Loading...
HomeMy WebLinkAboutNORTHSIDE MARKETPLACE IMPROVEMENTS/2011ILI m Mika I 2011 1- Fig // / - (-fz�— // iS _ 1;l =13.- /I da- AIA2- // l�orl�sic�� r(Le�(�[ac2 Imrr,)Verncr+fs P l a's sQ o c�� Q > -ior n of _ cz a--4� irr}jar, -4-rk . - ter, u r y 15�G /o2A�/ oh I ctns - S C CSLi -! d,YC..tDrFr._. - CD nhr�? �' mc�4 D�co57J?r 7i7�t M-cy-- i�c'['/p&( .—_Jrnf^oVemzh�"S Iroyec,�� c2..),J - (ke- ccrrnQ. -_Cin� L2nS orrb . 0f- plAb�iC 1V oT � cr- a 131,0,0 2$ /I-Sa..- c,,rGV�n9 4k /�(ygr?'k 5;S A So—c -q !( /'I�. co, comp R.`^� 2RGl -� clj-e rS K; nc� -F�� rn2 Gr� � �QC-2 �t+�✓° Y2�'2t, -�''Y D� - _` Na1;c$ o of- w w(,I;c {-IeCAr;r\,Y 4t uJR✓� vR Cnre�-rrcc� G(S��- �l.dvvZinA)T�� (''% C/a. rI'L iv QileST 0. colln//IFrAC"� �nN C�%l5trtlC�ivr� ��II �it� Nor44s; de- lna.rl(1?4p e �rva�rooe rr\e N134 s; a e__ w'r g-t4p 4Ce �mPra�2rn2 P08 4? a �h� - -- Q 1J- t��_ :Errrouernenk Specification No: Specification For NORTHSIDE MARIICETPLAi CE IMPROVEMENTS II,INN STIRIG1LT9 FROM JEFFERSON STREET TO BLOOMINGTON STRIC,ET Iowa Cityg Iowa N C� A� w =ac) CITY OF IOWA CITY a m City of Iowa City Engineering Division — Civic Center 410 East Washington Street Iowa City, Iowa 52240 Phone: 319 -356 -5140 Fax: 319-356-5007 Contract Documents Prepared By: CONFLUENCE 9 S. Linn St. Iowa City, IA 52240 mmmi SPECIFICATIONS FOR NORTHSIDE MARKETPLACE IMPROVEMENTS LINN STREET, FROM JEFFERSON STREET TO BLOOMINGTON STREET IOWA CITY, IOWA CONFLUENCE 9 SOUTH LINN STREET IOWA CITY, IOWA 52240 conFLUEncE �meao`;1 OF /0- 4p. •� % y" r � STEVE FORD •': , � � LANDSCAPE :� ARCHRECT N0.274 ; OA y I HEREBY CERTIFY THAT THE PORTION OF THIS DOCUMENT WAS PREPARED SY ME OR UNDER MY PERSONAL SUPERVISION, AND THAT I AM A DULY RM157ERED LANDSCAPE ARCHITECT UNDER THE LAWS OF THE STATE OF IOWA. STEVE FORD KWdA REGISTRATION 0274 DATE MY REGISTRATION DATE IS JUNE 3A, 2011 SHEETS COVERED BY THIS SEW_; N 0 _O Min � a I HEREBY CERTIFY THAT THE PORTION OF THIS DOCUMENT WAS PREPARED SY ME OR UNDER MY PERSONAL SUPERVISION, AND THAT I AM A DULY RM157ERED LANDSCAPE ARCHITECT UNDER THE LAWS OF THE STATE OF IOWA. STEVE FORD KWdA REGISTRATION 0274 DATE MY REGISTRATION DATE IS JUNE 3A, 2011 SHEETS COVERED BY THIS SEW_; TABLE OF CONTENTS NORTHSIDE MARKETPLACE IMPROVEMENTS LINN AVENUE FROM JEFFERSON STREET TO BLOOMINGTON STREET IOWA CITY, IOWA Title Page Certifications Table of Contents BIDDING REQUIREMENTS, CONTRACT FORMS: Noticeto Bidders ............................................................................................. ...........................AF Section 01025 Measurement and Payment ................. ............................... -1 Noteto Bidders ........................................................................................... ............................... Section 01310 Progress and Schedules ...................... ............................... NB -1 Formof Proposal ............................................................................................. ...........................FP -1 BidBond .......................................................................................................... ...........................BB -1 Formof Agreement ..................................................................................... ............................... AGA Performance and Payment Bond .................................................................... ............................PBA Storm Water Discharge Associated with Industrial Activity for Construction Activities ...... ..s ...SWA v rn CONDITIONS OF THE CONTRACT: �__f LO � :'... C-11 Contract Compliance (Anti- Discrimination Requirements) ................................ ...... - try,, .... General Conditions ................................................................. ............................... �rn ... GEM Supplementary Conditions ....................... X11 .... wL... SO Ln SPECIFICATIONS: PART 1 — GENERAL REQUIREMENTS Section 01010 Summary of the Work ........................... ............................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01090 Reference Standards ........................... ............................... 01090 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 PART 2 - SITE WORK Iowa Statewide Urban Specifications for Public Improvements Manual Not Bound Herein and Excluding HMA Paving, Water Mains and Appurtenances PART 3 — SUPPLEMENTAL SPECIFICATIONS Project Specifications Index ....... ............................... ..........................Index SP1 Demolition ................................................ ............................... SP -1 SP2Earthwork ....................................................... ............................... SP -2 SP3Sodding ....................................................... ............................... SP -3 SP4 Trees shrubs and ground covers .................... ............................... SP -4 SP5 Site Furnishings ........................................................................ SP 5-1 SP6 Concrete Reinforcing ......................... ........................................ SP6-1 SP7 Concrete Paving and Curbs .......................................................... SP7-1 SP8 Colored Concrete ....... ........... .................................................... SP8-1 SP9 Water Distribution ........................................................................ SP9-1 SPI 0 Hot Mix Asphalt Paving Bituminous Seal Coat and Milling ....... .......... SPIO-1 FO, C) ryl UU 'TI C-) rri U1 NOTICE TO BIDDERS Northside Marketplace Improvements Linn Street from Jefferson Street to Bloomington Street Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 17th day of March, 2011, and shall be received in the City Clerk's office no later than said date and time. Sealed proposals will be opened immediately thereafter by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat at 7:00 P.M. on the 22nd day of March, 2011, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to Linn Street: • Curb and gutter and utility replacement • Street overlay • Streetscape improvements including pcc walks, stamped integral colored pavement, benches, landscaping, bike racks and artistic features. Project includes: Miscellaneous demolition including 1,240 LF of curb, 5,809 SF of colored stamped concrete, 2,055 SY modified subbase 9,548 SF of standard PCC paving, Installation of 776 LF of water main, 586 tons of HMA overlay, markings and traffic control, 3,130 SF sod and 16 trees. Other site amenities include benches, tree grates and landscaping. All work is to be done in strict compliance with the plans and specifications prepared by Concluence of Iowa City, which has heretofore been approved by the City Council, and is 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 and post bond satisfactory to the City insuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of 0 0 rri D� Crna c� M s UI r- fTl ADVERTISEMENT FOR BIDS AF -1 the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, 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°/x) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor , and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: April 1'h. 2011 Completion Date: June 17"'. 2011 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 the Confluence, 9 South Linn Street, Iowa City, Iowa 52240, by bona fide bidders. A $50.00 deposit 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: Treasurer of the City of Iowa City, Iowa. " The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the contract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited. " 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 contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar N 0 o - -1= M E? p=i w �n r tj :a ra �o cn f ADVERTISEMENT FOR BIDS AF -2 amounts. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK N _o O --I C �r- m a cn M 0 ADVERTISEMENT FOR BIDS AF -3 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least4 days priorto 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 NOTE TO BIDDERS NB -1 N O _ ru - r `e rn A M NOTE TO BIDDERS NB -1 FORM OF PROPOSAL NORTHSIDE MARKETPLACE IMPROVEMENTS LINN STREET FROM JEFFERSON STREET TO BLOOMINGTON STREET NOTICE TO BIDDERS: PLEASE DO NOT USE THE BID FORM INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL FORM ARE INCLUDED WITH THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City - Civic Center 410 East Washington Street sc� �„, Iowa City, Iowa 52240 >Z-4 c� The undersigned bidder submits herewith bid security in the amount of c r- ; Y1 in accordance with the terms set forth in the "Project Specifications." - -M .n The undersigned bidder, having examined and determined the scopg of the - Contract Documents, hereby proposes to provide the required labor, services, materials and equiiSAent and to perform the Project as described in the Contract Documents, including Addenda _ and , and to do all work at the prices. 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. FORM OF PROPOSAL FP -1 WRTNSDEMARKETP ESTREETSCAPERPROMENZPROJECT- WATER MWICVERIAY DMe IiniM-1 1 SCHEDULE OF PRICES REM DESCRPIIQY lNR TOTAL IMRCOST EX E6DE0 PRCE DENEML 1.1 SIANEYSTAKNG LS 1 1.3 MOBLVATDN LS 1 DEMONTION 2.1 REMWEAM SALVAGEEXISTNOPARKNOMETERS EA 26 22 REMOVEANO SALVAGE EXSTNGLIGW POLES REMOVEANDSALVAGE EX67NOBENC ES EA 1 EA 2 2.4 REMOVEANDDJS O 50F EXSTNGTREES EA 4 26 REMOVEAMBALVAOETRABHRECEPTACLES EA 3 2A 2.7 REMOVEANDSALVAGE EXSTNGBKERACKS REMWESTOIEPLANIERCURB EA 2 LS 1 18 REMOVE PCCMTONE CURB lF 140 2.9 SAW LTANDREMOVEEXSTNSSTREETPAV 24' REMOVEANDSALVAGEBRDK AVERSYSTEM REMOVE EXSTNG FCC W"S SF 2400 2.10 SF 6060 211 SF 10960 2.12 REMOVE EXMTNGPCC ST CM HALLEY NORTH BLCCKALLEY CLEARNGAADORL M CCNTAMNATEDSOLD6POSgL LS 1 2.13 LS 1 2.14 TON 30 WATER MAIN 6 APPURTENANCES 6.1 WATERMA DPSN LP >T6 iN�� 52 WATER VALVE 3 N. EA 4 6.3 f RANTAWEMBLY EA 2 6.4 HYDRAWASSEMBLYREMOVAL EA 1 SS 9NX8NTAPPNGSLEEVE DP EA 1 CA 66 B N X8 N TAPPM SLEEVE DP EA 2 5.7 16NXSNTAPPNDSLEEVE DP EA 1 6.6 WATERMANFIRNGS LR 440 6.9 WATER MAN SERVICE SlU COPPER V WRH CURB STOP WATER MAN SERVICE STUB COPPER 14W CLRB STEP WATER MANSERVICE STUB 4' WATERMANREPAR EA 10 5.10 EA 1 5.11 EA 1 6.12 EA 2 5.13 WATERVALVE TMEW EA SFRUCTURES FOR SANITARYAND STORM SEWERS 8.f STRLGlLRE 1OPADAISTMEW PAVNO BO%OlR EA 4 62 REMWAL OF EXSTNSSMUCTURE EA 5 63 SANUARYSEWERMANDLE SW l EA 1 6.4 SEWERSERVDEADJ TMEW EA 2 6.6 MUSARYSEWETtWOTREPAR EA 2 66 STORMSEWERMANHOLESWAN EA 1 6.7 STORM SEWER WAKE SW601 EA 3 6.0 STORMSEWERWPXE MODFEDSWS01 EA 1 69 STORMSE7WFR IVRCPCLASS■ LF 30 6.10 STORMSEWER24'RCPCLASS6 lF 166 FORM OF PROPOSAL FP -2 STREETS AND RELATED WORK 7.1 PCC STAR YATH V P/C DOWNSPWIT EXTENSCN TO STORM SEWER LS 1 72 NSTALLTYPE2PCCPAVEMENT SF 2385 7.3 NSTALL6-PCCWAIK CLORED SF 8.897 7.4 MTALL V DEPTH COLORSTAMPED PAVEMENT SF 5809 7A NSTALL LCHTPCLE FOLB87ATCN EA 1 7A PS ALL PCC CUTE AM GUTTER U i 40 1.7 MMLWLCCATEDWHTPCLE(LSj LS 1 7.8 REPOTAUPARKMMETERSCEN EA 1 p 71 PIBTALLW" FEOSUBBASE BY 2065 T.10 DETECTABLE WARNNG PALE PANTED CAST RON SF 17 7.11 CLEANBPREPARATMOFBASE MLE 0.16 7.12 HMA 6URF PATCH TON 1.13 PAVEMENTMLLNO SY 3635 7.14 H$ IM EPAQ BASE 12' TON J40 7.15 HMA IM ESAL SURF W.M FRC TON 7.18 ASPHALTREMOVAL BY W 7.17 lNA REPAR BY 10 7.18 PAVEMENTBASEREPAR SY 680 7.19 FABRCATEAW WSTALLFLUAEPLATE LS I TRAFFIC CO .VTROL, SIGNALS AND UONRNO N B.1 PANIEOPAVTMARKDUTABLE ETA 13.40 82 ITWFC CONTROL LS 1 8.3 FLAGOER6 DAY 20 ITI SITE WORKANDUNDSCARM0 9.1 TOPSOL WCRTMO SPREAD CY BO 92 NSTALLTREEGRATES EA 1 g 93 NSTALLSTREETTREES EA 1 16 9.4 NSTAILSHRUBS PERENNMLSPND GROUFIDCOVER LS 1 �' 9.5 NSTALLMULCH CY p _ 9.6 HSTALLSCO SF 3130 9.7 NSTALLWBENCHES EA p 9.8 NSTALL4- BENCHES EA 2 9.90 RENSTALL EXSTNOBKESRACKS EA 2 9.10 NSTALLFEWMERACKS EA 6 9.11 NSTA LNEWASH T1Wl EA 1 9.12 CO TRUCTMEROSCNCONTRCL Le 1 9.19 ITREEPMTECTM EA 10 TOTAL BASE BID OF HEW: 3 FORM OF PROPOSAL FP -3 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, area as follows: NOTE: All subcontractors are subject to approval by City. The Owner reserves the right to accept or reject the Bid. The Owner intends to award a single contract which it deems to be in the best interests of the City. All Bidders shall submit a detailed "Schedule of Values" as described in the Instructions I%Bidders. 0 The undersigned bidder certifies that this proposal is made in good faith, and wiclihput collusion ff connection with any other person or persons bidding on the work. jam.- M The undersigned bidder states that this proposal is made in conformity with the CbtiftAct 155 cu and agrees that, in the event of any discrepancies or differences between anj�gnclitrDps o t " proposal and the Contract Documents prepared by the City of Iowa City, the (nbr sl�&ific al prevail. y vi FIRM: am (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) FORM OF PROPOSAL FP -4 :. k as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein Surety further promise and declare that these obligations administrators, and successors jointly and severally. This Principal submission of the accompanying bid, dated for the Northside Marketplace Improvements — Linn Street from Jefferson Street Bloomington Street provided. We as Principal and shall bind our heirs, executors, obligation is conditioned on the NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performingri,bor or furnishing materials in connection therewith, and shall in all other resp @5ts perzrm the Project, as agreed to by the City's acceptance of said Bid, D n m °1 j then this obligation shall be void. Otherwise this obligation shall remain in fulld'o" and eff� rrd provided that the liability of the Surety for any and all claims hereunder shall, in erii -exc d the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall b6f6rfeited to Owner in the event that the Principal fails to execute the contract and proviEt'e theliond, as provided in the Project specifications or as required by law. 01 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 day of . A.D., Witness Principal By (Title) (Seal) Surety Witness (Attorney -in -fact) {Attach Power -of Attorney) BID BOND 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, specification forms for proposal and bid documents dated the day of. 20 , for the Northside Marketplace Improvements - Linn Street from Jefferson Street to Bloomington Street, 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: The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. N This Agreement consists of the following component gerts �ich are incorporated herein by reference: C) _71 'n 6-1 W a. Addenda Numbers C-)-< -f r- b. "Iowa Statewide Urban Specifications for Public Improvecnerif N%ual'© «t C. "Standard Specifications for Highway and Bridge ConsG`�action '?Series of 2009, Iowa Department of Transportation, as amended; cn d. Plans; e. Specifications and Supplementary Conditions; f. Advertisement for Bids; g. Note to Bidders; h. Performance and Payment Bond; i. Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; Contract Compliance Program (Anti- Discrimination Requirements); k. Form of Proposal and Bid Documents 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. FORM OF AGREEMENT AG -1 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): (Title) City Clerk (Company Official) APPROVED BY: City Attorney's Office FORM OF AGREEMENT AG- 2 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this day of N OWNER: CONTRACTOR: o — City of Iowa Citv +—ea B BY �� =tc� — r (Title) 9 Mayor — m ATTEST: ATTEST: (Title) City Clerk (Company Official) APPROVED BY: City Attorney's Office FORM OF AGREEMENT AG- 2 PERFORMANCE AND PAYMENT BOND as (Here insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (Here 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 ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. N d WHEREAS, Contractor has, as of entered inga = (date) °=c) rn written Agreement with Owner for the Northside Marketplace Improvements – LirgS ect1 Jefferson Street to Bloomington Street; and f— WHEREAS, the Agreement requires execution of this Performance and a on be completed by Contractor, in accordance with plans and specifications prepat�y f e Cilo Iowa City, which Agreement is by reference made a part hereof, and the agr�d -upon work is hereafter referred to as the Project. rn 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 determination 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 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. PERFORMANCE AND PAYMENT BOND PB -1 C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, 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 DAY OF IN THE PRESENCE OF: Witness 0 o = (Principaq� (Title) (Surety) Witness (Title) (Address) PERFORMANCE AND PAYMENT BOND PB- 2 City County Storm Water Discharge Associated With Industrial Activity For Construction Activities Project Project Number Certification Statement "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co- permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the identified site. As a co- permittee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollutiori prevention plan developed under this NPDES permit and the terms of this NPDES permit "E - D�, Name Type, Stamp or Print Legibly r- r_i a Title Company Name Address Telephone Number Signed By Date (president, vice - president, general partner of proprietor) STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL SW -1 ACTIVITY FOR CONSTRUCTION ACTIVITY CoIJll�rr(CQc " t" C « rrili� pHV,,)j n ce Program N 0 c� rn -Gr' r• rTl ri CITY OF IOWA CITY M 0 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: 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 cthe CQZCode. 3. Contracting departments are responsible for assuring that City contra&R , v5tdors consultants are made aware of the City's Contract Compliance arr6gratn reporting responsibilities and receive the appropriate reporting forms. A notification of�r�irements,� be included in any request for proposal and notice of bids. c� a 4. Prior to execution of the contract, the completed and signed Assurance ofZompliaince (located on pages CC -2 and CC -3) or other required material must be received and approveel,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. CONTRACT COMPLIANCE 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 sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. N 3. Provide a copy of your written Equal Employment Opportunity policy sotemeff <i rn 1 Where is this statement posted? v_: co F-- c� 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, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CONTRACT COMPLIANCE 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 N O v ' _() Ti n1 r �< m m CONTRACT COMPLIANCE CC -3 SECTION 111 - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES C�Z�]uIfL1►1'�Zi7�C�1 Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can Indone by identifying yourself on all recruitment advertising as "an equal opportunitumplowe'. (b) Use recruitment sources that are likely to yield diverse applicant pools. \02pf &uth recruitment will only perpetuate the current composition of your workforoe)8end recruitment sources a letter annually which reaffirms your commitment to-roal " r employment opportunity and requests their assistance in helping you realhmliveme M applicant pools. s io (c) Analyze and review your company's recruitment procedures to identify eliminate discriminatory barriers. Q1 (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. CONTRACT COMPLIANCE CC -4 i r • rams a City of 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. Plea 0 note that the protected characteristics include some not mandated for prafction 4F °=f7 Federal or State law. As a contractor, consultant or vendor doing businesiA mth tob City of Iowa City you are required to abide by the provisions of the local Q— Wnce -in r conjunction with your performance under a contract with the City. �r Z M m CONTRACT COMPLIANCE CC-5 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. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member In the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2 -3.1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof . to directly or indirectly adver- tise or in any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) N 0 D. Employment policies relating to preg- nancy and chlidbirt $iAll IRgovdrnd by the following: ! 1. A written or unw(t{�n empio�tggpt policy or practice whf 0) de tffFddmm employment appliaatJ o,_1u f s because of the employee's- pregnancy Is a prima facie violation yPhis Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job - related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 Iowa City 2 -3 -1 2 -3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor 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 this subsection do not apply if 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 Human 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. 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 tide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 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 shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service W the person of the employerar meters of the employer's familyA:- > n cM 5. To employ on`h1-* ba §is ofi%Tx in those certain instas where is a bona fide occugatiana� qua fi tion reasonably neceoRy to the Mmal operation of a p�ticuI - business or enterprise. The bona fidpccupational 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 occupational qualification shall be Interpreted narrowly. (Ord. 94 -3647, 11 -6 -1994) GENERAL CONDITIONS Division 1, General Requirements and Covenants of the Iowa Statewide Urban Specifications for Public Improvements Manual shall apply except as amended in the Supplementary Conditions, N O d � D� C-) i rn s u� Q GENERAL CONDITIONS GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Construction Stakes S -3 Compliance with OSHA Regulations S -4 Insurance 3-5 Concerning Subcontractors, Suppliers and Others S -6 Work on Sundays or Legal Holidays S -7 Supervision and Superintendence S -8 Employment Practices S -9 Contract Compliance Program (Anti- Discrimination Requirements) S -10 Measurement and Payment S -11 Taxes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects c� Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 1 of the lowa99at ewide Urban Specifications for Public Improvements Manual, as amended and other provisionk the,Contr Documents. All provisions which are not so amended or supplemented remain 11 f6fce ;md: effect. 1-0 °J Y r cn S -1 DEFINITIONS. ADD to or CHANGE the following definitions within section 1010 of the Iowa Statewide Urban Specifications for Public Improvements Manual: "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 2009, as amended. S -2 CONSTRUCTION STAKING. Replace item B of section 1050, paragraph 1. Public Improvements Manual with the following SUPPLEMENTAL REGULATIONS 10 of the Iowa Statewide Urban Specifications for SC -1 The Contractor shall be responsible for providing construction staking for the project. Survey stakes (including control points) inadvertently disturbed or removed during the course of construction shall be replaced at the contractor's expense. S -3 COMPLIANCE WITH OSHA REGULATIONS. Add the following to section 1070, paragraph 2.02 of the Iowa Statewide Urban Specifications for Public Improvements Manual: 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 orb and does not relieve the contractor of any obligations for compliance with applicable OSFL%and .State laws regarding hazardous chemicals and right -to- know. °'c) m S -4 INSURANCE. �r A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION o m'� Va 1. Before commencing work, the Contractor shall submit to the City for 3pproval 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: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit SUPPLEMENTAL REGULATIONS SC-2 Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 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 defuse costs incurred by Contractor's insurer. ° 2. The entire amount of the Contractor's liability insurance policy coverWTAimw shall 156 payable by the Contractor's insurer, with no deductible to be paid q,-dr self -ins t retention to be attributed to, the Contractor unless this requirements��,�yaived by e City. Contractor's Certificate of Insurance must set forth the nature an'&amcKrt of 14 such deductible or self- insured retention. o A 3. If Contractor's liability insurance coverage is subject to any special excEsions 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. SUPPLEMENTAL REGULATIONS SC -3 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 subject to any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 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. 