Loading...
HomeMy WebLinkAboutNORMANDY DRIVE RESTORATION PHASE III B 2015it - -/ pn YL 23 -Feb -/ s /5-- i- -r b -i t - Wa r - 1 s )5-7 Of en f r/ z -itAe n an pr �sfoY� l - - rrn n Ic 4aleeowl NORMANDY DRIVE RESTORATION PROJECT/ PHASE IIIB/2012 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION r> 0 csi T1 - � l PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE NORMANDY DRIVE RESTORATION PROJECT, PHASE 1116 IOWA RIVER CORRIDOR POROUS HMA TRAIL & LOWER CITY PARK HMA TRAIL LOOP 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. SIGNEJZ: An onio C. Maikusak Iowa License No. 00581 My license renewal date is June 30, 2015. Nicholas J. Bettis Iowa License No. 17780 My license renewal date is December 31, 2015. DATE: Fee, !z) N f' fl 2015 FEB 19 f 3: 17 CITY Cl Ef f 1 C' A G IT Y.1 " SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS............................................................................................. AF -1 NOTETO BIDDERS................................................................................................ NB -1 FORM OF PROPOSAL............................................................................................ FP -1 BIDBOND................................................................................................................ BB -1 FORM OF AGREEMENT......................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 N iO RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID i PROJECTS..........................................................................................................•._12-1.; TECHNICAL SECTION "� 4 r-- _r*7 DIVISION 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 DIVISION 2 - SITE WORK Section 02930 Seeding................................................................. 02930-1 DIVISION 7 — Section 07021 HMA Porous Pavement ............................................... 07021-1 FILEV), nis FEB 19 F' 1 CITY CLE �. , 3';`1 CITY. I';'; . . NOTICE TO BIDDERS NORMANDY DRIVE RESTORATION PROJECT, PHASE 1116, IOWA RIVER CORRIDOR POROUS HMA TRAIL & LOWER CITY PARK HMA TRAIL LOOP. Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 31st of March, 2015. 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 7th of April, 2015, or at special meeting called for that purpose. The Project will involve the following: Excavate and install 1,153 SY Porous HMA Pavement, 1,490 SY of Modified Granular SubBase & Structural Fabric, 1,490 SY Stone Recharge Bed at 9" depth, 472 SY Granular SubBase, 300 LF of Filter Sock, 780 LF of Silt Fence, 50 Units of Clearing & Grubbing, Removal of 49 SY of PCC/HMA Driveway or Sidewalk, Install 49 SY PCC Sidewalk, Strip 965 CY of Topsoil (to remain on site), Strip and Dispose 515 CY of Topsoil (dispose off site), 1 Storm Sewer Intake, 60 LF 12" RCP Pipe Culver with 4 12" RCP Pipe Apron, 1.00 AC Seeding, and 688 SY HMA Pavement 6". The City is required to obtain an NPDES permit for this project. The Contractor will be responsible for all administration and reporting of the NPDES Storm Water Protection Plan. 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 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 AF -1 C--) v a AF -2 of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: May 1, 2015 Specified Completion Date: June 30, 2015 Liquidated Damages Penalty: $250.00/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 ,�. r� •r_ `, secured at the Office of Rapid Reproductions, fir= Inc. of Iowa City, Iowa, by bona fide bidders. A $50.00 refundable fee is required for each set of a aN plans and specifications provided to bidders or other interested persons. The fee shall be in the E p� W form of a check, made payable to Rapid _ Reproductions. The fee will be returned if the o 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 (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 AF -2 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 r.. �r c - AF -3 1`=1LED 2515 FEB 19 F 1 3= I 1 CITY 1,�ra CITY.IL�r:� 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: Envelope 3: Bid Bond Form of Proposal Bidder References Bidder Status Form NB -1 rn W LJ , W' A 1!..E 7,515 FEB 19 F"l 3 it CITY CLQ ;fl'tfi fiIY.IU,i:A FORM OF PROPOSAL NORMANDY DRIVE RESTORATION PROJECT, PHASE 1116 IOWA RIVER CORRIDOR POROUS HMA TRAIL & LOWER CITY PARK HMA TRAIL LOOP 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. ra Name of Bidder Address of Bidder TO: City Clerk - ° "0 s City of Iowa City -? ' City Hall 410 E. Washington St. 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 work. Project 1: Shared Use Porous HMA Trail & Intersection Improvements Project Cost Item No. Unit Quantity Description Unit Price Total Amount 1.01 LS 1 Mobilization, NPDES Permit Reporting & Admin Fees $- 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 Filter Sock $- 1.07 LF 780 Silt Fence $- 1.08 SY 111 Stabilized Construction Entrance $_ 1.09 UNITS 50 Clearing and Grubbing $- 1.10 SY 49 Remove Existing PCC/HMA Driveway or Sidewalk $_ 1.11 CY 615 6" Strip, Stockpile and Re -spread Topsoil On-site FP -1 1.12 CY 515 6" Strip and Dispose Topsoil Off Site $_ 1.13 LS 1 Class 10 Excavation $- 1.14 CY 100 Class 10 Excavation: Borrow $_ 1.15 EA 1 Storm Sewer Intake, SW -512 $- 1.16 LF 60 Pipe Culvert, 12" RCP $- 1.17 EA 4 Pipe Apron, 12" RCP $- 1.18 SY 350 Subgrade Treatment Granular Subbase, 6" $- 1.19 SY 1,490 Structural Soil -Bearing Fabric 2.06 $_ 1.20 SY 1,490 Modified Granular Subbase 2.07 $_ 1.21 SY 1,490 Stone Recharge Bed, 9" Depth 2.08 $_ 1.22 SY 1,153 Porous HMA Pavement: 5" 2.09 $- 1.23 SY 49 Sidewalk, 4" PCC $- 1.24 SF 48 Detectable Warnings $- 1.25 Acre 0.75 Seeding, Fertilizing and Mulching — Conventional Seeding5 1.26 SY 150 Temporary Rolled Erosion Control Products (RECP) $- 1.27 SY 48 Turf Reinforcement Mats (TRM) $_ SubTotal for Project 1: Intersection Improvements and Shared Use Trail Project 2: Lower City Park HMA Trail Loop Project Cost Item No. Unit Quantity Description Unit Price Total Amount 2.01 LS 1 Mobilization $- 2.02 LS 1 Construction Surveys $- 2.03 LS 1 Temporary Erosion and Sediments Controls C� N $- 2.04 CY 350 6" Strip, Stockpile and Re -spread Topsoil On-site $_ 2.05 LS 1 Class 10 Excavation $_ 2.06 CY 50 Class 10 Excavation: Borrow $- 2.07 SY 122 Subgrade Treatment Granular Subbase, 6" $- 2.08 SY 688 Shared Use Paths: HMA Pavement 6" $- 2.09 AC 0.25 Seeding, Fertilizing and Mulching — Conventional Seeding$ - 2.10 SY 150 Temporary Rolled Erosion Control Products (RECP) $- SubTotal for Project 2: Lower City Park HMA Trail Loop$ - Total Cost for Projects 1 and 2 1 1 $- TOTAL EXTENDED AMOUNT = FP -2 c� J- V� c,v C� N TOTAL EXTENDED AMOUNT = FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 LLS J �n O N as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER,' in the sum of Dollars ($ ) 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, Phase 1116. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons 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 obligatiQr]s of said Surety and its bond shall in no way be impaired or affected by any extension of the til'rhe 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 ; n zl da4 dl A.D., 2015. Witness Witness (Seal) Principal By (Title) (Seal) Surety By (Attomey-in-fact) Attach Power -of -Attorney 61 633 glbZ 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 2015, 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. AASHTO Standards for Multi -use Trails, current edition, d. Plans; N '� e. Specifications and Supplementary Conditions; -1 m C-) — f. Notice to Bidders; g. Note to Bidders, h. Performance and Payment Bond; i. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; j. Contract Compliance Program (Anti -Discrimination Requirements); k. Proposal and Bid Documents; and I. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this C ATTEST: day of Mayor Contractor ATTEST: 2015. City Clerk (Company Official) AG -2 Approved By: City Attorney's Office J1 - CYN 0 N day of Mayor Contractor ATTEST: 2015. City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (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 assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for NORMANDY DRIVE RESTORATION PROJECT, PHASE IIIB 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-upor 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 ofdhis bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not 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 IN THE PRESENCE OF: Witness DAY OF NEM (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 2015. C-> tj -Witness c� r Witness DAY OF NEM (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 2015. Contract Compliance Program CITY OF IOWA CITY rn T.; r LU J� _j m >- �. c .n - 0 N SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC -1 N Q C- r ca 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 seq.) 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 r- CI, L"1 1U1Y r u a` Y �' co O 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 O -i C7 tD rn "D r 2. 3. 4. 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 cidentifying yourself on all recruitment advertising as "an equal opportunity employer". (bj -Use-recruit ant sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment �? 'till oai�-pemetuate the current composition of your workforce. Send recruitment sources a letter i cghnLWI&hich reaffirms your commitment to equal employment opportunity and requests their �assi4riGe in helping you reach diverse applicant pools. (c) Lihalyze and review your company's recruitment procedures to identify and eliminate discriminatory L (d) %lect and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 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 C� Cn rn - rn F CC -5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. 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. 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. it shall be unlawful solicit or require employment of any Iowa City v> C' N CC -6 for any person to as a condition of employee or pro - 897 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee In return for taking a test for the presence of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 897 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 rell- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted narrowly. (Ord. 94-3647, 11-8-1994) N G v� 77 -O p j�^-,-y+ Iowa City - t CC -7 IF I L ED 2315 FEB 19 FI' 3' 1 CITY CLEF.;(. <s CITy, I!:.!!A r GENERAL CONDITIONS The Statewide Urban Design and Specifications for Iowa, and the Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O Vl r n� GC -1 FILED 2015 Fe 19 CITY IG CITY.!,�,�,�, SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations o S-3 Insurance71 — r? �^ S-4 Supervision and Superintendence = rr" S-5 Concerning Subcontractors, Suppliers and Others'–; S-6 Compliance with OSHA Regulations w S-7 Employment Practices n (n S-8 Contract Compliance Program (Anti -Discrimination Requirements) – S-9 Measurement and Payment S-10 Taxes o "– r 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 supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, 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 2009, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work SC -1 will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 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. SC -2 C N SC -2 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 epverage is canceled, during the contract period or within two years after cityl a44eptan6d 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 d1l ing said period, Contractor shall be required to obtain replacement insurance cdverage.tq 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. SC -3 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 Contractors 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. In the event that any of the policies or insurance coverage identified on Contractors Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to SUDAS 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 SUDAS Specifications: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. t `a, r. cc `o SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to SUDAS Specifications: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. They Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of SUDAS Specifications with: n-7 The Contractor shall be responsible for the preservation of stakes and macs . Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of SC -5 $75 per hour. S-12 BIDDER STATUS FORM ON NON -FEDERAL -AID PROJECTS. To be considered a responsible bidder for this Contract, the Bidder shall submit (along with Bid Bond and Form of Proposal) a separate envelope labeled "BIDDER STATUS FORM" which shall include the completed form included with these specifications entitled BIDDER STATUS FORM. Note that these requirements involve all projects not funded with Federal monies. SC -6 vn yr 1 Q' Y v ED 0 SC -6 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS See attached Bidder Status Form (to be completed by all bidders). R-1 N O Cn to C:7 R-1 FILE 7M FEB 19 FM 31 I CITY CLENA lo". NA- ;- CITY, 10 SECTION 01010 - SUMMARY OF THE WORK PART 1 -GENERAL 1.01 SECTION INCLUDES A. Project Description B. Contract Description C. Description of Work D. Work by Owner E. Owner Occupancy and Phasing 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: Hall & Hall Engineers, Inc. ^' B. Owner: City of Iowa City, Department of Public Works and City of Iowa City P�rks firlt1 Recreation �- C. The Project consists of one [1] Milestone for completion: i a. Milestone 1 —June 30, 2015 1.03 CONTRACT DESCRIPTION CA 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 found on the Form of Proposal (AF -2) of this Specification Book. 1.04 DESCRIPTION OF THE WORK A. Work as indicated on the construction drawings and specifications, including, but not limited to: Excavate and install 1,153 SY Porous HMA Pavement, 1,490 SY of Modified Granular Sub Base & Structural Fabric, 1,490 SY Stone Recharge Bed at 9" depth, 472 SY Granular Sub Base, 300 LF of Filter Sock, 780 LF of Silt Fence, 50 Units of Clearing & Grubbing, Removal of 49 SY of PCC/HMA Driveway or Sidewalk, Install 49 SY PCC Sidewalk, Strip 965 CY of Topsoil (to remain on site), Strip and Dispose 515 CY of Topsoil (dispose off site), 1 Storm Sewer Intake, 60 LF 12" RCP Pipe Culver with 4 12" RCP Pipe Apron, 1.00 AC 01010-1 Seeding, and 688 SY HMA Pavement 6". 1.05 WORK DONE BY OWNER None 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 Owner's 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 Owner's continued operations during construction; or obstructs the ability of the local residents access to their properties. B. Coordination with Other City Projects: Normandy Drive Restoration Project, Phase IIIC; Lower 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. 01010-2 City Park Natural Playscape will be under construction at the same time as Phase IIIB. --C. House Keeping: nw ._-- Y i. Contractor is to clean the construction site on a daily basis, and keep on-site v= materials secured. Loose construction materials and debris that is susceptible m � v to being blown around will interfere with conduct of Owner and local residents. cD 1— ii. Contractor is to remove construction debris immediately from areas adjacent �— a to private property. Construction operations, staging areas for temporary use and storage of materials shall be 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. 01010-2 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: I. Specifications and other Contract Documents which are a part of the Contract Documents are listed in the Specifications "TABLE OF CONTENTS" ii. 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/conservative 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 correctionsfinterpretation. PART 2 -PRODUCTS None. ^' Vl PART 3 -EXECUTION ^� None. END OF SECTION �"n Fri - tJ fi JI 01010-3 FILED 2� 5FEB 19 Fri CITY CLEry, ,V-A CITY. SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE 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 `� cn m " 2.01 NONE C-)-` r Fq rn C' PART 3 - EXECUTION w 3.01 PROCEDURE: U -A 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. 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. i% Alit labor, materials and equipment required to bring surfaces to the proper elevation and density incTuilfng loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and G . 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 LL-.�, FORM OF PROPOSAL. c_ 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 of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS Unless specified below the Measurement and Payment for each line item shall be per SUDAS. Add to and/or modify the following Measurement and Payment Items as Follows: Project 1: Iowa River Corridor Porous HMA Trail & Intersection Improvements: 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 Section 1090 - Measurement and Payment of SUDAS Standard 01025-2 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 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 at the completion of the Phase III project for each inspection of the construction area having a qualifying rainfall event (0.5"). Inspection forms shall be kept on the construction site in designated storage place. 1.06 & 1.07 SILT FENCE OR FILTER SOCK The removal and off-site disposal of all silt fence (or filter sock) and fence posts shall be completed prior to the final acceptance of this project. The removal and off-site disposal of all silt fence (or filter sock) and fence posts shall be incidental to this item. N O 1.08 STABILIZED CONSTRUCTION ENTRANCE Will be paid by Square Yard as outlined in Division 9 – Site.Lqrk Qd - r-� Landscaping Section 9040 – 1.08.0 of SUDAS Standard 3ificaiions. - Add the following incidental items: • Installation, fabric and removal. n o M 1.09 CLEARING AND GRUBBING This bid item includes the following: 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. Clearing and grubbing: relocate, removal, store and reinstall traffic signs removed for project improvements. 1.10 REMOVE EXISTING PCC/HMA DRIVEWAY OR SIDEWALK This bid item includes the following: East HMA parking lot pavement removal is included in this line item. 1.11 & 1.12 6" STRIP TOPSOIL 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. All soil disposed off-site shall be to a location within the Iowa City limits. Documentation will be required for disposing of material off-site. 01025-3 1.13 CLASS 10 EXCAVATION Add the following incidental items: Proof roll testing procedures as outlined in SUDAS Spec 2010.3.06.B. Notify Project Engineer or City Inspector 48 hours in advance of this operation. Subgrade preparation to be paid under pavement line item. 1.14 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 Square Yard as outlined in Division 2 — Earthwork Section 2010 —1.08.E of SUDAS Standard Specifications. 1.15 STORM SEWER INTAKE, SW -512 This item is for storm sewer intake along the shared use trail. Extend full depth granular backfill material under and around intake to the connection of the RCP culvert. The following shall be incidental: • Pipe ties (including to the F.E.S.) • Engineering fabric • Miscellaneous concrete. • Full depth granular backfill material. • Grading around intake structure. .c> �.)J6 &.1.17 PIPE CULVERT, 12" RCP & PIPE APRON, 12' RCP 6. = This item is for storm sewer culvert pipes under trails Extend full depth C_ �r granular backfill material from the culvert bedding to the granular subbase / Cn macadam stone under the trails. The following shall be incidental: ! r, Pipe ties (including to the F.E.S.) cam. Engineering fabric Miscellaneous concrete. N Full depth granular backfill material. • Daylight grading downstream of culvert. 1.18 SUBGRADE TREATMENT GRANULAR SUBBASE, 6" 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 of SUDAS Standard Specifications. 1.19 STRUCTURAL SOIL -BEARING FABRIC The geotextile material shall be installed per the manufacturers / suppliers instructions, and overlap in the material shall be considered incidental to this item 1.20 MODIFIED GRANULAR SUBBASE Furnish and install two course modified granular sub base. The unit price for this item (Square Yard) shall constitute full payment for all labor, material, and equipment to install the granular material. 1.21 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. 1.22 SHARED USE PATHS: POROUS HMA PAVEMENT, 6" This will be paid by Square Yard as outlined in Division 7 — Streets and 01025-4 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 1.23 SIDEWALK 4" PCC This will be paid by square yard as outlined in SUDAS Division 7 — Streets and Related Work Section 7030 —1.08.E of SUDAS Standard Specifications. Integral concrete curb is incidental to this work. 1.24 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). 1.25 SEEDING, FERTILIZING, AND MULCHING — CONVENTIONAL SEEDING This will be paid by Acres as outlined in Division 9 —Site Work and Landscaping Section 9010 — 1.08.A of SUDAS Standard Specifications. 1.26 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: • Type 2 RECP is required • Overlap of material • Installed per the manufacturers / suppliers instructions 1.27 TURF REINFORCEMENT MATS (TRM) This will be paid by the Square as outlined in Division 9 —Site Work and Landscaping Section 9040 — 1.08.R of SUDAS Standard Specifications. The following shall be incidental: • A minimum of Type 1 is required _o • Overlap of material • Installed per the manufacturers / suppliers instruction§,:- m _Tj Project 2: Lower City Park HMA Trail Loop: 2.01 MOBILIZATION Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants Section 1090 — Measurement and Payment of SUDAS Standard Specifications. 2.02 CONSTRUCTION SURVEYS Will be paid Lump Sum as outlined in Division 1 — General Provisions and Covenants Section 1090 — Measurement and Payment of SUDAS Standard 01025-5 Specifications. 2.03 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 parking lots and roads to ensure they are clear of debris and soil tracking. • Installation, regular maintenance, and removal / disposal off-site (if necessary) of the 200 SF+/- temporary construction entrance • Managing and completing the necessary record keeping for Iowa City Construction Site Runoff Permit. • Installation, regular maintenance, and removal / disposal off-site (if necessary) of the 185 LF+/- silt fence or filter sock. • Completing Qualifying Rainfall Event Inspections during duration of construction phase. 2.04 6" STRIP, STOCKPILE AND RESPREAD TOPSOIL ON-SITE Will be paid by Cubic Yards as outlined in Division 2 — Earthwork Section 2010 — 1.08.13 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. Plan 4. quantity assumes a 6" strip depth within grading limits of the trail and 2" organic layer strip in the playground area interior of trail loop. Excess topsoil Ch :': c = is expected to be used in the play ground area to create landform and �r achieve a net balance for earthwork if other suitable material generated from Class 10 excavation is not adequate volume. Topsoil shall remain owner's property and shall not be used by contractor for other projects. Clearing and L L. grubbing associated with lawn removal is incidental to this line item. 2.M CLASS 10 EXCAVATION Will be paid by Lump Sum as outlined in Division 2 — Earthwork Section 2010 — 1.08.E of SUDAS Standard Specifications. 