Loading...
HomeMy WebLinkAboutA023 - Resolution approving preliminary plans and specifications for the 2024/25 Airport Entryway Improvements (Entry Road)ITEM #:17 DATE:03-25-25 DEPT:PW SUBJECT:2024/25 AIRPORT ENTRYWAY IMPROVEMENTS (ENTRY ROAD) COUNCIL ACTION FORM BACKGROUND: The FY 2024/25 Airport Entryway Improvements program includes a project to reconstruct Airport Drive, the primary entry road to the James Herman Banning Ames Municipal Airport. This project focuses on the full reconstruction of the main entryway road, enhancing access and traffic flow efficiency for airport users. While this phase is dedicated to roadway improvements, future phases of the program will include signage for improved wayfinding, landscaping enhancements in FY 2025/26, and phased parking lot expansions from FY 2027/28 to FY 2028/29. These improvements align with the Airport Master Plan and FAA best practices. This project was reflected in the adopted FY 2024-2029 Capital Improvements Plan with a cost of $680,000 for design and construction. After developing the specifications, the Engineer's Opinion of Probable Cost reflected a cost of $925,000 for construction, in addition to the $80,000 for design and administration, for a total project cost of $1,005,000. As a result of this cost estimate, staff directed the engineer to divide the project into a base bid and a bid alternate, which will provide the City with options depending on the competitiveness of the bids. Additionally, staff has identified that the Airport Improvements Fund has a balance of approximately $338,000, which could be used to finance the shortfall if bids are near the engineer's estimate. The table below summarizes the revenues and expenses for this project: Revenues Expenses G.O. Bonds $680,000 Design $72,700 Airport Improvements Fund***$325,000 Admin/Inspections $7,300 Construction (Base Bid)$600,000 Construction (Bid Alt- See Attachment)$325,000 Totals $1,005,000 Totals $1,005,000 ***Available balance is approximately $338,000 Based on recent bidding experience, staff is optimistic that the bids for the construction of the entire project will be less than the engineer's estimate, allowing the project to proceed as planned in the CIP. However, in the event that the total of the base bid and bid alternate exceed the $600,000 budgeted for construction, staff will evaluate the options and recommend either awarding only the base bid (with the remaining roadway section delayed to a future project), or supplementing the bond funds with available balance from the Airport Improvements Fund. 1 ALTERNATIVES: 1. Approve the plans and specifications for the 2024/25 Airport Entryway Improvements (Entry Road) project, setting Wednesday, April 16, 2025, as the bid due date and Tuesday, April 22, 2025, as the date for the public hearing and report of bids. 2. Do not approve this project. CITY MANAGER'S RECOMMENDED ACTION: The Airport Entryway Project is expected to significantly improve the condition, appearance, and functionality of the roadway leading to the airport Terminal Building. This project is an important first step in enhancing the airport as a gateway to the Ames community . Therefore, it is the recommendation of the City Manager that the City Council adopt Alternative No. 1, as noted above ATTACHMENT(S): Airport Landside Improvements Entry Road - Location Map Airport Entryway - Bid Alt Map Airport Entryway Imps CIP Page Final Plans Final Specifications 2 2024/25 Airport Landside Improvements (Entry Road) Location Map 149 ft Overview Legend 3 X X X X X X X X X X X X X X X X XX X X X X X X X X X X X X X V C CV V C V C V VC CLVT CLVT D V V V V V M CO >> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >>>> >>>> >> >> >> >> >> >> >> >> >> TLO F A TLO F A TLO F A TOFA TOFA TOFA E E E E E E E E EEEEE EEE E E E E E E E E E E E l l lllllll l l l l l l l l l l >>>> >>>> >>>>>>>> RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A TOF A TOFA TOFA TOFA TOFA TOFA ROF A >> >> >> >> >> >> >> >> >> >> E E E E E E E E E E E E E E E E E >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> E E E EOE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E TLO F A TL O F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TL O F A TL O F A TL O F A TL O F A TL O F A TL O F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X X X X X E EE E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E EE E E E E E EEEEEEEEEEEEEEE F- D F- D FFFFFFFFFFFFFFFFFF F F F F F F F l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l ll l l l l l l l l l OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE >>>>>>>>>>>> > > > > > > > > >> > > > > >> > > > > > > > > > > > >>>>> > > > > > > > > > > > > > > > > > > > > > > > > > > >>>>>>>>>>>>>>>>>>>>> > > > > > > > >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >> >> >>>>>>>>>> >>>>>>>> >> >>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-DG-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G- D G- D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G- D G- D G- D G- D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D C C-D - I C S C-D - I C S C-D- I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D-ICS C-D-ICS C-D-ICS C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C-D C-D C-D C- D C- D C- D C- D C-D-IC S C- D - I C S C-D-ICS C-D-ICS >> >> >> >> >> >> >>>>>>>> >>>> >> >> E E E E E E E E E E E E E E l F F F F G G G >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >>>>>>>>>>>>>>>>>>>>>> E EEE >>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOC C-D-LUMEN C- D - L U M E N C- D - L U M E N C- D - L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D-LUMEN E G-D G-D E E E G-D G-D G-D G-D G-D G-D G-D >> >> >> > > > F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F-D-W I N D S T R E A M F-D-W I N D S T R E A M F-D-W I N D S T R E A M F- D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D-W I N D S T R E A M F-D-W I N D S T R E A M C-D - L U M E N C-D-LU M E N C-D-L U M E N C-D-L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N F-D - M E T R O N E T F-D- M E T R O N E T F-D- M E T R O N E T F-D- M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T G-D G-D G-D G-D BP : 2 0 0 + 0 0 . 0 0 PC : 2 0 3 + 7 0 . 2 3 PT: 20 4 + 6 0 . 5 1 EP: 20 8 + 6 0 . 5 9 BP: 100+00.00 PI: 102+12.30 PC: 103+70.12 PT: 1 0 4 + 3 2 . 9 3 PC: 1 0 6 + 2 7 . 4 5 PT: 1 0 7 + 1 7 . 1 8 EP: 1 1 0 + 9 8 . 2 6 10 0 + 0 0 10 1 + 0 0 10 2 + 0 0 10 3 + 0 0 10 4 + 0 0 105+ 0 0 106+ 0 0 10 7 + 0 0 108 + 0 0 109 + 0 0 110 + 0 0 110+98.26 200+0 0 201+0 0 202+0 0 203+0 0 204 + 0 0 20 5 + 0 0 20 6 + 0 0 20 7 + 0 0 20 8 + 0 0 208+60.59 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 0 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 1 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR F.01 EXISTING CONDITIONS & DEMOLITION PLAN - OVERVIEW R FEETSCALE 0 50 100 HORZ. MA T C H L I N E 1 MATCH L I N E 2 MA T C H L I N E 3 MATC H L I N E 4 LEGEND: BASE BID HMA REMOVAL BASE BID PCC REMOVAL BASE BID PCC CURB & GUTTER REMOVAL ALTERNATE BID A HMA REMOVAL ALTERNATE BID A PCC REMOVAL ALTERNATE BID A PCC CURB & GUTTER REMOVAL FULL DEPTH SAW CUT (TYP.) NOTES: 1.PER THE GEOTECHNICAL REPORT, ALL EXISTING HMA PAVEMENT IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 3.5 INCHES EXCEPT WHERE NOTED ON THE PLANS. ALL EXISTING PCC PAVEMENT, INCLUDING CURB AND GUTTER SECTIONS, IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 8.5 INCHES. 2.CONTRACTOR SHALL TAKE CARE TO PROTECT THE EXISTING PAVEMENTS TO REMAIN. ANY DAMAGE CAUSED TO THE EXISTING PAVEMENT DURING CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES ON SITE UNLESS OTHERWISE STATED IN THE PLANS. 4.THE CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY ACCESS OR CONSTRUCTION ACTIVITIES TO ORIGINAL CONDITIONS. THIS MAY INCLUDE SCARIFYING AND RE-SEEDING OR OTHER RESTORATION EFFORTS AS REQUIRED. THIS SHALL BE CONSIDERED INCIDENTAL TO MOBILIZATION AND NOT MEASURED SEPARATELY FOR PAYMENT. SEE ESTIMATE REFERENCE INFORMATION FOR BID ITEMS SEEDING, FERTILIZING AND MULCHING (ALL TYPES). 5.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM SITE AND SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF OFF AIRPORT PROPERTY. 6.POSTAL SERVICE SHALL BE MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. TEMPORARY, CLEARLY LABELED MAILBOXES MAY BE INSTALLED AT THE LOCATION PROVIDED ON THE PHASING AND TRAFFIC CONTROL PLAN. EXISTING MAILBOXES SHALL BE SALVAGED AND REINSTALLED PRIOR TO COMPLETION OF THE PROJECT. IF MAILBOXES ARE DESTROYED THEY SHALL BE REPLACED AT THE CONTRACTOR'S COST. 4 111 Capital Improvements Plan Airport Entryway Improvements Project Status: Scope Change Cost Decrease City Of Ames, Iowa Description/Justification This program includes enhancing airport access by reconstructing the main entry road and upgrading signage to improve traffic flow efficiency. This aligns with the FAA's Airport Improvement Program (AIP), which, although primarily concentrated on airside and specific facilities, underscor es the significance of overall airport functionality, particularly in terms of accessibility and operational efficiency. Comments The program's projects include the main access road improvement, expanding paved parking, and enhancing the central entryway landscaping. This program aligns with the Airport Master Plan goals and adheres to FAA best practices. 2024/25 Airport entrance road improvements 2025/26 Landscaping central entryway greenspace 2027/28 Airport parking expansion (southern half) 2028/29 Airport parking expansion (northern half) Location 2520 Airport Drive Total 2024/25 2025/26 2026/27 2027/28 2028/29 Cost: Engineering 220,000 80,000 15,000 55,000 70,000 Construction 1,500,000 600,000 100,000 340,000 460,000 Total 1,720,000 680,000 115,000 395,000 530,000 Financing: G.O. Bonds 1,605,000 680,000 395,000 530,000 Airport Improvements Fund 115,000 115,000 Total 1,720,000 680,000 115,000 395,000 530,000 Program - Activity: Department: Account Number: Transportation - Airport Public Works 385-7080-439 5 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 A 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 3 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR A.01 TITLE SHEET 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 CI/ASCE 38-22, ENTITLED "STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES". PROJECT LOCATION FEETSCALE 0 400200 MAP OF THE CITY OF AMES STORY COUNTY, IA CITY OF AMES CONSTRUCTION PLANS FOR 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS R THE 2025 EDITION OF THE "IOWA STATEWIDE URBAN SPECIFICATIONS FOR PUBLIC IMPROVEMENTS" AND CITY OF AMES SUPPLEMENTAL SPECIFICATIONS TO SUDAS (2023 EDITION). MUTCD 2023 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. GOVERNING SPECIFICATIONS MY LICENSE RENEWAL DATE IS PAGES OR SHEETS COVERED BY THIS SEAL: LICENSE NUMBER:DATE: I OWA LIC ENSED PROFESS IONAL ENGINEER I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA. 21134 DECEMBER 31, 2025 ALL SHEETS JOSEPH P. ROENFELDT, 21134 JOSEPH P. ROENFELDT, P.E. STORY COUNTY, IA SHEET NUMBER SHEET TITLE A.01 TITLE SHEET A.02 LEGEND, SYMBOLS & GENERAL INFORMATION B.01 - B.02 TYPICAL SECTIONS AND DETAILS C.01 - C.04 QUANTITIES & ESTIMATE REFERENCE INFORMATION CE.01 EROSION CONTROL PLAN D.01 ENTRANCE ROAD PLAN - OVERVIEW D.02 - D.06 ENTRANCE ROAD PLAN & PROFILE E.01- E.06 DETAILED GRAIDNG PLAN - BASE BID E.07 - E.08 DETAILED GRADING PLAN - ALTERNATE BID A F.01 EXISTING CONDITIONS & DEMOLITION PLAN - OVERVIEW F.02 - F.04 EXISTING CONDITIONS & DEMOLITION PLAN - BASE BID F.05 - F.06 EXISTING CONDITIONS & DEMOLITION PLAN - ALTERNATE BID A G.01 CONTROL POINTS & STATIONING INFORMATION G.02 SITE GEOMETRIC LAYOUT - OVERVIEW G.03 - G.07 SITE GEOMETRIC LAYOUT J.01 - J.03 PHASING & TRAFFIC CONTROL PLAN L.01 JOINTING PLAN - OVERVIEW L.02 - L.04 JOINTING PLAN - BASE BID L.05 - L.06 JOINTING PLAN - ALTERNATE BID A M.01 - M.02 STORM SEWER PLAN & PROFILE - BASE BID M.03 STORM SEWER PLAN & PROFILE - ALTERNATE BID A M.04 SUBDRAIN PLAN W.01 - W.04 CROSS SECTIONS NOTE: A SEPARATE AIRFIELD WILDLIFE EXCLUSION FENCING PROJECT (BY OTHERS) COULD POTENTIALLY BE OCCURING AT THE SAME TIME AS THE PROPOSED PROJECT. THE FENCING CONTRACTOR IS UTILIZING A SIMILAR STAGING/STORAGE AREA AS IS SHOWN IN THESE PLANS. THE CONTRACTOR FOR THIS PROPOSED PROJECT SHALL BE RESPONSIBLE FOR COORDINATING WORK SUCH THAT IT DOES NOT IMPEDE THE PROGRESS OF THE FENCING CONTRACTOR. IF THE STAGING/STORAGE AREA NEEDS TO BE RELOCATED TO ANOTHER PORTION OF THE INFIELD SECTION OF THE ENTRANCE ROAD, PLEASE CONSULT WITH THE PROJECT REPRESENTATIVE AND ENGINEER BEFORE DOING SO. CITY OF AMES PROJECT NUMBER: 385-7080-439 03/14/2025 6 EXISTING TOPOGRAPHIC SYMBOLS DRIVEWAY HATCH PATTERNS GRADING INFORMATION 952 950 952 950 1:4 HMA PAVEMENT F F F F E E E E G G G G XXXXXXXXXXXX EXISTING PRIVATE UTILITY LINES STORM SEWER RECTANGULAR CASTING STORM SEWER CIRCULAR CASTING STORM SEWER FLARED END / APRON CURB BOX FIRE HYDRANT MANHOLE WATER REDUCER WATER BEND PROPOSED TOPOGRAPHIC SYMBOLS CLEANOUT LIFT STATION RIP RAP OE OE OE OE C C C C DRAINAGE FLOW BENCH BUSH CATCH BASIN CIRCULAR CASTING CURB STOP CATCH BASIN RECTANGULAR CASTING SIGNAL CONTROL CABINET CLEAN OUT DRINKING FOUNTAIN FLARED END / APRON FLAG POLE FUEL PUMP GRILL HANDICAP SPACE HANDHOLE FIRE HYDRANT MAILBOX MANHOLE-HEAT MANHOLE-ELECTRIC MANHOLE-GAS MANHOLE-SANITARY SEWER MANHOLE-STORM SEWER MANHOLE-COMMUNICATION MANHOLE-UTILITY PEDESTRIAN PUSH BUTTON PEDESTAL-ELECTRIC PEDESTAL-COMMUNICATION VALVE POST INDICATOR PARKING METER LIGHT POLE POLE-UTILITY POST PICNIC TABLE RAILROAD SIGNAL POLE REGULATION STATION GAS TREE-DECIDUOUS SATELLITE DISH SIGN TRAFFIC WATER SPIGOT IRRIGATION SPRINKLER HEAD IRRIGATION VALVE BOX TREE STUMP TELEPHONE BOOTH TRANSFORMER-ELECTRIC TREE-DEAD TRASH CAN TRAFFIC SIGNAL VALVE WETLAND WELL TREE-CONIFEROUS GUY WIRE ANCHOR LIFT STATION LIFT STATION CONTROL PANEL MANHOLE-WATER BASKETBALL POST CULVERT END SOIL BORING ABBREVIATIONS A ALGEBRAIC DIFFERENCE ADJ ADJUST ALT ALTERNATE B-B BACK TO BACK BLDG BUILDING BMP BEST MANAGEMENT PRACTICE BR BEGIN RADIUS BV BUTTERFLY VALVE CB CATCH BASIN C&G CURB AND GUTTER CIP CAST IRON PIPE CIPP CURED-IN-PLACE PIPE CL CENTER LINE CL.CLASS CMP CORRUGATED METAL PIPE C.O.CHANGE ORDER COMM COMMUNICATION CSP CORRUGATED STEEL PIPE CLVT CULVERT DIA DIAMETER DIP DUCTILE IRON PIPE DWY DRIVEWAY E EXTERNAL CURVE DISTANCE ESMT EASEMENT ELEC ELECTRIC ELEV/EL ELEVATION EOF EMERGENCY OVERFLOW ER END RADIUS EX EXISTING FES FLARED END SECTION F-F FACE TO FACE FF FINISHED FLOOR F&I FURNISH AND INSTALL FM FORCEMAIN FO FIBER OPTIC F.O.FIELD ORDER GRAN GRANULAR GRAV GRAVEL GU GUTTER GV GATE VALVE HDPE HIGH DENSITY POLYETHYLENE HH HANDHOLE HMA HOT MIX ASPHALT HP HIGH POINT HWL HIGH WATER LEVEL HYD HYDRANT I INVERT K CURVE COEFFICIENT L LENGTH LO LOWEST OPENING LP LOW POINT LT LEFT MH MANHOLE MIN MINIMUM MR MID RADIUS NIC NOT IN CONTRACT NMC NON-METALLIC CONDUIT NTS NOT TO SCALE NWL NORMAL WATER LEVEL OHW ORDINARY HIGH WATER LEVEL PC POINT OF CURVE PCC PORTLAND CEMENT CONCRETE PE PERMANENT EASEMENT PED PEDESTRIAN, PEDESTAL PERF PERFORATED PIPE PERM PERMANENT PI POINT OF INTERSECTION PL PROPERTY LINE PRC POINT OF REVERSE CURVE PT POINT OF TANGENT PVC POLYVINYL CHLORIDE PIPE PVMT PAVEMENT R RADIUS RCP REINFORCED CONCRETE PIPE RET RETAINING R/W RIGHT-OF-WAY RSC RIGID STEEL CONDUIT RT RIGHT SAN SANITARY SEWER SCH SCHEDULE SERV SERVICE SHLD SHOULDER STA STATION STD STANDARD STM STORM SEWER TC TOP OF CURB TE TEMPORARY EASEMENT TEMP TEMPORARY TNH TOP NUT HYDRANT TP TOP OF PIPE TYP TYPICAL VCP VITRIFIED CLAY PIPE VERT VERTICAL VPC VERTICAL POINT OF CURVE VPI VERTICAL POINT OF INTERSECTION VPT VERTICAL POINT OF TANGENT WM WATERMAIN WS WATER SERVICE AC ACRES CF CUBIC FEET CV COMPACTED VOLUME CY CUBIC YARD EA EACH EV EXCAVATED VOLUME LB POUND LF LINEAR FEET LS LUMP SUM LV LOOSE VOLUME SF SQUARE FEET SV STOCKPILE VOLUME SY SQUARE YARD UNDERGROUND FIBER OPTIC UNDERGROUND ELECTRIC UNDERGROUND GAS UNDERGROUND COMMUNICATION OVERHEAD ELECTRIC OVERHEAD COMMUNICATION OVERHEAD UTILITY 953.53 EXISTING CONTOUR MINOR EXISTING CONTOUR MAJOR PROPOSED CONTOUR MINOR PROPOSED CONTOUR MAJOR PROPOSED GRADING LIMITS / SLOPE LIMITS PROJECT LIMITS PROPOSED SPOT ELEVATION RISE:RUN (SLOPE) OC OC OC OC OU OU OU OU STORM SEWER OUTLET STRUCTURE STORM SEWER OVERFLOW STRUCTURE STA:5+67.19 980.87 TRAFFIC ARM BARRIER VENT PIPE TILE INLET TILE RISER SIREN DRIVE-THRU MICROPHONE METER ACCESS GRATE FILL PIPE DOWN SPOUT BIRD FEEDER ANTENNA AIR CONDITION UNIT 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 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 CI/ASCE 38-02, ENTITLED "STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES". UTILITIES IDENTIFIED WITH A QUALITY LEVEL OTHER THAN D: LINE TYPES FOLLOW THE FORMAT: UTILITY TYPE - QUALITY LEVEL EXAMPLE: UNDERGROUND GAS, QUALITY LEVEL A UTILITY QUALITY LEVEL (A,B,C,D) DEFINITIONS CAN BE FOUND IN CI/ASCE 38-22. UTILITY QUALITY LEVELS: LEVEL D - INFORMATION COMES SOLELY FROM EXISTING UTILITY RECORDS. LEVEL C - SURVEYING ABOVE GROUND UTILITY FACILITIES, SUCH AS MANHOLES, VALVE BOXES, ETC; AND CORRELATING THIS INFORMATION WITH EXISTING UTILITY RECORDS. LEVEL B - THE USE OF SURFACE GEOPHYSICAL TECHNIQUES TO DETERMINE THE EXISTENCE AND HORIZONTAL POSITION OF UNDERGROUND UTILITIES. 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. G-A G-A UTILITY MARKER VALVE VAULT WET WELL YARD HYDRANTY BARRICADE PERMANENT TILE OUTLET EXISTING UTILITY LINES l l l l l l l l l l >>>>> >>>>>>>>>>>>>>>>>>>> >>>>>>>> l l l l l l l l l l l l l l l l l l PROPOSED UTILITY LINES >>>>> SURVEY SYMBOLS >>>>>>>>>>>> SURVEY LINES o o o PAVEMENT MARKING AUTO SPRINKLER CONNECTION WETLAND DELINEATED MARKER CONTROLLED ACCESS BOUNDARY CENTERLINE EXISTING EASEMENT LINE PROPOSED EASEMENT LINE EXISTING LOT LINE PROPOSED LOT LINE EXISTING RIGHT-OF-WAY PROPOSED RIGHT-OF-WAY SETBACK LINE SECTION LINE BUSH LINE TREE LINE GUARD RAIL FENCE-DECORATIVE FENCE RETAINING WALL PIPE CASING WATER SERVICE WATERMAIN STORM SEWER DRAIN TILE STORM SEWER SANITARY SERVICE SANITARY SEWER FORCEMAIN WATER TEE WATER CROSS WATER SLEEVE WATER CAP / PLUG WATER VALVE EXISTING TOPOGRAPHIC LINES QUARTER LINE SIXTEENTH LINE TRAFFIC SIGNS BOLLARD TEMPORARY EASEMENT GRAVEL SIDEWALK PCC PAVEMENT LIGHT POLE VAULT WW BENCHMARK LOCATION MONUMENT FOUND CAST IRON MONUMENT CONTROL POINT STONE MONUMENT TRENCHLESS PIPE (PLAN VIEW) TRENCHLESS PIPE (PROFILE VIEW) ELECTRIC CAR CHARGE STATIONEV H F CLVT CO B B AC CP L C E G H U S D W MANHOLE-RECLAIMED WATERW M C E P Y WW WS V V U TRASH TILE G |||||||||||| >>>>>> >>>>>>>>>>>> l l l l l l l l l l l l l l l l l l >>>>>>>>>> >>>>>>>>>>>>>>>>>>>> WATER SERVICE WATERMAIN STORM SEWER DRAIN TILE STORM SEWER SANITARY SERVICE SANITARY SEWER FORCEMAIN WR WR WR WR WR WR RECLAIMED WATER SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 A 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 3 2 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR A.02 LEGEND, SYMBOLS, & GENERAL INFORMATIONFEETSCALE 0 20 40 HORZ. 7 ℄ 10' 13' OR EXTENDED IN RADII (SEE LAYOUT PLAN)10' 13' OR EXTENDED IN RADII (SEE LAYOUT PLAN) 2%2% ℄ 10' 13' OR EXTENDED IN RADII (SEE LAYOUT PLAN) 2% 10'13' 2% FULL 6" CURB FULL 6" CURB 2" DROP CURB 2" DROP CURB MATCH EXISTING MATCH EXISTING MATCH EXISTING MATCH EXISTING VARIES VARIES VARIES VARIES TYPICAL SECTION TABLE STATION FULL HEIGHT CURB LEFT FULL HEIGHT CURB RIGHT DROP CURB LEFT DROP CURB RIGHT EAST SECTION 201+99.38 TO 204+66.93 X X 204+67.43 TO 204+93.79 X X 204+94.29 TO 205+50.54 X X 205+51.04 TO 205+78.32 X X 205+78.82 TO 205+97.25 X X 205+97.97 TO 206+20.61 X X 206+21.11 TO 206+47.28 X X 206+47.91 TO 206+59.07 X X WEST SECTION 101+65.83 TO 102+12.30 X X 102+12.80 TO 103+42.30 X X 104+58.32 TO 106+63.62 X X 106+64.04 TO 106+82.15 X X 106+82.57 TO 107+42.87 X X 107+44.57 TO 107+93.58 X X 107+94.20 TO 108+45.58 X X 108+46.08 TO 108+55.13 X X 108+55.76 TO 109+04.81 X X 109+05.44 TO 109+07.09 X X REFER TO SUBDRAIN PLAN FOR LOCATION AND DEPTH REFER TO SUBDRAIN PLAN FOR LOCATION AND DEPTH REFER TO SUBDRAIN PLAN FOR LOCATION AND DEPTH REFER TO SUBDRAIN PLAN FOR LOCATION AND DEPTH 1' 1' 2' 2' 12" SUBGRADE PREPARATION 6" MODIFIED SUBBASE 7" PCC PAVEMENT 12" SUBGRADE PREPARATION 6" MODIFIED SUBBASE 7" PCC PAVEMENT 4.5" 7.5" 6" 7.5"2" 6" PCC PAVEMENT DRIVEWAY 6" MODIFIED SUBBASE 12" SUBGRADE PREPARATION R3" R3" 7"7" STANDARD SUDAS DETAILS (NO MODIFICATIONS) USE BY REFERENCE Figure No.Iowa DOT SRP Figure Title Last Revised Sheets 2010.101 ----Details of Embankments and Rebuilding Embankments 10/21/2014 1 2010.102 ----Designations of Roadway Earthwork Items 10/21/2014 1 3010.101 SW-101 Trench Bedding and Backfill Zones 4/17/2018 1 3010.102 SW-102 Rigid Gravity Pipe Trench Bedding 4/20/2021 2 4020.211 SW-211 Storm Sewer Pipe Connections 4/17/2018 1 4030.231 ----Subdrains 10/21/2014 1 4030.232 ----Subdrain Cleanouts 2020 Edition 1 4030.233 ----Subdrain Outlets 2025 Edition 1 6010.501 SW-501 Single Grate Intake 4/21/2020 1 6010.511 SW-511 Rectangular Area Intake 4/21/2020 1 6010.514 SW-514 Boxout for Grate Intakes 4/17/2018 3 6010.603 SW-603 Castings for Grate Intakes 10/16/2018 2 6010.604 SW-604 Castings for Area Intakes 4/21/2020 2 7010.101 PV-101 Joints 4/15/2025 8 7010.121 PV-121 Jointing PCC Pavement Widening 4/21/2015 1 7010.901 ----PCC Pavement Jointing 4/19/2022 1 7030.101 ----Concrete Driveway, Type A 2022 Edition 1 9040.102 ----Filter Berm and Filter Sock 2025 Edition 1 9040.119 ----Silt Fence 2025 Edition 2 9040.120 ----Stabilized Construction Exit 2025 Edition 1 11030.101 ----Temporary Mailboxes 10/18/2016 1 ANY ADDITIONAL SUBBASE EXTENSION INSTALLED BEYOND 2' SHALL BE AT THE CONTRACTOR'S EXPENSE ANY ADDITIONAL SUBBASE EXTENSION INSTALLED BEYOND 2' SHALL BE AT THE CONTRACTOR'S EXPENSE ANY ADDITIONAL SUBBASE EXTENSION INSTALLED BEYOND 2' SHALL BE AT THE CONTRACTOR'S EXPENSE ANY ADDITIONAL SUBBASE EXTENSION INSTALLED BEYOND 2' SHALL BE AT THE CONTRACTOR'S EXPENSE SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 B 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 3 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR B.01 TYPICAL SECTIONS & DETAILS 1 26' BACK-TO-BACK ROAD SECTION FULL HEIGHT CURBS 2 26' BACK-TO-BACK ROAD SECTION DROP CURBS 5 FULL HEIGHT CURB 6 DROP CURB 7 DRIVEWAY AND PARKING PCC PAVEMENT SECTION 8 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 B 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 3 7 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR B.02 TYPICAL SECTIONS & DETAILS CAP (TYP.) 8' - 0 " 6" 3' - 0 " 1'-6" DIA. GROUND LINE D D OUTSIDE AIRFIELD INSIDE AIRFIELD GALVANIZED WIRE TIES AT 1'-0" O.C. ALONG FENCE GROUND LINE SECTION D-D 2 WILDLIFE DETERRENT FENCE WITHOUT OUTRIGGERS OR SKIRT NOT TO SCALE 1 TYPICAL 8' OR CHAIN LINK FENCE WITHOUT OUTRIGGERS OR SKIRT (TERMINAL AREA ONLY) NOT TO SCALE 3" ( T Y P . ) SEE PLANS EXISTING PROPERTY LINE (WHERE APPLICABLE) WILDLIFE FENCE NOTES: 1.THIS DETAIL ONLY APPLIES TO THE TEMPORARY ACCESS THROUGH THE TERMINAL AREA FENCE IF THE WILDLIFE FENCING CONTRACTOR HAS ALREADY COMPLETED THE WORK IN THIS LOCATION. 2.THE WILDLIFE SKIRT IS AN EXTENSION OF THE CHAIN LINK OR WOVEN WIRE FABRIC ERECTED ABOVE GROUND AND SHALL BE ONE CONTINUOUS PIECE. IN AREA OF WETLAND, CONTRACTOR SHALL USE "PUSH-IN" TYPE SKIRT. SEE DETAILS. 3.CONTRACTOR SHALL NOT RESTRICT FLOW OF RUNOFF AFTER BACKFILLING THE WILDLIFE SKIRT. 4.PULL POSTS SHALL BE ERECTED BETWEEN END, CORNER, OR GATE POSTS AT INTERVALS NOT EXCEEDING REFERENCE SPECIFICATION. ADDITIONAL PULL POSTS SHALL BE ERECTED IF SO DIRECTED BY THE ENGINEER. PULL BRACE POSTS SHALL BE BRACED FROM BOTH SIDES OF THE POST. 5.SEE SPECIFICATIONS FOR GROUNDING REQUIREMENTS. 6.THE BARBED WIRE ARMS SHALL BE PER ASTM F626, TYPE 1. 7.BOTTOM TENSION WIRE SHALL BE STRETCHED TAUT FROM TERMINAL TO TERMINAL POST AND SECURELY FASTENED TO EACH INTERMEDIATE POST AT GROUND LINE. TERMINAL POST ARE THOSE AT END, CORNER, GATE, BEGINNING, OR ABRUPT VERTICAL CHANGES. 8.CONCRETE USED FOR THE CONCRETE FOOTINGS SHALL CONFORM TO P-610 SPECIFICATIONS. 9.DEPTH OF EXCAVATION SHALL BE INSPECTED AND APPROVED BY THE ENGINEER PRIOR TO PLACEMENT OF THE CHAIN LINK FENCE FABRIC WILDLIFE DETERRENT SKIRT. CAP (TYP.) 6" 3' - 0 " 1'-6" DIA. 1' DIA. 6" P-610 CONCRETE (TYP.) LINE POST MAX SPACING PER SPECIFICATIONS CORNER OR END POST (TYP.) BRACE RAIL - TIES TO ATTACH FABRIC TO BRACE RAIL (TYP.) TRUSS ROD (TYP.) TENSION WIRE NEAR GROUND LEVEL (TYP.) TOP RAIL (TYP.) WIRE CLIPS OR TIES TO ATTACH FABRIC TO POSTS AT INTERVALS NO MORE THAN 12" (TYP.) CAP (TYP.)CAP (TYP.) TENSION WIRE (TYP.) WIRE CLIPS OR TIES TO ATTACH FABRIC TO POSTS AT INTERVAL NO MORE THAN 12" (TYP.) BRACE POST OR PULL POST (TYP.) TRUSS ROD (TYP.) BRACE RAIL (TYP.) BRACE OR PULL POST MAX SPACING PER SPECIFICATIONS GROUND LINE FENCE FABRIC (TYP.) CORNER/END POST LINE POST LINE POST BRACE POST 9 ESTIMATED PROJECT QUANTITIES (BASE BID) ITEM NO.ITEM CODE ITEM UNIT QUANTITY AS-BUILT QTY. 1 1070-214 REMOVE AND RE-INSTALL MAILBOXES EA 4 2 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE CY 385 3 2010-E EXCAVATION, CLASS 13 CY 635 4 2010-G SUBGRADE PREPARATION, 12 INCH SY 3150 5 2010-J SUBBASE, MODIFIED, 6 INCHES SY 3325 6 4020-A-1 STORM SEWER, TRENCHED, PVC, 8 INCH LF 10 7 4020-A-1 STORM SEWER, TRENCHED, RCP, 15 INCH LF 20 8 4020-D REMOVAL OF STORM SEWER, RCP, 15 INCH LF 20 9 4020-D REMOVAL OF STORM SEWER, PVC, 8 INCH LF 5 10 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH LF 1270 11 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH EA 6 12 6010-B INTAKE, SW-501 EA 1 13 6010-B INTAKE, SW-511 EA 1 14 6010-E INTAKE ADJUSTMENT, MINOR EA 1 15 6010-G CONNECTION TO EXISTING INTAKE EA 2 16 6010-H REMOVE INTAKE EA 2 17 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB SY 2750 18 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING GRANULAR SURFACING SY 550 19 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB SY 225 20 7030-H-2 TEMPORARY CONSTRUCTION ACCESS INSTALL AND REMOVE, GRANULAR, CLASS A ROADSTONE, 12 INCH DEEP LS 1 21 7040-H PAVEMENT REMOVAL, HMA SY 2050 22 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER)SY 300 23 7040-I CURB AND GUTTER REMOVAL LF 1550 24 8030-A TEMPORARY TRAFFIC CONTROL LS 1 25 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS EA 2 26 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN AC 0.6 27 9010-E WARRANTY LS 1 28 9040-A-1 SWPPP PREPARATION LS 1 29 9040-A-2 SWPPP MANAGEMENT LS 1 30 9040-D-1 FILTER SOCK, 9 INCH LF 2250 31 9040-D-2 FILTER SOCKS, REMOVAL LF 2250 32 9040-T-1 INLET PROTECTION DEVICE, INTAKE EA 6 33 11010-A CONSTRUCTION SURVEY LS 1 34 11020-A MOBILIZATION LS 1 35 11030-A MAINTENANCE OF POSTAL SERVICE LS 1 36 11050-A CONCRETE WASHOUT LS 1 ESTIMATED PROJECT QUANTITIES (ALTERNATE BID A) ITEM NO.ITEM CODE ITEM UNIT QUANTITY AS-BUILT QTY. A1 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE CY 200 A2 2010-E EXCAVATION, CLASS 13 CY 400 A3 2010-G SUBGRADE PREPARATION, 12 INCH SY 1675 A4 2010-J SUBBASE, MODIFIED, 6 INCHES SY 1775 A5 4020-A-1 STORM SEWER, TRENCHED, PVC, 12 INCH LF 10 A6 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH LF 925 A7 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH EA 4 A8 6010-B INTAKE, SW-501 EA 1 A9 6010-E INTAKE ADJUSTMENT, MINOR EA 1 A10 6010-G CONNECTION TO EXISTING INTAKE EA 2 A11 6010-H REMOVE INTAKE EA 1 A12 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB SY 1425 A13 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING 4" GRANULAR SURFACING SY 250 A14 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB SY 150 A15 7040-H PAVEMENT REMOVAL, HMA SY 925 A16 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER)SY 175 A17 7040-I CURB AND GUTTER REMOVAL LF 915 A18 8030-A TEMPORARY TRAFFIC CONTROL LS 1 A19 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS EA 1 A20 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN AC 0.2 A21 9010-E WARRANTY LS 1 A22 9040-D-1 FILTER SOCK, 9 INCH LF 750 A23 9040-D-2 FILTER SOCKS, REMOVAL LF 750 A24 9040-T-1 INLET PROTECTION DEVICE, INTAKE EA 3 A25 11010-A CONSTRUCTION SURVEY LS 1 A26 11020-A MOBILIZATION LS 1 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 C 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 4 4 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR C.01 QUANTITIES & ESTIMATE REFERENCE INFORMATION 10 ESTIMATE REFERENCE INFORMATION (BASE BID) ITEM NO. ITEM CODE DESCRIPTION 1 1070-214 REMOVE AND RE-INSTALL MAILBOXES WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 1070 AND THE PLANS. CONTRACTOR SHALL REMOVE EXISTING MAILBOXES LOCATED ALONG THE AIRPORT ENTRANCE ROAD TO ALLOW FOR INSTALLATION OF THE PROPOSED IMPROVEMENTS. REMOVED MAILBOXES SHALL BE STORED BY THE CONTRACTOR UNTIL THEY CAN BE REINSTALLED. AFTER COMPLETION OF THE IMPROVEMENTS THE CONTRACTOR SHALL RE-INSTALL MAILBOXES IN A SIMILAR LOCATION AS THEY CURRENTLY ARE. EXACT LOCATION TO BE DETERMINED BY CONSTRUCTION PROJECT REPRESENTATIVE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH MAILBOX REMOVED AND REPLACED. 2 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE TOPSOIL WITHIN THE GRADING LIMITS OF THE PROJECT SHALL BE STRIPPED TO A DEPTH OF 6 INCHES, SALVAGED, AND RESPREAD AT A MINIMUM DEPTH OF 4 INCHES. ITEM INCLUDES HAULING OFF SITE TO STORE AND HAULING BACK IN IF NEEDED. REFER TO THE EXCAVATION BID ITEMS FOR CALCULATION OF BID ITEM QUANTITY. METHOD OF PAYMENT SHALL BE PER CUBIC YARD AT THE CONTRACT QUANTITY. NO MEASUREMENT SHALL BE MADE FOR THIS ITEM UNLESS PLAN CHANGES ARE MADE. 3 2010-E EXCAVATION, CLASS 13 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. THIS ITEM SHALL INCLUDE REMOVAL AND RESHAPING OF EXISTING MATERIAL TO FINISHED SUBGRADE ELEVATION, AND MANIPULATION OF TOPSOIL. 6 INCHES OF TOPSOIL SHALL BE STRIPPED FROM THE PROJECT SITE AND 4 INCHES SHALL BE RESPREAD. BASIS OF PAYMENT SHALL BE TEMPLATE QUANTITIES AS FOLLOWS: EARTHWORK TOPSOIL CUT = 635 CY STRIP = 385 CY FILL + 30% = 320 CY RESPREAD + 30% = 360 CY WASTE, OFF-SITE = 315 CY WASTE, ON-SITE = 25 CY ALL EXCESS MATERIAL TO BECOME THE PROPERTY OF THE CONTRACTOR AND HAULED OFF SITE. TOPSOIL SHALL BE PLACED AND SPREAD TO A MINIMUM THICKNESS OF 4 INCHES IN ALL DISTURBED TURF AREAS. 4 2010-G SUBGRADE PREPARATION, 12 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. PRIOR TO SUBGRADE PERPARATION, THE SUBGRADE AREA SHALL BE PROOF ROLLED TO CONFIRM STABILITY. SUBGRADE SHALL BE SCARIFIED AND RECOMACTED TO A 12 INCHES THICKNESS AND 1 FOOT OUTSIDE THE EDGE OF PAVEMENT. SUBGRADE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBGRADE PREPARATION PERFORMED. 5 2010-J SUBBASE, MODIFIED, 6 INCHES WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. MODIFIED SUBBASE SHALL BE CONSTRUCTED TO 6 INCHES THICKNESS AND 2 FEET OUTSIDE THE EDGE OF PAVEMENT. SUBBASE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBBASE INSTALLED. 6 4020-A-1 STORM SEWER, TRENCHED, PVC, 8 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. TRENCH EXCAVATION; DEWATERING; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; JOINT WRAPPING; WYES AND OTHER FITTINGS; PIPE JOINTS; TESTING; AND INSPECTION SHALL BE CONSIDERED INCIDENTAL. MATERIALS AND INSTALLATION OF CONNECTING MATERIALS TO ALLOW FOR CONNECTION TO EXISTING PIPES SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE INSTALLED. 7 4020-A-1 STORM SEWER, TRENCHED, RCP, 15 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. TRENCH EXCAVATION; DEWATERING; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; JOINT WRAPPING; WYES AND OTHER FITTINGS; PIPE JOINTS; TESTING; AND INSPECTION SHALL BE CONSIDERED INCIDENTAL. MATERIALS AND INSTALLATION OF CONNECTING MATERIALS TO ALLOW FOR CONNECTION TO EXISTING PIPES SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE INSTALLED. 8 4020-D REMOVAL OF STORM SEWER, RCP, 15 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. REMOVAL, DISPOSAL, AND CAPPING (IF SPECIFIED) OF PIPE; AND FURNISHING, PLACING, AND COMPACTING BACKFILL MATERIAL SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE REMOVED. 9 4020-D REMOVAL OF STORM SEWER, PVC, 8 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. REMOVAL, DISPOSAL, AND CAPPING (IF SPECIFIED) OF PIPE; AND FURNISHING, PLACING, AND COMPACTING BACKFILL MATERIAL SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE REMOVED. 10 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, FURNISHING SUBDRAIN MATERIALS INCLUDING PIPE, FITTINGS AND OTHER CONNECTIONS, ENGINEERING FABRIC, POROUS BACKFILL MATERIAL, AND ANY LABOR REQUIRED SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF SUBDRAIN INSTALLED. 11 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, POROUS BACKFILL, MATERIALS REQUIRED FOR SUBDRAIN CLEANOUT, RISER PIPES, SUBDRAIN CLEANOUT CASTINGS, PCC CLEANOUT PADS, REINFORCEMENT REQUIRED PER THE PLANS, AND ENGINEERING FABRIC SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SUBDRAIN CLEANOUT INSTALLED. 12 6010-B INTAKE, SW-501 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. EXCAVATION; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; BASE; STRUCTURAL CONCRETE; REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; CASTINGS; AND ADJUSTMENT RINGS SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE INSTALLED. 13 6010-B INTAKE, SW-511 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. EXCAVATION; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; BASE; STRUCTURAL CONCRETE; REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; CASTINGS; AND ADJUSTMENT RINGS SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE INSTALLED. 14 6010-E INTAKE ADJUSTMENT, MINOR WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. FURNISHING AND INSTALLING EACH INTAKE EXTENSION RING AND REINSTALLING THE CASTING LID SHALL BE CONSIDERED INCIDENTAL. IF A DIFFERENT CASTING IS REQUIRED TO COMPLETE THE INTENT OF THE IMPROVEMENT IT SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE ADJUSTED. 15 6010-G CONNECTION TO EXISTING INTAKE WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. CONNECTION OF PROPOSED STORM SEWER PIPE OR SUBDRAIN TO AN EXISTING STRUCTURE INCLUDING BUT NOT LIMITED TO, CORE DRILLING STRUCTURE TO ACCEPT PIPE, CONCRETE COLLARS FOR CONNECTION INCLUDING MESH REINFORCEMENT, AND ANY GROUTING OF THE INTERIOR OF THE STRUCTURE AFTER INSTALLATION SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. REMOVAL AND REPLACEMENT OF INVERT AS NECESSARY IS INCIDENTAL TO THIS BID ITEM. 16 6010-H REMOVE INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE REMOVED. 17 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7010 AND THE PLANS. CONCRETE SHALL BE AN IOWA DOT C MIX WITH MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CURB AND GUTTER SECTION IS INCLUDE IN THE AREA OF THIS ITEM AND SHALL BE INCIDENTAL TO PAVEMENT CONSTRUCTION. REINFORCEMENT SHALL BE EPOXY COATED. 6 INCH MODIFIED SUBBASE SHALL BE PLACED UNDER THE PAVEMENT AND IS PAID FOR UNDER A SEPARATE BID ITEM. NO ADDITIONAL PAYMENT FOR COLD WEATHER PAVING OPERATIONS. FINAL TRIMMING OF SUBGRADE OR SUBBASE, INTEGRAL CURB, BARS AND REINFORCEMENT, JOINTS AND SEALING, SURFACE CURING AND PAVEMENT PROTECTION, SAFETY FENCING, CONCRETE FOR RIGID HEADERS, AND BOXOUTS FOR FIXTURES SHALL BE INCIDENTAL TO THIS ITEM. ALL JOINTS SHALL BE CONSTRUCTED, SAWED, AND SEALED AS SHOWN ON THE PROJECT PLANS. CRACKED PANELS SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR’S EXPENSE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT INSTALLED. 18 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING GRANULAR SURFACING WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. DEPTH OF EXISTING GRANULAR SURFACING IS ASSUMED TO BE 4 INCHES, HOWEVER IF DEEPER, THE ADDITIONAL DEPTH SHALL BE CONSIDERED INCIDENTAL FOR REMOVAL, RESPREAD OR HAULING OFF SITE. IF EXISTING QUANTITY IS REQUIRED TO PLACE A 6 INCH LIFT OF GRANULAR SURFACING FOR ALTERNATE BID A, THE REMOVED MATERIAL SHALL BE UTILIZED AND ANY EXCESS SHALL BE DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF EXISTING GRANULAR SURFACING REMOVED WITHIN THE PROJECT LIMITS AS IDENTIFIED IN THE PLANS. HANDLING, STOCKPILING, AND PLACEMENT AT OTHER LOCATIONS WITHIN THE PROJECT LIMITS SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. 19 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. CONCRETE WILL BE AN IOWA DOT C OR M MIX WITH A MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CONCRETE TESTING WILL BE PROVIDED BY THE OWNER. NO EXTRA PAYMENT FOR COLD WEATHER PAVING. METHOD OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PCC DRIVEWAY PAVING AS MEASURED IN THE FIELD. 20 7030-H-2 TEMPORARY CONSTRUCTION ACCESS INSTALL AND REMOVE, GRANULAR, CLASS A ROADSTONE, 12 INCH DEEP WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. EXCAVATION, PREPARATION OF SUBGRADE, ENGINEERING FABRIC, CLASS A ROADSTONE GRANULAR SURFACING, AND REMOVAL OF ALL ITEMS SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. RESTORATION OF TEMPORARY CONSTRUCTION ACCESS SHALL ALSO BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF PAYMENT SHALL BE LUMP SUM. 21 7040-H PAVEMENT REMOVAL, HMA WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT REMOVED. 22 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER) WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. REMOVAL OF PCC AREAS SHALL INCLUDE ANY CURB AND GUTTER SECTIONS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PAVEMENT REMOVED. 23 7040-I CURB AND GUTTER REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. SAWING, BREAKING, REMOVING, AND DISPOSING OF EXISTING CURB AND GUTTER SHALL BE CONSIDERED INCIDENTAL. CURB AND GUTTER SHALL BE PROPERLY DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF CURB AND GUTTER REMOVED. 24 8030-A TEMPORARY TRAFFIC CONTROL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8030 AND THE PLANS. THIS BID ITEM SHALL INCLUDE ALL IDENTIFIED TRAFFIC CONTROL ITEMS REQUIRED PER THE PLANS. BASIS OF PAYMENT SHALL BE LUMP SUM. 25 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8040 AND THE PLANS. REMOVING THE SIGN AND POST, FILLING THE POST HOLE, STORING AND MAINTAINING THE SIGN AND POST IN GOOD CONDITION, REINSTALLING THE SIGN AND POST, REPLACING SIGNS AND POSTS DESIGNATED FOR REINSTALLATION THAT HAVE BEEN DAMAGED IS THE CONTRACTOR’S RESPONSIBILITY AND SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SIGN REMOVED AND REINSTALLED. 26 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. 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 ITEM. 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 (INCLUDING STAGING AND STORAGE AREAS AS WELL AS HAUL ROUTES) SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AT NO ADDITIONAL COST TO OWNER. THE SEEDING RATE SHALL BE AT LEAST 260 LBS/ACRE. APPLY A 6-24-24, NITROGEN, PHOSPHATE, POTASH, COMMERCIAL FERTILIZER OR EQUIVALENT AT THE RATE OF 300 LBS PER ACRE. APPLY MULCHING PER MANUFACTURES RECOMMENDATIONS. NO ADDITIONAL PAYMENTS WILL BE MADE FOR RESEEDED AREAS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER ACRE SEEDED. 27 9010-E WARRANTY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. ALL WORK REQUIRED TO CORRECT ANY DEFECTS IN THE ORIGINAL PLACEMENT OF THE SEEDING FOR THE PERIOD OF TIME DESIGNATED SHALL BE INCIDENTAL. THIS BID ITEM SHALL ENSURE THAT A PROPER STAND OF GRASS IS ESTABLISHED. BASIS OF PAYMENT SHALL BE PER LUMP SUM. 28 9040-A-1 SWPPP PREPARATION WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SWPPP PLAN PREPARATION AND SUBMISSION OF SWPPP PERMIT. DEVELOPMENT OF A SWPPP BY THE CONTRACTOR MEETING LOCAL AND STATE AGENCY REQUIREMENTS, FILING THE REQUIRED PUBLIC NOTICES, FILING A NOTICE OF INTENT FOR COVERAGE OF THE PROJECT UNDER THE IOWA DNR NPDES GENERAL PERMIT NO. 2, AND PAYMENT OF ASSOCIATED NPDES PERMIT FEES SHALL BE CONSIDERED INCIDENTAL. BASIS OF PAYMENT SHALL BE LUMP SUM. 29 9040-A-2 SWPPP MANAGEMENT WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SWPPP MANAGEMENT. ALL WORK REQUIRED TO COMPLY WITH THE ADMINISTRATIVE PROVISIONS OF THE IOWA DNR NPDES GENERAL PERMIT NO. 2; INCLUDING BUT NOT LIMITED TO, RECORD KEEPING, DOCUMENTATION, UPDATING THE SWPPP PLAN SHEETS, FILING THE NOTICE OF DISCONTINUATION, AND WEEKLY INSPECTIONS , UNLESS OTHERWISE SPECIFIED IN THE CONTRACT DOCUMENTS, SHALL BE INCIDENTAL. ALL DOCUMENTATION SHALL BE KEPT ON SITE IN A MAILBOX OR SIMILAR STORAGE CONTAINER THAT IS CLEARLY MARKED. BASIS OF PAYMENT SHALL BE LUMP SUM. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 C 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 4 5 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR C.02 QUANTITIES & ESTIMATE REFERENCE INFORMATION 11 30 9040-D-1 FILTER SOCK, 9 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. ANCHORING STAKES SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT INSTALLED. 31 9040-D-2 FILTER SOCKS, REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. RESTORATION OF THE AREA TO FINISHED GRADE AND OFF SITE DISPOSAL OF FILTER SOCKS AND ACCUMULATED SEDIMENT SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT REMOVED. 32 9040-T-1 INLET PROTECTION DEVICE, INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SELECTING THE MOST EFFECTIVE TYPE OF INLET PROTECTION DEVICE. THIS ITEM SHALL ALSO INCLUDE REMOVAL OF DEBRIS AND REMOVAL OF DEVICE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INLET PROTECTION DEVICE INSTALLED. 33 11010-A CONSTRUCTION SURVEY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11010. THIS ITEM SHALL BE PAID BY LUMP SUM, AND SHALL INCLUDE ALL SURVEY NECESSARY FOR THE LAYOUT AND CONSTRUCTION OF THE PROJECT. 34 11020-A MOBILIZATION WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11020. THIS ITEM IS FOR ALL PREPARATORY WORK AND COSTS INCURRED BEFORE BEGINNING THE WORK ON THE PROJECT AND DURING THE PROJECT. THIS ITEM SHALL ALSO INCLUDE THE COSTS FOR ANY STAGED CONSTRUCTION AND EQUIPMENT SET UP TO COMPLETE THE WORK. NO CHANGE IN CONTRACT PRICE WILL BE MADE FOR ANY COMBINATION OF ADD/ALTERNATES ADDED TO THE CONTRACT. BASIS OF PAYMENT SHALL BE LUMP SUM. 35 11030-A MAINTENANCE OF POSTAL SERVICE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11030 AND THE PROJECT PLANS. CONTRACTOR SHALL COORDINATE WITH THE US POSTAL SERVICE, NOTIFY AIRPORT TENANTS OF TEMPORARY MAIL BOX LOCATIONS AND PROVIDE TEMPORARY MAILBOXES IN A LOCATION COORDINATED WITH THE AIRPORT MANAGER. CLUSTER MAILBOXES SHALL BE UTILIZED IF ALLOWED BY THE POST MASTER. BASIS OF PAYMENT SHALL BE LUMP SUM. 36 11050-A CONCRETE WASHOUT WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11050 AND THE PROJECT PLANS. CONTRACTOR SHALL PROVIDE A MEANS FOR CONCRETE WASHOUT FOR THE ENTIRETY OF THE PROJECT. BASIS OF PAYMENT SHALL BE LUMP SUM. ESTIMATE REFERENCE INFORMATION (ALTERNATE BID A) ITEM NO. ITEM CODE DESCRIPTION A1 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE TOPSOIL WITHIN THE GRADING LIMITS OF THE PROJECT SHALL BE STRIPPED TO A DEPTH OF 6 INCHES, SALVAGED, AND RESPREAD AT A MINIMUM DEPTH OF 4 INCHES. ITEM INCLUDES HAULING OFF SITE TO STORE AND HAULING BACK IN IF NEEDED. REFER TO THE EXCAVATION BID ITEMS FOR CALCULATION OF BID ITEM QUANTITY. METHOD OF PAYMENT SHALL BE PER CUBIC YARD AT THE CONTRACT QUANTITY. NO MEASUREMENT SHALL BE MADE FOR THIS ITEM UNLESS PLAN CHANGES ARE MADE. A2 2010-E EXCAVATION, CLASS 13 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. THIS ITEM SHALL INCLUDE REMOVAL AND RESHAPING OF EXISTING MATERIAL TO FINISHED SUBGRADE ELEVATION, AND MANIPULATION OF TOPSOIL. 6 INCHES OF TOPSOIL SHALL BE STRIPPED FROM THE PROJECT SITE AND 4 INCHES SHALL BE RESPREAD. BASIS OF PAYMENT SHALL BE TEMPLATE QUANTITIES AS FOLLOWS: EARTHWORK TOPSOIL CUT = 400 CY STRIP = 200 CY FILL + 30% = 75 CY RESPREAD + 30% = 145 CY WASTE, OFF-SITE = 325 CY WASTE, ON SITE = 55 CY ALL EXCESS MATERIAL TO BECOME THE PROPERTY OF THE CONTRACTOR AND HAULED OFF SITE. TOPSOIL SHALL BE PLACED AND SPREAD TO A MINIMUM THICKNESS OF 4 INCHES IN ALL DISTURBED TURF AREAS. A3 2010-G SUBGRADE PREPARATION, 12 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. PRIOR TO SUBGRADE PERPARATION, THE SUBGRADE AREA SHALL BE PROOF ROLLED TO CONFIRM STABILITY. SUBGRADE SHALL BE SCARIFIED AND RECOMACTED TO A 12 INCHES THICKNESS AND 1 FOOT OUTSIDE THE EDGE OF PAVEMENT. SUBGRADE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBGRADE PREPARATION PERFORMED. A4 2010-J SUBBASE, MODIFIED, 6 INCHES WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. MODIFIED SUBBASE SHALL BE CONSTRUCTED TO 6 INCHES THICKNESS AND 2 FEET OUTSIDE THE EDGE OF PAVEMENT. SUBBASE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBBASE INSTALLED. A5 4020-A-1 STORM SEWER, TRENCHED, PVC, 12 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. TRENCH EXCAVATION; DEWATERING; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; JOINT WRAPPING; WYES AND OTHER FITTINGS; PIPE JOINTS; TESTING; AND INSPECTION SHALL BE CONSIDERED INCIDENTAL. MATERIALS AND INSTALLATION OF CONNECTING MATERIALS TO ALLOW FOR CONNECTION TO EXISTING PIPES SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE INSTALLED. A6 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, FURNISHING SUBDRAIN MATERIALS INCLUDING PIPE, FITTINGS AND OTHER CONNECTIONS, ENGINEERING FABRIC, POROUS BACKFILL MATERIAL, AND ANY LABOR REQUIRED SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF SUBDRAIN INSTALLED. A7 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, POROUS BACKFILL, MATERIALS REQUIRED FOR SUBDRAIN CLEANOUT, RISER PIPES, SUBDRAIN CLEANOUT CASTINGS, PCC CLEANOUT PADS, REINFORCEMENT REQUIRED PER THE PLANS, AND ENGINEERING FABRIC SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SUBDRAIN CLEANOUT INSTALLED. A8 6010-B INTAKE, SW-501 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. EXCAVATION; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; BASE; STRUCTURAL CONCRETE; REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; CASTINGS; AND ADJUSTMENT RINGS SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE INSTALLED. A9 6010-E INTAKE ADJUSTMENT, MINOR WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. FURNISHING AND INSTALLING EACH INTAKE EXTENSION RING AND REINSTALLING THE CASTING LID SHALL BE CONSIDERED INCIDENTAL. IF A DIFFERENT CASTING IS REQUIRED TO COMPLETE THE INTENT OF THE IMPROVEMENT IT SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE ADJUSTED. A10 6010-G CONNECTION TO EXISTING INTAKE WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. CONNECTION OF PROPOSED STORM SEWER PIPE OR SUBDRAIN TO AN EXISTING STRUCTURE INCLUDING BUT NOT LIMITED TO, CORE DRILLING STRUCTURE TO ACCEPT PIPE, CONCRETE COLLARS FOR CONNECTION INCLUDING MESH REINFORCEMENT, AND ANY GROUTING OF THE INTERIOR OF THE STRUCTURE AFTER INSTALLATION SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. REMOVAL AND REPLACEMENT OF INVERT AS NECESSARY IS INCIDENTAL TO THIS BID ITEM. A11 6010-H REMOVE INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE REMOVED. A12 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7010 AND THE PLANS. CONCRETE SHALL BE AN IOWA DOT C MIX WITH MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CURB AND GUTTER SECTION IS INCLUDE IN THE AREA OF THIS ITEM AND SHALL BE INCIDENTAL TO PAVEMENT CONSTRUCTION. REINFORCEMENT SHALL BE EPOXY COATED. 6 INCH MODIFIED SUBBASE SHALL BE PLACED UNDER THE PAVEMENT AND IS PAID FOR UNDER A SEPARATE BID ITEM. NO ADDITIONAL PAYMENT FOR COLD WEATHER PAVING OPERATIONS. FINAL TRIMMING OF SUBGRADE OR SUBBASE, INTEGRAL CURB, BARS AND REINFORCEMENT, JOINTS AND SEALING, SURFACE CURING AND PAVEMENT PROTECTION, SAFETY FENCING, CONCRETE FOR RIGID HEADERS, AND BOXOUTS FOR FIXTURES SHALL BE INCIDENTAL TO THIS ITEM. ALL JOINTS SHALL BE CONSTRUCTED, SAWED, AND SEALED AS SHOWN ON THE PROJECT PLANS. CRACKED PANELS SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR’S EXPENSE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT INSTALLED. A13 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING 4" GRANULAR SURFACING WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. DEPTH OF EXISTING GRANULAR SURFACING IS ASSUMED TO BE 4 INCHES, HOWEVER IF DEEPER, THE ADDITIONAL DEPTH SHALL BE CONSIDERED INCIDENTAL FOR REMOVAL, RESPREAD OR HAULING OFF SITE. IF EXISTING QUANTITY IS REQUIRED TO PLACE A 6 INCH LIFT OF GRANULAR SURFACING FOR ALTERNATE BID A, THE REMOVED MATERIAL SHALL BE UTILIZED AND ANY EXCESS SHALL BE DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF EXISTING GRANULAR SURFACING REMOVED WITHIN THE PROJECT LIMITS AS IDENTIFIED IN THE PLANS. HANDLING, STOCKPILING, AND PLACEMENT AT OTHER LOCATIONS WITHIN THE PROJECT LIMITS SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. A14 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. CONCRETE WILL BE AN IOWA DOT C OR M MIX WITH A MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CONCRETE TESTING WILL BE PROVIDED BY THE OWNER. NO EXTRA PAYMENT FOR COLD WEATHER PAVING. METHOD OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PCC DRIVEWAY PAVING AS MEASURED IN THE FIELD. A15 7040-H PAVEMENT REMOVAL, HMA WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT REMOVED. A16 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER) WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. REMOVAL OF PCC AREAS SHALL INCLUDE ANY CURB AND GUTTER SECTIONS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PAVEMENT REMOVED. A17 7040-I CURB AND GUTTER REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. SAWING, BREAKING, REMOVING, AND DISPOSING OF EXISTING CURB AND GUTTER SHALL BE CONSIDERED INCIDENTAL. CURB AND GUTTER SHALL BE PROPERLY DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF CURB AND GUTTER REMOVED. A18 8030-A TEMPORARY TRAFFIC CONTROL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8030 AND THE PLANS. THIS BID ITEM SHALL INCLUDE ALL IDENTIFIED TRAFFIC CONTROL ITEMS REQUIRED PER THE PLANS. THIS ITEM SHALL ALSO INCLUDE A TEMPORARY GRANULAR ACCESS THROUGH THE TERMINAL FENCE. ADDITIONALLY, THIS ITEM SHALL INCLUDE THE REMOVAL AND REINSTALLATION OF RECENTLY INSTALLED WILDLIFE FENCING AND COORDINATION WITH THE WILDLIFE FENCING CONTRACTOR IF THEY HAVE NOT DEMOBILIZED FROM THE PROJECT SITE. BASIS OF PAYMENT SHALL BE LUMP SUM. A19 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8040 AND THE PLANS. REMOVING THE SIGN AND POST, FILLING THE POST HOLE, STORING AND MAINTAINING THE SIGN AND POST IN GOOD CONDITION, REINSTALLING THE SIGN AND POST, REPLACING SIGNS AND POSTS DESIGNATED FOR REINSTALLATION THAT HAVE BEEN DAMAGED IS THE CONTRACTOR’S RESPONSIBILITY AND SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SIGN REMOVED AND REINSTALLED. A20 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. 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 ITEM. 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 (INCLUDING STAGING AND STORAGE AREAS AS WELL AS HAUL ROUTES) SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AT NO ADDITIONAL COST TO OWNER. THE SEEDING RATE SHALL BE AT LEAST 260 LBS/ACRE. APPLY A 6-24-24, NITROGEN, PHOSPHATE, POTASH, COMMERCIAL FERTILIZER OR EQUIVALENT AT THE RATE OF 300 LBS PER ACRE. APPLY MULCHING PER MANUFACTURES RECOMMENDATIONS. NO ADDITIONAL PAYMENTS WILL BE MADE FOR RESEEDED AREAS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER ACRE SEEDED. A21 9010-E WARRANTY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. ALL WORK REQUIRED TO CORRECT ANY DEFECTS IN THE ORIGINAL PLACEMENT OF THE SEEDING FOR THE PERIOD OF TIME DESIGNATED SHALL BE INCIDENTAL. THIS BID ITEM SHALL ENSURE THAT A PROPER STAND OF GRASS IS ESTABLISHED. BASIS OF PAYMENT SHALL BE PER LUMP SUM. A22 9040-D-1 FILTER SOCK, 9 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. ANCHORING STAKES SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT INSTALLED. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 C 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 4 5 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR C.03 QUANTITIES & ESTIMATE REFERENCE INFORMATION 12 A23 9040-D-2 FILTER SOCKS, REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. RESTORATION OF THE AREA TO FINISHED GRADE AND OFF SITE DISPOSAL OF FILTER SOCKS AND ACCUMULATED SEDIMENT SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT REMOVED. A24 9040-T-1 INLET PROTECTION DEVICE, INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SELECTING THE MOST EFFECTIVE TYPE OF INLET PROTECTION DEVICE. THIS ITEM SHALL ALSO INCLUDE REMOVAL OF DEBRIS AND REMOVAL OF DEVICE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INLET PROTECTION DEVICE INSTALLED. A25 11010-A CONSTRUCTION SURVEY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11010. THIS ITEM SHALL BE PAID BY LUMP SUM, AND SHALL INCLUDE ALL SURVEY NECESSARY FOR THE LAYOUT AND CONSTRUCTION OF THE PROJECT. A26 11020-A MOBILIZATION WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11020. THIS ITEM IS FOR ALL PREPARATORY WORK AND COSTS INCURRED BEFORE BEGINNING THE WORK ON THE PROJECT AND DURING THE PROJECT. THIS ITEM SHALL ALSO INCLUDE THE COSTS FOR ANY STAGED CONSTRUCTION AND EQUIPMENT SET UP TO COMPLETE THE WORK. NO CHANGE IN CONTRACT PRICE WILL BE MADE FOR ANY COMBINATION OF ADD/ALTERNATES ADDED TO THE CONTRACT. BASIS OF PAYMENT SHALL BE LUMP SUM. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 C 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 3 : 4 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR C.04 QUANTITIES & ESTIMATE REFERENCE INFORMATION 13 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXX XXXXXXXXXXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CO CO CO CO CO CO CO CO CO CO SF SF SF SF SF SF SF SF SF SF SF SF SF SFSF SF SF SF SF SF SF SF SF SF THIS AREA TO BE FILLED WITH 4" OF DECORATIVE LANDSCAPING ROCK MATCHING THE EXISTING ROCK ADD SILT SOCK ON SOUTH SIDE OF SIDEWALK TO PREVENT SILT MIGRATION INTO THE ROADWAY 920 920 921 921 922 922 922 923 923 92 1 92 2 922 92 3 922 922 923 92 2 92 2 921 921 922 92 1 92 1 92 1 921 921 922 92 092 1 920 919 920 920 91 9 92 1 921 920919 921 92 0 920 919920921 920 92 0 92 1 921 920 920 92 1921922 921 92 2 923 923 921 921 922 922 923 921 92 2 923 92 4 924 92 3 923 921 922 923 920 919 921 922 923 919 919 919 SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SFSF SF SF SF SF SF SF SF SF SF SF SF SF SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 C E 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 4 : 0 5 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR CE.01 EROSION CONTROL PLAN R FEETSCALE 0 40 80 HORZ. LEGEND FILTER SOCKS (TYP.) GRADING LIMITS (TYP.) HYDRAULIC SEEDING (TYP.) INTAKE PROTECTION DEVICE (TYP.) STAGING/STORAGE/HAULING AND CONCRETE WASHOUT LOCATION SF SEEDING AND RESTORATION FOR TEMPORARY ACCESS ROUTE SHALL BE CONSIDERED INCIDENTAL TO OTHER PROJECT BID ITEMS AND NOT PAID FOR AS A PART OF THE SEEDING, FERTILIZING AND MULCHING BID ITEM SEEDING AND RESTORATION FOR STAGING/STORAGE AND CONCRETE WASHOUT AREA SHALL BE CONSIDERED INCIDENTAL TO OTHER PROJECT BID ITEMS AND NOT PAID FOR AS A PART OF THE SEEDING, FERTILIZING AND MULCHING BID ITEM TOTAL AREA OF DISTURBANCE INCLUDING BASE BID AND ALTERNATE BID A = 1.70 AC AREA OF DISTURBANCE BASE BID ONLY = 1.12 AC 14 TOFA TOFA TOFA TOFA TOFA lllllll l l l l l l l l l l RO F A RO F A RO F A RO F A RO F A TOF A TOFA TOFA TOFA TOFA TOFA TOFA TOF A ROF Z ROF Z ROF A ROF A ROF A ROF A X X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X Xl F F F F F F X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CO 200+0 0 201+0 0 202+0 0 203+0 0 204 + 0 0 20 5 + 0 0 20 6 + 0 0 20 7 + 0 0 20 8 + 0 0 208+60.59 BP : 2 0 0 + 0 0 . 0 0 EP: 20 8 + 6 0 . 5 9 PC: 203+70.23 PT: 204+60.51 10 0 + 0 0 10 1 + 0 0 10 2 + 0 0 10 3 + 0 0 10 4 + 0 0 105+ 0 0 106+ 0 0 10 7 + 0 0 108 + 0 0 109 + 0 0 110 + 0 0 110+98.26 BP: 100+00.00 EP: 1 1 0 + 9 8 . 2 6 PI: 102+12.30 PC: 103+70.12 PC: 106+27.45 PT: 104+32.93 PT: 107+17.18 CO CO CO CO CO CO CO CO CO CO SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 4 : 2 7 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR D.01 ENTRANCE ROAD PLAN - OVERVIEW R FEETSCALE 0 50 100 HORZ. MA T C H L I N E 1 MATCH L I N E 2 MA T C H L I N E 3 MATC H L I N E 4 15 910 915 920 925 930 935 940 945 910 915 920 925 930 935 940 945 99+00 100+00 101+00 102+00 103+00 104+00 105+00 91 9 . 0 91 8 . 7 91 9 . 5 92 1 . 5 92 3 . 2 92 3 . 4 92 3 . 5 92 3 . 6 92 3 . 6 92 3 . 5 92 3 . 6 92 3 . 5 92 3 . 2 92 3 . 1 92 2 . 9 92 2 . 8 92 2 . 7 92 0 . 6 8 92 2 . 0 6 92 2 . 9 4 92 3 . 3 1 92 3 . 4 4 92 3 . 5 6 92 3 . 6 9 92 3 . 8 1 92 3 . 6 0 92 3 . 1 9 92 3 . 0 5 92 2 . 9 5 92 2 . 7 9 92 2 . 6 3 1.52%6.52% 0.50%-0.82%-0.66% VPI: 101+53.20 EL: 919.60 VP I : 1 0 3 + 5 0 . 0 0 EL : 9 2 3 . 8 1 VP I : 1 0 4 + 7 0 . 0 0 EL : 9 2 2 . 8 3 VPI: 102+12.50 EL: 923.13 A = -6.02% K = 12.46 L=75'VPI: 101+60 EL: 919.70 A = 5.00% K = 2.00 L=10' VP C : 1 0 1 + 7 5 EL : 9 2 0 . 6 8 VP T : 1 0 1 + 6 5 EL : 9 2 0 . 0 3 VP T : 1 0 2 + 5 0 EL : 9 2 3 . 3 1 VP C : 1 0 1 + 5 5 EL : 9 1 9 . 6 3 PROPOSED CENTERLINE ELEVATION EXISTING CENTERLINE ELEVATION PROPOSED CENTERLINE PROFILE EXISTING CENTERLINE PROFILE E E E E E E E E E E E E E E E E E E l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D >> >> >> >> >> >> >> >> >> l lll >> >> >> C-D - L U M E N C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N F- D - W I N D S T R E A M F-D - W I N D S T R E A M F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WIN D S T R E A M F-D- W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N F-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONET X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X V C CV V 201 + 0 0 202 + 0 0 100+00 101+00 102+00 103+00 104+0 0 105 + 0 0 BP : 1 0 0 + 0 0 . 0 0 PI : 1 0 2 + 1 2 . 3 0 PC: 103+70.12 PT: 104+32.93 >>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> CO CO >> >> >> >> >> >> >> >> >> >> >> >> >> >> CO CO CO CO 92 3 92 3 92 3 92 3 92 3 923 92 3 924 924 923 923 92 0 92 0 92 1 92 1 92 2 92 2 923 923 921 922 92 3 920 92 1 922 921 92 2 92 2 92 3 92 3 923 923 92 3 923 923 92 3 92 4 924 922 92 3 92 1 92 2 923 92 0 92 0 91 9 91 9 921 92 1 92 2 92 2 923 92 3 923 92 3 92 4 924 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 4 : 3 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR D.02 ENTRANCE ROAD PLAN & PROFILE R FEETSCALE 0 20 40 HORZ. GRADING LMITS (TYP.) MATC H L I N E 1 MATC H L I N E 3 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO DETAILED GRADING PLANS FOR INFORMATION IF ONLY THE BASE BID IS SELECTED. 3.REFER TO SITE GEOMETRIC LAYOUT AND TYPICAL DETAILS FOR LOCATIONS OF TYPICAL SECTION BEGINNING AND END AS WELL AS DROP CURB LOCATIONS. 16 910 915 920 925 930 935 910 915 920 925 930 935 200+00 201+00 202+00 203+00 204+00 205+00 206+00 92 3 . 9 92 3 . 8 92 3 . 9 92 3 . 1 92 3 . 2 92 3 . 0 92 2 . 9 92 2 . 8 92 2 . 7 92 2 . 5 92 2 . 4 92 2 . 2 92 2 . 0 92 2 . 0 92 1 . 8 92 1 . 6 92 1 . 5 92 1 . 5 92 1 . 4 92 1 . 3 92 1 . 4 92 1 . 5 92 1 . 7 92 3 . 7 5 92 3 . 1 8 92 3 . 2 4 92 3 . 1 3 92 2 . 9 3 92 2 . 8 2 92 2 . 7 0 92 2 . 5 9 92 2 . 4 7 92 2 . 3 6 92 2 . 2 4 92 2 . 1 3 92 2 . 0 1 92 1 . 9 0 92 1 . 7 8 92 1 . 6 7 92 1 . 5 5 92 1 . 5 3 92 1 . 6 6 92 1 . 7 9 92 1 . 9 2 PROPOSED CENTERLINE PROFILE EXISTING CENTERLINE PROFILE PROPOSED CENTERLINE ELEVATION EXISTING CENTERLINE ELEVATION REFER TO STORM SEWER PLAN & PROFILE REFER TO STORM SEWER PLAN & PROFILE -0.80% -0.46%0.52% VP I : 2 0 1 + 7 3 . 9 8 EL : 9 2 3 . 1 4 VP I : 2 0 2 + 0 0 . 0 0 EL : 9 2 2 . 9 3 VP I : 2 0 5 + 1 5 . 5 2 EL : 9 2 1 . 4 8 E E E E E E E E E E E XXXXXXX X X X X X X X X X X X X X X X X X X X X X X X E E E E E E E E E E EE E l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l llllllllllllllllll l l l l ll l l l l l l l l l l l l l > > > > > > > > > > > > > > > > > > > > > > > G- D G- D G- D G- D G- D G- D G-D G-D G- D G- D C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S l C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N G-D G-D G-D G-D F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D- W I N D S T R E A M F-D-WIN D S T R E A M F-D-WINDSTREA M F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D - W I N D S T R E A M F-D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-L U M E N C-D-L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T G-DG-DG-DG-D G- D G- D G- D G- D G- D G- D G- D X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CV V V 200+00 201+00 202+00 203+00 204+ 0 0 20 5 + 0 0 BP : 2 0 0 + 0 0 . 0 0 PC: 203+70.23 PT: 204+60.51 103 + 0 0 10 4 + 0 0 10 5 + 0 0 PC: 103+70.12 PT: 104+32.93 >>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> CO CO >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> CO CO CO CO 922923923 923 923 922 922 922 922923 923 923 924 924 92 3 923 92 1 923 923 923 92 3 92 3 923 923 923 923 924 924 922 92 3 923 923 924 92 4 92 0 920 919 921 92 1 920 919 921922 922 921 921 922 920 92 1 92 2 922 92 0 BASE BID PROJECT ENDS BASE BID TIE-IN LOCATION STA:104+70.00 REFER TO DETAILED GRADING PLAN SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 4 : 3 3 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR D.03 ENTRANCE ROAD PLAN & PROFILE R FEETSCALE 0 20 40 HORZ. GRADING LMITS (TYP.) MA T C H L I N E 1 MATCH LINE 2 MATC H L I N E 3 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO DETAILED GRADING PLANS FOR INFORMATION IF ONLY THE BASE BID IS SELECTED. 3.REFER TO SITE GEOMETRIC LAYOUT AND TYPICAL DETAILS FOR LOCATIONS OF TYPICAL SECTION BEGINNING AND END AS WELL AS DROP CURB LOCATIONS. 17 910 915 920 925 930 935 910 915 920 925 930 935 203+00 204+00 205+00 206+00 207+00 208+00 209+00 92 2 . 4 92 2 . 2 92 2 . 0 92 2 . 0 92 1 . 8 92 1 . 6 92 1 . 5 92 1 . 5 92 1 . 4 92 1 . 3 92 1 . 4 92 1 . 5 92 1 . 7 92 1 . 7 92 1 . 8 92 1 . 5 92 2 . 4 7 92 2 . 3 6 92 2 . 2 4 92 2 . 1 3 92 2 . 0 1 92 1 . 9 0 92 1 . 7 8 92 1 . 6 7 92 1 . 5 5 92 1 . 5 3 92 1 . 6 6 92 1 . 7 9 92 1 . 9 2 92 1 . 9 2 92 1 . 7 9 92 1 . 6 8 -0.35% PROPOSED CENTERLINE ELEVATION EXISTING CENTERLINE ELEVATION PROPOSED CENTERLINE PROFILE EXISTING CENTERLINE PROFILE REFER TO STORM SEWER PLAN & PROFILE REFER TO STORM SEWER PLAN & PROFILE -0.50%-0.46%0.52% VP I : 2 0 5 + 1 5 . 5 2 EL : 9 2 1 . 4 8 VP I : 2 0 6 + 1 2 . 5 0 EL : 9 2 1 . 9 8 VP I : 2 0 6 + 5 9 . 0 7 EL : 9 2 1 . 7 5 E E E E E E E E E EE E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E l l l l l l >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> E E E E E E E E E X X X X X X X E E E E E E E E E E E X X X X X X X XXXXXXXXXXXXXX X X X X XX E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E l l l l l l l l l l l l l l llllllllllllllllllllllllllllll l l l l l l l l l l ll l > > > > > > > > > > > > > > > >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> > > > > G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-D G-D G-D G-D G-D G-D C C C C C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D - I C S C-D - I C S C-D - I C S C-D - I C S C- D - I C S C- D - I C S > > l C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D- L U M E N C-D- L U M E N C l G- D G- D G- D G- D E E E E E E E G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G-D F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F-D-W I N D S T R E A M F-D- W I N D S T R E A M F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C-D - L U M E N C-D - L U M E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D- L U M E N C-D- L U M E N C-D- L U M E N G- D G- D G- D G- D G-D G-D G-D G-D G-D G-D G-D V VC V V CO >> >> >> >> >> 20 4 + 0 0 205+00 206+00 207+00 208+00 208+60.59 EP : 2 0 8 + 6 0 . 5 9 PC: 203+70.23 PT: 204+60.51 110+98.26 EP: 1 1 0 + 9 8 . 2 6 >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>>>>CO CO 92 2 92 2 92 2 92 2 92 2 921 921 922922 921 921 920 920 920 92 0 92 0 921 921 921 921 921 921 921 921 922 920 92 0 92 0 92 0 91 9 91 9 91 9 92 1 92 1 921 92 1 92 0 91 9 92 1 92 2 92 2 921 92 1 922 920 921 922 92 2 920 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 4 : 3 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR D.04 ENTRANCE ROAD PLAN & PROFILE R FEETSCALE 0 20 40 HORZ. GRADING LMITS (TYP.)MA T C H L I N E 2 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO DETAILED GRADING PLANS FOR INFORMATION IF ONLY THE BASE BID IS SELECTED. 3.REFER TO SITE GEOMETRIC LAYOUT AND TYPICAL DETAILS FOR LOCATIONS OF TYPICAL SECTION BEGINNING AND END AS WELL AS DROP CURB LOCATIONS. 18 910 915 920 925 930 935 940 945 910 915 920 925 930 935 940 945 102+00 103+00 104+00 105+00 106+00 107+00 108+00 92 3 . 2 92 3 . 4 92 3 . 5 92 3 . 6 92 3 . 6 92 3 . 5 92 3 . 6 92 3 . 5 92 3 . 2 92 3 . 1 92 2 . 9 92 2 . 8 92 2 . 7 92 2 . 6 92 2 . 4 92 2 . 3 92 2 . 1 92 2 . 0 92 1 . 8 92 1 . 6 92 1 . 3 92 1 . 1 92 1 . 2 92 1 . 4 92 1 . 6 92 2 . 0 6 92 2 . 9 4 92 3 . 3 1 92 3 . 4 4 92 3 . 5 6 92 3 . 6 9 92 3 . 8 1 92 3 . 6 0 92 3 . 1 9 92 3 . 0 5 92 2 . 9 5 92 2 . 7 9 92 2 . 6 3 92 2 . 4 6 92 2 . 2 9 92 2 . 1 3 92 1 . 9 6 92 1 . 7 9 92 1 . 6 3 92 1 . 4 6 92 1 . 3 0 92 1 . 1 3 92 1 . 0 7 92 1 . 1 7 92 1 . 2 8 0.50%-0.82% -0.66% 0.41% VPI: 102+12.50 EL: 923.13 A = -6.02% K = 12.46 L=75' VP T : 1 0 2 + 5 0 EL : 9 2 3 . 3 1 PROPOSED CENTERLINE ELEVATION EXISTING CENTERLINE ELEVATION PROPOSED CENTERLINE PROFILE EXISTING CENTERLINE PROFILE REFER TO STORM SEWER PLAN & PROFILE REFER TO STORM SEWER PLAN & PROFILE AND SUBDRAIN PLAN VP I : 1 0 3 + 5 0 . 0 0 EL : 9 2 3 . 8 1 VP I : 1 0 4 + 7 0 . 0 0 EL : 9 2 2 . 8 3 VP I : 1 0 7 + 4 0 . 0 0 EL : 9 2 1 . 0 3 REFER TO DETAILED GRADING PLAN FOR SLOPES AND ELEVATIONS FOR THIS AREA l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l G- D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D C- D - I C S C-D-L U M E N C-D-L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMEN C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N >>>>>>>>>>>>>> > > > > > F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M C- D - L U M E N C- D - L U M E N C- D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CV C V 201 + 0 0 202 + 0 0 10 3 + 0 0 104+ 0 0 105+00 106+00 10 7 + 0 0 PC: 103+70.12 PC: 106+27.45 PT: 104+32.93 PT: 107+17.18 >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> CO CO >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >>>>>>>> >> CO COCO CO 923 923 923 923 923 92 3 923 92 4 92 4 923 92 3 923 922 921 922 922 922 92 3 92 3 923 92 1 92 1 921 922 922 923 923 923 923 923 92 3 92 3 923 924 92 4 92 2 923 923 924 924 BASE BID PROJECT ENDS BASE BID TIE-IN LOCATION STA:104+70.00 REFER TO DETAILED GRADING PLAN SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 4 : 3 9 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR D.05 ENTRANCE ROAD PLAN & PROFILE R FEETSCALE 0 20 40 HORZ. GRADING LMITS (TYP.)MATC H L I N E 1 MA T C H L I N E 3 MATCH LINE 4 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO DETAILED GRADING PLANS FOR INFORMATION IF ONLY THE BASE BID IS SELECTED. 3.REFER TO SITE GEOMETRIC LAYOUT AND TYPICAL DETAILS FOR LOCATIONS OF TYPICAL SECTION BEGINNING AND END AS WELL AS DROP CURB LOCATIONS. 19 910 915 920 925 930 935 940 945 910 915 920 925 930 935 940 945 105+00 106+00 107+00 108+00 109+00 110+00 111+00 92 2 . 7 92 2 . 6 92 2 . 4 92 2 . 3 92 2 . 1 92 2 . 0 92 1 . 8 92 1 . 6 92 1 . 3 92 1 . 1 92 1 . 2 92 1 . 4 92 1 . 6 92 1 . 7 92 1 . 7 92 1 . 8 92 1 . 9 92 2 . 0 92 2 . 3 92 2 . 6 3 92 2 . 4 6 92 2 . 2 9 92 2 . 1 3 92 1 . 9 6 92 1 . 7 9 92 1 . 6 3 92 1 . 4 6 92 1 . 3 0 92 1 . 1 3 92 1 . 0 7 92 1 . 1 7 92 1 . 2 8 92 1 . 3 8 92 1 . 5 0 92 1 . 6 9 92 1 . 8 8 92 2 . 0 4 -0.66% 0.41%0.77%VP I : 1 0 7 + 4 0 . 0 0 EL : 9 2 1 . 0 3 VP I : 1 0 8 + 4 6 . 0 8 EL : 9 2 1 . 4 7 VP I : 1 0 9 + 0 7 . 0 9 EL : 9 2 1 . 9 4 0.08% PROPOSED CENTERLINE ELEVATION EXISTING CENTERLINE ELEVATION PROPOSED CENTERLINE PROFILE EXISTING CENTERLINE PROFILE REFER TO STORM SEWER PLAN & PROFILE REFER TO STORM SEWER PLAN & PROFILE 0.80% E E E E E E E E E E E E E E E E E E E E E E E E E E E E EE E E E E E E E E E E E E E E E E E E E E l l l l l l l l l l l l l l l l l >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> E E E E E E E E E E E E E E E E E E E E E E l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l > > > > > >>>>>>>>>>>>>>>>>> > > >>>>>>>>>>>> > > > > >> >> >> >> >> G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D C C C C C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S > > C-D - L U M E N C-D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D-LU M E N C E E E G-D G-D G- D G- D G- D G- D >> >> >> >> >> >>>>>>>> C-D - L U M E N F-D-METRONET F-D-METRONET F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T X X X X X X X X X X X X X X X X X X V C V C V M >> >> >> >> >> 208 + 0 0 10 6 + 0 0 107+00 108+00 109+00 110+00 110+98.26 EP : 1 1 0 + 9 8 . 2 6 PC: 106+27.45 PT: 107+17.18 >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>>>>>>>>>>>>>> >>>>>>>>>>>>>>>>>> >> >> >> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >>>>>>>> >> >> >> >> >> >> >> >> >>>> CO CO >> >> >> >> >> >> >> >> 922 922 921921 921 922 922 922 92 0 920 921 922 922 92 2 923 923 92 3 921 921 921 920921 922 921 92 1 922 92 2 92 2 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 4 : 4 2 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR D.06 ENTRANCE ROAD PLAN & PROFILE R FEETSCALE 0 20 40 HORZ. GRADING LMITS (TYP.) MA T C H L I N E 4 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO DETAILED GRADING PLANS FOR INFORMATION IF ONLY THE BASE BID IS SELECTED. 3.REFER TO SITE GEOMETRIC LAYOUT AND TYPICAL DETAILS FOR LOCATIONS OF TYPICAL SECTION BEGINNING AND END AS WELL AS DROP CURB LOCATIONS. 20 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X 102+00 PI : 1 0 2 + 1 2 . 3 0 92 0 91 9 92 1 92 2 92 3 923 923 923 923 923923 75' VERTICAL CURVE (SEE PLAN & PROFILE SHEETS) 6.52% 0.50% 923.57 TC 923.07 FG 91 9 . 7 7 T C 91 9 . 6 7 F G 921.43 TC 921.26 FG 922.01 TC 921.85 FG 92 2 . 4 7 T C 92 2 . 3 1 F G 920.57 TC 920.41 FG 1.0 0 % 5.59 % 1.24 % 3.82 % 4.63 % 4.63 % 4.63 % 4.63 % 1.0 0 % 1.7 1 % 1. 9 6 % 0. 8 7 % 2. 0 0 % 2. 0 0 % 923.57 TC 923.07 FG 920.31 TC 919.80 FG 1.9 6 % 1.1 3 % 1.9 6 % 91 9 . 8 6 T C 91 9 . 7 3 F G 92 0 . 2 4 T C 91 9 . 7 1 F G 922.54 922.54 92 2 . 4 1 919.60 919.6 7 920 . 2 1 922.82 TC 922.32 FG 920.66 921.30 92 1 . 0 4 92 0 . 5 1 919.86 92 1 . 4 5 92 1 . 4 1 921.43 92 1 . 5 8 921.89 92 1 . 8 6 92 2 . 1 1 922.5 3 2. 0 0 % 2. 0 0 % 0. 7 6 % 0. 7 5 % 10' VERTICAL CURVE (SEE PLAN & PROFILE SHEETS) 920. 0 8 919. 8 8 91 9 . 9 3 T C 91 9 . 7 9 F G 92 0 . 0 0 T C 91 9 . 8 3 F G 91 9 . 7 4 919.64 919 . 6 4 919.63 921.47 921.97 921.98 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 3 A l t B i d a D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 5 : 0 3 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.01 DETAILED GRADING PLAN - BASE BID R GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X FEETSCALE 0 5 10 HORZ. 21 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X 20 1 + 0 0 104+00 PC: 1 0 3 + 7 0 . 1 2 PT : 1 0 4 + 3 2 . 9 3 923923 92 3 923 92 3 92 3 923 923 92 3 923 923 923 923 923 923 923 92 4 924 0.81 % 923.86 TC 923.36 FG 92 3 . 1 6 T C 92 2 . 6 6 F G 2.0 0 % 2.0 % 2.0 0 % 2.0 0 % 2.0 % 2.0 0 % 2.0 0 % 2.0 0 % 0.5% 923.42 TC HP 922.92 FG HP 0.8 0 % 2.0 % 92 3 . 4 9 T C 92 2 . 9 9 F G 92 3 . 3 9 T C 92 2 . 8 9 F G 92 3 . 1 6 T C 92 2 . 6 6 F G 92 3 . 5 9 T C 92 3 . 0 9 F G 92 3 . 7 7 T C 92 3 . 2 7 F G 92 3 . 8 9 T C 92 3 . 3 9 F G 92 4 . 0 2 T C 92 3 . 5 1 F G 924.03 TC 923.53 FG 923.61 TC 923.11 FG 923.52 TC 923.02 FG 923.44 TC 922.94 FG 923.71 TC 923.21 FG 92 4 . 0 1 T C 92 3 . 5 1 F G 92 4 . 0 3 T C 92 3 . 5 3 F G 92 3 . 2 7 T C 92 2 . 7 7 F G 923.23 TC 922.73 FG 923.29 TC 922.79 FG 923.35 TC 922.85 FG 923.40 TC 922.90 FG 922.87 FG 0. 4 6 % 0. 2 4 % 0. 3 6 % 2.0 0 % 2.00 % 0.80 % 2.00% 2.00% 2.00% 2.00% 2.00 % 2.00 % 2.00 % 2.0 0 % 2.00% 0.45% 1.4 5 % 0.7 8 % 0.2 9 % 0.1 5 % 0.38% 0.38% 0.38% 1.0 2 % 1.00 % 1.29 % 1.4 2 % 1.7 9 % 0.7 0 % 2.00% 2.00%1.27%2.00% 0.73% 0.83% 0.8 1 % 0.8 1 % 0. 8 1 % 0.81 % 0.81 % 2.0 % 2.0 % 0.81 % 0.50% 92 4 . 0 7 T C 92 3 . 5 7 F G 924.07 T C 923.57 F G 92 2 . 8 8 922.47 922.62 92 2 . 8 3 92 2 . 5 4 92 2 . 4 2 922.43 0.82% 2.1 8 % 1.89% 923.48 923.57 923.66 92 3 . 2 2 923.31 923.40 923.81 923.77 92 3 . 4 0 92 3 . 3 1 92 3 . 1 4 92 3 . 2 2 923.31 923.40 92 3 . 0 5 92 3 . 2 3 92 2 . 9 7 92 3 . 0 5 92 3 . 1 4 92 3 . 0 9 92 3 . 0 0 92 2 . 9 2 92 2 . 8 2 92 3 . 0 0 92 3 . 0 5 92 3 . 0 1 92 3 . 1 1 92 2 . 9 0 92 2 . 9 6 92 2 . 9 2 923.77 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 3 A l t B i d a D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 5 : 0 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.02 DETAILED GRADING PLAN - BASE BID R GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X FEETSCALE 0 5 10 HORZ. BASE BID TIE-IN GRADING IF ALTERNATE BID A IS NOT SELECTED 22 20 2 + 0 0 104+00 PT : 1 0 4 + 3 2 . 9 3 92 3 92 3 92 3 92 3 923 92 3 92 3 923 923 923 92 3 923 92 4 924 2.00%2.00% 92 3 . 0 6 T C 92 2 . 5 6 F G 92 3 . 0 6 T C 92 2 . 5 6 F G 0. 4 6 % 92 3 . 1 2 T C 92 2 . 6 2 F G 923.12 TC 922.62 FG 923.86 TC 923.36 FG 2.00% 2.00%923.18 TC 922.68 FG 923.18 TC 922.68 FG 923.42 TC HP 922.92 FG HP 2.0 % 923.61 TC 923.11 FG 923.52 TC 923.02 FG 923.44 TC 922.94 FG 923.71 TC 923.21 FG 923.23 TC 922.73 FG 923.29 TC 922.79 FG 923.35 TC 922.85 FG 923.40 TC 922.90 FG 923.36 TC 922.87 FG 923.32 TC 922.82 FG 923.27 TC 922.77 FG 923.27 TC 922.77 FG 923.33 TC 922.83 FG 923.37 TC 922.87 FG 2.00 % 0.80 % 2.00% 2.00% 2.00% 2.00% 2.00 % 2.00 % 2.00 % 2.00 % 2.00% 0.38% 0.38% 1.0 2 % 1.00 % 1.29 % 1.4 2 % 0.7 0 % 2.00% 2.00%1.27% 2.00% 2.00% 2.00% 2.00%2.00% 2.00% 2.00% 0.73% 0.83% 0.8 1 % 0.8 1 % 0. 8 1 % 0. 8 1 % 0.81 % 0. 8 1 % 0. 8 0 % 0. 4 6 % 2.00% 923.48 923.57 92 3 . 2 2 92 3 . 4 0 92 3 . 3 1 92 3 . 1 4 92 3 . 2 2 923.31 923.40 92 3 . 0 5 92 3 . 2 3 92 2 . 9 7 92 3 . 0 5 92 3 . 1 4 92 3 . 0 9 92 3 . 0 0 92 2 . 9 2 92 2 . 8 2 92 3 . 0 5 92 2 . 8 8 92 3 . 1 4 922 . 8 8 92 3 . 0 3 92 2 . 9 3 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 3 A l t B i d a D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 5 : 1 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.03 DETAILED GRADING PLAN - BASE BID GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X R FEETSCALE 0 5 10 HORZ. 23 204 + 0 0 205+00 PC: 203+70.23 PT : 2 0 4 + 6 0 . 5 1 922.46 T C 921.96 F G 922.46 T C 921.96 F G 922.40 T C 921.90 F G 922.36 TC 921.86 FG 922.18 T C 921.68 F G 922.05 TC 921.55 FG 922.01 T C 921.51 F G 921.95 T C 921.45 F G 92 1 . 9 6 T C 92 1 . 4 6 F G 921.62 TC 921.45 FG 921.50 TC 921.33 FG 92 1 . 8 3 T C 92 1 . 3 3 F G 2.00%2.00% 2.0 0 % 2.0 0 % 2. 0 0 % 2. 0 0 % 0. 4 6 % 0.4 5 % 0.45% LP : 9 2 1 . 2 3 LP : 9 2 1 . 2 3 921 . 3 1 921 . 2 2 2. 9 % 2. 9 % 92 2 922922 92 2 92 2 92 2 92 2 922 922 92 2 921 920 921 921 921 921 921 921 921 921 92 1 . 5 2 T C 92 1 . 3 5 F G 2. 9 % 92 1 . 5 6 T C 92 1 . 3 9 F G 92 1 . 6 0 T C 92 1 . 4 3 F G 921 . 2 7 922 . 2 1 922 . 1 5 92 2 . 0 4 921.93 921 . 7 6 0. 4 8 % 2.00% 2.00% 922.29 T C 921.79 F G 922.18 TC 921.68 FG 2. 0 0 % 2. 0 0 % 92 1 . 4 8 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 2 B a s e B i d D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 5 : 3 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.04 DETAILED GRADING PLAN - BASE BIDFEETSCALE 0 5 10 HORZ. GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X R 24 205+00 206+00 921.50 TC 921.33 FG 92 1 . 8 3 T C 92 1 . 3 3 F G 92 1 . 9 1 T C 92 1 . 4 1 F G 921.58 TC 921.42 FG LP : 9 2 1 . 2 3 LP : 9 2 1 . 2 3 921.72 TC 921.56 FG 92 2 . 0 6 T C 92 1 . 5 6 F G 92 2 . 1 6 T C 92 1 . 6 6 F G 921.83 TC 921.66 FG 921.86 TC 921.69 FG 92 2 . 1 9 T C 92 1 . 6 9 F G 921 . 2 2 921 . 1 8 921 . 0 4 921 . 0 0 8. 3 % 6. 6 % 6. 7 % 4. 3 % 2. 9 % 921 921 921 922 922 922 92292 2 922 920 92 0 921 921 921 921 921 921 921 921 92 1 921 92 1 921 921 921 92 1 . 6 1 T C 92 1 . 4 4 F G 92 1 . 7 0 T C 92 1 . 5 3 F G 92 1 . 8 3 T C 92 1 . 6 7 F G 92 1 . 5 2 T C 92 1 . 3 5 F G 921 . 1 2 92 1 . 7 9 T C 92 1 . 6 2 F G 5. 5 % 92 1 . 6 5 T C 92 1 . 4 9 F G 92 1 . 3 9 F G 921 . 1 0 2. 0 0 % 2. 0 0 % 92 1 . 4 8 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 2 B a s e B i d D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 5 : 3 2 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.05 DETAILED GRADING PLAN - BASE BID GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X R FEETSCALE 0 5 10 HORZ. 25 >> >> >> >> >> >> >>>>>>>>>>>>>> 206+00 207+00 921.72 TC 921.56 FG 92 2 . 0 6 T C 92 1 . 5 6 F G 92 2 . 1 6 T C 92 1 . 6 6 F G 921.83 TC 921.66 FG 921.86 TC 921.69 FG 92 2 . 1 9 T C 92 1 . 6 9 F G 921.67 TC 921.50 FG 92 2 . 0 7 T C 92 1 . 5 0 F G 921.73 TC 921.56 FG 92 2 . 0 6 T C 92 1 . 5 6 F G 0.17% 0.17% 0.50% 92 1 . 8 5 T C 92 1 . 3 5 F G 921.66 T C 921.16 F G 921.07 92 1 . 1 5 921.50 921.59921 . 5 0 921. 7 0 921.8 1 921 . 0 4 921 . 0 0 921 . 3 6 8. 3 % 3. 3 % 6. 6 % 5. 0 % 6. 7 % 0.3 % 921 921 92 1 922 922 922 92292 2 922 921 921 921 921 921 921 922 922 92 1 . 7 0 T C 92 1 . 5 3 F G 92 1 . 8 3 T C 92 1 . 6 7 F G 92 1 . 7 5 92 1 . 8 9 T C 92 1 . 4 3 F G 921.72 T C 921.27 F G 921.71 TC 921.21 FG 921.60 0. 9 9 % 2. 5 6 % 2. 5 6 % 921 . 7 2 922.00 TC 921.50 FG 92 2 . 0 2 T C 92 1 . 4 8 F G 921 . 2 4 921 . 1 2 92 1 . 6 9 T C 92 1 . 5 2 F G 92 1 . 7 4 T C 92 1 . 5 7 F G 92 1 . 7 9 T C 92 1 . 6 2 F G 2. 0 0 % 92 1 . 7 5 92 1 . 9 2 T C 92 1 . 4 2 F G 92 1 . 9 5 T C 92 1 . 4 5 F G 919 . 6 5 92 1 . 4 4 T C 92 1 . 4 4 F G 92 1 . 4 2 T C 92 1 . 4 2 F G 92 1 . 4 0 T C 92 1 . 4 0 F G 4. 6 0 % 2.91% SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 2 B a s e B i d D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 5 : 3 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.06 DETAILED GRADING PLAN - BASE BID R GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X FEETSCALE 0 5 10 HORZ. ADJUST GRADE AROUND AND EXPOSE EXISTING SILTED IN CULVERT. SHAPE AREA TO DRAIN. WORK SHALL BE CONSIDERED INCIDENTAL TO OTHER PROJECT BID ITEMS. 26 6. 2 1 % 107+00 108+00 PC: 106+27.45 PT : 1 0 7 + 1 7 . 1 8 2.0%2.0% 2.0% 2.0% 2.0 % 2.0 % 2. 0 % 2. 0 % 0.6 6 % 0.6 6 % 0.66% 921.47 TC 920.97 FG 92 1 . 6 3 T C 92 1 . 1 3 F G 92 1 . 6 6 T C 92 1 . 1 6 F G 921.33 TC 921.17 FG92 1 . 3 6 T C 92 1 . 1 9 F G 92 1 . 4 0 T C 92 1 . 2 3 F G 92 1 . 4 3 T C 92 1 . 2 6 F G 92 1 . 4 5 T C 92 1 . 2 9 F G 921.79 TC 921.29 FG 6.07 % 7.16 % 7.92 % 92 2 . 1 1 922.16 922.20 920.97 TC 920.80 FG 92 1 . 3 0 T C 92 0 . 8 0 F G LP: 9 2 0 . 7 8 LP : 9 2 0 . 6 8 92 1 . 0 4 T C 92 0 . 8 7 F G 92 1 . 0 8 T C 92 0 . 9 1 F G 92 1 . 1 3 T C 92 0 . 9 6 F G 92 1 . 2 1 T C 92 1 . 1 9 F G 92 1 . 9 3 T C 92 1 . 7 5 F G 92 0 . 7 0 T C 92 1 . 1 9 F G 92 1 . 1 9 T C 92 0 . 6 9 F G 92 1 . 4 1 T C 92 0 . 9 1 F G 92 1 . 5 1 T C 92 1 . 0 1 F G 92 1 . 7 6 T C 92 1 . 2 6 F G 92 1 . 9 8 T C 92 1 . 4 8 F G 921 . 6 7 92 1 . 7 7 921.9 4 0.66%0.41%921 . 0 3 921 . 1 3 921 . 1 6 92 2 . 0 3 T C 92 1 . 5 3 F G 92 1 . 8 7 T C 92 1 . 3 7 F G 921.43 TC 920.93 FG 921.41 TC 920.91 FG 92 1 . 3 9 T C 92 0 . 8 9 F G 921 . 4 6 921.17 TC 921.00 FG 92 1 . 5 1 T C 92 1 . 0 1 F G 2. 3 7 % 922. 0 8 922 . 0 0 2. 0 0 % 2. 0 0 % 2. 0 0 % 2. 0 0 % 2. 0 0 % 2. 0 0 % 921.05 TC 920.88 FG 921 . 2 2 921 . 2 5 2. 0 0 % 2. 0 0 % 92 1 . 1 7 T C 92 1 . 0 0 F G 0.41% 7.6 0 % 1.19%0.88% 920 . 7 8 2. 0 0 % 0.66%0.41%0.41%92 1 . 0 5 T C 92 0 . 8 8 F G 921 . 1 4 92 1 . 3 7 T C 92 0 . 8 7 F G 2. 0 7 % 1. 8 9 % SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 4 A l t B i d B D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 0 2 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.07 DETAILED GRADING PLAN - ALTERNATE BID A GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X R FEETSCALE 0 5 10 HORZ. 27 CO CO 108+00 109+00 921.39 TC 921.22 FG 921.34 TC 921.17 FG 921.28 TC 921.12 FG 921.23 TC 921.06 FG 921 . 4 5 921 . 4 8 921 . 5 6 921 . 4 7 92 2 . 3 0 T C 92 1 . 7 8 F G 92 2 . 3 3 T C H P 92 1 . 8 1 F G H P 92 2 . 1 1 T C 92 1 . 6 4 F G 92 2 . 2 7 T C 92 1 . 7 7 F G 921.79 TC 921.29 FG 921.46 TC 921.30 FG 921.84 TC 921.67 FG 92 2 . 1 8 T C 92 1 . 6 8 F G 922 . 0 7 921 . 6 1 921 . 8 9 922 . 0 7 921 . 9 9 921 . 8 4 922 . 0 5 922 . 1 0 922 . 1 0 922. 5 3 2. 0 0 % 2. 0 0 % 0.80%921 . 9 4 2. 0 0 % 2. 0 0 % 92 1 . 7 9 T C 92 1 . 2 9 F G 92 2 . 1 9 T C 92 1 . 6 9 F G 92 2 . 1 9 T C 92 1 . 6 9 F G 1. 9 1 % 1. 6 5 % 1. 8 7 % 0. 7 3 % 921.72 TC 921.22 FG 2. 0 0 % 2. 0 0 % 922 . 0 4 2. 0 0 % 2. 3 2 % 92 2 . 2 6 T C 92 1 . 7 5 F G 0.45% 921 922 921 922 922 922 921 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 4 A l t B i d B D e t a l i e d G r a d i n g . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 0 4 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR E.08 DETAILED GRADING PLAN - ALTERNATE BID A R GRADING LEGEND EXISTING SLOPE PROPOSED SLOPE EXISTING SPOT ELEVATION PROPOSED SPOT ELEVATION EXISTING CONTOUR PROPOSED CONTOUR LIMITS OF GRADING GRADING BREAKLINE PAVEMENT JOINT XXXX.XX XXXX.XX XXXX XXXX X.XX X.X FEETSCALE 0 5 10 HORZ. 28 X X X X X X X X X X X X X X X X XX X X X X X X X X X X X X X V C CV V C V C V VC CLVT CLVT D V V V V V M CO >> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >>>> >>>> >> >> >> >> >> >> >> >> >> TLO F A TLO F A TLO F A TOFA TOFA TOFA E E E E E E E E EEEEE EEE E E E E E E E E E E E l l lllllll l l l l l l l l l l >>>> >>>> >>>>>>>> RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A TOF A TOFA TOFA TOFA TOFA TOFA ROF A >> >> >> >> >> >> >> >> >> >> E E E E E E E E E E E E E E E E E >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> E E E EOE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E TLO F A TL O F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TL O F A TL O F A TL O F A TL O F A TL O F A TL O F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X X X X X E EE E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E EE E E E E E EEEEEEEEEEEEEEE F- D F- D FFFFFFFFFFFFFFFFFF F F F F F F F l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l ll l l l l l l l l l OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOEOE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE >>>>>>>>>>>> > > > > > > > > >> > > > > >> > > > > > > > > > > > >>>>> > > > > > > > > > > > > > > > > > > > > > > > > > > >>>>>>>>>>>>>>>>>>>>> > > > > > > > >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >> >> >>>>>>>>>> >>>>>>>> >> >>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-DG-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G- D G- D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G- D G- D G- D G- D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D C C-D - I C S C-D - I C S C-D- I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D-ICS C-D-ICS C-D-ICS C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C-D C-D C-D C- D C- D C- D C- D C-D-IC S C- D - I C S C-D-ICS C-D-ICS >> >> >> >> >> >> >>>>>>>> >>>> >> >> E E E E E E E E E E E E E E l F F F F G G G >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >>>>>>>>>>>>>>>>>>>>>> E EEE >>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOCOC C-D-LUMEN C- D - L U M E N C- D - L U M E N C- D - L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D-LUMEN E G-D G-D E E E G-D G-D G-D G-D G-D G-D G-D >> >> >> > > > F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F-D-W I N D S T R E A M F-D-W I N D S T R E A M F-D-W I N D S T R E A M F- D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D-W I N D S T R E A M F-D-W I N D S T R E A M C-D - L U M E N C-D-LU M E N C-D-L U M E N C-D-L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N F-D - M E T R O N E T F-D- M E T R O N E T F-D- M E T R O N E T F-D- M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T G-D G-D G-D G-D BP : 2 0 0 + 0 0 . 0 0 PC : 2 0 3 + 7 0 . 2 3 PT: 20 4 + 6 0 . 5 1 EP: 20 8 + 6 0 . 5 9 BP: 100+00.00 PI: 102+12.30 PC: 103+70.12 PT: 1 0 4 + 3 2 . 9 3 PC: 1 0 6 + 2 7 . 4 5 PT: 1 0 7 + 1 7 . 1 8 EP: 1 1 0 + 9 8 . 2 6 10 0 + 0 0 10 1 + 0 0 10 2 + 0 0 10 3 + 0 0 10 4 + 0 0 105+ 0 0 106+ 0 0 10 7 + 0 0 108 + 0 0 109 + 0 0 110 + 0 0 110+98.26 200+0 0 201+0 0 202+0 0 203+0 0 204 + 0 0 20 5 + 0 0 20 6 + 0 0 20 7 + 0 0 20 8 + 0 0 208+60.59 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 0 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 1 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR F.01 EXISTING CONDITIONS & DEMOLITION PLAN - OVERVIEW R FEETSCALE 0 50 100 HORZ. MA T C H L I N E 1 MATCH L I N E 2 MA T C H L I N E 3 MATC H L I N E 4 LEGEND: BASE BID HMA REMOVAL BASE BID PCC REMOVAL BASE BID PCC CURB & GUTTER REMOVAL ALTERNATE BID A HMA REMOVAL ALTERNATE BID A PCC REMOVAL ALTERNATE BID A PCC CURB & GUTTER REMOVAL FULL DEPTH SAW CUT (TYP.) NOTES: 1.PER THE GEOTECHNICAL REPORT, ALL EXISTING HMA PAVEMENT IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 3.5 INCHES EXCEPT WHERE NOTED ON THE PLANS. ALL EXISTING PCC PAVEMENT, INCLUDING CURB AND GUTTER SECTIONS, IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 8.5 INCHES. 2.CONTRACTOR SHALL TAKE CARE TO PROTECT THE EXISTING PAVEMENTS TO REMAIN. ANY DAMAGE CAUSED TO THE EXISTING PAVEMENT DURING CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES ON SITE UNLESS OTHERWISE STATED IN THE PLANS. 4.THE CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY ACCESS OR CONSTRUCTION ACTIVITIES TO ORIGINAL CONDITIONS. THIS MAY INCLUDE SCARIFYING AND RE-SEEDING OR OTHER RESTORATION EFFORTS AS REQUIRED. THIS SHALL BE CONSIDERED INCIDENTAL TO MOBILIZATION AND NOT MEASURED SEPARATELY FOR PAYMENT. SEE ESTIMATE REFERENCE INFORMATION FOR BID ITEMS SEEDING, FERTILIZING AND MULCHING (ALL TYPES). 5.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM SITE AND SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF OFF AIRPORT PROPERTY. 6.POSTAL SERVICE SHALL BE MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. TEMPORARY, CLEARLY LABELED MAILBOXES MAY BE INSTALLED AT THE LOCATION PROVIDED ON THE PHASING AND TRAFFIC CONTROL PLAN. EXISTING MAILBOXES SHALL BE SALVAGED AND REINSTALLED PRIOR TO COMPLETION OF THE PROJECT. IF MAILBOXES ARE DESTROYED THEY SHALL BE REPLACED AT THE CONTRACTOR'S COST. 29 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CV V E E E E E E E E E E E E E XXX E E E E E E E E E E E E E E E E l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE >> >> >> >> >> >> >> >> >> >> >> G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D >> >> >> >> >> >> >> >> >> >> >> l l l l OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC OC C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N F- D - W I N D S T R E A M F- D - W I N D S T R E A M F-D - W I N D S T R E A M F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WIN D S T R E A M F-D-WIN D S T R E A M F-D- W I N D S T R E A M F-D- W I N D S T R E A M F-D- W I N D S T R E A M C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N F-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONETF-D-METRONET BP: 2 0 0 + 0 0 . 0 0 PI : 1 0 2 + 1 2 . 3 0 PC : 1 0 3 + 7 0 . 1 2 PT: 1 0 4 + 3 2 . 9 3 102+00 103+00 104+ 0 0 105 + 0 0 FULL DEPTH SAW CUT BASE BID REMOVAL LIMITS EXISTING TRAFFIC SIGN TO BE REMOVED & REINSTALLED FULL DEPTH SAW CUT FULL DEPTH SAW CUT FULL DEPTH SAW CUT FULL DEPTH SAW CUT 20 0 + 0 0 20 1 + 0 0 20 2 + 0 0 EXISTING TRAFFIC SIGN TO BE REMOVED & REINSTALLED SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 0 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 1 8 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR F.02 EXISTING CONDITIONS & DEMOLITION PLAN - BASE BIDFEETSCALE 0 10 20 HORZ. R MATC H L I N E 1 MATC H L I N E 3 LEGEND: BASE BID HMA REMOVAL BASE BID PCC REMOVAL BASE BID PCC CURB & GUTTER REMOVAL ALTERNATE BID A HMA REMOVAL ALTERNATE BID A PCC REMOVAL ALTERNATE BID A PCC CURB & GUTTER REMOVAL FULL DEPTH SAW CUT (TYP.) NOTES: 1.PER THE GEOTECHNICAL REPORT, ALL EXISTING HMA PAVEMENT IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 3.5 INCHES EXCEPT WHERE NOTED ON THE PLANS. ALL EXISTING PCC PAVEMENT, INCLUDING CURB AND GUTTER SECTIONS, IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 8.5 INCHES. 2.CONTRACTOR SHALL TAKE CARE TO PROTECT THE EXISTING PAVEMENTS TO REMAIN. ANY DAMAGE CAUSED TO THE EXISTING PAVEMENT DURING CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES ON SITE UNLESS OTHERWISE STATED IN THE PLANS. 4.THE CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY ACCESS OR CONSTRUCTION ACTIVITIES TO ORIGINAL CONDITIONS. THIS MAY INCLUDE SCARIFYING AND RE-SEEDING OR OTHER RESTORATION EFFORTS AS REQUIRED. THIS SHALL BE CONSIDERED INCIDENTAL TO MOBILIZATION AND NOT MEASURED SEPARATELY FOR PAYMENT. SEE ESTIMATE REFERENCE INFORMATION FOR BID ITEMS SEEDING, FERTILIZING AND MULCHING (ALL TYPES). 5.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM SITE AND SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF OFF AIRPORT PROPERTY. 6.POSTAL SERVICE SHALL BE MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. TEMPORARY, CLEARLY LABELED MAILBOXES MAY BE INSTALLED AT THE LOCATION PROVIDED ON THE PHASING AND TRAFFIC CONTROL PLAN. EXISTING MAILBOXES SHALL BE SALVAGED AND REINSTALLED PRIOR TO COMPLETION OF THE PROJECT. IF MAILBOXES ARE DESTROYED THEY SHALL BE REPLACED AT THE CONTRACTOR'S COST. 30 V D >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>>>>>>>>>>>>>> >> >> XXX X X X X X X X X X X X X X X X X X l l l l l l l l l l l l l l l l l l l l l l l l llllllllllllllllllllllllllllllllll l l l l l l l l l l l l l l l OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G-D G-D G-D G-D C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S l l G-D G-D G-D G-D F-D-WIN D S T R E A M F-D-WIN D S T R E A M F-D-WIN D S T R E A M F-D-WINDSTREA M F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D- L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T G-DG-DG-DG-DG-DG-D G- D G- D G- D G- D G- D G- D G- D G- D G- D PC : 2 0 3 + 7 0 . 2 3 PT: 204+60.51 FULL DEPTH SAW CUT EXISTING SW-501 INTAKE TO BE ADJUSTED SEE M SHEETS FOR MORE INFORMATION EXISTING INTAKE PROTECT DURING CONSTRUCTION EXISTING SW-511 INTAKE TO BE REMOVED & REPLACED EXISTING 15" RCP STORM SEWER TO BE REMOVED TO NEAREST JOING & REPLACED EXISTING 8" PVC STORM SEWER TO BE REMOVED EXISTING MANHOLE PROTECT DURING CONSTRUCTION EXISTING SW-501 INTAKE TO BE REMOVED 202+00 203+00 204+ 0 0 20 5 + 0 0 EXISTING MAILBOX TO REMOVED, STORED AND REINSTALLED STA:205+04.78 14.26' LT EXISTING MAILBOX TO REMOVED, STORED AND REINSTALLED EXISTING GRANULAR SURFACING TO BE REMOVED AND DISPOSED OF OR REINSTALLED ELSEWHERE SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 0 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 2 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR F.03 EXISTING CONDITIONS & DEMOLITION PLAN - BASE BIDFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 1 MATCH LINE 2 LEGEND: BASE BID HMA REMOVAL BASE BID PCC REMOVAL BASE BID PCC CURB & GUTTER REMOVAL ALTERNATE BID A HMA REMOVAL ALTERNATE BID A PCC REMOVAL ALTERNATE BID A PCC CURB & GUTTER REMOVAL FULL DEPTH SAW CUT (TYP.) NOTES: 1.PER THE GEOTECHNICAL REPORT, ALL EXISTING HMA PAVEMENT IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 3.5 INCHES EXCEPT WHERE NOTED ON THE PLANS. ALL EXISTING PCC PAVEMENT, INCLUDING CURB AND GUTTER SECTIONS, IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 8.5 INCHES. 2.CONTRACTOR SHALL TAKE CARE TO PROTECT THE EXISTING PAVEMENTS TO REMAIN. ANY DAMAGE CAUSED TO THE EXISTING PAVEMENT DURING CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES ON SITE UNLESS OTHERWISE STATED IN THE PLANS. 4.THE CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY ACCESS OR CONSTRUCTION ACTIVITIES TO ORIGINAL CONDITIONS. THIS MAY INCLUDE SCARIFYING AND RE-SEEDING OR OTHER RESTORATION EFFORTS AS REQUIRED. THIS SHALL BE CONSIDERED INCIDENTAL TO MOBILIZATION AND NOT MEASURED SEPARATELY FOR PAYMENT. SEE ESTIMATE REFERENCE INFORMATION FOR BID ITEMS SEEDING, FERTILIZING AND MULCHING (ALL TYPES). 5.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM SITE AND SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF OFF AIRPORT PROPERTY. 6.POSTAL SERVICE SHALL BE MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. TEMPORARY, CLEARLY LABELED MAILBOXES MAY BE INSTALLED AT THE LOCATION PROVIDED ON THE PHASING AND TRAFFIC CONTROL PLAN. EXISTING MAILBOXES SHALL BE SALVAGED AND REINSTALLED PRIOR TO COMPLETION OF THE PROJECT. IF MAILBOXES ARE DESTROYED THEY SHALL BE REPLACED AT THE CONTRACTOR'S COST. 31 V VC CLV T CLV T D V V CO >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>> E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>> E E E E E E E E E E E OE OE OE OE OE OE E E E E E E llllllllllllllllllllllllllllllllllllllllllllllllll OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> G-D G-D G-D G-D G-D G-D G-D G-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-DG-D C-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICSC-D-ICS C-D-ICS C-D-ICS C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C- D - I C S l l l l G- D G- D G- D G- D G- D G- D G- D G- D G- D E E E E E E E E E E E G- D G- D G- D G- D G- D G- D G- D G- D G- D F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F-D-WINDSTREAM F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D-LUM E N C-D- L U M E N PT : 2 0 4 + 6 0 . 5 1 FULL DEPTH SAW CUT EXISTING GRANULAR SURFACING TO BE REMOVED AND DISPOSED OF OR REINSTALLED ELSEWHERE FULL DEPTH SAW CUT FULL DEPTH SAW CUT EXISTING SW-501 INTAKE TO BE ADJUSTED SEE M SHEETS FOR MORE INFORMATION EXISTING INTAKE PROTECT DURING CONSTRUCTION EXISTING 8" PVC STORM SEWER TO BE REMOVED EXISTING MANHOLE PROTECT DURING CONSTRUCTION EXISTING INTAKE PROTECT DURING CONSTRUCTION EXISTING SW-501 INTAKE TO BE REMOVED EXISTING GRANULAR SURFACING TO BE REMOVED AND DISPOSED OF OR REINSTALLED ELSEWHERE 205+00 206+00 207+00 EXISTING MAILBOX TO REMOVED, STORED AND REINSTALLED STA:205+04.78 14.26' LT EXISTING MAILBOX TO REMOVED, STORED AND REINSTALLED STA:205+40.52 14.00' LT EXISTING MAILBOX TO REMOVED, STORED AND REINSTALLED STA:205+98.26 14.51' LT EXISTING MAILBOX TO REMOVED, STORED AND REINSTALLED STA:206+02.23 14.36' LT EXISTING CULVERT ELEVATION APPROX. 919.00 EXISTING CULVERT ELEVATION APPROX. 918.70 EXISTING CULVERT U.A.C. CONTRACTOR SHALL CLEAN OUT CULVERT FULLY WORK SHALL BE CONSIDERED INCIDENTAL TO OTHER PROJECT BID ITEMS SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 0 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 2 1 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR F.04 EXISTING CONDITIONS & DEMOLITION PLAN - BASE BIDFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 2 LEGEND: BASE BID HMA REMOVAL BASE BID PCC REMOVAL BASE BID PCC CURB & GUTTER REMOVAL ALTERNATE BID A HMA REMOVAL ALTERNATE BID A PCC REMOVAL ALTERNATE BID A PCC CURB & GUTTER REMOVAL FULL DEPTH SAW CUT (TYP.) NOTES: 1.PER THE GEOTECHNICAL REPORT, ALL EXISTING HMA PAVEMENT IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 3.5 INCHES EXCEPT WHERE NOTED ON THE PLANS. ALL EXISTING PCC PAVEMENT, INCLUDING CURB AND GUTTER SECTIONS, IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 8.5 INCHES. 2.CONTRACTOR SHALL TAKE CARE TO PROTECT THE EXISTING PAVEMENTS TO REMAIN. ANY DAMAGE CAUSED TO THE EXISTING PAVEMENT DURING CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES ON SITE UNLESS OTHERWISE STATED IN THE PLANS. 4.THE CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY ACCESS OR CONSTRUCTION ACTIVITIES TO ORIGINAL CONDITIONS. THIS MAY INCLUDE SCARIFYING AND RE-SEEDING OR OTHER RESTORATION EFFORTS AS REQUIRED. THIS SHALL BE CONSIDERED INCIDENTAL TO MOBILIZATION AND NOT MEASURED SEPARATELY FOR PAYMENT. SEE ESTIMATE REFERENCE INFORMATION FOR BID ITEMS SEEDING, FERTILIZING AND MULCHING (ALL TYPES). 5.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM SITE AND SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF OFF AIRPORT PROPERTY. 6.POSTAL SERVICE SHALL BE MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. TEMPORARY, CLEARLY LABELED MAILBOXES MAY BE INSTALLED AT THE LOCATION PROVIDED ON THE PHASING AND TRAFFIC CONTROL PLAN. EXISTING MAILBOXES SHALL BE SALVAGED AND REINSTALLED PRIOR TO COMPLETION OF THE PROJECT. IF MAILBOXES ARE DESTROYED THEY SHALL BE REPLACED AT THE CONTRACTOR'S COST. 32 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X C V >>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l >>>>>>>>>> >> >> >> >> G- D G- D G- D G- D G- D G-D C-D-ICS C- D - I C S C- D - I C S C- D - I C S C- D - I C S C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-L U M E N C-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMENC-D-LUMEN C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N >>>>>>>>>> F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T PT : 1 0 4 + 3 2 . 9 3 PC : 1 0 6 + 2 7 . 4 5 PT: 107+17.18 105+00 106+00 10 7 + 0 0 FULL DEPTH SAW CUT BASE BID REMOVAL LIMITS FULL DEPTH SAW CUT FULL DEPTH SAW CUT EXISTING SW-501 INTAKE TO BE REMOVED EXISTING SW-501 INTAKE TO REMAIN, CASTING TO BE REPLACED SEE M SHEETS FOR MORE INFORMATION LANDSCAPING BETWEEN EXISTING BACK OF CURB AND HANGAR IS DECORATIVE ROCK. REMOVE MINIMAL AMOUNT AND REPLACE WITH NEW DECORATIVE ROCK MATCHING EXISITNG. CONSIDERED INCIDENTAL TO OTHER PROJECT BID ITEMS. EXISTING COMMUNICATIONS LINE FIELD VERIFY LOCATION IF IN CONFLICT WITH PROJECT IMPROVEMENTS CONTRACTOR SHALL COORIDNATE WITH UTILITY COMPANY TO RELOCATE TO OUTSIDE OF PROPOSED PAVEMENT 201 + 0 0 EXISTING GRANULAR SURFACING TO BE REMOVED AND DISPOSED OF OR REINSTALLED ELSEWHERE SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 0 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 2 4 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR F.05 EXISTING CONDITIONS & DEMOLITION PLAN - ALTERNATE BID AFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 3 MATCH LINE 4 LEGEND: BASE BID HMA REMOVAL BASE BID PCC REMOVAL BASE BID PCC CURB & GUTTER REMOVAL ALTERNATE BID A HMA REMOVAL ALTERNATE BID A PCC REMOVAL ALTERNATE BID A PCC CURB & GUTTER REMOVAL FULL DEPTH SAW CUT (TYP.) NOTES: 1.PER THE GEOTECHNICAL REPORT, ALL EXISTING HMA PAVEMENT IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 3.5 INCHES EXCEPT WHERE NOTED ON THE PLANS. ALL EXISTING PCC PAVEMENT, INCLUDING CURB AND GUTTER SECTIONS, IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 8.5 INCHES. 2.CONTRACTOR SHALL TAKE CARE TO PROTECT THE EXISTING PAVEMENTS TO REMAIN. ANY DAMAGE CAUSED TO THE EXISTING PAVEMENT DURING CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES ON SITE UNLESS OTHERWISE STATED IN THE PLANS. 4.THE CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY ACCESS OR CONSTRUCTION ACTIVITIES TO ORIGINAL CONDITIONS. THIS MAY INCLUDE SCARIFYING AND RE-SEEDING OR OTHER RESTORATION EFFORTS AS REQUIRED. THIS SHALL BE CONSIDERED INCIDENTAL TO MOBILIZATION AND NOT MEASURED SEPARATELY FOR PAYMENT. SEE ESTIMATE REFERENCE INFORMATION FOR BID ITEMS SEEDING, FERTILIZING AND MULCHING (ALL TYPES). 5.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM SITE AND SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF OFF AIRPORT PROPERTY. 6.POSTAL SERVICE SHALL BE MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. TEMPORARY, CLEARLY LABELED MAILBOXES MAY BE INSTALLED AT THE LOCATION PROVIDED ON THE PHASING AND TRAFFIC CONTROL PLAN. EXISTING MAILBOXES SHALL BE SALVAGED AND REINSTALLED PRIOR TO COMPLETION OF THE PROJECT. IF MAILBOXES ARE DESTROYED THEY SHALL BE REPLACED AT THE CONTRACTOR'S COST. 8.5" HMA 33 V C V V M >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> >>>>>>>>>>>>>>>>>>>>>> >>>>>>>>>>>>>>>>>>>>>>>> E E E E >> OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE XXXXXXXXXXXXX X XXXXXXX l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l > > > > > > > > > > > > > > > > > > > >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> > > > > > >>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D C-D - I C S C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN C-D-LUMEN E E E E E E E G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D >>>>>>>>>>>>>>>> C-D - L U M E N C-D - L U M E N F-D-METRONET F-D-METRONET F-D-METRONET F-D-METRONET F-D-METRONET F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T F- D - M E T R O N E T PC: 106+27.45 PT : 1 0 7 + 1 7 . 1 8 107+00 108+00 109+00 FULL DEPTH SAW CUT FULL DEPTH SAW CUTFULL DEPTH SAW CUT FULL DEPTH SAW CUT EXISTING SW-501 INTAKE TO BE REMOVED EXISTING SW-501 INTAKE TO REMAIN, CASTING TO BE REPLACED SEE M SHEETS FOR MORE INFORMATION EXISTING INTAKE PROTECT DURING CONSTRUCTION EXISTING GRANULAR SURFACING TO BE REMOVED AND DISPOSED OF OR REINSTALLED ELSEWHERE EXISTING TRAFFIC SIGN TO BE REMOVED & REINSTALLED LANDSCAPING BETWEEN EXISTING BACK OF CURB AND HANGAR IS DECORATIVE ROCK. REMOVE MINIMAL AMOUNT AND REPLACE WITH NEW DECORATIVE ROCK MATCHING EXISITNG. CONSIDERED INCIDENTAL TO OTHER PROJECT BID ITEMS. EXISTING COMMUNICATIONS LINE FIELD VERIFY LOCATION IF IN CONFLICT WITH PROJECT IMPROVEMENTS CONTRACTOR SHALL COORIDNATE WITH UTILITY COMPANY TO RELOCATE TO OUTSIDE OF PROPOSED PAVEMENT EXISTING GRANULAR SURFACING TO BE REMOVED AND DISPOSED OF OR REINSTALLED ELSEWHERE SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 D 0 0 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 2 7 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR F.06 EXISTING CONDITIONS & DEMOLITION PLAN - ALTERNATE BID AFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 4 LEGEND: BASE BID HMA REMOVAL BASE BID PCC REMOVAL BASE BID PCC CURB & GUTTER REMOVAL ALTERNATE BID A HMA REMOVAL ALTERNATE BID A PCC REMOVAL ALTERNATE BID A PCC CURB & GUTTER REMOVAL FULL DEPTH SAW CUT (TYP.) NOTES: 1.PER THE GEOTECHNICAL REPORT, ALL EXISTING HMA PAVEMENT IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 3.5 INCHES EXCEPT WHERE NOTED ON THE PLANS. ALL EXISTING PCC PAVEMENT, INCLUDING CURB AND GUTTER SECTIONS, IS ASSUMED TO HAVE AN AVERAGE DEPTH OF 8.5 INCHES. 2.CONTRACTOR SHALL TAKE CARE TO PROTECT THE EXISTING PAVEMENTS TO REMAIN. ANY DAMAGE CAUSED TO THE EXISTING PAVEMENT DURING CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES ON SITE UNLESS OTHERWISE STATED IN THE PLANS. 4.THE CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY ACCESS OR CONSTRUCTION ACTIVITIES TO ORIGINAL CONDITIONS. THIS MAY INCLUDE SCARIFYING AND RE-SEEDING OR OTHER RESTORATION EFFORTS AS REQUIRED. THIS SHALL BE CONSIDERED INCIDENTAL TO MOBILIZATION AND NOT MEASURED SEPARATELY FOR PAYMENT. SEE ESTIMATE REFERENCE INFORMATION FOR BID ITEMS SEEDING, FERTILIZING AND MULCHING (ALL TYPES). 5.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM SITE AND SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF OFF AIRPORT PROPERTY. 6.POSTAL SERVICE SHALL BE MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. TEMPORARY, CLEARLY LABELED MAILBOXES MAY BE INSTALLED AT THE LOCATION PROVIDED ON THE PHASING AND TRAFFIC CONTROL PLAN. EXISTING MAILBOXES SHALL BE SALVAGED AND REINSTALLED PRIOR TO COMPLETION OF THE PROJECT. IF MAILBOXES ARE DESTROYED THEY SHALL BE REPLACED AT THE CONTRACTOR'S COST. 8.5" HMA 8.5 "HM A 34 20 0 + 0 0 20 1 + 0 0 20 2 + 0 0 20 3 + 0 0 204+ 0 0 205+0 0 206+0 0 207+0 0 208+0 0 208+60.59 BP: 20 0 + 0 0 . 0 0 PC: 20 3 + 7 0 . 2 3 PT : 2 0 4 + 6 0 . 5 1 EP : 2 0 8 + 6 0 . 5 9 100+00 101+00 102+00 103+00104+0 0 105 + 0 0 106 + 0 0 107+00 108+ 0 0 109+ 0 0 110+ 0 0 110+98.26 BP : 1 0 0 + 0 0 . 0 0 PI : 1 0 2 + 1 2 . 3 0 PC : 1 0 3 + 7 0 . 1 2 PT: 1 0 4 + 3 2 . 9 3 PC: 1 0 6 + 2 7 . 4 5 PT: 1 0 7 + 1 7 . 1 8 EP: 1 1 0 + 9 8 . 2 6 L1 L2 L3 L4 L5 C3 C1 C2 CONTROL POINT DATA POINT NUMBER 17 41 42 43 44 45 NORTHING 3462660.50 3463120.73 3463475.89 3463475.72 3462819.52 3463132.68 EASTING 4888040.34 4888281.87 4888070.66 4887807.67 4887718.55 4887836.02 ELEVATION 923.648 920.097 919.994 918.391 922.750 923.244 RAW DESCRIPTION VFCP / CUT X BOC VFCP / 5/8" RBR OPC VFCP / CUT X INTAKE VFCP / CUT X INTAKE VFCP / CUT X TRANSFORMER PAD VFCP / 5/8" RBR OPC ALIGNMENT EAST NUMBER L5 C3 L4 START STATION 200+00 203+70.23 204+60.51 END STATION 203+70.23 204+60.51 208+60.59 LENGTH 370.23' 90.28' 400.08' DELTA 89°57'52" RADIUS 57.50' CHORD 81.29' START NORTHING 3,463,195.74 3,463,036.96 3,462,960.39 START EASTING 4,887,825.49 4,888,159.94 4,888,187.23 END NORTHING 3,463,036.96 3,462,960.39 3,462,598.86 END EASTING 4,888,159.94 4,888,187.23 4,888,015.88 LINE / CHORD DIRECTION S64° 36' 15"E S19° 37' 19"E S25° 21' 37"W ALIGNMENT WEST NUMBER L3 C2 L2 C1 L1 START STATION 102+12.30 103+70.12 104+32.93 106+27.45 107+17.18 END STATION 103+70.12 104+32.93 106+27.45 107+17.18 110+98.26 LENGTH 157.82' 62.81' 194.52' 89.74' 381.07' DELTA 59°58'40" 89°25'01" RADIUS 60.00' 57.50' CHORD 59.98' 80.90' START NORTHING 3,463,327.76 3,463,170.45 3,463,116.26 3,463,005.71 3,462,926.20 START EASTING 4,887,935.89 4,887,948.58 4,887,922.88 4,887,762.83 4,887,747.87 END NORTHING 3,463,170.45 3,463,116.26 3,463,005.71 3,462,926.20 3,462,610.47 END EASTING 4,887,948.58 4,887,922.88 4,887,762.83 4,887,747.87 4,887,961.24 LINE / CHORD DIRECTION S4° 36' 43"E S25° 22' 37"W S55° 21' 57"W S10° 39' 26"W S34° 03' 04"E SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 G 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 3 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR G.01 CONTROL POINTS & STATIONING INFORMATION R FEETSCALE 0 40 80 HORZ. 17 41 42 43 44 45 APRON AI R P O R T R O A D TERMINAL ALIGNMENT WEST ALIGNMENT EAST HANGAR HANGAR HANGAR HANGAR HANGAR HANGAR HANGAR HANGAR HANGAR HANGAR HANGAR APRON APRON APRON PARKING LOT PARKING LOT PARKING LOT PARKING LOT PARKING LOT 35 TLO F A TLO F A TLO F A TOFA TOFA TOFA RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A TOF A TOFA TOFA TOFA TOFA TOFA ROF A ROF A TLO F A TLO F A TL O F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TL O F A TL O F A TL O F A TL O F A TL O F A TL O F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CO 200+0 0 201+0 0 202+0 0 203+0 0 204 + 0 0 20 5 + 0 0 20 6 + 0 0 20 7 + 0 0 20 8 + 0 0 208+60.59 BP : 2 0 0 + 0 0 . 0 0 PC : 2 0 3 + 7 0 . 2 3 PT: 20 4 + 6 0 . 5 1 EP: 20 8 + 6 0 . 5 9 10 0 + 0 0 10 1 + 0 0 10 2 + 0 0 10 3 + 0 0 10 4 + 0 0 105+ 0 0 106+ 0 0 10 7 + 0 0 108 + 0 0 109 + 0 0 110 + 0 0 110+98.26 BP: 100+00.00 PI: 102+12.30 PC: 103+70.12 PT: 1 0 4 + 3 2 . 9 3 PC: 1 0 6 + 2 7 . 4 5 PT: 1 0 7 + 1 7 . 1 8 EP: 1 1 0 + 9 8 . 2 6 1000 + 0 0 1001 + 0 0 1002+00 BP: 1 0 0 0 + 0 0 . 0 0 EP: 1 0 0 2 + 0 0 . 0 0 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 G 0 2 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 5 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR G.02 SITE GEOMETRIC LAYOUT - OVERVIEW R FEETSCALE 0 50 100 HORZ. MA T C H L I N E 1 MATCH L I N E 2 MAT C H L I N E 3 MATC H L I N E 4 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO PLAN & PROFILE GRADING SHEETS, DETAILED GRADING PLANS AND EXISTING CONDITIONS & DEMOLITION PLAN FOR MORE INFORMATION. GRANULAR SURFACING TO BE INSTALLED TO ALIGN WITH PROPOSED DROP CURB FOR FUTURE PARKING LOT ENTRANCES LEGEND PCC PAVEMENT, 7" PCC DRIVEWAY PAVEMENT, 6" RELOCATED GRANULAR SURFACING, 6" 36 XX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X 20 0 + 0 0 20 1 + 0 0 20 2 + 0 0 BP: 2 0 0 + 0 0 . 0 0 102+00 103+00 104+ 0 0 10 5 + 0 0 PI : 1 0 2 + 1 2 . 3 0 PC : 1 0 3 + 7 0 . 1 2 PT: 1 0 4 + 3 2 . 9 3 R90' R1 5 ' R10' R9 0 ' R47 ' R60 ' R73 ' PT STA:201+98.89 13.00' RT RAD STA:102+07.40 25.00' RT PT STA:102+07.40 15.00' RT STA:102+12.30 15.00' RT PC STA:102+00.59 32.33' RT STA:102+12.74 44.51' RT STA:102+01.86 52.21' RT PT STA:101+65.43 13.00' RT PC STA:101+60.30 13.91' RT STA:101+52.62 16.71' RT STA:101+55.50 17.79' RT STA:101+54.81 15.91' RT PT STA:101+63.48 13.00' LT PC STA:101+57.47 14.26' LT RAD STA:101+65.38 28.00' RT STA:102+12.30 13.00' RT PC STA:103+45.25 13.00' LT PC STA:103+45.30 13.00' RT PC STA:104+57.77 13.00' LT PT STA:104+57.74 13.00' RT RAD STA:104+57.79 103.00' RT STA:101+54.15 15.71' LT RAD STA:101+63.48 28.00' LT DROPPED CURB SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 G 0 2 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 5 1 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR G.03 SITE GEOMTERIC LAYOUTFEETSCALE 0 10 20 HORZ. R MATC H L I N E 3 MATC H L I N E 1 REFER TO SHEET G.02 FOR STATION AND OFFSET OF RADIUS CENTER NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO PLAN & PROFILE GRADING SHEETS, DETAILED GRADING PLANS AND EXISTING CONDITIONS & DEMOLITION PLAN FOR MORE INFORMATION. LEGEND PCC PAVEMENT, 7" PCC DRIVEWAY PAVEMENT, 6" RELOCATED GRANULAR SURFACING, 6" 37 202+00 203+00 204+ 0 0 PC : 2 0 3 + 7 0 . 2 3 PT: 204+60.51 R44 . 5 ' R57 . 5 ' R70.5 ' R60' 5' R9 0 ' R4 7 ' R6 0 ' R7 3 ' PC STA:203+54.74 13.00' RT PT STA:204+76.00 13.00' RT STA:204+66.93 13.00' LT STA:204+71.93 23.00' LTRAD STA:203+99.99 57.50' RTRAD STA:203+54.74 73.00' RT PT STA:201+98.89 13.00' RT PT STA:201+98.80 13.00' LT RAD STA:201+98.80 103.00' LT PT STA:204+60.51 13.00' LT PC STA:203+70.23 13.00' LT STA:204+67.43 13.00' LTDR O P P E D C U R B SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 G 0 2 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 5 3 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR G.04 SITE GEOMTERIC LAYOUTFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 1 MATCH LINE 2 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO PLAN & PROFILE GRADING SHEETS, DETAILED GRADING PLANS AND EXISTING CONDITIONS & DEMOLITION PLAN FOR MORE INFORMATION. FUTURE PARKING LOT SHOWN FOR REFERENCE LEGEND PCC PAVEMENT, 7" PCC DRIVEWAY PAVEMENT, 6" RELOCATED GRANULAR SURFACING, 6" 38 CO 204 + 0 0 205+00 206+00 207+00 PT : 2 0 4 + 6 0 . 5 1 R44 . 5 ' R57 . 5 ' R7 0 . 5 ' R6 0 ' R1 5 ' R5' 5'5'5'5'5'5' PC STA:203+54.74 13.00' RT PT STA:204+76.00 13.00' RT STA:204+66.93 13.00' LT STA:204+71.93 23.00' LT RAD STA:203+99.99 57.50' RT RAD STA:203+54.74 73.00' RT STA:204+94.29 13.00' LT STA:204+89.29 23.00' LT STA:205+50.54 13.00' LT STA:205+55.54 23.00' LT STA:205+73.82 23.00' LT STA:205+78.82 13.00' LT STA:206+20.61 13.00' LT STA:206+25.61 23.00' LT STA:206+54.57 23.00' LT STA:206+59.57 13.00' LT STA:206+84.60 15.56' LT STA:206+61.57 13.00' LT PC STA:206+69.16 13.00' RT RAD STA:206+78.48 24.14' RT RAD STA:206+69.16 28.00' RT PT STA:206+80.97 28.48' RT STA:206+77.25 30.62' RT PC STA:206+82.81 21.65' RT STA:206+85.52 8.89' RT STA:207+09.97 7.96' RT STA:206+94.70 17.36' RT STA:207+00.62 27.61' RT STA:206+81.77 38.47' RT STA:207+06.65 14.33' RT PT STA:206+82.16 20.52' RT PT STA:204+60.51 13.00' LT STA:206+66.24 13.52' LT STA:206+69.23 13.85' LT STA:204+67.43 13.00' LT STA:204+93.79 13.00' LT STA:205+51.04 13.00' LT STA:205+78.32 13.00' LT STA:206+21.11 13.00' LT STA:206+59.07 13.00' LT STA:206+47.91 13.00' RT STA:206+47.28 13.00' RT STA:205+97.97 13.00' RT STA:205+97.35 13.00' RT DROPPED CURB DROPPED CURB DROPPED CURB DROPPED CURB CURB CUT FOR STORM WATER LET DOWN SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 G 0 2 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 5 5 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR G.05 SITE GEOMTERIC LAYOUTFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 2 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO PLAN & PROFILE GRADING SHEETS, DETAILED GRADING PLANS AND EXISTING CONDITIONS & DEMOLITION PLAN FOR MORE INFORMATION. FUTURE PARKING LOT SHOWN FOR REFERENCE LEGEND PCC PAVEMENT, 7" PCC DRIVEWAY PAVEMENT, 6" RELOCATED GRANULAR SURFACING, 6" 39 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X 20 1 + 0 0 104+ 0 0 105+00 106+00 10 7 + 0 0 PT : 1 0 4 + 3 2 . 9 3 PC : 1 0 6 + 2 7 . 4 5 PT: 107+17.18 R4 4 . 5 ' R57 . 5 ' R70. 5 ' R60' R9 0 ' R5' 5' 5' R90 ' 1001+00 1002+00 EP : 1 0 0 2 + 0 0 . 0 0 PT STA:201+98.89 PC STA:103+45.30 PC STA:104+57.77 13.00' LT PT STA:104+57.74 13.00' RT RAD STA:104+57.77 103.00' LT PC STA:106+12.10 13.00' LT RAD STA:107+17.18 57.50' LT RAD STA:106+12.10 73.00' LT PT STA:107+32.53 13.00' LT STA:107+21.04 13.00' RT STA:107+38.54 18.00' RT RAD STA:107+44.35 24.50' STA:107+42.87 18.00' RT STA:107+42.87 19.50' RT STA:107+43.54 18.00' RT PC STA:107+44.35 19.50' RT PT STA:107+49.35 24.50' STA:107+63.54 13.00' RT STA:106+68.47 24.19' RT STA:106+77.75 23.58' RT STA:106+63.62 13.00' RT STA:106+82.57 13.00' RT PC STA:107+75.32 24.50' RT RAD STA:201+98.89 103.00' RT PT STA:107+17.18 13.00' RT PC STA:106+27.45 13.00' RT STA:107+44.57 13.00' LT STA:107+43.94 13.00' LT STA:106+82.15 13.00' RT STA:106+64.04 13.00' RT DR O P P E D C U R B DRO P P E D C U R B SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 G 0 2 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 6 : 5 7 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR G.06 SITE GEOMTERIC LAYOUTFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 3 MATCH LINE 4 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO PLAN & PROFILE GRADING SHEETS, DETAILED GRADING PLANS AND EXISTING CONDITIONS & DEMOLITION PLAN FOR MORE INFORMATION. FUTURE PARKING LOT SHOWN FOR REFERENCE LEGEND PCC PAVEMENT, 7" PCC DRIVEWAY PAVEMENT, 6" RELOCATED GRANULAR SURFACING, 6" 40 10 6 + 0 0 107+00 108+00 109+00 PC: 106+27.45 PT : 1 0 7 + 1 7 . 1 8 R44.5 ' R57 . 5 ' R70 . 5 ' R6 0 ' R13 ' R15 ' R5' 5' 5' 10 0 1 + 0 0 1002+00EP: 1002+00.00 PC STA:106+12.10 13.00' LT RAD STA:107+17.18 57.50' LT RAD STA:106+12.10 73.00' LT PT STA:107+32.53 13.00' LT STA:107+21.04 13.00' RT STA:107+38.54 18.00' RT RAD STA:107+44.35 24.50' RT STA:107+42.87 18.00' RT STA:107+42.87 19.50' RT STA:107+43.54 18.00' RT PC STA:107+44.35 19.50' RT STA:107+49.35 25.18' RT PT STA:107+49.35 24.50' RT STA:107+63.54 13.00' RTSTA:106+68.47 24.19' RT STA:106+77.75 23.58' RT STA:106+63.62 13.00' RT STA:106+82.57 13.00' RT STA:109+07.09 13.00' RT STA:109+33.09 15.05' RT STA:109+33.09 9.18' LT PC STA:109+26.38 13.00' LT STA:109+49.91 9.40' LT STA:109+51.22 16.28' LT STA:109+40.43 22.36' LT PT STA:109+39.44 20.61' LT PT STA:109+26.38 28.00' LT STA:108+45.58 13.00' RTSTA:107+93.37 14.50' RT PT STA:107+87.97 14.50' RT PC STA:107+75.32 24.50' RT STA:107+75.22 24.90' RT RAD STA:107+87.97 27.50' RT STA:107+93.37 13.00' RT STA:107+93.37 25.15' RT STA:108+45.58 24.67' RT PT STA:107+17.18 13.00' RT STA:108+55.76 13.00' LT STA:108+55.13 13.00' LT STA:109+05.44 13.00' LT STA:109+04.81 13.00' LT STA:107+94.20 13.00' LT STA:107+93.58 13.00' LT STA:107+44.57 13.00' LTSTA:107+43.94 13.00' LT STA:106+82.15 13.00' RT STA:106+64.04 13.00' RT DROPPED CURB DROPPED CURB DROPPED CURB DRO P P E D C U R B SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 G 0 2 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 0 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR G.07 SITE GEOMTERIC LAYOUTFEETSCALE 0 10 20 HORZ. R MA T C H L I N E 4 NOTES: 1.BASE BID PLUS ALL ALTERNATES SHOWN FOR REFERENCE. 2.REFER TO PLAN & PROFILE GRADING SHEETS, DETAILED GRADING PLANS AND EXISTING CONDITIONS & DEMOLITION PLAN FOR MORE INFORMATION. LEGEND PCC PAVEMENT, 7" PCC DRIVEWAY PAVEMENT, 6" RELOCATED GRANULAR SURFACING, 6" FUTURE PARKING LOT SHOWN FOR REFERENCE 41 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XX X X X X X X X X X X X X X CO X X X X X X X XXXXXXXX XXXXXXXX XXX XXXXXXX CONTRACTOR SHALL PROVIDE MAILBOXES TEMPORARILY RELOCATED NEARBY THE TERMINAL BUILDING AS SHOWN. ALL EXISTING MAILBOXES SHALL BE REMOVED, STOTED DURING CONSTRUCTION AND RE-INSTALLED AT THE COMPLETION OF THE PROJECT.THE COST OF RELOCATING MAILBOXES INCLUDING LABOR AND MATERIALS AND ANY LABOR AND MATERIALS REQUIRED FOR SIGNAGE SHALL BE CONSIDERED INCIDENTAL TO THE ASSOCIATED BID ITEMS. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH POSTAL SERVICE. XXXXX SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 J 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 1 1 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR J.01 TRAFFIC CONTROL & PHASING PLAN R FEETSCALE 0 50 100 HORZ. AIRPORT ROAD INSTALL TYPE III BARRICADES INSTALL TYPE III BARRICADES PHASE 1 LEGEND VEHICULAR (AIRPORT) TRAFFIC ACCESS ROUTE TYPE III BARRICADES LOW-PROFILE BARRICADES CONSTRUCTION STAGING/STORAGE/STOCKPILE LOCATION CONSTRUCTION - PHASE 1 PREVIOUS PHASE CONSTRUCTION AREAS XXXXXXXXXXXX STAGING AND STORAGE PREFERRED LOCATION IF WILDLIFE FENCING CONTRACTOR IS STILL UTILIZING THE PREFERRED STAGING AND STORAGE LOCATION, THIS LOCATION SHALL BE CONSIDERED AS AN ALTERNATIVE. INSTALL TYPE III BARRICADES PROVIDE TEMPORARY GRANULAR ACCESS. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVAL AND RE-INSTALLATION OF CHAIN LINK FENCE. AT THE THE TIME OF THE PROPOSED PROJECT'S CONSTRUCTION THERE MAY BE A FENCING CONTRACTOR COMPLETING FENCING WILDLIFE EXCLUSION FENCING IMPROVEMENTS AT THE AIRPORT. IT SHALL BE THIS PROJECT'S CONTRACTORS RESPONSIBILITY TO COORDINATE WITH THE FENCING CONTRACTOR TO PROVIDE ACCESS THROUGH THIS FENCE IF THE WILDLIFE FENCING PROJECT IS STILL ONGOING. INSTALL TYPE III BARRICADES INSTALL LOW-PROFILE BARRICADES 96" 18 " M A X . 360° LIGHT 10' MAX 1 LOW PROFILE BARRICADE DETAIL NOT TO SCALE LOW PROFILE BARRICADE NOTES: 1)BARRICADES SHALL BE LOW PROFILE AND LOW MASS AS APPROVED BY ENGINEER. 2)TWO FLASHING RED LIGHTS ARE REQUIRED. LIGHTS SHALL BE OMNIDIRECTIONAL OR ROTATE ONE LIGHT 90°. SECURELY FASTEN LIGHTS TO BARRICADE. 3)REFLECTIVE MEDIA SHALL BE ALTERNATING 6" WIDE BANDS OF INTERNATIONAL ORANGE AND WHITE ANGLED AT 45°. 4)BARRICADES SHALL BE SECURELY WEIGHTED TO PREVENT MOVEMENT BY WIND, PROPELLER WASH, OR JET BLAST UP TO 75 MPH. 5)SPACE BARRICADES 4' APART OR LESS AND EXTEND ACROSS PAVEMENT, EDGE TO EDGE. 6)CONTRACTOR SHALL INSPECT BARRICADES TWICE DAILY - BEFORE CONSTRUCTION STARTS AND PRIOR TO LEAVING THE SITE AT THE END OF DAY. 7)DISTANCE BETWEEN LIGHTS SHALL NOT EXCEED 10.' 42 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XX X X X X X X X X X X X X X CO XXXXXX XXXXXXXXX X X X X X X X X X X XXXXXX XXXXX CONTRACTOR SHALL PROVIDE MAILBOXES TEMPORARILY RELOCATED NEARBY THE TERMINAL BUILDING AS SHOWN. ALL EXISTING MAILBOXES SHALL BE REMOVED, STOTED DURING CONSTRUCTION AND RE-INSTALLED AT THE COMPLETION OF THE PROJECT.THE COST OF RELOCATING MAILBOXES INCLUDING LABOR AND MATERIALS AND ANY LABOR AND MATERIALS REQUIRED FOR SIGNAGE SHALL BE CONSIDERED INCIDENTAL TO THE ASSOCIATED BID ITEMS. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH POSTAL SERVICE. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 J 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 1 2 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR J.02 TRAFFIC CONTROL & PHASING PLAN R FEETSCALE 0 50 100 HORZ. AIRPORT ROAD INSTALL TYPE III BARRICADES INSTALL TYPE III BARRICADES INSTALL TYPE III BARRICADES LEGEND VEHICULAR (AIRPORT) TRAFFIC ACCESS ROUTE TYPE III BARRICADES LOW-PROFILE BARRICADES CONSTRUCTION STAGING/STORAGE/STOCKPILE LOCATION CONSTRUCTION - PHASE 2 PREVIOUS PHASE CONSTRUCTION AREAS XXXXXXXXXXXX PHASE 2 STAGING AND STORAGE PREFERRED LOCATION IF WILDLIFE FENCING CONTRACTOR IS STILL UTILIZING THE PREFERRED STAGING AND STORAGE LOCATION, THIS LOCATION SHALL BE CONSIDERED AS AN ALTERNATIVE. INSTALL TYPE III BARRICADES INSTALL LOW-PROFILE BARRICADES AT THE THE TIME OF THE PROPOSED PROJECT'S CONSTRUCTION THERE MAY BE A FENCING CONTRACTOR COMPLETING FENCING WILDLIFE EXCLUSION FENCING IMPROVEMENTS AT THE AIRPORT. IT SHALL BE THIS PROJECT'S CONTRACTORS RESPONSIBILITY TO COORDINATE WITH THE FENCING CONTRACTOR TO ENSURE THAT THEY DO NOT IMPEDE THE PROGRESS OF THE FENCING CONTRACTOR IF THE PROJECT IS STILL ONGOING. THE CITY OF AMES MAY BE ABLE TO PROVIDE CHANGEABLE MESSAGE BOARDS TO INDICATE THAT: "ENTRANCE TO AIRPORT LOCATED AT NEXT DRIVE EAST". CONTRACTOR SHALL COORDINATE WITH THE CITY OF AMES PUBLIC WORKS DEPARTMENT TO DETERMINE IF THESE SIGNS MAY BE USED FOR THIS PHASE OF THE PROJECT. COORDINATION FOR THE USE OF THESE MESSAGE BOARDS AND ANY LABOR, MATERIALS OR EQUIPMENT REQUIRED TO INSTALL AND REMOVE THE MESSAGE BOARDS SHALL BE CONSIDERED INCIDENTAL TO THE TRAFFIC CONTROL BID ITEMS. 43 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XX X X X X X X X X X X X X X CO XXXXXXXXXXXXX XXXXXX XXXXXX CONTRACTOR SHALL PROVIDE MAILBOXES TEMPORARILY RELOCATED NEARBY THE TERMINAL BUILDING AS SHOWN. ALL EXISTING MAILBOXES SHALL BE REMOVED, STOTED DURING CONSTRUCTION AND RE-INSTALLED AT THE COMPLETION OF THE PROJECT.THE COST OF RELOCATING MAILBOXES INCLUDING LABOR AND MATERIALS AND ANY LABOR AND MATERIALS REQUIRED FOR SIGNAGE SHALL BE CONSIDERED INCIDENTAL TO THE ASSOCIATED BID ITEMS. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH POSTAL SERVICE. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 J 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 1 4 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR J.03 TRAFFIC CONTROL & PHASING PLAN R FEETSCALE 0 50 100 HORZ. LEGEND VEHICULAR (AIRPORT) TRAFFIC ACCESS ROUTE TYPE III BARRICADES LOW-PROFILE BARRICADES CONSTRUCTION STAGING/STORAGE/STOCKPILE LOCATION CONSTRUCTION - PHASE 3 PREVIOUS PHASE CONSTRUCTION AREAS XXXXXXXXXXXX AIRPORT ROAD PHASE 3 STAGING AND STORAGE PREFERRED LOCATION IF WILDLIFE FENCING CONTRACTOR IS STILL UTILIZING THE PREFERRED STAGING AND STORAGE LOCATION, THIS LOCATION SHALL BE CONSIDERED AS AN ALTERNATIVE. INSTALL TYPE III BARRICADES INSTALL TYPE III BARRICADES 44 TLO F A TLO F A TLO F A TOFA TOFA TOFA RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A RO F A TOF A TOFA TOFA TOFA TOFA TOFA ROF A ROF A TLO F A TLO F A TL O F A TLO F A TLO F A TLO F A TL O F A TL O F A TLO F A TLO F A TLO F A TLO F A TL O F A TL O F A TL O F A TL O F A TL O F A TL O F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A TLO F A X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CO CO CO CO CO CO CO CO CO CO 200+0 0 201+0 0 202+0 0 203+0 0 204 + 0 0 20 5 + 0 0 20 6 + 0 0 20 7 + 0 0 20 8 + 0 0 208+60.59 BP : 2 0 0 + 0 0 . 