4 7. In the event that any of the policies or insurance coverage identifies Certificate of Insurance are canceled or modified, the City may in it2 suspend Contractor's operations or activities under this Contract, � Contract, and withhold payment for work performed on the Contract. - C. HOLD HARMLESS 0 y ubate arts M w 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 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 -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to section 1080, paragraph 1.01 of the Iowa Statewide Urban Specifications for Public Improvements Manual: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. SUPPLEMENTAL REGULATIONS SC -4 If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 WORK ON SUNDAYS OR LEGAL HOLIDAYS. Amend section 1080, paragraph 1.07 of the Iowa Statewide Urban Specifications for Public Improvements Manual as follows: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays, or June 3 r — 51' 2011, without specific permission of the ENGINEER S -7 SUPERVISION AND SUPERINTENDENCE. Add the following to section 1080, paragraph 1.10 of the Iowa Statewide Urban Specifications for Public Improvements Manual: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur atfer hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging serfte of this individual. C? _ �� co S -8 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person w'_w$e gysiclllG mental condition is such that his /her employment will endanger the health and ofet- of tgert� selves or others employed on the project. Y Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, 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 -9 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 -10 MEASUREMENT AND PAYMENT. SUPPLEMENTAL REGULATIONS SC -5 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 Iowa Statewide Urban Specifications for Public Improvements Manual, S -11 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 -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. Note: that these requirements involve only highway projects not funded with Federal monies. N O -1 C-) -- .<r m � Y _ J v M 0 SUPPLEMENTAL REGULATIONS SC -6 SECTION 01010 SUMMARY OF WORK PART1 GENERAL General description, not all inclusive: Phase 9 — Improvements between Market Street and Bloomington Street 1. Close Linn Street from Market Street to Bloomington Street 2. Remove curb and paving as shown in plans and specifications. 3. Install water main 4. Repair sanitary sewer 5. Install storm sewer 6. Replace pcc curb and gutter and install pavement patching over water main. 7. Construct improvements between back of curb and ROW line, maintaining pedestrian access to residences and businesses. 8. Remove temporary traffic control Phase 2 — Improvements between Jefferson and Market Street— West Side 1. Close the west side of Linn St from Jefferson to Market Street, and switch two lane traffic to the east side pavement. �? 2. Remove curb and paving as shown in plans and specificationEP. . 3. Install water main Vie{ w 4. Replace pcc curb and gutter and install pavement patching ovetiwdter,main. 5. Construct improvements between back of curb and ROV\PkTe rttdintai�ing pedestrian access to residences and businesses. F� a T lj 6. Remove temporary traffic control from the east side of the stree4. f7/ase s — Irnproyerrieflao peLWeerl ✓ell ul burl aflu Iyialflel Jl /Ctll — cabs 321uu 1. Close the east side of Linn St from Jefferson to Market Street, and switch two lane traffic to the west side pavement. 2. Remove curb and paving as shown in plans and specifications. 3. Complete Storm sewer repair 4. Replace pcc curb and gutter 5. Construct improvements between back of curb and ROW line, maintaining pedestrian access to residences and businesses. 6. Remove temporary traffic control from the east side of the street. Phase 4 — Linn Street Resurfacing between Jefferson Street and Bloomington Street 1. Mill existing pavement for entire width of street section using flaggers to maintain one lane of through traffic. 2. Install HMA overlay for entire width of street section using flagger to maintain one lane of through traffic. 3. Install permanent pavement markings and permanent traffic signing. 4. Remove all temporary traffic control and open Linn Street from Jefferson Street to Bloomington Street. END OF SECTION 01010 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS: 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 OF PAYMENT: 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,som any unforeseen difficulties which may be encountered during the execution ofte work and up to the time of acceptance. C; -., ?� =s coo B. Construction items may be bid as a lump sum or as itemized WMk< which wil paid on a unit cost basis. In either case, some work may be reed for whi a separate pay item is not provided. Completion of this work is regQ&di If epamt pay item is not provided for this work, it is to be considered inciclAAR to i i- pr t and no separate payment will be made. PART 2- PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall 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 at the time of next monthly payment or 30 days after the project is accepted by the City Council, which ever is sooner. This is provided that no claims against the project have been filed within 30 days of project acceptance. Chapter 38 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: Division 1 -General 1.1 Construction Staking (LS) - This item will be measured and paid for at the lump sum contract price. This payment shall be full compensation for the survey work required for the project. Partial payments will be based on the estimate of survey work completed. Final payment will be made at the time the survey books are submitted to the Engineer. 1.2 Mobilization (LS) - Mobilization shall consist of preparatory work and operations 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; bonds and insurance; and for the establishment of all offices, buildings, and other facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall include demobilization costs. Nothing herein shall be construed to limit or preclude partial payments otherwise provided for by the contract. o o The proposal will have a lump sum item for Mobilization; The Ri der-" indicate his bid price in dollars, and this will be the contract pr§- tl W item.. 1. Partial Payments. C-3 1 r- a. The Mobilization pay item shall not exceed five gprcgnnt of t construction costs. a::o s b. 50 percent of the original contract price for this iteT fray me pa the first payment application. The remainder of thissifem may be paid in the second and third payments (25 percent each). c. Payment for mobilization will not be made until a construction schedule and construction erosion control plan are submitted and approved. 2. Full Payment. Upon completion of all work on the project required by the contract, full payment will be made for this contract item, including any amount not paid as a partial payment. Division 2 - Demolition 2.1 Remove and Salvage Parking Meters (EA) - The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove, salvage and reinstall existing parking meters as identified in the contract documents. 2.2 Remove, and Salvage Light Poles (EA) - The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove, and reinstall salvage existing light pole as identified in the contract documents. 2.3 Remove and Salvage Existing Benches (EA) - The unit price shall be full 01025-2 compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove and salvage and return to owner existing benches as identified in the contract documents. 2.4 Remove and Dispose of Existing Trees (EA) — The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove and dispose of existing trees as identified in the contract documents. 2.5 Remove and Salvage Trash Receptacles (EA) — The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove and salvage existing trash receptacles as identified in the contract documents. 2.6 Remove and Salvage Bike Racks (EA) — The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove and salvage existing bike racks as identified in the contract documents. 2.7 Remove Stone Planter Curb (LS) — The lump sum price shall be full compensation for furnishing all equipment, materials, labor 4t other miscellaneous related work required to properly remove depose =existing Stone Planter Curb as identified in the contract documents. *c-� m W °� n� 2.8 Remove PCC /Stone Curb (LF) — The unit price shall be fulF pedsatiofM furnishing all equipment, materials, labor and other miscellartettas related required to properly remove existing PCC /Stone curb. Curb ralapera shall conform to the construction phasing as noted on the pla_ as®the approved or directed by the Engineer. Additional effort requirll for this purpose is considered incidental. "i 2.9 Sawcut and Remove Existing Street Paving (SF) — The unit price for this item includes removal and disposal of existing street paving. Saw cuts, hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 2.10 Remove and Salvage Brick Paver System (SF) — The unit price for this item includes removal and disposal of existing brick paver system. Hauling and disposal of waste materials shall be incidental. Removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 2.11 Remove Existing PCC Walks (SF) — The unit price for this item includes removal and disposal of Portland Cement Concrete. Saw cuts, hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or 01025-3 directed by the Engineer. Additional effort required for this purpose is considered incidental. 2.12 Remove PCC stair, alley pavement adjacent the church; alley pavement west side of the north block (LS) — The lump sum price for this item includes removal and disposal of Portland cement concrete stairs at the church, alley pavement including brick pavers as indicated on the drawings. Saw cuts, hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing as noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 2.13 Clearing and Grubbing (LS) — This item will be measured and paid for at the lump sum contract price. This payment shall include all work required to cut, remove and dispose of roots, vegetation and rubbish within the construction limits as directed by the Engineer. There will be no burning or burying allowed on the site. Wood chips shall be hauled off site. Partial payments will be based on the estimate of Clearing and Grubbing Completed. N 2.14 Contaminated Soil Disposal, (TON) - The unit price shall be ful conA%nsation for each TON of contaminated soil transported and dump t t4A landfi, Excavated soil containing more than 10 1 of hydr i onpwill t}d transported to the Iowa City Landfill or other approved site-fer, disposal . transported to the Iowa City landfill, a tipping fee of $43.50 pFMIM w7if be ai by the Contractor. =gym fi b Division 5 —Water Main J 5.1 Water Main, DIP, 8 in. (LF) - The unit price shall be full compensation for furnishing all materials and labor for installing water main pipe and appurtenances of the given type and diameter. Includes trench excavation, sheeting and shoring, dewatering, bedding, backfill, compacting, gaskets, bolts, polyethylene encasement, tracer wire and other miscellaneous related work including testing. Also includes restrained joint pipe as specified on plans. Contractor shall provide and install Nitrile gaskets incidental to this item 5.2 Water Valve, DIP, 8 IN (EA) - The unit price for this item includes installation of new ductile iron 8" water valves as indicated in plans. Contractor shall provide and install Nitrile gaskets incidental to this item. 5.3 Hydrant Assembly (EA) - The unit price shall be full compensation for furnishing all materials and labor for installing hydrants and appurtenances as shown on plans. Includes bedding, concrete blocking, piping from the main to the hydrant, tie rods, bolts, tee, isolation valve and valve box, tracer wire, tracer wire terminal box, polyethylene sheeting /encasement and any extensions if required. Contractor shall provide and install Nitrile gaskets incidental to this item. 01025-4 5.4 Hydrant Assembly Removal (EA) - The unit price shall be full compensation for furnishing all materials and labor for removal of a fire hydrant and appurtenances including but not limited to; bedding, concrete blocking, piping from isolation valve to hydrant, hydrant, tie rods, bolts, isolation valve, valve box, tracer wire, tracer wire terminal box, polyethylene sheeting /encasement and any extensions if required. Item also includes capping existing water main as needed following removals. Upon removing hydrant, Contractor shall protect and offer back to the City of Iowa City following removal. City shall have first right of refusal following removal of hydrant. Contractor shall dispose of hydrant not reclaimed by the City. 5.5 8 IN x 6 IN Tapping Sleeve, Stainless Steel (EA) 5.6 8 IN x 8 IN Tapping Sleeve, Stainless Steel (EA) 5.7 16 IN x 8 IN Tapping Sleeve, DIP Full Body (EA) The unit price shall be full compensation for furnishing all materials and labor for installing tapping sleeve and appurtenances of given type and size. Item includes bedding, concrete blocking, gland rings, gaskets, tie rods, bolts, valve box and lid, and extension if required. Contractor shall provide and in%gll Nitrile gaskets incidental to this item. — ° .� 5.8 Water Main Fittings (LBS) – The unit price shall be full 9&MerQtion fbr' furnishing all materials and labor for installing water rnairK fittings appurtenances of give type and size. Gaskets, gland rings SAP.olfs are included in the weight and are considered incidental to the fittimll.oTheLvVeight 94 a fitting is defined by the specified weight of the AWWA C1401g15vitting manufacturers equivalent standard. Contractor shall provided ins all Nitrile gaskets incidental to this item. ..1 This item is to be used only to provide adjustment of water main alignment or profile in the event that obstructions are encountered (luring installation of new water main. 5.9 Water Main Service Stub, Copper 1" With Curb Stop 5.10 Water Main Service Stub, Copper 1 1/2" With Curb Stop (EA) – The unit price shall be full compensation for furnishing all materials and labor for installing new copper service, curb stop, and all fittings and appurtenances required to install and reconnect new water service of the given type and size from the new main to a point at or near the existing service curb stop. Coordination and completion of night work beyond standard working hours will be required to complete night shutdowns to make some service connections. Additional payment will not be made for night shutdown work or for installation of services which are required to be installed by boring to cross Linn Street. Contractor shall provide and install Nitrile gaskets incidental to service saddles included in this item. Contractor shall be responsible for obtaining tapping permit through the Iowa City Water Department for each service tap. Tapping permit fee will be waived for this work. 01025-5 5.11 Water Main Service Stub, 4" (EA) - The unit price shall be full compensation for furnishing all materials and labor for installing new ductile iron service, and all fittings and appurtenances required to reinstall and reconnect new water service. Item shall include all materials, and labor for installation of (1) - 8 "x4" MJ Tee and (1) - 4" DIP valve for 4" water service as indicated in plans or tabulation. No additional payment will be made for these items. Contractor shall provide and install Nitrile gaskets incidental to this item. 5.12 Water Main Repair (EA) - The unit price for this item includes work as noted as required to disconnect, separate, and abandon existing water main at locations as indicated on plans. The contractor shall provide and install at no additional cost as a part of this item traffic control, sawing and pavement removal, new water main piping, repair sleeves, and water main caps and plugs as necessary to repair existing water main and abandon existing main at location as shown in plans, installation and compaction of backfill. Final surfacing area will be paid for under Pavement Base Repair and HMA Base and HMA surfacing items. Contractor shall coordinate with City of Iowa City water department to provide acceptance testing of each repair. Additional items listed below per location shall be considered incidental to this item. Contractor shall provide and install Nitrile gaskets incidental to items installed with this work. N 0 o Repair work at Jefferson Street shall include all work necesi ;q tororomp the repair as indicated per actual connection configuration and9bcgion!- �-- --in If configuration includes (1) 6" x 6" CROSS �M M • REMOVE and dispose of cross c5-;2 • INSTALL new section of water main with (2) repairTfeeves„_ • INSTALL 6" DIP Valve -j • Cap abandoned main (north) Contractor shall remove Hydrant on the south side of Jefferson Street with this configuration. Removal of Hydrant, Pavement Base repair will be paid separately under applicable items. If configuration includes (2) 8 "x 6" Tees • REMOVE east tee (for abandoned main) • INSTALL new section of water main with (2) repair sleeves • INSTALL 6" DIP Valve • Cap abandoned main (north) • West Tee and Hydrant run to the south side of Jefferson Street to remain with this configuration Repair work at Market Street shall include work as noted - (1) 8" x 6" CROSS • REMOVE and dispose of cross • INSTALL new 8" DIP water main with (2) repair sleeves • INSTALL new 8" DIP Valve 01025-6 • Cap abandoned main (north and south) Repair work at Bloomington Street shall include work as noted — (1) 6" x4" CROSS • REMOVE and dispose of cross • INSTALL new 6 "x4" MJ Tee with (3) repair sleeves • INSTALL new 6" DIP Valve • Cap abandoned main (south) 5.13 Water Valve Adjustment (EA) - The unit price for this item shall constitute full payment for all labor, material, including and equipment to adjust the water valves to the final paved surface elevation. New valve adjustment_ rings will be provided by the City where deemed necessary by the Engineer. N Cf Adjustment for valves to abandoned main shall include remoa of vtze box to below brick surface. Adjustment rings shall not be instaWon rvalves abandoned main. r- �r m � m Division 6 — Structures for Sanitary and Storm Sewers o� x p 6.1 Structure Top Adjustment, Paving Boxout (EA) - The unit pricAor thisitPm shall constitute full payment for all labor, material, including concrete, and equipment to adjust sanitary or storm sewer manhole to the final surface elevation in paved areas. This work shall include providing a P.C. concrete base and 6'x6' boxcut around each adjusted casting. No extra compensation shall be allowed for any additional work on the upper portions of the manhole to bring the castings to final grade. The Contractor will be responsible for providing and installing new castings with City of Iowa City logo to replace the old castings 6.2 Removal of Existing Structure (EA) - The unit price for this item will be paid based on the full removal of each sanitary or storm sewer structure as indicated to be removed. Work includes sawing, removal and disposal of pavement, excavation, demolition, removal, disposal of debris and supply, placement and compaction of specified backfill. Pipe lengths needed to be removed and replaced in conjunction with structure removal shall be considered incidental. 6.3 Sanitary Sewer Manhole, SW -301 (EA) - The unit price shall be full compensation for furnishing all materials and labor for constructing manholes of the given type including new casting frame and lid with City of Iowa City logo , concrete fillet, excavation, sheeting and shoring, dewatering, bedding, backfill, compacting, replacement of existing sewer main connection and required Fernco connections, and other miscellaneous related work. 6.4 Sewer Service Adjustment (EA) — The unit price shall be full compensation for furnishing all materials and labor for redirecting existing sanitary sewer services in the event of service line conflict. Item includes SDR 23.5, schedule 26 piping, bends and fernco connections, and other miscellaneous related work for each service adjustment as needed during water main installation. The length 01025-7 of service adjustment will not be measured separately This item is to be used only to provide adjustment of sanitary sewer service profile in the event that a conflict occurs between the new water main and existing service lines at unknown depths. 6.5 Sanitary Sewer Spot Repair (EA) - The unit price shall be full compensation for furnishing all materials and labor for sawing and removal of existing 10" sanitary sewer and Wye sections and installation of new 10" Truss Pipe at required length, with Fernco connections to replace Wye section removed. Also included in this item is disposal of removed sanitary sewer piping, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. 6.6 Storm Sewer Manhole, SW -401 (EA) - The unit price shall be full compensation for furnishing all materials and labor for constructing manholes of the given type including new casting frame and lid with City of Iowa City logo, Work shall include but not limited to pavement or brick removal and disposal, incidental pipe removal, excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. o i� Manhole installation shall include supply and installation of (1}:OctipR of ductile iron pipe to serve as outlet pipe of structure and Fern' ��bniTction -fo- connect 24" DIP outlet to existing 24" clay pipe. = a c . i 6.7 Storm Sewer Intake, SW -501 (EA) �� �' c M 6.8 Storm Sewer Intake, Modified SW -501 (EA) - The unit pie shall -be full compensation for furnishing all materials and labor for constructing manholes of the given type including new casting frame and lid with City of Iowa City logo, Work shall include but not limited to pavement or brick removal and disposal, excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. Work shall include as an incidental item, removal of water main sections as needed and installation of plugs at crossing of abandoned water main. Intakes shall be cast in place unless otherwise approved by engineer. 6.9 Sewer, Storm, RCP Class III, 15 (LF) 6.10 Sewer, Storm, RCP Class III, 24 (LF) — The unit price shall be full compensation for furnishing all materials and labor for installing storm sewer pipe and appurtenances of the given type and diameter. Item includes pavement removal, removal and disposal of existing 24" Clay pipe, trench excavation, sheeting and shoring, dewatering, bedding, trench backfill, compacting and other miscellaneous related work. The length of pipe installed shall be measured along centerline of pipe from inside wall to inside wall of structures. Division 7 — Streets and Related Work 7.1 PCC Stair with 5" PVC and PVC downspout extension to storm sewer at St. Mary's Church (LS) — The lump sum price shall be full compensation for 01025-8 furnishing all materials, labor and equipment necessary for placement of the Portland Cement Concrete stair, ramp, PVC drain extension under steps and PVC roof downspout extension with connection to the storm sewer at the intersection of Linn St, and Jefferson St. Included with this item are the mix design, trenching, subgrade preparation and compaction, subgrade treatments, forming, jointing and backfilling at form lines. 7.2 Install PCC Type 2 Pavement (SF) — The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the placement of Portland Cement Concrete type 2 for all alley and drive areas as specified. Included with this item are the mix design, subgrade preparation and compaction, subgrade treatments, forming, jointing and backfilling at form lines. 7.3 Install 6" PCC Walk (non - colored) (SF) — The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the Portland Cement Concrete sidewalk to the depth as specified. Included with this item are the mix design, subgrade preparation and compaction, subgrade treatments, forming, jointing, and backfilling at form lines. Reinstallation of salvaged brick pavers as specified shall be incidental. 7.4 Install 6" Depth Color Stamped Pavement (SF) — The unit price shil be full compensation for furnishing all materials, labor and equipm�t ec sary L, placement of the Portland Cement Concrete sidewalk to the dgj t . p4orn, arid' color as specified. Included with this item are the mix design, subgr preparation and compaction, subgrade treatments, forming, ing, join n and backfilling at form lines. Stamps are to remain the prop_ Cit Iowa City. o.:737 w 7.5 Install Light Pole Foundation (EA) — The unit price shall be full omperWption for furnishing all materials, labor and equipment necessary for placement of new light pole foundations a as specified in the plans. Included with this item are the mix design, subgrade preparation and compaction, subgrade treatments, forming, and backfilling at form lines. 7.6 Install PCC Curb and Gutter (LF) — The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the Portland Cement Concrete curb at specified widths and thickness. Included with this item are overexcavation of subbase, mix design, excavation required for placement of curb and gutter, forming and reinforcement, supply, placement and finishing of concrete, curing, jointing and joint sealing, and backfilling. 7.7 Installation of Relocated Light Pole (LS) — The lump sum price shall be full compensation for furnishing all materials, labor and equipment necessary for relocating an existing light pole. Included with this item are concrete base, pole and luminaire /arm relocation, accessories, wiring and backfill. 7.8 Reinstall Parking Meters (EA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the re- installation of new bike racks as specified. All fasteners and connectors shall be considered incidental to the unit price. 01025-9 7.9 Install 6" modified subbase (SY) The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for excavation and placement of the modified subbase to the depth as specified. This includes all type 1 pavement both colored and non - colored as well as type 2 pavement. Included with this item is all work required to provide placement of specified material, including overexcavation, finish grading and compaction of surface to required elevations. Installed modified subbase material shall meet the requirements of Sections 2115, and 4123 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. 