Loading...
HomeMy WebLinkAboutTERRY TRUEBLOOD RECEATION AREA/SANDLAKE/PAHSE 1/2009SAND LAKE RECREATION AREA/ PHASE 1/ TERRY TRUEBLOOD RECREATION AREA/ 2009 c~r~t ~1~' 2 l~e~ re.~.-~tor~ --q re.~ ~~e ~ vf,~- ~e r t o~ -- c.~s~ _ _ _ _ _ - --- _-~~' -_ _~~t,--~~~--~~_~- -- '~ _~l,~s~ _-1 _-- irk: _Z ~2ve~d~r~n~~`~` c `~ . _. ~,- ~ ~ ~ l --- -- ,' ---- - -_ _ _ ------- ---------- - -- -- ° ~S ---- col «-~-;_ ~__~. - °~~ ~_~ _ v s1_~--~Lar~~ ~ ~ e.~.%_~%_~a--~ a~ l ~ r r-~. _ ~ -- ~~~ - ---- ~~-~._--- ~c~~~_~D e,~ _ ~-_-~ -fig-- ~ -- _ 1 ru,e ~1~~ _ / ~ ./ ~.. ... . ~- ,..~ ._ . _ r~ c gar . ~.. G rr~,Q c ~ lQac..e fl!!' - i _~L ~-1 ,~ _ Jc . - --- --- _ _ - _ _--- __ - - _ _ - ~, lS-S~,?- o--- _ _ - ~ : --, hand L,a.K~ ~tcr`ta.~~on ArQ~. ~1,G.~t ~ P~ d `~ _____- ~j ` /Vow ~,vo~N ~}s ' j,tr~ ~~lood .--- (6 - w~ - / e O ~~ C e. ~0 $ j ~Cle-Y S ~ Trpp'F of ~u ~J ~ ~ ~-G.~-~ o t1 ~~ la,~.-1-~ o ~ ~ a ~ 4 ~ Q r~,~, ~.. ,,~ ~l~ ~NrL ~ ,~ -l 1,,~. ~ ~s~-~; ~. ~ ~~ ~r~ ~ ~ ~~~ ~cc.re~EO~-, -~~w.~~-.~s~e .~. ENGINEERS & PLANNERS ~ ~ . ~ ANKENY, IA ATLANTIC, IA CEDAR RAPIDS, IA COUNCIL BLUFFS, IA MARYVILLE, MO ST. $OSEPH, MO (515) 964-2020 I (712) 243-6505 I (319) 362-9394 I (712) 322-3202 I (660) 582-8888 I (816) 364-5222 July 23, 2009 Office of the City Clerk City Hall Building 410 E. Washington St. Iowa City, IA 52240 Re: Sand Lake Recreation Area Phase 1 Improvements Please find attached one set of plans and specifications to be filed in advance of Council consideration and public hearing in regard to the above project. The engineer's opinion of probable construction cost is $500,000.00. Thank You. Sincerely, SNYDER & ASSOCIATES, INC. r Brian P. Gutheinz, RLA Senior Landscape Architect _ 1,~.y .a ; 1 ,: ~3 r _ ..._. '.~,~ _~,~ ..,. ~°'aj ~~ .rmuann . 1 `„ , 1„ti,+ + + ~»•l ~;~1 ~ ~ ~mr.~ "'~. . . Snyder & Associates, Inc. - 5005 Bowling Street S.W. - Suite A -Cedar Rapids, IA 52404 www.snyder-associates.com CITY OF IOWA CITY ,_ -~ .. ~r, r:~ LJ ~.~ DEPARTMENT OF PUBLIC WORKS :~" ='~' ENGINEERING DIVISION y; PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE SAND LAKE RECREATION AREA PHASE1IMPROVEMENTS IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: ~ ~- had Voce, P.E. Iowa Reg. No. 16007 ~i3~o9. My license renewal date is December 31, 2009. SPECIFICATIONS TABLE OF CONTENTS Pa ge Number TITLE SHEET .,_., _.., TABLE OF CONTENTS , = ~~ _i NOTICE TO BIDDERS .............................................................................................. ~..,J AF=a ~~ ., ~, r~1 NOTE TO BIDDERS ................................................................................................. ._ ... .v_ ;. FORM OF PROPOSAL ............................................................................................. IMP-1 BID BOND ................................................................................................................. BB-1 FORM OF AGREEMENT .......................................................................................... AG-1 PERFORMANCE AND PAYMENT BOND ............................................................... PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) .................................................... CC-1 GENERAL CONDITIONS ......................................................................................... GC-1 SUPPLEMENTARY CONDITIONS ........................................................................... SC-1 TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01025 Measurement and Payment ................................................. 01025-1 Section 01310 Progress and Schedules ...................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ............................ 01570-1 DIVISION 2 -SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation .................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control .................................. 02270-1 Section 02510 Asphalt Cement Concrete Paving ........................................ 02510-1 Section 02520 Portland Cement Concrete Paving ....................................... 02520-1 Section 02524 Curb Ramps .......................................................................... 02524-1 Section 02900 Seeding ................................................................................ 02900-1 Section 03350 Colored Concrete Finishes ................................................... 03350-1 NOTICE TO BIDDERS SAND LAKE RECREATION AREA PHASE 1 IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 9th day of September, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15th day of September, 2009, or at special meeting called for that purpose. All work is to be done in strict compliance with the plans and specifications prepared by Snyder & Associates, Inc., of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly j - _ .~,, .,.~. ` .~ ::J.. .:~~~ w ~. ~,,,j1 l`. 5 -o d ~=~ i:1 ~" es~ .a- :~ ~ AF-1 by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its com- pletion and formal acceptance by the Ciry Council. The following limitations shall apply to this Project: Working Days: 70 Specified Start Date: September 16, 2009 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Snyder & Associates, Inc., Cedar Rapids, Iowa, by bona fide bidders. A $25.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Ciry of Iowa City. Prospective bidders are advised that the Ciry of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The Ciry reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK } _ ,~,~.. :~ w ._. 19 :.~ :.:~ AF-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal '~ T „„~ ~~ ~~ . -; ~ "'" w 1`9~ r~ r ~ ~ r : ~ :> NB-1 FORM OF PROPOSAL SAND LAKE RECREATION AREA -PHASE 1 IMPROVEMENTS CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder .a TO: City Clerk City of Iowa City ''~~ City Hall ~ `~ '~' 410 E. Washington St. :: w Iowa City, IA 52240 ~" ~ ~`~ d'1 ~ ~ ~ ='? '~ The undersigned bidder submits herewith bid security in the ~r~unt;~- of $ , in accordance with the terms set forth in the "Project Specicatio~" The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID (circle HMA or PCC for Bid Item 7) Address of Bidder ITEM DESCRIPTION 1 Mobilization 2 Building Demolition 3 Erosion Control 4 Clearing and Grubbing 5 Earthwork 6 Storm Sewer Culvert ESTIMATED UNIT QUANTITY LS 1 LS 1 LS 1 LS 1 LS 1 LS 1 UNIT EXTENDED PRICE AMOUNT $ $ 7 Trail, HMA or PCC Pavement SY 9905 8 Chain Link Fence LS 1 FP-1 9 Seeding 10 Debris Removal 11 Tree Removal ALTERNATES Alternate No. 1: 12 Trail, Pavement LS 1 EA 20 EA 5 TOTAL BASE BID AMOUNT = $ SY 1235 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. ::a . .~~ ~~ ., ~ ~ ~:~ . u ~'~ .,~^ O The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. FP-2 The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: a :> ::~: r--- «~.