '" ." ;;1 ,., ,., 0 -< '" r ,., '" -- Ul ." '" " 1) '" " 0 ~ 1) " -< > Ul 0 Ul S -< '" R- > '" Ul ~ 5=c '" -< 0 '" z is ." Z '" " o 0 ~ 0 " '" ;;; > '" z C "", '" z Ul '" " ,,< =. '" '" 0 is -< '" 0 Ul '" ;;; z '" '" ...." ~ '" Ul ,., " !l.3 ~ '" Z -< Z is -< .." '" Z Q ~ 0 ii" g 0 3 ,,> ,,> ,,> -c> ,,> " . -oc -uo '"O'"OOCIIO \)C')Ul> O"tloln3::> "tI "'0 0 0'10 > ~ ~o-'" Q :J ,,- ,,- ,,- ,,- ,,- ,,0 ::T~ ::T;:: 0 =rOOe ::T;:!,N !!..::T~,Jl.rrt::: ~ g-~c;~g: ~ 0>_ '< r+ 0- 0- 0- 0- 0- o z g~ g'< ~g~N51 g3~"" :-:-OoO'lO~ 3::0~ ::::0> 0 ~a ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~'" i VI> '. ~ i ~ (..I~" " a " " " " " " !l!o !l!2, :1~,O"'" ~az~ ~~g: ~~g: Q,~ Q .. ~ .. " ..", .. <Xl .. '" .." ~"Qooo ";oc. 00 ~ -> _ SeO" lo (..1':< S. 0)> -Cb" -0" .....0 rrt ",'" "'C ",0 "'c ",0 _ 0' e"..,>o <..n-:::E;:l UD O/T1 !l!" !l!.. ~ ~::u -'" --< CD~ -0 CD'" ,F (,0./0 <.or~ Vl-,....::Q3 ->...... ...............- ::r-3:::::o U --0 :> 0 Z G- o ",,,, '" '" <Xl . lO~ iDo cD~!T1~3 ~<..n.S: ~~o'g ~ -lo -'< 3:: (,..I~Q <.or~8 o"'~ ....-< ....- ....'" ....Ul ....0 0 ~.........g-5D3::3:: ~ "'", ",'" 0> ~g "'''' 0 ......... .........0 .........Vl- e <00.....3:: lnVl1E.... Z (,..I" CC <Cwo WCO :( 3::z "'0 ",S "'0 "'''' .... (".I t.-_. ~ln>::O~ co:::=r (j) I <..nO ftl ~lO-Vlz;::o ..................A ..................-< Oe "'z '''' O>z (".I Ul.......... (]) 0 n' 0'1..... _ 0 lOQ' -'"0 lolVloo <.orVlO <..n~~ ii" f~ '" ~lln> :::tI I I'" 10 '" (J'lC) 0)':'\ I I (JI>o I VlO C I ~ !'10I g NZ '" -'" ",<: ~ '" I f'T1 I (JlNa- to ~f'T1 NO~ca Vi ~::::io ~-< ~~o g:~~ ~2.pt 'i" OUl CD --< ...> I NO (JI::'E CUiN Cr,Jl. (IIA .....,Jl.,Jl.:::J 0 I 1 Q I 1(") ,Jl.S":::U "'0 "'0 <XlZ 0> <Xl 00;0.....> CO"",Jl. :::J _ ofTI ~O~ ~ C(JI(J'l 6 o,Jl. .....,Jl. oaC') N ...z N ~~ ~r;t ~N"'" !I! lor .- """"(,..IN Z o>z ... '" r ~ ~ U1 (JI,Jl. ()],Jl. -< <Xl '" !(' . .;..0) .......<JI' :::Uo '" Ul Ul N - (..IOl ......... Q. c! 0 " " '" .9 ;;; 0 ... '" -< lD " Ul -< ." i5 " Z r '" '" '" \iNlOI ;\118 \:INlOI Z Ul >ltl3T) MI8 92 :01 WV S I tJd~ ~ooz (l ::r 1-1 -, ..~ a..llllt: U> :n CITY OF IOWA CITY 0Ilt9'*I: BPS FeIlb::le*: X HScale: NA BROOKLAND PARK " ii" GENERAL NOTES, CONTACTS, 1\:)" '" ENGINEERING DIVISION ,,-, BAa c-.DFot:W:PS.f1lI!Ir.at:q YSc8l8: NA SEWER SEPARATION PROJECT ~ AND QUANTITIES a.ctacI: RRK CADFiIll; X 0,," '"""' , ~n~~$ ~~~ !Ui::~ .. ~ ~~~!!i~ ~~ ~~~:::~8 8Eiiliz~ j~ 1'Illll~~~i i ~e ~el ~E ~~ ~~ I ~ ~ P6 ~~ ," ,., "'~~ m . - (J) _ o -t b, ... 0 :!; l .- {; ::D 0 Ii G SI' "'0'" "'0\.01 ::I!I:::-olll "1IO"'O!:l!:l>> '" - (I) s:: m... . :r~. ij>>0 >2>"'~':'" . . <n ~ ;, ~ w .. ~w ~~n ~~~~. ~ ~. ~". ~ c" 8~a> c~o~"'O ~ 5" (J):!:: ..s; L U 0 ~ ~ ~.- ~J 3~~~"~ ~ m r- ,eA~ lr ~:! f"'J: ~_zo - ~'1IUll:J :J: 0.. ~ r~lj ~ ... F ~ ~ ~Ul~!f~ ~~~~~> ~ m ~~ _ ~ ~ g III ~ ...~ Qz~~o~ "5!. :D ~ll Y "" ~ ~ . ~ M ~ ~~c~. III :r ~~ . ~ilI ~~~~91!! SI~~ r ~ ~ ;; ~ ~~~ ~;;~~~~ ~ ~i !i!~ ~ ~~ Q j!:';:;{ I i J: .... m F'~ o~ ~J>~ 6 ~I ~- li~~!!I ch~~ ~ h~ ~ ~ ~ ~ ; ~~~ ~~~~~: !1 oC'l ~...,.....o l!5 ~ ,., ~ ~ Q Q ;1;....0 ~ a~ j aa ~~~hli~ ijijl ri1 ~ ~ ~ ; ~~~ ~~~h; ~ I ~... i!~ ~~~?m :~~~ :~i 2 a -I ". ::lEI! ~F!>oF~ ~ ~~ ?~ Si?"~ ~i~i.,1> ~h ~ ~ ~ ~ ~ ~d~ ~:~~~~ ~ . ~ ;au> ~! !i jl". 0 8 ; ~ : ~ a~~ ~~~i:S ~ _ ~...;!l , ;.. ~ :!l....<IlC 0 I;; z ~ .... <II.... ~i....~n~ >> I>~~ ~~~M~~~ Gl ~ ~ ~ ~~q Il~~~m~ ~ i1i~ ~!!iC"'i ~ 8 < ,.~ 8.c ~ ....., 0"- ::z::1i~ ~ m 6i III !! 80..... ~:i!15 l g H~~l! =~~~ a~ 5. ~ ~ ~ ~~~ ~~~~~~ ";8 ~"".. ~!\ ~ E ~ ~ ilx~ ~~~~... iii !i~~a ~~ ,..~;E~ m ij:a 1; "'iiil. ~c~a~ ~ I"''' 1'~ ~.,~ )> li ~ d ~ Sd"~ l; ~~" ~ e.,1> 0 ~ ~ ~ .~" ~~'!1~ I>~'" ~ ~ ^ ~!1 n .~~ .~~C C 51 . d :!J ~ a ~ !l:;;!~ :~Ul~~ ----, G> El F= ~ <II N Q o~gga iil m .:~ ~t~C~ II ~ II (J) J;; 2~;;l 0;:12:,., Jq i i d ~ ~ i ~~~ e;a;~a : is ~ 5' :D 0 ~~ ~ qi3 ~~8~ ~ ~~ l!! .. s: m n li ~" lI,. l!l ::J -i . I . ~= ~ ~ f{1 ~ U~ ij ~~IU ei ::J ~ ~~6 lI" j:; " Cl m ...~ >1" . CO :D ~~~ ~1l1i~" li "tl l' Siillel ~,.~ g. i ., ~~ '0 ~ ~g l~ J ~~ ~~ ~i ~;~~ ,,= ~~ '"i1ililll "~ ~Cl ~ ~O;~} ~ -O:I:-IOO3:m>::: C f/} !;DC/) "TI-> ,.. ,.. )> (') < 00< IZ U /1 I" ~>m::I:com;DJ: "'T1 -t m-l j=~r- r r r- =i m -1m 0 ~. m~;Dm;DoQmm -lOcO r- r r r r- ~ ~ o~ -I "'~ /" ::0 )> m :D < ;; Z )> ::D ::I: ::0 (1)::0 ~ ~ (I) '"1J (/) (I) 0 "TI :0 'Tl m " / 'TIG)omm_z"-m 0 s:: m3: ,,-1:;; -I -I ""T1 -< 3:-< .. ......" rnmZs::;S:O--l" .. ,^ 0'" z-o-o mOO )> i^> PI __ ::D . "'>Z(I) m V' VI ::0 :O:II - v. .g~ 7 000000 m ~ =i ?( )> ::j(i) I 5i C/) ~ ffl ~ z in s: ~ s:: s:: ~ F ~ F ~ ~m_m~OO>r Z m 'm -l~z )> (I) (I) )> ~ mOO ~ - - 000000 - - m ffi ~ ~ :D ~ "" F 0 en :D ~:D ~ -t -t F ~ ~ Q ~ :0 ~ ~ 000000 ~ 0 ~ ~ ~ "" ~ m 3 d ~ CD ~ ~ ~ ~ m gJ !i: ~ ~ ~ ~ ... ... 0> a" oma~o-tc ~ Z ~Z a:Den 0 en en a ~ ~ U) - -- ... ell Ql mZo:D:II I-t:::. 0 -40 ~Oen m en en m ~ ....... \ 000000 . . ~ 0 Z ~ ~ ~ ~ ~ :;; ~ I 0 I ~ ~ I ~ I I ~ Z ~ -< 0 -4 0- 0 en m - 0 ~ 0 m > "" > > G) en ~ _ _ 000000 - - 0 s;: ~ r= >z rn ~ <n ~ ~ Z 0 Z - ~ F ffi 1= F Z m m >-0- " ~c ~ w ""~ ZIW 0 I CD ~:D :II _,_ 000000 m ! g ffi ~ ~ ~ ~ rn ~ 8 ~ ~ ~ ~ ~ " ~ ~ ~ ~ ~ , ~~OOZ~~~~~ Z ^ ~Q ~~~ 0 C 0 en S -< :D-4m:Il' r C m~ - Z 0 ~ Z ~ 0 en>mI""G)-4~m S Z zm ~~~ Z en <n ~ m c8enmO:D:I:-<<n CD a ~o <n~c ~ ~ ~ 0 en 0~~0~Om05 m ~ Oc OO~ Z:II c:D 0 I- 0 Co"" ~ > :II moo -t Z <O~z-tZo-t~ ~ ~ ~ ~oo a ~ -t 0 ~ <Z_en:I:O :I:Z ,.... ^ ---. m-n . c 0 - :::. ... g~~~~~~m~ ~ 0 d ~~~ Q ~ Z ~ ~ ^O-C o~o m:D CD -4~- :D m en -4 ~ ~ "O~~6EOi~ p ~ m Z-4~ ~ m ~ ~ en ~-4-0-4-4-4en -n <II u, Z > m m N ~OO>ffi~:D-t d r ~mm G) ~ a -4 0 -I OJ. ~oZ::len flZ m -toen In nt > 0 0 o en~~~w~-4G) m 0 mi~ ^ a ~ Z ~ :II ~mm<n~>~o :!! :E fn-to ~ 0 <n ~ _-4 ~ o:D~~cF Z ,.... ~ <:D~ en -t ~ <n ~ ~ z~z-tCO>d-tI m :I: ~fl-4 ffi a -t m '^ 0 ~ z: Ien-t-n 0 '" o-tO en..... 0 :D VI h ~ ~mm-tc-nzm. o~ -4 - ~:II ~ ~~ n ~ ?-<mm"QO" ~ ,,~"o 0::; ~;:: 0 < ~ rIxmm-::li -t 0 -t-n :D W 0 en -t m ~ ~ a;:::o m!!! en 0 en a -n I 0 Vi 0 s:: ~ m I :D r 0: ~. '1 m :D -t 0 > ~ -< G) -4 -t"tJ g <n Z a ~ 0 '" ;am ~ m m Z Z 0 1- ~ 0 m"" !ll -< c m r ~ '. ~~ ~~~~arnmg ~ ~ Pam ~ I ~ ~ Z --t M~ 0 en maS en 0 me> S JJ :D m en G) ~ -[) Iii iil 0 ~ ? -< S z C (j ill i: <n ~ <n ~ ~ az-nm~OZ8 $ I a-t I Z I I m d~~~rn~~~ ~ ~ m~ ~ ~ F g -tZO~I@O-t 0 ~ ~OO I ~ ~ IO~"~m~~ ~ Z "Ol ~ m " m~(J)om-n-tm F- G) en:D m < ~ 8~z~m~Io G) -t~ co ~ ~ ~oa~mQ~~ d :D ~m ~ r -t -<-<~z~m~ ! 0 r 0 r~m"tJ-C~ ~ m -t~ ~ - ~8UJi6UJ~z =1 . ~z 0 ~ . o~m!<~o3~ 0 ~ ~rii en ;! :Ilo~. m:Dmm ~ > z:D ~ ~ ~ -nz?~ozeno 0 z a-t G) ~ . .. \ o~ -<""'''"''00 -n C m 0 :::t "I. "~~iii,,[!JO!z " ~ (llJ;; -< 0 ~ ",. ~oo ~rngen > co ~~ Q Z ~ ~ 1 . "- -<d~~~~d~ ~ II 85:;,j ~ ~ '" "U r] l> co;!:!::D ~ m Z en ~ g ~~ :; I:IMOI )J.l1~~'t?\1 ~ i ~ ~ g ~ ~ l! = g \IU'lJ J:, ~ -< !!l m F i~ :.., .. !U.:J I ~i 0 m ;;1~ ~ 8~ ~ 92 :01 HV S Il3dV fiOaZ ! CJ:lll~ CITY OF lOW"' CITY """'" BAB ,-, X H....NA - """TOo g? it 11 . . . BROOKLAND PARK STORM SEWER w ~ "ENGINEERING DIVISION ::..,:: ::"':-.... =- :/~04 SEWER SEPARATION PROJECT DETAILS & NOTES , '. !~ ~~~!Ez~ 1:1 :iEz> Z 0" "'!!-fTlNS ~r:!: ...,~ Z" tt1(")~g~o ~ Z ~m~~ ,..,~ Zen"'" ~' !il~~" nm-~:I:~ ," '"~ --l .... ,,> >0 . - ~~" ":.~';:. ~Mi!~Z~ " g~ Ill':' ., ~ C:o'ti .~;~:;~ ~::Ii ~ 1"1 Pl:e 0 ~'~';:. 0 ~ ,,~ 0 ~~ "U ';q:.:' ~ ~ 0 g"~' Ei?O~~~ ,., .... . ')>0-., C > o-~. .... ~Sf1 E .~... Oc r 0 0C! ;0 > ,., - [;l~n~ ~ z~gFz -)> l! 0 n . ;:;;0 ~" :J:~ f'T1 l! " ~-Ir- ~ ~. ;;l J> "f'1-<C') ~ >0 I Vl ~ ~g 0 g~ ~ i)o 3: ~ " .::j n >0 " _0 ~ zo~ -; r", > 00 ~M )> " ~, . MM> )> 1> >~!:5> r-; ~c > '<" 'S ;oiTl~ ~ zr ~ Z -'" !I . " ;:;j Fo~;ol= "'''' ~ ~> ,,~ C ~ i'i~ .... rOM "0 " ~ M on ~" -a~ "'T') '" ~c '~n -~ '" ", O>O~ l".... z '" Oil; )> 0>" " M z~ Z,"> 0 ~ 1 ""1dgcn r)> ~ \ ;0> ~r- n z M> :5~ . '_ ~r" >'" ,,~ M .... -I \ gjo ~z 0 "Z~ "r C <~ "'- ~::ez '" -<0> '" (Jl iij:;Q >" ;0 ~5~ ~I 0>0 -; m ,," " ~ .~.:.:.:.:;" ~ ~cn z> '" 01 ~a J>~VI '" -- .~/: ::;~'; ~ ~ ~~ >., 0" 0 )> n ~)> ,,", .'" ~:( ~ m~ > - -. ,,-~ -; Ul ~zz ....~C ";0 rZ 0 ~T t-:'1 ~ 0> )> N. ;;:;;~ ~~}~ f1 ~z ";.;. >" '" : , , s: ~ m !O mr ~:IJ ,):"'O,,j CIJ 000 ;:0 -100 -'t-'6~a a -1m a 00 # ^ -10 <::> r :l:c )> m m:IJ .....2 ..... )>-1 (.0)0 ~b MELROSE COURT s: -<m om (1l ..... fT1 s:co ~ r m:!!5 "lJ :;0 5ji5ffl" )> 0 SOUTH ;:0 (f) 0000:1: ^ fT1 00-100)> moooo 0 O::D m ;:0 )> GRAND Os:=i)> < Coo:l: fT1 ::DmO -1:::1:" 1---------------------------------- mm I J ::D::D m(O --------------------------------~-- -0 Lucon Dr iJio BROOKLAND PL -I;>; )>t; ~z ..... -10 -" 0)> Z::D a;>; Z)> Z 0 mm ::D::D ~ 00 !O 00 DO"'?> CIJ ;>;;>; ~o ;:0 t;t; -1"~ a Zz ,f- a 00 ^ "" <::> r t;)> )> m O:IJ 2 ..... m;>; 0(1l 000 MELROSE COURT s: zc:!! :IJ< ..... fT1 mzm ..... :IJ!;)-I (.0) ~ r O:IJO :;0 omm 0 SOUTH ~s:m" (J) 00:1: fT1 <r)> o)>offl )> GRAND "rOOm )>)>m < ::DZo fT1 ;>;0" r----------------------------------- O::D::D I :IJmO I <"S: l__________________________________ mt;s: BROOKLAND PL...., Lucon Dr om m5j m ..... S:o moo Zm -I 00 ,,0 "C )>::D ::;;-1 Zd !;) ::;:-1 ":D-I m<-I moo" m)>o Z :::;~ mmm mmm z611~ :Drz 0 ~ I" ZOS: -:DS: Gl -1_ orm -I m:!! QO" Z=n.." 2~~Z 0-1' m ~ ~ zZO 0-0 ;>;i!:S;: ~ ZO Gl~~ rOS! mZIlCi) - co 00 C~ mG>""T10 S;:mz t.:l U1 - 20 OO:D:D O-:D ::DU>-Il zoom en j;c-< moo< "000- o::;;~ mz OZ-l ::DI--IZ ""S! m-l F~~ -i!='O-l CO ;D:D -0 ::;:0S! o m Sio" ::l ,,0 mO~ :DrOJ:I) :Dr mZ :::j11-n -1mmw ;>;~:!! S\l IOO" _0 ... '" -" -0)> -I~6 Om om om- n ::l ~s;: 0 0:: '" Z"r -olJO :DfTioo ~" n'" '" '" ,. C- Po;>; ;!=i() s:_m:::! .... - I c: '" -IZ (/))>0 "OOZO <_ -I .jlo. ,,"z 0 ~~ 0) ::: ~dO N en 000 CcO ::::::j:DZ fTio)>z fTlmO ~o ~. I )00 (; -. " -I O:Dr m-<-I s:~-I(ji :::j~ mmO 05; ,,~ '" CO(\) iiii!=' O~OO S:)>:IJ Is: z '" ,., ::l,< m(f)~-t n '" _ C - zO m)> -Ir :IJ_ )>... i!='m Z:5:~ or ~gJ'-O 00 0 O~ )>::;::::!m mz g;s:: ~~ -1"00 =:!_~m -<0 ~(/);; :IJr '[l1 ::;:r Q--Imm ::;:" " 3 S\l -00 ZI(/)--I ~g;! n- . ~ 00 ""r )>'" ..... 6~ ~ o-"!=! ii!=c -:IJr -1m ' )>-)> - ..., t.:l Oom z"Gl 0-1 ~. I n ~8~ '< 00 mZ 05; S (/) O"m :om o"m ,,0 ~ Z m omz (/)m ~gP ;<:5 0 c 0 z:Om mO )> -Hn m :om .,,~~ mo 3 z :0150 ~o :IJ"'r ~)> 0- o m 00 oro or ~ (\) \-fMOI ~8 ~~~I mC <fTI::;: 00:0 Dn'" iil (/):IJ m-lZ mm ..... ~o )>2 omGl O~ N 0:01 CO .jlo. >1i:Bl:IJ ;\~~ ~ ms:o 00 ~. zGl -<"z em 05; o z 0 < OGl om ;DZ 92 :01 fW (/) -1-1 IS I ~dV ~OOZ I ~~ o(/) )> :o~ r r m n::j".::J \..,L II (f) " CITY OF IOWA CITY ""~,..... FIIIdlook; X H8cBIe; NA -, Sheetr... ~ " BROOKLAND PARK (}1 ro '" "'- BAS CADFokB:~.Dtq VScllle:"-""- ~ ENGINEERING OMS ION SEWER SEPARATION PROJECT TRAFFIC CONTROL 0wJc:ted: ARK CAOFiIe: X """ 4/15/04 , ,. ~ COUK' J < ~ L----J 409 MELROSE m15 .~E cOUR< n ~ l <1 \--- -- - - --- -- --- ~~ ~~ j " SIoEWAlK ..;;'0 ;;;0_ SIDEW~-- I "" -: 1 -= MELROSE COURT s .... ...R'I.,J,....;;.,. W 0- _5 i III / ." ~ _____ . ,_____. W I ,/ ~ rs; -..-------.-.----.---- , ,-------- w 1 /' ; SIDEWAlK -'- -- -- / '\ l' --~ T I '~i\ .. . . .. JU--- - - ..-- ~ - - -l" .I II 0 i mm~~ - ~ : g"'ll' ;..... . 0 w"tJ""- 1 ~:--l"tl ~g ~Z II -0 ""i;;U \ !"lrn::u:::tJ II'!!!""" 0 , 0 , -:-:._- 0 (.oJ ......llg~ ~-"D .~ JJt UJ!!!U-"U ~ 0.....;..0 .0 - 0ftV'0: "'i': 11.....0 Os:: N - -en: I -5 om 0 :......S co;. .~m I . .n d Q:I_m c l!! COw ~ "'tiC I ! ......NfJO ~;o ~ @) ~ j ~ :IE ~ l ~_~ ~ ~ l ~ s ~~! ~ r \ 0 ~ 0 6 I ,.., ::t':d (),l>. </.(1):.." ..j. i <71 410 MELROSE gs:: ~ '.1 I: Os:: N"'D 22MELROSE COURT ;:o~ -ri1 i -+- g m ~ ~ COURT -l~ ;;U l Oll l;o;i; I-~ ::UO : -10 ......0 .~ i ;..:.-t<n! ffl "!cn : :E I'Tl ;;Om ! : \ ~ 00 - i!~ -0 en i -..~ ! l!ll~ J i ! [;":;: i~ !......CIJ : ./ \ #m , ! ~ o~ i ., j ~n . . ;;:0 i lD ......... \ ..~ :.~ "- - i ~ 0 ---------------------f----------------------------..J------J /" P '" }> GRAVEL ALLEY ~ 15. m .--------- - .."", --/ . .... '.-T--'j ~ 5W i; i ;;0 !il ~ ! ^ ;;;~ [J ! C ~ ~ \ ~ 'tI:4 i._ '- ~~ ; < : OiJ ;:r;;:o sw:. m :EO \ 2!n 53~ ' i ~n ;;;r; N! l .....\ ~ t I iJiJ ! . 0_ . ! rO , mITl I : 010 ' ~ ' "1J-l ! o::x- __ ~"o I ;:u:, "'''< : 0 ~::Um ~! \I i Oo;!! ~ -'. ~"::1 ~ ~ \ ~ \ ~i; m 0 ~ ~.~ L-- ! ; ;i;o ~ ~ r- ~~ sw. V I r- :;Q ~ ~ =< \; i i':::lI-;;t mz i : ~ -<S;:;Q g: ---L- 1 l -~:: ~::j(l) ~C1l ! ./ \:;0:;0 om :;0 OJ V I "'0 z~ "'i3 0." i ,'il 0 .0 0 0. 0 ;:Uo. I -"''' ii'I ;:0", <0 i .;:is; '" =<r; '" . ! i'l "'z ! ~ i 0 , . - . , I -"!l< i , ' : 0 I g: ! ~ i --co ~;g "tJU'I L I : in. :;Q 00 ~"D ~CD : ! .;:UO;:O-l Or- ",i3 i ~~"D ~~ jij~ ~ ~~ 1 i II og;;; )10m <);: ! I ~;:m -<:;0 z~ m z r i :. .. "'~ :-0 m 8 (I) o : ~! ~ z ~ z::t ! ~ ~ ~~ r-l~ Vi f:i (I)~ ~ ^ I 'z o.