Loading...
HomeMy WebLinkAboutRESTORATION PROJECT/NORMANDY DR/PHASE 2/2013[MO14- we- MOAN 2013 30 -Auk Sep %2�s�ora�tiD /� %�✓v��cf �� l lDr- I�Lcxns , Specs / !'�?1paso:- c?�?d CL�✓Jfi . h-e-arin doT/G of /GC6lG 2Ct/ //2 D/L (ang, ,S � � s C'/ _Ce1 1�1:1.wr a CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE NORMANDY DRIVE RESTORATION PROJECT, PHASE II IOWA CITY, IOWA We hereby certify that this document was prepared by the following or under our direct personal supervision and that we are duly licensed Professional Landscape Architects, Professional Engineers under the laws of the State of Iowa. SIGNED: Antonio C. Malkusak Iowa License No. 00581 My license renewal date is June 30, 2015. Laura A. Hawks Iowa License No. 00275 My license renewal date is June 30, 2015. Nicholas J. Bettis Iowa License No. 17780 My license renewal date is December 31, 2013. Joshua F. Kuperman Iowa License No. 21391 My license renewal date is December 31, 2013. Mohammed N. Abuhasan Iowa License No. 20081 My license renewal date is December 31, 2013. DATE: O aC") - -) c., c G7 �n c7K W r aA m ba r w N SPECIFICATIONS TABLE OF CONTENTS NORMANDY DRIVE PHASE II RESTORATION IOWA CITY, IOWA m N O_ TITLE PAGE °� W C D� c� CERTIFICATIONS n"< c TABLE OF CONTENTS '<rn 7-0r �x r BIDDING REQUIREMENTS, CONTRACT FORMS: Y w N ADVERTISEMENT FOR BIDS ................................................ ............................... AF -1 NOTE TO BIDDERS ....................................................:..::........ ............................... NB -1 FORM OF PROPOSAL ............................................................. ............................... FP -1 BIDBOND ................................................................................. ............................... BB -1 FORMOF AGREEMENT .......................................................... ............................... AG -1 PERFORMANCE AND PAYMENT BOND ............................... ............................... PB -1 CONDITIONS OF THE CONTRACT: CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) .................... ............................... CC -1 GENERAL CONDITIONS ......................................................... ............................... GC -1 SUPPLEMENTARY CONDITIONS .......................................... ............................... SC -1 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS........................................................................... ............................... . R -1 SPECIFICATIONS: , PART 1- GENERAL REQUIREMENTS Section 01010 Summary of the Work ........................... ............................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 PART 2 - SITE WORK Iowa Statewide Urban Specifications for Public Improvements Manual (Not Bound Herein and Excluding Division 5 - Water Mains and Appurtenances and Division 8 - Traffic Signals) m PART 3 — SUPPLEMENTAL SPECIFICATIONS DIVISION 2 — SITE WORK Section 02180 Engineered Wood Fiber (EWF) Safety Surfacing ............. Section 02310 Pre -Cast Concrete Ramp System .. ............................... Section 02780 Unit Pavers ..................................... ............................... Section 02795 Hot Mix Asphalt Porous Pavement . ............................... Section 02881 Playground Equipment ................ ............................... Section 02900 Landscaping ......................................... ............................... Section 02930 Seeding .................................. ............................... ` 'DIVISION 3,; CONCRETE Section 03300 Cast -in -Place Concrete ............... ............................... DIVISION 4 - STONE 02180 -1 02310 -1 02780 -1 02795 -1 02881 -1 02900 -1 02930 -1 03300 -1 Section 04200 Unit Masonry - Landscape ............... ............................... 04200 -1 DIVISION 6 —WOOD Section 06100 Rough Carpentry ......................... ............................... 06100 -1 DIVISION 10 —SPECIALTIES Section 107300 Specialties Manufacturer of Protective Covers ................ DIVISION 16— ELECTRICAL Section 165100 Lighting ........ 07300 -1 265100 -1 N M - YC] Uj °- o M y-U b N 07300 -1 265100 -1 NOTICE TO BIDDERS NORMANDY DRIVE RESTORATION PROJECT, PHASE II Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 8t' of October, 2013. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15'h of October, 2013, or at special meeting called for that purpose. The Phase II Project will involve the following: Project 1: Parking Lots and Multi -use Trails to include, Clearing & Grubbing (217 Units), Removal of PCC /HMA Driveway & Sidewalk (494 SY), Stockpiling & Disposal of Topsoil (1,637 CY), 4" Subdrain (265 LF), Granular Subbase (1,669 SY), HMA for Parking Lots & Multi -use Trails (3,635 SY), PCC Curb & Gutter (146 LF), PCC Driveway & Sidewalk (223 SY), Car Stops (18), and Seeding (1 Acre). Project 2: Ashton House Exterior Improvements to include, Earthwork (100 SY), Groundcover plant installation (25 flats), Trees /Shrubs /Perennials installation (107 plants), Seeding (0.5 Acre), Cast -in -Place Concrete Ramp Footings (23 Each), Electrical & Bollard Installation (6 Units), Privacy Fencing (152 LF), ADAAG Ramp, Pre- cast Concrete Boardwalk, and PCC Sidewalk (158 SY). Project 3: Natural Playscape to include, Playground Equipment (3 Units), Installation of Playground Equipment, Boulder Installation (40 Tons), Installation of Play Sand (21 Tons), Installation of Engineered Wood Fiber Safety Surfacing (4,155 SF), Landscape Bed Preparation (3,890 SF), Landscape Mulch (50 CY), and Tree /Shrub /Perennial Installation (221 Units). All work is to be done in strict compliance with the plans and specifications prepared by Abundant Playscapes, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed AF -1 rNv O w D� C n-G w 3� ca N AF -2 by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to cv be issued by a responsible surety approved by ch Q the City, and shall guarantee the prompt payment -_ SCQ of all materials and labor, and also protect and La save harmless the City from all claims and LU v� damages of any kind caused directly or indirectly C) M l YV by the operation of the contract, and shall also t— Q guarantee the maintenance of the improvement LL _1 V$ .a for a period of two (2) years from and after its O completion and formal acceptance by the City N Council. The following limitations shall apply to this Project: Working Days: 100 Specified Start Date: October 24, 2013 Liquidated Damages: $250 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of Rapid Reproductions, 4i Inc. of Iowa City, Iowa, by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapid Reproductions. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac- tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at AF -2 (515) 281 -5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 N O � :*C,) fy C C-) ;<m f71 s N AF -3 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal Bidder References 21-1-?9 0 w D = 4 CD m 4 A W N FORM OF PROPOSAL NORMANDY DRIVE RESTORATION PROJECT, PHASE II CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder O n La y� TO: City Clerk City of Iowa City City Hall 07e J5 410 E. Washington St. p� N Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such wdrL Normandy Drive Restoration Project, Phase II Project 1: Parking Lots and Shared Use Trails ' ' Item No. Unit Quantity Description Unit Price Total Amount 1.01 LS 1 Mobilization 1.02 LS 1 Construction Surveys 1.03 LS 1 Traffic Control 1.04 LS 1 Temporary Erosion and Sediments Controls 1.05 EA 5 Qualifying Rainfall Event Inspection 1.06 LF 300 Fitter Sock 1.07 LF 1090 Silt Fence 1.08 Sy 504 Stabilized Construction Entrance 1.09 UNITS 217 Clearing and Grubbing 1.10 SY 494 Remove Existing PCC /HMA Driveway or Sidewalk 1.11 CY 692 6" Strip, Stockpile and Re- spread Topsoil On -site FP -1 1.12 CY 675 6" Strip and Dispose Topsoil Off Site 1.13 LS 1 Class 10 Excavation 1.14 CY 350 Class 10 Excavation: Borrow 1.15 LF 265 Subdrain, 4" 1.16 EA 2 Subdrain Cleanouts 1.17 EA 1 Storm Sewer Intake, SW -512 1.18 LF 60 Pipe Culvert, 12" RCP 1.19 EA 4 Pipe Apron, 12" RCP 1.20 SY 350 Subgrade Treatment Fly Ash 1.21 SY 350 Subgrade Treatment Geogrid 1.22 SY 1669 Granular Subbase, 6" 1.23 SY 2,143 Shared Use Paths: HMA Pavement 6" 1224 SY ' ,_ 1,492 HMA Pavement: 7" 1.25 LF 146 Curb & Gutter, 18" PCC 1.26 SY, 72 Driveway, 7" PCC 1.27 SY 151 Sidewalk, 4" PCC 1.28 LF 840 White Waterborne Paint Pavement Markings, 4" 1.29 EA 1 White Waterborne Paint ADA Symbol 1.30 EA 1 Parking Lot Sign 1.31 SF 144 Detectable Warnings 1.32 EA 18 Car Stops 1.33 Acre 1 Seeding, Fertilizing and Mulching - Conventional Seeding 1.34 Y 200 Temporary Rolled Erosion Control Products RECP 3 SY4::�ir 57 Turf Reinforcement Mats (TRM) Su Tota r ct 1: Parking Lots and Shared Use Trails = L.l. C� t--Q ._¢ U s'" Project shtorrHouse Exterior Improvements Item No. Unit Quantity Description Unit Price Total Amount 2.01 . , LS _ Lump Sum Removals - [2] Light Posts, Fixtures & Associated Cable, Screen around Utilities and Existing Wood Fence & Haul to Landfill .2.02 _ LF 190 LF Tree Protection - Snow Fencing -2.03 _ SY 100 SY Earthwork 2.04 Each _. 600 American Ginger (24 plants /flat - 25 flats total) 2.05 Each 7 Dense Yew #5 2.06 Each 5 Eastern Redbud 6' B &B 2.07 Each 5 Shawnee Brave Cyprus 6' B &B 2.08 Each 12 Blue Muffin Viburnum #5 2.09 Each 3 Threadleaf Cypress #5 2.10 Each 3 Green Velvet Boxwood #5 2.11 Each 29 Emerald Green Arborvitae FP -2 2.12 Each 43 Happy Returns Daylily #1 Description Unit Price 2.13 AC 0.5 AC Seeding GameTime High Stepper Medium Climber 2.14 Each 23 Cast -in -Place Concrete Ramp Footings GameTime 4' High Embankement Slide w/ Posts and Deck 2.15 Each 1 Parking Area Light Foundations Installation of Playground Equipment 2.16 Each 6 Bollard Foundations Sound Play Diatonic Palm Pipe Drum 2.17 LF 152 LF Privacy Fencing PCC Pad for Palm Pipe Drum 2.18 LS Lump Sum Concrete Stair Installation of Sound Play Palm Pipe Drum c 2.19 LS Lump Sum ADAAG Ramp (Conc. Treads, Beams, Piers, Associated Connectors, Abutments Engineering) Wire Logs c-) w 2.20 LF 160 LF Stair and Ramp Railings Boulders 12 -24" �� r- 2.21 3.09 Ton Not Used Boulders 24 -36" 2.22 Each 2 LED Site Lighting Fixture PlayMate Engineered Wood Fiber Mulch X 2.23 Each 1 Fixture Pole & Pole Base Play Sand ro 2.24 Each 4 Ground Boxes Installation Only - Stump Scramble 37 Stumps 2.25 LS Lump Sum 1" Conduit and Wiring Stone Steps 2.26 Each 6 Bollards Installation Only - Vertical Log Edging 50 Logs 2.27 LS Lump Sum Pre -cast Concrete Boardwalk (Concrete Treads, Beams, Piers, Curb, Associated Connectors, Abutments Engineering) Pea Gravel sump pit 2.28 SY 158.3 Sidewalk 5" P.C.C. SubTotal for Project 2: Ashton House Exterior Improvements Project 3: Natural Playscape Area Item No. Unit Quantity Description Unit Price Total Amount 3.01 Each 1 GameTime High Stepper Medium Climber 3.02 Each 1 GameTime 4' High Embankement Slide w/ Posts and Deck 3.03 LS Lump Sum Installation of Playground Equipment 3.04 Each 1 Sound Play Diatonic Palm Pipe Drum 3.05 SY 4 PCC Pad for Palm Pipe Drum 3,06 LS Lump Summa Installation of Sound Play Palm Pipe Drum c 3.07 Each 10 Wire Logs c-) w 3.08 Ton 27 tons Boulders 12 -24" �� r- 3.09 Ton 13 tons Boulders 24 -36" 3.10 SF 4,155 SF PlayMate Engineered Wood Fiber Mulch X 3.11 Ton 21 tons Play Sand ro 3.12 LS Lump Sum Installation Only - Stump Scramble 37 Stumps 3.13 Ton 5.5 tons Stone Steps 3.14 LS I Lump Sum Installation Only - Vertical Log Edging 50 Logs 3.151 Ton 1 2.8 tons Pea Gravel sump pit FP -3 3.16 CY 50 CY Landscape Beds Shredded Hardwood Mulch 3.17 SF 3,890 SF Landscape Bed Preparation 3.18 Each 3 Eastern Redbud 6' B &B 3.19 Each 18 Dwarf Fothergilla #5 3.20 Each 3 Eastern White Pine 6' B &B 3.21 Each 3 Eastern Sycamore 2" Cal. 3.22 Each 3 Quaking Aspen 1.75" Cal. 3.23 Each 1 Bald Cypress 8' B &B 3.24 Each 4 Princeton American Elm 2" Cal. 3.25 Each 6 Korean Spice Viburnum #5 3.26 Each 29 American Cranberrybush Viburnum #5 3.27 Each 3 Trumpet Vine #5 3.28 Each 22 Northern Sea Oats #5 3.29 Each 16 Shasta Daisy #1 3.30 Each 7 Money Plant #1 3.31 Each 22 Lemon Balm #1 3.32 Each 22 Spearmint #1 3.33 Each 19 Red Miscanthus Grass #5 3.34 Each 13 Bee Balm #1 3.35 Each 3 Starry Solomon's Seal #1 3.36 Each 24 Lamb's Ear #1 total r Pro*t 3: Natural Playscape Tbfal Amou t] BASE BID Projects 1, 2 and 3: M > terns Bi s Project 1: Parking Lots and Shared Use Trails _o Alt Bid 1: South Parking Lot — Porous Pavement instead of Standard HMA Item No. Unit Quantity Description Unit Price Total Amount 1.50(P -1) LS 1 Class 10 Excavation 1.51(P -1) SY 1496 Structural Soil- Bearing Fabric 1.52(P -1)' SY 1327 Modified Granular Subbase 1. 3 P -1): SY 1327 Stone Recharge Bed, 9" Depth 1.54(P -1) ° SY 1111 Porous HMA Pavement: 6" 1. ff -1) LF 408 Curb & Gutter, 18" PCC 1.66(P -1) LS 1 Car Stops (Deduct) Alt Bid P -1 TOTAL TO ADD TO BASE BID Alt Bid P -2: North Parking Lot - Standard HMA Item No. Unit Quantity Description Unit I Total Amount Price FP -4 1.60(P -2) LS 1 Construction Surveys Description Unit ; Price. 1.61(P -2) LF 190 Silt Fence Construction Surveys 1.62(P -2) 1.91(P -3) LF Not Used Silt Fence 1.63(P -2) UNITS 58 Clearing and Grubbing Not Used 1.64(P -2) SY 15 Remove Existing PCC /HMA Driveway or Sidewalk Clearing and Grubbing 1.65(P -2) CY 170 6" Strip, Stockpile and Re- spread Topsoil On -site Remove Existing PCC /HMA Driveway or Sidewalk 1.66(P -2) CY 200 6" Strip and Dispose Topsoil Off Site 6" Strip, Stockpile and Re- spread Topsoil On -site 1.67(P -2) LS 11 Class 10 Excavation 6" Strip and Dispose Topsoil Off Site 1.68(P -2) LF 1340 Subdrain, 4" Class 10 Excavation 1.69(P -2) EA 16 Subdrain Cleanouts Structural Soil- Bearing Fabric 1.70(P -2) SY 11397 Granular Subbase, 6" Modified Granular Subbase 1.71(P -2) SY 11270 HMA Pavement 7" Stone Recharge Bed, 9" Depth 1.72(P -2) LF 1146 Curb & Gutter, 18" PCC Porous HMA Pavement: 6" 1.73(P -2) SY 177 Driveway, 7" PCC Curb & Gutter, 18" PCC 1.74(P -2) SY 14 Sidewalk, 4" PCC d 1.75(P -2) LF 1840 White Waterborne Paint Pavement Markings 'All Markings 1.76(P -2) EA 1 White Waterborne Paint ADA Symbol c, 1.77(P -2) EA 1 Parking Lot Sign n p 1.78(P -2) EA 5 Car Stops .e 1.79(P -2) Acre 0.3 Seeding, Fertilizing and Mulching - Convention Seeding � N Alt Bid P -2 TOTAL TO ADD TO BASE BID Alt Bid P -3: North Parking Lot - Porous HMA Item No. Unit Quantity Description Unit ; Price. Totaf Amount 1.90(P -3) LS 1 Construction Surveys 1.91(P -3) LF 190 Silt Fence 1.92(P -3) Not Used 1.93(P -3) UNITS 58 Clearing and Grubbing 1.94(P -3) SY 15 Remove Existing PCC /HMA Driveway or Sidewalk 1.95(P -3) CY 170 6" Strip, Stockpile and Re- spread Topsoil On -site 1.96(P -3) CY 200 6" Strip and Dispose Topsoil Off Site 1.97(P -3) LS 1 Class 10 Excavation 1.98(P -3) SY 1565 Structural Soil- Bearing Fabric 1.99(P -3) SY 1397 Modified Granular Subbase 1.100(P -3) SY 1397 Stone Recharge Bed, 9" Depth 1.101(P -3) SY 1173 Porous HMA Pavement: 6" 1.102(P -3) LF 578 Curb & Gutter, 18" PCC 1.103(P -3) LF 340 Subdrain, 4" 1.104(P -3) EA 6 Subdrain Cleanouts 1.105(P -3) SY 77 Driveway, 7" PCC 1.106(P -3) SY 4 Sidewalk, 4" PCC FP -5 1.107(P -3) ILF 1840 1 White Waterborne Paint Pavement Markings, 4" 1.108(P -3) EA 1 White Waterborne Paint ADA Symbol Description Unit 1.109(P -3) EA 1 Parking Lot Sign Class 10 Excavation Price 1.110(P -3) Acre 0.3 Seeding, Fertilizing and Mulching — Conventional Seeding Class 10 Excavation Bid P -3 TAL TO ADD TO Alt Bid P -4: East Parking Lot - Porous Pavement instead of Standard HMA Item No. Unit Quantity Description Unit Total Amount 1.130(T -1) LS 1 Class 10 Excavation Price 1.120(P- LS 1 Class 10 Excavation 4 SY 2756 Modified Granular Subbase 1.121(P- SY 397 Structural Soil- Bearing Fabric 4 SY 2143 Porous HMA Pavement:5" 1.122(P- SY 344 Modified Granular Subbase 4) 4.123(P- SY : 344 Stone Recharge Bed, 9" Depth 4 1.124(P- SY ' 292 Porous HMA Pavement: 6" 4 1.125( LF' 158 Curb & Gutter, 18" PCC 4 a 26(- 50 1 Car Stops (Deduct) o-. w . o V� t Bid', 4 p�_.q TA Orpi3� TO BASE BID Alt Bi6"f -1: Porous Trail - Porous Pavement instead of Standard HMA Item No.' Unit Quantity Description Unit Price Total Amount 1.130(T -1) LS 1 Class 10 Excavation 1.131(T -1) SY — 2756 Structural Soil- Bearing Fabric 1.132(T -1) SY 2756 Modified Granular Subbase 1.133(T -1) SY 2756 Stone Recharge Bed, 9" Depth 1.134(T -1) SY 2143 Porous HMA Pavement:5" Alt Bid T -1 TOTAL T1 ADD TO BASE BID Alt Bid T -2: North Shared Use Path Loop - Standard HMA Item No, Unit Quantity Description Unit Price Total Amount 1.140(T -2) LS 1 Construction Surveys 1.141(T -2) LF 484 Silt Fence 1.142(T -2) Not Used 1.143(T -2) UNITS 8 Clearing and Grubbing MW 1.144(T -2) CY 140 6" Strip, Stockpile and Re- spread Topsoil On -site Quantity Description 1.145(T -2) CY 200 6" Strip and Dispose Topsoil Off Site 1,515 SF Rain Garden Area - VOID to be completed in future 1.146(T -2) LS 1 Class 10 Excavation Lump Sum Planting Bed Area "A" (includes 160 LF Spaded Edge, 27 CY Mulch and soil prep) 1.147(T -2) SY 828 Shared Use Path: HMA Pavement, 6" Lump Sum Planting Bed Area "B" (includes 38 LF Spaded Edge, 34 CY mulch, soil prep and plant materials 1.148(T -2) LF 43 Pipe Culvert, 12" RCP Lump Sum Planting Bed Area "C" (includes 113 LF Spaded , Edge, 25 CY mulch, soil prep and plant materials 1.149(T -2) EA 2 Pipe Aprons, 12" RCP 1 Greco Polygon Structure 1.150(T -2) Acre 0.6 Seeding, Fertilizing and Mulching - Conventional Seeding 2 _ Polygon Structure Electrical Fixtures 1.151(T -2) SY 26 Turf Reinforcement Mats (TRM) Lump Sum Cast -in -Place Concret Entry Column Foundatie. C-) I --- Alt #2.08 Each 1 Cast -in -Place Concrete 3' Square Footing Alt Bid T -2 TOTAL TO ADD TO BASE BID Alternate Bid Items Project 2: Ashton House Exterior Improvements Please note - Items below are not included in the quantities and bid items above. Associated work such as, but not limited to, topsoil stripping, clearing and grubbing, bed or electrical preparation, materials & supplies, associated plant materials, erosion control and surface restoration would be incidental to each of the alternatives for Project 2. Item No. Unit Quantity Description Unit Price Total Amount Alt #2.01 SF 1,515 SF Rain Garden Area - VOID to be completed in future Alt #2.02 LS Lump Sum Planting Bed Area "A" (includes 160 LF Spaded Edge, 27 CY Mulch and soil prep) Alt #2.03 LS Lump Sum Planting Bed Area "B" (includes 38 LF Spaded Edge, 34 CY mulch, soil prep and plant materials Alt #2.04 LS Lump Sum Planting Bed Area "C" (includes 113 LF Spaded , Edge, 25 CY mulch, soil prep and plant materials Alt #2.05 Each 1 Greco Polygon Structure C' Alt #2.06 Each 2 _ Polygon Structure Electrical Fixtures �- Alt #2.07 LS Lump Sum Cast -in -Place Concret Entry Column Foundatie. C-) I --- Alt #2.08 Each 1 Cast -in -Place Concrete 3' Square Footing Alt #2.09 SF 680 SF Pre -cast Paving for Patio 0 Alt #2.10 SF 843 SF Pre -cast Paving for Polygon Structure y Alt #2.11 LS Lump Sum Transplanting Tree Saplings (10 total) ^> Alt #2.12 SFF 60 SFF Stone Masonry Site Entry Column Alt #2.13 SFF 60 SFF CMU Masonry Alt #2.14 Each 1 Masonry Cap Stone & Cap Stone Instailaion Alt #2.15 Each 3 Bollards (for North Parking Lot) Alt #2.16 LF 220 LF Rail Fencing Alt. #2.17 LF 351.5 Subdrains for Patio Alt. #2.18 LF 351.5 Subdrain Bedding & Backfiil Alt. #2.19 SY 100 Sidewalk 5" PCC FP -7 Alternate Bid Items Project 3: Natural Playscape Please note — Items below are not included in the quantities and bid items above. Associated work such as, but not limited to, topsoil stripping, clearing and grubbing, bed preparation, lumber, concrete footings, hardware, landscape fabric, materials & supplies, installation, associated plant materials, erosion control and surface restoration would be incidental to each of the alternates for Project 3. Item No. Unit Quantity Description Unit Total Amount U rQ UO Price Q en Alt #3.01 LS Lump GameTime High Stepper Regular Climber (to Sum replace High Stepper Medium) Alt #3.02 LS Lump Entry Arbor Sum Alt #3.03 Each 7 GameTime Straight Leg Park Bench 72" Alt #3.04 LS Lump Wood Step Bridge Sum Alt #3.05 LS Lump Boulders 8" - 12" (4 tons) Sum Alt #3.06 LS Lump Sound Play Pre - school Music Station and PCC Sum Base ' N C) ,S W J U rQ UO Q en b N ME The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -9 o W q, a �m ; m 7 o W N .:•►c as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," In the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for THE NORMANDY DRIVE RESTORATION Project. La NOW, THEREFORE, C:) rn (a) If said Bid shall be rejected, or in the alternate, 17 s C� (b) If said Bid shall be accepted and the Principal shall execute and Mliver dontract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 2013. (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney -in -fact) Attach Power -of- Attorney C -1-M FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 2013, for the Project ( "Project "), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. Statewide Urban Design and Specifications for Iowa, current edition C. ADA/ABA Accessibility Standards, 2010, d. AASHTO Standards for Multi -use Trails, current edition, 22 e. Plans; �C-j w c -� :>__ 4 f. Specifications and Supplementary Conditions; E2_< W o t-- . g. Notice to Bidders; M = h. Note to Bidders; w L Performance and Payment Bond; j. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; k. Contract Compliance Program (Anti- Discrimination Requirements); I. Proposal and Bid Documents; and `.r M. This Instrument. The above components are deemed complementary and should be read together. In the AG -1 event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this City ATTEST day of Mayor Contractor ATTEST: 2013. City Clerk (Company Official) AG -2 Approved By: City Attorney's Office c7 c� �L M `�• h-Q C Q—�i ^+ O N o day of Mayor Contractor ATTEST: 2013. City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND tm (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (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 asg3ns, jointly and severally. tka 7;A O i WHEREAS, Contractor has, as of entered into % (date) o� written Agreement with Owner for NORMANDY DRIVE RESTORATION PROJa`� PF SE II Project; 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 , 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 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 A 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon, determina t tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or Ka 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. 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 two (2) 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 subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 2013. IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) c-� LLJ Z�' W � /fitness (Title) e) j Co c`'i►�, ti U (Street) 4' Q V N (City, State, Zip) (Phone) NMI GCodn cl;rEDiCJVii; G rvipfl t, -i, � tau Vlvogram CITY OF IOWA CITY p� t 3* W CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 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. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 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. CC-1 N O O tJ =:n c > o� C-)-� o r M- 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 sue.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, 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. CC-2 Cl) k O V F- "o 0 N CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC-3 N Q W. C-) -.4 :4 C-) w 0 �» 1 r7i W 0 9 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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. 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. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. A 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.jaln your interviewers on discrimination laws. Biased and subjective judgments in personal 1P$ereet5 can be a major source of discrimination. (ipror firing and selection procedures and use non - biased promotion, transfer and training J �lici t-to increase and /or improve the diversity of your workforce representation. Companies �reusty�ae sure procedures for selecting candidates for promotion, transfer and training are based or>!�ir assessment of an employee's ability and work record. Furthermore, all companies �I§oueast and otherwise publicize all job promotional opportunities and encourage all qualified ployMs to bid on them. N CCA blot ,% .� , ®,�ni 00 City OrA Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. N O O _w per.{ 47 C.) z' w .<r 0 _ n Z5= n w CC -5 w.� n�--i�y 0 2 -3 -1 CHAPTER 3 DISCRIMINATORY PRACTICES r1j r,v 2 -3 -1 SECTION- C1j1,1 C. It shall be unlawful for any employer, ONIN employment agency, labor organiza- 2.3 -1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3: Credit Transactions; Exceptions 2 -3 -4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It 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. 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) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: Iowa City CC -6 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for 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. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 2 -3 -1 2 -3 -1 FILED spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to PHIP �paTo �i�i lt: Ig(tich chooses to offer employment or immunodeficiency virus. An agree - ertise for employment to only the ment between an employer, a L disabled or elderly. Any such employ- ment agency, labor organize�do) l? ICJ ment or offer of employment shall not kiscriminate their employees, agents or memtSctr among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95 -3697, 11 -7 -1995) to the human immunodeficiency virus, Is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemiologist determines and the If the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired Immune deficiency syn- employer's family. drome poses a significant risk of transmission of the human Immunode- S. To employ on the basis of sex in ficiency virus to other persons in a those certain instances where sex is a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or Its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for Instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 097 Iowa City CC -7 bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability In those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted narrowly. (Ord. 94 -3647, 11 -8 -1994) GENERAL CONDITIONS The Statewide Urban Design and Specifications for Iowa, or SUDAS, shall apply to all sections except the following: Parking Lot Striping, is governed by the General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," 2012 Series, as amended; Section 02900 Landscaping and Section 02930 Seeding from Division 2 — Site Work as per the City of Iowa City Parks and Recreation Department Codes, and those sections identified in the Supplementary Conditions and Supplemental Specifications. SC -1 r O C7 w ■ � d i �rn x o� r q w LO SC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations S -7 Employment Practices S -8 Contract Compliance Program (Anti- Discrimination Requirements) S -9 Measurement and Payment S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or The Statewide Urban Design and Specifications for Iowa, or SUDAS, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within Statewide Urban Design and Specifications: "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 2012, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to the Statewide Urban Design and Specifications: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. No work is to begin prior to 7:00am or end after 9:00pm. S -3 INSURANCE. SC -2 0 C-) w o rn �- r. p w w These Supplementary Conditions amend or The Statewide Urban Design and Specifications for Iowa, or SUDAS, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within Statewide Urban Design and Specifications: "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 2012, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to the Statewide Urban Design and Specifications: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. No work is to begin prior to 7:00am or end after 9:00pm. S -3 INSURANCE. SC -2 A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 91 W LL 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. , The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3.` Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. 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: Tvoe of Coveraoe Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $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. Cl) o-� �o o CUF- ch V C.7 {.. •O¢ U o N SC -3 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims- made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be 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. I N C) < a r SC-4 � � �- w W 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. 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 .ahem. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to the Statewide Urban Design and Specifications: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to the Statewide Urban Design and Specifications: BidUbrs s4@11 list those persons, firms, companies or other parties to whom it propvsesd�jrnds to enter into a subcontract regarding this project as required for approval W by Ee Cfy -and as noted on the Form of Proposal and the Agreement. ...� If rR m�,Zy business enterprises (MBE) are utilized, the CONTRACTOR shall furnish dowehtaWn of all efforts to recruit MBE's. M C) SC -5 S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to the Statewide Urban Design and Specifications: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -7 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safetgof them- selves or others employed on the project. Q iy t n r.. Contractor shall not commit any of the following employment practices and agF€kl A_ o to 'blud following clauses in any subcontracts: �� a To discriminate against any individual in terms, conditions, or privileges. employ because of sex, race, color, religion, national origin, sexual orientatior%deriden marital status, age or disability unless such disability is related to job per'bermanrz of such person or employee. P- To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay Items and methods of measurement. The provisions of this section will supersede applicable sections in the Statewide Urban Design and Specifications, or SUDAS_, S -10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S -11 CONSTRUCTION STAKES. Replace the last paragraph of the Statewide Urban Design and Specifications with the following: The Contractor shall be responsible for the staking of the project and the protection or preservation of stakes and marks. Any necessary re- staking will be at the Contractor's SC -6 expense. 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. SC -7 7 C7 Q .J "rte o 0 N SC -7 RESTRICTION ON NON - RESIDENT RIDDING ON NON - FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 8/13 data. cirynl/ gfM.t.,SpecsNwt.M.d. R-1 a C7. w 3 m% 0 ?� ca 47, SECTION 01010 -SUMMARY OF THE WORK PART 1 -GENERAL 1.01 SECTION INCLUDES F. Permits, Fees and Regulatory Agencies G. Contractor Use of Site and Premises H. Contract Documents 1.02 PROJECT DESCRIPTION A. Prime Landscape Architect: Abundant Playscapes, Inc. Sub - Consultants: Hawks Design, Inc., Hall and Hall Engineers, Inc., Innovative Engineers, Inc., and VJ Engineering, Inc. B. Owner: City of Iowa City, Department of Public Works and City of Iowa City Parks and Recreation C. The Project consists of two [2] Milestones of completion, the first by December 15, 2013 and the second by June 30, 2014, for Improvements for the Normandy Drive Restoration Project, Phase II, Iowa City. 1.03 CONTRACT DESCRIPTION Contract Type: A single prime contract is to be awarded based on a stipulated sum as described in the Form of Agreement Between the Owner and the Contractor and shall include the following Base Bid Project Items; 1.04 DESCRIPTION OF THE WORK A. Work as indicated on the construction drawings and specifications, including, but not limited to: Project 1: Parking Lots and Multi -use Trails to include, Clearing & Grubbing (217 Units), Removal of PCC /HMA Driveway & Sidewalk (494 SY), Stockpiling & Disposal of Topsoil (1,637 CY), 4" Subdrain (265 LF), Granular Subbase (1,669 SY), HMA for Parking Lots & Multi -use Trails (3,635 SY), PCC Curb & Gutter (146 LF), PCC Driveway & Sidewalk (223 SY), Car Stops (18), and Seeding (1 Acre). Project 2: Ashton House Exterior Improvements to include, Earthwork (100 SY), 01010 -1 N O A. Project Description o iy B. Contract Description C. Description of Work ern - v D. Work by Owner rri C?� F- �' w E. Owner Occupancy and Phasing t F. Permits, Fees and Regulatory Agencies G. Contractor Use of Site and Premises H. Contract Documents 1.02 PROJECT DESCRIPTION A. Prime Landscape Architect: Abundant Playscapes, Inc. Sub - Consultants: Hawks Design, Inc., Hall and Hall Engineers, Inc., Innovative Engineers, Inc., and VJ Engineering, Inc. B. Owner: City of Iowa City, Department of Public Works and City of Iowa City Parks and Recreation C. The Project consists of two [2] Milestones of completion, the first by December 15, 2013 and the second by June 30, 2014, for Improvements for the Normandy Drive Restoration Project, Phase II, Iowa City. 1.03 CONTRACT DESCRIPTION Contract Type: A single prime contract is to be awarded based on a stipulated sum as described in the Form of Agreement Between the Owner and the Contractor and shall include the following Base Bid Project Items; 1.04 DESCRIPTION OF THE WORK A. Work as indicated on the construction drawings and specifications, including, but not limited to: Project 1: Parking Lots and Multi -use Trails to include, Clearing & Grubbing (217 Units), Removal of PCC /HMA Driveway & Sidewalk (494 SY), Stockpiling & Disposal of Topsoil (1,637 CY), 4" Subdrain (265 LF), Granular Subbase (1,669 SY), HMA for Parking Lots & Multi -use Trails (3,635 SY), PCC Curb & Gutter (146 LF), PCC Driveway & Sidewalk (223 SY), Car Stops (18), and Seeding (1 Acre). Project 2: Ashton House Exterior Improvements to include, Earthwork (100 SY), 01010 -1 Groundcover plant installation (25 flats), Trees /Shrubs /Perennials installation (107 plants), Seeding (0.5 Acre), Cast -in -Place Concrete Ramp Footings (23 Each), Electrical & Bollard Installation (6 Units), Privacy Fencing (152 LF), ADAAG Ramp, Pre -cast Concrete Boardwalk, and PCC Sidewalk (158 SY). Project 3: Natural Playscape to Include, Playground Equipment (3 Units), Installation of Playground Equipment, Boulder Installation (40 Tons), Installation of Play Sand (21 Tons), Installation of Engineered Wood Fiber Safety Surfacing (4,155 SF), Landscape Bed Preparation (3,890 SF), Landscape Mulch (50 CY), and Tree /Shrub /Perennial Installation (221 Units). 1.05 WORK DONE BY OWNER A. Owner has provided some tree removal from vacated properties. 1.06 OWNER OCCUPANCY A. Owner Occupancy: Owner will occupy existing Ashton House Recreational Building, 820 West Park Road. B. Cooperate with Owner to minimize conflict and to facilitate Owners operations. C. Schedule the Work to accommodate Owner occupancy. 1.07 PERMITS, FEES, INSPECTIONS AND REGULATORY REQUIREMENTS A. Comply with applicable building codes, including: i. 2012 International Building Code as amended ii. Americans with Disabilities Act, 2010 Guidelines B. Permits /Fees: The Contractor shall obtain and pay for all fees, permits, inspection reviews as required by the Owner. 1.08 CONTRACTOR USE OF SITE AND PREMISES A. Site Access: Construction vehicles and workmen will not be restricted in their use and access to the site except to the extent that this limits the Owners continued operations during D. Construction operations, staging areas for temporary use and storage of materials shall be 01010 -2 construction; or obstructs the ability of the local residents access to their properties. B. Coordination with Other City Projects: Contractor is to coordinate with operations, staging and :r improvements by other Contractor for the City of Iowa City project Ashton House Interior * InAovements. Construction for the Ashton House Interior Improvements work is scheduled -7 goEoompletion in December 2013. UJ C. W �se Keeping: .¢ ►_ cL i. Contractor is to clean the construction site on a daily basis, and keep on -site v O materials secured. Loose construction materials and debris that is susceptible -� to being blown around will interfere with conduct of Owner and local residents. ii. Contractor is to remove construction debris immediately from areas adjacent to private property. D. Construction operations, staging areas for temporary use and storage of materials shall be 01010 -2 within construction limits as indicated in the construction documents. The Contractor is to repair any damage to existing landscape areas. E. Parking: The existing parking lots on the west end of Lower City Park shall not be used for construction parking. No existing trails are to be used for construction parking or traffic. F. Arrange use of site and premises to allow the Owner occupancy and access to existing Park areas such as, but not limited to, the Iowa River Corridor Trail. G. Provide access to and from premises as required by laws and by Owner: Do not obstruct roadways, sidewalks, or other public ways without a permit. H. Utility Outages and Shutdown: Limit shutdown of utility services that disrupt existing facilities to 4 hours at a time or as prearranged with Owner. Provide 1 week advance notice to Owner to coordinate shutdown of utility services, if necessary. I. Coordinate access and haul routes with governing authorities and Owner. J. Provide and maintain access to fire hydrants, free of obstructions. K. Provide means of removing mud from vehicle wheels before entering streets. 1.09 CONTRACT DOCUMENTS A. Specifications: Specifications and other Contract Documents which are a part of the Contract Documents are listed in the Specifications "TABLE OF CONTENTS" Work shall conform to requirements of Specifications and other written instructions which may be subsequently issued by the Architect to supplement, modify or interpret. B. Plans: Drawings for work in the Contract shall be listed on Title Sheet of the Drawings. C. Specifications are intended to cover all labor, materials and standards of workmanship to be employed in the work indicted on the Plans and called for in the Specifications or reasonably implied therein. The Plans and Specifications supplement one another. Any part of the work mentioned in one and not the other shall be done the same as if it has been mentioned in both. D. If the drawings and specifications are in conflict, and the Contractor did not pose the question in writing so that an interpretation could be given prior to receipt of the bids, .then the Contractor is responsible for having used the most expensive /conservgW, a of the ways represented by the point of conflict, and included in the bid. .• ;;? E. The Contractor shall not make alterations in the Drawings and Specifications., In the event of errors or discrepancies, the Contractor shall notify the Landscape Architect. The Landscape Architect will make the necessary corrections /interpretation. PART 2 - PRODUCTS C:) ca n� rb- 171, None. n"< W 4n o PART 3 - EXECUTION � �M W 01010 -3 None. END OF SECTION 01010 -4 SECTION 01025 MEASUREMENT AND PAYMENT PART1- GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE 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 from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2- PRODUCTS p w 2.01 NONE PART 3 - EXECUTION = rn -v IM 3.01 PROCEDURE: D W A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. I The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. 01025 -1 It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and /or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent 'driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result f any construction activity. The cost of clean up shall be incidental. p� B. 13p) M DESCRIPTIONS LL!Y j t yp '"cified below the Measurement and Payment for each line item shall be per 9 Aj;.WYJd to and /or modify the following Measurement and Payment Items as Follows: 1.01 MOBILIZATION Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants Section 1090 — Measurement and Payment of SUDAS Standard Specifications. 1.02 CONSTRUCTION SURVEYS Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants 01025 -2 Section 1090 — Measurement and Payment of SUDAS Standard Specifications. 1.03 TRAFFIC CONTROL Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants Section 1090 — Measurement and Payment of SUDAS Standard Specifications. 1.04 TEMPORARY EROSION AND SEDIMENT CONTROLS Will be paid Lump Sum as outlined in Division 9 — Site Work and Landscaping Section 9040 — 1.08.2 of SUDAS Standard Specifications. Add the following incidental items: • Regular maintenance on adjacent and surrounding roads to ensure they are clear of debris and soil tracking. • Installation, regular maintenance, and removal / disposal off -site (if necessary) of the temporary construction entrance • Managing and completing the necessary record keeping for Iowa City Construction Site Runoff Permit. 1.05 QUALIFYING RAINFALL EVENT INSPECTION Will be paid by Each as outlined in Division 9 — Site Work and Landscaping Section 9040 — 1.08.3 of SUDAS Standard Specifications. 1.06 FILTER SOCK This is a contingency item and shall only be used if approved by Landscape Architect or Engineer. Infill filter material shall be a compost blend and not straw. Will be paid by Linear Feet as outlined in Division 9 — Site Work and Landscaping Section 9040 — 1.08.D of SUDAS Standard Specifications. Add the following incidental items: • Installation, removal of sediment and removal of sock. 1.07 SILT FENCE Will be paid by Linear Feet as outlined in Division 9 — Site Work and Landscaping Section 9040 — 1.08.N of SUDAS Standard Specifications. Add the following incidental items: • Installation, removal of sediment and removal. o Q CJ 1.08 STABILIZED CONSTRUCTION ENTRANCE c Will be paid by Square Yard as outlined in Division 9 — Site Work and Tr�Nscaing Section 9040 — 1.08.0 of SUDAS Standard Specifications. =in o {° Add the following incidental items: ;<m • Installation, fabric and removal. p70 3 1.09 CLEARING AND GRUBBING D ca Will be paid by Units as outlined in Division 2 — Earthwork Section 2011W—' 1A A of - SUDAS Standard Specifications. Tree removals were estimated in the field and the tabulation of units is based_on table 2010.01 of SUDAS. Payment will be at the unit price per unit of trees and stumps removed. Contractor shall flag trees to be removed and coordinate a site visifwith project Landscape Architect prior to removal for review and approval. Add the following incidental items: • Relocate, removal, store and reinstall traffic signs removed for project improvements 1.10 REMOVE EXISTING PCC /HMA DRIVEWAY OR SIDEWALK Will be paid by Square Yard as outlined in Division 7 — Streets and Related Work Section 01025 -3 7040 - 1.08.H of SUDAS Standard Specifications. Add the following incidental items: • Grinding of curbs for ramps and driveways where indicated on plans 1.11 6" STRIP, STOCKPILE AND RESPREAD TOPSOIL ON -SITE Will be paid by Cubic Yards as outlined in Division 2 - Earthwork Section 2010 - 1.08.D of SUDAS Standard Specifications. This bid item does not include shrinkage in the volumes calculated. Verify with owner and project Landscape Architect prior to removal of any topsoil from the site. Some excess topsoil is expected to be used in the play ground area to create landform and achieve a net balance for earthwork if other suitable material generated from Class 10 excavation is not adequate volume. Overhaul will be paid separately. Topsoil shall remain owner's property and shall not be used by contractor for other projects. 1.12 6" STRIP AND DISPOSE TOPSOIL OFF -SITE Will be paid by Cubic Yards for loading, transporting and stockpiling material at one of the dump sites specified on the cover sheet of the drawing set. Verify with owner and /or project Landscape Architect prior to removal of any topsoil from the site. Documentation and /or observation by inspector will be required for disposing of material off -site. 1.13 CLASS 10 EXCAVATION Will be paid by Lump Sum as outlined in Division 2 - Earthwork Section 2010 - 1.08.E of SUDAS Standard Specifications. 14 CLASS 10 EXCAVATION: BORROW This is a contingency item and shall only be used if approved by Landscape Architect or Engineer. Will be paid by Cubic Yard as outlined in Division 2 - Earthwork Section 2010 - 1.08.E of SUDAS Standard Specifications. 15 SUBDRAIN, 4" Will be paid by Linear Feet as outlined in Division 4 - Sewers and Drains Section 4040 - 1.08.A of SUDAS Standard Specifications. Add the following incidental items: • Subdrain outlet with rodent guard • Subdrain connection to existing storm pipe and non - shrink grout 1.16 SUBDRAIN CLEANOUTS Will be paid by Each as outlined in Division 4 - Sewers and Drains Section 4040 - 1.08.0 of SUDk,S Standard Specifications. 1.17ATORiSEWER INTAKE, SW-512 /iliaid by Each as outlined in Division 6 - Structures for Sanitary and Storm Sewer ( Se M96010 - 1.08.13 of SUDAS Standard Specifications. W �- J>- Add the following incidental items: o ?U Sawcutting existing pipe, remove pipe section(s) and reconnecting pipes with collars "1.18 i iPE ClVERT, 12" RCP FNill be paid by Linear Foot as outlined in Division 4 - Sewers and Drains Section 4030 - 1.08.A of SUDAS Standard Specifications. The following shall be Incidental: • Daylight grading downstream of culvert. 1.19 PIPE APRONS, 12" RCP 01025 -4 I Will be paid by Each as outlined in Division 4 — Sewers and Drains Section 4030 — 1.083 of SUDAS Standard Specifications. Connected Pipe Joints shall be required as part of the installation. 1.20 SUBGRADE TREATMENT FLYASH This is a contingency item and shall only be used if approved by Landscape Architect or Engineer. This will be paid by Square Yard as outlined in Division 2 — Earthwork Section 2010 — 1.08.H of SUDAS Standard Specifications. 1.21 SUBGRADE TREATMENT GEOGRID This is a contingency item and shall only be used if approved by Landscape Architect or Engineer. This will be paid by Square Yard as outlined in Division 2 — Earthwork Section 2010— 1.08.1-1 of SUDAS Standard Specifications. The geotextile material shall be installed per the manufacturers / suppliers instructions, and overlap in the material shall be considered incidental to this item 1.22 GRANULAR SUBBASE, 6" This will be paid by Square Yard as outlined in Division 2 — Earthwork Section 2010 — 1.08.1 of SUDAS Standard Specifications. Granular Subbase for driveway construction paid separately. 1.23 SHARED USE PATHS: HMA PAVEMENT, 6" This will be paid by Square Yard as outlined in Division 7 — Streets and Related Work Section 7030 — 1.08.0 of SUDAS Standard Specifications. Quantities that are indicated are for a 10.5' wide trail. Contractor has option to pave the trail to a 10' width. Payment will be on actual quantities installed. The following shall be incidental: • Flagging of trail and coordination with Project Landscape Architect as noted on plans is incidental to this line item. • Special Subgrade Preparation per Division 7030.3.02.A.2 • Shaping existing PCC structure by grinding off corners as specified and painting with traffic paint. 1.24 HMA PAVEMENT, 7" F� This will be paid by Square Yard as outlined in Division 7 — Streets aq§ Rela� Work Section 7020 — 1.08.6 of SUDAS Standard Specifications. a;0 A.. 1.25 CURB AND GUTTER, 18" PCC --I 4 This will be paid by Linear Foot as outlined in Division 7 — Streets arrelated mc W k , ' Section 7010 — 1.08.E of SUDAS Standard Specifications. 1.26 DRIVEWAY, 7" PCC C4 _. This will be paid by Square Yard as outlined in Division 7 — Streets and. ft.M,' -I d Work Section 7030 — 1.08.1-1 of SUDAS Standard Specifications. The following shall be incidental: • 6" Rock subbase 1.27 SIDEWALK, 4" PCC This will be paid by Square Yard as outlined in Division 7 — Streets and Related Work Section 7030 — 1.08.E of SUDAS Standard Specifications. This item is for sidewalks within street right -of -way. The following shall be incidental: • 'ED' jointing when abutting existing slab 01025 -5 1.28 WHITE WATERBORNE PAINT PAVEMENT MARKINGS, 4" This will be paid by Linear Feet as outlined in Division 4183 — Iowa Department of Transportation Standard Specifications. 1.29 WHITE WATERBORNE PAINT ADA SYMBOL This will be paid by EACH as outlined in Division 4183 — Iowa Department of Transportation Standard Specifications. 1.30 PARKING LOT SIGN This Bid Item is paid by Each sign installed and includes the sign, post, nuts, bolts and all other necessary fitting. The base footing and van accessible sign (if applicable) are incidental to this item. 1.31 DETECABLE WARNINGS This will be paid by Square Feet as outlined in Division 7 — Streets and Related Work Section 7030 — 1.08.G of SUDAS Standard Specifications. The following shall be incidental: • Cast Iron Plates as indicated on plans (cast iron plates shall be painted brick red). 1.32 CAR STOPS The unit price for this item (Each) shall constitute full payment for all labor, material, and equipment to install the car stops. Car stops shall be either Portland Cement Concrete (P.C.C.) or Premium Recycled Rubber. 1.33 SEEDING, FERTILIZING, AND MULCHING — CONVENTIONAL SEEDING The unit price for this item shall be paid based on the number of acres seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch and water, and all upkeep as specified, including a one year guarantee. 1.34 TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP) This is a contingency item and shall only be used If approved by Landscape Architect or Engineer. This will be paid by Square Yard as outlined in Division 9 —Site Work and Landscaping Section 9040 — 1.08.E of SUDAS Standard Specifications. The following shall be incidental: cx Q Type 2 RECP is required a X Overlap of material ca:o . Installed per the manufacturers / suppliers instructions Ld d .35 &JRFEINFORCEMENT MATS (TRM) RffiisNfl e paid by the Square as outlined in Division 9 —Site Work and Landscaping L. `Sect 040 — 1.08.R of SUDAS Standard Specifications. e--, The following shall be incidental: • A minimum of Type 1 is required • Overlap of material • Installed per the manufacturers / suppliers instructions Project 2: Ashton House Exterior Site Improvements: 2.01 REMOVALS: The lump sum price for this item includes all work required to remove 61 lineal feet of existing wood privacy fencing and (2) light posts and fixtures and all of their associated wiring and components. See Project 1 Measurement and Payment Item 1.09 Clearing and Grubbing for removal of trees. 01025 -6 2.02 TREE PROTECTION: The unit price for this item shall constitute per lineal foot for providing and installing snow fencing as protection around existing stands of trees and individual trees as shown on the site preparation plans. 2.03 EARTHWORK: The unit price for this item includes filling -in holes and leveling and finish grading uneven lawn areas and will be paid per square yard of finish grading work completed. All areas will receive over - seeding. Utilize topsoil that has been stockpiled on the Normandy Drive restoration site for finish grading of the Ashton site. Adhere to SUDAS Spec Section 2010 3.02 stripped, salvage and spreading topsoil. 