~. w C7 ~ '~` "`. Iy V FP-3 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, day of (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness Witness for (Seal) Principal gy (Title) .3 ,.... (Seal) Surety _ ~-- ""~"] By ~ (Attrni~y-in-fact) ~ ~ ~ r~ Attach Power-of-Attorney r -~, _„ U %`' ~` .~; rc .~ .~. 0 BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; - e. Notice to Bidders; - ~~ ""3"~ .. .v ~- f. Note to Bidders; ""~~ ;~ ~: ~`' °~ a ~" °~ ~'.> ~ ~ g. Performance and Payment Bond; ~ ~ ~ h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; o i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of C By Mayor ATTEST: City Clerk 20 Contractor _, t.,J -.,~ BY _• , ~,-: w ._..., w ~~ (Title) 'y , s ~~~ ;, %"` :~ ~.. ATTEST: ~ ~-+ (Title) (Company Official) Approved By: City Attorney's Office '"~"'1 ~~ AG-2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. a WHEREAS, Contractor has, as of ,entered into a~~':~ ~--, _ (date) - - _ .., w written Agreement with Owner for Project; and ~`' ~~~ WHEREAS, the Agreement requires execution of this Performance and Payment Bo~, to be completed by Contractor, in accordance with plans and specifications ~epare~ by _, which Agreement is by reference made a part hereof, and the agreed-upon worlds hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not PB-1 C. D exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of L_) years from the date of formal acceptance of the improvements by the Owner. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 20 IN THE PRESENCE OF: Witness Witness _ _~ _, DAY OF ~~ t . ~ +.:,.:. ..,~., 3 a ,ry~ ~ (~ ~- (Principal) ~' ~ (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PB-2 Contract Compliance Program ,. r:~ ~.- ~~ ~. w ~~. .~'`_' -° :~ -- c~ CITY OF IOWA CITY _ ~, SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. _ .., ry; .~.:~,~ ~,,~ .V F;~~ W 3 " ~~ w,ti .rte CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sew.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, federal and state law for the duration of the contract. NOTE: The City ca obtaining the necessary posters. all posters required by n provide assistance in y.. ~.~- ~,,~ n ~ ~c ~~ CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal emplojrm~ent opportunity laws. """~ r,..::~. . ~ ~~ 4. RECRUITMENT ~~ ~..~., ~~ (a) Let potential employees know you are an equal opportunity employer. This can be-doryie by-~dentrg yourself on all recruitment advertising as "an equal opportunity employer". ~-i -~ (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of~inouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ~ r ~ ::nib ~ • ~®'~i .+~.~._ ~0 City of ~~ C` Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC-5 2-3-1 2-3-1 CHAPTER 3 ~., :.~ DISCRIMINATORY PRACTICES " "'> SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shalt be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, Dolor, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. _.._ . ._ tl _ ~ ., -.~~ C. It shall be unlawful for any; employer, . `~ employment agency, I$Iaor! orgat~iza~~= tion or the employees: a~ merffbers thereof. to directly or indjrectly •adver- tise or in any other manner indicate or publicize that individuals are unwel- come. objectionable or not- solicited for employment Qr membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are. for ail job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. it shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- Iowa ctry 89~ CC-6 2-3-t 2-3-1 spective employee a test far the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency. tabor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee In return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of th[s subsection da nat apply H the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Hum2n Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shalt be presumed io be a bona fide occupational qualifica- tion. (Ord. 54-3647, t 1-$-1984) 897' Iowa City 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shat! not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion. sex or sexual orientation. (Ord. 95-3697, 11-7-f 895) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide oocupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-19$4) ..> .._ y ,...~ - ,,..,' _a ,.~ ~.~.J ~: . ,~,,~ y~ ~. CC-7 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others _ - -~ S-6 Compliance with OSHA Regulations ~,, S-7 Employment Practices ~ '"";~! S-8 Contract Compliance Program (Anti-Discrimination Requirements) ~ `s~°. r S-9 Measurement and Payment - ~': ~~~,1 ' S-10 Taxes ~ ~ ' .-~ - ~ ~' u S-11 Construction Stakes "~ ~~- ~~ S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects -~ ~;. .,._ Caation and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Tyoe of Coverage '°~ w~.i Comprehensive General Liability Each Occurrence A re a e, - .;, ~"~;; Bodily Injury & Property Damage* $1,000,000 $2,000,000 .::' `"' ~ Automobile Liability Combined Single Limit ~~' Bodily Injury & Property Damage $1,000,000 ~;. •, Excess Liability $1,000,000 $1,000,OQA •~ Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible orself-insured retention. SC-2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subj~c~t to any further limitations or exclusions, or have a higher deductible of self-insu';red retention than the insurance which it replaces. °'~ ~.~ 5. The City reserves the right to waive any of the insurance requirements herem`~rovi~d '~° The City also reserves the right to reject Contractor's insurance if not in compliance with 'a"1 the requirements herein provided, and on that basis to either award the cantt~ct the next low bidder, or declare a default and pursue any and all remedies availle to~he City. r ~~ 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising SC-3 out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of #his individual ~'' - ~ -T1 ~ ~ S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. µ ~, ,~ Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: ~ ;~~1 ' Bidders shall list those persons, firms, companies or other parties to t~uhom =it _ proposes/intends to enter into a subcontract regarding this project as required fob; approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves orothers employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment SC-4 because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC- 1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against anon-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: _... _, 3 .1 J 1~ e,H ~^+a ~...~ . , I; ~ ~ ~_ ~ 1, y :° /' ---~ t`J SC-6 SECTION 01025 MEASUREMENT AND PAYMENT PART 1-GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OFPAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2-PRODUCTS ~I 2.01 NONE ~ ' ~~ _ ~,t.