~s, /~ w w BROqKLAND ~ w w J ~9! ~~ PLACE II / / ,./ m~ [ ~ r-- . \ I \ /f / / ~;'l i ! \ . <0 <> ! "'Tl)lo m --------.----------~------ ------- ---~-- -----.- ----.-.---.-.---.-.---.-.---.-.-----.------.--..-1---.-----. . ---. -..--~-._--- ------------------j ~ ~'~ ):ii-O(l) ~-fm ~l1d J m-:;Q-X ~-~~ . II en :;Q o::!l ~ -'" z......, m :;Qr-(I) 8 .,!!!-oz -!;: :-fr-m CD ";;:,, ~ $j;:ifii i'I m .Clo;;: m ,,- - 0 ~ g : ~ z ~ NOJ o.;;a;;; ~ e ~ ~ liiO/m}J.I:J 17:\\01 ~ .~ ~ ~ ~ ~ltBT) A/lb g ~ Z Z 0 '-" - ;;:0:; 0. ~ I r; .~ ~ 92 :01 H~ c: I JW hn07 i'l CJTY OF JaW" CITY - BAll ..- X ......,.-'" - """ro. ~ W.Ii - BROOKLAND PARK STORM SEWER PLANS m ~ "'ENGINEERING DIVISION =:...:: :::-:-"'" ~~:l5/U.:SEWERSEPARATION PROJECT BROOKLAND PARK DRIVE ------- . : , . , , . i --~-- ____~________._._____.__..__._.._.._..__.____.__n_______.._.._.__.._.___._.__.______.~ ('l~ I ! i ~<6 ~ i " ! m ~\ "tI ! ~ . " 0 . i 0 0 m ! z <1z.(') 0 z ! C-m :::Om 0 i "', ... -y-o -----! T "- i '"3(j ('l~ ! ! ~~z ~~ i i ! ~o~ i i m" i ! oflfm i ! i (i) i i i i ~ I i "'Gl"tl:;j i!!~gm I I g~(ji'j i I :"'""-1m '! m rn:::o~ ",>lE::t i r- ! CliD(/) i 0;;0 a i i ~~:::I i a"'rl", wZ ! i II" (j) "::tm ......~z i 3:Qm:::o i > i l:'l ~ ! O::!lXm i i "',iij"tl r- ~ '" ! "'Or-~5: i r- ! .. m i ~dt5~ i m i ~ . 0>' ~ -\ ~"'Glo i -< i g, l!J ~" ~\ m~~;; & i ! ~i ~\ ~UlO:;! ~, i ! ~mcq i I i i I i ! i \ i i i ! i i i \ i i i , ! i i ! i i I " ; i i ! i ! ! g~ ! i i 'i ~~ ! ! Q i ! i i 8\ -"t1 i i ! ~ "I ill i i i i ""t1 ! ! 00 i ! "tIUl i i i i @m I ,,0 i ! mUl i 3A1~a i i . OJd ;;<" 3f,1~a i ! i ! ;: '" i ! Ul i i m i Iii i 3t\1~a i ! OOd " ! ~ \ ~ ! " i ~\ i ~, i i \ m i \ I~~~~ i '"~~ ~~~~ 0 i z,,~ i r-<~~ I J "'g \ i (i) in \ ~~,.: l=J i ~ - ~i!~ \ ~Bi~ \ i ! " i ~ z;g!jl'" ! i i ~iil L- ! m i 51 i r- ! i I ! U Ul"tl< ~ (j"m ! ! -" 8~ ~ il!5l,,:! I i ~~~ i ~\ i r- i i Ul"tl 1m liiz~ "" ! i zo !-< i :::o~~ "'nI -=.!l'nI i ~~ I i lllnoo i -i -.. i- 3sar13W to'"mt "tI>" ..m ,-,:::1(1) i x ! i om \ ~~ i i z~ 0- i nI- i i ,,~ ' ~ "ti i : ]AIMQ (IJ \ n_n_ _.__u______ - - - - - - --- - - - - - -- - - - - - - - ____J L,,__. __2~____ .._ _."_.___'_."_ _.._______.._______.__n ..__.__.__._.._..__.......J ; ~ ~ ; III 3^I~a )I~Vd aNV1)100~8 . . h;;;;:-i~ . . ::00 __ - ._______________ ____u____._ .---.-..-..-.. \--- 3: --. _un. .-------i!t!-TJ----- " m ." lE i ,,~ . ~llllOO .r- "'iD 3SOH13W ~ w-o '! \a '" z ~ill ' III '"~~ ~ ~~;-t~ " \ ~"t1 \ ~ ~'I ~ m . . :::00 ~ 0 . m" $&1 ~ m:ffi'11 "tI ~~ \ ~,~ill~ g~ -"t1 ~ II ctg (') 'i~ p....CDm -00 \ "8 c:~m~ @Ul \ 0 \! ill I ~~ ... ' saUl wI:: z 00 i C ." , lQNd @m ~ ~ ~~ j ~ CI!S ,,0 '" ;;<Ul ! ! ~~ m m Iii i i *~ " i i ;: i , i Ul m i \ Iii I.:~ i ! " i i \ \ VMOI )..118 VMOI i i W::l3l:J HO \ i ! i " I 1M hOO7 - .. Sh88tTl\lo' :!1 CITY OF IOWA CITY DeliIJllld: BAB F\elclIook: x HScale: 1" =:!l1 U> BROOKLAND PARK STORM SEWER PlANS or m CAD Fader PS.fcISr-OJbq YSclle: NA -oJ m '" ENGINEERING DIVISION """'" ."" SEWER SEPARATION PROJECT O:J 11 ~ MELROSE COURT !!'. Qlecked: RRK CADRe: x - 4/15/04 --.--.- . . : L ,~ .1" ~ COUK' I 1/ < ~ L----' 409 MaROSE ....~' m COURT ' '" . IsE \:!; i :r~ \ ~~ . i ~ \~ ffi~ ~"1'f'~ _, '1;" I ----..-.. rn~ i .r-.'> ..----..------- '1,. . y .'> .. ~g ~g .. ._- .._- .. ~:. A. ' ,"...... 1'0~ >10 SIDEWAlK ----SiDEWALl< 1>. .". >>>,,~.. LROSE COURT - .. .' '- ..., <i ."'tL< >> IVI. , ~ .. > W.)JT' '~""'" . -- .. .---- .,.. ''1>> ,>(>"-' I'> '> w /, I> " ....~r r~~'<1<t;- .. .. .. . .. . 17 w / SloEWALI< I .- "\" / m' 1 ../'-r' ';,> > ~. /. ...... -' -.., ....' ~ ~: H _' - Oii: <> Cl -i-i C)> .:::>' 00 ~-u ~<i >':;0 -.- \:::: . ill" 'I! ~ ~ _00 r I 0 m :\\" X ~o Z fll )>:!::: \:: \ Z ij) m 2S 00\: . m --l W ~ ~ C <:l... ~ Z ~ ..(_ ;urn .:- _:> mG) 0 "Z "" ....,~> I 00" 0'" ,,-0:;0;0 '-l)> em ~m =:: I hrii :;o~ "tl~ ~ (: :::~ I ~fii --l~ f) ~ ~ g1 I::: I::~ I ~ m tv ~ ~ I::: I 410 MELROSE l 8~ ~:.:: I o~ 0 22 MELROSE COURT ~~ ......: ....~ 01\1 COURT --1;:0 Cr 2 i. ~i'l m "., 00 I.'..' m _ ../'.. !L- J ..........>~' 'Q. > ! :::: i P"U - ;:","'1.....>. .'.. i "i'l ffiill o ;:",'" I > ..... i ~Il 00'" ",15 , .'. ,mffi '::l~ ;$;() ~ I; ::: \ -Eo ~ m \ ~:\.." J) I -<2 vi! u_____________)u_~-----u-uu-u---L---J ~ ...., lr-:~~ i ~ ) GRAVEL ALLEY r ---iF ~ ..~.. . .. T"1 1"1' ,. ~i "'Ill] '>\:: !ilO ~~ : \} <~ ro ' -, Iii mz [J rm 1--' \ 0 ':io ' ~ !Pl5!' ~ "tl"-l -1m I '\.~ ~~ ;00 \ :) ~~~~O"tl ^ 0 Z sw m,: ~ ,~. ~(") ~ ~ m" i > ;;'0 " - ~ ;;;~ Ni )l~ :J>o )> 0 0' :::: r r ~~ I ;::: ~ ;;; .. l2i'l i I....! o "U rn-l I << " "l 'l~ ' = >< om,,'" ,= ....' C fii ..:..-" i ;:u . AI < ~ o.? 0 i 3:CO;:U (IJ )> s: i:':: (J : z~~m ~ ::! m :< ^ I ~-l<~ o 0 ~;:u! :::' c;U < :; ~ -ow i'::: / ~O" ~~~m ~ (IJ >m' ~0 o<~ ;u I ~ ~ L !:) : j$.O ~ ;; t'ii ;u moDO => ...... "-'rz'B ;g s: AJ;;O:;: SW .::: I r--- cn~.. m Z <~ I .... , '" 0 en >> mz: I U1 0 m ~ ~ ,---L- \ ::> :/: ; ,,0; el "U~ -t G) I A':':': : >m ~ ~ ~ W ! ~~ ~~ ~ 0\)" roo 0 ~ ~ ~8 ~ / i< i ~ E ~" ~ z "60~c . <...." ! ,c- Z m~ m -1:Ej!:ms: ! ::: i 0 0 o w>rS:m l ,:, . ~ ~ ~ ~("1tD~~ : ::: ...:::: i o~ ~ \l ~~5';:~ ! ... iii:""!: " ~~ (II 0 IC300CllZm \::: i ;UO . TI ;ti-i 0 2 U1 j ::: .:.: <: ~ I -0 ' ~ ffi~~~ ~~ ! - ... ..... 0: ~l5 di'l . cn)>.~ ::0;0 i ;: ::: : <0> ;:U-t OZQ ^O :;::: I~O ~~ ~ ~~m ~~ i :::>,: (~~ -1;l m" r ' ... .... I 'l" z \ :':-: :-:' -om o ,......~" I - ! ....- ",' \,': I . ....___nnuln_\-_mm_m~--~]:i::.~;~ . '.)/ ~s, ~ ~'v>/6' BROOKLAND ~ ~ .............<< ....~ ~ ~ . W PLACE II W ~~'vL"_ ~ m : '" / \ \ / f ~~'v i~ \j) : __n___n_n_____________ _-----n--_-------_---n--_------~i - ~ .___..___..___..J "''' J ~~ ~ Q~ 8 I~ z:!;1) ~ .1>0 m~ -= 0 J:>, 0)>.- ^ ..... O>;UZ ): i ~ ~ i Ii 'i/MOI .;,10 VW\OI ~ ~ ~ ~ ~ ~o >1\:E1'18 }..11~ Z Z 0 -I ^ 0" I .. ~ ~ is 92 :01 1411 S I ~dV h,DDZ u> ;)J CITY OF IOWA CITY _BAS ""- X """"'.'31'" ,...>!T" <Xlii '" "-' BAS CAD__l>l>l V"""NA BROOKLANDPARK n--rl\11 PAVING PLANS !P. '" ENGINEERING DIVISION ....... RRK CAD'" X """ 4",,104 SEWER SEPARATION PROJE~J:J P BROOKLAND PARK DRIVE Brookland Park Sewer Separation Cost Estimate 04/15/2004 UNIT ITEM No. ITEM QTY UNIT COST TOTAL I PCC, 7" PAVEMENT SY 1,019 $35 $35,657 2 DRIVEWAY, REMOVE AND REPLACE SF 1,191 $15 $17,865 3 PCC SIDEWALK, REMOVE AND REPLACE SF 215 $10 $2,150 4 STORM SEWER, 12" RCP LF 562 $38 $21,356 5 STORM SEWER INTAKE, GRATE EA I $2,500 $2,500 6 STORM SEWER MANHOLE EA I $2,500 $2,500 7 PAVEMENT REMOVAL SY 1,019 $10 $10,188 8 REMOVAL OF STORM SEWER INTAKE EA I $2,000 $2,000 9 STORM SEWER ABANDONMENT LS I $3,500 $3,500 10 PCC, 9", STORM SEWER TRENCH SY 146 $40 $5,822 II LANDSCAPE RESTORATION LS I $500 $500 12 FINISH GRADE, TOPSOIL & SEED LS I $500 $500 13 TRAFFIC CONTROL LS I $5,000 $5,000 14 MOBILIZATION LS I $11,000,00 $11,000 CONSTRUCTION SUBTOTAL $120,538 DTOTAL ESTIMATE $120,5381 ....., ~o = = .:- )> )>:::j -0 11 :::0 0-< - \- ;:<0 U'l _ r )> m IT1 0 -:D :x ~7' '? )> N - ,I Costest2.xls,FINAL Brian A. Boelk 04/15/2004 -.- ! ~:-~:: .~-.;::. ''::... I ~~ CITY OF IOWA CITY "" 0 = = ~~ J:"' J> "" 0-< ::<J 11 - -0 Ul r .=<!, m m :Do DEPARTMENT OF PUBLIC WORKS O::D - U ...... ENGINEERING DIVISION ;€^ <;:? )> N - PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE BROOKLAND PARK SEWER SEPARATION PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa, SIGNED: DATE: ~~~d '-I/;5 j(!)f Senior Civil Engineer Iowa Reg. No, 16503 My license renewal date is December 31, ------ ------ - - I ., . , , ., TABLE OF CONTENTS Paqe Number TITLE SHEET TABLE OF CONTENTS '" - = o = __ .r.- ADVERTISEMENT FOR BIDS.,..,..,.."."."..,..,..,.."."."..,..,..,..,..,.,..,.".,..,.,..,.".,..,., ~AR-1 ~ 11 -;:I :::a NOTE TO BIDDERS ..,......................,..,..,.........................,..,..,....,............,............. ~~-1 Ui r- . _ r- "'" m m FORM OF PROPOSAL...,..,..,..,..,.................,...........................,..,.......................... ~-1 ::: U ~ S' BID BOND.,..,.,..,..,..,.,..,..,..,..,."."."."."..,..,.., ,."."..,..,..,..,..".,..,..,.".,..,.,..,.,..,.".,.., :J>sB-1 ~ FORM OF AGREEMENT ,.".".,..,..,.."."."..,..,.."."."..,..,..,..,..,..,.".,..,.".,.".,..,.,..,." AG-1 PERFORMANCE AND PAYMENT BOND .......................,..,..,....,..,........................ PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ,..,..'..,..,..".,..,..,.".,..,.,..,.,..,.,..,.., CC-1 GENERAL CONDITIONS,..,."."..,..,..,..,..,.."."."."..,..,,.".,..".,..,..,..,.,..,.,..,.".,.".,.., GC-1 SUPPLEMENTARY CONDITIONS ,..,..,..,..,.."."..,..,..,..".".".,..,..,..,.,..,....,.".,..,.,.., SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS.,..,..,.".,.., ,.,..,..,..,..,..,.."..,..,..,.."."..,..,..,..,'.' ...,.,..,..,.,..,....,.".,..,., ,., R-1 SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ....................,..,................................. 01010-1 Section 01025 Measurement and Payment ......................................,..,.,..,. 01025-1 Section 01310 Progress and Schedules ....,......................,.....,.,....,............ 01310-1 Section 01570 Traffic Control and Construction Facilities........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments...,....,.......,....... 02050-1 Section 02100 Site Preparation ,..,..,.."..,.."."."..,..,...,.".,..,..,.,..,..,.,..,.,..,..,. 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading.........,..,..,.,....... 02220-1 Section 02270 Slope Protection and Erosion Control................................. 02270-1 Section 02520 Portland Cement Concrete Paving ,..,.................................. 02520-1 Section 02524 Curb Ramps ..............,..,.........................................,..,......... 02524-1 Section 02700 Sewers,..,.."."..,..,.."..,.."."..,.., ,..,..,..,..,..,..,.".,.".".,..,.".,..,. 02700-1 Section 02900 Landscaping ,."..,.."..,..,.."..,.."."."..,..,..,.".,..,.".,..,.".,..,.... 02900-1 Section 03350 Colored Concrete Finishes ....,............................................. 03350-1 , ADVERTISEMENT FOR BIDS BROOKLAND PARK SEWER SEPARATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 AM, on the 12lfi day of May, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law, Sealed proposals will be opened immediately thereafter by the City Engineer or designee, Bids submitted by fax machine shall not be deemed a "seaied bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at th 7:00 P,M, on the 18 day of May, 2004, or at such later time and place as may be scheduled, The Project will involve the following: . PCC pavement removal . 7" PCC pavement . Driveway/sidewalk removal and replacement "-' . 12" RCP storm sewer 0 = = Storm sewer intakes, connections, and .r- . ~O :>>- abandonment )>- -0 II All work is to be done in strict compliance with O~ ;;0 - the plans and specifications prepared by City of -0 U1 I Iowa City Engineering Division, of Iowa City, Iowa, ~r m ill ;1>0 which have heretofore been approved by the City -:0 :::J: r1 O^ '-./ Councii, and are on file for public examination in ~. C5 the Office of the City Clerk. )> N Each proposal shall be completed on a form N 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 tlie TREASURER OF THE CITY OF IOWA CITY, lOW A, and shall be forfeited to the City of Iowa City in the event the successfui bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. AF-1 , , . , , , The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price. said bond to be issued by a responsible surety approved by the City. and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Compietion Date: August 1, 2004 Liquidated Damages: $500.00 per day The plans. specifications and proposed contract documents may be examined at the office of the City Clerk, Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division. 410 E, Washington Street, Iowa City. Iowa, by bona fide bidders. A $15 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to 'City of Iowa City'. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors '" 0 = and subcontractors on City projects. A listing of = ~O .z:- minority contractors can be obtained from the - -0 Iowa Department of Economic Deveiopment at 0:;:1 ::0 Il (515) 242-4721 and the Iowa Department of - ;:<0 en r- , Transportation Contracts Office at (515) 239- _ r- m 1422. m :>:>- -:0 ::Jl: r--, , . Bidders shall list on the Form of Proposal the 0- '? '-..I ~^ names of persons, firms, companies or other )> N parties with whom the bidder intends to subcon- N tract. This list shall include the type of work and approximate subcontract amount(s), The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors. together with quantities, unit prices and extended dollar amounts, By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities, Published upon order of the City Council of Iowa City, Iowa. MARIAN K, KARR, CITY CLERK AF-2 I, , , , > . 