4.9 7.10 Detectable Warning Panel (SF) - Detectable warning panels shall consist of ADA compliant panels. The unit price for this item will be based on the number of square feet of detectable warning panels installed. This item includes all materials, work, and equipment necessary to install detectable warning panel to ADA standards. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, or equivalent. 7.11 Cleaning & Preparation of Base (MILE) - The unit price for this ilgr shall constitute full payment for labor, material, and equipment to q9n and:prepare the base per lane mile for the full width of the pavement in z£cord4e wit IDOT Standard Specifications Section 2212.04A. The City's$t�_ t Spieepicig. crew and equipment will be available to aid the Contractor wage s6epir' operation prior to cleaning each street, on a one -time basis only <r a M 7.12 HMA Surface Patch (TON) - The unit price for this item sh9:Uon&Wute 10 payment for all labor, materials, and equipment for the repair7bf existing base deficiencies including surface sweeping and cleaning and minor partidl depth HMA surface repair prior to placement of the asphalt base. 7.13 Pavement Milling (SY) - The unit price for this item shall constitute full payment for all labor, material, and equipment to remove by milling and dispose of the entire depth of asphalt down to a clean existing street, PCC or brick surface. Asphalt millings will remain the property of the City and shall be delivered by the contractor to a site designated by the City. Temporary asphalt fillets are incidental to this item. 7.14 HMA (1 M ESAL), Base '/" (TON) - The unit price (tons) for these items shall constitute full payment for all labor, materials, and equipment for construction of the base course. Adjusting structures in the pavement shall be incidental to these items unless specifically listed as a bid item. Binder, Tack coat, and quality control management shall be incidental to this item. 7.15 HMA (1M ESAL), Surface %2', No Friction (TON) - The unit price (tons) for these items shall constitute full payment for all labor, materials, and equipment 01025-10 for construction of the HMA surface course. Adjusting structures in the pavement shall be incidental to these items unless specifically listed as a bid item. Binder. Tack coat and quality control management shall be incidental to this item. 7.16 Asphalt Removal (SY) -The unit price for this item (square yards) shall constitute full payment for all labor, material, and equipment for removal and disposal of existing asphalt removed at intersections to tie into existing street grades or other miscellaneous areas. Sawing of asphalt shall be incidental to this item. Asphalt removal by milling will not be included in this item. 7.17 HMA Repair (SY) - The unit price for this item (square yards) shall constitute full payment for all labor, material, and equipment to remove and dispose of hot mix asphalt or brick, and any unsuitable subbase, replace and compact aggregate subbase, and replace HMA Concrete to the level and thickness of the asphalt base or brick with base. Sawing asphalt and tack shall be incidental to this item. Any brick removed under item shall be delivered to City Street department stockpile for salvage or disposed of at the Engineers disobtion. n 7.18 Pavement Base Repair, (SY) – This item is included g pi&ide -i compensation for furnishing all materials, labor and equipmkrChec1fssari7 placement of Portland Cement Concrete street pavement tAing -to th 6" p depth as specified in the contract documents over areas -.oM tg� ma r(� sanitary, storm sewer or utility repair. – -; Included as an incidental cost is the removal and proper did�3osal of-existing pavements (existing bricks shall be salvaged and offered back to theZity), mix design, excavation required for placement, forming and reinforcement, supply, placement and finishing of concrete, curing, jointing and joint sealing, and backfilling and protection. Also included in this item is any additional saw cut required in separate patch areas, remove, and dispose of concrete and any unsuitable subbase, replace and compact aggregate subbase, and replace P.C. Concrete to the level and thickness of abutting concrete using M -3 mix or M Mix with calcium chloride as specified. Doweling will be required as per Iowa DOT Standard Road Plan RH- 50 and RH -51. Any pavement that is outside of the designated patching width and location that is damaged by the Contractor during removal of the existing concrete shall be replaced, at the expense of the Contractor, to the Project Engineer's satisfaction. As an incidental cost to this item, Contractor will be required to provide and install 3" of temporary asphalt surfacing to cover the patch area until final surfacing is completed in the roadway area. 7.19 Fabricate and Install Flume Plate (I-S) - The lump sum price shall be full compensation for furnishing all materials, labor and equipment necessary for 01025-11 the installation of flume plate as specified. All fasteners and connectors shall be considered incidental to the unit price. Division 8 — Traffic Control, Signals and Lighting 8.1 Painted Pavement Markings, Durable (STA) - The unit prices for these items will be paid based on the number of stations installed based on a 4 -inch width placed. The payment shall be full compensation for surface preparation, application of durable markings and beads, and for furnishing all materials, equipment, and labor. Durable pavement markings shall be in accordance to the Iowa D.O.T. Materials IM 483.04 and Standard Specifications 252 8.2 Traffic Control (LS) - The lump sum price shall be full compensation for furnishing all materials, labor and equipment necessary to control traffic during construction. This item includes furnishing, installing, maintaining, moving, and relocating all traffic control devices including barricades, drums, lights, standard signs, flaggers, and uniformed officers. Partial payment for traffic control will be based on the estimated percentage of work completed at the time of submittal of the application for payment. Final payment will be made upon completion of all work on the project required by the contract; full payment will be made for this contract item, including aq amount not paid as a partial payment. o _ n -n 8.3 Flaggers (DAY) - The Engineer will count the number of days�ga flQer yT used. C-)'< ' r For flaggers to be counted: M m s �n a. The flaggers must be needed and used as part of prei�ianned'Work that is started that day and is intended to proceed for major part of,the day. If used less than four hours, the flagger will be counted as a half -day. b. Other flaggers must be needed and used for at least one hour during the day, perhaps intermittently, and this must be the primary duty of that employee. If used less than four hours, the flagger will be counted as a half -day. Short time, emergency, or relief assignment of employees to flagging operations will not be counted separately. For the number of days each flagger was used, the Contractor will be paid the predetermined contract unit price per day. Division 9 — Exterior Improvements 9.1 Planting Soil, Import and Spread for sod and Landscaping beds(CY) — Refer to current version of the Iowa Statewide Urban Specifications for Public Improvements Manual. Payment will be based on plan quantity. Offsite disposal of excess material will not be paid for separately, but shall be considered incidental to this item. 01025-12 9.2 Install Tree Grates (EA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the placement of new tree grates as specified. Overexcavation, is included with this item. Note that there are two different sizes of tree grates - 2 @ 4' x 9' and the remaining at 4'x 12'. 9.3 Install Street Trees (EA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the placement of new trees as specified. Manufactured soil mix, is included with this item. 9.4 Install Shrubs, Perennials and groundcover (LS) — The lump sum price shall be full compensation for furnishing all materials labor and equipment necessary for the placement of new perennials and groundcover as specified. Manufactured soil mix, is included with this item. 9.5 Mulch (CY) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the placement mulch as specified. 9.6 Install Sod (SF) - The unit price for this item will be for the square feet of sod as indicated in the plans and specifications. Furnishing, delivery,�Jtorage, preparation, planting, watering, fertilizing, and all upkeep spee"Ti ed are included with this item. n -n "n D.. _; W 9.7 Install 6' Benches (EA) - The unit price shall be full compensaAPejor furnishFg all materials, labor and equipment necessary for the instabftn $f the benches as specified. All fasteners and connectors shatk� casidepcl. incidental to the unit price. D _ 9.8 Install 4' Benches (EA) - The unit price shall be full compensation for Rhnishing all materials, labor and equipment necessary for the installation of the 6' benches as specified. All fasteners and connectors shall be considered incidental to the unit price. 9.9 Reinstall Existing Bike Racks (EA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the reinstallation of existing bike racks as specified. All fasteners and connectors shall be considered incidental to the unit price. 9.10 Install New Bike Racks (EA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the installation of new bike racks as specified. All fasteners and connectors shall be considered incidental to the unit price. 9.11 Install New Ash Urn (EA) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the installation of the ash urn as specified. All fasteners and connectors shall be considered incidental to the unit price. 9.12 Construction Erosion Control (LS) — The lump sum price shall be full 01025-13 compensation for furnishing all materials, labor and equipment necessary to maintain erosion control during construction. Includes plan preparation, and all additional pollution control measures above and beyond other bid items listed that will be constructed and maintained by the Contractor based on the Contractor's Storm Water Pollution Prevention Plan. Contractor shall submit a detailed Storm Water Pollution Prevention Plan for approval by the Engineer, prior to commencement of construction activities. Reference shall be made to 'Iowa Construction Site Erosion Control Manual' for guidelines and procedures in reducing and preventing erosion. Partial payment for construction erosion control will be based on the estimated percentage of work completed at the time of submittal of the application for payment. Final payment will be made upon completion of all work on the project required by the contract; full payment will be made for this contract item, including any amount not paid as a partial payment. 9.13 Tree Protection (EA) - The unit price shall be full compensation for furnishing all materials and labor for installation and maintenance of tree protection as shown on the plans. Item includes posts, orange mesh fencing, accessories, attachments and installation. Also includes removal of tree protection upon completion of the project. 01025-14 N 0 END OF SECTION 01025 c� -4n r .n 01025-14 SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.01 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Vfrk; also they are not intended to interfere with local union jurisdictioncsettlements and similar conventions. Such assignments are intended to establ46Qiic arty"'�rj entity involved in a specific unit of work is recognized as "expert'gpphe dicatemF construction processes or operations. Nevertheless, the final3ggonsibility r7r fulfillment of the entire set of contract requirements remains with .4hoMog!jactoM 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS D Y A. Without limiting the generality of other requirements of the Specifications5ll work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and current Supplemental Specifications 5. American National Standards Institute (ANSI). 6. American Water Works Association (AW WA). 7. American Welding Society (AWS). 8. Federal Specifications (FS). 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 01090 -1 11. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction' shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. a c� E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, OtQpa 'final � n Safety and Health Standards, Code of Federal Regulations (OSHA), incltginnd alP° changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS M uo A. The Contractor is responsible that all work included in the Contrpt Doeuments, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, %d any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART 2- PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01090 01090-2 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. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. 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 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. o PART 2- PRODUCTS o ? — t CO None. c�-G x� PART 3 - EXECUTION kD 3.01 MEETINGS PRIOR TO CONSTRUCTION: > — m A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Calendar Days for Completion Date and Final Payment 1. Work will be completed and ready for final payment on June 17th, in accordance with the General Conditions. 2. Calendar Day count shall start on April 1t', 2011 and continue thru the completion of all work for Phases 1 thru 2. B. Dates for Milestones 1. In addition to the final completion times, there are milestones by which certain work items must be completed. Milestonel: Completion of Phase 1 -3 May 31, 2011 01310 -1 Milestone 2: Completion of Phase 4 June 17, 2011 C. Liquidated Damages Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. 2. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Milestone Work is not completed by the Milestone dates specified in paragraph 3.02B above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the MilestonMork is not completed on time. Accordingly, instead of requiring any suB proof Owner and Contractor agree that as liquidated damages for delay (but.oOas an penalty), Contractor shall pay Owner $500 for each day that ex peaftthe °- time specified in paragraph 3.02B until the Milestone Work is ccaq&te. r Ct� a 3. Separate sums of liquidated damages which will be assessed fQ,,each VF the conditions described hereinbefore, and they shall be cumulativ p ?6ultVb conditions have not been satisfied. a� D. 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. F. 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 residences and businesses shall be maintained at all times. G. Construction will proceed in phases. The particular phasing sequence is outlined in the 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. Contractor shall coordinate installation of traffic control with City during each phase transition. H. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. 01310-2 3.03 Contractor will be responsible for safe access of pedestrians, bicyclelists and vehicles during each phase of work. Contractor to provide temporary surfacing as needed to maintain safe transition at surfaces J. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. COORDINATION WITH UTILITIES: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. END OF SECTION 01310 N O O Tyr. ={ tlp M M � r� nc co 01310-3 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," 2003 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: N O A. Submit a traffic control plan for all activities requiring traffic contr6l?J sgcificll addressed by the project plans. ;� PART 2 - PRODUCTS rn 2.01 MATERIALS: X A. Traffic control devices may be new or used, but must meet the req iremTs of the [DOT 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. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 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. END OF SECTION 01570 01570-2 N Q 0 tc7 _�+ '°j"i m �r rn y _ rA PROJECT SPECIFICATIONS SUDAS Standard Specifications (current revision) Division 2 through Division 11, shall apply except as amended /provided for in the following Special Provisions. SP1 DEMOLITION SP2 EARTHWORK SP3 SODDING SP4 TREES SHRUBS AND GROUND COVERS SP6 SITE FURNISHINGS SP6 CONCRETE REINFORCING SP7 CONCRETE PAVING AND CURBS SP8 COLORED CONCRETE SP9 WATER DISTRIBUTION A-:i SP10 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT AND MILLING" -< --icy �r- _f:l U ;,r .,E: :4 86th Street Streetscape Phase 11 Confluence Proj. #08030 0 M 00 A 3 t0 ME V Index SPECIAL PROVISION SP1 DEMOLITION PART 1- GENERAL 1.1 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to modify existing storm sewer pipes, intakes, and drainage structures as indicated and specified. C. Furnish labor, materials, tools and equipment to remove existing plant material as indicated on drawing. D. Furnish labor, materials, tools and equipment to remove and salvage existing benches, bike racks, parking meters, and trash receptacles as indicated on drawing. 11 REFERENCES: o A. IDOT Standard Specifications and SUDAS Standard Specifications. m 4 yl 1.3 QUALITY ASSURANCE: r � ern m A. Disposal sites shall comply with all applicable Iowa Department of Nair PROurce� United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposa?oof rubbish, broken concrete, stone, bricks, castings, and other waste or debris resulting from work under this section. 1.4 SUBMITTALS: A. Locations of disposal sites and copy of written agreement with local authority if site is not an approved sanitary landfill. B. Permits and notices authorizing demolition, if required. C. Certificate of severance of utility services, if required. D. Demolition procedures and operational sequence for review and acceptance by Owner and Landscape Architect. 1.5 JOB CONDITIONS: A. Existing Conditions: Within the Contract Limits, there are trees and shrubs which require protection. B. Protections: Northside Marketplace Streetscape Improvements SP1 -1 Confluence Proj. #100091C Erect barriers, fences, guardrails, enclosures, chutes, and shoring to protect personnel, structures, and utilities remaining intact. (Most of these will still be in place from phase #1 construction.) Prime Contractor is responsible for all tree protection not currently in place. 2. Protect trees and shrubs from damage by placing orange construction fence no closer to the main trunk than the existing drip line of the plant. C. Dust Control: 1. Use all means necessary to prevent the spread of dust during performance of the Work of this Section; thoroughly moisten all surfaces as required to prevent dust being a nuisance to the public, neighbors, and concurrent performance of other Work on the site. D. Do not damage or cause to be damaged, structures, roofs, parking lots, drives, streets, alleys, sidewalks, utilities; lawns or any other property adjacent to the work area or within the Contract Limits. Repair any damage at no cost to Owner. E. Provide sheeting, shoring or other means necessary to protect property during demolition; in the event of damage, immediately make all repairs and replacements necessary to the approval of the Owners at no additional cost to the Owner. i.a 0 F. Existing Utilities: o - C--) r i ��yy 1. Locate existing underground utilities in areas of work. If utilit�'e re Wrem'a,� place, provide adequate means of support and protectio2 ringLdem fM operations. :. 2. Underground utilities shown on the drawings have been taken pm a Cuing it c records, Owner's records and available as -built drawings and corredito the best of our knowledge and provided for information only. cn 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Prime Contractors negligence to the satisfaction of utility owner at no cost to the Project Owner. 4. Do not Interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and Landscape Architect and then only after been provided. 5. Provide minimum of 48 -hour notice to Owner and Landscape Architect and receive written notice to proceed before interrupting any utility. 6. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut -off of services if lines are active. G. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities having jurisdiction. Northside Marketplace Streetscape Improvements SP1 -2 Confluence Proj. #1000910 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by demolition operations. 4. Perform excavation within drip -line of large trees to remain by hand, and protect the root system from damage or dryout to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with burlap. Paint root cuts of V diameter and larger with emulsified asphalt tree paint. 1:7e1:4111045111aZ191plll*l V 2.1 GENERAL: A. Explosives shall not be used for demolition without approval of the Owner. B. Furnish all materials and equipment required for performing the demolition. All equipment and materials are subject to the approval of the Owner. PART 3 - EXECUTION 3.1 GENERAL: B. Site Inspection: 1. Prior to all Work of this Section, carefully inspect the entire site and all objects designated to be removed. 2. Before commencing the Work of this Section, verify with the Owner all objects to be removed. 3. Locate all existing active utility lines traversing the site and determine the requirements for their protection. C. Disconnection of Utilities: Before starting site operations, disconnect or arrange for the disconnection of all utility services designated to be removed, performing all such work in accordance with the requirements of the utility company or agency involved. D. Protection of Utilities: Preserve in operating condition all active utilities traversing the site and designated to remain. Northside Marketplace Streetscape Improvements SP1 -3 Confluence Proj. #100091C ry b Do not commence work until conditions are acceptable to the Owner. _ o _ '- g:C;D w 3.2 PREPARATION: n-< r ^-f c7 — A. Notification: °ern s M _r Notify the City and adjacent property owners at least two full working Os pridRo commencing the Work of this Section. Co B. Site Inspection: 1. Prior to all Work of this Section, carefully inspect the entire site and all objects designated to be removed. 2. Before commencing the Work of this Section, verify with the Owner all objects to be removed. 3. Locate all existing active utility lines traversing the site and determine the requirements for their protection. C. Disconnection of Utilities: Before starting site operations, disconnect or arrange for the disconnection of all utility services designated to be removed, performing all such work in accordance with the requirements of the utility company or agency involved. D. Protection of Utilities: Preserve in operating condition all active utilities traversing the site and designated to remain. Northside Marketplace Streetscape Improvements SP1 -3 Confluence Proj. #100091C 2. If active utilities are damaged or interrupted as a result of work under this section, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Prime Contractor's expense. 3. 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 Prime Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. E. Site Protection Measures 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. 2. Warning devices shall be kept operational during all non - working and non - active periods. F. Site Access Measures 1. Contractor shall perform demolition and removal operations so as twaintain vehicular access to adjacent properties and businesses to the axis= extent possible. .T' -h M —1 60 3.3 DEMOLITION: n r r :4 A. Demolish all materials as shown on the Drawings. _<M T' M C)11 x B. - :X Saw cut edges of paving demolition and walls where walls or paving area emairl adjoining those to be removed. w 3.4 DISPOSAL: A. Remove demolition debris as soon as practicable. Legally dispose of at approved landfill. B. Do not bury, store or burn materials on site except materials noted on Plans to be salvaged. C. Store salvage materials on site as directed by Owner. 3.5 RESTORATION OF DISTURBED AREAS: A. Repair demolition performed in excess of that required. B. Repair all damage resulting from this Work. C. Restore disturbed areas to their original condition. Northside Marketplace Streetscape Improvements SP1 -4 Confluence Pro!. #100091C 3.6 CLEAN -UP: A. Contractor shall clean up site daily and leave it in an orderly and safe condition at the end of each days work. B. Upon completion of Work, remove tools and equipment from site. C. Leave site in a condition acceptable to Owner. END OF SPECIAL PROVISION SP1 N a U =� M 4 -ir- �M m _ co Northside Marketplace Streetscape Improvements SP1 -5 Confluence Proj. #100091C SPECIAL PROVISON SP2 EARTH WORK NOTE: Special Provision SP2 EARTH WORK shall only apply to work not in the roadway and drive approaches or related to site utility work. All roadway, drive approach and site utility work shall comply with the SUDAS specification sections covering this work. PART 1- GENERAL 1.1. SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil spread. 1.2. REFERENCES: A. IDOT Standard Specifications and SUDAS Standard Specifications. 1.3. QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698 -91, unless noted otherwise. N B. Borrow sites and materials shall be approved by the Landscape Architect er tot s. -*i C. Codes and Standards: > co 1. Perform excavation work in compliance with applicable requiFe is of govhrning authorities having jurisdiction. �m X . rn 37,7 _t (� 2. Obtain any necessary permits for this Section of Work and payDy TeehRequire?ffor permits. co 3. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. D. Testing and Inspection Service: 1. Field density testing will be provided by the Prime Contractor. 1.4. JOB CONDITIONS: A. Existing Utilities: 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during earthwork operations. 