Loading...
HomeMy WebLinkAboutNORMANDY DRIVE STORM SEWER PROJECT 2024NORMANDY DRIVE STORM SEWER PROJECT 2024 2024-Sep-16 Plans, specs, project manual, engineer's estimate 2024-Sep-17 Res No. 24-238: Setting public hearing 2024-Oct-01 Res No. 24-248: Approving project manual & estimate of construction cost 2024-Oct-03 Notice to bidders 2024-Nov-04 Res No. 24-272: Awarding contract for construction 2025-Oct-01 Engineer's report 2025-Oct-07 Res No. 25-242: Accepting the work ' 2025-Oct-16 Performance, payment & maintenance bond I I[ v 1703; 4 UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE NORMANDY DRIVE STORM SEWER PROJECT IOWA CITY, IOWA September 6, 2024 7 S�l co 0010 TABLE OF CONTENTS PROJECT MANUAL 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS ' - . cr rn x w co Normandy Drive Storm Sewer Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS NORMANDY DRIVE STORM SEWER PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of October, 2024. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 41h day of November, 2024, or at special meeting called for that purpose. The Project will involve the following: Removal of approximately 200 feet of 54" x 34" Corrugated Metal Arch Pipe and replacement with approximately 400 feet of twin 36" diameter Reinforced Concrete Pipe; removing and replacing an existing intake; and installing a gate valve structure. Approximately 745 square yards of street and sidewalk pavement will be removed and replaced as necessary to complete the Project; and the Project is located in the 600 block of Normandy Drive, Iowa City, Iowa 52246. All work is to be done in strict compliance with the Project Manual prepared by Bolton & Menk, of Cedar Rapids, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the forml-�!Iown in Section 0510, said bond to be issued by a responsible surety approved by the City, �6hd shall guarantee the prompt payment of all materials and labor, and also protect and s0ve harness the City from all claims and damages of any kind caused directly or indirectly by th�_-opera�"on of the contract, and shall also guarantee the maintenance of the improvement for a ppuod gFive(5) year(s) from and after its completion and formal acceptance by the City Councif r' cxa Normandy Drive Storm Sewer Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Completion Date: May 315t, 2025 Liquidated Damages: $240 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of Targeted Small Business contractors can be obtained from the Iowa Department of Administrative Services at (515) 242-5120. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK v � e E,Z) 4� Normandy Drive Storm Sewer Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE NORMANDY DRIVE STORM SEWER PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Normandy Drive Storm Sewer in said city at 6:00 p.m. on the 1 s` day of October, 2024, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This Project includes the removal of approximately 200 feet of 54" x 34" Corrugated Metal Arch Pipe and replacement with approximately 400 feet of twin 36" diameter Reinforced Concrete Pipe; removing and replacing an existing intake; and installing a gate valve structure. Approximately 745 square yards of street and sidewalk pavement will be removed and replaced as necessary to complete the Project; and the Project is located in the 600 block of Normandy Drive, Iowa City, Iowa 52246. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of -_; the City Council for the purpose of making objections to and .:: comments concerning said Project Manual 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. rJ Kellie K. Grace, City Clerk co Normandy Drive Storm Sewer Project 0110 —Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS Normandy Drive Storm Sewer PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: None. 2. Bid Submittals: a. Time, Date and Location: October 23rd, 2024; 3:00 PM CST. City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.gov/dots/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 5. Progress and Schedule: a. Contract Times: Specified Start Date: Start Date is at the Contractor's discretion; cold weather protection and/or t�nporary pavement, if needed as determi4 d by the Engineer, shall be incidental..-. r'� Completion Date: May 31, 2025 . 0 Liquidated Damages: $240 per day,{•- c, b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approv l of the Engineer, with the exception of saw cutting freshly: poured poncrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the 'trigineer's approval and said notification. Normandy Drive Storm Sewer Project 0200 — Page 1 of 3 Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting community events. iii. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder iatI abMe b' the requirements of the City's Wage Theft Policy, as described in Sex;tion 0§30. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 12. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other electronic submittals. b. Record documentation is required on all projects in accordance with Section 1090, Normandy Drive Storm Sewer Project 0200 — Page 2 of 3 1.08.E of the Supplemental Specifications. Liquidated damages will be considered if adequate record documentation is not submitted by the Final Completion Date. E5 �= Normandy Drive Storm Sewer Project 0200 — Page 3 of 3 INSERT IN ENVELOPE 2 0400 PROPOSAL NORMANDY DRIVE STORM SEWER PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes 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. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. cam: cn --e Normandy Drive Storm Sewer Project 0400 — Page 1 of 6 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION UNITS ESTIMATED UNIT EXTENDED ITEM CODE QUANTITY PRICE AMOUNT 1 2010-A CLEARING AND UNIT 311 GRUBBING 2 2010-D-1 TOPSOIL, ON -SITE CY 82 3 2010-E EXCAVATION, CLASS CY 75 10, IMPORT 4 2010-E EXCAVATION, CLASS CY 350 13 5 2010-G SUBGRADE SY 820 PREPARATION 6 2010-J SUBBASE, MODIFIED- SY 820 INCH 7 2010-K-1 REMOVAL OF EA 1 STRUCTURE, STORM SEWER INTAKE 8 2010-K-1 REMOVAL OF EA 1 STRUCTURE, CONCRETE HEADWALL 9 2010-K-3-A REMOVAL OF LF 10 KNOWN PIPE AND CONDUIT, RCP 24- INCH 10 2010-K-3-A REMOVAL OF LF 175 KNOWN PIPE AND CONDUIT, CMP ARCH, 54-INCH X 36- INCH 11 2010-L1 FILLING AND LF 52 PLUGGING OF KNOWN PIPE CULVERTS, PIPES AND CONDUITS, CMP ARCH, 54-INCH 12 2010-M COMPACTION LS 1 TESTING 13 4020-A-1 STORM SEWER, LF 16 - fi TRENCHED, RCP, 24 c.:,, INCH 14 4020-A-1 STORM SEWER, LF 430 TRENCHED, RCP, 36 INCH 15 4040-A SUBDRAIN, TYPE 1 B LF 450 x'= r.<.- 16 4040-C-1 SUBDRAIN EA 5 CLEANOUT, TYPE B, t. 24-INCH 17 4040-D-1 SUBDRAIN OUTLETS EA 3 AND CONNECTIONS, 6-INCH 18 5010-A-1 WATER MAIN, LF 40 Normandy Drive Storm Sewer Project 0400 — Page 2 of 6 INSERT IN ENVELOPE 2 TRENCHED, DIP, 8 INCH 19 5010-C-1 FITTING, 45DEG, 8- EA 4 INCH 20 5020-A VALVE, GATE, 8 INCH EA 2 21 5020-C FIRE HYDRANT EA 1 ASSEMBLY 22 6010-A MANHOLE, EA 1 GATEWELL 23 6010-B INTAKE, SW-510, EA 1 MODIFIED 24 6010-999-A CONCRETE EA 1 HEADWALL 25 7010-A PAVEMENT, PCC, 7 SY 730 INCH 26 7030-A-1 REMOVAL OF SY 170 SIDEWALK 27 7030-A-3 REMOVAL OF SY 8 DRIVEWAY 28 7030-E SIDEWALK, PCC, 4 SY 227 INCH 29 7030-H-1 DRIVEWAY, PAVED, SY 35 PCC, 7-INCH 30 7040-H PAVEMENT SY 745 REMOVAL 31 8030-A TEMPORARY LS 1 TRAFFIC CONTROL 32 9010-B HYDRAULIC AC 0.25 SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN 33 9030-999-A PROTECT TREE EA 1 34 9030-999-B RELOCATE TREE EA 7 35 9040-A-1 SWPPP LS 1 PREPARATION 36 9040-A-2 SWPPP LS 1 MANAGEMENT 37 9040-D-1 FILTER SOCK, 12- LF 845 INCH C". 38 9040-J RIP RAP, CLASS E TON 25 rr�' 39 9040-T-1 INLET PROTECTION EA 1 DEVICE, FILTER SOCK. r 40 11010-A CONSTRUCTION LS 1 CD SURVEY 41 11020-A MOBILIZATION LS 1 �. 42 11050-A CONCRETE LS 1 WASHOUT TOTAL EXTENDED AMOUNT Normandy Drive Storm Sewer Project 0400 — Page 3 of 6 INSERT IN ENVELOPE 2 The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. -0 M Normandy Drive Storm Sewer Project 0400 — Page 4 of 6 INSERT IN ENVELOPE 2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. rT:J rya 7 t� Normandy Drive Storm Sewer Project 0400 — Page 5 of 6 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number M M F C) NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Normandy Drive Storm Sewer Project 0400 — Page 6 of 6 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this proj ect. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) You may attach additional sheet(s) if needed. City, State, Zip Code: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: c 2. Does your company's home state or foreign country offer preference to bidders who are resi4er}ts? "- b Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's hor;w 3t;tte Qfbreigiic6untry and the appropriate legal citation.pq I You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Normandy Drive Storm Sewer Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organizo"A"on is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa andC tie certificate has not been revoked or canceled. Cn na Normandy Drive Storm Sewer Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM NORMANDY DRIVE STORM SEWER PROJECT CITY OF IOWA CITY , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Normandy Drive Storm Sewer Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of , A.D., 20 Witness Witness _ (Seal) Principal By: c (`Title) F (Seal) Surety;. ry (Attorney -in -fact) Attach Power -of -Attorney, if applicable Normandy Drive Storm Sewer Project 0410 — Page 1 of 1 0500 CONTRACT NORMANDY DRIVE STORM SEWER PROJECT CITY OF IOWA CITY This Contract is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 6th day of September, 2024, for the Normandy Drive Storm Sewer ("Project"), and Whereas, the City publicly solicited bids for construction of said Project; and Whereas, Contractor submitted a bid on the Project described in said Project Manual; and Whereas, the parties hereto now wish to enter into this Contract for the construction of said Project. Now, therefore, it is agreed: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and be as binding as if called for by all. what is called for* one shall r rl 4�1 Normandy Drive Storm Sewer Project 0500 — Page 1 of 2 3 The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor Bv: Bv: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: - r-a .tr By: (Company.'.Officials Normandy Drive Storm Sewer Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND NORMANDY DRIVE STORM SEWER PROJECT CITY OF IOWA CITY Know All by These Presents: That we, , as Principal (hereinafter the "Contractor" or "Principal") and , as Suretv are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of __, , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Removal of approximately 200 feet of 54" x 34" Corrugated Metal Arch Pipe and replacement with approximately 400 feet of twin 36" diameter Reinforced Concrete Pipe; removing and replacing an existing intake; and installing a gate valve structure. Approximately 745 square yards of street and sidewalk pavement will be removed and replaced as necessary to complete the Project; and the Project is located in the 600 block of Normandy Drive, Iowa City, Iowa 52246. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. Performance: The Contractor shall well and faithfully observe, perform, fulfills and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall ihdemnrbfj,, and save harmless the Jurisdiction from all outlay and expense incurred by"=the Jurisdiction by reason of the Contractor's default of failure to perform as required. Tl1e ConJt{actor`"shall also be responsible for the default or failure to perform as required under the Contract; and Contract Documents by all its subcontractors, suppliers, agents, or einployee�§ furnishing materials or providing labor in the performance of the Contract. 2. Payment: The Contractor and the Surety on this Bond hereby agreed to pay dlf just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract Normandy Drive Storm Sewer Project 0510 — Page 1 of 4 price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. Maintenance: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of Five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. General: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than Five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Comractor's failure to perform as required in the Contract and Contract Documenj that all agreements and promises set forth in the Contract and Contract DocuH'ients, in approved change orders, and in this Bond will be fulfilled, and th�ijhe Jtrrisdietion will be fully indemnified so that it will be put into the position it M'uhd ha.vq been in had the Contract been performed in the first instance as requir6d;wx:. ZZ y _a t,.7F tra Normandy Drive Storm Sewer Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. Now therefore, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. ro Normandy Drive Storm Sewer Project 0510 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer icn NOTE: 1. 2. 3. 4. Signature of Contractor Officer Title of Contractor Officer SURETY: Surety Company Name By Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. This bond must be sealed with the Surety's raised, embossing seal. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. ro t. Normandy Drive Storm Sewer Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. Provisions: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractor abide by the City's Human Rights Ordinance. The City's protected classes are listed at9fowa City City Code Section 2-3-1. -' r ;a Normandy Drive Storm Sewer Project 0520— Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number +i Street Address 4_ City, State, Zip -Code--.:: ra Normandy Drive Storm Sewer Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date Normandy Drive Storm Sewer Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately refledUmajor job functions. Review education and experience requirements t© mak@,sure,they accurately reflect the requirements for successful job performance. ,v (f) Review the job application to ensure that only job related questfs ns are -asked. Ask yourself "Is this information necessary to judge an applicant's ahjljty to perform the job applied for?" Only use job -related tests which do not adversely,affeO any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to°assure that they are only job related. Train your interviewers on discrimination lAs. Biased Normandy Drive Storm Sewer Project 0520 — Page 4 of 6 and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codeIibrary.amIegal.com/codes/iowacitvia/Iatest/iowacity ia/0-0-0-631#JD 2-3-1. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CD Normandy Drive Storm Sewer Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. �F Normandy Drive Storm Sewer Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation sha}f constitute a default under the contract. r IV. Waivers. If a person or entity is ineligible to contract with the City as a,r.esult oflthe Wage Theft Policy it may submit a request in writing indicating that one or mart. of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligble person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Normandy Drive Storm Sewer Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. CD ? 7 _. c� Normandy Drive Storm Sewer Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, _ , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity'] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature .� cry:. ZE $:7.:, Normandy Drive Storm Sewer Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https:Hiowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.org/archived-specifications/. E Normandy Drive Storm Sewer Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. I Normandy Drive Storm Sewer Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2024 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.org/weblink/0/edoc/1845668/CIC%2OSupplemental%2OSpecs.odf or are available in the City Engineering Division Office. Normandy Drive Storm Sewer Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer -generated unit price attachment. ♦. rya �^4::..,....: Normandy Drive Storm Sewer Project Page 1 of 1 SEP G F 2 OVA 4- 0 0) ca CL V) Normandy Drive Storm Sewer Project Page 1 of 1 GOVERNING SPECIFICATIONS THE CURRENT EDITION OF THE "IOWA STATEWIDE URBAN SPECIFICATIONS FOR PUBLIC IMPROVEMENTS' AND CITY OF IOWA CITY SILICAS SUPPLEMENTAL SPECIFICATIONS. MUTCD 2009 AS ADOPTED BY IOWA DEPARTMENT OF TRANSPORTATION. ALL APPLICABLE FEDERAL, STATE, AND LOCAL LAWS AND ORDINANCES WILL BE COMPLIED WITHIN THE CONSTRUCTION OF THIS PROJECT. ONE CALL 1-800-292-8989 1 www.lowaonecall.com—a-I•.�.� NOTE: EXISTING UTILITY INFORMATION SHOWN ON THIS PLAN HAS BEEN PROVIDED BY THE UTILITY OWNER. THE CONTRACTOR SHALL FIELD VERIFY EXACT LOCATIONS PRIOR TO COMMENCING CONSTRUCTION AS REQUIRED BY STATE LAW. NOTIFY IOWA ONE CALL 1-800-292-8989 OR 811 THE SUBSURFACE UTILITY INFORMATION IN THIS PLAN IS UTILITY QUALITY LEVEL D UNLESS OTHERWISE NOTED. THIS UTILITY LEVEL WAS DETERMINED ACCORDING TO THE GUIDELINES OF Cl/ASCE 38-02, ENTITLED "STANDARD GUIDELINES FOR THE COLLECTION AND DEPICTION OF EXISTING SUBSURFACE UTILITY DATA." KAAD I GI(-GKlll � PROJECTLIMITS AL BID LOCATION CITY OF IOWA CITY CONSTRUCTION PLANS FOR NORMANDY DRIVE STORM i s WER SEPTEMBER 2024 6T1 ST 00 yrW NOP\,„pN " rcR l)NST c „ STH w�tT D, p v �V ST PL N� v A �p .z OAKRIDG(AVE PD t T WILLIS K\MBALL ART„ ROJE7 LOCATION URZ GUULUa v ST ^ n WsT PARK RD W PARK RD V > > GRUVE 51 BAow ST 3 ■ ¢ k iyJ` 3 00 MGLEn O 2 MREq,Y RID'ELANDAVE RD AL ST -HURCI SL VST O P BLACK SRPRIN $ M R N S,• 9 St a RIVER +; yy OTTD Si � ,J. ( IRC111L ST N CFUAR w MAfi T '~^ Cy C 2 i iT I' RIDER E DAVF POA"G - ST z 50 ST E"AR ST ROH'lgNO J ' E m VA 2 ? BL00 z INGTo I it u RDC„ESTER AVE ` 5 A Uh 2w o MARKET E MA Ef Si E MARKE 1OST - O 9 O 5T a HOP AVE RIDGrV j JEFFFR6 NSi E )EFFE -)N-R _ S' i � p4' s O m O g H O IOWAz AVE. IOWA AVE -� z " t t OPT W MIN( ON yi E ASH TON iT E WASHING o MORN N E 10 WASHINGTON N ~ E DL G ST E COLLEGE ERURI, s: •i (' Z WON Sr �C 4. u J' 0((Eg S �Gry e� GRaND AVE W R LINEON J E B RLING1 N Sl' ST N OS\,ECa G0.Pt{O ANE 9,, - r- iPx O ` E COURT MAPIE SI' S ST - nN 'RAN O k MELRpSE AYE W A`h' '' W H RRISON E H RISON n Sif J T O 3� s c ME\POD O RIVER510 S. }i O = a x V KOyE0. C AVE BRO LANDy TIPR) N u �' m - z O o `P g N N 9l a (.T FRiM (uRP uMrtsl PAR DR ee OAK PARK OWER Si ENT! AVE GLL)N OR r .��' Oa' W FN'ili5 E PRF TSS ST 5T WRIG„ z cF.VMWRAVEO w 4VE CA VIN HIG/kAND Y s ��, MARIFTTAO _ act l MYRTLE AVE r RIWA.1IDE .n _••, _ O ORCD' O Q t; AVE lIDWACITY WOODSIDE Op D0. - CT Pl PRI tAFAY 'iE Sf SHERIDAN AVE O TOWER CI O DD Eit DAKa16 ~ '- G Y, o: RC N E RCNTO 5!' PAGE F ( Y' UAKCREit e ", W _ ENT JAC Na MANPtt O W BENrON 3¢ g y ST W � � N O g AVE G T HAR(pC F' O DOUGLAS ST ROx WF.tiT IT R Cr W W BENTON ENTON ST DP _ A N KIRKWOOD f r zd oT,i i ~ PLOW CE -'� p0. KIRhW000 KATNLIN eN'' tF ARBURY y WEFBER o `y O OOUGLAS `�, 1ST5T _ < " 3 vQ CT G ACpRy 111GVIlAND 15 Ct ST GINIER AVE - 14 17� ,� bR OR .p 2ND 6 CL D\ IT x HAFOR - s PENFRO �' kINFT ]RO _ �1- LL N Z FRIFrvD AVE O R 0R N m GREE. ar e02 HItiM1AN AVE `^9 HA"OR 3 tJ -„LAN AVE V 9DENBIGH "�• (gURE�T COFTON FILANIGAN IT DR D yVA p( a W(WO On: WJ AVf% _ - WOODBERRV EAtING UR �¢ '- EO�GP RUPPERT RD UM ST DEAVE FS i DCfQREs AVE CT 20 ,- r � z o CIR x HAM OR DR �01( *'WD ED o AVE Op CLID W F `{ SII:VENS DR c 9(LD p FY SPRUCE Z COq ABER AVE m - OR Otrmr IT .' y2 ILL UW CRECK 'V "�- Oi Q SIDE DR C3 3y SWTNGAT AV y 50Ln HGATEAVE „OLLYWOOD o BLVD '~" D CROS511ARKAVE 3 � o (AOSev LN pBOLTON & MENK MAP OF THE 0 250 5DO CITY OF IOWA CITY TEESRsiiiiiia JOHNSON COUNTY, IA SCALE FEET 401 FIRST ST SE, UNIT 201 WN ALI CEDAR RAPIDS, IOWA 52401 DRA Phone: (319) 362-3219 C.ALI Email: CedarRapids@bolton-menk.com F�KFP 1R www.bolton-menk.com L xr 11 �A REVIEWED &APPROVED SHEET NUMBER SHEETTITLE A.01 - A.02 TITLE SHEET, LEGEND B.01 DETAILS & ROADWAY TYPICAL SECTION C.01 QUANTITIES AND ESTIMATE REFERENCE INFORMATION D.01 NORMANDY DRIVE PLAN & PROFILE G.01 SURVEY CONTROL M.01 STORM SEWER PLAN & PROFILE I WATER MAIN PLAN & PROFILE Q.01 - Q.02 EROSION CONTROL & GRADING R.01 REMOVALS U.01 - U.07 GATEWELL DETAILS W.01 NORMANDY DRIVE CROSS SECTIONS THIS PLAN SET CONTAINS 19 SHEETS. PUBLIC WORKS DIRECTOR DATE: I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER ES S 10, i7% RYAN R. UNDER THE LAWS OF THE STATE OF IOWA. RYAN .EVANS P.E. v EVANS me 22539 �` i > REG. NO. 22539 DATE: 9/6/2024 WIP\\ /IOI MY LICENSE RENEWAL DATE IS DECEMBER 31, 2025 PAGES OR SHEETS COVERED BY THIS SEAL: U.01-U.07 I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER N\\\\IIIII ` Q 0, jY SS/p����1 �O RFc Y UNDER THE LAWS OF THE STATE OF IOWA. �, NS P.E. 2ACHAR PARSONS PARSONS z 26855 REG. NO. 26855 DATE: 9/6/2024 \* ` 0IIIIttAt1 MY LICENSE RENEWAL DATE IS DECEMBER 31, 2024 PAGES OR SHEETS COVERED BYTHIS SEAL: A.01-A.02, B.01. C.01, D.01, G.01, M.01-M.02. R.01, W.01 CITY OF IOWA CITY, IOWA SHEET NORMANDY DRIVE STORM SEWER A.01 COVER SHEET EXISTING TOPOGRAPHIC SYMBOLS SURVEY SYMBOLS EXISTING PRIVATE UTILITY LINES ® ACCESS GRATE SATELLITE DISH 4$, BENCH MARK LOCATION NOTE: EXISTING UTILITY INFORMATION SHOWN ON THIS PLAN HAS BEEN PROVIDED BY THE UTILITY OWNER. THE CONTRACTOR SHALL FIELD VERIFY AIR CONDITION UNIT p SIGN TRAFFIC A CONTROL POINT EXACT LOCATIONS PRIOR TO COMMENCING CONSTRUCTION AS REQUIRED BY STATE LAW. NOTIFY IOWA ONE CALL- 1-800-292-8989 ® ANTENNA FSIG7 SIGNAL CONTROL CABINET • MONUMENT IRON FOUND THE SUBSURFACE UTILITY INFORMATION IN THIS PLAN IS UTILITY QUALITY LEVEL D UNLESS OTHERWISE NOTED. THIS UTILITY LEVEL WAS 10 AUTO SPRINKLER CONNECTION SOIL BORING DETERMINED ACCORDING TO THE GUIDELINES OF Cl/ASCE 38-02, ENTITLED "STANDARD GUIDELINES FOR THE COLLECTION AND DEPICTION OF O CAST IRON MONUMENT EXISTING SUBSURFACE UTILITY DATA" — BARRICADE PERMANENT SIREN 4 EXISTING TOPOGRAPHIC