0 0 PC : 2 0 3 + 7 0 . 2 3 PT: 20 4 + 6 0 . 5 1 EP: 20 8 + 6 0 . 5 9 10 0 + 0 0 10 1 + 0 0 10 2 + 0 0 10 3 + 0 0 10 4 + 0 0 105+ 0 0 106+ 0 0 10 7 + 0 0 108 + 0 0 109 + 0 0 110 + 0 0 110+98.26 BP: 100+00.00 EP: 1 1 0 + 9 8 . 2 6 PI: 102+12.30 PC: 103+70.12 PC: 106+27.45 PT: 1 0 4 + 3 2 . 9 3 PT: 1 0 7 + 1 7 . 1 8 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 L 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 3 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR L.01 JOINTING PLAN - OVERVIEW R FEETSCALE 0 50 100 HORZ. MA T C H L I N E 1 MATCH L I N E 2 MAT C H L I N E 3 MATC H L I N E 4 45 XX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X CO CO CO CO CO CO 20 0 + 0 0 20 1 + 0 0 20 2 + 0 0 BP: 2 0 0 + 0 0 . 0 0 102+00 103+00 104+ 0 0 10 5 + 0 0 PI : 1 0 2 + 1 2 . 3 0 PC : 1 0 3 + 7 0 . 1 2 PT: 1 0 4 + 3 2 . 9 3 12.71' 4 SPACES @ 11.81 = 47.23' 2' 2' 12.5' 15 . 8 ' 16 . 7 ' 11 SPACES @ 13' = 143' 5 S P A C E S @ 1 3 ' = 6 5 ' 26 ' 4 SP A C E S @ 1 1 . 5 5 ' = 4 6 . 2 2 ' 13. 2 5 ' 13. 2 5 ' 20 ' 26 ' 2 S P A C E S @ 13 . 6 1 ' = 2 7 . 2 2 ' 20' 26' 1.77' 3 SPACES @ 1 0 . 4 8 ' = 3 1 . 4 4 ' 3 SP A C E S @ 1 0 . 4 6 ' = 3 1 . 3 8 ' 5 S P A C E S @ 1 1 . 6 ' = 5 8 . 0 2 ' 26' 20' L C C L C C RT L L L L L L L L L L L LLLLLL RT C C C C C C RT RT C C C C C C C C C C C C C C C C C C C C C C C C C C ED E E EE E E C C C C C C C L L L L L ED C C C C C C C C C C C C C C C C L L L L L L L L L L RT RT C C C C C C C C C C C C RT RT RTRT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT RT C C C C C C C C C C C C C RT 3' 3' 3' 3' 3' CONSTRUCTION PHASE LIMIT L L L L L RT RT RT RT L C L X X X X X X X X X X X X X X X X X X X 13 ' 13 ' 9.9 8 ' 13' 13' 8.15' 13.01 ' E E C C RT RT C L L L C C RT RT RT RTC RT RT SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 L 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 3 3 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR L.02 JOINTING PLAN - BASE BID R FEETSCALE 0 10 20 HORZ. SEE BOTTOM VIEW THIS SHEET FOR BASE BID JOINTING FEETSCALE 0 5 10 HORZ. R JOINTING NOTES: 1.JOINT DESIGNATIONS SHALL APPLY TO THE LENGTH OF THE JOINT UNLESS OTHERWISE NOTED. 2.ALL DOWELS AND DEFORMED BARS IN JOINTS SHALL BE PLACED TO ELEVATION PRIOR TO PAVING OPERATIONS. METHODS SHALL INCLUDE, BUT ARE NOT LIMITED TO, STAKING, CHAIRS AND/OR BASKETS. 3.JOINT SPACING AND JOINT TYPES MAY VARY IN FIELD. JOINT TYPES WILL BE DEPENDENT OF CONTRACTORS PAVING OPERATIONS. CONTRACTOR SHALL SUBMIT A PAVING PLAN TO THE ENGINEER PRIOR TO PAVING OPERATIONS FOR APPROVAL. 4.REFER TO IOWA SUDAS 2025 EDITION FOR JOINT TYPES AND DETAILS. #4 BARS @ 24" O.C. (CONTINUALLY REINFORCED) MATC H L I N E 3 MATC H L I N E 1 CONCRETE GATE PAD BY OTHERS BASE BID JOINTING PLAN CONSTRUCTION PHASE LIMIT 46 X X X X X X X X X X X X X X X X 7. 6 7 ' 7 SP A C E S @ 1 2 ' = 8 4 . 0 3 ' 202+00 203+00 204+ 0 0 20 5 + 0 0 PC : 2 0 3 + 7 0 . 2 3 PT: 204+60.51 12 SPACES @ 13' = 156'13.03' 3' 8. 7 ' 5. 3 4 ' 10'26' 26 ' 26' 3' 13 ' 3 S P A C E S @ 1 0 . 0 7 ' = 3 0 . 2 2 ' 12 ' 2 S P A C E S @ 11 . 3 9 ' = 2 2 . 7 8 ' 17 . 4 ' 2 SPACES @ 13.61' = 27.22' 20 ' 26 ' 3 SPACES @ 1 0 . 4 6 ' = 3 1 . 3 8 ' L L L L L L L L L L L L L L C C C C C C C C C C C C C C C C C C C C C C C C C C C C L L L L L L L C C CC CC CC CC CC ED ED ED ED B B E E E E L L L L L L L C C C C C C C CC C C C C C RT RT RT RT RT RT RT C C C C C C C C L C C CC C CC L C C C C C C L L L C C C C RT RT RT RT RT RT RT RT RT RT C C C C RT RT RT 3' 3' 3' RT RT RT 3' C RT RT RT RT SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 L 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 3 5 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR L.03 JOINTING PLAN - BASE BID R JOINTING NOTES: 1.JOINT DESIGNATIONS SHALL APPLY TO THE LENGTH OF THE JOINT UNLESS OTHERWISE NOTED. 2.ALL DOWELS AND DEFORMED BARS IN JOINTS SHALL BE PLACED TO ELEVATION PRIOR TO PAVING OPERATIONS. METHODS SHALL INCLUDE, BUT ARE NOT LIMITED TO, STAKING, CHAIRS AND/OR BASKETS. 3.JOINT SPACING AND JOINT TYPES MAY VARY IN FIELD. JOINT TYPES WILL BE DEPENDENT OF CONTRACTORS PAVING OPERATIONS. CONTRACTOR SHALL SUBMIT A PAVING PLAN TO THE ENGINEER PRIOR TO PAVING OPERATIONS FOR APPROVAL. 4.REFER TO IOWA SUDAS 2025 EDITION FOR JOINT TYPES AND DETAILS. SW-514 GRATE INTAKE BOXOUT (SEE SUDAS DETAIL) MA T C H L I N E 1 MATCH LINE 2 FEETSCALE 0 10 20 HORZ. 47 7.67' CO CO7 SP A C E S @ 1 2 ' = 8 4 . 0 3 ' 204 + 0 0 205+00 206+00 207+00 PT : 2 0 4 + 6 0 . 5 1 3' 9 SPACES @ 13' = 117' 8.7'9.1' 18.3'29' 9.6'9.7'9.7' 5.34' 13.1' 10.7' 6.8'17.7' 2. 4 ' 11 . 8 ' 12.5' 9.3' 9.1 ' 10 ' 26 ' 10 ' 26 ' 10 ' 26 ' 12 . 9 ' 11 . 6 ' 26' 3' 13'3 SPACES @ 10.07' = 30.22'12'2 SPACES @ 11.39' = 22.78' 17.4' 11.5'10 . 8 ' 12 . 9 ' C C C C C C L L L L L L L C C C C C C C C C C C C EDED EDED B B EE E E L L L L L C C C C C C C C C C C C RT RT RT RT RT RT RT C C C C C C C C L C C L C C L C C L C C L C C L C C L C C L C C L C C E E E EE E E E E E RT RT RT RT C C E E E RT RT RT C C C RT RT L L C C CC C C L RT RT 3' RTRT RT 3' C RT RT SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 L 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 3 7 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR L.04 JOINTING PLAN - BASE BID R FEETSCALE 0 10 20 HORZ. MA T C H L I N E 2 JOINTING NOTES: 1.JOINT DESIGNATIONS SHALL APPLY TO THE LENGTH OF THE JOINT UNLESS OTHERWISE NOTED. 2.ALL DOWELS AND DEFORMED BARS IN JOINTS SHALL BE PLACED TO ELEVATION PRIOR TO PAVING OPERATIONS. METHODS SHALL INCLUDE, BUT ARE NOT LIMITED TO, STAKING, CHAIRS AND/OR BASKETS. 3.JOINT SPACING AND JOINT TYPES MAY VARY IN FIELD. JOINT TYPES WILL BE DEPENDENT OF CONTRACTORS PAVING OPERATIONS. CONTRACTOR SHALL SUBMIT A PAVING PLAN TO THE ENGINEER PRIOR TO PAVING OPERATIONS FOR APPROVAL. 4.REFER TO IOWA SUDAS 2025 EDITION FOR JOINT TYPES AND DETAILS. SW-514 GRATE INTAKE BOXOUT (SEE SUDAS DETAIL) 48 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X 6. 2 6 ' CO COCO CO 7 SP A C E S @ 1 2 ' = 8 4 . 0 6 ' 201 + 0 0 104+ 0 0 105+00 106+00 10 7 + 0 0 PC: 106+27.45 PT : 1 0 4 + 3 2 . 9 3 PT: 107+17.18 5 SPACES @ 13' = 65' 7. 9 ' 12' 13 ' 10.6 ' 6.6 ' 13. 1 ' 3 S P A C E S @ 1 0 ' = 3 0 . 0 5 ' 5 SPACES @ 11.6' = 58.02' 26 ' 20 ' C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C CC C C C C C C C C L L L L L L L L L L L L L L L L L L L L L RT RT RT RT RT RT RT E E E E C C C C C C L L L BB EDED ED ED C C RT E E C C C C L LLL RT RT C C C C C C RTRTRTRTRT RT RT RT RT RT RT RT RTC C C C C C C C C C C RT C RTRT RT RT RT RT RT 3' 3' 3' LL LLL L C L RT RT SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 L 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 4 0 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR L.05 JOINTING PLAN - ALTERNATE BID A R FEETSCALE 0 10 20 HORZ. 7 SPACES @ 13' = 91' 26 ' 26 ' 26 ' 20' 1.5' 3' 26' 26 ' 86.79 ' MA T C H L I N E 3 MATCH LINE 4 8' JOINTING NOTES: 1.JOINT DESIGNATIONS SHALL APPLY TO THE LENGTH OF THE JOINT UNLESS OTHERWISE NOTED. 2.ALL DOWELS AND DEFORMED BARS IN JOINTS SHALL BE PLACED TO ELEVATION PRIOR TO PAVING OPERATIONS. METHODS SHALL INCLUDE, BUT ARE NOT LIMITED TO, STAKING, CHAIRS AND/OR BASKETS. 3.JOINT SPACING AND JOINT TYPES MAY VARY IN FIELD. JOINT TYPES WILL BE DEPENDENT OF CONTRACTORS PAVING OPERATIONS. CONTRACTOR SHALL SUBMIT A PAVING PLAN TO THE ENGINEER PRIOR TO PAVING OPERATIONS FOR APPROVAL. 4.REFER TO IOWA SUDAS 2025 EDITION FOR JOINT TYPES AND DETAILS. SW-514 GRATE INTAKE BOXOUT (SEE SUDAS DETAIL) 49 6.26' CO CO 7 SP A C E S @ 1 2 ' = 8 4 . 0 6 ' 10 6 + 0 0 107+00 108+00 109+00 PC: 106+27.45 PT : 1 0 7 + 1 7 . 1 8 7.9' 12 ' 13' 10.6 ' 6.6' 13.1 ' 1. 5 ' 26 ' 26 ' 12 SPACES @ 13' = 156' 12 . 1 ' 11 . 7 ' 12.3'12.3'13.9'13.7' 16.83' 12.38 ' 11 . 3 3 ' 12 . 9 ' 3 SPACES @ 10' = 30.05' 3. 8 ' 3' C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C L L L L L L L L L L L RT RT RT RT RT RT RT E EE E C C C C C C C C C C C C C C C C C C C C C C C C C C C C L L L L L L L L L L L L L L L L B B ED EDED ED C C C C CEE E E E E E CC C RT RTRTRTRTRT E E E EE RT L RT RT RT RT C C C C RT C RT RTRT RT RT RT RT RT RT 3' RT RT RT SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 L 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 7 : 4 2 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR L.06 JOINTING PLAN - ALTERNATE BID A R FEETSCALE 0 10 20 HORZ. 3' 8' 1. 5 ' 1.25' 11.9'12.7' MA T C H L I N E 4 26 ' 12 . 6 ' JOINTING NOTES: 1.JOINT DESIGNATIONS SHALL APPLY TO THE LENGTH OF THE JOINT UNLESS OTHERWISE NOTED. 2.ALL DOWELS AND DEFORMED BARS IN JOINTS SHALL BE PLACED TO ELEVATION PRIOR TO PAVING OPERATIONS. METHODS SHALL INCLUDE, BUT ARE NOT LIMITED TO, STAKING, CHAIRS AND/OR BASKETS. 3.JOINT SPACING AND JOINT TYPES MAY VARY IN FIELD. JOINT TYPES WILL BE DEPENDENT OF CONTRACTORS PAVING OPERATIONS. CONTRACTOR SHALL SUBMIT A PAVING PLAN TO THE ENGINEER PRIOR TO PAVING OPERATIONS FOR APPROVAL. 4.REFER TO IOWA SUDAS 2025 EDITION FOR JOINT TYPES AND DETAILS. SW-514 GRATE INTAKE BOXOUT (SEE SUDAS DETAIL) 50 900 905 910 915 920 925 930 935 940 900 905 910 915 920 925 930 935 940 92 0 . 1 92 0 . 2 92 0 . 5 92 1 . 1 92 1 . 5 91 9 . 5 91 8 . 8 92 0 . 1 0 92 0 . 2 0 92 0 . 4 7 92 1 . 1 5 92 1 . 5 0 91 9 . 4 8 91 8 . 8 1 I=915.50 8" PVC NW 205+13.69, 35.80' LT R=918.05 IN - EX 8 I=914.50 8" PVC SE I=914.42 15" RCP NE I=914.35 15" RCP SW 205+16.62, 69.62' RT R=920.21 MH - EX 1 I=914.91 8" PVC SE I=914.94 8" PVC NW SW-501 STA 205+14.94, 8.02' RT FG=920.81 IN - EX 3 I=915.12 8" PVC SE I=915.10 8" PVC NW SW-501 STA 205+14.30, 13.32' LT FG=920.82 IN - EX 4 62' EX 8" PVC @ 0.71% 17' EX 8" PVC @ 1.09% 21' EX 8" PVC @ 1.81% >>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> IN - EX 6 MH - EX 1 IN - EX 3 IN - EX 4 IN - EX 8 204+ 0 0 20 5 + 0 0 20 6 + 0 0 PT: 204+60.51 >> E E E E E E E E XXXXXX E E E E l l l l l l l l l l l l l l l l > > > > > > > > > > > > > > G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G-D C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S l G-D G-D G-D F-D- W I N D S T R E A M F-D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F-D-WINDSTRE A M F-D-WINDSTRE A M F-D-WINDSTRE A M F-D-WINDSTREAM C- D - L U M E N C- D - L U M E N C-D - L U M E N C- D - L U M E N C-D - L U M E N C- D - L U M E N C-D - L U M E N C- D - L U M E N C-D - L U M E N C-D - L U M E N G-DG-DG-D G- D V VC 920 92 0 92 0 920 920 919 919 92 1 92 1 92 1 921 921 920 920 919 919 921 92 1 >> E E E E E E E E XXXXXX E E E E l l l l l l l l l l l l l l l l > > > > > > > > > > > > > > G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G-D C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S l G-D G-D G-D F-D- W I N D S T R E A M F-D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F- D - W I N D S T R E A M F-D-WINDSTRE A M F-D-WINDSTRE A M F-D-WINDSTRE A M F-D-WINDSTREAM C- D - L U M E N C- D - L U M E N C-D - L U M E N C- D - L U M E N C-D - L U M E N C- D - L U M E N C-D - L U M E N C- D - L U M E N C-D - L U M E N C-D - L U M E N G-DG-DG-D G- D V VC >>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> 204+ 0 0 20 5 + 0 0 20 6 + 0 0 PT: 204+60.51 >>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> IN - EX 6 MH - EX 1 IN - EX 4 IN - EX 8IN - PR 2 922 92 1 92 1 92 1 92 2 92 2 922 922 922 92 0 920 921 92 1 920 919 92 1 92 1 92 1 921 92 0 920 919 92 1 92 1 92 1 921 920 919 921 920 92 1 900 905 910 915 920 925 930 935 940 900 905 910 915 920 925 930 935 940 92 0 . 1 92 0 . 2 92 0 . 5 92 1 . 1 92 1 . 5 91 9 . 5 91 8 . 8 92 1 . 2 1 92 1 . 4 2 I=915.50 8" PVC NW 205+13.69, 35.80' LT R=918.05 IN - EX 8 I=914.50 8" PVC SE I=914.42 15" RCP NE I=914.35 15" RCP SW 205+16.62, 69.62' RT R=920.21 MH - EX 1 I=915.12 8" PVC SE I=918.25 6" PVC S I=918.25 6" PVC NE I=915.10 8" PVC NW SW-501 SW-603 TYPE S CASTING STA 205+14.30, 13.00' LT FG=921.24 IN - EX 4 57' EX 8" PVC @ 0.71% 17' EX 8" PVC @ 1.12% 21' EX 8" PVC @ 1.78% I=914.90 8" SE I=918.00 6" N I=918.00 6" SW I=914.90 8" NW SW-501 SW-603 TYPE S CASTING STA 205+15.08, 13.00' RT FG=921.23 IN - PR 2 7' 8" PVC @ 0.15% INSTALL SUDAS SW-211 PC-2 CONCRETE COLLAR (INCIDENTAL TO STORM SEWER PIPE BID ITEMS) NOTE: IN - EX 4 IS TO REMAIN. THE FORM GRADE ELEVATION SHALL BE RAISED BY 0.42'. A NEW CASTING IS REQUIRED. FOR CLARITY IT IS BEING SHOWN AS A NEW STRUCTURE. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 M 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 0 7 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR R FEETSCALE 0 25 50 HORZ. FEETSCALE 0 5 10 VERT.M.01 STORM SEWER PLAN & PROFILE - BASE BID R STRUCTURE TO BE MODIFIED (SEE RIGHT SIDE THIS SHEET) USE REMAINDER OF STRUCTURE AS CONSTRUCTED STRUCTURE TO BE REMOVEDUSE STRUCTURE AS CONSTRUCTED USE STRUCTURE AS CONSTRUCTED EXISTING STORM SEWER PLAN VIEW (ABOVE) EXISTING STORM SEWER PROFILE VIEW (BELOW) PROPOSED STORM SEWER PLAN VIEW (ABOVE) PROPOSED STORM SEWER PROFILE VIEW (BELOW) 51 895 900 905 910 915 920 925 930 935 940 895 900 905 910 915 920 925 930 935 940 92 0 . 6 92 1 . 8 92 0 . 7 92 0 . 2 92 0 . 1 92 0 . 0 91 9 . 8 91 9 . 5 91 9 . 5 91 9 . 5 91 9 . 3 91 9 . 9 92 0 . 1 92 0 . 2 92 0 . 5 92 0 . 7 92 1 . 2 92 1 . 4 92 1 . 5 92 1 . 5 91 9 . 3 91 9 . 0 92 1 . 7 2 92 0 . 8 4 92 1 . 5 5 92 1 . 7 4 I=913.80 15" RCP NE I=914.61 15" RCP SE I=913.75 18" RCP W 206+56.56, 119.51' RT R=919.32 IN - EX 6 I=912.78 18" RCP E I=913.18 12" HDPE NW I=913.48 8" PVC SE I=912.74 18" RCP W 108+69.68, 30.31' RT R=919.40 IN - EX 5 I=914.50 8" PVC SE I=914.42 15" RCP NE I=914.35 15" RCP SW 205+16.62, 69.62' RT R=920.21 MH - EX 1 I=915.43 15" SW SW-511 SW-604 TYPE 6 CASTING STA 204+15.38, 63.23' LT FG=918.11 IN - PR 3 194' EX 18" RCP @ 0.50% 146' EX 18" RCP @ 1.19% 149' EX 15" RCP @ 0.37% 151' EX 15" RCP @ 0.61% 20' 15" RCP @ 0.51% INSTALL SUDAS SW-211 PC-2 CONCRETE COLLAR (INCIDENTAL TO STORM SEWER PIPE BID ITEMS) 6" STM INV = 918.34 6" STM INV = 918.796" STM INV = 918.78 6" STM INV = 918.36 E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E l l >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> E E E E X X X X X X X X X X X X X X X X X X X X X X X X X X X X E E E E E E E E E E E E E E E E E E E E E E E E l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l lllllllllll > > > > > > > > > > > > > > > > > > > > >> > > > > > > > > > > > > > > > > > > > > > > >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >> >> >> >> >> G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G- D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D G-D C-D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C-D - I C S C-D - I C S C-D - I C S C-D - I C S C-D- I C S C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS C-D-ICS E EE E > l C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C-D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C-D- L U M E N C G-D F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D - W I N D S T R E A M F-D-WIN D S T R E A M F-D-WIN D S T R E A M F-D-WI N D S T R E A M F-D-WIN D S T R E A M F-D-WIN D S T R E A M C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C-D - L U M E N C- D - L U M E N C-D- L U M E N C-D- L U M E N C-D- L U M E N C-D- L U M E N C-D-LUMEN F- D - M E T R O N E T F- D - M E T R O N E T F-D-METRONE T F-D-METRONE T F-D-METRONET F-D-METRONE T F-D-METRONE T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T F-D - M E T R O N E T G-D G-D G-D G-D G-D G-D G-D G-D V C V V V V V V >> >> >> >> >> >> >> >> >> >> >>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> 20 3 + 0 0 20 4 + 0 0 205+00 206+00 PC: 203 + 7 0 . 2 3 PT : 2 0 4 + 6 0 . 5 1 10 9 + 0 0 11 0 + 0 0 >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>> >>>>>>>>>>>>>>>>>>>>>>>>>>>> >>>>>>>>>>>>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>> CO CO CO IN - EX 5 IN - EX 6 IN - EX 9 MH - EX 1 IN - EX 4 IN - EX 8 IN - PR 3 IN - EX 11 IN - PR 2 920 921 92 1 921 921 92 2 921 921 922922 922 92 2 92 2 920 92 0 92 1 921 920 919 921 921921 921 920 92 0 91 9 921 921 921 92 1 920 921 920 920 921 92 1 921 92 2 92 2 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 M 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 0 9 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR R FEETSCALE 0 25 50 HORZ. FEETSCALE 0 5 10 VERT.M.02 STORM SEWER PLAN & PROFILE - BASE BID USE STRUCTURE AS CONSTRUCTED USE STRUCTURE AS CONSTRUCTED USE STRUCTURE AS CONSTRUCTED 52 900 905 910 915 920 925 930 935 940 900 905 910 915 920 925 930 935 940 92 2 . 3 92 1 . 1 92 2 . 1 92 1 . 5 92 1 . 1 92 1 . 0 92 2 . 2 9 92 1 . 1 5 92 2 . 1 4 92 1 . 4 7 92 1 . 1 4 92 0 . 9 6 I=914.57 12" PVC NE I=914.81 12" HDPE NW I=914.46 12" HDPE SE SW-501 STA 107+40.86, 18.39' RT FG=920.68 IN - EX 1 I=915.19 12" PVC SW SW-501 STA 107+39.84, 6.64' LT FG=920.86 IN - EX 2 21' EX 12" PVC @ 2.94% >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> IN - EX 1 IN - EX 2 IN - EX 5 106+00 10 7 + 0 0 10 8 + 0 0 PC : 1 0 6 + 2 7 . 4 5 PT: 107+17.18 X X X l l l l l l llllllll l l l l l l l l l l >>>>>>> > > > > > > > > > > > >>>>>>>>>>>>>>>> >> >> >> >> >> >> G- D G- D G- D G- D G- D G- D G- D G-D G-D G-D G-D G-D G-D G-D C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C-D-ICS C-D-ICS C-D-ICS C-D-LUMEN C-D-LUMEN C-D-LUMEN C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N E E G-D G-D G-D G-D > > > > > > C-D-LUM E N F- D - M E T R O N E T F-D-METRONET F-D-METRONET F-D-METRONET F-D-METRONETV C V M 921 922 92 2 922 92 1 922 92 1 921 921 X X X l l l l l l llllllll l l l l l l l l l l >>>>>>> > > > > > > > > > > > >>>>>>>>>>>>>>>> >> >> >> >> >> >> G- D G- D G- D G- D G- D G- D G- D G-D G-D G-D G-D G-D G-D G-D C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C- D - I C S C-D-ICS C-D-ICS C-D-ICS C-D-LUMEN C-D-LUMEN C-D-LUMEN C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N C- D - L U M E N E E G-D G-D G-D G-D > > > > > > C-D-LUM E N F- D - M E T R O N E T F-D-METRONET F-D-METRONET F-D-METRONET F-D-METRONETV C V M >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> 106+00 10 7 + 0 0 10 8 + 0 0 PC : 1 0 6 + 2 7 . 4 5 PT: 107+17.18 >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>> >> >> >> >> >> >> >> >> >>>>>> >> >> >> >> >> IN - EX 1 IN - EX 5 IN - PR 1 >>>>>>>> >>>>>>>>>> 920 921 921 92 1 922 922 92 1 92 1 92 1 921 92 2 922 923 921 921921 900 905 910 915 920 925 930 935 940 900 905 910 915 920 925 930 935 940 92 2 . 3 92 1 . 1 92 2 . 1 92 1 . 5 92 1 . 1 92 1 . 0 92 0 . 9 2 92 1 . 7 5 I=914.57 12" PVC NE I=914.81 12" HDPE NW I=918.10 6" PVC SE I=918.10 6" PVC NW I=914.46 12" HDPE SE SW-501 SW-603 TYPE S CASTING STA 107+41.04, 18.00' RT FG=920.69 IN - EX 1 21' EX 12" PVC @ 3.00% I=918.00 6" PVC SE I=918.00 6" PVC N I=915.44 12" PVC SW SW-501 SW-603 TYPE S CASTING STA 107+39.58, 13.00' LT FG=920.79 IN - PR 1 8' 12" PVC @ 2.99% INSTALL SUDAS SW-211 PC-2 CONCRETE COLLAR (INCIDENTAL TO STORM SEWER PIPE BID ITEMS) NOTE: IN - EX 1 IS TO REMAIN. THE FORM GRADE ELEVATION WILL BE ADJUSTED SLIGHTLY. A NEW CASTING IS REQUIRED. FOR CLARITY IT IS BEING SHOWN AS A NEW STRUCTURE. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 M 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 1 5 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR R FEETSCALE 0 25 50 HORZ. FEETSCALE 0 5 10 VERT.M.03 STORM SEWER PLAN & PROFILE - ALTERNATE BID A R STRUCTURE TO BE MODIFIED (SEE RIGHT SIDE THIS SHEET) USE REMAINDER OF STRUCTURE AS CONSTRUCTED STRUCTURE TO BE REMOVED EXISTING STORM SEWER PLAN VIEW (ABOVE) EXISTING STORM SEWER PROFILE VIEW (BELOW) PROPOSED STORM SEWER PLAN VIEW (ABOVE) PROPOSED STORM SEWER PROFILE VIEW (BELOW) 53 >> >> >>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>>>>>> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> CO CO CO CO CO CO >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >>>> >> >>>>CO CO CO CO X X X X X X X X X X X X X X X X X X X XX X X X X X X X X X X X X X X X X X X X X X X X CV V C V C V VC V V V V V M CO>>>>>>>> >>>>>>>> I=920.50 6" S 103+50.35, 15.13' LT R=923.96 C.O. I=920.50 6" S 103+50.36, 15.13' RT R=924.03 C.O. 200+0 0 201+0 0 202+0 0 203+0 0 204 + 0 0 20 5 + 0 0 20 6 + 0 0 20 7 + 0 0 BP : 2 0 0 + 0 0 . 0 0 PC : 2 0 3 + 7 0 . 2 3 PT: 20 4 + 6 0 . 5 1 10 4 + 0 0 105+ 0 0 106+ 0 0 10 7 + 0 0 108 + 0 0 109 + 0 0 PC: 103+70.12 PT: 1 0 4 + 3 2 . 9 3 PC: 1 0 6 + 2 7 . 4 5 PT: 1 0 7 + 1 7 . 1 8 6" P V C @ 0 . 4 9 % 6" PVC @ 0. 4 9 % 6" P V C @ 0 . 2 0 % 6" P V C @ 0 . 5 9 % 6" P V C @ 0 . 6 1 % 6" P V C @ 0 . 4 9 % 6" P V C @ 0 . 5 3 % 6" PV C @ 0 . 5 3 % 6" PV C @ 0 . 4 9 % 6" P V C @ 0 . 5 3 % 6" P V C @ 0 . 2 5 % BASE BID ENDS ALTERNATE A BEGINS 6" PVC @ 0. 4 9 % 6" PVC @ 0. 4 9 % 6" PVC @ 0. 4 9 % 6" PVC @ 0. 4 9 % 6" PVC @ 0. 4 9 % I=919.00 6" NW 109+32.77, 16.51' RT R=922.47 C.O. I=918.50 6" W 109+39.12, 23.10' LT R=922.04 C.O. I=918.42 6" N 206+84.43, 17.05' LT R=922.00 C.O. I=918.31 6" NE 206+69.16, 14.50' RT R=921.81 C.O. I=919.88 6" SW 104+73.00, 14.50' RT R=923.07 C.O. I=919.40 6" SW 104+73.00, 14.50' LT R=922.94 C.O. I=919.89 6" NW I=919.89 6" NE 104+67.00, 14.50' LT R=923.00 C.O. I=920.03 6" NE I=920.03 6" SE 104+67.00, 14.50' RT R=923.12 C.O. REFER TO STORM SEWER PLAN & PROFILE SHEETS FOR INVERTS REFER TO STORM SEWER PLAN & PROFILE SHEETS FOR INVERTS REFER TO STORM SEWER PLAN & PROFILE SHEETS FOR INVERTS REFER TO STORM SEWER PLAN & PROFILE SHEETS FOR INVERTS 921 921 923 923 922 922 922 922 922 92 1 92 1 92 0 921922 922 922 922 919 921 922 923 923 921 922 922 922 923 92 3 923 921 92 1 920 920 92 0 92 1 921 921 92 2 922922 920 921 921 921 922 920 920 92 0 919 919 919 921 921 92 1 92 0 92 1 >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> 6" P V C @ 0 . 1 0 % >> >> >> >> >> >> 6" P V C @ 0 . 5 2 % 92 0 91 9 92 1 92 1 92 192 1 92 1 921 92 1 922 CONTRACTOR SHALL LOCATE ALL UTILITIES AND COORDINATE THE LOCATION OF SUBDRAIN WITH THE ENGINEER ON-SITE. NOTE THAT SUDAS 4040, CASE C MAY BE UTILIZED AS SHOWN IF UTILITY CONFLICTS EXIST. CONTRACTOR SHALL LOCATE ALL UTILITIES AND COORDINATE THE LOCATION OF SUBDRAIN WITH THE ENGINEER ON-SITE. NOTE THAT SUDAS 4040, CASE C MAY BE UTILIZED AS SHOWN IF UTILITY CONFLICTS EXIST. CONTRACTOR SHALL LOCATE ALL UTILITIES AND COORDINATE THE LOCATION OF SUBDRAIN WITH THE ENGINEER ON-SITE. NOTE THAT SUDAS 4040, CASE C MAY BE UTILIZED AS SHOWN IF UTILITY CONFLICTS EXIST. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 M . 0 2 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 3 4 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR FEETSCALE 0 25 50 HORZ.M.04 SUBDRAIN PLAN R 54 201+50 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 201+75 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 202+00 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 3 . 2 -1 3 . 0 92 3 . 2 2.00%2.00% 202+25 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 3 . 1 -1 3 . 0 92 3 . 1 2.00%2.00% 202+50 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 3 . 0 -1 3 . 0 92 3 . 0 2.00%2.00% 202+75 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 2 . 8 -1 3 . 0 92 2 . 8 2.00%2.00% 203+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 2 . 7 -1 3 . 0 92 2 . 7 2.00%2.00% 203+25 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 2 . 6 -1 3 . 0 92 2 . 6 2.00%2.00% 203+50 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 2 . 5 -1 3 . 0 92 2 . 5 2.00%2.00% 203+75 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 15 . 9 92 2 . 3 -1 3 . 0 92 2 . 4 2.00%2.00% 204+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 18 . 9 92 2 . 1 -1 3 . 0 92 2 . 3 2.00%2.00% 204+25 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 19 . 2 92 2 . 0 -1 3 . 0 92 2 . 1 2.00%2.00% 204+50 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 16 . 9 92 2 . 0 -1 3 . 0 92 2 . 0 2.00%2.00% 204+75 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 1 . 9 -1 3 . 0 92 1 . 6 2.00%2.00% 205+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 8 13 . 0 92 1 . 8 2.00%2.00% -30 -20 -10 CL +10 +20 +30 92 3 . 2 92 3 . 2 4 -30 -20 -10 CL +10 +20 +30 92 3 . 0 92 3 . 1 3 -30 -20 -10 CL +10 +20 +30 92 2 . 9 92 2 . 9 3 -30 -20 -10 CL +10 +20 +30 92 2 . 8 92 2 . 8 2 -30 -20 -10 CL +10 +20 +30 92 2 . 7 92 2 . 7 0 -30 -20 -10 CL +10 +20 +30 92 2 . 5 92 2 . 5 9 -30 -20 -10 CL +10 +20 +30 92 2 . 4 92 2 . 4 7 -30 -20 -10 CL +10 +20 +30 92 2 . 2 92 2 . 3 6 -30 -20 -10 CL +10 +20 +30 92 2 . 0 92 2 . 2 4 -30 -20 -10 CL +10 +20 +30 92 2 . 0 92 2 . 1 3 -30 -20 -10 CL +10 +20 +30 92 1 . 8 92 2 . 0 1 -30 -20 -10 CL +10 +20 +30 92 1 . 6 92 1 . 9 0 -30 -20 -10 CL +10 +20 +30 92 1 . 5 92 1 . 7 8 -30 -20 -10 CL +10 +20 +30 92 1 . 5 92 1 . 6 7 -30 -20 -10 CL +10 +20 +30 92 1 . 4 92 1 . 5 5 0.98%0.77%1.32%1.37% SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 W 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 4 3 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR W.01 CROSS SECTIONS 55 205+25 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 8 13 . 0 92 1 . 8 2.00%2.00% 205+50 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 9 13 . 0 92 1 . 9 2.00%2.00% 205+75 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 7 13 . 0 92 2 . 0 2.00%2.00% 206+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 2 . 2 13 . 0 92 1 . 8 2.00%2.00% 206+25 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 8 13 . 0 92 1 . 8 2.00%2.00% 206+50 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 7 13 . 0 92 2 . 0 2.00%2.00% -30 -20 -10 CL +10 +20 +30 92 1 . 3 92 1 . 5 3 -30 -20 -10 CL +10 +20 +30 92 1 . 4 92 1 . 6 6 -30 -20 -10 CL +10 +20 +30 92 1 . 5 92 1 . 7 9 -30 -20 -10 CL +10 +20 +30 92 1 . 7 92 1 . 9 2 -30 -20 -10 CL +10 +20 +30 92 1 . 7 92 1 . 9 2 -30 -20 -10 CL +10 +20 +30 92 1 . 8 92 1 . 7 9 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 W 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 4 4 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR W.02 CROSS SECTIONS 56 101+75 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 0 . 9 13 . 0 92 0 . 6 2.00%2.00% 102+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 2 . 3 13 . 0 92 2 . 0 2.00%2.00% 102+25 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 -1 3 . 0 92 3 . 2 13 . 0 92 3 . 2 2.00%2.00% 102+50 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 -1 3 . 0 92 3 . 6 13 . 0 92 3 . 6 2.00%2.00% 102+75 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 -1 3 . 0 92 3 . 7 13 . 0 92 3 . 7 2.00%2.00% 103+00 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 -1 3 . 0 92 3 . 8 13 . 0 92 3 . 8 2.00%2.00% 103+25 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 -1 3 . 0 92 3 . 9 13 . 0 92 3 . 9 2.00%2.00% 103+50 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 103+75 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 104+00 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 104+25 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 104+50 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 104+75 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 3 . 0 -1 3 . 0 92 3 . 0 2.00%2.00% 105+00 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 2 . 9 -1 3 . 0 92 2 . 9 2.00%2.00% 105+25 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 2 . 7 -1 3 . 0 92 2 . 7 2.00%2.00% -30 -20 -10 CL +10 +20 +30 92 1 . 5 92 0 . 6 8 -30 -20 -10 CL +10 +20 +30 92 3 . 2 92 2 . 0 6 -30 -20 -10 CL +10 +20 +30 92 3 . 4 92 2 . 9 4 -30 -20 -10 CL +10 +20 +30 92 3 . 5 92 3 . 3 1 -30 -20 -10 CL +10 +20 +30 92 3 . 6 92 3 . 4 4 -30 -20 -10 CL +10 +20 +30 92 3 . 6 92 3 . 5 6 -30 -20 -10 CL +10 +20 +30 92 3 . 5 92 3 . 6 9 -30 -20 -10 CL +10 +20 +30 92 3 . 6 92 3 . 8 1 -30 -20 -10 CL +10 +20 +30 92 3 . 5 92 3 . 6 0 -30 -20 -10 CL +10 +20 +30 92 3 . 2 92 3 . 1 9 -30 -20 -10 CL +10 +20 +30 92 3 . 1 92 3 . 0 5 -30 -20 -10 CL +10 +20 +30 92 2 . 9 92 2 . 9 5 -30 -20 -10 CL +10 +20 +30 92 2 . 8 92 2 . 7 9 -30 -20 -10 CL +10 +20 +30 92 2 . 7 92 2 . 6 3 -30 -20 -10 CL +10 +20 +30 92 2 . 6 92 2 . 4 6 1.98%1.98% 1.19%1.19%0.86%1.44% 1.72%1.61% 1.78%1.84% SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 W 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 4 5 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR W.03 CROSS SECTIONS 57 105+50 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 2 . 5 -1 3 . 0 92 2 . 5 2.00%2.00% 105+75 918 920 922 924 926 928 930 932 918 920 922 924 926 928 930 932 13 . 0 92 2 . 4 -1 3 . 0 92 2 . 4 2.00%2.00% 106+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 2 . 2 -1 3 . 0 92 2 . 2 2.00%2.00% 106+25 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 2 . 0 -1 4 . 5 92 2 . 0 2.00%2.00% 106+50 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 1 . 9 -1 8 . 3 92 1 . 8 2.00%2.00% 106+75 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 1 . 4 -1 9 . 3 92 1 . 6 2.00%2.00% 107+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 13 . 0 92 1 . 5 -1 7 . 7 92 1 . 5 2.00%2.00% 107+25 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 14 . 1 92 1 . 4 -1 3 . 5 92 1 . 4 2.00%2.00% 107+50 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 0 16 . 4 92 0 . 9 2.00%2.00% 107+75 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 1 13 . 0 92 1 . 1 2.00%2.00% 108+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 5 13 . 0 92 1 . 2 2.00%2.00% 108+25 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 6 13 . 0 92 1 . 3 2.00%2.00% 108+50 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 8 13 . 0 92 1 . 8 2.00%2.00% 108+75 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 6 13 . 0 92 1 . 9 2.00%2.00% 109+00 916 918 920 922 924 926 928 930 916 918 920 922 924 926 928 930 -1 3 . 0 92 1 . 8 13 . 0 92 2 . 1 2.00%2.00% -30 -20 -10 CL +10 +20 +30 92 2 . 4 92 2 . 2 9 -30 -20 -10 CL +10 +20 +30 92 2 . 3 92 2 . 1 3 -30 -20 -10 CL +10 +20 +30 92 2 . 1 92 1 . 9 6 -30 -20 -10 CL +10 +20 +30 92 2 . 0 92 1 . 7 9 -30 -20 -10 CL +10 +20 +30 92 1 . 8 92 1 . 6 3 -30 -20 -10 CL +10 +20 +30 92 1 . 6 92 1 . 4 6 -30 -20 -10 CL +10 +20 +30 92 1 . 3 92 1 . 3 0 -30 -20 -10 CL +10 +20 +30 92 1 . 1 92 1 . 1 3 -30 -20 -10 CL +10 +20 +30 92 1 . 2 92 1 . 0 7 -30 -20 -10 CL +10 +20 +30 92 1 . 4 92 1 . 1 7 -30 -20 -10 CL +10 +20 +30 92 1 . 6 92 1 . 2 8 -30 -20 -10 CL +10 +20 +30 92 1 . 7 92 1 . 3 8 -30 -20 -10 CL +10 +20 +30 92 1 . 7 92 1 . 5 0 -30 -20 -10 CL +10 +20 +30 92 1 . 8 92 1 . 6 9 -30 -20 -10 CL +10 +20 +30 92 1 . 9 92 1 . 8 8 SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 2 8 6 0 0 0 \ C A D \ C 3 D \ 1 3 6 2 8 6 W 0 1 . d w g 3/ 1 0 / 2 0 2 5 5 : 2 8 : 4 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS 24X.136286.000 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR W.04 CROSS SECTIONS 58 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS City of Ames Project No. 385-7080-439 Bolton & Menk, Inc. Project No. 24X.136286.000 Public Works Department Traffic Division 515 Clark Avenue City of Ames, Iowa 59 60 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 1 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Contract Documents for the Construction of 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS TABLE OF CONTENTS Category I - Bidding Information and Contract Forms Notice To Bidders Instructions to Bidders Proposal Form Estimate Reference Information Form of Contract Form of Performance and Payment Bond Form of Bid Bond Bidder Status Form Special Conditions - Affirmative Action Compliance Appendix A – Standard Title VI Assurances Category II - General Requirements General Notes for Construction Special Provisions Category III - Detailed Specifications Traffic Control City of Ames Supplemental Specifications to the Iowa Statewide Urban Design and Specifications (SUDAS) All work and materials on this project shall conform to the Iowa Statewide Urban Design and Specifications (SUDAS), current edition, and the City of Ames Supplemental Specifications to SUDAS, current edition, or National Society of Professional Engineers Standard General Conditions of the Construction Contract, unless otherwise noted on the plans or in the contract documents. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. Date: Joseph P. Roenfeldt, P.E. License No. 21134 My renewal date is December 31, 2025 Pages or sheets covered by this seal: ALL PAGES 03/14/2024 61 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 2 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 62 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 3 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 NOTICE TO BIDDERS City of Ames, Iowa Public Improvement Project for the Public Works Department Notice is hereby given that sealed bids for the 2024/25 Airport Entryway Improvements, shall be filed in the office of the City Clerk of the City of Ames, Iowa, prior to 2:00 PM local time on Wednesday, April 16, 2025 for work in accordance with the plans and specifications now on file in the office of the City Clerk. Bids will be publicly opened and read aloud at the above time in Room 235, City Hall, 515 Clark Avenue, Ames, Iowa. The city manager shall announce the results of the bidding, together with recommendations thereon, to the City Council at its meeting to be held at 6:00 PM local time on Tuesday, April 22, 2025 in the Council Chambers in City Hall, 515 Clark Avenue, Ames, Iowa, at which time and place the City Council will hear objections to the proposed plans, specifications, and form of contract for said 2024/25 Airport Entryway Improvements. The plans and specifications are now on file in the office of the City Clerk. Copies thereof may be obtained at the office of the Public Works Department. One set of bidding documents for the above project is available without charge to prospective bidders, i.e. qualified general contractors. A $25.00 fee will apply to additional sets and to bidding documents requested by other than prospective bidders as defined herein. The City of Ames Public Works Department is the only authorized source of bidding documents and proposal forms. Bidding documents and proposal forms obtained from any other source may have an incomplete set of documents. Bidders using bidding documents and/or proposal forms not obtained from the City of Ames Public Works Department are advised to contact the City of Ames Public Works Department to provide a contact name, mailing address, and phone number to enable receipt of necessary addenda. Reproduction of these documents without the express permission of the City of Ames is prohibited. The general nature of the work on which bids are requested is: Entrance Road Paving Improvements to include pavement removal, 7” PCC Pavement for Entrance Road, 6” PCC Paving for Driveway Accesses, Subdrains, Storm Sewer Intakes and miscellaneous related work and appurtenances in accordance with the contract documents. All bids shall be submitted to said City Clerk on or before the time set herein for the bid opening. Bids shall be made on the Proposal Form furnished by the City of Ames, in a sealed and plainly marked envelope indicating it is a bid in response to this notice. Each bidder shall accompany its bid with bid security as defined in Code of Iowa Section 26.8 and as specified in the Instructions to Bidders. The City of Ames reserves the right to defer acceptance of any bid for a period not to exceed thirty (30) days after receipt of bids, and no bid may be withdrawn during this period. Each successful bidder shall be required to furnish a corporate surety bond in an amount equal to one hundred percent (100%) of its contract price. Said bond is to be issued by a responsible surety approved by the City Council, shall guarantee the faithful performance of the contract and the terms and conditions therein contained, shall guarantee the prompt payment of all material and labor, protect and save harmless the City from claims and damages of any kind caused by the operations of the contract , and shall guarantee the maintenance of the improvement in good repair for a period of two (2) years from and after completion and acceptance by the City. The guaranteed maintenance period shall be four (4) years for new paving. 63 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 4 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Work shall commence as soon as possible after the award and approval of the contract and performance bond. The contractor shall have the choice to complete work within the calendar year 2025 or 2026. Once work commences it shall be actively constructed until it is completed. If the contractor elects to work in the calendar year 2025, work shall be completed no later than the designated contract completion date of August 1, 2025. If the contractor elects to work in the calendar year 2026, work shall be completed no later than the designated contract completion date of August 7, 2026. Should the contractor fail to complete the work by this specified date, liquidated damages of $1,000 per calendar day will be assessed. The airport has a fly in breakfast scheduled for Saturday June 7, 2025. A subsequent even t is planned at a similar time for the calendar year 2026, the date of the event is yet to be determined. For this event, the airport will need complete access in and out of the airport, along with access /availability of the interior granular parking areas between the existing entrance road area. The contractor shall be responsible for providing a safe construction site, preparation of the construction site for large gathering of people, providing any temporary granular surfacing needed, fencing off any stored materials and parking all equipment in the designated storage area. Depending on the contractors’ operations and progression of work, additional barricades, signage, or snow fencing may be required to delineate the access route, separate construction and deter vehicles from driving into an active airfield operations area. The contractor shall not include sales or use taxes in the bid. Pursuant to the Iowa Code and Iowa Administrative Code, the contractor will be authorized to purchase building materials that will be incorporated into real property on this project tax-free. Iowa Construction Sales Tax Exemption Certificates will be issued by the City, which will authorize suppliers of building materials to sell materials exempt from Iowa sales tax and any applicable local option sales tax and school infrastructure local option sales tax to the entity listed on the certificate. Upon award of the contract, the successful contractor will be required to provide their project information, and information for each subcontractor and supplier requiring exemption certificates. The City does hereby reserve the right to reject any or all bids, to waive informalities, and to enter into such contract, or contracts, as it shall deem to be in the best interest of the City. By virtue of statutory authority, preference will be given to products and provision s grown, and coal produced, within the State of Iowa, and to Iowa labor, to the extent lawfully required under Iowa statutes. The City of Ames, Iowa, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d 4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. This notice is given by order of the City Council of the City of Ames, Iowa. John Haila, Mayor Renee Hall, City Clerk 64 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 5 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 INSTRUCTIONS TO BIDDERS 1. STANDARD SPECIFICATIONS 1.1 The Iowa Statewide Urban Design and Specifications (SUDAS), current edition, shall be modified by the any current supplemental specifications applicable in the City of Ames. 2. BIDDING DOCUMENTS 2.1 Complete sets of bidding documents may be obtained from the issuing office(s) as stated in the Notice of Public Hearing and to Bidders. Bidding documents obtained from any other source may be incomplete. 