2. Underground utilities shown on the drawings have been taken from existing public records, Owner's records and available as -built drawings and are correct to the best of our knowledge and provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and Northside Marketplace Streetscape Improvements S132 -1 Confluence Project #100091C utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Prime Contractor's negligence to the satisfaction of utility owner at no cost to the Project Owner. 4. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Landscape Architect and then only after acceptable temporary utility services have been provided. 5. Provide minimum of 48 -hour notice to Owner and Landscape Architect and receive written notice to proceed before interrupting any utility. 6. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut -off of services if lines are active. B. Protection of Persons and Property: 1. Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities having jurisdiction. 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. 4. Perform excavation within drip -line of large trees to remain by hand, and protect the root system from damage or dry out to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with burlap. Paint root cuts of V diameter and larger with emulsified asphalt tree paint. N PART 2- PRODUCTS C.) — D -M QTJ 2.1 MATERIALS: M �-C r A. Granular backfill material shall consist of Class A Crushed Stone, IDOT &t� ird Specifies Section 4120.04 and Section 4109, Gradation No. 11. rn m "T , _n _ B. Erosion Control Filter Sock: Per section 7E -21 of SUDAS Manual. Insta-Irat sto fi inlets per plans and details. o0 PART 3 - EXECUTION 3.1 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections 3.2 DRAINAGE ANDDEWATERING: 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. Northside Marketplace Streetscape Improvements S132-2 Confluence Proj. #100091C 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 direct or through the ground. 3.3 TRENCH EXCAVATION: A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 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. 3. Slope sides of excavations to comply with local codes and ordinances having jurisdiction. 4. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. N _ o 5. Maintain sides and slopes of excavations in safe conditiort9gt) cc pletioa„pf backflling. = m , 1 y--i oo n� r B. Protection n — r m M 1. Barricade and fence open excavations or depressions resulting feq uorAurincprKrr- working hours and when not working in immediate area. w ti JJ C. Trench Width aQ Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. 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 final 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. Northside Marketplace Streetscape Improvements SP2 -3 Confluence Proj. #100091C E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Prime Contractor shall notify the Construction Manager if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the ]DOT construction manual Section 10.22, and approved by the Iowa DNR and Johnson County, Iowa. The contractor is not to proceed with soil removal and remediation measures until instructed by the City Engineer. 3. Disposal site to be provided by the contractor and approved by the Construction Manager, Landscape Architect, and Iowa DNR. 4. Prime Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. o G. Care of Vegetation and Property "� izi W 1. Use excavating machinery and cranes of suitable type and operaF6th c &e to Mnt injury to trees, particularly to overhanging branches and limbs j ndergrouiVTot systems. rn XA 2. All branch, limb, and root cuttings shall be avoided. When rouired, they shall be performed smoothly and neatly without splitting or crushing. Trim injurg portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots V 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. 4. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels are shaped as to cut or damage such surfaces. 5. Restore all surfaces which have been damaged by the Prime 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. 6. Aerate all grassed areas compacted by construction activities. 7. Sump pump, drainage, and field tiles encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect tile across trench after trench has been backfilled, provided adequate drainage gradient is maintained. Northside Marketplace Streetscape Improvements SP2 -4 Confluence Proj. #100091C b. Connect tile to nearest storm sewer. C. Daylight to existing ground level with approval of the Owner. 8. The Prime Contractor shall document the location and elevation of any tile lines encountered on each side of the trench. The Prime Contractor shall notify the Construction Manager whenever a tile is encountered and submit the proposed method of restoring the tile to the Engineer for review and approval. 9. All tile repairs shall be made prior to backfilling the trench. 3.4 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in [DOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation without approval of the Engineer. 3.5 BACKFILLING: A. General 1. Do not place frozen materials in backfill or place backfill upon frozen matMHbl. Remove previously frozen material or treat as required before new backfill;5 acecq rd B. Backfilling Pipe Trenches > C° 1. Begin backfilling as soon as practicable after the pipes have beTqRedand pMd until complete. _ 2. Material and Compaction 7r 00 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 finished 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 larger than 12 inches in backfill. Do not drop large masses of backfill material into trench in such a manner as to endanger utilities. 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. 3.6 UNAUTHORIZED EXCAVATION: Northside Marketplace Streetscape Improvements SP2 -5 Confluence Proj. #100091C A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at the Prime Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 3.7 GRADING: A. General: 1. Uniformly grade areas within limits of grading under this Section, including adjacent transition areas. 2. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades. B. Grading Outside Paving Lines: 1. Grade areas to adjacent to paving lines to drain away from structures and to prevent ponding. 2. Finish surfaces free from irregular surface changes, and as follows: a. Lawn or Unpaved Areas: Finish areas to receive topsoil to within not more than 0.10' above or below required subgrade elevations. b. Walks: Shape surface of areas under walks to line, grade and cross - section, with finish surface not more than 0.05' above or below required subgrade elevation. C. Grading Surface of Fill Under Paving: 0 I. Grade smooth and even, free of voids, compacted as specified, and to5Wttired:Vi 2. Provide final grades within a tolerance of 1/2" when tested with a 10' stQ0ed9b. r :.--�i �n- D. Compaction: After grading, compact subgrade surfaces to the depth and Mt tecgerce t c of maximum or relative density for each area classification. 3.8 MAINTENANCE: o0 A. Protection of Graded Areas: 1. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 2. Repair and re- establish grades in settled, eroded, and rutted areas to specified tolerances. 3. Keep public streets clean from soil, soil tracking and debris at all times. B. Reconditioning Compacted Areas: Where completed graded areas are disturbed by subsequent construction operations, erosion or adverse weather, scarify surface, re -shape and compact to required density prior to further construction. C. Settling: Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent Northside Marketplace Streetscape Improvements SP2 -6 Confluence Proj. #1000gIC possible. 3.9 EROSION PROTECTION: A. The Prime Contractor shall comply with soil erosion control requirements of the Iowa Code, and the local ordinances. The Prime Contractor shall take all necessary measurements to protect against erosion and dust pollution on this project site and all off -site borrow or deposit areas, during performance or as a result of performance. B. The Prime Contractor shall take all steps necessary to protect adjoining property, including public sanitary and storm drainage systems and streets, from any damage resulting from the movement of earth or other debris thereto from the site; and such steps as are necessary to prevent the accumulation of earth or debris on adjoining public or private property from the construction site. The Prime Contractor shall take into consideration all factors which might cause the movement of earth or debris from the construction site onto any adjoining public or private property. C. The Prime Contractor shall take immediate corrective action should damage occur to adjoining public or private property (including sanitary or storm drainage systems and streets). The Prime Contractor shall take immediate corrective action to remove any debris should any earth or other debris move from the construction site to adjoining public or private property. Further, the Prime Contractor shall take steps required to prevent the repetition of any instance where dirt or other debris moves from the construction site to adjoining public or private property. D. The Prime Contractor will hold the Owner harmless from any and all claims of any type whatsoever resulting from damages to adjoining public or private property, including reasonable attorney's fees incurred to Owner. Further, if the Prime Contractor fails to take necessary steps to promptly remove earth or debris which comes onto adjoining public or private property, the Owner may, but need not, remove such debris and deduct the cost thereof from amounts due the Prime Contractor. E. The Prime Contractor shall maintain storm sewer systems throughout constructiogrid provide erosion control measures acceptable to protect against siltation and erc6on or any advehe conditions resulting from storm water. �7 --4 CA r� F. Filter socks shall be installed as shown on drawings, in locations as dirt3ae bylandsrape Architect, and in locations as required by provided erosion control plan. --jn A [ n rTl �[ 1. Prime Contractor to routinely inspect condition of filter socks, ndkffllean,� necessary to maintain them in good working order. 3.10 FIELD QUALITY CONTROL: Quality Control Testing During Construction: A. Allow Owner to inspect and approve subgrades and fill layers before further construction work is performed. Prime Contractor to coordinate field density testing, which will be provided by the Owner. B. Perform field density tests in accordance with ASTM D1556 (sand cone method), ASTM D2167 (rubber balloon method), or nuclear method, as applicable. C. If subgrades or fills which have been placed are determined to be below specified density, based on testing service reports and inspection, Prime Contractor to rework fill until specified moisture and density is obtained. Northside Marketplace Streetscape Improvements SP2.7 Confluence Proj. #100091C END OF SPECIAL PROVIOSION SP2 N O C-) i --4 C*) - -< r a rn Northside Marketplace Streetscape Improvements Confluence Proj. #100091C rn 0 SPECIAL PROVISION SP3 SODDING PART 1- GENERAL 1.1 SUMMARY: A. Preparation and placing of sod turf. 1.2 REFERENCES: A. IDOT Standard Specifications and SUDAS Standard Specifications. 1.3 WORK INCLUDED: A. Provide all labor, materials, equipment and supervision required to furnish and install sodding including: 1. Finish Grading 2. Fertilizer. 3. Sod. 4. Watering. N 1.4 RELATED WORK SPECIFIED ELSEWHERE: o 0 c� A. Trees, Shrubs, and Groundcovers: Special Provision SP4. -i Co B. Earth Work: Special Provision SP2. v m 1.5 DEFINITIONS o w Q A. Finish Grade: Elevation of finished surface of planting soil. Y .n B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. 1.6 QUALITY ASSURANCE: A. All materials described and specified herein shall be subject to inspection and approval by the Owner's Representative. B. Materials may be inspected by the Owner's Representative at source of supply. Northside Marketplace Streetscape Improvements SP3 -1 Confluence Proj. #100091C C. This inspection does not waive the right to reject any material after it has been delivered to the site and /or installed. D. Soil- Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. E. Topsoil Analysis: Furnish soil analysis by a qualified soil- testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and mineral and plant- nutrient content of topsoil. 1. Report suitability of topsoil for lawn growth. State recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce a satisfactory topsoil. 1.7 SUBMITTALS: A. Sod Growers Certification. B. Certification of turf species comprising sod. C. Bills of Lading and /or certification of formulation for fertilizer. D. Topsoil analysis report. 1.8 CODES, PERMITS AND FEES: N O = o �? rn A. Obtain any necessary permits for this Section of Work and pay any fees e) e or per . B. The entire installation shall fully comply with all local and state laws and oEdrt�rancR§, anMI all established codes applicable thereto. 1.9 JOB CONDITIONS: _ A. Existing Utilities: .o 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during earthwork operations. 2. Underground utilities shown on the drawings have been taken from existing public records, Owner's records available as -built drawings and are correct to the best of our knowledge, provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Utility Owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Prime Contractors negligence to the satisfaction of Utility Owner at no cost to the Project Owner. 4. Do not interrupt existing utilities others, during occupied hours, Architect and then only after provided. Northside Marketplace Streetscape Improvements Confluence Proj. #100091C serving facilities occupied and used by Owner or except when permitted in writing by Landscape acceptable temporary utility services have been SP3 -2 5. Provide minimum of 48 -hour notice to Owner and Landscape Architect and receive written notice to proceed before interrupting any utility. B. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities having jurisdiction. 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by this work. 4. Perform excavation within drip -line of large trees to remain by hand, and protect the root system from damage or dryout to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with burlap. Paint root cuts of ill diameter and larger with emulsified asphalt tree paint. 1.10 SITE DISTURBANCES: A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and /or return to original condition any damage caused by PrimeRgontractor 's negligence at no cost to Owner. o — ,n )> -1 Co 1.11 DELIVERY, HANDLING AND STORAGE: c-) x} A. Protect sod from dehydration, contamination and heating during transergrfkation?rdeliv ond storage. -- ? 7� B. Sod shall be harvested, delivered and transplanted within a period of thirty -4I9 (36) hours unless a suitable preservation method is approved. C. Keep stored sod moist and under shade or covered with moistened burlap. D. Sod showing visible signs of heating will be rejected. E. Do not tear, stretch or drop sod. F. Deliver fertilizer to site in original, unopened containers, each bearing manufacturer's guaranteed analysis. G. Store packaged materials off ground and protect from moisture. 1.12 GUARANTEE: A. Guarantee all sodded areas until final acceptance. B. Acceptance criteria is as defined in this Section. Northside Marketplace Streetscape Improvements SP3 -3 Confluence Proj. #100091C C. Sodded lawn areas which do not meet the requirements of acceptance at time of inspection shall be re- sodded and maintained as originally specified at no additional cost to Owner. 1.13 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Spring Planting: April 15th— June 14s' 2. Fall Planting: September 10th- October 151h. 3. Contractor may plant outside of the suggested dates provided that contractor takes responsibility for watering and maintenance. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. 1.14 LAWN MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods: Sodded Lawns: 30 days from date of Substantial Completion. B. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. 0 1. In areas where mulch has been disturbed by wind or maintA,� olgatiormWd new mulch. Anchor as required to prevent displacement. co ._.. C. Watering: Provide and maintain temporary piping, hoses, and lawn- ng equip to convey water from sources and to keep lawn uniformly moist to a d pf * the 0 mm). 1. Schedule watering to prevent wilting, puddling, erosion. Lay oartempgf ry watering system to avoid walking over muddy or newly planted areas. 2. Water lawn at a minimum rate of 1 inch (25 mm) per week. D. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: Mow grass 2 to 3 inches (50 to 75 mm) high. E. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 Ib /1000 sq. ft. (0.45 kg/92.9 sq. m) to lawn area. PART2- PRODUCTS Northside Marketplace Streetscape Improvements SP3 -4 Confluence Proj. #100091C 2.1 SOD: A. Well established, nursery grown sod consisting of three (3) to four (4) improved Kentucky Bluegrass cultivars selected from the following list: 1. Argyle Kentucky Bluegrass. 2. Baron Kentucky Bluegrass. 3. Liberty Kentucky Bluegrass. 4. Majestic Kentucky Bluegrass. 5. Merit Kentucky Bluegrass. 6. Midnight Kentucky Bluegrass. 7. Monopoly Kentucky Bluegrass. 8. Nausau Kentucky Bluegrass. 9. Parade Kentucky Bluegrass 10. Ram I Kentucky Bluegrass. 11. Touchdown Kentucky Bluegrass. 12. Victa Kentucky Bluegrass. CD D� m B. Free from weeds, crabgrass, stone and other foreign materials. ?c -ic-) r M C. Mow at a height of two inches (2.5') prior to cutting. p a n :�Em kn D. Machine cut at a minimum uniform soil thickness of one -half in�}i (1/2Z9 thickness measurement to exclude top growth and thatch. E. Free of objectionable grassy and broadleaf weeds; allowable tolerance: Less than five (5) weed plants per one hundred (100) square feet of area. F. Approved by Owner's Representative prior to placement. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 4 percent organic material content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Supplement with imported or manufactured topsoil from off -site sources when quantities are insufficient. Obtain topsoil displaced from naturally well - drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from bogs or marshes. Northside Marketplace Streetscape Improvements SP3 -5 Confluence Proj. #100091C 2.3 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural limestone containing a minimum 80 percent calcium carbonate equivalent and as follows: Class: Class T, with a minimum 99 percent passing through No. 8 (2.36 -mm) sieve and a minimum 75 percent passing through No. 60 (0.25 -mm) sieve. 2. Class: Class O, with a minimum 95 percent passing through No. 8 (2.36 -mm) sieve and a minimum 55 percent passing through No. 60 (0.25 -mm) sieve. 3. Provide lime in form of dolomitic limestone. B. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum 99 percent passing through No. 6 (3.35 -mm) sieve and a maximum 10 percent passing through No. 40 (0.425 -mm) sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. G. Sand: Clean, washed, natural or manufactured, free of toxic materials. o H. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica 2*2 apoximat r 140 percent water absorption capacity by weight. --i r I. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by Wenight.� M r� 2.4 ORGANIC SOIL AMENDMENTS v A. Compost: Well- composted, stable, and weed -free organic matter, pH range o1105.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2 -inch (12.5 - mm) sieve; soluble salt content of 5 to 10 decisiemens /m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. B. Peat: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Manure: Well- rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.5 FERTILIZER: A. Commercial grade. B. Formulation: 8 -32 -16 or a comparable formulation with a plant food ratio of 1:4:2. 2.6 WATER: Northside Marketplace Streetscape Improvements SP3 -6 Confluence Proj. #100091C A. Water is available on site but must be metered and paid for by the Prime Contractor. Quick Couplers wil be Installed as part of the project and may be used by the Prime Contractor, if metered properly. B. Prime Contractor will furnish all equipment required to execute watering. PART 3 - EXECUTION 3.1 COMMENCEMENT DATE: A. Commence sodding of lawn areas at the earliest possible date that site conditions permit. 3.2 SODDING SEASONS: A. Sodding may be done during the following periods: April 15 - June 15 and August 1 November 1. N ER B. Sodding may be done at other times when weather permits, with co� ofihe OwF"s Representative. T >� W C. Sodding is prohibited when the ground is frozen. 4C) 3.3 SITE PREPARATION: �rn =' rn M w A. Finish grading and topsoil shall be placed as directed. Limit preparation tgarea tZge planted. B. Scarify topsoil to a minimum depth of 8 ", and lightly rake to provide a smooth, uniform and fine surface texture. Remove ridges and fill depressions as required to drain. Once the sod bed has been pepared all vehicle traffic shall be kept off of entire area. The owner reserves the right to take compaction tests if this traffic occurs. C. Remove stones, sticks, roots and rubbish.. D. Top of finish grade shall be below adjacent curbs, walks, drains and seeded areas approximately 1 -1/2" so that after sod is installed it will be flush or slightly below curbs, walks, drains and seeded areas. 3.4 FERTILIZING: A. Apply fertilizer to the soil surface before laying sod. B. Application rate: One -half (1/2) pound of actual Nitrogen per one thousand (1000) square feet. C. Construction Manager to be notified forty-eight (48) hours in advance by Prime Contractor when this operation is to take place. 3.5 LAYING: A. Lay sod within twenty-four (24) hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod uniformly, evenly and parallel to the finished contour. Northside Marketplace Streetscape Improvements SP3 -7 Confluence Proj. #100091C C. Begin sodding at bottom of slopes. D. Lay each roll snugly against the next leaving no void areas. E. Butt side and end joints. F. Stagger end joints in adjacent rows. G. Do not stretch or overlap sod. 3.6 SOD PATCHING /FITTING: A. Trim existing sod at edge to allow neat fit for new sod. B. Neatly trim new sod to allow tight fit at edges. C. Remove or add soil to patch area as necessary to permit patched area to match surrounding grades. Scarify patch area to 3" depth and smooth, ready for sod. 3.7 STAKING: A. On grades 3:1 or greater, stake each roll with at least three (3) flat wood stake%,% prevent movement under normal rainfall conditions. Use additional stakes on steelier grades. 3.8 INITIAL WATERING: M -T1 D--i to A. Not more than one (1) hour shall elapse between the laying and the inrt , atenng o� sod. m a ' + i 3e B. Initial watering shall be such that the underside of all sod and the sod be all be iorough7ly wet. — 3.9 ROLLING: A. After all sod is laid and thoroughly watered, roll all sodded areas (except pegged sod), either with a small mechanical or hand roller, sufficiently to set or press sod into soil. 3.10 MAINTENANCE: A. Maintenance period: Maintain all sodded lawn areas until sod has rooted into topsoil. Maintenance to include watering and mowing as necessary. B. Sod acceptance shall be based upon following criteria: 1. Terms of the maintenance period, as defined in this paragraph, have been executed. 2. Sod is weed free, healthy and in a flourishing condition. 3. Scattered bare spots do not exceed one (1) square foot in area. 4. Scattered bare spots do not exceed three percent (3 %) of the total lawn area. 5. Grass shall not exceed 3" in height at final acceptance. 3.11 FINAL, INSPECTION AND ACCEPTANCE: Northside Marketplace Streetscape Improvements SP3 -8 Confluence Proj. #100091C A. Upon completion of the work and fulfillment of the requirements of this Section, notify the Owner's Representative in writing that the work is ready for final inspection. B. Request a definite date for final inspection. C. Notify the Owner's Representative five (5) days prior to the requested final inspection date. D. Re -sod and maintain all sodded lawn areas which do not meet the requirements of this Section at the time of final inspection. E. Replacement work (re- sodding, maintenance, etc.) shall be as specified in this Section for original sodding. F. Replacement work shall be re- inspection before acceptance. G. Furnish detailed written recommended maintenance program to the Owner with a copy to the Owner's Representative, prior to final inspection of the sodding. 3.12 CLEAN UP: A. Remove from the site all debris resulting from the sodding. B. Remove erosion control measures after turf establishment period. END OF SPECIAL PROVISION SP3 D� -� �� rn �m � D Northside Marketplace Streetscape Improvements SP3 -9 Confluence Proj. #100091C SPECIAL PROVISION SP4 TREES, SHRUBS AND GROUNDCOVERS PART1- GENERAL 1.1 SUMMARY A. The selection, placement and maintenance of trees, shrubs and ground covers. 1.2 REFERENCES A. Drawings and SUDAS Standard Specifications. 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Sodding: Special Provision SP3 w B. Earthwork: Special Provision SP2 ° o n rn ,n 1.4 DELIVERY, HANDLING AND TEMPORARY STORAGE r D Z; I" n- e, i A. Install plant material on the day of delivery to the site; in the event this:Ac4t possible,r' protect that stock not planted. Z <F- 1-9 r(j B. Keep plant material that cannot be planted immediately after delivery injgsh$@e, weP protected with soil, wet moss or other acceptable material and well wAred. — kn C. Do not bind plants with wire or rope at any time so as to damage the bark or break branches. D. Lift and handle plants from the bottom of the ball only. E. Plants moved with a ball will not be accepted if the ball is cracked, loose or broken before or during planting operations. F. Deliver fertilizer to site in original, unopened containers, each bearing manufacturer's guaranteed analysis. G. Store packaged materials off ground and protect from moisture. 