LINES —rrr UNDERGROUND FIBER OPTIC BASKETBALL POST ® TELEPHONE BOOTH aeee UNDERGROUND ELECTRIC � (�EP BENCH TILE INLET RETAINING WALL c—c—c—c V UNDERGROUND GAS 16 € i -- BIRD FEEDER •rue TILE OUTLET —X—X—X—XX—X— FENCE `ea—` UNDERGROUND COMMUNICATION BOLLARD ® TILE RISER H7 FENCE -DECORATIVE — °` oc °` ae — OVERHEAD ELECTRIC GUARDRAIL -0�a:°i OVERHEAD COMMUNICATION j�j'�'`'� Z O BUSH L TRANSFORMER -ELECTRIC TREE LINE -a;c::rn,—Jr1 OVERHEAD UTILITY Ll j Y to ❑ CATCH BASIN RECTANGULAR CASTING TREE -CONIFEROUS BUSH LINE UTILITIES IDENTIFIED WITH A QUALITY LEVEL OTHER THAN D: ® CATCH BASIN CIRCULAR CASTING TREE -DEAD SURVEY LINES LINE TYPES FOLLOW THE FORMAT: UTILITY TYPE - QUALITY LEVEL ® CURB STOP TREE -DECIDUOUS EXAMPLE: --- -- - - UNDERGROUND GAS, QUALITY LEVEL A UTILITY QUALITY LEVEL (A,B,C,D) DEFINITIONS CAN BE FOUND IN Cl/ASCE 38-02. Q CLEAN OUT A TREE STUMP ° " CONTROLLED ACCESS ---- BOUNDARY UTILITY QUALITY LEVELS: •c-''' CULVERT END o-- TRAFFIC ARM BARRIER C� DRINKING FOUNTAIN �7 - --- - - - CENTERLINE LEVEL D - INFORMATION COMES SOLELY FROM EXISTING UTILITY RECORDS. &- TRAFFIC SIGNAL - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - EXISTING EASEMENT LINE LEVEL C -SURVEYING ABOVE GROUND UTILITY FACILITIES, SUCH AS MANHOLES, VALVE BOXES, ETC; AND CORRELATING THIS INFORMATION WITH D DOWN SPOUT �O: TRASH CAN - - - - - - - - - - - - - - - - - - - - - - - - - - PROPOSED EASEMENT LINE EXISTING UTILITY RECORDS. m FILL PIPE � UTILITY MARKER - - - - - - - - - - - - EXISTING LOT LINE LEVEL B -THE USE OF SURFACE GEOPHYSICAL TECHNIQUES TO DETERMINE THE EXISTENCE AND HORIZONTAL POSITION OF UNDERGROUND PROPOSED LOT LINE UTILITIES. ¢ FIRE HYDRANT D4 VALVE - _ _ - - _ EXISTING RIGHT-OF-WAY ^ FLAG POLE ® VALVE POST INDICATOR PROPOSED RIGHT-OF-WAY LEVEL A -THE USE OF NONDESTRUCTIVE DIGGING EQUIPMENT AT HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND UTILITIES, AS WELL AS THE TYPE, SIZE, CONDITION, MATERIAL, AND OTHER CHARACTERISTICS. >- FLARED END /APRON ® VALVE VAULT - - - - - - - - - - - - SETBACK LINE FUEL PUMP O VAULT - SECTION LINE ---- --_- - QUARTER LINE ABBREVIATIONS (D GRILL w VENT PIPE ----- SIXTEENTH LINE E- GUY WIRE ANCHOR s1 WATER SPIGOT T TEMPORARY EASEMENT A ALGEBRAIC DIFFERENCE GV GATE VALVE RT RIGHT a HANDHOLE ® WELL EXISTING UTILITY LINES ADJ ADJUST HDPE HIGH DENSITY POLYETHYLENE SAN SANITARY SEWER ALT ALTERNATE HH HANDHOLE SCH SCHEDULE HANDICAP SPACE A WETLAND DELINEATED MARKER ------- L I. FORCEMAIN B-B BACK TO BACK HMA HOT MIX ASPHALT SERV SERVICE l4 IRRIGATION SPRINKLER HEAD +4 WETLAND ----->>>—>—>— SANITARY SEWER BLDG BUILDING HP HIGH POINT SHLD SHOULDER ED IRRIGATION VALVE BOX Qw WET WELL - - - - - - - - - - - - - SANITARY SERVICE BMP BEST MANAGEMENT PRACTICE HWL HIGH WATER LEVEL STA STATION » — » » » >> STORM SEWER BR BEGIN RADIUS HYD HYDRANT STD STANDARD © LIFT STATION CONTROL PANEL ,� YARD HYDRANT -»-►>-»-»-+>-+>-»�>-»--+>- STORM SEWER DRAIN TILE BV BUTTERFLY VALVE I INVERT STM STORM SEWER © LIFT STATION I— I— — I WATERMAIN CB CATCH BASIN K CURVE COEFFICIENT TC TOP OF CURB E LIGHT POLE PROPOSED TOPOGRAPHIC SYMBOLS — — — ——,--,--,—,—,—,— WATER SERVICE C&G CURB AND GUTTER L LENGTH TIE TEMPORARY EASEMENT CIP CAST IRON PIPE LO LOWESTOPENING TEMP TEMPORARY I MAILBOX CLEANOUT PROPOSED UTILITY LINES CIPP CURED -IN -PLACE PIPE LP LOW POINT TNH TOP NUT HYDRANT © MANHOLE -COMMUNICATION MANHOLE CL CENTER LINE LT LEFT TP TOP OF PIPE MANHOLE -ELECTRIC II II II II II FORCEMAIN CL. CLASS MH MANHOLE TYP TYPICAL • LIFT STATION > > > > > SANITARY SEWER CMP CORRUGATED METAL PIPE MIN MINIMUM VCP VITRIFIED CLAY PIPE MANHOLE -GAS 0 STORM SEWER CIRCULAR CASTING - -. -. -. - -> -. -. -, -+ -. - - SANITARY SERVICE C.O. CHANGE ORDER MPW MUSCATINE POWER & WATER VERT VERTICAL (2)" MANHOLE -HEAT ■ STORM SEWER RECTANGULAR CASTING >> >> >> >> STORM SEWER COMM COMMUNICATION MR MID RADIUS VPC VERTICAL POINT OF CURVE (2 MANHOLE-SANITARY SEWER STORM SEWER DRAIN TILE CSP CORRUGATED STEEL PIPE NIC NOT IN CONTRACT VPI VERTICAL POINT OF INTERSECTION 10- STORM SEWER FLARED END/ APRON WATERMAIN CLVT CULVERT NMC NON-METALLIC CONDUIT VPT VERTICAL POINT OF TANGENT Qo MANHOLE -STORM SEWER STORM SEWER OUTLET STRUCTURE WATER SERVICE DIA DIAMETER NTS NOT TO SCALE WM WATERMAIN Q MANHOLE -UTILITY ® STORM SEWER OVERFLOW STRUCTURE PIPE CASING DIP DUCTILE IRON PIPE NWL NORMAL WATER LEVEL WS WATER SERVICE Q MANHOLE DWY DRIVEWAY OHW ORDINARY HIGH WATER LEVEL -WATER o CURB BOX GRADING INFORMATION E EXTERNAL CURVE DISTANCE PC POINT OF CURVE ® METER FIRE HYDRANT ESMT EASEMENT PCC PORTLAND CEMENT CONCRETE AC ACRES ® ORDER MICROPHONE - ELEC ELECTRIC PE PERMANENT EASEMENT CF CUBIC FEET ►t WATER VALVE .--_g52--- - EXISTING CONTOUR MINOR ELEV/EL ELEVATION PIED PEDESTRIAN, PEDESTAL CV COMPACTED VOLUME PARKING METER 10 WATER REDUCER / �. - _ _____ 9, EXISTING CONTOUR MAJOR EOF EMERGENCY OVERFLOW PERF PERFORATED PIPE CY CUBIC YARD p PAVEMENT MARKING WATER BEND _ \�952� PROPOSED CONTOUR MINOR ER END RADIUS PERM PERMANENT EA EACH ID PEDESTAL -COMMUNICATION FZI `\� 95(3 PROPOSED CONTOUR MAJOR EX EXISTING PI POINT OF INTERSECTION EV EXCAVATED VOLUME WATER TEE • • • • • • • PROPOSED GRADING LIMITS / SLOPE LIMITS FES FLARED END SECTION PL PROPERTY LINE LB POUND s ❑e PEDESTAL -ELECTRIC WATER CROSS x 953.53 x STA:5+67.19 PROPOSED SPOT ELEVATION F-F FACE TO FACE PRC POINT OF REVERSE CURVE LF LINEAR FEET 980.87 O� PEDESTRIAN PUSH BUTTON _ WATER SLEEVE 1:4 RISE:RUN (SLOPE) FF FINISHED FLOOR PT POINT OF TANGENT LS LUMP SUM PICNIC TABLE n WATER CAP/PLUG HATCH PATTERNS F&I FURNISH AND INSTALL PVC POLYVINYL CHLORIDE PIPE LV LOOSE VOLUME J7 POLE -UTILITY RIP RAP FM FORCEMAIN PVMT PAVEMENT SF SQUARE FEET ° a d ^ B POST DRAINAGE FLOW HMA PAVEMENT SIDEWALK PCC PAVEMENT FO FIBER OPTIC R RADIUS F.O. FIELD ORDER RCP REINFORCED CONCRETE PIPE SV SY STOCKPILE VOLUME SQUARE YARD a ` $ / RAILROAD SIGNAL POLE k TRAFFIC SIGNS da DRIVEWAY ;' i.,;' ; GRAVEL GRAN GRANULAR RET RETAINING GRAY GRAVEL R/W RIGHT-OF-WAY - © REGULATION STATION GAS �- LIGHT POLE ; GU GUTTER RSC RIGID STEEL CONDUIT dm BOLTON 401FIRSTSTSE,UNIT201 CEDAR RAPIDS, IOWA 52401 mcne"ALH CITY OF IOWA CITY, IOWA SHEET a a Phone: (319) 362-3219 ALH NORMANDY DRIVE STORM SEWER /L 02 o JR Email: CedarRapids@bolton-menk.com & M E N K /1 S < N,Ww.bolton-menk.co m LEGEND xr 112864 �z 3 30' 3.5' 5' WALK 6' VARIABLE SLOPE �� 1.50% 4°% 4:1 MAX LF— — — — 4" CONCRETE SIDEWALK 3" COMPACTED GRANULAR BASE (INCIDENTAL TO SIDEWALK) STA 11+75 TO STA 13+8S 30' 15.5' 15.5' 6' S' WALK 3.5' PROPOSED CENTERLINE GRADE 2.00% VARIE_5 76" 1.50% VARIABLE SLOPE 4:1 MAX PSOILMIN— — — SUBDRAIN CASE B, TYPE 1 7" PCC PAVEMENT (NP) 6" MODIFIED SUBBASE NOTES: 1. ANY VARIATIONS FROM THE TYPICAL SECTION 12" SUBGRADE PREPARATION DIMENSIONS ARE SHOWN ON THE PLAN DRAWINGS 2. PAVEMENT SLOPES AT TIE-IN TO EXISTING PAVEMENT MAY VARY FROM THOSE SHOWN ON THE TYPICAL SECTION 1 NORMANDY DRIVE TYPICAL ROADWAY SECTION a.oL NTS I Feeder Rod Zone (Da. = 3 tales Drplm) I \ \ I Cnbcal Rod Zane J (Radius = 311mes trunk olamebr g t neigh' or ELEVATION I whzt&b m erer i, great-) Rt FENCINGIROOT PROTECTION Orenge Safely Fandtq (Min. Irelgh' a -III To BB Plovtd d A Alma. rred At Dd,llne. CITY ARSONIST ¢ Approval requred for use/emss •illhr Real Proledbn Zone / On d. Peemissb .. u-Imt ae ls" fWem INdeetlanfprallwMe!D .unweea surtces wlttkn Root Prdecmn zme � Dr:pine. SURFACE PROTECTION MEASURES 1 Mukh Lwyer, 8-ie'lr Cepb (Mln.) 1311 Plynaod over 2 - 3 minis at Mulch 3. Steel Pldee - SMryng TRENCHING / EXCAVATION. CRITICAL ROOTZONE iCRZ1 r 1. No lbs m— allowed n this mrle. 2. Severerae d rook larger than 1-lnch da. t requlres Chy Ar approval. 1 3. Twmelirg requbetl b mtall Ibes 1 4. The CRZ may Do ",bW, the 13hplim 1 ROOT PROTECTION ZONE I DRIPLINE(RPZ) t. Operabon of heavy equipment ar4w s ,:,piling .1met.W: Prahlb4ed. 2. SLlf— pmbd- nnasrres re.Imcl tme ng all—d as fofl w • EXoavamn by hand or v handddven Dm,tT may be Do • Limit TratrI .iffla Do rot disa.b 1 R-t Root Zane. one, Dn 34 iv more d Rool —dib on Zone: DnPlne n undisWrbed mntllem. Tumelep may W requred pet rt— by dre City Arbwist EDER ROOT ZONE (FRZ) Op"- of heavy equipmenl Mld'w slockpilnq d mabftl-bledblarCsr pe ardriBerYs emmvel. swreae pro4eWm meaautec mry be required. Tre Iikg wdh heavy equlcmed ab+ed es blkwn: • Mnimize Ven<h wgth . 'Adntdn br or mere d Feeder Rod Z.n­ ­diWml mMldon H. Dlemeler d Breast He pt ldc ❑amebr Measured at 4 5 bet Above Grade net 2� TREE PROTECTION DETAIL a Di NTS B O LTO N 40I FIRST S IT 2aeeoALH CEDAR RAPIDS,S, IOWA 52401 vm ALH & M E N K Phone: ids 362-3219 aEarP Email: CedarRapidsCebohco on-menk.m lR Www.botton-menk.com vaw Nn a N 1128 L k, 7024 SEP 16 PH 2= t� l r _ 1 ! CL Ft i C I T Y, CITY OF IOWA CITY, IOWA NORMANDY DRIVE STORM SEWER TYPICAL ROADWAY SECTION 01 2 I THIS ITEM INCLUDES ALL CONCRETE, EPDXY COATED REBAR REINFORCEMENT, SUSCUT AND BEDDING MATERIAL, AND FLAP I GATES REQUIRED TO CONSTRUCT GATEWELL SEE'M' SHEETS FOR LOCATION AND'U' SHEETS FOR DETAILS. ESTIMATED PROJECT QUANTITIES — BASEBID ESTIMATE REFERENCE INFORMATION ITEM NO. ITEM CODE ITEM UNIT QUANTITY AS -BUILT QTr. REM NO. ITEM CODE DESCRIPTION 1 2010.A CLEARING AND GRUBBING UNIT 311 23 601" INTAKE, SW-510, MODIFIED THIS ITEM INCLUDES ALL CONCRETE, EPDXY COATED REBAR REINFORCEMENT, AND SUBCUT AND BEDDING MATERIAL 2 2014D-1 TOPSOIL, ON -SITE CY 82 1 2010-A CLEARING AND GRUBBING ITEM INCLUDES REMOVAL OF ALL MATERIALS WITHIN THE PROJECT LIMITS. AREAS OF REMOVAL ARE SHOWN, BUT NOT LIMITED TO THOSE NOTED ON THEW SHEETS. PRESERVE ALL TREES NOT MARKED FOR REMOVAL ITEM INCLUDES SALVAGING OF PRIVATE LANDSCAPING MATERIALS WITHIN THE PROJECT LIMITS TO PROPERTY OWNERS, COST INCIDENTAL REQUIRED TO CONSTRUCT INTAKE STRUCTURE. SEEM' SHEETS FOR LOCATION AND'U' SHEETS FOR DETAILS. 3 2010.E EXCAVATION, CLASS 10, IMPORT CY 75 24 6014999-A CONCRETE HEADWALL , THIS ITEMJNCLUDES ALLCONCRETf, EPDXY COATED REBAR REINFORCEMENT, AND SUBCUT AND BEDDING MATERIAL REQUIRED TO:tONSTRU&-GONCRETE HEADWALL AT TWIN 36-INCH STORM SEWER PIPE OUTFALL. SEE'M'SHEETS FOR LOCATION AND'IT-SHEETSFOR ETAILS. 