~ ; _ "~-1 PART 3 -EXECUTION -~~ " ~? _. ~; .;~: 3.01 PROCEDURE: ~' '~ r~ A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. >, Each unit or lump sum price stated shall constitute full payment as herein spe~if~d fQrFeach item of work completed in accordance with the drawings and specifications, iriclti}ding=clean o , ~~.. It is the Contractor's responsibility to identify the locations of public and private utilities'? No a, additional compensation will be made for any interference or delay caused by,t>~e;;~lacement and/or relocation of said utilities. No additional compensation will be made fad repair c,Qsts to fix damage caused by the Contractor or his/her Subcontractors. '~'~ Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs to remain shall be protected from damage unless specifically noted. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, fornung, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking pemut fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BASE BID ITEM DESCRIPTIONS Bid Item No 1 • Mobilization (LSI: Lump sum price shall include preparatory work and operation for all items under the contract, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site, which must be performed or cost incurred prior to beginning work on the various items on the project. Payment shall be made upon percent complete on the project. 2. Bid Item No 2• Building Demolition (LSI: Lump sum price includes saw-cutting, digging, removing, loading, transporting, and properly disposing of the existing building, concrete slab, foundation and associated work in location shown p3} the construction plans. Measurement for payment based on the perch-€, complete of building demolition. .:~, ~~ 3. Bid Items No 3• Erosion Control (LSI: Lump sum price includes the insllatit~r~and a~ maintenance of silt fence as well as generally accepted practices for contro of erosion a2 i°1 throughout the duration of the construction project. Includes the remou~~of er~ion ' control devices as requested by the city following permanent establisl~nent of ^vrork areas. Contractor shall be required to comply with requirements of theState G~eral Permit as well as City requirements for erosion control. ~~ 4. Bid Item No 4• Clearing and Grubbin¢ (LSI: Lump sum price includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs and vegetation within the construction limits of the proposed trail improvements. Work also includes the tree clearing and stump removal for the two areas noted on plans where trail enters and exits the existing woods. Measurement for payment based upon the percent complete of clearing and grubbing. 5. Bid Item No. 5: Earthwork (LSI: Lump sum price includes loading, transporting, placing, compacting, testing, backfilling and finish grading topsoil and associated work for project improvements and trail construction. Measurement for payment based upon the percent complete of in-place earthwork. 6. Bid Item No 6• Storm Sewer Culvert (LSI: Lump sum price includes all materials, equipment, tools, transportation, and labor required to install complete and operational storm sewer culverts as indicated on plans. Includes all storm sewer structures, pipe, flared end sections, footings, apron guards, and associated work. Measurement for payment based upon percentage complete of installed storm sewer system. 7. Bid Item No. 7: Trail (SYI: Unit price includes subgrade preparation, trimming, furnishing, forming and placing trail. Trail to be 10' wide with construction material to be 6" depth PCC or 7 '/Z" depth HMA. Work shall include all testing, jointing, saw- cuts, curing and protecting, and associated work. Measurement for payment based upon the length of trail installed at a 10' width. Bid Item No 8: Chain Link Fence (LSI: Lump sum price shall include all materials, equipment, tools, transportation and labor required to install a complete chain link fence and gates as indicated on the construction plans. Measurement and payment shall be based upon the percentage of complete installed chain link fence and gates. 01025-3 Bid Item No. 9: Seeding (LSI: Lump sum price includes furnishing and installing all materials, equipment and labor necessary for seedbed preparation, installation, and placement of seed as indicated on the construction plans and all areas disturbed by construction. Measurement and payment based upon percent complete of seeding operations. 10. Bid Item No 10• Debris Removal (EA): Unit price includes digging, removing, loading, transporting, and properly disposing of the broken concrete, rebaz and unwanted materials located on the north half of the site. Each unit is defined as a full truckload based upon a 10 cubic yazd (C~ truck. The unit price will be adjusted as necessazy for the actual truck used for debris removal. Measurement for payment based on the number of full truckloads hauled off-site and properly disposed. Contractor to assume for bid purposes, 20 full truck loads. 11. Bid Item No 11: Tree Removal (EA): Unit price includes cutting, digging, removal of stumps and root masses, loading, transporting, and properly disposing of the trees, (12" caliber or less), shrubs and brush areas located on-site as necessary for construction of the proposed improvements. This includes shredding of branches and leaves prior to disposal. Each unit is defimed as a full truck load of shredded material based upon a 10 cubic yazd (C~ truck. The unit price will be adjusted as necessary for the actual truck used for tree removal. Measurement for payment based on the number of full truck loads hauled off-site and properly disposed. Contractor to assume for bid purposes, 5 full truck loads. ALTERNATE NO. I ITEM DESCRIPTIONS 12. Bid Item No. 11: Trail (S~: Unit price includes clearing and grubbing, subgrade preparation, trimming, furnishing, forming and placing trail. Trail to be 10' wide with construction material to be 6" depth PCC or 7 '/z" depth HMA. Work shall include all testing, jointing, saw-cuts, curing and protecting, and associated work. Measurement for payment based upon the length of trail installed at a 10' width. ., _.r i ~~~ _.. :.' ,J .~. i i u ~. w • ~ ~~ -~ 01025-4 SECTION 01310 PROGRESS AND SCHEDULES PART 1-GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of any street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART2-PRODUCTS .,' r ~t 1 None. ,.a .., PART 3 -EXECUTION ~' S r~ "~~ :~r . ' J ""' ~~.J 3.01 MEETINGS PRIOR TO CONSTRUCTION: ° " ''` ;;~ r~a A. A Pre-Bid meeting will beheld on August 19, 2009 or other date as announced. B. APre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 70 working days. Saturdays will not be counted as working days. The specified start date is September 16, 2009. Liquidated damages of $500.00 per day will be charged on work beyond 70 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the 01310-1 project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimise the length of time parking spaces and parking revenue are lost. 3.03 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street maybe closed without the Engineer's approval and said notification. 