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 I projects with the City of Iowa City. 2, References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3, Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal ,..., 0 = = ~o .<:"" %> " 11 o~ :::0 - I ~o Ul - .- m m :!:: U -:0 ~ ~A C5 )> N N NB-1 , , , FORM OF PROPOSAL BROOKLAND PARK SEWER SEPARATION 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 "" 0 = Address of Bidder = ~G .z:- .- -0 -j ::0 11 TO: City Clerk 0-< - City of Iowa City ;:<0 Ul r Civic Center - , m m 3>> 410 E. Washington Sl. -:0 ::ll: 0 0;:>-;: C5 Iowa City, IA 52240 ~ N N 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 Cqntract 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. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 PCC, 7" Pavement SY 1,019 $ $ 2 Driveway, Remove & Replace SF 1,191 $ $ 3 PCC Sidewalk, Remove & Replace SF 215 $ $ 4 Storm Sewer, 12" RCP LF 562 $ $ 5 Storm Sewer Intake, Grate EA 1 $ $ 6 Storm Sewer Manhole EA 1 $ $ 7 Pavement Removal SY 1,019 $ $ 8 Removal of Storm Sewer Intake EA 1 $ $ 9 Storm Sewer Abandonment LS 1 $ $ 10 PCC, 9", Storm Sewer Trench SY 146 $ $ 11 Landscape Restoration LS 1 $ $ 12 Finish Grade, Topsoil & Seed LS 1 $ $ 13 Traffic Control LS 1 $ $ 14 Mobilization LS 1 $ $ TOTAL EXTENDED AMOUNT = $ FP-1 . , , I". 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: Address: Phone: Contact: "" 0 = = .r- :i:o ".. J>==i -0 \l ::0 0-< - I ~o ()1 iTl -c ~ '" ,--0 -:1J U ~;:>;: 9 )> N N FP-2 : , , " BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided, We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated ~, for _ - = Project. ~ ~ <:0 ",. )>- ;S -n NOW, THEREFORE, 0 ~ u; r== ;:::20 rn (a) If said Bid shall be rejected, or in the alternate, --- ~ ~ 0 07' Ci (b) If said Bid shall be accepted and the Principal shall execute and de~r a coRiract in the form specified, and the Principal shall then furnish a bond for the PrinCIPal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void, Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , AD., 20_. (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 . . t ',: 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 bid documents dated the _ day of , 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upori which the Contractor is willing to perform the Project NOW, THEREFORE, IT IS AGREED: 1, The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers , b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; 0 "" = = c, Plans; ~O ~ - --j " 0-< ::0 Il d. Specifications and Supplementary Conditions; ::<!O - - Ul r- - r- e. Advertisement for Bids; f71 :J:zo m -:0 ::r 0 0_ ~^ '2 f. Note to Bidders; )> '" '" g, Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j, Proposal and Bid Documents; and k. This Instrument The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 , , I ~. , 3, The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions, DATED this day of ,20_. Citv Contractor Bv Bv (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: N City Attorney's Office 0 = = -&" ~o ;po -0 11 o::! ~ - I -0 U1 ;:<, :J>> m m C""' -::D ::l!: .J 0- 9 ::f-^ )> N N AG-2 , , I,. 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 ContradEit and ~rety <:0 J> hereby bind themselves, their heirs, executors, administrators, successors and aSS~jOiriDY andtl o -- severally, --j 0 U1 r ~I m m J> . -:JJ 3: 0 07' - WHEREAS, Contractor has, as of , entered into !€ <;? (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 by _, 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 ~greement, 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 , , I ~ 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 ( ) 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 low!!,. are ~o = a part of this bond to the same extent as if it were expressly set out herein, = .r- """ };>:::2 -u 11 ;;0 - 0 - .-- SIGNED AND SEALED THIS DAY OF en , -'ir, 'ill 20 :-<h, > - -::0 :x 0 ~:A '? IN THE PRESENCE OF: :P- I'.> I'.> (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 ----- f, I , Contract Compliance Program "" - = o ~ :2:0 ,.. )> \ ;:5 Il 0-< - - .-- -Ie; Ul I :<, m m ;po -:IJ :;>: 0 0;;><; - ~ '? )> N N ~o&-. CITY OF IOWA CITY , , I , SECTION 1- 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. "" ~o = = .r- ". )>=:j -0 -n = 0-< - I -l0 U1 ,.(,- J:>o m -rn 0 -:0 ::It ~7' C5 )> N N CC-1 . , I,. SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship, b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U,S,C, ~ 1608 et sea.) and relevant orders of the U,S, Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3, Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the worK site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. ,.., ~O = = .r" ,... )>- -0 -n ::2 ::0 - - 0 I -\0 U1 -:-< F;:; :e>- m -:0 ::;!; 0 ~7' '? )> N N CC-2 , , I., 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 '" 0 = = .r- 50 :t>> >-3 "'1j 11 = 0-" - I ... " c.n -,CJ rn :<i :Do [Ii 0 -:0 :;;: 97' <? ~ N N CC-3 , '. I" I SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1, COMPANY POLICY Detennine 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 c@p>ortuni~rogram. All employees authorized to hire, supervise, promote, or discharge employees or are i~l@9 in~ch ~ons should be trained and required to comply with your policy and the current equal emplgymerlf'opp nity laws, Q~ ~ \ -I' rn ,..<i 4, RECRUITMENT -_ 93 ~ 0 07' C5 (a) Let potential employees know you are an equal opportunity employer. Ttf can ~ done by identifying yourself on all recruitment advertising as "an equal opportunity employer". I'> (b) Use recruitment sources that are likely to yield diverse applicant pools, Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffinns 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 perfonnance, (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this infonnation necessary to judge an applicant's ability to perfonn the job applied for?" Only use job-related tests which do not adversely affect any particular group of people, (g) Monitor interviews carefully, Prepare interview questions in advance to assure that they are only job related, Train your interviewers on discrimination laws, Biased and subjective judgments in personal interviews can be a major source of discrimination, (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ------------ -------- , , I, I ~ j ~~~~'t~ ~.. "'lIIIl~ .......~ ~ Cftyof ~ ~ C~ 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, ...., 0 = = or- :;Eo :Do )>~ -0 11 J :;0 o ' - r- -0 Ul ~r :l> m rn 0 -::u ::1I: 0 C3 ..,..:;;<;: ~ N N CC-5 ---------- ---- I. I., 2-3-1 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: C. It sha.1I be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof. to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2-3-3: Credit Transactions; Exceptions publicize that Individuals are unwel- 2-3-4: Education come, objectionable or not sollclled 2-3-5: Aiding Or Abetting; Retaliation; for employment Of membership be- Intimidation cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment pOlicies relating to preg- A. it shall be unlawful for any employer nancy and -childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender identity, marital status, nation- Is a prima facie violation of this Title. a! origin, race, religion, sex or sexual 2, Disabilities caused or contributed to orientation. by the employee's pregnancy, mlscar- B. It shall be unlawful for any labor orga- rla.ge, childbirth and recovery there- nization to refuse to admit to member- from are, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability Insurance or sick applicant for membership, apprentlce- leave plan available In connection with ship or training or any member In the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of Ing because of age, color, creed, employment as applied to other tem- disability, . gender identity, marital porary disabilities. status, national origin, raca, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- ,..., 0 = = .r' ~O ;po )>=1 -0 11 ?O 0-< - .- r- ---\0 U1 897 Iowa City :<r IT1 m :P> ' -:0 ::;:: 0 Si^ '? > N w CC-6 , , I. , 2-3-1 2-3-1 speclive employee a lesl for Ihe pres- 2, An employer or employment agency ence of the anlibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the ment between an employer, employ- disabled or elderly, Any such employ- ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697,11-7-1995) to the human immunodeficiency virus, is prohibited. The prohiblt/ons of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemiologist determines and the if the employer or members of the Director of Public Health . declares family resIde therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired Immune deficiency syn- employer's family, drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficlency virus to other persons in a those certain Instances where sex is a specific occupation. bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1, Any bona fide religious institution or rowiy. Its educational facility, association, corporation. or society with respect 10 6, A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- fication which serves a bona fide pub- tions are related to a bona fide reli- lic purpose. glous purpose, A religious qualifica- tion for instructional personnel or an 7, To employ on the basis of disability administrative officer, serving in a in those certain Instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reli- patlomil qualification reasonably nec' gious institution shall be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The tion. (Ord, 94-3647,11-8-1994) bona fide occupational q~lfication shall be interprete<Dnarro~, (Ord, 94-3647, 11-8-1994):;EO ~ )>~ ;g -n o=< - - -10 U1 ! .-<, ".. m -93 ='= U 897 ~^ 9 Iowa City )> N c.l CC-7 , , I" GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series 'of 2001, as amended. shall apply except as amended in the Supplementary Conditions, '" 0 = = ..c- :2:0 - ::r>- " 11 o=<' = - I ~o Ul _ r m m :Do U -::JJ :z ~^ C5 )> N w GC-1 , , /, SUPPLEMENTARY CONDITIONS ************************************************************************************************************* NOTE TO SPECIFIER: See S-3 and S-12 of this section ************************************************************************************************************* ARTICLES WITHIN THIS SECTION S-1 Definitions ....., 0 = = S-2 Limitations of Operations .r- ~O ~ S-3 Insurance >~ " -n :;0 S-4 Supervision and Superintendence 0-< - - S-5 Concerning Subcontractors, Suppliers and Others ;::<0 Con I -~ rn S-6 Compliance with OSHA Regulations > 0 -::IJ :x S-7 Employment Practices ~;A C3 S-8 Contract Compliance Program (Anti-Discrimination Requirements) .. )> N S-9 Measurement and Payment w S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-federal-Aid Projects Caption and Introductorv Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction:' Series of 2001, as amended and other provisions of the Contract Documents, All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS, ADD to or CHANGE the following definitions within 1101,03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents, "CONTRACTING AUTHORITY:' "DEPARTMENT Of TRANSPORTATION:' or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. SC-1 I, / ~ S-2 LIMITATIONS OF OPERATioNS, Add the following paragraph to 1108.03 of the lOOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for 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: Tvpe of Coveraae Comprehensive General Liability Each Occurrence Aaareaate Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Sinale Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa, 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by AM, Best. ****************************************************************************************************************** NOTE TO SPECIFIER: ..., Verify coverage amounts with the Risk Manager, City of Iowa City, 319-~6-505~ ********************************************************************************************~~****~*** P:j ;g 11 0' - - .