Loading...
HomeMy WebLinkAboutNORMANDY DR RESTORATION PROJECT PHASE III 2014 NORMANDY DRIVE RESTORATION PROJECT/ PHASE III 2014 / off I ReS7rcdtcni 7 ± A/6 ren b l5- -!' - P£ _evs, s�c,s � rm -P Cori-1M_ (±) a..r4 J �s n&a-t-e /Q-Auq-1 / S /4--�5D , e7 4'n_ cz. p /�yy hear; J q IUota'c-e o 9,1.1d1 ; c deur; .�• (DA P 1r^-51 " '��5. ; vv 0.4044- /L/ -243 - ; ' ' - 11k ,.1, _ . . cbc 0C- Co„►1-11-0c44- C St. est C o S " 4 ( (iviS/ru Ce i Oyl P S3'c►1s1 i flvtAos-A.. a c r a bide dg 's ce o . .- P S n l Prn s cr _'s 1L ) 4 2QSh�.,, �'►c>v. �� -�! ciLa se;� -� ,., Vsr- ? . 10rv-p( l r-/IiIW� CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE NORMANDY DRIVE RESTORATION PROJECT, PHASE III IOWA CITY, IOWA ADVANCE NOTICE PROJECT: Normandy Drive Restoration Project, Phase III Iowa City, Iowa BID DATE: Bids due and opened at 2:30 p.m. Septermber 10,2014 Bid filed at: City Clerk's Office City of Iowa City 410 E.Washington Street Iowa City, IA 52240-1826 DESCRIPTION OF WORK: Project 1: Porous HMA Shared Use Trails and Crosswalk Intersection Improvements 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, 350 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 615 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, and 0.75 AC Seeding. 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. Project 2:Ashton House Exterior Improvements 1 Electrical Light for Parking Lot Footing, Pole&LED Light,6 Light Bollard Footings& Lights, Conduit&Wiring, Pre-cast CMU Masonry Entry Column with Footing, Foundation, Stone Cap&Cast Stone Medallion. ENGINEER'S ESTIMATE: Project 1: Porous HMA Shared Use Trails-$127,048 Project 2:Ashton House Exterior Improvements-$21,992 Total Engineers Estimate-$149,040 c=• PROJECT COMPLETION: v - io START DATE: October 7, 2014G7 ..ews 7–C WORKING DAYS: 38 —1C) Ui LIQUIDATED DAMAGES: $250/day • W BID SECURITY: Bid bond in the amount of ten percent(10%)of the bid. T PERFORMANCE BOND: One hundred percent(100%)of the bid. PAYMENTS: Monthly estimates equivalent to 95%of the contract value of work completed during the preceding calendar month. BID DOCUMENTS: Obtain from: Rapid Reproductions 415 Highland Ave Suite 100 Iowa City, Iowa 52240 Phone: (319)354-8973 Available after August 19,2014. Deposit: $50 per set, refundable if returned within 14 days after award and in reusable condition. Make checks payable to Rapid Reproductions PROJECT LANDSCAPE Antonio Malkusak,ASLA,CPSI ARCHITECT: President/Landscape Architect Abundant Playscapes, Inc. 5051 Faye Drive, SE Iowa City, IA 52240 Phone: (319)351-2738 Macintosh HD:Users:user..Documents:Abundant Playscapes:Normandy Dnve Restoration Protect-Iowa City PIR:Phase IIe:specs:Advance Notice Phase III 8-14-14.doc Aug-14 Normandy Drive Restoration Project, Phase III current: 8-15-2014 Project 1: Parking Lots and Shared Use Trails Project Estimate Item No. Unit Quantity Description Unit Price Total Amount 1.01 LS _1 Mobilization, NPDES Permit and Fees $ 22,000.00 $ 22,000.00 1.02 LS 1 Construction Surveys $ 2,500.00 $ 2,500.00 1.03 LS 1 Traffic Control $ 800.00 $ 800.00 1.04 LS 1 Temporary Erosion and Sediments Controls $ 1,500.00 $ 1,500.00 1.05 EA 5 Qualifying Rainfall Event Inspection $ 100.00 $ 500.00 1.06 LF 300 Filter Sock $ 2.00 $ 600.00 1.07 LF 780 Silt Fence $ 2.10 $ 1,638.00 1.08 SY 111 Stabilized Construction Entrance $ 6.00 $ 666.00 1.09 UNITS 50 Clearing and Grubbing $ 30.00 $ 1,500.00 1.1 SY 49 Remove Existing PCC/HMA Driveway or Sidewalk $ 18.00 $ 882.00 1.11 CY 615 6" Strip, Stockpile and Re-spread Topsoil On-site $ 5.00 $ 3,075.00 1.12 CY 515 6" Strip and Dispose Topsoil Off Site $ 8.50 $ 4,377.50 1.13 LS 1 Class 10 Excavation $ 8,000.00 $ 8,000.00 1.14 CY 100 Class 10 Excavation: Borrow $ 8.00 $ 800.00 1.15 EA 1 Storm Sewer Intake, SW-512 $ 2,750.00 $ 2,750.00 1.16 LF 60 Pipe Culvert, 12" RCP $ 60.00 $ 3,600.00 1.17 EA 4 Pipe Apron. 12" RCP $ 1,450.00 $ 5,800.00 1,..3 � 1.18 SY 350 Subgrade Treatment Granular Subbase, 6" $ 6.00 $ 2,100.00 1.19 SY 1,490 Structural Soil-Bearing Fabric $ 2.25 $ 3,352.50 - rte_- 1i 1.2 SY 1.490 Modified Granular Subbase $ 2.00 $ 2,980.00 .-7 ._ 1.21 SY 1,490 Stone Recharge Bed, 9" Depth $ 8.00 $ 11,920.00 --1C) c.17 a 1.22 SY 1,153 Porous HMA Pavement: 5" $ 34.00 $ 39,202.00 • .trn T) t ii 1.23 SY 49 Sidewalk, 4" PCC $ 48.00 $ 2,352.00 1.24 SF 48 Detectable Warnings $ 42.00 $ 2,016.00 - 1.25 Acre 0.75 Seeding, Fertilizing and Mulching - Conventional Seeding $ 1,850.00 $ 1,387.50 - 1.26 SY 150 Temporary Rolled Erosion Control Products (RECP) $ 1.80 $ 270.00 1.27 SY 48 Turf Reinforcement Mats (TRM) $ 10.00 $ 480.00 SubTotal for Project 1: Intersection Improvements and Shared Use Trail $ 127,048.50 Project 2: Ashton House Site Improvements and Electrical Project Estimate Item No. Unit Quantity Description Unit Price Total Amount 2.01 LS 1 Mobilization $ 5,000.00 $ 5,000.00 2.02 EA 1 Entry Column Foundation Footing $ 150.00 $ 150.00 2.03 EA 1 Entry Column Foundation $ 500.00 $ 500.00 2.04 EA 1 Parking Area Light Foundation $ 250.00 $ 250.00 2.05 EA 6 Light Bollard Foundations $ 150.00 $ 900.00 2.06 SFF 46.7 Entry Column CMU Masonry $ 15.00 $ 700.50 2.07 SFF 59 Entry Column Stone Mastonry $ 60.00 $ 3,540.00 2.08 EA 1 Entry Column -Cast Stone Medallion $ 2,000.00 $ 2,000.00 2.09 EA 1 Entry Column - Cast Stone Cap $ 150.00 $ 150.00 2.10 EA 2 Parking Lot LED Light Fixture (2 on 1 Pole) $ 1,100.00 $ 2,200.00 2.11 LS 1 Fixture Pole & Pole Base $ 1,700.00 $ 1,700.00 2.12 LS 1 Conduit & Wiring $ 3,700.00 $ 3,700.00 ry 2.13 EA 6 Bollard Lights $ 200.00 $ 1,200.00 i, 0 SubTotal for Project 2: Ashton House Site Improvements and Electrical $ 21,990.50' "--t cFi CI (n g". Total Cost Opinion for Projects 1 and 2 $ 149,039.00 .:+ 0 CD FORM OF PROPOSAL 77 E- NORMANDY DRIVE RESTORATION PROJECT, PHASE IIT CITY OF IOWA CITY 2014 AUG 15 Fr9 3: 01 CITY CLERK 10Vi',A CIT'; 10VI Name of Bidder Address of Bidder TO: City Clerk 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: Parking Lots and Shared Use Trails Protect 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 $- 1.12 CY 515 6" Strip and Dispose Topsoil Off Site $- 1.13 LS 1 Class 10 Excavation $- FP-1 r 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 $- 1.20 SY 1,490 Modified Granular Subbase $- 1.21 SY 1,490 Stone Recharge Bed, 9" Depth $- 1.22 SY 1,153 Porous HMA Pavement: 5" $- 1.23 SY 49 Sidewalk, 4" PCC $- 1.24 SF 48 Detectable Warnings $- 1.25 Acre 0.75 Seeding, Fertilizing and Mulching — Conventional Seeding $- 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: Ashton House Site Improvements and Electrical Pro_ect Cost Item No. Unit Quantity Description Unit Price Total Amount 2.01 LS 1 Mobilization $- 2.02 EA 1 Entry Column Foundation Footing $- 2.03 EA 1 Entry Column Foundation $- - 2.04 EA 1 Parking Area Light Foundation $- 2.05 EA 6 Light Bollard Foundations $- 2.06 SFF 46.7 Entry Column CMU Masonry $- 2.07 SFF 59 Entry Column Stone Mastonry $- 2.08 EA 1 Entry Column - Cast Stone Medallion $- 2.09 EA 1 Entry Column - Cast Stone Cap $- 2.10 EA 2 Parking Lot LED Light Fixture (2 on 1 Pole) $- 2.11 LS 1 Fixture Pole & Pole Base $- 2.12 LS 1 Conduit & Wiring $- 2.13 EA o 6 Bollard Lights $- Subjc l for iepjeat.KAshton House Site Improvements and Electrical $- Totalt Opi9ipn Ciiihtt,3jects 1 and 2 $- (.7) TOTAL EXTENDED AMOUNT = $ 0 N 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: u s-- cry ' C21, FP-3 Bidder Status Form To be completed by all bidders Part A Please answer"Yes" or"No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes n No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes (1 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / _/ Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: -. o 371. C) -r 2. Does your company's home state or foreign country offer preferences to bidders who are restdedts2 ❑ S ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's hone stat or foret country and the appropriate legal citation. —''1 -� w You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. n Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. n Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes n No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes Li No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. n Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact businessi9 lowaabd the certificate has not been revoked or canceled. --IC)rn C '` o 309-6001 02-14 We hereby certify that this document was prepared by the following or under our direct personal supervision and that we are duly licensed Professional Landscape Architects, Professional Engineers under the laws of the State of Iowa. SIGNED: DATE: Antonio C. Malkusak Iowa License No. 00581 My license renewal date is June 30, 2015. Laura A. Hawks Iowa License No. 00275 My license renewal date is June 30, 2015. Nicholas J. Bettis Iowa License No. 17780 My license renewal date is December 31, 2015. Mohammed N. Abuhasan Iowa License No. 20081 My license renewal date is December 31, 2015. b cD r 21 C) is rq -11 CO r o HLED 2014 AUG 15 I'M 3: 01 CITY CLEE:K�r� IOWA CITY' IOWA SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS AF-1 NOTE TO BIDDERS NB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS R-1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work 10 -1 Section 01025 Measurement and Payment X10 -1 Section 01310 Progress and Schedules =-4c6134O-1 I"" r -� rn m DIVISION 2 - SITE WORK Q* C.) CI Section 02930 Seeding 0292-1 DIVISION 3 — Section 03300 Cast-in-Place Concrete ................................ . DIVISION 4— Section 04200 Unit Masonry ... 04200-1 DIVISION 6 — Section 06510 Lighting 06510-1 DIVISION 7 — Section 07021 HMA Porous Pavement 07021-1 r-- o _ 0 -''- U� �--LLI e.) Q. c NOTICE TO BIDDERS NORMANDY DRIVE RESTORATION PROJECT, PHASE III Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 10th of September, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th of September, 2014, 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, 350 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 615 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" o RCP Pipe Apron, 0.75 AC Seeding, 1 Electrical .— — Light for Parking Lot Footing, Pole & LED Light, 6 -n Light Bollard Footings & Lights, Conduit& Wiring, >� .._ Pre-cast CMU Masonry Entry Column with n-< - �--- Footing, Foundation, Stone Cap & Cast Stone cn Medallion. The City is required to obtain an =gym P1 NPDES permit for this project. The Contractor will be responsible for all administration and =J� reporting of the NPDES Storm Water Protection 2 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 AF-1 City in the event the successful bidder fails to enter into a contract within ten (10)calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%)of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 38 Specified Start Date: October 7,2014 Specified Completion Date: November 26, 2014 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, r_ 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 °- J}= form of a check, made payable to Rapid tr, Reproductions. The fee will be returned if the >--E) plans are returned in unmarked and reusable ) � condition within 15 days of Council Award. A X o_ separate and nonrefundable $15.00 shipping and N 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 AF-2 parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK CJ -- t c a 7 =C 7.<F -p �w o v AF-3 FILED 2014 A!'G 15 Ffi 3: 0 7 CITY CLE, !,., 10M CITY, NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Bidder References Envelope 3: Bidder Status Form 0 rn -36NB-1 FILED 2014 Al!G 15 PM 3: 01 CITY CLERK l0V1h CITY, l0 , !, fVA FORM OF PROPOSAL NORMANDY DRIVE RESTORATION PROJECT, PHASE III CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City (..- City Hall 410 E. Washington St. � .- rn Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the 4jount 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: Parking Lots and Shared Use Trails Protect 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 $- 1.12 CY 515 6" Strip and Dispose Topsoil Off Site $- 1.13 LS 1 Class 10 Excavation $- FP-1 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 $- 1.20 SY 1,490 Modified Granular Subbase $- 1.21 SY 1,490 Stone Recharge Bed, 9" Depth $- 1.22 SY 1,153 Porous HMA Pavement: 5" $- 1.23 SY 49 Sidewalk, 4" PCC $- 1.24 SF 48 Detectable Warnings $- 1.25 Acre 0.75 Seeding, Fertilizing and Mulching — Conventional Seeding $- 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: Ashton House Site Improvements and Electrical Protect Cost Item No. Unit Quantity Description Unit Price Total Amount 2.01 LS 1 Mobilization $- 2.02 EA 1 Entry Column Foundation Footing $- 2.03 EA 1 Entry Column Foundation $- 2.04 EA 1 Parking Area Light Foundation $- 2.05 EA 6 Light Bollard Foundations $- 2.06 SFF 46.7 Entry Column CMU Masonry $- 2.07 SFF 59 Entry Column Stone Mastonry $- 2.08 EA 1 Entry Column -Cast Stone Medallion $- 2.09 EA 1 Entry Column -Cast Stone Cap $- 2.10 EA 2 Parking Lot LED Light Fixture (2 on 1 Pole) $- 2.11 LS 1 Fixture Pole & Pole Base $- 2.12 LS 1 Conduit& Wiring $- 2.13 EA 6 Bollard Lights $- $- SubTotal for Project 2: Ashton House Site Improvements and Electrical $- Total Cost Opinion for Projects 1 and 2 $- TOTAL EXTENDED AMOUNT = $ .... (-7 Y FP-2 N 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: -e- 333 C) r- c� -17 " �i r1 W "w . FP-3 ry c �r to i it -�'- .1 kr" c3 a ILact • BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for THE NORMANDY DRIVE RESTORATION Project, Phase III. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, s- (b) If said Bid shall be accepted and the Principal shall execute and- eljer Vcont= in the form specified, and the Principal shall then furnish a bond r,:41-ie Pninciphl's faithful performance of said Project, and for the payment of all pens p@fforni labor or furnishing materials in connection therewith, and shall in B1J bther'respects; perform the Project, as agreed to by the City's acceptance of said` .. - o then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 2014. (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FLED 201ti AUG 15 fl 01 CITY CLER1 IOWA CITY, 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 , 2014, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. Statewide Urban Design and Specifications for Iowa, current edition c. ADA/ABA Accessibility Standards, 2010, d. AASHTO Standards for Multi-use Trails, current edition, e. Plans; f. Specifications and Supplementary Conditions; ar Notice to Bidders; 9� >174 ci 11.�C h. Note to Bidders; � m Performance and Payment Bond; o w 0 j. Restriction on Non-Resident Bidding on Non-Federal-Aid Project k. Contract Compliance Program (Anti-Discrimination Requirements); I. Proposal and Bid Documents; and m. This Instrument. The above components are deemed complementary and should be read together. In the AG-1 event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 2014. City Contractor By By (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: c6 �" Cs City Attorney's Office AG-2 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 �Jollars ($ ) for the payment for which Contra and Surety- - hereby bind themselves, their heirs, executors, administrators, successors anrigr , joir and severally. ��' cC.11 WHEREAS, Contractor has, as of , entered into a c, (date) written Agreement with Owner for NORMANDY DRIVE RESTORATION PROJECT, PHASE III Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by , which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 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 PB-1 subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF , 2014. IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) 0 6 gess (Title) (Street) ' C (City, State, Zip) (Phone) PB-2 Contract Compliance Program J_ C,", ...s (-J.< - �� -4 C) (-11 ; rfl o ry ie CITY OF IOWA CITY FILED 2014 AUG 15 PM 3: n .. CITY CEEP.;; IOWA CITY SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3)or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. 0 c s- 1.1 CI 0 N 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. c3 61, al t >: >—C) C.:1 I— C.) c-� cv 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 Phone Number Signature Title Print Name Date O • 6 m —4 GI .r =In rel CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this Oformation necessary to judge an applicant's ability to perform the job applied for?" Only use kob-rglated 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 I elatatflain your interviewers on discrimination laws. Biased and subjective judgments in personal irderviaVvs can be a major source of discrimination. Trftpr v .