2.06 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 Square Yard as outlined in Division 2 — Earthwork Section 2010 — 1.08.E of SUDAS Standard Specifications. 2.07 SUBGRADE TREATMENT GRANULAR SUBBASE, 6" 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 of SUDAS Standard Specifications. 2.08 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 01025-6 2.09 SEEDING, FERTILIZING, AND MULCHING — CONVENTIONAL SEEDING This will be paid by Acres as outlined in Division 9 —Site Work and Landscaping Section 9010 — 1.08.A of SUDAS Standard Specifications. 2.10 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: • Type 2 RECP is required • Overlap of material • Installed per the manufacturers / suppliers instructions END OF SECTION N O C-) :4 c7 f- <f�l Cil C7 W _7 �II_ED CITY CLERli�,? SECTION 01310 — PROGRESS AND SCHEDULES 1.1 SUMMARY A. Prepare, submit and update as necessary a schedule of the work progress. B. 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. 1.2 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 include, bwLare not limited to, the following: — C.) Cfl w n � 1. Preparation of Contractor's Construction Schedule. m 2. Installation and removal of temporary facilities and controls. C-) — 3. Pre -installation conferences. 4. Project closeout activities. -'o ( n 1.3 EXECUTION — 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 G1 a. Tentative construction schedule 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. Progress of Work: Milestone 1: Work completed by June 30, 2015 Saturdays will not be counted as working days. The specific start date is May 1, 2015. No work shall be done between the hours of 9:00pm 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 C;- 1_iY 7,. U ca r 2 4j U7 P CJ 01310 - 2 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 A. The Contractor has the option of using either hydraulic or conventional seeding methods; unless specified otherwise in the contract documents. B. Related work covered by other Sections: None C. Provide permanent seed at the earliest possible date following grading and topsoil re- spreading operations, as approved by the City Forester and/or Landscape Architect. 1.03 PROTECTION OF THE PROPERTY 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 N O U SECTION 02930 - SEEDING C-) -- PART 1 -GENERAL �, r"n rrl 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 A. The Contractor has the option of using either hydraulic or conventional seeding methods; unless specified otherwise in the contract documents. B. Related work covered by other Sections: None C. Provide permanent seed at the earliest possible date following grading and topsoil re- spreading operations, as approved by the City Forester and/or Landscape Architect. 1.03 PROTECTION OF THE PROPERTY 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 manufacturer's or vendor's certified analysis for soil amendments. i. Certification of the fertilizer analysis with scale weight and statement of guaranteed analysis. ii. Certification of the tackifier ingredients, recommended rates of application, and expiration date. iii. Certification of the inoculant ingredient for legumes and the specific seed to be inoculated with the application rate and expiration date. iv. Certifiation of the fungicide ingredients and applicable fungus disease control and recommended application rate of manufacturer. v. Certification on the sticking agent ingredients with applicable use and rate by manufacturer. vi. Certification in the degradable wood cellulose fiber mulch ingredients with —m applicable use and rate, and the water retention capacity by manufacturer or °y9 supplier. Submit written maintenance instructions recommending procedures for maintenance of seeded areas for one year, prior to final acceptance of the seeded areas. D. 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 A. The seeding shall be installed as specified to germinate and provide a uniformly dense stand 02930-2 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 defects, without additional compensation. PART2-PRODUCTS 2.01 SEED A. Provide fresh, clean, new crop, certified blue tag seed complying to tolerance for germination and purity and free of poa annua, bent grass, and free of noxious weed seed; see item 1.05 Quality Assurance herein. 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. 2.02 SEED MIXTURES N A. Provide the certified blue tag or a copy of current tests of each species p #h queAty seed mixture type and application rate as defined on the plans. 7=_-) �-r! do B. Type 1 Seeding - Lawn Mix "ProTurf seed mix as supplied by Pace Suppler Applieation l - 348 lbs per acre. w 2.03 FERTILIZER {� A. Fertilizer shall comply with the rules of the Iowa Department of Agriculture and as fmows: 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 each container with the proper scale weight records. 02930-3 iii. Fertilizer shall be of a type that can be uniformly distributed by the application equipment. Fertilizer may be furnished in a dry or liquid form. iv. When applied dry, the fertilizer shall be a granular, non-buming chemically combined product composed of not less than 50% organic slow acting, guaranteed analysis professional fertilizer. Granular or pellet form shall be uniform in composition, dry, and free flowing without caking or other damage not suitable for use. v. When applied in a liquid form, fertilizer may be chemically combined or may be fumished as separate ingredients. vi. 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 pp y g equipment. C ; ', iii. The slurry shall be dyed greed to facilitate visual metering during application �t _.: _.- with said material or homogeneous slurry having no growth or genoination- ci Jy= inhibiting factors, being completely non -injurious to plant or animal fife and a, = having no toxic effect when combined with seed, fertilizer and water. L- 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 w `J 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 plant - P inhibiting 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 Ib/1,000 sf). 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. ii. The material shall be homogeneous within the slurry and shall have no growth 02930-4 or germination -inhibiting factors nor any toxic effect on plant or animal fife when combined with seed or fertilizer. iii. The tackifier shall be applied at a minimum rate of 50 pounds per acre (0.11 lb/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). N B. The manufacturers container shall indicate the specific legume seed to be inoculglyid, rate of application and the expiration date. M >> _] W _ C. All noculant shall meet requirements of the Iowa Seed Law. 4n r— -v m 2.07 FUNGICIDE =err 3 W A. A fungicide shall be a non-commercial protectant formulation to provide protection -from soil - born fungus diseases of seeds. B. The application shall be made at the rate of 5 '/S ounces of a 75% concentrate or equivalent per 100 pounds of seed. 2.08 STICKING AGENT 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: 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 02930-6 uniformly mixed into the top 1 % inches of soil. '— ii. Fertilizer shall be spread with a mechanical spreader or sprayer uniformly to all areas to be seeded at the minimum rate specified herein. The fertilizer _- shall be tilled into the soil to a minimum depth of 3". Ur iii. The Contractor shall be permitted to substitute other fertilizer containing _l ": analysis percentages different from those specified, provided that the co `--.- minimum amounts of actual nitrogen (N), phosphate (P), and potash (K) per c s acre are supplied and that in no case shall the total amount per acre of the - three fertilizer elements (N), (P), or (K) be exceeded by 30% of the following N minimum amounts. 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 3" and to remove all rocks, debris, and solid non -soil material larger than Y:" in 02930-6 Gn 1 'T1 diameter from the upper 3" of the soil. A spring tooth i ilWatou be ed in lieu of a rock picker. The rock shall then be remo%p, * hand aftaMch use of the cultivator–the process to be repeated until the sail is fi°lative�l�free of rock as determined by the City Forester and/or top-topArFhhJct. Remove all rock remnants from rock piles used on prE#et smaAer tham/". The seedbed shall then be smoothed with a cultivator-type tillao tool fiaving a rake bar. — vii. Tilling shall be parallel to the contours with ruts and wheel `tfacks 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 Forester and/or Landscape Architect. B. Conventional Seeding Sowing: I. Domestic grasses - On all areas accessible to machinery, all grass seed shall be sown with a drop -type seeder attached to a landscape roller in such a manner that the seed is applied and then covered by rolling which firms the soil. Seeding to be completed with a minimum of two passes in different 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. iii. 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 watered once a day (early morning or evening). 02930-7 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 A. Domestic Grasses - Maintenance shall begin immediately following the installation of seed and -mulch and continue for a 60 -day period. 8. Maintenance of seeded areas shall include protection against traffic, repairing of areas 4 4c aged, watering, rolling, and mowing when domestic grasses are at an approximate 3- �., iae"eight. C. If areas are seeded in the fall and not given a full maintenance period, or if seeding establishment is not acceptable at that time, continue maintenance the following spring until acceptable lawn or prairie area is established. 3.07 RESEEDING 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. [cIiZZ��I: LrJ 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: L 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 02930-9 N _O fT7 roj 1 CJ1 02930-9 FILE! V, 1S FES 19 Pf9 3' I e CITY CLE?,, I ';°', CI f Y.10 IVA SECTION 07021 -HOT MIX ASPHALT POROUS PAVEMENT PART 1 -GENERAL 1.01 SECTION INCLUDES A. Hot Mix Asphalt (HMA) Porous Pavement B. Base Widening 1.02 DESCRIPTION OF WORK A. Includes the 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. N O 1. Provide Quality Management —Asphalt (QM -A) forbid items with HMA quantiti exceeding 300 tons. Provide quality control forbid items with HMA quantities 00 to I or less according to Section 7020, 3.05. r 2. Refer to Table 1 for gyratory mixture design criteria. M i ir Table 1: HMA Gyratory Mixture Requirements c� Gyratory Mixture Requirements Porous HMA Gyrations for N nifiN WA Gyrations for Nig 50 G rations for N,,, WA Air Voids, % - Wear z 18% Tensile Strength Ratio, min% at mix design s 80 Fines/Effective Asphalt 5 1.2 Draindown - Based on 1 hour reading at the anticipated production temperature s 0.3% Stabilizer by weight of total mix, % 0.2-0.4 VCA Ratio VCAMix< VCADRc 1.03 SUBMITTALS A. HMA Porous Pavement Mix Design: Prepare and submit the Job Mix Formula (JMF) to the Engineer for approval prior to HMA production. 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 maybe varied as necessary during construction to meet this requirement. 07021-02 B. Quality Control Test Results C. pavement Smoothness Results: Submit all testing and certifications according to -SUDAS Section 7021, 1.08. D.-Mateaiaf Certification: Upon request, the Contractor will provide material certifications to the U � rEngiFiner= -- , E. -HMA�e6rbfication: Submit HMA certifications for all bid items with HMA quantities of 500 qops iWre`ss, according to Section 7020, 3.05. F. Weight t'eLeipts should include mix size and type and/or correlate to the bid item. N 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. 