- --10 Ul I _-<r :0- m m 0 -:0 ::It 0;;>;:: '? ~ N w SC-2 , , i, In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1, 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 fir~t 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 I 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 noUn com~ance with the requirements herein provided, and on that basis to either awarc:f::tfle contfSct to the n~xt low bidder, or declare a default and pursue any and all remed~s~ailie to.-n the City, () -, _ - . ~O ~ r :<,- ".. m m :x C -::D J ~7' 9 )> N SC-3 w , , /', 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 I C, HOLD HARMLESS 1. 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 lOOT 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 pagin~rvice gthis individual. ' . :> () ~ - ~ -u :J> -l :;0 11 S-5CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. () -< - I -l() U1 , 0:<,- m Add the following paragraph to 1108.01 of the lOOT STANDARD SPECIFICATION~ S3 ~ r: 0- _ '-..J 1{0 Bidders shall list those persons, firms, companies or other parties wh'll!:l it proposes/intends to enter into a subcontract regarding this project as require for approoval 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. ****************************************************************************************************************** NOTE TO SPECIFIER: Some contracts may need to adjust the requirement of the prime to perform 50% of the total contract cost. ************************************************************************************************************* SC-4 - - - -.----.---.- ", S-6 COMPLIANCE WITH OSHA REGULATIONS, Add the following paragraphs to 1107,01 of the lOOT 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 i 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 MEASUREMENT AND PAYMENT. ~ ~ .. 0 ".. ~~ -u ~ Section 01025, Measurement and Payment, contained in Division 1 of these speci~Il~ns iffifineii::::: all pay items and methods of measurement. The provisions of this section Il--SUPeJlied~ --' applicable sections in the lOOT STANDARD SPECIFICATIONS. --<M ~ r-> - :0 :z: '0 S-10TAXES. ~7' 9 ~ N Contractor shall pay all sales, consumer, use and other similar taxes required to be p~ in accordance with local law as outlined in 1109.07 of the lOOT Standard Specifications. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reiml;>ursement from the State, Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed, SC-5 I " ", S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the lOOT 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-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AlD PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these reauirements involve onlv hiahwav proiects not funded with Federal monies. *****~********************************************************************************************************* NOTE TO SPECIFIER: Include S-12 only for highway projects not funded with Federal monies. *************************************************************************************************************** ~ 0 = ~ >-.0 'P' ~ 11 ::P:=:\ ;;0 / - 0" - .- :=:\0 <.1' m :<h ;po ,--, -:JJ ::; U ~/, 6 N ::P w SC-6 " I" RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country, That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state, This qualification as resident bidder shall be maintained by the, bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion, COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 4/04 data on citynUEng/MasterSpecs/fronlend.doc :;;; 0 <=> ;- ~() ~ \l )>:=\ :;;0 0-< - - ..-- U1 ; ""'Cl III =2, - '-n 3'" 0 . \ ::;: -:::0 ~7' C5 N )> w R-1 , , l., SECTION 01010 SUMMARY OF THE WORK PART 1 - GENERAL General description, not all inclusive, A. Base Bid Work: I. Remove Portland Cement Concrete and Asphalt Cement Concrete roadways, driveways, parking lots, curbs and gutters, sidewalks and other miscellaneous items. 2. Construct Portland Cement Concrete and Asphalt Cement Concrete roadway, driveways, curbs and gutters, sidewalks and other miscellaneous items, 3, Remove existing storm intake, and abandon exiting storm sewer pipe. 4, Furnish, install and construct storm intakes, sewer pipes and manholes, 5. Provide traffic and pedestrian traffic control during all phases of project 6, Clear and grub existing vegetation and furnish and install seed, fertilizer and mulch throughout project 7, Other work associated with storm sewer reconstruction, '" Q = ~ <:0 ".. )>- CJ 11 O~ :u - r- :::;0 U1 , -'I m - .....1"1"1 "".. ,1 0::0 :;: '-J ..:-'/' C5 > )> '" w 01010-1 , , I,. SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment. will be based on the actual quantity of work perfonned according to the various classes of work specified unless noted in Part 3 of this Section, The Contractor will be given an opportunity to be present during measurement 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for perfonning 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 pro'?iged for this work, it is to be considered incidental to the project and no separatt5aymen~ll be made. ~O ".. - -0 11 ~~ ::0 _ PART2-PRODUCTS 0-< Ui \ ~O m -<.'- 0 2.01 NONE -_Sj ~ O~ C5 PART 3 - EXECUTION ~ ~ 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 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 ----.-- '. I,. 3.02 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 the Contractor or hislher 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 unifonn surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item ill the FORM OF PROPOSAL. The Contractor must pay for all parking pennit 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. Pennits paid for by the Contractor will b<:J.ssued "mf for construction vehicles, not personal vehicles. 0 -=- . :2:0 !Q 11 The Contractor shall be responsible for continuous cleaning of mud and de~ adffient ;::::: driveways, streets, sidewalks and private property, when mud and debris is . . tedemere m as a result of any construction activity. The cost of clean up shall be incidental';:. S ~ b -:JJ ~ S27' 9 ~ N 01025-2 )> w , , '\ B. BID ITEM DESCRIPTIONS L PCC, 7" Pavement I The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements installed by non-slip form construction. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade, forming, supply, placement and fmishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Aggregate durability class for all p,c. Concrete paving shall be Class 3. Due to restrictions in space, slip form paving will not be allowed for this project. 2, Driveway, Remove and Replace The unit prices for these items will be paid based on the number of square feet of Portland Cement Concrete driveways removed and replaced. Also included with this item is the removal and replacement of any rock/gravel driveway needed due to construction, The removal and replacement of the rock/gravel is incidental to the item, and is not included in the quantity, Driveway removals shall be kept to a minimum, and shall match existing widths and grade as possible. 3, PCC Sidewalk, Remove and Replace The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk removed and constructed at the specified widths, thicknesses and mix designs. Included with these items is sub grade preparation and compaction, subgrade treatments, forming, concrete placement and finish~, curb ramps, curb ramp coloring per Section 03350 (or current revise~A c~ ramp specifications), curing, jointing and joint sealing, and backfilling at ~es.!; -r\ );:>=-1 ~ _ 4, --z _ \ Storm Sewer, 12" RCP 0 (.1l m :::\0 \ --Z~ ? CJ The unit prices for these items will be paid based on the number....\> 'ne~feet installed. Length will be measured for each size and type of pipe along~pe ~ter I line with no deductions for prefabricated bends or flared end sections~easur~nt shall exclude the space across manholes and intakes, The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required' for connections to dissimilar pipes, manholes, or other appurtenances, b. Trench excavation including furnishing necessary equipment. c. Trench boxes required for safety and to minimize disturbance to features to be saved, 01025-3 . I, I d. Exploratory digging required to determine location of existing structures or potential conflicts. I e, Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g, Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h, Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc" as required, L Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures, J. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather, k. Testing of sewers as required, 1. Temporary support of existing utility mains and service lines. m. Temporary fencing required to contain livestock. n. Repair or replacement of utility services damaged by the Contractor. 0, Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. Connection to the existing RA-5 intake at the comer of Melrose Court shall be considered incidental to this item, 5, Storm Sewer Intake, Grate The unit prices for these items will be paid based on the number of each type of intake constructed and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewers and intake throats shall be considered incidental. Stoppers for stub connections are incidental. 6, Storm Sewer Manhole ; ,...., The unit price for storm sewer manhole will be paid based on the nu~er cons~cted and shall include chimney seal and the manhole frame and casting. -:? 0 ~ II :>>-::4 -;xJ ~ -< - ,- o <JI' ~O ill -<~ po 0 - , ::J>: 5'22. 0 7, Pavement Removal. ~/' ~ I 01025-4 I I ---- .. I,. Removal quanlitles shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks, Removal of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Borrow Excavation and will not be measured and paid under this item, Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer, Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this pwpose is considered incidental. Removal and replacement of any gravel/rock necessary at the alley off of Brookland Park Drive shall be considered incidental. 8, Removal of Storm Sewer Intake The unit prices for these items will be paid based on the number of each type of designated structure which is removed and inchldes excavation, demolition, removal, disposal of debris and supply, placement and compaction of specified backfill. 9, Storm Sewer Abandonment. The unit price for sewer abandonment will be paid based on a lump sum basis, The abandoned sewers shall be filled with non-shrink flowable mortar, including bulk- heading with concrete and modifying inverts in existing manholes and intakes which remain in service, The unit price for each manhole abandonment shall include all work required to excavate, perform structural removals, fill and cap remaining structure, and supply, placement and compaction of specified backfill. 10, PCC 9", Storm Sewer Trench The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements installed, This item involves replacing the constructed trench from the storm sewer with PCC to the elevation that matches existing surrounding pavement. Pavement depth of 9" is approximate, and may vary, Depth shall matciEthat of existing pavement, including asphalt overly, 0 5? :2:0 ". Aggregate durability class for all p,c. Concrete paving shall be clasB,-:<I ~ ~ 11. ::::iO cJl m Landscape Restoration :< h; -e 0 -:0:::: J The lump sum price for this item will be paid based on percent co~!2 ~ item will be dependant on the amount of area disturbed behind the eJltsting ~ of pavement and proposed back of curb, and may include grading, mulch, or salvaging of plants/flowers, 12, Finish Grade, Topsoil & Seed The lump sum price for this item will be paid in full upon completion of all work on the project. The item includes those disturbed areas that are currently grass and are disturbed by construction along Brookland Park Drive due to removal and 01025-5 " 1\ replacement of pavement. This item requires those areas to be seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction in unit price shall be made for various seed mixtures specified, The standard DOT urban mix is required, Only disturbed areas not replaced with pavement or landscaping shall be seeded unless noted on the plans or directed by the Engineer. 