-hiring and selection procedures and use non-biased promotion, transfer and training c7 R_ policr '{o increase and/or improve the diversity of your workforce representation. Companies 1pust make sure procedures for selecting candidates for promotion, transfer and training are based on ir 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 in ' dDCity of A 414C` 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. c"--z cnr N CC-5 2-3-1 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: C. It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment or membership be- Intimidation 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) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. it shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from are, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tern- disability, gender identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. it shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- 61) 1.1.1 - Ili 897 >-C.) Iowa City .d C.a C) 0 CC-6 2-3-1 2-3-1 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the ment between an employer, employ- disabled or elderly. Any such employ- ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemiologist determines and the if the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired Immune deficiency syn- employer's family. drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficlency virus to other persons in a those certain instances where sex is a specific occupation. bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1. Any bona fide religious institution or rowiy. its educational facility, association, corporation or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- fication which serves a bona fide pub- tions are related to a bona fide reli- lic purpose. gious purpose. A religious qualifica- tion for instructional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reli- pational qualification reasonably nec- gious institution shall be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The tion. (Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) r . cri 697ZC m -� rn Iowa Guy O CC-7 FILED 15 PI-1 3: C CITY CLERK IOWA CITY. 1On 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. N O_ t *<? c T' c) ..r. Lin rn ax w :.1.: o co GC-1 FILED 1014 AUG 15 PM 3: 05 CITY CLERK SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION N C=1 l.J s S-1 Definitions Vic? c S-2 Limitations of Operations --{ G) — S-3 Insurance S-4 Supervision and Superintendence fir- — rn S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices ' o S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or 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. =+Y cr W>" tf) %a >- `.1- c , CD SC-2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the oewtract to the next low bidder, or declare a default and pursue any and all remedies available to the City. GI =<rrYt -a tl ca �: SC-3 ,i 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of 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 4r--, 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. L t—� s f3 n r c., 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 Exemjtion prtificatelo purchase building materials, supplies, or equipment in the performance of the contrast-+Thetontrastor shall submit the information necessary for the certificates to be issued. I"1 S-11 CONSTRUCTION STAKES. — Replace the last paragraph of SUDAS Specifications with: o (,) The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of 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. b C.7 y C7 f—, p SC-6 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS See attached Bidder Status Form (to be completed by all bidders). C — 4 n A n.y+�-� -71G 7 1 1 �n CJ1 3- 1.73 R-1 FILED 2014 AUG 15 Psi C Q CITY CLE;:t� IOWA CITY, iCY:, dder Status Form 'o be completed by all bidders Part A lease answer"Yes"or"No" for each of the following: ] Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ] Yes ❑ No My company has an office to transact business in Iowa. ] Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ] Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ] Yes 0 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes"for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered"No"to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. O be completed by resident bidders Part B ly company has maintained offices in Iowa during the past 3 years at the following addresses: rates: / / to / / Address: City, State, Zip: sates: / / to / / Address: City, State, Zip: rates: / / to / / Address: ou may attach additional sheet(s)if needed. City, State, Zip: o be completed by non-resident bidders Part C . Name of home state or foreign country reported to the Iowa Secretary of State: ti -- _o !. Does your company's home state or foreign country offer preferences to bidders who are residotl.ts? Ye No I. If you answered "Yes"to question 2, identify each preference offered by your company's home statt or`f reign ntry Ind the appropriate legal citation. =r c) cm r— :-<r— ...___ - _o • w 0 Q w You may attach additional sheet(s) if needed. o be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my ailure to provide accurate and truthful information may be a reason to reject my bid. 'irm Name: signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes n No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes El No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes n No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed CD articles of dissolution. cii 0 Yes No-- c-: My business is a corporation whose articles of incorporation are filed in a state other than Iowa, LijC`- H the corporation has received a certificate of authority from the Iowa secretary of state, has filed L::its most recent biennial report with the secretary of state, and has neither received a certificate of .`"'� >- withdrawal from the secretary of state nor had its authority revoked. c ) _— ❑ Yes ❑ N• om My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ri N• o My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes n No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Li Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. El Yes n No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes n No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-600102-14 SECTION 01010 -SUMMARY OF THE WORK PART I -GENERAL 1.01 SECTION INCLUDES A. Project Description C -L- CD B. Contract Description 's c;, ..... C. Description of Work C -G D. Work by Owner a E. Owner Occupancy and Phasing '' o F. Permits, Fees and Regulatory Agencies G. Contractor Use of Site and Premises H. Contract Documents 1.02 PROJECT DESCRIPTION A. Prime Landscape Architect: Abundant Playscapes, Inc. Sub-Consultants: Hawks Design, Inc., Hall& Hall Engineers and Innovative Engineers, Inc. B. Owner: City of Iowa City, Department of Public Works and City of Iowa City Parks and Recreation C. The Project consists of one[1] Milestone for completion: a. Milestone 1 —November 26, 2014 1.03 CONTRACT DESCRIPTION Contract Type:A single prime contract is to be awarded based on a stipulated sum as described in the Form of Agreement Between the Owner and the Contractor and shall include the following Base Bid Project Items; 1.04 DESCRIPTION OF THE WORK A. Work as indicated on the construction drawings and specifications, including, but not limited to: Normandy Drive Restoration Project, Phase III: 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, 350 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 615 CY of Topsoil (to remain on site), Strip and Dispose 515 CY of Topsoil (dispose off 01010-1 site), 1 Storm Sewer Intake,60 LF 12" RCP Pipe Culver with 4 12"RCP Pipe to Apron, 0.75 AC Seeding, 1 Electrical Light for Parking Lot Footing, Pole & LED Light, 6 Light Bollard Footings& Lights, Conduit&Wiring, Pre-cast CMU Masonry Entry Column with Footing, Foundation, Stone Cap& Cast Stone C. Medallion. The City is required to obtain an NPDES permit for this project. The Contractor will be responsible for all administration and reporting of the j to NPDES Storm Water Protection Plan. L •mac c 1.05 WORK DONE BY OWNER A. 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: All other projects and phased construction associated with the Normandy Drive Restoration Project will be completed by the time Contractor is to begin Phase Ill. C. House Keeping: i. Contractor is to clean the construction site on a daily basis, and keep on-site materials secured. Loose construction materials and debris that is susceptible to being blown around will interfere with conduct of Owner and local residents. ii. Contractor is to remove construction debris immediately from areas adjacent to private property. D. Construction operations, staging areas for temporary use and storage of materials shall be within construction limits as indicated in the construction documents. The Contractor is to 01010-2 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. The City is required to obtain an NPDES Permit from the Iowa Department of Natural Resources for this project. Upon award of the contract, the Contractor shall sign onto the permit as a co-signer with the City and the Contractor is responsible for administration and reporting associated with the NPDES permit. G. 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. H. 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. I. Utility Outages and Shutdown: Limit shutdown of utility services that disrupt existingacilities to 4 hours at a time or as prearranged with Owner. Provide 1 week advance jiotice la Owner to coordinate shutdown of utility services, if necessary. = h — --1 c547, J. Coordinate access and haul routes with governing authorities and Owner. cn K. Provide and maintain access to fire hydrants,free of obstructions. (-5rn c,, L. Provide means of removing mud from vehicle wheels before entering stream. C.) 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 corrections/interpretation. PART 2 -PRODUCTS None. 01010-3 Ey Ij.. D 20I G ruc 15 PH 3: 0 zo X m CITY CLERK x I0VitA CITY. IOWA c 0 z m z v o Q m VI 0 O z 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 2.01 NONE N., d .L-- PART PART 3 - EXECUTION B 3.01 PROCEDURE: r: A. Payment under this contract shall occur no more than once per month for-eta co)plete the Contractor. It is not the City's policy to pay for materials and equipment store for furnisings 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. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. t The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent c: driveways, streets, sidewalks and private property, when mud and debris is deposited there as a (:,1, result of any construction activity. The cost of clean up shall be incidental. (__ � 1.1.1 B. C-- BID.;gEM DESCRIPTIONS tlnle s-§fiecified below the Measurement and Payment for each line item shall be per SUDA8;Add to and/or modify the following Measurement and Payment Items as Follows: -ti - Projct 1: I4e'rsection Improvements and Shared Use Trail: C'J 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. 0 c� .1- 1.08 STABILIZED CONSTRUCTION ENTRANCE 4� j Will be paid by Square Yard as outlined in Division 9 - evoFR and ' Landscaping Section 9040- 1.08.0 of SUDAS Standar $gectfifatiof1 - Add the following incidental items: • Installation, fabric and removal. o -0 1.09 CLEARING AND GRUBBING o 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. 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. 1.16 & 1.17 PIPE CULVERT, 12" RCP & PIPE APRON, 12' RCP This item is for storm sewer culvert pipes under trails Extend full depth granular backfill material from the culvert bedding to the granular subbase / macadam stone under the trails. The following shall be incidental: • Pipe ties (including to the F.E.S.) • Engineering fabric • Miscellaneous concrete. • 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. 0 1a9 - STRUCTURAL SOIL-BEARING FABRIC 6-4 wo The geotextile material shall be installed per the manufacturers/ suppliers >>- instructions, and overlap in the material shall be considered incidental to this _,..� "' ›-c-) item c-) L – 1;e0 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 Related Work Section 7030 – 1.08.0 of SUDAS Standard Specifications. 01025-4 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 SUDATatandard Specifications. c7 -� The following shall be incidental: y � • Type 2 RECP is required n.-< _ •-- • Overlap of material =ic-) cn • Installed per the manufacturers / suppliers instructio i— -0 1-41 1.27 TURF REINFORCEMENT MATS (TRM) This will be paid by the Square as outlined in Division 9 -Site Worignd Landscaping Section 9040 - 1.08.R of SUDAS Standard Specifications. The following shall be incidental: • A minimum of Type 1 is required • Overlap of material • Installed per the manufacturers / suppliers instructions Project 2: Ashton House Exterior Site Improvements: 2.01 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 & 2.03 ENTRY COLUMN FOUNDATION & FOOTING The unit price for this item shall be based upon each (total of 1)foundation and footing provided and installed. Work must be completed in coordination and cooperation with the masonry contractor. The unit price for this item includes: provision and installation of the cast in place 01025-5 foundations and footings and all associated equipment rentals,testing, soil preparation,forming, and rebar. 2.04 & 2.05 PARKING AREA LIGHT AND BOLLARD LIGHT FOUNDATIONS The unit price for these items includes: testing, soil preparation, installation of concrete foundations,forming and all associated hardware. Also included is coordination with the electrical Contractor for proper placement of bollard and parking lot light poles. The Contractor shall be paid for each foundation provided and installed. 2.06 ENTRY COLUMN CMU MASONRY The unit price for this item shall be for a total of 46.7 square face feet for the Concrete Masonry Units of an Entry Column as shown on the plans. All mortar, anchoring devices and clean up shall be considered incidental. 2.07 ENTRY COLUMN STONE MASONRY The unit price for this item shall be for the square face feet for the limestone veneer for the Entry Column as shown on the plans. All mortar, anchoring devices and clean up shall be considered incidental. 2.08 &2.09 ENTRY COLUMN —CAST STONE MEDALLION & CAST STONE CAP The unit price for this item shall be for a quantity of one [1] each of an Entry Column Cast Stone Medallion and Cast Stone Cap. The contractor shall be paid for a fully completed entry column. Included with this work is the provision and installation of limestone veneer, cast stone cap, and custom cast stone medallion with Ashton "A" as delineated above the garage, and custom cast stone rectangular piece with address and street name. 2.10 LED SITE LIGHTING FIXTURE Contractor shall be paid for provision and installation of each fully functioning site lighting fixture. (Parking lot pole will include (2)fixtures). 2.11 FIXTURE POLE & POLE BASE Contractor shall be paid a lump sum for provision and installation of a fully functioning site lighting fixture pole and pole base in the parking area. 2.12 CONDUIT& WIRING Contractor shall be paid a lump sum amount for 1" conduit installed for a fully functioning lighting system. 2.13 BOLLARD LIGHTS Contractor shall be paid for provision and installation of each fully functioning bollard light. C=3 ci 0 w y: C-) 1r) ...P in )-L) 1 � 0 N END OF SECTION 01025-6 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, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Installation and removal of temporary facilities and controls. 3. Pre-installation conferences. 4. Project closeout activities. 1.3 EXECUTION C; o A. Pre-construction Conference: Schedule a pre-construction conferenc' betfore starting construction, at a time convenient to Owner and Landscape Architect. Hol 0134. Project site or another convenient location. Conduct the meeting to review.rsonsil ities:;an personnel assignments. 1. Attendees: Authorized representatives of Owner, Landscape Architec;P and '.their consultants; Contractor and its subcontractors; and other concerned parties`-,hall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: 01310-1 a. Tentative construction schedule for the Project. b. Critical work sequencing. c. Designation of responsible personnel. d. Procedures for processing field decisions and Change Orders. e. Procedures for processing Applications for Payment. f. Submittal procedures. g. Use of the premises. h. Staging Areas. i. Progress cleaning. j. Working hours. k. Inspections. B. Progress of Work: Work shall be limited to thirty-eight [38] working days. Saturdays will not be counted as working days. The specific start date is October 7, 2014. 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 fn o � u 0_ _,>. �-U :: V-^ CJ N 01310-2 SECTION 02930 -SEEDING o - PART 1 -GENERAL ,'-' � '--I Cr) 1.01 SUMMARYcn 3 A. Drawings and general provisions of contract, including general a lt;4upamerit 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. f.� ii. Certification of the tackifier ingredients, recommended rates of application, 1.o 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. d- > iv. Certifiation of the fungicide ingredients and applicable fungus disease control Lf, and recommended application rate of manufacturer. >' - v. Certification on the sticking agent ingredients with applicable use and rate by manufacturer. s p vi. Certification in the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. C. 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. ti o D. Repair and replace to original condition all damages to property resultant thseeding operation and all damages as a resultant from the remedying of thes ct-withou`fr additional compensation. --i L7 CJ'1 PART 2 -PRODUCTS r`� 2.01 SEED c.