4 2014E EXCAVATION, CLASS 13 CY 350 S 2010-G SUBGRADE PREPARATION Sy 820 2 2014D-1 TOPSOIL, ON-SITE TOPSOIL WITHIN THE GRADING LIMITS OF THE PROJECT SHALL BE STRIPPED, SALVAGED, AND RESPREAD AT A MINIMUM DEPTH OF 6". ITEM INCLUDES HAULING OFF -SITE TO STORE AND HAULING BACK IN IF NEEDED. SALVAGED TOPSOIL SHALL 6 2010-J SUBBASE, MODIFIED,6-INCH SY 820 25 7010-A PAVEMENT, PCC, 71NCH 7 2014K-1 REMOVAL OF STRUCTURE, STORM SEWER INTAKE EA 1 REMAIN WITHIN THE RIGHT-OF-WAY UNLESS AGREEMENTS MADE WITH THE PROPERTY OWNER. CONTRACTOR TO PAY FOR RESTORATION COST IF LOCATED OUTSIDE OF THE RIGHT OF WAY. ER T11 SHEETS FOR TYPICAL SECTION AND'D' SHEETS FOR LOCATION. ALL MANHOLE BOXOUTS SHALL BE CIRCULAR L R I NOTWINTHEPLANS. IOWA DOT C-3 OR C-4 MIX SHALL BE USED FOR THIS REM. 8 2014K-1 REMOVAL OF STRUCTURE, CONCRETE HEADWALL 1 9 2010-K-3-a REMOVAL OF KNOWN PIPE AND CONDUIT, RCP 24-INCH LF 10 3 2014E EXCAVATION, CLASS 10, IMPORT THIS ITEM SHALL INCLUDE THE IMPORT, HAULING, DISPOSAL/EXPORT AND RE -GRADING ALONG TWIN RCP ALIGNMENT. ALL 26 7030-A-1 R M F S ALK - � j dit REMOVAL OF KNOWN PIPE AND CONDUIT, CMP ARCH, 10 2010.K-3-a 54-INCH X 36-INCH LF 175 BORROW SHALL BE PROVIDED BY THE CONTRACTOR. EXCESS OR UNSUITABLE EXCAVATED MATERIAL WILL BECOME PROPERTY OF THE CONTRACTOR AND WILL BE HAULED OFF -SITE INCIDENTAL TO THE REM. NO ADDITIONAL PAYMENT WILL BE SEER' SHEETS FOR LOCATION. ALL REMOVILS TO BE MARKED AND MEASURED BY THE ENGINEER. FULL DEPTH SAW CUTS ALONG TWEREMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL FILLING AND PLUGGING OF KNOWN PIPE CULVERTS, PIPES AND CONDUITS,CMP ARCH, S4-INCHX 11 2014L-1 36-INCH LF 52 ALLOWED FOR OVERHAUL OF WASTE. TOPSOIL SHALL BE PLACED AND SPREAD TO A MINIMUM THICKNESS OF 6" IN ALL DISTURBED TURF AREAS AND PAID FOR AS TOPSOIL, ON -SITE. tREMOVAL EAIITH biK„SU�ZfgAOE PREPARATION, MODIFIED SUBBASE AND PAVING EXPENSES DUE TO DAMAGED EDGES. ; �Q01T AlrlbIIIECQOERMINED BY ENGINEER. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED 12 2010-M COMPACTION TESTING 1 RAW FILL = 57 CY, ADJUSTED FILL (1.30 FACTOR) = 75 CY RAW EARTHWORK QUANTITIES ARE FOR INFORMATIONAL PURPOSES ONLY ARE A COMPARISON OF EXISTING CONDITIONS AND PROPOSED CONDITIONS AND MAY INCLUDE MATERIALS AND OPERATIONS PAID FOR UNDER OTHER BID ITEMS E.G. PAVEMENT REMOVAL, STORM SEWER TRENCHED, PCC PAVEMENT, SUBBASE, TOPSOIL, COMPOST AMENDMENT, ETC. MEASUREMENT WILL NOT BE MADE AND QUANTITY PAID WILL BE ON A PERCENT OF ITEM COMPLETE. JxkitQlLkRFG SSL 13 4020-A-1 STORM SEWER, TRENCHED, RCP, 24 INCH LF 16 27 7034A-3 REMOVAL OF DRIVEW T 1.41 SEER' SHEETS FOR LOCATION. ALL REMOVALS TO BE MARKED AND MEASURED BY THE ENGINEER. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVA4 EARTHWORK, SURGRADE PREPARATION, MODIFIED SUBBASE AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVALTO BE DETERMINED BY ENGINEER. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. 14 4024A-1 STORM SEWER, TRENCHED, RCP, 36 INCH LF 430 IS 4040-A SUBDRAIN, TYPE 1B LF 450 16 4040-C-1 SUBDRAIN CLEANOUT, TYPE B, 24-INCH EA 5 4 2014E EXCAVATION, CLASS 13 THIS ITEM SHALL INCLUDE ALL EARTHWORK NOT INCLUDED IN CLASS 10, IMPORT QUANTITY. ALL BORROW SHALL BE PROVIDED BYTHE CONTRACTOR. EXCESS OR UNSUITABLE EXCAVATED MATERIAL WILL BECOME PROPERTY OF THE 17 4040.D-1 SUBDRAIN OUTLETS AND CONNECTIONS, 6-INCH EA 3 28 7030.E SIDEWALK, PCC, 41NCH 18 5014A-1 WATER MAIN, TRENCHED, DIP, S INCH LF 40 CONTRACTOR AND WILL BE HAULED OFF -SITE INCIDENTAL TO THE ITEM. NO ADDITIONAL PAYMENT WILL BE ALLOWED FOR OVERHAUL OF WASTE. TOPSOIL SHALL BE PLACED AND SPREAD TO A MINIMUM THICKNESS OF 6" IN ALL DISTURBED TURF AREAS AND PAID FOR AS TOPSOIL. ON -SITE. MISCELLANEOUS ITEMS CALLED OUT IN THEW SHEETS FOR REMOVAL WHICH DO REFER TOW SHEETS FOR TYPICAL SECTION AND'D' SHEETS FOR LOCATION. IOWA DOT C-3 OR CA MIX SHALL BE USED FOR THIS REM. COMPACTION OF SUBGRADE IS INCIDENTAL TO THIS ITEM. CONCRETE TESTING WILL BE PROVIDED BY THE 19 5014C-1 FITTING, 45DEG, 8-INCH EA 4 20 5024A VALVE, GATE, S INCH EAV730 NOT HAVE THEIR OWN BID ITEM SHALL BE INCIDENTAL TO THIS ITEM. OWNER. NO EXTRA PAYMENT FOR COLD WEATHER PAVING. 21 5020-C FIRE HYDRANT ASSEMBLY EA 5 2010-G SUBGRADE PREPARATION THIS ITEM INCLUDES EXCAVATING, MANIPULATING, REPLACING, COMPACTING, AND TRIMMING OF SUBGRADE PREPARATION AREA DEFINED BY IOWA SUDAS AS AMENDED BY IOWA CITY SUPPLEMENTAL SPECIFICATIONS. TESTING SHALL BE PERFORMED BY THE OWNER. TESTING SHALL BE PERFORMED PER IOWA SUDAS AS AMENDED BY IOWA CITY SUPPLEMENTAL SPECIFICATIONS. 22 6010-A MANHOLE, GATEWELL EA 29 7030-H-1 DRIVEWAY, PAVED, PCC, 7-INCH REFER TOWSHEETS FOR TYPICAL SECTION AND'D' SHEETS FOR LOCATION. IOWA DOT C-3 OR C-4 MIX SHALL BE USED FOR THIS ITEM. COMPACTION N FOR RADECOLD IS INCIDENTAL TO THIS ITEM. CONCRETE TESTING WILL BE PROVIDED BY THE OWNER. NO EXTRA PAYMENT FOR COLD WEATHER PAVING. 23 60148 INTAKE, SW-510, MODIFIED EA 24 6014999-A CONCRETE HEADWALL EA 2S 7010-A PAVEMENT, PCC, 7 INCH6 SY 2010-J SUBBASE, MODIFIED,6-INCH SEE W SHEETS FOR DETAILS. TESTING SHALL BE PERFORMED BY THE OWNER. TESTING SHALL BE PERFORMED PER IOWA SUDAS AS AMENDED BY IOWA CITY SUPPLEMENTAL SPECIFICATIONS. 26 7034A-1 I REMOVAL OF SIDEWALK SY 1 170 27 7034A-3 REMOVAL OF DRIVEWAY SY 8 30 7040-H PAVEMENT REMOVAL REFER TO'Q' SHEETS FOR LOCATIONS. REMOVAL OF EXISTING SUBDRAIN AND FULL -DEPTH SAW CUTS SHALL BE INCIDENTAL TO THIS ITEM. 28 7034E SIDEWALK, PCC, 4 INCH 5y 227 7 2010-K-1 REMOVAL OF STRUCTURE, STORM SEWER INTAKE SEER' SHEETS FOR LOCATION 29 7030-H-1 DRIVEWAY, PAVED, PCC, 7-INCH SY 35 8 2014K-1 REMOVAL OF STRUCTURE, CONCRETE HEADWALL 31 8030-A TEMPORARY TRAFFIC CONTROL 30 7040-H PAVEMENT REMOVAL SY 745 SEER' SHEETS FOR LOCATION PLACE TYPE III TRAFFIC BARRICADES WITH ROAD CLOSED SIGNAGE AT THE END OF THE PROJECT LIMITS. CLOSE SIDEWALKS WITH BARRICADES AND SIDEWALK CLOSED SIGNAGE. TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD), THE TRAFFIC CONTROL PLAN SHEETS, AND SODAS SECTION 8030. 31 8030-A TEMPORARY TRAFFIC CONTROL LS 1 9 2010-K-3-a REMOVAL OF KNOWN PIPE AND CONDUIT, RCP 24-INCH SEE W SHEETS FOR LOCATION 32 90146 HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1-PERMANENT LAWN AC 0.25 33 9030-999-A PROTECT TREE EA 1 10 2030-K-3-a REMOVAL OF KNOWN PIPE AND CONDUIT, CMP ARCH, 54-INCH X 36-INCH 32 9014E HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1- PERMANENT LAWN 34 9034999-B RELOCATE TREE 'EA 7 SEER' SHEETS FOR LOCATION. BACKFILL, SHAPING, AND FINAL GRADING OF TRENCH SHALL BE INCIDENTAL TO THIS ITEM. SEED ALL AREAS DISTURBED BY CONSTRUCTION AS INDICATED ON PLANS. THE COST FOR WATERING UNTIL SEED ESTABLISHMENT IS ACCEPTED SHALL BE CONSIDERED INCIDENTAL TO THIS REM. ROCK PICKING, FINISH GRADING, SEED BED PREP AND RESEEDING ARE CONSIDERED INCIDENTAL TO THIS ITEM. SEED AND FERTILIZER SHALL BE APPLIED PRIOR TO MULCHING. THE CONTRACTOR IS RESPONSIBLE FOR MOWING AND MAINTAINING SEEDED AREAS UNTIL THE PROJECT IS ACCEPTED BY THE OWNER. SEEDING OF AREAS DISTURBED OUTSIDE OF THE CONSTRUCTION LIMITS SHALL BE THE RESPONSIBILITY Of THE CONTRACTOR AT NO ADDITIONAL COST TO OWNER. THE SEEDING RATE SHALL BEAT LEAST 260 LBS/ACRE. APPLY A 6-24-24, NITROGEN, PHOSPHATE, POTASH, COMMERCIAL FERTILIZER OR EQUIVALENT AT THE RATE OF 300 LES PER ACRE. APPLY MULCHING PER MANUFACTERS RECOMMENDATIONS. SEEDING AREAS ASSUMED FOR TWO APPLICATIONS OVER THE AREAS DISTURBED. 35 9040-A-1 SWPPP PREPARATION LS 1 11 2010.E-1 FILLING AND PLUGGING OF KNOWN PIPE CULVERTS, PIPES AND CONDURS,CMP ARCH, 54-INCH X 36-INCH SEER' SHEETS FOR LOCATION 36 9040.A-2 SWPPP MANAGEMENT LS 1 37 9040-D-1 FILTER SOCK, 12-INCH LF 845 12 2010-M COMPACTION TESTING 38 9040.1 RIP RAP, CLASS E TON 25 39 9044T-1 INLET PROTECTION DEVICE, FILTER SOCK EA 1 13 4024A-1 STORM SEWER, TRENCHED, RCP, 24 INCH REFER TO'M' SHEETS FOR LOCATIONS. CONNECTION TO EXISTING 24-INCH RCP SHALL BE TYPE PC-2 WITH WATER STOP, 40 11010-A CONSTRUCTION SURVEY LS 1 33 9030-999-A PROTECT TREE 41 11020-A MOBILIZATION LS 1 CONCRETE COLLAR CONNECTION PER SUDAS FIGURE 4020.211. CONNECTION TO EXISTIG PIPE IS INCIDENTAL TO THIS ITEM. REFER TO INSTALL WITH R-2 BEDDING. BACKFILL WITH CLASS I MATERIAL UNDER AND WITHIN 5 FEET OF PAVEMENT EXCEPT WITHIN 10 FEET OF WATER MAIN CROSSOVER WHERE BACKFILL MATERIAL SHALL BE LOW PERMEABILITY SOIL. USE SUITABLE EXCAVATED MATERIAL SEE'B' SHEETS FOR DETAILS AND'R' SHEETS FOR LOCATION. 42 11050-A CONCRETE WASHOUT LS 1 ELSEWHERE. INSTALL PIPE WITH INTERNAL BUTYL ROPE JOINTS AND EXTERNAL WRAP. BEDDING AND BACKFILL SHALL BE INCIDENTAL TO THIS ITEM. DISPOSAL OF EXCAVATED TRENCH MATERIAL SHALL BE INCIDENTAL. 34 9030-999-B RELOCATE TREE 14 4024A-1 STORM SEWER, TRENCHED, RCP, 36 INCH REFER TO'M' SHEETS FOR LOCATIONS. INSTALL WITH R-2 BEDDING. BACKFILL WITH CLASS I MATERIAL UNDER AND WITHIN 5 FEET OF PAVEMENT EXCEPT WITHIN FEET OF WATER MAIN CROSSOVER WHERE BACKFILL MATERIAL SHALL BE LOW PERMEABILITY SEE W SHEETS FOR LOCATION. TREE RELOCATION METHOD SHALL BE TREE SPAD OR APPROVED EQUIVALENT. ALL TREES SOIL. USE SUITABLE EXCAVATED MATERIAL SHALL BE RELOCATED WITHIN EXISTING PROPERTY BOUNDARY, LOCATION TO BE DETERMINED BY ENGINEER PRIOR TO ELSEWHERE. INSTALL PIPE WITH INTERNAL BUTYL ROPE JOINTS AND EXTERNAL WRAP. BEDDING AND BACKFILL SHALL BE CONSTRUCTION. INCIDENTAL TO THIS ITEM. DISPOSAL OF EXCAVATED TRENCH MATERIAL SHALL BE INCIDENTAL. 15 4040-A SUBDRAIN, TYPE 18 35 9044A-1 SWPPP PREPARATION REFER TO'M' SHEETS FOR LOCATIONS AND'B' SHEETS FOR TYPICAL SECTIONS- IN AREAS WITH NO CURB, SEE DETAIL 1 ON SHEET B.03. CONNECTION TO EXISTING RESIDENTIAL DRAIN LINES SHALL BE INCIDENTAL TO THIS ITEM. SEE'Q' SHEETS FOR EROSION CONTROL PLAN 16 4040-C-1 SUBDRAIN CLEANOUT, TYPE B, 24-INCH 36 9044A-2 SWPPP MANAGEMENT REFER TO'D' SHEETS AND'M' SHEETS FOR LOCATIONS. SEE'Q' SHEETS FOR EROSION CONTROL PLAN 17 4040-D-1 SUBDRAIN OUTLETS AND CONNECTIONS, 6-INCH REFER TO'M' SHEETS FOR LOCATIONS AND SHEET C.05 FOR TABULATION. CORRUGATED METAL PIPE WITH SCREENED 37 90g0-O-1 FILTER SOCK, 12-INCH ANIMAL GUARDS SHALL BE FURNISHED AND INSTALLED. CORE DRILLING OF INTAKES AND PIPES SHALL BE INCIDENTAL TO THIS REM. RODENT GUARDS, NON -SHRINK GROUT SHALL BE INCIDENTAL. SUBDRAIN SHALL BE CONNECTED TO INTAKES WHERE SEE'Q' SHEETS FOR LOCATION THEY INTERSECT EACH OTHER. CONNECTION OF SUBDRAIN TO EXISTING RESIDENTIAL DRAIN LINES SHALL BE INCIDENTAL TO 38 9044J RIP RAP, CLASS E SUBDRAIN ITEM. REFER TO'Q' SHEETS FOR LOCATION 18 5010-A-1 WATER MAIN, TRENCHED, DIP, 8 INCH 39 9040.T-1 INLET PROTECTION DEVICE FILTER SOCK PIPE SHALL BE CL53 RESTRAINED JOINT IN BELL (RJIB) DUCTILE IRON (DI) WITH NITRILE GASKETS. PR EXCAVATION AND DISUSED WATER MAIN REMOVAL SHALL BE INCIDENTALTO THIS ITEM. SEE SHEET M.02 FOR LOCATIONS. SEE'Q' SHEETS FOR LOCATION 19 5010.C-1 FITTING, 45DEG, 8-INCH 40 11010.A CONSTRUCTION SURVEY THIS REM SHALL COMPLY WITH THE CITY OF IOWA CITY WATER DIVISION LIST OF ACCEPTED PRODUCTS FOR WATER REFER TOWSHEETS FOR SURVEY CONTROL AND ALIGNMENT DATA DISTRIBUTION MATERIALS. PRODUCTS AND EXECUTION SHALL BE PER IOWA SUDAS AS AMENDED BY THE CITY OF IOWA CITY 41 11020-A MOBILIZATION SUPPLEMENTAL SPECIFICATIONS. JOINT RESTRAINTS SHALL BE INCIDENTAL TO THIS ITEM. 20 5020-A VALVE, GATE, 8 INCH THIS IS A LUMP SUM REM, NO MEASUREMENT WILL BE MADE. THE UNIT PRICE FOR THIS REM INCLUDES BUT IS NOT VALVES SHALL COMPLY WITH THE CITY OF IOWA CITY WATER DIVISION LIST OF ACCEPTED PRODUCTS FOR WATER LIMITED TO THE FOLLOWING: THE MOVEMENT OF PERSONNEL, EQUIPMENT, AND SUPPLIES TO THE PROJECT SITES, THE DISTRIBUTION MATERIALS. PRODUCTS AND EXECUTION SHALL BE PER IOWA SODAS AS AMENDED BYTHE CITY OF IOWA CITY ESTABLISHMENT OF OFFICES, BUILDINGS, AND OTHER FACILITIES NECESSARY FOR THE PROJECTS; AND SUPPLEMENTAL SPECIFICATIONS. JOINT RESTRAINTS SHALL BE INCIDENTAL TO THIS REM. BONDING, PERMIT, AND OTHER EXPENSES INCURRED PRIOR TO CONSTRUCTION. THIS ITEM SHALL INCLUDE CLEARING OF MINOR VEGETATION; ALL CLEARING SHALL BE APPROVED BY ENGINEER PRIOR TO REMOVAL 23 5020{ FIRE HYDRANT ASSEMBLY 42 11050-A CONCRETE WASHOUT THIS ITEM SHALL COMPLY WITH THE CITY OF IOWA CITY WATER DIVISION LIST OF ACCEPTED PRODUCTS FOR WATER DISTRIBUTION MATERIALS. PRODUCTS AND EXECUTION SHALL BE PER IOWA SUDAS AS AMENDED BY THE CITY OF IOWA CITY THIS ITEM INCLUDES THE FURNISHING AND PERIODICAL CLEANOUT AND MAINTENANCE OF THE WASHOUT AREA AS SUPPLEMENTAL SPECIFICATIONS. DIRECTED BY THE ENGINEER. 