Loading...
HomeMy WebLinkAboutSEWER REPAIR/HOLLYWOOD BLVD/2005 SEWER PAIR! HaLL YW aD BL VD/ 20 5 Sew"," R~f":Y"' .;zoo s I /1/o1r j)vd. $tx.JeoJClV"d p~ )t>+' ;}.. d.1~~tJ " OS R....so!lA.-+ioJ/ 05-.;?o.S s.~#: flc.ns, ~c.;+: CI<-+~Cr1'\S I +01'""", +he CtDl1s-{..,.u..c..+;Qh 0 f- +l~ ?roj,~c..-J., .d;"',~J-"h~ Cz k~Q.r,n.~1 ~ d..,,€.cA'y c:) -Co... fu..bl; c... I I1sf'ec.).;tr>-a~ t<. p"bl;c h~"-";"':r bh "J"'u.r SI ,;)DO..s ~ 0-+ c.o-rJr',,-d & ~ s.J.; m ~ <>+ co:s+ -to r , olJy<ucod DO'-'l./eua.d Sec.v'.e.v ~Q~ l-- {-c V' K.. +0 f'<- b {,".J,., no-/-: ~ "- 0 +-- Set,' d. 11~;I1W" -10 pl<lt.<.. sr:0c/ r(~""'s 0>"- .(:': t/l....- No +-', C,-t. ~ Yu.t" \',c... aQ art..eL c.oYLTrac.~. 2'f-JuY\ -DS p~s, S;oecS I OS-:JUL- oS, R-<,'SollAt.'()'L oS-~d3 C<.fPr' \'<"j pICAn",; 'Sr-fc.r.C(z+;ons; Jo(,YV-, oJ Con-+xo.c j f "s-l;,-((<e'tL 0-\ (05+ -+~,. +~{ cQnSi,uc-\; t'<-, of +k t\D(\['~ood bVlZk vVVc\s"*'lC7.CV Kef'c" {' p,oJ,Q c~ <2~b {; sf]; Y12 c\'YYlcu'Y\+ v+-- b.d sec\A,:t:/ -h c<cCD'YlfCtV' "'ClC~ b.d ducl:no C..lj ('If./( '.10 fJc,-bl.sb C",,~'-)~'.~.s,€ty,{:V\A +~v bels/ ~ fX.n~-+"",/(ivd pic<c",- ~( ,,<;(c,,; ~T+ c~ b d~.. !\dlievJ:,S'{men}. 4~r' b.c-I " .;l-~-05 .1\,,:;.t>!......+;OI\ 05-od-f.:,8 a..wc-..... ;"''J CD>')+I"Q..d- ~ ctu+l.1Or:z:::;Y1'j +h-e. . M~ov +0 S ;~I'\ Cl.l1d Crt-y QJe....t +0 ctffes;.f <>- c..on{.v.a.e{ -foV' (!.Orlst-.....C.-\-",Ol\. of. ~ !*ollyw od "Bo<-C...I~ \Je.....c( S€t..O-e.v R;po..i v ~OjH+, S ~wt'v ~~;v ~s ~.Q. cJ of c::J... -Adv€V" +-,s~-e.nf ~V' ts,ds- ---p~ 0+ ?u.61;ca);DV\... l\lo-l-;c<C.. 0+ ~t.A.b L c -1~ a..Y-~nj ~=+ o-+7'-<.J;) !; c",-f-;OYl .;)J.5.f- 0'S ~...-h:,('""""c., e H~""-'I..",---I- '1.0 5YlSYlV"'Ct.nc.e. / rv.--",..., o-f IJ~ ('eern~ rJ- / r;:. '" 0+ s-~c. oS En~;Yl.Qe".s tZ"fOrt- /3- DG.c- 0-5 K-eSo]<<-+;.on. 05 - 3 77 QCL:€pf; 3 -/hL <u<orl( -fa... -/-he... /.-{OYuJood. BI\Jd. S<2.u.l'H- Kla.~(' ~oj~c..-+. r' CIT[ 1/, I, r 2~ :, Prepared by: Daniel Scott, Project Engineer, 410 E. ashington St., Iowa City, fA 52240, (319)356-5144 RESOLUTION SETTING A PUBLIC H SPECIFICATIONS, FORM OF CONT THE CONSTRUCTION OF THE HOLL PROJECT, DIRECTING CITY CLER HEARING, AND DIRECTING THE CI ON FILE FOR PUBLIC INSPECTION. RING ON JULY 5, 2005 ON PLANS, CT, AND ESTIMATE OF COST FOR 000 BOULEVARD SEWER REPAIR TO PUBLISH NOTICE OF SAID ENGINEER TO PLACE SAID PLANS BE IT RESOLVED BY THE COUNCIL OF THE C TY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifi ations, form of contract, and estimate of cost for the construction of the above-mentioned raject is to be held on the 5th day of July, 2005, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City ouncil thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized a d directed to publish notice of the public hearing for the above-named project in a newspa er published at least once weekly and having a general circulation in the City, not less th n four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specification , form of contract, and estimate of cost for the construction of the above-named projec is hereby ordered placed on file by the City Engineer in the office of the City Clerk for ublic inspection. Passed and approved this 21 s t day of ne ,20 05 MA OR ATTEST: Yh<~ fl. ~ CITY "CLERK Approved by 114 ~C -z; (Pf~5- ~ey'S Office pweng\res\hwoodblvd-sewer.doc Resolution No. 05-205 Page 2 It was moved by Sail ev and se onded by adopted, and upon roll call there were: Champion the Resolution be AYES: NAYS: ABSENT: x X X X X Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn x x NOTICE OF PUB IC HEARING ON PLANS, SPECIF CATIONS, FORM OF CONTRACT AND STIMATED COST FOR THE HaLL OOD BOULEY ARD SEWER REPAIR P JECT IN THE CITY OFIOW A ITY, IOWA OF THE CITY OF lOW A CITY, lOW AND TO OTHER INTERESTED PERS NS: Public notice is her by given that the City Council of the City 0 Iowa City, Iowa, will conduct a public hearing on plans, specifications, form 0 contract and estimated cost for the construe . on of the Hollywood Boulevard Sewer Re ir Project in said City at 7:00 p.rn on the 5 day ofJuly, 2005, said meeting to be held' the Ennna J. Harvat Hall in the City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council ther after as posted by the City Clerk. Said plans, specific . ODS, form of contract and estimated cost e now on file in the office of the City Cl rk in the City Hall in Iowa City, Iowa, an may be inspected by any interested persons Any interested pers ns may appear at said meeting of the City ouncil for the purpose of making objectio to and comments concerning said plans specifications, contract or the cost of making aid improvement. This notice is give by order of the City Council of the City 0 Iowa City, Iowa and as provided by law. MARIAN K. KA CITY CLERK ~~ - ~ - -..- S 'Er,g' CAD\SANITARY\"1ollywood Blvd\Sl-,eet 01 cW9, 6/24/2005 2.37'37 PM, OceT['S400.pd r \ 1------- --- --_u__ f 1:. 0 ~ ~ . ,U i ~ (") ~ \ I' b( &[/, ( -- , ~ LTo--Y\} C, 0 ~~ , ~ \JJL'<) , , ::J . I \, J::" ,.- , ~ .II I/':;::::OO : ~ ~ I, '/ 7/if ::::::::..... ~ ITL ~t~ ,7 ~' / J Dl """"01.0 BL hr """"(TREK ,/ a -0 ~ \. "'/1(11),-, '"if'''' 1: I / ~ '\. ~?/Sj P'd ~It a IrTj,M H~~& ;Y,f / ~ ~/;- '<!,:~ ~ R1! '~, '\ ~..2 h' ~ n klise\l~ f/' , ~ / I(~ 7L-JjV-'mlr 1 - lhl~ \,~~~- ~ O:j . ,) _ '\ ':D z h6 p ~~ "-; ~ .j~ ~~~ Y' B I ~ ~ ,,1f ~ 1-Y.-- I ~~,'/'r~ ~ t 0 , ~\ '1 1/ ~,~, / ...@.. II \.". rI - -bf '1",(.1:91 #-," ~ " ") ~ -:--. ~~~ (j \~\ I ,U ~I ..L:@RI 0 ~ ~:. ~ t 1 { J -::x:-~ ~ --i!ll' 5J. ~ 0 ~ D ~~ ~ -(~ ~ l~'# -( ~~' ~ It_,~ J-\ ~ ( ~ s ~~"--' B,^",,~ /J ,. ~ ~--, .0'>' I 1.----''' \ ~ ,? I" ~~ I- ~ -I-- ~"J (~ ' ~ ~ iT/I 'Sf ~ /I" ~.. " ~ ~]../D.f- \" ::r5 )) - '~ I "'I.....p---- b" ' '-- ~ S'N" 0" ~ ~ I ~( /lIT..L > Z"'..q- """OOQ"~. K-Jy ~ / ~ I It gJ-, Yi J.JJ 0 ~:.., ~ '- ~ ~^"0R!\;t lnl I 0" ~ ~ .~" ~ j\- ~ '.( u~ ~ ~ (- I - - -= ' : fr[ rr ll~? /t'-f'"? Y L tJ: ~ ~\. ", ~ -"'-~l\) I; =, ~~ I;:; ; ~ C <~""'J ~ , "_ ,- ~m \\'l) ~ a - '\ARSTA _ \::) ,- - -I - -. '"U =z .. 'Y, " II ,;...., ~ \----- "-'~ , ~. ..., /' , _// J JI~ .le: If::c> vI::::: ~ ~ U :r .0 l ~d T. ':1 /---- c..:- - b ~ 3.: co' ,,-' I'D Ifl~ 'V- ~ I ,~ CD CJ CiJJ) ( rJ~ ,,~,r;Q~hrm "'- ~./ I ~ ~ ~ ,%tLcD~W~_ 'A\' ~os L-- =-=-_~_.J.___, < ~ ~ w~ \1 ~ . CD _ ',.----",.' ~ DO." r;;ft 1\ r t\) ~ ::... ..2 -ni[~"f' /-'-F\1" ~ \::) / ' l! '~", ,I-, ill ~- I c.~. . - N , ill I....~ , Union Rd :i! '*' l:l !~- ~':pf ~ ~ ~ (/))}/ i'"-<> \ ~ ~~~"I" r~ g I / .,.~' b ( ''Iy;;~,,-S I T A'K. ~ '--::' TAfT A~ " f ' ..2 ~ \\,~..~ "/) / ! ' t ") ~ ~ ----- ~ ~ ~ ~ V) ~ t\) ::::s l1li (f) I ""O'10S:C:l:EcrlJ'U If) rn ::u 'I I ~ -l 0 () C) U r ------ ;0::;0;0 00;0)>)>)>)>--1(;)00 C) C f'Tl f'Tl fT1::U;::O::u c c)> ~ III -1~fT1riZUJ~CI:EM z r= );! ~ 0 ~ ~ ~ < )> r?i I I I r-+ ~S;;II6<;u~-is:J Ul g Z r'l ~. . ~ r'l i'l;;:: CD t\) C. xz-< rl> 1J Z - ..........ooC)::u;:ufTl UlU1U1 OOrn("Tl!<j;;rn01J C1 ~ -l 0 fTl fTl --I )> Z N---loO tn()::o[;; rr1rof:;;O ~ ~ ~ r= --I CO . 'UfTl>- <x r ::E f'Tl"oC: :I:s;:zz fT1 fT1 )> fTlCZ )>fT1-l r O:::UOfTl JJ ~ ~ ' ~ ~ ~ CD -,. ~ ~ 5- ~ : o 0 0 "'T'I ) ,y ~~~ V I I I I - ~ D IT II ~ N ~ n'\ ~ ~ q lID 0 x x 0 -q. Q 0 * D ' : I tDOtD liaU l> 0 -<> , III:::S ., ;;::Cl:< ,lJ -D.. x 0\11 I :c<< "U-a I I 000 (J) U (Jl~(Jl CD ;:o:c -a ;:0""0 ::OfTl \J (J) (J) --t .." ::E 0 co 0 rn G') I CD CD :::0 fTlS: 0 (Tl() ;;)X ;;0 0-1)> P iD )> < c < c )> a fj. ~ c; ""0)> () ""DO IV> 0 ~fTlfT1--1fTl::OfTl;oLf}-1^^:r: r r -i-l -0 ::u -l < :::0 fTl ;0 iTi ::u iTi s::: -I )>:5: 0 )>;:0 z 0 s::)> U) ::U:c 0 I 0 s:: - 0 0 0 0- ;0 OfTl 0 (fJ ;0 _ 0 ~ ~ ):> x ....., ...." ...... ~E ~ ~~ Ole;) 8 ki -< ~ ~ ~ 0 p 0 M z G1 2 () :E ~~ ~ ~;; ~ (J) ~ ki () fi Z fT1 ~ M M ~ ~ ~ ~ CD -I -< -lr -< )>::u:e:)> () M -I r"'U )> CD l> Z fTlCD)> o;:OfT1I r,...... Z ::E )> =i ::Or-OJ -10-00 -;0 o - Z )> fTl,;o:cZ CD o 0 ;0 fTl n ofTl )> fTl -< Z () ~ (J) fTl ~ ^ i:'i r'l ODD 0 ..,. :e: )> r ...... fT1 CD fTl () ;u ,C r'l ;u DD I OJ CD ;:0 s: I 0 0 ! 111111 111l>DDO:< D.' ~D i III I II : (j)~(j)<!b~fTlfTl--l-lC) .' . . ! I I I I I I I . i III I II C 1 , o < CD ~o m () -0 -I 0 --t ...... o \,lUIII'"" ___ """'" __ ~ 6'-< z ,----\CENSfO"'" 0 tI> tI> C !::t ...J ;e. G) ,-' \, ...'....., ;0 ", ::J:J -- l>> CD - -....... . ",' en - Q.. ::E ~ ...... ..- 0.. 'r; ~ -. :J 5l (f) - ~.... 0"" ~; r-+ 1\" 0 r-+ ,^ "- Z ... --. ~ (1)> . rr'\" ..., )0*1 -- VJ S'O =0: ....02 : (/)= '-... () r-+ ::r CD <Q : : <:) 0 - : : lrr- ...J -- <0 m .::E. .... fT1 .(/)- 0 a.. CD CD "Z --. ;:>>; cn::::j' i-E r-+ 0 en >< <f> m a -;....:;0 .:-!?:: -..... CD CD ~ "" ,.' ." ~ 0 ~ - m ,~ ~".." ~ .:- r-+ r-+ ~ :D ~ ",* 0:"'......'.... ^' ,-' :J ~ ""::0 , -z C"J "'",,JJN I ':l~~\_,-,- 0 Q. CD 1.....1 1/"11111"" 0 __ _ __ -0 G) "-' -. CD ::::s ~ "," CD - ~. lO I~ "U s:::: aOO . Ul ;;:";0- r-+ CD () ~ w I 0 '< ;:;: )> -. n"":T n'\ CD Sl (...j 1.0 =E,<Z <0 (J) ('ll ~ 0 .. '" I ro =. 0 - ( ~.", 0 0 c ~ .... en Ul (1 f'Tl,----", (J) Ul::::lro _""'""- ",..,J I I ro ;u2., l ~ ~~CY en ~ 0 ~ Q ~ ~ -:::0''< (J) r--I- ~ C1l -" 0 ' "'U n ,.-+ -WI 0 ~a.q.~1JJ o:3~ ...,CD s: )> 0 CD ....., 0 0 iii'< C': I- __ -0 CD ro rTOO (J)D-- ~ :IJ ~ .- ~ ~ o' "'.., ~ ~.'< 0 :J o ~ r (J) CD :J '< -l -, ro rT ....... <)>~ n ~ "~ on" '-+0 :D <=: 0 Q. Z II ~ ..... 0 -- m-<O < o. -~ O- s: ro a. ' rTJ "'0 .. m en 00 Q'" Q ~ ~ ~ t j1~ ~ :J 3 z ~ -l ~ --l 0. ro .f:>. <.0 ~ (J) -l m OJ ~ "l ~ ~ {J" iii' ~ ~. ~ ro 0 l>> -0 0 Z < "T'J '< CD CD-:J ,.-+ :D :D C 9 fTI - ..... 0 ..., lQ, CD _. O zOo:J'" ro tIl:J 0 r fTI:;;: -, nee ClI .-+ '- m ",,,." ro ~ ii ro "', ..... ~ m < ::0 (J) :3 0......,""" ~ -J o )> "):.... Q CD 0" ~ :5, ::r __ ... -I :D ''J --l 0 ro (J)..o o f. ~ - ;:, gg. en 0 6 -" .-" _ 0 g ~ ~ ~~:3 ~ tt ~=r~ gr. "~~~ .. >2 \) 0 5'_0 .. ::::; ~ ~ ro 0 III ; "' .' ~ ro 3"'0 :'_) _. o "Ul~ CD - Z ' ..... ro r_ OO" I\) lit t' ~ roQ.~ " I 0.- o~ ~ oc[ =-_:- o <D ::t> N -..z . _, / 01 . . rr1 ...c.. 0, - 0" _,_'_ '"', ~.) Vj ~~ C) i> ;.:, 'ro N U) I\) ~ en " >= r--I- N C1> N '"' .l';o. en ...... OJ C1> m. ~--. ~ -- ----~ 3 \Eng\C A.D\SPJiTAR (\Moli)WOOJ B1vd\Sheet 02 dwg. 6/24/2005 12.55.25 PM, OceTDS400 pc3 c-j ~ C:JlI)~ ~::t~ :to.~l1) ClC]~:U~ ~ ~Cl~r>-,~~ C]:to.C:JC:J::>;~~~C:'~:to.<:to."l~ o 0 0 0 C '1 0 -I C) '=':;J "l:-i ;::<' <S;;' ~Cl-<r>-,' . =D~ril<~' :to.~:to."l<rilCl~<ril<Cl:U'< -I -I -I -I -I rn)> rrl )> -., ~:to: ::tC:J C:J < 'S::: ~ G"):to. C:'~'S:::"'Cl=Dc]ClC:JlI)-<","lG ~ -< -< -< -< ' fTl rn M UJ Cl (j) :to.<:to. =D", ~'" ~iJ]:tCl:to. :to. i:8C]:;;=<c: lI)Cl:to.':ti~"l:to.-,"l"l 'il_:to.::::!~ ""0 -I UJ <: -I AJ r:;;""O R> ~. 0' ;; i: i:: :t ~ ~ 8 ?; ~ ~::tj "l r;; i:: i:: ;:;j < ~ ~ l1) ~ tj ~ ~ ~ <' 'S::: ~ g 25 :<l 8 -< ~ ~ ~ AJ <: -< I -'~ 'S:::=D "l-, < ",C:' C:J lI) =D:-i '0 <Cl:to.< =D:to.<",-' =D 5; )> fTl )> , Sj5 -I 0 fTl :::.:0- r>-,C)8 ~ C] lI)S2C] :(j"S2' ::tj [CJ ~::tj::tj ""iJ] ~-J"""l=D-<lI)='lClC]lI)::tll)Cl"l ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ;~. ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ R> fTl ~ ~ -I UJ ~ s:c: ~~C:' QQ~ ~~~ ~~S8Q~ 0 iJ]~=D ~Cl 2"l0=D~~-,:to.;;;lI)~~~"l~ '1 Z ""0 ""0 ~ 0 0 (j) ~ C ~?;g ~~o <<0 C:J::::! ;:;j:t Bi :;;=- lI)o::tjBi ~" ~< Ff;~~;:;?~<Bi"l~:to. G)m ~ ~ C) 5; 5; Z ,=,"": C!~Cl <=D ~G")=D 'e!:$""C:J:;;= lI) ~s;:~:to.::tj Cl~<G~=D i:;=D ",,:to. < ~ [;J ~ ~ ~ Q 2~ ~ 52~< ';;;:to.G ~SiiG ;:;j~~~", ~ ~~i::~~~ ~::tjCln:1:Y1~il2~~:tSii~~~ Z ~ -I S8 fTl fTl ~ '0;' Cl = ~ lI) ~ ~ i3 -J ::>; ~ =D ='l lI) C] -< ~ ~ ~ ~ C] ~ =D ::::! ~ p 2'S lI) :t lI) "l- ""l:t =D Cl =D m ~J ~ ~ ~ ~ ~~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ; ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~, () 8 ~ ~ G'lh '0 < ~ C] ~ Q Vj "l :t "l G") i:: s;: ~ ~ C:J C]ClG C:J ~ C] ~::tj C:' ~ aC] r =D' 6~~ ~"lI) lI)::t"-, Cl:to. ClCl ~-J:to. ~ C:' ~ lJ) 0 C]<~ -,.~-< G)Cl6S Cl-J--<Cl c::: =D:to.-,.G)i:: :U=D"l<r;j:to.lI)S'S:::"~~C:'",, Z "l""~~:to. <Cl~ :to. ~ lI) ~~~~ '<""<~ ~ ~~<~ '3 ~ ",,:to. :to.=D"l ~ =DCl . ~~-< :to.:to.:to.~ ~:to."lClO""~"'~ ""0)> ""0)> ""0)> ""0)> "1J0' ""OC""OO ""O""OOOlO ""OGJUl)> O""OOUl;;;:)> ""O""OOOlO)> UJ zo~;;;: Q::J l1)-<~ 0< ~C:J ~'S:::,o:U" ~ 8J:to.s-'~ <C:JC]:to.~=D<Y1S2=Diil~';:!~ 0 a ::J" :::: ::J" :::: ::J" :::: ::J" ::::::J" ::J"~.::J";::;: 0 ::J" ell ~ C ::J"::!, N ell ::J" '" .p. fTl :::: O::J" ell ~ ::E :::: '" Ol 0 " r-+ Cl (-) _< C:J i':j :;;= ~ C] :to. :t Cl l1) C] 0 :to. -< S2 -, " Cl C) ::J lI) Fil -I O::J O::J O::J O::J oZ 0< 0,< cQOo..Ulell 030l-l ;7"000l0::J cQoo.UlfTl::J ;;;:O)>I;;;:O)>IoLN 0> <Cl :to.:to.~ ::t<:to.:U< co ",:uC:':to. ~""~OCl?s :to.C]li)~ClC:J::J ::J.. ::J.. ::J.. ::J..::JfTl ::J.::J (])::JO Ul::J ~ ::J -.. ell::JO UJ" '" '" 0 :r- ~ :to.C] """" <~"lll) C:J -<--..""lI) <Cl-Cl~~'S:::=D<:to.::t~~ >.; m CD CD ([) (l) CD ([) CD 0 ...., CD ...., 0J r+ CD ([) r'h (J) IJ))> :-: (l)"" 0J 0 ~~ o~::: )> Q ~-u () -""r-r...; ~r,..,r-~::.-i:h :::;...-'\:t :-i -u.... rr,t.:J:-t:h~ ., .." .. 0 0....,.. ., .. Ul z"'- LN" 00 0 .,., -I 0--' 0--' 0,;;;: " 0 ~C:J <Cl Cl"'CJ ~=D :to.~ Clll) "i<"uj~~" -~Cl"'~;::! ,^ ~ -I c.... 0 fTl ...., ;;0 0. 0 ~;::;: 0 AJ 0. OJ -. o::J -. 0 ::J Ol ;::;: 0 (j) ~ :to. C:J ::0 < Cl i:: ~ c:: -J :t ::::! Cl =D ::t =D :to. :to. ::e "" Cl C:' Cl ~ ::t ~ '- VI <,:: S8 LN 3? <,:: )> <,:: 0 ~ fE': 0 LN LN 0 0 Ul - ::E:-;1 w LN'::< S. ~ )> LN LN 0 8 ~ ~ ~ .. Ol~ ~ ., R> '::< '" S8 r,t "l < S2 ~ < -J ;:: < ,,~ "l 0J < i':j Cl ='l ~ ::::! =D ?; ~ :U::j <:to. =D "l :g ~ W AJ (;:; Z w ~ w;;;: I '. <,:: 0 <,:: '" ~ (;:;"2. ~ 3 U;)> ~ ci (;:; _~ AJ ~ (;:;"2, ~ ;;;: R> _ ~ 0 0' \II ~ ~ ';;; < 6 C:J:;-; FJi Cl Cl:;;=::::!' "i ~:to. ~ Sj C] ~ 0J ::t Cl Si t: Cl:<l -'" < lI) ~' ........-<........................0 g;. W6 WO w........O"ell3 ........Ul~c.... LN........oo ::E w........5}ell;;;:;;;: LN<,::OJ LN<,::)>fTlO )> C) '" ",:to. =D C] 'S:::~C] Cl < (j:U::::!<' r>-,Cl- ~~~-.::::!~~ClCl :to. ~ LNAJ LNUJ LNfTl LNAJ 0 ..................0 ........LN_Ul. C wo;i;;;;: ~LN"'m Z ~LN" cC (;:;wS::E(;:;w5i "';;;:Z :::-: :t~ Sj;:;j x;~::::! :to.~~~< <;) ;:;~Cl 2'S't:to.Clll):--<:",,0JlI)Sl~<:t=D Ul 0 Ul 0 Ul ' Ul fTl........ LN LN -, !:2 w - UJ::J CXJ::::::J" ~ I Ul 0 0" w - UJ z;;o '........ 0 '........ 0 ;;0 0 c;: '" ::;! ::t < :;;= C:' C:J :to. lI) < ~ :to: < "l '" < ;;;; ~. :t "l C:J r::: ::tj "l "l Ol Olrn Ol)> OlZ N LN Ul~ '~wO' -, Ol~ c, ~~ ,~wo. -"1J 'LNIAJ'LN -. Ul fTl 'U ::t-<- lI):to. "lG) =D C]::t "i~"'='l ~C:J~=D "l::c=D ":to. I rn I)> I UJ lOw Ul C) Ol '-:'; ? I '" fTl g I S'2 0 (;:; I ~ ~ AJ ? I '" fTl 0 I t; .p. <' t; .p. Z ~ ~ g Z lJ) "l "" "l i:: ~ "" :;;= "l ~ "l ~ Sj :g ~ =D :t Cll1) S! "l :::; ~ :to. :$ :to. ~ C] 8 ~ ~ Bi ~ ~ ~ ~ ~ ~ 8 0,::E ~:::! 0 6' w CD ~ N is N ~ ~ ~ :::! 0 ~ -< 0 "I b ~ 0"1 0 ., N ~ S8 :)' 6 ~ ~ ~ ~ ~ "" :t :to. ~ :to. <;:: ~ "l =D ~ 0 t: fq ~ ~ ~ ~ R 8 (j < Cl ~ 00 CXJ- '--I Ol CXJ CXJAJ ~)> OUlUl ::J ::: (]) fTl CXJ6c 0 8UlU1 0 6.p.AJ ~""g 6;; C) '" C]';;; "l i:~ lI)co <",Cl ~ ::;::o:to.~<lI)Sl~l1)0J:;;==D~~ \.. 1. '--Iz 0 0 0 w ~C) Ol-l :;;:LNN Ul LN ~ .p. ell , .p.LNN Z Ul.p.OJ CXJ""""O -< :h::to. "l"" =DC] C] C:J"l C:J:t~:t=D r-'<s: ;::J~"l"i lI)< :(j ~, ~ .p.: 0S8 g ~ S'2 ~ ' g UJ ~~[;J ~(;:;';J 8:8 ~ 6~ ~~ "i~ ~~ ~~~"l~ ~~~o~~~~ (j~(j~c; '~ -I 0 fTl ell LN Cl =D:to. s: "l C]::t 'S:::~ C] i:: Cl6S"l Cl 0 ~ C Z .p. ;:;:; ~:;;= :h: ::);:;jr:::! :::; -, -'~::D ~ < ;;;: < rn 8 - ~ 'C:J~ lI) co "l ""0 UJ ;;;: "l '1 0 C ~ Z ~ 6<C) om "i"l<~ 0 "i"l<~ 0 ",:to.:to. r;; II I] ~ ~ I] II ~ :h: ~ C! () - z s:~~<"U s:~~< -U lI)L-J'S::: < I] eo'-':J::: I\) I] eo~:J::: -L Cl::t 0 r\ o>~eo~ 'Jl1)~~ C:')" in ~I !J> !J1 ;l>. ~ Sl8~ ~;g:i! ~t N ,.. ~o _ ~ ~ ~ :;;= I ~ ~ ~ :;;= I :t ~ 2-1 VI - lJ) c::;;:: ~o"''' ;;:::!;! N_ ~. '-' 0 a i.n lO 0 '" - Z ~ ~ ;!! ~ ~;;':>> <:~;::l5\" :>> ~ Vi ~ 0> - ~~'J=D, ~'JL-J=D, Cli":: :JJ O " :>> .- ",,,'- CPiJ"':>> fi'I '" -. Cl , Cl , < '0 m i;! ?\ " .- c:;"'.- i\;'" '-[i\ '" lJ) '=' - :to. -< :to. -< "l '-- 0 tn :!) '" ::r:: ",l:lo -"i\;lJ)C:; 'b: ~ S2 _!":: C:J :2' C:J:2' Ci Z m hi r::' ~ ~ ~",,:i! ~~-~:>> '" :::: <: ,-'III=III=- 2 ~gJ 8 8 o-i r .." y, c:; [;J ~o~ ;!;\Q~::::'" :>> _ Z G) C) 1-IW'-I"Wii'll ~:=1 0 0 ~ -n o ::r:: S2 .., ,:i""::r:: '" ~ ~ ~ 0-::0 - 0 '" V ." '" :>> <: lJ) :g:>> v, :<( '" tn:>> i'3 '" J>- N N ~ - - - - OJ 0> ... IO b. c::: ~ 5'2 s:: rn rn < 0 .N :>> :::: <) ~ ~~~ 0 Vi",f(J;!! ::: -./... OJU1NO GJ <:U] lH ~O ' ,-, -- :::: ~ ~ :::: ~"'r:; ~'i;~p~ ~ i'; a '=' it iflil" d d ~ -Z Z 0 :i!i;!" ~c::",:>>" " OJ ~ -" OJ;..:..! 'III, ~ ::r:: ~ ~ "'~ iJl<:(")~"':>> c:; b "''''lNlNNNNNNN ~fTlCD b. '-' -=' ~ --I 1"\ :>> '" ~~tn ::r::"'" 'Ii " OJ 1 I I I I 1 1 I I I fTl U] / lO ~J ~ ~ c:: ::r: ...... ~ h ['r) ~ ~ h):,. :::::t ~ r- 0 m UJ 0 to UJ t.N UJ 0 0 ~.....o. rr; rJ lr) 1O en '" c:; ~ ~ "'''R c:; tn(")<: ~ I"t] (/)ll:> rr;~() <DO _0> '" ~ "';i;,,:!) ",;;,,,,,,,,, '. Sl <:_<: ~~ ~ ~ ~ ~ ~~f:: ~~~~~ ~ ~ _ a::: I"t] ~ ~ ~ 2 t1 "" :>> Vi~~ 1';", t1~ '" <: ~- i=iic::C'l g )>-i 00" '" ~ 0:>> ",<:;;' <: c:; "OJ-./-./O>O>U1......lNlN IO <:<: ~ afTl e:; e:; ~ ~ ~ ili " ~"':::: . -""[i\';l'-" '" :t "'OJNO>O'" NO>O GJ I\),=,C) ~ ~~ " " 8 -t" "" ~ '" ~~" ~c:;~=" ~ C'l b CD O-i 1! & '" :t! 0 :>> 0 ~<:<:) ""''''~ t:i ~ -rrl::OfQ 8 II=III_,""O~ !l1 .. :JJ tn - '" :i! u,\QB'i :><C::"" C:J --<DOJ-./-./o>U1...... 2fTl li;;.! "111=11131 :;OfTl .. m Cl. '" "i :>> ili~iJl f;!'J,](2o ~ ::::-i 1'1' 1 1 I I I 1 1 I g~g:' b.~ 8 ~o ~g ""0)>0 --=1111311311 'I g)> en en x '" <: "" C:;'"" '-A~"" ..,. <DOlNO> <DOlN O><DlN fTl '.;.! r= ..._, Oc :;o-io -'11311 III -i'-' 1i" g: ~ 0 "" i'I -<- (/)ll:> S<- -... 2(/) O<DS:: '1=:311=1 0 !a 6f Z 2 ~ ~'i;~ ~[;J~;;' 'Ii V) C'l-, s:: fTlf)i ~U1~ "_iT' :;0 2 -< 0"" i'!i .- "'", -;:;j:>> '=' Z + 0 0"" 0 ~ I Vi is ""<: i;!><~ gJ~<:c:; .- b. '--'-i :;0 (/) M f I ~ ~ ~ R~~ ~~~~ ~ ~ ~ ~ g ~ '" <: I"'-;S:: '" b O-i ,. ;a ~ 0 '"1 ~!OJ fi'I '" 0 ~"")::1 ~ ~ ;> 8 l1 DEL WOOD DR - ~'I J'" l::j On 0 Q Z ii m d :tj:u Cs -"'nOf"l f"T1:::J::t:>-I -I " 0 ~ ;;::tlj ",1"'-""lJi - is :::: < ::J: ::c ~'l h ..J:):,. r-" co 0 r1l fTl :::0 o < I )> <:) "'.- "'''' "'f':l"'", 0 )> ~ 0 0> men..,., P1).( Vj ., <.. ;:0 (') N Q 0 C ~ g g - lJ ~ ~ ~~ V)):,.liiR (.f) C ~ ::= Q ;;u C) 0 1! 1! r 'il ~ B .-" ~"(")6 d~ N r= ~ 0>. Ii' GRANTWOOOST ::J:dO !'1 <) '" _A S\l0150- 2 fTl .'- " - "" -I roo ''1 Vi '" ~ c:: ;;:: <: fTl 0 , ) s:: Q -I ::0 '" Vi 8 Ay,"<) -11=111- ::0 - 1=111- - "- -l ::J: > VI t 5l 5l rii '" ~ F: ::r:: ~ '" JIT ffi:o:r c::: jll~JTal 2 :::i;:o ~ ;1 ::::! 8 ill .- ~ ~~ t16'l0iJ 113 -, - OJ ~ II I ':-~ ,., g > ,., n!i! 0 '" ~:!! :;;; fi'I 'i; '" c:; ~ 0 =Il C'l C'l ~ ;: ~-I 0 '" :; ~ fjJ ~ ~ ill~ 15~~jJj j:: ~III U]8'=' ~lll ! -tOP ; 1Il ~ -" 1"'1'- """i,,,y, UJ 'I I rTj~V) '1'=1 '" "'::0 ~ ~ 0 ~ ~ ~ ~ ~ ~ 8 ~ ~ UJ /tb, rr; G) () 'lJ), ~ 2 "ll ~. ~ ~ 8 ~ -I ~~ R&1 ~~~~ CD 6~~ / ~~ ~["'o'" ::0 f"1 f'1 ~I:j f;~>\ c ::i ~l'1 ~ ~ 000 ' '-';i; ;;,,,,,,Vi CD 2 rr;~C'l:;OS:: _ '" - 0> ''1:>>:>> 0 J>- <: co)> " ~ ~.ff ~o [ii""'<: fTl u; '-'C)C) :z: -oM $ .. => :i!~ >::""0,, 0 c! 0J~b. g:;o:;o " c. llJ. .., "'0-" 0:;0 ::ri,^ (/) 0:;;: _ .. .. ".." <:",015~ Z CD j':::'~ c! 0, 0 s::a ..-t Cl:l 0- tj _ r- ~'l ;:0 a)> o DO 0 Y,o tn~(")i'ii C) _ 111'-'-"i s:: CD :;0'-' JJ en JJ Vi"" :>>",~;:;: (/) clll=W=lIi=i,,- ~ 8 II <D 0 en s:: en :>>1::: Q=-<"':O: Q CD -0 I --=111 W-IICII <- cll1311 II. 0 ~ ~~~j!j , ~o ~ ~ ~ ~ '1I'II~ffiWIT -; ~ ~~ -=i1~1l*1I1~11: "" 0 r::':>>B; ....~ N :!l8 "_111= ' .... 'Tf=:3T~1 Z ig; s:::= !":: +'~II -I <3 :<:: z+ z ~~ ~~ ~ o -0 r a _. iO ~ ~ 5" ~ S; r ~(") -I i I z r : 5 ~ ~ g i:'l Ul(f) enlJ-i enlJ-i a 0 ::r-.....,-<r+,-< !"I 0 C) :!.o,., :!,o,., O ~-- z-o<v-o<v OCD^ (J)()G1~ "'T'J~{J)--N ".. ;0 ::E _._, ~ _._, I"'T'1 o -l -l r C :::0)>::0 fTl;;O.J:o. -.. ~.. 0 -'""M ::1 a. I' I ::1 a.. I" o I I O;U:r>x O~-ll'l :"'T'J .~:. :ti25g~""'v :J v to CD to (1) 5f..>.l~~ ~CD~~~ZoM"""" ~ >;:un;;on6 >0 ..0 0 _ _ F'1 C ZfTl::OS: s: Zeo);>rn-l ~ (f) 0 ~ - 0 ~ \J o~<: -l66 V'l~CIJ~ CDG)-l Z :>(.1) -..-..~ (fJ :::J 6 - -- a. ::. ::. "11~o (j)-- :I:s:::;::o)> fTI-l. ::Eo Z CJ-l =:iR"aR>zs::: CD _ _. -f :J r+ I"T'1 ::J r+ OJ "t~ )>zz ):> fTl)>0IJJOO......... )>fT1,01 Z - > \,,1' .., Cl.:::::rUJ Q..::r)> OJ :t r- !:i ~ -t -l F -0 )> r ^):> ~ "'TJ 0 -<:E ;:u z tv \ --" ~ OJ UJ G1);' :z :;11 r- (f))> n; C'1 -- ;':l. )> ^ r 0 (') - fT1 )> o' -" N ty .f:>.. c- C ::a 0 ().,., ;:0 o ()::tl ~ ~ fTl ~ "~:' OJ z CD ~ "'T'J ^ ~ ~ M ;d ~ ~ -I c.... N. ~ -' . ~ i;::o ~ -I ::ti (Ii c.n ~ ~ Cb ;:0 ~ (1) :::0 r'1 X:e"'U f'TlClfTl)> OlfTl;o() a(/)~ Q- S::S:::S::: fTlmfTl)> > rr1 0 ""O~;::o "'O:::!)