1.5 CODES, PERMITS AND FEES A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.6 JOB CONDITIONS A. Existing Utilities Northside Marketplace Streetscape Improvements SP4 -1 Confluence Proj. #100091C 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during this work. 2. Underground utilities shown on the drawings have been taken from existing pub- lic records, Owner's records available as -built drawings and are correct to the best of our knowledge, provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Utility Owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Prime Contractor's negligence to the satisfaction of Utility Owner at no cost to the Project Owner. 4. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Landscape Architect and then only after acceptable temporary utility services have been provided. 5. Provide minimum of 48 -hour notice to Owner and Landscape Architect and re- ceive written notice to proceed before interrupting any utility. B. Protection of Persons and Property N 1. Barricade open excavations occurring as part of this work and Post withSMarning lights. C-) m 2. Operate warning lights as recommended by authorities having &JQictign. --ice 3. Protect structures, utilities, sidewalks, pavements, and other facif Fpp frW darts age caused by settlement, lateral movement, undermining, wag anAther� hazards created by this work. _ Q 1.7 INSPECTION AND APPROVAL `D A. All materials described and specified herein are subject to inspection and approval by Owner's Representative. B. Materials may be inspected by the Owner's Representative at source of supply or the Owner's Representative may require the Prime Contractor to submit color slides and /or photographs which illustrate the specified plant material at the source of supply. C. This inspection does not waive the right to reject any material after it has been delivered to the site and /or installed. 1.8 INITIAL, INSPECTION AND ACCEPTANCE A. Initial inspection of the planting to determine completion of contract work, exclusive of possible replacement of plants, will be made by the Owner's Representative upon com- pletion of the work. B. Initial inspection will not be conducted unless all items of work as outlined in Part 3 EXECUTION have been completed. Northside Marketplace Streetscape Improvements SP4 -2 Confluence Proj. #100091C C. Five (5) days prior to the anticipated date of inspection submit written notice requesting inspection to Owner's Representative. D. After inspection, the Prime Contractor will be notified in writing, by the Owner, of initial acceptance of inspected work exclusive of the possible replacement of plants and correc- tion of deficiencies in the requirements for completion of the work. E. Maintain, as specified, areas not acceptable until corrections are completed and re- inspection is conducted. F. If a significant time delay (sixty to ninety days) is encountered, through no fault of the Landscape Contractor, inspection and initial acceptance of a major portion of the plant- ings may be granted. G. All plants shall be alive and healthy at the time of initial acceptance. Replacement of rejected plants before initial acceptance to meet the terms of initial ac- ceptance shall not be considered a part of the guaranty and replacement requirement of this Specification. 1.9 GUARANTEE, REPLACEMENT AND FINAL INSPECTION A. Guarantee plants for the duration of two (2) full years after they are initially acceAod as defined herein. ° B. Plants shall be alive and in good, healthy and flourishing condition of grjy at end on the guaranty period. C. At the end of the guaranty period, final inspection will be made by ownez%FpprwntaM live upon written notice requesting such inspection; submit notice to Ovoys Re-re- sentative at least ten (10) days before the anticipated date of inspectiorr_�� T� D. Any plant, required under this Contract, that is dead or not in a vigorous, thrivingTondi- tion, as determined by Owner's Representative at the time of Final Inspection, will be re- moved from the site. E. Plants that are missing at the time of Final Inspection are to be installed during the speci- fied planting season when weather and site conditions permit. F. In case of any questions regarding the condition and satisfactory establishment of a re- jected plant, the Landscape Contractor may elect to allow such plant to remain through another complete growing season. If at that time the rejected plant is found to be dead, in an unhealthy or badly impaired condition, it shall be replaced. G. After Initial Acceptance, replace plants (once during or at the end of the guaranty period) that are observed to be dead or in a badly impaired condition. H. One replacement after initial acceptance shall constitute fulfillment of Prime Contractor's guaranty for the particular plant replaced. Replacement Plants: Plants of the same kind and size as specified in the Plant Schedule; furnished and planted as specified herein. J. Replacement Plants: Guyed or staked, mulched, wrapped, fertilized, pruned and restored to original condition as originally specified at no cost to Owner. Northside Marketplace Streetscape Improvements SP4 -3 Confluence Proj. #100091C K. Make all necessary repairs to grades, lawns and paving required because of plant re- placements, at no cost to the Owner. L. Plant Replacement Cost: Borne by Prime Contractor except for possible replacements resulting from removal, loss or damage due to occupancy of project in any part, vandal- ism, civil disobedience, or acts of neglect on the part of others, physical damage by ani- mals, vehicles, fire, etc., or losses due to curtailment of water by local authority, or to "Acts of God ". Floods, tornadoes, wind of hurricane force, and hail are not normal and the damage they do cannot be calculated in a bid. PART2- PRODUCTS 2.1 PLANT MATERIALS A. Plant Schedule: A list of plant materials is scheduled on the Drawings. In the event of any discrepancy between this schedule and the Plan Drawing showing the plants, the Plan Drawing shall govern. All supplied plants shall be grown in the zone which they are to be planted or lower. B. Certification of inspection of plant materials required by Federal, State or other govern- mental agencies to accompany all shipments to be furnished to the Owner's Remsenta- tive. o - �� M C. Nomenclature: The names of plants required under this Contract conforWrUgtho a giveg�,� in the "Standardized Plant Names ", 1942 Edition, prepared by the AmeN3aifJoinit ComP- mittee on Horticultural Nomenclature. Names of varieties not included ttt�¢3n conform generally with names accepted in the nursery trade. M s+ M D. Standards: All plant materials, grading, sizes, methods, etc., are to con to d9 Stan- dards of the American Association of Nurserymen, Inc,., as contained in their cent publication "American Standard for Nursery Stock ", (ANSI Z60.1- 1986). In the event there is a discrepancy between these standards and this Specification, the most restric- tive requirement shall govern. E. Labeling: Legibly tag all plants as to name and size. Species and Variety: True to name as specified. Plants approved as true to name at time of initial acceptance which, during the guaranty period, exhibit characteristics indicating they are not true to name will be replaced at no cost to the Owner. G. Availability: Before submitting his bid, the Prime Contractor shall have investigated the sources of supply and satisfied himself that he can supply the listed plants in the size, va- riety and quality listed and specified. Failure to take this precaution will not relieve the Prime Contractor from his responsibility for furnishing and installing all plant materials in strict accordance with the Contract Documents without additional cost to the Owner. H. Quality 1. Growth habit typical for species and as indicated on the Plant Schedule. 2. Sound, healthy, vigorous and free from insect pests, plant diseases and injuries. Northside Marketplace Streetscape Improvements SP44 Confluence Proj. #100091C 3. One sided plants or plants taken from tightly planted nursery rows will be re- jected. Size and Form 1. Equal or exceed measurements specified in the Plant Schedule. 2. Measured before pruning with branches in normal position. Height and spread specified refers to main body of plant and not from tip to tip of branches or roots. 3. Caliper of trees less than four inches (4 ") - taken six inches (6 ") above ground level. Trees four inches (4 ") and over - measured one foot (12 ") above ground level. 4. Specified trunk height can be obtained by pruning lower branches of a plant after the plant has been installed; however, pruning to achieve specified trunk height is to occur after Landscape Architect has inspected plant and directed Prime Con- tractor as to the amount of pruning required. 5. Where specified by caliper, no one stem of a specific multi- stemmed plant shall be smaller than the caliper size specified. J. Balled and Burlapped Plants N 4 1. Designated as "'B &B "; dug with firm, natural balls of earth of !8ficienf4ameter and depth to encompass the fibrous and feeding root system:aecess for fu"IIn recovery of the plant. I> _q w ...� n-G I r 2. In compliance with ANSI Z60.1 -1986. -'{n Cm n 3. Balls: Firmly wrapped with burlap or similar biodegradable magi aA an0oun93 with twine, cord, or wire mesh. y N 0 4. Where necessary to prevent breaking or cracking of the ball during the process of planting, the ball may be secured to a platform. Broken or loose balls will not be accepted. 5. A container grown plant, in lieu of a "'B &B" plant, will be accepted provided it meets specified sizes and complies with ANSI Z60.1 -1986. 6. A machine moved plant, in lieu of a "'B &B" plant, will be accepted provided it meets specified sizes and complies with ANSI Z60.1 -1986. K. Container Grown Plants Container size as specified in Plant Schedule. 2. In compliance with ANSI Z60.1 -1986. 2.2 PLANTING SOIL A. Manufactured Soil Northside Marketplace Streetscape Improvements SP4 -5 Confluence Proj. #100091C I . Manufactured Soil is defined as soil to be used in planting areas per the plans. Soil test to be submitted for approval. 2. Manufactured Soil to consist of Sand (2.0- .05mm) at 50 % -60 %, Silt (.05- .002mm) at 25 % -35 %, Clay less than 15% and Organic Matter from 5 % -15 %. Soil report to be submitted for approval of mix. B. Very poor soils of clay, gumbo, gravel, hard -pan, or other soils injurious to plants shall not be used. C. If quantity of soil excavated from planting pits is not adequate for planting, furnish plant- ing soil consisting of partially decomposed vegetable matter of natural occurrence; black, clean, low in content of mineral or woody material, mildly acid, fertile and friable. Mix with one (1) part of peat to five (5) parts of soil. D. Dispose of soil excavated from planting hole that is determined not to be of quality re- quired or is not needed to be used for planting soil. 2.3 PEAT A. A domestic product consisting of partially decomposed vegetable matter of natural occur- rence; black, clean, granulated or shredded. 2.4 FERTILIZER w c A. Similar or equal to Milogranite (6 -3 -0). o r a=, ca B. Uniform in composition, dry and free flowing. C. .=acs rr� Fertilizer which becomes caked or otherwise damaged making it not sUk�e f2pse, v�ll not be accepted. c� -;0 2.5 MULCH ry 0 A. Shredded Hardwood Mulch —dark brown color. B. Depth and locations as shown on drawings. C. Furnish in bags or bulk. D. Submit sample for approval by Owner's Representative. 2.6 GRAVEL A. As indicated in drawings. 2.7 STAKING, GUYING, AND WRAPPING MATERIALS: A. Stakes: Similar or equivalent to steel farm fence posts, green vinyl coated or painted black with a rust inhibiting paint. All stakes the same color. B. Wire: No. 11 gauge pliable galvanized wire. Northside Marketplace Streetscape Improvements SP4 -6 Confluence Proj. #100091C C. Hose: New green or black 2 -ply one -half inch (1/2 ") diameter reinforced rubber garden hose; all hose the same color. D. Guying cable: Five- strand, three - sixteenth inch (3/16 ") diameter, steel cable. Attach wire cable clamps and turnbuckles (galvanized or aluminum). E. Steel auger type screw anchor with twenty -four inch (24 ") rod length and three inch (3 ") plate. Wrapping material: Heavy crinkle crepe tree wrapping paper in strips four to ten inches (4 -10 ") wide. PART 3- EXECUTION 3.1 COMMENCEMENT DATE A. At the earliest possible date site conditions permit. 3.2 PLANTING SEASON FOR BALLED AND BURLAPPED, CONTAINER GROWN A. Deciduous trees and shrubs: April 1 to June 1 and August 15 to November 15. N 0 B. Evergreen trees and shrubs: April 1 to June 1 and August 15 to OctolZg 15. �h m 3.3 PREPARATION A. Stake out on the ground the locations of all plants and obtain approval�inhe Owner'sM Representative before excavation is begun. Q� ir'-:7Z w B. Relocate incorrectly located plants at no expense to the Owner. y ro 0 3.4 EXCAVATION A. Excavate the plant pit, centered at the location stake. B. Planting soil for backfilling shall be kept separate from excavated subsoil. C. Excavate the plant pit large enough to provide for at least six inches (6 ") of planting soil backfill around and beneath the root system. D. Where surface or subsurface conditions prevent digging a plant pit to specified dimen- sions, obtain approval from Owners Representative to modify location of pit dimensions. 3.5 DRAINAGE TEST A. Randomly select a representative number of shrub plant pits in each shrub planting area and test for drainage prior to planting. B. Test all tree plant pits for drainage. C. Fill each selected plant pit with water and let stand for twenty -four (24) hours. Northside Marketplace Streetscape Improvements SP4 -7 Confluence Proj. #100091C D. Do not proceed with planting where drainage problems are apparent. E. Report to the Owner's Representative areas which do not drain within twenty -four (24) hours. 3.6 PLANTING A. Groundcover 1. Cultivate groundcover areas six inches (6") deep and grade smooth immediately before planting groundcover plants. 2. Before planting, spread commercial fertilizer at the rate of one - eighth (1/8) pound per plant over entire groundcover area, and cultivate into top six inches (6 ") of soil. 3. Plant groundcover to within one foot (12 ") of trunk of tree or shrub planted within the area unless noted otherwise on the Drawings. 4. After planting and before mulching, spread weed preventer over plant bed soil surface as per manufacturer's recommendation. 5. Install mulch to depth of three inches (3 ") over entire groundcover bed. B. Balled and Burlapped and Container Grown Plants 0 o 1. Center the root ball in the plant pit resting on six inches (6 ") of tan%d plarA-1 ing soil. 2. Backfill the plant hole with planting soil placed in layers arounooQall. 3. Carefully tamp each layer in place in a manner to avoid injury 1 ry t54abts ep, ball. � N 4. When approximately two- thirds (2/3) of the plant hole, has been backfiR, fill the hole with water and allow the soil to settle around the roots. 5. Set top of root ball level with the surrounding grade as shown in the Planting De- tails. 6. Place mulch as indicated in the Planting Details. 7. Cut cord or wire securing burlap at base of tree. 3.7 FERTILIZING B &B AND CONTAINER GROWN PLANTS A. Trees and Shrubs: Mix with backfill. B. Large shade trees: Two (2) pounds per inch of caliper. C. Shrubs: One - quarter (1/4) pound per foot height. D. Evergreens: One - eighth (1/8) pound per foot height or spread. Northside Marketplace Streetscape Improvements SP4 -8 Confluence Proj. #100091C E. Vines and groundcover: one - eighth (1/8) pound per plant; place in bottom of plant pit. Herbaceous plants: One - eighth (1/8) pound per plant. 3.8 STAKING: A. Use two (2) stakes driven vertically to depth to provide a firm structure. B. Attach wire to the stake at a point approximately four feet (4) from the ground and attach to the tree at the same height. C. Encase the wire in rubber hose to avoid direct contact between wire and bark of tree. D. Place stakes opposite each other in an east -west direction and drive with a slight tilt away from each at the top so that slight tension can be placed on the wires when attached. E. All staking material may be salvaged by the Landscape Contractor twelve to eighteen (12 -18) months after planting. 3.9 GUYING: A. Anchor and guy evergreen trees over eight feet (8') in height and deciduous trees having a trunk caliper of more than two and one -half inches (2 1/2' with three (3 guying cables, unless shown otherwise on the Drawings, Plant Schedule or Pfantipa Details. 0 B. Space three (3) guys equally about each tree. p rn C. Each guy will consist of three - sixteenth inch (3/16 ") cable attached to e Tunk aCM angle of thirty (30) to forty -five (45) degrees at about two- thirds eight of tiie tree and anchored at the ground to earth anchors as specified. fir- m a D. Make all cable fastenings with an approved cable clamp and turnbucki;N .n y' N E. All guying materials may be salvaged by the Landscape Contractor twelve to ei— ghteen (12 -18) months after planting. 3.10 WRAPPING: A. Promptly after planting, wrap trunks of all deciduous trees with tree wrapping paper spi- rally from ground line to bottom branches. B. Neat and snug; materials held in place by a suitable cord; tapes are unacceptable. 3.11 PRUNING AND REPAIR A. Prior to initial inspection, prune all trees and shrubs and repair any injuries. Limit the amount of pruning to the minimum necessary to remove dead or injured branches and twigs. B. Maintain the natural habit, shape and specified size of the plant. Make all cuts flush; leave no stubs. Northside Marketplace Streetscape Improvements SP4 -9 Confluence Proj. #100091C C. On all cuts over three - quarters inch (3/4 ") in diameter and bruises or scars on the bark, trace the injured cambium back to living tissue and remove; smooth and shape wounds so as not to retain water and coat the treated area with an approved antiseptic tree paint. 3.12 MULCH A. Install at consistent depth as shown on drawings. B. Sub -grade surface of areas to receive mulch shall be sloped to drain, smooth and free of ruts and clods. 3.13 CLEAN UP A. Remove any soil, peat or similar material that has been brought onto paved ar&& by planting operations keeping those areas clean at all times. a .'n I-n •� B. Upon completion of the planting, dispose of all excess soil and stones se — noom the+ planting operation. �C-) _ _<r- C . Remove all debris, resulting from planting operations, from the site. �� a h .n 3.14 MAINTENANCE y ro U A. Begin immediately following installation of plants and continue until initial acceptance. B. Include watering, weeding, cultivating, mulching, removal of dead material, resetting plants to proper grades or upright position and restoration of the planting saucer, and other necessary operations. C. If any planting is done after lawn preparation, provide proper protection to lawn areas and repair any damage resulting from planting operation promptly at no cost to the Owner. D. Maintenance after initial acceptance of the planting will be performed by the Owner. Fur- nish detailed written recommended maintenance program to the Owner with a copy to Owner's Representatives, prior to initial acceptance of the various planting areas. E. Maintenance performed by the Owner in accordance with recommended program will not affect the Landscape Contractor's obligation to guarantee and replace defective plants as herein described. END OF SPECIAL PROVISION SP4 Northside Marketplace Streetscape Improvements SP4 -10 Confluence Proj. #100091C SPECIAL PROVISION SP5 SITE FURNISHINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and SUDAS Standard Specifications, 1.2 WORK INCLUDED Provide all labor, materials, equipment and supervision required for installing the site furnishings as shown on the drawings, including: A. Benches. B. Bike racks. N ° C. Ash urn o n ;� — � W -TI 1.3 RELATED WORK SPECIFIED ELSEWHERE n-< r A. Earthwork: Special Provision SP2. 7Z B. Concrete Paving and Curbs: Special Provision SP7. 3' ry 0 1.4 SUBMITTALS A. Submit manufacturer's technical product data for each accessory item. Include installation instructions for accessories, which are built in or connected, to other work. B. Provide setting drawings, templates, and instructions for installation of anchorage devices in other work. PART 2- PRODUCTS 2.1 BENCH: A. Bench as shown on drawings shall be Scarborough, 48 ", backed, horizontal strap seat, 2 ARM, as manufactured by Landscapeforms, Color: Black, or approved equal. B. Bench as shown on drawings shall be Scarborough, 72 ", backed, horizontal strap seat, center arm, as manufactured by Landscapeforms, Color: Black, or approved equal. 2.2 BIKE RACKS: A. Bike racks as shown on drawings shall be EXPO 4508 Bike Rack as manufactured by Cora Bike Rack, Inc., Bellingham, WA, Color: Black. Or approved equal. 2.3 ASH URN: A. Ash Urn as shown on drawings shall be 85 oz. capacity surface mounted Napoleon Ash Urn as manufactured by Landscape Forms or equal. Black powder coated finish. Northside Marketplace Streetscape Improvements SP5 -1 Confluence Proj. #100091C PART 3 - EXECUTION 3.1 INSTALLATION: A. Install all site furnishings as recommended by its manufacturer. END OF SPECIAL PROVISION SP5 N 0 fri ,)7-0 x lA � N d Northside Marketplace Streetscape Improvements Confluence Proj. #100091C �1 pFn 4 SP5 -2 SPECIAL PROVISION SP6 CONCRETE REINFORCING NOTE: Special Provision SP6 CONCRETE REINFORCING shall only apply to work not in the roadway or drive approaches. All roadway and drive approach work shall comply with SUDAS Standard Specifications sections covering this work. PART 1- GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and SUDAS Standard Specifications. B. Comply with Concrete Steel Institute "Manual of Standard Practice" for all work. 1.2 WORK INCLUDED: Provide all labor, materials, equipment and supervision required to furnish and place concrete reinforcement including: A. Reinforcing bars. c B. Tie wires. o 'n >* D� W 1.3 RELATED WORK SPECIFIED ELSEWHERE: n� Concrete Paving and Curbs: Special Provision SP7. _y X-- m U .'Q U 1.4 SUBMITTALS: C5 Shop Drawings: Show all reinforcement locations and details. Draw all walls in plan, elevation and section. 1.5 CODES, PERMITS AND FEES: A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.6 SITE DISTURBANCES: A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and /or return to original condition any damage caused by Contractor's negligence at no cost to Owner. Northside Marketplace Streetscape Improvements SP6 -1 Confluence Proj. #100091C PART 2- PRODUCTS 2.1 REINFORCING BARS: A. New billet steel conforming to ASTM A615 Grade 60. Reinforcement shall be clean and free from loose rust, scale or other coating that will reduce bond. 2.2 TIE WIRE: A. Minimum 16 gauge black annealed wire. PART 3 - EXECUTION 3.1 BAR REINFORCING: A. Bar reinforcing shall be placed accurately in positions shown, securely fastened and supported to prevent displacement during placement of concrete. 3.2 REINFORCEMENT DIMENSION: A. Minimum distance from face of concrete to near reinforcing bar to be: N 1. Three inch (3") in footings, pads and unformed walls. . 3Uf: C) n 2. Two inch (2 ") in beams, columns and formed walls and struchiraTslai on gr (unless shown otherwise). c7-C i A M END OF SPECIAL PROVISION SP6 ZS � N O Northside Marketplace Streetscape Improvements S136 -2 Confluence Proj. #100091C SPECIAL PROVISION SP7 CONCRETE PAVING AND CURBS NOTE: Special Provision SP7 CONCRETE PAVING AND CURBS shall only apply to work not in the roadway or drive approaches. All roadway and drive approach work shall comply with the SUDAS Standard Specifications sections covering this work. PART 1- GENERAL 1.1 REFERENCES A. Drawings and SUDAS Standard Specifications. B. Comply with ACI 316 'Recommended Practice for Construction of Concrete Pavements and Concrete Bases for all work. 1.2 WORK INCLUDED A. Provide all labor, materials, equipment and supervision required to construct concrete curbs, walks, steps, etc. including: 1. Portland Cement Concrete. 2. Curing and sealing. 0 3. Expansion and contraction joints and fillers. °C-,) m D ca 4. Vapor barrier. n-C i 5. Sleeves. --iC7 < XX- c'� 1.3 RELATED WORK SPECIFIED ELSEWHERE = `D s' N A. Concrete Reinforcement: Special Provision SP 6. U B. Earthwork: Special Provision SP2. 1.4 QUALITY ASSURANCE: 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. Field and laboratory testing shall be provided by the Prime Contractor. C. Testing: 1. Slump to be checked in accordance with ASTM C143. One test minimum per hour. 2. Air content measured in accordance with ASTM C231, or C173. One test minimum daily. 3. Strength tests: Northside Marketplace Streetscape Improvements SP7 -1 Confluence Proj. #100091C a. Take three (3) cylinders for each fifty (50) cubic yards or part thereof. Minimum one set of three (3) cylinders per each day's pour. b. Each cylinder shall be plainly marked showing cylinder designation (1A, 1B, 1C). C. Job cure each cylinder three (3) days. d. After three (3) days, send cylinders A and B to the Owner for testing at ages seven (7) days and twenty-eight (28) days. Cylinder C to remain at the job as a "spare" cured under same conditions as concrete in the area from which it was taken. e. The date and location of each sample shall be marked on the Contractor's job set of plans. f. Load and core tests shall be required only if cylinder tests indicate concrete does not meet Specifications. Such tests, if deemed advisable by the Landscape Architect, shall be arranged and paid for by the Contractor. 