2.2 Complete sets of bidding documents shall be used in preparing bids. Prospective bidders assume full responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. Neither the City of Ames, nor any other authorized issuer of bidding documents, shall be responsible for errors, omissions, or misinterpretations resulting from the use of incomplete sets of bidding documents. 3. BIDDERS KNOWLEDGE 3.1 Examination of Bidding Documents: It is the responsibility of each bidder, before submitting a bid, to examine the complete bidding documents, other related data identified in the bidding documents, and any addenda, and to make sure that the requirements are fully understood. 3.2 Examination of Site: It is the responsibility of each bidder, before submitting a bid, to visit the site and satisfy himself by actual examination of the site as to the general, local, and other site conditions that may affect the cost, progress, performance, and all other conditions that may affect the performance of the contract. Bidders shall document site visits with the engineer or owner’s representative if called for in the bidding documents. 3.3 Each bidder shall carefully examine all reports, drawings, tests, and other data of conditions at or contiguous to the site, of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site, and environmental conditions at or contiguous to the site. 3.4 It is the responsibility of each bidder to obtain and carefully examine all additional or supplementary reports, drawings, investigations, explorations, tests, studies, and other data concerning conditions at or contiguous to the site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by the bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the bidding documents and safety precautions and programs incidental thereto. 3.5. By submitting a bid, each bidder agrees that at the time of submitting his bid, no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of their bid for performance of the work at the bid prices and within the times and in accordance with all other terms and conditions of the bidding documents. 65 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 6 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 3.6 It is the responsibility of each bidder to correlate the information known to the bidder and information and observations obtained from site visits, reports, drawings, investigations, explorations, tests, studies, and other data concerning conditions at or contiguous to the site. 3.7 Laws and Regulations: It is the responsibility of each bidder, before submitting a bid, to become familiar and to satisfy himself as to all federal, state, and local laws and regulations that may affect the cost, progress, performance, and all other conditions that may affect the performance of the contract. 4. PRE-BID MEETING 4.1 The time, date, and location of scheduled pre-bid meetings will be stated in the Notice of Public Hearing and to Bidders. Representatives of the owner and engineer will be present at pre-bid meetings to discuss the project. The pre-bid meeting will include site inspection if so stated in the Notice. 4.2 No written report of the pre-bid meeting is provided. It is the responsibility of prospective bidders to obtain the information from the pre-bid meeting and site inspection. 4.3 Oral statements may not be relied upon and shall not be binding or legally effective. The owner will transmit to all prospective bidders of record any addenda the engineer considers necessary in response to questions arising at the pre-bid meeting. 5. EXAMINATION OF BIDDING DOCUMENTS 5.1 It is the responsibility of each bidder to give the engineer written notice of all conflicts, errors, ambiguities, or discrepancies the bidder discovers in the bidding documents, to confirm that the written resolution thereof is acceptable to the bidder, and to determine that the bidding documents are generally sufficient to indicate and convey understanding of all terms, conditions, and other requirements for performance of the work. 6. INTERPRETATION OF BIDDING DOCUMENTS AND ADDENDA 6.1 If any bidder is in doubt as to the intent or meaning of any part of the bidding documents or the performance of work, it is their responsibility to contact the engineer, owner’s representative, or purchasing agent in time to receive a written reply before submitting their bid. 6.2 If considered necessary by the engineer, responses to questions about the meaning or intent of the bidding documents will be issued by addenda. Addenda will be distributed to all parties recorded by the City as having received the bidding documents. 6.3 Addenda may be issued to clarify, correct, and/or change the bidding documents, and/or to approve material substitutions, as deemed advisable by the engineer or owner’s representative. 66 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 7 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 7. BIDDERS QUALIFICATIONS. 7.1 Competency of Bidder. Bidders must be capable of performing the work bid upon. They may be required to supply a detailed statement covering experience on similar work, a list of machinery, plant, and other equipment that will be used on the proposed work, and statements of their financial resources or other data as may be deemed necessary. Such information will be provided by the bidder within five business days of the owner’s request for evidence of qualifications. 8. TAXES 8.1 The contractor shall not include sales or use taxes in the bid. Pursuant to the Iowa Code and Iowa Administrative Code, the contractor will be authorized to purchase building materials that will be incorporated into real property on this project tax-free. Iowa Construction Sales Tax Exemption Certificates will be issued by the City which will authorize suppliers of building materials to sell materials exempt from Iowa sales tax and any applicable local option sales tax and school infrastructure local option sales tax to the entity listed on the certificate. Upon award of the contract, the successful contractor will be required to provide their project information, and information for each subcontractor and supplier requiring exemption certificates. 9. METHOD OF BIDDING. 9.1 The Proposal Form is included with the bidding documents. Additional copies may be obtained by contacting the authorized source(s) of proposal forms as stated in the Notice. 9.2 Preparation of Proposal. Bids shall be submitted on a unit price or lump sum basis as stated on the Proposal Form. In preparing a proposal, the bidder shall specify the price, written legibly in ink or with a typewriter, at which they propose to do each item of work. A response shall be stated with respect to each and every alternate item, whether an add-alternate or a deduct-alternate. Failure to state a response for any alternate bid item shall constitute a non-responsive proposal that will not be considered. The prices shall be stated in figures. In items where unit price is required, the total amount for each item shall be computed at the unit prices bid for the quantities given in the estimate. In the event of discrepancies in the unit price extensions listed in the bidder’s proposal, unit prices shall govern. 9.3 For all work let on a unit price basis, the engineer’s estimate of quantities shown on the Proposal Form is understood to be approximate only, and will be used only for the purpose of comparing bids. For work let on a lump sum basis, any estimate of quantities provided is furnished for the convenience of bidders and is not guaranteed. 9.4 Where the Proposal Form has more than one item, the bidder may attach a substitute proposal form printed by computer in lieu of completing the printed bid form. The substitute bid form shall be the same size, color, and paper type as the printed Proposal Form. The font and size of printed characters shall be approximately the same as the printed Proposal Form. Bid items shall be separated by grid lines, vertical and horizontal, approximately the same as the printed Proposal Form. Item numbers and order must be the same as the item numbers and order on the printed bid. 67 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 8 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 9.4.1 If a substitute proposal form is used, it shall show column headings, bid items, descriptions, quantities, and unit prices exactly as shown on the Proposal Form. The total bid amount shall be shown on the substitute proposal form and shall also be written in the space provided in the printed Proposal Form. 9.4.2 Substitute bid forms shall include, at the top of each page, the bidder’s company name, project title, bid number when applicable, and bid letting date. 9.4.3 The substitute proposal form shall be signed the same as the printed Proposal Form. 9.4.4 The substitute proposal form shall be attached to the printed Proposal Form. 9.4.5 In case of a discrepancy between item number, description, or quantity shown in the official Proposal Form and the substitute proposal form, the item number, description, and quantity of the official Proposal Form shall govern. The unit price shown on the substitute proposal form shall govern. 9.4.6 Abnormalities in substitute proposal forms may result in rejection of the bid. 10. SUBSTITUTE AND “ACCEPTABLE EQUIVALENT” ITEMS 10.1 Requests for approval of “or-equal” materials and equipment shall be submitted to the engineer in writing at least fifteen days prior to the receipt of bids. Each request shall conform to the terms and conditions of the bidding documents and to the type, function, and quality standards of approved materials and equipment. The burden of proof of the merit of proposed “or-equal” materials and equipment is upon the bidder. The engineer’s decision of approval or disapproval of a proposed “or-equal” item will be final. No substitution shall be approved except by a written addendum issued to all prospective bidders. 11. SUBCONTRACTORS 11.1 If requested on the Proposal Form or in the bidding documents, bidders shall include with the Proposal Form a list of proposed subcontractors and suppliers. 11.2 The contractor shall not award work valued at more than thirty percent (30%) of the total contract price to subcontractors without prior written approval of the City. 12. SUBMISSION OF BIDS 12.1 Use of Proposal Form. Bidders will be furnished with the Proposal Form giving the estimate of quantities needed to complete the work and the amount of bid security the bidder is submitting with a bid, all of which must be in accordance with the official publications relating to the proposed improvement. To ensure against accidental errors, the bidder should read carefully the official publications before preparing a proposal. If any addenda included revised bid forms, bidders shall submit the proposal on the last revision of the official Proposal Form unless otherwise directed by addendum. 68 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 9 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 12.2 Signatures on Proposals. If the proposal is made by an individual, their name and post office address must be shown. If made by a firm or partnership, the name and post office address of the firm or partnership must be shown. If made by a corporation, the person signing the proposal must name the state under the laws of which the corporation is chartered, and the name, title, and business address of the executive head of the corporation. Anyone signing a proposal as an agent may be required to submit satisfactory evidence of their authority to do so. 12.3 Irregular Proposal Prohibited. Any changes or alterations made in the official Proposal Form, or any additions thereto, may cause rejection of the bid. No bid will be considered which contains a clause in which the bidder reserves the right to accept or reject a contract awarded by the Council. Proposals in which the unit prices are obviously unbalanced may be rejected. 12.4 Delivery of Proposal. Proposals shall be placed in an envelope and the envelope sealed and marked to indicate its contents. The bid shall be accompanied by bid security as required in the Notice. If forwarded by mail, the envelope shall be mailed to the City Clerk. All proposals shall be filed with the City Clerk before the time specified for closing bids. Specifications need not be included in the envelope with the Proposal Form. The bid shall include acknowledgement of receipt of all addenda. Addenda numbers shall be filled in on the Proposal Form. 12.5 Each bidder shall determine the best method of delivery of the proposal. The bidder is totally responsible for the mail or other delivery system to deliver the bid to the correct location, and prior to the time indicated in the Notice. 12.6 The submission of a bid constitutes an incontrovertible representation by the bidder that they have complied with every requirement of the bidding documents, that without exception the bid is premised upon performing and furnishing the work required by the bidding documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the bidding documents, that the bidder has given the engineer/owner’s representative written notice of all conflicts, errors, ambiguities, and discrepancies that the bidder has discovered in the bidding documents, the written resolutions thereof by the engineer/owner’s representative are acceptable to the bidder, and that the bidding documents are sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the work. 12.7 The release of information by the City to the public is subject to Iowa Code Chapter 22 and other applicable provisions of the law relating to the release of records in possession of the City. Bidders are encouraged to familiarize themselves with these provisions prior to submitting a bid proposal. All information submitted by a vendor may be treated as public information by the City unless the bidder properly requests that information be treated as confidential and cites the applicable open records exception, in which case the City will notify the bidder of any pending public records requests to allow the bidder to seek court protection. In the event the bidder marks each page of the proposal as proprietary or confidential without adhering to the requirements of the Section, the City may reject the proposal as noncompliant. 69 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 10 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 13. REPRODUCTION OF SUBMITTAL DOCUMENTS 13.1 By submitting a bid proposal, the bidder agrees that the City may copy the bid proposal for the purposes of facilitating the evaluation or to respond to requests for public records. The bidder consents to such copying by submitting a proposal and warrants that such copying will not violate the rights of any third parties. The City will have the right to use ideas or adaptations of ideas which are presented in the proposals. In the event the vendor copyrights its proposal, the City may reject the proposal as noncompliant. 14. BID SECURITY. 14.1 Proposal Guaranty. Each proposal shall be accompanied by a bid deposit in the form of a bid bond, money order, or cashier's or certified check drawn on a bank in Iowa or a bank chartered under the laws of the United States, in an amount equal to at least 5% of the amount of the total bid as security that the bidder, if their bid is accepted, will enter into a contract in accordance therewith. 14.2 Said bid bond, money order, or cashier’s or certified check may be cashed by the City as liquidated damages in the event the bidder fails, or refuses, to enter into a contract within thirty (30) days and post a performance bond satisfactory to the City insuring the faithful fulfillment of the contract and maintenance of said improvement as required by law and the specifications. 14.3 Should the bidder receiving the award fail to execute a satisfactory contract and file an acceptable contract bond within thirty (30) days after acceptance of the proposal, the certified check may be cashed and the full amount retained by the City as fixed and liquidated damages. 14.4 To be acceptable, the certified check shall bear on its face the endorsement of a solvent bank as to the amount certified. The check shall be endorsed by an official authorized to bind the bank by his or her acts. 14.5 Return of Proposal Guaranty. The proposal guaranty of unsuccessful bidders will be returned promptly after award has been made. In no case will the proposal guaranty be held longer than thirty (30) days without written permission of the bidder, except that the proposal guaranty of the bidder to whom the contract is awarded will be retained until they have entered into a contract and filed an acceptable bond. 15. VENDOR FORMS, TERMS, AND CONDITIONS 15.1 If a bidder intends to request that the City of Ames complete any vendor application form, or any vendor agreement form, or agree to any vendor terms or conditions in connection with the proposed contract, the proposed forms and/or terms or conditions must be submitted with the bid/proposal for review by the City’s legal counsel during the evaluation of bids/proposals. This includes, but is not limited to, vendor credit application and customer agreement forms, vendor lease forms, vendor terms/conditions of sale, vendor shipping or delivery terms, and vendor billing/payment terms. 70 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 11 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 15.2 Bidders are advised that in the event any such forms or terms contradict City of Ames specifications or other contract requirements, the bid/proposal may be rejected due to the contradiction unless the bidder has indicated deletion of such clauses prior to submission to the City. If such forms/terms indicate a firm other than the bidder is in any way a party to the proposed contract, the proposed party must also indicate concurrence with deletion of such clauses. 15.3 If such forms or terms or conditions require that payments be remitted to other than the bidder, the bidder shall indicate the name and address of the firm to whom the bidder would request payments to be made, and the firm’s relationship to the bidder. 15.4 If no vendor forms or terms or conditions are included with the bid/proposal, no such forms or terms or conditions will be approved by the City during the evaluation or award processes or following award of the contract. If the bid/proposal does not indicate the proposed contractor, vendor, or payee to be a person or company other than the bidder 1) only the bidder will be considered as contractor/vendor, and 2) payments will be made only to the bidder to whom the contract is awarded. If the bid/proposal does not clearly indicate that a person or company other than, or in addition to, the bidder would in any way be a party to the proposed contract, only the bidder would be considered the contractor/vendor. 15.5 The City of Ames will in no case agree to contract terms or conditions not in compliance with City of Ames specifications and/or not submitted for review with the bids. 16. MODIFICATION AND WITHDRAWAL OF BIDS 16.1 Bidders will be permitted to withdraw their proposals after they have been filed with the City Clerk if a request is made in writing to the City Clerk before the time specified for closing of bids. No proposal may be withdrawn for a period of sixty (60) days after the scheduled closing time for the receipt of bids. 16.2 A bid may be modified by withdrawing it in accordance with 15.1, and then resubmitting the bid in accordance with the bidding documents. 17. OPENING OF BIDS 17.1 Bids will be publicly opened and, unless obviously non-responsive, read aloud at the time and place indicated in the Notice. 17.2 A preliminary summary of base bid amounts and major alternatives, if any, will be available to the bidders after the opening of bids. 18. EVALUATION OF BIDS. 18.1 The City will be permitted to consider various bid prices and other factors, to the extent permitted by law, in determining the bid that is in the best interests of the City. 18.2 Rejection of Bids. The City hereby reserves the right to reject any and all bids, unresponsive bids, to waive informalities, and to enter into such contract or contracts as it shall deem to be in the best interest of the City of Ames. 71 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 12 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 18.3 Disqualification of Bidder. No bidder shall submit more than one proposal under the same or different names. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work may cause the rejection of all proposals in which such bidder is interested or may cause the disapproval of any contract awarded to such bidder. The attention of bidders is directed to Chapter 553.23, Code of Iowa, regarding unlawful combinations in making public contracts. 18.4 Basis of Bid: For bid items described as unit price on the Proposal Form, the bid evaluation total of all prices will be determined as a sum of the products of the estimated quantity of each item and the unit price bid for the item, and lump sum items, if any, on the Proposal Form. In cases of discrepancies between the multiplication of quantities or units of work and unit prices bid, unit price shall prevail. 18.5 Discrepancies between the sum shown on the Proposal Form and the correct sum thereof will be resolved in favor of the correct sum. Correct sums will be calculated as stated above (by multiplying the quantity of each item as shown on the Proposal Form and the unit price bid). 18.6 If requested by the City during the evaluation process, the bidder shall submit a preliminary schedule of values. This shall include quantities and prices of items included in the work which, when added together, equal the contract price. If requested by the owner, the bidder shall divide the schedule into component parts. Requested schedules shall be submitted within two (2) business days following the request. 18.7 Communication During Evaluation: In order to ensure the proper and fair evaluation of bids, unsolicited communication by the bidder with City officials or staff evaluating the bids is prohibited prior to the time a bid decision or recommendation for award has been made. Communication between the bidder and the City will be initiated by the appropriate City official or employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the bid. 19. CONTRACT AWARD 19.1 The City of Ames reserves the right to reject any or all bids, including without limitation, non-conforming, non-responsive, unbalanced, and/or conditional bids. 19.2 The City reserves the right to reject the bid of any bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. 19.3 To the extent allowed by law, the City of Ames reserves the right to reject any bid of any bidder who has previously failed to perform adequately after having once been awarded a prior contract for work similar in nature to that in this bid. 19.4 Bids will be reported to the City Council of the City of Ames, Iowa, in accordance with the Notice of Public Hearing and to Bidders for action thereon. 20. EXECUTION OF CONTRACT 20.1 The City will notify the successful bidder. The notification of award will be accompanied by the required number of unsigned counterparts of the contract. Within fifteen (15) days after notification of award, the successful bidder shall sign and deliver the required number of counterparts of the contract together with the required corporate surety bonds as called for in the Notice and evidence of insurance coverage as called for in the bidding documents. 72 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 13 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 20.2 No proposal shall be considered binding upon the City until the contract is properly executed by both parties and the contract bond filed with the City Clerk and approved by the City Council. 20.3 The contract and bond will be presented to the City Council for approval in accordance with applicable laws, regulations, and City policies. 20.4 If the contract and bond are approved by the City Council, the City shall deliver one fully signed copy of the contract to the successful bidder. 20.5 The contract, when executed, shall be deemed to include the entire agreement between parties. The contractor shall not claim any modification resulting from representation or promise made by representatives of the owner or other persons. End of Section Rev. 11/13/06 Rev. 6/27/08 (sales tax) Rev. 9/29/08 (Legal #1930-0001) 73 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 14 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 74 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport ITEM # ITEM CODE DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE GENERAL PROVISIONS AND CONVENANTS 1 1070-214 REMOVE AND RE-INSTALL MAILBOXES 4 EA EARTHWORK 2 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE 385 CY 3 2010-E EXCAVATION, CLASS 13 635 CY 4 2010-G SUBGRADE PREPARATION, 12 INCH 3150 SY 5 2010-J SUBBASE, MODIFIED, 6 INCHES 3325 SY SEWERS AND DRAINS 6 4020-A-1 STORM SEWER, TRENCHED, PVC, 8 INCH 10 LF 7 4020-A-1 STORM SEWER, TRENCHED, RCP, 15 INCH 20 LF 8 4020-D REMOVAL OF STORM SEWER, RCP, 15 INCH 20 LF 9 4020-D REMOVAL OF STORM SEWER, PVC, 8 INCH 5 LF 10 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH 1270 LF 11 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH 6 EA STRUCTURES FOR SANITARY AND STORM 12 6010-B INTAKE, SW-501 1 EA 13 6010-B INTAKE, SW-511 1 EA 14 6010-E INTAKE ADJUSTMENT, MINOR 1 EA 15 6010-G CONNECTION TO EXISTING INTAKE 2 EA 16 6010-H REMOVE INTAKE 2 EA PROPOSAL FORM For the Construction of 2024/25 AIRPORT ENTRYWAY IMPROVEMENTS To provide all labor, equipment, materials, transportation, and other components as specified herein to the City of Ames, Iowa. BASE BID The undersigned bidder submits herewith bid security in the amount of 5% of the bid in accordance with the terms set forth in the "Instructions to Bidders". The undersigned as bidder, having examined and determined the scope of the contract documents, hereby proposes to provide the required labor, services, materials, and equipment, and to perform the work as described in the contract documents, F.O.B. Ames, Iowa, including addenda _________, __________, and _________ as follows. Complete entries for ALL bid items on the Proposal Form. Failure to complete all items may deem the Bid as non-responsive. Name of Bidder__________________________________________________________________________________________________________ Address of Bidder________________________________________________________________________________________________________ To the City of Ames, Iowa: Last Revision: 3/14/2025 Page 15 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 75 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport STREETS AND RELATED WORK 17 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB 2750 SY 18 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING GRANULAR SURFACING 550 SY 19 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB 225 SY 20 7030-H-2 TEMPORARY CONSTRUCTION ACCESS INSTALL AND REMOVE, GRANULAR, CLASS A ROADSTONE, 12 INCH DEEP 1 LS 21 7040-H PAVEMENT REMOVAL, HMA 2050 SY 22 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER) 300 SY 23 7040-I CURB AND GUTTER REMOVAL 1550 LF TRAFFIC CONTROL 24 8030-A TEMPORARY TRAFFIC CONTROL 1 LS 25 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS 2 EA SITE WORK AND LANDSCAPING 26 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN 0.6 AC 27 9010-E WARRANTY 1 LS 28 9040-A-1 SWPPP PREPARATION 1 LS 29 9040-A-2 SWPPP MANAGEMENT 1 LS 30 9040-D-1 FILTER SOCK, 9 INCH 2250 LF 31 9040-D-2 FILTER SOCKS, REMOVAL 2250 LF 32 9040-T-1 INLET PROTECTION DEVICE, INTAKE 6 EA MISCELLANEOUS 33 11010-A CONSTRUCTION SURVEY 1 LS 34 11020-A MOBILIZATION 1 LS 35 11030-A MAINTENANCE OF POSTAL SERVICE 1 LS 36 11050-A CONCRETE WASHOUT 1 LS ALTERNATE BID A ITEM NO. ITEM CODE DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE EARTHWORK A1 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE 200 CY A2 2010-E EXCAVATION, CLASS 13 400 CY A3 2010-G SUBGRADE PREPARATION, 12 INCH 1675 SY A4 2010-J SUBBASE, MODIFIED, 6 INCHES 1775 SY BASE BID TOTAL: Last Revision: 3/14/2025 Page 16 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 76 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport SEWERS AND DRAINS A5 4020-A-1 STORM SEWER, TRENCHED, PVC, 12 INCH 10 LF A6 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH 925 LF A7 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH 4 EA STRUCTURES FOR SANITARY AND STORM A8 6010-B INTAKE, SW-501 1 EA A9 6010-E INTAKE ADJUSTMENT, MINOR 1 EA A10 6010-G CONNECTION TO EXISTING INTAKE 2 EA A11 6010-H REMOVE INTAKE 1 EA STREETS AND RELATED WORK A12 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB 1425 SY A13 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING 4" GRANULAR SURFACING 250 SY A14 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB 150 SY A15 7040-H PAVEMENT REMOVAL, HMA 925 SY A16 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER) 175 SY A17 7040-I CURB AND GUTTER REMOVAL 915 LF TRAFFIC CONTROL A18 8030-A TEMPORARY TRAFFIC CONTROL 1 LS A19 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS 1 EA SITE WORK AND LANDSCAPING A20 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN 0.2 AC A21 9010-E WARRANTY 1 LS A22 9040-D-1 FILTER SOCK, 9 INCH 750 LF A23 9040-D-2 FILTER SOCKS, REMOVAL 750 LF A24 9040-T-1 INLET PROTECTION DEVICE, INTAKE 3 EA MISCELLANEOUS A25 11010-A CONSTRUCTION SURVEY 1 LS A26 11020-A MOBILIZATION 1 LS TOTAL AMOUNT BASE BID PLUS ALTERNATE BID A: ALTERNATE BID A TOTAL: Last Revision: 3/14/2025 Page 17 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 77 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 18 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 The undersigned bidder certifies that this proposal is made in good faith without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the contract documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the contract documents prepared by the City of Ames, Iowa, the provisions of the latter shall prevail. The contractor shall not include sales or use taxes in the bid. Pursuant to Iowa Code and Iowa Administrative Code, the contractor will be authorized to purchase building materials that will be incorporated into real property on this project tax-free. Submitted this __________ day of ______________________, ___________. Company Name of Bidder _______________________________________________ Address of Bidder _______________________________________________ _______________________________________________ Signature of Authorized Agent _______________________________________________ Printed Name and Title _______________________________________________ Telephone Number _______________________________________________ Fax Number _______________________________________________ E-mail _______________________________________________ Check appropriate box:  Individual/Sole Proprietor  Corporation  Partnership  Other Taxpayer Identification Number (TIN): Please provide TIN Employer identification number _____________ - ________________________ 78 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport ITEM #ITEM CODE DESCRIPTION GENERAL PROVISIONS AND CONVENANTS 1 1070-214 REMOVE AND RE-INSTALL MAILBOXES WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 1070 AND THE PLANS. CONTRACTOR SHALL REMOVE EXISTING MAILBOXES LOCATED ALONG THE AIRPORT ENTRANCE ROAD TO ALLOW FOR INSTALLATION OF THE PROPOSED IMPROVEMENTS. REMOVED MAILBOXES SHALL BE STORED BY THE CONTRACTOR UNTIL THEY CAN BE REINSTALLED. AFTER COMPLETION OF THE IMPROVEMENTS THE CONTRACTOR SHALL RE-INSTALL MAILBOXES IN A SIMILAR LOCATION AS THEY CURRENTLY ARE. EXACT LOCATION TO BE DETERMINED BY CONSTRUCTION PROJECT REPRESENTATIVE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH MAILBOX REMOVED AND REPLACED. EARTHWORK 2 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE TOPSOIL WITHIN THE GRADING LIMITS OF THE PROJECT SHALL BE STRIPPED TO A DEPTH OF 6 INCHES, SALVAGED, AND RESPREAD AT A MINIMUM DEPTH OF 4 INCHES. ITEM INCLUDES HAULING OFF SITE TO STORE AND HAULING BACK IN IF NEEDED. REFER TO THE EXCAVATION BID ITEMS FOR CALCULATION OF BID ITEM QUANTITY. METHOD OF PAYMENT SHALL BE PER CUBIC YARD AT THE CONTRACT QUANTITY. NO MEASUREMENT SHALL BE MADE FOR THIS ITEM UNLESS PLAN CHANGES ARE MADE. 3 2010-E EXCAVATION, CLASS 13 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. THIS ITEM SHALL INCLUDE REMOVAL AND RESHAPING OF EXISTING MATERIAL TO FINISHED SUBGRADE ELEVATION, AND MANIPULATION OF TOPSOIL. 6 INCHES OF TOPSOIL SHALL BE STRIPPED FROM THE PROJECT SITE AND 4 INCHES SHALL BE RESPREAD. BASIS OF PAYMENT SHALL BE TEMPLATE QUANTITIES AS FOLLOWS: EARTHWORK TOPSOIL CUT = 635 CY STRIP = 385 CY FILL + 30% = 320 CY RESPREAD + 30% = 360 CY WASTE, OFF-SITE = 315 CY WASTE, ON-SITE = 25 CY ALL EXCESS MATERIAL TO BECOME THE PROPERTY OF THE CONTRACTOR AND HAULED OFF SITE. TOPSOIL SHALL BE PLACED AND SPREAD TO A MINIMUM THICKNESS OF 4 INCHES IN ALL DISTURBED TURF AREAS. 4 2010-G SUBGRADE PREPARATION, 12 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. PRIOR TO SUBGRADE PERPARATION, THE SUBGRADE AREA SHALL BE PROOF ROLLED TO CONFIRM STABILITY. SUBGRADE SHALL BE SCARIFIED AND RECOMACTED TO A 12 INCHES THICKNESS AND 1 FOOT OUTSIDE THE EDGE OF PAVEMENT. SUBGRADE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBGRADE PREPARATION PERFORMED. 5 2010-J SUBBASE, MODIFIED, 6 INCHES WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. MODIFIED SUBBASE SHALL BE CONSTRUCTED TO 6 INCHES THICKNESS AND 2 FEET OUTSIDE THE EDGE OF PAVEMENT. SUBBASE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBBASE INSTALLED. SEWERS AND DRAINS 6 4020-A-1 STORM SEWER, TRENCHED, PVC, 8 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. TRENCH EXCAVATION; DEWATERING; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; JOINT WRAPPING; WYES AND OTHER FITTINGS; PIPE JOINTS; TESTING; AND INSPECTION SHALL BE CONSIDERED INCIDENTAL. MATERIALS AND INSTALLATION OF CONNECTING MATERIALS TO ALLOW FOR CONNECTION TO EXISTING PIPES SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE INSTALLED. ESTIMATE REFERENCE INFORMATION (BASE BID) Last Revision: 3/14/2025 Page 19 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 79 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport 7 4020-A-1 STORM SEWER, TRENCHED, RCP, 15 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. TRENCH EXCAVATION; DEWATERING; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; JOINT WRAPPING; WYES AND OTHER FITTINGS; PIPE JOINTS; TESTING; AND INSPECTION SHALL BE CONSIDERED INCIDENTAL. MATERIALS AND INSTALLATION OF CONNECTING MATERIALS TO ALLOW FOR CONNECTION TO EXISTING PIPES SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE INSTALLED. 8 4020-D REMOVAL OF STORM SEWER, RCP, 15 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. REMOVAL, DISPOSAL, AND CAPPING (IF SPECIFIED) OF PIPE; AND FURNISHING, PLACING, AND COMPACTING BACKFILL MATERIAL SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE REMOVED. 9 4020-D REMOVAL OF STORM SEWER, PVC, 8 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. REMOVAL, DISPOSAL, AND CAPPING (IF SPECIFIED) OF PIPE; AND FURNISHING, PLACING, AND COMPACTING BACKFILL MATERIAL SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE REMOVED. 10 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, FURNISHING SUBDRAIN MATERIALS INCLUDING PIPE, FITTINGS AND OTHER CONNECTIONS, ENGINEERING FABRIC, POROUS BACKFILL MATERIAL, AND ANY LABOR REQUIRED SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF SUBDRAIN INSTALLED. 11 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, POROUS BACKFILL, MATERIALS REQUIRED FOR SUBDRAIN CLEANOUT, RISER PIPES, SUBDRAIN CLEANOUT CASTINGS, PCC CLEANOUT PADS, REINFORCEMENT REQUIRED PER THE PLANS, AND ENGINEERING FABRIC SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SUBDRAIN CLEANOUT INSTALLED. STRUCTURES FOR SANITARY AND STORM 12 6010-B INTAKE, SW-501 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. EXCAVATION; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; BASE; STRUCTURAL CONCRETE; REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; CASTINGS; AND ADJUSTMENT RINGS SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE INSTALLED. 13 6010-B INTAKE, SW-511 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. EXCAVATION; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; BASE; STRUCTURAL CONCRETE; REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; CASTINGS; AND ADJUSTMENT RINGS SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE INSTALLED. 14 6010-E INTAKE ADJUSTMENT, MINOR WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. FURNISHING AND INSTALLING EACH INTAKE EXTENSION RING AND REINSTALLING THE CASTING LID SHALL BE CONSIDERED INCIDENTAL. IF A DIFFERENT CASTING IS REQUIRED TO COMPLETE THE INTENT OF THE IMPROVEMENT IT SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE ADJUSTED. 15 6010-G CONNECTION TO EXISTING INTAKE WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. CONNECTION OF PROPOSED STORM SEWER PIPE OR SUBDRAIN TO AN EXISTING STRUCTURE INCLUDING BUT NOT LIMITED TO, CORE DRILLING STRUCTURE TO ACCEPT PIPE, CONCRETE COLLARS FOR CONNECTION INCLUDING MESH REINFORCEMENT, AND ANY GROUTING OF THE INTERIOR OF THE STRUCTURE AFTER INSTALLATION SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. REMOVAL AND REPLACEMENT OF INVERT AS NECESSARY IS INCIDENTAL TO THIS BID ITEM. 16 6010-H REMOVE INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE REMOVED. Last Revision: 3/14/2025 Page 20 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 80 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport STREETS AND RELATED WORK 17 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7010 AND THE PLANS. CONCRETE SHALL BE AN IOWA DOT C MIX WITH MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CURB AND GUTTER SECTION IS INCLUDE IN THE AREA OF THIS ITEM AND SHALL BE INCIDENTAL TO PAVEMENT CONSTRUCTION. REINFORCEMENT SHALL BE EPOXY COATED. 6 INCH MODIFIED SUBBASE SHALL BE PLACED UNDER THE PAVEMENT AND IS PAID FOR UNDER A SEPARATE BID ITEM. NO ADDITIONAL PAYMENT FOR COLD WEATHER PAVING OPERATIONS. FINAL TRIMMING OF SUBGRADE OR SUBBASE, INTEGRAL CURB, BARS AND REINFORCEMENT, JOINTS AND SEALING, SURFACE CURING AND PAVEMENT PROTECTION, SAFETY FENCING, CONCRETE FOR RIGID HEADERS, AND BOXOUTS FOR FIXTURES SHALL BE INCIDENTAL TO THIS ITEM. ALL JOINTS SHALL BE CONSTRUCTED, SAWED, AND SEALED AS SHOWN ON THE PROJECT PLANS. CRACKED PANELS SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR’S EXPENSE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT INSTALLED. 18 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING GRANULAR SURFACING WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. DEPTH OF EXISTING GRANULAR SURFACING IS ASSUMED TO BE 4 INCHES, HOWEVER IF DEEPER, THE ADDITIONAL DEPTH SHALL BE CONSIDERED INCIDENTAL FOR REMOVAL, RESPREAD OR HAULING OFF SITE. IF EXISTING QUANTITY IS REQUIRED TO PLACE A 6 INCH LIFT OF GRANULAR SURFACING FOR ALTERNATE BID A, THE REMOVED MATERIAL SHALL BE UTILIZED AND ANY EXCESS SHALL BE DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF EXISTING GRANULAR SURFACING REMOVED WITHIN THE PROJECT LIMITS AS IDENTIFIED IN THE PLANS. HANDLING, STOCKPILING, AND PLACEMENT AT OTHER LOCATIONS WITHIN THE PROJECT LIMITS SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. 19 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. CONCRETE WILL BE AN IOWA DOT C OR M MIX WITH A MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CONCRETE TESTING WILL BE PROVIDED BY THE OWNER. NO EXTRA PAYMENT FOR COLD WEATHER PAVING. METHOD OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PCC DRIVEWAY PAVING AS MEASURED IN THE FIELD. 20 7030-H-2 TEMPORARY CONSTRUCTION ACCESS INSTALL AND REMOVE, GRANULAR, CLASS A ROADSTONE, 12 INCH DEEP WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. EXCAVATION, PREPARATION OF SUBGRADE, ENGINEERING FABRIC, CLASS A ROADSTONE GRANULAR SURFACING, AND REMOVAL OF ALL ITEMS SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. RESTORATION OF TEMPORARY CONSTRUCTION ACCESS SHALL ALSO BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF PAYMENT SHALL BE LUMP SUM. 21 7040-H PAVEMENT REMOVAL, HMA WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT REMOVED. 