HomeMy WebLinkAboutA001 - Council Action Form dated April 22, 2025ITEM #:28
DATE:04-22-25
DEPT:PW
SUBJECT:2024/25 AIRPORT ENTRYWAY IMPROVEMENTS (ENTRY ROAD)
COUNCIL ACTION FORM
BACKGROUND:
The FY 2024/25 Airport Entryway Improvements program includes the full reconstruction of Airport
Drive, the primary access road to the James Herman Banning Ames Municipal Airport. To provide
flexibility in awarding the contract, the project was divided into a base bid and a bid alternate.
The base bid includes the entry segment from Airport Road and the east side of the loop, while
the bid alternate includes the remaining portion on the west side of the loop (see Airport
Entryway - Bid Alt Map ). Bids for the project were received on April 16, 2025, with a total of seven
submissions.
BID RESULTS:
Bidder Base Bid Bid Alternate Total
Engineer’s Estimate $600,000.00 $325,000.00 $925,000.00
TK Concrete, Inc.$370,815.00 $183,240.00 $554,055.00
Con-Struct, Inc.$383,268.30 $194,718.80 $577,987.10
Absolute Group $405,823.75 $205,920.00 $611,743.75
All Star Concrete LLC $428,829.50 $236,739.25 $665,568.75
Manatts Inc $442,117.00 $227,963.25 $670,080.25
Jensen Builders, LTD $525,388.25 $250,050.75 $775,439.00
The lowest responsible responsive bid was submitted by TK Concrete, Inc. of Pella, Iowa. The total
amount for both the base bid and the bid alternate is $554,055. Funding for this project is identified
in the 2024/25 Capital Improvements Plan with $680,000 in G.O. Bonds allocated for the design
and construction of the project. Construction is anticipated to be completed by August 7, 2026,
with work scheduled to minimize impacts on airport operations. The project budget is outlined
below.
FUNDING SUMMARY:
Revenue Source Amount Expense Category Amount
FY 2024/25 G.O. Bonds $680,000 Design $72,700
Admin/Inspections (estimated)$7,300
Construction (Base Bid) (This
Council Action)$370,815
1
Construction (Bid Alternate) (This
Council Action)$183,240
Contingency (7.25%)$45,945
Total Revenues $680,000 Total Expenses $680,000
Revenue Source Amount Expense Category Amount
ALTERNATIVES:
1. Approve final plans and specifications for the 2024/25 Airport Entryway Improvements (Entry
Road) project and award a contract for both the base bid and bid alternate to TK Concrete, Inc. of
Pella, Iowa, in the total amount of $554,055.
2. Award the contract to one of the other bidders.
3. Do not approve this project at this time.
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