_ C C gl:t' ClUj ~ C:";ElE21'''''' <:,,,~"'i z,.;Z g5"!;jBj.,., lil 0 :::3 <1>(1)0(1)(1)0 I -n;~ ~;-i~ -I' ~~~fTl~~ ~fQ ~:ti 8~?< ~ ~ ~~ f) 0 :~)>;~)> m ~ <: S~;-l~ fTlZ ~fT'I)>~ Z -- G1z (TI -h )>0 0 )>0 0 < '"" C):t' <~'" " :"':E:;!:;; 0 Ul 0 ..... ::!, ~ ,:!, rrl VJ rr, -l \" +>- )> <;: - fTl tv .Jl,."'T'J Q N I' I N ~ }Q..:..... .........;;0 )>(j)--1)> }li. () =co =(1) "It' ....,.., 0 ~ ~ .:S r <5.c:. X :? i:: CROSSWALK 8 C'D to Cl.. t.C a. ..,., -"'-I '1l::tJ'4 Z 0 Z v'::.."... :::r :::r .... )>",):.. ..; C) -0 "'/.)>;<::;:0 .-+ .-+ O . r-- ';". (j) Z ~ X I rn _. _. r- - . . ",/. --'-- '"' 1 :J :::3 :::::- ['1 ~ ~/ < \,J to 1.0 :::::.. r- . > ~ -0 ~~:, ./& 8~n~01S Z < '^ ,., ..... <:J:: Qi '.0:. -I _" ~_ -...: -I ~ < ~.::::. ~ Q~ ~ ~ ,J' >J'V Z . .+>0 lJ) JJ I ~ 5\;;1- -l- '" -l ~ ""'i rn alf'Tl ~Q --i !=l ""'" l/l )>X >-0 -< - co r-o ...... ~ --I> ~ -0 ~ -0 Z f1'1 '4)> gz n $:j n. '" <:..; Z _\Q ,. ^ VI '='1 -'.' lJ) >0 r _ m -I () ~ ~ ~"" ~ rz ~ --" -<: m ~ "~<;11 ~ .. Ul " < tl (') z z T 0 (') I~ Ul. .+>o~ r N ----:>. ----:>. ----:>. ----:>. ----:>. ----:>. --I. ----:>. Z m :0 r' Q", Z 2 0. ~~'il '-J01()1""LNN~O([)CXJ'-J01()1""LNN~ 0 .." ,^ d ~ ~ }li --i lJ) ~ p P f'Tl "'U ,JJ V~ ;;0 .4 lJ) Z )> )> rrl . m f"'1 !:Q)> '.;:E (j)lJ) ;::0 ~ 0 z .;;..)> )> (j) (j) f) fTl () . ",' r s: 0 ~..,.,~ (J) fTl -c :~ ^ .0.~ d t::::i Orrr1)>""p .;)., ~ 0 1J _ ,,^ (") " ;0, ."', STD. WK. -I :D :::! '" ZJ>g g ~;O~ --: GAOE -iuZII~~uUU(/)6;;ou~ o 0 '" ';f6Z 6 ';:; \~ . ~~-10;;:0;;:-100008u~~)> < Z 8 ~ () J>" ;0 ." '" Z rTl rTl )> )> rTl 0 0 0 0 (/) 0 rTl '1 m ~ ~ ~ j, ~ \ <, y. DO ~_ 4'-0" MIN. " . 0 0;;: ~ S; lj; 0 0 0 Z 0 < 0;;: '1 ..,., r-" Cl 0 :!; ~ ~ 2; 9'- 0 ' " I rTl )> LN LN , Z Z Z , )> rTl 0 s: ~:;: Al ~ ",.,. " ^ ~ ::;~ z"', :,. (j) Z, 0 0 ZOO 0 C) , z m - '" 'il z ',J, a () 0 -< i2 -l", ' (/) -I 0 0 (/) -i /0 ;;0 /0 (/) -1 0 O G) 0)> ~ ..,., ~M~?(j G)lJ) ~ ":z ---1 ::;:^^I'lPI'lI'lI'l ---l0 0 Z ';f 2 lD () Cl -lJ> "eJ '" -I)> 0;;: )> /0 /0 -I -i -1 ;;0 '1 /0 Z -I - ,. !ii ~ cJt. gz -2% MAX. (;. fTl CD Z (/) < -< rTl rTl rTl rTl -1 C <;;: !e6 DO g 'j;~ CROSS SLOPE "':E . " ~ , r= I C Z U 0;;: 0;;: /0 ,^ ",,. '" rz ^ -10 (/) 00 1J VI ~g " ~ NZO/OrTlrTlrTl01~'-J )> ::D" . . )>C),'1/O <: (/)Z<, o -1 rTl)> <: )>I)> o . c 0 Oo;;:grTlZZZ <0' c.. ." as Z /OrTldz;;oOOO ij, m rTl Z III rTlrTl o ~;;o u~~rTlu -l "" 0 )>",rTlO<OUJ(/) )> m o /ON -iO/OO~ Z - (J) \J., /'. ~O-1<rTlrTl 0 --1-1 0- Z I'-- Z /0 '1 :2: rTl m- :::Oll)" ON C:2:)>-1 (/) ';:t1" ';:t1" [j) )> f"'lC:::. )>, u :::.;::::.. 16 "" ()QJ '" I tji-</'./O /0 )> ~ I~ r C) G) Z rTl fTl -l ~O -n~:::O .... -.J 0;;:0 /O/Ou)> -I a V lib. XI rTlrTl, 0 m ~ ..,..,)> b(J --1-0 UU)> 0 V< ()f"'l ~ I)> 0;;: ,,0 -::-i '. 0< _ )>)>rTl - m rr;::-i ^fTl X 000;;: 0 :D (J () . . :z ;;;: rTl rTl rTl )> s: OJ . ~S2 o;;:o;;:Z C o OJ m (jf"'l . (/)-1 f::3 ~~.-1):> C :e....> ""O"'OzO 02..--C'> -i-1 Z )IO:J: Z o~~::v ~ 0"0 :D.lr) --.--- -----+-..../ n )> r-I"'lt-.)S -IC"'I-(")~t'lI Z;O ----I CJ Ii. co -I Z ~"''';rn l1l~;Z~~~;:o'l' r -, \{)b .. I OO~_ > ,... > (') >....3: - -,.., . CD (/)--1 o~w (')"'~ I", I> DO'" ,.... 0 \.11 -"\J , , =-I tn ~ .... ~';:. 12;:; ~ ~ Z ~ 3: :;....~~i. ~ 2: ~ l' \r. ,I ~ 5l to P P (j) __ - Co." ...... 0 3:........ . .... O'~... ..... t'1Qr ""T'I -.:~. (J) Ul m -I ;:0... ;;;;";, ;:o:e-."'M;E 0 Ei~::' > "".;' 0 '" ,.. (),JJ rr, (/) (/) )> - ;: !il 0'. M> <;20> 0 >' 00 "'1,<. M 2:-t '" 0 lI) (J O,^ m g~Cl?; S~~~~~ := ~ ;o~;g ~,;, M ~O " -n;;:-i '. .. =- '""' VI Z rn '" a>'" :e ",,'" 0;:: z z )>)> ~ (');0 fTI:e (') '... !'> ,JJ , ^ .L> :0... , , O'W M'~)> o>~-<o "';0 -< ....3: j:81)> ;g;;!-1 "" OVI <:(j .. ... ::i (') -< tJ)OC -I :;:0:5 -< J'9I C:J... -' JJ 0 ~~> ~ ~ ~~:!:p~ ~?il ~ ~g "'~ ~ ~ -:i;!:..-..~ r- < en b b . -, m ..-.. m ;:OM:;!! - ;$i r-_ ....0.- ;C.... M ~!; C::... Z ~ ;!; > .... -< (j) :::0 ;:0" -I -I !:~", ~ ;C .-g % ill; o~ Iii :Jl;o :g~ Sij;c Q2 O:l; Z (J(J'" -I(/),--I-1rTl,U)(/)(/)(/)OrTl(/), )> m :JJ m ~~~ 8 !:2 ~':~", ~;;! 3 <;:! g~ ~ ~ ili;:"?(; m lic::J C1 O-<(/)OO)>'1-<-<-<O-<)>-<(/) C " ....f;;jg -l )60!!l >co >~ VI",.... .. lla~ sz 0 U ;;j Z zzo C 0 !! :Om Cz () 2~~ ~ 0> ~~~ ~ l;j ." "\ ~Ol H ~fT1 ~~ g~,l, -I 2Li! . " 8 I 50 I ~ o -I Q;tIl,I) 0:....:.:. .. ::J:I""IM > :.~ '.;,- 1 ...... 0:;:0 Q) ::Do ...L. C) C -I Z 0 )> ~~en !::! ',:,:::r.;1. >;':0 ;$i ~ .. "'i. .,;,; "\ -.~ 0 ,': ,'c. " ~-. )> 0 ~" ':::lJ rTl .lNZ:t "', -tJo..... ""::ll: ;0'- ...... r-% ,'r. 1"1 r- _1-""; o 0 _ "'o>;;! "".:~i:i': ~ '1 VI ~ ~ :':':"; >0 0 .:-;....~:: "\ '-"~ i5T Z Q"'l .., O m "J1' CO 0(1)'- CD . ...l > -', ~,,~ s.. .... M Z -""\.J. . CJ ---.J ;OC"" I "!-; tJ) Z:~ -g> t"'1 ";.;...: r- ~ PO). .. ::::0 Z ...... r o:2!!! rr'I '.;.0:. tJ) C) '; ":. _:l (") fT1 to. c::J ::)> 0 - m m > ..... ".- - '. Z'.' .... Z ,...... -I Z ;0> - ::E '. ...' ~ -0 :::l ....:;; )> ~ '" b. C) o "gth)> Q)> "" 0 co .... 0 <: <: . ., .., C 0::0 0" < ~~> ~ ;il;$i l!:! 'to ~~ l;j:.. \Q(J, :z _ O -< r-:I:~ .zOO to ~ ; V):= I --t.' U1 "Jt"" r ..,., )> o~8 " z..-.. ~ "\ ;;; go> ~ -< . I ~ ~ Z .... o:z:.- ClI > ' ", ;;g ~ ~ GJ N ()1 '-J 0l --I s: :n .....n~ Z ~ ~ ~ g-. Z 0 U1 ----:>. ----:>. ----:>. '-J 0 ----:>. 0 (Jl 0 co )> ';:t1" Z ~... !:3 g G z$ Z 0 . : 0 0 ~ 000 '-J 0 ()1 0 0 0 ~ 0 ~ -1- :::::......% 0 ,. <>;C " fTI -I m - ;:0... )> Z ;0,- .... _ - Z ~[D ~ " ~-C "'0 I"l'1 . : m O ,,, ""'0 >- ~ > l"'1lJ) > 0 .. . VI Ci) ........ 0> '" < "'C:: Z ~.... 0 . ,^ Z -- S... - . oM --. fTI ~)>. I"''''' VI tIlO 0 .;0 0""0 ""'mID >0 ,^ c: a::: :z ""- tIJ(JI (1'10 r- ;:0 ,- = U) lb. ... V~ >0 ~ _ q)- ~~ _ 0 fT'I..., Men 1=..., AZ::j1 .-rrlZ :J 0 O~ -<;;v V) ZlJ] _ AO lI) ::;;;E _ >- _ :!: > .... Q> il:;:o> .... '-' )':,. ~ 0 II ",3: ~ ",Z ~ >.... ~ <1l ;;g . ~ . ... _III ~ ;;t; 'V r- JTI0 '- 3:> r- C Z _ 1:1' "'Dr- __ -0 - _ ............... >Ol )> ~ (')' r- -." Z II N C.- o. :::l >:::l ~ 0 0 . ' ~ I 0 > ? g 0;.,.4 !J) ~ =111 _.__, ,~ en (") ~ z !:3 ^ ;:0 Z: I I - -0 ",__ '" ...... .,., ZI"9\ co :t M :z r-----i 1_ rr1 ..J'= M ,.. 0 JTI _ .:::0 __, l\J <1> .... '" r- ... Ol ~ (j) :111 . i 1 . - .... 0 N' -"'J l\J ... "" - . ,_ 0 r_ _._ .j:o. 0 Z _ _ .... -III 0 .-- --l --l _.,.." -) UJ =a ~'j~ _'; I Pl.'" ::J'" :.~/. (...) IV ro ~ o. m ~ a --~~-- _.~- ~- _._~- S. \Eng\C .t,Q\~A'~ITAPY\H:J Iywvod Blvd\Hol-plcn.cwg. 6/24/::;")05 2-11' 39 PM. OceTDS400 pc3 (j <Jl <Jl <Jl <Jl <Jl <Jl -.J -.J -.J -.J / ~ ..: ~ ~ rn rn ~ ill 0 0 ~ o C1' 0 C1' 0 C1' 0 C1' 0 C1' ~ I ;:0 0 s:: 1835 ~ () "l ITJ <- "' " -orr'l' AJV)AJAJ I" 1 ~ I AJI ~ I ......... ITJITJITJITJ ~ I I<l I > I~ o ~" -oo-os:: > '" 0. ~M ~~!;O I ~ I \ I I ~ ~~ o -0> AJ~o~ 1 _>~ ~ ~ lno ,- Z ''''" ITJ- I \ ::;l Z Z ~ E5- ' ITJID OolTJV) I ~ cG") -o~(Si ~~ I~AJxV)~ I""'" :::J: -2-0 -':::J: V) < s:: ~! ~ ITJ IV) ~ ~ ~ ~ _ .? ~ II ~ n V)~ /~ ~G")ITJ 5-"=-6W__ _ __ _ _ ~ ~~ I I ~ en, eO"b -~ __ _ ~ ;;; I I t1' Z V ffl ~ is ~ 1 4' Pee SIDEWALK ......J <D I !~ G") ITJ _ 0) N_ ~ I o ~ I '" II iiiiiiiiiiii;ij!a~ "t7 D? ~ I ~ s::: - - - _=~...J I - - - Q iii' O' -"..>0 I :::J: a g / K :/ -- "':'::e~~ g(;1C a'@410" > I .p I ,~' I ~, ~ z'-" II II ' 0 s::: '4-'t.lLS/ , 1 <. --- _ L "i g II .j>. , ,g 1 SAN_,-I') ~iii ~ nO) 0) 0)..... :::J: ,','<0' ',:; I / --"N_ _0_*,__ ~ 0- 0) co co co .. . r C1J --SAN_ (") ID C 0 AJ -o~ (Si co ~ .". .". ..... . "l '" cb - _ -SAN_ _ QJ ~ ~ ~ ~ ffi ~ iii$ -0 ~ ~ co ~ Ii I / 15' / ffi'dJlla'li'!iJf'? /i1 /r;\ - -SAN.q_ _ ~ ' ~ . Z Z ~ ~ 20> I;) I"'M <:0 ~ I LSL4J@@&W,@ fg ~ a h~ 6 ~ ~ ~,,~ 7- -sr_1- - -J_ _ ~ @@(Jj}!l@WdJ/lJ@) ~ 5Z ::::1M -1>>'-1 ~ ITJ I I _ --l - X :.... s:: -sr_ __ o ., >! ~ en <D ~ I I -sr_ _ _ -sr__ ~ fTI =iAJ -g sa~i:!2 Z I 1 J / --sr___ sr__ '- J 'z G") ~ -0 s:: I' , 4' b-. , ~ V) c ~ !; 0 / Pee SIDEWAll< ' ~ ~ ~ ~ V)~ ~p; I _ ~ 0 ... AI:Eo MV) /11 _ __ "'" -AJ X> '" ,~" _ _ ~ ~ ~ITJ ;;;, I "Y V) AI ___ ~ ::I: s:: .....r11 ~z :> I 1 I fTll"'1 o 0 - G") ~ ~s:: I < F;!; G")M I I 0 rt10 M ~ ~ sa ~~:r~ 2000 ;E" I." AI ~ > o~ ~c ~ 1 ~ . I ~ > om ~:j-, go: (") I ~I z 5 ~ Z Z ~ --l m I' < ITJ- ~ 1 " Rl '" V)Z ^ I I 'D iJ .- UI ITJ () r- OO- d I ~ ~ 1\J -z ~ I I ~ 1"'1 1\J o + I ~ en C) Zm g j I d C) m 1\ ~ AJ I I s::: \~ "lI:= 2:! LI'I"."''\.,\''- "",,- "- - I 'b N Z ~~ \, G) fj ------1 t-- ~~ I N:::J: VI 00" __ __ __ )>)>(0 ~ I ;0 o 0 ~ .- fTl ~~8 I s:: .. c. ^" ~ ..... I 0 CD .. ;tJ " 0. 1"'1 -- -- -- r;; rnrnx 0 s:: I ~ ~ G") ~ I ~' ~ 2 ~ "> 1'1 @jz Q. .!.. Z I [j=:'J :J: ~ 0 c: r:-., 0 l\:l 15 "r I ~ u~!;; "-. 8. Q > ':\. I ~ ." '\J [ -0 AJ 1\J I g C) I~ ID 1\J I r1 X ~ ~;;;~ ;::.. C) I ~@) .. 0 0 --l" > ~ "m-m- AJ ^ C!) 1/1:;10 .. .. Vi~ I I ~ Ci2J V) r- m ~ I '" [;:;;::, :s:-:-: I i" ~~ ~ iJ, ~ N @ I / '~@) ,,,-w 8 Q + 0 1/ I '" ~' , "- "- '\ C1l a . ~ o VI '" ~ __ __ __ ~ I ~ N _ __ -- I I liiiU I '~ I' I ~ 9 ~ ~ J ~ 1': ~ ~, I' fig [ .. ill I I2J .. R- 1 I o lD 0 1\' I A 1\J 1Jl~1Jl 1\J I 1/'\ 1\J 1\J I\~ / C) C) 1 'r Co N ~ 1 \ + :i::0 1 I I g >0 I I m 1 \ ZZ I " :::J:~ I 0 ~ ;:::::0 I ~" ~. i-rJ1-i I ,"" :.t ~!d _ _ _ _ " I j ~ _ _ _ _ _ _ 0' - g V Z r ITl "' r I r~ ~ ~ I " ~ ~ I I ~ Z () o G") I I ~ o ~, Is::: ~ o ::I: 'i' 1\J .. 1\J OJ 0 := 1\J VI O 0 / ~-----.... - ---iV)1"'1 ..... ............ l\:l ITJMAJ_X ..... ..... C 0 - II Q !iIi' 1\J r c:ZO)c...!:!: I \ m -' CO+:::J $ S::O:::o -.r;:,..... Q / i < >0 V)1Tl """......,~ 0 I /1 \ 5i zz ..... ~o 3& .....'-~ O 01TJ U),ffl< II CO .... "l / I 10 I AJl"1 0).". ~ " ITJ-i ....>..... ~c... I U>)> -10 ~ZU1 :... ~ I _ _ _ _ I I _ _ _ _ _ _ Q C I" ..... -10 - - I .... Z - .... -...J 0 =i ~ -< fii ~ v~;o ~ $" )> V) 0 "'OQ ~ I _ en @ :0 'i' ~ S;V) > I CO > -< g G") ~ ~~ Z I I~, z V) - I + I (j) V) ~~ >::I:S:: 'i' m ~AJ 1\J ZS::F I ~ I ~ ~ 1\J C>r I ' m ..... :;:0 OM I I 1\J ~ :D C!) !:J~~ I ~ = -!- !;f2~1 I , ~ II S::.J O>Z I '1J / I I ITJ ~ G") I I\:) :D hi ~'.' EX. JDINT q o ~O "'Ij < ~O 1~1 I m Z O~ . V) Z I -II s: t > ITJ Ul_____ _ _ _ _ _ _ _ _ _ _ m 0 = ~ 21 1 ~ Z 0 >! II I -f AJ d I I l\:l 60' ~OW l\:l 1J ~ ~ LJ l\:l I l\:l ..,., ~ - ........... .... ~V) ~ I ~ 0) 0(.. <Jl <Jl <Jl C! -'Z <Jl <Jl <Jl C3 C3 ::: ::: 1 32J1B-B ~ ~ 00 ~ 00 illO ~ 0 ~ 0 ~ m 0 C1' 0 G") (J1 I () I I -f . S:'5:: W J>J> ::r ~~ <1> '5::'5:: ~ cc .., Ul 0 '5:: '5:: a: ~ ",,,, 0;0 CD -0 fTl-l .. 1'1 -i ", ;:g ~ - ~ ;;::~ 00 Ul2 ="'''' !"';-' Z o~ 1'1 =<1 1<Jl, )>'-.. ",:;;! UlZ o 01 UlO - 31- ;0.., -IN :;;!m UlC) 0 )> c.n Z ^ --I --I :z N '"'0 0 ~ 0 0........... C ::r: rrl = _ r r 0 :=::::lr;:j'C<~ r'l ;d - ;!':;2..., -:z f:~ 00 ::!:1", r-", <:6l"' ~ 1'12 U) J>' __-i - -n 0 "'^ )> 0 ~ ,~;:QOUl OOol'1;O,.AJ C <2: oX 1'1" 0 o 0 0 < :::l Z Z 0 f) 5 - M -0 rrl~ ""U ->. I"T'1 Z ~ ~ ;o~ s:J ~g "q::j~ < ~ 68 (/) 0 ~Ul 0 -:::;-~ tn ~ " =i-lfTlQtn c: )> o~ m :z: c: -< -<(J) 0:....:..)> c' 0 1'1 c..0 <(j2c! "'0 6J "1]-..., 2 Otf)GJO(") 02 I"T'1 c-:E rTl'" c ,,-,,0 q P z:-i[rioo Zl> S:::-->ooQ 0 z~ z -<...-.. J> ~ :E 2 -i, ~!",z2 "rTl .,., -2:!.~ _ ~ '0 op -i UlO-i -itn-if:....... ..,., ~ ,.AJ" tn c.... )> "rr1;:;:O -OO~ ~ "J1t' .,AJ o"'T'10 I"n ~ 0 0;:;:0 0)> >Zu --"" _ \JJ - 0 (Tl ("') O--!f"T1 ~ < z::u :z s::: 2 J>c..::j 1'1;0 C) J> .--.\J L1~~O~ Of;~ --.... t!" m .~ f"""1 ~~ "U '\,J - Ul J> "'=i J> -i..., ,^ .' < '-If -< '5:: ~ 0 :I: 0 Ul c.. -i 6 - V":E ~ -n c O )> ~~ Q __z. -- l> pJJ Qs::: ,-0 -2 0 -< ;u <)> '>5O:=-i ';'?62 0 · . . )> J> 0 Rl"' Z -<..- CD2~CD;o 0-29 m . C> · ~" ..... ::j0 I I'1VlI'1 1'1 ,-i -, " U 0" l>> m ~ Ul;o '=< 1'1 ~ -i 6'" ~ . < 2l ~ 21'1 .... r Z 1'1:I: fg";j C '-< . ~ J> ...... :E ...J _ :> 1 "0 1'1 2 ....... k Z 0 'I a. Z --I M g g ~ 0 ~ j\. II> .J-' t.' ::I: 0 0 9- ;0;0 . r (J) Ul <::i 1J (j) m ::g 88 ~ "T' C> ---' ~ :0 J> :D ,JJ I (J))> ~ " .4 b -, r Lf) O ,^ tn ,-i .. )> CD ,^ 2 -n V" - J>, ~ 0 rTl V" 1'1 ..... '" m J> !I'o tn " r q _ ~ '. r 2 2"T1 C' " r - ,...., Vl r :;t>() 0 81'1 .'l. \ J> -i '\,J Vl m Z -t ::g ~ q o~ \:0' C> . I --I ~ ~ ~ O 0, ~ ~~ OJ -- 0 ~ -< !"" ;0_ (")....... '-- Z 1'>'< 1'1 '1J Z ~ .- ~ ::j-i X r 1'1 o ;0 Ul"" :g "T' x 2)> rrl--l::::l O~ < ~ -0 :z x-< :z U1 fT1 )> C-U) -0-0 C) ............ :s::: :z 0< J>1'1 ..., rTl Vl Zs:J ;0 2 -" " , '-- ""i 6 -iUl >Gel 0 ~ ..., 2 1'1 O. 0 r '5:: 2....... . X U10 ", _s::: c..'" m ",,,, '-, )> o J> :::E fTl-l _-.,--___"-4 -0 ::::t rr1 '......', _ rrl 20 < ::r: 0 . r;o -l:;E ~ 0-1 )> 1'1 rTl ",)> _ r __ ' 2 -1m 1_' /1 fTl )> _'_'-'" ; o -I _ r ,__--1 .r [T] -.. =ti --.. ~ -~ )> :!! Ul::;:_jC " ro I~ ~_~_ J\)J\) "" ", ::D ~,,::' Gj "l1" fTlZ ~ ". .j:>. -I Z ~, N CJ r\.l W (J,)ffi ~ Of- Wz O~ i:5o f-::2: ><<1: W f-W -u z- ~o:: 0. fil~ f-- <l:f- ::2:Z -<( f-~ eno W 0:: <( 0. W 0:: 0:: W ~ W I/) o ~ m o o ~ ...J o J: M ,f~ 0000000000 o 0 -0 0 0 0 0 0 0 0 000000.0000 0000001'-000 ONlONOO<OOvO .0.0 ...r.or-: 0.0.0 N co "'C""""I'- 0000000000 0000000000 o.oo<oocxi.oooo 0......0 OlOVlOOO o lO...... NlO .0 en f- Z ~ 1/)>-<(>-0>->->-11.11. ...Jl/)wUl/)l/)l/)en...J...J o 0 0 01'- ......CO...... OOOlOOI'-O CO ........LOLOT"""C'\l('t),.... ...... ...... z o f- 0. 0:: U en W o U::2: U~~ l/l.!!1 III l/l U U l/l III - l/l "C u~c2 1Il<1l _ <1l <1l L- ~ cEEr- tli <1l<1l~~~ 06 ~1ijlllo..Q Q) 0"'5.0...;-0 01 III <1l <1l <1l <1l . _<1l1ll "i5.o::o:::;:C ~o2: ~~ ~<1l 5 o..c III III >enu Effien (j):;:ijje:-<1l - "" - <1l <1l > III U e $ ..:::: ,Q.. '- "C 0;:: +'" .- +-' u.. '- +'" .- .- C: c~oii5 enenoffi<1l 8 ailii= Ol~~&>enen E > 0 C . . . III III ~ <1l Eoen:o~~~:o Qj Ill> a."Ouuu= ~ ~ III <1l 0 0 . . .0 III f-o.O::f-enO'O'O'.........J ::2: W f- o ......N(')vlO<OI'-COCl)...... J . 0000 0000 0000 0000 OLOLO,.... -"'C""""-(""-~N 0000 0000 000.0 00......(') ...... lO N Zen>-Z O...J en 0 f- f- o,....~o ...... ......<0 .~ E N ~ - -- ...... III - a. 2l <1l c III 0:: 0 't: 01 :;::; J1clll ::l 0 = N en..c== - -C::2::C ~ III III o...::::-+'" o"""Cen __<1l '"'IIlE..c - - c u <( ~ <1l c ::2:$iU~ :cEo.f- N(')VlO ,.... "'C"""",.... "'C"""" o o iii I'- o ui N N -"!. U &. -- -', 'l~',Lt r:t;1 3: 03 ,1\ r--\\ \ f!\ 1"",-,"\ il" '-'. i:.. i _.r, . C'~I r:i 3: 03 '_' _c_1 I\. iJ ,'.\ 'r\ ~..&... CITY OF [ DEPARTMENT 0 PUBLIC WORKS ENGINEERI G DIVISION PLANS, SPECIFICATIONS, ROPOSAL AND CONTRACT FOR THE HOllYWOOD BOUlEVAR SEWER REPAIR PROJECT IOWA CI , IOWA I hereby certify that this engineering document sup~[vision and that I am a duly licensed Prof Iowa. as prepared by me or under my direct personal sional Engineer under the laws of the State of SIGNED: DATE: J~J? A# (p /24/05 ~ , Daniel R. Scott, P.E. Project Engineer Iowa Reg. No. 14048 My license renewal date is December 31, 2006. ::~--II :~~ "',1 , .:..-) TABLE F CONTENTS ji TITLE SHEET TABLE OF CONTENTS "~ :, ... hi J: 03 " "\ , "/1'/--' P"9P. Nllmhp.r ADVERTISEMENT FOR BIDS.............................. ................................................. AF-1 NOTE TO BIDDERS ............................................. ................................................. NB-1 FORM OF PROPOSAL......................................... ................................................. FP-1 BID BOND ............................................................. ................................................. BB-1 FORM OF AGREEMENT ...................................... ................................................. AG-1 PERFORMANCE AND PAYMENT BOND ............ ................................................. PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS). ................................................. CC-1 GENERAL CONDITIONS...................................... ................................................. GC-1 SUPPLEMENTARY CONDITIONS ....................... ................................................. SC-1 SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... Section 01025 Measurement and payme t ................................................ Section 01310 Progress and Schedules ..................................................... Section 01570 Traffic Control and Const ction Facilities........................... DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals an Abandonments........................ Section 02100 Site Preparation................ .................................................. Section 02220 Earth Excavation, Backfill, ill and Grading......................... Section 02510 Asphalt Cement Concrete aving ....................................... Section 02520 Portland Cement Concret Paving...................................... Section 02524 Curb Ramps ..................... .................................................. Section 02700 Sewers.............................. ................................................... Section 02900 Landscaping .................... .................................................. Section 03350 Colored Concrete Finishe .................................................. 01010-1 01025-1 01310-1 01570-1 02050-1 02100-1 02220-1 02510-1 02520-1 02524-1 02700-1 02900-1 03350-1 ADVERTISEM T FOR BIDS HOllYWOOD BO lEVARD SEWER REPAIR P OJECT Sealed proposals will e received by the City Clerk of the CilX of low City, Iowa, until 10:30 A.M. on the 26 day of uly, 2005, or at a later date and/or time as deter ined by the Director of Public Works or designee with notice of said later date and/or time to be p blished as required by law. Sealed proposals wil be opened immediately thereafter by the City En ineer or designee. Bids submitted by fax machin shall not be deemed a "sealed bid" for purpos s 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 7:00 P.M. on the 2"" da of August, 2005, or at such later time and place s may be scheduled. The Project will involve t e following: Removal and replac ent of 377 L.F. of 10" diameter sanitary se er, driveways and street pavement and other ssociated work. All work is to be done i strict compliance with the plans and specificati ns prepared by Daniel R. Scott, of Iowa City, I a, which have hereto- fore been approved by e City Council, and are on file for public examin tion in the Office of the City Clerk. Each proposal shall b completed on a form furniShed by the City an must be accompanied in a sealed envelope, eparate from the one containing the proposal, y a bid bond executed by a corporation autho 'zed to contract as a surety in the State of 10 ,in the sum of 10% of the bid. The bid security hall be made payable to the TREASURER OF TH CITY OF IOWA CITY, IOWA, and shall be fori ited to the City of Iowa City in the event the s ccessful bidder fails to enter into a contract withi ten (10) calendar days of the City Council's aw rd of the contract and post bond satisfactory I the City ensuring the faithful performance of t e contract and mainte- nance of said Project, if quired, pursuant to the provisions of this notice and the other contract documents. Bid bonds 0 the lowest two or more bidders may be retaine for a period of not to exceed fifteen (15) calen ar days following award of the contract, or until jection is made. Other bid bonds will be return after the canvass and tabulation of bids is co pleted and reported to the City Council. The successful bidder ill be required to furnish a bond in an amount equal to one hundred percent (100%) of the co tract price, said bond to be issued by a responsi Ie surety of all materials and labor, and also pro ect and save harmless A -1 """-lr -. : , . '".f p,' t:. L,~ ,3; 03 \_, .