22 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER) WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. REMOVAL OF PCC AREAS SHALL INCLUDE ANY CURB AND GUTTER SECTIONS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PAVEMENT REMOVED. 23 7040-I CURB AND GUTTER REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. SAWING, BREAKING, REMOVING, AND DISPOSING OF EXISTING CURB AND GUTTER SHALL BE CONSIDERED INCIDENTAL. CURB AND GUTTER SHALL BE PROPERLY DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF CURB AND GUTTER REMOVED. Last Revision: 3/14/2025 Page 21 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 81 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport TRAFFIC CONTROL 24 8030-A TEMPORARY TRAFFIC CONTROL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8030 AND THE PLANS. THIS BID ITEM SHALL INCLUDE ALL IDENTIFIED TRAFFIC CONTROL ITEMS REQUIRED PER THE PLANS. BASIS OF PAYMENT SHALL BE LUMP SUM. 25 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8040 AND THE PLANS. REMOVING THE SIGN AND POST, FILLING THE POST HOLE, STORING AND MAINTAINING THE SIGN AND POST IN GOOD CONDITION, REINSTALLING THE SIGN AND POST, REPLACING SIGNS AND POSTS DESIGNATED FOR REINSTALLATION THAT HAVE BEEN DAMAGED IS THE CONTRACTOR’S RESPONSIBILITY AND SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SIGN REMOVED AND REINSTALLED. SITE WORK AND LANDSCAPING 26 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. 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 ITEM. 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 (INCLUDING STAGING AND STORAGE AREAS AS WELL AS HAUL ROUTES) SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AT NO ADDITIONAL COST TO OWNER. THE SEEDING RATE SHALL BE AT LEAST 260 LBS/ACRE. APPLY A 6-24-24, NITROGEN, PHOSPHATE, POTASH, COMMERCIAL FERTILIZER OR EQUIVALENT AT THE RATE OF 300 LBS PER ACRE. APPLY MULCHING PER MANUFACTURES RECOMMENDATIONS. NO ADDITIONAL PAYMENTS WILL BE MADE FOR RESEEDED AREAS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER ACRE SEEDED. 27 9010-E WARRANTY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. ALL WORK REQUIRED TO CORRECT ANY DEFECTS IN THE ORIGINAL PLACEMENT OF THE SEEDING FOR THE PERIOD OF TIME DESIGNATED SHALL BE INCIDENTAL. THIS BID ITEM SHALL ENSURE THAT A PROPER STAND OF GRASS IS ESTABLISHED. BASIS OF PAYMENT SHALL BE PER LUMP SUM. 28 9040-A-1 SWPPP PREPARATION WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SWPPP PLAN PREPARATION AND SUBMISSION OF SWPPP PERMIT. DEVELOPMENT OF A SWPPP BY THE CONTRACTOR MEETING LOCAL AND STATE AGENCY REQUIREMENTS, FILING THE REQUIRED PUBLIC NOTICES, FILING A NOTICE OF INTENT FOR COVERAGE OF THE PROJECT UNDER THE IOWA DNR NPDES GENERAL PERMIT NO. 2, AND PAYMENT OF ASSOCIATED NPDES PERMIT FEES SHALL BE CONSIDERED INCIDENTAL. BASIS OF PAYMENT SHALL BE LUMP SUM. 29 9040-A-2 SWPPP MANAGEMENT WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SWPPP MANAGEMENT. ALL WORK REQUIRED TO COMPLY WITH THE ADMINISTRATIVE PROVISIONS OF THE IOWA DNR NPDES GENERAL PERMIT NO. 2; INCLUDING BUT NOT LIMITED TO, RECORD KEEPING, DOCUMENTATION, UPDATING THE SWPPP PLAN SHEETS, FILING THE NOTICE OF DISCONTINUATION, AND WEEKLY INSPECTIONS , UNLESS OTHERWISE SPECIFIED IN THE CONTRACT DOCUMENTS, SHALL BE INCIDENTAL. ALL DOCUMENTATION SHALL BE KEPT ON SITE IN A MAILBOX OR SIMILAR STORAGE CONTAINER THAT IS CLEARLY MARKED. BASIS OF PAYMENT SHALL BE LUMP SUM. 30 9040-D-1 FILTER SOCK, 9 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. ANCHORING STAKES SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT INSTALLED. 31 9040-D-2 FILTER SOCKS, REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. RESTORATION OF THE AREA TO FINISHED GRADE AND OFF SITE DISPOSAL OF FILTER SOCKS AND ACCUMULATED SEDIMENT SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT REMOVED. Last Revision: 3/14/2025 Page 22 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 82 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport 32 9040-T-1 INLET PROTECTION DEVICE, INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SELECTING THE MOST EFFECTIVE TYPE OF INLET PROTECTION DEVICE. THIS ITEM SHALL ALSO INCLUDE REMOVAL OF DEBRIS AND REMOVAL OF DEVICE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INLET PROTECTION DEVICE INSTALLED. MISCELLANEOUS 33 11010-A CONSTRUCTION SURVEY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11010. THIS ITEM SHALL BE PAID BY LUMP SUM, AND SHALL INCLUDE ALL SURVEY NECESSARY FOR THE LAYOUT AND CONSTRUCTION OF THE PROJECT. 34 11020-A MOBILIZATION WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11020. THIS ITEM IS FOR ALL PREPARATORY WORK AND COSTS INCURRED BEFORE BEGINNING THE WORK ON THE PROJECT AND DURING THE PROJECT. THIS ITEM SHALL ALSO INCLUDE THE COSTS FOR ANY STAGED CONSTRUCTION AND EQUIPMENT SET UP TO COMPLETE THE WORK. NO CHANGE IN CONTRACT PRICE WILL BE MADE FOR ANY COMBINATION OF ADD/ALTERNATES ADDED TO THE CONTRACT. BASIS OF PAYMENT SHALL BE LUMP SUM. 35 11030-A MAINTENANCE OF POSTAL SERVICE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11030 AND THE PROJECT PLANS. CONTRACTOR SHALL COORDINATE WITH THE US POSTAL SERVICE, NOTIFY AIRPORT TENANTS OF TEMPORARY MAIL BOX LOCATIONS AND PROVIDE TEMPORARY MAILBOXES IN A LOCATION COORDINATED WITH THE AIRPORT MANAGER. CLUSTER MAILBOXES SHALL BE UTILIZED IF ALLOWED BY THE POST MASTER. BASIS OF PAYMENT SHALL BE LUMP SUM. 36 11050-A CONCRETE WASHOUT WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11050 AND THE PROJECT PLANS. CONTRACTOR SHALL PROVIDE A MEANS FOR CONCRETE WASHOUT FOR THE ENTIRETY OF THE PROJECT. BASIS OF PAYMENT SHALL BE LUMP SUM. Last Revision: 3/14/2025 Page 23 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 83 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport ITEM #ITEM CODE DESCRIPTION EARTHWORK A1 2010-D-1 TOPSOIL STRIP, SALVAGE AND RESPREAD, ON-SITE TOPSOIL WITHIN THE GRADING LIMITS OF THE PROJECT SHALL BE STRIPPED TO A DEPTH OF 6 INCHES, SALVAGED, AND RESPREAD AT A MINIMUM DEPTH OF 4 INCHES. ITEM INCLUDES HAULING OFF SITE TO STORE AND HAULING BACK IN IF NEEDED. REFER TO THE EXCAVATION BID ITEMS FOR CALCULATION OF BID ITEM QUANTITY. METHOD OF PAYMENT SHALL BE PER CUBIC YARD AT THE CONTRACT QUANTITY. NO MEASUREMENT SHALL BE MADE FOR THIS ITEM UNLESS PLAN CHANGES ARE MADE. A2 2010-E EXCAVATION, CLASS 13 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. THIS ITEM SHALL INCLUDE REMOVAL AND RESHAPING OF EXISTING MATERIAL TO FINISHED SUBGRADE ELEVATION, AND MANIPULATION OF TOPSOIL. 6 INCHES OF TOPSOIL SHALL BE STRIPPED FROM THE PROJECT SITE AND 4 INCHES SHALL BE RESPREAD. BASIS OF PAYMENT SHALL BE TEMPLATE QUANTITIES AS FOLLOWS: EARTHWORK TOPSOIL CUT = 400 CY STRIP = 200 CY FILL + 30% = 75 CY RESPREAD + 30% = 145 CY WASTE, OFF-SITE = 325 CY WASTE, ON SITE = 55 CY ALL EXCESS MATERIAL TO BECOME THE PROPERTY OF THE CONTRACTOR AND HAULED OFF SITE. TOPSOIL SHALL BE PLACED AND SPREAD TO A MINIMUM THICKNESS OF 4 INCHES IN ALL DISTURBED TURF AREAS. A3 2010-G SUBGRADE PREPARATION, 12 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. PRIOR TO SUBGRADE PERPARATION, THE SUBGRADE AREA SHALL BE PROOF ROLLED TO CONFIRM STABILITY. SUBGRADE SHALL BE SCARIFIED AND RECOMACTED TO A 12 INCHES THICKNESS AND 1 FOOT OUTSIDE THE EDGE OF PAVEMENT. SUBGRADE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBGRADE PREPARATION PERFORMED. A4 2010-J SUBBASE, MODIFIED, 6 INCHES WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 2010 AND THE PLANS. MODIFIED SUBBASE SHALL BE CONSTRUCTED TO 6 INCHES THICKNESS AND 2 FEET OUTSIDE THE EDGE OF PAVEMENT. SUBBASE SHALL BE COMPACTED IN ACCORDANCE WITH MOISTURE AND DENISTY CONTROL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF SUBBASE INSTALLED. SEWERS AND DRAINS A5 4020-A-1 STORM SEWER, TRENCHED, PVC, 12 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4020 AND THE PLANS. TRENCH EXCAVATION; DEWATERING; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; JOINT WRAPPING; WYES AND OTHER FITTINGS; PIPE JOINTS; TESTING; AND INSPECTION SHALL BE CONSIDERED INCIDENTAL. MATERIALS AND INSTALLATION OF CONNECTING MATERIALS TO ALLOW FOR CONNECTION TO EXISTING PIPES SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PIPE INSTALLED. A6 4040-A SUBDRAIN, TYPE 1B OR TYPE 1C , HDPE, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, FURNISHING SUBDRAIN MATERIALS INCLUDING PIPE, FITTINGS AND OTHER CONNECTIONS, ENGINEERING FABRIC, POROUS BACKFILL MATERIAL, AND ANY LABOR REQUIRED SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF SUBDRAIN INSTALLED. A7 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 4040 AND THE PLANS. EXCAVATION, POROUS BACKFILL, MATERIALS REQUIRED FOR SUBDRAIN CLEANOUT, RISER PIPES, SUBDRAIN CLEANOUT CASTINGS, PCC CLEANOUT PADS, REINFORCEMENT REQUIRED PER THE PLANS, AND ENGINEERING FABRIC SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SUBDRAIN CLEANOUT INSTALLED. ESTIMATE REFERENCE INFORMATION (ALTERNATE BID A) Last Revision: 3/14/2025 Page 24 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 84 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport STRUCTURES FOR SANITARY AND STORM A8 6010-B INTAKE, SW-501 WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. EXCAVATION; FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; BASE; STRUCTURAL CONCRETE; REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; CASTINGS; AND ADJUSTMENT RINGS SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE INSTALLED. A9 6010-E INTAKE ADJUSTMENT, MINOR WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. FURNISHING AND INSTALLING EACH INTAKE EXTENSION RING AND REINSTALLING THE CASTING LID SHALL BE CONSIDERED INCIDENTAL. IF A DIFFERENT CASTING IS REQUIRED TO COMPLETE THE INTENT OF THE IMPROVEMENT IT SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE ADJUSTED. A10 6010-G CONNECTION TO EXISTING INTAKE WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. CONNECTION OF PROPOSED STORM SEWER PIPE OR SUBDRAIN TO AN EXISTING STRUCTURE INCLUDING BUT NOT LIMITED TO, CORE DRILLING STRUCTURE TO ACCEPT PIPE, CONCRETE COLLARS FOR CONNECTION INCLUDING MESH REINFORCEMENT, AND ANY GROUTING OF THE INTERIOR OF THE STRUCTURE AFTER INSTALLATION SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. REMOVAL AND REPLACEMENT OF INVERT AS NECESSARY IS INCIDENTAL TO THIS BID ITEM. A11 6010-H REMOVE INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 6010 AND THE PLANS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INTAKE REMOVED. STREETS AND RELATED WORK A12 7010-A PAVEMENT, PCC, 7 INCH, CLASS C, INCLUDING CURB WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7010 AND THE PLANS. CONCRETE SHALL BE AN IOWA DOT C MIX WITH MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CURB AND GUTTER SECTION IS INCLUDE IN THE AREA OF THIS ITEM AND SHALL BE INCIDENTAL TO PAVEMENT CONSTRUCTION. REINFORCEMENT SHALL BE EPOXY COATED. 6 INCH MODIFIED SUBBASE SHALL BE PLACED UNDER THE PAVEMENT AND IS PAID FOR UNDER A SEPARATE BID ITEM. NO ADDITIONAL PAYMENT FOR COLD WEATHER PAVING OPERATIONS. FINAL TRIMMING OF SUBGRADE OR SUBBASE, INTEGRAL CURB, BARS AND REINFORCEMENT, JOINTS AND SEALING, SURFACE CURING AND PAVEMENT PROTECTION, SAFETY FENCING, CONCRETE FOR RIGID HEADERS, AND BOXOUTS FOR FIXTURES SHALL BE INCIDENTAL TO THIS ITEM. ALL JOINTS SHALL BE CONSTRUCTED, SAWED, AND SEALED AS SHOWN ON THE PROJECT PLANS. CRACKED PANELS SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR’S EXPENSE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT INSTALLED. A13 7030-A-3 REMOVAL AND DISPOSAL OR REINSTALLATION OF EXISTING 4" GRANULAR SURFACING WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. DEPTH OF EXISTING GRANULAR SURFACING IS ASSUMED TO BE 4 INCHES, HOWEVER IF DEEPER, THE ADDITIONAL DEPTH SHALL BE CONSIDERED INCIDENTAL FOR REMOVAL, RESPREAD OR HAULING OFF SITE. IF EXISTING QUANTITY IS REQUIRED TO PLACE A 6 INCH LIFT OF GRANULAR SURFACING FOR ALTERNATE BID A, THE REMOVED MATERIAL SHALL BE UTILIZED AND ANY EXCESS SHALL BE DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF EXISTING GRANULAR SURFACING REMOVED WITHIN THE PROJECT LIMITS AS IDENTIFIED IN THE PLANS. HANDLING, STOCKPILING, AND PLACEMENT AT OTHER LOCATIONS WITHIN THE PROJECT LIMITS SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM. A14 7030-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, INCLUDING CURB WORK UNDER THIS ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7030 AND THE PLANS. CONCRETE WILL BE AN IOWA DOT C OR M MIX WITH A MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS. SLAG IS NOT ALLOWED. CONCRETE TESTING WILL BE PROVIDED BY THE OWNER. NO EXTRA PAYMENT FOR COLD WEATHER PAVING. METHOD OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PCC DRIVEWAY PAVING AS MEASURED IN THE FIELD. Last Revision: 3/14/2025 Page 25 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 85 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport A15 7040-H PAVEMENT REMOVAL, HMA WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER SQUARE YARD OF PAVEMENT REMOVED. A16 7040-H PAVEMENT REMOVAL, PCC (INCLUDING CURB & GUTTER) WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. ALL REMOVALS TO BE MARKED BY THE CONTRACTOR'S SURVEYOR. FULL DEPTH SAW CUTS ALONG THE REMOVAL LIMITS ARE INCIDENTAL TO THIS ITEM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL REMOVAL, EARTHWORK, SUBGRADE PREPARATION, MODIFIED SUBBASE, AND PAVING EXPENSES DUE TO DAMAGED EDGES. ADDITIONAL REMOVAL TO BE DETERMINED BY ENGINEER. ALL PAVEMENT REMOVED SHALL BE PROPERLY DISPOSED OF OFF SITE. PAYMENT SHALL BE MADE FOR THE AREA OF PAVEMENT REMOVED REGARDLESS OF THICKNESS. REMOVAL OF PCC AREAS SHALL INCLUDE ANY CURB AND GUTTER SECTIONS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF PAVEMENT REMOVED. A17 7040-I CURB AND GUTTER REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 7040 AND THE PLANS. SAWING, BREAKING, REMOVING, AND DISPOSING OF EXISTING CURB AND GUTTER SHALL BE CONSIDERED INCIDENTAL. CURB AND GUTTER SHALL BE PROPERLY DISPOSED OF OFF SITE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT OF CURB AND GUTTER REMOVED. TRAFFIC CONTROL A18 8030-A TEMPORARY TRAFFIC CONTROL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8030 AND THE PLANS. THIS BID ITEM SHALL INCLUDE ALL IDENTIFIED TRAFFIC CONTROL ITEMS REQUIRED PER THE PLANS. THIS ITEM SHALL ALSO INCLUDE A TEMPORARY GRANULAR ACCESS THROUGH THE TERMINAL FENCE. ADDITIONALLY, THIS ITEM SHALL INCLUDE THE REMOVAL AND REINSTALLATION OF RECENTLY INSTALLED WILDLIFE FENCING AND COORDINATION WITH THE WILDLIFE FENCING CONTRACTOR IF THEY HAVE NOT DEMOBILIZED FROM THE PROJECT SITE. BASIS OF PAYMENT SHALL BE LUMP SUM. A19 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 8040 AND THE PLANS. REMOVING THE SIGN AND POST, FILLING THE POST HOLE, STORING AND MAINTAINING THE SIGN AND POST IN GOOD CONDITION, REINSTALLING THE SIGN AND POST, REPLACING SIGNS AND POSTS DESIGNATED FOR REINSTALLATION THAT HAVE BEEN DAMAGED IS THE CONTRACTOR’S RESPONSIBILITY AND SHALL BE CONSIDERED INCIDENTAL. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH SIGN REMOVED AND REINSTALLED. SITE WORK AND LANDSCAPING A20 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 - PERMANENT LAWN WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. 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 ITEM. 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 (INCLUDING STAGING AND STORAGE AREAS AS WELL AS HAUL ROUTES) SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AT NO ADDITIONAL COST TO OWNER. THE SEEDING RATE SHALL BE AT LEAST 260 LBS/ACRE. APPLY A 6-24-24, NITROGEN, PHOSPHATE, POTASH, COMMERCIAL FERTILIZER OR EQUIVALENT AT THE RATE OF 300 LBS PER ACRE. APPLY MULCHING PER MANUFACTURES RECOMMENDATIONS. NO ADDITIONAL PAYMENTS WILL BE MADE FOR RESEEDED AREAS. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER ACRE SEEDED. A21 9010-E WARRANTY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9010 AND THE PLANS. ALL WORK REQUIRED TO CORRECT ANY DEFECTS IN THE ORIGINAL PLACEMENT OF THE SEEDING FOR THE PERIOD OF TIME DESIGNATED SHALL BE INCIDENTAL. THIS BID ITEM SHALL ENSURE THAT A PROPER STAND OF GRASS IS ESTABLISHED. BASIS OF PAYMENT SHALL BE PER LUMP SUM. Last Revision: 3/14/2025 Page 26 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 86 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport A22 9040-D-1 FILTER SOCK, 9 INCH WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. ANCHORING STAKES SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT INSTALLED. A23 9040-D-2 FILTER SOCKS, REMOVAL WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. RESTORATION OF THE AREA TO FINISHED GRADE AND OFF SITE DISPOSAL OF FILTER SOCKS AND ACCUMULATED SEDIMENT SHALL BE INCIDENTAL TO THIS BID ITEM. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER LINEAR FOOT REMOVED. A24 9040-T-1 INLET PROTECTION DEVICE, INTAKE WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 9040 AND THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR SELECTING THE MOST EFFECTIVE TYPE OF INLET PROTECTION DEVICE. THIS ITEM SHALL ALSO INCLUDE REMOVAL OF DEBRIS AND REMOVAL OF DEVICE. BASIS OF MEASUREMENT AND PAYMENT SHALL BE PER EACH INLET PROTECTION DEVICE INSTALLED. MISCELLANEOUS A25 11010-A CONSTRUCTION SURVEY WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11010. THIS ITEM SHALL BE PAID BY LUMP SUM, AND SHALL INCLUDE ALL SURVEY NECESSARY FOR THE LAYOUT AND CONSTRUCTION OF THE PROJECT. A26 11020-A MOBILIZATION WORK UNDER THIS BID ITEM SHALL BE IN ACCORDANCE WITH REFERENCE SPECIFICATION SECTION 11020. THIS ITEM IS FOR ALL PREPARATORY WORK AND COSTS INCURRED BEFORE BEGINNING THE WORK ON THE PROJECT AND DURING THE PROJECT. THIS ITEM SHALL ALSO INCLUDE THE COSTS FOR ANY STAGED CONSTRUCTION AND EQUIPMENT SET UP TO COMPLETE THE WORK. NO CHANGE IN CONTRACT PRICE WILL BE MADE FOR ANY COMBINATION OF ADD/ALTERNATES ADDED TO THE CONTRACT. BASIS OF PAYMENT SHALL BE LUMP SUM. NOTE: End of Section All bid items shall include all labor, material, and equipment necessary to complete the operation in accordance with the Plans, Contract Documents, Iowa Statewide Urban Design and Specifications (SUDAS), and the City of Ames Supplemental Specifications to SUDAS unless otherwise noted. Last Revision: 3/14/2025 Page 27 of 76 City of Ames, Traffic Division 515 Clark Avenue, Ames, IA 50010-0811 87 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 28 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 88 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 29 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 CONTRACT THIS AGREEMENT, made and entered into this _____ day of _____________, _____, by and between the City of Ames, Iowa, party of the first part, hereinafter referred to as the “City’ and ____________________________, party of the second part, hereinafter referred to as the “Contractor”. WITNESSETH: THAT, WHEREAS, the City has heretofore caused to be prepared certain plans, specifications, and proposal blanks, dated the _____ day of _____________, _____, for the _________________ Department, __________________ under the terms and conditions therein fully stated and set forth, and WHEREAS, said plans, specifications and proposal accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the work specified. NOW, THEREFORE, IT IS AGREED: 1. That the City hereby accepts the proposal of the Contractor for the work and for the sums listed below: 2. That this Contract consists of the following component parts which are made a part of this agreement and Contract as fully and absolutely as if they were set out in this Contract. a. Addenda Numbers ______________________________________________________________. b. Detailed Specification Requirements for the 2024/25 Airport Entryway Improvements. c. Plans. d. Notice To Bidders. e. Instructions to Bidders. f. Iowa Statewide Urban Design and Specifications (SUDAS) with current updates and applicable City of Ames Supplemental Specifications. g. Contractor’s Offer. h. This instrument. i. Appendix A and all other documents contained in the specifications book. Above components are complementary and what is called for by one shall be as binding as if called for by all. 3. That payments are to be made to the Contractor in accordance with , and subject to, the provisions embodied in the documents made a part of this Contract. 4. That this Contract is executed in three copies. IN WITNESS, WHEREOF, the parties hereto have hereunto set their hands and seals the date first written above. CITY OF AMES, IOWA CONTRACTOR By:_______________________________________ By: ___________________________________________ John Haila, Mayor Attest:_____________________________________ Attest: ___________________________________________ Renee Hall, City Clerk 89 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 30 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 90 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 31 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS THAT_____________________________________________ ______________________________________________________________________________________ (Here insert the name and address or legal title of the Contractor) a Principal, hereinafter called the Contractor, and _______________________________________________ (Here insert the legal title of Surety) as surety, hereinafter called the Surety, are held and firmly bound unto ______________________________ ______________________________________________________________________________________ (Here insert the name and address or legal title of the Owner) as obligee, hereinafter called the Owner, in the amount of ________________________________________ DOLLARS ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Contractor has by written agreement dated _________________, ________, entered into a Contract with the Owner for_______________________________________________________________ In accordance with drawings and specifications prepared by ______________________________________ which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Contractor shall promptly and faithfully perform said Contract, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect. I. The Surety hereby waives notice of any alteration or extension of time made by the Owner. II. Whenever the Contractor shall be, and is declared by the Owner to be, in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions or, B. Obtain a bid or bids for submission to the Owner for completing the Contract in accordance with its terms and conditions and upon determination by the Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and the Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price", as used in this paragraph, shall mean the total amount payable by the Owner to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the Owner to the Contractor. III. The Contractor and their Surety shall, in accordance with the provisions of the Code of Iowa, be obligated to keep the improvements covered by this bond in good repair for a period of years from the date of acceptance of the improvements by the Owner. IV. Any suit under this bond must be instituted before the expiration of years from the date on which final payment under the Contract falls due. V. No right of action shall accrue to or form the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of Owner. 91 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 32 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 IT IS A FURTHER CONDITION OF THIS OBLIGATION that the principal and surety shall, in accordance with the provisions of Chapter 573 of the Code of Iowa, pay to all persons, firms or corporations having contracts directly with the principal or with subcontractors all just claims due them for labor performed or materials furnished in the performance of the Contract on account of which this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if they were expressly set out herein. SIGNED AND SEALED THIS ______ DAY OF _____________,AD _________. IN THE PRESENCE OF: ________________________________________ ________________________________________ Witness Principal ________________________________________ ________________________________________ Witness Title ________________________________________ Surety ________________________________________ Title Rev 1-1-07 92 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 33 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 FORM OF BID BOND KNOW ALL BY THESE PRESENTS, that we ___________________________________________, as Principal, and ___________________________________________, as Surety, are held and firmly bound unto the ____________ of ____________, Iowa, hereinafter called “Municipality” in the penal sum of $_______________ lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated _______________, __________, for the ________________________________________________________________________________ Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein after the opening of the same, or, if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, or, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidation of damages sustained in the event that the aforedescribed bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their seals this _________ day of ________________, _____, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. Date ________________________________ _____________________________________ Principal Date ________________________________ _____________________________________ Surety Rev 1-1-07 93 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 34 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 94 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 35 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. FAILURE TO PROVIDE THIS FORM WITH THE BID MAY DEEM THE BID UNRESPONSIVE. Bidder Status Form To be completed by all bidders Part A Please answer “Yes” or “No” for each of the following: ☐ Yes ☐ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ☐ Yes ☐ No My company has an office to transact business in Iowa. ☐ Yes ☐ No My company’s office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ☐ Yes ☐ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ☐ Yes ☐ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered “Yes” to 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 My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: _____________ to _____________ Address: ____________________________________ (mm/dd/yyy) City, State, Zip: _______________________________ Dates: _____________ to _____________ Address: ____________________________________ (mm/dd/yyy) City, State, Zip: _______________________________ 95 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 36 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Dates: _____________ to _____________ Address: ____________________________________ (mm/dd/yyy) City, State, Zip: _______________________________ You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: _____________________________________________________________________________________________ 2. Does your company’s home state or foreign country offer preferences to bidders who are residents? ☐ Yes ☐ No 3. If you answered “Yes” to question 2, identify each preference offered by your company’s home state or foreign country and the appropriate legal citation. _____________________________________________________________________________________________ _____________________________________________________________________________________________ You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: _____________________________________________________________________________________________ Signature: ____________________________________________________________________ Date: ___________________ 96 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 37 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 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 organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. End of Section 97 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 38 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 98 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 39 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Special Conditions Affirmative Action Compliance The City of Ames Affirmative Action Program states that, “all contractors, subcontractors, vendors, and suppliers doing business on a non-emergency basis with the City or any agency of the City, under which the contract value of said business between the City and Contractor equals or exceeds twenty-five thousand dollars ($25,000.00), shall place on file with the City a statement of Nondiscrimination Policy which is satisfactory to the Affirmative Action Officer of the City”. In order to comply with the aforementioned, the enclosed statement, “Assurance of Compliance with the City of Ames, Iowa, Affirmative Action Program”, must be completed, signed by an official who is authorized and empowered to sign for and enter into binding agreements on behalf of the company. The statement must be returned to Casandra Eames, Engagement Coordinator, City of Ames, Iowa, identifying the Invitation to Bid to which it pertains. The forms need not be returned with the bid but must be approved prior to execution of the successful bidder’s contract. An approved Affirmative Action Compliance form is valid for all City of Ames projects bid by that firm for a period of one year from the date of approval. Questions on this requirement should be addressed to Casandra Eames, Engagement Coordinator, City of Ames, 515 Clark Avenue, Ames, Iowa 50010. E-mail: dschildroth@city.ames.ia.uscasandra.eames@cityofames.org or phone (515) 239-5219. Name of Firm: ________________________________________________ Street Address: ________________________________________________ City, State, & Zip: ________________________________________________ Authorized Official: ________________________________________________ Date: ________________________________________________ Approved by: ___________________________________________ Date: ___________________________________________ For City of Ames Use Only 99 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 40 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 PART I. ASSURANCE OF COMPLIANCE WITH THE CITY OF AMES, IOWA AFFIRMATIVE ACTION PROGRAM Please supply the name of submitting firm in the blank space below: ____________________________________________________ HEREBY AGREES THAT it will comply with all requirements imposed by or pursuant to the regulations of the City of Ames Affirmative Action Program, to the end that, in accordance with Titles VI and VII of the Civil Rights Act of 1964 and other applicable State and Federal laws, orders, and regulations, no person shall, on the grounds of race, sex, color, creed, national origin, ancestry, religion, age, or disability, be subjected to discrimination in relation to any contract or activity for which _____________________________________________________ receives City funds and Hereby gives assurance that it will immediately take any measures necessary to effectuate this agreement. _____________________________________________________ recognizes and agrees that such City funds will be granted in reliance with the agreements made in this assurance, and that the City shall have the right to seek judicial enforcement of this assurance and/or place its own sanctions when necessary. This assurance is binding on ____________________________, its’ successors, transferees, and assignees, and the person or persons whose signature appears below are authorized to sign this assurance on behalf of ________________________. Part II. A. Type of Business: B. Equal Employment Opportunity Officer: (leave blank if none is employed by the firm) C. Do you have an adopted Equal Employment Opportunity Statement/ Affirmative Action Plan? _____ Yes _____ No D. If yes, how is this disseminated to employees? Handbook Training Sessions Orientation Other (specify) E. Do you actively recruit? Physically/mentally handicapped Yes No Veterans Yes No F. List any recruitment sources used to reach protected groups. G. Do you have a current Federal EEO-1 Report on file? _____ Yes _____ No 100 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 41 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 101 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 42 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Instructions for Filling out employment utilization report chart Firms are to complete columns 1 through 8 and the information in the upper left and right hand corners. Column 1 Enter the Title and/or Job Classification of employees (one line per title and/or classification. Firms may use broad categories such as “Administrative”, “Professional”, “Technical”, “Clerical”, and “Laborer”. Column 2 Enter the total number of males, females, and total males plus females in the job title and/or classification. Column 3 Enter the total number of male and total number of female employees in the job title and/or classification who are White (but not of Hispanic origin). Column 4 Enter the total number of male and total number of female employees in the job title and/or classification who are Black (but not of Hispanic origin). Column 5 Enter the total number of male and total number of female employees in the job title and/or classification who are Hispanic. Column 6 Enter the total number of male and total number of female employees in the job title and/or classification who are Asian or Pacific Islanders. Column 7 Enter the total number of male and total number of female employees in the job title and/or classification who are American Indian or Alaskan Native. Column 8 Add columns 4 –7 to determine the total number of male and total number of female ethnic minorities. Use separate totals for males and females. Column 9 & 10 Will be completed by the City of Ames. 102 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 43 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 APPENDIX A During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1) Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT') Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2) Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3) Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4) Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City of Ames, Iowa, the Iowa Department of Transportation or Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City of Ames, Iowa, the Iowa Department of Transportation or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the City of Ames, Iowa shall impose such contract sanctions as it, the Iowa Department of Transportation or the Federal Highway Administration may determine to be appropriate, including, but not limited to: a) withholding of payments to the contractor under the contract until the contractor complies, and/or b) Cancellation, termination or suspension of the contract, in whole or in part. 6) Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the City of Ames, Iowa, the Iowa Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the City of Ames, Iowa or the Iowa Department of Transportation to enter into such litigation to protect the interests of the City of Ames, Iowa or the Iowa Department of Transportation; and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 103 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 44 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 104 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 45 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 GENERAL NOTES FOR CONSTRUCTION 1. NOTICE TO PROCEED 1.1. The contractor shall not proceed with the work until receiving a notice to proceed from the owner’s representative according to the conditions as given in the Notice To Bidders or prior to the pre- construction meeting. 2. SCHEDULE 2.1. The contractor shall submit to the engineer a schedule for the performance of the work items. This schedule shall be provided by the contractor at the project preconstruction conference. No work shall begin until a schedule has been submitted and accepted. The contractor shall then perform the work according to the accepted schedule. 2.2. The contractor shall contact the owner’s representative 48 hours prior to the start of construction unless otherwise directed by the engineer. 2.3. The general contractor shall be responsible for the coordination of work between all equipment suppliers, crafts, subcontractors, and utility companies involved in the project, including staging of construction and construction details. 2.4. The contractor will be required to have a representative at the final inspection and will be responsible to open all manholes and intakes and make all areas of work open and accessible for inspection by City personnel. 3. PRE-CONSTRUCTION MEETING AND SUBMITTALS 3.1. A pre-construction meeting will be scheduled as directed by the owner. 3.2. If requested by the owner, the contractor shall submit the following documents at , or prior to, the pre-construction meeting: 3.2.1. A complete list of all employees that will be working within any City facility or on City property. 3.2.2. Shop drawings showing details of construction and identification of materials as requested by the owner. 3.2.3. Material Safety Data Sheets (MSDS) for applicable materials. 3.2.4. Project schedule showing beginning and completion dates for various portions of the work with the value of each portion. 3.2.5. A listing of the subcontractors assigned to each portion of the work not completed by the prime contractor, along with the bid items each subcontractor will be responsible for. 3.2.6. Names and 24-hour contact information for the contractor and subcontractors. 3.2.7. Contract price breakdown of lump sum bid(s) as requested by the owner. 3.2.8. Schedule of values for all of the work which shall include quantities and prices of items which when added together equal the contract price. If requested by the owner, the schedule shall divide the work into component parts in sufficient detail to serve as the basis for progress payments during performance of the work. 105 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 46 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 4. GENERAL CONDUCT OF PROJECT 4.1. The contractor shall take all possible steps to avoid inconvenience to property owners and the general public during the construction of the project. Such measures shall include dust control and efforts to minimize noise and inconvenience to pedestrians and vehicular traffic. The project area shall be kept orderly at all times. All work, employees, equipment, and material shall be limited to the right-of-way and easements. Care will be taken to ensure maximum cooperation with the City and property owners concerning the scheduling of work. 4.2. The contractor shall appoint a superintendent, or their duly authorized representative, to be present and on-site at all times during construction. 5. CODES AND STANDARDS 5.1. The contractor shall conform to the safety requirements of the Williams -Steiger Occupational Safety and Health Act of 1970 and all current amendments. 5.2. The contractor shall also comply with all applicable laws, building and construction codes, and other requirements of the City of Ames. 5.3. The contractor shall procure all necessary permits for the construction of the work. The costs for all required jurisdictional permits and licenses will not be waived by the jurisdiction. The contractor’s costs for permits, related inspections, and licenses shall be included in the price s bid on the proposal and shall not be considered as an extra. 5.4. In the case of a conflict between various codes, requirements of the more strin gent code shall apply. 