22 6014A MANHOLE, GATEWELL M ST SE, SUITE 201 mw=r RWW 1 INTERM 0607 24 CITY OF CEDAR RAPIDS, IOWA SHEET RWw 2 CHECK 08 23 24 WALFORD RD FROM 6TH STREET SW TO 1350 FEET WEST BOLTON CE402 DAR RAPIDS, IOWA 52401 Phone: 13191161-3219 (D 1 oea n ALH"0 & M E N K Email: CedarRapids@holton-menk.com www.lwlton-menk.com ESTIMATED QUANTITIES & REFERENCE NOTES Mo,- o" 301919 ' n I \ �o---co STA:11+75 SUBDRA�N CLEANOUT ca -- C. ° --' . , p STA:12+55 —BEGIN DROP CURB O _.�-..�.._ OC -�-fit-. _ -°°- - _ Q N NORMANDY DRIVE o,.. STA:11+75 BEGIN PCCPAVEMENT&SIDEWALKS a _ v b EXISTING CROSSS SLOPE r� APPROX. -2•0% STA:11+75 ____—----_-- SUBDRAINCLEANOUT_ —� 1212+00 CROSS SLOPE TRANSITION FROM -2.0% STA:12+55 CROSS SLOPE TRANSITION FROM 0.0%TO +2.0% I I I I I STA:13+70 SUBDRAIN CLEANOUT STA 13+71 Z--STA:12+75 E END DROP CURB "' N — — — m — — STA:13+85 .. END PCC PAVEMENT & SIDEWALK CONSTRUCTION a STA:13+05 a a 13+00 10 — — — — STA:13+45 — — TI a — +2.0% CRASS SLOPE CROSS SLOPE TRANSITION FROM +2.0% TO 0.0% CROSS SLOPE TRANSITION r FROM 0.096 TO.2.0% TING CROSS SLOB < -*'*�—STA:13+85 i O STA:12+81 — — — -- _ SUBDRAIN CLEANOUT — ,p p p— I I I I I::1+8 t EL647.93� .......... I............+.....A=I:9/ �.,.. I K = 25.34 _ EXISTING CENTERLINE P.ROFILE__......._ __ _.__.__ _L=SQ' + -; 13+05.00 a PROPOSED SUPERELEVATED EAST UTTER PROFILE + 0-- — LP: 12+79.66 .._VPI: EL: 648.44 > EL: 648.43 EL: 648.31 [VPI: 1 _._._ ._.. ..... ...._. 11+75.00 n EL: 648.69 PROPOSED CENTERLINE PROFILE ± ..,..,. U '+ - � iO -r� N ..._ I . .. e+ ....,y .. W- 1 LY ........ ..._ , I. ... _ _. EXISTING _ .�- 1 1 . -.. ... .�.. L..._. _.. .,.. _.....1 .... PROPOSED VPI: 13+85.00 EL: 648.72 11+50 22+00 13+DO 14+00 0 10 20 0 2 < e HORZ. VERT. SCALE FEET SCALE FEET i BOLTON 401 FIRST ST SE, UNIT 201FpALH CEDAR RAPIDS, IOWA 52401 Phone:1311).2-3221 & M E N K Email: CedarRapids@hohon-menk.com wwwbolton-menk.com CITY OF IOWA CITY, IOWA SHEET D.01 ALH NORMAN DY DRIVE STORM SEWER amp 1R NORMANDY DRIVE PLAN & PROFILE a wr 112864 \ 1 ` 1 ` CONTROL POINT44 L2 L7� `\BENCHMARK POINT#3 p \ \ Q �1 T CONTROL POINT q2 CONTROL POINT DATA POINT NUMBER RAW DESCRIPTION ELEVATION NORTH EAST 1 VFCP/CUTX IN EOWK 649.510 615822.43 2173220.26 2 VFCP /CUT X CGTS 649.220 615494.13 2173167.81 3 VFBM/BOLT HYD 651.480 615448.00 2173158.00 4 VFCP/CUTX IN EOWK 650.270 615415.26 2173116.39 c- M 0 NORMp'NlJ. v ---__ U NORMANDYCTLN ALIGNMENT DATA TABLE NUMBER START STATION ENDSTATION LENGTH DELTA RADIUS CHORD START N START E END N END E LINE CHORD DIRECTION Ll 1D+00 10+35.34 35.34 615459.73 2173137.76 615495.07 2173137.79 NO* 02' 55"E L2 10+35.34 10+58.80 23.46 615495.07 2173137.79 615518.51 2173138.73 N2' 18' 30"E L3 10+58.80 11+03.51 44.71 615518.51 2173138.73 615563.11 2173141.91 N4' 04' 19"E L4 11+03.51 11+43.42 39.91 615563.11 2173141.91 615602.80 2173146.06 NY 58' 50"E L5 11+43.42 11+83.48 40.06 615602.80 2173146.06 615642.52 2173151.30 N7° 30' 55"E L6 111+83.48 12+23.64 40.16 615642.52 2173151.30 615682.11 1 2173158.04 N9° 39' 36"E L7 12+23.64 12+61.01 37.38 615682.11 2173158.04 615718.75 2173165.41 Nll' 22' 05"E L8 12+61.01 12+80.06 19.04 615718.75 2173165.41 615737.32 2173169.64 N12° 50' 14"E L9 12+80.06 13+13.75 33.70 615737.32 2173169.64 615769.94 2173178.09 N14' 31' 00"E L10 13+13.75 13+55.75 42.00 615769.94 2173178.09 615810.33 2173189.59 N15' 53' 55"E Lll 13+55.75 14+03.81 48.06 615810.33 2173189.59 615855.94 2173204.74 N18' 21' 57"E WM ALIGNMENT DATA TABLE NUMBER START STATION END STATION LENGTH DELTA RADIUS CHORD START N I START E I END N I END E LINE / CHORD DIRECTION L12 50+00 51+00 100.00 615698.17 1 2173133.11 1 615795.52 1 2173156.01 N13- 14' ll"E STORM ALIGNMENT DATA TABLE NUMBER START STATION END STATION LENGTH DELTA RADIUS CHORD START N START E END N END E LINE /CHORD DIRECTION L13 20+00 23+00 300.00 615780.20 1 2172904.69 1 615733.41 1 2173201.02 S81°0l'39"E I Lp I I I 1 I I 401 0 20 40 BO LTO N EDARFIRSTPIDS, I WA 241 u" ALH CITY OF IOWA CITY, IOWA SHEET CEDAR RAPIDS, IOWA 52401 wn ALH NORMANDY DRIVE STORM SEWER (D& M E N K Phone: (319) 3olton- 9 SCALE FEET Email: CedarRapids@bolton-menk.com eaen JR Www.bolton-menk.com SURVEY CONTROL xr 112864 WH- 36" RCP 20+00 << << << << << <<2101 « « << « « « « « << « zz+o�< << « , , UTILITY NOTES: 1. REFER TO SUDAS 1070 2.07 FOR GENERAL UTILITY NOTES. 2. ABANDONED UTILITIES NOT SHOWN ON THE PLANS MAY EXIST WITHIN THE CONSTRUCTION LIMITS. IF ENCOUNTERED, CONTRACTOR SHALL CONFIRM SAID UTILITIES ARE ABANDONED. CONTRACTOR IS RESPONSIBLE FOR REMOVING THESE LINES AS NECESSARY FOR CONSTRUCTION. 3. CONTRACTOR SHALL VERIFY SANITARY AND STORM SEWER PIPE SIZES AND INVERTS PRIOR TO CONNECT TO EXISTINGCP CONSTRUCTION AND PRIOR TO ORDERING MANHOLES AND/OR PIPE. NO ADDITIONAL PAYMENT WITH TYPE PC-2 CONCRETE SHALL BE MADE TO THE CONTRACTOR FOR MATERIAL THAT IS ORDERED AND DOES NOT MATCH PIPE COLLAR CONNECTION SIZES AND INVERTS THAT ARE TO BE CONFIRMED PRIOR TO CONSTRUCTION. SEE SUDAS FIGURE 4020.211 4. REPAIR ALL FIELD/DRAIN TILES ENCOUNTERED DURING CONSTRUCTION AS SPECIFIED OR AT A MINIMUM TO ALLOW FLOW USING LIKE MATERIAL IN NEW CONDITION WITH CITY APPROVED (� CONNECTIONS. CONTRACTOR SHALL RECORD EXISTING TYPE, SIZE, LOCATION AND DEPTH OF ALL FIELD/DRAIN TILES ENCOUNTERED AND REPAIRED DURING CONSTRUCTION. PROVIDE DATA TO THE J� CITY FOR INCORPORATION INTO RECORD DRAWINGS. S. EXISTING SUBDRAINS ENCOUNTERED DURING CONSTRUCTION SHALL BE REPAIRED AND CONNECTED TO SUBDRAIN CLEANOUTS. REFER TO SHEET U.05 HEADWALL DE1 I INVERT EL. 642.61 — 193' - 36" RAP @ 0.26 % STA 12+78.'$4, 37 R=652.10 1=643:20 36' 1=641. 0 36" 1=643.10 36" —I-� I`6433.10 36" J SW-510 (ON SAG) STA 12+80.06, 15.50' LT "I"---- FG=647.74 1=643.40 24" SW _ 1 645.44.6" S 1=645.40 6" N 1=64474 6" E \ 1=643:31D 36" W I I - 36W 1=643. 0 " I 19' 36" RCP @ 0,50% MAINTAIN MINIMUM /I 181 OF SEPARATION II r Y } 8" DIP WM 635 _ ( o ( ....._.._ 635 � � 1!. I � I I � � � I � ( � � II I � I � ( i m Jam_ � _. gs 20+00 21+00 22+00 23+00 c o to zo 0 2 4 WA 24 CEDAR RAPIDS,IOWA s2401 BOLTON E401 DARR RAPIDS, ALH CITY OF IOWA CITY, IOWA SHEET wn ALH NORMANDY DRIVE STORM SEWER a HORZ. VERT. Pftone: 1319) 362-3219 0 M.01 ur wE" JR SCALE FEET SCALE FEET Email: CedarRaplds@bolton-menk.com & M E N K 8 ..bolton-menk.wm STORM SEWER PLAN AND PROFILE Miizs6a a= A A A I ( A I I � I I ? ,714 SEP 16 PH 2: I rC" , l I _:off—�_�t---_•.c -.n. OE�--- OEOEOEOEM-OE - OE OEOE- OEOEOEOE �_<H �E- OE - 1 i A i i i i < 4 WATER MAIN NOTES: • ALL PIPE SHALL BE CL53 RJIB DIP WITH NITRILE GASKETS • RESTRAINED JOINTS SHALL BE USED ON ALL FITTINGS AND VALVES • CONTRACTOR SHALL MINIMIZE WATER SHUT DOWN TIME • VALVES SHALL BE INSTALLED IN -LINE PRIOR TO OTHER CONSTRUCTION OPERATIONS • ALL WATER MAIN SHALL BE INSTALLED PER SUDAS SPECIFICATIONS AS AMENDED BY THE CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS 5TA: 50+59 28, TOP: 643.69 VERTICAL I I - 45'BEND, INSTALL RTICAL I PROPOSED 36' RCP $TO SEWER I PROPOSED 36" RCP STOR SEWER - STA: 50+33.28, TOP: 643.69 as° BEND, INSTALL VERTICAL INSTALL HYDRANT AS BLY 645 645 STA: 50+29.28, TOP. 643.6 INSTALL 8" GATE VgLVE STA: 50+63.28, TOP: 643.69 _. CONNECT TO. EXISTING '8"DI INSTALL 8, GATE VALVE CONNFCTTO EXISTING 8" DI WATER MAIN I I ' STA: 50+36.28, TOP: 641.67 STA: 50+56.28, TOP: 641.67 45" BEND, INSTALL VERTICAL 45° BEND, INSTALL VERTICAL M, INTAIN MINIMUM 18" 640 VERTICAL SEPARATION a (_ e I I i s 1 I j e.^, 635 �. 635 - >< 50+00 51+00 �$ 0 10 20 0 2 4 e < HORZ. VERT. BOLTON 401 FIRST ST SE, UNIT 201 CEDAR RAPIDS, IOWA 52401 (D Phone: (319) 362-3219 sIG�EoALH CITY OF IOWA CITY, IOWA SHEET M I wn ALH NORMANDY DRIVE STORM SEWER `N D SCALE FEET SCALE FEET & M E N K Email: CedarRapids�bohon-menk.com .02 4�El I www.bolton-menk.wm WATER MAIN PLAN & PROFILE �,EM„�'„- a " 112864 EROSION CONTROL LEGEND FILTER SOCK SF SILT FENCE — — — — — — — — — — GRADING LIMITS .............. PROJECT RLIMITS RIP /® \\� A0086ftillik INLET PROTECTION Y EXISTING/PROPOSED DRAINAGE FLOW HYDRO SEEDING 701'l Sf P 16 Psi 2: �y y C) ;• I oo < 25 TON CLASS E RIPRAP, `____ ���� •+� / / MINIMUM 1.5-FT THICK V`<_►____ .. .<+� «� . + .<+ .���«� . . + . .�r���_= ��i y o I - ______ a. a. —•�y� a s �f<� a a a a. a 9 � � v _ I I w � h e ;! y f id ��ry "� I� s \ I 0 10 20 BOLTON 401FIR5TSTSE,UNIT201 'GNEoALH CITY OF IOWA CITY IOWA SHEET CEDAR RAPIDS, IOWA 52401 °""'"" AlH NORMANDY DRIVE STORM SEWER n.01 Phone: (319) 362-3219 o�raun `[ & M E N K Email: CedarRapids�bokon-menk.mm f JR SCALE FEET EROSION CONTROL PLAN w .bokon-menkxom rw,.,u, • 112864 k k Akk k^k tt i I EROSION CONTROL LEGEND k l i I k tlk t l k t I k k k II}lt k i I FILTER SOCK to k i � � I � sF SILT FENCE — — — — — — — — — — GRADING LIMITS k kn�kn t IT , _ n tn< k t ry r t `` I . ............ . PROJECT LIMITS RIP RAP k I < n < n t I \ pi1 �; #Y A000"ftlW, INLET PROTECTION k <klk < II F-(:-1 IT11 k k k • f f / t � {� / ' . EXISTING/PROPOSED it # # 1 C f � +` t ;1 I DRAINAGE FLOW I tk kn t o}k k I l,l lr ----------- HYDRO SEEDING I k k t I n I kn k nk t \ I .*A t / t \ _ k ` k k .. _yy l.i� �F--r- k k k • t r�kJ k k ! ! ! ! k T k 1,�—F— • . k ..kt . k . �. --_—`` ••r'k"` k k k k k k k k �-k-P < k k k k ��_ k ,•, �k•��•�� _ k� • k• k k k k < k k .. 1 t k k k k�— f k �� I _ - k k k_ k k k J - k--t�- k i • 1�� �1� — t �--- 649 -ar-; . • •k •-t, FD��kC_DkJ-C-�k;��- j'•.-�-k ,r < :..D �-C-0 ( �b T k k FC.D �Cpk !_C..9�_kC-D -ram _k -k- �� k,k•k •'--_�`_ k ctti �k �•e--�co t t _ c'o—+� k k k��k••.( — — _ _ Jk ,k k k k kt k_----------_ L 648 _ �7 - '_»___.__»s»-------''oeoeoe—oho.—— __-pE- --- - _ ; = It I I I I I I I I k I � IIT ,,. k k4�k�•,k kt k k k k k k k k k k a• k• k•' �•M k -k kk kk k k kk I \�_ k '\ ,k••• k ` k `-k� k-k- t F kt _kt k � k• kti k ---- kk k k� ------CI1p II -_-_----_-0------_- -Dk CD�CfO kCD-C6 C. D4-k• Ck•� k ..•k k • -1k• 0 •.J. CD C •1k • JC•ki .aLk- t -.--kt-Fkk k I�I ------ D •--- ----- •:.! .k 1•k k -kk..C•:k _CA--�Dk�! . �k 1I T -----`--_� _ ! • hk 'kk-kk -k ykk •- ----------------- / -k-- -- -+-�k -�6y4l _t�9 -k• �kk • -----------=. 1 • • • i .. • �k• ; k k-k- k k ! ------ k k ------�--- - -�-- k k • I --- - ----- _- -- ----- k k C-0-p I • ••••••.• k _ k' C-p- � I k k k k t •/ Cp � W _ k C-D�CD� I I �•�a-k • • k k k . • t• •/ - - - C.D / I I I I I I I 1 I I I I g I I I I I I 1 1 I I I $ I I I I 5 I a 0 10 20 BO LTO N 401 FIRST ST SE, UNIT 201 ALH CITY OF IOWA CITY, IOWA SHEET CEDAR RAPIDS, IOWA 52401 w. ALH NORMAN DY DRIVE STORM SEWER & M E N K Phone: ids@bolton-111) 9 fQEO 1R — Q.02 (D S SCALE FEET Email: CedarRapids�bolton-menk.com www.bolton-menk.com M EROSION CONTROL PLAN 112864 REMOVAL LEGEND ROADWAY REMOVAL \ j/////NW// SIDEWALK REMOVAL \ PROTECT TREE RELOCATE TREE X REMOVE TREE ABANDON PIPE / / \ \ \ - .. " 17 REMOVE PIPE IVA REMOVE EXISTING TREES 5 PROTECT EXISTING TREE, SEE DETAIL 2/B.03 / 1 REMOVE HEADWALL / ` J RELOCATE EXISTING TREE IN PARCEL, LOCATION ^ { REMOVE 34" LF 8" DIP TO BE VERIFIED BY ENGINEER (TYPIj;AL) �� " �.