‘) 0 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 A. Provide the certified blue tag or a copy of current tests of each species with quantity seed mixture type and application rate as defined on the plans. B. Type 1 Seeding - Lawn Mix"ProTurf'seed mix as supplied by Pace Supply-Application Rate -348 lbs per acre. 2.03 FERTILIZER A. Fertilizer shall comply with the rules of the Iowa Department of Agriculture and as follows: i. The grade of fertilizer will be identified according to the percent nitrogen (N), percent of available phosphoric acid (P2 05), and percent of water soluble potassium (K2O), in that order, and approval will be based on that identification. ii. All fertilizer shall be furnished from an established fertilizer dealer and guaranteed percentage analysis shall be provided by the fertilizer supplier on 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-burning 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 furnished 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 equipment. iii. The slurry shall be dyed greed to facilitate visual metering during application with said material or homogeneous slurry having no growth or germination- Lf) inhibiting factors, being completely non-injurious to plant or animal life and o r-' having no toxic effect when combined with seed,fertilizer and water. =3=- iv. When applied, the wood cellulose fiber slurry shall be free from weeds or LLI cL �,�— foreign matter toxic to seed, consisting of a classification of fibers with a >- minimum of 30% having an averaged length of 0.15 inches or passing a .�.� to >-(_, Clarke Classifier 24 Mess Screen,will form an absorptive mat, but not a plant- -ca r-- inhibiting membrane, which will allow moisture to percolate into the underlying R.# v= soil. v. Mulch shall have a water-holding capacity of not less than 9 pounds of water per pound of fiber. vi. The wood cellulose fiber shall have an equilibrium air dry moisture content of 12% or less a time of manufacture, as defined by the pulp and paper industry standards,and shall have a ph range of 4.0-5.5. vii. It shall be packaged in new labeled containers and be applied at a rate of 1,800 pounds per acre (41.3 lb/1,000 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 life when combined with seed or fertilizer. iii. The tackifier shall be applied at a minimum rate of 50 pounds per acre (0.11 Ib/sq)and shall be packaged in new labeled containers. C. Conventional Seeding i. Material used as mulch may consist of straw(oats,wheat, barley, or rye). ii. Hay (bromegrass, timothy, orchard grass, alfalfa, or clover) shall not be used to mulch areas where lawn mixtures are seeded but may be used to mulch areas where erosion control and perennial ground covers are seeded. iii. All material used as mulch will be free from all noxious weed, seed-bearing stalks, or roots and shall be inspected and approved by the City Forester prior to its use. iv. Other materials,subject to the approval of the City Forester,may be used. 2.06 INOCULANT FOR LEGUMES A. An inoculant is a culture of bacteria specifically formulated for legume seeds (alfalfa, clovers, lespedeza, birdsfoot trefoil, hairy vetch, and crown vetch). B. The manufacturer's container shall indicate the specific legume seed to be inoculad, rate of application and the expiration date. cn �? c C. All noculant shall meet requirements of the Iowa Seed Law. '--1 0 dorms C7 — r- 2.07 FUNGICIDE "Ir.-- cn A. A fungicide shall be a non-commercial protectant formulation to provide p tion) rom born fungus diseases of seeds. C..7 B. The application shall be made at the rate of 5 '/2 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: i. Apply fertilizer after shaping and fine grading and prior to the combined tillage and rock-removal operations. On areas inaccessible to machinery, the fertilizer may be spread prior to tillage and cultivated seedbed preparation and uniformly mixed into the top 1 1/2 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". iii. The Contractor shall be permitted to substitute other fertilizer containing analysis percentages different from those specified, provided that the minimum amounts of actual nitrogen (N), phosphate (P), and potash (K) per 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 C') -" mown minimum amounts. C u} iv. Conventional Seeding: Apply 6-24-12 commercial fertilizer or the equivalent c._) 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 C? f--' nitrogen. v v. Hydraulic Seeding: Apply 6-24-12 commercial fertilizer or the equivalent units CD of nitrogen (N), phosphate (P), and potash (K) at the rate of 200 pounds per o 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 1/2" in 02930-6 diameter from the upper 3" of the soil. A spring tooth cultivator may be used in lieu of a rock picker. The rock shall then be removed by hand after each use of the cultivator--the process to be repeated until the soil is relatively free of rock as determined by the City Forester and/or Landscape Architect. Remove all rock remnants from rock piles used on project smaller than W. The seedbed shall then be smoothed with a cultivator-type tillage tool having a rake bar. vii. Tilling shall be parallel to the contours with ruts and wheel tracks in the seedbed from seedbed preparation to be removed prior to seeding. This must be completed just prior to seeding and the work approved by the City Forester and/or Landscape Architect before the seeding applicatiM. 3.04 APPLICATION OF THE SEED :-) A. Prior to seeding, the seedbed shall be inspected and approved by the aity<For ter a jor Landscape Architect. —=r -C r - 7-1 • rn B. Conventional Seeding Sowing: i. Domestic grasses - On all areas accessible to machinery,-all grasstseed 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 W 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. B. Maintenance of seeded areas shall include protection against traffic, repairing of areas damaged, watering, rolling, and mowing when domestic grasses are at an approximate 3- inch height. 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. 3.08 CLEANUP . Perform cleanup operations during installation of work and upon completion. 65 ' a'"., .. . dove from site all excess materials, debris, and equipment. P4a down and/or broom clean all paved surfaces. ltr any damage resulting from seeding operations. a Remove hydraulic slurry from buildings, landscaping and plantings, mulch, sidewalks, pavement, and any other areas not specified for application. 3.09 FINAL ACCEPTANCE 02930-8 A. The areas seeded shall be given acceptance based upon the following criteria: i. All requirements for the completed installation and a minimum of 60 days maintenance have been provided for domestic grass seed and a minimum 12 months for prairie seeded areas. ii. Seeded areas shall be in a live, healthy, growing, and well-established condition without eroded areas, bare spots, free of weeds, undesirable grasses, disease or insects. iii. Reseeding operations are completed, as per original specifications. B. Final acceptance may be given by the Owner upon fulfillment of all items completed as required. C=3 END OF SECTION c - • more 7-C —i�7 cn r rn y" o Co 02930-9 FILED 2014 AUG 15 PM 3: 05 CITY CLERK,? 10\VA CITY, SECTION 03300 - CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.1 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes. B. Related Sections: 1. Division 16 Section 165100—Lighting 2. Division 4 Section 04200 Unit Masonry—Landscape 1.2 SUBMITTALS A. Product Data: For each type of product indicated. r�n .171 GIB. Design Mixtures: For each concrete mixture. n 7rin C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabricatiQn beRging, placement. D. Formwork Shop Drawings: Prepared by or under the supervision of a quailed priessional engineer detailing fabrication, assembly, and support of formwork. E. Welding certificates. F. Material certificates. G. Material test reports of similar work. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." B. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.4/D 1.4M, "Structural Welding Code - Reinforcing Steel." D. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete," Sections 1 through 5. CAST-IN-PLACE CONCRETE 033000- 1 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." E. Pre-installation Conference: Conduct conference at Project Site, 820 Park Road. PART 2 - PRODUCTS 2.1 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete — for exposed to view concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 deformed. 1. Epoxy-Coated Reinforcing Bars: ASTM A 775/A 775M, epoxy coated, with less than 2 percent damaged coating in each 12-inch (300-mm) bar length. 2. Galvanized Reinforcing Bars: ASTM A 767/A 767M, Class 1 zinc coated after fabrication and bending. B. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from as-drawn steel wire into flat sheets. C. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet. D. Galvanized-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from galvanized-steel wire into flat sheets. E. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice. 2.3 NCRETE MATERIALS F A, Nmentitious Material: Use the following cementitious materials, of the same type, brand, and `mss $pirceJgtoughout Project: Li wand Cement: ASTM C 150, Type I , natural color c� 4ef 4J , Fly Ash: ASTM C 618, Class F. b. - Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120. N B. Normal-Weight Aggregates: ASTM C 33, graded. 1. Maximum Coarse-Aggregate Size: 1 inch nominal, clean, uncoated crushed stone or gravel coarse aggregates shall be free of materials which cause staining or rust spots. CAST-IN-PLACE CONCRETE 033000 - 2 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Lightweight Aggregate: ASTM C 330, 3/8-inch nominal maximum aggregate size. D. Water: ASTM C 94/C 94M and potable. 2.4 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. o 2. Retarding Admixture: ASTM C 494/C 494M, Type B. --n m 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Typi:4" G") 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type It7-< —" 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/6- M,fype Cj-i 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type I1.=<t-n = °,�, 2.5 VAPOR RETARDERS �} o A. Sheet Vapor Retarder: ASTM E 1745, Class A. Include manufacturer's recommended adhesive or pressure-sensitive tape. 2.6 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd when dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. F. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. G. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 2.7 RELATED MATERIALS A. Expansion-and Isolation-Joint-Filler Strips: '/2"sonneborn F foam expansion joint filler. CAST-IN-PLACE CONCRETE 033000- 3 B. Expansion and Isolation Joint Filler Strips: ASTM D 1751, asphalt saturated cellulosic fiber or ASTM D 1752, cork or self-expanding cork. 2.8 CONCRETE MIXTURES A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. B. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 30 percent. C. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water-reducing admixture in concrete, as required, for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.45. D. Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Slump Limit: 4 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1 inch nominal maximum aggregate size. 5. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent. 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.10 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C and furnish batch ticket information. U J;.) When air temperature is between 85 and 90 deg F reduce mixing and delivery time from ' 1/2 hours to 75 minutes; when air temperature is above 90 deg F reduce mixing and eery time to 60 minutes. LP C- P/��-`'RT3 - EXEC 3.1 Fdf2M.WORK A. Design, erect, shore, brace, and maintain formwork. according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. CAST-IN-PLACE CONCRETE 033000 - 4 B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Chamfer exterior corners and edges of permanently exposed concrete. 3.2 EMBEDDED ITEMS O A. Place and secure anchorage devices and other embedded items required-for acWning that is attached to or supported by cast-in-place concrete. Use setting drgempla , diagrams, instructions, and directions furnished with items to be embedded.:;;:-.:4 G-1 Cl'"( j rn 3.3 VAPOR RETARDERS : <n -v A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retakder accding to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. 3.4 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice"for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.5 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness as follows: 1. Sawed Joints: Soft Cut Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 3.6 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. CAST-IN-PLACE CONCRETE 033000- 5 B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. C. Cold-Weather Placement: Comply with ACI 306.1. D. Hot-Weather Placement: Comply with ACI 301. 3.7 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces exposed to public view, to receive a rubbed finish, be covered with a coating or covering material applied directly to concrete stair (steps). C. Rubbed Finish: Apply the following to smooth-formed finished as-cast concrete where indicated: 1. Smooth-Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. 3.8 FINISHING SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and tJitnishing operations for concrete surfaces. Do not wet concrete surfaces. O B. (Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull- floated-or darbied. Use soft hair brushes, or brooms to produce a profile amplitude of 1/4 inch in Wore cdiUttion, perpendicular to traffic. .� u- yv F4©ist Finish: Consolidate surface with power-driven floats or by hand floating if area is small or irf,jAcessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces to receive trowel finish. CAST-IN-PLACE CONCRETE 033000 - 6 D. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and re-straighten until surface is free of trowel marks and uniform in texture and appearance. 1. Apply a trowel finish to surfaces indicated exposed to view. 2. Comply with flatness and levelness tolerances for trowel-finished floor surfaces. E. Broom Finish: Apply a light-broom finish to exterior concrete platforms, steps, ramps, and elsewhere as indicated. 3.9 CONCRETE PROTECTING AND CURING - 'n "11 A. General: Protect freshly placed concrete from premature drying and exo Fie 66Id .1,44 temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 3O rfbr het�wea protection during curing. 7. rte! ca v B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and durinOnishing operations. Apply according to manufacturer's printed instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches , and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. 4. Curing and Sealing Compound: Apply uniformly to slabs indicated in a continuous operation by power spray or roller according to manufacturer's printed instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.10 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. END OF SECTION 03300 CAST-IN-PLACE CONCRETE 033000 - 7 O &) :.gi p i ` U W' 1P T V r N SECTION 042000 - UNIT MASONRY— LANDSCAPE PART 1 - GENERAL ran-, 1.1 Summary c A. Section Includes: n c.n •r-- —v in 1. Weber Limestone Veneer _rn 2. Cast Stone Cap Stone w 3. Cast Stone Square Medallion co B. Related Section: 1. Division 33 Section "Cast-in-Place-Concrete" 1.2 Submittals A. Product Data: For each type of product indicated. B. Shop Drawings: For reinforcing layout, cast stone cap, and medallion. Submit to Landscape Architect and Owner for review and approval. C. Samples for Verification: For cast stone cap stone. D. Material Certificates: For each type and size of product indicated. For masonry include data on material properties, material test reports substantiating compliance with requirements. E. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification. Test according to ASTM C 109/C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C 91 for air content. 2. Include test reports, according to ASTM C 1019, for grout mixes required to comply with compressive strength requirement. 1.3 Quality Assurance A. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602. B. Sample Panels: Use stone facade on Ashton House as guide for stone type and layout at column. 1.4 Project Conditions A. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. UNIT MASONRY - LANDSCAPE 042000 - 1 B. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART 2 - PRODUCTS 2.1 Limestone Veneer A. Obtain Manufactured Precast Stone Veneer from: 1. Weber Stone Company 12791 Stone City Road Stone City, Iowa 52205-7513 B. Shapes: Provide shapes for special conditions. C. Sizes: 1-1/4" to 1-3/4" front to back. Sizes and pattern to be similar to house stone veneer 2.2 Cast Stone Cap A. Cast Stone Cap: 1. Cap Stone at Column 90 degree angle edge B. Obtain cast stone cap stone from: 1. Edwards Cast Stone, Dubuque, Iowa - Tel. 563/556-0535 or approved equal. 2.3 Cast Stone Medallion: A. Cast Stone Medallion: 1. 24"x29" rectangular medallion custom design to include verbiage and logo according to the drawings. Logo and verbiage shall be sandblast engraved and painted with Lithochrome black paint. All serifs and grooves in the logo shall be a minimum of 1/8" wide. B. Obtain cast stone medallion from: 1. Pineapple Grove Designs, Boynton Beach, FL - 800/771-4595 or approved equal. 2. Edwards Cast Stone, Dubuque, Iowa -Tel. 563/556-0535 or approved equal. C.) MO*And Grout Materials w c- �r t Qortla Gement: ASTM C 150, Type I or II, except Type III may be used for cold-weather constrttctjon. Provide natural color or white cement as required to produce mortar color iridicatd I ' i1 B. Higkated Lime: ASTM C 207, Type S. C. Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Masonry Cement: ASTM C 91. UNIT MASONRY - LANDSCAPE 042000 - 2 1. Products: Match mortar color E. Mortar Pigments: "Type S" natural gray color mortar. F. Aggregate for Mortar: Match building aggregate for mortar products. ASTM C 144. G. Aggregate for Grout: ASTM C 404. r H. Cold Weather Admixture: Nonchloride, noncorrosive, accelerating admixor> ying iv ASTM C 494/C 494M, Type C, and recommended by manufacturer for use it oner-mortfr't7f composition indicated. _4 C ) ui �! rn 1. Products: Subject to compliance with requirements, provide one of the:t�a�tlowfng: a. Euclid Chemical Company (The);Accelguard 80. o b. Grace Construction Products, W. R. Grace & Co. -Conn.; Morset_ c. Sonneborn Products, BASF Aktiengesellschaft; Trimix-NCA. I. Water: Potable. 2.5 Ties And Anchors A. Materials: Provide ties and anchors necessary to secure veneer to existing concrete masonry unit column with corrosion resistant concrete screws or power actuator fasteners (or cap fasteners with heads or washers large enough to not pull through lath). 1. Contractor's Option: Unless otherwise indicated, provide any of the following types of anchors: a. Concrete fasteners from Tapcon,Red Head or approved equal. b. Lath from J &N and distributed by: Kings Materials, Coralville, Iowa 2.6 Masonry Cleaners A. Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. c. ProSoCo, Inc. 2.7 Mortar And Grout Mixes A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. UNIT MASONRY - LANDSCAPE 042000-3 2. Use portland cement-lime or masonry cement mortar unless otherwise indicated. 3. For exterior masonry, use portland cement-lime or masonry cement mortar. 4. For reinforced masonry, use portland cement-lime or masonry cement mortar. 5. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide the following types of mortar for applications stated unless another type is indicated. 1. For masonry below grade or in contact with earth, use Type M. 2. For reinforced masonry, use Type N. 3. For mortar parge coats, use Type N. 4. For exterior, above-grade, non-load-bearing walls where another type is not indicated, use Type N. D. Mortar: Natural Gray color mortar Type S PART 3 - EXECUTION 3.1 I&stallation, General A. Preparinijhe surface for manufactured stone: w ;��•= >lrgall 2.5 galvanized mesh directly to surface using concrete fasteners with a minimum 5.23 +-ef.3/4" length and a minimum 3/8" diameter head. cApply a minimum of 15 lb. Felt Paper as well. Metal lath must overlap 4" at horizontal and vertical joints. B. Applying the Scratch Coat: I. Cover lathed surface with a thin coat mortar (Type 5 ASTM C720) and allowed to set prior to installing the manufactured stone. Mortar can be mixed with enough water to achieve a workable (not too wet, or dry) consistency. The same can be used for scratch coating, for applying the manufactured stone and for grouting the joints. C. Mortaring the manufactured stone: 1. Lay out the manufactured stone near your working area to give you a better choice of stone. Select a stone and apply a 1" thick, even layer of mortar to the back of the stone. D. Applying the stone 1. Press the stone firmly into place on the wall surface so that mortar behind the stone squeezes out around all sides. Using a gentle wiggling action while applying the stone will insure a good bond. UNIT MASONRY - LANDSCAPE 042000 - 4 3.07 QUALITY CONTROL (Continued) B. Certification: Provide a certification for the production of any mixture in which the requirements in this section for small quantities or are applied. Place the test results and certification statement on the Iowa DOT Daily HMA Plant Report (Form 800241). The Daily HMA Plant Report for certified HMA may be submitted at the end of the project for all certified HMA quantities, or submitted at intervals for portions of the certified quantity. Use the following certification statement: "The certified HMA was produced in compliance with the provisions of Section 7020, 3.05 of the SUDAS Specifications. The certified HMA was produced with certified asphalt binder and approved aggregates as specified in the approved mix design." 3.08 REMOVAL OF PAVEMENT Comply with Iowa DOT Section 2510. END OF SECTION Q r.. = cr o w kfl U� >,- i.L U Q S 07021-10 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 bttunsinoimixture and completed pavement as well as the implementation of the Contractor's,:bmlity:Sbntrol i plan and test results: c->-< ci- -=�n t 1. Asphalt Content :<rn 2. Aggregate Gradation O�� 3. Field Porosity 4. Smoothness "' o 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 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 u Moet the following requirements: A.n-Loc'at$€reets & Minor Collectors: Check finished pavements on local and minor collectors tryvitl-1-t) foot straight edge placed parallel to the centerline. Correct areas showing high —spof5-6Pmore than 1/4 of an inch in 10 feet per Section 7020, 3.03. and section 7021. 3. -- QiiiiLITY015 NTROL s _ A. rovide QM-A per Iowa DOT Section 2303 for bid items with HMA quantities exceeding 500 tons. On locally let projects, all testing normally conducted by the Iowa DOT will be performed by the Jurisdiction or an independent testing laboratory hired by the Jurisdiction. B. Provide quality control for bid items with HMA quantities of 500 tons or less as follows: 1. Mix Design: Submit for approval. 2. Plant Production: Use a current calibration of the HMA production plant for the JMF no 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 approved aggregate sources meeting the JMF. Monitor the quality control test results and make adjustments to keep the mixture near the target JMF values. 3. Construction: Take density measurements of the compacted mixture, except when Class II compaction is specified. Use the field quality control laboratory compaction for field density control as specified in Iowa DOT Section 2303. The Engineer may accept the density of the compacted layer based on cores or density gauge. The Engineer may waive density measurement provided the compaction has been thorough and effective. Take density measurements of the compacted mixture no later than the next working day following placement and compaction. For small quantities, a lot is the entire quantity of each HMA mixture bid item. The quality index for density will not apply to small quantities. 4. Sampling and Testing: Material sampling and testing is for production quality control only. Acceptance of mixture is based on Contractor certification. Perform a minimum of one aggregate cold-feed and one loose HMA test per lot. Sampling and testing of loose 07021-08 6. Check the finished subgrade with a template supported on the surface of the adjacent pavement. 3.02 PREPARATION (Continued) B. Granular Subbase for Porous HMA 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. 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 sut case. 6. Equipment operation within the subgrade area, prior to placement of engEeri'tig fabrici7 and subbase stone, shall be limited to tracked skid loaders and small 66ckJoes? - � — C. Construction: -� t71 Fri 1. Place the HMA mixture in the number of lifts required to produce the F:et{titred aicknes The compacted thickness of the top lift shall not exceed 2 inches. " cD 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 07021-07 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 hot mix asphalt for more than 90 minutes before placement C. Porous HMA Placement 1. The porous HMA shall be laid in one lift for each course. The base course shall be placed directly over the granular subbase. The surface course shall be placed directly over the base course. 2. 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. cp 4. The polymer-modified asphalt is difficult to rake. A well-heated screed should be used to E2ginimize the need for raking. W w 5.— mpaction of the surface shall take place when the surface is cool enough to resist a '2 }.'Ston roller. One or two passes are all that is required for proper compaction. ca t Additional rolling may reduce porosity and should be used cautiously. IL (–) [ Afteral rolling, no vehicular traffic of any kind shall be permitted on the surface until cooling N 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 a. Type of elastomer polymer used to modify the asphalt. b. Quality control sampling and testing procedure used to certify the polymer modified asphalt prior to shipping to the contractor's asphalt plant. c. Information on the storage and stability of the polymer modified asphalt. d. Recommended mixing and compaction temperatures. e. A statement saying that the polymer modified asphalt will comply with these specifications. f. Aggregate in the asphalt mix shall be a minimum of 90% crushed and meet the following gradation: Sieve Size Percent Passing By Weight 1/2" 100 _ _o 3/8" 92-98 c3 No. 4 34-401 No. 8 12-20 No. 16 5-13 --f c "' No. 30 0-4 ni -0 ITI No. 200 0-2 3. The asphaltic mix shall be tested for its resistance to stripping by water in accdrdance 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 IaDOT 4196.01 B. Engineering Fabric: AASHTO M-288, Table 3 and Table 4 Subsurface Drainage —Class 1 2.03 BASE COURSE PERMEABLE AGGREGATE: A. The base course permeable aggregate shall be installed below the porous asphalt paving or the top course permeable aggregate as applicable. B. The aggregate base course should be a crushed stone that is screened and washed. It should have less than 3% passing the No. 200 sieve. Maximum size should be a nominal 1 inch. The aggregate base course should be placed in no greater than 6-inch compacted lifts to 95% of ASTM D1557—Modified Proctor. C. Aggregates to be open-graded, fractured, friction course. To ensure free drainage, material to be clean with minimal fines. The compacted top course permeable aggregate minimum infiltration rate shall be of 40 inches per hour. D. Base stone shall conform to crushed stone per Iowa DOT 4122. Gradation#13 for Clean Rock (1-1/2" or 2"). Base stone may be quarried from Schildberg Construction Company, Inc. Crescent Quarry or equivalent as approved by the Engineer. 07021-05 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: o 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 csmoothness incentives will be provided. n. �_ BSafi:.Fence for Pavement: Incidental to HMA pavement and base widening. >-6 EL Cj`-'Quafity-Control: Incidental to HMA pavement and base widening. DPave&ent Removal: Pavement removal will be measured and paid by square yards bremoved. 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 the binder shall be no greater than 0.3%. If more absorptive aggregates, such as crushed limestone, are used in the mix, then the amount of bitumen is to be based on the testing procedures outlined in the National Asphalt Pavement Associations Information Series 131. 2. Use neat asphalt binder modified with an elastomeric polymer to produce a vender meeting the requirements of PG 64-22 or PG 76-22 for Base Course. Use neat asphalt binder modified with an elastomeric polymer to produce a vender meeting the requirements of PG 76-22 for Surface Course. The elastomeric polymer shall be styrene- butadiene-styrene (SBS)or approved equal, applied at a rate of 3% by total weight of the binder. The composite materials shall be thoroughly blended at the asphalt refinery or terminal prior to being loaded into the transport vehicle. The polymer modified asphalt binder shall be heat and storage stable. The contractor shall submit a certification letter from the polymer modified asphalt supplier to the Engineer for each course before the mix is placed on the project. The certification letter from the supplier will include the following: 07021-04 1.07 RESTRICTIONS ON OPERATIONS =?n 1)._4 v7 r A. Safety Fence for Pavement: •y< — �"' Cfl 1. At the end of each day's construction and at all side streets, the ContractpK*Iall effect and maintain such barriers and fencing as are necessary to protect the pavernentJfrom 1-77.1 _j damage. • - -7 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: 1. 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 sterns 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 B. Quality Control Test Results C. Pavement Smoothness Results: Submit all testing and certifications according to SUDAS Section 7021, 1.08. D. Material Certifications: Upon request, the Contractor will provide material certifications to the Engineer. E. HMA Certification: Submit HMA certifications for all bid items with HMA quantities of 500 tons or less, according to Section 7020, 3.05. F. Weight receipts should include mix size and type and/or correlate to the bid item. G. Base course permeable aggregate sieve analysis. H. Base course permeable aggregate infiltration rate. I. Equipment and procedures to be utilized for the permeable aggregate installation. J. Porous asphalt aggregate sieve analysis. K. Porous asphalt composition. L. Previous experience of the proposed porous asphalt installer with porous asphalt placement. M. Staging plan that incorporates key elements of the operations and reduces closure of roadways to the extent practical. Staging and Sequence of Construction shall be approved by the Engineer prior to beginning construction. See the plans for a recommendation on staging for the project area. The Contractor shall be responsible for providing a construction staging plan that meets the requirements of the project as outlined in the plans and specifications. N. National Asphalt Paving Association (NAPA) membership: Submit proof of NAPA membership for six months prior to date of bid letting. 1.04 SUBSTITUTIONS A. Use only materials conforming to these specifications unless permitted otherwise by Engineer. B. Obtain Engineer approval for all substitutions prior to use. 1.05 DELIVERY, STORAGE, HANDLING, AND SALVAGING A. Aggregate Storage: Prevent contamination and intermingling per Iowa DOT Section 2303. Disposal: Dispose of excess HMA according to applicable local, state, and federal c':'regutations in a manner that does not cause damage or harm to adjacent properties or public LU faGi ies. Lai SCHEDUILING AND CONFLICTS —L Tow-t@rGeneral Provisions (Requirements) and Covenants, as well as the following: rnplete elements of the work that can affect line and grade in advance of other open cut construction unless noted on plans. 07021-03 SECTION 07021 - HOT MIX ASPHALT POROUS PAVEMENT PART 1 -GENERAL 1.01 SECTION INCLUDES A. Hot Mix Asphalt (HMA) Porous Pavement O r .c; B. Base Widening �� c-)-< r- -IC7 Cfl 1.02 DESCRIPTION OF WORK _.<rrrt -D M 7-73 A. Includes tl-e requirements for the following: Construction of HMA porous pavement vrfacA,J intermediate. and base courses placed upon a prepared subgrade, subbase, baser-.r pavement. B. Conform to Iowa DOT Section 2303 for construction of HMA porous pavement and base widening, except as modified herein. 1. Provide Quality Management -Asphalt (QM-A)for bid items with HMA quantities exceeding 300 tons. Provide quality control for bid items with HMA quantities of 300 tons or less according to Section 7020, 3.05. 2. Refer to Table 1 for gyratory mixture design criteria. Table 1: HMA Gyratory Mixture Requirements Gyratory Mixture Requirements Porous HMA Gyrations for Ninitial N/A Gyrations for Ndes 50 Gyrations for Nmax N/A Air Voids, % - Wear >_ 18% Tensile Strength Ratio, min% at mix design >_ 80 Fines/Effective Asphalt <_ 1.2 Draindown - Based on 1 hour reading at the anticipated production temperature <_ 0.3% Stabilizer by weight of total mix, % 0.2 - 0.4 VCA Ratio VCAMix< VCAQRc 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. 1. No bituminous mixture for payment shall be produced until a job mix formula has been approved in writing by the Engineer. The method of determining the proper asphalt content is to store the mix trial batches in the laboratory overnight at 140 degrees F (60 degrees C). The proper asphalt content will then be selected visually. The asphalt content mix is selected from the batch from which small amount of asphalt drains to the bottom of the pan and the mix still appears glossy. A heat resistant, clear glass dish may be used for better visibility of the drained asphalt. The asphalt content may be varied as necessary during construction to meet this requirement. 07021-01 2.03 LAMPS A. Acceptable manufacturers of incandescent, fluorescent, and HID lamps: 1. As indicated on the lighting fixture schedule. PART 3 -EXECUTION 3.01 FIXTURE INSTALLATION A. Light fixtures for all outlets shown on the drawings shall be furnished and installed complete including the assembly, wiring, support materials, and installation of each unit in place. All lenses, glassware and metal parts shall be thoroughly cleaned just prior to final acceptance. B. Lighting fixtures shall be mounted as specified, and shall include all necessary fittings for a complete installation. Provide all materials to adequately and safely support all fixture installations. 3.02 FIXTURE LOCATION A. Space fixtures as indicated on the drawings. 3.03 MISCELLANEOUS REQUIREMENTS B. Exterior fixtures shall be waterproof with special waterproof boxes and gaskets as required to keep rain or hose spray from coming into contact with wiring. C. Letters"a", "b", "c", etc., indicate associated switch or switches. Figures"1", "2", "3', etc., indicate associated branch circuit. "Fl", "F2", "F3", etc. indicate fixture type. 3.04 LAMP INSTALLATION A. Provide all lamps for all outlets and fixtures. All fixtures shall be complete with lamps and in operating condition when the building is turned over to the Using Agency. All"burnt out"or broken lamps that occur during the construction period shall be replaced. B. All fixtures, reflectors, lenses, and lamps shall be cleaned. END OF SECTION Ir) CD C. c ) Q —I>- E in U~- O LIGHTING 165100 -2 SECTION 165100 - LIGHTING PART I -GENERAL 1.01 WORK INCLUDES A. Base Bid: 1. Contractor provide: a. Light fixtures b. Lamps c. Ballast d. Fixture bases e. Fixture lens f. Accessories 1.02 RELATED WORK A. Specified elsewhere: 1. 