1.05 DELIVERY, STORAGE, HANDLING, AND SALVAGING A. Aggregate Storage: Prevent contamination and intermingling per Iowa DOT Section 2303. B. Disposal: Dispose of excess HMA according to applicable local, state, and federal regulations in a manner that does not cause damage or harm to adjacent properties or public facilities. 1.06 SCHEDULING 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. 07021-03 N O C"U 1.07 RESTRICTIONS ON OPERATIONS - n r-^t -TI ico ...,.. A. Safety Fence for Pavement: —tC " 1. At the end of each day's construction and at all side streets, the Contractor sG@l erect* i and maintain such barriers and fencing as are necessary to protect the OverE nt fr&r-0 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. B. Maintenance of Pavement: The Contractor shall protect the new pavement and its appurtenances from traffic, both public and that caused by the Contractor's operation. This includes the erection and maintenance of warning signs, lights, barricades, watchmen to direct traffic, and pavement bridges or crossovers. The Contractor shall include all necessary equipment and materials to prevent the transport of sediment, grass clippings, trash, and other substances onto the pavement. The Contractor may place a geotextile over the intermediate and final pavement for protection as approved by the Engineer. 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. 1. 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: 07021-03 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 2303, except as modified below: 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. E. Porous HMA Pavement Base and Surface Course: 1. 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 tate binder shall be no greater than 0.3%. If more absorptive aggregates, such as Brushed 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: 07021-04 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 meetyie following gradation: ' Sieve Size Percent Passing By Weiphty� 1/2" 1006-- 3/8" 92-98 c' No.4 34-40 M o ^: s No. 8 12-20 No. 16 5-13 No. 30 0-4 No. 200 0-2 3. The asphaltic mix shall be tested for its resistance to stripping by water in accordance with ASTM D3625. If the estimated coating area is not above 95%, anti -stripping agents shall be added to the asphalt. 4. The use of recycled asphalt pavements in the mix is prohibited. 2.02 STRUCTURAL SOIL -BEARING FABRIC: A. Engineering Fabrics shall conform to IaDOT4196.01 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 2"). Base stone may be quarried from Schildberg Construction Company, Inc. Crescent Quarry or equivalent as approved by the Engineer. 07021-05 PART 3 - EXECUTION 3.01 HMA POROUS PAVEMENT Construct according to Iowa DOT Section 2303 and the following: A. Transporting Material: 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 tat 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. Mixture 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. A well -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 104on 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. 07021-06 6. Check the finished subgrade with a template supported on the surface of the adjacent pavement. 3.02 PREPARATION (Continued) = ? rn B. Granular Subbase for Porous HMA 1. Excavate as required to install subbase to proposed depth and cross'seEfibn. 2. Minimize disturbance of exposed subgrade. Minimize placement anddperatiEof equipment on subgrade. <r. 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 07021-m Engineer on a random basis in accordance with procedures contained in ASTM D 3665. 10. 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 OM -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 t„ more than 12 months old. Maintain an asphalt binder log to track when the binder was delivered. Identify the JMF on the HMA delivery ticket. Use certified asphalt binder and t, approved aggregate sources meeting the JMF. Monitor the quality control test results and make adjustments to keep the mixture near the target JMF values. ice. - f°` C.,3. Construction: Take density measurements of the compacted mixture, except when Class ._FI compaction is specified. Use the field quality control laboratory compaction for field ^^� cn idensity control as specified in Iowa DOT Section 2303. The Engineer may accept the L density of the compacted layer based on cores or density gauge. The Engineer may tC 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 qua ntities. 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 07021-08 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 bltiupinca mixt f4 and completed pavement as well as the implementation of the Contractor'qVrraIity-Gontrol — plan and test results: 1. Asphalt ContentI- 2. Aggregate Gradation w 3. Field Porosity —_ 4. Smoothness 5. Grade The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper 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. 07021-09 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. I��I�ZU�9xel1[eLl 07021-10 1n M �o UJ ..�- L N I��I�ZU�9xel1[eLl 07021-10 Prepared by: Michael Moran, Parks and Recreation, 220 S. Gilbert St., Iowa City, IA 52240, (319)356-5104 RESOLUTION NO. 15-47 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 9, 2015 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORMANDY DRIVE RESTORATION PROJECT—PHASE 1116, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, this project will finish the trail connection between Rocky Shore Drive and Normandy Drive for use by 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: 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 9th day of March, 2015, 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. 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 23rd day of February 20 15 ATTEST: 2AZA iw 7�' - rx� CITY CLERK pweig\masterslsetpRdoc 1111 Approved by City Attorney's Office Resolution No. 15-47 page 2 It was moved by Mims and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton Subscribed and sworn to before me this2 day of �A.O 20 Notary b c ADAM JAMES KAHLER $ Commission Number 785381 My Commission Expires 08/0412017 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE NORMANDY DRIVE RESTORATION PROJECT, HIS, IOWA RIVER �-• l'IPHASE Printer's Fee $ �) J 'i CORRDOR POROUS HMA TRAIL LOWER CITY PARK HMA TRAIL LOOP IN THE CITY CERTIFICATE OF PUBLICATION OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA. AND TO STATE OF IOWA, OTHER INTERESTED PERSONS: Public notice Is hereby given that the City Council of the City of Iowa JOHNSON COUNTY, SS: City, Iowa, will conduct a public hearing on plans, specifications, IOWA CITY PRESS form of contract and estimated THE -CITIZEN cost for the construction of the Normandy Drive Restoration FED.I1)IN2-03311670 Project, Phase IUB in said city at 7:00 p.m. on the 9th day of March 2015, said meeting to be held in the Ir ('Q161 Emma J. Harvat Hell in the City Hall, 410 E. Washington Street in being duly sworn, say that I am said city, or if said meeting is can - the legal clerk of the IOWA CITY celled, at the next meeting of the g City Council thereafter as posted PRESS -CITIZEN, a newspaper by the City Clerk. Said plans, specifications, form of published in said county, and contract and estimated cost are of now on file in the office of the City that a notice, a printed co p copy Clerk in the Cay Hall In Iowa City, which is hereto attached, was Iowa, and may be inspected by any Interested persona. Any interested published in said paper_ persons may appear at said meet- time(s), on the following date(s): ing of the City Council for the pur- pose of making objections to and comments concerning avid,plans, of \ specifications. contract or the cost of making mid 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 Legal Clerk rca0000,o+» February 27, 2015 Subscribed and sworn to before me this2 day of �A.O 20 Notary b c ADAM JAMES KAHLER $ Commission Number 785381 My Commission Expires 08/0412017 Prepared by: Michael Moran, Parks & Recreation Department, 220 S. Gilbert St., Iowa City, IA 52240 (319) 356-5104 RESOLUTION NO. 15-71 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORMANDY DRIVE RESTORATION PHASE IIIB 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 #4160. 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 31st day of March, 2015. 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 7'h day of April, 2015, or is 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 9th day of march ATTEST: Awll-� e CITY "ERK MAYOR \ 20 15 Approved by City Attorney's Office Resolution No. 15-71 Page 2 It was moved by Mims and seconded by Tbrogmorton the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: % Botchway x Dickens x Dobyns x Hayek XMims R Payne x Throgmorton NOTICE TO BIDDERS NORMANDY DRIVE RESTORATION PROJECT, PHASE IIIB, IOWA RIVER CORRIDOR POROUS HMA TRAIL & LOWER CITY PARK HMA TRAIL LOOP. Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 31st of March, 2015. 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 7" of April, 2015, or at special meeting called for that purpose. The Project will involve the following: Excavate and install 1,153 SY Porous HMA Pavement, 1,490 SY of Modified Granular SubBase & Structural Fabric, 1,490 SY Stone Recharge Bed at 9" depth, 472 SY Granular SubBase, 300 LF of Filter Sock, 760 LF of Silt Fence, 50 Units of Clearing & Grubbing, Removal of 49 SY of PCC/HMA Driveway or Sidewalk, Install 49 SY PCC Sidewalk, Strip 965 CY of Topsoil (to remain on site), Strip and Dispose 515 CY of Topsoil (dispose off site), 1 Storm Sewer Intake, 60 LF 12" RCP Pipe Culver with 4 12" RCP Pipe Apron, 1.00 AC Seeding, and 688 SY HMA Pavement 6". The City is required to obtain an NPDES permit for this project. The Contractor will be responsible for all administration and reporting of the NPDES Storm Water Protection Plan. 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 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 AF -1 of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (2) years from and after Its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: May 1, 2015 Specified Completion Date: June 30, 2015 Liquidated Damages Penalty: $250.00/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 contrac- tors 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 subcon- tract. This list shall include the type of work and AF -2 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 Printer's Fee S 6 �_ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 11 being duly sworn, say th t I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper_ time(s), on the following dates): Legal Clerk Subscribed and sworn to befR/¢eAmethis I daye ' l rI` . 