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1-GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: ,... y ~~ A. Submit a traffic control plan for all activities requiring traffic control riot ..,specifically addressed by the project plans. ~ = a~ .:,. i y... PART 2 -PRODUCTS -- ~`'~ ,~ ~ i .,_~ ~, 2.01 MATERL9LS: ~~' ~:~-: ..~ A. Traffic control devices may be new or used, but must meet the requirements f the }SOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. 3.03 EXCAVATIONS: A. All excavations shall be fenced. 3.04 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1-GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces, rubble and debris as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. , :, 1.04 SUBMITTALS: - . ~ -'il A. Locations of disposal sites. ~ `°~•~ ° °" ~:.~ PART 2 -PRODUCTS ~"~ '..: 2.01 MATERIALS: y> -- r.~ A. Explosives shall not be used for demolition. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. 02050-1 Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: ..., A. The Engineer reserves the right to revise demolition limits if required b~, the natuie of .~ construction. .,.a 3.03 PROCEDURES: ~ ~'-~`~ . `~ A. Utilities ."~ ~Jl ,~. 1. Notify all corporations, companies, individuals and state or local authorties ow~ig pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. '"f'1 ~•- 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures 1. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at aContractor-famished site approved by the Engineer or to the landfill. The 02050-2 Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS: A. Rubble and Debris Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. _., ~::::~ _.. _ "~'I ,,~ ~:~m, 1..J ~ ,~...~ 9 ~ 1 ~ ~ ~ ^;,. .._ tr,~ 02050-3 SECTION 02100 SITE PREPARATION PART 1-GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: . ~ _. A. IDOT Standard Specifications. "? ..,~ PART 2 -PRODUCTS ~~ ~ ~ "~' ~~ None. - ~ d. ~. PART 3 -EXECUTION r ;.;, 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. 02100-1 B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.04 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.05 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1-GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material. s 1.02 REFERENCES: '~ r .~ A. IDOT Standard Specifications. ~ =~= 1.03 QUALITYASSURANCE: ~ '~- ~~ A. Whenever a percentage of compaction is indicated or specified, use percent~~-}naxi~um ,.. ,.:• density at optimum moisture as determined by ASTM D698-91, unless noted otherwise:' B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. 02220-1 B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.03 TRENCHEXCAVATION: A. General ( ... ~,~ w Excavate trench by machinery to, or just below, designated subgrade<ur~en pig is to be laid in granular bedding or concrete cradle, provided that matei~i~~'emansing at bottom of trench is only slightly disturbed. --- w 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches fum and undisturbed until backfllling has been completed and consolidated. ~~ 1..~.. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill Place fill material to fmal grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. F. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 02220-2 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. G. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Fecal, Stag and local government agency forms and applications. ~' ~_ Care of Vegetation and Property r~.a ,:._.. 1. Use excavating machinery of suitable type and operate with care to preuent ix~ry to trees, particularly to overhanging branches and limbs and unde~gz~und oot systems. ~~ ~ 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or Toppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or tom edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: "'~'"I ,,.,~.. ..~,~ ',, a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. 3.04 ROCKEXCAVATION: 02220-3 A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. - '' ..,, _ .:: 3.05 BACKFILLING: ~ ~_ ~,w. A. General -~ `''~ '' - 5 ~ ^'S~ ~' 1. Do not place frozen materials in backfill or place backfill upon frc~r}er% material. Remove previously frozen material or treat as required before ne~+ "`backfill is placed. '~ ~ B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of fmished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor lazger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.06 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 02220-4 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1-GENERAL 1.01 SUMMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. , Section 4169. Erosion Control Materials. ~:n~ Section 4196. Engineering Fabrics. :. _ 4, ...., ._ . "; 'w ~ y,w .~ w 02270-1 ..~ ~~ ~: !3~ PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC-5 Wood Excelsior Mat RC-16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. a .. ; 'i ,:_ "1 W ~.,.~..~ t~ r , t~- ~~ .. ~- w 02270-2 SECTION 02510 HOT MIX ASPHALT PAVING PART 1-GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. 1.02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART2-PRODUCTS Z.O1 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. , SS-01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. ~~' i~1 Section 4126. Type B Aggregate for Hot Mix Asphalt. ~" ' ~ ~~ ~~° Section 4127. Type A Aggregate for Hot Mix Asphalt. - `'`~ ~ "'~ Section 4137. Asphalt Binder. ~~ ` r~ ~, ; .. PART 3 -EXECUTION =~ -- w 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases 02510-1 Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. Section 2316. Pavement Smoothness 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute fmal acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AGGREGATES ., _~ A. Type. ' 1. Type B aggregates shall be used in base mixtures. °~~~°' ,~,~ ,.;~ '; w 2. Type A aggregates shall be used in intermediate and surface mixtures. ~ ' ~ ~ ~~~ ~ ..y B. Gradation. `"" '~' _~"" r -- w 1. A''/z-inch mix shall be used on all streets and all divisions of this project. 3.05 HOT MIX ASPHALT PLACEMENT A. Lifts 1. Division 2 - A 5" depth base course followed by a 2.5" depth surface course. B. Compaction 1. Class 1B compaction shall be used on this project. 3.06 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project, there will be no smoothness incentive payment. 02510-2 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1-GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to form, place, fmish, joint and cure Portland Cement Concrete trail at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. .:_ 2. Entrained Air. _ ~ ~,~ i,.7.. .~ ~:,,~ i 3. Slump. --'-~' ~.