4. Density tests of base and subgrade. 1.5 SUBMITTALS A. Certification of concrete design mix by a testing laboratory. Submit prior to placement. B. A color stamped 4' x 4' mock- up will be required by the contractor for approval prior to color stamped concrete installation. N 0 1.6 CODES. PERMITS AND FEES o ;rEi m D=a W A. Obtain any necessary permits for this Section of Work and pay anycbee8 required far permits. --1c-) .<M 71- M B. The entire installation shall fully comply with all local and state laws ani[xj�ina?Ces, zo with all established codes applicable thereto. `D � N 1.7 SITE DISTURBANCES o A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and /or return to original condition any damage caused by Prime Contractor's negligence at no cost to Owner. D. Provide temporary barricades and warning lights as required for protection of project work and public safety. PART 2 - MATERIALS 2.1 CONCRETE: 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. Northside Marketplace Streetscape Improvements SP7.2 Confluence Proj. #100091C Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. C. Concrete Mix Design: Iowa DOT Class C or Class M mix meeting the requirements of Materials LM 529. D. Portland Cement: ASTM C150, type 1 or type 111. E. SAND: Clean, hard, washed and well graded. Sand shall conform with ASTM C33. Provide test providing compliance with this Section. COARSE AGGREGATE: Aggregate shall conform to ASTM C33. Aggregate for footings and other unexposed concrete may be gravel. Aggregate for exterior concrete and surfaces shall be limestone (max. size T); 3/8" max. size at topping slabs. No substitutions will be allowed. Evidence of staining due to impurities will be cause for rejection of work. Aggregate durability class shall be Class 3i. G. MIXING WATER N 4 Clean and free from oil, acid and injurious amounts of vegetable matte�T„�-.�Il�aliesand etq impurities. D' w C-)C H. ADMIXTURES: 2C.3 — r :<r m 1. Air entrainment: 6 1/2 %+ 1%; 6 -10% at topping slabs. rn 2. Air - entraining agents shall conform to ASTM C260. D ry U 3. Calcium Chloride is not to be used. No other admixtures shall be used without the expressed, written consent of the Landscape Architect. 4. A water - reducing agent may be used as deemed necessary, to be in conformance with the latest ASTM requirements. EXPANSION JOINT FILLERS: Polyethylene closed cell foam expansion joint filler. Sonoflex F or equivalent. JOINT SEALER: Pour -type self leveling polyurethane or gun grade polyurethane compatible with foam expansion joint filler. K. CURE AND SEAL: Northside Marketplace Streetscape Improvements SP7 -3 Confluence Proj. #100091C CS -309 W.R. Meadows, Inc.; Rez -seal Euclid Chemical Company or equivalent. L. REINFORCING STEEL: As shown on the Drawings. M. CURING AND PROTECTION MATERIALS: 1. Plastic Film: 2. White pigmented, polyethylene film, minimum thickness: 4 mil. 2.2 MIXING A. Except as otherwise specified, concrete shall be ready -mixed and delivered to the project in accordance with ASTM C94. Maximum mixing time is one (1) hour. 2.3 PORTLAND CEMENT A. ASTM C150, Type I or Type III. 2.4 SAND A. Clean, hard, washed and well graded. Sand shall conform with ASTM C33. 9vide test providing compliance with this Section. o -n n 2.5 COARSE AGGREGATE D> --:r mw Cn-< r `. A. Aggregate shall conform to ASTM C33. Aggregate for footings an� er concrete may be gravel. Aggregate for exterior concrete and surface beafrne expo F q (max, size 1 "). No substitutions will be allowed. Evidence of staining )I-QT6imVPrItiesNd s be cause for rejection of work. > w 2.6 MIXING WATER 0 A. Clean and free from oil, acid and injurious amounts of vegetable matter, alkalies and other impurities. 2.7 ADMIXTURES A. Air entrainment: 61/2 % +I %. B. Air - entraining agents shall conform to ASTM C260. C. Calcium Chloride is not to be used. No other admixtures shall be used without the expressed, written consent of the Landscape Architect. D. A water- reducing agent may be used as deemed necessary, to be in conformance with the latest ASTM requirements. 2.8 EXPANSION JOINT FILLERS A. Polyethylene closed cell foam expansion joint filler. Sonoflex F or equal. Northside Marketplace Streetscape Improvements SP7 -4 Confluence Proj. #100091C 2.9 JOINT SEALER A. Backer rod with pour -type self leveling polyurethane or gun grade polyurethane compatible with foam expansion joint filler. 2.10 CURE AND SEAL A. CS -309 W.R. Meadows, Inc.; Rez -seal Euclid Chemical Company or equal. 2.11 REINFORCING STEEL A. As shown on the Drawings and as specified in Concrete Reinforcing: Special Provision SP6. 2.12 CURING AND PROTECTION MATERIALS A. Plastic Film: White pigmented, polyethylene film, minimum thickness: 4 mil. 2.13 CONCRETE STRENGTH Concrete mix for exterior slabs, structural slabs, walls, and steps: A. Minimum of 4000 psi compressive strength at twenty-eight (28) days. B. Minimum of six (6) sacks of cement per cubic yard. Maximum of 15% replacement of cement with fly ash will be permitted during certain times of the year with prior appmal of the Landscape Architect. No flyash can be used from October 16 to Mara 15. AHopping slabs, the maximum water to cement ratio shall be 0.40. w 'n D� C. Slump four inches (4 ") maximum. -rc- 2.14 SLEEVES �`nz s m A. Prime Contractor shall install sleeves of sizes and as shown on Drawings. N 0 B. Prime Contractor shall coordinate required sleeves with irrigation contractor. PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION A. Excavate or fill, compact, grade and prepare subgrade as specified in Earthwork: Special Provision SP2. 3.2 FORMS A. Use wood or steel forms adequately staked and braced for all exposed slab edges. B. Secure forms in place to maintain grade and alignment while concrete is placed and finished. Northside Marketplace Streetscape Improvements SP7 -5 Confluence Proj. #100091C Set base of form at subgrade elevation or below with top of form at pavement surface elevation at edge of slab; set forms on properly compacted materials. D. Oil forms before concrete is placed. E. Leave forms in place not less than eight (8) causes damage to concrete, leave forms on Remove forms with care to prevent cracking, 3.3 CONCRETE PLACEMENT 0 3.4 JOINTS hours after concrete is placed. If removal as long as necessary to prevent damage. spelling or overstressing concrete. Uniformly dampen subgrade prior to concrete placement or place single layer of plastic film on subgrade; lap plastic film not less than six inches (6 "). Consolidate by tamping and screed excess concrete flush with forms; edges adjacent to forms, expansion joints, curbs, or fixture shall be thoroughly spaded for full depth. A. The Prime Contractor shall submit a concrete jointing plan to the Construction Manager for approval 10 days prior to the start of paving. Joint design for concrete pavement shall be based on the current P.C.C. Parking Manual published by the Iowa Concrete Paving Association and The Iowa Ready Mixed Concrete Association. B. Saw cut control joints. Joints to be 1/8" min. and 1/4" max. width and 1/3 of slab thickness in depth. C. Begin saw cutting as soon as concrete can be sawn without objectionable teariqgof sawn edges; complete such work within twenty -four (24) hours after concrete place= D. Round outside edges of sidewalk with edging tool with approximately "alf ah (1(?=" , radius. n-< r E. Round edges of sidewalk or curbs adjacent to expansion joints with�ed inruool w,th� approximately one - eighth inch (1/8 ") radius. o (� F. Construction Joint - Keyed joints or doweled joints shall be used at ends of concrete pours. Bars to extend through joints a minimum of twenty-four (24) bar diameters. G. Expansion joints at exterior concrete slabs shall be installed as shown on the Plans. Hold joint material down three - quarters inch (3/4 ") and place backer rod fill with sealer. H. Match joints in curbs with joints in sidewalk. Control joints in curbs may be saw cut or formed with trowel and groover or steel sheet shaped to fit curb. 3.5 CURING AND PROTECTION A. When air temperature is above 45 degrees F. and air temperature will not drop below 35 degrees F. within seven (7) days: 1. Protect with liquid curing compound. 2. Spray on surface after finishing and after surface moisture has disappeared. Northside Marketplace Streetscape Improvements SP7 -6 Confluence Proj. #100091C 3. Spray on edges after forms are removed. 4. Spray. at low pressure (20 -30 psi.), apply at rate as recommended by manufacturer. B. When air temperature is below 45 degrees F. and air temperature will drop below 35 degrees F. within seven (7) days: 1. Spray on liquid curing compound as specified above. 2. Protect with plastic film or burlap and six inch (6 ")layer of straw for minimum of five (5) days. 3. Lap plastic film eighteen inches (18 ") at junctions. 4. Protect straw from disturbance by wind. C. Concrete injured by frost action shall be removed and replaced at Prime Contractor 's expense. D. Prevent water from flowing along edge of pavement, curb or sidewalk and undermining slab. 3.6 PLACING AND PROTECTING CONCRETE A. Place no concrete when stormy or inclement weather prevents good workmanship, when subgrade is frozen or if air temperature is 38 degrees F. or below. B. No concrete shall be placed until Owner's Representative has inspected and approved forms, placement of reinforcement, pipes, sleeves, conduit and other inserts. o Ck C. Before placing concrete, remove all debris, water and ice from the o t� tae p, �t occup�j by the concrete. Wet subgrade and forms immediately prior to placin' acre . -� D. Concrete shall be deposited in the forms as nearly as possible to l4plocation. r placing or depositing of all concrete shall be done in accordance with tedRenrvts o ACI 318 -77. Brush on neat grout where placing against hardened cor6C�e. E. D Erect windbreaks to prevent strong, hot winds from drying exposed slabs whit3they are being finished. Keep concrete moist. F. Use of salt or other chemicals is prohibited. Use of accelerating admixtures will not be permitted. G. Cold weather concreting shall be done only if Prime Contractor can maintain temperatures of seventy (70) degrees F. or above for three (3) days or fifty (50) degrees F. or above for five (5) days. Do not allow concrete to freeze for next four (4) days. Keep concrete moist. Place no concrete for foundations on backfilied earth, disturbed or frozen earth. During cold weather concreting prevent freezing of soil beneath footing. All compacted fill to receive concrete floors shall be brought to a temperature of fifty (50) degrees before concrete floor is placed, and shall be maintained at this temperature until concrete has taken its final set. H. During and immediately after depositing of concrete, compact and work around edges of vertical surfaces to produce dense homogeneous mass, free from honeycombs or other defects. Manpower, tools and equipment shall be adequate forjob requirements. 3.7 FINISHING Northside Marketplace Streetscape Improvements SP7 -7 Confluence Proj. #100091C A. Screed, level and float all slabs to true, level and straight lines B. Exterior slabs and platforms to be medium hair broom finish, with no coarse aggregate visible. C. No applied dust coats will be permitted. D. Tolerances on all surfaces not more than three sixteenths inch (3/16 ") in ten foot zero inch (10'- 0 "). E. Formed surface finish: 1. Remove bulges, fins, form marks and roughness from exposed surfaces by grinding. 2. Fill honeycombed and other defective areas by cutting out to solid concrete (minimum depth = 1 ") with straight edges and at right angles to the surface. Dampen area to be patched, brush on grout of equal parts Portland Cement and sand and follow immediately with patching mortar. 3. Patching mortar to be not richer than one (1) part Portland Cement to three (3) parts sand. Color of patching mortar shall match the adjacent concrete. (Substitute white Portland Cement for part of the grey cement as needed to provide color match.) 4. Trowel or burlap rub patched areas to match the surrounding concrete area. Clean all walls upon completion. 5. Exposed concrete wall faces and tops to have a uniform smooth rubbed finish. Moisten concrete surfaces and rub with Carborundum brick or other ak9sive until a uniform color and texture is produced. Do not apply cemeW grouRther than that created by the rubbing process. o =� rn 3.8 CONCRETE CURING A. All concrete shall be kept continuously moist for at least five (5) days aftsplacement.r B. Formed concrete shall be cured in the forms with the exposed surfaceCLOtlerdiflby bu p or polyethylene. Stripping of wall and non - structural forms prior to th?end oMe curing period will not be permitted, unless provisions are made to keep the concrete avered ad sealed tight 3.9 APPLICATION OF CURE AND SEALER (All Exposed Concrete Locations) A. Apply one coat as soon after final troweling as possible. Coverage and application shall be in accordance with manufacturers recommendations. END OF SPECIAL PROVISION SP7 Northside Marketplace Streetscape Improvements S117 -8 Confluence Proj. #100091C SPECIAL PROVISION SP8 COLORED CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS: 1.2 WORK INCLUDED: A. Colored concrete paving. 1.3 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. L.M. Scofield Company Tech -Data Bulletin A- 304.11 E. L.M. Scofield Company Tech -Data Bulletin A- 854.08 = o � F. ASTM C309 E Liquid Membrane - Forming Compounds for Curing Conacc@124 co co 1.4 QUALITY ASSURANCE: -^ttm y M A. Colored concrete finish to be performed by skilled workers who are trai andperienced in the necessary crafts and who are completely familiar with the specified equirerrNts and the methods needed for proper performance of concrete coloring. 1.5 SUBMITTALS: A. Comply with Special Provision SP 7 B. Provide 4' x 4' mock -up sample of each color and pattern of colored stamped concrete for approval by Landscape Architect, prior to installation. 1.6 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. Materials may have expiration date; order accordingly. 1.7 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot - weather work. B. Pre - Installation Meeting Northside Marketplace Streetscape Improvements SP8 -1 Confluence Proj. #100091C PART2- PRODUCTS 2.1 MATERIALS: A. Concrete: Special Provision SP7. B. Water: Fresh, clean and potable. C. Color Admixture: Type A— ChromixAdmixture as manufactured by L.M. Scofield Company. Color: Barcelona Brown. Type B - Chromix Admixture as manufactured by L.M. Scofield Company. Colottutumn Beige. _ D. Releasing Agent: 1. Lithochrome Antiquing Release by L.M. Scofield Company. e>� co Type A- Color: Russet --1t') — r Type B- Color: Sandstone Cream <r- = E. Imprinting Device: D N 1. Lithotex Pavecrafters by L.M. Scofield Company: to match existing stamped pattern at streetscape. (17'x12" Limestone textured tile stamp pattern) with additional 24'x24" limestone textured tile stamp pattern. Patterns shall be approved by Landscape Architect. Pattern templates shall become the property of the City of Iowa City upon project completion. PART 3 - EXECUTION 3.1 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. 3.2 INSTALLATION: A. Concrete: Place and screed to required level as specified in Special Provision SP 7. B. Float concrete from two directions with wood trowel to create an open and uniform surface. Do not use metal trowel. C. Trowel surface with a steel or aluminum trowel; leave no trowel marks. D. Protect concrete from premature drying, excessive hot or cold temperature, and damage. E. Curing Compound: Apply per manufacturer's guide for method and rate. 3.3 TOLERANCES: A. Because of variables in the concrete mix, minor variations in color are acceptable. Northside Marketplace Streetscape Improvements SP8 -2 Confluence Proj. #1000gIC END OF SPECIAL PROVISION SP8 Northside Marketplace Streetscape Improvements Confluence Proj. #100091C SP8 -3 N d U n - 'r7 rri -n <M s. ITI � x D N d SP8 -3 SPECIAL PROVISION SP9 WATER DISTRIBUTION PART 1- GENERAL 1.01 SUMMARY: A. Furnish, install and test water distribution system as indicated and specified. 1.02 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a * ** shall be kept on the site, readily available and accessible to the Engineer during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division atgost plus 15 %. o B. City of Iowa City a -+ cu �-C r 1. Reference Manual: City Code of Ordinances Chapter 3,4,<&-10; Iowa � Bik Municipal Design Standards, Earth Excavating, Bap' Specifications - Section 02220; Accepted Products for 1AC- Dl9tribu Materials Per Specifications - Section 02661; Construction Spexifications for Public Water Distribution Systems for Subdivisions and Site— Plans - Section 02661; Water Service Work for Contractors Specifications - Section 02265; Iowa City Water Division Policies and Procedures Manual, Backf low Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: ANSI /AWWA- C104/A21.4: Cement - Mortar Lining for Ductile -Iron Pipe and Fittings for Water ANSI /AWWA- C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI /AWWA- C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI /AWWA- Cl 11/A21.11: Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI /AWWA- C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI/AWWA- C1 51/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids Northside Marketplace Streetscape Improvements SP9 -1 Confluence Proj. #100091C 7. ANSI /AWWA- C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 8. ANSI /AWWA C502: Dry- Barrel Fire Hydrants 9. ANSI /AWWA C504: Rubber - Seated Butterfly Valves 10. AWWA C509: Resilient- Seated Gate Valves for Water Supply Service. 11. ANSI /AWWA C510 Double Check Valve Backflow- Prevention Assembly 12. ANSI /AWWA C511 Reduced - Pressure Principal Backflow- Prevention Assembly 13. ANSI /AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI /AWWA C600 * * *: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI /AWWA C651 * * *: Disinfecting Water Mains ti 0 16. ANSI /AWWA C900: Polyvinyl Chloride (PVC) Pressure Pig, 4 -inch through 12 -inch for Water Distribution J7 w 11 7-C i D. American Water Works Association: - rn 1. AWWA Manual M23 * * *: PVC Pipe- Design and Installatioru: _ 2. AWWA Manual M17 * * *: Installation, Field Testing, and MantenaNe of Fire Hydrants E. American Society for Testing Materials: ASTM D2241 F. Manufacturers Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni -Bell PVC Pipe Association: UNI- B -3 -88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4 -36 inch) complying with AWWA Standard C -900. Northside Marketplace Streetscape Improvements SP9 -2 Confluence Proj. #100091C 1.03 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution systems. Submit 2 weeks prior to date of planned operation. C. Shop and Working Drawings: 1. Pipe layout with valves, fittings and hydrants shown 2. Bolts 3. Joints 4. Tapping sleeves, couplings, and special piping materials 5. Polyethylene o 6. Thrust block designs and details ar> m —n 7. Special backfill �� — r -ic- D. Certificates: Sworn certificates of shop tests showing complian q5 Qh pro standard for all piping materials. :o .v N 1.04 QUALITY ASSURANCE: A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.05 TIME: A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356 -5160. 1. For tapping service, provide 24 hours notice. Northside Marketplace Streetscape Improvements SP9 -3 Confluence Proj. #100091C 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. PART2- PRODUCTS 2.01 SUMMARY A. All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 2.02 DUCTILE -IRON PIPE: A. Pipe shall be AWWA C151, Class 52. N ° o — B. Pipe is to have an exterior bituminous enamel coating and 6�iandat:21 cemaut mortar lining in accordance with AWWA C104. r C. Pipe suspended from structures and bolted or restrained eii' pie, u otherwise indicated or specified, shall be class 53. S' N D. Pipe is to be complete with all necessary joint gaskets, lubricants, glands and bolts. 2.03 DUCTILE -IRON PIPE JOINTS: A. Single rubber - gasket push -on joints or mechanical joints conforming to ANSI /AWWA C111/A21.11. Furnish with all necessary hardware and gaskets. B. Bell- and - spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. C. For bolted /restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal. (Class 53) D. For unbolted /restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal. (Class 53) E. Do not use drilled & tapped retainer glands. F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. Northside Marketplace Streetscape Improvements SP9 -4 Confluence Proj. #100091C 2.04 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI /AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile -iron pipe B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall not be used around cul -de -sacs or other small radius curves. 2.05 FITTINGS: A. All fittings shall conform to ANSI /AWWA C110/A21.10, with pressure rating of Class 350 for 3" to 24 ". B. Mechanical -joint fittings shall be ductile iron compact ANSI /AWWA C153/A21.53 or ductile standard ANSI /AWWA C110/A21.10. Large fittings, 12 -inch through 20- inch shall be ductile iron standard ANSI /AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSI /AWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI /AWWA C110/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are!ot made irregular by improper application of the lining materials. n — rn 7C 1 2.06 RESILIANT SEAT VALVES &VALVE BOXES: =-icy —' A. Gate valves shall conform to ANSI /AWWA C509. -:) w 1. Valves shall be full line size gate valves with b epoxy coating i side and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non - rising stem with the stem, nut and thrust collar made of bonze. Northside Marketplace Streetscape Improvements SP9 -5 Confluence Proj. #100091C B. Butterfly valves shall conform to ANSI /AWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16 ", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. C. Tapping Valves shall be as specified for resilient- seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. 3. Valves shall be furnished with all joint accessories. o_ D. Valve Boxes shall "water ". be 2 -piece or 3 -piece slip type, range 51 "` Q -,7 V" Use 4i rn marked n a 2.07 HYDRANTS: =fir ?'• :X Specification standard: ANSI /AWWA Standard C502 N Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 4'/ inches for 12" water main and under 5% inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2'/ -inch hose nozzles and one 4'/ -inch and size pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Northside Marketplace Streetscape Improvements SP9 -6 Confluence Proj. #100091C Type of inlet connection: Size of inlet connection: Depth of bury: Direction of opening: Packing: Size and shape of operating nut: Working pressure: Color: 2.08 SPECIAL FITTINGS: Mechanical Joint 1 i.i1 Depth of bury shall be 6 feet Open to right (clockwise) Conventional or O -Ring 1 %: inch, standard pentagon 250 psi Safety Red A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection= D. Full Body Tapping Sleeves:? rrq 1� 03 1. Shall be mechanical joint, split construction wiCricond —gas e manufactured to fit cast iron or ductile iron pipe. Branch stql�hav&a fl fitting to match the tapping valve. a x 2. Shall meet the OD requirements for Class A, B, C, or D past p1 . 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor -Blue nuts and Bolts. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile Gaskets shall be used in L.U.S.T areas. (Leaking Underground Storage Tank Areas) Northside Marketplace Streetscape Improvements SP9 -7 Confluence Proj. #100091C F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.09 GASKETS, BOLTS, AND NUTS: A. Mechanical joints made with: 1. Bolts: 3/4 inch NSS Cor -BLUE. 2. Stainless steel bold studs with stainless steel nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with stainless steel nuts and 3/4" diameter. 2.10 LOCATION WIRE: A. Location wire shall be #12 solid copper, THHN insulation in yellow, orange or blue color. N Q 2.11 LUMBER: o �^n D� A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). � ,Do muse creosoted lumber in contact with piping materials. r— `ern F- r-',o s 2.12 WATER: A :° � N A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 - EXECUTION 3.01 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSI /AWWA C600 except as noted herein. Northside Marketplace Streetscape Improvements SP9 -8 Confluence Proj. #100091C C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni -Bell PVC Pipe Association UNI- B -3 -88 except as noted herein. D. Contractor must prepare and retain a set of "as- built' drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 3.02 RECEIVING, STORAGE AND HANDLING: A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: o 1. Do not allow the pipe units to strike anything. ac) m —n >--t ca 2. Do not handle pipe units with individual chains or sing ablds, evF"f padded. fir— m A rn 3. Do not attach cables to pipe unit frames or banding for Ii nYF ;a > ru C. Within the " Storage" language of AWWA M23, change "should" to "shall" D. Within the "Handling" language of AWWA M23, change "should" to "shall." 