13. Traffic Control. The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including banicades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures, Item includes temporary traffic control for sidewalk ramp reconstruction, and possible potholing for sanitary service and water main locating, 14, Mobilization The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. r--' = - = o .r- ~o ~ :v-~ :;.0 JJ go ~ ~ :< M ". r-1 -':0 :]I: \.J ~5K <? :v- ~ 01025-6 " ", SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: A Prepare, submit and update as necessary a schedule of the work B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences is a high priority. Schednling of work shall be planned with this in mind. 1,02 SUBMITTALS: A The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified, The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer, B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS r-.> None. = - = o -'="" :2:0 ~ PART 3 - EXECUTION ):>-::::j :;u JJ 0-<' - r 3.01 MEETINGS PRIOR TO CONSTRUCTION: 29 Ul rn - \-11 ""'" \-j _ :JJ ::It <oJ A. A Pre-Construction meeting will be held prior to beginning work 0- Ci :2:/'0 .. );> ~ 3.02 PROGRESS OF WORK: A The specified completion date is August 1,2004 Liquidated damages of $500,00 per day will be charged on work beyond this date, B. No work shall be done between the hours of 10:00 p.m, and 7:00 a,m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D, Construction will proceed in phases, The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the 01310-1 '., t., Engineer. E, Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F, The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses, G, Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3,03 COORDINATION WITH UTILITIES: A- Il is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A- Notify the Engineer four days in advance of street closings so that a press release can be issued, No street may be closed without the Engineer's approval and said notification, 11100 shared\engineer\specs-ii\OlJlO.doc <--'> = - = o .s:- ~O ~ -n ):>:::j :;:0 0-< - P :::!o <Jl m r ,\ - [l1 ~ 0 -:D ~ ~7' 9 '):> ~ 01310-2 .. I, SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL 1.01 SUMMARY: A. Fumish, install and maintain traffic control and construction facilities required for the work Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications, B- U.S, Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans, 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control..Eot spe@1cally addressed by the project plans, ~ ~ o :>- >- -u 11 PART2-PRODUCTS Cy-:! :: = -'-- 0 <J1 \ -\ m 2.01 MATERIALS: --< F;:; :po 0 ':X . O:JJ - A. Traffic control devices may be new or used, but must meet the requiremetU& 6f the TI)OT . Standard Specifications, )> ~ B- All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2,01 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p,m. and 7 :00 a,m, PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11, General Requirements and Covenants, Section 1107.09. Barricades and Warning Signs. 01570-1 ------- " " Division 25. Miscellaneous Construction, Section 2528. Traffic Control. 3,02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed, 3,03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours, Repair, replace and maintain as necessary, B. Pedestrian accesses to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer, ,.., = 6 = 3.04 EXCAVATIONS: ~ :ZO ".. -,:) -n :Y'===\ ,""", A. All excavations shall be fenced, ,- - 0-' - 1 ~o Ul ' -\ -- In 3,05 ADDITIONALFAClLITIES: .,.<~ ~ 0 r= :I.. _ ~7' 0 A. All signs, barricades and fences within and beyond the project area deemed ~ropria\(9Y the Engineer shall be the responsibility of the Contractor. ..,- 3.06 SUPPLEMENTAL CONDITIONS: A. The area of construction consists of narrow streets and heavy pedestrian traffic, Contractor shall take this into consideration when setting up and maintaining traffic control. 8, A minimum of one direction of traffic through this area shall remain open at all times, either by way of Melrose Court or Brookland Park Drive. C, Additional signing, and possibly fencing, will be needed during the removal and replacement of the sidewalk curb ramps, The furnishing and installation of these items shall be included in this item. D, Additional temporary traffic control may be needed during sanitary and/or water main service locations (potholing), 01570-2 '" " SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 - GENERAL 1.01 SUMMARY: A Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove eXlstmg storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project '" 0 = = 1.04 SUBMITTALS: -""' :$0 ,.,.. )>-:::! -u 11 ::0 A, Locations of disposal sites. - - 0 I -0 (J1 ~r ".. ill PART 2 - PRODUCTS rn 0 -::D ::1l: O- S' ~^ 2.01 MATERIALS: )> N s:- A Granular backfill material shall consist of Class A Crushed Stone, !DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24, Structures. Section 2401. Removal of Existing Structures. 02050-1 " r.. Division 25. Miscellaneous Construction, Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks, Section 2515, Removal and Construction of Paved Driveways. Section 2516, Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section, The Engineer reserves the right to revise demolition limits if required by the nature of construction, 3.03 PROCEDURES: A. Utilities 1. NotifY all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2, When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities m:e damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense, 4, Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shaH be relocated in accordance with instructions from the Engineer. Generally, the respective utiiwne~hall be responsible to perform relocation work for their facilities. The ~actO;:shall cooperate with these efforts in every reasonable way and shall n _ enti@:1 toll additional compensation for delays resulting from such relocations. C) -< - I ---\C0 U1 III B. Site Protection Measures ,,-< ;:; ~ 0 _-n O~ C5 1. Refer to Traffic Control Sheets for details. ~ ~ r 2, Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas, 3. Warning devices shall be kept operational during all non-working and non-active periods, C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained at all times, Temporary gravel surfaces shall be provided as directed by the Engineer, 02050-2 " I" 2, Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible, D, Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2, Pavement removal shall include brick, P.c. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4, Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2, Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density, Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved uon-shrink tlowable mortar and bullilleaded at each end with concrete. 4, Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. ';;5 6 '.? ::2:0 ~ II y=::\ -;:0 _ -< - r- <20 cJI rn -<~ ;po 0 - , :; -:0 - O/'- 0 ::2: ., y ~ 02050-3 -- ". SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified, 1.02 REFERENCES: r-> = 0 = .r- $0 ".. A, !DOT Standard Specifications, .", 11 ~.~ = 0-< - - I PART 2 - PRODUCTS :=\0 cJl rn ...<,- ".. - - rn 0 --r; ::;;:: None, n:::::- 0 ~/, < '" PART 3 - EXECUTION :;p r 3.01 TECHNIQUES: A Except as amended in this document, the work in this section will conform with the following divisions and sections of the !DOT Standard Specifications: Division 21, Earthwork, Sub grades and Subbases. Section 210 1. Clearing and Grubbing, Division 25. Miscellaneous Construction, Section 2519, Fence Construction, 3,02 EXISTING TREES, SHRUBS AND VEGETATION: A All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B, No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removaL The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 ". f, 3.03 EXISTING STRUCTURES AND PROPERTY: A Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City ofIowa City, Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road, Salvage and store any unique supports for mailboxes, Restore mailboxes and their supports to their prior location and condition when road is reopened. 3,04 EXISTING FENCING: A Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials, 3.05 EXISTING UTILITIES: A Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area, 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion ControL 11/00 '" shared\engineer\specs-ii\02100.doc 0 = ~ ~O "... ::r>-j -u -n "" O~,. - I -10 CJl :<r ~ rn [T1 0 --n ~ O~ C5 -s;^ ~ N s:- 02100-2 I - " r'., SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 - GENERAL 1.01 SUMMARY: A Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread, 1.02 REFERENCES: A IDOT Standard Specifications, 1.03 QUALITY ASSURANCE: A Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise, B. Borrow sites and materials shall be approved by the Engineer prior to use, PART 2 - PRODUCTS 2.01 MATERIALS: A Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120,04 and Section 4109, Gradation No, II. PART 3 - EXECUTION ';i. "'" -" ~ 3.01 TECHNIQUES: ~ 0 ~ -r\ ~ ;;;"'-., ?' -- A Except as amended in this document, the work in this section will conf~~ith ille ~ following divisions and sections of the IDOT Standard Specifications: -) \'-: ~ 0 ::"- f'J ::Jl'. ~:rJ ~ Division 21, Earthwork, Sub grades and Subbases. g";i' <? ~ . z ~ sectJons y" ;:" Division 24. Structures, Section 2402, Excavation for Structures. 3.02 TOPSOIL: A Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 --- ~ '., " landscaping, Protect topsoil from mixture with other materials such as aggregate and from erosion, Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B, Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property, Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site, C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench, Remove last of material to be excavated by use of hand tools, just before placing pipe, Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing, Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B, Protection 1. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area, C. Trench Width 1. Make pipe trenches as narrow as practicable and safe, Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of ~ and elevation I foot above top of pipe, 0 :2 >0 ~ 3, Refer to plans for allowable trench widths within the pipe envelii~for ~ous 11 types, sizes and classes of pipe, 0 C) -z;; I --1 ~ rn -<'r . .. ... -n :P- r-' D. Trench Excavation in Fill - ':n ::;;:: U 0- - :;;:'" <? j> N &" 02220-2 --- " \ t, I, Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas, Take particular care to ensure maximum consolidation of material under pipe location, Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures I. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures, Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil . 1. The Contractor shall notifY the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation, 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City, The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3, Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR, 4, Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots, Do not leave frayed, crushed, or torn edges on any roots I" or larger in diameter or on any branches, Frayed edges shall be trimmed with a utility knife, Do not use tree paint or wound dressing, If conflicts with large roots and branches are anticipated, notifY the Engineer, 3, No construction materials and/or equipment are to be stored, piled, or PWked within the trees' drip line, 0 ~ 50 ,.,.. 4, Excavators and loaders used on brick surfaces shall be limitedJto-thos~ith-n rubberized tracks or rubber tires, ~ -;; ~ r==,.<.r- \T1 5. Do not use or operate tractors, bulldozers, or other equipment on lliL%~ surfaCes 0 when treads or wheels can cut or damage such surfaces, ~ ?;:. <? )> N (J\ 02220-3 I, 6, Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced, Use suitable materials and methods for restoration. 7, Aerate all grassed and planter areas compacted by construction activities, 8. Utility lines, including drainage tiles, encountered shall be restored in one of the - following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approvaL All utility repairs shall be made prior to backfilling the trench, H, Water Services L Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints, The cost for this work shall be at the Contractor's expense. 