__1 i ..iff\ the City from all claims a d damages of any kind caused directly or indire tly by the operation of the contract, and shall als guarantee the mainte- nance of the improveme for a period of two (2) year( s) from and after its completion and formal acceptance by the City Cunei!. The following limitatio s shall apply to this Project: Specified Late Start Dat : August 29, 2005 Specified Completion D e: September 30, 2005 Liquidated Damages: $2 0 per day The plans, specification and proposed contract documents may be exam ned at the office of the City Clerk. Copies of id plans and specifi- cations and form of pr posal blanks may be secured at the Office of City Engineer, 410 E. Washington Street, Iowa ity, Iowa, by bona fide bidders. A $25 non-refundable f e is required for each set of plans and spe ifications provided to bidders or other intereste 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 em loy minority contractors and subcontractors on ty projects. A listing of minority contractors can be obtained from the Iowa Department of Ec nomic Development at (515) 242-4721 and th Iowa Department of Transportation Contra Office at (515) 239- 1422. Bidders shall list on th Form of Proposal the names of persons, firm , companies or other parties with whom the bi der intends to subcon- tract. This list shall inclu e the type of work and approximate subcontract mount(s). The Contractor awar d the contract shall submit a list on the Fo of Agreement of the proposed subcontracto , together with quanti- ties, unit prices and exten ed dollar amounts. By virtue of statutory a ority, preference must be given to products an provisions grown and coal produced within th State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statu s. The Iowa reciprocal resident bidder prefere law applies to this Project. The City reserves the 'ght to reject any or all proposals, and also res rves the right to waive technicalities and irregula .ties. Published upon orqer 0 the City Council of Iowa City, Iowa. MARIAN K. KAR ,CITY CLERK e'-'~ . ! ;2Lt P;<13:Q3 ( . c.' .: \ {.. '/A A 2 NOTE TO IDDERS 1. The successful bidder and all subcontract rs are required to submit at least 4 days prior to award three references involving simil r projects, including at least one municipal reference. Award of the bid or use of sp cific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the Ci Engineer and include the name, address and phone number of the contact person, for ity verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal ,. . I i r , 4~- . I --0 I '. " _.'--, -' " G.J :i; 0 w N -1 FORM OF ROPOSAl HOllYWOOD BOULEVARD SEWER REPAIR PROJECT CITY OF I WA CITY '-:~!' :-~ ;-.\ j i I.... \ t ~:"';"':" " "I'-j :(-',1\/' /,^ PLEASE DO NOT USE THE FORM F PROPOSAL INCLUDED IN THE BO\jND'~ VOLUME OF THE SPECIFICATIONS. S PARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVE OF THIS DOCUMENT. . I ~ '-f I~'J "f '-'. .'13 I. ..). I,,' NOTICE TO BIDDERS: "i I Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Civic Center 410 E. Washington SI. Iowa City, IA 52240 The undersigned bidder submits erewith bid security in the amount of $ , in accordance with t e temns set forth in the "Project Specifications." The undersigned bidder, having exami d and determined the scope of the Contract Documents, hereby proposes to provide the re uired labor, services, materials and equipment and to perfomn the Project as described in the Contract Documents, including Addenda , and , and to do II work at the prices set forth herein. We further propose to do all "Extra Wo "which may be required to complete the work contemplated, at unit prices or lump sums to be a reed upon in writing prior to starting such work. UNIT EXTENDED ITEM DESCRIPTION UNIT PRICE AMOUNT 1 Traffic Control LS $ $ 2 Pavement Removal SY 680 3 Removal of Manhole EA 4 Top Soil Strip Salvage CY 00 and Spread 5 c. Sodding Square 0 6 P.C.C. 7" Street Replacement, SY 500 Class C 7 P.C.C. 4" Sidewalk Replacement, SY 5 Class C 8 P.C.C. 6" Driveway Replacement, SY 00 Class M 9 10" Sanitary Sewer, PVC Truss LF 77 10 Lateral Service Connections EA 0 11 HMA, 300K, Intermediate, 11," mix Ton 0 F -1 12 HMA, 300K, Surface, )1,:" mix 13 Internal Manhole Repair 14 Pavement Milling 15 Trench Stabilization Rock Ton LS SY Ton o 50 00 T TAL EXTENDED AMOUNT = $ F -2 ,".) .c- -; 1 "-D ' ! """- .. .'.u"" :.~ S? C) w The names of those persons, firms, companies 0 other parties with whom we intend to enter into a subcontract, together with the type of subcontra~ted work and approximate dollar amount of the subcontract, are as follows: .cc:_ " ~" [",,> /', :J> 0 <"- 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. ~ oposal is made in conformity with the Contract Documents and agrees that, in the event of ny discrepancies or differences between any conditions of this proposal and the Contract Do uments prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Nar e: Title: Address: Phone: Contact: FF -3 BID OND , as Principal, and as Surety declare that we are held and are rmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ provided. We as Principal and Surety further pro our heirs, executors, administrators, and su conditioned on the Principal submission of the a ) to pay said sum as herein ise and declare that these obligations shall bind ssors jointly and severally. This obligation is mpanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in t e alternate, (b) If said Bid shall be accepted and he Principal shall execute and deliver a contract in the form specified, and the Pri cipal shall then furnish a bond for the Principal's faithful performance of said Proje ,and for the payment of all persons performing labor or fumishing materials in co nection therewith, and shall in all other respects perform the Project. as agreed to y the City's acceptance of said Bid, then this obligation shall be void. Otherwise thi obligation shall remain in full force and effect, provided that the liability of the Surety for any an all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full mount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to xecute the contract and provide the bond, as provided in the Project specifications or as requir d by law. The Surety, for value received. hereby s ipulates and agrees that the obligations of said Surety and its bond shall in no way be impaire or affected by any extension of the time within which the Owner may accept such Bid or may e ecute such contract documents, and said Surety does hereby waive notice of any such time exten ion. The Principal and the Surety hereto exec te this bid bond this l,-,,~I <:: , eta)' of , A.D., 20_. .',) -- -'rUt -""1 ""1_" : (Seal).; t:~) '.4Title) Witness Principal By ::2;> .-'-> (Seal) Surety By (Attomey-in-fact) Witness Attach Power-of-Attomey B -1 THIS AGREEMENT is made and entere into by and between the City of Iowa City, Iowa REEMENT ("City"), and ("Contractor"). Whereas the City has prepared certain pans, specifications, proposal and bid documents dated the _ day of , 20_, for the Project ("Project"), and Whereas, said plans, specifications, pr posal and bid documents accurately and fully describe the terms and conditions upon which th Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the ttached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the f 1I0wing component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications or Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; t...., d. Specifications and Supple entary Conditions; " . , '.j ,] e. Advertisement for Bids; 1 i i f. Note to Bidders; w .-j -0- J> c) .l:"" g. Performance and Payme t Bond; h. Restriction on Non-Resid nt Bidding on Non-Federal-Aid Projects; i. Contrayt Compliance Pro ram (Anti-Discrimination Requirements); j. Proposal and Bid Docum k. This Instrument. The above components are deemed co plementary and should be read together. In the event of a discrepancy or inconsistency, he more specific provision shall prevail. A -1 .Gi1}! By ATTEST: 3. The names of subcontractors ar proved by City, together with quantities, unit prices, and extended dollar amoun s, are as follows (or shown on an attachment): 4. Payments are to be made to the ( ontractor in accordance with the Supplementary Conditions. DATED this day of ,20_" Mayor City Clerk Ai, , CnntrRctnr By l)itlE!) ATTEST: (TitlE!) (Company Official) Approved By: City Attorney's Office . ... 1"'.... -,;-, " c..~ )> r..., PERFORMANCE A 0 PAYMENT BOND ;,.. -" .- .~\ (insert the name and address or legal title of the Contractor)' Principal, hereinafter called the Contractor and , " ,. i ,I , as . " , I (insert th~~gal title, ofthEi :~,~ty) , 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 t e payment for which Contractor and Surety hereby bind themselves, their heirs, executors, a ministrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (d tel written Agreement with Owner for Project; and WHEREAS, the Agreement requires exe ution 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 p rt hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIO S OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform aid Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain i full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of a y alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is eclared by Owner to be, in default under the Agreement, the Owner having performe Owner's obligations thereunder, the Surety may promptly remedy the default, or shall pro 1. Complete the Project in acco with the terms and conditions of the Agreement, or 2. Obtain a' bid or bids for subm ssion to Owner for completing the Project in accordance with the terms and nditions of the Agreement; and upon determina- tion by Owner and Surety of the owest responsible bidder, arrange for a contract between such bidder and Owne 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 compl tion arranged under this paragraph), sufficient P -1 funds to pay the cost of completio ,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 nder the Agreement, together with any addenda and/or amendments thereto, I s the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Sure shall be obligated to keep the improvements covered by this bond in good repair for period of two (2) years from the date of formal acceptance of the improvements by the D. No right of action shall accrue to or for e use of any person, corporation or third party other than the Owner named herein or t e heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THI OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, C de of Iowa, shall pay to all persons, firms or corporations having contracts directly with the rincipal, including any of Principal's subcontrac- tors, all claims due them for labor performed materials fumished in the performance of the Agreement for whose benefit this bond is given. he provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it wer expressly set out herein. c=; -:-~ SIGNED AND SEALED THIS 20_. DAY OF ."j-, . . r<) ...j~- """"If') IN THE PRESENCE OF: ..:,/', W )> ~-'-'> (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) P~-2 (Phone) ,-- ': :'"~~.. r ~j , . ~ ,;. ~, ~.'" '"". r. [ '-' '.' ., ,_ -r I I ~ J. ',,) ; .., .- "-"fA ' ,',',' Con ract Complian e Program ~. CITY F IOWA CITY : 2- :_} I; I 3: l4 It is the policy of the City of Iowa City to require equal mployment opportunity in all City contract.work. This policy pr~hibits discrimination by the City's contractors, consultants and vendors j'!Q~~eqUires.thefu)9~nsure that applicants seekIng employment wIth them and t elr employees are treateevequally.wlthol:Jt 'regard to race, color, creed, religion, national origin, sex, gende identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are ity contractors, vendors or consultants, in designing and implementing equal employment opportunity so t at all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants req esting to do business with the City must submit an Equal Opportunity Policy Statement before the xecution of the contract. 2. All City contractors, vendors, and consultants ith contracts of $25,000 or more (or less if required by another govemmental agency) must abide b the requirements of the City's Contract Compliance Program. Emergency contracts may be exe pt from this provision at the discretion of the City. Regardless of the value of the contract, all co tractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codifi d at Article 2 of the City Code. 3. Contracting departments are responsible for a suring that City contractors, vendors, and consultants are made aware of the City's Contract Compli ce Program reporting responsibilities and receive the appropriate reporting forms. A notification of re uirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the comple d and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required mate al must be received and approved by the City. 5. Contracting departments are responsible fo answering questions about contractor, consultant and vendor compliance during the course of he contract with the City. 6. All contractors, vendors, and consultants m st refrain from the use of any signs or designations which are sexist in nature, such as those w ich state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants ust assure that their subcontractors abide by the City's Humah Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. I +-1 ,-- I '~~', The following sets forth the minimum requirements of satisfactory Equal EmPlciym~;'tdi~~rtJ~iiy~~~am which will be reviewed for acceptability. PLEASE RET RN PAGES CC2 AND CC3,OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO TH EXECUTION OF THE CONJRACT. '\'i-\ With respect to the performance of this contract, th contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements," ntractor" shall include consultants and vendors.) a. The contractor will not discriminate against an employee or applicant for employment and will take affirmative efforts to ensure applicants and em loyees are treated during employment without regard to their race, color, creed, religion, national 0 in, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall inc ude, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selec ion for training, including apprenticeship. b. The contractor will, in all solicitations or adve isements for employees placed by or on behalf of the contractor, state that it is an equal opportunity mployer. 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 seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Empl~ment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and adc ress of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in consp cuous 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 c<?btaining the necessary posters. J~, 6. How does your business currently inform appli nts, employees, and recrllJt\llen1.SOl,Jrces (including unions) that you are an Equal Employment Op ortunity employer? -, . , ....' r' ") 0 l 4' r., j' I , , '~ " ~ '0 The above responses to questions 1 through 6, a true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date C -3 C"'.~ J-"'~ ~', SECTION 111- SUGGESTED STEPS TO SURE EQUAL EMPLOYMENT6~pbRTUNITIES 1. COMPANY POLICY _J'> ':- ':_' C," """, (',! '-'..', \ jl oJ. 1.1'? Determine your company's policy regarding equa employment opportunitie~; ,Qocument ttre policy and post it in a conspicuous place so that it is known to all our employees. FurthlliJi:rl;lre, disse.mi~\Etl/1e policy to all potential sources of employees and to your sub ontractors asking their cooperation. The' pOlicy statement should recognize and accept your responsibili to provide equal employment opportunity in all your employment practices. In regard to disseminatio of this policy, this can be done, for example, through the use of letters to all recruitment sources and su contractors, personal contacts, employee meetings, web page postings, employee handbooks, and adverti ing. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFIC R Designate an equal employment opportunity offi r or, at minimum, assign someone the responsibility of administering and promoting your company's Eq al Employment Opportunity program. This person should have a position in your organization which empha izes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to bide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promot , or discharge employees or are involved in such actions should be trained and required to comply with our policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment adv rtising as "an equal opportunity employer". (b) Use recruitment sources that are likely t yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composi 'on of your workforce. Send recruitment sources a letter annually which reaffirms your commitm nt to equal employment opportunity and requests their assistance in helping you reach diverse a plicant pools. (c) Analyze and review your company's rec itment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in th employment process to use Objective standards and to support equal employment opportunity go Is. (e) Review periodically job descriptions to m ke sure they accurately reflect major job functions. Review education and experience requirements 0 make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that nly job related questions are asked. Ask yourself "Is this information necessary to judge an appl nfs ability to perform the job applied for?" Only use job-related tests which do not adversely a ect any particular group of people. (gf Monitor interviews carefully. Prepare inte iew questions in advance to assure that they are only job related. Train your interviewers on discri ination laws. Biased and SUbjective judgments in personal interviews can be a major source of discri ination. (h) Improve hiring and selection procedur s and use non-biased promotion, transfer and training policies to increase and/or improve th diversity of your workforce representation. Companies must make sure procedures for select ng candidates for promotion, t(ansfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise ublicize all job promotional opportunities and encourage all qualified employees to bid on them. ~~ ,".,,- ;'" , ,-" C' '). {' r , '-' I I, u' (.."~ 11;\ ','-~',\,\,... t.\ 1'--.. .." u'i, I ~ I t~~~'t ....:;;;.... "'IIDI~ .....~ ~ Cftl.' of ~ ~ C~ Attached for your information is a opy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which pr hibits certain discriminatory practices in employment. Please n te that the protected characteristics include some not andated for protection by Federal or State law. As a contractor, cons Itant or vendor doing business with the City of Iowa City you are r quired to abide by the provisions of the local ordinance in conjuncti n with your performance under a contract with the City. I ~. 2-3-1 2-3-1 ,"'- , C APTER 3 ~ , ') '. ~: '-T (l i 3: C [i OISCRIMINA DRY PRACTICES ( \..1' ._.i \ SECTION: 2-3-1: 2-3-2: Employment; Exceptions Public Accommodation; Exceptions Credit Transactions; Exceptions Education Aiding Or Abetting; Retaliation; Intimidation 2-3-3: 2-3-4: 2-3-5: 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employe to refuse to hire, accept, register, classify, upgrade or refer for employ ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, dlsablllty, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member In the privileges, rights or benefits of such membership, apprenticeship or train- Ing because of age, color, creed, disability, . gender Identity, marital status, national origin, raca, religion, sex or sexual orientation of such ap- plicant or member. 1,\ '//- C. It shil.ll be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or Indirectly adver- tise or In any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not. solicited for employment or membership be- cause of age, color, creed, disability, gender Identity, marital status, natlon- at odgln, race, religion, sex or sexual orientation. COrd. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be govemed by the following: 1. A written or unwritten employment polley or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this TItle. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment pOlicies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 I wa City I cl.6 ~._------- 2-3-1 2-3-1 spective employee a test for the pr s- ence of the antibody to the hum n immunodeficiency virus. An agre ment between an employer, empl - ment agency, labor organization r their employees, agents or membe s and an employee or prospective e - ployee concerning employment, p y or benefits to an employee or pr - spective employee in return for taki g a test for the presence of the antibo y to the human immunodeficiency viru , is prohibited. The prohibitions of th s subsection do not apply If the Sta e epidemiologist determines and t e Director of Public Health declar s through the utlllzatlon of guldelln s established by the Center for Disea e Control of the United States Depa - ment of Health and Human Service , that a person with a condition relat d to acquired Immune deficiency sy drome poses a significant risk f transmission of the human immunod ficlency virus to other persons in a specific occupation. ',":'L; F: "';'. ,-" - 2. A'n 'tlrrtp'lbyer or employment agency which. chooses to offer employment or acWe,(ti~e for employment to only the disabl~lI\ or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697,11-7-1995) 3, The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family, 1. Any bona fide religious Institution r its educational facility, assoclatio, corporation' or society with respect 0 any qualifications for employme t based on reilgion when such quallfic - tlons are related to a bona fide re - glous purpose. A religious qualifi tlon for Instructional personnel or administrative officer, serving In supervisory capacity of a bona fi e religious educational facility or re i- glous Institution shall be presumed 0 be a bona fide occupational qualific tion. (Ord. 94-3647,11-8-1994) 5. To employ on the basis of sex in those certain Instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shail be Interpreted nar- rowly. F. The following are exempted from t e provisions of this Section: 6, A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the .basls of disability In those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted narrowly. (Ord. 94-3647, 11-8:1994) 897 Iowa City ~17u_____ ,..-, 1 "_._ GENERAL ONDITIONS ,,' 21.:. r' 'J. ("4 \"1; ....... l..' Division 11, General Requirements and Coven l..'1 / , , nts of the Iowa Department ~/~ranspo~tib~\\/'\ "Standard Specifications for Highway and Brid e Construction," Series of 2001, as amended, shall apply except as amended in the Suppleme ary Conditions. I I GI-1 ~~~._-~-----~~-------- , ,-.. ~ '-" ", r;' J'"" '"',. , ~ :,;. j j . Ul.f ******************************************************* ***************************************************** SUPPLEMENTA Y CONDITIONS NOTE TO SPECIFIER: C'I' I' \ See 5-3 and 5-12 of this section . . (Yv'/i' ******************************************************* ****************************************************} ARTICLES WITH N THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppli rs and Others S-6 Compliance with OSHA Regulation S-7 Employment Practices S-8 Contract Compliance Program (Ant -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Biddin on Non-Federal-Aid Projects Cl'lptinn l'lncllntrncllJdnl:Y Rtl'ltp.mp.nt!; These Supplementary Conditions amend or su plement Division 11 of the Iowa Department of Transportation "Standard Specifications for Hig ayand Bridge Construction," Series of 2001, as amended and other provisions of the Contra Documents. All provisions which are not so amended or supplemented remain in full force a d effect. S-1 DEFINITIONS. ADD to or CHANGE the following definiti ns within 1101.03 of the lOOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of ublic 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," "DEPAR MENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "lOOT STANDARD SPECIFICATIONS" s all mean the Iowa Department of Transportation "Standard Specifications for Highway nd Bridge Construction," Series of 2001, as amended. t' S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the I OT STANDARD SPECIFICATIONS: Except for such work as may be required t properly maintain lights ahd barri~~eJ,;rio1Y6fk will be permitted on Sundays or legal holid ys without specific permission.of the ENGINEER. ljj : 1;< S-3 INSURANCE.C)\i: 00 'y,//A A. 1. Before commencing work, the Con ractor 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 accomp ny the certificate. The liability limits required hereunder must apply to this Project nly. 2. The Contractor shall notify the City i writing at least thirty (30) calendar days prior to any change or cancellation of said po ey or policies. 3. Cancellation or modification of said p Iiey or policies shall be considered just cause for the City of Iowa City to immediatel cancel the contract and/or to halt work on the contract, and to withhold payment for ny work performed on the contract. B. MINIMUM COVERA(;F Any policy or policies of insurance p responsibilities under this contract shall in the following type and minimum amounts: rchased by the Contractor to satisfy his/her ude contractual liability coverage, and shall be in Typp. nf Cnvp.rngp. Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Worker's Compensation Insurance as requi $1,000,000 Aggrf\g"!p. $2,000,000 F~r:h nr::r:llmmr.A CnmhlMO Ring;p. ; Imi! $1,000,000 $1,000,000 $1,000,000 d by Chapter 85, Code of Iowa. 'Property Damage liability insurance mu t provide explosion, collapse and underground coverage when determined by City to be app icable. o..The City requires that the Contractor's Insu nce carrier be A rated or better by A.M. Best. ********************************************************* ******************************************************* NOTE TO SPECIFIER: Verify coverage amounts with the Risk anager, City of Iowa City, 319-356-5053. ****************************************************** ****************************************************** I t' In addition, the Contractor shall be requi ed to comply with the following pro\,isions with respect to insurance coverage: ,,- ' .', ,-', 1. The entire amount of Contractor's lia i1ity insurance policy coverage limits,i~ntified i,q -, the policy and on the Certificate of I surance, must, under the poOcY; be ava\lab~ 16: L 'I pay damages for which the insured C ntractor becomes liable, or for w~ich,the insured assumes liability under. the indemnity agreement herein contained, an~sucb COVer:99,~, amount shall not be subject to redu tion by virtue of investigation 'or defense. cost&,f\ incurred by Contractor's insurer. 2. The entire amount of the Contractor' liability insurance policy coverage limits shall be payable by the Contractor's insurer, ith no deductible to be paid by, or self-insured retention to be attributed to, the Co tractor unless this requirement is waived by the City. Contractor's Certificate of Insu nce must set forth the nature and amount of any such deductible or self-insured retenti n. 3. If Contractor's liability insurance co erage is subject to any special exclusions or limitations not common to the type f coverage being provided, such exclusions or limitations shall be noted on the Certi cate of Insurance. 4. The City prefers that Contractor pr vide it with "occurrence form" liability insurance coverage. If Contractor can only pro ide "claims-made" insurance coverage, then the Contractor must comply with the folio ing requirements: a. If the Contractor changes in urance carriers, or if Contractor's insurance coverage is canceled, during t e contract period or within two years after City's acceptance of the work, Contra tor agrees to immediately notify the City of such event. b. If Contractor's insurance is ca celed or is allowed to lapse during said period, Contractor shall be required to btain replacement insurance coverage to fulfill its obligation hereunder. c. If,. during said period, Contra or voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" cove e from its first carrier effective for a minimum of two years after City Council a ptance of the work, or (2) purchase "prior acts" insurance coverage from its ne carrier, covering prior acts during the period of this Contract from and after its i ception. d. "Tail" or "prior acts" coverage s provided shall have the same coverage, with the same limits, as the insurance s ecified in this Contract, and shall not be subject to any further limitations or exclu ions, or have a higher deductible or self-insured retention than the insurance whi it replaces. 5. The City reserves the right to waive ny of the insurance requirements herein provided. The City also reserves the right to eject Contractor's insurance if not in compliance with the requirements herein provide ,and on that basis to either award the contract to the next low bidder, or declare a def ult and pursue any and all remedies available to the City. ! I J~~_ 6. In the event that any of the policies f insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modifiedf"ol' in the event that Contractor incurs liability losses, eith r due to activities under tt1is' Contract, or due to other activities not under this Contra but covered by the same , iQ$uranre".a!1<;! such losses reduce the aggregate limits Contractor's liability insurar1:& tleTow .t~ limits required hereunder, then in that ev t the City may in its cUscretion eith~r suspend Contractor's operations or activities u der this Contract, ortermlnatethispbntract, and withhold payment for work performed 1'1 the Contract. Ci'i' " 1-": it'.. 7. In the event that any of the policies r 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 w rk performed on the Contract. C. HOI (') HARMI FSS 1. The Contractor shall indemnify, defe d and hold harmless the City of Iowa City and its officers, employees, and agents fro any and all liability, loss, cost, damage, and expense (including reasonable attom y'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 pro erty damage rising out of or resulting from the Contractor's operations under this C ntract, whether such operations be by himself or herself or by any Subcontractor or by nyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be d emed 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 I OT 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 ENGINEE the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SU PLIERS AND OTHERS. Add the following paragraph to 1108.01 of the I OT STANDARD SPECIFICATIONS: Bidders shall list those persons, fi ,companies or other parties to whom it proposes/intends to enter into a subcont ct regarding this project as required for approval 'by the City and as noted on the Form of Pr posal and the Agreement. If no minority business enterprises (MB ) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE' . ********************************************************** ***************************************.*************** NOTE TO SPECIFIER: Some contracts may need to adjust th requirement of the prime to perform 50% of the total contract cost. ****************************************************** ****************************************************** sr S-6 COMPLIANCE WITH OSHA REGULATION c--_, , 1--'" Add the following paragraphs to 1107.01 of the I OT STANDARD SPECIFICATIONS: .. , r, r .....,. The Contractor and all subcontractors sha I comply with the requirenients'of29'~~R: 1~~e ') (General Industry Standard) and 29 CF 1926 (Construction Industry Standard).;rhe Contractor and all subcontractors are solei responsible for compliance'\\ijth said tegul~~~,?~ The Contractor will provide Material Safety ata 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 f construction and supplemented as necessary throughout the project. This data is being p ovided for informational purposes only and does not relieve the contractor of any obligation for compliance with applicable OSHA and State laws regarding hazardous chemicals and ri ht-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontract rs, shall employ any person whose physical or mental condition is such that his/her employm nt 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, na onal origin, sexual orientation, gender identity, marital status, age or disability unless su disability is related to job performance of such person or employee. To discharge from employment or refuse t 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 perfo ance of such person or employee. S-9 MEASUREMENT AND PAYMENT. S-8 CONTRACT COMPLIANCE PROGRAM ( TI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Cont ctor shall abide by the requirements of the City's Contract Compliance Program, which is included 'th these Specifications beginning on page CG-1. Section 01025, Measurement and Payment, con ined in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SP CIFICATIONS. S-1QJAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109.0 of the IDOT Standard Specifications. The City of Iowa City does not issue tax exemption certifi es to preclude the payment of sales tax. Prior to project acceptance by the City Council, the Con actor shall submit to the Engineer a statement of taxes paid, including all information required by he State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes ap roved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur wi in 30 days of the City receiving reimbursement from the State. Tax statements submitted after e project has been accepted by the City Council will not be accepted or reimbursed. S -5 S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the ID T Standard Specifications with the following: The Contractor shall be responsible for t e preservation of stakes and marks. Any necessary re-staking will be at the Contract r's expense and will be charged at a rate of $75 per hour. ! ~ 'n -;,. J> --- ~--, I I '-',) '-"'"1 ii d, C,,) (""') Ul ~ - I SECTI 'J '. , ..... r f"", ,::. '~.::::: i '::.LJ. 1" i v' U..J MEASUREMEN AND PAYMENT c / ..1 1\ I'"' !;\ . ~,' ,. -\ PART 1 - GENERAL 1.01 SUMMARY: A. Procedures and submittal requireme ts for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract hall be measured by the Engineer. Payment will be based on the actual quantity of wor performed according to the various classes of work specified unless noted in Part 3 of thi Section. The Contractor will be given an opportunity to 'be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the co pensation as herein provided as full payment for furnishing materials, labor, tools d equipment and for performing work under the contract; also, for costs arising fro the action of the elements, or from any unforeseen difficulties which may be encounter during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a I p sum or as itemized work, which will be paid on a unit cost basis. In either case, some ork may be required for which a separate pay item is not provided. Completion of this wo is required. If a separate pay item is not provided for this work, it is to be considered inci ental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall oc ur 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 ot the City's policy to pay for materials and equipment stored or furnishings fabricated off si e. The 5% retainage will be released 3 days after the project is accepted by the City Council, provided no claims against the proje t have been filed within 30 days of project acceptance. ~~ 573 or... c"" or fu~ j ill ,._ fuo re1= or"""",, "'" =""00 of 01 25-1 3.02 BID ITEMS: A. GENERAL f ;'--,-...... ___ I . ",_."t , 3: 03 The following subsections .describe the measurement of and pa~ment fOf the'f.ork to be done under the Items listed m the FO OF PROPOSAL.;,', , ,,' ',', , , ," ,,^ , ,v,"-\ Each unit or lump sum price stated s all constitute full payment as herein specified for each item of work completed in accordan e 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 mad for any interference or delay caused by the placement and/or relocation of said utilities. N additional compensation will be made for repair costs to fix damage caused by the Contrac r or his/her Subcontractors. Work associated with existing ite s on private and/or public property that are to be protected, removed, relocated, repl ced, 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 reinstal ation will be replaced with like item and painted, if necessary, at the Contractor's expens . All trees and shrubs shall remain an be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GR B" on the project plans and as otherwise directed by the Engineer. The prices for those i ms which may have any impact on existing trees and shrubs shall include compensation r special precautionary measures required to prevent injury or damage to said tree, shrub r root system. The prices for those items which in olve grading or excavation shall include compensation for top soil removal and replacem nt (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus xcavated material, handling water, installation of all necessary sheeting, bracing and tern orary fencing around all open excavations and supply, placement and compaction of specifi d backfill. The prices for those items which i volve surface removal adjacent to buildings or vaults shall include compensation to prote t 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, haulin and disposal of unsuitable material, below grade excavation, borrow and hauling, pi ing, forming, drying, watering and compaction of fill material, and all such work as may e required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all p king permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor mu t figure these costs into their bid prices. The City will not waive parking fees or fines. Pe its paid for by the Contractor will be issued only for construction vehicles, not personal hicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and p 'vate property, when mud and debris is deposited there as a result of any construction activi . The cost of clean up shall be incidental. 01 25-2 r--I ! ~\ i-- , I L Traffic Control. .~, '- , (:Lr l....-.'L1 ~':J\/' f F;: :3: n:) The lump sum price for this item will be paid based on percent complete for fumishing, installing, maintaini g, moving, relocating, and removing all traffic control devices including barricades, s fely fencing, drums, lights, standard signs, temporary , , , " i/\ barrier rails, sequential flashi g arrows, flaggers, uniformed officers, temporary pavement markings and orange afety fence at road closures. 2. Pavement Removal. Removal quantities shall incl de Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks_ Removal of c mpacted granular and chip seal surfaces, including asphalt patches, shall be consi red as Class 10 Roadway & Borrow Excavation and will not be measured and paid nder this item. Saw cuts and hauling and disposal of waste materials shall be incide tal. All proposed saw cuts must be approved by the Engineer. Removal operations hall conform to the construction phasing noted on the plans or as otherwise approved r directed by the Engineer. Additional effort required for this purpose is considered in idental. 3. Removal of Manholes. The unit prices for these ite will be paid based on the number of each type of designated structure which is r moved and includes excavation, demolition, removal, disposal of debris and supply, p acement and compaction of specified backfill. 4. Topsoil, Strip, Salvage & Sprea . The unit price for this item wil be paid based on the plan quantity of cubic yards of topsoil stripped, salvaged and pread. Included with this item is all work required to remove topsoil from cuts, or as to be covered by fill, preparation of vegetation, and hauling, depositing, and spread ng the topsoil on areas to be sodded. Also included is mowing, plowing, blading, dis ing, and stockpiling. Topsoil shall be removed to a uniform 9-inch depth. 5. Sodding. The unit price for this item wil be paid based on the number of squares (1 square = . 100 square feet) of sod plac and includes preparation of sod bed, fertilizing materials, installation of sod, atering and all upkeep as specified, including a one- year guarantee. All disturbed as not replaced with pavement shall be sodded unless noted on the plans or directed b the Engineer. 