2.04 Thru 2.12 LANDSCAPE PLANTINGS: The unit prices for these items shall be paid based upon the number of plants planted for each type, class and size specified, in locations delineated on the plans and approved by the city forester prior to planting. Included with these items are furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved surrounding soil, shredded hardwood bark mulch (3" depth), spaded edge (with mechanical edger), and all upkeep as specifi" including a one year guarantee. E,, U 2.13 SEEDING: The unit price for this item shall be paid based on the number of acres sees ZI`5ferged, Fnd' mulched and includes preparation of seed bed, supply and application of fertilizer, rpulyh and water, and all upkeep as specified, including a one year guarantee. r" :X 77��@ -yam s 2.14 CAST -IN -PLACE CONCRETE RAMP FOUNDATIONS: �' w The unit price for this item shall be based upon each of foundations provided and metalled. Work must be completed in coordination and cooperation with the precast ADAAG ramp contractor. The unit price for this item includes: provision and installation of the cast in place foundations and all associated equipment rentals, testing, soil preparation, forming, and rebar. 2.15 & 2.16 PARKING AREA LIGHT FOUNDATIONS AND BOLLARD FOUNDATIONS: The unit price for these items includes: testing, soil preparation, installation of concrete foundations, forming and all associated hardware. Also included is coordination with the electrical contractor for proper placement of bollard and parking lot light poles. The contractor shall be paid for each foundation provided and installed. 2.17 PRIVACY FENCING: The unit price for this item will be paid based upon the lineal feet of privacy fencing installed. . Included with this item: provision and installation of privacy fence, metal hardware; post bases and concrete foundations and all components and equipment necessary to create a fully functioning privacy fence. 2.18 CONCRETE STAIR The unit price for construction of concrete stair will be a lump sum and will be paid upon the completion of a fully functioning concrete stair. This item includes structural concrete, subgrade preparation and compaction, forming, placement, and finishing of concrete, curing, surface treatments, hardware, testing and all equipment rentals. This item also includes cooperation and coordination with ADAAG ramp contractor. 2.19 ADAAG RAMP: The lump sum price for this item will be paid based upon the percent complete for furnishing and installing a fully functioning ADAAG ramp including all associated precast concrete components 01025 -7 (treads, beams, piers), hardware, testing, and rental of equipment necessary for a complete ADAAG ramp. Also included with this item is coordination and cooperation with the cast in place concrete foundation contractor, and the structural concrete stair contractor. 2.20 STAIR AND RAMP RAILINGS: This work item will be paid based upon lineal feet installed as outlined in SUDAS Division 9 — Site Work and Landscaping — Section 9080 Concrete Steps and Handrail. Incidental to this work is all finish work and hardware. 2.21 NOT USED 2.22 LED SITE LIGHTING FIXTURE Contractor shall be paid for provision and installation of each fully functioning site lighting fixture. (Parking lot pole will include (2) fixtures). 2.23 FIXTURE POLE AND POLE BASE: Contractor shall be paid a lump sum for provision and installation of a fully functioning site lighting fixture pole and pole base in the parking lot. 2.24 GROUND BOXES: Contractor shall be paid for each fully functioning ground box provided and installed. 2.25 1" CONDUIT AND WIRING Contractor shall be paid a lump sum amount for 1" conduit installed for a fully functioning lighting system. 2.26 BOLLARDS Contractor shall be paid for provision and installation of each fully functioning bollard light. 2.27 BOARDWALK The lump sum price for this item will be paid based upon the percent complete for furnishing and installing afully functioning boardwalk including all associated precast concrete components (treads; beams, piers), hardware, testing, and rental of equipment necessary for a complete boardwalk. Also included with this item is coordination and cooperation with the concrete paving contractor. 2.28 SIDEWALK 5" PCC *This wiil be paid by square yard as outlined in SUDAS Division 7 — Streets and Related Work MSectia� 030 — 1.08.E of SUDAS Standard Specifications. Integral concrete curb is incidental to thisN6 LU a v� roieCP3: MVral Playscape Area Lj-2.01 (AME IW HIGH STEPPER MEDIUM CLIMBER Zfie unit price for this item (Each) will be considered full compensation to furnish through the local gameTime playground equipment representative the specified, or approved equal, playground component. Delivery and storage shall be considered incidental. 3.02 GAMETIME 4' HIGH EMBANKMENT SLIDE W/ POSTS AND DECK The unit price for this item (Each) will be considered full compensation to furnish through the local GameTime playground equipment representative the specified, or approved equal, playground component. Delivery and storage shall be considered incidental. 01025 -8 3.03 INSTALLATION OF PLAYGROUND EQUIPMENT The unit price for this item (Lump Sum) shall be paid for the installation of the playground equipment components in the location as specified on the plans. Installation shall include, but is not limited to, excavating the sub -base for the playground equipment, digging and setting the footings per the plans and specifications, removing excess soil, setting the playground components in concrete and completing the installation of the final play components. Hauling of material, damage to playground components, and touch up to playground components is the responsibility of the Contractor and is considered incidental. 3.04 SOUND PLAY DIATONIC PALM PIPE DRUM The unit price for this item (Each) will be considered full compensation to furnish through Sound Play, Inc. the specified, or approved equal, musical play component. Delivery and storage shall be considered incidental. 3.05 PCC PAD FOR PALM PIPE DRUM The unit price for this item (Each) shall be paid for the completion of a fully functioning concrete footing pad as per the plans and specifications. Work shall include the excavation of the footing pad, hauling of excess soil, forming, pouring, setting anchor bolts for the music play component and finishing the concrete. The finish for the concrete pad shall comply with the ADAlABA Standard, 2010 for Play Areas. This work shall coordinate with the installation of the palm pipe drum. 3.06 INSTALLATION OF SOUND PLAY PALM PIPE DRUM The unit price for this item (Lump Sum) shall be paid for the amount the installation of the musical play component in the location as specified on the plans. Installation shall include, setting the music play component, fastening to the anchor bolts, leveling and clean -up. Any damage incurred during the installation is the responsibility of the Contractor and is incidental to the cost of installation. 3.07 WIRE LOGS The unit price for this item (each) shall be based on the finished installaticF_,of all wifife logs in the, natural playscape. This shall include delivery, initial treatment to wire log a maw VOC preservative, storage, excavation, stone base, setting, leveling and backf� i i Of VffP log sa per the plans and specifications. =� r ° r __ m -v M 3.08 BOULDERS I2 " -24" finssThe unit price for this item (Ton) shall be based on the total tons used to he installation of all boulders in the natural playscape as per the plans and specifications. haVinclude ; deliver, excavation, stone base, setting and backfilling of boulders as shown by the Landscape Architect. 3.09 BOULDERS 24" - 36" The unit price for this item (Ton) shall be based on the total tons used to finish the installation of all boulders in the natural playscape as per the plans and specifications. This shall include delivery, storage, excavation, stone base, setting and backfilling of boulders as shown by the Landscape Architect. 3.10 PLAYMATE ENGINEERED WOOD FIBER MULCH The unit price for this item (Square Feet) shall be based upon the area covered by EWF. This shall include furnishing and installing the EWF as per the plans and specifications. This shall include delivery, storage, final sub -base grade, installation, leveling and clean -up. EWF shall be installed per recommendations from US Access Board to comply with ADA(ABA Standards. 3.11 PLAY SAND 01025 -9 The unit price for this item (Ton) shall be based upon the total tons and installing the play sand as per the plans and specifications. This shall include delivery, storage, final excavation, setting landscape fabric, installation and clean -up. Any excess material to be hauled away shall be considered incidental. 3.12 INSTALLATION ONLY —STUMP SCRAMBLE (37 STUMPS) The unit price for this item (Lump Sum) shall be paid for the installation and completion of a stump scramble step climber as shown on the plans and specifications. The stumps for this project shall be furnished by others. Installation shall include excavation to sub -base, setting granular stone base, leveling stumps, backfilling and setting the stumps securely into ground. Clean -up shall be considered incidental. 3.13 STONE STEPS The unit price for this item (Ton) shall be based upon the total tons used in the completed installation for the stone steps. This shall include delivery and storage, excavation to sub -base, stone base, leveling and setting stone and backfill into cracks and around edges. 3.14 INSTALLATION ONLY— VERTICAL LOG EDGING (50 LOGS) The unit price for this item (Lump Sum) shall be paid for the installation and completion of the vertical log edging as shown on the plans and specifications. The logs for this project shall be furnished by others. Installation shall include excavation to sub -base, setting granular stone base, leveling stumps, backfilling and setting the stumps securely into ground. Clean -up shall be considered incidental. 3.15 PEA GRAVEL SUMP PIT The unit price for this item (Ton) shall be based on the amount of pea gravel used to complete the sump drainage pit. Completed installation shall include excavation of sump pit, hauling away excess material, placing landscape fabric, filling pit with pea gravel, applying fabric to top of pit and clean -up. Work is to be coordinated with the installation of the sidewalk, playground equipment footings and site preparation for the natural playscape area. 3.16 LANDSCAPE BEDS SHREDDED HARDWOOD MULCH The unit price for this item (Cubic Yard) shall be based on the cubic volume of shredded hardwood landscape mulch is used to complete the installation of the landscape beds in the natural playscape area. The installation shall include furnishing and installing, raking to a depth s as e the plans and specifications and clean -up. w 3.E LFifV�CAPE BEDS PREPARATION C) TIW Mit price for this item (Square Feet) shall be based on the total square feet area prepared M fo planting beds. Preparation of landscape beds includes all the provisions identified in the plL9 nd specifications. M o_ 3.1�hrough 3.36 LANDSCAPE PLANTINGS The unit prices for these items (Each) shall be paid based upon the number of plants planted for each type, class and size specified, in locations delineated on the plans and approved by the city forester prior to planting. Included with these items are furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved surrounding soil, shredded hardwood bark mulch (3" depth), and all upkeep as specified, including a one year guarantee. Project 1: Parking Lots & Multi -use Trails Alternate Bid Items: Alternate Bid Note: North Trail Loop (Alt Bid T -2) and North Parking Lot (Alt Bid P -2 & P -3) are not included in the quantities and bid items above. 01025 -10 Alternate Bid P -1 Description: (South Parking Lot 1184 SY): Furnish and install porous HMA pavement in lieu of standard HMA pavement. The following are to be included within this Alternate Bid Quote; Additional class 10 excavation, geotextile fabric, additional granular base material and additional 18" PCC curb and gutter at perimeter of lot. 1.50(P -1) CLASS 10 EXCAVATION Will be paid by LUMP SUM as outlined in Division 2 — Earthwork Section 2010 — 1.08.E of SUDAS Standard Specifications. This includes the additional core out of subgrade (beyond what is necessary for standard HMA included in base contract) to make room for additional rock subbase. 1.51(P -1) STRUCTURAL SOIL - BEARING FABRIC The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the fabric. Overlap of material is considered incidental. 1.52(P -1) MODIFIED GRANULAR SUBBASE Furnish and install two course modified granular subbase in lieu of 6" granular base included in base contract for the area included in this line item. The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the granular material. This line item should only include the difference in cost from the 6" subbase that is included in the base bid and the two course, modified granular subbase required with this bid alternate. If this alternate is selected the unit price for GRANULAR SUBBASE, 6" will be added to this line item to establi�q the contractors unit price of MODIFIED GRANULAR SUBBASE w 1.53(P -1) STONE RECHARGE BED, 9" DEPTH The unit price for this item (Square Yard) shall constitute full paymea4m algabor,l material, and equipment to install the granular material. q M rrl E5x) 1.54(P -1) POROUS HMA PAVEMENT, 6" "'£';' Furnish and install porous HMA pavement in lieu of standard HMA pa emefgThis will be paid by Square Yard as outlined in Division 2 — Site Work Section 02795 — 1.08.A of Specifications found in this project manual. This line item should only include the difference in cost from the standard HMA that is included in the base bid and the porous HMA required with this bid alternate. If this alternate is selected the unit price for HMA PAVEMENT, 7" will be added to this line item to establish the contractors unit price of Porous HMA. 1.55(P -1) CURB AND GUTTER, 18" PCC This will be paid by Linear Foot as outlined in Division 7 — Streets and Related Work Section 7010 — 1.08.E of SUDAS Standard Specifications. Curb and gutter for the interior islands are included in base bid above. The quantities listed for this line item are for the additional curbing added to the perimeter of the lot for this bid alternate. 1.56(P -1) CAR STOPS Deduct five [5] car stops from this bid alternate. The perimeter 18" Curb and Gutter will serve as car stop. Alternate Bid P -2 Description: (North Parking Lot 1384 SY): Furnish and install standard HMA parking lot. 01025 -11 1.60(P -2) CONSTRUCTION SURVEYS Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants Section 1090 — Measurement and Payment of SUDAS Standard Specifications. 1.61(P -2) SILT FENCE Will be paid by Linear Feet as outlined in Division 9 — Site Work and Landscaping Section 9040 — 1.08.N of SUDAS Standard Specifications. Add the following incidental items: • Installation, removal of sediment and removal. 1.62(P -2) NOT USED 1.63(P -2) CLEARING AND GRUBBING Will be paid by Units as outlined in Division 2 — Earthwork Section 2010 — 1.08.A of SUDAS Standard Specifications. Tree removals were estimated in the field and the tabulation of units is based on table 2010.01 of SUDAS. Payment will be at the unit price per unit of trees and stumps removed. Contractor shall flag trees to be removed and coordinate a site visit with project Landscape Architect prior to removal for review and approval. Add the following incidental items: • Relocate, removal, store and reinstall traffic signs removed for project in improvements 1.64LV- 2�EWOVE EXISTING PCC /HMA DRIVEWAY OR SIDEWALK © =WillAY"aid by Square Yard as outlined in Division 7 — Streets and Related Work Section (j J °704U�4.08.1­1 of SUDAS Standard Specifications. C31 Add the following incidental items: .� M Grinding of curbs for ramps and driveways where indicated on plans U 1.65(f? 2) 6 "�' RIP, STOCKPILE AND RESPREAD TOPSOIL ON -SITE 9Iill be paid by Cubic Yards as outlined in Division 2 — Earthwork Section 2010 — 1.08.D of SUDAS Standard Specifications. This bid item does not include shrinkage in the volumes Calculated. Verify with owner and project Landscape Architect prior to removal of any topsoil from the site. Some excess topsoil is expected to be used in the play ground area to create landform and achieve a net balance for earthwork if other suitable material generated from Class 10 excavation is not adequate volume. Overhaul will be paid separately. Topsoil shall remain owner's property and shall not be used by contractor for other projects. 1.66(P -2) 6" STRIP AND DISPOSE TOPSOIL OFF -SITE Will be paid by Cubic Yards for loading, transporting and stockpiling material at one of the dump sites specified on the cover sheet of the drawing set. Verify with owner and /or project Landscape Architect prior to removal of any topsoil from the site. Documentation and /or observation by inspector will be required for disposing of material off -site. 1.67(P -2) CLASS 10 EXCAVATION Will be paid by Lump Sum as outlined in Division 2 — Earthwork Section 2010 — 1.08.E of SUDAS Standard Specifications. Add the following incidental items: • Import/Borrow if necessary to achieve an earthwork balance 1.68(P -2) SUBDRAIN, 4" Will be paid by Linear Feet as outlined in Division 4 — Sewers and Drains Section 4040 — 01025 -12 1.08.A of SUDAS Standard Specifications. Add the following incidental items: • Subdrain outlet with rodent guard • Subdrain connection to existing storm intake and non - shrink grout 1.69(P -2) SUBDRAIN CLEANOUTS Will be paid by Each as outlined in Division 4 — Sewers and Drains Section 4040 — 1.08.0 of SUDAS Standard Specifications. 1.70(P -2) GRANULAR SUBBASE, 6" This will be paid by Square Yard as outlined in Division 2 — Earthwork Section 2010 — 1.08.1 of SUDAS Standard Specifications. Granular Subbase for driveway construction paid separately. 71(P -2) HMA PAVEMENT, 7" This will be paid by Square Yard as outlined in Division 7 — Streets and Related Work Section 7020 — 1.08.B of SUDAS Standard Specifications. The following items specific to the construction of the north lot shall be incidental: • Mobilization, traffic control, temporary erosion and sediment controls, qualifying rainfall event inspection for this parking lot • Manhole adjustment • Other miscellaneous items the may be necessary for the construction of this lot 72(P -2) CURB AND GUTTER, 18" PCC This will be paid by Linear Foot as outlined in Division 7 — Streets and Related Work Section 7010 — 1.08.E of SUDAS Standard Specifications. This is for curbing at landscape islands. 73(P -2) DRIVEWAY, 7" PCC This will be paid by Square Yard as outlined in Division 7 — Streets at]d Relmd Work Section 7030 — 1.08.H of SUDAS Standard Specifications. °C-) 3� The following shall be incidental: ? , • 6" Granular subbase 74(P -2) SIDEWALK, 4" PCC �m552� This will be paid by Square Yard as outlined in Division 7 — Streets &Rel*'d WO %k Section 7030 — 1.08.E of SUDAS Standard Specifications. This item7afor s6walks witllln street right -of -way associated with north parking lot improvements. u' The following shall be incidental: • 'ED' jointing when abutting existing slab 1.75(P -2) WHITE WATERBORNE PAINT PAVEMENT MARKINGS, 4" This will be paid by Linear Feet as outlined in Division 4183 — Iowa Department of Transportation Standard Specifications. 76(P -2) WHITE WATERBORNE PAINT ADA SYMBOL This will be paid by EACH as outlined in Division 4183 — Iowa Department of Transportation Standard Specifications. 77(P -2) PARKING LOT SIGN This Bid Item is paid by Each sign installed and includes the sign, post, nuts, bolts and all 01025 -13 other necessary fitting. The base footing and van accessible sign (if applicable) are incidental to this item. 1.78(P -2) CAR STOPS The unit price for this item (Each) shall constitute full payment for all labor, material, and equipment to install the car stops. Car stops shall be either Portland Cement Concrete (P.C.C.) or Premium Recycled Rubber. 1.79(P -2) SEEDING, FERTILIZING, AND MULCHING — CONVENTIONAL SEEDING The unit price for this item shall be paid based on the number of acres seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch and water, and all upkeep as specified, including a one year guarantee. Alternate Bid P -3 Description: (North Parking Lot 1384 SY): Furnish and install porous HMA parking lot. 1.90(P -3) CONSTRUCTION SURVEYS Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants Section 1090 — Measurement and Payment of SUDAS Standard Specifications. 1.91(P -3) SILT FENCE Will.be paid by Linear Feet as outlined in Division 9 — Site Work and Landscaping Section 9040 — 1.08.N of SUDAS Standard Specifications. Add the following incidental items: • Installation, removal of sediment and removal. 1.92(P -3) NOT USED 1.93(P -3) CLEARING AND GRUBBING Will be paid by Units as outlined in Division 2 — Earthwork Section 2010 — 1.08.A of SUDAS Standard Specifications. Tree removals were estimated in the field and the tabulation of units is based on table u9.010.01 of SUDAS. Payment will be at the unit price per unit of trees and stumps �lemovefi. Contractor shall flag trees to be removed and coordinate a site visit with project ® a rr pa Architect prior to removal for review and approval. W a Add the following incidental items: o • Relocate, removal, store and reinstall traffic signs removed for project Cn improvements 1.9XP- S�gMOVE EXISTING PCC /HMA DRIVEWAY OR SIDEWALK G Will 13L? paid by Square Yard as outlined in Division 7 — Streets and Related Work Section C � 7040 — 1.08.H of SUDAS Standard Specifications. Add the following incidental items: Grinding of curbs for ramps and driveways where indicated on plans 1.95(P -3) 6" STRIP, STOCKPILE AND RESPREAD TOPSOIL ON -SITE Will be paid by Cubic Yards as outlined in Division 2 — Earthwork Section 2010 — 1.08.D of SUDAS Standard Specifications. This bid item does not include shrinkage in the volumes calculated. Verify with owner and project Landscape Architect prior to removal of any topsoil from the site. Some excess topsoil is expected to be used in the berm area east of parking lot to create landform. Overhaul will be paid separately. Topsoil shall remain owner's property and shall not be used by contractor for other projects. 01025 -14 1.96(P -3) 6" STRIP AND DISPOSE TOPSOIL OFF -SITE Will be paid by Cubic Yards for loading, transporting and stockpiling material at one of the dump sites specified on the cover sheet of the drawing set. Verify with owner and /or project Landscape Architect prior to removal of any topsoil from the site. Documentation and /or observation by inspector will be required for disposing of material off -site. 1.97(P -3) CLASS 10 EXCAVATION Will be paid by Lump Sum as outlined in Division 2 - Earthwork Section 2010 - 1.08.E of SUDAS Standard Specifications. Add the following incidental items: • Imporl/Borrow if necessary to achieve an earthwork balance 1.98(P -3) STRUCTURAL SOIL - BEARING FABRIC The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the fabric. Overlap of material is considered incidental. 1.99(P -3) MODIFIED GRANULAR SUBBASE This will be paid by Square Yard as outlined in Division 2 - Earthwork Section 2010 - 1.08.1 of SUDAS Standard Specifications. Granular Subbase for driveway construction paid separately. q w 1.100(P -3) STONE RECHARGE BED, 9" DEPTH �? The unit price for this item (Square Yard) shall constitute full paymenthrll I #r, material, and equipment to install the granular material. - �c7 o r" r- m 1.101(P -3) POROUS HMA PAVEMENT, 6" �:? Zt This will be paid by Square Yard as outlined in Division 2 - Site Worktectfoif 0279 1.08.A of Specifications found in this project manual. ca The following items specific to the construction of the north ro't shall be incidental: • Mobilization, traffic control, temporary erosion and sediment controls, qualifying rainfall event inspection for this parking lot • Manhole adjustment • Other miscellaneous items the may be necessary for the construction of this lot 102(P -3) CURB AND GUTTER, 18" PCC This will be paid by Linear Foot as outlined in Division 7 - Streets and Related Work Section 7010 - 1.08.E of SUDAS Standard Specifications. Curb and gutter for the interior islands and perimeter of parking lot are included in this line item. 103(P -3) SUBDRAIN, 4" Will be paid by Linear Feet as outlined in Division 4 - Sewers and Drains Section 4040 1.08.A of SUDAS Standard Specifications. Add the following incidental items: • Subdrain outlet with rodent guard • Subdrain connection to existing storm intake and non - shrink grout 104(P -3) SUBDRAIN CLEANOUTS Will be paid by Each as outlined in Division 4 - Sewers and Drains Section 4040 - 1.08.0 of SUDAS Standard Specifications. 1.105(P -3) DRIVEWAY, 7" PCC 01025 -15 This will be paid by Square Yard as outlined in Division 7 — Streets and Related Work Section 7030 — 1.08.1-1 of SUDAS Standard Specifications. The following shall be incidental: • 6" granular subbase 106(P -3) SIDEWALK, 4" PCC This will be paid by Square Yard as outlined in Division 7 — Streets and Related Work Section 7030 — 1.08.E of SUDAS Standard Specifications, This Item is for sidewalks within street right -of -way associated with north parking lot improvements. The following shall be incidental: • 'ED' jointing when abutting existing slab 1.107(P -3) WHITE WATERBORNE PAINT PAVEMENT MARKINGS, 4" This will be paid by Linear Feet as outlined in Division 4183 — Iowa Department of Transportation Standard Specifications. 108(P -3) WHITE WATERBORNE PAINT ADA SYMBOL This will be paid by EACH as outlined in Division 4183 — Iowa Department of 'Transportation Standard Specifications. 1.109(P -3) PARKING LOT SIGN This Bid Item is paid by Each sign installed and includes the sign, post, nuts, bolts and all other necessary fitting. The base footing and van accessible sign (if applicable) are incidental to this item. 1.110(P -3) SEEDING, FERTILIZING, AND MULCHING — CONVENTIONAL SEEDING The unit price for this item shall be paid based on the number of acres seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch and water, and all upkeep as specified, including a one year guarantee. .,i ,., Alternate Bid P -4 Description: (East Parking Lot 308 SY): Furnish and install porous HMA pavement in lieu of standard H pavement. The following are to be included within this Alternate Bid Quote; Additional class excavation, geotextile fabric, additional granular base material and additional 18" PCC curb and gL atprimeter of lot. M Q 1.W(rfaj LASS 10 EXCAVATION (JJ WTI 4 paid by LUMP SUM as outlined in Division 2 — Earthwork Section 2010 — 1.08.E of MS $& Standard Specifications. LDTtfttkZIudes the additional core out of subgrade (beyond what is necessary for standard (l, 'r.HMAjcluded in base contract) to make room for additional rock subbase. M 1.1AP -4) STRUCTURAL SOIL - BEARING FABRIC The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the fabric. Overlap of material is considered incidental. 1.122(P -4) MODIFIED GRANULAR SUBBASE Furnish and install two course modified granular subbase in lieu of 6" granular base included in base contract for the area included in this line item. The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the granular material. This line item should only include the difference in cost from 01025 -16 the 6" subbase that is included in the base bid and the two course modified granular subbase required with this bid alternate. If this alternate is selected the unit price for GRANULAR SUBBASE, 6" will be added to this line item to establish the contractors unit price of MODIFIED GRANULAR SUBBASE 1.123(P -4) STONE RECHARGE BED, 9" DEPTH The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the granular material. 1.124(P -4) POROUS HMA PAVEMENT, 6" Furnish and install porous HMA pavement in lieu of standard HMA pavement This will be paid by Square Yard as outlined in Division 2 — Site Work Section 02795 — 1.08.A of Specifications found in this project manual. This line item should only include the difference in cost from the standard HMA that is included in the base bid and the porous HMA required with this bid alternate. If this alternate is selected the unit price for HMA PAVEMENT, 7" will be added to this line item to establish the contractors unit price of Porous HMA. 1.125(P -4) CURB AND GUTTER, 18" PCC This will be paid by Linear Foot as outlined in Division 7 — Streets and Related Work Section 7010 — 1.08.E of SUDAS Standard Specifications. Curb and gutter for the interior islands are included in base bid above. The quantities listed for this line item are for the additional curbing added to the perimeter of the lot for this bid alternate. 1.126(P -4) CAR STOPS Deduct thirteen [13] car stops from this bid alternate. The perimeter 18" CL3 and Gutter will serve as car stop. Alternate Bid T -1 Description: �� o (Porous Trail 2276 SY): Furnish and install porous HMA pavement in Iieu_W!Man$8rd IRA pavement. The following are to be included within this Alternate Bid Quote; Add al class ®excavation, geotextile fabric and granular base material. Ln 1.130(T -1) CLASS 10 EXCAVATION Will be paid by LUMP SUM as outlined in Division 2 — Earthwork Section 2010 — 1.08.E of SUDAS Standard Specifications. This includes the additional core out of subgrade (beyond what is necessary for standard HMA included in base contract) to make room for additional rock subbase. 131(T -1) STRUCTURAL SOIL - BEARING FABRIC The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the fabric. Overlap of material is considered incidental. j 132(T -1) MODIFIED GRANULAR SUBBASE Furnish and install modified granular subbase as specified. The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the granular material. 133(T -1) STONE RECHARGE BED, 9" DEPTH The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the granular material. 01025 -17 134(T -1) POROUS HMA PAVEMENT, 5" Furnish and install porous HMA pavement in lieu of standard HMA 6" Shared Use Path pavement. This will be paid by Square Yard as outlined in Division 2 — Site Work Section 02795 — 1.08.A of Specifications found in this project manual. This line item should only include the difference in cost from the standard HMA that is included in the base bid and the porous HMA required with this bid alternate. If this alternate is selected the unit price for SHARED USE PATHS: HMA PAVEMENT, 5" will be added to this line item to establish the contractors unit price of POROUS HMA. Alternate Bid T -2 Description: (North Shared Use Path Loop 840 SY): Furnish and install standard HMA shared use path loop. 1.140(T -2) CONSTRUCTION SURVEYS Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants Section 1090 — Measurement and Payment of SUDAS Standard Specifications, 1.141(T -2) SILT FENCE Will be paid by Linear Feet as outlined in Division 9 — Site Work and Landscaping Section 9040 — 1.08.N of SUDAS Standard Specifications. Add the following incidental items: • Installation, removal of sediment and removal. 1.142(T -2) NOT USED 1.143(T -2) CLEARING AND GRUBBING Will be paid by Units as outlined in Division 2 — Earthwork Section 2010 — 1.08.A of SUDAS Standard Specifications. Tree removals were estimated in the field and the tabulation of units is based on table 2010.01 of SUDAS. Payment will be at the unit price per unit of trees and stumps removed. Contractor shall flag trees to be removed and coordinate a site visit with project Landscape Architect prior to removal for review and approval. 1.144(T -2) 6' STRIP, STOCKPILE AND RESPREAD TOPSOIL ON -SITE Will be paid by Cubic Yards as outlined in Division 2 — Earthwork Section 2010 — 1.08.D of SUDAS Standard Specifications. This bid item does not include shrinkage in the volumes calculated. Verify with owner and project Landscape Architect prior to removal of any i,)topsoilr_FFrom the site. Some excess topsoil is expected to be used in the play ground area ::rto V*e landform and achieve a net balance for earthwork if other suitable material t xVe a(d from Class 10 excavation is not adequate volume. Overhaul will be paid °"sep�4ly. Topsoil shall remain owner's property and shall not be used by contractor for gtheepjects. �t1J.14a_0 - TRIP AND DISPOSE TOPSOIL OFF -SITE Will be paid by Cubic Yards for loading, transporting and stockpiling material at one of the `&' mp sites specified on the cover sheet of the drawing set. Verify with owner and /or project Landscape Architect prior to removal of any topsoil from the site. Documentation and /or observation by inspector will be required for disposing of material off -site. 1.146(T -2) CLASS 10 EXCAVATION Will be paid by Lump Sum as outlined in Division 2 — Earthwork Section 2010 — 1.08.E of SUDAS Standard Specifications. Add the following incidental items: • Import/Borrow if necessary to achieve an earthwork balance 01025 -18 1.147(T -2) SHARED USE PATHS: HMA PAVEMENT, 6" This will be paid by Square Yard as outlined in Division 7 - Streets and Related Work Section 7030 - 1.08.0 of SUDAS Standard Specifications. Quantities that are indicated are for a 105 wide trail. Contractor has option to pave the trail to a 10' width: Payment will be on actual quantities installed. The following shall be incidental: • Flagging of trail and coordination with Project Landscape Architect as noted on plans is incidental to this line item. • Special Subgrade Preparation per Division 7030.3.02.A.2 • Mobilization, traffic control, temporary erosion and sediment controls, qualifying rainfall event inspection for this trail loop • Other miscellaneous items the may be necessary for the construction of this trail loop 1.148(T -2) PIPE CULVERT, 12" RCP o Will be paid by Linear Foot as outlined in Division 4 - Sewers and Dram -6 Sectwn 4030 - 1.08.A of SUDAS Standard Specifications. y' The following hall be incidental: D� 9 • Daylight grading downstream of culvert. o ('- • Removal and reinstallation of F.E.S. where specified.-<rn t, M • Connected Pipe Joints shall be required. s 1.149(T -2) PIPE APRONS, 12" RCP v Will be paid by Each as outlined in Division 4 - Sewers and Drains Section 4030 - 1.08.8 of SUDAS Standard Specifications. 1.150(T -2) SEEDING, FERTILIZING, AND MULCHING -CONVENTIONAL SEEDING The unit price for this item shall be paid based on the number of acres seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch and water, and all upkeep as specified, including a one year guarantee. Prolect 2: Ashton House Exterior Improvements Alternate Bid Items: ALTERNATE 1 - RAIN GARDEN Delete this from the alternate items. The Rain Garden will be installed in the future. ALTERNATE 2 - PLANTING BED AREA "A" The lump sum for this item shall be paid based upon the completion of planting ' .'AREA A" The location of Area A, number of plants, type, class and size specified, is delineated on the plans. Included with these items is creating a "spaded edge" according to the detail; furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved, surrounding soil, shredded hardwood bark mulch (3" depth), and all upkeep as specified, including a one year guarantee. ALTERNATE 3 - PLANTING BED AREA "B" The lump sum for this item shall be paid based upon the completion of planting "AREA B" The location of Area B, number of plants, type, class and size specified, is delineated on, the plans. Included with these items is creating a "spaded edge" according to the detail, furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved surrounding soil, shredded hardwood bark mulch (3" depth), and all upkeep as specified, including a one year guarantee. ALTERNATE 4 - PLANTING BED AREA "C" 01025 -19 The lump sum for this item shall be paid based upon the completion of planting "AREA C" The location of Area C, number of plants, type, class and size specified, is delineated on the plans. Included with these items is creating a "spaded edge" according to the detail, furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved surrounding soil, shredded hardwood bark mulch (3" depth), and all upkeep as specified, including a one year guarantee. ALTERNATE 5 — "GRECO" POLYGON STRUCTURE The contractor shall be paid a lump sum amount for the completion of a fully functioning "Greco" Polygon Structure. The lump sum amount includes provision and installation of the structure as well as the concrete cast -in -place foundations. Included with this work is the coordination and cooperation with the electrical and the concrete contractors. ALTERNATE 6 — POLYGON STRUCTURE ELECTRICAL FIXTURES: Contractor shall be paid for provision and installation of each of the fully functioning polygon structure electrical fixtures. Item includes coordination and cooperation with polygon structure contractor. ALTERNATE 7 — CAST -N PLACE CONCRETE ENTRY COLUMN FOUNDATIONS The unit price for this item shall be based upon each foundation provided and installed. Work must be completed in coordination and cooperation with the masonry contractor. The unit price for this item includes: provision and installation of the cast in place foundations and all associated equipment :rentals, testing, soil preparation, forming, and rebar. ALTERNATE 8 — CAST IN PLACE CONCRETE 3' SQUARE FOOTING: The unit price for this item shall be based upon each footing provided and installed. Work must be completed in coordination and cooperation with the masonry contractor. The unit price for this item includes: provision and installation of the cast in place foundations and all associated equipment rentals, testing, soil preparation, soil compaction forming, and rebar. ALTERNATE 9 — PRECAST PAVING FOR PATIO: The unit price for this item will be paid based upon the number of square feet of existing pavement removed and the number of square feet of pavement that has been installed at the specified area and thickness. Included with this item is preparation of the subgrade to receive the the crushed run /sand mix base and 1" coarse concrete sand setting bed, or the concrete pad.(See Sheet P.07 for varying base conditions). Included also is the edge restraint. ALTERNATE 10 — PRECAST PAVING FOR POLYGON STRUCTURE: jhe unit price for this item will be paid based upon the number of square feet of pavement has cbeen installed at the specified area and thickness. Included with this item is preparation of the _iubgwg to receive the crushed run /sand mix base and 1" coarse concrete sand setting bed. :itnc140Iso is the edge restraint. .JLTERAEW —TRANSPLANTING SAPLINGS (10): �- De u„dt�ice for this item includes transplanting (10) saplings to a location provided by iiiddbAg architect and approved by the city forester. Included with this item is watering, creation Ufa mulcft ring according to the planting detail, and provision of a 3" depth of shredded hardwood irk mulch. Transplanting shall occur either between August 15 and November 15 or prior to June 1 ". ALTERNATE 12,13 AND 14 — STONE MASONRY The unit price for this item shall be lump sum. The contractor shall be paid for a fully completed entry column. Included with this work is the provision and installation of limestone veneer, cast stone cap, and custom cast stone medallion with Ashton "A" as delineated above the garage, and 01025 -20 custom cast stone rectangular piece with address and street name. ALTERNATE 15- BOLLARDS (NORTH PARKING LOT) Contractor shall be paid for provision and installation of each fully functioning bollard light. ALTERNATE 16 - RAIL FENCING The unit price for this item will be paid based upon the lineal feet of rail fencing installed. Included { with this item: provision and installation of rail fence, metal hardware, rock foundations and all components and equipment necessary to create a fully functioning rail fence. ALTERNATE 17 - SUBDRAIN, 4" FOR PATIO This item will be paid by lineal feet as outlined in SUDAS Division 4 - Sewers and Drains Section 4040 -1.08A of SUDAS Standard Specifications. Add the following incidental items: Subdrain outlet with rodent guard ALTERNATE 18 - BEDDING & BACKFILL MATERIALS FOR SUBDRAINS FOR PATIO This item will be paid based upon the L.F. installed as outlined in SUDAS Division 10 - Utility Service, Section 2.10 Bedding & Backfill Materials for Subdrains ALTERNATE 19 - SIDEWALK 5' PCC This will be paid by square yard as outlined in Division 7 - Streets and Related W81jc Section 7030 - 1.08.E of SUDAS Standard Specifications. Integral concrete curb mincide�4_31 to this work. Provision and installation of a fully functioning trench drain as noted rawmgs ism incidental to this work. c.) -C w _-+n ° Project 3: Natural Playscape Alternate Bid Items: ;[M s M -a ALTERNATE 3.01 - GAMETIME HIGH STEPPER REGULAR CLIMBER The unit price for this item (Each) will be considered full compensation based up( 'the completion of the installation of the playground component. Delivery and storage shall be considered incidental. This item is to replace the GameTime High Stepper Medium Climber on the base bid list. ALTERNATE 3.02 - ENTRY ARBOR The unit price for this item (Lump Sum) shall be the amount based upon the percent.completion of a fully functioning entry arbor. Items included are furnishing and supplying the treated lumber, storage, fasteners & hardware, excavating footings for posts, setting posts in concrete, installing the entry arbor per the plans and specifications, and clean -up. ALTERNATE 3.03 - GAMETIME STRAIGHT LEG PARK BENCH 72" 1.1 The unit price for this item (Each) will be based upon the completion of the installation of the park benches. The Landscape Architect shall place the benches on site prior to installation. Installation includes, excavation, setting and leveling the benches, pouring concrete footings, backfilling and clean -up. ALTERNATE 3.04 - WOOD STEP BRIDGE The unit price for this item (Lump Sum) shall be based upon the percent completion of a fully functioning wooden step bridge as per the plans and specifications. Installation shall include excavation of the area for the foot bridge, setting and leveling posts, concrete footings, furnishing and supplying the treated lumber, storage, fasteners & hardware, installation of bridge and clean- up. ALTERNATE 3.05 - BOULDERS 8" -12" The unit price for this item (Lump Sum) shall be based upon the percent completion for 01025 -21 installation of 4 tons of 8 " -12" boulders. Installation shall include, excavation, placing landscape fabric, setting stone and clean -up. Coordination with wooden step bridge contractor is needed. ALTERNATE 3.06 — SOUND PLAY PRE - SCHOOL MUSIC STATION AND PCC BASE The unit price for this item (Lump Sum) shall be based upon the percent completion for furnishing and installing the music play component. Installation includes supplying the Sound Play music component, or approved equal, storage, excavation of PCC pad, removal of excess material, forming and setting concrete pad w/ anchor bolts, leveling and attaching music play component to anchor bolts and clean -up. END OF SECTION 01025 -22 In M yy 9 Y off.., tcJ O p UF- co >- E3 ++ C.D F c2 p 0 N END OF SECTION 01025 -22 1.1 0 1.2 SECTION 01310 - PROGRESS AND SCHEDULES SUMMARY Prepare, submit and update as necessary a schedule of the work progress. Timing and coordination are of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and park users by the work is a high priority. Scheduling of work and coordination of work shall be planned with this in mind. COORDINATION A. Coordination: Coordinate construction operations included in various Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Make adequate provisions to accommodate items scheduled for later installation. B. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities includerbut are not limited to, the following: Q u, ry 1. Preparation of Contractor's Construction Schedule. D� � 2. Installation and removal of temporary facilities and controls. n=G w 3. Pre - installation conferences. —tn 4. Project closeout activities. m Z M �x .r 1.3 EXECUTION D ca u1 A. Pre - construction Conference: Schedule a pre- construction conference before' starting construction, at a time convenient to Owner and Landscape Architect. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Landscape Architect, and their consultants; Contractor and its subcontractors; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: 01310-1 a. Tentative construction schedule for Milestone 1 and Milestone 2 for the Project. b. Critical work sequencing. C. Designation of responsible personnel. d. Procedures for processing field decisions and Change Orders. e. Procedures for processing Applications for Payment. f. Submittal procedures. g. Use of the premises. h. Staging Areas. i. Progress cleaning. j. Working hours. k. Inspections. B. Progress of Work: Work shall be limited to one hundred [100] working days. Saturdays will not be counted as working days. The specific start date is October 24, 2013. No work shall be done between the hours of 9:OOpm and 7 :00am without the approval of the Owner and /or Landscape Architect 1. Conduct Progress Meetings: Contractor shall coordinate periodic progress meetings with Landscape Architect to discuss any issues related, but not limited, to Work coordination, verification of locations of plant beds and /or materials, demolition work, change orders, watering schedule and clean -up. 2. Work Coordination: Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both local residents and park users). 3. Communication to Citizens: The Contractor will become an active partner with the City in communicating with and providing information to concerned citizens. The Contractor shall make every effort to accommodate interested persons from the public. However, the Contractor shall refer all inquiries to the Landscape Architect and /or the City. END OF SECTION 01310-2 in M � �. (r7 }.0 LL O r+a 0 N END OF SECTION 01310-2 SECTION 02180 - ENGINEERED WOOD FIBER (EWF) SAFETY SURFACING PART GENERAL 1.01 GENERAL A. The Iowa Statewide Urban Design and Specifications (SUDAS) current edition, except as modified herein. Provide and install all items hereinafter identified. 1.02 SCOPE OF WORK r� A. Furnish all materials, equipment, labor, and related items necessary to com&te thMork shown on the Drawings and /or Specifications. The items of work to be performed inctttde buC not limited to Engineered Wood Fiber (EWF) Safety Surfacing. 5°-- G CJ 1.03 RELATED WORK DESCRIBED ELSEWHERE n-4 r r -o A. Related work in other sections of these specifications includes but is not limit l 1:, = 71 7) 1. Section 02881 - Playground Equipment ui 1.04 BARRIERS, SAFETY GUARDS AND WARNING LIGHTS A. Provide for public, visitors' and workers' protection, as required by the Iowa Department of Labor and Industries. 1.05 PROTECTION A. Protect all work installed under this section from damage from any cause whatsoever, including subsequent construction activities and vandalism until final acceptance. 1.06 REFERENCE SPECIFICATIONS A. American with Disabilities Act Accessibility Standards, 2010 or current version. B. City of Iowa City, IA, Public Works Department Guidelines and Improvement Standards. C. The Iowa Statewide Urban Design and Specifications (SUDAS), latest edition. D. Standard Specifications for Municipal Public Works Construction, APWA, Latest Edition. E. ASTM F1487 -11 Standard Consumer Safety Performance Specification for Playground Equipment for Public Use. F. ASTM F1292 Standard Specification for Impact Attenuation of Surface Systems'U1nder and Around Playground Equipment. G. ASTM F1951 Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment. H. ASTM F2075- Standard for Engineered Wood Fiber for Surface Systems Under and Around Playground Equipment. 1.07 QUALITY ASSURANCE A. All materials listed herein shall be new and of the type specified. SECTION 02180 1.08 PREPARATION OF SUBGRADE The Contractor shall be responsible for rough grading the play areas prior to placement of all items specified in this Section. 1.09 SUBMITTALS A. Sample of the product at time of pre- construction meeting. B. Maintenance data. C. References: provide (3) references of experience constructing and installing public playground equipment. D. ASTM F1292 Product Test Results to equal or exceed fall height of specified playground equipment. PART2 PRODUCTS 2.01 ' Engineered Wood Fiber (EWF) Safety Surfacing A. EWF shall be Playmate Play Area Wood Chips supplied by EverGreen Landscape Nursery and Supply Company, Cedar Rapids, IA, or equal. If a Contractor desires to be approved as an equal, they shall submit their proposed layout to the Landscape Architect for approval a minimum of 5 working days before the bids are due. The Landscape Architect shall review, comment and/or approve the layout within 48 hours of submission. PART 3 EXECUTION 3.01 Engineered Wood Fiber (EWF) Safety Surfacing A. EWF supplier's representative shall be present at time of product delivery to inspect and ensure quality of product. B. Provide and install approximately 30% additional material to allow for compaction; depth after 30 day compaction period shall equal to or greater than the fall height of the playground equipment, or 9 "; whichever is greater. C. Excavation of play area to design subgrades shall be completed prior to installation. D. Install Pea Gravel Drainage Pit as per drawings and specifications. SECTION 02180 r� a LIJ �?_ LL_ a U N SECTION 02180 SECTION 02310 - PRECAST CONCRETE RAMP SYSTEM PART 1 -GENERAL 1.1 SUMMARY A. These specifications are for a precast concrete ramp and shall be regarded as minimum standards for this project. These specifications are based upon products designed an(Mpplied by: w C-) PermaTrak North America LLC 16607 Riverstone Way c>-< o Suite 200 Charlotte, NC 28277 Ph: 980-229-3036 Fax: 704-541-3675 www.permatrak.com -<r- -" O Y i =<m Z F D w u� This item shall also include the design, specification, and construction of a foundation system to support the proposed boardwalk system. 1.2 ALTERNATE REQUIREMENTS: Alternates are allowed provided that the following minimum standards and these "Precast Concrete Ramp System" specifications are met. A. "Minimum Standards" as outlined in section 1.3 below must be met. B. A drawing of the precast boardwalk system (including tread layout, structural details designed for the design loads shown on the contract documents, foundation design and layout) must be submitted 2 weeks before the bid date and signed and sealed by a Professional Engineer. C. Submittal must meet the requirements set forth in section 1.6a. 1.3 MINIMUM STANDARDS: The selected boardwalk shall have the following minimum characteristics: A. Walking surface (treads) shall be made of precast concrete, and supported by precast concrete beams. Where applicable, edges of treads will receive precast concrete curbs. B. Walking surface (finish) of top surface of treads shall have a formliner finish with one of PermaTrak's standard textures (sandblast, broom or timber). Texture must be integral with'the concrete and shall not be an applied post pour wearing surface. C. Precast concrete treads shall be structural load bearing elements and shall interlock with one another via a "tongue and groove' connection. D. All precast shall consist of natural colored concrete. E. DESIGN LOADS: Designed for the following live loads: 1. Pedestrian live load of 100 psf. F. Treads shall maintain a "boardwalk appearance', specifically meaning each tread shall have a width and length as noted on the drawings. Width is defined as the tread dimension perpendicular to the normal direction of travel. Length is defined as the tread dimension measured in the direction of travel. G. Tread width shall be as noted on the contract drawings. Alignment should follow the horizontal and vertical alignment shown on the contract plans. PRECAST CONCRETE RAMP SYSTEM 02310 -1 H. Connectors for curbs (if applicable) to treads shall not be visible to boardwalk users while viewed from the top of the walkway. 1.4 QUALITY ASSURANCE A. The contractor performing the installation of the pile foundations shall have installed piles of size and length similar to those shown on the plans for a minimum of three (3) years prior to the bid date for this project. The contractor shall submit a list containing at least three (3) projects completed in the last three (3) years on which the contractor has installed piles of a size and length similar to those shown on the plans. The list of projects shall contain names and phone numbers of owner's representatives who can verify the Contractor's participation on those projects. B. Manufacturer Qualifications: Not less than 10 years experience in the actual production of precast products as described below. 1. Components shall be factory fabricated and engineered by single entity. 