3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE: A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1- 800 -ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5'/ feet. Generally the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers, shall be laid to provide a separation of at least 18 inches between the bottom of the water Northside Marketplace Streetscape Improvements SP9 -9 Confluence Proj. #100091C main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one - foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydwit within 500 feet, bring the wire to the surface in a "daylighEbox" which is a full -size valve box (Tyler Series 6855 — Item 666A, Weil" to or East Jordan Series 8555 — Item 666A) and m he Idraw)�$ appropriately. =+r — 1� �m X� M 3.04 PIPE BEDDING AND BACKFILLING: j ry A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI- B -3 -88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by stomping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. Northside Marketplace Streetscape Improvements SP9 -10 Confluence Proj. #100091C 3.05 PIPE RESTRAINT: A. Thrust Restraint: For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in -place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood lumber to prevent shifting before placing concrete. Do not pour excess concrete on top of pipe and fittings. Socket Pipe Clamps, Tie Rods, and Bridles: Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. D� 3.06 JOINTS AND COUPLINGS: A. Push -on Joints: °Grn a 1. Inspect bell grooves and clean to assure complete gaskej�70'oting, a r„ 2. Use extreme care to prevent separation of joints already installed-- 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: The range of torque for tightening bolts which is indicated in ANSI /AWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. Northside Marketplace Streetscape Improvements S139 -11 Confluence Proj. #100091C 4. Do not deflect pipe at joint. C. Sleeve -Type Coupling: Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.07 TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.08 POLYETHYLENE ENCASEMENT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI /AWWA G405/A95 — 99 installation methods. This includes any ductile iron laid in cul,acrqor ottn small radius areas where PVC main could not be used. =+ <r 7�. [7'1 3.09 HYDRANT INSTALLATION: - -m r la i.7` A. Handle carefully to avoid breakage and damage to flanges. KeWhydrarats closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. Iowa Department of Transportation ([DOT) requires a set -back of 9'. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back Northside Marketplace Streetscape Improvements SP9 -12 Confluence Proj. #100091C of the trench wall with pre -cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as- built' drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with the Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. r, 0 o 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS: - >n m 1 A. General `—an r { l ,. M 1. Upon completion of a newly installed water main or won re4airs japn existing water system are made, the main shall be disinfetbd *cording to instructions listed in ANSI /AWWA 0651 and the followiAg speciDeations. B. Special Disinfection Requirements Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg /L. Use either the granulated /tablet or continuous feed method with modifications as described in 3.11 C or D below. 3. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated Northside Marketplace Streetscape Improvements SP9 -13 Confluence Proj. #100091C in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg /L chlorine throughout the length of main. 4. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg /L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than '% of the main diameter. For 6 -inch through 12 -inch water mains, a single 2Y2-inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 5. Collect a bacterial sample from the end of each line or 800 -1,000 feet and deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. C. Tablet Method of Chlorine Application Use ANSI /AWWA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 1. Prior to applying chlorine, do a preliminary flush at a minimuneelocity of 2.5 feet per second in the main through an opening not! ssR tha`p % o main diameter. For 6 -inch through 12 -inch water main *;;0inJ9 2' / :-i fire hydrant opening is adequate. �»- �n 2. Add the water and chlorine solution with the required c-6 &ntVion MII the main completely.? Q 3.12 TESTING: A. Filling the water main: Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at the highest point on the main which is to be filled. Open a filling valve (the smallest one Northside Marketplace Streetscape Improvements SP9 -14 Confluence Proi. #100091C available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. Then, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: Conduct combined pressure and leakage test in accordance with ANSI /AWWA C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meteg, gauges, equipment, potable water and labor. Use only potable weer for 16sting. e -r C7 J� 3. Test after disinfection operations are successfully cc' pt�tec?° If to operations require reconstruction or repairs during whic��y interior df the pipe is exposed to contamination, disinfection will be requic%agi!jn. (n 4. Keep the water main full of water for 24 hours before coricLublingombined pressure and leakage test. i- ^� 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. C. Valve Operations: 1. All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. D. Hydrant Operations: Northside Marketplace Streetscape Improvements SP9 -15 Confluence Proj. #100091C 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed, close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test shall be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. A. Bacterial Test o c� 1. Refer to the Water Main Testing Procedure last updates �M ie „17, 2(�i for the full description of the testing procedure. A cpg}c of teMM procedure is available at City Hall in the Engineering OfW "therwise fefer to Appendix B. [rV� A III ism Northside Marketplace Streetscape Improvements SP9 -16 Confluence Proj. #100091C APPENDIX A Accepted Products for Water Distribution Materials (Revised 10/28/09) WATER PIPE: (Ductile) ANSI /AWWA— A21.51/C151 American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DR18 (6" thru 10 ") FITTINGS: (Ductile Iron Standard) ANSI /AWWA — A21.10/C110. 3" to 24" - 350 psi (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler /Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Bodv Ductile Iron with Stainless Steel and /or NSS Cor- Blue Nuts and Bolds) for 12" and larger or under pavement Clow - F -5205, Mueller - H615, Kennedy, Tyler /Union, Kennedy, American Flow Control - Series 2800, or U.S. Pipe - T -9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -1-1304, Romac SST, JCM -432 Smith Blair — 665 or Cascade CST — EX 3655 with nitrile gaskets to be used igJ.U.S.T areas ° v c� — M MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) >--4 CO Ebaa Iron Sales Inc. — 1100 series for ductile Iron, 2000 PV for PVC S'-< ' STAINLESS STEEL REPAIR CLAMPS: = e Smith -Blair -261, Ford FS1, Romac SS1 VALVES: (Resilient Seated Gate Valves) ANSI /AWWA — C509 Clow F -2640, Kennedy 1571 -X, Mueller Resilient Seat - A- 2360 -20, or U.S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSI /AWWA C504, Class 150B Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VALVES: (Tapping) Clow — F -2640, Mueller — T- 2360 -16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71 ") East Jordan Series 8555 & Item 666A — Range 51" to 71" Northside Marketplace Streetscape Improvements SP9 -17 Confluence Proj. #100091C HYDRANTS (4 %" for 12" and under) (5'/4" for 16" and above) AWWA C502 Clow F -2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING: Standard solid black sleeve — Tyler /Union 5 -1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith -Blair 261. Romac SS1 or Ford FS1 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco —95E —2'/" ID with lockable cast -iron lid — minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow, orange, or blue FREEZELESS YARD HYDRANT: o Woodford Mfg. Iowa Model Y34 and YI n c� i N Northside Marketplace Streetscape Improvements SP9 -18 Confluence Proj. #100091C WATER MAIN TESTING PROCEDURE • Contractor will be present for EACH step along with City of Iowa City Engineering/Water Division staff. 1. Please be aware that the testing window, indicated below in BOLD will need to be completed within a 4 day window. This means that testing on a water main system will have to be started on a Monday or Tuesday in order to complete all of the items as required. Depending on the Hygienic Lab schedule, Wednesday is possible if everything proceeds in a timely fashion. 2. Use only the specified amount of granular chlorine to disinfect the main. 3. Fill the line slowly until you get a trickle of water from the highest availw6le hydrant. Shut off the hydrant and leave the line filled. r c_� n 4. No SOONER than 24 hours and no LATER than 48 hours, the firslrb�teri I to should be taken. tr rn 5. Contractor will take bacterial tests from all locations determined t+.y ty ID ff. Tests will be taken AFTER water has been flushed to normal resid ral lev. CONTRACTOR IS RESPONSIBLE FOR DECHLORINATING ALL DIS'CHAR WATER. The Iowa City Water Division is available for professional guidance if the contractor is not experienced in current dechlorination procedures. Within 24 hours ANOTHER (2nd) bacterial test must be taken for EACH of the initial tests taken. Verbal or written verification from the U of I Hygienic Lab must be provided for the entire initial round of tests prior to undertaking this second round of tests. VERIFICATION MUST BE PROVIDED FOR ALL BACTERIA TESTS PRIOR TO PRESSURE TESTING — this can be in the form of a call out to the Hygienic Lab, an email or a fax. Pressure test will be performed on all new water mains. Tests are for 2 hours at 150psi. Pressurize the line no higher than 155psi to begin. A City owned pressure gauge must be placed on the line in addition to the contractor's gauge. 8. City Engineering staff will give notice to the Water Division to locate the water main via all of the tracer wire boxes installed by the contractor. Wire boxes must be fully installed and placed in their final locations before a locate will be performed. The main must trace as it will when it's put into service. Northside Marketplace Streetscape Improvements SP9 -19 Confluence Proj. #100091C 9. Final flush will be performed. At this time, the as- builts, HARD COPIES of all bacterial tests, and a fully filled out materials list, signed by the Contractor, must be turned over or on -hand. 10. After final flush is completed, City Engineering staff will notify the Water Division that the main is acceptable and tapping permits can be issued. Prior to the full acceptance of the job, water main punchlist items (plumbing valve boxes, setting final box elevations, turning hydrants, etc...) must all be completed. 0 O �� n >:: t w C-) t <r s, rrl v c n N N M a Northside Marketplace Streetscape Improvements SP9 -20 Confluence Proj. #100091C SPECIAL PROVISION SP10 HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT AND MILLING. PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES: N O A. 2009 IDOT Standard Specifications o ,n rc� rn 1.03 QUALITY ASSURANCE: J, - M A. Use adequate numbers of skilled workers who are thoroughly trair( €and:hperaed in the necessary crafts and who are completely familiar with the sposified requirements and the methods needed for proper performance of the work in this`sectionN B. Quality testing: 1. 2009 IDOT Standard Specifications 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 23. Surface Courses. Section 2303 Hot Mix Asphalt Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. Northside Marketplace Streetscape Improvements SP10 - 1 Confluence Proj. #100091C 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 2009 Iowa DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. N O Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. ci rn —n Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness --+c? rn Division 25. Miscellaneous Construction -7�.'3 31 Section 2529. Full Depth Finish Patches. '^ '. °. Section 2530. Partial Depth Finish Patches. N w 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 final 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. Northside Marketplace Streetscape Improvements SP10 - 2 Confluence Proj. #100091C 3.04 AREAS TO BE OVERLAYED: A. Division I - Iowa City Streets - Asphalt Overlay NAME I LIMITS Linn Street JJefferson Street to Bloomington Street 3.05 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. B. Except as noted herein, all asphalt millings remain the property of the City and will be delivered to the Iowa City Landfill located on Hebl Ave.. 1. Pavement millings needed to construct temporary fillets shall be pled at all vertical edges to facilitate traffic. ° ca — C. Pavement milling shall occur no sooner than ten (10) working days prkno (Rrlay. Tie exception to this would be if after removal of the old asphalt oMi* the ex surface could no longer support prolonged traffic, then the contractor id be recd to place the leveling course immediately following milling and cleaniru! n - T �0 0 D. A header joint shall be milled at full paving width at transitions w�aere nKy Hot Mix Asphalt Paving abuts an existing Portland Cement Concrete Paving. The WC paving shall be milled at a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. E. Contractor shall provide at no cost temporary pavement to provide as a safe transition between milled surface and existing roadway surface 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one -time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.07 AGGREGATES A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. Northside Marketplace Streetscape Improvements SP10 - 3 Confluence Proj. #100091C B. Gradation. 1. A'% -inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to %" below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. N O C7 3.09 ASPHALT BINDER D� rM �... A. Asphalt binder shall be PG 64 -22. �c <r' �. M m a 3.10 EXISTING STREET SURFACES � N N A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHALT PLACEMENT A. Lifts Division 1 - A 1'/z' depth intermediate course followed by a 1'/" depth surface course. Northside Marketplace Streetscape Improvements SP10 -4 Confluence Proj. #100091C 2. Division 2 – Base course depth varies between 2"- 3" followed by a varying surface course of 2 "- 3 ". 3. Division 4 – In the widening areas, a 3" and 2" depth base course followed by a 2" depth surface course. B. Compaction 1. Class 1 B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be %" Gradation 21. Bituminous material shall be MC -3000. Primer shall be MC -70. N O 3.14 STREETS TO BE SEAL COATED: D� C s Division 3 - Iowa City Streets – Chip Seal (NONE) C,)-< r — r- � m �. m � v 3.15 PAVEMENT SMOOTHNESS: :� D N A. Pavement Smoothness shall meet the requirements of Section 2316 N 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 Northside Marketplace Streetscape Improvements SP10 - 5 Confluence Proj. #100091C w U C w d LL c O U }\ ! ) � c � LLI & - T L @ W C) Q 0. � W �e Q-00 Q � u " C/) 2 � ry 0 z � � Z W 2E W � 0 ry � � w L 2 ± w \ / U) ® U00 <k�Lu _0 0 k < \ C / k \ U ? - ) ± 0 � 4 A. e, \ } \ od )) \ |( j\ \( § ) §\!(\ ) 0 Sj \ (tH0 ) \ % t ƒ { 6 , �ƒ `lk, Sy /1 . � � y W VMOI /A 10 VMOI S kuo HMOI �O AlIO tl SIN3M3IAMidu�u ll E �'� � a ° ¢a EIGISIiI2iDI 11FE6-1 A 9sf pa ¢IIE. CfiY CL RK,� Y a 4 5N . Gae Wg a 3Y €ai e� C�- a J_ 1337i1S 1a3911'J - L�J , LJf'� e - -- - -- - F�j L IJ 13M}US 3nonanO I �i W VMOI / ALIO VMOI i $ U kilo VMOI �O AllO _ W S1NAINEA 2MNW D er CN pwz. �� <LL €L? 3O'd�dl3Ji2it/W �-0 s i! 66??k a s O ° gu 341SH12iONoIIF�a -I n '; �a CITY CL R;t! a h - 3 $z5 as o o C j 4 y 5 e$z iC e �u 1 t r➢ 7.g v x 3 i33 a5 S ffi W ?$$ to n §6a 68 'ei& $¢ _.$ 564 on 08 #C Q IL Lj �,III�I�nIIIy�II- p 11 133a1s la3av� g r� �^ 133ala NNII I 0 w �g i p y 13381S NNII 133UIS 3nonana a w W w � l� w a VMOI1 A11O VMOI V J 10 VMOI 30 AlIO r -o i a }�S e F na W S1N3W3A021dNI dMI , c x 11111 30d1di3)Qjvvi F I L D° i ` rf'� i ,i > a E °F LL g of ° =o� r 301SHBtION sks='4c p gLL_9� 2011FE8 —� M 13 sa s3ei3PE 5 wgss 3� u� ' :va , q P, 1§2 II I Jir 133211S NNII L 0 z I o ��z ❑ W Y�ol RV ll "3a4 !✓-` � 3 w J r 1 5 '_0 13MUS 1a39110 . . r ®I U L J � JJ I f L Ll w w z LL �� r J as has O Y pa wadQ SOO s %4001 0 SOO W vmo" J.IO VM01 ° fi 1.110 VMOI d0 A110 g W S1N3W3A021dW1 a ncou 30Vld13�i�1vN FI 3©ISHiUON § °as€ 20IIFES I #M 9: 13 IOWA CITY, IO NA R6 € § 0 L nx ws � ae wg g- c x3 t' e e c a %400 i as is ea ax3 £ss3 e€ x C / /1v Soo zi OP r 9 a 133211S 1iJ3911`J J y W 1332i1S NNll `-'{ _!'__,_ _ - ._i@ 0 K CTS w W c� r I F � I1 r�� o r _��J �- �o� ��L= ° ILI a 0 �1ig, d S 1gII Z Q ❑° I'1 4 °� ° s, S %11 LL a v J IOWA CITY, IO NA R6 € § 0 L nx ws � ae wg g- c x3 t' e e c a %400 i as is ea ax3 £ss3 e€ x C / /1v Soo zi OP r 9 a 133211S 1iJ3911`J J y W 1332i1S NNll `-'{ _!'__,_ _ - ._i@ 0 K CTS w W c� r I F � I1 r�� o r _��J �- �o� ��L= ° ILI a 0 w V C � tlM01 /AlI0 tlM01 _ w A 10 VM01 jOA 10 y n S1N3W3AO0 IdWl AOVldl3>1 WINM ISHJL2JON o joa 2BII FEB -I V 9 :13 IOWA C1TY.ton f s b � J3381S NOStl3dd3P j �.,q _ 5 J C e J L t 01 r ' o w h �3'us avw Eli, W q 4e 4`43 p _ 3 yv 5 F 4yde'•y. Z gd, §S J W � Sg'y4 j 4f @'tl Y' J � 6 - I I N16_NOMNIW001% E � 6 It II' II t , I '� 4,7 T s. i Y 3e i Im F -- 41 e .o, I a I �, gz [5 R: W 5 VMOI lull VMOI a J.LIO VMOI jc X15 = S1N3W3AO'6dWl 30ti-id13AP ISHi2JON > 2911 FEB -1 A`19: 13 It II' II t , I '� 4,7 T s. i Y 3e i Im F -- 41 e .o, I a I �, gz [5 R: \( k \/ s NEIVEIAMMm §Qv-1d WMBZSHi oN \; « mFIB § | ƒ y ^ � ! W tlM01 /A110 tlM01 yz z U s ALIO VAAOI AO ALIO C L a ¢w S1NE]w3A021dwl °o 30 d-1d13Ji�IHI I L E a €' o z ° �,g, 341SH12i0tp ° =;I= IFEB -I AM 9: 3 � q ' o ''+C � s 4 X2 s ? 1 5 E "s e• r�..� � 4 £ �LL � s SQ S § €:y3Y 923 a. 0 m - - - Q- - - - - - - NMI NOOIVS '0'I e: VNIHO 75e SS'VO )INV831V1S 921f19VJVH $/.I9O ELL j031SV1 ii0OR1tl00 a I &, r , 1332i1S NNI� 03 31NOH � 13J11dMN M000 30ISH1210N N O Mm NON LLI a, w e 13381S NNfI e�- O W VMOI l /.110 HM01 J 'u AllO YMOI d0 A11O g n �' 'ga$ n a J g S1N3W3/�02jdWl`Eg o g o g _ 3Ob�dl31i?JdW fIL a ° cz Ir� �;1 �< o x.59; s jy a: w r N 341SHEHON _ m 31.,E o 21111 FEB —1 AH'9: 13 sL 33 e, 9 -�as� 3 3 g 6 g3 3 s 3 y s v e a w ysa s- a 3 is t- �g� s = g 3g a gagzE: 000=00 000000 00 .00J0000r 0000 I 3 us g3 9n f II I I� Ij V _ -o 133211S NNI-1 a SNOOdSa I I I b3� e_o O HOaf1HOS,A21b'W "15 _ MOO A3710W dAS21 -- n 4 ; 0 - LEMLLS NNI'1 3uvn?DS A213M3as g xI / III ° 0 Atl10A30 _ O W tlM01 f A110 tlM01 U § NUO VMOI d0 A110 a & w - W e S1N3W3AO0 Jd Wl � ' sg�lgg N °_ Isid @ c Ty" 33V-1d13>QJVW M lJ 13 to 301SHON a # J 2011 FEB _1 pn 9: Ik a s vt €iB $ = � E a IpWA Cyy-13 A �§ g hill! $_P Eli E a gC H aE e 5a "s�" ja�€ r 8 p3 €se$ �Sa a8 sa = si $ i�g $& e3 e:= E Rix$ caqgl' s #asap-° S�Sfrp 51111111. "gs 8sa "6s 518€ $ i 8 ae yEE &X121.8 N S5 Sp HIM fill 5 8E a 9& Ex $ a €3gg X85 $[' 1111H, Efr $ £ i Y F x E£ g£ER 3 aE£P t 2 { #B a F e 6$ a fi M.111 " g R fS ae§xz ag r Eag [P 6$x. #E= g a1£ ®°x_s1E;$g € € €4 axzay gg Es ,�o$mRd ' -d�P2 s °8 x�gxs z #g$�. $3�a$ €sEgea9a$FRn �Pms s3a °``T'� _ � z F 1 ; a SRF 1 a1FIN! 1s ss 3$x % 2a fi$$H $a i1 1 `€ a 3$ °s- z3 x € ,w ps,` B4•a §I, ee to III 'as 1 8- _ �sad•�"6' a$ s i e 8$ @ �£ $1 E_ 2 8' €. 3 '.He €` §ga# a §8 £ =fl s $s y $ R dsFZ, sgRZ € W!R€ s af3. $ S s $ _ 3 4�a I € g aEa .s aaE s z Y i $ 3 E`• - s: ;If fi$F E $; E �33 atis a y"a a E a 3 a3 fr $ d2 4 a� Q!, R„TS zH M'�aas$¢3EE § 8� 8 $ ass a� �sg95 a3 a�es.E F<..as 2 N n a mm Mal e � 11pli g;q 38 fl g z € ai�y aspn� m said Sl §gfr @ea@g933 £2a3.�.i e w qgqg $R $ frtfia F€ .!sill 3a¢s bE 8.lk 1 IM �II €z YS °E€ F! 8.a &a s'sa= aoy o $ .1 k & s ..4 xax$ R4 all 1 r £ gF. as ax s$ d$ [ Ea Fs�x a $ 3 z g fit 3 $fig': §Cg sY�gt se' a �E axS3$ a Fa gg'y &% 6 €Sa % o. b a ° rc i 3 - -xa a- a g3 "g`- gAa e€ ELI `g deg x6XE £ 5 5 - 3 a y g Fa S 'A 3 SE £ g z *a $g a 6a 3- I Eaas$# HAW JI UP WM! a x f s ayy" a $y Exa EbYasH E' ay 8 ^s E §68E E. a3 s' s�A � FaA •5 is 2R I ° z.a �.% [E 351E "Eg, Q 6rX HE E xp b a £ n.� it i. $e s ° g E 886 F "•ba E dpi g � x$.: #. � g '. °.zz a F $s.. a mill; ... sg W VM01 f AL0 VM01 - i 'x oe ®5. U J s ALIO tlM0130 ALO S1N31N3A02idWl e a 5 a 5 !4 p �z� ° s 4: 407 I;3 3OVd12b FI E � <aa z . O =o a 3aISHI2JON 2omm -1 114 14 ., 9 ?¢ gjJ Y q91 �,yypp�� t V, @R3 9 S k f_k 6 r -.� 3 5 P 4 CITY CLERK 59 5 S� em ffivPi £ -P. J_5 6 4 i 'x E�-' ®5. S § e$ agG $ 5 a 5 Y q91 �,yypp�� t V, @R3 9 S k f_k 6 r -.� 3 5 P 4 2[g 62 @6 £ $ ° 33Ae: 5 59 5 S� em ffivPi £ -P. J_5 ZKDC)Z° O @(° QS)@ �' @S 0° 000" 33 v NNI NOOWS VNIHO NN0V0813J1V1S SIStlO JN8WH SAiE)n o d031Stl1 00 4 _ —_ �� ❑ - HUI 45 —. - -- — U)i o$ - o - = 133b1S NNII J§ _ _e �w as N 13)IZitlW N008 3015H1NON _ 03 31140H (V O SNINNtld �� ONINH d� �SNUSIX3 cu �- —ONUSN3 wy_ _ a �I - -U) . H 0 -„ '.I �s 133?iS NNII o J— ^ ¢ � I C) Q U x tlM01 /A110vmoI c a AlIO Ymol d0 AlIO _. S= e p �? S1N3W3AOcJdW z 3�b�d13�12idWkIL I;, °ag a s 9GlSH- Ud0Mol+FF8 —I N' V CITY CLU,FF „ 7 £ S y& e5$ U 5 P h g# sf p # t 5 c As £ s sa 6 0 G 5 S£ y d C 'FCF• Y t N 4 �5 �E i f r d ga z 6 Sa £5 3 d C3 5 & eSy F' E y, g _ 9 F e e' 1 Yz €q �F L _ z e 8. 3E j2Fp 3 'e. y3 #- E g R 1t15 h, Nfifl �y M. 3< y.' - ST'Y- v X , sA ° > ass @. gad 3, >..e i$ 8 z3a a C Y H b A - E3 N _< _ _ 0�QZ) 000'JOS) G@@00000 5 9NLL91X31/ ��� -a — _rho I Va o a U) - o P < 1332d1S NNII 0O I w J LL I LL w 0 a V z HOunHOSAava 1S °� t N r SNOOd S.l MOO A3710W dAStl 1 I _ T J k 4 II„ — 1332JiS NNII LLJ SE w N CD $es - - -'— _ii ,' -'✓ � �� R.a o .� —tea va 5� 38Hf1OS A�i3M3>Je Atl10/s30 W a VM01 / A 10 VM01 ),110 VM01 jo A 10 0 w = S1N3W3A0ddW1 ilGd s wF `� =K^ 30i�1d13�121tlW FILE I� I� ° z 0 341SH12JON 2011 FEB _i A09 is wa 5x . ads° § €N W+wil " ss S - -`sFe y s rn@ € _s8 i s 4 g § a s a s xa c ¢ gEn s1 e.a €�..as =Q s® 3 s §@ ce cs .� A,_� xa._F N QPP w ' $ #fie tl04 @ S 3y y 3 k5 A F� 8 �� g$ e k 3 to 3� 5} a r 1. hN 5 xe �. '�S� G Rn �a 3a E &� ¢x Se e@ € @ w s e $ 2 W i dE a3n3 .n_ soar i� Y $ - Y g e n.,. 'SSJSSOOSOS OOOOOOSS \�1 W W (= U) Z 0 z 0 0( J IM n se R� r ?e 1. �5 s II �~ N F W O R p3p3 W �3 N ea� w O a€ $k 1 §w 0 ilGd s wF �z SSW N A y6a 0WO 4 `y O a,ELr 3 sue= M ki o 4 F .a bIE@p w� 3 .. 3 1j.5g9F p N b wa 5x . ads° § €N W+wil " ss S - -`sFe y s rn@ € _s8 i s 4 g § a s a s xa c ¢ gEn s1 e.a €�..as =Q s® 3 s §@ ce cs .� A,_� xa._F N QPP w ' $ #fie tl04 @ S 3y y 3 k5 A F� 8 �� g$ e k 3 to 3� 5} a r 1. hN 5 xe �. '�S� G Rn �a 3a E &� ¢x Se e@ € @ w s e $ 2 W i dE a3n3 .n_ soar i� Y $ - Y g e n.,. 'SSJSSOOSOS OOOOOOSS \�1 W W (= U) Z 0 z 0 0( J IM n se R� r ?e 1. �5 s II �~ N F W O R p3p3 W �3 N ea� w O a€ $k 1 §w r lq i i + z x � z 0 F 'L 0 1w 0 O 6 W K W y w z a v 3 ki o 4 F r o 5wx a y 9 5 $ B 9 r lq i i + z x � z 0 F 'L 0 1w 0 O 6 W K W y w z a v W VMOI / A11O tlM01 c U m A 10 VMOI 30 A 10 L W Y S1NAVUlAOHdWt' IL ED ^e I z `wz 3Ot/ldl3�lbdW a ;,= IM 3QISHiHOl111FEB —I M9114 I;t.ael H CITY CLERK 3 = > ='[ g=9 m E §z .. v A 'fit @ l 3 9 os xd t qqo 'y5 c �b F .tltl: 3 5 fr S 2 pg� Fx Ytl •.5 c$ s s a z s;e g a '4§ 5 5'S 3 1 IS _2F5 2y Z 'tF Fg [p 2 6 33 NNI NOOTdS lMIHO aq SISVO $saga ANV831800 Oaf18WtlH S:AlOf1'O'I d031SV1 g as ga= a aoalaao� tt e 5 r. + - tea NJ _ LU LU I -OMUS NNII _ Y Igg 93 d9�' i 'san r E _ L — m r 03 31/40H 138aVA NOOS 301SH1aON N O f € M1 a_r�t - L r LI IF $e Lu— W d F z 133211S NNII z RE RE 0 ® sa a sa •�� .fit O r IM W $^ S x p fr �{ l I r W VMOI l u10 VMOI - y ALO VMOI dC ALIO a . 3 3sP g S W S1N3W3AO8dW1 ozz 3ot/ldl3)l2�t/I�ILEII� u3' 0 3aISH'8gM FEB -I ar : r4 �g`.M " ��mo° 3 3 Y5€ 4 aEd 3� i IT IACI VOWA ro g.ie7€ og9 k5 § _.. -`off a $ 1. ui LU 133UiS NNII Z O co ®," ax "xx 's$ $a HM �HI s^ f$I W $ I$9$: E LW L �Y lame � - � �� � j \ �' � .19 � ✓� y �Np. l / , � � 0 $ HadnHO S.A2IVW '1S p L- SNOOdS,-L u_ dASa — nmft I� W 133NIS NNI- Hit 111 r � U 95a a &s 3bivnosxd3M321S AVIOADI r CI17 CURK IVflH bn 1. 1a(5H < z g 4F { Og a= 5s� k i Use ax � a6? n 1C 1JJEI ee 3 E s-s O T s r U 5 f _ TI Iq v rIF - T= _ z I 3 E Q z U p ¢ ici)l VMOI /LLO tlM01 w ulOtlM01 �DALo ° gW` SlN3VYAAMJdV'lRjLED °e 8 ° ' �� a u »a w e; aw ¢ �c 0 3 30Vldl3XAVVY 3�1 i H� PqN is Y ^ S a2S €_ w CI17 CURK IVflH bn 1. 1a(5H < z g 4F { Og a= 5s� k i Use ax � a6? n 1C 1JJEI ee 3 E s-s O T s r U 5 f _ TI Iq v rIF - T= _ z I 3 E Q z U p ¢ CITY CLERK AWN 4 Im && 3 9 3q a o F tic, IDS - a v €ae ` € f € i w I u o N: a w MAgx =Fad 1 is s° i i dF L 4 ee p _ �kw E A E a $s a a ; „\^ � % F pi gY �s33ow _y s 1J,_ F PEE Ll o 0 0 w °o o 521 �#5 NAr e3' nn Q \ \1UlIIII / / /�y :s €�� e�6e " \ \ep�err�rriyyr�j Gi / - T M "L Rg L O 9 ¢ it LL - 2 I 1 �\ \111111111 / / // lllll 1111 \ \\ /ALIO tlM01 w s ;(= w MVMOI - W AMONW10I504110 yd o S1N3W3A01:JdWI FILED m Icse :_-O aw Ov °' 30` 1dl3Dl2�t/W 341SH1j �(�f `2Pfl ;' °€ we w ° J 'NH B—I AM 9-- g° 4i�si92 0 CITY CLERK AWN 4 Im && 3 9 3q a o F tic, IDS - a v €ae ` € f € i w I u o N: a w MAgx =Fad 1 is s° i i dF L 4 ee p _ �kw E A E a $s a a ; „\^ � % F pi gY �s33ow _y s 1J,_ F PEE Ll o 0 0 w °o o 521 �#5 NAr e3' nn Q \ \1UlIIII / / /�y :s €�� e�6e " \ \ep�err�rriyyr�j Gi / - T M "L Rg L O 9 ¢ it LL - 2 I 1 �\ \111111111 / / // lllll 1111 \ \\ \ W X U W VMO V ALIO tlM01 1 ? .WO VM01 l01U10 H1 ww =� S1N3W3/�02idWl FILED W `o yJ' _ �3 90V- 1dl3>1bV1N 3aISH�Mq�I _ �' UH; 1 amg1a CITY CLcRK Will IL a � o & n 3 ea s < sy < z a 8 C § 8 „$ lip e a £� o! o aE 3 vs m e a e z SHIM � 5skn ° o jz z Fi. m d �K i t 4g III' .. .. o � w %/- I.