20_J_. Nol u lic ADAM JAMES KAHLER ¢mx CommissbnNumber 785381 My Commission Expires 0804W7 bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be OFFICIAL PUBLICATION required to furnish a bond in an NOTICE TO BIDDERS amount equal to one hundred per - NORMANDY DRIVE cent (100%) of the contract price, RESTORATION PROJECT, said bond to be issued by a PHASE 1118, IOWA RIVER responsible surety approved by the CORRIDOR POROUS HMA City, and shall guarantee the TRAIL & LOWER CITY PARK prompt payment of all materials HMA TRAIL LOOP, and labor, and also protect and Sealed proposals will be received save harmless the City from all by the City Clerk of the City of Iowa claims and damages of any kind City. Iowa, until 2:30 P.M. on the caused directly or indirectly by the 31st of March, 2015. Sealed pro- operation of the contract, and shall peseta will be opened immediately also guarantee the maintenance of thereafter by the City Engineer or the improvement for a period of designee. Bids submitted by fax one (2) years from and after as machine shall not be deemed a completion and formal acceptance "sealed bid" for purposes of this by the City Council. Project. Proposals received after The following limitations shall this deadline will be returned to the apply to this Project: bidder unopened. Proposals will be Specified Start Date: May 1, 2015 acted upon by the City Council at a Specified Completion Date: June meeting to be held in the Emma J. 30, 2015 Harvat Hall at 7:00 P.M. on the 7th Liquidated Damages Penalty: of April, 2015, or at special meeting $250.00/day called for that purpose. The plans, specifications and pro - The Project will involve the follow- posed contract documents may be ing: examined at the office of the City Excavate and install 1,153 SY Clerk. Copies of said plans and Porous HMA Pavement, 1,490 SY specifications and form of proposal of Modified Granular SubBase & blanks may be secured at the Structural Fabric, 1,490 SY Stone Office of Rapid Reproductions. Inc. Recharge Bed at 9" depth, 472 SY of Iowa City, Iowa, by bona fide Granular SubBase, 300 LF of Fitter bidders. A $50.00 refundable fee is Sock, 780 LF of Sift Fence, 50 required for each set of plans and Units of Clearing & Grubbing, specifications provided to bidders Removal of 49 SY of PCC/HMA or other interested persons. The Ddveway or Sidewalk, Install 49 SY fee shall be in the form of a check, PCC Sidewalk, Strip 965 CY of made payable to Rapid Topsoil (to remain on site), Strip Reproductions. The fee will be and Dispose 515 CY of Topsoil returned if the plans are returned in (dispose off site), 1 Storm Sewer unmarked and reusable condition Intake, 60 LF 12" RCP Pipe Culver within 15 days of Council Award. A with 4 12" RCP Pipe Apron, 1.00 separate and nonrefundable AC Seeding, and 688 SY HMA $15.00 shipping and handling fee Pavement 6". The City is required will apply to plans that are sent to obtain an NPDES permit for this through postal mail. project. The Contractor will be Prospective bidders are advised responsible for all administration that the City of Iowa City desires to and reporting of the NPDES Storrs employ minority contractors and Water Protection Plan. subcontractors on City projects. A All work is to be done in strict listing of minority contractors can compliance with the plans and be obtained from the Iowa specifications prepared by Department of Inspections and Abundant Playscapes, of Iowa Appeals at (515) 281-5796 and the City, Iowa, which have heretofore Iowa Department of Transportation been approved by the City Council, Contracts Office at (515) 239-1422. and are on file for public examine- Bidders shall list on the Form of tion in the Office of the City Clerk. Proposal the names of persons, Each proposal shall be completed firms, companies or other parties on a form furnished by the City and with whom the bidder intends to must be accompanied in a sealed subcontract. This list shall include envelope,.separate from the one the type of we* and approximate containing the proposal, by a bid subcontract amount(s). bond executed by a corporation The Contractor awarded the con - authorized to contract as a surety tract shall submit a list on the Forth in the State of Iowa, in the sum of of Agreement of the proposed sub - 10% of the bid. The bid security contractors, together with quanti- shall be made payable to the ties, unit prices and extended dol - TREASURER OF THE CITY OF lar amounts. IOWA CRY, IOWA, and shall be By virtue of statutory authority, forfeited to the City of Iowa City In preference must be given to prod - the event the successful bidder ucts and provisions grown and fails to enter into a contract within coal produced within the State of ten (10) calendar days of the City Iowa, and to Iowa domestic labor, Council's award of the contract to the extent lawfully required and post bond satisfactory to the under Iowa Statutes. The Iowa City ensuring the faithful perfor- reciprocal ,resident bidder prefer - mance of the contract and mainte- encs law applies to this Project. nance of said Project. If required, The City reserves the right to pursuant to the provisions of this reject any or all proposals, and also notice and the other contract doc- reserves the right to waive techni- uments. Bid bonds of the lowest callties and irregularities. two or more bidders may be Published upon order of the City retained for a period of not to Council of Iowa City, Iowa. exceed fifteen (15) calendar days MARIAN K. KARR, CITY CLERK following award of the contract, or until rejection is made. Other bid March 16, 2015 bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. Prepared by: Michael Moran, Director, Parks & Recreation Department, 220 S. Gilbert St. Iowa City, IA 52240 (319) 356-5100 RESOLUTION NO. 15-90 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR THE CONSTRUCTION OF THE NORMANDY DRIVE RESTORATION PHASE IIIB PROJECT. WHEREAS L. L. Felling Company, of North Liberty, Iowa, has submitted the lowest responsible bid of $223,030.55 for construction of the above-named project; and WHEREAS, funds for this project are available in GO Bonds account #4178. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: 1. The contract for construction of the above-named project is hereby awarded to L. L. Pelling Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Parks and Recreation Director is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 7th day of April , 201.�__. IIDUYLO7:7 ATTEST: �7 ,rte/ X�4u CITY CLERK City Attorney's Resolution No. 15-90 ]Page 2 It was moved by Payne and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: PLAYS: ABSENT: x Botchway x Dickens _ x Dobyns x Hayek x Mims x Payne x Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and L.L. Pelling Comoany ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 23rd day of February , 2015, for the Normandy Drive Restoration Project Phase IIIB 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: 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 inccggorated herein by reference: o n �^ a. Addenda Numbers n -1(7 c<r M, b. Statewide Urban Design and Specifications for Iowa, curre,Atlo= "x W C. AASHTO Standards for Multi -use Trails, current edition, Y cn cr, d. Plans; e. Specifications and Supplementary Conditions; f. Notice to Bidders; g. Note to Bidders; h. Performance and Payment Bond; i. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; j. Contract Compliance Program (Anti -Discrimination Requirements); k. Proposal and Bid Documents; and I. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): �(o Sao, o0 ' Vc>o IF20-rwK Govt -t441 St6 000. co 4. Payments are to be made to the Contractor in accordance with the Supp%entary CD Conditions. j �' x cn DATED this day of w v c.n :n ATTEST: Mayor yp\feac�, City Clerk AG -2 Contractor E (Title) Estimator ATTEST: Breft Finnegan (Title) Vice President (Company Official) Approved By: t>. City Attorney's Office 5 SSI rS FORM OF PROPOSAL NORMANDY DRIVE RESTORATION PROJECT, PHASE IIIB IOWA RIVER CORRIDOR POROUS HMA TRAIL & LOWER CITY PARK HMA TRAIL LOOP CITY OF IOWA CITY NOTICE TO BIDDERS: NameofBidder L.L. j)—n// (-nmpArjq Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 N O r IV M The undersigned bidder submits herewith bid security in the amount of $ (OX OE JBro , 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 work. Project 1: Shared Use Porous HMA Trail & Intersection Improvements Pro act Cost Item No. Unit Quantity Description [Unit Price Total Amount 1.01 LS 1 Mobilization, NPDES Permit Reporting & Admin Fees w go l°0S 19 150.0° 1.02 LS 1 Construction Surveys 00 $_ w 1.03 LS 1 Traffic Control it ro $_1400,00 1.04 LS 1 Temporary Erosion and Sediments Controls t 17 p0 $-(61J75. 0O 1.05 EA 5 Qualifying Rainfall Event Inspection 6 00 $-(.95100 1.06 LF 300 Filter Sock 50 $_ -7-,50.0' 1.07 LF 780 Silt Fence I , q0 $-1 46J,00 1.08 SY 111 Stabilized Construction Entrance 4 16.50 $_ 4931.511 1.09 UNITS 50 Clearing and Grubbing I& 7A 50 `0 1.10 SY 49 Remove Existing PCC/HMA Driveway or Sidewalk I , *1 $_ 45 1.11 CY 615 6' Strip, Stockpile and Re -spread Topsoil On-site It (to 50 1 $-16,14-7.50 FP -1 1.12 CY 515 6" Strip and Dispose Topsoil Off Site 0, $5 SIU 58 3 25 1.13 LS 1 Class 10 Excavation " $_1 lo 4 5Q. 00 1.14 CY 100 Class 10 Excavation: Borrow 5 gO S 3590. °D 1.15 EA 1 Storm Sewer Intake, SW -512 q1 p,° $_Qi, 4 (p, °V 1.16 LF 60 Pipe Culvert, 12" RCP JL 74 a° $-4450100 1.17 EA 4 Pipe Apron, 12" RCP 5:°° 350 1.18 SY 350 Subgrade Treatment Granular Subbase, 6" 1110.55 -L4,260,°° $_ 5o 1.19 SY 1,490 Structural Soil -Bearing Fabric d f, 55 $_ a 50 1.20 SY 1,490 Modified Granular Subbase84.85 2.07 S_ '33'3.50 1.21 SY 1,490 Stone Recharge Bed, 9" Depth b gyp, do $_ 15. 4 00 1.22 SY 1,153 Porous HMA Pavement: 5' 937.05 $_ 718.c5 1.23 SY 49 Sidewalk, 4" PCC 104 1eo $_ q3g. 40 1.24 SF 48 Detectable Warnings 9 37 i5 $_ 1 26 1.25 Acre 0.75 Seeding, Fertilizing and Mulching - Conventional Seeding $_ 00 1.26 SY 150 Temporary Rolled Erosion Control Products (RECP) 00 $_ 00 1.27 SY 48 Turf Reinforcement Mats (TRM) 00 SubTotal for Project 1: Intersection Improvements and Shared Use Trail $- 17 3' 45 Pro ect 2: Lower City Park HMA Trail Loop act Cost Item No. Unit QuantityDescription Total Amount 2.01 LS 1 Mobilization UUnft 2.02 LS 1 Construction Surveys 2.03 LS 1 Temporary Erosion and Sediments Controls $_ I QOO, o6 2.04 CY 350 6" Strip, Stockpile and Re -spread Topsoil On-site IL ((0,50 S 5 77 rj 00 2.05 LS 1 Class 10 Excavation � S_ 600 00 2.06 CY 50 Class 10 Excavation: Borrow K 35.50 $_ i O o0 2.07 SY 122 Subgrade Treatment Granular Subbase, 6" 9 10, 5 5 $_ 2.08 BY 688 Shared Use Paths: HMA Pavement 6" 3rJ w '10 S_ o0 2.09 AC 0.25 Seeding, Fertilizing and Mulching - Conventional Seeding ,0 O0 $- eO 2.10 SY 150 Temporary Rolled Erosion Control Products (RECP) SubTotal for Project 2: Lower City Park HMA Trail Loo $- 1O Total Cost for. Proiects 1 and 2. 1J�;_' �� j1271551 TOTAL EXTENDED AMOUNT = $ a{=Fa 5 5 i� cn :�r m �ZZ w c' cn cn FP -2 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: sSaVE/dS LRD SZ A-( �IA TROL 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 withdhe Contract Documents and agrees that, in the event of any discrepancies or differences betw prevail. n ang,Conditions of this proposal and the Contract Documents prepared by the City of Iowa City, tltnorey�pecifl"hall -C7-< �, r Firm: 1�F , rti/ nnA RaE�^I a1 n C)'3zu w Signature: Printed Name:�&Pey Title: F --Ji rrra-) oc Address: l A a "-,w., Y"VN $r Alert lsayz-n -2so Contact: FP -3 Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 RESOLUTION NO. 16-263 RESOLUTION ACCEPTING THE WORK FOR THE NORMANDY DRIVE RESTORATION PHASE IIIB PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Normandy Drive Restoration Phase 1116 Project, as included in a contract between the City of Iowa City and L.L. Felling of North Liberty, Iowa, dated April 7, 2015, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Iowa River Corridor Trail - Peninsula to Waterworks account # R4160; and WHEREAS, the final contract price is $222,548.05. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of September _,2016. M OR ` Approved by ATTEST: � ?e - 7V� JAUJtcd wtkfoRR CI LERK City Attorney's Office Sfe, 1icv It was moved by sotchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: AYES x Pweng/masters/acptwork. doc 6/16 NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton 3d(6) -IOWA RIVER- CORRIDOR POROUS HMA TRAIL & LOWE CITY PARK HMA TRAIL (2/19/15) A 7L 1!701 fov� I I VT Is ton rare% EIT Iowa River Corridor Porous HMA Tra Prepared BY: Hall & Hall Engineers, Inc. 1860 Boyson Road Hiawatha, IA Stat_� of.!,w,- 213911 Jr DATE U-- F"'—; dote o 34, 20115 C. Sheets A.01. C.01. C.10C.30'731 N 11 & Lower City Park HMA Tra�il Loop Project C"Ity of Iowa i Dept. of Publ'ic Works and lk,ity of Iowa C'Ity Dept. of Parks Recreat"ton Abundant Playscapes, Inc. 5051 Faye Drive SE Iowa City, IA M 410 E. Washington Street M Iowa City, 1A 52240 Not to Scale N List of Drawings: A.00 - Cover Sheet & Location Map A.01 - Site Survey A.02 - Project General Notes A.03 - Storm Water Pollution Protection Plal C.01 - Trail and Parking Lot Details C.02 - Lower City Park Trail Details South Trail Plan & Profile C.11 - Lower City Park Trail Plan & Profile South Trail Sections South Trail Sections Lower City Park Trail Sections I hereby certify that the portion of the technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly Licensed Professional L Landscape Architect under the Laws of the State of Iowa. LicenseExpires: fres: June 30 5 Antonio C. Malkusak Date License Number: 581 Sheets A.00, A.02, A.03 M 410 E. Washington Street M Iowa City, 1A 52240 Not to Scale N List of Drawings: A.00 - Cover Sheet & Location Map A.01 - Site Survey A.02 - Project General Notes A.03 - Storm Water Pollution Protection Plal C.01 - Trail and Parking Lot Details C.02 - Lower City Park Trail Details South Trail Plan & Profile C.11 - Lower City Park Trail Plan & Profile South Trail Sections South Trail Sections Lower City Park Trail Sections Sheet Number IOWA ONE CALL 800-292-8989 TOLL FREE CALL BEFORE YOU DIG its ............ 0 r 0 Sam E tr • 0 .2 0 i % i &. 2- o 00 C L Ag� ca 0 • 0 Z w I 00. LM 0 U L. > 0 cc • 0 Z Sheet Number IOWA ONE CALL 800-292-8989 TOLL FREE CALL BEFORE YOU DIG its ............ Abundant PLAYSCAPES Abundant Playscapes, Inc. Landscape Architects Iowa City, IA 06 •0 LO 0 CN • • 06 •0 • • • 0 4CO i 0 • 0•. LM 10 LM LM 0 LM •U > dN • • Sheet Number -----_ __ -- - ; 'o ,1111., , _: on _.":te ti.,......._... _. _, ..,, :,`.\. ,....,`.. ,:,;1,111\:;\, `,:,,> ':" , i::...,, <: 9,,.,", v,.�, �,.ev � . ♦. .vn, , e.., . ,.. >v.:z; yv� "" �. .... ',o � t \ \ , .> ,\ \ \, , \, > Ne t t" :� ♦.. ♦,..ice\ \. \ a .: ., .,, .\... :.a, ,, \'>i' „ >... ,. , . , ,.,;;, >.. ,.,. ,�\1" '1 \ ,,. ,.. ,, .. ,♦ ♦. .. ♦ . ..,. ♦1111. �.. .♦. , `_z1"` ,, k, ♦ s,. : z ,. , , , e >.. ... ,'1-„4 t'e tz 11,11.\1 Q. ,. .". \.,. �..., �. ,,...\: \"_.. \..\�: .\...� ,,. ♦.. .. .. ,.. ,.♦,..zz .,, 11 \ \.. \IS \. :. I 11 11 ♦11 \ \\ ti.,..._ ..\;;: Z' `_1 .� ,.. ,. \. `... ., ..<. _ _♦ `.: ,. .. v._b\. \,. ,.�\��. :-\ .._ ♦_ 1,.., \ \ter �,s.:, R, 4 ,,,,.,,. .. to :, .\ 1\1:1:1... `.. , ,...11, .., , ♦.�. 'U"z ,.,. v. ,_ , \ , "'.., . e ,,, _. s e_ti , _... - \... r.. \. ; . .1.111_...... ............... .__. 111 ...___.._.___11 I "I _---._ 11- , I 11 I 1111_1; �, ,� ,.,) �.., „ v_ ., \,,.,.\♦- \ _�� \`\:\\. _,. ...\ 1111,.. \ - .�.♦ 1111 , , __ ,z .\ .,zt_li�.e�., \,.111' .. .,,, n ,. ,,. .\\ .., \1111,.♦ ,.. ,., ,. ,... ,.. zz tt' \�\:,"\:�;� \.\..,,.�\-\ \�: ,\, .111,1 x \:.,. \ e. ee .. ,., \.. "RR ,,.. 21-11, \ a.. > \ ;_: . v .,., 111,1. . \11,,11 ,. ,. ,1111 .., ,. ."' \ 111,1, ,.\ ,.\1111,... y, ... ,,.. aa:� v... I 11 , vv..., _ , I 11 It v; 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 IIIB in Iowa City, Iowa. Construction activities include Excavation, Multi -Use Porous HMA Pathway installation, HMA Pathway installation and Landscaping. This PPP covers approximately 3.97 acres with an estimated 1.13 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 the systems that flow into the Iowa River. 2. Controls The Contractor / subcontractor shall be responsible for implementation and management 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. D. Site grading shall begin. Contractor will be responsible for temporarily stabilizing an area that will not be disrupted for at least 21 days no later than 14 days from the last construction activity. E. Installation of underground utilities. Inlet/outlet 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. 1. 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. 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 oil/fluid 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 effort will 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 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 petroleum storage tanks kept onsite will be located with an impervious surface between the tank and the ground. 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 afterthe 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. s. Non -Storm Discharge f The following is a list of nen-storm wafter discharges allowed by the Iowa Department o 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. GENERAL TRAFFIC CONTROL NOTES 168-23 D¢ -Da -ss 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 SIDEWALK CLOSURES SHALL BE APPROPRIATELY BARRICADED. THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES 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 I 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 08-30- os-�-ss -- CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT LOCATIONS INDICATED AT PROJECT DIVISIONS AND ADJACENT SIDE STREETS. THEREFORE IT IS ADVISABLE TO AJOPT A CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER TO MAINTAIN MOST TRAFFIC PATTERNS AT ALL TIMES. CONTRACTOR SHALL STAGE WORK ACCORDING TO THE FOLLOWING MILESTONES: MILESTONE 1: COMPLETION OF NORMANDY DRIVE RESTORATION PROJECT, PHASE IIIB BY JUNE 30, 2015. GENERAL TRAFFIC CONTROL OPERATIONS 1. MAINTAIN 1 -LANE TRAFFIC WITH FLAGGERS DURING HOURS 7 A.M. TO 7 P.M. 2. OPEN LANES TO 2 -LANE TRAFFIC OUTSIDE OF THESE HOURS. 3. FLAGGERS ARE REQUIRED FOR 1 -LANE OPERATIONS DURING MILLINGJRESURFACING. CHIP SEAL LOCATIONS 1. MAINTAIN 1 -LANE TRAFFIC WITH FLAGGERS DURING WORK AT CHIP SEAL LOCATIONS. 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 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. Abundant PLAYsc!!!s Abundant Playscapes, Inc. Landscape Architects Iowa CBy, IA HALLS HRCL ENGViEEHS.INC. %At26' r 0 e � aCL CL r L0 L 0 C `fir C 2 U_ t'V E. 0-1 � a CON:; Sheet Number • • • - • • LM • �i► r Lo Lm 06 • M LessiCL • 4.0 M i • • • - 11• • Sheet Number GENERAL NOTE5: 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 1S 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. 8. 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. 51TE PREPARATION NOTE5: 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 NOTE5. 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 PAVEMENT AREAS SHALL BE COMPACTED TO 98% STANDARD PROCTOR DRY DENSITY (ASTM D698) 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. ER0510N CONTROL NOTE5: 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. UTILITY LEGEND EXISTING SET --- REBAR W/CAP NO. ---- PROPOSED (SS$) SANITARY SEWER W/SIZE SS8 (ST15) 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- - - -OHT- - - - - (F) - - - - (F) - FIBER OPTIC -UNDERGROUND -- - - -F - - - - F - - - - (OHF)- - - - (OHF)- FIBER OPTIC -OVERHEAD - - - -OHF- - - -OHF - - - -(T)- - - -(T) TELEPHONE -UNDERGROUND - - - - T - - - - T - // FENCE UNE Grass 8.3% SLOPE FOR PARALLEL RAMPS SHORTER SILT FENCE (FP) FLOODPLAIN LIMITS FP (FW) FLOODWAY LIMITS FW --(CORP) CITY CORPORATION LIMITS ORP- CORP- -BOO- -BOO- �- - CONTOUR LINE ^---- $0o'�--�_.---- 0 LIGHT POLE W/O MAST 0 (--b LIGHT POLE W/MAST TRAVEL DIRECTIONS OF 2.07a. MINIMUM 4 TELEPHONE POLE • POWER POLE X GUY ANCHOR --- il -0 GUY POLE -0 ® TELEPHONE PEDESTAL ® TELEPHONE MANHOLE IM CABLE TV PEDESTAL ® UTILITY/CONTROL CABINET • Q SANITARY MANHOLE Q ® STORM MANHOLE (a) OR ® GRATE INTAKE ® OR - m RA -3 INTAKE rM - �� RA -5 INTAKE - -a • RA -6 INTAKE -�- _�- RA -8 INTAKE -�- HORSESHOE CATCH BASIN W/O FLUME HORSESHOE CATCH BASIN W/FLUME (96v GAS VALVE D4 FLARED END SECTION Q Q CLEANOUT, STORM OR SANITARY O o--e--� TRAFFIC SIGNAL W/MAST o--e-� NOTE: THIS IS A STANDARD LEGEND. SOME ITEMS MAY NOT APPEAR ON DRAWINGS. 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 NOTE5: 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 1.5%. 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. 4. JOINTING FOR PCC PAVEMENT TO BE SUDAS STANDARD SPECIFICATIONS. 5. PROVIDE TRANSVERSE CONTRACTION JOINTS, TYPE 'C' AT 12'-0" ON CENTER MAXIMUM SPACING. INSTALL LONGITUDINAL TYPE 1-1' JOINTS AT 12'-0" MAXIMUM SPACING, CONSTRUCTION JOINTS SHALL BE EITHER TYPE 'CD' (FOR TRANSVERSE), OR TYPE 'L-1' (FOR LONGITUDINAL). USE 'RD' JOINTING WHEN ABUTTING EXISTING PAVEMENT. CONTRACTOR SHALL SUBMIT SHOP DRAWINGS OF PROPOSED JOINTING TO OWNER'S REPRESENTATIVE FOR APPROVAL PRIOR TO CONSTRUCTION. 6. ALL "ED" AND "E" JOINTS SHALL BE SEALED WITH HOT POURED JOINT SEALANT. 51DEWALK NOTE5: 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. 5TANDARD NMA PAVEMENT NOTE5: 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF HMA SHALL BE ACCORDING TO STATE URBAN DESIGN AND SPECIFICATIONS (SUDAS) SECTION 7030. 5UREACE RE5TORATION NOTE5: 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 NOTE5: 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. UTILITY LEGEND (CONTINUED) EXISTING SET --- REBAR W/CAP NO. ---- PROPOSED OQ BOLLARD O _O�BM BENCHMARK -BM SECTION CORNER SET AS NOTED STREET SIGN -7U- X WELL (} OSB SOIL BORING Q5sB Y FIRE HYDRANT 300.00 ELEVATION DIFFERENCE BETWEEN THE WATER VALVE Dd - WATER SHUTOFF f ® WATER BLOWOFF 1/4 SECTION LINE -0-cm SURVEY CONTROL MONUMENT AS NOTED SURVEY LEGEND 0 SET --- REBAR W/CAP NO. ---- 0 SET PK NAIL DECIDUOUS TREE FOUND SURVEY MONUMENT AS NOTED ® FOUND RIGHT OF WAY RAIL A SECTION CORNER SET AS NOTED A SECTION CORNER FOUND AS NOTED X CUT "X" IN CONCRETE (} RECORDED AS ----------------- EASEMENT LINE TARGET CROSS SLOPE OF 1.57. WITH A PLAT OR SURVEY BOUNDARY 300.00 ELEVATION DIFFERENCE BETWEEN THE PLAT LOT LINE MAXIMUM CROSS SLOPE OF 2.0%. - CENTERLINE - - SECTION LINE - - - 1/4 SECTION LINE - - - - 1/4-1/4 SECTION LINE - - EXISTING LOT LINE -- -- -- -- -- -- -- - BUILDING SETBACK LINE MERENIRWI EXISTING Curve PROPOSED Length DECIDUOUS TREE Key ELEVATION CANNOT BE ACHIEVED WITH THE CONIFEROUS TREE RUNNING SLOPE OF 6.25% WITH MAXIMUM 37.12 DECIDUOUS SHRUB Q (2172613.77,614970.87) CONIFEROUS SHRUB 80.00 Curb Ramp TREE STUMP (2172613.77,614970.87) TARGET CROSS SLOPE OF 1.57. WITH A TREE LINE DRIP EDGE 300.00 uu NOT TO SCALE 4' 44% 6:1 MINIMUM 10' TO 10.5' PAYMENT WILL BE BASED ON ACTUAL QUANTITIES CONSTRUCTED. PAVEMENT & SUBBASE PER DETAIL 2% CROSS SLOPE IOWA r CONTRACTOR SHALL VERIFY DEPTH AND LOCATION ONE -CALL OF ALL EXISTING UTILITIES AND STRUCTURES PRIOR TO CONSTRUCTION ACTIVITIES. CARE SHOULD BE 800/292-8989 TAKEN TO PROTECT ALL EXISTING STRUCTURES AND TOIL -FREE UNDERGROUND FACILITIES. CALL- BEFORE- YOU- DIG 11 y -41 y 4, y y y + y sle w � Special Shape + tip+��•i �Y �Y �+ t���s+' it'0" J•1 SUDAS DETAIL RB RAMP FOR CLASS B OR C SIDEWALK (7030.20 TRAIL CROSS• 6`Y..`0, f NOT TO SCALE 2 C.01 NOT TO SCALE a Curve Table: Alignments Curve PARALLEL CURB RAMP: IF NORMAL SIDEWALK Length PERPENDICULAR CURB RAMP: TARGET Key ELEVATION CANNOT BE ACHIEVED WITH THE C1 RUNNING SLOPE OF 6.25% WITH MAXIMUM 37.12 N47' 29' 21"E PERPENDICULAR RAMP BETWEEN THE STREET (2172613.77,614970.87) RUNNING SLOPE OF 8.3%. 80.00 Curb Ramp AND LANDING DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE (2172613.77,614970.87) TARGET CROSS SLOPE OF 1.57. WITH A >:.< _.:. 300.00 ELEVATION DIFFERENCE BETWEEN THE N3' 15' 31"W MAXIMUM CROSS SLOPE OF 2.0%. `g \1 TurninSpace LANDING AND THE STANDARD SIDEWALK. 61.94 N20' 53' 47"E (2172645.45,615170.75) (2172667.19.615227. 70) C5 �5 MATCH PEDESTRIAN STREET CROSSING CROSS N53- 19' 17"E Detectable warning THE LENGTH OF THE PARALLEL RAMP IS NOT C6 SLOPE OR FLATTER. 31.62 N63' 25' 49"E REQUIRED TO EXCEED 15 FEET, REGARDLESS (2172912.31,615414.07) C7 100.00 61.25 OF THE RESULTING SLOPE. DO NOT EXCEED (2173017.97,615489.80) (2173075.29,615508.51) O Grass 8.3% SLOPE FOR PARALLEL RAMPS SHORTER • • THAN 15 FEET. f �2 TURNING SPACE: TARGET SLOPE OF 1.5% WITH MAXIMUM SLOPE PERPENDICULAR TO THE • TRAVEL DIRECTIONS OF 2.07a. MINIMUM 4 • FEET BY 4 FEET. • SUDAS DETAIL RB RAMP FOR CLASS B OR C SIDEWALK (7030.20 TRAIL CROSS• 6`Y..