2, In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new I-inch or larger copper water service pipe from the water main to the curb box, The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3, When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4, Water service pipe shall be type k soft copper. 3,05 ROCKEXCAVATION: '-,' - = A. Rock excavation will be considered Class 12 Excavation as defined in IDO~tandar~ Specification Section 2102,02. ); ~ ~ Il -<' ::TJ 0' - 1- B, Explosives shall not be used for rock excavation. --l C! U1 ,-<, m m ",. ,--, n::O :x U '-- -- C3 ::'E'^' )> '" U1 02220-4 " ['i 3.06 BACKFILLING: A. General L Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations L Begin backfilling as soon as practicable and proceed until complete. 2, Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density, The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade, If not under pavement, backfill to within 12 inches of finished surface. b, All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. c, Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench, C. Backfilling Around Structures L Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected, A void unequal soil pressure by depositing material evenly around structure. 2, Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified, 3,07 UNAUTHORIZED EXCA VATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specif!>,d, backfill, at Contractor's expense, with Class A crushed stone compacted to ~% Sta~d Proctor Density. ::2: 0 "'" )> : ~ l] ./ 0' - - --10 U1 \ .-<r m m ~ 0 -:0 - II/DO 0;;;;:: 0 sharedlengineer\specs-iiI02220.doc ~ ~ <Jl 02220-5 " " SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 - GENERAL 1,01 SUMMARY: A- Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone, 1.02 REFERENCES: A- IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. PART 2 - PRODUCTS 2.01 MATERIALS: A- Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials, Section 4130. Revetment Stone and Erosion Stone, Section 4169, Erosion Control Materials. Section 4196, Engineering Fabrics. PART 3 - EXECUTION 3.01 TECHNIQUES: r--> = o ~ A- Except as amended in this document, the work in this section will co~@ with-;the following divisions and sections of the IDOT Standard Specifications: :j;u I I 0' - r-- D' ., 25 M' 11 C . -lO c.:1 G-l lVlSlOn . lsce aneous onstrucl1on, :<. I ;po Section 2507, Concrete & Stone Revetment. 093 :::: 0 >^ <2 and the following IDOT Standard Road Plans: j> N U1 RC-5 Wood Excelsior Mat RC-16 Silt Fence 3,02 SCHEDULE: A- Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading, Wood excelsior mat shall be placed and staked in seeded areas of 02270-1 , swales immediately following seeding. "" 9 = = -"'"" ..,2.:0 :<>- >-; --0 11 C)-< ;;0 - :0 t.." I _-<, m m "'" -::IJ :x 0 o~ ::?:'^' 0 )> :'~) Ul 02270-2 " ,.\ I SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1,01 SUMMARY: A. All PCC pavement installed on Brookland Park Drive is to be done without slip form technique. Due to limited space, and tight construction restraints, forms will be required rather than slip form. E. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact sub grades to receive Portland Cement Concrete paving, C. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. E. Quality testing: "-' L Compressive Strength Tests. 0 = = .r- :2:0 "'" 2. Entrained Air, )>--1 -u 11 0-< :;0 - ,- ~ C) c.n I 3, Slump, =-< '-' m -m :0- 0 -::IJ :K 4. Density Tests of Base and Subgrade. O~ ~/'- CJ )> N PART 2 - PRODUCTS U1 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the !DOT Standard Specifications: Division 4 L Construction Materials, Sections 4101 through 4122, 02520-1 " B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3, PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the !DOT Standard Specifications: Division 21, Earthwork, Subgrades and Subbases. Section 2111, Granular Subbase, Division 22, Base Courses. Section 220 I. Portland Cement Concrete Base, Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 230 I, Portland Cement Concrete Pavement. Section 2302, Portland Cement Concrete Pavement Widening, Section 2310. Bonded Portland Cement Concrete Overlay, Section 2316. Pavement Smoothness. "-> Division 25. Miscellaneous Construction. 0 = = Section 2512, Portland Cement Concrete Curb and Gutter. ='E (J .&" :t- Section 2515, Removal and Construction of Paved DrivewaY?---1 " Section 2517. Concrete Header Slab, (J --< = I] - ---,.-, c.n r- Section 2529. Full Depth Finish Patches. ~\....1 , "" m Section 2530. Partial Depth Finish Patches, m ". -::D ::s: 0 0- :;E'" C) 3.02 CURING AND PROTECTION OF PA VEMENT: )> N c.n A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb, 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expeCted to drop below 350F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temoerature Forecast Covering Minimum 35-320 F One layer plastic or burlap. Minimum 31-250 F One layer plastic and one layer burlap or two layers burlap, Below 250 F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old, 02520-2 ---.--. -- , ;\ C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense, D, Maximum allowable concrete temperature shall be 900 F. E. If concrete is placed when the temperature of the concrete could exceed 900 F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 900 F, 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable, B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 0 '" shared\engineer\specs-ii\02520.doc = = ~~ ~ - "l:J 0-< :::v /] :::';n - ~ c.n ~- _-<r- I m :%> m -:0 :::r 0 0- ;€"" 9 ):> N c.n 02520-3 ~--- ;, , SECTION 02524 CURB RAMPS PART 1 - GENERAL 1.01 SUMMARY: A Construct sidewalk curb ramps to meet ADA specifications, 1,02 REFERENCES: A Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards, C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (lIA-4) 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. ...., 0 = PART 2 - PRODUCTS = ::;Eo ..:- ".. :r-:- --0 2.01 MATERIALS: :;:J :;;;J 11 n ' - =10 U1 .- ! A Section 03350, Colored Concrete Finishes _-<, m nl "'" 0;]:2 3: 0 PART 3 - EXECUTION ~/'. Ei )> N U1 3.01 TECHNIQUES: A Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (lIA-4) and the following sections of the Americans with Disabilities Act (ADA) ~ Accessibility Guidelines for Buildings and Facilities, Section 4, Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of-Way 02524-1 - " 'I 3.02 SLOPES: A, Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than I :50 or 2% to a level plane, C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer, 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6-inch thick colored P.c.c. will be placed at all curb ramps unless otherwise directed by the Engineer. 0 "-> = = - J:"" ~O ". - :;J -0 ::u 11 O. - :0 U1 r --< .. m m > O:n :ll: 0 ;2::A C5 ):> N U1 02524-2 - ',' 'I SECTION 02700 SEWERS PART 1 - GENERAL 1.01 SUMMARY: A Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A Reinforced Concrete Pipe 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe, 2, ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3, ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. 0 ...., = = .- .r- B. Manholes 3f; 0 ",. ::J -0 1. ASTM C478, latest edition, Standard Specification for Pr~(-;~ei;rCe'! II Concrete Manhole SectJons, .-< r- fTJ m = I 022 - 0 ~ C. Intake Structures ;2:/'0. <;? );> N 1. IDOT Standard Specifications. CJ1 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition, 1.03 QUALITY ASSURANCE: A All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection, B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation, C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rej ected. D. Details of gasket installation andjoint assembly are subject to acceptance by the Engineer. 02700-1 , .) E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification, B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City, PART 2 - PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe 1. Joints a. Circular pipe: All joints will be confined O-ring gasket meeting ASTM C443. All pipe 36-inch diameter and smaller will have bell and spigot joints, Pipe larger than 36-inch diameter may have tongue and groove joints, b, Non-Circular pipe: All joints will be sealed with mastic butyl rubber-based sealant meeting the requirements of AASHTO MI98-75, Type "B", 2. Wall Thickness: Minimum wall thickness will be B-wall as defmed in ASTM C76, 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class ill as defined in ASTM C76. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe, 5, Lift holes are not allowed, 6, Minimum Bedding - Type B with compacted granular material to~e spring!ipe of ~~ S ~ )>0 ". =i -0 B, Manholes 0 -< ::: 11 -10 UI r 1. Joints: All joints will be confined O-ring gasket meeting ASTM ~~ :bo m o;:IJ :x 0 2, No lift holes through the entire walL ~'^ a ):> N 3, Mark date of manufacture. UI 4, Inverts: Precast and cast-in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes, 02700-2 . ~ " 5, All manholes are 4-foot diameter unless noted otherwise, 6, Manhole frame and lid to be Neenah R-1670, self-sealing or approved equal. If in paved area, casting shall also be non-rocking, 7, Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. C. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No, 29, 0 r-.> = = ~O -"'" >> -u o=< ::0 Tl - --;0 Ul ! _-< r- m m """ '-:J:J ::Jl: r-, O;A 9 i...J ~ N {Jl 02700-3 ----------- - , 7\ t,,_ PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade I. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed, 3, Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding I. Support on compacted granular bedding material using the type of bedding specified on the plans, If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications, 2, Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids, Compact with pneumatic equipment. 3, Hand shape bell holes so that only pipe barrel receives bearing pressure. D, Connections ..., - = o ~ I. A-locks shall be used for all sanitary sewer connections to ~lesq;nless approved by the Engineer, ;; ::;:! ~ I I -0 U1 ! 2, Subdrains shall be connected to intakes and manholes using IDO~tliJldarc\)!1takm outlet detail RF-19C. 5~ == l..) -> <;? E. Jointing )> N Ul I. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. F. Backfill as specified in Section 02220. G, Clean pipeline upon completion. 3.02 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B, Install O-ring gasket in joints between sections conforming to manufacturer's standard, 02700-4 , t(. , C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe, All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. I. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has retwned to normal level. Repair leaks, 3,03 MAINTENANCE OF FLOW: A Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction, Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed, 0 '" = ~ ~ :<:0 ".. .J>- " -1 A:) 11 0-<:: - -10 UI r --<. ITl m "'" -::lJ :x l~ 0-- a "--' ~/'o. ):> N U1 02700-5 , \' SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance, 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U,SD.A. listings and those of established nursery supplies, 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester, B, Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1,04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted i=ediatet:. on ground and protect with soil, wet peat moss or other acceptable materia~d wa~ as required by weather conditions. p; 0 ~ :< " C. Keep container grown trees and shrubs, which cannot be planted imme&4~ m; b)j 11 adequate watering, Water before planting. --< r; fTl -::rJ :z:,. 0_ :z C ;E"" 0 J ):> " N CJ1 02900-1 \" t, PART 2 - PRODUCTS 2.01 SEED: Minimum Proportion Lbs.l Lbs.! Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0040 Creeping Red Fescue 20% 35.0 0,80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0,11 Birdsfoot Trefoil (Empire) 9% 4 0,09 Alsike Clover 9% 4 0.09 * A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses, 2.02 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter, B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.03 LIME AND FERTILIZER: '" - = A- Ground agriculture limestone containing not less than 85 percent of total cQonates~ <:0 "'"" )>:::; " 11 B. Fertilizer shall contain the following percentages by weight or as approve<\:by-Ej1gini?e'r: -10 Ul r- I Nitrogen* - 15% Phosphorus - 15% Potash .