~ ~ a- 4. Density Tests of Base and Subgrade. ~ ~-- w PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. _ Section 2111. Granular Subbase. ' -' "' Division 22. Base Courses. , - ,, - ~~; '~,~ ~~ Section 2201. Portland Cement Concrete Base. w Section 2212. Base Repair. ' `~ '` `+ Section 2213. Base Widening. ,~ ;, ; ~r '~~ ~# %~~ .. Division 23. Surface Courses. t' ~ Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Constnzction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PA VEMENT: A. Curing compound shall be applied immediately following finishing of the concrete. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Minimum 35-32° F Minimum 31-25° F Below 25° F Covering One layer plastic or burlap. One layer plastic and one layer burlap or two layers burlap. Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the trail to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. .., A .ae m~ .. i,, J •. ~ 'i L~J tl . I .' -v ~~ ~;:_' .~,~ r"~. ..G::: "'~ W 02520-3 SECTION 02524 CURB RAMPS PART 1-GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (1 lA-4) 1.03 QUALITYASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeljng they skope requirements will be, at the Engineer's discretion, removed and replaced at tl~. Contractor's {.._ expense. . ~ r ~ „~ ~~ PART 2 -PRODUCTS _ - `"' ~'~ ~ ~ "" i . r~l "~ Z.01 MATERIALS: ~ ~~ ,;~ A. Section 03350, Colored Concrete Finishes ~ w PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) and the following sections of the Americans with Disabilities Act (ADA) B Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of--Way 02524-1 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:50 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6-inch thick colored P.C.C. will be placed at all curb ramps unless otherwise directed by the Engineer. ,.._~ .:. ~:_._ ;: '. lA! 4~ i u l~ :'.m rV. ~ _~ .. :; --.' W 02524-2 SECTION 02900 SEEDING == _:, y .w,., .. PART 1-GENERAL : _ w 1.01 SUMMARY: ~~~~ =' ;:J _ ~- ~~: .. A. Seeding of disturbed areas, including soil preparation, finish grading and maintsrxance. r'A -_• W 1.03 SUBMITTALS: A. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. PART2-PRODUCTS 2.02 SEED: Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 -EXECUTION 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: ~.... "~ i 02900-1 1. Remove weeds or replace loam and reestablish fmish grades if any delays in seeding lawn azeas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than %-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per lineaz foot of width. 4. Hydro-seeding may be used upon approval of the Engineer. D. Water lawn azea adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period E. Winter dormant seeding is specified for this project. Complete seeding when air temperatures are consistently below 40 degrees and prior to December 25. Dormant seeding is not allowed on snow. 1) Prepare the seedbed before the ground freezes. 2) To ensure protection of the seed, apply on a frosty morning or before predicted snow. 3) Seeding maybe done by hand or with seeding equipment. 4) For hydraulic seeding, apply the fertilizer at no more than 0.5 pounds N/1000SF. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope azeas shall be tilled on the contour. Crawler-type or dual-wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance o.~ the r°j ~a design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the'one- year maintenance period. ~ - ~ ;, 3.05 MAINTENANCE: ~ ~' ~? ~: .r- A. Begin maintenance immediately and continue maintenance until final accepta~e of wwk. Water, mulch, weed and otherwise maintain and protect all seeding. B. Maintain seed areas at maximum height of 2%z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. D. All seeding shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. ~"`i ~~ ~~... "~ 02900-2 SECTION 03350 COLORED CONCRETE FINISHES PART 1-GENERAL 1.01 WORKINCLUDED: A. Colored finish for new concrete curb ramps. 1.02 REFERENCES: A. L.M. Scofield Company Tech -Data Bulletin A-104.10. B. L.M. Scofield Company Tech -Data Bulletin A-514.02. C. L.M. Scofield Company Guide G-107.02. D. ASTM C309 -Liquid Membrane-Forming Compounds for Curing Concrete. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of concrete coloring. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather work. B. Pre-Installation Meeting PART2-PRODUCTS ~~~ 2.01 MATERL4LS: ~« _ ""' -, ~+„ A. Concrete: Reference Section 02520. ~~ , 'k°°° . y_ 1" B. Water: Fresh, clean and potable. ~ ~ ~ =' ~ ,~' w 03350-1 C. Colored Hardener: 1. Litochrome Color Hardener by L.M. Scofield Company. 2. Color: Tile Red (A-28). D. Bonding Agent: Product known to enhance adhesion to concrete. E. Curing compound: 1. Lithochrome Colorwax by L.M. Scofield Company. 2. Color: Tile Red (A-28). PART 3 -EXECUTION 3.01 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. 3.02 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Float concrete from two directions with wood trowel to create a uniform surface. Do not use metal trowel. C. Colored Hardener: Apply 60 pounds per 100 sq. ft. or rate recommended by manufacturer. Apply evenly in two phases using dry-shake method. Wood float after each shake. D. Trowel surface with a steel or aluminum trowel leaving no trowel marks. E. Protect concrete from premature drying, excessive hot or cold temperature and damage. F. Curing Compound: Apply per manufacturer's guide for rate and method. r:~` a ~..~ .~,~.~. ~° ;,,~ .' ,~, w n` ~~ ~~ 44M:mt!N ~' -•- .~ 03350-2 ~PRa"_ 3e 5 Prepared by: Mike Moran, Parks 8 Recreation, 410 E. Washington St., Iowa City, IA 52240, (319)356-5100 RESOLUTION NO. nA-~45 RESOLUTION SETTING A PUBLIC HEARING ON AUGUST 18, 2009 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PHASE ONE -TRAIL DEVELOPMENT OF THE SAND LAKE RECREATION AREA PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 18T" day of August, 2009, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 28th day of ATTEST: !y-~--~ ~ '~ CI ERK ~~d~ ~~ City Attorney's Office 1(~Z~~ ParksreGres/setphsandlaketrail.doc Resolution No, n9-~c-S Page 2 It was moved by Champion and seconded by Hayek the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x X .~_ x -x- Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdata/glossary/resolution-ic. doc NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE SAND LAKE RECREATION AREA- PHASE 1 IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Sand Lake Recreation Area - Phase 1 Improvements Project in said city at 7:00 p.m. on the 18th day of August, 2009, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and maybe inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for. the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE TO BIDDERS PHASE ONE-TRAIL DEVELOPMENT OF THE TERRY TRUEBLOOD RECREATION AREA PROJECT formally known as Sand Lake Improvements -Phase 1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 9th day of September, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15th day of September, 2009, or at special meeting called for that purpose. The Project will involve the following: _ Demolition of metal building; miscellaneous site demolition, clearing and grading; construction of recreation trail All work is to be done in strict compliance with the plans and specifications prepared by Snyder & Associates, Inc., of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the. City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, .IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 70 Specified Start Date: September 16, 2009 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of Snyder & Associates, Inc., Cedar Rapids, Iowa, by bona fide bidders. A $25.