`0, f NOT TO SCALE 2 C.01 NOT TO SCALE a Curve Table: Alignments Curve Radius Length Chord Direction Start Point End Point C1 150.00 37.12 N47' 29' 21"E (2172586.48,614945.86) (2172613.77,614970.87) C2 80.00 89.70 N22' 27' 18"E (2172613.77,614970.87) (2172646.26,615049.50) C3 300.00 67.12 N3' 15' 31"W (2172646.26,615049.50) (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) 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. CURVE TABLES NOT TO SCALE T InI R M o ENGINEERING GEOTEXTILE FABRIC NOT TO SCALE Abundant Pfayscapes,Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape Architecture - Site Plan g 1712 E. College St ia�Gx_ o 522;5 Sheet Number it • s i s • • • � f • • • • i • • • • Sheet Number GENERAL NOTE5: 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. 8. 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. 51TE PREPARATION NOTE5: 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 PAVEMENT AREAS SHALL BE COMPACTED TO 98% STANDARD PROCTOR DRY DENSITY (ASTM D698) 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. ER0510N CONTROL NOTE5: 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 W1TH THE STORM WATER POLLUTION PREVENTION PLAN (SWPPP) AND IOWA DEPARTMENT OF NATURAL RESOURCES (IDNR) GENERAL PERMIT NO. 2. Y 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. 3.8. 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 NOTE5: 1. ALL SLOPES IN PAVEMENT SHALL BE UNIFORM TO AVOID PONDING. 2. COMPACT SUBGRADE BENEATH PAVEMENTS IN ACCORDANCE WITH GRADING NOTES. STANDARD RIMA PAVEMENT NOTES: 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF HMA SHALL BE ACCORDING TO STATE URBAN DESIGN AND SPECIFICATIONS (SUDAS) SECTION 7030. 5URfACE 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. Curve Table: Alignments Curve Radius Length Chord Direction Start Point End Point C8 11.18 16.66 S51' 51' S5"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 TABLES 4 NOT TO SCALE � CA2 IOWA RIFY DEPTH AND ONE -CALL OFNALLCEX STINGALL UTIL TIES AND STRUC URESCATION PRIOR TO CONSTRUCTION ACTIVITIES. CARE SHOULD BE 800/292-8989 TAKEN TO PROTECT ALL EXISTING STRUCTURES AND T0"-MEE UNDERGROUND FACILITIES. CALL- BEFORE- YOU- DIG 1 UTILITY LEGEND EXISTING SET --- REBAR W/CAP NO. ---- PROPOSED (SS8) SANITARY SEWER W/SIZE SSS (ST15) 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) - -(S) STEAM - - -S - - - -S - - - - (OHE)- - - - (OHE)- ELECTRIC -OVERHEAD - - - -OHE - - - -OHE - - - - - (E) - - - - (E) - ELECTRIC -UNDERGROUND - - _E - - - - - - - - (C) - - - - (C) - CABLE TV -UNDERGROUND - - -C - - - - C - - - -(OHC)- - - -(OHC)- CABLE TV -OVERHEAD - - - -OHC - - - -OHC - - - --(OHT)- - -- (OH T)- TELEPHONE -OVERHEAD - - - -OHT- - - -OHT- - - - - (F) - - - - (F) - FIBER OPTIC -UNDERGROUND - - _F - - - - F - - - - (OHF)- - - - (OHF)- FIBER OPTIC -OVERHEAD - - - -OHF- - - -OHF- - - -(T)- - - -(T) TELEPHONE -UNDERGROUND - - - - T - - - - T - II 11 FENCE UNE SILT FENCE (FP) FLOODPLAIN LIMITS FP (FW) FLOODWAY LIMITS FW (CORP) CITY CORPORATION LIMITS CORP - _ -- _B00- -- _ -- CONTOUR LINE �'"'" �--- 800 lC;,f LIGHT POLE W/O MAST '• LIGHT POLE W/MAST TELEPHONE POLE • + POWER POLE -� GUY ANCHOR -� O GUY POLE + m TELEPHONE PEDESTAL Q TELEPHONE MANHOLE (D ® CABLE TV PEDESTAL ® UTILITY/CONTROL CABINET QS SANITARY MANHOLE QS Q STORM MANHOLE OR ® GRATE INTAKE OR - M RA -3 INTAKE fal r -M- RA -5 INTAKE 117-5- -0-- RA -6 INTAKE -a- _, /�_ RA -8 INTAKE -®- 19 HORSESHOE CATCH BASIN W/O FLUME HORSESHOE CATCH BASIN W/FLUME (DGV GAS VALVE Dd FLARED END SECTION O CLEANOUT, STORM OR SANITARY tO a--r-e TRAFFIC SIGNAL W/MAST NOTE: THIS IS A STANDARD LEGEND. SOME ITEMS MAY NOT APPEAR ON DRAWINGS. UTILITY LEGEND (CONTINUED) EXISTING SET --- REBAR W/CAP NO. ---- PROPOSED OO BOLLARD FOUND SURVEY MONUMENT AS NOTED @M BENCHMARKM A SECTION CORNER SET AS NOTED STREET SIGN SECTION CORNER FOUND AS NOTED X WELL () ase SOIL BORING OSB V FIRE HYDRANT WATER VALVE D4 ' WATER SHUTOFF ' ® WATER BLOWOFF 1/4 SECTION LINE - - - - SURVEY CONTROL MONUMENT AS NOTED SURVEY LEGEND O SET --- REBAR W/CAP NO. ---- 0 SET PK NAIL i FOUND SURVEY MONUMENT AS NOTED ® FOUND RIGHT OF WAY RAIL A SECTION CORNER SET AS NOTED A SECTION CORNER FOUND AS NOTED X 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 EXISTING MINIMUM 10' TO 10.5' PAYMENT WILL BE BASED ON ACTUAL QUANTITIES CONSTRUCTED. PAVEMENT & SUBBASE PER DETAILS 1 A/C.02 & 1 B/C.02 2% CROSS SLOPE 2" TYPE A HOT MIX ASPHALT (HMA) 4" TYPE B. CLASS I HOT MIX ASPHALT (HMA) SUBGRADE PREP. PER SUDAS 7030. DECIDUOUS TREE CONIFEROUS TREE DECIDUOUS SHRUB CONIFEROUS SHRUB TREE STUMP TREE LINE DRIP EDGE 1 NOT TO SCALE 4' Typ, Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape Architecture - Site Planmng 17 12 E. Copege St '_ CHy. lona 52245 0- TRAIL CROSS SECTION DETAIL 2 NOT TO SCALE � C.02 NOT TO SCALE � C.02 I Sheet Number C!� i + a • • i • • • • i L.• '• i • + ; + 0.2• • • Sheet Number C!� PLAN FLAG NOTES GENERAL TRAIL NOTE PLAN FLAG NOTES GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY INSTALL STORM INTAKE (SW -512 WITH TYPE 3B LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL EXIST, SAN MH. GRIND CURB. INSTALL PEDESTRIAN RAMP PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE BASE BID: POROUS 5" HMA PAVED TRAIL GRATED CASTING) ABASE BID: POROUS 5" HMA PAVED TRAIL BASE BID: DO NOT DISTURB OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL A 4' T 8 PROTECT EXIST. TREE. WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR 7 WITH TRUNCATED DOMES PER SHEET C.01. REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL STA 2+69.25, 23. R . ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE RIM= 644,50 SURFACE RESTORATIONS: SEED ALL DISTURBED DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION FL=APPROX. 642.00± (CONTRACTOR TO VERIFY AREAS WITHIN GRADING AND CONSTRUCTION LIMITS SHALL BE INCIDENTAL TO THE TRAIL PAVING COST, 2 NOT USED A INSTALL 6' WIDE PERPENDICULAR PEDESTRIAN DISTURBANCE OF EXISTING TREES A PRACTICAL. THIS REMOVE PAVEMENT FOR BASE BID, 1 RAMP WITH TRUNCATED DOMES. COORDINATION SHALL BE INCIDENTAL TO THE TRAIL 00NOT USED LOCATION AND DEPTH) PER SUDAS AND P.13; COORDINATE BLEND WITH PAVING COST, GRADE FROM OUTLET AT 1.50%. INSTALL TURF PROJECT LANDSCAPE ARCHITECT AT TIME OF LEGEND Q NOT USED SURFACE RESTORATIONS SEED ALL DISTURBED AREAS REINFORCING MAT (TRM) PER SPECIFICATIONS. INSTALLATION. WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS A EXIST, ;TORM INTAKE. DO NOT DISTURB. LEGEND W 6'x20' CENTERED WITHIN SWALE. 1O TREES TO BE REMOVED WITHIN GRADING LIMITS. EXCAVATIONS MADE UNDER POROUS ASPHALT AND 'P' SERIES SHEETS; COORDINATE BLEND WITH PROJECT J� NOT USED (SEE GENERAL TRAIL NOTE) TREE REMOVALS � PAVING SHALL BE MADE WITH TRACK MOUNTED LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. REMOVE AND REPLACE PERPENDICULAR jz� EQUIPMENT 15 PEDESTRIAN RAMP WITH TRUNCATED DOMES. 2 `' \ PIPE CE STA 5+51,72, SKEW 0', 30 LF OF 12" A + SKEW 0'. 30 LF OF 12" TREES TO BE REMOVED WITHIN GRADING LIMITS. PAVEMENT REMOVALS RCP STORM PIPE (INCLUDES FES), SLOPE=1.00%. PIPE � R 3 E (IN RA AROUND INLET TO PROVIDE SMOOTH 11 RCP STORM PIPE (INCLUDES FES). SLOPE=1,00%. A NOT USED 10 (SEE GENERAL TRAIL NOTE) GRADE FROM OUTLET AT 1.50%a INSTALL GRADE GRADE AROUND INLET TO PROVIDE SMOOTH PROPOSED PAVEMENT EXTEND PROPOSED PAVEMENT TO EXISTING STORM TRANSITION. _ TURF REINFORCING MAT (TRM) PER TRANSITION. -A STRUCTURE, GRIND 3' CHAMFER ON NORTH AND PROPOSED PAVEMENT J FES: STA 5+51,72, 15.0'LT FL(N)=644.09. FES: STA 3+$9.85 15.0'LT FL N -643.40. Im NOT USED NOT USED. A EAST SIDE OF EXIST, STORM STRUCTURE. PAINT l .� SPECIFICATIONS. 6'x52'. FES: STA 5+51,72, 15.0'RT FL(S)=644,39. ' 11 EDGES WITH YELLOW PAINT. L_ FES: STA 3+89.$5, 15,0'RT FL(S)=643.70.CL Point Table Point # Point # Northing Easting Elevation Full Description 148 615503.035 2173113.940 650.018 Conc Edge 804 615493.623 2173114,219 649.870 648.860 149 615503.084 2173109.938 650.069 Conc Edge 150 615498.525 2173109.942 650.125 Conc Edge 151 615498.477 1 2173113.795 649.954 Conc Edge 800 615503.701 2173122.593 648,850 648.660 801 615514,206 2173123.049 648.880 824 802 615524,157 2173117.765 649.750 615455.563 803 615524,122 2173114.045 649.780 2173173.375 805 615493.660 2173118.219 649.810 649,640 806 615503.659 2173118.070 649.210 830 807 615503.622 2173114,070 649.290 615437.134 808 615514,158 2173117.913 649.240 A,D.=-2.85% 809 615514,121 2173113.914 649.320 564 7 6 0. 810 615528.062 2173164,466 649.970 _ 670 811 615528.022 2173160,413 649.770 812 615504.631 2173178.676 649.500 A.D.:19.99 96 813 615500.705 2173178.849 649.350 814 615495.474 2173164,816 648.560 815 1 615499.263 2173159.194 648.500 PLAN FLAG NOTES GENERAL TRAIL NOTE PLAN FLAG NOTES GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY INSTALL STORM INTAKE (SW -512 WITH TYPE 3B LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL EXIST, SAN MH. GRIND CURB. INSTALL PEDESTRIAN RAMP PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE BASE BID: POROUS 5" HMA PAVED TRAIL GRATED CASTING) ABASE BID: POROUS 5" HMA PAVED TRAIL BASE BID: DO NOT DISTURB OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL A 4' T 8 PROTECT EXIST. TREE. WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR 7 WITH TRUNCATED DOMES PER SHEET C.01. REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL STA 2+69.25, 23. R . ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE RIM= 644,50 SURFACE RESTORATIONS: SEED ALL DISTURBED DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION FL=APPROX. 642.00± (CONTRACTOR TO VERIFY AREAS WITHIN GRADING AND CONSTRUCTION LIMITS SHALL BE INCIDENTAL TO THE TRAIL PAVING COST, 2 NOT USED A INSTALL 6' WIDE PERPENDICULAR PEDESTRIAN DISTURBANCE OF EXISTING TREES A PRACTICAL. THIS REMOVE PAVEMENT FOR BASE BID, 1 RAMP WITH TRUNCATED DOMES. COORDINATION SHALL BE INCIDENTAL TO THE TRAIL 00NOT USED LOCATION AND DEPTH) PER SUDAS AND P.13; COORDINATE BLEND WITH PAVING COST, GRADE FROM OUTLET AT 1.50%. INSTALL TURF PROJECT LANDSCAPE ARCHITECT AT TIME OF LEGEND Q NOT USED SURFACE RESTORATIONS SEED ALL DISTURBED AREAS REINFORCING MAT (TRM) PER SPECIFICATIONS. INSTALLATION. WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS A EXIST, ;TORM INTAKE. DO NOT DISTURB. LEGEND W 6'x20' CENTERED WITHIN SWALE. 1O TREES TO BE REMOVED WITHIN GRADING LIMITS. EXCAVATIONS MADE UNDER POROUS ASPHALT AND 'P' SERIES SHEETS; COORDINATE BLEND WITH PROJECT J� NOT USED (SEE GENERAL TRAIL NOTE) TREE REMOVALS � PAVING SHALL BE MADE WITH TRACK MOUNTED LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. REMOVE AND REPLACE PERPENDICULAR jz� EQUIPMENT 15 PEDESTRIAN RAMP WITH TRUNCATED DOMES. 2 `' \ PIPE CE STA 5+51,72, SKEW 0', 30 LF OF 12" A + SKEW 0'. 30 LF OF 12" TREES TO BE REMOVED WITHIN GRADING LIMITS. PAVEMENT REMOVALS RCP STORM PIPE (INCLUDES FES), SLOPE=1.00%. PIPE � R 3 E (IN RA AROUND INLET TO PROVIDE SMOOTH 11 RCP STORM PIPE (INCLUDES FES). SLOPE=1,00%. A NOT USED 10 (SEE GENERAL TRAIL NOTE) GRADE FROM OUTLET AT 1.50%a INSTALL GRADE GRADE AROUND INLET TO PROVIDE SMOOTH PROPOSED PAVEMENT EXTEND PROPOSED PAVEMENT TO EXISTING STORM TRANSITION. _ TURF REINFORCING MAT (TRM) PER TRANSITION. -A STRUCTURE, GRIND 3' CHAMFER ON NORTH AND PROPOSED PAVEMENT J FES: STA 5+51,72, 15.0'LT FL(N)=644.09. FES: STA 3+$9.85 15.0'LT FL N -643.40. Im NOT USED NOT USED. A EAST SIDE OF EXIST, STORM STRUCTURE. PAINT l .� SPECIFICATIONS. 6'x52'. FES: STA 5+51,72, 15.0'RT FL(S)=644,39. ' 11 EDGES WITH YELLOW PAINT. L_ FES: STA 3+89.