6. COORDINATION OF CONSTRUCTION 6.1. The contractor’s workdays shall be limited to Monday through Friday. Objectionable levels of noise shall not take place between 7:00 p.m. and 7:00 a.m. The number of hours the contractor works on the above days will not be limited. If , for a valid reason, the contractor desires to work on Saturday or a City holiday and they have the approval of the engineer, the contractor shall reimburse the City of Ames for any extra engineering costs necessitated by the extra work. This extra engineering cost will include, but will not necessarily be limited to, inspectors’ and surveyors’ wages plus overtime and equipment used. The contractor may require the City to submit vouchers or payrolls in support of claims for such extra compensation. 6.2. Except for such work as may be required to properly maintain or protect completed or partially completed construction, or to maintain lights and barricades, no work will be permitted on Sundays or legal holidays. 6.3. Before starting to dig, the contractor shall call Iowa One-Call: 1-800-292-8989. 6.4. The contractor shall be required to give notice to the City of Ames construction supervisor of any street, lane, or drive closure at least 48 hours in advance. The contractor’s superintendent and project inspector shall jointly deliver notification of driveway closure s to the property owners at least 24 hours in advance. The contractor shall also notify CyRide, Ames Police Department dispatch, and the US Post Office in the event of a full street closure. 7. STATIONING 7.1. All stationing is based upon baseline measurements. 106 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 47 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 8. PROTECTION OF TREES 8.1. The contractor will take necessary precautions to protect trees that overhang the work area. All trees shall be tunneled in accordance with the City of Ames “Policy for Protection of Public Right of Way Trees” and the plans, unless otherwise noted. Where trees are present in areas of open cut construction, excavation shall be done by methods which take extra care not to damage roots 2” in diameter and larger. Any trees damaged by the contractor during construction shall be trimmed or replaced, at the direction of the engineer, and at the contractor’s expense. The contractor will be subject to a $500 fine for each tree that is damaged. 8.2. The contractor shall protect all trees from damage during construction in accordance with city standards. No open excavation is allowed within a tree dripline. The minimum distance of tunneling from any side of a tree shall be as follows: 8.2.1. 5 ft. for a 2 – 9 inch tree diameter. 8.2.2. 10 ft. for a 10 – 14 inch tree diameter. 8.2.3. 12 ft. for a 15 – 19 inch tree diameter. 8.2.4. 15 ft. for a tree diameter over 19 inches. 9. UTILITIES 9.1. The contractor shall exercise all due caution when working in the vicinity of pipelines carrying combustible or toxic materials which are present on this project. Pipeline locations shown on the plans represent the best information available at the time of plan preparation. Before performing earthwork, tiling, or excavation within 300 feet of an existing pipeline, the contractor shall notify the pipeline company and the pipeline company shall mark the location of the pipeline as required by section 479.47 of the Code of Iowa. 9.2. The location and elevations of utilities indicated on the plans are taken from existing public records. The exact location and elevation of all utilities must be determined by the contractor. It shall be the duty of the contractor to ascertain whether any additional facilities other than those shown on the plans may be present. Utilities damaged or broken by contractor’s operations shall be repaired at no additional cost to the owner. 9.3. Prior to construction, the contractor shall uncover all utilities to verify their location and elevation and to identify potential conflicts. The contractor shall immediately notify the engineer of any potential conflicts. 9.4. Existing utility facilities such as utility poles, underground conduit, guy wires, underground carrier pipe, and service lines shall be relocated, removed , or adjusted by the respective utility companies. All utility work does not appear on the plans. Coordination with utilities companies for the location and access for relocation of their lines shall be the responsibility of the contractor. 9.5. The contractor shall be responsible for such utilities as water appurtenances, storm and sanitary sewer manholes, and intakes that are to be constructed or adjusted. 9.6. If the contractor damages a water service line, a licensed plumber must be retained to complete repairs to said service. In addition, the services of a licensed plumber will also be required for curb stop adjustments. 9.7. All service connections to mains and sewers (water, sanitary, and sump) must be made by a licensed plumber. 107 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 48 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 9.8. Coordination with others (utility companies and other contractors) for relocation or installation of utilities or items not in this contract shall be the responsibility of the contractor and the cost shall be considered incidental to this project. Utility Contacts: Iowa One Call 1-800-292-8989 Water & Sanitary Sewer City of Ames: Dale Weber (515) 239-5551 Streets/Storm Sewer/Drain Tile City of Ames: Matt Elbert (515) 239-5548 Ames Electric Mark Imhoff (515) 239-5175 Traffic Brad Becker (515) 231-3042 Gas Alliant Energy: Jack Mauss 515-268-3406 Telephone/Internet Century Link: Ken Fullard, 319-651-2175 Telephone/Internet Mediacom: Adam Stevens, 845-587-2491 Telephone/Internet Aureon: Matthew Weiser (515) 830-0497 Unknown Ag Leader Technology Inc. (no Maps or Contact information provided after One Call Design Locate, Last Known Contact: Jennifer Holliday; 515-262-7686; locates@gotoci.com Telephone/Internet Internet Consulting Services (No contact information provided after One Call Design Locate. Last Known Contact: Adam Woodard; 515-268-4045; locates@ics- llc.net Telephone/Internet Metro Fibernet (No contact information provided after One Call Design Locate. Last Known Contact: Lori Kemper; 812-213-1050811; design@metronet.com Telephone/Internet United Private Networks (No contact information provided after One Call Design Locate. Last Known Contact: Joe Kilzer; 816-425-3556; upngis@upnfiber.com Unknown Iowa State University (No contact information provided after One Call Design Locate. Last Known Contact: Mike Olson; 515-294-6312; mjolson@iastate.edu Telephone/Internet Windstream (No contact information provided after One Call Design Locate. Last Known Contact: 800-941-3430; wci.clec.locate@windstream.com 9.9. The City of Ames’ underground facilities do not include service lines and laterals providing service to private properties. All City of Ames service locates are completed as a courtesy for the contractor. No guaranty of accuracy is offered, nor shall any be implied. It shall be up to the excavator to verify exact locations and ascertain the presence of any unmarked lines. 10. CERTIFICATIONS AND TESTS 10.1. Material Samples: Before a contract is awarded, the bidder may be required to furnish a statement of the origin, composition, and manufacture of any or all materials proposed for use in the performance of the contract, together with samples of the material. These samples will be considered as representative and typical of the material to be obtained from any particular source. 108 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 49 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 10.2. Material Tests: At any time during the course of the contract, the engineer may require that tests be conducted on any or all materials used in the performance of the contract. 10.3. Supplier Certification: Prior to the use of a product in the performance of the contract, the supplier of said product shall submit to the engineer a certificate informing the engineer that the supplier has examined the specifications contained herewith, and that their product satisfies the standards required of that type of product. 11. RIGHT-OF-WAY AND EASEMENT 11.1. The contractor shall confine their activities to City of Ames right-of-way or easements obtained by the City of Ames. 11.2. Copies of easements are available at the engineer’s office. No activities or vehicles will be permitted outside of this working encroachment except upon established roadways or as designated by the engineer. 12. WASTE MATERIALS 12.1. All waste materials shall be disposed of at an approved landfill site or other waste disposal site. Disposal of waste materials shall be in accordance with all applicable Federal, State of Iowa, and local requirements. Applicable dumping fees will be the responsibility of the contractor. 13. SURVEYS AND STAKING 13.1. The contractor shall perform such surveying and staking as will be necessary for the construction to comply with the plans and specifications. Construction Survey and Staking shall be in accordance with IDOT Standard Specification Section 2526. Pedestrian Facility Construction Survey and Staking shall be in accordance with the City of Ames plans and specifications. 14. EXCAVATION SAFETY/COMPETENT PERSON 14.1. The contractor shall employ and have on site a “competent person” for all projects involving excavation of earth. A “competent person”, as defined by the U. S. Occupational Safety and Health Administration (OSHA), is “one who is capable of identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them”. The contractor shall identify to the engineer in writing, the name and credentials of the “competent person” prior to the start of any work involving excavation of earth. 15. WATER SOURCE FOR CONSTRUCTION 15.1. It shall be the responsibility of the contractor to supply the water needed for their construction operations using a tank wagon or other similar type machinery. Water is available 24/7 at the bulk water station located at 710 East 13th Street. The bulk water station is coin or bill operated with no change made. 15.2. Water shall not be drawn from fire hydrants without the use of a hydrant meter. Application for the use of a hydrant meter is made by contacting the Water Meter Division of the City of Ames (515 - 239-5151). All procedures outlined by the Water Meter Division shall be followed. 15.3. The contractor should take note of the Municipal Code of the City of Ames, Iowa, which states that no person except an authorized employee of the City is allowed to open or close any hydrant connected to the City water supply. Any person violating these provisions is guilty of a misdemeanor and subject to a fine in a sum not exceeding $100.00 or imprisonment not to exceed thirty (30) days. 109 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 50 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 16. REMOVALS 16.1. Removal of existing features shall be considered incidental to other items of work on the project if not outlined specifically as a bid item. Contractor shall legally and properly dispose of all materials removed as part of this project. 16.2. The contractor shall coordinate removal and relocation of all permanent traffic signs with the engineer. The contractor shall notify the engineer 48 hours in advance of any need for removal of signs. All signs removed shall be delivered to the engineer. Payment shall be considered incidental to the contract. 16.3. The cost incurred where a section of removal is skipped or where paving is done in sections in order to maintain access to adjacent properties shall be incidental to the project. Contractor shall maintain access to residences at all times, unless otherwise noted on the plans. 16.4. Existing storm sewer that is designated to be removed shall be removed only when the construction has progressed to that location. Drainage shall be maintained at all times. 16.5. All fire hydrants, intake castings, and manhole castings removed as part of the project shall remain the property of the City of Ames. Contact the Public Works Operations Division (515-239-5550) once removed. 16.6. The contractor shall be responsible for replacement or re-establishment of survey monuments (property pins and section corners), which are removed or damaged during construction. Monuments shall be restored by a licensed land surveyor. The contractor shall notify the engineer at least two days in advance of any need to relocate and preserve monuments due to the proposed improvements. 16.7. The contractor shall notify the engineer or owner if rock is encountered during excavation. No separate payment for rock excavation will be made unless removal requires rock excavating equipment and prior written authorization by the engineer or owner is provided. 16.8. Pavement joint sawing shall be done using a wet saw method to prevent dust, or by early cut method when allowed. All pavement saw cuts are incidental to removal and replacement of pavement and driveways as applicable. 16.9. For city street crossings where permanent pavement will not be installed within one week from the time the trench is backfilled, the contractor is to place a temporary patch consisting of one-inch (1”) thick cold patch asphalt or hot mix asphalt over the street backfill to the level of the existing street surface. If the temporary patch is to remain for more than 30 days, the patch shall be four -inches (4”) of PCC pavement. The contractor shall maintain the patch for the length of time the patch is in place. Placement and maintenance of any temporary patch will not be paid for separately and is considered incidental to the contract. 110 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 51 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 17. EROSION CONTROL 17.1. For all projects one acre or more in disturbed area and requiring an NPDES permit, the contractor agrees to the following statement: I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by entering into a contract for this project, I understand that I am becoming a co -permitee, along with the City and my subcontractors, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for “Storm Water Discharge Associated with Industrial Activity for Construction Activities” at the project site. As a co-permitee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit. 17.2. Erosion control is the responsibility of the contractor during construction and until sod has been placed, or uniform perennial vegetative cover with a density of 70% for the area has been established. 17.3. Stabilization shall be completed immediately after completion of finish grading unless otherwise approved by the engineer. 17.4. The contractor must take precautions to prevent storm water runoff from being impeded or diverted due to construction operations. Areas disturbed by construction shall be graded to the finished grade. 17.5. If a project area is abandoned for a period of 14 days or longer, the contractor is required to stabilize that area at their own expense. 18. EARTHWORK 18.1. Any additional excavation required for ditching operations, small swales , or limited reshaping of adjacent areas to provide for drainage shall be considered incidental to the project. 18.2. The contractor shall be responsible for keeping sediment and debris deposited by construction activity off adjacent traffic lanes, parking lots, streets, and driveways. The project site shall be kept orderly at all times. 18.3. The contractor shall apply necessary moisture to the construction area and haul roads to prevent the spread of dust. Refer to article 1107.07 of the IDOT Standard Specifications for additional details. 18.4. Overhaul on this project shall be considered incidental and will not be measured or paid for separately. 19. CONCRETE 19.1. The contractor is cautioned not to obstruct or remove any unnecessary pavement , or to disturb the existing traffic pattern more than necessary for the proper execution of the work. 19.2. Special care shall be taken when forming at intersections; short lengths of forms or flexible forms may be necessary at these locations. 19.3. The estimated quantity for new concrete pavement includes all integral curb, all street returns , and special areas of repairs to connecting pavements. 111 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 52 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 20. MATERIALS TESTING 20.1. Laboratory tests shall be performed by the contractor unless otherwise noted. The contractor shall provide samples of materials required for laboratory tests. 20.2. Compaction testing shall be considered incidental to other items of work on the project if not outlined specifically as a bid item. 21. PEDESTRIAN FACILITY COMPLIANCE AND ACCEPTANCE 21.1. The contractor is responsible for constructing all new pedestrian facilities in accordance with the plans, specifications, and applicable standards. Pedestrian facilities include sidewalks, shared use paths, pedestrian ramps, and crosswalks. 21.1.1. Upon request, the engineer can provide assistance and guidance on plan interpretation. However, the contractor is solely responsible for implementing the plans. 21.1.1.1. The design and construction parameters of pedestrian ramps are relatively narrow. Minor errors in formwork or pavement finishes can significantly affect the final results. Because of this, special care and attention should be taken when setting formwork and/or finishing the various elements of pedestrian ramps including , but limited to, adjacent curb and gutter, ramp lip, truncated dome placement, widths, running slopes , and cross slopes. 21.1.1.2. A pay-item for Pedestrian Facility Construction Survey and Staking has been added to account for the anticipated extra effort to comply with the strict ADA standards on City of Ames projects. No extra payments for will be made. 21.2. No payment will be made for pedestrian facilities as described in Section 21.1 until pedestrian facility compliance is verified by the engineer. 21.3. Initial review of pedestrian facility compliance will be made by the engineer no more than 5 business days after the contractor reports to the engineer that the entire shared use path section, sidewalk section, crosswalk section, or pedestrian ramp is complete. Partial acceptance of pedestrian facilities will not be made. (i.e. the 6” sidewalk ramp and landing pad will not be accepted until the 4” sidewalk tie-ins are completed and ALL elements of the pedestrian ramp are determined to be compliant.) 21.4. Compliance of pedestrian facilities will be determined by the engineer via the use of a smart level. Measurements will take place after construction and shall be within the tolerances called out in the plans. If any element falls outside the specified tolerances, the pedestrian facility will be determined non-compliant. The contractor shall remove and replace all non-compliant elements and any additional items necessary to bring the pedestrian facility into compliance such as, but not limited to, newly placed curb and gutter. Pedestrian facility replacements shall be completed at no additional cost to the city. 21.4.1. In the event the contractor does not agree with the engineer, they can present their own information at no additional cost to the city. This may be through the use of another, properly calibrated smart level in the presence of the engineer, or through the use of a Total Station. No GPS verification will be allowed. The engineer will respond to the additional information provided by the contractor within 5 business days. 21.4.1.1. If the contractor presents data confirming non-compliance, the contractor shall remove and replace the pedestrian facility at no cost to the City. 112 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 53 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 21.4.1.2. If the contractor presents data confirming they are in compliance, and the City accepts that data, the Engineer will determine the pedestrian facility is within compliance. 21.4.1.3. If the contractor presents data showing they are in compliance, and the City has cause to believe the data may be in error, the City will re-evaluate the pedestrian facility. The City will then provide written documentation of the survey data, possible concerns, and required actions, if any are necessary for final acceptance. 21.4.2. In the event the contractor has cause to believe the city is in error after Section 21.4.1, a third-party survey can be requested in writing by the contractor. The city will then hire a third-party surveyor to verify the newly constructed pedestrian facility via the use of a total station. 21.4.2.1. By requesting this, the contractor is agreeing to pay the third-party surveyor fees through a change order of the contract if the pedestrian facility is determined out of compliance. The contractor also agrees to remove and replace any non-compliant pedestrian facility at no cost to the city. 21.4.2.2. If the pedestrian facility is determined to be compliant, the contractor will not be charged for any of the third-party survey work and the pedestrian facility will be determined compliant by the engineer. 21.4.3. Once compliance of the pedestrian facility has been verified and accepted, the contractor shall submit as-built drawings for each verified and accepted location to the Engineer. The as-built will include, but is not limited to, distances and slopes within the facility. 22. FINAL SUBMITTALS 22.1. Upon completion of the contract work, the contractor shall submit copies of project documents as requested by the owner. This may include, but is not limited to, as -built drawings certified by an architect or engineer licensed in the State of Iowa, final inspection documents, warranty certificates, and operation and maintenance manuals. End of Section Rev 3-4-20 113 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 54 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 114 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 55 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 SPECIAL PROVISIONS 1. GENERAL 1.1 These Special Provisions shall apply to the 2024/25 Airport Entryway Improvements 2. INSURANCE REQUIREMENTS 2.1 Minimum Scope Of Insurance: Coverage shall be at least as broad as: 2.1.1 Insurance Services Office form number CG 00 01 covering Commercial General Liability. 2.1.2 Insurance Services Office form number CA 00 01 covering Automobile Liability, comprehensive form. 2.1.3 Worker’s Compensation insurance as required by the Laws of the State of Iowa and Employers Liability insurance. 2.2 Minimum Limits of Insurance: Contractor shall maintain limits no less than: 2.2.1 General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. 2.2.2 Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 2.2.3 If required by statue, Workers’ Compensation and Employers Liability: Statutory Workers’ Compensation limits as required by the laws of the State of Iowa. 2.2.4 Builder’s Risk insurance shall be in an amount not less than the total value of construction. 2.3 Deductibles and Self-insured Retentions: Any deductibles or self-insured retentions must be declared to and approved by the City of Ames. At the option of the City of Ames, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City of Ames, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 2.4 Other Insurance Provisions: The policies are to contain, or to be endorsed to contain, the following provisions: 2.4.1 General Liability and Automobile Liability Coverages. 2.4.1.1 The City of Ames, its officials, employees, and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the contractor; products and completed operations of the contractor, premises owned, occupied or used by the contractor, or automobiles owned, leased, hired, or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Agency, its officers, officials, employees, or volunteers. 2.4.1.2 Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City of Ames, its officials, employees, or volunteers. 2.4.2 Workers’ Compensation and Employers Liability Coverage. 2.4.3 To the fullest extent provided by the laws of Iowa, the insurer shall agree to waive all rights of subrogation against the City of Ames, its officials, employees, and volunteers for losses arising from work performed by the contractor for the City. 115 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 56 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 2.5 All Coverages: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days’ prior written notice by certified mail, return receipt requested, has been given to the City. 2.6 Acceptability Of Insurers: Insurance is to be placed with insurers with a Bests’ rating of no less than A:VII. 2.7 Verification Of Coverage: Contractor shall furnish the City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on standard insurance company forms or forms provided by the City and are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 2.8 Subcontractors: Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 2.9 Indemnification: To the fullest extent permitted by law, the contractor shall indemnify and hold harmless the City of Ames, their agents, and employees from and against all claims, damages, losses, and expenses, including, but not limited to attorneys’ fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss, or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and (2) is caused in whole or in part by any negligent act or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or any one for whose acts, any of them may be liable. 2.10 In no case will the contractor’s coverage be constructed to provide coverage for acts of negligence alleged to be caused by the sole negligence of employees of the City of Ames. 3. COMPLETION DATES 3.1 If the contractor elects to work in the calendar year 2025, work shall be completed no later than the designated contract completion date of August 1, 2025. If the contractor elects to work in the calendar year 2026, work shall be completed no later than the designated contract completion date of August 7, 2026. 4. LIQUIDATED DAMAGES 4.1 Should the contractor fail to complete the work as specified and by the designated completion date or dates, they shall reimburse the City for any extra engineering costs necessitated by the continuance of the work beyond the time specified for completion. In addition, liquidated damages will be assessed as specified for work beyond the designated completion date or dates. 5. WARRANTIES AND GUARANTEES 5.1 Maintenance Of The Work: The contractor shall provide a maintenance bond for the improvements of this project. Unless otherwise stated, the length of the maintenance bond shall be 2 years. The guaranteed maintenance period shall be four (4) years for new paving. End of Section 116 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 57 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 TRAFFIC CONTROL 1. GENERAL REQUIREMENTS 1.1. Traffic control questions shall be discussed with the Traffic Engineer or the Project Engineer. 1.2. The Temporary Traffic Control bid item includes the measures required to accommodate pedestrian and vehicle access to adjacent businesses and residences throughout construction. Refer to the plan sheets for more information regarding access throughout construction. 1.3. Prior approval of the engineer is required for changes to the phasing shown in the plans. 1.4. All traffic control devices shall be furnished, erected, maintained, relocated, and removed by the contractor. The contractor shall provide traffic control maintenance during all working and non - working hours. The name and telephone number for the contractor’s contact person responsible for traffic control matters shall be provided to the engineer. 1.5. Proposed sign spacing may be modified as approved by the engineer to meet existing field conditions or to prevent obstruction of the motorists’ view of permanent signing. 1.6. “Traffic Control” shall include the cost for all traffic control measures required of the contractor except for those which are separate bid items or are incidental to other bid items. This includes , but is not limited to, vehicle, bicycle, and pedestrian traffic control. 1.7. The contractor may not impact traffic (vehicular or pedestrian) in a new phase until restoration of the current phase has been completed including, but not limited to, pedestrian access across street pavement and all required traffic control is in place. 1.8. The contractor shall work diligently towards completion of the project once the work is started. Failure to do so on the contractor’s part may constitute a breach of contract and result in the owner seeking remedies described in the General Terms and Conditions and/or special conditions. 2. TRAFFIC CONTROL FOR CONSTRUCTION AND MAINTENANCE WORK WITHIN THE CITY’S RIGHT-OF-WAY 2.1. Refer to SUDAS Section 8030 for Standard Road Plans for Traffic Control. Arrow Boards shall be required for all Collector and Arterial roadways as defined by The Iowa DOT’s Urban Federal Functional Classification Map of Ames, Iowa. Prior approval from the Traffic Engineer is required to waive the arrow board requirement. 2.2. Traffic control measures can be altered when work activities are very short -term (up to one hour). For these activities, vehicular equipped flashing devices may be used to warn and divert traffic. These devices must be mounted on the top of the vehicle and do not consist of flashing vehicular taillights. 2.3. The City will not be responsible for providing any traffic control devices unless otherwise noted. 2.4. If construction or maintenance is being performed within City right-of-way without proper traffic control devices, the City will shut down work activities immediately until the proper devices are placed. 2.5. Work zone speed limits shall be submitted to the Engineer via written request for approval per Municipal Code Sec. 26.79 (Street Work Zone Regulations). DOT jurisdictional roadway work zone speed limits require approval from the Iowa DOT – District 1. Rev 01/13/2020 End of Section 117 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 58 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 BLANK PAGE 118 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 59 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 City of Ames Supplemental Specifications to SUDAS (2023 Edition) Date of Last Revision: 5-1-23 Division 1: General Provisions and Covenants Section 1010: General Conditions 1.03 DEFINITIONS AND TERMS Working Day. Delete: “Saturdays” Add: Saturdays will not be excluded from working day counts if the contractor’s work requires inspection. Add: Care Period. If no warranty is listed in contract documents, care period is 9 months from date of application. Add: Major Item of Work. Any contract item (pay item) for which the original contract amount plus authorized additions is more than 10% of the original contract sum, or $25,000, whichever is less. Section 1040: Scope of work 1.06 INCREASE OR DECREASE OF WORK B. Delete and Replace with the Following: Unless such alterations, increases, or decreases materially change the character of the work to be performed or the cost thereof, the altered work shall be paid for at the same unit prices as other parts of the work. Quantity changes, for major items as defined by COA Supplemental Specification 1010.1.03, amounting to 20% or less of the total bid for an item shall not affect the unit price of that item. When a major item of work, is increased in excess of 120% or decreased below 80% of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 120% of the original contract item quantity. The adjustment in unit price, excluding profit, for an under run in excess of 20% will be computed on the difference between the actual quantity and 80% of the original contract quantity. EXAMPLE: If 100 units are in a contract and the item meets the major item definition and only 50 units are installed. The difference between 80% of the contract quantity and the actual installed quantity (50%) is 30 units. 20 units will be paid at the contract price 30 units will be paid at a new, agreed to, unit price. If, however, the character of the work or the unit costs thereof is materially changed, due to unforeseen events, an allowance shall be made on such basis as may have been agreed to in advance of the performance of the work. 1.09 CHANGED SITE CONDITIONS B. Compensation: Add: 3. Under no circumstances will payment for down time be made by the City of Ames as project field issues are being resolved. The City of Ames will take all necessary action to resolve issues in a timely manner. 1.10 DISPUTED CLAIMS FOR EXTRA COMPENSATION A. Basis of Claim for Extra Compensation: Add: 6. Under no circumstances will payment for down time be made by the City of Ames as project field issues are being resolved. The City of Ames will take all necessary action to resolve issues in a timely manner. 1.11 DELAYS CAUSED BY THE JURISDICTION Add: Under no circumstances will payment for down time be made by the City of Ames as project field issues are being resolved. The City of Ames will take all necessary action to resolve issues in a timely manner. 119 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 60 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Section 1050: Control of work 1.12 SALVAGE A. Delete and Replace with the following: All manhole and intake castings, hydrants, and valves shall be carefully salvaged and returned to the City of Ames. Section 1060: Control of Materials 1.04 STORAGE OF MATERIALS Add: On contracts for which the contract sum is $10,000 or more, payments may be allowed at the discretion of the Engineer. Section 1070: Legal Relations and Responsibility to the Public 2.01 SANITATION Add: If the duration of the project, in any phase, is 72 hours or more, on -site restroom facilities shall be provided. No additional payment will be made, and any costs shall be incidental. 2.02 CONVENIENCE AND SAFETY B. Protection of Workers and the Public: Delete: “when exposed to traffic or construction equipment in the right-of-way.” and Replace with: “within the construction zone, no exceptions.” 2.07 PROTECTION OF ABOVEGROUND AND UNDERGROUND FACILITIES Add: E. The City of Ames performs locates for utility services (water and sewer) as these services, in the City of Ames, are owned by the property owner, not the City of Ames. Utility service locates for water and sewer are courtesy locates and the contractor is solely responsible for determining the exact location of all utility service connections. The City of Ames does not assume responsibility for the exactness of these courtesy locates and any damage caused by a contactor shall be immediately repaired at the Contractor’s expense by a plumber licensed to do work in the City of Ames. Add: F. Potholing activities within pavement: Core holes shall be replaced with a minimum size patch of 4’x4’ or full sidewalk/shared use path panel unless otherwise approved by the Engineer, and the patch shall be Class C concrete. Class M concrete may be used with approval of the Engineer. Asphalt patches may be utilized only on asphalt/sealcoat streets and only with approval of the Engineer. Asphalt patches shall be a minimum of 4’x4’ and the mix shall meet SUDAS Specification 7020. The core hole plug is not to be utilized to fill the hole. Pothole locations are to be filled and maintained with granular material immediately after use to ensure that the hole does not present a danger. Add: G. Potholing activities outside pavement : Immediately after use, holes outside of the pavement shall be backfilled with sand to no closer than 8” from the top of the existing surrounding soil. These areas shall then be immediately filled with topsoil, seeded, and maintained at grade until permanent growth is fully established. Add: H. Potholing activities within sidewalks and pedestrian ramps: If potholing activities affect any portion of a pedestrian ramp, any elements of the ramp that do not meet current ADA standards shall be replaced and brought into ADA compliance in accordance with Supplemental Specification Section 7030. The affected panels shall be removed and replaced with class C concrete. Class M concrete may be used with approval of the Engineer. Add: I. Temporary ADA Compliance: Potholes shall be patched or temporarily made ADA compliant within 48 hours of potholing. All pothole locations shall be immediately filled with granular material and maintained such that there is no danger to the public. Protection in sidewalk areas shall meet ADA requirements for trip hazards. If the protection cannot meet ADA requirements, a fully compliant pedestrian detour shall be set up according to the City of Ames Standard Traffic Control Plans until the panels are replaced. 2.16 GARBAGE SERVICES Add. 2.16 GARBAGE SERVICES: The contractor shall coordinate with local trash services for trash collection during the project with notification of project impacts to trash collection. No additional payment will be made unless otherwise specified in the contract documents. 120 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 61 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Section 1080: Prosecution and Progress 1.01 SUBLETTING OR ASSIGNMENT OF CONTRACT A. Work by Contractor: Add: 4. Any and all service work shall be performed by a plumber licensed with the City of Ames and in accordance with the Ames Municipal Plumbing Code. The contractor shall coordinate the work to be done so that it does not impede the progress of the project as a whole. Add: 5. All traffic signal service work shall be performed with a licensed IMSA Signal Level II technician onsite. 1.04 PRECONSTRUCTION CONFERENCE Add: The contractor shall provide a minimum of 5 business days’ notice to schedule a preconstruction meeting. No work or utility locates shall take place until the preconstruction conference has been held. Work shall commence no more than one month after the preconstruction meeting. 1.06 WEEKLY RECORD OF WORKING DAYS B. Working days will be charged under the following circumstances: 2. After Commencement of Work: Delete: Working days will be charged for Sundays and recognized legal holidays the contractor does work. Add: Working days will be charged for Saturdays, Sundays and recognized legal holidays the contractor does work requiring inspection. Delete: As an incentive to the Contractor to expedite the work, working days will not be charged for Saturdays that the Contractor does work, unless a mandatory six-day work week is specified in the contract documents. 1.10 CONTRACTOR’S EMPLOYEES, METHODS, AND EQUIPMENT B. Workers: Add: 3. When working in the City of Ames, shirts shall be worn at all times. Clothing with profane or offensive words or designs are not allowed. Workers wearing profane or offensive words or designs must leave the construction site until wearing clothing that is deemed acceptable by City of Ames staff. Division 2: Earthwork Section 2010: Earthwork, Subgrade, and Subbase 1.08 MEASUREMENT AND PAYMENT F. Below Grade Excavation (Core Out): 2. Payment: Delete: “existing embankments or following proof rolling operations.” and Replace with: “embankments constructed as part of the project or once the grade has been approved following a successful proof rolling test.” M. Compaction Testing: 1. Delete and Replace with the following: The contractor will be responsible for compaction testing and payment for testing unless otherwise specified in the contract documents . Add: 4. Work shall not progress until all required compaction testing reports are submitted to the Jurisdiction by the Contractor, or their testing Subcontractor, and approved by the Jurisdiction. 2.01 TOPSOIL Delete: “1 inch (1/2 inch for turfgrass seeding)” and Replace with: “3/8 inch” 2.04 FOUNDATION MATERIALS D. Subbase: 1. Special Backfill: Add: c. Recycled HMA (Hot Mix Asphalt) will not be allowed for special backfill under new PCC pavement. 