6&8. Portland Cement Concrete Pav ments and Driveways. The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pav ments, driveways and parking lots constructed at the specified widths, thicknesses d mix designs, including 5-foot iri length full depth concrete beyond the back of si walk where existing driveways are gravel or dirt. Also included with these items is xcavation to place forms and pavement at required elevations, supply, placement d compaction of subgrade material under driveways and parking lots, forming, s pply, placement and finishing of concrete, special concrete mixes, reinforceme Portland Cement Concrete curb and curb drop installation, curing, jointing d joint sealing, grading to establish a uniform grade 01 25-3 .---i; "" ?l} 11 3: 05 i\ ,(l\t' .' "..-I. , "\ ;' :~ 'U between the sidewalk and top f curb, and backfilling at curb lines, driveway edges and parking lot edges, Aggregate durability class for al P.C. Concrete paving shall be Class 3. If weather conditions prohibit he use of Class M, P.c. Concrete, a deduct will be negotiated for the reduced ceme t content in Class C, P.C. Concrete. Pavement smoothness shall be evaluated for main line pavement per current !DOT Specifications. 7. Portland Cement Concrete Side alk and Curb Ramps. The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete side alk constructed at the specified widths, thicknesses and mix designs. Included wit these items is subgrade preparation and compaction, subgrade treatments, forming, oncrete placement and finishing, curb ramps, curb ramp coloring per Section 0335 , curing, jointing and joint sealing, and backfilling at form lines. 9. Construction of Sanitary Sewers Sanitary Sewer Services, Storm Sewers and Culverts. The unit prices for these items ill be paid based on the number of linear feet installed. Length will be measured for ea size and type of pipe along the pipe center line with no deductions for prefabricate bends or flared end sections. Measurement shall exclude the space across manhol s and intakes. The following items shall be co sidered incidental unless they are included with other items listed in the FORM OF P POSAL: a. Adapters, collars and manholes, or other app ping required for connections to dissimilar pipes, nances. b. Trench excavation includ ng furnishing necessary equipment. c. Trench boxes required Ii safety and to minimize disturbance to features to be saved. d. Exploratory digging req ired to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, Ie s, fittings, joint materials, and appurtenances. f. Supply, placement and ompaction of specified pipe bedding material and standard or select mat rial within the pipe envelope including concrete encasements. g. Supply, placement and c mpaction of standard backfill and granular backfill material. Granular backfi I material shall be used in trenches under or within 5 feet of pavement or as 0 erwise indicated or specified on the plans and by the Engineer. . h. Dewatering trenches d excavations for pipe, intakes, manholes and associated structures incl ding furnishing pumps, piping, well points, etc., as required. ! oL r<- i 1 ...,~' ~~ -" 1 . ), \_,' I. Temporary connections, iping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. Frost excavation, frost rip ing, frost blankets, or other activities associated with cold weather. ?l, r ,.,.... ,-ii J: u~< :1,-'\ " ,-",', /,\ k. , .)','\'r\ Testing of sewers as requi ed, I. Temporary support of exi ting utility mains and service lines, m, Temporary fencing requir d to contain livestock. n, Repair or replacement of tility services damaged by the Contractor. o. Permanent connections a d stubs with caps for sump pump, drainage, and field tiles of various sizes, incl ding backfill as specified by the Engineer, p. Furnishing and installing xtemal drop connections. q. Furnishing and installing emporary driveway access each night. r. Removal, salvage and rep acement of IS" RCP storm sewer crossing II & 12. HMA, 300K, \1," mix. The unit price (tons) for thes items shall constitute full payment for all labor, materials, and equipment for c nstruction of the intermediate and surface course. Adjusting structures in the pa ement shall be incidental to these items unless specifically listed as a bid ite . Tack coat, asphalt binder and quality control management shall be incidental t these items. 13. Internal Manhole Repair. The unit price for this lump sum tern will include removing the top cone section of the manhole located at Hollywood nd Fairmeadows to allow entry inside for repairs. Repairs shall include cleaning the two drop connections, removing the existing concrete fillet and weir blocking the flowline and constructing a new fillet with better flow through the manhole. 14. Pavement Milling. The unit price for this item (sq e yards) shall constitute full payment for all labor, material and equipment to remo by milling and dispose of the entire depth of asphalt down to a clean existing street, CC or brick surface. Asphalt millings will remain the property of the City and shall be delivered by the contractor to a site designated by the City. Temporary asphalt fillets incidental to this item, IS. Trench Stabilizing Material. The unit price for this item will be paid based on the number of cubic yards of rock used in place of unsuitable foun ation materials only when directed.and authorized by the Engineer. Trench stabilizin material not approved by the Engineer will not be paid for. Included with this item is additional trench excavation, disposal of excavated materials and dewatering. This item does not replace and/or include specified pipe bedding.material. pweng/Hollywood swri\01025.00c 010 5-5 .._~ i i ,--- - , -~ i .'1,.' ,';,~. 4 p;; 3: 05 THE WORK '" 't-\\,"'J\ ,,_,V ','!-\ PART 1 - GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove Portland Cement C crete and Asphalt Cement Concrete roadways, driveways, parking lots, curbs gutters, sidewalks and other miscellaneous items. 2. Remove existing storm intakes, wer pipes and manholes. 3. Furnish, install and construct sto intakes, sewer pipes and manholes. 4. Construct Portland Cement C ncrete and Asphalt Cement Concrete driveways, parking lots, curbs and gutters, s' ewalks and other miscellaneous items. 5. Strip, salvage and stockpile all t 6. Provide traffic and pedestrian tra IC control during all phases of project. 7. Clear and grub existing vegetati and furnish and install sod throughout project. 8. Other work associated with inte ection reconstruction. 6/05 pwengfHoUywood swr/OIOtO.doc I I I I Ol~_ :"<-;' '\ -I PROGRESS J", :?.L} F;13:[:5 SCHEDULES '( I;', ,__i..lj \ ::~")\//l\ PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necess a schedule of the work. B. Time is of the essence. Mini ing inconvenience, disruption and duration of disruption to residences and busine ses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBM11TALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controll ng operation identified. The schedule shall include proposed dates and durations of stre closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit upda ed construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION. A. A Pre-Bid meeting will be held on B. A Pre-Construction meeting will be h Id prior to beginning work. 3.02 PROGRESS OF WORK: A. Work shall be completed by Friday, September 30, 2005. The specified late start date is August 29,2005. Liquidated damag s of $200 per day will be charged on work beyond September 30, 2005. B. No work shall be done between the h urs of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception 0 saw cutting freshly poured concrete. C. Work will proceed in a well organ' d and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to residences shall be mainta' ed each night with temporary rock driveways except when ready for pavement replacemen . 013 0-1 " " c, , ,-0, ' <;<1'1li1;tuction will proceed in phases The particular phasing sequence is outlined in the lC" ,', ptbNe:t plans. Prior to advancing to e next phase or sub-phase, the existing phase or sub- ,phase shall be sufficiently complete t allow reopening to the public, as determined by the "Bnlrineer. ,,"'- ",.!-\ E. Restoration activities such as pavem nt replacement will follow closely behind the work even if multiple mobilizations are nec ssary. '.,1...; F. The Contractor will become an acti e partner with the City in communicating with and providing information to concerned r sidents and businesses. G . Work will be staged to minimize the ngth of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that many utility con icts will occur which cannot be taken care of ahead of time. The Contractor shall wor closely with the utility companies to aid in these relocations to keep the project on sch dule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in ad ce of street closings so that a press release can be issued. No street may be closed with t the Engineer's approval and said notification. B. Temporary rock access to drivewa s shall be maintained each night until pavement replacement. 06/05 pwengIHollywood SWIM 131O.doc 0131~-2 ~-_. ! , ., SECT! N 01570 :;<1, '" 5 (II ,J= U TRAFFIC CONTROL AND C NSTRUCTION FACILITIES 'H ,1\ ('~i\i\.'~1A PART 1 - GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffi control and construction facilities required for the work. Remove when work is comple ed. 1.02 REFERENCES: A. mOT Standard Specifications. B. U.S. Department of Transportation ederal Highway Administration "Manual on Uniform Traffic Control Devices for Streets d Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plan . 1.03 SUBMIITALS: A. Submit a traffic control plan for a I activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new r used, but must meet the requirements of the mOT Standard Specifications. B. All construction fence shall be new d securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be use to power traffic control devices within 300 feet of residential dwellings, including ap ents, 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 docurn t, the work in this section will conform with the following divisions and sections of th mOT Standard Specifications: Division II. General Requirements d Covenants. Section 1107.09. Barricades r-nd Warning Signs. I o~, ,.-. , Division 25. Miscellaneous Construe ion. Section 2528. Traffic Contro . . , ,",,:.+ ~ ~- ...:,: U ,) 3.02 NO PARKING SIGNS: i\ :'-'I\}JA :'"f" A. The City will furnish "NO PARKIN "signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor' responsible for installation and maintenance of the signs 48 hours in advance of when th vehicles must be removed. A. The Contractor shall monitor the co all times, including non-work hours. ition of traffic control and construction facilities at epair, replace and maintain as necessary. 3.03 MAINTENANCE OF FACILITIES: B. Pedestrian access to homes and bus' esses shall be maintained at all times. Temporary gravel surfaces shall be provided as di ected by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences withi and beyond the project area deemed appropriate by the Engineer shall be the responsibili of the Contractor. 06/05 pwenlYHollywood swr/OlS70.doc I 015t c--!- '\ DEMOLITIONS, REMOV ...' ",,.. (-~ t"'. I ,J: d I,) S AND ABANDqNMENJ;~ , " "^ ,:.._,ii",'I""\ PART 1 - GENERAL 1.01 SUMMARY: I andl equipment to remove existing paved surfaces as I A. Furnish labor, materials, tools indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and dra' age structures as indicated and specified. 1.02 REFERENCES: A. !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all a plicable Iowa Department of Natural Resources and United States Environmental Protecti n Agency regulations. B. Comply with all state and local ordi ances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bric ,castings, and other waste or debris resulting from work on the project. 1.04 SUBMITJ'ALS: A. Locations of disposal sites. PART 2 - PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall co sist of Class A Crushed Stone, !DOT Standard Specification Section 4120.04 and Sec 'on 4109, Gradation No. II. B. Explosives shall not be used for demol"tion. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this docurne~, the work in this section will conform with the following divisions and sections ofthel!DOT Standard Specifications: I . Division 24. Structures. Section 2401. Removal of Ex.1 ting Structures. 0205 -I ""-.1 "\ Division 25. Miscellaneous Constru tion. Section 2510. Removalof Id Pavement. . .,. c' ,- ~. -- Section 2511. Removal d Construction of Portland Cement torlc'ret{ Sidl:- walks. . " , Removal an Construction of Paved Driy,e$Ys.',. '\....A Removal an Construction of Retaining Walls and Steps.'." > Section 2515. Section 2516. 3.02 INSPECTION: A. Limits of demolition shall be per 3. of this section. The Engineer reserves the right to revise demolition limits if required b the nature of construction. 3.03 PROCEDURES: A. Utilities I. Notify all corporations, c panies, individuals and state or local authorities owning pipelines, water lin s, gas mains, buried and overhead electric facilities, telephone, cable television, lber optic, and other public or private utilities shown on the drawings or otherwis known or discovered to be in the project area. 2. When active utilities are enc untered, promptly take necessary measures to support and protect said utilities and intain them in service. 3. If active utilities are damage or interrupted as a result of work on the project, take appropriate measures to rest re service immediately. Restoration of utility services under these circumstances s 11 be at the Contractor's expense. 4. Active utilities shown on th drawings to be relocated, or which require relocation due to urUoreseen circums ces or conditions, shall be relocated in accordance with instructions from the E gineer. Generally, the respective utility owners shall be responsible to perform re ocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for elays resulting from such relocations. B. Site Protection Measures I. Refer to Traffic Control She ts for details. 2. Barricade and fence open e cavations or depressions resulting from work during non-working hours and wh n not working in immediate area. Provide suitable warning devices adjacent to xcavations and work areas. 3. Warning devices shall be k periods. t operational during all non-working and non-active C. I I Site Access Measures . ~ : 1. Pedestrian access to home and businesses shall be maintained at all Temporary gravel surfaces s 11 be provided as directed by the Engineer. times. I 02~O-2 "-if ,I,. . , ,...d .Lq r ' ')~.I"' t I'i; ,)' U LJ Contractor shall perform de olition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. (" \..'1 ,..--:, I ' i 1..) ',/ .1\ 'D.>'d~osals I. No material or debris shall b buried within the project work area. All unsuitable material resulting from demo itions and removals shall be hauled to and disposed of at a Contractor-furnished 'te approved by the Engineer or to the landfill. The Contractor shall pay the curre t tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals I. Removal shall be to the limits oted on the plans or as directed by the Engineer. 2. Pavement removal shall in lude brick, P .C. Concrete, and A.C. Concrete pavements, driveways, alleys, arking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not cons dered pavement removal. 3. Sawcuts shall be approved by e Engineer. 4. Removal operations shall con orm to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal I. Removal shall be at the locati ns and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 f< et of paved surfaces shall be Class A crushed stone compacted to 95% Standard octor Density. The top 12 inches directly below paved surfaces shall be Class crushed stone compacted to 98% Standard Proctor Density. Other excavations s all be backfilled with suitable excavated material, compacted to 90% Standard octor Density. 3. Sewers to be abandoned, but ot removed, shall be filled with an approved non- shrink flowable mortar and bu kheaded at each end with concrete. 4. Select castings shall be deliv ed to the pollution control plant at 1000 S. Clinton Street as directed by the Engin er. 06/05 pwengIHollywood swrA020S0.doc I ~ ""-~ .! '""--;- --." , ~t t-"' , 'I '1 ",. .,): t,:) ;\ fA' i PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equ pment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this docum nt, the work in this section will conform with the following divisions and sections of e IDOT Standard Specifications: Division 25. Miscellaneous onstruction. Section 2519. F enc Construction. Division 21. Earthwork, Su grades and Subbases. Section 2101. Cl . ng and Grubbing. 3.02 EXISTING TREES, SHRUBS AND VEGE "ATION: A. All trees, shrubs and vegetation hall remain and be protected from damage unless specifically noted as "REMOVE" 0 "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or e uipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for da ge outside the limits of construction, and for trees, shrubs and vegetation not designat d for removal. The Contractor's liability for tree and shrub damage will be based on t e appraised value, not replacement value, and shall include the cost of appraisal by a q lified arboris!. , 02~ 00-1 ~:: i! '::. 3.03 EXISTING STRUCTURES AND PROPER Y: r.! ~"', :;: C. 5 [.,,"'f' ..... B. Remove existing signs and posts wit in the construction area as directed by the Engineer. ,All permanent traffic signs will be re oved, stored, and replaced by the City of Iowa City. ",<\i'ti,lvactor shall provide 48 hour mi imum advance notice for sign removal and for sign replacement. Permanent signs wil1 be eplaced prior to concrete pours. Move mailboxes to a location apPro~d by the Engineer prior to closing road. Salvage and store any unique supports for mailb xes. Restore mailboxes and their supports to their prior location and condition when ro is reopened. EXISTING FENCING: I ,;, A. (: I , ' " 3.04 A. Only fencing designated by the Engi eer shall be removed. A. Contact appropriate utility represen tive to verify the presence and location of buried utilities in the construction area. B. Sections of fence removed for cons ction shall be replaced per the applicable bid item. If not addressed, replace with new mat . also 3.05 EXISTING UTILITIES: 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Se tion 02270, Slope Protection and Erosion Control. 06/05 pwengIHollywood swr/02100.doc I ~=-_. 1 ~~.- \ SECTI N 02220 , ~. ';1 .-, . .~,. (.' .J' l' ,) ILL, FILL AND G,uDING '..ell'" ',I' 1'_,"" 1,\ \/""\ PART 1- GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing a d 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. roOT Standard Specifications, 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compac ' n is indicated or specified, use percent of maximum density at optimum moisture as de 'ned by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be proved by the Engineer prior to use. PART 2 - PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall nsist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and S ction 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this doc ent, the work in this section will conform with the following divisions and sections of e IDOT Standard Specifications: Division 21. Earthwork, S All sections Division 24. Structures. Section 2402. Exc vation for Structures. 3.02 TOPSOIL: 1 A, Strip and stockpile topsoil from I wn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil fO a uniform depth to provide sufficient quantity of material for placement of a mini"tum of 9 inches of topsoil for surface restoration and I ~ ~----,.,-_._,-'"-'-"_."-,~-------'-_.._"~'----.---- r"- ! '.-ii '," '. , ~~ ~t 3.03 l)RAINAGE AND DEWATERING: ',,\ . A" " P;.d~@ and maintain ample means! and devices (including spare units kept ready for immediate use in case of breakdoWl/.s) to intercept andlor remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appUJtlenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. I 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 t\I1at may flow along or across the work site. I C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overl~d or by groundwater. 