-(% :>> m -:0 ::x: 0 0- - * At least 50 percent of nitrogen derived from natural organic sources of ur@"6iin. <;? )> N Ul PART 3 - EXECUTION 3.01 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand, All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter, 3.02 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre, 02900-2 ')' ,- E. Apply fertilizer at rate of 450 pounds per acre, C, Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense, 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3, Rake seed lightly into loam to depth of not more than \I.-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width, 4, Hydro-seeding may be used upon approval of the Engineer. D, Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April I to May IS and August IS to September IS, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F, All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed, Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 112 tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour, Crawler-type or dual-wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section, G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.03 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as neces~ to p~nt erosion before establishment. :2: 0 -;: )> -l ;g 11 B, Apply lime by mechanical means at a rate of 3,000 pounds per acre. 0 -< _ ;=: -0 U1 ! C. Apply fertilizer at a rate of 450 pound per acre. ;:<! :=;:; ~ ! 1 ~ - :IJ -'" '--' 0:7" is D. Remove weeds or replace loam and reestablish finish grades if there are ~y dela~ in sodding, en E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface, G, Water area adequately at time of sodding and continue as necessary throughout maintenance period. 02900-3 ---------- . f' " H, Sod during approximate time periods of April I to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. L Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.04 MAINTENANCE - ALL PLANTINGS: A Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2 Y, inches by mowing at least three times, Weed thoroughly once and maintain until time of final acceptance, Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D, All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance, Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive, All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11100 shared\engineer\specs-ii\02900.doc 0 ...., = = ~O -"""' ".. <J -{ :::0 11 0-< - -{() c.n ~ I <<r- in m :<:> -::0 ::;r U o~ a ~/'. )> N 0\ 02900-4 <, f'\ '" SECTION 03350 COLORED CONCRETE FINISHES PART 1 - GENERAL 1.01 WORK INCLUDED: A Colored finish for new concrete curb ramps, 1,02 REFERENCES: A LM, Scofield Company Tech - Data BuIletin A-l04,IO, R LM, Scofield Company Tech - Data BuIletin A-5l4,02, C. LM, Scofield Company Guide G-107.02, D, ASTM C309 - Liquid Membrane-Fonning Compounds for Curing Concrete, 1,03 QUALITY ASSURANCE: A Use adequate numbers of skiIled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of concrete coloring, 1.04 SUBMITTALS: A Comply with Section 01310, 1,05 DELIVERY, STORAGE AND HANDLING: A Deliver material in unopened containers with labels identifYing contents attached, R Powdered materials shaIl be kept dry and under coveL Protect liquid material from freezing, Expired materials shaIl not be used, ,.., 1.06 PROJECT CONDITIONS: 0 = = ~ ~~ ".. A Comply with ACI requirements for cold and hot-weather work -0 11 0-< ::0 - I R Pre-InstaIlation Meeting -0 c.n ~I ITl rn > 0 -:IJ ::s: PART 2 - PRODUCTS 0::::" C5 ~ N 2,01 MATERIALS: 0" A Concrete: Reference Section 02520, R Water: Fresh, clean and potable, 03350-1 ~ .\ C. Colored Hardener: 1. Litochrome Color Hardener by L.M, Scofield Company. 2. Color: Tile Red (A-28). D, Bonding Agent: Product known to enhance adhesion to concrete, E. Curing compound: 1. Lithochrome Colorwax by L.M, Scofield Company. 2. Color: Tile Red (A-28). PART 3 - EXECUTION 3.01 INSPECTION: A, Verify that subgrade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. 3.02 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520, B. Float concrete from two directions with wood trowel to create a uniform surface. Do not use metal trowel. C. Colored Hardener: Apply 60 pounds per 100 sq, ft, or rate recommended by manufacturer, Apply evenly in two phases using dry-shake method, Wood float after each shake, D, Trowel surface with a steel or aluminum trowel leaving no trowel marks. E. Protect concrete from premature drying, excessive hot or cold temperature and damage. F, Curing Compound: Apply per manufacturer's guide for rate and method, ~ 0 = = ~O .r- 11/00 ".. -u ---l :::0 Tl shared\engineer\specs-II\03350.doc 0-< - -0 U1 r _~r m m !;: -::0 ~ 0 0- ;;E'" i5 )> N cr> 03350-2 --p~ ~ 10 Prepared by: Brian Boelk, Civil Engineer, 410 E, Washington St.,lowa City,IA 52240 (319) 356-5437 RESOLUTION NO. 04-119 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE BROOKLAND PARK SEWER SEPARATION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS, WHEREAS, notice of publiC hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held, NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2, The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa, 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city, 4, 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, until 1 0:30 a.m. on the 12'h day of May, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be publiShed as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Council Chambers, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 18th day of May, 2004, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk, Passed and approved this 20th ~:~~. ayor Approved by: ATTEST: ~'~A_..u,r ~..u-J ~~. ~~ It I~"tf,,'t City Jerk City Attorney's Office . . Resolution No, 04-119 Page 2 It was moved by Champion and seconded by o I Donne 11 the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~ Bailey x Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilbum " ADVERTISEMENT FOR BIDS BROOKLAND PARK SEWER SEPARATION 'PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until I 0:30 A,M, on the 12'" day of May, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened inunediately 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 will be acted upon by the City Council at a meeting to be held in the Enuna], Harvat Hall at 7:00 P.M, on the 18'" day of May, 2004, or at such later time and place as may be scheduled. The Project will involve the following: . PCC pavement removal . 7" PCC pavement . Driveway/sidewalk removal and replacement . 12" RCP storm sewer . Storm sewer intakes, connections, and abandonment All work is to be done in strict compliance with the plans and specifications prepared by City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF lOW A CITY, lOW A, and shall be forfeited to the City ofIowa 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 maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents, Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days 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 hannless 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 com- pletion and formal acceptance by the City CounciL The following limitations shall apply to this Project: Specified Completion Date: August 1, 2004 Liquidated Damages: $500,00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, 410 E, Washington Stree~ Iowa City, Iowa, by bona fide bidders, A $15 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons, The fee shall be in the form of a check, made payable to 'City of Iowa City', Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects, A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422, Bidders shall list on the Form of Proposal the names of persons, fInns, companies or other parties with whom the bidder intends to subcontract. TIlls list shall include the type of work and approximate subcontractamount(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 required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK OFFICIAL PUBLICATION A $15 non-refundable fee is ADVERTISEMENT FOR BIDS required for each set of plans and speci- BROOKlAND PARK SEWER lications provided to bidders or other '5(P.'1Cj SEPARATION PROJECT . interested persons. The fee shall be in the ' Printer9s Fee $ Sealed proposals wm be form of a check, made payable to 'City of I received by the City Clerk of the City of Iowa City'. . , Iowa City, Iowa, until 10:30 A.M. on the Prospective bidders are 12th day of May, 2004, or at a later date advised that the City of Iowa City desires CERTIFICATE OF PUBUCATlON and/or time as determined by the Director to employ minority contrac-torS and sub- of Public Works or designee, with notice contractors on City projects. A listing of STATE OF IOWA, of said litter date and/or time to be pub- minority contractors can be ob-tained JOHNSON COUNTY. SS: lished as required by law. Sealed propos- from the Iowa Department of;Economic als will be opened immedi-a~.ly there- Development at (515) 242'4721, and the THE IOWA CITY PRESS-CITIZEN after by the City Engineer or designee. Iowa Department of. Transportation Bids sub-mitted by fax machine shall not Contracts Office at (515) 239-1422. FED. ID #42-0330670 be deemed a "sealed bid" for purposes of Bidders shall list on the Form this Project. Pro-posals will be acted of Proposal the names of perSons, firms, upon by the City Council at a meeting to companies or other pa_rties,with whom be held in the Emma J. Harvat Hall at the bidder intends to subcon~tract. This I, 7:00P.M, on the 18th day of May, 2004, or list shall inClude the type of work' and at such latertime and place as may be approximate subcontract-amount(s). Linda Krotz, being duly scheduled. The Contractor awarde'd the sworn, say The Project will involve the contract shall submit a list on th'e Form'of that I am the legal clerk of the IOWA following: Agreement of the proposedsubcontrac- r PCC pavement remOval tors, together with quanti-ties, unit prices CITY PRESS-CITIZEN, L 7" pcc pavement and extended dollar amounts. . a newspaper L Driveway/sidewalk removal and By virtue of statutory authori- published in said county, and that a replacement , ty, pref-erence must be given to products r 12~ RCP storm sewer i and provi~sions grown and coal produced notice, printed of which is r Storm sewer intakes, connections, and within the State of Iowa, and to Iowa I a copy abandonment domestic labor, to the extent lawfully re- hereto attached, published in All work is to be done in striCt" quired under Iowa Statutes. The Iowa rec- was I compli~nce with the plans and specifica- ipro-cal resident bidder preference law. said paper I time(s), on the tions prepared by City of Iowa' Oily applies to this Project. I Engineering Division, of Iowa City, Iowa, The City reserves the right to follOwing date(s): which have hereto-fore been-approved by rejegt ,any or all proposals, and also the City Council, and are on file for public reserves the-right to waive techni-calities ft-p n L d-.I/, ?-OtJ'-/ exami-nation in the Office of the City and irregu-Iarities. 