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Snyder & Associates, Inc. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ~~o~ 8 Prepared by: Mike Moran, Parks & Rec., 410 E. Washington St., Iowa City, IA 52240 (319) 356-5100 RESOLUTION NO. ng-~g~ RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PHASE ONE - TRAIL DEVELOPMENT OF THE TERRY TRUEBLOOD RECREATION AREA PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 10:00 a.m. on the 9T" day of September, 2009. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 15th day of September, 2009, or at a special meeting called for that purpose. Passed and approved this 18th day of ATTEST:/~'/ 1~ • ~2%r CI LERK pwengVes~approvplanstrueblood.doc City Attorney's Office Resolution No. 09-288 Page ~_ It was moved by Wright and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~_ Bailey X Champion ~_ Correia X Hayek g O'Donnell x Wilburn ~_ Wright wpdata/glossary/resolution-ic.doc ~~oJ Prepared by: Mike Moran, Parks & Rec. Dept., 410 E. Washington St., Iowa City, IA 52240 (319)887-6100 RESOLUTION NO. 09-302 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE TERRY TRUEBLOOD RECREATION AREA PHASE ONE PROJECT (FORMERLY KNOWN AS SAND LAKE RECREATION AREA). WHEREAS, Howery Construction of Rockwell City, Iowa, has submitted the lowest responsible bid of $355,613.05 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Howery Construction, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Parks & Recreation Director is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 15th day of September , 20~_. ATTEST: CITY LERK ~9 Approved by lJ City Attorney's Office It was moved by Hayek and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: x x x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright pwengVes~award cunt Trueblood.doc 9/O9 Printer's Fee $ ~ ~ , ~ a CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, ~d ~)1~ S~T'Z ~im~-B~i~irrs, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper ~ .time(s), on the following date(s): G ~ i ~- ~~ Legal Cler Subscri ed and sworn to before me this rr//~~jj day of~~a~-,~ A.D. 20~. / Notary Public ~~,~+~~~ LINDA KR~TZ a ~ Commission Number 73261 ' My Commission Expires _..._ ~'" F. ___ _, January 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE BAND LeKE R~~REATION HA3E-~-r IMPROVEMENTS CT IN THE CITY OF IOWA CfTY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa; will conduct a public hearing. on .plans, specifcations, fdtrn of contract and estimated cost for the. construction of the Sand Lake Recreation Area -Phase 1 Improvements Project in said city at 7:00 p.m. on the 18th day of August, 2009, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as post- ed by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the-office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans,. specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 78678 August 3, 2009 T~ Q>n c.rti~~ °~S `` l~rr d~ J~h~~'-100 Q-cr e ~~`dh t-~ head ~~OJ~c~' Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA,' JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 Dims-Ba, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper .time(s), on the foll^ow,i/n/g date((s): ~. Legal C k Subscribed and sworn` o before me this ~S`l"` day of A.,D. 20 1, Notar Public a ~ Comm ~ ~ Number 732619 ray ~:: ssion Expires a~- -; 27, 2011 Specified Start Date: September 16, 2009 Liquidated Damages: $500.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Snyder & Associates, Inc., Cedar Rapids, Iowa, by bona fide bidders. A $25.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Snyder & Associates, Inc. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority Contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 78758 August 25, 2009 OFFICIAL PUBLICATION InTIr.F TO BIDDERS ~~ n~IC-TRAIT I~FV OP- T OF THE TERRY TRUE- PROJECT formally known as e.,...+ i a4e ImnrnvRmentS - ..Phase 1 Sealed proposals will be r of Iowa by the City Clerk of the City City, Iowa, until 10:00 A.M. on the 9th day of September, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submit- ted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15th day of September, 2009, or at special meeting called for that purpose. The Project will involve the follow- ing: Demolition of metal building; mis- cellaneous site demolition, clearing and grading; construction of recre- ation trail. All work is to be done in strict com- pliance with the plans and specifi- cations prepared by Snyder & Associates, Inc., of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfac- tory to the City ensuring the fafthful pertormance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will' be returned after the can- vass and tabulation of bids is com- pleted and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price, said bond to be issued by a respon- sible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and dam- ages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment for a period of one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 70 ~'~~~ 4d 10 Prepared by: Michael Moran, Recreation Superintendent, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5100 RESOLUTION NO. 10-480 RESOLUTION ACCEPTING THE WORK FOR THE CONSTRUCTION OF THE TERRY TRUEBLOOD RECREATION AREA PHASE ONE PROJECT WHEREAS, the Parks and Recreation Director has recommended that the work for the construction of the Terry Trueblood Recreation Area Phase One Project, as included in a contract between the City of Iowa City and Howery Construction of Rockwell City, Iowa dated September 15, 2009, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $362,935.39. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT said improvements are hereby accepted by the City of Iowa City, Iowa Passed and approved this 16th day of November , 2010 ~~ MAYOR A proved by ATTEST: d.Lc~t ar~ ~ . CITY`6LERK City Attorney's Office t~ ~g ~o It was moved by Chamvion and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey g Champion x Dickens x Hayek x Mims x Wilburn x Wright -J= a L'j < q Z „, cl L&J a- (33 "I C OL I (y) 0M oa- C14 C14 C- 00 0 Q 0 C-) O 0 all. 411 SAND RECREATION 1 E4A” m 11 1 - -- K PHASE2 EIMPROVEMENTS JOHNSON COUNTY, IOWA --- ------------------ ---------- UNIVER', OF ........ .. N NOT TO SCALE IOWA CITY, IOWA VICINITY MAP LEON ST INDEX OF SHEETS 1. TITLE SHEET 2. PROJECT INFORMATION 3. SITE PLAN - NORTH HALF 4. SITE PLAN - SOUTH HALF 108.1039 1 Sheet 1 of 4 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly P1 W yet a CHAD D. -,had '-6.De-Vor;, P. E. Dote DEVORE 10 CRK License Number 16007 16007 My License Renewal Date is December 31, 2009 IQMA Pages or sheets covered by this seal: Ike V M U. (D • Cl) 0• X. CL 0 . 04 Z 0 0 rn 00 o � 0 z *0 z W UL u. 0 0 0 13L W 0 Z 0 Z z 0 LL. .LLI CO) z 5 ic co 4 C? X 0 W > 0 Uj >1 CC *4 Co 04 Uj LIJ C) �i 0 a • Cl) — co 'Z_2 (1) V IC) P-- Z C4 tl%- C4 Uj CAI) CI). 4z W LLI LLB LLI x Z ul 44 CO) 108.1039 1 Sheet 1 of 4 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 lows of the State of Iowa. Q�pFESSIphq� CHAD D. -,had '-6.De-Vor;, P. E. Dote DEVORE License Number 16007 16007 My License Renewal Date is December 31, 2009 IQMA Pages or sheets covered by this seal: SHEET 1-4 108.1039 1 Sheet 1 of 4 i S Z S (J 0 a N N f\ r t t �Q 3� 3 � U) >a 0 v a m i �L C w i0 i0 R� CL M E0 N n n D z n 3 7 3 GENERAL NOTES A. THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND /OR RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES SHOWN COMPRISE ALL SUCH UTILITIES IN THE AREA, EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES SHOWN ARE IN THE EXACT LOCATION INDICATED. VERIFY LOCATION OF ALL UTILITIES BEFORE CONSTRUCTION. B. LENGTH OF UTILITIES SHOWN ON PLANS ARE DIMENSIONED FROM CENTERLINE OF STRUCTURE TO CENTERLINE OF STRUCTURE INCLUDE FLARED END SECTIONS. C. ALL TRAFFIC CONTROL SHALL BE PROVIDED IN ACCORDANCE WITH REQUIREMENTS SET FORTH IN THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) WHEN CONSTRUCTION ACTIVITIES OBSTRUCT PORTIONS OF THE ROADWAY FLAGGERS SHALL BE PROVIDED. FLAGGERS SHALL CONFORM TO THE MUTCD IN APPEARANCE, EQUIPMENT AND ACTIONS. D. NOTIFY OWNER, ENGINEER AND CITY OF IOWA CITY AT LEAST 48 HOURS PRIOR TO BEGINNING WORK. E. CONSTRUCT MANHOLES AND APPURTENANCES AS WORK PROGRESSES. BACKFILL WITH SUITABLE MATERIAL AND COMPACT TO 957.. MAXIMUM DENSITY. F. IN THE EVENT OF A DISCREPANCY BETWEEN THE QUANTITY ESTIMATES AND THE DETAILED PLANS, THE DETAILED PLANS SHALL GOVERN. G. PROPOSED IMPROVEMENTS OF THIS SITE ARE BASED ON AVAILABLE INFORMATION AT THE TIME OF LAYOUT. DEVIATIONS MAY BE NECESSARY IN THE FIELD. ANY SUCH CHANGES OR CONFLICTS BETWEEN THIS PLAN AND FIELD CONDITIONS ARE TO BE REPORTED TO THE ENGINEER AND OWNER PRIOR TO STARTING CONSTRUCTION. H. THE ADJUSTMENT OF ANY EXISTING UTILITY APPURTANENCES TO FINAL GRADE IS CONSIDERED INCIDENTAL TO THIS PROJECT. 1. THE CONTRACTOR WILL BE PROVIDED ELECTRONIC FILES TO ASSIST IN STAKING THE PROPOSED TRAIL ALIGNMENT. J. CONTRACTOR TO CLEAR AND GRUB SITE AS NECESSARY FOR THE PROPOSED TRAIL IMPROVEMENTS AND ROUTING. K. CONTRACTOR IS RESPONSIBLE FOR OBSERVING SITE TO VIEW PROPOSED TRAIL ROUTING AND UNDERSTANDING PROJECT CONSTRUCTION AND DEMOLITION WORK PRIOR TO SUBMITTAL OF BID. L. CONTRACTOR TO REMOVE ANY DEBRIS OR RUBBLE WHICH EXIST WITHIN THE PROPOSED TRAIL ROUTING OR ENCOUNTERED DURING CLEARING AND GRUBBING OR GRADING ACTIVITIES. DEBRIS OR RUBBLE TO BE HAULED OFF AND PROPERLY DISPOSED. M. THE CONTRACTOR SHALL COMPLY WITH ALL SOIL EROSION CONTROL REQUIREMENTS OF THE IOWA CODE. THE IOWA DEPARTMENT OF NATURAL RESORCES (DNR) NPDES PERMIT, AND LOCAL ORDINANCES. THE CONTRACTOR SHALL TAKE ALL NECESSARY STEPS TO PROTECT AGAINST EROSION AND DUST POLLUTION FROM THIS PROJECT SITE AND ALL OFF -SITE BORROW OR DEPOSIT AREAS DURING PERFORMANCE OR AS RESULT OF PERFORMACE. N. THE OWNER WILL OBTAIN THE IOWA DNR NDPES PERMIT FOR THE PROJECT OF WHICH THE CONTRACTOR WILL BE REQUIRED TO BECOME A CO- PERMITTEE. THE CONTRACTOR WILL ALSO BE REQUIRED TO CREATE, FOLLOW AND UPDATE THE STORM WATER POLLUTION PREVENTION PLAN AS NECESSARY FOR THE PROJECT. BENCHMARKS BM #231. JOHNSON COUNTY BENCHMARK NORTH = 600758.53 EAST = 2178847.45 ELEVATION = 652.83 BERNTSEN TOP SECURITY ROD MONUMENT WITH 2 -1/2" DIA. DOMED SURVEY CAP AND PERMANENT MAGNET ENCASED IN 6" DIA. PVC PIPE WITH NGS STYLE ALUMINUM ACCESS COVER. CONTROL POINTS CP #1. FOUND 5/8" REBAR WITH YELLOW CAP #8165 NORTH = 597786.14 EAST = 2178211.57 ELEVATION =648.901 CP #2. FOUND 5/8" REBAR WITH YELLOW CAP #8165 NORTH= 598682.05 EAST = 2178337.49 CP #3. FOUND 5/8" REBAR WITH ORANGE CAP NORTH = 599130.78 EAST = 2178622.64 ELEVATION =649.05 Pi 14 #a 10 VIA LOCATION MAP 0 300 SCALE (FEET) m W 0 g� 0 .. w °Q = o E _'00 u� Z d 0 cl) O Ci z z Q O �A UJ u) _j" MN E ca N T 0ti O w � Q 0 (9 0 co, CL Z CC co 0 N Q C� Q h 0 M w r O LL' Lo W cn Z -0 4 «Z cf3 � � ti z cv 3: Q ti w LLj z F� 0 �- c.) C) ui E cn 0 t/) w od Q Q E 0 IJL cc E LLj E `r Z M2 O //E cl) CL cl) 1: 1 • Sheet 2 of 4 cc c) U- 0) C Q 5: O /W/y LL �Y V m U 0 O !i O • L C13 1� V O Z iQ . Y Z m Y•a Q W 12 I] LL 0 g� 0 .. w °Q = o E _'00 u� Z d 0 cl) O Ci z z Q O �A UJ u) _j" MN E ca N T 0ti O w � Q 0 (9 0 co, CL Z CC co 0 N Q C� Q h 0 M w r O LL' Lo W cn Z -0 4 «Z cf3 � � ti z cv 3: Q ti w LLj z F� 0 �- c.) C) ui E cn 0 t/) w od Q Q E 0 IJL cc E LLj E `r Z M2 O //E cl) CL cl) 1: 1 • Sheet 2 of 4 ai 0 _0 (13 0- >o 0 I le 0 M CIL -0 C) a):5 on 0 (N LO CN L0 01) n 0 co 0 Q U) 0 C6 �a Backfill w/excess from trail excavation 16' Minimum Clearing Limits —31 Trail 31— 41^1 & prop rop Match existing cross 3" Drop ( =PROFILE GRADE slope 2Y. max, V min 3 NOTE Proposed trail profile grade shall be approximately 3" above existing ground. Provide a smooth profile with no sudden grade breaks with a maximum 5y. Longitudinal slope RECREATIONAL TRAIL PAVED SURFACE - TYPICAL CROSS SECTION edal TYPICAL SECTION FLARED END SECTION ELEVATION In 1811 SITE PLAN CONSTRUCTION NOTES 1. REMOVALS A. CONTRACTOR RESPONSIBLE FOR CLEARING AND GRUBBING EXISTING TREES AND VEGETATION AS NECESSARY FOR THE CONSTRUCTION OF THE PROPOSED TRAIL. B. PROVIDE A 50' CLEAR ACCESS AREA CENTERED ON THE PROPOSED TRAIL ROUTING AT TWO LOCATIONS WHERE THE TRAIL ENTERS AND EXITS THE EXISTING WOODED AREA. FIELD VERIFY WITH ENGINEER PRIOR TO REMOVALS. -- Existing _grqdq 2. CONTRACTOR TO CLEAR TREES AND BRANCHES AS NECESSARY TO ALLOW TRAIL TO BE CONSTRUCTED IN THE EXISTING WOODED AREA ON THE EXISTING MOWN TRAIL 12" min. Fnd 5/8" Rebar W/Orange Cap @_N11 TYP / f Fnd. 5/8" Rebar l W/Yellow Cap 8165 MMES f CP 3 TYP � 1 1 = �� � / / %� // /rl 1 f� i V/ If/ f flll I)/ f t j �' { � > > /r1 jl 2 0 T I Jill -- -f/ �y /fl l� �llj! fit, j'(' � � /1�i ,JI l/ lilt! /fill (( ��11/ j ljlji 1 ft !l % 111 / f i ill It ll 1. 11/ j i j I� 2 j 1B It 11.0 dPj I � / ! fr''l jl l�. It Fnd. 5/8" Rebar It W/Yellow Cap 8165 MMS I I/ 1A yp � lI li , lll�Il Y, or R 15 i iN ERK C` IMAM 3. CONTRACTOR TO PROVIDE 10' WIDE PAVED RECREATIONAL TRAIL IN LOCATION SHOWN ON PLANS. TRAIL MATERIAL TO BE EITHER 71/2" DEPTH HMA OR 6" DEPTH PCC. SEE DETAIL THIS SHEET. 