2. Precaster for the boardwalk shall have on site color mixing facilities and shall use dyes for color pigmentation. 3. Precaster shall have a minimum of 3 years experience in the production of above ground precast products or boardwalk structures. 4. Precaster must be certified by PCI or NPCA. C. Installer. Qualiflcations: Firm with 3 years experience in installation of systems similar in complexity to those required for this Project, plus the following: 1. Trained and authorized by railing manufacturer to engineer and install the specified railing system. D. Mock -Up: Provide, if required by Architect/ Engineer, a mock -up for evaluation of the boardwalk showing the surface preparation techniques and application workmanship. 1. Finish areas designated by Architect / Engineer. 2. Do not proceed with remaining work until mock -up is accepted by Architect / Engineer. 3. Refinish mock -up area as required to produce acceptable work. 1.5 uf)ESIGN ch ,ct .�.A. 3he tWoiner of the ramp and foundation system (designer) shall be a qualified registered LJ J!rofJfirbPal Engineer licensed in the State of Iowa and experienced in the design of concrete vucvh- and supporting foundation systems. o >—v gQEOTERINI) NFORMATION AND SOIL INVESTIGATION ,- A geotechnical investigation report will be prepared and will be available for reference. The report will be produced by: Soil -Tek. B. DESIGN CRITERIA: The design of the ramp and foundation shall comply with the following guidelines: 1. AASHTO Guide Specifications for the Design of Pedestrian Bridges 2. AASHTO Standard Specifications for Highway Bridges, 17`h Edition. 3. American Concrete Institute 2005 — Building Code and Commentary, PRECAST CONCRETE RAMP SYSTEM 02310 -2 1.6 n 4. In addition to the dead loads of the system, the structure shall be designed for the live loads defined in Section 1.2.E above. 5. Railings structural requirements: a. Handrail and railing assemblies and attachments shall resist a minimum concentrated load of 200 pounds (91 kg) applied in any direction at any point on the top rail and a vertical and horizontal thrust of 50 lb/If (0.73 kN /m) applied to the top railing without permanent set or damage. The two loads are not cumulative. b. Infill area of railing system capable of resisting a horizontal concentrated load of 200 pounds applied to one square foot (8165 g /sq. m) at any point in the system. This loading shall not be applied simultaneously with other loading conditions. C. Handrail assemblies and guards shall be designed to resist a load of 50 pounds per linear foot (0.73 kN /m) applied in any direction at the top and to transfer this load through the supports to the structure. 6. Railings shall be suitable for pedestrian traffic and shall be a minimum of 34- inches above the tread / deck surface. 7. In addition to the dead loads of the system, the structure shall be designed for the live loads defined in Section 1.2.E above o w SUBMISSIONS: Prior to the start of fabrication or construction, the Contractor sa(l-§ubLM to the3 Engineer a design package, which shall include, but is not limited to, the followigg:::74 c-) -� PRELIMINARY SUBMISSIONS: Prior to the start of fabrication or construction, (5e400ntr °actor shall submit to the Engineer a design package, which shall include but not Iimited4�e t3owir>� 0 3 r 1. DETAILED PLANS: T+' w a. REGISTRATION / SEAL: Sealed by a licensed Professional Engineer (Iowa). b. PLAN VIEW: Full plan view of the ramp and foundation system drawn to scale. The plan view must reflect the proposed horizontal alignment as shown on the design plans. C. ELEVATION VIEW: Full elevation view of the ramp, railing and foundation system drawn to scale which reflect the actual vertical alignment. Elevation views shall indicate the elevation at the top and bottom of the ramp and foundation system components, horizontal and vertical break points, and location of the finished grade. k d. DETAILS: Details of all boardwalk, railing, and foundation system components and their connections such as the length, size and where changes occur, connections; etc. . . . e. FOUNDATION: Detailed layout plans for location of all foundation system components, including working points with coordinates for survey stakeout. f. CODE REFERENCE: Design parameters used along with AASHTO references. 2. DESIGN COMPUTATIONS: computations shall: a. Be stamped by a licensed Professional Engineer in the state of Iowa. b. Computations shall clearly refer to the applicable AASHTO provisions C. Documentation of computer programs including all design parameters. 3. CONSTRUCTION SPECIFICATIONS: a. Construction methods specific to the vendor chosen. Submittal requirements such as certification, quality and acceptance /rejection criteria shall be included. PRECAST CONCRETE RAMP SYSTEM 02310 -3 Details on connection of ramp units and foundation system such that assurance of uniform load transfer shall be checked. FINAL SUBMISSION: Once a ramp and foundation system design has been reviewed and accepted by the Owner, the Contractor shall submit the final plans. The designer of the ramp and foundation system is responsible for the review of any drawings prepared for fabrication. One set of all approved shop drawings shall be submitted to the Engineer's permanent records. C. SUBMITTALS: Product Data: Submit Manufacturer's technical product data for railing components and accessories. Manufacturer to supply submittal drawings for approval to include the following: 1. Section -thru details. 2. Mounting methods. 3. Typical Elevations. 4. Key plan layout. D. Shop Drawings: Shop drawing showing actual field conditions and true elevation and location supplied after field verification. 1.7' DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Fuld MeaVrements: Where handrails and railings are indicated to fit to other construction, check acfual*'46nsions of other construction by accurate field measurements before fabrication; show racomc easurements on final shop drawings: U r. —i>: 1(P WWgfield measurements cannot be made without delaying the railing fabrication and C� �-Qlvery, obtain guaranteed dimensions in writing by the Contractor and proceed with C) C) cation of products so as not to delay fabrication, delivery and installation. O C. gprdinale fabrication and delivery schedule of handrails with construction progress and seiauence to avoid delay of railing installation. 1.8 WARRANTY: A. Contractor will be responsible for installation defects associated with the boardwalk and abutment components, foundation system, and railings for a period of 12 calendar months from the date of final acceptance by the Owner. B. Boardwalk manufacturer shall warranty all precast concrete components against defects in material and workmanship for a period of twenty years. 1.9 MEASUREMENT AND PAYMENT A. Precast concrete boardwalk, railings, and abutments shall be paid for at the contract lump sum price as listed in the bid proposal for "Precast Concrete Ramp ". This price shall include all materials, equipment, labor and work necessary for and incidental to the design, construction, delivery, unloading, assembly, and placement of the boardwalk and abutments as shown in the contract plans including all railings on the superstructure. PART 2- MATERIALS & TESTING 2.1 PRECAST CONCRETE: shall conform to the following: PRECAST CONCRETE RAMP SYSTEM 02310 -4 a. The minimum compressive strength of the concrete shall be 4000 psi measured at 28 days. b. All precast concrete components shall be air entrained composed of Portland cement, fine and course aggregates, admixtures and water. The air - entraining feature may be obtained by the use of either an air entraining Portland cement or an air entraining admixture. The entrained air - content shall be not less than four percent or more than seven percent. PART 3- EXECUTION 1.1 PRECAST CONCRETE BOARDWALK A. Installation of the precast concrete boardwalk system and abutments, if applicable, shall be performed in accordance to the approved plans and manufacturers installation instructions. Boardwalk manufacturer shall provide a field representative to review installation instructions with the Contractor and Engineer and to certify that the installation has been performed according to the approved drawings and manufacturer's instructions. END OF SECTION W =;C-) �C v w cn PRECAST CONCRETE RAMP SYSTEM 02310 -5 SECTION 02780 - UNIT PAVERS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Concrete pavers set in aggregate setting bed. 2. Edge restraints for unit pavers. 1.2 RELATED SECTIONS 1. SUDAS Division 4 Sewers And Drains Section 4040 Subdrains 2. SUDAS Division 10 Utility Service Section 2.10 Bedding And Backfill Material For Subdrains 1.3 SUBMITTALS A. Product Data: For each product indicated. B. Samples: Showing the full range of colors, textures, and patterns available for each type of unit paver indicated. 1. Include Samples of material for joints and accessories involving color selection. 1.4 QUALITY ASSURANCE A. Build mockups for each form and pattern of unit paver. 1. Build mockup that is 5'x5' in size.[ 2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 PROJECT CONDITIONS A. Cold- Weather Protection: Do not use frozen materials or build on frozen subgrade or setting beds. PART 2- PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.2 COLORS AND TEXTURES UNIT PAVERS 02780- 1 A. Colors and Textures: Unistone "Rivenstone" with color to be selected by Landscape Architect and Owner. 2.3 UNIT PAVERS A. Concrete Pavers: Solid, interlocking paving units, ASTM C 936, made from normal- weight aggregates in sizes and shapes indicated. CD . Manufacturers: .r Licensee of Symrah Licensing Inc. that markets unit pavers in Project location. 0. ka Licensee of Uni -Group U.S.A. that markets unit pavers in Project location. .,f o C-) F- Capitol Ornamental Concrete Specialties, Inc. Hanover Architectural Products, Inc. Hastings Pavement Co., Inc. Z v Nicolock. �. Oldcastle Architectural Products. h. Sunny Brook Pressed Concrete Co. I. Wassau Tile, Inc.; Terra - Paving Div. 2.4 ACCESSORIES A. Plastic Edge Restraints: Manufacturer's standard triangular PVC extrusions, 1.2 inches high by 2.2 inches wide; flexible type for curved edges, with pipe connectors and 3/8 -inch diameter by 12 -inch long steel spikes. B. C. 2.5 A. B. C. 1. Manufacturers: a. Pave Tech Inc. b. Ryerson, J. T. & Son, Inc. Cork Joint Filler: Preformed strips complying with ASTM D 1752, Type II. Compressible Foam Filler: Preformed strips complying with ASTM D 1056, Grade 2A1. AGGREGATE SETTING -BED MATERIALS Graded Aggregate for Base: Sound crushed stone or gravel complying with ASTM D 448 for Size No. 8. Sand for Leveling Course: Sound, sharp, washed sand complying with gradation requirements of ASTM C 33 for fine aggregate. Sand for Joints: Sharp, washed sand with 100 percent passing No. 16 sieve. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. UNIT PAVERS 02780-2 B. Cut unit pavers with motor - driven masonry saw to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. 1. For concrete pavers, a block splilter may be used. 2. Cut pavers to accommodate salvaged flagstone from existing patio. C. Joint Pattern: Unistone Pattern "G. See drawing for % of paver sizes in overall mix. D. Tolerances: Do not exceed 1/16 -inch unit -to -unit offset from flush nor 1/6 inch in 24 inches and 1/4 inch in 10 feet from level, or indicated slope. E. Expansion and Control Joints: Provide joint filler as backing for sealant - filled joints where indicated. Install joint filler before setting pavers. F. Provide edge restraints as indicated. Install edge restraints before placing unit pavers. 3.2 AGGREGATE SETTING -BED PAVER APPLICATIONS A. Compact soil subgrade uniformly to at least 95percent of ASTM D 1557 laboratory density. B. Proof -roll prepared subgrade and correct deficient areas. C. Place aggregate base in thickness indicated. Compact by tamping with plate vibrator. D. Place leveling course and screed to a thickness of 1 inch taking care that moisture content remains constant and density is loose and constant until pavers are set and compacted. E. Treat leveling base with soil sterilizer to inhibit growth of grass and weeds. F. Set pavers with a minimum joint width of 1/4 inch and a maximum of 1/4, being careful not to disturb leveling base. Place pavers hand tight against adjacent pavers. G. Use a rubber mallet to set the flagstones to the proper elevation. Do not use a plate compactor over the precast pavers. H. Spread dry sand and fill joints immediately after setting pavers into leveling course. Add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. END OF SECTION UNIT PAVERS 02780 - 3 v 0 O b� w A G-) r UNIT PAVERS 02780 - 3 SECTION 02795 - HOT MIX ASPHALT PART 1-GENERAL 1.01 SECTION INCLUDES A. Hot Mix Asphalt (HMA) Porous Pavement B. Base Widening 1.02 DESCRIPTION OF WORK A. Includes tte requirements for the following: Construction of HMA porous pavement surface, intermediate, and base courses placed upon a prepared subgrade, subbase, base, or pavement. B. Conform to Iowa DOT Section 2303 for construction of HMA porous pavement and base widening, except as modified herein. 1. Provide Quality Management —Asphalt (QM -A) forbid items with HMA quantities exceeding 300 tons. Provide quality control for bid items with HMA quantities of 300 tons or less according to Section 7020, 3.05. 2. Refer to Table 1 for gyratory mixture design criteria. Tablet: HMA Gyratory Mixture Requirements Gyratory Mixture Requirements a Gyrations for N;nitw C> CIA " 50 C- C-) w "°... z 18% o z 80 Fines /Effective Asphalt 51.2 Draindown - Based on 1 hour reading at the anticipated production temperature r� Stabilizer by weight of total mix, % 0.2-0.4 VCA Ratio W 0� A. Includes tte requirements for the following: Construction of HMA porous pavement surface, intermediate, and base courses placed upon a prepared subgrade, subbase, base, or pavement. B. Conform to Iowa DOT Section 2303 for construction of HMA porous pavement and base widening, except as modified herein. 1. Provide Quality Management —Asphalt (QM -A) forbid items with HMA quantities exceeding 300 tons. Provide quality control for bid items with HMA quantities of 300 tons or less according to Section 7020, 3.05. 2. Refer to Table 1 for gyratory mixture design criteria. Tablet: HMA Gyratory Mixture Requirements Gyratory Mixture Requirements Porous HMA Gyrations for N;nitw WA Gyrations for Ndas 50 Gyrations for N, m N/A Air Voids, % - Wear z 18% Tensile Strength Ratio, min% at mix design z 80 Fines /Effective Asphalt 51.2 Draindown - Based on 1 hour reading at the anticipated production temperature 5 0.3% Stabilizer by weight of total mix, % 0.2-0.4 VCA Ratio 1 VCAMix< VCADRb 1.03 SUBMITTALS A. HMA Porous Pavement Mix Design: Prepare and submit the Job Mix Formula (JMF) tq the Engineer for approval prior to HMA production. I No bituminous mixture for payment shall be produced until a job mix formula has been approved in writing by the Engineer. The method of determining the proper asphalt content is to store the mix trial batches in the laboratory overnight at 140 degrees F (60 degrees C). The proper asphalt content will then be selected visually. The asphalt content mix is selected from the batch from which small amount of asphalt drains to the bottom of the pan and the mix still appears glossy. A heat resistant, clear glass dish may be used for better visibility of the drained asphalt. The asphalt content may be varied as necessary during construction to meet this requirement. 02795 -01 B. Quality Control Test Results C. ' Pavement Smoothness Results: Submit all testing and certifications according to SUDAS Section 7021, 1.08. D. Material Certifications: Upon request, the Contractor will provide material certifications to the Engineer. E. HMA Certification: Submit HMA certifications for all bid items with HMA quantities of 500 tons or less, according to Section 7020, 3.05. F. Weight receipts should include mix size and type and /or correlate to the bid item. G. Base course permeable aggregate sieve analysis. H. Base course permeable aggregate infiltration rate. I. Equipment and procedures to be utilized for the permeable aggregate installation. J: Porous asphalt aggregate sieve analysis. K': Porous asphalt composition. L. Previous experience of the proposed porous asphalt installer with porous asphalt placement. M. Staging plan that incorporates key elements of the operations and reduces closure of roadways to the extent practical. Staging and Sequence of Construction shall be approved by the Engineer prior to beginning construction. See the plans for a recommendation on staging for the project area. The Contractor shall be responsible for providing a construction staging plan that meets the requirements of the project as outlined in the plans and specifications. N. National Asphalt Paving Association (NAPA) membership: Submit proof of NAPA membership for six months prior to date of bid letting. 1.04 SUBSTITUTIONS A. Use only materials conforming to these specifications unless permitted otherwise by Engineer. B. Obtain Engineer approval for all substitutions prior to use. . c�n 1.05 .UELIVE%Y, STORAGE, HANDLING, AND SALVAGING c� ci 3 FggQCegate Storage: Prevent contamination and intermingling per Iowa DOT Section 2303. CM. sal: Dispose of excess HMA according to applicable local, state, and federal -°— wgg ations in a manner that does not cause damage or harm to adjacent properties or public Lim c ORWes. b 1.06 ACHEDULING AND CONFLICTS Follow the General Provisions (Requirements) and Covenants, as well as the following: Complete elements of the work that can affect line and grade in advance of other open cut construction unless noted on plans. 02795 -03 1.07 RESTRICTIONS ON OPERATIONS A. Safety Fence for Pavement: 1. At the end of each day's construction and at all side streets, the Contractor shall erect and maintain such barriers and fencing as are necessary to protect the pavement from damage. 2. Intermediate safety fences may be required for the purpose of opening the pavement for access to a side road, side street, or entrance. 3. Contractor shall provide materials, labor, and equipment as necessary to protect vehicular and pedestrian traffic from harm and shall provide foot traffic access to residence at all times. N B. Maintenance of Pavement: z» 1. The Contractor shall protect the new pavement and its appurtenance431.20 tr , both.+ public and that caused by the Contractor's operation. This includes th4 -btetio &nd maintenance of warning signs, lights, barricades, watchmen to direct traffic ands pavement bridges or crossovers. The Contractor shall include all necess eg4men! and materials to prevent the transport of sediment, grass clippings, tras , otP r substances onto the pavement. The Contractor may place a geotextile 0,J41e V intermediate and final pavement for protection as approved by the Engin (A 0� 2. Any part of the pavement damaged by traffic or other causes occurring prior to final acceptance of the pavement shall be repaired or replaced at the Contractor's' expense, except when the cause of the damage is due to circumstances beyond the Contractor's control. 3. The Contractor shall not operate equipment with metal tracks, metal bucket blades, or metal motor patrol blades directly on new paving. The Contractor shall not unload soil or granular materials, including base rock for storage and future reloading directly onto new paving. C. Utilities Protection: The Contractor shall not start work until all utilities are located. Repairs: When the Contractor disrupts or breaks known utilities of the Jurisdiction or privately owned utilities, such utilities shall be repaired at the Contractor's expense. Unnecessary delays in making repairs will cause the Engineer to have such repairs made and the cost thereof deducted from the monies due to the Contractor. .. 2. Drains, Pipe, Tiles: Existing subsurface groundwater and stormwater drains, pipe, and tiles, which are disrupted or broken by reason of the construction, shall be connected to the storm sewer or another adequate outlet if storm sewer is not available, Should no outlet be readily available, the Engineer will determine a suitable solution. . 1.07 RESTRICTIONS ON OPERATIONS (Continued) 3. Water Stop Boxes and Services: The adjustment of stems and castings and /or repair of those broken or damaged by the Contractor shall be at the Contractor's expense. Relocation of stop boxes and services will be by bid items. 1.08 MEASUREMENT FOR PAYMENT A. HMA Porous Pavement: Measurement and payment will be according to Iowa DOT Section 2303, except as modified below: 02795 -03 1. Asphalt Binder: Incidental to HMA mixture. 2. Pavement Smoothness: a. Local Streets and Minor Collectors: The costs of correcting the smoothness and associated traffic control are incidental to the cost of pavement. No pavement smoothness incentives will be provided. B. Safety Fence for Pavement: Incidental to HMA pavement and base widening. C. Quality Control: Incidental to HMA pavement and base widening. D. Pavement Removal: Pavement removal will be measured and paid by square yards removed. Unit price includes, but is not limited to, removal and disposal of pavement. PART 2 - PRODUCTS 2.01 POROUS HMA MATERIALS A. HMA Porous Pavement: Measurement and payment will be according to Iowa DOT Section Base Course shall be four (4) inches thick with a bitumen content of 5.5 to 6% by weight dry aggregate. Surface Course shall be two (2) inches thick with a bitumen content of 5.75 to 6% by weight dry aggregate. In accordance with ASTM D6390, draindown of the binder shall be no greater than 0.3 %. If more absorptive aggregates, such as crushed limestone, are used in the mix, then the amount of bitumen is to be based on the testing procedures outlined in the National Asphalt Pavement Associations Information Series 131. 2. Use neat asphalt binder modified with an elastomeric polymer to produce a vender meeting the requirements of PG 64 -22 or PG 76-22 for Base Course. Use neat asphalt binder modified with an elastomeric polymer to produce a vender meeting the requirements of PG 76 -22 for Surface Course. The elastomeric polymer shall be styrene - butadiene- styrene (SBS) or approved equal, applied at a rate of 3% by total weight of the binder. The composite materials shall be thoroughly blended at the asphalt refinery or terminal prior to being loaded into the transport vehicle. The polymer modified asphalt binder shall be heat and storage stable. The contractor shall submit a certification letter from the polymer modified asphalt supplier to the Engineer for each course before the mix is placed on the project. The certification letter from the supplier will include the following: 02795-04 kO 2303, except as modified below: -T '.)J&phalt Binder: Incidental to HMA mixture. LU C�: C-3 t avement Smoothness: .. L-�� Local Streets and Minor Collectors: The costs of correcting the smoothness and v associated traffic control are incidental to the cost of pavement. No pavement (L _ .r.. Q smoothness incentives will be provided. C.] .o c�o. SaTMy Fence for Pavement: Incidental to HMA pavement and base widening. C. Quality Control: Incidental to HMA pavement and base widening. D. Pavement Removal: Pavement removal will be measured and paid by square yards removed. Unit price includes, but is not limited to, removal and disposal of pavement. E. Porous HMA Pavement Base and Surface Course: Base Course shall be four (4) inches thick with a bitumen content of 5.5 to 6% by weight dry aggregate. Surface Course shall be two (2) inches thick with a bitumen content of 5.75 to 6% by weight dry aggregate. In accordance with ASTM D6390, draindown of the binder shall be no greater than 0.3 %. If more absorptive aggregates, such as crushed limestone, are used in the mix, then the amount of bitumen is to be based on the testing procedures outlined in the National Asphalt Pavement Associations Information Series 131. 2. Use neat asphalt binder modified with an elastomeric polymer to produce a vender meeting the requirements of PG 64 -22 or PG 76-22 for Base Course. Use neat asphalt binder modified with an elastomeric polymer to produce a vender meeting the requirements of PG 76 -22 for Surface Course. The elastomeric polymer shall be styrene - butadiene- styrene (SBS) or approved equal, applied at a rate of 3% by total weight of the binder. The composite materials shall be thoroughly blended at the asphalt refinery or terminal prior to being loaded into the transport vehicle. The polymer modified asphalt binder shall be heat and storage stable. The contractor shall submit a certification letter from the polymer modified asphalt supplier to the Engineer for each course before the mix is placed on the project. The certification letter from the supplier will include the following: 02795-04 a. Type of elastomer polymer used to modify the asphalt. b. Quality control sampling and testing procedure used to certify the polymer modified asphalt prior to shipping to the contractor's asphalt plant. c. .Information on the storage and stability of the polymer modified asphalt. d. Recommended mixing and compaction temperatures. e. A statement saying that the polymer modified asphalt will comply with these specifications. f. Aggregate in the asphalt mix shall be a minimum of 90% crushed and meet the following gradation: Sieve Size Percent Passing By Weight 1/2" 100 3/8" 92 -98 No. 4 34 -40 No. 8 12 -20 No. 16 5 -13 Na. 30 0 -4 I o n L13 :,"! -n No. 200 0 -2 q n WC 3. The asphaltic mix shall be tested for its resistance to stripping by water l 11.pcorqVce m with ASTM D3625. If the estimated coating area is not above 95 %, anths RingmgentC shall be added to the asphalt. o� X-• ZE 4. The use of recycled asphalt pavements in the mix is prohibited. u, 2.02 STRUCTURAL SOIL - BEARING FABRIC: A. Engineering Fabrics shall conform to IaDOT 4196.01 B. Engineering Fabric: AASHTO M -288, Table 3 and Table 4 Subsurface Drainage — Class 1 2.03 BASE COURSE PERMEABLE AGGREGATE: A. The base course permeable aggregate shall be installed below the porous asphalt paving or the top course permeable aggregate as applicable. B. The aggregate base course should be a crushed stone that is screened and washed. It should have less than 3% passing the No. 200 sieve. Maximum size should be a nominal 1 inch. The aggregate base course should be placed in no greater than 6 -inch compacted lifts to 95% of ASTM D1557— Modified Proctor, C. Aggregates to be open - graded, fractured, friction course. To ensure free drainage, material to be clean with minimal fines. The compacted top course permeable aggregate minimum infiltration rate shall be of 40 inches per hour. D. Base stone shall conform to crushed stone per Iowa DOT 4122, Gradation #13 for Clean Rock (1 -1/2" or Z'). Base stone may be quarried from Schildberg Construction Company, Inc. Crescent Quarry or equivalent as approved by the Engineer. 02795 -05 PART 3- EXECUTION FILED 3.01 HMA POROUS PAVEMENT 2013 AUG 30 pill 4* 36 Construct according to Iowa DOT Section 2303 and the following: CITY CLERK A. Transporting Material: IOWA CITY MA 1. Transporting of mix to the site shall be in vehicles with smooth, clean dump beds that have sprayed with a non - petroleum release agent. 2. The mix that shall be covered during transport to control cooling. B. Do not store hot mix asphalt for more than 90 minutes before placement. C. Porous HMA Placement 1. The porous HMA shall be laid in one lift for each course. The base course shall be placed directly over the granular subbase. The surface course shall be placed directly over the base course. 2. M ixtu re temperature shall be between 300 and 350 degrees Fahrenheit at the time of placement. 3. The use of remixing material transfer device between trucks and the paver is highly recommended to eliminate cold lumps in the mix. 4. The polymer- modified asphalt is difficult to rake. Awell- heated screed should be used to minimize the need for raking. 5. Compaction of the surface shall take place when the surface is cool enough to resist a 10 -ton roller. One or two passes are all that is required for proper compaction. Additional rolling may reduce porosity and should be used cautiously. D. After final rolling, no vehicular traffic of any kind shall be permitted on the surface until cooling and hardening has taken place, and in no case within the first 48 hours. Provide barriers and protection as necessary. 3.02 PREPARATION A. Preparation of Subgrade: 1. Excavate as required to install subbase to proposed depth and cross section. 2. Minimize disturbance of exposed subgrade. Minimize placement and operation of equipment on subgrade by allowing only tracked equipment in the subgrade surface. Prior to engineering fabric installation, subgrade preparation shall include scarifying to a depth of 8 inches and light compaction as to provide a smooth, loose surface for engineering fabric and base stone placement. 3. Bring the subgrade to an elevation and cross - section such that, the surface is prepared to a stable surface leveled to the grades and surface elevations required. 4. Remove material, other than sand, that will not readily compact. Replace with material that will readily compact and roll that portion of the subgrade again. Use an appropriate roller meeting the requirements of Iowa DOT Article 2001.05. 5. While constructing subgrade, maintain the soil in a condition sufficiently moist to facilitate the desired compaction. 02795 -06 6. Check the finished subgrade with a template supported on the surface of the adtace At- pavement. 00/.? �^® 3.02 PREPARATION (Continued) B. Granular Subbase for Porous HMA q YC(_ y`3o- C/TY, 1. Excavate as required to install subbase to proposed depth and cross section. {yq 2. Minimize disturbance of exposed subgrade. Minimize placement and operation of equipment on subgrade. 3. Place engineering fabric over prepared and shaded subgrade, extend fabric up along the sides of the excavated area to prevent migration of fines and other materials into the porous subbase from adjacent soils. 4. Install porous granular subbase material over subgrade and engineering fabric, taking care not to damage engineering fabric. Place material in 2 lifts, compacting material after each lift. Install granular material to the thickness and grade shown on the plans in preparation for paving. 5. After installation of subbase, protect area from stormwater drainage. Divert any stormwater which may contain sediment away from the subbase. Do not place soil, debris, or other materials that may contaminate the aggregate on top of the subbase. 6. Equipment operation within the subgrade area, prior to placement of engineering fabric and subbase stone, shall be limited to tracked skid loaders and small backhoes. C. Construction: 1. Place the HMA mixture in the number of lifts required to produce the required thickness. The compacted thickness of the top lift shall not exceed 2 inches. 2. The maximum compacted thickness of lower lifts may not exceed 4 inches. 3. Do not place porous HMA pavement on the surface of the existing pavement, and immediately remove any spilled base material. 4. Ensure that, after placement, the constructed width conforms to the required width. 5. Promptly and thoroughly compact each lift to the density specified in Iowa DOT Section 2303 for Class IC compaction. 6. Place succeeding lifts of HMA material as soon as the previous lift has been.compacted. 7. Obtain the lab density for that day's HMA paving from an Iowa DOT - approved testing lab and based on the JMF design criteria. 8. Take density samples from the compacted material and test according to Iowa DOT Section 2303. Randomly locate samples transversely in the area 6 inches from the base being widened to 6 inches from the outside edge of a given pass of the placing equipment. Notify the Engineer three days prior to coring and testing to give the Engineer the opportunity to witness coring and testing. The locations of test samples shall be selected by the Engineer. 9. Take porosity measurements at every 100 tons placed. Tests shall be divided equally throughout the project. One test shall be performed by the Jurisdiction or an independent testing laboratory hired by the Jurisdiction. Test locations will be selected by the 02795 -07 Engineer on a random basis in accordance with procedures contained in ASTM D 3665. 101. Do not open the widening to traffic until it has cooled sufficiently to support the traffic without displacement or movement. 3.03 DEFECTS,OR DEFICIENCIES A `Repairs Required: 1. Remove and replace, or repair, at no cost to the Jurisdiction, new HMA pavement containing cracks, deformities, deficiencies, or other defects related to the Contractor's material or workmanship. Remedy shall be determined by the Engineer. In lieu of the above negotiations, extended warranty may be approved by the Engineer. 2. Areas to be replaced will be determined by the Engineer. Complete all repairs according to Sections 7021 and 7040. 3. Correct pavement smoothness as directed by the Engineer. The Engineer may use Iowa DOT Section 2316 for guidance. B. Density and Thickness Deficiencies: See Iowa DOT Section 2303. 3.04 PAVEMENT SMOOTHNESS Meet the following requirements: A. Local Streets & Minor Collectors: Check finished pavements on local and minor collectors with a 10 foot straight edge placed parallel to the centerline. Correct areas showing high spots of more than 1/4 of an inch in 10 feet per Section 7020, 3.03. and section 7021. 3.05 QUALITY CONTROL A. Provide QM -A per Iowa DOT Section 2303 for bid items with HMA quantities exceeding 500 tons. On locally let projects, all testing normally conducted by the Iowa DOT will be performed by the Jurisdiction or an independent testing laboratory hired by the Jurisdiction. B. Provide quality control for bid items with HMA quantities of 500 tons or less as follows: 1. Mix Design: Submit for approval. 2. Plant Production: Use a current calibration of the HMA production plant for the JMF no c-� Pm re than 12 months old. Maintain an asphalt binder log to track when the binder was livered. Identify the JMF on the HMA delivery ticket. Use certified asphalt binder and approved aggregate sources meeting the JMF. Monitor the quality control test results a uj�nd make adjustments to keep the mixture near the target JMF values. CD co 3 structlon: Take density measurements of the compacted mixture, except when Class L D : t—I ompaction is specified. Use the field quality control laboratory compaction for field LL sity control as specified in Iowa DOT Section 2303. The Engineer may accept the density of the compacted layer based on cores or density gauge. The Engineer may o waive density measurement provided the compaction has been thorough and effective. Take density measurements of the compacted mixture no later than the next working day following placement and compaction. For small quantities, a lot is the entire quantity of each HMA mixture bid item. The quality index for density will not apply to small quantities. 4. Sampling and Testing: Material sampling and testing is for production quality control only. Acceptance of mixture is based on Contractor certification. Perform a minimum of one aggregate cold -feed and one loose HMA test per lot. Sampling and testing of loose 02795 -08 HMA is only required for mechanically placed mixture. All sampling and testing procedures will follow the Iowa DOT Specifications and Materials I.M.s using certified technicians and qualified testing equipment. The Engineer may approve alternative sampling procedures. Take the sample between the first 100 to 200 tons of production. No split samples for agency correlation testing are required. Asphalt binder will be accepted based on the asphalt supplier's shipment certification. No binder sampling or testing is required. No material sampling or testing is required for daily HMA production of less than 100 tons on any project. 5. Field Placed Material: Material placed in the field shall be tested for porosity. 6. Porosity: Porosity shall be tested at every 200 tons placed and shall be divided equally throughout the project. One test shall be performed by the Jurisdiction or an independent testing laboratory hired by the Jurisdiction. Test locations will be selected by the Engineer on a random basis in accordance with procedures contained In ASTM D 3665. 7. Testing: Test the permeability of the base by pouring 1 gallon of water through a 2 -inch pipe placed directly on the surface. Water should flow through the base at about 4 gallons per minute. 8. Acceptance: Acceptance of field placed material for porosity will be granted when 75% or more of the tests meet the requirements. 9. Aggregate subbase shall meet the requirements of the IDOT Section 4121 for Granular Subbase Material. Course Aggregatea Quality Maximum Percent Allowed Test Method Abrasion 50 AASHTO T 96 Alumina (a) 1.5 IaDOT 222 A Freeze 25 IaDOT 211, Method A (a) If the Alumina value fails, the A Freeze value shall be determined for specification compliance. Iowa DOT Materials Laboratory Test Method 222 does not apply to gravel. 3.06 ACCEPTANCE CRITERIA A. General: Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor's Quality Control plan and test results: o o 1. Asphalt Content 2. Aggregate Gradation_ 3. Field Porosity c-);4 4. Smoothness --a c7 O 5. Grade ; M The Engineer may at any time, notwithstanding previous plant acceptaa a 4ejestar> require the Contractor to dispose of any batch of bituminous mixture whTc'h is revered unfit for use due to contamination, segregation, incomplete coating of aggregate; ,or i"roper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if he can demonstrate in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. 02795 -09 3.07 QUALITY CONTROL (Continued) B. Certification: Provide a certification for the production of any mixture in which the requirements in this section for small quantities or are applied. Place the test results and certification statement on the Iowa DOT Daily HMA Plant Report (Form 800241). The Daily HMA Plant Report for certified HMA may be submitted at the end of the project for all certified HMA quantities, or submitted at intervals for portions of the certified quantity. Use the following certification statement: "The certified HMA was produced in compliance with the provisions of Section 7020, 3.05 of the SUDAS Specifications. The certified HMA was produced with certified asphalt binder and approved aggregates as specified in the approved mix design." 3.08 REMOVAL OF PAVEMENT Comply with Iowa DOT Section 2510. END OF SECTION 02795-10 kn M Q � g - ER 13 U yr 0 r END OF SECTION 02795-10 SECTION 02881 — PLAYGROUND EQUIPMENT PART GENERAL 1.01 GENERAL A. The Iowa Statewide Urban Design and Specifications (SUDAS) current edition, except as modified herein. B. Provide and install all items hereinafter identified. 1.02 SCOPE OF WORK A. Furnish all materials, equipment, labor, and related items necessary to complete the work shown on the Drawings and /or Specifications. The items of work to be performed shall include but are not limited to Playground Equipment and Music Playground Equipment. 1.03 RELATED WORK DESCRIBED ELSEWHERE A. Related work in other sections of these specifications includes but is not limited to: 1. Section 02180 — Engineered Wood Fiber (EWF) Safety Surfacing 1.04 BARRIERS, SAFETY GUARDS AND WARNING LIGHTS N G? A. Provide for public, visitors' and workers' protection, as required by the Iowa DeZMrtment of Labor and Industries. ° 1.05 PROTECTION �C-) A. Protect all work installed under this section from damage from any caus;;�at4verrn including subsequent construction activities and vandalism until final ac ncg. 7r 1.06 REFERENCE SPECIFICATIONS A. American with Disabilities Act Accessibility Standards, 2010 or current version. B. City of Iowa City, IA, Public Works Department Guidelines and Improvement Standards. C. The Iowa Statewide Urban Design and Specifications (SUDAS), latest edition. D. Standard Specifications for Municipal Public Works Construction, APWA, Latest Edition. E. ASTM F1487 -11 Standard Consumer Safety Performance Specification for Playground Equipment for Public Use. F. Public Playground Safety Handbook, CPSC Publication #325, 2010 U.S. Consumer Product Safety Commission. 02881 - 1 1.07 QUALITY ASSURANCE A. Arrange for playground equipment manufacturer's technical personnel to inspect playground and playground equipment and components during installation and at final completion and to certify compliance with the above referenced requirements. Notify Owner 48 hours in advance of date and time of final inspection. B. All materials and equipment listed herein shall be new and of the type specified. 1.08 WARRANTY A. Lifetime on steel and aluminum posts, all stainless steel hardware, clamps, deck hangers, post caps and cast aluminum parts. B. 25 years on spring toys. C. 15 Years on all perforated steel decks and stairs, steel rails, loops and rungs, sheet steel, rotationally - molded and sheet plastic components, recycled plastic lumber, plastic roofs and crawl tubes, stainless steel slides, aluminum slides, and tubular steel parts. D. 10 Years on fiberglass signage, rock climbing handholds, accessible swing seat, precast concrete products. E:.5 Years on swing seats, ground -based moving parts, steel coil springs and steel C- springs. 1.09 PREPARATION OF SUBGRADE The Contractor shall be responsible for rough grading the play areas prior to placement of all items specified in this Section. 1.10 SUBMITTALS C. Samples for each exposed finish. D. Maintenance data. 02881 -2 A.�cProduct data for each product. Cl) _1C 6:r_ shop drawings: �.J J. , -, Ld 8�lcolor drawings, details, footings, and specifications for all playground _._j 12 ygggipment components. �0 �. Ore applicable, equipment use zones as defined in ASTM F1487. �- CD tom. Specify Fall Height of playground equipment as defined in CPSC No. 325 and ASTM F1487 -11. C. Samples for each exposed finish. D. Maintenance data. 02881 -2 E. References: provide (3) references of experience constructing and installing public playground equipment. F. Product Warranty. G. Playground manufacturer insurance certificate. H. List of deviations from the specified product. Certification the products meet the requirements described in ASTM's F1487 and CPSC Publication #325. J. Playground equipment Installer certificates. K. Supplier of playground equipment must provide $10 million product primary liability insurance certificate with project owner named as certificate holder, prior to delivery. PART PRODUCTS A. All metal hardware including bolts, deformed bars for connections, threaded rod, anchor bolts, nuts, washers - shall be hot- dipped galvanized unless otherwise noted. All bolts, threaded rod and anchor bolts conform to ASTM A -307, Grade A, unless otherwise noted. Hex head and nut on all bolts and threaded rod unless otherwise indicated. All bolts, threaded rod shall have standard cut washers respective size, unless otherwise indicated - bolts to have washers each end, galvanized steel bolts, rods, etc. shall have galvanized steel washers and nuts. Hardware not noted by size shall be sufficient to draw and hold members securely. 2.02 PLAYGROUND EQUIPMENT- HIGH STEPPER MEDIUM A. Playground Equipment shall be GameTime High Stepper Medium, or equal. Approved equals will be accepted by Landscape Architect. If a manufacturer desires to be approved as an equal, they shall submit their proposed layout to the Landscape Architect for approval a minimum of 5 working days before theA, ds are due. The Landscape Architect shall review, comment and /or apprQye the Rout within 48 hours of submission. g T' 1. Play Equipment Manufacture c>-[ w . Q r- a. Playground equipment shall be manufactured for commV; I ug oril fn o;x) b. Hardware (Fasteners): Primary fasteners shall be sock�`t� and pinneT' tamper -proof design, either carbon steel plated with zinc7nickeld iridescent chrome finish or stainless steel. All hardware is to include a locking patch type material. The material when allowed the 72 -hour cure time shall require a minimum of 4 times the installation torque to remove the fastener. Manufacturer to provide special tools for pinned hex fasteners. 02881 -3 c. Metal Finishes Baked - Enamel Polyester Powder -Coat Finish: All components to be Super Durable TGIC polyester powdercoated shall be free of excess weld and splatter. Parts shall be thoroughly cleaned in 6 -Stage Pretreatment system with a hot phosphatizing bath and sealed with a non - chrome resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees; average thickness: 4 Mils. fl. PVC Finish: Manufacturer's standard, UV- stabilized, mold- resistant, slip- resistant,- matte - textured, dipped or sprayed -on, PVC - plastisol finish, with flame retardant added, a dry film thickness of .06" to .10 ". d. Post Hole Backfill: Crushed Surfacing Base Course per SUDAS Specifications. e. Concrete Footings: Class 3000 per SUDAS Specifications. B. Alternate Bid Playground Equipment shall be GameTime High Stepper Regular, or equal in place of specified playground equipment above. Approved equals will be accepted by Landscape Architect. If a manufacturer desires to be approved as an equal, they shall submit their proposed layout to the Landscape Architect for approval a minimum of 5 working days before the bids are due. The Landscape Architect shall review, comment and /or approve the layout within 48 hours of submission. C. Embankment Slide shall be GameTime 4' High Embankment Slide, Deck & Posts, or approved equal. Approved equals will be accepted by Landscape Architect. If a manufacturer desires to be approved as an equal, they shall submit their proposed layout to the Landscape Architect for approval a minimum of 5 working days before the bids are due. The Landscape Architect shall review, comment and /or approve the layout within 48 hours of r M submission. �. AcBlay Equipment Manufacture C) r:itF 'r,a. Playground equipment shall be manufactured for commercial use only. _Q b. Hardware (Fasteners): Primary fasteners shall be socketed and pinned '4 ' �g. tamper-proof design, either carbon steel plated with zinc /nickel and ^' iridescent chrome finish or stainless steel. All hardware is to include a locking patch type material. The material when allowed the 72 -hour cure time shall require a minimum of 4 times the installation torque to remove the fastener. Manufacturer to provide special tools for pinned hex fasteners. c. Metal Finishes Baked - Enamel Polyester Powder -Coat Finish: All components to be Super Durable TGIC polyester powdercoated shall be free of excess 02881 -4 weld and splatter. Parts shall be thoroughly cleaned in 6 -Stage Pretreatment system with a hot phosphatizing bath and sealed with a non - chrome resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees; average thickness: 4 Mils. ii. PVC Finish: Manufacturer's standard, UV- stabilized, mold- resistant, slip- resistant,- matte - textured, dipped or sprayed -on, PVC - plastisol finish, with flame retardant added, a dry film thickness of .06" to .10 ". d. Post Hole Backfill: Crushed Surfacing Base Course per SUDAS Specifications. e. Concrete Footings: Class 3000 per SUDAS Specifications. D. Music Play Equipment shall be Sound Play Diatonic Palm Pipe Drum, or equal. Approved equals will be accepted by Landscape Architect. If a manufacturer desires to be approved as an equal, they shall submit their proposed layout to the Landscape Architect for approval a minimum of 5 working days before the bids are due. The Landscape Architect shall review, comment and /or approve the layout within 48 hours of submission. E. Alternate Bid Music Play Equipment shall be Sound Play Pre - school Music Play Station, or equal. Approved equals will be accepted by Landscape Architect. If a manufacturer desires to be approved as an equal, they shall submit their proposed layout to the Landscape Architect for approval a minimum of 5 working days before the bids are due. The Landscape Architect shall review, comment and /or approve the layout within 48 hours of submission. This alternate bid item is in addition to the music play equipment listed above. PART 3 EXECUTION c 3.01 PLAYGROUND EQUIPMENT & MUSIC PLAY EQUIPMENT 3> =.j t t A. Playground equipment manufacturer's representative shall be presentR:Ane�df proFuct delivery to inspect and inventory all parts delivered. Representative s4l e pore for obtaining and /or replacing missing and damaged parts prior to probonsta�[� latiopy B. Excavation of play area to design subgrades shall be completed prior 39 instajWtion. J C. Stake locations of playground equipment and edges of fall zones for review by Owner prior to installation. Incorrectly located work shall be removed and replaced by the Contractor at no additional cost to the Owner. D. Assemble (if required) and install all equipment specified by name /manufacturer as per approved manufacturer's printed instructions /recommendations. Structural members shall be installed rigid, plumb and true to lines and levels shown. Verify that all elements called for in this Section "fit" according to the Drawings and existing site features. 02881 -5 E. Maintain minimum clearances and fall zones between all ends of play structure and edges of play area as shown on Drawings and as required in ASTM F1487 -11 and the CPSC Document No. 325. F. Anchor playground equipment securely, positioned at locations and elevations indicated on Shop Drawings. G. Remove all sharp edges and metal burrs. H. Post and Footing Excavation: Excavate holes for posts and footings in firm, undisturbed or compacted subgrade soil. Level bearing surfaces with Post Hole Backfill to required elevation. Post Setting: Set main -frame equipment posts in concrete footing. Protect portion of posts above footing from concrete splatter. Place concrete around posts and vibrate or tamp for consolidation. Verify that posts are set plumb or at the correct angle and are aligned and at the correct height and spacing. Hold posts in position during placement and finishing operations until concrete is sufficiently cured. J. Adjust movable playground equipment components to operate smoothly, easily, and quietly, free from binding, warp, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. 3.02 CAST -IN -PLACE CONCRETE A. Concrete Footings: �11 LL r- o� 0 M LD 4 0 N 1. Install playground equipment with concrete footing sized as per manufacturer's recommendations or as noted on the Drawings. 2. Tops of all footings shall be installed per manufacturer's recommendation, unless otherwise indicated on Drawings or specified herein. 3. Shape top of footing to shed water. 4. Mix Design: 3000 psi commercial grade portland cement concrete. 5 Concrete footing for other site elements shall be sized as per Drawings, manufacturer's shop drawings, standard plans, or as specified herein. a C: wo � -a Up END OF SECTION 1 ii i SECTION 02900 - LANDSCAPING 1711\:1 YiQe3401 1:7_ 1.01 SUMMARY A. Plantings (trees, shrubs and perennials), including soil preparation, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE A. The fitness of all plantings shall be determined by the Landscape Architect and /or City Forester with the following requirements: i. Nomenclature: Scientific and common names shall be. in conformity with U.S.D.A. listings and those established nursery supplies. it. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. Take precautions to ensure that equipment, vehicles and planting operations do not disturb or damage existing site elements. The Contractor shall repair any damages at their own cost. C. The Contractor shall repair or replace all plantings which, in the judgment of the Landscape Architect and /or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. D. All plant material shall meet the minimum requirements of size and grade in the latest addition of American Standard for Nursery Stock, ANSI Z60.1. 1.03 SUBMITTALS A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Landscape Architect and /or City Forester. 