01 11 00-Summary of Work 1.03 QUALITY ASSURANCE A. All fixtures shall have UL label. B. Ballasts shall be in accord with ANSI Standards. © . -11 C. Comply with: 7%.-3 GI 1. NFPA-70 r- 2. I.E.S. �m -fl rn 1.04 SUBMITTALS o� w A. Submit in accord with Division 01. B. Submit manufacturer's data demonstrating compliance with this specification and the schedule on the drawings. C. Shop Drawings: 1. Include data specified herein including fixture"mark"corresponding to the Drawings. 2. Clearly indicate type and color of each lamp(s)to be used for each fixture type. D. Maintenance data for fixtures to include in the operation and maintenance manual specified in Division 1. PART 2 -PRODUCTS 2.01 FIXTURE SCHEDULE A. Light fixtures shall be as listed on the drawing Fixture Schedule. B. The various types of fixtures to be provided are indicated on the drawings. Where a fixture type is not indicated, provide a fixture of the same type used in similar areas. 2.02 FIXTURES A. All glassware shall be high quality, homogeneous in texture and free from streaks, cords, stones, or blisters and of uniform thickness and properly annealed. B. Enamel finish shall be baked. The finish of each fixture shall be uniform in quality, durable and free from defects. C. Disconnecting Means: 1. All applicable luminaires must be provided with means to comply with luminaire disconnect requirements specified in NEC 410.130(G), 2008 Edition. LIGHTING 165100 - 1 3.9 Masonry Waste Disposal A. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. 3.10 Waste Management A. Separate and dispose of waste in a legal manner. END OF SECTION 042000 n 1.11 o_ LU o _ Q o_ ^ J1^ UMOMMINIM Cm.) F- sr Ciy s 0 UNIT MASONRY - LANDSCAPE 042000 -8 3.6 Field Quality Control A. Testing and Inspecting: According to building masonry specifications, see section 042000. B. Inspections: Level 1 special inspections according to the "International Building Code." 1. Begin masonry construction only after inspectors have verified proportions of site- prepared mortar. C. Testing Prior to Construction: One set of tests. D. Testing Frequency: One set of tests for each planter/seatwall and seatwall. E. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C 140 for compressive strength. F. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to ASTM C 780. G. Mortar Test Property Specification: For each mix provided, according to ASTM C 780. Test mortar for mortar air content and compressive strength. H. Grout Test (Compressive Strength): For each mix provided, according to ASTM C 1019. 3.7 Parging A. Parge exterior faces of below-grade masonry walls, where indicated, in 2 uniform coats to a total thickness of 3/4 inch (19 mm). B. Use a steel-trowel finish to produce a smooth, flat, dense surface. Forrj.a waS}rF at top of parging and a cove at bottom. c� J C. Damp-cure parging for at least 24 hours and protect parging until cured. 2< — --i n 3.8 Repairing, Pointing, Andingn 0 –r• 0 A. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing 10 remove mortar fins and smears before tooling joints. B. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. 2. Protect surfaces from contact with cleaner. 3. Wet wall surfaces with water before applying cleaners: remove cleaners promptly by rinsing surfaces thoroughly with clear water. 4. Clean stone by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20. 5. Clean masonry with a proprietary cleaner applied according to manufacturer's written instructions. 6. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. UNIT MASONRY - LANDSCAPE 042000 - 7 B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4 inch in 10 feet(6 mm in 3 m), or 1/2 inch (12 mm) maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm)maximum. 4. For conspicuous vertical lines, such as external corners, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet(6 mm in 6 m), or 1/2 inch (12 mm) maximum. 5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum. Except for "Club House"Walls (2)where top surface of cap stone will slope. C. Joints: 1. p For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch c;;) (3 mm), with a maximum thickness limited to 1/2 inch (12 mm). C 2.= F:oi head and collar joints, do not vary from thickness indicated by more than plus 3/8 W 4 ioir(9 mm) or minus 1/4 inch (6 mm). 3., j posed head joints, do not vary from thickness indicated by more than plus or minus ach (3 mm). .q r_ 3.3 Ling MQonry Walls 0 A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, and offsets. Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Lay exposed masonry in pattern to match Owner approved veneer mock-up. 3.4 Mortar Bedding And Jointing A. Lay stone with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. B. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. C. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes (other than paint) unless otherwise indicated. D. Calk joints with BASF urethane. 3.5 Cast Stone Cap Stone& Medallion Installation A. Firmly place anchors and dowels in anchor holes and dowel holes and similar holes and fill completely with mortar, and epoxy. UNIT MASONRY - LANDSCAPE 042000 -6 2. In warm weather, masonry surfaces may need to be dampened prior to installing the stone so that the moisture will not be drawn from the mortar too rapidly. To keep the stone clean during construction, start installing manufactured stone at the top of the wall surface and work down. Install the corner stones first for easiest fitting. When selecting stones, try to achieve a balanced pattern of shapes, sizes, colors, thickness and textures to match mockups and house veneer. Keep the mortar joints between the stones as tight and as uniform as possible. Avoid long straight unbroken lines. E. Trimming the manufactured stone 1. When necessary, stones can be cut and shaped with a hatchet, brick trayee oippers.,ta. form special sizes and shapes for better fitting. Always try to position tb S4trnrned stontgr on the wall surface so that the cut edges will not show. _to -Cr -o M F. Grouting the Joints 1. After all of the stone has been applied to the wall surface, fill a grout bag with mortar, and in the manner of decorating a cake, partially fill the joints between the stones with mortar. Be sure, while grouting, to cover any noticeable broken stone edges with mortar. G. Striking the Joints 1. When the mortar joints become firm, use a wooden or metal striking tool to rake out the excess mortar to the desired depth and at the same time to force the mortar into the joints to thoroughly seal the joint edges. Be careful not to work the joints too soon or the mortar will smear. H. Brooming 1. Brush the mortar joints with a whiskbroom or soft brush to smooth them and clean away the loose mortar. At the same time, broom off any mortar spots from the face of the stone. Loose mortar and mortar spots which have set for only a few hours clean up easily and should never be allowed to set overnight. Completion 1. Clean-up site from all disturbance caused by column construction. 3.2 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch (12 mm)or minus 1/4 inch (6 mm). 2. For location of elements in plan do not vary from that indicated by more than plus or minus 1/2 inch (12 mm). 3. For location of elements in elevation do not vary from that indicated by more than plus or minus 1/4 inch (6 mm) in a story height or 1/2 inch (12 mm) total. UNIT MASONRY - LANDSCAPE 042000 - 5 NORMANDY DRI E REST PROJECT PHASE III (8/15/14) 4 Prepared By: Hawks Design, Inc. 1712 E. College Street Iowa City, IA Innovative Engineers, Inc. 2871 Heinz Road, Suite B Iowa City, IA 1 hereby certify that the portion of the ? arx technical submission described below by direct _ Licensed was prepared me or under my W'q LAURA k % supe ion and respo ible charge. t a A,**" HANM am a my Licens d Pr onaI Lan pe chi u he Laws of �`: Elis 2J!s My "=. renews date is December 31, 2015 °� IOWA �,c Pages. or sheets covered by this 9": ,:, 1, 11""� 0torYoVAa&usak Date Antonio C. Malkusak Date License Number: 581 Sheets A.02 Sheets P.01 P.02 License Expires: June 30, 2015 License Expires: Innovative Engineers, Inc. 2871 Heinz Road, Suite B Iowa City, IA W IL IF a I a P t: imtn fig-; t. � a :j A City of Iowa Cmity Dept. of Publ'ic Workd and Cmity of Iowa Cmity Dept. of Parks Recreatmion Hall & Hall Engineers, Inc. 1860 Boyson Road Hiawatha, IA tett „_ Hi I hereby certify that thla engineerYhg document we by skeet ESSI prepared me under my wpeMsion and that I duly Licensed Professiwtol _ Licensed am a Engineer under the lows of the State of Iowa. MOHAMMED% - )k> supervision and responsible charge. 1 am a duly Licensed Professional ' N ABUHASAN Enghreer Ur. No. 3 Date NO 20081 My "=. renews date is December 31, 2015 °� IOWA �,c Pages. or sheets covered by this 9": ,:, 1, 11""� SHEET# E.01 & E.02 Antonio C. Malkusak Date DFIRES OEC 31 2015 W IL IF a I a P t: imtn fig-; t. � a :j A City of Iowa Cmity Dept. of Publ'ic Workd and Cmity of Iowa Cmity Dept. of Parks Recreatmion Hall & Hall Engineers, Inc. 1860 Boyson Road Hiawatha, IA tett „_ Hi me or under m street rsorrat su isan vnd ttrat t am • a dWy tieansed P-foeek raf Fngirxeer vndx tha laws of the State town _ Licensed of 21391 supervision and responsible charge. 1 am a duly Licensed Professional Joshua F. = JOSHUA F KUPERMAN, RE. o>uE • °Kuperman, F" License number 22391 ?:* " *' My &Cefurse ranswat data is Oecsmber 3f, 2015 IrflpfllJlJnf1 �15ty\tttl111� l` Pages 0Y 8neete C0vored. by thin "at, Antonio C. Malkusak Date Sheets A.M. C.01. 10.10. C.30. C.31 410 E. Wash'ington Street Iowa CitV 1A 52240 Abundant Playscapes, Inc. 5051 Faye Drive SE Iowa City, IA List of Drawings: A.00 - Cover Sheet & Location Map A.01 - Site Survey A.02 - Project General Notes A.03 es Storm Water Pollution Protection Plan C.01 se Trail and Parking Lot Details C.10 es South Trail Plan & Profile C.30 - South Trail Sections C.31 - South Trail Sections E.01 -Ashton House Electrical Plan E.02 -Ashton House Electrical Notes & Details R01 se Ashton House Site Preparation Plan R02 - Ashton House Site Details 800-292-8989 FREE CALL BEFORE YOU DIG -1 "E/I Yi Abundant PLAY APE Abundant Playscapes, Inc. Landscape Architects Iowa City, IA HALL S HAIL EMG-.. MIC. ILTI..YA? 1111I1'it Hawks Design t,:x�dseapm NnhttecNre Site Ptanni� 0 N as I I hereby certify that the portion of the technical submission described below . ..... was prepared by me or under my direct mai.Kus x +W supervision and responsible charge. 1 am a duly Licensed Professional Landscape Architect under the Laws of tnNoscAPF N nacxRF the State of Iowa. LANDSL�e�P Antonio C. Malkusak Date License Number: 581 Sheets A.00 A.02 A.03 .;E License Expires: June 30, 2015 v List of Drawings: A.00 - Cover Sheet & Location Map A.01 - Site Survey A.02 - Project General Notes A.03 es Storm Water Pollution Protection Plan C.01 se Trail and Parking Lot Details C.10 es South Trail Plan & Profile C.30 - South Trail Sections C.31 - South Trail Sections E.01 -Ashton House Electrical Plan E.02 -Ashton House Electrical Notes & Details R01 se Ashton House Site Preparation Plan R02 - Ashton House Site Details 800-292-8989 FREE CALL BEFORE YOU DIG -1 "E/I Yi Abundant PLAY APE Abundant Playscapes, Inc. Landscape Architects Iowa City, IA HALL S HAIL EMG-.. MIC. ILTI..YA? 1111I1'it Hawks Design t,:x�dseapm NnhttecNre Site Ptanni� 0 N as I Sheet Number Qm Vessel W Qf .;E E v Q. LM AAO I L .2 O !� �d (D 7 Lies 1 D L CLt >v L 3 o Z3 0 E i O E Sheet Number Qm 1! 1. 0 20 40 60 80 0 GRAPHIC SCALE IN FM 0 SCALE: 1"=40' 09 0 0 4�Zw 4�Zw 0 0 qD do Ircv-4 �cm 4. 7:- C) 0 0 0 ASHTON HOUSE S) 0 0 LIGHT s. 0 EXSTG o 0 WALK 0 ° PROPERTY LINE 0 0 0 111 0 0 >0 0 s.0 0 _j .40 ZY A -V14 0 0 00 Lj F. F -0-cm o a- 0 0 0 0 0 0 /0 0 "'j 0 0 0 0 0 v 0 0 0 0 Q� (W vv 0 (W (W x x lsff�•'� M rM M Uj ry r-) 11 L (W M -(W 11 (W d. [wi ea v DRAWN BY: CLP City of T f --N a city HALL & HALL ENGINEERS, INC. Loadm in Land Dov*A*mu& Shm 1953 j jL� 1860 BOYSON ROAD, HIAWATHA, IOWA 52233 PHONE: (319) 362-9548 FAX: (319) 362-7595 CIVIL ENGINEERING * LANDSCAPE ARCHITECTURE LAND SURVEYING * LAND DEVELOPMENT PLANNING ASHTON HOUSE SITE SURVEY j EXHIBIT CHECKED BY: KWD APPROVED BY: KWD DATE: XX XX xx H Pk6JEMJ 9976 IFIELD BOOK: XXX NO.1 REVISION DATE DESCRIPTION APPROVED D I SHEET 1 CITY OF IO)F,4 CITY I Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape Architecture - Site Planning 1712 E. Coll.0 St. 1— City, lo- 52246 Sheet Number I 0 0. E i mum LM 0. C .2 T 0 11111111111111110 4) a 06 6 > 0 Ma 0 •E 0 z Sheet Number I 01-20-84 203-11 Plan and profile sheer's included in the Project ere for the purpose Project 1: MIXED USE WALKING TRAIL of airgninent, location and specific directions for orae work to be i performed under this contract, irrelevant data on these sheets is lj not to be considered a part of this contract. ifJ 01--20-84 204-2 All hoes resulting from operations of the contractor, including removal Qualifying Rainfall Event Inspection of guardrail posts, fence postsutility poles, or foundation shade a, Filter Sock shall be filled and consolidated to finished =gr.aae as directed by the Silt Fence engineer to prevent future settlement. The voids shall be filed as Stabilized Construction Entrance scion as practical -- preferably the day created and not later than the � following day. Any portion of the right—of-way or project ,;;nits I (including borrow areas and operation sites) disturbed by any such '. operations shall be restored to an acceptable condition. This oper- Strip and Dispose Topsoil off-site t. ation shall be Considered incidental ter other bid items in project, 221-4 10-02-01 213-1 It shall be the contractor's responsibility to provide waste areas Storm Sewer Intake, SW -512 or disposal sites for excess material ) rave;ted motersa= or br °mer, Pipe Culvert, 12" RCP Concrete) which is not desirable to be in1corporated into the work Pipe Apron, 12" RCP involved on this project. These areas shall not to part wetlan=ds 2- 2 or "Waters Of The U.S." No payrnerft for overhaul will be allowed Structural Soil -Bearing Fabric for material hauled to these sites, No m ateriol shall be D. 10c :d Modified Granular Subbase within the: right -of --gray, unless specia r .Iy stated in the piens or Stone Recharge Bed, 9" Depth a{.rproved by the engineer. Porous HMA Pavement: 5" 0:I -s,9-90 _ 213-2 The contractor's attention s directed to the following consideration Detectable Warnings in regard to removal and replacement of topsoil in borrow areas: Seeding, Fertilizing and Mulching - Conventional Seeding Quantities estimated for 'topsoil are calculated on the bosis o Temporary Rolled Erosion Control Products (RECP) a uniform removal of topsoil to a depth of 12 inches. The rncaterila removed is to be spread uniformly to a mimmurn depth of 8 inches will be subCert to the approval of 'he resident, engineer. over the barrow area upon completion of excavation work, 09-02.--04 IOWA CITY 10-27--98 2,3w4 The contractor shall apply necessary moisture to the construction Project 1: MIXED USE WALKING TRAIL ar- a and haul scads to prevent the spread of dust, Refer to Article i 1107.07 of the current Standard Specifications for additional details, lj g'7-16-91 ifJ T -he backfilling and associated ernbonkment com,,truction steal, he � completed within 14 working days after the carting period has expired Qualifying Rainfall Event Inspection for CrIlVert extension, Filter Sock The irnmedMe en-lbankrnent shall be plored to provide 8:1 slopes Silt Fence away from the culvert top. Stabilized Construction Entrance M-20-84- 221-3 .stirs Opted quantity for new concrete pavement includes all iniefgral Remove Existing PCC/HMA Driveway or Sidewalk curb, all street returns and special oreta`3 of repairs to connecting '. p a vera en ts. Strip and Dispose Topsoil off-site -20-84 221-4 In order to avoid any urnece sciry surfoc . breaks or prernoture Class 10 Excavation: Borrow s'p alf.ng, the controctor is cautioned to exercise extreme care wSi^ n Storm Sewer Intake, SW -512 per o rr,ing any of the necessary saw cutting operations for the Pipe Culvert, 12" RCP proposed pitaverherit removal, Pipe Apron, 12" RCP 1--20--84 2- 2 To obtain the correct fors;' grades at low points ashes e intakes are Structural Soil -Bearing Fabric loomed, the contractor masa exercise extrerne cure when paving Modified Granular Subbase full width aavenents. This may require pouring one half of the pave- Stone Recharge Bed, 9" Depth ment at a time or other methods approved by the engineer. Porous HMA Pavement: 5" 01--211--84 2132._.5 The contractor snail not disturb desirable grass tareas and desirable Detectable Warnings trees outside the construction limits, The contractor will not be Seeding, Fertilizing and Mulching - Conventional Seeding permitted to park or service Vehicles and equipment or use these Temporary Rolled Erosion Control Products (RECP) areas for storage of materials. Storage, barking and service area(s) Turf Reinforcement Mats (TRIM) will be subCert to the approval of 'he resident, engineer. Project 2: ASHTON HOUSE EXTERIOR IMPROVEMENTS 09-02.