3.04 TRENCHEXCAVATION: A. General I. Excavate trench by machinejy to, or just below, designated subgrade when pipe is to be laid in granular beddinJ?; or concrete cradle, provided that material remaining at bottom of trench is only sllghtly disturbed. I 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom or 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 gIiade, so that pipe will have a uniform and continuous bearing. Support on firm ""d undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open elccavations or depressions resulting from work during non-working hours and whetjl 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 pipe and elevation I foot above top of pipe. 3. Refer to plans for allowab~ trench widths within the pipe envelope for various types, sizes and classes of plPe. D. Trench Excavation in Fill 02~20-2 f~-ll r- ;-., > - - ~! ' ,,'''' C ,r-,\" 'E. \\.)\-, '":'1. :_<1" . 1. Place fill material to final !lTIfIe or to a minimum height of 6 feet above top of pipe r" 3: C ~hen pipe is to be laid in, embankment or other recently filled areas. Take \. i. particular care to ensure ma;t.imum consolidation of material under pipe location. Excavate pipe trench as thou$h in undisturbed material. , i'- I . "--",,,~ " ..,.,i", Ex'Ca<Vanon 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 w~en location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil I. The Contractor shall noti!}' the Engineer and Iowa Department of Natural Resources (DNR) if soil cont!amination is found or suspected during excavation. 2. Soil disposal and remediati~n 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 proceetl 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 fo~ completing and filing all necessary Federal, State and local government agency fortns and applications. G. Care of Vegetation and Property Use excavating machinery ~d cranes of suitable type and operate with care to prevent injury to trees, p~cularly to overhanging branches and limbs and underground root systems. 1. 2. All branch, limb, and root c~ttings shall be avoided. When required, they shall be performed smoothly and tj.eatly 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 branchet. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wOljnd dressing. If conflicts with large roots and branches are anticipated, notify the Etj.gineer. - 3. No construction materials lmdlor equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders usfd on brick surfaces shall be limited to those with rubberized tracks or rubber ~es. 5. Do not use or operate tractbrs, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02i20-3 ------..--..,.,--.,--,----.---.--.---.--..-- I.:~ \ . 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to th$t in which they were found before work commenced. Use suitable materials and m~thods for restoration. r;. ( "r ,- :,"-,\: OS . c...\ ~ i...", , , 1"-'\\,\1:', \....1','-.' Ir"- 7. Aerate all grassed and plantet areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwisel reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tilts 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 I. Permanent copper water scjrvice lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shalJibe replaced from the water main to the curb box with new copper service pipe, wi1!hout any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where ex~ting lead or galvanized iron water services are in the excavation or disturbed art1ll, the Contractor shall replace the existing lead or galvanized piping with ne~ I-inch or larger copper water service pipe from the water main to the curb box1 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 cbmmencement of the work. , 3. When water service is disrullted, the Contractor shall make a reasonable attempt to restore the service within tw4l 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 mOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock; excavation. 02:p0-4 f"- i \ i'- , , 3.06' BACKFILLING: .~:! '- ~.. L ~', ',f ,...,. "', ," ,:; " , A.J' l: oGeneral '~)\/";,' /,,\ 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen #Jaterial or treat as required before new backfill is placed. B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Underiand within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts comp!lcted to 95% Standard Proctor Density. The top 12 inches directly bel~w paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the su~grade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Ba~kfill 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 thaIi 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill agaiJjst or on structures until they have attained sufficient strength to support the 10ac1s, including construction loads, to which they will be subjected. Avoid unequal, soil pressure by depositing material evenly around structure. 2. Backfill shall consist of CllIss A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Ddnsity unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavatiof is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, 1th Class A crushed stone compacted to 95% Standard Proctor Density. 06/05 pwengIHollywood swr/02220.doc 02220-5 C':'] I ,-- 'I SECTION 02510 , 2 [, i- ~ ' ......, 01'" ,J. U',) I HOT MIX ASPHALT PA VINQ, BITUMINOUS SEAL COAT, AND MIlLLING. ',,' i\ ,\ ~ Y I "'\ PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES: A. \DOT Standard Specifications. B. \DOT Supplement Specification 01014.: 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled wor~ers who are thoroughly trained and experienced in the necessary crafts and who are compl~tely familiar with the specified requirements and the methods needed for proper performance of the work in this section. , B. Quality testing: I. As per \DOT Supplemental Sp~ification 0 I 0 14, section 04 Quality Control Program. 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 'DOT Standard Specifications: Division 23. Surface Courses. S8-01014 Hot *ix Asphalt Mixtures. , Division 41. Construction Materials. Section 4126. TypelB Aggregate for Hot Mix Asphalt. Section 4127. TypelA Aggregate for Hot Mix Asphalt. Section 4137. Asphlllt Binder. PART 3 - EXECUTION 02510-1 ~--~ i , , ~-. I 3.01 TECHNIQUES: ,-..- r (, 3: C6 (~ q. A. Except as amended in this document, the work in this section will conform with the. f9llowing divisions and sections of the !DOT Stan~ard Specifications: ~ . ., ;" "-"11," , Ill, ~I"" JI'-\ Division 21. Earthwork, Sub81ldes and Subbases Section 2122. Paved ~houlders. Division 22. Base Courses. Section 2203. Hot M~x Asphalt Bases. Section 2212. Base Itepair. Section 2213. Base Widening. Division 23. Surface Courses. SS-O 10 14 Hot Mjix Asphalt Mixtures. Section 2307. Bitumjnous Seal Coat. Section 2316. Pavement Smoothness , Division 25. Miscellaneous Corstruction Section 2529. Full ~pth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractdr's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the paveIl!lent, the Contractor shall begin remaining work and clean up. All streets shall be finished and op~ned to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: A. Division I - Iowa City Streets - Asphalt;Overlay NAME LIMITS Rochester Ave. Market St. h ;ust west of Montrose Ave. Mominaside Dr. 7'h Ave. to i'iahSt. 3.05 PAVEMENTMILLlNG A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. . B. Except as noted herein, all asphalt mill'ngs remain the property of the City and will be delivered to the Iowa City Landfill located on Hdbl Ave.. , 0251l}-2 " ,I " 1. I Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. I r' l 0. n; _) ': ,(. i.} 1\''';' 1,...:'-- l.'. or)'.' '( '.",,'\,', c. ';'[, Pavement milling shall occur no sooller than ten (10) working days prior to overlay. The ,,-exception to this would be if after remoyal of the old asphalt overlay, the existing surface could ,'Irio longer support prolonged traffic, thell the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts an existing Portland Cemept Concrete Paving. The PCC paving shall be milled at a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning anti Preparation of Base item. 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible fur cleaning all surfaces prior to operation. All loose material shall be removed from the sutface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.07 AGGREGATES A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in ,ntermediate and surface mixtures. B. Gradation. 1. A Yz-inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing[ manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include nqt only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full-depth grinding. The leveling course will be placed over the structurp. The material over the casting will be removed and the casting will be adjusted to Yo" below tile final finished grade. The street surface course will then be placed. New castings to replace dId will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the cllSting, bricking and grouting under the casting or concrete adjustment rings. Any removal of exisfing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment ilngs to the Contractor at no charge to Mjust valve boxes. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.10 EXISTING STREET SURFACES 02510-3 ______..._________________..__ __._._____.___._ __ __~_.n___..._..."_ ......._..._._._.._...___..__.""_ ~:~ \ ! A. ,,' t:."i c . W.y!,~ fhe proposed asphalt overlay meets an existing asphalt street surface, the existing surface t 'sh'//ll ~e' sawed and removed or milled 'as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. Uf' . ASPlIA'iri'dJEMENT CONCRETE REPAIR i [,\ A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase;: replacing subbase as necessary; compacting subbase; placing and compacting full-depth aspllalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed :for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHALT PLACEMENT A. Lifts I. Division I - A I y," depth intert1llediate course followed by a I y," depth surface course. 2. Division 2 - A 2" depth base course followed by a 2" depth surface course. 3. Division 3 - A 3" depth surface course. B. Compaction 1. Class IB compaction shall be u~ed on all streets and divisions of this project. 3,13 BITUMINOUS SEAL COAT AND SURFACEiTREATMENT WORK: , A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be W~ Gradation 21. Bituminous material shall be MC-3000. Primer shall be MC-70. 3,14 STREETS TO BE SEAL COATED: Division 4 - Iowa City Streets - Chip Seal I Width Length Area NAME DESCR:'PTION 1ft) ml Isv) Hebl Ave. , , . (Iowa City Landfill Patch areas with cold mix and single chip seal. 2,635 25 7,319 Entrance ,- i Parking Lot Surface scarification, prill1er and double chip seal. 3,431 I. at Iowa Citv Landfilll - - Compost Pad Patch areas with cold mix ~d single chip seal. 375 350 14,584 I. at Iowa Citv Landfilll South Plant Lane i (South Wastewater Patch areas with cold mix and single chip seal. 3,807 23 9,729 Entrance) 3.15 PA VEMENT SMOOTHNESS: 025 JO-~ c--\ : I\. ... ~I?!,v~me~ :Srr\9othness shall meet the requirements of Section 2316 of the Iowa Department of Transportation sUlndaid Specifications for Highway an<\ Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Frofilograph testing and evaluation will be preformed by the Ownet., The.S""tiOn;!~3,16.08 for Payment shall not apply to this project, there will be no smoothness incentiv2PaYment., I,.", \ I' 02510.5 ! .""1: ....... '; SECTIQN 02520 2;;; ", '" ~ '" I j i ..). U ,~) PORTLANDCEMENtCONCRETEPAV1N~, i . ,.)\/ ,r ,'" \'/-\ PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and ~quipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and ,equipment to form, place, reinforce, fmish, joint and cure Portland Cement Concrete roa<Jways, parking area slabs, driveways, and sidewalks at the locations and grades noted on th~ plans. 1.02 REFERENCES: A. mOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled wPrkers who are thoroughly trained and experienced in the necessary crafts and who are c~mpletely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: I. Compressive Strength Tests, 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Sfibgrade. PART 2 - PRODUCTS 2.0L.. MATERIALS: A. Except as amended in this documept, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 thrOllgh 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 , PART 3 - EXECUTION 3.01 TECHNIQUES: ,>, iLl 3: CD A. " Except as amended in this docUJI1et1t, the work in this s,<;c,t1on' will c(JOfoiN, with the following divisions and sections of the mOT Standard Specifid~tiohs' ' . '. -' '/"'I~ Division 21. Earthwork, Subgrades and Subbases. Section 2111. Graniilar Subbase. Division 22. Base Courses. ' Section 220 I. Portland Cement Concrete Base. Section 2212. Base~epair. Section 2213. Base !Widening. , Division 23. Surface Courses. Section 230 I. Portl~d Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bondled Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous ~onstruction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Rern~val and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full J;>epth Finish Patches. Section 2530. Parti~l Depth Finish Patches. 3.02 CURING AND PROTECTION OF PA VEMENT: 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 requiremtnts must be met for concrete less than 36 hours old: 74 Hour Tp.mpp.T::IhITP. Fnrp.~::Io;::t rOVff1n g Minimum 35-320 F One layer plastic or burlap. Minimum31-250F 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. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 900 F. r, _,~ ~ .f 0; U~) 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 1J\jxing water, as necessary to maintain the t~mperature of the concrete as i(lS'.placed bel\lw '9W,'~ 3.04 OPENING TO TRAFFIC: I A. Opening to traffic, including COJlltractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall b~ 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 parement, 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 Enginee~ if weather conditions make it difficult to use Class M concrete, when specified. 06/05 pwenglHollywood swr/02520.doc 02520-3 '--i I ...-- -'-" ,-1 '1: C'S I,.t (I' V' ~ SECTION 02524 , :!I\ ,,-..", " ";'il~ . ,jPARTl- GENERAL CURB RAMPS 1.01 SUMMARY: A. Construct sidewalk curb ramp~ to meh ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City ofIowa City Design Standards. C. Iowa DOT ADA Curb Ramp Complijmce (Alterations) - (lIA-4) D. L.M. Scofield Company Tech - Data:Bulletin A-I 04.1 O. E. L.M. Scofield Company Tech - Data:Bulletin A-514.02. F. L.M. Scofield Company Guide G-IOl02. G. ASTM C309 - Liquid Membrane FOIrming Compounds for Curing Concrete. H. Armor-Tile Cast-In-Place Tactile/Del!:Ctable Warning Surface Tile. I. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workiers who are thoroughly trained and experienced in the necessary crafts and who are compl~tely familiar with the specified requirements and the methods needed for proper performarjce of curb ramp construction. B. Slope measurements. Newly construfted curb ramps and sidewalks not meeting the slope requirements will be, at the Engineerls discretion, removed and replaced at the Contractor's expense. 1.04 SUBMIITALS: A. Comply with Section 01310. B. Comply with Section 02520. , 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. 02524-1 ."-!' ,-- B. , Powdered materials shall be kept dry and under cover. freezing. Expired materials shall not be used. Protect liquid material from f', ' - ,. .... ~,t" . ~,t ~ I I J: L iJ 1.06 PROJECT CONDITIONS: , ',,;:1 A. Comply with ACI requirements for cold and hot-weather concrete WQi1j(/ I /~ 'iJ-\. B. Pre-Installation Meeting PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Stamped Truncated Domes 1. Colored Hardener: a. Lithochrome Color ijardner by L.M. Scofield Company. b. Color: Tile Red (A-28). c. An integral coloring agent may be submitted for approval as an alternative to topical coloring agents. 2. Bonding Agent: Product known to enhance adhesion to concrete. 3. Curing Compound: a. Lithochrome Colol'\\lllX by L.M. Scofield Company. b. Color: Tile Red (A-28). 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal. D. Cast-In-Place TactilelDetectable Warring Surface Tile 1. Color: Brick Red Color shaH be homogeneous throughout the tile. 2. Dimensions: Length and Width: , Depth: Face Thic~ss: Warpage of Edge: I 24" x 48" nominal or width of sidewalk 1.400" +/- 5% max. 0.1875 +/- 5% 00. +/- 0.5% max. 3. Vitrified Polymer Composite cast-in-place tiles shall be Armor-Tile Cast-in-Place Tactile/Detectable Warning Surface Tiles or approved equal. 02524-2 , . E. Prefabricated tiles or pavers may be submitted for approval as an alternative. to stamped , concrete. ? r; ;;; 3: [i 5 PART 3 - EXECUTION ;\. 3.01 TECHN1QUES: n,'.\I,\ \..../'../-\ A. Except as amended in this documen~ the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance ,(Alterations) - (1IA-4) and the following sections of the Americans with Disabilities Act '(ADA) B Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of-Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1 :48 or 2% to a level plane. 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. Curb ramp running slope should be no less that 1:48 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6-inch thick P.C.C. will be placed at all curb ramps unless otherwise directed by the Engineer. B. 4-inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6-inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for continuity. The minimum allowable flidth for curb ramps is 3 feet. Four-foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other jhan 4 feet wide need approval by the Engineer. , 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown tin the plans. This project may include these or other curb ramp types not shown. Existinll site conditions may require that alterations be made to proposed curb ramp design in orqer to provide a ''best-fit''. Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. , B. The 6-inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 02524-3 , --, ! , 3.06 TEXTURED SURFACE: . r,J "' {,if 1-'; i J: 07 A. All sidewalk curb ramps designated \iy the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. I, " '''--''''"',/1,'/\ ',,' .... ~.'"\ B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. , C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum frodl the curb line. 3.07 INSPECTION: A. VerifY that sub grade is installed accqrding to specifications and is free of conditions that could be detrimental to performance af colored concrete. , 3.08 COLORING: A. Concrete color finish will only be pla~ed on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as specilied by the Engineer. 3.09 LOCATIONS: A. Curb ramps are to be located direcjly across a street, alley or driveway from another existing or proposed curb ramp or si4ewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.10 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacmrer's specifications. , C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufafturer's guide for rate and method. 06/05 pwenglij!?lIywood swr/02S24-witb Tiles.doc 02521'1-4 -;-' c-.\ I ~ SECTION 02700 I ~~ r ''', " 1'.,'~:,' 7 I :.:.. ~f j J I .... _ SEWERS l,._, 1 ",','/,\ _.vi""'. 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 - For Sanitary and Storm Sewers I. 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 C361, latest edition, ~tandard Specification for Reinforced Concrete Low- Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers I. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified-Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition,' Standard Specification for Compression Joints for Vitrified-Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI! A WW A-A21.5/CI51, latest edition, Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids. 2. ANSI!AWWA- A21.50/CI5D, latest edition, Thickness Design of Ductile-Iron Pipe. 3. ANSI!AWWA-A21.53/CI53. latest edition, Ductile-Iron Compact Fittings, 3 in. through 16 in., for Water and!Other Liquids. 4. ANSI!AWWA-A21.lIlCIll, latest edition, Rubber-Gasket Joints for Ductile-Iron Pipe and Gray-Iron Pressure Pipe and Fittings. 027QO-I --':11 ], 5. ,','_. ;< i 3: 01 ANSIIA WW A-A21.4/CI04, latest edition, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (pVC) Pipe - Fqr Sanitary Sewer Service Lines , \.,' ,"if-\. ., I. ASTM D 1784, latest edition; Specification for Rigid Poly (Vinyl Chloride) (pVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sdwer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest editioh, Standard Specification for Type PSM Poly(Vinyl Chloride) (pVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible ElastoP1eric Seals F. PVC Truss Pipe - For Sanitary Sewers I. ASTM Dl784, latest editiOI), Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest editiOI)., Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest editiO/l, Standard Specification for Acrylonitrile-Butadiene- Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition~ Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sectio~. H. Intake Structures 1. roOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceeld the minimum standards specified. in the applicable references listed in the previous subsection. B. All suppliers of reinforced conc\'ete pipe and manholes must be certified by the Iowa Department of Tl'l!llSPortation. 02700-2 . ..,."~---"..._-----'-- ;"- I ;"P' .--.., . L 1.."- 'C.,I Reinforced concrete pipe shall be ll1llIlufactured by such means to minimize cage twist. C' PiP-e,Ai,splaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will , ' I be nljebted. ': ?:t , D. r>etails of gasket installation and joint, assembly are subject to acceptance by the Engineer. I,^ "I' E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the CQntractpr and replaced with new. F. All pipe must pass the leakage tests s1!ecified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified-Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. 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 - For Sanitary and Storm Sewers 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. 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. 2. Wall Thickness: Minimum wall thickness will be B-wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 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 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforceinent is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding - Type B per ASTM C 12 with compacted granular material to the springline of the pipe. ' B. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile 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 012700-3 ------,~--- .-,1 ;_.;-'\ .. 1.. C I; groove joints. , r,l , ,"'-1- \: Ii 3: 01 b. Arch pipe: All joints will be sealed with mastic butyl rubber-based sealant meeting the requirements of AASHTO MI98-75, Type "B". Wrap exterior of each joint with engineering fabric. ." il-\' 2. Wall Thickness a. Circular pipe: Minimum waH thickness will be B-wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: 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. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe stt-ength shall be Class ill A as defmed in ASTM C506. 4. Pipe Markings: All pipe shaH 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 per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe I. Joints: Shop drawing of gasket installation and joint assembly, subject to approval ofthe Engineer. 2. All pipe shaH be "extra strerigth" as defined by ASTM C700. 3. Minimum Bedding - Type B per ASTM CI2 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to 02700-4 "-I ~ ~"..... . - ~ ' appropriate ANSI. "'.' '- ^, I , (.-; ; i I 3: 4.7 Minimum Bedding - Type 5 per ANSI/AWWA CI50/A21.50 with compacted granular material to the springline of the pipe. I,-_i " ,E. ),'/l"YC Truss Pipe - For Sanitary Sewers I. All PYC truss pipe shall bd made of PYC compound having a minimum cell classification of 12454 as dermed in ASTM D 1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. , 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding - Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. F. Poly Yinyl Chloride (pYC) Pipe - For Sanitary Sewer Service Lines I. All PYC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding - Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurfa~ Drainage I. Corrugated PYC with a sm<)Oth interior wall shall meet the standards of ASTM F949 and be constructed of~sins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding - Drainalille stone encasement to 6" above pipe. H. Manholes I. Joints: Alljoints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 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 02700-5 , maximum extent possible to supplement flow through the manholes. ~':~i (~;i 3: D7 5. All manholes are 4-foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non-rocking. _...-.,\,,1,\ i },J',;',f..\ 7. Manholes in paving shall ha\fe an interior Cretex chinmey seal (or approved equal) that spans from the casting to the cone section. I. Bedding: I. Granular bedding material s~1I consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. 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 imllicated 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 1. Support on compacted grahuIar bedding material using the type of bedding specified on the plans. If nO bedding is specified,' use the minimum bedding specified in Part 2 ofthese specifications. 2. Place bedding material to ettsure 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 1. A-LOK shall be used for ,all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF-19C. CMP outlet shall be used unless approved by . the Engineer. 02700-6 ,'-: ~_. i-'...., E. Jointing J. ~' :, . \". I Fi.; 3: 07 1. Clean and lubricate all joints prior to assembly. .:\ }//;~\ 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backfill as specified in Section 02220. I G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes Section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorr~ctly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed seWer must be laad so nearly in a perfect line that an ordinary electric lantern held at center of the sewejr at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: A. Lamp all pipe to visually inspect for <ilefects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: I. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for meaaurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration pr low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration pr low-pressure air tests. c. Ifpipe is larger than 27-inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum 02100-7 :'- j' -~" c,' , (,.j ?II 3: 07 Yz-mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole-to-manhole sections of pipeline. ,5. Low-pressure air test: --;;\ ("'-i\/;JJ-\f I -_., . ~ a. Equipment (I) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control pane\. b. Procedure (\) Perform from manhole-to-manhole after backfill. (2) Place pneumlltic plugs: (a) sealing length: equal to or greater than pipe diamet~r, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater 'above pipe invert. (4) Limit intemw pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect 19w-pressure air hose from control pane\. (6) Acceptable Test Result: ( a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter in vches Time in Minutes 4 6 8 10 12 15 18 21 24 27 2.0 3.0 4.0 5.0 5.5 7.5 8.5. 10.0 11.5 13.0 (b) Minimum allowable time for sewers with more than one 02700-8 ! . , -" J, '~:'!~ ;~:, 3:07 size 'of pipe: based on largest diameter reduced by 0.5 . , mIn. (c) If grjlUndwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groupdwater is above the flow line of the pipe. ~_. i \ ""1:\ ' "", , '_,)',/ ','I c. If pressure drop exc~eds 1.0 psig during the test period, the test shall be considered to have fajied. Locate and repair leaks and retest as required. I 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. c. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (I) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean Water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing lea\qage. c. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltratioh same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltratioIll can be increased by 5% for each additional foot of head. e. Modification to this liest only as approved by the Engineer. f. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: 1. The mandrel (go/no-go) dev1ce shall be cylindrical in shape and constructed with nine (9) evenly spaced arms opr prongs. The mandrel dimension saall be 95% of the flexible pipe's published AStM average inside diameter. Allowailces for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel 02700-9 dimensions shall cany a tolerimce of or .00 I ". Proving rings shall be available. ';~:);, {~r 3:1]7 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-teJ;ffi (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor thrpugh all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall jJe retested with the go/no-go mandrel until passing. 3. The Engineer shall be respon~ible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor tP the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true 10 line and elevation o~ minimurn six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. 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 j omt 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. Grading rings plus the frarrie height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEt or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 0222(1). I. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capaoity of any drainage system affeCted by construction. Diversion of storm water into the sanitary sewer system is not allowed. 027(>0-10 .'''..'.-, Sanitary Sewers: The Contractor shali at all times maintain full capacity in the sanitary sewer system and protect the system frlom storm water. F;l; 3: ~:;7 If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump _ leadily at hand. The Contractor shall provide the Police Department and the Supervisor of C.IIJ.'li,l3,owa City Wastewater Treatrne~ 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. B. J. , ..,1. c."i.i C. 3.05 CONFLICTS A. Provide temporary support for existipg water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trencll or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inehes below the bottom of the water main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over wl/.ter main or service or where the top of sewer is less than 18 inches below the bottom of lhe water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20-foot length of water maip material as specified for gravity sewer centered on the water main. Bothjoints shallbe located as far from the water main as possible. 3. The sewer and the water main mUst be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20-foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: ' I. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least fOllf linear feet from the water main. 06/05 pwcngIHoUywood swrI02700.doc 02700-11 , ",1, ,..., ''''7 : (.."t l, I ,..:: oj , SECTION 02900 ",,", '/".-\ , LANDSCA.PING \ " :, 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: I. Nomenclature: Scientific and qommon names shall be in conformity with V.S.D.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 mixll/res, 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 an~ shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before plantihg. : , 0290()-1 ! ~\ PART 2 - PRODUCTS 2.01 TREES AND SHRUBS: i, "'.,' f ,~"~f 1"11 3: 07 ; A. Trees and sluubs shall be vigorous, hel/-Ithy, well-formed, with deJlll~;fibrous'and large root systems and free of insect or mechanical damage. \,j" C;~'//l\ B. All trees and sluubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: I. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk si){ inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. TreeS shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs.! 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 0.40 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 apptoval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from di/;ease, 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. . 02900-2 ~ .... r "", ., 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containirtg not less than 85 percent of total catbom1ted.4 r i i :): G 7 I Fertilizer shall contain the following percentages by weight or as approved IlyHngineer;. I . . B. ,1\ ,--.,..\ 1.'\ ; .1'''.'' , ~ i \;- Nitrogen* - 15% Phosphorus - 15% Potash - 15% * At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date:, 1. Trees: Spring - March 30 thrpugh May 15 Fall- Sept. 18 throu~ Nov. 18 2. The Contractor may plant outSide the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. E. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: I. Excavate tree pits to a minim).nn of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits U inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight ilnd at elevation where top of root ball is one inch lower than surrounding [mished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits. halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pi\. Water tree or shrub again when backfill operation is complete. 02900-3 C'~ I i ~'-- i ,." H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three , , :::i ~;c~i7 of hardwood mulch which has been approved by the City Forester. PLANTIjVG SOIL MIXTURE: 3,02 i ;,\ A. . ::)!iWll material for plantings shall bel a rrrixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a unifo~ appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. , 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rat~ of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than Y..-inch and compact by means of an acceptable lawn roller weighing 100 to ISO 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 necessal)! throughout maintenance and protection period. E. Seed during approximate time periods of April I to May 15 and August IS to September IS, and only when weather and soil col1ditions 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 Il1l\terial shall be approximately 1 y, tons of dry cereal straw, two tons of wood excelsior, ontwo tons of prairie hay per acre, or other approved material, depending on the type of mat~al 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. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. 02900-4 ;.--\\ C. Apply fertilizer at a rate of 450 pound per acre. . J ' -, .-...., . '; l': i ..j: U J D. Remove weeds or replace loam and .reestablish finish grades if there are any delays in sodding. .',J,', ,"'\ E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time 0/1 sodding and continue as necessary throughout maintenance period. 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. 1. Apply additional care as necessary to 'ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2Yz inches by mowing at least three times. Weed thoroughly once and maintain until time of fmal acceptance. Reseed and refertilize with original mixtures, wailering, 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 IPr planting and maintenance. Water ntay 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. 06/05 pwengIHollywood swr/2900.doc 02900-5 SECTION 03350 ;""~ . , ..i COLOREDCONCRETEF~SHES , ,",! '.~" If j 3= G 7 - ,I, PART 1 - GENERAL .-'; '\ ','.,', '. "I Vr 1.01 WORK INCLUDED: A. Colored finish for new concrete curb r<lmps. 1.02 REFERENCES: A. L.M. Scofield Company Tech - D<lta Bulletin A-I 04.1 O. B. L.M. Scofield Company Tech - D<lta Bulletin A-514.02. C. L.M. Scofield Company Guide G-I07.02. D. ASTM C309 - Liquid Membrane-FonPing Compounds for Curing Concrete. 1.03 QUALITY ASSURANCE: A. Use <ldequate numbers of skilled workers who <Ire thoroughly tr<lined and experienced in the necessary crafts and who are corripletely familiar with the specified requirements and the methods needed for proper perfornlance 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. . B. Powdered materials sh<lll be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather work. B. Pre-Installation Meeting PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 02520. B. Water: Fresh, clean and potable. 03350-1 C. Colored Hardener: 1. Litochrome Color Hardener by L.M. Scofield Company. ~:'!.; r; i :"); 0 8 2. Color: Tile Red (A-28). I,' .I.i\ ,--.,",\ ,,\/\,1/-\ D. Bonding Agent: Product known to enhlmce adhesion to concrete. E. Curing compound: I. 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. 06/05 pwcngIHollywood swr/033S0.doc k" 03350-2 Pro) ~ Prepared by: Daniel Scott, Project Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION Np. 0'i-??1 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE HOLLYWOOD BOULEVARD SEWER REPAIR 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 CITY COUNCil OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice 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 10:30 a.m. on the 26TH day of July, 2005, 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 meetinp, to be held at the Emma J. Harvat Hall, City Hall, Iowa Oity, Iowa, at 7:00 p.m. on the 2" day of August, 2005, 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, 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 'ith day of .Tul v /'/ .(;;~J_/ b./. AYOR Approved by ~vtc:t~ City Attorney's Office ,20 0') ;fd. ATTEST: ~~ 'A...;) CI CLERK Pweng/res/holly,vdsewer/doc 6/05 ~. ~.J ,,/z.."'!&r Resolution No. 00-771 Page 2 It was moved by 0' Donnell and seC<!lnded by adopted, and upon roll call there were: Elliott the Resolution be AYES: NAYS: x x x x x x x ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn ADVERTISEMENT FOR BIDS HOllYWOOD BOULEVARD SEWER REPAIR PROJECT Sealed proposals will be received by the City Clerk of the Ci~ of Ibwa City, Iowa, until 10:30 A.M. on the 26 day of July, 2005, 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 tje published as required by Jaw. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 2nd day of August, 2005, or at such later time and pl"ce as may be scheduied. The Project will involve the following: Removal and replacement of 377 L.F. of 10" diameter sanitary sewer, driveways and street pavement and other associated work. All work is to be done in strict compliance with the plans and specifICations prepared by Daniei R. Scott, of Iowa City, Iowa, which have hereto- fore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of, Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, lOW A, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or urtltil rejection is made. Other bid bonds will be retwrned 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 of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or inpirectly by the operation of the contract, and shall also guarantee the mainte- nance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Late Start Date: August 29, 2005 Specified Completion Date: September 30, 2005 ' Liquidated Damages: $200 per day The plans, specifil;ations and proposed con- tract documents may, be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form o~ proposal blanks may be secured at the OffIce of City Engineer, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders. A $25 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, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ~ ~ fe ~ Prepared by: Dan Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. 