1.04 DELIVERY. STORAGE AND HANDLING A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immg iately, on ground and protect with soil, wet peat moss or other acceptable material, arw-water as required by weather conditions. �Cl) C. Keep container grown trees, shrubs and perennials, which cannot be p f d irdwediarly7 moist by adequate watering. Water before planting. ,fin Ca -d PART 2- PRODUCTS 2.01 TREES, SHRUBS AND PERENNIALS m $� r T> w A. Trees and shrubs shall be vigorous, healthy, well- formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except for those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all 02270 -1 plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six [61 well placed branches, not including the leader. D. Trees shall be measured when branches are in the normal position. Caliper measurement shall be taken at a point on the trunk 6 inches (6 ") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. r` P T 3 - HXECUTON Pff �PLAFTIN BEES, SHRUBS AND PERENNIALS ..J Vti F,48@og Season and Completion Date: F , Cey.: ► - I. Spring - April 1 through June 1 C.) H. Fall - September 1 through October 31 `. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates in weather conditions are such that plant materials may be adversely affected. C. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. D. Plant placement shall be as shown on the plans, unless otherwise field placed by the Landscape Architect. E. The Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. F. Excavate with vertical sides and in accordance with the following requirements i. Excavate tree pits to a minimum of two feet greater in diameter than root ball of the tree. H. Plant shrubs in pits 18 inches greater in width than diameter of root ball or container. iii. Do not auger to excavate planting pits. G. Set plants in center of pits, align with planting plan, plumb and straight and at elevation where the root collar (root to stem transition zone) is visible at ground level with the first main order lateral roots at or slightly below (1" to 2 ") this point. For the purposes of this contract, the root collar is defined as the point immediately above where the first main order lateral roots attach to them. H. Compact topsoil mixture thoroughly abound base of root ball to fill all voids. Soil shall be backfilled in layers and each successive layer shall be slightly tamped before the next layer is placed. Backfill tree and shrub pits halfway with planting soil mixture and remove all exposed burlap, wires, and lacing from the top half of the root ball. Do not pull burlap or wire from under the root ball. Thoroughly puddle before further backfilling tree or shrub pit. Construct earthen 02270 -2 saucer ring at finish grade as per planting detail. Excess soil shall be removed from the site. Thoroughly water each tree or shrub upon completion of backfill and construction of saucer ring. I. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has be approved by the City Forester. J. The Contractor shall perform a final watering of all plant material upon completion of planting operations. The Contractor shall notify the City Forester upon commencement of final watering. K. Upon notification by the City Forester, the Contractor will be required to immediately remove, replace, and replant plant material found not planted in accordance to the prescribed procedures above. N CJ 3.02 PLANTING SOIL MIXTURE w' v A. Backfill material for plantings shall be a mixture of 2/3 loose friable topso lean aend. All backfill shall have a uniform appearance and shall be loose, friable, fm,b- f h clod and rock over two inches in diameter. m rn s 3.03 MULCH r? t A. Provide sample for approval by City Forester and /or Landscape Architect prior to coaruction. B. Mulch shall consist of harvested North American hardwood. Mulch shall be double shredded hardwood with fibrous consistency without sawdust and wood chips. C. Mulch shall be free of weeks, weed seed, chaff, diseases, soil, leaves, twigs, contaminates, and other foreign material. D. Mulch shall be placed around all plant material. Individual trees shall have a 4 foot diameter ring around the tree. Groupings of plant material, such as shrubs and perennials, shall require mulch to be placed in the entire planting bed. All mulch shall be placed at 3 inch depth. 3.04 MAINTENANCE - TREES, SHRUBS AND PERENNIALS A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, week, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Reset settled trees and shrubs to proper grade and position, and remove dead material. C. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. D. The Contractor shall supply all equipment and water for planting and maintenance. Water may be obtained at the Contractors expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02270 -3 END OF SECTION 02270 -4 SECTION 02930 - SEEDING PART 1- GENERAL 1.01 SUMMARY A. Drawings and general provisions of contract, including general and supplementary conditions and Division I specification sections apply to this section. B. This section shall include materials, equipment, and labor for the preparation of the seedbed, furnishing and installing seed, fertilizer and mulch, maintenance and guarantee for completed seeded areas, as shown on the construction documents. Seed all areas disturbed by construction. 1.02 DESCRIPTION OF WORK r� A. The Contractor has the option of using either hydraulic or conventional seed §.methods; unless specified otherwise in the contract documents. o B. Related work covered by other Sections: n { W i. Section 02900 Landscaping to o f m -0 M C. Provide permanent seed at the earliest possible date following gra no-'fopsoU spreading operations, as approved by the City Forester and /or Landscap jC itedV, T} w 1.03 PROTECTION OF THE PROPERTY __J A. Protect existing conditions at the site against damage including the following: i. Take precautions to insure that equipment, vehicles, and seeding operations do not disturb or damage existing grades, walls, drives, pavement, utilities, plants, lawn, irrigation systems, and other facilities. ii. Verify locations and depths of all underground utilities prior to excavation and report conflicts with new seeding operations. iii. Any damage to existing trees or shrubs, including branches and root systems shall be repaired and /or pruned by an experienced tree surgeon or arborist. iv. The Contractor shall replace plantings damaged due to watering of newly seeded areas with same species, size, 1 -year warranty, and planted as approved by City Forester without additional compensation. v. All existing lawn areas undisturbed by construction within the construction limits shall be mown by the Contractor until the project is accepted. vi. New seeding installed adjacent to existing lawns shall be installed to provide a smooth matching grade transition in a straight, neat alignment as approved by the City Forester. vii. Repair, replace, and /or return to original condition any damaged item, without additional compensation. 1.04 SUBMITTALS A. Submit from an established seed dealer or certified seed grower the certified blue tag from each container of seed of grass seed mixture dated within 9 months of delivery, indicating percentage by weight and percentage of purity, germination and weed seed for each grass, forbe, legume, and cereal crop stating botanical and common name of each species as specified in contract documents. 02930 -1 B. Submit certificates of inspection as required by governmental authorities and manufacturers or vendor's certified analysis for soil amendments. Certification of the fertilizer analysis with scale weight and statement of B. All materials to be in accordance with Iowa Seed Law and Iowa Department of Agricultural Regulations and shall be labeled accordingly. All grasses, legumes, forbes, and cereal seeds shall be furnished from an established seed dealer or certified seed grower. C. All materials and method of operation shall be subject to inspection and approval of the City Forester and /or Landscape Architect. 1.06 DELIVERY, HANDLING AND STORAGE A. Packaged materials shall be delivered in original, unopened, and undamaged containers. B. Store and protect materials off the ground to prevent wetting and deterioration. C. Deliver all seed in original containers. Seed shall not be mixed or blended except in the presence of the City Forester. 1.07 SCHEDULING A. Notify the City Forester and /or Landscape Architect at least 3 days prior to start of seeding operations. B. Perform seeding operations after grading and planting operations are complete as approved by the City Forester and /or Landscape Architect. 1.08 WARRANTY 02930 -2 guaranteed analysis. ii. Certification of the tackifier ingredients, recommended rates of application, r, and expiration date. o) iii. Certification of the inoculant ingredient for legumes and the specific seed to p _} � � be inoculated with the application rate and expiration date. t7 Iv. Certifiation of the fungicide ingredients and applicable fungus disease control and recommended application rate of manufacturer. �qa o c >r- v. Certification on the sticking agent ingredients with applicable use and rate by .... Cl) >—C� manufacturer. (L A. Certification in the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or N supplier. C. Submit written maintenance instructions recommending procedures for maintenance of seeded areas for one year, prior to final acceptance of the seeded areas. p. Upon request, the Contractor will provide Material Certifications to the Owner. 1.05 QUALITY ASSURANCE A. All seed shall have a certified blue tag or certification of content with purity and germination and weight or percentage of content on each container. B. All materials to be in accordance with Iowa Seed Law and Iowa Department of Agricultural Regulations and shall be labeled accordingly. All grasses, legumes, forbes, and cereal seeds shall be furnished from an established seed dealer or certified seed grower. C. All materials and method of operation shall be subject to inspection and approval of the City Forester and /or Landscape Architect. 1.06 DELIVERY, HANDLING AND STORAGE A. Packaged materials shall be delivered in original, unopened, and undamaged containers. B. Store and protect materials off the ground to prevent wetting and deterioration. C. Deliver all seed in original containers. Seed shall not be mixed or blended except in the presence of the City Forester. 1.07 SCHEDULING A. Notify the City Forester and /or Landscape Architect at least 3 days prior to start of seeding operations. B. Perform seeding operations after grading and planting operations are complete as approved by the City Forester and /or Landscape Architect. 1.08 WARRANTY 02930 -2 A. The seeding shall be installed as specified to germinate and provide a uniformly dense stand of grass, free of weeds and undesirable grasses, debris, and free of eroded areas and bare spots. Re -rake areas failing to show a good dense within 60 days and re-seed as originally specified. B. A warranty is to be provided for completed seeded areas, starting upon the date of Initial acceptance. The warranty is to guarantee completed seeded areas to provide a uniformly dense, live and healthy stand of grass, free of weeds and undesirable grasses, debris, and free of eroded areas, bare spots, diseases, and insects at the end of the warranty period of sixty (60) days for domestic/lawn grasses and a 12 -month period for native prairie species. C. During warranty period, any defects in the seeded area and grass stand such as weedy areas, eroded areas and bare spots shall be corrected and re- seeded as originally specified until all affected areas are accepted by the City Forester and /or Landscape Architect; without additional compensation. D. Repair and replace to original condition all damages to property resultant from the seeding operation and all damages as a resultant from the remedying of these defer, without additional compensation. PART 2 - PRODUCTS C? "� c r 2.01 SEED --<r -o M r, DC A. Provide fresh, clean, new crop, certified blue tag seed complying to toleran geinat� and purity and free of poa annua, bent grass, and free of noxious weed s see 8m 1.05 Quality Assurance herein. ._A B. Mix seed to the specified proportions by weight by methods approved by the City Forester. C. Seed Quality: The seed provided shall exceed the following minimum requirements of purity and germination stated on a certified blue tag or a copy of current test of each species with quantity. D. Type 1 Seeding - Lawn Mix "ProTurf' seed mix as supplied by Pace Supply 1- 800 - 396 -7917. Shall include "Germinex Tale TG" by Floratine Products Group, 563- 210 -1616. 0A1rYW:I:I1LhIPA11ftW A. Provide the certified blue tag or a copy of current tests of each species with quantity seed mixture type and application rate as defined on the plans. B. Type 1 Seeding - Lawn Mix "ProTurf' seed mix as supplied by Pace Supply - Application Rate - 348 Ibs per acre. 2.03 FERTILIZER A. Fertilizer shall comply with the rules of the Iowa Department of Agriculture and as follows: i. The grade of fertilizer will be identified according to the percent nitrogen (N), percent of available phosphoric acid (P2 05), and percent of water soluble potassium (K2O), in that order, and approval will be based on that identification. ii. All fertilizer shall be furnished from an established fertilizer dealer and guaranteed percentage analysis shall be provided by the fertilizer supplier on rrarcnaa, ® r� each container with the proper scale weight records. /� !it. Fertilizer shall be of a type that can be uniformly distributed by the application 41 1 equipment. Fertilizer may be furnished in a dry or liquid form. 4 4 iv. When applied dry, the fertilizer shall be a granular, non - burning chemically �O U�� combined product composed of not less than 50% organic slow acting, c� AU guaranteed analysis professional fertilizer. Granular or pellet form shall be cr uniform in composition, dry, and free flowing without caking or other damage 3 not suitable for use. ti v. When applied in a liquid form, fertilizer may be chemically combined or may be furnished as separate ingredients. A. Upon request of the City Forester, the Contractor shall provide a test of the fertilizer for conformance with the required analysis at no additional compensation; a tolerance of 1.0 percentage point plus or minus of that specified will be considered to be in substantial compliance. 2.04 WATER A. Water shall be free of any substance harmful to seed growth. B. The Contractor shall provide water, equipment, methods of transportation, water tanker, hoses, sprinklers, and labor necessary for the application of water. The Contractor may utilize on -site water and to coordinate with City on metering. 2:05 MULCH A. Hydraulic Seeding: i. The material shall be a natural or cooked cellulose fiber processed from whole wood chips (no recycled material) which will disperse readily in water to form a homogeneous slurry and remain in such state when agitated in the hydraulic mulching unit. ii. The homogeneous slurry of material and water shall be capable of being applied with standard hydraulic mulching equipment. !it. The slurry shall be dyed greed to facilitate visual metering during application with said material or homogeneous slurry having no growth or germination - inhibiting factors, being completely non - injurious to plant or animal life and having no toxic effect when combined with seed, fertilizer and water. iv. When applied, the wood cellulose fiber slurry shall be free from weeds or foreign matter toxic to seed, consisting of a classification of fibers with a minimum of 30% having an averaged length of 0.15 inches or passing a Clarke Classifier 24 Mess Screen, will form an absorptive mat, but not a plant - inhibiting membrane, which will allow moisture to percolate into the underlying soil. v. Mulch shall have a water - holding capacity of not less than 9 pounds of water per pound of fiber. vi. The wood cellulose fiber shall have an equilibrium air dry moisture content of 12% or less a time of manufacture, as defined by the pulp and paper industry standards, and shall have a ph range of 4.0 -5.5. vii. It shall be packaged in new labeled containers and be applied at a rate of 1,800 pounds per acre (41.3 lb/1,000 so. B. Tackifier (Hydraulic Seeding): i. The mulch shall include a colloidal polysaccharide tackifier which shall be adhered to the fiber to prevent separation during shipment and avoid chemical co- agglomeration during mixing within the hydraulic mulching equipment. 02930 -4 ii. The material shall be homogeneous within the slurry and shall have no growth or germination- inhibiting factors nor any toxic effect on plant or animal life when combined with seed or fertilizer. iii. The tackifier shall be applied at a minimum rate of 50 pounds per acre (0.11 Ib /sq) and shall be packaged in new labeled containers. C. Conventional Seeding i. Material used as mulch may consist of straw (oats, wheat, barley, or rye). ii. Hay (bromegrass, timothy, orchard grass, alfalfa, or clover) shall not be used to mulch areas where lawn mixtures are seeded but may be used to mulch areas where erosion control and perennial ground covers are seeded. iii. All material used as mulch will be free from all noxious weed, seed - bearing stalks, or roots and shall be inspected and approved by the City Forester prior to its use. iv. Other materials, subject to the approval of the City Forester, may be used. 2.06 INOCULANT FOR LEGUMES A. An inoculant is a culture of bacteria specifically formulated for legume seeds (alfalfa, clovers, lespedeza, birdsfoot trefoil, hairy vetch, and crown vetch). B. The manufacturers container shall indicate the specific legume seed to be inoculated, rate of application and the expiration date. C. All noculant shall meet requirements of the Iowa Seed Law. 2.07 FUNGICIDE A. A fungicide shall be a non - commercial protectant formulation to provid�MtecW from-nil- born fungus diseases of seeds. )� C-) w B. The application shall be made at the rate of 5 % ounces of a 75% conauhkmte equi t per 100 pounds of seed. ;Grn 2.08 STICKING AGENT q� W J A. A sticking agent shall be a commercial material recommended by the manufacturer to improve adhesion of inoculant and fungicide to the seed. B. For small quantities, less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the City Forester and must be applied. separately prior to application of inoculant and fungicide. PART 3- EXECUTION 3.01 AREA OF SEEDING A. Areas to be seeded shall conform to the limits stated or shown on the construction plans and contract documents. Areas disturbed outside the contract limits approved for seeding shall be seeded by the Contractor at no additional compensation. B. Temporary Erosion Control: The Contractor to provide and seed temporary seeding as may be required to fulfill NPDES Permit requirement. 02930 -5 3.02 SEEDING DATES A. Normal spring seeding dates shall be between March 1 and May 31. Commence only when ground temperatures are 55 degrees Fahrenheit or greater. Normal fall seeding dates shall be between August 20 and September 30. B At the option and at the full responsibility of the Contractor, seeding operations may be conducted under unseasonable conditions. The final results shall be as specified and guaranteed without additional compensation should the seeded areas require re- seeding. 3.03 SEEDBED PREPARATION A. Limit preparation of seedbed to areas which will be seeded immediately upon completion. B. Remove all straw - mulch, weeds and weed debris where weed growth has developed, in the opinion of the City Forester and /or Landscape Architect. Straw - mulch, weed growth and weed debris removal process shall be approved by the City Forester and /or Landscape Architect and shall be done without additional compensation. C..The Contractor shall shape and fine grade to remove washes or gullies, water pockets, and irregularities to provide a smooth, firm and even surface true to grade and cross - section. D. Ruts that develop during the sequence of operations shall be removed prior to seeding. E. Application of Fertilizer: 02930 -6 I. Apply fertilizer after shaping and fine grading and prior to the combined tillage and rock - removal operations. On areas inaccessible to machinery, the fertilizer may be spread prior to tillage and cultivated seedbed preparation and r uniformly mixed into the top 1 '% inches of soil. ii. Fertilizer shall be spread with a mechanical spreader or sprayer uniformly to r all areas to be seeded at the minimum rate specified herein. The fertilizer a• shall be tilled into the soil to a minimum depth of 3 ". -W �� iii. The Contractor shall be permitted to substitute other fertilizer containing = W W °— analysis percentages different from those specified, provided that the �� minimum amounts of actual nitrogen (N), phosphate (P), and potash (K) per M >„v acre are supplied and that in no case shall the total amount per acre of the a-- t— 4 three fertilizer elements (N), (P), or (K) be exceeded by 30% of the following minimum amounts. Q iv. Conventional Seeding: Apply 6 -24 -12 commercial fertilizer or the equivalent units of nitrogen (N), phosphate (P), and potash (K) at the rate of 200 pounds per acre. A minimum of 40% of the total nitrogen (N) shall be water insoluble nitrogen. v. Hydraulic Seeding: Apply 6 -24 -12 commercial fertilizer or the equivalent units of nitrogen (N), phosphate (P), and potash (K) at the rate of 200 pounds per acre prior to seeding. In addition, a minimum of 100 pounds per acre of a 20- 26-6 fertilizer in which a minimum of 50% of the total nitrogen is water insoluble nitrogen shall be applied as part of the seed, fertilizer, mulch, and water slurry. vi. Tilling: After fertilizer has been applied, a mechanical rock picker shall be used on areas accessible to machinery to mix fertilizer in the soil to a depth of 02930 -6 3" and to remove all rocks, debris, and solid non -soil material larger than %" in diameter from the upper 3" of the soil. A spring tooth cultivator may be used in lieu of a rock picker. The rock shall then be removed by hand after each use of the cultivator --the process to be repeated until the soil is relatively free of rock as determined by the City Forester and /or Landscape Architect. Remove all rock remnants from rock piles used on project smaller than 'l ". The seedbed shall then be smoothed with a cultivator -type tillage tool having a rake bar. vii. Tilling shall be parallel to the contours with ruts and wheel tracks in the seedbed from seedbed preparation to be removed prior to seeding. This must be completed just prior to seeding and the work approved by the City Forester and /or Landscape Architect before the seeding application. 3.04 APPLICATION OF THE SEED A. Prior to seeding, the seedbed shall be inspected and approved by the City F ter ag".,_ Landscape Architect. ,, `` B. Conventional Seeding Sowing: W 0 C I I. Domestic grasses - On all areas accessible to machinery, all s sham be sown with a drop -type seeder attached to a landscape %Ain itch a manner that the seed is applied and then covered by rolling firm the soil. Seeding to be completed with a minimum of two pass' in dint directions. ii. On areas inaccessible to field machinery, the use of cyclone seeders will be permitted, but no other hand - seeding methods will be accepted. if. The application of grass and prairie seed with hand seeders on early spring work must be performed as separate operations. No mixing of the two types of seed will be permitted. C. Hydraulic Seeding: I. All material, seed, fertilizer, mulch, tackifier, and fungicide shall be placed in hydraulic- mulching equipment specifically manufactured for hydraulic seeding and mulching. ii. The hydraulic equipment, pump, and application process shall not damage or crack seeds. iii. Materials shall be mixed with fresh potable water using a combination of both recirculation through the equipment's pump and mechanical agitation to form a homogeneous slurry. iv. It shall be applied evenly over all specified areas in a workmanlike manner at component material rates specified. v. Site clean -up shall be considered part of application and shall include the removal of hydraulic mulch slurry from buildings, landscaping, sidewalks, and any other areas not specified for application. All debris resulting from this application shall be removed from the site. 3.05 WATERING A. All seeded areas shall be kept moist at all times to maintain adequate soil moisture for proper seed germination. Continue daily watering for not less than 30 days for grass seed. Thereafter, apply 1/2" of water twice weekly until acceptance. B. For the second and third weeks after grass seeding, the seeded areas shall be artificially 02930 -7 watered once a day (early morning or evening). C. The quantity of water used shall be adequate to keep the soil and mulch moist to a depth of 1" and ensure growth of the seed. If natural rainfall is adequate to keep the soil and mulch moist as stated above, artificial watering may be deleted. D. Any area seeded in the month of May shall be maintained for and additional 3 weeks. The seeded areas shall receive a minimum of 1" of water each week (either natural, artificial, or combination) for the fourth, fifth and sixth week after seeding. After eight weeks, water only if it does not rain for one week. Afternoon and evening watering encourages seedling loss by fungal attack. 3.06 MAINTENANCE i. . A. Domestic Grasses - Maintenance shall begin immediately following the installation of seed and mulch and continue for a 60 -day period. r c-� 8. Matenance of seeded areas shall include protection against traffic, repairing of areas ® iammged, watering, rolling, and mowing when domestic grasses are at an approximate 3- tL G�rj 4ieight. Uf- c�b. �L&as are seeded in the fall and not given a full maintenance period, or if seeding ULQ) !Dte4lishment is not acceptable at that time, continue maintenance the following spring Ks "r acceptable lawn or prairie area is established. Cl _ 3.07 REEDING A. When all work related to seeding on an area has been completed but is washed out or damaged prior to final acceptance of the seeding area and that area involves seeding in combination with mulching or fertilizing or both, the area shall be reseeded, re- fertilized, and re- mulched at the contract unit price or prices when so ordered by the Owner. B. Fertilized or seeded areas damaged by rain prior to required mulching or areas where the mulch is not tucked shall be re- fertilized or reseeded or both at a rate not to exceed the specified rate, as designated by the City Forester and /or Landscape Architect, without additional compensation. 3.08 CLEANUP A. Perform cleanup operations during installation of work and upon completion. B. Remove from site all excess materials, debris, and equipment. C. Hose down and /or broom clean all paved surfaces. D. Repair any damage resulting from seeding operations. E. Remove hydraulic slurry from buildings, landscaping and plantings, mulch, sidewalks, pavement, and any other areas not specified for application. 3.09 FINAL ACCEPTANCE 02930 -8 A. The areas seeded shall be given acceptance based upon the following criteria: i. All requirements for the completed installation and a minimum of 60 days maintenance have been provided for domestic grass seed and a minimum 12 months for prairie seeded areas. ii. Seeded areas shall be in a live, healthy, growing, and well - established condition without eroded areas, bare spots, free of weeds, undesirable grasses, disease or insects. iii. Reseeding operations are completed, as per original specifications. B. Final acceptance may be given by the Owner upon fulfillment of all items completed as required. END OF SECTION ursxrra$1 15n i.� W M C:) ZE D � ursxrra$1 SECTION 03300 - CAST -IN- PLACE CONCRETE 7 -11145 WC1411 x:7_11 1.1 SUMMARY A. Section includes cast -in -place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes. B. Related Sections: 02310 — Pre -cast Concrete Ramp System 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 B. Design Mixtures: For each concrete mixture. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork. E. Welding certifcates.•n e F. Material certificates. n'4 p G. Material test reports of similar work. QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." B. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1A /D +AM, "Structural Welding Code - Reinforcing Steel." D. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." CAST -IN -PLACE CONCRETE 033000- 1 E. Pre - installation Conference: Conduct conference at Project Site, 820 Park Road. PART 2- PRODUCTS 2.1 FORM - FACING MATERIALS A. Smooth - Formed Finished Concrete — for exposed to view concrete: Form - facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. B. Rough- Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 deformed. 1. Epoxy- Coated Reinforcing Bars: ASTM A 775/A 775M, epoxy coated, with less than 2 percent damaged coating in each 12 -inch (300 -mm) bar length. B. Plain -Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from as -drawn steel wire into flat sheets. C. Deformed -Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet. D. Galvanized -Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from galvanized -steel wire into flat sheets. E. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports 'from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice. 2.3 CONCRETE MATERIALS A. (Wentitious Material: Use the following cementitious materials, of the same type, brand, and spurce, tlFpughout Project: UJ rpTUand Cement: ASTM C 150, Type I , gray CD Cl) v Fly Ash: ASTM C 618, Class F. �� Ground Granulated Blast- Furnace Slag: ASTM C 989, Grade 100 or 120. B. Normal-Right Aggregates: ASTM C 33, graded. r� N 1. Maximum Coarse - Aggregate Size: 1 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 941C 94M and potable. CAST -IN -PLACE CONCRETE 033000-2 2.4 ADMIXTURES A. Air - Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water - soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water- Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water- Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High- Range, Water- Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High- Range, Water- Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. 2.5 VAPOR RETARDERS A. Sheet Vapor Retarder: ASTM E 1745, Class A. Include manufacturer's recommended adhesive or pressure- sensitive tape. 2.6 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz. /sq. yd when dry. C. Moisture - Retaining Cover: ASTM C 171, polyethylene film or white burlap - polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane - Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. F. Clear, Solvent- Borne, Membrane - Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. N' o. G. Clear, Waterborne, Membrane- Forming Curing and Sealing Compound: ASivl C 12Z, Type 1, Class A. gn : 1y y v l r o 2.7 RELATED MATERIALS Zen t m A. Expansion- and Isolation- Joint - Filler Strips: %" sonneborn F foam expansion91wfille� Q 9 w 2.8 CONCRETE MIXTURES A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. CAST -IN -PLACE CONCRETE 033000-3 B. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast- furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 30 percent. C. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water- reducing admixture in concrete, as required, for placement and workability. 2. Use water - reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water - reducing admixture in pumped concrete, concrete required to be watertight, and concrete with a water - cementitious materials ratio below 0.45. D. Proportion normal- weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water- Cementitious Materials Ratio: 0.45. 3. Slump Limit: 4 inches for concrete with verified slump of 2 to 4 inches before adding ..,high -range water - reducing admixture or plasticizing admixture plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1 inch nominal X maximum aggregate size. 5. Air Content: Do not allow air content of trowel- finished floors to exceed 3 percent. 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C and furnish batch ticket information. r- c� VVJ.%en air temperature is between 85 and 90 deg F reduce mixing and delivery time from �(2 hours to 75 minutes; when air temperature is above 90 deg F reduce mixing and Lj u.tt very time to 60 minutes. [L M UH F*RT 3 -- )(E� ON tc CJ� �- o 3) , �VRMWORK A, Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Chamfer exterior corners and edges of permanently exposed concrete. CAST -IN -PLACE CONCRETE 033000-4 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3.3 VAPOR RETARDERS A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. 3.4 STEEL REINFORCEMENT o 'T A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinfdrnnenK 1. Do not cut or puncture vapor retarder. Repair damage and reseal vaporid6rd0befor� placing concrete. �� -o 3.5 JOINTS j A. General: Construct joints true to line with faces perpendicular to surface plane-of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. ; C. Contraction Joints in Slabs -on- Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one - fourth of concrete thickness as follows: 1. Sawed Joints: Soft Cut Form contraction joints with power saws equipped with shatterproof abrasive or diamond - rimmed blades. Cut 1/8 -inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs -on- Grade: After removing formwork, install jointAller, strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 3.6 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. CAST -IN -PLACE CONCRETE 033000-5 C. Cold- Weather Placement: Comply with ACI 306.1. D. Hot - Weather Placement: Comply with ACI 301. 3.7 FINISHING FORMED SURFACES A. Rough- Formed Finish: As -cast concrete texture imparted by form- facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed - surface irregularities. Apply to concrete surfaces not exposed to public view. B. Smooth - Formed Finish: As -cast concrete texture imparted by form - facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed - surface irregularities. 1. Apply to concrete surfaces exposed to public view, to receive a rubbed finish, be covered t' with a coating or covering material applied directly to concrete stair (steps). �- C:' r— Rubbed Finish: Apply the following to smooth - formed finished as -cast concrete where �?ndicatetj: ®r..-- =:1. mitnooth- Rubbed Finish: Not later than one day after form removal, moisten concrete (� °' ,Jburfaces and rub with carborundum brick or another abrasive until producing a uniform ° .J oUtZlor and texture. Do not apply cement grout other than that created by the rubbing ) 5"Hocess. cm F LL =3 U 3.8 Z�INISFMG SLABS N A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull - floated or darbied. Use soft hair brushes, or brooms to produce a profile amplitude of 1/4 inch in one direction, perpendicular to traffic. C. Float Finish: Consolidate surface with power- driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. Apply float finish to surfaces to receive trowel finish. D. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power- driven trowel. Continue troweling passes and re- straighten until surface is free of trowel marks and uniform in texture and appearance. Apply a trowel finish to surfaces indicated exposed to view. 2. Comply with flatness and levelness tolerances for trowel - finished floor surfaces. CAST -IN -PLACE CONCRETE 033000-6 E. Broom Finish: Apply a light -broom finish to exterior concrete platforms, steps, ramps, and elsewhere as indicated. 3.9 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold- weather protection and ACI 301 for hot - weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's printed instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. 3.10 Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days. 2. Moisture - Retaining -Cover Curing: Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches , and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. 4. Curing and Sealing Compound: Apply uniformly operation by power spray or roller according to Recoat areas subjected to heavy rainfall within Repeat process 24 hours later and apply a second and repair damage during curing period. CONCRETE SURFACE REPAIRS to slabs indicated in a continuous manufacturer's printed instructions. three hours after initial application. coat. Maintain continuity of coating A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. END OF SECTION 03300 CAST -IN-PLACE CONCRETE 033000-7 N O o a D C-)-� o r .<r :< -v m M = v w J CAST -IN-PLACE CONCRETE 033000-7 PART 1- GENERAL 1.1 1.2 1.3 SECTION 04200 - UNIT MASONRY - LANDSCAPE SUMMARY gj A. Section Includes: O G �P_� 1. Limestone Veneer T� .4 4 2. Cast Stone Cap Stone Cl) n 3. Cast Stone Medallion �r- 0, 4. Concrete masonry units (CMU's) r B. Related Section: yry' C 1. Division 3 - Section 03300 Cast -in- Place- Concrete 2. Division 6 —Section 06100 Rough Carpentry SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For cast stone capstones, and medallion. Submit to Landscape Architect and Owner for review and approval. C. Samples for Verification: For cast stone capstone. D. Material Certificates: For each type and size of product indicated. For masonry; include data on material properties, material test reports substantiating compliance with requirements. E. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification. Test according to ASTM C 109/C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C 91 for air content. 2. Include test reports, according to ASTM C 1019, for grout mixes required to comply with compressive strength requirement. QUALITY ASSURANCE A. Masonry Standard: Comply with ACI 530.1 /ASCE 61TMS 602. B. Sample Panels: Provide a 3'x3' sample panel for Owner's review UNIT MASONRY- LANDSCAPE 04200 -1 1.4 PROJECT CONDITIONS A. Cold- Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold- weather construction requirements contained in ACI 530.1 /ASCE 6/TMS 602. B. Hot - Weather Requirements: Comply with hot - weather construction requirements contained in ACI 530.1 /ASCE 61TMS 602. PART 2= PRODUCTS 2.1 STONE VENEER A. Obtain Manufactured Precast Stone Veneer from: 1. Weber Stone — Stone City, Iowa 2. Product: Random Split -face Veneer - Description: Natural Bed top and bottom, split -faced all edges - Process: Natural Slab, all edges cut with hydraulic cutter - Length: Random Lengths of 4" to 12" Front to Back: Typical is 3 -5/8" with' /" variance Thickness: Typical Is 2" to 12" with %" variance B. Shapes: Provide shapes for special conditions. 2.2 CAST STONE CAP STONE AND ADDRESS STONE A. Cast Stone Cap Stone: 1. Cap Stone all edges: bull nose. B. Obtain cast stone cap stones and ledger stones from: 1..:. „Edwards Cast Stone, Dubuque, Iowa - Tel. 563/556 -0535 or approved equal. C. Shapes: Provide shapes for corners and special conditions. 2.3 AST STONE MEDALLION mast S*e Medallion: � =& diameter, custom design to include Ashton "A" to match rope created "A" located (j a.- wove the garage. O U t— __1B. c7Jbtai[Ygast stone medallion from: t-- 40wards Cast Stone, Dubuque, Iowa - Tel. 563/556 -0535 or approved equal. u _M Q l7 N UNIT MASONRY - LANDSCAPE 04200-2 2.4 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold- weather construction. Provide natural color or white cement as required to produce mortar color indicated. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Masonry Cement: ASTM C 91. Products: Match mortar color Mortar Pigments: "Type S" natural gray color mortar. F. Aggregate for Mortar: Match building aggregate for mortar products. ASTM C 144. G. Aggregate for Grout: ASTM C 404. H. Cold- Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. Products: Subject to compliance with requirements, provide one of the following: a. Euclid Chemical Company (The); Accelguard 80. b. Grace Construction Products, W. R. Grace & Co. - Conn.; Morset. o C. Sonneborn Products, BASF Aktiengesellschaft; Trimix -NCA. I. Water: Potable. if C-) G ° �� a r� 2.5 TIES AND ANCHORS �p V A. Materials: Provide ties and anchors necessary to secure metal lath for venQ o ifisting concrete seatwall with corrosion resistant concrete screws or power actuator fawners (d cap fasteners with heads or washers large enough to not pull through lath). Contractor's Option: Unless otherwise indicated, provide any of the following types of anchors: a. Concrete fasteners from Tapcon, Red Head or approved equal. b. Lath from J &N and distributed by: Kings Materials, Coralville, loWe 2.6 MASONRY CLEANSERS A. Proprietary Acidic Cleaner: Manufacturer's standard - strength cleaner designed for removing . mortar /grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. Manufacturers: Subject to compliance with requirements, provide products by one of the following: UNIT MASONRY - LANDSCAPE 04200-3 a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. C. ProSoCo, Inc. 2.7 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air - entraining agents, accelerators, retarders, water - repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use portland cement -lime or masonry cement mortar unless otherwise indicated. 3. For exterior masonry, use portland cement -lime or masonry cement mortar. 4. For reinforced masonry, use portland cement -lime or masonry cement mortar. 5. Add cold- weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide the following types of mortar for applications stated unless another type is indicated. 1. For masonry below grade or in contact with earth, use Type M. 2. For reinforced masonry, use Type N. 3. For mortar parge coats, use Type N. 4. For exterior, above - grade, non -load- bearing walls where another type is not indicated, use Type N. D. Mortar: Natural Gray color mortar Type S 2.8 CONCRETE MASONRY UNITS A. Shapes: Provide shapes for special conditions B. Integral water repellant: Provide units made with liquid polymeric, integral water repellant admixture that does not reduce flexural bond strength. 1. Products: Subject to compliance with requirements, provide one of the following: a. ACM Chemistries: Rain -bloc b. BASF Aktiengesellschaft; Rheopel Plus co ca Grace Construction Products, W.R. Grace & Co. — Conn,; Dry Block oC. -7CM w STM C 90 �. nit Compressive strength: Provide units with minimum average net -area compressive Lj ngth of 3050 psi. �,_Unsity Classification: Normal Weight unless otherwise noted. cn rQ LL. M_ v Q N UNIT MASONRY - LANDSCAPE 04200-4 PART 3 - EXECUTION 3.1 A. C. E. F. INSTALLATION, GENERAL Flk 6D 11""C'70 pig 4: 39 Nrepanng the surrace Tor stone: /0 VIA CITyEI(R)K 1. Install 2.5 galvanized mesh directly to surface using concrete fasteners wiiFi Ainimum of 3/4" length and a minimum 3/8" diameter head. 2. Apply a minimum of 15 lb. Felt Paper as well. 3. Metal lath must overlap 4" at horizontal and vertical joints. Applying the Scratch Coat: 1. Cover lathed surface with a thin coat mortar (Type 5 ASTM C720) and allowed to set prior to installing the manufactured stone. Mortar can be mixed with enough water to achieve a workable (not too wet, or dry) consistency. The same can be used for scratch coating, for applying the manufactured stone and for grouting the joints. Mortaring the stone: Lay out the stone near your working area to give you a better choice of stone. Select a stone and apply a 1" thick, even layer of mortar to the back of the stone. Applying the stone 1. Press the stone firmly into place on the wall surface so that mortar behind the stone squeezes out around all sides. Using a gentle wiggling action while applying the stone will insure a good bond. 2. In warm weather, masonry surfaces may need to be dampened prior to installing the stone so that the moisture will not be drawn from the mortar too rapidly. To keep the stone clean during construction, start installing manufactured stone at the top of the wall surface and work down. Install the corner stones first for easiest fitting. When selecting stones, try to achieve a balanced pattern of shapes, sizes, colors, thickness and textures to match mockups and sample panel on Golfview Drive. Keep the mortar joints between the stones as tight and as uniform as possible. Avoid long straight unbroken lines. Trimming the manufactured stone When necessary, manufactured stones can be cut and shaped with a hatchet, brick trowel or nippers to form special sizes and shapes for better fitting. Always try to position the trimmed stones on the wall surface so that the cut edges will not show. Grouting the Joints After all of the manufactured stone has been applied to the wall surface, GII a grout bag with mortar, and in the manner of decorating a cake, partially fill the joints between the stones with mortar. Be sure, while grouting, to cover any noticeable broken stone edges UNIT MASONRY - LANDSCAPE 04200-5 Voli- mortar. If you prefer colored mortar joints, oxide colors can be mixed with your mortar prior to grouting. All J & N Stone must have grout between each stone. G. Striking the Jpints When the mortar joints become firm, use a wooden or metal striking tool to rake out the excess mortar to the desired depth and at the same time to force the mortar into the joints to thoroughly seal the joint edges. Be careful not to work the joints too soon or the mortar will smear. H. Brooming 1. Brush the mortar joints with a whiskbroom or soft brush to smooth them and clean away the loose mortar. At the same time, broom off any mortar spots from the face of the stone. Loose mortar and mortar spots which have set for only a few hours clean up easily and should never be allowed to set overnight. Completion Manufactured stones do not require a sealer to warrant its guarantee. J & N Stone does not cover damage to its product from building settlement, excessive contact with salt or de -icing chemicals, paint or airborne contaminants. ACID should NOT be used for clean up. Consult your dealer or call J & N Stone, Inc. for more details. 3.2 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch (12 mm) or minus 1/4 inch (6 mm). 2. For location of elements in plan do not vary from that indicated by more than plus or minus 112 inch (12 mm). 3. 'For location of elements in elevation do not vary from that indicated by more than plus or minus 114 inch (6 mm) in a story height or 1/2 inch (12 mm) total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 114 inch in 10 feet (6 mm in 3 m), or 1/2 inch (12 mm) maximum. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary ;*Cm level by more than 118 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 7 -'C or 1/2 inch (12 mm) maximum. S O Li 1 r vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet (6 ";,,m in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum. m� �4.C--)!ror conspicuous vertical lines, such as external corners, and expansion and control LL Q.) rots, do not vary from plumb by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 0 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. 5. cFor lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet (6 mm in —13 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum. Except for "Club House" Walls (2) where top surface of capstone will slope. UNIT MASONRY - LANDSCAPE 04200-6 C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm), with a maximum thickness limited to 1/2 inch (12 mm). 2. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch (9 mm) or minus 114 inch (6 mm). 3. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm). 3.3 LAYING MASONRY COLUMN A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less- than - half -size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Lay exposed masonry in pattern to match house veneer wall. 3.4 MORTAR BEDDING AND JOINTING A. Lay stone with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. B. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. N O C. Cut joints Flush for masonry walls to receive plaster or other direct- appliedZffnishe gother„t4qn paint) unless otherwise indicated. D. Calk joints with BASF urethane. –�-1n o ;fir –o M 3.5 CAST STONE CAP STONE, CAST STONE LEDGE &MEDALLION INSTAIONr D ca A. Firmly place anchors and dowels in anchor holes and dowel holes and similar h6ms and fill completely with mortar, and epoxy. 3.6 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision. to allow for in- plane wall or partition movement. B. Form control joints in masonry using the following method: 1. Form open joint full depth of masonry width and of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified. 3.7 FIELD QUALITY CONTROL , A. Testing and Inspecting: According to building masonry specifications, see section 04200. UNIT MASONRY- LANDSCAPE 04200 -7 B. Inspections: Level 1 special inspections according to the "International Building Code." Begin masonry construction only after inspectors have verified proportions of site - prepared mortar. C. Testing Prior to Construction: One set of tests. D. Testing Frequency: One set of tests for each planter /seatwall and seatwall. E. Clay Masonry Unit Test: For each type of unit provided, according to ASTM C 67 for compressive strength. F. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C 140 for compressive strength. G. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to ASTM C 780. H. Mortar Test Property Specification: For each mix provided, according to ASTM C 780. Test mortar for mortar air content and compressive strength. Grout Test (Compressive Strength): For each mix provided, according to ASTM C 1019. 3.8 PARGING A. Parge exterior faces of below -grade masonry walls, where indicated, in 2 uniform coats to a total thickness of 3/4 inch (19 mm). B. Use a steel- trowel finish to produce a smooth, flat, dense surface. Form a wash at top of parging and a cove at bottom. C. Damp -cure parging for at least 24 hours and protect parging until cured. 3.9 REPAIRING, POINTING AND CLEANING A. In- Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. B. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: m 1. Test cleaning methods on sample wall panel; leave one -half of panel uncleaned for mparison purposes. ® -�r 2. protect surfaces from contact with cleaner. 0.3. 6j-Wet wall surfaces with water before applying cleaners; remove cleaners promptly by (,d -Jt insing surfaces thoroughly with clear water. M4. mean brick by bucket - and -brush hand - cleaning method described in BIA Technical 1, tes 20. LL . v -can masonry with a proprietary acidic cleaner applied according to manufacturer's Ritten instructions. Clean concrete masonry by cleaning method indicated in NCMA TEK 8 -2A applicable to type of stain on exposed surfaces. UNIT MASONRY - LANDSCAPE 04200-8 3.10 MASONRY WASTE DISPOSAL A. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. 3.11 WASTE MANAGEMENT A. Separate and dispose of waste in a legal manner. END OF SECTION 04200 C� CD W C-) -<r- -<� O M m C:) � x t v co o UNIT MASONRY - LANDSCAPE 04200-9 SECTION O6100 - ROUGI I CARPENTRY PART 1 - GENERAL _ 1.1 SUMMARY C� A. This Section includes the following: g� 1. Wood construction: q a. Privacy Fence — Base Bid and b. Three Rail Fence — Add Alternate 2. Hot- dipped Galvanized Wood Post/ Foundation Fastener 3. Cast in place concrete foundation — see Cast in Place Concrete SUDAS 1.2 D ELIVERY, STORAGE AND HANDLING A. Delivery and Storage: Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks and under temporary coverings including polyethylene and similar materials. B. For lumber pressure treated with waterborne chemicals, place spacers between each budle to provide air circulation. C. Protect wood members from warping or other distortion by stacking in vertical position, braced to resist movement. 