4. PROVIDE 400 L.F. FT. OF TEMPORARY CHAIN LINK FENCE WITH (2) 8' WIDE SWING GATES FOR PARK ACCESS. CHAIN LINK FENCE TO HAVE POSTS SPACED AT MAXIMUM 10' ON CENTER 611 PCC Pavement) WITH TOP AND BOTTOM CABLE. PROVIDE 4' WIDE OPENING FOR PEDESTRIAN ACCESS. COORDINATE PLACEMENT AT THE SITE WITH ENGINEER. CONCRETE FOOTINGS, 8" DIA.x 42" DEPTH, TO BE PLACED AT ALL CORNER POSTS, END POSTS, AND GATE LOCATIONS. 5. REMOVE EXISTING BUILDING AND ASSOCIATED CONCRETE ASSOCIATED WORK INCLUDES FILLING HOLES, GRADING OVER REMOVAL AREA AND SEEDING. 6. PROVIDE 3 CULVERTS.FLARED END SECTIONS, FOOTINGS AND APRON GUARD IN DRAINAGEWAYS Gilbert St. & McCollister Plac. WHERE SHOWN. & Stop Sign 7. CONTRACTOR TO DORMANT SEED ALL AREAS DISTURBED BY CONSTRUCTION. 8. DEBRIS REMOVAL AREA. CONTRACTOR TO REMOVE AND DISPOSE OF EXISTING DEBRIS AS DIRECTED BY THE OWNER. AREA AND VOLUME OF REMOVAL TO BE AGREED UPON PRIOR \'` �% ^ \ - "'" TO REMOVAL OPERATIONS. SEE BID ITEM DESCRIPTION. `� ; \\ 9. ADD ALTERNATE #1. PROVIDE RECREATIONAL TRAIL AND ASSOCIATED WORK AS SHOWN ON PLANS. --,-e C P cp: 0 GGGL Conc. / 3 t—S .4c -- — — — — — — — — — — — — — n r �e�- TYP p)qe imi 45 CP _7 -T — �ravo)lsfockpile KIM Rho Gravel N L/ 4A f a 4 Truck V-1 ra e, I Prop 'Tanks ,� �` `\ �cp 8 ♦ k 3 5 pE V Sand Stockpile, 64 It V t% N 1\ 0 nd Stockp) e lu L > to 5, n 0 N MATCH LINE SEE SHEET 4 OF 4 0 ?J ock St ile 635 J \> AN f\ A X y \A 4-5 I ;l W/ / ) � ) ) I kXX A Uj/ ----- - - - - -- - I V X j IX 1211 min 30 L.F. OF 12"\ FL=644.45(IN) FL= 644.30(OUT }��J ; Q ��� 1 -Rap G)CP \ \\ \,:. 4111 A\ NOTE Proposed trail profile grade shall be approximately 3" above existing ground. Provide a smooth profile with no sudden grade breaks with a maximum 5y. Longitudinal slope RECREATIONAL TRAIL PAVED SURFACE - TYPICAL CROSS SECTION edal TYPICAL SECTION FLARED END SECTION ELEVATION In 1811 SITE PLAN CONSTRUCTION NOTES 1. REMOVALS A. CONTRACTOR RESPONSIBLE FOR CLEARING AND GRUBBING EXISTING TREES AND VEGETATION AS NECESSARY FOR THE CONSTRUCTION OF THE PROPOSED TRAIL. B. PROVIDE A 50' CLEAR ACCESS AREA CENTERED ON THE PROPOSED TRAIL ROUTING AT TWO LOCATIONS WHERE THE TRAIL ENTERS AND EXITS THE EXISTING WOODED AREA. FIELD VERIFY WITH ENGINEER PRIOR TO REMOVALS. -- Existing _grqdq 2. CONTRACTOR TO CLEAR TREES AND BRANCHES AS NECESSARY TO ALLOW TRAIL TO BE CONSTRUCTED IN THE EXISTING WOODED AREA ON THE EXISTING MOWN TRAIL 12" min. Fnd 5/8" Rebar W/Orange Cap @_N11 TYP / f Fnd. 5/8" Rebar l W/Yellow Cap 8165 MMES f CP 3 TYP � 1 1 = �� � / / %� // /rl 1 f� i V/ If/ f flll I)/ f t j �' { � > > /r1 jl 2 0 T I Jill -- -f/ �y /fl l� �llj! fit, j'(' � � /1�i ,JI l/ lilt! /fill (( ��11/ j ljlji 1 ft !l % 111 / f i ill It ll 1. 11/ j i j I� 2 j 1B It 11.0 dPj I � / ! fr''l jl l�. It Fnd. 5/8" Rebar It W/Yellow Cap 8165 MMS I I/ 1A yp � lI li , lll�Il Y, or R 15 i iN ERK C` IMAM 3. CONTRACTOR TO PROVIDE 10' WIDE PAVED RECREATIONAL TRAIL IN LOCATION SHOWN ON PLANS. TRAIL MATERIAL TO BE EITHER 71/2" DEPTH HMA OR 6" DEPTH PCC. SEE DETAIL THIS SHEET. 4. PROVIDE 400 L.F. FT. OF TEMPORARY CHAIN LINK FENCE WITH (2) 8' WIDE SWING GATES FOR PARK ACCESS. CHAIN LINK FENCE TO HAVE POSTS SPACED AT MAXIMUM 10' ON CENTER 611 PCC Pavement) WITH TOP AND BOTTOM CABLE. PROVIDE 4' WIDE OPENING FOR PEDESTRIAN ACCESS. COORDINATE PLACEMENT AT THE SITE WITH ENGINEER. CONCRETE FOOTINGS, 8" DIA.x 42" DEPTH, TO BE PLACED AT ALL CORNER POSTS, END POSTS, AND GATE LOCATIONS. 5. REMOVE EXISTING BUILDING AND ASSOCIATED CONCRETE ASSOCIATED WORK INCLUDES FILLING HOLES, GRADING OVER REMOVAL AREA AND SEEDING. 6. PROVIDE 3 CULVERTS.FLARED END SECTIONS, FOOTINGS AND APRON GUARD IN DRAINAGEWAYS Gilbert St. & McCollister Plac. WHERE SHOWN. & Stop Sign 7. CONTRACTOR TO DORMANT SEED ALL AREAS DISTURBED BY CONSTRUCTION. 8. DEBRIS REMOVAL AREA. CONTRACTOR TO REMOVE AND DISPOSE OF EXISTING DEBRIS AS DIRECTED BY THE OWNER. AREA AND VOLUME OF REMOVAL TO BE AGREED UPON PRIOR \'` �% ^ \ - "'" TO REMOVAL OPERATIONS. SEE BID ITEM DESCRIPTION. `� ; \\ 9. ADD ALTERNATE #1. PROVIDE RECREATIONAL TRAIL AND ASSOCIATED WORK AS SHOWN ON PLANS. --,-e C P cp: 0 GGGL Conc. / 3 t—S .4c -- — — — — — — — — — — — — — n r �e�- TYP p)qe imi 45 CP _7 -T — �ravo)lsfockpile KIM Rho Gravel N L/ 4A f a 4 Truck V-1 ra e, I Prop 'Tanks ,� �` `\ �cp 8 ♦ k 3 5 pE V Sand Stockpile, 64 It V t% N 1\ 0 nd Stockp) e lu L > to 5, n 0 N MATCH LINE SEE SHEET 4 OF 4 0 ?J ock St ile 635 J \> AN f\ A X y \A 4-5 I ;l W/ / ) � ) ) I kXX A Uj/ V X j IX 30 L.F. OF 12"\ FL=644.45(IN) FL= 644.30(OUT }��J ; Q ��� 1 -Rap G)CP \ \\ \,:. VAS A \ 1A A\ \V V A 0 100 I I SCALE (FEET) C13 uj (D 0) CL 0 ai ca CU co ii C_ cn U) 0 z C14 0 U) 5: C:) W 4) O 00 0 0 0 U ca (1) 0 0 0 z a) r_ r_ 0 z .17- C-) & 12 W 6- U_ 0 0 0 CD C14 00 LLF _j a- 00 w <0 to (13 CS 0 (CZ Z �W: U 0 C) C%j Z C) z C45 0 LL A M C.4 W (1) __J CO Z C9 0 W Moi < CU3 C6 a to C..) P ce) 0 T 0 C? CL > z 11:t 1(10 C"'. 0 ca M W nr 0 > 1 C14 Co (p Of C� L0 04 C) W O � W 6 04 z 0 CO M � Cl) :i' z U Cr; LU Ike Z C14 W Cf) W 1— CM) C:) rto IUL Cl) Cn W tr 3C `� 1� Ces Uj Cr 0 Z tir I W z Uj iC' Cl) to Ci) 108.1039 Sheet 3 of 4 cn >a 0 -a C 0):2 oa- 0 C14 Ln 0 00 2 CL U) ai CF) 75; Fnd. 5/8" Rebar W/Yellow Cap 8165 MMS f I///* xz L 11-11 9 3 P' 4: 15 ca C) 0) CL 0 w MATCH LINE SEE SHEET 3 aE 4 V-1 L R K 0%,,.��,,J IOWA 0 V- V m f It \A X/ ca 65 7 L.:.. a) c— U:) CL 'j, z 0 L-J N U) m 0 lb CO Fnd. 5/8" Rebor 0 100 W 32 -c 0 C13 0 cP,// I I Hill 00 N (P SCALE (FEET) 1A I c 0 er OrAtic cu z z J, I I 0) w a_ LL JJJ I J J J C' f \V 3 St co :a 0 " co 04 00 w SAND LAKE V cl) z m CD < C.0 00 co A P 0 10 04 LL U- 10 N UJ ca =) C%J -J cr3 It z c� 0 0 6 4- ,p 1A < yp f ilk k to cr) a- C? Ce) C14 c c 4 CY> or rj j to -P rr cy,> UJI t cn ii 11J ill r III i ----------- __. ,.\ \\ \ \ \ \ a 0 ( y f -- - - ci j j " CP CM W > cc1l) Lo I I L C14 111j 111 III lIIi� �t ' I I i j I I t \ (01 ! I I I I \ \ \ � � z 0 4 1111 i I �Ii IlI1i ,' \ � \ \ \ � i �,�' / 111 AA \\ J l 1 ) 1 J �r 1 1 � \ � -: �\ �� �1 i \\ a\ �, cl) c n M 3 � z (r; W LO Z C-4 c%j J j l l � 1 1 1 1 j i x I f l Socce I ompe Vz 101 J 11� \ 11-01 I. L 1 111 I I 1 vv / (0 N i l y 1 I I i \\ t r irecltional Arrpw r1r cn W 1\ \k1sv 170 1 i i \ \y \ \ \ \.\ o , \ 11 �,\ \\ \`�• --,,S6nd Lake in g H urq Dawn to All Do leash 30 L.F. OF 12" RCP 00.5Y. FL=636.35(IN) I te Po ts 6 FL=636.20(0UT) f\\\\\ V\ --- - - ---- ------- --- --- ------ -- - - - - -- - - --- - - - - ----- 1A - - - - - - - - — - - - - - - - - - --- 0cp — N Typ -�q White Eagle d S 0 0 30 L.F.OF 12" RCP 00.57. "Opa- G um ;4- V, co N — — — — — — — FL=640.15(IN) FL=640.00(OUT) -7 cn NL z N ea d End \Ori w m Trespassi ng v )te Road 11`6: re —51:5-' -- _ _=----- ---- -- " 0 �\ } ? / .r^ .� -- ,-,- /--. � � i ,- .,-per '' `� 0 No//Parki g Sed \t=�Q i 5' P Private urL,-- uj UL- z OE OE------- F)ac e- Q s Z- ri >= OE I UF ui Mow (n 108.10,39 Sheet 4 of 4