� / WATER MAIN / REMOVE 148LF CMP ARCH PIPE REMOVE CUSTOM INTAKE STRUCTURE / ABANDON -IN -PLACE REMOVE 14LF 51LF CMP ARCH PIPE CMP ARCH PIPE a _ / REMOVE 1OLF 24" RCP / + .64 Q 'i I .48 _ I 1 •42 FULL DEPTH SAW CUT (TYPICAL) it 1 a, p a I � miex rD BOLTON 40'FIRSTSTSE,UNIT201 ALH CITY OF IOWA CITY, IOWA SHEET 0 20 40 CEDAR RAPIDS, IOWA 52401 wx aa i Phone: (119) 32-219 ALH NORMANDY DRIVE STORM SEW ER aeo -'O1 SCALE FEET Email: CedarRapids@bolton-menk.com 1R& MENK .bolton-menkcom , 18REMOVALS PLAN 1264 EL. 652.20 GENERAL NOTES: 48„ 1. ALL FASTENERS WITHIN THE GATEWELL ARE TO BE 316 STAINLESS STEEL. 13'-0" 72"x48" CLEAR OPENING 2. ALL CONSTRUCTION JOINTS SHALL HAVE JOINT SEAL AND BE FORMED HALLIDAY H2C ACCESS HATCH WITH. €„Yy; WITH BEVELED 2x4 KEYWAY. GATEWELL RETRO-GRATE X SERIES OR APPROVED EQUAL _ — — 3. INSTALL BITUTHENE 3000 OR BITUTHENE LOW TEMPERATURE CAST INTEGRAL INTO PRECAST TOP SLAB (TYP.) — MEMBRANE (OR APPROVED EQUAL) AROUND THE EXTERIOR OF THE /'fjlt _ CONCRETE STRUCTURE. 1 , 4. ALL CONSTRUCTION JOINTS TO BE WATER TIGHT. (Jt J �� �(' V-0" (TYP.) o S. TOP SLAB AND ACCESS HATCH SHALL BE DESIGNED FOR AASHTO H-20 LOADING g 6. ALL MATERIALS TO COMPLY WITH IOWA SUDAS SPECIFICATIONS, IOWA 6" I 21 CITY SUPPLEMENTAL SPECIFICATION, AND SPECIAL PROVISIONS MIN. _ _ — 36' RCP o INCLUDED FOR THIS PROJECT. 36" RCP CLR. � I Irg - KEYNOTES: 1. FLAP GATES SHALL BE NEENAH FOUNDRY MODEL R-5050 SF36 OR APPROVED EQUAL. INSTALL FLAP GATES AT LOCATIONS SHOWN. GATEWELL - - - -� - - - 4 CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOR ENGINEER'S 00 4 PIPE INVERT APPROVAL PRIOR TO FABRICATION. CONTRACTOR'S SCHEDULE SHALL PIPE INVERT EL. 643.20 ALLOW AT LEAST 30 DAYS FOR ENGINEER'S REVIEW. EL. 643.10 - GATES SHALL BE ADJUSTED PER MANUFACTURER'S RECOMMENDATIONS. 3" (TYP.) - 0 9„ - q 0&M MATERIALS SHALL BE DELIVERED TO CITY STAFF. 2. ACCESS HATCH. CONTRACTOR SHALL SUBMIT SHOP DRAWINGS OF ACCESS HATCH FOR ENGINEER'S APPROVAL PRIOR TO FABRICATION. EL. 640.70 3. LAYOUT PIPE SUCH THAT TOP OF PIPE DOES NOT PROTRUDE/INTERFERE BOT. OF SLABl ILK WITH FLAP GATE OPERATION. 6'-0" 4. PROVIDE WATERSTOP ACROSS THE PERIMETER OF THE BASE SLAB 8'-6" CONSTRUCTION JOINT (INCIDENTAL TO STRUCTURAL CONCRETE). WIRE SECURELY IN -PLACE PRIOR TO CONCRETE PAVEMENT. CAR PLAN VIEW - GATEWELL GEOMETRY SCALE: 1/4"=1'-0" GATEWELL B SECTION VIEW - GATEWELL GEOMETRY SCALE: 1/4"=1'-0" CLASS i MATERIAL Ion GATEWELL — A SECTION VIEW - GATEWELL GEOMETRY SCALE: 1/4"=1'-0" " FA_ I Rl 4011 C SECTION VIEW - GATEWELL GEOMETRY SCALE: 1/4"=1'-0" 11w, BO LTO N EDARR RAPIDS, WA 24 KM CITY OF IOWA CITY, IOWA SHEET CEDAR RAPIDS, IOWA 52401 .O Phone: (319) 362-3219 5 KFM NORMANDY DRIVE STORM SEWER & M E N K Email: CedarRapids@bolton-menk.com E«o T1D www.bolton-menk.com .�, .o NO RMANDY DRIVE GATEWELL DETAILS x. 112864 ZL GATEWELL q GATEWELL N (� GATEWELL 3" TYP. 9" TYP. 3" TYP. 9" TYP. 3 SPS. @ 1'-0" J J 4b1 B.F., 4b2 F.F. TY 4a6 B.F. TYP 4a7 F.F. TYP 4a10 E.F. TYP, _4f2/4a10 B.F. TYP. 4a2 E.F. TYI 03/410 F.F TYP. 4d1 E.F. TYP.- 4a8 B.F. TYP. ,"-4a9 F.F TYP. 4a1 E.F. TYP. 02/410 B.F. TYP. ~4f3/4a10 F.F TYP. 4a3 E.F. TYP I 4a6 B.F. TYP. 4a7 F.F. TYP. 4a10 E.F. 1 0 E.F. TYP. PLAN VIEW - GATEWELL REINFORCEMENT SCALE: 1/4"=1'-0" q GATEWELL 4f2/4a10 B.F. TYP. 4a8 B.F. TYP. 4f2/4a10 B.F. TYP. 4f3/4a10 F.F TYP. 4a9 F.F TYP�4f3/4a10 F.F TYP. 4a10/4a6 B.F TYP. I � I 4a10/4a7 F.F. I LL m LL I � O 1 @ LL a 00 d 4a1 TYP. I k4b2 4g1 TYP. -F.F. TYP. -- 4f1 TYP. 4b1 B.F. TYP. 4a3, 4a4, OR 4a5 TYP. 02 TYP. 7 SPS. @ V-0" 9" u v —mmmmmmmnm�, �I_I�III�I�I�I�IIIII_�_I.I.III._I■_I loll � i�■�iim■�i= i I10 mvill,r SHE 1 10 EPA i/.'�IIII,I—\�_ �I i��lllItltf_��IL_I LII'lll\� ■1I� l 3'-0" TYP. I I I L4d2 E.F. TYP. 9" TYP. 3' . 9" TYP. 1'-0" TYP. 9" TYP. � 4b1 B.F., 4b2 F.F. TYP. 3" TYP. 4e1 E.F. TYP. 4a10 E.F. TYP. 4f3 TYP 4a10/4a8 B.F TYP. I i r .. 4a10/4a9 F.F. TYP. ELEVATION VIEW - GATEWELL REINFORCEMENT SCALE: 1/4"=1'-0" q GATEWELL 4f2 TYP. 4a6 B.F. TYP. �4a10 E.F. TYP. 4a7 F.F. TYP. �L�I O 0 4a1 TYP. ;.., m (ai �4a3, 4a4, OR 4a5 TYP. 01 TYP. 4a3 TYP. , I 4a3, 4a4, OR 4a5 TYP. 02 TYP. 9" 4g1 (TOP), 12 SPS. @ 1'-0" 9 v GENERAL NOTES: 1. SEE SHEET U.03 FOR SUMMARY OF QUANTITIES AND BENT BAR DETAILS. v 2. ALL CONSTRUCTION JOINTS SHALL HAVE JOINT SEAL - AND BE FORMED WITH BEVELED 2x4 KEYWAY. 3. ALL EXPOSED CONCRETE EDGES SHALL BE f JEP ( pi Q CHAMFERED %4". : ALL SLAB AND FLOOR REINFORCING STEEL IS TO BE t3I SUPPORTED AT INTERVALS OF NOT MORE THAN 3'-0" IN EITHER DIRECTION. L E ,` s 5. THESE PLANS LABEL ALL REINFORCING STEEL WITH j T ( I , 10t ±Y 6. B FGDENOTEES BACK FACE (RETAINED OIL SIDE). f' 7. F.F. DENOTES FRONT FACE. 8. E.F. DENOTES EACH FACE. 9. CONCRETE COVER SHALL BE MIN. 2". 4b3 TYP. PULL TO 3" CLR. I 4b2, 4c2 TYP. PULL TO 3" CLR. • D CORNER DETAIL D GATEWELL 3 SPS. (a) V-0" i\ I/{ 3 SPS. CED V-0" 911_ LL O GATEWELL — — —L — — — — — @� I m m 4b2, 4c2 TYP. 4a5 TYP. I 4a4 TYP. 4b3 TYP. 4a4 TYP. 4b1 TYP. I I 4c1 TYP. 4a2 E.F. TYP. I 4a2 E.F. TYP. D NOTE: BASE SLAB NOT SHOWN FOR CLARITY. US �A� SECTION VIEW - GATEWELL REINFORCEMENT B SECTION VIEW - GATEWELL REINFORCEMENT r�C� SECTION VIEW -GATEWELL REINFORCEMENT $ SCALE: 1/4"=1'-0" SCALE: 1/4"=1'-0" ` SCALE: 1/4"=1'-0" d8 m e3 - o< BOLTON 401FIRSTSTSE,UNIT 201 CEDAR RAPIDS, IOWA 52401 Phone: ids 30It0n-m Email: CedarRapids@bolton-menk.com & M E N K1-1211 www.bolton-menk.com W"roKFM CITYOFIOWACITY,IOWA SHEET U 02 E KFM NORMANDY DRIVE STORM SEWER rc o T1D DRIVE GATEWELL DETAILS NORNORMANDY a„ .. GATEWELL BILL OF REINFORCEMENT - EPDXY COATED BAR NUMBER LENGTH SHAPE LOCATION 4a1 68 8'-8" WALL, VERT. 4a2 8 SETS OF 4 4'-2" TO 5'-2" WALL, VERT. 4a3 68 8'-2" L WALL, VERT. 4a4 8 7'-4" L WALL, VERT. 4a5 8 6'-9" L WALL, VERT. 4a6 18 4'-6" L WALL, VERT. 4a7 18 1 3'-10" L WALL, VERT. 4a8 8 1 6'-0" L WALL, VERT. 4a9 8 1 5'-4" L WALL, VERT. 4a10 48 1 7'-10" L WALL, VERT. 4b1 12 12'-8" WALL, HORZ. 4b2 24 7'-11" T WALL, HORZ. 4b3 36 5'-5" WALL, HORZ. 4c1 36 1 6-10" L WALL, HORIZ., CORNERS 4c2 12 2'-8" r WALL, HORIZ., CORNERS 4d1 32 7'-5" WALL, DIAG. 4d2 32 2'-9" WALL, DIAG. 4e1 8 15'-0" 0 WALL, HOOP 4f1 8 13'-2" SLAB, LONG. 02 12 7'-0" SLAB, LONG. 03 4 5'-8" SLAB, LONG. 4g1 13 8'-2" SLAB. TRANS. GATEWELL - TOTAL REINFORCING STEEL 2406 LB 0 v x z 4'-10" 4 4a3, 4a4, 4a5 coL �e 4e1 LENGTH - 8" 4b2, 4b3, 4c2 40 1 FIRSTSTSE, CEDAR RAPIDS,IOWA 52401 Phone: (319) 362-3219 & Email:CedarRapids@bolton-menk.com M E N K www.bolton-menk.com KFMBOLTON W KFM «a T1D rxo� "o xa 11286 s a±w LENGTH - 3'-0" ICI , ciTf 4a6, 4a7, 4a8, 4a9, 4a10 GATEWELL BENT BAR DETAILS SCALE: 1/4"=1'-0" 4c1 CITY OF IOWA CITY, IOWA NORMANDY DRIVE STORM SEWER NORMANDY DRIVE GATEWELL DETAILS SHEET U.03 n o 3'-11Y2" 8" 3'-11Y2" 6" B i- - I I I I I I I o I I I I v I I I I I I I GUTTERLINE I I I I I I I BACK OF CURB 4" - — — — — — — — — — - ----------I — — — — — — — — — — — - 4'-0" MIN. 'E'JOINT INSERT, SEE SUDAS FIGURE 6010.510` 'ED' JOINT I I \ SW-602 TYPE G CASTING (CITY 2), SEE SUDAS FIGURE 6010.602 FOR DETAILS GUTTERLINE 'E' JOINT BACK OF CURB 4'-0" MIN. 0 in 'ED'JOINT PLAN VIEW - MODIFIED SW-510 GEOMETRY ®; SCALE: 1/4"=1'-0" E:rz ...:: 202171 SEP 16 PIN 2: 1. 2 i ( 3 G'L_ Fri. 1 ff' i f r r } ao - 8 6" (TYP.) 24" RCP INVERT EL. 643.40 ti 00 v oo FILLET B SECTION VIEW - MODIFIED SW-510 GEOMETRY SCALE: 1/4"=1'-0" 4'-10" FORM GRADE EL. 647.74 4.0% 4.0% SEE SUDAS FIGURE 6010.510 ----- 2.0% ----- 2.0% I I 3'-0" 4 1 7 ao 6" (TYP.) v I I CONCRETE FILLET 36" RCP INVERT EL. 643.30 q _p I I I — T-- I ib S'-0" C SECTION VIEW - MODIFIED SW-510 GEOMETRY SCALE: 1/4"=V-0" 8" MIN. CLASS I BEDDING MATERIAL �D SECTION VIEW - MODIFIED SW-510 GEOMETRY SCALE: 1/4"=V-0" GENERAL NOTES: 1. ALL FASTENERS WITHIN THE MODIFIED SW-510 ARE TO BE 316 STAINLESS STEEL. 2. ALL CONSTRUCTION JOINTS SHALL HAVE JOINT SEAL AND BE FORMED WITH BEVELED 2x4 KEYWAY. 3. INSTALL BITUTHENE 3000 OR BITUTHENE LOW TEMPERATURE MEMBRANE (OR APPROVED EQUAL) AROUND THE EXTERIOR OF THE CONCRETE STRUCTURE. 4. ALL CONSTRUCTION JOINTS TO BE WATER TIGHT. S. TOP SLAB AND ACCESS HATCH SHALL BE DESIGNED FOR AASHTO H-20 LOADING 6. ALL MATERIALS TO COMPLY WITH IOWA SUDAS SPECIFICATIONS, IOWA CITY SUPPLEMENTAL SPECIFICATION, AND SPECIAL PROVISIONS INCLUDED FOR THIS PROJECT. KEYNOTES: 1. PROVIDE WATERSTOP ACROSS THE PERIMETER OF THE BASE SLAB CONSTRUCTION JOINT (INCIDENTAL TO STRUCTURAL CONCRETE). WIRE SECURELY IN -PLACE PRIOR TO CONCRETE PAVEMENT. v0 a5 _ 401 PIDS,I WA 524 CEDARe:(31,IOWA52401 BOLTON EDARRAPIDS, Email: CedarRapids@bolton-menk.com & M E N K Phone: 13191362-3219 www.bolton-menk.com "KFM CITY OF IOWA CITY IOWA SHEET U 04 KFM NORMANDY DRIVE STORM SEWER Ea T1D . NORMANDY DRIVE MODIFIED SW-510 DETAILS " a„ 112 64 t7 n 4t2 4t1 3 Swl rtl� "' — -- -- — -- — —I 4t2 (TY I I I acz (TYP.) I I 4w1 I I I I I I I I I I 7Y2" v I 7Y2" 3" 3%" 4t3 @ 6" 3Y," BAR (TYP.) 4i1 PLAN VIEW - MODIFIED SW-510 REINFORCEMENT SCALE: 1/4"=1'-0" 4i1 40 TOP & BOT 4w1 jT4t1 4t2 I3,� L _ 4" O @J I o v I Q I I � I I 7 I 4W2 `4b1 TYP. 2Y2" 02 @ V-0" 2V2" %CSECTION VIEW - MODIFIED SW-510 REINFORCEMENT SCALE: 1/4"=1'-0" 4t2 @ 1'-0" 4t1 � r � 5w1 0 0 o u a 3 v 3Y2" 02 TYP. 4b1 @ V-0" I I 3Y2" GENERAL NOTES: 1. ALL CONSTRUCTION JOINTS SHALL HAVE JOINT SEAL AND BE FORMED WITH BEVELED 2x4 KEYWAY. e i 2. ALL EXPOSED CONCRETE EDGES SHALL BE CHAMFERED 3. ALL SLAB AND FLOOR REINFORCING STEEL IS TO BE SUPPORTED AT INTERVALS OF NOT MORE THAN 3'-0" IN EITHER DIRECTION. I p C; izt c } ~ vl-( 16 P k 2: � � 4. THESE PLANS LABEL ALL REINFORCING STEEL WITH ENGLISH 5. CONCREOTE COVER SHALL MIN. 2". 1 3 CL,/L.i i�ipp 4W1 ti :'A CITY, B SECTION VIEW - MODIFIED SW-510 REINFORCEMENT SCALE: 1/4"=V-0" 4w1 O m 3 v � 4b1 TYP. � 2Y2" 4b2 @ 1'-0" 2V2" D SECTION VIEW - MODIFIED SW-510 REINFORCEMENT SCALE: 1/4"=V-0" MODIFIED SW-510 BILL OF REINFORCEMENT - EPDXY COATED BAR NUMBER LENGTH SHAPE LOCATION 4b1 10 4'-8" BOT. SLAB. TRANS. 02 6 9'-3" BOT. SLAB LONG. 4i1 4 BOXOUT LENGTH MINUS 8" INSERT 4t1 7 9'-3" TOP SLAB LONG. 4t2 7 4'-4" TOP SLAB, TRANS. 4t3 19 1'-101,1 TOP SLAB TRANS. 4w1 22 4'-7" WALL, VERT. 4w2 10 T-5" WALL VERT. 4w3 9 9'-3" WALL, HORZ. 4w4 10 4'-8" WALL HORZ. 5w1 2 8'-3" 7-1 CENTER WALL TIE MODIFIED SW-510 - TOTAL REINFORCING STEEL 396 LB 4'-3" 0 N 5w1 MODIFIED SW-510 BENT BAR DETAILS SCALE: 1/4"=V-0" c RSTST SE,DS,IO A 524 BOLTON CEDAR CEDgo RAPIDS, IOWq 52401 Phone: (319)362-3219 edarRapids@bolton-menk.com M E N K www.bolton-men Ck.com KFM CITY OF IOWA CITY IOWA SHEET .J .00 KFM NORMANDY DRIVE STORM SEWER .rn TJD NORMANDY DRIVE MODIFIED SW-510 DETAILS x 112864 11 Sal @ V-0" TYP.-\ PLAN VIEW - HEADWALL GEOMETRY SCALE: 1/4"=1'-0" CL 36" RCP Sal na 4"- 36" RCP 1'-3Y2" I 5m2 @ V-0" 11'-0" I — 5ml @ V-0" I V-0" I 5m2 @ V-0" 11'-3%' q 36" RCP 36" RCP n GENERAL NOTES: 1. ALL FASTENERS WITHIN THE HEADWALL ARE TO BE 316 STAINLESS STEEL. 