1.3 SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. B. Research /Evaluation Reports: For the following: 1. Wood products 1.4 GRADING A. Moisture content shall not exceed 18 %. Materials with a nominal thickness of 3" or less shall be kiln- dried. Lumber shall be new S4S unless noted otherwise. B. Grade and trademark shall be required on each piece of lumber or on each bundle in bundles stock, unless shipment is accompanied by certificate of Inspection issued by grading organization. ROUGH CARPENTRY 06100-1 1.5 PRESERVATIVE TREATMENT A. Lumber used for exterior improvements shall be pressure treated wood by pressure :methods and so marked in accordance with the American Wood Preservers Bureau Standards (AWPB), unless noted otherwise. B. Tre2tment shall be in accordance with AWPB Standard LP 2. C. Wood treated with water -borne preservatives shall be air -dried or kiln -dried to the moisture content specified for lumber and marked with the word "DRY ". 'D. Treated wood which is field cut shall be brush - coated with the preservative used in the original treatment. 00 t+� d �T �PR_jO[WCTS . j o v r-- �p�.�. M L C! Lv1F IALS A. .-Lumber — Privacy Fence: N Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by PS20, for moisture content specified for each use. 2. Provide dressed lumber, S4S. 3. Provide seasoned lumber with 19 % maximum moisture content at time of dressing and shipment for sizes 2" or less in nominal thickness, unless otherwise indicated. 4. Provide lumber with 15% maximum moisture content at time of dressing and shipment for sizes 2" or less in nominal thickness, unless otherwise indicated. 5. Posts shall be Western Red Cedar: 4 "x4 "x8' -0 "; #2 and better structural 6. Horizontal Rails shall be Western Red Cedar: 2"x 6" x 6'4% #2 and better structural. 7. Vertical screening lumber members shall be Western Red Cedar: 1" x 6" x 6-0 ", #2 and better structural. B. Lumber — Three Rail Fence — Add Alternate 1. 1. Obtain three rail fence from: C. Rough Hardware — hot - dipped galvanized and /or stainless steel: 1. Nails, Wire, Brads, and Staples: FS FF -N -105. ROUGH CARPENTRY 06100-2 2. Wood Screws: ANSI 818.6.1 3. Lag Bolts: ANSI B18.2.1 4. Bolts: Steel Bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and where indicated flat washers. 5. Expansion Shields: FS FF -B -561 C. 6. Toggle Bolts: FS FF- B -588C 7. Metal Post foundation fastener: Hot - dipped galvanized steel complying with ASTM A 153/A 153M or Type 304 stainless steel. 8. Power - Driven Fasteners: CABO NER -272. 9. Manufacturers: a. b. C. d. e. f. 9. h. I. 0 Alpine Engineered Products, Inc. y� w Cleveland Steel Specialty Co. Cl) "L o Harlen Metal Products, Inc. KC Metals Products, Inc. Silver Metal Products, Inc. o t Simpson Strong -Tie Company, Inc. q W co Southeastern Metals Manufacturing Co., Inc. United Steel Products Company, Inc. Hawkeye Weld and Repair — 2650 S. Riverside Drive, Iowa City, Iowa 52246 Phone: 319/354 -9353 D. Concrete: 1. Equivalent to ASTM C94 2. Minimum 28 day compressive strength of 4000 psi. 2.2 INSTALLATION A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking, posts and similar supports to comply with requirements for attaching other construction. B. Discard units of material with defects that impair quality of rough carpentry construction and that are too small to use in fabricating rough carpentry with minimum joints or optimum joint arrangement. C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative- treated lumber. ROUGH CARPENTRY 06100-3 i I l�. 0 D. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: E 0 W EL 1. CABO NER -272 for power- driven fasteners. 2. Published requirements of metal framing anchor manufacturer. 3. Table 2305.2, "Fastening Schedule," in the BOCA National Building Code. 4. Table 2306.1, "Fastening Schedule," in the Standard Building Code. Members shall be closely fitted, accurately set to required lines and levels and rigidly secured in place. co ``' a W ra �J C:y o o - N END OF SECTION 06100 ROUGH CARPENTRY 06100-4 SECTION 07300 - SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS PART1 - GENERAL [reference CSI 2004 MasterFormatTm Division 10 (Specialties Manufacturers) category 7300 (Protective Covers)] 1.1 DESCRIPTION OF PRODUCT A. GRE 30 (Greco) with Trellis. B. Minimum Clearance Height (MCH): 8 in ft. Minimum clearance height under the structure indicates the lowest height of a member from finish grade for clearance under the structure. This is generally the clearance under roof eave or frame, whichever is lower. 1.2 REFERENCES A. REFERENCE STANDARDS: 1. AISC - American Institute of Steel Construction Manual of Steel Construction. 2. ASTM - American Society for Testing and Materials. 3. AWS - American Welding Society. 4. LEED - Leadership in Energy and Environmental Design. r, 5. OSHA — Occupational Safety and Health Administration Steel Erectio6l%tandard 29'CFR 1926 Subpart R -Steel Erection. j 6. PC] - Powder Coating Institute. :1,C) ei. 7. SSPC — The Society for Protective Coatings. -;,,:n o 0 w4 1.3 SUBMITTALS ern Off, t` A. GENERAL SUBMITTAL: cc, Submit 4 sets of submittal drawings and 2 sets of calc books, both sig?Md an(gealed by a Professional Engineer licensed in the State of Iowa. B. PRODUCT DESIGN REQUIREMENTS: The building shall meet the following design requirements as shown on the drawings: 1. Building Code: See drawings. 2. Ground Snow Load (Pg): See drawings. 3. Basic Wind Speed (V): See drawings. 4. Seismic Design: See drawings. C. SUBMITTAL REQUIREMENTS: Calculations and Submittal drawings shall include, at a minimum: 1. Calculations: a. References to building codes and design manuals used for calculations. b. Identification of lateral force resisting system. c. Formulas used for determining snow, wind, and seismic loads to specific project location. d. Three dimensional modeling input, model geometry, and analysis results. e. Member design results and controlling load combinations. f. Connection design for structural bolts, welds, plate thicknesses, and anchorage to the foundation. 070300 - Page 1 of 5 1.4 g. Foundation designs shall include the required combinations of gravity and lateral loads. 2. Submittal Drawings: a. Anchor bolt layout. b. Foundation design. c. Three dimensional views of frame. d. Member sizes and locations. e. Structural connection details, including bolt sizes and plate thicknesses. f. Roof trim and connection details for installation clarity. D. FOUNDATION DESIGN: 1. The shelter shall be set on foundations designed by manufacturer. 2. Foundation materials shall be provided by contractor. 3. Owner shall provide manufacturer with complete information about the site including soil bearing capacity and lateral load capacity. 4. If soil data are not provided, foundations will be designed to the minimum values identified in the governing building code. E. ANCHOR BOLTS: Anchor bolts shall be provided by manufacturer. QUALITY ASSURANCE A. Cl) :ijJ 2 ..,4 CP LL M G cv 1.5 ,MANUFACTURER QUALIFICATIONS: 1. Minimum of (10) years in the shelter construction industry. 2. Full time on -staff Licensed Engineer. E,lull time on -staff AWS Certified Associate Welding Inspector. $, =dull time on -staff Quality Assurance Manager. 'mull time on -staff LEED AP. �?II welders AWS Certified. r -Manufacturer owned and controlled finishing system to include shot blast, pretreatment, f,,} rimer, and top coat. 8.!'Published Quality Management System. 9. Annual audit of Quality System and Plant Processes by Third Party Agency. 10. Annual audit of powder coat finish system by Third Party Agency (PC[). B. MANUFACTURER'S CERTIFICATONS: 1. PCI 4000 S Certified, Certification thru Powder Coating Institute for original equipment manufacturers (OEMs) to evaluate process on entire finish system to add powder coat over steel. 2. City of Los Angeles, CA Approved Fabricator Type I Steel. 3. Clark County, NV Approved Fabricator steel. 4. City of Houston, TX Approved Fabricator Structural Steel and Structural Insulated Panels. 5. Miami Dade County Certificate of Competency for Structural Steel and Miscellaneous Metal Products and Assemblies. 6. State of Utah Approved Fabricator for Medium and High Strength Steel. 7. City of Riverside, CA Approved Fabricator Type I Steel. 8. City of Phoenix, AZ Approved Steel Fabricator. FIELD OR SITE CONDITIONS 070300 - Page 2 of 5 A. Foundations shall be at the same elevation unless specifically noted otherwise on the drawings. 1.6 MANUFACTURER WARRANTY A. Shelter must have a (10) year limited warranty on steel frame members. 0 B. Shelter must have a (10) year limited warranty on paint system. 1 PART 2 - PRODUCTS —+ La (� 0_4 o 2.1 SHELTER SYSTEM AND MATERIALS .4f, rm A. MANUFACTURERS: �� C 1. Acceptable Manufacturer: Poligon, a Product of PorterCorp, 424WN 136TAve., Holland, MI 49424; 616.399.1963; E -mail: infoo_poligon.com; www.poligon.com. Receive pricing from the Sales Department at 616- 399 -1963. 2. The product shall be designed, produced, and finished at a facility operated and directly supervised by the supplier who has a minimum of (10) years in the business of making pre- manufactured steel shelters. Experience in carport manufacturing does not count. B. SUBSTITUTION LIMITATIONS: 1. Substitutions must be approved a minimum of (10) days before bid. All approved manufacturers shall be notified in writing before the bid date and shall not be allowed to bid without written notification. 2. Alternate suppliers must meet the qualifications and provide proof of certifications listed under Section 1.4 QUALITY ASSURANCE. 3. Alternate suppliers must provide an equivalent paint system to Poligon's Poll -5000 listed under Section 2.1 C. 8. FINISHES. 4. Staff members' cumulative experience in fabrication will not be an acceptable alternative for manufacturer's experience In the shelter construction industry. C. PRODUCT REQUIREMENTS AND MATERIALS: 1. GENERAL: The pre - engineered package shall be pre -cut unless otherwise noted and pre- fabricated which will include all parts necessary to field construct the shelter. The shelter shall be shipped knocked down to minimize shipping expenses. Field labor will be kept to a minimum by pre- manufactured parts. Onsite welding is not necessary. 2. REINFORCED CONCRETE: a. Concrete shall have minimum 28 -day compressive strength of 3,000 psi and slump of 4" ( +/- 1 "), unless otherwise noted on the drawings. b. Reinforcing shall be ASTM A615, grade 60. 3. STEEL COLUMNS: a. Hollow structural steel tube minimum ASTM A500 grade B with a minimum wall thickness of 3/16 ". b. Unless columns are direct buried, columns shall be anchored directly to concrete foundation with a minimum of four anchor rods to meet OSHA requirement 1926.755(a)(1). 4. STRUCTURAL FRAMING: Hollow Structural Steel tube minimum ASTM500 grade B. "I" beams, tapered columns, or open channels shall not be accepted for primary beams. Frame will have a STANDARD POLI -5000 finish. Color to be chosen from manufacturer's standard color 070300 - Page 3 of 5 Uj LL r, 00 M n. 0 c� .x 0 N PART 3 chart. COMPRESSION MEMBERS: Compression rings of structural channel or welded plate minimum ASTM A36 or compression tubes or structural steel tube minimum ASTM A500 grade B shall only be used. �. CONNECTION REQUIREMENTS: a. Anchor bolts shall be ASTM F1554 (Grade 36) unless otherwise noted. 4, ..Structural fasteners shall be zinc plated ASTM A325 high strength bolts and A563 high strength nuts. c. Structural fasteners shall be hidden within framing members wherever possible. d. No field welding shall be required to construct the shelter. e. All welds shall be free of burrs and inconsistencies. f. Exposed fasteners shall be powder coated by manufacturer prior to shipment to match frame or roof colors as applicable. g. Manufacturer shall provide extra structural and roofing fasteners. 7. FINISHES: a. POLI -5000 FINISH: 1) Steel shall be cleaned, pretreated, and finished at a facility owned and directly supervised by the manufacturer. 2) Steel shall be shot blasted to SSPC -SP10 near -white blast cleaning. SSPC -SP2 hand tool cleaning will not be an acceptable alternative. 3) Parts shall be pretreated in a (3) stage iron phosphate or equal washer. '4) Epoxy primer powder coat shall be applied to parts for superior corrosion YQ protection. Lo 5) Top coat of Super Durable TGIC powder coat shall be applied over the epoxy �r primer. >_ CA 6) Finish shall not have any VOC emissions. I= g, 7) Sample production parts shall have been tested and meet the following criteria: UC1 a) Salt spray resistance per ASTM B 117/ ASTM D 1654 to 10,000 hours with C11 no creep from scribe line and rating of 10. b) Humidity resistance per ASTM D2247 -02 to 5,000 hours with no loss of adhesion or blistering. c) Color /UV resistance per ASTM G154 -04 to 2,000 hours exposure, alternate cycles with results of no chalking, 75% color retention, color variation maximum 3.0 E variation CIE formula (before and after 2,000 hours exposure). 8) The manufacturer shall be PC] 4000 S Certified 9) Exposed fasteners for frame and ornamentation shall be powder coated to match structure. 10) Ecoat is the only acceptable equal pre- treatment to Epoxy Primer. Proof of ecoat shall be submitted at the time of delivery. b. ELECTRICAL ACCESS & CUTOUTS: 1) Electrical access to be provided through a 1 1/8" diameter hole in the column base plate and 1/4" diameter holes are provided through connection plates for wire access through columns and beams. - EXECUTION 070300 - Page 4 of 5 3.1 3.2 3.3 INSTALLERS STORAGE AND HANDLING A. Protect building products after arrival at destination from weather, sunlight, and damage. B. Installer shall store product elevated to allow air circulation and to not introduce mold, fungi decay or insects to the product. C. Product must be handled with protective straps or padded forks if lifting with mechanical equipment. Use of chain or cable to lift product into place will not be accepted and may void manufacturer's warranty. ERECTION A. INSTALLATION: Install all components according to manufacturer's installation instructions and these specifications. B. GENERAL CONTRACTOR: Interface with other work is to be coordinated by the customer or the customer's agent. Certain designs have electrical or other plumbing requirements that are not supplied by Poligon. C. TOLERANCES: Tolerances on steel structural members are set according to AISC construction practices, abided in the factory, and cannot be increased. No field slotting or opening of holes will be allowed. It is therefore essential that contractors conform to the tolerances specified on the installation drawings for anchor bolt or column layout details. D. OSHA COMPLIANCE: OSHA Compliance to Steel Erection Standard 29CRF 1926 Subpart R -Steel Erection. REPAIR A. Do not attempt any field changes without first contacting Poligon. END OF SECTION 070300 - Page 5 of 5 N d C) r W y n n rn Y co SECTION 165100 - LIGHTING PART 1- GENERAL 1.01 WORK INCLUDES A. Base Bid: 1. Contractor provide: a. Light fixtures b. Lamps c. Ballast d. Fixture bases e. Fixture lens f. Accessories ,- t 0 1.02 RELATED WORK A. Specified elsewhere: C 1. 01 1100 - Summary of Work �� 0 1.03 QUALITY ASSURANCE -v 1 A. All fixtures shall have UL label. B. Ballasts shall be in accord with ANSI Standards. W co C. Comply with: 1. NFPA - 70 2. I.E.S. 1.04 SUBMITTALS A. Submit in accord with Division 01. B. Submit manufacturer's data demonstrating compliance with this specification and the schedule on the drawings. C. Shop Drawings: 1. Include data specified herein including fixture "mark" corresponding to the Drawings. 2. Clearly indicate type and color of each lamp(s) to be used for each fixture type. D. Maintenance data for fixtures to include in the operation and maintenance manual specified in Division 1. PART 2- PRODUCTS 2.01 FIXTURE SCHEDULE A. Light fixtures shall be as listed on the drawing Fixture Schedule. B. The various types of fixtures to be provided are indicated on the drawings. Where a fixture type is not indicated, provide a fixture of the same type used in similar areas. 2.02 FIXTURES i A. All glassware shall be high quality, homogeneous in texture and free from streaks, cords, stones, or blisters and of uniform thickness and properly annealed. B. Enamel finish shall be baked. The finish of each fixture shall be uniform in quality, durable and free from defects. C. Disconnecting Means: 1. All applicable luminaires must be provided with means to comply with luminaire disconnect requirements specified in NEC 410.130(G), 2008 Edition. LIGHTING 165100-1 2.03 LAMPS A. Acceptable manufacturers of incandescent, fluorescent, and HID lamps: 1. As indicated on the lighting fixture schedule. PART 3 - EXECUTION 3.01 FIXTURE INSTALLATION A. Light fixtures for all outlets shown on the drawings shall be furnished and installed complete including the assembly, wiring, support materials, and installation of each unit in place. All lenses, glassware and metal parts shall be thoroughly cleaned just prior to final acceptance. B. Lighting fixtures shall be mounted as specified, and shall include all necessary fittings for a complete installation. Provide all materials to adequately and safely support all fixture installations. 3.02 FIXTURE LOCATION A. Space fixtures as indicated on the drawings. 3.03 MISCELLANEOUS REQUIREMENTS B. Exterior fixtures shall be waterproof with special waterproof boxes and gaskets as required to keep rain or hose spray from coming into contact with wiring. C. Letters "a ", "b ", "c', etc., indicate associated switch or switches. Figures 1", "2 ", "3', etc., indicate associated branch circuit. "F1 ", "F2 ", "73 ", etc. indicate fixture type. 3.04 LAMP INSTALLATION A. Provide all lamps for all outlets and fixtures. All fixtures shall be complete with lamps and in operating condition when the building is turned over to the Using Agency. All "burnt out" or broken lamps that occur during the construction period shall be replaced. B. All fixtures, reflectors, lenses, and lamps shall be cleaned. END OF SECTION LIGHTING 165100-2 m m Q v_ wr . C:) L(1 `L cj d f Q (.3 2 END OF SECTION LIGHTING 165100-2 d) )C Prepared by: Michael Moran, Parks and Recreation, 220 S. Gilbert St., Iowa City, IA 52240, (319)356 -5104 RESOLUTION NO. 13 -275 RESOLUTION SETTING A PUBLIC HEARING ON SEPTEMBER 17, 2013 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORMANDY DRIVE RESTORATION PROJECT PHASE 11, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, the Normandy Drive area was heavily impacted by the flood of 2008, resulting in the acquisition and demolition of approximately ninety (90) homes in the area; and WHEREAS, the acquired properties require soil restoration, trails, plantings and landscaping to become usable green space for the neighborhood and the public; and WHEREAS, funds for this project are available in the CIP account #4178. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY. IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above - mentioned project is to be held on the 17th day of September 2013, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 3rd day of September 120 13 ATTEST: CITY CLERK MAYOR 13 Resolution No. Page 2 It was moved by Champion and seconded by Resolution be adopted, and upon roll call there were: AYES: R x' x x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Tlnogmorton )(13 8 Prepared by: Michael Moran, Parks & Recreation Department, 220 S. Gilbert St., Iowa City, IA 52240 (319) 356 -5104 RESOLUTION NO. 13 -287 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORMANDY DRIVE RESTORATION PHASE 2 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 CIP account #4178. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 11:00 am on the 8'" day of October, 2013. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 15th day of October, 2013, or if said meeting is cancelled, at the next meeting the City Council thereafter as posted by the City Clerk, or at a special meeting called for that purpose. Passed and approved this 17th day of September , 2013. 449 C 4 MAYOR Ap ad ATTEST:CI Y t CtERK J City Att ney' Offic p Sarah /parks and reclNornnandy 2 approve plans and specs Resolution No. 13 -287 Page 2 It was moved by Payne and seconded by Resolution be adopted, and upon roll call there were: AYES: x x x x x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Tlu•ogmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE NORMANDY DRIVE RESTORATION PROJECT, PHASE II IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Normandy Drive Restoration Project in said city at 7:00 p.m. on the 17" day of September, 2013, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE TO BIDDERS NORMANDY DRIVE RESTORATION PROJECT, PHASE II Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 80 of October, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15" of October, 2013, or at special meeting called for that purpose. The Phase II Project will involve the following: Project 1: Parking Lots and Multi -use Trails to include, Clearing & Grubbing (217 Units), Removal of PCC /HMA Driveway & Sidewalk (494 SY), Stockpiling & Disposal of Topsoil (1,637 CY), 4" Subdrain (265 LF), Granular Subbase (1,669 SY), HMA for Parking Lots & Multi -use Trails (3,635 SY), PCC Curb & Gutter (146 LF), PCC Driveway & Sidewalk (223 SY), Car Slops (18), and Seeding (1 Acre). Project 2: Ashton House Exterior Improvements to include, Earthwork (100 SY), Groundcover plant installation (25 fats), Trees /Shrubs /Perennials installation (107 plants), Seeding (0.5 Acre), Cast -in -Place Concrete Ramp Footings (23 Each), Electrical & Bollard Installation (6 Units), Privacy Fencing (152 LF), ADAAG Ramp, Pre -cast Concrete Boardwalk, and PCC Sidewalk (158 SY). Project 3: Natural Playscape to include, Playground Equipment (3 Units), Installation of Playground Equipment, Boulder Installation (40 Tons), Installation of Play Sand (21 Tons), Installation of Engineered Wood Fiber Safely Surfacing (4,155 SF), Landscape Bed Preparation (3,890 SF), Landscape Mulch (50 CY), and Tree /Shrub /Perennial Installation (221 Units). All work is to be done in strict compliance with the plans and specifica- tions prepared by Abundant Playscapes, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surely in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provi- sions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surely approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 100 Specified Start Date: October 24, 2013 Liquidated Damages: $250 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of Rapid Reproductions, Inc. of Iowa City, Iowa, by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapid Reproductions. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. 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 Inspections and Appeals at (515) 281 -5796 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 amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 7 nummmon Prepared by: Michael Moran, Director, Parks & Recreation Department, 220 S. Gilbert St. Iowa City, IA 52240 (319) 356 -5100 RESOLUTION NO. 13-310 RESOLUTION REJECTING BIDS RECEIVED ON OCTOBER 8, 2013 FOR THE NORMANDY DRIVE RESTORATION PROJECT PHASE TWO. WHEREAS, two bids were received on October 8, 2013 for the Normandy Drive Restoration Project Phase Two and both bids exceeded budgeted costs available for the project; and WHEREAS, as a matter of public interest, the Department of Parks and Recreation recommends that the Council reject all bids. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: All bids received on October 8, 2013 for the Normandy Drive Restoration Project Phase Two are hereby rejected. Passed and approved this ATTEST:_ h� e. %y4z CITY CLERK day of October -'20 13 Approved by A ney's ice It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: X X X x X X X ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton Normandy Drive Restoration Project Prepared B�/: Hawks Design, Inc. 1712 E. College Street Iowa City, IA City of Iowa City Dept. of Public Works and City of Iowa City Dept. of Parks &Recreation 410 E. Washington Street Hall & Hall Engineers, Inc. 1860 Boyson Road Hiawatha, IA I hereby certify that this engineering document was prepared by me or under my direct personal supervision andthat I am a duly licensed Professional Engineer under the laws of the State of Iowa. Signed: Date: Nicholas J. Bettis, P.E. 17780 My license renewal date Is December 31, 2013 A, * Pages or sheets covered by this seal: Sheets C.01 CAID-C 12 C.20 -C.22 and C.30 -C.34 Phase II Iowa City, IA 52240 �` Abundant Playscapes, Inc. 5051 Faye Drive SE Iowa City, IA I hereby certify that the pardon of the s asara. rr SE Of/"•r"a" rot y D/J9 a`'� J1A11A "i} j technical submission described below was prepared by me or under my direct supervision and responsible charge. I amaduly Licensed Professional Landscape Architect untler the Laws of the State of Iowa. Laura A. Hawks Date IRNOSGP License Number: 275 Electrical Notes & Details Liceve Expires: June 30, 2015 Sheets P.08 -P.13 Natural Plolom Sheets A.03 -A.04, P01 -P08 Site Improvements Plan City of Iowa City Dept. of Public Works and City of Iowa City Dept. of Parks &Recreation 410 E. Washington Street Hall & Hall Engineers, Inc. 1860 Boyson Road Hiawatha, IA I hereby certify that this engineering document was prepared by me or under my direct personal supervision andthat I am a duly licensed Professional Engineer under the laws of the State of Iowa. Signed: Date: Nicholas J. Bettis, P.E. 17780 My license renewal date Is December 31, 2013 A, * Pages or sheets covered by this seal: Sheets C.01 CAID-C 12 C.20 -C.22 and C.30 -C.34 Phase II Iowa City, IA 52240 �` Abundant Playscapes, Inc. 5051 Faye Drive SE Iowa City, IA List of Draws: Cover Sheet & Location Map A.01 as Ashton House Survey A.02 -Project General Notes A.03 -Ashton House Site Preparation A.04 -Ashton House Site Preparation A.05 - Storm Water Pollution Prevention Plan E.01 I hereby ability that Me portion of the ..••^^"' ^^ •.,, r,,.StpSE Of 10/y9... e AK1pY00 a -.- o NALWSIK - = i N ARCMfECf v, O Iq.SM Qa',f ''^4� technical submission described below was prepared by me or under my direct supervision and responsible charge. l am a duly Licensed Professional Landscape Architect under the Laws of the Stals of laws. Antonio C. Malkuaak Date License Number. 581 IRNOSGP House Electrical Notes & Details Sheets A.01, A.02 and A.05 Sheets P.08 -P.13 Natural Plolom Lkeme Expires' JUM 30, 2015 Site Improvements Plan List of Draws: Cover Sheet & Location Map A.01 as Ashton House Survey A.02 -Project General Notes A.03 -Ashton House Site Preparation A.04 -Ashton House Site Preparation A.05 - Storm Water Pollution Prevention Plan E.01 -Ashton House Electrical Plan E.02 -Ashton House Electrical Notes & Details P.01 -Ashton House Site Improvements Plan P 02 asAshton House Site Im rovements Plan Iowa City, IA •••Q"'. ---'Y "'..., MOH hweby certify that this mglneerhq document sew by me a under my aracl supersinki and that I am a duly Llmsad Professional Engheer under the lav of Me Stab of Iowa. N. PMarad enc Irt. ,.mxr uar^KrbN sex - ro+u+nad bi .,:,d.. ,nr mrce Prrva' n®N:nn end Inc 1 mm _�; ABUHASAN ,' p C.01 - Trail and Parking Lot Details P.03 -Ashton House Site Planting Plan C.10 se South Trail Plan & Profile P.04 - Ashton House Site Planting Plan Details Call - East Trail Plan & Profile P.05 -Ashton House Details - ADAAG Ramp VJ Engineering, Inc. Innovative Engineers, Inc. 2570 Holiday Road C.12 se North Trail Plan & Profile (Alternate Bid) P.06 -Ashton House Details - ADAAG Ramp 2871 Heinz Road, Suite B .. .. .. C 20 E P k L t PI P 07 -Ashton House Site Details Iowa City, IA •••Q"'. ---'Y "'..., MOH hweby certify that this mglneerhq document sew by me a under my aracl supersinki and that I am a duly Llmsad Professional Engheer under the lav of Me Stab of Iowa. N. PMarad enc Irt. ,.mxr uar^KrbN sex - ro+u+nad bi .,:,d.. ,nr mrce Prrva' n®N:nn end Inc 1 mm _�; ABUHASAN ,' Enghear Lid. No. M1 Dote '-, N0. 20081 ;' ` My plasmas renewal date is December 31, 2fD1 r„ a IOWA `' ,,`'-` Pages be Ik a covered b this Beal: SHEETB E.01&E0 House Site EXPIRES DEC. 31, 2013 C.22 Project Site �P �O Park Avenue \\ C � aoarome edmnn \ Location Maps Scale: V = 500' Project Site Unlverstty �, int lovi3 [wane Banks Baseh�ll Stadium City G}nnl 1 2 Oakland _.C. •1'411 Cemetery Cr 0 tAercy = Inwa City c St it L'L Market w t u t;� s t Y; r�llrs�,,g: ha. , C.34 - North Trail Sections :i!: L:1" g: ,ear �► NOW) s f w Kent .. rrnnty f'vk 218 6 l ! s tiwre:rm-/+re: ). c-lip, Y. I.lol Dump Site #1: Iowa City Landfill Dump Site #2: Mesquackie Park, west of the Iowa River .i Normandy Drive Restoration Phase II Project Site t 441 Park west k32�ar,cn . nwrw.f'T'Bt^+F�`�rt:z.�� _ xno•.,n�r-aA.,��.s:_...'. -S Dump Site #3: SE Corner of Iowa City Soccer Complex c.FVilft> St St- 1 ProjectApprove,d Dump Sites Map z t `" ^2013 Google * IOWA ONE CALL 800-292-8989 TOLL FREE CALL BEFORE YOU DIG r` .'moi Vert_ Abundant Playscapes, Inc. Landscape Architects Iowa City, IA Hawks Des9n co 0 N Q a) U) CD I bereai' akay Mnf Mb enpM1 Mnq d..sait n[ yoa.pen"r,,� PMarad enc Irt. ,.mxr uar^KrbN sex - ro+u+nad bi .,:,d.. ,nr mrce Prrva' n®N:nn end Inc 1 mm .'' ', Ste af` n•d Pref a Di'the•r'^' be Vane d ea ... u<eneed - West Parking Lot Plan " Jaahuo - Nupenrlan y R>* 1RTC�' 3' JOSHUA F. KUPERMAN, P.E. ave punas nenbs, 21.1 yr LLuy TM se. 6 aer-er 3f, 201] House Site PWaa Pr [Mita weed M dna a W: ROMs' 6 r N.7 O t- V V Project Site Unlverstty �, int lovi3 [wane Banks Baseh�ll Stadium City G}nnl 1 2 Oakland _.C. •1'411 Cemetery Cr 0 tAercy = Inwa City c St it L'L Market w t u t;� s t Y; r�llrs�,,g: ha. , C.34 - North Trail Sections :i!: L:1" g: ,ear �► NOW) s f w Kent .. rrnnty f'vk 218 6 l ! s tiwre:rm-/+re: ). c-lip, Y. I.lol Dump Site #1: Iowa City Landfill Dump Site #2: Mesquackie Park, west of the Iowa River .i Normandy Drive Restoration Phase II Project Site t 441 Park west k32�ar,cn . nwrw.f'T'Bt^+F�`�rt:z.�� _ xno•.,n�r-aA.,��.s:_...'. -S Dump Site #3: SE Corner of Iowa City Soccer Complex c.FVilft> St St- 1 ProjectApprove,d Dump Sites Map z t `" ^2013 Google * IOWA ONE CALL 800-292-8989 TOLL FREE CALL BEFORE YOU DIG r` .'moi Vert_ Abundant Playscapes, Inc. Landscape Architects Iowa City, IA Hawks Des9n co 0 N Q a) U) CD - as ar Ing o an ,W V, C.21 - West Parking Lot Plan P.08 -Ashton House Site Details - Pergola C.22 se North Parking Lot Plan (Alternate Bid) P.09 - Natural Playscape Site Improvements C.30 -West Trail Sections P.10 - Natural Playscape Planting Plan C.31 -West Trail Sections P.11 - Natural Playscape: Playscape Details C.32 - East Trail Sections P.12 - Natural Playscape: Playscape Details C.33 - North Trail Sections P.13 se Natural Playscape: Alternate Bid Item Details Project Site Unlverstty �, int lovi3 [wane Banks Baseh�ll Stadium City G}nnl 1 2 Oakland _.C. •1'411 Cemetery Cr 0 tAercy = Inwa City c St it L'L Market w t u t;� s t Y; r�llrs�,,g: ha. , C.34 - North Trail Sections :i!: L:1" g: ,ear �► NOW) s f w Kent .. rrnnty f'vk 218 6 l ! s tiwre:rm-/+re: ). c-lip, Y. I.lol Dump Site #1: Iowa City Landfill Dump Site #2: Mesquackie Park, west of the Iowa River .i Normandy Drive Restoration Phase II Project Site t 441 Park west k32�ar,cn . nwrw.f'T'Bt^+F�`�rt:z.�� _ xno•.,n�r-aA.,��.s:_...'. -S Dump Site #3: SE Corner of Iowa City Soccer Complex c.FVilft> St St- 1 ProjectApprove,d Dump Sites Map z t `" ^2013 Google * IOWA ONE CALL 800-292-8989 TOLL FREE CALL BEFORE YOU DIG r` .'moi Vert_ Abundant Playscapes, Inc. Landscape Architects Iowa City, IA Hawks Des9n co 0 N Q a) U) CD Sheet Number I ,W V, M = E _ +r a� o o � 0 � d V Cn.a. LM 0 c Assam law to L W IX a O > r+ Von O Q ca E. U L 0 sainZ rest M Sheet Number I A M 0 20 40 soW 80 GWIEC SCALE IN FEEL / SCALE 1"=40' I I I 1 I I j/ \ / I 0`� I 0 1 m / 1 /---/ I I / O 1 •/ o/ 1 r `\ i a /// \ I �3� / , / /J ///_,,-- ��° 1 I ° --mss✓-9 _ m \\ \\ o / - / / / / / / If 1 4�zw LL / \o / r \-___ /// \\\ / �/ / I I Of �- 40'W RN CM bo _ "iiddLisi" 656- 0 \� I S) (Ss) 111' (Ss) (ss) (SS) (SS) (SS) --0 MR MANOR— DRIVE ITT' _�--(9M)(9M)��(9M) P'' I I I i I I I I� I I II,I�U I I I I I II I and I I I I -7- I 1 I / j~ / Y� \\ ---\\ EXSTG CM O WALKY�- - � C,5S � / C.7PROPERTY LINE ♦ 21 1 r. -- I o / 2 S MON 00 er �I `SSS I I 3 > ao Q C5 o Z I I I I I 3 I I O / /, / — �,,/' _ o ,a §Mi I J ---� w12 (wit) — a �(w'2� — (wiz) (wiz) ( ) a1) I �ssl/ lSSi Abundant PLAYSCAPES Abundant Pfayscapes, Inc. State of Iowa Registered Landscape Architect No.00581 Hawks Design, LLC LaMfcape Art'FilecNre site FNnnng ;xE'a ryes wa �ry a a5 `W7 co 0 L N N V♦ E a� mime U) co •♦�^ CI T DRAWN BY: CLP / / City of Iowa Clt V ,/ HALL & HALL ENGINEERS, INC. ra.aasmz�oanrevdu WWW& JVJM 1860 BOYSON ROAD, HIAWATHA, IOWA 52233 PHONE: (319)362-9548 FAX: (319) 362-7595 CIVIL ENGINEERING • LANDSCAPE ARCHITECTURE LAND SURVEYING 0 LAND DEVELOPMENT PLANNING O EXHIBIT A.01 SHEET 1 OF 1 p Fa O � DATE: XX/XX/XX / / PROJECT NO: 9976 FIELD BOOK: XXX NO. REVISION DESCRIPTION APPROVED DATE � � C a � i v C° 0 �•� C a o O � ++ N ^, W y 06 O N aL O O a� 2 O c>s O oU Z Q DRAWN BY: CLP / / City of Iowa Clt V ,/ HALL & HALL ENGINEERS, INC. ra.aasmz�oanrevdu WWW& JVJM 1860 BOYSON ROAD, HIAWATHA, IOWA 52233 PHONE: (319)362-9548 FAX: (319) 362-7595 CIVIL ENGINEERING • LANDSCAPE ARCHITECTURE LAND SURVEYING 0 LAND DEVELOPMENT PLANNING ASHTON HOUSE SITE SURVEY EXHIBIT A.01 SHEET 1 OF 1 CHECKED BY: KWD / / APPROVED BY: KWD / / DATE: XX/XX/XX / / PROJECT NO: 9976 FIELD BOOK: XXX NO. REVISION DESCRIPTION APPROVED DATE IA Sheet Number A.01 Parking Lot & Trail Drawing Locations Index o�P Sheet No. C.10 ----------------- T --JI; r , r- ' all , ' Sheet No. C.10; ''•==;== ="gg Sheet No. C.22 ' 1 Sheet No. C.21 II Ashton House Exterior Improvements, Electrical w and Natural Playscape Drain Locations Index h/P � Sheet Nos. " Ww P.02 & P.04 A 'Y G r--------- -� \ , , Sheet No. P.05 ----��_J LII- - - J i r , r Sheet Nos. - I- P.01 & P.03 Scale: 1" = 250' °1Ae opt Eos Sheet Nos. P.09&P.10 , , v r� Scale: 1" = 250' General Proiect Notes: 01-20-84 Sheet No. C.12 -_ Detectable Warnings of alignment, location and specific directions for the work to be r--------------------i performed under this contract. Irrelevant data on these sheets is Car Stops , r 01-20-84 - 204-2 r r of guardrail posts, fence posts, utility poles, or foundation studies, Temporary Rolled Erosion Control Products RECP sholl be filled and consolidated to finished grade as directed by the Ij r r Turf Reinforcement Mats TRM soon as practical - preferably the day created and not later than the SY � Remove Existing PCC/HMA Driveway or Sidewalk (including borrow areas and operation sites) disturbed by any such Parking operations shall be restored to an acceptable condition. This oper- 6" Strip, Stockpile and Re -spread Topsoil On-site ation shall be considered incidental to other bid items in project. CY 10-02-01 213-1 t shall be the contractor's responsibility to provide waste areas LS )r disposal sites for excess material (excavated material or broken Class 10 Excavation ,oncrete) which is not desirable to be incorporated into the work LF nvolved on this project. These areas shall not impact wetlands r, , EA for material hauled to these sites. No material shall be placed Lr--�, --- ---------J ,vithin the right-of-way, unless specifically stated in the plans or SY ipproved by the engineer. Granular Subbase, 6" 01-09-90 - 213-2 The contractor's attention is directed to the following consideration HMA Pavement 7- in regard to removal and replacement of topsoil in borrow areas: LF v Curb & Gutter, 18' PCC a uniform removal of topsoil to a depth of 12 inches. The material SY Fa �pma Sheet No. C.12 SY 10-27-98 r \ r The contractor shall apply necessary moisture to the construction LF area and haul roads to prevent the spread of dust Refer to Article , r 1107.07 of the current Standard Specifications for additional details. EA 07-16-91 _ - - 213-6 The backfilling and associated embankment construction shall be EA completed within 14 working days after the curing period has expired Parkin Lot Sign for culvert extension. EA The immediate embankment shall be placed to provide 8:1 slopes Car Stops away from the culvert top. Acre 0.3 -13 d Sheet No. C.20 ,fig. ./� apt°<\ F •. �\\• - - � - - f - - -~ - - - � �a � � NoC11 ' �_ ;Sheet . . i, -, .- OR 7 ?- Ashton House Exterior Improvements, Electrical w and Natural Playscape Drain Locations Index h/P � Sheet Nos. " Ww P.02 & P.04 A 'Y G r--------- -� \ , , Sheet No. P.05 ----��_J LII- - - J i r , r Sheet Nos. - I- P.01 & P.03 Scale: 1" = 250' °1Ae opt Eos Sheet Nos. P.09&P.10 , , v r� Scale: 1" = 250' General Proiect Notes: 01-20-84 203-1 Plan and profile sheets included in the project are for the purpose Detectable Warnings of alignment, location and specific directions for the work to be EA performed under this contract. Irrelevant data on these sheets is Car Stops not to be considered a part of this contract. Acre 01-20-84 - 204-2 All holes resulting from operations of the contractor, including removal SY of guardrail posts, fence posts, utility poles, or foundation studies, Temporary Rolled Erosion Control Products RECP sholl be filled and consolidated to finished grade as directed by the SY engineer to prevent future settlement. The voids shall be filled as Turf Reinforcement Mats TRM soon as practical - preferably the day created and not later than the SY following day. Any portion of the right-of-way or project limits Remove Existing PCC/HMA Driveway or Sidewalk (including borrow areas and operation sites) disturbed by any such Parking operations shall be restored to an acceptable condition. This oper- 6" Strip, Stockpile and Re -spread Topsoil On-site ation shall be considered incidental to other bid items in project. CY 10-02-01 213-1 t shall be the contractor's responsibility to provide waste areas LS )r disposal sites for excess material (excavated material or broken Class 10 Excavation ,oncrete) which is not desirable to be incorporated into the work LF nvolved on this project. These areas shall not impact wetlands Subdrain, 4" )r "Waters Of The U.S." No payment for overhaul will be allowed EA for material hauled to these sites. No material shall be placed Subdrain Cleanouts ,vithin the right-of-way, unless specifically stated in the plans or SY ipproved by the engineer. Granular Subbase, 6" 01-09-90 - 213-2 The contractor's attention is directed to the following consideration HMA Pavement 7- in regard to removal and replacement of topsoil in borrow areas: LF Quantities estimated for topsoil are calculated on the basis of Curb & Gutter, 18' PCC a uniform removal of topsoil to a depth of 12 inches. The material SY removed is to be spread uniformly to a minimum depth of 8 inches Driveway, 7" PCC over the borrow area upon completion of excavation work. SY 10-27-98 213-4 The contractor shall apply necessary moisture to the construction LF area and haul roads to prevent the spread of dust Refer to Article White Waterbome Paint Pavement Markings. 4" 1107.07 of the current Standard Specifications for additional details. EA 07-16-91 _ - - 213-6 The backfilling and associated embankment construction shall be EA completed within 14 working days after the curing period has expired Parkin Lot Sign for culvert extension. EA The immediate embankment shall be placed to provide 8:1 slopes Car Stops away from the culvert top. Acre 01-20-84 221-3 Estimated quantity for new concrete pavement includes all integral curb, all street returns and special areas of repairs to connecting pavements. 01-20-84 221-4 In order to avoid any unnecessary surface breaks or premature spelling, the contractor is cautioned to exercise extreme care when performing any of the necessary saw cutting operations for the proposed pavement removal. 01-20-84 -- 222-2 To obtain the correct form grades at low points where intakes are located, the contractor must exercise extreme care when paving full width pavements. This may require pouring one half of the pave- ment at a time or other methods approved by the engineer. 01-20-84 232-5 The contractor shall not disturb desirable gross areas and desirable trees outside the construction limits. The contractor will not be permitted to park or service vehicles and equipment or use these areas for storage of materials. Storage, parking and service area(s) will be subject to the approval of the resident engineer. 06-07-94 232-8 The top six (6) inches of the disturbed areas shall be free of rock and debris and shall be suitable for the establishment of vegeta- tion, subject to the approval of the Engineer. -- -- - -- 10-28-97 232-10 The contractor is expected to have materials, equipment, and labor available on a daily basis to install and maintain erosion control features on the project. This may involve seeding, silt fence, rock ditch checks, silt basins, or silt dikes. 01-20-84 241-1 Road contractor is to use due caution in working over and around all tile lines. Breaks in the tile line due to the contractor's care- lessness are to be replaced at his expense without cost to the State of Iowa. Any the lines broken or disturbed by our cut lines will be replaced as directed by the engineer in charge of construction and at the State of Iowa's expense. 01-19-88 - 251-1 The contractor shall be responsible to maintain access to individual properties during construction. Relocated access shall be completed to individual properties prior to removal of existing access. If the permanent access cannot be completed prior to removal of the existing access, the contractor shall provide and maintain on alternate access. Temporary Granular Surfacing will be paid for as a contract item or by extra work. 06-22-84 251-3 A plan for stage construction of local accesses which are required to remain open to traffic during construction shell be submitted by the contractor for approval by the engineer. 01-20-84 261-2 Before performing earthwork, tiling, or excavation within three hundred feet of an existing pipeline, the contractor shall notify the pipeline company and the pipeline company shall mark the location of the pipe- line as required by Section 479.47 of the Code of Iowa. The contractor sholl exercise all due caution when working in the vicinity of pipelines carrying combustible or toxic materials which are present on this project. Pipeline location shown on the plans repre- sents the best information available at the time of plan preparation. 09-21-99 262-3 BEFORE YOU DIG: IOWA 1 -CALL# 1-800-292-8989 03-26-04 IOWA CITY Contractor may use the Maturity Method of testing to determine the strength of Portland Cement Concrete paving, per (DOT Standard Specifications. 03-26-04 IOWA CITY The contractor is required to exercise all necessary caution in construction operations directly adjacent to the project and utilize methods of construction to prevent damage to the surrounding buildings. The contractor is responsible for pre- and post - construction damage surveys for properties directly adjacent to the project including evaluating and documenting any damages. Any damages as a result of construction activities shall be corrected at the contractors expense. Project Quantities: CITY OF IOWA CITY Alt Bid Ill North Parkin Lot - Standard HMA 1.31 SF 144 Detectable Warnings 1.32 EA 18 Car Stops 1.33 Acre 1 Seeding, Fertilizing and Mulching - Conventional Seeding 1.34 SY 200 Temporary Rolled Erosion Control Products RECP 1.35 SY 57 Turf Reinforcement Mats TRM 1.64(P-2) SY 15 Remove Existing PCC/HMA Driveway or Sidewalk SubTotal for Project 1: Parking Lots and Shared Use Trails Item No. Unit Quantity Desorption Unit PriceTotal Amount 1.60(P-2) LS 1 Construction Surveys 1.61 P-2 LF 190 Silt Fence 1.62(P-2) 1 Parking Lot Sign Not Used 1.63(P-2) UNITS 58 Clearing and Grabbing 1.64(P-2) SY 15 Remove Existing PCC/HMA Driveway or Sidewalk 1.65(P-2) CY 170 6" Strip, Stockpile and Re -spread Topsoil On-site 1.66 P-2 CY 200 6' Strip and Dispose Topsoil 08 Site 1.67(P-2) LS 11 Class 10 Excavation 1.68(P-2) LF 340 Subdrain, 4" 1.69(P-2) EA 6 Subdrain Cleanouts 1.70(P-2) SY 1397 Granular Subbase, 6" 1.71(P-2) SY 1270 HMA Pavement 7- 1.72(P-2) LF 146 Curb & Gutter, 18' PCC 1.73 P-2 SY 77 Driveway, 7" PCC 1.74(P-2) SY 4 Sidewalk, 4" PCC 1.75(P-2) LF 840 White Waterbome Paint Pavement Markings. 4" 1.76P-2 EA 1 White Waterbome Paint ADA Symbol 1.77 P-2 EA 1 Parkin Lot Sign 1.78 P-2 EA 5 Car Stops 1.79(P-2) Acre 0.3 Seeding. Fertilizing and Mulching - Conventional Seeding Alt Bid P-2 TOTAL TO ADD TO BASE BID Alt Bid P-3: North Parkin Lot -Porous HMA Item No. Unit Quantity Description Unit Price Total Amount 1.90(P-3) LS 1 Construction Surveys 1.91 P-3 LF 190 Silt Fence 1.92(P-3) Not Used 1.93(P.3) UNITS 56 Clearina and Grubbina Curb & Gutter. 18' PCC 1.105(P-3) SY 177 IDriveway, 7" PCC 1.106(P-3) SY 4 Sidewalk, 4" PCC 1.107(P-3) LF 840 White Waterbome Paint Pavement Markings, 4" 1.108(P-3) EA 1 White Waterbome Paint ADA Symbol EEEI 1.109(P-3) EA 1 Parking Lot Sign 1.110(P-3) Acre 0.3 Seeding, Fertilizing and Mulching - Conventional Seeding I[altLS1: Ah Bid Pd: East Parkin Lot - Porous Pavement instead of Standard HMA Item No. Unit Quantiry lCescription Unit Price Total Amount 1.120(P-4) ILS 11 lClass 10 Excavation 1.121(P-4) ISY 1397 IStructural Soil-Bearino Fabric Att Bid P-4 I I U IAL I U AUL) I U UAJt BIU Att Bid T-1: Porous Trait - Porous Pavement Instead of Standard HMA Unit 10 11.150(7-2) (Acre 10.6 (Seeding, Fertilizing and Mulching - Conventional Seeding) 1 1.15lfT-21 SY 26 Turf Reinforcement Mats ITRMI Please note - Items below are not included in the quantities and bid items above. Associated work such as, but not limited to, topsoil stripping, clearing and grubbing, bed or electrical preparation, materials & supplies, associated plant materials, erosion control and surface restoration would be incidental to each of the alternatives for Project 2. Item No. Unit Quantity Description Unit Price Total Amount All #2.01 SF 1 1.515 SF Rain Garden Area -VOID to be completed in future if i mulch, soil prep and sting Bed Area 'C' (ii mulch. soil area and 1.102(P-3) I LF 1578 Curb & Gutter, 18" PCC 1.103(P-3) LF 340 Subdrain 4" 1.104(P-3) EA 6 Subdrain Cleanouts T1 05 P-3 SY 77 Driveway, 7" PCC 1.106(P-3) SY 4 Sidewalk, 4" PCC 1.107(P-3) LF 840 White Waterbome Paint Pavement Markin s, 4" 1.108(P-3) EA 1 White Waterborne PaintADAS mbol 1.109 P-3 EA 1 a Ing Lot Sign 1.110(P-3) Acre 0.3 Seeding, Fertilizing and Mulching - Conventional Seeding All Bid P-3 TOTAL TO ADD TO BASE BIO Q Alt Bid P-4: East Parkino Lot - Porous Pavement instead of Standard HMA HMA Pavement: 6" 1.126(P-4) LS 11 Car Stops (Deduct) Alt Bid P-4 ITOTALTO ADD TO BASE BID Alt Bid T-1: Porous Trail - Porous Pavement instead of Standard HMA Granular Subbase Abundant PLAYSCAPES MunGnt PleYsoPo[, In[. IInC[Qpe AmMeM low. cm w Hawks Design. • 180 ra O .o y CU Oa. E Z U G fCL Q d O W p i M� 4" � d � O i C 06 N L m �a � WOMEN r� ZLM U 0 O O � U 0 III Z Sheet Number A.02 0 10 /1/ 20 M GFA IUC SCALE INP r / SCALE' 1 / / , I I l / / / I / ---- // I } i / ADD. ALT. I � 1 RELOCATE SAPLING TRIC L sso i i IN THIS ARE// / / // `\ 1 j,� ` 1 > /,' • • I 1 . - - - - - - - - - - - - - I A. ! S •/ �: .,!/ ' / Ili Ili / °I �\� I'//,, \\.\�1 SII , / \ IIIuI \ �� III ��/ It if ,'' //' / / / .. ° • .�//,'\\\ °\\ •• /4. ./,/III\\��\ �Ill� YR I w / / bb ,#S401V HORSE /'' ,,, , • o ,< 656 -- ' A.04 A/ A. I ' 1 ---SEE SHTS E-1 I AND E-2 FOR ----\\ s ' • .•° LIGHT REMOVAL \\\\ 4 /\ / �/ / / �" •s //--- T / i L_ O /\\ 1 \\�771 lit it /� 0 z ... - / 1, { / I /� i--_ 855 .-- ,' 1 ., y..• I _J / / top \ 1 SEE CIVIL SHT. C-21 FOR1 'S I ; FURTHER INFO ON \\`�'' / I W1 LEGEND: WORK IN THIS AREA t ! •... I a I IIt TYP I zr 1 I s TREE TO BE REMOVED TYP _� _ / ' •�� I- _- U II LIGHT TO BE REMOVED 01 \ / — W'I / \ I - __,-'I\\�I 0'I CONSTRUCTION LIMITS \.\\\/ i / a I PARK Site Preparation Plan = South SCALE: 1 "=20'-0" :(�.. (W (W 1,A. v LIMIT LINE ma \ 1 1 I / I / DPERTY LINE 3ENERAL NOTES: NOTES:OS-30-8 A. FIELD VERIFY EXISTING GRADES AND LOCATIONS OF EXISTING UTILITIES, TREES, POLES, LINES VAULTS, AND OTHER SITE CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT PARKING, TRAFFIC FLOW, AND PARK USER ACTIVITIES AS INDICATED ON THE STRUCTURES PRIOR TO DEMOLITION OR CONSTRUCTION AND IMMEDIATELY INFORM THE LANDSCAPE ARCHITECT OF ANY PLANS. THEREFORE IT IS ADVISABLE TO ADOPT A CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER DISCREPANCIES. B. PRIOR TO EXCAVATION OR CONSTRUCTION, THE CONTRACTOR SHALL EXAMINE ALL APPLICABLE DRAWINGS AVAILABLE FROM THE CITY OF IOWA CITY cr OWNERS REPRESENTATIVE TO DETERMINE POSSIBLE UTILITY LOCATIONS AND DEPTHS. CONTRACTOR SHALL PROTECT ALL N C. D. EXISTING UTILITIES TO REMAIN. PROTECT ALL ITEMS WITHIN THE CONTRACT LIMITS NOT INDICATED TO BE REMOVED OR PROTECTED. ASHTON HOUSE E. CONTACT LANDSCAPE ARCHITECT PRIOR TO REMOVING PLANT MATERIAL NOT INDICATED TO BE PROTECTED OR REMOVED. F. ALL STORAGE OF MATERIALS IS TO BE WITHIN PROJECT LIMITS. DEMO NOTES. (D REMOVE LIGHT AND ALL ASSOCIATED ELECTRICAL. SEE ELECTRICAL SHEETS FOR FURTHER INFORMATION. Abundant PLAVSCAPE. 3 ® REMOVE EXISTING PRIVACY FENCE AND ALL ASSOCIATED ITEMS. IF ADD ALTERNATE, SOUTH PARKING AREA IS SELECTED, TRANSPLANT SAPLING TREES IN THIS AREA PROTECT EXISTING PAVING FROM DAMAGE DURING CONSTRUCTION. Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect Q5 PROTECT STOOP AND CHEEKWALLS FROM DAMAGE DURING CONSTRUCTION No. 00581 ® IF PATIO ALTERNATE ITEM IS SELECTED REMOVE 315 SF OF EXSTG. PAVING. SEE DETAIL FOR REMOVAL LIMITS GENERAL TRAFFIC CONTROL NOTES: 108 04-04-84-8 9 TRAFFIC WILL BE MAINTAINED DURING CONSTRUCTION. TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL. THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED AND REMOVED BY THE CONTRACTOR. 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALL TIMES DURING CONSTRUCTION. 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES, THE CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT. 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE (1) WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DURING CONSTRUCTION. 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF 25 -FEET FOR TAPER CHANNELIZATION, AND 50 -FEET FOR TANGENT CHANNELIZATION. 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK OF CURB WHERE POSSIBLE. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS. PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF LESS THAN 3 DAYS. 8. "ROAD CLOSED" AND "ROAD CLOSED TO THRU TRAFFIC" SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS, PREVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING UPON APPROVAL BY THE PROJECT ENGINEER. 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED ENTIRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL LOCATIONS WHERE TYPE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS. THE BACK SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A MINIMUM OF SIX YELLOW REFLECTORS, ONE AT EACH END OF EACH RAIL, OR AT LEAST ONE RAIL ON EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERLY SLOPED AT EACH END. 12. FULL LANE CLOSURE WILL NOT BE ALLOWED, EXCEPT AS INDICATED SPECIFICALLY IN PLANS. ONE LANE WILL BE OPEN AT ALL TIMES. THIS WORK IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC CONTROL. 13. TYPE "A" LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR FENCING TO PROTECT PEDESTRIANS. ALL SIDEW CLOSURES SHALL BE APPROPRIATELY BARRICADED. THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES S ADJACENT TO CONSTRUCTION ACTIVITIES. 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT SITE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A LOCATION TO BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE RESPECTIVE OWNERS. 16. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER, AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE PROPERTY OWNER. 17. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE CORRIDOR, AS NOTED IN THE TABULATION OF UTILITY CONFLICTS. 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD. THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 19. THE BID ITEM "TRAFFIC CONTROL" SHALL INCLUDE THE COST OF ALL TRAFFIC CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS. 20. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. >STAGING NOTES:OS-30-8 108-26 8-30-8 8 7 CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT PARKING, TRAFFIC FLOW, AND PARK USER ACTIVITIES AS INDICATED ON THE Q PLANS. THEREFORE IT IS ADVISABLE TO ADOPT A CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER MINIMIZE DISRUPTION FOR THE LOCAL RESIDENTS AND PARK USERS. iTO cr CONTRACTOR SHALL STAGE WORK ACCORDING TO THE FOLLOWING MILESTONES: N O MILESTONE 1: COMPLETION OF ASHTON HOUSE SOUTH PARKING LOT, ASHTON HOUSE ACCESSIBLE WALKWAY, ASHTON HOUSE z ADAAG ENTRY RAMP, AND LOWER CITY PARK EAST PARKING LOT EXPANSION BY DECEMBER 15, 2013. MILESTONE 2: COMPLETION OF ALL REMAINING WORK ON PROJECT BY JUNE 30, 2014. GENERAL TRAFFIC CONTROL OPERATIONS 3 1. MAINTAIN 1 -LANE TRAFFIC WITH FLAGGERS DURING HOURS 7 A.M. TO 7 P.M. I 2. OPEN LANES TO 2 -LANE TRAFFIC OUTSIDE OF THESE HOURS. CL 2 3. FLAGGERS ARE REQUIRED FOR 1 -LANE OPERATIONS DURING MILLING/RESURFACING. 1 3 THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY. PROVIDED THAT TRAFFIC TO ADJACENT PROPERTIES IS MAINTAINED. IT IS RECOGNIZED THAT AS THE VARIOUS ACTIVITIES RELATED TO CONSTRUCTION PROGRESS, CERTAIN SITUATIONS MAY ARISE WHICH WILL PRECLUDE ADHERING TO THE ORIGINAL CONSTRUCTION SEQUENCE OR WHICH WOULD READILY LEND THEMSELVES TO —(W (w (W MORE EFFICIENT STAGING OPERATIONS. SHOULD THE CONTRACTOR DESIRE TO DEVIATE FROM THE ORIGINAL PLAN, A WRITTEN ALTERNATIVE PLAN SHALL BE SUBMITTED TO THE PROJECT ENGINEER FOR APPROVAL. A CONTRACTORS SCHEDULE OF OPERATIONS WILL BE REQUIRED. THE SCHEDULE SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO SPECIFIED STARTING DATE OR AT THE PRECONSTRUCTION CONFERENCE. IT SHALL SHOW THE PROBABLE STARTING DATE AND THE AMOUNT OF COMPLETION, IN PERCENT OF THE CONTRACT AMOUNT, THE CONTRACTOR EXPECTS TO COMPLETE IN EACH 10 DAY WORKING DAY PERIOD. IT SHALL PROVIDE REASONABLE ASSURANCE OF FINAL COMPLETION OF THE SCHEDULE OF THE CONTROLLING OPERATION DURING EACH STAGE OR PHASE OF WORK FOR THE ENGINEERS INFORMATION AND PREVIEW. THE CONTRACTOR MAY REVISE THIS CONCEPT WHEN CONDITIONS WARRANT A CHANGE AND FORWARD TO THE ENGINEER FOR REVIEW. Hawks Design, LLC wnax c a ni -su. ai��mg tQ a, r. O .111111111111 EWco Cc ` T i O N CL E Ln Q co V Sheet Number I A.03i t N � C O CL 2 W V o Ca a � U N 0 � O 0 a -a _ o O oU Z Q Sheet Number I A.03i 4 LEGEND: EE TO BE REMOVED i LIGHT TO BE REMOVED 0 CONSTRUCTION LIMITS - - - = - - 4 / / / r ' I \ \ I I 1 1 I ' I I I I I I I I I I I I I I I I / / _jjYI /�� _ M �_ / O \\ LLJ '0' ib / ------ ' \ O LLJ '� v � I GRAPHIC SCALE IN FEET � 00- SCALE: 1"=20' / \ _ dolp doo c0 c0rolb I O Lo ------ 1-' /VERIFY THAT TREES LOCATED IN OR NEAR ADD ALT - NORTH, RID PARKING AREA EXIST. 3 SEE CIVIL SHT C22 FOR REMOVE LAYOUT OF NORTH PARKING DECLINING AREA \ BIRCH 00 •r / 0 IF t /' //—I � 1 I 1 I I / O / / / sl n� / / / / / / ADD. ALT. a°� RELOCATE 1Or SAPLING TRtt / 6`S0 i i IN THIS ARE / / I fit g , / co / / I / / / / / / / / / _jjYI /�� _ M �_ / O \\ LLJ '0' ib / ------ ' \ O LLJ '� v � I GRAPHIC SCALE IN FEET � 00- SCALE: 1"=20' / \ _ dolp doo c0 c0rolb I O Lo ------ 1-' /VERIFY THAT TREES LOCATED IN OR NEAR ADD ALT - NORTH, RID PARKING AREA EXIST. 3 SEE CIVIL SHT C22 FOR REMOVE LAYOUT OF NORTH PARKING DECLINING AREA \ BIRCH 00 •r / 0 IF t /' //—I � 1 I 1 I I / O / / / sl n� / / / / / / ADD. ALT. a°� RELOCATE 1Or SAPLING TRtt / 6`S0 i i IN THIS ARE / / I fit g , / co / Site Preparation Plan = North SCALE: 1 "=20'-0" 2"X2"X6'-O LONG STEEL CONSTRUCTION FENCE SUPPORT FENCE. DRIVE INTO GROUND 2'-0" MIN. EQUA SPACE @ 6'-0" O.C. MAX. TREE PROTECTION FENCE, USE STANDARD PLASTIC DAY-GLO ORANGE SNOW FENCE 4'-0" H ATTACH TO POST WITH WIRE A 12" O.C. , _/99 A \ :,!// 1 TREE PROTECTION SAW OR CUT ROOTS, DO NOT TEAR, SPLIT, OR CRUSH EXCAVATION TO BE MINIMIZED 1 MANOR DRIVE (SS) No Scale 2 Limitations Near Trees No Scale (SS) — GENERAL NOTES: A. FIELD VERIFY EXISTING GRADES AND LOCATIONS OF EXISTING UTILITIES, TREES, POLES, LINES VAULTS, AND OTHER SITE STRUCTURES PRIOR TO DEMOLITION OR CONSTRUCTION AND IMMEDIATELY INFORM THE LANDSCAPE ARCHITECT OF ANY DISCREPANCIES. B. PRIOR TO EXCAVATION OR CONSTRUCTION, THE CONTRACTOR SHALL EXAMINE ALL APPLICABLE DRAWINGS AVAILABLE FROM THE OWNERS REPRESENTATIVE TO DETERMINE POSSIBLE UTILITY LOCATIONS AND DEPTHS. CONTRACTOR SHALL PROTECT ALL EXISTING UTILITIES TO REMAIN. C. PROTECT ALL ITEMS WITHIN THE CONTRACT LIMITS NOT INDICATED TO BE REMOVED OR PROTECTED. D. CONTACT LANDSCAPE ARCHITECT PRIOR TO REMOVING PLANT MATERIAL NOT INDICATED TO BE PROTECTED OR REMOVED. E. ALL STORAGE OF MATERIALS IS TO BE WITHIN PROJECT LIMITS. DEMO NOTES: tO REMOVE LIGHT AND ALL ASSOCIATED ELECTRICAL. SEE ELECTRICAL SHTS FOR FURTHER INFORMATION. O2 REMOVE EXISTING PRIVACY FENCE AND ALL ASSOCIATED ITEMS. O3 IF ADD ALTERNATE - SOUTH PARKING AREA IS SELECTED, TRANSPLANT SAPLING TREES IN THIS AREA TO ALLOW SPACE FOR NEW ACCESSIBLE WALKWAY. CONTACT LANDSCAPE ARCHITECT TO FIELD LOCATE NEW LOCATIONS FOR SAPLINGS. O4 PROTECT EXISTING PAVING FROM DAMAGE DURING CONSTRUCTION O5 PROTECT STOOP AND CHEEKWALLS FROM DAMAGE DURING CONSTRUCTION NOTES - LIMITATIONS NEAR TREES : 1. ALL TREES NOT DELINEATED TO BE REMOVED SHALL BE PROTECTED FROM DAMAGE. 2. NO CONSTRUCTION MATERIALS AND/OR EQUIPMENT ARE TO BE STORED, PILED OR PARKED WITHIN THE TREE'S DRIPLINE. 3. OPERATE EQUIPMENT WITH CARE TO PREVENT INJURY TO TREES, PARTICULARY TO OVERHANGING BRANCHES AND LIMBS. 4. ALL BRANCH, LIMB AND ROOT CUTTINGS SHALL BE AVOIDED. WHEN REQUIRED CUTTING SHALL BE PERFORMED SMOOTHLY AND NEATLY WITHOUT SPLITTING OR CRUSHING. TRIM INJURED PORTIONS BY USE OF CHAIN SAW, OR LOPPERS FOR BRANCHES OR AN AX WHEN WORKING WITH ROOTS. DO NOT LEAVE FRAYED, CRUSHED OR TORN EDGES ON ANY ROOTS 1" OR LARGER IN DIAMETER, OR ON ANY BRANCHES. SOME FRAYED EDGES CAN SIMPLY BE TRIMMED UP WITH A UTILITY KNIFE. TEMPORARILY COVER EXPOSED ROOTS WITH WET BURLAP OR CLEAN DAMP STRAW UNTIL TOPSOIL CAN BE REPLACED. 5. DO NOT USE A TREE PAINT FOR WOUND DRESSING. 6. IF CONFLICTS WITH LARGE ROOTS AND BRANCHES CAN BE ANTICIPATED, NOTIFY THE LANDSCAPE ARCHITECT WHO WILL THEN CONTACT THE CITY FORESTER ABOUT TRIMMING TO DIMINISH THE POTENTIAL FOR DAMAGE. ;r Abundant P1,RYSi.A PFF Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC leMscapa Prc"ila[Wre-5°e PL ng s ca aCr) ciijo O � L 0 - CU CL co LM ^ om CU _ aE VCL a2 V CU it O 06 Cn N Y a > U "i cc O O � U E O Z Sheet Number A.04 I I Site Preparation Plan = North SCALE: 1 "=20'-0" 2"X2"X6'-O LONG STEEL CONSTRUCTION FENCE SUPPORT FENCE. DRIVE INTO GROUND 2'-0" MIN. EQUA SPACE @ 6'-0" O.C. MAX. TREE PROTECTION FENCE, USE STANDARD PLASTIC DAY-GLO ORANGE SNOW FENCE 4'-0" H ATTACH TO POST WITH WIRE A 12" O.C. , _/99 A \ :,!// 1 TREE PROTECTION SAW OR CUT ROOTS, DO NOT TEAR, SPLIT, OR CRUSH EXCAVATION TO BE MINIMIZED 1 MANOR DRIVE (SS) No Scale 2 Limitations Near Trees No Scale (SS) — GENERAL NOTES: A. FIELD VERIFY EXISTING GRADES AND LOCATIONS OF EXISTING UTILITIES, TREES, POLES, LINES VAULTS, AND OTHER SITE STRUCTURES PRIOR TO DEMOLITION OR CONSTRUCTION AND IMMEDIATELY INFORM THE LANDSCAPE ARCHITECT OF ANY DISCREPANCIES. B. PRIOR TO EXCAVATION OR CONSTRUCTION, THE CONTRACTOR SHALL EXAMINE ALL APPLICABLE DRAWINGS AVAILABLE FROM THE OWNERS REPRESENTATIVE TO DETERMINE POSSIBLE UTILITY LOCATIONS AND DEPTHS. CONTRACTOR SHALL PROTECT ALL EXISTING UTILITIES TO REMAIN. C. PROTECT ALL ITEMS WITHIN THE CONTRACT LIMITS NOT INDICATED TO BE REMOVED OR PROTECTED. D. CONTACT LANDSCAPE ARCHITECT PRIOR TO REMOVING PLANT MATERIAL NOT INDICATED TO BE PROTECTED OR REMOVED. E. ALL STORAGE OF MATERIALS IS TO BE WITHIN PROJECT LIMITS. DEMO NOTES: tO REMOVE LIGHT AND ALL ASSOCIATED ELECTRICAL. SEE ELECTRICAL SHTS FOR FURTHER INFORMATION. O2 REMOVE EXISTING PRIVACY FENCE AND ALL ASSOCIATED ITEMS. O3 IF ADD ALTERNATE - SOUTH PARKING AREA IS SELECTED, TRANSPLANT SAPLING TREES IN THIS AREA TO ALLOW SPACE FOR NEW ACCESSIBLE WALKWAY. CONTACT LANDSCAPE ARCHITECT TO FIELD LOCATE NEW LOCATIONS FOR SAPLINGS. O4 PROTECT EXISTING PAVING FROM DAMAGE DURING CONSTRUCTION O5 PROTECT STOOP AND CHEEKWALLS FROM DAMAGE DURING CONSTRUCTION NOTES - LIMITATIONS NEAR TREES : 1. ALL TREES NOT DELINEATED TO BE REMOVED SHALL BE PROTECTED FROM DAMAGE. 2. NO CONSTRUCTION MATERIALS AND/OR EQUIPMENT ARE TO BE STORED, PILED OR PARKED WITHIN THE TREE'S DRIPLINE. 3. OPERATE EQUIPMENT WITH CARE TO PREVENT INJURY TO TREES, PARTICULARY TO OVERHANGING BRANCHES AND LIMBS. 4. ALL BRANCH, LIMB AND ROOT CUTTINGS SHALL BE AVOIDED. WHEN REQUIRED CUTTING SHALL BE PERFORMED SMOOTHLY AND NEATLY WITHOUT SPLITTING OR CRUSHING. TRIM INJURED PORTIONS BY USE OF CHAIN SAW, OR LOPPERS FOR BRANCHES OR AN AX WHEN WORKING WITH ROOTS. DO NOT LEAVE FRAYED, CRUSHED OR TORN EDGES ON ANY ROOTS 1" OR LARGER IN DIAMETER, OR ON ANY BRANCHES. SOME FRAYED EDGES CAN SIMPLY BE TRIMMED UP WITH A UTILITY KNIFE. TEMPORARILY COVER EXPOSED ROOTS WITH WET BURLAP OR CLEAN DAMP STRAW UNTIL TOPSOIL CAN BE REPLACED. 5. DO NOT USE A TREE PAINT FOR WOUND DRESSING. 6. IF CONFLICTS WITH LARGE ROOTS AND BRANCHES CAN BE ANTICIPATED, NOTIFY THE LANDSCAPE ARCHITECT WHO WILL THEN CONTACT THE CITY FORESTER ABOUT TRIMMING TO DIMINISH THE POTENTIAL FOR DAMAGE. ;r Abundant P1,RYSi.A PFF Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC leMscapa Prc"ila[Wre-5°e PL ng s ca aCr) ciijo O � L 0 - CU CL co LM ^ om CU _ aE VCL a2 V CU it O 06 Cn N Y a > U "i cc O O � U E O Z Sheet Number A.04 All contractor's subcontractors shall conduct their operations in a manner that minimizes erosion and prevents sediments from leaving the project site. The prime contractor shall be responsible for compliance and implementation of the pollution prevention plan (PPP) and local ordinances for their entire contract. This responsibility shall be further shared with subcontractors whose work is a source of potential pollution as defined in the PPP. 1. Site Description This Pollution Prevention Plan (PPP) is for the construction of the Normandy Drive Restoration Project, Phase 11 in Iowa City, Iowa. Construction activities include Parking Lot installation, Multi -Use Pathway installation, Landscape Improvements, Electrical Improvements and a Natural Playscape installation. This PPP covers approximately 11.61acres (includes alternate bid areas) with an estimated 3.85 acres being disturbed. Refer to the project plans for locations of typical slopes, ditch grades, and major structural and non-structural controls. A copy of these plans will be on file at the project engineer's office. Runoff from this project will flow into various storm sewers, ditches, streams and drainage tile systems that flow into the Iowa River. 2. Controls The Contractor / subcontractor shall be responsible for implementation and management of control measures for the following erosion and storm water management control measures that are specific to this site. This work shall be done in accordance with Section 2270 of The City of Iowa City Specifications and Section 2602 of the Iowa D.O.T. Standard Specification. If the work involved is not applicable to any contract items, the work shall be paid for according to Article 1109.03 paragraph B, of the Iowa Department of Transportation Standards and Specifications. 1. Permanent Stabilization Practices A. Permanent seeding and planting of all unpaved areas by seeding shall be completed after final grading is complete. Seed shall be sown at only times of the year when temperature, moisture and climate conditions will promote the germination and plant growth. B. Preserve vegetation in areas not needed for construction. 2. Temporary Stabilization Practices A. The use of silt fence, temporary seeding, mulching, sodding and diversion dikes to help control sediment and erosion. If construction activity is not planned to occur in a disturbed area for at least 21 days, the areas shall be stabilized with temporary seeding or mulching no later than 14 days form the last construction activity. B. Mulching exposed areas. C. Filter socks shall be used for protection of inlets and used as ditch checks along temporary and permanent drainage ditches. D. At areas where runoff can move offsite, silt fence shall be placed along the perimeter of areas to be distributed prior to beginning grading, excavation or clearing and grubbing operation. 3. Sequence of Implementation stabilization practices A. Construct temporary construction exits/entrances and designate staging area. B. Install perimeter silt fencing and temporary sediment basins. C. Begin clearing and grubbing operations. These operations should only take place in those areas where earthwork is expected to take place within 21 days of completion. a that will not r D. Site grading shall begin. Contractor will be responsible for temporarily stabilizing an area be disrupted for at least 21 days no later than 14 days from the last construction activity. E. Installation of underground utilities. InleUoutlet protection at all locations specified in the plan shall be installed. F. Finalize pavement subgrade preparation. G. Construct all curb and gutter, inlets and manholes as specified in the plans. H. Remove inlet preparation around all inlet and manhole structures and carry out final paving operations. I. Prepare final backfill, grading, and seeding operations. J. Once all paving and permanent stabilization of the side is established, remove silt fencing and other temporary stabilization. 3. Other Control Contractor disposal of unused construction materials and construction material shall comply with applicable federal, state and local regulations. In the event of a conflict with other governmental laws rules and regulations„ the more restrictive laws, rules or regulations shall apply. During the course of construction, it is possible that situations will arise where unknown materials will be encountered. When such situations arise, the ill be handled according to all federal, state and local regulations in effect at the time. The following is a list of other control measures that contractor/subcontractor shall be responsible for implementing. 1. Off-site vehicle tracking A. The contractor shall reduce vehicle tracking of sediments offsite. The paved streets adjacent to the construction site shall be inspected daily and cleaned as necessary to remove only excess mud, dirt or rock tracked from the site. B. Street sweeper shall be available to clean streets as needed at inspector's discretion. C. Dump trucks hauling material form the sire shall be properly covered with tarpaulin. D. Inspections and Maintenance Procedures. POLLUTION PREVENTION PLAN 4. Inspection and Maintenance The contractor is required to maintain all temporary erosion control measures in proper working order, including cleaning, repairing, or replacing them throughout the contract period. The following inspection and maintenance practices will be used to maintain erosion and sediment controls and stabilization measures. 1. Inspection and Maintenance Procedures All control measures will be inspected at least once every seven (7) calendar days and following any storm event of 0.5" or greater. All measures will be maintained in good working order. If a repair is necessary, it will be initiated within 24 hours of the report. Any built up sediment will be removed from silt fence when it has reached one-half the fence. Silt fence and silt socks will be inspected for depth of sediment, tear, etc., to see of the fabric is securely attached to the fence posts,and to see that the fence are securely fastened in the ground Site shall be inspected daily (preferably at days end) and swept if necessary. Temporary and permanent seeding and planting will be inspected for bare spots, washouts, and healthy growth. A maintenance inspection report will be made after each inspection and recorded on the inspection form provided by the engineer. The contractor will be responsible for selecting a "qualified" inspector to conduct the inspections. "Qualified" is defined as a person knowledgeable in the principles and practices of erosion and sediment controls who possesses the skills to assess conditions at the construction sire that could impact storm water quality and to assess the effectiveness of any sediment and erosion control measures selected to control the quality of storm water discharges from the construction activity. 2. Materials Management Plan Site sources of pollution generated as a result of this work related to silts and sediment which may be transported as a result of a storm event. However, this SWPPP provides conveyance for other (non -project related) operations. These other operations have storm water runoff, the regulation of which is beyond the control of this SWPPP The following is a list of materials or substance expected to be present onsite during construction. Concrete Detergents Paints Tar Soil Stabilization Additives Fertilizers Petroleum Based Additives Cleaning Solvents Wood Solids and Construction Wastes Pesticides Plaster Asphalt Antifreeze Coolant Gasoline/Diesel Fuels/Kerosene Hydraulic oilMuid Glue Adhesive Curing Compounds Waste from construction equipment washing Material Management Practices: The following is a list of material management practices that will be used onsite to minimize the risk of spills or other accidental exposure of materials and substances to storm water runoff. Good Housekeeping An effortwill be made to store onsite only enough products required to complete the job. All materials stored onsite will be kept in a neat, orderly manner and in their appropriate containers. If possible products shall be kept under a roof or other enclosure. Material will be kept in their original containers with the originals manufacture's label. Substances will not be mixed with one another unless recommended by the manufacture. Whenever possible, all of a product will be used up before disposing of the container. Manufacture's recommendations for proper use and disposal will be followed. The job site superintendent will be responsible for daily inspection to ensure proper use and disposal of materials. Hazardous Products Products will be kept in their original containers with the original manufacture's label The original labels and material safety data will be kept for each of the materials as they contain important product information. Disposal of any excess product will be done in a manner that follows all manufacture's methods for proper disposal. Product Specific Practices: The following is a list of potential sources of pollution and specific practices to reduce pollutants discharge from materials or sources expected to be present onsite during construction. Petroleum Storage Tanks e g All onsite vehicles shall be inspected and monitored for leaks and receive preventative maintenance to reduce the change of leakage. Steps will be taken by the contractor to eliminate contaminates from storage tanks from entering ground soil. Any e between the tank and the round. petroleum storage tanks kept onsite will be located with an impervious surface g Fertilizers Fertilizers shall be applied in minimal amounts as recommended by the manufacture. It shall be worked into the soil as to minimize the contact with storm water discharge. 3. Paints, Pain Solvents and Cleaning Solvents • Excess paints and solvents shall not be discharged into the storm sewer system. The contractor shall refer to the manufacture's instructions and federal regulations on the proper disposal techniques. 4. Concrete Wastes • Concrete trucks will be allowed to washout or discharge excess concrete in specifically designated areas which will be required to minimize contact between the concrete and storm water discharge from the site. • The hardened product form the concrete washout areas will be disposed of as other non -hazardous waste materials or may be broken up and used on the site for other appropriate uses. 5. Solid and Construction Wastes • All trash and construction debris shall be deposited in a dumpster that will be emptied as necessary. No construction waste material will be buried on site. The dumpsters must be put in a location where the contact with storm water discharge is minimized. 6. Sanitary Wastes • A portable restroom facility shall be located onsite at all times unless an approved equal is allowed. Wastes shall be collected and disposed of in a complete compliance with local, state and federal regulations. This facility shall be located in an area where contact with storm water discharge is minimal. 7. Rural Agricultural Activities • Runoff form agricultural land use can potentially contain chemicals including herbicides, pesticides, fungicides and fertilizers. A. Spill Prevention and Response Procedures The contractor is responsible for training all personnel in the proper handling and cleanup of spilled materials. No spilled hazardous materials or wastes will be allowed to come into contact with storm water discharges. If contact does occur, the storm water discharge will be contained onsite until appropriate measures in compliance with all federal, state, and local regulations are followed to dispose of the hazardous substance. The following practices will be followed for spill preventions and cleanup: 1. In addition to the good housekeeping and material management practices discussed in the previous sections of the plan, the following practices will be done to minimize the potential for hazardous material spill and to reduce the risk of the spill coming in contact with storm water. • Manufacturer's recommended methods for spill cleanup will be clearly posted and site personnel will be trained regarding these procedures and the location of the information and cleanup supplies. • Materials and Equipment necessary for spill control, containment and cleanup will be provided on sire in a material storage area. Equipment and materials will include but not be limited to brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers. 2. In event of a spill the following procedures will be followed: • All spills will be cleaned up immediately after discovery. • The spill area will be kept well ventilated and personnel will wear appropriated protective clothing to prevent injury with the hazardous substance. • Spill of toxic or hazardous material will be reported to the appropriate state or local governmental agency and to the project manager and engineer, regardless of the size of spill. Spills of amounts that exceed reportable quantities of certain substance specifically mentioned in federal regulations must be immediately reported to the EPA and any other governmental agencies. • If the spill exceeds a reportable quantity, the SWPPP must be modified within 14 days after the spill and a written description • of events must be included. The modification shall include: a description of the release; the date of the release; and • explanation of why the spill happened; a description of procedure to prevent future spills and/or release from happening; and a • description of response procedures should a spill or release occur again. • The site superintendent will be responsible for the day-to-day site operations and will be the spill prevention cleanup • coordinator. He or she will designate at least three other sire personnel who will receive spill preventions and cleanup training. • These individuals will each become responsible for a particular phase of prevention and cleanup. The names of these • individuals will be posted in the material storage area and in the office trailer. 6. Non -Storm Discharge The following is a list of non -storm water discharges allowed by the Iowa Department of Natural Resources and may occur at the job site under the condition that no pollutants will be allowed to come into contract with the water prior to or after its discharged from the site. 1. Water from the fire fighting activities and fire hydrants flushings. 2. Water used to clean vehicles. 3. Portable water sources including water main flushings, irrigation drainage and routine building wash downs excluding detergents. 4. Air conditioning condensation. 5. Foundation or footing drains where flows have been exposed to solvents 6. Pavement wash waters where spill or leaks or hazardous material has no occurred. An initial Storm Water Pollution Prevention Plan (SWPPP) will be provided to the contractor at the start of construction. A copy of this plan is available for review during normal business hours. This plan is provided as a reference only and is not intended to direct or specify the storm water pollution prevention requirements for this project. The contractor shall be solely responsible for: 1. The implementation, administration, and monitoring of the initial plan. 2. Marking modifications to the initial plan as needed 3. Compliance with all NPDES or storm water discharge statutes, rules, regulations, or ordinance applicable to the site. X Abundant PLAYSCAPES Abundant playecapes, Inc. Canasta, AmNbcU Iavn City, IA O Hawks Design co O N Q. (U U) co O c wool nd r �n '7 t q o a 0- a D tC m Q L a O . r C 0 �+ •O rn I;n Y A, L (L 0 > U o U O Z 0 4=0 U) Sheet Number Am05 GENERAL NOTES: 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS AND DETAILS PROVIDED WITH THE PROJECT DOCUMENTS. 2. THE LOCATIONS OF UTILITY MAINS, STRUCTURES AND SERVICE CONNECTIONS PLOTTED ON THESE DRAWINGS ARE APPROXIMATE ONLY AND WERE OBTAINED FROM RECORDS MADE AVAILABLE TO HALL & HALL ENGINEERS, INC. THERE MAY BE OTHER EXISTING UTILITY MAINS, STRUCTURES AND SERVICE CONNECTIONS NOT KNOWN TO HALL & HALL, INC. AND NOT SHOWN IN THESE DRAWINGS. THE VERIFICATION AND EXISTENCE OF, AND THE DETERMINATION OF THE EXACT LOCATION OF, UTILITY MAINS, STRUCTURES AND SERVICE CONNECTIONS SHALL BE THE RESPONSIBILITY OF THE CONSTRUCTION CONTRACTOR(S). 3. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATION MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAYBE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION SHALL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. CONTRACTOR SHALL CALL IOWA ONE CALL FOR UTILITY LOCATES AT (800) 292-8989. 4. NOTIFY UTILITY COMPANIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN CONSTRUCTION LIMITS OF THE SCHEDULE PRIOR TO EACH STAGE OF CONSTRUCTION. 5. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL UNCOVER EXISTING UTILITIES AT CRITICAL LOCATIONS TO VERIFY EXACT HORIZONTAL AND VERTICAL LOCATION. 6. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE -CALL 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND HOLIDAYS. 7. REPLACE ANY PROPERTY MONUMENTS REMOVED OR DESTROYED BY CONSTRUCTION. MONUMENTS SHALL BE SET BY A LAND SURVEYOR REGISTERED TO PRACTICE IN THE STATE OF IOWA AT THE CONTRACTOR'S EXPENSE. B. ALL UTILITY WORK TO BE COORDINATED WITH THE APPROPRIATE COMPANIES PRIOR TO START OF CONSTRUCTION. 9. EXISTING FACILITIES (CURBS, PAVEMENT, UTILITIES, ETC.) THAT ARE TO REMAIN AND ARE DAMAGED BY THE CONTRACTOR SHALL BE REPAIRED OR REPLACED BY THE CONTRACTOR AT NO ADDITIONAL EXPENSE TO THE OWNER. SITE PREPARATION NOTES: 1. PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL (EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH IS NOT DESIRABLE TO BE INCORPORATED INTO THE WORK. DISPOSAL SITES MUST BE APPROVED BY THE ENGINEER. OFF-SITE DISPOSAL SHALL BE IN ACCORDANCE WITH THE APPLICABLE GOVERNMENTAL REGULATIONS. 2. SAWCUT EDGES OF PAVEMENT FULL DEPTH PRIOR TO REMOVAL TO PREVENT DAMAGE TO ADJACENT SLABS AND FIXTURES. GRADING NOTES: 1. GRADING PER SUDAS DIVISION 2. 2. FILLS PLACED BELOW LAWN AREAS SHALL BE COMPACTED TO 90% OF MATERIALS MAXIMUM STANDARD PROCTOR DRY DENSITY (ASTM D698). 3. FILLS PLACED UNDER PARKING PAVEMENT AND TRAILS AREAS SHALL BE COMPACTED TO 98% STANDARD PROCTOR DRY DENSITY (ASTM Di WITH EXCEPTION OF POROUS PAVEMENT AND SHALL BE FREE OF ORGANIC MATTER, DEBRIS, AND OTHER DELETRIOUS MATERIAL. 4. ALL FILL MATERIAL SHALL BE REVIEWED AND APPROVED BY THE CITY'S REPRESENTATIVE OR ENGINEER OF RECORD. 5. COORDINATE CLEARING AND GRUBBING LIMITS, DEBRIS STOCKPILE LOCATIONS AND DEBRIS DISPOSAL WITH PROJECT LANDSCAPE ARCHITECT. EROSION CONTROL Ni 1. ALL EROSION AND SEDIMENT CONTROL MEASURES SHALL BE INSTALLED AND MAINTAINED PER SUDAS STANDARD DETAILS/SPECIFICATIONS AND AS DEEMED NECESSARY BY THE JURISDICTIONAL ENGINEER. CONTRACTOR SHALL BE PREPARED TO INSTALL ADDITIONAL MEASURES OTHER THAN THOSE SHOWN ON THE SITE PLAN IF SITE CONDITIONS WARRANT. 2. ALL WORK TO BE IN COMPLIANCE WITH THE STORM WATER POLLUTION PREVENTION PLAN (SWPPP) AND IOWA DEPARTMENT OF NATURAL RESOURCES (IDNR) GENERAL PERMIT NO. 2. 3. EXISTING FIELD TILE LINES ENCOUNTERED IN THIS PROJECT SHALL BE REPAIRED BY THE CONTRACTOR IN ONE OF THE FOLLOWING WAYS: 3.A. CONNECT TILE TO THE NEAREST STORM SEWER. 3.B. DAYLIGHT TO FINISHED GROUND. 3.C. REPAIR TILE AND MAINTAIN SERVICE. THE CONTRACTOR SHALL NOTIFY THE ENGINEER AND IF A TILE IS ENCOUNTERED AND SHALL INDICATE THE METHOD OF RESOLVING THE CONFLICT. THE ENGINEER SHALL APPROVE THE PROPOSED METHOD PRIOR TO CONSTRUCTION. THE LOCATION OF THE FIELD TILE SHALL BE RECORDED ON THE CONSTRUCTION RECORD DOCUMENTS. 4. ALL OPEN EXCAVATIONS SHALL BE PROTECTED. PAVEMENT GENERAL NOTES: 1. ALL SLOPES IN PAVEMENT SHALL BE UNIFORM TO AVOID PONDING. 2. COMPACT SUBGRADE BENEATH PAVEMENTS IN ACCORDANCE WITH GRADING NOTES. PCC PAVEMENT NOTES: 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF PCC PAVEMENT SHALL BE ACCORDING TO STATE URBAN DESIGN AND SPECIFICATIONS (SUDAS) SECTION 7010. 2. MINIMUM 28 -DAY COMPRESSIVE STRENGTH FOR CONCRETE USED FOR PAVEMENTS SHALL BE 4000 PSI. CONCRETE SHALL BE C-3 OR C-4 WITH TYPE 1 CEMENT. AIR CONTENT SHALL BE 6-1/2% t 1.57L LIMESTONE AGGREGATE SHALL BE 1-1/2" MAXIMUM SIZE. AIR ENTRAINMENT ADMIXTURES AND WATER REDUCING ADMIXTURES SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4103. DURABILITY FOR PORTLAND CEMENT CONCRETE SHALL BE CLASS 2. 3. ALL CURBS SHALL BE 6" CURBS PER SUDAS DETAIL PV -102 UNLESS STATED OTHERWISE. SIDEWALK NOTES: 1. SIDEWALK RAMPS TO BE CONSTRUCTED PER SUDAS DIVISION 7. 2. TRUNCATED DOMES SHALL BE CAST IRON (PAINTED BRICK RED). INSTALL PER MANUFACTURER'S RECOMMENDATIONS. SEE SUDAS DETAIL 7030.205 DETAILS. 3. USE AN 'ED' JOINT WHEN CONNECTING TO EXISTING SIDEWALK WITHIN RIGHT-OF-WAY. STANDARD HMA PAVEMENT NOTES: 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF HMA SHALL BE ACCORDING TO STATE URBAN DESIGN AND SPECIFICATIONS (SUDAS) SECTION 7030. POROUS f1MA PAVEMENT NOTES: 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF POROUS HMA SHALL BE ACCORDING TO THE PROJECT MANUAL. 5UKFACE RESTORATION NOTES: 1. ALL DISTURBED AREAS NOT PAVED OR HARD SURFACE ON THE SITE SHALL RECEIVE MINIMUM 6" TOPSOIL. SCARIFY AREAS TO RECEIVE TOPSOIL TO A DEPTH OF 3". REMOVE ALL STONES, WOOD AND OTHER DEBRIS LARGER THAN 2" FROM AREAS TO RECEIVE TOPSOIL. DO NOT COMPACT TOPSOIL. 2. ALL DISTURBED AREAS SHALL BE SEEDED, FERTILIZED AND MULCHED IN ACCORDANCE WITH SUDAS SECTION 9010. PAVEMENT MARKING NOTES: 1. PAVEMENT MARKINGS TO BE IN COMPLIANCE WITH THE CURRENT MUTCD (MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES). 2. PAINT PARKING STRIPING AND SIDEWALK CURBS PER LOCAL REQUIREMENTS WHERE SHOWN ON PLANS. 3. PAINT TRAFFIC DIRECTION ARROWS, HANDICAP SYMBOLS AND FACE OF LIGHT POLE BASES "TRAFFIC WHITE" PER LOCAL REQUIREMENTS WHERE SHOWN ON PLANS. 4. PAVEMENT MARKINGS SHALL BE ONLY FAST DRY TRAFFIC LANE MARKING PAINT CONFORMING TO IOWA DOT STANDARD SPECIFICATION FOR HIGHWAY AND BRIDGE CONSTRUCTION, LATEST EDITION, SECTION 4183.03. 5. APPLY PAINT AT MANUFACTURER'S RECOMMENDED RATES IN TWO SEPARATE COATS FOR ALL PAVEMENT MARKINGS. ALL STRIPES ARE 4 INCHES WIDE UNLESS OTHERWISE INDICATED. HANDICAP SYMBOLS SHALL CONFORM TO APPLICABLE ADA REGULATIONS. IOWA CONTRACTOR SHALL VERIFY DEPTH AND LOCATION ONE -CALL OOR F CONSTRUCTION ACTIVITIES. TILITIES D ACTIVITIES.CARETURES RI SHOULD BE 800/292-8989 TAKEN TO PROTECT ALL EXISTING STRUCTURES AND TOLL-� UNDERGROUND FACILITIES. CALL- BEFORE- YOU- DIG EXISTING WALK 'ED' JOINT REQUIRED WHEN CONNECTING TO EXISTING SLAB NOTES: LONGITUDINAL SLOPE 5% MAXIMUM (TYP.) SAW OR CREASE WITH 1/2" GROOVER �,, 4"J SEE NOTE 1 SLOPE 1/4" PER FT. MIN. (TYPICAL MAX WHEN CROSSING DRIVEWAY) 1/2" PER FT. MAX. SLOPE \1/4" PER FT. (MIN.) 1/2" PER FT. (TYP.) 1" PER FT (MAX.) \\\\ SEE \ E\ \ \ \ \ TYPICAL CROSS SECTION TYPICAL SIDEWALK 1. TYPICAL SIDEWALK SHALL BE 4" THICK. SIDEWALK THROUGH DRIVEWAYS SHALL BE 5" THICK, OR THE DRIVEWAY THICKNESS, WHICHEVER IS GREATER. 2. 1/2" EXPANSION MATERIAL REQUIRED AT PROPERTY LINE AND DRIVEWAYS AND EACH 75 FT. INCREMENT ALONG LENGTH OF SIDEWALK. 3. SIDEWALK CROSSING DRIVEWAY MAY HAVE A MAX. 4% CROSS SLOPE AS APPROVED WHERE GRADE RESTRICTIONS EXIST. NORMAL SIDEWALK CROSS -SLOPE SHALL TRANSITION TO SPECIAL SLOPE WITHIN 16 -FOOT LENGTH. 4. MATCH WIDTH OF ADJACENT SIDEWALKS TYPICAL SIDEWALK DETAIL f 4 NOT TO SCALE C.01 4" WIDE YELLOW STRIPES (TYP)---:_ D ACCESS AISLE M 8' -0 -(MIN) 8'-0"(MIN) 8'-0" (MIN) VAN ACCESSIBLE SPACE (LIFT AT RIGHT SIDE) HANDICAPPED PARKING SPACE STRIPING � 3 NOT TO SCALE C.01 6 4"(TYP) -PAINT 'TRAFFIC YELLOW I' o gn C-) 23' o' tt NOTE: SYMBOL TO BE CENTERED IN PARKING SPACE AND ORIENTED AS ILLUSTRATED ON PLANS. HANDICAPPED PARKING SYMBOL f 2 NOT TO SCALE RESERVE -- R7-8 HANDICAPPED PARKING PARKING SIGN 0 - VAN ACCESSIBLE PLAQUE VIN ACQflBE " 2 1/2" OD STEEL POST FILLED WITH CONCRETE CONCRETE BASE WITH CHAMFERED EDGE r CONCRETE SIDEWALK PAVING .I I I-II I�\-1I I �-111J I I-� �- CONCRETE FOOTING 10" NOTE: INSTALL SIGNS 1' BEHIND THE BACK OF CURB AT THE CENTER OF THE HANDICAPPED PARKING SPACES. COORDINATE WITH OWNER. C.01 ACCESSIBLE PARKING SIGN � 1 NOT TO SCALE C.01 Abundant Playscapes, Inc State of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC ul Ei eA,chltK1ure-Slee Pgnn,, I 2E a W 0 CD N W In W d LU 0 co Sheet Number III-III- i 1=,111 M CONCRETE FOOTING 10" NOTE: INSTALL SIGNS 1' BEHIND THE BACK OF CURB AT THE CENTER OF THE HANDICAPPED PARKING SPACES. COORDINATE WITH OWNER. C.01 ACCESSIBLE PARKING SIGN � 1 NOT TO SCALE C.01 Abundant Playscapes, Inc State of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC ul Ei eA,chltK1ure-Slee Pgnn,, I 2E a W 0 CD N W In W d LU 0 co Sheet Number 4 UTILITY LEGEND EXISTING Curve PROPOSED (SS8) SANITARY SEWER W/SIZE _SS8 (STI 5) STORM SEWER W/SIZE -ST18 - - SUBDRAIN - - (FM6) FORCE MAIN W/SIZE FM6 (W8) WATER MAIN W/SIZE W12 - - - -(G)- - - -(G) GAS - - - -G- - - -G- - - - - (S)- - - - (S)- STEAM - - -S- - - -S- - - -- (OHE)- - --(OHE)- ELECTRIC -OVERHEAD - - - -OHE- - - -OHE- - - - - (E) - - - - (E) - ELECTRIC -UNDERGROUND - - - -E - - - - E - - - - - (C)- - - - (C)- CABLE TV -UNDERGROUND - - - - C - - - - C - - - - -(OHC)- - - -(OHC)- CABLE TV -OVERHEAD - - - -OHC - - - -OHC - - - --(OHT)- - -- (OH T)- TELEPHONE -OVERHEAD - - - -OHT- - - -CHIT - - - - - (F) - - - - (F) - FIBER OPTIC -UNDERGROUND - - - - F - - - - F - - - - - (OHF) - - - -(OHF)- FIBER OPTIC -OVERHEAD - - - -OHF- - - -OHF- - - - -(T)- - - -(T)- TELEPHONE -UNDERGROUND - - - - T - - - - T - // FENCE LINE Curve Table: Alignments �>--c>--tr-<>--c>--<>--<>--c>-- SILT FENCE --t�-C>--<�--<�--<>--<>--��--« (FP) FLOODPLAIN LIMITS FP (FW) FLOODWAY LIMITS FW (CORP) CITY CORPORATION LIMITS CORP - - -$00- - CONTOUR LINE --------800�� T LIGHT POLE W/O MAST } C10 LIGHT POLE W/MAST (11 - S32- 18' 42"E TELEPHONE POLE (2174861.93,616122.27) C11 POWER POLE 63.17 -� GUY ANCHOR -� -0 GUY POLE -0 D7 TELEPHONE PEDESTAL m 8 TELEPHONE MANHOLE O © CABLE TV PEDESTAL Irl ® UTILITY/CONTROL CABINET CED QS SANITARY MANHOLE QS QD STORM MANHOLE Radius ® OR ® GRATE INTAKE ® OR F RA -3 INTAKE rm _1771_ RA -5 INTAKE --r-a- (2174591.35,616650.59) RA-6 INTAKE -� -®- RA -8 INTAKE Chord Direction 79 HORSESHOE CATCH BASIN W/O FLUME g 200.00 HORSESHOE CATCH BASIN W/FLUME �v GAS VALVE D4 50.00 FLARED END SECTION N31' 06' 07"E Q CLEANOUT, STORM OR SANITARY O 0- TRAFFIC SIGNAL W/MAST +� NOTE: THIS IS A STANDARD LEGEND. SOME ITEMS MAY NOT APPEAR ON DRAWINGS. Curve Table: Alignments Curve Radius Length Chord Direction Start Point End Point C1 55.25 36.38 N18' 51' 55"E (2172641.18,614959.43) (2172652.74,614993.24) C2 100.00 22.94 N6' 34' 16"W (2172652.74,615007.83) (2172650.12,615030.56) C3 300.00 85.31 N4' 59' 45"W (2172649.86,615031.67) (2172642.46,615116.37) C4 100.00 61.94 N20- 53' 47"E (2172645.45,615170.75) (2172667.19,615227.70) C5 100.00 66.91 N53' 19' 17"E (2172737.31,615331.05) (2172789.97,615370.27) C6 100.00 31.62 N63' 25' 49"E (2172884.15,615399.99) (2172912.31,615414.07) C7 100.00 61.25 N71' 55' 10"E (2173017.97,615489.80) (2173075.29,615508.51) Curve Table: Alignments Curve Radius Length Chord Direction Start Point End Point C8 11.18 16.66 S51' 51' 55"E (2174793.03,616240.51) (2174804.96,616231.15) C9 30.30 33.93 S41- 14' 14"E (2174811.05,616193.38) (2174832.26,616169.18) C10 42.00 60.64 S32- 18' 42"E (2174832.26,616169.18) (2174861.93,616122.27) C11 42.00 63.17 S34' 02' 12"E (2174861.93,616122.27) (2174894.05,616074.71) C12 30.00 68.86 S11' 22' 13'E (2174894.05,616074.71) (2174904.84,616021.08) C13 48.00 92.43 N70' 27' 00"W (2174875.85,616000.31) (2174801.60,616026.68) C14 42.00 73.65 N34' 57' 12"E (2174793.42,616056.59) (2174830. 42,616109.52) Curve Table: Alignments Curve Radius Length Chord Direction Start Point End Point C15 150.00 175.31 N40' 39' 36"E (2174483.51,616525.04) (2174591.35,616650.59) Curve Table: Alignments Curve Radius Length Chord Direction Start Point End Point C16 200.00 43.55 N13' 48' 19"W (2174576.54,616888.31) (2174566.17,616930.52) C17 50.00 67.49 N31' 06' 07"E (2174561.53,616965.43) (2174593.80,617018.93) C18 500.00 66.69 N73' 35' 30"E (2174632.81,617033.31) (2174696.74,617052.13) C19 300.00 74.72 N70' 16' 39"E (2174719.88,617057.30) (2174790.04,617082.45) C20 50.00 54.69 S85' 31' 12"E (2174876.90,617126.44) (2174928.75,617122.37) URVE TABLE: NOT TO SCALE IOWA CONTRACTOR SHALL VERIFY DEPTH AND LOCATION ONE -CALL OF ALL EXISTING UTD STRUCTURES RI TO CONSTRUCTION ACTIVITIES. CARESHOULDBE 800292-8989 TAKEN TO PROTECT ALL EXISTING STRUCTURES AND �=-`"`r UNDERGROUND FACILITIES. CALL- BEFORE- YOU- DIG UTILITY LEGEND (CONTINUED) EXISTING OO �BM q�ps6 Y -0-cm SURVEY LEGEND PLANT LEGEND EXISTING SET --- REBAR W/CAP NO. ---- SET PK NAIL FOUND SURVEY MONUMENT AS NOTED FOUND RIGHT OF WAY RAIL SECTION CORNER SET AS NOTED SECTION CORNER FOUND AS NOTED CUT "X" IN CONCRETE RECORDED AS EASEMENT LINE PLAT OR SURVEY BOUNDARY PLAT LOT LINE CENTERLINE SECTION LINE 1/4 SECTION LINE 1/4-1/4 SECTION LINE EXISTING LOT LINE BUILDING SETBACK LINE PROPOSED BOLLARD O• BENCHMARKBM Registered Landscape Architect STREET SIGN No. 00581 WELL SOIL BORING ZIsB FIRE HYDRANT Hawks Design, LLC WATER VALVE D4 WATER SHUTOFF WATER BLOWOFF (81 SURVEY CONTROL MONUMENT AS NOTED SET --- REBAR W/CAP NO. ---- SET PK NAIL FOUND SURVEY MONUMENT AS NOTED FOUND RIGHT OF WAY RAIL SECTION CORNER SET AS NOTED SECTION CORNER FOUND AS NOTED CUT "X" IN CONCRETE RECORDED AS EASEMENT LINE PLAT OR SURVEY BOUNDARY PLAT LOT LINE CENTERLINE SECTION LINE 1/4 SECTION LINE 1/4-1/4 SECTION LINE EXISTING LOT LINE BUILDING SETBACK LINE LEGEND NOT TO SCALE 4 4% 1 POROUS HMA PAVEMENT PER SPEC 2" SURFACE COARSE AND 4" BASE COARSE MODIFIED GRANULAR SUBBASE ON TOP OF STONE RECHARGE BED FOR WORKING SURFACE STONE RECHARGE BED: DEPTH W/9" MIN MODIFIED GRANULAR SUBBASE FURNISH AND INSTALL ENGINEERING GEOTEXTILE FABRIC UNDER STONE RECHARGE BED AND AROUND PERFORATED HDPE SUBDRAIN/STORM SEWER TRENCH UNCOMPACTED SUBGRADE (ONLY UNDER POROUS PAVEMENT) POROUS HN 2'- 0" 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF POROUS HMA SHALL BE ACCORDING TO THE SECTION 7021 OF THE PROJECT MANUAL. 1-1/2" TYPE A HOT MIX ASPHALT (HMA) 5-1/2" TYPE B. CLASS I HOT MIX ASPHALT (HMA) GRANULAR BASE MATERIAL (SEE NOTES) SCARIFIED & RECOMPACTED SUITABLE SUBGRADE SOIL SUITABLE SUBGRADE SOIL (NATIVE) MINIMUM 10' TO 10.5' PAYMENT WILL BE BASED ON ACTUAL QUANTITIES CONSTRUCTED. PAVEMENT & SUBBASE PER DETAILS 1A/C.02 & 1B/C.02 2% CROSS SLOPE 6\\OPE TRAIL CROSS SECTION DETAIL ( 5 NOT TO SCALE C.02 TOPSOIL BACKFILL IN LANDSCAPE �M AREAS. (IF ADJACENT AREA BEHIND CURB IS TO BE PAVED WITH PCC, PROVIDE A 1/2" EXPANSION JOINT AT BACK OF CURB) EXTEND GEOTEXTILE FABRIC OVER THE GRANULAR MATERIAL AT LEAST TO THE INSIDE EDGE OF THE PCC CURB & GUTTER AS INDICATED PROPOSED DECIDUOUS TREE �••�� CONIFEROUS TREE Registered Landscape Architect DECIDUOUS SHRUB No. 00581 CONIFEROUS SHRUB TREE STUMP TREE LINE DRIP EDGE Hawks Design, LLC LEGEND NOT TO SCALE 4 4% 1 POROUS HMA PAVEMENT PER SPEC 2" SURFACE COARSE AND 4" BASE COARSE MODIFIED GRANULAR SUBBASE ON TOP OF STONE RECHARGE BED FOR WORKING SURFACE STONE RECHARGE BED: DEPTH W/9" MIN MODIFIED GRANULAR SUBBASE FURNISH AND INSTALL ENGINEERING GEOTEXTILE FABRIC UNDER STONE RECHARGE BED AND AROUND PERFORATED HDPE SUBDRAIN/STORM SEWER TRENCH UNCOMPACTED SUBGRADE (ONLY UNDER POROUS PAVEMENT) POROUS HN 2'- 0" 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF POROUS HMA SHALL BE ACCORDING TO THE SECTION 7021 OF THE PROJECT MANUAL. 1-1/2" TYPE A HOT MIX ASPHALT (HMA) 5-1/2" TYPE B. CLASS I HOT MIX ASPHALT (HMA) GRANULAR BASE MATERIAL (SEE NOTES) SCARIFIED & RECOMPACTED SUITABLE SUBGRADE SOIL SUITABLE SUBGRADE SOIL (NATIVE) MINIMUM 10' TO 10.5' PAYMENT WILL BE BASED ON ACTUAL QUANTITIES CONSTRUCTED. PAVEMENT & SUBBASE PER DETAILS 1A/C.02 & 1B/C.02 2% CROSS SLOPE 6\\OPE TRAIL CROSS SECTION DETAIL ( 5 NOT TO SCALE C.02 TOPSOIL BACKFILL IN LANDSCAPE �M AREAS. (IF ADJACENT AREA BEHIND CURB IS TO BE PAVED WITH PCC, PROVIDE A 1/2" EXPANSION JOINT AT BACK OF CURB) EXTEND GEOTEXTILE FABRIC OVER THE GRANULAR MATERIAL AT LEAST TO THE INSIDE EDGE OF THE PCC CURB & GUTTER AS INDICATED POROUS HMA PAVEMENT DETAILS 111 4 NOT TO SCALE C.02 HEAVY-DUTY HMA PAVING NOTES: 1. THIS SECTION SHOWS THE PAVEMENT IN A TYPICAL CUT AREA. WHEN IN A FILL AREA, PLACE COMPACTED ENGINEERED FILL BETWEEN THE GRANULAR BASE LAYER AND THE SCARIFIED & RECOMPACTED SUITABLE SUBGRADE SOIL LAYER. 2. GRANULAR BASE MATERIAL SHALL MEET THE REQUIREMENTS SECTION 4123 (MODIFIED GRANULAR SUBBASE, GRADATION NO. 14) OF THE IOWA DEPARTMENT OF TRANSPORTATION'S STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, LATEST EDITION. TYPICAL HEAVY-DUTY HMA PAVEMENT SECTION � 2 POROUS HMA PAVEMENT PER SPEC 2" SURFACE COARSE AND 3" BASE COARSE MODIFIED GRANULAR SUBBASE ON TOP OF STONE RECHARGE BED FOR WORKING SURFACE STONE RECHARGE BED: DEPTH VARIES W/ 9" MIN RE: NOTE #3 SUBGRADE PREP. PER SUDAS 7030. NOT TO SCALE � C.02 NGINEERING EOTEXTILE FABRIC ALTERNATE T-1 POROUS HMA PAVED TRAIL DETAIL 1B 2" TYPE A HOT MIX ASPHALT (HMA) 4" TYPE B. CLASS I HOT MIX ASPHALT (HMA) SUBGRADE PREP. PER SUDAS 7030. NOT TO SCALE C.02 STANDARD HMA PAVED TRAIL DETAIL ( 1A v / J Q W 13 co41 CD N W m W d W co M Sheet Number NOT TO SCALE C.02 I C.02 Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 DRAINABLE BACKFILL IN SUBDRAIN/STORM SEWER TRENCH Hawks Design, LLC PROPOSED 4" 0 PERFORATED unasrace Amn„ec a -9,e Pwa r, HDPE SUBDRAIN SHOWN FOR TYPICAL SECTION. POROUS HMA PAVEMENT DETAILS 111 4 NOT TO SCALE C.02 HEAVY-DUTY HMA PAVING NOTES: 1. THIS SECTION SHOWS THE PAVEMENT IN A TYPICAL CUT AREA. WHEN IN A FILL AREA, PLACE COMPACTED ENGINEERED FILL BETWEEN THE GRANULAR BASE LAYER AND THE SCARIFIED & RECOMPACTED SUITABLE SUBGRADE SOIL LAYER. 2. GRANULAR BASE MATERIAL SHALL MEET THE REQUIREMENTS SECTION 4123 (MODIFIED GRANULAR SUBBASE, GRADATION NO. 14) OF THE IOWA DEPARTMENT OF TRANSPORTATION'S STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, LATEST EDITION. TYPICAL HEAVY-DUTY HMA PAVEMENT SECTION � 2 POROUS HMA PAVEMENT PER SPEC 2" SURFACE COARSE AND 3" BASE COARSE MODIFIED GRANULAR SUBBASE ON TOP OF STONE RECHARGE BED FOR WORKING SURFACE STONE RECHARGE BED: DEPTH VARIES W/ 9" MIN RE: NOTE #3 SUBGRADE PREP. PER SUDAS 7030. NOT TO SCALE � C.02 NGINEERING EOTEXTILE FABRIC ALTERNATE T-1 POROUS HMA PAVED TRAIL DETAIL 1B 2" TYPE A HOT MIX ASPHALT (HMA) 4" TYPE B. CLASS I HOT MIX ASPHALT (HMA) SUBGRADE PREP. PER SUDAS 7030. NOT TO SCALE C.02 STANDARD HMA PAVED TRAIL DETAIL ( 1A v / J Q W 13 co41 CD N W m W d W co M Sheet Number NOT TO SCALE C.02 I C.02 IOWA RIVER \ \ PC: 2+74.32 PT: 3+36.27 SILT FENCE OR EQUIVALENT (TYP) � 6 GRAPHIC SCALE IN FEET SCALE 1*=40' PLAN FLAG NOTES 680 QPROTECT EXIST. TREE. Q9 SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS AND P.13; COORDINATE BLEND WITH AP AR AT TIME PROJECT LANDSCAPE ARCHITECT C EC E OF INSTALLATION. QO TREES TO BE REMOVED WITHIN GRADING LIMITS. (SEE GENERAL TRAIL NOTE) APIPE CE STA 3+79.66, SKEW 0'. 30 LF OF 12" 11 RCP STORM PIPE (INCLUDES FES). SLOPE=1.007. GRADE AROUND INLET TO PROVIDE SMOOTH TRANSITION. FES: STA 3+79.66, 15.01T FL(N)=643.40. FES: STA 3+79.66. 15.0'RT FL(S)=643.70. GENERAL TRAIL NOTE 1 6+26.82 PT: 64 CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND TREE REMOVALS Im PROPOSED PAVEMENT P-3 HHO D 20 40 8o 00 GRAPHIC SCALE IN FEET -1 SCALE 1e=40' =d I NOTE: EXISTING GRADES SHOWN FROM STA. 6+50 TO 8+00t ARE/ ' / / ' - _ _ -- / SUBJECT TO CHANGE. THIS j j / �{ l AREA TO BE REGRADED/LOWEREDr / IC: 7+88.43 t. / WITH PHASE I PROJECT, BLEND TRANSITIONS TO MEET PREVIOUS / GRADING PROJECT. CONSTRUICT10N LIMITS PYP) C7 / ..... i ........................ {... ..... - .... L.... ... .. ..... _ Point INSTALL STORM INTAKE (SW -512 WITH TYPE 3B I I BASE BID: STANDARD 6" HMA PAVED TRAIL ALTERNATE BID T-1: POROUS 5" HMA PAVED 5 GRATED CASTING) N FL(S)=647.2 I STA 206, 23.4' RT. 615503.035 TRAIL 1 644. RIM= 644.50 Conc Edge 804 615493.623 FL=APPROX. 642.00± (CONTRACTOR TO VERIFY 648.610 r SIDEWALK SEE P -SHE LOCATION AND DEPTH) QNOT 2 USED 648.860 GRADE FROM OUTLET AT 1.50% INSTALL TURF J � f 150 Q6 REINFORCING MAT (TRM) PER SPECIFICATIONS. 4 650.125 Cont Edge 6'x20' CENTERED WITHIN SWALE. Q3 NOT USED 648.990 649.954 Conc Edge 800 615503.701 PIPE CE STA 5+41.53, SKEW 0'. 30 LF OF 12" 618.920 648.850 � Q S FES). SLOPE=1.00%. RCP STORM PIPE (INCLUDES E ) 615514.206 2173123.049 V GRADE AROUND INLET TO PROVIDE SMOOTH 4 GRADE FROM OUTLET AT 1.50%. INSTALL 615524.157 TRANSITION. O TURF REINFORCING MAT (TRM) PER HIGH POINT STA:8+22.04 FES: STA 5+41.53, 15.01T FL(N)=644.09. 615524.122 SPECIFICATIONS. 6'x52'. A.D.=-4.00% FES: STA 5+41.53, 15.0'RT FL(S)=644.39. 680 QPROTECT EXIST. TREE. Q9 SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS AND P.13; COORDINATE BLEND WITH AP AR AT TIME PROJECT LANDSCAPE ARCHITECT C EC E OF INSTALLATION. QO TREES TO BE REMOVED WITHIN GRADING LIMITS. (SEE GENERAL TRAIL NOTE) APIPE CE STA 3+79.66, SKEW 0'. 30 LF OF 12" 11 RCP STORM PIPE (INCLUDES FES). SLOPE=1.007. GRADE AROUND INLET TO PROVIDE SMOOTH TRANSITION. FES: STA 3+79.66, 15.01T FL(N)=643.40. FES: STA 3+79.66. 15.0'RT FL(S)=643.70. GENERAL TRAIL NOTE 1 6+26.82 PT: 64 CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND TREE REMOVALS Im PROPOSED PAVEMENT P-3 HHO D 20 40 8o 00 GRAPHIC SCALE IN FEET -1 SCALE 1e=40' =d I NOTE: EXISTING GRADES SHOWN FROM STA. 6+50 TO 8+00t ARE/ ' / / ' - _ _ -- / SUBJECT TO CHANGE. THIS j j / �{ l AREA TO BE REGRADED/LOWEREDr / IC: 7+88.43 t. / WITH PHASE I PROJECT, BLEND TRANSITIONS TO MEET PREVIOUS / GRADING PROJECT. CONSTRUICT10N LIMITS PYP) C7 / PLAN FLAG NOTES QBASE BID: STANDARD 6" HMA PAVED TRAIL ALTERNATE BID T-1: POROUS 5" HMA PAVED TRAIL 2 NOT USED QNOT USED EXCAVATIONS MADE UNDER POROUS ASPHALT 4 PAVING SHALL BE MADE WITH TRACK MOUNTED EQUIPMENT QNOT USED QNOT USED ..... i ........................ {... ..... - .... L.... ... .. ..... _ Point Table I I / ' II I RIM=654.071 N FL(S)=647.2 I 'FL(E)=t6.812 615503.035 I I ti flY 1 I 1 I Conc Edge 804 615493.623 803 648.610 r SIDEWALK SEE P -SHE 149 SIDEWALK I / 648.860 i J � f 150 141 2173109.942 4 PLAN FLAG NOTES QBASE BID: STANDARD 6" HMA PAVED TRAIL ALTERNATE BID T-1: POROUS 5" HMA PAVED TRAIL 2 NOT USED QNOT USED EXCAVATIONS MADE UNDER POROUS ASPHALT 4 PAVING SHALL BE MADE WITH TRACK MOUNTED EQUIPMENT QNOT USED QNOT USED SEE i/C.10 B a a t � \-RIM=649 EXIST. SAN MH. Q BASE BID: DO NOT DISTURB 7 PARKING LOT ALTERNATE BID: ADJUST EXIST. SAN. MH RIM ELEV. FROM 649.59 TO 649.82. QREMOVE PAVEMENT FOR BASE BID. SURFACE RESTORATIONS SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS 9 AND P.13; COORDINATE BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. AOTREES TO BE REMOVED WITHIN GRADING LIMITS. (SEE GENERAL TRAIL NOTE) AAPARKING LOT ENTRANCE IS BID ALTERNATE P-2 OR P-3 AS SHOWN ON SHEET C.22 148 151 TS) -J 804 1 1 805 PROPOSED PARKING LOT ALTERNATIVE P-2 & P-3 SEE SHEET C.,2,2 4(TS) - L I 1 L Z 0 M i z SIDEWALK NOTE: 0 1, CONNECT TO EXISTING SIDEWALK WITH ,{ TYPE 'ED' JOINT. 2. INSTALL PEDESTRIAN RAMPS PER SODAS WTN CAST IRON (PAINTED BRICK RED) � TRUNCATED DOMES - Eal MANOR DRIVE TERSECTION IMPROVEMENTS / SCALE: 1 "=20' ..... i ........................ {... ..... - .... L.... ... .. ..... _ Point Table I I / ' II I RIM=654.071 N FL(S)=647.2 I 'FL(E)=t6.812 615503.035 FL(N)=646.72 -4b1 .69 I 1 I Conc Edge 804 615493.623 803 648.610 r SIDEWALK 818 149 SEE i/C.10 B a a t � \-RIM=649 EXIST. SAN MH. Q BASE BID: DO NOT DISTURB 7 PARKING LOT ALTERNATE BID: ADJUST EXIST. SAN. MH RIM ELEV. FROM 649.59 TO 649.82. QREMOVE PAVEMENT FOR BASE BID. SURFACE RESTORATIONS SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS 9 AND P.13; COORDINATE BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. AOTREES TO BE REMOVED WITHIN GRADING LIMITS. (SEE GENERAL TRAIL NOTE) AAPARKING LOT ENTRANCE IS BID ALTERNATE P-2 OR P-3 AS SHOWN ON SHEET C.22 148 151 TS) -J 804 1 1 805 PROPOSED PARKING LOT ALTERNATIVE P-2 & P-3 SEE SHEET C.,2,2 4(TS) - L I 1 L Z 0 M i z SIDEWALK NOTE: 0 1, CONNECT TO EXISTING SIDEWALK WITH ,{ TYPE 'ED' JOINT. 2. INSTALL PEDESTRIAN RAMPS PER SODAS WTN CAST IRON (PAINTED BRICK RED) � TRUNCATED DOMES - Eal MANOR DRIVE TERSECTION IMPROVEMENTS / SCALE: 1 "=20' GENERAL TRAIL NOTE Abundant Plays pes, Inc. State of Iowa Registered Landscape Archilec No. 00581 Hawks Design, LLC Landx W My Wre sae Hann:, M CD N L.LI W L1 D_ LLT U) ce) GRIND CURB. INSTALL PEDESTRIAN RAMP PROJECT LANDSCAPE'ARCHITECT "48�HOURS IN^ADVANCE WITH TRUNCATED DOMES PER SHEET C.01. OF BEGINNING TRAIL WORK, LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT NECESSARY T AVOID/MINIMIZE QE S EEXI S 0 INSTALL 6' WIDE PERPENDICULAR PEDESTRIAN DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS RAMP WITH TRUNCATED DOMES. COORDINATION SHALL BE INCIDENTAL TO THE TRAIL /IR PAVING COST. Q CD 4 EXIST. STORM INTAKE. DO NOT DISTURB. LEGENDAl REMOVE AND REPLACE PERPENDICULAR C-)� PEDESTRIAN RAMP WITH TRUNCATED DOMES. ® PAVEMENT REMOVALS Grrr.y EXTEND PROPOSED PAVEMENT TO EXISTING STORM C) � Q6 = iC STRUCTURE. GRIND 3" CHAMFER ON NORTH AND PROPOSED PAVEMENT EAST SIDE OF EXIST. STORM STRUCTURE. PAINT U EDGES WITH YELLOW PAINT. E a E u (a ..... i ........................ {... ..... - .... L.... ... .. ..... _ Point Table 0 Point / Northing Easting N Elevation Full Description 148 615503.035 2173113.940 648.630 650.018 Conc Edge 804 615493.623 2173114.219 648.610 649.870 818 149 615503.084 2173109.938 648.860 650.069 Cont Edge 150 615498.525 2173109.942 PVI STA:052. 650.125 Cont Edge 151 615498.477 2173113.795 648.990 649.954 Conc Edge 800 615503.701 2173122.593 618.920 648.850 615499.176 801 615514.206 2173123.049 V 648.880 615512.251 802 615524.157 2173117.765 O 649.750 HIGH POINT STA:8+22.04 803 615524.122 2173114.045 A.D.=-4.00% 649.780 2173159.206 805 615493.660 2173118.219 826 649.810 2173163.675 806 615503.659 2173118.070 827 649.210 2173173.375 807 615503.622 2173114.070 828 649.290 HIGH POINT ELEV.-646.62 BOB 615514.158 2173117.913 LOW POINT ELEV:646A42 - - 649.240 PVI_ ELEV: 650.61 809 615514,121 2173113.914 LVC: 79.82 649.320 2173164.010 810 615528.062 2173164.4fi6 831 649.970 2173160.097 811 615528.022 2173160.413 832 649.770 2173159.587 812 615504.631 2173178.676 LOW POINT STA:3+04,69 649.500 PVI STA:5+41.53 813 615500.705 2173178.849 649.350 814 615495.471 2173164.816 ^ 648.560 815 615499.263 2173159.194 648.500 GENERAL TRAIL NOTE Abundant Plays pes, Inc. State of Iowa Registered Landscape Archilec No. 00581 Hawks Design, LLC Landx W My Wre sae Hann:, M CD N L.LI W L1 D_ LLT U) ce) GRIND CURB. INSTALL PEDESTRIAN RAMP PROJECT LANDSCAPE'ARCHITECT "48�HOURS IN^ADVANCE WITH TRUNCATED DOMES PER SHEET C.01. OF BEGINNING TRAIL WORK, LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT NECESSARY T AVOID/MINIMIZE QE S EEXI S 0 INSTALL 6' WIDE PERPENDICULAR PEDESTRIAN DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS RAMP WITH TRUNCATED DOMES. COORDINATION SHALL BE INCIDENTAL TO THE TRAIL /IR PAVING COST. Q CD 4 EXIST. STORM INTAKE. DO NOT DISTURB. LEGENDAl REMOVE AND REPLACE PERPENDICULAR C-)� PEDESTRIAN RAMP WITH TRUNCATED DOMES. ® PAVEMENT REMOVALS Grrr.y EXTEND PROPOSED PAVEMENT TO EXISTING STORM C) � Q6 = iC STRUCTURE. GRIND 3" CHAMFER ON NORTH AND PROPOSED PAVEMENT EAST SIDE OF EXIST. STORM STRUCTURE. PAINT U EDGES WITH YELLOW PAINT. E a E u (a _ ..... i ........................ {... ..... - .... L.... ... .. ..... _ HIGH POINT ELEV:652.94 Table 0 Point p Northing Eusling N Elevation Full Description 816 ; 2173153.746 V 648.630 - 817 HIGH POINT STA:0+45.87 2173154.955 a 648.610 O 818 615506.301 2173160.234 L 648.860 O 819 615512.304 2173160.447 ^- PVI STA:052. t0 820 615512.318 2173164.431 N 648.990 821 615506.324 2173164.218 HIGH POINT ELEV:650.23 618.920 822 615499.176 PVI ELEV:65254 Y / 648.600 V 825 615512.251 2173154.759 0 648.660 O 823 HIGH POINT STA:8+22.04 2173163.843 648.730 cC A.D.=-4.00% 615458.550 2173159.206 (0 V 648.730 826 615455.563 2173163.675 N t0 648.980 PVI STA:7+93.50 827 615456.275 2173173.375 K: 19.97 649.540 Y to 828 615452.285 HIGH POINT ELEV.-646.62 V to 649.640 ......... LOW POINT ELEV:646A42 - - 615451.559 PVI_ ELEV: 650.61 Q 10 670 - a t0 LVC: 79.82 615437.193 2173164.010 LOW POINT ELEV:645.34T 649.810 HIGH POINT STk5+39.48 831 615437,134 2173160.097 LOW POINT STA:6+19.75 649.830 A.D.=-4,85% 832 _ 2173159.587 648.930 LOW POINT STA:3+04,69 615451.343 PVI STA:5+41.53 648.980 PVI STA:6+65.85 K: 19.99 ^ p rn� PVI STA:2+38.37 PVI ELEV: 646.66 PVI ELEV:645.69 LVC:97.03 00 all tool PVI ELEV: 644.92 A.D.=-1.36% A.D.=4.64% v n N to 0 A.D.=5.58% K: 20.00 K: 29.99 o n o +to + to K:29.97 LVC: 27.14 1LVC: 139.04 a LVC: 167.09 a a a to _. __ 660 _ _ _ __ __ - _. _. " U _ _... __. _.._ _ _t%1 U> U _.. __ _.. t0 o cD O n n MN '.. MN M.. .......... ....__ }... - _._ _N ^+ to. _.. __ - _ _.. + m to _ _..... _.... ...... _. U> mm ww °0wo '., -: - 4 to to I MM^ ")k .. .. - in v CN 't o1a + to M + to I + to > m r EXIST. UW w + to tD ,� in '� n ^ mGRADE > w -1.00% ,^ _ Ji 6i J --- ---- ;Nj> U> >m >w >m jm -- - --�� o%m w _ ................... 650 _........................._ . _ _ _. w _ L. _ ..... i ........................ {... ..... - .... L.... ... .. ..... _ Point Table 0 Point p Northing Eusling N Elevation Full Description 816 615512.241 2173153.746 V 648.630 Y 817 615506.252 2173154.955 a 648.610 O 818 615506.301 2173160.234 L 648.860 O 819 615512.304 2173160.447 ^- 648.930 t0 820 615512.318 2173164.431 N 648.990 821 615506.324 2173164.218 N 618.920 822 615499.176 2173164.618 Y / 648.600 V 825 615512.251 2173154.759 0 648.660 O 823 615461.071 2173163.843 648.730 cC 824 615458.550 2173159.206 (0 V 648.730 826 615455.563 2173163.675 N t0 648.980 V t0 827 615456.275 2173173.375 a 10 649.540 Y to 828 615452.285 2173173.668 V to 649.640 V t0 829 615451.559 2173163,794 Q 10 648.990 a t0 830 615437.193 2173164.010 1+00 649.810 2+00 831 615437,134 2173160.097 4+00 649.830 5+00 832 615455.119 2173159.587 648.930 833 615451.343 2173159.669 648.980 _ ..... i ........................ {... ..... - .... L.... ... .. ..... _ eO 0 0.58% 0 - o N a PROP. GRADE -- I 3.85 N M ,�. .. V d Y PROPr GRADE ------ O� ^ t0 a M M O O m Y � L M O tD to Ol to m ^- M t0 N Y m ''�^ N a / 0 ? N ^'v O m Y / V ill Y In 0 to O to 0 In cC > _ ..... i ........................ {... ..... - .... L.... ... .. ..... _ O 0.58% 11 g - -0.78% N REGRADED/LOWERED WITH PHASE I PROJECT. BLEND TRANSITIONS TO MEET PREVIOUS GRADING PROJECT, PROP. GRADE -- I 3.85 N M ,�. .. V Ox Y PROPr GRADE ------ ------ ^ t0 a M M O O m Y EXIST. GRADE ._..._ .._ .. ..... i ........................ {... ..... - .... L.... ... .. ..... _ O Z 11 g I NOTE: EXISTING GRADES SHOWN FROM STA. 6+50 TO 8+00t ! ARE SUBJECT TO CHANGE. THIS AREA TO BE S N REGRADED/LOWERED WITH PHASE I PROJECT. BLEND TRANSITIONS TO MEET PREVIOUS GRADING PROJECT, ,A V/ N M ,�. .. _ I Ox Y 6+00 6+50 7+00 7+50 8+00 8+50 9+00 Sheet Number CAO w a_ O N N OCC a N M a) to N Ox Y T N ^ t0 a M M O O m Y O O M M O tD to Ol to m ^- M t0 N Y m 01 O N r! N N10 N - O m N^ V ill Y In a to M to 46 In 16 Y t0 to (0 V Ln 0 to to N t0 iAA W V t0 V 10 a{ t0 Y t0 a 10 t0 Y to a t0 a t0 Y t0 V to O to V t0 V 10 a to s t0 Q 10 O 10 a t0 10 -0+50 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 4+50 5+00 5+50 6+00 6+00 6+50 7+00 7+50 8+00 8+50 9+00 Sheet Number CAO O N N OCC a N M a) to N Ox In t0 n to N n M m N O O O m a Y V to a O V N to to n Y 10 0 t0 10 t0 t0 t0 t0 t0 t0 a7 t0 t0 6+00 6+50 7+00 7+50 8+00 8+50 9+00 Sheet Number CAO e u \\ 0 10 \ 20 00 40\\ \ GRAPHIC SCALE IN FEET \\ SCALE I"=20' 1 \ \ I I � I I \ I I � I I � I � SILT FENCE OR EQUIVALENT \\ - . �..... ■ .. ■ Air PLAN FLAG NOTES QBASE BID: STANDARD 6" HMA PAVING TRAIL ALTERNATE BID T-1: POROUS 5" HMA PAVING TRAIL Q2 TIMBER EDGING, MULCH, AND PLAY EQUIPMENT TO REMAIN. PROTECT DURING CONSTRUCTION. QEXCAVATIONS MADE UNDER PERVIOUS ASPHALT PAVING 3 SHALL BE MADE WITH TRACK MOUNTED EQUIPMENT QSURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS 4 AND P.13; COORDINATE SEED BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. QMATCH EXISTING PAVEMENT, GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND PROPOSED PAVEMENT EXIST. PAVEMENT Abundant Playscapes, Inc. State Of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC LandEape acni�c -S,e Rannrg 1E WSt iw- Ory. ie a «2+5 W J n i two Cn m N i M t` i d to ID i M M i 0 m of ad to N ::rkl — td tri PLAN FLAG NOTES QBASE BID: STANDARD 6" HMA PAVING TRAIL ALTERNATE BID T-1: POROUS 5" HMA PAVING TRAIL Q2 TIMBER EDGING, MULCH, AND PLAY EQUIPMENT TO REMAIN. PROTECT DURING CONSTRUCTION. QEXCAVATIONS MADE UNDER PERVIOUS ASPHALT PAVING 3 SHALL BE MADE WITH TRACK MOUNTED EQUIPMENT QSURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS 4 AND P.13; COORDINATE SEED BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. QMATCH EXISTING PAVEMENT, GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND PROPOSED PAVEMENT EXIST. PAVEMENT Abundant Playscapes, Inc. State Of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC LandEape acni�c -S,e Rannrg 1E WSt iw- Ory. ie a «2+5 W J ep n O to two Cn m N O h M t` m N1 d to ID v N M M 0 m of ad to N ::rkl — td tri tri p t: o of o o 1 v to a v v av vv vv vv vv vv vv to v v tp to to to to to to to to to �C' W to to 'D AD to to to to to ern HIGH POINT ELEV:650.69 3 HIGH POINT STA:4+33.11 Q� t - - PVI STA:4+30.99 4;xz PVI ELEV:651.21 _ _ _ 660 A.D.--9.15X _ _ LOW POINT ELEV:647.902 - _ 660 \V K: 5.00 LOW POINT STA:5+16.56 - LVC:45.77 PVI STA:5+08.77 LOW POINT ELEV:645.788 PVI ELEV:647.98 LOW POINT STA:2+92.51 o do N - A.D.=3.12% PVI STA: 3+13.15 o K: 4.99 PVI ELEV: 645.32 + vri e + LVC:15.57 A.D.1 K: 12.00 wti 00 M to 0 LVC: 78.72 m m > w C5 o co v to fI LAO 0 v to n . Ot Ot v of N N to W E in UM _ + + to _ _. - _ - __ -_ _ _.. __ _. - _.. _.. - __ _.. .......... _..._ __. __ - - __ -. .... __ ^_.. .—. ... ..�._--.._. _.. .... _.. ... N _ — — _ 650 ..._ __ __ _. _. __ M ..... _ _. ,�_ w _ ..... _. — �..�.. — _ _ — _ 4.1 5% ... m . _.. __ w W _.... 65 0 `` _ — _ U --------_1.56% >m U > cr'1 > > 5.00°6 w �� —�All PROP GRA DE / O M w ----- ------ -1.03X --- L --- --- /�� EXIST. --- ------------ /\ CL ----------_ GRADE W *AJ 640 - _ _ - _ _ _ - - 640 ■'�^ , OO 2 ep n O to two Cn m N O h M t` m N1 7 to ID v N M M 0 m of ad to N N n N to td tri tri p t: o of o o 1 v to a v v av vv vv vv vv vv vv to v v tp to to to to to to to to to to to W to to 'D AD to to to to to 0+00 0+50 1+00 1+50 Z+Uu Z+Ou a+uu a+Ou 4+uu 4+vv O+uu O+OU 6+00 a O ++ Ia M CD I LY W m LLI LL] M Sheet Number Col 0 70 -- GRIND CUR MAX 1.12 SLOPE NORMANDY DRIVE 854 SIDEWALK Ni 1. CONNECT TO EXISTING SIDEWALK WITH TYPE 10' JOINT. 2. INSTALL PEDESTRIAN RAMPS PER SODAS B53 WITH CAST IRON (PAINTED BRICK RED) TRUNCATED DOMES. PLAN FLAG NOTES Irn 111 I Ir �/ I/ II 11 II U) ;0 SEEv� �� /� j �v �`v vv \1 IT ENLARGEMENT,---- - / I I `� \ 0 z0 \ 140 1 80 THIS SHEET GRAPHIC\ ALL FEET ------- / \ \\ SCALE \1.7 0. /� 5 7 /- -- / / NORMANDY/f✓ s -I DRIVE I I - T _INSTALL 20'x50' STABILIZED REMOVE CONSTRUCTION ENTRANCE PER TREE -t- r SUDAS DETAIL 9040.20 (TYP) ; J PC: 0+31.6t---- \ \ I ' I 1 9 � \ 4 CONSTRUCTION LIMITSaI \\ (TYP) ------ 1 \ 1 Is /� i •-i I a x l REMOVE 1 1 1 - TREE 4W �O ♦♦ PT: 2+07.12 40 4p 4tj ` - / - - _._♦ . �• \ \ REMOVE EXISTING, FES. EXTEND 1 / `-----� ; ,�� � •� � ---�__ � \ \ 13' AND REIN$TALL:,EE�. EXISTING`LRAIL--�, IN, FL=643.00. GRADE TO�DRA_ / 1 `. '\ _ .;.. •.� \ 1 I \ EXIST. FL=642.85 6.15 ------- PCs 1+2 PT: 1+69.70-� _ 1 11 '''•♦ ,` \,I, /' I -- PC: 2+04.92 841 842 �R -2+9$ 48 .t / I • " O ' / 843 baa \ £a 's £a ,. - ,� `.♦ i - y �� . \ a' " '•r _. "`�. \ �` C17T'000 ♦♦ // FL=640.33 835 - /' \ \ \ _ '7 n --."'_ - -� - .+-r- a 138 945 m .,,.h...-..:. ♦♦ / 1 I � '.: a v`�,p. -� - 836 645''\ - °• rd. „ '' 1 1 MA%;',2 634 ; ��, �' °s• �' ,---ALTERI'll BID T SLOPE (RIND CURB I 11 I EXISTING TRAIL- - I I j ! l EXIST/ ST, INTAKE/ •IV/ I PT: 2+72.41 / c a Point Table - Point If Northing Easing Elevation Full Description 834 616505.548 2174423.662 648.090 mO 842 616495.076 2174404.926 649.100 MATCH EXIST. 835 616501.750 2174418.143 648.550 v It 836 616497.975 2174419.251 648.500 m 837 616498.886 2174423.577 648.140 to m 838 616493.490 2174421.050 648.240 m 839 616489.436 2174416.647 648.390 s a 840 616496.064 2174415.683 648.550 mm 841 616491.622 2174406.653 649.080 MATCH EXIST. 843 616499.969 2174414.722 648.600 844 616511.807 2174411.427 648.700 MATCH EXIST. 845 616512.909 2174415.067 648.670 MATCH EXIST. 846 616511.487 2174454.101 648.090 847 616521.119 2174451.413 648.030 848 616522.821 2174457.405 648.350 849 616532.633 2174454.646 648.720 850 616533.542 2174458.551 648.780 851 616523.934 2174461.321 648.430 852 616514.315 2174464.057 648.480 853 616504.706 2174466.827 648.930 854 616503.597 2174462.922 648.820 855 616513.206 2174460.152 1 648.400 0 70 -- GRIND CUR MAX 1.12 SLOPE NORMANDY DRIVE 854 SIDEWALK Ni 1. CONNECT TO EXISTING SIDEWALK WITH TYPE 10' JOINT. 2. INSTALL PEDESTRIAN RAMPS PER SODAS B53 WITH CAST IRON (PAINTED BRICK RED) TRUNCATED DOMES. PLAN FLAG NOTES Irn 111 I Ir �/ I/ II 11 II U) ;0 SEEv� �� /� j �v �`v vv \1 IT ENLARGEMENT,---- - / I I `� \ 0 z0 \ 140 1 80 THIS SHEET GRAPHIC\ ALL FEET ------- / \ \\ SCALE \1.7 0. /� 5 7 /- -- / / NORMANDY/f✓ s -I DRIVE I I - T _INSTALL 20'x50' STABILIZED REMOVE CONSTRUCTION ENTRANCE PER TREE -t- r SUDAS DETAIL 9040.20 (TYP) ; J PC: 0+31.6t---- \ \ I ' I 1 9 � \ 4 CONSTRUCTION LIMITSaI \\ (TYP) ------ 1 \ 1 Is /� i •-i I a x l REMOVE 1 1 1 - TREE 4W �O ♦♦ PT: 2+07.12 40 4p 4tj ` - / - - _._♦ . �• \ \ REMOVE EXISTING, FES. EXTEND 1 / `-----� ; ,�� � •� � ---�__ � \ \ 13' AND REIN$TALL:,EE�. EXISTING`LRAIL--�, IN, FL=643.00. GRADE TO�DRA_ / 1 `. '\ _ .;.. •.� \ 1 I \ EXIST. FL=642.85 6.15 ------- PCs 1+2 PT: 1+69.70-� _ 1 11 '''•♦ ,` \,I, /' I -- PC: 2+04.92 841 842 �R -2+9$ 48 .t / I • " O ' / 843 baa \ £a 's £a ,. - ,� `.♦ i - y �� . \ a' " '•r _. "`�. \ �` C17T'000 ♦♦ // FL=640.33 835 - /' \ \ \ _ '7 n --."'_ - -� - .+-r- a 138 945 m .,,.h...-..:. ♦♦ / 1 I � '.: a v`�,p. -� - 836 645''\ - °• rd. „ '' 1 1 MA%;',2 634 ; ��, �' °s• �' ,---ALTERI'll BID T SLOPE (RIND CURB I 11 I EXISTING TRAIL- - I I j ! l EXIST/ ST, INTAKE/ •IV/ I PT: 2+72.41 / c a Q1 BASE BID: STANDARD 6" HMA PAVED TRAIL ALTERNATE BID T-1: POROUS 5" HMA PAVED TRAIL QEXISTING PAVING TO BE REMOVED WITH BASE BID OR ALT. BID T-1 SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS 3 PER SUDAS AND P.13; COORDINATE BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. QEXCAVATIONS MADE UNDER POROUS ASPHALT 4 PAVING SHALL BE MADE WITH TRACK MOUNTED EQUIPMENT QGRIND CURB AND INSTALL CURB RAMP WITH TRUNCATED DOMES. Q6 REMOVE AND RECONSTRUCT EXISTING SIDEWALK AND LANDING AS NECESSARY TO MEET ADA GUIDELINES. PROVIDE PERPENDICULAR RAMP WITH TRUNCATED DOMES PER SUDAS DETAILS. THICKENED EDGE TO MATCH STREET PAVEMENT DEPTH, 7 Q REMOVE AND REPLACE PEDESTRIAN RAMP. INSTALL PERPENDICULAR RAMP WITH CAST IRON (PAINTED BRICK RED) TRUNCATED DOMES PER SUDAS. 3+13.98 CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND ,RIM -647.53 r t MAX 1:12 I I l j l �FL(W)=642.13 r 1 r SLOPE GRIND CURBI I / ! FL(S)=640.38 I / / \ FL(N)=(40.33 mO I 846 847 OI OI In 00 A.D.=-2.99% 00 n t0 to a I / A v It s It It 11120.00 / / e m PC: m to m m m m to m LVC: 59.83 m m 0 IO to m s v v a-* V in s a s mm GENERAL TRAIL NOTE mm mm Q1 BASE BID: STANDARD 6" HMA PAVED TRAIL ALTERNATE BID T-1: POROUS 5" HMA PAVED TRAIL QEXISTING PAVING TO BE REMOVED WITH BASE BID OR ALT. BID T-1 SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS 3 PER SUDAS AND P.13; COORDINATE BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. QEXCAVATIONS MADE UNDER POROUS ASPHALT 4 PAVING SHALL BE MADE WITH TRACK MOUNTED EQUIPMENT QGRIND CURB AND INSTALL CURB RAMP WITH TRUNCATED DOMES. Q6 REMOVE AND RECONSTRUCT EXISTING SIDEWALK AND LANDING AS NECESSARY TO MEET ADA GUIDELINES. PROVIDE PERPENDICULAR RAMP WITH TRUNCATED DOMES PER SUDAS DETAILS. THICKENED EDGE TO MATCH STREET PAVEMENT DEPTH, 7 Q REMOVE AND REPLACE PEDESTRIAN RAMP. INSTALL PERPENDICULAR RAMP WITH CAST IRON (PAINTED BRICK RED) TRUNCATED DOMES PER SUDAS. 3+13.98 CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND 0+00 0+50 1+00 BASE BID 1+50 2+00 2+5U PVI STA:0+67.55 N O 670_ n a .PVI--ECEVi649.74 I/7 a 01 mO 670 OI OI In 00 A.D.=-2.99% 00 n t0 to a s v v It s It It 11120.00 s a m to to m to m m m m to m LVC: 59.83 m m 0 IO to m s v v a-* V in s a s mm mm mm mm mm mm mto �m mm + + °va _ ... _ . _ 660 660 0..6i o 0 Ii > m Do PROP, GRADE 650 8p0%1L99%- - - _ - 650 - - _ EXIST. GRADE. - - - -1.00% =0.53% - EXIST. GRADE MATCH MATCH 1 EXIST. EXIST. GRADE GRADE `PROP. GRADE 640 _ 640 - ...... - 630 --Pi- _ - 630 _. 0 8 620 .._ IrIr- ._. _ 620 -' CL V) 0 SCALE: 1"=40'H; 1"=10'V SCALE: 1"=40'H; 1"=10'V X R' IJ a 0+00 0+50 1+00 BASE BID 1+50 2+00 2+5U N O Y n a I(I 01 I/7 a 01 mO O600 0) OI OI In 00 00 06 00 n t0 to a s v v It s It It 14 a s a m to to m to m m m m to m m W10 0+00 0+50 1+00 BASE BID 1+50 2+00 2+5U 0+50 1+00 1+50 Z+UU Z+SU o+UU ALTERNATE BID T-2 00 ALTERNATE BID T-2: (NORTH SHARED USE PATH LOOP - STANDARD HMA) -FL=640.33 PT: 2+72.41-1 PC: 3+13. Ca STR(ICTION_LIMI S (TYP) 0 20 40 60 80 GRAPHIC SCALE IN FEET SCALE 1"=40 DWA RIVER 3+80.67 PC: 5+76.47 PC: 4+04.38 SILT FENCE OR EQUIVALENT (TYP) PT: 4+79.10 I � 1 I e - - - Ma, I r y17 / a �CTg / / r \ : ��"'per ♦' OJ `L +0492 D w A p fTl +69.0- r r t I 1+ .15 r ALTERNATE BID T-2 PLAN FLAG NOTES QBASE BID: NO TRAIL ALTERNATE BID T-2: STANDARD 6" HMA PAVED TRAIL QNOT USED A3SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS AND P.13; COORDINATE BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. QNOT USED Q5 TREES TO BE REMOVED WITHIN GRADING EXTENTS. (SEE GENERAL TRAIL NOTE) r k - -- --- - -- z s4• sx ALTERNATE BID T=2 \t: ' EO:� F�+87.84 EXISTING TRAIL / I / / / / I I I I I I QPIPE qSTA 3+62.24, SKEW 0'. 30 LF OF 12" RCP STORM PIPE (INCLUDES FES). SLOPE=1.00%. GRADE AROUND INLET TO PROVIDE SMOOTH TRANSITION. INSTALL TURF REINFORCING MAT (TRM) PER SPECIFICATIONS. 6'X40, CENTERED ON SWALE. FES: STA 3+62.24, 15.01T FL(N)=642.20. FES: STA 3+62.24, 15.0'RT FL(S)=642.50. GENERAL TRAIL NOTE Abundant Playscapes, Inc. State of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC ta�ascaoe a ce -sae Fia�ninq LU J un 0 W am 0 z a Z a ^J J a Z FM W 0 Z CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WALL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMI E DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND 0 M YO CO40'D Ln mn mO ri vn ri In t0 In 1G to t0 to IO Lo tG In Ito to ID to v It a s a s a s a s e v 1G I/) ID m m W10 m m 0 IO to m s v 0+50 1+00 1+50 Z+UU Z+SU o+UU ALTERNATE BID T-2 00 ALTERNATE BID T-2: (NORTH SHARED USE PATH LOOP - STANDARD HMA) -FL=640.33 PT: 2+72.41-1 PC: 3+13. Ca STR(ICTION_LIMI S (TYP) 0 20 40 60 80 GRAPHIC SCALE IN FEET SCALE 1"=40 DWA RIVER 3+80.67 PC: 5+76.47 PC: 4+04.38 SILT FENCE OR EQUIVALENT (TYP) PT: 4+79.10 I � 1 I e - - - Ma, I r y17 / a �CTg / / r \ : ��"'per ♦' OJ `L +0492 D w A p fTl +69.0- r r t I 1+ .15 r ALTERNATE BID T-2 PLAN FLAG NOTES QBASE BID: NO TRAIL ALTERNATE BID T-2: STANDARD 6" HMA PAVED TRAIL QNOT USED A3SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS AND P.13; COORDINATE BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. QNOT USED Q5 TREES TO BE REMOVED WITHIN GRADING EXTENTS. (SEE GENERAL TRAIL NOTE) r k - -- --- - -- z s4• sx ALTERNATE BID T=2 \t: ' EO:� F�+87.84 EXISTING TRAIL / I / / / / I I I I I I QPIPE qSTA 3+62.24, SKEW 0'. 30 LF OF 12" RCP STORM PIPE (INCLUDES FES). SLOPE=1.00%. GRADE AROUND INLET TO PROVIDE SMOOTH TRANSITION. INSTALL TURF REINFORCING MAT (TRM) PER SPECIFICATIONS. 6'X40, CENTERED ON SWALE. FES: STA 3+62.24, 15.01T FL(N)=642.20. FES: STA 3+62.24, 15.0'RT FL(S)=642.50. GENERAL TRAIL NOTE Abundant Playscapes, Inc. State of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC ta�ascaoe a ce -sae Fia�ninq LU J un 0 W am 0 z a Z a ^J J a Z FM W 0 Z CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WALL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMI E DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND 2+50 3+00 3+50 4+00 4+50 5+00 5+50 6+00 6+50 ALTERNATE BID T-2 7+00 7+50 +T , ZA 0 E W 0 L am E M_ O N W 00 W I- LLI C0 M heet Number 0 m O a n M y 0 In n ILO 0 v O GO IID to tD IN N II'1 to in Wi to t0 IU t0 IO tG t6 1G I/) N Q a s v a a s v v a-* v a a s a s mm mm mm mm mm mm mto �m mm 2+50 3+00 3+50 4+00 4+50 5+00 5+50 6+00 6+50 ALTERNATE BID T-2 7+00 7+50 +T , ZA 0 E W 0 L am E M_ O N W 00 W I- LLI C0 M heet Number DEMOLITION PLAN FLAG NOTES AA TO BE REMOVED 1 PAVEMENT QB EXISTING SIGN TO BE PROTECTED DURING CONSTRUCTION AEXISTING SIGN TO BE REMOVED AND GIVEN TO OWNER APROTECT EXISTING TREE. LANDSCAPE ARCHITECT SHALL PROVIDE TRUNCATED DOMES. BE ONSITE WHEN GRADING AROUND EXISTING TREE AREMOVE SIDEWALK TO NEAREST PANEL SEE ENLARGEMENT, THIS SHEET. DEMOLITION PLAN - BASE BID LEGEND ( 49.87(TS) ) t; SITE IMPROVEMENTS PLAN FLAG NOTES BASE BID: STANDARD 7" HMA PARKING LOT PAVING 5 1 ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING I I I I I I I I ' ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING I I I /I I I W > PROVIDE TRUNCATED DOMES. I : , I Q A I } A _ :R Q 4 ~OfM ] A Yr* Q �' ♦ Z GRIND CURB AND INSTALL 4' WIDE CURB RAMP WITH SURFACE RESTORATIONS, SEED ALL DISTURBED AREAS GRADING;COORDINATE0NSTRUCTION PER SUDAS WITHAND ARCHITECT AT TIME OF INSTALLATION. 4 SEE ENLARGEMENT, THIS SHEET. DEMOLITION PLAN - BASE BID LEGEND ( 49.87(TS) ) t; SITE IMPROVEMENTS PLAN FLAG NOTES GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. EAST PARKING LOT PLAN - BASE BID MATCH EXISTING M 'tA , DRIVE MATCH EXISTING SIDEWALK NOTE - 1. CONNECT TO EXISTING 91 TYPE 'ED' JOINT. 2. INSTALL PEDESTRIAN RAY WITH CAST IRON (PAINTED BRICK RED) \ TRUNCATED DOMES SLOPE BASE BID: STANDARD 7" HMA PARKING LOT PAVING 5 REMOVE AND RECONSTRUCT EXISTING SIDEWALK AND LANDING AS NECESSARY TO MEET ADA GUIDELINES. ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING _,.. ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING ALTERNATE BID P-4: Q PROVIDE TRUNCATED DOMES. QNOT USED A NOT USED �■■r AND INSTALL CAR STOP, TYP. :R SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS AFURNISH - ] WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS Q AND P.13; COORDINATE BLEND WITH PROJECT QLANDSCAPE GRIND CURB AND INSTALL 4' WIDE CURB RAMP WITH SURFACE RESTORATIONS, SEED ALL DISTURBED AREAS GRADING;COORDINATE0NSTRUCTION PER SUDAS WITHAND ARCHITECT AT TIME OF INSTALLATION. 4 TRUNCATED DOMES.Q 0 ALL PAVING FROM BACK OF SIDEWALK TO BACK OF NOT USED ANY DIRECTION. CURB TOWARD STREET SHALL BE 7" PCC. GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. EAST PARKING LOT PLAN - BASE BID MATCH EXISTING M 'tA , DRIVE MATCH EXISTING SIDEWALK NOTE - 1. CONNECT TO EXISTING 91 TYPE 'ED' JOINT. 2. INSTALL PEDESTRIAN RAY WITH CAST IRON (PAINTED BRICK RED) \ TRUNCATED DOMES SLOPE EXISTING SUDAS TYPE 'A' ENTRANCE INTERSECTION ENLARGEMENT - BASE BID SCALE: (1" = 10') Abundant Playscapes, Inc. State of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC Innerape nrcnnenme Sne warming x E U+•r. si io'wi Gy. is .. s.NS C) N LU m LU Ir— a- LU U) M LL) c i i _,.. ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING ALTERNATE BID P-4: Q MAX 1:12 1 CURB , SLOPE H EXISTING �■■r N L :R Q a-' - Z HALF THE SPECIFIED DEPTH TO REDUCE ROOT DAMAGE. Q CD USED SURFACE RESTORATIONS, SEED ALL DISTURBED AREAS GRADING;COORDINATE0NSTRUCTION PER SUDAS WITHAND y 115c-.:1+0 0 MAXIMUM 2X IN NOT USED ANY DIRECTION. EXISTING SUDAS TYPE 'A' ENTRANCE INTERSECTION ENLARGEMENT - BASE BID SCALE: (1" = 10') Abundant Playscapes, Inc. State of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC Innerape nrcnnenme Sne warming x E U+•r. si io'wi Gy. is .. s.NS C) N LU m LU Ir— a- LU U) M SITE IMPROVEMENTS PLAN FLAG NOTES 1 rUmVU3 MMA rgrtININU LU rAVINU I ■CU 1 ®. *•■■ L BID: STANDARD 7" HMA PARKING LOT PAVING Q c i i _,.. ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING ALTERNATE BID P-4: i 06 (EAST PARKING LOT - POROUS PAVEMENT , rn -' INSTEAD OF STANDARD HMA) ' �■■r N L 1• , a-' - SITE IMPROVEMENTS PLAN FLAG NOTES 1 rUmVU3 MMA rgrtININU LU rAVINU I ■CU 1 ®. *•■■ L BID: STANDARD 7" HMA PARKING LOT PAVING Q c i - •� _,.. ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING ALTERNATE BID P-4: i 06 (EAST PARKING LOT - POROUS PAVEMENT , rn -' INSTEAD OF STANDARD HMA) ' �■■r N L �+ a-' - HALF THE SPECIFIED DEPTH TO REDUCE ROOT DAMAGE. CD USED SURFACE RESTORATIONS, SEED ALL DISTURBED AREAS GRADING;COORDINATE0NSTRUCTION PER SUDAS WITHAND y 115c-.:1+0 v� o NOT USED 4- \\ O LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. 2 _> � U E QBASE BID: STANDARD 7" HMA PARKING LOT PAVING Q NOT USED a 0 ALTERNATE BID P-4: POROUS 6" HMA PARKING LOT PAVING O Z 2 EXCAVATIONS MADE UNDER POROUS ASPHALT PAVING SHALLIF BE MADE WITH TRACK MOUNTED EQUIPMENT Q POROUS HMA IS USED; REDUCE THICKNESS OF STONE RECHARGE BED WITHIN 20' RADIUS OF TREE TRUNK TO �+ HALF THE SPECIFIED DEPTH TO REDUCE ROOT DAMAGE. ANOT USED SURFACE RESTORATIONS, SEED ALL DISTURBED AREAS GRADING;COORDINATE0NSTRUCTION PER SUDAS WITHAND NOT USED P.13;6 END WITH PROJECT JEC \\ Q LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. O w S� Number EAST PARKING LOT PLAN =ALTERNATE BID P=4 Ca$ rrn 0 C■20 I PLAN FLAG NOTES W m Point / Northing Easting LEGEND Full Description 855 616513.206 2174460.152 BASE BID STANDARD 7" HMA PARKING LOT PAVING Q INSTALL SIGN AND HANDICAPPED STRIPING PAVEMENT REMOVAL SOUTH 614921.380 2172922.083 656.330 v, AS H 2172928.080 TO N 858 614927.529 HOUSE 656.500 859 PER 1/C.Ot, 2/C.01, AND 3/C.01. ALTERNATE BID P-1: POROUS 6" HMA PARKING LOT PAVING PARKING LOT PLAN EXISTING TREE TO BE REMOVED PROPOSED PAVEMENT I " APCC PAVED SIDEWALK. SEE P -SERIES SHEETS. XXX.XX (GU) = GUTTER ELEVATION ELEVATE WALKWAY, SEE P -SERIES SHEETS XXX.XX (TC) =TOP OF CURB ELEVATION 0 6 10 15 b QEXCAVATIONS MADE UNDER POROUS ASPHALT PAVING SHALL XXX.XX (TS) = TOP OF PAVEMENT SLAB ELEVATION GRAPHIC SCALE IN FEET BE MADE WITH TRACK MOUNTED EQUIPMENT SCALE 1"=10' 5 24" WIDE WHITE PAVEMENT MARKING STOP BAR (INCIDENTAL TO 6A 6ALL PAVING WITHIN RIGHT-OF-WAY SHALL BE 7" PCC PAVEMENT STRIPING) _ _ SODAS TYPE AENTRANCE. - PROPOSED STOP SIGN (FURNISH AND INSTALL BY OWNER) AoSURFACE RESTORATIONS, SEED ALL DISTURBED AREAS14 WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS to zo go 40 Akin Dix. rnnPnIMATI7 PII rNr) WTW PpmrrT GRAPHIC SCALE IN FEET RELOCATED PEDESTRIAN CROSSING SIGN-\ ! // /� ! 1;:.•.. .J•.=..�: �- / i I SIDEWALK NOTE: �'•'""" / / ! f' _ .. / I _ -1• CONNECT TO EXISTING SIDEWALK PATH TYPE 'ED' JOINT. 2. INSTALL PEDESTRIAN RAMPS PER SUDAS / / / / / I / `- •, /. �' v �t Y WITH CAST IRON (PAINTED BRICK RED) TRUNCATED DOMES. IF I i -z 1 - // -65q l i E Pci*4 ALT PAVEMENT (SE7PLAN) - C PAVEMENT WITHIN ROW a% 863 864 rNO CURB 867 ...�� �MATCH 866 EXISTING zr I I, / 868 665 MATCH r \ EXISTING I F>' -a CLASS ALL 6 GRIND CURB CONNECT TO EXISTING PAVEMENT `6" CURB. PEDESTRIAN RAMP WITH 857 MATCH EXIST. CAST IRON (PAINTED TRANSITION FROM 6" BRICK RED) TRUNCATED CURB TO NO CURB AT DOMES PER SUDAS SIDEWALK DETAILS EXIST. CROSSWALK STRIPING WEST PARK ROAD INSTALL PEDESTRIAN RAMP WITH CAST IRON (PAINTED BRICK RED) TRUNCATED DOMES PER SUDAS DETAILS. TC=GU Ld TC=GU w MAX 1:12 SLOPE - U) MATCH '- W EXISTING MATCH EXIST. LL.I 6" CURB J I CkITO/. kl!`C I\�nOl1\/C\�CkITC / 'I SCALE: 1"=10' Abundant Playscapes, Inc State of Iowa Registered Landscape Architec No. 00581 Hawks Design LLC Lands ,k Archil lun suenammnq �)t2F Cc4p, 51 iwu Gb. bye 53ia5 Z Q J am co FO O - ..... - -- EXIST. SIDEWALK -- ..... t - _- _ -.- _ _ ■■ W N'■ , r ■ ■ r ■ ■ ■ r ■ ■ ■ r ■ ■ ■ ■ r Point Table W m Point / Northing Easting Elevotion Full Description 855 616513.206 2174460.152 648.400 ENTRANCE 863 614929.592 2172956.159 657.000 XON o 856 614921.380 2172922.083 656.330 v, 857 614921.551 2172928.080 656.430 858 614927.529 2172927.948 656.500 859 614927.396 2172921.950 656.450 860 614927.264 2172915.951 656.610 861 614921.248 2172916.084 656.650 862 614927.611 2172931.680 656.580 864 614930.117 2172968.045 657.640 865 614925.000 2172968.044 657.460 866 614924.823 2172960.037 656.950 867 614929.759 2172959.928 657.050 868 614921.646 2172931.831 656.480 869 615459.032 2173114.965 649.740 MATCH EXISTING 870 615459.147 2173118.951 649.850 MATCH EXISTING 871 615468.409 2173118.728 649.130 872 615468.237 2173114.699 649.210 873 615471.942 2173114,593 649.210 874 615471.996 2173118.650 649.130 875 615497.400 2173114.289 649.180 876 615497.571 2173118.160 649.100 877 615499.999 2173118.124 649.100 Abundant Playscapes, Inc State of Iowa Registered Landscape Architec No. 00581 Hawks Design LLC Lands ,k Archil lun suenammnq �)t2F Cc4p, 51 iwu Gb. bye 53ia5 Z Q J am co FO O - ..... - -- EXIST. SIDEWALK -- ..... t - _- _ -.- _ _ ■■ W N'■ , r ■ ■ r ■ ■ ■ r ■ ■ ■ r ■ ■ ■ ■ r J W m ' ^ v W a - Z C0 Q ENTRANCE , SEEP SHEETS R FOR SIDEWALKFEES ,i DETAILS m %' ? 1,luum La T I to 0 10 20 90 40 I I a< '--- DAYLIGHT SUBDRAIN.' CAP END WITH RODENT x / I / , GRAPHIC SCALE IN FEET / i� / SCALE 1'=20' I GUARD. l I h � ���� Y�' / I � ✓ - - i x._ 8 3 -----650----'� � s ♦♦ t Y/ �� ♦♦ / ♦`;a^f +; / rr i ♦ / ♦fi,♦rr■si'® „ ■ rer■■■ ■■■■■errs■■ •• 7s UATION ATION j (Q CONSTRUCTION rk ! .� - w j " � /_ /. /. - ■ -L�.. -..... LIMITS (TYP) t '� f; ! ■ ■ ■ ■ ■ ■ ■ ■ ■ ♦ ♦ w� \ !. I I S � � � ■ 656.59(TC) SEE SHEET �\ / r,..♦� 2 ♦ '� ;'•,, 'u%, ., !' _ :i - ,,-:n �� 656.09(GU) j° t■■� C.10 l l °i r A �► �; !� ♦' a ,7 i' X55 �'PC� 1+34.55 •♦ :.. ♦♦�),. ... � "> STANDARD TYPE A-2 ��S GL • � 9 9. 5 �� fy STANDARD TYPE A-2 ,�. ♦ -; !.;� ��It CLEANOUT PER SUDAS •\, • ? ! CLEANOUT PER SUDAS I=h �, p ( ) 4040.232: ay I ;� �� - ♦ 655.98(TS) ' ! 4040.232 `�hh::', /f1�656.08(GU) C �� / I /♦ v� �. - _ 656.08(TS) /,. 655.63 TC C d f / I: <o �. .�., X656.23{'Sj '•. / ?, 1-I I I 655.36�GU� \ 2 a .. i �- I `� a ...... , - !•>,., ;19.0 / 656.75 TC - �\ ` hh „ `�:. ♦ 656.24(TS) ,-,. ! wzf y g.. 5.69 U) 6� 26''. O 13` 656.48�GL 4 }� j! !- .'s. ♦ �� �..,. /! 7..t>-50 TC ♦ � I si" / I I I sj' ;•` .� t'' 06 G0./G G� ♦ �' ,'� 105 LF OF 4" PERFORATED DRAIN f �� / (5 657.15 TC) ,. ■yl • 656.88(TS) TILE WRAPPED IN ENGINEERING 0� ' Q I c' Sri C, ..,...., ♦ I / .: 6 may¢ 66c9 6 TC 656.88�GU) � ,:--"��•` � °y1 - 5.760 >=,7_C41u`t _: ,..... t / FABRIC PER SODAS DETAIL ) " 0 1. ♦ j 4040.231, CASE B. h A R X6.29.` . 6. , U3 O L C •.'?� 2: ? `">` / 655.79?^..''., `.. ! -5 a O SILT FENCE OR EQUIVALENT (TYf 1 I • {' 2" 657.0 A., - IG,..4 • ¢ � 000.r3 TO �h � b56 ., 7.,1 C', 6,,7.E v. / 655.46�GU� / 0 b I I a r :y I 6 ^ Tc' \ W ALTERNATE BID P-1: / 65 ca 0+97.52 .1 X Q2 I / - 51�T 3. R 3 ■ 7._ U • I \ 6 2 TC 65 i N� 657.02(TC) I L 2 = (SOUTH PARKING LOT 657 9/TC 1 '( (S I' 6 \�. 1_ 7.98;75' 657.7G/.0 ' 2 ` '�#♦ �� I .C)F a. 2 GU 56.83' 65 29}GJ 656.75( U) ,0 (, 6 2 POROUS PAVEMENT I _e } 1 1 :-' 657 2 CU ♦ , r 9 • }+ :. •, 1 6 Y♦ ? i I 65 6 5 92(GL/ \ rT�o� 657 1 U�) ... /� 656.66 GU M T_ s .� 6ss.ss(Ts) / 1,' I INSTEAD OF STANDARD s 6 4 c { ■ I 6 0516.75(75) .° X .0 655.83 TC) l L r I■ 6"'•Ld ; ...A .. TITER L r S> ♦' _, HMA 655.56�GU) 6" CU A D 'TER 70%0 r06 s• 6 6.3 657.62 TC p ♦ O . 1655.Ir,6(TS).• r g j PER UDAS AILS 657.65/TC ' ♦ Z '; I I41� PER DAS tAlLS _ { 655...3. G j - _ �� < 657.12�GU; 4`0 1=• I AR UND tSLA>JDS '� 65%. �„ S) �.,,. I A\ ++ f!) I • 22 1 AR UND €SCAN '607. t,{GU) ♦ `.. '� .. .0 W �C /_--- i s: I Ir /-E56.2&'/'.0 �. �'.._ 6,5>O :,,.•.2 *♦ UX 65 -- { }} \ \> 656.32(TC} o, �' 13�-6g> fi� 38fTC I. 655.lB�GU)� x \ 5.0 (GU/ \s0 67.11 - 105 LF OF 4" PERFORATED DRAIN I ♦ \ � - 656.85'"5) 657.111\-S' � _,, , • N> i I ''� ,\• `° 4' � � �! TILE WRAPPED IN ENGINEERING 1 \V " ` DSP CAR 5TOP •♦ \ \ \ R23 �\ 655.68 GU �` - j i" W I GENERAL NOTE: ( ) 1 I d `•:` FABRIC PER SUDAS DETAIL ,. { �\ :655.66(TS) { (5 LOC TI S) .N;:.♦`�_, \,,,,� PROPOSED CONTOURS ..s ( ) END LOW PROFILE CURB AT �, 4040.231, CASE B. - 6'83i `S) IL ` I \ j 65 ' 7/TC X EXISTING DRIVE. ROUND END. > ++ 1 ♦: \ a,r ■ ■ ■ a • ■ ■ • r■ ■ a ■ ..••1 657.b6 S „aero. .�.. 656. GU R N 1 S )I ' . (I � - ARE 1 /2 -FOOT 7 S' 8> 657.�6(GU t t= as ■■■■r■ 657.13 TC O: � V • I +� 656}8 ,S) Faa 657.03(T • ' I 6.26' 656.S3�TC� 657.30(TC) W 'yam ♦♦� •♦ 5.60{ 6 6.8 a7 ( ) .� a,',I /� y\ INTERVALS. `. ( ) iA �I+656.80(GU)v I /f EXISTING CONTOURS ARE I 656.07 Tc t ss7.o3 cu o ♦♦. I { � ♦♦� �\ 1 l/ .:, r� {#F� I/ �n : 655.80�GU;657.66(TC) ♦ ,. ♦ . - + I 1 -FT INTERVALS ; ss7.39(cu p �,- 657,03 TC ♦ J♦ 656.76(TS) ♦ a ` PROTECT ALL TREES DURIN a I 656.0 GU ♦♦ ' • _ CONSTRUCTION UNLESS r 57.30(75) I O 4 STANDARD TYPE ♦ LOW PROFILE CURB (18') AND 657.30 TC) 65 .30(GU) • i' a as `�,: '�r--- -- ---- NOTED FOR REMOVAL 657.0 GU ♦ A-2 CLEANOUT ass.. STANDARD TYPE A-2 GUTTER PER SUDAS DETAILS )� O R > CLEANOUT PER SUDAS AROUND ISLANDS )) - 657.5 TC) 4040.232 '- 57.17(TS) _ - r \ sb&� \ �� (\ ♦♦♦.I , r. 400 2SUDASPER 432 UI - ' ra::x • .a`y.•:2\ _..... .......:tom., ..� =tk"' \ - - \�:a4•' a a. I�� . ♦,.:�.�r"'""' 656 �'... w dr - _....... ...._._ *006 r■4� - - ..... - -- EXIST. SIDEWALK -- ..... t - _- _ -.- _ _ ■■ W N'■ , r ■ ■ r ■ ■ ■ r ■ ■ ■ r ■ ■ ■ ■ r EXIST. SIDEWALK \ 1 __.."`t,> •-..... SEE ENLARGEMENT, THIS SHEET _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ :{, SEE ENLARGEMENT, THIS SHEET 6 INSTALL 20'X50' STABILIZED ENTRANCE _ XON o ...CONSTRUCTION PER SUDAS DETAIL 9040.20 WEST PARK ROAD - WEST PARK ROAD _ _. ,.......... v, .y GENERAL NOTE: ' Y PROPOSED CONTOURS ARE 1/2 -FOOT INTERVALS. - - - - - - - - - - EXISTING CONTOURS ARE 1 -FT - - - - - - I INTERVALS. I I .............I iF� Fz Sheet Number - - - - - - - - - - - - - - - - - - - - a -77 a SOUTH PARKING LOT PLAN = BASE BID (STANDARD HMA) SOUTH PARKING LOT PLAN =ALTERNATE BID P=1 (POROUS HMA) el21 PLAN FLAG NOTES QBASE BID: STANDARD 7" HMA PARKING LOT PAVING ALTERNATE BID P-2: POROUS ASPHALT PARKING LOT PAVING QEXISTING TREE TO BE REMOVED APCC PAVED SIDEWALK. SEE P -SERIES SHEETS. QEXCAVATIONS MADE UNDER POROUS ASPHALT PAVING SHALL 4 BE MADE WITH TRACK MOUNTED EQUIPMENT QS ALL PAVING WITHIN RIGHT-OF-WAY SHALL BE 7" PCC. SIDEWALK CROSS SLOPE SHALL BE A MAXIMUM OF 2.07. SEE DETAIL 1/C.22 FOR ADDITIONAL DETAIL. QSURFACE RESTORATIONS, SEED ALL DISTURBED AREAS 6 WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS AND P.13; COORDINATE BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. GRIND CURB. INSTALL PEDESTRIAN RAMP WITH 7 TRUNCATED DOMES. QREMOVE AND REPLACE PEDESTRIAN RAMP. 8 INSTALL TRUNCATED DOMES PER SUDAS DETAIL. QEXIST. WATER VALVE, DO NOT DISTURB. ADJUST SANITARY SEWER MANHOLE RIM ELEVATION. QROTATE CONE SECTION TO PLACE CASTING TO THE SOUTH AWAY FROM CURB LINE. lO EXISTING RIM=649.59 PROPOSED RIM=649.44 A11 REMOVE SIGN (RIVER IRC CORRIDOR TRAIL WITH ARROW). SALVAGE TO OWNER. A2 EXISTING POWER POLE AND GUY CABLE. DO NOT DISTURB. ADJUST CURB LINE CLEAR OF POWER POLE. QINSTALL 6' WIDE PEDESTRIAN RAMP WITH TRUNCATED DOMES. SEE SHEET C.01 FOR DETAILS. Q¢ EXIST. STORM INTAKE. DO NOT DISTURB. 15 LOW PROFILE CURB AND GUTTER PER SUDAS INSTALL SIGN AND HANDICAPPED STRIPING PER 16 1/C.01, 2/C.01, AND 3/C.01. QCONSTRUCT HANDICAPPED RAMP. SEE P -SERIES 1 SHEETS. 109 LF OF 4" PERFORATED DRAIN TILE WRAPPED IN ENGINEERING FABRIC PER SUDAS DETAIL 4040.231, CASE B. STANDARD TYPE A-2 CLEANOUT PER SUDAS 4040.232 DAYLIGHT SUBDRAIN. CAP END WITH RODENT GUARD. 109 LF OF 4" PERFORATED DRAIN +*+++ TILE WRAPPED IN ENGINEERING ♦oo FABRIC PER SUDAS DETAIL+° 4040.231, CASE B. p®' STANDARD TYPE 4 j A-2 CLEANOUT / STANDARD TYPE A-2 CLEANOUT PER SUDAS 4040.232 GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. LEGEND 10 EXIST. PAVEMENT REMOVAL e PROPOSED PAVEMENT XXX.XX (GU) = GUTTER ELEVATION XXX.XX (TC) = TOP OF CURB ELEVATION 0 IO 20 30 40 GRAPHIC SCALEIN FEET SCALE 1"=20' W ff NORTH PARKING LOT PLAN =ALTERNATE BID P=3 (POROUS HMA) All Q I arl�� 871 Z O 24" WIDE WHITE PAVEMENT MARKING STOP BAR 859 PROPOSED STOP SIGN (FURNISH AND INSTALL BY OWNER) 87D D �CM 0 10 20 30 40 o Table 1. CONNECT i0 EXISTING SIDEWALK WiTN TYPE 'ED' JOINT. � 2. INSTALL PEDESTRIAN RAMPS PER SUDAS WITH CAST IRON (PAINTED BRICK RED) TRUNCATED DOMES M MANOR DR. SEE DETAIL 1/C.10 SCALE: 1"=20' 109 LF OF 4" PERFORATED DRAIN STANDARD TYPE TILE WRAPPED IN ENGINEERING A-2 CLEANOUT FABRIC PER SUDAS DETAIL PER SUDAS 4040.231, CASE B. 4040.232 SEE DETAIL 1, SHEET C.11 FOR ADDITIONAL ELEVATIONS STANDARD TYPE\ ■m'« mus-s+■■Daemon A-2 CLEANOUT ♦o♦� PER SUDAS 1.�♦ 4040.232 +++ DAYLIGHT SUBDRAIN. +o CAP END WITH RODENT GUARD. 109 LF OF 4" PERFORATED DRAIN ----,o•++ yy-y,,,,.""�" TILE WRAPPED IN ENGINEERING FABRIC PER SUDAS DETAIL ++++ 0 4040.231, CASE B. 00 65 man STANDARD ♦ s I / STANDARD TYPE ♦ // A-2 CLEANOUT /♦+ �� PER SUDAS 4040.232 I I I .. I NORTH ASHTON HOUSE PARKING LOT PLAN 0 10 20 30 40 Point Table Point p Northing Eosling = Devotion Full Description 869 615459.032 M 2173114.965 t 649.740 MATCH EXISTING 877 615499.999 r r 2173118.124 649.100 ..♦ a 870 615459.147 2173118.951 a- 649.850 MATCH EXISTING 871 615468.409 Ii 2173118.728 649.130 872 615468.237 2173114.699 WO 649.210 L 873 615471.942 ; 11 2173114.593 W 649.210 DETAIL ON EAST SIDE OF 874 615471.996 NORMANDY DRIVE 2173118.650 3 649.130 875 615497.400 C 2173114.289 MANOR 649.180 _> 876 615497.571 b 2173118.160 1 649.100 STANDARD TYPE\ ■m'« mus-s+■■Daemon A-2 CLEANOUT ♦o♦� PER SUDAS 1.�♦ 4040.232 +++ DAYLIGHT SUBDRAIN. +o CAP END WITH RODENT GUARD. 109 LF OF 4" PERFORATED DRAIN ----,o•++ yy-y,,,,.""�" TILE WRAPPED IN ENGINEERING FABRIC PER SUDAS DETAIL ++++ 0 4040.231, CASE B. 00 65 man STANDARD ♦ s I / STANDARD TYPE ♦ // A-2 CLEANOUT /♦+ �� PER SUDAS 4040.232 I I I .. I NORTH ASHTON HOUSE PARKING LOT PLAN / c / a> r - NORTH PARKING LOT PLAN -ALTERNATE BID P-2 (STANDARD HMA) Abundant Playscapes, Inc. State of Iowa Registered Landscape Architec Na 00581 Hawks Design, LLC Lands pe Arcnteclae-Sire manning 0 10 20 30 40 'W v/ z GRAPHIC SCALE IN FEET ZI 'r = SCALE 1"=20' 1 ■ C,22 ■L M r ■� ■ t � r \ a r r 7 ..♦ a Z H111111III� ^ 'W VJ � T a- � o `i 1N Ii O 00. z WO t,/ L 10 ; 11 SEE SHEET C.10 FOR SIDEWALK W DETAIL ON EAST SIDE OF ,. U NORMANDY DRIVE �u 3 5 C MANOR �U L. _> L.O b 7 DRIVE / c / a> r - NORTH PARKING LOT PLAN -ALTERNATE BID P-2 (STANDARD HMA) Abundant Playscapes, Inc. State of Iowa Registered Landscape Architec Na 00581 Hawks Design, LLC Lands pe Arcnteclae-Sire manning Hj `Y cc o 'W v/ z O� ZI 'r = a. ZH� C,22 ■L M OOW t � =JCO a Cl)V \/ / ~ CL Q Z H111111III� ^ 'W VJ � T a- � o `i 1N Ii O 00. z Hj `Y cc o S"et Number ZI 'r C,22 ■L � t � a O"O L a- � o O WO t,/ L W � U i/i D 3 o C 2 �U L. _> L.O O Z *+ Ha Q Hj `Y cc o S"et Number ZI 'r C,22 ■L i ............--.................................................._ t +00.00....................................... 660 .................................__...,............_. 660 -- ...........................................-.................................._._................._............_...._............_..................._......................................................._................_.....................:656 656 652''.. i .. 1111-.._-.L-1111-....-........-....-....-.........................._................................_....................._:652 648, - _._. --- ............ .. ....; . .......... .......... 648 644........... .144 60 -40 -26 0 20 40 60 0+25.00 660 652._ 652 64860 -40 -20 0 20 40 6648 652 - - 648 1111. 1.111 644 __._........__. 2+50.00 652 648 ... ...... ... ....1111 .......... ... 64060 -46 -20 0 26 46 6 640.1.......111. 40 60 -40 -20 0 20 40 6 2+00.00 652 ................_....................... ,........................... ...................... ,...._........................._................,............ ... 652 ......._ ............. ........J........ ...... ...... ....... ... .... i. ...... . ......................... _._.. ................... a.......................... 1111... ........................ ........... 1+75.00 656;.... ... .... ........ .. _... . _. .... 656 652: ...... _ ....... ..................... ........ _ 111;...................................._-............................ 1111.. 1111 ......... ....... 648;......... .......... ......................._._......._..._......... 1111. -. ......1..1.....11:. .. ..... !648 644: ....... _...... ....... ----- ......... 1.111.,....................................... 1111.. 1111._ 1111. ._ ............ ... .x,644 ........ .. 1111.. ........ 111.1........... .. .. 6406-- -40 ...... -20 ---- 0 20 40 6 40 656: -. 1+77.21 1+34 55 652 648:T- 660-..........._......._..._...._- ..._ ...--r---- ---1111.. 1111.__..... ....__.....;..... ......... ........... .......,.660 656 ......... ..__._.. _........ _. - - - ... 656 652'............. .... _................. --- - - ._- ..... '�_-- -__.. ............ ...... 652 ... ..... _....... .......... 1111!. 6561--- a .656 .656 652': - - --652 648...........- ...- 1.111; _1111. ':,......._. .i 11;11. __. - 1111... _. 1111..... ;1111 648 ......... ......... !,. _... ...... 644; ..... ---..__ _...._i .. ............. 1111 _......... --- ... ___1111.................... ...- ........... .... 644 640................_......__._.._........._........_.._..__............__...._......_....._...........................__ -60 -40 -20 ..............._.........................__..20..... 0 5 40 6040 64060 -40 -20 0 20 40 640 660 ... .................. ......_........._._..................1+33.42...... ....................................,. ...660 656':......... .- .._.... ........... ............111.1 ^+� W ......... ............. 656 652 ....... ................. _ ^, VN/ r--`---�`- 652 _. ............_ 1111 .� /............- _.............. ..... .... V+ 648, ....... . ................ ....... ...... ✓ : ......... .1....1.11.; ... -648 644:......._.........__................._..........._.__.............................................................................................................. T i � .,................................................ 644 64060..............._..............._40..........__.._........_.......-20_..............._.......................0......................................... O 20.. 40...... ............. fi b40 ............--.................................................._ t +00.00....................................... 660 .................................__...,............_. 660 -- ...........................................-.................................._._................._............_...._............_..................._......................................................._................_.....................:656 656 652''.. i .. 1111-.._-.L-1111-....-........-....-....-.........................._................................_....................._:652 648, - _._. --- ............ .. ....; . .......... .......... 648 644........... .144 60 -40 -26 0 20 40 60 0+25.00 660 652._ 652 64860 -40 -20 0 20 40 6648 652 - - 648 1111. 1.111 644 __._........__. 2+50.00 652 648 ... ...... ... ....1111 .......... ... 64060 -46 -20 0 26 46 6 640.1.......111. 40 60 -40 -20 0 20 40 6 2+00.00 652 ................_....................... ,........................... ...................... ,...._........................._................,............ ... 652 ......._ ............. ........J........ ...... ...... ....... ... .... i. ...... . ......................... _._.. ................... a.......................... 1111... ........................ ........... 1+75.00 656;.... ... .... ........ .. _... . _. .... 656 652: ...... _ ....... ..................... ........ _ 111;...................................._-............................ 1111.. 1111 ......... ....... 648;......... .......... ......................._._......._..._......... 1111. -. ......1..1.....11:. .. ..... !648 644: ....... _...... ....... ----- ......... 1.111.,....................................... 1111.. 1111._ 1111. ._ ............ ... .x,644 ........ .. 1111.. ........ 111.1........... .. .. 6406-- -40 ...... -20 ---- 0 20 40 6 40 656: -. 1+77.21 652 652 648:T- -----.._. ...__--- _ _ - -- - 648 644 -- 644, -'-----..----- ---.__�- -644 64060 - _.. 1111..._ _... -- - .-.._.- _40 -20 0 20 -_.. B 40 6040 1+50.00 '� 660, � 660 6561--- a .656 .656 652': - - --652 CL 648'. � .� 648 ---- _ --- ----- ----- -'----'------- o 644 � - 644 64060 -40 -20 0 20 40 640 1+25.00 644 6644 64060 -40 -20 0 20 - 40 68 40 .................1111_; 63660 -40 -20 _........_ 0 20 40 6 836 652 648 644 3+25.00 652 648 644 640 3+36.27 -648 644 640 j36 -:648 1644 640 6636 652 - - 1_111. - 3+00.00 .......................................................__ ... .:652 648 1111_...... _... _ ......... 1111 .................................................................. .................... 1111 ..........--- .......... ..................... X648 644._.. .................................. .-''644 640 -__........._ ...... ` ... -- ._.__._.........:. ........ ;..._ _... _. . .....__............. .. :.. ....... '640 _.......... ....... ........ ...... ...... . ..... ............. 1111 1111. !.. .........1111....... ........ .. ......... .. 111 1111.. ..__.__...........: .. ............ . 1111 1111.._. ... 63660 -40 -20 0" 20 40 fi�36 644. ... .-i - - - ---- -- --- - --- - - 644 640 ......... ---640 -- ___ 1111.. --:- 1111. g 63660 -40: -20 0 20 40 6036 2+75.00 648 644 640 648 644; 640 63660 2+74.32 652 648 -40 Will 640 -60 - _ -40 . -20 0 ..................... 20 ...................40 .. 6040 652 648 644 4+50.00 _652 -.648 4+61.16 FU ._.- -40 -20 - Q --- 1111-20 40 6636 4+00,00 652 - -. _... - 652 648! --- - - 648 .':.644 640;-_._.- 640 _ _ - - _._ _ 63660 -40 -20 0 20 40 6636 EL' Abundant Playscapes, Inc. State of Iowa Registered Landscape Architec No. 00581 Hawks Design, LLC le dos , n.Wwlure-SAO Planning 1712E eS as Gry � a 3Yln: Cl) z 0 FM V 'W v / J O N LU ED w W 07 M �Q� `. hee,Number :] C"� cia Q '� � � w a CL / � .� 0 L d o � d O L U _ L O 05 ^+� W ■� ^, VN/ L d Cf) LL� rr V+ O O O ' T i � U O 0 z *-a ,i V/ a �Q� `. hee,Number :] C"� cia Q '� Cw30 640 J 40 66 - * - - - -4:-0 ----2�0 ......... ....... . .... ...... 20 40 68 1+50.00 656 .......... - ............ ............ ................................... . ...... ...... ...... ...... ....... 656 652 648 644 1+25.00 656 652 648 644 644 ;844 -60 40 -20 0 20 40 6 644......__.., . ... ....... - ............................................... . ..... . . .. . ............................... . .......... ---- ........................... - .................. .......... j--- ................. 44 60 -40 -20 0 20 40 60 0+50.00 648- 64460 ,656 652 ,648 66 44 644 ... . .............. .. ................. . ... ........ -40 20 .....................- �44 60 ----, 0 20 40 6 652, 648, 644. 64060 0 20 &CM61#101 ........ . . 40 652 648 ------- —2- 0 0 -40 -id 40 640 40 -60 -40 0 26 40 6 5+00.00 ........... ...... ..... 4+75.00 652 648 644'--- 64060 4464066 648 644 -40 WA 644 '66 -20 i L , j.6 6*6 656 652 648 4+25.00 -20 . ...... ....... ....... ........ . ...... . . .. ...... ...... ...... ...... ....... ... ...... ..... .......... .. .................. ................ -40 -20 o 46 ..... ...... ...... ....... ....... .... . ...... ...... ...... .................. 64060 -46 - Abundant Playscapes, Inc. State of Iowa Registered Landscape Archilec No. 00581 1 Hawks Design, LLC LardSeape AMMI - Site Planning 1712 ES we G11 — 11141 00i ,Sheet Number bA. CL C, AW 4) iC,32 Ea. E .,.It U CO 'a) > (1) 0 ao 2 0 Od -Y. AW (D cl) rr 0 40 > E :t - 0 0 z ,Sheet Number bA. C, O""iftw iC,32 640 ......................... - ..................... ................................... 640 60 -46 26 6 20 40 2+50.00 652 648 644, 2+25.00 652 648 644 2+00.00 652 ....... . .. ------ --- - - 652 . . . ...... . . .. ...... .... ....... . .. ...... . .. --------- .. ......... 648 260 -40 -20 - 0 20 40 640 -J40 66 -- ---- -4,6 -0, 20 40 Milli 652 648 644 0+75.00 652 648 644 652: 648: 644 64060 6latilli 4+75.00 648 644 W.M#1 US= .......... -, .......... --- - 640 id 60 -40 -20 0 46 66 652 4+2 . 5.00 - - - - - - - - - — - - - - - -- - - - - - - - -- - - - - - - - - — — - - - - - - — - � : - - - - - - 644; : 644 - - - - - - - - - -- - - - - - - --- - - - - - - - - - 64.0* 40 60 -40 -20 0 40 6 640 ......................... ............----- -- ..... . ...................... .............................................................. .............. .......................:�40 60 -40 -20 0 20 40 is, 644 640 652 648 3+50.00 -652 648 -644 .640 63660 -40 -20 0 20 40 M. 652 r 3+00.00 652 648 644 ...... ...... .......... .... v -- ... ....... ..... .. .......... ...... ....... ....... ...... ...... ....... ;6 -4'0+ +++****** -2'0 .. ... ..... .. 0 '20 *-*+-- ........ .. 652 5+75.00 ............. ........... 652 648, . ........ ......... . . ... ..._'64E 644-11 ............ .............. I 640. 64C 636 �36 60 -40 0 20 6 652: 5+50.00 . "I'll., 11 ....... .... 11 . 652 648 648 652 ..................... 5+2.5.00 . ...... ...... ...... - - - ------ 4. .......... .... .... ...... ...................... . . . . . . . . . . . . . . . . . . . . 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . -46 20 40 652 648 644 440 Abundant Playscapes, Inc State of Iowa Registered Landscape Archii No. 00581 Hawks Design, LLC landscape ',nii - S,ta Mar,, 1113E CaYepn3: lav Gry. i oQ4$ O Number zz:Ubet 0.34 A E.01 ELECTRICAL SITE PLAN - ALTERNATE A SCALE: 1" = 20'-0" 0 10' 20' 30' 50' 100' GENERAL ELECTRICAL SITE NOTES: *Mv ' 51 `� � � �`�.,.-,✓ 1 � j �-�� � 1. IT IS RECOMMENDED THAT THE CONTRACTOR VISIT THE SITE BEFORE SUBMITTING COST PROPOSAL TO BECOME FAMILIAR ! WITH EXISTING CONDITIONS. r 1, llt 2. CONTRACTOR SHALL COORDINATE ELECT. SITE INSTALLATIONS WITH OTHER; J { Abundant P!ayscapes, Inc. 34 11' (}V(/c�)J'° , — jf CONTRACTORS WORKING ON ASHTON HOUSE INTERIOR RENOVATIONS.. I State oflo,a 1 `2:dv J j( �„.%of j Registered Landscape Architect .{'i ......._...____.._._................................. :,'_r.:'....y", " �S`. No. 00581 j� 3. FIELD LOCATE UNDERGROUND UTILITIES PRIOR TO EXCAVATION -- - --- - \, l„„. ry°t`� 1 ' '' I . "r•� l' tHawks lJeabn. LLC I J �--------�-- �, , FOR INSTALLATION OF NEW ELECTRICAL CONDUIT. IF A CONFLICT EXISTS BETWEEN PROPOSED SITE IMPROVEMENTS AND EXISTING --- - -- f / ! W. ¢ INNOVATIVE �n 0- OR PROPOSED IMPROVEMENTS, CONTRACTOR SHALL IMMEDIATELY / q _ �,r, � ENGINEERS, INC. i I J;`6 �° NOTIFY THE OWNER'S REPRESENTATIVE. IA 5224 1T 31 .855.4ite B, 'owa°", 1 I I 6 a IA 52240 � T 319.855.4115 i t S _- { 1 _ :z� N g www.innavativeenaineerslnc.com ELECTRICAL SITE ALTERNATE SCALE: 1" = 20'-0" 0 10' 20' 30' 50' 100' COMPACTED SOIL 1" CONDUIT SCALE: NTS EXISTING IN—GROUND J—BOX INSTALLED BY THE INTERIOR RENOVATION PHASE GENERAL POWER NOTES: 1. ALL BRANCH CIRCUITS SHALL HAVE GROUND i.ASAN CONDUCTORS.�I}}\\ffPP 2. PROVIDE SEPARATE NEUTRAL FOR EACH BRANCH ° 0M 3.21011' CIRCUIT PHASE CONDUCTOR. 3. MAXIMUM OF THREE (3) CURRENT CARRYING CONDUCTORS TO A CONDUIT. 4. HOMERUN CIRCUITS SHALL CONTAIN NO MORE THAN THREE (3) HOT CONDUCTORS PER CONDUIT. 5. TYPICAL SITE LIGHTING HOMERUN CIRCUITS SHALL BE c. #8 PHASE WIRE, #8 NEUTRAL WIRE, #10 GND, 3/4"C. `d FOR 120V, 20A HOMERUN CIRCUITS THAT EXCEED 240 FOOT FEEDER LENGTH, OVERSIZE CONDUCTOR TO #6 DUEcn TO VOLTAGE DROP. _ cou SPECIFIC NOTES: 1 LM Q EXISTING GROUND ELECTRICAL BOX (INSTALLED BY INTERIOR RENOVATION PHASE). TIE TO CIRCUIT N-9. REF. DETAIL C/E.01 FOR ADDITIONAL INFORMATION. COORDINATE WITH CONTRACTOR PERFORMING THE INTERIOR RENOVATION ELECTRICAL WORK. FJ 0 EXISTING GROUND ELECTRICAL BOX (INSTALLED BY INTERIOR RENOVATION PHASE). TIE TO CIRCUIT N-11. REF. DETAIL C/E.01 FOR ADDITIONAL INFORMATION. COORDINATE WITH CONTRACTOR PERFORMING THE INTERIOR RENOVATION ELECTRICAL WORK. O LIGHT FIXTURE TO BE REMOVED. REMOVE ASSOCIATED CONDUIT AND CIRCUITRY BACK TO THE CLOSEST JUNCTION BOX. IF THE CIRCUIT IS NOT SERVING OTHER SITE FIXTURES, REMOVE WIRING BACK TO THE SERVING PANEL. QQ H1 FIXTURE SHALL BE EQUIPPED WITH A PHOTO SENSOR FOR LIGHTING CONTROL. PROVIDE THE POLE WITH A WIND VIBRATION DAMPER KF" PI AN SCALE: NTS rl"i 74heet Number E.01 GENERAL ELECTRICAL NOTES 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE NATIONAL ELECTRICAL CODE (N.E.C.), CITY OF IOWA CITY AND STATE OF IOWA CODES. ALL MATERIAL SHALL BE NEW AND SHALL BEAR THE U.L. LABEL WHERE APPLICABLE. 2. CONTRACTOR SHALL MAKE ALL NECESSARY, CUTTING AND DO ALL THE REPATCHING AS NECESSARY FOR THE PROPER EXECUTION OF THIS WORK. 3. AFTER COMPLETION OF THE INSTALLATION, THE SYSTEM SHALL TEST FREE FROM SHORT CIRCUITS AND GROUNDS. 4. WHERE ELECTRICAL CONDUCTORS ARE INSTALLED IN CONDUIT, THE CONDUIT SHALL COMPLY WITH THE N.E.C. REQUIREMENTS. 5. ALL CONDUCTOR SHALL BE COPPER. NO CONDUCTOR SHALL BE SMALLER THAN #12 AWG AND SHALL BE RATED FOR 60OVOLTS THWN OR THHN INSULATION. INSTALL A GROUNDING CONDUCTOR WITH ALL CIRCUITS, UNLESS NOTED OTHERWISE, SIZED PER N.E.C.250-122. 6. VERIFY BREAKER AND CORRESPONDING WIRE SIZES FOR ALL ELECTRICAL EQUIPMENT. DONOT ORDER MATERIAL BEFORE VERIFYING BREAKER & WIRE SIZE. REPORT ANY DISCREPANCY IMMEDIATLY TO THE ENGINEER OF RECORD. 7. VERIFY AVAILABLE INTERRUPTING CURRENT(AIC) WITH POWER COMPANY. EQUIPMENT AIC RATING MUST BE LARGER THAN THE POWER COMPANY AIC OR MUST BE PROTECTED ON THE LINE SIDE WITH A CURRENT LIMITING DEVICE. 10 SAFETY SWITCHES SHALL BE SQUARE 'D', GENERAL ELECTRIC, OR WESTINGHOUSE, FUSED OR NON—FUSED AND SIZED AS INDICATED. NEMA 3R WHEN EXPOSED TO WEATHER PANELS SHALL BE SQUARE 'D', GENERAL ELECTRIC OR EQUAL, TYPE AND NUMBER OF BREAKERS AS INDICATED ON PANEL SCHEDULE. STENCIL PANEL DESIGNATION ON INSIDE OF PANEL. ALL TWO—POLE BREAKERS SHALL BE COMMON TRIP. PROVIDE TYPE WRITTEN SCHEDULE IN EACH LOAD CENTERS. CONNECTION TO MAIN BUS SHALL BE WITH BURNDY ANNULAR COMPRESSION LUGS. ALL EXTERIOR ELECTRICAL EQUIPMENT SHALL BE ANCHORED TO COMPLY WITH LOCAL CODE FOR WIND RESISTANCE. IT IS NOT THE INTENT OF THESE PLANS TO SHOW EVERY MINOR DETAIL OF CONSTRUCTION. THE CONTRACTOR IS EXPECTED TO FURNISH AND INSTALL ALL ITEMS FOR A COMPLETE ELECTRICAL SYSTEM AND PROVIDE ALL REQUIREMENTS NECESSARY FOR EQUIPMENT TO BE PLACED IN PROPER WORKING ORDER. 12. ALL WORK SHALL BE PERFORMED BY A LICENSED ELECTRICAL CONTRACTOR IN A FIRST CLASS WORKMANLIKE MANNER. THE COMPLETED SYSTEM SHALL BE FULLY OPERATIVE AND ACCEPTED BY THE OWNER. 13. LOAD DATA IS BASED ON INFORMATION GIVEN ENGINEER AT TIME OF DESIGN. VERIFY ALL EQUIPMENT AND PANEL SIZES BEFORE ORDERING AND BEFORE INSTALLATION. 14. ALL BRANCH CIRCUITS SHALL HAVE GROUND CONDUCTORS. 15. THE ELECTRICAL CONTRACTOR SHALL PROVIDE, IF REQUIRED, ADJUSTMENTS (t) 6'-0" IN THE LOCATION OF ALL SYSTEM DEVICES, FIXTURES, OUTLETS, PANELS, ETC. IN ORDER TO EXPEDITE THE ELECTRICAL WORK. THE POSITION OF ALL WORK AS SHOWN IS INTENDED TO BE FIXED AND IN THE PROPER LOCATION. SUCH REQUIRED ADJUSTMENT SHALL BE DETERMINED BY THE A/E. 16. PROVIDE SEPARATE NEUTRAL FOR EACH BRANCH CIRCUIT PHASE CONDUCTOR. 