--04 IOWA CITY Mobilization The City of to?wa City shall be responsible for the Entry Column Foundation Footing construction staking. Entry Column Foundation 06`"07--94 2.32-8 The top six (6) inches of the disturbed aregs shall be free of rock end debris and shall be suitable for the establishment of vegeta-, tion, subject to the approval of the Engineer, 10_28_97 232--10 The contractor is expected to have materials, equipment, and labor available on a daily bas's to install and maintain erosion control features on the project: This may involve seeding, silt fence, rack ditch checks, silt basins, or silt dikes. 01--20._84 241..1 Road contractor is to use due coution in working over and around all tilt lanes. Breaks in the He Cine vitae to the Contractor's care- lessness are-le sness are to be replaced at his expense without cosi to the State of Iowa, Any the lines broken or disturbed by our cit lines will be replaced as directed by the engineer in charge of Construction and at the State: of Iowa's expense. 011--19--88 251-1 The contractor shall be responsible to maintain access to individual properties during construction, Relocated access shell be completed to individual properties prior to removal of € xistIng access. If the permanent access cannot be completed prior to removal of the existing access, the contractor shall provide and rraalInfaain an alternate access. Temporary Granular Surfacing will be poid lar as a contract item or by extro work. CIG 22-84 251-3 A plan for stage construction of local accesses which are required to remain open to traffic: during construction shall be submitted by the contractor for =approv,ol by the engineer, 01-20-84 261-2 Before performing earthwork filing, or excalation wttin1 three hundred feet o, ars existing pipeline, the contractor snall notify the pipeline company and the pipeline company 'hall e a r x the location .f the pipe- line as required by Section 479.47 of the Code of town. The contractor sholr exercise all due coution schen workino in the vicinity of pipelines carryrng cornbuvbble or toxo materials which are present on this project. Pipeline location !gown an the Plane repre- sents the best information :available at the firr-,e of plaan preparchon. 09--21--99 262-3 BEFORE YOU DIG: IOWA 1--CALL1-800-292-8989 03--26_04. IOWA, CITY Contractor shall provide Certified Plant inspection for Portland Cement Concrete and HMA paving, per IOOT Specifications, 03--26-04 IOWA CITY Contractor may use the Maturity Method of testing to determine the strength of Portland CeMent Concrete having, per IIIO'T :Standard Specifications, E3_2.6__04 IOWA CITY The contractor is required to exercise call necessary caution in construction operations directly adjacent to the project and utilize methods of construction to Prevent drainage to the surrounding buildings. -1 he contractor is responsible for p, -e-- and post-- onstructior, damage surveys for properties directly adjacent to the project Including evaluating arta document -Ing any damages. Any damages as a result of construction activities shall be corrected cat the contractor's expense. 1141111111111���i 1111o, • Iiq • 0 S �, �E � P��nTECT Ey 11 I „ r_ DUR11NT t I! N C T J T �I \ �) CSI'\TTS �T `. t A N ED C I !r1 I_L (..'t l` UA NOTES -.- 1ItJ°,!A11Q --" TES a Al 1A? C �i�' 1 % A Lr BE RE``,40\/` E%' ` IIA FI M.LE �. N0 (2,Ix` TIT,i MAT TRE P ASG OR E0 ,IP 1- AF,)E F( ill.- ILII;F L, TI�� L J}- -'AR .EL) „( Ir`'ri .J. OPERA, I i i. l ill FM 'IE:- ( VITI1 (_1APE PRE IU Uk f O I , FSI . _ � r 0 �%', I 4. A E3RANa H 1 MP ,DEIN CUT 11 j;. T EPE AVOIDED P i i\J I ( V' IE N SH. ,>'(t I - r EE11I Et�wE_�, ��� �i1� �,., , -, v,,,. v, :P I I , ING, U ; t,jEl 1 ,HI''v(_1 T R 1 M IN i . '' r -� "- P 1�.1 T 1 C) N.� .y, S . F- o-- 1`y , ,,y/ O R KN !;'4 t 1 1 r,. r T L LE r=. V- R 1- 'S HE P Lzv,F00 - u W11 f� _ ..... , �_ ld �.l1 (t.._1 ! I_ IL I�I�I'F 3=. ,�,RIL C X P O T E H F,\' (— WIT' t i im; y E- 0✓.._ I� ._ `7 DAMP S r�A.GV J',1 ;IE u _ H P ''1.` EE. 5. UO NO -1 i SE A TF'EE FOP WOUND J T E a; Si'`J G. CEiI'71 TItT dT L ( _ ;'1 Ev A, ET TAN B J,E IT PA r1T-D, THS E,),NDCAPE —} — V r s -r t`t -- , E-- i_ 1 � O ttV i_ n c •Y � �'; Av T C -1H E V 1 T ,( FOR E`TTER ,U1A01J TT'1't.a v 1I,,I . TIT GIM'1 S1,H THE E'OTEErTf'V._ ET) PAVAC,F Project Quantities:. Quanti Item Description: Project 1: MIXED USE WALKING TRAIL Lump Sum Mobilization Lump Sum Construction Surveys Lump Sum Traffic Control Lump Sum Temporary Erosion and Sediment Controls 5 Qty Qualifying Rainfall Event Inspection 300 If Filter Sock 780 If Silt Fence 111 SY Stabilized Construction Entrance 50 UNITS Clearing and Grubbing 49 SY Remove Existing PCC/HMA Driveway or Sidewalk 615 CY Strip, Stockpile and Re -spread Topsoil on-site 515 CY Strip and Dispose Topsoil off-site Lump Sum Class 10 Excavation 100 CY Class 10 Excavation: Borrow 1 QTY Storm Sewer Intake, SW -512 60 LF Pipe Culvert, 12" RCP 4 QTY Pipe Apron, 12" RCP 350 SY Sub -grade Treatment Granular Subbase 6" 1,490 SY Structural Soil -Bearing Fabric 1,490 SY Modified Granular Subbase 1,490 SY Stone Recharge Bed, 9" Depth 1,153 SY Porous HMA Pavement: 5" 49 SY Sidewalk, 4" PCC 48 SF Detectable Warnings 0.75 AC Seeding, Fertilizing and Mulching - Conventional Seeding 150 SY Temporary Rolled Erosion Control Products (RECP) 48 SY Turf Reinforcement Mats (TRIM) 00 Project 2: ASHTON HOUSE EXTERIOR IMPROVEMENTS Lump Sum Mobilization 1 Qty Entry Column Foundation Footing 1 Qty Entry Column Foundation 1 Qty Parking Area Light Foundation 6 Qty Light Bollard Foundation 46.7 SFF Entry Column CMU Masonry 59 SFF Entry Column Stone Masonry 1 Qty Entry Column - Cast Stone Medallion 1 Qty Entry Column - Cast Stone Cap 2 Qty Parking Lot LED Light Fixture (2 on 1 Pole) Lump Sum Fixture Pole & Pole Base Lump Sum Conduit and Wiring 6 Qty Bollard Lights T6' { Lova Q -TEE'_ Cid S IPU ON i F r SUPPORT FFN 'r DRP,,',, - "'ITC) G R t ROUND _ 0 MN, T E PPOTECTION FENCE USE_ t 'NDARD PLASTIC IC DA r .0 2ANGE SNOW z7ENH 4 C" H TT TC POST Wl iH WIRE A 12" O.C. SAW ( CUT R00S DG NUT TEAR- SPLIT, UR ,','P(JSH EXCAVA"THON TO BE MINIMIZED �a fi v -0" " I "v ExiST:``1G Far`-- �P EF,-,- 2 Limitations Ne -a'- r Trees r d i Abundant PLAY CAPES Abundant Ptayscapes, Inc. landscape Architects tows City, IA HALL S MALI. ENGINEERS, INC. ...IYYY�3G Hawks Design � d ap A nl w�=-ste aianninp Q N Cn Y Sheet Number et-+ 0 0. n E z 4M& M ■o 4) � o ILO 0 L LM ,U CL LM 00 0 � E U 0 Z Sheet Number `w 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 111 in Iowa City, Iowa. Construction activities include Parking Lot installation, Multi -Use Pathway installation, Landscape Improvements, Electrical Improvements and a Natural Playscape installation. This PPP covers approximately 4.47 acres with an estimated 1.41 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. I. Prepare final backfill, grading, and seeding operations. J. Once all paving and permanent stabilization of the side is established, remove silt fencing and other temporary stabilization. 3. Other Control Contractor disposal of unused construction materials and construction material shall comply with applicable federal, state and local regulations. In the event of a conflict with other governmental laws rules and regulations„ the more restrictive laws, rules or regulations shall apply. During the course of construction, it is possible that situations will arise where unknown materials will be encountered. When such situations arise, the ill be handled according to all federal, state and local regulations in effect at the time. The following is a list of other control measures that contractor/subcontractor shall be responsible for implementing. 1. Off-site vehicle tracking A. The contractor shall reduce vehicle tracking of sediments offsite. The paved streets adjacent to the construction site shall be inspected daily and cleaned as necessary to remove only excess mud, dirt or rock tracked from the site. B. Street sweeper shall be available to clean streets as needed at inspector's discretion. C. Dump trucks hauling material form the sire shall be properly covered with tarpaulin. D. Inspections and Maintenance Procedures. 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 after the spill and a written description • of events must be included. The modification shall include: a description of the release; the date of the release; and • explanation of why the spill happened; a description of procedure to prevent future spills and/or release from happening; and a • description of response procedures should a spill or release occur again. • The site superintendent will be responsible for the day-to-day site operations and will be the spill prevention cleanup • coordinator. He or she will designate at least three other sire personnel who will receive spill preventions and cleanup training. • These individuals will each become responsible for a particular phase of prevention and cleanup. The names of these • individuals will be posted in the material storage area and in the office trailer. s. Non -Storm Discharge The following is a list of non -storm water discharges allowed by the Iowa Department of Natural Resources and may occur at the job site under the condition that no pollutants will be allowed to come into contract with the water prior to or after its discharged from the site. 1. Water from the fire fighting activities and fire hydrants flushings. 2. Water used to clean vehicles. 3. Portable water sources including water main flushings, irrigation drainage and routine building wash downs excluding detergents. 4. Air conditioning condensation. 5. Foundation or footing drains where flows have been exposed to solvents 6. Pavement wash waters where spill or leaks or hazardous material has no occurred. An initial Storm Water Pollution Prevention Plan (SWPPP) will be provided to the contractor at the start of construction. A copy of this plan is available for review during normal business hours. This plan is provided as a reference only and is not intended to direct or specify the storm water pollution prevention requirements for this project. The contractor shall be solely responsible for: 1. The implementation, administration, and monitoring of the initial plan. 2. Marking modifications to the initial plan as needed 3. Compliance with all NPDES or storm water discharge statutes, rules, regulations, or ordinance applicable to the site. GENERAL TRAFFIC CONTROL NOTES 108-23 04-04-89 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. S. 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 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 CONTRACTORSHALL 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 1 108-26 08-30-88 os -3a -BB CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT LOCATIONS INDICATED AT PROJECT DIVISIONS AND ADJACENT SIDE STREETS. THEREFORE IT IS ADVISABLE TO ADOPT 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, PHASE III BY NOVEMBER 26, 2014. 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 MILLING/RESURFACING. 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. Z1, _F :. t .,;., Abundant PLAYSCAPES Abundant Playscapes, Inc. Landscape Architects Iowa City, IA Hawks Design LaMscapa Ar likectuve -9Re VlanNng r O N }r 9 VA Sheet Number 4 GENERAL NOTES: 1, ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS AND DETAILS PROVIDED WITH THE PROJECT DOCUMENTS. 2. THE LOCATIONS OF UTILITY MAINS, STRUCTURES AND SERVICE CONNECTIONS PLOTTED ON THESE DRAWINGS ARE APPROXIMATE ONLY AND WERE OBTAINED FROM RECORDS MADE AVAILABLE TO HALL & HALL ENGINEERS, INC. THERE MAY BE OTHER EXISTING UTILITY MAINS, STRUCTURES AND SERVICE CONNECTIONS NOT KNOWN TO HALL & HALL, INC. AND NOT SHOWN IN THESE DRAWINGS. THE VERIFICATION AND EXISTENCE OF, AND THE DETERMINATION OF THE EXACT LOCATION OF, UTILITY" MAINS, STRUCTURES AND SERVICE CONNECTIONS SHALL BE THE RESPONSIBILITY OF THE CONSTRUCTION CONTRACTOR(S). 3. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO BEGINNING OF ANY CONSTRUCTION, THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATION MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAYBE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION SHALL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. CONTRACTOR SHALL CALL IOWA ONE CALL FOR UTILITY LOCATES AT (800) 292-8989. 4. NOTIFY UTILITY COMPANIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN CONSTRUCTION LIMITS OF THE SCHEDULE PRIOR TO EACH STAGE OF CONSTRUCTION. 5. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL UNCOVER EXISTING UTILITIES AT CRITICAL LOCATIONS TO VERIFY EXACT HORIZONTAL AND VERTICAL LOCATION. 6. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE -CALL 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND HOLIDAYS. 7. REPLACE ANY PROPERTY MONUMENTS REMOVED OR DESTROYED BY CONSTRUCTION. MONUMENTS SHALL BE SET BY A LAND SURVEYOR REGISTERED TO PRACTICE IN THE STATE OF IOWA AT THE CONTRACTOR'S EXPENSE. 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. EROSION CONTROL NaTEs: 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 --- REPAR W/CAP NO. ---- PROPOSED (SS8) 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- HE- (E) (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 LINE SILT FENCE (FP) FLOODPLAIN LIMITS FP (FW) FLOODWAY LIMITS FW (CORP) CITY CORPORATION LIMITS CORP - - �- -BOO-,-- CONTOUR LINE 800'1____ 3 LIGHT POLE W/O MAST {�}---o LIGHT POLE W/MAST `S( TELEPHONE POLE POWER POLE --i GUY ANCHOR {i GUY POLE -tM m TELEPHONE PEDESTAL m Q TELEPHONE MANHOLE ® CABLE TV PEDESTAL ® UTILITY/CONTROL CABINET QS SANITARY MANHOLE Q {D STORM MANHOLE ® OR ® GRATE INTAKE (00 OR 11 RA -3 INTAKE rM RA -5 INTAKE RA -6 INTAKE RA -8 INTAKE �- 19 HORSESHOE CATCH BASIN W/O FLUME HORSESHOE CATCH BASIN W/FLUME v GAS VALVE D4 ® FLARED END SECTION tQ Q CLEANOUT, STORM OR SANITARY O a--r_r TRAFFIC SIGNAL W/MAST NOTE: THIS IS A STANDARD LEGEND. SOME ITEMS MAY NOT APPEAR ON DRAWINGS. PAVEMENT GENERAL NOTE5: 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 1.57. 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 PGC 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. 51 DEWALK 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 HMA PAVEMENT NC)TE5: 1. SPECIFICATIONS FOR DESIGN, MATERIALS, AND CONSTRUCTION OF HMA SHALL BE ACCORDING TO STATE URBAN DESIGN AND SPECIFICATIONS (SUDAS) SECTION 7030. 5UREACE RE5TORATION NOTES: 1. ALL DISTURBED AREAS NOT PAVED OR HARD SURFACE ON THE SITE SHALL RECEIVE MINIMUM 6" TOPSOIL. SCARIFY AREAS TO RECEIVE TOPSOIL TO A DEPTH OF 3". REMOVE ALL STONES, WOOD AND OTHER DEBRIS LARGER THAN 2" FROM AREAS TO RECEIVE TOPSOIL. DO NOT COMPACT TOPSOIL. 2. ALL DISTURBED AREAS SHALL BE SEEDED, FERTILIZED AND MULCHED IN ACCORDANCE WITH SUDAS SECTION 9010. PAVEMENT MARKING 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 --- REPAR W/CAP NO. ---- PROPOSED Q BOLLARD U 8M BENCHMARK _i�BM SECTION CORNER SET AS NOTED STREET SIGN SECTION CORNER FOUND AS NOTED X WELL O OSB SOIL BORING Q}SB V FIRE HYDRANT Turnip S ` Space ELEVATION DIFFERENCE BETWEEN THE WATER VALVE D4 - WATER SHUTOFF ' SECTION LINE WATER BLOWOFF 1/4 SECTION LINE _06 SURVEY CONTROL MONUMENT AS NOTED SURVEY LEGEND O' SET --- REPAR W/CAP NO. ---- 0 SET PK NAIL • FOUND SURVEY MONUMENT AS NOTED 0 FOUND RIGHT OF WAY RAIL Q SECTION CORNER SET AS NOTED A SECTION CORNER FOUND AS NOTED X CUT "X" IN CONCRETE O RECORDED AS ----------------- EASEMENT LINE TARGET CROSS SLOPE OF 1.5% WITH A PLAT OR SURVEY BOUNDARY Turnip S ` Space 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 PLANT LEGEND EXISTING YSK � PROPOSED Length DECIDUOUS TREE K°rR ya ELEVATION CANNOT BE ACHIEVED WITH THE CONIFEROUS TREE �•��•� CALL- DECIDUOUS SHRUB G rr CONIFEROUS SHRUB L J't TREE STUMP (2172613.77,614970.87) TARGET CROSS SLOPE OF 1.5% WITH A TREE LINE DRIP EDGE Turnip S ` Space NOT TO SCALE 4 Al MINIMUM 10' TO 10.5' PAYMENT WILL BE BASED ON ACTUAL QUANTITIES CONSTRUCTED. PAVEMENT & SUBBASE PER DETAIL 2% CROSS SLOPE IOWA YSK � CD PARALLEL CURB RAMP: IF NORMAL SIDEWALK Length ONE -CALL K°rR ya ELEVATION CANNOT BE ACHIEVED WITH THE ' 800/292-8989 CALL- TOLL-FREE BEFORE- YOU- DIG S S7agCY a, - CONTRACTOR SHALL VERIFY DEPTH AND LOCATION OF ALL EXISTING UTILITIES AND STRUCTURES PRIOR TO CONSTRUCTION ACTIVITIES. CARE SHOULD BE TAKEN TO PROTECT ALL EXISTING STRUCTURES AND UNDERGROUND FACILITIES. -1 UAX sSCOPLe TRAIL CROSS SECTION DETAIIL 0 NOT TO SCALE Curve Table: Alignments Curve CD PARALLEL CURB RAMP: IF NORMAL SIDEWALK Length PERPENDICULAR CURB RAMP: TARGET Key ELEVATION CANNOT BE ACHIEVED WITH THE Cl 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%. L 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 1.5% WITH A C3 Turnip S ` Space ELEVATION DIFFERENCE BETWEEN THE N3" 15' 31"W MAXIMUM CROSS SLOPE OF 2.0%. (2172642.46,615116.37) C4 LANDING AND THE STANDARD SIDEWALK. 61.94 MATCH PEDESTRIAN STREET CROSSING CROSS. aaaaa-a 000aoa Detectable warning THE LENGTH OF THE PARALLEL. RAMP IS NOT 100.00 SLOPE OR. FLATTER. N53' 19' 17"E (2172737.31,615331.05) REQUIRED TO EXCEED 15 FEET, REGARDLESS C6 100.40 ,' ,�' N63' 25' 49"E OF THE RESULTING SLOPE. DO NOT EXCEED (2172912.31,615414.07) C7 100.00 Grass 8.3% SLOPE FOR PARALLEL RAMPS SHORTER (2173017.97,615489.80) (2173075.29,615508,51) THAN 15 FEET. TURNING SPACE: TARGET SLOPE OF 1.57. WITH MAXIMUM SLOPE PERPENDICULAR TO THE TRAVEL DIRECTIONS OF 2.0%• MINIMUM 4 FEET BY 4 FEET. -1 UAX sSCOPLe TRAIL CROSS SECTION DETAIIL 0 NOT TO SCALE Curve Table: Alignments Curve Radius Length Chord Direction Start Point End Point Cl 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 100.40 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 CURVE TABLES NOT TO SCALE M STONE RECHARGE BED: DEPTH VARIES W/� ` 9" MIN RE: NOTE #3 SUBGRADE PREP. PER ENGINEERING SUDAS 7030. GEOTEXTILE FABRIC 4 -D i a POROUS HMA PAVED TRAIL DETAIL s s ° Abundant Playscapes, Inc. State of Iowa Registered landscape Architect No. 00581 Hawks Design, LLC L..d-pe Architecture - Site PI.I mg 1 . Cft. 1-4245 Sheet Number 0 10 20 so 40 0 20 40 60 00 GRAPHIC SCALE IN FEET GRAPHIC SCALE IN FEET SCALE 1*=20' 11� SCALE: 1"=40' izlwl 4 NOTE: 811 0 20 40 60 80 EXISTING GRADES SHOWN FROM STA, 6+50 TO 8+25± ARE FROM A JI GRAPHIC SCALE IN FEET TOPOGRAPHIC SURVEY COMPLETED PRIOR TO THIS AREA BEING 803 saz 8 819 x 810 SCALE 1"=40' �IM=654.07/ SIDEWALK 825 REGRADED /LOWERED WITH THE PHASE I PROJECT. THE PHASE 1 816 PROJECT REMOVED APPROXIMATELY 1,500 CY OF MATERIAL. IT IS fL(S)-=647.