0';-268 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE HOllYWOOD BOULEVARD SEWER REPAIR PROJECT. WHEREAS, Tschiggfrie Excavating of Dubuque, Iowa, has submitted the lowest responsible bid of $188,136.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Tschiggfrie Excavating, 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 2nd day of August ,2005. ATTEST: ~~ k. ~I CITY RK 12-/~ .~ / - '1t1A YOR Approved by .Jt u.4i,.f7 r::J r ~ ~~/~s- City Attorney' Office It was moved by Champion and seconded by adopted, and upon roll call there were: AYES: NAYS: O'Donnell the Resolution be x X X X X X X ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn pweng/reslhwoodsewerAWRDCON.doc 7/05 Printer's Fee $ 5(".">0 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, Orlene Maher, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I times(s), on the following dates(s): - ,j u L~ J Y./ 'd-O(l5 ~ ~'1f\ 0 ~t~ Legal Clerk Subscribed and sworn to before me this Is-..#--. day of j,J,~ A.D. 20 (1 , Y~/(~f Notary Public CiNDAlffio';2:: t.ii CamrnIaslon Number 732619 . . "'~I.I"""I Expires ....., ~. 2llO8 OFFICIAL PUBLICATION ADVFRTISEMENT FOR BIDS HOLLYWOOD .B01lLE\l.:).Rn ~FWER REPAIR PROJECT Sealed proposals Will ~ved by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 26th day of July, 2005, or at a later date andlor time as determined by -the Director of Public Works or designee, with notice of said Ia~r date and/or time to be published as required by Jaw: Sealed proposals will be opened _ immediately there-after by the City Engineer or designee. Bids submit- te~ by fax machine shalt not be deemed a .sealed bid"' for purposes of this Project. Proposals will be acted upon by tM City Council at a meeting to be held Inlhe EmmaJ. Harvat Hall at 7:00 P.M. on~ the 2nd day of August, 2005, or at sUCh later time and place as may be scheduled. The Project will involve the following: Removal and replacement of 3n L.F. of 10~ diameter sanitary sewer, driveways and street pavement and other associat- edwork. All work is 10 be done in strict compli- ance with the plans and specifications prepared by Daniel A. ScoU, of Iowa City, Iowa, which have hereto-fore been approved by the City Council, and are on file; for public examination In the Office of the City Clork. Each proposal shaH be completed on a form furnished by the City and must be aCCOmpanied in a sealed envelope, sep- arate from the one containing the propos- al, by a bid bond executed by a corpora. tion authorized to contract as a surety In the; State of Iowa, in the sum of '10% of the; bid, The, bid S8ClJrity sh8llbe,made pay-eblo to the TReASVRER OF Tl-iE Cri'Y,OF IOWACITI; IOWA. and shall be torfefted to the City' of Iowa City in the event the successful bidder falls to enter Into a contract within ten (10) calendar ~: of, the' City Council's award of the oortt~~~~pQSl bofld satisfactory to the ~'lI!JlOl!tlgllthe falll1"" pertormance ot the:'~::and maintenance,pf said ~if,~M1red, ~rsuant to the provi- siodS"'olthiS,n6tiCe and thebther contract =' . Bid bonds of the lowest two 0( '-, ,', bidders may' be retllined for a pEl " of not to exceed fifteen (15) calen- dar'days following award of the contract, or Lfrth rejection is made. Other bid bonds will ',be returned after the canvass and tabtlllatloil of' bids Is completed and repOrted to the City Council. The successful bidder will be required to "'i.' he bond Inan:a..mount equal to one hIJ ," red percent (100%) of the contract pri 'j's,aid bond to' be issued bya res~n~sibl,e surety of all materials and labdr, , aocCalso protect and save harm- _1f(j~1!~"C~!~om all ~~J~s and d~m~ges 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 two (2) yeal'(s) from and after its completion and fornial acceptance by the City CounciL The following limitations shaH apply to this Project: Specified Late Start Date: August 29, 2006 Specified Completion Date: September 3O,?OO5 . Uquidated Damages: $200 per day The plans, specifications and proposed connct documents may be examined at the office of the City Clerk, Copies of said plans and specifications and form of pro- posal blanks may be secured at the Office of City Engineer, 410E. WaShington Street. Iowa City, Iowa, by bona fide bidders. A $25 non-refundable fee is required for each set of plans and specifications pro- vided to bidders or other interested per- sons. 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 minor- ity contrac-tors and subcontractors on City projects. A listing of minority contrac- tors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts 'Office at (5t5) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approx- imate subcontract amount(s). The Contractor awarded the contract shall.. submit a list on the Form of Agreement of the proposed subcontrac- tors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, pref- erence must be given to products and provisions grown and coal produced with- in the State of Iowa, and to Iowa domes- tic labor, to the extent lawfully required under Iowa Statutes. The Iowa recipro-cal 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 irregu- larities. Published upon order of the City Council ot Iowa City, Iowa. MARIAN K. KARR, CITY ClERK BOO88 July 14, 2005 Printer's Fee $ Ilv.l;)- CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, Orlene Maher, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which IS hereto attached, was published in said paper I times(s), on the following dates(s): .;](, jl\p d~ d-OO &J (!}~~AQ enl ~ Legal Clerk Subscribed and sworn to before me this ~ day of ~ AD. 20 0<; ~L~/L~ Notary Public fi'" UNDAKROlZ "; Comm!~~ion Number 732619 ,"" .,~ ".- .. fi'J LINDA ~ Commission Number 732819 . ,',' ~ r,~YC~~-"'-'-:l Expires r,/:;" .......n<:" .-... OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIACATlONS. FORM OF CONTRACT AND ESTIMATED COST FOR THE ~YWOOD BQULEVARD SEWER REf; R PRWECTlN THE (,;11 Y OF IdW.-:mv;1oWA TO ALL TAXPAYERS OF THE CITY OF IOIVA CITY. IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will corKluct a publiC hearing on plans. specifications. form of contract and esti. mated cost fO( the con-struction of the Hollywood Boulevard Sewer Repair Profect in said City at 7:00 p.m. on the 5th day of July, 2005. said meeting to be held in the Emma J. HalVat Hall in the City Hall in said City. or If said meeting is cancelled, at the next meeting of the City Cooncil thereafter as posted by the City Clerk. Said plans, specifications, form of con- tract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interest-ad persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to a~ comments concerning said plans, specffi- ca-tlons, 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, CllY CLERK 60058 June 29, 2005 lIfS!)A ,.i'lO.rz i1'''' eommlssion NUmbl:=-r 7_' , . My eommlallOn JanUlIlY 'P. FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Tschiggfrie Excavating Company ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 24th day of June, 2005, for the Hollywood Boulevard Sewer Repair 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 b. "" o g ~O ~ ...-- ITJ Addenda Number #1; 0 =<! -0 11 N - "Standard Specifications for Highway and Bridge constructid~ Se~s oh=; -:0 ::1i: 0 2001, Iowa Department of Transportation, as amended; ~ ^ = )> 0 \D Plans; herein by reference: a. c. d. Specifications and Supplementary Conditions; e. Advertisement for Bids; 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-O 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): See Bid Attachment 4. ....., o s ~() = Payments are to be made to the Contractor in accordance with the ~!:5le~ta'Y- C), -0 11 Conditions. =:J 0 N r= ----.r m _m "., ~~ = 0 ,~oS'. c:=; \0 2"0. day of It CA jill-i DATED this City of Iowa City Contractor - Tschioofrie Excavatino Company Bd-~M ~L - Y' ':t,~j;y!~ (Title) ~ ATTEST: ~1n1,../d Mayor ATTEST: ~~~4<~ k. k~ City Clerk (Title) ctC". mCMfi?c''''' (Company 0 lcial) Approved By: "?'~ ~ S- AG-1 FORM OF PROPOSAL HOllYWOOD BOULEVARD SEWER REPAIR 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 Gc..~'~}~~~ ';I(c.w<...{~ (0 Address of Bidder 'tIS 30\,,,0 b...>IoJ)Jt!.- D/"IV<<- U~J~ ,~o......><, U~","32 ~O -. )>_ V> TO: City Clerk 0 :;;! ~ 11 City of Iowa City -lor- Civic Center --< r- I m m 410 E. Washington SI. -...,.., :z. 0'""" :x ! 1 : Iowa City, IA 52240 j€ ^ ::- ......., . The undersigned bidder submits herewith bid security in the amo:itt of $ NY./:> r..c.\ ~o. , 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 perfonn the Project as described in the Contract Documents, including Addenda ......", . and . and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION ESTIMATED UNIT QUANTITY LS 1 UNIT PRICE $ '+000 c;g 7?5? ~Ooog j).@ 1 Traffic Control 2 Pavement Removal SY 1680 3 Removal of Manhole EA 1 4 Top Soil Strip Salvage and Spread . CY 700 ;;;.~, 76<e 4'192 c,b~ LfSo,E 130"-E.. I, {gOO'!!! . 5 Sodding Square 50 6 P.C.C. 7" Street Replacement, SY Class C P.C.C.4" Sidewalk Replacement, SY Class C P.C.C. 6" Driveway Replacement, SY Class M 10" Sanitary Sewer, PVC Truss LF Lateral Service Connections EA 1500 7 15 200 8 9 10 377 10 FP-1 EXTENDED AMOUNT $ I.{ 000<;8 , l~. <13(0 4"? 800~ g, 'iooce. "3. KDOE?E. (of&, ooo~ . 910g2 1. 000 ~., , Lff{. O/D~ . /.;" IXX>~ Bond Number 8745717 PERFORMANCE AND PAYMENT BOND TSCHIGGFRIE EXCAVATING COMPANY, 425 Julien Dubuque Drive, Dubuque Iowa 52003, asPrincipal, hereinafter called the Contractor and Fidelity and Deposit CompaIflZ> (insert the legal title of t~ ~ret~ ):::>- fT1 of Maryland . , as Surety, herelrm!ter oallectTl . 0 N- the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as Oblig~'?!JereiPteften called the Owner, in the amount of One hundred eighty-eight thousand one hun~hirg si~! O.A _'U Dollars ($188,136.00) for the payment for which Contractor and Surety hereby bil1llEmemS1alVes, their heirs, executors, administrators, successors and assigns, jointly and severallY.)> ~ WHEREAS, Contractor has, as of June 24, 2005 , entered into a written (date) Agreement with OWner for Hollywood Boulevard Sewer Repair Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion ofthe Project. A. The surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be. and is declared by Owner to be, in default under the Agreement, the OWner having performed OWner's obligations thereunder, the Surety may promptiy remedy the default, or shall promptly: 1. Complete the project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds 10 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 tenm "balance of PB.1 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 two (;!) 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, Cod!!)of low~re a part of this bond to the same extent as if it were expressly set out herein. 5'f Q ~ --I I'T1 0-< ""t> --10 "-> --<r' _III :z::. 0:0 ::r ;EX _ )> " C) 1.0 24th DAY OF June 21 .- ! SIGNED 20~. AND SEALED THIS rn o IN THE PRESENCE OF: --:6 ~~ .Wrtness Tschiggfrie Excavating Co. _ ~ncipal) \ + zw.~ 1i/1/~ ? (TI e) Fidelity and Deposit Company of Maryland (Surety) ~'~l~~)C~"b') ~ ( itle) Nancy D. Schwarz, Attorney-in-Fact 4200 University Avenue #200 (Street) /?l~~~v1ft6 Witness West Des Moines IA 50266 (City, State, Zip) 515-244-0166 (Phone) PB-2 ~ ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. - '" The premium charge for risk of loss resulting from acts ofterrorism (as defined in the Act) un~cPs ~d is $ waived . This amount is reflected in the total premium for this bond. )> -l ~ - - 0-< " Tl - "'- Disclosure of Availability ofCovera2e for Terrorism Losses;:;;!~ r _rrl :too rn As required by the Terrorism Risk Insurance Act 01'2002, we have made available to you coiitii fof:tsse(J resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations t~ do not:differ materially 1lS those for losses arising from events other than acts of terrorism. ~ Disclosure of Terrorism Premium Disclosure of Federal Share of Insurance Company's Tcrrorism Losses The Terrorism Risk Insurance Act 01'2002 establishes a mechanism by which the Unitcd States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is I % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share ofan insurance company's losses above its deductible is 90%. In the event the United States government pal1icipates in losses, the United States govcmmcnt may direct insurance companies to collect a terrorism surcharge li'om policyholders. The Act does not CUl1"el1tly provide for insurance industry or United States govenunent participation in terrorism losses that exceed $100 billion in anyone calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40 I 02 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct ofthe United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 -OOS0749.doc Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the B=S-Law gfvs: id Company, which are set forth on the reverse side hereof and are hereby certified to be in full force ,and eff'\"lt '_' tDI reof, does hereby nominate, constitute an,d appoint F. Melvyn HRUB~TZ, Joyce O. HE_RB~~! .' ~~S, Nancy D. SCHWARZ and Patrick K. DUFF, all of Des Momes, low ;-~~;\,\i[!Jl,~\'lgel{~torney-tn-Fact, to make, execute, seal and deliver, for. and on its behal., ,~f\~~and all bonds and undertakings, and the execution of s~ch Oil" ~ ~~~~\6t\heke presents, shall be as binding upon said Company, as fully and ampl ,t (tel r . t\,'l'Y lIall-ileen duly executed and acknowledged by the regularly elected Of~n~o.~~~ n~~J it;1;'t:.e~'r . "ore, Md., in their own proper persons. This power of attorney revokes that issued ~~ ~(?-iIROB"1r'{Z, Joyce O. HERBERT, Mark E. KEAIRNES, Nancy D. SCHWARZ, Melissa L. EVANS, ~piffiW~p;.,ld?'ted April 11,2003. The said Assistant ~~y does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND - "> , ,Ot; /. =.. -'7mi4'd~t:ill!<?~/ p_ V)/ By: -j ,." Gregorv E. Murray Assistant Secretary Theodore G. MfiSinh ~ 11 State of Maryland }ss: -' ;<p - rnr City of Baltimore 0 9j ~ On this 24th day of February, A.D. 2005, before the subscriber, a Notary Public of lh.,;ii~ of 1i.f;.rYlaD duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President. and GREGORl't MU~Y, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to b~e individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposcth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Ofticial Seal the day and year lirst above written. /7 "--'-";: r...~'i-?'^'7r- ' ;"]!tt,.-\/ I \ - / ~ ,j t.,./ \"\'\H~!fl',, r~;:';'~:~:;;;l, "'!lllll'\ /, !' " . ',.--O--r-f.';:)I\.e,..F-J.."--. /~)L'./"^'Y\_"- Constance A. Dunn Norm)' Public My Commission Expires: July 14, 200? POA-F 088-6895 EXTRACT FROM BY.LAWS OF FIDE~ITY AND DEPOSIT COMPANY OF MARYLAND "Article VI. Section 2. The Chairman of the Board, or ;the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and I assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of AUQrney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED; "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually aftixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and aftixed the corporate seal of the said Company, this 24th day of June 2005 7 , , iJ,F.7'", ?';""." ( A.ui,~TlIIIT Seaefllry 0' (;) :< 0 :c ~~ 0:_ W CC lJJ _.J j::: -i o_ N >-U LL Q.. W t;~ en .,., <=> 0 <=> ..... From: ~/y E~r At Cottingham and Bu1Ier FaxlD: 563-587-5000 To: Mr. Mike Schute Date: 8/4/2005 10:33 AM Page: 1 of 3 I ACORD. CERTIFICATE OF LIABILITY INSURANCE OP ID :3~ DATE (MMIOONYYY) TSCEXC3 08/04/05 PROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE cottinqham & Butler, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 300 SECURITY BUILO:ING PO ax 28 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. DUSUQUJ: :tA 52001 Phone: 563-587-5000 Fax:563-583-7339 INSURERS AFFORDING COVERAGE NAIC # ~SURED INSURER A Acuity 14184 INSURER B: Tschiq~frie Excavatin7 Company INSURER C ~ 425 JU en Dubure Dr ve INSURER D () ~ Dubuque :tA 5200 INS~ERE >t> (I) COVERAGES -""-1 ""t:I Tl TI-E POLICIES Of IN$lRANCE LISTED BELOW f<AVE BEEN ISSlED TO l1-E INSlPED NAMED ,4BOVE FOR TI-E POliCY PERIOD 1N)ICAlED. NOTWITHSTPJ'l)ING 0 , N - fJ#i REQUIREMENT, TERM CR CONDITION OF />.Ny CClNl'RACT OR OTl-ER DOCUMENT W1T'rl RESPECT TO 'M-IlCH T'rlIS CERTIFICATE tMY BE ISSlED OR -0 - I MAY PERTAIN, TIE INSlRANCE .AFFORCED BY Tl-E POLICIES DESCRIBED t-EREIN IS SLeJECT TO ALL Tl-E TERMS, EXCLUSIONS.AND CONDITIONS OF SUCH ':<t:;:; m POLICIES, AGGREGATE LIMITS SI-fCMot.j MAY KoO.VE BEEN REDUCED BY PAlD CLAiMS ... ~~ TYF'E OF I'lSlRfoNCE POLICY NUMBeR OATE (MMIODIYY) DATE (MMIDDIYY) ~~ ..... 1..,,) GENERAl. UABLllY EACH OCC~RENCE "':/ '1~000 A rx CCMoERCIAL GeE:RAL LIABILITY F68239 10/01/04 10/01/05 PREMISES (Ea occu .10tH00 ~ =:J CLAIMS MAD:: ~ OCOJR toED EXP (Any one person) .50" PERSONAl.. &f<DV IN.,U:!Y .1000000 GEf'.ERAL AGGREGATE , 1000000 GENt AGGREGATE LIMIT .APPlIES PER PRODUCTS - COWf'IOP />l?,G , 1000000 I POLICY !Xl ~8T n LOC AUTONOBLE UABlL1TY COMBIf'.ED SINGLE LIMIT - . 1000000 A ..!- fJ#iAUTD F68239 10/01/04 10/01/05 {EallCcidert) ALl Q\MIED AUTOS BOOILYINJ...flY - (PerpersonJ , SCI<'lJLLED AUTOS X HIRED AUrOS BOOILYIN.Jt.Ry -= , ~ NON-OWIEO AlJTOS ,( (PEll"ecddert) " PROPERTY OAW.GE , (P....llCCidlntj GARAGE UABLl1Y AUTO ON... Y . EA ACCIDENT . ~ANYAIJTO , - EAACe , Oll-ERTl-IPN AUTOOM..Y: '"'" . EXCESSNMBRa.L.A UABUTY EACH O~RENCE $ 2,000,000 A ~ OCCUl D CUJMS MADE F68239 10/01/04 10/01/05 AGGIlEGATE '2,000,000 ~:::: . . , , WORKERS COMPENSATION AND X IrOR'YL~iiS I IViR A EMPLO't15R$' UABI.ITY F68239 10/01/04 10/01/05 E.L. EACH ACCIDENT , 100000 NN PROPRIE'I"OPA'AAThERIEXECUTIVE OFFI~EXa..lJJED? E.L. DISEASE. EA e.PL.OYEE , 100000 ~~~~below E.L. DISEASE. POLICY LIMIT , 500000 OTHER A Contractors F68239 10/01/04 10/01/05 Scheduled I Equipment Leased $200,000 DESCRPTlON OF OPERATIONS J LOCATIONS I vetClES J EXCLUSIONS ADOED BY eooRse~ ENT J Sf'eC1AL PRO'v1S1ONS The certiLicate holder is additional insured on the qeneral liability policy with respect to the Hollywood B1vd Sewer Repair Project. CERTIFICATE HOLDER CANCELLATION SHOULD Nf( OF lHE ABOVE OESCRtBeD POlICES BE CANCB.lED BEFORe lHE EX~T1ON DATElHEREOF,TIEIS~INSUR&RWLLEteEAVORTOMAI. 10 DAYSWRlTTEN NOnce TO TIE CERTFICATE HOLDeR NAMED TO lHE LEfT. BIJT FALURE TO DO SO SHALl. CZ:tA:tA1 City of Zowa City 410 E. Washington Street Iowa City ZA 52240 wose NO OBLIGATION OR UABUTY OF Nf( KIf) UPON TIE 1'lSUR&R,1TS AGENTS OR REPRESENTA'TlVES. D Resaa ~ ACORD 25 (2001/08) C> ACORD CORPORATION 1988 i! 1 ~~I~''t ...-=:.:;'~"'IIII" ........ CITY OF IOWA CITY 410 East Washington Street Iowa City. Iowa 52240-1826 (319) 356.5000 (319) 356.5007 FAX www.icgov.org ENGINEER'S REPORT November 23, 2005 City Clerk City of Iowa City, Iowa Re: Hollywood Blvd. Sewer Repair Project Dear City Clerk: I hereby certify that the construction of the Hollywood Blvd. Sewer Repair Project has been completed by Tschiggfrie Excavating Co., Inc. of Dubuque, Iowa in substantial accordance with the plans and specifications prepared by the Iowa City Engineering Division. The final contract price is $250,391.25. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ZJ/?t--- Ronald R. Knoche, P.E. City Engineer pwenglengrpt.hollywoodswr.doc ,...., 0 = = en ~(') 0 >:2 r'"1 11 C"'? - (') I ,- ::::j0 U1 ill .o-<r -0 rn 0 022 :J: ~/'o ~ )> W -l ~. I f(,".J IJ:J Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. ()E::j-1.77 RESOLUTION ACCEPTING THE WORK FOR THE HOLLYWOOD BLVD. SEWER REPAIR PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Hollywood Blvd. Sewer Repair Project, as included in a contract between the City of Iowa City and Tschiggfrie Excavating Co., Inc. of Dubuque, Iowa, dated August 2, 2005, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $250,391.25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 11th day of ne~emher ,20 O'i d;/ h/. ~2~4_- AYOR Approved by ATTEST: ~ ~.....~ 1(. ~A.J CI LERK ~<<-~ City Attorn s Office JzJ~,r It was moved by Vanderhoef and seconded by adopted, and upon roll call there were: Champion the Resolution be AYES: NAYS: ABSENT: x x x Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn J( x x x pweng\res\holl~odswr.doc 11/05