'Clerk. -.. Published upon order of the I Each proposal shan be com- City Council of Iowa City, Iowa. p1eted on a 10rm furnished by the City and must be accompanied in a sealed MARIAN K. KAR~, CITY. CLERK envelope, separate from the one contain- 59~22 April 28, 2004 ~~ ing the proposal, by a bid bond executed I 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 pay-able to the TREASURER Legal Clerk OF THE CITY OF IOWA CITY, IOWA, and Subscribed and sworn to before me shall be forleite<1 to- the City of Iowa City in the event the succesS-:ful bidder fails to this;.2fH. day of f2ru;O enter into a contract within ten (10) cal- endar days of the City Council's award of the contract and post bond satisfactory to lP~O~ ~ the City ensuring the faithful performance of the contract and mainte-nance of said Project, if required, pursuant to the provi- sions of this notice and the other contract docu-ments. Bid bonds of the _lowest two or more bidders may. be retained for-a Notary Public period of not to exceed fifteen (15) calen- dar days following award of the contract, or until rejec-tion is made. Other bid bonds. will be returned after the canvass and tabula-tio'n of bids is completed and reported to the City Council. The successful bidder will be ORLENE MAHER required to furnish a bond in an amount ~ CommlsskM1 Number 715848 equal to one hun-dred percent (100%) of f ~ My Commlsaion Expll'9'S the contract price, said bond to be issued April 2, 2005 by a, respon-sible surety ap-proved by the ,.. City, and shall guarantee the prompt pay- ment of all materials and labor, and also protect and ~ave harmless the City from all claims and damages of any kind caused directly or indirectly by the opera- tion of the contract, and shall also guar- antee the mainte-nance of the improve- ment for a period of five (5) year(s) from and after its com-pletion and formal accep-tance by the City Council. The foHowing limitations shall apply to this Project Specified' Completion Date: August 1, 2004 Liquidated Damages: $500.00 per day , The plans, specifications and proposed con-tract documents may be examined at the office of the City Clerk. Copies of said plans and specifi-cations and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, 410 E. Washington Street, Iowa City, Iowa, by bona fide bid- ders. ADDENDUM NO, I May 6, 2004 BROOKLAND PARK SEWER SEPARATION PROJECT lOW A CITY, IOWA This information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS 1. ADVERTISEMENT FORBIDS -Page AF-l: Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 AM. on the 12th day of May, 2004, or at a later date,......, Please note the correct time is 10:30 AM. rather than 10:00 AM. 2, FORM OF PROPOSAL - Page FP-l: Replace original page FP-I and FP-2 with new addendum pages FP-l and FP-2. Please note the only change is the unit quantity for item #5, Storm Sewer Intake, Grate. APPLICABLE TO THE PLANS 1. Sheet 7 of the plans: Replace existing plan Sheet 7 with new addendum plan Sheet 7. Please note the original Sheet 7 had incorrect elevations for the proposed storm sewer intake and manhole that did not match those that are correct on Sheet 6. As a result, the slope of the storm sewer pipe along Melrose Court has changed and the length of pipe has been added. 2. Sheet 8 of the plans: The spot elevation located at the center ofthe intersection of Melrose Court and Brookland Park Drive is not a high point (H,P.) as labeled. The spot elevation of 708,64 is correct but should not be labeled as H.P. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: "" 0 <= ~ ~o :z ~~>a~# S/f%<-/ )t>o o=< -< 11 I - ,- e>. ,.. 13rian A Boelk, P.€. . ,.....1. , _-<, m m ;po Senior Civil Engineer O~ :x 0 - Iowa Reg, No, 16503 <;:'" - ~ .. Con N My license renewal date is December 31,2004, . FORM OF PROPOSAL BROOKLAND PARK SEWER SEPARATION 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. ...., = 0 = Name of Bidder ~ <8 - j;...... :r0- Il -< -< Address of Bidder n- I ~() CJ\ I TO: City Clerk .-<r :n rn "" ,-' -...J.j :Jl: ',-J City of Iowa City 0- - .c." - Civic Center ~> .. j; en 410 E. Washington SI. N 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, ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 PCC, 7" Pavement SY 1,019 $ $ " Driveway, Remove & Replace SF 1,191 $ $ .,. 3 PCC Sidewalk, Remove & Replace SF 215 $ $ 4 Storm Sewer, 12" RCP LF 562 $ $ 5 Storm Sewer Intake, Grate EA 2 $ $ 6 Storm Sewer Manhole EA 1 $ $ 7 Pavement Removal SY 1,019 $ $ 8 Removal of Storm Sewer Intake EA 1 $ $ 9 Storm Sewer Abandonment LS 1 $ $ 10 PCC, '9", Storm Sewer Trench SY 146 $ $ 11 Landscape Restoration LS 1 $ $ 12 Finish Grade, Topsoil & Seed LS 1 $ $ 13 Traffic Control LS 1 $ $ 14 Mobilization LS 1 $ $ TOTAL EXTENDED AMOUNT = $ FP-1 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. I Firm: I I Signature: Printed Name: Title: Address: Phone: ", 0 = = >() ~ Contact: ..;:::- ::l: - -; -< 11 n-< I - --1() en r- --<, m rn X>o Qdo! :z 0 - ~'" - .. )> CJ1 N FP-2 ---.. ---------------.-------..-..--.-------'.-'.--'-"----"--.-----'----"----'-'---, ~ \ ~ ~\ ~ ' m o~ . " . ! s; 0 '(\ ", i 0 0 ~ \ L~ 9:..~ ! ~mO "'" __ , m. 4 ~ -y --------, '. -_ i;;3'" T "E i . \ m:'~ ~~ ! 1 i ~8;e oJ-or : : ~. om@ . . \ i i : . . \ ! (j)! i ~ ~! '. mG>":;j ! ! i l!!~R," ! <' Qz..,Z i i :-Q..-;m . ;:COO , m: !'"c;;:o~ I cor:r , , -", '" ' 0""'"" : r: CIJ-......a::t \ ;;0>0 ! ! ~~2Z i a~dtu ! ! IIm;g~ \ ~2:tm ! l> ! 8'" ~ \ lil:!l~~ ! r! in ^ \ "QFcnc ! r-! CD ~ \ ~a~~ I m I ~ ~ m \ m(D 0 : -<: f U I \ ~i~~ SlQ, !! ~g ~ \ 0 ~ ~ !! m . ~ ! ! j i ) i ! ! ! i i \ ii' : i i \1 ! : : ,l I I :. : : I \ ! ! \~ i " I I :X . :x ii' ! \\ . . , \ \ \ \ i i .. , : , , II ' , I ! 8"~" \ i , i.~.. . ; c: <110 i 1 ! , ",,,,. . . :..t....o \ I f i ~(fI', \ , . ;om.. : ! 00 i ! i "'tltn'", ~l~O , : . :)Jd ! I 3/'11<10 i '" \ ! i ~;;o ':l::kl . ! i (J) , i : "#- m \ 3I\l~O , ! ~ I OOd ! ! ;0 : !: \ ~ i ~i \ \~ ""'\< ! l,.~ : ~ II ' ~a~~~ ! : fji~~ \ " i~~~ : : J ~"~ \. i, !!!dd 0 ! (j) : i~~ \ ~ m~~h 0 ' ~ . . '" ~ ~ ~..~!j ! < : ~ ~ ~ i \ i~~ L- ! m i i !ll ~ Ii , r ' l>< ., LJ i . cn"D< ... : ! d~~ g ! l> ! >>!jl- 8 , r- ' '" .., ~ . 8\ ! ,... i ~cn~~ \ CIJ"lJ! , m i z'- , !!:ill . . "'s , -.., ! -< i ;;o~); : "';m i i ,Umoo ~'-nI \ ~~ -! .oM oS f- 3SOH13W to-lm' ~ ~ ~ I "" ~ , . om' c- , ! ,.", i . 'Iii'" ! , OS \ nI::i , i ,,@ ,~ ~il J :L.___. _~'!!!__n n_n_______n_ _.._n__._n_.._n_n_n_._ n_n____~_n_n_nJ -.--. --------- --.-- - ---- --- -.- ---- - - ----. - ---- .-.- -- - - - ----- () ~ ~ . Wd ONV'OO)()1:IB III 31\11:10 >I1:1Vd ONVl)lOOl:iB ~ M ~~~~ mm' '" . . ;0 0 --------------~----_.._-~~~*----_._..__.._-_.._._.._.._..- ---.-.----.. .' . --, ~ ~ , .. m 0 ___n . n_________ ____n____.._____. \ ..... =- 2 ..... ~ C ~ . !:!! :. S '" \ :lE1 _ c>>~ ::i> !:l" \ \" fjii!!l!l ~ ~~..,,, ' ill ! 0 ~ ~~ !l rnrn;:u~ Ng' CJ) t ~'e. \S m_ ~ =- '., rn. !!!":!: ~ 0 = W.!!l" . It~~ .s:;- r:{;g ~~~~ ~IB \ O~: ?ll~ ~~ ~,O 3l: ~~ ~Sls~ G!!l! 0 \ ill I ~2 ):>-1 ~ --,-, "'D~ SO) Z o~ I C \ m J --. I I lllNd Gm ~o ;;! ~'" \ -n \ q'" I r= C2S ~c "';f!.cn \ ~ i -to Cf'\ I ~~ m ~ l -, 1 ':<1 m ;f!.~ rn \ I rn :z:=, I 3: ;;Q :: ;:=::::JJ ::It 0 (I) 1 I v-r:- - m " </, - ~ ~1 \ \ ~ ~~ \ \ CU \ \ \ \ ~ \ \ lISOlIWl Rt ' , ! \ -u" CITY OF lOW" CITY _ BAS - X H....'..3I1 _ .....T.. g1 en iii' jJ BROOKlAND PARK STORM SEWER PLANS -.j & ~ '" ENGINEERING DIVISION :::.,:: ::" x:":" SEWER SEPARATION PROJECT MELROSE COURT ff?or ~ .- Prepared by: Brian Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 04-156 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE BROOKLAND PARK SEWER SEPARATION PROJECT. WHEREAS, All American Concrete, Inc, of West Liberty, Iowa has submitted the lowest responsible bid of $104,723.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The contract for the construction of the above-named project is hereby awarded to All American Concrete, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 18th day of May ,2004. d---/M ~/ ayor ' . ATTEST: ~.A...)i:" ~ ~ ~~()'t ity ---- . . Resolution No. 04-156 Page 2 . It was moved by Wil burn and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn ------ . . , " FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and -1-.LL . .f\~.("~ G~,~.' ("Cb~t~actor")' . :," "" " . ", r..,.':i..'_ Whereas the City has prepared certain plans, specifications, proposal an'd'bid documents dated the /c;"1! day of 'A,Per:=L- , 20d, for the ~~ ~ ~~ 'S,.:::~'-""'<:)N Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the . Contractor for the Project, and for the sums listed therein.. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a, Addenda Numbers "j:. I ' " . ...- . . b. 'Standard Specifications .tor- Hig~~d:ari~ge ~ot:ili\ti1icti9!1.:~~:e.r\~~ of 2001, Iowa l?epartment of Transportation, as amended; c. Plans; 0 g -- d.Specifications and Supplementary Conditions; ~ = ~ i1 .0' ~ e. Advertisement for Bids; --:10 0' ~. ':-<"'1 1 i I m -0 I . __ -,.,~ ,-"l . . J.) ~ U f. Note to Bidders, 0/, W -s;: 3> '" g. Performance and Payment Bond; .s::- h. . Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG"1 . ' , , 3, The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): tJ< S't ,. d. t.S ptp( w 6('k j 85, 000 . lull",- YrtdlA'~ -\-t'"A.+t,,( (,. ~ I .,$t ilooo o. ~ 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this \ -, -r~ day of t'Y\o- ,20~. City ' Contractor B'~/4/- ;p:d _~ B'Qo,u~ (Title) Carp. SH. /Trt-a.-S . Mayor ATTEST: ATTEST: #~~ 7- ~ ~ p mtle) preside.Y\-r ~, ~ "-'? '* ~ City Clerk (Company Official) Approved By: , 11!!11?~ ~~/"4f 0 City Attomey' Office AG-2 ,. FORM OF PROPOSAL BROOKLAND PARK SEWER SEPARATION 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 All AI'\'\e-f'iCA-t'l Co"exe,.-+t- ,IYlC Address of Bidder 50'1 ~, 'R..".,bou> D... .) WeSt L;b..e.Y"'7J ,1:'-\. 5:lI' (p TO: City Clerf~ City of Iowa City Civir. C':enter 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ 100 10 , 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 I , ,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. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 PCC, T' Pavement SY 1,019 $ 70~ $ JOJ>O:2-- 2 Driveway, Remove &Replace SF 1,191 $ f'.~ $ 'Is,) f: u- 3 PCC Sidewalk, Remove & Replace SF 215 $ f"o..: $ I 'J .2 (). '::X , 4 Storm Sewer, 120 RCP LF 562 $ ,t~ $7J4)2.~ 5 Storm Sewer Intake, Grate EA 2 $ ). (JOO" $ tjfJ01J. =- 6 Storm Sewer Manhole EA 1 $ 21-00:; $ 2- 20(/ :.:- 7 Pavement Removal SY 1,019 $ ') -~ $ 7/.7.:1:;;' 700~ . . 8 Removal of Storm Sewer Intake' EA 1 $ $ tOO - " -" 2-00 ~ 2.- 00 :.-:- 9 Storm Sewer Ali~lndonment LS 1 $ $ . . , ,;.. ,}.JOO.~ 10 PCc.~';Storm Se,werTrench SY 146 $ m. $ 11 . Landscape Restoration LS 1 $ J 000 0- $ ;J ())O_ ~ 12 Finish Grade, Topsoil & Seed LS 1 $ ~OOo,~ $ ..2. OOO.=- Traffic Control "." :.:;" I rlJo_~ 13 LS .b1 $ ) "/00_ $ . ';.l ~ 'c. '"if; lfOoo .::.- q.0f)0. e- 14 Mobilization LS $ $ TOTAL EXTENDED AMOUNT = $ 10 I.J , Xl ~~ h., .yI, o....~v<'( , 01/ ... ~(}~.lre' $Ou -. f.. <f..,J, ..I d,^,,<< FP-1 tv....., '0.. .. ..f' - . 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: ~ S'e.rV ie e.S pipewo'-\< ~ 35", 0 D 0 &.e. \ i Y) e. 'Pr od v..cb COf'f- -trcrJt.'(. c. ontv-o \ tt ~o/)O NOTE: All subcontractors are subject to approval by City, The undersigned bidder certifies that this proposal is made in good faith, and without coilusion or connection witi) Clny other persun or' pen;ons'uidding on the wor\(, The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: 4.lJAmuic.IP" CONXeh, I:,....c. Signature: ~AH;.-vJ ~ ...A~ Printed Name: Will io. m 0'. Si rn()V) Title: Jfesident- ,- Address: ~ ~.,~Q.lnbow 'Dt". Wett L'be.~ ' :I:A. 5" ~l,~ Phone: C31l\) (ga. - ~ d-o.<;' Contact: Gent Goddourti (3 \q) (,;11-: 33'\3 .. '., ,,~ FP-2 -- - . ,~ 1 -...= -1iQ' ~~q~tt -...::...... "lID" .......~ CITY OF IOWA CITY 4] 0 East Washington Street Iowa City. Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX ENGINEER'S REPORT www.icgov.org September 28, 2004 City Clerk City of Iowa City, Iowa Re: Brookland Park Sewer Separation Project Dear City Clerk: I hereby certify that the construction of the Brookland Park Sewer Separation Project has been completed by All American Concrete, Inc. of West Liberty, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City of Iowa City, Iowa, The final contract price is $114,573.26. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely. K.~'R. .l:..-L r-o Ronald R. Knoche, P.E. = 0 ~ City Engineer :2:0 (/) )>:=; fT1 -n ./ -0 0' "" ,- -10 '-D 'm ~r X>> m 0 ,,:JJ 3: ~~V' 0:> )> CJ1 c.."l ~ , [;[J , rr'(J Prepared by: Brian Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 04-271 RESOLUTION ACCEPTING THE WORK FOR THE BROOKLAND PARK SEWER SEPARATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Brookland Park Sewer Separation Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, dated May 17'h, 2004, be accepted; and WHEREAS, the performance and payment bond has been filed in the City Clerk's office. NOW, THEREFORE, BE IT RESOLVED BYTHE 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 5th day of October ,2004. rfl"//J. d - - ayor ATTEST: 'I\~) -J! cJ;/'~ City lerk q/2g;/cP4- City Attorney's Office . I . Resolution No. 04-271 Page 2 I It was moved by Champion and seconded by Vanderhoef the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Charnpion X Elliott X Lehrnan X O'Donnell X Vanderhoef X Wilburn