121 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 62 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 3.04 EMBANKMENT CONSTRUCTION C. Depositing Embankment Material: 1. Add: No embankments shall be built on frozen earth. Add: F. Density Reports: Density reports shall be submitted to the Contractor and to the City within 3 days of the test being performed. No work shall progress until reports have been submitted, approved, and/or corrective action taken on deficient test results. 3.06 SUBGRADE PREPARATION A. Uniform Composition: 4. Add: The City of Ames shall verify subgrade elevations prior to placement of subbase material. Add: 5. A disk or plow shall be used for turning soil for drying. If conditions do not allow enough space for a disk or plow, the material shall be opened up for drying via other methods, proposed by the Contractor and with the approval of the Jurisdictional Engineer. Use of a ripper for turning soil will not be allowed. B. Subgrade Stability: 1.a. Delete: A single axle or tandem truck fully loaded with rock or soil to the top of the truck’s sideboards; or b. Delete: A single axle truck loaded with a rear axle weight of 13,500 pounds and total vehicle weight of 20,000 pounds or a tandem axle truck loaded with rear axle weight of 34,000 pounds and a total weight of 46,000 pounds. Verify axle and truck weights by tickets from a certified scale. Replace with: “Perform proof rolling with a tandem axel truck loaded with a minimum net weight of 15 tons of material. Proof rolling operations for verification of subgrade shall be jointly observed by the Contractor and City of Ames Staff.” 2.Delete: “or rutting of more than 2 inches, measured from the top to the bottom of the rut at the outside edges”. and Replace with: “Tire rutting during proof rolling will be unacceptable.” 3. Delete and Replace with the following: If soft or yielding areas are located, the Contractor shall provide subgrade preparation per 2010.3.06.A.2 and allow adequate time for the material to dry at no additional cost. Should the area fail the second proof rolling operations, a method of stabilization will be determined and agreed to jointly by the Engineer and the Contractor. The agreed stabilization method will be paid for utilizing existing contract items. If no appropriate contract items exist, the stabilization will be paid for by extra work order. D. Subgrade Check: Add: Contractor shall have survey stakes and string line set prior to performing the subgrade check. Contractor and City of Ames staff shall jointly verify subgrade elevations. 3.08 SUBBASE D. Final Elevation: 2. Add: Contractor shall have survey stakes and string line set prior to performing the subbase check. Contractor and City of Ames staff shall jointly verify subbase elevations. 3.09 FIELD QUALITY CONTROL B. Moisture Content and Density: 1. Delete and Replace with the following: Ensure that moisture content falls within a range of -1% to +3% of optimum moisture. Division 3: Trench and Trenchless Construction Section 3010: Trench Excavation and Backfill 1.08 MEASUREMENT AND PAYMENT F. Trench Compaction Testing: Delete and Replace with the following: The contractor will be responsible for compaction testing and retesting and all testing and retesting payments unless otherwise specified in the contract documents . Density reports shall be submitted to the Contractor and to the City within 3 days of the test being performed. Work shall not progress until reports have been submitted, approved, and/or corrective action taken on deficient test results. 122 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 63 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 2.01 MATERIALS EXCAVATED FROM A TRENCH C. Over-excavation: Add: No additional compensation will be made for minor adjustments to elevations due to field conditions. 3.05 PIPE BEDDING AND BACKFILL A. General: Add: 7. Pipe embedment shall be R-2 for storm sewer pipe, F-3 for sanitary sewer pipe, and P-1 for water main. Add: F. Compaction: Compaction shall be achieved utilizing equipment as outlined in Iowa DOT Standard Specification Section 2001, General Equipment Requirements. 3.06 TRENCH COMPACTION TESTING C. Field Testing: 2. Test Failure and Retesting: Delete: “the Engineer may require retesting as deemed necessary.” and Replace with: “submit all failed test results to the Jurisdiction.” Section 3020: Trenchless Construction 3.04 TRENCHLESS INSTALLATION Add: E. Impact on Existing Sewers: For any installation by trenchless construction, the Contractor shall verify that sanitary and storm sewer main, including residential services, have not been impacted by the installation. The method of verification shall be either by visual inspection at critical crossings jointly with City staff, or by televising. If televising is used, the report shall be submitted to the City for review prior to acceptance and payment for the work and/or closure of the right -of-way permit. Any locations discovered to be in conflict shall be repaired immediately at no cost to the City. Division 4: Sewers and Drains Section 4010: Sanitary Sewers 2.01 SANITARY SEWER (Gravity Mains) A. Add: This gravity sewer main material may be used only with approval of the Engineer. B. Add: This gravity sewer main material may be used only with approval of the Engineer. C. Add: This gravity sewer main material may be used only with approval of the Engineer. D. Add: This gravity sewer main material may be used only with approval of the Engineer. H. Add: This gravity sewer main material may be used only with approval of the Engineer. I. Add: This gravity sewer main material may be used only with approval of the Engineer. J. Add: This gravity sewer main material may be used only with approval of the Engineer. 2.04 SANITARY SEWER SERVICES A. Connection to Main: 4. VCP Main: a. Delete and Replace with the following: Replace the section of VCP from nearest joint to nearest joint or a minimum of 5 feet with truss type PVC or other pipe material approved by the Engineer. Install a wye or tee service fitting as specified for the pipe material used. Delete: b. 3.02 GRAVITY SEWER INSTALLATION A. General: 7. Delete and Replace with the following: Use a watertight stopper, plug, or other approved means to protect the exposed upstream ends of the pipe and prevent soil sediment from entering the sanitary sewer system. Add: 8. Sewer main stubs shall extend at least one full length of pipe from a manhole structure. Add: 9. No use of repair or maintenance products on new construction without prior approval of Engineer. B. Trenched: 3. Add: A pipe laser shall be used to verify line and grade. 123 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 64 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 3.06 SANITARY SEWER SERVICE STUBS C. 5. Delete: “as required by the Jurisdiction or as specified in the contract documents.” and Replace with: “with a 14-foot long wood 2x4 that is painted green and wrapped with metallic tape, or as required by the Jurisdiction, or as specified in the contract documents.” Section 4020: Storm Sewers 1.07 SPECIAL REQUIREMENTS Add: Use Class R-2 Pipe Embedment from Figure 3010.102 (SW-102) for storm sewer pipe installations 3.02 PIPE INSTALLATION A. General: 3. Delete: “non-shrink grout or” Add: 9. No use of repair or maintenance products on new construction without prior approval of Engineer. Section 4050: Pipe Rehabilitation 1.07 SPECIAL REQUIREMENTS A. Add: Contractor shall coordinate with the City of Ames Water Meter Shop (515 -239-5151) to determine the location of the water meter and all water meter requirements. B. Delete: “Jurisdiction” and Replace with: “Contractor” Section 4060: Cleaning, Inspection, and Testing of Sewers 2.01 TESTING EQUIPMENT A. General: B. Video Inspection: 3. Add: Electronic files saved to a portable media device such as a flash drive are preferred by the City of Ames. Add: 4. Video inspectors shall be NASSCO, PACP Certified. 3.01 CLEANING A. Delete: “flushing with high pressure water” and Replace with: “jetting” 3.02 VIDEO INSPECTION A. General: 1. Remove and replace: Conduct video inspection of all new and rehabilitated sanitary and storm sewers pipe sections within 60 days of all backfill and compaction operations being completed, but prior to paving operations. Add: 5. All service taps shall be installed prior to video inspection. Division 5: Water Mains and Appurtenances Section 5010: Pipe and Fittings 1.08 MEASUREMENT AND PAYMENT Delete: C. 2. Fitting by Weight Delete: E. Water Service Stubs by Length 2.02 BOLTS FOR WATER MAIN AND FITTINGS B. Other Bolts and Nuts Delete 1. Stainless Steel Delete 2. Ductile Iron 2.03 FITTINGS A. For DIP and PVC 1. a. Delete 16 inches and replace with 14 inches. b. Delete 16 inches and replace with 14 inches. 124 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 65 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 2.04 CONCRETE THRUST BLOCKS A. Add: Alternative concrete mixes or other materials may be used with approval of the Engineer. 2.05 PIPELINE ACCESSORIES B. Tracer System: 1. Tracer Wire: a. Open Cut: 2) Bimetallic Copper Clad Steel Conductor: a) Size: Delete and Replace with: #12 AWG b. Directional Drilling/Boring: 1) Bimetallic Copper Clad Steel Conductor: a) Size: Delete and Replace with: #10 AWG 4. Splice Kit: Delete and Replace with the following: Tracer wire splice kits shall be a 3M Direct Bury Splice (DBR/Y-6) or an equivalent system approved by the Engineer. 5. Tracer Wire Station: Add Use a steel wire tracer pedestal that bolts to the hydrant. 2.07 WATER SERVICE PIPE AND APPURTENANCES B. Materials: 3. PVC Pipe: Delete: “ASTM D 1785, Schedule 80 or ASTM D 2241, SDR 21.” and Replace with: “C900 with wall thickness of DR 14.” 3.01 PIPE INSTALLATION A. General: 1. Add: “discolored,” after “use” 8. Delete: “when specified in the contract documents,” 10. Delete: “during nights and non-working days.” and Replace with: “immediately after individual pipe segments are installed in the trench.” B. Trenched: 1. Add: Use P-1 Pipe Embedment from Figure 3010.104 (SW-104) for water main pipe installations. Granular material shall not be used for bedding or backfill material. 3.05 TRACER SYSTEM INSTALLATION C. Delete: “lower quadrant” and Replace with: “top” F. Add: “(looped)” after “wires” Add: H. Use only bimetallic copper clad steel conductor during boring operations per 5010.2.05,1,B. Add: I. At tapping valves or cut-in valve installations, tracer wire is to be installed along the outside of all valve boxes, inserted into a 2” minimum vertical slot located below the bottom of the valve box lid, and looped in a continuous fashion. Add: J. Contractor to supply splice and grounding rod location documentation prior to connectivity testing. 3.06 CONFLICTS Add: Comply with all Iowa Department of Natural Resource comply with all Iowa Department of Natural resources water main and sewer separation requirements. Figure 5010.102 (WM-102) Add to the end of the first sentence of Note 1: to maintain a continuous tracer wire run within the tracer wire system. 125 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 66 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Section 5020: Valves, Fire Hydrants, and Appurtenances 1.08 MEASUREMENT AND PAYMENT F. Valve Box Adjustment, Minor: Add: Valve box adjustment rings will be incidental. Tracer wire connections, if present in the existing fixture, shall be restored incidental to any fixture adjustment. G. Valve Box Extension: 1. Measurement: Add: Tracer wire connections, if present in the existing fixture, shall be restored incidental to any fixture adjustment. H. Valve Box Replacement: 3. Includes: Add: Tracer wire connections, if present in the existing fixture, shall be restored incidental to any fixture adjustment. J. Fire Hydrant Assembly Removal: 3. Includes: Delete: “(if specified)” K. Valve Removal: 3. Includes: Delete: “(if specified)” L. Valve Box Removal: 3. Includes: Delete: “(if specified)” 2.01 VALVES D. Tapping Valve Assemblies: Add: 8. Thrust Blocks: Poured concrete reaction block meeting 5010.2.04 or mortared cap block shall be placed behind tapping valve sleeves for support. A maximum of 6 solid cap blocks (nominal 4”x 8”x 16”) may be used. Only full blocks shall be used, no breaking of the blocks will be allowed. No other material shall be used without approval of the Engineer. 2.02 FIRE HYDRANT ASSEMBLY B. Manufacturers: Add: Allowable new or replacement hydrants in the City of Ames: Clow, Model: Medallion; Mueller: Super Centurion; and Waterous, Model: Pacer (WB-67-250). C. Features: Delete: 6. Add: 7. Operating Nut: Pentagonal, size 1.5 inches. Add: 8. Pumper Nozzle: 5 inch, with a 4.5 inch Storz type hydrant converter and nut cap, AWWA compliant. Add: 9. Nozzle Threads: National Standard. Add: 10. Main Valve Nominal Opening Size: Match hydrant run pipe size. Add: 11. Nominal Bury Length: 6 feet. Add: 12. Minimum Height: 32 inches from top operating nut to bury depth mark. D. Painting: 2. Add: Public hydrants shall be green in color: #2033 Hydrant Dark Green, silicone enamel, Klinger Paint Company, Cedar Rapids, Iowa. 2.03 APPURTENANCES A. Flushing Device (Blowoff): Delete and Replace with the following: Hydrants are required for blowoffs and for all 4” or larger water service stubs. C. Valve Stem Extension: Add: Valve stem extensions shall be a minimum 1” diameter solid steel shaft extension. Set screws on valve stem extensions are to be removed and not used for connection at the operating nut. Hollow shaft stems and stems with a roll pin at the bottom of the extension to allow pivoting of the stem at the valve will not be allowed. 126 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 67 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Add: D. Holding Spools: Holding spools (minimum 12” long) are required between all valves and tees. No additional measurement or payment will be made. 3.03 FIRE HYDRANT D. Fire Hydrant Depth Setting: Add: 4. No more than one hydrant extension is allowed per hydrant. 3.04 ADJUSTMENT OF EXISTING VALVE BOX OR FIRE HYDRANT A. Minor Valve Box Adjustment: Add: Tracer wire connections, if present in existing fixture, shall be restored by placing a cut 1" below the lowest point on the valve box lid while the lid is inside of the valve box so as not to damage the tracer wire with the valve box lid and the valve box itself rubbing against each other. Final grade set by drop in valve box riser. B. Valve Box Extension: Add: Tracer wire connections, if present in existing fixture, shall be restored by placing a cut 1" below the lowest point on the valve box lid while the lid is inside of the valve box so as not to damage the tracer wire with the valve box lid and the valve box itself rubbing against each other. Final grade set by drop in valve box riser. C. Valve Box Replacement: Add: Tracer wire connections, if present in existing fixture, shall be restored by placing a 2" minimum vertical slot through valve box below the lowest point on the valve box lid while the lid is inside of the valve box so as not to damage the tracer wire with the valve box lid and the valve box itself rubbing against each other. Figure 5020.201 (WM-201) Add note: All pipe in the fire hydrant assembly shall be ductile iron, including the anchor pipe and riser pipe. Add note: Unmixed dry concrete is not allowed for thrust blocks. Section 5030: Testing and Disinfection 1.07 SPECIAL REQUIREMENTS Add: Comply with the procedures and requirements stipulated in the supplemental document titled “City of Ames Water Main Disinfecting, Flushing, and Testing Using the Continuous-Feed Method”. 3.04 PRESSURE AND LEAK TESTING E. Add: All new fire hydrant assemblies 10 feet in length or greater shall be pressure tested. I. Delete and Replace with: No leakage is allowed. Delete: J. Delete: K. Division 6: Structures for Sanitary and Storm Sewers Section 6010: Structures for Sanitary and Storm Sewers 2.02 PRECAST Delete and Replace: Unless specified, use of pre-cast structures, for storm sewer intakes in the City of Ames, will be allowed only with approval of the Engineer. Approved structures shall comply with ASTM C 478 and no additional compensation will be made for coring into the structure due to minor field adjustments of inlet and outlet pipes and subdrains. 2.03 CAST-IN-PLACE A. Concrete: Add: An M-4 concrete mix may be used for intake bases with approval of the Engineer. 127 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 68 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 2.09 MANHOLE OR INTAKE ADJUSTMENT RINGS (Grade Rings) A. Delete: 1. Reinforced Concrete Adjustment Rings: 2. High Density Polyethylene Adjustment Rings: Add: e. For use on storm sewer structures only. 3. Expanded Polypropylene Adjustment Rings: Add: d. Shall be used for sanitary sewer manholes. Contractor has the option to also use for storm sewer structures. 2.10 CASTINGS (Ring, Cover, Grate, and Extensions) C. Composite: Add: Requires Engineer’s prior approval for the use of composite castings. E. Casting Types: 1. Manholes: Add: Manhole castings shall be 2 piece fixed castings. Use of 3 piece casting for storm sewer manholes may be allowed with approval of the Engineer. For all manhole castings located in a flood plain, provide bolt down covers. All castings shall comply with figures SW-601 and SW-602. Concrete box outs for manholes in PCC paving shall comply with figure PV-103. Concrete box outs for manholes in HMA paving shall comply with figure PV-201. All manholes in paving shall be gasketed. Table 6010.03: Manhole Casting Types Footnote 2: Delete: “may” and Replace with: “shall” 2. Intakes: b. Delete: “may” and Replace with: “shall” 2.11 ADDITIONAL MATERIALS FOR SANITARY SEWER MANHOLES B. Riser Section Coating: 1. Exterior: Delete and Replace with the following: All sanitary sewer manholes shall have bituminous waterproofing on all exterior concrete surfaces. 2.13 STEPS Delete: 2.13 Section (Steps are not allowed.) 3.02 ADDITIONAL REQUIREMENTS FOR CAST-IN-PLACE CONCRETE STRUCTURES A. Forms: 2. Add: On intake replacement projects the Jurisdictional Engineer may allow the exterior walls of the intake to be poured against undisturbed earth where the vertical face is true, and the wall thickness will not exceed 8 inches in width. 3.05 CONNECTION TO EXISTING MANHOLE OR INTAKE C. Sanitary Sewer: 1. General: Add: c. All connections shall be inspected by City of Ames staff prior to acceptance. 2. Cored Opening: a. Add: Connector shall be “Link-Seal” modular type or approved equal. Delete: 3. Cut and Chipped Opening (Knock-out) D. Storm Sewer: 1. Delete: “and Chipped” Delete: a. 2. Cored Opening: Delete: a. Figure SW-514 Delete: Sheet 3 (Not allowed in the City of Ames.) 128 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 69 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Division 7: Streets and Related Work Section 7010: Portland Cement Concrete Pavement 1.07 SPECIAL REQUIREMENTS Add: A. Fixtures: When placing PCC, the Contractor shall protect adjacent fixtures from concrete splatter or direct contact with the concrete. Fixtures include, but are not limited to, light poles, light pole bases, controller cabinets, hand holes, buildings, manhole lids, water valve lids, and fire hydrants. Add: B. Maturity Testing: If a valid maturity strength curve is not available for the concrete mix provided, a C4 mix shall be used with a minimum of 5 days cure prior to opening for sealing operations. The contractor, at their option, may hire an independent testing company to make, cure, and test flexural strength specimens in accordance with IDOT IM 316 to verify the pavement meets opening strength requirements should they wish to shorten the minimum cure time, at no additional cost to the City. 3.02 PAVEMENT CONSTRUCTION F. Concrete Pavement Placement: 1. Delete and Replace with the following: Use a slip-form paving machine for all pavement 8.5 feet or more in width and 150 feet or more in length. For pavement sections less than 8.5 feet in width and/or less than 150 feet in length, screed finish methods may be used. Add: 10. Minimum Pavement Thickness Table: Minimum PCC Pavement Thickness Street Classification Pavement Thickness Commercial / Industrial Residential / Fringe Rural Local (on grade) (1) 8" (7" Reinforced) 8" (7" Reinforced) 8" (7" Reinforced) Local (on minimum 6” subbase) 7" 7" 7" Minor Collector (1) 8" 8" 8" Major Collector Special Design (See SUDAS Design Manual Section 5F) Minor/Major Arterial Special Design (See SUDAS Design Manual Section 5F) (1) Load Transfer Devices Required M. Pavement Backfill: Add: “or slipform curb and gutter” after “paving” 3.03 CURB AND GUTTER CONSTRUCTION A. Add: Construct curb and gutter as per the City of Ames curb standard with 30” width and heights of 7” at the face and 12” at the back with a 1” tilt onto curb. An ‘ED’ Joint is required at each end of a radius. B. Delete and Replace with the following: Use a paving machine for curb and gutter sections 150 feet or more in length. For curb and gutter sections less than 150 feet in length, hand placement/finish methods may be used. Add: C. No asphalt shall be placed against curb less than 72 hours old unless maturity testing of the curb has been successfully completed in accordance with IDOT IM 383 or flexural strength testing has been successfully completed in accordance with IDOT IM 316. All testing shall be done by the contractor and witnessed by City staff for verification. Add: D. All curb and gutter shall be backfilled prior to placement of any adjacent pavement. 129 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 70 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 3.07 QUALITY CONTROL C. Pavement Smoothness: 1. Straightedge: Delete: “The Engineer will check PCC pavement surfaces with a 10 foot straightedge placed parallel to the centerline.” and Replace with: “The Contractor will check PCC pavement surfaces in the presence of City staff with a 10 foot straight edge or “bump buggy” placed parallel to the centerline.” Figure 7010.102 (PV-102) Delete: the 6” standard curb detail. (See the City of Ames curb detail below.) Section 7011: Portland Cement Concrete Overlays 1.08 MEASUREMENT AND PAYMENT A. PCC Overlays: 1. PCC Overlay, Furnish Only: c. Includes: Delete and Replace: Unit price includes the PCC furnished and incorporated into the PCC overlay. Section 7020: Asphalt Pavement 1.07 SPECIAL REQUIREMENTS Add: A. Asphalt surface placement in subdivisions shall be delayed a minimum of one calendar year from the final date of Asphalt base placement. Add: B. Asphalt surface placement in subdivisions shall not take place in the fall season after the date of October 15th without the approval of the Engineer. 3.01 ASPHALT PAVEMENT H. Minimum Pavement Thickness Table: Minimum Asphalt Pavement Thickness Street Classification Surface Course Thickness Intermediate/Base Course Thickness Total Pavement Thickness including Surface Course C/I Res Rural C/I Res Rural C/I Res Rural Local 2" 2" 2" 7" 6" 7" 9" 8" 9" Minor Collector 2" 2" 2" 8" 7" 7" 10" 9" 9" Major Collector Special Design (See SUDAS Design Manual Section 5F) Minor / Major Arterial Special Design (See SUDAS Design Manual Section 5F) C/I = Commercial/Industrial at 5% Trucks Intermediate/Base Course Thickness may be reduced 1” for every 6” of subbase material placed for up to 12” of subbase material. 130 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 71 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 3.02 BASE WIDENING D. Construction: 2. Delete “4 1/2” and Replace with: “4” 3.05 PAVEMENT SMOOTHNESS A. Straightedge: Delete: “The Engineer will check Asphalt pavement surfaces with a 10 foot straightedge placed parallel to the centerline.” and Replace with: “The Contractor will check Asphalt pavement surfaces in the presence of City staff with a 10 foot straight edge or “bump buggy” placed parallel to the centerline.” Section 7030: Sidewalks, Shared Use Paths, and Driveways 1.07 SPECIAL REQUIREMENTS Add: A. S-Sheets: Design elements for curb ramps to be shown on City approved “S -Sheets” similar to those utilized by the Iowa DOT. Add: B. Pedestrian Facility Construction: Pedestrian facilities shall be installed in conjunction with street and curb and gutter improvements and verified per Section 7030.3.04.G. Acceptance of street and curb and gutter improvements will not be granted if this condition is not met. Add: C. Pedestrian Facility Curb Drops: Grinding or cutting pedestrian facility curb drops is not permitted. Where pedestrian facility curb drops are required, the PCC curb and gutter shall be new construction or removed and replaced. 2.01 PORTLAND CEMENT CONCRETE A. Delete: “A or” B. Table 7030.01: PCC Mixes Delete: “A or” 2.07 DETECTABLE WARNINGS Delete and Replace with the following: Detectable warning panels (truncated domes) shall be TufTile 10 GA. Galvanized Steel with Brick Red Powder Coat (Federal Color 22144) 3.04 PCC SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS F. Jointing: 2. Transverse Contraction Joints: b. Sidewalks and Driveways: 3) Delete and Replace with the following: Transverse contraction joints shall be sawed within 12 hours of placement with a 1/8 inch blade saw from edge to edge. 4. Isolation Joints: c. Add: Isolation joints shall be sealed, including joints that abut the back of curb. Add: G. Pedestrian Facility Compliance and Acceptance: 1. General: The contractor is responsible for constructing all new pedestrian facilities in accordance with the plans, specifications, and applicable standards. Pedestrian facilities include sidewalks, shared use paths, pedestrian ramps, and crosswalks. a. City and Subdivision Projects: 1) Upon request, the engineer can provide assistance and guidance on plan interpretation. However, the contractor is solely responsible for implementing the plans. 2) The design and construction parameters of pedestrian ramps are relatively narrow. Minor errors in formwork or pavement finishes can significantly affect the final results. Because of this, special care and attention should be taken when setting formwork and/or finishing the various elements of pedestrian ramps including, but not limited to, adjacent curb and gutter, ramp lip, truncated dome placement, widths, running slopes, and cross slopes. 3) A pay-item for Pedestrian Facility Construction Survey and Staking has been added to account for the anticipated extra effort to comply with the strict standards of all City of Ames projects. No extra payment for this item will be made. 4) The Contractor installing the pedestrian facilities shall have a set of construction plans on site. b. Private Construction and Private Utility Projects: 1) The design of the affected facility shall be done by the project owner’s engineer. 131 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 72 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 2) Upon request, the project owner’s engineer can provide assistance and guidance on plan interpretation. However, the contractor is solely responsible for implementing the plans. 2. Payment: No payment will be made for pedestrian facilities as described in Section 21.1 until the pedestrian facility compliance with the approved plan is verified by the Engineer. 3. Review: Initial review of Pedestrian Facility plan compliance will be made by the Engineer no more than 5 business days after the Contractor reports to the Engineer that the entire shared use path section, sidewalk section, crosswalk section, or pedestrian ramp is complete. Partial acceptance of pedestrian facilities will not be made. (i.e. 6” sidewalk ramp and landing pad will not be accepted until 4” sidewalk tie -ins are completed and ALL elements of the pedestrian ramp are determined compliant.) 4. Determining Compliance: Plan compliance of pedestrian facilities will be determined by the Engineer via the use of a smart level. Measurement will take place after construction and shall be within the tolerances called out in the plans. If any element falls outside the specified tolerances, the pedestrian facility will be determined non-compliant. The contractor shall remove and replace all non-compliant elements and any additional items including, but not limited to, newly placed curb and gutter, as necessary in order to bring the pedestrian facility into compliance at no cost to the City. a. In the event the contractor does not agree with the Engineer, they can present their own information at no additional cost to the City. This may be in the format of using another, properly calibrated smart level in the presence of the Engineer, or through the use of a total station. No GPS verification will be allowed. The Engineer will respond to the additional information provided by the contractor within 5 business days. b. If the contractor presents data confirming non -compliance, the contractor shall remove and replace the pedestrian facility at no cost to the City. c. If the contractor presents data confirming they are in compliance, and the City accepts that data, the Engineer will determine the pedestrian facility is within compliance. d. If the contractor presents data showing they are in compliance, and the City has cause to believe the data may be in error, the City will re-evaluate the pedestrian facility. The City will then provide written documentation of the survey data, possible concerns, and required action if any are necessary for final acceptance. 5. 3rd Party Survey: In the event the contractor has cause to believe the City is in error after Section 7030.3.04.G.4, a third party survey can be requested, in writing, by the contractor. The City will then hire a third party surveyor to verify the newly constructed pedestrian facility via the use of a total station. a. By requesting this, the contractor is agreeing to pay the third party surveyor fees through a change order of the contract if the pedestrian facility is determined out of compliance. The contractor also agrees to remove and replace any non-compliant pedestrian facility at no cost to the City. b. If the pedestrian facility is determined to be compliant, the contractor will not be charged for any of the third party survey work and the pedestrian facility will be determined compliant by the Engineer. 6. As-Built Drawings: Once compliance of the pedestrian facility has been verified and accepted, the Contractor shall provide the Engineer with as-built drawings for each verified and accepted location. The as- built will include, but is not limited to, distances and slopes within the facility. 3.10 CLEANING Add: D. Prior to opening the sidewalks and pedestrian crossings, the Contractor shall clean the detectable warning panels of all superfluous concrete and remove the plastic covering after the concrete is cured such that the panel surface is clean and the truncated surface is fully functional. Figure 7030.101 Add note: Driveway curb opening widths for new pavement shall conform to Table 5I -4.01 of the SUDAS Design Manual. Expansion material shall be fiber board with a total of 1" of total expansion between the back of curb and either edge of the sidewalk (i.e. 1” at back of curb, none at edge of sidewalk OR ½” at back of curb and ½” at edge of sidewalk). Figure 7030.102 Delete: Application of this detail shall not be used in the City of Ames. Integral driveways are not allowed without approval of the Jurisdictional Engineer. 132 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 73 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Figure 7030.204 Add note: All ramp to pavement connections shall be BT-3 joints. Figure 7030.205 Add note: All ramp to pavement connections shall be BT-3 joints. Figure 7030.206 Add note: All ramp to pavement connections shall be BT-3 joints. Figure 7030.207 Add note: All ramp to pavement connections shall be BT-3 joints. Section 7040: Pavement Rehabilitation 1.08 MEASUREMENT AND PAYMENT C. Partial Depth Patches: 4. Extra Payment: Delete and Replace with the following: When partial depth patches are constructed to full depth at the direction of the Engineer, payment will be at the contract unit price for full depth patches or at the unit price negotiated via change order. Division 8: Traffic Control Section 8010: Traffic Signals 2.01 UNDERGROUND A. Handhole: 1. General: Add: d. No additional handholes are to be installed during construction unless approved by the Jurisdictional Engineer. 3. Composite Handhole and Cover: Add: The final handhole before entering the controller cabinet shall be a 30 inch by 48 inch by 24 inch deep heavy duty QUAZITE® style enclosure, box identification #PG3048BA24, and shall have a Heavy Duty 2 - Piece cover with 2 bolts set, cover identification #PG3048HS00, or approved equivalent box and cover. B. Conduit: Delete: 2. Steel Conduit and Fittings: (No rigid steel conduit is to be used in the City of Ames.) C. Wiring and Cable: 2. Signal Cable: Delete and Replace with the following: Signal Cable shall be multi-conductor copper wire, and meet the requirements of IMSA Specification 19 -1. All Signal Cable shall be stranded 14 A.W.G. wire. All splices to IMSA Specification 19-1 cable must be done using moisture resistant Scotchlok 314 type connector or an approved equivalent. 2.02 DETECTION Add: Type and Model of pedestrian and vehicular detection shall be specified or submitted and approved by the Jurisdictional Engineer. 2.03 COMMUNICATIONS Add: Type and Model of pedestrian and vehicular signal communication shall be specified or submitted and approved by the Jurisdictional Engineer. 2.04 CABINET AND CONTROLLER Add: Type and Model of pedestrian and vehicular cabinets and controllers shall be specified or submitted and approved by the Jurisdictional Engineer. 133 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 74 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 2.05 POLES, HEADS, AND SIGNS Add: Type and Model of pedestrian and vehicular poles, heads, and signs shall be specified or submitted and approved by the Jurisdictional Engineer. 2.05 Poles, Heads, and Signs C. Traffic Signal Poles and Mast Arms 2. Pole Design: Delete 60 feet and replace with 55 feet Figure 8010.104 Delete: The Rectangular Detector Loop detail. (This style of inductive loop vehicle detectors shall not be used in the City of Ames.) Delete: The Section A-A detail and Replace with: Section A-A from the Modified Diamond Detector Loop Figure 8010.19 shown below: Section 8020: Pavement Markings 2.01 MATERIALS B. Pavement marking materials include: Add: 11. Preformed thermoplastic. 3.02 CONSTRUCTION B. Surface Preparation: Add: 5. Removal of existing pavement markings may be by vacuum blasting, shot blasting, or high pressure water blasting. Open abrasive blasting without containment will not be allowed. The equipment and method used shall be recommended by the manufacturer. Pavement grinding or grooving for removal of pavement markings, symbols, or legends will not be allowed without prior approval of the Engineer. C. Painted Pavement Markings: Add: Pavement markings shall be grooved, high-build waterborne paint pavement markings unless otherwise approved by the Engineer. Pavement markings installed outside of grooves shall be removed via water blasting and reinstalled within the grooves at the Contractor’s expense. If waterborne or solvent based paint is allowed, longitudinal pavement markings on HMA (Hot Mix Asphalt) shall be applied in two passes, with beads spread during the second pass. The second pass shall be laid no sooner than two hours after the first pass. HMA pavement shall be clean and free of all debris prior to painting. Payment shall be per station (100 LF) of finished markings, regardless of the number of paint passes. Add: L. Symbols and Legends: Symbols and legends shall be 90mil border contrast thermoplastic unless otherwise approved by the Engineer. Symbols and legends shall be grooved into the pavement per 8020.3.02.J. Pavement shall be cleaned and free of all debris prior to placing symbols as per 8020.3.02.B. Payment shall be per each symbol. 134 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 75 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Section 8030: Temporary Traffic Control 1.03 SUBMITTALS A. Delete and Replace with the following: Traffic control plans shall be submitted at least 48 hours in advance, that includes stages/phasing for approval by the Engineer. This is subject to change for emergency situations. B. Add: “48 hours” after “approval” 3.01 INSTALLATION B. Sign Posts Add: The Engineer has the discretion to waive this requirement, upon specific request. 3.03 QUALITY CONTROL A. Traffic Control Technician: Add: The Engineer has the discretion to waive this requirement, upon specific request. B. Monitoring and Documentation: 5. Add: The Engineer has the discretion to waive the traffic control diary requirement, upon specific request. Section 8040: Traffic Signals and Posts 1.08 MEASURE AND PAYMENT C. Wood Posts: Delete F. Round Steel Posts: Delete H. Round Steel Post Anchors: Delete 2.03 POSTS A. Wood Post: Delete D. Rounds Steel Post and Anchors: Delete Division 9: Site Work and Landscaping Section 9010: Seeding 1.03 SUBMITTALS Add: C. At the pre-construction meeting and/or prior to any contract work commencing, submit a written watering plan detailing the equipment to be used, the water source, and the manpower to be used towards meeting the specified watering requirements. 1.08 MEASUREMENT AND PAYMENT A. Conventional Seeding: 1. Seeding: a. Measurement: Add: If construction limits or easement limits are not defined in the contract documents, the jurisdictional engineer shall determine the limits of measurement for pay. 3.04 CONVENTIONAL SEEDING C. Seedbed Preparation, Permanent: 2. Delete “3 inches.” and Replace with: “6 inches.” D. Seedbed Preparation, Temporary: Delete “5 inches” and Replace with: “6 inches” 3.05 HYDRAULIC SEEDING D. Seed Application, Fertilizing, and Mulching: 3. Add: “or other approved water source” prior to “using” 135 Project Account No. 385-7080-439 2024/25 Airport Entryway Improvements Ames Municipal Airport Last Revision: 3/14/25 Page 76 of 76 City of Ames, Engineering Division 515 Clark Avenue, Ames, IA 50010-0811 Section 9020: Sodding 1.03 SUBMITTALS Add: D. At the pre-construction meeting and/or prior to any contract work commencing, submit a written watering plan detailing the equipment to be used, the water source, and the manpower to be used towards meeting the specified watering requirements. 1.08 MEASUREMENT AND PAYMENT A. Sod: 1. Measurement: Add: If construction limits or easement limits are not defined in the contract documents, the jurisdictional engineer shall determine the limits of measurement for pay. 3.01 PREPARATION OF SODBED D. Delete: “depth of 3 inches.” and Replace with: “depth of 6 inches.” Section 9030: Plant Material and Planting 1.03 SUBMITTALS Add: F. At the pre-construction meeting and/or prior to any contract work commencing, submit a written watering plan detailing the equipment to be used, the water source, and the manpower to be used towards meeting the specified watering requirements. Section 9040: Erosion and Sediment Control 1.08 MEASUREMENT AND PAYMENT D. Filter Socks: 1. Installation: b. Payment: Add: “excluding any overlap.” to the end of the sentence 2. Removal: b. Payment: Add: “excluding any overlap.” to the end of the sentence 2.18 INLET PROTECTION A. Drop-in Intake Protection: Add: 4. Below grate inlet protection shall be installed as soon as possible after streets are paved. Delete: B. Surface-applied Intake Protection: (Surface-applied intake protection shall not be used in the City of Ames.) 3.05 COMPOST BLANKETS A. Delete and Replace with: When placed in conjunction with seeding, loosen the ground surface to a depth of 6 inches. 3.09 WATTLES A. Installation: 7. Add: Installation per IDOT Figure EC-204 is also acceptable. Division 11: Miscellaneous Section 11,050: Concrete Washout 2.01 CONCRETE WASHOUT C. Prohibited Products: Add: “Unlined” prior to “silt fence” 136