# RnR Cu 12 GRIND R8 820 821 THE CONTRACTOR'S RESPONSIBILITY TO FAMILIARIZE THEMSELVES 'FL (E)1=446.8� IFL(N)=646.72 TRANSITION FROM WITH THE RECENTLY COMPLETED GRADING ACTIVITIES PRIOR TO BID. GRIND CURB EXISTING TO 6' WIDE MAX 1: 12 A WALK ADJUSTMENTS IN EARTHWORK QUANTITIES WILL NOT BE ACCEPTED 0 MAX 1: 12 SLOPE SLOPE 817 BLEND J'I�"",f,,/ AND WILL BE INCIDENTAL TO CLASS 10 EXCAVATION. C14, - IOWA RIVER 0 Cj 800 818 Abundant Playscapes, Inc. jj � r ---- �I + 06 TRANSITIONS TO MEET PREVIOUS GRADING PROJECT. + 1b State of Iowa 150 Registered Landscape Architect I151 4 No. 00581 805 GRIND CURB X30'),0 >C % 804 815 IRS 8 Hawks Design, LLC .0, Landscape Architedwe - she Pianrang 1712 E. C.1 -a Ima Oty, to 5245 SEE 1 CONSTRU-CT-10-N LIMITS �Typ) SILT FENCE OR EQUIVALENT (TYP) 0 MANOR DRIVE --- ------------------- C) Uj 6 ko CUT "XT=649 85 GRIND CURB 823 827 z 826 MAX 1: 12 CHEC (TYP) 0 H SLOPE RIM=649 .00 F !(S)1=6474� 828 6L 4, z 0 4 FL(Nj-64, I, SIDEWALK NOTE - CONSTRUCTION LIMITS (TYP) A, t, � -- I i 1. CONNECT TO EXISTING SIDEWALK WITH e d y TYPE 'ED' JOINT. ILI v- i� �_A WITH CAST IRON (PAINTED t%KMX Ktl)) 830 2. INSTALL PEDESTRIAN RAMPS PER SLIDAS -- - - - - - - - 831 i r" c 7 TRUNCATED DOMES. _j M Z. N '0 BP: 0+0 V ,0.0 4 \61 k"INTERSECTION IMPROVEMENTS A .0 V_� SCALE: V=29 �a ISSTORM % 0.10 d' -R[M;=_647.01 A♦ CD T. MH =6 o P, a �i I� -42.61 - - - - - IA '5 =642.56 3, FL(S) �Cz FL(W) r _A _7" % trft 6 v J4 1 +1 118sN N '0 V, 1V U� GROUPING n (TYP) STABILIZED PAZ,, A z % el 4 INSTALL 20 x50 STABI _0 CONSTRUCTION ENTRANCE PER SUDAS DETAIL 9040.20 '4ti P r . u 4 A- v A,,z K M q 4", 50 IT 4;11 Vu •'"?. R. "'N ti C xi"nt c�, v� VJ -4, --77- J 0 Q-. 0 Om < co MMMI M 0 fri PLAN FLAG NOTES GENERAL TRAIL NOTE PLAN FLAG NOTES GENERAL TRAIL NOTE A INSTALL STORM INTAKE (SW -512 WITH TYPE 3B CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY BASE BID: POROUS 5" HMA PAVED TRAIL LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL BASE BID: POROUS 5" HMA PAVED TRAIL EXIST. SAN MH. GRIND CURB. INSTALL PEDESTRIAN RAMP PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE 5 GRATED CASTING) PROTECT EXIST. TREE. WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR A A BASE BID: DO NOT DISTURB A WITH TRUNCATED DOMES PER SHEET C.01. OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL STA 2+69.25, 23.4' RT. 8 REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL A RIM= 644.50 A ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE cc SURFACE RESTORATIONS: SEED ALL DISTURBED DISTURBANCE OF EXISTING TREES IF PRACTICAL, THIS COORDINATION ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE AREAS WITHIN GRADING AND CONSTRUCTION LIMITS NOT INSTALL 6' WIDE PERPENDICULAR PEDESTRIAN DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS FL=APPROX. 642.00± (CONTRACTOR TO VERIFY SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. A2 REMOVE PAVEMENT FOR BASE BID. COORDINATION SHALL BE INCIDENTAL TO THE TRAIL ANOT USED LOCATION AND DEPTH) A PER SUDAS AND P.13; COORDINATE BLEND WITH As A RAMP WITH TRUNCATED DOMES. PAVING COST. 2 GRADE FROM OUTLET AT 1.50%. INSTALL TURF PROJECT LANDSCAPE ARCHITECT AT TIME OF LEGEND NOT USED A SURFACE RESTORATIONS SEED ALL DISTURBED AREAS A REINFORCING MAT (TRM) PER SPECIFICATIONS. INSTALLATION. A WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS A EXIST. STORM INTAKE. DO NOT DISTURB. 6 1 x20' CENTERED WITHIN SWALE. A TREES TO BE REMOVED WITHIN GRADING LIMITS. EXCAVATIONS MADE UNDER POROUS ASPHALT 9 AND 'P' SERIES SHEETS; COORDINATE BLEND WITH PROJECT LEGEND (SEE GENERAL TRAIL NOTE) TREE REMOVALS A PAVING SHALL BE MADE WITH TRACK MOUNTED LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. REMOVE AND REPLACE PERPENDICULAR A3 NOT USED "', / __ I EQUIPMENT A PEDESTRIAN RAMP WITH TRUNCATED DOMES. APIPE � STA 5+51.72, SKEW O. 30 LF OF 12" PIPE (� STA 3+89.85, SKEW 0'. 30 LF OF 12" Eli- TREES TO BE REMOVED WITHIN GRADING LIMITS. PAVEMENT REMOVALS RCP STORM PIPE (INCLUDES FES). SLOPE=1.00%. RCP STORM PIPE (INCLUDES FES). SLOPE=1.00%. 5 NOT USED (SEE GENERAL TRAIL NOTE) GRADE AROUND INLET TO PROVIDE SMOOTH A GRADE AROUND INLET TO PROVIDE SMOOTH A A EXTEND PROPOSED PAVEMENT TO EXISTING STORM 0 A4 GRADE FROM OUTLET AT 1.50%. INSTALL TRANSITION. TRANSITION. PROPOSED PAVEMENT STRUCTURE. GRIND 3" CHAMFER ON NORTH AND PROPOSED PAVEMENT TURF REINFORCING MAT (TRM) PER FES: STA 5+51.72, 15.01T FL(N)=644.09, FES: STA 3+89.85, 15.01T FL(N)=643.40. A NOT USED NOT USED. A EAST SIDE OF EXIST. STORM STRUCTURE. PAINT SPECIFICATIONS. 6'x52'. FES: STA 5+51.72, 15,0*RT FL(S)=644.39. FES: STA 3+89.85, 15.0'RT FL(S)=643.70. EDGES WITH YELLOW PAINT, IL E 4W M 1� LIM CL 680 Point Table Point III Point # Northing Eosting Elevotion 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 211731109.942 650.125 1 Conc Edge 151 615498.477 2173113.795 649.954 Conc Edge 800 615503.701 2173122.593 648.850 1 801 615514.206 2173123.049 648.880 824 802 1 615524.157 2173117.765 649,750 615455,563 803 615524.122 2173114,045 649.780 HIGH POINT STA: 8+51.99 805 615493.660 2173118.219 649.810 PVI ELEV.-652.21 806 615503.659 2173118.070 649.210 830 807 615503.622 2173114.070 649.290 61 437.134 808 1 615514.158 2173117.913 649.240 1 2173159.587 809 615514.121 2173113.914 649.320 648.980 810 615528.062 2173164,466 649.970 '670 811 615528.022 2173160,413 649,770 LOW POINT -ELEV-645.1879- Mile 515504.531 2173178.676 649.500 LOW POINT ST,,,A:6+49.69 813 1 615500.705 2173178.849 649.350 <0 to 814 615495.474 2173164.816 648.560 815 615499 263 2173159194 648.500 0 Om < co MMMI M 0 fri PLAN FLAG NOTES GENERAL TRAIL NOTE PLAN FLAG NOTES GENERAL TRAIL NOTE A INSTALL STORM INTAKE (SW -512 WITH TYPE 3B CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY PROJECT CONTRACTOR SHALL STAKE TRAIL ALIGNMENT AND NOTIFY BASE BID: POROUS 5" HMA PAVED TRAIL LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE OF BEGINNING TRAIL BASE BID: POROUS 5" HMA PAVED TRAIL EXIST. SAN MH. GRIND CURB. INSTALL PEDESTRIAN RAMP PROJECT LANDSCAPE ARCHITECT 48 HOURS IN ADVANCE 5 GRATED CASTING) PROTECT EXIST. TREE. WORK. LANDSCAPE ARCHITECT WILL REVIEW AND MAKE MINOR A A BASE BID: DO NOT DISTURB A WITH TRUNCATED DOMES PER SHEET C.01. OF BEGINNING TRAIL WORK. LANDSCAPE ARCHITECT WILL STA 2+69.25, 23.4' RT. 8 REVIEW AND MAKE MINOR ADJUSTMENTS TO TRAIL A RIM= 644.50 A ADJUSTMENTS TO TRAIL ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE cc SURFACE RESTORATIONS: SEED ALL DISTURBED DISTURBANCE OF EXISTING TREES IF PRACTICAL, THIS COORDINATION ALIGNMENT AS NECESSARY TO AVOID/MINIMIZE AREAS WITHIN GRADING AND CONSTRUCTION LIMITS NOT INSTALL 6' WIDE PERPENDICULAR PEDESTRIAN DISTURBANCE OF EXISTING TREES IF PRACTICAL. THIS FL=APPROX. 642.00± (CONTRACTOR TO VERIFY SHALL BE INCIDENTAL TO THE TRAIL PAVING COST. A2 REMOVE PAVEMENT FOR BASE BID. COORDINATION SHALL BE INCIDENTAL TO THE TRAIL ANOT USED LOCATION AND DEPTH) A PER SUDAS AND P.13; COORDINATE BLEND WITH As A RAMP WITH TRUNCATED DOMES. PAVING COST. 2 GRADE FROM OUTLET AT 1.50%. INSTALL TURF PROJECT LANDSCAPE ARCHITECT AT TIME OF LEGEND NOT USED A SURFACE RESTORATIONS SEED ALL DISTURBED AREAS A REINFORCING MAT (TRM) PER SPECIFICATIONS. INSTALLATION. A WITHIN GRADING AND CONSTRUCTION LIMITS PER SUDAS A EXIST. STORM INTAKE. DO NOT DISTURB. 6 1 x20' CENTERED WITHIN SWALE. A TREES TO BE REMOVED WITHIN GRADING LIMITS. EXCAVATIONS MADE UNDER POROUS ASPHALT 9 AND 'P' SERIES SHEETS; COORDINATE BLEND WITH PROJECT LEGEND (SEE GENERAL TRAIL NOTE) TREE REMOVALS A PAVING SHALL BE MADE WITH TRACK MOUNTED LANDSCAPE ARCHITECT AT TIME OF INSTALLATION. REMOVE AND REPLACE PERPENDICULAR A3 NOT USED "', / __ I EQUIPMENT A PEDESTRIAN RAMP WITH TRUNCATED DOMES. APIPE � STA 5+51.72, SKEW O. 30 LF OF 12" PIPE (� STA 3+89.85, SKEW 0'. 30 LF OF 12" Eli- TREES TO BE REMOVED WITHIN GRADING LIMITS. PAVEMENT REMOVALS RCP STORM PIPE (INCLUDES FES). SLOPE=1.00%. RCP STORM PIPE (INCLUDES FES). SLOPE=1.00%. 5 NOT USED (SEE GENERAL TRAIL NOTE) GRADE AROUND INLET TO PROVIDE SMOOTH A GRADE AROUND INLET TO PROVIDE SMOOTH A A EXTEND PROPOSED PAVEMENT TO EXISTING STORM 0 A4 GRADE FROM OUTLET AT 1.50%. INSTALL TRANSITION. TRANSITION. PROPOSED PAVEMENT STRUCTURE. GRIND 3" CHAMFER ON NORTH AND PROPOSED PAVEMENT TURF REINFORCING MAT (TRM) PER FES: STA 5+51.72, 15.01T FL(N)=644.09, FES: STA 3+89.85, 15.01T FL(N)=643.40. A NOT USED NOT USED. A EAST SIDE OF EXIST. STORM STRUCTURE. PAINT SPECIFICATIONS. 6'x52'. FES: STA 5+51.72, 15,0*RT FL(S)=644.39. FES: STA 3+89.85, 15.0'RT FL(S)=643.70. EDGES WITH YELLOW PAINT, IL E 4W M 1� LIM CL 0+00 0+50 1+001+1 ui i`' on Sheet Number < < Of O� 620- 620 620 EAST TRAIL LEG PROFILE CL 0 5-< �SCALE: 1"=40'H-, 1"=10'V SCALE: 1"=40'H-, 1"=10'Vzl U.1 0. 680 Point Table Point III Northing Eosting Elevotion Full Description 680 615512.241 2173153.746 648.630 817 615506.252 -680 648.610 818 HIGH POINT ELEV.652.57 2173160.234 648.860 819 615512.304 2173160.447 648.930 820 615512.318 2173164,431 648.990 821 615506,324 2173164.218 HIGHPOINT STA:0+41.24 822r 615499.176 2173164,618 648.600 825 615512.251 2173154.759 648.660 HIGH POINT ELEV- 650.23 615461.071 2173163.843 1 648.730 824 PM STA:0+69.76 2173159.206 648.730 826 615455,563 2173163.675 648.980 827 615456.275 HIGH POINT STA: 8+51.99 649.540 825 515452.285 2173171665 PVI ELEV.-652.21 829 515451,559 2173163.794 648.990 830 615437.193 2173164.010 649.810 PVI STA:8+23.45 61 437.134 2173160.097 649.830 832 A.D.=-2.85% 1 2173159.587 648.930 833 HIGH POINT ELEV.646.64 -POINT _STA:5446.44 5.64 670 648.980 LOW -P-OINT,-ELEV:-646.142 (.0 P_VI_ ELF -V:-650.61 (.0 (0 '670 to to 670 K. 19.98 to 1L0 LOW POINT -ELEV-645.1879- to to HIGH 6.4,4 (0 LOW POINT ST,,,A:6+49.69 QD A.D.=-4,85% to Co to (0 <0 to to to LVC: 57.01 to LOW POINT STA: 2+85.62 PVI STA:5+71.48 PVI STA: 6+95.80 K: 19.99 PVI STA:2+28.19 PVI ELEV-646.66 PVI ELEV-645.69 LVC: 97.03 C� U� C� PVI ELEV: 645.71 A.D.=-1.06% A.D.=4.64% C"I 00- A.D.=4.38% K: 20.00 K: 29.99 tn CIO fn + tn 01 to + tn W K: 30.01 LVC: 21.18 LVC: 139.04 r� LVC: 131.50 v Imp- r, 00 V 660 Uj L0 Coto 0 CO 0 -660 to + to L + 00 (0 -660 > > ca > Uj C14 06 rn 00 tn 0(o to N 't 00 (0 C� (.0to C� in 006i Uj 0 W. Co Uj C v co W +to to + to to C14 +to It (.0 + tom >f EXIST. > Uj + + -4 (o r- GRADE Uj -1.25% U 1 C U.1 6 l4i 6 L;j LLj - - - > W >M > WM Uj > IM > 14.1 Uj -1.00%i 650 -2. 650 650 0+00 0+50 1+001+1 ui i`' on Sheet Number < < Of O� 620- 620 620 EAST TRAIL LEG PROFILE CL 0 5-< �SCALE: 1"=40'H-, 1"=10'V SCALE: 1"=40'H-, 1"=10'Vzl U.1 0. Point Table Point III Northing Eosting Elevotion 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 822r 615499.176 2173164,618 648.600 825 615512.251 2173154.759 648.660 823 615461.071 2173163.843 1 648.730 824 615458.550 2173159.206 648.730 826 615455,563 2173163.675 648.980 827 615456.275 2173173.375 649.540 825 515452.285 2173171665 649.640 829 515451,559 2173163.794 648.990 830 615437.193 2173164.010 649.810 831 61 437.134 2173160.097 649.830 832 615455.119 1 2173159.587 648.930 833 615451.343 1 2173159.669 648.980 0+00 0+50 1+001+1 ui i`' on Sheet Number < < Of O� 620- 620 620 EAST TRAIL LEG PROFILE CL 0 5-< �SCALE: 1"=40'H-, 1"=10'V SCALE: 1"=40'H-, 1"=10'Vzl U.1 0. %M LO LIM 0 0i 131 r, r 0 0 11� ,4W 4) M M 0 06 U� Ln U) 14 0 L_ in Ui n C1`1 C� 00 (1) In G. I I > C� M Cd (6 1 r� (6 0 t6 (6 0 . W 't 0 a Uj 6 (6 (6 C� 0+00 0+50 1+001+1 ui i`' on Sheet Number < < Of O� 620- 620 620 EAST TRAIL LEG PROFILE CL 0 5-< �SCALE: 1"=40'H-, 1"=10'V SCALE: 1"=40'H-, 1"=10'Vzl U.1 0. LO C� Ln Lr) to C� Ln 0i 131 r, 0 0 N 0+00 0+50 1+001+1 ui i`' on Sheet Number < < Of O� 620- 620 620 EAST TRAIL LEG PROFILE CL 0 5-< �SCALE: 1"=40'H-, 1"=10'V SCALE: 1"=40'H-, 1"=10'Vzl U.1 0. _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 C� 10 C"r) 012 r, 0 0 N 0 00 11� In U� Ln C14 O� Iq in Ui n C1`1 C� 00 C� I I r) C� 0 Cd (6 1 r� (6 Ui 4 t6 (6 . 6 a) . W 't (D Ui 6 Uj 6 (6 (6 C� . to rn r- C14 01 0 I 0 Ch 0) 10 Ln tn Ln to LO Ln 't Itt -t 't It v d 1-t It -t * It It 't v It -t V (.0 t * * It v Ln It to -t 0 t in to It 1-t (.0 (a W (.0 (0 (o to to to to (0 to to to 1L0 to to to to (.0 to to to (0 ('0 QD Co (0 to Co to (0 <0 to to to to co to _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 EL IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION REQUIRES VERBAL NOTICE TO IOWA ONE -CALL 1-800-292-8989 NOT LESS THAN 48 HOURS BEFORE EXCAVATION, EXCLUDING WEEKENDS AND HOLIDAYS. SITE SYMBOLS SYMBOL DESCRIPTION THREE (3) HOT CONDUCTORS PER CONDUIT. UNDERGROUND ELECTRICAL POLE MOUNTED LIGHT FIXTURE BOLLARD OR FLOOD LIGHT FIXTURE EXISTING IN—GROUND J—BOX INSTALLED BY THE INTERIOR GRADE--------,, RENOVATION PHASE COMPACTED ',_ _ _ j � SOIL 7 7�, 7 1" CONDUIT---` GRAVEL ELECTRICAL SITE PLAN SCALE: 1" = 20'-0" 0 10' 20' 30' 50' 100' GENERAL ELECTRICAL SITE NOTES: E r7lTy0v-r0fA_ClTY 1. IT IS RECOMMENDED THAT THE CONTRACTOR VISIT THE SITE BEFORE SUBMITTING COST PROPOSAL TO BECOME FAMILIAR WITH EXISTING CONDITIONS. 2. CONTRACTOR SHALL COORDINATE ELECT. SITE INSTALLATIONS WITH OTHER CONTRACTORS WORKING ON ASHTON HOUSE INTERIOR RENOVATIONS.. StAbundantate of Playscapes, Inc. Iowa Registered Landscape Architect No. 00581 3. FIELD LOCATE UNDERGROUND UTILITIES PRIOR TO EXCAVATION FOR INSTALLATION OF NEW ELECTRICAL CONDUIT. IF A CONFLICT Hawks Design, LLLandsppe Architecture- SiteC Planning 1712 E. College St. 1_ aty. 1� 52245 EXISTS BETWEEN PROPOSED SITE IMPROVEMENTS AND EXISTING OR PROPOSED IMPROVEMENTS, CONTRACTOR SHALL IMMEDIATELYINNOVATIVE IMENGINEERS, INC. NOTIFY THE OWNER'S REPRESENTATIVE. 2871 Heinz Rd. Suite B, Iowa City, IA 522401 T 319.855.4115 www.innovativeengineersinc.com GENERAL POWER NOTES: MO.. Ate, 1. ALL BRANCH CIRCUITS SHALL HAVE GROUND HA CONDUCTORS. r-� 2OW1-..- : 2. PROVIDE SEPARATE NEUTRAL FOR EACH BRANCH WM MCI 31.2015 CIRCUIT PHASE CONDUCTOR. 3. MAXIMUM OF THREE (3) CURRENT CARRYING CONDUCTORS TO A CONDUIT. 4. HOMERUN CIRCUITS SHALL CONTAIN NO MORE THAN THREE (3) HOT CONDUCTORS PER CONDUIT. Om 5. TYPICAL SITE LIGHTING HOMERUN CIRCUITS SHALL BE d- #8 PHASE WIRE, #8 NEUTRAL WIRE, #10 GND, 3/4f1c. C:) FOR 120V, 20A HOMERUN CIRCUITS THAT EXCEED 240 CN FOOT FEEDER LENGTH, OVERSIZE CONDUCTOR TO #6 DUECD U) (n =3 TO VOLTAGE DROP. Lo SPECIFIC NOTES: L= EXISTING GROUND ELECTRICAL BOX (INSTALLED BY INTERIOR 1 • 0 RENOVATION PHASE). TIE TO CIRCUIT N-9. REF. DETAIL B E.01 FOR ADDITIONAL INFORMATION. COORDINATE WITH CONTRACTOR Uj PERFORMING THE INTERIOR RENOVATION ELECTRICAL WORK. i < NOT USED. 0 LIGHT FIXTURE TO BE REMOVED. REMOVE ASSOCIATED CONDUIT AND CIRCUITRY BACK TO THE CLOSEST JUNCTION BOX. IF THE CIRCUIT IS NOT SERVING OTHER SITE FIXTURES, REMOVE WIRING BACK TO THE SERVING PANEL. Q H1 FIXTURE SHALL BE EQUIPPED WITH A PHOTO SENSOR FOR LIGHTING CONTROL. PROVIDE THE POLE WITH A WIND VIBRATION DAMPER KEY PLAN _4 r1i SCALE: NTS SCALE: NTS J6 U) M E CL 4) 0 a° 0 M L. Ca 0 li 0. 4) > 0 0 M E Z Sheet Number i GENERAL ELECTRICAL NOTES 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE NATIONAL ELECTRICAL CODE (N.E.C.), CITY OF IOWA CITY AND STATE OF IOWA CODES. ALL MATERIAL SHALL BE NEW AND SHALL BEAR THE U.L. LABEL WHERE APPLICABLE. 2. CONTRACTOR SHALL MAKE ALL NECESSARY, CUTTING AND DO ALL THE REPATCHING AS NECESSARY FOR THE PROPER EXECUTION OF THIS WORK. 3. AFTER COMPLETION OF THE INSTALLATION, THE SYSTEM SHALL TEST FREE FROM SHORT CIRCUITS AND GROUNDS. 4. WHERE ELECTRICAL CONDUCTORS ARE INSTALLED IN CONDUIT, THE CONDUIT SHALL COMPLY WITH THE N.E.C. REQUIREMENTS. 5. ALL CONDUCTOR SHALL BE COPPER. NO CONDUCTOR SHALL BE SMALLER THAN #12 AWG AND SHALL BE RATED FOR 600VOLTS THWN OR THHN INSULATION. INSTALL A GROUNDING CONDUCTOR WITH ALL CIRCUITS, UNLESS NOTED OTHERWISE, SIZED PER N.E.C.250-122. 6. VERIFY BREAKER AND CORRESPONDING WIRE SIZES FOR ALL ELECTRICAL EQUIPMENT. DONOT ORDER MATERIAL BEFORE VERIFYING BREAKER & WIRE SIZE. REPORT ANY DISCREPANCY IMMEDIATLY TO THE ENGINEER OF RECORD. 7• VERIFY AVAILABLE INTERRUPTING CURRENT(AIC) WITH POWER COMPANY. EQUIPMENT AIC RATING MUST BE LARGER THAN THE POWER COMPANY AIC OR MUST BE PROTECTED ON THE LINE SIDE WITH A CURRENT LIMITING DEVICE. 8• SAFETY SWITCHES SHALL BE SQUARE 'D', GENERAL ELECTRIC, OR WESTINGHOUSE, FUSED OR NON-FUSED AND SIZED AS INDICATED. NEMA 3R WHEN EXPOSED TO WEATHER 9. PANELS SHALL BE SQUARE 'D', GENERAL ELECTRIC OR EQUAL, TYPE AND NUMBER OF BREAKERS AS INDICATED ON PANEL SCHEDULE. STENCIL PANEL DESIGNATION ON INSIDE OF PANEL. ALL TWO -POLE BREAKERS SHALL BE COMMON TRIP. PROVIDE TYPE WRITTEN SCHEDULE IN EACH LOAD CENTERS. CONNECTION TO MAIN BUS SHALL BE WITH BURNDY ANNULAR COMPRESSION LUGS. 10. ALL EXTERIOR ELECTRICAL EQUIPMENT SHALL BE ANCHORED TO COMPLY WITH LOCAL CODE FOR WIND RESISTANCE. 11. IT IS NOT THE INTENT OF THESE PLANS TO SHOW EVERY MINOR DETAIL OF CONSTRUCTION. THE CONTRACTOR IS EXPECTED TO FURNISH AND INSTALL ALL ITEMS FOR A COMPLETE ELECTRICAL SYSTEM AND PROVIDE ALL REQUIREMENTS NECESSARY FOR EQUIPMENT TO BE PLACED IN PROPER WORKING ORDER. 