$5, 15,0'RT FL(S)=643.70.CL Q Point # Northing mmi o Of co Uj i.1_ 816 615512.241 2173153.746 Cr") 680 680 2173154.955 648.610 818 615506.301 2173160.234 648.860 819 615512.304 2173160.447 648.930 820 615512.318 �w 648.990 821 615506.324 2173164,218 618.920 822 615499.176 2173164.618 648.600 825 PLAN FLAG NOTES GENERAL TRAIL NOTE PLAN FLAG NOTES GENERAL TRAIL NOTE CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY INSTALL STORM INTAKE (SW -512 WITH TYPE 3B LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL EXIST, SAN MH. GRIND CURB. INSTALL PEDESTRIAN RAMP PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE BASE BID: POROUS 5" HMA PAVED TRAIL GRATED CASTING) ABASE BID: POROUS 5" HMA PAVED TRAIL BASE BID: DO NOT DISTURB OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL A 4' T 8 PROTECT EXIST. TREE. WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR 7 WITH TRUNCATED DOMES PER SHEET C.01. REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL STA 2+69.25, 23. R . ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE RIM= 644,50 SURFACE RESTORATIONS: SEED ALL DISTURBED DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS COORDINATION FL=APPROX. 642.00± (CONTRACTOR TO VERIFY AREAS WITHIN GRADING AND CONSTRUCTION LIMITS SHALL BE INCIDENTAL TO THE TRAIL PAVING COST, 2 NOT USED A INSTALL 6' WIDE PERPENDICULAR PEDESTRIAN DISTURBANCE OF EXISTING TREES A PRACTICAL. THIS REMOVE PAVEMENT FOR BASE BID, 1 RAMP WITH TRUNCATED DOMES. COORDINATION SHALL BE INCIDENTAL TO THE TRAIL 00NOT USED LOCATION AND DEPTH) PER SUDAS AND P.13; COORDINATE BLEND WITH PAVING COST, GRADE FROM OUTLET AT 1.50%. INSTALL TURF PROJECT LANDSCAPE ARCHITECT AT TIME OF LEGEND Q NOT USED SURFACE RESTORATIONS SEED ALL DISTURBED AREAS REINFORCING MAT (TRM) PER SPECIFICATIONS. INSTALLATION. WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS A EXIST, ;TORM INTAKE. DO NOT DISTURB. LEGEND W 6'x20' CENTERED WITHIN SWALE. 1O TREES TO BE REMOVED WITHIN GRADING LIMITS. EXCAVATIONS MADE UNDER POROUS ASPHALT AND 'P' SERIES SHEETS; COORDINATE BLEND WITH PROJECT J� NOT USED (SEE GENERAL TRAIL NOTE) TREE REMOVALS � PAVING SHALL BE MADE WITH TRACK MOUNTED LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. REMOVE AND REPLACE PERPENDICULAR jz� EQUIPMENT 15 PEDESTRIAN RAMP WITH TRUNCATED DOMES. 2 `' \ PIPE CE STA 5+51,72, SKEW 0', 30 LF OF 12" A + SKEW 0'. 30 LF OF 12" TREES TO BE REMOVED WITHIN GRADING LIMITS. PAVEMENT REMOVALS RCP STORM PIPE (INCLUDES FES), SLOPE=1.00%. PIPE � R 3 E (IN RA AROUND INLET TO PROVIDE SMOOTH 11 RCP STORM PIPE (INCLUDES FES). SLOPE=1,00%. A NOT USED 10 (SEE GENERAL TRAIL NOTE) GRADE FROM OUTLET AT 1.50%a INSTALL GRADE GRADE AROUND INLET TO PROVIDE SMOOTH PROPOSED PAVEMENT EXTEND PROPOSED PAVEMENT TO EXISTING STORM TRANSITION. _ TURF REINFORCING MAT (TRM) PER TRANSITION. -A STRUCTURE, GRIND 3' CHAMFER ON NORTH AND PROPOSED PAVEMENT J FES: STA 5+51,72, 15.0'LT FL(N)=644.09. FES: STA 3+$9.85 15.0'LT FL N -643.40. Im NOT USED NOT USED. A EAST SIDE OF EXIST, STORM STRUCTURE. PAINT l .� SPECIFICATIONS. 6'x52'. FES: STA 5+51,72, 15.0'RT FL(S)=644,39. ' 11 EDGES WITH YELLOW PAINT. L_ FES: STA 3+89.$5, 15,0'RT FL(S)=643.70.CL 0+00 0+50 1+001+ a' a .... _ 620 620 620 EAST TRAIL LEG PROFILE N o SCALE: 1"=40'H; .1"=10'V SCALE: 1"=40'H; 1"=10'V Point Table Point # Northing Eosting 6$0 816 615512.241 2173153.746 648.630 680 680 2173154.955 648.610 818 615506.301 2173160.234 648.860 819 615512.304 2173160.447 648.930 820 615512.318 HIGH POINT ELEV:652.57 648.990 821 615506.324 2173164,218 618.920 822 615499.176 2173164.618 648.600 825 615512.251 HIGHPOINT STA:0+41,24 648.660 823 615461.071 2173163.843 648.730 824 615458.550 HIGH POINT ELEV:650.23 648.730 826 615455.563 PVI STA:0+69.76 648.980 827 615456.275 2173173.375 649.540 828 615452.285 HIGH POINT STA:8+51.99 649,640 829 615451.559 PVI ELEV:652.21 648.990 830 615437,193 2173164.010 649.810 831 615437.134 PVI STA:8+23.45 649.830 832 615455.119 A,D.=-2.85% 648.930 833 615451,343 HIGH POINT ELEV:646.64 564 7 6 0. t� to _LOW_ POINT ELEY:646.142 P_VL ELEV;650.61 _ tD _ 670 670 K: 19.98 t0 LOW POINT ELEV. 645.879 HIGH POINT STA5+66.44 6.44 LOW POINT 49.69 A.D.:19.99 96 LVC: 57,01 LOW POINT STA:2+85.62 PVI STA: 5+71,48 PVI STA::645. :6+95. on so PVI STA:2+28.19 PVI ELEV: 646,66 PVI ELEV: 645.69 9 LVC; 97.03 C:97.0 � h v PVI ELEV.645.71 A.D.=-1.06%No A.D.=4.64% cy� NO �r cv 00 A.D.=4,38% K: 20.00 K: 29.99 LO v m M Ln m K: 30.01 LVC: 21.18 LVC:139.04 It d +(0 + LVC:131.50 00 N V h to 660. _ w w U _ t„ to 00 66a iA M NN O t. + to MMr`w + OD w .. 660 U> �y >m >w �� 01� 0 t 1714 (D tad 00st � tot>Dw0 U m w 0D �� rn� +to +m C14'* '0? �c�ov> CD EXIST, u� + to + to LO � co n m w .- w N w v; v? W N V W _ _ _ - "' -d! _ �� -- - W w �w m w �� >m m _ __ >w / w 1 '. _ -1.00% -2. _ _ _ _._ ._. 1. 650 650_ 0+00 0+50 1+001+ a' a .... _ 620 620 620 EAST TRAIL LEG PROFILE N o SCALE: 1"=40'H; .1"=10'V SCALE: 1"=40'H; 1"=10'V Point Table Point # Northing Eosting Elevation Full Description 816 615512.241 2173153.746 648.630 817 615506.252 2173154.955 648.610 818 615506.301 2173160.234 648.860 819 615512.304 2173160.447 648.930 820 615512.318 2173164,431 648.990 821 615506.324 2173164,218 618.920 822 615499.176 2173164.618 648.600 825 615512.251 2173154,759 648.660 823 615461.071 2173163.843 648.730 824 615458.550 2173159.206 648.730 826 615455.563 2173163.675 648.980 827 615456.275 2173173.375 649.540 828 615452.285 2173173.668 649,640 829 615451.559 2173163.794 648.990 830 615437,193 2173164.010 649.810 831 615437.134 2173160.097 649.830 832 615455.119 2173159.587 648.930 833 615451,343 2173159.669 648.980 0+00 0+50 1+001+ a' a .... _ 620 620 620 EAST TRAIL LEG PROFILE N o SCALE: 1"=40'H; .1"=10'V SCALE: 1"=40'H; 1"=10'V r M 02 �L� C.206 C1 r O O •- of M rt) 0 to O A'0'0 �- Oto to ttoo � tf� 1`h CV tf) M 171 O ^Q .i. Ln f70 aito 1 O'kto N J9 S. "� M O Q. 00 tQ n .Y tG d ui 4 6 wi V � U tD .� �a tC) d d tt7 C t!7 d .t tV r. :t 0+00 0+50 1+001+ a' a .... _ 620 620 620 EAST TRAIL LEG PROFILE N o SCALE: 1"=40'H; .1"=10'V SCALE: 1"=40'H; 1"=10'V r M �L� (OnO N C1 r O O •- of M rt) 0 to O A'0'0 �- Oto to ttoo W tf� 1`h CV tf) M 171 O 0+00 0+50 1+001+ a' a .... _ 620 620 620 EAST TRAIL LEG PROFILE N o SCALE: 1"=40'H; .1"=10'V SCALE: 1"=40'H; 1"=10'V -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 Oto O O (OnO N C1 r O O •- of M rt) tLf ,0 I et h 6 4 to O A'0'0 �- Oto d tf) N tD tV t[S tt�OD tp M tf� 1`h CV tf) M 171 O N 00 O rn Ln f70 aito 1 O'kto "� M O O Oi 00 tQ n .Y tG d ui 4 6 wi to 4 6 0 tD d to tC) d d tt7 d t!7 d .t tV to .t V 'd' .t V st�l d �! sr it e} tD �f to tD t0 t0 tD t0 t0 t0 SO t0 m tb tQ tb tC t0 to to to to t� to to tt{ tG to tD to to t0 -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 PLAN FLAG NOTES QSTANDARD 6" HMA PAVING TRAIL A TIMBER EDGING, MULCH, AND PLAY EQUIPMENT TO REMAIN. PROTECT DURING CONSTRUCTION. AEXCAVATIONS MADE UNDER PERVIOUS ASPHALT PAVING SHALL BE MADE WITH TRACK MOUNTED EQUIPMENT A4SURFACE RESTORATIONS: SEED ALL DISTURBED AREAS WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS AND P.13; COORDINATE SEED BLEND WITH PROJECT LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. /c,\ MATCH 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. um PROPOSED PAVEMENT EXIST. PAVEMENT Abundant P4ayscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape Architecture - Ste Rannmq t]12 E. Cdl.q.. &t. i_C,I, I—522x5 W J u 0 W CL 08 J C, ••I. �\ ,- --_' 650---_ �---- / � / �' � ' _---"�'� ,� Ln 0 ry Q Of U- 04 0+00 0+50 1+UU i-rZ)U �Tvv W LL HIGH POINT ELEV:650.69 O N N M dN h 0�0 t� •— ip d CV M M HIGH POINT STA:4+33.11 pp N C�0 to O) 08 Ln Ln c0 O ai Oi N � IS rl% Ci PVI STA:4+30.99 00 to 1 0)t� OD I� t0 c0 (D ID )D `1 ip d � i0 dC5 d ip tp d tp to to to PVI ELEV: 651.21 to to W t�0 tip t�0 t�0 90 ip to �p A♦D.=-9:15% _ _ _ _ tOW POINT EtEV:647.902 _ _ 660 5+t1n 5+50 6+00 660 _ K: 5.00 LOW POINT STA:5+16.56 LVC: 45.77 PVI STA: 5+013.77 MM W LOW POINT ELEV: 645.842 LOW POINT STA: 2+93.58 n o OD a0 ip "i PVI ELEV- 647.98 A.D.=3.12% 0 E 00 N PVI STA: 3+13.15 PVI ELEV: 645.32 0 0 In + to K: 4.99 LVC:15.57 .40 0 CD ,i a A.D.=6.74% v U)v ++ + o K:12.00 LVC: 80.85 tii m m tii > cwi W 00 ;; torn m nv C �u' S w w + to + to to V) W1�C'i O to In M fl, � W W L Nip }ip -- `� .F.i fir: Q} 650 0 80°!0 _ _ — — — ` v t; i > `� iNj iii. _ _ > -c 5O0% - - -. _ 4 15� °° PROP. GRADE 650 Qi •C� — ww �� _ —__ -1.03% L 0 — _ — GRADE ........... .a OW �-Ot$ o� 640 0. 640 0 `✓ U '> 0 WW>*0 > ,"' r W 0 _ 630 E L. 630... Z c4 c-4i 0 0 w w Q'Q cr c0 X620 cs 624 N o SCALE: 1"=20'H; 1"=5'V Sheet Number x 0+00 0+50 1+UU i-rZ)U �Tvv W LL O N N M dN h 0�0 t� •— ip d CV M M pp N C�0 to O) ri Ln Ln c0 O ai Oi N � IS rl% Ci C) 00 to 1 0)t� OD I� t0 c0 (D ID )D `1 ip d � i0 dC5 d ip tp d tp to to to tp ip to to W t�0 tip t�0 t�0 90 ip to �p 2 . f%f% z-rn d -.nn d.i.vin 5+t1n 5+50 6+00 0+00 0+50 1+UU i-rZ)U �Tvv 6406 -40 -20 0 20 40 6640 3+00.00 652 652 648 648 644, 640 .640 636 36 60 -40 -20 0 20 40 66 652 2+75.00 652 648, :648 644 :644 640 :640 636 36 60 -40 -20 0 20 40 66 640 40 60 -40 -20 0 20 40 J 2+00.00 1+00.00 652 648:648 660 644 644 640 60 660 656 1+75.00 656, 656 652 - - --- - - - - - - 652 640 :644 640 64 -40 -20 0 20 �40 40 6 '640 6366 -40 -20 0 20 40 6636 648 3+75.00 648 6446 -40 -20 0 20 40 6644 648 0+75.00 WO -648 660, 0 U 660 656 0 1656 652 -40 -20 0 20 40 652 648 3+50.00 < 648 6446 -40 -20 0 20 40 J 44 648 0+50.00 648 660 660 656 656 652 -40 -20 0 20 40 652 3+25.00 648: 648 64464 -40 -20 0 20 40 644 644 0+25.00 660 660 656 -40 -20 0 20 40 -656 652 652 648 '648 64460 -40 -20 0 20 40 6 644 3+00.00 652 652 648 648 644, 640 .640 636 36 60 -40 -20 0 20 40 66 652 2+75.00 652 648, :648 644 :644 640 :640 636 36 60 -40 -20 0 20 40 66 640 40 60 -40 -20 0 20 40 J 4+50.00 652 652 648 648 644 -644 640 636 60 -40 -20 0 20 40 J 36 652 4+25.00 652 648 648 644 640 640 636 &36 60 40 -20 0 20 40 6 2+00.00 652 652 648:648 652 644 644 640 60 -40 -20___ 20 0 20 J40 40 1+75.00 656, 656 652 652 648 644- 640 :644 640 64 -40 -20 0 20 �40 40 6 4+50.00 652 652 648 648 644 -644 640 636 60 -40 -20 0 20 40 J 36 652 4+25.00 652 648 648 644 640 640 636 &36 60 40 -20 0 20 40 6 6406 -40 -2'0 0 20 40 40 66 640 B40 60 -40 -20 0 20 40 60 Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Lard -ape Ar&stecve - Stte Pi-ning 1712 E S, _C,t, 1-52265 I 00 4+010.00 652 652 648 648 644 644 640 •0 '640 6366 -40 -20 0 20 40 6636 U� • 3+75.00 00. 652 0(l) m > 652 648 WO -648 644 0 U -644 640 0 640 6366 -40 -20 0 20 40 6636 3+50.00 < • 652 3: 0 652 648 648 644 644 640 640 63660 -40 -20 0 20 40 6636 3+25.00 652 652 648 648 644 640 .640 63660 -40 -20 0 20 40 66 36 6406 -40 -2'0 0 20 40 40 66 640 B40 60 -40 -20 0 20 40 60 Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Lard -ape Ar&stecve - Stte Pi-ning 1712 E S, _C,t, 1-52265 I 00 CL 'a) •0 CL C 0 CL U� • 00. 0(l) m > a. CL WO > 0 U LU 0.2 0 >• < • 3: 0 ,,eet um er Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape A,'ht-t— - Site Planning 11-�1 12E C.a9eSt '."' . C,l 1.- 52245 i -7 Sheet Number rA-119M LW.jK%1lj C ■ , 640fi0 40 -20 0 20 40 6�i40 64060 -40 -20 0 20 _ 40 60 40 1+50.00 656 656 652 648 - _ — 648 644 644 64060 _40 -20 0 20 40 6640 644 44 60 -40 -20 _ 0 20 40 60 64444 60 -40 -20 0 20 40 6 3+75.00 656 656 652 652 648 '' _ _ _ _. 648 644 644 64040 -20 0 20 40__ 6640 64060 -40___ -20 0 20 40 6840 5+00.00 656 656 652 648 _ _ — _ 648 644 ! 644 64060 _40 -20 0 20 4640 656 4+75.00 656 652 652 648 648 644 644 6406 -40 -20 0 20 40 6640 648 _ 648 644 644 .......... 6406 -40 -20 0 20 40 6 644 644 640..... . �40 -60 -40 -20 0 20 40 6 64060 -40 -20 _ 0 20 40 640 64060 40 -20 0 20 40 6 4 Nl- Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape Architecture- Site Planning 1712 E. Cal!e6a St. l— City. lo..a 52245 S Beet Number E •• CL E •: • • i • e • , '• • s • • S Beet Number E