17. SEE ARCHITECTURAL SHEETS FOR EXACT LOCATION OF DEVICES. DEVICES SHOWN ON ARCHITECTURAL ELEVATIONS. COORDINATE LOCATION OF DEVICES WITH ARCHITECT'S FIELD PERSON TO ENSURE PROPER LOCATION AND HEIGHT. SITE SYMBOLS SYMBOL DESCRIPTION FIXTURE UNDERGROUND ELECTRICAL LAMP C- POLE MOUNTED LIGHT FIXTURE MODELNUMBER BOLLARD OR FLOOD LIGHT FIXTURE FLUSH WITH GRADE SIDEWALK BARE COPPI GROUND CO AND GROUN SECTION 12" DIA. BASE DETAIL - TYPE H2 NO SCALE LIGHTING FIXTURE TYPE H1 — AND S2 SEE FIXTURE SCHEDULE 22'-0" BEVEL EDGE i i FINISH GRADE 30" STEEL LIGHTING STANDARD W/ VIBRATION DAMPERS 3" X 5" MINIMUM HANDHOLE ANCHOR BOLTS SIZE, QUANTITY AND SPACING TO SUIT MOUNTING BASE OF STANDARD RIGID GALV. STEEL CONDUIT THROUGH CONCRETE PVC (SCH. 40) PVC (SCH. 40) t30" CONDUIT CONDUIT 6' WITH WIRING WITH WIRING ROUND CONCRETE (TYPICAL) (TYPICAL) _ 12„ POLE BASE. 3/4" X 6'-0" #10 GND. CONDUCTOR COPPERWELD GROUND ROD 4—#4 4 REBARS EQUALLY W/ #10 SPACED IN CONCRETE BASE O CONDUCTOR 24 HANDHOLE 12" x 18" x 24" DEEP NOMINAL, STACKABLE ASSEMBLY, TRAFFIC RATED, POLYMER CONCRETE AND FIBERGLASS RrINFORCED, EQUAL TO QUAZITE "PC" SERIES, COVER TO READ "ELECTRICAL". PROVIDE EXTENSIONS AS NEEDED TO REACH REQUIRED DEPTH. NONMETALLIC CONNECTOR SCH. 40 PVC CONDUIT IN AND OUT SEE SITE PLAN ABOVE. TYPICAL HANDHOLE DETAIL NO SCALE LIGHTING FIXTURE SCHEDULE MARK FIXTURE VOLT, LAMP MOUNTING MANUFACTURER MODELNUMBER NOTES TYPE DIFFUSER # &WATTS TYPE TYPE HT, NAME SERIES NO. H1 PARKING LIGHT FIXTURE NIA 120V 1-130 LED POLE 22' GARDCO P21 P21-4-130LA-CW 1.2 H2 BOLLARD FIXTURE NIA 120V 1-26 LED BOLLARD 42" GARDCO BR840 BR840-42-CWL-NW-120-XX-PCB 2 H3 DECORATIVE N/A 120V 1-5.5 LED BEAM VERIFY W/ARCH HADCO DRL2 DRL2-XX-LED7-FL-W 2.3 --ELECTRICAL CONTRACTOR IS RESPONSIBLE FOR TRIM TYPES, COORDINATE WITH REFLECTED CEILING PLANS" (1) PROVIDE ROUND STRAIGHT ALUMINUM POLE. NAFCO WITH VIBRATION DAMPER - #RTA -22 -1580 -XXX VIBRATION DAMPER- BASE COVER - DRILL 2@90o (2) STANDARD COLOR SELECTED BY ARCHITECT (3) PROVIDE REMOTE WET LOCATION TRANSFORMER DETAIL - LIGHT FIXTURE TYPES S1 AND H1 NO SCALE TRENCH & BACKFILL— WITH NATIVE MATERIAL CONDUITS AS REQUIRED CLEAN SMOOTH BOTTOM TYPICAL TRENCH DETAIL MATCH EXISTING SURFACE TYPE AND THICKNESS 12 FINISH GRADE 36" MIN. Abunde,a Playscapes, Inc. State oftowa Registered Lal,dscape Architect M1', 00581 Hawks Design, LLC L"., Arvnitac . -elb M.mll, 1712 INNOVATIVE ENGINEERS, INC. 2871 Heinz Rd. Suite B, Iowa City, LA52240 T 3J).855.4115 20081 . 31.2013 ANN n 06 c, 7 c.I V �+ u 0 �- Z ) m 7i F� W CD 0 m r = c a t V m �e C Cli &. `o a� C � 0 4-1 CD L � CD L IL >cv �L �p � 3 O 0 � A m E L 0 II `J Sheet Number E.021 R01 WAUK i:4•/I iMM*/4TC c NTO `eH CIN FCP..u0Z1 01D SWKETkPQ� RAW R.\OFOR 0-.a G�\FVAMB'��! REG ASfE & FILL-IN a' S R .41 lll�\�\ J� i01�S IN LAWN AREA. --- -- I 1 ..�' TENT AREA 656 - 1 FUTURE POTENTIAL PRf TECT E STG. / z ktEMLOC / o s rr--- % i l TYP U 4.38 / .27 2' PROTECT ALL <_ �� y. EXSTG. TREES .. ,/ [- _ / / 136' 1 -.,_-J TO REMAIN ' V B' o.c 1 LOCATE NEW FENCE APPROX 6' NORTH OF I TYR t PROPERTY LINE. STAKE OUT FENCE LOCATIPN / • I ` i CALL LANDSCAPE ARCHITECT TO APPROVE/ / C { / PROTECT / M .i lI I j i /rt L ' - °+. • EXISTING s•.' I I �/ , LOCATION PRIOR TO COMMENCING WORK. // P STP �T 0 16 �6 _; \ I I // i //' ! o �3 --'�`\ 1 WALK %•. I FROM 1 PLTG. `\ �%` �Jr\i h �� / sem' �' . I r. BED \ GRAPHIC Fda---��- S= 1"=20' 51.5'R 6' I1,1\��� \\\ REGRADE& I I 3 // \ �» r/11'` FILL-IN HOLES I T P.O // \–' �\ IN LAWN AREA SEEP SHTS FOR P.O CONSTRUCTION \`------ / / ( u"�`'_ 55.67 i O? I2i / 55.5 _ 4 .:' / 1 c " ess '-- / SEE C SHTS. FOR ° �� PKG. LOT 6 82.85 / 11 CONSTRUCTION — -�`HIE0KENEA��IGE 'CM P.m PCC WALK & C1iRB. � TYP SEE SUDAS DETAIL�� 7030.202 DETAIL 3 - 1 J � i ���/ ----- .:) PARKING / If \ t - 1 { AREALIGHT 'A S SEE E.01 I & E.02 '/ \ °\ 9.7. 0 I lir'-PtAADNG W `I I .n \`) 7 ISTD 1 EMOVABLE - r\10 00 3—kAIL I`�I PLANTING ? / ��P.OB ICOL MN.. BOLLARDS w � I� IALTE NATE NSTALLEDFURNISHED &BED �\\\ DD00 FENCE r /1 N�, �k-_ – I .• I BY OTHERS — J ALT r r...,. l '• /' /� – – / .. _— __ - - W 29 / � REGRADE &I FILL—IN �'v `\ CONC WALK - - HOLES ALONG WALKWAY IdJ�IJir. SITE IMPROVEMENT PLAN SOUTH Scale: 1" = 20'-011 3 (W General Layout Notes: a_ General GradingNotes: E WN / N O 1. SPOT ELEVATIONS VU—IERE SHOIMV ARE FROM THE TOP OF O aa) FINISHED SURFACES. L' fl CL 2. CONTRACTOR TO VERI FY THAT ALL SLOPES, CROOSS SLOPES, to LONGITUDINAL SLOPES, ETC. DO NOT EXCEED ADAAG E co MAXI MJMS. CONTRACTOR TO NCTf I FY OVUVFAS REPRESENTATIVE IF SLOPE EXCEEDS REOOMVEIVDATICN. 3. FOR GAIL ENGINEERING INFORMATION OF PARKING LOT SEE "C' SERIES SHEETS. 4. CONTRACTOR SHALLSUB,MTAJOINTINGPLAN FOR REVIEW PRIORTO INSTALLATICN OF PAVEM M. r. 1. DI IVENSICNS SFOINN ARE FRCIII THE EDGE OF PAVEIVVENT a AND/OR RAND RAND UNLESS CTTHERVMSE NOTED. A ` 2. CONTRACTOR IS TO PRESERVE AND PROTECT EXISTING BUILDING AND FOLINDAMONS AT ALL STAGES OF e.naa ,t CONSTRUCTION. t�A;"cam 3. FIELD LOCATE UNDEFORCUND UTILITIES PRIOR TO EXCAVATION Abundant Playscapes, Inc. FOR INSTALLATION OF SITE IMPROVEMENTS.. IF A CONFLICT Stateds Iowa Registered Landscape Architect � ���� � pry��� c' ^ �7p/�� /�� �� �+ AND �-�-�+ BETWEEN F�J 1 S BE I V EE V PROPOSED �IJPOSED SITE I I PROV CI V CJ V I S A VD No. 00581 0 EXISTING OR PROPOSED IWROVEVENTS, IMVEDIATELYADMSE o CL THE OANERS REPRESENTATIVE, Hawks Design LLC 4. 00ORDINATEWITHUTILITY00WANIESFHMTO etl9 •rc .�Yfe 51oP1an 9 ]EGWp S, un Ory br 5415 O OONSTRUCTION ACTIVITY. a_ General GradingNotes: E WN / N O 1. SPOT ELEVATIONS VU—IERE SHOIMV ARE FROM THE TOP OF O aa) FINISHED SURFACES. L' fl CL 2. CONTRACTOR TO VERI FY THAT ALL SLOPES, CROOSS SLOPES, to LONGITUDINAL SLOPES, ETC. DO NOT EXCEED ADAAG E co MAXI MJMS. CONTRACTOR TO NCTf I FY OVUVFAS REPRESENTATIVE IF SLOPE EXCEEDS REOOMVEIVDATICN. 3. FOR GAIL ENGINEERING INFORMATION OF PARKING LOT SEE "C' SERIES SHEETS. 4. CONTRACTOR SHALLSUB,MTAJOINTINGPLAN FOR REVIEW PRIORTO INSTALLATICN OF PAVEM M. r. cc a - N � G E a� i+ v 1° 0 o CL CL d E O U _ i 06 y x •� y e`a y co O�- = ao C E" O o Z y Q I �� ST4t Number o`er _ /•tj n� N Ip■Ol 40 _/ / / CID V q) / --------------- 1 \ 11 cp��/ //� / / �� \\ \\ 0 04 04 GRAPHIC SCAM w r 2V V%4000 (0 to EV SEE P-0) SEE C-22 �� CONC WALK FOR PKG. LOT CONSTRUCTION CONSTRUCTION 01i I � 1 , V � i - L `\INTEGRAL l bONCi CURB. SE`ESUDASin FIGURE -7-0T0.202 DETAIL 3 \ / I N.P. 662- \ \ / , y JOINT PYP R1 \.30 m 12.3,E mto / 2% CROSS SLOPE _ ��� ' O�- / PITCH TO DRAIN �� \ I 00 \ WEST, TYPICAL i?\O <�� LIGHT 6' JNT SPACING \\ ALT. Mk h U TYPICAL I I ��` CO w �� \�� O / 660.28 TD .78 BD HF / 660.4 B SEE SHT. C-22 FOR DRAINAGE 640.98 / / / , // - \\ ! - , `\ % / --'/ SWALE IN THIS AREA. ALIGN NOTE: / , \ I F \ 0 I y / / CENTERLINE OF SWALE WITH IF LANDSCAPE ARCHITE(;T'TO _ / �' / e \TRENCH DRAIN / NEEH WALKWAY TRENCH FIELD LOCATE PERGOLA & / /' \ OB PERGOLA i � � �=- DRA R-4995-A� PAVIING TO ,/ / / / / \ /' AVOID REMOV/VOF EXSTG. �,/ / / op 7YP ALTERNATE t / t i LIC,�RT DUTY W �rGRATED COVER /// •\\ `55� \ \ TREES AND TO RETAIN EXISTING/FLOWLINES /Efff0WN LI H# OF SWA/VES /' ERN 4 E / / I 11 .37 /\ O I / / SEE E.01 E.02 I ! I / / / / / Site Improvement Plan = North SCALE: 1"=20'--0" (SS) MANOR DRIVE General Layout Notes: 1. DIMENSIONS 9-10M AREFROM EDGE OF : : RAW RAW OTHERVIIASE NOTED. CONTRACTOR IS TO P. D PROTECT BQSTING BUILDING AND LOCATEFOLNDA11ONS AT ALL STAGES OF CCNSTRJC7nOR a FIELD •• PFu OR To ExcAvAncN FOR iw7TALLLAn• OF ••• ::NTS.. IF AOONRJCT DQSTS BETVVEEN•'••••:9 SITE IK43ROVEMENTS AND DaSTING3 OR PROPOSED 11VIPROVEIVIIENTS,:D ADVISE OME13S REPRESENTATIVE • COORDINATE VMTH LJTIUTY OOIVIRANIES PRIOR TO•• ♦ • General Grading Notes: 1 . SPOT ELEVA-TIONS MERE SHUM ARE FROM THETOP OF FINISHED &FFACES 2. •• • • • :• 1 ALL ••" •• • , • , •• ,• SI -OPE EXCEEDS RECOMENDAFICK 3. FOR CIVIL ENGINEERING INFORIVA`TION OF PAIN% LCT SEE C SHEETS. 4. CONTRACTOR v SLIB,MT A JOINTINISFOR REM EIN PRIOR TO ♦TA -LA TION OF IV -/ SUBDRAIN Ir — i // j �1 / SHOWN ON PLANTING PLAN FORLEANOUT '\\ ` 40 LF SUBDRAIN REFERENCE EXTEND AND DAYLIGHT I 1 ?3 ONLY TILE AT NORTH SWALE- G P �F I I I n429A y4 I GUARD AT END OF TIE I \ ��'�?� \ -, AF09y/H MATCH 4/EXSTG. I I O C��F 4 \ ' WALK 1�� SZ p@OR \ GRADE _4a/ IL I // 1 \�@�P- F94 \ ---W PATI r 68 LF PERIMETER SUDDRAtfr-----� N ��gCOP QIP 5' `\ 94F P \IDE \\ I \\ INAG V. 1.5° N. .<� \ . SLOPE \ , I \ SAO RH,c \ Q \ / I / I SUBDRAIN P.07 PATIO PVG.P.07—�-- \\ CAP\\. , ' QO VERIFY EXSTG. MATCH TG. NE lTYP.. THRESYQLD WA GRADE 'PATIO. / ELEV, ETT9P\ i I p"AVINGI/7' ,BELOW THRSHOLD 12'-0" 8'-0" I WEST PATIO ENLARGEMENT SCALE: 1"=10'-0" li;44 Abundant P+ A'#SOAPEG Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC LVN9croe PrcM1ttecWre - 519 ple ., ng Wy,4 wtlry �.5 650.3 °� \� / I , I / 0 P.07 PCC TYP ALT. / / % 1 I \ CM y � C A l E.02 / ♦ I r V C 07 'O Q 0 �h� h� ��—'�� r`�/i a.O ^ 0LON cc E _ v SEE ENLARGEMENT / W ' 06 THIS SHEET FOR PATIO I % O� I / hA,) O I DIMENSIONS AND MA11CH O EX. GRADE U GRADES 849.8 � O \ E / U 111. O Z U) Q , Typ'•. d iN,'�,. x. �\ •' / / 1 \ \ . l /��_� .\� l . ��, � •y ,. ��,, ,, .. rr 15 0 IubTCHtiNESHEET- .02 Site Improvement Plan = North SCALE: 1"=20'--0" (SS) MANOR DRIVE General Layout Notes: 1. DIMENSIONS 9-10M AREFROM EDGE OF : : RAW RAW OTHERVIIASE NOTED. CONTRACTOR IS TO P. D PROTECT BQSTING BUILDING AND LOCATEFOLNDA11ONS AT ALL STAGES OF CCNSTRJC7nOR a FIELD •• PFu OR To ExcAvAncN FOR iw7TALLLAn• OF ••• ::NTS.. IF AOONRJCT DQSTS BETVVEEN•'••••:9 SITE IK43ROVEMENTS AND DaSTING3 OR PROPOSED 11VIPROVEIVIIENTS,:D ADVISE OME13S REPRESENTATIVE • COORDINATE VMTH LJTIUTY OOIVIRANIES PRIOR TO•• ♦ • General Grading Notes: 1 . SPOT ELEVA-TIONS MERE SHUM ARE FROM THETOP OF FINISHED &FFACES 2. •• • • • :• 1 ALL ••" •• • , • , •• ,• SI -OPE EXCEEDS RECOMENDAFICK 3. FOR CIVIL ENGINEERING INFORIVA`TION OF PAIN% LCT SEE C SHEETS. 4. CONTRACTOR v SLIB,MT A JOINTINISFOR REM EIN PRIOR TO ♦TA -LA TION OF IV -/ SUBDRAIN Ir — i // j �1 / SHOWN ON PLANTING PLAN FORLEANOUT '\\ ` 40 LF SUBDRAIN REFERENCE EXTEND AND DAYLIGHT I 1 ?3 ONLY TILE AT NORTH SWALE- G P �F I I I n429A y4 I GUARD AT END OF TIE I \ ��'�?� \ -, AF09y/H MATCH 4/EXSTG. I I O C��F 4 \ ' WALK 1�� SZ p@OR \ GRADE _4a/ IL I // 1 \�@�P- F94 \ ---W PATI r 68 LF PERIMETER SUDDRAtfr-----� N ��gCOP QIP 5' `\ 94F P \IDE \\ I \\ INAG V. 1.5° N. .<� \ . SLOPE \ , I \ SAO RH,c \ Q \ / I / I SUBDRAIN P.07 PATIO PVG.P.07—�-- \\ CAP\\. , ' QO VERIFY EXSTG. MATCH TG. NE lTYP.. THRESYQLD WA GRADE 'PATIO. / ELEV, ETT9P\ i I p"AVINGI/7' ,BELOW THRSHOLD 12'-0" 8'-0" I WEST PATIO ENLARGEMENT SCALE: 1"=10'-0" li;44 Abundant P+ A'#SOAPEG Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC LVN9croe PrcM1ttecWre - 519 ple ., ng Wy,4 wtlry �.5 Number ■ Pm02 y � C aE V C 'O Q 0 L a.O ^ 0LON cc E _ v W 06 cn�cc a O > U O O � O E U O 111. O Z U) Q Number ■ Pm02 I POTENTIAL FUTURE HISTORIC PERENNIAL BORDER LOCATION BY PROJECT GREEN h \ FINISH GRADE AND OVERSEED AREAS DISTURBED BY CONSTRUCTION \ 0 0 \ n 5 Tp \ O SEE SHEET P.04 FOR NORTH PLANTING PLAN TO BE FIELD LOCATED BY — LANDSCAPE ARCHITECT UT}1 PLANTING PLAN SEE SHEET P.04 FOR SO r I 0 I I / I O `-RAIN N o I o GARDEa' SUBDRAIN FUTURE WORK �. SHOWN ON BY PROJECT PLANTING / GREEN ' PLAN FOR REFERENCE O ' ONLY \ • ° • ° •• I• I 1 ad I' -- - ° II II • I FINISH GRADE AND OVERSEED AREAS DISTURBED BY EXSTG I I CONSTRUCTION BOXWOODS EPLENISH MULCH IN I I FOUNDATION PLANTING AREA EXST 5 CY MULCH • oO JAPESE 46 LF SPADED •• M LE EDGE l J I.I AC * •` I I 0 O 12" O.C. 7 TMD .1_ ,.... SA I PLTG. BED "A" 115 AC .� I I 160 LF SPADED 00 1. 012' D.C..a. 3 SSS EDGE 11 CY MU\LC OO 3 VS 2 KJGG 1 VS .!.? 13 VSI DEVELOP PLTG. . AROUND EXSTG. PLT BGV 3 SSS .5 CY.�. ,' • MTL• 2 KJGG O O O o f MULCH ••' I o _.i i 100 AC 0 12" O.C.------ 35 LF SPADED EDGE !• �����=IhmGr �ig11r,7 —� 1.5 CY MULCH•. — I.1 I I 2 P.0 I I •: H•0 1BXGV 116 SF 0 3" I +! I DEPTH 7 CY'• 300 AC 0 12" O.C. MULCH BASE BID 40 LF SPADED EDGE 103 LF SPADED I !° 3 CY MULCH EDGE SEE DTL I' 1 I I• �' 1 f P.051 I+\ HHAP A CC 00 CY O MULCH I� a 5 TOS I 7 TOS 116 SF 0 3" 1.5 CY ID DEPTH - 1 CY BASE BID MULCH BASE BID 43 LF SPADED I 50 LF SPADED EDGE SEE DTL EDGE SEE DTL. I 116 SF 0 3" DEPTH - 1.5 CY 1 MULCH BASE BID 60 LF SPADED I TYP EDGE SEE DTL ,11 TOS OO 3 CPF 7 I HHAP 12 12 VC z excv 13 HHAP I •' z cr � MULCH• - � I j••I 1 cc � 1.. PLTG. AREA "B" ALT. BID - 3" SHREDDED I •• •' HARDWOOD BARK MULCH - 43 CY \ 11°; I 'I 38 LF SPADED EDGE PROTECT EXSTG.PLANT MTL. - 7 TOS 11CSF03' DEPY+ - 1 C,' + MULCH BASE BID CF 50 LF SnkDED O II EDiE SLE U3 + VS . MS M5 O PARK Planting Plan Scale 1 "=20' �W= _ (W (W w �w•• - (W =1111110 1111iiii W, EXSTG. CONIC. WALK ROAD = South Plant List QTY. KEY LATIN NAME COMMON NAME SIZE/COND. N TREES & C 7 VS SHRUBS SIEBOLDI VIBURNUM #5 5 CC CERCIS EASTERN REDBUD 6' BB 6 SSS CANADENSIS SORBARIA /5 3 Ms VIBURNUM STAR MAGNOLIA #5 12 VC VIBURNUM 'BLUE MUFFIN' #5 CONT. 1 CF DENTATUM ARROWWOOD 6' BB 160 'CHRISTOM' VIBURNUM LF 3 CPF CHAMAECYPARIS THREADLEAF #5 CONT. 'HAPPY RETURNS DAYULY PISIFERA 'FILIFERA CYPRESS 11 NANA' CY 3 BGV BUXUS X 'GREEN 'GREEN VELVET' #5 CONT. VELVET' BOXWOOD SPADED EDGE GROUNDCOVER, L12 SHREDDED CY PERENNIALS & HARDWOOD BARK BULBS MULCH 595 AC ASARUM WILD GINGER PLUGS CANADENSE 13 HHAP HEMEROCALIS 'HAPPY RETURNS' #1 CONT. 'HAPPY RETURNS' DAYLILY EVERGREEN SHRUBS 29 TOS THUJA OCC. EMERALD GREEN #5 CONT. 'SMARAGD' ARBORVITAE 7 TMD TAXUS MEDIA DENSE YEW #5 CONT 'DENSIFORMIS' 427 SPADED EDGE LF WITH MOTORIZED EDGER 29 SHREDDED CY HARDWOOD BARK MULCH Plant BED "A" List ADD ALTERNATE ITEMS OTY. KEY LATIN NAME COMMON NAME SIZE/COND. N SHRUBS C 7 VS VIBURNUM SIEBOLDI VIBURNUM #5 3 VS SIEBOLDI SIEBOLDI VIBURNUM #5 6 SSS SORBARIA SORBARIA /5 3 Ms SORBIFOUA 'SEM' STAR MAGNOLIA #5 4 KJGG KERRIA JAPONICA 'GOLDEN GUINEA' /5 1 CF 'GOLDEN GUINEA' KERRIA 6' BB 160 SPADED EDGE DOGWOOD LF 36 HHAP WITH MOTORIZED /1 LF 'HAPPY RETURNS DAYULY EDGER 11 SHREDDEDARK CY 43 HARDWOOD B TAXUS MEDIA DENSE YEW CY MULCH General Notes. 1. Landscape Architect shall verify all planting bed and plant material locations prior to work commencing. 2. Field locate underground utilities prior to excavation for landscape improvements. If a conflict exists between proposed site improvements and existing or proposed utilities immediately inform the landscape architect. 3. All trees, shrubs, and groundcover are listed in the master plant schedule. if there is a conflict in the quantities shown in the plant schedule, the plan quantities shall prevail. 4. Contractor is to preserve and protect existing vegetation to remain at all stages of construction. damaged plant material will be replaced at the contractors expense. Legend0 : 5TAKING WIRE - RUBBER H05E- SET LOOSE TO ALLOW FOR DIAMETER GROWTH STEEL FENCE POST STAKE IN51DE MULCH DIA. (SEE NOTE 2) ROOT COLLAR SHOULD BE 1"-2' ABOVE SURROUNDING GRADE BACKFILL WITH PLANTING SOIL KOOT13ALL PLACED ON G" TAMPED PLANTING SOIL Large Trees Evergreen Shrubs _ Understory O Deciduous Shrubs Trees Perennials Groundcover NOTES: I . REMOVE WIRE BASKET, CUT AND FOLD BACK TOP 213 OF BURLAP, REMOVE ALL 515AL AND SYNTHETIC TWINE. 2. INSTALLATION INCLUDES REMOVAL OF STAKES ONE YEAR AFTER INSTALLATION. 3. MULCH AREA SHOULD BE CLEAR OF GRA55, WEEDS, ETC. TO REDUCE COMPETITION WITH TREE ROOTS. MULCH - 3' MIN. AVOIDING CONTACT WITH TRUNK (SEE NOTE 3) SOIL SAUCER 4" MIN, DURING ESTABLISHMENT LE -,ANI IN "AM1 3" - 4' 5HREDDED BARK MULCH PLANTING SOIL ML EXISTING SOIL OR WELL DRIVE STAKES 6" TO 1'-0" INTO SETTLED FILL UNDISTURBED SOIL BELOW ROOTBALL 1 Tree & Shrub Plantinging FINISH GRADE --- SPADED EDGE SHREDDED HARDWOOD BARK MULCH 2 Spaded Edge Plant BED "B" List ADD ALTERNATE ITEMS OTY. KEY LATIN NAME COMMON NAME SIZE/GOND. N TREES & C CY) SHRUBS SHRUBS 2 CC 3 VS VIBURNUM SIEBOLDI VIBURNUM #5 SIEBOLDI VIBURNUM 3 Ms MAGNOLIA STAR MAGNOLIA #5 WHITE BIRCH STELLATA 1 CF CORNUS FLORIDA FLOWERING 6' BB DOGWOOD 36 HHAP SPADED EDGE /1 LF 'HAPPY RETURNS DAYULY WITH MOTORIZED EVERGREEN EDGER SHRUBS 43 SHREDDED TAXUS MEDIA DENSE YEW CY HARDWOOD BARK SPADED EDGE MULCH L12 Plant BED "C" List + 2 N. PKG LOT ISLANDS — ADD ALTERNATE ITEMS QTY. I KEY I LATIN NAME COMMON NAME SIZE/COND. N TREES & C CY) SHRUBS 2 CC UERCIS EASTERN REDBUD 6' BB CANADENSIS VIBURNUM 6 BJ BETULA JAPONICA JAPANES PAPER 6' BB WHITE BIRCH GROUNDCOVER, PERENNIALS & BULBS 37 HHAP HEMEROCAUS 'HAPPY RETURNS' /1 'HAPPY RETURNS DAYULY EVERGREEN SHRUBS TMD TAXUS MEDIA DENSE YEW j5 CONT 'DENSIFORMIS' SPADED EDGE LF L12 SHREDDED CY HARDWOOD BARK MULCH NMIL9IIC/I•/LNYY Abundant FLAYS112I Aburdant Playscapes, Inc. Slate of Iowa egistered Landscape Architect No. 00581 Hawks Design, LLC laNawpe Amnitecwre - 31re Piannmp r. cc a r 131) aE > C p� C. i 'i dao c� C) y rn �+ C C > U N 0 � O O EU L Z O Sheet Number O O' w n=' ti F co C) N ■� Memo C CY) e r. cc a r 131) aE > C p� C. i 'i dao c� C) y rn �+ C C > U N 0 � O O EU L Z O Sheet Number O O' w n=' ti F P.03 \ 1 n o / 0 to 2D 30 40 �- GRAPHIC SCALE IN FEET SCALA 1•=20' 400 co OF !:-,Wof /------�a ,-------- co / ,�� / I\ I \ I I I I I I 1 CC / iUL-tH— T It I\ \\ 5 H H A P' -,\s 2 CY A \ % / o MULCH' 1 CC o / \ 13 HHAP SEE SHtE`f�P\O)�-EOR NORTH PLANTING PLA TO BE FIF,L'D LOCATED BY LANDS RPE ARCHITECT \ / / - \ / / SEE SHEET P.04 FOR SOUTH PLANTIN --LAN-- 1 / I 1 Planting Plan = North Scale I"=20' 25 TMD MANOR DRIVE 11ME91MMEAR PLTG. AREA "C" ALT. BID 3" SHREDDED HARDWOOD BARK MULCH – 23 CY 113 LF SPADED EDGE PROTECT EXSTG.PLANT MTL. 22 HHAP 6 BJ 6 HHAP w Fy General Notes. 1. Landscape Architect shall verify all planting bed and plant material locations prior to I�Es work commencing. 2. Field locate underground utilities prior to excavation for landscape improvements. If a conflict exists between proposed site improvements and existing or proposed utilities Abundant immediately inform the landscape architect. PLAYSCAFE 3. All trees, shrubs, and groundcover are listed in the master plant schedule. if there is a Mur dant Playscapes, Inc. State of Iowa conflict in the quantities shown in the plant schedule, the plan quantities shall prevail. Registered Landscape Architect 4. Contractor is to preserve and protect existing vegetation to remain at all stages of No 00581 construction. damaged plant material will be replaced at the contractors expense. Hawks Design, LLC laEttyv Arch roclure $pe Planniig 13 E ONq S Legend: Large Trees Evergreen Shrubs QDUnderstory Trees ODeciduous Shrubs -, Perennials Groundcover M O N 5 M CL a CL W N t d � aE CLC w(.� L �a� _� O0 }, Y, L •� a > N o0 TOcc (U i. i O = Z O f+ JC U) a C-) 'Sheet Number b� a w n� R's04 OLD WAS K i PLAN = ADAAG RAMP SCALE: 1/4"=l 0-0)) PROTECT EXSTG. WALK UNDER RAMP AND STAIR 21'-0" 18'-8 1/4" 1'-0" 9,_6" ,_6" 3'-81/4" TYP _ CLEAR 2 " FROM ~ EXSTG. _ WALL - - 657.12 657.87 o 1:12 657.1 657.8 EXSTG. DOOR 6' o" OPENING: 2'-9" t I � PROTECT EXSTG = _ N FFE A BORVITAE o 6' 0" M 't 658.41 658.37 I 1O O ^' 0- WALK LIMITS I �' PROTECTCD n -4C 58.371'. N EXSTG HEMLOCK 9'-6 1/2" I I I I 654 37 CID WALK 11'-9 3/4" 9'-3 1/4" LIMITS WALK, 654.62 ENTRY, AND PLANTING STAIR BED WALK0 0 AREA \„ O ANDC»JO/NT TYP T O YPICAL n PLAN = FOUNDATIONS ADAAG RAMP Arn SCALE: 1/4 )1=1'-O" NOTE: IF POSSIBLE CONSTRUCT RAMP TO INTEGRATE EXISTING STOOP WALL CAPS INTO RAMP SURFACE 0 EXSTG. / BOXWOOD STEP AND RAMP TREAD ELEV.= 658.37 °TFC1T PLANTING BED AREA I Abundant PLAYSICAVES Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design. LLC Landsn ArCM1hecWre-Sne Plann'19 Im Oy.IwaStSA 4 deet Number K05 r � ti c aE > •"' o O (L Q Z U cc _ 0 cits .� a N > U N L 0 (d M O C ,, Z EU L O Z �F+ U) Oct 4 deet Number K05 r � ti K 1 kt qn,-R 1 /7" CD o I Ln _ r N 5 3/4" 5 1/4" 1-1/411 PIPE SIZE TUBING (1-5/8" O.D.) HOT DIPPED GALVANIZED AFTER FABRICATION 7 RISERS 7" EA. = 4'-1" CONC. TRENCH WALL #4 @12" O.C. VERT. 2 #4 HORIZ SOUTH ELEVATION = RAILING = ADAAG RAMP SCALE: 1/2 )1=1'_0" SECTION = RAILING SCALE: 112 )?=1 7-0)) 1/2" EXPANSION JOUNT W/ SEALANT 4" PCC WALK W/ 6" (BEGIN PRECAST THICKENED EDGE CONCRETE TREADS PERMA TRAK TREAD TYPICAL Ik 4 �k � k0 I 1/2"I . —_— —III— PERMA T ABUTMENTAK I—III=III=I I — �\�\\\i\� r PERMA TRAK =III=III=III :,. _.. BEAM SEE FOUNDATION PLAN SHEET P.05_ _ =I I "; :' '`• II—III—ISI —I I I—I I I—I I lEd 1=III=III _ CONCRETE TRENCH WALL #4 @12" O.C. VERT. I I—III—III—III 1 I —I __ (2) #4 HORIZ. —III—III—III—I I 1 —III—III I I=III—III—III= i• I I=III=I I I PCC WALK RAMP & BOARDWALK INTERFACE SCALE: 1/2 )2=1'-0 )) PC CONC BEAM 1&2 P.05 7'-6" PRECAST CONC "TREADS" 1'-0" 3'-5 1/4" 3'-5 1/4" Sheet Number —1-1/2" DIA BLACK PIPE W/ w WELDED CONNECTIONS GROUND SMOOTH SHOP PRIME PAINT PIPE HANDRAIL W/ .5%SLOPE --- SHERWIN WILLIAMS B66 PROCROYL _ PRIMER W/MULTI SURFACE ACRYLIC BLACK B66 SERIES PAINT - EGGSHELL ANCHOR PLATE: ] P.C. CONC, RAMP BY OTHERS A, .101�1/4"X5"X8" MORTAR N p_ LEVELING BED s 0 4, 3/8" DIA. STAINLESS STEEL DOWEL PER MANUFACTURER Q ANCHOR BOLTS W/ 3" MIN DEPTH a P.C. RAMP SYSTEM: CAP, RISERS, BEAM, + io I I I I I I 1 I I —I I —I I Ml 1 III—III—III I=I I I=I I 1 DOWEL PER MANUFACTURER Mi, 1 — - OR P.C. CONC PIERS N Y I El I ; III—III—III . 'TSEE FOUNDATION DETAIL ; P =1 I I I 1=1 1 11 11=1 t_ I yP SECTION = RAILING SCALE: 112 )?=1 7-0)) 1/2" EXPANSION JOUNT W/ SEALANT 4" PCC WALK W/ 6" (BEGIN PRECAST THICKENED EDGE CONCRETE TREADS PERMA TRAK TREAD TYPICAL Ik 4 �k � k0 I 1/2"I . —_— —III— PERMA T ABUTMENTAK I—III=III=I I — �\�\\\i\� r PERMA TRAK =III=III=III :,. _.. BEAM SEE FOUNDATION PLAN SHEET P.05_ _ =I I "; :' '`• II—III—ISI —I I I—I I I—I I lEd 1=III=III _ CONCRETE TRENCH WALL #4 @12" O.C. VERT. I I—III—III—III 1 I —I __ (2) #4 HORIZ. —III—III—III—I I 1 —III—III I I=III—III—III= i• I I=III=I I I PCC WALK RAMP & BOARDWALK INTERFACE SCALE: 1/2 )2=1'-0 )) PC CONC BEAM 1&2 P.05 7'-6" PRECAST CONC "TREADS" 1'-0" 3'-5 1/4" 3'-5 1/4" Sheet Number ti o w .06 .5%SLOPE --- _ Cc P.C. TREADS I I I I I I I I � 1 I I 7 TREAD 6 © 12" EACH TOP E ® 8" 1/2 11 R CONC STAIR '2` P.06 ,TYP, DRILL PRECAST BM TO RECEIVE (2) 1/2"X4" EXP. ANCHORS @ 16" O.C. CONNECTION TO P.C. CONC BEAM. EMBEDDED PLATE 3/8"X6" CONT. W/2" -3/8"X3" HEAD STUDS @ 12" O.C. *III,/ , ! v , Q a o' 4P.06 .4 a ' JNT. a EX. �` © II WALK � \ Q .3 (FIELDVEPoFY) 1 4 1 I 9 - 4 41 I = #4 © 12 I I I l, CONC. TRENCH WALL _ I I- 1 4 QI II = I O. C. E. W.1 �4'. #4 @ 12 O.C. VERT. `; =TAPERE"E" JNT. (2) #4 HORIZ. NOSE i I 4 1 1 14 1. 14 4I 11 4 TYP ELEVATION = STAIR 3 SCALE: 1/2"=V-0)) II I I I I I � I I I I I I II P. 01 7 J POC TYP) PvGL N,rr,soirryrt K P1,AYSCAP Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00501 Hawks Design, LLC Lads Ar�e"cwee-SFe Pznnin_ 17 "1 C we G. n IOWA Q o N Ww m W WW W FMv) M t� O ADAAG RAMP Sheet Number ti o w .06 a'� r _ Cc a( ] P.C. CONC, RAMP BY OTHERS A, 1 � CL (D O PRECAST CAP BY MANUFACTURER 0 d 2 DOWEL PER MANUFACTURER Q C y TOP OF PIER SLOPES. DETERMINED BY P.C. RAMP MANUFACTURER PROFESSIONAL ENGINEER TIES - COLORED CONC. SONOTUBE CONC. PIERS 0 y — - OR P.C. CONC PIERS N Y SONOTUBE FORM FOOTING d I — — - O o c >. — - DRILLED PIERS, 14" DIA X 48" + - 4000 PSI CONC. W/ 2#4 GRADE 60 REBAR = U E — - = O _ - COMPACT BOTTOM OF HOLE O Z I i _ U) —III- I Q FOUNDATION= ADAAG RAMP SCALE: 1/2 =1 0 Sheet Number ti o w .06 a'� r r ti BASE BID ITEM DETAIL; "DOG-EARED" TOPS OF UPRIGHTS TYPICAL ELEVATION PRIVACY FENCE 1 NO SCALE i� 1/2" SAWED JOINT 1/2" CERAMOR EXP. JNT FILLER & SEALANT #4 DOWEL WITH EXPANSION TUBE INSTALL AT 2'-0" OC CENTER IN PVMNT. COMPACTED SUBGRADE TO 95% STANDARD PROCTOR DENSITY n "ED" JOINT An NO SCALE 1/4" PER FOOT MAX. (2%) CROSS SLOPE PITCH TO DRAIN PCC WALK 3 SCALE NO S 1/2" SAWED CONTRACTION JOINT AT 6' O.0 1/4 DEPTH. PCC CONC WALK COMPACTED SUBGRADE BINDER1 WEARING COURSE CONC PRIME COAT WALK Illlllllllllllilllllllllllllllllllllllllllll i■ PCC /ASPHALT PVG 4 NO SCALE 4 #1 CEDAR TOP RAIL p11 TWEEN POSTS 'iz' CHAMER K4 POST, #1 CEDAR (6 #1 CEDAR BOARDS AILED WITH GALV. NAILS D TOP, BOTTOM AND MID 2'X4" RAILS ENLARGEMENT ALVANIZED HANGERS, TO ATTACH BOTTOM PLATE TO AILS TO POSTS TYP. - SIMPSON FB24 ELEVATE POST AND WEEP HOLE X4 #1 CEDAR BOTTOM RAIL ON EACH SIDE N X4 BOTTOM RAIL #1 CEDAR EE POST BASE DETAIL, THIS SHEET 'II—III— I JNDISTURBED SUBGRADE -� —I I b PLAN VIEW CENTERLINE 12" DIA., 2.5 C.C.A. PILE, TYP. 1/4" THICK 4 SIDED R BOX 3 9/16" SQ VERIFY POST SIZE HOT DIPPED GALVANIZED STEEL POST BOOT WITH WELDED BASE PLATE AND WEEP HOLES @ BOTTOM \ 4000 PSI CONCRETE FOUNDATION 2X4 CEDAR NAILERS 4X4 CEDAR FENCE POST 2X4 CEDAR NAILERS IN SIMPSON FB24 THRU BOT 1/2" HOLES THICK 4 SIDED R BOX 3 9/16" SQ VERIFY POST SIZE HOT DIPPED GALVANIZED wvm STEEL POST BOOT WITH WELDED BASE 1( PLATE AND WEEP HOLES @ BOTTOM 2-1/2"X10" =II STAINLESS STEEL ANCHORS Lsi__,18" DIA. X 48" W/2#4 VERT. 4000 PSI CONCRETE FOUNDATION }�COMPACTED SUBGRADE TO 95% STANDARD PROCTOR DENSITY POST BASE , 4"X10"X6' PERMA TRAK TREAD 17"X9 1/2 )) PERMATRAK BEAM 1 - 6' LONG PERMA-TRAK ABUTMENT EXPANSION JOINT W/ SEALANT < II I CONCa II I WALK I I 1/2" EXPANSION JOINT WITH SEALANT O PCC CONCRETE PAD 4" DEPTH / . :•1 UNILOCK JOINTING SAND © EDGE RESTRAINT Ynw`2n"°x"'ec'" raRz°exsYrsf UNILOCK "RIVENSTONE" PAVERSHO eQ0�9 Ab COMPACTED GRANULAR FILL 3/4" /Iv%, jQ Imoiimi�fi GRANULAR BASE CRUSHED RUN GRAVEL/SAND MIX OD. GRASS SURFACE VARIES SEE PLAN I I v7d X EYPANSION JOINT W/ SEALANT CONC WALK' a a OI UNDISTURBED SUBGRADE OE. COARSE CONCRETE SAND EXTENDEXTEND ENGINEERING G GRANULAR BASESUBDRAIN DRAINABLE BACKFILL \ PIPE '--ENGINEERING FABRIC IIII EXSTG PLTG //;EXSTG. BED WALK 7'-6" PLA T-6" - BOARDWALK 11 4 X10 X6 PERMA TRAK TREAD 1/2" EXPANSION JOINT W/ SEALANT ASPHALT PAVING 7"X9 1/2 )1 PERMATRAK BEAM EXISTING BASE COURSE . INTERFACE 7'-6° 7'-6" CENTERLINE 12" DIA., 2.5 C.C.A. CONC CURB --,,,.PILE, TYP. 8 a a SECTION= BOARDWA x; PRECAST CONCRETE BOARDWALK NO SCALE 1/2 EXPANSION JOINT W/ SEALANT 1 - 6' LONG PERMA-TRAK ABUTMENT CONC WALK W/ 6" THICKENED EDGE COMPACTED BACKFILL UNDISTURBED SUBGRADE WOODLAND LOW-GRO GRASSES SEE DETAIL 5 SHEET P.06 FOUNDATION TYPICAL 1/2" MAX. 1EV. DIFFERENCE 3ETWEEN ENTRY THRESHOLD & 'ATIO SURFACE 4T DOOR LOWER LEVEL FFE 649.833 TOP OF STAIR 2% SLOPE, TYP. TOP FIELD VERIFY NDOOR TOP OF OF PAVERS & CONC PAD STAIR AND THRESHOLD ELEV. ALTERNATE BID ITEM DETAILS OA 1/2" EXPANSION JOINT WITH SEALANT O PCC CONCRETE PAD 4" DEPTH / . :•1 UNILOCK JOINTING SAND © EDGE RESTRAINT Ynw`2n"°x"'ec'" raRz°exsYrsf UNILOCK "RIVENSTONE" PAVERSHO eQ0�9 Ab COMPACTED GRANULAR FILL 3/4" /Iv%, jQ Imoiimi�fi GRANULAR BASE CRUSHED RUN GRAVEL/SAND MIX OD. GRASS SURFACE VARIES SEE PLAN GRANULAR v7d X SUBBASE OVER OI UNDISTURBED SUBGRADE OE. COARSE CONCRETE SAND EXTENDEXTEND ENGINEERING G GRANULAR BASESUBDRAIN DRAINABLE BACKFILL \ PIPE '--ENGINEERING FABRIC IIII EXSTG PLTG //;EXSTG. BED WALK SECTION -PVG AT ENTRY DASHED EDGE SHOWS v` CONC TO BE REMOVED PROTECT ALL OTHER EXSTG. CONC. 1/4" JOINTS FILLED W/ MASONRY SAND HAND TIGHT PATIO UNISTONE R.? "RIVENSTONE" 9 PRECAST CONC. PAVERS 43% 18"X24", 28.5% 12"X24", 28.5% 12"X12" SALVAGE EXISTING STONE IN CONC PAVING. REMOVE, PROTECT, STORE, AND RE -INSTALL EXISTING 2'X3' +/- FLAGSTONES IN NEW PATIO PAVER FIELD. VERIFY FINAL LOCATIONS WITH LANDSCAPE ARCHITECT AND OWNER. EX. J EXSTG. PLTG WALK BED WALK NEW PATIO EDGE IS COINCIDENT W/� EDGE OF EXISTING WALKS AND PATIO, PROTECT EXISTING PLANTING BEDS ALONG HOUSE EXSTG PLTG BED SECTION PVG■W/SUBDRAIN NOTE: SEE SHEET. P.01 FOR SUBDRAIN LOCATIONS UNDER PATIO, AND FOR LOCATION PLAN VIEW OF BUILDING PERIMETER DRAINAGE TILE 6 PRECAST PAVEMENT @ PATIO & PERGOLA NO SCALE 3'-0" :01,41P rr PLAYSCAPE Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC lanEacapa AmOiiecw -Site Pluming GENERAL NOTES2'-10" CAST STONE CAP, OBTAIN FROM: C 1. RESTORE SITE TO ORIGINAL CONDITION. THIS INCLUDES THE REPAIR OF ANY DAMAGE rp VERIFY 3" 3' �EDWARDS CAST STONE #PC36 cc AND REPLACEMENT OF PLANTINGS, IF NECESSARY. OR APPROVED EQUAL 2. INSTALL A MINIMUM OF 3/8" DEPTH MORTAR JOINTS AND CALK AS DELINEATED ON 00 O ❑ ❑ O SHELF a PLANS. - - - p �■■� di 3" STONE VENEER, RANDOM 3. FINISH AND FONT FOR LETTERING TO BE APPROVED BY OWNER. N CI O ASHLAR PATTERN = c 4. CONTRACTOR TO PROVIDE SHOP DRAWINGS FOR ALL CAST STONE WORK. oo F3 11 ❑ 8" CMU 2"4" SQ. REINF• W/7 #5'S� d. E GROUT ALL CELLS SOILD FULL HEIGHT 6. CONTRACTOR TO PROVIDE 4' X 4' MOCK-UP OF MASONRY WORK FOR OWNER'S AND r WITH 4,000 PSI CONCRETE. C LANDSCAPE ARCHITECTS APPROVAL.COLUMN - PLAN VIEW p 5. ALL CAP STONE SHALL HAVE A DRIP EDGE. 1X6 RAILS ATTACHED TO O O = � a� POSTS W/ GALV. STEEL DRIP NOTCH . e`a pp SIMPSON STRONG TIE _ 3 0 THRU WALL FLASHING O 6'-O" HANGERS N BACKER ROD & E D SEALANT, TYP. POST CAP r i _� CAST STONE CAP. OBTAIN FROM p EDWARDS CAST STONE OR EQUAL N Y 4X4 WOOD POST CID/TREATED POSTS - STONE MASONRY VENEER♦♦I�^1 c`a ' f BELOW GRADE o _ 24" DIA CAST STONE MEDALLION CnCC a 'n WITH "A" TO MATCH ASHTON "A" W ABOVE GARAGE DOOR. OBTAIN FROM: L c) 8 0 EDWARDS CAST STONE OR 3 R APPROVED EQUAL. O W. 8"X21" CAST STONE ADDRESS PLAQUE OBTAIN FROM: EDWARDS CAST STONE = C >, PLTG. BED PINEAPPLE GROVE DESIGNS OR M001' Ill V APPROVED EQUAL = E RADE 60 REINF. BARS O —Ili Iy I-11 y..,I _ ,000 PSI CONC. Z I I III III III IIIIIIIII—III . III- � . � ..• — III= III IIII _ 1 1 II -I III- ` III III '� III III —III—IIIIII= #5 DOWELS, ALIGN y =11 III= I I—III ' I=1 III= _ 1 1-1 -' _ — III III ' III III - WOODW/ CMU CELLS III=1 111 IIIIIIIIII I III=1 111 ' " #: � " Q I I III -CLEAT ' : =I I� ❑ 1111IIII I ►1 �I =FROST LINE —I TYP NOTE: GRAVEL, TYP-—__ KEY FOOTING INTO UNDISTURBED Sheet Number ROCK,TYP SOILS 3'-61fX3'-6"X8". 1. 7 ENTRY COLUMN & RAIL FENCE NO SCALE o` 1 1 1 / �-c / . :•1 -!C'� o Ynw`2n"°x"'ec'" raRz°exsYrsf 1 eQ0�9 Ab —COMPACTED /Iv%, jQ Imoiimi�fi GRANULAR BASE GRANULAR v7d X SUBBASE OVER DRAINABLE BACKFILL IN TILE TRENCH EXTENDEXTEND ENGINEERING FABRIC UNDER GRANULAR BASESUBDRAIN DRAINABLE BACKFILL PIPE '--ENGINEERING FABRIC SECTION PVG■W/SUBDRAIN NOTE: SEE SHEET. P.01 FOR SUBDRAIN LOCATIONS UNDER PATIO, AND FOR LOCATION PLAN VIEW OF BUILDING PERIMETER DRAINAGE TILE 6 PRECAST PAVEMENT @ PATIO & PERGOLA NO SCALE 3'-0" :01,41P rr PLAYSCAPE Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC lanEacapa AmOiiecw -Site Pluming GENERAL NOTES2'-10" CAST STONE CAP, OBTAIN FROM: C 1. RESTORE SITE TO ORIGINAL CONDITION. THIS INCLUDES THE REPAIR OF ANY DAMAGE rp VERIFY 3" 3' �EDWARDS CAST STONE #PC36 cc AND REPLACEMENT OF PLANTINGS, IF NECESSARY. OR APPROVED EQUAL 2. INSTALL A MINIMUM OF 3/8" DEPTH MORTAR JOINTS AND CALK AS DELINEATED ON 00 O ❑ ❑ O SHELF a PLANS. - - - p �■■� di 3" STONE VENEER, RANDOM 3. FINISH AND FONT FOR LETTERING TO BE APPROVED BY OWNER. N CI O ASHLAR PATTERN = c 4. CONTRACTOR TO PROVIDE SHOP DRAWINGS FOR ALL CAST STONE WORK. oo F3 11 ❑ 8" CMU 2"4" SQ. REINF• W/7 #5'S� d. E GROUT ALL CELLS SOILD FULL HEIGHT 6. CONTRACTOR TO PROVIDE 4' X 4' MOCK-UP OF MASONRY WORK FOR OWNER'S AND r WITH 4,000 PSI CONCRETE. C LANDSCAPE ARCHITECTS APPROVAL.COLUMN - PLAN VIEW p 5. ALL CAP STONE SHALL HAVE A DRIP EDGE. 1X6 RAILS ATTACHED TO O O = � a� POSTS W/ GALV. STEEL DRIP NOTCH . e`a pp SIMPSON STRONG TIE _ 3 0 THRU WALL FLASHING O 6'-O" HANGERS N BACKER ROD & E D SEALANT, TYP. POST CAP r i _� CAST STONE CAP. OBTAIN FROM p EDWARDS CAST STONE OR EQUAL N Y 4X4 WOOD POST CID/TREATED POSTS - STONE MASONRY VENEER♦♦I�^1 c`a ' f BELOW GRADE o _ 24" DIA CAST STONE MEDALLION CnCC a 'n WITH "A" TO MATCH ASHTON "A" W ABOVE GARAGE DOOR. OBTAIN FROM: L c) 8 0 EDWARDS CAST STONE OR 3 R APPROVED EQUAL. O W. 8"X21" CAST STONE ADDRESS PLAQUE OBTAIN FROM: EDWARDS CAST STONE = C >, PLTG. BED PINEAPPLE GROVE DESIGNS OR M001' Ill V APPROVED EQUAL = E RADE 60 REINF. BARS O —Ili Iy I-11 y..,I _ ,000 PSI CONC. Z I I III III III IIIIIIIII—III . III- � . � ..• — III= III IIII _ 1 1 II -I III- ` III III '� III III —III—IIIIII= #5 DOWELS, ALIGN y =11 III= I I—III ' I=1 III= _ 1 1-1 -' _ — III III ' III III - WOODW/ CMU CELLS III=1 111 IIIIIIIIII I III=1 111 ' " #: � " Q I I III -CLEAT ' : =I I� ❑ 1111IIII I ►1 �I =FROST LINE —I TYP NOTE: GRAVEL, TYP-—__ KEY FOOTING INTO UNDISTURBED Sheet Number ROCK,TYP SOILS 3'-61fX3'-6"X8". 1. 7 ENTRY COLUMN & RAIL FENCE NO SCALE o` R07 �-c -!C'� o 1 Shelter Options SELECT APPLICABLE ROOF TYPE: ❑ MR (Metal ❑ SPMR (Stru ❑ TGMR (Tor ❑ SS (Standir ❑ SPSS (Strut ❑ TGSSone ❑ SPAS Strui 13SPCS Strul ❑ SPCH Stru ❑ TGAS on ❑ TGCS Ton ❑ TGCH Tor ❑ LATIA 1 an TRELLI FRAME COLOR: ROOF COLOR: - Panel under Metal Roof( Groove under Metal Roof( by PORTER coRP MRtERCORP, 42C N.136th AVE, HOLLAND. MI 49424 www.poligon.com 800-354-7721 SELECT MODIFICATIONS TO A STANDARD: ❑ INCREASE UPB HEIGHT: ❑ ADD ELECTRICAL CUTOUTS: ❑ ADD ORNAMENTATION: ❑ ADD BENCHES: ❑ ADD HANDRAILS: SELECT CUSTOMIZATION: ❑ INCREASE UPB MORE THAN 2': ❑ CUSTOM COLUMNS: ❑ CUSTOM PITCH: 22 E -COATING FRAME: ElADD ADD GALVANIZING FRAME: PERSEPCTIVE - PERGOLA NO SCALE GIRDER MBER )LUMN ELEVATION - PERGOLA NO SCALE Greco Standard Sizes BIN W D ARC # of columns GRE 22 16 180 4 GRE 26 20 180 5 / GRE 30 24 180 6 Refer to www.poliaon.com download area FOOTING AND ANCHOR INFORMATION • COLUMN STYLE OPTIONS • CUPOLA OPTIONS • ORNAMENTATION STYLE OPTIONS • INTEGRATED BENCH OPTIONS • MISCELLANEOUS OPTIONS • COLOR CHARTS PORTERCORP MANUFACTURES AND DELIVERS PRODUCT IN STRICT COMPLIANCE TO GOVERNING BUILDING CODES. GRE Sheet Index COVER SHEET / ORDER FORM ELEVATION VIEWS STRUCTURAL FRAME ANCHOR LAYOUT A I 10/15/200B /i O P9313B00 Designs and calculations of Pori on buildings are protected under copyright lava and patents and may not be used in the construction or design of a building that is not supplied by Poligon. by PORTERcoRP POMCORP, 4240 N. 136th AVE HOLLAND, W 19424 $HEFT www.polgon.com 800-354-7721 COVER SHEET FRAME AND ORNAMENTATION FINISH: MEMBERS SHOT BLASTED TO NEAR WHITE CONDITION FPC SP -101, WASHED AND SEALED IN A PHOSPHATE SPRAY, COATED WITH SUPER DURABLE TGIC POLYESTER POWDER AND OVEN CURED. SEE COLOR MATRIX FOR AVAILABLE COLORS. OPTIONAL UNDERCOAT: EPDXY E -COAT SYSTEM, USING FULL IMMERSION ELECTRO -DEPOSITION PROCESS. NOTE: THIS IS A PLANNING LEVEL DRAWING. THE STRUCTURE SHOWN IS SUBJECT TO ON-GOING DESIGN REVIEW AND UPDATE. EXPECT SOME CHANGES TO MATERIAL SIZES AND GENERAL DIMENSIONS. ONLY USE DRAWINGS PROVIDED WITH ENGINEERED STRUCTURES FOR CONSTRUCTION. SEE FINISHES / ROOFING PAGE FOR: • FRAME FINISH OPTIONS • POWDER COAT AND ROOFING COLOR SELECTION • TONGUE & GROOVE, STRUCTURAL INSULATED PANEL AND METAL ROOF OPTIONS • OTHER ROOFING OPTIONS SEE ORNAMENTATION PAGE FOR: • ORNAMENTATION PATTERNS • RAILING PATTERNS • COLUMN OPTIONS NOTE: THIS IS A PLANNING LEVEL DRAWING. THE STRUCTURE SHOWN IS SUBJECT TO ON-GOING DESIGN REVIEW AND UPDATE. EXPECT SOME CHANGES TO MATERIAL SIZES AND GENERAL DIMENSIONS. ONLY USE DRAWINGS PROVIDED WITH ENGINEERED STRUCTURES FOR CONSTRUCTION. REFER TO ANCHOR AND FOOTING DOWNLOAD SHEETS FOR GENERAL INFORMATION ON BOTH ANCHOR ATTACHMENT AND TYPICAL FOOTING TYPES. ANCHOR ATTACHMENT AND FOOTING DESIGNS ARE SITE AND SITUATION SPECIFIC AND ARE INTEGRAL TO THE FINAL SHELTER DESIGN. DO NOT POUR FOOTING OR INSTALL ANCHOR BOLTS WITHOUT JOB SPECIFIC ANCHOR AND FOOTING DESTGW f DRAWINGS. 33 R1T-0" 3 CENTER OF V 6'-73/8" A COLUMNS ` ALL POLIGON COLUMN ANCHORING S REF./ SYSTEMS ARE OSHA COMPLIANT. R 32A0• f ttP. E a S SHELTER MODEL: GRECO 30 GRE -30 SCI,IE: REVt R; DAM: 1:32 A 10/15@008 0 L' O O O O `T—ZGI BBB BBBBBBBB 0000 Designs and calculations of Po on buildings are protected under copynght laws and patents and may not be used in the conshucfion a design of a building that is not supplied by Poligon. by PORTEfioaP PORIERCORP, 4210 N. 136th AVE, HOUAND. MI 49424 SHEEP www.poligon.com 800-354-7721 COLUMN LAYOUT cuRn'sMmreR�.FH. nNeam Wuel a9%•••ename mucan.nlla we•m mr wail +aH.r gamau»a®Ra. PLAN - PERGOLA NO SCALE A6unda»t PL.AYSCAPE Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC LaMsc Arth.ura SN %annL�g ���2E CtlMy9 iaxaotl. bn•szds C O N `I O nn Itheat Numbe -L �7 n� 0.08 NEW �)HAUE APPROVED OPTIONS FOR PLAYSCAPE AREA MATERIALS SUPPLIERS: Playground Equipment: High Stepper Medium Climber - GameTime, Inc. 4' Embankment Slide, Posts and Decking - GameTime, Inc. Contact: Cunningham Recreation, Inc. Bill Patterson, Sales Rep. 312-415-6496 billp@cunninghamrec.com Certified GameTime Playground Equipment Installer: Contact: Robert Kremers Construction, Inc. Bob Kremers, Owner 402-658-3357 bobkremersl@aol.com Engineered Wood Fiber (EWF) Supplier: PlayMate Play Area Wood Chips Contact: Evergreen Landscape Supply Co., Cedar Rapids Dale Peterson, Owner 319-395-0144 www.playmatewoodchips.com Music Play Equipment: Diatonic Palm Pipe Drum - SoundPlay, Inc. Pre-school Music Station - SoundPlay, Inc. Contact: SoundPlay, Inc., Parrott, GA Bond Anderson, Owner 229-623-5545 bond@soundplay.com Landscape Materials Supplier 12"-24" Boulders 24" -36" Boulders Wire Logs Double Shredded Hardwood Mulch Contact: Evergreen Landscape Supply Co., Cedar Rapids Dale Peterson, Owner 319-395-0144 www.ever-greeninc.com Play Sand Crushed Gravel Pea Stone Stone Steps Contact: River Products Company, Iowa City, IA Thomas R. Scott, President/CEO 319-338-1184 www.riverproducts.com PLEASE NOTE: Selection and use of Alternate Playscape Material Suppliers will require acceptance by Project Landscape Architect prior to bid date. Engineered Wood Fiber - 9" Compacted Depth Play Sand -Average Depth 18" River Stone Drainage Pit - 24" Depth Please Note: All ground areas within Playscape Area not designated as EWF or Sand shall be Double Shredded Hardwood Mulch. Proposed Shade Trees Proposed Evergreen Trees LANDSCAPE NOTES: See Sheet No. C.11 for Layout & Grading of Playscape Area 3 Proposed Shrubs Proposed Shrubs Proposed Perennials & Grasses Wire Logs 0C° Proposed Boulders Abundant PLAYSCAPES AE M.M pf. a n. lnc UM ,kChft b laza UY,, M D Hawks Design leM^tart AKmh[Wra 6�u!`:avnry C M M M M k� O O ii et Nu>nber w 1 IMP -7 I 1 PT -1 -i- SB -3 VT -3 %, ICL -5 I NT-7 1 IVT -1 I PT -1 J GENERAL LANDSCAPE NOTES: 1. CONTRACTOR TO LOCATE ALL UTILITIES PRIOR TO EXCAVATION. BEFORE COMMENCEMENT OF ANY WORK, CONTACT IOWA ONE CALL (1-800-292-8989) AT LEAST 48 HOURS PRIOR TO DIGGING. REPAIR DAMAGE TO UTILITIES AND STRUCTURES IMMEDIATELY. 2. PRIOR TO PLANT MATERIAL INSTALLATION, THE LANDSCAPE OR OWNER'S REPRESENTATIVE SHALL APPROVE PLANT LOCATIONS. FIELD ADJUSTMENTS OF PROPOSED PLANT LOCATIONS MAY BE REQUIRED TO MINIMIZE POTENTIAL INTERFERENCE PATH EXISTING UTILITIES, TO MINIMIZE HAZARDS TO PLANT GROWTH AND TO IMPROVE MAINTENANCE CONDITIONS. 3. PRIOR TO INSTALLATION, ALL TREE PLANTING LOCATIONS SHALL BE FLAGGED AND PLANTING BEDS SHALL BE DELINEATED FOR APPROVAL BY THE PROJECT LANDSCAPE ARCHITECT OR OWNER'S REPRESENTATIVE. CONTACT THE PROJECT LANDSCAPE ARCHITECT OR OWNER'S REPRESENTATIVE ONE WEEK PRIOR TO ANTICIPATED PLANT MATERIAL INSTALLATION DATE FOR LAYOUT APPROVAL 4. ALL PLANT MATERIAL SHALL AT LEAST MEET MINIMUM REQUIREMENTS SHOWN IN THE "AMERICAN STANDARD FOR NURSERY STOCK" (ANSI Z60.1—LATEST EDITION). 5. PLANT QUANTITIES ARE FOR CONTRACTOR'S CONVENIENCE. DRAWINGS SHALL PREVAIL WHERE DISCREPANCIES OCCUR. 6. NO PLANT MATERIAL SHALL BE SUBSTITUTED WITHOUT THE AUTHORIZATION OF THE LANDSCAPE ARCHITECT OR OWNER'S REPRESENTATIVE. BED PREPARATION AND MULCHING NOTES: 7. IMPORTED TOPSOIL, IF REWIRED, SHALL BE: FERTILE, FRIABLE, NATURAL TOPSOIL, WITH A CLAY CONTENT NOT EXCEEDING 30% AND ORGANIC MATTER CONTENT NOT LESS THAN 5x FREE FROM LUMPS, COARSE SANDS, STONES, ROOTS, STICKS, AND OTHER FOREIGN MATERIAL, WITH ACIDITY RANGE OF BETWEEN Ph 6.0 and 6.8. 8. PLANTING SOIL, PLANTING SOIL (i.e. BACKFILL AREAS AROUND ROOT BALLS AS SHOWN ON TREE/SHRUB INSTALLATION DETAIL) SHALL BE AMENDED. THOROUGHLY MIX 4 PARTS TOPSOIL, 1 PART COMPOST, 1 PART SAND. TOPSOIL SHALL BE AS SPECIFIED WITHIN THE NOTE ABOVE. COMPOST SHALL BE FINELY SCREENED GRADED TO PASS SIEVE AS FOLLOWS: —MINIMUM OF 85% BEING 1/4" OR SMALLER (DRY BASIS RESULT). —MINIMUM OF 70X BEING 5/32" OR SMALLER (DRY BASIS RESULT). —WITH CLUMPS OR PARTICLES 3/4" DIAMETER OR GREATER. SAND SHALL BE C33 WASHED CONCRETE SAND, OR APPROVED EQUAL. 9. UNLESS OTHERWISE STATED, ALL GRASS/PERENNIAL MASSINGS ARE TO BE EVENLY SPACED IN TRIANGULAR PATTERN ARRANGEMENT 10. PRIOR TO MULCHING ALL PLANTING BED AREAS, APPLY COMMERCIAL GRADE PRE—EMERGENT HERBICIDE (PREEN OR APPROVED EQUAL), PER MANUFACTURE'S DIRECTIONS, TO ALL PLANTING BEDS. 11. PROVIDE A MINIMUM 3" DEPTH OF SHREDDED HARDWOOD BARK CHIPS IN ALL TREE/SHRUB PLANTING BEDS. 12. PROVIDE 2" DEPTH OF SHREDDED HARDWOOD BARK CHIPS IN ALL ORNAMENTAL GRASS/PERENNIAL BEDS. 13. PROVIDE ALL TREES LOCATED OUTSIDE OF DESIGNATED MULCH BEDS WITH A MINIMUM 3" DEPTH OF SHREDDED HARDWOOD BARK CHIPS. MULCH RINGS FOR TREES SHALL BE A MINIMUM SIX FOOT (6') DIAMETER 14. ALL PLANTS SHALL BEAR THE SAME RELATIONSHIP TO FINISH GRADE AS THE PLANTS ORIGINAL GRADE BEFORE EXCAVATION. 15. PROVIDE AND MAINTAIN POSITIVE DRAINAGE THROUGHOUT CONSTRUCTION AND INSTALLATION. DO NOT ALLOW ADDITION OF TOPSOIL, PLANTING SOIL OR MULCH TO DETER POSITIVE DRAINAGE OR TO CREATE AREA OF LOCALIZED PONDING. 16. NURSERY TAGS SHALL BE LEFT ON PLANT MATERIAL UNTIL LANDSCAPE ARCHITECT OR OWNER'S REPRESENTATIVE HAS COMPLETED THE INITIAL ACCEPTANCE. 17. CONTAINER GROWN STOCK SHALL HAVE THE CONTAINER REMOVED AND THE ROOT BALL CUT THROUGH THE SURFACE IN TWO VERTICAL LOCATIONS. 18. ALL PLANTS SHALL BE BALLED AND WRAPPED OR CONTAINER GROWN AS SPECIFIED. NO CONTAINER STOCK WILL BE ACCEPTED IF IT IS ROOT BOUND. ALL ROOT WRAPPING MATERIAL MADE OF SYNTHETICS OR PLASTICS SHALL BE REMOVED AT TIME OF PLANTING. 19. AS NEEDED, STAKE ALL NEWLY PLANTED TREES RELATIVE TO WIND EXPOSURE. ALL PLANTS SHALL BE SET PLUMB TO GROUND AND FACED FOR BEST APPEARANCE. AS NECESSARY, PRUNE DEAD BRANCHES OR THOSE THAT COMPROMISE APPEARANCE AND STRUCTURE TO A MAX OF j THE PLANT. 20. CONTRACTOR SHALL WATER AND MAINTAIN ALL SEEDED AREAS AS WELL AS ALL PLANTS UNTIL GROUND FREEZES. MAINTENANCE INCLUDES WEEDING, MULCHING, AND OTHER NECESSARY RELATED OPERATIONS UNTIL INITIAL ACCEPTANCE. INITIAL ACCEPTANCE IS CONSIDERED TO BE THE DATE AT WHICH PLANTING AND MULCHING, ETC., PER LANDSCAPE PLAN, HAS BEEN COMPLETED AND APPROVED BY LANDSCAPE ARCHITECT OR OWNER'S REPRESENTATIVE. 21. ALL PLANT MATERIAL SHALL BE GUARANTEED TO BE IN VIGOROUS GROWING CONDITIONS FOR A PERIOD OF ONE (1) YEAR FROM DATE OF INITIAL ACCEPTANCE. 22. REPLACE ALL PLANT MATERIAL UP TO ONE YEAR OF INITIAL ACCEPTANCE, IN ACCORDANCE WITH LANDSCAPE PLANS. ALL PLANTS THAT ARE DEAD OR IN AN UNHEALTHY OR UNSIGHTLY STATE ARE REQUIRED TO BE REPLACED AT NO ADDITIONAL COST TO THE OWNER. SEED APPLICATION NOTES: 1. ALL SEEDING APPLICATION AREAS SHALL BE PROVIDED BY UNITED SEEDS INC, ION EXCHANGE INC., OR APPROVED EQUAL, CONTACT INFORMATION IS LISTED BELOW 2. ALL SEEDING APPLICATION AREAS TO BE PREPARED, PLANTED AND INSTALLED PER SPECIFICATIONS, OR AS DIRECTED BY THE LANDSCPE ARCHITECT. United Seeds Inc. ` 1800 Dixon Ave, Suite A tl Des Moines, IA 50316 Ph: 1-800-365-6674 Contact Person: Mark Ackerman Email: mackermanOunitedseeds.com Web: www.unitedseedo.com Ion Exchange Inc. 1878 Old Mission Dr. Harpers Ferry, IA 52146 Ph: 1-563-535-7231 Contact Person: Howard Bright Email: hbrightOacegroup.cc Web: www.ionxchange.com Plant List Overall: QTY KEY COMMON NAME BOTANICAL NAME SIZE/COND. TREES AND SHRUBS TREES AND SHRUBS 3 CC Eastern Redbud Cercis canadensis 6' B&B 18 FG Dwarf Fother ilia Fother ilia gardenii 5 gal. container 3 PS Eastern White Pine Pinus strobus 6' B&B 3 Pp astern Sycamore Platanus occidentalis ca. 3 PT Quaking Aspen Po ulus tremuloides 1.75" cal. B&B 1 TD Bald Cypress Taxodium distichum 8' B&B 4 UA Princeton American Elm Ulmus americana "Princeton" 2" cal. B&B 6 VC Korean Spice Viburnum Viburnum carlesii 5 gal. container 29 VT American Cranberrybush Viburnum Viburnum trilobum 5 gal. container =d o� PERENNIALS AND VINES PERENNIALS AND VINES 3 CR Trumpet Vine Cam sus radicans 5 gal. container 22 CL Northern Sea Oats Chasmanthium latifolium 5 nal. container 16 LS Shasta Daisy Leucanthemum x su erbum "Becky" 1 gal. container 7 LA Money Plant Lunaria annus 22 MO Lemon Balm Melissa officinalis 1 gal. container 22 MS S earmint Mentha s icata 1 gal. container 19 MP Red Miscanthus Grass Miscanthus Purpurascens "Red Flame" 5 gal. container 13 MD Bee Balm Monarda didyma 1 gal. container 3 SS Starry Solomon's Plume Smilacina stellate 1 gal. container 24 SB Lamb's Ear Stachys byzantina 1 gal. container LANDSCAPE NOTES: See Sheet No. C.11 for Layout & Grading of Playscape Area Landscape Double Shredded Mulch Quantity = 50 CY Abundant PLAYSCAPES Hawks Design Cl) r O CV CL N U) O SEEM 4) • a i yE M o° � L O =d o� L M N V Ixa d :2111111111� >5 16. co 0 O `o Lr .a O M � U — Z AMAO �-I —1(7O r rn c�:�o -0 =mShMt4umber n •• I LOG, TYP. COMPACTED STONE BASE 3' SHREDDED HARDWOOD MULCH, TYP. FILTER FABRIC, TYP. WIRE LOGS: PLACE ON TOP OF COMPACTED STONE BASE FOR LEVELING do APPROX. 3" BELOW TOP OF SAND OR MULCH SURFACE SUB—BASE, TYP. 18' MINIMUM DEPTH PLAY SAND VERTICAL STUMP SAND PLAY EDGING, TYP. 9' COMPACTED DEPTH ENGINEERED WOOD FIBER (EWF) COMPACTED STONE BASE, TYP. Sand Play_Pit-, Wire Log & Vertical Stump Containment Section Detail not to scale 9" COMPACTED DEPTH ENGINEERED WOOD FIBER (EWF) WOOD STUMP SCRAMBLE CLIMBING ACCESS; STUMPS PROVIDED BY OTHERS r— COMPACTED STONE BASE 9" COMPACTED DEPTH ENGINEERED WOOD FIBER (EWF) SUB—BASE, TYP. Stump_Scramble Detail not to scale 9" COMPACTED DEPTH ENGINEERED WOOD FIBER (EWF) 3" SHREDDED HARDWOOD MULCH, TYP. BOULDER WALL & PLANTER EDGING, TYP. SET APPROX. TO OF BOULDER BELOW GRADE. COMPACTED STONE BASE SUB—BASE, TYP. COMPACTED STONE BASE Boulder Wall & Planter Edge Detail not to scale 3" SHREDDED HARDWOOD MULCH, TYP. 9" COMPACTED DEPTH ENGINEERED WOOD FIBER (EWF) ERGOLA 12' 6x6x8 POSTS, VERTICAL STUMP SAND PLAY EDGING, TYP. VARIES 18" MINIMUM DEPTH PLAY SAND Sand Pa & Containment Detail not to scale TYP. FOOTING PLAN NOTE: PERGOLA BEAMS SHALL BE ALIGNED PARALLEL WITH ASPHALT PATHWAY. JOISTS & BEAMS SHALL HAVE DOG—EAR CUT. ALTERNATE BID: 6' LAMENATE[ TREATED PERGOLA POST ARCH 3" SHREDDED HARDWOOD MULC 6" COMPACTED STONE BASE Playscape Per Detail not to scale 2x12x14' TREATED BEAMS, TYP. 2x6x JOIS_1 BOULDER EDGE; BURY 3 TO I BOULDER BELOW GRADE 3" SHREDDED HARDWOOD MULCH, TYP. —10' WIDE ASPHALT PATHWAY, TYP. COMPACTED STONE BASE, TYP. COMPACTED STONE BASE TREATED CAP 'ENT JOISTS VI S TI N G, TYP. F -z� 2x4 TREATED CAP TO PREVENT STS FROM TWISTING, TYP. X6 JOISTS, 12" O.C., TYP. (12 TREATED BEAMS; ATTACHED TO DST W/ GALV. CARRIAGE BOLTS 6x6x8' TREATED POSTS DOSTS ATTACHED VIA ANCHOR BOLT AND GALV. BASE TO CONC. FOOTING 8" WIDE CONCRETE FOOTING. DEPTH )F FOOTING BELOW FROST PLEASE NOTE: All hardware to be galvanized unless otherwise notes. z Abundant PLAYSCAPES An."mm Pl.y &. ,m.. UM.w An:nn..n 1 . City, u Hawks Design M r O N a m co co O Aftet Number P.11 N (L E *: t� CL 0..0 ca o� �° U) y � a ,> L o0 M 0 O �U E to Z Z Aftet Number P.11 e e e PLATFORM IS RUSH WI TOP SURFACE OF HI NOTE: SLOPE SHOULD BE ENGINEERED TO MATCH THE SLOPE OF THE SLIDE AND SATISFY PERTINENT ASTM AND CPSC REQUIREMENTS. HILL DETAIL PAGE 2 GameTime Embankment Slide not to scale e 91070 """"'°GameTin HILLSIDE ZIP =16aYtxr■RE c=mn x 1-800-235-2440 SLIDE ISSDED,;RE VISED: 21=19;13 0 INSTALLATION 3'-0" WAVE ZIP SLIDE 91070 -DETAIL 4'-0" ZIP SLIDE 91071 _ PARTS LIST 5'-0" ZIP SLIDE 91072 0 _ REFERENCE W-0" WAVE ZIP SLIDE 91073 (21\ 91070 91071 91072 ALL DECK HEIGHTS INSTALLATION INSTRUCTIONS 1. Before assembling this equipment, read the enclosed INSTALLER INSTRUCTIONS in the installation booklet: follow all the instructions during installation. 2. Assemble parts as shown in the ASSEMBLY DRAWING. Refer to the assembly details for the specific hardware required in each connection. L9 EXIT HEIGHT CHART -far- Y& 4' STANDARD EXIT HEIGHT from SURFACING A5TM 11' OR LESS CSA 275mm OR LESS EN 200mm OR LESS HEIGHT CHART -for- 5' THRU 8' _EXIT STANDARD EXIT HEIGHT from SURFACING ASTM 7' TO 15" CSA 175mm TO 380mm EN 350mm OR LESS SoundP_ lay Diatonic Palm Pipe Drum not to scale 7 / f 195 3 UNDERNEATH SEE EXIT_ HEIGHT CHART ASSEMBLY DRAWING 91071 SHOWN PLEASE NOTE. Footings to anchor Embankment Slide are incidental and shall conform to City of Iowa City Building Codes. «'aa SINGLE MAST NET CUMBER i idNe.tix �. 3174Medium High Stepper ...._ tsrtrta Features fins cries is a pyramid -style climbing structure made of steel-loinI Ny{on cables and comes protected against CIV. GS Web uses the highest steel ccne.7n and the congest connection materials in the zndrrotn, including a steel -uv¢ core in car edge ropes and court. etion p:nnts crushed in place with over 75 tons of pressure to ensue long lira olthe gainer mod nnoxunum safety lar tie childrvi. GS Web Nets help Mo.,- movement, balance_ exercise and fall back into the p1pyE�e+tuid. Ages 6 to 12 years Capadty;46children Sze. L: 32' 9" / 9.97m W: 32' 91" / 9.97m H: 18' S' / 5.7m Use zone: L: 42' 7' / 1297m W: 42' 7' ! 1297m Lice;i'e4 ••. GSWeir Pkaygruund Equipmft nt GameTime High Stepper Medium Climber not to scale TREAD LENGTH 14 }" MIN. —10' WIDE ASPHALT PATHWAY, TYP. COMPACTED STONE BASE, TYP. Stone Steps Detail not to scale l-- 9" COMPACTED ENGINEERED WOOD FIBER, TYP. y 24" x 168" x 30" DEEP PEA GRAVEL PIT FILTER FABRIC AROUND &COVER FRENCH DRAIN PITS SUB—BASE Engineered Wood Fiber (EWF) Pea Stone French Drain Pits not to scale 5" RISER STONE STEPS, TYP. SUB—BASE, TYP. FILL IN ALL GAPS BETWEEN STONE STEPS WITH COMPACTED STONE GRAVEL COMPACTED STONE BASE, TYP. MEN OVERLAP STONES 3" MIN., TYP. 9" COMPACTED - DEPTH ENGINEERED WOOD FIBER (EWF) *—IOFA � x Abundant PLAYSOAPES R nEaa PwYa ,IM. t.aa".I.acrosu. k cit'. u Hawks Design M r O N !Z N U) M O eta `1-- d .. . SINGLE MAST NET CUMBER 3174 Medium High SteppeKiNetix .Q r GsWeb rtt>e A♦ W � Features a This senvs is a pyrimad-style climbing structure made of steel -loaded Nylon v cables slid comes protected against L)V. GS Web uses the highest steel content and the strongest connection CL to aerials in th., industry, including a st • -u s - i ••s - e du .cel. sec cuemour edgenp.. gird I!! �V = connection points crushed in pine with aver 75 tons of pressure it ensure O long life of the games and maximum safety for the children. - L Cis Weh Neil help bring niovenrent, balunee. exercise and fim back into the , O playground. Ages 6 to 12 years - Capacity: 46 children - Sze: L: 32' 9' /9.97m L D H: 18' 9' /5.7m � Use zone: L: 42' 7' / 12.97m ' L '0 W:42'T'/12.97m � U Z Fig.ttti Campleted Net 'ucsNnti �" GSW eb Playground Equipment 2 y 24" x 168" x 30" DEEP PEA GRAVEL PIT FILTER FABRIC AROUND &COVER FRENCH DRAIN PITS SUB—BASE Engineered Wood Fiber (EWF) Pea Stone French Drain Pits not to scale 5" RISER STONE STEPS, TYP. SUB—BASE, TYP. FILL IN ALL GAPS BETWEEN STONE STEPS WITH COMPACTED STONE GRAVEL COMPACTED STONE BASE, TYP. MEN OVERLAP STONES 3" MIN., TYP. 9" COMPACTED - DEPTH ENGINEERED WOOD FIBER (EWF) *—IOFA � x Abundant PLAYSOAPES R nEaa PwYa ,IM. t.aa".I.acrosu. k cit'. u Hawks Design M r O N !Z N U) M O O a� a oS_ et Number A r w .12 d A♦ W � C a E v t° CL .2 I!! �V = ev O L O L O a L D {� 3 � O L '0 0 � U Z O a� a oS_ et Number A r w .12 I V I V Il_.. VI PRE-SCHOOL MUSIC STATION 59" ETE PAD VP -\L. Y. M1 14 VI IVI\ BOLT RECESSED INTO WOOD CLEAT, TYP. NOTE: ENTRY ARBOR BEAMS SHALL JOISTS & BEAMS SHALL HAVE BE ALIGNED PARALLEL WITH 3"x3" DOG—EAR CUT. ASPHALT PATHWAY. [2] 2x4 TREATED CAP TO PREVENT JOISTS FROM TWISTING, TYP. 2x6 JOISTS, 12" O.C., TYP. 2x12 TREATED BEAMS; ATTACHED TO POST W/ GALV. CARRIAGE BOLTS 6x6x8' TREATED POSTS POSTS- ATTACHED VIA ANCHOR BOLT �\ AND GALV. BASE TO CONC. FOOTING 9" COMPACTED ENGINEERED WOOD — FIBER (EWF) 18" WIDE CONCRETE FOOTING. DEPTH OF FOOTING BELOW FROST 6" COMPACTED STONE BASE SUBGRADE Alternate Bid Item Pre-school Music not to scale . 25' 6x6x8' TREATED POSTS, TYP. N �® 24"x72" TREATED SQUARE LATTICE ENDS, TYP. ENTRY ARBOR FOOTING PLAN 2x1 2x8' TREATED BEAMS, TYP. 2x6x5' TREATED Please Note: All fasteners to be galvanized JOISTS, 12" O.C., unless otherwise noted. [2] 1 xL I I \L!1 I LV \1f -%I TO PREVENT JOISTS Alternate Bid Item: Entry Arbor Detail FROM TWISTING, TYP. Station 2'x6' TREATED LATTICE PANEL. I IQF 1 ') TQ�_AT�n STRIPS POSTS. not to scale I. is Alternate Bid Item: Foot Bridge Detail not to scale Please Note: All fasteners to be galvanized unless otherwise noted. /.I 2x6 TREATED DECKING 00 1 2x6 JOISTS 2x4 TREATED CURB ALONG BRIDGE DECKING, TYP. F.—. .. 0 1 1 0 GALV. LAG SCREW, TYP. [2] 2x6 TREATED HEADERS, TYP. 4x4x8' TREATED POSTS, TYP. 2x6 TREATED DECKING FILTER FABRIC, TYP. 18" PLAY SAND, TYP. 6" COMPACTED STONE BASE [3] 2x6 TREATED JOISTS, TYP. 2x6x36" TREATED DECKING, TYP. 2x6 DOUBLE HEADER & JOISTS 2x4 TREATED CURB SUPPORT 10' O.C., TYP. 2x4 TREATED CURB ALONG BRIDGE DECKING, TYP. 2x4 TREATED CURB SUPPORT 10" 0. C. TYP. 4x4x8' TREATED POSTS 8-12" BOULDERS, TYP. 18" WIDE CONCRETE FOOTING. DEPTH OF FOOTING BELOW FROST SUBGRADE Abundant PLAYSCAPES RE~pwy. u. Inc. Undw 11rthI I.Cftu Hawks Design M 0 N a N co M 0 SJltaet Number PA 3 ai IL Q as ;4) �.`s a M o� ._ 4) L � I a. a >6I � � o �+ E � Z Z SJltaet Number PA 3