12. ALL WORK SHALL BE PERFORMED BY A LICENSED ELECTRICAL CONTRACTOR IN A FIRST CLASS WORKMANLIKE MANNER. THE COMPLETED SYSTEM SHALL BE FULLY OPERATIVE AND ACCEPTED BY THE OWNER. 13. LOAD DATA IS BASED ON INFORMATION GIVEN ENGINEER AT TIME OF DESIGN. VERIFY ALL EQUIPMENT AND PANEL SIZES BEFORE ORDERING AND BEFORE INSTALLATION. 14. ALL BRANCH CIRCUITS SHALL HAVE GROUND CONDUCTORS. 15. THE ELECTRICAL CONTRACTOR SHALL PROVIDE, IF REQUIRED, ADJUSTMENTS (T) 6'-0" IN THE LOCATION OF ALL SYSTEM DEVICES, FIXTURES, OUTLETS, PANELS, ETC. IN ORDER TO EXPEDITE THE ELECTRICAL WORK. THE POSITION OF ALL WORK AS SHOWN IS INTENDED TO BE FIXED AND IN THE PROPER LOCATION. SUCH REQUIRED ADJUSTMENT SHALL BE DETERMINED BY THE A/E. 16. PROVIDE SEPARATE NEUTRAL FOR EACH BRANCH CIRCUIT PHASE CONDUCTOR. 17. SEE ARCHITECTURAL SHEETS FOR EXACT LOCATION OF DEVICES. DEVICES SHOWN ON ARCHITECTURAL ELEVATIONS. COORDINATE LOCATION OF DEVICES WITH ARCHITECT'S FIELD PERSON TO ENSURE PROPER LOCATION AND HEIGHT. SIDEWALK MIN 0 1► SECTION 12" DIA. i BASE DETAIL - TYPE H2 NO SCALE PVC (SCH. 40) CONDUIT WITH WIRING (TYPICAL) 10 HANDHOLE 12" x 18" x 24" DEEP NOMINAL, STACKABLE ASSEMBLY, TRAFFIC RATED, POLYMER CONCRETE AND FIBERGLASS REINFORCED, EQUAL TO QUAZITE "PC" SERIES, COVER TO READ "ELECTRICAL". NONMETALLIC CONNECTOR SCH. 40 PVC CONDUIT IN AND OUT SEE SITE PLAN ABOVE. Iris IM:/=1,11Dim 1111011411 11 NO SCALE LIGHTING FIXTURE SCHEDULE MARK FIXTURE VOLT. LAMP MOUNTING MANUFACTURER MODEL NUMBER NOTES TYPE DIFFUSER # & WATTS TYPE TYPE HT. NAME SERIES NO. H1 PARKING LIGHT FIXTURE N/A 120V 1-130 LED POLE 22' GARDCO P21 P21-4-130LA CW 1,2 H2 BOLLARD FIXTURE N/A 120V 1-26 LED BOLLARD 42" GARDCO BR840 BR840-42-CWL-NW-120-XX PCB 2 H3 DECORATIVE N/A 120V 1-5.5 LED BEAM VERIFY W/ARCH HADCO DRL2 DRL2-XX-LED7-FL-W 2,3 'ELECTRICAL CONTRACTOR IS RESPONSIBLE FOR TRIM TYPES, COORDINATE WITH REFLECTED CEILING PLANS - (1) PROVIDE ROUND STRAIGHT ALUMINUM POLE. NAFCO WITH VIBRATION DAMPER - #RTA -22 -4580 -)=VIBRATION DAMPER- BASE COVER - DRILL 2@900 (2) STANDARD COLOR SELECTED BY ARCHITECT (3) PROVIDE REMOTE WET LOCATION TRANSFORMER LIGHTING FIXTURE TYPE H1 AND S2 SEE FIXTURE SCHEDULE u BEVEL EDGE PVC (SCH. 40) CONDUIT WITH WIRING (TYPICAL) -I-MI- STEEL LIGHTING STANDARD W/ VIBRATION DAMPERS 22'-0" i 3" X 5" MINIMUM HANDHOLE I ANCHOR BOLTS SIZE, QUANTITY AND SPACING TO SUIT MOUNTING BASE I I OF STANDARD 0 i 24"0 30" 30" RIGID GALV. STEEL CONDUIT THROUGH CONCRETE 7t' ----ROUND CORCRETE 1211 POLE BASE. • GND. CONDUCTOR EQUALLY SPACED, • DETAIL - LIGHT FIXTURE TYPES S1 AND H1 NO SCALE MATCH EXISTING SURFACE TYPE AND THICKNESS F---�-{ /FINISH GRADE C A CLEAN (ZKA 1 t t BOTTOM TYPICAL TRENCH DETAIL Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape Architecture- Site Planning 1712 E. Co" St Iowa 0,y, bwe 522x5 JINNOVATIVE ENGINEERS, INC. 2871 Heinz Rd. Suite B, Iowa City, IA 52240 I T 319.855,4115 www.innovativeengineersinc.com �f N. V ABUHASAN M11 31, 2013 a M � I y 4� a E •rE•+� I 0 CL m •a o I L a o�W '�. oMINES ElL L O N UH9 _— a � I CU •> i � I � o OI E O ° Z U) Sheet Number j F O c�U,a - O SITE IMPROVEMENT PLAN SCUTH° ° 0 °General Layout dotes: Scale. 1 — 40'-011 �1. DIMENSIONS SHOWN ARE FROM THE EDGE OF PAVEMENT AND/OR RAMP RAMP UNLESS OTHERWISE NOTED. All o� 2. CONTRACTOR IS TO PRESERVE AND PROTECT EXISTING BUILDING AND FOUNDATIONS AT ALL STAGES OF CONSTRUCTION. 3. FIELD LOCATE UNDERGROUND UTILITIES PRIOR TO EXCAVATION 0 H FOR INSTALLATION OF SITE IMPROVEMENTS.. IF A CONFLICT EXISTS BETWEEN PROPOSED SITE IMPROVEMENTS AND f sop - 0 EXISTING OR PROPOSED IMPROVEMENTS, IMMEDIATELY ADVISE (D THE OWNER'S REPRESENTATIVE. f �r 4. COORDINATE WITH UTILITY COMPANIES PRIOR TO o'� CONSTRUCTION ACTIVITY. zw ° Qs 44(/MANOR DRIVE PROJECT 1: POROUS IIT ASPHALT TRAIL; SEE o - 0010 SHEETS C.01, C.10, C.30, & C.31. I (D 4zw ! \ F I r I i I 5 _ GeneralGrading t o \ \ 01 \ 1. SPOT ELEVATIONS WHERE SHOWN ARE FROM THE TOP OF FINISHED SURFACES. o \ \ \ 3 e I .m 2. CONTRACTOR TO VERIFY THAT ALL SLOPES, CROSS SLOPES, o 1 \ � ��� o LONGITUDINAL SLOPES, ETC. DO NOT EXCEED ADAAG 0 j \ ° MAXIMUMS. CONTRACTOR TO NOTIFY OWNERS REPRESENTATIVE r�yf�--__—---- IF SLOPE EXCEEDS RECOMMENDATION. i 3. FOR CIVIL ENGINEERING INFORMATION OF PARKING LOT SEE "C" o SERIES SHEETS. l o0 3 I 4. CONTRACTOR SHALL SUBMIT A JOINTING PLAN FOR REVIEW 0 PRIOR TO INSTALLATION OF PAVEMENT. I I / o CM ' 0 / A ` as 1 f-3 0 / = I e 0 0 0 \ .•i.' O I ` o 0 / o C a j CM ° P OJECT 2: [4] L / BQQLARDS, TYP. = — O -t0 PROJECT 1: POROUS j w ASPHALT TRAIL; SEE SHEETS C.01, C.10, / I I C.30, & C.31 t O y ( I ., I oO _ 1 P OJ T L D z I -0 -cm 1 o LIGHT FOR PARKING I LO A D D I I L R E -- I° S T 0& 0 ° °ARKINI d I 02, I _ I 1 O O I ' o w w C) cesm cm.. PARK ROAD 7 PROJECT 2: P.08 MASONRY STONE TYP COLUMN LOCATION � I / v -01 ��.. it s i Abundant PLAYSGAPES Abundant Playscapes, Inc. State of Iowa Registered Landscape Architect No. 00581 Hawks Design, LLC Landscape Architecture - Site Planning 1712 E. Cdlege sL 1. Cdy.1-52245 N L Q CL U-) co E a� •moo O > Sheet Number PS01 a. .2 L •O E L oa ta� U ) L 4i a •� •s:. p tai 3 N ° OLM o Z ci Sheet Number PS01 Prepared by:Michael Moran,Parks and Recreation,220 S.Gilbert St.,Iowa City,IA 52240,(319)356-5104 RESOLUTION NO. 14-250 RESOLUTION SETTING A PUBLIC HEARING ON SEPTEMBER 2, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORMANDY DRIVE RESTORATION PROJECT--PHASE THREE, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the CIP account#4178. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 2nd day of September, 2014, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four(4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 19th day of August , 20 14 . MAYOR / Approved by ATTEST: triE 4x/fl CI CLERK City Attorney's Office pwengtmasterstsetph.doc 1/11 Resolution No. 14-250 Page 2 It was moved by Mims and seconded by Payne 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 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS,FORM OF CONTRACT AND ESTIMATED COST FOR THE NORMANDY DRIVE RESTORATION PROJECT, PHASE III IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa,will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Normandy Drive Restoration Project, Phase III in said city at 7:00 p.m. on the 2nd day of September, 2014, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR,CITY CLERK Printer's Fee&L.' O' V OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING CERTIFICATE OF PUBLICATION ONF PLANS,SONTTAND FORM OF CONTRACT AND ESTIMATED COST FOR THE NORMANDY DRIVE STATE OF IOWA, RESTORATION PROJECT, PHASE III IN THE CITY OF IOWA C CITY,IOWA JOHNSON COUNTY,Mr TO ALL TAXPAYERS OF THE CIT'OF IOWA CRY, IOWA,AND TO OTHER INTERESTED THE IOWA CITY PRESS-CITIZEN PERSONS:Public notice Is hereby given that the City Council of the City of Iowa . City, Iowa, will conduct a public FED.ID#42-0330670 hearing on plans, specifications, form of contract and estimated ��LAI& aro%lo , • cost for the construction of the ry1 Normandyect Drive Restorationat I, Project, Phase III in said city at • 7:00 p.m. on the 2nd day of being duly sworn,say that I aSeptember,2014, said meeting to m be held in the Emma J.Harvat Hall in the City Hall,410 E.Washington the legal clerk of the IOWA CITY Street in said city,or If said meeting Is cancelled,at the next meeting of PRESS-CITIZEN,a newspaper the City Council thereafter as r posted by the City Clerk. published in said county,and , Said plans,specifications,form of contract and estimated cost are that a notice,a printed copy of now on file in the office of the City Clerk in the City Hall in Iowa City, which is hereto attached,was Iowa,and may be Inspected by any interested persons. published in said paper Any interested persons may appear at said meeting of the City time(s),on the following date(,): Council for the purpose of making objections to and comments concerning said plans, • /OZ C 14 specifications,contract or the cost J of making said improvement. • This notice is given by order of the i City Council of the City of Iowa City,Iowa and as provided by law. MARIAN K.KARR,CITY CLERK Pc4000038a4 August 25,2014 Legal Clerk I Subscribed and sworn to • • before 1 e this_�day o'''f```lll e 6v ,D,20_1_. I l Jr - Nasty Pnblb• ADAM JAMES KAI,LEN ° Commission Number 7669®1 a ' My Commission Ethos I i Prepared by:Michael Moran,Parks&Recreation Department,220 S.Gilbert St.,Iowa City,IA 52240(319)356-5104 RESOLUTION NO. 14-263 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORMANDY DRIVE RESTORATION PROJECT PHASE 3, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the CIP account#4178. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 pm on the 10th day of September, 2014. 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 16th day of September, 2014, or is said meeting is cancelled, at the next meeting the City Council thereafter as posted by the City Clark, or at a special meeting called for that purpose. Passed and approved this 2nd day of September , 20 14 tea-/ AYOR Pro tem l Approved by ATTEST: tui1�� Gt.�it/ 00-1( 4 CITY LtERK City Attorney's Office pwenglmasterslres appp&s.doc 8114 iResoliu iennNo. 14-263 Page 2 It was moved by Payne and seconded by Botchway the Res 1ution be adoptudTawl upon roll-cull-there were:— AYES: ere:—AYES: NAYS: ABSENT: x Botchway X Dickens x Dobyns X Hayek x Mims x Payne X Throgmorton sir NOTICE TO BIDDERS NORMANDY DRIVE RESTORATION PROJECT, PHASE III Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 10th of September, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th of September, 2014, 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, 350 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 615 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, 0.75 AC Seeding, 1 Electrical Light for Parking Lot Footing, Pole & LED Light, 6 Light Bollard Footings & Lights, Conduit&Wiring, Pre-cast CMU Masonry Entry Column with Footing, Foundation, Stone Cap & Cast Stone Medallion. 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 of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 38 Specified Start Date: October 7, 2014 Specified Completion Date: November 26, 2014 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of Rapid Reproductions, Inc. of Iowa City, Iowa, by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapid Reproductions. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK OFFICIAL PUBLICATION The sucdesSful t;iddar Will tie required to'furnish a band In an ' NOTICE TO BIDDERS amount equal to one hundred per- NQRMANDV DRIVE• cent(100%)of the contract price, RESTORATION PROJECT, said bond to be issued by a PHASE III responsible surety approved by the Printer's Fee$ alk ,:u proposals will be received by the City Clerk of the City of Iowa City, and shall guarantee the prompt payment of all materials City, Iowa, until 2:30 P.M. on the and labor, and also protect and 3 10th of September, 2014. Sealed save harmless the City from all CERTIFICATE OF PUBLICATION , proposals will be opened immedi- claims and damages of any kind ately thereafter by the City Engineer caused directly orindirectly by the or designee.Bids submitted by fax operation of the contract,and shall STATE OF IOWA, machine shall not be deemed a , "sealed bid" also guarantee the maintenance of for purposes of this' the Improvement for a period of ( I, Project. Proposals received after one (1) year from and after its this deadline will be returned to the completion end formal acceptance JOHNSON COUNTY,SS: i. bidder unopened. Proposals will by the City Council. 1 be acted upon by the City Council The following limitations shall at a meeting to be held in the apply to this Project: THE IOWA CITY PRESS-CITIZEN Emma J. Horvat Hall at 7:00 P.M. Working Days:38 on the 16th of September,2014,or Specified Start Date: October 7, at special meeting called for that 2014 FED.ID#42-0330678 purpose. Specified Completion Date: The Project will Involve the follow- November 26,2014 ing: The plans,specifications and pro- Excavate end install 1,153 SY posed contract documents may be 111 Cr Porous HMA Pavement, 1,490 5Y examined at the office of the City 1 of Modified Granular SubBase & Clerk. Copies of said plans and Structural Fabric, 1,490 SY Stone specifications and form of proposal beingdulysworn,saythat I am Recharge Bed at 9"depth,350 Sr blanks may be secured at the Granular SubBase,300 LF of Filter Office of Rapid Reproductions,Inc. Sock, 780 LF of Silt Fence, 50 of Iowa City, Iowa, bybona fide the legal clerk of the IOWA CITY Units of Clearing & Grubbing, bidders.A$ 0.00 refundable fee Is PRESS-CITIZEN,a newspaper Removal of 49 SY of PCC/HMA required for each set of plans and �r' Driveway Sidewalk,Install SY specifications provided to bidders published in said county,and a PCC Sidewalk, Strip 615 CY of or other interested persons. The Topsoil (to remain onsite), Strip fee shall be in the form of a check, that a notice,a printed copy of and Dispose 515 CY of Topsoil made payable to Rapid (dispose off site), 1 Storm Sewer Reproductions. The fee will be which is hereto attached,was Intake,60 LF 12"RCP Pipe Culver returned If the plans are returned in with 4 12" RCP Pipe Apron, 0.75 unmarked and reusable condition published in said paper'_ AC Seeding, 1 Electrical Light for within 15 days of Council Award. A Parking Lot Footing, Pole & LED separate and nonrefundable Light, 6 Light Bollard Footings& $15.00 shipping and handling fee time(s),on the following date(s): Lights, Conduit&Wiring, Pre-cast will apply to plans that are sent CMU Masonry Entry Column with through postal mail. ......_....3.1.4,11), „„,....„,.......„. I _ I I , j Footing, Foundation,Stone Cap& • Prospective bidders are advised l.� Cast Stone Medallion. The City is that the City of Iowa City desires to • required to obtain an NPDES per- employ minority contractors and mit for this project. The Contractor subcontractors on City projects.A I j�� j will be responsible forall adminis- listing of minority contractors can !(dFa.� tration and reporting of the NPDES be obtained from the Iowa Storm Water Protection Plan. Department of Inspections and All work is to be done in strict Appeals at(515)281-5796 and the LegalClerk compliance with the plans and Iowa Department of Transportation g specifications prepared by Contracts Office at(515)239-1422. Abundant Playscapes, of Iowa Bidders shall list on the Form of ,,,fff City, Iowa, which have heretofore Proposal the names of persons, Subscrlhesi and sworn to been approved by the City Council, ' firms, companies or other parties I and are on file for public examine- with wham the bidder intends to ' before 1 thio day of tion in the Office of the City Clerk. subcontract.This list shall Include D 20_4.. Each proposal shall be completed the type of work and approximate on a form furnished by the City and subcontract amount(s). must be accompanied in a sealed The Contractor awarded the con- envelope, separate from the one tract shall submit a list on the Form containing the proposal, by a bid of Agreement of the proposed suh'- bond executed by a corporation contractors, together with quantl• authorized to contract as a surety ties,unit prices and extended dol- NotaryPublic in the State of Iowa,in the sum of ' ar amounts. 10% of the bid. The bid security By virtue of statutory authority, shall be made payable to the preference must be given to 1 ._ _ _ _.. TREASURER OFTHE CITY OF ucts and provisions grown and prod- IOWA CITY, IOWA, and shall be coal produced within the State of forfeited to the City of Iowa City In Iowa, and to Iowa domestic labor, AM JAMES Kthe event the successful bidder o the extent lawfully required fails to enter into a contract within under Iowa Statutes: The Iowa ten (10) calendar days of the City eciprocal resident bidder prefer- $ 4tNurnji m. , Council's award of the contract . ence law applies to this Project. and post bond satisfactory to the 00104/2017 City City reserves the right to City ensuring the faithful perfor- - reject anyor all proposals,and also mance of the contract and mainte- reserves he right to waive right to nance of said Project, if required, ' calities and irregularities: pursuant to the provisions of this Published upon order of the City notice and the other contract doc- j Council of Iowa City,Iowa. uments. Bid bonds of the lowest two or more bidders may be I MARIAN K.KARR,CITY CLERK i retained for a period of not to exceed fifteen (15) calendar days ) September 3,2014 following award-of the contract,or ra60d0039121 until rejection Is made. Other bid / bonds will be returned after the canvass and tabulation of bids is. completed andreported to the City. Council: - _ _ 09-16-14 3d(1) Prepared by:Michael Moran,Director,Parks&Recreation Department,220 S.Gilbert St.Iowa City,IA 52240(319)356-5100 RESOLUTION NO. 14-266 RESOLUTION REJECTING BIDS RECEIVED ON SEPTEMBER 10, 2014 FOR THE • NORMANDY DRIVE RESTORATION PROJECT PHASE THREE. WHEREAS, one bid was received on September 10, 2014 for the Normandy Drive Restoration Project Phase Three and the bid exceeded budgeted costs available for the project; and WHEREAS, as a matter of public interest, the Department of Parks and Recreation recommends that the Council reject all bids. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: All bids received on September 10, 2014 for the Normandy Drive Restoration Project Phase Three are hereby rejected. Passed and approved this 16th day of September , 20 14 MAYOR / / Approved by ATTEST: 4,� CITY LERK City Attorney's Office It was moved by Throgmorton and seconded by Botchway 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