—lo �evmdol zmve.vuaaambawanxnbll e m E �s`ei e K aF= € ; w s ' x .s .s W F' VMOI /ALIOtlM01 W w ? AlIO VMOI JO A.10 SlN3W3AONdlNl FILED 8 If a; °� o o -i1. a w � LSi 30`dldl3Nl:lVVl 3aISH1bON ° 'so 201, FE6 -I AR 9: 14 - eased -E CITY ILE U o y Yi sg ° s �� E �' - b° 65 MIL g z 3 f �T— LI j/� a J E L„ F e gg l Il i �ysV3 3d a �zw. „' r I o 3l < r T 0 =� �g d , ? use "s MY T Fe - m c 8" w4 Ii"A / o w s § by '- m O J N LL sa '{.J ae ae �EHS va_ ea ® . 2 ;' - _. mme ___ A.LIJ .21a FILEU » FEB w * +w }()} r CITY CLERK /! +a CITY, m& \ \\\ \ \ \\ §\ ; ®)} _ ()} - - - - - - -- -- ----- Elsazas�| § ))) a�Rod ) (() }()} r `RG /! \ \\\ \ \ \\ §\ - - - - - - -- -- ----- \ \\\ \ \ \\ §\ Elsazas�| a�Rod uo-Tds3unun3JJs sl'�Wy`oadNI 10Z 13L "0 NOISIAIO 9NIMNI`ON3 x h d °o. 33Md1 NWW 3415H1tlON Inse :a'n -Va ,s =.� :3roasn <our -IS c 113 j'i ALIJ FMl .70 (,Lfj o� ZW ZO ws \` w p.h r �3NN H'.21VWT - I ❑ xZ O a e M.8'x3 f ILv Z > I O � ❑ I Zr � a w m N j J w a 0•• 3 III I J D I w z a w r w U Z O< a' m Q 3 Ia 3 rW D3 w> z� m Zw UW w> f1 7 3 0 h O s J 13 w ¢ z o 2 G F �r W � 1 � W � W J x N a �w— o r t N.N �w 'O O za `¢ a �z W � 0 zz Z ¢ o < wm J r � a W H sI DI J N LL Z crs 3W � j �Wr c W J Z 0 > J Z f < 0 O K O I r a w T R L H- N w Y rm > �h \ J r N 1 W n Nosxaaa�r W.& S5[[ IOU1Fh' N ^p'NryMtl3LtlAYJO1N0 \muary�YV] -p[o2 appy�cH \apgyWMNxO1.W'nOR,oM.MiVS O t z w z I w a I I m z p i > z rc h `¢ w w o W m u a m p �a I ❑ o w` I I z o ww I w aQ3 I i a o w m a II � 00 �m I ass Nds. Nd5 8 o Z o, = a z a 4 ¢ O rcw rs Z N K O w U Z N �m 2 ap N z o y 3¢ �¢po r LLw o a � p _ w r � 7 Q W li p d s w° h o NaLLQ�afQ I O° pU 31gi �p ° uac -z °LL'w °za N ° w Q w � Z U I �ZQp� >2K O WK KKhN O > LL O � N21015 ,.4Z I rc i y x � rc a 'O °o + wu3f �iw�n o W.& S5[[ IOU1Fh' N ^p'NryMtl3LtlAYJO1N0 \muary�YV] -p[o2 appy�cH \apgyWMNxO1.W'nOR,oM.MiVS NVId S3 L "LLI'13LC S�3w3wCkawl 30Y.d13Y�t;HVtl 30 SHLtlON -112 � VISE :WM G a :vSls3a 1 9 =,.:3 -W A oe =.. a\vosa NOISIAIO EJNIU33NION3 d.Ll� ECM OI 10 AID N LL $ °o i M N :,p< s U Im 1 ma I I w w w tt NO.LiJNI `° w mew a.-.— >a n www m° z t9 K rn _ �_� - zq o 1i1YM „8 W _ Z F N89_S ..ZL W w N >a az W cuo 3 mzQ wi¢ Z N oc r OWY4 I K °o p KQm< ~ �ae p ? 3? K Z 2 o N C a• � n ¢ H L wo 6 .. 7z 0 N3 g� °., 0 YYY I 21 n z I ¢m I o z w I o ww w> zw N °N w w o c N °o Z o z< N wz wn Z o w n Z Z mG W LX _ Pc LE Z m CI �m 1I�� 13 -1 C�S a waois �.,a� _ yr�a3Ny5. a3lefrtl „9 I .J.�>)_�a 3NnXp1VW T V I V V l 3Nn 'J1VW w za ei'[ [wLt &:'�'nq� Y{ ztlM-] JW' J\ �pbu�- p\ ozagyyoNap LS,My;4yrzpuyaetpp\4n1J.`H\:5 nlmd s3unun dLS I SiNl"d AOkdM "IS aro° NOISING DNIH33NIDN3 30Md13NdbW 34ISH1... sN59 NMtl O 9 31i 61, O `' :NOIS -3 .{M VMOI 3O AM I z wo❑ � � w 2011 FEB -I AM 9:14 d� ON N z ° CITY CLERK F N J n IOVIA CITY, IO'NA Q^ <000 Xm w .�- n m �< m� � W m 11 z w r wJ.o II °> � O�y� wp j 0 zm�w ip Qz �i Q o z is Qaw❑> Z ., NWIAd JO �tl^tl.. �wC �n�m¢o my,µ rca Za F w R' a zo Z Z XO Z z J — T w F a W Z 0 J22&LS 14KIII Y31u" o z o z 'CIS J 00, W p- ® 1 Q❑< o Om K K U U O O m — ��� W wwa a 1 W w w 0 0 a w w& ce w W Z Z W ryl 41 LL F I Imo¢ z�oi . Damj � .: U�w °a vi •-wu~i C?o Z zozam (AK?LL4 rmpaQ - w0°Om o °z3°zw p < °a3 z — C I `o w m ❑ w S n n w wZ O Omm 11 I z ? w JOm > wap m`°2Gf Wes❑ Mr~iiX"ZZO Owa �? LLddd yap \ z3a a U a� d� ON w K F N J n rn U O n N Q^ Xm w .�- n m �< m� � W m 11 K z wJ.o II °> myry n LL p wp O¢ c N z o avbx!n o:v j�mZF p F II J ip Qz �i Q y �. 1' ?LLlL Z ., NWIAd JO �tl^tl.. �wC my,µ Za F w R' a Z Z XO Z J a m W Z - Y31u" F M vL-L v1S _ _ +_ ____ _S NNI 10 .La�xx,LS 1NNI'I �F � I W I� z arm ¢ n m w 00 'I Jm� w v: cv Z c 0000 O J K O _ N?LLLL d M m 0 z __« , ��w _ ' . 2: 1' - mmam_me AZlJ -E!§ Reuel= \_ CITY c a � _mv,a �»m Z� . , �( 2 {§\ \ ) ) ) \ - WW �( - -- j ^ ^ \ \ �a \\ &\\ - - - - y . }0\ \ \\ \\\ - - \ \\ \ \\ z (, \ \} \ \ /�)( j /( ) \(\) \) \\ z� \\� (�\ < E P1 Z < . NVId dMd3d 3StlS S1 V34N3nOdd l NOISIAIO JNIa3N1JN3 AZIa v.4101 d0 A,L77 GNV AYIU C VAH 3D d1JdVA 301ZWON Uly _,a aa ns3sva N N O o 0 ZIIIIfEB -I AM 99 CIIY CLEPK¢ o IOWA CITY, 10 }> ❑ a m 5.332II.S w rc w NOZ`JDIIWOO'IE wOa w � x m - ,w s .I :; auti: GT2« vvwnu\ Na\ murvwm-o14S aysr- #lm,sWOMrvmouunoa\arbr: -1:s / G ttm o� // O❑ OO / a b c IN ® w N U m arW J Z Q0 C om iU NLL _ % I v ry w U LL m W why ZzR °53 o r j � � ol 1 O Z ao o E• m cm-i y Om wo W wN w z a Za W W ni 6 0 F W fL' �w a z K W m a 0w�QKQ u2u11 K J E6 Qz J aw m U m m y � �i� -LL J � 2I II O, ®. Imo- - U tin lL W J y! eo / yWZ m wZ rm <zz a0w 3� ow wren w0 z xw F ,w s .I :; auti: GT2« vvwnu\ Na\ murvwm-o14S aysr- #lm,sWOMrvmouunoa\arbr: -1:s / G ttm o� // O❑ OO / a c IN ® w N U m arW J Z Q0 C om iU NLL nVl wO v ry w U LL W why ZzR °53 o j � � ol 1 O J Z w Po wN ++ o ni 3 °a �w K W m a wJ w Qz J aw m U m m y � �i� -LL J � 2I II O, ®. Imo- - U tin lL W J y! eo ,w s .I :; auti: GT2« vvwnu\ Na\ murvwm-o14S aysr- #lm,sWOMrvmouunoa\arbr: -1:s h` �' 4d 3 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 11 -36 RESOLUTION SETTING A PUBLIC HEARING ON FEBRUARY 15, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORTHSIDE MARKETPLACE IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Northside Marketplace Improvements account #3751. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 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 15TH day of February, 2011, at 7:00 p.m. in 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 1st day of February 2011. Mayor ATTEST: J City Clerk Approved by: y Attorney's Office 1.26 �� Resolution No. 11 -36 Page 2 It was moved by Champion and seconded by adopted, and upon roll call there were: AYES: x —x x x x x x wpdafa/giossarylresoldon- lo.doo NAYS: Mims ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright the Resolution be NOTICE TO BIDDERS Northside Marketplace Improvements Linn Street from Jefferson Street to Bloomington Street Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 17th day of March, 2011, and shall be received in the City Clerk's office no later than said date and time. Sealed proposals will be opened immediately thereafter by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat at 7:00 P.M. on the 22nd day of March, 2011, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to Linn Street: • Curb and gutter and utility replacement • Street overlay • Streetscape improvements including pcc walks, stamped integral colored pavement, benches, landscaping, bike racks and artistic features. Project includes: Miscellaneous demolition including 1,240 LF of curb, 5,809 SF of colored stamped concrete, 2,055 SY modified subbase 9,548 SF of standard PCC paving, Installation of 776 LF of water main, 586 tons of HMA overlay, markings and traffic control, 3,130 SF sod and 16 trees. Other site amenities include benches, tree grates and landscaping. All work is to be done in strict compliance with the plans and specifications prepared by Concluence of Iowa City, which has heretofore been approved by the City Council, and is 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 and post bond satisfactory to the City insuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of ADVERTISEMENT FOR BIDS AF -1 the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, 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 Council, and shall guarantee the prompt payment of all materials and labor , and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: April 1t J 2011 Completion Date: June 17'", 201" 1 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 the Confluence, 9 South Linn Street, Iowa City, Iowa 52240, by bona fide bidders. A $50.00 deposit 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: Treasurer of the City of Iowa City, Iowa. " The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the contract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited. " 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 contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar ADVERTISEMENT FOR BIDS AF -2 amounts. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS AF -3 U1 -15.7 7 1rDI 10 Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 11 -50 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORTHSIDE MARKETPLACE IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, 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; and WHEREAS, funds for this project are available in the Northside Marketplace Improvements account #3751. 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, at 10:00 a.m. on the 17'h day of March, 2011. 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 22`e day of March, 2011, or at a special meeting called for that purpose. Passed and approved this 15th day of February , 20 t t mi Approved b�y, ATTEST: zCGvd 2C, 2� v f�A�XAtLUuwr tr1��u!r `� " CITY C ERK City Attorney's Office q1 Pmng /reslnsmktplcimprovappp &s.dm 2111 P� \�` Resolution No. 11 -50 Page 2 It was moved by Bailey and seconded by n; ckP„G the Resolution be adopted, and upon roll call there were: AYES: x x x X _x x x wpdata/glossarylresoluUon - k.doo NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printers Fee i, T. 'S ~ CERTIFICATE OF PUBLICATION STATE OF IOWA, . JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID ## 42- 0330670 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): GE Qu K 91 zall Legal Cle Subscr' ed and sworn to efore me this T-4-' day of A.D. 20 11 Public Qt L1NDA KROTL Commission Number 732619 My Commission Expires AN] Janua 27,2taa'a OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE NORTHSIDE MARKETPLACE IMPROVEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TOALLTAXPAYERS 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 con -duct a public hearing on plans, specifications, form of contract and estimated cost for the con- struction of the North Marketplace Improvement Project in said city at 7:00 p.m. on the 15th day of February 2011, said meet - Ing to be held In the Emma J. Harval 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 writr4tt and estimated cost are hOW,Qn file in the office of the City ;QI rJ in the City Hall In Iowa City, idii and maybe inspected by any `;.Interest -ed persons. Any interested persons may r appear at said meeting of the City Council for the purpose of making objections to and comments con - corning said plans, specifica- lions, contract or the cost of making said Improvement. This notice is given by order of the City Coun -cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KAFIR, CITY CLERK 82262 February 8, 2011 /J Printer's Fee $ a -1 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 0330670 I, R p&fk 5,,j 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 1 time(s), on the following date(s): R 6 22. 9 bdi Legal CI •k Subs ibed and sworn to before me this acs O day of �Q i A.D. 20 1 i y ublic �p1st LINDA KR s CommissionNumber732619 My Commission Expires oar. Janua 27.:' Of OFFICIAL PUBLICATION NOTICE TO BIDDERS Northside Marketplace Improvements Linn Street from Jefferson Street to Bloomington Street Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 17th day of March, 2011, and shall be received In the City Clerk's office no later than said date and time. Seated proposals will be opened immediately there- after by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed ' bid' for pur- poses of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat at 7:00 P.M. on the 22nd day of March, 2011, or at such later time and place as may then be sched- uled. The Project will involve the follow. Ing Improvements to Linn Street: • Curb and gutter and utility replace- ment • Street overlay • Sneetscape improvements includ. ing pce walks, stamped Integral col- ored pavement, benches, landscap- ing, bike racks and artistic features. Project Includes: Miscellaneous demolition including 1,240 LF of curb, 5,809 SF of colored stamped concrete, 2,055 BY modified sub. base 9,548 SF of standard PCC paving, Installation of 776 LF of water main, 586 tons of HMA over- lay, markings and traffic control, 3,130 SF sod and 16 trees. Other site amenities include benches, tree grates and landscaping. All work Is to be done in strict com- pliance with the plans and specifi. cations prepared by Concluence of Iowa City, which has heretofore been approved by the City Council, and Is 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 and post bond satisfactory to the City insuring the faithful per. formanw of the contract and main. lenance of said Project, if required, pursuant to the provisions of this notice and the other contract docu. ments. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, 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 band 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 Council, and shall guarantee the prompt payment of all materials and labor , and also protect and save harmless the ON from all claims and damages of any kind causes directly or indirectly by the operation of the contract, and shall also guar. antee the maintenance of the improvement for a period of five (5) year(s) from and after Its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: April 1th, 2011 Completion Date: June 171h, 2011 • . 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 the Continence, 9 South Linn Street, Iowa City, Iowa 52240, by bona fide bidders. A $50.00 deposit Is required for each set of plans and specifications provided to bidders or other inter- ested persons. The tee shall be in the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. " The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. It the corn tract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited. " 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) 2391422. 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 will be given to products and provisions groom and coal pro- duced 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 82472 February 22, 2011 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5145 RESOLUTION NO. 1 i —81 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE NORTHSIDE MARKETPLACE IMPROVEMENTS PROJECT. WHEREAS, All American Concrete, Inc. of West Liberty, Iowa has submitted the lowest responsible bid of $702,575.26 for construction of the above -named project; and WHEREAS, funds for this project are available in the Northside Marketplace Streetscape account # 3751. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to All American Concrete, Inc., 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. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 22nd day of march _'20 11 MAYOR ATTEST: CITY CLERK It was moved by Bailey and seconded by adopted, and upon roll call there were: A rsv>d y City Attor y'q/ ffic Dickens the Resolution be AYES: NAYS: ABSENT: x Bailey x Champion X Dickens x Hayek x Mims x Wilburn X Wright pwengVes \awrdcon.nsidemktplace.doc 4k: // FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and All American Concrete, Inc. ( "Contractor"). Whereas the City has prepared certain plans, specification forms for proposal and bid documents dated the 31St day of January, 2011, for the Northside Marketplace Improvements - Linn Street from Jefferson Street to Bloomington Street, 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 1 2,3 b. 'Iowa Statewide Urban Specifications for Public Improvements Manual' C. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; d. Plans; N —° e. Specifications and Supplementary Conditions; C) x'-r — c7-C r r f. Advertisement for Bids; - i� ;�rn m g. Note to Bidders; a h. Performance and Payment Bond; � F m i. Restriction on Non- Resident Bidding of Non- Federal -Aid. Projects; j. Contract Compliance Program (Anti- Discrimination Requirements); k. Form of Proposal and Bid Documents 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. FORM OF AGREEMENT AG -1 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachmept):ic g sy -re✓W &reen i2hC• K66tr £lecfrc Services # aROO L. L . Pellinq Co. 8 3, 00 0 Dave Schm;+} Consfmuhon 000 DIOLM 4 57000 Bet Line Produ.ch 4 6TO 0 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this day of OWNER: CONTRACTOR: City of Iowa City All American Contra 4 Inc By C `' By ATTEST: Mayor City Clerk (Title) ?Yes d cni- ATTEST: COY-10- S� c /-n -f- �. s . (Title) (Company Official) APPROVED BY: City Attorney's Office N 0 FORM OF AGREEMENT AG- 2 Z; r �M M c� . s- m FORM OF AGREEMENT AG- 2 PERFORMANCE AND PAYMENT BOND #54- 178963 All American Concrete, Inc. 507 E Rainbow Drive, West Liberty, Iowa 52776 , as (Here insert the name and address or 19021 title of the Contractor) Principal, hereinafter called the Contractor and United Fire and Casualty Company, P.O. Box 73909 Cedar Rapids, Iowa 52407 -3909 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 Seven Hundred Two Thousand, Five Hundred Seventy-Five and 261100s (8702,575.26 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of 3/30/2011 entered into a (date) written Agreement with Owner for the Norihside Marketplace Improvements— Linn Street from Jefferson Street to Bloomington Street; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be compieted.by Contractor, in accordance with plans and specifications prepared by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and vold; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surely 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 determination 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 compple�tion arranged under this paragraph), sufficient funds to pay the oet of completion, less the balance of the Contract Price, but not2pceedin5 the 'amount set forth in the first paragraph hereof. The term 1Wla ice2i the °n Contract Price," as used in this paragraph, shall mean thPtetal aMunt -- payable by Owner to Contractor under tho Agreement, togsmTer witA any J7 'addenda and/or amendments thereto, less the amount pro, paid by M Owner to Contractor. :4m PERFORMANCE.ANA PAYMENT 13ON.D :1 -E Cn C. The Contractor and Contractor's Surety shall be obligated to keep the Improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. I IS A FUR I HER 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 subcontractors, 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 30th DAY OF March IN THE PRESENCE OF: Witness Jean Wilson PERFORMANCE AND.PAYMENTBOND 2011 All American Concrete, Inc (Principal) (Tit a Jodi Simon, Treasurer /Secretary United Fire and Casualty Company (Surety) _ n (Title) Beth Ambrisco, Attorney -in -Fact, An Iowa Resident Agent 24 Westside Drive, Iowa City, Iowa 52246 (Address) N d_ n� ( 1 �n M cm PB- 2 UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal, office in Cedar Rapids, State of Iowa, does make, constitute and appoint DAVID G. WINEGARDEN, OR CRAIG WELT, OR TERRY L. MCDONALD, OR JEAN. A. WILSON, OR DENISE K. SLOUGH, OR L.J. WEGMAN, OR BETH AMBRISCO, OR KRISTI- NIELSON,. ALL INDIVIDUALLY of IOWA CITY IA its true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign; seal and execute in its behalf all lawful bonds undertakings and other obligatory instruments of similar nature as follows: AI I bonds not to exceed $10, 000,000.00 and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such Instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire 18th day of January; 2012 UnI ass sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney, or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company With the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and `execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact.- r IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by F b�L rr�. its vice president and its corporate seal to be hereto affixed this 18th day of January, 2010 coneoEATE °fin —�— ZZ UNITED FIRE & CASUALTY COMPANY SEAL c Pia` By (J ^�, /f State of Iowa County of Linn, ss 4, On 1 8th '.day of January,. 2010, .before me personally came Dennis J. Richmann Vice President to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above Instrument that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority, given, by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. Mary numb en Iowa A4.lan?1 Seal n��J ?°F commission number 713273 Y� - My Commission Expires tei26/13 Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by -laws of said Company as settWrth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that tib same re correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and now iltl6ll force and effect.r.,.! ``1ecnsuv.,, In test Dhy whereof I hava�Creunto subscribed my Dame and affixed the corporate gel ofiile sail CBlnpany r this iU day of P1 II 20 lA ° °may conronAiE °y^ `.rT! —O p r 7 SEAL Secretary 8POA00140706 PV-0i, Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTIONNO. 19 -25 RESOLUTION ACCEPTING THE NORTHSIDE MARKETPLACE IMPROVEMENT PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the Northside Marketplace Improvement Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty Iowa City, Iowa, dated March 22nd, 2011, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Northside Marketplace Streetscape account #3751; and WHEREAS, the final contract price is $744,279.80. 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 24th day of January 2012. Mayor ATTEST: e. City Cterk Approved by: `vV la2 a 4 City Attorney's Office /r7 /r Z 4d(4) Resolution No. Page 2 It was moved by Chamni an and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: —x — x x x x x x NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton PERFORMANCE AND PAYMENT BOND #54- 178963 All American Concrete, Inc. 507 E Rainbow Drive, West Liberty, Iowa 52776 , as (Here insert the name and address or legal title of the Contractor) Iowa and United Fire and Casualty Company, P.O. Box 73909 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 Seven Hundred Two Thousand, Five Hundred Seventy -Five and 26/1003 ($702,575.26 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of 3/30/2011 entered into a (date) written Agreement with Owner for the Northside Marketplace Improvements —Linn Street from Jefferson Street to Bloomington Street; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed. by Contractor, in accordance with plans and specifications prepared by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed -upon work Is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF TH15 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 Owners 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 determination 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 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 tho Agreement, together with any `addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. PERFORMANCE. AND PAYMENT BOND PB -1 C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. I I 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 subcontractors, alt 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 30th DAY OF March IN THE PRESENCE OF: Q Prb y� a 414D.4nt. Witness Jean Wilson Witness Jean Wilson 2011 All American Concrete, Inc (Principal) (Tice )IJodi Simon, Treasurer /Secretary United Fire and Casualty Company (Surety) (Title) Beth Ambrisco, Attorney -in -Fact, An Iowa Resident Agent 24 Westside Drive, Iowa City, Iowa 52246 (Address) PERFORMANCEAN.DPAYMENTBOND PB -2 UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal, office in Cedar Rapids; State of Iowa, does make, constitute and appoint DAVID G. WINEGARDEN, OR CRAIG WELT, OR TERRY L. MCDONALD, OR JEAN A. WILSON, OR .DENISE K. "SLOUGH, OR L.J. WEGMAN, OR BETH AMBRISCO, ORrKRISTf NIELSON, ALL INDIVIDUALLY of IOWA CITY IA its true and lawful Attorney(s) -in -Fact with power and authority hereby conferred to sign,, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Al I bonds not to exceed x$10,000,000.00 and to bind!UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority :. hereby granted shall: expire 18th'day of January,; -.2012 unless sooner revoked. ` This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance,; bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the `Company 'as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by 0p a6 v4i riz its vice president and its corporate seal to be hereto affixed this 18th day of January, 2010 Z3, Conrosa 2 °O sent Y= UNITED FIRE & CASUALTY COMPANY bae By State of Iowa, County of Linn, ss: Vice President On 18th day of January, 2010, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority the Board of Directors of said corporation and that he signed his name thereto, pursuant to like authority „and acknowledges same to be the act and deed of said corporation. Mary A. Jansen Iowa Nqjerial Seal A _ �Commission oomper 713273 My Commission�xplres1WW13 _Notary Public of that I have compared the foregoing copy Company as set forth in said Power of nd that the same are correct transcripts been revoked and is now in full force and In test�ohy whereof I hake hereuhto subscribed :mu Dame and affixed the corporate "seal 'of the said Company this 9th day of march 20 U . —?r �O Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 4d RESOLUTION NO. 12 -205 RESOLUTION ACCEPTING THE NORTHSIDE MARKETPLACE IMPROVEMENT PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the Northside Marketplace Improvement Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty Iowa City, Iowa, dated March 22nd, 2011, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Northside Marketplace Streetscape account #3751; and WHEREAS, the final contract price is $745,751.05. WHEREAS, authorization by this resolution will rescind and replace the previous authorization under Resolution No. 12 -25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this ist day of May '2012. A -rsA Mayor ATTEST: i d 7/ City lerk Approved by: City Attorney's Office Resolution No. Page 2 12 -205 It was moved by Champion and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens x Dobyns x Hayek x Minis x Payne x Throgmoitai