2. ALL CONSTRUCTION JOINTS SHALL HAVE JOINT SEAL AND BE FORMED WITH BEVELED 2x4 KEYWAY. e-. t a 3. INSTALL BITUTHENE 3000 OR BITUTHENE LOW TEMPERATURE MEMBRANE (OR APPROVED EQUAL) ON THE BACK FACE (RETAINED SOIL SIDE) AND BOTTOM OF THE CONCRETE STRUCTURE. J3 4. ALL CONSTRUCTION JOINTS WILL BE WATER TIGHT. 5. ALL MATERIALS TO COMPLY WITH IOWA SUDAS SPECIFICATIONS, IOWA CITY SUPPLEMENTAL SPECIFICATION, AND SPECIAL PROVISIONS INCLUDED FOR THIS PROJECT. 6. SEE SHEET U.07 FOR SUMMARY OF QUANTITIES AND BENT BAR DETAILS. L ( 16 fp _ `3 �IO 7. ALL CONSTRUCTION JOINTS SHALL HAVE JOINT SEAL AND BE FORMED WITH BEVELED 2x4 KEYWAY. s i ce'- C- 8. ALL EXPOSED CONCRETE EDGES SHALL BE CHAMFERED 9. ALL FLOOR REINFORCING STEEL IS TO BE SUPPORTED AT INTERVALS OF NOT MORE THAN 3'-0" IN _ i f r f EITHER DIRECTION. ti 10. THESE PLANS LABEL ALL REINFORCING STEEL WITH ENGLISH NOTATION (Sal IS %8' DIA. BAR). Y, j; 11. CONCRETE COVER SHALL BE MIN. 2". n B ELEVATION VIEW - HEADWALL GEOMETRY SCALE: 1/4"=1'-0" 36" RCP q 36" RCP T PLAN VIEW - HEADWALL REINFORCEMENT SCALE: 1/4"=1'-0" B ELEVATION VIEW - HEADWALL REINFORCEMENT SCALE: 1/4"=1'-0" FIRSTSS,I WA 24 CEDAR RAPIDS, IOWA 52401 BOLTON CEDAR Phone: (319) 362-3219 & M E N K Email: CedarRapids@bolton-menk.com (D www.bolton-menk.com KFM W " KFM Faea TJD M 11286 APRON EL. 64 0 N I— 5e1 @ V-0" 36" RCP INVERT EL. 642.61 NSS I 9ATERIAL C SECTION VIEW - HEADWALL GEOMETRY SCALE: 1/4"=1'-0" 5ml OR SIT 5d2 5dl Sal bl C SECTION VIEW - HEADWALL REINFORCEMENT SCALE: 1/4"=1'-0" CITY OF IOWA CITY, IOWA NORMANDY DRIVE STORM SEWER NORMANDY DRIVE HEADWALL DETAILS SHEET U.06 HEADWALL BILL OF REINFORCEMENT - EPDXY COATED BAR NUMBER LENGTH SHAPE LOCATION Sal 6 7'-6" L WALL VERT. Sat 2 SETS OF 7 5'-11" TO 7'-8" L WALL VERT. 5b1 2 11'-2" WALL HORZ. 5b2 6 8'-3" WALL HORZ. 5b3 2 V-11" WALL HORZ. 5cl 2 15'-5" 0 WALL HOOP 5dl 22 V-8" DROP WALL VERT. 5d2 22 2'-10" L DROP WALL VERT. 5el 2 21'-8" DROP WALL HORZ. 5fl 1 SET OF 5 11'-5" TO 19'-5" FLOOR LONG. 5ml 11 4'4" FLOOR TRANS. 5m2 2 SETS OF 4 0'-10" TO 3'-10" FLOOR TRANS. HEADWALL - TOTAL REINFORCING STEELI 566 IL B 138 Sal in m x t~7 z L 3'-5" 5a2 Sd2 DESIGN CRITERIA & LOADING MATERIAL NOTES CODE: AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 9TH EDITION REINFORCED CONCRETE 8 1. DESIGN LOADING CONCRETE: CLASS C, IN ACCORDANCE WITH IOWA DOT SPEC 2403 (f'c = 4 KSI) DEAD LOADS (D) REINFORCEMENT BARS: MATERIALS CALCULATED '�'yq �� CUf't cv �� 1 EPDXY COATED BARS Cz GRADE 60, IN ACCORDANCE WITH IOWA DOT SPEC 2404 WATER LOAD (WA) WATER LATERAL LOADS (EH) 62.4 PCF WATERSTOP: CITY T i� "': 'f.10 �1,1 SIKA GREENSTREAK 741 SIKA GREENSTREAK 781 APPROVED EQUAL DESIGN WATER TABLE N/A 100-YR. FLOOD ELEVATION N/A BACKFILL FRICTION ANGLE 30 DEGREES CONCRETE NOTES Ko 0.66 (SLOPED BACKFILL) SOIL UNIT WEIGHT, DRY 120 PCF 1. LAP SPLICES AND 90 DEGREE END HOOKS SHALL BE AS SHOWN BELOW UNLESS NOTED. WHEN BARS OF TWO SOIL UNIT WEIGHT, SATURATED 135 PCF DIFFERENT SIZES ARE SPLICED, THE LONGER LAP STRENGTH SHALL APPLY. SOIL UNIT WEIGHT. SUBMERGED 72.6 PCF GENERAL NOTES 1. TYPICAL STRUCTURAL DETAILS AND NOTES SHALL APPLY UNLESS NOTED OTHERWISE ON THE DRAWINGS. 2. EXAMINE SITE AND DRAWINGS TO DETERMINE LOCATIONS AND DIMENSION OF UTILITIES, AND SITE IMPROVEMENTS. 3. BEFORE CONSTRUCTION FABRICATION AND ERECTION OF ANY MATERIALS, CONTRACTOR SHALL FIELD VERIFY ALL EXISTING ELEVATIONS, DIMENSIONS, AND CONDITIONS AS SHOWN ON THE DRAWINGS AND REPORT DISCREPANCIES TO THE ENGINEER AT ONCE FOR RESOLUTION. 4. ALL DIMENSIONS, LOCATIONS, ELEVATIONS, AND CONDITIONS OF EXISTING STRUCTURES SHOWN ON THE CONTRACT DRAWINGS SHALL BE FIELD VERIFIED BY CONTRACTOR. 5. THE STRUCTURAL DESIGN IS BASED ONLY ON THE STRUCTURE IN ITS COMPLETED STATE. CONTRACTORS AND THEIR SUBCONTRACTORS SHALL TAKE WHATEVER PRECAUTIONS ARE NECESSARY TO WITHSTAND ALL HORIZONTAL AND VERTICAL LOADING THAT MAY BE ENCOUNTERED DURING THE CONSTRUCTION PROCESS PRIOR TO THE COMPLETION OF THE STRUCTURE. 6. ALL IOWA REFERENCES IN DRAWINGS AND SPECIFICATIONS REFER TO THE 2023 EDITION OF THE IOWA DEPARTMENT OF TRANSPORTATION'S "STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION". 7. WRITTEN DISTANCES & ELEVATIONS SHALL GOVERN OVER SCALED DISTANCES & ELEVATIONS. 5cl FOUNDATION AND SOIL NOTES 1. PROTECT FOUNDATION SOILS FROM FREEZING DURING CONSTRUCTION. 0� 135 2. PLACE FILL AND BACKFILL AND COMPACT TO FOLLOWING MAXIMUM STANDARD PROCTOR DENSITIES UNLESS NOTED OTHERWISE IN SPECIFICATIONS: ��6'-10� LOCATION DENSITY FILL BELOW FOOTINGS 100% 5b2 FILL BELOW SLABS ON GRADE 95% PIPE AND STRUCTURE EXCAVATIONS 95% GREEN SPACES 90% HEADWALL BENT BAR DETAILS SCALE: 114"=1'-0" f'c = 4000 PSI SLAB & WALL 90° HOOK BAR SIZE BAR LAP TOP BAR #3 17 IN. 23 IN. 6 IN. #4 24IN. 30IN. 8IN. #5 29IN. 38IN. 10IN. #6 34IN. 45IN. 12IN. #7 45IN. 56IN. 14IN. #8 58IN. 75IN. 16IN. #9 721N. 94IN. 19IN. #10 911N. 119IN. 22 IN. #11 112IN. 146IN. 24IN. * TOP BAR LAP SPLICES ARE HORIZONTAL REINFORCEMENT PLACED SUCH THAT MORE THAN 12 IN. OF CONCRETE IS CAST IN THE MEMBER BELOW THE SPLICE. 2. REINFORCING BARS SHALL HAVE 2" CONCRETE COVER UNLESS NOTED OTHERWISE. 3. CONCRETE SHALL BE PLACED WITHOUT CONSTRUCTION JOINTS EXCEPT WHERE SPECIFICALLY SHOWN ON THE DRAWINGS OR AS APPROVED BY THE ENGINEER. 4. CAST -IN -PLACE CONCRETE SHALL NOT BE PLACED IN STANDING WATER, ON FROZEN SOIL, OR ON FROZEN CONCRETE. 5. BEVEL ALL EXPOSED CORNERS OF CONCRETE 3/4"x%". EXCAVATION NOTES 1. TEMPORARY GROUND CONTROL IS BY CONTRACTOR DESIGN. 2. CONTRACTOR SHALL PROVIDE AND MAINTAIN ALL TEMPORARY SHEETING AND BRACING NECESSARY TO PROTECT PERSONNEL AND ADJACENT PROPERTY FROM INJURY OR DAMAGE DURING CONSTRUCTION OPERATION. 3. EXCAVATIONS OR TRENCHING WITHIN CLOSE PROXIMITY TO UNDERGROUND STRUCTURES, UTILITIES, OR UTILITY POLES WILL REQUIRE PROTECTION AND SUPPORT TO PREVENT DAMAGE OR INTERRUPTION TO SERVICE. THE COST TO PROVIDE PROTECTION SHALL BE INCLUDED IN THE CONTRACTOR'S TOTAL BASE BID PRICE. BO LTO N 4DAR01 RAPT S, I A 52 201 KFM CITY OF IOWA CITY, IOWA SHEET S CE phone: ( 19)3 2 19401 """"' KFM NORMANDY DRIVE STORM SEWER & M E N K Email: CedarRapids@bolton-menk.com Fue" TJD U.07 www,bolton-menk.com NORMANDY DRIVE HEADWALL DETAILS "r 112864 wo 12 50 654 "' ^' m 652 u1 V1 ut O N Qi Ol Gpp1 ---.—. — — — — — N � Vf m 650 - N - 648 646 14 644 14 ow 654 652 650 648 646 644 642 -70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 oJ6 12 25 - 654 _ n 652 od ut m 650 - - - — 648 - 646 0 644 —..__._.......... _ c42 00 `v _... 656 654 652 650 648 646 644 642 -70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 12 654 - -_ 652 —.--- —..-.-- — — Ica N .ti N vim ,••I V uNia •� 16 l0 N l0 — — — 0 - 648 ........_...._.._._.._._.- _-- ._._ - 646 - }-- -.._ 644 c42 0o ao 656 654 652 650 648 646 644 642 -70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 vJo bib 11 75 654 654 ut a ut a N a umi. 652 652 ui r D 650 ---- --- -- ---- 650 648 _ 648 646 646 644 _ 644 � � AA') 70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 vJo b5b 11 50 654 654 652 652 650 ---- 65C ---- --\-- - - - - -'------ - ------ --- 648 - -- 648 646 - 646 __....644 AA-)' .___. _._._ ._.... ____.. an, 654 1 1 654 652 rmn 13 75 N v Ln 652 650 . ,:, v NO lO0 N e�1� 0--� — - .N•I� pp l0 Nb aa 65C 648 648 646 {a3 ' co 646 644 .... ..... 644 AA? ,..:,. y t •.. l t0 co 70 60 3 t 0 }- /4Q ij -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 I o tr I 1 654 -._.. 13 50 __...._.._....___-.654 m m 652 652 650 - - - - - - - - - - - - -. 650 648 - -'- 648 - 646 -...... _L. _- 646 644 m ..._. 644 oqq. -70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 1 -70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 I OJO OJO 13 654 654 mA `O 652 652 - - - - - 650— - 650 648 648 646 1646 644 m 644 cd� oo -70 -60 -50 40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 I OJO — OJ8 12 75 656 ---656 654 654 ti m 652 m m m m N . m^ —_ __._...652 650 - - - - - - - 650 - - - - - 648 648 646 _____ _.. 646 644 ____ 644 642 - 642 640 PROPOSED DI WATER AIN - 640 m 638 ___ ____638 q -70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 -70 -60 -50 -40 -30 -20 -10 CL +10 +20 +30 +40 +50 +60 +70 BOLTON 401 FIRSTST SE, UNIT 201 ALH CITY OF IOWA CITY, IOWA SHEET CEDAR RAPIDS, IOWA 52401 °"""'" ALH NORMANDY DRIVE STORM SEWER & M E N K Phone: (319) 3olton- 9 e� W.01 Email: Cwww.boiton-menkcmenk.com a ,R NORMANDY DRIVE CROSS SECTIONS www.bolton-menk.com xr 112864 ENGINEER'S ESTIMATE September 17, 2024 City Clerk City of Iowa City, Iowa Re: Normandy Drive Storm Sewer Project Dear City Clerk: The estimated cos of construction for this project is $395,000.00. Sincerely, Ben Clark PE Senior Engineer n r C.. G-, CD CO Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436 Resolution No. 24-238 Resolution setting a public hearing on October 1, 2024 on project manual and estimate of cost for the construction of the Normandy Drive Storm Sewer Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Normandy Drive Storm Sewer Replacement account #M3629. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above -mentioned project is to be held on the 1st day of October, 2024, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 17th day of September , 2024 MiW Approved by Attest: . ���Q.,�p '�1 _ CcC� / . City Clerk City Attor y's Office (Liz Craig - 09/12/2024) It was moved by Harmsen and seconded by Moe the Resolution be adopted, and upon roll call there were: Ayes: x x Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5436 Resolution No. 24-248 Resolution approving project manual and estimate of cost for the construction of the Normandy Drive Storm Sewer Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above - named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Normandy Drive Storm Sewer Replacement account #M3629. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual 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 City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 231 day of October, 2024. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 6:00 p.m. on the 411' day of November, 2024, or at a special meeting called for that purpose. Passed and approved this 1st day of October , 2024 Attest: 1k'A� 0(11� City dlerk M Approved by �Z_ -, City Attor ey's Office (Sue Dulek — 09/25/2024) 10 Resolution No. 24-248 Page 2 It was moved by Salih adopted, and upon roll call there were: and seconded by Alter the Resolution be Ayes: Nays: Absent: _ x _ Alter x Bergus x Dunn x _ Harmsen x Moe x Salih x Teague Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, October 3, 2024 8:27 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 10.03.24 Notice to bidders.pdf A RISK ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City — Parks Improvement Project Iowa City — Normandy Drive Storm Sewer Project Iowa City — Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): October 03, 2024 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. October 03, 2024 ((Ltr, Date President/CEO of The Construction Update Plan Room Network Daily Notice to Bidders Master Builders of Iowa The Project Source This report is brought to you through on exclusive partnership between Cons tructConnect and the Master Builders of lowo. NOTICE TO BIDDERS NORMANDY DRIVE STORM SEWER PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of October, 2024. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 41h day of November, 2024, or at special meeting called for that purpose. The Project will involve the following: Removal of approximately 200 feet of 54" x 34" Corrugated Metal Arch Pipe and replacement with approximately 400 feet of twin 36" diameter Reinforced Concrete Pipe; removing and replacing an existing intake; and installing a gate valve structure. Approximately 745 square yards of street and sidewalk pavement will be removed and replaced as necessary to complete the Project; and the Project is located in the 600 block of Normandy Drive, Iowa City, Iowa 52246. All work is to be done in strict compliance with the Project Manual prepared by Bolton & Menk, of Cedar Rapids, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: May 31s', 2025 Liquidated Damages: $240 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of Targeted Small Business contractors can be obtained from the Iowa Department of Administrative Services at (515) 242-5120. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK A'JeAfl IOWA LEAGUE 4fCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Normandy Drive Storm Sewer Project Classified ID: 111727801025 A printed copy of which is attached and made part of this certificate, provided on 10/03/2024 to be posted on the Iowa League of Cities internet site on the following date: 2024-10-03 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 10/03/2024 Alan Kemp, Executive Director NOTICE TO BIDDERS NORMANDY DRIVE STORM SEWER PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of October, 2024. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 411 day of November, 2024, or at special meeting called for that purpose. The Project will involve the following: Removal of approximately 200 feet of 54" x 34" Corrugated Metal Arch Pipe and replacement with approximately 400 feet of twin 36" diameter Reinforced Concrete Pipe; removing and replacing an existing intake; and installing a gate valve structure. Approximately 745 square yards of street and sidewalk pavement will be removed and replaced as necessary to complete the Project; and the Project is located in the 600 block of Normandy Drive, Iowa City, Iowa 52246. All work is to be done in strict compliance with the Project Manual prepared by Bolton & Menk, of Cedar Rapids, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: May 3111, 2025 Liquidated Damages: $240 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of Targeted Small Business contractors can be obtained from the Iowa Department of Administrative Services at (515) 242-5120. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5436 Resolution No. 24-272 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Normandy Drive Storm Sewer Project Whereas, Eastern Iowa Excavating & Concrete, LLC of Cascade, Iowa has submitted the lowest responsive, responsible bid of $326,699.70 for construction of the above -named project; and . Whereas, funds for this project are available in the Normandy Drive Storm Sewer Replacement account #M3629. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above -named project is hereby awarded to Eastern Iowa Excavating & Concrete, LLC of Cascade, Iowa, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above -named project. Passed and approved this 4th day of November , 2024 Attest: City Clerk It was moved by Dunn adopted, and upon roll call there were: Ayes: 1 �- Ma o Approved by City Attorn 's Office (Eric Bigley - 10/31/2024) and seconded by salih the Resolution be Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague I b L CITY OF IOWA CITY 410 East Whohington Street Iowa Pity, larva 52240 - 1826 (319) 356 - 5000 (319) 356 - 500PAX W WwAcgov.01.8 ENGINEER'S REPORT October 1, 2025 City Clerk Iowa City, Iowa Re: Normandy Drive Storm Sewer Project Dear City Clerk: I hereby certify that the Normandy Drive Storm Sewer Project was completed by Eastern Iowa Excavating & Concrete, LLC of Cascade, Iowa in substantial accordance with the plans and specifications prepared by Bolton & Menk, Inc. of Cedar Rapids, Iowa. __T_he-pr-ojectwas_bid_as_a_unit_price_contract,_and_the_final_contr_act_pr_ice is_$344,099.89 There was a total of two (2) change or extra work orders for the project as follows: 1. Manhole adjustment, granular stabilization and subgrade treatment ............ $14,357.03 2. Final quantity adjustments...................................................:.......................... $3,043.16 Total............................................................................................................. $17,400.19 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer Z,,,�, , rL Prepared by: Ben Clark, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 25-242 Resolution accepting the. work for the Normandy Drive Storm Sewer Project Whereas, the Engineering Division has recommended that the work for construction of the Normandy Drive Storm Sewer Project, as included in a contract between the City of Iowa City and Eastern Iowa Excavating & Concrete, LLC of Cascade, Iowa, dated November 11, 2024, be accepted; and Whereas, the Engineer's Report and the Performance, Payment and Maintenance Bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Normandy Drive Storm Sewer Replacement account #M3629; and Whereas, the final contract price is $344,099.98. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 7th day of October , 2025 r Mayor Attest: P ; a City Clerk It was moved by Moe adopted, and upon roll call there were: Ayes: and seconded by Nays: Approved by Z ' City Attorne s Office (Alexandra Bright — 10/02/2025) Salih the Resolution be Absent: X Alter X Bergus X Harmsen X Moe X Salih x Teague X Weilein n Bond No. 2628978 fi Oslo' PERFORMANCE, PAYMENT, AND MAINTENANCE BOND NORMANDY DRIVE NORM SEWER PROJECT CITY OF IOWA CITY Know All by These Presents: That we, Eastern Iowa Excavating & Concrete LLC , as Principal (hereinafter the 'Contractor" or "Principal") and _ west Bend Insurance Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal SUM Of Three hundred twenty-six thousand, six hundred sixty-nine dollars and seventy cents dollars ($ 326,669.70 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Removal of approximately 200 feet of 54" x 34" Corrugated Metal Arch Pipe and replacement with approximately 400 feet of twin 36" diameter Reinforced Concrete Pipe; removing and replacing an existing intake; and installing a gate valve structure. Approximately 745 square yards of street and sidewalk pavement will be removed and replaced as necessary to complete the Project: and the Project is located in the 600 block of Normandy Drive, Iowa City, Iowa 52246. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: Performance. The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. Payment: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract Normandy Drive Storm Sewer Project 0510 — Page 1 of 4 iciie unsdic$on is required to retain until completion of the improvement, but the in tcncrethall not be liable to said persons, firms, or corporations unless the claims of. said_ rMaimants against said portion of the contract price shall have been establsel rovided by law. The Contractor and Surety hereby bind themselves to the obliga`tio i lah otditions set forth in Chapter 573 of the. Iowa Code, which by this reference is made a. part hereof as though fully set out herein. 3. Maintenance: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed, under the Contract within the period of Five yeart(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. General: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than Five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred. by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract 'Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Normandy Drive Storm Sewer Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. Now therefore, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. c �w .� C.J ry. a c^> r,a Normandy Drive Storm Sewer Project 0510 — Page 3 of 4 PRINCIPAL: Eastern Iowa Excavating& Concrete LLC Chad Demmer int qame of Contractor Officer By Signature of Contractor Officer Title of Contractor Officer SURETY: West Bend Insurance Company Surety Company Name By Signature of Att6rney-i n -Fact Officer Kim Hess Printed Name of Attorney -in -Fact Officer I ricor cv Company Name of Attorney -in -Fact 600 Star Brewery Dr Ste 110 Company Address of Attorney -in -Fact Dubuque, IA 52001 City, State, Zip Code of Attorney -in -Fact 56 3 - 5 5 6- 5441 Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Normandy Drive Storm Sewer Project 0510 — Page 4 of 4 WEST BENDm i'. n1"T 16 "': I i : 52 Bond No. 20=78 POWER OF ATTORNEY Know all men by these Presents, that West Bend Insurance Company (formerly known as West Bend Mutual InsumnaGwipany prior to 1/1/2024), a corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint: Kim Hess lawful Attomey(s)-in-fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of: Thirty Million Dollars ($30,000,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Insurance Company by unanimous consent resolution effective the 1 t( day of January 2024. Appointment of Attorney -In -Fact The president or any vice president or any other officer of West Bend Insurance Company may appoint by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal maybe affixed by facsimile to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached. Any such appointment maybe revoked, for cause, or without cause, by any said officer at any time. Any reference to West Bend Mutual Insurance Company in any Bond and all continuations thereof shall be considered a reference to West Bend Insurance Company. In witness whereof, West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 1 st day of January 2024. 't„tttf Attest+`�� Christo her C. Z %0% .1,�/ ��ocFps,�- =al �= Robert J. Jacques SF'AI Secretary m # vE President State of Wisconsin County of Washington Cn the 1 st day of January 2024, before me personally came Robert Jacques, to me known being by duly swom, did depose and say that he is the President of West Bend Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order. ++tfffan tP�`'. "V80r, ;�&adorporate Attorney OF6, Washington Co., WI 't"t"+++'+l My Commission is Permanent The undersigned, duly elected to the office stated below, now the incumbent in West Bend Insurance Company, a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attomey is now in force. Signed and sealed at West Bend, Wisconsin this . day of �\ �SU .y2p��va��c�; iJ1A13coYtu/t C•GiQit _, SEA% 3 c Christop er C. Z sUljy S Secretary 1900 S 18th Avenue I West Bend, WI 53095 I Pha:^a: (80U) 236-5010 1 Fax: (877) 674-2653 1 www.thesilverlining.com